Loading...
HomeMy WebLinkAboutContract 57395' �EC�-� . ._ , � ���� ��'��� c;iiy - � -- -- - �� �,on��r,t�ti�a� �� �x_ ����:-� 1Vi���!-^r�. ;�'�, !� � : CITY S�C���qRY ,�. ��"�AC�R�D. 4� �� � `�� COIiTTRACT FOR THE CONSTRUCTIOI�T OF �0�1 Ol�i-CALL PAVENiEl�TT MARKII�GS CON'TRACT#3 City Projeet Na. 103'�40 Matiie Parleer Mayor David Cooke City Manager William Johnson Directar, Transporl:atian and Public Works Deparhnent Prepared for The City of Fort Worth T7ranspor�ation a�d Pnblic Works Department zazx Kimley-Horn and AssQciates, Inc. TPBE Firm No. F-928 801 Cher►y Street, Unit 11, SUite 1300 Fart Worth, Tea€as 76102 817-335-6511 Contact: Scott R. Arnold, P.E. I12S/2022 �Q��f. , .�; �..�A1 RE��F�#3 wIT1� 5����4�Y �i:1�r�RT�r, T�C ��� ����� � ��� �� ���� � Y ���� � Standard Construction Specification Documents 2021 QN-CALL PAVEMENT dvIARKINCrS CONTRt�CT #3 CPId 10374Q Adapted September 2011 Ofl 00 OD TABLE OF CONTEN'C'S Page 1 af 5 S�cTION Oa oo ao TABLE OF CONTENTS CITY OF FORT WORTH 2O21 ON-CALL PAV�NfGM'I" MARKiNGS CONTRACT #3 STAN�I�RD CO3�ISTRUCTION SP�CIFICATIONDOCUM�N'f5 CPN 1U3740 Revised Decamber R, 2a2! Division QD - General Conditions Last Revised oa oa o0 TABLE OF CflNTENTS Aage 2 of 5 Technical Specificatians rvhich have been modified by the Engineer specifieally for �his Project; hard copies are included in the Project's Contract Documents None Technital Speci�cations listed belaw are included for fihis Project by referenee and can be viewed/downloaded from the City's website at: http :l/fortworthte�s. �ovltpwlcontractors/ or httus://aa s.fp ortworthte�as.�ov/ProieetReso�rces/ Division 02 - Existin Conditions n�� caio„+,, a e.•+o no �t;t:,. n��, n� � n�� 7?�..;Y,.. T�e ..,1 Division 03 - Concrete Division �b - �lectrical Dit�ision 31 - Earthwark Last Revised t � r��� �� �� .. ,. � . - _ - � � ■ . � , .. _ � � .� _ �, . � •• , � .a . . . . :..,,- Division 32 - Ex�erior Im ro'veme�ts �� ��n1 �4 �a �� ���� r.�„�.:�.i„ n.,r., r,.,,,,.,,,.. �g r : e m,.�.,+�.a �,...,, r.,,,...,,.r �� ��ii�� �T �� y�r�� nr�i i � ���� i'7I']�z 1�r��� y � »�z i � »-�,�� �1/��14 1 '7 l7�� CITY OF FOR'I' WOATH 2�2] �N-CALL I'AVEMENT MATtKINGS CONTRACT #3 STANI�AI2D C�NSTRUCTION SPECII'ICAT101V DOCUMENTS CPN I03740 Rev ised pecember 4, 2621 an ao 00 TABLE bF CONTLNTS Page 3 of 5 Divisiou 33 - Utilities . . „ �� � a �. a � � ���..�.:. � i R � � i � ��� �� •�.,..T�� � � �Y� i �. � l ""�"ti""w"'r`�Fo�. �� 1 1 l� �� ■ 1 1 1� i 1 � 1 � � �� 1 i. 1 �� i � l 1 � � ■ . l � � 1 � i 1 � � i� 1 � � � � � i / � � � 1 � 1 i � i � . � 1 � � � 1 � s i � ��.0 " i i 1 � � � ■ � _ f � _ _ _ sc�`.'�.' ..-�• :,� � � �� � I � � i i a � q ■ . . � d � \ . � . l � A, 1 � 1 � ■ Y � � ! ��� � � �� r � � 1 � � - � ..�:��;,���2=.-���...: - � �: _ i ! � 1 1 - s.�,.:��s,,,;,- . � � ��....- , . � � . - 1 A CITY OF FQRT RrOItTH 2O21 aN-CAL7. PAVBMEAIT MARKINGS CONTRACT #3 STrI�YDARb CONSTRUCTION SPECIFICATION DOCCTMENTS CPN 163740 Revisad 6ecember 9, 2q21 DO 00 40 TASLE QF COI�iTENTS Page 4 of 5 0 � � 0 �� 0 0 � � � � F�7T�I f1C!!1p ��� fl A 17�� n� m�� �� n 1 mo ��� �� n��r�3 1 '7 17�� 1 `1 !'l�z nn r��� n� r�wrc � zv r.-�i Z ��r�zT �rCii� � � � � 1 � � � � 1 � . ! � � � � � � � �� � � � . � � �� � .� � .� .e ■. � � � �i ■ �i �R!''1l�. � � ■ r , . i �_r�n� z, zo,1zo �.��n i � Y7����� 1 '1 l7�F ���-13 l '] !'T�z 17l7�� y � ���srtc i�nv cs 7'7/'1� r�vi� 1 r1 !'1�0 �ti,ATr� ❑A f7��, n�rnm-Tv?�Q. rl_ ��� �3 A IA'l�i '������ 1-z n�rn�T n� �n�T i -f !�� n�z 1 7 l�7� n� �n� C1TY QF FQRT WORTH 202] ON-CALL P+�IVEMENT MARi{Il�IGS CONTRACT #3 STANDARD CONS7'RIICT[ON SPECIPICATION DOCUMEN'E'S Ci'N 103740 Re�ised December 9, 2021 no 00 oa TABL� OF COAlTENTS Page 5 of S Appe�tdix GG6.06,D Minarity and Women Owned Business Enterprise CojnplianCe GC-6.p7 Wage Rates END OF S�CTION C1TY OF FORT WORTH 2O21 ON-CALL PAVEM�IVT MAT�KINGS CONTRACT #3 STANDARD CONS'I'[iUCTI01+1 SPECIFICATION DOCUMENTS CPN 10374U Revised Decamber 9, 2p21 Ciky �f �ort �fMforth, I��j1�C �r�d T�xas ����►�il ��rr�rr�un������n 1JAT�: �2��2�2� MB�� F1L� NUM�Ef2; ?�18�L: ��-0� 18 LOG fVA�11�: 2�ON�C:A�L 1-'hV��1��T �u1��t1�1h1� �J�ll'C iryl�kC:�; ��h1TF�A�T3 �4�.J.�S`r� (AIJ.� f�s�thon�p iho �x�ic4�tio!ti of � tln�R P�i�2 �on��a�c� +nrllf� TR�� �onslruelaon �rvu�. �t-� In �� J���r�Uf►I NOa t4 E7L�BB� $2��4C�,{]{30_�4 FOf T33k �rde� {;onstrur.li�rrF �€�rvir.es for hrtsRe+:tS �€�I��+ng to P{�rer�enl hJia�#syn� �� COl49��N �Al'i Of�J: Il is recort,rner,�#eci ifr�k il�a Clxy �;c�ura�ll authflr�z� �he ex�cu�i�n af a+�nil �n;-� c�nl�a� w�kfr TRP Co��sf� ucl�a�� �r❑��. LLL' �n �n �rrrpUnl n�# ka exG�� �2,�],OOQ,{�0 for task �fdeY CorlSttu�tf��3 ��r4+i�e5 �2l�ilals� ko pave►nent m�,rking onSralF�flonS �nd Up l� iw[� re�tew815. �$�{JS9iQIV: �173� cs�ntra�_i wlll pravi�e fat t���s�ructl❑r, sf,�+r�ces ❑n �n as-��e�o� (#Ask,�r��,rj bas�� for �rr�rje�Es reEat2�i 1u p+�uern�nt rn,�rlcinQ ir�s�afl���❑ns, I�F13�EI73;§rli ff12JP�[4fl?� I3fCsJCCkS �il{::U�$ EOilg Ilries, sliorl Ilri�, Ii��ers�Lti❑ns, and schn❑I x�nr�s 2� irn�rrnvo avr:r��E R�a�r, arrd �seclesEriar� saFety wiih�rr rf�� c�ty ���,�is c�� ��r� W�r��,. �rh� �:o�tfaek {�m����ni Is c���ed �i $�,000,4�O.Ut] �,y�l n7ay !re renewe� up tv hVa ad�;k�nr��,l ten�ss �ipnn tnf� Qxpir�ils�n nf ��n�ds underih2 sarn� le�m�, �ar�dlli�ns, and unld pric�s_'th� Prr,�ecs was prc��urad �n a Jt3w blu �ormak iu d�l�err�lne �nl� prices Ers be pal� w�►en la�� ❑+�+��s �re �ss��ed, Nat�c�.;; ni h�id5 wGf#3 j7iI�IiSf?411 iR fh�E ��ff 1�73Ff�1 Si&f-�6�2���r1Y Ofl A�rU 2�, �G42fi �nri Moy Fi, ���1 �n Msy 27. 20�fi, Iwo�r.um�xar�les s�brr�H�ed ili� (C]UCSWl�1L� bi�� CON7FtA�T�I� �ID T}�� �nsinirii:�n t�rr�ua3, a � G -- - — ���f,�+�7,857,�i1 ----�--�-- -..... .. . _ _.. _ � .. . SIri�Gng �ecfrr�o'ugy, LP ��'t,35�,��;3,78 T�tie un�i prioes were cc�mpared l� s�rrfiG�r pro�ect� and daterrnl�ad lo t�� fair and campe�lli�r�, TasR� arcEers wlli be pafd ar 1��e esta��lshad un�� pri�es. p���cts Ids��tif ed Ini�ially ��7�I�d�' Pavenren! rr�sr��ngs fnP r,ras.�Wal�s, �n1e�a�r�lFr,tr+�, and �hare�ug�tar�s. 1'��s �anlrark is �ald ,�th ava�f&�� C II+f F��L7{] fYIkFCI�fI�. t�t� �:€�NSTI��JCTION ��t�UP, LL� �s lrf c�mpllan�� wlil7 lf�e Ctty's 2��5�-�0-���1 �3r�ir�ar�r.p by corr�n3ittin� 1+� {1°1., parllt��xati�sri aatid docurnen�ing goa� fqrikf� €rftort. TFi�' �Qh�STRUfi�I�fV GROU�, L�_C I�en��fied se��rsk �ubcor�iraca�ng ar�� �uppri�r ❑p�nrtua7Fki�s. i rr�w�v�r, �r�� fn�ks corrEa�:t�d I�x Iha dre�s I�er�l�Ged d�d nflt rvap�rsd nr r,iid nnt suh�xril #h� lowest hids The ���y's Busi�ess ��,�,Ity ��a� an rhis ���o�ec� as 5�'a, I�+�.:.��I►'.E�J:�uF:�iL�]k�iil�*�3iL*I�'.� 1�ha i7ireckar c�F �i�+�nce r�rtiU�s thel f�irrrJ� ara ��railable In ilie cuFren� ���Ita1 �iaE��ok, �� �r�5ri41i5Iy ap�e�yprlate�i, �ri �h� Gerr�ral �apl�al ProJ�cls Furr�! far ihe �v 22 I��y�o 1-*a„arrrea�R ��a�mgs x,res�ecl isx ,u�potl th� a�,�,�ouo3 t�� 117e aho�e �e�x+mm�ndti�lnn a�d eMrscuSar�a3 � ih,� asnirac�, Priar �o a�3y ex�e�sdil�r� ks��n� ir��wxed, C�re 7 r�ns�nrfat�a� and f�i��slae U�1�fks �?e��artmeni �2s ll�e �espt�nslbi�Ely �o v�llt��te tkie ava�lahillCy af fun�s_ sul�mEtte�.fn�C�1.�r_6Aena��et'� DFiice �� �a�ra F�ufgffdo�i d4 �� Qriginatii3g E�e�sirtess LJnrt Mc+ad: WFlEiam Jahns�rr �841 A�d�lEotsal �pfi�J�lit�4�].�� �farl�+e �rr�ks 7F�1 0411 13 INVITATION TO BIDDEliS Page 1 of2 SECTION 0011 13 INVITATION TO BIDDERS RECEIPT OF SIDS Sealed bids for the constructian of 2p21 On-Call 1'avement Markings Contr�ct #3, Cl'N 1�3740, ("Project") will be received by the City of rort Worth Purchasing Office until I:30 P.M. CST, Thursday, May 27, 2021 as further described below; City of Fort Worth Purchasing Division 200 Texas Street Fort Worth, Texas 76102 Bids wili be accepted by: L7S Mail, Courier, FedEx or hand delivery at the address above; Bids will be opened publicly and re�d a1Qud at 2:00 f'M C.ST in the City Council Chambers. GENERAL DESCRIPTION OF WORK The major work will consis� of the (approximate) follovving: The Contractor shall furnish all materials, labor, equipment, transportation, insurance, permits and other s�rvices necessary for a corr�plete installation of pavement marking for City of Fart Worth Transpor�ation and Public Works Deparlinent. The Cantractor shalI provide services %r City road�vays and right af way per the attached specifications. Perfarma�ce for any services described herein will be initiated upon a�ceptane� by tha Contractor of a vs+ork orde�• having the authorizing signature of the Project Manag�r prior fo comm�ncing work at the site. Contractors will not perform againsY this agreefnent without f�rst having received an official City of Fort Worth work order, except in emergency cases as detailed below. A11 pavement marking and rernoval services except detour marking inelude traffie cantrol devices and related costs. All traffic control methads utilized by the Contractor shall meet the most current requirements as specified by t1�e FHWA in the "Texas Manual on Uniform Traf�c Control Devicas (TMUTCD} for Streets and Highways" and/or subsequent atnendments. PREQUALIFICATION N/A. DOCUMENT EXAIVIINATION AND PROCUREMENTS The Bidding and Contract Documents may be examined or obtained on-line by visiting the City of Fort Worth's Purchasing Division websiie at htt�J/vaww-fnrtv�rorthtexaa govl�urcha��np,�. and clicking on the link to fihe advertised praject folders nn the City's electranic document rnanagernent a�d collaboration sysYem site. The Contract Documents r�ay be downlaaded, vi�wed, and printed by inter�st�d contractors and/or suppliers. CITY flF FORT WORTH 2p21 ON-CALL PAVEMENT MARKQ�IGS CONTRACT #3 STANDARD COhISTRUCTI03+! SPECIFICATIOiV DOCUMENT CPN 103740 Re�ised 7/19/2023 00 ] 1 13 INVITATION'I'O B.IDI�ERS Page 2 of2 EXPRESSION �F ZNTERSEST �'a ensure potential bidders are kept up to date nf any new information pertinent io this project, al] interested parties are requested to email Expressions of Interest in �his procut-�ment to the City Project 1Vlanager and the Design Engineer. The email shauld include the company's narne, contact person and that individual's email address and phone numbar. AIl Addenda will be distribtited d�rect[y to those who have expressed an itateresf in the pracurement and will also be posted in ihe City of Fort Worth's purchasing website at http://�ortworthtezcas.gov/purchasing; PREBID CONFERENCE — Web Canference A prebid canference wiIl be held as discussed in Section 00 21 I3 - INSTRUCTION� TO BIDD�RS at the foIlawing date, and time via a web conferencing application: DATE: Thursday, May 13, 2021 TIME: 1:00 PM Invitations with links to the web conferencing applicatian will ba dist�•ibutad d'u•actly ta those who have submitted an �xpres�sion of Tnterest. If a prebid conference is held, the presentation and any questions and answers pro�ided at the prebid confeeence will be issued as an Addencii.un to the ca[l for bids. If a prebid conference is not being held, praspective bidders can e-mail questions or commenfs in accordance with 5ection 6 of the Instructians ta Bidders referenced abave to the project manager(s) at the e-mail addresses listed below. Emailed questions will suffice as "questions in writing." [fnecessaa•y, Addenda will be issued pursuant to the Instructions to Bidders. CITY'S RIGHT TO ACCEPT OR R�J�CT BIDS City reserves the right to waiva iz'regularities and to accept or reject any or a1t bids. AWARD City wi11 award a conix•act to the Bidder presenting the lowest price, qualifications and competenc.ies considered. INQUIR�S All inquiries ralative to th is procurement should be addressed t� the following: Attn: Quenell.Tohnson, P.E., City of Fort Woi�h EmaiI: �ene.11.Johnson�v,fortworthtexas.gav Phone: S 1'7-392-2b37 ADVERTISEMENT DATES Apri129, 2021 May 6, 2021 �ND OF SECTION CI7'Y OF F'OI2'I' WORTH 2O21 O]V-GALL PAVEMEI�T MARKINGS CQNTRACT #3 STANDAR➢ CONSTRUCTIQN SPECIF'iCAT[ON DOCUMEN']' CPN I D37A0 Ftcvised 7/l4/2021 00 21 13 INSTRUCTIONS TD BIDDERS Pa$e i af 1 U s�cT�orr oo �� �3 1N5TRUCTIONS TO BIDDERS 1. Defined Terms 1.1. Capitalized terms wsed tn these INSTRUCTIONS TO BIDD�RS ara defaned in Section 00 72 OD - GENERAL CONDITIONS. I.Z. Certain additional terms used in tnese INSTRUCTIONS TO BIDDERS have the meanings indicaied below which are appIicable to both the singi.�lar and plural thereaf. 1.2.1. �idder: Any person, firm, partners�ip, company, assaciation, or corporatian acting directly through a duly authorized representative, submitting a bid far performing the �vorlc contemplated under the Contract Documents. 1.2.2. Nonresic�ent Bidder: Any person, firm, partnership, company, association, ar corporation acti:ng directly through a duly authorized representative, subrnitting a bid for performing �e work coniemplated under the Contract Documents whose principal place oi business is not in the State of Texas. 1.2.3.. �uccessful Bidder: The lowest re�ponsible and responsive Bidder to whom City (on the basis of City's evaluation as hereinafter provided) makes an a�vard. 2. Copies of Bidding Documen#s 2.1. Neither City nor Engineer shall assume any responsibility for errors or misinterpretations resuIting from the Bidders use of incamplete sets of Bidding Docurr�ents. 2.2. City and Engineer in making capies of Biddzng Documents available do so orzly for the purpose Qf obtaining Bids for the Wark and do not authorize or confer a license or grant for any other use. . �. . • .. . .. _. �_ .. .. , .. _. ., „�_. �. , .a�, .._r �. ... ��� � �a � ■ r � � : �... .:,ie�ee ..�:Y - - ' - = CITY OF I'ORT WORTH 2O21 ON-CALL PAV�MEN7' MAE2KII�iGS CONTRACT #�3 STANDARD CONSTRUCTION SPECIFICA'CIOI� DOCUME�IT CPN 10374D Revised/[Ipdated November 2, 2fl2I 00 21 13 IF�TSTRUCTIONS TO BII]1�BRS Page2of10 ■ . . . _ . . > � �iTi►Z7/GTi .:...: ..y: � - � i .� � a. a. . � r. � � � �. � r . Ar. _Ili a. � �. _ • � 7��.....'� � � � J_ . � � _ � r � � � . � r . � • s ■. � s. • . • . � � � '`�•_____�--- _- ____ � � . � � t. �� s 1•. � � • i � � ' - � i . � ! � � � � � l � 1 � • _ � i � _ � � �1. . . . . . . _ . � _ a - . . . . ..�'l�S�TST. . .. '�__. —_�[Tf__-_._'ES'� � � . ■ � � � ,Jp _ � _ - � . � � \ . + 1 � � � 4 � � � � � � ' i � � �' i n�r-.,ein'��ia�c.a: = • � � � � � � _ � ■ � _ • � a r � !. � a \ . 3.5. c.,a,.;.,� „ .,�;�:,,�+;,. ,so,a � .. E�,:,. ., ,,,.� : ,.i,,.�„ +w,. � to��v^ ti: �.,n. :•.0 :� ��6. 4, Exaimination of Bidding and Contract Documents, Other Related Data, and Site 4.1. Before submitting a Bid, each Bidder; CITY OF FORT WORTH 2O21 ON-CALL PAVSM�NT MARiCINGS CONT[2ACT #3 STANDARD C�NSTRUCTION SPECIFICATION DOCUMENT CP�I 103740 Revised/Updated h'ovember 2, 2021 aazt i3 1NSTRUCTIONS TO T31DD�I2� Page 3 of 1Q 4.1.I. Shall examine and careiully study the Contract Documents and other c•elated data identified in the Bidding Doeumentis (including "technical data" referxed to in I'arag��aph 4.2. beiow). No information given by City ar any representative of the City other than that contain�d in the Conh•act Doeuments and officially promulga.ted addendatlierei�, shall be binding upon Yhe City. 4.1 _2. Should visik tI�e site to becarne familiar with and saYisfy Bidder as to t�e general, local and site conditions that may afFect eost, progress, perforrr►ance ar furnishing ofthe Work. 4.1.3. Shall consider federal, state and loca! Laws and Regulations that may affec# cost, progress, performance or furnishing of the Work. , , . . ._, ..�. .,.. , ,+ . . . .. ■- 4.1.5. Shall study all: {i} reports Qf explorations and tests o� subsurface co:nditions at or contiguous to the Site and all drawings of physical conditions relating to existing surface or subsurface st�`uctures at the 5iie (except Und�rground Facilities) that haue been identified in tl�e Contract Dociva►ents as containing reliable "technica] data" and (ii) reports and drawings af Haaard�us Environnaental Conditians, if any, at the Site that have been identi��d in th� Go�ztract Documents as containing reli�hIe "technical data." 4. I.6. Is advised that the Contract Docuraents an file with the City shall constitute all of the information which the City will furnish. All additional information and data vvhich the City will supply after promulgation of the formal Contract Documents shall b� issued in the farm af written addenda and shali become part of the Cantract Documents just as though such addenda were aetually written into the original Contract Documents. No infarmation given by the City other than that contained in the Contract Dacuments and officiall� promulgated addenda thereto, shall be binding upon tl�e City. 4.1.7. 5hould per%r�n independent res.earch, investigations, tests, borin�s, and such other means as may be necessary to gain a complete knowledge of the conditions which will be enco.untered during the construction of the project. For projects with restricted access, upon request, City i�ay pravide each Bidder access to the s.ite to conduct such examinations,. investi�ation�, explarations, tests and studi�s as each Bidder deems necessary for submission of a Bid. Bidder must fill all holes and clean up and restore the site ta its former conditions upon conaplation of such explorati�ns, investigations, tests and studies. CITY OF FQRT WQRTH 202 t ON-CALL PAVEMENT MARKWGS CONTRACT #3 STAiVDARD CONSTRUC'1'ION SPECIFICA'TIOIV DOCUMENT CPN 103740 RevisedJUpdnted NovemUer 2, 2021 oazi i3 INS7RUC1'IONS TQ BIDDERS Page 4 of l0 4.1,$. $l�all deterinine the diffculties ofthe Wark and all attending circurr�stances affecting tha cas# of doing the Wark, time requit•ed for its compleiion, and obta�n all informatian required to make a proposal. Bidders shall rely exclusively and salely upon their own estimates, investigation, research, tests, explorations, and other data which are necessary far fuli and complete information upan which the prapasal is to [�e based. It is undei•stood that the submission of a proposaI or bid is prima-facie evidence that the Bidder has made the investi.gations, exarr►irtations and tests herein required. 4.1.9. Shall promptly notify City of all conflicts, e�'rors, amb.iguiti�s or discrepancies in or between the Cantract Documents and such other re[ated documents. The Contractor sha11 not take advantage of any gross error or omission in the Contract Documenfs, and the City shall be permitted to make such corrections or interpretatior►s as inay be deemed necess��y for fulfillment ofthe intent of the Contract Documents. 4.2. Reference is made to Section 00 73 00 -- Sugplementary Conditions for identifica�ion of: 4.2.1. thnse reports of �xplorations and tests of subsurface conditions at or contiguous to the site which have been uYilized by City in preparatian of th� Contraet Docutnents. The logs of Soil Borings, if any, on �he plans a�re for genera[ in%rma�ion or�ly. Neither the City nor the Engineer guarantee that the data shawn is representative af conditions which actually exist. 4.2.2. those drawings of physical canditions in or relating to existing surfaee and subsueface s�t•uctures {excegt Undergraund Faeilities) which are ai ar contiguous io the site that have been utilized by City in preparation o.f the Cont�•act Documents. 4,2.3, copies af such reports and drawings wiil be �nade available by City to any Bidder on reques#. Those reports and drawings may not be part of the Contract Documents, but the "technical data" contalned therein upon which Bidder is �ntitled to rely as provided in Paragraph 4.02. Qf the General Conditions has been identified and established in Paragraph SC 4.02 ofthe Supplementary Canditians. Bidder is respansible for any interpretation or conclusion drawn from any "technical data" or any ather data, interpretatians, opinians or inFormatinn. 4.2.4. Standard insurance requirements, co�erages and limits. 4.3. The submission of a Bid will constifute an incontrovertible representation by Bidder: (i) that Sidder has complied with every requirement af this Paragraph 4, (ii) that without exception the Bid is premised upon perfonning and furnishing the Work required by the Contract Documents and applying the specif'ic means, methods, techniQues, sequences or procedures of cons.truetion (if any) that may be shown or indicated or expressly required by tha Contract Docum�nts, (iii) that Bidder has given City writ�en notice of all conflicts, �rrors, ambiguities an.d discrepancies in the Contract Documents and the writYen resolutions thereof by City are acceptable fo Bidder, and when sa[d conflicts, e.tc., ha�e noi been resofved tllrough the interpretations by City as described in Paragraph 6., and (iv) that the Contract Docuinents are generaIiy suffieient to indicate and convey understanding nf all terms and conditions for pei�forming and furnishing.the Work. CITY OP FQRT WQRTH 2O21 ON-CALL PAVEMENT MARK[NG5 CONTRACT #3 STANDARD CONSTi2UCTIpN SPECIFICATION DQCUMENT CFN 10374� RevisedlUpdated Novemher 2, 2021 OQ 21 13 INSTRUCTIONS TO BIDDERS I'age 5 of 10 4.4. The provisions of this Paragraph 4, inclusive, da not apply to Asbestos, Polychlorinated bighenyls {FCBs}, Petroleum, Hazardaus Waste or Radioactive Material covered by Paragraph �}.Ob. of the General Candiiions, unless speei�cally identified in the Contract Documents. S. A�ailability of Lands for Work, Etc. S.I. The lands upan which the Work is to be p�rforined, rights-of-way and easements for access thereto and other lands designated for use by Contractor in performing lhe Worlc are iden�:iiied in the Contrac# Documen#s. AS1 additional lands and access the�•eto required for temporary construction facilities, construction equipment or storage of materials and equipment to be ineorporated in the Work are to be obtained and paid for by Cantractor. Easements for p�rrr�anent structures or permanent changes in existing faciliiies are to be obiained and paid for by City unless Qtherrvise provided in the Conteact Dacurnents. 5.2. Outstand'tn� right-of-way, easements, andlor permits to be acquired hy the City are Iisted in Paragraph SC 4.01 nf the Supplemeniary Conditi.ons. In the event the necessary right- o� vvay, easaments, and/or permits are nat obtained, the City res.e��ves the right ka cancel the award of contract at any tir�te before the Bidder begins any construction wark on the praj ect. 5.3. The Biddar shall be prepared to co�nmence constructian without all executed right-of- way, easements, and/or permits, and shall submit a schedule to the City of how eanstruetian will praceed in the other areas of the pra�ect that do nat require permits and/or easements, 6. Lnterpretations and Addenda 6.1. A11 questions about the meaning or intent of the Bidciing Documents are to be directed to City in writing on or hefore 2 p.m., the Monday prior to the Bid opening. Questions recei�ed after this day may not be responded to. Interpretations ar clarifications c�nsidered necessary by City in response to such questions will be issued by Addenda delivered to all parties recorded by City as having received the Bidding Dacuments. Only questions answered hy formal written Addenda will be 6inding. Oral and other interpretations ar clarificatians will be without legal efFect. Address ques�ions �o: City of Fort Warth 2QD Texas Street Fort Worth, TX 76 i 02 Attn: �ueneIl Johnson, P.E., Transportation and P�ablic Works Departm�r�t E:rr►ail: Quenell.Johnson�u,fortworthtexas.�ov Phone: 8l'7-392-2637 6.2. Addenda may also be issued to modify the Bidding Documents as deemad advisable hy City. CITY OF FORT WORTH 2O21 ON-C1�LL PAVEMENT MARKINCrS CONTRACT #3 STANDAi2D CONSTRUC7'1073 Sl'ECIFICATION DOCUMEN'T CPN 10374U Ravised/Updated November 2, 2p21 0421 13 fI�iSTRUCTIONS TO BIDDERS Page 6 of ] 0 6.3. Addenda or elarificatians may be posted via the City: 's electronic doeument manageinent and collaboration system at https:l/apps.fartworth#exas. o�jectRes�urces/. 6.4. A prebid conference may be lield at the time and place indicated in ihe Advei�isement or INVITATION TO BIDDERS. Representati�es nf City will be present to discu5s the Project. Bidders are encauraged to attend and participate in th� conf�rence. City will transmit to all prospactive Bidd�rs of c•ecord such Addenda as City consiciers necessary in response to qu.estions arising at fhe conference. Oral statements may not be relied upon and wi11 not be binding or legally efFective. 7. Bid Security 7.1. Each Bid inust be accompanied by a Bid Bond made payable to City in an a�nount of five (5} percent of Bidder's maximum Bid price, on the form attached or equivalent, issued by a surety m�Eting the reqairemcnts of Paragraph 5.01 of th� General Conditians. 7.2. The Bid Bonds provid�d by a Biddet' will be retained until the condit�ons of the Notice of Award have been satisfied. If the Suecessful Bidder fails to execute and return the Contract Documents within 14 days after fhe Notice of Award cflnveying same, City may cansider Bidder to be in default, rescind the Notice of Award and act on the Bid Band. Such action shall be City's exclusive remedy in the event Bidder is deemed to have defauited. 8. Contract Tirnes The number a� days within whicll, ar the da#es by which, Milestones are to be achieved in accordance wiYh the General Requirements and the Work is to be campleted and ready for Final Acceptance is set farth in the Agreeinent or incorparated therein by reference to the attached Bi.d ForEn. The City inay renew this agreement for up to tw� {2) additional time periods under the same terms, conditions, and L►nit prices. The City shall provide at least sixty days' notice to the Contractor of the City's intent to z'enew. 9. Liquidated Damages 1'rovisions for iiquidated damages are set forth in the Agreement. 10. Substitute and "Or-Equal" Items T1ie C�ntract, if awarded, will be on the basis af materia[s and equipment described in the Bidding Documents without consideration of possible substitute or "or-equa]" iteins. Whene�er it is indicated or specifed in the Bidding Documents that a"substituie" ar "or- equal" item of material or equipment may be fiarnished or used by Contractor if acceptable to City, application far such acceptance will not be considered by City until aft�r th� ��ecti�e Date o�'the Agreez�aent. The procadure for submissian of any such applicatzon by Contractor and consid�ration by City is set forth in Paragraphs b.05A., 6.05B. and 6.05C, of the General Condilions and is sup�lemented in Se¢tion O1 25 QO of the General Requirements. CITY OF POItT WORTH 2O21 ON-CALL PAV�MEN"[' IvfAItKINGS CpNTRACT #3 STRNDARD CONSTRUCTIdN SPECIFICATION DOC[.]tvIENT CPN 163740 Reuised/Updated November 2, 2021 OD 21 13 II+ISTRUCTIONS TO BIQDERS Page 7 oF 10 I1. Subco�tractars, Suppliers and Others 11.1. In accordance with the Gity's Business Eguity Ordinance No.2S1b5-30-2021 the City has gaals far the participation of minority business andlor women business enterprises in City contrac�s $10p,ODp or greater. See Section p0 45 4Q for the M/VVB� I'roject Goals and additional requirements. Fa�lure to comply shall render the Bidder as non-responsive, Business Equity Ordinance No.25165-10-2021, as ainended (replacing Ordinance No. 24534-11-2020), eodifed at: h,�ptt s://codelib_rar�+._amle,� .coinlc�de,�i�wo►rtti/latestlftv�orth �x/U-U�0-22593 1 I.2. No Contractor shall be required to employ any 5ubcontractor, Supplier, other person ar arganizatian against whom Contractor or City has reasonable objectio�. 12. Bid Form 12.1. The Bid Form is included with the Bidding Dc�cu�nents; additional copies rx�ay be obtained from the City. 12.2. All blanks on the Bid Form must be completed and the Bid Forin signed in ink. Erasures or alterations shall be ir�it�aled in inlc by the person signin� tl�e Bid Forrr�. A Bid price shall be indieated for each Bid ifem, alternative, and unit price ite�n listed therein. Tn the case of aptional alternatives, the wards "No Bid," "No Change," or "Not Applicable" may be entered. Bidder s�a.11 state the prices for which the Bidder proposes ta do the work cantemplated ar furnish materzals required, All entcies shall be legible. 12.3. Bids by corporations sha11 he executed in the corporate name hy the president or a vice-president ar other corporate officer accompanied by evidence of authoriTy to sign. The eorporate seal shall be affixed. Tne corporate address and state of incorpoz'atian shall be shown below the signature. 12.4. Bids by pa�-knerships shall be executed in the partnership name and signed by a partner, whose ti#1e must appear under the signature accompanied by evidence of authority to sign. T'he official address of the partnership shaIl be showtt below the signature. 12.5. Bids by limited Iiability companies shall be executed in the name aftkze frrrn by a meinber and accompanied by evidence of auihority �o sign. The state of forrnafion of the firm and the official address of �he fitm sha11 be shown. 12.6. Bids by individuals shall show the Biddez''s name and official address. 12.7. Bids by joint ventures shall ba executed by eacIa joirit venture in the manner indicated on the Bid Foz'm. "I'he official add�ess of fhe joint venture shall be shown. l2.$. All names shall be typed or printed in ink below tha signature. CITY DF FbRT WORTH 2O21 ON-CALL PAVEMENT MARiCITfGS CONTR.4.CT #3 STANDARD CpNSTRUCTION SPECIFICATION DOCIJMENT CAN 103740 Revised/LTpdated Nnvember 2, 2021 QO 21 13 INS'I'RLICT[ONS T.O �[DD�RS Pa�e S pf ] Q 12.9, The Bid shall cantain an acknowledgement af receipt of alI Addenda, the numbers of which shall he �11ed in an the B.id F`orm. 12.I 0. Postal and e-�nail addresses and telephone number for communicatians regarding the Bid shall be shown. 12.I 1. Evidence of authority to conduct business as a Nanresid�nt Bidder in tha state of Texas shaIl be provided in accordance with Section DO 43 37 — Vendor Campliance to State Law Non Resident Bidder. 13. Submission of Bids Bids shall be subrnitted an �Ite prescribed Bid Form, pt•ovided with the Bidding Documents, at the time and place indicated in the Advertisement or INVITATION TO BIDDERS, addressed �a Purchasing Managar of the City, ar�.d shall be enclosed in an opaque sea.let[ enveIope, marked with the City 1'c•oject Number, Project title, the nanne and address of Bidder, and accoinpanied by the Bid security and other required documents. If the Bid is sent through the mail or other delivery system, tl�e sealed envelope shall be enclosed in a separate envelope with the notation "BID ENCL05ED" on the face of it. 14, Withdrawai of Bids 14.I . Bids addressed ta the Purchasing Manager and iiled with the Purchasing Office may be withdrawn prior to the titne s�f for bid opening. A request for withdravval must F�e made in writing and delivered ta the Purchasing Offica to receive a time stamp prior to the opening of Bids. A tjmely withdrawn bid wilI be returned to tlae Biddar nr, if the reques# is within one hour Qf bid opening, will not be read aloud and will thereafter be returne�l unopened. 14.2. In the event any Bid for which a withdrawal request has been timely filed has been inadvertently o.pened, said Bid as�d any record thereof will subsequently be marked "Withdrawn" and will be �iven no further consideration for the award of contract. 15. Opening of Bids Bids will be opened and read aloud publicly. An abstract of the amounts of the base Bids and major alternates (if any) will be made available to Bidders after the openin.g of Bids.. l.G. Bids fo Remain Subject to Acceptflnce All Bids will �'emain subjeet tn acceptance %r a eninimum of 90 days or the time period specifed for Natice af A�vard and execution and delivery of a complete Agreement by Successful Bidder. City i�nay, at City's sole discretion, release any Bid and nullify the Bid security prior to that date. CITY OF FORT WORTf3 2021 ON-C�1LL PAVBMENT MAI7KING5 CdNTRACT #3 STAI�iDARI7 CONSTRIICTI�N SPECIFICATION DOCUM�N'C CPN ]0374� Revised/[7pdated November 2, 2023 oo2i i3 INSTRUCT[ONS TO HIDDER5 Page 9 of 1 U 17. Evaluafion o� Bids and Award of Cantract 17.1. City reserves the right to reject any or a11 Bids, including without �imitation the riglits to re�ec# any or all nonconforming, nonresponsive, unbalanced or c�nditional Bids and to reject the Bid of any Bidder if City believes that it would not be in lhe best interest af the Praject to inake an award to that Bidder. City reserves ilte eight to waive informalities not involving price, contract time or changes in the Wark and award a contract to stich Bidder. Discrepancies between the multiplication Qf units of War� and unit prices wirl be r�solved in favor of the unit prices. Discrepancies between the indicated sum of any column of figures and the correct sum #hereof will be resolved in favor of the correct sutn. Discrepancies between words and figures will be reso�ved in favar of the words. 17.I .1. Any or all b�ds wiii be :rejected if City has reason to believe that collusion exists among the Bidders, Bidder is an interested pai�ty to any litigaYian against City, City or Bicider may have a claim against the other or be engaged in Iitigation, Bidder is in arrears on any existing eon�ract ar has defaulted on a previous contract, Bidder has performed a prior contract in an unsatisfactary manner, or Bidder has uncomplete�l work which in the judgment of tha City will preve�t or hinder �he prompt completian of additional w�nrk if awarded. 17.2. In additian to Bidder's relevant prequalificaiion requirements, City may consider the qualiiications and e�erienee of Subcontractors, Suppliers, and o#her persons and organizafions proposed for those portians of the Work wk�ere the identity of such Subcontractors, 5uppliers, and otlier persons and organizations must be submitted as provid�d in the Contract Documents or upnn tha reyuest of the City. City also inay conside�' the operating c.osts, rnaintenanca raquiremenfs, performance data and guarantees of major items af materials and equipment proposed for incoz'poz'ation in the Work when such data is required to be suhmitted prior to the Noiice of Award. 17.3. City may conduct such investigations as City deems necessary to assist in the evaluation of any Bid and tn establish the responsibility, qualifieations, and fin�ncial abiiity of Bidders, proposed Subcontractors, Suppliers and other persons and organizations to perform and furnish the Work in accordanca with the Cantract Documents to City's satisfaction within the prescribed titne. 17,4. Contractor sha11 p�rfor�n with his own organization, work of a value not less than 35% of the value embraced on the Contract, unless otherwise approved by the City. 17.5. [f the Con#.ract is to be awarded, it wili be awarded to lowest responsible and responsive Bidder whose evaluation by City indicates that the award will be in the best interests of the City. 17.6. Pursuant to Te�s Government Code Chapter 2252.001, the City will not award contract to a Nonresident Bidder unless the Nanresident Bidder's bid is lower than the iowast bid submitted by a responsible `I'�xas Bidder by the same a�no�nt that a Texas resident bidder would he required to underbid a Nonresident Bidder to obtain a camparable contract in the stata in which the nonresideni's principal place of business is located. C1TY OF FORT W012TH 2U21 ON-CALL PAVENEENT MACtKINGS CONTRACT #3 STANAARD CQNSTRUCTION SPECIFICATIOIY QOCUMENT CPN ]03744 Revised/tJpdaied Novamber2, 2fl21 0021 L3 INSTRUCTIONS TO BfDD�RS Page 10 of 10 17.7. A c.ontract is n.at awarded until formal City Council author'izatian. If tlte Contract is ta be awarded, City will award tlae Contract within 90 days after the day of ihe Bid opening uniess extended in writing. No othet• act of City or others will con:stitute acceptance of a Bid. Upon the contract award, a.Notice of Award wi11 be issued k�y the City. 17.7.1. The contractor is required to fill out and sig�q the Certiiicate of Interes�ed �'art►es Form 13�95 and the form must be submitted tn the Pro,ject Manager before the contract will be gresented to the City Council. T�e form can be abtaiaed at htt�s:/iwww.efhics.state.tg.nsldatalforms11295/129�.bdf 17.8. Failure or refusal to comply uvith the requirements may result in rejectian of Bid. 18. Signing of Agreement 1$, l. When City issues a Notice of Award to the Succe�sfttl Bidder, it �ili be accompanied by the required number of unsigned counterparYs of th� Project Manual. Within 14 days thereafter, Contractor shall sign and deliver the required number of countarpat�fs of tha Project Manual to City with the required Bonds, Certificates of Insurance, and all oYh�r required dacumentation. 18.2. City shall thereafter deliver pn� fially signed counterpart to Contractor. END OF SECTYON C1TY OI' TORT WdRTH 2D21 OI�F-CALL PAVEMENT MARKIIVGS GONTRACT #3 STANDARb CQNSTRUCT[ON SPECIFICATION DQCUMENT CPN 103740 Revised/Updated 1Vovamber 2, 202 l 0o a5 �3 BiD FORM Pege 13 of i 3 ��c�iv� oa �� �3 CONFLICT OF INT�R�ST AFFIAAVIT Each bidder, of�erar, or respondent {hereinafter also referred to as "you") to a City of Fort Worth (also �eferred to as "City") proc�arement are required to complete Conflic# af lnterest Questiannaire (the attached ClQ �'orm) and Local Government Officer Con#licts Disclosure Statement (ihe attach�d CiS Form) below pursuan# to state law. This affidavit will certify that the Bidder has on file wiih the City Secretary the required documentation an� is eligible to bid on City Work. The referenced farms may alsa be downfaaded from the website links provided below. .� n S.a - �-_�-. -t. i e � :• e j� . ��. � � ❑ ❑ Bl�d��: CIQ Form is ort file wifh City Secretary C!Q Form is being provided to the City Secretary CIS Farm is o� Fil� with City Secretary CIS Form is being provided to the Ci#y Secretary 7RI' CON5TRUCTfON CROUF', LLC 2411 MlNNIS DRIV� HA�T�M CITY, TX 76117 �Na 0� ��C�IBF� CiiY 0� FO�iT WORTH STANDARD CON57RllC710N SPECIFiCATIOiV DOCl1MEI�iS Form F2avised 2012U327 By: ROB EVERITT 5ignafure: !�1 � � � Title: Vice Pr�sident & GM eid 5uhmission �arms 1.xlsx 00 q 1 00 BID FORM Page 1 of i3 SEGTI�N 00 4) Oq eio FORM Tb: The Purchas�ng Manager c1o: The Purchasing Di�ision 1000 Throckmorton Streef Ciiy of Fark Worth, Texas 76102 FOR: 202� 4rs-Ca11 Pavement Mar€cings Cor�iract #3 City Project Na.: N1A LJnitslSectipna: Pavement Markings Striping 1. Enter inko Agreement �'he undersigned eldder proposes and agrees, if this Bid is acc�pted, ta enier lnto an Agreement with City ln th� form included In the Bidding Doeuments to perform and furnish all Work as specified ar indioated in the ContracE Documer�fs for tFte Bid Price and within the Contract Time incficated in this Bid and in accordance with the other terms and condiifons of #he Cantract Qncumen#s. 2. F3lbtiER Acknowledgements and Cer#Iflcatlon 2,1. In subrnitfing this Bid, Bicider accepts all of the terms and cflncfitlons of the INVITATlON TO BIDDERS and INS7'RUCiI�NS 70 BIpDERS, including witi�out limi#atinn those dealing wl#h the dispositian of 8id Bor�d, 2.2, Bidd�r is aware of 211 casts to provide the required Insurance, wll� do so pending eontrac# award, and wiil provide a valid insurance cerilflcate meeting all requirements wit�sin 14 days of notiffcation of award. 2.3. Bldder certifles that this Bid is genuin� and not made in the interest of or on behalf af ariy undisclosed 'rndivldual or entity and Is not submitted In conformity wifh any coflusi�e agreement or rules of any group, assoclation, organization, or corporatfon. 2.4. B9dd�r has not directly or indirectly induced pr salFcited any ather Bidder ko au�mit a false ar sham Bi�, 2.5, Bidder has not salicited or induced any fndivldual or enEity to r�frain from �idding, 2.6. Bidder has not engaged in corrupt, ftaudulent, cnllusive, or coarcl�e practices In com�eting for the Cor�tract. For fhe purposas of this Paragraph: a. "corrupt practice" means ihe aifeting, giving, receiving, or sollciting of any thing af value Iikely ta Influence the actlon of a public afficial in 4he bidding process. b. "fraudulent practice" means an inter�t�onal misrepresentation of facts made (a) to Influence the bidding process to the detrlment of Cily (b) to establish Bid prices a# artiflciat non-competitive levels, or (a) to deprive City af the benefiis af f�ee and open competition. c. "coilusive practice" means a scheme or arrangament between two or more Bidders, with ar withou! the k�owledge of City, a purpose of which (s to estab�ish �id prices at arfificial, hon- cornpetitive levels. C.ITY OF FORT WORTH STAHbARb Cdt�$TFiL1C710N SPECIFECATION DOCUMENTS Form Rav[aed 20150e2t Bid Submission Farms 1.x1sx 00 41 OD BI� FORM1A ; . Pdga 2 of 13 d. "eoercive practice" means harming ar threatening to harm, directEy or in�irectly, persons ar their property tq influence their participatior� in the bidding process or affect the execution of the Conktact. 3. Prequalificaiion The Bidder acknowledges that the following work types must be perform�d only by prec�uall#led contractors and subcnniractors; a. NIA b. C. d, 4. Tttna n# Complet`san 4.1. Time of completion wfl! be determined an a per work arder basis. 4.2, Bidder accepts ihe provisions of the Agreement as to liquidated damages in the event af fail�are to camplefe the Work {andior achievement of Mifiestones} within kfi�e tirnes specifed in the Agreement. �. Attaehed to this Bld The following documents are atiached to and made a part of this Bid: a. 'ihis BEd Form, Sectfon afl 41 fl0 b. Requi.red Bid Bond, Section 00 43 13 issuad by a surety meeting the requirements of Paragraph 5,41 af fhe General Canditivns, c. Proposal Form, Sectian DO 42 �43 d. V�ndor Compliance to St�fe Law Non Resident Bidder, SeCtion �Q 43 37 e. MWBE Forms (opklanaE at time of bld) f. Prequalificafion Statement, Section 00 45 9� g, Canflict of Interest Affidavlk, Seation a0 35 13 *lf necessary, CIQ or CIS forms are ko be provided directly to City Secretary h, Any additianal doeuments that may be required hy Sect[on 12 of the Insiructions io Bidders 6. Total Bid Amount 6.4. 8idder will complete #he Wark in accorcEance with the Cantract Documenks for the fallowing bid amount. In the space provided beiaw, plsase enker the total bid amount for thls project. Only fhis figure wilE be read publicly by the City at the bid opening. CITY OF FORi WOR7#1 STANDAR� CONSiftUCTRON Sp�GlFtGRTION DOCIJMEIVTS �orm Revlsed 201b4823 Bid 5ubmisaEon Forms i,xlsx 00 91 DO BID FORiVI Page 3 of 93 8,2, It Is understood and agreed by the Bidder in signing this praposal that the total bid amount antered b�low is subject to veriffcation andlor modificatlon by muliiplying the unit 61d prlces for each pay Item hy the respactive estimated quantitles shown in this proposal and then #otaling a!I ot fhe exEended amounts. 6.�. " ailiail6i� �i AI[oi��aic orp IT���� ;��� [i'113 IT ui -�i. �� �� � 1 � ':� F �_r-� L7iC� � 'LE._` k�l:$ �f ^Q^!1�7���.i�:- ``V�Y'• � - W Total 81d $ 1, 647,857, 5fl 9,647,8�7,50 7. 8fd Submit#al This Bfd is submitted on MAY 27, 2021 Ftespeclfully submi , y .� By: — - - (Signature) ROB EVERIT7 (Printed Name} by the entity narned be�ow, 7ltle: Vice President & GM Company, TRP CaNSTRUCSION GROl1P, LLC Address; 241 � MINNIS DRIVE HAL,TOM CITY, TX 76117 Stste of Incorporation: T�XAS Email: robe@trpconstrucfiongroup.com Phone: (817} 808-1466 �N� �F SFCiION Corporata Seal: cirY aF FaRT waftTy 57ANDARp CONSiRUCTION SPEGIFICATIQN DOCUAfiENTS parm Revised 2a150e24 Bid Submisslon Farms 1.xEsx �' � '- K � 0. � � 0 � a N 1, a � '� LE1 rs o o a o o a� o n o a a$ o 0 0 0 o c� o a o� o o n o 0 o a � p p O d C7 O C1 O O C] O C? O C7 O O b d d O�O O O O O O O O C7 O � b O O O O CJ � O O O C? O O Q O C� O d ��L) �fl O O f7 O C7 O� CS �� � O o O O O Q O a o O d O O O p p o O (V N N 4� p C7 O O� �f'� � O P � Eq l(1 p O c{] S'rl O 0 � O O� 0 Q O C7 4►� r r r N CI O O O N N f�f O O .� Ih k� (� CU 0'Y M Qi U� � d' ��i7 u'J W') �7 N M M P7 � 1�- I� Ih I� � O r � � v- �l) �� d Pq �" °-� bs r�r �r w�r �� mFi v3 ���i r� ��r s�r ffr t�r �r �-i �r a�r s3 c�r es c�r c� t� r� �r �r +�r � � o 0 0 o a o 0 0 0 0 0 0 0 0 0 0 0 0 0 o a o 0 0 0 0 0 0 0 o a � E�i �f7 �17 'd; �t 4 M O t� (O � O O O O O O O Q 4 C? O O�iJ �t7 ��� N� P CS � � � O Q C? r C7 M 1�) O r t- tp �j' � tC� lC) Q F� N L�V N� M f+') C� C*l O O �� N +� .� 7 � �.�Q�OIQIQI�I��p��lolo OIOIOIOIQIOIOIOI�I���I�I�ININ��IOIO���(p�VININ O O O O d C7 O O O N N N N O O O i� Y't N 4'S 1ry v'1 V'1 �/] �1 fl .-� �--i .-� .-• Vl v1 Vl ��c� r�ci. wu, s�. wwc�, s�c�w��.d¢ dd Qu, �d�w ��,��.a�a�a��a�a�a�a.aa��wawu�u�wwr�w,��awwa �d �Oi M �ry � M t�y ��' N c� �+1 M cr� cr�[r� e�! r�? M M tr� c� tr�r*� M M F�T M M M rr� tr1 t+� M F+ N hl N[V t`l N N N N. N N N N N N N N C`E N N N N N fV N N hl lV C`i G h n n E� [� L i� l� l� l� t t� t� l� l� [� L� r n t'� l� h l� t� h n S� [� t� l t`� t� � O �--i � .-� .-a .-e w� ,-+ .-+ � .-< .-� ,-. �-. ,� .-r «. ,-� .e r.t .y ,� ,-. � .�-� ,-� .� ,-. � �-+ � � .-i ���i N N N N CV N�N CV c�! c�F N t`7 [V N N N N C�! N N N cV N M c�t [V N r7 N N N N �� M['�'1 [+1 M M M M M M M�+l M M M Ch ['rl f+1� r+i M M M M M M M N'1 M c�'1 M M M M � � � O Q � d � � �a � 0. O � � V � i�, � � � � .� F3 0 � � � v � r; � p, � � N .� � � � � � � ���� �� rr r' ^� A'{�,� ,..^9 � N p. i"' R�,� �� F� V1 � '� � '� �� '� O .� � � �� � � b �� � � � .�, � C1 Ci ..r +s' ������ � � op� � ��� �`� �q � � �'"' � � o � � �� � � � -fl � v 'a � � � � � � ,�" � � ar ��•���� �,�.���� � � ��x.� � �� � aa ��� ���-' �o � o Q � � �Q~ � � � ���oa4����'4�?a�a ��� o a o a. � � o � � o ,,� •� .� .�,� ,� � � � , u � ,�c� �� ���� ;; � ��;� ����� � � � � �����,�.���� F" >, � �, -�+ �, µ� W � -�+ � W � � W r�., �-�-e 4 `'-' � � � F-� H F., E-� o sx �• �i � � aa � P. � � o o�o � � � 0�40 ,.�,°°� �y' a w� o�o � p, P. fl. �. s'�je � .�}G .s�e � � � ,� a�i � w. rn a. v� !a. �°° `�` o r� �'' n' Q G'' °O �� o o a o�� �2 '� -� � � a +�' � � � O � � � � � � �'o;�� °���r� o::,�°.'���� +'�r��'�� � ����� �� ,a � N y c+} W M M M M � G G'i >?'v T O Q R � � �� ���a��� � ���� ,; o� � 3 � a � � 8 �'�'�� �,� �x,�� q� �i � � � E, F" o � .,c � � �a o � � v o a � .� � � �" �" 5' o Fa �= �� O p a� � O °� � a� '� � '� a� a� v n� M�., �� o v°�c�iRGaA A�?-�t%iA A��"rQi��-' � �.'�°.'�Q �P;C4a4P; ,4;° aQi ,�;° � `�:? �r `v� v d� �r "� �a � +o �o �a � n o0 0o bo .��. � o�j O' o =s V� �t �h t� 0 � .-� � '-. r. � � � � � ^ � � �j W � � � � � � � � t5 �� � � ����������������������� ������; Vi N N �� V� r� tn H r� h m �� ��������������������������������� w s� w w w a. s�.. rs. w w w u, w w w w w w c� �: �4 � w w w w a; � s� a r� c4 .� tv M �r cr +n n oo rE m^er �n w cv r� � r�, �r ���o v> �-. ev r� er N oo a p O O O O O O�O 6 O O O O O�O O O O a a O 4 Q� O O O Q O O C7 O O�O 4 C O 4+-� +^� �--� +--� N N CV M[R O d C7 O+--� �•--� N M M til 000aooaon000v00000.-����rycv,cv�v,d;�d;�r � t� �� r r r r' � t� n���� t� t� � t� �� r ����� n h r � r' t� .--I r4 W rl � r+ e-y wd .-�-1 rl 'r-� r-� w�+ *"'� [�+1 M M M fNrl M M�+1 M M M M M M M M M M M M M M M M M t+t M t+1 M M M C�1 ��,-� N M��'r �n l� oo O� Q.' ;��,-�-� �� rr., �� N N N N N N N N N N[+�i r�i t� � � � m � � � � � � a ��g� oqa� � � � I " Q o � O � w � � m a o p o b O o a a o 0 0 0 o a o o a o a o 0 o a o a a o a o 0 0 0 0 o a o � O d d � c7 O C] a 4 4 Q P O q O � O b O O O O O O O O 4 a Q Q A 4 O O O O O � O ��f7 O O O �f7 4 O 4 d b O C7 lC7 3� O O 47 Q O O G7 C7 Q Q � p O O O C7 O O O O d O O f` O tf] O N�f} O O O f0 f0 M Cfl CO lf') C7 N O O d Q C7 O C1 4n �C7 O O �f'7 �Ci Q O 4� C7 iy iy o� M �.S? I� u� �- t� O o o *- �- �- N U7 r o u7 a o 0p 0 o f� i+ �� N f� �f1 0 o a ui � �' 1� 67 r LV [�7 r= tV CV N a�-- fy cS� M 4� ��f! ti� C�'7 t�0 Q~3 r M f� 00 � "ti1 r � � r P� EPr 69 fR H� 4fT 64 69' EA FH fR ftY EH ff� FH {f3� 64 64 69 69' ��} Hi ffl �i E9 ff3 f3 EH fH 4H fR E# 69 69 64 FR b4 fA m Q O Q C7 d b �t7 d O � O�t' 'd' N W�f3 P O C3 a d K] t7 O O O �S7 47 C7 C? C7 O O O b�O O � � O O C3 a�.fT o Gfl tf7 Q Q� N N t17 (O f� O ��[? O�[l Q O O O P N N u7 u7 d�Ci O � o Q O � � fV C+) � r r M S7 r= N d' a0 O O O O O r r O�- r CV � CO O l[) r LV ll� (O �- �- M(O � L� M q � ��'IN C�lln IV�I�� V�1��INI�IVi�I��F���ININlh1 Cal�(�E � NI41pI�IQIpIV�74�1�7I�I�1�IfVI�11I�I��VlI4j� 4 f I I ��a�a �.�'aa.�-���a`���,.�.�a.wa.�".i������a�aa,-�-���`'��a�.w'a,-waaa�w ,� � N N N (��y {�.7 {�,j N M M M M M M. tn [*1 Ff1 M�4 � M M M M M tr� rn M M M M 1D M M M��� N Cy N fV N ha (V N fY fV +^� �--� N(V N hl [V (�k N N N N PS "'� N N C4 �a" O .�-i � � .-�i �. �-n. rn. ,-n. .�-. �-�e w .-�,. � ,-n+ � �-�+ .�.. ,-N. rN. .�-� � .-n-� � r.�. .�-i .�-� � ��-+ � ,-n. � .n�. �-�. ,-n-� .n-i � .�-� �p N N N h! hk N N PI N CV fV N N N f�l S�i ht N N N N N N N N N N N N Cd [V N N N N N N � M m M M M 7'�l t+1 M M M M M M M Cn m M f+l m M M f*1 M HT M f+5 M NT M M �'1 M M M f�1 M M 0 � W � U � .� a � � p � a �1 3 �' :� ,a '.�s� � cn ar T o a ° � :d cv o � cn b�s °' � � � � D a p � ,° ro ;o � a� E� F� � � � � � � O O ,-. O' �� � S p„ o o Q A A �� � 3 3' �-a o � � � }, � w�' af' �� � �, c � ,° ;ro � o w �a:� �NA a� ��+?