Loading...
HomeMy WebLinkAboutContract 57313� �,� �� ������ PRO,TECT MAliTUAL FOR THE C01�1STRUCT�ON OF � __.. ..:viu � • . . . _ { , , . �l�1! S�'Ca�TARI° - E� �it i ���` �f�. � - — -------=.�o 2021 STREET REHABILITATION PROJECT City Project No. 103649 Mattie Parl�er Mayor David Cooke Cifiy Manager WilliaFn Johnson Transpartatian and Public Works Depat�men� Prepared for The City of Fort Worth TR.AI�TSPORTATIOI�T Al�D PUSLYC WORKS �0�1 •s-�I����, �F�`�'�,', l���� ����I+ � �0 4���R�� ; � I,� ! 1 � :�31 � � � . ��� ��������r��. Y Standard Construction Specification Documents Adopted September 201 I 0o ao 00 STANDAR]] CQ�TSTRUCTIDI�I SPECIFIC.4TION DOCi1MkN'I'S Page 1 of 8 S�CTIOP! 4Q 00 40 TABT�E OF CONTENTS Division RO - Gene�ral Conditions La�t Reviscd 00 OS 10 Ma or and Council Communication 07/0 1120 1 1 nn� � n��n�z, 00 11 13 In�itatian ta Bidders 0'7/19/2021 00 21 13 li�structions to Bidders 11./0212021 00 35 13 Conflict of Interest Stateznent Q2/24/2020 00 4I 00 Bid Form 09/3 Q/2021 00 42 43 Prq osaI Form Unit Price 01/20/2012 00 43 13 Bid Bond 0�/11/2017 00 43 37 Vendor Com liance to 5tate Law Nonresident Bidder 06/27/201 I 00 �45 11 Bidders Pre uali�cations 0$113/201 I OQ 4S 12 Pre uali�ication Statemen# 09J30/2021 nn�� norr�� 00 45 26 Contractor Com liance with Workers' Cam ensation Law 07/Q 1/2011 DO �45 �0 Business E uit. Goal 1 q/27/2421 00 52 43 A reement 09/01/2021 00 6l 13 Periarmance Bond 07/01/2011 00 61 14 Pa ment �ond D7/01/2Q11 00 b1 19 Maintenance Bond 07/01/20I 1 00 61 25 Certifieate of Insurance D7/0I/2011 00 72 00 General Canditior�s 08I23/2021 00 73 00 Su lementar Canditions 031Q9/2020 Division Ol - General Re uirements Last Revised O1 11 00 Su�nmar of War[� 12/20120]2 O1 25 00 Substitution Procedures 07/01/2011 O1 3I 19 Preconstr.uction 1Vleatin 0$/17/2.O12 O1 31 20 Pro�ect Meetin s 07/01/2011 O1 32 1b Construction Schedu3e 08/13/202I O1 32 33 Preconstruction Videa 07/0 1120 1 1 O1 33 00 Submit�als I2/2 012 0 1 2 O1 35 13 S ecial Pro'ect Pracedures 12/20/2D12 01 45 23 "I'estin and Ins ection Services 03/09/2020 01 SO �0 Tem orar Facilities a�nd Controls 07/Q 1/2011 01 55 26 5treet Use Permit and Modifications to Traffic Control 03/22/2fl21 OI 57 13 5tarm Water Pollution Pr�vention Plan 07/0I/201 l OI 58 I3 Tem ora Pro'ect Si a e 07/01/201 i Q 1 60 00 Product Re uirements 03/09/2020 $�-�g n� m�T Q 1 70 00 11�Iohilization and RernobiIization 11/22/2016 OI 71 23 Construction 5takin and Surv� 02/14/2018 OI 74 23 Cleanin 07/01/2411 OI 77 19 Closeout Re uirements 03/22/2021 01 7$ 23 O eration and Maintenance Data �2/20/2� 12 O1 78 39 Pro'ect Record Documents Q7/01/2411 C1TY OF FORT W�RTH 2021 STItEET REHABLLITATIOIV STANDARD CONSTRUCTIO]V SP�CLF'ICATION DOCLIMENTS City Project No. 103609 Revssed Septemher 30, 2021 oa ao ao STANDARp CONS'i'RUCTION SPEGTF1CA770N DOCUMLNTS Pags 2 of $ Technical Specifications which have been modified 6y the Engineer specifica[ly for tbis Project; hard copies are included in the Project's Contraci Documen#s Divis.ion 02 - Existin Conditians n���. n�� n� n� y c n.,��:.,,. ne.,.,,,,..,� v�^ri-r� Division D3 - Concrete Division �6 - Electrical Di�vision 31- Earthwork Date Modif�ed , .� 0 - 0 = , .. _ .. _ - - : !! _ .. • :...,: CiTY QF FORT WORTH 2021 $TREETItEHABII.ITATION STANDARD CDNSTRUC'ITON SPECIFICATION DDCiJMENTS CiEy Praject Na. 1p3(09 Revised Septeinber 30, 2021 00 00 00 STAND1ti�D CONSTRUCTIDN SPECIFICATIOIN DOCLFMENTS Page 3 of 8 �� r��,., ., �� .,.a �„ra �� � i �ti t�r,.,, �,.,,,,,,., „�a r_„+„� �o ���n �xr,.,,a �oH,.o� .,�,� rz.,+e„ �� �� i � �a 32 91 19 To soil Placement and Finishin of Parlcwa s �� ,. � �� �� �� m..n�� .�.,,, �ti,�,�.� �� Division 33 - iltilit'res � a � � �� " - ��.:...: - � � = �:. '' , '•�y �_ r � a _ �_ � �� - � � •• a , r ��iiL'iw • �, , � � �i i �i� - ��.�.......� . � .. . , � � � �' �� �� �� � � � � � ��..,.'.� � � �w " � � . .+� ,� ,i• 1 � i i .�" � � � � �r ' � � , � ' ��.' ' ��"....."��..: �� � � �� �� � �� � �� i..- �„ _ � - � � 1 � � � � �' ��....,...` �� �r� �� � • � "�..� ` � �■ ■ �iif._ _ _ _ 0 �� � `� — .' — — - ..y:. yc � ;• � - � �s:es�o' � ' _ � '. �-=-:�o-_-.�,,:.:.�- -= : � ��-•:.::.:..:.,,,.:a��,o�..,.�.:� -�: - ,, � - �- ,�• :a,.,a_E,.:_,'_:.._. n_., C1T1i OF FORT VTORTH 2021 STREET REHABTLITATIbN 5T�NDAIZD CbNSTRUCTTbN 5PECIFICATIDN DOCUMENTS City Project I�fo. 103609 Revised Septein�er 3D, 2021 oa ao 00 STANDARD C01+�5TRUCTION SPECIFICAi'ION DOGUMEN'CS Page �4 af S kt�� :1lfortwarthtexas. ovlt w/contraetors/ ox httpa:/lapns.fortworthtexas.sov/Pro i ectResourcesl C1TY OP FOR'1' WORTH 2021 STREET REHABIL.ITATIO?�I 5'CANDARD �ON6TRilCTION SPECIFICAT[ON I]OCUMENTS City Frnject l�o. l p36Q9 Revised Septem�er 30, 2021 Tec�nicaj Specifications fisted below are included for this Project by �•eferance and can be �evved/dawnloaded from the City's wehsite at: 00 0o ao STANDA7{77 CONSTRCJCTION SPSCIFICATION DOCUMCNTS Pag� 5 of S Division 02 - Existizt Conditions 02 41 13 Selecti�e Site Demolition n�� �_7 A� D., .. D ,. ,. I D�ivisian 03 - Concrete Division 26 - Electrical CITY OF FORT WdRTH Last Revised I2/20/2012 i � 1�T n�r -�r�o�� $�A��,�-.�� 2021 STREET REHABILITATI�N STANDARD C4]VSTRUCTION SPECIFICATION I]dCUMEN7'S City Pro}ect No. 103609 Revised Septe�n6er 30, 2021 Di�ision 31 - Earthwork Division 33 - Utilities �--��-�8 �� ns � i �� �--�--�� ���-A-0--�� �� nn i i �--v-r-rr 3J--3--94-1� �� �� nn nn �:�-v-r--ry �A4�3s �"�"�i7 f 9 �� nc 1� �v�rr 33 05 13 Frame, Cover and Grade Rin s 33 DS 14 � . � � � 0 � � � 0 � � � O � � � � � � � � � � ,a � � � �� �'�=l�; CTl'Y Oh' I'ORT WORTH STANBARI� CONSTRUC'IZON SPECIFICATION DOCUMEN"I�S Revised September 30, 2021 Adjusting Manholes, Inlets, Valve Boxes, and Othei- Structures to Grade Concrete Water Vau[ts Concrete Collars '('L7,.+,.« C.. 1 .,l�. t., 7 ..1� ! n ln^��l�n�Q n n r�P n�� zh�hnt�n» �r�ar� � ��:n f� , � r�,:�� -���s. n��n� i���nin. n� fn� ��s ����'�i ea��� t���n»n��_ �v� O ! 1VL12O2 L 0912Q12017 1Z/2DI2012 12/2fl/2012 y���� �� � 1 MT � n �rxvrzoix 1 '] !'l��i_� f�Gli� i���nr�ni� ��� r � r���a rz i � r��� 1 7 !`7�!'7��'1 nO��Q�T 1 1lT�aQ F']!`1�M� . �.�� A7l1�T l �} !'1�l4 !�� (1 S 1l1�Q 7''1� n n r�o ��so �� y 1 r1�rz n <<rrzviz n y rn�f��T �� nc�i�n� 1 71'1�,y, -1'�n �� nnr�o��r� oj 2021 STREET 12EIIABILITATIDN City Peoject No. 103609 00 0o aa STANBARD CO3YSTRiICT`ION SPEC]FiCATION DOCUMEN'�S C'age 5 0£ 8 1 �� � .. �� ., .. .. �� << � � � i i � .. .� „ .� � � � . . � / A � � ���ae�e�rt� Eent�erie�' C—��� Traffic Cantrol Appendix GC-6.06.D Minarity and Women Owned Business Enterprise Compliance GG5A7 Wage Rates GN-1 A General Notes SD-1.0 5tandard Constxuctinn Details �ND OF SECTION CITlr OF FpRT WORTII �nri_�"'!�a , � �,s Q�� n�r� nrr� I 117�y 1'7M�� 1 1 l7�i�, 11My�� �ie��'e�� n�ri� c�� n�i�w,_ cf�� n��r�� t i � t�� �{i'�8�-� 03/22/2021 2021 STR�ET I�HABILITATION STANDAI2D CONSTRUCi'tOIY SPECIFICATION DOCUMENTS City ProjsctNo, 103609 Itevised September 3p, 2D2 ] 00 40 00 STANDARll CONSTRUCTf01V $P�.CIFICATION DOCCIM�i�TS Page 7 af 8 �ity of F��t Wortf�, Texas 1111���r �r�� ���r��il ��r�r�r��r�����i�rr aA'CE; �3�U�J�� M&� �al.� �IUM�ER: M�C 22-�1�9 LO� 1�,4ME: �020�� 3TR��T F��HA611.ITAT€Qhl F'F�OJE�T S��J��I (�� 5�n� �D 5� Aluihurize �xe�tal�v� Af ���ntro�t wal� �erc�s A+���eriaEs �ros�p, lnc., dia� �exas Cili In #k�e Arr��unl of $2,Q67.67'�,76 for �17� �0�� �tre�� �2eha�ifita�ion PraJt�cl�� �1p�r�ximai��y 9isc l.�r�e;�111es far Nine Slr��� �e�menzs at MuEki�l� L�catFans � E� nf� �lF�l"iAI�S3� �� i$ reco��me�ded #haR #h� ��Cy �aunci� a�Ethariz+� �xecuEion �f t� c�anirract wllfr ��xas lul�terl�l8 �fo�p. In�,. dba �ex�� ��4 In tlie arno�nk of �2,OGi,672,�6 for the �0�1 �Ir��t Reha�MlHatl�n Prc�J�Ct (�i�y �ro�e�l �Vo, 1 U3G09} of� a��roxima��ly S�€ Isn� mlk�s for nlr�� SIl�t ��giren4s at multl�lo Ioc�sCions, Q�S�US�I��i: �`he FEscsl Year �0�� �ay-�a �on�r�c� ���eet It+la�nt�r��nce l�ro�}ram �ra��ps +��ro�s�s ty��s of sire�t n+�117t�ria�7c� ii7#t� spe�lfi� cont�acl pacEc2g�g_ The r�coenm�n�od cor�s�ruc�aon conir�c� autllneci �r� khFs �ayor �nd �ounc�l �ommunic:atiprr (h�f&C� �rovides For s�r�et rehabllkkatlor f�r approx;�T��t�ly slx iene md�ia an nlne streek ser�m�r1�� llstat! in if�e lat�IC3 #6fow; $tf�et Fram 'fo �roce�iure �,�ne Mi la �e �aurt Norlh �uE-De-�ac �Imoihy [�rive I��Iver�aalivn �v'�rl�y D,�3 ks Lane 8rentwaod 5�air Start �irid�a {�+lltl ��d Overfay Q,41 I�o�d ooks �.ane vC�s 1.�r�e er �reek Dri�re Ga�dan �4�r�& pr��e r[E �rJ��e �er�neJ� k�o�d P�1k�+eriration Ova�i2�y 1.5� av��n �Ircfe C��ttle �.ynrr Remp I�ulv�r�z�l€on C1�+�rlay �.�7 �s�den Acre� C1r��+e O�k �r�ue Ro�� Pui�+�rizetion Ov�Sr�e�y 0,�0 Id B�rlasan i�pad k����u� Lan� P�Ive�ti�stiar� Overl2y 0,7� Meadov,rbro�k �oot�s L�r�e ���Rch�se P�Iver�zaGor7 Qverlay 1,02 Drlve Parkw�y fi�rO�+e Ro�ld �$�'deli AC�es �r��r4 �Sk C3rD�+e }�O�d Pul+�eFE��tIRn Overlsy �.9 $ ��r8� ithv brlve Dear ��ee�c �rlvo �iorfe Road �'��v�rrlx��ilnn Qverisy 0,39 �pnsirucflon far lhl#� p�o�ee1 fs �x�e�[ec� lc� slarl sn la�l �022 �nd t� he complete� by sp�ng �0�3, U�a� comg�ettort qi r�e pr�ject there wll! bv no �n�ct�xated Impac� on lhe �ene.ral F�+�� ��erailr�g ��cigeR. This p���ec[wes adv�rti��d for bid an Novamia�r '1 f, �Q�1 €�nci fUoverr�er 18, �Q�1 �n �h� �€�r1 l�JarYh ��ar-�e�e�r�m_ On I�oc�mhar 9, ���9, the foHr�wing blds wer� eaoalved: �Iddars Amount Tex$s Materlela �rou�a, �b� 7�xea Bil $�,0�7,672.7$ P���htrc�c� �a€rsirr�ci�qn, Lld, ��,168,589,35 f�BRlabl� ��ving, InG, �2,�$�4,�36,11 A�iwanee Pa�+�n� �e�m�anY ��,���.J��_7� Fundirt� is b�cEgeEed In the ��W �lrghway 8� �Iree�s Dep�r�men�'s ����ra1 �apitsl Prp�6ct5 ��Mnd fbr kha purpose ofi iuRding ti�e ��71 �treeE Rah�i�ili��lio�r pFaject. �� ap�roprlaked, MNUB� QFFI��—T�xas Matonals �r�up, In�. �s i€s camplianae wllh l�-�e �Ily`s #�usirte�s E�ully Or�i�ae�ce by Comr�it�e�g to �6°�G �usi�7ess �r{�rlly p�rkl ,1��11on on thF� prpjeci_ TJ7� �Iky'S �LlSIr1655 E�IRIky �]0811 O�1 Ch�3 pfdJOCf IS `�6°I�. Tf�is prajecl Is lacated in ����JCIL Dl�TRI�fi� � and E, A�arr�� �?€�5 �s nn� requlre�l hacau�e= This c�n#rack wGll b� wlth e pul�ficly-traded ���ir��ss anti�y or a wrfolry-ownecl s�,bsidEary �f a publiciy-treded b�+�in�ss���l�y, �RH FI�CAL �I+��QRMAT�Ohi I �:�f{"Cd�E�A�IQ�J� The Dlr�ckor Of }aneroc� cprk�f�es lhat funds ara avall�hl� In Ihe Gurt�r�k �ap�tal �udgat, �s �revipusly appro�r�a��d, in the G�n�,r�G �eplt�l �roje�t5 Fur�d �ar 117� �021 SRre�l F�e31aE�oll�at�an proJe�f to �up�orl �he approval �fi �h$ �b�ve recommo�del�on ar,d t�rcec�#ian o� !#fa rantracl. PrlUr to �ny expenrlll�r� b�le�g Incurr�d, lh� T�ans}�a�ila� an0 �uhi�c Worhs �e�r�menl has the re�pon�i�lllty ta valirJryte fhe av�l��bllisy ai Fufrds. ' e-d Par C ��at�er's �ff��, bv: R�n� Bur�l7do�F 84�9 ` In � e�s UnG � Ir1+Glkiam Johnson T8�1 �i��litlona� infp�'�ation �or�tact: Monly H�JII &S6� (t0 11 13� INVI'FATION TO BII7DERS Page 1 of 2 S�CTION OQ 11.13 INVITATXON TO BIDDERS RECEIPT O�' BID,S Sealed bids far the construction of 2021 STREET REIIABILITATION, City project No. 103609 will. be xeceived by the City of Fort Warth �urchasing Office until 1:30 P.M. CST, Thursday, December 9, 2021 as f�uther descn€bed �elow: 8 Czty af Fort Worth 9 Purchasing Divisian IO 200 Texas Street 11 Fort Worth, Texas 76102 12 13 14 15 lfi 17 38 19 20 Zl 22 23 24 25 26 27 28 29 30 31 32 33 34 35 35 37 38 39 4p �l 42 43 44 45 46 47 48 44 Bids will be accepted by: US Ma.il, Courier, FedEx or hand delivery at the address above; Bids will be opaned pubiicly and read aloud at 2:00 PM CST in the City Council Chazzzbers. GENERAL DESCRIPTION �F WORK The major work will consist of the (approximate) following: �9,826 5Y 2" Asphalt Pavement Surfaee Cnursa, Type D 46,626 SY 2" Asphalt Pavement S�xface Course, Type B 46,626 �Y 12" Pavement Pulverizatzan 5,4Q0 LF 7" Concrete C�rb & Gutter PREQIIALIFYCA'X'�UN Certain improvements incladed in this project must be perforrn�d by a contractor or designated subcontractor who is pre-qualified by the City at ihe time of bid apening. The procedures foz q�uaIi�cation and pre-qualification are outlined in the 5ection 3 of 00 21 13 — INSTRUCTIONS TO BIDDERS. DOCUMENT EXAMINATION AND PROCUREIV�NTS The Bidding and Contract Dac�ments znay be examined o:r abtained on-line by visiting the Crty of Fort Worth's Purchasing Division website at http://ww�ra.fortworthtexas.gov/�urci�asin�/ and clicking on the linic to the advertised projeet folders on the City's electronic document management and collabara�ion system site. The Contract Dacuments may be downloaded, �iewed, and printed by interested contractors and/ar suppliers. Copies of the Bidd'zz�g and Contsact DoeumenCs may be purchased from Nikki McLeroy, 8I7- 342-8363. City of �'art Worth, TPW, 200 Texas St., Fort Worth, TX 76102. The cost of Bidding and Contract Documents is: $30.QQ EXPRESSTON QF INTERSEST To ensuz� potential bidders are kept up to data of any new information pertinent to this proj�ct, all int�rested parties are requesCed to email Expressions of Interest in tk�is �rocurement to the City Project Manager and the Desi� Engineer. The email sho�zld include the company's name, contact person and that individual's email afldress and phone nttmber. All Addenda will be distributed directly to those who have expressed an interest in Che procurement and will also be posted in the City of Foirt Worth's purchasing websiie ai http:l/fortworthtexas.govlpurchasing! CTl`Y OF FORT VffORTH STANDARD CONSTRUCTIDI� �PE�IFlCATION DOCUMENT Revised 7li912021 2021 STRLST REHABILITAITON City Praj ect Na. 103609 0o i� f3 7NVI'1`ATIQN TO BIDDERS Page 2 of 2 sa 51 52 53 54 SS 56 57 S$ 59 60 61 62 63 64 6S 66 67 68 69 70 7i �z 73 74 75 76 77 78 "79 8{l 81 82 83 $4 8S 86 PREBID CONFERENCE — Web Conference A prebid conference will be hald as discussed in Section 00 2I 13 - INSTRUCTIONS TO BIDDERS at the fallowing date, and t�me via a web conferenciug applicatinn: DATE: Wednesday, No��zaaber 24, 2021 TIME: 10.00 A.M. Invitations with Iinks to the web cnnferencing application wiIl be distributed directly to thase who t�ave submitted an Expression of Interest. If a prebid conference is held, the presentation and any questions and answers provided at the prebid conference �aill be zssued as an Addendum to the call for bids. Ii a prebid canference is not being heid, prospective bidders can e-mail questions or comments zn accordance with Section 6 of the Instructions to Bidders z�ferenced above ta the praject managez(s) at the e-maiI address.es Iisted bel.ovv. Emazled quastipns will suffice as "questions in writing," T� neces:sary, Addenda will be i�sued pursuant to the Instructions ta Bidders. CZTY'S RIGHT TO ACCEPT OR RE�ECT BIDS City reserves the xight to waive irregularities and to accept or reject any or all bids. AVVARD City �vill award a contract to Che Bidder presenting the lowest price, qualifzcations and competeneies considered. FUNDING Any Cantract awarded under this INVITATION TO BIDDERS is expected to be funded �roz�rz revenues generated from bonds, grants etc. and reserved by the City for the Project. INQUIR�S All inquiries relative to this procwr�ment shoufd be addressed to t[�e following; Attn: Tariqul IsIam, City of Fort Wort�a Email: taric�ul.islam@fortworthtexas�ov ADVER'1'�SEMENT DATES November I1, 2021 Novemebrl8, 2Q21 87 �ND OF SECTION CITY OF FORT W�RTH STANDARD CONSTRUCTiOIQ SPG'CiPICATION DOCilMENT Revised 7/19i2021 2021 STRELT REI�IBILTTAITON City Project Nv. I43649 OD 21 13 IN3TRUCTiONS TO BIDDERS Page 1 of Z D SECTX�N OQ 2113 INSTRUCTIONS TO BIDDERS 1. De��ed Terms 1.1. Capitalized ternns used in these INSTRUCTI�NS TO BIDDERS are defitled in Seckion 00 72 00 - GENERAL CONDITIDNS. i.2. Certain addikional terms used in these IN�TRUCTIONS TO BIDDERS have the meazaings indicated below which are app�icable to both the singular and plural thereof. 1.2,1, Bidder: Any person, firm, partnershzp, company, association, or corporatian acting directly through a duly authorized z'epresentative, sui�mitting a bid far p�rfnz'ming the work contemplated under the Contzaci Docuznents, l.2.2, Nonresident Bidder: Any person, firnr�, partnership, company, association, or corporation acting d'uectly through a duly authorized representative, sabmztting a hid for performing the work contennplated under the Contract Documents whdse principal place of business is not in the State of Texas. 1.2.3. Successful Bidder: The lotw�st respansib�e and responsive Bidder ta wham City (on the basis of Czty's evaIuation as hereinafter pravided} makes an award. �. Copies of Bidding Documents 2.1. Neither City nor Engineer shall assume any responsibility for errozs or znisinterpretations resultiag frorr� fiTne Bidders use af incomplete sets of Bidding Documents. 2.2. City and Engzneer in making copies of Bidding Documents available do so only far the purpose of obtair�ing Bids far the Work and do not autYzarize or confer a license or grant for any other use. 3. Prequalif�caiion of Bidders (Prime Contractars and Subcontractorrs) 3. I. Bidders or their designated subcontraciors are required to be preyualified for the work rypes req�iring prequaIification as per SecLions QO 4S I 1 BIDDERS PREQUALIFICATIONS and 00 45 12 PREQUALIFICAT'�ON STATEMENT. Fizzns seeking pre-qualification, must suhnut ihe docunnentatzon identified in Section DO 45 11 on Section 00 45 13 PREQUALIFICATTQN APPLICATION at least seven (q) talendar days prior to Bid opening for z'e�iew a�d, if qualified, acceptance. The subcontractors listed by a Bidder on 00 45 12 must be prequalified for the appro.priat� work types. Subcontractors nnust follaw the same timelines as Bidders for obtaining prequalification review. Bidders oz' Subcontractors who are not prequaliiied at the time bids are opened and reviewed may cause the bid to be rejected. Prequalification requizement work types and documentation are available by aecessing all required �iles through kkie City's website at: https:lla�s.fortworthtexas.�avlProjectResaurces/ 3.1.1, Paeing — Requu'ements document located at: CITY OP FORT WORTH 2D21 STREET REHASILITATIQN STANDARI� CONSTRUCT[OI�T SPEC[FTCATION D�Cl7MENT City Project No. LD36D9 Revisedl[3pdated iVovem6er 2, 2021 00 21 13 INSTRUCTI�NS TO BIDDERS Page 2 of 10 https:/lapps.fortworthtexas. govlProj ectResoureeslResoarcasPl�2%20- %�OConstruction%20I� ocuments/Contractor%2QPreaualificationfTPW %a20Pavin� %2nContractor%a2�PrequaLification%2,OFrograrn/PREOUALIFICATION%20REQ I1�iEMENTS%20FOR%20PAV ING%2000NTRACTORS.pdf 3.1,2. Raadway and Pedestrian Lighting -- Requzrements document located at; https_/lap�s.fortworthtexas. o�jeetResources/ResnurcesP/Q2%20- %20Con struction°1o20D�cumentslContractor%20Prequalificationl'�'P W%20Roadwa y°Io20and%20Fedestrian%20Li hting%20Prec�ualifica�io.n%2UPxogram/STREET% 20LIGHT°lo20FREQUAL%a2DRE0MNTS .pdf 3.1.3. Water and Sanitary Sewer—Requirements documen� located at: http s:ll ap�ps.fortworthtexas.�ovlPz'oj ectRe�ouzces/ResourcesPl02%20- %20Consti�uction%20Documents/Cantract.oz%20Pre ualification/Water`%a20and%2 OS anitar,y%2flSewer%20Contractor%20Prequalification%2QPro �ram/WS S%�Opze qual%'o20req�irements.pdf 3.2.. Each Bidder, unless currently gregualified, must submit to City at least seven (7) calendar days prior to Bid opening, the documentation identified in Section 00 45 I 1, BID]�ERS PREQUALIF'�CATIONS. 3.2.1.Submission of andlor questions related to pzequa7.ification should be addre�sed ta the City contact as provided in Paragraph 6.1. 3.3. T�e City reserves the right to require any pre-qualified coniractor who is the apparent low bidder for a project ta submit such additional information as the City, in its sole discretion may require, including but not limited to manpower and equipment records, information about key personnel to be assigned to the project, and consGruction schedule tq assist the City in evaluating and assessing the ability of the appareni low bidder to deliver a quality praduct and successfully complete pzojects for the amount bid within the stipulated time frarne. Based uppn the City's ass�ss�tn.ent of the subzrutted information, a recornmendation regarding the award of a conkract wi11 be znade to the Ciry CaunciL Failure to submi# the addi�ional 'rnformation, if requested, z�nay be grounds for rejecting the apparent low bidder as non-responszve, Affected cantractars wiIl be notified in tvriting of a recommendation to the City Council. 3.4. Tn addition to prequalification, addiiional requuem�nts for qualification may be required within various sections of the Con�ract Documents. 3.5. OMX7C`i'ED 4. Examination of Bidcling and Contract Docuxnents, Other Related Data, and Site 4.1. Before submitting a Bid, each Bidder: C1T1` OF FORT WC7RTH 2O21 $TREET REHABII,ITATION STANDARD COI+lSTRUCTIDN SPECIFICATfO1V DpCi.TMENT Citq Praject No. 1 �3b09 Re�isedliJpdated November 2, 2021 00 21 13 INSTIiUCT[ONS TO Bii7I7ERS Page 3 of 10 4.1.1, Shall examine and carefulIy study the Contract Documents �nd other related data identified in the Bidding Dacuments (including "technical data" referred to in Paragaph 4.2. belowj. No infa:rzna�.nn gi�ren by City or any representative of the Czty o#hex than that conkained in the Contract Documents and officially promulgated addenda thereto, shall be binding upon the City. 4.1.2. Shauld visit fihe site ta become familiar wit1� and sat�sfy Bidder as to the general, locaI and sit� candifio:ns that ►�aay affect cost, progress, perfor�nance or furnishing af the Work. 4.1,3. Sha11 consider federal, state and local Laws and ReguIations that may affecC cost, progress, perfarmance or fiirnishing of the Work. 4,1,4. DMITTED 4.1.5. Shall study all: {i) reports of explarations and tests af 5ubsurface canditions at or con�iguous to �e Site and aIi drawings of physicaI conditions ralating to e�istin� surface ar subsurface structures at the Site (except iTnderground Facil�ties) that have been identif'ied in the Contract Documents as containing reliable "techzucal data" and (ii) reports and drawings of Hazardous Environmental Condit�ons, if an.y, at the Site that have been identified in the Contract Documents as containing reliable "technical data." 4.1.6. Is advised #hat the ConCract Documents on file with the Cily shall canstitute all of the iriformation �vhich the City v�rill �urnish. All additinr�al information and data whieh the Citq will supply afker promulgatian af the formal Cflntract Documents shall be issued in Che form of written addenda and shall become part af the Confract Documents jusi as though such addenda wer� actually written inta the original Contract Doe�zr�ent�. Np infarmation gzven by the City otIaer than that eontained in the ContracC Documents and officially promulgated addenda thereta, shall be i�inding upon. t�ae Ciry. 4.1.7. Should perform independent research, investigations, tests, borings, and such nther means as may be necessary to gain a complete knQwledge of the conditions which will be encounterad during the construction of the praject. For projects with z'estricted access, upon request, Ciry m�y provide each Bidder access to the site to conduct such exarninations, investigations, exploxatians, tests and studies as eaeh Bidder deems necessary for submission of a Bid. Bidder m�st fill all holes and clean u� and restore the site �o its former conditions upon completion of such explorations, i.nvestigations, tests and studies. 4.1,8. Shall determine the difficulties of the Work and aII attending circumstances affecting tha cost of doing the Wark, time required for its completion, an.d obtain all information required to make a proposal. Bidders shall rely exclusively and soleIy upon their own estimates, invastigation, research, tests, explozations, and other data which are necessary for full and complete informatzon upon which the pxappsal is to be based. It is understood that tk�e subn�.ission af a prnposal or bid is prima-facie evidence that the Bidder has rinade the investigations, exami.nations and tests herein required. CTfY DF FORT WORTH 2O21 STE2EET REHABIL.ITATTpN STAIVDARD CDNSTRiTCTIQN SPECIFiCATION DOCiJMENT City Pmject 1Vo. 1D3609 Revised/�Updated November 2, 2D�I 00 21 13 IN5TI2UCTIONS TO BIDDERS Page 4 of 10 4.1.�. Shall promptly notify City of all conflicts, errors, ambiguities or discrepancies in or between the Contract Documents and such other related documents. The Contractor shaIl not take advanta�;e of any gross error or omission in the Contract Documents, and the City shall be permitted to make such cnrreciions or interpretations as may be deemed necessary for �u1�llment of the intent oi the Cflntract Documents. 4.2. R�fezence is made to Sectiqn, fl0 73 Od -- Supplementary Conditions fox identification oi: 4.2,1, thqse reports of exploi•ations and tests of subsurface conditions at or contiguous to the site which have been utiIized by City in preparation of the Contract Documents. The logs of �oil Boring5, if any, on the plans are for general information only. Neither the City nor the Engineer guarantee that the data shown is representative of conditions which actually exisi. 4,2.2. those drawings ofphysical condi�ions in or relating to existing surface and subsurface structur�s {exc�pt Uz�der�zound Facilitz�s) which are at or contiguous to the site that have been utilized by City in preparation of the Contract Documents. 4.2.3, copies of such reports and drawings will be made available by Ciry to any Bidder on request. Those reports and drawings may not be part of the Contract Dacuments, but fhe "technieal data" contained therein upon which Bidder is entitled to rely as pravided in Paragraph 4.02, of the General Condirions has been identified and established in Paragraph SC 4.fl2 of the Supplementary Conditions. Bidder is responsible for any interpreta�ion oz conciusion drawn frozn any "technieal data" or any oth�r data, i�terpretatxvn,�, opznians or informaCion. 4.2.4.Standard insurance requirements, caverages and limits, A.3. The submission of a Bid wi11 canstitute an incontrovertible representation by Bidder: (i} that Bidder has complied with e�ery requirement of this Paragraph 4, {ii) that without exception the Bid is premised upon performing and fumishing the Work required by the Contract Documents and applyzng the specific means, methods, techniques, sequences ar proceduz-es of construction (zf any} tbai may be shown or indicated ar expressly required by the Cantract Documents, (iii) that Bidder has given City written notice of all conflicts, errors, ambiguities and discrepancies in the Contract Doc�ments and the written resolut�ons thareaf hy Ciry are acceptable to Bidder, and when said conflicts, etc., have not bean resolved through the interpretations by City as described in Paragraph b., and (iv) t�at the Contract Documents are generally sufficient to indicate and con�ey unders.tanding of aIl terms and conditions for perfarming and furnishing the Work. 4.4. The proyisions of Chis Paragraph 4, inclusive, do not apply to AsbesCos, Poiychlorinated biphel�yls (PCBs), Pe�tzol�urzi., Hazardous Waste az Radioactive Matenial covered b� Paragraph 4.06, of the Gen�z'ai Cozaditions, unless specifically iderztz�ied zn th� Contzact Docum.ents. S. Availabiliky o� Lands for Work, �tc. CPl'Y OF FORT WQRTH 2(YLl STREE'I' REHABIL1TATiON 3'I'ANDAR]] CONSTALIC'�'JON SP�CIFICATI�N QqCUMSNT City Pxaject Na, 1035Q4 T2evised/Updated Novembar 2, 2D21 Oq 21 13 INSTRiIC'i'TONS TQ BIDDERS Page 5 of l0 5.1. The lands upon which the Work is to l�e performed, rights-of-way and easements far access thereto and other lands designated for use by Contractar in perforrz�ng the Work are identi�ied in tl�e Contract Documents. All addikional lands and access thereto required for Eeznporar}� construction facilities, cdnstruction equipmeni or storage of materials and equipment to be incorporated in the Work are to be obtained and paid for by Contractor. Easements for permanent sizuctuz'es or pern►anent changes in e�sting faciii#ies are to be obtained and paid for by C�ty unless otherwise provzded in tY�e Contraet Docurzaents. 5.2.. Outstandin$ rigl�t-of-way, easements, andloz' permits to be acquued by the City are listed in Paragraph SC 4.Q1 of the Supplernentary Conditions. In the event the necessary right- oi-way, �asemer�ts, and/or permits are not obtained, the City reserves tlle rig�t ta cancel the awazd of contract at any time before the Bidder begins any construction wark on the praject. 53. T�ie Bidder sha11 be prepared to comzz7enee construction without all executed right-of- way, easezzlents, and/or pemzits, and shall submit a schedule to the City of how construciian wiIl proceed in the ather areas of the projeet that do not require permits an.dlor easements. 6. Interpretations and Addenda 6.I. All questions about the meanizag or intent af the Bidding Dacuments are to be dizected to City in writing an or befaz'e 2 p.m., the Monday prior to the Bid opening. Qaestions received after this day may not be responded to. �terpretatio.ns or clarifications considered necessary by City in response to such questions wiI1 be issued by Addenda deiivered to aIl partzes z'ecorded by City as having received the Bidding Documents. Only questions ansv�rered by formal written Addenda will be binding. OraJ. and other interpreEations oz clarifieations will i�e without legal effect. Addrass yuestions ta: City of Fort Warth 20a Texas Street Fork Worth, TX 76102 Attn: Tariqul �slam, Transportation and I'ublic Works Email: Eaxiqul.islarn@fortwarthtexas.go'v Phane: $17-392-2486 b.2. Addenda may also be issued to m.odify the Bidding Documents as deemed advisable by City. 6.3. Addenda or clarificatians may be posted �ia the City's electronic document management and eollaboration system at htt s:lldocs.b360.autodesk.comishares/47f74e7a-acbf- 43fia-ba08-23bd 1 f2caf75 C1TY OF RORT WORTH 2O21 ST'�EET REHABILITATIOIV STANDARD CONS'I'RUCTiON SPECIPICATION 170CLJMENT Ciry Pmject Na. ] 03609 RevisedlUpdatec� Novemher 2, 2421 00 21 13 INSTRUCTIOIVS TO BIDDERS Page 6 pf 10 6.4. A prebid conference may be held at the time and place indicated in the Advez-tisement oi INVITATION TO BIDD�RS. Representat�ves of City will be present to diseuss the Project. Bidders are encourag;ed to attend and participate in the conference. City will transmit to all prospective Bidders nf recard such Addenda as City considers necessary in response to questions arising at the canfez'ence. Oral statements may not be relied upon and will not be binding or legally effeGTave. i. Bid �ecurity 7.1. Each Bid must b� accoznpanied by a Bid Bond made payable to City in an azaaount of five (5) percent of Bidder`s maxznnum Bid price, on the form attached ar equivalent, issued by a surety meeGing the reqt�irements of Paragraph 5.01 of the General Condi�ions. 7.2. The Bid Bonds provided by a Bidder vvi11 b� retained until the conditions of the Notice of �,ward have been satisfied. If the Successful �idder fails to execute and return the Contract Documents within 14 days aiter the Not�ice af Award conveying same, City may cansider Bidder to be in default, rescind the Notice of Award and act on the Bid Bond. Such action shall be City's exclusive remedy in the event Biddex is deemed to hav� defaulted. S. Cantract Times The number of days vvithin which, or the dates by which, 1�flilestonas are to be achieved in accordance with the General Requiz'ezzzants and the Work is to be co.mpleted and ready fnr Final Acceptanee is set %rth in the Agreement vz' incozpoxated therein by reference to the attached Bid Form. 9. Liquidated Darnages Provisfons far liquidat�d damages are set forth in ihe Agreement. 1Q. ,Substitute and "Or-Eqnal" Items The Contract, if awarded, wi11 be on the basis o�' materials and equipment descri6ed in the Bidding Documents without consideratzon o� posszble substitute or "or-equaP' items. Whene�er it is indicated ar specified in the Bidding Dacunnents that a"substiLute" or "or- eqnal" iterz�. of material or eyuipment may be furnished or used by Contractor if acceptable to City, application for such acceptance wilI not be considered 6y City uzztal. �fter the Effective Date of the Agr�azz�ent. The procedure for subrr3ission of any such appIicataon by Contractor and considezataon by Cit� is set forth in Paragraphs 6.OSA., f.QSB, and 6.05C. of tkze General Conditions and is supplez�ented in Section O1 25 00 of the General Requiremer�ts. I1. Suhcantractors, Supplzers and Others l I,I. In accordance with the City's Business Equity �rdinance No.25155-1fl-2Q21 the City has goals for the participation of rninority business andlor wflmen business enterprises in City contracts $ IOO,QOQ or greatez'. See Section QO 45 40 for the MlWBE Project Goals and additional requirements, Failure to comply shall render the Bidd�r as non-responsive. Business Equity Ordinanc� No.25165-IO-2021, as amended (replacing Ordinance No. 24534-11-2020), cod'zfied at: https:llcodelibrary.a lepaI.comlcodeslftworthllatest/ftworth tx10-D-0-22593 CTl'Y OF PORT WORTH 2q21 �'1'RE$T �HADII,TI'EtTION STANDARD CDNSTRUCTION SYECIFiCATiON DOCUMENT City Project No. 1036d9 I2evised/Updated November 2, 2021 OD 21 13 TNSTitilCTIOhIS TO BIDDERS Pa�e 7 of ]0 11.2, I�Io ContractQr shall be required to employ any Subcontzactor, Supplier, other persan or Qrganization against whom Contractar or City has reasonable oblectiou. l2. Bid Forsn 12.1. The Bid Form is included with the Bidding Documents; additional co.pies may be obtained fram the City. 1.2.2. All blanks an the Bid Form must be cornpleted and tlne Bid Form signed in ink. Erasures or alterations shall be initialed in ink by tize �erson signing the Bid �arm. A Bid price shaIl be indieated for each Bid it�m, aliernative, and unit p.z�ce item. listed tberein. In the case af optionaI alternatives, the words °No Bid," "No Change," ar "Not Applicable" may be antered. Bidder shall staie the prices for which the Bidder proposes ta do the work cantemplated or ft�rnish materials required. All en�rzes st�all be legible. 12.3. Bids by corporations shall be executed in the corporate nazne by t�e president or a vice-prasident or other carporata officer accompazued hy evidence of authority to sign. The corporate s�al shall be affixed. The carporate address and state af incoxporatian shaIl be shown bel.ow the signaiure. 12.4. Bids by partnerships sha11 be executed in the partnership name and signed by a pariner, whose title must appear under the signature accompanied by evidence oi authoriry. to sign. The officsai address of the partnership shall be shown below ihe sign.ature. 12..5. Bids by Iimited liability companies shall be e�cacuted in the name of the �irrn by a m.ember and accom.panied b� evidence of authority to sign. The state of formation of the firm and t1�e oificial address of the firm shall be shown. 12.6. Bids by individuals sha1l shaw the Bidder°s name and official address. 12.7, Bids by jaint ventures shaIl be executed by each joi.nt venture in tlie manner indicated pn the Bid �orm. The off'zcial address oi the 3oinL veniure shall be st�own. 12.8, .All names shall be typed or printed in ink below the signature. 12.9. The Bid shall contain an acknowledgement of receipt of all Addenda, the nuznbers of which shall be filled in on the Bid Form. 12.10. Postal and e-mail addresses and te3ephone number for coznmunications regarding the Bid shall be shown. 12.11. Evidence of authority to cQnduet business as. a Nonresident Biddez' in the state of Texas sha1l 6e provided in accoxdance with Saction 00 43 37 — Vendor Campliance to State Law Non Resident Bidder. CTI'Y O�' PORT Vi'�RTH 2O21 STREET REHABILPl'ATION STAN�AAD CQNSTRC}CTiON SPECIFICA'I'IDN iIOCUNIEA[T City Project No. 103609 RevisecilUpdated l�iovember 2, 2021 00 21 13 INSTRUCTIONS TO BID17ER5 Page 8 of 10 13. 5n�missian of Bids Bids shall be subrrutted on the prescribed Bid Form, provided witla the Bidding D�cuments, at the time and place indicated in the Advertisem�ent or INVITATIQN TO BIDDERS, addressed to Purchasing Manager of the City, and shall be enclosed in an opaque sealed envelope, nnarked with the City Project Number, �roject title, the nazx�e and address of Bidder, and accompanzed by tbe Bid security and other requtred doc�znents. If the Bid is sent through the mail or other delivery system, the sealed en�elope shall be �nclosed in a separate envelope with the notataon "BID ENCLOSED" on �Ze face of it. 1�4. �VithdrawaI a�` Bids 141. Bids addressed to tYae Purchasing Manager and fiIed with the Purchaszng Offce may be �rithdrawn prior tp the time set for bid opening, A request far withdrawal zz�ust be made in writing and delzvered to the Purchasing �ffice to receive a time stamp prior to the opening of Bids. � timely withdrawn bid iuili be returned to the �idder vr, if the reqnest is within one hour of bid opening, �vill not be read aloud and will thereafter ba returned unopened. 14.2. Tn the event any Bid for which a withdrawal request has been timely filad has been inadvertently opened, said Bid and any record thereof will subsequently be znarked "Withdrawn" and wz11 be given no further consideration for the award af eontract. 15. Opetung of Bids Sids will be opened and read aloud publicly, An abstract of �he arnounts of tha base Bids and majpz- alternates (if any) will be rnade available to Bidders aftsr the apezzing of Bids. I�. Bids Eo Remain Suhject to Aeceptance AlZ Bids will remain subject to acceptance f'or a minimum of 90 days or the time peraod specified for Notice of Award and execution and delivery of a camplete Agz'eement by Successful Bidder. City may, at City's sole dYscretion, release any BicE and nullify the Bid security prioz ta that date. 17. Ev�TUation of Eids and Award of Contract 17.1. City resazves the right [o reject any ar ai� Bids, zncluding without limi.tation the rights to reject any or �Il nonconforming, nom�esponsive, unbalanced or conditional Bids and to reject the Bid of any Bidder if City believes that it would nqt be in tla� best znterest of the Project to make an aw�rd to that �idder. Czty reserv�s the right to wai�e informalities not involving priee, contract time or claanges in the Work and a�vard a eon�-act to such Biddez. Diserepancies between th� multiplicatian of tznits of Work and unit prices vvill be resolved in �avor of tl�e unit prices. Discrepancies between the indicated surn of any column qf figures and the correct sum thereof will be resolved in favor of the correct sum. Di,screpane��s between wards and figur�s will be resolved in favor af the wozds. C�Y Q� ���� ����� 2021 STREET REHABII.P['ATION STIINDARD CONS'FRUCTION SPECIFICATlON DOCUIvIENT City Project No, 1 D3609 12evised/[Jpdated November 2, 2Q21 no ai �3 INS"C12lTCTTON5'I'O BIDDBR3 Yage 9 of 1 Q I7.1,1. Any or aIl bids will be rejected if Ciry has reason ra believe that collusion exists among the Bidders, Biddez is an inierested party to any Litigation against City, City or Biddez' znay have a claim against the otk�er or be engaged in Iitigatian, Bidder is in azrears on any existing cantraet ox has default�d on a previous contract, Biddex has perfozmed a prior contract in an unsatisfactory r�an.ner, or Bidder nas uncompleted wark wtuch in the judgment of the City wi11 prevent oz' k�inder the prompt completion of additional work if awa�rded. 17.2. In addition to Bidder's relevant prequali�ication requirements, City may considez the qualifications and experience of Subcnntractors, Suppliers, and other persons and organizations pz'oposed foz those portions of the Work whez'e the ide�tity of such Subcontractoxs, Suppliers, and othez persons and organizations must be sulamitted as pravided in the ContracC Dacuments ar upon the request of the Ciry. City alsa rziay consider the operating costs, maintenance requirements, performance data and guaz'antees of major items of material.s and equipment proposed for incorporation zn the Work when such data is requir�d to'be sub�rziitia.d prioz' to the Notice of Award. 17.3. City may conduct such investigataons as City deems necessary to assist in ihe evaluation af any Bid and to establish the responsibility, qualifications, and �inancial ahility of Bidders, proposed Subcontractors, Suppliers and other persons and organizations to perfozm and furnis� khe Work in accordance with the Cdntract Documents ta City's satisfac�ion within the prescribed time. 17.4. ContractQx sha11 perform with �ais own organizatian, wori� of a va.lue not less than 35% of the va3ue embraced on the ConCract, unless otherwise �pproved by the Ciry, 17.5. If the Ca�tract is to be awarded, it will be awarded to lowest zesponsible and responsive Siddez whose evaluation by City rndicates that the award will be in the best interests of the City. 17.6. Pursuant to Te�as Govemment Code Cha�ter 2252.OQ1, the City will not award contract to a Nanresident Bidder unless the Nonresident Bidder's bid is lower than the lowest bid submitted by a responsible Texas Bidder by the same amount that a Texas resident bidder would be required to underbid a Nonresident Bidder to obtain a comparable contra�t in the state in which the noriresident's principal place of business is located. 17.7. A contract is not awarded until fomial City Couneil authnz'ization.. Tf. tl�e Contract is to be awarded, City will award the Contract within 90 days after t}ye day of the Bid opening unless extended in writing. No otlzer act of City or others will constitute acceptance of a Bid. Upon the contrae� award, a Notice af Award wiIl be issued by the City. 17.7.1. The contractor is req,uired to �ill aut and sign the Cert'if'icate of Interested Parties Form 1�9� and the form m�st be submitted to the Project Manager beiore t�e contract will be presented to the City Council. The farm cain be abtained at btt s:/Iwww.ethics.state.tx.us/data/iorms11�9511295. df 17.8. Failure or refusal to comply �vith the requirements may result in rejection of Bid. 18. Signing of Agreement CTI'Y OF FORT WORTH 2O21 STREET REIiABIL�I'ATION STANDAItB CONST[tUCTIi3N SPECI17iCATIQN DOCiJMENT City Praject No. 1036D9 RevisedlUpdated lVovember 2, 2021 00 21 13 IIVSTRUCTIONS TO BIL3DERS Paga 10 of 10 18.1. When City issues a Notice of Avvard to the Successful Bzdder, it wiI1 be accompanied by the required n.umber of unsigned counterparts af the Pxoject Man►�al, VVithin 14 days thez�eafter, Confiractor shall sagn and delivez- the requi�•ad number .of coun#erparts of the Project Manua� to City with the required Bonds, Certifzcates of Insuxance, and alI other required docu�nentation_ 18.2, Ciiy shall thereafter deliver one fully signed counterpart to Contractor. END OF SECTTON C1TY OP FOAT WORTEI 2021 STI2EET KEHAHII,iT.ATfON STANDARD CONSTRUCTI�N 5�8CIFICATION DOCi7MBNT City Projac[ No. 1036D9 Revised/Updaked November 2, 2Q21 00 35 13 CONFLICT OF 13+lTERFST AFFiBAWIT Paga 1 oi l SECTION 00 35 13 CONFLICT QF INTEREST STATEMENT Each �idder, offeror or respondent to a City of Fort Warth procurement i.s rec�uired ta complete a Canflict of Interest Que�tionnaue or certify that one is cui�rent and an file with the City S�cretary's Office �ursuant to state law. If a me�nber of the Fort WorCh City Council, a�ay one or more of the City Manager or Assistant City Managers, or an agent of the City wha exercises d�iscretivn in. the planning, recommending, selecting or con�i•acting with a bidder, offeror or ��;spondent is affiIiated with yo�r company, then a Local Govei�nment Of�cer Conflicts Disclosure Statement �CI,S) may be required. Ya� are urged to consult with counsal regarding the applicability of tltese farnns astd Local Governrnent Cade Chapt�r 176 to your cam:pan�. The refere��ced forms may be downloaded from the lin�s pravided betow. � CIQ Form is on file with City S�cretary [] CIQ Form is heing provided to the City Secreta�y Q CIS Form does not apply � CIS Form is on �ile with City Secretary � CIS Forzn is being prravided to t�e City Secretary BIDDER: Texas Materials Gro�p, dba Texas Bit gy; Ronald D. Stinson, Jr. Company PIease Pxtnt) ,, �420 Decker Dr, Suite 204 ���at� `. .�C�-r �i — Address Irving, Texas 75D62 Tit1e: Es#imating Manag�r CitylStateLZip (Please Print) END O� SECTION CfTY OF FOItT WORTH 202 i S'£I2EET REHABIL1TATiOt�i STANDARD CONSTRUCTIOIV SPECIFICATION DOCUM6N'i'S 12evised Fel�ruaiy 2�k, 2D24 CITY PROJBCT Np, 1t1�609 ao ai o0 BID F�RM Page 1 af 3 SECTI�i� 04 44 OQ BN] FORM T0: The Purchasing Manager clo: The Purchasing Divisian 200 Texas Street Gity of Fort Worth, Texas 7��02 FOR: C�ty Project Na.; 143609 UnitslSections: 1. Enter Into Agreement 2�21 STREET REHABILITA'FIO�! The undersigned �idder proposes an� agrees, if this Bid is accepted, to enter into an Agreement wifh City ir� the form included in the Bidding Documents ko perform and furnish aN Work as specified or indicated in the Cantract Documents for the Bid Price and within the Contrac� Time indicated in this Bid and in accordance with the ather terms and conditions of the Contract [3ocurnenis. �. BI���� Acknowledgemen� and �ertification 2,1. ln submitting this Bid, Bidder accepts all af the terms and condit�ons of the I�lVlTATfON TO BIqDERS and fNSTRUCiIONS'i0 BIC�DERS., inc{ud�ng without Ifmitation ti�ose dealing with the disposltinn of B�d Bond. 2.2. Bidder is aware af all costs �o provlde the required insurance, will do so pending cantract awa�d, and will pro�ide a valid insurance certificate meeting alE reguirements within 14 days of notification of award. 2.3. Bidder cer#ifies ihat this Bid is genuine and not madE in ihe interest of or an behalf nf any undisclos�d indir�idual ar entity and Is not submitted in conformity with any collusive agre�ment or rules of any group, association, organizatian, or corporation. 2.4. Bidder has naT directly or indireetly induced or soGclted any other Bidder to submit a false or sham Bid. 2,5. 8idder has not solicited ar induced any individual or entity to refrai� fram bidding. 2.6. Bidder has nok engaged in corrupt, frauduient, callusive, or coercive practices in comp�ting for the Contraet. For #he purpase� oi this Paragraph: a. "corrupt practice" means the offering, giving, receiving, ar soliciting of any thing of value likely to influence the action of a public offieial in the bidding process, b. "fraudule�t practice" means an intentional misrep�esentation of facts made (a) to infiuence the bidding process to the detriment of Ci#y (b) to estabVEsh Bi� prices af artificial non-campetitiue levels, or {c) to depri�e City of the benefits of fre� and open competition. c. "collusive prac#ice" means a scheme or arrangement be#ween two or more Bidders, with or without the know�edge af City, a purpose of which is to establish Bid prices at ar�ficial, non-competitive levels. — - - _ _ 1 ieiv'�•Q � a I +, a�o ��� ��vF. CITY OF FORT WORTH ��E+�� i 2021 5tF2�E7 REHABELITATIOlV STANDARD CONSTRUCTION SPECIfICATION �OCUMENTS ���i T�As'��� 703609 Revised e130l2U21 00 41 0o eid Propasal Workbaok 00 41 DO BID FORM I'age 2 of 3 d. "coercive practice" means harming ar threatening to harm, directly or indirectly, persons or their properky to influence their participatian in the bidding process or affect khe execution af the Contraci. 3. �requalification The Bidder acknowledges that the follow�ng wa�{c types must be performed only by p�equalified contract�ors and subcontractors: a. Not Applicable b. Not Applicable c. Not Applicable d. Not Applicable e. Not Applicabfe f. Mat A�plicable g. Nof Applicable h. Not Applicable 4. iime of Gomplet+an 4.1. The Woric will be complefe for Final Acceptance within 160 days afier the date wher� the the Conira�t Time comrr�ences to run as provided In Paragraph 2.03 of the Gen�ral Conditions. 4,2. Bidder accepts the provisions of the Agreement as to liquidated damages in the event of failure to complete the Work {andlor achlevement of Milestones} with9n the times speei�ied in fhe Agreement. �. Afitached ta this �id The following documenks are attached fa and made a part of this Bid_ a. This Bid Farm, Section Dp 41 �0 b. Required Bid Bond, Section 00 43 13 issued by a sureiy meeting the requirements of Paragraph 5.01 of the General Condltions. c, proposal form, Section 00 42 43 d. Vendor Cnmpliance to 5tate Law Non Resident B+dder, Seetion 00 43 37 e. MWB� Farms (optiona! at time of bid) f. Prequalificatian Statement, 5eckion 00 45 12 g. Conflict af Interest Affidavit, Section 00 35 13 *If necessary, CIQ or CIS forms �re to be pro�ided directly to City Secretary h. Any additionak documents tha# may ���auir�d by �ti�n 12�f the lnstructions ta Bid�ers i CITY dF FORi WORTH ,"" �"'"""" `""`"�y� � 2021 STREET REHABItI7A7iON STANDARD CONSTRUCTIpN SPECIFICATION DOCUM1hENTS �� �� 1036tlS Revisetl 913012021 ��, ��.5 7 004i OQ Bld PfopnSal Workbaalc � 00 41 OQ ` B{D FORM Pege 3 of 3 �. Total Bid Amount 6.1. Bidder wi1! complete the Worl� in accordance w�th the Confract C3ocumenis for the following bid amaunt. In ti�e space pra�ided b�lovu, please enter ihe tota! hid amount for this Pro�ect. Only ihis figure will be read pubficly hy the Cify at the bid opening. 6.2. Ifi is undersfood and agreed by the �idder in signing tnfs proposal that the total bid amouni entered below is subJect to verification andlor madification by multiplying the unit bid prices for each pay item by the respacti�e estimated quantities shawn in this proposa! and then totaling aH of the extended amounts, 6.3. . �,_ " . -; •- :n° -�- : --_ �- •- Co�l Base Bid �use thls if applicabie, otherwis� delet� .��temate Bid <use thls if applicable, otfierwise del�� '�eductive Alternate<us� this if app�ieabls, ofiherwi� �,,,:., - . --�- - ... Total Bid �. Bid Submittal This Bid is submikted on 12I9121 Ftespectfull submitted, /`�' // � � � -� (Signature} Ronaid D Sfi9nson Jc (Printed Name) Title: �stimating Manager Company: Texas Mate�rials Group, �nc, dl�a 1'exas Bik Address: �420 Dscker Dr Irving, Texas 75062 State o# Incorporation: D�leware Email: ronald.stinson@taxasbii.com Phone: 81i-538-1635 �CF1D 0�' S�CTIdN CITY OF FORT WORTH STANDARb GQNSTRUCTION SPECIFICATlON �OCUMENTS Revised 9I3012021 $2,067,672,76 $O.OD $O.pO $O.Op $2,067,672.76 by the entity named below. � Co��o�at�,Seal: , . 6 j4-.�;�:,�'`)r.., �",'-1' , . � �j � '�, �. ``;\ ° j��� �;��„ 1'� ���ti ��`�� ��,1 '� �`= � � � i �.; �:a` l;� � l �-�-.J� f�., .�_. � �.`_� r � •r � � �� � � , �. j�,P� � _� �.;��` ''�`'-`, ..�`';p 2U2# STRE�T REHABILITATIOiV 103�08 00 41 Aa 8id Proposal W4rkbook 0047 �13 IDf)IilUk��. r.,�a t av r SECTION 00 4243 PROPOSALFORM UNIi ��iC� �II� �idder's Applicafiion Alternate B&I TVEaI plFcrnalc Hid Aeducllve A11eMa1e BiA Tplp1 �eduClivepltcrnnlcHld AddEllce Allernwtc B3d Ta181 Addhivc A4ternelcHlil Tuml Bid S� n�7 71.76 SND OF SECTION CftY OF faRT WOATII 7011 SlALE7' REIiAISIlAiA7fON R7'M1M)NillC�1N57R[��"fFUN 9�Ii�IFl44fiON �PLLhicNT& 103609 Raimd9.'JR�U21 0041 W ItiJ Royvvel'Wu�kbout Base s�d iiMAC STtiEET REHABILITATIdN S� 0�7 71.7� T�rMlBaee Bid SI 7 612.75 � .r. ���������� �.�:i�.�:�� � :: � ��7��1�� Bond Number: 112321 KNOW ALL MEN BY TH�S� PRESEIVTS, that wa Texas Ma�erials Group, lnc. Interchange Corporate Center 450 Plymotatn Road, Suite 400 Plymouth EVlaeting, PA �9452-16�44 PH. (610) $32-82�4fl as Principal, (the "PrincipaP'), and LIBERTY Ml1TUAL INSURANCE COM!'ANY, a mutual company duly organizecf under the laws ofi the Commonwealth af Massachusetts as Surety, (the "Surety"}, are held and firrrtly hound unto City of Fort Worth as Oblig�e, (the "Obligee"), in the penal sum ofi Five P�rcent o# th� To#al Amount Bid Dallars (�5% T.A.B.), for ihe payment of which sum well artd iruly to be made, ihe Principal and the said Surety, hind nurselves, our heirs, executors, administrators, successors and assigns, jointfy and severally, firmly by khesa presents. WHEREAS, the Prineipal has submitted a bid for 2021 Sfreet Rehabilitai[ion Pr'oject - Project #1 �3609 NOW, TH�.f�EFDRE, if the Obl3gee shall accept the bid of the Principal wi#hin the period specified therefn, or, if no periad be specifled, within sixfy (60) days aiter opening, and the Principal shall enter into a contract with the �bligee in accardance wiff� thB terms of such bid, and give such bond or bonds as may be specified in the bidding or contract documents, or in the e�ent o# tf�e faifure of the Principal to enter into such contract and give such bond or bonds, if the Princ3pai shall pay to the Obligee tf�e difFerence in rnoney not to excesd the penal sum hereof between the amount specified in said pid and such larger amount for which the Obllgee may ir� good faith contract with another party to perFarm fhe wark co�ered hy said bid, #hen this abliga�ion shal! be null and �oid, otherwise to remain 9n full force and e#Fect. 1n no event shali the liability hereunder exceed the pena! sum hereof. DATED as of this 23rd day of Nov�m�er, 2421. W ITNESSIATTEST, Texas Materiafs Group, Inc. (sea�) Principal � � Name: Ron Stinson, Est. Man r.- Tltle: �I��RTY fNUiUi4L IIVSU�►NG� CONIPRNY (5eal) Surety A � � � � � B�: � y . i : atricia L. Mc all , At�o ey-in-Fact Rev. 10I95 I.BS-50U0 '- �ib��.y ����.1� SURETY This Pa�rer of Attomey limits the acfs otfhase named herefn, and tltey have no aukhority ta bind the Company except ln the manner and to the exfenl herein ststed. Liberty Mutual lnsurance Company The Ohin Cas�alty Inswrance Company West American insurance Cvmpany CB�Ificale No: 8205777-990182 �O�l1��R O� A7iORid�Y KNOWN Al.l PERSONS BY iH�B@ PRES�eNTS: 7hat The Ohio Casualty Insurance Company is a corporation duly organized under the laws of the Stale of New Hampshire, U+at Liberly Mutual lnsuranae Company fs a corporation duly organized under the laws af the Stete of Massachusetis, end UVest American Insurance Company is a oorporation duly organixed under the laws of the 5tele oi Indiana (herein co11sc8vely called the "Co�npanies"j, pursuanl to and by authority herein set forth, daes hsrehy name, consfilute and appoint, Patricia �,• ef1 of the city af Irvin state of TX each indqvidUally if t�ere be more tnan one nemen, lts uue ana iawiui aiwmny-u r�z�c� u, man�, eneoule, seal, acknowledge and delivar, fior and on its behalf as surety and as its act and deed, any snd all hid bonds an behakf of Texas Materials Gxoup, Inc. , an e execut�on a suc i an s, n pursuance ese presenls, shal ha as binding upon the Compeny as if ! ey ha been du y signe y the pres ent and attesled hy e secreiary af the Gompany in their own proper persans. lN WITNESS WWEREOF, t�is Power of Attomey has been subseribed by an autharized o(fioar or of�cial of lhe Companies and the corporate seals of the Cnmpanies heve 6een affixed t�ereto this 2nd dey of P. '1 , 2021 , Li6arty Nfutual Insurence Company 1NSU _`K.� �N�G � �Hs�R�. The Ohiu Gasualty lnsurance Compeny �� aArarrq�l.� y�J GpPP�Rq�,� �c,�' �o�O�sT�`'��, West American lnsurance Company �3' `Oo fi �:' FOP ¢3 Ab fi 1g1� � fl'1919 � sa 1991 fl 0 �. r�d,����caug aa� ya3H�AMP�,a$o ����HoIAN�'�,aa$ �y, r �7 * � d * � R7 * 1� '�� David M. Carey, Assis#ant Secretary N d C � VJ � .n State af PEIVNSYLIIANIA 5� � Caunty af MONTCOMERY e On this 2nd day af April , 2U2t before me personally appeared David M. Carey, who acknowledged himself ta be Ihe Assislant Secrefary ot Li6erty Mut�al Insurance o Company, Ths Ohio Casualty Campany, and West American Insurance Compeny, and that he, as such, being authorized so t� dq efcecute U�e foregaing inslrumant for the purposes — � j therein c^antained hy aigning on hehalf of the corporations by himself as a duly authonzad officer. � w ?. C a� � � � .a .� � ,Q � i N �� � �w i� 1N WITNESS WM�REOF, I have hereunto suhscri6ed my nama and affixed my natarial seal at King of Prussia, Rennsyivenia, on the day and year first above written. 9¢, PAS Q.w�o�w TF( �mmonweallh of Pennsyivanta- Notary Sea! �� ��,5 � Te�asa Paslella, Nale.ry Puhlfc a� Monlgomery Counly My commfsslan axpl�es Merch 2B, 2025 Hy; �p Cammisslonnum6er1128U44 �jc, �'14' , �G Member, Penneyivania Assodatton o[ Notmlm -�7• �v /' � This Power af Atfamey is made and exeeuted pursuant to and by authnrity of the fvllowing 6y-laws and Authariratians of The C�hio Casualty lnsurance Campany, Liberty Mutual � Insurance Campany, and West American Insuranae Company which resolutians are naw in (ull toree and effec[ reading as t011ows; AR71CL@ IV— OFFICEFiS: Section 12. Power of Atiomey. � My officer or oiher offlciaf of the Corporalion autharized {or that purpose in wdting by the Chalrman or Ihe Pr�ident, and subjeel to such limita6on es tE�e Chairman or ihe : President may prescrihe, shaEl appoint such atlomeys-in fact, as mey he necessary fa act in behalf of the Corporalion to meke, axecule, seal, acknowledge and deliver as surety any and all underEakings, bonds, rer.ognizances snd othet sureEy ohligations. Such attomays-in-fact, sudjeet lo tha Ifmilations set Todh in their raspecf+ve pawers of attomey, sha{I have fu11 power to 6ind the Corparatlon hy lheir slgnature and execution of any such instruments and to altaoh therefo the seal of the Corpora6an. When so executed, such ' ins4uments shall he ss binding as lf signad by the President and attested to by the SeCretary. My power or authority granied to any representative or aHameyan-fec� under !he proais9ans oF this arflcle may te revoked at any iime by the Boerd, f�e Chairman, lhe president or hy the officer or otficers grsnting such power or aut�orify. ARTfCLE Xill — Exeauflon af Contracis: 5ection 5. Surety 8onds and Unde�kings. Rny offroer o( Iha Campany autharixed Ear ihat purpase in writIng by tha chairman or the president, and subject to such limitations es the chairman or the presidenl may prescrihe, shall appolnt such attorneys-in-facl, as may be necessary to act in hehaif M the Company ta make, execute, seal, acknowledge end deliver as surety any and all underlakings, 6onds, reoognizanoes and ather surety ahligalions. Such attomeys�in-fact subject to the Iimifatinns set farth In their respective pqwers of atlomey, shall have tulf power la bind the Company by iheir signatura and execution af any such inslrumenis and to attach thereto fhe seal af the Company. Nlhen so executed such instCuments sha11 be as hinding as if signed by Ihe president and ettested by the secretary. Certificate of Designatian —The Preaident af the Campany, acling pursuank to the Bylaws of the Company, authorizes Davld M. Csrey, Assistant Secretary to appoint such ettomeys-in- facf as mey be necessary Eo act on behalf af the Cvmpany ta make, execute, seal, acknowledge and deliver as surety any and a�{ undertakings, bands, recognizancas and other surety ob{igetions. Authorization — By u�animous cansent of the Campan�s Board � Direclors, the Company consenfs thet facsimile or mechanically reproduced signature of any assistant secretary a( the Company, wherever appearing upnn a cerUfled copy o( any power af aitorney issued by lhe Campany in aonnection wit� sureiy bonds, shall 6e valid and hinding upon the Company with the same force and effect as though manually affixed. I, Renea C. LleweByn, the undersigned, Assistant Secretary, The Ohio Casualty Insurance Com�any, Libarty Muival Insurance Company, and West American Insurance Company da hereby cerfiiy thaf the original power of attomay of whidr the foregoin� is a ful1, true and oorrect copy of the Power of A�arney executed by said Companies, is in fuN force and effect and has not heen revoked. !N TESTIMONY WMEREOF, I have hereunto set my hand and affixed Ihe seals of said Companies this 23ird day af I�Io�emher , 2021 . � 1NS��,� �(Y �N3V a 1NSU� JQ' Rroq,q�,?� 3� Rrorr,�,'Qp� p?' onruR�r Y �aG° � c� � �' �o � � �° � "m 1912 0 ; 19i9 � � 1991 0 � v� d'� �'4CHu$��a ydy�NAM4°l��dbp �s �NOIANP a Renee C. Llewellyn, Assislent 5ec�'el�ry n * k �y,� * �,� 3M * h°S� 0 r� d' C ro � �6 O 6? c a� .� � 0 � ao M �� �� �� ,� LMS-12890 LMIC OC[C WA1C Mulil Co Bid Bond 42l21 aa aa s7 VEN�OR COMPLIANGE i'p STAT� L4W PageioFi S�C'il0�l 0€f 43 3� VENDOR COMPI.fANCE TO STATE LAli1F NO[� RESID�NT BIDD�R Texas Governr�ent Gode Chapter 2252 was adopted for the award of contracts to nanresident bidders. This law provides #hat, in order to be awarded a contract as low bicider, nonr�sident bidders {olit-of-stat� coniractors whose eorporate oFfices ar prir�cipal place of business are outside the State nf Texas) �id projects f�r construction, improvements, supplies or services in Texas at an amount lower than ihe lowest Texas resident bidder by the same amount thai a Texas r�side�t bidder would be required to underbid a nonresident bidder in order to abtain a camparabfe contract in the State which the nonresident's principal place of business is located, The ap�ropriate blanks in Section A must be filled out by a11 no�resident bidders in order for your bid to meet specifications. 7he failure of nonresident bidclers to do so will automaficeEky disquali�y that bidder. Resident bidd�rs r��ast check the bax in 5ection B. A. Nonresident bidders in the State of �. �� �� ��� ; our pri�cipal piace of business, are required fo be �ercent lower than r�sid�nt bidders by State Law. A copy af the statute as attached. Nonres9dant bidders in the 5tate oi �� .����� �:�:, �� �. , aur principal pface of business, are not req�ired to underbid resident bidders. B, The principal place of business of our company or our parent company or majarity owner is in the 8tate of Texas.0 �I����: 7exas Materrials Group, lnc, dba Texas Bi# 420 Deckerf3r Irving, Texas 75062 By: Ronald D Stinsan, Jr � � ; —� _ � �. � _ —'� (Signatu e END OF S�CTION CfTY OF FQRT WORTH STAMDARb CONSTRUCTION SPECIFICATION I30CUMENTS Revised 9I3p12021 Title: Es#imating Manager Date: 'f 2/9/2021 2021 STRE�T R�HABILITRi'ION 103809 UD 41 00 Bid Propo&al WorkbooEc 004515-1 $IDDERS PREQUALIFICATIdNS Page 1 af 3 1 SECTION 00 �511 2 BIDDERS PREQUALg'ICATIQNS 3 4 1. Suznmary. AIl eontractors are required to be pr�qualified by the City priar to submitting 5 bids. To be eligible to bid the eontractor musC s�bmit 5ection QO 45 12,1'requalification 6 Statement for the wozk type(s} listed with theiu' Bid. Any contractoz' ar subcontractor who is 7 not prequalified for the wark type(s) listed must submit Section 00 45 13, Bidder 8 �:requalification Applica�ion in accordance �+ith the requirements below. 9 10 11 12 13 1� 1S 16 17 1$ 19 20 2I 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 3$ 39 Tne prequalifieation process will estabiisk� a bid limit based on a technical evaluatiox� and financial a.nalysis af the contractor. Tlae znformation must he submitted se�en {7) days prior to the date of the apening of bids. Fox example, a contractor t�ishing to snl�mit b�ds on projects to be o�ened on the 7th of Aprii must file the infoz'mation by the 31st day of March in order to bid on these projects. In order to expedite and facilitate the approval of a Bidder's Prequalification Application, the following must accompany the submission. a. �1, eomplete set flf audited or reviewed financial statements. (1) Classified Balance Sheet {2) Income Statement (3} Statement af Casl� FIows (4} Statement of Retained Earnings (5) NoCes to the Financial.Statem.ents, if any 5. A certified copy of khe irrm's organizational documents (Cozpnrate Charter, Articles of Incorporation, Articles of Organization, Certificate of Formaiian, LLC Regulations, Certa�icate of Limited Partnership Agreemex�t). c. A completed Bidder Prequalification Applicat�on. (I) The firm's Texas Ta�payer ldentification Number as issued by the Texas Connptroller of Public Aecounts. To obtain a Texas T�payer ldentification number visit the Texas ComptrolIer of Pui�lic Accounts online at tl�e following web address www.window.state.tx.usltaxpermid and fill out the application to apply for your Texas tax ID. {2) The fxrm's e-mail address and fa;� number. (3) TY�e firrn's DUNS number as issued by Dun & Bradstreet. This number is used by the City fo� required reportang on Federal Aid projects. The DUNS number may be obtained at www.dnb.cpm, d. Aes.uzzzes reflecting the construction experience of the principles of the �irm for firms subrnitting their initial pz'equaliiication, These resumes should include the size and scope af the work pez-farmed. e. Other information as requested by the City. 40 2. Preqnalific.ation Requirements 4l a. Finnncial �`tateinents. Financial statem�nt submissian must b� pzavided in 42 accordance with the following: 43 (1) The Czty requires that tha original Financial SCat�rnent or a certif'ied copy 44 be subznitted far considezadon. iCl'I'Y OF' F{7RT WQRTH ST�I�tDARD CONSTIZUC'1'ION SPECTFIC,4TIOMDOCUMSNTS 12evised 7uly 1, 2011 2021 STREET RETIAI3ILTCATi'O1V City Praject No. 103609 ooasil-z BIl]DEItS PREQUAL�TCATION5 Page 2 of 3 1 (2) To be satisfactory, the financial statements rnust be audited or reviewed 2 by an independent, certxfzed public accoun�ing fizm registered and in 3 good standing in any state. Current Texas statues also require that 4 accounting firms perfoxming audits or re�iaws oza business entities within 5 the State of Texas be properiy iicensed or registered with the Texas State 6 Boaz-d of Public Accountancy. 7 (3) The accounting firm should state in the audit report ar zeview w.hether 8 the contractor is an individual, corpoz'ation, or limited liabrlity company. 9 (4) Financial Stateznents must be presanted in U.S. dollars at the cuzzent rate I O of exchange of the Balance Sheet date. 11 (5j The City will nat zecognize any certified public accountant as 12 independent wha is not, in fact, independent. I3 (6) Th� accountant's apinipn on the financial statements of tlie contracting 14 coznpany should state that the audit or review has been conducted in i5 accnrdance with auditing standards generally acceptad in the iTnited 16 States qf America. This must ba stated in the accounting firm's opinion. 17 It should: (I} �xpress an unqualifzed opinion, or (2) expr�ss a qualified 18 opinion pn the statements taken as a whole. 19 (7) The City resarves the right to require a new statement at any tirr�e, 20 (8) The financial statem�nt must be prepared as of the last day of any month, 21 not more than one year old and must be an file with fhe City 16 months 2� ti�ereafter, in accord�nce with Paragraph 1. 23 (9) The City wi11 determine a coz�iractor's bidding capacity for the purposes 24 of awarding contracts. Bidding capacity is determined by multiplying the ZS positive net wozking capital (working capital= current assets -- current 26 liabilities} by a iactor of 10. Only those statements refl�ctit�g a positive 27 net working capiial positian will be cansidered satisfactory for 28 prequalification purposes. 29 (10) In the case that a bidding date falls within the ti�me a new financial 3� statement is being prepar�d, the previous st�.tement sha11 be updated with. 31 propez verification. 32 b. Bidder Frequalifi'cation Applicatfon. A Bzddez PrequaIification Application must be 33 sul�mitted along wiCh audited or reviewed financial statements by fixz�r�s wistung to be 34 eligihle to bid on aII classes of construetion anfl nnaintenance projacts. Tz�complete 35 Applications will be rejected. 36 (1) In those schedul�s where there is nathing to repart, the natation oi 37 "None" or "NIA" should be inserted. 38 (2) A minimum of five (5) references of related vvork musi be pravided, 39 (3) Submission of an eq�ipment schedule which indicates equipment under 40 the control of the Contractor and ruhich is related tp the rype af work for 41 vrhich the Contact4r is s�el�ing grequali�cation, Tlae schedule must 42 include the manufacturer, model and general eommon deseription of 43 each piece of equipment. Abbz-evia�ions or means of describing 44� equiprnent other than provided �,bove wiIl not be accepted. �5 4b 3. Elig�bility to Bid 47 a. The City shall be the sole judge as to a contractor's prequalifieation. 4.$ b. The City may reject, suspend, or m.odify any prequalificatzon ior failure by the 49 contraetor to demonstrate acceptable financial ability or per�'arznance. 50 c. Tha City will issue a letter as #o the staEu� of the prequalificatipn appro�al. CTPY Oi� PC}AT WDRTH 202] STRBET REHABII,ITAITOl�l STANDP.RD CpNSTRUCTTOI+I SPECIFICATION DOCUMENTS Revised July 1, 2011 City Project 1Vo. 10360� Ofl4511-3 BA]DERS PREQUt1LIFICATIOl�iS Page 3 of 3 i d. � a contractor has a valid prequaIification letter, the contz'actor will be eligible to bid 2 the prequalified work rypes until the expiration date stated in the letter. 3 4 g END Of SECTION C1TY OF �aRT WOR'TH 2�21 STREST REHAB IL'iTAiTQIV STANDARD CONSTRUCTTON SPECIFICATiON DOCiJN1ENTS Revised ]u}y 1, 2011 City Project No. 103609 oo �s �a - � PRBQUAGIFICATIO[Y STATEMENT Page l of 1 r Z 3 4 5 6 7 8 9 1D ll I2 13 1 �F 15 16 17 I8 19 20 21 22 23 24 25 26 sECT�oN ao a� i� PREQUALIFiCATION STATEMENT Ea�l� Bidder for a City proc�rement is required to coanplete tk�e infnrmation below by ident�fying the piequalifiec� �ontractors and/or subcontractors wh�m they inkend to ueilize fc��• Ehe majo� work type(s) listed. Major Wock Type Contraetor/Subcontractor Pxequalification Com an Name Ex iration Date Asphalt Paving HMAC Stre�t Rehabilitation Heavy � 21�� Maintenance and all items Texas Materials Graup, directly associated with t�e dba Texas Bit avin The undersigned hereby certifies that the contractars andlor subcontracCors described in �e table abo�e are cunently prequaliiied for the work types listed. BIDDER: Texas Materials Graup, dba Texas �it Company 4�U Decker Dr, Suite 20a Address By. Ronald D. Sfinsan, .ir. {Please P ' t) Signatur '.�� �G" � Irving, Texas 75062 City/StatelZip Title: Estimating Manager {Please Print) Date: � ��Og%�oZ � END OF SECTION CITX OF FORT WOR'I`H STANDaR17 GONSTRiTCS10N SFECIFICATiQN DOCUMENTS Revised July 1, 2R11 2021 STI2EET REHABILITA]T�AI CLTY PROJECT NO. 1Q3609 pp 45 26 - I CONTRACTbR COMPLIANCS WITH WORKER'S COMPE3V5ATION LAW Page 1 of 1 2 3 4 5 6 7 8 9 14 i� 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 2$ 29 30 31 32 33 34 35 36 37 38 39 SECTION 00 4� �6 CONTRACTOR COMPLIANCE WITH WORKER'S COM�ENSATI�N LAW 1'ursuant to Texas Labor Code Section 4Q6.096(a), as amended, Contractor certifies that it provides worker's compensation insurance coverage for ail of its employees empIoyed on City Proje�t No. 103G09 �Contractar further certifies that, pursuant to Texas Labor C�de, Sectian 406.096(b), as amended, it will provide to City its subcontractor's certificates af campliance witl� wo��ker's compensatic�n cov�erage. CQNTRACTQR: Texas Materiais Group, dba Texas Bit Company 420 Dee�Cer Dr, Suite �00 Address Irving, Texas 75�62 City/StatelZip THE STAT� OF TEXAS COUNTY OP TARRANT � § Ronald De Stinson, Jr. Estimating Manager : BEFORE ME, the undersigned authority, on this day personally appeared Ronaid D. Stinson, J�. , known to me to be the parson whose riame is subsoribed to the foregoing i�strutnent, and acknowledged ta �ue that he{she executed the same as the act and deed of Texas Ma#erials Gro�p, dba TexaS Bit for tk�e purposes and consideration th�rein exp�•essed and in the cap�city therein stated. GIVEN UNDER MY HAND AND SEAL Q� OFFICE tnis ,.. i__day of . � '. � ♦ �r c� � 2L,j„ . .� �aRv n�e PRTRICIF� L. fVICCALL o {. Notary PubliC * * State of Texas '^r Q Ip # 736670-5 �l�oF�� My Comm. Expires 11-13-�423 � * �� � , Notary blic in and for the tat� of Texas � END OF SECTION CITY OF FORT WDR'PFi STAS�iDARp CQi�S'TKiTC7'ION SPSCIFICATION DOC[3MENTS Re�ised July L, 2�11 2021 STREET REHABTLTTATI'ON CITY PROJEC'T NO. 103609 (Please Print) 404540-1 Business Equity Goal Page 1 of 2 2 SECTION QO 45 4Q Business �quity Goal 3 APPLICATXON OF POLICY 4 If the total dolla.c value af the contract is $100,000 or more, then a Business �quity goal is applicable. 5 A Business Equity Firm refers to eertified Minority ; andlar Women-, ovvned Business Enterp�riises U ��►vwB���. 9 10 lI 12 13 14 15 !6 17 18 !9 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 4l 42 43 44 45 46 47 48 49 roLzcY sTATEm�rtT Ii is the policy of the City af Foz� Worth to ensure the full and equitable pax'ticipation of Business Equity Firms when applieable, in the procurement of all goods and se�vices. All requirements and regula#ions stated in the City's Business Equity Ordinance No.25165-10-2021, (replacing Ordinance No. 24534-I 1- 2020 (codified at: htt s:llcodelibrat .amte al.cam/codeslftworti�/jatestlftwoi�th tx10-a-D-22593 app�y ta this bid. BZT�INESS EQUITY PROJECT G�AL The City's Business Equity goal on this project is 26% of tt�e total bid va�ue of the cont�'act (.8ase bid applies to Parks and Conamunity Services). METHODS TO C4MPLY WITH THE GOAL On City contracts where a Business Equity Goal is applied, offera�'s ax•e required ta camply with the C1ty"s Business Fquity Ordinance by meeiing or exceeding the abav� statzd goal or otherwise corriply wi#h tha ordinance �ough one of the following rr►ethods: 1�, Commercially useful services perfoz'med !uy a Business Equity prime contractar, 2. Busin�ss Equity sul�contracting parficipation, 3. Coanbinatian af Busi�ess Equity prime services ancl Business Equity subcotntracting participation, 4. Business Equity Juint �enturelMantor-Praie�e participation, 5. Gaod Faith Effort doeumentation, or 6. Prime eontractar Waiver documentatio�. SUBNIITTAL 4F RE �CJIRED DOCUMENTATION Applicable documents (listed below) must be received by the Purchasing Division, OR the afferar sh�ll EMA.IL the Business Equity documentation to the ass�gned C�ty of Fart Worth Project Manager or Department Designee. Docum�ents are to be r�ceived no later than 2:00 p.rn., on the third City bus�n�ss day after f�►e bid opening date, egcSusive of the bid opening clate• The Offeror tnust subznit one or more of the following documents: 1. Utilization Form and Letter(s) of InteaE, ii the goal is met ar exceeded; 2. Good Faith Effort Form and iltiiization �orm, including suppoRing docurnenta�ion, if participation is less than stated goal, or no Business Equity partieipatzon is accomplished; 3. Prime Contractor Waiver Farm, including suppoi�ting documentation, if the Offeror w.ill �erform all subcontractinglsup.plier n�aportunities; or 4, Joint Venture/Mentor-Proteg� Form, if goaf is met or exceeded with a.Toint Venture or Mentor- Prat�ge participation. These forrns can t�� found at: Business Equity Utilization Form and LetYer af Tntent htt s:lla s.fortwarthtexas. ov/�'ro'ectResourceslResourcesP160%20- %24MWBE/N�W%20Business%20E uit %200rdinance/Bvsiness°1o20E uit %20Uti1izatian%2�Form. � Letter of Intent CITY OF PQ.RT �1VORTE3 STAIVDARD CONSTRUCTId1V SP�GIFlCATION DQCUMEI�TS h'evised Oc#aher 27, 2Q21 2021 STREET R�HABILITAITQN C1TY PAOJECT NO. 1U3b09 flQ4540-2 Businass Equity Gaal Page 2 of 2 l htt s:lla s.fortwoi-thtexas. ovlP�'o'ectResow'ces/Reso�a��cesP160 - MWBE/NEW Busiiless E uit 2 OrdinancelLetter of Tnfent-2021.pdf 3 4 Business Equity Good k'aith EfFart Fo.rtn 5 k�tt s:lla s.fortwoi�texas. ovlPro'ectResourceslResourcesP160%20- 6 %o20MWSEINEW%20Business%2DE �t�t %o200rdinataceBusiness%20E uit °/a20Good°/o2ClFaith%20Ef 7 fai�t%20Form. df 8 9 Business Equity Prime Contractor Waiver Form 14 htips:llapps fortworthtexas.�ovfPralectResources/ResourcesP160%20= 11 °/a20MWBE/NEW°1o20Business%26E uit %2aOrdinanceBusiness%20E ui %20Prinle%20Contractar i2 %2QWaiver.�df l3 14 �usiness Equity doint Vent��re Fo�'m I5 htt s:lla s.fartwot�thtexas. ov/Pro'ectResourceslResourc�s.P/6Q%20- lb %2QMWBE/NEW%20Business%20E uit %200rdinancelBusiness%20E uit .a/�20Joint%24Venture. d� 17 18 19 FAILURE TO ACHT�+ VE THE GOAL OR OTAERWISE COMPLY WITH THE ORDINANCE WXIaL 2Q RE�ULT IN THE BIDDERIOFFEROR BE1NG DECLARED NON-R�SPONSIVE AN'� THE BID 21 R�JECTED. 22 23 24 FAiLURE TO SUBMIT THE RE UxRED SUSIN�SS E UTY DOCUMENTATIUN C)R OTHERWISE 25 COMPLY WITH THE ORDINANC� WILL RESULT IN TI3E BID BEING DEC:LARED NON- 2fi RESPONSIVE THE BID REJECTED Ai�D MAY SUBJECT TH� BIDDER/OFFEROR TO SANCTIONS �� AS DESCRIBED IN S�C. 20-373 OF THE OR.DiTiANCE. 28 29 �ar Questions, Piease Contact The Busi�aess Eqnity Division of the Departrnent of Diversity and 3p Inclusian at (817) 392-2b74, � 1 END OF SECTIOIV 3.2 CTCY OF F012T WORTH 2O21 STREET REI3ABILiTAITON STANDARD CON5TItUCTION SP�CIFICt1T[O1V DOCUMENTS� CITY Ylt07ECT NO. 103609 Revised QcCober 27, 2021 oosza3-i Agreement Page 1 oF6 SECT�iON 00 52 43 AGREEMENT THIS AGREEMENT, authorized an March 8, 2022, is made by and between the City of Fort Worth, a Texas hom� rule municipality, actir�g by and through its duly authorized Ciiy Manager, {"City"), and Texas M�terials Graup, Tnc. dba Texas 8it, authorized to do business in Texas, acting by and through its duIy authorized representative, ("Contraetor"), City and Contractor may jaintly be re�erred to as Parkies. City and Conit�actor, in consideration of the mutu� covenants hereinafter set foi�th, agree as follows: Article 1. WORK Contractor shall complete ail Work as s�ecifi�d or indicated in the Contract Docutnents for the Project identified herein. Article 2. PRO,TECT The prQjcct far which the Work under the Contract Documents may be the whole or only a part is generally described as follows: 2021 $TREET REH.ABILITATION PROJECT CITY PROJECT NUMBER 103609 Article 3. CONTRACT PRICE City agrees to pay Contractor for performance af the Work in accordance with the ConCract Dacuments an amaunt, in current fi.�nds, of TWO MILLION SIXTY-SEVEN THOUSAND, SIX I3NDRED SEVENTY-TWO AND 76/1U0 Dollars (�2,OG7,67�.7G). Contract price may be adjusted by change ord�rs duly autllarized by the Part�es. Article 4. CONTRACT TIME 4.1 Final Acceptance. The Work shall be eomplete for Finai Acceptance within 164 days a�er the date when the Contract Tima carninences to run, as provid�d in Paragraph 2.02 nf the General Canditions, p1us any extension thereQf allavved in aecordance with Article 12 of the General Conditions. 4.2 Liquidaiad Da�nages Contractor recognizes tilat ti»ze is of the essence for carnpletion of Milestones, if any, and to achieve Finai Accepiance of the Work and City and the pubIic will suffsr from loss of use if the Vi�ork is not cornpleted within the time(s) specified in Paragraph 4.1 abo�e, The Contracior also recagnizes ths deIays, expense and difficulties invol�ed in proving in a legal proceeding, Yhe actual Ioss suffered by the City if the Work is not compjeted on time. Accordingly, instead of req�iring any such praof, Contractor agrees that as liquida�ed damage:s for deiay (b�t not as a penaity), Contractor shall pay City Six Hundred �ifty AND 0011 DO Dollars ($650.00) for each day that ��pires after the time specified in Paragraph 4.1 far Final Acceptance until the City issues the Final Letter of Aceaptance. C]TY OF FORT WORTH 2D21 STREET 12�HASILITAITDN 5TANDARD CQNSTAT]CTfON 5P�CiFICATIQN DOCl3IvIE1V'FS CITX PItQJECT Np, 103fiO4 [Ze�ised ] 1l23/2U21 045243-2 Agreement Page 2 of 6 Articie �. CONTRACT DOCUMENTS 5.1 CONTENTS: A. The Contract Documents which comprise the entir� agreement between Cily and Cantractor eoncerning the Work consist of the following: 1. This Agreement. 2. Attaclarnents to this Agre�ment: a. Bid Farm 1) Pro.posal Form 2) Vendor Campliance to State Law Nnn-Resident Bidder 3) Prequali%cation �tatement A�} State and Federal documents (project specific) b. Current Prevailing Wage Rate Table c. Insurance AC�RD Form(s) d. Fayment Bnn.d e. Performance Bond f. Maintenance Bond g. Power of Attorney for the Bonds h. Worker's Compensation Affidavit i. MBE and/or SBE Utilization Form 3. General Conditions. 4. Suppl�mentary Conditions. 5. Specifications speeifically made a part of the Contract Documents by attachment or, if not attached, as incorporated by reference and described in ihe Table of Contents of the Profect's Contract Dacuments. 6. Drawings. 7. Addencia. 8. Dacumentation submittt�d by Cont�ractor prior to Notice af Award. 9, The foIlowing which znay be delivered or issued after the Effectiv� Date of the Agreement and, if issued, become an incorporated part of the Contract Documents: a. Notice to Proceed. b. Field Orders. c. Cliange �rda:rs. d. Letter of Final Acceptance. Article G. INDENlNIFICAT�ON 6.1. Con#ractor covenants and agrees to indemnify, hold harmless and defend, at iYs own expanse, the city, its officers, serr�auts and emplayees, from aqd against any and all claims arising out of, ar a[leged fo arise nuf of, the work and servicss to be performed k�y the contractor, its o�cers, agents, employees, subcontractars, licenses or invitees under this contract. This indemni�Caiion pravision is sAeC[ircal�y intended to apexate and be effeeti�+e even if it is alle�ed or pro�en that all or some of the dama�es bein� sou ht we�re caused in whole or in art b an act onnission or ne li ence of tbe ci . T�is indem�ity prov�sion is nntended to include, w�iti�out limitation, inderr��i� for costs, expenses and legal fees incurred by the city iq. defending a�ainst such clairns and causes of aetions. CITX OF FORT WORTH 2O21 STRCET ItEHABILITAITON STANDARD CONSTRiIC'['ION SPECIFICATION DOCUIvIENTS C1TY PRO:TCCT NO. 1036U9 Revised 11123l2021 aos2a3-3 Agreament Page 3 of G 6.2 Ca�ntractor covenants and agrees to indemn�ify' and �ald harmless, at its own expense, the city, its offic�rs, servants and employees, irom and against an� and all ioss, dflmage or desfruction of property of the city, �rising out of, or alleged to arisc out of, the ravork and services to be performed by the cantractor, its of�cers, agents, employces, sabcontractors, licensees or invitees under this contract. This indemni�ication rovision is s eci�call intended to o erate and be effective even if it is Rl1e ed or raven that all or some of the dama es bein sou ht were caased in who�e or in art � an act omissio�, or ne Ii ence of the ci . Article 7, MISCELLANEOUS 7.1 Terms. Terms used in this Agreement which axe de�ned in Articla 1 af the General Conditions will have the meaningS indicated in the Generai Conditions. 7.2 Assignment of Coratract. This Agreetnent, i�cluding all oi the Contract Documents may not be assigned by the Contractor witIzout the advanced express wriften consent of the City. 7.3 Successors and Assigr�s. City and Contractor each binds itself, its partners, successors, assigns and Iegal representatives to the other party h.ereto, in respect io all eovenants, agreements and obIigations contained in the Coniract Documents. 7,4 Severability/Non-Waiver of CIaims. Any provision or part of the Contract Documents held to be unconstitutional, void or unenforceabla by a court of cozn�aetent jurisdiction shall be deemed stricken, and all remaining pravisions shall cnntinue to be valid and binding upon City and C.ontract�r. The failure o� City or Contractar to insist upon the performance of any term or provision of this Agreemeni or to exercise any right granted harein shail not constitute a waiver of Cit�'s or Contractor's respective right to insist upon appropriate performance or to assert auy such right on any future occasion. 7.5 Governing Law and Venue. This Agreement, including aII of the Contz'act Documents is performable in the State of Texas. Venue shall be Tart'ant County, Texas, or the llnited 5tates District Court for the Northern District of Texas, Fort Woi�th Division. 7,6 Autharity to Sign. Contractor shall attach evider�ee of authority to sign Agreemeni if signed by someone other than the duly authorized signatory of the Contractar. 7.7 Non-appropriation of �'unds. In the event no funds or insufficient funds are appropriated by City in an�+ fiscal pez'tac[ for any payments due hereunder, C1ty will natify Vendor of such occurrence and this Agreement sha11 tez'min�#e on the last day of the fiscai per'1od for which appropriations ware received without penalty or expensc to City of any kind whatsoever, excspt as ta the portions of the paymen#s herein agreed upon for which funds have been appropr'iated. C1TY OF FORT WORTH 2O21 STREET RET�TABILITAITON STANDARD CONSTRY7CTi�N SP�CIFICATION DOC[J1ViENTS CITY PR0.IECT IVO. 103609 Revised 11/23/2021 O.OS243-4 Agreement Pa�e 4 of 6 7.8 Prohibifion On Contracts 'With Companies Baycotting Israel. Contractor, uniess a sole proprietor, acknowledges that in accardanee wit�a Chapter 2271 af the Texas Government Cocie, if Contractor has 10 or inare full time-employees and the eontract value is $100,000 ar more, the Cit}f is prohibited from entering into a contraet with a campany for goods or sexvices unless the coniract contains a written veei�ication from the company that it: (1) does nat boycott Isz'ael; and (2) wiU nat boycott Israel during the term of the contract. The terins "boycott Israel" and "company" shall have the m�anings asc�ihed to those terms in Section $O8AQ1 ofthe Texas Gavernment Cnd�. By signing this contaract, Contractor cert�fies that Contractor's signaEure provides writEen veri��afion to the City ti�at if Chaptar 22'�1, Texas Govern�nent Code applies, Contractor: (1) does not boycott Israel; and (�) will nat boycott Xsrael during the term of the contract. 7.9 Prohibition on Boycotting Energy Companies. Contractor acknowledges that in accordance with Chapter 2274 of the Texas Govarnment Code-(as added l�y Acts 2021, 87th �.eg., R.S., 5.�. I3, § 2), the City is prohibited from entering into a contz'act for goods or services that has a value of $100,000 or more, which will be pa.id whol3y or parCiy from pubiic funds af the Ciiy, wiYh a company (with 10 or more fuIl-time emplayees} unless the contract cantains a written verification fro.m the compa.ny that it: {1) does not boycott energy campanies; and {2) wili not boycott energy companies duz'ing the term of the eontract. The terms "bayeott energy compar►y" and "company" have the meaning a.scribed to those terms by Chapter 2274 of the Texas Governtnent Code (as added hy Acts 2021, 87th Leg., R.S., S.B. 13, § 2). Ta fhe extent that Chapter 2274 af the Governmeat Code is applicable to this Agreement, l�y signing this Agree�nent, Cantractor certiiEes t�►at Contractor's signaEure provides written verrfication to the City thaf Cantractor: {1) does not boycoti energy companies; and (2) will not boycott energy companies during the term of this Agreennent. 7.1p Prohibition on Discriminatior� Against Firearm and A.inmunition Industries. Contractor acknawledges that except as otherwise �rflvided by Chapter 2274 of the Texas Governrnent Code {as added by Acts 2021., 87th Leg., RS., �.B. 19, § 1), the City is prohibited from entering into a cont�ract for goods �t' services that has a value of $i00,�00 Qr more which will be �aid wholly or partly from public fiinds of the Gity, with a company (with 10 or more full-time employees) unSess the eontract conta'tns a written verif cation from the company that it: (1) does not have a practice, policy, guidance, or directive that discriminates against a�rearm entity or frearm trade association; and (2} will nQt discrin2inate during the term of �he contract against a firearm entity or firearm trade association. The terms "diserimiinate," "f1TB�i'Cil �il�l�" aSlCi "�lYe3I'117 �PS�B �S50C1Zf1d11" have the meaning ascribed to those tei�rns by Chapter 2274 of the Texas Govexnment Code (as added by Acts 2025, 87th T�eg., R.S., S..B. 19, § 1). To the �gtent #hat Chapter 2�74 of the Gavernment Code is a�plicable to tk�is Agreement, by signing t6�is AgreemenE, Cantr�ctor certiifies that Contractor's signature provides written veri�ication to the City �hat Contractor: (1) does no� hAve a practice, policy, guidance, n�r direetive that diseriminates against a�rearm entity or iirearm trade associatiot�; and (2} will nnt discriminate against a f�rearm entify nr iirearm trac�e as,socia�iou during the #erm� of this Agreem�nt. CITY OP FORT WORTH 2Q21 STREET TtEIlABILITAITON S�'ANDARD CONSTRUCTION SPECIFICATION DOCUiv1ENTS CITY PR47ECT NO. 103649 Revised ]l1231202[ Q05243-5 Agreement Page S of 6 '7.11 Immigration Nationality Act. Contractor shall �erify the identity and employment eligibility af iis emplayees who perform woxk under �his Agreemen#, including cornpleting the Employment Eligibijity Verifiieation �'arm (I-9). Upon request by City, Contractor shall provide City with copies of all I-9 forms a�d supporting eligibility documentation for each emplayee who performs work und�r this Agreement. Cantractvr sliall adh�ra to all Federal and State laws as well as establish appropriate pf•oc�dures and eontrols so that no services will be performed by any Contractar einployee who is not legally eligible to perfarm such sez'vi�es. C�NTRACTOR SHALL INDEIVINIFY CITY AND HOLD CITY HARMLES� FROM ANY FENALT�ES, LIABILTTXES, OR LO�SES DUE TO VIOLATIONS OF THIS PARAGRAPH BY CONTRACTOR, CONTRACTOR'S EMPL4YEES, SUBCONTRACTORS, AGENTS, OR LICENSE�S. City, upon written notice to Contractor, shall have the right to imm�diately terminate this Agree�nent far violatians of this provision by Co�tractor. 7.12 No Third-Party Beneficiaries. This Agreement gives no rights or bene�ts to anyone ather than the City and the Contractor atad there are no third-party beneficiaries. 7. I3 Na Cause of Action Against Engineer. Contractor, its subcnntractors and equipment and rnaterials suppliers on the PROJ�CT or their s�u'eties, sha11 maintain no direet action against the Engineer, its officers, erriployees, and subcontractors, for any claim arisin.g out of, in connecfion with, or resulting from the engineering services perfotmed. Only the City will be the beneficiary oi az�y undertaking by tne Engineer. Tha presence or duties af the Engin�er's personnel at a canstruction site, whefl�er as on-site representatives or otherwise, da not inake the Engineer pr its personz�el in any way responsible for tl�osa duties that helong ka the City and/or the City's constructian contractc�r5 or other entities, and do noi relieva the construction contractors or any �ather eniity of their ob�igatians, duties, and responsibilities, including, but not limited to, all consiruction methods, zneans, techniques, seguences, and procedures necessary for coordinating and completing all portions of the eonstruction work in aecordance with the Coniraet DQcuznents and any health or safety precautions required by such construction work. 'I`lae Engineer a�d its personnel have no authority to exez'cise any control over any construction contractor ar other entity or their employees in connection with the�r vwark ar any health or safety precautions. CITY Oi' FOR7' WORTH 2O21 STRLET REHABILITAITON STANDARD CONSTRUCT101�i SPECIFICATION dOCUIv1ENTS CITY FR07ECT NO. 1 D3609 Revised 11/23I202[ i1Q52�13-6 Agreament Page 6 nf 6 IN W�TNESS WHEREDF, City and Contr�actor have each executed #his Agreemen� to be effective as of the data suhscribad by the City's dess�nated Assistant City Manager (`Bffecti�e Date"}, Cpniractoc: Texas Materiais Group, Inc, dba Te�s Bit City of Foz�t Worth By: ...� . �� Signature i`. f' /,� c �� � . �j/�-✓�'�,� J/� (Printed Name} �`"S�%i �i-��>>,J� �/��1G%�� — Title 420 Deckex Dr, Suite 2fl0 Addr�ss � Tiving, Texas 75062 CitylStat�lzip � �'Zra�Z._ Date BY� .� i � �� � .n : �.V Dana Bur�hdoff � • Assistant Cfty Iv�ianager ",1 i �° - ? ��..� Date At �t: n _ ''// % '�'�..�- �i ette Gaodall, City Secret�ry `, ;� (Seal) � �� �� i -. �,s�i�. ���. � � -- r -� � M&C; 22-p149 Data: 3-8-2Q22 Form 1295 No,; NIA Cantract Compiiance Managei•; By signing, I acknowledge that I am the �ersQn rasponsible far the monitaring and adininistratian af this contrac.t, including ensuiing a1l performance and reparting requia•ements. � Tai�iqu] Islam Project Managar Approv'ed as to Farm and Legality: ���� � pouglas W. Black Sr. Assistant City Attorney APPROVAL RCCOMMENDED: ���7� Williain 1o4�nson, Direck�i• ' Tcansportation & i'ublic Works Depai�tment _ CSTY OF FOR'T WORTH STAAfDAI�b COI�lSTRi3CTEdN SPECIFTCAT�ON DOCi�A�ENTS Revised 11/23/2921 2021 ST�'"iP11�WkJF3'1[.s4�`��'�ka CP Y n��z�r;r Nn � n}�09 ___ , v� .��u -...o..L' �_ i Yannis RAattson Assista�tt Vice President ��._�, ., .'.. �- _ '-_ March � , 2022 Marsh USA Inc. 2929 Allen Parkway Suite 2500 Mouston, TX 7i019 713-276-8528 Tannis. N.MattsonQma�sh.com www.marsh.com City of Fort Worth 2a0 Texas Street Fart Wor#h, TX 76102 �ubjec�: i�x�� 11�9ateri�l� �po�p, lnc, db� �'ex�g�it, A CI�H G�mp�ny —�3�nd � e1���4�4�0 Ta Whom lt May Concern: We hereby girre our aut�orizatian ta date the above referenced PerFarmance and Payment bond for 2021 Street Re�abi�itation Project, City Project Na. 10360�, and the attach�ci Power of Attarney to carrespond with the dafe of the contract �Sir�refy, � c � � �� , , � . Tannis Mattson - - Ass�sta�nt Vic� Pres9dent and Atto�n�y�in-��ct far � Lib�rty Mutua! Insurance Compa�y .:�=: � . � �e ;�'$} ����� � � �` . .���:�E.:kc`��� SUR�TY Liberiy Mutuaf Insurance Company The Ohia Casuaity insurance Company West American lnsurance Company �ol�d�� cJ� �ii���a�Y Certiticate Ho; $20257� - fl22fli9 KNOWN ALL PERSONS BY THESE p13E5�NT5: That The Ohio Casuafty Insurance Gampany is a cnrporation duly nrgan9zed under tfie laws of 4ha State of New Hampshlre, titat l.iberry Mutual Insurence Com�any is a �nrparation dufy organized under the laws of the 5tate of Massachusetts, and West American Insuranca Company is a corporatbn duly organized under the laws o€ k�e 5late of Ind4ana (herein coltecUvely called ihe °Companies"), pursuant to and by authotity harein setforlh, does harehy name, consfrtute and appoint, prlando Aguirre, Mario Arzamendi, Mary Ann GaEcia Tannis Mattson, Saudra Parker, Gina A. Rodriguez, LauraE. Sudcluth, Amenda Turtnan-Avina, iviisty Witt all of the o9ly of Houstun state of TX each Individually'rf there be more than one named, I�S irue and lauvful attomey-In-fact ta make, execuGe, seal, acknowledge and defiver, ior and on its behalt as surety and as its act and deed, any and a!E undertekings, qands, reoagnizances and other surety abligaiions, in pursuanee of these presenis and shall be �s bindfng upon the Companies as � ihey have 6een duly s�gned by the presiden# and aKested by the secretary ofi f�e Companies [n their awn praper persans. IN WITNES5 WN�REOF, this Power of Attamay has 6een subscribed by an autharixed officer or oi5clal of the Companles end ihe carporate seals of iha Companles have ihersto tit€s 12th dsy oi Nouembar , 2019 . Li6erty Muival Iqsurance Campany p4 SNBU� QyqY �HS� � 1ksU� The dhio Casualiy Insurance Company �� ���o,� yn , G�µPOqq�'�� .�P�o�°R,> y�, WestAmerkcan InsuranceCampany � 3 �'otn 'Q 3 �'o� a a °bn+ 1912 o n�t,, 1919 n �'[991 � U1� d'ay�`4ACHU�,yb y���ha�e9'��,dL rs��ao�A,�a��aa$ B. `��� � �� *��i- hd * ti �1f yF i. y'— � � — �avid M. Carey, Assistant Secretary � State af I'�N NSYLVAEV�A � County of M4NTGOM�RY ,� i� i� i� _� W i� f Q 1,� .� f � n� �c �n thls 12th day af November , 2019 before me personaily appeared �avid M. Catey, who acknovwledgsd himself to �e the Ass�stanl Secrefiary a( Liberty Mu6ual Insurance a �ompany, The �hlo Casualty Company, and West American Insurance Campany, and that he, as such, haing aulhorized so to do, e�cecute !he foregoi�g inshument #or t�e purposes � here3n eontained by signing on hehaf(of the carporations 6y himse{f as a duly authorized officer. � IN WITNESS WH�REOF, I have hereunto subsGribed my name and a�ixad my noEarial seal at King of Prussia, Pennsylvania, on the day �nd year first above wdtten. ��, yA pasr �r� Q�, 4S�N�� d`C COMMONWERLTH OF PENNBYLVANIA �� Fw cQ� 4��'s � (�iolari8l5eal � �� � � oF Teresa Pastella, Nntary PuBqc �� Uppar MerionTwp., 6Aantgomery County By; � q Mp Cammissfon Explras Mereh 28,zozi e�ss Pastslla, Natary Puhllc p ��VLu�� � N�emher, Pamsylvanla Assoc�akbn o[ Noladea �� �Qfil' F� y C] This Ppwer of Attarney Is made and sxecuted pursuant to and by authorily of ihe follawing By-laws and Authodzations o( The Ohlo Casualfy InsuraneEt Company, Llbatty Mulual �°f lnsurance Company, and West American lnsuranoe Company which resolufians are now in iull farca and effect reading as (ollows: �� � = N AR7'ICLE 111 � QFFICER5: 5ection 12. Pavrer of Attomey. � ?� Any offieer ar othet affclal of the Corporalion authorized for lhat purpose in writing hy t�e Chairman or the Presider�t, and subJeci to soch limitalaon as the Chairman or the � s President may prescribe, shall appoink such attomeysan-(act, as may be necessary ta act in behalf of hhe Corporaflon lo make, execute, seal, acknowledge and delivar as su�a[y c� � any and a11 undertakings, 6onds, reeognizances and other surety n511gations. 5uch attorneys-in�act, sudject ta t4e limitattona set forEh in meir respecBve powers af attorney, shei[ ;� hAva f�fl pawer to bind the Corporation by their aignalure and sxecutian of any such insiruments and to atiaieh thereto the seai af the Carporatio�. When so exeeuted, such ? � Instrumenls shaR be as binding as if signed by the F'resldent and attested to by the Secrelary. My power or authariry grarded to any representative or atlomey-in-fsct under !h " provisions of thls article may 6a revalsed at any Gme 6y the BoaM, the Chairman, the President or by the a�icer or officers granting such power ar authority, A�dTICLE ]flll—�xecutian of Contracts: Seclion 5. Surety Bands artd Undertak€ngs. Any otfcer of the Campany aulhnrized for that purpase in+uriting by the chafrman or itre president, and subJact lo such limitatioris as the chairman or tite pres9dent may prescribe, shall appoint such aftomeys-in-fact, as tnay be necessary ta act in behalf oi �e Campany ia make, �ecu6a, seai, acknowEedge and deliver as surety any and all underfakings, bonds, tecagnizances and other surety ahfigations. Such aftomeys-in-fact subject to ihe limitatlons set fndh in �heir respective powers of �tiamey, shall have full pawar ko bknd the Company by their signature and sxecution of any such lnsfrumems anQ to attacfn thereta the seai af the Company. When so executed such instruments shafl hs as binding as If signed by the president and altested hy ihe 9ecrelary. Certlficate of Des[gnatian -- Ths President of the Gompany, acling pu�suan� to the $ylaws of the Company, auHtarixea �avid M. Garey, Assistanf Secratary t� appoint such attarneys-In- tact as may be nacessary fo act on 6ehalf of the Campany to make, execu�, seal, acknowledge and dafiver as sureiy any and all undertakings, 6onds, reoognizances and oiher surefy obligatians. Authnrizatfon — By unanimous consen! o4ths Company's Baard of f}irectors, ihe Campany consanis that facsimi�e ar mechanically reproduced signature of any.assistanlsecretary of the Company, wherever appeartng upon a cert�isd capy of any power ofi attamey issued by 6he Company in conneclion v�lth surety honds, shall 6e valid snd.bis�ding upRn the Cpmpany with the same force and effect as though manually �filxed, I, Renee C. Ltewel�yn, the undetslgnad, Assistant 5ecretary, The Ohio Casualty Insurance Company, Lipedy Mufuaf Insurance Company, and West Ama�ican Insur�nce C4mpany do herehy certi(y thaE the ariglnal powe� of attamey ofi which the foregoing is a full, true.and c9rrect «�py pf tl�e Power of Attomey executed by saEd Companiea, is in (ull foree and e(fect and has not been revoked. IN T�STIMDNY WWfREOF, ��ave here�nto sei mv hand and afifixeQ the seals nf said Companies this 1 St day of MarCh , 20 • INBUl�, .t�4 o4Poq4r"�iC* 4�' � P � °b t� 191Z � O �q'°p,��Hub�aa 9�� * �,� Thfs Power of Attorncy Ilmlts the acts of thnee named hereln, anci they have no author[ty to bind ihe Company except In the m8nncr end to the extent herekn siated. ��Y i�usL � tNsuq �J �apo�r� �G �0.PUR,f �'�'[t �3 bn � r gdm " � 919 e�, � ` 1$91 n p �,W O 4 ;�, yo�HAw7e$"�`,a� ��, �No�A�* ,�a �hd ,r l.d d,y * },t� ey: `" c�=°�--� Renee C. Llawellyn, Asslsiant Secretary besn affixed � LINS-12873 LMiC �CiC WAIC MuIG Ca U6201B QO 61 13 -1 P6RFORMAi�iCE BONF3 Page 1 of 2 1 2 3 4 5 6 SECTIOI�T 041 b113 PERF�RMANCE BOND Bond #01A�246430 7 S 9 l0 11 12 13 1.4 15 THE STATE OF TEXAS § § I�ATOW ALL BY THESE PRE�EI�T�: COUNTY OF TARRAI�IT § That we �exas Materials Group, lnc. dpa T�xasBit, A CRH Company �a�,n �5 "Principal" herein and 7 Liberty Mutuai lnsurance Company , a corporate sarety(sureties, if more tttan one) duly authorized to do business in the State of Texas, l�own as "Surety" herein (whether one or more), ax� held and iu�mly bound unto th� City of Fort Worth, a municipai corpora�ion created putsuant to the laws of Texas, knvwn as "City" herein, in the penal suzaa vf, Two Million Siuty Seven Thousand Six Hundred Seventy Two & 76110Q ($2,067,672.76) , lawfiil maney of tt�e United States, to he pai� in Fort Worth, Tarrant County, T�xas far tiie payment of which sum well and truly ta be made, we bind ourselves, aur heirs, executors, administrators, suocessors and assigns, jointly and severally, firn�y by these presents. 16 WHEREA3, the Principal has entered into a.�etrtain written contract with the City 17 awarded the ,,,,_, day of ' , 202�, w�uci� Contract is h�reby referred to arnd made 18 i9 20 Z1 22 23 24 25 26 27 28 24 a part hereof for all pvrposes as if fully set forth herein, to furnish all rnakerials, equipment labor and other accessories defined by law, in the prosecution of the WoriC, including any Change Orders, as pra�rided for in said Contract designated as 2021 STREET REHABILITATION, City Pro� ect No, J 03 609. NOW, TH�REFORE, the condition of this abligatian is such that if the said Prineipal shall faithfixlly perFnrm it obligatians under the Contract a�d shall in all respects duly and faithfully perform the Work, including Change Orders, under the Contract, according to the plans, specifications, at�d contract documents therein referred t�, and as we�l duri.ug any period of extension af tl�e Coniract that may he granted on the part af the City, then this ohligation sI�all be and hecome null and vo�d, otherwise to remain in Fu� force and effect. PROVIDE� FURTHER, that if any legal action be filed on this Band, venue sha111ie in Tarrant County, Texas or the United 5tates Distriet Court for the Northern District of Texas, Fart 30 Worth Di�ision. CITY OF FORT WORTIi STANDARD C01ti1STIiIICTION SPHC�ICA`l'1QAi DOCiJMPNfS Revised ]uiy T, 2011 2a.tz srRe�r x�a,�u.rrnrror� C`3'i'Y PROJECT Alp. 103609 aa 6i is - z P6RFORMAiVCfi BOIvi� Page 2 of 2 1 This bond is made and exEcuted in compliance with the provisians af Chapter 2253 of the 2 Texas Government Cocie, as amended, and all liabilit�es on this bond shall h� deternuned in 3 accordance with t�e provisians of said statue. 4 Il�I WITNESS W��OF, the Principal and the Surety have SIGNED and SEALED 5 this instrum `nt by duly authorized agents and o�cers on this tl�e day af _�____ y , 20 7 8 9 10 1l 12 13 i4 I5 16 17 18 19 20 21 22 23 24 25 26 27 28 29 3Q 31 32 33 34 35 36 37 3$ 39 40 41 42 43 44 ATTEST: (Principat} Secretary . . l � ,� Wimess as to Principal �� rl , �� tness as to Sucery Laura 5udduth, Witness PRINCII'AL: 7exas Mater�als Group, Inc. dba 7exasBit, A CRki Gampany BX-�`� � . - Signature . /CBta� �� J� � N�� �/d- /G �% d`` 1 ��. � Name atid Title Address: SURE'�Y: Libe Mutual Insurance Com an .��. rt -.,-- . --.-�— — . `,�- I ; � � , * �y; i �� •� '4 �, r �.�._ � Signature Tannis Mattson, Attorney-in-Fact Name an:d Titie Address: "�75 Berkley Street �oston, MA �2'� 16 , Telephone Number: 7� 3-276-8528 '�Note: If signed by an officer of the Surety Compaity, there must be on file a certified extract from the by-laws showing t�at this person has authority ta sign such abligation. if S�rety's physical address is different from its mailing addr�ss, both must be provided. The date of the bond sha11 not he prior to tl�e date the Contract is awarded. C17'Y OP FORT VVOitTH STANDA�tD CONS'I'RLICT10iV SPaCII�iCATiON DOCUMENTS Revised 7uly 1, 2U11 2021 S'fltEET RAHABlLLTA1TON CiTY FRp3ECT NO. I03b�9 q061i4-1 PAYMPNT B�1Vfl Page 1 of 2 1 2 3 4 5 6 SECT�OI� 00 61 14 PAYMFNT BOND Bond #01�246430 7 8 4 10 11 12 13 14 15 16 17 18 19 20 2i 22 23 24 25 25 27 28 z4 Ta� �TA� oF ��s � § �PfOW ALL BY THE�E PRESEI+ITS: COUR�TY OF TARRAI+IT $ Texas Materials Group, Inc. dtra iexas�it, A CRH That we, Com an , known as "Principal" herein, and Liberty Mutual lnsurance Company , a carporate surely (sureties), duIy autitorized to do business in t1�e State of Texas, knawn as "Surety" herein (whether one nr �ora), are l�eld and �'�rznly bound unto i�he City ai Fort Worth, a municipal corporatian created pursttant to the lavvs of the State of Texas, �Cnown as "City" herein, in the TWo Milfion Sixly Seven Thousand Six Wundred penal sum af Seven 7wa � 7s«flo �2 oB7 s7z.�s , Iawfiil money af the United States, to be paid in Fort Worth, Tarrat�t County, Texas, for the paymant of which sum well and truly be made, we hind aurselves, our heirs, �xecutors, administrators, successors and assigns, joint�y a�d severally, fsrmly by the�e presents: WHEREAS, Pz�incipal has entered into.�,.�ertain written Co�tract with City, awarc}ed the _ day of , 202'� wk�ic� Contract is hereby referred to arid made a part hereof for all purposes as if fully set %rth herein, to furnish a11 znaterials, equipment, labor and othsr accessories as defined by law, in the prosecution af the Wock as pravided for in said Contract and designated as 2021 STREET REHABILITATION, City Project No.103609. NOW, 'T'HEREFORE, THE C�NDiTION OF THIS OBLIGATION is such that if Principal sl�all pay aU. monies owing to any (and all) payment bond beneficiary (as defined in Chapter 2253 fli the Texas Government Code, as amended) in the prosecution of the Work under the Contract, then this obligat�on shai� be and i�ecame null and vaid; otherwise to remain in full foree and effect. This hond is inade and executed in campliance with the provisions of Chagtcr 2253 of thc Texas Government Cade, as amended, and all liabiliti�s on this bond shall be detexmined in accardance witk� the provisions af said statute. CCTY OP PORT WORTH STANAAi�37 CONSTRiIC.°TIaN SPECIFICATIOAf AOCOM�'S Rerriaed July 1, 2,011 202157`BEL�T RLFIAB�.iTA1TON Ci'!'Y PRO�CT NO. 103fi[Y9 pD6114-2 PAYMENT BOND Page � af 2 � �T WI'TI�E;�S WAEREOF, the Principal and Surety have each SIGNED and SEALED 2 this instrument by duly authorized agentx and officers on this tlxe ____� �aY of g � - , 20 4 ATTEST: (Princi.pal) 5ecretary �"'_ _1 Wiiness as to Principal ATTEST: 5 6 7 S 9 1� 11 12 NIA (Surety) Seeretary _� tness as to Surety Laura Suddufih, Witness p�CIp�,; Texas Materials Group, inc. dba TexasBit, A CRM Company BY:�� � Signature �fir/�L/% � %�n1�'es'l,�2 Name and Title �Sr �%G� Address: SURETY: Li4erfy Mutual Insurance Gompany --�--s�-�--�—c �-�' [ !� � `.� , 2. . � 1 " ! H�: � !� _ � ignature 1'annis Matison, Attorney-in-Fact Name and Title 0 Address: �75 Berkiey Street Boston, MA 02196 Telephone Nnmber: �13-278-8528 Note: Tf s'tgned by an officer af �he Surety, there must be on file a certified extract from tl�e bylaws showing that this person has authnrity to sign such obligation. Tf Surety's pbysical address is different from its maiting addxess, both must be pro�ided. T�e date of the bos►d shall �►ot be prior to ihe date the Contract is awarded. Ei�1D OF SECT�ON CITY 4F FO1�T WORTH 3TANfAARD CONSTRUCTION SP6CEFICA'1'[Q1V AOCi7MENTS Revised Iu1y 1, 2011 2(121 STlZ13ET RBE�BII.ITAITON C1TY PROJECE N0.1035�9 ao si i9 - i nla.ua�rxNn►ac� �orm Page 1 oi 3 1 2 3 4 5 6 7 SECT�OI�T 00 6119 MAINTENANCE B�ND Bti�,d �a�az��so 8 9 10 11 12 13 14 15 I6 17 18 19 20 21 22 23 24 2S 26 27 28 THE STATE OF TEXAS � § �O� ALL BY THESE PRESENTS: CUUNTY OF TARRAI�IT � Texas Materials Group, Inc. dba TexasBit, That we A�RH Company t knawn as °`Prineipal" herein and Libe Mutual Insurance Com an , a corporata surety (sureties, if more than one} duly authnrized to do bnsiness in the State of Texas, irnown �s "Surety" herein (wh�ther one or mare), are held and fiirmly bound unta the City af Fart Warth, a municipal carporation created �rwog�i� on Si�xtq �SeVen Thou andt�Six Hundared 5e niy Two ���� her�in, in the su�n of � 72 , lawful money oi the United States, to be paid in Forct Wortla, Tarrant Counry, Texas, fa:r payment of which sum well and taruly be made unto the City and its successors, w� bind ourse�ves, our he�rs, executars, adznir►istrai4�s, successors �nd assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal �as entezed in�tQ a certain written contract with flie City avvarded the d� o� '� _s 202 �vv�sicfi Contract i� hereby referrec4 to and a made part — Y ' hereaf for all purposes as if fully set farth herein, to f�rni.sh all �aterials, equipment labor and other accessQries as defined by law, in the prosecntion of the Work, including any Work resalting from a duly authorized Ct�ange �rder (cal�ectively herein, the "Work") as provided far in said contraci and designated as 2021 STREET REHABILTI'ATION, City Project No.I�36d9; and WHEREAS, Principal binds itself to use such materi�als and ta so canstruct th� Work in accordance with the plans, spac'sfica�iot� and Contract Documents that the Work is and wil� r�main free from defects iat materials or workmansizip for and during the periad of two (2) yesrs after the date Qi Final Acceptance of the Work by the City ("Maintenance Period"); and 29 3p WHEREAS, Principal binds itself to repair or reconst�uct the Woric in vvhole or in Part 31 upan receiving notice from the City of the need tharefor at any tirne within the Maintenance 32 Period. 33 CIT1C �F FORT WORTH STAI�iDAItD CDNSTIiIICTION SP�CIFICA'l'IOTi Da�iJM�3IVT5 Rcvisad July 1, 2011 202i S'i`'Ii�ET RP.HABiL1TA1TON C1TY PR03�CT NQ. 103509 006119-2 MAINTENANCE BONT) Page 2 of 3 1 l�dOW THEREFORE, the candition of this obligation is such that if Principal shall 2 remedy any defecti�e Wor1c, far which tianeiy no�ice was pravided by City, to a completion 3 s.atisfactory ta tile City, tlien this ohligation shall hecame null and �oid; otherwise to remain in �F full forc� and effect. S 6 PROVIDED, HOWEVER, if Principal shall fai� so ta repair or recanstruct any timely 7 noticed defective V4�ork, it is agreed that the City may cause any and �11 such defectiv�; Worlc to 8 be repaured and/or reconstructed with all associated costs thereof being borne by the Principal a�ad 9 the Surety under this Maintenance bond; and 10 Y 1 PROVIDED FiJRTHER, that if any legal ac�ion be filed fln this Bond, venue shall lie in 12 Tarrant Cour�ty, Texas or the United States Di�trict Cc�urt for tlze Northern District of Texas, Fort 13 Vi7orth Divisian; and lA� 15 PROVIDED FURTAER, tlaat this obligation shall be continuous in nature and fb successive recoveries may he had hereon fax successive breaches. 17 I8 19 CTfY OF FORT W�RTH 2U2I S3R86T REHABII.ITA�'OAi STA'NDARD CONSTRUCT101V SPFCiF1CAT101V Db�iiMENTS Rovised luly 1, 2011 CIA'Y PROJECT A30. 1 U3609 006119-3 MAINTeAiANGB BOND Page 3 of 3 2 4 5 b 7 8 9 10 �� 12 13 1A� 1S 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 3I 32 33 34 35 36 37 38 39 I1�1 WITF*�ESS WHEREOF, the Principal and the Surery have each �IGNED and SEALEU t.�►is instrument by duly authorized agents and off'icers o� this the • day of � , 20 -- ATT'EST: (Principal) Secretary , ' - f . . ..� ,�r � Witness as to Pcincipal 7exas Materials �roup, 1nc. dba TexasBit, P����� A CRH Company BY �� ._.._.. - Signature ����..� ��,�,� J� Name and Title ��� .�Sr'` Address: 3URLTY: Liberty Mutual Insurance Campany ' ��-��--: �— ' �r=�.,... �: .�f , � ;'� %� • _,, ��``1 -� ' �� Signature Tannis Maftson, Attorney-in-Fact A'xTEST: Name and Title NIA Addzess: 175 Berkley Street ( �ty} 5ecret Bastan, MA D211B � � tW' ess as to Surety Telephone Nur�ber: ���'Z76'$�2a �aura Sudduth, Witness *Note: If signed by an officer of the Surety Company, there must be oz� file a certified extract from the by-Iaws showing that this person has authozity to sign such obligation. If Surety's physical address is different frnm its mailing addsess, both must be provided. �`he date of the bond sha11 not be prior to t�e date the Contract is awarded. C1TY DP FORT WQ1tTH STANAARD CONS'iRUCCiflN SPF.CIE7iCA'TION DOC[1MENT5 Revised 7uly 1, 7A11 aoa� S�g�' ��n.�a,rro�v C1TY P[tOIEC'1' NO. i03609 I�P��TA�f� N��I�� TO OBTR4fV li�F�RMATIOi� OR ii�/�KE A C04ViPLAlNT: YOU IVIAY COf�TACi THE TEXAS DERARTIViER�T OF (fllSURA�4CE TO OBTAIN INFORIVLATIa�! OiV COMPLANIES COVERAGES, RIGHTS OR COII��LAINTS AT: 1-�00-252-3439 YOU MAY 11ir11RITE THE TEKAS D��ARTI11fi�NT OF INSURAI�C�: P.O. B03C x49104 AUSTIfV, TX 7�714-9104 FAX # �512)475-10D7 �R�NB�IJII� �]� �L�df�6 �dSPUi�S SH�ULD Y�U HAV� A 015PUTE CDi�C�R�lING YDUR PREIVIiUM OR ABOUT A CLAIM YOU SHOULD �ONTACT THE AG�i�T OR COIViPANY FIRST. IF THE DISPUTE IS NOT R�SOLVED, YOU IViAY C�NTACT THE TEXRS DEPARTIV3�fVT OF If�SURANCE. �ii�4�F� i�i� ���ICE i� �"OIJR ��LIC� THIS fVOTICE 15 FOR INF�RNiATI01V �NLY AND DOES NOT BECOME A PART OR CONDITiO(V OF THE ATTACHED DOCUi�iE�l7. �- j,� �`� �...�1.�'�� � �.�.i.�c,�.�� 5 U it EiY Liberly Mukual Insurance ComPany The �hio Casualty lnsurance Company West American lnsurance Corrtpany �o��� �� �rro���v Ce�ificate No: 8�02�57'0 - OZ2Q29 aNOYYN pll. PERSONS 8Y TbES� PR@S�NTS: That The bhio Casualty Insurance Campany is a cnrporation duly arganized under the laws af the State af New Hampshire, that Liberty Mutual Insuraace Company is a corparation duly arganized under the laws of ihe Sta6e oi Massachusetts, and Wesi Rmerican Insuranct� Campany is a corporation duty organixed uqder the laws of the Stata of Indiana {hereln oo1lectively called the °Campa�les'"j, pursuant to and by autharity hereln settarth, daes hereby name, constitute and appoint Qelandp Aguirre, Mario Arfamendi, Mary Ann Garcia,'J'annis Mattson, Sandra Patker, C=ina A. Rodriguez, Laura E. Sudduth, Amands T�tm�n-Aving, Mis Witt al1 of the city of HousEon state of execute, seal, acknowladge and deliver, or and on its 6ehalf as su�t nf lhess presenls and shall he as 6lnding upoa the Campanies as 'I`X each individually If there be more than ona named, ils true and lawful attarney-in-facl to make, and as i!s aGl and deed, any and all underta&ings, bonda, recognizances and oEher surety obligafions, In pursuanee tisey have been duly signed by 1he president and attested by the secretary Uf �he Companies in fheir own proper persnns. IN WITN�SS WHE�@EOF, this Pawer of Attomsy has 6een suhscrihed by an authnrized oflicer or o�icial aF the Companies and the corparate sea�s of ihe Companles hava 6esn afil�ced theretothis S2th dayo( No�emher , 20i9 . Ll6erty Mutual Insurance Company `y yNSUqq a,qY IH3� � ti�${�� 71ie �hia Casually lnsurance Company �,Y`�p�ppq �yn� �JrGORro�r�� `��20AP�R4�y(�� WestAmericanlnsu�anoeCompany r g 1942 n o� 99"19 0 � 1994 � w�y���'4cnc�g`'�D y�� kAM4��� Ys���'DIANa�,aL ��. ��� �7 * 1- �✓1 * 1• M * ti '� , �avid M, Carey, Assistant 5ec�etary �° 5tate af P�NNSYLVANIA � County af MONTGDMERY � On this 12th day af November , 2014 6efare +ne persanally appeared David M. Garey, who acknowledged himself to he t�e Assistant Secretary of liberty Mutual � Company, The Ohio Casuafty Company, and West American Insurance Company, and that he, as such, heing au�torizsd so to da, ex�cute I�e foregoing instrument for the � therein cantained by signing on hehalf af the oorpotallons by himself as a duly auHtorized oificer. IH WItH�S$ WHEREOF, I haVe hereunto subscrl6ed my name and �ffixed my nolarial seal al King of F'russla, Pennsyhrania, on the day and year ffrst aAove wrltten. �P ras Q,� ,�ONW�qT`�( COMIIIONWEALTH OF PENNSYi.VANIA //FF � � upk' �ay y Nalatial Seal � � � OF Teresa PasteN& Notary Pu411c lJpper MerianTwp., Monlgomery Counly By; �, �� My Commissfen �xpires Merch 2B,7oz� B�Sa PasEelfa, �folary Public �.�Y�"V 0�?G Member,PennsyivanlaAssnclaklanofNo[aries G? � � ARl' P� , � Thls Powe� ot Attomey is made and execoted pursuant fo and Gy autharity of the following Byfaws and Authorizatfons of 7ha Ohla Gasuaity Insurance Company, Li6erty Mut�aV � � Insurance Gompany, and West American Insurance Compeny which resolutlans are naw in full iorce and eftect reading as follows: �s ARTiCL� Ill—dFFICERS: 5ection 12. Powerof Attamey. ' � Any officer or other official of the Corporation auihorized for that purpose In wriling by the Chairman or I�e Presidenf, and supject Eo such limitafian as #he Chalrman o� ihe � President may prescri6e, shalf appoint such attorneys-In-fact, ss may 6e necessary Go act in 6ehalf ot the Corporation ta maka, execute, seal, acknawledge a�d defiver as gurety � any and all undedakings, 6onds, rec�ognizances and other surety obligalions. Sucli aitomeys-in-fact, subject Ea ihe limitations set (orth in iheir respective powers a( attomey, shaN � have full pnwer to bind the Corporation by their signature and execution afi any such Instruments and to aitach thereto Hre seal of the Corporation. When so exeouied, sucfi `s instruments shall be as binding as kf signed hy the President end ettested to hy !he Secretary. Any power ar authnrityr gran�ed ta any reprasenlaiive ar attamey-in tact under tl�e � praYslons af this erticle may be revaked at any time by t�e Baard. She Chairman, the PtesldeAt or hy the crfficeT or afficers granting suah poweror authority. ARTICi.� XIII — Exe�ulfon af Contracts: Section 5. Surety Bonds and Undedekings. Any officer af the Company authar�zed for that purEwse in wri�ng by the chaim�an or the president, and suhject to such limitatians as the chalrmari ar 1Me pres9�ent may prescdhe, shall appair� such attorneys-in-(sct, as may 6e necessery to act in hehaii of the Company to trtake, execute, seal, acknoe�[edge and deliver as surety any and all undartakings, honds, resagni�anCsa and ofha�' sure[y abllgations. Suah attomeys-in-(act subjact tp ihe II[nitationa set fodh in tlteir respeative powe�s a� attomey, sh�11 have full power W hind tBe Company by thelr signatura and exeeulin� o( any such instntments and to attaeh k�ereio the seal ot the Campa�y. Whan so executed such instruments shal! be as binding as If signed by the ptesidant and attested by the secr�tary. Cerif$caEe of Reslgnaflon — The Fresident of the Cnmpany, acfing pursuant to ihe Bylaws of the Company, auE�orizes tiavid M. Garay, Assistant Secretary to appolnt such aihomeys-In- faot as may be necessary to act an hehalf o( tf�e Campany ta make, execufe, saal, ackrww�edge and deiiver as surety any and all undertakings, bonds, recognlzances and other sufeEy a6ligations. Authorizatian — By unanirnaus consent of the Company's Board o# Dlreclars, the Company consents that facslmi�e or mechanically reproduced slgnature o! any assistant secrefary of t�e Company, wherever appeadng upon a certifled Gopy of �ny pawer of attorney Issusd hy ttie Company in conneciian with surety hands, shall be valld and dinding epon the Company wiih the same forca and effect as though manually aflixed. I, Renee C. Uewellyn, the undersigned, Assistant Secretary, The Ohio Gasualty Insurance Company, Lihert� Nluluaf Insurance Company, and West AmeriCan Insurance Campany do herehy ce�ify that the orlginal povrer of attomey ofi whlch the foregoing is a full, true and correct copy of t�e Power of Attomey executed 6y said Gdmpan9es, is fn tull i��ce and etfect and has nW been revoked. IN TES71�i�9NY WHEREOF, I have hereunto set mY hand and affixed ihe aeals of sald CamRanies this day oi , � �NsU ���4oaro��yn� 19'l2 0 �,y� ��acxv��.db �/7 * h� This Potiver of Aktarney 1lmlfs the acts ofi thasa named hereln, and they have no authorHy to bind the Cpmpany exce}rt in the manner and to the extent hereln siated. 4qY IN3p � 1N8[1�p ,Q' aneo,qyr'Pyy �PcParar� ayr �a`c, °bo �� �'oR+ " 'i919 c��, "' 9991 � � 4 ��a�HaHrg'��LO ,l� �xo�A�+a aa� ''h1 * h� �M * tie� �v: � ��� - — Renee C. Llewellyn, Rsslstant Secreiary � s+ � �a WIS-12873 LMIC oGIC WAiC Multl Co_082018 STAI�IDAR� GEl�ERt�L ��l�DITI�llTS OF THE COI�ISTRUCTI01� COI�TTRACT CITYOF FORT WORTI-I �TAIVDARUCONSTRiICTION 5PECIFLCATION DOCU[v1ENTS Revisian: ��1 STANDARD GENE,RAI, CONDrTIONS OF THE CONSTRUCT�ON CONTRACT TABLE oF corrrE�rTs P��� A�icIe 1 —Definitions and Terminology 1.OI Defiu�ed Terms .............................................................................................................................. 1 I.02 Terminology ...........................................�.........,.......,..............,........................................,............1 ........................ . ........... ................................................... 6 ArticIe 2— Pre litninary Matters ......... ..... 2.01 Copies of Doctulaents . ........................................................................................................... 7 2.02 Commencernent of Contract Tirne• Notice to Pr ..............�...,...........�............ .......�............�..........7 2.43 � oceed ............................................................... Starting the Work ..................... . 7 2.04 Before Starting Construction ..................................................................................................... 8 2.05 Precanstructian Canference . ........................................................................................................ S 2.06 Public Meeting .....................................................................................�...,.............,. S 2,07 Initial Acceptance of,Schedules ....................................................................................................8 . ........................................................................................ 8 ArticIe 3— Confiract Dacuments: Intent, Amendit�g, Reuse ,,,,,,,,,,,,,,,, 3.01 Tntent,..... ............................................................8 3.02 Reference Standards ......................................................................................................................$ 3.03 Reporting and Resolv�ing Discrepa� ...........................................................�........................:.......... 9 3.Q4 rzcies .......................................................................................9 Amending and Supplenrienting ContractDocuments,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,, 3.45 Reuse ofDocumenis ••�•••�•••••• �a 3.Qb El�ctronic Data.......� ................�.,....,...�.......................................................................................,10 .................................................................................................... 11 Article 4-- Avai�ability of Lands; Subsur�ace and Physical Conditions; Hazardous Environrnenta.l Condi�ions; Reference Pnint�. 4.OI Availabz�icy af Lands .......................................................................................................... l I 4.02 Subsurface and Physical Conditian5 ............................................................................................. X 1 4.03 Differing Subsurface ar Physical Cnnd�tions...� ...................................................�...�.......�....�....�.12 4.04 Under�round Facilit�es ............................................................................. �2 4.05 R�ference Pain�ts ...............................................................................................................13 4,06 Hazardous Environmental Condition atSite...........'i1i.....� .............................................�...�.......14 ................................................................... I4 Artic�e 5— Bonds and Insurance S.OI Licensed Swreties and Insurers ..................................................................................................... I6 5.Q2 Performance, Payment, and Main�tenance B .................................�.......�...�........�...�.............�....�. �6 5.03 onds ............................. ................ ........ ........ ..... . .... 16 Cert�cates of Insurance . 5,44 Conf�actor's Insurance ............................................................................................................ Z6 S.OS Acceptance afBonds and Insurance• Option to Re .................. ......'............................�.�.......�...1� � pIace. ...........................................I9 Article 6 — Contractor's Responsibi�ities ,,,,,,,,,,,,,,,,,,, 6.01 Supezvision and Superintendence ............... ....... •.......,......................,...�...,...,...,.......................,19 ........................................................................19 CITY �� FORT WORTH STANDARDCOIdSTR[]CTION SPECIFICATION DOCUME1rIT5 Revision: SfL3/�p21 6.02 Labor; Working Hours ...............................................................................................................:20 6.03 Ser�ices, Materials, and Eq�aipmer►t ...........................................................................................21 6.04 Project Schedule ..........................................................................................................................21 6.05 Substitutes and "Or-Equals" ...................................................................................................... 5.06 Concern�ng Subcantractors, Suppliers, �nd Others .................................................................... 24 6.07 VVage Rates ..................................................................................................................................26 b.0$ Patent Fees and Royal�ies .............................................. .......................................... .27 6.09 Permits and Utilities ................................................................................................................... 27 6.10 Laws andRegulations ................................................................................................................ 6.1 I Taxes .................................................................................................................................... ......28 6.12 Use of Si�e and Qther Areas .............................................................................................. . 6.13 RecordDoeurnents ...........................................................................................................•..........24 b.1�4 Safety and Protection ..................................................................................................................30 6.15 SafetyRepresantatNe .................................................................................................. on Pro ams ........................30 6.16 Hazard Communicati gr ..................................................................... ............ 30 6.17 Eznergencies andlor Rectif'ieation ................................................................................... 6. I 8 Submittal� .................................................................................................................................... 32 �.19 Continuing the Work ...................................................................................................................32 &.20 Contractor's General Warranty and Guarantee ......................................................................... 6.2I Indemn�cation ......................................................................................................................... 34 6.22 Delegation of Professional Desi�r► Services ..............................................................................34 6.23 Right to Audit ................................................................................................................... ..........35 6.24 Nondiscrm7inati�n .......................................................................................................... . Articla 7- Other Work a�the Site ...................................................................................................................35 7.01 Re3ated Work at Site ................................................................................................... •............... 36 7.02 Coordination ................................................................................................................. Article 8 - City's Responsibilities ...................................................................................................................36 8.0� Conam�rnications to Contractor ...................................................................................................36 8.02 Furnish Data ................................�........................................... ...................................................36 8.03 Pay When Due ......................... ............... ..36 8.Q4 Lands and Easeznents; Reports and Tesis ................................................................................. . 36 S.OS Ckange Orders .......................................................................................................................... ..36 8.06 Inspections, Tests, and Approvals ..............................................................................................37 8.07 Limitations on Ciry's Responstbil�ties ....................................................................................... 37 8.08 Undisclosed Hazardous Env�rQnmental Condition ................................................................... 8.09 Compl�ance with Safety Pro�ram ...............................................................................................37 Article 9-- Crty's Observation Stat�as During Construction ......................................................................... . 37 9.Q1 Ciry's Project Manager .. .. .................................................................................................. ...... 3'7 4.02 Visi�s to Site ................................................................................................................... .38 9.03 Author�zed Variatians in Work ................................................................................................. 4.04 Rejecting Defective Work ..........................................................................................................38 9.05 Determuaations far Wark Performed ..........................................................................................3$ 9.06 Dec�sions on ReGuiraments of Contract Documents and Acc�ptability of Wnrk .................... CITY OF FOTLT WORTH STANpARI7C01�5TRUCTTON SPECIFICATION DOCLIMCNTS Kevi sian: 8/i3fI�1 �� Arricle l0 - Changes in ihe Work; Claims; E�ra Work ........ .........................................38 10.01 Authorized Changes in fhe Wor1c ....................... �....................... I 0.02 Unau�orized Changes in the VLjork ..... ..... � .............. . .......................... �� ... � ........ ,..........38 10.03 Execution of Change Orders .......................................................................................................39 1Q.04 E�ra Warlc ................. .....,...............................................,............39 10.05 Notifcation to Surety .............................. .'.....................,...............................,......................�....39 10.06 Cantract Claims Process ............... . .....,...,......................,...........................,...........,.........39 .............................................................................................. 4Q Article I I- Cost afthe Work; A1�ovwances; Unit Price Work; Plans Quantny Measure�nent ......................41 11.01 Cast of the Work .............. 11.fl2 Aliowances ................... ...........................................................................................,............... �1 11.03 Un�it Price Wor�C ..........................................................................................................................43 11.04 P1ans Quantity Measurement ......................................................................................................44 .......................................................................45 Artic�e 12 - Change of Coniract�rice; Change of ContraciTirne,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,, I2.01 Change of ContractPrice .................... ����'�"""'�� 12.Q2 Change af Contract T�ne ................... ...................... ................................................................. �6 I2,03 Delays ............................................... .........................................................................................47 ....................................... ........................................ . .......... . 47 A�ticle I3 - Tests ana Inspections; Correctinn, Removal or Aec�ptanc� of D�fectiva Work ...................... 48 13.OZ Natice of Defects ................ 13.02 Access io Work ............. ........................................................,...........,...............�................,..48 13.Q3 Tests and Inspections .................................... .................................................................�...........48 13.04 Uncovering Work ........................................ . ........................................�...,.......,.......................4$ I3.05 City May Stop the Wark ............................ ................................................................................49 13.Ob Correetion orRernoval ofDefective Wor1c...,.� ..................��..........�.................................�..........49 13.47 Correction Period ............... ........................................,.................................50 13.08 Acceptance ofDefective Work ............. ..................................................................................... SO 13.09 City May CorrectDefective Warl� .............................................................................................Sl ........................................................................... SI Article I4 - Payments to Contractor and Completion ....................................................................................52 14.01 Schedule ofValues ................ 14.02 ProgressPayments ...................................�............................................,...,,.....................,.........52 14.03 Contractor's Warranty af Ti�le ...................................................................................................52 14.04 Partial UiiIizaiion .............. ...........,...,..,...............,...,....................................S�G 14.OS Final Inspection ....................... ...................................................................................................55 1A�.06 Firaal Acceptance ....................................... ....,..........,...............................,...................,........55 14.07 Fin.al Payment ........................................... .................................................................................. 55 I4.08 FinaI Completion Dela,yed andPartial Retainage Release ������ �� 14.�9 Waiver oiClaims ........... ........................................................56 ...................... �.........,..........................,.................................,....,.......... 57 Artzcle 15 - Suspension of Work and Termination ..,....... 15.01 C.ity May Suspend Work ............................. ..............................................................................57 15.02 City I1�Iay Terminate far Cause .................. ................................................................................57 15.03 Ciry May Ternninate For Convenience .................................�...�..�...�........�...............�.................58 ....................................................................... 60 Article lb -Di�pute Resolution ................................. 16.OI Methods and Procedures.........., .....................................................................................61 .......... ....................................................................................... 61 CITY OI' FpRT WORTH STANDARDCONSTR[1CTION SPECIF[CAi']ON DpCL1MENTs 2tevisiou: 8f2�21 Artic�e 17 --Mi�cellaneous ............ ..................................................................................................................62 17.Q1 Giving Notice .............................................................................................................................. 62 17.02 Computation of Tirnes ................................................................................................................ 62 17.03 Cuznulative Remedies ................................................................................................................. 62 1"1.04 Surr��val of Obligations ...............................................................................................................63 I7.Q5 Headings ......................................................................................................................................63 CTI'Y OF FOR'T' WORi'H STANDAKDCONSTRUCTION SPECIFiCATIflN DOCFIM�3"I'S Revision: 8231z021 oo�2oa-i GEN�RAL Cf)ND ITION 5 Page 1 QF63 ART�CLE 1— DEFIN�TIONS AND TEItM�[NOLOGY 1.01 Defir�ed TeYms A. Wherever used in these Gez�eral Condi�ians or in other Contract Documents, the terms listed below have the meanings indicated which are applicable to both the siu�gular and plural thereof, and words d�noting gender shall incIude t11e zx�asculine, fem.inine and neuter. Said terms are generally capi�aIized or written in ita.fics, but not always. When used in a context consistent wi�h the defrnition of a listed�d�fined ferzxz, the tiarm shall have a meaning as defirzed belovv whether capitalized or italicized ar otherwise. In additior� capital let�ers in the Con�ract Docum�nfis include and the tit�es of other documents ar �orms, to terms specifcalfy de£'zned, terms witl� initial references to identi�ed articles and paragraphs, 1. Addenda Writtenar graphic izastruments issued prior to the opening of Bids which clarify, correet, ar change the Bidding Requirements or the proposed Contract Documents. 2. Agr�eement—The written instrument which is evidence af fihe a�reement batween City and Contractor coverirzg the Work. 3. Application fo� Payment—The forrz� accepfable to City which is to be used by Contractor during the course of the Work in requestiing progress or fit�al payments and which is to be accarxipanied by such support�ing doeumentation as �s required by the Cant�°act Documents. 4. Asbes%s Any material that contains more than one perc�nt asbestos and is friable or is releasmg asbestos fibers into ihe air above cuz�rent action lcvels established by the United State.s (}ccupationai Safety and Heaith Administration. 5. Award — Authoriza.tion by the City Council for the City to enter into an Agreement. b. Bid—The offer or proposal of a BTcfder sUbmitted on th� pr�scribed fornn. setting forth the prices for the VE�ork to be performed. 7. Bidder—The indi�idual or entity �vho subrnits a Bid di�-ectIy to City, 8. Biddtng Docurnents The Bidding Req�airements and the proposed Contract Dacuments (incluc[�g al1 Addenda}. 9. Bidding Req�tirements—The advertisement or Invitation to Bid, Instructions to Biddars, Bid security of ac.ceptable form, iF any, and the Bid Forrn with any supplements. 10. Business Day — A business day is de%ned as a day that the City canducts norm�l business, gen�rally Monday through Friday, excepi for federal or state [aolidays obser�ed by the City. 11. Calendar Day —A day consisting of 24 hours measured frarrz midnight to the next midnight. CITY bF FpRT WORTf3 STANDARDCONSTRUCTION SPECIFICATIdN DQCUMENTS Revisinn: E3�3f20'11 OQ720D-1 G�NERALCONaIS10NS Qage 2 of 53 12. Change Order A document, which is prepared and approved by the City, which is signed by Contractor and City and authorizes an adciikion, deletion, or revision �n the Work or an adjustment in t�e C�ntract Price or the Cantract Ti�ne, issued on ox af�er the Effective Date of the Agreement. 13. City— Th.e �City of Fort Woxth, Texas, a home-rule m�uzucipal corporatian, authorized and chartered under the Texas State Statutes, aetuag by its gov�rning body through �s City Manager, his desigriee, ar agents authorized under h�s behalf, each of �hic� is required by Charter to perf4rm specific duties with responsbility far fmal er�forcement of the contrac�s i�voIving the City of Fort Worth is by Charter vested in ihe City Manager and is the ent�ty �wvitla whom Contractor has entered into the Agxeement and for whoin the Warl� is to be p�rforzned. 14. City Atforney — The officially appointed Ciry Attorney of the City of Fort Worth, Texas, ar h�s duly authorized representative. 15. City Council - The duly eleCied arid qualified governing body of the City of Fnrt Warth, Texas. lb. �ity �Ylc�nager -- The affiicially appointed and authorized City Manager of th� City of Fart Worth, Te�s, or his du�y authorized representative. 17. Contract Claarti—A demand or assertion by Ci�y or Contraetor seeking an adjustment of Contract Price ar Cantract Time, or both, or other relief with raspect ia the terms of the Coniract. A demand for money or serviaes by a third party is not a Contract C1aim. 1$. Cdnt�aci The entire and integrated wr�t�en documenf between the Ciry and Contractar cancerning the Work. The Contract cantai�s the Agreement and all Contract Docum�nts and supersedes prxor negotiations, representations, ox agreements, whether writ�en nr oral. 19. Contract Docurnents—Those items so designated 'an the Agree�nent. A!1 items listed in ihe Agreemen.t are Contract Dacuments. Appraved Subnnitta�s, other Cont�actar s►abmititals, and the reports and drawings of subsurface and physical co�ditions are r�ot Contract Documents. 2Q. Cont�act Price The moneys payal�le by City to Contractor for campletion of the '1�Vork in accordance with the Contract Documents as stated in the Agreement (subject to the provi�ians of Paragraph 11.03 in the case of Unit Price Work}. 21. Cantr-act Time The number of days or the dates stated in f,he Agreement to: (i) achieve Milestones, if any and {ii) coinplete the Work so th.at it is ready �or Final Acceptance. 22. Contractor The inciividual or entity with wh.om City has entered �to tlae Agreen:ient. 23. Costof the Work—SeeParagraph I1.41 oithese General Conditions for de£'�nition. CITY aF FORT WDRTH STANDARDCONSTRUCTTON SPEClFICATlON DOCUMENT'S Revision: SfL3/�D21 0072Q0-1 GEN�RALCONDITIONS Page 3 0£63 24. Damage Claims — A demand for money ar seivices arising f'rom the Project or Site frar�n a third party, Ciry or Contractor exclusive of a Contract Claim. 25. Day or day—A day, �anless otherwise defined, shall mean a Catendar Day. 26, Director of Aviation — The offcial�y appointed Director oi t1�e A�iatian Department of the Ciry of Fort Wortk�, TeXas, or 1�is duly appointed representa.trve, assistant, or agents. 27. DiYector of Parks and Camrnunity SeYvices — The officially appointed D�rectar of the Parks and Community 5�rvrces Departmant of the Ciiy of Fart WortY�, Texas, or his duly appoulte d representative, assi�tant, or agents. 28. Director of Pla�anangand Development— The officially appainted Director of the Planning and Development Departrnen� of the City of Fort Worth, Te�s, or his duly appozr�ted rapresentative, assistant, or agents. 29. DlYPC�OY' of T�anspvrtation Public Wo�ks — The p��1Claliy appainted Dire�tor of the Transpnrtation Publxc Works Departnnent of the City of Fort �Vorth, Texas, ar his duly appointed repr�sentative, assi�tant, or agents, 3�. DfNector of WateN Depa�tment — The o�'fcially appointed Director of the Water Deparhxieni of the Cii.y of Fort Worth, Texas, ar his du�y appointed represeniaiive, assistant, or �gents. 31. Drawings—That part af Ch� Con�tact Docutnents prepared or approved by Engineez• whicl� grapIaically shows the scope, e�ent, and characterofihe �arkto 6e perforn�edhy Contractor. Submittals are nnt Drawings as so defin�ed. 32. Effective Date o, f the Agreervtent—The date indicated in the Agreement on which it becaxnes effective, but if no sueh clate �s indicated, it rrreans the date an which the Agreement i� s�gned and de�ered by tl�e last of the two parties to sign and deliver. 33. Engineer-7'�e Iicensed professional engineer ar engineering finn registered in �he Siate of Te�as p�rforming professional serviees for the Czty. 34. Extra ATork — Addrtional worlc made necessary by changes or alterations of the Cont�•act Documents or of quantities or for other reasoras for which no prices are pravided in the Contract DocUrr�ent�. E�ra work shail be part of the Worl�. 35. Field 4�der—A written order issued by City which r�quires changes in the Work btat which c�oes not in�alve a change in the Contract Price, Contract Tirne, or the intent of the Engineer. Fie1d Orders are paid fram Field Order A�lowances incorporated into the Contract by funded warl� type at the time of award. �6. Final �icceptance — The written notice g�ven by the City to the Cantractor that the Wnrk specaiffed in the Contract Documents has be�n completea to tha satisfaction a�tha Ci�y. crrY oF �a�T woR� STANllARDCpNSTR[ICT[ON SPECIFICATION DOCUM�.NT� Re�islon: 8/13C2{T21 007200-k GENERAL CANIl IT I OM 5 Page 4 of 63 37. Final Inspection — Inspection carried out by the City to verify that the Contractor has completed the Work, and each and every part or appurtenance thereof, ful�y, entirely, and in conformance wiih the Cantrac� Documertts. 38. GeneraiReqa�iremznts—SectionsofDiv�sion 1 o�theCont�actDocuments. 39. Hazardous Environmental Condition The presence at t�ie Site af Asbestos, PCBs, Petroleum, Hazardous Waste, Radioactive Material, or ather materials in such c�uanti�ies or circumstances tha� may present a substantial dangerr to persons or property expnsed thereto. �0. Haza�dous Waste Hazardous waste �s defuaed a� any salid waste �ist�d as hazardous or possesses one or more hazardaus characteristics as defuled in the £ederal waste regulations,. as amended from time to time. �kl. Latius and Reguldtaons—Any and all applicable 1aws, rules, regulations, ordinan�es, codes, and orders af any and all govarnznental bodies, agencies, authorities, a�d courts having jurisdic�ion. 42. Liens--Gharges, secux'ity interests, or encum.brances upon Project funds, real property, ar personal property. 43. Nfajo� Ite�a— An Item of work a�cluded in tile Contract Dacuments that has a total cost equal to or greater than 5% of the origirial Contract Price or $25,000 wh�chever is less. �44. Miiestane A Qrincipal even� specif'ied in the Cor�tract Documents relating to an �ntermediate ContractTime prinr to Final Acceptar�ce afthe Work. 45. Natice of Award—The written notice by City to the Successful Bidder stating that upon t�mels+ compliance by the Successfiil Bidder with the condittons precedent listed therein, City will sign and deliver the Agreement. 46. Notice to Proceed—Awritten notice given by City to Cantractor f�ing the date on r�vhich the Contract Time will commence to run and on which Contractor shall startto perform the Work specif'ted in Cantract Documents. 47. PCBs—Polychlorinated biphenyls. �8. Petroieum--Petroleum, including crude oil or any fractio�n thereof which is liquid at standard canditions of temperatwre and pressure (60 degrees Fahrenheit and 14.7 pounds per square inch absolute), such as o�, petroleum, fuel o�, oi1 sludge, oi1 refuse, gasaline, kerosene, and o� rr�ed with ot�ee non-Hazardous Waste and crude oils. 49. Plans — See definition of Drawings. CITY OF FORT WORTH STANDARDCONSTRUCTION SPECIPICATION DOCUMENTS Ravision: R2if1�21 oo7aoa-i GENERAL OpNpl�TION S Page 5 of 63 50. Project Schedule--A sched�ale, prepared and maintained by Contractor, in accordance with the General Reqt�ireznents, describing the sequence and du�ratior� of �he activif�es caznprising the Cantractor's plan to accompla�h the �orlc withirz the Contract Tune. 5�, Project—The Workto be perfoz�med und�r the Cantract DocUments. 52. Project Mancrger The authorized representative of the City �vvho wi� be as:signed io the Site. 53, Public Meetang — An announced meeting conducted by the City to facilitate ptablic participatian and to assist tha public in gaining an inf'ormed view of the Project. 5�. Radioactive lllatea�ictl—Souree, special nucIear, or byproduct material as cfeiu�ed by the Atamic Energy Act ai 1954 (42 USC Sec�ion 2011 et seq.) as amended frarn time to time. 55. Regular �orking Hours — Haurs 6eginning at 7:00 a.rn. and endmg at 5;00 p.m., Mon�ay thrU Friday (excIudirtg lega! holidays}. 56. San�rpdes—P�aysical exarr�ples of rapresentative of some partion of the port�on of the V4�ark wiIi 6e judged. tnaterials, equipment, ar worl�nanship tl�at are Work and which establish t;he standaxds by which such S7. Schedule of Submittals—A schedule, prepared and rxzaintaine.d by Contractor, of rec�uiret! submittals and the time requu•ements to support scheclu�ed performanc� of related const�uction activi�ies. 58. Schedule of Values—A schedule, prepared and maintained by Contractor, allocating portions of the Contract Price to various portions of the Work and used as the basis for reviewing Contractar's Ap�licatiaras for Payment. 59. S'ate—Lantds or areas indicated in the Contract Docufnent� as being f�a�•t�i�hec! by Crty upon which the Wark is �g be performed, innluding rights-of way, pern�its, and easements for access thereto, and such other lands furnished by City which are designated for tha use of Contractor. 60. Specifieations—That part of the Contract Dacuments consisting of writt�n requirezalents for materials, equipment, systems, standards and work�nanship as applied to the WorIc, and certain a.drr�inistrative requirennents and pracedural matters applicab�e thereto, Spec�cations may be specifica]Iy made a part of the Contract Doc�iments by at�aehment or, ii not attached, may be ir�corporated by reference as indicated in the Table of Contents (Division 00 00 00) of each Prolect. ��. Subcontt•actoY An individual or entzEy having a direct confract wiYh Conixactor ar witla any other Subconi�actor %r the performance of a part of the Work at the �it�. CITY OF FpRT WORTH STANDARDCONSTRUCTION SPECIFiCATION DQCUIvIENTS Re�ision ff�X021 ao�2oo-� GENERALC01�171TION S Page & ofr 63 62. Submittals—A11 clrawings, diagrams, illustrations, scheduIes, and other data or in%rrnation which are specif'ieally prepared or asseinbled by or for Contractor and submitted by Cantractor to �llustrate some partion of the Work. 63. Substantial Completion — The sfage in the progress of the Praject �hen the Worl� is sufficiently complete m accardance w'ith the Cantract Documents far k'inal Inspection, 6�. Successful BiddeN The Bidder submitting the lo�est and mast responsive Bid to whom City makes an Award. 65. SupeNintendent-- The representative of the Contracior who is available at all times and able to receive instructions fram th� City and to act for the Con�ractar. 66. Supple�entary Condition�That part of the Contract Docuxnents vahich: amends or supplement� ihese Creneral Conditions. 67. Supplier A manufacturer, iabricator, suppIier, disfr�utar, materialtnan, or vendor having a direct con�ract r�+ith Conieactor or wi�h any Subcontractar to furnish materi�ls or equipment to be incorporated in the VVork by Contractor or Subcontractor. 68. Undergrounc� Facilities All underground pipeimes, conduits, ducts, cahles, wires, manholes, vaults, tanks, tunnels, ar other such facilities or attachments, and any �ncasemeril� containing such facilities, includ'mg b�rt n.ot 1'm�ited to, those that con�rey electricity, gases, sieam, liquid petroleum products, telephon.e or othex communicatzans, cable television, water, wastewater, sioz�m water, other liquids or chemicals, ar traific or other control systems. b9 UnitPrice YYork—See Paragraph 11.03 of these Genera� Cnndrtions for defmi�ion. '70. WeekendWoNkingHou�s—Hours beginning at 9:00 a.m. and ending at 5;00 p.m.., Saturday, Sunday or legaT holiday, as approved in advance by th� City. '11. Work—The ent�re cor�struction or the �arious separately ideni�iable parts thereoi required to be provided under the Contract Doctaments. Work ineludes anci is the resuli of performing ar providing all labor, servic�s, an.d docutnentation necessazy to produce sUch cazastruction including any Change Order ar Field Order, and £urnishing, installing, and iricarporating al1 materia�s and equipment �to such consiruction, all as required by the Contract Documents. 72. Wa�kingDcay—Aworking day i� defined a� a day, nat including Saturdays, Sundays, or Iegal holidays authorized by the City for contract purposes, in which weather or other conditions not Under the control of the Contractor will permit the perfari�ance of the princi}aal unit of vvork underway for a continuous period of not less than 7 hours between 7 a.m. and 6 p.m. 1.02 Termanology A. The words and terms discussed in Paragraph 1.02.B th�rough E are no� de�'�ned but, when used in the Bidding Raquirement� or Contract Documents, have the iridicated rz�eaning. B. Intent of Certain Terms oYAdje.ctiwes.� C1TY OF FORi WOItTH 5TANDARDCONSTRUCTiON SP�CIFICATION DOCiTM�NTS Revisian: 82�1`Ll oo�zoo-i ��NEFw�cor�oiT�or�s Page 7 af 63 1. The Contract Documents include ihe terms "as allowed," "as approved," "as ordered," "as d'u•ected" or tierms of like effect or nnport to authorize an exe�cise of judgment by City. In addition, the adjectives "reas�nable," "suitable," "acceptable," "proper," "satisfactary," or adjectives o� like effect or import are used to describe an action or detarmmation of City as to the Work. If: is zntended that such e.xercise of professional judgment, actian, or determination will be solely to evaluate, in general, the Worlc for carnpliance with the information ita th� Cnntract Docurriants and with ih� design concept of the Proj�ct as a funetinning w�aole as shown ar ir�dica.ted in the Contraet Dacuments (unless there is a speci�c statement indicating otherwise). C. Defective: Tha word "defec.tive," when modifyin�; the word "Work," refers to Worlc that is unsatisfactory, faulty, or deficient in that it: a. daes nat conform to the Contract Documen�s; or b. does not mast the requirements of any applicab�e inspe�t�on, refarence standard, test, or approval referredto in the ContractDoautx�ents; or c. has been damaged prior to Giry's writ�en acceptance. D. Furnish, In,stall, Pe�form, Provide: 1. The word "F�arnish" ar the word "Install" or the word "Perform" or the word "Provide" ar the word "Supply," or any cornbirtation ar similar directive or usage thereof, shall mean furnishing and incorporating in the Work including a�l necessary labor, materials, equipment, and everythirig necessary� to perform the Work indicated, unless specifically limited in the context used. E, Unless stated o.tharwise in tk�e Contract Documents, words or phrases that have a well-known technicaI or construciian industry or trade rneaning are used in th.e Caniract Documents in aceordance with such reco�lized meaning, ARTICLE 2 — PRELIMxNARY MATTER� 2.01 �'opies of Dacurnent,� City shall furnish to Contractar ane (1) ariginal axecuted copy and one (1) electronic copy of the Contract Documants, and four (4) additianal copies of the Drawings, Additional capi�s wilI be fumished upon request at the cosfi of reproduction. 2.02 Corrrmencemeniof Contt�c�ctTi�ne; Notiee to Proceed The Contract Time will cornmence to run on the day indicated in the Notice to Proc�ed. A Natice to Procead may be given no earlier than I4 days after the Effective Date oithe Agreement, unless agreed to by both parties in writing, C1TY OF FOTtT WpRTH STANDARDCdNSTRUCT[ON SPECIFICATTON DpCC1I4iENT5 Revision; &�D21 oo�zoo-� C�NERAL CA3J Q I T I O ld S Page 8 of 63 2.03 Star�tang the Work Contractnr sha�l start to perform the Work on the date when the Contract Time eamrnences to run. No Work sha11 be dane at the Site prior to the date on which the Contract Time co�rux�ences to run. 2.Q4 Before StartangConst�uctian Ba,�eline Schedules; Submit in accordance with t1�e Contract Documents, and prior to starting the Work. 2.�5 Precanstructio�r Conference Before any Work at �he Site is startec3, the Contractor shaIl attend a Pr�consiru�tion Conference as spec�'ied in the Con.tract Documents. 2.06 PublicMeeting Contractor may not mobilize any equipment, matarials or resources� to the Site prior to Contractor attendi�g the Public Meeting as scheduled by the C'rty. 2.Q7 InitialAcce�tance of5chedules No progress payment shall be made to Contractor until accepiable schedules are subrnitted to City in aceordanc� withthe Schedule Specificaiian. as provided in� the Contract Documents. ARTZCLE 3-- CUNTRACT DOCUMENTS: iNTENT, AMENDING, REUSE 3.01 �ntent A. The Contract Documents are complementary; whai is required by one �s as binding as i� required by all. B. It is the intent of the Coniraei Documents to descrbe a functionally cornplete project (or part there.o fl to be const�'ucted in accordance with the Contract Docum.ents. Any Iabor, documentatinn, services, materials, or equiprn.e�t that reasonabl}+ may be inferred from the Contract Documents or from prevailing custom or trade usage as beirig raquired to prnduce the indicated resuli �ill be provided whether or not specifcally called for, at no adciitional cost to City. C. CIari#ications and �terpretatians nf t.�e Contract Documents shall be �sued by City. D. Ti�e Specifications raay vary in form, �ormat and style. Some Specification sections rraay be written �n varying degrees of str�amlined or daclarative style and sorne sections may be relatively narrative by comparison. Omission of sueh words and phrases as "the Contxactor sha.�," "in C017�Q�'1T11� WI�7>" "a5 5�7OWri�" OY "aS S�J�G1�1�C�" �.rB intet�tional ltl 5�C0aIi11II1EC� SeCtIdI7S. Omitted words and phrascs shall be s��plied by �ference. Similar types ofprovisions may appear in various parts af a sectian or articles within a pai�t depend'uag on the forrnat of tlze crr�r oF fioxT wo�t�cx STAIIDARDCONS'�R�]CT[ON SPECIFICATION DOCiFM�NTS Itevision: 82�f262[ a07200-I G�NERAL CONDfTIQN S Page 9 af 63 sectian. The �ontractor shall not take advantage of any variation oi fort�, format or siy�e in making Contract C�aims. E. The cross refexencing of specification sections under the subparagraph heading "Related Sections include bui are not necassarily limited to" and elsewhere within each Specifica,tion section is pro�ided as an aid and convenience to the Cantractor. The Contractor sha�l not re�y on the cross referencing providad and sk�all be responsible to cooz`dinate the ent�e Work ur�der ihe Contract Documents and provide a cornplete Project whether or not the cross refez-encing is provided in each section or whether or not the cross referencmg is camplete, 3.02 Reference Standa�ds A, Standards, �pecifcations, Codes, Laws, and Regulatians l. Reference to standards, specificatzons, rnanuals, or codes of any technical society, orgaz�izatian, or association, ar to Laws or Regulations, whether such reference be specific or by iuxiplication, sha1l mean the standard, speci�cation, manual, code, or Laws or ReguIations in effeci at the iime of opening of B�ds (or on the Effective D.afe of the Agreement if there u�ere no Bicls), except as tnay be athet�vise specifically stated � tha Cnntract Doc�aments. 2. No provisinn of any such standard, specifcation, manual, ar code, or any instructian of a Supplier, shall be eff�ctive to chang� the duties or responsibiliti�s of City, Contractar, ar any of their subcantractors, consuliants, agents, or employees, frorn those sat forth in the Cont�•act Documents. No such provision or instruction shall be effecti�e to assign to City, ar any of its of�cers, dixeciors, mem6ers, partners, employees, agants, consultants, or subcontraetors, any duty or autharity to supervisa or direct th� perforznance oi the Work or any duty or autharity to Undertake responsibiIity inconsistent with the provisions of the Contract Documents, 3.03 R�parting a�ad ResolvingDisc�epaneaes A. Repot�ttng Discrepancies: 1. Cant�actor's�evie�vofCont�aciDacumentsBefore5tartingY�ork; Before un.dertaking each part of the Work, Cantractor shall carefulIy st�dy and compare the Cont�•act Documents and chec� and verify pertinent fgures therein against all applicabl� field measurements and conditions. Contxactor shall prornptly report in vvriting ta Ciry any conflict, error, amb�guity, or discrepancy which Contractor discovers, or has actiaal lcnaw[edge of, and shall obtain a written infezpretation or clari�cation �irom City befare proceeding with any Worlt affected thereby. 2. C`ontractor's Review of Contract Documents During Performance of Work: If, during the performance of the Work, Con�racior discovers any conflict, error, ambiguity, or discrepancy within the Cant�act Documents, or between the Contract Documents and (a) any applicable Law or Regulation ,{b) any standard, speci�cation, nnanual, or code, or {c) any instruction of any SuppIier, then Contractor shall promptly report it to City in. varitiing. Contractor shall n.ot proceed vvith t�e Work affected thereby {except in an emergency as required by Paragraph err�r a� �axr woxTx STANDAktDC�NSTR.UCTION SPEC[FICAT[ON 170C�1MENTS Revision: 82�1D21 RO7200-I GEiJERAL CONDIYION S Page 10 of b3 6.17.A) unt�l an amendment or supplerneni to the Contract Docur�ents has been issued by one of the methods indicated in Paragraph 3.04. 3. Contractor shafl nnt be liable to City for failure to z-eport any conf�ict, error, ambiguity, or discrepancy in the Coni�act Ddcuments unless Contractor had actual knowledge thereo£ B. ResolvingDiscrepancaes.� 1. Except as nnay be athert�ise specificall� stated in the Contract Documents, the provisions of the Contract Docu�nents shall take preeedenc� in r�solving any confliet, error, ambiguiry, ar discrepancy between the pro��sions of the Coniract Documents and fihe provisions of any stand�rd, spec�'ication, manua�, or the instxuction of any Supplier (whetb.er ar not specifically incoxporated by reference in ihe Contract Documents). 2. In ca�e o� discrepancies, figured dimensiQns shaU govern o�er scaled d�nensians, P1ans shall gavern over Specificatior�s, Supplementary Conditians shall govern o�er General Conditions and Specif"ications, and quanti�ies shown on the Plar�s shall govern over thos� shown in the proposai 3,04 Amending and Suppler�renting ContractDocuments A. The Con�ract Dacuments xnay be axnended to provide for ac�ditzons, deletions, and revisions in the Work or to madify the te�-ns and conditions thereof by a Change Order. B. The requirements of the Confract Bocuznents may be suppl�mented, and minor variations and deviations in the Work not invol�ing a ek�ange in Cantract �rice or Cantract Time, may be auihorized, by one or rnare of th� fo3lowing ways: 1. A Field Order; 2. City's review af a Submitial (subject to the provisions afParagraph 6.18.C); or 3. City's written u�terpretation or elarification. 3.05 Reuse of Docurn�nts A. Contxactor and any Subcontractor ar 5upplier sha11 not: l. have at acquire any title to or ownership rights in any of the Drawings, Sp�eif'�cations, or o�her documents {ar copies of any thereof� prepared by or bearing the seal of Engineer, including electronie znedia edrtions; or 2. reuse any such Drawin.gs, Specifcatior3s, other documents, or copies thereof on extensions of the Project or any other praject w�thout written consent o£ City and specif'ic written verifr'�catinn or ada.ptation by Engineer. CITY OF CORT WdRTH STAt�IDARDCOAISTRUCTION SPECIFICATION DOCUMENTS Revision: 8�21 Q0720�-1 GEN�RRL C6NDlTION 5 Page l f of 63 B. The prohibitions of tllis Paragraph 3,05 wi� suzvive iina.l payment, or termination a� the Coni�act. Nothing hereiri shall preclude Contractor frarx� retaining copies of the Contraci Docurz�ents for record purposes. 