+r��` � i� � � �- � �y � � � ',� �' o o �, °� W P� R[7 '� c� �� V] � f5�q � N r-1 0. Y a� �^� *' L7� f� l!] � � � O O s� q � �+ �' � � y � � ^ �+`' � v V � O O � U '�, ,� � � D � � � � r. Y C� � ��s oA �'n v� v� cn � c � � �a � � b � ��� �� ,� � � � c� c� rn ��,��- 3 3��� �l ti � fl. o� r� r� �� n'�'i .N`".U�� C/�J � � � � � � ~ O � ��1 0 � � � � � � t� c�d t� W N N ' Sp, � � � � �- �- `-� � p F� - O .V) .3 � U � U � � � u � � � � y" M C� �� R � -��} a� O ��. � n-J � � 't� �. U ,� '� ,� 4-� 4-. � yv?� �}v} O b O�' �.�. � p � dJ � T] 63 �Gl O�Y'� �"' � ��� � P. R. R� 4] � A F� a�+ a��+ +�+ � R. � �" �" [! J �-. F, R. G. O O O � �" �'A � ��j 6., i.., o o� O O O �a� c�c�c�i�����a�����'�b�Y����� �������x Q �'�� �.�.� � � � ���� � ����.�������� � � ����,���H � �� � a � �� � � ���o o�. � o �.� �� � � ��q ������ �:� � a c�. a o o c�. a� o�-- •�' � o� a+ a � � � � ,-. o o a a si G? # .� o � a� .-, G . � U � � '� � � �, � �`' ¢" F-� [-� � � � � � � ._. Q n� � a'� � ���� � o 0 4, 4. w. ti � O O � A ��� � �������'� o ���� ��a°,c°a°.�o°,�a.�AAAA���ac�� � � � � - - " r CV 'd' t � � � � Q � e � - (V DO 'd' d' ^ CV o0 - - c N � 'd' O eF � oo d' C� oa ,-r N�n Q y�F �D `ao �� N c,l �O oo �,-, i? iD a0 � N N¢. � � y�������r���� F "°�������vy ���� �N C C7 �� G�� G er o`o �°,.»° c�v d� v' �' q� 4 'ii, `n �� �� ���������� ���;��� ;� � ���� ������ �� 0 O✓i w N N N vi N� an O O O O O O� O ��n � S� rn v� rN rn vi. N m y� vi �������������������������������'� ��������� fz.�u.wwwti,u.wwc�o�G�aG P:wRwwwwwtr,f.�,wr.�.G�+s�,s�.,sx.Fx�r�k,wwss+ '^ `� o 0 0 0 o a o 0 0 0 0 0 0 0 0 o a o 0 0 0 0 o a a o 0 0 o a o 0 0 0 ��� O O O O O O CS K7 O C q O Q O�C3 O O 4 O O O 4 O C? t? G O G7 O O d O O O �� � O O O P O Q C C� O Q G O O O O OO OO O O O C O O O O O Pa � O 4 O O O O n n vi o: rn c� �� a�i a�+ Q 4�+ rn rn rn o°i, c�r. � rn � a ca`, aa'i tl�+ � CT rn rn rn rn U' rn a rn m rn� rn mM�m' �'�o�irnrnrnrnrnrn�u�irnrnc�,rno�i�a�'ia�io�irna�irnrnrnrnrnrnrn�rnc°1itic�i�o�+ .-y^- 6 � � r� d� �n tiP n o0 0� o N cn �n �b i� c0 O� Q�-+ N M'd' �n �o t� oo rn o Yw N c�7 t} v� �n n o0 0, �� M M M M M M M V 1' V�� tF' d' �d' 'd' d' Vl Vl 4'S Vl Vl Vl ��A V"i V1 �b �O �O W W �O W�O �D �O � � � � y' � �� �� a � �i q f �€ �� �� �� i �� i e�� v. p � 0. � � 0 o a a o o� o n o 0 o a o o� o o a o 0 � o 0 0 0 0 0 0 0 o a a o 0 0 0 0 0 0 0 o a � oa00000d0000ao uio eia d o � oaaooaooc�u�0000gcva oa a a � !.C) LCl O�17 O� G7 O� hf C? O Q ifJ � r �17 O lfY � b � ,d M�--� CO r M I� ��� T �] N 1� (V (V r CV O f� I� s^' r r- s^ � �— t�^ s^ r � � r N 64� sFi 63 Et} ti4 ef3 a4 F� tF3 %fr d3 �} �? [f# ff�s fPr ti4 64 ffl tfl 6g G7 O C] Q� O P d d O t� CY O a O O O a O O O � � o 0 o q a o 0 0 0 0 0 o a o 0 o a o a o 0 ��'+ C] d O 6 O O O O C,� O O O C7 O 0 t� O O O O O � P. O Q O C? � a Q t7 O�IT O O � O Q V' �f? d d 1� � � C� C'7 M M[.4 M M M [i7 N N d' M��O [V N+- q � 0 o a o o a a o o a o a n o 0 0 0 0 o d o 0 o a oo�aociod000e5 (Op„ (Op^ (V p N(4 C7 0� O O � ��- N� s^ '�h N t- t� t� u} t� i� cr� e�} a�r t� r� e� �r O C7 P O d O.O O O d O O a000a�no�nu�aoo �'d ,=`Oc+'�YC�70C1CVCV M O �Q �I�l� NI��OINI�I�I�I�I� �INI���IN VOi IYOII� I� I�IpldO'I�I'O�' [v'Vld�l�]O�IO4�lalNl010 ] � ! W y� �+ �� f�i W f+� � i�i W��� W� iU W C�i W W W L�i � � fJ3 W W W W W W W� W w�k >-i �..� .a � �� M� � m tr� �y c+�cr� [*1 M M P i M M �y M M M t� M M K1 M� t+t �!r� M t� M �-�-� t"`I N���� CV � N N[V � f�l N N N[V fV� N N C�E N N CV CV N� N CV N N CV N N[�E ,� Crn�rt�r�rh�nn[-�nrn� �t� n t�t�nrr�nn�-�r�nn� o ., .- ,-, ,� ,� .., .., � .. .� .-� ,., ,-. � ,_ ,� r. ,� ,� ,� ., ,.� �.. .�. .-� ,� .� � ,.� � ,.� ,� .� ,-. U � CV N cJ N N N.N N nl [*1 ry N nl N N cd N N N N N N[*1 tV cV N cV cV N C�1 N.N N N N �� M� M M M M� M C�'1 M Crl Cr1 M M M M fri C'1 M M M f+} M M�M M M M m M Cr1 M M M M M M � � 0 � � Y 1"'1 � w � � � .O �p Kl O � � Q ~ �l N N � �� � � .. � � �y�� � � �:�� � ������ � �� � �; [� � 4 � � � � R � .z} v' � }� � � � � A � � �. $'i � � � � � U � �1 � U Aq � � � � O ,d Q zn o v � S :� � �^����x� ��+� ��. ,d � �� o ,'� m a� � o� f� c�v v1 r-� �. � b bp U � p ^ � � � '�p,p CA � °� �� P. � sC ai 4E' � p �j � � � � 3.:� �,� �y'r�n� in .��.i.�� �M � �� � � � � � �c � ����-- �� � ��a � �- � � ° o ,-. � � W . ` . '� : -' � � an �ua o"3� � � � � � � � q � 5 � � � •� '� � '� 3 3 3 � � :� ;St '° a a o U � � �'-' .? °� �NNcv'vN r�+tNNo ar�i a p � � ��y° �7 c � C �. .. � .Cy ..-. .. � �` ... .r �v 'D �+ � �"` � � =�+ � ' � � H �y �y �y � � � � I--� iq Q'd V��.r{' ,b ���a a� a} W� e3 c7 � S� a� � O 6 O Q � d. op ,.�.� � N � .d . 3 '� ,v � � �:, ,� � � � � � � � � � � � �o U U U � o 0 4 0 0 v �� .,� " w. a., �,-� v-� w. w�,.. w ^� C� C� U°' 4, � w a-, w '� u xi o d� US r'�-7 ��} i. a� `� � a� � c=-� a� m a) w � �� .� � N a� �� f� F4 �i pr �� A.� L�i P.� �«� i3 �.. � o u o� .� on � b R� �?� :� r� r� � � � u u � � ss � ��i X��� Q �p, ��� `� � 9 7 w r(� M � '� � 'r3 •p '� '� U '� f� C�'i � �" � v C � 6 � � ,� � � `c� � c� `t� c� ,� � �p C� A � � VJ C/a V1 [/� tA' N c� �v �{�d a� cu � Q a a n. a. a"" o. '" a. n� N r, t� ��7 E�- G0 OW PR a7 y d� 45 N O O O O O Q� O Oq O O p��p, v�,� U U u� y�' �j � A � � � �� � � � � � ,.�q �� � � ��q � � � � dl ,��y � �' � � � �T � � � � � � � � � � � p�., p�., p�., a pe ps a p� A�, t--� E�-� �� E. ��� � E-� H� o d� ` u� o e i� F-� f�q k-� E-� [—� e�d c�tl ��� _. .--� �,—. �.� `� a� p. �.. � a W P.� a W a ������� ���� ������ � � � �� ��� w � ������ ��y� �� ��� ������� ��� ��. � �� ; ;�vf v;;b��ybFy�Cy� •i-i �N � N f�- V I N h N V l !� N N � V 7 N H � Q. N y��-J O. � 5 O d O � � L 6 [ O L O � �������������������� ����������;aa����� C� O O O O O O C7- O O O O O O O O O O G? O O O CJ � O C7 6 O Q O O O O O O O O O O O O O Q O O O O O O O 0 O Q -0 �O O b O O Q C5 O O.O O � O O O o�s000000000.00a000 oc� o occoo,004 ooa0000 a°'.arn�i.`��'o�+rn$, �a°`irnrnrn �rn rn v`�+ rn� m rna�+�rnm `" rno�, °�Oirn�rnrna°�ia°�+ rna�'�rno�.a�rno�irnrn rno�rnrnrn rn rnrn aY rn rn rna�a�rnrn�.rn m�'�+rnrna�rnrn � o ;..� � o N rn d� a, � t� oo rn c r. nl m a� �n � n oo ati a� rw cn �r �n �o t� ao a+ o... n1 r� C4 � � �n�r�-� �-��`000nouoa000000 0000 0o rnrnrnrna�a�rna.rnrnaoaa� � � � a � m � � V N ��� �z� ��� ��� I �° � '� `> O � v w $' � w o a a o 0 0 0� n g o 0 0 o a � O C7 CS O� G� CJ O O � 4 O O O � O�O � O � O O 4 C7 � O C7 C? O O o p O� Q O O C] O b d O O O t[1 � � O 1� � �CJ � 1P'� � tf7 � Lf7 �f7 �fl l!') � N p� .Cy CrS N N N[V � O G� � FPT (!3 ffi 69 Ffi f!-k f�i�3 FR 69 tf} ff3 F�} d9 6� 6F} ti � � b d� C7 d O C3 O O O O O O O O � c�.� O Q O O O 4 O Q O Q 4�4 d O d � a �[7 �O O O O C O C7 O O O O O O� I� c^ r r � r r Y t- �- r r tp l{'1 N � r�- � �����I�l������o��,fo���N�,��o�010�0 � ����������������� �WW����,�W��W��� �' � c`S N N cY N N N N CmV N fV N N CV nl N � o.�n�t�r��t��y��t�nrt� �� � ty tV ty tJ N N N nl N N cV N c�! N c+t� N �� M f+] M M M(+1 M M M�'�l M M M M M M 0 .� b �i � � 'a C� c � � � � � � � ... $ wi Q n�i � � 3 � � .��i U .'"'7- � �� � �d`� � o r�y � �S � '�' � Ca N � � � � � � F. .s'�. r�' � � ,n �' a �G � r' � a° � w v-°� U� � � �. � � � U � � M � � G4 � C7 �� ��o��.° � r.°�c�tv y„A 3v�i��' � r�,� x� �-1 � y g a� � aMv�o o��aa���� o F o� ..,..w,. k�.W w��.� o Q O Q O � O O O O O d O��,� [} �4. �+. w w �.. w� w� �s. �r-e 4-� w< p a� v�� a� a� � v e� ;� .� w � � 5 � � � � � � � � � � A A R s i/) V] V3 Cn G!J Cq V} U] Gn VJ r/1 V] �" m a�+ � ���������v������ � � � � � � � � � � � � v � �d �u w w�v ro�s m m m ca «� �� o �+. P. A, la R, p+ P.s P, P� P, Pi P. r, � p ���� �������� �� �� ������������ �C3.�C.tp,bC�p.��"b�ybbCbC.�['�.� �� c� cd N �tl ai hS td � id h! Cd �� m � Q �����a���������� �,��a���,���a��.��� 0 0 o a o 0 0 0 0 0 o a o 0 0 0 O d O. O O p O O O O� O d Q Q O S O O O O O O� Q�O Q Q d O O ai rn o; rn v� o� v� a+ rn o� o; rn o+ a� � a� o,a,a�rnrnrnrncnc�o�o� rna� a, rn rn rno,rn� o�a+c�v�a� o�rn rno, rn rn c7, rn cr v. o.� rn rn rn rn rn rn a, p, � : � • z�y O d 4 O O O r. M] M� Vl �D h 90 ��� N � G tr �.-� r+ r-� r+ r-K .--� rt W i--i �� o a o 0 o a o 0 0 0 0p 0 0� n o 0 0 0 0 0 0 0 4 0 o a O d a o a o 0 0 O�fj O lI7 O O C7 � O O C7 C] O O Ca C� C7 O O V^ 67 �`O N� CO fp 6] (O {U CP � O� O C O � f) r d' fV CV �l' �� i� 64 EH &4 h�? EA 69 64 69 f!> Efk 69 6F} V3 ER- F%i 6F} (fi EA 0 0 o a a o 0 0 0 0 0 o a a o 0 o a O� ��A O O O;f] O O O O 4 4 O O p O r r P7 `3' F� � t- �r r r r O � O O O 0 � N N d' d� cA h I�DINlO ���.4�tl�Ow �I�I�O�f7,�� O 4 Q�oSOIP O � � � �I�I�I�lal�l�l�l�lalalW I�I�I�I�I� IW M M� �tri !*1 c*� M M M �1 M[�'f e� �+'i M M t�i cV N N N N N cV N cV N N nl nl M N N � .�'. � � � � � � � � r � � .�-� � � � � CV N N N N Cy (�l� (V N N N� i^E� N[V N CV N S�S c*1 M. r�7 �� m c+1 N1 M m M M [�1 tYl c�i M M �c�l M � � � C � ¢ V �['�/1 a7 p a� al a �.. o � '-a r�-1 �l u � � ;�'� "O ;� � a � �o a a � ��� ��� c.'�'Z ;� $ o�� o o k <d � ,-.�� dy � A] y � '4 y�_ N � � � a ,� � � � O � Q � .� Q�.�� o � ° � ��� ����� ������� � � O .i-6 D � ,C7 � � � 'C t N � y '��e � '[7 � T ,� r�" �, �' Q'� �l �� rl N � '�' � � � °,�' � � "�v�Ki��°b f *' }� 4 � �����=��� ����= � ,� .� � .� � � � .� �, t � Y] N V1 �s � +�o n� N ;� � � � � � � � q i � �.`M'� n �V�U�UC�� G1 ���'"F"E" � �i �3�.��'a b' � b� b� H� H�, T�, i �� �� ��� � T �' � .� x� W W ry �v� �� I � wua- - cn�� t t � �oo��°�,°� d.�noo�°,°��� ������������� ��������:���o 0000c�000000 O O O 4 O O a O D O 000,000a0000 rn rn rn rn rn� rn� rn�� o,rnrncnrnrnsso+o�a�rn � �4 .� � m O �"n sn 'c!' �„� N Q q � �., o � � en ����� ^ � � � � N � � YO � "O ��� o� � U U q�3 ro ���b� � ���,� � � � A .� � � � p � � � � � � � � r-; .-, r, r, � � � �G �q �� � N ,�ryy ,-�N-i � .-y�+ N ���..�.. :� � � �o��� o � � U U U U � � �u �a �° �v' � � � � ����� � �� �a.� � s.� a, w U U o u u � ��� �� � ����� � � � � � � � � � 0 ��� � � �' � ����� ��a N 0 o a a ��ry 0 o a o ��� rnrn� rn ��� �� � �I�I�INI�I�1�1���1���1 �' ��I�I�I�I� I� :� � P S�� � � �7S � � -ti ^1 'f3 FQ 0 � � � U � � e� Q � � .d N �0 69 � � � � r�- O O�O O O ta C? O O d d O O O O O O � d O. O 6 O O O 4 O C] O O O O O 0 0 0 o a o 0 0 o a o o a o 0 0 0 0 0 0 0 0 0 0 o n � a a�n �n o 0 0 d000c�ri00000aootic7aocsooaooao 0 ouit� t�via�++ t7 b O O� O a S? O � O O ��i7 f7 tfi O a£} t[] � O � O O O Op � I� �`1 c7 l� �7 I� Q O O � 00 O C7 61 Q O�[3 Q[p o6 O'cY O�fi �f7 f+1 Q 4 00 O O �fi � 1+ r- � N M d' � r� iV 'd' �(fl � r N a-� r' �C7 N � r.- e-� nj e= N� � eF} 6RT fR b) :A H9 E� H3 N3 49� FA FR 6�} 6Fr ff} S{i H� 6R? FH fi�} cH� b4 FR 4H FI} 6F} 6�} b9 6R3 EFY 69 FH 69 d9 O O O b lfl O O O O� C] O d O O O O. O 4 O O O b C] O O O t5 �f J O G7 O C� O p p p p pp C7 p O O O � O Q C7 O Q C7 O C7 O G7 O O O O O p O N � lf! O v � oociuioni�rcoaoodauiuioui�oouio uiaaa co oaoa4riui�n 5� 'pd' tp r CC7`i �7 � Cd aY0 �O S7' N� r►[?- � O� CP �� l� r ln N �,clo lolo{010�o1�loI�I�INlolplololololnfololo�olololo�o�o o I�IoI�INI�INI� �� I��I � 1I1� i�E�i11 ��� II � a 3� �C ds.i, c��*. w Q Q dQ dQ@ �w Q�.c�,t�dwu. ��w wu�w��,a�a�au�s�wu�ws�wwr�wwuau�r�u�w� r� w�a�a�w.aa 4 O tr� �*7[r� m� M I+i M M M M �r} [� M �y M m �vy M M M M mm �ry KI M c� M t+� M M M M ��-• (V f��� N N N N M N N N N N N N[�l N N N N N N CV �`7 �`7 N N[V � N N l�i N[V ['+! N �r rtn�t-�-t-t��t-rnr�nt-c-t-rr�-tit�nt�t-nr r n���rrn ?�' a ., .� rr r, .-e � r, .-. r, r. r. r� ra .� �. .W 'w i-. .-� .--� r. ry � .-� .-s .-� r- .-r .-� �, '+ .� � r-. �. �� M � M M C'h M M M M M M M M M M M M M M M M M M f+l M M M M M M. M M M N� N1 S� G � � � � w C�' yry 'C1 b�l � � � � � � N � � � Ne�j w � A a � D �y � � G 3 � ' � � 0 � F � � ��QS � � 4 � � � E N � � i/] N �ai,i� � ,� � y � � � � •^" U U � �"�. � N � '� ,`� .f� � � .� S � O O � � � � o O �� � �' � q � o G ,-, � ,--. �+ et ,�y V �.�f. �. Vl N .O O m 'd � N VJ ri'r'� V] � � C,� �� � � � � N � O � � N � � � �„ �m ?�wy} ;��p 'p�3� r/a cL ^ � � �, � O � �' °g v G G C'i ^ � � .� '� ' ;, '� N ^ T7 ,d O • " � ^�n (V '3 3. �'r� �? b � '� '�'��-.0���•a o � �, Q, � Ut5� � � � � q �M�.�` � F� � � � � � �%J � V� � � O � s=i � F� w � � � � � � o �T' v� *+ � � � Q O � � a4 � � ,��' W � � ,yy ,d � .� �' � � � �� � , a� � o � � 5 � :� .� � � � �O , � � N � '� U � � U � �y.�i b � � � � � ,� � � � � � � Q r� U U(.]V �'�y-'� o�'c]`n��i�"�C�� ai � 3� evi*'4 °' �.b � �x3' �p � �O ti ^� ti � � � o � � � � � � '� � � � S a� a� aa�° � e� �? ;; °'3�� �� ��N�.� � a�,s��4 � �� � '� o �. °�(� � � � ,�-� N P. •--� S< ^ � � � � a R � G� 77 � P� y.� � � � vU � .'�'1- � O � y� � �` � � P�'"- n�i. � N � � �„g � ry Y/� C�r � � �+ `v � � • `V'-' rjj G� � � � � •� � � ,�` � � � "� `#�, � � '� '� k �, �, � S� � a� fi3 a`'i �i � �`i �3 a`"i �i � a``i a'"i �i v �` � a''i � .,� 3 0 � k �i .� •� � �,� � ° R�a�,�.��,����,�,�,��,�������o � � ° 'p� �,� � p, p, �,, " � ' '� �". o a p q p o p p 0 0 p� q � � � a� a �i A D O O. O� W ���'� �. � t� 0. R P. F1. R O, i1 P, [1 f3� . P� p, L7. C�"i �i y+ �. � � �5 � � �, � F � •Fs � n � •� •a' •rs •� •� •�. � �z+ xs . � a o � � � � � � � � '� '� '� � '� '� '� '� '� '� a "� a '� '� � � � � w � � '� � � � � oo M � N � � � � � � � � � � � � � � � �. � �, c, .� � � � �. 0 ����������������������� ���q� � ����� � � C€ � � � ���Cj` �^�' � � � � � «� � � � �. �� .q � � cd � N � � � � � '� � � � � � F. .± � �i � � Cl N N 4� E! . W � N N lA VJ N N � Vi N Vl �V t/1 Vl r? 7 �' � i O .� O N ,� � •� •� 1� � '� ,� ,� •� '� •� •� ,� •� 1� •� � ,� ,� ' ,�'•� •� ,� ,� ,� •� � � � � � � � � � � u. m w u� u. w w w t�, ti.c;. w w w w w w t�., � w u. sx. u� w u� c�.� r�. w�, �: � c�4 r� ��� 0 0 o a o 0 o c, o o a o 0 0 0 0 o a c o 0 0 0 o a a o 0 o a o a o 3�� o aa 00000 c�000 0000aoo�c.�000 gdq o 000 ooaa 0 o c o 0 0 0 0 0 o a o 0 0 0 o a o a o 0 0 0 0 0 o a o 0 0 0 0 0 o a � P��g �p� O�+ � a Q�i U � � � T � � � O�+ � � � � � O�i O�i U � O�r � �G'� � 6�i O�i Q�+ �p� � 4 � �ppp��� � � �pr G� � O� � Q�i .a ���� Q�t 6�i a T T G�V O�i Q�h O�i �� 0�1 01 d�1 0�1 O� � O�t �� 01 � Q�1 O�i Q� �y�°� U � � ; ; �i�f Q �--� %-i 01 d- fV r�l t} h i0 [� O� Os O (`1 M d' V1 k� [� 00 tl1 O�--� N M'c!' Vl �D i� Otl CT Q r+ N1 tl' d' � V' 'd' d' �f1 Vl V'Y �/5 V� ��!f v7 V7 V'Y lC �D W�D �O � �O �6 �O �P A i� t� Tl!� .-M� d' d ..�r � .-+ � r+ r .� .-. .-. ..-. � � �--i .-` .--i r-i �--i r ,-i .-. r-i r-i r-i w+ � � r-. r+ 4 W � 4� m � o o� o 0 0 0 0 0 0 0� 0 0 0 0 o a a o 0 o a �� � [aociaod00000 ��� � '� �Y) d{� O d d b O O O O �� y CV ln ui Q l� i.f� � 1n tf7 l[i � 1���1' vi a ,d r- N r CV M C? P'3 f� 07 (p [V � � � ��' � �� � � tfi d} d T 54� 64 4�? 69 69� H 1 64 ff} � � � °� O b O� O d C7 b O� O � � �' �riaaoaoaoaoo � � !� ¢u4iu4'i�'io'Cidoc�do nnc�oaao .� .�- c� a �ri �ri �n �n u� �ri �n � � nf ri o'i rti c� c�-i � � �� � ° � ����r„-���,���.-. �"��"v d a� 0 V ���ww���u��r�ww � � •�z+fl m rxmo m o oaoo '.��o.-, 000ao � o � n[=rn Moo �oo �U N� V�t' r� ti r. r-� � Fn M M c+S- O O O � � O O � � � � � � L� C .� RS !Q Q 94 � � � � � V Y N �y^' U � � � �bA + � r+ `-. � .�-� O a �y ["�'� O O 4 Ql � Q d O .y O P N O O O � � �O O � � b�4 �bl! O � � d a � � N b G � � � ts3 �, v1 � � � 6�v9: v ,� 6�,�9 vt � � p, a o� o 0 � '� Q � '�^� � '� . . ,� , .� � W P n� � p,n A p p �. � �' *' � � A A � � � �.. � w, �. �� �� ,� � � f�t '� 'd 'O � � , �.�'�aooao ����'��� o 0 0 0 r.�a°.wHw �33�t'� 0o rnoaO1,000000 Qornoo� o a;orn0000vo �� rn¢� m o a o n r a' m m cn rn�-, �-�, � .-, ,-„ Y 0 .� Z n�`t�° t�- r N o40 0 oNo o`no o�o ,T�� � � .-� �-. r. A�I � E}Q 43 i 3 BID BON� Page 1 of i 5ECTIC3N Qll �43 13 BI� BONb K[30W ALi. BY'�HESE PRES�NTS: 7hat we, (Bidder Narrme} TRP CDNSTRiJCT10N GROUP, �.LC hereinafter called the Prir►oigal, artd (Sureiy �ame) ' ' ' a corporation or �irm duly authorized to transaai surefy buslness in khe 5tate of Texas, hereina�ter caqed lha 5urefy, are held and firmly bound unto the City, hereinafter called the O�Ilgee, in the sum of Fi e Percent of ount Bid and No110o oollars ($ 5% of Atn.t, �3id .�14), khe payment of whlch s�m wHl be well and trufy made and ihe said Principal anci the said Surety, blr�d ourselves, our heirs, executors, admin[strators, successars and asslgns, jofntly and severaliy; firm by these presenfs. WN�FtEAS, the F�inaipal has submitted a propasal to perform wark for #he foflowing prnject of ihe Obligee, Identified as 2fl2i ON CALL PAVEMLNT MARKINGS CONTRACT #3 NOW, 7HER�FORE, if lhe Obligee shaEl award the Contract for the foregaing project io the Principal, and the Princlpa! shalf satisfy all requirements ar�d conditions requlred for the execution of the Cnntract and shall enker into lhe Coniract in wr9ting wifh the Obligee in accordance with the terms of such proposal, then this 6ond shal{ be nul! and void. If the Principal fiaEis to execute such Conkracf fn accordance with the terms of such proposal or fails to satisfy all raquirerttents and conditions raquired for the execution of the Confract in accordance wikh the proposal or fails to satEsfy all requirements and conditions required for t�e execution of the Contract in accordance wriih the proposal, this bantE shall bacnme the properly of ihe pbligee, w�thaut recourse of the Principal andiar 5urety, not to exceed ihe penalky hereat, and shaN be used ka compensake O�ligee for the difference beiween P�incipai's Toial Bid Amount and the �ext selected �idder's �'ofal Bid Amount, SfGN�D this 25th day of a , 2Q21. By: TRP C�.�ion Group, LLC *�y. and �i/��'irT' [�t;u�t�. /���2. �� (Sfgnaiure � "'Attach Power nf Aktomey (Surety) for Aiiorney-in-�act �IVD OF SECTION Megan K. Doua�re Impresseci Surety 5eal Only CITY OF FORT WORTH STANi7At2p CONSTfZUCTION SPEGI�ICATION PpCUMENTS Farrn Revlsed 201'Ifl627 00 41 041 b0 43 i3�00 424a afl A3 37 00 4512_00 3513_Bld 2021 �n•Cell Pavemenl iVlarkings Contract Sxls _ ! ��i l�]�%.�� �a n �: le� .`4�i1�.' �� ��`I';r. � ��� � � � �C{ ' d KNOW ALi. MLN B'Y' TIiBSE PAESESTI'S, that ATLAiVZ7C 5PECIALTY INSU�2AFVCE COMPAIVY, a New York corporedon with its princlpal office in Ylyrnourh, Minaesota, does herehy consiicute and appoint: ElizaUeth I{ 5terling, Wesley P Williams, �enjamin A, Stah1,14Iegan IG Douaire, eadti indtvidually if the3ce he more than one named, lts uue and lawful Attorney-in-Fact, to malce, execute, seal and deliner, For and on its behalf as s�rety, any and all bpnds, recognizances, cvntraCts af indemnily, and all olher wri[ings obligatory in the nature thereof; prnvided that na band or undertaldng exeeuted under this authority shall exceed fn ernount the sum af; unlimited and d�e execudan of such honds, recvgniaances, contracts of indemn'rry, and all otherwriungs ohligatpry in the naiure thereo# in putsuance of these presents, shall be as binding upon said Compaqy as if �hey had been fully signed hy an authorized officer af the Company and sealed wI�h the Cpmpany seal. T6is Powe� of Aunxney ls made and executed by autliorlty of IEie follo�vl�g resolutivns adopted by tEie �oard of Directors o€ ATLANTIC SPEGIALTY LIV5i1ItANCE COMPANY on the ttiventy-Flfth day of September, 2012: ResaLved: That the President, any Senior Vice Pies3dent or Vice-President (eaGh an "Author3zed Qif9cer") may execute for and in beha]i of the Company any and ell6onds, recog�izances, contracLs of indemni�y, and alf ather wrttings abligato�y in the 3�atw�e thereof, and af�1x the seai of the Company thereto; and diat the A.uthorized Dfficer may appoint and au[horize an Attorney-ln-Fact to execute an hehalF ot the Cort�pany any anrk all such instriunents and ia afFix the Cnmpany seal thereto, and that the Authorized Df[icer rnay at any tlme remove any sueh Attorney-in-Pac[ and revalce all power and aathnrity gi�en to any such Attorney-In- Fact. Resolved: Tl�at die Attorney-in-Fact may be gtven fuli pnwer and auihvzity to execute for and in the name and on behalf aF the Company any and all bands, rerognizences, cantracEs af indemoi ty, and all other writings abligatory in the. natuie t�iereof, and any snch inst�ument executed by any such Attomey-in Fact shall he as binding upan ti3e Company es if signed and seafed by an Authorized Officer and, further, tt►e,A,ttozney-in-Fact is liexehy authortzed ta �exify any afftdaWit requixed to be attached to bands, retognizances, cont�acts of indemnity, and all other tivxkings ob3igarory tn d�e nature thereof. This power nf. attorney is signed and seaied by facsimile under Ehe authorlty of the following Resalutian adopted by the Bnard of I]irectors nf ATGAIVTIC 5PEC3ALTY INS�CYC� COMFADIS' on the cwenty-fitth day of 3eptember, ZO1Z: Resolved: That Ihe signature of an Audior[zed OflEcer, die signature of the Secretasy ar the Ass9stant S ecretary, and the Company seal may he aff�xed by facsimile to any power of attorney or to any cerdF�cate relatfng thereta appoinfv3g an Attarney-ln-Fact foc purpases on�y nf executing and sealing any Irond, under[al<ing, recagnEzance or othe� wr(tten obligation in ti►e nature thereof, and any such signature and seal where sn �sed, l�eing hereby a8ppted by the Gompany as the original signature o€ such afficer and the original sea! of Iha Company, to be va7id and binding upon the Company wiEh Ihe same force and effect as though manually affi�ced. I1V WITNESS WHEREOF, ATLE�iVTIC SPECIALTY INSURANCE COMPANY has caused it�ese presents to 6e s3gned by an Aulhoriaed Officer pnd the seal of the Company m he affixed this twenty-seventh day of April, 2020, STATE OF MINNESOTA HEI�T�PIIY COUNTY �a,,,,,,���������,..,.,�,,, �a�\P��V I Ns�q,,. �q4'�COFFaRAT�'9pi =y: SEAL ';m`- ir�., 1986 �o= Sy +�6)yF�' Y��-��b�`? �aul J, Brehm, 5enior Vfce President 4���� �� , � i � , n+ �°"°�• On tliis [wenty-seven[h day of April, 2020, hefore me personally rame Paul J, Brehm, Spnior Vice Ptesf dent n£ A.TI.ANTIC SP�CIALTY INSURANCE CONIPANY, tn me persanally known Ea be the 3ndividual anti ofFicer descrihed in and who execuEed the preceding 3nsuwment, and he acicnnw]edgecE the executlon oE flie same, and heing by me duly sworn, that he ts the said ntiacer af the Company aforesa�d, and that the sea] affixed to tltie pxeceding instrument is Ihe seal of said Company and that the said seal and the sagnature as such ofFicer tivas duly aFftxed and suUscribed to the said insuvment by the authnriry and at t�e d'ue�tion of the Company, ALISON DW�N H�Sw•'�ROUi R NOiARYPUFiLIC•�IIHN�SO'�A My Commission Expires .ienuary 31, 24a5 liJ�1?/V��� �Vn[�y Publlc. I, the undersfgned, Secretuy of ATLf�N'I'IC SPEC[AGTY IMSLfRANCE COMPANY, a IVew York Corporadon, do hereby certify that the Foregoing power of attorney is in full Force and has not been revoked, ared the resolu8ons set forth ahove aze nnw in force. 5igned and sealed, Baked,�� day nf �, 2D2.� , ��IIIIIHrt�l�l� This Power of AtCarney exp'sres Januazy 31., 2425 a�,`P��'� I NgV9.,, y = qtriG''GO4PORqr�;9n= _�: SEAL ':rn; =Y•. i988 •`o� s26.�FW vd?�';hb�� .,,?1 y • •� ��,,,. h��1I11iN��1�f�`� �7�[�'—""r�� ICara BarroW, SetreEazy Please direct bond vertfications ta ;,;r•.;y� ��.�, �.,,,. �, � �*r----- ---- 00 43 3i VENDaR COMPLIANCE'f0 STATE i.AW Page i 4 af 13 S�CTIOf� 00 43 37 VENDOR C�MPLIANCE TO STATE LAW NQN RESIQENT B1DpER Texas Government Cade Ci�apter 2252 was adopfed for tha award af contracts to nonresident b3dders, ihis law provldea thaf, In order to �e awarded a eontraot as low bidder, nonresident bidders (ouf-of-stafe contractors whose corporate oi#ices or principal plaae of business are a�tslde ihe State af 7exas) bid projects #or cansiruction, impro�ements, suppiies or services in iexas at an amount lower #han ihs lowest Texas resident bidder by the same amount thal a Texas reaident bidder wauld be rsquired to underbid a nonresident bicider in order to obtain a cornparable contract in the State wi�ich the nonresident's principa! plaoe of bus[ness ls located. The appropriate blanics ]n Sectfon A musi be filled out by all nonresident bidders fn order for your bid ta meet speci#iaations. The failure of nonresiden# bidders to cfo so will automatically disqualify tha# �idder. Residenf 6idders rnust check the box fn Section B. A. Nonresidenk bidders in #he State af N1A , aur principal place of busmess, are required to foe NIA percenf lower than resident bldders by Skate Law. A copy of the statute is altacf�ed. Nonresident bidders En the 5tate of NIA , aur principal placa of businass, ara not required to underbid resider�t bidders. B. The �rincipal place of busEness of our company or our parant company or majority owrier is in ths 5tata of Texas.0 �I�D��: TRP CONSTRUCTION GROUP, LLC 241 � Ml�INIS DR1V� HALTbM CITY, TX 76117 By: ROB EV�RITT f 4 � _� . �- �_ (Signature) Tiile: Vfce President & GM Date: �f Z �' �Zo Z-�l GND OF S�CT10N ciTv nF �o�r wo�rH STANDAR4 CONSTRUCTfON SPECIFICATION dOCUMENTS Form Revlsed 2a1108z7 Bld Submissfon Forms 1.xtsx 004S2G- 1 COAITRACTOR COMPLIANCE W1TFj WO�tKER'S GIJMPENSATION LAW Puge 1 af 1 SECTION OD 4� 2G 2 , CONTRACTOR GOMPLIANCE WITH WORKER'S COMPENSATTON LAW 3 Pursuant to Texas Labor Code Sectiot� 405.046(t�), as amend�d, Contractor ceE�tifies thai it 4 �rovides worker's compensation insueance coverage for atl of its en�playees einplayed on City 5 ProjectName, ���=1 ��;� �,',�',I'',�s�t:;�_��;i ��],��;.;���..,c.��.��.;;;�..�=�',Cvntractorfurthercertifiestlaat, 6 purs�iatrt to Texas Labor Code, Section 406.096(b), as amended, it will provide to City its 7 subcontcactor's certifiaa#es of anmpEia�lce with worker's comp�nsation co�erage. 8 9 CONTRACTOR: ]0 I • 11 %!�P L��NSTIZU�..T7�hr �YL�s�fJ. �CC By: I�o b�V�'Y�! i� . 12 13 �a� 15 16 17 18 19 24 21 22 23 24 25 26 27 28 29 �n 3l 32 33 34 35 36 37 38 Corn�any 2 �1111�rNMa s v� Address (Please Print) Signature: � - � /Tf� L`f7LJ i � � il, �` i'itle: ��f+� �iz�!/1e� � a�r! �M City/StatelZi p THE STATE OF TEXAS COUNTY OF TARRANT (�'lease Print) BEFO ME the undersigned authority, on this day personally appeared _��+'�� __, known to me to be the pea'son whase name is subscribecl #a the foregoin instrument, and acknowled�ed to ine that he/she e�ecuted the s�uneas the aet �nd deed of '[ �G�WIS�ii�/1 I,LC fo�• the pu�•poses and considera�ipn the�•ein expressed and in the capacity therein stated. GIVEN U�iDER MY HAND AND SEAL OF OFFICE this � 7� day of �a+��,�Y" ' . MARIBEL GDNX1R�.fX :'r � . ' !ery �ub�iC, StetA � �pxas �omm, Explres f - ..��4 ` --- Notary {0 13C - - � � � Notaiy Public in and far tlie State o exas �ND O�+ S�CTiON 39 00 45 40 - 1 Business Equity Goal Page 1 of 2 S�CTION UD 45 40 Business Equity �oal APPLxCATIDN OF POLICY If the tota] dollar value Qf the contract is $100,000 or more, then a Business Equity goal is app.licable. A Business �qui�y Firm refers to certi�ed Minority-, andlor Women-, owned Susiuess Enterprises (M/WBEs). fll 9 10 11 12 13 l4 15 16 17 18 19 20 21 22 23 24 25 26 27 POLICY STATEMENT It is the policy af the Caty a.f �art VVorth to ensure the fu11 and equrtable partic.ipation of Business Equity Firms when applicable, in the procut'ement of all goods and services. All require�nents and regulations siated in t�e City: 's Business Equity Ordinance No.25165-10-2Q21, (replacing Drdinance No. 24534-1 I- 202D {codified at: http�:/lcodelibrarv.amle�al.com/cadeslftworth/la#�st/ftworth tx/0-0-0-22593} apply to this bid. BUSINESS EQiTITY PROJECT GOAL `I'he Czty's Business Equity goal on this project is 5"/0 of the total bid value of ihe contract (Base bid applies to Parks and Cornmunaty Services). METHODS TO COMPLY WITH THE GOAL On City contracts wh�re a Business Equity Goal is applied, offerors are required to comply with the City's. Business Equity O:rdi�aanee by meeting or exceeding the above stated goal or otlierwise comply with the ordinar�ce through ane of the following methods: 1. Commercially useiul services performed by a Business �quity prime contractor, �. Business Equity subcantracting participation, 3. Combination of Business Equity prime ser�i.ces and Business Equity subconfracting partieipation, 4. Business Equity Joint Ventare/Mentor-Prot�g� participation, �. Good Faith Effort doeurnentaYion, or 6. Prir�e cantractor Waiver documenEation. 28 SUBMITTAL OF REQUIR�D DOCUMENTATION 29 AppIicable documents {listed below) must be received by the Purchasing Division, OR the offeror shall 30 EMAIL the Business Equiiy documentatian to the ass.i�ned City oi Fort Worth Project Manager or 31 Department Designee. Documents are to be receivec� na later than 2:00 p.m., on the thfrd City 32 �usiness day after the bid openiug date, exelusive of the bid o�ening date. 33 34 The Offeror rnust submit one or mare o.f tha following documents: 35 1. Uiilizatian Form and Letter(s) oi Tntent, if th� goal is met or excee.ded.; 35 2. Good Faith �ffort For�n and Utili�ation Rarm, including supporting documentation, if 37 participa�ion is �ess tkian stated goal, or no Business Equity participation is acaomplished; 38 3. Prime Contractor Wai.ver �'orm, including supporting documentation, if the Offeror will pei�form 39 all suhcontracting/supplier opportunities; or 40 4. Joint VenturelMentor-Pro�ege Form, if goal is met or exceeded with a Joint Venture or Mentor- 41 Protege participation. 42 43 �4 45 46 47 48 49 These forms can be found at: Business Equity Utilization Form and Letter af Intent https://a�ans.fartworthtexas. �ovlProj ectResoureeslResaurcesF/b0%20- %2UMWBE/NEW%20Btisiness%20E.quity%200rdin�.nce/Business%20Equity%20Utilization%o20For�n. � Letter of Intent C1TY O[' FORT WORTH 2O21 ON-CALL PAVEMENT MARKINGS CONTRACT #3 STANT3ARD CONSTRUCTIOIV SPECIFICATIOIY DDCUMEiY'I'S CYN ] 03740 Revised Octoher 27, 2021 004540-2 E3usaness Equity Go�l Page 2 of 2 https:l/a�ps.fortworthtexas.govlProLectResaurce.s/ResourcesP/50 - MWBEMEW Business Eauitv Ordinance/Letter of Intent-2021.pdf 4 Business Equity Good Faith Effoi�t Form 5 https:I/a�ps.%rtworth�zxa,. �� vlFr�lectReSources/ResourcesP160%20- 6 %20MWBE/NEW%2QBusiness%2�Equity%200rdinanceBusiness%fl24Equity%20Good%20Faith°1o20Ef 7 fort%2U�'ornt.pdf 8 9 Business Equity Pcime Contraotar Waivet• �'orm IO htt s:lla s.forlworthtexas. ovlPro'ectResources/itesqu�-cesP/60%20- I1 %20MWBEMEW%20B�siness%20E ui °/a2QQrdinance/Business%20E ui %20Prime%20Contractor 12 %20Waiver.pdf I3 14 15 1 fi 17 18 I9 20 21 22 23 24 25 26 27 28 29 30 31 32 Business Equity Joint Venture Form https://a�ps.fortwarthtexas. o�vlPrujectlZesourceslResourcesP/6Q%20- %ZOMWBE/NEW%20Business%20Equitv%ZOOrdinance/B usiness%20Equity°/a2�Joint%o20Ven�ure�adf FAILURE TO ACH[EVE THE GOAL OR OTHERWIS� COMPLY WITH THE ORIDNINACE WILL RESULT IN THE BIDDER/OFFEROR B�ING DECLARED NON-RESONSIVE AND THE BID REJECTED. �+AILUR� TO SUBNIIT TH� REpUIRED BU5INESS �OUTY DUCUM�NTATION OR UTH�RWIS� COMPLY WITH THE ORDINANC� WILL RESULT IN 'I'HE BIb BEING DECLARED NON- RESPONSIV _E_,_THE BID R�J�C'�'�D AND MAY SUSJ�CT THE BIDDER/OFFEROA TO SAN�`TION� AS DESCRIBED IN SEC. 20-373 OF THE ORDINANCE. For Questions, Please Contact The Business �quity Division of the DepartmenE af Diversity and Inclusion at (817) 392-2674. E11iD OF SECTYON CITY QF FQRT WORTH 2O21 ON-CALl.. PAVEMENTMARKINGS CpNTRACT #�3 STANDARD CONSTRUC`I'IQN SPECIrICAT[ON DOCEIMENTS CPN 103740 Itevised Oeta6er 27, 2Q� 1 00 52 A3 - 1 Agreernent Page ] oF7 SECTION 00 52 43 AGREEMENT THIS AGRE�MENT, authorized on 02'22-2�22 , is inade by and between the City of Fort Worth, a Texas liome rule municipality, acting by and through its duly authorized City Manager, ("City"), ancf TRP Construction Group, LLC, authorized to do busiriess in Texas, acting by and through its duly authorized representative, ("CO11tI'�C�OI'"). City and Contractor may jointly be referred to as Parti�s. City and Contractor, in cansideration of the mutual covenants hereinafter set fo.rth, agree as follaws: Article 1. WORIK Contractor shall �amplete all Work as specified or indicated in the Contract Documents for the Project identified herein. Article �. �ROJECT The project far which the Work under the Contract Documents may be the whole or an3y a part is generaily described as %llows: 2021 ON-CALL PAVEMENT MARKINGS C�NTRACT #3 CPN 103740 Artiele 3. CONTRACT YRZCE City agrees to pay Cantractor for perfo�r►ance of the Work in accordance tt�ith the Contract Documents an amourzt, in current funds, of Two Millian and 00/100 Dollars ($2,000,000.00). Coniract price may be adjust�d by change orders duly authorized by the Parties. ArticIe �. CONTRACT TIME 4.1 Final Aco�ptance. The Wark vwill be issued on a task arder basis and Final Acceptance of each task order wiIl b� deierznined as that work is completed. Time for the overall contract shall not be rr�ore than five (5} years or until the amount up to Tvra Million and 00/100 Dollars ($2,004,0OO.OQ�, unless amended, has been exhausted. 4.2 �e • „ .. . . . . . CITY QF FORT WORTH 2O21 ON-CALL PAVEIvIENT MARKINGS CONTRACT #3 STANDARI7 CONSTIiUCTION SPECIFICATI�N DOCUMEN7'S CPN ] 03740 Revised l I/23l2021 Oa5243-2 Agreetnent Page 2 of 7 4.3 Aenewal The City znay �•e.naw this Agreement for up to two (2) additional time periods under the same terms, canditians, and unit pz'ices. The City shall provide at least sixty (60) days' natice to the Contractor of'the Cify's intent ta renew. Article 5. CONTRACT DOCUM�NTS 5.1 CONTElVTS: A. The Cantract Documents which camprise the entire agreement between City and Contractor concerning �he Work consist of the following: 1. This A��eerr�eni. 2. Attachzn�nts tn this Agreement: a. Bid Form 1) I'ropasal Form 2) Vendor Compliance to State Law Non-Resident Bidder 3) Prequalificatian Stateznent b. Gurrent Prevailing Wage Rate Table c. Insurance ACORD Form(s) d. Payment Bond e. Performance Bond f. Maintenanca Bnnd g. Power of Atto rney for the Bonds h. Worker's Compensation Af�davit i. MBE and/or SBE Utilization i'arm 3. General Conditions. 4. Supplementai•y Condit[ons. 5. Specifications specifically made a part of the Contract Documents by� attachment or, ii not attached, as incorporated by reference and described in the Table of Contents af tha Project's Conti•act Documents. f. Drawings. 7. Addenda. 8. DocUmentation submitted by Contractor prior to Notica of Awaz'd. The following which may be delivered or issued after the Effective Daxe of the Agreernent and, if issued, become an incorparated part afthe Contra�t Doeutnents: a. Notice to Proceed. h. Field Orders. c. Change Orders. d. L,ett�r of Fznal Acceptance. C1TY OF FORT WORTH 2O21 ON-CALL PAVEMENT MtIRKENGS CONTIL4CT #!3 ST/�NDAIRl� C.DNSTRUCTION SPECIFICATION DOCUMENTS CPN 103740 Re�ised 11/23/2{]21 005243-3 Agreement Page 3 oF7 Article 6. INDEMNXFYCATION 6.1 Contracior covenants and agrees tn indemnify, hold harmless and defenti, at its own expense, the ciiy, its afficers, scrvants and employees, from and �lgainst any and all clai�rns arising out of, or al[eged to arise out of, the warlc and services to be per�orrned by the co�Yractor, its officers, agenEs, employees, subcontracfars, licenses or invitees uader this confraet. This indemnification �rovision is speci�ca[Iv inte.nded io operate and be effective even if it is alle�ed ar proven that all or some of the damages being sou ht wer� caused in whole ar in art b an act om�ission or ne li ence of the cit . Ti►is indemnity provision is intended Eo include, without limitation, i�demnity for casts, ez�enses and legal fees incurred by Ehe city in defendin� against such claims and causes of actio�as. 6.2 Contractor covenants and agrees to indemnify aad hold harmless, a# its own expense, t�e city, its af�cers, aervants and employees, fram and against any and all loss, damage a�r deatruction of property of the city, arising out of, or alleged to arise out of, the work and ser�ices to be performed by the contractor, its o�'frcers, agents, employees, subcontrac�ors, iicensees or invitees under fh�s contract. This indemni�cation wovision is s ecificall integded to o erate and be effective even if it is alle ed or proven that all or some of the dama�es bein� sou�ht were caused, in whole or in part, b'V any act, omission or ne�li�ence of the citv. Article 7. MISCELLANEOUS 7.1 Terms. Terms used in this Agreement which are defined in Article 1 af the General Conditions will have the meanings indicated in the Getaez'al Condi�ions. 7.2 Assignment of Contract. This Agr�err�ent, including all of the Cantract Dacuments may not be assigned by the Contractor without the advanced express written cansent oithe City. 7.3 Successors and Assigns. City and Contractor each binds its�lf, its partners, successors, assigns and legal representatives to the other party hereto, in respect to all covenants, agreemenis and abligations eantained in the Contract Docuzraents. 7.4 Severability/Non-Waiver of Claims. Any provision or part of the Contract Docum�nts held to be unconstitwtional, void or unenforeeable by a court of competent jurisdiction shall be deemed stricken, and all remaining provisions shall coniinue to be valid and bi.nding upon City and Contractor. The failure of City ar Contracior to insist upon the performance af any term or pravision of this Agreement or to exercise any right granted herein snall not constitute a waiver of C.ity's or Contractor's respective :right to insist upon appropriate performance or to assert any such right on any future occasion. CITX OF Ff}RT WORTH 2@3l ON-CALL PAVEMENT' MARKINGS CO1+fTRACT #3 STANDARD CONSi'RUCT[Ol� SPECIF[CATION �OCUMEIVTS CPN 103"140 Revised 11/2312021 DOS243-4 Ap,reement Page 4 of 7 7.5 Governing Law and Venue. This Agreement, including all of the Contract Documents is perfarmable in the State of Texas. Venue shall be Tar.rant Caunty, `I'�xas, or the LTnited States District Court far the Northern Dis�rict af Texas, Fort Worth Division. 7.6 Autharity to Sign. Contractor shall attach e�idence of autharity ta sign Agrsement if signed by someane other than the duly authorized signato�•y of the Conta'actor. 7.7 Nan�appropriation of Funds. In ihe �vent no funds or insufficient funds are appropriated by City in any �scal geriad for any payments due l�ereunder, City will notify Vendor of such occurrenee ancf this Agreement shall terminate ot� the last day of the iiscal perio.d for which appropriations w�r� received without penalty or expense to City of any Icind whatsoever, except as to tl�� portions of the payments herein agreed upon for which fitnds have been appropi•iated. 7.8 Prohibition On Cantracts With Cqmpanies Boycotting Israel. Contractpr, unle5s a sole proprietor, acknowledges thai in accordance with Chapter 2271 0� the Texas Governm�nt Code, if Contractar fias 1Q or more full time-employees and the contract value is �100,QQ0 or mora, th� City is prohibited from entering into a contraci with a company for goods or ser�ices unless the contiract contains a written �erification from the co�npany that it: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the contract. The terms "boycoti Israel" and "cornpany" sha11 have the meanin�s ascribed to those terms in Section 808,OQ 1 of tlle Texas Gaveir►m�nt Cnde, B� signing this cantract, Contractor certifies tha� Contractor's signature pravides written verificatian to the City th�t if Cl�apter 2271, Texas Government Code applies, Contractor: (1) does not boycott �srael; and {2) will not boycatt Israel during the term of the contract. 7.9 Prohibition on Baycotting Energy Companies. Co�tractor acknowledges that in accordance with Chapter 2274 of the Te�as Government Code-(as added Uy Acts 2021, 87th Leg., RS., S.B. 13, § 2), the City is prohibited from entering into a coniract for goods or services that has a �alue of $104,000 or mare, which will be paid wholly or partly from public funds of the City, with a company (with 10 or mare full-time �inplayees) unless the contract contain. s a written verification from the company that it: {1) does not boycott energy companies; and (2) will not baycotY energy coinpanies during the term of the cnntract. The terms "boycott energy company" and "company" have the meaning ascribed to those terms by Chapter 227�4 of the Texas Gove�•r►ment Code {as added by Acts 2021, 87th Leg., R.S., S.B. i3, § 2). To the extent that Chapter 2�74 of the Government Code is applicable to this Agreement, by signing this Agreement, Contractor certifies t$at Co�tt-actor's signature provides rwritten verification to the City that Contractor: (1) does no� boycott energy companies; and (�} will not boycott energy companies during the tertti of this Agreement. 7.10 Prohibition on Discrimination Against Firearm and Amrnunition �ndustries. C['I'Y OT' FOAT WORTH 2O21 ON-CALL PAVEMENT MA_RKINGS CONTGLACT #3 STANDARD CONSTRUCTIDN SP�CITICATIQN DOCUFvIENTS CFN 10374� Revised ] 1/2312fl21 OOS243-5 Agreement Page 5 of 7 Contractor acknovvledges that except as otherwise provided by Chapter 2274 of the Texas Government Code (as added by Acts 2Q21, 87t1� Leg., R,S., S.B. 19, § 1), the City is prohibited from entering into a cantract for goods ar services that has a value of $100,000 or mare which will 6e paid wholly ar partly frotx� public fur�ds of the City, with a cainpany (with 1D or more full-time emplayees) unless the contract contains a written verification from the compa.ny ti�at it: (1) does not have a pra�tice, policy, guidance, or directive that discriminates against a�reaxm entity or firearm trade association; and (2) will not discriininate during the tertn af the contract against a frearm entity or firearm trade association. Tha terms "discriminate," "firear;n entity" 8.[ld "fll'e&T'i11 trade association" ha�e the meaning ascribed to those terms by Chapter 2274 of the Texas Go�ernment Code {as added by Acts 2021, $7th L,�g., R.S., S.B. i9, § I). To the e�t�nt that Chapter 2�i4 of Ehe Gavernmea�t Code is applieable to this Agreement, by signin� this Agreement, CanYractor certiiies that Contractor's signature provides written verificatito� ta the City that Contractar: (1) does not hav� a practice, policy, �uidance, or directive that discriminat�s against a firearEn entity or firearm trade association; and (�) wiIl naf discriminate against a firearrn entity or frearm trade assaciatiou during the fierrn of this Agreem+ent. CiTY OF FOAT WORTH 2D21 ON-CALL PAVEMENT MARKINGS CONTIZACT#3 STANDARD COIVSTRUC7TON SPEC7PICATIOIV DOCUMENTS CPN 103740 Revised 11/23/2021 005243-b A�reement Pagc 6 of 7 7.11 Immigration Nationality Act. Conttactor sha11 verify the identity and emplayment eligibiltty of its einplayees who per%rm work under this Agreement, including compla#ing the Employment Eligibility Veritication Farm (I-9). Upon request by City, Contractor shall provide City with copies of all I-9 forms and suppor�ing eligibility documentation for each employee w1�o perfarms work under this Agreeinent. Contractor s1zall adhere to all Federat and State laws as well as establish appropriate procedures and corttrols so that no servicas will be performed by any Contractor employee who is not legally eligible to perform such services. CONTRACTOR SHALL INDEMNI�"Y CITY AND HOLD CITY HAR.MLESS FROM ANY PENALTIES, LIABILITIES, OR LOSSES Di7E TO V�OLATTONS 4�' T73IS PARAGRAPH BY CONTRACTOR, CQNTRACTOR'S EMPLDYEES, SUSCONTRACTORS, AGENTS, OR LICENSEES. City, upon written notice ta Contractor, shall have the right to imenediately ierminate this Agreement for violatians of this provision by Conttactor. 7.12 No Third-1'arty Beneficiaz�ie�. This Agreement gives no rights or benefits to anyone other than the City and the Contractor and there are no third-patty beneficiaries. 7.13 No Cause of Action Against Engineer. Contractor, its subcontractors and equip�ent and materials suppliers on the PROJECT or their sureties, shall maintain no direct action against the Enginser, its ofFicers, employees, �nd subcontractoi�s, for any elaim arising aut of, in connection with, ar resulting from the engineering services perFormed. Only the City will be the beneficiary of any undertaking by the Enginaer. The presence or duties of the Engineer's personnel at a constructian site, whethe�• as on-sita representatives or otherwise, do not make the Engineer or its personnel in any way responsible for thos� duties that belong to the City and/ot the City's construction contractors ar other entities, and do not relieve the construction cant�•actors or any other entity of their obIigations, duties, and responsibilities, includizag, but not limited ia, all construction methods, means, techniques, sequences, and procedures nepessary for coordinating and completing all portions of tlze cvnstruction work in accordance with the Contract Documents and any health or safety precautions required by such eonstruction work. The Enginear and its peisonnel have no authority to exercise any cgntrol over any canstruction contz'actoz' or ather entity or their employees in connection with their work or any h�alth ar safety precauYions. CI`TY OF FORT VJORTH 2O21 ON-CALL PAVEMENT MARKINGS CONTRACT #3 STANDARD COHSTRUC7'[ON SPECIFICATION DDCUMENTS CPN 1 Q374D Revised 11/23/202I 00 52 43 - 7 Agreeinent Page 7 n f7 1N WITNESS WHER�OF, City and Contractor bave each executed this Agceement to be effective as Qf the date subscribed by the Ci .ty's designated Assistant City Manager ("Effecti�e Date"). Contractar: TRP Constrnction Group, LLC By: Rnh fva_rHt ____ _ _. � ...._.. ,. -I Signat�re Rob Everitt (Printed Name) Vice President 8iCiVI Tit1e 2411 Minnis Dri�a Address Haltom City, Texas 76I17 Cityl5tate/Zip City a f �ori Wartfi By: ' , �� . .. � . . � ti� Da�ia Burgh aff Assistant City l�anager � � � �-�, � � ..,., .,�i ;�. : `��' F'; `� �`�. ir �. •.� ..�����. � .. �''' D � � �; ate AtCest: nette Goodall� Cl� SEGP��.Yjr {Seal} Feh I7, 20�2 22-0118 M&C: Date Date: 02-22-2022 Form 1295 Nn.: 2021-77241Z Contract Compliance Manager; By signing, T acknowledge that 1 a�ti the persort respo�sible for• the monitoring aud adntinistration o f t�iis coniract, includu�g ensiiring all perfoi7nance and rep�rting require nents. Clint Haover, P,E. Engineering Manager Approved as to Form and Le�aliiy: �I Doug(as W. Black Sr. Assistant City Attarney APFRQVAL RECOMMENDSD: .,. Wiltia�n Jo�nson, Director Transportation & Public Works Deparlment CITY OF FORT WORTH STANDARD CONSTRUGTION SPBCIFICATION DOCUMEl�TS Revised lICL312021 zo2z a�r-cnr.r. �av��r���r��-� � ,_� , . -. �i��r91J � 5 ., '- " � ' _ 1 '� iRP COi�STRUCiI�N �a�tOUP, LLC. 2411 Mlnnfs 6r, Haitom City, TX 7611i p 817-$31-1277 f 817-833.-1278 — ��=-. _ - ___'�� _ May 27, 2�21 TRP CO�I5TRUCTION GROUP, LLC 2411 MINNIS DRlVE FDR WpR7M, 7X 7fi117 R�: G4MPANY SIGNA�URE AU7F�ORIZATION Ta Whom It may Cancern, The Individual listed below is authorized to sfgn far ai1 matters reletina to fiRP Construct[on Group, LLC, IVame: Rnb Everltk �" Sfgnature: —� � -~ iitle: Vice President & GM �'hanks, , � , -'���+� Thomas Rod Pekurttey _ Presldent & CEO TRP Constructlon Grvup, LLC l� I I ru�NN�s L�IZ !•I�ux���l CI7Y,'1X 7G I 11 �- i��•I�IVf= �! 7.�31-I r77 -- �=NC'rt 17.n:� !, ! r7r) nu�i i3-� I�E[tf'OKMANCli ]3C)ND Pa�e 1 ol'2 Band No, BD0123481 1 2 3 4 5 G 7 S 9 ia [I S�CTION 00 Gl 13 PERrORMANCL I30ND TH� STA'I'� Or �EXA� § � KNOW ALL BY'I'H�S� PRPSCNTS: COUNTY OF TARiZAIwIT § Tliat� we, TRP Coi}sf�•Liction C,rot���, LC,C, ki�own as "Principa]" he��Lin ai�d Allaiitic 5peci�l�r ittisurauce Caizipnny, a co�•l�orate surety duly autl�a�'ized fo do bnsi��css in the State pf 1'exfls, laiown �s "Surety" li�rein {wheli�er ane nr more), �re hcld �nd rrn�iy }aoi��zCt ur�t� ihe City of l�oi�t Wortlj, a n�unici��al corporatio�ti ere�t�d ptErsuant ta tl�e l�ws of Texas, [cn�wn �s "Ciiy" l�erein, in the pe�lal stutn of, Twa Millian and XXIl40 Do}lars ($Z,OD6,000.00}, {awtLl mpney of 12 fhe United SYntes, �o Ue p�id in Fort Wflrth, Tarr�int Count.y, Texas for Ef�e �a��ymet�t o�which sum 13 w�[1 and truly to Ue made, we �ind our�eives, otu�hei�s, executors, administE'atois, sticcessnrs anci t4 t�ssigns, joii�tly �f�c� s�veR-ally, Iirmly by tlies� presents. I5 WHER��eS, ll�e 1'rinci���l has ei�terecl ii�to a certain wriltcn contc•ac;t 4vi.th [l�e Ci�y � G ��w�rdcd tlie 22nd d�y oF ���r�arY , 20 22, wl�iel� Contract is here�y referrec� to �nd 17 i��ade a Ean�•t l�ereof for al] purpose5 �s if fully set fortiZ lierein, to furi�ish �ll �n�tei•ials, ec�ui��m��it 18 laUo�• ttild other accessot:ies de��ied by iaw, i�l the prosecutio� of t11e Work, i��cliuif��g Any Glt��tge l9 Ordersf t�s p�•ovicied for in said Co��ti��tct desE�t»ted �s 2021()�-Calk l'avemettt Marl�ings 20 Cantr.tct #3, C�'N 103740. �1 NOV�, TH�R��QItE, Clle co��dition of tilis. obii��tion is si�eh tklat ii't1�e said Princi�»! 22 slaall Faithfuily pej•form it obligat.ioi�s tinder the Cont.r�et anc� sl�all in all res�cets d�Ely anc� 23 4'aitlr!'ully perform tiie Woi•Ic, includi�l� Ci�r�n�,e O�'d��'s, ttEider tlte Cotilract, �cco�•ding to ll�v ��latys, 2� s�eciEicatia�ls, ancl cantract dociunents tl�e�•ein referrec� to, a.nci as wc�l] dtu•iu� aity }�e��iod of 25 exter�sion of tl�e Coi�tract tl�at inay be granted on tlte �art of �I�e City, t.l�en tl�is obli���tion s��all Ue 2G and veca�ne ��ull �nd void, atiierwise tv remaiii in Ful1 foE�ce and ef!'�ct. 27 z8 �'RQVIDEll I`URTA�1t, ihat if �tny lcga! aciinn be filed pi� this Bo�id, vc;��Lte sfiall lie in '1����•anl Coun4y, 'f'exas ar die Unitec! Stales DislE•ict Court for tl�e Nortliez•u District ot Texas, Fori 29 Worth Divisio�z. 3U TI115 IJDIICI iS I]7c�C�C al�C{ QXECUi�CI Il7 C0117�]IIAi1C� 1�+III1 t�l� �ll�avisians oT Chapte�• 2253 of ilze 31 �'ex�is C;overninenl Code, as antended, and afl liaUilities o�i this �ond slrtalE be determined iu 32 ac�ordance witl� the pj�ovisions af said si�atue. r.t•��v r�r r•o�a�r woiz��•�-i zi�z i cir�-cn�.