3.Q6 Electronic DaTa A. Unless otl�erwise stated in the Supplementary Canditions, the data ftarnished by City or Engineer to Contraetar, or by Coniractor ta City or Engineer, tl�at rnay be refied upon are lunited to tk�e printed. capies included in the Con�ract Docurnents (a�so known as hard copies) and othee Specifications referenced and located on the City's on�Iine electronic document managenaent and collaboration system site. Files in aIectronic media farrrxat of tie�, data, graghics, or other types are farnished anly for the canvenience of the receivin.g party. Any concIusion or informatian abtained or derived from suc� elect�'onic files wiI! be atth� user's soie rislc. Ifthere i� a discrepancy betrveen the electranic files and the hard copies, the hard copies govern. B. When transterrit�g docutnenis in electronic rr�edia format, the �ransfet-ring pai�y ma]ces no representations as to Iong term compatibiIity, usabiI�ty, or readability of dacUments resulting from the use of sof�ware appIicatinn packages, aperating systems, or computer hardware d�f'fering from those usad by the data's creatar. ARTICL� 4— AV.AILABlLITY OI' LANDS; SL]BSiT�2FACE AND PHYSICAL CONDITIONS; HAZARDOUS ENVIRONMENTAL CONDxTiONS; REFERENCE POINT� 4.01 Av�rilabilityofLands A. Ci[y shall furtush the Site. City shall notify Contr'actor of any encumbrances or restrictians not of general application but specifically related �o use of the Site with which Coniractor nnust comply ixt per%rtx�ing the Wark. City will obfa.in in a timely z�nanner and pay for easements far perrnanent structures or permanent changes in existing iacilities. 1. The City has obtained or anticipates acqu�sition of and/or acc�ess to right-of-way, and/or easernents. An� outstanding right-of-way andlor easem�nts are anticipated to 6e acquirad in accordance with the schadule set forth in ihe Suppleznentary Conditions. The Project Schedule submitted by the Coniractor in accordance with the Contract Docurnents must consider any outsfanding rigk�t-of way, and/or easements. 2. The Ciry has ar anticipates ramovirzg and/or relocating �tilities, and obstructions to the S�e. Any outstanding removal or r�Iacation of utilities or obstructions is anticipated in accordance with the schedule setfoi� � tk�e Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance �vith the Contract Document� must consid�r any outstanding utilities OP O�}5txUCtiI0715 to be r�moved, adjusted, and/or re�ocat�d by others. B. Upon reasonable written reques�, City shalI furzaish Contractnr with a ct.u•rent statement of record legal title and legal description of the lands upon wl�ich the Work is to ba performad. C1TYpPPOR'T' WpRTH STANDART}CONSTRUCTION SPECIF[CATi4N DOCUMEi�17"S Revi sion: 823/I�1 ao7aoo-i GENEF2AL CANalTION 5 Page l2 of b3 C. Con'tractor shau pro�ide %r all additional lands and access thereto that may be requ�ed far construction facilities flr storage of maierials and equipment. 4.02 Subsurfacc andPhysical Canditions A. Repoxts and D�awings: The SupplementarY Canditions identify: 1. those reparts known to City of e�lorations and tests of subsurface condiiions ai or COX1t1gUDLlS t0 �'1� Sii�; and 2. those drawit�gs known to City oi physica� condiizans reiating to exi.sting suriace ar subsurface structures at the Si�e (except Underground Facilifias). B. Limfied Reliance by Cont�'acto� on TechnicalDataAuthorized: Cantractor may rely upan ir.�e accuracy of ihe "�echnical data" eontained 'vn such reports and drawirigs, bui suc�i reports and drawings are not Cantract Dacuments. Such °`technical data" is idenrif'�ed �n the Supplementary Conditzons. Contractor may not make any Contract Cjaim against City, or any of the�r of�icers, directors, members, partners, employees, agents, consultants, or �ubcontractors with respect to: 1. the co�npletaness of such reports and drawings far Con.tr�ctor's purposes, including, but n.ot limited to, any aspects of the means, methods, techniques, sequences, and procedures of construction to be emplayed by Contractor, and safety precautions and progra�ns ir�cident thereto; or 2, ot�er data, in.ter�retations, opinions, and ieifortnation cantained in such reports or shown or indicated in such drawings; or 3, any Cantractor interpretation of ar conclusion drawn irom any "technical data" or any �uch other data, �nterpretations, opinian.s, or information. 4.03 Diffe�ing,Subsurface ot-Physical Conditions A. Natiee: If Con�ractor believes that any subsurface ar physical condition that is unco�ered or revealed either: 1. is of such a nature as ta establish that any "technical data" an �vhich Cantractor is entitled ta rely as prov�cied in Paragraph 4.�2 is nnateriaily inaccurate; or 2. is of such a nature as tn reQu�re a change in the Contract Documents; ar 3. differs materia]]y from ti�at shovvn or iriciicated iri the Gantract Documenks; or 4. is of an unusual nature, and dif�'ers materjally from conditions ordinariJy encountered and genexaliy reaognized as inherent �n work o£ tha character provided for iri the Contract Dacuments; C1TY OF FQRT WORTH STANDARDCONSTRi3CTI0N SPECIrlCATION DOCLIMENTS Revisian: 8�1.'a/2021 oa�zoo-i GE�l�RqL C4NoIT ION 5 Page I3 of 63 then Con�ractor shaI1, prarnptly after becoming aware thereof anc� before �Ur�er disturbing the substarface or physical conditions or perforzning any Work in catanention therewiY.h (except in an emergez�cy as requ�ed by Paragraph 6.17,A), notify City in wrfti�ng about such condition. B. Po,ssible Price �nd Tinze �ldjustrnents Contractor shalI nat be entrtled to any ad�.tstmeni in the Conixact Price or Coniracf Time if: I. Contractor kncw of the existence of such conditions at the tim� Contr'actor made a final corrunitinent to Ciry with respectto ContractPrice and Contract Tune by the submissinn af a Bid or becozn�g bo�nd under a negotiated contract; or 2. tk�e existenc� of such conditio� could reasona6�y ha�e been discover�d or reveaIed as a result of the examination of the Contract Doctaments or tha Site; ar 3, Contractor failed to give the written nntice as requirec! by Paragraph 4�.03,A. 4.04 UndergroundFaeilities A, Shown or Indiccated.• The information and data shown or indicated in the Contract Doc�arzaents wiih resp�ctto e�stin� Underground Pacili�ias at or conti�t�ous to �he Sne � basad an inforrnation anrl daia furn�hed to City or Engineer by the owners of such Underground Facilities, including City, or by others. i_Tnless �t is otherwise expressly provided 'm the Supplerrientary CanditYons: 1. City anc! �ngineer sha�l not i�e respansible far the accuracy or completeness of any sucl� infazmatior� or data provided by others; and 2. the cost of all af the following rvill be included in tl�� Con�ract Price, and Contractor shall have full responsibiIity for: a. reviewing and checicing au such inforrnation and data; b. locating all Under�round FaciI�ties shovvn or indicatee{ in the ContractDocuments; c. coard�ation and adjustment of the Work vvitk� the owners of such Und�rground Facilities, including City, dUring construction; and a. the safety and proteetion of all such Underground Faeilities and repairing any damage thereto resulting from t�e Woric. B. 1VotShown or.Indicated.• 1. If an Undergraund Facility which conflicts with the Work is uncovered or revealed at or contiguous tn the Site which was not shown or i�dicated, or not shown or ir�dicated wrth reasonable accuracy in the Contract Dncunnents, Contractor shall, promptly after i�ecorn�g avvare thereof and before f�rther disturbzng conditions affected tItet•eby or perforrning arzy C1TY OP FC}RT WQ12TH STANDA1tDCON5TRl1CTIpN SPECIF[CATION pOCUM�,TITS Revision; 8i.13/2Q21 ao�2ao-� G�NERAL CANDIT ION 5 Page 14 of b3 Work in connection therewith (except in an emergency as required by Paragraph �.17.A), identify the owner of such Underground �acility and give notice ta that owner and to City. City will review the discovered Underground Faci�ity and dete�znine the ex.tent, if' any, to which a change �nay be required in the Caniract Documents to reflect and document the consequences of the e�ist�nce or location of the Undergro�nd Facility. Contractor shaIl be responsble for tlie �afety and protection of such discaverad Underground �acility. 2. Xf Crty concludes that a change ir� the Conteact Docunaents is requireci, a Change Order may be issued ta reflect and docume�t such conseQuences. 3. Verification of existing utiliiies, st�ructures, and service �ines shall inciude not�cation of all util�yy companies a iriu�inaum nf 48 hours in advance of construotio� includiing exploratory excavatian if necessary. 4.05 Reference Poirrts A. City shall provide e�►gineering surv�ys to establish reference points for construction, which in City's �dgmenf are necessary to enable Contractor to proceed with the Work. Ciry will provide construction st�.kes or other austomary methad of marlcir►g to establish line anci grades for roadway and utility constructinn, centerlin�s and benchmarks for bridgewark. Con�ractore shall protect and preserve the established reference poinis and prap�rty monum�rrts, and shaIl t�ke no changes or relocations. Contractor shall report to Ciiy whenever any reference poitrt or property rrzonument is lost or desfroyed or requires relocation because of s�ecessary c�a.nges in grades or Iacations. The City shall be respansible for the replacement or relocation of re%rance points or property mo�uments not carelessly or w�fully destroyed by the Contractor. The Contractor shall notify Ciry in advance and wi�th sufficient time to avoid delays. B. Whenever, in the opinion. af the City, any reference poini or monument has been carelessly or willfully destroyed, disturbed, or removed by the Contrac�or or any of his employees, the full cost for replacing such poin�s pius 25% will be charged against the Contracior, and the full amaunt will be deducted from payment due the Cantractor. 4.06 Hazardaus Environrnentc�l Condition atSite A. Reparts and Drawings: The Supplementary Condi�ions identify those reports and drawings knawn to City relaiing to Hazardous Environrnental Conciitions that laave been identifed at the Site, B. Lirnited Reliance by Cont�actor on Technical Data Authorized: Coz�tractor may r�l� upon the accuracy af the "technical data" contained in such reports and drawin.gs, but such reports and drawings are nat Confract Doeunnents. Such "teohnical data" is icientif"ied in the Supplement�ry Conditior�s. Contractor may not m.ake any Contract Cl�im against City, or any of their afficers, directors, merr�bers, parmers, ernplay�es, agents, consu�tants, ar subcantractors wiith respect to: l. the completeness of such reports and drawings far Contractor's purpos�s, including, but not limited to, any aspects of t�e means, methods, techr�iques, sequences and procedures of CTT1' OF FORT WORTH STANDARDCON57'RUCTION SPfiCTFICATION DOCUMENTS Rwision: 823C�f121 ao�zoo-i GEN�RAL CONilITION S Page 15 af fi3 constructiion to be emp�oyed by Canlractor anc� safety precaufiions and pi•ograr�as incident thereto; or 2, other data, inierpretations, opinior� and informat�on confiained zn such reports or show�n or indicated in such drawiungs; or 3. any Contraciar mterpretatiion af or conclusion dra�wn frorn any "techrucal data" or a�.y such other data, interpretations, opinions or infornnation. C. Contractor shall not be responsfble for any Hazardous Environmental Condition uncovered or revealed aithe Site which was not sl�own or indicated in Drawings or Speoifications or identified izi the Contract Documents to be within the scope of the Worl�. Contractor sha1� be responsible for a Hazardaus En�vironmentai Cond�ion created with any rr�aierials brought ta the Site by Con�ractor, Subc�nfractors, Suppliers, or anyone else for whom Contracior is responsible. D. If Contractor encounters a Hazardous Environmental Candition or if Contractor ar anyone for wham Contractor is responsible creates a Hazardous Environmental Condition, Contractar slaall itnmeaiatefy: (i) secure or otherwise isolate such condition; (u) stop aIl Wark in connection wiLh such condition and in any area affected ihereby (except in an erz�er�ency as zequired by Para�raph 6. � 7.A}; and (iii) notify Ciry {and prornptly thereafter conf�rm sucH notice in writing}. City may consider the necessity to retain a qUalifed expert to evaluate such condition or take corrective actian, if any. E. Contractor shall not be required ta resurr►e Work in connection wzth such candition or in any affected area �ntil afterCity has obtait�ed any required permits related th�reto and deliv�red vvritten notice to Contractor: {� specifying that s�ach condition and any affected area is or has been rendered suita6le for trte resumptian af Wark; or (u'} specifyir�g any �pecial conditions under which suc.h Work may be resumed. F. If after receipt of such written notic� Contractor does not agree to resuine such Work based on a reasonable beIief it is unsafe, or does not agreeto resume such Workunder such special conditions, then City rr�ay ord�r the portion of the Work that is in th� area affeeted by such condition to be deleted from the Work. City rriay have such deIeted portion of the Work performed by Ciiy's own forces or others. G. To tF�e fullest exteratpe��aatted by Laws and Regulatio�ts, Cantractor shall indernn� and hold harrrrlessCity, fr�omandagairasiallclairrrs, costs, lasses,a�addaxt�rages(includinghutnotlimited to all fees and chaYges of e�tgrneers, ar�chitects, attorneys, and other professianals and all court o� a�bitrataon oN ot�ier dispute resolution costs) arising out of or relcrting to a Hazardous EnviYonmental Conditinn c�eated by Cont�aetoror hy canyoneforwhonz Conh^aetor is re�sponsible. Nothing in this Paragraph �{, 06.G shall obligate Cont�actor to inde�rar�� any individual o� enfity from and again.s�t fhe consequences of that individual's or entity's o�n n.egligence. H, The provisions of Paragraphs 4.02, �-.03, and 4.04 do not appl� to a Hazardous Enr�ironmental Conditian uncovered or revea�ed at the Site. CITY �T� PORT WpRTH STt1IdDARDCONSTRIICTION SPECIF[CATIdN DOCUIVIENTS Revisi on: 8P'13CZ02i 007200-I GENERALCONQITIONS Page 16 of G3 ARTTCLE � — BONDS AND INSURANCE 5.01 Licensed Sureties and �nsurers �ll bonds and �nsurance required b� the Contract Documents to be purchased and maintained by Contractor sha�l be obtained from surety ar insurance cornpanies that are duly ]iaens�d or author�zed in thc State of Texa$ to issue bands or insurance �olicies for the limits and coverages so required. Such surety and insurance corr�panies shall also meet such addiiianal requiretnenis and qualifications as may be provid�d in the Supplennentary Conditions. 5.02 Pe�forrtaance, Paymerat, andMainienance Bonds A. Con�ractor shall furnish performance and �ayment bonds, in accordance r�ith Texas Government Code Chapter 2253 or successor statute, each in an amount equal to the Contract Price as security for the iaithfi�l perfarm.ance and payrnent of alI of Contractor's obligations uncier the Contract Documents. B. Cantractor shall fuznish maitxtenance bonds in an amount equal to the Contract Price as security to prafiect the City againsi any defects in any portion of the Work c�escrbed in the Contract Docunnents. Mairitenance bonds shali renaain in effect far two (2) years after the date af Final Aceeptance by th.e City. C. All bonds sk�all be irt the farm prescribed by the Contract Documen.ts except as pro�ided otherwise by Laws ar Regu�.tions, and shall be executed by suela sureties as are na�ned in the list of "Companies Holding Cerfificates oi Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsur�g Con:�panies" as published �n Ci�eu�ar 570 (amended} by the Fir�ancial Management Service, 5urety Band Branch, U.S. Department af the Treasury. All bonds signed by an agent or attarney-in-fac� must be acco�npanied by a sealed and dated power of attorney which shall show that it is effecti�ve on the date the ag�nt or attorney in-fact signed ea.ch bond. D. If the surety on any band furni�hed by Contractor is dec�ared bar�la'upt ar becames insolvent or its rignt ta do business is terminated in the State of Te�as or it ceases to meet tlie requirements of ParagraphS.Q2.C, Contractor shall prorrmptly notify City and shall, within 30 days afterthe �vent giving rise to such notification, provide anotb.er band and sureiy, �both of which shall comply wiih the requirements of Paragraphs 5.01 and 5.02.C. 5.03 Certific�tes of Insuf-ance Contractar sha]I deli�er �a City, with copies to eac�i additional insured and loss payee identified in the SUppiementary Conciitions, certificates af irisurance (other evidence of insurance requested by Ciry or any other additional inswred) in at least the minimum a�nount as speciEed in the Supp�ementary Conditiions which �antractor i� required to purchase and rnaintau�►. I. The certificate of insurance shak dacument the Ciry, and all �dentif'ied entities named in the Supplerr�entary Conditions as "Adc�itionai Insured" an all liability policies. ciT�r ar Fox-r woRTx STANDARDGON5TRIICTION SPECICICATION DOCiJMENTS Aevision_ 8+13J2021 oa �z oo - i G�NERAL CANdITION 3 ['age l7 of 63 2. The Contractor's general liability insurance shall ulclude a, °`per project" oz� "per Iocation", endorsernent, whieh shall be ident�ied in the eertificate of insurance provided to the City. 3. The certificate shall be signed by an ag�nt a�athorized to bi�d caverage on behali af the insured, be cozxiplete it� its entirety, and show complete insuranee carrier names as listed in Yhe current A.1VI. B�st Property & CasUalty Guide 4. The ins�rers for all policies nn�st be licens�d a�d/or apptoved to do business in the State of Texas. E�cept %r workers' compensation, all insurers mus� have a minirziurn rating of A-: VII in the current A. M, Best Key Rating Guide ar have reasonably equivalent financial strength and solvency ta tha satisfaction of Risk Management. If t�e rating is below that requirecl, written approval of City is r�quired, 5. All applicable policies shall unc�ude a Waiver of Subrogation (Rights of Recovery) in favor of the City. In addition, tl�e Confractor agrees to waive aIi rights of subrogation against the Engineer (if applicable), and each addi�ional ins�red ident�ed � f.he Supplementary Cond'[tion� 6. Failure nf the City to demand such certificates or other evidence of ful� co�npliance with the insurance requir�menis or iailure nf the City to identify a deftciency frozra e-vidence that is provicled shall not be constz•tzed as a wair�er of Contz-actor's obligation to maintain such lines of insi�rance co�era.ge, '1. If insurance policies are not written for specified coverage limits, an Umbre�la or Excass Lia.bility insurance for any diffe.�ences is required. Excess Liabitity shalI %llow form of the prurzazy caverage. 8. Unless otherwise stated, all required insurance shall be writtan on the "accurrence basis". If co�erage �s underwritten on a claims-znade basis, the retroactive date shall be coincident with or pxior to the date of the effective date nf the agreement and the certificate of insurance shall state that the coverage is cfaims-made and the r�troactive date. The insurance cov�rage shall be maintained for the duraiion of the Contract and for three (3) years follovtring Final Accepiance provided under the Contract Dacuments or for the vwarrantyperiod, whichever �s lozager. An annnal certiiicate of insuranee submitied to Yhe Cit� shall evidence such insurance cov�rage. 9. PaIicies shall ha�e no exclusions by endorsements, which, neiCher nullify or arnend, the reqUired lines of coverage, nnr decrease tkze 1'units af said coverage unless such endorsements are approved in writing by the City. In tkte event a Contract has been bid or executed and the excluszons are determir�ed ta be �anacceptable or the City desires addi�ional �nsurance coveraga, anc! the City desires the contractar/engine�r to obtain such coverage, the contract price shall be adjusted by the cas� of the premium for such addition.a� coverage plus I O%. 10. Any self insUred retentzon (SIR), in excess af $25,00�.00, affectirig requixed insurance co�erage shall be approved by the City in regards to asset va�u� and stockhoiclers' eqzazty. In CITX OF FORT IFlQRTfi STANDARDCDNSTRUCT[ON SPECIF[CATIQN DOCIIM�NTS Revision: &�?3l1C12I oo�zoo-i GENERALCONd1TI0N 5 Page 18 of 63 Lie�a of tradi�ionaj insurance, alternative caverage main�ained through insurance paois or risk retention groups, must also be approved by City. 11. Any deductible in excess of $5,OOQ.00, for any policy that does not provide co�verage on a first-dollar basis, must be acceptable to and approved by the Crty. 12. C�ty, at its sole discretian, reserves the right to review the insurance requirements and to rnake reasanable adjustments to insuranc� co�erage's and t�ieir Jimi�s when deemed necessary and prudent by the City hased upon ck►anges m statutory law, court deci�ion or the claims history of the inciustry as well as of the cont�aeting party to the City. The City shall be required to provide prior notice af 90 days, and ihe insurance adjustments shall be incorporated inta the Wark by Change Order. 13. City shall be entrtled, upon written request and without expense, to receive copies af poIieies and endnrsements thereto and may make any reasonable requests for deletion or revision or txxodifications of particular po�cy terms, conditions, limitations, or exclusions necessary to conform the policy �nd endorsement,s to the requi�ements of the Contract. Deletions, re�visions, or modif"ications shall not b� raquired where policy provisions are established by law or regulations bindi�g upon either party or the underwriter an any such poIicies. 14. City shall not be respansible for the ci�ect payment of it�surance premium costs for Contractor's uasurance. 5.04 Contractor's Insut�anee A. Workers Compensation and Employe�s' Laabdlity. ConLractor shall purchase and rnaintain �uch insurance coverrage with lim'rts eonsistent with sta.tutory benefits outlined in the Texas Workers' Compensation Act {Texa s Labor Code, Ch. 406, as az�nended}, and minimum limits far Employers' Liability as i� appropriate farthe Work being perfarmed and as will provide protection frorr� clai�ns set fortki below which may arise out of or result from Contractor's perFarmance of the Work and Contractar's oiher obl�gations under the Contz�act Documenis, whether i� is to be performad by Canfiractor, any Subcantractor or 5upplier, ar by anyone directiy or ir�directly employed by any of thern ta perform any of the Work, or b� anyone for whose acts any of them may be liable: 1. cla.ims under workers' eompensation, disability bene�'iTs, and oiher similar employee benein acts; 2. c�aims for damages because of bodily injury, occupatiaa�al siclrness or disease, or death of Contractor's empla�ees. B. Cornmercial �ene�al Liabiiity. Coverage shall include but not be Iirruted to covering l�.bility (bodily injury or property dannage) arisixsg from: premisesloperations, independent con.t�actors, productslcon�pleted operations, personal �jury, and liability under an insured contract. Insurance shall ba provided an an occurr�nce basis, and as compr�hensive as the cUrrent Insurance Servrces Office (ISO} policy. This insurance shall apply as primar� insurance with respect to any other C1TY OF FQRT WS7RTH STANDARDCQNSTRUC7'IOM SPECIF[CA'fION DOCU3ufENTS Revis'son: $�OQI oa�zao-i GEf�lERALCONI]I'fION S Paga 19 of 63 ic�surance ar salf insurance prograins afforded to the City. The Commercial General Laability poficy, shalI have no excl�asions by endorsements that would alter af nulliFy prei�aises/operations,. produc#slcompleted operations, contractual, personal injury, or advertisir�g iu�jury, which are nnrmally contair�ed with the policy, i.Enless the City appro�es such excIusions in writing. Far construction projects that presez�t a substantial completed operation exposur�, the City may rec�uire the contractor to maintain. completed op�rations caverage far a minimum of no less than tl�ree {3) years followirag the completion of the project (if icientified m the Supplementar� Condi�ions). C. Autamobrle Licrbility. A cornmercial business auto policy sl�all pr�vide caverage on "any auia", cleiu�ed as autos owned, hired and non own�d and pro�ide indernnhy for claitns for damages because bodily injury or deatka of any person and or praperty damage arising out af tk�e work, maintenance or use of any motar vehicle by the Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly �rnployed by any of them to perfarm any of the Work, ar by anyone for ivhose acts any of th�m may be liable. D. Railroad Protective Laability, If any of the work or any warranty worlc is within fhe Iimits of railroad right�of-way, �he Contractor shall comply with the requirements identif�ed in tne Supplementary Cond�tions. E. NotificationafPolicy Canceliation: Cont�•actor shall ur�mediately notify City upon c.ancellation or other lass af insurance coverage. Contractor shaU stnp v�ork until rep]acement insurance has been procured. Thera shall be no tune cred�t for days noi worked pursuant to this section. S.QS Acceptance ofBondsandlnsurance; Optfon to Replace If City has any obfection to the coveraga af�orded by or other provisians of the bonds or insurance reQuired to be purchased and mair�tained by the Contractor zn accordance with A�-ticle 5 on the basis of non-conformance with the Contract Docui�nen.ts, the City shall so notify the Contractor in writing within 10 Busin.ess Days afterreceipt of th.e certif'icates (or other evidence requested). Contractor shall pravide to the City such additional ir�ormation in respect of itasUrance provided as the City may reasonably requesi. If Cant�actor does not purchase or maintain all of the bands and insurance requieed by the Contract Documents, th.e City shall notify the Cont�ractar in wr�ing of such failura prior to �h� start of the Wark, or of such failure ta maintain prior to any change in the required coverage. ARTICLE 6 — C�NTRACTOR'� RE�PQNSZBILTTIES 6.fl1 Supervision andSuperaniendence A. Contractar shall super�ise, inspect, and direct the Work compatently and e£Ficiently, devoting such attention thereto and applying such skills and expertise as may be necessary ta perfarm the Work in accardance wiih the Contract Documents. Contractor shall be sa�ely responsible far the means, methods, techniques, sequenees, and procedures ot' canst�uction. CITY OF FORT WORTH ST�INDA[LUCONSTRUC7TON SYECIF[CATION DOCi7MENT5 Revision; 8,23/1021 aa�2oo-� GENEF2ALCONDITION 5 page 2D of 63 B. At all times during tl�e progr�ss of the Wark, Cantractor shall assign a competent, English� speakiz�g, Superintendent who shal� not be repjaced without written notice to City. The Superintendent will be Contractar's representativa at t1�,e Site and shall have authority to act on behalf of Contractor. All comrnunication given to ar rece�ved from the Superintendent shall be bincf�ing on Contractor. C. Canfiractor shaIl notify the City 2� hours prior to moving areas during the sequence of construction. 6,Q2 Labor; WarkingHours A. Contractor shall provide cornpetent, suitably quali�ied personz�ej to parform construction as required by the Contract Docuznents. Contractor shall at all ti�nes maintain gaod discipline and arder at the Site. B. Except as oth�rwise reQui�ed t'or the safeiy or protection of persons or the Wor�C or propertY at the Si�e or adjacent thereto, and except as atherwise stated in the Contract Documents, a31 Work at the S'rte shall be p�rforined during Reguiar Working Hours. Contractor will not permit the perfarmance of Wark beyand Regular Working Hours or %r Weekend Working Hours r�vithout City's w'ritten cox�sent (vs�hich will not be unreasonably withheld). Written xequest (by letter or electronie communicatian) to perform Work: 1. far beyond Regular Warkitig Hours request must be made by naon at least twa (2} Business Days prior 2. for Weekend Working Hours requestznust be made by noon of the preceding Thi�'sday 3. fnr legal holidays request must be made by noon two Business Days prior to the legal holiday. 6.03 Se�vices, Materials, and Equipment A. Unless otherwise specif'ied in the Conlract Documents, Contractor shall provide and assurne full responsi�ility for all services, materiais, equipment, labor, transportation, construction equipment and machinery, taols, appl�ances, iuei, �ower, light, heat, telephone, water, sanitary facilities, tempoxary facilities, and all oihar facilities and incidentals nec�ssary for the per%rmance, Contractor required tesiing, start-up, and completian of the Work. B. All materials and equipment incorparated into the Work shati be as specif'ied or, if not specified, shall be of gaod quality and new, except as otherwise provided in the Contraci Documents. All special warranties and guarantees required by the Specifications shall expressly run to the benefit af Gity. If requ�red by City, Contractor shall furnish satisfactory evidence (�ncludin� reports of requi.red tests) as ta the saurce, kind, and q�ality af maierials and equipment. CITY OP FORT WORTH 5 STANDAiZDC6NSTRUC710N SPECIFICATIdN DOCUIv1ENT Revision: Y�23/1A21 na�aoo-i G�NERAL CON�ITlON S Page 2 ] of 63 � 1� :1 C, AI� materials and equipment to be incorporated into the Wark shali he stored, applied, �nstaI�ed, connectac�, erected, protected, used, cleaned, and conditioned in accordance with inst�uctions of th� applicable �upplier, except as otherwise t�nay be provided 'v7 the Contract Documents, D. Au �tems of standard equipment to be incorporai�d ini:o tY�e Waxk shall be the Jatest model at the time of bid, unless otherw�se specified. Pt�ojectSchedule A. Contractor shay adhe.re to the Projeci ScheduIe esta6lish�d an accordance wit,h Paragrapb 2,.07 and the General Requirements as it may be adjusted fram turae ta tuxie as pro�ided below. 1. Conlractnr sl�a]] subrn2t to City for acceptance (to the extent indicated iri Paragraph 2.07 and the General Requu-emerzts) proposed adjustments �n the Projact Schedule tha:t will not resuli in changirag the Contract Time, Such adjustments wr11 comply with any proviszons of the Genera� Requirernents app�icable th�reto. 2. Contractor shall submi� to City a morrthly 1'roj�ct Sehedule wiith a mor�thly progress payment for the duration af the Con�ract in accordance with the scheduIe specificaiian 0� 32 16. 3. Proposed aajustments in the Praject Schedule that will change the Contract Time shall be s�bmitted in accardance with, tlie requirements of Article I2. Adjushnents irz Contract Time may only be made by a Change Orcler. Substitutes and "Or-Equais" A. Whenever an i�enri of rtaaierial or eqLiipment is specified or descr�ed in the Contract Documents by using the name oi a proprietary itam or the name of a parti�u]ar SuppIier, the specification ar deseription is intended to establish the type, funciion, appearance, and quality required. Uril�ss the speclfication oz• d�scription. contains or i� #'ollowed 6y words reading that no Iike, equivalent, or "or-eqUal" item or no substitution is permnted, other iterns of material or equipmez�t of otlZ�r ,Suppliers maX be subinitted to Ciry for review unaer the circumstances descri6ed below. 1. "Or-Equal''Items: If �n City's sole discret�on an item of material or equipment praposed b� Contractor is functionally eq�a] to that named and suf�ciently sir�vlar so that na change in related Work will be required, it may be considered by Giry as an "or-equal" itam, in which case review and approval of the proposed hem may, in City'S sole discretion, ba accomplished wit�iout compliance with same or all of th� requirements for apprnval oipraposed substrt�te items. For the purppses of this Paragraph 6.OS.A. I, a proposed itam af material or �quipment wilI 6e considarec! functionally equal to an item so narr�ed �: a. the City determines t1�at: 1) it is at leasi equal in materials si7rrength, and design characteristics; o� construction, quaIity, durabi�y, appearance, crr� or Foxr woR� STANDARDCONSTRUCTION SPEC[FICATION DQCUMENTS Revisian: &23lZpQl 007200-I GEN�RAL CANDITION 5 Page 22 of 63 2) it will reiiably perform at least equaI�y well the fianction and achieve the results imposed by the design concept o�the corr�pleted Project as a functioning whole; and 3) rt has a proven record of performance and a�ailabilily of responsive service; and b. Contxactor certifies that, � appro�ed and incorpnrated inta the Work: 1) there will be na mcrease in cosi to the City or increase in Contract Tinne; and 2) il wiil co�orm substantially to the detailed requirernents of the i�em named in the Contract DocvrMents. 2. Substit�te Iterrts: a. If in City's sole discretion an item of material or equipment praposed by Contractar does not qualify as an "or-egual" item i.�nder Paragraph 6.OS.A.1, �t may be subr�aitted as a proposed substitute item. b. Contractor shall submrt suFficient ir�orn�ation as provided below to allow City to determin� if the i��rn of material ar �quipment proposed is esser�ially equ'rvalent to that named and an acceptahle substituie therefor. Requ�sts for review of proposed substitute items of materia� or equipment wiil not be accepted by Cjty from anyone othar tlaan Coniractor. c. Cantractor shaIl make written application to City for review of a proposec� substitute item of materi�l ar eqviprnent that Con�iractor seeks to furnish or use. The application shal� comply with Section O1 25 00 and: 1) sha�l ce�-tify that the proposed substitute i�exn will; a) perform adequately the fur�ciions and aehieve the resu�ts called for by the general design; b} be sirni�ar in substan:ce ta that speeified; c) be suited to the same use as that specif'ied; and 2) will state: a) the e�ent, if any, to whic.� the use of ihe praposed substit�e item �ill prejudice Contractor's achievement of fuzal completion on titxxe; b) whether use af the proposed substrtute i�em in the Work will reQuire a change in any tif the Contract Dacuments {or it� the provisions of any othez direct contract with City for other work on the Project) to ada.pt the design to the proposed subst�tute itenr�; C1T'Y OF FOFtT WORTH 5TA]VI}ARDC�N3TR[7C"ClON SPECIFICAT[ON DOCUMEN'1'5 Revisian: 8F3.3�'121 oa�zao-i GENERALCONDITIONS Page 23 oi63 c} wh�ther incarporation ar use of the proposed subsiitute item in connection �v�ih fhe Wark is subject to paynnent o� any licensa fee or rayaliy; and 3) will identzfy: a} a11 variations of the proposed substitute rtern from thai specifiec�; h) available engineer�g, sales, mainf:enance, repair, and rapla cernent services; and 4) shall contain an i�emizad estirraaie nf all costs or credits that will resuIt directIy or indirec�ly from use of sueh substitute item, incIuding costs of redesign and Dama�e Claims of other contractors affected by any resultung change. B, �5ubstitute ConstructfonMethods o� Proceclures: Ifa speeific means, methocl, technique, sequence, or procedure af canstruction is expressly required by the Contract Docurnents, Contractor may iurnish o� utilize a substitute means, method, techni�ue, sequence, or pracedure of canstructzan approv�d by City. �ontractor shall subznrt suffcient inforinatian to allow City, in City's sole discretion, to determina that the substitute proposed is equivaleni to that expressly called for by the Contract Dacunnents. Cantractor shali make wriiten appIication to City %r re�iew in the same manner as thase provided ira Paragraph 6.OS.A.2, C. City's Evaluation: City wi11 be allowed a reasonable time withit� which to evaluate each pro�osal or submittal made pursuantto Faragraphs 6,pS.A and b.OS,B. City may require Cnrnractar to furnish additionaI data about the propased substitUte. City wiJl be the sole judge af acceptai�ility. No "or-equal" or substituie w�ill be ordered, installed or utilizec[ until Ci�y's revzew is cample�e, which �vill be e�idenced by a Change Ord�r in the case oFa substitute and an accepted Subinittal for an "or-equal." City will advise Cor�tractor in writing af its deterrnination. D. Special Guarantee: City may require Contractor ta fi�rnish at Contractor's expense a special performance guarantee, warranty, or other surety with respecf to any substiiute. Contrcretor shall indemn� and hald ha�rrtless City and anyone directly o� indirectly employed by themfi�om and againstanyandall claims, darnages, losses anc�expenses (includingcrttorneysfees) r�Yisingoutof the use of substituted r�aterrals ox equipment, E. City's CostReimburseme�t: City will racord City's casts in evaluating a substi�ute proposed ar submiiied by Contractor pursuant to Paragra�l�s 6.OS.A.2 and 6.05.B. Whether or not City approves a substitute so proposed or submitted by Contractor, Contractor may be required to reimbLuse Ciry for evaluat�g each such proposed substitute. Contractor rnay also b� requirad to reirnburse City for the charges for making changes in the Contract Documents {or in the provisions of any other c�irect contract with City) resulting from the acceptance of each proposed substztute. F. C'ont�actor's Expense: Contractar shall provzcle aU data in support of any pr�posed substi�u�e or ``or-equal" at Contractor's e�ense. C1TY OF PORT WORTH STAiVDAIt�CONSTRUCTCQN SPECIFICATION DOCUMENTS Revision: �2Q2] 00 72 04 - I �EN��a,tco�o�rloN s Page 2A of 63 G. City Substitute ReimbuNsement:Costs {savings or charges) attributable to acceptanceof a substitute shall be incorporated ta the Conieact b3� Change Order. H. Time Extensians:No additional time will be granted for sul�strtutions. 6.06 Cance�ning Subcontractors, Suppliers, and Others A. Contractar shal� perForm with his own organization, work of a value not less than 35% o� the value embraced on the Contract, unless otherwise approved by the Ciry. B. Contractor shall not eznploy any Subcontxactor, Supplier, or nthar itidividual or entity, whethez� initially or as a replaeement, against whom City rnay have reasonable abjection. Cantractor sha�l not be required io em�loy any Subcontxactor, Suppker, or ather indi�idual or entity to iurnisla or perform any oi the Wark against whorn Contractor Mas ceasanable objection (excluding those acceptable to City as indicated in Paragraph 6.06.C}. C. The City rnay fron°� time to t�nne require the use of certain Subcantractars, 5uppli.ers, �or ather individuals or entities on the praject, and will pro�ide such requirements u� the Supplementary Cond'zti4ns. D. 1Vlano�ity Business Enterprise Campltance: It is City policy to ansure tl�e full and equitable participation by Minority Business Enterprises (MBE) in the procurernent of goods and services on a contraciva� basis. If t�ie Contract Documents provide for a MBE goal, Cantractor is require d to cornply with tke intent af the City's MBE Ordinance (as aznended) by the following: I. Contiractor shall, upon request by City, pravide complete and accurate it�ormation regarding actual work perfor�ned by a MBE on ti�e Cont�aet and payment therefor. 2. Cont�actor wi11 not make add�tions, deietions, or substitutions of accepted MBE without written consent of t11e City. Any un,justified change or deletion shall be a material breach of Contract and may result ir� debarment in accordance with the procedures outlined ir� tk�e Ordinance. 3. Contractor sh.a�, upon reqUestby City, a�ow an audit and/or examinatian of any boolcs, records, or files in the passession of the Contractor that will subs�a.ntiate the actual �?vork performed by an MBE. Material misrepresentation of any nature will be gt'flunds for terrnination of the Contract in aecordance with Paragraph 15.02.A. Any such misrepresentiation rnay be grounds for disqualif'kcatinn of Contractor to bid on future contracts with the City for a period af not less tlian tivree years. E. Cantractar shall be fully responsible to City for all acts and omissions of the 5�bcontrac�ors, Suppliers, and other mdividuals or entities perforn�ing or furnishing any of the Work just as Contractar is responsihle far Cont�actor's awn acts and omissior�s. Nothing in the Contract Documants: CITY OP FORT WORTH STANDAI2BC4NSTRi1CT14�( SPECIFjCATION DOCUMENTS Revision: R2"�(121 00 �z oa - i GENERALCONpITIONS Page 25 of 63 1. shalI create for the bene�'it of any such Subcontractor, Supp.lier, or Qther individual or entity any contractual relationship bet�vveen City and any suck� Subconiiractnr, Supplier or oiher individual or entity; nor 2. shall create any o6ligation on �he part of City to pay or to see to the payx�nenti of any inoneys due any such Subcontractor, Supplier, or other individual ar entity except as may otherwise be required 6y �,aws and Regulations. �'. Cantractor shall be solely responsible for schedulitig and enordinating the V4Work of Subcontractors, Suppliers, and othet- individuals or entities perforrning or furnishing any of the Work under a direct or indirect contract with Cantractor. G. All Subcontractors, SuppIiers, and such other in.dividuals ar entities perFarming or furnishing any af the Worl� shaIl communicate witk� City throug� Cont�actor. H. A�1 Work performed far Contractar by a Subcontractor or Supplier vvill be pursuant to an appropriate agreement be-tween Contractor and the Subcontt�actor or Supplier which specificaIly bands the Subcantractor or Supplier to the appIicable terms and conditions o� the Contract Documents for the beneiit of City. 6.07 Wage Rates A, Duly io pay Prevc�iling Wage Rates. The Contractor shal� comply �ith aU requir�ments of Chapier 2258, Texas Government Code (as amended}, includin� the payment of not l�ss than �he rates determinad by the City Counc�7 of the CiEy af Fort Worth to be the prevailing �vage rates in accordance with Chapter 2258. Such pravaili�g wage rat�s are included in these Contract Documents. B. Penadty for Violatian. A Cont�actor or any Subconiractor who does not pay the prevailing wage shall, upon dernand made by the City, pay to the City $6Q for each worker enaployed for each calendar day or part ofthe day that ihe worker is paid less than the prevailing wage rates stipulated in these contract document�. TI�i� p�nalty shall be retained by the Ci�,y to offset its a�rr�inistrative costs, pursuant to Texas Govez�nment Code 225.8.023. C. Complaints of Vr.olations and City Dete�minataan of Goad Ca�cse. On recaipt of inforination, includ�ng a complaint by a yvorker, concerning an aIIeged �iolation of 2258,023, Texas Gavernrnent Cade, by a Cor�tractor ar Subcontractor, the City shaII znake an i�itial determination, before the 3I st day after the date the City rece'rves the information, as to �vhether good cause exists ta beIieve that the vio�a.tion accurred. The City shall notify in writing the Contractor or Subcontractor and any affected worker of its ini�ia.l determination. Upon the City'� detertnination t11at there is �ood ca�ase to believe the Contractor or Subcantractar has �iolatad Chapter 2258, ihe City shal� retain the full amounts claimed by the claimant or claimants as the difference betweenwages paid and wages du� under the prevaiIing v�age rates, sUch amounts being subtracted frorn successi�re �rogress payments pending a fiinal dete�-mination of the violatrr�n. GITY OF FORT WORTH STAIVDARDCpNSTRUCT]ON SPECIPI.CATItiN �OCUMENI'S Revisian; ftrl�l oo7zoo-i GENERALCQN�ITION S Page 26 of 53 D. Ar�bitrcttio� Required if Violataon NotResolved. An issue relating to an alIeged violation af Section 225$.023, Texas Gavernrrxent Code, including a penalry owed io t�ie City or an affected warker, shall be subm�ed to binding arbitration in accordance with the Tex�s Genera.l Arbitration Act (Ariicle 224 et seq., Revised Statutes} if the Contractnr or Subcontractor and any affected warker does not resolve the issue by agreementbefore ihe 15th day afterthe datethe City makes its uutial cleterrnination pursuant to Paragraph C above. If the persons reqi.�ired to arbitrate under t�is section do not agree on an arY�i�ratar before the ] lih day after the date that arbitration is requued, a district court shall appoint an arbitrator on the petition of any of the p�rsons. The City is not a pa�y in th� arbitration.. The decisiar� and av�+ard of the arbitrator is fu�ai andbind�ng on all parties and rnay be en%rced in any court of cornpeient jurisdiction. E. Records to be Maintained. Tha Contractor and each Subcontractor shalI, far a pexiod of three (3) years follovving the ciate of acceptance of the work, rnair�ta'rn records that show {� the name and occupatian of each v;farker emplayed by the Contractar ui tl�e canstruction of the Work provided for in this Cont�act; and {u) the actual per diem wages paid ta each worker. The records shall be open at a11 reasonable hours far inspectian by the City. The pravisions of Paragraph 6.23, Righi to Audil-, shall pertain to this inspection. F. Progress Payrnents. With each progress payment or payroll periad, whichever is less, t�e Contractor sha.11 submit an affidavit stating thatthe Contractor has complied with the requirements. of Chapter 2258, Te�as Government Code. G. Posting of YYage Rates. Tk►e Coni�actor shall post prevailing �rage raies in a conspicuous place at aU times. H. Subcont�-actor Compliance. The Contcactor shail include it� its subcontracts andlor shall othezwise require all of rts Subcnntractors to camply with Paragraphs A fihrough G above. 6.0$ Patent Fees and Royaliaes A. �ontractQr shall pay all license fees and royalties and assume al� costs incident to �he use in the perforrnance nf the Work or the incarparation in the Work of any invention, design, process, product, or device which �s the subjeet of patent rights or copyrights held by athers. If a particular invention, design, pracess, product, or device is specifed in the Contract Docum.ents for use in ihe perforrr�ance af the Work a�d if, to the actual knowledge of City, its use is sub3ect to patent rights or copyrights calling for the paym�nt of any Iicense fee ar royalty to others, the existence o£ such rights shaIl be disclased by City iri the Cor�tract Docurnents. Failure af the City ta disclose sucla information does nat reIieve the Contractor from its obligations to pay for the use of said fees or royalties to others. B. �'a the fullest extentpermitted by Laws cand Regulations, Cont�actor shall indemn� and hold harmless City, from and agaan,�t aIl claams, costs, lasses, and da�nages (including butnotlimited to all fees and charges af e�agineers, architecis, �itarneys, and other p�ofessionals and all court or arbitratian a� other disp�ste resolution costs) arising our of or relaii�ag to any infringement of patent rigl2ts or copy�ig�its ancident to the� use in ihe perforrnance of the Wo�k or �esultingfram CTTY OF F�RT WQRT�T STANDARDCONSTRIICTIOtJ SPECIFICATIQN DOCIJMLNT5 Revision: 823l�(121 007200-] GENERAL CON�ITI6N 5 Page 27 of b3. the ancorporation in t�te YYa�k of any inveration, design, pr�o�ess, product, or device notspecified irt the Contt�actDocun2ents. 6.09 Per�rtits and Utilitaes A. �'ont�actor obtained pe�naits and Zicenses. Contractor shal! obtai�n and pa� for all con.stzuction permits and licenses �xcepf tltnse provided for in the Supplementary Conditions or Contract Docum�nts. City shall assist Contraetor, wi�en necessary, zn obtaining such per�-nzts and lic�nses. Contractor shall pay alI governmenta] charges and �spection fees necessary for the prasecution of the Work which are applicable at the time of opening of Bids, or, �f there are no Bids, on the Effective Date of the Agreement, except for pe�s provided by tl�e City as s�ec�ed in 6.09.B. Gity shall pay alI charges of util'rty owners for connections far pro�iding permanent setvice to the Work. B. Cilya�tainedpermitsc�ndlicenses,Citywill obtain andpayfarall permits �.nd 1'zcensesasprovided Fnr iri the Supplemenfary Con.ditions ar Contract Documents. It will be the Confiractor's responsibility ia carry out the provisions of the permit. [f the Contz�actor initiates changes to the Contract and the City approves the changes, the Contractor is responsib�e for obtaining clearances and coordinating wiih the appropriate regulatory agency. The Ci�y will not reimburse the Contraotor for any cost associated with tnasa requiretxzents of any City acqu�red permrt. The follawing are permits the City will obtain if required: 1. Te�as DepartmentofTransportation Permits 2. U.S. Arm� Corps of �n;gineers Permits 3. Texas Commission on En�ironmental Quality Fermits 4. Railroad Coznpany Parmits C. OutsCanding pe�^mits and licenses. The Ci�y anticipates acquisitian of and/of access to permrts and licenses. Any outstanding permits and licenses are anticipated lo be acquired in accordance with the schedta2e set forth in the Supplementary Conditions. The Projeet SchcduIe $ubmztted by the Contractor iri accordance vvitl� the Coritract Documcnts must cansider any outsta�dang �ermits and [icenses. 6.10 La�vs and Regulatians A, Conlractor shall giv�e all notices applicab�e tn the performance o applicable Lavvs and Regulations, required by and shall cornply with all Laws and Regulations F the Work. Except where atherwise expressly required by the City shall not be responsible for mnnitoring Coni�actor's eompltance with any Lar�vs or Regulations, B. If Contractor performs any Woric Icnowing or having reason to know that �t is cantrary to Laws or Regulations, Contractor shaIl bear all cla.ims, costs, lossas, and damages {mclud'mg but not Iimited ta all fees and charges of engineers, architects, attorneys, and other professionals and a� CTTY OF FQAT WOR7'�i STAIVDARDCONSTRUCT[ON SP�C[EICAT[ON DOCUMENTS Revision: 8f1�1 aa��oo-i �E�v�Ra.�coxo�r�oN s Page 28 of 63 court or arb�.ration ar ather dispute resolution costs) arising out of or relaiing to such Worrk. However, it shalI not be Contractor°s responsibility i:o make certaua that the Spec�cations and Drawings are in accordance with Laws and Regulatians, bui this �hal1 not �eli�r�e Cont�'actor of Contractor's obligaiions under• P aragraph 3.02. C. Changes in La�vs or Regu�ations nat known at the time of opening of Bids having an effect on t4ie cast or time of performance of the Wo�•k may be the sub�ect of an adjustment in Contract Price or Contract Tinne. 6.11 Taaces A. On a contract awarded by the City, an organization which qualif'�es fQr e�emption pursuant to Te�s Tax Code, Subchapter H, Sectior�s 151.301-335 (as arriended), the Cantractor rraay purchase, rent or lease all materia�s, supplies and equip�rment used or consun�ed m the performance of this contract by issuing to his supplier an exemption certifieate in lieu of the tax, said exemption certif'�cate to comply vvith State Cvmptroller's Rulirig .OQ7. Any such exemptian certificate �ssued to the Contractor in lieu of the tax sha�l be subject to and sk►all coznpiy with the prov�sian �f State Comptraller's Rul�g .Ol l, and any other applicable ruiings pertauvng ta the Te�s Tax Code, Subchapter H. B. Te�s Taxpermits and informatinn may be obtained frorz�: l. Cornptroller of Publ�c Accounts Sales TaxDivision Capitol Sta�ion Austin, TX 78711; or 2, htt llwww.window.state.tx.us/ta�fo/taxforms/93-forms.html {.12 Use of Site and OtherArea.s A. Lirriitation on Use of Site and OtherAreas: 1. Contractor shall confine canstxuction equipment, tiae storage of materials and equipment, and the operations of workers to the Site and other areas permi�ted by Laws and Regulations, and shall not unreasonably enclunber the Sne and otlner areaswith construction eguipment ar other materia�s or equip�nent. Coni�ractor shall a�sume full responsibility for any darz�age to any suc� land or area, or to the awner or occupant thereof, ar of any adjacent land or areas resul�ing From the perforn�ance of the Work. 2. At any tirne when, in the judgment of the City, the Cantractor has obstructed or closed ar �s carrying an operations m a portion of a street, right-of-way, or easement gxeater than is necessary for proper execution of the Work, the Ciry may require the Con�ractor to fuvsh the sect'ron on which o}aerations are m progress befare work is corrzm.enced on any additionai area of the Site. CITY OF FORT WORTH STANDARDCONSTR[iCT[ON SPECIP[CATION DOCUMEIYTS Revision: 8f13120'Ll oo�zoo-i GEiVERAL CON� ITf ON S Page 29 of 63 3. ShouId any Damage C�.im be made by any such owner or occ�pant because of il�e performance of the Worlc, Con1ractor shall pramptly atl:empt to reaolve the Damag� Claim. 4. Pursuantto Pa�ag�aph 6.2I, Contr�acto� shall indefnnifycr�td hold hcaYrnless Ciiy, from �nd against all cZaa�s, eosts, Iosses, and damages arisingout of or Yelating to aray claim a� action, legal a� equitcrbde, brought by any such owner or occupant agai�st City, B. Re�noval of Debt�ts During Pet�for�r�nce af the Wa�k; DUrin� the progess of the Woi•l� Contractor shall keep the Site and other areas free fram accumulations of waste materials, rubbis h, and other d�br�s, RemovaI and disposa� of such waste material�, rubbish, and other d�bris shall conform to app�icable Laws and Regula.tians. C. Site Maintenance C`learaing: 24 hours af'ter written notice is givez� td the Cant�•actor that the c.lean-up on th� job sr�e is proceeding in a manner unsaiisfactory to the City, if tl�e Cnntraefar fails to correct the unsatisfactory procediure, the Gity nnay ta�e 5uch direct action as tl�e City deems appropri�te to correct th� elean�up deficiencies cited to the Contractor in the written na�ice (by letter or electronic communicatzon), and the costs of such direct action, p]Us 25 % of such costs, shaIl be deducted from the monies due or to become due to the Contractor. D. Fanal Site Cleanang. Prior ta Pinal Acceptance of the VJork Contractor shali clean the Site and the Work and make it ready for utilization 6y City or adjacentproperty owner. Atthe completion of the Work Cantractor shall remove from the Site a!] tools, app�iances, constructtan equipcnent and machinery, and surplus mat�rials and shaIl restore to orig�rzal conditinn or b�tter all property disturbed by the Wa��k. E, Loading Structtares: Contractor shaIl not laad nor permit an.y part of any strucit�re to be loaded ir� any manner that will endanger the structure, nor shall Contractar subject any parE of the Wark or adjacent praperty to stresses or pressures t�at v�i� endanger it. 6.13 Reeord Docurnertts A. Contractar shall maintam in a sa% place at tha Site or ir� a place designated by the Contractor anc! appra�ed by the City, one (1) record copy af all Drawings, �pee�ca�ions, Adc�enda, Change Orders, Field Orders, and written int�rpretations and clarifcations in good order and annotated to show changes made du�-ing constt�action. These recard documents togeih�r with aI! approved Samples and a courrterpart of a�l accepted Submittals w�ll be available to City far reference. Upon comple�ion of the Wark, these record documants, an� operation and mairitenance manuaIs, and Submittals will be delivered to City prior to Firaal [nspection, Coniractor shaII include accurate locations far buried and �nbedded items. 6. I4 Safety and Pratection A. Contractor shal� be solel� responsible fdr initiating, main�aining and supervising aII safety precautions and programs in cannection with the Worl�. Such r�sponsibility does not relieve Subcontractors of' thei� responsbility for the safety of persons or property i� the perforinanc� of the� work, nor for compliance with applicable safety Laws and Regulations. Contractor shall Cl'TY OF FOTtT WOR7'I3 STANDALiDCONSTaIICT[ON 5P6CIF[CATTON DOCL)MENTS Revision: &�3(1b21 0072OD-I GENERALCONQITION S Page 3� af 63 take all necessary precautions for the sa�ety �f, and shall provide the necessary protection to prevent damage, injury or loss ta: 1. all persons on the Site or who may be aifected by the Work; 2. ail the Work and materials and equip�nent to be incorporated therein, whether in storage on or off the Site; and other property at tha Site or ad,�acent thereto, ine�uding trees, sllrubs, lawns, walks,. pavements, roadways, structures, utilities, and Underground k`aciIities not designated far rerr�ova�, relocation, or replacement in. the course of co�truction. B. Contractor shall comply with all applicable Laws and Regulations rel�ting to the safety af persons or property, or to the protection of persans or prpperty fro� damage, mjury, or loss; and shall erect and maintain av necessary safeguards �or such. safety and proteetion. Cant�actor shall notify nwners of adjacent prope��ty and of Underground Facilrties and other utilrty owners wher� pro,secution of the Wark may affect thern, and shall cooperate with them ir� t�►e protection, removal, relocation, and replacement of their property. C. Contractor shall comply witl� the applicable requirements of Gity's safety programs, if any. D. Conlractor shall infarm Ci�y of tl�e specific requirernents of Contractnr's safeiy program, if any, with which City's emplayees and representatives m.ust comply whzle at the Site. E. All damage, i�jury, or loss to any property xeferred to in Paragraph 6.I4.A.2 ar 6.14.A.3 caused, directly or indirectly, in whole or �► part, by Cantractor, any Subcontractor, Supplier, or any ather individua� or entity directly or indirectly employed by any of thena to perform any af tl�e Work, or anyone for whose aets any of them rr�ay be liable, shall be reme�lied by Caniractor. F. Contractar's duties and respomsibilities far safety and far protection of the Work sha]I continue unti� such time as au the Wark is completed and City has accepted the Work. 6.15 Safety Represeniative Contractor shall inform City iri writing of Contractor's designated safety representative at the Srte. 6.16 Haza�d Communicaiion Pragrams Cantractor shall be respansible for coardinatir�g any excI�ange oi rnaterial safety data sheets or other hazard cammunication infarmatian requi�ed to be made avail�ble to or exchanged beiween or among employers iri accordance with Law�s or Regulations. 6.17 EmeNgertcies and/ot� Reci f cation A. In emergencies affacting ihe safety or protection of persons or the 'Wark or properLy at the Site or adjacent thereto, Contractor is abligated ta act to preeent threatened danaage, injury, or loss. Cantractor shall give City prompt written natice if Contractor believes that any significan.t crr� oF rot�T wnx� STANDARDCON3TRUCTIOIV SPECIFTCAT]ON DOCi.J11A�NTS Revision: 8/��1 007200-1 GENERAL CQNDITION 5 Page 3 l of G3 changes in the �ork or variatzans fram the Contract Dacuments have been caus�d thereby ar are requu•�d as a result thereo£ If City determines iha.t a change in the Cantract Dacuments is rec�uired bacause afthe action taken by Coniractor in response to such an ernergency, a Change Order may be issued. B. Should the Contractor faiI to respond to a request from the City io rectify any discrepancies, omissions, or cozrection necessarytio canfarm. with the requ�rements of the Contract Documents, the City shalI gi�e th� Contiracfor writ�en notice that suck� work or changes are to be perform�d. The written notice shall direct attentian to the discrepar�t condition and request fihe Contracior to take remedial action to correct the condition. In the e�ent the Contractor does not taka pasiti�e steps to fulffll this written request, or does not show just cat�se for nat iaking the proper aetion, within 24 hours, the City may take such rernedial action with Czty fnrces ar by contract. The City shall ded�ct ara amount equal to the entire costs for such remed�al action, pl�s 2.5%, from any funds due ar become due tI�e Contractor an the Project. 6.I S Sub�niitcrls A. Contractor shall submit required Submittals to City for review and acceptance in accardance with the accepted Schedule of Submittals (as required by Paragraph 2.�7}, Each submittal will be ident�ied as Ciry may require. 1. �ubmit number of capies specified in� the General Requuem�nts. 2. Datashawn an the S.ubmittals vvill be com�lete with resp�ctto quantities, dimensions, specified perfarmance and desigm criteria, materials, and similar data to show City the sez•vic�s, i�aterials, and equipm�ni Co�tractor propases to provide and to enable City to review the information for tl�e limited purpos�s rec�uired by Paragraph 5.18.C. 3. St�brnit�als submitted as her�in provided by Contractor and r�;viewed lry City far confo.rmance with the design cancept shall be execuied in canformity wi�h the Contract Documents unle.ss otherwise required by Cit}�. �. When Submittals are submi�ed for the purpose of sho�ving the i�stallation in greater detaiI, their review shall not e�cuse Contractor from requirernents shown on the Drawir�gs and Specificat�ons. 5, For-Infaz-mation-Only submittals upon which the Czty is not expected to conduct review ar take responsive action rnay be so identifiad in the Con�ract Doc�arrients. 6. Submit required numb�r of Samples specified in th� Specif'ications. 7. �Iearly i�ientify each 5a.mple as tn material, Supplier, pertinert� data sueh as cata�og numbers, the �ase far which intended and ofiher data as Czty nnay require ta enable City to re�iew the submittal for the limited purpnses required by Paragraph 6.18.C. C1TY pE' FORT WqRTH STA�IDARDCONSTItUCTIpN SPECIFICA�']OtJ DOCLTMENTS Kcvision: 8Q3f1.�1�1 aa�zoo-i GE�IERALfANI71TI0N 5 Page 32 of 63 B. Where a Submittal is raquired by the Contract Docurtients or ihe Schedule of Submittals, any relateci Work performed prior to Ci�y's review and acceptance of the pertirient submitta! wi� be at the so�e expense and responsibility of Cantractor. C. City's Review: 1. City will pravide timely raview of req�aired Subxnittals in accordance with the Schedule of Submittals acceptabfe to City. City's review and acceptance w�11 be only to determine if the rtems eov�rad by ih.e submittals will, after instaUation or incorporation m th� Work, conf'orrr� to ihe infarmation given un the ContractDocuments and be cornpatible with the design coneept of the cornpleted Project as a functionin� vvhole as indicated by the Contract Documents. 2. City's rer�iew and acceptance will not extend to means, methods, teci�ttiyues, sequences, or procedures of construction {exeept where a pariic�lar rneans, method, technique, sequence, or procedure of construction is speci�'ically and expressly ca�led far by the Con�act I]ocuments) or to safety precautions or progratns iincident thereto. The review and acceptance of a separate itern as such will nat indicate approval of the assemta�y an whicl� the itenn functions. 3. City's review and acceptance shall not relieve Confractor from. responsbility for any variation from the requirements af the Con�raci Docurnents unless Cantractor has complied with t11e requirements of Section O1 33 00 and City has gi�en written acceptance of each such variation by specif"ic wrilter� nota.tion thereof incorporated in nr accarnpanying the Submittal. City's review and acceptance shall n.ot relieve Contractor frorn responsxbi]iry %r complyu�g with tlae requirements of the Contract Docurnents. 6.19 Continuangthe Work Except as otherwise provided, Contractor shall carry on the 'L�Vork and adllere to the Project Schedule duri�g alI disputas or disagreements wi�h City. No Work shall be delayed or postponed pending resolution of any disputes or dasagreernents, except as City and Cantractor may ot�.erwise agree in writing. 6.20 Cont�actor's Gene�al War�anty and Gua�antee A. Contractor warrants and guarantees ta City that all Work will be � accordance with th� Contract Documents and will not be defective. City and its officers, directors, members, partners, ezn.ploye�s, agents, consul�ants, and subcantractors shall be entitled to rely on representation of Cont�ractar's warranty and guarantee. B, Contractor's warranty and guarantee hereunder excludes defects or damage causeci by: 1. abuse, moci�'ication, or improper maintenance or operatian by persons other than Contractor, Subcontractors, Suppliers, or arzy oth�r individual or entity for whom Contractar is responsible; ar CITY OF FORT WORTH STANAr1RDCONSTRiICT]ON SPECIFICATI03J DOCL1ivf6NTS Revisian: 82"3f�D21 ao�zoo-i GENERALCQNtifTIONS Page 33 of 63 2, narmal wear andtear under normal usage. C. Contraetar's obligation to pexf'orm and camplete the Worlc in� accordance with the Con�ract Docuxnents shall be absolute. None of the following will cor�stitute a� acceptance of Work that is nqt in accordance with thE Contract Documents ar a release af Contractor's obligai:ion to perform the Work in accordance with the Cantract Documents: 1. observatians by Ciiy; 2, recorrux�endation or payment by City of any progress or f�nal paymeni; 3. the issuance of a eerti#"tcate o� Fir�al Acceptance by City or any payrnent related thereto by Ciry; 4. use ar occupan.cy of the 1Vork or any part thereof by City; 5, an� review and acceptance of a Subrnittal by City; 6. any �nspectior�, t�st, ar approval by others; or 7. any correctinn of defective Work by City. D. The Contracior sha�l remecEy any defects ar damages in the Work and pay for any damage io other �vork or property resulCing therefrom which sha�l appear within a period af twa (2) years from the date of �'inal Acceptance a�th� Warl� unless a�onger period is specified and shall furnish a good and sufficieni maintenance bond, camplying with the requirements of Article 5.02.B. TIae City will give notice af n�served defects �ith reasonable promptness. 6.21 Indemnificatian A. Cantraetor covenants and agrees to indemnify, hold harmless and defend, at its vwn expense, the City, its o�cers, se�r-vants and employees, fram and against any and all cla�itns arising aut of, or alleged to arise out of, the work and services to be performed by the Contrac�or, its nfficers, agents, employet�, subcontractors, licenses or invitees unc�er this Contxact. THIS TNDF.MNTF�C��N PRnVI�inN T� �PF['`iFTC'Ai T v ��v�FNn� (}PERATE AND RF, F,FFT. ,TIVIt; F.VF'.N TF r� Ai 1 F T D OR PRnVFN THAT AT.I nR �OMF (}FTAF DAMA .F,� RFTN TSn[TCHT WFRF C'AiTCF]� ��LWHQr Ti ()R rj� PART. RY ANY ACT. OMT�STnN OR NF.(TI,T(TFN �F TAF ITY. This indemnity provisio�n is intended to include, wvithaut l�itation, indemnity for cnsts,ex�nsesand legal fees incurred by the City in defe.r�ding against such clai�pas and causes ofactions. B. Contractorcovenanfs and agrees to indemnifj7and hold harmless, at its own expense, t�e City, its o�cer�, servants and ernployees, frorn and against any and al� loss, damage or destruct�nn of property of the City, arising ouf o� or alle�ed to arise out o�', the vcTork and services to b� perforn�ed by the Contractor, its o�cers, agents, employees, subcnntractors., licensees or invitees �[nder this Contract. THI� TNnFMNTFiC'.ATi(1N PRnVrC7(lN T.�c CITYOF PdRT WORTH STANDltRDtANSTRUCT[QN SPECIFICA7'fON DpCUMEI�ITS Revision: &2320Z1 aa �z oo - i GENERALCAN�ITE�N S Page 34 of 63 ' � _ \ 1 _ _ 1 1 1 ' - `s — - :- \ i . - -'"Y- - - �I I _ I � If_f► -- - I+i� ':1 / ► �-=- i: _1 I_ i_ _� 1:1/-=-- �- --► _ _1 l�.Ji_ +al : _ 1 �I r 1 � � 1� ` _' ' —� - = � _ - 1 1/ _ _ _ � ► � : 1 \ � -� - 6.22 Delegation of Professianal De.sign Se�vices A. Contractor will not be requir�d to provide professianal design ser�vices unless such services ai� specificaUy reguired by the Contract Docurnents for a portion of fhe Work or unless such services are required to carryout Contractor's responsibilrtias for construction means, methods, techniques, sequences and procedures. B. If professional design services or certifications by a design professional reIated tc� sys�ems, materials or equi�ament are spec�ically required of Coniractor by the Cnntract Documents, City will specify alI performance and d�sign crrteria tha.t such services must satisfy. Contractor shaIl cause such services ar certiffcations to be provided by a properly licensed prafessional, whase signature and seal shall appear on all dra�ings, ealcuIaiions, speeif'ications, certifieations, and Submii�a�s prepared by such professional. Submittals related to the Work designed or c�rtif'ied by such professional, �' prep�.red by others, shall bear such pra%ssional's wri�ten approval when submitted to Ciry. C. City shall be entitled to rely upon the adequacy, accurac� and completene�s of the services, certif'�cations or approvals performed by s�ch design professiona�s, pravided Ciry kias specified ta Contractor performance and design cr�teria tl�at such sezvices mu�t satisfy. D. Pursuantta this Paragraph 6.22, Ciry's review and aceepiance af desigt� calculations and design cirawings will be anjy for the litniied p�.urpose of checking for conformance with pert'orrnance and design criteria gi�en a�d the design concept e�ressed in the Contract Documents. City's review and acceptanc�, of Subrnittals (except design calcu�ations and design draw�gs} will be only for the purpose stated in Paragraph 6.18.C. 6.23 Right to Audit A. The Contractor agrees that the City sha�, untii the expiration of three (3} years after %nal payment under tivs Contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers, and records of tk►e Contractor involv�ing transactions relating to this Coniract. Contt'actor agrees that the City shall have access during Regular Wor�cing Hours to all necessary Contractor facilities and shall be pravided adequate and appropriate work space m order to conduct audits in compliance �with the provisions of this Paragraph. The City $hall give Contractor reasonable ad�ance noiice of intanded aud�s. B. Contractor further agrees to include in all �ts subcontracts hereurider a pravision to the effec�that the subcontracior agrees that the City shall, until tha e�iration af three �3) years after final payrn�nt under this Contract, have access to and the right to examine and phatacopy any directly pertinent books, documer�ts, papers, and records of such Subcontractor, involving transactions ta the subcontract, and fiarther, ihat C�ty shall have access during Regular Wnrking Hour� to all C1TY OF FORT WdRTH STAN77ARDCDNSTRUC?IOM SPECTF[CATION AQCUMENTS Revisinn: 8rL3C�121 6p7240-1 GEN�RqLCON�ITIONS Page 35 of 63 Subcontractor faciiities, and shall be pravided adeyuate and apprapriatc: worlc space in order to conduct audiis in compliance with the provisions of tl�is �'aragraph. The City sh�U give �ubcontractor reasonable advanee n.otice of intended audits. C, Coni�actar and Subcontractor agreeto pho�ocopy su�h documenis as may be requ�sted by the City. The City agrees to reimburse Contractor for the cost of the eopies as follows at the rate pubIished in the Texas Administrative Code in eFfect as af the tu�rae copying is p.erformed. 6.24 Nondisc�imination A. The City is respnnsible for operating Public Trarasportaiion Programs and implementing tiransit- re]ated projectis, which are funded in part with Federal financial ass�stanee awarded by ihe U.S. Department of Transportatzon and the Federal Transit Aclministratioi� (FTA}, vi,rthaut discriminating against any person in the United �tates on the basis of race,color, or natinr�al arigin. B. Title VI, Civil RrghtsAct of 1964 r�s canzended. th� Act and the Regulations as furkher defined receivi�g Fed�ral ass�stanc�. Contractor shall coinply with. the rec�uirements of ita the Supplenaentary Condrtions far any �roject ARTICLE'� — OTHER �VORK AT THE SITE 7.01 Redated Wark atSite A. City may perform ather work related to the Project at tile Site with City's ezxyployaes, or other City contractors, or through other direct contz��cts therefnr, or have other wark performed by uiili�y o�vner�. T� such other worlt is not r�oted in the Contract Documents, then written notice thereof will be given to Con�ractor prior to startit�g any such other work; and B. Contractor shall afford each other contract�r who is a party tn such a dieect cantract, each utility owner, and City, �' City is perfor-ming other worlc wi�h Ciry's emplayees ar other City coniractors, proper and safe access t�the Site, provide areasonable oppnrtunity for the introc�uction and storage of materials and equipment and the execution of such other worlc, and properly coordinate the Work with tneirs. Coniractor shall do all cutting, fitting, and patcI�ing of the Worlc that rnay be required to properly conneei or otherwise rnake its several parts come tagether and properly integrate w�th such oti�er vvork. Contracto�• shal! not endanger any work oi others by cuttir�g, excavating, o�• otherwise altering such work; provided, however, tbat Contractor may cut or aher others' wark with ihe wrzttan consent of City and the others �vhose work will be affected. C, I�the proper execution or resuIts af any part of Contractor's Work depends upon wark performed by others under this ArticIe 7, Contracfior shali inspect such ofil�er work and pramptly report to C�ty in vvriting any delays, de:Fects, or def�ciencies in such oth�r wark that render i� unavailable or unsuitable for the proper execution and results of Con�ractor's Work. Contractor's failure to so report will consiitute an. acceptance of such other work as fit and proper for integratian vtTith Contractor's Work e�cept for lateni defects in the wark pxovided by others. CTI'Y OF FORT WORTH STANDARDCONSTnUCTION SPEC[FICAT[ON DOCUNiIENT5 Revision: $Q,312p21 0072UO-I GENERAL CONDITION S Fage 36 af 63 7.02 Coordination A. If City mtends to contract wi�h others for the perfozxnance of other work on the Pro�ect at the Site, the Followiing will be set forti3 in Supplementary Cond�tions: 1. th.e individual or entity who will ha�e authority and respons�biliky for coordimat�an of the acti�ities amon� the �arious contractors will be identified; 2. the specific n:�atters to be covered by su�h au�ority and responsibility will be itemized; and 3. the e�tent of such authority and responsibilities wi1! be provided. B. UnIess othervvise pra�'rded in the Supplein�ntary Conditions, City shall have autl�ority far suc� coord�ation. ARTICLE 8 — CXTY'S RESPONSZBTLITIES 8.01 Com�unications to Co�atractor Except as �therrvise pro�ided 'm the Suppieznentary Conditions, Ciry shalI issue all comrnunications to Contractar. 8.02 Fu�nish Data Ci�ky shall timely furr�ish the data required under the Contract Docum�nts. $.03 Pay YVhen Due City sha11 make paymenis to Contractor in accordance w��th Article I4. 8.04 Lands and Easements,• Reports and Tests City's duties witiz respect to providing lands and easements and providir�g engineering surveys to estabiish reference points are set forth in Paragraphs 4.01 and 4.05. Paragi•aph 4.02 refers to City's identifying and rnaldng availab�e to Cantractor copies of reports of explara�ions and tests of subsurfaGe conditxons and drawings of physical conditions relatmg to existing suriace or subsurface structures at ar contiguous ta the Site thai have been utilized by City in pre�aring the Cont�•act Docuzxients. 8.05 Change D�ders Ciry shall execute Change 4rders in accardance with Paragraph 10.03. 8.06 Inspections, Tests, and Approvals Ci�ty's responsibilit� with respect to certa� inspections, tests, and approvals is se� forkh in Paragraph 13.03. C1TY QF FOK'I' WORTH STANDARDCONSTRUCT[ON SPECtFICATION DOCi.FMENTS Revisian: 84321711 aa �2 oa - i GENERALCON�ITI�NS Page 37 nf 63 8.07 Lirraitations on City'�s Responsibilitt'es A. The CRy shall not supervise, direci, or have control or authority over, nor be responsible for, Cantractor's means, �nethads, techniques, seQuences, or proeedures af construction, or the safe .ty precautions and programs inciden� thereto, or far any failure of Con�actar to comply with La�rs and Regulatians applicab2e to the pe�armance of the Wark. City wilI nat be respons[ble for Contractor's faiIure to per%nn the �Vark in accardance with the Contraet Documents. B. City will notify the Contractor af applicable safety plans pursuan� to 1'aragraph 6.14. 8.08 Undisclosed Haza�dous Enviromnental Candition City's responsbility with respectta an undisc�osed Hazardous Environmental Condition is set forth in P aragraph 4.06. 8.09 Compliance with Sc�fety Program While at the Site, City's employees �.nd representatives shalI co�nply with the specific applicable requirements of Contractor's safety programs of which City has 6een inforined puzsuant to 1' aragraph 6.14. ARTICLE 9-- CITY'S QBSERVATION STATUS DURING CONSTRUCTION 9.01 City'sProjectManager City wiIl provide one or inore Project Manag�r(s) during the construction period. Tli� duties and responsibilities and the limrtations of authority of Ciiy's Projec# Manager dt:u•mg eonstruction are set forth in the Cont�act Docurrients. The City's Project Manager far this Contract is identif"ied in t.he Supplemet�tary Conditions. 9.02 Visits to Site 1�. City's �roject Manager will naake visits to tke Srte at intervals appropriate to th� various stages of construction as City deezns necessaz�y in o�•de.r to observe the progress that nas been mad� and the qual�y of the varioUs aspects of Contractor's executed Work. Based on inf"ormation o[�tained during such v�siis and observations, City's Project Mana�er will detertx�ine, in generai, if the War� is proceeding in accordance vvith the Contract Dacurnent�, Gity's Project Mal�ager wiII n�t be required to make e�haastive or continuaus inspections an t�e �ite to check the yuality or quantity o� the Work, Ciry's Projact Manager's efforts will be directed tnward providing Cit� a greater d�gree af conf'idence that the connp�eted Work wiI� confarm generally to the Cont�eact Documents. B. City's Project Manager's visits and obser�vations are subject ta aIl the limrtations on authority and responsibiliry in the Contract Dacuments includie�g those set forth in Paragraph S.a7. CTTY OF FORT WQRTH STANI7ARDCO�S57'RUCTION SPECCFICATION bQCUM�NTS Revisinn: 82"�1D21 D07200-1 GE[�ERALCONQITkON S Page 38 of G3 9.03 Axstho�ized Yariations in Wark Ciry's Project Manager may author�ze mirior variations an the Work from the requirerr►ents of the Cont�ract Docuznents wvhich do nnt invol�e an adjtastinent i� the Contract Price or tl�e Contract Time and are compatible with the design concept of the completed Projec� as a functioning whole as indicated by tha Contz'ac� Docuznents. These may be accompli�hed by a�'ield Order and wil! be bmding on City and a�so on Contractor, who shall p�rform the VVork involved promptly. 9.OG RejectingDefective Wo�k Cily vviil have authority �o reject Work which City's Praject Manager beiieves to be de�eciiv�, or will not praduce a completed Project that confornns to the Contract Documents or that will prejudice the integrity of the design concept of the completed Prnject as a functioning whole as indicated by the Contract Documents. City will ha�e authar�.y to conduct speci�l inspection or iesting of the Work as provided i�r� Article 13, whether or not the Work is fabrieated, installed, or campleted. 9.05 Daterminations fo� Wa�k Performed Contractor will deterrriine tha actual quantities and classifications of Work perfarmed. Cit�'s Project Manager wi11 review with Contractor the prelnninary determinations on such matiers befare renderirig a written recornmendation. City's written decision wili be final (exeept as modifed to reflect changed factual condition.s or more accuraie dataj. 9.06 Decisions an Requireme�ats of Cont�act Documents and Acceptability of Work A. City will be the initial interpreter of'the requiremen.ts of the Co�tract Documen�.s and judge of the acceptabili�y of tha Work thereUnder. B. City will render a wr�en decision on any issue referred. C. City's written decisian on the issue refexredwill be final and k�inding on the Contractor, subject to the provisions ofParagraph 10.06. ARTICLE iD — CHANGES IN THE WORK; CLAIMS; EXTRA WORK 10.0� Authorized Changes� in the Work A. Without invalidating the Contract and without natice to any surety, City may, ai any tiix�e or from time to time, order Extra Work. Upon notice o� such E�tra Work, Contractor shall promptly proceed w�h the Work invol�ed which will be perforrned under ihe appl�cable conditinns of the Contract Documents {except a� otherwise specifically provided). Extra Work shall be mernari�lized by a Chazage Order which may ar may nat precede an order of E�ra r�vark. B. For minor chan.ges af Work not requiring changes to Co�tract Titne or Contract Price, a�i�ld Order may b� issued �y t�e City. C1TY OF FORT WOR'I�I $i'ANDARDC�NSTR[�CTIOM SPECIFICATION DOC[IIVIENT3 Revision: B�l3tI�21 0072D0-1 G�NERAL CONDI�f 10iJ S Yage 39 of G3 1Q.02 Unautho�ized Changesin th¢ YYo�k Contractor shall not �e entiiled to an incr�ase in tha Contract Price or an exten.sion oi tl�e Contract Tiane �ith respectio any work pet-#'ormed that is not required by the Con�-act Documents as arnended, zno.dified, ar supple�nented as provided in Paragl•apk� 3.04, except i� the case o� an emergency as provided in Paragraph 6, I7. 10,03 Execution ofChcrnge Orders A, City and Contractor shall ex�eute appropriate Change Orders co�ering: changes in the Work which are: (i} ordered by City pursuant ta Paragraph 10,�1.A, (,u} required because of acceptance of d�fective Work under Paragraph 13,08 or City's correction of defective Work under Para�raph 13.09, ar (2ii) a.greed to by the parties, 2. char�ges in the Cant�raci Price or Contract Time which are agreed to i�y the par�ies, irzcluding any undisputed sum or amount oftime £or Work actually performed. 