�. PAVEktGNT tvEA.l2K]N[75 C(.7N'i'ItA(;T f13 5'ChNDAfZDC{31�57'RUCT70NSE'�C1f1CAT10A[llOCviviiii�l7'S CP�J i0374f1 Rcvised diily 1, 2Q11 ua�� ia-z i'�RI�C)RI�IANCF: UOlVI3 Pu�c 2 u1'2 2 3 4 5 G 7 8 J L4 �� l2 13 14 15 lG 1'7 18 l9 aa 21 22 2,7, 24 25 2(i 27 2R 29 30 31 32 33 3� 35 3G 37 38 3J 40 IIV W1TN�SS WH�R�O.['+, tl�e Princi�7fl1 �t7ci ilie Surety hav� SIGNLD fuld SLnL�D f�176 1llSil'lllTl0llf V}+ C�UIy ilLt�El01•ized �tgenls t�i�d officers on this tl�e 28th ����y �f February ,2�22 . A7"]'�S'i': ��.�Ifl� _ � _ (I'rincipal}',�eeret�rY .1�1�F . '��r� l y �'Viinc�-� �x 4 i�ri�icipfll � � '� � � '� "_ t--. Wit�- � ,�is tyoySurel�, Megan Daualre i'RINCIPAI.,; —, T�t�' ConstrucEinn ' • , i,C.0 B1': r Sigi t •e ,�,E�E'1211Tj f�r� �10�•� 1-C'+i1 N�isie �nd Title Acldress: 2411 Mi�3nis Drlve ]-laitar�l City, Textis 7G I 17 SUIi�TY: , AHantic S��coiahy lnst»•ancc Compa�ny 1iY, � � ,� --���x�C•�, - f Si Rture � � �Ilzabeth K, Sterlinq Attv-In-�act � Name �i�d Ti[Ic � Adclress: �OS I-li�;hw�y I G9 N 5te 80U l'iymouth, MN S5441 Tele�shone NEi�i�be�^ (952) 852-2�131 �`Note;: [fsignccl by an oPCcer oFthe Stn'�ly C6111�]Sil1Y� there must be on fle � certirecl �rtr�ct f'rom tit� by-l���us sl�awi»g ilt�ft this persc�i� has �utlaority ta sibit suclz c�UligE�tiai�, If St�rory"s ��hysicfll acidress is difFerei�t fram ils u��tilin� �ddress, �atl� must be provided. ThC clate of ille Up13cI sI1�t11 1toL lie pl'ior tU LI1� c���te tlte Contr�el is a����rejecl. E:1TY DF rQR'I' 4l!()R'C[l 1021 !)N-CALL E'AVEIvtL�N"I' NEAIZIGIN(iS CON'1'RAC'f 1�3 5T�1NI3AE2D CUNS'1'RIJC"['IOiV Sl'l;C1fICAT'1niJ E7UCUi�11i1V'I'S CE'N 10:�7�1I] RCYlscd July 1, 20I I ! ? 3 �� 5 G 7 g 9 �.Q II i2 l3 l4 01161 Y A • 1 i'AYNILNT SOiV1J rsi�o � oPz 'CHI+: �TATia i)F T�XAS COl]NTY OF TAR1tANT ��CTIE)N 0� G1 14 Bnttd hlo. 8QQ123oet PAYM�NT LiOND � � KNO W ALL I3Y THES� PRLST�iTS: § Tl�at ►��e, 1'RP COl]SLk�uctin�r Group, LI.C, icnaw�t �s "Principal" hercin, ���d Ail�ntic Sp�cialt.y lnsurance Ca�npairy, � COt'�70t'�liC SIEl•ety, ciuly i1Cl�I1Q1'I"LBL� [D f�Q I]L15111�53 Ul tliC Sl'dC� 4� Tex�s, la�orvti as "5urety" herein {wltatlier a��e o3• mnrc), ara l�elc! and i'u7niy L�oi�nd unfo ihe City of FarC Wortli, � �nun'tcinal co�•�orat.ion created }�ursua��t to tlte laws of the Si:ate oF TcxaS, �4i10�V11 as "City" I�erein, iji the penal sum of '3'�vo Millian and XXI100 Dolla�•s (;�2,000,000.00), [a4vtu] monoy nf t9�e Unitec{ States, to be paid 9i1 C'art Wo��tii, Ta�-rant Cau�jty, Te�as, for tl3e �ay��icnE af which su�i� we11 and fruly ve u��d�, we bi�lci ourselvcs, o�u' h�irs, �xec:utoi�s, acimi��istrators, successa��s and assip,ns, jai��tly and several�y, fii�rtlly by these pi•ese�zts: 1 S WN�R�A�, P��incipal has entered iirto � cerfain wrii�€en Contraot witl� City, �w�rded the lG ���� day of �Ebruary , 26 22 , which C�sitract is hereby referred la and 17 macfe a part herea�F far al! E�Urposes �s if ii�lly set forti� herein, #o fi�rnish all materiai�, ec�ui}�mcnt, 18 labor and otheE• acccssories as defincd by law, in ll�e prosecution af the Worlc as proWided far i�� 19 s�icl Canfract and c�esignated as 2021 Qn�C�ll P:�vement Mai�lcings Contrnct �`3, Cl'N �.037�t(l. 2D 1�lOW, TH�1tGi+ORE, THF CONDL'1'[ON OF� 'l'I�IS OBi.IGA'1'lON is suc1� ti�at if 21 1?ri��ci��al S�iAII })S� al3 ]110f1105 OWll1�, t� ally �a11CI c�II} �71]'R1011I b011C� 1)@ll��lCic�l'Y �f1S L{C�LI1C(� 111 22 Cl�apker 2253 �f the '1'exas Govei�lmeuk Code, as atttended) i�� tlie prosec��tian. aF t[�c WQrlc undcr 23 the Ca1fi•act, C�l�ll �ill8 pbl'l�,}�t1011 S17fljI Y}� �i1CI �]�GOi178 1llljl �tl(� V01d; niliEl'W1SB [b �'Clllfl111 111 flkll 24 fi�rce and effect. 25 �'his 6onc� is inede and exeeuted in co�n�liat�ce with the p�•o�isiaiis af Cl���te�' 2253 ot'the 2G TexAs Gave�'nmerat C�de, as amenclee{, ancl a11 liabilities on this l�o��cf s.hall be det�r���ineci in 27 �ceordance with tlie p��avisio��s af said statttte. 28 � � Ct"I'Y i)P I�ORT WqitTl[ 2021 QN•CALL YAVFMLiN'E' MrViK1N{5S CC7hT[tACf 113 STAi�fDAl�ll Cpl+lSTItUC:TION SPLCIFICATlON I)DCilhrLEN'CS C['iV 1(13746 Itoviscd ]tdy I, 2011 oac� i��-2 r�nYn�� FN�r� uaNr� Nagc a or z 1 2 3 �! 1N WITN��S WHrIt�OI+, tha Prii�cipal �nd S�n�ety E�ave c�c}1 SIGN�D a��cl ��:AI,ED lkiis ii�strun�ent by cicily autharized agc��ts rtttcf ol[icc�•s on this the 28th day of Fe6ruary , �� 22 AT"I'�ST: -� - (Pr•inaipal) �cretsirY � WiEness � o i'ri�tci���l A l r1��iU ��. L] [ . r � ���.`!��•�'�����. . � . sl�l f:[ 'B , S � 7 S 9 [0 m ia N!A (Su�•cty} Secr�txry i'K/H, �t�, ''- - '� W itne S as t0 Sul'ct)� Megan Douakre PRINCIpAC,; TRP Coilstrtictinu Gra��p, LLL' fiY: ( , -- _. Si�i�t� t � �r�1 i! VCE / E•e�r qe. .�`.r�N N�n�e �ti3ci 1'iile Addt•�ss: 24I 1 Miimis Dcive I-]altom City, '.i'exos 7G 1] 7 �uR�TY: � AtEAlii1C 5�.18C1A�L� jl]SUl's111G� Cp117f7E111)� � Ellzabeth K. Sterling Afry-In-Facl � � Na�ne aud Titfe tlddress: G05 f Iighway 1G9 N�te tiqQ 1'lyn�outl�, MN 55441 "I'elc����q�te N�iml}ei: (952) 852-2431 NoYc: ff si�ned !�y a�i oFFeer oF the Stirety, elze��e must l�e on tile � cerfiFiecl extract �ron� �he byl��ws sltp���in� tE�at tliis ��ei'SQIt ��flS �ltlt'I1q1'1Cjr k0 SI�Il SL1CI] abli��ttian. If Surety's �hysical �cldress is c�iEfel•eiit fi•oin its iai�tilii�g address, botly �nust be provide;d. 'l'he date of'll�c �nnd sl��tli iiot be l�riqr �o the tlaEe thc� (;ontrttct i5 ttw�trded. �Nn or� s�cTza�v , (;17'Y Ul� I�OIZ'i' 41�U[t'fF-I 2021 OI�E�CALI., PAV�:iNI'iN'f ivtAftKl[VGS CUN"i"I�1C'f N3 S'['ANI]AR1)C(]NS'1'IillC'fI(7N5PE(.'.i1�1CAT10[Y[]QCUM�N'I'S CP�1 k037�Ep lteti�iscd duly 1, 201 I AOlrl !9 - I �IAiN'1'L:NAN(:L: RQND Pn�.c 1 nF3 Band No.80p123pe1 1 z � , 4 5 6 7 8 � l0 li 1z 13 I4 IS IG l7 i8 !9 24 2] 22 S�CTION OQ G1 19 M/�1N'T�TIANC3� I30ND THI+J STATT, 03� TEXAS � § I+�NOW A,L,L �3Y TH�S� �'RL;��NTS: COUhITY UT TA1t1tANT � Tht1� we `I'ItP Construction Grqup, LL,C, k�iown �s "Pri►ici�a�" ��erein ai�c! Atlantic Sa�eci�►lty jllfillE�a��ce Co�i1��Kny, a carj�c�rlte s�n•ety d��ly autliorized �o da Uusi��ess in tli�: St�te of Texas, knou+u as "S�ireiy" l�ei�ei�� (wltether onc or n�c�re), are held ai�d Firmiy �ottncl Lmtp tllc City oi'Fort Wnril�, � 11'tLliliCl�la1 COl•poration c�'BAiOL� �}lll`Sil�illi XQ �J.7� IflWS O�tI1C SlB.LE O�TCXBS, kn�wn as "City" i�erein, i�� tl�e s�i�n of'I'wa Mi�lio�i �nd XXIt00 Dollars {�2,DOO,UUO.QO), fa��fi�l innncy o�' il�e Uititec� St�tes, L'o be p�id in I'ort Wpr€h, Tar�•ant County, Texas, for payment of whicl� sum well aiad truiy be m�[I� s�nto i11e Cit�r ��ld its successors, FVC I]Li1CI �lp'S�IVG9� QLII' I7EiPs, a�ecutors, aclnlii�istr�tors, succ�ssprs �nd assi��s, j�i�rtly �nd seuaraIly, iir�nly Uy tllcse �arese�its, WH�R�AS, the l'rincipal has entered into a oertaiEl vv�'ilten cui�tr�ct �uitl.� tfie City awv�ircied the 22nd day tif February .__, 20 22 ,�+hiclti Contract is herohy referred ta aEul a n�acle p�rl ilereof Fur all j��irposes as it� �ully set fartlz herein, to fiu•ni5h �ll materials, �CjLIE.�?t]1�17t' IiII)flP Rllf� Oil.lt:l' ilCCESfi01•�es as c�efined by l�w, i�� the �rosecution of the Waelc, incl�fcliug �ny `iJarEc f•esulting frU�n a ciuly aEitl�orized Chtinge Ordc�� (eallecli��ly 1lereit�, kEie "Vylo�•k") as p��avided foa• in said contract ���ci dasignateci as ZU2f On-Caii �iiYCtI1C11� M�rl�iugs Goutrs�c�i #3, Cl'N 1p374�; �nd 2,i 24 WH.T1i�AS, Princip�] bi��cls itselk'io use such matcrials and ta sc� cnnstruct the Woek in 3S accordance ��iil� the y�I�Eis, 5�}CCIf CaI:10115 811CI CO.i1C1'8Ct DOCLIIT}�I1�5 II1EtL�i18 Wbl'1<. IS �ill(I N'11� 26 rc����in lre� fi`om def�cls it� malerials or worki��ai3sl3ip I�o�` 1k1CI CILI!'lll� t�iC �]CCiod of [wv (2} yes�rs 27 at�er t13e clate 4FrinA! Aeceptat�ce af tlse Worl< [�y the City {"Mai��te»ance Pe��ioel"}; a�td 28 29 WH��AS, Prine:i{�al 6inds itself to iepair or recc�nstrEtct tl�e Work in wl�oi� or in pa�•! 30 ul�oi� recei�ing i�otice fi•om t�ie City of ll�e �ieed tl�ercfor at �ny time wiiltin ti�e Mainte�3at�ce 31 t'eriael. 3.2 I Cl'i`l' Of� I�OR1' WC31t'['I•[ 2{121 (1N-CALL. !'AVf3NGN'1' MAItKINCS CON'IIiAC'I' N3 S'I'ANI]ARf] C[7NS'fl2lfC�70N Sl'LCI!'lCAT[ON i]OCiJM�N'f5 Cf'N 1017�10 Rewisetl J�ily 1, 2U1 I � 2 3 4 S 6 7 8 g 1Q il I2 13 14 IS �6 I7 l$ �9 UUGI 19-2 MAIN"['CNA�IC.I'i i30Alb P.��c 2 nf 3 NOW TH�Ri;r01�, tE�e conciitian oftliis obli�;a.tio�i is sc�c{i t3Zat if ['ri�icipal shall re�r�cdy any cief�ctive Wark, fnr whicl� timely �i�tice w�ts provided by CiC��, ia a c�n�pletiou satisfactary to tlie City, t17e.�1 fl�is obligation sl��l[ becoine t�ttl] ai�d voidr Ot�]�.P��+I5t t0 I'�]l1c�lE1 lf3 full force attci ef[ecE. PROVLD�D, H01�V�V�R, iCPri�icipal s��11 �'ail sc� to repair or reconstruct ���ny tintely iioi.icecl c�efeclive Wur1c, il is �greecl ihat the Cify mtry ea.use �ny and all suclt d�feelivc: Work �o �e eepairec! a��cl/c�r rec:onstructed with all assaciated coscs thc�•eof Ueii�g bprne Uy tE�e i'rinci��l aird the Surety Lt�uEer tliis Mt�ii�#e�la��ce; boi�d; a��d f'ROVIDi�ll I;'[JRTH�R, tliai ii' �ny lc:bal aotia3� be fled an this l3and, venue shall lie in Tarrant Couuty, `['exas ar the [1��itcd Stai�s District CaGirt for the Northern I]istrict af'1'cxzs, T'��rt Wo7•t1� Divisio�t; aisc{ PROVID�D FCIRTH�R, lhat tl�is obligatia�i sl�all be continuafis in n�ture and successive recave3•ies may be ��Ae! liereon for strccessive L�re�cl�es. Cl7'Y 41� I'OItT VJUR'I'l l 242 i ON-CAL�. PAV FiM�N'C MAKK]Ni;S C;��I'1'ItAC'S' f1] STANI]AIiU CONS'17�11CTlUN SPGCiFICA'1'fON DOCUMLNiS {:PN f{137�10 Revisecl]uly 1,7A]; l 1 2 3 4 5 6 7 S g IA il 12 l3 1 �F i5 � r, 17 �� 19 20 21 22 23 2� 25 2G 27 28 29 �Q 31 32 33 ��� 35 3G �i7 38 39 �q f i �� 6� � l-� Iv1AIN'E'IiIVANCI: �3U�1] Pa�a 1 v['3 lIV W1TN�S� W1iL�12EUT, llle P�•���cipal �nd t1,e s�n•e�y �,��e eacl� Stcr�r:n a��d s.�A�,F?D tl�is 1119CL'L1111�11L �j+ dUEj� �1li�Ii4l'1'LeC� A�eTiIS a17C� O�fCBI'5 011 tlli5 i�l� 2s�h �ifly �F February , 20 22 , A7"`1'I;ST: (P��iitici>>af} �' ;c�•cla�y � _�,K�._�� Witness �s � �'rincipal A'�`CE5'I': N1A (Surety) Seci'ciary t�l/�,4. - �, � y ��� ,� � . _ . . t�� Witncs t�s ln Su�•cfy Megan �ouslre I'Rll�lCIP�1L: 'TRP Constructivn aroup, LLG .� BY; � � —. � Si�;� ti W ,��t� F I�i� r�rz�sEv►�v�- e �.+� Nnmc �itd 'Fitle Adsl►'ess: 24l 1 Miniiis Drive I-1t�ltant Cit.y, 7'ex�s 7G I 17 SUIi�'i'Y: ,. ' . Allantic Sp�ci�l4� ]nsui'ance Cnm��a��y � ���. �.� l�Y:.�:� �n ture � . � Elizabeth K. Sterling Aity-In-Fact � N�me a��cl'Citic Add�•ess: GOS Higl�tivay 1G9 N Ste $04 Plyi�i�uth,1�1N 5544] '1'elepltiane N��n�ber; (952} 852-2431 ' 'kNate. If si�;i1ecf by a�� office�� of kM� S�u•ety Co��fpai�y, ihG�'� I11LlSC L1� Utl �Ie Fl C�i[1�1�C� eXll'1Ci fi•om t1�e by-laws showing tl�at ihis �e�•san h�s �ulhority tn si�n s��cl� al�iigation, If Sui�:ty's pl�yslcal aclde�ss is diffec•e�ai: fi•on� ifs ���ailing nddress, both i����st �e �xrnvic�cd. '�'h� dffie of tl�e bo��d sl�all npi Ue pria�' to th� date tlfe Cblztrnei ia �w�rded, CI'I'Y �T� F()kt'i' Wt71z'I'FI 2U21 n�I-L',ALE� NAVI"sMEN'!' MACtKfNC;S CON'i'ItAL'1' F13 STANDAIZI)i:UNS'1'E�l3C'I'IONSP�CifiCATI4iV DOL'UMENTS CPN 1U374{1 Rac�iscd hdy k, 2(1! I ��.ct _ _ _ I P . K A .. . . ['[�I�s+i'f't�j 1`.Iktel li. ti,. ICNOW ALL MBN BY THESE Pl�£SENTS, tl�at ATLA�fTIC SPF.CIAL'1�' dNSURAEVCE C�3v1PAEYY, a lVetiv York carporatlon with its prEnclpal office in Plymouth, Minnesota, does hereUy constitute and appotnr Elizabeth K 5terling, Wesley P Wililams, Senaa�3tin A Stalil, l4legan K. Aouaire, eacl� lndlvkdually If there be more than one named, its true and iawFul Altorney-imFact, to make, execute, seal and deliver, far and nn its behalF as sm�ety, any and all bands, recogt�izanres, cnnlrac[s pf indemnfFy, and all nihe�� writings obligatoiy in the uatare ihereof; pravided that no bond or uiulertaiting executed under thia authority shal! exceed En amnunt the sum af: unlimfted and ti�e execudon of sucli honds, recognizances, cantracts oF indemntty, and a11 ather writings obkigatory in the nature themaf in pursuance af d�ese presents, sl�all be as binding upon said Coaipany as if tlaey had 6een €ully signed by an autha�ized afHcer af the Company and seaied wlih the Company seal, This Power of Attnrney ls made and executed by authorily of Ihe fa]}owing resolutknns adopted by the Board of Dtrectors of ATLANTIC SPECIAL7'Y 1NSiiRANCE CC3MPAl�Y on the twen[y-tif0� day aF September, 2012: Resalved: Tha� the President, any Seoior Vice President or Vice-Pres[dent �each ae "Autharized OffJcer") tnay execute for and in behal€ of the Company eny nnd al1 bonds, recognizances, cantracts of inde�nnity, and all other wrllings obligatory in the oeture lhereaF, and atfix the seal aF the Cumpany theretn; and that the Authorized Oificer may appalnt and authorize an Attorney-in-FaCt lo execule on behalF of tlje Campany any and all sueh Insvuments and to aifix the Gompa�y seal thereto; and Iliat the Autharized Offlcer may a1 a�zy t3me remove any sltch Atlarney-fn-Fact and revoke aIl power aud auEhority given to any sucli Attorney-in- Fact. Resalved: That che Attnrney-ln-Pact may be given full pawer and autliorEty ro execute far and !n the name and an behalf of the Carnpany any and all bonds, recognizances, contracts of indemnity, and alI nther tvritings abligatory fn the nature thereo#, and any such lnstnimeni exetuted hy any such Attorney-in-Fact sliall he as hinding upon tfie Campnny as if signed and sealed hy an Authoxized Offtcer aud, further, tfie Attvrney-ln-Fact is hereby authar[zed en verkfy any affidavit reyuired lo be attathed tn bonds, rerogni�.ances, conVaets pf Indemnity, an�d a!1 otlier tvritings abligatory in the nature thereaf. This power nf attorney is signed and sealed bp facsimEle under the suthorlty af tlie following Resoludon adopted by tiie Board of D1recWrs af ATI.ANTIC SPECIALTY TNSURANCE COMPANY un the twenty-fifth day af 5epEember, 2012: F�esolved: That tlie signeture of an Authorized Officeg the slgnatu3•c af the 5ecretary nr tl�e Assistant Secretary, and tlie Company seal may be afFixed by Facstmile to any power af �ttozney or ta any ce3tificate re]ating thereto appafnting an Attarney-in-Fact for purposes only af execudng and sealing aoy bond, undertalcing, reragnkzance ar odierwritten obligation in t[�e neiure Ehereof, and any sucl� signature and seal where sa used, being herehy adopted 6y tiie Company as the orlgknal slgnature af such a[flcee and die original seal of the Company, ro be vaEid and binding upon �he Company wtth the same force and eFfect as thongh manually aFfixed. IN WITNE,SS WHEREOF, ATLANT[C SPECIALTY INSURAIVCE COMPANX has caused these presents to be signed by an Authoelzed Of€icer and the seal af tl�e Compaiay to be affixed this nventy-seventh day nf Aprtl, 2020. 5TATE OF MIlVNBS(lTA HENNEPIN COUI�l7'Y µ�4k��llllll�f11�1 °�9�y����INs� 42 st.• ' 9�• �4hU �pFPQgqpF9�;s :y= BEAL �= %� `=_Y�. i966 'oa By sy�6)��W YO �a�a�a� Faul d, 6CE�ti71� $�4�qT V�C2 PCE51a@pC "n�m� nin�+�P 4n thls twenty-sevenEh day of Aprll, 2020, before me personally came Paul J. Breltm, Senlor Vice Presldent of ATLANTIC 5P�C[AI.TY iA'SURRNC� COMPANY, to me personally known to 6e the irtdividual and offlcer descr36ed in and who executed the preceding instt�ument, and ite acicnowledged the exeeution oi the same, and heing by me duly swom, IhaE 1�e is the said of(icer of the Company aFotesaid, and Ihat the seai affixed to dze preceding insirument ls the seal oF said CompaEiy and Ehat tlie said seal and d�e aignature as such oEflcer �vas duly afAxed and suhscd6ed lo the said instrumeni hy the authority and at the direetion of d�e Campeny. �� ALISOH 91NA�1 hlASt��TRO�i HafmRY P���ic • �11HNE8R�'A c� z�� My Commisslon kxpl�es January 31, 302� j,. Y� �"y,p�""eq� Notary Public 1, the undersigned, Secrelary of ATLANTFC SP�CIALTY INSURANCE GOMPANY, a Ne�a York Corporation, do hei�eby certlfy that the foregaing patver of attarney is in full fnree and lias not been t�evntced, and �he resalutinns se� fortli ui�ove are now i�i force. 5fgned and sealed. Dated i� � day aF e br' lz►�" 2+'•�' ������„ Ttiis Power of Attamey expires lanuary 31, 2Q25 a�`P4qV IMgVA ks a ¢��'. '�pkP 0l+gTF ;� ny� �y SEA� m: Y., 1986 'o�. t G'� �6� - �- : b'A � °' � Rav vo?.i;da.= S�!1 N ' 1` ���`�"^n�i iumnn`` • ��` Kara Barrow, 5ecretary Please dirnct 6ond verkf�c�linns E� +Jl!'Ik(µ?L±WiJrIJ�[ �LLi ,,4u � � iMpOR7AN`� NOTICE 70 obtain information or make a complaint: You may call Atlantic Speeiaity Insurance Company and its affiliates' tol!-free telephone number for information or to make a complaint at: 9 -877-�48-9876 You may contacf the i"exas D�partrrient of Insurar�ce to obtain informatian on companies, cavarages, righ#s or complaints af: 9 -SUO-252-3439 You may write fhe Texas Department af Insurance: P. o. Bax �49'ka4 Austin, TX 7$7'i4-9904 Fax� (5'f 2) 475-1771 Wsb: http:Ilwww.tdi.state.fx.us E-maif: CansumerProtecfion@tdi.stafs.tx.us PR�MIUM OR CLAIM f]iSPU�'ES: Should you ha�e a dispute cancerning your premium or about a clairr� you should contact your Agent ar Atlantic Specialty Insurance Co�npany first. If tha dispute is not resolved, yau may confact the Texas C}epariment of Insuranc�. ATTACH THIS NOTIC� TO YOU� �OND: This natice is for inforrnation only and does not became a part or condition nf the atkached document and is given to corr�ply with iexas legal a�d regula#ory requirements. STAllDARI� GEllIERA.L �0111l]l'I`YO1�S �F THE C�l�T�TRUCTIOl�T COI�TRA.CT CITY QF FdRT WORTH 2O21 ON-CALL PAVGMI:NT MARKING5 CONTRACT #3 5TANDARDCONSTA[IGTION SC'E.CIfICATION DQCUMENTS CPN 10374Q Revision: $!i3/202I sT�� GE��, co�mlTloNs oF T� C4NSTRUCTION CONTRACT TABLE OF C01�1TENTS Page Article 1 —Defi�vitions and Terminology ..........................................................................................................1 1.01 Defined T�rn�s ............................................................................................................................... l 1.Q2 Terminology ..............................................................................�...................................................6 Articie2 -- Preliminary Matters ..............................�..............................,...........................,............,...,...,..........7 2.01 Copies of Documents ....................................................................................................................7 2.02 Commenceinent af Contract Time; Notice 1:o Praceed ................................................................ 7 2.03 Sta�ting fihe Work .......................,..,....,.......,..........................................................�...�...........,...,.., 8 2.04 Before Start�n� Corvstruction ........................................................................................................ 8 2.�5 Precans�ruction Canference .......................................................................................................... 8 2.06 Public Meeting .............................................................................................................................8 2.D7 Initial Acceptance of Schedules ....................................................................................................8 Aifiicle 3— Contract Docuaments: Intent, Amending, Reuse ............................................................................ 8 3.Q1 Intent .......................................................................................�............................,......................... 8 3.fl2 Reference Standards ...................................................................................................................... 9 3.03 Repoi�ting and R�solving Discrepancies .......................................................................................9 3.04 Amending and SUpplementin�g CantxactDacuments .................................................................10 3.05 Reuse of Document� ...................................................................................................................10 3,06 Electranic Data ............................................................................................................................ ll Artscie 4— Availability of La�ds; Subsurface and Ph�sical Conditions; �Iaz.�rdaus Environrnental Canditions; Reference Poinf� ........................................................................................................... ll 4.01 A�ailability of Lands ......................�...............,............................................................,..............11 4.02 Subsurface and Physical Conditions ..........................................................................................12 4.03 DifFering Subsurface or Physical Conditions .............................................................................12 4.0� Underground Facil�ties ...............................................................................................................13 4.05 Reference Points .........................................................................................................................14 4.06 Hazardous Envirorunental Co�dition at Site ..............................................................................14 Article S— Bnnds and Insurance .....................................................................................................................1b 5.01 Licensed Sureties and Insurers ....................................,......,...,...........,.......................................16 S.Q2 Performance, �'ayment, and Maintenance Bonds .......................................................................16 5.03 Certificates of Insurance .............................................................................................................1b 5.a4 Contractor's Insurance ....................................................................,..............,............................18 S.QS Acceptanc� ofBonds and Insurance; Option to Replace.�..� ......................................................19 Article 6 -- Cont,��ctor's Responsibilities ........................................................................................................19 6.01 Super�ision and Superi�n.ter�dence ...............................................................................................19 CITYOF FOTtT WORTH STANDP,ItDCONSTRUC'C[ON SPEC[FICAT[DN DOCL7MEN'I'S 2021 bN-CALLPAVEMENTMARKINGSCQNTRACT#3 [te`+ision: 8Q3/L031 CPN 103740 6A2Labor; Workir�g Halu•s ................................................................................................................20 6.03 Services, Materials, and Equipment ...........................................................................................2U 6.04 Project Schedule ..........................................................................................................................21 6.QS Substitutes and "Or�Equals" .......................................................................................................2j 6.06 Concernin� Suhcont�actors, Suppliers, and Oihers .................................................................... 2� b.07 Wage Rates .................................................................................................................................. 2S 6.08 Pa�nt Feas an� Royalties ...........................................................................................................26 6.09 Perrnits and iJtilities ....................................................................................................................27 6.10 Laws an.d Regulations .................................................................................................................27 6.11 Ta�es ...........................................................................................................................................28 6.12 Use of Site and Other Areas .......................................................................................................28 6.13 Record Documents ......................................................................................................................29 6.14 Safety and Protectian ..................................................................................................................29 6.15 Safety Representative ..................................................................................................................30 6.16 Hazard Comm�caiion Programs .............................................................................................30 6.17 Emergencies andlor Rectificatian ...............................................................................................30 6.18 Submitta�S ....................................................................................................................................3I 6.19 Continuing the Work ...................................................................................................................32 6.20 Coni�actox's General Warranty and Guarantee ..........................................................................32 6.21 Indemn�'ication .........................................................................................................................33 6.22 Delegation of Profassionai Design Services ..............................................................................34 6.23 Right to Audit ..............................................................................................................................34 6.24 Nondascr'�mination .......................................................................................................................35 Article 7- Other Work at the Site ...................................................................................................................35 7.01 Related Work at Sit� ...................................................................................................................35 7.02 Coocdi�ation ................................................................................................................................36 Ar�icle 8 -- Ci�y's ResponsbiIities ...................................................................................................................3� S.Ol Communications to Contractor ...................................................................................................36 8.02 Furni�h Data ................................................................................................................................ 36 8.03 PayWlaenDue ............................................................................................................................3b 8.(}4 Lanc�s andEasements; Repa�ts and Tests ...................................................................................36 S.QS Change Or�ers ..................................:..........................................................................................36 8.06 Inuspections, Tests, a�d Approvals ..............................................................................................36 8.Q7 Lamitations on City's Responsibilities .......................................................................................37 8.08 Undisclosad Hazardous Eriviro�ental Condition ....................................................................37 8.09 Campliance vvi�h Safety Program ............................................................................................... 37 Artiele 9- City's Observation Status During Construc�ion ........................................................................... 37 9A1City's Project Manager ............................................................................................................37 9.02 Visits to Si�e ................................................................................................................................37 9.03 Authorized Variations in Work ..................................................................................................38 9.Q4 Rejectvng Defective Work ..........................................................................................................38 9.05 Determmations frnr Worlc Performed .......................................................................................... 38 9.06 Dec'rsions on Requirements of Cantract Documents and Acceptability of Worlc .....................38 C1TY OP FORT WORTH 2421 ON-CALL PAVEIvIENT MARI£INGS COi*fTItr�CT #l3 STANl]AJ2DCdl�STRUCTIQN SPECIFICATIO.N DOCUMENTS CPN 103740 Revisian: 823202] Article IO - Changes in the Wor�C; Clau�ns; Ext�'a �oz'k ................................................................................38 10.01 Authorized Changes in the Work ...............................................................................................38 10.02 Unauthoz•ized Chaz�ges in the Worfc ...........................................................................................39 10.03 Execution af Change Orders .......................................................................................................39 10.04 Extra Work ..................................................................................................................................39 10.05 Noiification to Surety ...........................................................................�...,................................,.39 10.06 Contract CIaims Process .............................................................................................................40 Artiele 11 - Cost of the Work; Allowances; Unit Price Work; P la.ns Quantity Measurement ...................... 41 11.01 Cost of the work ......................................................................................................................... 41 11.02 Allowances ........................................................................................................................�....�...�43 11.Q3 Unit Price Wark ..........................................................................................................................44 11.Q4 Pla.ns Quantily Measurement ......................................................................................................45 Article 12 - Change af ContractPrice, Change af ContractTime .................................................................46 12.01 Change of Contract Price ............................................................................................................46 12.Q2 Change of Cont�•act Tune ............................................................................................................47 12.03 Dela�s ..........................................................................................................................................47 ArticIe 13 - Tests and Inspections; Correction., Removal or Acceptance of Defective Wor1c ...................... 48 I3.01 Notice of Defects .......................................................................................,......,................,....,...48 I3.02 Access to Work ...........................................................................................................................48 13.03 Tests and Inspections ..................................................................................................................�$ 13.04 Unco�rering Work ................................................................................... �....................................49 13.Q5 City May Stog the Work .............................................................................................................49 13.06 Correction or Removal of Defeetive Wor1c ................................................................................50 13.Q7 Correction Period ........................................................................................................................50 13.08 Acceptance ofDefective Wor1c ...................................................................................................51 I3.09 Cny May CarrectDefective Wark .............................................................................................SX Article ]4 -Payments io Cantractor and Completion .........................�..,,......�...�...........................................52 14.01 Schedule of Values ......................................................................................................................52 14.02 Progress Pay�nents ..............�...,............,...,......,.......,......................................,.............,........,...,.52 14.03 Cantractor's Waz�anty of Tztle ...................................................................................................54 14.04 Partial Utiliz�.tion ............................. . ............................................... ........................................... 55 14.Q5 Final Inspection ...........................................................................................................................55 14.06 Firtal Acceptance ......................................................................................................................... 55 14.Q7 Final Payment .............................................................................................................................. 56 14.08 Final Completion Delayed and Partial Reta�nage Release ........................................................56 I4.09 Waiver af Claims ........................................................................................................................ 57 Article 15 - Suspansion of Work and Termination ........................................................................................ S7 15.01 Ci�y May Suspend Work ..................................................................�..........................�....�.....,....57 15.02 Cit� May Terminate for Cause ................................................................................................... 58 I5.03 City May Terminate �'or Con�e�ience ....................................................................................... 60 Article16 - Dispute Resolution ......................................................................................................................61 I6.01 Methods andProcedures .............................................................................................................bl CTT Y OF F ORT WOR'iT-! 2021 ON-CALL PAVEMENT MA1tKII+IGS CON'C'1L4C1" �3 �T.ANDAI�DCONSTRUCT[ON SYECiFTCAi]ON T70C1]AdSNTS CPN 10374Q ltavision: &'23f1OZ1 Article17 — Miscellaneous .............................................................................................................................. b2 17.01 Givin� Notice .............................................................................................................................. 62 17.02 Gomputation of Tunes ................................................................................................................ 62 17.03 Cumulative Remedies ................................................................................................................. 62 17.04 Survival of O�ligatians ...............................................................................................................63 17.05 Headings ......................................................................................................................................63 CI'I'Y OF FORT W�i�TH 2p21 p3Y-CAT.,L PAVE[v1EN"i' MARKINCrS CONTRACT #3 STADIUP�I2DCOWSTRUCTIQN SPEGiFICATION DOCU#vlEldTS CPN 103740 Revision: 8/J7/1621 ao �z ao - t GE�fERAL CON�ITION 5 Page l of fi3 ARTICLE 1— DEFIPTITIONS AND TERMINOLOGY I,41 Deftned Terrras A. 'V�Ihere�erused in these General Conditions ar in other ContractDacuments, �he terms listed below have the meanings indica�ed whicY� are applicable to both the singu�ar and plural tlzereof, and words denot'rng gender shall i�clude t11e masculine, feminine and neuter. Said terms are generally eapitaliz�d or written in italics, but not always. When used in a eontext cansisien� wi�h th� defmi�ion of a listed-defined terna, the terin shall have a meaning as defined �elow whet�ier capitalized ar ita�icized or otherwise. In additian to ienns specificaIly defiried, terms with initial capi�al letters in the Contract Documents �cluda r�ferences to identif'ied articles and paragiraphs, and tne t�tles of ather docutr�ent� or for;ns. 1. Addenda Writien or graphic instruments issued priar to the openit�g of Bids which clarify, correct, or change fhe Bidding Requiraments or tY�e proposed Contract Documents. 2. Agreement—The written ir�strument vvhich is evidence of t17e agreement between City and Con.tractor covering the �ork. 3, Applfcatian for Pay�raent—The t'orm acceptable to City which is to be used by Contractor during the course of the Worlc in reyuesti�g progress or final payments and vvhieh i� to be accompanied by such supportit�g documentatian as is required by the Contract Documents. 4. Asbestos Atxy material that contait� more tlzan one percent asbestos and is fria.b�e or is releasing asbestos fibers into the air abo�ve curreni action level� established by the Uni�ed States Occupatinnal Safety and Healtll Adm�i�firatian. 5. Aw�rrd — Authorization by the Ci�y Council for the City to enter into anAgreement. b. Bid--The offer or proposal of a Bidc�er subrnztted on the prescribed forrn setting forth the prices for th� '�ork to be pei�ormed. 7. Bidder—The i�dzvidual ar entity who submi�s a Bid directly to City. 8. Bidding .�?ocu�nents The Bidding Req�irem�nts and the proposed Cont�•act Doeuments (ineluding all Addenda). 9. Bidding Require�zents The advertisetnent or Invi�ation to Bid, Instructians to Bidders, Bi� security of accepta�le form, if any, and the Bid Form with any supplements. 10. BusinessDay— A business day is defined as a day that the City conducts normal busirzess, generally Monday through Friday, except for federal or staie hol�da3�s observed by ihe City. I 1. Cc�lenda�Day —A day consisting af 24 �ours mea�ured from midaight t� the next midnight. CITY OF rORT WORTH 202] ON-CALL PAVENIENT MAR.ICINGS CUNTRACT #3 STANDAItDGONSTCtUCTION SPECIF?CATION DDCUMENTS Rerrision: 8+13l1021 CPN 1.03740 oo�2oa-� GENERAL CANDITIQiJ 5 i'age 2 nf G3 12. Change Order—A docuraent, which i� prepared and approved by i:he City, whzch is signed by Contractor and Ciry and autharizes an addition, deletian, or r�vision in the ViTorlc ar an adjusl�ent in the ConL�act Price or the Contract Tune, issued on or after the Effective Date of t�►e Agreement. 13. City-- The City of Fort Worth, Texas, a home-rule municipal corporation, authorized and charter�d under the Te�as 5tate Statutes, acting by its governing body through its City Manager, his designee, or agents authorized under his behalf, eack� of which is requ�ed by Charter to perfarm specific duties with responsibiiity for final enforcement of th.e contracts involving tl�e City of Fort Worth is by Charter vested in the City Manager and is the eniity with whom Con�ractor has entered into the Agreennent and for whom the Woric �s ta be performed. 14. City Aitorney — The officially appointed City Attorney of tl�e Cily of Fort Worth, Texas, or his duly authnr�zed represerrtative. 15. City Cauncil - The duly elected and qualifiec� governing body of the City of �'orf Warth, Texas. 16. City �Ylanager — The ofF'ieially appointed and authori�ed CiEy Manager of the City of Fort Worth, Texas, ar his duly authorized representative. 17. Contract Clai�A demand or asse�tion by City or Contractor seeking an adjusi�nnent af Cantract Price or Contract Time, c�r both, or ot�er rel�ef with respect to the terms of the Contract. A demand for money or ser�ices by a third party is nat a Cantract Cl�im. 18. Contrcrct—The entire and mtegrated written doctunent between the Ci�ty and Contractor concerning the Work. The Contra.ct co�ta�ns the Agreement and a11 Gontract Documents and supersedes prior negntiatians, representations, or agreements, whether written or oral. 19. Contract Documents Those it�ms sn designatad in the Agreement. A�1 rtems listed in the Agree�nent are Contract Documents. Approved Submittals, other Contractor submiltals, and the reports and drawings of s�bsurface and physical conditions axe not Contract Documents. 20. Coniract Price—The moneys payable by City to Contractor for completion oi the i�Vork in accor�ance with the Con�ract Doc�.iments as siaied in the Agreement (subject to ti�te pro�isions ofParagraph 11.03 in the case of Unit Price Work). 21. Contract Ta�ne—The number of days or ihe dates stated in the Agreement to: () achie�e Milestor�es, if any and (u� cornplete the Work so that it is ready for �'inai Acceptance. 22. Cont�crcto� The individuai or entity with wharri City has entered into the Agreernent. 23. Cost of the Work—See Parageaph 11.01 of these GeneraI Conditions far defini�ion. CITYOF CORT WOR`CH 2p�] ON-CALLPAVEMENTMARKINGS CONTRACT#3 STAN�AI2DCONSTRIICTIDN SPECIFICATI�N DDClJN1�NTS CPN103740 Revision: 8f2311(J21 aonao-i G�NERAL CQNtiITION S P�ge 3 pf G3 24. Dam�ge Claims �- A dernand for money or services ar�sing fram the Project or �ite from a third party, City or Contract�r exclusive of a Contract Clairz�. 25. Day or day--- A day, unless otherwise defu�ed, shall nnean a Calendar Day. 26. Director of Aviation — The of�cially appointed Director Qf th� Aviation Department of tl�e City of Fort Warth, Texas, ar his duly appointed rapresentative, assistant, or agents. 27. Di�ector� of Par�1�s and Canzrnunity Setvices — The offic�ally appoinrted Director of �e Parks and Community Services Depar[ment of the City of �'ort Worth, Tea�as, or his duly appointe d representativ�, assistant, or agants. 28. Director of Planningand Develop�raent-- The af�cially appointed Director of the Phnning and Development Department of the Ciry of Fort Worth, T�xas, or his duly appointed repre5entative, a�sistant, or agents. 29. Di�ector of Transportation Public T�'oYks — The officially appainted Director of the Transportation Public Works Department o� th.e City of Fort Worth, Te�s, or his dUly appoirited representati�e, assistant, or agents. 30, Director of Water Department — The of�icially appointed Director of the Water Departmen� of the City of Fort Worth, Texas, or his duIy appointed representative, assistant, oz agents. 31. D�a�vings--That part oF the Cnntract Docnments prepared or approved by Engineer wl�ich graphically shows tlz� scope, extent, and character of the WorIc to ba performed by Contractor. Submittals are not Drawings as sQ defned. 32, Effective I�ate of the Agree�ne�at—The date it�dicated in the Agreement on which it becomes effective, but if no such date � indicated, i� m�ans the date on which the Agreexnent ius signed and deIivered by the last of the tvvo par�i�s to sign and deliver. 33, Engineet� The licensad professional engineer or engineering £'�rtn registered in the State of Texas perForming prafessional ser�ices for the City, 34. Extt-a WoYk — Additianal work rnade necessary by changes or al�erations of the Contract Documents or af quaz�tities or far ather reasons for which no pric�s are provided in the Cont�act Documents. Extra work shall be part of the Work. 35. Field OrdeN—A written order issued by City which requires changes i� the Work but which do�s not involve a change in the Contract Price, Con�ract Time, or th� intent of the Enginaer. Fi�ld Orders are paid irorn Field Order Allowances incarporated into the Contract by funded work type at the tinne of award. 3b. Final Acceptance — The writ%n notice given by the City to fihe Contract�r that ti�e Work spec�ied 'm the Cantract Docurnents has been completed to the satisfaction of the City. CITY OT FQRT WORTH 2O21 OAi-CALL PAVEMENT MARKINGS CbNiRACT #3 STANDARDCOMSTRUCTION 5t'EC[EICATION DOCi1MENTS Revision: 823�1lT21 CPN 1037a0 OD'72 a0 - I GENERALCD�lp[TION S Page 4 of 63 37. Final Inspection — Inspectian caeried out by the City to verify thafi the Contractor has cornpleted the Work, and each and ever.y part or ap�urtenance th.ereof, fully, en�ire�y, and in conformance with th� Contract Documents. 38. General Requirement,s—Sections of Division 1 af the ConnactDnc�ments. 39. Haza�dous Enviroramental Conditfon The presence at the Site o� Asbestos, PCBs, Petrniewn, Hazardous �Vaste, Radioactive Material, or other materials in such quantities or circumstances that rna.y present a substantial danger to persnns nr propet�y expos�d thereto. 40. Haaardaus �aste—Hazardous waste is defined as any solid waste listed as hazardous or possesses one or rnore hazardous charact�ristics as defined in the federal wa�te regulation�, as amended from time ta titne. 41. Laws and Regulations Any and a�l applicable laws, rules, regulations, ord'n�anc.es, codes, and orders of any and all �overnmental bodies, agencies, authorities, and courts having jurisdiction. 42. Liens—Charges, security interests, or encumbrances �pon Project iunds, rea.l property, or personal propar�y. �3. Majo� Item— An Item of work inciuc�ed in the Contract Documer�ts fihat has a total cast equal to ar greater tYxan S% of the original Contract Price or $25,000 whichever rs less. 44. Milestone A prmcipal event spec�'ied in the Contract Docurr�en�s relating to an intermediate Contract Time prior to Final Acceptance of the Work. 45. Notice of Award—The written notice by City to the Successful Bidder stating that upon timaly compliance by the Successful Bidder with the cond'ztiQns precedent listed therein, City will sign and deliver the Agreernent. 46. Notice to Proceecl—A written notice given by City to Con�ractor f�xing the date on which the Contract Time wi� commence to run and an which Contractor shaIl start tn perfa�n the Work specified in Contract Documents. 47. PCBs—Polychlorinated biphenyls. 48. Pet�oleum—Petroleuim, including �rude ail or any fraction thereof which is Iiquid at standard condi�ions af temperature and pressUre (60 degrees �'a�re�eit and 14.7 pounds per square inch absalute), such as nil, petrol�urn, fuel oil, oil sludge, oil refuse, gasol'me, kero�ene, and oil nn�ed with other non Hazardous Waste and crude oils. 49. Plans — See defmition of Drawings. C1TY OF FORT WOATH 2Q2i ON-Ct1LL PAVEMENT MARKITiG5 CONTILACT �3 STANDARDC4N5TRUCTION SPECIFICATION DOCiJMHNTS CPN 103740 Revisinn: &�102] ao�zoo-� GEN�RAL CONDITION S Page 5 of 53 54. Pt^ojeetschedule A schadule, prepar�d and maintained by Coirtractor, in accardance with �he General Requirements, describing the sequence and duratian of the acti�ities carrzprising fihe Contractor's plan to accoinplish the Wark witk�in the Contraci Tim�. SI. Project—The Warkta be pexfoz7med unrler the Contract Documents. 52. P�ojectManagcr—The authorized representative of the City who will be ass�gned to the Site. 53. Public Meetfng — An annotanced meeting conducted by the City to facilitate publie participation and to assist the pul�lic in gaining an informed view af the Project. 54. Radioactive Material—SoUrce, special nuclear, or byproduct material as defined by the Ato�nic Eneargy Aci of 1954 (42 USC Section 2011 et seq.) as amended from time to tima. ��. Regular Y�o�king Haurs — Hours beginning at 7:00 a.m. and ending at 5:00 p.rr�., Monday thru Friday (�xcluding �egal holidays). 56. Sarrsples—Physical examples of rnateria�s, equipment, ar worlcmanship that are rep�esentative of some partzon of the Work anc! which establish the standards by which such portion of the Work will be judged. 57. Schedule of Suhrnittals A schedule, prepared and rnaintained by Contractor, of required submittal� and tHa iima raquirements to supgort scheduled performance of reIated canstruction activ�ies. 58. Sehedule of yalue.�A schedule, prepared and znaintainec� by Contractor, allocating portions af the Con�ract Price to various portions of the Work and used as the basis for reviewing Cantractor's Applications for Pay�nent. 59. Sile Lands or areas indicatad in the Confract Documents as beir�g furnished by Ci�ty upon whicn tha Work is �o be performed, ineluding rights-of-way, pernnits, and easements far access thereto, and such oiher lands furnished by City which are designated for the use of Contractor. 60. Specificataans—That part of the Contract Documenis cansisting of vvritten requir�ments for mafez�ua�s, equipment, systems, standards and warkmanship as appli�d to the WorI�, and certain administ�•ative requirements and procedural matters applicable thereto. Spec'�ications may be specifcally made a part of the Contract Dacumenxs by atta.chment or, i#' not attach.ed, may be incorporated by reference as indicated in the Table of Contents {Divisian 00 00 00) of each Project. 61. Subcont�actor An individual ar eniity ha�ing a direct contraci with Contractar or with any other Subcontraetar for the performance of a part of the Work at �he Site. CITY OF FORT W�1tTT-I 2021 ON-CAI.L PAVEIVIENT MARKINGS COAITRACT #3 STANDARDCONSTRUCTION SPECI�'ICATION DOCiIM�IVT5 CPN 103T4II Revision: &2�21 OD�2fi0-1 GENERAL CONDITI6N S Page 6 of G3 62. Subrraittals—All drawings, diagrarns, illustratians, schedules, and other data or informa�ian which are specif'ically prepared or assernbled by or for Contractor and submitred by Con�ractor to illustrate some portion af the �rVork. 63. Suhstantial Gompletaon — The stage in the pragress of the Project when the Work is suf�iciently compiete in accordance with the Contract Dacuments far Final Inspection. d4. Succe�sful Bidder The Bidder submitting the lowest and most respansive Bid io vvhorn City makes an Award. b5. Superinter�dent— The representati�e of the Contractor who is available at alI tunes and able ta receive inst�uc�ions from the Gity and to act fox the Contractor. 66. Supplementa�y Conditions—Thaf part of the Contr�ct Documents which amends or supplements these General Conditions. 67. Supplier A manufacturer, fabricator, suppiier, d�stri�utor, materialman, or vendor har�ing a direct contract with Contrac�or or with any Subcontractor to furnish materials or equipment to be incorporated 'm the Work by Contractor �r Subcontractor. 68. Underground Faciiities A11 undergro�and pipelines, canduits, ducfs, cables, wires, manholes, vau�, tanks, tunnels, or other such facilities or attachrraents, and any encasemer�s containing such facilii�ties, including 6ut not limit�d to, those that convey electriciry, gases, steam, liquid petrv�eutn products, telephone or otller communications, cable televi�ion, water, vvastewater, storrn vvater, other liquids or ch.emicaL�, or iraffic or otl�er control systems. 69 UnitPrice A�ork—See Paragraph 11A3 of these General Conc�itions for defini�ion. 70. WeekendWorking�Iouurs--Hours beginning at 9:00 a.m. and �nding at 5:00 p.m., Saturday, Sua�day or legal haliday, as approved in advance by the City. 71. Work The entire construction or the various se�arately identifiable parts fhereof required to be provided under the Cantract Documents. Work includes and is the resul� of performing ar providing all labor, services, anci documenta.tion necessary to produc� such construction including any Change Order or Field Order, and fiarnishing, installing, and incorporating all materials and equipnaent into such construction, all as required by the Contract Dacurr�ents. 72. Working Day -- A working day is defiried as a day, not including 5aturdays, Sundays, or �egal holidays authorized by the City for cantract purposes, in which weather or otl�er conditions not under the contral o� the Contractar will parmit the performance o� tne principal unit of work underway for a contiriuous period of not less than 7 hours befiween 7 a.m. and 6 p.m. 1.02 Ternainology A. The words and terrr►s discusseci in Paragraph 1.02.B through E aze nat defined but, when used in the Biddir�g Requireanents or Contracfi Dncurnents, have the indicated meaning. S. Intent of Cettuin 7'erms oNAdjectives: CFI'Y OF FORT WORTH 2p21 O�d-CALL PAVEMENT MARKINGS CONTRACT #3 STANDARDGONSTRUCTION SPECIFECATION DOC[JN�ENTS CPI+� 10374D Revision: 873J1Q�1 oo�zao-� GENEF2AL CDiJ�IT ION S Page 7 of 63 l. The Confiract Documents include the terms "as allowed," "as appra�ed," "as ordered," "as directed" ar terms of lilce effect or inlport to autl�orize an exercise oi judgment by City. In addition, the adjecti�es "reasonable," "suitable," "aeceptable," "proper,'° "satisfactory," or adjective� of like effect or import are used to describe an action or deterrnination of Ciry as Co the Work. It is intended that sueh exercise af prafessional judgment, action, or determination vvi� be solely to evaluaie, in general, the Wark for camplia.nce with tne i�ormation in the Contract Documents shown or indicated v aiherwise}. �. Def�ct�ive: and with the design concept of the Pro�ect as a functianing who�e as the ContractDocurnents (unIess there is a specif'ic stateinent indicating 1. The word "de%ctNe," when rnodifyin.g the word "Work," rafers to Worlc that is unsati�factory, fa�lty, or defcient in that it: a, does not conforzn to the Cont�act Documents; or b. does not m�et the r��uit�ements of any appl�cable inspection, reference standard, test, or appravaI r�ferred to in the Contract Docu�ents; or c. has been damaged prior ta City's w�ritten acceptance. D. Furnish, Install, Perf�orni, Provzc�e: 1, The ward "k'urnush" or the word `�nstall" or the word "Perforrn" or the word "�'ro�ide" or the ward "Supply," or any combination or similar directi�e or usage thereof, shall mean �urnishing and incorpnrating iri t�e Work including aU necessary labor, i�naterials, equipment, and e�veryth�ng nec�ssary to perform the Work indicated, unless specif'ically limited in the context used. E. ilnless stated otherwise in the Coniract Documents, words or pkirases that have a well-Icnown technzcal or const�uction inciustry or trade meaning are used ir� the Cantract Docurnents in accordance with such recognized maaning. ARTICLE � -- PRELIMINARY MAT'T�RS 2.4i 2.02 Copies of Dacuments City shail furnish to Contractor one {1) original executed copy and ane (I) eleetrozuc copy of the Coni�act Documants, and four (4) add�ional copies of the Drawings. Add�tional copies will be furnis�ed upan request at the cost oi reproduciion. Commencen7ent af Cont�act �irne; Notice to Proceed The Contract Time will cornmence to run an the day inclica�ed in tl�e Notice to Proceed. A Notice to Proceed may be given no earlier than 14 days after ihe Effective Date oftih� Agreement, uriless agreed ta by both parties �n wrrting. CITY pF FpRT WQRTH 2p21 pN-CALL PAVEMENT MARKINGS CONTRACT #3 STAN➢ARDCONSTRUCTION SPECTFiCAT1pN DDC[IkI�1�TS CYi�f 103740 Revision: 8�1312021 ao�r2ao-� GENERAL CONQITION S Page 8 of b3 2.03 2.04 2A5 2.06 2.0� �tarting the Work Contractor shall start to perform the Work on the date when the Contract Time commences to run. No Work shall be done at th� Site priar to the date on which tl�e Contract Time commences io run. Before Starting CanstYuction Baseiine Schedul'es: Subinit m accordance with the Contract Documents, and priar ta starting the Work. Preconstruction Conf�rence Befote any Wark at ihe Site is started, tb.e Cor�iractor shall attend a Preconstruction Conference as specified in the Cantract Documents. Public Meeting Coniractor may not mobilize any equipment, �nateria.ls or resources to tha Site prior to Crnntractor attendirag the Public Meeting as schedUled by the City. Iraitial Acceptance of Schedules No progress payment si�ali be made to Contractor unti� acceptable sch�dules are subnn�itted to City in accoxdance withfiI�e Schedule Specifcatian as provided in t11e Contract Documenfis. ARTICLE 3— C�NTRACT DOCUMENTS: INTENT, AMENDING, R�USE 3.01 Intent A. The Contract Documents are complementa�ry; what i� required by one is as bmd'mg as if required by a31. B. It is the i�tent of the Contraet Documents to describe a functionaliy complete project (or part thereafi} tQ be constructed in accordance with tk�e Caniract Documents. .4ny labor, ciocumentation, ser�ices, materials, or equiprnent that reasonably may be inferred frorn the Corrtract Documents or from prevailing custom or trade �as�ge as b�ing required to produce the indicated resuft will be provided whether ar not specifically called for, at no additional cost to City. C. Clarifications and interpretations of the Contract Documents shall be issued by City. D. The Specif'ications may vary � form, format and style. Sonae Specificatzon sections may be written in �arying degrees of strea�njined or dec�rative style and some sections may be re�tively narrative by cornparison. Omission of such wards and phrases as "the Contractar shall," "in conformity Wl�i," "a5 5�'lOW1];' Oi "a5 specified" aY'e intentional in streamlined sectio�s. Omitted words and phrases shall be sUpplied by inference. Similar types of provisions may appear in various parts of a sectio�n or articles within a part depending on the fo�af of the CTI'Y OF F'ORT WORTH 2O21 ON-CALL PAVEMENT MARKINGS CONTRA�T !k3 STt31VDARDCOMSTRUCT]�N SPECIF[CATFQN DQC[JMEN"['S CP1V 10374.0 Kevision: 823�2(ill 00720d-1 GENERALCON�ITIONS Page 4 oi 63 3.Q2 3.03 section The Cantractor shall nat take advantage of any variation of form, format or styIe in malcing Conlract Claims. E. Tl�e cross referencing of specification sections under the subparagraph heading "Related Sectior�s iziclude but are not necessariIy lnnited ta" and eIsewhere wilhin each Specification section is pravided as an aid and convenience to the Contractor. The Conh•actor shal� not rely on tne cro�s referencing provided and shall be responsihle to coordinat� the ent�e Work under the Contt'act Documents and provide a complete Pro�ect vvhether or not the crass referencing is provided in each section. or whether ar not the cross r�ferencing is coinplete. RefeYence Standards A. Star�dazds, Specifications, Codes., La�vs, and Regulatians 1. R�ference to standards, specifications, manuals, or codes ofany technical society, arganization, ar association, or to Laws ar Regulations, whethar such reference be specific ar by implication, shall mean the standard, �pecif'icatian, manual, code, or Laws or Regulations in ef%ct at the time of opening of Bids (or on the Effecfiive Date of the Agreement if there r�are no Bids}, except as i�nay be otherwise specitically s#ated in the Contract Docurnents. 2. No provision oi any such sta.ndard, specification, manual, or code, or any instruction of a Supplier, shall be effective to change the duti�s or responsibilities af City, Cantractor, or any of their subcontraetors, consultants, agents, or employees, fram thase set forth in the Cont�•act Documents. No such pro�ision or instruciion s1�aIi be effective to assign to City, or any of i�s of�cers, direciors, inembers, partners, employees, agents, consultants, or subcontractors, any duty or authority to sup�rvise or direct the perfo�•rnance of tYte Work or any duty or authority to undertake responsibility ineonsistent with the provisions of the Contract Docuznents. Reporting and ResolvingDiscrepanci�s A. Reporting Discrepar�cies: 1. Contract�or's Revie�v ofCont�act Docurrae�ts Before Starting Wo�k: Before unclertaking each paz�t of the Work, Con�ractnr shall carefully study and compare the Contract Dncuments and check and verify pertinenfi figures therein against all app�icable field measurements and condiCions. Contractor shall prflznptly report in writing to Ciiy any conflict, error, arr�biguity, or discrepancy which Cont�actor discovers, or has actual Irnowledge of, and shall obtain a written interpretation ar c�arif'ication frorn City befare proeeedin.g with any Work affected thereby. 2. Contracto�'s keview af Cant�c�ct Docu�zents During Performance of T�York: Zf, during the performanca of the Work, Contractor discovers any conflict, error, ambiguity, or discrepancy within the Contract Docuzxients, ar between the Cantract D�cuments and (a) any applicabfe Lavv or Regulatzon ,{b) any sta.ndard, spacification, manual, or cade, or (c) any instruction of any SuppIier, then Contractor sY�a11 promptly repart it to City �n writing. Con�ractor shall not proceed wiY11 the Work affected thereby (eaccep� in an emergency as r�quired by Paragraph CITY OF POT2T 13rpRTH 2O21 ON-CALL PAVEA4ENT MARKTNGS CONTRACT #3 STANDARI7CQN51'RUCTCON SPECIFICATION DOCLfMEhiTS CPN 103740 Revision: 8�1 oanaa-i GEN�RAL COI�plTION S Page 16aF63 6.17.A) until an amendment or supplement to the Co�tract Documents has been issued by or�� af the metlxocis indicated in Paragraph 3.Q4. 3.04 3.05 3. Contractor shall not be l�ab�e ta City far failure to repor� any conflict, error, ambiguity, or discrepancy in the Contract Documents unless Contractor had actual �owl�dge thereof. B. Resolving Disc�epancies: 1. Except as may he otherw�se specifically stated in the Cantract Docurnents, the provisi�ns of the Contract Documents shall take precedence in resolving any conflict, errar, arr�l�iguity, or discrepancy between the pror�isions of the Contract Docuriaents and the prnvisions af any standard, specif'ication, naanual, or the insiruction of any Supplier (whether or not specifically incorparated by reference in the Contract Docurnents}. �, In case of discrepancies, �'igured dimensions sha�l govern a�er scaled dimensions, Plans shall govern ovex Specifications, Supp�ernentary Conditions shall govern over General Conditions and Speciiications, and quanti�ies shawn on the P1ans shall govern over those shawn iia the proposal. Amending and Supplejnenting Contract Documents A. The Contract Doc�nnents rnay be amended to pravide for addrtions, deletions, and revisions in the Virork or to modify the terms and conditions thereof by a Change Order. B. The requirernents oi the Contract Documents may be supp�em.ented, and mu�or �ariations ar�d deviations in the Work not involving a change in Cantraet Price or Con:tract Tu�ne, may be authorized, by one ar more of the foIlowin�g ways: 1. A Field Order; 2. City's review af a S�ubmitta.l (subject to the provisions of Paragraph 6.18.C); or 3. City's written interpretatian or cla.rification. Reuse af Docume�ats A. Contractor and any Subcontractor nr Supplier shall not: 1. have ar acquire any title to or owr�ership rights in any af the Draw'mgs, Specif'ications, or other d�cuments (nr copies of any thereof� prepared by or bea.ring the seal of Engineer, including electronic media edi�inns; or 2. reuse any such Drawings, Specifications, ather documents, or copies tbereof on extensions of the Proje�t or any other project without wrikten oansent of Crt,y and specific written ver�'ication flr adaptation by Engineer. CITY OF FORT WORTH 2D21 �N-CALL PAVEIvI�NT MARKINGS Cpi�iTRACT #!3 STANC)ARDCONSTRUCTIQN SPECIFICATION DOCUNIENTS CPN 103740 Revision: 8%2?i?i121 oo�2oa-i GEN�RALCON�ITIONS Page l l of63 B, The prohibitions o� this Paragraph 3.05 wilI survive final pay�nent, or ternlination of �he Contract. Nothing herein shall preclucie Contractor from retaining copies of the Contrac� Documents for record purposes. 3.06 Electron.ic Data A. Unless otherwise stated'm the Supplementary Conditians, the data fi.unished by City or Engineer to Cflntractor, or by Contracior to City or Engineer, that may be relied upan are lunited to the printed copies i�cluded in the Contraci Documents {a�so icnown as hard copies} and other Specifications referenced and located or� the City's an-line electronic document management and collaboration systei�n site. Files iin elecixonic media format af te�i, c{ata, graphics, flr other types are furnished only �or the con�errience of the receivirig party. Any concl�asion ar infoz-�x�ation obtained or derived frorn such alect�onic f�les wi� be atthe user's sole risk. Ifthere is a discrepancy beiween the electror�ic files and the hard copies, fihe hard copies govern. B. When transferring documents � electranic med�a foz-rnat, tl�e transferri�g party makes no representations as to long term compatibility, usability, or readability o� doci.unents �•esulting fro� the use of s�ftware application packagas, operating systems, or computer hardware di�'fering fiom those used by the data's creator, ARTICLE �— AVAILABILITY OF LANDS; �C7BSURFACE AND PHYSICAL COND�TIONS; HAZARDOUS EN�IRONMENTAL CUND�TiONS; REFERENCE POINTS 4.�1 AvailabilityafLands A. City shall ftu•nish tk►e Site. City shall notify Cnntractor of any encwn�rances or restx'ictions not of general applicatzon but spec�ically related to �se of the Si�e with which Contrac�or znust camply in pexforming the Work. City will obtain in a timely manner and pay for easeinents for perman�nt structures or permanent change� in eaListing facilrties. Thc City has obtained or anticipates acquisition of andlor access to right-of-way, and/ar easements. Any outstanding right-of-way and/or easements are aniicipatec� to be acquired ia accardance with the schedule set forth in the Supplementary Conditions. The �roject Schedule subrnitted by the Contractor in accardance with th� Contract Documents must consider any autstanding right-of t�ay, and/or easements. 2. The Ciiy has or anticipates remaving and/or relacating uiilities, and obstruetions ta the Site. Any outstanding removal or relocatian af utili�ies or obstructions 'rs anticipated in accordance witi� the schedule setforth in the Supplementary Conditions. The Project Sohedule subx-nitted by the Contractar i� accardance with the Contract Documents must consider any outstanding util�ties or obstructions to be removed, adjusted, and/or relocated by others. B. Upon reasonable written reques�, City shall furnish Contractor with a current statement of recc�rd legal trtIe and legal description of the lands upon which the Work is to be performed. CITY OF F�RT WOR'I'H 2O21 OAS-CALL PAVEMENT NiA.E�KINGS CONTRACT#3 STAl�'pAAi]CON3TRIICTION SPECIFICATT�N DbCIIMEN'I'S Revision: 82;3�1 CPN 103740 oonon-� GEMERAL CONDITION S Page 12 of 63 4.02 4.03 C. Contractor shal� pravide for all addi�iana.l �ands and access thereto that may be required %r canstru�tion facilities or st�rage of materiais and equip�nent. S�rbsurface andPhysical Conditians A. Repo�ts c�nd Dr�awrngs: The Supplementa.ry Conditians identi�y: l. those reports l�nwn to Ciiy af e�lorat�ons and tests oF subsurface conditions ai ar contiguous to the Site; and 2. those drawings known to Crty af physical conditions relating to existing st.uiace qr subsurface structcires at the Si�e (except Underground Facilities). B. Limited Reliance by Contractor on Technical Data Autho�ized: Contractor may rely upon the accuracy of the "�echnical daia" contained in such raports and drawings, but such reparts and drawings are not Con�ract Documents. Such "technic�l dafia" is identified in the Supplern.entary Condi�ions. Cantractor may not malce any Contract Claitn. against City, or any of their offcers, directors, members, part�ners, emplayees, ager�s, consultants, or subcontractors with respect to: l. the cornpleteness of such reports and drawings for Contractor's purposes, includi�g, but not limited to, any aspects a� the means, methQds, techniyues, sequenees, and procedures of construction to be employed by ConY.ractor, and safety precautions and pragrams incident thereto; or 2. other data, interpretations, opir�ions, and infarmat�on contained in such reports or shawn or indicated iri such drawings; or 3. any Contractor interpretation of or eonclusion drawn frorn any "techn.�cal data" or any such other data, interpretations, opiu�ions, or �t'ormation. pffferingSubsu�faee o� Physicttl Condiiio�as A. Notice: If Contractor believes that any subs�xrface or }�hysical condition that i� uncovered ar revealed eith�r: 1, is of such a nattare as to establish that any "�echnucal data." on which Contractor is entitled to rely as provided in Paragraph 4.02 is iriaterially inaccurate; ox 2. is of suck a nature as to require a change in the Cantract Documents; or 3. di£frers materially from that shown or indicated �ir� the CantractDocUment�; or 4. is of an unusual nature, and difFers materialjy from conditions orcl�arily encountered and generally recognized as inherent in wark of the charaeter provided far in the Ca��ract Documents; CiTY OF FpRT WQRTH 2O2i ON-CALL PAVEMEN'I' MARKINGS CONTRACT #3 STANDAADCONSTRUCTION SPECIFICATION DOCUM&NTS CPN 103740 Revision: 8r23/�21 oQ�2oo-i G�N�RALCONQITIONS Page 13 of fi3 4.04 then Contractor shaIl, pron:ipfly after becomirig awTare thereof and befare further disturbing the subsurface or physical conditions or performing any Wark in eonn.ection tlzerewith {except in an emergency as required by Parageaph 6.17,A), notify City in v�ri�icig about such condition. B, Possible P�ice and Tinae Adja�stments Cont�actor shall nat be entitled to any adjustment in the Contract Price or Contract Time �: I. Contractor lrnew of tk�e existence of such conditions at the tirne Contractor made a final eommitment to City with respecttQ ContractPrice and Contract T�[me by the su6mission of a Bid or becoz�vng bound under a negot�ated eontract; or 2. the existence of such condition couZd rea�onably have bee� discovered or revealed as a result of the examina�ion of the Contract Documents or the Si�e; or 3. Cant�•actor failed to give the written notice as required by Parageaph 4.03.A. Underground Facilitaes A. Shown or Indicated.• The information and da.ta sk�own or indicated i� the �ontraci Documents with respectto existing Underground Facilities at or contiguous �o the �ite is based on information and data furnished ta Cily or Enginear by the o�ncrs of suc� Undergrouz�d Facilities, including City, or by ofhers. Unless it is otherwise e�pressly provided in the Supplementary Conditions : 1. Czty and Engineer shall noi be responsible for the accuracy or compl�ieness of any such information ar data provid�d by others; anc� 2. the cost of al! nf the follawing will be included in the Canfiracfi Price, and Contraetor shall have full responsibility for: a. reviewing and checking all such iciformation and data; b. locatin.g all Underground FaciIit'res shawn ar indicated in the Cantract Documents; c. coordination and adjustment af the Work wrth the awners af such Undergraund Facilities, including City, during construction; and d. the safety and protectian o� a11 suc� Underground Racilities and repairing any damage tkereto resu�ting fi•om the Worlc. B. NotShown o�Indicateca'.• 1, If at� Underground Faciiity which conflicts with the Wark is uncgvered or revealed at or contiguo�as tn the Si�e �vhieb was not shown or indicated, ar not shown or indicated with reasonable aceuracy in the Contraet Documents, Cont�aciar shail, promptly after becoming aware thereof and befoce further disturbing conditions aifected thereby or perfor�ning any CIT'Y OF FORT WQRTH 2O21 Ol�-C:4LL Pr�VGMGNT MARKINGS CQNTRA.CT #3 STANDAI2DCONSTRUCT[�R SPEC[F1CAT[ON DOCUMEDFTS CPN 1D3746 Revisinn: 823lZQ21 0072fl0-i GE]VERAL C0�l�ITIDN 5 Page 14 of 63 Worlc in eonnection therev�zth (except iri an emexgency as requ�red by Paragraph 6.]7.A),. identify the own�r of such iTnderground �'acility and give notice to that owner and to City. City �vill review the discavered Underground Facility and determine the e�ent, if any, to which a change may be required �n the Contract Dacuments to reflect and document the consequences of the existence or location of the Undergraund Facility. Cantractor shall be respnnsible for ih� safety and protection of such disca�ered Underground Faciiity. A.05 2. If City coneludes that a change in the Contract Documents is rec�uired, a Change Order may be issued to reflect anci document such consequences. 3. Verif'ication of existing utilities, structures, an.d service l�es shall include notification af all utiliry companies a minirnum of 48 hours in acivance of constiruction ir�cluding exploratory excavation if necessary. Re�ference Points A. City shall pro�ide engineermg surv�ys to establish reference points for canstruction, whic� in City's judgment are necessaryto enable Cantraciar to proceed with the Work. City will provide construction stakes or other customary method of marldng ta establish line and grades far roaciway and utility consiruction, centerlines and benchmarks for bridgeworlc. Cantractor shalI protect and preser�e tlae established reference points and property monuments, and shall inake no changes or relocations. Cantractor shall repartta City whenever any reference point ar property rz�onument is losi or d�stroyed or requires relocation becau5e of necessary chan�es in grades ar locations. The Ciry shall be responsible for the replacement or relocation af reference paints or property monunnenfs not carelessly or wilifully destroyed by the Coniractor. The Contractor shall notif� City in advance and with sufficient tiu�ne ta avaid delays. B, Whenever, ir� the opinion of the City, any reference point ar monument has been carelessly or w illfully c�estroyed, disturbed, or removed by the Contractor or any af his employ�es, the full cost for re�lacing such paints plus 2S%o vvill be charg�d against the Contractar, and the full amount will be deducted from payment due tkre Contractar. 4.06 Hazardaus Environ�raental Condition at Site A. I2eports a�ad Drawings: The Supplementary Conditions identify tl�ose reports anc� drawings irnown ta City rela.ting to Hazardous Environmental Conditions thai have been identified at the Site. B. Limi%d Reliance by Contractor on Technical Data Autharized: Con�ractor may rely upon the accuracy af the "te�hnical da�a." conta�ed in such reports and dra�vings, but such reports and drawings are not Contract Docu�nents. Such "tecIulicaI data" is identified in the Supplezr�entary Conditions. Contractor may not make any Contract Claim against Ciry, or any of their offcers, directars, rnembers, pariners, employeas, agents, consultants, or subcantractors with respeet to: 1. the completeness of such repnrts and drawings far Contractor's pur�aases, inctuding, bui nat limited to, any aspects of the means, me�ods, tachniques, sequences and procedures of GFI'Y OF E'ORT WORTH 2p21 QN-CAT,L P11V�Iv]�N'I' MARIC�GS COTiTRACT #3 ST,AN�ACZDCONSTRUCTION SPLCiFICATION DQCLTMEIVT5 CYI+IIQ3740 Revision: 82�1 oo72ao-i G�NERALCON�ITIbiJ 5 Page 15 of 63 cons�tructian to be emplayed by Contractor and sa%ty precautians and programs mcrdent thereto; or 2. ather data, interpretations, apiruons and information con.tained in such repot�s nr shnwn or indicated in such dtawings; ar 3. any Contractor interpretation of ar conclusion drawn irom any "�echnical data" or ar�y such o�k►er data, interp�•etatzons, opinions ar i[�forrnation. C. Contractor shall not be responsible for any Hazardous EnvironmentaI Conditian unco�ered or revealed at the Site whYch was not shown or indicated in Drawings or Specif'ications ar ideniifi�d in the Contract Docutnents to be within the scope of the Work. Cont�ractor shall be resp�nsible for a Hazardous Environmental Candition created with any materials brought to the Site by Cont�actor, Subcoz�tractors, Suppliers, or anyone else for vvhom Contractor is responsible, D. If Canix•actor encount�rs a Hazardous Environmental Candition or if Contractor or anyone for wk�om Con�ractor is responsible creates a Hazardous Environmental Condi�ion, Contractor shalI immediately; (i) secUre ar otherwise isolate such condition; (ii) stap all Work in connection with sucl� condi�ion and in any area affected thereby (�xcept in an �mergency as required by Paragrapl� 6.17.A); and (iu'} noti#'y Czty (and promptly thereaft�r confirm such notxce in writing}. City rnay consider the necessiry to retain a quali�ed e��rt to evaluate such condition or take carrective action, i£ any. E, Cantractor shall not be r�quired to resume Work in. connectian with such canditinn or in any affected area until after City has obta.ined any req�ired pernlits related thereto and deli�ered written notice to Contractor: (r) specifying fhat such condition and any ai%cted area is or has been rendered suitable for the resumption of Work; or (ii} specifymg any special conditians under which sueh Work tnay be resurned. F. if after recaipt of suoh written noiice Contractar does not agree to resume such Work based on a reasonable belief it is unsafe, or does not agree to resume such Worlc under such special conditions, then City rnay order the portian of the Work that is in the area affected by such condifion to be deIeted from the Wark. Ciity may have such deletad portion ofthe Work perfarmed by City's awn forces or athers. G. To the fullest extent perr�ittecl by Laws and Regulations, ContYactar shall andemn� a�d hold har�nnless Cfty; fron�t and againsi all elaims, costs, losses, and damages (incduding but taot limited to all fees anc� charges of engineers, architects, attors�e,�s, arad other p�ofessianals and all c.ourt or arbatratian or other dispute resolution costs) arrsing out of or relating ta a Ha�a�dous Environrner�tal Condition ct-eated by C`o�at�actoro� byanyoneforwhomCantractor rs �esponsil�le. Nothin.g in this Pa�agraph 4.06.G shall nbligate ContYactor to indertzn� any individucrl or entrty fram and against the consequenees of that individual's oY enlity's o�vn negligence. H. The provisions of Paragraphs 4.02, 4.03, and 4,Q4 do not apply to a Hazardous Enviranrn�ntal Condition unco��red or revealed atthe Site. CITY pF Fp�tT WOATI-3 2021 ON-CAI,L PAVCMENT 1VLARKINGS CONTRACT #3 ST'ANDARDCONSTRUCI'[ON SP�iC[I'ICAT[ON DOCLIMENT3 CPN 103740 Revision: 8�23/1Q21 ao�aoo-i GENERAL CON�ITION S Page i6of63 ARTICLE 5— BONDS AND INSURANC� 5.01 Licensed �'ureties a.ncllns�.creYs 5.02 5.Q3 All bonds and irxsurance required by the Coniract Dacuments to be purchased and maintained by Contractar shall be obtained from suraiy ar insurance companies that are duly licensed or authorized in the State of Te�,s to issue bonds or insurance policies far the limi�s and coverages so reguired. Such su�'ety and insurance comparues shall also rneet such addi�ional requirements and qua3ifications as may be provided in the Suppleznentairy Condrtians. Performance, Payment, andMaintenaraceBonds A. Contractor shaIl furni�h performance and payment bonds, in accordance with Texas Gov�rnment Code Chapter 2253 or successor statute, each in an arnount equal to the Coniract Price as security for the faithful performance and payment of all of Contractar's obligatioz�s under the Cantracfi Documents, B. Contractor shall fiirnish maintenance bonds in an amount eqna.l to the Contracfi Price as security to protect the City against any defects in any portion of the Work described in the Cantract Dacuinents. Maintenance bonds shaIl rernain in effect for two (2) years after the date of Fina] Acceptar�ce by the City. C. All bonds shall be in the form prescrbed by the Cont�act Documents except as provided otherwise by Laws or Reg�a�ations, and shall be ex�cuted by such sureties as are named iu� the list of "Campanies Halding Cer�ificates of Aathority as Acc�ptable S�ueties on Federal Bonds and as Acceptable Keinsuring Conr�panies" as puhlished in Circu]ar 570 (amended) by the Financial Manageanent Service, Surety Bond Branch, U.S. Depat�ment of the Treasury. Afl bonds signed by an agent or attorney-m-fact must ba accortipanied by a seal�d and dated power of attorney which shall sk�ow that it is effective on the date the agent or attorney-in-fact sigr�ed each bond. D. If the surety on any bond furnished by Coat�actoc is dec�.red baa�l�upt ar becames msolvent or its right to da business is term�nated in the State of Texas or it ceases to meet fihe reyuirements of Paragraph 5.02.C, Contractor shaD promptly notify Ci�y and shall, within 30 ctays after the event giving rise to such aotificatian, provide anofiher bond and surety, bath of which shall comply with the requirements of Paragraphs 5.01 and 5.a2.C. Certificates of Insurance Contractor shali de�iver to City, with copies to each addi�ional insured and loss payee identified in the Suppl�mentary Conditions, cert�'icates of i�surance (other evidence of insurance requested by City or any oiher additional insured) iri ai least the rninimum amo�ant as specified in the Suppl�mentary Candrtions which Cor�tractor �s requir�d to purchase and mairitarn. 1. The eertif'icate of insurance shall document the City, and aII identifiad entrties named in the Supplementary Conditions as "Additzonal I�nsured" on all liability policies. CiCY C}T FORT WDRTH 2O21 ON-CAI.L PAVEIvIENT MARICIl�IGS CO3+TTRACT #3 STANDARDCOAlSTkIlCTION SPECIF[CAT10N DOCiTME3VTS CPN 103740 Revision: 823/1Q21 on�z�o-i GENERALC4NOITIONS Page 17 of fi3 2. The Cont�actor's general li�.bility insurance shall include a, "per projeet" or "per lncation", endorsement, vvhich shall be identi�ed in tha certificate af insurance pro�ided to the City. 3. Tke certificate shall be signed by an agentauthorized to bind caverage on behalf afthe insured, be eomplete in its en�;irety, and show camplete insurance carrierr nazxaes as listed in the cu�rrent A.1VI. Best �'rope�•ty & Casuahy Guide ' 4. The insurers for all palicies must be licensed and/or approved to do business in the State of Texas. Except for workers' compensation, all insurers must have a minimurn rating o� A�: VII in the current A. M. B�si Key Rating Guide or have reasonably equivalent financial strength and solvency to the satisfaction af Risk Management, If �he rating is below that required, written approval of City is required� S. All applicable poIicies shal� include a Waiver of Subrogation (Rights of Recovery) in favor of the City. In additian, the Contractor agre�s to waive alI rights oF subrogation against the Engineer {if applicabl�), and each addi�ional insured �dentified iri the Supplementary Condrtions 5. Failure of the City fa demand such certificates oz other evidence of full eainpliance with the ins�.u°ance requirements or failure of the City to identify a de�'iciency from evidence that i� provided shall not be construed as a waiv�r of Contractor's obligation to maintain such lines af insurance co�erag�. 7. Ii insurance policies a�•e not writ�en for specified co�erage limrts, an Umbrella Qr Exce�s Liability insurance for any differences is reyuired. Excess Lia6ility shall follaw form of the primary coverage. 8. Unless otherwise stated, all reqUired insurance shall be written on the "occurrenc� basis". If coverage is und�rwritCen on a claitns�made basis, tI�e refroactive date shall be coincident with ar prior to the date of the effective date af the agreement and the cer�ificate af insurance shall state that the coverage is cla.ims-made and the retraactive date. The it�surance coverage shall be main�ained for the duration of tkxe Contract and for three (3) years following Fina l Acceptance provided under the Contract Dacuments or for the warranty period, whichever �s Ionger. An annual cartif"zcate oF insurance submitted to the City sha11 ��videnc� such insurance coverage, 9. Palicies shalI have no exclusions by endarsernents, which, neither nullif'y or amend, tk�e reqnired lines of ooverage, nor decrease the limits of said coverage unless such endarsements are appraved in writing by the City. In the e�ent a Contract has been bid ar executed and the axclusions are determined to be unacceptabl� or th� City desires additionaI insurance caverage, and the City desu-es the contractorlengineer ta obtair� such cav�rage, the contract price shall be adjusted by the cost of th� premium %r such additional coverage plus 10°/a. 10. Any sel�-insured retention {SIR), in ea�cess of $25,Q00.00, affectin.g required insurance coverage sha� be approved by the City in regards to asset value and stockholders' equity. In CITY OF PORT WOR1"[T 2021 ON-CA1.L PAVEI�NT MARKINGS CONTRACT #3 STANDARDCONSTAIICTION SPECIFICATION DOCUMEN'1'S CPN ]03740 Revisio.n: R43lZOl�.I oo�zoo-i G�N�RALCANDITIONS Page 1$ of 63 lieu af traditional insurancc, alternat�ve coverage i�ainta.ined ttu•ough insurance pools or risk retention �roups, rnust also be approved by City. 11. Any deductible in excess ai $5,000.00, for any policy that does not provide co�erage on a £'�rst-dollac basis, must be acceptab�e to and approved by tha City. l2. City, at it5 sole discretion, reser�es the right to review tk�e insurance requirements and to make reasonable adjustm�nts to insurance coverage's and their limrts when deemed necessary and prudent by the City based upon changes � statutory lavt�, court decision or the claims history af the industzy as well as of tlae cantracting party to the City. Th� City shall be required to provide �rior notice of 90 days, and the insurance ad�ustments sha.11 �e incorporated into the Work by Change Order. 13. Cnry �hall be entitIed, upon written z�ec�uest and wrthaut expense, to rec�iv� copies of policies and endorsements thereto and may make any reasonable requests far deletion ar revision a�� modifcations o� pariicuIar policy terms, condi�ions, limitaiions, or exclusions necessary to confoarr�a t�e palicy and endorsemenfis to ihe requirements nf the Contract. Deletions, re�isions, or modifications shall not be required where poIicy' pro�isions are established by law or regulations binding upon either part� or the underwriter on arzy such policies. l4. C�ty shall nat be responsible for th� direct payment af i�surance premiam costs for Contractor's insurance. 5.04 Contractar's Ins�ance A. Warkers Cor�pensation and Employers' Llability. Contractor shall purchase and �naintain such insurance covez�age witk� limits consistenfi with statutory benefits outlined in the Texas Workers' Compensation Act (Texas Labor Code, Ch. 406, as arnended), and minimtim limits for Ernployers' Liability as is appropriate for the Work beir�g performed and a5 will provide pratection from clam�s set forth below which may aris� out of or result frorn Contractor's perFormance of the Wark and Contractor's oiher obligations unde�' the Caniract Documenis, wheth�r i� is to be performed by Contractor, any Subcon�ractar or Supplier, or by anyane directly or indirectly employed by any of them to perfarm any of the Work, or by anyone far whose acts any of the�-n may be liable: 1. claims under workers' compensation, disability ben��'its, and other siinilar employee benefrt acts; 2. cla�ns for damages because of bodily injuiy, occupational sicicness or disease, or death oi Contractor's employees. B. Cnnxmercfal General Liahiiity. Coverage shall incIude but not be limi�ed fia covering liability (bodily ir�jury or property damage} arising from: prernises/operatians, independent cantractors, prflducts/aompleted aperations, personal injury, and liability under an insured contract. Insurance shall be provided an an accurrence basis, and as comprehens�ve as the current Ins�arance Services Of�ce (ISO) policy. This insurance shall apply as primary ins�rrar�ce wiih respect to any other CITY OF FORT WORTH 2O21 DN-CAI.L YAVEMENT MAI2KING5 COi�1TRACT #3 STAND�IRDCONSTRiiG.TIdN 3PGCIFICATIOIV 1}OCCIMEN�'S CPN 1p37A0 Revision: S(1a/11f711 oo�zao-i GENERAL CON�IT 10lJ S Page ]9of63 insuranc.e or setf-insurance programs afforded to the City. Tl�e Cornmercial General Liabiliiy policy, snall ha�e no exclusions by endors�ments that wauld alt�r of nullify premisesloperations, products/completed operatians, contractual, personal injury, ar advertising i�jury, which are norrnally contained with the policy, unless tk�e City appro�es such exclusions in wrrting. For c�nsiruct�on prajects that present a substantial comp�eted operaiion exposure, the City may require the contz�actor to maintam completed operat'rons coverage for a minimum oF no less than three (3) years follawing the coinpletion of �he projec� (if identified in the Supplementary Conditians). G. A�tomobile Liability. A commercial business au�o paliey sha�l pro�ide coverage on "any auto", defined as autos owned, hired and nan-owned and provide indernnity for claims for damages becaUse bodily znjury or death of any person and or property damage arising out of the work, maintenanca or use of any motor vehicle by the Can�tractar, any Subcontractar or Supplier, or by anyone directly or indi�ectly employed by any o� them ta perform any of the Work, or by anyone for whose acts any af them may be liable, D. Railroad Protective .Laabilit�. If any of the work or any warranty �avorlc is wrthin the iimits nf railroad right-of-way, the Contractor shall comply witl� the requ�r�ments identif'ied in the Supplementary Condi�ions. E. Notification of Policy Cancellation: Contractor �ha.11 immediately notify City upon cancellation or otk�er Ioss oi insurance coverage, Cantractar s1�a11 stop work until replacement ins�arance has been pracured. There shall be no titne credit for days not worked pursuant ta this section. 5,05 Acceptance ofBorrdsa.ndlnsua^ance; Option to Replace If City has any objectior� io the coverage afforded by or other prQvysions of the bonds or insurance required to be purcha�ed and maintained by the Contractor in accordance wi� Article 5 on the basis of non-conformance with the Cantract Documents, the Ciry shall so notify the Contractor in writing within 10 Business Days afterreceipt af the certificates {or other e�idence requested}. Contractor shal] provide to th.e Ci�ty such additional infarmatian in respect of insurance providad as the City rnay reaso�ably request.If Contractor does not purchase or maintain all af'the bands and insurance required by tiie Contract Doc►.unents, th� Cily shall notify the Contractor in writing oi such failure prior ta the start af the Worlc, or of such failure to maintain priar to any change in the required coverage. ARTICLE 6 — CONTRACTQR'S RESPONSXBZLXTIES 6.01 Supervision andSu�erintendence A. Cont�actar shall supervise, inspact, and dieect the Work competentiy and efFciently, devoting such attention thereto and applying such skills and exper�ise as rnay be necessary to perform the Wark in accordance with the Contract Documents. Contractor shall be solely responsible for the rn�ans, methads, techniques, sequences, and proceduxes of const�ruciion. CITY OF FORT WdRTH 2O21 ON-CALL PAVEMENT MARKINGS CONTRACT #3 51'ANDARI]COT�TSTRUCTION SI'ECIEICATION DOCUMENTS C['N 103740 Revisipn: &23,2021 oo7aao-� GENERALCaNDITI0N5 Page 20 of G3 B. At all times dUring the pragress of the Work, Contractor shall assign a competent, English- speaking, Superintendent who shall not be r�placed without written notice to City. The Superintendent will be Corztractor's representa.tive a# the Site and shaIl have authority io act an behalf of Contractor. All communicatian given to or received fram the Superiniendent shall be bind'mg pn Cont�actor. C. Contractor shall noti�fy the Crty 2A haurs prior to moving araas during the sequence of canst�uction. 6.02 Labo�; Wa�kingHor�s A. Cantractar shall provide comp�tent, suitabiy qualif"ied personnel to perform construction as required by the Contract Documents. Cantractar s4�all afi all times maintain goad discipline and order at the Site. B. Except as otherwise required for the safaty or protection of persons or the Wark or praperty at the Site or adjacent tkiereta, and except as otherwise stated in the Confract Documen.ts, all Worl� at the Site shal� be perfarnned during Regula.r Working Hours. Cont�actor will not permit the perfarmance of Work beyonci Regular VVorlcing Haurs or for Weelcend Workmg Hnurs without Ci�ty's written consent (�vhici� will not be unreasonabl� withheid). Wr�en request (by letter or electronic cammunication) to perforrn Work: for beyond Regular V4'orking Hours reyuest must be made by noon at least rivo {2) Business Days prior 2. for Weel�end Worlcing Hai�rs requestmust be made by noon of the preceding Thursday 3. far legal holidays request must be made by noon two Business Days prior to �he �egal holiday. 6.03 ,Ser�vices, Materials, and Equi�ament A. Unless otherwise specified in the Con�ract Docurnents, Contractor shall provide and assucr�e fulI responsbility far aII services, maierials, equipment, labor, tran.sgortation, construction ec�uipment and naachinery, toals, appIiances, fueI, power, light, heat, telephone, water, sanitary facilities, temparary facilities, and all other facilzties and incidenYals necessary for the perforzx�ance, Co�tractar required testing, start-up, and completian af the Work. B. All materials and equipment incorporated into the Work shall be as specified or, if not specified, shall be of good quality and new, except as otherwise provided in tt�e Con�ract Documents. All special warranties and guarantees reyuired by the Specifcatinns shall e�pressly run to the benefrt of Ciry. If required by City, Con�ractor shal� furnish satisfactory evidence (�cluding reports of reQu�red tests} as to the source, �cind, and quality of materials and equipment. C1TY OF FORT WQRTH �p� � QN-CALL PAVEMENT MARKINGS CONTRACT #3 STANDAi2DCON5TRUCTION SPECITICATION DOCLJMENTS CPN 103740 Revision: 8/13�U21 f107200-1 G�NERALCANDiTI0N5 Page 21 of 63 6.04 6.05 C. All ma�terials and equipment to be uicorporated into the Woz�k shall be stored, applied, i�staU�d, connected, erected, protected, used, cleaneci, and conditioned in accordance witih instruciions of the appIicable Supplier, ez�cept as otherurise may be provided in the Contract Documen�s. D. All iterr►s af standard equipment to be in�orporated intn the WarI�c shall be the latesf rnodel at the time of bid, unless o1;herwise specified. Project �chedule A. Contractor shall adhere ta the Praject Schedule establishe.d in accordance with Paragraph 2.07 and the General Requirements as it may be adjusted frarn time to time as pravided below. 1. Contractor shalI submit to City for acceptance (to the e�ent indicated in Paragraph 2.07 and the General Requirenlents) proposed adjustments in the Projeci Schedule that wlll not resvlt in changing the Con�ract Time. �uch adjustments wi.11 compiy with any provisions o� the Gencral Requi�ements applicable tk�ereto. 2. Contractar shall submrt to City a monthly Project Schedule wiih a monthly progress payrr�er�t Far the duration of the Contract in accordanc� with the schedule specificatioan 01 32 16. 3. Proposed adjustments in the Proj�ct Schedule �hat will change the Contxact Time shall be submitted in accordance wrth the requirements of Article 12. Adj�stments m Contract Time rnay only be made by a Change Order. Substitutes and "Or-Equals" A. Whenever an rtem of material or equipment is speeiFed or described in the Contract Documents by using the name of a proprietar� item or the name of a particula.r Supplier, the specification or description is intended ta establish the type, funetion, appearance, and quality required. Unless the spec�ication or descriptian confiains or i� fallawed by words reading that no like, equiva�ant, or "or-equal" i�em or no substitution is perrnitt�d, other items of material or equipment of oiher Suppliers ma� be s�bmitted to Czty far review under tl�e circumstances described below. "O�-Equal"xtems: If in City'S sole discretion an item of rnaterial or equipment proposed by Cont�acior is functi�nally equal to that named and sufficiently similar so that no change in related Wark will be r�quired, i� may be cansidered by City as an "or-equal" item, in which casereview and approval oithe proposed item may, in City's sole discretion, be accompiish�d without compliance with some or all of the requirements for a�proval of prnposed substitute items. For the purposes of this Paragraph 6.�S.A.1, a propos�d iCem of rnaterial or equipment w'ill be considered functional�y aquaI to an item so named if: a. the Crty datermines that: 1) it i� at least equal in materials af constructzon, quality, durability, appearanee, strenghh, and design characteristics; CITY OF POR'I' WOR'T�I 2D2] pIV_CALL PAVEIvIENT Mt1RK[NG8 CONTRACT #3 STANDARDCONSTRUC7'lON SPECTFICATION DOCIIMENTS CPN 10374fl Re�ision: 8�32021 00 �2 00 - i GENERAi. CONDITION 5 Page 22 of 63 2} rt will reliably pe�orm at least equally well the functian anci acl�ieve tI�e resul�s imposed by the design concept of the compZat�d Pro�act as a functianing who�e; and 3) it has a proven record of perforrrtance ar�d availability af responsive service; and b. Coni�actor certifies that, i� approved and incorporated into the Wark: 1) there will be no a�crease in cost fio the City ar increase in Contract Tfcne; and 2) it wil1 conform substantially to the detailed requzrernents of tlie item named in the Cor�tract Dacuments. 2. Subsfitute Items: a. Ii in City's so�a tliscretion an item of material or eyui�ament propos�d by Contractor does not qualify as �.n "or-equal" i�etn under Paragraph 6.OS.A.1, it may be submitted as a proposed substrtute itetn. b. Cantractor shall subrnrt sufficient inforination as pravided below to allow City to deiermine if the item o� rnaterial ar equipment propased �s essentially equivaIent to that named and an acceptable substitute therefor. Requests for review o� proposed substitute i�ems of material ar equipm.ent will not be aacepted by City from anyone otl�er than Contractor. c. Conlractor shaSl ma.ke written appfication to City for review af a prnpased substitute item of material or equipment that Contractor seeks to furnish or use. Tl�e applicafiian shall coinply with Section O1 2S 00 and: 1) shall certify that the proposed substitute item will: a) perform adequately the functions and achieve the resu�ts ca.fled for by the general design; b) ba si�nilar in substance to tlaat specifed; c} be suited to �he sarne use as tlzat speeif"ted; and 2) will state: a) the ext�nt, if any, to which the use of the proposed substitute itern will prejudice Contractor's achiev�m�nt of final eoxnpletian on t�me; b) whether use of the proposed subst�ute item in ihe Work will require a change in any of the Contract Docwnents (or m fihe provisions of any othar direct contiract r�vith City for other work on the Project) to adapt the design ta the propased substitute item; C1TY OF FORT W�RTI-I 2021 ON-CALL PAVENiENT MARKINGS CONTRACT #3 STAiVI)ARDC01�5TRUCTION SPECIFICATION DOC[TfvI�NT$ CPN 1D3740 Revision; 82'ifm2i OQ7200-1 GENERAL CONDiTION S Page 23 of G3 c) whether incorporation or use of the proposed substitute item in connec�ion wil:h the Work is subject to payment o�F any license fee or royalry; and 3) will identify: a) all variations of th� proposed substitute item frazx� that spec�ed; b) available engineering, sales, maintenance, repair, and replacement services; and 4) shall contairz an rteznized estimate of a11 costs or credits that will result directly ar indirectly fi•orr� use of such substitute item, incIuding costs o�'recfesign and Dainage C1a.iKn.s of other contractors affected by any resu�tirig change, B. Substitute Const�uctionMethod.