10.04 Extr�a Work A. Should a difference arise as to what does or does not constitute Extra Work, nr as to the payment thereof, and the City insists upon its performance, the Contraetor shall proceed with the worlc after mal�ing written xequest for tivritten arders and sk�all keep accurate account of the aetuaI reasonahle cost therea£ Contract C�aims regarding Extra Work shalI be made pursuant to Paragraph i0.06. B. The Contractor shall �urnish the City such installation records of alI deviatians frnm the original Contract Docuinents as may 6e necessazy to enable the City to prepare far permanent record a carrecfed set of plaz�s showing tl�e actual instaIlation. C. The compensation agreed upon fflr E�ra Work whether or not initiated by a Change Order shall be a full, compRete and fit�aI payment for all costs Contractor mcurs as a result or relaiing io the chang� or Extra Worlc, whether said eosts are lcrtown, unknawn, fareseen or unforeseen at that time, it�cl�ding without Iimitation, any �asts far delay, extended overhead, z•ippl� or irzipact cost,. or �.ny other effect on changed ar unchanged work as a result af the change or ��ra Work. lO.OS Natification to Surety If the prov�sions of any bond require notice to be given io a surety of any change affectir�g the general scope of the Wark vr the provisions of the Contract Documents (including, but nat limited to, �antract Price or Contract Time), the gi�ing of any such notice will be Contractor's responsibility. The amourat of each applicable bond wi11 be adjasted by the Cantractor to reflect tI�e effect af any such ehange, C1T Y OF F pRT WORTH STANI7ARDCONSTRUCTION SPECIFCCATI6N DOCUNIENTS Revisian: 823/20'LI 0072d0-1 G�N�RAL CON�ITIQN 5 Page 40 of G3 I0.06 Cont�act Claims Process A. City's Decision RequiNed: A!1 Con�ract Claims, except those waived pursuant to I'aragraph 14.09, shall be referredto the City far deci�ion. A decisian by City shall be required as a condrtion precedent ta any exercise by Cont�'actor of any rights or remedies h$ may otherwise ha�e under ttre CQntract Dacunnents or by Laws and Regufations in respect of such Contract Claiuns, B. Notice: l. Written notice stating the gene�•al nature of each Contract C1aim sha�l be delivered by the Contractor to City no iater than 1 S days after tha start of the event givir�g rise thereta. The responsibility to substant�ate a Contract Clairn shail rest with the �arty rriaking the Cantract Claim. 2. Nntice of the amount or ex.tent o�the Contract C1aim, witl� supporting data shall be de�ivered to the Cit}+ on or befare 45 days frazn the start of the event grving rise thereto (un'less the City aliows addikional time for Contractor to submit acidi�ianal or more accurate data in support of sueh Con�ract Claina). 3. A Contxact Clajm for an adjustment in Contract Price shall �e pre�ared iri accardance �vith the pro�visions of Paragraph 12.01. 4. A Contract Claim for an ad�ustment in Cnntract Time shall be prepared in accordance v�rith the provisions of Paragraph i2.02. 5. Each Contract Claina shall be accompanied by Contractor's v�rit�en statem.ent that the adjustment cl�imed is the eniire adjustment to which ti�e Coniractor believes it is en.titled as a result af said event. 6. The City shall submi� any respons� to the Contractor withjn 3d days after receipt of the c�aiunant's last submittal (unless Cont�a�t allows additional t-ime}. C. City'sAction: City will review eachContract Claim and, within 30 da�s after recei�t of the last submitta� of the Cont�actar, if any, take one of the following actions in writing: 1, deny the Contract Ciairn in vwhole or in part; 2, approve the Contract Claim; ar 3. n.ot�y the Contractor that the City is unable ta resolve the Contraet Claim if, in the Ci�y' s sole c�iseretion, it would be inapprflpriate for the Ci�ty to da so. �'or purposes of further resolution of the Contract Claim, such notice s�iall be deemed a denial. CITY OF FORT WORTH STANi3ARDCDNSTR[1C'f]aN 5PSCIFICATIO.N DDCiTMENTS Aev i s i on: 81L'�'20'l l oo�zao-i GEN�RAL OONbITION S Page 4 i of 63 D. City's written action under Paaragraph 10.06.0 wilI i�e final and binding, Un1�ss City or Contractor invoke the dispute resolufion pracedure set farth in Article 16 within 30 days of such action or den�I. E. No Contraet Cla.im for an adj�astment in Contract Price or Contract Tune will be valid if noi, submiite.d 'ut accordance with this Paragraph 10.06. ARTICLE 11— COST OF THE WORK; ALLQWANCES; UIYIT PRICE WOR�; PLANS QUANTITY M�ASUREMENT 11.01 Cost of the Wo�k A. Costs Included: The term Cost of the Work means the sum af all costs, except tl�ose excluded in Paragraph 1 I.Q1.B, necessari�y incurred and paid by Contractor in the proper perFormance of`tY�e Work. Vk�hen the �alue oF any Wark covered by a Change Order, tk�e costs to �e reimbUrsed to Contractor will be only those addzt�onal or increm�ntal costs required �ecause of the change in the Work. Such costs shall not inelude any of the costs itemized in Paragraph I1.O1.B, and shalI inc�ude but nat be limited in the following items: l. Payrol! cost� for employees in the direct ernploy af Contractor in the performanee of the Work under schedu2es of job class�ficatzor�s agreed upon by City and Cantractor. Such employees shall include, wi�hout lirnita,tion, superint�ndents, foremen, and other personneI ernployed full time an th� Wark. Payrall costs for employees n.ot emplayed ful� tune on the Work shal� 6e apportzoned on the basis of their time spent on the Work. Payroll costs shall include.; a. salaries with a 55% markup, or b. salaries and wages plus the cost of ir�ge bene�ts, whicn shaII include social security contributions, unemployrr�ent, excise, and payroll taxes, u�ork�rs' carnpensation, health and retireineni berzefits, bonuses, sick Ieave, vacation and holiday pay applicable thereto. The expenses of performing W ork outside of Regular Working Haurs, Weekend Working HoUrs, or legal holidays, shaI! be inc2uded in the aba�e to the exten.t autharized by Ci�y. 2. Cast of alI materials and equipment furnished and ir�carporatec! in the Work, including costs of transportatian and storage thereof, and S�ppliers' field sez�vices �•equired in connection therewith. 3. Rentals af all construction equipinent and rr�achinery, and tl�e parts thereof whether rented fram Contractor o�� otl�ers m accordance with rental agreements approved hy City, anc! tha costs af transportation, loading, un�aading, assembIy, dismantlir�.g, and removal thereof. All such costs shall be in accordance with the terins of said rental agreerrxents. The rental af any such eQuipment, machitl�ry, or pa�ts shall cease when the �ase thereof is no longer necessary for the Wnrk. ctTY or FoxT wo�trFr 5Tf1,I�TDARDCQNS7RZICTION SPECIFICATION DOCl1M�NT$ I�evision; 8�l 067200-1 GEIVERAL CDN�ITION S Page 42 of 63 4. Payments made by Contraator to Subcontractors for Work perfortned by Subconiractors. If required by City, Cantractor shal� obtain competrtive bids from subcontractors acceptable to City and Cantractor a��d shall deliver such bids to City, who will �hen determine, W�1ICI1 �?1d5, if any, wzll be acceptab�e. I� any subcont�act pro�ides that the Subcontractor is to be paid on the basis of Cost of the Work plus a fee, the Subcontractor's Cost of the Worlc and fee shall be determined in the same manner as Contractor's Cost of the `]Vork and fee as provided in ti�is Par�graph 1 LOl . 5. Costs of spec�al �onsultants {including but not limited to engineers, RxCI71�C�5, iesting laboratories, surveyors, atiorneys, and acc4untants) em�a�oyed for services specifically related to �e �ork. 6. Supplemenial costs including the following: a. The proportian of r�ecessary transportatinn, travel, and subsist�nce expens�s of Canfiractor's employees incurred in discharge of duties connected wi� the Work. b. Cost, including iransportation and inaintenance, of all rtaaterials, supplte�, �quipment, machinery, appliances, office, and temporary facil�i�s at the Site, and hand tnols not owned by the workers, whick► are consumed in the performance of the VL�ark, and cast,less market value, of such items useci b�t n.ot consumed which renaain the property nf Cantractor. c. Sales, consumer, use, and other sirrular taxes re�ated to the Work, and for which Contractor is iiabl� not eovered ur�der Paragraph 6.11, as ir�posed by Laws and Regulations. d. Deposits last fnr causes other than negligence of Contractar, any Subcontractor, or anyane d�rectly or indirecily ernployed by any of them or far whose acts any of them rnay be liable, and royalry payments and fees for permi�s and lieenses. e. Losses and damages (�nd related expenses) caused by damage to khe Wark, not compensaied by insurance or otherwise, sUstained by Contractar in eannection with the performance of the Work, provided such lass�s and damages have resul�ed from causes othex than the negligenca of Contractor, any �ubcontractvr, or anyone directly or mdirectly employed by an� of them nr for whose acts any af them may be liable. Such losses �hall include settlernents made wit4� the written consen.f and approvaj of City. No such losses, damages, and expenses shall be included �n the �ost flf the Wark for the purpase of deterz�r�in�g Contractor's fee. f. The cost of uiil�ies, fuel, and sanitary faciuties at t�e Site. g. Mir�or e�penses such as te�egrams, long dista.nce telephone calls, telephone and commurucation services at the Site, express and courier services, and sim�ar petty cash items in. conneciion with the Wark. crrY o� Foxr �voR� STANDARDCQNSTRIICTION SPECIFICATION DOCi1MEl�i'T'S R ev is i on: 8iZ3�?�l"L l oo�z4o-i GENERALCONDIT ION 5 Page 43 of 63 h. The costs ofpremiums for aIl bonds and insurance Cantractor is required by the Cantract Documents to purchase and mainta.in. B. Costs Excluded: The tezzn Cost of the Work shalI not inc�ude any of ihe following hems: Payro�l casts and other compensation af Contractor's Qf�cers, executives, principals (of partnerships and sole proprietorships), general inanagars, safety managers, eng�neers, architects, esiimators, attorneys, audi�ors, accountants, purchasit�g and contracting agents, expediters, timekeepers, clerlcs, and other personnel employed by Contractor, whether at the Site or in Contractor's principal or branch ofFice for g�neral admmist�ation. of th� Work and not specifieally iracluded in the agreed upon schedtiile of job class�fications referred to m Paragraph 11.OI,A.1 or spec�call� co�e��ed by ParagrapI� t1.41.A.4, all of which are to be cansidcred adxxiinistrative costs cnvered by the Cantractor's fee. 2. E�penses af ContracYo�•'s prmcipal and branch offices other than Contraetor's of�ce at the Si�e. Arry par� of Contractar's capital �xpenses, including interest an Contraetor's capital employ�.a %r fhe Work ai�d charges against �antractor for delinquent payments. 4. Costs due to the nagligence oi' Contractor, any Subcantractor, or anyone directly or indirectly employed by any oi them or for whose acts any of th�rr2 inay be liable, including but not limited to, the carrection oi defective Work, disposal of materials or equipment wrongly supplied, and inaking good any damage to praperty. 5. Other ovethead or general expense costs af any lcind. C. Contr�actor's Fee: When all fhe Work is performed on th� basis of cost-plus, Cantzaetor's %� sha11 be detern���ned as set foz-th in �he Agireement. Wk�en the val�ae of any Work covered by a Change Order for an adjustment in Contract Price is determined on th� basis of Gost of the �Vork, Canfxactor's fee shall be determined as set £arth in Paragraph I2.O1.C. D. Documentatian: Whenever the Cost of the Wark far any purpose is ta be determined pursuanC to Paragraphs � 1.01.A and 11.01.B, Cont�•actor wiil establish and mainfairi records thereof in accordane� with gen�ra]ly accepted accour�ting practices and submit in a forrn accepiable to City an itemized cost breakdown togei�er with supporting data. 11.02 Allowances A. Specified Allowanee: It is understood that Cantractor has iticluded in the Contract Price all allowances so nazned iri the Contrae� Documentis and shall �ause the Work so covered to be performed for such sums and by such persons or entities as may be acceptable td Czty. B. P�e-bidAllowanc�s: 1. Contracior agrees that: CITY OF FORT 1VORTH STANDA.R17�C01�STRUCTION SPECIFICATrON DOCiJMENTS Revisian: 823/10�] 00 72 00 - l G�NERAL CONQITION 5 Page 44 af 63 a. the pare-bid allowances incjude the cost to Contractoz of materia�s and equipment requ�red by the allowances to be delivered at the Si�e, a�d al� applicable taxes; and b. Contractor's costs for unloading and handlmg on the Site, labar, installation, overhead, pro£'rt, and other e��nses contemplated for the pre-bid allowances ha�e bean included in �e aIlowances, and no demand for additional payment on account af any of the foregoulg will be �alid. C. ContingencyAllo�ance: Co�tractor agrees that a contingency allowance, if any, is for the sole use of City. D. Prior to final payment, an appropriate Change Order will be issued tio reflect ac�ial amounts due Contractor an accounfi of Work covered by allowances, and the Con.tract Price shall be correspandingiy adjusted. 11.03 UnitPrice Work A. Where the Contract Docurnents provide that aIl or part of the Wark is ta be Unit Price Work, initially the Contract Price will be deemed to include for all Unit Price Work an amaunt equai to the sum o�' the unit price far each separateiy identir�'�ed i�em of Unit f'rice Work times the estimafed c�uantity of each item as indicated in the Agr�ement. B. The estitx�ated quantities o� itenns of Unit Price Work are not �arant�ed an.d are solely for the purpose of cornparison of Bids and detertnining an initial Contract Priee. Determin�iians of tkie actuai quantities and cla.ssificaLior�s of Unit Price Work performed by Co�tractor wi3l he made by Ciry sub1ect to the provisions af Paragraph 9.05. C. Each uni� price �ill be deerned to ir�clude an amount considered by Contractar ta be adequate to cover Con�ractor's nverhead and profrt far each separately identified item. Wark descrbed in the Contract Docu�nents, or reasonably inferred as required for a functionally eomplete iristallation, but not identiir�d in the listing of unit price items shall be considered mcidental to unit price v�ork listed and the cost of incidental work uicIuded as part of t�e unit price. D. C�.y may make an adjustment m the Contract Price in ac�ordance with Paragraph 12.01 it': l, ihe quantity of any i�em of Uni� Price Work performed by Contractor differs materially and significantly from the �stimated quant�ty of such iterz� �dicated in the Agreemeni; and 2. there is no carresponding �djustment with respectto any ather item of Work. E. IncNeased or Dec�eased Quantities: The City reserves the right io order E�tra Wor�C in accordance with Paragraph 16.Q1. 1. If the changes in quantities or the a�erations dn not significantly cl�ange tl�e eharacter of work under the Contract Documen.ts, the altered wo�k will be paid far at the Contract unit price. C1TY OF PORT WORTH 5T�INDARDCONSTRUC'C[ON SPECIFICATION DOCIJMENTS Revisian: 8�23/1E121 oo�2aa-i GENERAI.CONpITION S Page 45 of G3 2. If the changes in c�uantities or aIterations sigt�ificantXy change the character of worlc, the Contract will be amended by a Change Order. Iino unit prices exist, this will be considered Extra Work at�d the Contract wiIl be aznendad by a Ghange Order in accordance with Ar�icle 12. 4. A significant cI�ange in the charactez of work occurs when: a. the character of worIc for any Item as altered differs materially in kind or nature fram that in the Cantract or b. a Major Item of work �arie� by more than 25°/fl fram the original Contract quantity. 5. When the c�uantity of work to be done under an� Major Item o� the Contract is mare than 125% of the original quantity stated in the Contract, then ei�h�r party tQ the Contract may request an adjushnent to the unit price on tb.e portian a#'ihe work that �s abave 125%. 6. When the qUantity of work to be done under any Major Item of the Con�act is less than 75% oi the original quantity stated in the Contract, then eith�r party to the Contraot may request an adjustment to the tanit price, I 1.0� Plans Quantity Measurement A. P�ns quantities may or may not representthe exact qvantity of work performed or rrxaterial moved, handlecl, or place� during the execution of the Contcact. The estimated �id quantities are designated as final payment quantities, �anless revised by the governing Sectian ar this Article. B, If the quantity measur�d as o�tlined Under "Price and Payment Procedures" varies by rt�or� than 25°10 {or as stipulafed under "Price and Payment Procedures" for specifiic Items) from the total estinnated quant�iiy for an individu�.l Item originauy shown in the Coniract Documants, an adjUsttnent may be rr�ade to the quantity of authorized worl� done for payment purposes. The party to the Contract requesfing the adj�stment will provicle �eld measureinents and calculations showing the i'inal Quantity for which paymeni wi�l be made. Payment for revised quantity will be made at the unit price bic! for that Itern, except as provzded for in Article 10. C. When quaniities are re�ised by a cI�ange in design appraved b}� the City, by Change Order, ar to correct an error, ar to correctanerror on the plans, the plans quantity will be inereased or dacreased by the amount involved in tlie nhange, and the 25% variance will apply to the new plans quantzty. D. If the total Cont�act quantity multiplied 6y tlze unit price bid far an ind�vidual Item is less than $250 and the Item i� not origi�ally a pIans quantity Item, then the Item may 6e paid as a plans quaniiry Item if the City and Contractor agree in wriiing to fi� the final quantity as a plans quantity. CIT Y OF FQRT WORTH STAM7AR.DCpNBTRUCTION S��CIFICAT[ON �OCUMLI�TS Revi sion: 82.3/1QQ1 oo�aoo-i G�NERAL C4NDIT10N 5 Page 46 of 63 E. For callout work or non-site specific Contracts, the plans quantity measurement requirements are nnt applicable. ARTICLE 12 — CHANGE OF CaNTRACT PRICE; CfIANGE OF CONTRACT TIME 12.01 Change of Cont�act Price A. The Con.tractPrice may only be changed by a Change Order. B. The value af any Work co�eredby a Change Orderwill be determir�ed as fouows: l. wk�ere the Work involved is coverad by unit prices contained in the Cantract Documents, by application of such unit prices to the qUan�ities af the rtems involved (subject to the provisions of Paragraph 11.03); or 2. where the Work involved is not covered by unit prices cont�ined in the Contract Documents, by a mut�aally agreed �ump sum or unit price (which may include an allawance for averhead anci prafrt nat necessarily in accordance with Paragraph 12.O1.C.2), and shall iric�ude t�e cost ai any secondary impacts that are foreseeable a� the tune of pricing ti�e cost of E�ra Warl�; or 3. vvhere the Work involved �s not covered by uni� prices conta.�ed in the Cantract Documents and agreement to a�ump sum ar unit price is not reached under Paragraph 12.01.B.2, on the basis of the Cast of the Wor�C (deterzzi�ed as provided in Paragraph I1.01) plus a Contractor's fee for nverhead and prafit (determined as provided 'm Paragraph 12.Q1.C). C. Contractor's Fee: The Contractor's additional fee for overhead and profit sha11 be deter�n�ned as fo�lows: 1. a rnutually acceptable f�ed fee; ar 2. if a fixed fee is not agreed upon, tl�en a%e based on the followirzg percez�tages of the various portians of fh� Cost of the Work: a. for costs incurred under Paragraplls 11.O1.A.l, 1Z.O1.A.2. and 1I.�1.A3, the Contractor's additional fee shall be 15 pereent e�cept for: 1) rer�taI fees for Contracior's own equipment using standard rental rates;. 2) bonds and insuranc.e; b. far costs incurred under Paragraph 1 I.OI.A.4 and 11.O1.A.5, the Contractor's fee shall be frve percent (S%); 1) where one ar more tiers of subcontracts are on the basis of Cast of the Work plus a fee and no fixed fee is agreed upon, the ir�tent �f Paragraphs 12.Q3.C.2.a anci 12.O1.C.2.b is that the Subcontractor who actually perforrns the Work, at whatever CITY OF FOA'T WORTH STAAiDf':RDCOIV3TAUCTIqN SPECIF[CAi'10N DOCI]NiENTS Revision: $D3I101] D07240-I GE{�ERAL CONDITION S Page 47 of 63 tier, wi�l be paid a fee of 15 percent of the costs incurred by such Suhcontractor under Paragraphs I 1.O1.A.1 and i 1.O1.A.2 and that az�y higher tier ,Subcontractor and Cantracfor wil1 eaeh be paid a fes af five percent {5°/a) of the amount paid to the next Iower tier Subcontracl;or, howe�er in no case sI�all the cunn�lativa total af fees paid be ir� eXcess of 25%; c. no fee shaIl be payablc on th.e basis of costs itemizec! under Paragraphs 11.O1.A.b, and 11.OI,B; d, the amount of credit to be allowed by Contractor to City for any change wf�ich results in a net decrease in cost will be t�e amaUnt of the actual net decrease in cost plus a dedUction in Cont�actor's fee by an amount equal io five percent (5%) of such net decrease. 12.�2 Change ofContractTime A. The Cont�act Tirne rnay onIy be changed by a Change Order, B. Na extension of the Contraet Tinne vvill be allowed for E�ra Work or foar cIaitned delay unless the Extra Wark cantempIated or clauned del�y is shov�n to be on the crrtical path of the Project Schedule or Contractor can show by Crrtical Path Metk�od anaIysis how th� E�tra Wark or claimed delay ad�ersely affects �he crrticalpath. 12.03 Delays t�. Where Contractor is reasonably delayed in the performance ar campletion of any part of the Wark within the Contract Tune due to delay beyond the c�ntrol of Cont�actor, fhe Contract Titne rn.ay be e�er�ded in an amaunt equal fio the time lost due to such delay if a Contract Claim is made therefor. Delays beyond the eontrol of Contractor shall include, but not be lim�ted to, acts ar ne�Ieci by City, acts or negIeci of utility own�rs or other contractors performing other wor�C as contempIated by Article 7, fires, floods, epzdemies, abnormal weather candrtions, or acts of God. Such an adjustment shal� be Contractor's sole and exclUsive remedy for tl�e de�ays described in tY�is P aragraph, B, lf Cantractor is de�ayed, City shall not be liable to Contractar for any claiir�s, costs, losses, or darnages (ir�cluding but not limi�ed to all fees and charges of engixteers, architects, at�orneys, and other professionals and all court or arbitration oz other d�spute resalufion costs) sustained by �ontractor on or in cannection vvith any ather project ar anticipaied project. C. Cc�t�tractar shaU not be entitled to an adjustment in Cantxact Price or Contract Ti�x�e for d�lays within the control nf Contractor. Delays aitributable to and w�thin fhe control af a Subcontractor ar Supplier shall be deemed to ba delays within the control of Contr�actor. D. The Contractor shall receive no cort�pensation far de�ays or hindrances to t�e Waric, e�cept when d�ect and unavoidable �7ttra cost to tne Contractor is caused by tne failure of th� City to provide infortnation or maferial, if any, which is to be furnished by the City. CITY OF FOiZT WQRTI� STAIVI]ARDCONSTRUCTf�N SPECIFI,CATION DOCLTMENTS T�evisian: 8�312(Yl] 00�2oo-i GENERALCON�ITION S Page 48 of 63 ARTICLE 13 — TESTS AND XNSPECTSONS; CORRECTION, REMDVAL OR ACCEPTANCE OF DEFECTxVE W4RK 13.01 Notice of Defects Notice of alI defective Worlc o� which City has actual linor�vledge will be given to Cont�actor. Defective Wark rnay be rejected, carrected, or accepted as provided it� this Articfe 13. 13.�2 Access to Work Cily, �ndependent testing laboratories, and gavernmental agencies with jurisdictional interests will have access to the Site a�d the Work at rea�onable times for thei� obser�ation, �nspection, ancf testing. Contractor shalI provide them praper and safe conditions for sueh access and advise tkem of Contr�ctor's saf�ty procedures and programs so that they may camply iherewith as appficable. 13.03 Tests and Inspections A. Contractor shali give City time�y notice of readiness of the Worl� for all required inspections, tests, or appravals and shall cooperate with inspection and testin� personnel to facil�ate required inspections or iests. S. If Coniract Dacuments, Laws or Regulatians of any public body having jurisdiction require any of the Work (or part thereo� to be inspected, tested, or appro�ved, Coniractor shal� assume £ull responsibility for arran�ing and obtair�in.g such independent ir�spectioz�s, tests, retests or approvals, pay all costs in can�nection therewi�h, and furnish City �I�e required certif"icates of inspection or approval; excepting, k►owever, those fees specif"ically ident�'ied in the Supplementary Conditions or any Te�s Department of Licensure and Regulation {TDLR) irispections, vvhich shall be paid as descrbed in the Supplementary Conclitions. C. Contractar shall be responsible for arranging and abta.ining and shall pay all costs �n connection with any inspections, tests, re-tests, ar appravals required for City's acceptta..nce of materials or equipment to be incorporated in the Work; or acceptance af material�, rr� designs, or equipment submitted for appro�al prior to Cont�actor's purchase thereof for incorporation xn tl�e Work• Such inspections, tests, re-tests, or appravals shall be performed by organizations acceptable to Ciry. D. City may arrange %r the services o� an independent testmg labaratory {"Testin� Lab") to perform any inspections or tests {"Testuag") for any part of tbe Work, as determuled solely by City. 1. City wil1 caordinate such Testing to th� ex:tent possible, with Cantractor; 2. Should any Testing under t1�.is Sectian 13.03 D resuit in a"fai�", "did not �ass" or at�ier similar negative resul�, the Contractor sha11 be responsib�e for paying for any and all reiesl�. Contractor's canceUation without cause of City init�ated Test�g s�ali be deemed a negatNe result and requir� a retest. C1TY DF FORT WORTEI 5TA1�DA.�iDCONSTRUCTION SPECIFICATION DOCUIvIENTS Revision: &Z31x021 oa�zoo-� GEN�RALCONpITIONS Page 49 of 63 Any amounts owed for any retest under this Section 13.�3 D sI�all be paid d'u�ectly to the Testing Lab hy Contractor. City vwilI farward a1I invoices for retests to Cantractor. 4. If Contractnr fails fo pay the Testing Lab, City will not issue Ffnal Pa�nent Until the Testing Lab is paid. E. If any Work (or th� wark of others) that is to be inspected, tes�ed, or approved is covered by Contractor without wK-i�ten concurrence oF City, Contractor shalI, if requested by City, uncover such Work for observation. F. TJnco�ering Work as provided in Paragraph 13.03.E shall be at Contractar's expense. G. Contractar shall have the right to make a Cor�tract Claim regarding any retest or invoice issued �der Section 13.03 D. 13.p4 Uncovet-ing Work A. If any R+ork i� covered contrary to the Coni�act Documents or spEcific in�lruefions 6y the City, it must, if requested by City, be uncavereai for City's ob5ervation and repla.ced at Contractor's expense. B. If City eonsiders it necessary ar advisable that co�ered Work be obser�ved by City ar inspected or testar! by otliers, Conh•actor, at CiCy's rac�uest, shall uncover, e�pose, or otherwise make available for observation, inspection, ar testing as City may requ�e, thatportion of the Work in question, furnishing all necessary ]a.bor, material, and equipnaant. If it is found tlaat the uncover�d �Wark is defective, Contractor shali pay all clairns,. costs, Iasses, and damages (includir�g but not Iimited ta all faes and charges of eng�neers, architects, at�orneys, and other professionals and all court or ather dispute resolution cos�s) arising out of or relating to such uncovering, exposL�re, obser�+atian, inspection, and testing, and of satisfactory replacernent or reconstruction (including but not limited to all costs of repair or replacement of work of others); or City shalI be entitled to accept defective �ork in accordatice with Paragraph 13.08 in vcrhich case Contractor shall still be responsible for a1] costs associatea with exposing, abserving, and te�ting th� defective Work. 2. If t.�e uncovered Wark is not found to be defective, Cont�actor shaIl be allowed an incr�ase in the Contract Price ar an ext�nsion ofthe ConiractiTime, or both, directly attributab�e to sueh uncovering, exposur�, abservation, inspection, testing, repla�ement, and reconstruction. 13,45 CityMay Stolv the Work If �he Work is de�ective, or Coni�actor fai�s to supply suffie.ient skiiled workers or suitable materia�s or equipment, or fails to perfarrn the Wark in such a way that the completea Wnrk wi11 conform to the ContractDocuznents, Ciry may order Contractor to stop the Work, or any portion tl�ereaf, urrt�l the cause for such order has be�n eliminated; howevar, t�Zis right of City to stop the Work shall not give rise to any duty on the part of City to exerci�e this right for �l�e benefit of Contractor, any CITY OP FORT WbIZTi3 STANDARDCONS7RiICTiON SPECIFiCATIQN I)QCiJMENT5 Revisian: S�L�I 0.07200-1 GEN�F2ALCOiJDIT101� S Page 50 of 63 Subcantractor, any Supplier, any otl�er indi�idual or entity, or any surety %r, ar employee or agent of any of them. 13.fl6 Correctr.'o� orRemaval af Defect'rve Work A. Promptly afterreceipt of written notice, Contractor shaIl correct all defectrve Work pursuant to an acceptable sclaedule, whetk�er or not fa'bricated, installed, or campleted, or, i£ the Work has been rejected by City, remove it fram the Project and replace rt with Work that �s not defective. Contractor shaIl pay all claims, costs, addi�ional testing, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other prof�ssionals and al! court or arbitration o�r other dispute reso�ution costs) arismg out of ot relating ta such earrection or rerr�.ova� (including �ut not ]�mited to all. costs of repair or replacement af work of others). FaiIure to require the removal ofany ciefective Work shaD not constitute accepta.nceofsuch Work. B. Wk�en cnrrecting de%ctNe Work under the terms af this Paragraph 13.06 or k'aragraph 13.07, Contractor shall take no action that vc+ould vaid nr otherwise irnpau• Crt.y's special warranty and g�aarantee, if any, on said Work. 13.07 Correctian Period A. Ifwithin two (2) years after the date of Final Acceptance {ar such longer periad of fime as may 6e prescribed by the tertns of any applicabl� special guarantee xequrred by the Cantract DocUments}, &Ily WOTI{ 15 �DUlli� ti0 be def�ctive,, or ii the repair of any damages to the land or areas made available far Coatractor's use by City or perrnitted by Laws and Regulations as contemplated in Paragraph6.l0.A is found to be defective, Contractor shaIl promptly, withoui costto Giry and in accordance with City's written instructinns: 1, repai� such defective land or a�eas; or 2. correct such defective �ork; or 3, iF the defecti�ve Work has been rejected by �ity, remove it from the Project and replace it with Wark tha� �s not defective, an.d 4. satisiactorily correct or repa.ir or remove and replace any damage to nther Work, to the work of others or other land or areas res�lting therefram. B. If Con�ractor daes not pramptly camply with the terms of City's written instruc�ions, or in an emergency where de�ay would cause serious risk af Io�s or damage, Cit� may have the defeative Work corrected or repaired or may have the rejected VVark removed and replaced. All claims, co�ts, Iosses, and damages (including but not limrted to all fees and charges of engineers, architects, attarneys, and other professionals and all court or otb.er dispute resolution costs) arising out of or r�lating to such correctiott or repa� or such remaval and replacement {includin� but not Zimited to all costs of rep�ir or replacement of work of o�ers) rn+ill be paid by Contractor. C1TY OF FORT W�R"I'H S�ANI]ARDC�NSTR[lCT[ON SPECIFICATION DQClIMENTS Rev i s ia n: 8T7_3/1I}2� 0o72a0-1 GEi�ERAL CflNbITlON S Pa�e 51 of 63 C. In special circumstances where a par�icular iiem of equiprr�ent is placed in contirtuo�s service before Final Acceptance of all th� Work, the correction period for that ztem may start to run from an earlier date i£ so provided in the Contract Documents. D. Vklhere defectiva Work (and damage to othar Wark resulting thei•efrom} has been eorrec�ed or removed and replaced uziaer this Paragraph 13.07, the correction period hereunder with cespect to such Work may be required to be extended for �n additionai period of ane yearaftertha end oi the inutial enrrectian period. C�ty shall provide 30 days written notice to Contractor should such addztional warranty coverage be required. Contiractor may dispute th.is requuement by filing a Contrac� Clai�-n, pursuant to Paragraph la.Q6, E. Contractar's obligatrons warranty. The pro�i�ions waiver of, the provisions uncler this Paragrapb 13,07 ara in addrtion to any oiher obligation or o�' this Paragraph 13.07 shall not be construed as a substitute for, or a of any applieable statute of limitation or repose. 13,08 Acc�,�tcrnce ofDefective Work If, instead of requiring correciion or removal and replacernen� of defactive Work, City prefers io accept it, City may do so, Co�t�actor sk�all pay all c}aims, costs, Iosses, and damages (including 6ut not Iimited to au fees and charges of engineers, a.rchitects, attorneys, and other proFessionaIs and all cnurt or o�er dispute resolution casts} attributable to City's evaluatian af an.d determination to accept such defective Work and for the dimit�ished valu� of the Wark ta the extent not oth�rwise paid by Contrractor. If any such acceptance accurs prior to Final Accepiance, a Change Order will be i�sE�ed incorporating the necessary revi�ions in the Contract Doclu�nents with respect to tk�e Work, and City shall ba entitled to an appropriate decrease in the Cantract Price, reflecting the ditnuzisf�ed �a�ue of Work so acceptad. 13.09 City ll�lay Car��ecl Defective Y�ork A. Tf Contractor fai]s vvith� a reasonable time after written notice frozn Ciiy to correct defectitre Warlc, or t'o rernove and replace re,jected Work as reyuired by City in accardance with Paragraph 13.06.A, or � Cantractor fails to perfa�n the Wor�C in aceordance with the Contract Do�uments, or if Cantractor iails to com�ly wi�h any other prov�sion of the Contract Doeum�nts, City may, after seven {7} days written notice to Contractor, correct, or remedy any such defciency. B. In exercising the rights and rem�dies under this Paragraph 13.09, City shall proceed expedi�iausly, In connectian with such corrective or remedia] action, City rnay exclude Contractor from all ar part of tf�e Site, talce possession af all or part of the Work and suspend Contractor's services relatec� thereto, and incorparate in the WorIc alI materials ancf equipment incorporated in the Work, stored at the Site or %r rvhich City has paid Contractor but which are stored elsewhere. Conf�ractor shall allow City, City's representati�ves, agents, consultants, employees, and City's ot}�er contractors, acc�ss to th.e Site to enable City �o exercise the rights and remedies under this P aragraph. C, A11 clau�as, costs, lasses, and damages {including bui not Ii�xrited to alI fees and charges of engineers, arc�utecfs, attorneys, and othar professionals and all courfi ar other dispute resolution C1TY OF FORT WORTH STANDARDCONSTRUCTION SPECIFiCATION DOCiJIv1ENT5 Revision: 8r1312021 06720a- I C,�NERAL GA�fI]ITION S Page S2 af 63 costs) in.curred or sUsta.inet� by City iri exarcising the righis and reme.dies under this Paragraph I3.Q9 will 4�e charged against Contractor, and a Change Order wi� be issue� incorporating the necessar�r re�isions in the Contract Documents with respect tn the Worlc; and City shall be entitleci to an appropriate decrease in the Contract Price. D. Contractor shall nat be allow�d an extension per%rmance of the Work attrbu�a.ble to the P aragraph 13.09. of the Cantract Time l�ecause o#' any delay in ihe exercise of City's rig�fis and remedies under t�is ARTICLE i4 — PA�'MENTS TO CONTRACTOR AND COMPL�TION 14.41 Schedule af values The Scheciui� of Values for lump sum contracts esta�Iished as provided i� Paragraph 2.07 will serve as the basis for pra�ress payments and wiii be incorporated into a form of Application for Paymerh acceptable ta City. Progr�ss payments on account of Uni� Pr�ce Work will be based on the number nf units coanpleted. 14.02 Prog�ess Paynients A. ApplicationsfaY Payrnents.• 4. 5. 1. Contractor is responsible for providing all ir�ormation as required to becomie a vendor of the City. 2. At least 20 days befare the date estabIished in. the General Requirements for each progress payment, Caniractor shall submit to City for re�iew an Appli.cation for Payment �'illed out and signed by Contractor eovering iha Work completed as of tYie date of tl3e Application and accompanied by such supporticag documentatzon as i� re.gui�ed by the Contract Documenis. 3. If payment �s requested on the basis of maierials and equipm.ent not incorporated in the Work but delrvered and �uitably storad at the Sit� or at another location agreed to in writing, the Applicatian far Payrnent shall also be accompanied by a bi11 of saIe, invoice, or othez documentation warranting that City has received the matez�ials and equipment fre�e and clear of all Liens and evidence that the materia.ls a�d eguipmenti are caver�d by appropriate insurance or otlier arrangements to protect Ciry's interest there�, aIl of which must be satisfactozy to City. Beginnmg with the second Application for Payment, each Application s�a�l include an a�davit of Cani�actor stating tlaat pre�ious pragress paym.ents received on account af the Work k�ave been applied on account io dischar�e Contractor's Iegitnnate oblagations associatedwith prior Applications for Paymertt. The aznowrt of retainage wit� respact to progress payments will be as described in subseetion C, unless otherwise stipu�ated in the Cantract Documents. CTI'Y DF PQRT WORTH S`1'ANnARDCONSTRUCT[ON SPGCIFIC.4TlbN DOCiIME]VTS Revision: �L3I22(121 oo�zao�i G�NERALCON�ITIONS Page 53 oi 63 B. Review af Applications: 1. Cify will, after receipt of each Applicatzon for Pay�nent, either it�dicate ir� writing a recommendation of payment or return the AppIYcatian io Contractor indicaiing rea.sons for refusing paymenti. In the ]atter case, Contractor nnay rnake fhe necessary correctians and resubinit the Applicatio�. 2. City's processing of any payment requested in an App�ication for Payment will be based on City's observations of tlle executed Worl�, and on City's review of tI�e Applieation for Paymeni and the accompanying data and scheduies, that to the best of City's knowledg�: a. Lhe Worl� has progressed to the point indicat�d; b. the qUality of ihe Work �s genera]Iy in accordance with the Contract Docurt7ents (subject to an evaluation of ihe Work as a functionin�g whole prior to or upon Final Acceptance, the results nf any subsequent tests calt�d far in the Contract Documenfs, a final determination of �uanti�ies and classifications %r Work per�ormed under Paragraph 9.05, and any nther qual�ications stated itx the recommendation}. 3. Prncessing any such payiment will not thereby be deemed to have represented fhat: a. inspections made ta checkthe quality or the quantity of' the Work as it has heen perfornned have been exhatiistrve, extended to every aspect of the Work in pro�ress, or invoIved detailed inspections of the Worlc beyond the respansibilities speci�ca�ly assigned to City in the Contract Documents; or b. there i�nay not be ather mat�ers or issues bei.ween the parties that might ent�tle Contractor to be paid aeldi�ionally by City or entitle City ta withhold payment to Contractor; or c. Contractor has compked vvith Laws and Regu]ations applicable to Contractor's perforrrzance of the �rVorlc, 4. City may refuse ta pracess t�e whale or any pa�t oi any payment becausa of subsequentIy discovered evidence o�• the resutts of subsequ�nt ir�spections or tests, and revise or revoke any such �ayment previously rnade, to such extent as may be nece�saryto protect City fram lass because: a. the Work is defective or completed Work has been darnaged by ihe Contractor or subcontraciars requ�ing correctian or replacement; b. d'zscrepaancies in quantzties contained in pre�ious applicaiions �or payment; c. the Contract Price has been reduced by Change Orders; d. City ha.s b�en required io correct defective Work or com.plete Work in accordance with Paragraph 13.09; or C7TYOF FORT WpR'ITI STANI�ARDCpNSTRUCTfDN SPECIP[CATION DOCUMENTS Aevision: &232021 oo�zoa-� GENERALC4N�ITION S Page 54 of 63 e. City has actual knorvledge of' the occarrence nf any of the events enumerated in Paragraph 15.02.A. C. Retc�inage: 1. �or car►tracts Iess than $400,OOCl at the time of execution, retainage shalI be ten percent (10%�. 2. For contraets greater than $40Q,000 at the time of execution, retainage shall be fnre percent (5%}. D. Liquidateci Damages. For each calendar ciay that any work shall remain uncompleted after the time specified 'u� the Contract Dacwnents, the sum per day specsfied in ihc Agreement wi� be assess�d aga�si th:e monies due the Contractor, not as a pena.ltiy, but as damages suffered by the Ciry. E. Payment: Contractor will be paid pursuant to ihe rec{uirements of this Artic�e l.� and payment will become due iri accordance with t�e Coz�tract Documer�ts. F. Reciuction in Payrrtent: I, Ciry may refuse to make payment of the amount requested because: a. Liens I�ave been filed in connection with the Work, except w�ere Contractor has deli�vered a speciiic bond satisfactory ta Ciry to secure the satisfaction and discharge of such Liens; b, there are aYher items entitling Ci�ty to a set-off against the amount recommended; ar c. Ciky ha� actual know�edge of the occurrence of any of the events enurrierated in Paragraphs 14.fl2.B.4.a through 14.Q2.B.�.e �r Paragraph 15.02.A. 2. If Ci�:y refuses to make payment of th� amount requested, City will give Contraetar written notice stating the reasons for such actian and pay Contractor any amount remaining after deduction of the arnount so vvithheld. City shall pay Contractor tlne arnount so wi�hhe�d, or any adjustm�nt thereto agreed to by City and Contractar, w�en Contractar rernedies the reasans �'or such action. I�.03 Cont�acto�'s WarYanty of Title Car�tractor vuarrants and guarantees that title to all Work, rnateri.als, and equipmeni cavered by any Applicatian for Payr�ent, whether incorparated in the Project or not, wiI1 pass tn City no later than tlae time of payment iree and clear of all Liens. CCFY QF CORT WaKTH 5TANDARDCONSTItUCTION SPECIFICATION DOCiJMENTS Revisian: Bll.�l ao��oo-� GEN�RALCONDITIONS Page 55 oF53 14.04 Pat-tial Utilization A. �rior to Final Aceeptance oi all tl�e Wark, City may use or occupy any part of the Worlc which has sp�cifically been rdentified �n the Contract Documents, or which City determines constitutes a separately function.ing and usable part of the Work that can be used for i�s intended purpose witl�out significant interference with Cantractor's performance of tk�e remainc�er of the Work. City at any time may notify Contractor in writing �o pertnit Ci�ty tio use or occupy any such paz-t of the '�Vork which City deter�nines to be r�ady far its intended usa, subject to the follow�zg canditions: I. Contractor at any time may notify City in writing ihat Cantractor considears any such part af the Worlc ready far its intended use. 2- Witlzin a reasonable time after notification as enumeraied in Paragraph 14.45.A.1, City and Contractor shall malce an u�spection of that part of tI�e Work to determine i�s status of campletion. Zf City does not consider that part of the Work fa be substantial�y complete, City wiIl notify Contractor in wr�ing giving the reasnns therefor. 3. Partial Utilization tivi11 not constitute Fina� Acceptanee by City. I4.05 Finall'nspection A. �7pon written natica from Cnniractor that the entire Work is ,S u b s t a nt i a lly Complete in accordance with the Contract Documents: 1. Within 10 days, City will schedule a Final Insp�ction witl� Contractor. 2, Ciry will notify Contractor in wrzting of au particulars in vvhich this inspection reveals that t.Yre Woek is mcomplete or defective {"Punch L�st Items"}. Contractor shall 'unmediateIy take such measures as are necessary to coinplet� sucIz Work or remedy such deficiencies, B. No time charge wil1 be rxlade against fhe Cont�actor between said date of notification to th� City af Substantia� Completion and the date of Final Inspection, 1. ShouId th.e City determine that th.e Work is not ready for Final Inspection, Ciry will notify the Contractor in writing of the reasons and Contract Time will resUme. 2. Should t11e City concur that Substantial Completion has been achieved vvith the excepiion af any Punch List Items, Contract Tut�e will resume for the duration i� takes for Contractor to achieve Fina1 Acceptance. I4.06 Final t�cceptance Upon campletion 6y Contractor to City's satisfaction, of any addhional Wark ident�ied 'ui the Final Inspection, City will issue to Contractar a letter of Final Acceptance. ciTx o� roxr wox� STAIdDARDCQN3TRUCTiOM SPBCIFICATfON DpCUIvIENTS ltevision: R23J�12] OD7200-1 GENERALC4N�ITION 5 Page 56 of 63 14.07 �'inal Payment A. ApplicationfoYPayment: I. Upan Final Acceptance, and in the opinion of Ci�y, Contractor nnay make an application for fi�t�aI payment foilowing the procedUre for progress payments �n accardance with the Contract Documents. 2. The fmal Application far Payment shall be accompanied (except as previously delivered) by: a. aI1 documentation cal�ed for in the Contract Documents, including but not limited to the e�idence of insurance required by Paragraph 5.03; b. consent of �e surety, if any, to final paymer�t; c. a Iisi of alI pending or released Damage C�ims against City that Contractor b�lieves are Unsettled; and d. afficiavits of payments and complete and legally effective releases or vvaivers (sati�factary �o City) of all Lien rights arising out of ar Liens fzied in con�ection with t�e Wark. B. Payment.Becorr�es Due: I. After City's accep�ance of the Application for Payment and accompanyin�g documentatian, reauested by Cantrac#or, less previous payments made and any sum City is en�itled, includi.ng but not limited to liquidated damages, will become due and payabl�. 2. After all Damage Cla.ims have been resolved: a. ciirectly by the Cantraetnr or; b. Contractor provides evidence that the Damage Cla.un h.as been reparted to Contractor's insurance provider for resolution. 3. The makir�g of the fu�al payment by the City shail not relieve t.�e Contractor of any guarante�s ar ot�er requirements o� th� Contract Docu�ments which sp�cif'ically continue thereafter. 14A8 Fi�al Completion Delayed and Pa�tial Retaincage IZelease A. If final completion of the VVork �s sigiifcantly delayed, and if City so eonfirms, City may, upon receipt of Contractor's f�nal Application for Payment, andwithout terminatin.g the Coniract,make payment of ihe balance due for that portion af the Work fvlly coznpleted and accepted. If the remaining balance in be l�eld by City for VVork not fully compl�teci or corrected is less tha� the retainage stipul�ted in Paragraph 14.02.C, and �f bonds ha�e been furnished as required xn Paragrapi� 5.02, the vvritten consent of t�e surety #o the payment of the bala.nce due for ihat CITY OF FORT WORTI3 5TADFDARDCONSTRUCT[ON SPECIFICATION DOCiIMENTS Revision: S/L31202k o.o�zoo-i GENERALCONQI7lON S Page 57 of 63 partion of the Woilc £uUy completed and accepted shall be su6mitted by �ontractor to City with the Application for such payr�aent. Such payment shall be made under the terms and condiiions governing �'iinal payment, e�cept thafi �t shall not consti�ute a waiver of Contract Claims. B, Partial RetaincrgeRelease. For a Contract tha.t pro�ides for a separate vegetatzve establish�xient and maintenance, and test and performance period� followmg the completion of a�l otner constructian in the Gontraci Doc�aments for all Work locations, the Ciry may relaase a portion of the arnourat retained provided f�at all other work is completed as de�ermined by the City. Before the release, a[l subnnitta�s and final quantzties must be completed and accepted for all other work, An arnoun� sufficient to ensure Contract compIiance will be retained. I4.09 T�I�aiver af Cdaims The acceptance of final payment wi�l constztute a release of the City fro�n aIl claims or liabilities unaer the Con�ract for anythirxg dona or fiarnished or relatmg to �e war�C uncier the Contract Documents or any act or neglect of City related to or connected with the Contract. ARTICLE 1S — SUSPENSION OF WORK AND TERMINATION I5.0] CityMay Suspend YYork A. At any fiime aild without cause, City may suspend the Work or any p�rtion thereof by written nofiace to Contractor and vvhich znay fi�t the date on which Work will be resu�ned. Contractor �hall resume tkze Work or� the date sa f�ed. Durizig temparazy suspension o� the Worlc covered by these Coniract Documenis, for any reasan, tne City will malce no extra paym.ent for stand-by fiime of canstruction eqz�ipment and/or cnnstruction cr�ws. B. Should the Contractor not be able to comp�ete a portion of th� Project due ta caus�s 6eyond the control of and without the fault or negligence of the Con�ractor, and should it be determined by mutual consent of tk�e Cantractor and City that a solution to aIlow construciion to pz•aceed is not available vvithin a reasonable period of time, Contractor may rec�u�st an ext�nsian in Cantraci Time, d�rectly attributable to any such suspension. C. I�' it shouId become necessary to suspend the Work for an �indeiiru�e period, the Contractar shall store alI rrlaterials in such a rnannez• that tY►ey wiI� not obstruct or impede the public unnecessarily nar b�come damaged in any way, and he shaIl take every precaution to prevent damage or detariaration af the wark performed; he shall provide suitable drainagc about the worIc, and erect temporary structures r�vhere necessary, D. Contractor may be reicnbursed ior the cosi of z�aoving his equiprnent off the jab and returning the necessaty equipment to the job when it is determirled by the City that construction may be res�med. Such reimbursement shall be 6ased on ac�aal cost to the Canixac�or of zxio�ing the equipment and no profi� will be allo�ved. Reimbursennent may not be allowed if tlie equipment a� moved to another construc�ion projecC for the City. CTTY QP FORT WORTH STANUARDCONSiRI1CTI0K SPECIFIC.�T[ON DOCUMEI�IT'S Reuision: 8230�21 oa�zoo-i GENERAL CON�ITION S Page 58 of 63 15.02 City May Termznate far Cause A. The occurz�ence of any one or more of the following e�ents by way af example, but not af limiiation, may justify termination for cause: l, Contractor's persistent failure to perfoz�m the Work in accoxdance with tlae Contract Documents (including, but not limited to, failure to supp�y sufficient skilled vvorlcers ar suitable materials or aquipment, failure to adk�ere to t�a Project Sch�dule established under �aragraph 2.�7 as adjusted frQm time to iime pursuant to Pa�agraph 6.04, nr failure to adl�ere to the City's Busin�ss Diversity Enterprise Ordinanc� #20U20-12-2allestab�ished under Paragraph 6.06.D}; 2. Contractor's d�sregard o�' Laws or Reguiations o� any public body ha�ing jurisdiction; 3. Contractor's repeated disregard af the authority of Ciry; or 4. Contra�tor's �io�ation in any substantial way of any prov�isions of the Contract Dacuments; or 5. Gontractor's failure to promptiy make �ood any defect in materials or workmanship, or defects af any nature, tl�e correction of which has l�een directed in wri�ing by the City; or 6. Substantial indication that the Contractor has made an unauthorized assigntx�ent of the Contract ar any funds due therefronr� for the benefrt of any creditor orr for any nther purpose; or 7. Substantial evidance that the Gontractor has becorne insolv�nt or �arakrupt, or otherw�se financially unable to carry on the Wark satisfactorily; or 8. Contx'actor commences legal aetion in a court of competent jurisdiction against th� Cfiy. B. If ane or more of the events identif'ied �n Paragraph 15.02A. occur, City will provide written notice tn Contractar and 5ureiy to arrange a con%re�ce vvith Contractor and SLuety to address Contractor's frailure to perfai�n the Work. Conference shall be held not jater than 15 days, after receipt of natice. 1. If the City, the Contractar, and the Surety do not agree io allow the Con�ractor ta proceed to perfor7n the construction Cantract, the City may, to the e�ctent permitted by Laws and Regulations, decla.re a Cantractor deFau�t and formally terminate the Contracior's right to complete ihe Contra�t. Contractor default shaJ� not be declaxed earfier than 20 day� after the Contiractor and 5urety ha�e received r�atice of conference to address Contractvr`s failure to per£arm the Work. 2. If Coniractar's sezvices are termit�ated, Surety shaU be ab}agated ta take over and perform tl�e Wnrk. if Surety does not corrunenoe per�ormance thereof wit.hin 15 cor�secutive calendar days after date of an additional written notice demanding Surety's performance af i�s CTf'Y OF FORT WdRTH 5TA�fDARDCON5T1tUCTION SPECIFICATION llOCUMEPfTS Revisian: 8f13/X121 oo�zoa-i GENERAL CONnITI�N S Page 59 of 63 obligations, then City, �yir�hout process or action at Iaw, m.ay ta�e aver any po�ion o� the Worl� and carnplete it as described belaw. a. If City campletes the Work, City rnay excluc�e Contractor and Surety firom �.e srte and take possession of the �ark, ar�d aIl rr�aierials anc� ec�uipment ineorporated into the Work stored at tk�e Si�e or for whick� City has paid Con�ractox or Surety but which are stored elsewhere, ana fin�sh the Work as Ci�y may deem expedient. Whether City or Surety cornpletes the Wnrlc, Canh•actor shaI! nat be entitled to recei�e any further payment until the �Vork is finished. If the unpaid balance of the Contract Price exceeds all claims, costs, lnsses and damages sustained by City arisir�g out o� ar resuIting from completing the Work, such excess will be pa'rd to Contractor. If such clarrr�s, cnsts, losses and damages exceed such unpaid balance, Cantractoz• shall pa� tr�e difference to Ciry. Such claims, costs, Iosses and damages incUrred by City wilI �e incorporated in a C�ange Order, provided that when exercising any rights or rem.edies �nder this Paragraph, City shall nat be required to obtaiti the Iowest prine for ihe Work perforrned. 4. Neitlzer City, nor any of its respective consultants, agents, officers, directors or employees shall be in any way liable or accounta6le to Coni�actar or Surety for the methqd by which the completion of the said Work, or any portion thereot', rnay be accorrz�lishea or for the price paid therefor. 5. City, notwi�hstanding the rne�hod used in completing the Contract, shal! not fort'eit the right to recaver cfamages irazn Contractor or SureLy t'oc Contraetor's failure to tirriely co�plete th� entire Contract, Contractor shall n�t i�� entiiled to any c7aim on account af tHe method used bY Ciry in connpleting the Contract. 6. Maintenance of t�e Work shall confiit�ue to b� Contractor's and Surety's respansibi]ities as provided for in ihe bond requireir�ents of the Contract Documents or any special guarante�s pravided far under the Contract I]oc�arnents or any other obligations otherwise prescribed by law. G. Notwi�hstanding Paragraphs 15.Q2.B, Coniractor's ser�ices will not be termir�ated i,f Contractor begit�s witb.u� seven clays of receipt of notice of' intent to term�naie ta correct its �ailure ta perf�orm and proceeds cliIigently io cure such failure wifhin no more than 30 days of receipt oF said notice. D. Where Contractor's services have been so terminated by City, the termination w�l not affect any righfs or remedies o:F City against Contractor then exi�ting or which may tl��reafter accrue. Any retention or payment of moneys due Contractor by Gi�ty vyi� not release Contractor from liability. E. If and to tha extent tb.at Contractor has provided a perfarmance bond under the pro�isions of Para�raph 5.02, the tettriination procedures of that bond shall not supersede the provisions of this Article. CIT'YOF FORT WOR1T-I STAI�DARDCONSTR.UCTIQN SPECIFICATCON DOCUM�NTS Revision: 8�23/}p21 007200-1 GENERALCONbITIOiJ S Page 60 of G3 15.03 City Nlay Te�minate For Co�xvenience A. City may, without cause and withaut prejudice to any other right or remedy af City, terminafie the Contract. Any terir�ation shall be ef£ec�edby mailing a natice o�the termination to the Contractor specifying the e�ent to which p�rformance of Work under the contract �s terminated, and the date upan which such termination becomes effective. Rece�pt of the �atice shall be cieemed conclusiveiy presumed and established when the le�ter is placed in fihe United Stat�s Postal Sezvice Mail by t�e City. Furt�er, �t shall be deemed conc�usively presumed and established that such termination is made wiih just ca�se as therejn sfat�d; and no proof in any claim, demand or suit shall be required of th� Ciry regarding such d�scretionary action. B. �fter receipt of a notice of termi�ation, and exoepi as otherwise directed by the City, the �Cnn�ractor shall: 1. Stop work under tl�� Cont�act on the date and to the extent specified i� ihe notice of termir►aiion; 2. place no further oarders or subcontracts for mater�als, ser�zces or facilities except as rz�ay be necessary for completian of such portion of the Work under the Cank'act as is not terminated; 3. terminate all arders and subcontracts to the extent that they rela.te to the �erformance o� the Wor�C tcrminated by notice of terminatian; �. transfer title to the Czry and deliver m the manner, at the times, and to �he e�ent, if any, directed by the City: a. the fabricated or unf'abricateci parts, Work in progress, campleted Wark, supplies and other materEal praduc�d as a part of, or acquired in connection �rith the perfarmance of, the Wark termmated by the notice af the termir�ation; and b, fi�e completed, or partially compieted plans, d�raw�ngs, information and other property which, if t�e Contract had been cQmpleted, would have be�n requi�ed to be fiuroished to the City. 5. complete performance of such Work as shall not k�ave been termmated by the notice of termu�atian; and 6. ta�e such action as m�.y be necassary, or as the City may �irect, for the protaction and preservation of the property related to i�s contract which as in the possession of the Contractor and � which the owner has or may acquire the r�st. C. At a time not later tk�an 30 days after the termination date s�ecified in the notice of termination, the Cnntractoa may submit to the City a list, certifed as to quantnty and quality, of any or all i�ems of termination iu�ventaty not previously disposed of, e�clusiv� of i�ezx�s the disposition of which has been directed or authorized by City. CITYOPPORT WQRTH STANT)ARDCONSTRUCTION SPECiFICATION DaCiTMEIVI'S Revision: 8/?.3/1{121 oonoo-i c�N�Ra� co�roirio� s Page fi l of 53 D, Not laier than 1 S day� thereafter, the City shaIl accept title to such items provided, that ihe list submitted sk�all be sui�ject to ver�icatian by fhe City upon removal of the �tems or, if the itenls are stored, witl�in 45 days from the da.te of submission of the �ist, and any necessazy adjustments to carrect the list as submitted, shall be made prior to fitZal settlennent. E. Nat later than 60 days after the notic� af terznination, the Contractor shall subrni� his termination claim to the City in th� farm and �uith the certif'ication prescribed by the City. Unless an extiension is made in writing within such 60 da.y periad by the Contractor, and grantad by the Ci4y, any and ay such claims shall be conclusively deemed waiired. T. In such case, Contractor shall be paid far (withaut duplication of arry items): 1. eampleted and acceptable Work executed an accordance with the Cor�tract Documents prior to the effective date of termiu�ation, mcludiza�g fair and reasonable sums far overhead and praf� on such Work; 2. expenses sustained priar to the effeciive date of terminatian in perfarr�zaing services and furnishing ]abor, materials, or equipiner�t as required by the Con�ract Documents in connection with uncompleted Work, plus fair and reasan.able sums for overhead and pro�t on such expensas; and 3. r�asonabie expenses directly attributable to t�rminatzon, G, In the eveni of th� t'ail�re af the Contractor and City to agr�e upon the whole amouni to be paid ta the Contractor by reason of the ter�nination of the Work, the City s�all determine, nn the basis of information avai�able to it, the amount, if any, due to the Contractior by reasonof the terrnination anc! shall pay to the Contractar the amaunts determined. Cont�actor shall not be paid on account of loss of anticipated pr�itts ar revenue or other econozxuc loss arisir2g out of or resulting from such termination. ART�CLE 16 — DT�PUTE RESOLUTION 16.01 1Vletl�ods and P�a�edr.�es A. Either Ci�y or Gontractor may request mediation of any Caniract Claim submiLCed %r a decision under Paragrap� 1 DA6 befare such decision becorn�s final and binding. The request for media.tion shall be sutam�itted io th� other party ta the Contract. Timely submission of t�e reguest shall stay the effect of Paragraph �O.Ob.E. B, Cily and Contractor shau participate in the mediation pracess in good fai�h, The process shall be commenced within 60 days of fiIing o�the request. G If the Contract CIaim �s not resolve�i by mediation, City's actian under Paragraph I0.06.0 or a denial purs�aant to Paragraphs 10.06.C.3 or 10.06.D shalI become final and b�ding 30 daqs after termination af th� mediation unIess, within that tirr�e period, Ciry or Contractor: CI7'Y �F FORT WORTH STANDARDCON57RUCT10N SPEC[F]CATION DOCUMHNTS Reviaion R�3fZ021 0072D0-I G�.NERALCON�ITION S Page G2 af G3 1. elects ir� wrrting to invoke any other dispute reso�ution process provided for in the S�applementary Canditions; or 2. agrees with the ather party to submit th� Contract Claim to another dispute resolution process; or 3. gives written notice ta tl�e other party of the ir►tent to submit the Cont�act Claun to a court of campeteni jurisdiction. ARTICLE 17 — MISCELLANEOUS 17AI GiwingNotice A. Whenever any provision of the Contract Doe�nents requires the givirig of written notice, it will 6e deenned to ha�e be�n validly given iF: 1. delivered in person ta the individual or to a rnember of the fum or to an ofiicer of the corporation for whom it �s intended; or 2. delivered at ar sent by registered or certified mail, postage prepaid, to the last business address kriown to the giver of ihe notice. B. Business address changes ixiust be promptly made in w�•iting fio the other party. C. Whenevec the Contract Documents specifies giving notice by electronic means such electronic notice shail be deemed sufi'icient upon confi�mation of receipt by the receivmg party. 17.02 �omputation ofTime,s When any periad of time is refarred to in �he Coniract Documents by days, rt�will be coznputed to exclude the first and include the last day of such period. If the last day of any such period falIs on a Saturday or Sunday ar an a day made a legal holiday the next Working Day shall become the last day of the periad. 17.03 Cumzalative �emedies The duties and obligations imposed by these General Conditions and the rights and remedies available hereunder to tl�e parties �ereto are in addi�ian to, and are not to be canstrued in any wayas a limitatian of, any rights and remedies available to any ar aIl af them which are otherwise imposed or available by Laws or Regulations, by speciai rvarranty or guac�ntee, nr by oiher pravisions of the Contraet Documents. The provi�ions of this Para.graph will be as effective as if repeated spec�ically in the Contract Documents in connection vvitl� each pariicular ciuty; obligation, right, and remady to which they apply. CITYOFFORT WORTIT STANDARDCONSTRUCTION SPECIF[CATION DOC[TivfENTS IiCVl51PI1; $��il oo�zoo-i ��N�R.a�oa�oirio�s Page 63 af 63 17.t}4 SurvivalofObligatio�as All representations, indemnifications, vvarranties, and guarantees made in, required by, or gi�en in accordance with the Contract Documenis, as well as aJl continuing obligations indicated in ihe Contract Documents, wilI survive fmal payment, completion, and acceptance af the Work or termination nr campletion of the Cantract or termination of the services of Cantractor. 1'7.05 Headings ArticIe and paragraph headings are inserted far conv�nience only and do not constitute parts of these General Cp�.ditzoris. CITI'OF FORT WORT7-I 5TAN17ARDCONSTRUCT[ON SPECIF[C.ATION DOCi7MEN"TS Revisinn: 81i3l2021 aa �3 oa SUPPL�MENTARY CONDTI`IONS Page 1 of 6 SECT�ON Op 73 00 SUPPLEMENTARY CONDITIONS TO GENERAL CONDITIONS Supplementary Conditions These 5upplementary Conditions modify and supplement 5ection OD 72 D4 - General Conditions, and ather provzsians of the Contract Documents as indicated below. All provisions of the General Conditions tllat are modified ar supplemented remain in full force and effect as so rriodified or supplemented. All provisions of the General Conditions which are riot so modified or supplemented remain in full force and eFfect. De�ned Terms Th� terms used in these 5upplementary Canditions which are de�ined in rha General Conditians have th� meanin� assigned to tham in the General Conditions, unless speciiically not�d herein. 1V�odi�cations and Supplemertts The following are insYructions that mod'zfy oz' supplem�nt specific paragraphs in Che Genexal Canditions and othez' Contract Documents. SC-3.03B.2, "Resolving Discrepancies" Plans govern ovei Speci�ieations, 5C-4.OlA Easement limits shown on the Drawing are appzoximate and were provided to establish a basis for bidding. Upon receiving the final easements des.crigtions, Contractor shaIl compare tY�etn to the lines shown on the Contract Drawings. SC-4.Q1A,1., "Availability of Lands" The foIlowing is a list of known autstanding right-of-way, andlor easaments to be acquixed, if any as af 7une I, 2021: Ou#standing Right-�f-Way, andlor Easements to Be Acquired PARCEL OWNER N[IMBER NONE TARGET DATE OF F055ES5ION The Contractor understands and agrees that the dates listed. abov� are estimates anly, are nat guaranteed, and do nat bind the City, If Contract�r considers the iinal easements pro�ided to differ materially from the representations an the Contract Drawings, Contractoz shall within five (5) Business Days and before praceeding with the Work, notafy City in writing associated with the differing easem�nt line locations. SC-4.U1A.2, "Availability oi Lands" CTTY OF FORT WORTFi STANDARD CONSTRUCTION SI'ECIFICATIQN IIOCUMEI�[TS 2Q21 STRE�T REHABILITAITON Revised March 9, 202D CI'�'Y PI2p7ECT NO. 1Q3609 00 �a ao SUPYL.EMEIVTARX CQNDITI.ONS Page 2 oF 5 Utilities or obstructions to be re�noved, atIjnsted, and/or relocated The following is Iist of utilit�es and/ar obstructions that har�e not been rernoved, adjusted, and/or relocated as oF 7une 1, 2021: EXP�CTED L1TII�ITY AND LQCATION OWNER �`►[�]�i�i 'I'ARGET DATE OF ADTCTSTMENT 'I'he Contractar understands and agrees that the da[es listed above are estimates anly, are not guaranteed, and da not bind the City. SC-4.U2A., "Subsur�ace and Physical Conditions" The following are reports of explorations and t�sts of subsurface conditions at the siee of the Work: A"None" Report No. , dated , prepared b� "None" a sub-consu�tanL of "None", a consultant of the City, providing additional information on "None" The following are drawings ai physical conditions in or relating to exist'tng surface and subsurface struetures (except LTnderground Facilities) which are at or contiguovs to the site of the Work; "None" SG4.46A., "Haaardans En�ironmental Conditions at Site" TE�e %]lowing are reports and drawings of existing hazardous en�ironmental conditions known to the City; "None" SC-5.63A., "Certificates of Insnrance" 'I`he entities listed belaw are "acfditional irasuxeds as their interest m respective ofiiaers, directors, agents and empinyees. (1) City (2) Consultant: "None" (3) Other: "None„ SC-5.04A., "Contractor's Insurance" ay appear" including their The limits of liahility for the insurance required by Paragraph GC-5,04 shall provide the Following caverages for not less tkaan the folIouving amounts or greater where required by laws and regulations: 5.04A. Workers' Compensation, under Paragraph GC-5.04A, Statutary limits Employer's liability $IOO,DOQ each accident/occurrence $I00,000 Disease - each emplayee $500,000 Disease - policy Ur�it SC-5A4B., "Contractor's Ins�uance" CI'T'Y OF PORT WORTH STANDARD COIVSTR[7CTION SPECIF+TC�TION aOCUMENT5 2021 S'I'ItEET REHAI3ILITAITON Ra�ised Mazch 9, 2020 CI7'Y PROJECT NO. 1Q36Q9 QO 73 OD 51UPPLEMENTA[tY COIVDITIONS Page 3 nf 6 5.04B. Commercial General Liabiiity, under Paragraph GC-5.04B. Cant�actor's Liability Insurance under Paragraph GC-5.048., which shall be an a per project hasis co�ering tk�e Cnntractar with minimum limits of: $1,000,060 each nccurrence $2,0OO,OQb ag�regate iimit The policy must have an endorsement (Amendment — Aggregate I.imits of Insurance) malcing the Generaj Ag�egate Limits apply separately to eaeh job sit�. The Commercia� Genexal. Liability Insurance policies sha11 provide "X", "C", and "U" co�erage's. Verificadon of such coverage must be shawn in the Rernarics Article of t�e Certi�icate af Insurance. SC 5.O�4C., "Confractur's Lisnrance" 5.04C. Automobile Liability, under Para�aph GC-5.04C. Cantractor's Liability Insurance under Paragraph GC-5.04C., whicf� shall be in an amaunt noi less than tha followsng amounts: {1) At�tomobile Liability - a commercial business policy shall provide covezage on "Any Auto", defined as autos owned, hired arid no�-awned. $1,OOO,D00 least: $250,000 $500,Q00 �ioo,000 each accident on a eombined singie limit basis. 5plit limits axe ac�eptable if limits are at Bodiiy In}ury per pers�n 1 �odily Tnjury per accident 1 Property Dam.age SC-5.04D., "Contractor's Insurance" 'I'he Contractor's construction aciivities will require its employees, agents, subcontcactors, equipment, and material deli�eries to cross railroad properties and tracks "None". The Contractor shall conduct its operations or� railroad properties in such a manner as not to interfere with, hinder, or obstruct the railroad campany in any mann�r whatsoever in the use ar operation of itsltheir trains or othar property. Such aperations on railraad properties may require that Contractor ta eYecute a"Right of Entry Agreement" with khe partaculat razlrvad company or companies involaed, and to this end ihe Contracior should satisfy iGself as to tkie requirements of each railroad com�any and be prepared tn execute the xight-of entcy (if any) required by a raikoad company. The requirements specified herein likewise relate to the Contractox's use of privat� ancilor construction access roads crossing said railroad campany's praperties. The Contractuai Liability coverage reguired by Paragraph 5.04D af the General Con.diCions shall provide co�erage fnr not less than the following amounts, issuad hy companies satisfactory to the City and to the Railroad Company for a tezm tY►at continues for so long as the Contractor's o�erations and work cross., nccup�, or �ouch railroad property: (J ) General Aggregate: (2) Each dccurrence; _ Required for this Contract NIA N/A X Not required for this Contraet With respect ta the above otijdined insurance requiremants, Che following shall go�ern: C11'Y OR FORT WORTH STANi�ARD CONSTRUCTION SPECiFICATIOIY DOCUMENTS 2D21 STAEET ItEHABI[.1TATI'OPf Revised Mareh 9, 2D20 CI'PY' PIZQIECT NO. 103fi09 a� �s o0 SUPYLEMLIVT'ARY CdNDTPIOIVS Fage 4 of 6 1. Where a siragle railroad company is invaived, the Cantractor shaI] pro�ide one insurance policy in the nanze of the railro�d company. However, if more than one grade separation or at-grade crossing is affecteel by the Project a[t entSrely s�parate locatians on the line or lines of tl�e same rai�road campany, separate coverage may be rec�uired, e�ch in the amount statad above. 2, Where more than one railroad company is operating on the same right-uf-way or whare several rai�road companies are in�ol�ed and operated an tI-ieir ou+n separate rights-oF-way, the Contractor may be required to provide separate insurance poli�ies in the name of each raaTroad company. 3. If, in additaon to a grade separation or an at-gzade crossing, other work or activity is proposed on a raikoad con�gany's right-of-way at a loeafaan entixely separate from the grada separation or at- grade crass.ing, insurance coverage for ihis woric niust be incIuded in the policy covering the grade separation. +�. IF no grad� separation is invo�ved hut other work is propased nn a railraad company's right-of- way, all such other vvork �r�.ay be co�ered �n a singIe policy far that railroad, even though the work may be at two or more separate Iocations. No work or activities on a xaiIroad company's property Co be performed €�y the Cantractc�x shall be coinu�enced until the Contractor has furnished the City with an original policy or policies af the insurance for each railroad campany na�ned, as reqeiirerl above. Atl such insurance znust be approved by tl�e City and each affected Railraad Company prior to the Cantractor's beginning work, The ins�u°ance sp�ci�ied above must be carried unti] alI Work to be performed on the railroad right-of-way has baen campleted and the grade crossing, if any, is no longer used by the Contraetor, In addition, insurance must be carried during a!I maiutenance and/or repair work performed in the railroad rigl�t-flf-wa�, Such insurance niust name the railroad company as the insured, together with any tenant or lessee af the railroad company opera�ing ovar tracka involved in the Project. SG6.04,, ��Project ScheduI�" Project schedule shalI be tier 3 for the project, SC-6.07., ��Wage Rates" The following is tha prevailing wage rate table(s} applicable to this project and is pravi.ded in #he A�pendixes: GC 6.07 2013 FrevaiIing Wage Rates (Heavy and Highway Constr�[etion Prajectj A eopy of the table is also available by accessing the City's website at: https://apns.iortwarthtexas �ov/PraiectResourcesl You can access the file by foIlowing the directory pat�: 02-Construction DocumentslSpecific�tzons/Div00 — General Conditinns 5C-6.09., `�ermits and Utilities" SC-6.09A., "Contractor obtained permits and Iicenses" The follovering are know�n parmits ane[lor licenses required by tlia Contract to be aequired by the Contractor: "IVone„ SC-6.U9B. `�City obtained peranits and licenses" CITY OF FORT WORTH 2O2i STREET REHABILI'1'AITON STANDARD CONSTRUCT[ON SF�CII�ICATION DOCUIVIEIVTS Revised TVlarch 9, 2020 CITY PROJECI' NQ. 103609 on �3 ao SLTPPLEMENTARY CONI]1'C[ONS Page 5 of b The follnwing are known permits andlor licenses reguued 6y the ContracY to l�e acquired }�y the City: "None" SC-6.09C. "Outs�anding pex�its and licenses" The following is a list of known outstanding permits and/or licensas to be acquired, if any as oi Iune 1, 2021: Ontskanding Pex rnits andlor Licenses to Be Acqnired Q�R P��T oR Lze�vs� aa�m LocATTON °�Tone„ SC-7.62., "Coordinatian" TARGET DATB OF P05S�S5ION The individuals or entities listad below have contracts with the City for the performance af other work at the Site: "None" Vendor Sco e of Work Coordinatyon Authorit None Nane Nane SC-8.01, "Comsnunications to Cantractor" "Nona" SC-9.01., "City's Pro3ect Manager" The City's Project Manager for this Contract is Tariqul Tslam or hislher successor pursuani to written notification irom the Directnr of �'ransportation aad Public Wor�es SC-13.03C., "Tests and Ins�ect'rons" "None" SC-15.O1C1, "Metiiods and Procedures" "1Voue" END OF SECTION Revision L.og DATE I NAM� CTI'Y aP FORT WOATti STANDAIt17 CONSTRLTC'PION SPECIPICATlOPT DOCUM81VT5 SUMMARY OF CHANGE 2021 STRBET REHABILl l'AiTQ3+[ Revised Ma��ch 9, 2420 CITY YKO]ECT NO. ]03609 OU 73 00 SiJPPLEMENTARY CQNDTI'IONS Page 6 oFG 112212�16 F. �riffin 3/9/20�0 b.V. Magana Ai., "City's Project Representative" wording changed ta City's �roject �ger. .07, Updated. the link such that files can be accessed �ia the City's ite. C1TY OF FORT WbRTH STANDARD COdYSTRUCTId1V SPECIk�1CATIQN DOCUMeNTS 202i STREET REHABILITAITON Revised March 9, 2020 CITY PRQdECP NO, 103504 otl�oo-i sun�rM�rtY aF wot�x Page 1 of 3 1 2 3 PART 1- GENEItAI. 4 L1 SUNIMARY 5 A. Section Includes: 6 7 8 9 14 11 12 13 I4 SECTION 0111 OD SUMMARY OF WORK 1. Surnmary af Work to be performed in accordance with the Contract Docuznents B, Deviations from t�is City of Fort Worth Stazadard Specification 1. MOBILIZATI�N AND DEMOBILIZATION SHALL BE SUBSIDIARY TO THZS PROJECT PAY ITEMS, NO SEl'ARATL PAY. NO PAYMENT WII�L BE MADE FOR MOBILIZATT�N AND DEMOBILTZATION FROM ONE LOCATION TO ANOTHER IN NORMAL PROGRESS OF PERFORMIlVG THE WORK. REMOBILIZATION PAY ITEM SHALL BE PAID FOR SUSPENSION OF WORK SPECIFICALLY REQUIltED TN THE CONTRACT DOCt.TMENTS OR AS REQUIRED BY THE CITY. 15 C. Related Speciiication Sectioris inciude, but are not necessarilq limited to: 15 1. Di�ision 0- Bidding Requirements, Contract Forms, and Conditions �f the Cantract 1� 2. Division 1- General Requirements l8 1.2 PRICE AND PAYIV�NT PROCEDLTRES I9 A. Measurement and Paymant 2p I. Work associated with this Item is considered subsidiary to the various items bid. 2i No separate gayment wi11 be allowed for this Item. 22 ].3 REFERENCES [N�T USED] 23 1.4 AI)MTNISTRATY'VE REQU�REMENTS 24 A. Wark Covered by Contract Documents 25 1, V�ork is to include furnishing all labor, materials, and equipment, and peri'or�zi'sng 26 all Work necessary for this construction pz`oject as detailed in the Drawings and Z� Speciiications. 28 29 30 3I 32 33 34 35 36 37 38 39 B. Subsidiary Work 1. 2. Any and all Work specifically �overned by documentary requirements for the project, such as condi.fions izz�posed by the Drawings or Contract Documents in which no specifxc item for bid has been provided for in the Proposal and ttze item is not a typical unit bid itam �ncluded on tkie standard bid item list, then the item shall be considered as a subsid'zary item of Work, the cost of which shall be rncluded in the price bid xn the Propasal for various bid items. MOBII..IZATION AND DEMOBII.JZATION SHALL NOT SE PAID DIRECTL� BUT 5H�1L.T� BE CONSIDERED SUBSIDIARY TO THE MAJOR ITEMS OF WORK. NO PAYMENT WILL BE MADE FOR MOBILSZATION AND DEMIBILTZATION F'ROM ONE LOCATION TO ANO'iHER IN NORMAL PROGRESS OF PERFORMING THE WORK. CTTI' DF FDAT WORTH STAINDARp COIdSTRUCTION 5PLCIF'iCATTOIV l]OCL]N1E�TT5 Revised December 20, 2012 2021 STREET REHABIL.ITATION CTI'Y Y1t07ECT NO. 1D36U� O] ]10�U-2 SUMMARY O� WORK Page 2 of 3 1 C. Use of Premises 2 1, Coarclin�te uses of preznises under direction of ihe City. 3 2. Assume full responsibility for protection and sa%keeping of materials anc! 4 equipment siored on the Site. � 3. Use and occupy only poz[ions of the public st�e�ts and alleys, or other public places 6 or other rights�of-way as provided for in the ordinances of the City, as shown in the � Contract Documents, or as rnay be sp�cifically authorized in writing by the City. g a. A reasonable amount of tools, materzals, and equipment for constructinn 9 purpases may be stored in such space, but no more than is necessary to a�oid I� deIay in the construction opezations. 1 l b, Excavated and waste materials shall be storec! in such a way as nnt to intexfere �2 wifh the use of spaces that may be designat�d to ba Ieft free and unobstructed 1� and so as not to incon�enience occupants of adjacent property. 1� c. If the stre�t is occupied by railrpad tracks, the Work shalI be can•ied on in such X5 manner as not to interfere with the operafion of the railroad. �6 1) AlI Work shall be in accordance with razlraad requirements set forth in �� Division p as well as the raiIroad pez�mit. 18 D, Work within Easements 19 1, Do not enter upon private properCy for any puzpose without having previousIy 2a obtained permission from the own�r of sueh property. 21 2. Do not stpre equipment oz material on private property unless and until the 2� specified approval of the property owaer has been secured in writing by the �� Contractor and a copy furuished to the City. 24 3. Unless specifieally provided o.therwise, clear all rights-of way ar easements of 25 obstructions which must be rern�vc;d to rnake possible proper prosacntion of the 26 Work as a part of tE�e project construetion operaiions. 27 28 29 30 3l 32 33 34 35 36 37 38 39 40 4I 42 43 44 45 4. Preserve and use every precautzon to prevent daznage to, all trees, shn�bbery, pIants, lawns, fences, cul�+erts, curbing, and alI other types of structur�s or impravements, ta aIl Gvater, sewer, and gas lines, to all conduits, overhead pale lines, or appurtenances ttzereof, including the cozzstruction af t�mporary fences and to all other public or private property adjacent to the Work, 5. Notify the proper representatives of the qwners or accupants of th� public or pri�ate lands af interest in l�nds which might be affected by the Work. a. Such notice shall be inade at least 4$ hours in ad�ance of the beginrung of the Work, b. Notices shall be applicable to bnth public and private utility companies and any corporation, company, indiVidual, or other, eitl�er as owners or occup�nts, whose land or interest in land might be affectad by the Work. c, �e responsible for aIl damage or injury to propezty of any ck�aracter resulting from any act, omission, negleet, or misconduct in tS�e manner oz me.thod oz' execution of the Work, or at any time due to defeetive work, material, or equi,pnnent. 6. Fence a. Restore all fences eneountered and removed during canstzuction of ti�e Froject to the original or a bekter than original conciit�on, C1TX OF PORT WORTfT Z021 S'£REET REHABILI'1'A'I'I(?N 5'I'taNDAR.D CONS'IRUCTIpN S�'ECTFICATIqN DpCiIMENTS TZevised �ecem6er 20, 2012 CPT'Y PRO7�C'I' NO. ] 03609 1 2 3 4 5 b 7 8 Q 10 tl 12 13 14 15 16 17 1$ 14 p11100-? Si]luIMARY OF WOKK Page 3 of 3 b. �rect termporary fencing in place of the fencing removed whenever ihe Work is not in grogress and when tha site is vacated ovez'night, andlor at all times to prQt+ide site security. c. The cost for all fence work witl�in easeznents, including removal, temporary clQsures and replacement, shall be s.ubsidiary to the various iiems bid in the project proposal, unless a bid 'ztem is spacifical]y provided in Che propasal. 