� orProcedures: If a speczfic means, method, tecl�nique, saquence, or procedure of construction is expressly required by the Contract Documents, Coniractor may furtt�sh or utilize a substitute means, method, techrtique, sequence, or procedure of canstruction approved hy City. Coniractar shall submit sufficient information to �l1ow City, in City's sole discretzon, to determine i.hat the substitute proposed is equi�alent to that expressly calIed for by the Contract Documants. Cont�•actor shalI make written application to City far review in the sama manner as those provided in Paragraph 6.OS.A.2. C, City s�valuatio�: City will be allowed a reasonable time �vithin rvhich io evaluate each prapasal or subi�ittal naade pursuanito Paragraphs 6.OS.Aand 6.05.B. Ciry may require Contractor to furnish additional data about the proposed substitute. City will be the sole judge of acceptability. No "or-equaI" or 5ubstiCute r�il1 be ordered, installed or ulilized until Ci�ty's review is complete, which will be evidenced hy a Change Order in the case of a substitute and an accepted Submittal for an "or-equal." Ciiy will advise Contrac�or in wrrting af its determination. D. Special Guarantes: City may require Contractor io furnish at Contractor's eacpense a special perforrnance guarantee, vvarranty, or other surety wi�h respect to any substitute. Contractor shcrll indefnnify and hold hartnless City and anyort� directlyor indi�ectly employed by thevnnfrorrtand czgainst any and all elairras, damc�ges, losses and expenses (including attorneys fees} arisingout of tlie use of substftuted materials ar equ.iprt�tent. E. City's CostReamburse�nent: City wiIl record City's costs in eval�aating a substi�ute praposed or submi�ted by Conixactor pursuant to Paragraphs 6.OS.A.2 and 6.OS.B. Whether or not City approves a substitute so proposed or submitted by Contractar, Contractor nnay be re�uired to reim.burse City for evaluatin� each such praposed subsiitute. Contractoz� may aIso be required to reieriburse City for the charges for inaking changes in the Coat�act Documents (or in the provisions of any other direct contract with City) resuiting firom the acceptance of each proposed substitute. F. Conlracto�'s Expense: Coniractar sk�all pra�ide all datia in support of any proposed substitute or "or-equaP' at Contractar's expense. C1TY pF FORT WOIZTH 2O21 ON-CALL PAVEMENT MARKINGS CC}NTCtACT #3 STAAIDARIJCOI�TRIICTIOM SPECIFICATIO�' DQCiIMEIV'TS CPN 10374Q Revision: 8�23J1U21 aQ7200-1 GENERAL CO3JoITIaN S Page 24 of 63 .1� G. City S�sbstltute Re imbursement: Costs (savings or charges) attributa.ble to acceptance of a substiituta shall be incorporated to the Cont�act by Change �rder. H. Time Extensions:Na additional time will be granted for subsiitutions. Conce�ningSubcani�actar�s, 5uppliers, and Othe�s A. Contractor shail perform with his own organization, work of a value not less ihan 35%0 of the aaIue embraced an the Cnntrae�, unless otherwise approved by the City. B. Con�actor shall not employ any Svbeontractar, Supp�ier, or other individual or entity, whether initially nr as a replacement, against whom City may ha�e reasonable objection.. Contractor sHall not be required to employ any Su�contractor, Supplier, or other individual or entity to furnish or perform any of the Work against whom Contractor has reasonable objection (e�cluding those acceptable to City as indicated 'm Paragraph 6.06.C}. C. The Cily znay from iime to time require the use of certain SubContractors, SuppIiers, or other indrviduals or entities on the project, and wilj provide such requirements in the Sup�lementary Candi�ions. D. Minoraty l3usiness �nterprise Compliance: It i� C�y palicy ta ensure the full and equitable �articipafian by Minority Business Enterprises (MBE) in the proc�uern�nt of goods and services on a contractual basis. I�the ContractDocuments pro�id� for a MBE goal, Cont�ractor is required to comply vviih the intent of the City's MSE Ordinanc� (as amended) by the fallowing; 1. Contractor shall, upon request by City, provide complete and accurate inforrnation regatding actzaal work pec-formed by a MBE on the Contract and payrraent thereFor. 2. Contractor will not mal�e ad�itions, deletions, or substitutions of accep�ed MBE wi�hou� written consent of the City. Any Unjustified c�a.nge or d�letion shall be a material breach ai Contract and may result in debarment in accordance with the procedures outlined in tbe Ordinance. 3. Contractor shal� upon requestby City, allow an audrt and{or examination of any books, records, ox files in the possessian o�'the Contractor that will substantiate tha actual work performed by an MBE. Material misrepresentation of any nature will be grounds far ternvnation of the Contract in aecardance r�i�th Paragraph I5.02.A. Any suchmisrepresentation may be grounds for disqualificaiion of Contractor to bid on future contracts wnth the City for a period of not 2ess than three years. E. Cnntractor shall be fully respansihle to City for all acts and om�sszons of ti�e Subcontracxors, SuppIiers, and ather individUals or entities per%rming or furnishing any of the Work ,j�ast as Cor�tractor is respansibla for Contractor's awn acts and otnissions. Nothir�g in the Contract Documents: CiTY OP FORT WORTIi 2Q21 bN-CALL PAVEMENT MARKING3 CO3VTRACT �F3 STANDARDCONSTIiUCTiON SPECIFICATiO.N IIOCLTMENTS CPN 10374D Revision: 823/Z021 Ofl7200-1 GEN�RAL COND ITION 5 Page 25 of b3 �.a� l. shall create for the benefit of any such Subcontractor, Supplier, ar o�her i�divzdual or entily any contracival relationship between City and any such Subcantractor, Supplier or other individua I or entiiy; nox 2. shalI creaie any ohligation on the part of City to pay or io see to the payment of any inoneys due any such �ubcnntractor, Supplier, or athee indi�idual or entiiy exoept as may o#herwise be requi�ed by Laws and Regula.tians. F. Contractor shall be salely responsible for scheduling and coordinating the Worlc of �ubcontractars, SuppIiers, and other irzdividuals or enti�ies perfornvng or furnishirig any of the Worlc under a direct or indirect contract with Conlxactor. G. All Subcontractars, Suppliers, and such other ir�dividuaIs or entities performing or furnishing any of the Work shaIl communicate w�h City thraugh Contractor. H. AIl Work performed for Con�ractor by a�ubcontractar or Supplier will be pursuant to an appropriate agreement between Contractor and the Subcoritr�ctar ar Supplier which speci�calIy binds the 5u�contractor nr Supplier to the applicable terms and conditions of ihe Contract Documents for the benef�t ot' Cily. Wage Rates A. Duty to pay Prevailing Wage Rates. The Contractor shall eomply with aIl requirements of �hapter 2258, Texas Government +Code (as am�nded), including fhe payment of not less than the rates determined by the City Coune� a� the City of F'ort Worth to be the prevail�ng wage rates in accordance with Chapier 2258. Such prevailing wage rates are included in these Contract Documents. B. Penaliy fo� Vialation. A Contractor or any Subcontractnr wno does not pay the prevailing wage shall, upon demans� made by tIae City, pay to the City $60 far each worker ernployed for each calandar day orpart oftk�e daythat #he worlcer is paid 2ess than the prevaiIing v�agerates stipulat�d in �hese coiltract documents. This p�nalty sha�l be re#ained by tY�e City to offset its administrative costs, pursuant to Texas Government Code 2258,023. C. Complaints of Violatia�as and City Dete�niination of Good Cause. On receipt of informat�on, includ'mg a compIaint by a worker, concernin� an alIeged violation of 2258.023, Texas Government Code, by a Contractor or Subcontractor, the City shall make an initial determination, before the 3ist day af�crihe date tize City receives the information, asto whether goad cause exists to believ� �hat the violation oceu��red. The City shall notify in writing the Contractar or Subcontractor and any affected worker of its init�a.l determination, Upon the City's determination that there is good cause to believa the Contractor ar Subcontractor has viola.ted Chapter 2258, the City shall retair� t�e full amounts claimed by the clarrr�ant or claimants as the difference betweenwagespaid andwages due unc�er the pre�ailing wage rates,suchamounts baing subtracted from suece5sive progr�ss payments pendin�g a final determination of the violation, CITY OF PDI2'I' WORT#� 2fl21 ON-CALL PAVfiIv1CNT MAAKINGS CONTI2ACT #3 STANDARDCOI>lSTRUCTION 54�EC[FICATI4N DOCiJMEIVT3 CPN ID3740 Revision: R2�1 OD72QO-f GENERALCONO{TION 5 Page 2G of 63 D. Arbiiration Required if Violation NotResolved. An issue relati�g to an aIleged violation of Sectian 2258.023, Texas Goveenment Code, inclUding a penalry owed to the Crty or an affected warker, shall be submitted to binding arbitration m accordance wi�h the Texas Genera� Arbi�ration Act (Article 224 et seq., R�e��sed Statutes) if the Coniractor or Subcontractar and any affectedworker e�oes not resalve the issue by a�re�mentbefore the 15th day afterihe date tI�e Ciry makes its initial d�termination pursuaat to 1'aragrapb C above. If the persons required to arbitrate under this secti�n do not agree on an arbikratox before the 1 lth day after the date that arbitration is required, a district eo�art shall appoint an arbitrator an the petition af any of the persons. The City is not a party in the arbrtration. The decision and award of the arbitrator is final and binding an all parties and may be enforced in any �ourt of campetent�urisdiction. E. Records to be Maintained. Th�; Caniraetor and,eac� Su�contractor shall, for a period of three (3) years following the date of acceptance of the work, mainta.in recards that show (i) the nanae and occupation of eachwarker employed by the Contractor in the eonstruction of the VVorkprovided for m this Contract; and (ii) the actual pear diem wages paid to each worker. `I�e recoxds shall be open at all reasonable hours for inspection by the City, The �rovisians of Paragraph 5.23, Right to Audit, shall pertair► ta this inspeetion. F. Progress �ayrrients. With each progress payment or payroll period, whichever is less, tha Contractor shall subrnit an affc�avit stating thatthe Cantractor has complied witI� the requirements of Chapter 2258, Texas Government Code. G. Postingaf YYage Rates. The Contractar shall post prevailing wage rates in a conspicunus place at a�l times. H. Subconircrctar Compliance. The Coniractor sha� iiaclude iri its subcantracts ar�dlor shall atherwise requnre all of its Subcontractors to cornply wrth Paragraphs A through G above. 6.08 PatentFees and Rayalties A. Contractor shall pay all Iicensa fees and ro�alties azxd assume all costs incident to the use in the performance of the Work or the incorporation in the Work of any invention, design, process, product, or device which is the subject oipatentrights or copyrights held by athers. Ifa particular invent�on, design, process,product, or device is specified in th� Contract Documents for use in the performanee of the Work and 'rf, to the aetual knowledge of City, rts use is subject to patent rights or copyrights calling far the payment of any 3icense fee or royaity to afihers, the exisience af such righ�s shall be disolased by Crty in the C�ntract Documents. Failure af the City to discIose such inforn�a�ion does nat relieve the Contractor from its obIigations to pay for ti�e use of said fees or royalties to others. B. To the fudlest extent permitted hy Laws and Regulatiarrs, Contracto� shall inder�s�a� and hold harmless City, from and agairrstall cicaims, costs, losses, and danaages (inclu�ing butnot liFnfted to all fees and charges of enginee�s, archiiects, attorraeys, and other professionals anc� all cou� or arbitration or other dispute resorution costs) arising out of or relating to any infringe�ent of patertt rights ar� copyrights incidentto the use in the performance of the Wopk or resultingfram C1TY OF FORT WORTH 2O21 ON-C'ALI. PAVEN�NT 1VIARKING� COlVTRACT #3 STANDARDCOWSTRUCTION SPECIFICAi']OlV D4CYIME3VT5 CPN 503740 Revision: 82�IIA21 00 �z oa - � c�NER,a,� car�nir�or� s Page 27 of 63 the incorporation in the Wot�k of a� inve.ntion, design, p�aces�, pt-oduct; or device not.specified in Che ContractDocument�s. 6.Q9 PeYmits and Uiicifies A. Coni�^actor o�tained pe�rnits c�nd lic�nses. Cont7ractor shall obtain and pay for ali consiructi�n permits and Iicenses excep� thase provided for in tl�e Supplern�ntary Cnnditions or Cont�act Documents. Ciry shall assist Contractor, when necessary, in abtaining such permits and llcenses. Contractor shall pay all governmental charges and inspection fees necessary f�or the prosecutian of the Vi�ark �hich are appkcable at the tim� of opening of Bids, or, if tY�ere are no Bids, on the EfFective Date of the Agr�ement, except for permits provided by the Ciry as specified in �.09.8. City shall pay all charges of utility owners for eonnections far praviding perrnanent service to the Work. B. City obiainedpeYmits and licenses. City will obtain and pay far all peimits and licenses as provided for in the Supplementary Conditions or C�ntrac� Documents. It will be the Cantractar's responsbiiity to carry out tk�e provisions of the permit. If the Contractor initiates chang�s to the Contract and the Cit�+ approves the changes, the Cont�•actor 3s responsible for obtairiing clearances and coordinating with the appropriate regulatory agency. The Cit� vvill nat reimburse the Contractar far any cost associated with thase requir�ments of any City acqu�red permit. The following are perxxarts the City will obtain if required: ]. Texas Departtnent of Transporfiafiion Permits 2. U.S. Army Carps of Eng�eers Permi�s 3, Te�s Comrnission on En�iraz�rrnenial Quality Permits 4. Railroad Coinpany Perrnits C. Outstanding permits and licenses. The City anticipates acquisition of andlar access to permits and licenses. Any outstanding pertnits and licenses are an�icipated to be acquired in accordanca with the sched2ale set forth in the �upplementary Conditions. The Project Schedule submitied by the Contractor in accordance with the Contract Documents must consider any autstanding permits and licenses. 6.10 Laws and Regulations A. Con�ractor shall give all notices required by and shall cornply with al� Laws and Regulations appficable to the perfortnanee af the Work. E�cept wnere otherwise expressIy required by applicable Laws and Regulations, the City shall not be responsible for monitoring Contractor's compliance with any Laws or AeguIations. B. If Contractor performs any Work knowing or having reason to know that ii is contrary to I�aws or Regulations, Contractor shall bear all claims, co�ts,losses, and damages {irieluding but not limited to all fees and charges of engin�ers, architects, attorneys, and other professionals and alI CITY OF FORT WQR'1'H 2O21 ON-CALL PAVEMENT MA1tK1T7GS CONTAACT #3 5TA'NDARDCDNSTRiICTION SPECIF[CkTfON DQC[JME1�IT5 CPN 103740 Revision: 8�13l�21 oo�zaa-i GENERAL CAN�{TION 5 Page 28 of 63 court or arbrtration or other dispute resoIution costs) arising out of or relating to such Work.. However, it shall nof be Contractor's responsibility to make certain tl�.t the Specifications and Drawings are in accorcianee with Laws and Regulations, but tl�is shall not relieve Contractor of Contractor's obligations und�r Paragraph 3.02. C. Changes in Lavvs or Regulations not known at the time of opening o� Bids ha�wing an effect on the cost ar tifne of performance of the Work may be the subjeet of an adjustment m Contract Price or Contract Time. 6. I 1 Taxes A. On a contract awardec� by the Ciry, an organizatian which qualifes for exemption pursuant to Te�s Tax Code, Subchapter H, Sections 151.301-335 (as amended), the Contractar may purchase, rent or lease all materials, supplies and equipment used or consumed in the perfonnance of this contract by issuing to his supplier an exempt�an certificate in lieu of the tax,-said exemption certrfcate to comply with State Camptroller's Ruling .007. Any such exemption cer�ifcate issu�d to the Cantractor in lieu of the tax shall be subject to and shall comply with the proviszon of State Comptroller's Rulitag A11, and any ather applicable rulings pertaining to f,he Texas Tax Code, Subcnapter H. B. Texas Taxpermits and information may b� obtained from: l. Comptcoller af Public Accounts Sales Tax Division Capitol Station Austa�, TX 78711; or 2. http�lv��w,w_inriow.state.i�.usltaxinfoltaxio��/9s-form�.html 6.12 Use of Site and DtherAreas A. Li�titcrfion on Use of Siie and �iher Areas: 1. Cont�actor shal] confine construction equipment, the storage of mafierials and equipment, and the aperations of workers to the S�te anc� other areas perrnitted by Laws and Regulatians, and shall not unreasonably eneumber the Site and otl�er areasr�vith construction equipment or other rnaterials ar equipment. Contractor shalI assume full responsibility far any damaga to any such land ar area, or to the owner ar occupant thereof, or of any adjacent land ar areas resulting from the performance nf the Wark. 2. At any time �vhen, in the judg,ment of the C�ty, th� Contractor has obstructed or closed or is carrying on operations in a portion necessaiy �or propar execution of th section on which operations are in area of the Site. CITY QF FORT WORTH STANDARDC0IVSTRUCTION SPECIFICAT[ON DOCiINIL"NT'S I�evisian: $2.3/1021 of a st�eet, right-of-way, or easement greater �han �s e Work, t�e City naay require the Goniractor to fmish the progress before work �s commenced on any additiana! 2021 O�!-GALL PAV�IvIEN'i' MARKINGS CONTLtACT #3 CPN 1.03740 ao�aoa-i GENERAL OOND 1710N S Page 29 oF 63 3. Shou�d any Damage Claim be cr�ade by any such ow�ler or accupant because ofthe perfoz•rc�ance of the Work, Contractor shall promptly at�empt to resolve the Daznage Claim. 4. Pz��-sucant to Paragraph 6.21, Cant�actar rhall indejnnrfyand hold harmless City, frona crnd against all claims, costs, losses, anc�a'amages a�isingoui of or� relating ta a�ay claim or action, legc�.l or equitable, brought by any su�ch owne� or occup�nt against City. B, Removal of Debris During Perfor�mance af the Work: During the progress of the Work ConCractor shall lceep tne Site and ather areas iree from accumulations af waste zx�aterials, rubbi�h, and other debris. Removal and disposal af such waste materials, rubbzsh, and ather debris sha11 canform �a applicable Laws and Regulations. C. Site Mainte.nance Clecrning: 24 �ours after written notice is given ta the Cor�ractor �hat the clean-up on the jab site is proceeding in a manner unsatisfactory to the City, if the Contractar �ails to carrect the unsatisfactory procedure, the Ciry may talce such direct action as the Ciry d�ems apprapriafe to correct th� clean-up deiiciencies ci�ed to the Con#raetor �n the written notice (by lattar or electronic cammunication), and th� costs of such dicect action, plus 25 % of suoh costs, shall be deductad froen the moni�s due or to become due to ihe Cont�actor. D, Final Site Clecxraing: Priar ta Pinal Acceptance af the Woi°k Contractar shall clean #he Site and the Work and make it ready for utilization by City Qr adjacent praperty ownez•. At the completion of the Work Contractor shall remove from 1;he Srte all toals, appIiances, consiruction equipment and machinery, and �urplus materials and shall restore to original condition or better ail property disturbed by the Worlc. E. LoadangSt�-uctures: Contractor sha.11 not load nor permit any part of any structure to be loaded in any manner that wi� endanger the structu��e, nor shall Cantractor subject any part of the Worlc or adjacent property to stresses or pressures ihat will endanger it. 6.13 Record Docurnents A. C:ontractor shall ma intain in a safe place at the Site or in a place desig�ated by the Contrac�or and approved by the Ci�y, one (l) record copy of all Drawings, Speci�'icatinns, Addenda, Change Orders, Field Ordez�s, and written ir�terpretations and clarifcations in good order and annatated to show changes nnade during con�truction. These record documents together with all approved Samples and a countarpart of aIl accepted Submittals will be available to City for reference. Upon completion of the Work, these record documents, any operation and maintenance manuals, and Submittals vvi� be delivered to Ci�.y prior to Final Inspection. Con�tractor sha11 incIude accurate locations for buried and imbedded items. 6.14 �S`afety and Proteciion A. Contractor shall be solely responsble for initiating, maintaining and supervis�g all safeiy precautions and programs in connectian vvi1;Y� the Work. Such responsibility does not relieve Subcontractors of iheir respc�nsibility far the safety of persons ar property in the performance of tl�eir work, nor far cortapliance with applicable safety Laws and Regulations. Contractor shall CITY OF FORT WORTH 2O21 OI�f-CALL PAVEMENT MARKINGS CONTRACT #3 ST�NDARDC4N5TRllCTION SPECIFICATION DOCUMEn'TS CPIv103740 Revision; $73/2(]21 007200-f G�N�RAL CANoITIDN s Page 30 af 63 take a!I necessary precautions for tl�e safety of, and shall provide the necessary protection to prevent dainage, injury or loss to: 1. all pecsons on ihe Site or wha may be aifected by the Work; 2. all the Work and materials and equipment ta be incorporated t�erein, whaiher in storage on or off the Site; and b.15 6.I6 b.17 3. other prroperty at the Site or adjacent thereto, includ'mg trees, shrubs, lawns, walks, paveinents, roadways, structures, utilities, and Underground Facilities not designated for removal, relocation, or replacement in the course of construction. B. Contractor shall comply with al� applicabI� Laws and Regula�ions relating to tlae safety of persons ar property, oz' to the protection of persons or property frorn damag�, injury, ar loss; and shaIl erectand inai�ain all necessary sa�'eguards far such safety and protection. Contractor shall notify awners of adjacent praperty and of Underground Facilities and other utiiity owners when prosecution of tk►e Wor�C may affect them, and shall cooperate with them iri the protection, remo�val, relocation, and rep�acement of the�r propet'ty. G Cantractor sha.11 comply with the applicable requirements of City's safety programs, i� any. D. Contractor shall inform City af the specific r�quirements of Contraet�r's safety program, if any, vvith which City's employees a�d representatives mvst cornply while at the Site. E. All damage, injury, or loss to any property referred ta in Paragraph 6.14.A.2 or 6.14.A.3 caused, directly ar indirectly, iri who1� or in part, by Contractor, any Subcontractor, �upplier, or any ath�r individua� or entity directly or indirectIy ernploy�d by an�r af them to per�orm any of the Work, or anyon� for whose acts any of them rnay be lia.ble, shall be remedied by Cantractor. �. Cantractar's duties and responsibilities far safety and for pratection of the Vdork shall continue until such tit�ae as a11 the Work is cornplet�d and Ciry has accepted the Work. Safety Representative Cantractor shaIl inform City in writing of Contractor's desigr�ated safety repeesentatirre at the Site. Hazard CanamunicationProg�ams Contractar shaIi be responsible for coordinatin�g any exchange of rnat.erial safety data sheets ar otiler hazard eommunication information required to ba rnade avaiIable to or exchanged betwa�n or among employers in accordance with Laws or Regulations. Enzergencies andlor Recti�cation A. In emergencies affecting the safety or protection of persons or the Work or property at t11� Site or adj�.cent thereto, Contractor is obligated to act to prevent tl�►reatened darnage, irijury, or loss. Cantractor sl�all give Ciiy prompt writien notice if Contractor believes that any significant C1TY ClF PORT WORTH 202 [ ON-CALL PAVSIVIEN'I' MARKINGS CnNTCtAC7' t�3 STANDkILC]CDNSTRUC7'I�.N SPECIFICATION I]OCi]MENTS CPN IQ3740 Revis'ton: $43I�121 an�zao-� GENERAL CON�lTION S Pa�e 31 of 63 chan�es in 1:he Wor�� or variations fram the Coni�act Dacunnents ha�e been caused theraby or are required as a resuIt thereof If City determines that a change in the Contract Documents is r�quired bacause of the actian taken by Contractor in response to such an emergency, a Change Order znay be issued. B. �hould the Contractor fail to respond ta a request irorri the City to recti�fy any discrepaneies, ozr�i.ssions, or correction nacassaryto conform �ith ihe reyuirements of the Coniract Documents, the City shalI give the Cantractor writ�en notice that such work ar changes are to be performed. The written r�otice shall direct attention to the discrepant condition and request �he Contractor fio take remed�al action ta correct the condition. In the e�ent the Contractox c�oes not take positive steps to fulfill this written requast, or daes not show just cause %r noi taking the proper action, within 24 ho�ars, the City may take such remedial action with City farces oz- by contraet. The City shall deduct an amount equal to the ent�e costs for such re�nedial action, plus 25°/fl, from any fund� due or becorne due the Conh�actor on the Project. 6,18 �'ubrnittals A. Cantracfor shall submit required Sul�mittals to City for review and acceptance in accordance witb. the accepted ScheduIe of Submit�als {as required by Paragraph 2.07}. Each submitital will b� identifiec� as City may requitre. 1. Submit number of copies specified in the General Requiremeilts. 2. Data showrl on the SubmiktaIs will be complete with respectto quaniities dimensians perfornaan.c rnateria�s, a informa.tion , � specif�ed e and design cr�ier�a, matertals, and sim�lar data to shovl City the services, nd equipinant Contractor proposes ta provide and to enable City to review the �or the lirnited putposes required by Paragraph 6.I8.C. 3. Submittals submitted a.s herein pro�ided by Contractar and reviewed by City for conformance with the design concept shall be executed in conformity with the Cantract Documents unless othez�wise re.quired by City. 4, When Subzrxittals are submitted for the purpose of show�ng the installation in greater detail, their review shall not excuse Contractor from requirements shown on the Drawings and �pecifications. 5, For-Information�Only submittals upan which the City is not expected io cnnduct review or take responsive action may be so identif'ied in the Contract Documents. 6. Submit required number of Samples sp�cif�d in the Speciiication�. 7, Cleariy identify each Sample as to rriaterial, Suppfier, pertinent data. such as catalog numbet•s, the use for which intiendad and other data as City may� requ'vre to enable City to r�view the submittal for ihe limited purposes required by Paragraph 6.18.C. CITY OF FORT WdRTH 2{121 ON-CALL PAVEMENT MARKINGS CONTRACT #3 S'I'ANDARdCON5T2lICTION SPECIF3CATION DOCUNCGNTS CPN 1D3740 Revisiou; 823IX121 aonoo-i GENERAL CONDI710N S Page 32 of 63 6.19 �.zo B. Where a�ubmittal is required by the Contr�ct Documents or the Schedule of Subinitkals, any related Work performed prior to City's review and accept�nce of �he pertinent submitta.l will be at t�e sole expense and responsibil�y of Cantractor. C. City's Review: I. City will provide timely review of reyui�ed Suhmittals in accordance with the Schedule af Subrnitfals acceptable to Ci�y. City's revievv and acceptance wilI be oniy to determine if the i�ems covered by �he submittals will, aftee insiallation or incorporation in the Work, cQnform to the information given in the ContractDacuinents and be compatible wiih the design concept of the coi�npleted Project as a functioning whole as ir�dicated by the Connact Documents. 2. City's review and acceptance vwill not extend to nneans, methods, techniques, sequences, or procedures af construction (except where a particular means, inethod, tecl�u�icjue, sec�uence, or pracedure of construction is specifically and expressly called for b�r the Corttract Doc�aments} ar to safety precautions or programs ieicident thereto. The review and acceptarice of a separate itern as such wi� not �ndicate approval of the assembly in which the itam functior�. 3. City's review and acceptanee shal� not relieve Con�rac�or frorn responsibiliry for any variation irom the requirements of the Contract Docuznents uz��ess Contractor has coinplied with the requirerr�ents oF Section Ol 33 00 and Ciry has given written acceptance af �ach such var�ation by specific written natation thereof incorporated in or accornpanying the Subrnitfa�. City's review and acceptance shall not relieve Contrac�or frorn responsbiliry for complying with the r�quiremar�ts of the Contract Docuanents. Continuingthe kT�ork Except as otherwise pro�ided, Contractor sk�al! carry on the Work and adhere �o tlle Project Schedu�e during alI d�sputes or disagreements with City. No Wark shaIl be delayed or postponed pend�ng r�solution of any disputes or disagreements, except as City and Contractor may otherwise agre� in writing. Contracto�'s Gener�l Warrartty and Guarantee A. Con�ractor warrants a.nd guarantees to City that all Work will be irz accordance with the Contract Documents and wilI not be defec�ive. City and i�s of�cers, directors, �nerr�bers, partners, ernployees, agents, consultants, and subcontractors shall be �ntitled to rely an representation of Contractar's warrant� and guarant�e. B. Contractor's warranty and guarante� hereunder excludes defects or damage caused by: 1. abusa, modification, or improper maintenance or nperation by persons other than Cantractor, Sulicontractnrs, Supplisrs, or any other individual ar entity for whom Contractar is responsible; or GTTY 4P FORT' WORTH 2O21 ON-CALL PAVEMENT MARKIIVtiS c:UN"fRAC:7' {t3 STA[�TDARDCOIQSTRUCTIDN SPECIFICATION DOCUMLiVTS CPN 103740 Revisian: 823fm21 oo��oo-i GENERAL C�iJDIT 10 N 5 Page 33 of 63 2. normal wear and te�r under normal usage, C. Contractor's obligation to pexfornn and complete the Work in accardance with the Coniract Documents shall be absolute. None of the following wilI constitute an acceptance of Work thai is not in accordance with the Contract Dacuments or a release af Contcactor's obligation to per�orm the Work in accardance with ti�e Cantract Documents: I. obser�ations by City; 2. recornrnendation or payrr�nt by City of any �rogress or final payment; 3. the issuance of a certi�cate of Final Acceptance by Cify or any payrnent related thereto by City.; 4. use or occupancy of the Work or any parttk�ereof by City; 5. an� review and acceptanee of a Submittal by Ciry; 6. any inspectian, test, or approval by others; or 7. any correetian of defeciive Work by City. D. TE�e Contractor shall remedy any defects or darnages iri the Wor� and pay for any damage to otlaer work or property resulting therefrom which shall appear wilhin a periad o� two (2) years fram the c�ate of FinaI Accepfiance ofthe Warlt unless a longer period is specified and shall furnish a good and suffcient maintenance bond, complying with the requirements of Article 5.02.B. The City will give notice of observed defects with xeasonable prorr�ptt�ess. 6.21 Indemnification A. Contractor covenants and agrees to indemnify, hald harnnless and defend, at rts own expe�se,the City, its offcers, servants and employees, from and againstany and a11 claims �rising out of, or a[�eged ta arise out oF, the work and services ta be performed by t�e Contractor, its officers, agents, employees, sn6cantractors, licenses or iz�vitees under thi� Coretract. T S SPE I s { T' I. {7R SOMF []�"�'FiF DAMAGF,S RFiN[i �C3TiC:AT WF:RF (?AiT�FD. I� OLF, OR IN PART. RY ANV A_ T. OMIS�ifIN ClR NF(:T,TCiT,NC'.�; ClF TNE .ITY. This indemnily pro�ision is intended to include, without limitatinn, indemnity f4r costs, �x��ses and Iegal fees incurr�d by the City in defending against such claims and causes ofactions. B. Cantractorcovenants and agrees to indemnifyand hold harmles s, at its own expense, the City, rts office rs, servants and employees, from and against any and all los s, damage or destrueiion af prope rly of the City, aris ing oui o� ax alIeged to aris e out of, the work and s e rvices bo � perforrned by the Contractor, its officers, agents, employees, subcantractors, licensees or invitees under this Co�t�ct. THT� INi)FMNIFI_ ATiON FRnVIST(�N TS CITY OF F012T 1+VORTI3 2p2 L ON-CALL PAVLMLNI' MARKINGS CON'TRAC'I' #3 STANDARDCOIV3TRUC7'lON SP�CIh[CATION DOCUMENTS CPNlD374fl Revisian: R�3/�1 O(i72D0-1 GEN�RAL GONbITION S Paga 34 o.f63 6.22 6.23 ' \ i 1_ _1 1!' ::--- ._i 1 i— ------- I � . , . � . . . - = + ; . � �� � �- _- ►�- : � _ . � ��r .�—c -=-- —r ► .��� � � �__�—: —.. ��� �� � � � _ ► _ � �� Delegation of Professional Desigra Se�vices A. Contractor will not he requ�red fia provide prnfessional design servic�s unless suc� ser�ices are specifically required by the Contract Documents for a portion o� ihe Worlc or unless such services are required ia carry out Contractor's respo�ibilities for constr�ction means, methods, techniques, sequences and procedures. B. If prafessianal design ser�ices or certifications by a design professional related to systems, rnaterials or equipinent are spec�ically� required ofr Contr�ctor by t11e Contract Documents, City will specify all perfnrmance and d�sign criteria that such services nnust satisfy. Cor�trac�or shalI cause such sea�vices or ceriifcatians to be provid�d by a properly licensed professionai, whose signature and seal shall appear on aU drawing�, calculations, spec�cations, C�I'�]�LC�.�1D175, and Submittals prepared by such prafessional. Submittals related to the Work designed or certified by such professianal, ii prepared by others, shall hear such professionaI's written appro�al when submitted to City. C. City shall be entitled to rely upon ihe adeyuacy, accuracy and comp�eteness of the services, certifications or approvals per%rmed by sUch design prafessionals, provided City has specified ta Contractor performance and design crrt�ria that such services must satisfy. D. Pursuant to t�i�s Pa�•agraph 6.22, City's review and acceptance of design calculations and design drawmgs wiIl be or�}y far the limited purpose of checking for confarmance with performance and design eriteria given and iGhe design concept express�d in the Contract Docunaents. City's review and acceptance af Su�rnittals (except desigi calcul�tions and design drawi�s} will be only for the purpose siated 'm Paragraph 6.18.C. Right to Audit A. The ContractQr ag,iees that the Crty shall, until t�e expiration of three (3} years after final payment ur�der this Contract, have access to and the righi to �xamine and phatocopy any diractly pertinent books, documents, papers, and records of the Contractar involving transactians r�Iating to th� Contract. Contractar agrees that the City shall have access during Regular 'I�arking Haurs to all necessary Cont�actor facilities and shaIi be provided adequate and appropriate work space in ordar to conduct audits in connpliance with tl�e pro�risions of this Paragraph. The City shall give Contractor reasonabl� advance notice of intended audits. B. Con�ractor further agrees to incluc�e in aIl its subcontracts hereunder a provision to the effect that the subcontractor agrees that the City shall, until the e�cpiration of three (3) years after final payrr�errt under this Contrae�, have access to and the right to e�mine and photocopy any directly pertinent books, document�, papers, and recards of such Subcontractor, involvir�g transactians to th.e subcontxact, and fi�tlier, that City shall have access durmg Regu�r Work.ing Hours to al� C1TY �F PORT WORTH 2O21 ON-CALL PAVEMENT IvIAitK[WG8 CONTRACT #3 STANDAI2UCONSTRUCTION SPECIFICATION DOCUMENTS CPN 103740 Re�+isian: �'i3IL021 . oa �z oo - i GENERALCOKDITIaN S Page 35 af b3 Subcontractor iacilities, and shall be provided adequate and appropriate wnrk space in order ta condWct audits in compliance wz�h the provisions of' ihis Paragraph, The City shall give �ubcontractor reasonable advance notice of intended audits. G Can,tractor an.d Subcontractor agree ta phntocnpy such documents as may be requested by the City. The Ciry agrees to reimburse Contractor for ike east of the c�apies as follows at tha rata published in the Texas Adminisfrative Cade in effect as of the time copying is perfarmed. 6.24 Nondiscrimination A. The City is responsible for operating Public Transportation Programs and implementing transit- related prajects, which are funded in parC r�vith Federal financial assistance awarded by the U.S. D�epartment of Transportation and the Federal Trarssit Ad�nir�isiration {FTA), vtrithout discriminating against any person iri the United States on the basis of race, calar, or national prigin. 13. Title VI, Civil RightsAct of'19b4 as amended.• Cont�•actor shall cnmply wi�h the requirements of the Act and the Regulations as fiu�tY�er defined in th� Supplementary Canditions for any project receiving Federal assistance. ARTZCLE �-- OTFIER WORIK AT THE SITE 7.01 Related Work atSite A. Ci�y rnay perform other wori� related to the Project at the Site with City's ernployees, or other City contractoz•s, or through other direct coniract� tlter�fo�•, or have other �orl� perforrned by utility owners. If such other work is not noted in the Contract Documents, than written notice ihereof will be given to Contractor prior to stat�ting any such �tb.er work; and B. Cont�actor shall a.fford each ather contractor who is a pa�-ty to such a direct contract, �ach utility owner, and City, if City is performing ather work with City's employees or ofiher City contractors, prop�r and sa% access to the Site, pro�ide a reasonable opportunity for the int�•oduetion and storage of materials and �quiprnent and the execuiion of such ather vvorIc, and praperly caordina.te the Worlc with theus. Contractor shall do all cutting, fitting, and patch�ng of th.e Wark that may be required to properly connect or otherwise make il-s several parts come together and properly integrate with such othcr wnrk. Contractor shall not e�danger any work af others by cutting, �xca�v�tin�, or otherwi�e altering such wark; provided, however, that Contractor may cut or aller athers' work with the written consenf of City and the others vvhos� work will be affected. C. Ifthe proper execution or resuIt,s of any part of Contraotor's Worlc depends upon wark perforrr�ed by others under this Article 7, Contractor shall inspect sucln other work and promptly reporti to City in writing any dalays, defects, nr deficiencies in such otk�er work that render it unavailabl� or unsuitable for the proper executian and results of Contractor's Work. Contractor's failure to so report wilI constitute an acceptance of such other work as fit and proper for integation with Contractor's Work except for ]atent defeets in the worl� provided by others. CITY OF FOT2T WORTH 2O21 ON-CALL PAVE3V[�NT MAAI�INGS CdNTRA�T �#3 STADiDAItDCONSTAUCTION SPGCITICAT[ON DOCiJME1�ITS CI'N 1Q3740 Revision: 8�1�02i 067200- I GENERAL C.�I��ITION S Pt�ge 3G of 63 7.02 Coordination A. If City intends to coniract with others %r the per�ormance of other work on the Project at the Site, the following will be set forth in Supplementary Conditions: 1. the individual or entity who will have authority and respansibility �c�r coord�nation of the acti�ities amang the variaus contractnrs will be identified; 2. the specific matters to be covered by such authority and respo�nsibility �ill be ite�x�ized; and 3. the ex�ent of such auihority and responsibi�ities will be pro�ided. B. Unless otherwisa provided iz� the Supplementary Condi�ian�, City shall have authority for such caordination. ARTICLE 8 — CZTY'S RESPONSIBILITIES 8.01 Gonamunications to Contractor E�cept as otherwise provided in t1�� Supplementary Cflnditions, City shall issue all communications to Contracior. 5.02 Fu�-nish Data City shall tirriely fUrnish tl�e data required under the Contract Documents. 8.03 Pay When Due 8.04 8.05 8, 06 City shall malce payments to Contractor in accordance with Article 14. .�ands anci Easements; Reports a�ad Tests City's duties with respect to providing lands and easemenis and pravid'mg engineering surveys ta establish reference points are se� forth in Paragraphs 4.01 and 4.05. Paragraph 9�.02 refers to Ciiy's identifying and making available to Con�cactor copies of reports of exploratinns and tests of subsurface conditions and drawings of physiea� conditions relati�g ta e�t�g surfae� or subsurface structures at or contiguaus to the Site t}iat have been utilized by City in preparing the Contract Dacuments. Change O�de�s City shall execute Change Orders in accordance with Paragraph 10.03. Inspections, Tests, and Appravals City's responsbility with r�spect to certain inspections, tests, and approvals is set �orth in Paragraph 13.03. CITY O� PORT WORTH 2O21 ON-CALL PAV�MENT MA[iJC[NGS �QN"I`KACT #3 STANDARDCOI�STRl1CTI0N SPECIFICATION DOCUN[B3JTS CPN 1D37h0 Revisinn: Si2�l oo�zoo-t GE�fERAL COND ITf ON S Page 37 of 63 8.07 Li�itations on C�ty's R�sponsibili�tzes A. The City shaIl not supervise, direct, or have control or a�thorit� over, nor be respansible for, Cant�actar's zneans, methods, techniques, seyuences, or procedures o� construction, or the safety precautians and programs incident thereto, ar for any failure o� Contractor to comply with Laws and Regulations applicable to the performance of the Work. City will not b� responsible far Contractor's failure to perform the Work in accordance with the Contraci Documents. B. City will notify the Contraciar of applicable safety plans pursuant to Paragraph b.I�. 8.08 U�.disclo.sed Hazardous Environmental Condifian City's respnnsibility with respect tn an undisclosed Hazardous �nv�ronrriei�tal Condition is set farth in Paragraph 4.06, 8.09 Co�tpliance with Safety Pr�ograrrr VVhile at the Site, City's em.ployees and representatives shall comply with the specific applicable requi�ements of Cantractor's safety pro�rams of which City has beer� informed pursuant tc Paragraph 6.14. ARTYCLE 9— CITY'� OBSERVATION STATUS DURING CON�TRUCTION 9.OI City'sProjectMcmcageY City will provide one or more Project Manager(s} during the const��uction period. The ciuties and responsibilities and the limitations of authority af City's Praject Manager during construction are 5et forth in the Contract Documents. Th� City's Project Manager for this Contract is identified in the Supplementary Conditions. 9.02 Vfsits to Site A. City's Peoject IVlanager wili tx�ake visi�s ta the Site at intervats apprapriate to the various stages af construction as City deem� necessary in order to observe ihe pro�ess tY�at has been made and the quality of the various as�ects of Contractar's e�ecutad Work, Based an information obtained during such visits and observations, City's Fraject Manager rvill cfeterrnine, in general, if the Work is proceeding iri accax•danee with the Contract Documants. City's Proje�t Manager will not be requ�ed �o make exhaustive or cantinuous inspections on the Site ta checl� the quality or quat�ti�y of the Work. City's Project Manager's efforts will be d�ected toward providing City a greater degree of eonf"�[ence that the completed Work will confarm generally to the Contract Documents. B. Ciiy° s Prolect Manager's visits and observations are subjeet ta all tl�e limitations on authorrty and res�onsibility in the Contcact Docurnents including those set forth in Paragraph 8.07. CITY OF F'012T WORTH 2O21 pN-CAI,L P,4V�NIENT MARKINGS CQN'I'ItAC7' #3 STANDARDCONSTAUCTION SP�CIPICAT[QN DpCUM�NTS CPN ]03740 Revisiott: 8r1,3I1021 oo�zoa-� GE€�ERAL G'ONDIT ION S 1'age 3S af 63 9.�3 Author�zed Variationstrr Work City's Project Manager may authorize minor varia.tions in the Wor� from the requirements of the Contract Documents whic� da not invalve an adjustment in the Contract Price or the Contract 'I`ime and are compatible with the design concept of the completed Projact as a functioning whole as indicated by the Conh•aet Docum�nts. These may be accomplished by a Field Order and will be bincling on City and also on Cantractor, whn shall perform the Work involved promptly. 9, pA� Rej eeting Defective Wo�k City will have authority to iejeci Work which City's �roject Manager beI�eves to be defective, or wili not produce a completed Project that conforms to the Caniract Documents or that w�l! prejudice the integrity of the design concept af the completed Project as a functioning wh.ole as indicated by th� Contract Documents. City wi� ha�e authority ta canduct special inspe�tion or testing af the Work as provided �n Article 13, whether or nat the Work is fabricated, installed, ar completed. 9.05 Determanatrons for WorkPeYformed Contractor will deiermin� the actual quantities and classificatior�s o� W ork performed. City's I�coject Manager will review wit;h Cantractnr the preliminary deternai�.ations an such matters bafore rendering a written recommendation. City's written decisian will be final (except as modified to reflec� changed factual condi�ions or more accurate data). 9.Q6 Decasions an Requirernents of ContractDocurnents and Acceptability of WoNk A. City will be the ini�ial interpreter of tha requirements of the Contract Documents and judge of the acceptabiliiy of the Work thereunder. B. City will render a writien decision on any issue referred. C. Ci�y's written deciszon on the issue referredwill be final and bindir�g on the Contractor, subjeci ta tH� provisions of Paragraph 10.06. ARTICLE l 0— CHANGES IN THE WORK; CLAIM�; EXTRA WORK 10.01 Aut�aor�i�ed Changes in the Work A. Wi�hout invalidating the Con.tract and wrthout notice to any surery, Ci�ty may, at any t�ne or from ti.�x�.e to t�e, order Extra �ork. Upon notice of such Extra Worlc, Cantractor shall promptly proceed with th� Work involved which will be performed under the applicable condrtions of tkze Contract Documents (excepi as otherwise specifically pra�ided}. E�tra Work shall be memorialized by a Change 4rder which may or may not precede an arder of E�tea worl�. B. For minor changes of Work not requiuring changes to Contract Time ar Contract Price, a Field Order may be i�sued by the City. CTI'Y OF FORT WQRTH 2D21 ON-CALL PAVEMENT MARKINGS CONTRACT #3 STANAARDCONS'fRiICT10N SPECIFICATIOH DOCiJI�+I�3�ITS CPN 103740 Revisian: 8232021 oo�zao-i GENERALCONdITI0N5 Page 39 of 63 10.02 Unauthorized Changes fr� the YYoNk Contractat• shall not: be entitIed to an increase in the Contract Price or an extensidn of the Contiract Time with respEct fo any �uork performed that is not required by the Contra�t Dacuraaents as amenc�ed, modified, or supplemented as provided in Paragraph 3.04, ex�ept in the case of an einergency as pro�ided in Paragraph 6.17, 10.03 Executian of Change Ord�rs A. City and Cantractor shall execute apprapriate Change Orclers cavering: changes in the Work �rhich are: (i) ordered by City pursuant ta Para�apb 10.O1.A, (ii) requu•e d b�cause of acceptance of defective Work under Paragraph 13.08 ar City's correction of de�ective Worl� under Para�raph 13.09, or (iii) agreed to by the pa�ties; 2. changes in. the Con�ract Price or Contract Time which are agraed.to by the parties, including any undisputed surn or amount of time far Worlc actually perfarmed. 10,04 Extra YYo�k A. Shauld a dif%rence arise as to what does or does no� constitute Ext�a WarIc, or as to the paytnent th�reof, andthe City ins�sts upan its pe.rFarmance, the Contractot• shall proceedwith tihe work after making wcitten request for written orders anci shall keep accurate account ofthe actual reasonable cost therea£ Contract Ciaims regarding E�ra Work shall be made pursuani to Paragraph 10.06. B. The Contractor shall �urnish ihe City such installation records of all deviations from the original Contract Docum�nts as may be necessary to enable the City to prepare for perman.ent record a corrected s�t nf p�ans showir�g the actual installation. C. The compensation agreed upon for E�ra Work whether or not inrtiated by a Change Ord�r shall be a full, complete and final payment for all cdsts Contractor incuz•s as a result or relating to the change oz• Extra Work, whethe�• said casts are known, unitnown, fareseen or unforeseen at that time, including withaut limitation, ar�y costs for delay, extended overhead, ripple or impact cost, ar any oiher affect on changed or unchanged work as a resul� af the change ar Extra Worlc. 10.05 Notificataon to S`ureiy Ifthe provisions af ar�y bond require notice to be given ta a surety of any change affectingthe general scope of the Work ar the provisions ot' the Contraci Documents (including, but not limited to, Cantxact Price or Contraet Time), the giving of any such notice will ba Cdntractor's responsbility. The amount of each applicable bond will be adjusted by the Contractar to reflect the effect of any such change. CITY OF FQRT WORTH 202 ] ON-CALL PAVE1+dENT MAAKINGS CdNTRAC'f 1!3 STANDARDC(71�STRUCT[DN SPECIt[CkTION DOC[JMEI�iTS CPN 103746 Revisiun: 8�13f�Z1 ao�2oo-� GENERALCONDITIONS P�ge 40 nf 63 10.Ob Cantract Claanas Pracess A. Cfty's Decision Required: Ali Cantract Clairns, except those waived pursuant to Paragraph 14.09, shall be referred to the C�ty for deciGsion. A decision by City sl�all be requ�red as a candition precEdent to any exercise by Conlractor of any rjght� or remedies he may otherwi�e have under the Contract Documents or hy Laws and ReguIations in respect of such Contract Claims. B. Notice: 1. Writtan notice stating the general naiure of each Contract Claim shall be delivered by the Contractor to City no later than 15 days afterthe start of the event givir�g rise thereto. The responsbilixy to substantiate a Contract Claim s�all rest with the party rnal�ing the Contract Claim. 2. Notiee of the amount or extant of the Cantract Claitn, with supporting data shall be de�vered to the Ciry on or before 45 days fram the start Qithe eveni giving rise thereto (unless ihe City allows additional time for Contractor to subnnit addrtionaI or more accurate data in suppori of such Contract Claim}. 3. A Contxact Clairn far an adjuslment in Contraci Price sha11 be prepared in accordance with the provisions of P aragraph I2.0 i. 4. A Con�ract Claim for an adjusttnent in Contraet Time shall be prepared in accordance with #he provisions of Paragraph 12.02. �. Each Contract Clai�n:� shall be accompanied by Contractor's written statement that the ad�ustment claimed is the entire adjustment to which the Contractar believes � is entitled as a result of said event. 6. The City shall subrni� any response to the Contractor within 30 days after receipt of the claimanr's last submittal (unless Contract allows addrtional time}. C. City'sAction: City avill revievv each Contract Claim and, within 3fl days after receipt af the last submittal of t�e Contractor, if any, take one of the following actions in writing: 1. deny the Cantract Claim ini whole or in part; 2, approve the Con�ract Claim; or 3. natify t�e Contractor that the City is unable to resolve the Contract C�aim �, in the City's sole discretion, it wo�ald be inappropriate far the City to do so. Far purpos�s of fu�-ther resolution of the Contract Claim, such natice shall be deemed a denial. CITY OF FQRT VJbRTH 2fl21 ON-CALL Pi�VEMENT MARKQICrS COIVTRACT #3 STANDAIiDCONSTRUCTION SPECII'[CATI01� DOCIJMENTS CPH 10374D Revision; 82�2] aa �z oo - i GENERAL COND ITION S Page 41 of 63 D. Ci�y's written aciion under Paragraph 10.06.0 will be finaI and binding, unless Czty or Contractor in�oIce �he dispute resoh.ition procedure set for�h in Article 16 within 30 days of such action or denia,l. � E. No Con�ract Claitn for an adjustment in Contract Price or Contract Tune �i� be �alid i� not subrnitted in accordance vvith this Paragraph 10.06. AR'TICL� 11-- COST OF THE WORK; ALLOWANCES; UNIT PRICE WORK; PLANS QUANTITY MEASUREMENT 1 I.01 Cost of the Work A. Costs Included: The term Cost af the Worlc means the sum of alI costs, except those exeluded in 1'aragiraph 11.O1.B, necessari�y iticurred and paid by Contractor in the praper performance of the Work. When ihe value o� any Wark covered b� a Change Order, the costs to be reitnbursed to Coniractor will be only those additional or incremental costs required because of the change in i:Ize Work. Such costs shall not incl�ade any of the casts itemized in Paragraph 11.O1.B, and shall iriclude but not be linnited to the following items: 1. Payroll costs for employees in tha direct emplay of Contractar in ihe performance af the Work under schadules of job classifications agreed upon by City and Contractor. Such emplayees sl�all include, without 1'unitation, superintendents, foremen, and oiher personnel employed full time on the Wark. Payroll costs for emplayees not employed fu1l tune an the Work shall be appo�rtianed on the basis of their tima spent on the Work. Payroll ensts sha11 inelude; a. salaries with a 55%o rnarkup, or b. salaries and vvages pjus the cost of fringe benefits, which skza�l incl�►de social security eontributions, unemployinent, excise, and payroll taxes, workers' compensation, healih and retire�nent benefits, boz�uses, sick [eave, vacation and holiday pay appLicable therato. Tf�e expenses of perfozming Woz•k outside of Regular Warkir� Hours, WeeIcend Warlculg Hours, or legal holidays, shail be includ�d in the above tq the ea�tent authorized by Gity. 2. Cost of aIl materials and equipment furrvshed and incorporated in the Work, including costs o� transportation and �torage thereof, and Suppliers' field services required in connection therewrth. 3. Renta.ls af a11 construction equipment and rriachinery, and the parls thereof whether rented from Contractor or others in accordanee wiih rental agreemenfis appro�ed by C.ity, and the costs of transportatian, loading, unloading, assembly, disrrkantli�g, and removal thereof. All such costs shall 6e in accordance with the ternns o,f said rental agreements. The rental of an� such equipment, machinery, or parts sha�l eease when the use #hereof is no longer necessary for the Work. CITY OF' FOR"I' 4VORTH 2O21 ON-CALL PAV�NIEN'[' MARKINGS CONT"RACT #3 STANDARBCQNSTRUCTP{7N SI'�C]P[CAT[ON DOCUMENTS Revis.ion: 8�3l1.021 CPN L03740 oo�zao-� cE�v�Ra� co�nirior� s Page 42 of G3 4. I'ayments znacie by Con�ractor tn SubconYractors for Wor�C perfarrr�ed by Subcontractois. If required by City, Gontractor shalI obtain compeii�ive bids from subcontractors acceptable to City and Contractor and shall delNer such bids fio Cit�, who wi11 then determine, which bids, if any, will be acceptable. Ifany subcontraGt provides tha.t the Subcan�ractor is to be paid an the basis of Cost of the Wark p�us a fee, the Subcontractor's Cost of the Wark and fee shall be determined in the same nnanner as Contractor's Cost of tl�e Work and fee as provid�d in this P aragraph 11. Q 1. S. Casts of special consultants (including but not lim.ited to eng�eers, architects, testing laboratories, surveyors, attorneys, and accountants) employed for services specifcally re]ated to th� WorIc. 6. Supplemental costs including the following: a. The proportion of necessary transportation, �traval, and subsistence expenses af Cont�•actor's employees incurred 'm discharge of duti�s connected vwitk� the Woik. b. Cost, includrng transpo�tation and maintenance, of ali materials, supplies, equipment, machinery, appliances, office, and temporary facilities at the Site, and nand tools not owned by the workers, wh.ieh are consumed in the performance of the Work, and cosi, less market value, of such iterns used but z�ot consumed vuhich rernain the property of Contractar. c. Saies, consumer, Use, and other similar ta�es relatad to the Work, and for �vhich Contractor is liable not covered under Paragraph 6.11, as imposed by Laws and Regulations. d. Deposits last far aauses other than negligence of Contractor, any Subcontractor, or anyone d�rectly or indirectly employed by any of ihern or far whose acts aay of them may be liable, and royalty payments and fees for permits and licanses. e. Losses and damages (and related e�e�ses) caused by darnage to the Wo�k, not eompensated by insurance or otherwise, sustained by Contractor in aannection with the perfarmance of the Work, pro�ided such losses ar�d damages have resulted from causes other than the n�gGgence of Contractor, any Subcantractor, or ar�yone directly or indirectly employed by any of them or for whose acts any of th.ern rnay 6e liable. Such lossas shall include settlements made wihh the written consent and appro�al of City. No such lasses, damages, and expenses shall be uicluded in the Cost of the Work for the purpose of determinu�g Con�ractor's fee. £ The cast of utilities, fuel, and sanitary facilities at tt�e Site. g. Minnr expenses sUch as telegrams, long distance talephone calts, telephone and commut;ication services at the Site, express and courier services, and similar petty cash items ir� connection wi�h the VJork. CITY OF FORT WORTII 2021 OiJ-CALL PAVEM�N�I� MEIRKINGS CON'I`RACT #3 ST'ANDAILDCdNSTRUCTION SPECIFICATTflN bOCIIMENTS GPN 1p374Q Revision: 8{1311(l21 407200-1 GENERAL CONO ITION 5 Page 43 of 63 h. The cosis of pr�miums for all bonds and insurance Contractor is required by the Contract Documents to pUrchase and maintain. B. Costs �cludsd: The tet•m Cost ofthe Worlc shall noi iriclude any of the follovvin� items: l. �'ayrall costs and other compensation of Canrractor's of�cers, executi�es, principals (o� partnerships and sale proprietorships), ganeral rnanagers, sa%ty managers, engineers, architects, estimators, a�torneys, auditars, accountants, purchasing and cantracfing agents, expediters, tunekeepers, clecks, and other personnel employed by Contractaz•, whether at the Site or in Con�ractor's principal or branch offce for general administration of the Work and nat specifically included i� the agreed upon scI�edule of job classificatians referred to in Parag7raph 11.O1.A.1 or spec�icall� co�ered by Paragraph l I.01.A.4, alI of which ai•e to be considered adininistrative costs covei�ed by the Contractor's fee. 2. Expenses af Contractor's principaI and branch offces ather tl�an Gontractor's o�fice at the Site. 3. Any pax�t of Cont�actar's capital expens�s, including interest on Cant�•actor's capital eznpZoyed for the VVarlc ar�d charges against Contractor far d�l�nquent payments. 4. Costs due to the negIigence nf Contractor, any Subcontractor, or anypne direc�ly or indirectly employed by any af tk�ein or for whose acts any of them �nay be liable, including but not limited to, the correctian of defecti�e Wor1G, disposai of ttiaterials or equipment wrongly suppiied, and malcing good any darx�age to property. S. Other overhead or general expense costs o�' any kind. C. Contractor'sFee: When all the Work is performed on the basis of cost-plus, Contractar's fee shall be deterrnin�d as set forth in the Agreement. When the value of any Virork eovered by a Cha�ge Order foi• an adjusfiment in �ontract 1'rice is deterzx�ined on the basis of Cost of the Worlc, Contractor's fee shall be detez•mined as set forth ir� Paragrapl� I2.01.C. D. Documentation; Whenever the Cost of ihe Work for ar�y purpose is to be d�termined pursuant to Parag�•aphs l I.01.A and I1.01.B, Contractor will Establish and maintain records thereof in accordance with generally accepted a�counting practic�s anc� submit in a form acceptable to Cily an itemized cost 6reakdown tag�ther with supporting data. 11.02 Allowances A. Specified Allawance; Ct is understoad that Contracior has i�cluded in the Cant�act Price all a�lowances so named in the Contract Documen�s and shall caus� the Wark so covered to be performed far such su�ns and E7y such persons or entrties as may be acceptable ta C�ty. B. Pre-bidAllowances: l. Contractor agrees that: CITY OF FOTiT WORTH 2O21 ON-CALL PAVEMENT MAAKING5 CONTRACT #3 STANDARDCONS'FRUCT[ON SPECIF[CATION DOCiIM�1VT5 CPN 103740 Rev i s i o n: 8f1.3J.2{)21 oo�2oa-j GENERAL CANOfTION S Page 44 of63 a. the pre-bid allowances irtclude tha cost to Contractor of materials dnd equipment requn•ed by the allowances ta be deIivered at the Site, and ai1 applicable taxes; and b. Contractor's costs for unloaciing and handlirag on the Site, labor, insta�lation, overhead, profrt, and oth�r expense� contemp�a.ted for the pre-bid allowances have been included in the a�awan�es, and no demand for additional payi�ent an accour�t of any af the foregoing will be �alid. C. ContingencyAliawance: Contractor agrees that a cantinger�cy allowance, if any, is for the sole use of City, D. Prior to final payment, an app�•opriate CH�nge Orc�er will be �ssued to re�Ieet aetual amoun�s ciue Contractor on account of Work ca�ered by alIawances, and tl�e Contract Price shall be carrespondingly adjusted. r 1.03 Un at Price �or�k A. WI�►er� th� Contract Documen�s provide that all or part of the Work is ta be Uni� Price Worlc, in�tially the Contract Price will be deemed to include for alI Unit Pxice Work an arnount equal to the sum of the iu�i� price for eachseparately identified item ofUniti Price Work times the estirnated quantiry of each item as indicated iu� the Agreement, B. The estimated quanti�ies of items of Unit Price Work are not guaranteed and are solely for the purpase of ccampar�son of Bids and determining an initial Contract Price. Deterininations oi the actual quantities and classifications af Unit Price Work performed by Contractor wi� be nnade by City subject to the provisions of Paragraph 9.05. C. Each unit price will be deemed to include an amount considered by Contractor ta be adequate to cover Contractor's overk�ead and profrt for each separately identified i�cm. Work described in the Contract Documents, or reasonably inferred as requ�ed for a iunctionally con�plete installation, but not identifed in the listing of unit price items sha11 be cansidered inciden�l to unit price work listed and the cost of iricicienta] vvork included as part of the unrt price. D. City may make an adjustrnent in the Cantract Price in accordanee with Paragraph 12.01 if: 1. the quatrtity of any item of Unit Price Work per#�orrned by Contractor differs materially and sigruficantly frdrn th� esiimated quantity of such item indicated in the Agreement; and 2. there is na coz�responding adjustment with respectto any other item of Work. E. Iracreased or Decreased Quantiiies: The Ci�y reserves the righ� to order Eatra Wor�C in accordance with Paxagraph 10.01. L If the changes in quantities or the a�terations do not significantiy change the character of work under the Contrract Dacuments, the altered work wi11 be paid for at the Contract unit price. CTTY OF FORT WORTH 2O21 ON-CALL PAVEMENT MARKINC'r5 [;UNTRACT #3 3TANDARIICONSTRUCTION SPECIFiCATION D:OCU�vTEIdTS CPN 10374U Revision: 823/�T11 oo�zao-� GENERALCON�ITlON S Page 45 of b3 2. If the changes in quantities or alteratians signi�icantly change the character of wor�c, the Contract will be am�nded by a Change Order. If no uniC prices exist, this will be considered E�ra l�ork and the Cont�act will be amended by a Change Order in accordance with Articla 12. �. A signi�cant change in the character of �vork occurs when: the character ofwork for any Item as altered d'zffers xnaterially in Icind or nature froin that in the Coniract or b. a Major Item af worlc varies �y more than 25% from the origi�al Contract quantity. 5. When the q�aantity of work to be done under any Major Itein of the Contract is nnore tl�an 125% of the original quantity stated in the Contract, then ei�her party to the Contract may request an adjustment ta the unit price an the portion of the work that is above 125%. V4jhen the quantity of wark to be done un.der any Majar Item of the �or�tract is Iess fhan 75°/n of the origin�l quantily sfated in the Contract, then erther party to the Contract may request an adjustment to the �anit price. 11.04 Plans Quantity Meastcrement A. �lans quanti�ies may or may nat representihe exact quantify ofwark pe�rfoi�rned or material tnoved, handled, or plac�d durang the execution of the Contract. The estunated bid quantities are designated as final payment quantities, unIess revised by the governing Section or this Article. B. If the quantity measured as outlined under "Price and Payment Procedures" varies by more than 25% {or as stipulated under `�rice and Payinent Pracedures" %r specit�c Itenns) froin the total estin�atec� quantity for an indi�idual Item origiclally shawn ir� the Contract Documents, an adjustment may be made tn the quant�.y af autharized work done for payment purposes. The party ta tl�e Contrant requesting the adjustment will provide �eld measurements and calculations showing the final quantiLy for which payrr�ent will be made. Payment far revised quantity wilI be made at the unit price bid for �hat Item, exeept as provided for in Article 10. C. When �uantrties are revised by a change in design approved by the C�ty, by Change Order, ar to coz-rect an error, or to correct an error on the plans, the plans qtaa.ntity will be increasedor decreased by ih� amount invol�red in the change, and the 25°10 variance will apply to the new plans quantity. D. If the total Cantract quantity mu�tipl�ed by the unit price bid for an individual Item is fess than $250 and the I�em is not ariginally a plans quantity Item, then the Item may be paid as a plans quantity Itena if the Ciry and Contractor agre� in writing �a f�r the final quantrty as a plans quantity. CITY OF FORT W012"I'II 2D21 ON-CALL PAVEMENT NIARKINGS COIVTI2ACT i�3 5TANpARDCONSTRllCTIDN SPECIF3CA7[ON DOCIIMENT5 CPI�! 10374Q Revisian: &2�J�021 oo�aoo-i GEiV�RAI. CANbITION S Yage 4G nf 63 E. Far callout work or non-site specific Cont�racts,the plans quantiity measurementrequiraments are not appl'rcable. ART�CLE 12 — CHANGE OF CONTRACT PRICE; CHANGE OF CONTRACT TIME 12.01 Change of Corrtr^aet Prace A. The Contract Price may only be c�anged by a Change Order. B. Th.e value of any Worlc covered by a Change Order will be determuted as #'ollaws: 1. r�vhere the Work in�ralved is coverec� by unit prices contained in tk�e Con�ract Documents, by application oi such unrt prices to the quantrties ofthe i�ems involved (subject to the praviszans of �'a�agraph 1 LQ3}; or 2. where the Work involved is not covered by unit prices contained ir� the Cantract Documents, by a mutually agreed Iump surn or unit price (which may include an allawance for overhead and prof�t not necessarily in accordance with Paragraph 12.O1.C.2), and shall include the cost of any secondazy iznpacts that are foreseeable at the time of pricing the cost of Exi:ra Work; ar 3. where the Wark invoIved is not coverad by unit prices contained in the Contract Dacuments and agreement to a lump sum ar unit price is not reached urider Para�raph 12.O1.B.2, an the basis of the Cost of the Work {determir�ed as pravided in Paragraph 11.Q1) plus a Contractor's fee for overhead and profit {determined as pravided in �'aragraph 12.O1.C). C. Contr�actor's Fee: The Cont�actar's addi�ional fee for overl�ead and pro%t shall be detern�ainted as follows: l. a mutually acceptable f�ed fee; or 2. � a fiXed fee is not agreed upon, then a fee based an the foIlowing percentages ofthe �arious partions of the Cost of the Work: a. for costs incurred under Paragraphs 11.01.A.1, 11.O1,A,2. and 11.d1.A3, the Contracior's additional fee shall be 15 perceni except for: 1) renta.l fees for Contractor's awn equipment usmg standard rental rates; 2) bonds and insurance; b. for costs inourred unci�r Paragraph 11.O1.A.4 and 1 T.O1.A.5, the Contractor's fee shall be five percent (5%); �) where one or znore tiers of subcanfracts are on the bas�s of Cost of th� Warlc plus a fee and no f�ed fee is agreed upon, th.e intent of Paragraphs 12.OI.C.2.a and 12.Oi.C.2.b is that tl�e Subcontractor who actually perforn�s the Work, at whatever CITY OF FORT WORTH 2O21 ON-CALL PAVEMENT MAR�GS COI�TRACT #3 S'I'ANOAf2�CONSTRUCTI�N SP&CIFiCATI01� DOCUMEIVTS CPN 103740 Revision: 8r13fLU2l 0o n ao-i GENERAL CONDITIO N S Page 47 of G3 tier, will he paid a fee of 15 percent o� the costs incurred by such Subcontractor under Paragraphs 11.O1.A.1 anei 11.O1.A.2 and that any higl�er tier Subcontractor and Contractor will each be paid a fee of fiv� percent {5%) of the amount paid to the next lower tier 5�bcontractnr, however in no ease shall �he c�atxaulative tatal of fees paid be in excess of 25%; c. no Fee shall be payable on the basis of costs itemized under Para.g�•aphs 11.01.A.6, and 11.O1.B; d. the arnount of credi� to be allowed by Contractor to Ciry for any change which resul�s in a net decrease in cost r�ill be the amount of the actual net decrease in cost plus a deduction it1 Cantraetor's fee by an amaunt equal to five percent (5%) of such net decrease. 12.02 Char�ge of Contraet Tifne A. The ConiractTirne may only be changed by a Chan�e Order. B. No eatension of the Contract Time r�vill be allow�d for Extra Work or for claimed delay unless the E�ra VVork conteinplated or cla�rned delay is shown to be o� the critical path of the Project Schedule or Coniractor can show by Cr�ical Path Method analysis how the E�tra Worlc or c�aimed delay ad�versely affects the critical path. 12.03 Delays A. Where Cor�t�actor is reasonab�y delayed in the perforrnance or completian of any part o� the Work witI�in the Contract Time due to delay b�yond the cantrol of Contractor, fhe Coz�tract Tune rnay be extendad in an amount equaI to the t�rne lost due to such delay if a Contract Claim is made therefor. Delays beyond the con�rol of Contraetar shall include, but not be limited to, acts or neglect by City, acts or neglect of utility owners or other contractars performing other work as conteinplated by Article 7, fires, floods, epidemics, abnormal weathe�• conditions, or acts of God. Such an adjustment shall be Cantractor's sole and exclusive remedy %r the delays described in th.is Paragraph, B. If Contractor is delayed, City shall not be Iiab�e ta Coniractvr for any c]aitns, costs, losses, or damages {including but not limited ta all fees and charges of engineers, archi�ects, attorneys, and other prafessionals and all court or arbitration or ather dispute resolution costs} sustained by Cont�actor an oc i�r� can�nection with ar�y other project or ant�cipated project. C. Contractor shall not be entitled ta an adjus�nent in Contract Price or Contract Time far delays within the eontral of Contractor. Delays attributable to ar�d within the control of a Subconteactor or �upplier shall be deamed to be delays �vithin the co�ntrol of Cantractor. D. The Contractor shall receive no cozxipensat�on for delays or hindranc�s to the Work, excepi when direct and unavo�dable extra cost to the Contractor is c.aused by the failure of the City to provide information or material, if any, vwhich is to be furnished by the City. CITY dP FORT WOR'T'H 3Q21 QN-CALL I'AVEMT�NT MARKINCrS CONTRACT #3 STANr]ARDCONSTRUCTION SPECIFICATIDN DOCUIvIEAITS ' CFN 103740 Ravision: 8231�Q2] ounao-i GENERAL CON�ITION S Page 48 of 53 ARTICLE 13 -- TESTS AND INSPECTIONS; C012RECTION, REMOVAL OR AC CEPTANC� OF DEFECTIVE WORK 13.01 Noiice af Defects Notice of a11 defective Wo�k of which City has actual lcnowledge wi� be giveza to Contractor. Defac�ive VVork may be rejected, corrected, or accepted as provided in this Article 13. 13.02 Access to I�'o�k City, independent testing la6oratories, and governmerjtal agencies with jurisdictionai iriterest� will hav� access to the Site and the Work at xeasonable tirr�es For their obserr�ation, inspection, and iesting. Cont�•actor shall pro�ide tham proper and safe conditions for such access and advise them of Contractor's safety procedures and programs so that ihey may comply therewith as applicable. 13.03 Tests and Inspections A. Cantractor shall gi�e City timely notice of readiness of the Work for all rec�uired inspeetions, tests, or approvals and shall cooperate with irispection and testing personnel to facilitate requ�red inspeetions or tests. B. If Contract Documents, Laws or Regulations o� any public body having jurisdiction require any of the Vllork (or par� thereo� to be inspected, tested, or approved, Coniractor shall assume Full responsibility for a�ranging and obtaining such independent inspections, tests, retests or approvals, pay all costs in connection therewith, and furnish City the required certifcates of inspection or approval; excepting, however, those fees specifically identified in the Supplementary Conditions ar any Texas Department of Licensure and Re�ulation (TDLR) inspections, which shall be paid as described in the Supplementary Conditions. C. Contractor shall l�e responsible far arranging and ohtaining and shal� pay aIl cost� in connection with any inspections, tests, re-test�, or approva�s requ�red for City's acceptanc� nf maf,erials ar equipment to be inc�rporated 'm the Wark; or acceptance of materials, n�aix designs, or equipment submittad for approval prior to Cantractar's purchasc thereof for incarporation in the 'UVork. Sueh �nspections, tests, re-tests, or apparovals shall be per%rmed by organizations acceptable to Ciky. D. Ciry may ar�range for the services of an independent testing labaratozy ("Testing Lab") to perform any inspections or tests {`°l'esti�g"} %r any part of the Wor1c, as detexmined solely by City. 1. City wilI coordinate such Testing to the ��tent possible, wrth Contractor; 2. Should any Testirig under this Section 13.03 D resu�t in a"fail", "did not pass" ar other sirnilar negati�ve result, the Contractor shall be responsible for paying for any and all retests. Conlractor's cancelia�ian without cause of City in.it�ated Testing shaIl be deemed a negative result and require a retest. CITY OF F�RT WORT�I 2021 ON-CAF,L PAV�ME�I`P MARKINGS CONTRACT #3 STAI�fI?ARDCONSTRUCTION 5PECIFICATI�N DOCiJNIEN"CS CPN 103740 Revisian: 823/Z021 oa�2oo-i GEN�RALCONDITlONS Page 4� of 63 3. Any amounts owed for any retesi under this Section 13.03 D shall be paid d'u•ectly io the Testing Lab by Contractor. City wilI fnrward all invoices fot� retests to Contractar. 4. If Gantrac�or faiE� to pay the Testing L�b, City �ill not issue Final Paym�nt �antil the Testing Lab is paid. E. If any Work {or the work of others) that i� to be inspected, tested, or approved is covered by Contractor without written conciurence of City, Cont�actor shall, if re�uested by City, unco�ver such Wo�rk for observation. F. Uncovering War1c as provided in Parag�aph 1�.Q3.E shaIl be at Contractor's e�pense. G. Contractor shalI have the right to cnake a Contract Claim regarding any retest ar invoice issued under Section 13.03 D. 13.04 Uncovering YYa�k A. If any Work is covered contrary ho the Cont�act Docuanents or specific instr�ctions by the City, it must, if requested by Cit�, be uncovered for City's obs�rvation and replaced at Contractar's expense. B, If City considers it necessary or advisable that covered Work be observed by City or inspected or tested by others, Contractor, at City's request, shall uncover, expose, or ofherwise inalce a�a.ilable for obser�ation, inspection, or testing as City rnay requue, that portion of the 'Work in question, furni�hing a11 necessary Eabor, rnaterial, and equipment. If it is �'ound that the uncovered VVark is defective, Contractor shall pay all cIaims, costs, losses, and damages (includirzg but not limited to all fees and charges Qf engineers, architects, attocneys, and oth.er professionals and all court or other dispute resolution. costs) ar�sing out of or relating to sueh uneovering, exposure, observation, ir�spection, and testing, and of satisfactary replacernent or recot�s�ruction (includin.g bUt not limited to a11 costs of repair or replacement of work of others}; or City shal� be entrtled to aceeptdefect'rve Wark in accordance with Paragraph 13.08 in vvhich case Contractor shall still be responsibl� %r all costs associated with exposing, observir�g, and test�ng the defective Work. 2. If the uncovered Wor1c is not found to ba defective, Cantractor shall be allowed an increase in the Cor�tract Price ar an e�tension of the Contract T�rne, or both, d�rectly attributable to such uncoverir�g, exposure, observatian, inspection, testing, repla.cement, and recons�ruction. 13.OS City May,�top the Y�ork If tl�e Work is defective, or Cantractor fails to supply sufFici�nt skilIed workei•s or suitable materials or equipment, or fails to perfoz-m the Work in such a way that the complete�. Work will conform to the Cantract Documents, City may arder Contractor �o stop the Wor1c, or any portion thereof, until the cause for such order has been eluniriated; however, this right of City to stop the Work shall not give rise to any duiy on the part of City to exerc�se this right far the benefi� of Co�tractar, any CTI'Y QF FOR'T WORTH 2O21 �N-CALL PAV�MENT MARKINGS CQNTI2ACT �3 STANDARDCONSTRUCTION SPCCIP[CATION DOCiJMENTS CPN 103740 Revision: 843C1f3i] oo�ano-i GENERAL GDN�ITION 5 Page 50 of 63 Subcontractor, any Supplier, any other mdividual ar entity, ar any surety for, or empinyee or agent of �ny of thern. 13.06 Correction orRerrlovaZ of Defectfve Work A. Promptly after receipt c�f written notice, Contractor shaU correct all defective Wark pursuant to an acceptable schedule, whether or not fabricated, ir�stalleci, or campleted, or, � the V�ork hasbeen rejected by Ci�y, remove it from t13e Project and re��ace rt with Work that is not def�ctive. Contractor shall pay all claims, costs, additional testing, losses, and damages (�cIuding but not limited to all fees and charges Qf engineers, architects, attorneys, and other professionaLs and all court or arbitration or other dispu�e zesolution costs) arising out of or re�ting to such correction or removal (incl�ad'u�g but not limited to all costs of re,pair or replacement of �ork of others). Failure to require the removal ofany defective �Nork shall not constitute acceptance ofsuch Work. B. When correcting defective Work. urider the ter�ns of th�s Paragraph I3.06 or Paragraph 13.�7, Cor�tractor s�rall take no action that would �oxd or atherwise impair City's special warranty and guarantee, if any, on said Work. 13.07 Correction Period A. If within t�vp (2) years after the date of Final Acceptance (or sueh longer period of tima as may be prescribed by the terms of any applical�le special guarantee requi�ed by the Cont�actDocuments), any Work is faund ta be defective, or i� the repair of any damages to the land ar areas made a�vailable for Contractor's use by City or permitted by Laws and Regulat�ans as contemplated in Paragraph 6.1 D.A is #'ound to be defective, Cont�actor shall promptly, without cost to Ciry and in accordance with City's written instructions: 1. repair such de�ective land or areas; or 2. correct such defective Work; or 3. � the defective Work has been re�ected by Ciry, remove it from the Praject and replace it with Work that is not defeetive, and 4. satisfactorily eorrect or repair or remove and repl�.ce any darnage to oth�r Work, to the work of others or other l�nd or areas resulting therefrom. B. If Contractor does not pramptly comply w'rtih the terms of City's written insiructions, or in an emergency where delay wvould cause serious risk of lass or damage, Ciry may ha�e the defective Wark corrected or repaired ar may have the rejected Work rem�ved and replaced. All elaims, costs, losses, and damages (including but not limited to ali fees and charges of engineers, archi��ets, attarneys, and other pro%ssiona.ls and a!1 court or other dispute resolution costs} arising out of or reiating to such correction ar repa� ar such remaval and replacement {mcluding but not limited to all costs o� rapai� or replacement of woxk of others) will be paid by Contractor. C1TY OF FORT WORTH 2O21 ON-CALL PAVEMEIVT iuIARKINGS CONTRACT �3 3'I'ANDARDCONSTItUCT10N $PECIFICATIQN DOCIJMENTS CPN 103.740 Revision: 8IL3IJA21 00720Q-1 GEN�RAL CaN01TI0N 5 Page 51 of 63 C. In speeial circuir�stances where a particular item of ec�uipment is placed in continuous servine before Final Acceptance oiall tl�e Work, the carrection period for that i�em may start fio run from an earlier date if sa provided i� the Con�ract Docurnents, D. Where defeetive Work (and damage to otiher Worlc rasUlting th�refra�n) has been corrected ar removed and replaced under this Paragraph 13.07, the carrection period hereunder wiY,h respect ta such Worlc may be requirad to be �xtended for an additional period of one year after the �nd of the initial correctian period. City shall provide 30 days written notice to Contractor should such additional warranty coverage be required. Contractor may dispuie this requirernent by filing a Contract Claim, pursuant to Paragraph 10.06. �. Contractor's obligations under this Paragraph 13.07 are in add�ion to any a.ther obl�gation or warranty. The provisions of this Paragraph 13.07 shall not be construed as a subs�itute for, or a waiver of, the provisions of any applicable statute af lunztation or repose. 13.08 Acceptance ofDefective Work If, instead af requuing correction or removal and r�placement oi defective Work, City prefers to accept it, City may do so. Contractor shall pay all claims, costs, lasses, and damages (including but not lunited to all fees and cha�ges of engine�rs, ar�hil-ects, attorneys, and other professjonals and aI2 caurt or other dispute resolutian costs) attributable to City's evaluation ofand deteri�ination to accept s�ach defective Work and foc the d'uninished �alUe of the Warlc ta the eXtent not otherwise paid by Con�ractor. If any such acceptance occurs prior to Final Acceptance, a Change Order will be i�sued incorporating the necessary re�isions ir� the Contract Documents vvith respect to the Work, and City sf�a11 be entitled to an appropriate decrea5e in the Contraet Priee, reflectin�g the diminished value of Work so accepted. 13.09 City May Carrect Defective Work A. If Coniractor fails within a reasonable tinne after written notice from City to correct defecfive Work, or to remove and replace rejected Work as required by City in accordance with Paragraph I3.fl6.A, or �f Cantractoz• faids io perform th� W�rk in accorda.nce with t�e Cont�ract Documents, or iF Cantractor fails to comply wiih any other provision of the Cantraci Documents, City may, a$er seven (7) days written notice ta Con�ractor, correet, or rennedy any such de�ciency. B. In exercising the rights and remedies under t�is Paragraph 13.09, Ciiy shall proceed expeditiousIy. In connection with such corrective or remedial action, City may exclude Contrac�or fram a1I or part of the Site, take possession of all or part of the Work and suspend Cont7ractar's s�r�ices related thereto, and incorporate in the Work alI material� and equipment incorporated in the Work, stared ai the Site ar for which City has paid Contractar but which are stored elsewh�re. Cant�ractor sha�l allow Ciiy, City's representatin�es, agents, consultants, employe�s, and City's other contractors, aceess to the Site to ena6le City to exerci�e the rights and rarnedies under this P aragraph. C. All cIauns, costs, losses, aand damages (includin� bui not limi�ed to aIl fees and charges of engineers, architects, attorneys, and oth�r professional� and all court ar other dispute resolution CTI'Y QF FQRT WORTH 2Q21 ON-CALL PAVEMENT I+�fARKINGS C�NTRACT #3 STANDARDCDNSTRI]CTI�H SPEC[FICAT[ON BOCUMENTS CPN [0374D Ftevisian: $7�2021 oo��oo-i GENERAL CONDITION 5 Page 52 of 53 costs) iricurred or sustained l�y Ciry in exerc�sing the rights anci ramedies unc�er this Parag�aph 13.09 will be charged agai�st Coz�tractor, and a Change Order vvilI be �ssued incarporating the necessaryrevisions in the ContractDocuments with respecttothe Wark; andCity shall be entitled to an apprapr�ate decrease in the Conhact Price.. D. Contractor shall not performance of the P aragraph 13. 09. be allowed an extension af the Contraet Time because of any delay in the Work attributable to tk�e exerci�e of Czty's rights and remedi�s under this ARTICLE 14 �- PAYMENTS TO CONTRACTUR AND C4MPL�TION 14.01 �'chedule of Yaiues The Schedule of Values for lump sum contracts established as provided in Paragrapl� 2.07 will serve as the hasis for �rogress payznents and will be uacorparated int� a form of Application for Payme�t acceptable �o City. Progress paymenis on account of Unit Price Wark will be �ased on the number of units campieted. �4.02 Progr�ess Paymen#s A. Applicatr'ons fnr Payments: 1. Cantractor is responsible for providing all information as reyuired to become a vendor af the Ciry. 2. At Ieasi 2fl days before ihe date established it� the General Requirements for each progress paymen�, Contraetor shall submit to City for review an Application for Paymen�filled out and signed by Contractor covering the �ork completed as of t�e date of the App�icatian and accomparued by such supporting docwnentation as is requieed by the Contract Documents. 3. If paymer�t is requested on the basis of materials and equipment not ir�ca�porated in the Work but delivered and suitabiy stor�d at the Site or at anoiher location agreed ta in writing, the App�ication for Payment shalI a�so be accompanied by a bill of sale, invoice, or otl�er documentation warranting tiaa� City has recervedthe materials and equipment free and clear of all Liens and e�ridence that �e materia�s and equipm.ent are cavered by apprapriate insurance o�r other arrangements to protect Ciry's interest therein, alI of which must be satisfactory ta Ciry. 4. Beg�nmg wi�h th� secand Application for Paymen.t, eachApplication shall rncIude an aff"idavit a#' Contractor stating that �revious progress paynnents received on accaunt of the Wark har�e been app�ied on accflunt to discharg� Contractor's legi�imate obligations associatedwith priflr Applicatiotis far Pa�rrient. 5. The amount of retainage with respect to progress payments will be as descnbed in subsectian C. unless atherwisa stipuiated in the Cont�aet Documents. CTTY OF PORT WOIiTH 202 [ O1V-CALL PAVEMENT MARKINGS CONTRACT #3 STANDARDCQNSTRlICT10N 51'EC[FICATION DOCilMEN"['S CPN ID3740 Revisinn: 8r23f1021 0072fl0-1 GENERAL �N�IT161� 5 Pagc 53 of 63 B. Review nfApplications: City will, after receip�: of each Application for Payment, either indicate it� writing a recommendation af paym�nt or return the Application to Coniractox indicating reasons for refusing payment. In the laiter case, Contractor may make the necessaiy corrections and r�submit the Application. 2. City's proc�ssing of any payment requested in an Application for Payment v�rill be based on City's observations of the executed Worlc, and on City's review of the Appl�cation for Payment and the accompanying data and sehedules, that to the best of C.i�ty's knowledge: a. the Worlc has progressed to t�e point indicated; b. the quality of the Worlc is generaliy in accordance with the Contract Document� {subjeci to an evaluation af the Work as a functioning whoIe prior ta or upon Final Acceptance, the resUlts of any subsequant tests callcd for in the Contract Documents, a final determination of quantities and classificatians for Work performed under Paragraph 9.05, and any other quali�cations stated in the recommendationj. 3, Processing any such payrzzent will not thereby be deemed to hava represented that: a. inspections made to eheck ihe quality or the quantiry of the Wark as it has been perfornr�ed have been exhaustive, extended to e�+�iy aspect of the Work in progress, or in�olved detailed inspections of the Work beyond the responsibilifies speci�£icaliy assigned to City in the Contract Docum�nts; or b. there may not be ather matters o�• issues between the parties that rnight entitle Coniractor to be paid add�;ionally by Crt.y o� entrtIe City to withhold payment to Contractor; or c. Contractor has complied wi�h Laws and Regulations applicable to Con�ractar's pe�forn:�ance of the Wark. 4. Ciry may refuse to procass the �hoIe or any part of any }aayment because of suhsequently discovered evidenc� or the results af subsequent i�spections or tests, and revisa or revoice any such payment previously rnade, to such exteni as may be necessary to protect City �rom loss because: a. . the Work is defective or completed Work has been darr�aged by the Coniractor or subcontractnrs rec�uiring eorrection or replacement; b. discr�pancies in q�anti�ies contained in. previous applicatians for paym�nt, c. the Contract Price has been re.duced by Change Order�; d. City has been x•equired to correct defective Work or compleie Work in accordance witla Paragraph 13.09; or C1TY qF FORT WORTI-I 2621 ON-CALL PAVEMENT MAIiICTNG5 CONTRACT #3 STANDARDCONSTRIICTION SPECIFICATION D�CLJMBIQTS Itevision: 8/L3f�l CPN tQ3740 oa �z oo - i GENERALCONQITIONS Page 54 of 63 e. City has actual 1�awledge of tl�e occ�rrenca nf any of the events en�merated i�n Paragraph 15.02.A. C. Retainage: l. For cantracts less than $400,a00 at the time of exeeutian, retainage shaIl be ten percent ( I O%}. 2. Far contracts greater �han $400,000 at the time of execution, retainage shall be five percent {$%). D. .�iquidated Damages. For each calendar day that any work shail remain uncompleted after the time specifed in the Contract Documents, the sum per day speci�ed in the Agreement wii� be assessed against the monies due the Contractor, not as a penalry, but as damages suffered by the City. E. Payment.� Contractor will be paid pursuant to the requi�ements o� this Articl� 14 and payment will become dua in accordance with the Contract Doeuments. �'. Reduction in Payrtzent: I. City may refuse to maka pa�ment of the amount requested because: a. Lians have been filed 'm connection. with the Wark, e�ceptwhere Con�ractorhas delivered a specif'ic bond satisfactory to City to secure the satisfactian and discharge af such Lie�s; b. there are other items entitling Cil.y to a set-off against the amount recommended; or c, City has actual knowledge af the occurrence of any of the events enumerated iri Paragraphs I4.02.B.4.a through 14.02.B.4.e or �'aragraph I5.02.A. 2. If Ciry refuses to nnake payment of the amouni requested, Ci�y will give Coniractor wril#en notice stating the reasons for such action anci pay Contractor any amount remaining after deductian o� the amount so withheld. Ciry shall pay Contractor the amount so witI�held, or any adjustment therefio agreed to by City anc� Contractor, when Contractor remedies the reasor� far such act�or�. 14.03 Cont�-aetar's Warranty of Title Contractar warrants and guara�tees that ti�le to all �Vork, materials, and equipment covered by any Application for Payrr�ent, whether �corporated in the Project or not, will pass ta Cit� no la#er than the time of payment free and clear of all Liens. CITY OF FORT WaiL"FH 2O21 ON-CALL PAVEMEN'T 1VIARKII+IGS CONTAACT t€3 STANDARACONSTRACTION SPECIFICATIO�T DpClIMENTS CPN id3740 Revision; 8232021 ofl7zoa-i GEN�RALCOIVDITIONS Page 55 of b3 14.04 Partial Utiliaatiorr A. Prior to Final Acceptance of all the Work, City may use ar• occupy any parl of the Work which has specifically been identified in the Contract Documenls, or which City determines canstitu�es a separately functioning and usable part of the Work that can be used for its intended piupose without signi�cailt interference with Contractor's performance af the remainder o� the Work. City at an� time may notif� Contractor in writing to permit City to use or occupy any sueh part of the Work which City determines to b� ready for its intended use, subject to tne foIlovving candi�ions: 1. Cantractor a# any time may noticFy City in writing that Contractor considers any such part o� the Wark ready for rts intended use. 2. Within a reasonable time after notification as enumerated 'm Paragraph 14.OS.A.1, City and Contractar shall make an inspection of that part of the Work to determine its sta�us of completion. If City does not ear�sider that part of t�e Work to be substantially eompleie, City wi� not�'y Contractor �n writ�ng giving the reasons therefor. 3. �'a�etialUtilization will not constitute F�al Acceptance by City. 14.05 Finallnspection A. Upon vvriiten notiice from Contractor that the entire Work is Substantially Complete in accordance witI� the Contract Documents: I, Wik�in 1� days, Crty will schedule a Final Inspection with Con�racfor. 2. City wiIl noti.fy Contracior in writing of all particulars in which this inspection re�eals thafi the Work is incompIate or def�ctive ("Punch List Items"). Contractor shall innmediately take such measures as ar� n�cessary to complete such Work or remedy such deficiencies. B. No time cha.rge will be made against the Contraator between said ciaie of natif"ication to the City of Substantial Completian and the date of Fir�al Inspection. 1. Should the City determine that the Work is not ready �or Final Inspection, City will notify the Contractor in writing of the reasans and Cont�•act Time will resume. 2. ShoU1d the City concur that Substantiai Completion has bee�1 achi�ved with the exception of any Punch List Items, Contract Tune wiJl resuar�.e for the duration it takes for Con�ractar to ach.ieve Final Accepta.nce. 1�-.06 FinalAccept�nce Upon completion by Contractor to City's satisfaction, of any additional VL�ork iclentified in the Final Inspection, Ciry will issue to Contractor a Ietter of Final Accep�ance. C17'YOF' FORT WbRTH 2O21 ON-CALL PAVCIvICI�T MARKINGS CONTRACT #3 STANDARI]CON3TltUCTION SPECIF[CATION DOCLIMENTS CPN CD374a Revision; 8(13/Z021 oa�2no-i GENERAL CONaITIQN S Page 56 of 63 I4.07 Final Payn�nt A. ApplacationforPr�yment: 1. Upon Final Acceptanca, and in the opinion of City, Contractorr naay make an application for fmal payment fo1]awing the procedure for pxogress payments in accordance with the Contract Documen�s. 2. The final Application for Payrn�nt shall be accompanied {except as previous�y delivered) by: a. all documentation called for in the Confract Documents, including but not l�ted to the evidence of insurance required by Paragraph 5,03; b. consent of the surety, �' any, to �'inal payment; c. a list of all pend'mg or released Darnage Claims against City that Contractor believes are unsettled; and d. affidavits af payments and camp�ete and legally effect�ve releases or r�+aiver� (satisfactory to Czty) of all Lien right� arising out of or Liens fli ed in connection with the Work. B. PaymentBecomes Due: 1. After City's acceptance af the Applicatinn far Payment and accarrapanyirig documentation, r�quested by Contractor, �ess previous payrnents made and any suzn City is entitled, including but not limited to liquidat�d damages, wi�l become due and payable. 2. After alI Dannage Cla�ns have been resalved: a. directSy by the Contractor or; b. Contractor provides evidence that the Darnage C�im has been reported to Contractor's insurance pravider for resolution. 3. The making of the fu�al payment by the City shall not relie�e the Cantractor oi any gUarantees or other requirements of the Cantract Doeuments which spec�f'ically contmue therea�ter. 14.08 FinalCom1nletionDelay�datu�PartialRetaanageRedease A. If final completian of tlze Work �s significantly del�yed, and if City so conf'u7ns, City may, upan receipt o�Canfiractor's frnal Application far Paym.ent, and withaut terminat�ng the Con�ract,make paytnent of the balance due for that portion of the Work fully completed and acc�pted. If the remaining balance to be held by City for Work not fully completed or corrected is �ess than the retainage stipulated in Paragraph 14.02.C, and if bonds have been furnished as required in �aragraph 5.02, the writ�en consent of the surety to the payment of the balance due for that C1TY dF FORT WQIZTFT 2021 ON-CALL PttVEMENT 1VIARI{1NG5 COAfTRACT #3 STANDARDCONSTRUCTION SPECIFICATION 170CUME1V7'3 CP3V 103'740 Revision: 8�1313D21 oo��oo-i GENERALCOiJDITIONS Page 57 of 63 portion of the Wark fully completed and accepted shall be subtnitked by Contractor to City �nrith #he Application for such payment. Such payment shall be m.ade under the term5 and conditinns governing fieial pa�ment, except that i� shall not con�stitute a waiver of Contract CIaims. B. Partial RetainageRelease, For a Contract that provides for a separate vegetative establishzx�ent and mainter►ance, and test and performance perinds following the completion of alI other construction in ihe Contraet Documents for all Work locations, the City n�ay release a portion of the amount retained provided that all other worlc is c�mpleted as deterrnined by i:he City. Before the release, all submittals and final quanti�ies rnust be completed and accepted for all other work. An amount sufficient to ensure Cantract campliance will he retained. 