1.5 Si]BMTTTALS [NOT U5ED] 1.b ACTION Si]BMITTALSlXNFORMATTONAL SLTBNIITTALS [NOT USED] 1.7 CL�SEOUT SUSMITTALS LNOT USED] 1,g MAINTENANCE MATERIAL SUB1VLiTTALS [NOT USED] 1.9 QUALITY A��URANCE [NOT T1SED] 1.10 DELIVERY, STORAGE, AND HANDLTNG [NOT LTSED� L11 FIELD [SITE] CONDITIONS [NOT USED] 112 WARRANTY [NQT iTSED] PART � - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION DAT� I N�� Revisian Log SUMMARY aF C�7ANGE CTI'Y OF f�ORT WORTH STAIVDARD CO�YSTRUC'�'lON SP8C1f�ICATION DOCiJh1ENTS Revised Qecember 20, 2012 202] S F12EST RE�I�ILITA'TION CPPY PR03ECT NO. 103609 01 25 QO - I SUBSTiTOTIpN YROCEDU1tLS Page I of 5 r. 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 7 S 9 10 lI iz 13 14 15 SECTION 01 �� 00 SUB�TITUTTON PROCEDURES 1. The prpcedure for requestzng the approval of substitution of a prod�ct th�at is not equivalent to a praduct which is specified by descriptzve or per,formance criteria or deiined bp zeference to 1 or more of the following: a. Naane of manufacturer b. Name o� vendoz c. 'Z'zade name d. Cat�log nunnber 2, Substitutions are not "or-equals". B. Deviations from this City of Fort Worth Standazd Specification 1. None. 1� C. Related Specification Sections include, but are not necessazily limited to: I7 1. Division 0— Bidding Requrrezrnents, Cantract Forms and Conditions of the Cont�act 1� 2. Division I-- General Requirements 29 1.�, PRICE AND P�iI']V�NT PROCEDURE� �0 A. Meastirement and �ayment 21 I. �ork as�ociated with this Ttem is considerefl subsidiary to the �aiious items bicE, 2� No separate payment will be allowed for this Item. 23 1.3 RE�ERENCES �1VOT USED] 24 1.4 ADMINZSTRATIVE REQUIREMENTS 25 26 27 28 29 30 3l 32 33 34 35 36 37 A. Request %r 5ubstitution - General 1. Witkuin 30 days af�er award of Contract {unless noted otherwise), the City will conszder formal requests from Contractor for subsiitution of products in placa of those specified. 2. Certain types of equipment and lcinds of �r�.aterial are described in Spaciiicafiions 6y means of references to nam�s of manufact¢rers and vendors, trade names, or catalog n.umbers. a. When this method of specifying is used, it zs not intended to excIude from consid�ration ott��r products bearing other �nanufacturer's ar vendor's names, trade naznes, or CataIog nuznbers, provided said praducts are "or-equals," as determ'rned by City. 3. Otk�er types of equipmeni and kinds of material may be acceptable substitutions un�er tI�e following conditions: CITY OF FORT WORTH STEIPTDARD C4NSTRUCTION SPECIFICATI(}1V DOCLIMENTS kevised 7uly 1, 2011 202] STREET REHABIL.TTATION CiTX PRO]ECT NO, 1036D9 oi2soo-z SUBSTITUTIOIV PROCEDURES Page 2 of 5 1 a. Or-equals are unavailable due to stz�i��, d'zscantinued production of products 2 meeting specified requirements, oz' otY�ez factors beyand contr43 of Contractoz; 3 or, 4 b. Contractar proposes a cost an�/ar time reduction incentive to the City. 5 1.5 SUBMITTALS 6 A. See Request for Substitution Fozm. (attached) 7 B. Procedure for Requesfiing Substiiution 8 1. Substitution shall be consid�red nnly: 9 a. After award oi Coatract 1p b. Under the conditions stated herein 11 12 13 14 15 i6 17 18 I9 20 21 22 23 2� 25 26 27 28 29 30 31 32 33 34 35 3b 37 38 39 40 41 42 A3 4� 2. Submit 3 copies of each written request for subs�itution, includiag: a. Documentation 1) Complete data suhstantiating compliance of proposed substitution with Contract Docurrzents 2) ➢ata relating to changes in construction schedule, when a reduction zs proposed 3) Data relating to changes in cost b. �arr praducts ] ) �'rqciuct identification a} Manufacturer`s i�ame b) Telephone number and. representative cantact name c) Speeifieation 5ection or Drawing reference of originally specified product, including discxete name or tag number assigned to original pioduct in the ConCract Docuznents 2) Manufacturer's literatur�; clearly marked ta show compliance of proposed product with Contract Documents 3) Iterruzed cornparison of original and proposed product addressing product characterisiics irncluding, but not necessarily limited to: a) Size b) Composition or materials of construction c) Weight d) Electnical ar mechanical reguirements 4) �'z'oduct experience a} Lacation of past projeets utiIizing groduct b} Name and telephone number of persons associated with referenced projects knowledgeable concerning proposed product c) Available field data and re.ports associated with gropnsed product 5) Samples a) Provide at request of City. b) Samples become the property of the City. c. For construction rriethods: 1) Detailed description of pzoposed rnethod 2) Illustraiion drawings C. Approval or Rejection �5 L Wiitten approval or zejec�inn of substitution given by the City CTTY OF FORT WORTH 202 f STT2EET REHABILITATION 5'T'ANDARD Ca1�ISTRUCTI0IY SPECIFiCAT101� DOCUIVIENTS Revised 7uly 1, 2011 CITY PIZO]ECT NO, 1.p3609 012500-3 SUBST1TiITIQN PROCEDUR�S Page 3 of S 1 2 3 4 5 6 7 8 9 1� 11 12 2. City reser�es the right to requize proposed product to comply with colnr and pattern of specified product if necessaxy to secuxe design intent. 3. In the event the substitution is apprqvad, th.e resulting cost and/ar time reduction wilI be documented by Change Ordex zn accordance with the General Conditions. 4. No additional contract ti�ne wi11 be gi�en �ar substiiuiion. 5. Substitution will be reje.cted if: a. Submittal is not thrangh the Contractor with his stamp of approval b. Requesi is not made in aceordance with this Speci�cation Section c. In the City's opinion, aeceptance wilI require substantial revision of Yhe original design d. In the City's o�Oinion, substitution will not perform adequatel� the function eonsistent with the des�gn intent 13 1.6 ACTION SUBMLTTI�LS/INTORMAT�ONAL SUBIVIIITALS INOT USED� 14 1.'� CLOSEOUT SUBMITTALS �NOT USED] 1S 1.8 MATNTENANCE MATERIAI. SUBMITTALS [NOT USED] 16 1.9 QUALITY ASSI]RANCE 17 I8 z� 20 21 22 23 24 25 26 27 28 29 30 A. In maIring requast for substitution or in using an appro�ed praduct, the Contractor represents that the Contracioz: 1. Has investigated proposed praduct, and has determined that it is adequate or superior in all respects to that specz�'ied, and that it will perform function for which it is intended 2, Will provide same guarantee for substitute item as for product specified 3. Will coordinate installati.on of accepted substitution into Woz-k, to include building mndi�'ications if necessary, making such changes as may be required for Work to he complete in all respects 4. Waives all claims for additional costs related to substitution which subsequently arise X.10 DELIVERY, STORAGE, AND HANDL�NG [NOT U,SED] 1.11 FI�LD [SITE] CONDITIONS [NOT USED] 1..12 WARRANTY [NOT iTSED] 3� PART 2- PRODUCTS [NOT USED] 32 �'ART 3 - EXECL]TION [NOT U�ED] 33 34 END OF S�CTION Re�isian Log C1TY OF FOAT WOR'I`�I STAIVJaAI2D CC]NSTt2LTCTION SPECIFTCATION DOCUIvIENTS Revised duly 1, 2q11 2421 STI2EET IZEHABII.ITA'PION CPCYPROJECTNO, 1Q3609 a� 2snn-a SU85T1TUTION PROCEDi3RE5 Page 4 af 5 DATE � NAM� � SUMMARY O� CHANGE CITY OF FOR'T WORTH 2O21 STR�ET RESABLLITATION S'1'ANDARI? CONSTRUCTION SPECIPICAfi(7iV DOCUML'PTTS C�y pR03ECT iYO. 103609 Revised 7uly 1, 2011 012U0-5 SUBSTITUTION PROCEDURES Page 5 of 5 1 2 3 4 5 6 7 S 9 IO 11 I2 13 1� 15 16 i7 18 I9 zo zi 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 �0 41 42 43 44 45 46 47 48 49 EXHIBIT A REQUL<'ST FOR SUBSTITUTION FORM: TO: PROJECT: DATE: We hereby submat for yoUr consideration the fallowing ,product instead of the specified item for the above project: SECTTON PARAGRAI'H SPECI�'IED ITEM Proposed Substitution: Reasan for Substitution: Include complete infarnrzation on changes to Drawings and/or Speciiications which proposed substitution will require fo� its prqper installation. Fi� zn Blanks Below: A. Wi�l the undersigne� cont�actar pay for ehar�ges to the building desrgn, including engineering and detailing costs caused by the requested sub.atitut�on? B. What effect does substitu�ion have on otla�r u•ades? C. Differences bet�+een proposed substitution and specified item7 � D, Differences in produet cost or product delivery tizne? E. Manufacturer's guarante�s of the proposed and s,pecified items are: Equal $etter (explain on attachmant) The undersigned states that the function, appearance and quality are equivalant ar superiar to the specified itenn. Submitted By: Far i7sa by City Signature as no#ed Firm Address Date Telaphone For Use by City: Approved Czty � Recomrzzended � Recomrz�ended �, Not recommended �R�ceived late �y Date Remarks Date CIT'Y QP FOAT WORTH STANDARD CDNSTRLTC'TION SP&CIFICATION DOCLTMENTS Revised 7u3y 1, 2011 Rejected 2021 STREBT REH�1mIL1TATI0N CPI'Y PIZO]ECT N0. l03 b09 013119-1 PR�CONSTIZUCTION MEETING Page 1 of 3 1 2 3 4 SECTION Q131 19 PRECONSTRUCTION MEETING PART l. - GENERAL 1.1 SUMMARY S A. 5ection Includes: 6 1. Provisions far the preconstruction meeting to be held prior to the start of Work to 7 clarify c.onstruction contract administration pzocedures 8 B. Deviations from this Ciry of Fort Worth Standard Specifica�ion 9 1. None. ia 1I 12 13 1..2 C. Related Specification Sections incIude, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract �arms and Condii�ans of the Contract 2. Division I— General Requirements PRICE AND PAYMENT PROCEDURES 14 A. Measurement and Payment 15 1. Work associated with this Item is �onszdered subsidiary to tha vazious items bid. [6 No sepazate payment will be all�wed far this Item. t7 1.3 REFERENCES [NOT USED] 18 1,4 ADMINISTRATIVE REQLTIR�MENTS 19 20 21 22 23 24 25 26 27 28 29 30 3I 32 33 34 35 3b 37 38 A. Coordination 1. Attend preconstruction meeting. 2. Repres�ntatives of Contractor, subcontractors and suppliers attending meetings shall be qualified and authorized to act on behalf of the entity each represents. 3. Meetxng administered by City may be tape recarded. a, T� recorded, tapes will be used to prapare minutes and xetained by City for future reference. B. Preco.nsiruction Meeting 1. A preconstruction meeting will be held within 14 days after the execution of the Agz-eement and before Wvz'k is started. a. The meeting wil3 be scheduled and administered by tlae City. 2. The �raject Representative will preside at the meeting, p:repare the notes nf the meeting and distribuCe capies of same to alI participants who so request by fullq completing the atiendaz�ce form to be circulated at the beginning of the meetzng. 3. Attandance shall include: a. Project Representative b. Contractor's pzoject manager c. Coniractor's superintendent d. Any subcontraetor or supplier representatives whom the Conlractor m.ay desire to invite ox the City may request CPI`X OF FQRT IJORTi-I 5'iAN17ARD CONSTRUCTIQI\ SPECTFiCA'�'ION DOCUME[�TTS Revised Augus[ i7, 2012 2021 3TREET REHABILITATION CI'1'Y PR0IECT NO. 1036U9 O1 31 19 - 2 PRSCQ[�TSTRUCfION MEETING Page 2 af 3 1 z 3 4 5 5 7 S 9 10 lI 12 13 T4 1S lb 17 18 19 20 zi zz 23 24 25 26 27 2$ 29 30 31 32 33 34 35 36 37 3$ 39 4� 41 42 43 41t 45 e. �ther City representatives f. OChers as appropriate 4. Constzuciion Schedule a. Pr�pa�re baseline const�-uctinn schedule in accordance wziia Sectaon 01 32 16 and provide at Precanstruction Meetin�. b. City �il1 notify Cantractor of any schedule changes upon Notice qf �reconstruction Meeting. 5, Preliminary Agenda may include: a. Introduction of Praject Personnel b. Ge�eraI Descriptian q� Project c, Status of right-of-way, utiXzty clearances, easements oz- oth�r pertinent Qermits d. Cpntractor's work plan and schedule e. Cantzact Time f. Notice to Proceed g. Construciion Staking h. Pragxess Payments i. Extra Work and Change Order Procedures j. Field Orders k. Disposal 5ite Letter for Waste Material 1. Insurance Renewals m. �'ayroll Certification n. Material Certificafions and Quality Control Testing o. PubIic Sa%iy and Convenience p. Doc�amentatiqn of Pze-Construction Conditions q. Weekend Wozk Natification r. Legal Holidays s. Trench Safety Plans t. Coniined 5pace Entry Standaz-ds u. Coordination with the City's zepresentative for operatians p� existing water syst�ms v. 5torm Water Pollution Fravention Plan w. Caordination wiEh other Contractors x, Early Warning System y. Cantractor Evalu�tion z, Speeial ConcEitions applicable to the projec� aa. Damages CIaims bb. Submittal Procedures cc. Substitut�on Proced�res dd. Carr�spondence Routing ee. Record Dradvings £f. Temparary construciion faeilities gg. M/WBE or N{BE/SBE procedures hh. Final Acceptance ii. Final Payrnent jj. Qtaestions or Comments cYrY aF Foa� woR�rx STANDARD CpN5TRi3CTTON SPECIFICATION DQCUMEN'TS Revisad August 17, 2012 202] STRE�T REHABII.IT'ATION CPfY PROJECT NO. 103504 013119-3 PRECQNSTRUCTION MBE'I'1HG Page 3 of 3 1 2 3 4 5 6 7 S 9 1Q lI 12 13 1,� SUBMITTALS INOT USED] 1.6 ACTXQN SUBNIITTALSIINFORMATIONAL SUENIITTALS [N�T USED] 1.� CLOSEOUT SUBNIITTALS C�1OT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] I.9 QUALITY ASSUI:ANCE LNOT USED] 1.14 DELIVERY, STORAGE, AND HANDLING �NOT USED] 1.11 �'li:LD [�ITE] CONDITION� LN�T USED] 1,1� rwARgANTY [NOT USED] PART 2 w PR�DY7C.T5 [NOT U�ED] PART 3 - EXECUTI�N [NOT USED] END DF 5ECTION DATE I N� Ravision Lag SUMMAI.tY OF CHANGE � 2021 5"PR]?ET R�HABILPi`A'I'ION CTTY OF �ORT WORTH ST�FDARD CQNSTRUCTI01'15PECIF�1CATiON DQCUMENTS G�y pgp�ECT NO. ] 03609 Revised August 17, 2012 ois�zo-� PRQ7ECT ME$'T'INGS Page 1 of 3 Y 2 3 PART1- GENERAL 4 1.] SLTMNIARY �ECTION 013I �0 k'RO.TECT MEETINGS � A. Sect�on IncIudes; b 1. Provisions for project meetings t�roughout the cpnstruction per�od tQ enable orderly � review of the progress of the Work ana to provide for systematic discussion pf S potential problezns 9 B, Deviations thzs City ofFort Woxtla Standard Specification z � 1. None. 1� C. Related Specificafion 5ectipns include, but are not necessariZy limited Co: 12 1. Division 0— Biddin.g Requirements, Contraet �'orms and Conditions of the Contract 13 2. Division 1— Genera� Reqt�ixem�nts 14 1.2 PRICE AND PAYN�NT PRpCEDUR,ES ZS A. Measurement and �ayment �6 �. Work associated with ttzis Item is considered subsidiary to the ��-ious items bid, � 7 No separate payment will be aJ.lowed for this Item. 18 I.3 REF�RENCES [NOT USED] I9 1.4 ADMTNISTRATXVE REQUIREMENTS Z� A. Coordination 21 1. Sehedule, attend and administer as specified, periodic progress meetirags, and 22 specially ca]led meetings thrp�ghout progress of the Work. 2� 2. Representatives of Contz-actor, su6contractoss and suppliers attending m�etings 24 shaZ1 be qualified and authorize.d to act on bei�alf of the en�ity each represents. Z� 3. Meetings administered by City may be tape recoraed, 2� a. If recorded, tapes will be used to prepare nrunutes and retained by City %r 27 future re%rence. 2S 4. Meetings, in additron to thpse specified in, this �ection, may bc� held when requested �9 by the City, Engine�r or Contractar. 30 B. Pre-Construction Neighborhood Meeting 31 1. After the execution of the Agreement, but before construction is allowed to begin, �� attend Z Public Meeting with affected residants ta; 33 a. Present projected schedule, zncluding consiruction starr date 34 b. Answer any cqnstructzon related questions 35 2, Meeting Location 3� a. Location of ineeting to be detezmined by the City, 37 3. Attendees 3� a. Cnntractpr C1TY OF FORT WORT`H STANDARD CONSTRWCTTON SPECIFICATION DOCUMENTS zd21 STREET AEHABILITATION Revised duly 1, 2p11 CPTY PItO7ECT IVd. I U3609 oi 3� zo�a pRpJEGT MEETINGS Pags 2 o'C 3 I 2 3 4 5 6 7 S 9 1Q 11 12 I3 14 15 16 17 18 I9 24 2I 22 23 24 2S 26 27 2$ 29 3p 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 �8 b. Projeet Representative c. Diher City represenCatives 4. M�eting Schedule a. 1n general, the neighborhood zrieeting will occur within the 2 weeks following the pre-construction conference. h, In no case will consiz-uction be allowed to begin untal this meeting is hald. C. Pra�ress Meetings 1. Formial project coordination meekings will be held periodically. Meetings will b� scheduled and admin.istered by Project Representaiive. 2. AdditionaI progress meetings ta discuss speciFi� topics will be conducted on an as- needed basis. S.uch additional meetings sha31 include,. but not be limited to: a. Coordina�ing shutdowns b. Installa�ion o� piping and equipment c, Coordination betvv�en other construction prajeets d. Resalution of canstrucrion issues e, Equipment approval � 4. 5 The Project Representative wiIl preside at progress meetings, prepare the notes af the meeting and distribute copies of the sam� to all participants t�ho so request by fuIIy completing the attendance farm to be circulated at the beginning of eaeh meeting, Attendance shall include: a. Contzackor's project mariager b. Cor�tractor's superintendent c, Az�y subcontract4r or suppIiez z'epresentatives whom the Cpntractor may desire to in�ite or the City may raquest d. Engineer's representatiives e. Ciry's re.presentatives i. Others, as requested by the Project Represeniative Pz'e]}minary Agenda rnay include: a. Re�iew of Work prpgr�ss since previflus meeking b. Field abser�ations, prnblems, co.nf�icts c. Items which impede construction schedule d. Review of off sike fabri.cation, delivery schedules e. Review of canstruction interfacing and sequencing requirerrients t�vith other construction can�racts f. Corrective measures and procedures to regain projected schedule g. Revisions to constructian schedule h. Progress, schedule, during succeeding Wark period i. Coordination af schedules j. Revi�w submittal schedules k. Maintenance of quality standards 1. Pending changes and substitutinns m. Review proposed changes foz: 1) Effect on construction schedule and on completian date 2) Effect on other contracts. of the Project n. Review Record Documents o. Review manthly pay z'equast p. Review status of Requests for Information GTTY pR FORT WORTH STANDARI] GONSTRUCTiON SPECIFiCATIpN DOCUMENTS Re�ised duly 1, �Ol l 2021 S'I`REET 12EIIA$II.1'�'ATI�N C1TY P�OSECT NO. 103609 fl13120-3 PROdECT MEETIlVGS Page 3 af 3 1 6. Meeting Schedule 2 a. Progress meetin�s will be held periodical�y as determined by tt�e Praject 3 R�pr�sentative. 4 1) Additiona] meetings znay be held at the request of the: 5 a} City 6 b) Engineer 7 c) Contractor 8 7. Meeting Location 9 a. The City witl establish a meeting Iocation_ 10 i) To the extent prac�cable, meetings �viII be heid at the 5ite. 11 1.5 SUSMITTAL� [NOT U�ED] 12 1.6 ACTION SUBMTTTALS/INF�RMATIONAL SUBMITTALS [NOT US�D] 13 1.'� CLQSEOUT SiTBMITTALS [NOT USED] 14 1.8 MAINTENANCE MATERIAI, SUBMII i'ALS [NOT i7�ED] l.5 1.9 QUALITY ASSUIZANCE [NOT LT�EDJ 16 1.10 DELNERY, STORAGE, AND H�NDLING [NOT USEll] 17 111 FIELD [SITE] CONDITIONS [NOT USED] is 1.].2 WARRANTI' [NOT YlSED] 19 PART 2- PRODUCTS [N�T USED] 20 PART 3- EXECUTION [NOT USED] 21 22 END OF SECTION Aevision Log DA'I'B NAME SITMMARY �F CHANGE 23 CPI"Y OF R�RT WORTH 2O21 STREET ItEHASII.ITATION STANDARD CpNSTRUC'i'lON SPECIFICATIDN DOCUMEI,7T5 Revised luly 1, 2011 C�'Y PRQ.I�C'I` NO. ] 03609 0 ] 32 l6 - I COI�STRUCTIOi�i Y1tOGRESS 5C�IEDUI.E Page 1 of 10 1 2 SECTIUN 01 32 16 CONSTRUCTION SCHEDULE 3 PART 1- GENERAi. 4 1.1 SUMMARY 5 6 7 8 9 10 11 A. Section Includes: 1. General requirements for the preparation, submittal, updating, status reporting and management of the Construction Progress 8chedule 2. Spec�c requirements are presented in the City of Fort Warth Schedule G.uidance Dacument B. Deviations firam ihis City of Fo�t Worth 5tandard Speeification l. None. 12 C. Related Specification Sections include, 6ut are nat necessa��ily limited ta: i 3 1. Di�ision D— B idding Requirements, Contract Forms and Conditions of the Contract 14 2. Division 1— Generaf Requirements 15 i6 17 18 19 za 21 22 23 24 �5 26 27 28 29 30 D. Purpose The City of Port Worth (Gity) is cotnmitted io delivering quaiity, cost-�ffective infrastructuz'e to its ciiizens in a ti�ely manner. A key tiool to achieve this purpose is a properly st�'uctured sch.eduje with accurate updates. This suppoi�ts effective monitorin� of progress and is input to critical decision making by the praject ma.nager thtougho�t the life af the project. Data from the updated projeci schedule is utilized in status reporting to various levels of tlae City organization and the citizenry. This Document cd�x�plements the City's Standard A$reement to guide the construction contractor {Contractor) in preparing and subm�tting acceptable schedules for use by the City in project deliveiy. The expectation is the performance oftlae wor�C%Ilaws the accepted schedule and adhere to �he contractual timeline. The Contractor wi11 designate a qualiiied representati�e (Project Scheduler} responsible for developing a�d updating the schedule and preparing status repoiting as required by the City. 31 1.� PRICE AND PAYMENT PR�CEDURES 32 A. Measurement and Payment 33 1. Work associated with this Item is considered subsidiary to the various ltems bid. 34 Na separate payment will be ailo�aed for this Item. 35 2. Non-compljanee witl� this specif'icatian is groun.ds for City io withhold payment of 36 the Contractor's in�oices until Contractor achieves said campllance. 37 1.3 REFERENC�S 38 A. Project Schedules C1"I'Y OF FORT WQRTH STANDARD CON3TItUGTION SYECIF'ICATiOIY DOCUIVIENTS Revised August 13, 2021 2021 STREEi' REHABILITAI'I'ON CTl"Y PROJECT NO. 103609 D13216-2 CONSTRUCTION PRdGRESS 5CHEDLfL� l 2 3 4 5 6 7 8 9 !0 I1 12 13 14 IS 15 17 18 !9 Za 21 22 23 2A 25 26 27 28 29 30 31 32 33 34 35 Page 2 of 1 a Each project is represented by City's rr►aster project schedule that encoxnpasses the entire scope ofactzvities envisioned by the City to proper�y detiver tl�e work. When t�e City contracts vvith a Cont�•actor to perfor.m conszr�ction of the Work, �Eie Cont�•actor will develop and inaintain a schedule fnr their scope of work in alignment t�ith t�e City's standard schedule r�quirements as defined h�z�ein. The data and �nformatian of each such schedule will be leveraged and became integral in the master pt�oject schedule as deenried appropriate by the City's Praject Control Specialist and appraved by the City's Project Manager, Master Project Schedule The master project scheduIe is a holistic representation of the schedu]ed acti�ities and mllestones for the total project and be Critical Path Method (CPM} based. 1"he City's Project Manager is accountab�e for oversight of the develop�nent and maintaining a master project schedule for each project. When the City contracts for t[�e d�sign and/or constt•uetian of the project, the mastei• project schedule w'if] incorporate e[ements of the Design and Construction schedules as deemed appropriate by the City's �roject Contt•ol Speeiaiist. The assigned City Project Control Specialist creates and maintains the mastef� project schedule in P6 (City's scheduling software). 2. Constr'uction Sched�Ie The Cantractor is responsi6le for developing a�d maintaining a schedule for the scope of th� Contractor's contractua! re�uirements. The Contractor w�ll issue an initial schedul� %r review and acceptance by the City's Projeet Control Specialist and the City's Project Manager as a baselin� schedule for Contractor's scope of woxk. Contractor wiil issue current, accurate updates af their schedule (Progr�ss Schedule) to the City at the end of each manth tEu oughout ihe Iife af their work. B. Schedu[a Tiers 'I'he City has a portfolio of proj eets f}�at vary uridaly in size, complexity and content requicing different scheduling to effective]y delivet• each project, Tlie Cify i�ses a "tiered" appraach to align the proper schedule with the criteria for each pt•oject. The City's Project Manager determines the app�•ogriate schedule tier fox each projecf, and includes that designation and the associated z•ec�uirements in the Ca�tracto�•'s scope of work. 'I'he following is a summary of the "tiers". 36 I. Tier 1; Smal[ Size and Sho�� Dura�ion Praject (design not required} 37 The City de�elops and maintains a Mastet� Project Schedule for the pt•oject. No �g s�hedule submittal is raquired fi•oin Contractor. City's Praject Control Specialist 39 acquires ar�y necessary schedule status data or infarmation through discussions wittz 4� the respeetive party on an as-needed basis. 9� 1 42 43 44 45 46 47 48 49 2. Tier 2: Small Size and Short to Mediurn Duration Project Tlae City de�elops and maintains a Master Project Schedule for the projact. The Contz'actor identi�es "start" an.d "finish" milestane dat�;s on key elements of th�ir work as agreed wrtta the City's I't•oject Manager at the kiGI�aff of the3a- work effort. The Cont�•actor issues to the City, updates ta the "start" atzd "iinish" dates for such milestones at the er�d of each inanth throughout the �ife of iheir wark on tk�e proj�ct. 3. Tier 3: Meciium and Large Size and/or Complex Projects Regardless of Duration CITl' OI' FpRT WOT2TH 2fl21 STR�,ET REE-iABILTTAITQN STANDARI] COATSTRiJCTION SPECIFTCATI0IV I]OCiTIv1EFVT5 CIT'Y PRd7EC'I' hIC). 1Q3609 Revised August l3, 2021 O13216-3 CONSTRUCTION PROGRESs SCHEDi1LE Page 3 af l0 6 7 9 10 11 12 13 l4 The City develops and maintains a Master Project Schedule far the project. The Contractar develops a BaseIine Schedu[e and inaintains the schedule of their respective scope of work on the praject at a level of detail (generally Level 3} and in alignment with the W�S structure in Section I.4,H as agreed 4�y the Project Manager. The Cont�ractor issues ta the City, updates of their respecti�e schedule (Progress Schedule} at the �nd of each month tl:�roughoui the life of their work on the proj ect. C. 5ehedule Types Project delivery for tY�e City utilizes two types of schedules as noted beit�w. The Cit}� develops and rnaintains a Master Projeet Schedule a.s a"baseline" schedule and issue monthly updates to the Cify Proj�ct Manager {end of each ma�th) as a"progress" schedule. The Contx'actor pregares and submits eaeh schedule type to fulfil] th�eir eontcaetual requirem.ents. 15 1. Baseline Schedule lb The Coniractor de�elops and submits to the City, an initial schedule for their scope 17 of �t�vark in ali�ntnent wiih this specification. �nce r'eviewed and accepted by tFie 18 City, it becom�s the "Baseline" schedule and is th� basis agaix�st vvhich all progress ig is measured. �'he baseline scheduie wil! be updated when there is a chang� or 2� addition ta the scope of work iinpactir�g the duration of the Waz•k, and only after 21 receipt of a duly authorized change order issued by the City. In the event progress is 2�, significantly behind schedule, the City's Praject Manager may authorize an update 23 ta the baseline sehedule to facilitate a more practical evaluation of prog��ess. An 2�} e�ample af a Saseline Sci�edule is provided in Speciiication O 1 32 I6.1 25 Canstruciic�n Praject Schedule Basejine Exarnple, 26 27 2, Progress Schedule 28 The Contraetor updates their schedu�e at the end of each rnonth to represent the 29 progress aci�ieved ir► the work which includes any impact from autf�ori�ed chan��s 3p in the vvark. The updated schedule must accurately reflect the currenf status of the 31 work at #hat point in time and is referred io as the "Prog�'ess Schedule". The City's 32 Aroject Manager and Project Canh•ol Speciadist revieuvs and accepts each progress 33 scheduie. In the event a progress schedule is deemed not acceptable, the 34 unaeceptable issues are identified by the Cit}� within 5 working days and the 35 Contractor must provide an accep#able prog,ress schedule �+ithin 5 wor�ing days 36 after raceipt of non-acceptance notification. An exarrzple af a Progt'ess Schedule is 37 provided in Specification �1 32 16.2 Construction Project ScheduJ.e Progress 3 8 Exatnple. 39 D. City Standard Schedule requirements 40 The following is an overview nf the rr►ethodology for de�eloping and maintaining a 41 sclled�Ie for delivery of a project. Cl'TY OF POIZT WflRTH 202 � STRL•'.ET REHABTi1TA1TON STANDARD CONSTRUCTION SP�.CIFICATiON DOCUMENTS CITY PILQ3ECT NO. 1fl3G09 Rcvised August 13, ZD21 oi 3a ib-a CONSTRUCTION P1tOGRESS SCHEDULE Page 4 of I O 1 2 3 4 5 6 7 S 9 10 11 12 I3 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 �z 33 34 35 3b 37 38 39 40 4l 4.2 43 44 45 46 47 1. Schedule Framewor]c - The schedule wiIl be based on tEie defined scope of work and follow the (Critical Path Methodolagy) CPM method, The Contractor's scheduIe will align with the requirecnents of this specification and will be cost loaderl to refl�et their plar� for execution, Compliance with eost loading can be provided with fraditional cost loading of Iinc ite�ns OR a prQjecied cosf ger month for Yhe project vvhen the inifial schedule is submitted, updated on a quarterly basis is significant change is anticipated. Overall schedule dw•ation wi11 a[ign with the contractual �•equirements for the respective scope of work and be reflected in City's Master Prajec� Scheduie. "I'he Project Nutnbe�• ar�d Name of th�: Project is reguired an each schedule and must match the City's project data. E. Schedule File Name � All schedtiles submitted to the City for a projeet will have a file �ame that begins w�th the City's project ra.umber followed hy the name of th�project followed by haseline (if a baseline schedule} o�• the year �rnd month (if a progress schedule), as shown below. + Baseline Schedule File Name F'arrziat: City Project Nuinber Project Name Baseline Example: 101376 Narth Montgomery Streef HMAC Baseline • Pragress Schedule Fi[e Natne Format: City Project Nutnb�r Project Name YYYY-MM Example; 101376 Narth Mantgom.ery ,Street HMAC 2018 O 1 � Project Schedule Progress Narrative Fi1e Name Format: City Project Num6er Project Name PN YYYY-MM Exatnple: 101376_NQrth Montgomery ,Street HMAC PN 2018 O I F. Schedule Templates The Contractor wi�l utilize the relevant sec�ions from. the City's templates provided in the City's dacut�aent manageznant system, as the basis for ceeat[ng their respective project schedu[e. Specifically, the Con�t•acto�'s schedule will align with the layout of the Construction section, The templates are id�ntified by type of project as noted below. � Arterials � Aviation � Neigllbot•hoad Streets � Sidewallcs (later} � Quiet Zanes {later•) � Street Lights {Iater) � Intersection Impravements {Iatef•) • Pa�•Ics � Storm water � Street Maint�nance � Traf�c � Water 48 G, �chedule Calendar CITY UF FDRT �QRTH STAIVDATZD CO[�1STRUCTION SPGCIFCCATTON DOCUNrI�hITS Rec+ised Au,gust 13, 20Z l 2021 ST7ZEET RE$AI3ILITATTON CIT'Y PROJ�CTNO. 1d3609 01321G-5 CONSTI2UCTTOIV PROGRESS SCI-I�.�LTLE Page 5 of ID 1 The City's standard calendar for schedule de�e3opment purposes is based an a 5-day 2 worlcweek and accounts fa�• tiae City's eight s#andard holidays (New Years, Martin 3 Luther King, Memorial, Indeper�dence, Labor, Thanksgiving, day after Thanksgiving, 4 Chi•istmas). Th� Contractor will estab[ish a scheduie cal�ndar as �art ofthe schedule S de�elopment process and provide to the Project Caritrol Specialist as pact vf the basis 6 for their schedule. Variations between the City's calendar and the Contractor's 7 calendar must be resolved prior to the City's acceptance of their Baseline project 8 schedule. 10 11 12 13 14 15 1b 17 I8 H. WBS & Milestane Standards for Schedule Development The scape of wark to be accompIished by the Contraciar is represented in the schedule in the %xrt� of a VJork Breakdo�vn 5truct�u�e (Vi7BS). The WBS is the basis for the development of the schedule activit�es aad shalI be itnbedded and depicted in the schedule. The following is a summary oithe standards to be follawed in preparing and inaintaining a schedule for project delivery. 19 1. Contractor is required to utilize the City's WIIS sfiructure and respective 24 project type teinplate for "Construction" as shown in Section 1.4.H belaw. 21 Additional activities may be added to Levels 1- 4 ta accommodafe kl�e needs 22 of the organizatioi� executing the wark. Specifically the Cont�•actor will add 23 activities under WBS XXXXXX.80.83 "Construciion Executian" that 24 delineates the activities assoeia#ed with the various coznpanents of the wark. 25 26 27 28 29 �a 3t 32 33 34 3S 36 37 38 39 44 4l 42 43 2. Contractar is required to adhere to the City's Stan.dard Milestones as sho�n in Sectian j.4.J belaw. Contractor will include addifional milestones representing intermediate deliverables as requiredto accurately reflect theu scope of work. I. Schedule Activities Acti�ities are the discr�te elements of wark t.�at maka up the schedule. They will be organized under th.e umbrella of the WBS. Activity descr�iptions shouId adequately describe the activity, and in some cases the extent of the activiiy. All activities are logically tied witki a pt'edecessor and a successar. The only exceptian to this rule is for "project start" and "project fnish" milestones. The aciir�ity ducation is based on the physical amount of work to be performed for the stated acti�vity, with a maxi�num duratio:n. of 20 working days OR a continuous activity in one Iocatian. If the work for any one activity exce.eds 20 days, break that actir�ity down incrementally to achieve this duration constraint. Any exception to this rec�uires review and acceptance hy the City's �'raject Gontrol Specialist. 44 .i. Change Ordet•s 45 When a Ghange Order is issued by the City, the impact is inc.orpoj°ated into the 46 previously accepted baseline schedule as an update, to elearly show irnpact #o the 47 project timeline. The Cont�'a.ctor sabmits this apdated bas�line schedule to the City for CITY OP FORT WORTH 2Q21 5TRE�T REHABILITAITO�I ST.ANDARD COI�ISTRUCTIOiV SPECIFTCATION DOCiIME3�FTS CITY PR07ECT Np. k03609 Revised August l3, 2021 013216-G CONSTRiTCTION PI20GR�S5 SCHEDULE Page 6 af ]0 1 2 3 4 S G 7 8 9 ia 1[ 12 13 14 15 I6 17 18 19 �� 21 22 23 24 25 26 27 28 29 30 31 32 33 34 3S 3b 37 38 39 40 4I 42 43 44 45 46 47 review and acceptance as described in Section I.5 below. Updated baseline schedules adhera to the following: l. Time extensions associated with app�•o�ed contract tnodi�cations are limited to the acfuai amoun# oftime the pi•oject aciivities are anticipated to be delayed, unless ot�et�v�ise approved by the Program Manager. 2. The �e-baselined schedule is subrnitiad by ihe Cont�•actor within 1en workdays af�er the date of receipt of the approved Change Order. 3. The changes in logic or durations approved by the City are used to analyze the impact of the chafage and is included in the Charige Order. The cading for a new activity{s) added fo the sched�le for the Change Ordef• includes the Change Order numUer in the Activ�ty ID. Lls.e as many activities as needed to accurat��y showv the worlc Qf the Change Ot•der. Revisions to th� baseline schedule are not effecYive until accepted by the City. K. City's Worlc Brealcdown 5iructure WBS Code WBS Narne XXXxxX Project Name �LXXX.30 Design XXXXXX.3a.10 Design Contractot' Agreement X3�XXXX.30.20 Conceptual Desigr� (30%) XXXXXX.3fl30 Preliminary Design (60%} XXXXXX.30.40 �'inal Design XXXX�X.30.S� Environmental XXXXXX.30.60 Permits XXXXXX.30.60.10 Pcrmits - Identification �XXXXX.30.6020 Permits - Review/Approve XXXXXX.4D ROW & Easements XXXXX�.40.10 ROW Negotiations XXXXXX.40.20 Condemnatian X.X_KXXX.70 LTtiiity Reloc�tinn XXXXXX.70.10 Utility Relocation Co-ordination �:I�XXXX.SO Construction XXXXX�.$0.81 B.id and Award XXXXXX.80.83 Construction Execution XXXXXX,80.85 inspection XXXXXX.80.86 Landscaping XXXXXX.90 Claseout XXXXXX.90.10 Construction Cont�act C1ose-out XXXXXX.90.4Q Design Contract Closure L. City's Standard Milestones TMe foll�wing miiestone activities {i.e., impartant events on a project that mark critical points in time) are of particular interest to the City and musti be reflected in the project sched�le for all phases of work. CITY OF F'ORT WORT�I S'['t�NDARD CONSTRiJCTION SPECIFICATI4N ]70CUMENTS Revised August i3, 202i 20�:1 STREET REHABILTTAITDN CIT"Y PR07�CT NO, 103609 01 32 l6 - 7 CQNSTRUCTION PROCrTtESS SCHEDUI.0 Page 7 of 1D L 2 3 4 5 G 7 8 9 10 1r 12 13 14 l5 16 17 IS I9 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 3$ 39 4Q 41 42 43 44 45 46 Activity ID Acti�vity Name DesKgn 3�20 Award Design Agcee�nent 3040 Isaue Notice to Proceed - Design �ngineer 3100 Dasign Kick off Me�ting 3120 Submit Conceptual Plans ta Utiiities, ROW, Traffic, Parks, Storm WaYe�•, Wates• & Sewer 315� Peer Review MeetinglDesign Review meeting (tecllnical) 31 b0 Conduct Design Public Meeting # 1(rac�uired) 3170 Conceptual Des.ign Complete 3220 Submit Preliminary Plans and 5p�cifications to Utilities, ROW, Traffic, Parks, Staem Water, Water & Sew�r 3250 Conduct Design Pub�jc Meeting #2 {required) 3260 Preliminaty Design Complete 331a Submit �'ina! Desi�n to Utilities, RDW, Traffic, Parks, Storm Water, Water & Ser�er 3330 Conduct Design Public Meeting #3 (if required) 3350 Final Design Coinpleie ROW & Easemenis 4�Q0 Right of Way S.tart 4230 Right af Way Complete Utility Relocatian 7000 Utilities Start 7J20 Utilities ClearedlComplete Construction Bid and Award 8110 5tart Advertise�nent 8150 Conduct Bid Opening 8240 Award Canstruciion Cont�•act C.onstructian Execution 5330 Conduct Construction Public Meeting #4 Pre-Const�•uctian 8350 Construction St�t g370 Substantial Completion 8540 Construetian Completion 9130 Notice af Completiot�IGreen Sheet 9I50 Construction Contract Closed 9420 Design Contract Closed �.4 suBmr�TTALs A. Schedule Submittal & Review The City's Project 1Vlanager is responsible far reviews and acceptance of the Contractar's schedule. The City's Pra3ect Control Specialist is responsible for ensurin� alignment of the Conti�actat''s haseline and progress schedules with the Master Project Schedule as support to the City's Froject Manager. The City reviews and accepts or rajects the schedule within ten wo�hd�ys of Cantractor's suhmittal. CITY O!' �'ORT WORTH STAZ�IDt1RD CONSTRUCTION SPECIFlGAT10N DOCiIM&'NTS Rcvised August l3, 202 f �021 STREB'I' REI-I.�BILITATTO?V CITY PROdECT NO. 1p3609 o��zi6-s CONSTRUCTIOTV PROGR�SS SCH�,I�ULE PageSoflO 1 l . Schedule Fo�•mai 2 The Contractor vvill submit each schedule in twa electronic foc�a�s, one in native file 3 format (.xer, ..x�nl, .m�x) and the s�aond in apdf fnrinat, in the City's document 4 manage.ment system in the locatian dedicated forthis�purpose and identified by tl�e 5 Project Manager. In the event the Contractor does not use P.rimavara P6 or MS G Praject far schedulir�p; purposes, the schedule infprrr�ation must be submit�ed in .xls or 7 .xlsx fornr�at in compliar�ce with the sanaple layout (See Specification O1 32 15.I 8 Construction Project 5chedule Baseline Example), including activity predecessors, 9 successors and total float. 1� 1� 2. Initial & Baseline Scheduie 12 The Cantractor wia] develop the�r schedule for their scope gf work and subinit their I3 initial scheduie in �Iectranic faf�m (in the file forr�xats noted abov�), in the City's l4 docutnent managem�nt system in the location dedicated for this pttrpose at leasl5 15 workirag days priar to Pre Constf•ucfion Meeting. 15 17 18 l9 20 21 22 23 24 25 26 27 28 The C�ty's Pro�ect Manager and Project Gontrol Specialist review this inrtial schedule to detet7nine aiignment with the Ciiy's Mastei• Project Scixedule, includit�g forinat && WBS structure. Following the City's ee�iew, feedbacic is provided to the Contractor fo�� their use in finalizing theu� initial schedule and issuing {wrthin five worktlays) their Baseline 5chedule for final review and acceptance by the City. 3. Progress 5chedule The Con�C•actor will update and issue their pt•aject schedufe (Progress Schedule) by the last dr�y of each tno�ath throughout the life of their work ott the project. The Progress Schedule is submitted in eRectronic form as noted above, in the City's documenl management system in the location dedieated for this purpose. 29 The City's Project Control team r��iews each Prngress Schedule for data and 30 infa�•matian thai support the assessment of the update io the schedule, In the event 3] data or information is missing or incamplete, the Projeci Controls Specialist 32 communicates directly r�rith the Contractor's scheduler �or providing s�zne. The 33 Contractor ee-submits the corrected Progt'ass Schedule wtthin 5 ivorkrlays, following 34 the submittal process noted above. The City's Project Manager and Proj�ct Control 35 Specialist review the Cantractor's progress sehedule for acceptance and to monitor 36 parformance and progress. 37 3$ 39 40 41 42 43 �4�i 45 46 47 48 49 The following �ist of items are required to ensure proper status infnrmation is contained in the Progx�ss Schedule, Q Baseline Start date • Saseline Finish Date � % Complete a Flo�t � Activity Logic (dependencies) • Criticai Path o Acfivities added or deleted � Expecfed Baseline Finish date � Variance Yo the Baseline Finish Date C1TY O�' I'ORT WORTH 2O21 STREET FL�HABILITAITON STANDARD GOf�15'TRUCTION SPECIFICiITCON DOCUMENTS C1TY PRO7ECT NO, 103609 Re�ised August 13, 2021 p1321b-9 CO]�STRUCTION PROGRES5 SCk�D�IIL� i'age 9 of l0 1 2 3 4 5 G 7 8 9 14 � il 12 � 13 14 15 1• I6 1.5 ACTxON SUBMITTALSIINFORMATIONAL SiTB1VIi'TTALS [NOT T75E1�] 17 I.6 CLOSEOiTT SUSMITTALS [NOT USED] 1 S i.7 MAINTENANCE MATERIAL SUBMITTALS [N4T USED] i9 1.8 QUALITY ASSURANCE 20 A. 21 22 B. 23 24 C. 25 The persan preparin� and revising the constt`uctinn Progress Schedule shall ha experianced in the preparatiQn of schedules oi similar complexity. Schedule and supparting docum�nts addressed in this Specif'tcatior� sha11 be prepared, updated and revised to accurately reflect the perfarmance oithe constructian. Contractor is �esponsible foc the quality of al! submittals in this section meeking the standard of care for tt►e construction induskry for similar projects. 26 1.9 DELIVERY, STORAGE, AND HANDLING [NUT iTSED] 27 28 29 30 31 32 33 B. Monthly Canst�•uctian Status Report The Contractor submits a writt�t� status reparf (refereed to as a pragress narrative} at the montilly peogre5s meeting (if monthly meetings are held) or at t�e end of each month to accompany tlie Pragress Schedule subtniifal, using the standard fat�tnat provided in Specification O1 32 16.3 Canstruction Project Schedule Progress Narrative. The content of the Construction Project Schedule Progress Narrative shou[d be concise and eomplete to include only changes, delays, and anticip.ated proble�ns. C. Submittal Process Schedules a�nd Monthiy Construction 5tatus Reports are sub�nitted in in the City's document management system in the �ocatian dedicated for this pu�pose. Once the praject has heen completed and Final Acceptance has been issued by the City, no further progress schedules or const�uction status reports are requsred froin the Contractor. 1.10 T�IELD [SXTE} C.ONDITIONS jNOT USED} 111 WARRANTI' [NOT US�D] 1.12 ATTACHMENTS Spec 41 32 16.1 Construction Project Schedule Baseline Example Spec O1 32 16.2 Cor�struction Project 5chedule Progress Exatnp[e Spec 01 32 16.3 Constructio.n Prflject Schedule Progress Narrat�ve C1TY OF F012T �VDRTI-j STRNDARD CONSTR[ICT10N SP�CIFiCATION DD�U[�QE%ITS R. evised August i 3, 2021 2021 STRECT R�HABILITAITON CTTYPR03�CTN�. i03609 o� 3z i�- la COIVSTRiJCTIbIV PRQGgCSS SCHEDi)LE PaAc 10 of 10 � 2 PART 2- PRQDUCTS [NOT USED] 3 PART 3- EXECUTrON [NOT TTSED] 4 END OF SECTION Revision Lag DATE NAI�IE 8/13/2D21 Micliael0wen SU11�IIvIARY OF' CH.ANGE ised io updata spe�ificatian requu�ements and eliminate duplicate scl�edule .:r_..�� _ .. CTI'Y QF FORT WORTH ST'ANDAR� CQN5TR�ICTION SPECIFIC?,TTON DOCUMEI�iTS 2021 S'I"REET 12EHABILTTA1T01\T Revised August 23, �021 CITi' PROJECT NO. 1036p9 OS 32 16.1 COl`dSTRUCI'ION PROGRESS SCHEDi7LE — BASELINB EXAMPLE Page L oF 5 1 SECTION 013216.X 2 CC}NSTRUCTION SCHEDULE — BASELINE E�NIPLE 3 PARTI- GENERAL 4 S 6 7 8 9 10 lI i2 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 3� 35 36 37 38 39 40 41 42 43 44 45 �6 The following is an example of a Contractor's pzoject schedule that illustrates the data and expectation for schedule content depicting th� baseline for the praject. This versian of the schedule is ref�rred to as a"baseline" schedule. This example is intended to provide gui.dance for the Contractor when developing and submitting a baseline schedule. See CFW Speciiicataon Ol 32 16 Canstructian Scheciule for details and eequirements z'egarding the Contractor's praj�ct schedule. CITY OF FORT WORTH ST�ARD CONSTRUCTTOIV SPECIFICATIOIV DOCUMENTS Revised Augusi 13, 2021 2p21 STREET REH.�.BILITAT'[ON City Project No. [ D3bQ9 OI 32 16.1 CONSTRLICTT03�' PRDGRESS SCI-IEDULE—BASEL,INE BXAMPLE Pa�e2af5 � � r � r*l i'V � � � � {�+! � tlf �" 6 � � � � W � W � � � •�y � � CU �� � � � � � E ;� F- tlf £3. � � � I m � � �' � � 4 � 4'�I�'Y�.tl �"w � r9 �4'�:i];�1 G:. �C1. . h �f m ^ ., _ . � � _ .� �- �. �.. _ I�_.. ,._ � , � R � m a � ' .:r `� �Sih;'n yn1����^,s ; ;J'•'''�., M I �. M i r} �F ��� � .-• �---.___r..,.._._._... �' ----•---•i-•--•--Tr' � � � II I ! � � ---�-�----�--,--- -- - � ---------�-- =t�-=-=- ..i-------- — - - ----.. � --------�•--•• •--'--------�-- i i I i.�im 4 � � � � i ; � ��{��� z �;. �� n� M � � Cl • A I� t -r S� .. q•� �4 T] r4 a-a i IM� in 11 n ifi u o �- e� a o�o a n u�cs a c�o o ' �. �� o�n � p� �o cr �� �� � i6 � �� o � c._ o❑ w ci n :i �.i .c-� :i m 4-i ���n `�. n i i i s i .5 i{ . i i ii. � ii. � m� m ,� oa rn .i � .i 0 0 � � . �^ � :� � �' �;''° , � � ' �n n n � ii � .� r � �' r� �v •j'::�i` + ii �7: . vi�� i.t;rv`� fj��,.a ��traan- 'Y � � � i� �r i l ti +� '� r r ��¢ =i i a m .`'1 ` r.d `c ry : � � � k i�i J. � rt� ��'r ;7. �'� Y�r� g .i � � 4�! ��� ] �1 si � n �4 > > � � r � �F Yt � � Y s � � � ,y �r � ; :� .i �� 3 d h +� n k �, "' `' � - � - �� ry � ,. ..., ri - " ' ` �a - f:. ei � - � m i.� ui �., �� .� i�� �r cc u v ��, -• �t� �� .s .i �� ro ^ ui ,i u� .� � � n :� ., � � u .o v. � *� ' , �;i y h� wi; r;i ;v � .� ix `�1, ix ;� .4i :� '-� � �;i �`��. � .r � � ;� "� i� ry � � �� i y Q .. . � ;c 'n 43 `q. i5 �7 j � 'I n. `q: � ` � 7n h iy '; y 4� � �7 * 1 � f ��� _ o � •5 � � } s � � JS '� ��� `� d� �J� � � ? � ? L � ,I, � '� � � f Y ? tl �S � . I� j a�a ry{ N .C] Mi [4 . ca - � u�� �� tl � rt ��- C! R f+ cV r �i fi r.l -��l�.I+} 6�L\ � p.� {`J ri e�a I ,�, �. r �_�n - ;? b a d- �n ,,, v n e o . o �n o ;� r� ma r� .-� � ry �� .. :' � I�: rn �.. ., ;N � � m in �. o � �' � � — - . ' . .. .- 'i �� :i � � :u �i •� • �+.' t+ '= " � GC - r . �. .i ii � m �rs �:.j'I '� � :r � I � � tl� � f. i G? � �� I � � I � � �' ` I � � m ;� � � ; � � . � � W � � � tl� � r_ � y� � u u � � _ i � � � i � u '" i1 „� u �; ��n y._ ��� � � -E . , n g� e�� � :a � �5���' �L W s� MpS� .1�� N� a�� Hrc_, i , � q� u: "� a `': y;� � y C � P¢J g� �y �� ,r� a ii, O �� � fl �� ��. �i � � � � ' :. 4 [� � q - �,� u {� [y v] �q � D � ti � � � F � '. ri F � � '� � � � O L� o I � � �n F' l� �� �� �' F: c � � �: � � f- t n � li� F � q} n , + e i n � n : � r ` r t � ` � � r` I � n w i � { i P i � 1 P ` � : � �r.s a'i L a : � � ' -�L � "' m 'ra }�y • r] �� r 0 n �o a 4 f+ � U rr' w. rr �R p1 � r r ci �. '.»�y � �a ti k� 'i � �r li :�� rr-.i J. �y 7 r. * ��1 c� !. .n ,i� �� +F � � }� � � r�� +r'r ��� m � rt � q m m i�, rs ry� � � kJ g� � R � W � — — N I �' � CC1 l� r, ,.� ,� ,- � � �, y ^ � ��fi�nn�,� � A � � � � � � Q ~ �a �� F.d � �i 61 � � � � � � 4d � � � � � � � � � � � W � � � � � � � � � ��� ��� CPI'Y bF FORT WORTH STANI]AR]] C�NS1'1LlICTiON SPECIFICATION DOCUMEI�ITS Revised A�tgus[ 13, 2021 2021 STREET REHABILITATIQN City Projact Nn. 1036�4 U 132 lb.l CONSTRUCTI03�I PROGRESS SCI-lEDULL—BASELINEEXAMPLE Paga 3 of 5 � N �C �� �� � �- � .� �. � a � � m � � � Ca � �1: { v � I� � � �' � H ;� �, � �� 1 � � � � � � 1 2 a.�,'lf`r.�riatii�-.r'c.iAou �_ '..�a]�:C9[9f',�:b:44 � I � yr{l %'1+ Ye �a- I �n ♦� �.y i m� �� i,�. v.� il .� M M Yi �.ri r'i\ Ih�V il..�'+'�i 1r'y�.r�ii� �1 i.i ����r1 �O u � r} I � � I �y V p r C1 6 f�' ci J� if � d �} � U i O O� +l �� �'J 11 � f�Y.�y I'� ��.+7 ;y M+� ��F i� .\ Iry ri•i � �ti NF N � l} ii +i ''i � �, r. ro N �•i'�f:'�� W r ii �q r n u, i{ o ri �n �� ± T w p ' G �} :; "�i�'J'.`:� ;, � `�' if N " ;, ,;' 4 � '�I : c� N �, :�_ ; h1��� � { ' „ d ��l4 fl ;� n� � � . � � o n i ' l ii ' u .( ' �� ^ � � Y I , . w n ia Q � 8 '° 'Y' n * � � :S �, � h i'- g4 � 'M1�r� � � .� i :� Gr � :i ?' �h d ti �, .. r,.�,.�i ., u� + w r� J{�,� „, w �� .� �� ^� .� � �� �� _. �� t= �� `y '� �„ �+ "i :: i; :` ; i : e� �i �{ '� :i� '� i1 'ia � r� '1� � �� t � ,ff � i� ' y4 � L- L�� "y. � � a _� ? Y' �' �i � y fr i� � r} `• � � LL "s � �, ri ;' F �� ,'� , ,�,''� o � r :: � +• r�.t`4'' G.'�j a "i =� +s a �� ��. �i a r� w.a '.�i ro �W.�y �. �,�. , r� .� a u���o �' H �"� � ' � ri'�. }i "j�: .,� r� ja _� x, w � r�' i4';� `i lei � �. � n tii ��� �i <S � � II I I I II I � �i i � i�' �4 � }i I , �:F e ` � I 'v�M �i W '� � id Y � � i( . i� u r�I .' 3 ii 'R s R � �' �� � � � 4 W n � � i ,�, �{ r a . r �+. � �� 4 � ..i h y �' i i' � z " ' [j � .. i,l k i�� R� :� � E} _, � d C g i+ } M1 n� l � �;��., ��:����.;,. „i� .,:,�� � g'µLL �'� �' il i+' n r , � �' r� ? � ''*, i i-" w � �i 1 F .F � � � ,� 1 .a i.i � �a n ���� " 'm � ' - �f � ���: f �iv � :i :: � � ; ;.I � �� m x � ^ �; , _.� 'i . � r, � ;, � r � - — � n '� u � � R w __.:�_ __:_ : _ _ _y � �� Slim�t� 4 6��E 1 I i I . � .� �I: R, _ M1I O ,� u �� : u � � y� pi � � �. ��� v� �.. , � � � �'i � ���i su -,+ � . � �'� � � ? �,'��=� �`�'�'i � _ ii ^ M :i ~ g' � C � �'� i i�r " �� 4 ' � � � � flp - � ' i' � i• � L � � � R o � h r M L. ����w.� ���t �:" ��U� u { � al � .s r m �i � m ^� � r I-I �t CI rt iA � � Oi M W w m R A i] ly '�� 8 . �� � � � 3 �� � ��� :� � � � 4 9 h � g � � � '� 0 m Ni �n ��� .i a . � � �I . P9 4, . T if @ � ;1 � � F ii � 9 y CS �' ; � � m; �� � Z W L � �,'F � ts } r� .� u � � � � , � r o�i U � � � � � ilt ��{ V p , � �� � � �. i-1 r�' q� V� W �1 V �i � � �'n � � � �L G •r� :'�. �� i� i � p1's �--I � � � � � �� � � � v � � � � � � U � � � O f� � [.h y� C e"' C [i ,� � � � � -� :� fr a� i. -Y a �..� � � I 2Q21 STREET REfiABIL1TATION CITY OF POAT WORTH Ciry Ymject Aia, 103fiQ9 5TA1�iDARi� COPTSTLZUC"I'IOIY SPE�CIFICATIQI�I DOCUMENTS Revised August 13, 2021 CQNSTRUCTION PROGRESS SCI3EDLTLB — EAS�LINE EXAMpLE Page 4 of 5 CiTY OF �'C)RT WORTH STr1N1]AAD CONSTRUCTION SPECIPICATION DOCUMENT3 Zn2� STI2EET REHABIL]TATION Revised August 13, 202I City Ptoject Na. 103609 01 32 16.1 CpNSTRUCTIbN PRbGTiE55 SCHEDULB — BA5EL17VE EXAMPLE Page S of S 1 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 3uly 20, 201$ M. Jarrell Initial Issue May 7, 2021 M Owen Revised name due to revising tha scheflule speeificarion C1TY OF FORT WORTH 2O21 STREET REHABILITAT'lON STANDARD CQNSTRiICI70N SPECiFTCATION DOCiJl1+IENTS City Prajeet IYa. 103609 Revised August 13, 2p21 O1 32 I6.2 CONSTRUCTION PROGRESS SCI�EDULS -- PROGRES5 EXAMPLE Paga 1 of 4 1 SECTZON 013� 16.2 2 C4NSTRUCTION SCHEDULE -- PROGRESS �XAMPLE 3 PARTI- GENERAL 4 The fallowing zs an �xample of a Contractor's praject schedule that illustrates the data and 5 expectation for schednle coz�tent depicting the progress for the gzojeet. This version of the 6 schedule is referred to as a"prog;zess" schedule. This exampie is inten.ded to provide 7 guidance for the Contractor when developing and submitting a progress schedule. See S CFW Specification O1 32 16 Canstruction 5chedule for details and requiremcnts regarding 9 the Ca�tractor's project schedule. IQ 11 12 13 14 15 t6 17 18 19 20 2I 22 23 24 25 26 27 C1TY OF �'ORT WORTf3 2621 STREET REHAI3ILITATION STANDARPJ CONSTRUCTION SPECIPICATTt]N I3C?CUMENTS City Pxoject Na. 143509 Revised August 13, 202 ] 0132 1G.2 CONSTRiICTIDN P120GRESS 3CHEDULE-PROCxIZESS SXANiPL� Pa$e 2 of 4 1 � r N � C Q � � � � � � �. �. � ,� n. � Q 41 � � �' Q 1 � � � � �� � v � � � � � � � � � G I�'—h � � ' �� � � ��I� s�, �! � � ',��� ��' � i 4¢��� 9] OfF 00 W 0] W W, t� � �i��i� � �' �I 1- � ��g,g � dl � :�k' ���, � ��� N � W W�al W ii..., w � ��� � � r� � ��J-��J!��y � �� � S+ 4 G •. �i • iR 3Q�iR � � � f 6 qla rs `u � � tf . � - — E- w pluTiY u �� , ,�9i ni.n.�� -" .. i � Gp C � :�! C �� � 4 L � L O n. � � �� � �4 � I� � il� � L � �' �!� � � � '� �I � a qor�� �j rr � S!�IG' � � �Q � � r ���� �� � ;�� - 3�g � ,� �� ¢ t n oVpas�{ �u a ��E�,L� �E4:� (y��{y {y� �i 1't'f!'F� �f•i�:: :.�:� + �- �,^i'IN�CI iV �1�� �� :7 IY .N (Y-IY r4 �� i� f: � , o`� �i a+7� r,:� � a ��.t;$'�!�� �= m^ m'n.n o IiG.i--` 1n Y. [' f_ �_'�_ {i o`s � m w .r n.� �„ 4„.� .� ��� ��a.��� T? 'n �.� m x� m n r. ,7" d ui a.n Wr� n�}. n r. .. �u' G� O 1 6 f�F� Fa '�j 9' 4� �� �! f ss � � �� i� sf ��[ if � Yi } ry � � f 7 '�.' } � '� � � � �{ ��� 'n�5�s��i���'��G �M1d�4�3.���� ��'` �� t �Fi �I� ? r �� �� .�h � � Fh � � � �h � �� 'rt �L o � � c°bv o� I`� -�1 �i - i n n.i o ='a r. -- fl .� v �� 2��r� r u �� � ��. ��� .�i, ., o.' {., M_ r r' �.+ w a. Wp.`, a{y ., ^+ ��� f. • i iM1 f_ � Y r¢+ ��. F 4 L� i� ��� � i� r� i f 44 � q!� Gr�� i+ f� } r� �� !' n� 'l� �$��}� � "�` � �4.�,�`► � � �-��� � �J S � �' � r1dYY� .M�- � 7 7 r y � oa ia ��'�` ���i.s?a�t3J� E4 �i .i� fl I�.I.i� d.4. n�. � �4 ,„..�, -�„�..,�, �.,��.�,wW�. ,.��,;;�,.,.. ,n_�wwy�.� �.,� `ci �'� ��'I !� ^ �� ^ � ^ �i i1 e�i `�/i� `�' �� `i " i� i�l �h5 �```R�{{ a `i "� i; Y i� �1 ii g � � n � � �.F- 7 � c ��� �,' +G � � �� � � 5 4 � � � 2 .:r � ,L r� � � I} ��,.* I�„��,��, ,�t�, ...��::,�;^, �iy.��: . . ��`��� , „ � ri W �I} �.. i, r.. A'� .. .,, si 4 m i� s� a. �� iu a1 K� iv u� �� � iii ii _ Y1 ��. ", i.., i: rr ^ q +`� _� r r� n r. _� -. � ii Sri I'I �j r ri 1. � 1.'L. �. �f iv ia f� � � � � J � m � � � � [ i +1 -i � � F4 � °��Q��1��y���I�� ��-�i;����r�������1�� ���,� Y.� � 4� u� i�J U�:� il � �y il •� �* �.I """ y Sl� •�• �y� L � � .7t f ' t .r �'I l. � d� � d f- o o �y #i ., o o ��� i aaor,r �a: u a-� i� '� 't �} � � i* u� ii� ���� '-; IJ �� ,� � �� si ri iis Sy +! �� n eG fi � i� r ai Q S o „ Q�:;'u� '„� .,, i�, i; `�`,�,':i� � ',$ � '� �n v �E � .i .� :7 sn�' !� " �j :� r - � �� . i � � � � � � � - y' � � �a : 2 � -n� n � ry � - � H' 11 :I�'' � � � � 5 � I, ' � � � f ,y� iw r � 4 . , � � � � � o ��� � G � =7� 'o-� t��,!c� � g�P�� ��{��� �P�,���P ���"�� ��� �� 2;�'�e _�" e � � �F �i � . � ,� . n�} ipi 1+p sy�a �� � � ^I � �+ �+ r5 �i C O� �+ [i {h � � � I +� � 16 '1 ri 1 � �� rl T=1 YI �. � 1 I•� I� �� 1� t 1 Y 11 i1 I��� �� h } p+ w � C1TY OP FOAT WORTH STAND�.RD CONSTRLTC'I'ION SPECIRICATION DOCUMEN'I'S Revised August 13, 202I � O � C�� G � � � � � [/7 � � � �p � F'� �/1 � � Ye� � •YI �+1 � YM r�l � � � � � �/ � M C � � � � � .��� �� � ����� � ♦ � � � � � � � V � Q �C � � � � � � .� J� C �P � � � � � � 2p21 STREET REHABILLTATION City Project No. ]036U9 oi 3z i6.z CONSTRlTCTION PROGRESS SCHEDULE - PROGItESS EXAMPLE P�ge 3 of 4 I 2 w f��! � i � � � � N� M1�7 � I3' � C] C �� fa. Q � � � � � � � � � •� � � � � � � � y � � � � 6 1.�.. R1 ...r N-ry �C[I[J N N:i �"411 SY:Cf.�l ;: :: tl �-� ��{ N N H'[Vl�y {y [y N ry [y'FII ��L��......�-_QI]p.�wy��r4f]TO�tll�l9or Q [JCI � " ra ibl� � � � I�� i �_ �,,.__. _._o ;.. r� t� ��� .�1 q., ��. �.� �ni, wp.i.w e.� ,yy� �� '� °' �n;rnp'mGi;nr�i sCn] � T�� l:Y N p� 5y �i ��� N 4��,J A f � i4 N M�fV:LY �4r3�,����;��k�y� ����{ ��'� �'`�� j n+l� RV r �� F, �: ' r4 � I� f A i'I W 1V 4 C`- ;- rY � � Mi.`.{V [y � � �o m m n � n�n .a ti �u ��� .. ^ m rn•miai tn� ' �:'1���V� 'a'���`]��:� �',�'a'7 �� � ;� � z � � � �,�.i4 � n i1 r � � .g ;�- ,-�'�6 :=,'��~:��°'i�i '���i�`�`T ..� �� � yy .n m� r.�� n� R� ��o w, ....� v. m a��m,o�'rn rn ii `+� � v � � S�' � �, '`� � �� .�� � r� y � �!�'�' `�, r�, .' ,'�� ��ii} � :� S 5 .� 41 �l "� '.; .i�i `�,�� � � �I� i�'F - - �'���;Q. � � � w � .�;r � ,� d.�. ,� � �;E�:��,�p �I 1� �� M .1 � "r � � , � � � �F � � � N � � . iJ 4 I � g1A 4 F Q � {, y �� � . � � v� � �� .- �! 7v ri �,�4 i� � �� � _ . ��� x. .�i _rs �e sx � .� � � o �r �+ �n � �;��..�:�: �a� s �.� o 0 o a rs�r� o� d a o 0 0 o'a r I . . � �., ur � � 4 �.:5 � . y ra � �'x.'$ r r��:Ei'"'c� I � r- - Y� u�.ln y� �� R1 �� m�!t �'� i�i. �� 4'J��I. I o r'1 R 7�, �{� a� n iN � � � ,� y � � �� o � � � W �.� ��� (� :.�i�Y. �C � ` u. �ry �`� �e�u �.���q��� �q" �.r�S � O � ' a < < /l. f+ '6�� Si �Ss �� � g.� ;. �.,,,�: �, ���if�S ��v°��.5�� � �,r�ire�'�'� 4 # � Y'+ F� +.1 � . b� �': �� � � �3 ;� � � '�?� � 1 :i i ,� fi �F��I�:�,�i�� � CiTY OP FORT WDRTH STAbIDARD �DNSTRUCTION SPHCIF'iCATION DOCUMENTS I2e+�ised August 13, 2021 rn ^ qm m.rn��ei � ry N [N • L � � �. � � �Nw�:��� �*^4�� c'� ���;��� o u I rn x �. .' m.+m � �, yu �a ki � S� r � ;� �����'� _. .. . __ a � y�i di ap��l ry �� N'�I � f..`S � ��y � d o. 0'.3�0,.� ...�..I..� '.�;�.�,� N N � �l,r;FJ —.-i_ i� � � � o y���� � �� n �'�I�i1[ C ^'�,� � � �s'�j a mi �3 �-, .i F � �} �� � �. � � � �i�i� rl �V fi 1� M S'/�N N;N CI � � � �' � �1 :P" � BIo:4-Q,o, I' � ^ '.'I �'" �n °'�m��m, s�m � � � �, � � N�i�i'�ip r�j` ��� 3 �� ��;��'�:�� � :: ¢ °! `� �w o� �� 'an ?l " `� i7 r�l d � r � 1 � � '�I '�. v������ �� �� �! ; .�. � �o � :." �n �':::i #� # �� � � '� �L y���� �. � �;� ��.-j u '� �'� � �'� �, � — ' �— _.. . _ _ .� .. � �, n �� ��,; �, � � � � � � �', i � � € r.t y ��� l � '� o + n f� d�ol�lFi2��E� W'P GI � ' f —__""_'t- , �ifi. iA .. .r� � r�i �`�ii�,.. P.� V' F I .. �� � . Nl FJ Ll �I.. f] r � I . � � ' i � I�q�� % �� '1�{ �I � �i�l�E '1 F a �'�1� �, � �- ��;�;�,�� - � ('F ,� �� �; o . � � .� .� ��� U �' � � �� � � ��g:�,�.�� Ir a yF Cl mii'�� ,a 9 ' � � � � , � � � �' �i',`�.$Q,`� � � .'n �i:u�i�.u��.ri'rn, w� � ' fr�-.9. L� � � � � � � ^1 � � `:� � � �� � � {(j 41 "� � � � v� � � sii � � i � I A. F�y �1 r'�l � � � � �5(] � � °Ei � � � � � � U U � � � O 4 � .K a o � � � ��-a' O � � � �� � � � � � � I �' 2021 STRBET REHABII.iTATION City Project No. 103609 O1 32 16.2 CONSTRUCTIOIV PAOGR�SS SCHflDULE — PROGRESS E3:AMPLE Page 4 nf 4 1 END OF SECTYON Re�vision T.og DATE NAME SUMMARY OF CHANGE July 20, 2018 M. .Tarrell Tnitial Issue Ivlay 7, 2021 M Owen Revised name due to revising the schedule speciFication CITY OF �DIt'T' WOA'�'H 2O21 STREET REHA8IL1TATIQN STANDARD CONSTRUC'TIOIV SPECIFICATIDN DOCUMEN'i'S City Pmject Na. 1 D3609 Revisad August 13, 2021 Q1 32 15.3 — PRdGRE85 NARRATIV� Page 1 of 1 SECTION OI 3� 16.3 CONSTRUCTION FRO]�CT SCHEDUL�PR�GRESS NARRATIVE Reporting P�riod: Date Issued: Project IVame: Contractar Company Name: City PraJect No: Cantractor Schedule Contact: City Praject Manager: A. List of acti�ities ch 1. (insert text here] 2. (insert text herej 3. (insert text here) 4. (insert text here) 5. (insert text here) 6. (insert text here) B. �ist any potential del 1, {insert text here) 2. {inserttext here) 3. (insert text here) 1n the reporting periad. ys and pro�vide i and pro�ide rec on actians C. List any actual de 1. (insert text here} 2. (insert text here) 3. (inser� iext herei actians City of fort Worth, 7exas Construdion PfojectSchedule Narrative ReportfarCFlA+Projects Revfsed August 13, 2Q21 Pagelofl OI3233-1 PRECdNSTRl1CTION VIDEC) pagc 1 of 2 1 2 5ECTION 013� 33 PRECONSTRUCTION VLDEO 3 PART1- GENERAL A 1.1 5UMMARY 5 6 7 S 9 10 li �2 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 A. Section Inciudes: 1. Administrative and procedural requirements for: a. Preconstructian Videos B. De�iations from this Cily of Fort Worth Sta�ndard 5pacificatian 1. None. C. Related 5pecification Sections it�clude, bui az-e not necessarily Iixnited to: 1. Division 0— Bidding Requiz'ements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements 1.� PRiCE AND PAYMENT PROCEI]�TRES A. Measarement and �'ayment 1. Work associaied with this Item is considered subsidiary to t}�e vario.us items bid. No separat� payinent w�ll be allowed for this Itezn. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQTJIRE1Vn''=NTS A. Preconst�vction Video 1. Prnduce a preconstruction �ideo of the sitelaLignment, incl�ding al1 areas in the �zcinity ai and to be affected by construciion. a. Provide digital copy of �ideo upon request by the City. 2. Retain a copy af �he preconstruciion video until the end of the maint�nance surety period. 1.5 SUBNIITTALS [NOT i1SED] 1.6 ACTION ST_]BMITTALS/INFORMATTONAL 5i7SM�TTALS [N�T USED] 1.'� CLOSEOUT SUBMITTALS [NDT USED] 1.8 MAINTENANCE MATERIAL Si3BNIITTALS [NOT USED] 19 QUALITY ASSiJR1�NCE [NOT TJSED] 1.10 DELIVER�, �TORAGE, AND IIANDLING [NOT USED� 111 FIELD (SITE] COND�TIONS [NOT IISED] 1.12 WARRANTY [NOT USED] 33 PART 2- PRODUCTS [NOT USED] CL'�'Y OF�ORT WOATEl 3TANDA121] COI�STI2C7CTIQN SPECTPICFITI4N DOCUMEN'1'S Revised Suly [, 2U11 2021 S7REET REHABILITATIOI�' C1TY PROdECT NO. i 036a4 013233-2 PRECOI�IST'tLUCTION VID.LO Page 2 of 2 PART 3- EXECUTIQN rNOT USED] END OF SECTION Revision Lag DATE ' NAlVIE I SUMIV[A,RY OF CHANGE CTI'Y OF F�RT WOl2TI3 2Q2f 9T12EET REHABILITATIQN STANDAI�D CONSTRUCTION SPECIFICATION DOCUMBNTS Revisad luly 1, 20] I CITY PRO]ECI' NQ, 103609 01 33 00 - 1 51JBMITTALS Page l of 8 1 2 �ECTION 0�. 33 00 SUBMTTTALS 3 PART1- GENERAL A 1.1 SiTMM�RY S A. Section Includes: 6 L General methods and requirements of snbmissions applicable to the fallowing '7 Work related su6mittals: $ a. Shop Drawings 9 b. Produet Data (including Standard Product List submittals) 1Q c. Samples 1� d. Moci� Ups 12 B. Deviations from this City of Fart Warth Standard Specification 13 1. None. 14 1S 16 17 1.2 C. Related Specification Sections iaclude, but are not neeessarily iimited to: 1. Di�rision Q— Bidding Requirements, Contract Forms and Conditions of the Contract 2. D�vision 1— General Requ'vrements PRICE AND PAYMENT PROCEDURES 18 A. Measuzement and Payment 19 I. Work associated with this Item is con5idered subsidiary ta the various items bid. 20 No separate payment will be alloviced for this Itern. 21 1.3 REFERENCES [NOT USED] 22 1.4 ADMIlVISTRATIVE REQUIREMENT� 23 24 25 26 27 28 2� 3D 31 32 33 3Q� 35 36 37 38 34 4D A. Coardination 1. Notify tha City in wri�ing, at tY�e �ime of submittal, of any de�iations in the submittals frorn the requizements of the Contract Documents. 2. Caordinatinn of Submittal Times a. Prepare, prioritize and transmit each submittal su��iciently in advance of performing the relaied 'VVork or other applicahle activities, or wlthin the time specified in the individual Work Sections, of the Specifications. b. Contractor is respansible such ttaat the installation will not be delayed by processing times including,. bat nflt lirnited to: a) Disapprnval and resubrnittal (if required) b) Coordination with other submittals c) Testing d) Purchasing e) Fabricatian � De�ivery gj Similar sequenced actieities c. No extension of time will be autharized because oi tIae Contractor's failure to tzansmit submittals sufiiciently in advance of the Wozlc. C1TY OF FORT 4VORTH STANDARD CONSTBUCTTOl�i SPECTFICATIQN ]]OCUMENTS Revised Decem6er 20, 2612 20'l1 STAE�'I' itEHABILITA'I'IqN CFTY PR07ECT I�TQ. 103609 or �3oo-z SUBMfTTALS P. age 2 nf 6 I 2 3 4 5 6 7 8 9 io lI 12 13 14 15 16 17 18 I9 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 d. Make snbmitt�is promptly ua accardance t�vith approved scheduIe, and in such sequence as to cause no delay in the Work or in the vvork af any other contractor. B. Submittal Nunribering 1. When subnr�itting shop draovings or sazziples, utilize a 9-character snbmittal cross- reference identification num6ering systezn in the following rnanner: a. LTse the �rst 6 digits nf the app.licabl� Speeifica�ipn, 5ectian Nunnber. b. For the next 2 digits numb�r use numbers 01-99 ta sequentially nu�ber each initial separate item or drawing sub�nitted under each specific Section number. c. Last use a letter, A-Z, inciicatin.g the resubmission of tl�e same drawing (i.e. A=2nd su6mission, B=3rd submission, C=4th submission, etc.). A typicai subrmzttal nur�6er would be as fallows: 03 30 00-OS-B 1} 03 30 Op is the Specification �ection fc�r Concrete 2} 08 is the eigh� initaal submitta] under this Specification Section 3) B is the third su6misaion (secpnd resubmission) af that particular shap drawing C. Corztractor Certi�ieation 1. Raview shop drawings, product data and sanriple5, inciuding those by su�contractors, pxior Co submission to deterrnine and verify the fo22owing; a. Fzeld measurena�nts b. Field constructian criteria c. Catalog numbers and similar data d. Confortz�.ance with the Contract Docurr�ents 2. Provide eaeh shop drawing, sample and product data subzrutted by the Contractor with a Certification Statement affixed including: a. The Contractor's Company name b. Signature of submittaI re�iewer c. Ceztification Statement 1) "By this submittaI, I hareby represent thak I have determined and verified field measurements, fie2d construction criteria, materials, di�ensions, catalog numbers and simiIar dat� and I have checked and coordinated each item, with other applicable approv�d shop drawings." D. SubnnitCai Format 1. Fold shop dra�rings larger than 8 I/z inches x 11 inches to $%x inches x l linches. 2. $ind shap drawings and pxoduct data sheets together. 3. Ordez- a. Cover SheeC 1) Description �f Packet 2) Contractor Certification b. List of ztems / Tab1� of Contents c. Froduct Data /5hop Drawings/Samples ICalculations E, Submzttal Content 1. The date of subrrussion and the dates of ar�y previous subzzussions C1TY OF FDRT WORTH STANDART.) COIVSTRUCTIQN SP�CIFICATIDN 170CUNIENTS Re�ised pecember 20, 2p12 2021 STREET REHABILTTATIdN CfI'Y PRQJECT NQ. ] 03609 013300-3 Si38MITTALS Pxge 3 of 8 I 2 3 4 S 6 7 8 9 10 I1 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 Z8 24 30 3I 32 33 34 35 35 37 38 39 4Q 41 42 43 44 45 46 2. The Pro}ect title and numb�z 3. Contractor identification �. S C� The names ofr: a, Contractor b. Supplier c, Mannfacturer Identificaiion of the product, with the Specifica�ion Section number, �age and paragzaph(s) Field dimensions, clearly identified as such 7. Relatzon ta adjacent or critical features af the Work or materials 8. Applicable standatds, such as ASTIVI or �'ederal Spec�fication numbers 9. Identification by high3zghtzng of deviations from Contract Dacuments I0. Identificatiotx by highlighting of revisions on resubmittals 11. An S-inch x 3-ineh blank space fnr Contrackor and City stanaps �. Shop Drawings 1. As specified in individual Work Sections includes, but is not necessarily limited to: a. Custorn-prepared data such as fabs�cation and ezectionlinstallation (working) drawings b, Scheduled information c. Setting diagrams d. Actual shopwork manufacCuring instructions e. Custom templates f. Special wiring diagrams g. Coordination drawings h. Individual system or equipment insQection and test reports including: 1) Performance curves and certificataons i. As applicable to the �Vork 2. Details a. Relation of the various parts to the �nain members and lines of ihe struckure b. Where correct fabricat�on of the Work depends upon £ield measurements 1) 1'rovide such measurements a�d note on the drawings prior to subz�utting for agproval. G. Product Data 1. Far submittal.s of pzoduct data for products included ori the City' s Standaz'd Product List, clearly idantsfy each ztem selected for use on the Project. 2. Far submittals of praduct data for products not included on the City's Standard Product List, submittal data m�y include, but i s not necessariiy liinited to: a. Standard prepared data for manufactured products {son�etirnes referred ta as catalog data} ].) Such as the manufactuzer's product specification and installation instructions 2} Availability of calors and patterns 3) Manuiacturer`s printed statements of compIiances and applicability 4) Raughing-in diagrams and templates 5) Catalog cuts 6) Productphotographs CITY Ol� FORT WOlZTH STANDARI] CONS'TRITCTTON SPECIFiCATIOAI IIOCLTIVIEN'1'S ReVised December 20, 2012 2p21 STREET REf3,48IL1`fATION CIT'Y PROSLCT NO. iO3bD9 DI3300-4 SU�MiTTALS Pagc 4 of 8 1 7) Siandard wiring diagrams Z S) Printed pc;rformanee curves and opezational-range diagrams � 9) Prpduct'ron or quality control inspection and test reports and certzfications 4 1 Q) Mi71 reports 5 I 1) Product operating and maintenance instrucGioas and recommended � spare-parts listing; and printed product warranties 7 12) As applicable to the Woxk 8 H. Samples g �. As specifzed in individuaI 5ections, includ�, but aze not necessariiy �irnited to: 10 a. Physical exa�mples of the Work such as: 11 1) S�etions of manufactuz�ed or fabricated Work �2 2) Srr�all cuts or containers of materials I3 3) Complete units of repetitively used products color/texture/pattern swatches 14 and range sets IS 4) Specimens for coordination of visual effeci �� 5) Grap.hic symbols and units of Wazk ta be used hy the City for independenC « znspection and testing, as applicable to the Work 1$ I. Da not start Work requiring a shap drawing, saznple nz praduct aata nor ar�y material to �9 he fabr�cated or installed prior to t,he appzoval or qual�iied approval of su�h item. 24 1, Fabz-ication performed, znaterials pizrchased or an-szCe con,struction aceomplislaed 2I which does not conform to approved shop drawings and data is at the Cantractor's Z� risk. �3 2. The City will not be li�ble for any expense or delay due to corrections or remedies 24 r�quired to accomplish conformity. 25 3. Complete project Work, matezia�s, �abrication, and installations in conforman.ce 26 with a�pzoved shop drawings, applicable samples, and product data, 27 2$ 29 30 31 32 33 34 35 3b 37 38 39 40 41 42 43 44- 45 46 �7 Submittal Distributron 1. Electronic Distribution a. Confirrzz development of Project directary for el�ctronic snbrrzittals to be uploaded to City's Buzzsaw site, or anothax- external FTP site approved by tk�e Ciry. b. Shop Drawings 1) UpIoad submittal to designated project directory and notify appropriate City representatives via emaiY of submittal posting. 2) Hard Copies a) 3 capies far aII s�bmittals b) If Coniractor requires more than I hard copy vf Shop Drawings returned, Contractox shall submit more t�an th� nnmber o� copies listed abo�e. c. Prod�zct Data 1) Upload submittal to des7gnated praject directory and notify appropriate City representatives via email of suhmittal posting. 2) Haz�a Copies a) 3 copies for all subznittals d. Samples 1} Distzibuted to the Project Representatave 2. Hard Copy Dis#ribution {if rec�uired in lieu of electronic distzzbution) CIT'Y pR FORT WpRTH STA�TDARI} CpNSTRUCI"IOn' SPECIFIC?.T'ION DOCUMENTS z�21 STREET REHABTLITATION Reviseti Decem�er 20, 2012 CI'I'Y PROJEC"P NO. ] 03609 fl13300-5 SUBM]TTALS Page 5 of 8 1 2 3 4 5 6 7 $ 9 10 lI 12 13 14 15 16 17 18 19 2Q 2I 22 23 24 25 26 27 28 29 2. 3Q 31 32 33 34 3. 35 36 37 3$ 39 40 41 42 43 44 45 46 �7 48 a. 5hop Drawings 1) Distributed to the City 2) Cogies a) $ copies far nnechanical submittals b) 7 cqpies for all other suE�mittals c) If Contra.ctor requires more than 3 copies af Shap Drawings returned, Cantractor shall subrrut more than the number of capies listed above. b. Praduct Data 1) Distributed to the City 2) Copies a) 4 copies c. Sarnp.les 1) Distributed to #he Project Representati�e 2) Copies a) Submit the number stated in the respective Specification Sections. 3. Dist�ibuta reproductions of approved shog drawings arid copies of approved product data and samples, where required, to the jaY� site file and elsewhere as directed by the City, a. Pravide� number of copies as directed by the City but not exceeding the number previously specified. I�. Submittal Review The review of shop drawings, data an.d samples will be far general c�nformance with the design concept and Conizact Documents. Tlus is not to be construed as: a. Permitting any departure from the Contract requirements b. Relieving the Contractar of responsibility fo.r any errors, including details, dimensians, and rr�aterials c. Approving depa�rtures from details furnished by the Ciry, exc�pC as otherwise provided hcz'ein The review anci appraval af shap drawings, samples or pzoduct data by the City does not relieve ihe Contractor from his/h�r responsibiliry with regard tp tt�e fuI%Ilment of the terms of the Contract. a. All risl�s of error and omission are assumed by the Cantrackor, and the City wiIj have no responsibility therefore. The Contractor rernains responsible for details and accuracy, for coordinating the Work with all other assoeiated work and trades, for selecting fabrication processes, for techniques of assembly and for performing Woz'k in a safe manner. If the shop drawings, data or samples as submitted d�sCrzb� variations and show a departure from the Contract requirements which City �nds to be in the interest of the City and to ba so minor as not to invoive a change in Contract Priee or time for perfprmance, tha City may retum the reviewed drawings without noting an except�on. Submittals wi.11 be returned to tha Contractor under 1 of the following codes: a. Code 1 1) "NO E�CEPTION� TAKEN" is assigned when there are no notations or comments on the submittal. a) When returned urader th'ts cade khe Contractor may release the equipment andlor m�terial far manufacture. b. Code 2 1. 4. S. CTI`Y OF FQRT WORTH STA1V1]A1tD CONSTRUCTIOIV SPECIFTCATION T]OCl1MENT5 Revised Decembei 20, 2012 202 ] STREET REHABIl,ITATION CTPY PROTECT NO. 103b09 ai s3 oa - 6 SUBMITT.4LS Page 6 of 8 1. 1 j "EXCEPTIONS NC)T'ED". This code is assigned when a confirmatzan of 2 the notations and comments �5 NOT requued hy the Contractar. 3 a} The Contractor may release the equipment or material for manufacture; 4 however, all notations and car�ments xnust be incorparated into the 5 final product. 6 c. Code 3 7 1) "�XCEPTIONS NOTED/RESLTBMIT". This combination of codes is S assigned when notations and comments are extansive enaugh to zcquire a 9 resubmittal of th.e package. 10 a) The Contractar may reJ.ease the equipment or material for manufacttrre; 11 howe�ex, all notations and comments must t�e incorporated into the 12 final product. 13 b) This resubmittal is tq address all conriments, omissions and 14 non-conforming items that were noted. 15 c) Resubmittal is to be received by the Ciry within 15 Calendar Days of 16 the date of the City's transmittal requiring the resubznzttal, 17 18 14 2D 21 22 23 2.4 25 26 27 28 29 30 31 32 33 3A 35 36 37 3$ d. Code 4 I) "NOT APPR�VED" is assigned when the submittal doas not zne.et the intent of the Contzact Documents, a} The Contractor m�st resubmit the entire package revised to bring the subrnittal into eonformance. b) it may be necessacy tn resubzz�it using a different manufacturer/vendar to meet the Contract Documents. 6. R�subrnittals a. Handled in tE�e same manner as first submittals 1) Corrections okhet than requested by the City 2) Mar�ed with revision tz�iangle qr other similar method a) At Contractqr's r�sk if not marked b. 5ubmittals for each item wiIl be reviewed no more than twice at the City's expense. 1) Ail subsequent reviews will be performed at times convenient to the City and at the Contractor's expense, based on the City's or City Repz•esentative's then prevailing rates. 2) Provi.de Contractoz reimb�rsement to the City within 3Q Calendar Days for alI such fees invoiced by the Ciry. c. The need for more than 1 resubmission or any other delay in obtaining City's review of submittals, will nat eniitl� the Contractor to an extensian o.f Contract Time. 35 7. Partzal Snbmittals 40 a. City z-�serves the right to not review submittals deemed partial, aC the City's 41 discretian. 42 b. Submittals deezned by the City to be not complete �vill be retu�-n��d to ihe 43 Contractor, and will be considered "Not Appro�ed" until resubmitted. 4� c. The City may at its optaon pro�ide a list or rnark ihe submittal dicecting the 45 Contractor to Ehe azeas that are incomplete. 46 $. If the Contractor cansidars any correctzan zndi.cated on the shop drawings to 47 constituCe a change to the Contract Documents, th�n wz-itten notiee must be 48 provided thereof to the City at least 7 Calendar Days grior to release for 49 zz�anufacture. C1TY OF FORT WQRTH 2O21 S'T'REET REHABiLITATION STA]VTiARD CONSTRUCfiIC?N SPECIE�ICATION DOCUMENT9 Revised Dscember 20, 2012 CTTY PA07ECT N0. 1036[39 01 33 00 - 7 SUBNi1TTAL.S Page 7 of B 1 2 3 4 5 � 10 When the shop drawings have been completed to the satisfac.tian of t�ae City, the Contractor may carry out the construction in accordance therewith and no further changes therain �xcept upan vvritten instr�zctions from the Ciry. Each submittal, appz'apriately code.d, will he returned within 30 Calendar Days following receipt of submittal by the City, 6 L. Mocic ups 7 l. M�ck Up units as s.pecified in individual Sections, include, but are nat necessarily 8 limited to, cornplet� units of the standard of acceptance for that type of Work ta be g used on the Project. Remove ai the completion of the Work ar wk�en directed. 10 M. Qualifications 1 i 1. If sgecifically required in other Section.� af these Specificaiions, submit a P.E. 12 Certification foz �ach item required. 13 14 15 16 17 IS 19 ao N. Request for Inforznatidn {R�n 1. Cantractor Request for additiana3 informaiion a. Clari�ication ar interpretation of the cantract documents b. When the Contractar believes therE �s a conflict between Con�ract Documents c. When ihe Cantractor believes t�ere is a eonflict between the Drawings and Specifications 1) Identify the conflict and ret�uest clarification 2. Use the Request for Information (RF� form provided by the City. 21 3. Numbezing of RFI 22 a. Prefix with "RFI" follav�ed by series number, "-xxx", beginning wiih "Ol" and 23 increasing sequen�ially with each additional transrnittal. 24 9�. Sufficient information shaIl be attached to permit a written response without further 2S information. 26 5. The Ciry will Iag each request and v�iIl review the request. 27 a. If review of the pzoject information requ�st indicates that a change to the 28 Contract Docurnen[s is reqnired, the City will issue a Field Ozder or Change 29 Order, as appz�opriate. 30 1.5 SiTBMITTALS [ND'T iTSED� 31 1.6 ACTION SUSMITTALS/INF'ORMATIONAL SiTBMXTTALS [NOT USED] 32 1.'7 CLOSEOUT SUBMITTALS [NOT USED] 33 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT i1SED] 34 1.9 QUALITY ASSURANCE [NOT i1SED] 35 L1D DELIVERY, STDRAGE, AND HANDLING [NOT USED] 36 �.11 I'IELD [SITE] C�NDITI�NS LNOT LT,�ED] 37 112 WARRANTY [NOT USED] C1TY OF FOA�' WOR'I�3 STANI)ARD COl�'STRUC'I'IOIV SPECIFICAT[OIV DOCi7MENTS Revised Iaeccm6e� 2D, 2�12 2021 STREET REH?.BII,PPAT'IQN CITY PROdECT ItiTO. 1Q36Q9 Qf3300-5 SUBMI7'�'AL5 Page 8 of 8 1 PART � - PRODUCTS [NOT iTSED] 2 PART 3- EXCCLTTI�N [NOT USED] 3 END OF SECTXQN Revision Lag DATE N�ME S[]iVIM�RY OF CHANG� ia�zar�oia D, Johnson 1.�1.K.8. Working Days modified to Calendar Days 5 CTPY OF POKT WDRTH 2O21 STREET REI�ABIC,TTATIbR' STANDARD CQNSTItUCT10N SPECIFICATION T.]OCLIM�NTS Revised Dec.cmber 20, 2�12 C1TY PROJECT NO, 1036�9 01 35 13 - ] SPECIAL YItQJECT PROCEpURE5 Page 1 af & 1 2 SECTION 013513 Sl'ECIAL PR07ECT PROCEDURES 3 PART1- GENERAL 4 11 SIIlVIlVIARY 5 A. Section Includes: 6 7 8 9 j0 11 12 13 lA- 15 16 17 18 19 1. The procedures for speeial pra3ec.t circumstances that includes, but is not 3imited to: a. Coordinat�on with the Texas Departm�nt nf Transportation b. WorI� near Higk� Voltage Lines c. Confined Space Entry Program d. Air Pollution Watch Days e, iIse of Explosivas, Drop Weight, Ekc. f. Water Department Notification g. Pub1iC Notification Priar to Beginning Construction h. Coordination with United States Army Corps of Engineers i. Coozdination within Railroad permits areas j. Dust Control k. Emplqyee Parking B. Deviations fram this City of Fart Waxth 5tandard SgecificaUion 1. None. 20 C. Related Specif'ication Sections include, but are not necessarily limited to: 21 1. Division 0— Bidding Requirements, CantracC Forms and Conditions of the Con#ract 22 2. Division 1— General Requirements �3 3. Section 33 12 25 — Connection ta Existing Watez' Mains 2�4 1..2 PRICE AND PAI'1VI�NT PROCEDURES 2S 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 A. Measurement and Payment 1. Gooz'dination within Rai:lz'oad permit ar�as a. Measurement 1) Measurement for this Item will be by lump sum. b. Payment 1) The work perfarmed and materials furnished in accordance with this Item will be paid for at the lump su�no price bid for Railroad Caordination. c, Tha price bid sha11 inelude: 1) Mot�ilization 2} Inspection 3} Safety training 4) AdditionalInsuranee 5) Tnsurance Certificates 6) �ther requirements assaciated with general coordination with Railroad, including additional employees required to pro.tect the right-of-way and property of the Railroad from damage arising. out of and/or from th� construciion of the Pzoject. 2.. Railroad �lagmen CiTY OF FORT R'ORTS STANi}ARD CONS'I'RilC'['ION 3PECIE'ICATION DOCUh(ENT5 Revised December 2d, 2012 2U21 STREET REHABILITA'�'IQN CI'i"i' PAOTEC'I' 3VQ. 103609 Q13513-2 SPECIAL PROJECT PROCEDURES Page 2 of 8 1 2 3 4 5 6 7 8 9 Ifl 11 12 13 a. Measurement 1) Measurement for this Item will be per wozldng day. b. I'ayment 1) The v,+ork performed and materials furnished in accordance with this Item wiil be paid for each workiz�.g day ihat Railroad Flagmen are present at the Site. c. The price bid shall include: 1) Coordinatian for scheduling flagmen 2) Flagmen 3) Other requirements associated with Railroad 3. All pkhar items a. Work associated with these Items is considexed 5ubsidiary to the varipus Items bid. Na separate payment vt�ill be allowed far this Zt�m. 14 1.3 REFERENCES 15 A. Reference Standa�rds [6 1. Reference standards cited in this 5pecz�'zcation refer to the cureent reference I7 standaxd published at th� iime of the latest xevision date logged at the end of this I8 Specification, �nless a date is specifically cited. 19 2. Healtb. and Safety Code, Tztl� 9. Safety, Subtitle A. Public Safery, Chapter 752. 2Q High Voltage Overhead Lines. 21 3. North Central Texas Council af Governments (NCTCOG) — CIean Conskruction 22 Specification 23 x,�4 ADMINISTRATXVE REQUIREMENTS 24 25 26 27 28 29 30 31 32 33 34 35 3b 37 38 39 40 41 42 43 44 45 A, Coordinaiion witla the Texas Department o� Tzansportation 1. When wark in the right-of-way which is undez' Che jurisdiction of the Texas Departrxi.enC of Transporta�iaz� (TxDOT}: a. Notify the Texas Departnrzent of Transportation pnior to commencing any work therein in accordance with the� provisions of tt�e perrnit 6. All work pez-formed in the TxDQT right-of-way shall be performed in complianc� with and 5ubj�ct to approval from the T�xas Department qf Transportation B. Work near High Voltage Lines 1. Regulatory Requirements a, AlI Work near High Voltage Lines (more than 600 volts rueasured betrrveen conductors or between a conductor and the grouz�d) sha11 be in accorciance with Health and Saf�ry Cade, Title 9, Subtitle A, Chapier 752. 