14, 09 Waiver of Claitns The acceptance offinal payrnent will constitute a release afthe City from all claims or liabilities under the Contract for anything done or furnished or relating to the work under the Contract Documents or any act or neglect of City related to or connected wrth the Conlract. ARTICLE 15 — SU�PENSION OF WORI� AND TERMINATIQN 15.01 City May Suspend Work A. At any time and without cause, City may suspend the Work or ar�y portion thereof by written noiice to Cantractor and whicI� may f� the date on which Work wiIl be resumed. Contractor shall resume the Work on the date so f�ed. During temporary suspension of the Vi�orlc covered by these Contrac� Document�, for any reason, the City vvill make no e�tra payrnent far stand-by time of constructian equipment and/ar const�•uction crews. B. Should the Con�ractor not be able to complete a portion of the Praject due to causes beyond the control of and withaut the fault or negIigence of the Cont�actor, and should i� be determined by mutual consent of tha Contrac�or and Ciry that a soiution to a12ow constructior� fo proceed is noi available vvithin a reasanable period of time, Con,tractor may request an eactension in Contract Tim�, dir�ctly attributabl� ta any such suspension. C. If i� should become necessary ta suspend the Work for an indefni�e period, the Contractor shall sfiore all materials in such a manner that they will not obstr�c� or impede the public unnecessarily nor became damaged in any r�vay, and he shall �ake e�ery precaution to prevent damage or deteriaration of the wark performed; he shall pravide suitable drainage about the work, and erect temporary structures �vhere necessary. D. Contractor rnay be reimbursed far the cost af rnoving his equipment off the �ob and returrain.g the necesaary equipment to the job whan i� is d�termined by the City that canstruction nr�ay be resutt�ed. Such reimbursement shall be based on �.ctual cast to tl�e Cantractor of movin� the equiprrtent and no pro�'�t wiIl be allowed. Reimbursement may not be allowed if the equipment is znoved to ano�er constructian �roject for the City. CITY OP' FOEtT WORTH 2O21 QN-CALL PAVEMENT IvIARKINGS CONTIiAGT #3 STANDARDCONSTRilCT1DN SP�CIFICAT1flN DOCCI�rI�:N7`S Revision: &2�1 CPN 103740 007200-1 G�NEF�ALCON�ITIDN S Page 58 of 63 1 S.p2 City M�y Terrreinate foN Cause A. The oceurrence of any one ar more of the follov�'ing events by way of exa�ple, but not of limitatio n, may justify termination for cause: 1. Contractor's persistent failure to perform tlie 'W oxk i� accordance vvitIi t�e Conh act Documents {includ�g, but not limi�eci to, failure to supply sufficient skilled vwaricers or sujtable materials ar equipm.ent, failure to adhere to the Project Schedule established under Paragraph 2.07 as adjusted from turie to time pursuant ta Paragraph 6.Q4, or failure to adhere to the City's Busin�ss Div�rsity Enterprise Ordinance #20020-12-2011established under Paragraph 6.06.D}; 2. Contractor's disxegard of Laws or Regulations of any public body having jurisdictian; 3. CQntractar's repeated ciisregard of the authority of Ci�y, or 4. Contractor's vioIation in any substantial way of any provisians of the Contract Documents; or 5. Contractor's failure to promptly make good any defect in rnaterials or �orlcmanship, ar defects of any nature, the correction of which has been directed in writing by tl�e City; or 6. Substantial indication that the Contractor has made an unauthor�zed assignment af the Cantract or any funds due therefirorra for the benefrt of any crediior or far any other purpose; pT 7. Substantial evidence that the Contrantor has become insolvent or banl�upt, ar otherwise frnancia.11y unable to carcy on the Work satisfactorily; or 8. Cantractor cammences legal action in a court of eacnpetent jurisdiction again�t tne City. B. �f one or more of the events identified in Paragraph 15.02A. occur, City will provide written nntice tn Contractor and Surety to arrat�ge a con�erence with Contractor and Surety to address Contractor's failure to perfarm ihe Work. Co�ference shall be held not later than 15 days, after receipt o� notice. 1. If the City, the Contractar, and the Surety do no� agree to allow the Contractar ta proceed to perform the consttuciion Contxact, t�►e City may, to the extent permi�ted by Laws and Regulations, deolarE a Contractar default and �ormallp terininate th� Contractor's ri�t to complete the Con�ract. Contractor default shall not l�: declared earizer than 2p days after the Contractor and Surety have received notice of conference to address Contractar's failure to perform the Work. 2. If Contxactor's services are terminated, Surety s1na11 be abligated to take over and perform the Work. If Surety does not commence performance thereof within 15 consecutive calendar days after date of an addztionai writ#en notic� dernanding Surety's performance of its CITY OF FORT WORTH 2O21 ON-CALI. PAVEMEIV'I' MARKING5 COIVTRACT' #3 STAiNI]ARDC�NSTRilCTION SPECIPICAT[O1� DOCUML�1'PS CPN 103740 Revision: 8rL3/IA2I 007200-] GENERALCQNnITIQN& Page 59 of 63 obligatian�, then City, without process or action at law, may tal�e o�er any portion of the Work and camplete �t as desaribed below. a. If City completes the Worlc, Ciiy may e�clude Cantractor and Surety frorn the sita and talce possessian af the Worlc, and all materaals and equipment incorporat�d inio the Worlc stored ai the Site ar far whick► City Y�as paid Contractor or �urety but which are stax•ed elsewhere, and finish the Wark as City may de�m �xpedient. W�etller Ci�y or Surety eornpletes the Wor�C, Contraetar sha11 not be entitled to receive any further payrnent until the Work is finished. If the unpaid balance of the Contract Price exc�ecls aLl claims, costs, losses and damages sustained by Czty arising out of or res�aiting irom coinpleting the WorIc, such excess will be paid to Contractor. Ifsuch claims, costs, losses and damages exceeds�ch unpaid bala�ce, Contractor shall pay the diff�rence to Ciry. S�ch claims, costs, �osses and damages incurred by City wiU be incorporated in a Change Order, pravidad that when exercising any rights or remedies under this Paragrapll, City shall not be required to abtain. the lowest price for the Work perFormed. 4. Neither City, nor any of its respective consultants, agents, officers, directors or emplayees shall be in any way �able ar accountable to Coniractor or Surety for the inethad by which the cainpletion of the said Work, or any portion ther�of, may be accomplished or for the price paid there�or. 5. Ciry, nottiviihstanding the method used in campletirxg the Contract, shall not forFei� the right to recover tlamages from Contractor or Surety far Contractor's failure to tunely camplete the entire Contract. Contractor shall nat be entitled to any claim on accaunt of fihe methad used by Ciry in coinpleting the Contract. 6. Maintenance of the Work shall eantinue to be Contractor's a.nd Surety's z•esponsibilities as provided for iri the bond requirements of the Contracf Doc�ments ar any special guararitees provided for under the Gontract Dacuments ar any other obligations otherwise prescribed by lar�v. C. Notr�vithstandmg Paragraphs 15,02.B, Contractor's services vviII not be termmated if Con�cactar begins wrthin seven days of receipt of notice of inient fo ierminate to correet its fa�lure to perform and �roceeds di�gently to cure such failure withitt no more than 30 days o£ receipt of said notice. D. Where Contractor's services have been so terminated by City, th.e termination vvill not af��ct any rights or remedies of City against Conlractar then existing ar which may thereafter acerue. Any retention or payment af moneys due Con�ractor by Ciry wi�l not release Cnntract�r from lia,biliry. E. If and ta the extent that Contractor has provided a per�orrnance bond undex the provisions of Paragraph 5,02, the tet7nination procedur�s of that bond shall nat supersede the provisions of this Article. CITY bF FqRT WpRTH 2fl21 ON-CALL PAVEMEIVT MARKINGS CONTR4CT #3 5TAIVDARDCONSTRUCTIQN SPECiFICAT[ON DOCU11�fENTS CPN ]037�40 Revisinn: Sr131102] oo�zoo-i GENERAL CONQITION S Page GO of 63 15.03 City 1V.�ay Terrrlinate For Co�avenience A. City may, without cause a�d without prejudice to any ol:her righi rnr rernedy of City, terminate the Contract. Any termination sha.11 be effect�d by maiiing a no�ice of the termination to the Coniractor specifying the e�ent to which performance of Work under the coniract is terminated, and the date upon which such termmation becomes effective. Receipt af the notice shall be daemed conclusively presume.d a�d established whenthe lett�r is placed in the United StatesPos�,l5ervice Mail b�r the City. Further, it shall be dee�ned conclusively pr�sumed and established that such termination is made wii� just cause as therein stated; and no proof in any cl�im, demand or suit shall be required of the City regarding such discretionary action. B. After receipt of a notice oi tezmination, and except as otherwise directed by the City, th� Cantractor shall: 1. �top work under the Contract on the date and to ihe extent specified in the natice of termulation; 2. place no further orders or subcontracis for materials, sarvices or facilities except as may be necessary for cnmpletion of such portion ofthe Wark under the Contract as is not terminated; 3. terminate all orders and subcontracts to the extent that they relate to the performance of the Work t�rmina.ted by notiee of terinination; A, transfer t�le ta the City anc� deINer i�n the manner, at the times, and to the extent, if any,. d�rected by the Ci�ty: a. the fabricated or unfabricated parts, Work in progress, completed Work, supplies and other materia! produced as a part of, or acquired in conneotion with ihe performance of, the Wark terminated by tha notice of the fe�•naination; and b. the cornpleted, or pariially cornpleted plans, drawin�s, infarrnation and other properiy which, �f the Contract had been completed, would have been required to be furn�shed to the City. 5. comp�ete perfarmance of sueh Work as shall not have been teirninated by the notice af termination; and 6. take such action as rrmay be necessary, or as the City may direct, for the protectian and preservation of the property rela.ted to its contract wh'rch is in the possession of the Contractor and ir� whieh the o�rner I�as or may acquire th.e rest. G At a time not later t:�at� 30 days after the ternvnat'ron data specified in the natice af termination, the Canixactormay submit io the Ciry a list, certified as to quantity and quality, of any or all items of termination inventory no� pr�viously disposed of, exclusive of items the disposition of whic h has been directed or autharized by City. CI7'Y OF FORT WORTH 2Q21 ON-C.�LI. YAVEMENT MARKINGS C�NTRACT #3 STANDARDCONSTRUCTION SPECIPICAI'30N DOCUMENTS CPN 103740 Revision: �113I1L1Z1 ao�zoa-i GENERALCQNDITI4NS Page 61 of 63 D. Nvt ]ater than 15 days th�r�after, the City shall accept title to such i�ems provided, that the list submit�ed shall be subject to �erif"ication by the City upon removal oithe iterns ar, if the items are stored, within 45 days from the date of subrnission of the list, and any necessary acljustrr�ents io correct the list as subraztted, shall be made prior to finaf setllement. E. Not later than 60 days after the notice o� termination, fhe Contractor shall submi� his t�r�nination claim to the City in the form and wi�h ihe certif'zcation prescribed by tha City. Unless an extension is made in writing within such 60 day period by tne Contractor, and gz�anted b}� the City, any and all such claims shall be canclusi�ely deemed waived. F. In s�ich case, Contractor shall be paid for (witliout dupIication of a�ay iterns): 1. completed and accepiable Work ex�cut�d in accordance with fhe Cantract Docurn�nts prior �a the effeciive date of termination, �clud�g fair and reasonab� sums far overhead and profit on sUch Wor1�; 2. expanses sustained prior ta the effective date of termina�ion in per�ozming setvices and furnishing Iabor, materials, or equipment as required by the Cont�•act Documents in conn�ction wrth uncompleted Wark, plus fair and reasonable sutns for o�erhead and profit on such expenses; and 3. reasonable expenses dir�ctly attributable to termu�ation. G. In the event of th� failure of the Contractor and City to a�ree Upon the whale amount to be paid to the Contractor 6y reasonofthe termmation ofthe Work, the City shall determine, an the basis of information a�ailable to it, the amount, if any, due to #�e Contractor by reason af the termination and shall pay to the Contractar the amounts determ�ed. Cantractor shall not be paid on aceount a£ lass of anticipated prafrts or revenue or other economic loss arising out of or resulting fionn such termination. ARTZCLE 16 -- DISPUTE RESOLUTION 16.Q1 Methods and Procedures A. Erther Ciry or Cantraciar znay request mediation of any Cantract Claim submitted far a decision under Paragiraph I0.06 before such decision becames final and binding. The request %r media.tion shall be subm�tted to the other party to the Contract. Timely submission of the request shall stay the effect af Paragraph I0.06.E. B. City and Contractor shall participate in the mediation process in good faith.. The process shall l�e commenced within 6� days of filing of the request. C. If the Contxact Claim is noi resolved by media.tiQn, Ciry's action under Paragraph 10.06.� or a denial pursuant to Paragraph� 10.06.C.3 or 10.Q6.D shaIl become fmal and binding 30 days after terrriination of the medi�tion unless, within tlaat time period, City or Contractor: CITY QF PORT WORTH 2O21 ON-CALL PAVL'NIGNT MARKINGS CONTIZACT #3 STAIVDARDCONSTRUCTION 5PECIFICATIk3N DflCUMBNTS 12evisian: $IL3f1021 CPN 103740 oo�2ao-i GENERALCONDITION S Page 62 af G3 1. elects in writing to involce any other dispute resalution process provided for in the Supplementary Condiiians; o�• 2. agrees with the other party to submi� the Coni�act Claim to another clispute resolution pracess;or 3. git�es written nofiice to the other �arty of the intent to submit the C�ntract Clairn t� a court of competent jurisdiction. ARTICLE l. i — MISCELLANEOUS 17.01 GivingNotice A. Whenever any provision of the Confiract Documents requires the giving of writt�n notice, it will be deerned to have been validly gi�en if: 1. delivered 'ui person to the individual ar to a merr�ber af the ium or to an off'ic�r of the corparation far whorn it is intended; bT' 2, delivered at or sent [�y registered or �ertified mail, postage prepaid, to the last business address lrnown to the giver of the notice. B. Business address changes must be promp�ly made in writmg tg the other party. C. Whenever the Cantract Documents spec�ies givirig notic� by alectronic zneans such electronic notice shall be deem�d suf'ficieni upon confrrnation af receipt by the receiving party. 17.02 Comp�tation ofTimes When any p�riod of time is referred to in the Contract Dacuments by days, it will be computed tn exclude the f�rst and include the last day oi such periad. If the last ciay of any s�ch period falls an a Saturday or Sun�ay or on a day rr�ade a legal holiday the next Worldug Day sha11 become the last day af th� period. 17.03 Cumulative Rernedies The duties and obligations im�osed by these General Conditzons a.nd the rights and remedies available hereuncler to the �aarties hereto are in addi�ion ta, and are not to be constz�ued in any way as a Iirnitation of, any rights and remedies avaiilable to any or all of them which are otherwise imposed ar available by Laws ar Regulations, by special warranty or guarantee, or by other provisions of the Contract Documents. The provisions oi this Paragraph will be as effective as � repeated specif'ically in #he Con�ract Documents in connect'ron wiEh each particular duty, obligation, right, and remedy to which theY aPP�'• CITY OF FDRT WORTH 2Q21 ON-CALL PAVEMENT MAI�KINGS CONTRACT #3 STANpARACOWSTRUCTION SPCClrICAT10N DOCUIvi�NTS CPI� 1fl3740 Aevisian: 823/1021 oo�zoa-i C7�IV�RAL COND ITION S Page b3 of 63 17.04 Survival of 4bligations All representations, indemnifications, �varranties, and g�ararztees made in, required by, or gi�ren in aecordance with the Contract Docurnents, as well as aI� contmuing obligations indicated in, the Contract DocUments, will sur�ive final paynnent, corr�pletion, and acceptance of the WoxI� oa� termination or campletion of tk�e Contract or termination of ihe services of Cont�actor. 17.05 Headings Ai-�icle and paragraph headings are inserte.d for convenience only and do not constitute pat�s of these General Conditions, C1TY OF FORT WQRTH 2O21 ON-CALL I'AV�MCAIT MARKING5 CONTRACT #3 STANDAADCQNSTRUCT[pN SPEC[FICATION DOCiIMEI�'T5 CPN ]a374D Revi sian: 8�I3J2021 UO 73 4D 5[1PPLEMENTARY CONDI`TIONS Page 1 of 5 SECT�ON OQ 73 00 SUP�'L�MENTARY CONDITIONS TO GBNERAL CONDITIONS Supplementary C+onditions These Supplementaiy Conditions madify and suppiement Section 00 72 00 - General Conditions, and othar provisions of the Contract Docurnents as rndicated below. All provisior�s of the General Conditions tt�at are modified or sup.plemented remain in full force and effect as so modified or supplemented. All provisions of the General Conditions whieh are not so modified or supplemanted ramain in full force and effect. De�ned Terms The terms used in these Supplementary Conditions which ara defined in the General Conditzons have the meaning assigned tcs them in the General Conditions, unless specifically nnted herein. Modi�'xcatians and Supplements The following are instructions that niodify or supplement specific paragraphs in the General Canditions and bther Cflntract Documents. SC-3.035.2, "Resofving piscrepancies" Plans govern over �peci�ications. SG4.O,tA Easement limits shown on the Drawing are approximate and were provided to esfablish a basis for bidding. Upon recei�ing the f naI easem�nts descriptions, Coniractor shal I cosripare thern to the lines shown on the Contract Drawings. �C-4.01A.1., "Availabr'lity of Lands" The follawing is a List of lsnown outstanding right-of-way, and/or easements to be acquired, if an� as of 7anuary 25, 2022: Outstanding Right-Of-Way, and/or Easernents to Be Acquired PARCEL OWN�R 'i'ARGET DATE NUMSEA O�' POSSESSION None The Contractor understands and agrees that tl�e dates listed above are estimates only, are not guaranteed, and do not bind th0 City. If Contractor considers the final easements pro�zded to differ materially from the representativns on the Contract Drawings, Gontractar shall within five (5) Business Days and before proceeding with the Work, notify Cit}+ in writing associated with the differing easement line lncations. CITY OF FORT W�RTH 2U21 UN-CALL PAVEME�IT MARICINGS CQN'['RA�T #3 STANDARD CONSTRLTCTION SPECIF9CATIQiV DpCUMENTS CPN ]03740 Revised March 9, 2020 OQ 73 00 SUPPLEN�NTARY CONDITIpNS Page 2 of S SC-4.01A.2, `°Availability of Lands" Utilities or abstructions to k�e �•emoved, adjusted, �ndlor relncated The following is list of utiliiies and/or olastructions that have not bean remo�ed, adjusted, andlor relocated as ofJanuary 25, 2022. ' EXPECTED UT1Li7"Y AND I.,OCATION OWNER None TARGET DATE OF AD7USTM�NT The Cont�•actor understands and agrees that the dates listed above a�•e estimafies only, ara not guaranteed, and do not 6ind the City. SG4.02.r�., "Su�surface and Physical Condit'rons" The foIlowing a��e repvi�ts of explorations and tests of subsurface condi�ions at the site of the Wnr[c: None SC-4.06A., "Hazardous Environmental Conditions at Site" 'I'he fallowing are reports and drawings af existing hazardous environrr�ental conditions l�nown to the City; None SC-5,03A., "Certiiicates of Insurance" The entities listed below are "additional 9nsureds as their interest may appear" including their respective officers, direetars, agents and employees. (1) City (2} Consultant: none (3) Other: none SC-5A4A., "Contractar's Insur�nce" The limits af liahility for the insurance required by Paragraph GC-S.Q4 shall pror�ide the following co�erages for not less than the follnwing arnounts or greatar wh�re required by laws and regulations: 5.04A. Workers' Compensation, under Paragraph GC-5.04A. 5tatutor3� limits Employex's liabiliiy $100,000 each accidentPoecurrence $100,600 Disease - each employee $SQO,QOD Disease - policy limit SC-SA4B., "Contractor's lnsurance" S.04B. Commercial General Liahi[ity, under Paragraph GC-5.04B. Contractor's Liability �nsuranae under Paragraph GG5.a4B., which shall be on a per project basis cqvering t�►e Contractor with minimum Iimits af; $1,OOU;000 each occurrence $2,004,000 aggregate limit CITY OF FORT �IORTH 2621 O1V-CALL PAVEMENT MARKINGS CONTRACT #3 5T.1NDAltp CONS7RUCTIQN SPCCIFICATION DOCUMSNTS CPN 103740 Revised March 9, 202d 00 73 00 SUPPL�MGNTARY CONDI'1'IONS Pa�;e 3 of 5 The policy must have an endorsemant (Amendment — Aggregate Limits of Insurance) making the General Aggregate Limits appiy separately to eaoh jab site. Tlae Catnmercial General LiabiIity Insurance poIicies shall provide "X", "C", and "U" coverage's. Verification of such coverage m�st bs shown in the Remarks Article of the Certificate of Insurance. SC 5.04C., "Contractor's Insurance" 5.04C. Automobile Liability, under Paragraph GC-5.04C. Gontractor's Liability lnsurance under Paragraph GC-5.�4C., whieh shall be in an amonnt not less than the following amounts: (1) Automobile Liability - a cammercial business policy shall proVide coverage on "Any Auta", defined as autos owned, hired and non-owned. $1,�00,004 eaah accident Qn a combined single limit basis. SpIit lirziits are accepta6le if limits are at least: $250,000 Bodily Injury per parsan 1 $SQO,OQQ Bodily Injury p�r ac�ident / $10�,004 Pro�erty Damage SC-5.04D., "Coniractar's Insurance" The Cantractar's canstruction activities will requir� its employeas, agents, su6confracfiors, equipment, and material deliveri.es to cross railroad properties and tracks: None. The Contraetor shall conduct its operations on railroad pa•operties in such a manner as not ta interfer� with, hinder, or obstruct the railraad company in any manner whatsoe�er in the use ar operation of itsltheir trains or other property. Such operations on railroad properties may reqUire that Contractor to execute a"Right of Entry Agreament" with the particalar railroad company or coinpanies involved, and to this end the Cantractor should satisfy itself as to the requirements af eaeh eailroad company and be prepared to execute the righi-o%entry (ii any) required by a railroad company. The requirements specified herein likawise relate ta the Contractar's use of privat� and/or construetion access roads crossing said railraad cornpany's properties. The Contrachaal Liability coverage rec�uired by Paragraph 5.04D of the General Condiiions shalI provide coverage for not less than the following amounts, issued by campanies satisfactory to the City and to the Railroad Company for a term #hat continues for so long as the Contractor's operations and wark cross, occupy, or toueh ra�lroad properiy: (1) General Aggregate: (2) Each Occurrence: Required fnr this Cantract $Canfirm Limits with Railroad $Confirm Limrts with Railroad X Not required for this Contract With respect to the above nutlined insuxance requirements, the follawing sha[1 govern: 1. Where a single railraad campany is invalved, the Contractor si�all provide one insurance policy in tl�e name of the railroad company. However, if more than ane grade separation or at-grade erossing is affected by the Project at entirely separate lacations on the Line or [ines of the same railroad cornpany, separate coverage may be required, each in the amount stated abave. CIT"Y OF Ffl1tT WORTFi 2021 ON-CALL PAVEMEIVT NEARK.aVGS CONTKACT �!3 5TAhfDARD CONSTRUCTION SPECII`1CATIQN DOCiIMEAf'I'S CPN 103746 Revised March 9, 2424 OD7300 SUPPLEMENTAItY CpNr7ITIQNS Paga4of5 2. Where more than one railraad company is operating on the satne right-a£ way ot• where several railroad companies are in�olved and operated on their own separate rights-of-way, the Gontractor may be required to provide separate [nsurance policies in the nan�e of each railroad company. 3. Tf, in addition to a grade separatian ar an at-grade crossing, other wnrk or activity is proposed on a railroad company's right-of-way at a location entirely s�parat� from the grade separation or at- grade crossing, insurance coverage fox this work rr�ust be included in the policy cavering the grade separation. 4. If na grade separation is iinvalved but other work is proposed on a railroad company's right-of way, all such other work may be co�ered in a single policy far that railraad, even thQugh the work may be at two or more separate locations. No wnrlc ar activiries on a railroad company's prnperty to be parfo►•med by the Contractor shall be commenced until thE Contractar has furnished the City with an ariginal pnlicy or policaes af the insurance for each railroad company named, as required abor�e. �i[1 such insurance must be approved 6y the City and each af%cted Railroad Campany prior ta the Contractor's beginning wark. 'I'he insurance specified abo�+e must be carried until alI Work to be performed on the railroad right-of-way has been completed and the g�•ade crossing, if any, is no [onger used by the Contractor. In addition, insurance must be carried during a11 maintenanc.e and/or repau wortc performed in the railraad rigk�t-of way. Such insurance must name the railroad campany as the insUred, tagether with any tenant or lessee af the railroad company operating over t�•acks involved in the Project. SC-6.Q4., "P�•ojectScheduIe" Project schedule sha[1 be tier 2 for the praject. SC-6.47., "Wage Rates" 'I'he following is the prevailing wage rate table(s} applicable to this project and is pravided in the Rppendixas: 2D 13 PREVATLING WAG� RA'i'ES {Heavy and Highway C�nstructian Projects} 2013 PREVAILING WAGE RATES (Coinmercial Construction Projects) �!, copy of f.he table is also available by accessing the City's website at� https:l/apps.f� rtworthtexas, gov/Pro i eciResou rces/ You ean aceess the file 6y following the directary paih: 02-Construction Doeuments/Spacificaiions/DivO� — Generai Conditions 5C-6.Q9., "Permits and Utilities" SC-6.49A., °°Contractor obtaine.d permits and Iicenses" The following are known permits and/or licenses required by the Contract t� be acquired by the Contraetor: None SC-6.09B. "City obtained permits and licenses" The following are lcnawn permits and/or licenses required by the Contract to be aequired by the City: None CITY OF FQRT W�RTH 2O21 OiV-CraLL PAV�MENT MARKINGS CONTRACT #3 STANDAFtD C�NS'�RUCTION SPECIFICATION DOCUMENTS CPN 103740 Revised March 9, 2Q20 �0 73 00 3UPPLEMENTARY CDNDITIONS Page 5 of 5 SG6.09C. °iOutstanding permits and licenses" The following is a list oiKnown outstanding permits andlar licenses to be acquired, if any as of January 25, zaza: Onfstanding Pe�'mits and/ar Licenses to Be Acqnired OWNER P�RM�T ORLICENSB AND LOCATION None �C-7.02., "COOrdinAtlOn" TARGET DATE OF POSSE�SION The individuals or entities listed below ha�e contraets with the City for the performance of other work at the Site: Vendor Sco e of Worlc Coaa•dination Authorit Nane SC-9.01., "Cit�y's Project Manager" The City's Project Manager for this Contract is Quenell Jvhnson,. P.E., �r his/her successor pursuant to written noti�cafion frnm the Director of Transportatio� and Public Works. SG13.03C., "Tests and Inspectians" None SGl6.O1C.X, "Methods and Procedures" Nane END O�+ SECTION Revision l,og DATE NAM� SUMMARY OF CHANGE 1/22/2016 �. Gri�n $C-9.01., "Ciiy's Preject Representative" wording changed to City's Project Manager. 319/2Q20 D.V. Magaria �G"6.07, Updated the link such that files can be accessed via the City's website. CITY pF FORT WpRTH 2O21 UN-CAI.L PAVEM�N'1' MA.R_KINCrS CC3NTRACT#3 STANDARD CONSTRUCTION SPECIFICATION DpCU[v�NTS CPN 103740 Revised 1Narch 9, 2Q20 o���ao-� SUNIMARY OP WORK Page 1 of 3 SECTION Ol 11 00 Si.JMMARY O�' WORK PART1- G�NERAL 1.1 SUMMARY A. Section Includes: 1. Summary of Work to be performed i.n accordance vvith the Contxact Documents B. Deviations fram t17is City ofFort Worth Standard Specification I. None. C. Related Specification Sections incl��d�, but are not necessarity Iimited to: Division 0- Bidding Require�nenis, Contract Forms, and Conditions of the Contract Divisio.n ] - General Requirements 1.� PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the vaz'ious items bid. Na sepaz'afe payment wiil be ailowed for this Item. 1.3 REFERENCES rNOT USED] 1.4 ADMINZSTRATXV� REQUIRElV�NTS A. Work Covered by Contract Documents 1. Work ts to include furnishing all labor, matarials, and equipment, and periorming all Work necessaxy for this constr�ction praject as detailed in ihe Drawings and Speci�cations. B. Su6sidiary Work 1. Any and all Work speciiically governed by documentary requirements for the project, such as conditians imposed by the Drawings or Contract Documents in which no specific item for bid has been prnv�ded %r in the Proposal and the item is not a typical unit bid ite�n included on tl�e standard bid item list, then the itern shall be considered as a subsidiary ifem of Work, the cost of which slaall be included in the price bid in the Proposal for various hid items. C. Usa of Premi.s�s 1. Coordinate uses of premises urider direction of the City, 2. Assume full respansibility for protection and safekeeping of materials and equipment stored an the Site. 3. Use and occupy onIy portions ofthe public streets and alleys, or other public pIaces or other rights-of-way as pro�ided for in the ardinatacas of the City, as shown in the Contract Documents, or as may be specifically authorized in writing by the City. a. A reasonable amount ofto.oIs, materials, and equipment for construction purposes tnay be sfnred in such space, but no inore than is necessary to avald delay in th� consYruction operations. C1TY OF FORT WORTH 2O21 pN�CALL PAVCNII:NT MARKINGS CONTRACT #3 STANDARD CONSTRUCTION SPECIFICA'I'ION DOCUMC3+IT5 CPN 1D3740 Re�ised Decembar 20, 2D 12 O1 I100-2 SUMMARY DF WO�IC Page 2 of 3 b. Excavated and waste materials shaI1 be stored in suclt a way as nnt fo interfere with ihe use of spaces that may be designated to be lefi� free and unobstructed and so as nat to inconvenience occupants of adjacent praperty. c. If the street is occupied 6y rail.roxd tracks, ihe Work shall be carried on in such manner as nat to interfere with the operatian of the railroad. 1) Ail Wark shall be in accordance with railroad requirements set forth in Divisio� 0 as well as the rail.road permit. D. Work wi�hin Easements 4. � 1. Do not entier upon private property fQr any purpase without having previausly obfaaned permissi�n from tYte owner of s�ch property. 2. Do not stora equip�nent or material on priva�e proparty un�ess and until the specified approval of the property owner has been secured in writing by the Contractor and a copy furnished to the City. 3, Unless specifically provided otherwise, clear all rights-of-way or easemerits of obstructions which must be removed to make possible proper prosecution of the Work as a part af the project construction operations. Preserve and use every precaution to prevent damage ta, all #rees, shrubbery, plants, lawns, fences, culverts, eurbing, and al� at�:er t�ypes of struc#ures or imptovements, to all water, sewer, and gas lines, to all conduits, averhead pole lines, or appurtenances thereof, including the construction oftemporary fences and to all other publie or private praperty adjacent to the Wark. Notify the proper repr�s�ntatives of the owners or occupants of the public oz' private lands of interest in lands whic� might be affected by the Work. a. Such notice shai� be made at least 48 hours in advance of the beginning of the Work. b. Noiices shall be appIicable to both public and private utility cotnp�nies and any corporatian, company, individual, or other, either as o�ners or occupants, whnse land or interest zn land might be affected 'by the Work. c. Be respansible fQr all dainage or injury to property of any character resulting frpm any aet, omission, negleci, ar misconduct in the manner or 3nethod or execution of the Work, or at any time due to defective work, material, or equipment. 6. Fence a. Restore all fences encountered and rem.aved during construction af the Project to the original or a better than original candition. b. Erect temporary fencing in place of the fencing removed whenever the Work is not in progress and when the site is vacated overnight, and/or at all times to prodide site security. c. The eost for all %nce work within easements, including removal, temporary closures and replacennent, shall be subsidiary to the various items bid in the project groposal, uniess a bid item is specifically provided in the proposal. CITY pF FORT WORTFT 2U21 ON-CALL PAVEMENT MARKINGS CONTRACT #3 STANBARD CONSTRUCTIpN SPECIFICATTON DOCUMENTS CPN 103740 Revised December 2a, 2fl12 011100-3 SUMMARY OP WORK Page 3 af 3 i.s suBn�riTT�.s CNOT us�na 1.6 ACTION SUBMITTALS/1N�+'ORMATTONAL 5UBMITTALS [NOT CJSED] 1.7 CLOSEOUT SUBNIITTALS [NOT USED] 1.8 MAINTENANCE MATERTAL �UBNIITTALS jNOT USED] 1..9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLYNG [N�T USED] 1.1.1 FIELD [SITE] CONDITIONS [NOT US�D] L12 WARR.ANTY [NOT USED] PART 2 - PRQDUCT� [NOT USED] PART 3 - EXECUTION [NOT USED] END OT SECT�ON Revisian Log DATB NAME Si.TMMARY 0�' CHANGE C1TY OF FpRT WORTH 2O21 4N-CALL PAV�MENT NfARKINGS CONTRACT #3 STANDARD CaNS'T'12�7C'TfON SP�CIIICATI01� dpCUMEN'I'S CPN 1D3740 Revised December 20, 2b12 012500-1 SUBSTIT'[JTION PROCEDURES Page 1 of4 sECTlorr o� �� na SUBSTITUTION PROCEDLJRES PART 1 - GEIVERAL 1.1 SUMMARY A. Section Includes: The procedure %r requesting the approval of suUst'itution of a praduct that is not equivalent to a product which 'ts specified by descriptiva or performance criteria or defined by reference to 1 or more of the following: a. Name oi manufacturer b. Name af vendor c. Trade name d. Catalog n�unber 2. �ubstitutions are not "or-equals". B. Deviations from this City of �'ort Worth Standard Specification l. None. C. Related 5pecification Sections include, but are not neeessaz'ily limited to: 1. Divisian 0-- Bidding Requirements, Contract Forms and C.onditions of the Contract 2. Division 1— Generaj Requirements 1.2 PRICE AND PAYMENT PROCEDiTRES A. Measurement and Paytnent 1. Work assoeiated with this Item is considered subsidiaxy ta the various items bid. Nn separate payment will be allowed far this It�m. 1.3 REFERENCES [NOT U�ED] 1.4 ADNIINISTRATIV� REQil�RE1VIENTS A. Request far Suhstitution - Creneral i. Within 3Q days after award qf Cantract (unless noted otherwise), the Ci#y will eonsider formal requests from Contractor for substitution of products in place of those specified. 2. Certain rypes of equiprnent and kinds of �naterial are described in Specifications hy means of references to names of manufacturers and vendors, trade names, or eatalog numbers. a. When this methad of specifying is used, it is not intended ta exclude from consideration oil�er prodticts bearing other rnanufacturer's or �ex�dor's names, trade names, or catalog numbers, provided said produets are "or-equals," as determined by City. 3. Other types of ec�uipment and kinds of material may he acceptabla substitutions under the %llowing canditions: a. Or-equals are unavailable due to st�ike, discontinued production of products meeting specified requirements, or other factors beyond control of Contract�r; or, CiTY OF FpRT WORTH 2421 pN-CALL PAVEMENT MARKINGS CONTKAC:T #3 STANDt1RD CONSTRUCT[ON SPECIFICAT�O�I DOCUIvIE�TTS CPN 103740 Revised .Fuly 1, 2011 012500-2 SUBSTITUTION PROCEDURES Page 2 oi4 b. Contractor propases a cost and/or time reduetion incentive to the City. 1,5 SUBNIITTALS A. See Request for S�Ebstitution Forrn {attached) B. Procedure for Requesting Substitution 1. Substitution shall be considered only: a. After award of Contract b. Under the conditions stat�ii herein 2. Submit 3 copies of each written request for substitution, including: a. Documentation 1} Complete data substanttatir�g eompliance oiproposed substitution with Cantract Dacuments 2) Data relatin� to char�ges in construction schedule, when a r�duction is p�•oposed 3) Data relating to changes in cosfi b. For products 1) Product identification a) Manufacturer's name b) Telephone number and representative contact name c) SpecificatiQn �ection or Drawing reference of originally specified product, including discrete narne or #ag number assigned to original product in tla� Contract Documents 2) Manufacturer's literature clearly marked to show compliance of proposed product with Contract Dncuznents 3) Itemized comparison of original and proposed p�•oduct addressing pracEuct characteristics including, but not necessarily limi�ed ta: a) Size b} Cotnposition or materials of consh•uctian c) Weight d} Electrical or nnecl�anical raquirements 4) Product experience a) Location of past projecis uti]izing praduct b} Name and telephone number of p�rsnns a�sociated with referenced projects knowledgeable concerniz�g proposed product c} Available fietd data and reports associated wit�i proposed praduct 5) Samples a) Provid� at reques� of City. b) Samples bacom� the property of the City. c. For constructian methods: 1) Detailed description of proposed method 2) Illustration drawings C. Approval nr Rejeciion Written approval or rejection of substitution gi�en by the City 2, City reserves the rigllt to require proposed product to eomply with color and pattern of specitied prociuct if necessary to secure design intent. 3. In the event the substitufion is approved, the resuliing cost and/or time reduction vvill be documented by Change Order in accordance with the General Canditions. CITY OF FOR'T WORTH 2O21 pN-CAL[� PAVEMENT MAI2KTI+IGS CdNTRACT #3 STANDARD CflNSTRUCT10I�i SP�CIFICATION DOCUM�i�lTS CPN 10374Q Revisad 7uly 1, 20l ] atzsan-3 SUB5TITUTION PROC�.DURES Page 3 of4 4. No additionaI contract time will be gi�en for substitution. 5. SubstiYution will be rajected if: a. Submitta� is nat through the Contractor with his statnp of approval b. Request is not made in accordance with this Specification Section c. In the City's opinion, acceptance will require substantial revision of the original design d. Tn fhe Gity's np.inion, substitution will not perfarm adequately the fanction consistent with t�e design intent 1.6 ACTION SUBMITTALSIINFORMATIONAL S[TBNIITTALS [NOT USED] 1.7 CLOSEOi1'T SUBMiTTALS [NOT USED] 1.$ MAINTENANCE MAT�RiAL SUSMITTALS [NOT USED] 1.9 QUALITY A,SStiRANCE A. �n znaking request for substitution or in using an approv�d product, the Contraetor represents that ihe Cantractor: 1. Has investigated proposed prod.uct, and has deterznined that it is adeyuate or superior in all respects to that specified, and that it wiil perfarm function �or which it is intended 2. WiSI provide same guarantee for substitute item as for product specified 3. Will coo�•dinate instalIation of accapted substitution into Work, to include building modifications if necessary, making such changes as may be required for Wark to be complete in a31 respects 4. Waives all claims fnr additipnal costs related to subsiitution which subsequently arise �.�0 DELIVERY, STORAGE, AND HANDLZNG [NOT USED] 1.11 FIELD [STTE] CONDITIONS [NOT USED] 1.12 WAitRANTY [NOT USED] PART 2 - PR4DIICTS [NOT USED] PART 3 - EXECiTTION [NOT USED] END OF SECTION Aevision Log DATE NAME SiJMMARY OF CIIANGE CITY O� CORT WbRTH 2O21 bN-CALL PAVEMEI�€T FvIAItI{IIYGS CONTRACT #3 STANDARD CON5TRUCTIDN SPECTFICA'f'[ONDOC[TNfENT5 CPN ]a3740 Revised 7uly 1, 2011 0125Q0-/ SUBSTIT[]'T10IV PAOC�I]URES Page 4 of 4 EXHXB�T A REQUEST FOR SITBSTITIITXON FORM: PROJECT: DATE: Vi�e hereby submit for your consideration ihe following product instead of the specified item for the abo�e project: SECTION PARAGRAPH SPECI�'IED ITEM Proposed Suhstitution: Reason for Substitution: Include complete informatian an changes to Drawings andlor Spacificatians v�rhich proposed substitut�on w�ll require for its proper installatian. �'ill in Slanks Below: A. Will the andersigned contractor pay for changes to the building design, including �ngineering a.t�c� detailing costs caused by the requested substitution? �. What effect does substitution have an athez• tratles7 C. DifFerences between proposed substitution and speeified item? D. Differences in product cost or product delivery time? �. Manufacturer's guarantees ai the proposed and speci�ed items aa•e: Equa] �etter (explain on attachment) � The undersigned states that the functian, appearance and quality are equivalent or superior to t�e spacifted item. Submiffed By: For Use by Ciry 5ignature as noted Firm Address Date Telephone For Use by City: Approved City ," Recarnmend�d _ Recommended NQt recoinmended Received late By Date Remarks Date C1TY OF FORT W012TI-[ STANDA�tD CONSTRUCTIQN SPECI!'[CATIdN DOCUNiE3V'I'S Re�ised 7uly 1, 20l ] Rej ected 2fl21 ON-CALL PAV�JV�NT MARICINGS C�NTIZACT #3 CPN 103740 01 31 19 - 1 PRLCONSTI2UCTION MEF"!'iNG Page 1 of 3 SECTION 013119 PRECONSTRUGTION MEETING PART1- GENERAL 1.1 SLTMMA.RY A. Section Includes: 1. Provisions for the preconstructinn. meeting to be held prior to the start of Work to clarify construction contract adrninistration procedures B. De�iations fram ihis Ciiy of Fart Worth Sta�zdard Specification 1. None. C. Related Specifcation Sections inciude, but are not necessarily lim.ited �o: I. Division 0— Bidding Requirements, Contt'act Forms and Conditions of th� Contract 2. D'zvision 1— Gener�.l Requirements I.� PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered suhsidiary to the various ite�tns bid. No separate payment will be allo.wed for this lterri. 1.3 REFERENCES [NOT USED] 1.4 ADM�NISTRATIVE REQUIREMENTS A. Coordinatian 1. Attend preconstruction meeting. 2. Representatives of Gontractor, subcontractors and suppliers attending tneetings shall be qualified and autharized to act on behalf of the entity each represents. 3. Meeting administered by City �nay be tape recorded. a. [f recorded, iapes will be used to prepare minutes and retained by City for future re%rence. B. Preconstruction Meeting 1. A precons1ruction tneeting will be held within 14 days after the execution of the Agreement and before Woric is sta.rte.d. a. The meetin.g will be scheduled asid adu�inisiered by the City. 2. The Project Representative will preside at the me�ting, prepare the notes ofthe meeting and distribute copies of same to all pariicipants who so request by fully completing the attendance form to be circulated at the beginning of the meeting. 3. Att�ndance shall include: a. Project Representative b. Contractor"s project manager c. Contrac#ar's superintencfent d. Any subeontractor or supplier representatives whom the Contractar may desire to invite or the City rnay request C1TY OF FORT WORTH 2O21 ON-CAi.L PAVEMENT MAI2KING5 CONTRACT #3 STANDARD CONSTRUCTION SPECIFiCATION DbCUMENTS CPN 103740 Revised August 17, 2012 a� 3� ig-z PItEC03VSTRtJGTIQN MPETING Page 2 of 3 e. 4fher CiTy z-epresentatives f. Others as appropriate 4. Canstructian Schedule a. Prepare baseline cnnstruction schedule in accordance with Section 01 32 16 and pravide at Preconstruction Meeting. b. City will notify Contractar af any schedule clianges upon Notiee of Preconstruction Meeting. S. Preliminary Agenda may inelude: a, Intz'oduction ofPro�ect Personnel b. Genexal Description of Project c. Status of rigl�t-of way, utility clearances, easements ar ather p�t-tinent permits d. Cantractar's work �lan and schedule e. Conh•act Time f Notice ta Praceed g. Canstruction Staking h. Progress Paymen#s i. Extra Work and Change Order Procedures j. Field Orders k. Disposal Sife Let�er for W�ste Material I. Insurance Renewals m. Payroll Certification n. Material Cei�tifications and Quality Control Testing o. Fublic Safety and Convenience p. Doeumentation of Pre-Constt'uction Conditians q. Weeket�d Work NotificatiQn r. Legal Holidays s. Trench Safety Plans t. Confined Spac� �ntry Standards u. Coordination with the City's representative for aperations of existing water systeins v. Storm Water Pallution Prevention Pla.n w. Coordination with other ConYractors x. Early Warning Systein y. Contractor Evaluation z. Special Concfitions applicable to the project aa. Damages Glaims bb. Submit�al Procedures cc. Substitution Proceduras dd. Correspondence Rauting ee, Record Drawings ff. Temporary construction facilities gg. M/WBE or MBE/SBE procedures hh. Final Acceptance ii. Final Payment jj. Questians qr Comments C1TX Or FORT WORTH 2O�1 ON-CALl. PAVEdVIENT MARICINGS CONTRACT#3 STANDAI� CONSTRUCTI03V SPECIFICATIO�I DdCiTMENTS CPN 1037A0 Revssed August l7, 2012 013119-3 PRECONSTI2UCT10N ivIE�TING Page 3 oF 3 1.5 SUBMITTALS INOT USED] 1.G ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS jNOT IISED] l.i CLOSEOUT SUBMITTALS [NOT USED] 1.8 MA,INTENANCE MATERIAL SUBMITTALS [1VOT USED� 1.9 QUALxTY ASSURANCE [NOT USED] 1.10 DEL].V�RY, STORAGE, AND HANDLTNG [NOT USED] 1.11 FIELD [S�TE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART � - PRODUCTS [NOT USED] PART 3 - EXECIITION [NOT U�ED] END OF SECTION Revision Log DAT'� NAME SUMMARY OF CHANGE 0 C1TY OF PORT WORT�I 2021 ON-CALL PAVEMENT MACZK]TfGS CONTRACT #3 STANDARD CONSTRUCTION SYECIFICATTON DOCUMEN'fS CP3V 10374() Revised �lugust l7, 2D 12 ai 3�zo-i PR07ECT MEETIi�f GS Pagc 1 af 3 SECTIDN Q13120 PR4JEGT MEETINGS PART1- GENERAL 1.1 SUMMARY A. Sectian Includes: 1. Provisions for project meetings throughout the canstruction period to �nable orderly review of the progress of the Work and to provide for systematic discussion af potential problems B. Deviations �I�is City of �'ort Wqrth Standard Specification 1. None. C. Related Speciftcation 5ections include, but ar� not necessarily limited to: 1. Division Q— Bidding Reyuirements, Contract Forms and Conditions of th� Contract 2. Division 1— Gen�t•al Requirements 1.2 �RXCE AND PAYM�NT PROCEDURES A. Measurement and Paycnenl 1. Work associated with this Item is considered subsidiary to the various items bid. Na separate payment �ill be allowed for this Item. f.3 RETER�NCE� [NOT USED] 1.4 ADMINISTRATIVE REQUIR�MENTS A, Cnordinatian I. Schedule, atfend and administer as specified, periodic progress meatings, and specially called meetings throughout progress pf the Work, 2. Representatives af Contractor, subcontractors and suppliers attending meetings sha11 be qualified arid autl�orized to act on baha[f of the entity each represents. 3. Meetings administered by City may be tape recorded. a. If recorded, tapes wilI be used to prepare nr►inut�s and retained by City for iuture referenca. 4. Meetings, in addition to those specified in this Section, may be held wnen requested by the City, Engineer or Contraetor. B. Pre-Construction N�ighborhood Meeting 1, After the execution af the Agreement, but before construction is allowed to begin, attend 1 Public Meeting with affected residents to: a. Fresent projected schedule, ineluding construction start date b. Answer any construction related questions 2. Meeting Lacation a. Loeation oi meeting to be determined by the City, 3. A�tendees GITY OF FqRT W�RTI-I 2�21 ON-CALL PAVEMENT MAT2KING5 CON`I"RACT #3 STANDARD CONSTfZUCTION SPECCI'TCATION DOCiIIvIENTS CPN [0970.D AewisQd July ], 201 l ai3izo-2 PROJECT MEETIIVGS Page 2 oF 3 a. Contractor b. Project Representative c. Other City repres�:ntattves 4. Meeting Schedule a. In general, the n�ighborhood meeting will occur within the 2 weeks follawing the pre-constx`uction canference. b. In na case will construction be allowed to begin until this ineeting is held. C, Progress Meetings � 3. 4. Formal project coordination mee#ings wi11 be held periodically. Meetings will be scheduled and administered by Proj ect Representative. Additional pz'ogi'es.s meetings to discuss specific tnpics will be conducted on an as- needed basis. Such additiona[ meetings snall ittclud�, but not be limited to: a. Coordinating shutdowns b. Install�tian of piping and equipment c. C.00rdination batween other construciion projscts d. Resolution of construction issues e. Equipment approval The �'rajeat Representative wi11 preside at grogress meetings, prepare �he notes of the meeiing and distribute copies ofthe same to aIl participants who so request by fully completing the attendance form to be circulated at the heginning of each meeting. Attendance shall include: a. Cantractor's praject manager b. Contractor's superintendent c. Any subcontractor or supplier representatives whom the Cantractor znay desire io invite or the City may request d. Engineer's representativas e. City's representatives f. Others, as requested by ihe Project Representative Freliminary Ag�nda may include: a. Review of Work progress since �revious meetin� b. Field observatians, pro.blerns, conflicts c. Items which zmpede construction schedule d. Review o.f off-site fabrication, delivery schedules e. Review of construction interfacing and seque�cing requirements with other canstr�.ctian contracts f. Corrective measures and procedures to regain projecied schedule �. Reviszons to consiruction schedule h. Pragress, schedule, during succeeding Work period i. Coordination of schedules j. Re�iew submittal schedules k. Maintenance of quality standards i. 1'ending changes and substiiutians m. Re�iew proposed changes for: 1} Effect on consiruction schedule and on completion date 2) Effect on other contr�cts of the Project n. Review Record Documents a. Review monthly pay r��uest CITY OF FORS WORTH 2O21 ON-CALL PAVEMENT MARKINGS CONTRACT #3 STAN�ARD CONSTRUCTION SPCCIFICATIpN DdCUMEM"I'S CPN 10374U Revised 7uly 1, 2011 0[ 3120-3 PR07ECT MEETIN.riS Page 3 of 3 p. Re�iew status of R�quests for Inforn7ation 6. Meeting Sehedule a. Progress meetings will 6e held periodically as determined by the Project Regr�sentative. 