2. Warning sign a. Provide sign of sufficient size meeting all OSHA requiz'ements. 3. Equiprnent operating v,aithin 10 feet oi high voltage lines will require the fa�lo�vi�g safety features a. Insulating cage-typ� o� guard about the tapam or arm b. Insulator links on the lift hook connections foz' back hoes or dippers c, Equiprnent must meet th� safety requiremenfs as set forth by OSHA �d the safety requirements of the pwner of the high voltage lines 4. Work within 6 feet of high vnit�g� electric lines C1TY OF FORT WORTH STAIVDARD CQdYSTRUCTI�N SPECIFICATION DOCUMENTS Revised December 20, 2012 2U27 STREET REHAI3II.ITATION CTTY PTZ07ECT I�id, I03609 013513-3 SPECTAL PR03SCT PROCEDURP,S Paga 3 of 8 1 2 3 4 5 6 7 S 9 10 �z 12 13 14 15 1b 17 I8 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 a. � c. Notification shall be given to: 1) The power company (example: ONCOR) a) Maintain an accurate log of all such calls to power company and record action taken in each case. Coozdinat�an with pouze� company 1) After nat�fication coorciinate with the power company to; a) Erect temporary mechanical barriers, de-�nergize the lines, or raise or lower tbe lines Nn personnel may work within 6 feet of a high �oltage line befare the abo've requiremenCs have been met. C. Confined Space Entry Prograrm I. Provide and follow appro�+ed Confined Space Entry Program in aecordance with OSHA requirements. 2, Confined Spaces in.ciude: a. Manhales b. Ali other confined spaces in accardance with OSHA's Permit Required for Confined Spaees D. Air �ollution Watcn Days � . General a. Obsezve khe following guidelines relatang to avorking on C�ty construction sites on days designated as "AIR FOLLU"iTON WATCH DAYS". b. Typical Ozone Season I) May 1 through October 31. c. Critacal Emission Time 1} 6:00 a.m. to 10:0a a.m. 2. Watch Days a. The Texas Commissian on Environmental QuaTity (TCEQ), zn coordination with the National Weather Ser�ice, will issue the Air k'ollutipn Watch by 3:00 p.m. on the afternflon prior to the WATCH day. b. Requir�ments 1} Begin work after ld:QO a.m. wt�enever constructaon phasing requsres the use of motor�zed equipment for periods in excess of 1 haur. 2) Howevez', the Cantractor may t�eg�zx wark prior to I0:00 a.m. if: a) Use af moiorized equipment. is less than i�our, or b) If equipment is new and certified by EPA as. "Low Emitting", ar equipment burns �Tltra Low Sulfur Diesel (UL�D), diesel ernulsions, or alternative fuels sueh as CNG. E, TCEQ Air Perznit 1. Obt�►in TCEQ Air Permit for construction activities per rec�uirements af TCEQ. F. Use of Explosives, Drop Waight, Etc. l, When Cantract Dacuzzients permit an the projeet the following will apply, a. Public Notificataan 1} 5uhnnit notice to City and proof of adequate insurance co'verage, 2�4 hours prior to commencing. Z) Miniznum 2,4 hour �ublic notification in accordanca with Section D1 31 13 46 G. Water Department Cooxdinakaan CITY OF FORT WORTH STANDARD CONSTRUCTIOIV SPECTPIGATION DOCUMEN'1'3 Revised I�ecemher 20, 2012 2D24 S'TAEETI2�:IIAI3II-�I'ATION GITy gRpIECT NO. 143609 013513-4 SPECIAL PRO.TECT PROCEDUKES Page 4 of S I 1. Daring the construction of this project, it wilI be nacessary to d�activ�te, for a Z period of time, existing lines. The Contractpr shall be required to coordinate with � the Water Department to determzne the best times for deactivating and activa�ng 4 thos� lines. S 2. Coordinate any event that wiIl require connecting to nr the pperation of an existing 6 City water Iine systet�rz with the City's repzesentati�e. � a. Caozdination sha�l be in accordance with Section 33 12 25. g b. Li needed, ohtain a hydrant water meter from the Water Depa�rtinent fQr use g during the life of narned project. Ia c. In the event that a water valve on an exisiing live syst�m be turned off and an 11 to accomznodate the cons#ruction of the project is required, eoardinate this 12 actavity through the appropriate City representative, 13 1) Do not operate watez ]ine valves o.f existing urater system. 1'� a} Fazlure tp comply wiIl render the Contractor in �vzoIation of Texas Pena2 I� Code Title 7, Chapter 28.03 (Criminal Mischie� and the Contractor 16 wi21 be pros.ecut�d to the fulI extent of the lavv. I� b) In addition, t�he Contractnz- wiIl assurne al] Iiabitities and �$ ,responsibiIities as a result of these actions. 19 H. Publzc Notzficatipn Prioz- to Beginning Construction 20 21 22 23 24 2S 26 27 28 29 30 31 32 33 34 35 3b 37 38 39 40 41 42 43 44 45 Q�6 47 48 1. Prior tq 6eginning construction on any block ita the project, on a block by bIock basis, pr�pare �nd deliver a notice or flyar of the pendin� constracCion to the front daor of each residence or buszness that wi11 be impacted by construc�ion. The notice sha11 be pz�epared as follows: a. Post natice or �Iyer 7 days pzior to beginr�ing any construetian activity an each block in the project atea. 1) Prep�re flyez on �e Contractor's letterhead and include th� following information: a) Name of Pzoject 6} City Project Na (CPN) c) Scope of Pxoject (z.e. rype of constructzon activity) d} Actual constz�etion duration within the b�ock e) Name qf the contractor's fozeman and phone numbez tj Name oP the City's inspector and pI�one numbez' g) Czty's after-hours phone number 2) A sample of the `pre-const.�-uction no�ification' flyer is attached as Exhibit A. 3) Su6mit scheduIe sho�rving ttze constzuction start and finzsh time for each block of the project to the inspeetoz. 4} Deliver flyer to tkte City Inspector for revi�w prior to disCribution. b. Nn eonstruction wi]1 be allowed to begin nn any block until the flyer is deliverc�d to a!1 residants of the block, I. Fublie Notification of Temporary Water Service Interr�pt�on during Construction I. In the event it becomes necessary to temporarily shut dov�n water service to reszdents or businesses during construciion, prepare and deIiver a notice or fly�r of the pending interrupfion to the front door af each affected resident. 2. Prepared nqtice as follows: a. The notificatian or flyer shalI be posted 2� hours prior to the temporary internzp tion. CTZ'Y OF FOAT �'VORTH STAI�DARp CONSTI2LTCTId1�I SPECIpICATION DOCUMENTS z�2� STREET REHAQII,iT'ATION Revised Deeembar 2p, 2012 CTi'Y PRQJECT NO. 1036q9 013513-5 SPECIAL PRO]SCT I�ROCED[]RES Page 5 af 8 1 2 3 4 5 6 7 S 9 1Q 11 12 I3 14 15 16 K. Coordinatian wit�in Railroad Permit Areas Prepare fiyer on the contractor's letterhead and include the foilawing informati on: 1) Name of the proj ect 2) City Project Number 3) Date of the interruption of service 4) Period the intenagt�ion wiIl take place 5) Name of the contractor's fnreman and phone number 6) Name of the City's inspector and phone num6er A sannple o� the temporary water ser�ice interrugtion noClfica�aon is attached as Exhibit B. Delivez a capy of the temporary interruptian notification to the City inspector for zeview priox to being distributed. No interruption of water service can occur until the �lyer has been delivered to all affected residents and businesses. Electronic v�rsions of the sample flyers can b� ahtained fram the Project Const�cti�n Inspector. 17 J. Coardinatian with United 5tates Arrny Corps of Ez��ineers {LTSACE) 18 1. At locations in the Project where consCruciion activities occur in areas where 19 USACE permits are required, meeC all requirerr�ents set forth in each designated 2a pertnit. 21 22 23 24 2S 26 27 28 29 30 31 32 33 34 35 36 37 38 34 40 41 42 43 44 I. �� 3. b. c. d. �. f. At locations in the project wheze canstruction actsvities occur in areas where railroad permits are required, meet all requirements set forth in each designated railroad permit. Tlus inciudes, but is not limited to, provisions for: a. Flagmen b. Inspectors c. 5afety training d. Addi.tional insurance e. Insurance certa�cates f. Other ennployees requ.ired to protect the right-of-way and property af the Raiilroad Company fram damage arising out of and/or fronr� t�e constructiqn of the project, Proper utility clearance proeeduzes shaIl be �sed in accardance with the permit guideIines. Obtain any supplemental information needed to camply witi7 the railroad's requirernents. Rai��road Flagmen a. Submit receipts to City for verification of t�arking days that railroad fiagmen �rere presenk on Site. L. Dnst Control 1. Use aeceptable measures to control d�st at the Site. a. If water is used to control dust, captuz'e and properIy dispose of waste v�ater. b. If wet saw cutiing is perfazmed, capture and properly dispose of slurry. M. Employee Parking 1. Provide parking for employees at locations approved by the City. CFI'Y OF FORT WORTH STANDATtD CQIVST`RidC'f'iON SPECIFICATION DO[`[JivIEiVT5 Revised becemher 20, 2012 2021 STxEeT i2EHABiL£fATIaN Cl'I'X PROSECT NO. 103609 013513-6 SP�CIAL PTZQJECT PROCEDU[tE5 Page 4 of 8 1 1.� SLTSNIITTALS [NOT USED] 2 1.6 ACTIUN SUBMZTTALS/IlV�'OR.MATIONAL SUBMITTALS [NOT US�D] 3 1.'� CLOSEOUT SUBMITTALS jNOT i7SED] 4 1.8 MAINTENANCE MATER�AL 5TIBMITTALS [NOT USEDJ 5 1.9 QUALITY A�SURANCE [NOT USEDI 6 110 DELIVERY, STORAGE, AND HANDLING [N4T USED] 7 111 FIELD [SITE] CONDITIDNS [NOT USED] 8 I..�2 WA12.1�ANTY [NOT IISED] 9 PART � - PRODUCTS [NOT U�ED] 1Q PA1�T 3- EXECiJTION [NOT U�ED] 11 72 13 �ND OF SECTI�N CTI'X OF PORT WORTH 2O21 S'["i�;�T REHABILTI'RTION STANDARD CbN5TRUCTION SPECIFICATION DOCUMENTS Revised Decemhei 2q, 2012 CPI'Y PROJECT NO. 103609 O13513-7 SPECIAL PR�7ECT PROCEDURES Page 7 of 8 1 2 3 4 5 C 7 8 9 1D 11 12 13 l4 I5 16 Ii ].8 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 EXFIIBIT A (To be printed an Contractor's Letterh�ad} Date: CPN Na.: Project Name: Mapsco Location: Limits of Construction: � _ - — - — — � 1 �� � I� �I � � � i � � � _ iHIS lS 70 IN�ORFi� YOU iHAi UND1�R A CON�RACT WIiH iH� Cl�lf O�' FORT WOf�Tb, OUR CO�APANY WCLL WO�iK ON Ui[I�ITY LfN�S ON �R AROUN� YOUR PR04��RTY. CONS�RUCTION WI�,L �E{�CN APPROXIMA��I,Y S�V�N DAYS ��O1Vi iHE DAT� OF YHlS NOTlC�. IF YOU HAV� QU�S7lON5 A�OUi ACC�SS, S�CURITY, SA���Y' OR ANY OTbER ISSU�, �L�ASE CAL�: fil�l'. CGO�i7RACTOR'S SUP�RIh17ENDENT� A� c7ELEPHONE �10.7 OR Mr. GCI7Y [NSPECTOR� /�T ¢ TELEPHONE HO.� A�'i'l�R 4:30 �'fUi O� ON W��}C�N�S, PL�AS� CA�� {81!} 392 83D6 PLEASE KEEP THIS F[.YER HANDY WHEN YOU CALL C1TY O�' FORT WaRTR STAN�ARD COI�ISTRUCTIO[Y SPECIFTCATION DOCUMEIYTS Revised Decemher 20, 20 L2 2021 STRE�T 12EHASII..�'I'AT10N CTI`Y PROJECT [�TO. 103509 D13513-8 SPECIAL PROJ�CT PRQCEDiIRES Puge S of S 1 2 EXHIBIT B �OR'T �ORTH B�; �� ��. � �� ��'�I�� ��` '��i�P��R'�' WA,7'�� ������ IE�'G�����I�I� DUE TO UTIE,LTY IMPROVENf�l�TS Il►F YOUIt NEIGHBORHOOD, YOUR WATER SERVICE WII,L BE INTETZRIJPTED ON ��xr��,�v �r� xaxr�ts o� n.x� IF'YOi7 HAVE Q�E3TIONS A$Oi7T THIS SHUT-OUT,1'LEAS� CALI.: 14�I2.. A7' (CONTRAC'CQRS 5EJPERINTENDENT) (TEL�PHOIV� Ni7113BER} OR 1VIR, AT (CIT'Y IN$PECTUR) (TELEPFTONE 1ViJMBER) TIIIS IiVCONVEIY�NCE WILL BE A5 ,SI�ORT AS PO$$IBLE<, Tk�ANI� Ypil, . CONTRAC'FOR � 4 CiTY C?F POR1' WOT2TH STANDARD CONSTRUCTTON SPECI�'ICATI(71V DOCUMENTS Revised Decembei 2Q, 2012 2021 5T12�ET REHABILITATIQIV CiTY PRDJECT NO, 103609 O] 4523 'I'EST�NG AAiD INSPECTION SERVICES Page ] af2 SECTIDN Q14� 23 TESTXNG AND INSPECTION SERVICES PART1- GENERAL 11 S�TMMAR�' A. Section Includes, 1. Testing and inspection services procedures and coardination B. Deviations from this City of Fort Worth S#andard Speciiication 1. None. C. Related Specifcation Sections include, but are noi necessarily limited ta.: 1. Division �— Bidding Requirements, Contract Por�ns and Conditions of the Contract 2. Division 1-- General Requiremez�ts 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Fayment l. Work associated with this Item is considered subsidiaay to the various itents bid. No separate paym.ent will be alla�red for this Ttem. a. Contractor is responsible �or perforining, coordinating, and payment of all Qualify Control testing. b. City is responsible %r performing and payment for iirst set af Quality Assuz'ance testing. 1) Tithe first Quality Assurance test performeci by the Cit� fails, the Contractor is responsible for payrtzent of subsequent Quality. Assurance testing; until a passing tesi occurs. a) Finai acceptanc� wi11 not be issued by City until all requir�d payments for testing by Contractor have been paid in full. 1.3 REk'ERENCES [N�T LTSED] 1.4 ADMINiSTRATIVE REQU�REMENT� A. Testing 1. Compiete testing in. acc�rdance with the Conttact Documents. 2. Coordination a. When testing is required to b� perforzned by the City, notify City, sufiiciently in advance, when testing is r►eaded. b. When testing is required to be completed by the Contractar, notify City, sufficiently in advance, that testing will be performed. 3. Distribution of Testing Reports a. Electronic Distribution 1) Confirzn develapment of Project diz'ectory for electronic submit�als to be uploaded to the City's document management system, or another external FTP site appra�ed by the Cit�. 2D21 STT�ET R�HA6iLITATIOI�i CITY OF FQRT WORTH City Project Number 103609 STAIVDARD CONSTRUCTION SFECICiCATl03V DOCUMENTS Revised Ivflarch 9, 2�2D 014523 T$ST1NG A�TD INSPECTTO]V SEItVIC�S Page 2 of 2 2) Upl�ad test reports ta designated project directary and notify appro�ariate City representatives via einai� of s�bmittal posting. 3) H�rd Capies a) 1 copy for all submittats submitLed ta tha Project Representative b. Hard Copy Distribution (if required in ]ieu of electronic distribution) 1) Tests perfo,rmed by C1ty a) Distribute 1 hard copy to the Contractor 2) Tests perfor�ned by the Contractor a) Disiribute 3 hard copies to City's Project Represeiltati�e 4. Provide City's Prflject Representa.tive with trip tickets for each de]ivered ]oad of Concrete or Lime mate�•ial including the following rnformation: a. Name of pi# b. Date of deiivery c. Maierial deiivered B . Inspection 1. Inspection or lack of inspaction does not relieve the Contractoi• from obligatinn ta perform work in accordanae with the ConYract DocLunents. 1.5 SUBMITTALS [NOT U�ED] Z.� ACTIQN SUBMITTALS/INFORMATIONAL SUBlI{IITTALS [NQT USED] 1.1 CLOSEOUT SUSMITTALS [NOT USED] 1.$ MAINTENANCE MATERIAL SUBMITTALS [NOT i7�EDj 1.9 QUALITY ASSURANCE [NOT ZISED) 1.10 DELNERY, STORAGE, AND HANDLING [NOT IISED] 1.1� FIELD [SITE] CONDITIONS [NOT USED] 1.12 VVARRANTY [NOT USED] PART � - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED� END OF SECTION Revision Log DATE N� 3/9/2020 D.V. Magana SiJMMARY OF CHANGE d reference to Suzzsaw and noted that ele t[ie City's document menagement system. suhmittals be �ploaded CiTY OF FQRT WORTH STAND.AI2.D CONSTRUCTiON SPECIFICATIQN DOCUMENI'� Zd21 STRE�T R�HtLI3ILITA'I'ION R�vised March 9, 2020 Cily Project Number 103G09 O1500D-1 'I'EMPORARY FACII.,1'1'IES A1�iD CON'TROLS Page 1 of 4 1 z SECTION 0150 �0 ��ox�xY �Ac�.�r�s AND coNrROLs 3 PART1- GENERAL 4 1.1 5U1VIlVIARY 5 A. �ection Tncludes: 6 l. 1'rovide temporary facilities and cont��ols needed for the Wark including, b�t nat 7 necessari]y limited to: 8 a. Temporary utilities 9 b. Sanitary facilities 10 c. Storage Sheds and Buildings 11 d. Dust cantrol 12 e. Ternporary fencing of the cnnstruction site 13 B. Deviations from this City oiFort Wortl� Standard Specification 14 1. Nona. 15 lb 17 18 1.2 C. Related Specification Sections include, but are not necessarily Iimited to: 1. Division 0— Bidding Requirernents, Contract Forms and Conditions of the Contsact 2. Divisian 1— General Requizements PRIGE AND PAYM�NT PROCEDi]RES 19 A. Measurement and Payment 20 1. Work associated with this Ttem is cansidered subsidiary ta the various Items bid. 21 No separate paprnent will be allowed for this Item. 22 L3 REFERENCES [NOT USED] 23 1,4 ADMIN�STRATIVE REQUIREMENTS 24 25 2f 27 28 29 3� 31 32. 33 34 35 36 37 38 39 40 A. Temporary Utilities 1. Obtaining Tempnz�ary Service a. Make arrang��rnents with utility service companies for temporary services. b. Abide by z�ules and regulat�ons of utility service companies or a�t�orzties having jurisdiction. c. Be responsible for utility ser�ice costs until Work is approved for Final Acceptance. 1) Included are fuel, power, light, heat and othaz' utiliry services nacessary for exec�tion, completion, testing and initial operatian of Wark. 2. Water a. Contractor ta provide water required foz and in connection with Vl�ork to be performed and for speci�ied tests of pipi�zg, equiprnent, devices or other use as required for the campletion of the Wark. b. Provide and rnaintain ad�quate supply nf patable water for domestic consumpiion by Contractoz personnel and City's Project Representatives. c. Coordinatian I} Contact City 1 week befare water far construction is desired C1TY OF FORT WORTH STANDARD CONSTRUCTIDIV SPECIFfCATIpN DQCUMBN'I'5 Revised Ju[y 1, 2011 2021 STREET REHABILPPATTON CITY PROdECT NO. 1036Q9 O150UO-2 TEIvIP012ARY FACILITIPS AND CpNTROLS Page 2 of q 1 2 3 4 S 5 7 8 9 10 11 12 13 14 15 16 17 18 19 za 2� 22 23 24 25 26 27 28 29 30 3l 32 33 34 35 36 37 38 39 4a 41 42 43 44 d. Contractoz� Payment for Construction Wat�r 1) Obtain construction watei meter from City for payment as billed by City's established rates. 3. Electrieity and Lighting a. Provide and pay for alecC�ic powered ser�ica as required for Work, including testing of Work. 1) Pro�ide power for lighting, operatzan of equipment, or other use. b. Eiectric power service incIudes temporary pawer sarvice oz generator to rnaintain operatzons during scheduled shutdown. 4, Telephane a. Provide ernergency telephone service at Site for use by Contractor personnal and others perfarming wprk oz furnishing services at 5ite. 5. Temporary Heat and Ventilation a. Pravide temporary heat as necassary for pzotec�ion or cornpletion of Work. b. Provide temporary heat and ventilation to as.suze safe worlcing canditions.. B, Sanitary Facilities 1, l�ro�vide and maintain sanitary faciIities for persons on Site. a. Compiy �ith ��gulations of Stale and local deparfinents of health, 2. En�orce use of sanitary facilities by construction personnel at job site. a. Enclose and anchoz' sanitary facilities. b. No discharge will be a1lp�red frorzi these facilities, c. Collect and store sewage and waste sp as not to cause nuisance or health problem, d. Haul sewage and waste off-site at no less than wee�Cly intezvals and properly dispase in acGordance with applic.able re.gulation. 3. Loc:ate facilities near Work Site and keep clean and maintained thraughout Project. 4. Remove facilities at completian of Pzoject C. Storage Sheds and BuiIdings l. Provide adequately ventilated, watertXght, weatherproof storage faciIities with flnor above .ground level for materials and equipment snsceptible to weather damage. 2. Storage of materials nat susceptible to weather darnage may be on biocks off ground. 3. Store materials in a neat and orderly manner. a. Place materials and equipmant to permit easy access for identification, inspection and inventary. 4. Equip building with lockable doars and lighting, and pro�ide electrical service for equipment space heaters and heating ar �ven�ilatzon as necessary ta pro�ide storage envuanments acceptable to specified manufacturers. 5. Fill and grade site for temporary structures to prc�vide drainage away from tezrzparary and e�sting buildings. 6. Remove building from site prior Co Final Accep#ance. D. Temporary Fencing 1. Provide and maintain for the duration or construction when required in contract documents 45 E. D�st Control crrx oF �o�m woRTx 5TAI�DARD CDNSTRUCTION SPECIFICATION I�OCUMENTS Re�ised 7uly 1, 20ll 2421 STREET REHABILITATIpN CTI'Y P1207LCfi NQ, ] 036D9 I 2 3 4 5 6 7 S 9 10 31 12 13 I4 15 I6 oi snoo-3 TEMPORARY FACILITIES ANU CONT1tOL5 Page 3 af 4 1. Contractor is respansible for mai�taining dust control through the duratian of the project. a. Contractor remains on-call at a]1 times b. Must respond in a timely n�.anner F, Temporary Protec�inn of Construction 1, Contractor oz subcontractors are responsible foz pratecting Work frozn damage due to weather. 1.5 SUBMITTALS INOT USED] 1.6 ACTION SUSMITTAL�/IlVFORMATIONAL SUBNIITTALS [NOT USED1 1.7 CLOSEOUT SiJSMITTALS [NOT IIS�D] L8 MAINTENANCE MATERI�L �UBNI.�TTALS [NDT USED] 1.9 QiTALZTY AS,SURANCE {NOT USED] �.10 DELIVERY, STORA�E, A1VD HANDL�NG [N�T IISED] 1.11 FIELD [��TE]� CONDIT�ONS LN�T USED] Ll� WAAI�.ANTY [NOT USED] PART � - PR4DUCT5 [NOT USED] i7 PART 3- EXECUTION [NOT USED] 18 31 INSTALLERS �lYOT USED] 19 3..2 EXAMINATION [NOT USED] 2p 3.3 PREPARATI�N �1VOT IISED] 21 3.4 INSTALLATION 22 A. Temparary Facilities 23 1. Maintain all tempoz'ary facili�ies for duration of constz�uctian activities as needed. 24 3.5 [REPAiR] / [RESTORATrON] 25 3.6 RE-INSTALLATION 26 27 �8 29 30 31 3.7 FIELD [ox] SITE QUALITY CONTROL [NOT Z7,SED] 3.8 SYSTEM STARTUP [NOT USED] 3,4 ADJUSTING [NOT USED] 310 CLEANING [N�T i1�ED] 311 CLQSE�UT ACTIVITIES A. Temporary Facilities CTTY OF FOttT WORPH STANDARD COiYSPftUCTION SPECIFICATION DOCUNIENTS Revised 7uly l, 2011 2Q21 STREeT REHABILCC'ATION C1TY PILO7ECT IVQ, 103609 1 2 3 4 5 6 7 8 a� sa oa - a TEMPORARX FACILITIE5 AND CQNPI;OJ..S Page 4 oi4 1. Remove all temporary facili�ies and restore area after completian of the Work, to a condition eyual to or better than przor to start of Work. 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTAC�NT� [NOT US�D] END OF SECTION DAT'� I N�ME Re�ision Log SUMMARY O�' CIIANGE CTTY OF FORT WORTH 5TAI�TDARD CONS`I'I2UCTION SPEC]FICA'I'ION DOCUMENTS Revised 7u]y l, 2011 2021 S'1'REST REHA.SIL,ITAT[ON CiTY PR()JECT NO. 1Q3G09 015526-1 5T1tEET USE PERMfi' AND MOD1FICrlTION5 TO T'RAPFIC CONTROL Page 1 of 3 1 2 � � SECTION O1 �� 26 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL �'ART 1- GENERAL 1.l SUMMARY 5 A. Section Includes: 6 1. Administrative procedures for: � a. 5treet Use Fermit g b. Modification of approvedtraf�ic control g c. Removal of St�eet Signs i0 B. Deviaiions from this City of Fort Warth Standard Specification 11 1. None. 12 C. Related Specif'ication Sections include, but are not necessarily limited to: 13 i. Di�ision 0— Bidding Requirements, C�ntract Forms and Canditions of the Contract 14 2. Division 1— General Requirements 15 3, Section 34 71 13 —Traffie Control 16 1.2 PRICE AND PAYMENT PROCEDURES 17 A. Measurement and Paynnent lg �. Work associated with this Item is cansidered subsid'lary to the variaus Items bid. 19 No separate payment wi11 be allowed for this Item. 20 1.3 REY+'ERENCES 21 A.Reference Standarcis �2 1. Reference standards cited in this speci�cation refer to the current referenca standard 23 pubjished at the time of ihe latest revision date Logged at the e�tci of this 24 speci�ication, uniess a date is specifi.cally cited. Z� 2. Te�as Manual on Uniform Traff'ic Controi Devices (TMUTCD). 26 1.4 ADMINISTRATIVE REQUIREMENTS 27 28 29 36 3� 32 33 34 35 35 A. Traff'ic Control 1. General a. Canta'actat sha11 minimize lane closures and impact to vehicularlpedest�'ian traffi c. b. Vilhen traffic contrc�l plans are included in the Drawings, p�'ovide Traffic Cont�•al in accordance with Drawings and Section 34 71 13. c. When t�affic control p[ans are not included in the Drawings, prepare t�affic cantrol plans in accordance with Seetion 34 '71 13 and suhmit to City for review. 1) Allow minimuzn 10 workiu�g days fQr �•eview of px•oposed Traffic Control. C]TI' O�' FOI2T WORTH STANDARD CONSTRUCTlO�V SFECIIICATIOIV DOCUME31'f'S Kevised Marcl� 22, 2021 2621 STiiEET REHABILITAITON City P�•oject I�in. 1036D9 O15S26-2 STR�E'P USE PERMIT AI+ID MOl7IFIC:4TTONS TO TTtAFPIC CONTROL Page 2 of 3 1 2 3 4 5 6 2) A n•af�c control ""I'ypical" published hy City of Fort Worth, the Texas Ma�aa[ Unified Traffic ContrQ! Devices ('I'MUTCD) or Texas Department ofTransportation (TxDOT) can be �sed as an alter.native to preparing project/site specific traific contro[ plan [f the typical is applicable to the speeific project/site. B, Street LTse Permit 7 1. Pi•io�• to insCallation of Tra�c Contcol, a City Street Use Permit is required. g a. To obtain S�t•eet ilse Permit, subinit Tt•affic Conti•ol Plans to Ciry g Transpoz�tation and Public Worics Depart�nent. � � t) Allow a mfnimum of 5 workin.g days for p�rmit review, l 1 2} It is th� Contractpr's responsibility to cnordinate revievv of Traff c C.ontrol 12 plans for Street Use Pe�•mit, such that constructran is npt delayed. 13 C. Modification to Appro�ed Tra�c Control 14 1. P�•ior tn ins#allation traffic control: 15 a. Subix�it revised txaffic control plans to City Depa��traent Tt�anspo�'tation and 16 Public Warks Dep�rtment. 1'1 1) Revise `Traffic ContraI plans in aecordance with Seetion 34 7i I3. 18 2) Al�nw minimum 5 working days fQr re��ew af re�vised Traffic Control. 19 3) It is the Contraetot''s responsibility to coarc�inate review of Traff�c Control 2� plans for Street Use Pei•mit, such that construction is not delayed. 2l D, Removal af S�•eet Sign 22 1. If it is determined that a street sign must be reinoved for const��uctian, then contact 23 Gity Transportatian and Publie Worlcs Depaz-tment, Signs and MarJcings Divisian to 24 remove the sign. 25 E. Teinporary Signage 26 1. In Che case of eegulatary si:gns, ��eplace pei•manent sign wifh temporary sign rneeting 27 requirements of the latest edition of the Te�s Manual on Uniforrri Traffic Contro] �g Devices (MUTCD), 29 30 31 32 33 3�k 2. Install tempora.ry si$n before the remo�al of permanent sign. 3. When construction is complete, to the extant that the permanent sign can be reinstalted, contact t�ie Gity Transpai�tatian and PubZic Wo��ks Department, Signs and Marlein.gs Di�ision, ta re�nstall the pet�manent sign. F. Traffic Control Standards 1. Traffic Contr�l Standards can be %und an the City's webs�te. 35 .1.5 SUBMITTALS [NOT US�D� 36 A. 5ubmit all required documentatian to City's Project Representaiiv�. CITY dF FORT WORTH 2O2i STTtEET REI�ABILITAITON STANDARD CONSTRUCTION SPECIFICATION �OCUMENTS City Project No. 1fl3fi09 Revised Ma��ch 22, 2021 01552b-3 STREST USE PERMf'C .AND MODrPICATION$ TO TRAFFIC, CON'I'ItOL Page 3 of 3 3 I.6 ACTXON SUSNIITTALSIINFORMATI4NAL SUBMITTALS [NOT USED] 2 1.7 CLOSEOUT SUBMTI'TALS [NOT U�ED] 3 1.8 MA.�NTENANCE MATERIAL SUBMXTTALS [NOT iT�ED] 4 19 QUALITY ASSURANCE [NOT L1SED] 5 1.10 DEL�VERY, STORAGE, AND HANDLTNG [NOT USED] 6 11i FL�LD [SITE] CONDITIONS [NOT USED] 7 112 �`ARRANTY [NOT iTSED] 8 PART 2- PR{)DUCTS [NOT US�D] 9 PART 3- EXECUTION [NOT USED] 1fl 11 END OF SECTION Revisian Log DATE NAlVIE SUMMAR'Y OF C;IIANGE i.4 A. Added [anguage to enxphasize minimizing of lane clo�i�res aud inipacY to traffic. 1.4 A. 1. c. Added language ta aliow for use of puhlished traffic cant�•ol "Typicals" i 3 /2212 0 2 1 M Owei� applicable to specific projectlsite. 1.4 F. 1) Removed reference ta Buzzsaw 1.5 Added language re: s�bmittal af permit 12 CITY OF' FORT WORTH 2O21 5'�REET REHABiLITA1TON STAND.ARD CONSTRUCTION SPFCIFICATION DQCUMEhfTS Cary Prajecf No. 1Q36Q4 Revised Nlarch 22, 2021 015713-1 STpRM WATER POLLUTIpN PREVENTION Fage 1 of 3 1 sECTroN ax s� �� � STOR�+I WATER POLLUTIQN PREVENTION 3 PART1- GENERAL 4 1,1 SUMMh.RY 5 A. S�ciion Includes: 6 �. Pr.ocedures for Stozm Water Pallution Prevention Plans 7 B. D�viations from this City of Fort War� Standard Specification 8 l. None. 4 C. Related Specificafion Sections include, but are not neeessarily liznited to: 10 1. Division 0— Bidding Requirements, Contract Forms and Canditions af the 11 Contzact 12 2. Division 1— General Requu�em.ents 13 3. Section 31 �5 QO —Erosion and Sediment Control 14 1.2 �'RIC� AND PAYMENT PROC�Di7RES 15 A. Moasurement and Payment 16 1. Construction Activities resulting in less than 1 acre of disturbance 17 a. Work associated with this Item is con.sidered subsidiary to the various Itezns 1g bzd. No separate paynnent will be allaw�d for this Item. 14 2. Construction Activities resultang in greater than 1 acre af disturbance 20 a. Measuxement and Paymezzt shaZZ be in accozdance with Section 3I 25 00. 2I 1.3 REFERENCES 22 A. Abiareviations and Acronyms 23 1. Na[ice of Intent: NOI 24 2. Naiice of Terminat�on; NOT 25 3. 5torna Water Pallution 1'revention Plan: SWPPP 26 4. Texas Commission on Envizonmental Q�ality: TCEQ 27 5. I�lotice of Change: NOC 28 A. Reference Standards 29 1. Refer�nce siandards eited in this Specification ref�r to the current reference 3n standard published at the time of the latest revisiqn date logged at �he end of this 31 Specification, unless a date is specifically cited. 32 2. Integrated Storm Management {iSWM} Technical Manual for Constructiqn 33 ca�czors 34 I.� AD11�IN�STRATIVE REQUxREMENTS 35 A. General 36 1. Cantractar is responsihle foz resolution and p�yment of any �nes issued associated 37 with compliance to �torrriwater �ollution Prevention Plan. C1TY QFFpRT WORTH 2O21 STREET REHABILITATION STEINDARI] CC)NSTRUCTIQN SPECIF[CA'I'IOI�i DpCUIVIENTS Revised .Tuly I, 2011 CPl'Y PRO.TECT NO, 1f}3609 015713-2 ST�RM WATER POLLCJTION PIZEVENTIdN Page 2 of 3 1 B. Canstzucizan Activities resuiting in: 2 J.. Less than 1 acre of disturbance 3 a. T'rovide arasion and sediment control in accordance with Section 31 25 00 and 4 Drawings. 5 6 9 10 1I 12 13 14 15 1� 17 1$ 19 20 21 22 23 24 25 2b 27 28 29 30 31 32 33 34 35 36 37 38 39 2, l to less than 5 acres of disturban.ce a. Texas Pollutant Discharge Eiimination System (TFDES) General Construction �'ermit is required b, Camplete SWFPP in accordance with TCEQ requiremants 1) TCEQ Smal� Construction Site Notice Required under general permit TXR 15Q000 a} Sign and past at job site b} Prior to 1'reconstruction Meeting, send I cnpy to City DeparCment of Transpartation and Public Works, Envzronmental Division, {$17) 392- 6088. 2) Pravide erosian and sediment control in accordance with: a) Section 31 25 DO h) The Drawings c) TXR150000 General Permit d) SWPPP �) TCEQ requirements 3. 5 acres nr more of Disturbance a. Texas Pollutant Discharge Eliznznation System (TPDES) General Constructian Permit is required b. Complete SWFPP in accnz-dance with TCEQ requixements 1) Prepare a TCEQ NOI form and submit to TCEQ along with required fee a} Sign and pvst �.t jab site b) Send copy tq City Department of Transportation and Public Works, Environmental Division, (817} 392-60$$. 2) TCEQ Notice of Change required if making changes or npdates to NOI 3) Pr�vide erosian and sediment contrQl in accordance with: a) Sect�on 31 25 00 b) `.I'lae Drawings c) TXR�SO�QO General Per�nit d) SWPPP e} TC�Q requirements 4} Once the project has been complated and all the closeout requixements of TCEQ have been �net a TCEQ Notice of Termination can be submitted. a) S�nd copy to City Department ofTranspoitation and Public Works, Enviranmental D�ivisi.nn, {$17} 392-&088. 40 1.5 SUBMITTALS 41 A. 5 WPPP 42 1. Subznik in accordance wiCh Section Q1 33 Oa, exc.ept as stated hez'ein. 43 a. Prior to the Preconstruction Meeting, submit a draft capy of SWPPP to the City 44 as follows: 45 1} 1 copy to the City Pxoject Manager 46 a) City Project Managar will forward to the City Department of 47 Transportation and Public Works, Enviro�mental Division for review C1TY DF+ FORZ` WORTfi STANIJARD CQNSTRUCTIOIV SPECIFICATIdN DQCUMENTS Revised luly 1, 2011 zazi s'rltfia�rr��Bn.rrATiorr CPT'Y PR07ECT NO. 103609 Oi5713-3 9TORM'LVATER POLLIITION PRP,VENTION Page 3 of 3 1 B, Modified �WPPP 2 1. �� the SWFPP is revised during cpnstzuction, resubmit modified SWPPP to the City 3 ir� accoz�dance with Section 01 33 p0, 4 1.6 ACTION SUBMITTALSIINFQRMATTONAL SUBMITTALS [NOT USED] 5 1.7 CLQSEOUT SUBMITTAL,S [NOT USED] 6 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 7 1.9 QUALITY ASSDI�ANCE [NOT USED] 8 1.10 DELIVERY, ,STORAGE, AND HANDLING [NOT T]SED] 9 1.1I FIELD [SITE� COND�TX�N,S [NOT USED] 10 1.12 WARRANTY [1VOT USED] I 1 PART �- PRODi7CTS [NOT YTSED] 12 PART 3- EX�CUTION [NOT U�ED] 13 14 �ND OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 15 CITY OF FdRT WORTH 2Q21 STREET REI-IABILPI'ATTQN STANDARD CONS'1'Ri1CTI0I•I SPECIFICATIQIVDQCUMSNTS Revised luly l, 2D11 C1TY PR07ECT NO, 103609 015813-1 TEtvIPOAARY PRO]ECT SIGIVAGE Page 1 of 3 1 2 3 PART 1 - G�NERAI. S�CTION 015813 TEMPOR�ZY PRO7ECT SIGNAGE 4 1.1 SUIVIMARY 5 A. Seetion Includes: 6 1. Temporary Project Signage Requzz-ernents 7 B. Deviat�ons from this City of Fort WorCh Standa�rd Specification 8 1. None. 9 C. Related Speeification Sections include, but are not necessarily limited to: 10 1, Division 0— Bidding Requirements, Contract Farms and Conditions of the Contract 11 2. Di�ision 1— General Reyuirements S2 1.� PRXCE A,Nll PAYMENT PR�CEDURES 13 A. Measurement and Fayment 14 1, V�ork associated with this Item is considered subsidiary to the variaus Ztems bid. 15 No separate payment wi11 he allowed for this Item. 16 1.3 REFER�NCES [N�T II�ED] 17 1.4 ADMINZ�TRATIVE REQUIREMENTS [NOT USED] 18 1.5 SLIBMZTTALS [N�T USED] 39 1.6 ACTION SLTBMITTALSIINFORMATIONAL SUBMITTALS [NOT IISED] 20 1.'� CLOSEOUT SUBMITTALS [1VQT USED] 2l 1.$ MAINTENANCE MATERIAL SUSMITTALS [NOT LTSED] 22 L9 QIIAL�TY ASSURANCE [NOT iTSED] 23 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 24 1.11 FIELD [SxTE] CONDITIONS [NOT USED] 25 1,12 WARRANTY [NQT USED] 25 PART � - PRODCICT� 27 2,.1 OWNER-FURIVI�HED �o�] OWNER-�UPPLIEDPRODUCT� [NOT USED] 28 �.� EQUIPMENT, PRUDUCT TYPES, AND MATERIALS 29 A. Design Criteria C1TY QF FQRT WORTf3 2021 STREST REHABILITATiON STANDARU Ca[tiTSTRUCTION SPECIFICATION DOCUMENTS Re�ised July 1, 2011 C1TY PAOJECT 1�0. 103609 I 2 3 4 5 6 7 0158 ]3-2 TFMPQRARY PROJECT SIGNAGE Yage 2 of 3 1. Provide fi•ee standing Project Designation 5ign in accordance with City's 5tandard Details for pz•oject signs. B. Materials 1. Sign a. Constructed of 3/a-inch fir plywood, gz�ade A-C (exterior) or better 2,.3 ACCESSORIE� [NOT IISEA] 2.4 SQURCE QUALITY CONTROL INOT U�ED] 8 PART 3 - EXECUTION 9 3.1 INSTALLERS [NOT USED] 10 3.2 EXAMYNATXON [NOT U�ED] 11 3.3 PREPARATZON [NOT US�D] 12 3.4 INSTALLATION 13 A. General 14 1. Provide vertica] installatipn at extents aiproject. 15 2, Relocate sign as needed, upon request of the City. 16 B. Mounting options 17 a. Slads 18 b. Posts 14 c. Barricade 2Q 3.5 REPAIR / RESTORATION [1vDT USED] 21 3.6 RE-INSTALLATIQN [NOT USED] 22 3.�' FIELD [oR] �ITE QiTALITY CONTROL [NOT USED] 23 3.8 SYSTEM STARTUP [NOT USED] 24 3.9 ADJLTSTING [NOT USED] 25 3.10 CL�ANING [NOT U�EDJ 26 3.11 CLOSEOUT ACTIVITIES [NOT iTS�ll] 27 3.12 PRQTECTION [NOT USED] 28 3.13 MAiNTENANCE 24 A. General 30 1. Maintenance will include painting and repairs as needed or directed by the City. 31 3.14 ATTACHMENTS [NOT USED] 32 33 END OF �ECTION CiTY Ol� FORT WORTH 2O21 STREET REHABII,ITATIpN S�ANbARi) CDNSTRLTCTION SYSCfFIGATION DOCUMENTS Revised 7uly 1, 2D11 CTTY PRO]ECT NO, 103.G49 aisgi3-3 TEMPOItARY PRQJECi' SIGNAGE page 3 of 3 Revision Lag DATE NAME 5U1VIlVIARY �F CHANGE CTI'Y OF FORT WORTH 2O21 STRBET R�'FiABTLiTATION STANDARD CONSTAUCTIOR' SP�GTFICATIO[`T DOC[7MENT5 Revised July 1, 2011 CI'I'1' P1207EG'I` NO. 1p36U9 a � �o oa PRODUCT REQUIItEMENTS Page l of 2 SECTION 0160 DO PRODUCT REQi_TIREMENTS PARTI- G�NERAL 11 SUMMARY A. Section Includes: 1. References for Prnduct Reqtiuz'e�nents ancl City Standard Products List B. Deviations from this City of' F'art Worth Standard Specification I. Nane. C. Related Specification Sections include, but at'� not neeessarily 1[mited to: I. Division 0— Bidding Requirernents, Contract Forrns and Conditions of the Contt'act 2. Division 1— General Requiremants 1.2 PRICE AND PAYMENT FROCEDURES [NQT USED] 1.3 R�F�RENCES [NOT USED] �.4 ADMTNXS'1'RATIV� REQUIREMENTS A. A list of City appro�ed prodL�cts for use is ava[]ab[e thc•ough the City's wehsite at: https://apps.fortworthtexas.gov/l'�rojectResources/ and follouring the dir�ctaz'y path; 02 - Construc#ion Documents/Standard Products List B. Only p�•oducts speci#ically included on City's Standard Product List in these Contract Documents shall b� allowed for use on the Project. I. Any subsequently approved products wiIl only be allowed for use upon specif�c approval by the �ity. C. Any speciftc �roduct requirements in ihe Contract Dacu3nents supersede similar products included on the City's Standard P�-oduct List. l. The City reser�es the right to noY allow products to be used for certain projects even though the product is listed on the City's Siandard Product List. D. Although a sp�cific product is uicfuded on City's Standard Product List, not all products fram tk�at manufacturer are appi•a�ed for use, including but not limited to, that manufacture�•'s standard p��ocfuct. E. See Seetion D1 33 Da foi• submittal requirements of Praduct Data included an City's Standard Product List. 1.5 SUBNIITTALS [N4x USED] 1.6 ACTION SiTBMITTALS/INFORMATIONAL SIIBMTTTAL,5 [NOT USED] 1.'� GLO�EOUT SUBMITTALS [NOT II�ED] �..5 MAINTENANCE MATER7AL SUBNIITTALS [NOT LTSED] 1.9 QUAL�TY A�SURANCE [NOT USED] C1TY OF PORT WORTH 2O21 ST'12E�T REHABILITATIpN STANDt1ItD CO�TSTRUCTION SPECLFICATION DOCUMENTS City Project Num�er 103509 Re�ised March 9, 2020 O 1 60 00 PROT]UCT REQUIR�IvIENTS Page 2 of 2 1.10 D�LTV'�RY, STORAGE, AND HANDLING [NOT USED] l,ll FIELD [SITE] CONDITIONS [NOT USED] 112 WAIZRANTY [NOT USED1 PART 2 - PRODUCTS [NUT USED] PART 3 - EXECUTION [NUT i1SED] END OF SECTION C1TY OF FORT WQRTH 2O2f STR�ET REHABILITATLON STANDARD CON3TRUCT'ION SPECITICATIOI+I DOCUIv�NTS City Pro3ect Number ] 03604 Revised �arch 9, 2020 n� �aaa- i MOBILIZATiON AND REdv10BILIZATTOdV Page 1 of 4 � SECTION 01 i0 00 Z MOBILIZATION AI�TD REMOBII.TZATION 3 PART I - GENERAI. 4 1.1 Si]MMARY 5 A. Section Ir�elude5: 6 1. Mobilization and Damobilization 7 a. Mobilization g 1) Transportation nf Contractar's p.ersonnel, equzpment, and operating supplies g to �.e Site 10 2} Establishment of necessary general facilit�es fpr the Contractar's operation I1 at the Siie 12 3) Fremiums paid for perfqzmance and pa�ment bonds 13 4) Transpartation of Contractor's personnel, equipment, and operating supplies 1� to another Iocation within the desi.gnated Site 15 5) Relocation of necessary genezal facilities f�r the Contractor's operat'ron 16 from 1 location to anather location on the Site. 17 b. Demobilization 1� 1) Transpartation of Cont��actQr' s personnel, equipzn.ent, and operating supplies lg away fiorzz the Site includzng disassembly 20 2) Site Clean-up 21 3) Removal of aII buildings and/or ather fac'zlities assembled at ihe 5ite for this 22 Contract 2� c. Mpbilization and D�mobiIization do not incl�de activities for specific items of �4 wark �at are far which payment is pzovided elsewhere in the contract. 25 26 27 28 29 �a 31 32 33 34 35 36 37 38 39 40 4l 42 43 44 45 2. Remobilization a. RemobiSazation for Suspensi.on of Wqrk specifica�ly required in t}ie Cont�act Documents or as required by City ineludes: 1) Demnbilization a) Transpartation of Contxactor's personnel, equipment, and operaEing� supplies frorrn the 5ite including disassernbly or temporarily securing equipment, supplies, and otlaer €acilities as designated by the Contract Documents n�cessary to snspend the Work. b) Site Clean-up as designated irz the Contract Documents 2) Remobilization a) Transportation of Contractor's personnel, equipment, and operating supplies to the Site necessary to resazne the Work. h) Esfiablishraneat of necessary general facilities for tf�e Contractor's operatian at the 5ite necessary to res�nne the Work, 3) No Payments wiII be made fnr: a) Mobilization and Demobilization from one loca�ion to another an the Site in the norrraal progress of performing the Work. b) 5tand-by or idle tirz�� c) Lost profits 3. Mqbilizations and Demabilization. for Miscellaneous Projects a. Mobilization and Demabilization C1TY OF FORT WORTH STANDARD CONSTRUCTIbN SPECIFICATIOIV DOCUMEN 1'S Ltevised November 22, 2016 2021 5TR8ET REHABTLITATIOIV C1TY PROJBCT NO, 103609 n�-raoo-z Mo�au.�ATiar� ar�n �Mosn.�zA�or� Page 2 of 4 1 2 3 4 5 b 7 8 9 za 11 12 13 14 I5 16 17 18 I9 za 1) Mobilization s�iall consist of the activities and cost on a Work Order basis necessary �ar; a} Transportafion oF Contractor's personnei, equipmen.i, and operating supplies to tha 5ite foz the issued Wor� Order. b) Establishment of necessary general facilities for the Cantraetoi's operation at the Site for the issued Work Order 2) Demabzlization shalI consist af the actiaities and cost necessary for: a) Transportation of Cantractor's personnel, equipnnent, and operating supplies from th� Site incIuding disassembly foz� each issued Work Order b) Site Clean-up far each issued Work Order c) Removai of aIl buildings or oiher facilities assembled at the Si.te for each Work Uder h. Mobilization and Demobilizaijon do not include activiities for specific items of work for which paqment is praVided elsewhere in the eontract. 4. Emezgency Mobilizatians and Demobilization for Miscelianeous Pr�jects a. A Mabilization ior Miscellaneous Projects when directed by the City and the nr�obilization occurs within 24 hours of the issuance of the Work Order. B, Deviations from this City o� Fort Worth Standard Speci£'ication 1. None. 21 C. Related Specification Sections include, but are not necessarily limited to: 22 1. Divzsion 0— Bidding Requirements, Cantract Forms and Conditions of the Contract 23 2. Division 1— General Requirements 24 1.2 PRICE AND PAYMENT PROCEDi.TRE5 25 2b 27 28 29 �n 31 32 33 34 35 3b 37 38 39 4Q A. Measurement and Payrz�ent [Cansult C�ty Department/Di�+ision for dirEction on if Mobilization pay item tn be included az t�e item should be subsidiary. Tr�clude the appropriate 5ection 1.2 A, 1.] 1. Mobilization and Demabilization a. Measure 1) This Iiann is considezed subsidiary to the various Items bid. b. Payment 1) The work performed and materials fuznzshed in accozdance with this Xtem are subsicliary to the various Items bid and na other campensation will be allowed. OMMiTTED 2} The work periormed and mateeials furnished foz demobilizatio� in accordance wiCh kk�is Item are subsid'zary to the variaus Items bid and no othe� compensation will be allowed. 41 2. Remobilization for susgension of Work as specifically required in the Contract 42 Documents 43 a. Measurement 44 l) Measureme�t for this It�zn shall be per each remobilizataon performed. 45 b. Payment CTTY OF FORT WOR1'H 2O21 STREE`f' AEHABIL.ITATfON STAIVDARD CONSTRUCTiQN SPECIFICAT101V DOCUMENT5 Revised Novemher 22, 2016 C1TY PROJ�CT NO. {03609 ai �o oa - 3 MOBI[,IZATIaN AND REMOBIT.,IZATIbN Page 3 of 4 � 2 3 4 5 6 7 8 9 3 c. Q 1) The work performeef and materials furnished in accordance with this Iterzz and measured as provided under "Measurement" will be paid for at the unit price per each "Specified RemobiIization" in accordance wit.k► Contract Documents. The price shall inelnde: l) Demobilizatipn as described in Seetion 1.1.A,2,a.I) 2) Remobilization as described in 5ection 1.1.A.2.a.2� No payzz�ents will be mad� for standby, idle time, or lost profits associated this Item. 10 11 12 13 I4 ts 16 17 l8 19 20 21 22 23 24 25 26 27 28 29 30 3I 32 33 34 35 36 37 38 39 4D 41 42 43 44 45 Remobilizatinn for suspension o� �ork as requiz-�d by Cit� a. Measurement and Paym�nt I) This shaIl be submitted as a Contract Clairn in accordance wit.� Article 10 af 5ection QO 72 D0. 2) No payments will be made for standby, idle time, or Iost profits associated with this Item. Mobilizatians and Demobilizations for MisceIIaneous Projects a. Measurenr�ent 1) Measuxement fQr this iterr� shall be for each Mobilizalion and I�emobilization required by the Contract Documents b. Payment 1) The Work paz-formed and matezials farnished in accordance vvith this Item and measured as pro�ided under "Measurement" will be paid for at the unit price per each "Woik Order Mobilization" in accordance with Contract Documents. Demobilization shall be considered subsir�iazy to mobilizatzon and shall not be paid for separately. c. The price sh�11 include: 1) Mobilizatian. as described in Section 1.1.A.3.a.1) 2) Demobilizat�on as described ir� SecCion 1.1.A3.a.2) d. No payments will b� made for standbq, idle time, or Iost pro�ts asspciated this Item. 5. Emergency Mobilizations and r}emabiliza�[pns for Miscellaneous Frojects a. Measurement 1) Measurezrzent for this Item shall be for each Mobilization and Demobil�zation required by the Cantract Dpcuments b. Payment I) The Work performed and materzals furnished in accordance with this Item and measured as provided under "Nieasurement" �,t�z1I be paid for at the unit price per eaeh "Work Order Emer�ency Mobilization" in accordance with Cantract Documents. Demobilization shall be considezed subsidiary to mobiIization and shall not be paid for sepazately. c. The price shall include 1) Mabilizaiion as described in Section 1.I.A,4.a) 2j Demobilizatzon as described in Section 1.1.A.3.a.2) d. No payments �iT] be made for standby, idZe iime, or lost profits associated this Itern. 46 1..3 REFI;RFNCES �NOT USEDl 47 L4 ADMINISTRATNE REQiJIREMENT� [NOT USED] CTI'Y OF PORT WORTH STANDARD GON3TItUCTIQN SPECIFICATION DOCUMENTS Revised Navember 22, 2016 4. zort s�r[z��r r.�xnBn.rrA�rzo�r CPPY PR07ECT Nd. ] 03609 017000-4 MOBIL[ZATIQN AN[) RBMOSILIZATION Page 4 of 4 1 2 3 4 5 6 7 8 Q 1.5 SUBMXTTALS [NOT USED] 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 1.`� CLOSEQUT SUBMITTALS [NUT i7SEDj I.8 MAINTENANCE MATERIAL SiTSMTTTALS [NOT USED] i.9 QijAL�TY ASSLTRANCE [NOT U�ED] 1.10 DELNERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD rSITE] CONDITIONS [NOT IISED] 1.12 WARIZANTY [N�T U�ED] PART � - PRODUCTS [NOT USED] 10 PA.RT 3- EX�CUTION [N�T USED] 11 12 END OF SECTION Revision Log DATE NAME SiJMMARY OF CHANGE 11/22/16 Michael Owen j'Z Pnce and 1'ayment Procedures - Revised specification, including blue text, to make speci6cation �exible for either subsidiary or paid hid item for Mobifization. 13 CTi'Y DF FORT WORTH STANDARD CONSTI2UCTION SPECIF;[CATION DOCUMEAITS Z2evised November 22, 2016 2021 STREET REHABILITATIOIV CPI"Y PR07E:C'I' IVQ. 103609 OI7I23-1 CO?�ISTRUCTiOI�T STAKIIVG A1VD SURVE}( Page l of 8 a 3 PART 1 - GENERAI. s�cTioN ox �rz Z� CONSTRUCTZON STAKING AND SURVEY 4 1.1 �UMMARY 5 A. S�ction Includes: b 7 8 1. Requirements for canstrrzction sta[cing and cozastruction survey B. Devzations �rom tlus City of Fort Warth Standa�-d Specification 1. None. 9 C. Related Specification Sections include, bnt are not necess�rily limited Co: 10 1. Dieision 4-- Bidding Requu•ements, Contrack Forms azzd Conditians of the Contract 11 2. Division 1-- Genezal Requirements 12 I.� PRICE AND PAYMENT �ROCEDURE5 13 14 15 I6 I7 18 19 20 21 22 23 24 25 2b 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 A. Measuremeni and Payrnent 1. Construction Staking a. Measurement l.) Measurement for this Item sha11 be by lum.p sum, b. Yayment 1) The wpri� pe�rfarmed and the materials furnished in accozdance with this Item shalI be paid for at the Iump sum price bid for "Construction Staking". 2) Pa�ment for "Canstruc�aon Staking" shall be made in parTial payrnents prorated by work completed cqmpared to total wark included in khe lump sum item. c. The� priee bid shaII include, but not be limitad to the iollov,+ing: 1) Vexi�'ication of conteol data pro�ided by City. 2) Placezir�ent, maintenance and repla.cement nf zequired stakes and markings in the field, 3) Preparation and submittal of constniction staking dacuzz�entation in the form af "cut sheeis" «sing the City's standard template. 2. Construction Survey a. Measurement I} This Item is considered subsidiary to the vazious Items bid. b. Payment 1) The work performed and the rnatarials furnished in accordance t�ith this Irem �re subsidiary to the various Items bid and np ot�er compensation will be allo�+ed. 3. As-Built 5nrvey a. Measurement 1) MeasuremenE far this Item shaII be by lump sum. b. Payment 1) '.E'he work performed and t�►e materials fnrnished in accordance with this Item shall be paid for at the lump surn price bid far "As-Built Survey". C1TY pF FORT WORTH 5TAN17ARD CON5TRUCTIOA' SPECIFICATIQI�[ DOCUMSNTS Rerised Febr¢ary I4, ZO18 2021 STREET REHABII.ITATION CITY PI20JECT NO.I036"09 017i23-2 CON£STRUC'i'IOl� 5TAKiNC� AI�iD SURVEY Page 2 0� g 1 2 3 4 5 6 7 8 9 A_ Definitions 1Q i,3 REF�RENCES 11 I2 13 14 i5 16 17 18 19 20 21 22 23 2� 2S 26 27 28 29 30 31 32 1. 2. 3. 4. 2} Payment for "Construciion Staking" shall be made in part�al payments prorated by work completed compared to total work included. in the lump sum itam. c. The price bid shall incIude, but not be limited to the following:: 1) Field measureznents and survey sh.ots to zdentify location of coznpleied iacilitaes. 2) Docunnentatia� and submittal of as-built survey data onto contractor redline plans and digital sur�ey files. Const�niction Surv� - The su.rvey measuzements made prior to pr while canstruction is in progress io cantrol ele�ation, horizontal pasition, dimensions and configuration of stcuctureslimpro�ements included in tiae Proj�et Dravvings. As-built Surve —The measurements made after the constructaan of the improvement featuzes are complete t� praeide position eoordinates for the features of a projeet. Constructiou 5tal�in� — T�e placernent nf stakes and markings to pravide offsets and elevatians to cut and fill in arder io Iocate on the ground the d�signed structuresliznprovements included in the Proj�et Dra�r,r'rngs. Construction siaking shall include staking easernents andloz right of way if indicated on ti�e plans. Suz'vev "Field Checks" — Measurements made after construction staking is eorzzpleted and befare construction work begins to ensure ttzat structures marked an the ground are aceurateJy located per Project Drawangs. B. Technical References City of Fart Worth -- Constzuction Staking Standards (available on Ciiy's Buzzsaw website) — O1 7123.16.01_ Attachment A Sur�ey Staldng 5tandards City of Fort Worth - Standard Survey Data C.ollector Library (£�cl) files (ava�lable nn City's Buzzsaw wetasite). Texas Department of Transpartation (TxDOT) Survey Manual, latest reuision Texas Saciety of Professio.nal Land Suraeyors (TSPS), Manuai of Practice far Land Surveying in the State of Texas, Category 5 1. 2. 3. 4. 33 34 1.4 ADMIN�STRATIVE REQYTIRENI�NTS 35 36 37 38 39 40 41 A. The Contractor's selectaon oi a surveyor must cornply with Texas Government Code �254 (qualifications based selection) for this projeci. 1.5 5LTSNIITTALS A. SubmittaJ.s, if required, shall be in accordance with Section O1 33 4Q, B. A11 submittals shall be received and reviewed by the Ci[y prior to delivery of work. ]..6 ACTION SL]BMITTALSRIVFORMATIONAL SUBMITTALS A. Field Quality Control Submittals C1TY OF PQL�T VJOR'I`H STANDARD CQN5'T'RUCTSON SPECIFICA'I`ION DOCUMENTS Revised Fehruary 14, Z018 2021 ST[�EET REHABII,ITATIDN �PPY PROJECT i�f0.103609 017123-3 CONSTRLICTION STAKING AIVIl SURVEY Page 3 oi $ � 1, Documenta,tion verifying �ccuracy of field engineering work, including coordinate 2 conversions if plans do nat zndicate grid or graund coordznates. 3 2. Submit "Cut-Sheets" eonfarnr�ing to the standard template provided by the City 4 (refer io OI 71 23.15A1 —Attachmen.t A— Survey Staking ,5tandards). 5 1.7 CLaSEOUT SUBMITTALS 6 B. As-buixt Redline Drawing Submittal 7 8 9 10 I1 12 13 1� 15 1 2. Submit As-BuiIt Survey Redline Drawings dpcumenting the I.ocationslelevaiions af co.nsCructed improvements signed and soated by Regisiered �'rofessional Land Surveyor (RPLS) responsible for the work (refer to O1 7I 23.16.01 — Attachment A — Survey St�king Stanciards) , Contraeior shalZ submit the proposed as-built and completed redline drawing submittal one {1) week prior to scheduling the project final inspection for City review and comment. Re�isipns, if necessary, shall be made to the as-built redline dzawings and resubmitted to the City pzior #o scheduIing the construction final inspec�on. I5 1.S MAINTENANCE MATERIAL Si7BMITTALS [NOT USED] ] 7 1.9 QUALITY AS,SURANCE 18 A. Canstruction Staking 19 I. Construc�ion stalcing will be perform�d by the Contractor. 20 2I 22 23 24 25 26 27 2$ 24 30 3� 32 33 34 35 36 37 38 39 40 41 42 43 2. Coordizzation a. Contact City's Project Representative at Ieast one week in advanee notifying the City af when Const�-uction Stal�ng is scheduled. b. It is the Contractor's responsibility to caozdinate staking such that constraction acti�ities are not delayed or n�g;atively impacted. 3, Genezal a. Contractor is responsib7e for preservirtg and r�aintaining stakes. If Cfty surveyors aze required to re-stake iar any reason, the Contractor will be responsible for costs to perform staking. If in the opinion. of the City, a suf�cient number of stakes or markings have been lost, destroyed distuz-bed or omitted that tlae contracted Work cannot take pIace then the Contzactor �vi1I be required to stake ar re-stake the deficient areas. B. Construction Suxvey 1. Construcfion Survey will be perforrz�ed by tI�e Contractor. 2. Coordination a. Contractoz io veri�y that horizontai and vertical control data establislaed in the design survey and required for constructz.on survey is available and in place. 3. Genera� a. Construction survey will be perforzned in order to constz�uct the work shown an the Constniction Drawir�gs and specified in the Contract Documents. b. For construction methods other �an open cut, the Contractor shali perfprm canstrucCion s�rvey and Verify Contrpl flata rncluding, but not limrted to, ttae following: 1} Verifz.cation that established benchrtzarks and control are accurate. Cl'['Y OP F012T WOKTH STAn'DARD CDN3TRUCTIdN SPECIFTCATION DOCUME3VTS Revised February 14, 2018 2021 STREET itEFJpg�L,1TATIp1�T C1TY PR47ECT 1�'0,103609 Ol 71 23 - 4 CQAIBTRUC'i'IO1V STAK�[VG AN➢ SURVEY Pa�e 4 of 8 2 3 4 1Q 11 12 13 14 IS 16 17 18 2) Use of Benchmarks to fuz'nish and mazntain all reference lines and gz'ades for tunneling. 3} iTse of line and grades to astablish f:he location of the pipe. 4) Submit to the City copies of field z�otesused to establish aIl lines and grades, if reyuested, and allow the City to check guidance systerri s.etup prior to beginning each tunneling drive. S} Provide access for the Ciry, if raque�ted, to verify the guidance system and the line and grade of the carrier pipe. 6) The Contractor cerz�ains fully resgansible for tlae accuracy o� the work and eorrection of it, as required. 7) Moziitor line and gz`ade eontinuQusly during canstruction. 8} Record deviatian with respect ta design line azAd grade once at each pipe joint and submit daily records to ttze City. 9) Tf ihe installation does not meet the specified tolerances (as outlined in Sectzans 33 05 23 and/or 33 OS 24), immediately notify the City a�d correct the installation in accordance with the Contxact Documents. G As-Built Survey 1. Required As-Built Sur�ey will be performed by the Contractor. 19 2. C.00rdination 2D a. CQntractor is to caordinate with City to confirm which featuzes require as- 21 buzlt surveying. 22 b. It is the Contractar's responsibility to coordinate the as-buzlt survey and 23. required measurements for items that are to be buried such that construct�on 24 activities ar� nat delayed oz` negafively impacted. 25 c. For sewer matns and watez mains 12" and nnder in diamater, it is acceptable 26 to physically measu�e depth and mark the location dwring the progr�ss of 27 construction and take as.-built survey after the facility has been buried. The 2g Cantractor is responsible for the quality control needed to ensure accuracy. 29 30 31 32 33 34 35 3b 37 3$ 39 40 41 3. General a. The Contractor shall pzovide as-built survey ineluding the elevation and location (and prflvide written docu�entation to t�.e Ci .ry) of construction features during the progress af the construction including the following: 1) Water Lines a) Top af pipe elevations and coordinates for waterlines at the foliowing locations: (1) Minimum every 2501ineaz' �eet, including (2) Horizontal and vertical poinis of inflecCion, curvature, etc. {3) Fire line tee (4} Plugs, stub-outs, dead-end lines (5) Casing pipe (each end) and a11 buried fittings �42 2} Sanitary Sewer 43 a} Top of pipe elevations and coordinates for force mains and siphon �}4 sanitaty sewer lines {non-graaity facilities) at the following locations: 45 (1) Minimum evety 2501inear feet and any buried fit�ings q{ (2) Hnrizontal and vertieal points of inflection, cUz'vature, 47 _ etc. 48 3) Storm�vater — Not Applicable CTI'Y Ol� PORT WORTH 2O2i S'1'RE8'I' REHABILITA'CION STANDARI] COI�ISPRUCTION SPECIF[CATION DOCUM�NTS Revised February 14, 20i8 C1TY PROJECI' N0.103609 017[23-5 CONSTRUCTION STAKIIVG AND SURV�Y Page 5 of 8 1 z 3 4 5 6 7 8 9 1Q 11 12 13 14 15 16 17 18 19 20 2I 22 23 24 25 � b. The Contractar shalZ provide as-built survey zncIucling the elevaCion and locatzon (and provide written documentation ta the City} of constxuction features aiEer the construction is connplete.d including the following: 1) Manholes a) Rim and flowliae elevations and coordinates for each manhole 2) Wat�r Lines a) Cathodic protection. test stations b) Sampling stations c) Meter boxes/vaults (All s.izes) d) Fire hydraiats e) �aIves (gate, butterfly, etc.) � Air Release t�alves (Manhple rim and vent pipe) g) Biow ofF valves (Manhole xim and valve Iid) h) Pzessure plane valves i) Underground Vaults (1) Rizn and flowline elevations and coordinates for each Underg�-ound Va�lt. 3) Sanitary S�wer a) CIeanouts {1) Rim and �lowIine eleva�ions and coordinates for each Y�) Manholes and 7unction Structures (1) Rim and flowline elevattnns and coordinaies �or each manhole and juncCion structure. 4) Stormwater — Not Applicable 1..10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.1I FIELD [SITE] CONDZTIONS [N�T USED] 27 1,12 WARRA.NTY 28 PART � - PRODC7C.T� 29 A. A construction survey will produce, but wilI nat be limited to: 30 31 32 33 3�4 35 36 37 38 39 40 41 42 43 4� I, Recovery of relevant control points, points of curvature and points of int�rsection. 2. �stablish tempozary horizont�l and vertical control elevatians (benchmar�ks) suf�'icienfly perzzzanent and lacated in a manner to be used t�Zz-oughout construction. 3. The location o� planned facilities, easements and improvern�nts. a. Es.tablishing final line and grade st�kes for piers, floors, grade beams, parking areas, uti]ities, stareets, highways, tunnels, and other constnict�on. b. A r�eord of revisions or corrections noted in an orderly manner �or reference. c. A drawing, when required by the cIzent, indicating the horizontal and vertical location of facilities, easements and improvements, � buiIt. 4. Cut sheets shall be provided to the City inspector and Survey Superintendent for all construction staking projects. �'hese cut sheets shaIl be on th� standard city template vvhich can be obtained from the Survey 5uperirnendent (S I7-392-7925), 5. Digital survey files in the following formats shall be acceptable: a. AutoCAD (.dwg) b. ESRI Shapefile {,shp) crr� aF FoxT waxrx STANdARI] CONSTRUGTION SPECIFICP.TIDN DOCi]MENTS Re�ised Cebruary IA, 2018 2Q21 STRE�T R�HABIL,ITATION C1TY PROJECT IV0.103609 fl17123-G COIYSTRi7CTl0[�f STAKING AND SURVEY Page b nf 8 1 c. CSV file (.csv), formatted with X and Y cooz-dinates zn separate columns (use 2 standard templates, if available) 3 6. Survey files shali include vertieal an.d haz�izontal data tied to original project 4 control and benchmazks, and shall include feaiure desc�ptions 5 PART 3 - �X�CUT�ON 6 3.1. IN�TALLERS 7 A. Tolerances: 8 L The staked location Qf any improvement or facility shoujd be as acct�t'ate as 9 practical and necessazy. The degree of precision required is dependent nn znany 10 factors all of which must remain judgmental. T�ae tolerances iisted hereafter are 11 based or� generalities and, under certa�in circumstances, shall yield to specific 12 requirements. The surveyor shall assess any situatipn by revierry af tha averall plans. I3 and through consultation with responsible pat'ties as to the need for speci�c 14 tolerances. 15 a. Earthwork: Grades for earthwork oz rough cut shauld not exceed D.1 ft. �erticaI 16 toierance. Horizontal alignment %r earthwoxk �.d raugh cut should not exceed 17 1.0 ft. toleranca. 18 b. Horizontal alignnnent on a structure shall be within .O.lft tolerance. 19 c. Paving or concret� foz' streets, curbs, gutters, parking areas, drives, alleys and 20 walkway s shaIl be located wiihin the confines of the site boundaries and, 21 occasion.ally, �long a boundary or any other restrictive line. Away from any 22 zestrictzve line, these facilities should be stak�d with an accuracy producing no 23 more than O.OSft. tolerance from their specifed locations. 24 d. [7ndez'ground and overhead utilities, such as sewers, gas, water, telephone and 25 electric lines, shall be located horizontally within their prescribed areas ar 26 easements. Within assigned areas, these utilities should be staiced wiikz an 27 accuracy producing na more than 0.1 ft tolerance from a speci�ied location, 28 e. The accuracy required for the vertical location of utilities �varies widely. Ma�y 29 underground utilities require anIy a minimum covez and a tolerance of Q.l ft. 30 should be maintained. Undergraund anc� overh�ad utali�ies pn planned profile, 31 �ut not depending on gravity flow for performance, should not exceed 0.1 ft. 32 tolerance. 33 B. Surveying instruments shall he kepC in cJ.ose adjust�rzzent according to manufacturer's 34 spe.cifications or in compliance to standards. The City reserves the right to request a 35 calibration report at any time and recommends tegular maintenance schedule be 36 performed by a certified technician e�ery 6 months. 37 1. Field measurements of angles and disianc�s shaJ.l 'be done in such fashion as to 38 satisfy the closures and tolerances exp�'essed in Part 3.1.A. 39 2. Vertical Ioeations shaII be established from a pre-established benchmark and 40 checked by closing to a differ�nC bench mark on the same daEum. 41 3. Constn�ction survey �ield work shall correspond to the client's plans. Irregularities 42 or conflicts faund shall be reported promptly to the City. 43 4. Revisions, corrections and other pertinent data shall be logged for fut�re reference. 44 CTI'Y OP FORT WORTH Z027 STREBT REHABILITATIDIV STANDt�RI� CQNSTRUCTION SPECIFIC�ITION DOC[]MEI+ITS Itevised Februarq 14, 2018 C1TY PTt076CT N0.103609 ni��zs-� CONSPRiJCT10N STAKING A1VD SURVEX Page 7 of $ I 3.� EXAMINATION INOT USED] 2 3.3 PREPARATION �NOT USED] 3 3.4 APPLICATION 4 3.� REPAIR / RE�TORATION 5 A. If the Canzractor's work damages or destroys one or more of the contral 6 monuments/poin.ts set by tIie City, the monuments shall be adequaiely referenced �or 7 expedient restoratinn. 8 1. Notify City if any contra.l data ne�ds to be restored or replaced due to damage 9 cauaed during construetion ope�ations. 10 a. Contractor shall perform replacements and/az restorations. 11 b. The City may require at any �ime a survey "Field Chec�" of, any rrionument 12 or benchmarks that are set be verified by the City suzveyars before further 13 associated work can move forward. 14 3.6 1tE-�NSTALLATION [NOT USEDJ 15 3.7 FxELD [on] SITE Qi]ALITY CONTROL 16 A. It is the Contractor's respansibzlity to maintain all stakes and control data placed by the 17 City in accordance with this Speczfication. This incIudes easements and right of way, if 18 noted on the plans. 19 B. Do nat chan�e or relocate stakes or control data withnut appzoval fz�oz�n the City. 2� 3.8 SY�TEM STARTUP 2I 22 23 24 25 26 27 28 24 30 31 32 33 34 A. Survey Check� 1, The City zeserves the right to perform a Survey Check at any �ime deemed 12�GES 5r1C}�. 2. Checks by City personn�l or 3rd party cant�-acted surveyor are not intended to reIieve the co�t��actor of hi�Ilaez ���sponsibility for accuracy. 3.9 ADJUSTING [NOT USED] 310 CLEANING [NOT USED] 3.11 CLOSEOUT ACTI�ITIE� [NOT USED] 312 PROTECTION [NOT USED] 3.x3 MAxNTENANCE [NOT USED] 3,14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log CPl'Y OF FORT WORTH STANDARD CO�ISTRUCTION SPECT�ICATIOI�t DOCCiMB1Vi'S 8evised Tebr�ary I4, 2016 2p2I ST1iFET IiEI�A,BiI,ITATION C1TY PROJECC NO. I036ti9 D17i23-8 CQNSTRUCTIOAI STFIKI[YG AND SURVEY Page 8 of 8 DATE NAME SCTMMARY OF CH�NGE 8131/20I2 D.7ohnson Added instruction and modified measurement & payment under 1.2; added 8/31/20I7 M. Owen d��ni�ions and references under 13; modified 1.5; added 1.7 closeout aubmittal requirements; modified 1.9 Quality Assurance; added PART 2— PR017UCTS ; Added 3.1 Installers; added 3.5 RepairlItestoration; and �dded 3.8 System Startup. Removed "blue texP ; revised measurement and payment sectio�s for Cnnstruction Stafang and As-Built Survey; added reference to selec[ip� eom�lisnce with TGC 2/14/2018 M Owen 2254; revised action and Closeout submittal requirements; added acceptabEe depth measuxement criteria; revised list of items requirin� as-huilt survey "during" and "after" construction; and revised acceptabla digital survey file format C11'Y OF FORT WORTH 2O21 SiREET REHAB�,ITA'T'IQl+� STANDARD CONSTRiTCI'ION Sl'�CIFICA']`ION DQCUMENTS Revlsed Pebruary 14, 201$ C17`I' PR03ECT Np.103609 i -� � S�c�i�n 0� �� �3,01 - At���hr���� A S�r��y Staking Sta�dards February 2017 C:�Users\EslamT�AppData�Local�Temp�017123.15.D1_At#achment A_Sur�ey Staki�g Standards.docx Page 1 of 22 Th�se procedures are intended to provide a standard m�thod for construction staking services associated with the City of Fort Warth projects. These are not to be cansidered all inclusive, but anly as a general guideline. For projects an TXDOT right of way or #hraugh jointTX�OT participption, adherence #o the TXDOT S�rvey Manua! shall be fallawed und if a discrepancy arises, the TXDU7 rnuneralshallprevail. (http:l/onlinemanuals.txdot.�o�/txdotmanuals/ess/ess.pdf) If you have a unique circumstante, please consult with the praject manager, inspector, ar survey department at 817-392-7925. iable of Contenfs 1, City of Fort Worth Contacfi Information II. Construction Colors Ill. Standard Staking5upplies lV. Sur�ey Equipment, Control, ar�d Datum 5tandards V. Water Stal�ing Vl. Sanitary Sewer 5taking VII. Storm Staking Vll1. Curb and Gutter Staking IX. Cut Sheets X. As-built Suruey C:`Users�1slamT�AppData\Local\Temp�017123.16.01_Attachment A_Survey Staking Standards.docx Page 2 o�F 22 � � Sur►re De arfinent Conrtact Informa�ion Physicaf and mailing address; S8S�. Camp Bowie West Boulevard Suite 304 Fort Worth, Texas 76115 Office: (817J 392-7925 5ur�ey Superintendent, direct line: (817) 392-8971 COC15trUC�lOf1 �O�UI'5 The following colors shail be used far staking ar identifying features in the field. This includes flagging, paint af �aths/stakes, paint of hubs, and any identification such as pin flags if n�cessary, Utilit� PROPOSED EXCAVATION ALL ELECTRIC AND CONDUITS POTABLE WATER _ GAS OR OIL TELEPHONE/FIBER OPT1C SURV�Y CONTROL RO1NT5, BENCHMARKS, PROPERTY CaRNERS, RIGHT-pF-WAYS, AND ALL PAVING INCLUpING CURB, SIDEWALK, BUILDING C�ftNERS SANITARY SEWER IRRIGATION AND RECIAIM�D WATER � Standard S�akir�� Supplies Color WNI7E ��°:, r.. vri.�.c�v�+ �r����� PaNit Item Minimum size Lathf Stake 36" tall Wooden Hub (2"x2" min, square preferred} 6" tafl Pin Flags (2.5" x 3,5" preferred) 21" lo�g Guard Sta[ces Not required PK or Mag nails �." long ]ron Rods {1/2" or greater diameter) 18" lang 5ur�ey Marking Paint Water-based Flagging 1" wide Mark�ng Whiskers �feathersJ 6" long Tacks (for marking hul�s} 3/4" long C:�Users�1slamT�AppData\Lnca1�l'emp�0171 23.16.01_Attachment A Sur�ey Staking Standards.docx Page 3 of 22 Il�, Sur�ev �quipmeni, Control, and Datum S�andards A. City Benchmarks A!I city benchmarks can be found here: http://fortwarthtexas.�ov/itsalutians/GI5J Look for'Zoning Maps'. Under'Layers' , expand'Basemap Layers', and check on `Benchmarks'. B. Con►►entional or Robotic iotal Station Equ9pment I. A minimum of a 10 arc-second instrum�ent is r�quired. II. A capy of the la�est calibratinn report may be requested by the City at any time. It is recammended that an instrument be calibrated by certified technician at least i occurrence every 6 months. C. Network/V.R.S. and static C�PS Equipment I. lt is critical that the sur�eyor verify the carrect horizontal and vertical datum prior commencing work. A site calibration may b� required and shall consist of at least 4 control paints spaced e�enly apart and in varying quadrants. Additional field checks af the horizontal and v�rtical accuracies shall be cqmpleted and the City may ask for a copy of the calbratian report at any time. ll. Network GPS such as the Western �ata 5ysterns or 5mart�Vet systems may be used for staking of property/R.�.W, forced-main wa�er lines, and rough-grade anly. No GR5 stakin� for cancrete, sanitarV sewer, storm drain, final grade, or anvthing that needs �rertical �radin� with a tolerance of 0.25' or less is allawed. R. Control Points Set I. All cantrol points set shall 6e accampanied �Oy a lath with the appropriate EVorthing, Eastin�, and Elevation (if applicablej of �he paint set. Control points can 6e set rebar, `X' in concret�, or any tither appropriate item with a stable base and of a semi-permanent na�ure. A rebar cap is optianal, but preferred if the cap is marked `cantrol point' ar sfmilar wording. II. Datasheets are required for all cantrol poinis set. Datasheet should include: A. Horizontal and Vertical batum us�d, fxample: N.A.D.83, Narth Central Zane 4202, EVAVD 88 �levations B. Grid or ground distar�ce. — If ground, prn�ide scale fackar used and base point caordinate, �xample: C.S.F.�0.999125, Base point=North: 0, East=O C. Geoid model used, Example: GEOIDI2A C:�Users\Islam'T�AppData\Local\Temp�017123.16.01_Attachment A_Survey Staking 5tandards.dacx Page 4 of 22 E. Preferred Grid Datum Although many plan sets can be in surface coordinates, the City's pref�rred grid datum is list�d below. Careful consideration m�st be taken to verify what datu.m each project is in prior to b�ginning wark. It is essential the sur�eyor be familiar with coordinate transformations and how a grid/surface/assumed coordinate system affect a project. Prolected Caordinate 5ystem: kVAD_1983�StatePaane_Texas_North_Central_FLP5 4202_Feet Prajection: Lam.hert_Conformal_Conic Fa Ise_Easti ng: 19685QQ.00p00000 Fa Ise�North ing.: 6561666.66666667 Central Meridian: -98.50000000 Standard Parallel 1: 32.13333333 Standard Parallel 2: 33.96566667 Latitude_Df Origin: 31.666�6667 Linear Unit: Foat US Geographic Coordinate System: GCS_North_American_1983 Datum: a Nor#h American 1983 Prime Meridian; Greenwi�h Angular Unit: Degree Note: ftegardless of what datum each particular project is in, deliverables to the City must b� con�erted/translated into t�is preferred grid datum. 1. copy of the deliverable should be in the project datum (whatever it may �e) ar�d 1 copy shauld be in �he NAD83, TX North Central 4202 zone. 5ee Preferred File Namina Conventron Gelow F. Preferred Deliverable Farmat .txt .csv .dwg .job G. Pr�ferred Data Format P,N,�,�,D,N Point Num�er, North'irsg, �asting, Ele�ation, Deseription, Notes (if applicable) H. Preferred File Naming Can�ention This is the preferred format: City Project Number_bescription�Datum.cs� Example for a praiect that has surface coordinates which must be translafed: �ile 1: C1234 As-built of Water on Main Str��t Grid NAD83 7XSP 4Z02.csv File 2: C1234�,As-built of Water on Main 5treet_Projecf Spetific aatum.cs� C,�Users�fslamT�A�pData�Local�Temp�017123.1�.01_Attachment A_Survey Staking Standards,docx Page 5 of 22 �xample Control Sfakes � � � l I 1 � � � � � �. c: .' U. (� L�.ry �,:a �!� -. : �. , ; � :� ,: � . -;' t_,_ _ � ,, - � ., _ ... i '...:-I E �.. � � � � � � � � m J � � � � �, � }— m � � O � C� 1�1C � W LU � � � t-T- � 4 � J � CL � � O � CP � � � � _ � a: {_n W J CC] � � f� �� � 0 r�- � w � W ��..= 1o�,aa' cn � � � � � C]C d O � ���aao.oa E =�oao.ao � � � W � � � � � � � � 2 � � � � T z� � w � _ .__I � � �I � � � Cf] � � q. C� � rr�.N C;�Users�1slam7`AppData�Local\Temp\0171 23.16.01_Attachment A_Survey Staking Standards.docx Page 6 of 22 V. lNa�er S�aking Standards A. Centerline Staking — Strai�ht Line Tangents I. Offset lath/stal�es e�ery Z00' on e�en statians II. Pair�ted blue lath/stake only, no hub is required III. Grade is to top of pipe (T/P) for 12" diameter pipes or smaller IV. Grade ta flow line (F/tj for 16" and larger diameter pipes 11. Grade should be 3.50' below the proposed top of cur6 line for 10" and srrtaller diameter pipes VI. Grade should be 4.00' below the proposed top of curb line for 12" and lar�er diame#er pipes VII. Cut 5heets are required on all staking and a copy can be received from the survey superintendent Optional: Ac�ua! stakes shall consist of a 60D nail or hub set with a whisker B. Centerline Staking - Cur�es I. If arc Eength is greater than 10fl', POC (Point of Curvature) offset stakes shauld be s�t at a 25' interval II. Same grading guidelines as abave IIL 5taking af radius paints of greaterthan 10p' may be amitted C. Water Meter Boxes I. 7.0' perpendicular offset is preferred ta the center of the box II. Center of the meter should be �.0' behind the proposed face of curb III. M�ter shou[d b� sta[�ed a minimum of 4.5' away fram the edge of a driveway IV. Grade is to top of box and should be +O.d6' higher than the proposed top af curb unless shown otherwise on the plans 0. Fire Hydrants I. Center of Hydrant should be 3.4' behind propased face af curb IL Survey offset stake should he 7.0' frarn the center and perpendicular to the curb line orwater main III. Grade of hydrants should be *0.30 higher than the adjaeent top �f curb E. Water Val�es & Vaufts I. Offs�ts should be perpendicular to the proposed water main II. RIM grad�s shou[d only be pro�ided if on plans C:�Users�1slam7\AppData�Local�7emp�0171 23.16.01_Attachment A_5urvey Staking 5tandards.docx Page 7 of zz Exam le lNaier S�akes � � � � � � � � � � � �,, � � � � S�, �� �� � x� a � �� � ��T � � u z m� � N Z �„ � Z C�.7 tx! �' a/s � uv/►- j� sra=...` 2+�,� � c-�:ss ,��. � � � � � � � � � � � � � Ili �..f � 0 wo GC W � � � � CL, � � �l C� � d� �a O � � J � ��wW + � � � � � �; ���� �`"ri7 ���� ���,,."c� 7` Q�S � 1fd�L � w STAa1+72.dS � C-3.81 � �� _ � � � a � � = m,7 �.. ,n, is� f--, � � � � � � � � � W d � �.i W V � � sa � 4 0 w �� �� �W� U� � 0 � Sf � � � � 'H- � tn + i �'' � O � 0.. E� O a r � � 4 � Q � � �,.� � � � t0i — 100.0 � W � � � � a � w ra � x r x� r� �U �� m �` a J U ll] � Z� � �o m� � i� ! � � � � 7��.;r� V � � � W Q � � �m�� 4tlWJ ���� ���� ��� S m "� � C:�Users�1slamT�AppData\Local�Temp�017123.16.01_Attachment A_Survey Staking Standard.s.docx Page 8 of 22 VI. Saniiar� Sewer Staking A. Centerline 5taking --Straight Line Tangents I. Inverts shall be field verified and tampared a.gainst the plans before staking II. Painted green lath/stake WITH hub and tack or marker dot, no flagging required III. 1 offset stake between manhales if manho�es are 400' or less apart IU. Offset stakes shouid be located at even distances and perpendicular to the centerline V. Grades wil! be per plan and the date of the plans used should be noted Vi. if multiple lines are at one manhole, each line shall hav� a cut/fill and direction nated VII. Stakes at every grade fareak VIII. Cut sheets are required an all staking Opiional: Actual stakes shal! cansist af cr �OD nail or hub set with a whiskEr B. Centerline Staking — Curves 1. If arc length is greater than 10Q', POC �Paint of CurvatureJ offs�t stakes should be set at a 25' �nter�al II. Staking of radius polnts of greaterthan 100' may be amitted C. Sanitary Sewet Manho[es I. 2 offset stakes per manhole for tl�e purpose of providing alignment ta �he contractor II. Flowline grade should be on the lath/stake for each flowline and direction noted III. f21M grade should only be on the stake when �ravided ir� the plans C:�Users�lsla mT�AppData��oca1�Temp�01 71 23.16.D1_Attachment A_Sunrey SYaking 5tar�dards.docx Page 9 of z2 Exam le San9tar Sewer S�akes � � 1...1� �- � � � � � `� � r �w� � �� � � F��L� W �,� , ._.;� �� � rn �� �f��� a � v, b � h' �`."� �—._;:.:� n�� sra=a�.r°� ll w.v, c-a� �� �� c-4µ,� a s-v� � � !s � ss�� _ W � � H � � � �� � 1 a� � h• � � � � � � �, � � ,..., F. � y, �,, C3� "' � � ,�a C, � �s U a � � � � A../ �� _t �� � a� �� � -.: � �� �� Z �� W ;• i� � . � �� � � WCo�r.- ��� � � �( 7' �JS �, SS A=,+es �o--a� �L- �L ��z � o � � � �. w� x �a,. r� V1 w � �� � ��� � � ��� i.✓ � ij��:../ ' � W i�.l._ �'^ V/ � � � � xy h L � � � � F � � �/} p z � � � � � � z �' � a� �� � �� � �, � + WIL W � �� �� o�W �? o � � P- �w � i� r �n y� �ia �� z� �� o�j g�y � � a�� �� ¢ U� W W * yT� � ��� � ��� ��� � �� �� � , � � 6 � � -- �� - � � srn�a+oo �',x c_a� �� �s� � C-d�t' � � � � ! 2rtb j5 � SS � f�� � � �,-,�- ,_.� a—� � � �z�" a�i �s�i � o ��� �� �� � ��� �� �� .0 6� �F �� V�1Q 2� N W O�C � � �LL m � �� � ��� 1 ��N� (�, O ('��:Y. O . ...�...__.... � Y VJ � � ik. 1s. � {� _ . j� 2' CS f5 �, SS��� STA-3�71� �� v+ 4-3°� �� G-3aa a G"pta r a�$�� ��ll� ��-- ����� U� N��—� � �la n� � �r W���t��! � 1 �' � ����� ��� � �n:- r+W Cy � ���� Qo�� W m aaZ�C a�s mJ� S � � C:\Users\lslamT�AppData�Local�Temp�017123.16.01 Attac�ment A Survey Stak�ng Standards.docx Page 10 of z2 l/IL S�orm Sewer � Inl�� Stakin� A. Centerline Stalcing -- Straight Line Tangents I. 1 offset stal�e every 200' on even sta�ions II. Grades are ta ffowline qf �ipe unl�ss otherwise shown on plans III. Stakes at every grade break IV. C�t sheets are required on all staking aptional: Actual stakes shall cansist of a 60Q nai! ar hub set with p whisker B. Centerline Staking — Curves I. If arc leng#h is gr�ater than 104', pOC (Point of Curvature) offset stakes should be set at a 25' interval I!. Staking of radius points of greater than 1Q0' may 6e omitted C. Storm Drain Inlets I. Staking distances should be rr�eas�red from end of wing �I. 5tandard 10' Inlet = 16.00'total length I II. �ecessed �.0' Inlet = 20.Op' tota! length IU. Standard alouble 10' inlet = 25,G7' totaf length V. Recessed double 10' inlet = 30,67' total length Cl. Storm Drain Manholes I. 2 ofFset stakes per manhole for the pur�ose of pra�iding alignment to the contracxor II. Ffawline grade should be on the lath/s#ake far each f�owline and direction noted III. RIM grad� shauld oroly f�e on the stake when pra�ided in th� plans C:�Users�1siamT�Appbata�Loca1�Temp�017123.16.OJ._Atfachment A_Survey 5taking Standards.docx Page 11 af 22 Exam Ie Siorm Inle� Stakes FF��f�T {�1�� FACIIJG �� �f'S4.if\ {9R[ FhC7TaE R.d'N.r e�'Arrr # � � � ` i y�a �v.anrn � � �p �� � � � I n m 0 � i � r -mi ' � �� ����, �-�_ri�;�.:�lii��; 'r�r�:�':�.!i�x'�i�r ��''� ' �L.�..J_E�i�_ri!'�1�<. _F'ri�"`�ii�C� ' �I._i�-� �' IDEN11F1E9 11HIC�I EN4 4F iH� ti1SNG � B�IN6 STr�CE6 ��p j II� IMLET STATlt3hl � i (IF �147E0 dh! PLANS) I i IDE7�ITIFlES GRAI� . T�� �. k} lQP CF L7UR6 �+ �� � �1pFNT1FI�S CRApE I � 1Q FLOWllIdE � � ,! f � 137i�sf5 {5�6 FAdHc H.4.W} Pes��r � I�� �� I , Nue ¢�rx�uu e � k II I II � i� ! '�_ �R�Jf�T (51DE FA�ING �k.) :o a �� .� I� � �i �� � i� Irn lOENIIFl� Y71'l1Cfl ��r+n aF niE x+n�c 90NG S?AkE� ��, � I � � �� � � I I �N i,� � � �I � �.,�:z�— --•`=-•. _ STAHqAft6 10' — 16' R�SSEd i�l" � � srr,r�ow�o na�a� �a' � zs.s7 �_.—....� —.....---- F�E65EQ O�BLE 19_=30`SY -----J.,......�--�J HUB YAl}i TAGK # � I I BAC}C OF INLET I I ' 1,:••`. y"�' ,i. - '� - SI. -5;" .i� � �� '"p `' pti c�l -� Y�iAHHS�LE 'r. '�I '�� •f R{EA ' I Q� - :1 � "x .. � BACIC f]F C;JF� — — � FL9�hLR1E — J — —mGE OF PAVEMENT^ .•,4•;j �; ;-4_ - ~ Fril� 4F 1NLEi EDGE 4F �'A4EMFIUT _ � ,, - ;:� _ - FACE CF INLET 4F PA4EMAEMT _ B,WGH OF CIJRB_ _ _ � FLDti41JhiE —r � E06E OF PA'eE}AENT— — C:\Users�Islam7�AppData�l.ocal�Tem��017123.16.01_Attachment A_5urv�y Staking Sfiandards,docx Page 12 of 22 11111. Curb and Cu�ter Staking A. Centerline Staking - Straight 4ine Tangents V. 1 offset stake every 5p' on even stations VL Crades are �to top of cur'b unless otherwise shown on plans VII. Stakes at every grade break VIII. Cut sheets are required on all staking Qptional: Actucrl stakes shall consrst of a 60D nail or hub set with a whisker B. Centerline Stak]ng - Curves 111. If are length is greater than �.00', POC (Point af Cur�ature) offset staf<es should be set at a Z5' ir�terval IV. 5taking of radius points of greater than 100' may be omitted �xam le Curb & Gutt�r S�akes FR�7NT (�ia� F�ci�c �� .—, 4� � -� FR�NT �' FROiVT (51DE FACING �� IGENT1F1E5 START P� (SI�� FRGIN� �� P4Nl Cf 4JfiVR'TURE F���T io�rt�es ��o [sne �acika �} aoiur oF T lGfNf �¢ � �� . � ' i �� � i�'o_ �y � � � �eej a G5 �y 1�I� � � � + 'I F'T.� � L]/"�l�fl �'' IOE3VTIFlES OfF'5cTES TO �, � I �r%�� � (SfDE FA�IN4 RA,'N.) ��% , BAfl4 CF CI1R9 G'Et FfC �r/� � � � q'' � P61NT�1;g� J ','I Hua E�Eunnar� o i � j � • rroti �ace oF auFa r� , ' � �� ��, � � • t � B/C ' N � I I I I �. � � � I I I I i��nr�es c��tue is I I I I TI�' rn roP pF Co� ' ��-- d I I I! I� RAOIUS pNTa I --___� � I�� � � �11� , _��.: --,L-�� ti � � �- -. :.�.<.�.�-.�,;:. � � � i ii�l LiL��,..;��-�:Ir,, F'�-,�r,_i�=:° :N , rP ' � ' -- =- _.. .�y_�--...� 1 � f I 4 �f I _�_ ,,,... : ���`4r'�., ��'� �� r t i I I I �.��,�.` �°�v f� �f �f �� I �a°' '!f ff �� E � � � � � , �� 3 II ��^ � �� // �/ �/ I�—�,`�.r�� r � f �--�----�--- TqP QF CiJk6 .v—µ�,� � r��'' {! ���` �Y � � r' r � .a.Y �'T..- �' f / r��� F� � ~.�� ���, � � Ft�_ ���r � Y. "`- -"^ YY � .� � r � ���� � ��� �� �� �.��_ ��^ ` �, ^ . ,,,. r � ~_��ir�r � � ��� -t� � ~ � FACE OF� �URB� f �j r� r`'�� �(���-� � �__�=� --x��QP FLOV�LI N� �[]�E OF PRVEtu1E�1 C;�Users�1slamT�Appbata\Loca1�Temp�017], 2�,15A1 Attaei�ment A_S�rvey Staking 5tandards.doc� Page 13 af Zz Example �;urb & Gu��er 5�akes a� In�ers�ction � � ��� �� � � � ���� � , ... ... :� _ I-��`� 16' 0/9 � siAr-2r59 i F+4� — C� `` i m. _ �. � � �' 0 � � ��� �w� ,oc ��� �;4: — � i3 �yj 41 � � f!} O � � ",�. � ..._. —, � c��i' i�,W' � � ��__ �.._- � � � ❑ Y[ � � � i_� �._.. � g � � m � � � �i i �; -- -- � � � u� I:"� -- � � � p � � �� 4 � w� ��� iµ i�� O o s y,� �� �°� :�j ���¢� W G�%0� U � � � !.a � s ��� � �M } ""-" '!.. i� ��� / " �' �qf- J Ox�0. f'J� A� o�fsK ��` N q� (L% pyWiS � N .��I% d u~i -. � w � �� �U iiJ � b�v�.1�. L.�q. � . i E.. QI 3`S17N15[0 'XdYf ,9S I4 N��r� N� ��N� � a��� ���N p � 3JNY151� 'XVYI ,95 � t� �� I � '�'w�� ` �����-� �a�� � s� ���� ���� ����`� O4)�� o �i \� a� \ �� G � � , — — �° ' '" N q 4 � ��� � M � h� � � � O � R � '. .� p���i �� � �, - b �'/i � .�-µ �� C;�Users\islamT�AppData�Loca1�Temp�01 7123.1b.01_Attachment A_Survey 5taicing Standards,docx Page 14 of 22 IX. Cu� Sheets A. Date ofi field work 8. Stal�ing Method (GPS, total station) C. Project Name D. City Pro�ect Number (Example: C01234) E, Location (Address, cross streets, GPS coordinate) F. Sur�ey company name G. Crew chief name H. A blank template can be obtained from the sur�ey superintendent (see item I abo�e] Standard City Cut Sheet bate: 0 TOTAL Siaking Method: 0 GPS STA'T1QN LOCATIDN: Cify Praject Number: Project Name: ❑ OTHER CONS U LTANTICO NTRAC70 R SURV�Y CR�W INITIALS A�L Gk�AD�S ARE TO FLOWLINE �R TOP OF CURB lJ[�LESS 07H�RWISE NOTED. PT # STATION OFFSET p�SCRIPTION pR�p. STAKED _ CUT + FILL -LT/�-RT GRADE �L�V. C:\Users\IslamT�AppData�Loca1�Temp�O.�. 71 2�.16,D1_Attachment A_Survey Staking Standards.docx Page 15 of 22 X. As-b�rilt Surr�e A. Definitinn and Purpase The purpose of an as-built sur�ey is to verify the asset was installed in the praper location and grade. Furthermore, the information gathered will be used ta supplement the City's GIS data and must be in the proper format when submitted. See sectian !V. As-bui{t survey should include the following (additional items may be requested): Mar�holes Top of pipe elevations every 250 feet Norizonta! and vertica! points of infleetion, curvature, etc. (Al! Fittings} Cathadic protection #est stcrtians Sampling stations Meter boxes/vc�uits (A!! sizes) Fire lines Fire hydrants Gate valves (rim and top af nui) Plugs, stub-outs, dead-end lines Air Release valves (Manhale rim and vent pipeJ Blaw aff valves (Manhole rim and valve !id) Pressure plane valves Cleaning wyes Clean outs Crrsing pipe (each end) lnverts af pipes Turbo Meters C:�Users�lslamT�App�ata�Local\Temp�017123.16.01_Attachment A_5ur�ey Stakir�g 5tandards.docx Page 16 of 22 B. Example befiuerahle A hand written red line by the field surveyor is acceptable in mos# cases. �`his should f�e a co�y of the plans wi�h the point number rtat�d by each asset. If the asset is missing, then the surveyor shauld write "NOT �OUND" to notify the City. � � ; sz�srz-.0 �Sapp ro a ndr y±asgq 1 �e g9� 5� g 'If*�� ���I� ;�@ gp ���� �� s�� $i � 5 �� � � 5� � 1 � �� �a � € ��� a� � .w i�� � $ F� y #�� I ��,� i '� g� 3���� �"`i� �r Q�� � � �'� 3�d� � � � �.� � e i i ���p�a 1 ������q[�����§p�����E 7 �`_ � C ��i� � �f� g�4�0 ��KC �; 41 F �� �6 � �s"��������IEI � l �� ��q��i�l��I.d���iF€ ��k �� � � � ��I��;"a�� ���� �� �� � e �€� � ¢ ������� x �§ � � , � - � -- 7. I� - =. —.— --� � :.-.--=�r--.. �te ` _'s � �}.. �=� iN1i .i�{f/J . . j_ . . _ r —r��.C:vi r'.' . _ --k _ ,�.� . ' z� � -.:�F.�`--�� ��--�—' �r-...r�,y�� „; �..�4 `1 _�_. I r . .. " II �C �� L- ��•_ ���I '� -- �I ..�:::' } J L�='.—.. '--�5 � y T " .. . . _ �. _`-:,'..—���:�_�{:; .��--�_ : -_�_r . .,: _� �.. . _.�_:',.�;� :.=-:-�+ � ---� _ �f �- .. _._..:.- - r:-_-:-�::..��.i�--_-�:.:. — { i i : �.__. �I?�srnprr.�; ' � '--+J -- . _:1_. r.._. r __!=--�a�r:�, . � �'.i. ' _' + �+1.1 __ .+� . �""" _. . ' r � �z - - -�� '� ���`�' -._�=�. -= � -1 � � ;��:��- � ��--; � . ���� �.: �" � '+I--. :-r . . , �. r�-��-�...�,-�r � � �� �, � � . — � �I �I Y�f { . n - -- - � :: , f �,r� � , ki-� ! � j:.-_ _1' - l� ��-� � ���.,;;.� � �- . _ :�-� � � _ .�:-_=�:.=- .;� �' :l'_-�-'�;�� _!—�' - �--��.' ' ���-.' � .�'_�.}�� _�;� ��._�_.. - �_;� =;. :,� . _ � �i ,� ,; ,_ ; - _: ;--__�.;i__. � . ,,� : ::: - .: �; — +, 1 i �' i1h'iRff.�.'.. -�'_"i'��Y—�i_i'cr���i ;j;Fj:.!N�7ff_--�-�� ��' ..-'_� . ' !' — �`,.. 1-- ti '— -. .T., ;::..`.- _ .;�"i �'�' ����,� --I : "�,=; :� '� -_��� .. :�� . :Y���I� '�, �F� �: ' ''r�:,:�;;= ._; � __�I -- ���'�';' e��..;. . i =#.�:� - . -��°�"� --i�.-a-=���5+:�:��- �S]��.��xa.i� � ' ��- ...._.. .��-.—� -- �i '--i..{ _ .. �' . _. _...__.��=:1:_.; � -�-- � �-- . �_ � -'��-� --��� I, �--��' `- I I; _ �. I _„ _ -. _ . T��.� "', �' , ._��' =�.—' _�..�—� _ � ..L.T._ " `. . "I �I 1 ��� � �"�'"� i � ! J � � � I 1 ' ' � ? ' - I � � � 5 i C:�Users�lslaml'�AppData�Loca1�Temp�017123.1fi,02_Aitachment A_Survey Staking Standards,docx Page 17 of 22 - /2WL flr C1�0'l�k' H/A 1 � 1PWt fF[LYO 1Xt1 rx+a�v� � � z.e�vn ( !-�r. Ci ('p . 8LK 6 � llli 2 ,y�pg �� Avfeq wac� +p� L.e.VmYSYd ' �kd.i1 J7E11v}E FX757'. � irw�r� J��� � �o � �� �.. STA0�5fD0 �!E'WLfF1A/L Ci4J REYdfiVE d SAWrG.E EXI57: 6ATE YAL4+E 6� REAI7(�'J� ca�rxper ro r�rrsr. m�,v� �, ��� r�� �� r�zx e�r�nu�R � h k�if10358?f0£ � � !h E-PZA537lIJ4i ��� £ eur �s ''� . � a'�`� e.�e ,rx1,� �kt ��r •,N • ,y F�r M'atA q� � ��2L�i2Ef � � '`+�'� +�8'� �• � �Qr 5• ``7 4y pp Q � �� y� � / �� 7er i`�r *,�g �-.; Y ¢`w� b �. � ca��� •REL�'AIE h SktF'AG� FXJ57: CATF YNYE L{7T R &:�.t c�as a+.ro Marmrau �� STA�flQ00 - 1�1�1. tfltlr/0 C 1NSTI11� M fYi�Ll, SUi/� S,�F#Y� 37 LF OF lEW�P�R P1PF QYnWECI 70 �'Jt+Sr l217AiL�R H�696I1i59�9 E�Fl.7G STAtl�LCJ'S-8'!VL � �X 6'NfGA?A TEE � t9�ITE' vA[vE�1 rxrrre �nrn�xr�ra rrtx strrowurr' c�o r nca � vr.tre !V'fi91JD.i0.t1299 f�2�Jff?.692388 i0r 1 � maao+�nrr�rer�m rmr.�vh n acu .H�re A !w.• R'n�a FI.EV��, 30 � / ��ry � �'� - rc r+ �e w `raa�a ^ nc �+ 7NSf/!1s :BfXD Fli�"�VEJiT BENII G�J �%Y � PROPOSED SAhf1TA{�1' : 5EE 5N£E C:�Users�1slam7�AppData\Loca1�Temp�017123.16.41_Attachment A_5urvey Staking 5tandards,docx Page 18 of 22 i�1 U'-'"��i �`=� i:-1 � f� g_ c,.� r� 7 i � �� `�s�rs��s�am r�,vppuata��oca1�Temp�0171 23,16.01_Attachment A_Survey 5taking Standarcls.docx Page 19 of 22 C:\Uset irds.docx Page 20 of 22 Ob�iausly the .cs� or ,txt file cannot be signed/sealed by a sur�eyor in the format requested. This is just an example and all this information should be no�ed when delivered ta the City sa it is clear to what coardinate system the data is in. POINT Np. 1 z 3 4 5 6 � 8 9 �0 11 12 %3 14 15 15 1� 18 19 20 21 zz 23 29 �s 26 27 za 24 34 31 32 33 3Q 35 3G 37 3B 39 AO 41 42 43 44 45 46 NORTHING 69A6257.189 69R6260.893 S9A53tl7393 fi445Z20.582 6446195.23 69qfi190.528 694G136.012 6946pD2.267 6946003.056 fi945984.G77 6945986.A73 69q5.895.077 6945896.591 6945934.�86 6945836.7�7 6945835,578 fi945817.48& 6$45759,778 69A5758.563 69457A3318 G545723,219 69asssz.zl 6945621,9Q2 69A5643.A07 5945571.059 6945535.498 6945519,83a 6945q17.879 6945456.557 6945387.356 6945370.688 6945383.53 G94S321.Z28 5945319.365 6945242.2$9 6945233.624 6945�06,483 fi945142.fl15 G94S113.445 G945049A2 6945p4J..024 694$038.87$ 64AStl�6.397 fi944944.7&2 6994943.$32 69448fiD,416 EASTING ELEV. 2z96079.165 2296�52_141 2296038.306 2296011.025 2296015.116 2296022.721 229599Z.115 2295919.133 2295�33,418 2295880.52 2Z45869.892 2295860.962 2295862.188 Z2958A1..925 2295834.Ra1 2295799.707 2295827,011 2295758.6A3 22�5778.424 2295788.392 2295754.39A azss�na.z2 ��95669.471 229573S.D3 2295655,2J5 2Z95667.$03 2Z95619.49 2295580.27 2295643.145 2295597.1Q1 2295605.793 2295610.559 2795551.1D5 2295539,728 2295570.T15 22955QA.G26 2295529305 2295557.666 2295520,335 2295527345 �295552.675 2295552.1Ai 2295515,335 Z295520,635 1295556.474 2295534.347 o�scRigr�aa 72&.09 55N1H RIM 725.668 GV ftliV� 72G.65 GV RIM 723356 SSi�IH RIM 722.123 GV RIM �zz.szs K� 73.9.�SA8 WM RIM T13.331 WM RIM 713.652 CO RIM 711.662 SSMH Rlhll 710.046 WM RlM 707.72 WM RIM 708.2d5 WM RItU� 7�9.Afi7 WM RIM 7I�.OS4 CO RIM 707.77a 55MH RIM 708.392 SSfNH RINI 711.216 55�11H RIM 710.086 GV RIM %10.fi31 GV RfM 732.899 G.VRIM 716.686 WM RIM 723.76 WM RIM 719.737 CO RIM 727.514 55MFf R1M 729.123 WM RIM 732.689 WM RIM 74fl.521 WM �I�/{ 735.451 CO RIM 740,75fr GV RIM 7�0.976 GV RIM 74�.408 FH 746.3A WM CtIM 746.777 CO RIM 7q8.454 WM RIiVI 749.b9 SSMH RIM 753.058 WM RIM 750.853 WM RIM 751.871 WNt R1M 75Z.?57 SSMH AIM 751.79 WM RlM 751,88 WM RIM 75Z.b1S WM RIM 75Z.801 WM RI3N 752.155 WM RINI 75Z.985 SSMH RIM ��'ii+F�l � C� f-� �j i L �i (.�--'J!r-i if'i �. c �� I /�.i i� . (1. �-� . � `�� �`=� �r� i�.� Cr-�%TM{4 � t��F {'l 2 {_7 V L'-j�-f 1 C� L C� GG S'� 1 f�-�}i � r r�-� � .� �/>> �G. C1 � C�LI�J�i-f�{ �a �� C c s--�r�o �- �'o, +- T L � �,-��-a , �: -CS-f'F � L �',� �� �i ur'�-�7}-C � ��� L•� �'i�"iF � � ��r �rF7 �r-� •I 5��.��lf �fi4 �# ff' �� f�,�� �/ s��Y�r�- +�I�J,r� C:�Users�1slamT�Appbata�Local�Temp�017123.16,0]._Attachment A_5urv�y Staking Standards.docx Page 2Z of 22 C. Other preferred as-built deliverable Some �endors have indicated that it is easier to deli�er this information in a different fo�mat. Below is an example spreacEsheet that is also acceptable and can ba abtaineci by request from the sur�ey superintendent. y, y Il '�7 n � I r � �A� � . . , b �.4 �I - � �I � � - I � �r F I . � �� � � � � .. �. i5 y I �I � � � � � � y _.a��� � � � � � � � m � � � � � � ; �; r r s ��I � � � � � � � �������� u' ������ ��-�x�� v � � � � � � � � � a � � ..., - . _ ... _ _:... ._.- -• �-� � - -- - - -�- -�- -- -- �-, -- --- - I � �� x' � � � � s $ � � � � � " � a ,.� � : � . ¢ x� s � � � � � � � ~ � �. a , µ ,� � dp y � � � � x � � � � � � � � i � I-.y �_£ I �. �tl� I _ �f �w � �W ryW a�W � � ��. - a a a a . � ;x � . � C I � N ��W "� � � ..i � � ���� w�� � �� � . - ._._ ____._._ .._------- -__ �....�_�.w . ._.w�... .�.__._.�.. � � i� � - � I � �;� . � � � �MI � i z s p � � `s � a `� I E I , � '�'� � :f $ ��S '" 4 n n ry r r � � � :.� � � � � � � ' � ~ � :3 � � � � � � � � � �Z � � � � � � f I b � 21 $ F'� �' � � � � � `� N � � � �° F � ¢ � � � � _ � � �. � � �; �_ �i U� �W ��W z�W �� ��W �W ��,� x. I I a a a M M z� t� � ��� s ' , . C:�Users�1slamT�AppData\Laca1�Temp�017123.16.01_Attachment A_Survey Staking Standards.dacx Page 22 of 22 01 74 23 - 1 CLEANING Page 1 of 4 1 2 3 PART1- GENERAL 4 1.1 SUMMARY 5 b 7 8 9 10 11 12 13 14 1S 16 17 1$ 19 sECTrorr as �4 �� CLEANIl�IG A. Section Includes: 1. Intermediate and final cleaning for Work not including special cleaning of closed systems specified elsewhere B. Deviatiotas firozn th�is City of Fort Worth Standard Specification 1. Npne, C. Related Speeification Sections include, but ar� not necessazily lzrruted to: 1. Divzsion 0— Bidding Requirements, Contract Fozms and Cond'ztions of t�e Con.tract 2. Di�isian I— General Requirements 3. Seetion 32 92 13 — Hydro-Mulching, 5eeding and Sodd'rng 1.� PRICE AND PAYMENT PROCEDiTRES A. Measurement and Payment 1. Wprl� associated with this Zt�nr� is considezed subsidiary to Che wazious Items bid. Nn separate payment wiII be aIlowed for this Itezr�. L3 REFERENCES [N�T USED] 1.4 ADMI1vISTREiTIVE REQLTIREMENTS 2Q A. Scheduling 21 1. Schedule cleaning operations so that dust and other contaminants disturbed by 22 cleaning pro.cess will not faIl on newly painted surfaces. 23 �. Schedulc fnaI cleaning upan compl�tion of Work and irmtnediately prior to �inal 24 inspection. 25 ].5 SUBM�TTA,LS �N�T TISED] �6 1.6 ACTXON SUSM�TTALS/ZNFORMAT�ONAL SUBNIITTALS [NUT USED] 27 1.7 CLOS�OUT SUBMXTTALS [N�T USED] 28 1.S MAINTENANCE MATERiAL SUBMITTALS [NOT USED] 29 19 QUALITY ASSURANCE [NOT USED] 30 1.10 STORAGE, AND HANDLING 31 A. Stor�ge and Handling Requirements 32 1. Stoxe cleaning products and cleaxvng wastes in containers specificalIy designerl for 33 those material5. C1TY OF FORT W012TH 2O21 3T'REET REHABQ.TI'ATIDN STANDARD CONSTRIiCTION SPECIPFCATION DOCIJM�NTS Re�isedfuly 1,2flll CITXPROJECTNQ. 1�3609 417423-2 cr�a,�z�v� Page 2 of 4 1 1.I.1 FIELD [SITE] CONDITIONS [NOT iTSED] 2 1.12 W�RRANTY [N�T USED] 3 PART 2 - PRODUCTS 4 �,.1 OWNER-FURNISHED [oR� OWNER-SUPPLIEDPAOI)UCTS [NOT USED] 5 �.� MATERIALS 6 7 8 9 10 11 12 i3 14 15 16 17 18 19 20 21 22 23 24 25 2b 27 28 29 30 31 32 A. CIeaning Agents l. Compatible wich suz-face being cleaned 2. New and uncontarni:nated 3. For manufactured surfaces a. Material recomzz�ended by manufacturer �.3 ACC��SORIE� [NOT USED] 2.� SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECiTTION 3.I INSTALLER� �N�T USED] 3.� EXAMXNATION [NOT LTSED] 3.3 PREPARATION [N�T USED� 3.4 APPLICATION [NOT USED] 3.� REPAIR / RESTORATION [NOT USED] 3.6 RE-INSTALLATIQN [N�T USED] 3.7 FIELD [ox] S�TE QUALITY CONTROL [N�T USED] 3.8 SYSTEIW� STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 31Q CLEANIl�G A. General 1. Prevent accumuIation af wastes that create Y�azardaus canditians. 2. C�nduct cleaning an.d disposal flperarions to comply with laws and safaty orders of governing authorities. 3. Do not dispose of volatile wastes such as mineral spirits, oil or paint thinner in storm or sanita�y dz'ains ar sewers. 4. Dispose of degradable debris at an approved solid �waste disposal site. 5. Dispose of nox�degz'adable debris at an approved saiid waste disposal. site or in an alternate manner approved by City and regula[ory agencies. CiTY Ok' FpRT WORTH STANDARI] COIVSTRUGTION SPECIFICA'I'ION DaCUivIEiYTS Revised July 1, 20i 1 2021 S7'RE�TRE�iABILITATION C1TY PR47ECT NO. 103605 017423-3 CLEANIN G Page 3 of G 1 2 3 4 5 6 7 8 9 Ip 11 12 I3 14 15 16 17 1S I9 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 �1 42 6. Handle materials in a controlled manner with as few handlings as possible, 7. Thoroughly clean, swe�p, wash and palish a11 Work and equipment assoeiated with tIus projecf. S. Remove aIl signs of temporary construction and activztzes ineidental to constructian of required permanent Wor�. 9. If pxoject is not cleaned to the satisfaction of the City, the City reser�es the right to have the cteaning completed at the expense af the Contractor. i0. Do not buzn on-site. B. Intermediate Cleaning during Construciion 1. Keep Work areas clean so as not io hinder healtb, safety or convenience pf personne] in existing faciIity operations. 2. At maximum weekly in.tervals, dispose of waste materials, debris and rubbish, 3. Confine construc�ion debris daily in strategicall�r located container.(s): a. Co�er to pre�ent blowing by wind b. Store debris away frnm constrnction or operational activities c. Hau] from site at a minim�m of once per week 4. Vacuuna clean interior areas when ready to receive finish painting. a. Continne t�acuum cleaning on an as-need�d basis, until Final Acceptance. 5. Prior to storm events, lhoroughly clean site oi all loose or unsecured items, which may become airborne or transported by flowzng water during the starm. C. Intezior Final Cleaning 1. Remove grease, mastic, adhesaves, dust, dirt, stains, fingezprints, labels and ather foreign materials from sight-expased surFaces. 2. Wipe aIl li�h�ing fixture reflectors, l�nses, lamps and trims cIean. 3. Wash az�d shine glazing and mirrars. 4. Polish glossy surfaces Co a clear shine. 5. Ventilating systems a, Clean permanent filters and replace dispasable fzlters if units were aperaCed during construction. b. Clean ducts, blowers and coils if units were operated without flters during construction. 6. R�place all burned out lamps. 7. Bro�m clean process area floors. 8. Mop afflce and control room flaors. D. Exteriox (Site qr Right of Way) Final Cleaning 1. Remove trash and debris containet•s from site, a. Re-seed areas disturbed by location of trash and debris containers in accordance with 5ection 32 92 13. 2. Sweep roadway to rernpve all rocks, pieces of asphalt, concrete or any other objeer that may hinder or disrupt the flow of traffic along the roadway. 3. CIean any interior areas 'rncluding, but not limited ta, vaults, manholes, structures, junction haxes and inlets. C11'Y OF gpRT WQRTH STANL?ARD CONSTRLTC'i'ION SPECIRICATION DOCUMEl�T5 Revised .Tu[y 1, 20l ] 2021 STREET REHABILITATIQN CI'I'Y PR01LC'I' PIO, 103609 1 2 3 4 5 6 7 8 9 01 74 23 - 4 CLEANII�TG Page 4 of 4 4. If no longar required for maintenance of erosian faciliii�s, and upon approval bq City, remove erosion control from site. 5. Clean signs, lights, signa�s, etc. 3.11 CL05EOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAIlVT�NANCE [NOT USED] 3.14 ATTACIIM�NTS [NDT USED] END OF SECTION Revision Log DATL� NAlV� SUMMARY OF CHANGE 10 C�I'Y qF FORT WORTH STANDARD CONSTIZUCTIOIY SPEC[FICATIOI� DOCUMENTS Revised 7uly 1, 2011 2U21 STREE� REHABILPT'ATIONi C1TY FROJECT NQ. 1036a9 QI7719-1 CLpSEpUT RCQUIILEMENTS Yage 1 of 3 1 2 3 PART 1 - GENERAT, 4 11 SUMMARY SECTION 01 77 �9 CLOSE�LTT RBQLTIR�MENTS 5 A. S�ction Tncludes: G 1. The pracedure far closing out a conta•act 7 B. Deviations from t11is City ofFart Worth S.tandard Specifcation 8 1. Nane, 9 C. Related Specification Secti�ns inciude, but are not necessarily Iimited to: 10 I. D[�isian 0— Bidding Requirements, Contract Forms and Conditions of the Cantf•act 11 2. Di�isio.n 1— General Requi�•ements !2 1.2 PRZCE AND PAYMENT PROCEDLIRES i3 A. Measuf•em�nt and Payment I4 1. Wor[c associated with this Item is considered subsidiaty to the various Items bid. I5 Na separate payenent will be allowed fo�• this itam. l b 1.3 REFERENCES [NOT USED] 17 L4 ADMINISTRATNE REQLTIItEMENTS 18 A. Guarantees, Bonds and AfFdavits 19 I, No application for fina� payment will be accepted until all g�arant�es, bonds, 20 certificates, licenses and aifida�its required for Wor�c ar equipment as specified are 21 satisfactorily filed with the City. 22 B. Release of Liens or Cla'tms 23 1. No applfcation for �nal payment wi[] be accepted until satisfactory evidence af 24 i•elease of liens has been submitted to the City. 25 1.5 SUBMITTALS 2s 2� 28 29 30 31 3� A. Submit all requit•ed documentation to City's Froject Representafive. 1.G INFORMATIONAL SUBMITTALS [NOT US�D] 1.7 CLOSE�LTT SUBMITTALS [NOT �C7SED] PART 2 - �R�DUCTS [NOT U5ED] CITS' OF FORT WOR'I'I-3 2d21 STR�ET REHAEILI'I'A'I'[ON STANDARD COIdSTRUCTION SP�.CIP[CATION DOCUMENTS Ciiy Yrojeet No, 103b09 Revised March 22, 2021 01�719-2 CLOSB()i1T REQUiR�ME�ITS page 2 af 3 PART 3 � EXEC C7TION 2 3.1 INSTALLERS [NOT USED] 3 3.2 EXAMINATION [NOT USED] 4 3.3 PR�PARATION [NOT USED] 5 3.4 CLOSEOUT PROCEDURE 6 A. 7 8 9 B. i0 I1 12 13 14 rs 16 17 Prior to requesting Fjna1 Inspection, submit: 1. Project Recnrd Documents in accaxdance with Seetion fll 78 39 2. Operation and Maintenance Data, if required, �n acco� dance with Section O1 78 23 Prior to requestit�g Final Inspection, perfoi�rt final cjeaning in accordance with Sectiot� O1 74 23. C. FinalInspeciion !8 2• 19 20 21 3. 22 23 �• 24 25 2b 27 28 29 30 31 32 33 3h 35 36 37 5. After final cleaning, provide notice to the City Project Representative that the Wntk �s completed. a. 'The City will 4nake an initiai Final Inspection with the Cantractar pt'esent. b. U�on compiefion of this ir�spectian, the City w�ll notif3� the Cot�t�actor, in writing within 10 husiness days, of any pat'ticulars in which this inspectian reveals that tl�e Work ss defective or incomplete. Upon receiving written notice from the City, immediately undertalce the 'VJork required to remedy deficiencies and camplete the Warlc ta the satisfaction of t}ie City. T�e Right-of way shal[ be cleared of all construction materials, harricades, and temporary signage. Upon camp�etion of Wark associated with the items listed in the City's vv�'itten notice, inform t1�e City that the required Work has been campleted. ilpon receipt of thjs natice, the City, i� the presence of the Contractor, wvill malce a subsequer�t Fi�al Inspection of the project. Provide all special accessories required to place each item of equi�ment u� full ape�•ation. These specia! accessory items include, but are not limited to: a. Specified spa�r� parts b. Adequate oil and grease as required for the fiist lubricatian of the equipment c. Initial iill up of all ch�mical tanks arzd fuel tanks d. Light bulbs e. Fuses f. Vault keys g, Handwheels h. Other expendable items as required for initial start-up and opetation of all equipment 3g D. Notice of Froject Completion 39 1. Once the City P:raject R�presentati�e finds the Work subsequent to Final Inspection 40 to be satisfactory, the City will issue allotice of Project Completion (G��een Sheet). �}1 E. Supporting Dt�cum�ntation 2Q21 5T'RE�T REIIABILITATIQN C1TY QF FORT WORTH City Project No. 103609 STANDARD CONSTl2UCTION SPECIFICATION DOCiiMENTS Revised 1VLarcl� 22, 2021 p17719-3 CLO$�OUT R ECZUIREMINTS Page 3 of 3 1 2 3 4 5 G 7 8 9 IO 11 12 13 14 15 !6 17 18 [9 20 21 22 23 1. Coordinate with the City Fraject Rep.resentative to complete the following adciitional forms: a. k'inal Payment Requesi b. 5tatement of Contrac� Time c. Affidavit of P.ayment and Relaase of Liens d. Consent of Surety to Fina1 Payment e. Pipe Repart {if �•aquired) f. Contractor's Ev�uatian of City g. Performance Evaluatian of Contf•actor F. Letter af Final Acceptance 1. Upon review and acceptance ofNQtice ofProject Cainpletipn and S�pporting Dacumentation, in accordance with Ganera[ Conditiar�s, City will issue Let�er of Final Acceptance at�d release the Final F'ayment Reqtiest for payment. 3•5 R�PAIR / RESTORATZON [NOT USED� 3.G RE-1NSTALLATION [NOT USEDj 3.7 FIELD [oR] �ITE QUALITY CONTROL [NOT USED] 3.8 �YSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT IISED� 3.10 CLEANING [NOT i7SED] 3.11 CLOSEOUT ACTIVIT�S [N�T USED] 312 PROTECTION [NOT US�D] 313 MAINTENANCE [NOT USED� 3..14 ATTACHMENTS [NOT USED] 24 25 Dax� 3f22/2Q2] 2b NAME M Owen END OI" S�CTIQN Revisian Log SUMMARY O�' GHANGE 3.4 C. Added la�iguage t� clarify and e«phasize i�cqui��ement to "CIearing RO}1�" CITY OF PbRT WORTH STANDARD CONSTRUCTIQN SPECiFICATION DOCUMENTS 2�z� STREET REITA$ILITATION Revised Mflrch 22, 202 f City Project No. 1 b36p9 01 78 23 - 1 OPBRATIDN AND MAINTEN1,i�iCE DATA Page I of 5 1 SECTION Ol'i8 �3 2 OPERATION AND MAIl�TTENANCE DATA 3 PART1- GENERAL 4 I.1 SLIMMARY 5 A. Section. Tncludes: 6 1. �roducC data and related information appropriate far City's maintenance and 7 operatiau of products furnished undez' Contract S 2. Such prad�cts may include, huC are nat limited to: 9 a. Traffic ControIIers 10 b. Xrrigation ControlIers (Co be Qperated by tha City) 11 c. Butterfly Valves 12 B. De�iations from this City of Fort Warth Standarci Speciiication j 3 1. Nane. 14 C. Related Specification Sect�ons include, but are not necessarily limited to: 15 1. Division D— Bidding Requirements, Contract Forms and Conditions of the Contract 16 2. Divisian 1— General Requirements 17 1.� PRICE AND PAYMENT PROCEDUR.ES 18 A. Measurement and Payment 19 1. Work associated with this Item is considered subsidiary to the various Items bid. 20 No separate payment wi� be allowed for tIus Item. 2j 1.3 RE�'ERENCES [NOT USED] 22 1.4 ADMXNxSTRATIVE REQUIREMENTS 23 A. Schedule 24 l. Submit manuals ir� final form to the City within 30 calendar days of product 25 shipment to ttse project sit�_ 26 1.� Si3BM�TTALS 27 A. Suhmittals shail be in accordance with Section O1 33 04 . A1I submittals shall be 28 appraved by the City griaz' kp delivery. 29 1.6 INFORMATIONAL SUBMITTALS 30 A. Submittal Form 31 l. Prepare data in %rm. of an instructional manual foz use by City personnel. 32 2. Format 33 a. Size: S�/z inches x 11 inches 3A b. Papez- 35 1) 40 pound minimum, whiie, ioz` typed pages 36 2} Ho1es reinforced with plastic, cloth or metal 37 c. Text: Manufacturer's printed daia, ar neatly typewritten CTI'Y OF FOItT WQATH 2621 S'IRF.ET REHABILITATIO�I STANDARD COIYSTItUCTION SPEC�'ICATIOI+I DOCUIvIENT5 Revised Recember 20, 2012 CITY P1tOlECT 1V0. ] 03b09 01 78 23 - 2 dPERA"i'IQN AND MAiNTSNANCS DATA Page 2 nf 5 1 d. Drawings 2 1} Provide reinforced punched bzz�dez tab, bind in with text 3 2) Reduce larger drawings and fald to size of te�t pages. 4 c. Provide fly-leaf for each separate product, or each piece of opeiating 5 equipment. 6 1) Provide typ�d descriptian of product, and znajoz companent parts of 7 equipment, S 2) Provide indexed tabs. 10 iI 12 13 14 15 f. Co�er 1) IdenCify each volume with iyped or printed title "QPERATING AND MAINTENANCE INSTRUCTIONS". 2) Lisfi: a) Tztle oiProject b} Identity o� segarate structure as applicab.le c) Identity of general subject matter cavez-ed 'zn the manual 16 3. Binders 17 a. Cammercial quality 3�ring binders with durable and cleanable plastic covers 18 b. When multiple binders are used, correlate the daka into reiated consistent 19 gx-ouping�. zn 2.1 4. ff avaiIable, provide an electronic foz�rri. of the O&M Manual_ B. Man�al Cant�nt 22 1. Neatly typewz�tten table of contents for each voluzne, arranged in systematic order 23 a. Contractnr, nazne of responsible principal, addz�ess and tetephone n�xmber 24 b. A list of each product required to be included, index�d to content of the vol�me 25 c. List, with each product; 26 I} The name, address and telephone number of the subcnntractor or installer 27 2) A list of each product requzr�d to be included, index�d to content of the 28 volume 29 3) Identify axea of responsibility of e�ch 30 4) Local source of supply for parts and replacement 31 d. Identify each product by product name and othez identifying symbols as seC 32 forth in Contract Docuzr�ents, 33 2, Product Data 34 a. Include onIy those sbaets which are pertinent to the specific product. 35 b. Annotate each sheet to; 36 1) Clearly identify speeific prodnct or part installed 37 2) Cle�rly identify data applicable to instaliation 38 3) Delete references to inapplicable information 39 4Q 41 42 43 � 45 �}6 47 48 3. Drawzngs a. Supplement produci dafia with drawings as necessaxy to elearly iIlustrate: 1) Relations of campon�nt parts of equipm�nt and systems 2) Control and fl�w diagrams b. Coordinate drawrngs with infarmation in Project Recard Documents to assure corzecC illustr�tion of completed installation. c. Do nQt use Project Record Drawings as maintenance drawings. 4. Writtez� C�xt, as required to supplement producC data for the particular insta?lation: a. Organize in consistent format under separate headings for different pi:pcedures. b. Pravide logical sequence of instractzons of each procedure. CPi`Y OF FdRT WORmH STANDARD CONSTIZUC'1'ION SPECII�ICAT[OPI DOCUMF.NTS Revised December 20, 2U12 2021 STREETREHABII,ITATIOA3 C1I'Y PIt07ECT NO. 1D3609 ai�s23-3 OPERATION AND MAINTEAFANCB DATA Yage 3 of S 1 S. Copy pf each warranty, bvnd and ser�ice contract issued 2 a. Provide informatinn sheet for City personnel giving: 3 1) Proper procedures in avent of failuz� 4 2) Instances wh�ch might affect validiiy of warranties or bonds 5 C. Manual for Materials and �znishes 6 1. Submit 5 copies of complet� manual in final Porm. 7 S 10 I1 12 13 14 15 lb 2. Content, for architectuz'al products, a}�plied materials and finishes: a. Manufacturer's data, giving fuII infarmaiinn on products 1) Catalog nuzz�ber, size, composition 2} Color ar�d texture designations 3) Informataon required for reordering special manufactured praducts b. Instructions for care and maintenazzce 1) Manufacturer's recommendation far types of cleaning agents and methods 2) Cautions agains.t cleaning agents and methods which are detrimental to groduct 3} Reco�unended schedule for cleaning and maintenance l7 3. Content, for zzzaisture protection and vaeather exposure products: 18 a. Manufacturer's data, giving full infarmation on products i9 1) Applicable standards 20 2j Chemical composition 21 3) Details af installation 22 b. Instructzans far inspection, maintenanca and repaix 23 2�k 25 26 27 28 29 3D 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 D. Manual for Equipmant and Systems 1. Suhmit 5 capies �f complete rnanual in final form. 2. Content, for each unit of eqnipment and system, as appropriate: a. Description af unit and component parts 1} Func�ion, normal operating characteristics and limiting conditions 2) Performance curves, engineering data and tests 3) Complete nomenclature and commercial number of replaceable parts b. Operaiing procedures 1) Start-up, break-in, rroutine and normal operating instructions 2) Regulation, control, stopping, shut-dawn and emergency instructions 3) Summar and wintar operating instructians 4} Special opezating instructions c. Maintenance procedures 1) Routine operations 2) Guide to "trouble shooting" 3) Disassembly, repair and reassembly 4) Alignm�nt, adjusring and checking d. Servicing and lubrication schedule I} List of lubricants required e. Manufacturer's printed o.perating and maintenance instructians f. Description af sequence of ogeration by cantrol manufacturer 1) Predicted life of parts subject to wear 2) Items recommended to be stac�ed as spare parts g. As installed control diagram.s by cantrols manufacturer h. Each contractor's caaxd'znation drawings I} As installed color coded piping diagrams CITY flF FORT WORfH STATIDARD CONS'1`l2i7CTI�N SPECIFICATION DOCUMENT3 Revised TJ�ecembex 20, 20i2 2021 STR�ET REHABILiTAT1DN C1TY PROJEC'I' NO. 1036D9 017823-4 dPERATIOIV ANI] I�tATNTENANCE I3ATA Page 4 qf 5 I 2 3 4 5 6 7 8 9 10 11 12 13 I�L 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 �. 4, i. Charts of valve tag numbers, with location and functzon of each val�e j. List of origznal manufacturer's spaze parts, manufactwer's current pxices, and recommended quantities to be maintained in storage k. Other data as required under pertinent Sections af Specifications Content, far each electzic and elecfronic system, as appropriate: a. Description of system and component paxts 1) Function, normal operating cl�aracteristics, and limiting canditions 2) �erformanca cur�es, et�gineering data and tests 3} Complete noinenclature and comrner�ial number of replaceable parts b. C'rrcuit d'zrectories of panelboards 1) ElecCz�ical service 2) Contrals 3) Conv�unications c. As installed color coded wiring diagrazns d. Operating procedUzes I) Routine and narnnal operating instructions 2) Sequences required 3) Special operating instructions e. Maintenance procedures 1) Ro�.�tine operations 2) Guide to "t�ouble shooting" 3) Disasserz�bly, repair and reassenr�bl.y 4) Adjustment and che.cking f. Man�facturer's printed operating and maintenance instruc�ions g. List oi original manufactuz'cr's spare parts, manufacturer's current pzices, and recommended quantiti�s ta be maintained in stazage h. Other daia as required under pertinent Sections of Speczfications Prepare and inc.lude additional data when the need for such data becomes apparent during instruction of City's personnel. 3D 1.7 CLOSEOUT SLTBII��TTAL5 [NOT US�D] 3I 1.S MAINTENANCE MATERXAL SUBMITTALS [NOT i]SED] 32 19 Qi]AL�TY A55URANC� 33 A. Provide operation and maintenance data by personnel witk� the following criteria: 34 I. Trained and experienced in main.tenance and aperation of described products 35 2, �killed as t�chnical r�riter to the exient required to cornmunicate essential data 36 3. Skilled as draftsman competent ta grepare required drawings CFI'Y �F FdRT WORTH STANDARI] CONSTRUCTIOI+! SFECIFICATI.ON DDCUMENTS Itevised Decemher 20, 20�2 2p21 STI2EET RBHABII.ITATION C1TY PRfl7ECT NO. I D� 6D9 D 1 78 23 - 5 OPEFtATION AND MAINTENA[�TCE DATA Pa�e 5 of 5 1 11� DELIVERY, STORAGE, AND Ii�NDLING �1V�T LTSED] 2 111 FIELD [SITE] C�NDITIONS [NOT IISED] 3 1.12 WARRANTY [1vOT iTSED] 4 �'ART 2 - PRODUCTS [NOT USED] 5 PART 3- EXECUTION [NOT LTSED] 6 END OF SECTXQN 7 Revisian Log DATE NAME Si7MMARY OF CHANGB 8/3i/2012 D. 7ohnson I.5.A.1 — title of secEion removed C1TY OF FCIRT WORTH 2O21 STRE�T REHABILTPt1T10N STANDARD CONSTRUCTIOIV SPSCIFICATION DDCIlMENTS Revised Decemher 20, 2C112 C£TY PRD7ECT NQ, 1 Q3669 01 78 39 - 1 PRQ.I�CT RECORD I�OCUMENTS Pa�e 1 of 4 1 2 3 4 SECTIQN 4175 39 PR07ECT RECORD DOCLTMENTS PART1- GENERAL 1.1 5�7M�iAHY 5 A, $eCCiOn XnCXude�: b 1. Work associated with the documenting the project and recording changes ta pro,ject 7 doc�ments, includir�g: 8 a. Reaord Drawings 9 b. Water Meter Service Reparts IO c. Sanitary 5ewer ServiEce Reports I 1 d. Large Water Meter Reports I2 B. De�iations irom tlus Ciry of Fort Worth Standard Speci�ication 13 l . None. 14 C. Reiated Sp�cification Seciions incIude, but ar� not necessazily lirz�.ited to: IS 1. Division Q--- Bidding Requirements., CanEract Forms and Conditinns of the Contract I6 2. Division 1— General Requirem�nts I7 L2 PRIC� AND k'AYMENT �'ROCEDURES i8 A. Measurement and Payment I9 1. Work associated with this Item is considered subsidiary to the various Items bid. 20 No separate payment will be altowed for this Item. 21 1.3 REFERENCES [NOT LISED] 22 23 L4 ADMXNXSTRAT�VE REQUXREMENTS [NOT USED] 1,S SUBM�TTALS 24 A. Privr to submitting a request far Final Inspection, deliver Project Record Documents to 25 City's Project Representative. 26 1.6 ACTION SiTB1�IITTALS/INFORMATIONAL SUBNIITTALS [NOT USED] 27 28 29 30 31 32 33 34 35 36 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTAL� [NOT USED] 1.9 QUALITY AS�URANCE A. Accuz�acy af Records 1, Thoroughly caordinate changes within the Recoz'd Dpcuments, making adaquaie and proper entries on each page of Specifications and e�ch sheet pf Drawings and other poeuments where �uch entry is required to show the change properly. 2. Accuracy af records shall be such that future search for iterns shown in the Contract Documents may rely reasonably on information obtained frorn the approved Project Record Documents. Cl'1`Y pFFOItT WORTH 5'I'ANDARD CON5T12UCTION SPECIFICA'T'IOIV DOCUMEN'1'8 Revised duly 1, 2011 2D21 STREET I2EHAI3ILI'1'A1TON C1TY PRO,TECT NO. 103G09 01 78 39 - 2 PROJEC'T RECORD DOCUMEIdTS Page 2 oF 4 1 3. To facilitate accuracy of records, make entries within 24 hours �ter receipt of 2 information that the change has occurred. 3 4, Provide factual information regarding all aspects of the Wozlc, both cancealed and 4 visible, to enable future rnadificakion of ihe y4'ork to prviceed without Iengthy and 5 expensive site nneasurement, investigataon and examination. 6 1.10 STORAG� AND HANDLTNG 7 A. Storage and Handlin.g Requir`ements 8 1. Maintain the job set of Record Do.cuments campletely protected from deterioration 9 and from loss and damage until completian of the Work and Uransfer of ali recarded 10 data to the final Project Record Docu�nents. 11 2. In Ehe event of loss of recorded data, use means necessazq ta again secure the data 12 to ihe City's �pproval. i3 a. In suc� case, �rovide replacennents to the standards originally requued by the 14 Contract Dpcuments. 15 1.11 FIELD [SITE] CONDZTZ�NS [NOT USED] 16 1.1Z WARRANTY [NOT USED] 17 PART � - PRODUCT� I8 ti.i OWNER-I+'LTRNTSHED Cox] OWNER-SLTPPLIED PRQDUCTS [NOT IISL:D] 19 �.� RECORD DOCUMENT� 2D A. Job set 21 I. Promptly following raceipt of the Nptice to Proceed, secure from the City, ai na 22 charge to the Contractor, 1 complete set of all Documents camprising. the Contract. 23 �. Final Record Documents 24 1. Ai a time nearing the co.mpletion of the Work and prior to Final Inspection, provide 25 the City 1 co mplete set of all Final Recnrd Drawings in the Contract. 26 �.3 ACCESSORIES [NOT USED] 27 2.4 SOURCE QUALITY CONTROL [NOT USED� 28 PART 3 - EXECUTION 29 3.I INSTALLERS [NOT USED] 30 3.� EXAMIlVATION [NOT USED] 31 3.3 PREP�,RATION [NOT USED] 32 3.4 MAINTENANCE DOCUMENTS 33 A. Maintenance oi Job Set 34 I. Immediately upon receipt of the job set, identafy each of the Dacuments with the 35 title, "RECORD DOCUMENTS � 70B SET". C1TY OF FO�LT WORTH 2p21 3TREE'�' REHABII.ITATIQN STANDARD C01Y3T12UCTION SPECIFICATION DOCLTMENTS Revised July l, 2011 C1TY PRO7ECT NO. ] 036U9 �17839-3 PROIECT REC�JRI] 170CUMP.N'iS Page 3 of A 1 2. Pz�eservation 2 a. Considering !he Contract completinn tzme, the probable ntamber of occasions 3 upon which the jpb set must be taken out for new entries and for examination, 4 and the conditions under which these actzvities will be pezforirxied, devise a 5 suitable method for protecting the job set, 6 b. Do not use the job set for any purpose except ent�y of new data and for review 7 by the City, uniil start pf tzazisfer of data to �nal Project Racord Documents. 8 c. Maintain the job set at the site of work. 9 3. Coordination with Construction Surv�y IO a. At a minimum, in accordance with the intervals set forth in Section O1 71 23, 11 clearly mark azz� de�iations from ContractDocuments associated with 12 installation of the infrastructure. 13 4. Malczng entries on Dra�aings l4 a. Record any de�iatioz�s from Contract Documents. IS b. Use an erasable colored pencil (not ink or indelible pencil), clearly describe the 16 chang� by graphic line and note as requu•ed. 17 c. Date a11 anksies, 1 S d. Call attention to the entry by a"cloud" drawn arqund the area o� areas aff'ected. 19 e. In the event of overIapping chang�s, use different cqiozs for tt�e overlapping 20 changes. 21 5. Conversion of schemaiic Iayouts 22 a. In some cases on the Drawings, arrang�znents of conduits, czrcuits, piping, 23 ducts, and si�nilar items, are shotvn schematically and are not intended to 24 porE�ay precise physical Iayout. 25 i) Final physical arrangement is determined by the Contractor, subject to the 26 City's approval. 27 2) Hawever, design af future mpdifications of the facility may require �$ accurate information as ta the final physical layout af items which are 29 shown only schematically on the Drawings. 30 b. Sho�v on the job set of Record Drawings, by dimension accurate to within 1 31 inch, the centerline of each run of items. 32 1) Final p.hysical arrangement is determined by the Contractor, subject to the 33 City's approval. 34 2} Show, by symbol or note, the vertical location of tfie Item ("�nder slab", "in 35 ceiling plenum", "exposed", and the �ike). 36 3) Make aIl identification sufiiciently descriptive that it ma� be related 37 reliably to the Specifications. 38 c. The City may waive the iequirements for conversion of scheta�atic layouts 39 where, in the City's judgment, conversion s�zves no useful purpose. Howeuer, 40 do not rely upon waivers being issued except as specifically issued in writing 4] by the City. 42 B. Final Project Recoxd Documents 43 1. Transfer nf data to Drawings 44 a. Careiu�y transfer change data shown an the job set ofRecord Drawings to the 45 corresponding final documents, coordinat�ng the chan.ges as required. 4.6 b. Clearly indicate at each affected detail and other Drawing � full descriptian af 47 chaz�ges made during construction, and the actual location af items. CTI'Y OF FORT WORTH 2O21 STRBET REHABILITATIQN STA[dDAR.D CON3TRi1CTTON SPECIFICATIQN DOCUME.NTS Aevised Suly 1, 2012 C1TY PRQdECT NO. 103609 01 78 39--4 PR0.IECT 12ECQRD DOCUMENTS Page 4 oi 4 1 2 3 � 5 b 7 8 9 i0 11 12 13 14 15 t6 17 18 19 Zn 21 22 23 2� 25 DATE NAIVIB 26 c. Call attention to eaeh entry by drawing a"clpud" around the area or axeas affected. d. Make changes neatly, consistentJy and with tt�e proper media to assure longevity aad clear reproduction. 2. Transfer af data to ather pocuments a. If the Documents, ofher than Drawings, have been l�ept clean during progress af the Wark, and if entries therean have been orderly to the approval of the City, the joh set of those Documents, other than Drawings, will be accepted as final Recard Documenis. b. Lf any such Document is not so appraved by the City, secure a n�v,+ cnpy of that Document fram the City at the City's usual charge for reproduction and handling, and carefully transfer the ehange data to the new copy to the approva1 of the City. 3,5 REPA�R / RESTORATXON [NOT USED] 3.6 RE-iNSTALLATI�N �N�T USED] 3.'� FIELD [oR] SITE QUAL�TY CONTROL [NOT USED] 3.S SYSTEM STI�RTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSE�i3T ACTIVTTXES [NOT USED] 3.1� PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT iTSED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Re�ision Log SUMMARY OF CHANGE CITY OF FQRT V�QRTH STANDARI] CONS'I`RUCI'ION SP6C�'TCATTON DOC[]IvIEIVT5 Revised Jnly 1, 2Q 11 2021 STRE�T REiIAf3iL1TATLON CTTY PRQ7ECT NO. 103609 321f23-1 FLEXIBLE BASE CO[JItSES PiI�C � Uf �] � 2 3 PART1- GENERAL 4 I.1 �UMMARY 5 5 7 8 9 10 I1 12 13 I4 15 16 17 18 1.2 19 20 21 22 23 24 25 26 27 2$ 29 3 (l 31 32 33 34 35 36 37 38 SECTION 32 ll Z3 �'LEXIB�E BASE COURSE� A. Section Includes: 1. Foundation course for sui�face course or foz other base course composed of flexible base constructed in one qr mare courses in conformity with the typical sectian. B. Deviations from this City of Fort WortI� Standard 5pecific�tion, �. FOR THIS PROrECT FLEXIBI� BASE COURSES SECTION 32 11 23 SHALL BE MEASURED BY THE CLTBIC YARD Q�' COMPLETED QUANTiTY. 2. UNCLASSLFIED E�CAVATION AND HAULING REQUIRE TO PLACE FLEXII3LE BASE COi7RSE SHALL BE CONSIDERED SUB�IDIARY, N� SEPARATE PAY. C. ReIated �pecification 5�ctions incIude, but az�e not necessarily limited ta: I. Division 0— Bidding Requirem�nts, Contract Farms, and Canditions oi the Contract 2. Division 1— General Requirements PRICE AND �'AYMENT PROC�DURES A. Measurement and Payment I. Measurement a. Measurerrzent for tlais Item t�ill be by the �e CUBIC yard of FIexible Base Course far various: I) Depths 2) Types 3) Gradations 2. Payment a. The work perfarmed and materials furnished in accordance with this Item and measured as provided und�r "Measurement" will [�e paid for at the unzt price bid per s�e CLIBIC yard of Flexible Base Course. 3. The price bid sha11 include: a. 1'reparaEian and correction af suhgrade b. Fuz'nishing of material c. H�uling d. Blading e. Sprinkling f. Campacting g. UNCLASSIFIED �XCAVATION AND HALTLING REQLI]RE TO PLACE FLEXIBLE BASE COURSE 3� 1.3 REFERENCE� 40 A. Definitio�.s 41 1. RAP — RecycIed Aspl�alt Pavement. CITY OF FORT WORTH STANDARD CQNSTRLTCTION SPECI�'iCA'lIc}N DOCUM8I�T5 Revised December 20, 2p12 2031 5T12EET 12$HABIL1TraTIQN C1TY PR07SCT ND. ] 03609 321] 23-2 PLEXISLE BASE COURSES Page 2 nf 7 I 2 3 � 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 1.4 B. Reference Standards 1. Reference standards cited in this speei�cation refer to the current reference standard published at the t�me of th� latest revision date logged at the �nd af this speeification, unless a date is sp�cifically cited. 2. ASTM Internationai {ASTM): a. D698, 5tandard Test Methpds for Laboratary Compaction Characteristzcs af 5ai1 Using Standazd Effnrk {12 400 ft-lbflft3 (6Q0 kN-mlzn3}} 3. Texas Departrn.ent af Tz'anspartation {TXDOT): a. Tex-104-E, Deterzziining Liquid Limits of Soi1s b, Tex-106-E, Calc�lating the Plasticity Index oi Soils c. Tex-I07-E, Deterrxuning the Bar Linear Shrinkage of Soils d. Tex-110-E, Particle Size Analysis of Soils e. Tex-116-E, Ball Miil Method for Deterrnining the D'zsintegrat'ron of F1exiUle Base Material f. Tex-117-E, Trza�al Compression for Disturbed Soils and Base Matezials g. Tex-411-A, Soundness of Aggregate i�sing Sodzuzn Sulfate or Magnesium Sulfate h. Tex-413-A, Determining Deieterious Material in Mineral Aggregate ADMII�IISTRATIVE REQi7ZREMENTS LNOT USED] 20 1.5 ACTION SUBMITTALS [NOT USEDj 21 1.6 ACTION SUBMITTALS/CN�+ �RMATI�NAL SUBNIITTALS [NOT USED] 22 L'7 CLOSEOUT SUBMXTTALS �NOT iTSED� 23 1.8 MAINTENANCE MATER.�AL SiTB1W1ITTALS [NOT USED] 24 I9 Qi1ALITY A�SURANCE [NOT USED] 25 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 26 l.11 FIELD [SITE] CONDITION� [NQT LT�ED] 27 1.12 WARItAN 1`Y [N�T USED] 28 PART 2� - PR�DUCTS [NOT USED] 29 21 OWNEft-FURNI�HED PRODiTCTS (NOT IISED] 34 31 32 33 34 35 36 37 A. General 1. Furnish uncontaminated materials of uniform quaIity that meet the requirements of tize Drawings and specifications. 2. Obtain rzzaterials from appraveci sources. 3. Notify Ciry of changes to material sources. 4. The City may sample and test project zziakerials at any time before eompactaon througk�oui the durat�on of the project to assure specification compliance. 38 B, Aggregate 39 I. Furpish aggregate of the iyQe and grade shown on the Drawings and con�ozming to 4Q the requirements of Tahle 1. C1T'Y QF FORT WQRTH 2Q21 STREET REHABII.ITATION STANDARD CONSTC2UCTION SPECIFICATION BOCUM8NT5 Revissd December 2U, 2012 CI'TY PRnJECT NQ. 103609 2.2 MATERIALS 321123-3 PLEXIBLE I3ASE COURSES Pa�e 3 of 7 1 2 3 4 5 6 7 2. Each source must meet Table ]. r�quirements for liquid limit, plast�City index, az►d wet ball milI for the grade specified. 3. Do not use additi�es sueh as but not limited to 1ime, cement, or ffy ash to modify aggregates to meet the requirements nf Table 1., unless shown on the Drawings, Table 1 Material Renui Mnsier gradation sieve size (% retained; 2-1/2 in. — p 1-3/4 in. 0 �1� 7/8 in. 'I'ex-130-E 10-35 — 318 in 30-5D � No.4 45�i5 45-75 I*To. 40 70- 85 6f1-85 Li uid Gmit, °/n max.' Tex-104-E 35 4Q P1AstiCit index, rnax.' 'Tex-106-E 10 12 Wet ball mill, °In max.' 40 45 Wet ha]] mill, i'o max. Tex-116-8 increase passing the 20 20 No. 40 sieve C;lassiTiaation 1.0 l.l -2 IVIi�. compressive strength', psi Tex-I l7-E lateral pressirre 0 psi 45 35 lafera] pressuce 15 psi 175 l75 1. Determine plastic index in acco�rlattce with Tex-107-E {linear shrinkage) whan liquid lirnit is unattainable as defined in Tex-] 04-E. 2. When a soundness value is requued by the �rawings, tesC maleria] in �ccordance with Tex-41 l-A. 3. Meet both the classification and the minimum compiEssive sG�et�gth, unless otherwise shown on [he Drawings. 8 9 1Q 11 I2 I3 14 ts 16 17 ]8 19 20 21 22 23 24 25 26 27 28 4. Mate�ial Toleranc�s a. The City may accept matezial if no more than 1 af the 5 most recent gradation tests has an individual sieve qutszde the sgecified limits of the gradation. b. When target grading is requirecE by the Drawings, no single failing test may exceed the master grading hy more than 5 pezcentage points on sieves No. 4 and Iarger or 3 percentage points on sieves smaIler than No. 4-. c, The City zzaay accept material if no more than 1 of the S z��ost recent plasticity index tests is outside the specified limit. No single failing test may exceed the allowable limzt by more th�n 2 points. 5. Material Types a. Do not use fillers or binders unIess agpio�ed. b. Furnish the type specified on th� Drawings in accordance with the followzng: 1} Type A a) Crushed stone produced and gzaded from o�ersize quarried aggregat� ihat oziginates from a single, natnrally qccurring source. b) Do not use gravel or muItiple sources. 2) Type B a) Only for use as base maCerial for temporary pavement repaiz`s. b) Do nat exc�ed 2(} percent RAP by tveight unless shown on Drawings. 3) Type D C1TY OP FQRT WOR'� STANDARI� CONSTRUCTION SPECIFICATIOI+1 DOCLtiv1EIYTS Revised Deeember 20, 2012 2021 STREET REHABII,ITATION CITY PROJEC'I' 1�I0. 103649 32 1 � 23 - 4 FLEXiBT,E BASE COURS85 Page 4 af 7 1 2 3 4 5 6 7 8 9 10 11 12 a) Type A material pr crushed concrete. b) Crushed concrate containing gravel will be considered Type D material. c) The Cit}r may require separate dedicated stac�pile� in o�der to verify comp�iance. d) Crush�d concrete must meet the following requirements: (1) Table 1 for the grade specifted. {2) Recycled maierials zzn�st be free fi om reinfarcing steel and othex objectionable mat�rial and have at rr�ost I.5 percenk deleterious rnaterial when tested in accordance with 'I'�X-413-A. C. Water 1. Furnish watez' free of industrial wastes and other objectionab�e matter. 13 2.3 ACCESSORIE� [NOT iTSED] 14 2.4 SOIIRCE QUALITY CONTROL [NOT USED] 15 PART 3 - EXECUTION 16 3.1 IN�TALLERS [NOT U�ED] 17 3.2 EXANIINATION [N�T USED] I8 3.3 PREPARATI�N 19 A. General 20 1. Shape ihe subgrade or existing base ta conform to the rypical sections sY�own on tile 21 Drawings or as d'zrected. 22 Z. When new base is requirad to be mixed with exisiing �as�: 23 a. Deliver, place, and spread the new fle�ble bas.e in the required amount. 24 b. Manipulate and thoroughiy m�ix tl�e new base with existing material to provide 25 a uniform mixture to the speciiied depth before shaping. 26 B. Subgrade Compaction 27 l. Proaf zflll the roadbed befor� pulverizing or scarifying in accordance with the 2$ fallowing: 29 a. Proof Rolling 30 1} City Project Representative mus.t be on-site during proof rolling operations. 3 i 2) Use equipment that will apply suffic�en� Ioad io identify soft spots that rut 32 or pump. 33 a) Acceptable equiprz�ent includes fully loaded single-axl� water t�ruck 34 with a 150D gallon capacity. 35 3) Make at least 2 passes with the proof rollex (dawn and back = 1 pass). 36 4) Offset each trip by ai most 1 tire width. 3� 5) If an unstable or non-uniform area is found, eorr�et the area. 38 b. Correct 39 1) Soft spots that rut ar purnp greater tlaan 3/4 inch 4D 2) Areas that are unstable or non-unifoz'm 4l 2. Instailation of base rnaterial cannot proceed until compacted subgrade approued by 42 the City. Cli'Y OF FOR'P WORTf3 STAN]�ARD CONSTRUC'TION SPECIFICA'I`ION llOCiIMBNTS 12evised December 2Q, 2D12 2021 STREETREI-�r'1BILTTATION crr�r �nar�cm r�o. � oa6o9 3211 23 - 5 PLE3XIBL� 13A5� COURSES Page 5 of 7 3,4 INSTALLATI4N 2 A. Genera] ? L Construct each layer unifoxmly, free af loose or se�egated areas, and with the � �-equired density and zr�oisture content. S 6 7 S 9 10 lI 12 I3 J:4 1S 16 17 18 19 20 21 22 23 24 25 26 27 28 29 3D 31 32 33 34 35 36 37 38 39 an 41 42 43 44 4S 2. Provide a smooth surface that conforms to the typical sections, �inas, and grade� shown on the Drawings or as directed. 3. Haul approved flexible base in clean, cavered trucks. B. Equipment 1. General a. Provide machin�ry, tools, and equipnr�ent necessary far proper execut�on of xhe v�orl�. 2. Rollers a. The Contractar zziay use any type of rq11�r to meet fhe prnduction rates and quality requirements of the Contr•act unIess otherwise shown on tfie Drawings ar directed. b. When specific types of �quipment are required, use equipment tlaai rneets the specified requiremants. c. Alternake Equipment. 1) Instead of the specified eqr�ipm.ent, the Contractpr nraay, as appro�ed, operate athez� compaction equiprz��nC that produces equzva�ent results, 2) Disconrinue the use of the alternat� equipment and fuzzush the specified equipment if tE�e desired results are not achieved. d. City may require Contractor to substitute equipment if prod�ction rate and quality requirements of the Contract are not met. G Placing 1. Spread and sh.ape fle�ble base intn a uniiorin layer by appro�ed means the same day as delivered unl.ess otherwise approv�d. 2. Place material such that it is mrxed to mznimize segregation. 3. Construct layers to the thickness sho�n pn the Dxawings, while zzzaintainin� the slaape of the course. 4, Where subbase or base course exceeds 6 inches in thickness, construct in 2 ar rnore couzs�s of egual t�ickness. 5. Minimunn ]iPt depth: 3 inches 6. Control dust by sgrinkling. 7. Correct or replace segregated areas as directed. S. Place successive base coursas and finish courses using the same constr�ction methads required far the first course. D, Compaction 1, General a. Compact using densiry cantroI unless oth�rwise shown on the Drawings. b. Multiple lifts are permitted when shovvn on the Drawings or apprqved. c. Bring each layer to the maisture content directed. When neeessary, s.pzanlcle the. material to the extent necessary to provide not less than the required d�nsity. d. Compact �e iiill depth of the subbase or base to the �xtent necessary to reznain firm and stable under co.nstructaon equipment. CTfl' OF FORT WORTH STANDARD COPTSTfttfCT101\T SPECIFICA'I'IdiV DOCUMENTS Revised Decamber 20, 2012 2p21 STREET ItEFIABII.,ITATIpN CITY PR07ECT Nd. I03609 3ziiza-6 FL,�XIDLB B,ASE COURSES Page 6 of 7 1 2. Rolli.ng 2 a. Begzn rolling langitudinally at the sides and proce�d towards the center, 3 overlapping on successive trips by at least 112 the width af the roller unit. 4 b. On superelevated curves, begin rolling at the low side and grogress taward �he 5 high side. 6 c. Offset alternate trips of the roller. � d. Operate rollers at a speed between 2 and 6 mph as directed. g e. Rewoxk, reconnpact, and refinish material that fails ta meet or ihat lflses g required moisture, density, stability, or fxnish befare the next course is placed or 1p the prnjact is accepted. 11 f. Continue work until specification requirements are met. S2 g. Proof roll the compact�d fle�ble base in accardance with the fQllowing: 13 1) Pzoof Rolling 1� a) City Pz'aject Representaii�e must be on-site during proof ralling 15 operakions. 16 b) Use equipment that will apply sufficient laad to identify soft spots that 17 rut or pump. lg (1) Acceptable equipment includes �ully load�d single-�le water t�vck 19 with a 1500 gailon capacity. �p c) Make at least 2 passes with the proo� roller (down and back = 1 pass). z1 d} Offset each trip by at most 1 tire �vidth. ��, e) If an unstable or non-unifoz�n area is found, correet the araa. 23 24 25 26 27 28 24 30 31 32 33 34 3S 36 37 38 39 40 41 42 43 44 45 Z) Correct a) Saft spots that rut or pump greater than 314 inch. b) Areas that are unstable or non-uniform. 3. Tolerances a. Maintain the shape of the course by blading. b. Compleied surface shall be smooth and in conformity with the typical sections shown on tlze Dzawings ta the established lines and grades. c. �or subgrade beneath paving surfaces, correct any deviation in excess of Il4 inch in cross section in langth greater than 16 feet measured longitudinally by loosening, adding or remowing rnaterial. Reshape and recompact by sprinkling and roliing. d. Correct a�l fractures, settlemenk or segregation zmmediately by scarifying the areas a�fected, adding suitable material as required. Reshape arid reeompact by sprinkling and rolling. e. Should the subbase or base course, due to any reason, lnse the raquired stability, density and finish before the surfacin.�; is complete, it shall be recompacted at the sole expense of ih� Contractor. Q�. Density Control a, Minimum Density: 9S percent compaction as dekermin�d by ASTM D698. b. Maisture eontent: minus 2 ka plus 4 af optir�num. E. Finishing 1. After completing compaction, clip, skin, or tighk-blade th.e surface with a maintainer ar subgrade trimmer to a depth of approximately l I4 inch. Q.6 2. Remove loosened material an.d dis.pase of it at an approved location. r}7 3. 5ea1 the clipped surfaee immediately by rolling with an appropz'iate size pneumatic r�g tire raller untal a smoath sur�ace is attained. 2021 STREET I�HABILTI'ATION C1TY OF FOAT WORTH STANDARi] CONSTRUCTION SQEC�ICATION �OCUMENTS CITY PROJECT i�fO. ] 036D9 Revised December 2Q, 2012 3ziiz3-� FLEXIt3LE IIASE C0�1R3E5 Page 7 of 7 1 2 3 4 5 6 7 8 9 3.5 10 3.6 11 3.7 12 �3 1� 15 I6 17 3.8 4. Add sma11 iucrements of �t+ater as needed during ralling. 5. Shape and maintain the course and surface in conforrz►ity with the typical sections, �ines, and grades as shotVn pn the Dra�rings pr as directed. 6. In areas where surfacin� is ta be pIaced, correct grade de�iations greater than I.14 inch in 16 f�et measur�d longitudinally or greater than 1/4 inch over the entire widtk� of the eross-section, 7. Correct by loos�:nrng, addin�, nz removzng material. S. Reshape and recompact in accordance with 3.�.C. REPAIR/RESTORATTON [NOT IISED] RE-INSTALLATION [NOT i7SED] QUALZTY CONTROL A. Densir� Test 1. City to measure density of f7exible base course. a. Notify City Project Representa�ive when flexible base ready for density testang. b. Spacing dizected by City (1 per block minimum). c. City Praject Representative determines Ioc�tion of density testing. SYST�M �TARTUP [NOT USEDj 18 3.9 AD,JL]STING [NOT i1SED] 19 3.10 CLEANING [N�T USED] 20 3.11 CLOSEOUT ACTIVITIES [NOT USED] 21 22 23 24 2S 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHIV�NTS [NOT USED] END OF SECTION Revision Log � DATE � NAME cr�•x o� FoxT wot�TH STANDARD CONS'['RUCTION SP$CIFICATION DdCUM�1VTS Revised Dec�mber 2D, 2012 SUMM ARY OP CHANGE 2421 STREET 12EHA,i3ILIT;qTION CTI'Y PRQJECT Np, 103609 321320-I CONCRETE SIDEWALKS, DRNEWAYS AND BARRIER FREE RAMPS Page 1 of 5 1 2 SECTION 3213 20 CONCRETE SIDEWALKS, DRIVEWAYS AND BA.RRIER FREE RAMPS 3 FART1- G�NERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Concrete sidewalks 7 2. Driveways 8 3. Barrier free ramps 9 B. Deviations from this. City of Fort Vl�orth Standard 5pecification 10 1. FOR THIS FR07ECT MANUFACTURER OF DETECTABLE WARNING l I DOME-TILE FOR B1�L�RIER FREE RELMP HAS BEEN REVISED AS ADA 12 SOLUTIONS INC. �R APPROVED EQUAL BY THE CITY. 13 1 �4 15 16 17 1$ 19 1.� 20 21 22 23 2� 2S 2b 27 28 29 30 31 32 33 34 35 36 37 38 39 46 4T 42 C. Related Specification Sections include, b.ut are not necessarily limited to: 1. Di�ision 0- Bidding Req.uirernents, Contract �orms, and Conditions of the Contract 2. Division 1- General Requirements 3. Section a2 41 13 - Selective Site Demolition 4. Sectian 32 13 13 - Cancrete Paving 5. Section 32 13 73 - Concrete Pa�ing Ioint Sealants PRICE AND PAYNIENT PROCEDURES A, Measurement and Payment 1. Concrete Sidewal�C a. M�asurernent 1) Measarez�ent fox tkzis Ztem shall be by the square foot af completed and accepted Concrete Sidewalk in its final position for various: a) Thicknesses b) 'I"ypes b. Payment �) The work performed and materials furniahed in accordar�ce with this Item and measured as provided under "Measurement" wilI be paid for at the unit price bid per square foot of Concrete Sidewalk. c. The price bid shall include: 1) Excavating and preparing the subgrade 2) Furnishing and placing all materials 2. Concrete Driveway a. Measurement 1) Measurement for this Item shall be by the square foot of completed and accepted Concrete Driveway in its final position for various: a) TIucIa�esses b) Types 2) Dimensions will be taken fi-om the back of the projecteci curb, including the area of the curb radii and will extend to the lirzuts specified in the Drawings. CPi'Y OF FORT WORTi� STANDARD COP[STRUCTION SPECIF[CATiON DOCUMEIVTS Revised Apri130, 2013 2021 STREET REIIAI3 Q.,ITATION C1TY PRO]ECT I�IO. 1036p9 32 l3 20 - 2 CONCRETE SIDL�WALKS, ➢RIVEWAYS AND BARRIEA FKEE Ar1MP5 Page 2 oF 6 1 2 3 4 S 6 7 S 9 10 11 12 13 ]4 15 16 17 18 19 20 21 22 23 24 3) Sidewalk portion of dzive vvill be included in drive�way measarement. 4) Curb on d�ive wil] b� included in the dri�eway measurement. b. �ayment 1) Tha wnrk pez�formed and mat�rials furnished in accordance with this Item and measured as provided under "MeasuremenY' will he paid for at the unit priee �id per sq�are foot of Concrete Driveway. c. The price bid shall include: 1) Excavating and preparing the sub�ade 2} F�unishing and placing aIl materials 3. Barrier Free Ramps a. Measure�nent 1) M�asuzement far this Item shall be par eaeh Barrier Free Ramp completed aild RCC�j]x��. ipX V�k'IOUS: a) Types 6. Faym�nt 1) Tha work performed and materials furnisi�ed in accordance with this Item and measured as provided under "Measurement" will be paid for at Che unzt price bid per each "Barrier Free Ramp" installed. c. 'Fhe price bid shall include: 1) Excavating at�d pzepariz►g the subgrade 2) Furnishing and placing all zz�at�nials 3) Cuzb Ramp 4) Landing and detectable warning surface as shown on the Drawings S) Adjacenk flares or side curb 2S 1.3 REFERENCES 26 A. Abbreviations and Acronyms 27 1. TAS — Texas Accessibility Standards 28 29 3'0 3I 32 33 34 35 36 37 2. TDLR — Texas Department of I..ic�nsing and Regulation B. Referezace Standards �. 2. Reference standards cited in this Specification refer to the current reference siandard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifieally cited. American Society for Testing and Materials (ASTM) a. D545, Test Methods for Preformed Expansion .Toint Fillers for Conczet� Construction (Non-extruding and Resilient Types) b. D69$, Test Methods for Laboratoiy Compaction Charactezistics of Soil Uszn� Standard Effart (1.2,400 ft-Ibflft3) 38 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 39 1.5 SUBMITTAI�S [NOT USED] 4a LG ACTTON SUBMITmAL5/XN�'ORMAT�ONAL SUBMZTTALS 41 42 43 A. Mix Design: submit for approval. Saction 32 13 I3. B. Product Daia: submit product data and sample for pre-cast detectable waming for ban•ier free ramp. 44 1,7 CLOSEQUT SUBMITTALS [NOT i]Sl;ll] ['1TY UF FE3l2T W(iRTH S'C'AIVDARD COIJSTRlICTIQN SP�CIFICAT[QI�T AOC[7MENT5 Revised Apri130, 2013 2021 STREET REHABILITATION CiTY PRp7ECT NO, LQ36p9 32 t3 ao - 3 CONCRETE SIDSWALKS, DRIVEWAYS A3VI} BtlltItIEA F88E RAMPS Page 3 of 6 1 2 3 4 5 6 7 8 9 10 11 I2 l3 1� I5 �6 17 18 19 Za 21 22 23 24 25 26 27 2$ � 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 19 QLTALZTY AS5URANCE [NOT USED] 1.I0 DEL�VERY, STOI2AGE, AND HANDLING [NOT USED] Lll FIELD CONDITIONS A. 'Weather Conditions: Placemez�t of concrete shali be as speci�ied in Seckion 32 13 13. 112 WARRA.NTY [NOT USED] PART�- PRODUCTS 2.1 OWNER-FiTRNISFIED PRODUCTS [NOT USED] �.2 EQUIPMENT AND MATERIALS A. Forzns: wood ar metal straight, free from warp and of a dept�a equal to tha thickness of ilae finished woz�. B. Canerete: see Section 32 13 13, 1. L�nless otlierwise shawn on the Drawings ar detailed specifications, the standard class for con.crete sidewalks, driveways �nd barrier fzee zamps is shown i� the following table: .Cranriarrl C'lascec nf Pavement Concrete Class of Minimu� 28 Day Min, Maxirnum Course Concretet Cementitious, Compressive Waterl Aggregate Lb,/CY StrengthZ Cementitious Ma.ximum psi Ratia Size, inch A 470 3�00 0.58 1-112 30 2.3 �z �.� C. Reinforcement: see Section 32 13 13. l. Sidewalk, drivewaq and barrier free ramp reinfozcing steel shall be #3 defoz'med bars at 18 inches on-center-both-�raays at the center pIane of all siabs, unless ot��rwise shown on the Drauaings or detailed specifications. D. Joint Fillez' l. Wood Fill.er: see Section 3213 13. 2. Pre-Molded Asphalt Board Filler a. Use only in areas �vhere nat practicaj for woad boards. b. Pre-molded asphalt board fi�ler: ASTM D545. c. Install the required size and unifacm thickness and as specified in Dra�vings. d. Inclade 2liners af 0.016 a�phalt impregnated kraft paper filled with a mastic mixture of asphalt and vegetable fiber andlor mineral �iller. E. Expansian Joint Sealant: see Section 32 13 73 wnere shawn on tha Drawings. ACCESSORIES [NOT USED� SOL]RCE QUALITY CONTROL [NOT LTSED] 32 PART 3 - EXECUTION 33 3.1 INSTALLERS [NOT USED] C1TY OP FORT WQRTH STANDARD CE]NSTRUCT1pN SP�C�'ICATI01�' 170CUMEIYTS Revised Apri13D, 2013 2U21 STRBET 12EHA�ILITATibN C1TY PR07SCT I+iO. 103609 32iaxo-a CONCRET� SIDEWALKS, DRIVEWAYS ANl7 BARRIER FREE itAMPS Page 4 �f 6 1 3.� EXAMIN.ATION [NOT US�D] 2 3.3 PRE�'ARAT�ON 3 4 5 6 7 $ 9 10 ]1 12 13 14 A. Suxface Preparation 1. Exca�at�on: Excavation requized for the cpnstruction of sidewaIks, drive�ays and barri�r free ramps shail be to the Iines and grades as shown on the Drawings or as established by the City. 2. Fine Gzading a. The Contractor sha11 do all necessary filling, lev�ling and fine grading requzzed to brtng the subgrade to the exact grades specified and compacted to at least 90 percent of maxi_mum density as aeternained by ASTM Db9$. h. Moisture content shalI be qviihin minus 2 to plus 4 of optimum. c. Any over-excavation shaIx be repaire$ to the satisfaction of the City, B. Demolition / Remnval 1. SidewaIk, Driveway and/ or Barrier Free Rarzap Removal: see Section Q2 41 13. 15 3.4 INSTALLATION 16 17 18 19 aa �.1 2z 23 24 25 26 27 28 29 3.0 31 32 33 34 35 36 37 38 A. General 1. Concrete sidewalks shall have a minimum thickness of 4 inches. 2, Sidewalks constructed in driveway approach sections shall have a minimum thickness equal to tlzat of driveway appraach or as called for by Drawings and specifications within the limits of the driveway approach. 3, Dziveways shall have a minimum thickness oi 6 inches. Standard crc�ss-slopes for walks shall be 2 percent max in aceordance �vith eurrent TAS/TDLR guidelines. The constructian of the driveway approaeh shall include the variable height radius curb i� accordanee with the Drawings, 4. All peclestrian facilities shall comply wit.h pro�ision� of TAS including loeatiqn., slope, width, shapes, textuze and coloring. Pedestrian facilities instaI�ed by tha Contractor and not meeting TAS must be removed and replaced ta meet TAS (no separate pay). B. Forms; Forms shall be secur�ly staked to Iine and grade and maintained in a tz-ue positian dnring th� depositing of concrete. C. Reinforc�ment: see Section 32 �3 13. D, Concrete Placement: see Section 32 13 13, E. Finisbing 1. Concret� sidewalks, driveways and ba�xier free ramps shall be finisl�ed to a true, even surfaee. 2. Trowel and then 6rush transverse�y to obtain a smoath iiniform brt�sh finish. 3, Pzovide exposed aggregafie �inish if specified. 4. Edge joints and sides shall vc�ith suitable tools. 39 F, Jaints 40 1. Expansion joints for sidewalks, driveways and barrier free ramps shalI b� formed 41 using redwaod. eITY QF F012T WORTH 2O21 STREET R�HABILITATION STANT�FIAD COIYS"TRiiCT10l�' SPECIFICA'I'i(?N DOCUMEIVTS Revised A�ri13Q, 2013 CYCY PROS�CT NO. 103b09 s2iazo-s CONC1tETES[DEWALKS, DRiV�WAYS AND BARRIERF�liEERAMP9 Page 5 of 6 1 2. 2 3 3. A� 5 6 7 4. 8 5. 9 IQ 6. 1 ]. 12 7. 13 1�- 15 16 17 18 19 2Q 21 22 23 24 2S 3.5 Expansion jaints s11a11 be placed �t 40 foot intervals foz' 4 fQot wide sidewalk and 5� foot intervals for S f.00t wide and greater sidewalk. Expansian joints shall also be plaeed at all intersections, sidewaIks wzth concrete driveways, curbs, formations, other sidewalks and other adjacent old conerete work. Similar nnaterial sha11 be placed around a11 obstructions protruding into or through sidewalks or driveways. Ajl expaz►sion joints shall be 112 ine� in thicl�ness. Edges of all construction and expansion joints and outer edges of all sidewalks shall he finished to approximately a 1/2 inch radius with a suitable �inishiz�g tool. Sidewalks shaI1 be marked at intervals equal. to the width of the walk with a marking Cool. When sidewalk is against the eurb, expansion joints sha11 match �hose in the curb. G. Barrier Fr�� Ramp 1. Furnish and install brick red color �e cast in p1aGe detectable warning Dome-Tile, manufactured by �e�st�es ADA SOL[TTION, INC. ar approved eyual by the City. 2. Detectable warning surface shall be a minimum of 2�-inch in depth in the direction ofr pedestrian travel, and extend to a minimuzn of 48-inch along the curb ramp or kanding where the pedestrian access route anters the st�eet. 3. Locate detectable warning surface so tk►ak rhe edge nearest ihe curb �ine is a minim�m of 6-inch and maximum of 8-inch from the extension of the faee of the curb. 4. Detectable warning Dorne-Tile surface may be curved along the cozner radius. 5. Install detectable warning surface according to rnanufactuxer's instructions. REPAIR/RESTORATTON [NOT USED] 26 3.6 RE-INSTALLATION [N�T USED] 27 3.i FIELD QUALTi'Y CONTROL [NOT LTSED] 28 3.8 SYSTEM STARTUP [NOT USED] 29 3.9 AD�LTSTING [NOT US�D] 30 3.10 CLEANZNG [NOT IISED] 31 311 CLOSEOUT ACTIVITIES [NOT USEDj 32 312 PROTECT�ON [NOT USED] 33 3.13 MAINTENANCE INOT IISED] 34 � 3,14 ATTACHMENTS [NOT i7SED� END OF SECTIDN Rer+ision Log DATE NAME Si]MMARY O�' CHAIVGE 12120120l2 D. ,lohnson 12.A.3 — Maasuremant and Payment for Barrier Free Ramps modified to match updated City Details C1TY OF F012T WORTH STANDAIZ'D COI�TSTRLICI'jON SPECIFICATIQN DOCUMENTS Revised April 30, 2D13 2021 STRBET REHABILIT?,TfON CITY PROJBCT NO. 103609 321320-6 CONCRETE S1DE,WALTCS, DR1V84VAYS AN[] BARRIER FREE RAMPS Page fi of 6 4/30120I3 F, Griff n �orrecta.d Part I, 1.2, A, 3, b, 1 to read; from ... square foot of Concrete Sidewalk. to . . .each "Barricr Free Ramp" installed CPI'Y OF FpRT WORT�T 2a21 STItfi6T REHABIl,ITATION ST�IVJaARI� CONSTRUCTION SPHCIPIC,4TION DOCUMENTS Rcvised Apri] 30, 2D13 C1TY PR07ECI' N0. 103509 32 41 19 - 1 TOPSOIL PLACEMHNT AI�iD FINISHING OF PARKWAYS Page 1 of 3 1 2 SECTI[)N 3� 41 19 T�PSOIL PLACF:MENT AND FIN�SHTNG O� PARKWAYS 3 PART 1 - GEiV�RAL 4 1.1 SUMMARY 5 A. 5ection Includes: 6 1. Furnish and place topsoil to the depths and on the areas shown on the Drawings. 7 B. Deviations from this City �f �'art Worth 5tandard Speci�ication 8 1. FOR THIS FROJECT �'i.TRNISHING, HA.ULXNG, LQADING AND PLACING 9 TQP SOII., BEHII�ID CURB SHALL BE CONSID�RED SUBSIDIARY TO 10 MAJOR PAY ITEMS. FLJRNISHING 11ND PLACLNG'I`OP SOIL TO TH� 1 t DEPTHS IN THE Ak2EA OTHER THAN BACK OF CURB IS PAYABLE 12 UNDER THIS I`i'EM_ 13 C. Related Specification Sectians include but are not neeessarily limited to 34 l. Division 0- Bidding Requirements, Contract Forms, and Conditions o� tl�e Contract 15 2. D'zvision 1- Genez'a.l Requirements i6 1.� PRTCE AND PAYMENT PROC�DLTR�S 17 18 19 20 2I 22 23 24 25 26 27 28 29 3D 31 32 33 34 X.3 A. Measurement and Payment TOP SOIL BEHIND CURB IS SUBSIDIARY TO MA30R PAY ITEMS. l. Measurement a. Measurement for this Item shall be by cubic yard o:f Topsoi� iu place. 2. Payment a. The work performed and materials furnished in accordance with ttus Item and measured as pravided under "Measurernent" will be paid for at the anit price bid pez' cubic yard of Topsoil. b. All excavation required by this Item in cut sections sha11 be measured in accoz'dance with provisions far the various excavation items invoived with the provision that exca�ataon will be measured and paid for once, regardless of the manipulations involved. 3, The price bid shail include: a. Furnishing Topsoi] b. Loading c. Hauling d. Placing REFERENCES [NOT USED] 35 ].4 ADMINTSTIZATIVE REQUIREMENTS [NOT i1SED] 36 1.5 ACTION SUSNIITTALS [NOT USED� 37 1.6 ACTION SUBNIITTALS/IN�'ORMATIONAL SUBNIITTALS [N�T i1�ED� 38 1.7 CLOSEOVT SUBNIITTALS [N�T USED] 39 LS MAINTENANCE MATERIAL SUBNIITTAL� [NOT USED� Cl'TY OF PQIZT WORTH STANDARD CONSTRUCTION SPECTPTCATiON DOCLTMENTS Revised December 20, 2012 2021 STREET REIiASIL1TATION CTPY PR07ECT NO. l D3609 32 91 19 - 2 TDPSOIL PLACF.IvIE�IT AND PINISHIIVG 0�' PARKWAYS Pxge 2 af 3 I 1.9 QUALITY ASSURANCE [NOT USED] 2 110 DELIVERY, STORAGE, AND HANDLING [NOT USED7 3 1.XI FTELD [SITE] CONDXTXONS [NOT USEDj 4 1.1.2 WAIiRANTY [NOT USED] 5 PART 2 - PRODUCTS 6 2.1 OWNER-FiTRNISHED [o�] OWNER-SUPPLIEAPRODUCTS [NOT USED] 7 2.2 MATERZA.LS 8 9 10 11 I2 13 14 15 16 17 18 19 2a 21 22 2,3 �. Topsnil 1. Use easi�y cuitivated, fertile topsoil that: a. Is free frozza objectionable material including subsoil, weeds, clay lumps, z�on- soil materials, roots, stumps or stones larger than 1.5 inches b. Has a high resistance to erosian c. Is able to support �lant growth 2. Secure topsoil from approved sou�rces. 3. TapsozI is subject to testing by �he City. 4. pH: 5.5 to 8.5. S. Liquid �,irnit: 50 or less 6. Plasticity �z�dex: 20 or less 7, Gradation: maximu�nn of 10 percent passing No. 200 sieve B. Water: Clean and free of industrzal wastes and other substances harmful to the growth of vegeTation ACCES50RIE5 [NOT US�D] 23 2.4 SOIIRCE QUALITY CONTROL rNOT USED] 24 PART 3 - EXECUTION 25 3.1 IN�TALLERS [NOT USED] 26 3.2 EXAMrNATION [N�T U�ED] 27 3.3 PREPARATZON [NOT USED� 28 3.4 INSTALLATZON 29 3D 3] 32 33 34 35 36 37 38 A. Finishing of Parkways 1. Smoothly shape parkways, shoulders, slopes, and ditches. 2. Cut parkways to finish grade prior to the placing of any innpzovements in or adjacent to the roadway. 3. In the e�ent that unsuitable mat�rial for parkways is encauntered, extend the depth of excavation in the parkways 6 inches anci backfill with top soil. 4. Make standard parkway grade perpendicular to and draining to the curb line. a. Minimnzz�: I/4 inch per foot b. Ma�mum:4:1 c. City may apprpve variations from these requirezn.�nts in special. cases. CITY OF FORT WORTH STANDAI�I] CONSTRLJCTION SPECIF3CATIQN i?QCUMF.N1"S Reviset� December 20, 2012 202] STRE�T' REHABILPPATIpN C1TY PRpJECT N0. 1Q3bU9 32 91 19 - 3 'I'�PSDII. PL.ACEHI81�'i AND FINISHWG dF PAf2.KWAYS Page 3 of 3 1 S. Whenever the adjacent property is lflwer �an the design curb grade and runoff 2 drains away from the street, the parkvvay grade must be set level with the top of the 3 curb. 4 6. The design grade from ihe parkway extends to the back of the walk line. 5 7. From t�at paint (behind the walk), the grade may slope up or down at maximum 6 slape of 4:1. 7 B. PIacing of Topsoil S 1. Spread the topsoil to a uniform loose covar at the thickness specified. 9 2. Place and shape the tapsoil as disected. 10 3. Hand rake finish a minirnum of 5 feet from all flatwork. 11 4. Tamp the topsoil with a light roIler ar ather suitable equipment. 12 3.5 REPAIR/RESTQRATION] [N�T USED] 13 3.6 RE-INSTALLATZON [NOT USED] 14 3.7 FIELD QUALITY CONTROL [NOT USED] IS 3,8 SYSTEM STARTUP [N�T USED] . 16 3.9 ADJUST�NG [N�T USEll] 17 3,14 CLEAIVING [NOT US�D] 18 311 CLOSEQUT ACTIVITIES [NOT USED] 19 3.12 PRQTECTION [NOT USED] 20 3.13 MAIN'TENANCE INOT USED] 21 314 ATTACHMENTS [NOT USED] 22 23 END OF SECTION Revision Lag DATE NAlVIE SUM114AR�' OF CHANGE 24 C1TY QP FQRT W()I2'�'I� 2021 STREET RP.HA.tiIL1TAT10N STANDARD COAISTI2UCTION 3P�CIlzICA'T'IOIV DdCUME1VT5 Revised December 20. 2012 CTT'Y Y1Z0]ECT NO. l Q3609 33 Q5 14 - 1 ADNSTING MANIiOL�S, INLGTS, VALVL BdXES, AND OTHER STRUCTURES TO GRADE Page 1 ef 7 1 2 3 SECTION 33 0514 Ab7USTING MANHOLES, INLETS, VALV� B�XES, AND OTHER STRUCTURES 'i'O GRADE 4 rAxT x - GErrEx�,.L s 1,� srrnzMAxY 6 A. Section Includes: 7 I. Vertieal adjustments to rr�anholes, drop inlets, �alve boxes, eathodie protection test S stations and other miscellaneous structures to a new grade 9 B. Deviations irom tlus City of Fort Worth Standard Specification 10 I, AD.Ii TSTMENTIREAPIR OF EXISTING IIZRIGATON LI1VE AND 11 APPURT�NANCES BY A LICENSED TEXUS PLUMBER SHALL BE PAID 12 PER ACTLTAL COST O�' AD7USTMENT PLUS T�N P�RCEN'I' OVEI;HEAD. 13 14 15 16 17 X8 19 2a 21 22 23 24 25 26 27 1.� 28 29 30 3I 32 33 34 35 36 37 38 39 an C. Related Specification Sections include, but are not necessarily limited to: I. Division 0—Bidding Requirements, Contract Forms, and Conditions of the Contract 2, Division 1— General Requirements 3, Section 32 O 1 17 — Permanent Asphalt pa�ing Repair 4. Sectzon. 32 O 1 29 — Concrete Pavzng I�epaiz 5. Section 33 OS 10 —Utility Trench �xcavation, Ennbedzaaent anfl Backfill 6. Sectian 33 OS 13 —�'rame, Cover and Gz-ade Rings 7. Seetion 33 39 10 — Cast-in-Place Concrete Manholes 8. Section 33 39 20 — Precast Concrete Manholes 9. Section 33 12 20 —Resilient Seated (Wedge) Gate Valve 10. Section 33 12 2I — AWWA Rnbber-Seated Butterfly Valve 11. Section 33 04 11 — Corrosion Conttol Test Station 12. Sectzon 33 04 I2 -- Magn�si� Anode Cai�aodac Pi-otection System PRICE AND PAYMENT PROCEDURE5 A. Measurament and �ayment 1, Manhole — Minor Adjustment: a. Measurement 1) Measezrement for ihis Item shall be per each adjustment using only grade rings or other minor adjustment devices to raise or Iower a manhoIe to a grade as specified on the Drawings. b. �ayment 1) The work p�z-forn�ed and the materials furnished in accardance with this Item will be pazri for at the tinit pxice bid per each "Manhnle Adjustnr�en.t, Minor" completed. c. The price bid shali include: 1) Pavement removal 2) Excavation CTI'Y OF FORT WORTE3 STANDAItD CONSTRLIC'['[QN SPECIFIG�ITI(]N DQCUMEN'i'S Rev'rsed I�ecembea• 20, 20I2 2021 STREET REHABIL.ITATION C11'Y PR�IEC'I' NO. 103G09 33OS 14-2 AD7USTING M.AI�THOLES, INLETS, VALVE BOXSS, AIVI7 OTHER STRUCTUTlES TO GRAD� Page 2 af 7 b. Payment 1) The work performed and the materials furnished in accordance with this Item wiil be paid for at the unit price bid pex each "Manhale Adjustment, Majar" connpleted. c. The price bid sha11 include: 1) Pavement remaval 2) Excavation 3) Haufing 4) Disposal of excess material 5) Structural modi�'icaiions, grade rings or other adjustmen.t device 6) Reuse of the existing manhoie frarr�: and cover 7) �'urnishing, p�acing and coznpactian of embedment and backf'i11 8) Concr�te base matezial 9) �'ermanent asphalt patch ax concrete gaving repair, as required 10} Clean-up 3. Manhole - Major Adjustment with Frame and Cnver a. Measurer�ent 1) Measurement for this Itenn shall be per each adjustment requiring structural modifications to raise or lower a manhole to a grade specified on the Drawin.gs or struetura! r�fldifications for a manhole requiring a uevv frame and cover, often for changes ta cover diameter. g 2. Manhole - Major Adj�stment �p a. Measurement 11 1) Measuz'ement for thzs Item shall be per eaeh adjustment requiring structurai �Z modifications to raise or lower a manhole to a grade as specified on the 13 Drawings. 14 15 16 17 18 19 20 21 22 23 24 25 2b 2'1 28 29 3Q 31 32 33 34 35 36 37 38 39 40 41 42 43 4� 45 4b �7 48 49 h. c. 3) Hauling 4) Disposal of excess mat�rial 5) Grade rings or other adjustsn.ent device 6) Reuse of the existing manhole frame and cover 7) Furnishing, placing and compaction of embedment and backiill $) Cflncrete base material �) Permanent aspl�alt patch or concrete pa�ing repair, as required 10) Clean-up Payment lj The work performed and the �naterials furn�shed ia� accardance with this Itern wi11 be paid for at the uxut price bid per eac�a "Manhole Adjustment, Major wl Coae�' completed. The priee bid shall include: 1) Pavement removal 2) Excavat�on 3} Hauling Q-) Disposal of excess nnaterial S) Structural modifications, gz'ade rings or attier adjustsnent de'vice 6) �rame and cover 7) Furnishing, placing and campaction of embedment and bacl�ili 8) Concrete base material 9) Permanent asphalt patch or cancrete paving repair, as required 10) Clean-up C1TY aF F012T WORTH STANI�ARi] CONSTRLIC7�ION SPECIFICATIdN DOCUMENTS Revised Decembei 2U, 2012 2021 STRE�T REH.�BILITATIO�Y C1TY PROIECT NO. 1 U3609 AD7iJSTING MAhiFIOLES, INLETS, VALV� $O�CES, A]Vll pTHER $TIZUCTCIRES TO GRADE Page 3 of 7 1 2 3 4 5 6 7 8 4 IO 1] 12 r� l4 1S 16 I7 18 I9 20 21 22 23 24 25 26 27 28 29 3Q 31 32 33 34 35 36 37 38 39 40 �2 42 43 44 4S 46 47 48 4�9 S. � 4. Inxet a. Measuremant I} Measurerzient for this Item shall ba per each adjustment requizing struetural mndificat�ans to inlet to a grade specified on the Drawings. 6. Payment 1) The work perforrz�ed and the maierials furnished zn accordance with this Item will be paid for at the unitprice bid per each "Inlet Adjustment" ca.mpleted. c. The pzice bid shall include: I ) Pa�ement removal 2) Excawation 3} HauIing 4) Disposal oi excess material 5) �tructural modi�eations G) Furnishing, placing and compaetion of embedment and l�ackFill 7) Concr�te base matezial, as requited S) Surface restoration, permanent asphalt palch or concrete paving repair, as required 9) Ciean-up Vaive Bax: a, Measuxaznent 1) Measuremen.t for this Ite�n shaIl be per each adjnstznenT to a grade speeified on tt�a Dt�awzngs. b. Payment 1) The v,aork performed and the materi�Is fuznished in accordance with this Item wi11 be paid for at the unit price bid per eac�i "VaIve Box Adjustment" completed, c. The pr�ca bid shalI includa: 1) Paverrzentremova� 2} Excavation 3) Hauling 4) Disposal of excess material S) AdjustmenC device 6) Furnishing, placing and compaction of embedment and backfill 7) Concrete base material, as required S) Surface restora�ion, perrnanent asphalt pateh or can.crate paving z-epair, as required 9) Clean-up Cathodic Protection Test Station a. Measurement 1) Measur�rzzent foz this Item shall be per each adjusiment to a grade specifzed on the Drawings, b. Payment I) The wark performed anri the materia,is furnished in accordance with this ICem will be paid far at the unit pzice bid per each "Cathodic Pratection Test �tation Adjnstment" comp�eted. c. The price bid shall includ�: 1} Pavement removal 2) Excavation C1TY pF FORT WORTH STANI?AkD CONSTRUCTLON SP�CIFICATIOIY DQCDIvI8NT5 Rer+ised December 20, 2p 12 202� STRE�T REHABILITATIQN CITY PROdECT IVO. I03609 330514-4 AD.lUSTING MANHOLES, IlVLBTS, VALVE BOXES, AMll OTHER STRUCT[.1RES Tp GRADE Page �} of 7 1 2 3 4 5 6 7 8 9 10 11 12 13 14 ].5 I6 i7 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 4Q 41 42 43 44 45 46 47 48 49 3) 4) 5) 6) 7) 8} Hauling Disgosal o� excess maCerial Adjustrnent device Furnishing, placing and eompactzpn of embedment and bac3cfill Coner�te base materzal, as required Surface restoX�a�ion, permanent asphalt patch or eoncrete paving repair, as required 9) Clean-up 7. Fize Hydz'ank a. Measurement ]) Measurement for this Item shall be per each adjustment requiring stetn extensions ta maet a grade speci�ed by the Drawings. b. Payment 1) The work perfo�med and the materials furnished in accordance with this Itern will be paid far at the unit price bid per each "Fire Hydrant Stem Extension" completed. c, The price bid shall include: 1) Pavement removal 2} Excavation 3} Hauling �) Disposal of excess material 5) Adjustment materials 6) Furnishing, placing and compaction nf embedment and bacl�'ill 7) Concrete base material, as reguired S) Suz-face restaration, permanent asphalt patch or concrete paving repair, as required 9) Clean-up 8. MiscelIaneous� UTII..ITY ADJUSTMENT a. Measurement �} Measurement for this Item shall be per each adjustment requiring structural modifications ta UTII.,TI'Y/IRRIGATON LINE AN7] APPURTENANCES WHERE SUCH UTILITY/II2RIGATION LINE ARE THE 1'ROPERTY OWNER'S RESPONSIBTLITY TO MATNTAIN ' nr�o.� ...41.e Tl� b_ Payment 1) The work performed and the rr►at�zials fuznished in accardance with t�is Item will be paid PER ACTUAL COST OF THE ADJUSTMENTS PLUS TEN PERCENT T� COVER T� COST ��' BOND AND OVER�3EAD INCURRED BY TH� CONTRACTOR IN IIANDLING THE UTII,I'TY ADNSTMNETS �.... „t tk„ , .,zf .. ., t,s,� .. ,.�, �ia,r;.,,,ai7.,.,0,,.,� » c. The price hid shall incIude: �T$-�e�e�t �e��`k� 2) Excat�ati.on 3) Hauling 4) Disposal of excess material 5) �t�a� UTILITY rnodifications 6) Furnishing, placing and compaction oi embedment and backfill 7) Concrete base material CI'I'Y OF RORT WORTH 5TANDARD CONSTRUCTION SPECIFICATION DOCUMEN'I'S Revised Decem6er 20, 2D12 2021 STREET AEHABILITATTON C1TY PRQ78CT IVO. 1036Q9 3305t4-5 AD.iCTSTING MANHOLE5, INLETS, VAI.VE BpXES, ANI7 OTHER STRUCTIJRES TO GItADH Page 5 pf 7 1 2 3 4 S 6 7 8 9 10 11 12 T3 14 15 16 17 18 19 2a zr 22 23 24 25 26 2� 28 �� S) Perrnanent asphalt patch or eoncrete �g-repair, as required 9) Clean-up 1.3 REFERENCES A. Definitions 1. Minor Adjustment a. Refers to a small elevation change performad an an existirz�.g manhole where the �xistzng frame and cover are reused. 2. Major Adjustment a. Ref.ers to a signi�icant eleva[ion ehange performed on an axisting manhole which requires structural modification or when a 24-inch ring is changed to a 30-ineh ring. B. Reference Standards 1. Reference standards eited in this 5peei%catian refer to th� curz��nt reference standard published at the time of the laiest revision date logged at the end of this Specification, unless a daie is specifically cited. 2, Taxas Commisszon on Environmental Quality (TCE�: a. �'itle 30, �art I, Chapter 217, Subchapter C, Rule 2i7.5S — Manholes and Related Structures. 1.4 ADIVIIIVISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS [NOT ITSED] 1.6 ACTION SUSMITTALSIII�II'ORMATIONAL SUBMITTALS [NOT USED] 1.'� CLOSEOtTT SUBNIITTALS [NOT iTSEDj 1.8 MAINTENANCE MAT�RIAL SLTBMITTALS [NOT USED] 1.9 QUALXTY ASSUR.ANCE [NOT USED] 1.10 DELIVERY, ST�RAGE, AND HANDLiNG [NOT iTSEDI 1.11 FIELD [SITE� COND�T�ONS �NOT USED] �.�� wazz��vTY �NOT us�n� PART �. - PRODUCTS 2.1 OWNER-FITRIVISHED lon] QWNER-SUPPLIED PRODUCTS [NOT IISED] 30 �.� MATERIALS 31 A. Cast�in-Place Concrete 32 1, See Section 03 30 0(3. 33 B. Modifica�ions to Existing Conczete Structures 34 I. See Sectipn p3 $0 04. 35 C. Grade Rings C1TY OP FORT WORTH 2O2I ST14BE7 I�HASLLITATION STANI7AYZD C4NSTRUCTION SI'ECIFSCATION DOCUIviENTS Revised December 20, 2012 C1TY PROJECT NO. 1 D36Q9 33 05 l4 - 6 ADJUSTING MA3�'HOLL5, INLETS, VALVE BOXES, AND OTHER 5i'I2UCTURL?S TO GRADS Page 6 of 7 1 2 3 4 5 6 7 8 4 10 11 12 13 14 1. See Sec�ion 33 Q5 13. D. Frame and Govex I. Se� Section 33. 05 ].3. E. Backfill material 1. See Section 33 OS 10. F. Water valve box extension I. See Section 33 12 20. G. Corrasion Protection Test Station 1. �ee Section 33 04 I1. H. Cast-in-Place Concrete Manl�oles i. 5ee Section 33 39 ID. I. �recast Concrete Manholes 1. See Sectian 33 39 20. �.3 ACCE�SORIES CNOT iTSED] 15 �,4 SOURCE QUALITY CONTROL [NOT USED� 16 PART 3 - EXECU'X'ION 17 3.1 INSTALLERS [NOT [TSED] 18 3.� EXAMINATTON 19 A. Verificatian of Condidons 2p 1. Examine existing st�-ucture to be adjusted, for darnage or defects tl�at may affect �I grade adjus.tsr�ent. �.2 a. Report issue to City for consideration before beginning adjustment. 23 3.3 PIZEPARATXON 24 A. Grade Verification �,S I. On rziasor adjustments confirm any grade chauge not�d on Drawings is consistent 26 �it�► £'ield measurements. �� a. If not, coordinate with City to verify final grade before beginning adjustment. 28 3.4 .ADJ[ISTMENT 24 30 31 32 33 34 35 36 37 A. Manholes, Inlets, and Miscellaneous c��UTILTTY A�JUSTMENT l.. C}zi any sanitary sewer adjustment replace 24-inch fra�me and caver assembly with 30-inch frazne and caver assembly per TCEQ requuement. 2. On manhole majaz adjustnnents, in�ets and zniscellaneous structures protect tkie bottom using wood forms shaped to fit so that no debris biocks the invert or the inlet or outlet piping in during adjustments. a. Do not �se any more than a 2-piece bottom. 3. Do n�t extend chiznney portian of the manhole beyand 24 inches. 4. Use the least number of grade rings necessary to nneet required giade. CITX OF FO1ZT WOR1'fI STAlYDA1ZD CONSTRl7CTI(]iV SP�C]FICA'PIOI�T DOCUNIEN`CS Revised !?ecernber 24, 2012 2021 3TREET T�EHAB�L.i'I'ATION C1TY P[Z07ECTNQ. k03bd9 ADJUSfifNG MAbIHOLES, IIr'LETS, VALVf: BQXE5, ANI) OTHEIt S7�ZUCTURE;S TO CaI2ADE Page 7 of 7 1 2 3 9 S b 7 $ 9 1D 11 12 13 14 zs a. Far e�ample, if a 1-foot adjustment is required, use 2 6-inch rings, not 6 2-inch zings, 5. A LICENSED TEXUS PLUII�SBER SHALL BE RESPONSIBLE FOR REYAIR/AD,TUSTMENT OF UTTLITYIIItRIGATIDN LINE AND APPURTENANCES B. Valve Bnxes L Utilize typical3 piece adjustabie valva box for adjusting to final grade as shown on the Drawzngs. C. Backfill and Gzading 1. Backfill arca of excavation surrounding eacla adjustment in accordarzce to Section 33 OS 10. D. �avement Repair 1. If required pavemant repair is to be pe�ormed in accordance with Section 32 01 I7 or Section 32 Q1 29, 3.S REPAIR / RESTQRATION [N�T IISED] 16 3.6 RE-INSTALLATION [NOT USED] l7 3.7 I'IELD [oR] SITE QUALITY CONTROL [NOT USED] 18 3.S SYSTEM �TARTUP [NOT USED] 19 3.9 ADNSTING [NOT USED] za 2l 22 23 24 3.io CLEANrNG [NOT usEn� 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.1� PROTECTZON [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] 2� END OF SECTION Revision Log DAT� NAME SUMMARy OF CHANGE 26 1,2.t1— Fay item added for a major manhole adjustment which reuses the ex.iscing frame and cover and a major adjustment requiring a new frame and cover; Added 12f2012012 D, Johnson items to be included in price bids; B�lue text added for clurification for miscellaneous stcucture adjustments 3.4 — Pavement repair reqUirernents �rere added CITY DP PORT WOnTH STAIVDARD CONSTRUCTION SPECIPICATION �OCUMENTS Revised December 20, 2D12 2D21 STREET RE}IASTLITATION C1T�C PROJECTNO. ]03G09 34 71 13 - 1 TRAFFIC C�NTROL Page 1 of 6 1 2 SECTION 34 '7I 13 TRAF�ZC CONTR�L 3 PART 1 - GENERA.L 4 11 SiTMMARY 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 A. Seciion Includes: 1. Installakian af Traffic Control Devices and preparatian of Traffic Control Plans B. Deviations from this City af Fort Worth Standard Specification 1. FOR THIS PROTECT TRAFF'IC C�NTROL SECTION 34 7I 13 SIiALL S� CONS]DERED SUBSIDIARY WORK, NO SEPARATE PAY. � 2. TRAFF`IC CONTRQL IMPLEMENTATION, INSTALLATION, MAIN`J'ENANCE, ADJUSTMENTS, REPLACEMENTS �IVD REMOVAL OF TI�AFFIC CONTROL DEVICES SHALL BE CONSIDERED SUBSIDTARY WQRK, NO SEl'ARATE PAY. 3. FREPARATION OF TRAFFIC CONTROL �LAN DETAII.S, ADHERENCE TO CTI'Y AND TEXAS MANL]AL ON UNIF'ORM TRAFFXC CONTROL DEVICES (TMUTCD), OBTAINING SIGNATi]RE AND SEAL O� A LICENSED TEXAS PROFESSIONAL ENGINEER SI3ALL BE CONSIDERED SUBSIDIARY WORK, NO SEPARATE PAY. 4. SUPPLY AND INSTALLATION OF TEMPORAR� TABS AND TEMPOIi1�RY LANE NiARKINGS SHALL BE CONSIDERED SUBSIDIARY TO TRAFFIC COTROL SECTION 34'11 13, NO �E�'ARATE PAY. 22 C. Related Specification S�ctiqns include, but are not necessarily Iirrut�d tfl: 23 1. Division 0-- Bidding Requirements, Contract Forms and Conditaons of the Contract �� 2, Division 1— General Requiremen�s 25 l.2 PRICE AND PAYIVIENT PROCEDURES 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 A. M�asurement and Payment 1. Insiallation of Traffic Control Devices and TEIVIPOR.ARY LANE MARKINGS: SLTBSIDIARY NO SEPARATE PAY Tifo „t �a#�e�r: � 't ' ,. 1.:.7 F .- faT.-.,FF.�. l�....u.�1» uiircpric va. ., : ,� Tho l.;.l �h:�,�� �...r..l,,.i,,. �, r �+�n.,f•,.,, l.�Ji Gq�i¢pvii �e��e �et� C1TY OF F41ZT �VORTH STANI�ATtD CONSTRIICTION SPECIF[CATION ]�OC[IMENT3 Revised No�em6ar 22, 2013 2021 5'I'12EET REHABTLl'PATIaN CFI'Y PRD7ECT I�iQ. 1 D36U9 34T113-2 TRAFPIC CONTROL Page 2 nf 6 y► ■ r .. 4 2. Porta}�le Message Signs S a. Measuz-ement 6 1) Measurement for this Item sha71 be per week foz the duration of use. 7 b. Payment 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 2S 26 27 28 29 I} The work performed and materials f�mzshed in aceardance to this Item and measured as provided undez "Measurement" sha11 be paid for at the unit price bid per week for "1'ortable Messag� Sign"' rental, c. The price bid shall znclude: 1) Dalivery of Partable Message Sign to 5ite 2} Mes�age updating 3) Sign movement throughout construction 4) Return of the Portable Message Sigz► post-constructaon 3. Prepazation of Traffic Control Plan Details: SUBSID�ARY NO SEPARAT� PAY �� �� „ �� . TI�� ,-:.,., Y.'� .,G.�ll ; 1 ,l .... Y.i..... �+i � , � �� /Il T„ ..a: .,Fl�;a� ,, u.,.:�.uP 30 1.3 REFERENCES 31 A. Referenca Standards 32 1. Ref�ren.ce standards cited in this Sp�cificat�on refer to the current reference 3.3 standard published at the time of the IaCest re�ision aate logged at the end of this 34 Speeification, unless a date is specifically cited. 35 2, Texas Manual on Unifnzm Traffic Control Devices {TMUTCD). 36 3. Ttem 502, Barricades, Signs, and Traffic Handling of tlae Texas Department of 37 Transportation, Standard Speciiications 1'or Construction and Maintenance of �g Highways, Str�ets, and Biic�ges. 39 Z.4 ADMIlVISTRATIVE REQUIREMENTS 4D 41 42 A. Coordination 1. Contact Txaffic Serviees Division (817-392-773$) a minimum of 48 hours prior to implementing Traffic Control within 500 feet o� a traf�c signal. 43 B. S�quencing 44 1. Any deviations to the Traffic Cnntrol P1an ineluded in the Drawings must be first 45 approved by tt�e City and design Engineer before implem�ntation. CITY OP FORT WORTH 2O21 STItEET REHABILITATION STANDART] CONSTRUCTIOIQ SPECIFICATION DOCUMENTS Revised I�iovemher 22, 2013 C1TY PA07ECP NO. 103609 347113-3 T12AFFIC CaN7'ROL Page 3 of G 1 1.� 5iTBMITTALS 2 A. Prpvide the City with a cui�ent list of quaIified flaggers be�ore beginning flagging 3 acti�ities. Use oniy flaggers on the quaIifi.ed list. � B 5 6 '7 8 4 1D 1l 12 13 I4 1S 16 17 1.6 l.l.l FIELD [,5ITE] CONDITIONS [1VOT USED] 18 1.7 CLOSEQUT SUBIVIITTALS [N4T USED] 19 1..8 MAiNTENANCE MATERIAL SiTBMITTALS [NOT USED] 20 1.� QiTALITY AS,�iJItANCE [NOT U�ED] 21 1.10 DELNERY, ,STORAGE, A1VD HANDLING [NOT USED] 22 23 11� '4VARR.ANTY [N�T USED� 24 PART 2 - PRODUCTS ►�1.� 26 27 28 29 30 31 32 33 34 3S 36 21 OWNER-F`LTRI�ISHED [ox] OWNER-�UPPLIED PRODUCTS [NOT iTSED] �.�. ASSEMSLIE.S AND MATERI�LS C� Obtain a Street Use Permit from the Street Management Section of the Trafiic Engineering Division, 311 W. 1Q'i' Street. The Trafiic Control Plan (TCP) for the Project shall be as detailed on the Traffic Control Plan DeCaiI sheets of the Drawing set. A�copy of tkxis Traffic Cantrol Plan shall be submitted wi%i� the Street Use Permit. Traffic Control Plans shall be signed and sealed by a licensed Texas Professional Engineer. D. Contractor shall prepare Traffie Control Plans if requi.z�d by the Dravvings or Specifications. The Contractor will be respo.nsible for ha�ing a licensed Texas Professional Engineer sign and seal the Traffic Cpntral P1an sheets. E. Lane closures 24 hours Qr longer shall r�quire a site-speci�c traffic controI plan. F. Contractor responsible for ha�ing a licensed Texas Professional Engineer sign and seal changes to the Traffic Contral Plan(s) developed by the Design Engineer. G. Design Engineer will furnish standard details for Traffic Control. ACTION SiJBMITTALS/INFOliMATIONAL SUBMITTALS [NOT USED] A. Description 1. Regulatory Requirements a. Provide Traffic Control Devices that conform to dekails shown on the Drawings, the TMUTCD, and TxDOT's Campliant Work Zone Traffic Control Device List (CWZTCDL}. 2. 1Vlaterials a. Traffic Control Devices must meet all reflectiviry requirements included in the TMUTCD and TxDOT Specifications — Item 502 at all times during construction. b. Electronic message boat'ds shall be provided in accordance with the TMUTCD. CTi'Y OF Fd1tT WO1tTH STANDARD CONSTRUCTIdI�' SPECIFICATION DOCUMENTS Re�ised Npvamber 22, 2013 2021 S'I'I2EET REHABIL,ITATION C1TY PK07ECI' 3YQ. 103609 347113-4 TRAF'FIC CONTROL Page 4 of 6 ]. �.3 ACGE�SORLE5 [NOT USED] 2 2.4 SOiTRCE QUALITY CONTROL [NOT iTSED] 3 PA�T 3 - EXECUTION 4 3.1 EXAMTNATION [NOT USED] 5 3.2 PRE1'ARAT�ON 6 A. Protection of In-Place Condi�ion.s 7 1. Pratect existing traffic signal equipment. 8 3.3 INSTALLATIQN 9 A, Follow the Traffic Control Plan {'I'CP) and install Traffic Control Devices as shown on 10 the Urawings and as directed. 11 B. Install TrafFic Control Devices straight and plurnb. 12 13 14 15 16 17 18 14 2Q 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 35 C. Do �ot make changes to the location of any device or implement any ather changes to the Traffic Cantzol Pla�� without the approval of the Engineer. 1. Minar adjustzirnents to meet �ield canstructa�ility and �isibiliry are allowed, D. Mai.ntain Traffic Cantrnl Devices by taking corrective action as soon as possible. 1. Corrective actian includes but is n.ot limited to cleaning, replacing, straightening, covering, or remaving De�ices. 2. Maintain the Devices such that they are properly posztzoned, spaced, and legible, and that retroreflec�ive characteris�ics meet requirements duz�zng darkness and rain. E, Zf th.e Inspector discovers that the Contractor has failed ta camply vvith applicabie iederal and state laws (by failing to furnish the necessary flagmen, warning devices, barricades, lights, signs, or other pzecautionary xneas�ares for the pratection of persons or pz•operty), the Inspector may order such additional precautioz►azy measures be taken to protect persans and praperry. F, Subject to the approval of fihe Inspeetor, partions of this Project, which are not affected by or in conflict with f1�e proposed method of handlin,g b:affic or utility adjustments, can be constructed during any phase. G. Bairicades and signs shall be placed in such a marmer as to not intez-fere with the sight distance of dri�ers enCering the lughway from driveways or side streets, H. To facilitate shifting, barricades and signs used in lane closures or traffic staging may be ereeted and znoun.ted on portable supports. 1. The support design is subJ�ct to the approval of the �ngineer, I. Lane closures shall be in accozdance with the approved Tr�fFic Can�ol Plans. 7. If at any time the existing traffic signals become inopera6le as a result af construc�ion operations, the Contractor shall provide poi�able stop signs witk� 2 orange flags, as approved by the Engineer, to be used for Traffic Contzol. CPI'Y OF FORT WORTH STANDARD CQNSTRUCTIDN 3PECIFICATIOII DOCUMENTS Revised Noverrtbet 22, 2013 2021 STREET REHABILITATION CTT�' PROJ�T' NO. IQ3b09 3471 k3-5 '�2APF[C CONTKOL Page 5 of 6 1 2 3 4 5 6 7 8 9 10 11 12 13 i4 15 16 17 18 19 20 2i 22 23 24 K. Cantractor shall make a�zangements for police assistance t� direc� taaffic if traffic signal tum-ons, street lighi pole installation, o� otl�er construction will be done during peak traffic times (AM: 7 am -- 9 am, PM: 4 pm - 6 pm). L. �'laggers 1. Provide a Contractor representative who has been certified as a flagging instructoz tkuough courses off�red b� the Texas En.gzneering Extension Service, the American Traffic Safety Services Association, the Natianal Safety Council, or other approved organizations. a. Pro�ide the certificate indicating course compl�tion when requested. b. Tius representat�ve is responsible for training and assuring that all flaggez's are qualiiied td perfoxm flagging duties. 2. A quali�ied flagger must he independently certified by 1 af the arganizations listed above or trained by the Contracior's cerkified flagging instructor. 3. Flaggers must be courteous and able tp effectiveIy comzz�unicate with the public. 4. When directing traffie, flaggers must use standard atti�re, flags, signs, and signals and follow the flagging procedures s�t forth in the TMUTCD. 5. Frovide anc{ �naintain flagg�rs ai such paints and for suc�► periads of time as may be required to provide for the safety antt convenience of public travel and CanUractor's personnel, and as shown on the Drawings or as directed by the Engineer. a. These flaggers shall be located at each end of the lane elosuTe. M. Remo�al 1. Upon campletion of Work, remove fram the Site all barricades, signs, cones, lights and othez Traffic Control Devi.ces used for work zo.ne traffic handling in a timely manner, unless otherwise �hown on the Drawings. 25 3.4 REPAIR / RESTORATION CNOT U�ED] 26 3.a RE-INSTALLAT�ON [NOT USED] 27 3.6 TIELD [oR] SITE QUALITY CONTROL [NOT USED] 28 3.'� SY�TEM STARTUP [NOT USED] 29 3.8 ADJUSTING [NOT USED] 30 3.9 CZEArTING [NOT USED] 31 3.10 CLOSEOUT ACTIVITIES �NOT IISED] 32 33 34 35 36 3.11 PROTEGTION iNOT USED] 3.1� MAINTENANCE iNOT USED] 3.13 ATTACIiMENTS [NOT USED] END OF SECTION Re�ision Log C1TY OP FORT WOIZTH STANDARD COI�STRUC`I'IDN SPECIPICATION DOCUMSNTS Revised Nov�mher 22, 2013 2021 5TREET REHABII.ITATION CITY FItOJEC'I' ND. 103609 34 71 13 - 6 TRAFFIC COI+i'I'120L Page 6 ni 6 DATE NAM� 11/22/13 5. Arnolc� SUMMARY OF CHANGE Added poGce assistance, requu•emenc for when a site specific TCP is reqoirEd CiTX OF FORT WOR'T`H STANDARD CON$'1'RUCTTON SPECFFICATIOAI DOCUNIENTS Reviseti 1Vovemher 22, 2013 2D21 STRH&T REHABILITATION CPPY PRO.TECT Np. 7.03609 ���6m�6a�] 1VI�no�ity �nd �To�e� O�ed ]��s�ness ���er�rxse �o�pl�a�ce �]�I�� PA�� �]El�'� ��T��EI�TTI�l�TA]L�L� �LA.l�TI� 2021 S7REET REHABIL1TATlOiV City Project No. 103b09 Q � Z o u� � U � r � � � O � � � � � m � �. � i� � �s 't3 � w � � � � � N � � � �# c� � g d � � � � � m � X H �4 .� `� � � O V N � .� � � t6 N �- W � O 0 � � � � �� !� � � a �� �U a � N � � A � O SI � O' � N G1 � .y � I� � c� c � C 0 2 c� ❑ � � � � a> �y � � � O G ❑ O U m ! x a ❑ � N �^ O . (7 C7 A � c 4� � � � � �� � � = 'N sc � � m ,C U� � � ;+-� � (� � � ��ii, ` C/) � a N � Q � U u� '� � �. N � � N � d � N 0 r m u.� m Q � W � ❑ U1 m � ❑ � � m � � � � w 0 � 8. m Ctl � ❑ a "� C Idry V C .� � N � � ❑ ❑ � U � ❑ O � F- ❑ U ❑ U) � � � ❑ ¢ U i� F� U Z � N � U O z � � � � o � � � y N � � v � N � L' � � ft3 V � � O � � '� O .f � .G7 � U L� � O � M � T v C 4� � 4 Ci'I � � m U c � � ❑ N .� � U ❑ � � .� a � G W � N C .� /�� W � ro G (6 � '� N 0 l!d � ❑ N � .� � c W N � .� � m G 0.C� C � !�I m � O � N .� Q. � c w N G .� 3 � D C � W � � v Q7 �r= U � � .� � � N t1� � .� � m U .� a. N � ❑ c � V .� ¢ c U Q ❑ .'U' .� � � N c � d 9 0 5 7 � 7 E a Q � � � C N � o� K .� � 0 x N � � Q) e O � 61 � N N N C .N i� � � � � � 0 C 4S �7 � 0 � � N N s ,� a m N .� � 43 xs �+ � .� 0 2 � � Y � � �"° � b � O � � O � � � � � � U W m � � � � � � � � � N � � � � � .� � a N � � � i � � � ,� t.. S% �� N � � � U � -Q C . C� yL'� � � � = N � U � R- ; � � � y N `�- +-� ;'o � � c i a` a m '� i � � m i U m � c n� �� _ { ca � = O O C C 2� ao � N � � � � � � m a � O N N �� v�' � � P V � N "-- � � � � � � N � �y � � '� C � � � � � N ;O � o o = J� � � 'p ,�j •� O � U b � � � � � N ,�F, � �� • � � � ❑ � ,U1 N +-�- � C � � O- � N w a o� �o [V � c¢ �'c�a � C.) � m w u� N C c� � � O f/) � N O Qy .� y o W m � .� N � C1 '�� .J3 p O � O O] S�0 � Y � u 3 � <0 V 9Y a U N � � � E].. � � � � � c L Q � � �F-' J-+ � � j � �? � C 'O �u1 O '_ 'a � itl E- V 0 . 63 � C y � C '� U N � f0 C � G O �. � L � �` v Q � � `� � m .� M� � � � � � � � � � V � N Q� "� C � L- t' p �1 .��' �;�� � 1�.1 � O � 7 � d � � V O ��-.�'� �� N � ar' 6 � p O � N `a rn�j c U �� y�'O 4 � � � d � � � �, C y... � � U � O � � � � N �ia� HU � � � � C N U � O Z m � � � N a � f/l � m °1 :� u, � N � � � ,C C j � � � � �� E � � a � � 9 � m O �q ' N � � C � � m � � � �� S� `�-- P U � tCf . �. � � `� N � �� � � Y U N � � 0. .� ,� o � � �o Q O � � � .O 3 Q � � ro� o � �U U C � L � o d � +�-' O � � O a� � ._ EU N �� Q ,N N � � � N X . � � ;`=. N .� � �a r w °�' @ 47 � C � . Y N � "m � N � � � O � � x � W � � N � S6 C C � � � �� � �� m o � � � N a - cn ._. o .� 'E N � � � � � u �- � � �� � � a Itl � � � .� - @ m .T � � O �„�, w A1 U � � � � o Q o 0 � .� � C � � IY] � U W N m � � N c cn �' � as � a,3 'j �1 � � � � � � � � a u� y, o. o a cn � �. '�'�-a o �,cC71- O �U u,� 3 a � � � �� y �� ��� N m � � � � � N � �Ll. O" � .0 y.' C � � �o ��3 o U W � o C � �• �`� ���a C � ,C � � � O � y V � � � m � � � � L U). ❑ ��� C �, �q .«+ {F � N �4 0 n�� �m � N � a � � � � � p W L N ""' fA � O -O V � � C � L �U! � U .� � m � 'C � N q a0 ��N C � � � � � � u�. ` � .� ti Si u1 y � N '-' � U � d � � � �' � � Q O tv n��r c� � '� p,' � t� T �� ��� � C3 N � � O Z "L'' � � Uf f„T) � � +r c N d ,� � � � r � f�A � � �'} f17 O O � cL N � �� � �1 � � p � a`6i m N � � U .,� � C � O � O N N � � L� a � � v o � � o N d � N ('6 � W O N °� o .� o `o ro � � � Q � � � 3 t] � � N N � � �. � � � � W a i � � � o � O Q- N q� rn�a�� � � � � o u�m�.� 3a�o � N Q L � � �O ,� N - N � .���, � � � '�' � N � � � `o ��:� cA � Q O �� � +' N N N� � - E � � � � Q � � U N � w o m a m �, m � v � C1 0 � w o U� ���0 � � �3�a� � � o � � � � � •� � V � � N w Q7 a@� � � � O W � � N u�1 N �' c�u � v Gf � � � � oi��� � U '*- �/j � � u°1i ��oai m �E'wy w � �7 47 -� o � � � •° a � � �y � � � � � U p O N � m � � N O � �'' � N � `Ooo-� W o c c � � � � 0 N L q� N � � � c ¢ ca R u" '� o � �' O O � � N � D � � O 01 � � ���i� �. � � 7 t�6 � Q� U N or � � � co � r� m � m 4- t�17 �/7 al N Q m roa���, � �L !.. � n%wm? � � ❑ Q1 � G � � � '� "CS � N � �a� � �� C O � � O m N 6 � ¢ y � � •� ;� � � � O C � � U � � � in .�' 0- � � U W m�, 11J �. C C m �� � � � �ts � N � � � � � C � � O � Y � .n G � R .c �7 � N 7 D Q'� (�tl O 'm U oi � � � a� �a N W � 2 d U � ¢ � O � � .�+ � � � � .� � � � � .� � � � � � � � �I M� t� � aa �a �� �� � :a �ii o 47 Qy � CL �ll U: � — �� 4 'b C1 QJ +n w � fl; � C � N � � � � � rf � �� a�� � Vi C �� �+ � �F o� �;a� F�s � ui rc �.�� � � � � � � � � � � P!) � 0� a t: 3 C� IA � � �� a� � , � � -4 � « fA �! � �� � �� q •d} � '} � .-. � Vl a���� �1�� m ,��N4 �-s a �i � �rs a; � o ic ai .� � z� � '��, 3 °a� �p � l_ +U �+. d3 � 3 �' 7rF � ,�' '� vl C a _, j�,� � � U � <4 I9 6 Q] .� � � � � ` � ` w °� � �, °i � ,n � v w.f�=�•a � �, m �T .ry L � L � a � o� � � .z � t� �''� �' � :� `' � �' o- �.J �' :05 � '° ' �at � a c� rR � m � � o � _ � � U Q p i7� � �(n n �: {n y� �s J ' _ � � � � � �q L' ?3 u� cL• i. � Pi] o ° ���� �' � o� a� � o � �ni � ,F, .�� c� E � � � ������� �� � u��Qr., �� � �,"� �n�:� ma �� S0.` � o � p , � � +.+ c O � � :,, � � ` .� m ,� o •� �u �i � � . L � ,��. � ' 'a m �� � �.�� �,� �� � � � � � p ; � �� �a� '� a� � � � `� m � .� °i a; �� v � ����s= �.�: ffi + a� a� I.J "C (U 3 � 4 N �� � � -`� .3 � e� E N 5 �4: �C N � � � o c Q �� V i a o �= 'm cn � � _ LA C C � � C � .O 'O � � � ' � U •y 11 ��E�•� � N — (9 �+ r- � o � i. a y r� 4 tlJ '.: �� v R � [� Q� N +ay V -� y € ���� � �� O � '� �� ro � � c w �:, b O O U � W.�'� c�i U�.� m ;� u�i ok `o�-° oU ° � a C � � O � � � O � � 7•r`�nO � � O�'iu �s � � 7 � � � � �,N Gi � m �, -�._ � c � � a � o- Q .� � � N � � m � ` � 'a `r%i '� m c ;� � 7-'� 2` � N � U O � � c+� o W,� W ��. � � � 'n a �7 N U � x �' �w. �� - o O C .4_ [� �� U7 +.� � C� �+ ���� ��.� w w ����� ��� w -o �� � � °u; '4 � -a,� `-� ,� .�, T' � +a t 4� � j � � r��" � � � 4re1 m � �° �a s*� '� {] sNi '� U � .�` � uJ b C � '� � tl5 � m U C m �C � � o � � � a� � m ,� •� a� IV � zQ ❑ m � U � � ❑ ¢ � C � Ql V � U � � 4 Q U �❑❑❑ m � C .� m Q O � ❑ � � � V C C � C °c a � ,c O �A �' � ❑ � �¢ m r � N �a � N o m � � a � O 3 p�y �� w� � � � U � � � ¢ N .� Ul U � U � . .� � � � � ❑ ❑0❑ � U � � � � U � Csl � � � a � ❑� q U � � � � ~ � � � � �' F� m � U H � / � O � �5 ��y L� L �y� � � � V � � + 1 � � � � L' �i! � � f- � � Y1 � °' 0� �Q '� U n z� o�� �= � c� X� � - - �' � D�OQ � _� ❑�0❑ � 1= E" �" r m � u�i z I � � � '� � � � '� � � � � � � �a wz �� O� } a H Ld. � 0 � � � J �a �� � A� ❑ � ao QU � � W a �O a� z �� .= q} � � m � �� d� � � o � � {� i � £' � cT� �n w �, �i � � d � U � U � Q z ea � � _J � � {3 �i � � c r � � � r- +`-� t�j} C�D � 4? C »� � � C O U} y t0 �� � � � � � � � ct C6 +- H � � � O -�' _�J � � �� o � � �} N,I � ° � r� rv._ c���� � q�� � � �7`4 � �1 4 .L m � � � � � .N � � .� O m a aw m Ci a t�� r� � � �f � 0 � � w C? � � a U 0,�i d! � � � � y °� �a cs � ��: '� � A fti Ci} � �� N a �° � q � 3 � �S � � � � � _� � i--' � 0 � ,� � ai � � � a G .y � m � � � � m a `� O ca � � u � •� w ❑ Q � C � � U � j m . � � ❑ � C,O � {� � V7 � � YC �� �'- lCj O - #� � � � '7 •� � � � � �i] O � t �7 S.l.. C�3 � � � � � a C SO � U � •t . � Z Q ❑ � � � v z � O � Q � � 9 u f� C � � � L � �� _ � � .� .� A.I , � � � 0 � � � .. � O �� � � w e° �� ,� a d� � � � m � � � w � N � w � o � m � � � I-^ � � � � � 0 U � n 0 z� � � � Q � � d � � � �� � 5. � � � � � 43 � u i � r� � C � Gsyci} �} �+'�{'x1 3 w ��} � � � . � }[ �7 L2 � � � .� � �F � � U �' � {� cV � �' �.�� , 4�}F ?q � � l� � �l'} � � � � � � .� $ o .� ,r�i � � ,� � � C � � O � O � � e. U w � O Q � F- � � N LLl ,moF U � � ¢ � � � � � W � F-� W �9 � � � w� � � E � � H � F+�4 23 ~4 {�j�y �9 W ?a fJ! i � � �� � a �. - N � � �-� .� an � j _' +71 [7 � ;73 � �'`P�� o L 3 •� �'} 4 L? � � � � i � �, v v L� c�h A tu � �� � � #s' �u J a J` L �1��� ��� y� � ,v_^ L.} 4: w C � iTl � N [' ?s � ro,�a � 45 .-• (p Q J �U ,A. � � �? N �3 [9 G = (� tl �' -'�i {3 {3 � r� d] � L � �� N m '" > W �, �{ '7 � � � `" .� � � 0 `� +C � � � i�J G7 S1} �' r e ' � � � � � n . � � �' � � `m �� �.�� 0 n, � �n � � ���=�� a� ��]'O � W f= y `ui is m �`' ,� F ` � a tv � c � �,n � a �� e� .� � � � � m'`or-� ai N �' � L7F .�C 7 ,J f_ C +' � 4t �= �UJ N �4- �' 4} � �� � �� ° c dr L3.� 'p N � � 9 ����� � r �� .!, O �7 � fn +h 7 C � ro � z? °1 e ^ ., {_. � L� � .S i5; �G C f�Ygk N N+i �a. '�1 p �� L�,�?� fL W 411 p� h�� � �� � i� i;, ,n G ,� � � ,:a �n � Ww._ �+� f�fl iIh 4 � G C � �� � i: � ' r� � [9 � �,�' ir. CO � ii] w � t �n J F_ � � "��� � �' � �v U }�^. '. � isfi j ti} �'���r o � p� m j �• u; ,ia {� � ��_ d5� ro ❑ e ' �n rn � �y�;� � 0 � � � �- tl] 63 " � .� y; 4} F- 7 m rn� � tU � `� �,y [`a �s � � � � � Q � . 7 � � � � B -F b TS M�" '�.5- � ifF !A � '� ��� L� � n �� � qn in a L � � �� � � :� .Y � , l� � � � CJ - � w=- a tA C3 � �+ c� � {U � f� y �4 � k �� 7 � C � �'� � m yy� � � �� 4j � � � � r �u� � c m� � � � � k � N � � � t7 e� � � O � �c � �a � �� � � � O '� q} U G +js � � 'w � 3 � �r '� .� � � � �, '� .� � y � L' � � � � � � � � b �L"' �,. � e � � � _ �.3 `o i� � � � {U ° � t Y � $ y � .�� � b � �+ � � � �� � ,v �. :s s. t� LZ � � W � � � �� � M ,U Er�` � D � �� � {w - � tu � Z7 � �� S� r� 'C+ j �4�1 � U i� ��ur ;3 � 9 � 0 Q N N � r � � N o � � v '� � � � LLI � Q � Y O M �� � � U 4' � ¢ F� O � �a � � � � � � � � � p3 � .� � �I N � .g � � � � � fC � � ea � c O � � O '� w � m m s = m � � � O � � O � m � � � � i3 .� �f � m a .� .L s u� a c {9 L GS � C N i.7 � u C a � p � U � � U C C � � � � c N � q� Z Z Z Q � � � w m � U a� LL.. � ❑ ¢ C W C � � � � � � . � � � �9 ❑ ❑ ❑ ❑ � U � U � b m � � � � a U � � �� � N �C1 tl� GY � � � � w � N r � � � 7 �u C �.j e��n � a s� �Q �`' �? yTr_ C� (S � U� W �� `� s'9 u. p ur w.ra ul p "' {a?"� a„ � � 4'x � � � q ��J F 4 =� z U m C � •U ca z° z z � � � ❑Q � � c � ,� � Q � = N N � � U ro .V � 7 ❑ ❑ ❑ ❑ � U � U � C] j �- m (n . p � .o � ! � � � � 1�_ � C c� � �7 s•7 Q � � a � � � � � cvl ai � d � U � w O U � d 4 a z _� � � 0 � a� � � � � s� rn w � � � J �� � � � u�ia ii � ; fi ra 1!J � I.� ]�S f'+1 � dJ m � N � � � N � � H � �� a� ��n��� � U S � � � a a� �� °'E �H d z 0 ZU � d � � q � � � �� .� $ � m' a a� � C � CC6 m C � •U (6 � L C Q � � � �¢ w m � � •� LL � ❑ � N C � � U (Cq � . . 7 � u� f0 � � �� � � � U � m n U 1- iw � U Q +� � n nnn � � U � C � � (g j '.:. � a .� m Z Z Z Q � � � m m � � U LL � ❑� C Q � C � N U � U � • � � Q Q U � � ❑� � U �U ?. � m � U H � � v o � X � � n nnn �_ �� _ __ N �j a a ,a ,a a a � � a y U v 61 •� � ti � (!� p y � `O F- N � � o � � a U � U -a � V a � U � z� �, � � � � z � � - - �— C N � � � .�c � � � � o � a a � G1 � � � O � � � � � y � � 47 U d N �� v � N v N N � � �Ul '� � �RY '`'' � e � •� w C ` � �o � c� m¢ � r� t� m a a�i ci oo ¢ a� v 00 N � N � a N � a Q �� « �'i ,a Q W � ¢� r o F- �. W� � � U � � ¢ � � � �% P1 :_ � � �f► El9 ei � .� � � � � � � W � 4- d U O � � O -� � � .� � � :� � � Q� � � N N � .� � � � N � �" f4 -(R W � � � ���� c � � � ._ _ � � � � m � uj b � o — � o � N � Q a��� Q � � � c� � � ,� o � � � .�. � � � � �- � � � m ,.� . � � I-- � s.� � � 3��� � � � c � � ' �W � ¢ o � '� � �' C U C -� � cn O � (b � O � � �� a � a � � o ��a � SS hc N .0 � Q � L U �' � � o � � ui �. c � ,� — � � � � '� 4 � u� � U pj � N c � 'z� O O .c w.. +„ �' +� O '� �i U� � � � � ',},U^_ O SC � � '� � �� m ca.� ����E � o� �� — � � � � 3� �� � a � a � � `m���•m � � � a�i a � ..�-� (Ci �- U •L � U � �C � � ro � c � � a o a {-.Lr U.C.� N O � C Y d � (� � � � � � � � 7�+ � � � � � U � � � � N C � � � � � � ?3 .N +r .�. U p � � •� `° �.a,'�� a o .c � � � � � � L � � � � � � � � � N ��•N N`+� � c�•rn-0 o a� ° N � � E +:���'L �o��a L � � � �� Q � � � � � �+ a � i � eU� Q..�°c°�m� �� � �� a� � � o� a� U � � � � � � � � � �'�n o �a�Q.� +, � c� � a � �, `� � � � cn U �, d �- � �7 m ' � � 'c:� �- o � � •- o 'a GJ � � L ,� vi v � � O � � E � � � �� � a � � � a� � Q� Q °m1-�- �'na � o ���L�°� � a� � o c� �- � C Q v � (6 @ � � � � � � � p � O L U U � � � �. � c � � � � � � � � a � � o � �, � c � N � � � U � Q c a� � � .o a� a-c.c?�— �,��a��a a` N �= � o N � � � � � � U w-� fB � ` tB ..fl fn iV `� `� � � 'a N �' � � � � V5 E � a� � � ° � ° � � o a� � m� � � -Q � � ai �°�.u;m� � � � � � � '���o�� v � � o � C� r� tl] � �. • c cB � � l�d (� � U d � �+� X'� N C m � N R !1 SG 0 U � � e � � � � � � X � � � � � � Lf� C V J Qf '8 � i%y .� � � � a � i v;,r � � �� � � � N �� ��� �aO -° u I�' � � � i O � �� c ��� N a' �a". c°����w�� � O L� � \ C� � � X N � � � � � � a � ' � � e� � � � � v � � � � � � � �=-' � � Q� -- jV \ ' N � � � � � � ' p � � � 0 �'� � � (� tii Q� � N � � � ��w�o��-� �' a M � a � 115122, 4:18 PNf B2Gnow CITY OF FORT WDRTH COf�i�►Ci ��IVYPLIAI��E M�NY��N�UIVI ��f5 F�RNi A/1�JSi �E RTTA�HED 1�� �bi� ROL��'I[VG "f1� � �" �EFOR� �A'I!� ���ARiM�iVi A1�D CITY [1�A�A��� A��RQ1�A� To: Department P�oject Manager �rom: Office of Business Equity �a�ce:�anuary 5, 2022 In th� Amount of: �2,067,672.75 103609 a0ElPraject Na. �roj��/�id: 20�1 Stree� Rehabili�ation 1. Compliance wi�h �he City's �usiness �quity OrdinanGe has been aehie�ed by �he following rnethod: iexas �/l��erials �roup is in compliance with �he City's Business �quity Ordinance by committing �0 26.00% Business �quity participa�ion on this project. The City's Bus�ness Equity goaf on this project �s 26�/0. https:llh2gnow mwdbe.comlFrontPag.elDiversltyMain.asp7XID=1 B96 � �� ����007 Wa�e Ra�es �Y�[IS �t�G� �]EFT ����N���i�ALY�� ��AI�T� 2021 COMO AREA RESURFACIIVG pRpJECT City Project No. 1d3�48 2013 AREVAILING WAGE RATES (Heavy and Highway Construction Projecfis) CLASSIFICATION DESCRIPTl�N 1Nage F�ate Asphalt Distributor Dperator Asphalt Paving I�Iachine Operator $ 75�3Z Asphalt Raker � 13,9g Broom or Sweeper Qperatar $ 1z.69 Concrete Finisher, Paving and 5tructures $ 1���¢ Concrete Pavement Finishing Machine Operator � 1� 1z Concrete 5aw Operator $ 16.05 Crane Operator, Hydraulic 80 tons or fess $ 14,48 Crane Operator, �a�tice Boom 80 Tons or Less $ z8.1z Crane Operator, Lattice Boom p�er 80 7ons $ 17��� CrawlerTractorOperator $ 2�•52 Electrician � �4.07 Exca�atar dperator, SO,ppp pounds or less $ �g�$� Excavatar Opera�or, p�er 50,Q�0 pounds � 17��� Flagger $ 16,99 Forrn 8uilder/Setter, 5tructures � ��'�� Form Setter, Pavrng & Curb $ Z3.84 Fot�ndation Drill Operator, Crawfer Mounted $ 13.16 Faundation Drill Operator, i'ruck Mounted $ �� 99 Frvnt End Loeder aperator, 3 CY or Gess $ �1��� Front End Loader Operator, Over 3 CY $ �3��9 Laborer-, Corrimon $ 14-�z Laborer, Utility $ ����Z Loader/8ackhoe Operator $ 12'3Z Mechanic � 1�•�8 Milling Machine Operator � 17,68 Motvr Grader Operator, Fine Grade $ 14.32 MotorGraderOperator,Rnvgh $ 1�'I9 0{f Road Hauler � 16.02 Pavet�nent Marking Machine pperator $ 1z.25 Pipeiayer � 13.63 Reclaimer/Pul�erizer Operator $ 13.24 Reinforcing 5teel Worker $ �'�'��' Roller Operator, Asphalt $ 25.18 Roller Operator, Otf�er $ 23'�8 5craper Opera:tor $ 1�•$� Servicer $ 12.96 Srr�all Slipform Machine Operaior $ 14.58 Spreader Box D�erator $ Z5.96 Truck Driver Lowboy-Float � 14.73 i'ruck flriver Transit-Mix � 16.24 Truck Driver, Single Axle � 1�'14 Truck Driver, Singfe orTandem Axle Dump Truck $ �� 3� Truck �river, Tandem Axle Tractor with Semi i'railer � �2 sZ Welder � 1Z.g6 Work Zone 8arricade 5ervicer � �'4'S� $ 13,68 The Davis-Bacon Act preuailing wage rates shown for Heavy and Highway constructian proJects were determined by the llnited 5tates bepartment of l.abor and current as of 5eptember zD23, The titles and descriptians far the classifications listed are detailed In the AGC of Texas' Standard Job CJassifications and Descriptions for Nighway, Heavy, Utilities, and Industrial Canstruction in Texas. Page 1 of 1 ��T�1o� G��e�al �fo�es '�l[�I� �PA�E �L��FT �I�T�]E�T��Oi���LY ��A�I� 2027. STftE�1' REHABILITATION City Praject No. 103609 GeneraI No�es Division 01— General Requirement,s General: 1. The Contractor shall be respansible for Iocating all utiIities, whefiher public or private, pzior to excavaLion. T�e information and data shawn with respect to existing underground facilities at or contiguous ta the site is appro�wanate and based an information furnished by the owners of such undergz-aund facilities or on physical appurtenances observed in the field. The City and Engizzeer shall not be responsible foi• the acenracy or completeness of any such infari�nation ox data. The Contractor shall have full responsibiIity for revievving and checkizig aIl such information or d�ta, far Iocatiz�g all undezground facilities, for coordinatian af the work with the owners p� such underground facilities c�uring construction and for the safety and protection thereof and repairin� any darr�age thereto resulting from the Work. This Work shall be considered as a subsidia�y item of Work, the cost of which shall be �ncluded in the price bid in the Proposal for �arious bzd items. The Contractor shall notify any a�fected ov�ners (utzizry companies) or agencies in wri�ing at least 4$ k�ours prior to constniction. a, Notify TEXAS SI1 {I-80�-DIG-TESS orwww,texas8ll.orgj to locate existing u�ilities prior to constructipn., b. Caution! Buried electric Iines may exist along this project. Contace �Iectrical providers 48 hours priar to excavation : � ONCOR Will Riegler 817-215 6707 2, �. � Tri County Kevon Maoney 817-752-8160 c. Cautaon! Buri�d gas lines may exzst along tl'us project. Contact Atmos Ertergy 4$ hours prior to excavation, and within tr�vo (2) houzs of encountering a gas line (.lohn Crane: 817-207-2$45) d. Caution! Buried commnnication cabl�s may e�.ist a�ong this projeet. Contact communication companies 4$ haurs �rior to excavation: � Spectrum/Chart�r G�mmunication Sherra Trahan 817-271-81 D8 o AT&T Gary Tilot-y 517-338-520.2 ° O�ae Source Comr�zunications Jeremy Hegwood 817-745-2243 e. Caution! VVhen doing work within 2QQ feet of any signalized intersection, the Contractor shall notify 'Txaffic Management Di�isron of City o� Fort Worth T/PW, 72 hours prior to exc�vation (Kassem Elkhadil: 817-392-8742}. The Contraetor shaI] prokcci existing signal harduvare, ground boxes, detection Toops, and under�z-ound con.duit at signalized intersections. Any damages at signalized intersections shall be r�placed at the exp�nse of the Contractor. The Contractor shall cantact the City at $].7-392-8100 to pez:Form coz�duit line Iocares at signalized intersections 72 hours prior to commencing work at the int�rsection. f. The Contractor shall notify the City of �'ort Worth Praject Manager 48 hours prior to the start of any excay.aEian {Tariqul Islram: &17-392-248G� Conh�actor's personnel shaII hava identifyi�ng clothing, hats or badges at aII times which identify the Contractor's name, logo or company�. Protect eoncrete curb and gutter, drzveways, and sidevvaIks that axe not designated for rempval. Removal and replacement of these items shall be as designated 'zn the drawings. CPI'Y OF FORT WpRTH STANDAI�D CONSTRLJCTIQN GENERAL NO'PES Veisipn Aelease Dece�ber 16, 2p17 Division 3�, — Exterior Iu�provements Generai: 1. At locations where tbe curb and gutter aie to be replaced, the Cont�actor shall assume all zesponsibility far the re-establishment of existing street and gutter grades. Estabiisl�ment af grades shall b� considered as a subsidiary item of �ork, the cost of which slnall b� included in tkze price bid in the Proposal foz' variot�s bid items. 2, All driveways, which are open cut, shall have at least a tempazary driving sarface at the end of each day. The temporary su�rface shali be considered as a subsidiary item of Work. The cost oi whicla shall be included in the price bid an the Proposal. far varzous bid ztems. Bike Lanes and Shared Pavement Markings: i. Proposed bike lanes should maintain a zninimum efieGtave width of 4 feet (measuxed from ed�e of. gutter to center oi stripe). 2. Bicycle pavement markings should be lncated 20 feet fram the curb return, stop bar, or cross walk (w�ichever is applicable) unless denoted othez-wise in the drawings. 3. Combined vvidth of bike lane and on-street parking should not be less than 13 feet. 4. If t�avel lane is �reater than I4 feet wide, shared pavement markings shall be placed 4 feet Prom face of cuxb or edge of on-street parking (whichever is appiicable}. 5, If travellane is Iess than or equal to 14 feet wide, shared pavement markings shall be placed in the middle of the travel lane. 3. Sike lane sym�ol, arrow, and shared pa�ement markings shonld 6e repeated at the beginning of each intersection. 4. On uninCerrupted sections of zaadway, bike lane symbol and arraw should not be spaced more tl�an 330 feet apart and shazed pav�ment markings should not be spaced more than 250 feet apart, S. Bike lane symbol, arraw, and shared pavement mar�ings should not be placed at private driveways or public intersections. 6. Sike Iane striping should i�e 4 inches solid white, hot-applied thermoplastic unless specified otherwzse in tlxe drawings. All oiher bike lane pavement marlcings shall also be white, hot ap�lied thermoplastie unless atherwise specified in the drawings. 7, A]1 dimensian.s are from face of curb and are to center of the pavement maxking. 8. Shared pa�ement markings should not be used on facilities with a posted speed greater tlaan 35 mph. Sidewalks and Curb Ramps: 1. The curb ramp staxidard details a.re intended to show typical layouts for t�ae construction of the curb ramp5. The information shawn on the standard details meet the requirements shown in the "2012 Texas Accessibility Standards" (TAS) and the "2010 ADA Standaz'ds foz Accessible Design" by the Department af Justiee. 2. City af Fort Worth Standard Details az'e anly intended to inclicate pay li�nits foz' each type of ramp, the �ngineer is responsible for tha development and design of the sidewall� and curb ramp layout, including actual dimensions and slope percentages. 3. Tb� Contractor may not make changes ta the sidewalk and curb ramp layout without approval of the City. The Contracior may propose changas to the sidewalk and cuxb ramp layout due to �'�eld con.ditions, but any propased changes must be appz'oved by tl7e City. 4. Curb ramp running slopes shall not be steeper than 8.3% (12:1). A�ijust curb ramp lengt� or grade of approach sidewalks as directed by the Ciry. 5. Curb ramp flaxe slopes shall not he steeper thau 10% (l 0:1) as measured along back of curb. 6. Maximum allowable cross s�ope on sidewalk and curb ramp surfaces is 2%. 7. The minimum width of sidewalks and curb ramps shall be 4 feet. Ci'FY OF FORT WORTFI STANDARD CONSTI2UCTiON GENERAL NOTES Version Release December 18, 20L7 8. Landings shall be provided at the top of curb ramps. The Ianding clear l�ngth s1aaII be 5 feet miniznum fioin the end of ramp, The landing clear wi�th shall be at least as wid� as the cur6 ramp, excluding flares. The landing shall have a ma�imum slope of 2% in any dir�ction. 9. Tn alterations wheze there is no landzng at the tpp of the curb rarnp, curb ramp flares shal� be provided and shaIl not be steeper than 8.3% (12:1). 1Q. Where turning is required, maneuvezing space at the top ar�d bottprn of curb ramps shall be 5 feet t�y S feet miniznum. The space at the bottorr� shall be wholly contained wi.thin the crpsswal�C markings and shall not project into vehicuIar tz•af�c lan�s. 11, Cux-b ramps with returried curhs may be used only where pedestrians would norm�lty watk across the 1-amp, �ither beeause the adjacent suzface is plarzting oz- other non-wallcing suz�£ace px because Ehe szde approacIa is substantially t�bstr�cte.d. 12. 1�here curb ramps are providact, crqsswalk mar�ings shall be required and rannps shall be a�igned with the erosswalk, 13. Countar sIopes of adjoinzng gutters and road s�arfaces unmediately adjacent tp the cwrb rarnp shall noC 6e steepaz than 5%o {20;1) in any direction. CITY OF PORT WORTkI STAM]ARD C�NSTRiJCTIQN GENBRqL NOTES Version Release December 18, 2017 Divisian 33 - IItilities General: 1. Faz utiliEy wark within utiliry easements, once pipe or appurtenances have been insEalled or refiabilikated, immediately oommence tempoz'ary surface restoratian. Complete surface restoration to th�e owner's sat�sfaction within seven (7) days of work finishing on-site. Failure to maintain sur�ace restoratian, as noted above, may result in suspension of work until restoraiion is corrzplete, 2. Existing vertical deflections and pipe slopes shown an the drawings are approxirnate and have not been fzeld verified, unless otherwise noted. Rim elevations, flow lznes, and horizontal locations of existing manhQIes were deterrziined from field survey. If field conditions vary from those sho�rn an drawings Conh•actor shall notify Czty. 3. Maintain all existing water and sewer connections to customers in warking order at all times, except for brief inCerruptions in ser�ice for water and sewer s�rvices to be reinstated.. In na case shall services be allowed to remain out of service o�ernight. 4. Establish and maintain a tz-ench safery system in accordance with the excavation safery plan and Federal, 5tate or local safety requirements. 5, Provide and foilow apprn^ved Confined Space Entry Program in accordance with OSHA requirements. Confined Spaces shall include manholes and alI other confined space� in accordance with OSHA's �'erznit required for Confined Spaces. 6. OnIy City prequalified C�ontractors, by appropriate Waker Department work category, shall be allowed to adjust valve baxes, manholes, ring & covers, etc. �7Vater: I. Provide thrust z'estraint by means of restrainung joints at fitfings and conczete blacking. When speciiicalIq indicated on the Drawin�s, pz'ovide thrust restraint at designated j qints bayond the fittings. Each method shall be capable of thzusi restraint independent af the other system. The Contraetor shall refer to City Standa�rd Details far area required to install concrete bloeking. 2. All ductil� iran mechanical joint f_t'tiiuzgs shall be restrained to pipe uszng retainer glands. 3. Proposed vcrater mains shalI have a min�rn.�m cover af 48-inches co�ez abave the top of pipe, unless shown otherwise on the drawin�s oi• details. 4. All water services shali he insialled abave starm sewers, exeept where shown otherwise in the d:ravvings. 5. �levation adjustment at cvnnections may be made with bends, nffsets, or joint deflections. Jnznt de�ectians shall not exceed fifty percent (SO%) of manufacturer's recommendat�ons. 6. "['emporary pressure plugs required for sequencing of construction and testing of proposed �vater lines shall be considered subsidiary ta the work and shall be included in the price bid in the Propnsa! for various bid items. 5az�.ztary Sewer: 1. Verify that a11 conneckians to the sanitary sewer system are for sanitary sewer only. Notify City of any discovered illicit connectians, 2. The Cantractor shall b� liable for all damages to properties, homes, and basements fro�tn backup, which may result durin� tIae installation af new pipe arzd/or abandonment flf existing pzpe. The Contractor will be al.lowed to open clean outs where available. The Contractor vv�ll be responsible far all clean ug a5sociated with opening clean outs. 3. For aII sanitary sewer service connections at manholes, provida a hydraulie slide in accordance with the detaiils. C1TY O� FORi' WOR`PH STANDARD CONSTRUCTiON GEI3ERAL NOTES Versian Release Dec.em6er 1 S, 2017 Storm Dzain: 1. Mazntain the existing atorm drainage system until the proposed system is zn service. In no case shauld the �ontractor leave Ehe existing storm dzazn out of ser�ice whereby runaf� would cause damage to adjacent property. 2. Construct aIl drainage improvements from the do�nstream end to the upstre�m azzd to allow continued starm drazn service. If th� Contractor proposes to constract the system otherwise, the Contractor shall submit a sequencing plan to the City foz� approval. �. Take appa-opriate measures to preserve wiildlife in accozdance with applicable federaI, state and Iocal g�xidelznes. CITY OP t�ORT V�ORTH 51':°,NDARD CQNSTI2UCTION GENERAL NOTES Veision Release T�ecemher 18, 2p17 Di�vision 3�4 - Transportation General: 1. Prior tp activat�ng traf�'ic signals with ne� or revised signal timing, tt�e contractor should e-xnail Aziz Rahman, Sr. Professional Engineer, at Aziz.Rahman@fortwortht_ ;n� (and cppy Kas:sem Elkhalil, Professional Engineer, at I��:. m.LlKhalilC�fortwortht� x� ��n, ) at ieast tl�ree (3} weeks in advanee to schedule that. � 2. If new eabinets and controllers are being instailed and the contrallez's need to be programmed and tested by Ciiy �'orces; tt�e coniractor should deliver them ta ti�e City af Fort Worth, Signal Shap at SQOI Iames Ave., at least three (3) we�ks in advance to schadule that. 3. ilnless there is a compelling reason, a new traf�ic signal will be put on flash on Thursdays and work�ng colors the following Tuesday. 4. Switching from old traffic signal to a new one, this should be done on Tuesdays only. 5. 1Vatify Traffic Management Division (SI7-392�7738) Pro3ect Represen�ativa at least 24-honrs in ad�ance of all concrete pours. Inspector must be present when eonerete is placed on ti�e project site. 6. T_fi apAliCables equipmenC supplied by the City wzll be a�ailable for pick up from the Transportataon/Publze Works {TI�W) Warehouse at 5001 James Avenue andlor the ViIlage Creek Pole Yard (5000 MLK Freeway). T`he Praject Representative must authozize all equipment pickups. ]. Dessgn consultant s�all submit electranic file in CAD foxmat as rve3l as PDF (11" X 1'7") of final signed and sealed plans to the Ciry. S, Contractar shall provide a 5-year manufact�arez' warranty on APS systems. The war�ranty docurn�ntatian shall inelude tlie start daCe {when materiai is delivered to,�ob site) and the end date of the warranry and the se�-�a1 number af the equiprnent. Traf�c Signals: 1. The Ciry will not provide traffic signal cabinet ar frafiic signal controller to the Contractoz'. The cost for these items must be included in the City project budget, ar for all privately funded projects, the cast must be included in tF�e bid package foz purchase fram Che vendor. 2. The Contractor shall provide all matet'ials needed to construct a fully operationaJ. traffic ssgnaI as called out for in the plans and specifications. 3. All e�stin� signal equipment shall remain in place and operatzng until new equipment is in place and ready to operate. 4. The Contractor is responsible for hauling and properly disposing of salvaged materiai irnm the jab site to a disposal site of their ci�oosing. The Contractor will not be allowed to drop off sal�aged materials at the City yards. Foundai�ons: CTTY OA FQRT WOIZTH g'1'ANI}AR]] CONSTRUC'1`I()N GENERAL N�TES Veisson Release Aecember 7$, 2017 I. Dimensions shown on plar�s far locatians of signal foundations, con�Iuit, and other items znay vary in order to meet Iocal conditions. All �qeations of founda�aons, condait, and ground boxes shall be approved by the Traff�c SignaI Inspector or the City �ngiaeer. 2. Contractor shall contact the City t��affic signal znspector prior to pouring cabinei foundation to be sure that template and boltpatterns �re correct fox type of cabinet b�ing supplied. Foun.dation shall be installed per City Specifieation and Ciry Detail. 3. Pier Fnundations shall be poured together in one piece. 4. No signal poles shall be pZaced on foundaCions priox ta five {5) caIendar days folloivzng pouring nf concrete. 5. Contractor shall ciean up and z•emove all loose material resulting from consi�uetzon operations each day prior to the work is being suspended. 6. Contrpller cabinet concr�te apz-on shall be subsidiary to the bid item for the controiler cabinet foundation. Cabinet foundation an,d apron shall be pourad togetlaer in one piece. Controller and Cabinet: 1. Contracfiaz shall install controller cabinet and connect all associat�d field wirin�. 2. City will �nstall signal timing and p�ogram controlIer. Conduit: I. A continuous gzounded sysiem shall be provided in PVC canduit by running 1-#S baxe copper wire in conduit bet�+een founda�ons an.d graunding at each foundatian ground rod. 2. All conduits sha116e �chedule 80 PVC. 3. Electzical sexvice shall be �nstalled per City Speczfications and City Detaz� in separate 2" cnnduit from the meter to the sign.al cabinet. Signal Heads: 1. All signal heads shal] t�e McCainTM, EconoliteT�, or approved equivalent style anc� dimensions. 2. All signal heads shalI be covered with burl�p or other appro�ed m.atei7al from the tizne of installa�ion until the signat is placed in operation. 3. A�l signa] head attachments shall be designed such that the wizing To each sign�I he�ad sha�1 pass fz�om the mast arm through a rain tight connector to the signal head bracing pz attachment hardvcTare io the signal head. A sm�il amount of e.�cposed signal cable shalI form a drip loop. 4. All LED s2gnal indications shall be General Ele�t�•rc (GE) GelcozeTM or equivalent and shall meet the latest I'I`E standards, 5. Signal heads (all displays} and pedesCrian Walk and Don't Walk h�ads with countdown dispIays shall ha�e LED in�erts. 6. Clam-Shell mounting assemblies sha�l be nsed for pedestrian ir�dications. cr�,x o� �oRm waxmx s��rm�z� �oNsrRuc�rzorr �EN�x�L rro�s Version Release December 18, 2017 7, All LED sig�nals shall be oi the incandescent appearance. 8. All signal �eads shall have black aluminum, louvered, sjngle piece back pIates compatible with McCainTM, EconoliteT�, or approved �quivakent signal head hQus:ings. Traffic Signs a�d Pavement Markings: I, All traffic signs and mou�ting haz'dware shawn on ttie plans will be fuznished and installed by the contractor including the metro str�et name signs. The contractor shall provide a detail sheet far the mer.t'o street name signs vvith block numbers to the City for approval prior to fabrication and instal�ation. 2. Existing stop signs and posts will be renaoved by the contractor upQn, ar befare, the signal iurn-on. Dekection Sys�em: 1. The Cflntractar shall furnish and install the Iteris�M Vantage Vector HyUrid Detection System and cable. 2. The Contractar shall install, aim and prograzr� a11 detectors as per City Standard Specifications an.d Ciry Details. 3. The Contractor shall refer to and City Standard Details and project plans for detection zones placement, Emergency Vehicle Preem.ption �c�uigrnent (EVP): 1, The Contractar sk�all funrush and install the OpticomTM EVP (detectoz's, cable, and discriminator units). 2. The Contractor si�all install tt�e EVP detectors on ii�e mast arm as shown on tha plans and appropriate City Detail, and �-un ona eontinuaus EVP cable from the deiector to the cabinet. Installation of the EVP system v�r�ill be paid for per bid item. Accessible Pedestrian Signal (APS): 1. APS units with audible message shall be installed on all TxD4T locations az' at the direction of the City Engineer. 2, APS units shall camply with the latest �ersion of th.e Texas Manual on Uniform 'Traffic Controi Devices (TMUTCD}. 3. APS units shall be insialled per City Standard Specification and City Detail. Battery Backup: 1. If called out for in the plans, battery bacicup units supplied shall comply with the City Standard 5peei�ications. Ins�allation shall be completed pez' City Standard Specifications and Ciry Detail. Traffic Control: L The Contraetor shall submit a Work Schedule, TraffiC Control Plan, and acquire a Developznent Permit from Develapment Department, at 2�0 Texas Street. ConCact Chuck McLure (817-392- 7219). C1TY p�' PORT, WdRTH $TANDARD CONSTRUCTIOAS GENERAL NOTES �%ersion Release Decernber 1$, 2017 2. The Cont�-actor shall be responsible for the safety of gedestrians ana mptorists zn the area of the traffic signal construction site. 3. Roads and s%eets shaIi be kept open Co traff c at all times. Contractor shalI arrange eonstruction so as to close on.Iy ane lane ai a roadway at a tizzie. 4, AIl construction opez-ations shall be cond.ucted to provide minimal interferenc� ta traffic. A11 traffc signaI equipmen,t instalIations shall be arranged so as to permit continuqus mnvement of trafiic in aIl directions at all times. 5. Contractor shall be responsible �or any signage necess.ary dm•ing construction. 6. TTnless otherwise noted, it is the contractor's responsibiIity to �nsure that signal indications az�d timing are adjusted and main#ained to ensure safety in wqrk zone at all Cimes. 7. Any traffic signal modific�tions during const�-uction are st�bsidrary to praffic contrql plan (TCP) p ay item, 8. Any �raffic signal modifications should be in campliance with the latest version of �he Texas Manual on Unifoxm Traffic CpntroI Devices (TMLTTCD) and the City of Fort Worth Stanaards.. 9. `I'he conCractor shax] subm�it any propnsed traffic signal modifications to tl�e Traffic Signal Sectzon for their approvaI ten (IO) days prior to any ct�anges. EZectric Ser�ice: 1, Install the z�equir�d elecfric sezvices and obtain an eleetrical serviee permit in each instance, cost of which will be paid by the Contzactor. 2. The electrie�l service shall ba 1Q0 amps wifih 120/240 voltage bzanch cir.cuit and shalI comply vc�ith City Standard Specificatinns and City Details as applicable per plans. Lutnin,a�res: 1, The City will not furnish lumznaire material to tS�e contractaz�. The Contractor shall furnish and install LED Iuminaires �or traffic signals in accordance �vith the latest City SCandard Specifications, City Details, and plans. 2. All new streetIight goIe types s11aII maCch those af the suxrounding area af �ort Worth for whzch t�aey are being installed in. ContacC the City Trat'fic Management, St�eet Light Secttnn at {$17j 392- 7738 for direction on light pole types aIlowed areas. The same poles shall be consistently used tY�roughout s�bdivisions. C1TY OF FQRT WORTH 9TANI]ARD CONSTRIICTIpN GEN�RAL NOTES Version Repease D�cember I 8, 2017 SI)�1�00 Stand�ard �onsira����on I�eta�is T�I�S ]PA�E �L�EF"T I.l�T7�]E1�1����I�A��L� �]C.A1�� 2021 STREET REHASILITA710N Ci�y Project No. 1d3649 4' �� 4�„ �1�� 2 � �2� � � ��` � �� � � ,,, ---: '``- � I 4 3�� �" Pr�'��� 1�d��� � ,,, $2„ ���d�� � 11„ 2 22�� 11„ 2 11 �� 2 1 i" 2 R1" TYP. �ontractor� _��n�ra�$or'� �arr1�_ �Questions on�this Project �a�l:— (�17} 392 - XXXX After Haurs �all: �81 �) 39� � XXXX 3" 1„ 2 ���� 1" � �� 22„ FON75: FQR7 WORTH l.OGO IN GHEi.TINGNAf�I BOLD ALL OTHER LETTERINC CH ARfAL BOLd COLORS: FOi27 WORTH - PMS 288 - BLU� L�NGHORN LOGO - PiU1S 725 - BROWN LE77�RING - PNIS 288 - BLU� BACKCROUND . WH1TE BQRDER-BLU� 1" TYP. NOTES: IF APPLICABLE 7D TFfE 1�R�JECT, CONTRACT�R SHALL QBTAIN V1NYL STIC}C�R "CfTY CA5 L�ASE REVENUE IN ACTION" 1 LOC�O AT CAR 51GN AND ENGRAV[IVG, 6371 EAST [.ANCASTER AVE {817-451-4684), PE�I. AND PLACE iN FUNDING SECTfpN. PROJECi DESIGNAYION SIGN O �'�a a'<� $ ����� ����o � u� �����' � �B S� ;� ����g � �� L � � z �� p u� � ��# � a u� ¢ � �� � w� Z � � <a� O 1 �m� T� U��I o� �� �o � P 9 �. ��� S� �� � �$� � n�� o ----J t=- � �- V O � � � — � UX a ui � _ 1 : �_ � w w � m� a � X �o /'';�, W m g �� � _ a �. �m�� � � ���� �� "�m � 3 �a�a �� - :. @�z O � ��� �s� � g� m � ' � r �. I . Q} ' � J � � z � a , _ � r�.�._1 �� � � �� � I� _ � � �� � } q� � � �� ■ � � , � � � �' : � g � ' � � � ; �,��,� � ` t ' � � � ` �����: `3;���� �_��_ � if� � ��.! � � � N ' � " ���a ��:, � � , � � ��: "v a =Iwe` ' !:`�i1 I �.� 1./ I m`�jk—' � i � � � SN ro I�o .�� � N�Z � �� e� � � �0 M7YB � — :- ij WJV6 � z , '..p>, � F �'. � `, .; � q: s� sn ao ���I :° ��. � � �� 1O j�j iV �� �m�� I �..�jL' � Yi � F a Q � � �g ��o I ' � ¢ � = z � - , y a e � .•I �I. ' ~ w � � 3 j # I {II � I y x �, W �� ' tlS ��1: '� N Q 'I � � �� � �. _ .�.q.a W F7 A 41�. ��� � i� b� ��� � �� �� � > ��� Ng����� :�� ��� � �Ct r� � �a W 0.O� i}77±±� W Fd�jj'2W1- �p4 A�3 K� Z �� � ��� ������� �� ��� ��_� � � s� & , � � ��� ��i����� -�g �g� ���� ` g� �� �,��'���o ��� �&" r�� �� � � �z� xp r v, a��{� w #�� ���Fa�U� <���5 ��3g� �.���� �O Eo 4� ?a�.7� ��'S �; � � d �tl��ii�q ��� �8S'� or�a� ��i � �� a�� ���a��� �� ��y��$ ����R' ��� g ��� `���ii � ¢'�'� 4 'Sq�GF<� Oi�B �#� � � � ���� �' ��� �$�� ����� �,�� � i�g ��a� =��m��«, oo ��om S � �S� �� � N .F u� n od � �� <� —�� m� �d l���E5 TL 6F51GNFr� +. DETA!_ I7tFINE` '.,Y LIN1T' � HMAC TRANF�i4N 5.ioai�]IAF ,� 1:�� �4P.tin['._ v...�ET u�..�e: ^.�,.� �:1CT �:� / / / / 24 HMAC � EXPA�1514N �pNSIT10N PER SECTIQN EXPANSfON JOINTS ,� � 32 12 76 1 JQiNTS PER �,,`' PER 32 13 13—D513 V�" \ 32 33 73—p5i3 ` GQ= / " � ~ � — — — — \ . ' ' � 9" N?�AC A � � / TRANSITION / / SEE NQTE 4 PER SECTION 32 92 16 1NTERS�CnNG VALL�Y PLAN VIEW � g�, g., SEE N07E 4 �g" gO.0 B W. 1" MAX OR AS DIRECTE� 8Y NOTE 4 THE 6NGINEER � a - �._ .� � . _ - — .:1'. � - , �� . . • yr'� ,�...._�'I1 •, � Y,F' _ � � =:la.l.._��.�I�I"v— � CaMPACTE� 8'--0" MIN. SU6GRAOE (RESIDENTIAL STREETS) {SEE NO7E 2} SECTION A-A Tes 1. T}iE 7" REINFORCEp CONCRET� VA�LEY SWALL REPLACE 7HE TOP 7" aF THE PAVEMENT WITH THE REMAINING PDR110N QF PAVEI✓ENT 70 HE C�NSTRUC cT'� INCLU]I%IG Sl1BGRADE TREATMEN7, IN ACCORDANC� WfTH THE TYPICAL PAVING SECTION, 2. 5" FLEX BAHE, TYPE A, G�-1 OR MATCN THE PREPAREt] SUBGRADE REqUIRE�IENTS FOR THE PAV�AIENT SE�TION. TYPE Q OR 7ypE B ASPHAL7 OR PREPAREd SLI9CRADE MAY BE USE�. 3, PAY LJ�117S FROM EXPAR514N JOINT TO �XPANSION JOINT. 4. 9' AND 24" HMAC TRANS1T10N SU651�IARY TO CbNCRETc VALLEY GUTTER. CI7Y MAY APPRDVE ApDiTIONAL HFJiAC 'R2ANSI710N 6EYOND THESE LlMTS UN�ER SEPARATE pAY ITEM FOR HA�AC TRANSITION PER 3ECTION 32 12 16. 5. G1177ER TO BE SHAPED T� CONFORM Wlll-I CONCRETE VAL.LEY (OR PAVEMENT). ���"�" �o��+� CITY OF FORT WORTH, TEXAS REVIS�D: 08-31-2012 CONCI���E !lA�LEY �U�iER 32 1fi '13-�53U .� 8 T� ' b �€ �� �� � �� � S � �� �� �� Y�. <$ l _ . �� � � t��� ����� �� �r � q ` � r 4� ��� ���i ��� i �, I � �� .,`�,,�.`; :" :�r -i f Ii ` :`t; R .'fli: I�I{I \ \ 1 1 ^ �II I` �\� *\..' . . �_� �—SI � `t\` ` Q � � I I � �� `��� t �—���i-i \� ���['i 6 ` t:'.. ,-. � - ..c'- 1= .�." f'- �- _ � ' - �.1?' ,o I— �� ''.s, b a 4 �4 aaro -,.� �o . � �_ � .� A. �.� �`,� : :' � -`', '- — a r �. e �.. ��"� � . } -_ I� ° � �= � ��� , � _' . �'�� e� . ,: I } W � r� :O ��� 'fl : _' �� a� � �a ` � I' x � � � '�� �° 8 �� �m� � �� � jF i � ` . �^ � �� 9� � �a io gg5fy �au� ``�``�:.V .�� i � �! I I ```\ � a" ,_` _� I_ � �,�t��� ����`�`� ..a�..��� �. � T i�,ti��,.a . ° � .,,, #, I_ z:':.•' - - _ =. ;'. � �= - - .o� � �.5�. '�'Q {� �E �� _ c� II_ L ,-0 �-� :` "; J o'. .� ,a; :° ��� - �=`..,.... ,.o �� �I 0 a� i 4 ' �- w � C� � 4�.1 Z O U � � � Z 0 U W Z 4 �� ��� 3 �a� .rc � ���Y z��� ���� � � 8 m � ay x� vy �p o � � � �'� W � ' �� �- '� �� �� �' � �� �:�: cp� N � N � i � 0? �I l � � � W � � � WM � W � � � Q � � � � �'_' ❑ � � � n� � � �z 0 �W � � � � �� p �i � �� �- � o � � � � z � B O � � z 1 a � � � � c� a ¢ m � U � q WU#P¢ U�p � ��61'� w U Q Li' � N C9 Z Y � � z d Z 7 � �` � � � � ��VM43afS N � i�¢ ��� ��� �U� Z Q O � �'� �p�t � � j T �yC�r`� �o�o O�zcFj LL � � � ��Z� ¢�z ���� ¢�za ����° w a °- o°q-�a � a��� o�o� H Z O Z Q � z� aX °- W � m � � U L� O W U L¢i. W � fb Q �� l� � � v�. %o�. � �� �p X 'NIW l �OZ n] � 'XyW l �Z l dwva W � � � � U � [fl v � / � f z i W U ,__, � ¢ a �� O� � in � � a �na �x �o �'�. r Z 0 z 0 z� Q � � �S .. N � 0 a � � � i � N Z � K N � � � m � Q� � � w� a cn �,.��; . �+'*a F+i,Fk+ `�``� 4 r r h + s .s ♦'+'+ \ / hi�*i��i+;t♦ `� ♦f 4+�i�r++ir \ .,�+,�,+,� � � .,.« . \ # + { F } + f fi M i + -1 + 4 k \ *�}*�,�'++,y \ �++a`.+• \ i, `�\ ���1 y+�+°*i.f I Rj 1 � g � � � � + �'Nd � � ' N � �! I 'X�ry � ! I �� ! �� _�o__�_ �y �. _ � � � 'xvw . � _ ��~ � � Y � Q � � � � � � � ¢ � 0 W � � K� � = a � v � Z J Q � � U Z � o� m � � U � 0 w c� � N {,� o Hi N �j M ❑ 1 O O � � IJ-f Nj � � W C� � � � � � {1] � � � � � r � � � � � i"' � O � � � �'q Q � � � �" f � L`n � � � � � Z Y _'A W ¢ U � I� o� z rn d � ¢ � � � U � z 0 2 J z � �n m � � U w O W U � Q �OU��) 8�yn�1�� f N�'�J �—,� ,s �� ►� .� . . � � a�* •4 M `\ 1:�� �F �*y` f*+ � i�M; *'' * * \ +++*f+.*�� `� K * r � Y 1 � * ♦ Q 4 = �kb��� �� � � 1:�� ! � ry . 3 ` 3� � � �� / I � � � � / � � N1HM30iS N � w u a �.. w aa �o �� � � Z� � _ � X U p ¢ o a� W � U � a`'�. 0 J a� gx �� m � � � U N � � N ¢ � / +� z � z� � z �n / aa x Z �` y � _� � � Z � O � /`�r � z.� � � 4 � �� � v � �� r a o� �� w U � Q � � � a I � K Q �m � � U z d O � � � �� U � w � U � �o oa � � � � a O a z a J 'W 4 l � f �' C � , O � O � � � t r. � v�i c ¢ ( s � w � � � � $ ' . a f 'f5 � c � U !.'1 �i' Fo - ti � � � z 6 .» �� � �o � O �N C Z .- . z �� Z �� �X � � �� W '' } 6 a u. � �� o Z �O F O J li Z Z a � � z.. � aa a x W � w ... 0 v� " 7 Z �� � Z � � ��2 _Z �O �UQ C�� _�2� �z�'� �p�� a V Oy. M i � m Q ��pU C � � � �U�W ci.. �Qaz O n��~ � �"'zaa =fI3F^a � Z Z ` � r� \,` � � \` a � U ¢ `\ W�J � ! �d �, O [n O�`L �` � \ ' +'' \ • t � � Y ` A41 �• Y Y � Y �` !�y ``} . , tika�r� . ` p + 1 RP ��y,. ';;«,;,,* 1 �2 > > ��N' ' • : ' � � ,�+ � 2� i i � � R�' � p � � �� � �3 ���. �. � i � � ` � � � � � � 'xvw � iaZ � � � � � � 3 �j � � � � � I[7 J � � N p Z r�1 � Z `� z z a� � O �� � z � °- 0 w � � r" � d �xaw "� �� �� W� % o� w l N � � / 0 oodo oJ' � � � � � f t i � i g i � � i � i { v i �' � � w ! 0 o � i � ' � � 2 � i � Z � 3 � � a' a�z F ��� �� 3 zz� � �xQn � W 0. d � °¢O G �aF � F��' z p a�� � �o¢ � m >- : �5 U�a d�Z F ��Q � °zm - �Q❑ � `�E� E ��� ~�w � � �ddrti ) r ���T s L3 N � ���0 � 0.j�L� - M ��f�!) � ^ i Z� 'WyW1^I II�OZI XYl1 F'ZL � g X �dwd� ` � V I I I eao� ��o�� � r z 0 z 0 z .� aa w � �xdw �z � J � � � � U z J � � � H- Z Wg !- ¢ a � p. O � ¢ �� r� �fl J Fi � � � U L� D U ¢ lL / j o � �~ �N �¢ � � a Q� I � � � + + ♦ i 1 ++�+t+� � + + t I *+i+}+i +�t�+t4 � Tfi+�ti I jn �`�2 ,+.. � ++�++*a � • + + r I ,w.�.+, i I � x f p � I �' � I U � I � Z 1i.1 Q 0. �a o� a �� � �o J � � � a aQz Q�o � ��a z �ZQ a �Da a ��F W�y F � Z � �4Q ot � � ? � ��� � ��O w�- Ocn� z Fz� � �F� 0.�p ����1! �o q�OG � � V�tO �' � � � �- � �xv�r �� ���Z O p a a�¢v -+ riQitWri Z � 0 r w � z O F z ¢ � � � ~ q �� }- z d z O Z s-. Q0. a w� r z 0 z 0 a� a� w �. � 3 i�i � a � r c� z ¢w �y U z� z t�i� m � � U 0 w U k � � � U � N i� v c� �, � � a o a d � N m� (~j�M ou�ia � T � fV � N 0 p uJ � � � � ��q fi0■ � 1 O C�.1 � � � �"ri � � � � � � � � �/R � � V+ � �a� � � � � � � Ll. � � � � D � � Ll.. � O � � I'"' U � � �� � � � � � � � � � i� � � � o c� N � � � ! n � � � w e� � � � c� � � � N � ¢ � F'- � � a � ���o ���z� � ���� x � F H U O[ (�j��U � � _ � � � p�z� � z,�°°'� � E� o� a Z r � �Q ON cn � za �z 4 � i--mo� a � ¢��auWi c� gaV� C'J � � ��p�� a �F}�p o � y � ����a � � � �.'' o ca � ..: �i�c�n�na. Z Y � a F � � N z W a O p � 4 � Q � z .� �V`W a a � �Z �� � �.� n ... , � � z � � � � 3 0 W N J M 0° w a U a M � w�w o cn a X aa� ��� 4 � �j O .- N 'NIW ,S +.+, +,. .�+. i h + i i h + +;+�{;? T M1 4 + Xd �W �+�+;*� °!�Z • ++ ++�t +++ ++++ +++ + ♦ + + I i � I m � U z � � I � "' I z zx + �� � I � Iw � � � �� �oo. � / mU � F- z a Z 0 � Z r. a °- �� I Z � � I Xz i ��g � � �'-a � � LV N I 1 I �_d�_ � 'XtlW _ �z Y � w 0 � � � � U I� ~ O Z W � Y � Q � a J tia oa �� �� J O �p� �.1� � � � � � X � � F"" � � � � � � � � � � � � � L.L � �' � � U � � � � �+i � � I�! � �. � � � N ld� N � i � O � N o � u.� � � � � � e� � Z � Q � 3� z +�rr m � � � 'N�5 I \ F-- Z �.1 Y O ¢ d wm �a 0 �U �� � �� �� � � � � � � � � � / � � � a��� � om �o � I I � � X � � N1NM3415 cv � I � � � z �� � u7 �. wa ��� W u�zt)z a FO¢O u ���N � ��F� � � Q � �'� Ug 4g x � � � f ��Qpi� F O '� � N .~-. ��'�11J M 30� �mp r� HC]p1- c� o� U=U�� L.1 U � iL �p +n pa WC9��`� w � r� � Z � '� ya ����F- F "z 5�¢F� w Rad�Qza O�da � .• ni�r�n�a z z� o � z �x in Z O � Z P Z l--. f� � ..,. - - + . . '. �,.. .. '.'. +�i� y • �Niw c �oz • ` • • � • �xdw � �z � ' •;a, •' • �►. .���� dW'dLl � '.�'♦ + • � . a a . '+ + �. '.'+ + ♦ s ♦ � �.o�� 0 7_� 0 W � � U � � m� w U 4 � � � C.� � z .� �� m� �M oWa � 0 � � U L9 � �� ¢Z 0 ��r � D � ¢U� a UtiZW a' � � U1 � O ln v l �.LQN 335 Z � KYwWLJ W� �Z �a��m mzti �o��n�mow��i,a� ���a�¢��o�pa �a�����aa��Z Uls.lO W}Q--U L72�� Z� 4�YQl�i.IlaiUflf.�.)�Z� �._. t.7 w H� z F uf ��¢r.�w��a�za6� pOmf90VId-iDwON W � �� zr z �� � Qo � �� � � Q� � � � � � �-' !i� _ �F-� O � � � � ❑ � � 11.. � O H � U � � [ � � � � � � � � N T" O � N � � � � O � Q W CF7 � � w � � M m � � U O v � 'NIYV � P �oq���oq z � N1tlM3pIS N a +n � �"OQQ a��� �� � z Cj ���a � T i z�o�� ����r �a��� mz a ►- m F U¢���L�tl =q'�=� �,���a � z S��Qo d�q�u�i n�.��z°- ����� Z �� z z `r' J � v Co��or..r�� F-- W � Q a �a o� ¢ �� �� �o NQIlISNV�Il � � ean� � � _ _ o�,�� . , -- _ � . , •. . „ ,•. , , - ,., ,... 'NIYV I�OZ 'a',°,' - 'XbY� l �Zl '+'.'. dFYb'�I *,,�,', `���. i 4 d�i y s * • a i } i S F- � U � w � a � � v�i o �� � ur � z h Q� a Q Z� �[1(. in ti- � O W � �O L' N J � �� ww oa z 0 F ¢ U �D = J Z ¢ �� ¢O � F .� �o� mW� � V O [.�i Q Z ��w w� � orn`. '`. . \�` `\ \ '� z a � �� \ � � o `\, \\ � 4` � \ ` \`1. ,� ` 1 31.OiJ 335 � Z l.e1 0 �1Y�aDU�N �¢V7Q'L�1L��m �mZrn���OZ w¢ U a��zOaa�F � ZomFpc� �F�aU�wv`�i� za¢�¢�W � �¢.rc�iJ' ar�zJ c� ¢ Qwa—'�°�c��az ��ak'���aqX o"OUp�dJQ�F� Z� � � � � � U ?,�� � � � � � � � � � � � C� ��� � o�� O � � � � � � U @� � � � � � � � � � � � z Z l� �� rti � � �N P�4 `�-' M � � r � U N U � �'7 W 7 W � U) 4 Y�l'dM5542� UZ a��° � � � � � Z �UF U��Q ���� ���a� ��aor �¢ � a��o ��_°� a�� ����� � � oF�zo Q�'d��' �a a�°rna, ao� o r���a m � 3 U � 0 U W w U �� � q � W � � Q U` p Y ¢- r Q 3� I � z� Q Z v � Z � �S �. y r J m � � -_i I/� U � p �D a. U F W � a �a o� ¢ � � H � � � � � U 0 w U � N O CV Cr3 � O 0 w � � � � � � W � � � T � � � � � � 111 O 1.1.0 LL � � � � � � � U� � b M � � ❑ I � � M r� N M � � � � � � � � F � � � B � � � � � Y 3 w a � a � ¢ � c� z 0 Q -J OOOOb � aoaoo oa00o 00000 �� oppao 73nda.� o0000 Ndl?�15�03d °oo°000 0 N011�3a1 aoaao aaaao 'NIW � u�Z Q a Y � W O N � z 0 � � 13AV2iJ. NVI2iL5�a3d �Q �I6Cl332110 � � U 0 w U � U � � uZ � L7 � w U � t �y 00 p J F" Q � �� n a, a' i ¢! �' i �� w � U � Q C] K � J ((! O m w � Z � �� � 1 J W m H U � oa000 ooaoo aaapp '¢ oaoaa a a0000 J F oaoaq dyyya a0000 Q a000a � � oaaoq oaaao oa000 a I 'NIYV a � a i ��t+Z c� i i w � �� w� in .� rn z � w � cnsac�Q''�3 ,� �mrw � ^ l�.a . ¢ ��.,rw-.��� o �Wa �� z c� � o� �">>-�a � � Zc�.��zw o ~t=�c~a � ? � � Wa J Z a O [7 [n J y z>- a i �Na-wvi� w �i"w�a �a ���o � � o � �� �-w�za3� � w��wc~.s .(�i� °�wa � uFi u~i m o� ¢�aa�ao p ao�w� w� z¢�4 a �� z aa ��.H-s�4+Z �' z � w �Z Fag!� � a 3 � a wa��n� n� �r�'-�o �� cn a� � � a� ¢o��zzQ g c�v�{W�a�?�� ZZ�� �� � N�U �^O��i+.1Z � ��F-~C7��a UQ�U W Z m � �p zcFiv�i���cn W �w��o�W'c�3 z`''�? a ,fa � in �t�� ����m�� a�z���¢o�w '-'�'��� ? m w � a� 3�v�~w� �w�Z��m�wN �c��=iu }I � � �v�i w�wv�'�i�'U-'a� �c�n��¢�'''��ao o�o� a� r � a� �zt�flz�W� f/7���aJOJ�z }��O k 0. m U L7K UJWOw�F- 41 �Z�,--1 Q� CriUO�", O[n0� 0. O�Q � ���� �p Q�Q� � �C� H�U W Z3 ���Z�W� 4¢v=iWw�i��4� 3z��p��W � � ��vi ¢,1�,��nzcWi �'�cwiQwci".��c�ic�m �-�¢a¢�a� '4 � ��� ��--c'��`a cQ.� ���aWWZo Q�a�a�``'� �j � mUw �op�a�� ���zwaw��� �- � �a�a ra a ra-Wa Z ��zwuy ¢ �¢a� �a �awd�d � w Vn on¢�3� '�'��cn��c"�a�a���a�za�� � � �w� ti¢ztnmzZ?p�ZW��¢���zF-��ww¢��zcn � ��z �z�ax����l1 ��dz��c``'iaac�����o�n���C"i � �¢� �� y. ��O aU$�j Qa- OQ Q �� � O�' -I �i f/7 ��1-3p�WQl��' �QZWJ��<°��"'NW�b�ZQF�4 m��UW}� ¢wm��,jomF=�mz�mm'�orn°°1�a4-oorn��� row�� �¢u�icWio�� ~����a�z=ci�i-��a ��¢o¢F �+�,�yowmz mtxwa�������w��c�--� ��r�a¢����¢�iL,o°° � c��a Z cn w� ¢��-zcax¢�� V1�l�.U�CI.QWQJL�W�Q��`aa�r���¢��ZW� w¢O ,�.,c�oaaa�a3ar�o8ar��3�aa�'��a��� o � cJ rri � v=i txii Z r� (V d") sf' In �p �: �,�' � � GO . 01 C� z z rn ¢� � Q 0 m � Q � � Z � Q� �� U� � J Q Z t�. a IaJ � a � �w ¢� ap �n z� z �z �� ¢~ U� �� 0 U ON � r I � d W ¢ m � � z a or z� �J�z J Q ��u fi 4 L� r� U �� �� � ;Qo � o cFi YF=� U 7 (�/S VS �� O 3 � Z 0 F U W � � i �� _� :� •o °m i^ x a � � 0 � � S �J � 0 Q u� � � �U � � � H � �- � � � O � l,L O � U � d° �3 � � N M � � M V � � � � � � � � � �L r � ❑ � -� � I �g �� .� �� �< � �� � �� Z �� � �� �Q � a� G3� � 8� J�w�i� I � ,! a i � � Y' M�— `1 �ao W �J � $� � o� �� ¶ � M � l�1 � O a � � . O � � � N � � � & a�'Nayl d ,AV �� ��N= ���� � � � � � O ti �� �a �, u � �, � � g�� o a N �x� .y � w ro m�m iq�a �o F�� �5 a � � �^n a u� d � �,' G 3 � z � �# �m� � W �� mm � �� � �o b�5 �� � �� a� u� � � � � �� a�F �� �- ��� �` ���� �.: � u � � � m �� �� �+ o �� '� � � �F.lo� � i o`!� =' � ��� � �{ �c�� � � � � a x ��t'� � W z � � o � : � � �F �e � � y� s � � S w � &� I �# � ¢ o � � �� � � �G1 � �� � � �a F � a Q �O '�� �� �� W Q � � Vl X � �.... �k y � V i W p ._1- � 1 � � '�'"� �- � # �q d � 0 � � --I y I--- � m S,� o 5N �s W Q � � U Z O � Z w � �i � 5� F- O a F � � � d a � r- � �� ., �--�„ V I � •Nl E o ti �" s3RNA 9 d �� � a � � � H Y � v � � � � r � � � �L � r � � � � � � � O �� LL. � 0 � I�" � U � � � �o � �������� .�: �OC��fON �15i �OCAT'ION �AP PAV�MEN�' �A�fCI1VC PLAN SY���T �Y S����i QUAN TI�Y m 0 � en a � � a u z � � � � � � _ w � W � � � a w � � u � a � ra N O FV � 0 � � � � m � � � Q � � � � Q Z � C!1 � � � U Garden Acres Dr, Deer Creek Dr, Timothy Dr , Blythe G� and Oa�c Grove Rd. � � z - sr� 3 } � �� � � : � `� . U rt L N _� � � I � � I f}G I � � n 'h I n ��r g I � L-_ 3` � I �� �-� � , I I i u � � � r �� � � � � �•F � ��� y � I � %] " q, � ri ¢ Q � � � � � I `I �. � �. � I ' I � � - � I� 4 � =a I ; �` a" I U ,� } �� 1 � „ r �e � � � � v � � � _ � � ' - — } �a � . 9 hu'n� 51�44� ��S � _ " � ----'— C _---- Q — -- � L � � � � � � � Y- � � i � 4S � i 1 .���a'�� �� � J`. a' r v '-� � � =� � �� � � � � � a�"�' � �v .� �� s f Y s ' � 'k- � �y �} .Y N f, � .� � — V c1 S � I- � `I �� � � 1 1 I 11 �y -ti ti ti l '�ti � � rs � - _ ... U � yr � i�y, � a � V rn �i e a � k, � � a L d1 �' ' ,r r u � _ '`� v. v - �.o = — � � � CS � Qi�' �� � �� } - -_ _ .— �_F'z � � � � � u5 ii � �` � � '�: '��r � � V F� ry � I' a w a r' 3 � � �y�, � � O J.i � � � 4 � a y� � r �,�� t} a� � # . ii �,� � f r � '^ Y'u � ~ n �t ". y t � k- � � � �- k} � i i- � � # �, � � i �= � � � O� � �J Ci. 3 c 4� z J n � ��� � � � � ��z � u° � Y � � � � Y- � �m� { � � d � � � � _ � � �e I w �p�l�� g� � � �M1 �4c ,R dmo°�10w' �o.a U 5 �"'�W� O�� V1 �"o�o� IzoB a � �a�� �� o n�� � , � I � f7� � {f} � �7 . �! � o �Y iU �, � c 7 � �" a '� .� ¢ au VI ��w � O � �R � u i O Z d ' �5 i� ��G4 �Y mvJ � I d � J ��� � � i�, � �`a_ � � � i�� I^� W�= W �alml�l��, "�� V � �a'�a' ��� Y. G���9 Z�� �, 4 � � � g �'��t ` 5 a - _� . /" y pl } ,- a � L V � u1 � � � � � � � f�5 � T � � � S d R � � °° % � - c� S rM1 'K o � a � � � � ' � a S; d � ih � LTi A � f> � � �o � � � . } :� �� L �� i� �� � e�l 9. WW M Q u �� � ug �R � a �e� - .�.. ;,°::�:: � s�i � ;�� �. - cr) .� II � � I � �. " r 9' C � � � " � m P� � TJ � � � ,b I- iN �f m a Q�' 1+ti ~ � v - � Lrl � 4 � � � - oc � i � U� f.. +T � y. n: o°�;i, � � � � � :, �r k �� io y1� 4�■ ■� g� _� �� �. I` I � � a o w s � o � � _`� a 4 a �/] Orw M � u���g � � � O zaz � U a�g d ��� ��� ui GL. Q U � _ � _ � a a�m�� �%� � o I u ��'� � V G��°r�u � a � � �i sI� � 0 � � ui Z us i � � -�- � +� } ��� � . � . Ffi {„ � - . �- �•'�1. •r r� _ � . � ' M .� � �� � • �� . , � 1 . F a � � �� � f . f _ " '� ��. IFlI ��af- _� � ' � v ^! � n ,� ... +Q .v �� �, �„ � � � � � � o � ..� 4 m r� TI ;j � � � � �{ 4'I �� Y � � m � rh � ��` I a � c'�" � ��� � � � � - - ' . �-y � F � �� � � R� � .-,��- � � .; � � . a. , � ��—, . — k - t� - i i l ! - � - �,� 4 ' 1� � y 7 ' '� �,y . � F1 . " �� � : � �- a � � � � � � -� i �. 0 ` ^ F-.{ � � ,�- i f o � N �� r- 5 � � � � n p� Z J ' � a a cn gQ��� x � ��� W o 3 =Q �, o �_ ;�oz � C1 � �Fg � �-�� �; 4�. , 'x ro i LLj �. . a � �. � � �� cr1 � i � _ � �m�ro �n �u z m _ � .� � ��f � a �y�s a a�d�� F,� cn g �r��� ZF� I R a"'��� �� � ��� �� � � _ � �k fv om� �' ��� •y� °1aa �F� �ag ,f 9�`F � i' - _ �F �er� �il � rf} F.fi �' , ' � ` � �. � ,��� . � .�� I 1: � � � �� � � i a 1 : �i �'- � ■i � s � �+ 9 ' x 4 � � � � � �i � Q — � H w J � 4 V R . �a � � �. , +A u� n ��--- � �— J �. — �no�it LAY!� M14� �--x��cr ��a � � � � � �.v � �,�. � rt �Y- ���- 4 � ry � � � � � f4 � OC � �:} y �I� � � a G � � � � � ;T � a � � � � "' � -- YY �. �i �a �� n �I � r n D I} N I �j�3 t aw ,Icti �C z O _ .J � Q K U1 g ¢ oe y Z/ ��4 C� O �' zoz ° U � ����ilo�� � I��� € a� � �. ui a. � �� � � � � �1 � ��Qary �� LN �I�msW�r WSF J 9 n��"" �.. � Qaoi%°�' y:,z U c W���-� �FK� 9y g Zy`' iL N� � ��q�u �� � ��� � II { . �I -�° V � � f I � r.��- I{ F�- . , _ . �, .,� . � � _ � „ �� ,� , * - -- �.�r ,�-� � i � � -- � _ � ' 4 � � � . � . .� � � , �i ` i 1_ '� � �� � �g � a i ° II ' i 3r m €ix ou�a ty e N� F ���a _� � � a� { v�vi i_�d=_ �� �-���a �; � !�Ne� �� �� , � �� � � � � � @ V � � � � � 3 � � �, , k � . �A l l ' � � I � � .ti� �' r A_� � r ��' r ��� .-� t k, r ,� , � . � �. .� t � r �f . � # ��. �' ,� , - �. � :� � *� � �� _� �_ {U4�{i L.��: � . � f . � � .- �r .�� ' � �. �_� � _ � �� � Y e � � R f A +� a �I � - _ .,�"�� � � � ' y - � [. . �"� '�r �� �• 1��' ' S � _ + y �� � i { �i .-�r � .f ,{ � . � ��= � � . . � �{ � � ' � �'f-_ �.- �-- �f�ti���' � . - G � ��� �� - � • - __ � � � I�J..� _ J \ 4 � � 3 Ib � � ❑ i L �.} G N rn n i �� �: x-' S: �k� � � � � �` � � I � � H Ia � � 1� � I Q' C] i� �� M Q a [/i pQO�IC' � � i�o� o p � ��oZ �: U � �5 � I��� � � � i�i � , Gt. 5 +J I � � t�1 � � — , � m oo � $ �� n� �m W s �^_ E '., s ����a U�� a dmo&x F,a: I� o ������ ��� 0 d � � � �3 � ` ��� � �, � U1 I � ����� ,;f .$ I i � � � a, . r�` �4 � ��. ti � 'i �' - . +� {i y � � � � J �{� - �F ` � � �1 � � �"�� �'� . � .. �•� � . w �. -` �d � u ^� F �r o u'Y � � � �� � � d � [po�{S ���ss — t��— �_` �---- -- —� � J ��� �� " iJ I'+� �V L P � �� ��ii } . ;� �n �� ¢ � n.^ � `7ypri . � r3 � W � �o i -� y tq �f d i� �2 � . � s� -� 4 �J . ♦ - •� � _ •.__ — i � ` Q 0 I w _ � � 4 ' g C � W � � oW a J ee ¢ oc vl O � +ii `i' � � �� Q g �oz �� U I� �341a � � i a s �� ,� � o �� � N � �. -� _ ' $ W �� �� :W {������1�� �a� � � ¢ � � a� �� � =r�`� �o� � ��� , 6ao��u �z � —' _ 1 S SS _ �y� S� �� vr d y I o�K . F I I u o'v SC'� �3ya � a4 :� _�� g: i �nwr ;- � � r � � _ "� T�'� � J {JJ 7. � � 'F � ' , � � ti � � , �I �� n G } L} � } � � Ci n h -- �� R i� d� �a L' � � w u L �q �� -.c7 " � � � o - � � � a[ � ' �! w � � ,fl��� # "� _ P �_ {F P I-- 3 � � � � � � � � � w 2 N j � a Q � r � � � o�,z J �u� d' ] a ec 4 Ifl a�� �p Q �� �� � � -yO I� u � i � � �" �I��' a I$�' cc m � '� I� � J I� � � � � � u A � � w � �� o����y�}� � �� 6"'0�.% Uac � m ro� . , 2 � ,� :.i O F.ra U 3 �azof Z�e V1 Sa��u �5 � ,g ���i l � � Y� � � �� �� I• �`: Y� 'a s � � a °! a `: 3ig oa- �n � g '. �� z � � -� �� �'� �' s o r F g w � ow z � � 6 ac 4 a� ��w � d O LLp� �u iO2 d � � � � K m' � w � ��} V � � c J I N � 0 r0� V � 5 � � m � IL z� iw r n W S � �M1�nn Vo ¢ amaM� F� U ���"'a � p ���o� Zo .� � � o�'i� � � {4 .�4L 1..dILC — — � ii '�.�- ff C+ �;p �= � A � � � d � ill � � '�� O� � � �t d� � ' {J ' �u � '-� � � � —I — _ :af � � C ."r.' � �r, l7 � � N I� q V � �— 4f1 � ti.7 � � � �[ S� �o �� s� e- a� n_ ��� 9 .mi� b �3� �oP �iq �9i M$a e�F u� z ut � r 1 i y � � z � � V � � � � �� 9 P;+ � ��/'y� G � ' � u'1 � LL � f � �Y - - � � 4 VI � � � - � 5 � _- � � � � .� c� � n � y�Y" -- �, - - f �} � a � �x W # � ti � � � � ry 1"4 � � � � � � � �` o � � � , ��� � � o } N l�+ W I5 � � ow z J oc a oe cn o�� � Y � .in�'� o � =°oa � �7 I� ��� a � � �i� ��� il 1� LLi � , � �. , c..�. U I� � � $ �� �� - �{�41��I�1:� � aAo�� � �'� w � u ' x�r� Z � y �,���� � ��� F` I :� �� i .�Q�°° � a� � �p���6p�� ►� ��&:;�pat ,. d ?# �I �s3Fi�,`�a<E 3�� 1rov_a=aE� :2� —'�'�a°'~s n� t mmrviohh�'d � COOI(b tS^e ' s� 4 ,� -�'� ,� � I � � � Iti * � +� �e ° ,� T i� r� ic' �o � o oE �` � � r � } 'J i�� � � � � -- � pL� _ — a �5 ~ Y V'I � � v � n � � G � W W J � K � N N iV � - � , .., zt . . _�... : :� �.{ �4'.� 'r �� t � �-= ��- ��� �. ,; � �"� .'�' �, i , � �'�, y; 1 � � ' �� I '� � ' _ . ' � ��� ���� F i " �� E+Ui'hmn f'kv� ' �� i � .. t � i, � ' I Q} a--+ �, � � y � �� � � '�, 1 � �� L � Q � L � ��.i � � � � � I ' � � � � ;� r � J, . � - " � � � �r1 � i r� �, , � � i � ��_ r �� �-ti _� . ; ,�_ � �� � �.�� � : � - �� oYl�� ' ' � �' � �� � � ��', i N M ' - I I I I •�. � I '� � v � = � � . . � � � ? M ��j��Cd a � , -� � �". `1r . - ' • � � i ti o c� �, � . ., ;�,; � U} ❑ � � i, � - Cfl c0 i� CC • 3+� .� ' ' C. � ^ .,s-y �,IF ; .` _ � ���� i —� � J o �o � II a � U � � I i I� � � � o� LL a i$ il �� � � w W o a �� � > i Y � � 0/� � U t/ � 0. O � Q I ��� �� � O R �a lo O � � LLI a � uJ I la ���Z u �, � � � � �� ��w� i � ���1�� 1 II ���m���µ� ���a�p�� � 4 �. w�3 UFsGo� F S� �� Q�o� N [I �' � � m � Q d � fl Q � oD cfl � � M � r � M � � II r il Il II Q � � �� � � �= � -G L �' � ?� � � � N � � � � ��U i� �� a-o� � •Q c� 'S � fn v� ,�n � (n0 �� ��Op-�� � Cfl cD H Q O N � a0 � � �1:- r. . ����n- ��u,y i � ' ki ' � 'r } � I 1 , � . f t * I�s . µ i I ����i ` { 4 x 5 I {� F��+ . � { �, I ' i � . � 1 ' . . � � j � � ��_ � y ' � f�'i Is�ups'�rrJ. li>� "" .« � � �� . � V I I � � � �. � ,! .; � :� i` � � c�. � � i� �.' 1 � � 41 I 6 ' `� ��y �' � �= �� iF ! � ' V fi 5�ff . � I � � ' I r I I ' � + � •f- wr � �' '�IIA � ���� � � L I '� ��S �I I , ��� � a `II �r,� e G I. �� . � il:x . Q I .. - � y� y r � � ' � f J � :', 'ir�' 1 � � k � �' ' � i r'�n a � � . p � � � � � I � �+ . �l � L � ��. � � . � � �� ��... �. � . � i �� ;Uj ' � � � � � � \� � . � �, �4 + k . { .. 4� F f �r � f � �— _ ��11�i��- -{ 4 �scy; v' i . � }, F � �' -} .}1 � �. ' I .i y�'' '� �.'rt .�l , # i � . � _ .�'��� Q f� I l �¢ � ` � � i� II � � � w � d 7 r � I � ❑ ¢ �� �a x U I o Q z � o O � � � I�— O � I�� � o a � �ii � n u3 � a Q Z O V LJJ � ��� � � �� � � � '� al" ���"I � � }a`;�ono� O fl � � LIl ��z V,gF�gm FRzi�� o�a.o� Z�o� � � � �; r 4 � ..� : i n I � � � r �_ �.�� �,, ., � � � � Y r+ � L' � -t t r� � � - , �� �_ � � �� r w•�� � , ,, : � . �� � �� � '�r, � } �i� *�� � .f � �, ti , �'�I ��t � � Ir� =1 I � � � F���� � - - � - ..I t ., 1 ' "t� , i *' � � 'I il �� m � �,� �: � � �; -� � IQ �! �.. ,� o � � +�::�►� � . . i= � � � _ C�`- - � � ��� -���- a ° � � ;� .� � � � ,� � i � I � . I ; � �' �� � 1 �* �`� i � � �� �� �- 4 �r -.1' �� I I �i '� i ,�; �- � �� �� �� �i'I � � 4�I �� �� �� L � * �� � �1 w � �w 7 �w � r � � � r � 4 ;�J ° ,�. __� �� . , 1f#�. ~, . ��,, , � �� �v� � E� } �� � � � O . � +�I p � � � . �� � ¢ � I� p � w � � � p '^ � �� I W Q � � U � � � I � .. N i� ,I a �l�l Ili.w�� J �I�I�I#l�� �`05 •• � :� � ���� . � �g�3�` �5�� i�'" ,� ��� }� � I . y� �� { t = ��' :�. I ,�� ' � .��� � � � �F �I , , �~ � � � � _ � � � �� . , � . � '�r . �. S "� 3 vi � �+ 3 ' • i �+ I � '^ 4y I'�1 •` � , � �=z a � .�� � � os_ � I �` � • Fz� z r � � �� ��W � � � � ' 6 z ��' � *L�'' , ��a � • � '_ � �� � . + � . ' t � � -�-.o �.�i ��¢ i � . } I� i 4 4��� ���� zsa , 4 �,.r�� `' � � � I �• ,� o z =— �� !�� - � �� i � � 4 } � � �' ", '* � 1 I� I a - 'I r, � " � .�. � i � tT . � I � * I 5* � i �� *~ � �I I� �� � � ; . � �� .;, _ . .s , ' -� ; � � � �_ � � � � '�' 3 ;. „ � � � _� � . �� } �, ' u�e�uR��s�;I�iN� � . . � .�' : _�.xs �� I ',y r � �i'` ��p �b -- - � . � _ � � �I, +_ 'I ' � I ' _ . � if � i . �, � � ; � t , � � � 5 ^ " Ir� - �I - I � �s � y � � �I ' , �� '� s i, *�,�� �� � � �; ' , __� � - — - �e�o �a f nM I „ � �. o 'c mm ;_ � .iF�� e� 'o_�m�� Z� ^ m.n'K`�T Y n � W Y K , � ud n �, 3�_�-v >39ag INa��- �e��r� . � , � #�~ . �i � � � � . -� w �$ � 1" i , _ ■ *� . � ,� � � '�. .+ � r - �- � .� }_ � .�. � . 1 � ,� , �. � I 1 �, ' �. il� 'a � � `�� i �} �Il, �+y �' .., + r r: � � � �� ��' ;. {� ��. � .- �.1: � ' � . . � ��-�„� � � I � } �I _ � �� �' _�M � i �' � � _ � _ `— a, ,-- ; M i � '' � � . I �, ' 4-t * � . � ' m f u r� i � -_� O "O N � � . - . � �_ � j w � � { ' � r' �k oa � - ��I h5 � U , s� r = t � '� I� �� � �� �, �- I ' �,. _* ��� � ,6 � p _� , , . . -� o e I � , " � J fr ' - ' i _ 6 �/ �F-1 1' � � � � r } �; � � i - �� �i � � i ,� � �AI y y �� ��+ F �_r � � �`� � '_ a ! �ti. � ��, �i � # � ' ` �. .. ' ��" .� � ,��� �. � �' � � �Y ; � t ; �` �. . - � P � '.,.' � . �� � �. �r �� , 1�. � � , t �� �,. � � � � / ,. � 4 �� � T _ '� y i' �0 i # : � I �� � ~�-��- :_I f �: ' - ' � � � I +, ._.r.. . _ J l � 1 a �1µ�• rk�u . M� � i� II� U � g Q oc , � }I � � 0 4 u.i Q a � o I �°° � � U � � , II W s ��eu�e w�� . .,� ���������y� �•� - a , 4� a�� , , � ����.� Z�� ��a �� i '$ � $�5 � �� �. .. x� �� � �� � �I� 4�1,f I � � II ,� ' ,. � I�� � i o � ��� % � . o5a �� �ao � �.M w � ,# ti�r I W i � �a ��❑ a� � ' � 6�� �� w � o ? a� I �� ,�� � �� Q a i � �� I � z � '� �� � I .,r � � i � �T �� J � � :l _ �1 �'4 � i � � I & � � i- �'��� � � ���1��, @ . � Sa �' � V x� a N� ' n� �� �� u� � s- a„ �ss � � : ie iv � 5 � Y ' I � �. m m ie a �o a I � � � ' 3 °�' `v r�Q �omF�` 'I — . . �_ �} - . .. � �� I� y�F���. _ � � * +I ' �� � y� �� � � � � ' � ��� r w �# � . ,� �I � r - �� _ '� - �� i ■ y � � ' � k I � � _ _�,�� �,�� 5� � � � � . �� � �_ � � -�• � � f . ' � ' �,,�. ' �e *� � � �a � # •* *+}�* ` *I - � *t -�, r� h ; � �i `*'I;��,` , � � 5 � � . �� — �' �,- �. ` .�- � . �' i : � � �i� � � �' � .�' � I� � ���* '+ * � '�� �. �� • � r � � _��. . �.* • 'i I. i . YJ�f� . ' y � � ` I � � �� � l � . _ 5 � � �� I�I �t �{•F. � +� ��'� � t ' Y� � � � �• , _ � �� �r h � � * �• - `� � � * , �— � , � ; ', ' l •.- � � "t :" � � � � � ��, 5 . ,4 � � ' � � �. � � � • � * � . 1 � � '� . � �,. �, �� ,- ,w � � �, �� -- — —. i = E �i �M `� � � � -o M + ...F i r I Q� T �� o 0 ' �. � �• � � C7 .� �- � o � ��. � R I {'=°�O � w _ . r `� � � ° � � ' 6 Q � a �. s � z � F� � W O � I � � + 'I � � *�►:� ' � � i�i Q ` � �� a � � ��: � ,p � �, v� � r 1 � � = K�R� � � � � ����� �F�o � ,oF i ' � � ����a�� Z�o � i�r� ��� �� _ ' I — �' G tW ,r., S � � � .` � ,� � , � �� , I � � . 4_- ' �{ ' 1� 4 � I �q � �� � . �wa a .�� o -= z ��u9 � � ��� �� r:� -�n �� ��� �� t � W ��I �—o � � � ~� f ��� � � . ��+��� � _ '' �• , _ _ �� - '� � � G T �* r+� � � � � ti � } � . .4 � ; � .� �� � R '� � . � ��- � � �' i�� � ; •R t ..� �T''t �� �•�F�* �� 1 � � ..i� _ . '. - � �, . ..�„�.t _ - - �t� . 'V ��-_ -,�� � � ;� � y � � . I � � � Q m I " " � �. ry. 1 A o e � c m z c � n I��a 3� I � ."Q�� o � n � 3 � 8 Y y � r�sa v_==- � ���� �m�� 6 i �.