1) Additional meetings may be Y�eid at the request of the: a) City b) Engineer c) Contractor 7. Meeting Lacation a. The City will establish a ztzeeting location. 1} To the extent practieable,lneetings will be held at the Site. 1.5 SIIBMITTALS [NOT IISED] 1.6 ACTION SUBMITTALSIYNFpRMATIONAL SUBMITTALS [NOT ClSED] 1.�' CLOSEOIIT SUBMITTALS jNOT USED] 1.8 MAXNTENANCE MAT�RIAL SUBMITTAL�S [NOT USED] 1,9 QUALITY ASSiTRANCE [NOT USED] 1.10 D�LTVERY, STORAGE, AND HANDLING [NOT USED] I.l.l FIELD [SITE] CONDITIONS [NOT iTSED] 1.12 WARRANTY [NOT USED] PART 2 - �RQDUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END Q�+' SECTION Revision Log DATE NA,ME SUMMAIiY OF CHANGE CITY OF FpRT WORTH 2O21 ON-CALL PAVEMENT MARKIPIGS CO�TTAACT #3 STf1NDARD CdNSTRUC'TION 3PECIF(CATION DOC[TM$N?'S CPN 1Q374fl Revised July l, 20l 1 o�azi6-i COidSTRifCTION PROGR�SB 9 CHEDUL� Page 1 of 10 2 3 PART 1 - G + � 4 1.1 Si]NIlV�AIZY srxTTON oi 3Z i6 CONSTRUCTION SCHEDULE 5 A. S�ction Includes: 6 1. General requiremen�s for the preparatian, submittal, updating, status reporting and 7 management of the Constructian Progress Schedule 8 2. Specific requirements are presented in the City af Fort Worth Schedule Guidance g Docum�nt 10 B. Der�iations from tk�is City af Fort Worth Star�dard Specif'ication 11 1. Non�. 12 C. Aelated Specification Sections include, bu� are not necessarily li�mited to: 13 l. Division 0—Bidding Requirements, Cantract F'orms and Conditions of tne Contract I4 2. Division 1—General Requiremer�ts IS 16 I7 18 19 20 21 22 23 24 25 26 27 28 29 30 D. Purpose Tha City of Fort Warth (City) is committed to deIiveririg quality, cost-effectiv� infrastructura ta its citizens in a timely manner. Akey tool to achieve this purpose is a properly structured schedule with accurate updates. This supparts effeetive monitoring of progress and is input to critical decision making by the project z�aanager throughout the life of t.�ie project. Data frorr� the updated praject schedu�e is �atili.zed in status raporting to various levels oi the City organization and the citizenry. T�is Document complements Yha City's Star�dardAgreement to guide the canstruction contractor (Conlractor) in preparing and submittu�g acceptable schedules for use by the City in project delivery. The expectation is the performance ofthe work follows the accepted schedule and adhereto the contractUal timeline. The Contraetor willdesignate a qualif'ied rapresentative (Project Sc�eduler} responsibfe for de�eloping and updating the schedule and preparing status reporting as required by the City. 31 1.2 PRTCE AND PAYMIIVT PROCIDURF� 32 A. Measurement and Payment 33 1. Work associatad with this I�em is considered subsidiaty to th� various items bid. 34 No separate payment wi�l be allowed for this Iterr►. 35 2. Non-compliance with this specif'rcation is gcounds for Gity to withhold payment of 36 th� Contractor's invoices until Contractor achieves said campliance. 37 1.3 REi+'F�ENC ES 38 A. Praject Schedules C1TY OF FORT WORTH 2O2I ON-CALL PAVEMENT 1VIARKINGS C{)NTRACT �!3 STtINDt1RD CONS'I'RL7CI'IaN SPECIFICATION DOCUMEIVTS CPN 103740 Revised August 13, 2021 Ol 32 15 -2 CONS'1'I2UCTION PROGRESS SCHEDUL� Page 2 oF ]0 Each project is represented by City's master project sclledulethat enco�npasses the entire scope af acti�itzes envisioned by the City to praperiy deliver the work. VJhen the City cantrac#s with a Cont�•actor to per%rrn c onsttuction of the Work, the Contractor wi1l develop azld maintaul a schedule for their scope af �vork in alignment with the City's standaz•d sehedule requirements as defined herein. The data and infnrmation of each such schedule wi�l be leveeaged and become integral in the master project schedule as de�rned appropriate by the City's Project Control Sp�eialist and approved by tha City's Project Manager. l0 1. Master 1'roject Schedule 11 The master project schedule is a holzstic repres�ntation of the scheduled activities 12 and milestones for the total project and be Critical Path Meihod (CPNI} based. The 13 City's Project IVlanager is accountable �or oversight af the development and 14 maintaining a master project scnedule %r each project. When the City contracfs for 15 the design and/ar construction of the p�-oject, the inaster project schedule will 1b incoiparate elements of the Design and Construction schedules as deemed 17 apprapriate by the Ciiy's Pro�ect Contro] Specialist. The assigned Gity Project l8 Cantrol Specialist creates and maintains the master project schedule in PG (City's 19 scl��duling saftware). 20 21 22 23 24 2S 2G 27 28 24 30 31 32 33 34 35 2. Construction Schedule The Contractor is responsible for devaloping and maintaining a schedule for the scope of the Contxactor's contractLtal requirements. The Contractor will issue an initial schedufe for re�iew and acceptance hy the City's Project Contro] Spec.ialisf and the City's �'rojeet Manager as a baseline s.chedule for Contractor's scope of work. Cantractar will issue current, accurate updates of their schedule (Progress Schedule} to the Ciry at the end of each rnonth throughouf the life of thei� work. B. Schedule Tiers The City has a portfolio of projects that vary widely in size, complexity and content requiring different scfaeduling to effectiveIy deliver each project. The City uses a "tiered" approach to align the proper schedule with the criteria for each project. The City's Prajact Manager deiermines the appropriate schedule tier for each project, and includes that designation and the associated requirements in the Contractor's scope of work. The following is a s�ammary of the "tiers". 36 1. Tier 1: Sma11 Size and Short Duration Project (design not r�quired) 37 The City de�elops and maintains a Master Praje�t Schedule for the project. No 38 schedule submittal is required fron� Contracior. City's Project Contral Specialist 39 acquires any necessary schedule status data or information through discussians with 40 the respective party on an as-needed basis. 41 42 2. Tier 2: Small Size and Sk�ort to Medium Duration Project 43 The Ci#y develops and main#ains a Master Project �chedule for the project. The 44 Can#ractor identifies "start" and "fmish" milestone dates Qn key eIements of theu- 45 wark as agreed with the City's Project Manager at the kickoff of th.eir work effort. 46 The Contracto� issues to the City, updates to the "start" and "finish" dates for such 47 milestones at the and of each month thsoughout the life of the�r work fln the project. 48 49 3. Tier 3: Medium a�d Large 5ize andlor Camplex Projects Regardless o�Duration CI'I'Y �F FORT WOIZTH 2q21 ON-CALL PAVEN[E]VT MAAKINGS CONTRiIC`I' #3 STr1N�DARD CdNST12UCT'ION SPECIFIC.ATION DOCUMENTS CPN 103740 Revised August 13, 2021 6132[6-3 CONSTRUC'I'ION PRO.fiRE55 SCH�DULE Page 3 of I D 1 The City develops and mainfiauls a Mastear Project Schedule for the project. The 2 Contractor develops a Baseline �chedule and maintains the sched�ale of their 3 respective scope of work on the praject ai a level of detail (generally I.eve13) and in 4 aligtu�ent with the WBS structure in Section i.4.Has agireed by the Project 5 Manager. The Contractor issues to the City, updates of their respective schedule 6 (Progres s Schedule) at the end af eaeh mQnth throughout the life of their w or�C on the 7 project. 8 C. Schedule Types 9 Project defivery for the City ut�lizes two types of schedules as noted below. Tl�e City 10 develops and maintains a Master Proj�ct Schedule as a"baseiine" scheduie and issue 11 monthly updates to the City Project Manager (end of each morith) as a"progr�ss" 12 schedule. The Confiractor prepares atsd submits each sehedule type to fulfi�l the�r 13 contractual requireznents. 14 15 J . 13aseline Schedule 16 The Contractor dev�lops and submits to the City, an irutiai schedule for their scope 17 of work in alignment with this specification. Once reviewed ar�d accepted by the 18 City, rt beco�nes the "Baseline" schedule and is the basis against which all pro�ress 19 is measured. The baseline schedule will be updated when there is a change or 2Q addition to �he scope o�work impactingthe duration ofthe vvork, and only after 21 receipt of a duly authnrized change order issued by the City. In the ever�t pragress is 22 significantly behind schedule, the City's Project Manager may authorize an update 23 to the baseline scheduIe to facilit�ate a more practical evaluation of progress. An 24 example af a Baseline Schedule is provided in Specificatio� 4132 16.1 2S Construction Project Schedule Baseline Example. 26 27 2. Progress Schedule 28 The Contractor updates tl�eir schedule at the end oieach month to representthe 29 progress achieved in the work which includes any impact from authorized changes 30 in the work. The updated senedule must accurately ref�ect the current status of the 31 work at that paint in time and is referrerl to as tk�e "Progress Schedule". The City's 32 Praject Manager and Projec� Cnntrol Specialist reviews and accepts each progress 33 schedule, In the event a progress schedule is de�med not acceptable, the 34 unacceptable issues ara identif'ied by the City within 5 working days and the 35 Contractor must provide an aeceptable progress schedule within 5 working days 3b after receipt oinon�acceptance notification. An example of a Progress Schedule is 37 provided in 5pecificaiion O I 32 15.2 Canstruction Project Sch�duie Progress 38 Example. 39 D. Ciry 5tandard Schedule requirements 40 The following is an overview- of the methodoIogy for developing and maintaining a 41 schedul� far delivery of aproject. CITY OF FORT WORTII 2621 ON-CALL PAVEMENT MARKINGS CDNTRACT #3 STANDARD CON5TRl7C1'ION SPECIFICATIaN DOCUMENTS CPN ]03740 Revised Augusl 13, 2021 013216-4 CON5TRUCTIOAi PROCrRI:SS SCHEDULE Page 4 nf l0 1 2 3 4 5 6 7 8 9 10 11 12 l3 14 IS lb 1'1 18 I9 aa zr z2 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 �3 44 45 46 47 �8 Schedule �'ramework - The schedule will be based on the defined scope af work and follow the (Critical Path Methodalogy) CI'M method. The Contraetor's schedul� v�rill align withthe reyuirements of this specifi�ation and will be cast laaded to reflect their plan far execution. Compliance with cast [oading can be provided with traditiona[ cost loading of line items OR a project'ed cost per month for the project �en the initial schedule is submitted, updated on a quarEerly basis is signi�icantchange is anficipated. Qveraq schedule du�-ation wi11 align wifi1� the contractual requirements �or the. respective s cope of work and t�e reflected in City's Master Project Schedule. The Project Number and Name of the Project is required on each schedule and m�ast match tha Cify's project data. E. Schedule Fi1e Name All schedules sub.mitted to the City for a project will have a file nazne that begins with the City's project numbe� follovtred by the nanee of tlie project fo�lowed by brr.seline (if a baseline schedu�e) ortheyerrr�rnrCmonth {ifaprogress schedule), as shownbelaw. o Baselina Sehedule File Name Format: City Project Nu�ber Project Name_Bas eline Example: 10137b Narth Monfgomery Street I�IVIAC_Baseline o Progress Schedule File Nasne Format: Gity Project Number Project Name YYYY MM Example: 101376 North Montgomery Street IIMAC 2018_O1 � Froject ScheduIe Progress Narrative File Name Format: City ProJect Number Project Natne PN YYYY MM Example: 101376 North I�Iontgomery Street HMAC PN 2018 O I F. Schedule Templates The Contractor will utilize the relevant sections from the City's templates provided in the City's document rnanagernent system as the basis for creating their respeetive project schedule. Specifically, the Contractor's schedule will align with the layout of ihe Construction section. The t�mpIates are identif'ied by type o� project as noted below. o Arteriats o Aviation � Neighborhood 5treets � Sidewallcs (later} o Quiet Zones (later} � Street Lights (later} � Intersection Improvements (Iater) � Parks � Storm water � StreetMaintenance • Traffic • Water G. Schedule Calendar CITY pF FORT V,rORTH 2O21 �N-CALL PAVEMENT MAR.KiNGS CONTRACT �13 STANUARD CONSTRUCI'ION SPECIFICAT�ON DOCiJMENTS CPN 10374D ilevised August 13, 2fl21 ai �zib-s CONSTRUCTZON PROGRE5S SCHEDULE Page 5 of i0 The City's standard calendar for schedule develnpment purposes is based an a 5-day workweek and accounts far the City's eight standatd holidays (New Years, Martin Luth.er Kaz�g, Mamorial, Independence, Labor, Thanksgiving, day after Than�csgiv�ng, Cl�ristmas). The Contractor wili establish a schedule calendar as part of the scheciule develnpment process and pravide to the Project Control5pecia�ist as part af the basis for their schedule. Variations between th� City's calendar and the GQntractor's calenda�• must be resolved prior to the Gity's acceptance of the�r Baseline project schedule. IO H. WB5 & Milestone Standards for 5ched�,de Develnpment 11 The scope af workto be accomplished by the Contractar is represenfad in the sehedule 12 in the form of a Work Breakdown Structure (WBS). The WBS is the basis for the 13 development of the schedule activities and shal� be imbedded and depicted in the 14 schedule. 1S 16 17 18 19 2Q 21 22 23 24 25 26 27 28 29 30 The follaw ing is a summary of the standards to be follo�v ed in preparing and maintau�ing a schedule for project delivery. Contractor is reguired to utilize the Ci�y's WBS structure and respective projecttypetemplate for "Construction" as shownin 5ection 1.4.Hbelow. Additional activities may be added to Levels 1-�4 to accommodate the needs of the organizaiion executing the work. Specifically the Contractor will add acti�ities under Vi�BS XXXX3CX.80.83 "Construction Execution" that delineates the activities assaciated with the various companents of the r�+ork. 2. Contractor is requ�red to adhere to the City's Standard Milestones as shown in Section 1.4.I below. ContractorwiU include additinnal milestones representing intermediate deliverables as required to accurately reflect their scope of work. 31 I. Schedule Activities 32 Activities ate the discrete elements of work that make up the schedule. They will be 33 organized under the urr�brella of the WBS. Activity descriptions should adequately 34 describe the activity, and in some cases the extent of the aetiuity. All ac#ivities are 35 IogicaIly tied with a predecessor and a successor. The only exception to this ru.le is for 36 "proj�ct start" and "project finish" miles'tones. 37 38 39 4fl 41 42 43 � 45 45 4�7 The activity duration is based on the physical aznount of work to be performed for the staxed aciivity, �vith a maximum duration of 20 working days OR a continuous activiiy in on� location. If the work for any one activity exceeds 2Q days, break that activity down incrementally to achieve this duration constraint. Any exceptionto this requir�es review and acceptance by the City's Praject Control Specialist. J. Change Orders Wtaen a Change Order is issued by the City�, the impact is iz�corporated into the previously accepted �a�e�ine scheduie as an update, to clearly show impactto the praject timeiit�e. The Contractor submits this updated baseline schedule to the Ciky for CITY �F FpRT WORTH 2O21 QN-CALL PAV�3Vf�IdT NlARKINGS CONTRACT #3 STANDARD COIYSTRUCTION SPECIFICATION DOCUMENTS CPN 103'740 Revised August 13, 2021 ai 3z i6-6 coNs-raucTiarrrxo��ss sc�Dtn.� Page 6 of l0 1 2 3 4 5 6 7 8 9 1� 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 3D 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 revfew and acceptance as described in Section 1.5 below. Updated baseline schedules adhere t� the following: 1. Time extensions assaciated t�+ith appraved contract modifications are limited to the actual amaunt of time the project activities are antic ipated to be delayed, unless otherwise a�praved l�y fihe Program Manager. 2. The re-basalined sch�dule is sub;nitted by the Contractor within ten warkdnys after the date of receipt of the approved Change Order. 3. Th� changes in Iogic or durations appraved by the City are t�sed to analyze the impact of the change and is incIuded in the Change Order. Tl1e coding for a new ac�vity. (s) added to the schedule far the Change Order includes the Change Order number in the Activity ID. L7se as many activiti�s as n�eded to accurately shaw the wark ofthe �hange Order. Revisions to th� baseline schedule are nat ei%ctive until accepted by the City. K City's Wark BreaEcdown 5tructure WBS Code WBS Name XXXXXX Project Name XXXXXX.30 Design XXXXXX.30.10 Design Contractor Agreement XXXXXX.3�.20 ConceptualDesign(30°/Q) XXX?CXX.30.3a Freliminary Design (50%) XXXXXX.30.40 Fina1 Design XXXXXX30.50 Environmental XXXXXX_3Q.�0 Perm.its XXX�X.30.60.10 Permiis - Identiiication XXXXXX.30.60.20 Pertnits - Review/Appro�e XXXXXX.44 ROW & Fasements ��XXxX��.40.10 ROW Negotiatians XXX��X.40.20 Condemnation XXXXX�,'�Q Utility Relocation X���XXX.7a.10 Utility Relocation Co-ordination �.$0 Construction XXXXXX.80.81 Bid and Award XXXXX�C.80.83 ConStruction Execution XXXXXX. 80. 8 5 Ins pection XXXX��X.80.86 Landscaping X��XX.90 Closeaut XXXXXX.90.10 Construction Contract Close-out XXXXXX.90.40 Des�gn Contract Closure L. City's Standard Milestones The following milestone activities (i.e., important events on a project thai mark critical points in time) are of particular interest to the City and �ust be reflected in the project schedule for all phases of work. CTTY OF P�RT WORTH 2O21 ON-CALL PAVEM�NT MARKINGS CONTRACT #3 STAt�1DARI3 CONSTRUCTION SPECIF[CATIOIV i30Ci1MElV"I'S CPN 1Q3740 Revised August 13, 2�21 OI 3216 - 7 CONSTRUCTION PRpGRE55 SCI-I�Di3LH Page 7 of 10 1 2 3 4 S � 7 8 9 j0 11 12 13 14 15 16 17 I8 19 20 2l 22 23 24 25 25 27 2$ 29 3a 31 32 33 34 35 36 37 38 39 1.4 40 4l 42 43 44 45 46 Activitv ID Activity Name Design 3�20 Award Design Agreement 3040 IssueNotice to Proceed - Design En.gineer 3100 Design Ki�k-oiiMeeting 3120 S�bmit ConceptualPlans to LTtilities, ROW, Traffic, Pa�•ks, Storm Water, Water & S�wex 3150 Peer Re�iew MeetinglDesign Revie�v mee#ing (technical) 316Q ConductDesignl'ublicMeeting#� (required) 3I70 ConceptualDesign Complete 3220 Submit Preliminary Plans and Specificaiions to Utilities, ROW, Tra�fc, Parks, Storm Water, Water & Sewer 325Q Conduct Design I'ublic Meeting #2 (required} 3260 Preliminary Design Complete 3310 Submit Final Design ta Utilities, ROW, Traific, Parks, Starm Water, VJater &. Sewer 3330 Conduct Design Public Me�ing #3 (if required) 3360 Final Design Compiete ROW & Fasements 4dD0 Right of Way Start 4230 Right of Way Camplete Utility Re location 1�00 Utilities Start 7120 Utilities ClearedlCo�nplete Constr�ction Bid and Award 8I 10 Start Advertisement 8150 Conduct Bid Opening 82�k0 Award Construction Contract Consiruction �ecution 8330 Conduct Construction Public Meeting #4 Pre-Constructian $�5� C0375�1'11GtlOi1 StaC'� 8370 Subsiantial Completion 8540 Construction Completion 9130 Notice of Completion/Green Sheet 9150 Construction Contract Closed 9420 Design Contract Clased SUBNIITTALS A. Schedule Su�mittal & Reviaw The City's Project Manager is respansibl� for revieyvs and acceptarice of the Coniractor's schedule. The City's Project Control Specialist is responsible for ensuring alignmeni ai the Cantractor's baseline and pragress schedules with the Master Project Schedule as support to the City's Project Manager. The City reviews and accepts orrejects the schedule within ten workrlaysof Contractor's submittal. C1TY OF FORT 1�OR"T'H 2D21 ON-CALL PAV�MEI+I`P MAItKINGS C�NI'RACT #3 STAND.4Rb CON5T12UCTION SPEEIFICATIQN �OCUMENTS CPirl I0374D Ttevised August 13, 2D21 01321G-8 CON5TRIICTIO�IPROGRESS SCHEDtTLE Page 8 of 10 1 1. Sehedule Formai 2 The Cantractor will submit each schedule in two electranic forms, one in native �'ile 3 format (.xer, ..�ml, .mpx) and the second in aprlf farznat, in the Cily's document 4 mauagement system in the Iocation dedicated for �is purpose and identif'ied by the S Project Manager. In the event the Cpntractor does not use Prima�era P6 or MS 6 Project for scheduling purposes, the sclaedule irnformation must he s�bmit�ed in.xls or 7 .xlsx format in compliance wit� the sample layoui (See Specifi"ication O1 32 16.1 8 Canstruction Project Schedule &�se]'tne Exatnple), including actiUity predecessors, 9 successors and tota[ flaat. l0 11 2. Initial & Bas�line Schedule 12 The Contractor will deveIop their schedule for their scope of work and submit their 13 ini�ial schedule in electronic form (in the file formats no.ted a6ove), in the City's 14 doct�ent management system in the [ocation dedicated for this purpose at ler�st 5 15 �vorkarag rlays prior to Pre Const�ucfion Meeting. 16 17 Ti�e �ity's Froject Manager and Praject Control Speciali�t review this iniiial scl�edule 18 to determine alignment with the City's Mast�r Project Schedule, incIuding farmat & 19 WBS structure. FolIowing the City's reviava, feedback is provided to the Cantrac�or 20 for their use in finalizing their itaitial sehedul� and iss�ing (within five work�tays) their 2I Baselir�e Schedul� for �'inal review and acceptance by the City. 22 23 3. Progress Schedule 24 'I'He Contractor will update and issue iheir projec.t schedule (Pragress Schedule) 8y the 25 last day ojeac/t rrtonth throughout the life of their w�rk on the praject. The Progress 2b Schedule is submitted in electronic form as noted above, in the City's document 27 managemet�t system in the location dedieated %r this purpose. 28 29 30 31 32 33 34 35 36 37 38 39 40 41 �F2 43 The �ity's Project Control team reviews each Progress Schedula far data and in%rmation that support the assessment af the update ta the schedule. In the event data or inforination is missing or incomplete, the Project Controls Specialist c�mmunicates directly witf� tY�e Contractor's sch.eduler for providing same, The Cantractor re-submits the cor��ected Progress Schedule wiihin 5�nrkcdr�y�, fo[lowing the submittal process noted above. The City's Project Manager and Project Control 5pecialist review the Cantractor's progress schedulc for acceptance and to monitor performance and progress. Th.a following list of i�ems are required to ensure groper sta�us infarmatian is cantained in tihe Progress Schedule. � BaSeline Start date • Baseline Finish Date • % Complete o Float 44 a Activity Logic (dependencies) 45 o Crit�cal �ath 46 o Actzvities added or deleted 47 • ExpectedBaseline Finish date 48 • Variance to the Baseline Finish Date 49 CITY OF FORT WORTH 2O21 O�'-CALT� PAVT,ML�NT MARKINGS CONTRACT #�3 STANDARD CaNSTRUCTION SPECIFICATIOiJ DOCUM�NTS CPN 103740 ltcvised August 13, 202I Ol 32 16 - 9 CDN5T12UCTIONPROG1tESS SCf�QULC Page 9 of 10 I 2 3 �F 5 6 7 8 9 10 ll 12 13 14 15 B. Manthly Construction Status Report The Contractor submits a written status report (t�ferrecl to as a progress narrativej at the monthly progress meeting {if monthly meetings are held) or at the end of each month to accotnpany tk�e Progress Schedule submittal, using the standard format provided in Specification O1 32 16.3 Construction Project Schedule FrogressNarrafive. The content of the Construction Praject Schedule Progress Narrative should be concise and cornplete to include onIy changes, de�ys, and anticipated problems. C. Submittal i'rocess � Schedules and Monthly Construction 5tatus Reports a.re submitted in in the City's document management sysiem in the iocation dedicated for this purpose. � �nce tlae project has 6een completed and Final Acceptance has been issued by the City, no further progress schedules or eonsiruction status reports are required from the Contractor. l, 16 1.5 ACTION SUBMCTTALS/INFORMATIONAL SUBMITTALS [NOT USID] 17 1.6 CLOSEOUT SUBNIITTALS [1VOT USID� 18 1.'� MAIN'iEL�ANCE MATEC�IAL SLIRN.QTTALS [NOT USID] 19 1.8 QUALTTY ASSURANCE 2Q 21 22 23 24 25 A. The person preparing and revising the construction Progi�ess Schedule shall be experienced in the preparation of schedules of sim�ar complexity. B. Schedule and supporting documents addressed in this Specification shall be prepared, updated and re�ised to accurately reflect tlie performance ofthe construction. C. CQntractar is respansible for the quality of all submittals in this section rr�eeting the standard of care for the cQnstrUction industry %r sunilar projects. 2b 1.9 DEf.I�ERY, S'PORAGF, AND HANDLING [NOT USID] 27 28 24 30 31 32 33 l..1.0 I+�ELD [SITE] COI�IDITiONS [NOT U�ED] l..11 WARRANTY [NOT USID] 7..1�2 ATTACtINIENTS Spec 0132 16.1 Construction Project Schedule Baseline Example Spec fll 32 16.2 Construction Pra3ect Schedule Progress Example Spec O1 32 16.3 Constr�ction Project Schedule Progress Narrative CTCY OF FORT W4It'I'H 2O21 QN-CALL PAVEMEN7" MARK[KGS CONTRt1CT �'3 STANI2ARD CONSTRLIGTION SPEC�'ICATION 170CU1VIEI�TS CPN 103740 Revised Augast 13, 202i O13216-10 CONSTRUCTIDNPROGRE55 SCHEDULE Page l0 oF 10 2 PART 2- PR�DUCTS [NOT US.ED] 3 PART 3- EXF.CUTION [NOT LTSID] 4 END OF SEC'ITON Revision Log DATE NAM� SUMMARYOF CHANGE 8/13/2021 Michael Ov�n �vised to updatespecificationrequirements and eliminateduplicate schedule pecifications. C1TY OF F�12T WORTH 2O21 iDN-CALL PAVEMENT MARKINGS CONTRACT #3 STANDARD CONSTRUCTIQN SPECIFICATIOId QOCi1MENTS CPN 103740 Revised August 13, 2021 O1 32 16.1 CQNSTRiTCTIqNPRQGRESB SCHEDULE—BAStiLINEExAMPLE Page 1 of 5 2 sEc�oN ox �z i�.x CONSTRUCTION SCHEDULE -- BASELINL EX�MI'LE 3 PART 1 - GE1VIItAL 4 S 6 7 8 9 10 !1 12 13 14 15 I6 17 18 I9 20 21 � 23 24 25 26 27 28 24 30 31 32 33 34 35 36 37 3$ 39 40 41 42 43 A� 45 46 The follaw ing is an exatnple of a Contractor's project schedule that illustrates the data and expectation for schedule content depicting the baseline for the project. Th�s vers ion of the schedule is referred to as a"baseline" schedule. This example is intended to provide guidance for the Contractor when de�eloping and submitting.a baseline schedule. See CFW 5pecification Ol 3216 Construetion SchedUle for details and r�quirements regaxding the Contractor°s projectschedule. CTTY OF FORT WORTH 2O21 ON-CALL PAVEMENT MARKINCrS CONTRACT #3 STANAARD CONST[�UCI'ION SPEC]FICATION DOCUM�TTS CPN 103740 Revised August 13, 2U21 O1 32 1b.1 CQNSTRUCTION PEZpGRESS SCHEpU[.I�--BAS�LINEEXI�II�IPLE Page�of5 m � � `� � � ? Q. �� � � � t�i � � � 1 ,� � ;� rid � i� � � �. � � � ~ � .c � � � � �L ❑ N r G r�yl6�= c(.. �� � I�� 4+ .11 . � I .i .. V i� � +1 NI o.o a n �a �'� � ti' � � � ���'�`�3 : �: .;I'.":i�N , ., n� „ � ., ,�, ��,�#�_E•�_r� '"��'' d tl ' *I ;a f�f � . - i � " �� . m � r '� u � � . ���i ua � � c u � � � m c � � � r � � m T � �� r � � ��; ��. t= @' l � F � '' F' S w � � �' � � Ii �P � r J �^, ' o �' u �:� ��'a ;� ,� �; � . F� ; ;, �; , � .� ,� c�alra a� � r�-�Ir I�l. �� n n i. 1 •I � +c � L. I., f W i � I i ' *J {1 i �� � . n ��s np RI 4 r'� .� ir .r {: �r �� �} fli� Nl � Lii� !. � r_A,i u �` a ey �+ R +J IF-✓1 +F LF i� �� 1�Y �'i �F :fi'4!• �''R /Y i4 Ir . .. � �� .�i ii O BI`]:i_ O O O� `k - L '� .� a.ia �� o � �� ��V � �A � w n � ' � � :�.r rn o �R] '�] .. � ry � i R �� dN i. �� iR w ���� �, ��� ��� �. w� �u u � v F� �`1 r, �i .� w --. � r� W w � �.� � � r � ,i r'r i, u ,:.� � o' �; :: n '� '1. 8 ` � .o �n � o � � ;r. � �' i� ! m �T�� �,;������'.F3.���������`�������;'g�,��, „ � _. . ;, �. _ , � P . ._ �. � V „ � �. ., �� ,�, w.,, � �, .� � m ,. R ,. �. . �, �: � .x � � r � :� � '. � ;� '� �'.� i }� �'i '-a i� � � .� v '° � • :i��:� � k����'�`�s��,� � ���,'� �E�������� � ;w � . �i ; 4� ,� �. �_ �� � _ a �� .r,, K- �F; �+} Pi rt . ii ri ' G � n��' p r u9 N� M iN ��i f� V t� � �8 �' n N 9 In � i+l iVi 1^ �� w O� ia E: - " I '� � F' p i `. y� +5 � +� " r �Q Y� � ii5 YI ��� fi, � ' � � � �' 01 l+ YI.I� +� ryR l�! � ��.- i � M1I � � � � '��� � ����� � � ��'&���P �',�d �53� ����g� o�" * $C�,J� ����R �yz6 �'9�� ��R ���� �5 � � �,..::���i�l�l:,�¢.�� a�,l,�!,�.'���'�''���� :� �; i n .F • i +�- i n n i�i' n � , �� ` �� 4 � � � � �� � � � r'r Vf V � � ,� `� rRl � F-i � i � � � � � � � � � � o � ♦ $ ♦ � O 0 � � 0 �, a � � � � � � � � CITY OF P'ORT WQRTH 2O21 b1V-CALL PAVEMENT MARKINGS CONTRACT #3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103740 Revised August l3, 2421 01 32 1 G, l CQNSTRUCTION PROGRC55 SCHEDULE-BASELINE�7CAMPLH Pagc3nf5 1 2 V�F � � � � � � � � � � 4,- �, r,: „- rFI;�`.. �, :, ,F .: n � � �a � ci �� Q � > � � �' � ~ � � � � � � � � s��� •�,;:+,��s��„ �.,�.. — ,., �� a{�� f:sr=i :,;.ssii�: :� ,� ,*�3;. ��:: �a�� �Y � Y�'' � n W .a � a.� c,� ❑ o 0 0 o q�F e v �� � �+� r r± �n.�� si d�� _:� � i�`. T� �� ri y M °�i�n ri : %i +i %i �.,� �; ��� .: „ ..� � � iV �i iF �... �., u �� iV � i, .� �! w �� •i rs iu v W a� �.n �a u ui 1,` i�l �� � �� ,i u {i �J, �sl � { .�. °{ ,ryy � �. i.l � �Y �¢ r� � �i }�� tSl x' i� � � � � � . W '� �: � � � � �+ � � � � � b q�` � '" � fi 4� Ll h i � `� .F I I O ri � i�l V i. G rl � :�: . . s • � y ' w .�� . i; �r�i :�S � M�`��5� � r r� "c� i � �F R �I'r '1 •i U1 �� r1 Ki •- � 4 t�ii ��� r� it ir ��n �i; ¢� wi +n � �I rr i{ �. �� � � �I � �I 1 fi ii fl • { 1+ �1 O .� �l �,,.. ���+ ��y" {Lf ��r ; � � L} �5 � {�i rff� � � i ulIM1S {I � +��r' �i� � � tr � I�rJ �r�i � � ;'�41 �r i � ir ��+1`�€ll t; ��r. � ��;; ¢, � � � .. � . � � � , g ; ; � :. 72 � ; r � , � y ;� � . � {., a � I y u � # r•. � Yh - 1� i. vtr ���l rF �� �`I � 4 r. t'Y � � 4k � � 4 � I �Yi �I y1 �� � I � g � 1 � �i �' � � W Mb �I � � �!_ �``^; , � � s �, 4' �; 'R g"s�� �; a t p� _ iF i�'x `� o '� � � � � s :. �; � /�� ar � i� • � $� e"� ��+ ',r� i � ih t��h 1 91.6 `l?'14�I�Pn fL'�����4 �tiI � �� 'l � I $ f � F }J �I •" e� '� � � !� 1 � F � �y � � w � ti � r IIF iy n � V �a � � �.i � �il � � u1 - � II. r� 4 � � �y �5 2� ID�p.} 1pp�� p5�i. i� ,i ;i �� �i �� � � Yl ~ � rl '��Y� i A5 � � � �7 I'1 y "sl ;� 1':� • ^'i rl +� rl � M4 � [ � r, +'Y I^ N � ��wF � � T S'r 3a � u � �« �r 4 � �. w m � .I� iw d� W Ji �}. � rl�ii � �i � . h �! � �,�v �gg ��� �fl ri f�l YI �� ., a y��il ��� � 4 ��,y � r `i' � I y I � � � ��� � � �� � � � � � � 4 9��0 W � � •-Y'------�_'_._.� .. . � �. .� . f.l :�. s, YI 4 +4 6 c� a� µ, . fi ,,, � � � F� � .] .,� r .� ik iil M . ii • F i5 r.• �5 r� ����'�4 �r � � r r t� o o �� i� r:;�,�,��� � � i', � x� ,5 � ;{ � �� � L � � �. � �. " � y �I n � '.{ �. �U�j��� _ e � � � es' � � .�. �';u � � i� � � �` � � -� � �` � � � � � � � •-3 S� � �� '!'' � �; I � � �� � � � � 4 � �' � � � � � � � O � 4 � e � 'F � � � � � � � � � CI'�'Y OF' F012T W ORTA 2021 bN-CAtL PAVEIV�EN7' MAIiI�INGS C�NTRACT #3 STANDAitI] CONSTRUC'I'ION 9PECIFICATlON AQCiJivlIENT'S CI'N 103740 Revised August 13, 2021 ;�j�cp�[sf1� CONSTRLICTiON PR:OGR�SS SCHEDUI,E—BASELINEEXAMPLE Page 4 nf 5 CITY OF FDRT WORTE3 2p21 pN-CALL PAVEMENT MAAICINGS CdNTRACT#3 STANpARD CONSTRUC'TION SPEC]FICATION DOCIlMENTS CPN ]03740 Revised rlugust l3, 2021 O1 32 lb.l CO[�TSTRUCTION PRbGRESS SC�3EDULE— BAS Ci.1NE EXAMPLE Page 5 nf 5 1 END OF STCTION Revision I.og DATE NAME SUMMARY OF CHANGE July 20, 2018 M. 7arrell InitialIssue May 7, 2021 M Owen Revised name due fo revising the schedule specificatiqn CITY OF FORT WOi�TH 2Q21 dN-CALI. PAVEIvIENT NfARKI1VC:S COAITI2ACT #3 STANDATtD CONSTRUCTION SPEC7FICATION DOCiINiL•"N'i"5 CPN 10374Q Revised August 13, 2U21 O1 32 16.2 CONSTRUCTIONPROGRESS SCI�IEDULE—PRpGRESS �XAMPLE Page 1 of 4 I 2 3 4 5 6 7 S 9 1Q 11 12 13 I4 15 I6 17 1$ 19 20 21 22 23 24 ZS 26 27 SrCTION 0132 �6.2 CONSTRUCTTON SCHEDUI_,E -- I'ROGRESS E�AMPLE PART 1- G �El�'It:RAi, The fbllnwing is an example of a Contractor's project schedule that illustrates the data and expectation for scl�edule content depictivag the progress for the praject. TI�is version of the schedule is referred to as a"progress" schedule, This example is intended to pror+ide guidance for the Contractor vahen dev�loping and submittin.g a pcogress scheduIe. See CFW Specification Ol 32 16 Canstruction Schedule for details and reauirements regarding the Contractor's project scheduIe. CiTY Or FORT WQFtTH 2O21 ON-CALL PAVCNI�NT dvIARK.INGS CONTRACT #3 STANUAIZD CONSTRi�TCT[(JN SPECIFICATi0I1 DOCUM�NTS CPN 103740 Revised August 13, 2021 Ol 32 16.2 CONSTRLiCTiON PROGRESS 3CHCDULE--PROGRCSS EXAIVIPLG Page 2 of 4 �, �� b tV � �� �r � G � N �i� � s G1 �. �� ! `�W G�CA}i] v Y��$��� J fl EI � r , � � �'- � ry (� } r + i� e� � �� � � � g {� � a a Y_ � � ,..i:� w ai z.�c twf..i.. cu ri .� ev n n n � y� _ ___.... ....._. —.-.... � W 'dS pd - 17 # a... i.,�r.a � s� ', c+ .d.,g {}� C^�a�c LtlP ('c �: i� I� � p'€i- o 0 0� _ r r I � �li ly N xa ilf �� .� .:� .. �: 4� ^ i� r .� .� .. �n o w� rt� m R i q p '{ 'h� }J � „ }I �'� aµ f� ' +{ r � � " O ;i3(�v�yM��1.f�' �11 �y� �'. �I r,A r i3 r"a �h :i Tf � '� I� � � �' �� � � ]( � �� ' � � +� ? � .� �i 1 t# r� �i � � �ei � i' '.ik. �J � U i � r� f r,+�, f,.+. R} i } � •. +, ��; �' Y .� �i � � Iri iS 7 ' + � �i � � � � in ii� � �! �j � �' r� - 'r� & t: h � J, w K-K X<� < 'w ��yi +pe �i r. w y �. _�i m m a_{ {y�. �. r, .5 iF � 4 a, w t+ Si YL fi i.� �s �} la ��.� %� �'�' r} YF il ij �� , J Lr V a3 G 6 Q}' / �� f� ' .� u��a� ,:r � - .r r a _ {'+ � �j� `� ����R�����_����5,�'`���F��r��4�� }�}j€:��JIx��������E ���#� � Ift, �r .+ `.� GI Yy� 4�o �' a� .. �'i .i .� ., ., • �I yi i.�tT�t� W � R p "I __ _�_ • i, w� il� i� rfl F i] f:.}� 1� IY Y• '� ��i � i� �' a� rl �I YIi {I YF �\ '' li'Li ii�i� �i 1'I 1ry Ft fi �*I �C. i i�l � �� { �f �� � � 5L i ' li � �' i� { 4 � �'���� ��� ��i'�*'��,.������������'�`���������:3� � � � s�.�. � �,:.. ,. . �� , . � � — €� fi , , , � , �"� r��r. eY 4... _. !Y YI •I n. ��� .. r..4 u w u'�t .. ��i �. �Eai x,lx+ 4Y ar aa v m �� sa r� 1i ri �� k� �.�i,�,} �k�;� � � ��r'r: ���,�;,.^;�5;�`�:�ra.�y �!? €i�"kl �� � i '�i � 3 � I�; ;j � � #�x'. � � '' �1 �� � � � fl � LR �� ]a � : � � 1 � # � � � � : {Jr.l�{ { +` �1: f�:.f.t## �f. F�{;�� }��al�f� ���. a aa�`.'; ��i N � .., �$ ❑ao 0 o.a �.€eo o cuo ti+ -.�� —— y � � I 1 a � i `� D t�i � i.i � ^44,"� Q� � i i t 't �" ��Ci Fk �{S r�;`I vkN1IMt u iY K �s i i"Y �i as 'y i} �i n w � �.�•. � *�� �� � � � ='��SI�+ ��^� ��I���;aE��� = �- �..• �, �.��. �3 � :, w. �;� �� � 8 c n � � � � � �, � ;!� � � � p � � 4r � �� U � � � � � � -� � � � � � � �' � # � I � � ' I � � I I T � � � � �,p ��� � !.: � � � � � � � � � � � � w � � � � � � �� II � � � � � � � � � � �� � � � � � � � I� s � w • i � � I i � +s p � � i � �� � f�� � � �� � ' �; � ,� � , � �, �,� �i � � � � �_ � n � .e � � � .� � ° � � � r� d �j u � � s ' " � � 1 ^ � 5 � u � � � " � � � , � . � � � � i � ��'s��"� ��."�"-.��u��i �1�1E�'�,�'�� �t����� ��'� �� � ��y�}�y�j ��.:�� !� 51 �} F� p �� aY�ci.Y� F. iY GC {' #� f� G i{ r:i ����111nynyny L� ^� �I ✓ � � �,; � � �s��� � �'� � � � i� i4 �I �1 +} � i IVS f6 r :� �3 � � :� i� I � 1s � � ��� � � . ` � i � i�fl� CITY OF �ORT WORTH 2O21 ON-CALL PAV�MEI�T MARKINGS CONTRACT #3 STA7�DARD CONSTRUCT'IQN SPECIF'TCA'T'ION D�C[JME3VTS CPN ]03740 Revised August 13, 202 f 01 32 1b.2 CONSTRUC'f C�N PI2aGR�9S S CHEDULE - PROGR�S S�XAMPLE Page 3 nf 4 � 2 ao � N � "� ,� N � � �] � � O M� LL � �i � � � A � � ,� �, � � � � �� � �� � �� �,,, � 4 � d � �� � F E I I I �� Y� Ap IY �i iV �� Y�.i N iF p RT: �t O S+ 4'+ Eri IS' ra n � � +� yi o, n w. �., ��r � �g e� ':"...0 .- i� „� s�w �p � � '$ `� n ;� R !Z �1 °i � �l' f�: f�� � ^ �„ S�1 '� ��������� ����� ���'��� -�����..��. �:,���:=��i��'��9�K,!f�� � Y�„y b A'1 m m MpF ., ii. iba W y� �i ,. ,.� .� .i�yi b�y� in ;'i �4 i4 � GW�1: � ir �J,�.i`LI r{ �y i'� �� i� � II :1�i�.�� yyy�� ��}j �p�!/y �1p�j � � � � � �{`�T� � � 4� N � � � 1 C. iY � {V � � � �� 4 i}�F� �Yy �t �p ': 97 s. ii, �� � i i _ 00 •i ', � �n .li u� i�.,i u"� �� �k � � .S � G �� i �, � i�y � ii `i j '�� i� �' fj 'j "': ,��.��������k� ���������� � . .a � :��� �r.�; � �� • � r •• w w �a �- �n U_ ,n ri w `i � �I; �� � `' �f F¢f' i � 1 �"� i; � n �� � �� ,p .. �� �.�I.��� il� dd;��P�,� !' � �� � f:"I} I_f! ' � �1 Ih'O 6 n � � ;a �i i . �I � i�i � e}i� � � � � I � � Xf��IN �`I Ci '�i° ,. �5 # �r :1 i a ��_4. � r r i��li � . p p �p p �T � ��w I� H � n a �i � 'r iV � N ���'� ! p w �i��" , � . . I i _. t � � � � � I � �� � � .a ^ ';� � �� � � ���;;�� ` c.� '� r� ����.��� ��` �� � � , W X � t � � � ��;����� �������:� ����.�� y �,��;���������;.'������ �;���� �1 � � � � cY n;� .�, ��� o ., ir a j �e - �r + in .�� YY . �-.� W RF� fl�l ��`��'��� .IV YR. w �pn µs�i � +! +ul #i �'I �����. - - .T �^Id� ;4;Ir�l#3�;; � � ���:� �, �{m ����� " � � ��� ��� I��Q�i'.. Ll r � IC1 C . Y �'��{ _ � ��� ������ ,y .i r� .1 n � � � � � ' � � �� a tlC � w1 " "� I '�' iY Y� "' "�: �7 ;'.' I� I ���7��°�������, , � � �, w � � � ...� M ; S� i'] � � � r��, ;1 ��������� { C�, :� t iM1 g, rr �• '1 u� �� r�r '�� � 5�'� ���# l{� n ` i , �?�'.� i_.�'��a_ + �� � .� �qu ,� � '�: ��� � � � r� ry� �� ' � � � ��:������� r , . �� �u ���s' � �°j�';ry r'i� : �S r. � ��� m�� . A � I� f VF ��� �%� f+i R�� q,� � ��.� � I � � � �� « �; ���� � � � ������ �r ,�C ��'.�" � . i � t s �I � J ����� � ����;��,��� � �� A� YI i �Y ��U Ji �U M ;�. �i �� �+ ��y,� 1� � � ,� � � � �� � ��AW Vf � � � �� � � B � r� f/1 � �� z� �I � � F-� � � � � � � � � ��y � � Qr ��o ��� � � ,� � � � ��� I�� CITit OF I'dRT WORTH 2O21 ON-CALL PAV�IV�NT MAI2KINGS CONTRACT V�3 STANDAR� CDNSTRUCTION SPECIPICATION �OCiJMENTS CPN 10374(} Revised August 13, 2Q21 O] 3.21G.2 CON5T1tUCTION PROGItESS SCHEDULE—PROGRFSS C}:AMPI,E Page4of4 l IND OF STCT�QN Re�sion I.og DATE I�iAMG SUMIV�IRY OFCHANG� Tuly 20, 2018 M, 3arrel] InitialIssue May 7, 2021 M Orren Revised name due to reaiai�g tl�e schedule speeifieation CTTY OF FORT WQRTH 2O21 {i1V-CA[,L PAV&MEN"1' MAItKINGS CQNT[tACT #3 STANDARD CbNSTR1UC1'TON SPEC�ICATION DOCUMENTS CPN ]0374fl Itevised August 13, 2021 Q132 1G.3 — PROGAESS NARRATIVE Page 1 of 1 S�CTION 0132 I6.3 CONSTRUC710N FROJECT SCHEDULE PROGRESS NARRATIV� Reparting Period: Date Issued: Praject Name: ConfractarCompanyName: City Project No: Contractor5cheduleCantact: City Project Manager: A. List of activi�ies changed in the re 1. (insert text hare) 2, (insert text here) 3. (ins�rt text here) 4, (fnsert text hereJ 5. (insert text here) 6. (insert text herej �. �ist any potential d 1. �insert text here) 2. (insert text here) 3, (insert text here) C. �ist any actual de 1, (insert text here) 2, �insert text here) 3. (insert text here) riod. and prawide mifiaation actions and pro�ide recovery actions Cfry of Fort Worth, Texas Construction Project Schedule Narrat3ve Report for CFW ProJects Re�ised Augustl3, 2021 Page i of 1 2021 ON-CALL PAVEMENT MAIiKINGS C�NTI2ACT #3 CPi� 103740 01 32 33 - I PRECONSTKUC'I']ON VIDEO Page ] of2 SECTION 013� 33 PREC4NS'I'RUCTION VIDEO �ART1- GENERAL X.I SiTMMARY A. Section Includes: 1. Administrative and procedural requireinents far; a. Preconstruction Videas B. Deviations from this City of Port Worth Standard Specificatic�n Z . Nane. C. Related �peciiication Sections includa, but are not necessarily limited to: �. DiViS10ri Q-- B1.C�d111� RCC�UII'6111et1�S, Contract Forms and Cand.itions of ihe Contract 2. Divisi4n 1-- General Requirements 1.2 PRICE AND PAYMENT PROCEDURE� A. Measurement and Payment 1. �Vark associated with this Itezn is considered subsidiary to the various items bid. No sepa�'ate payrnent will be allowed fQr this Ifem. 1.3 REFERENCES [NOT USED] 1.4 ADMII�TISTRATIVE REQUIREMENTS A. Precons.truction Vid�a l. Produee a preconstruction video of the sitelaligninent, including all areas in the vicinity of and to be affec#ed by construction. a. Provide digital copy of video upon request hy tl�e City. 2. Retain a copy of the preconstruction video until the �nd of the maintenanc� surety period. 1.5 Si7BMITTALS [NOT USED] 1,6 ACTION SUBMITTALS/INFORMATXONAL SUBNIITTALS [NOT USED] 1.7 CLOSEOUT SUBNIITTALS [NOT USED] 1.8 MAINTENANCE MATEX2iAL SUBMITTALS [NOT USED] �.� Qu�,rrY �ssu�vc� �voT usEn� 1.1Q DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.Z1 FIELD iSTTE] COND�TIONS INOT T]�ED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [N�T USED] c�T� o� Fo�T wo�rx zaz� �N-ca�.�, PAv��v-r �nxxuv�s cor�muacr s3 STANDARD CONSTRIICTION 5PECIFTCATTON DOCUMENT'S CPN 103740 Revised July 1, 2011 ai 3�as-2 PR�CONSTRUCTION VIDED Page 2 ai 2 PART 3 � EXECUTI�N [NOT USED] �ND OF SECTION Revision Log DATE NAME ST.JMMARY QF CHA.NG� C1TY OF FORT WOFZTH 2O21 ON-CALL PAVENIENT MARKINGS CONTIi ACT #3 S7"ANC7AAD COIVSTRUCTION 5PECIFICATION I7QCUMENTS CFN 103740 Revised July 1, 2Ql L D l 33 {lD - 1 SU�NfITTALS Page 1 of 8 SECTION 0133 00 SUBMITTALS �7 . '.�1_��l�� D '7�� 1.1 SUMMARY A. Section Includes: 1. General methods and requiremants of submissions a�plicable to th.� following Work-reiated subrnittals: a. SIlop Drawings b. Product Data (including �tandard Product List subrnittals} c. 5amples d. Mock Ups B. DeviatiQns from this City af Fart Warth Standard Specification 1. None. C. Re�ated Speciiication Sections include, but are nnt necessarily limited to: 1. Di�+ision 0— Bidding Requirements, Contract �'arms and Conditions of fhe Contract 2. Division 1-- General Requirem�nts �.2 YRICE �iND PAYIVI�NT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary t� the various items bid. No segarate paytnent will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE R�QiJIREMENTS A. Coordination 1. Notify the City itt writin.g, at the time of submittal, of any deviations in the subrnittals from the cequirements of the Contract Documents. 2. Co.ordination of Submittal Times a. Preparc, prioritize and transmit each submiital suff ciently in advance of perforrning ihe related Work or other applicable activities, or within the time specif ed in the individual Work 5ections, of the Specifrcations. b. Cantractor is responsible sueh that the installation wiIl not be delayed by praceasing times including, but not limited to: a) Disapproval and resubmittal (if required) b) Coordination with other submittals c) Testing d) Purchasing e) Fabricati.on f} Delivery � 5imilar sequenced activities c. No extension of time will b� authorized because of the Cantractor's failure to transmit submittals sufficiently in advance of the Work. CPfY OF FORT WflRTT-I 202! ON-CALL PAVEMENT MARI�IlVGS CONTIZAC.T #3 STAN�ARD CONSTRUCTION SPECIFIGA'I'�OAI BOCU3vIENT5 CPN ]03740 Aevised December 20, 2012 Q13300-2 S UB MITTAI_,S Page 2 nf 8 d. Make submiitals promptIy in accordance with appxoved schedule, and in sucl� sequence as to cause no delay in the Work or in the work of any oiher cont�actor. B. Submittal Nuinbering 1, When submitting shop drawings of• saanples, utilize a 9-character submittal cross- reference idenYi�catian nuinbering system in the following manner: a. Use the f rst 6 di�its af the applicable Speci�'ication 5ectian Number. b. For the next 2 digits number use numbers OI -49 ta sequentially number each initial separate item ar drawing submitted under each specific Sactian number. c. Last use a letter, A-Z, indicating the resubmissian of the sazne drawing {i.e. A=2nd submission, B�3rd submission, C=4th submisaion, etc.}. A typical submittal number would Ue as folIaws: 03 30 OQ-08-S 1) Q3 3Q �0 is the Specification �ection for Concrete 2) b8 is the eighth initial submittal under this Specification Section 3) B is the third submission (secand resubtnission) of that particular shop drawing C. Contractor Certification 1. Review shop drawings, product data and samples, including those by subcontractors, prior to submission to determine and verif� �e follov,Ting: a. Field rneasurements b. �'i�Id construction criteria c. Cafalag numbers and siinilar data d. Conformanc� with the Contraet Doc►.iments 2. Provide eaeh shop drawing, sample and product data submitted by the Contractar wiih a Certificatipn Stateinent af�xad including: a. The Coni�•actor's Compan� name h. Sigt�ature of submittal reviewei• c. Certification Statement 1) "By this submiital, I he1•eby representthat I have determrned and varifed fiald measurements, field const�•uction criteria, materials, dimensions, catalag nui�abers an.d similar data and I have che.cked ai7d coordinated each item witla other appIicable approvecE shop drat�vings." D. Submittal Format 1. Fold shop drawings larger than 8 Y2 inches x 11 inches to 8%z inches x l linches. 2. Bind shop drawings and product data sheets togeth�r. 3. Ordar a. Cover Sheet 1) DescriptionofPacket 2) Contractor Certi�ication b. List of i�ems / Table of Contents c, Product Data /Shop Drawrings/Samples /Calculatians E. Submittal Content 1. Tha date of submission and the dates of any previous sub�nissions CTTY OF FORT' WORTH 2O21 ON-CALL PAV�M�I�lT MAR.KINGS C�NTRACT #3 STANDARD CONSTRUCTIQN SPECIPICATIdN DOCUMENTS CPN 1D374Q Revised December 2p, 2612 oi 33ao-3 SUIIMTTTALB Page 3 0€ $ 2. 'Fhe Project title and number 3. Cantractor zdenti�cation 4. The nazn�s af_ a. Conteac4or b. S�tpplier c. Manufacturer 5. Idet�tificatian of the product, with the Specification Section number, page and paragraph(s) 6. Field dimensions, clearly identified as such 7. Relation to adjacent ar critical features of the Work or materials 8. Appl�cable standards, such as ASTM or Federal Specificat�on numbers 9. Jdentification by highlighting of deviations from Confixact Documei�ts 1Q. ldentification by highlighting of revisions on resubmittals 1 I. An 8-inch x 3-inch blank space for Contractor and City stamps P. Shop Drawings 1. As specifed in individual Wark Sections includes, but is not necessarily limited to: a. Custom-prepared data such as fabrication and erectian/installation (working) drawings b. Scheduled information c. Setting diagrams d. Actual shopwork manufacturing instructions e. Custom templates f. Special wiring diagrams g. Coardination drawings h. lndividual system or equipment inspection and test raports including: 1) Ferformance curves and certiilcations i. As applicabie to ihe Work 2. Details a. Relation of the variaus patts to the nnain memb�rs and lines of the structure b. Wher� correct fabrication of the Work depends upon �ield measurements I) Provide such measurements and note on the drawings prior to submitting for appravai. G. Product Data 1. For submittals of product data for products included an the City's 8tandard Product Lisi, clearly identify each item selected for use on the Proj ect. 2. For submittals af product data for praducts not included on the City's Standard Product List, sttbrriittal data may include, but is not necessarily limited to: a. Sfandard prepared data for manufactured products (sometimes referrad to as catalog data) 1} Such as the manufacturer's product specificatio.n and instajlation insiructions 2) AvaiIability of colors and patterns 3) lWlanufacturer's printed statements of compliances and applicabilify �j Raughing-in diagrams and templates 5) Catalog cuts 6) Product photographs CITY OF �012T WORTH 2O27 ON-CALL PAVEMENT MARKINGS CONTR.4CT #3 STANI7ARD CONSTRUCTION SPECIFTCATTON DOCi7MENT5 CPN 1p37A0 Revised December 2D, 2012 0133OD-4 SUBMITTALS Page 4 of 6 7) Standard wiring diagrams 8) Prir�ted pez'formance cutves and operationaI-range diagrams 9) Productian ar quaiity cantrol inspection and test repai�#s and certificatians 10) MiII repor�s 11) Praduct operating and maintc�7ance insiructions and recommended spare-parts listing and print�d product waxranties 12) As applicable to the Work H. Sarnples 1. As specifi�d in individual 5ectians, include, but are not necessarily limited to; a. Physical ex��nples of the Work such as: I) Sectians of manufactured or fabricated Work 2) �Small cuts or containers of maierials - 3) C.omplete �.nits of repetitively used producfs colorltexturelpattern swatches and range sets 4} Specimens for coordination of visual effect 5} Graphic symbols and units of Wark to be used by the City for independent inspection and festing, as applicable to ihe Work I. Da not start Work t-equu�ing a shop drawing, sample ar product data nor any materia[ to be fabt'icated or installed prior to the approval or qualified approval of such item. 1. Fabrication performed, materials purchased ar on-site constructian accomptish�d which does not con%rm to approved shop drawings and data is at the Contractor's risk. 2. The City will not be liable for any expense or delay due to corrections or retnedies required to acco.mplish conformity. 3. Complete project Wark, materials, fabrication, and installations in conformance wi#h approved shop drawings, appIicable samples, and product data. J. Submi�al DistriUution 1. �lectronic Distribution a. Confirm de�elopment of �'roj�ct directory %r electronie submittals to be uploaded to City's Buzzsaw site, oz' another external �'TP site appraved by the City. b. Shop Drawings 1) Upload submittal to designated project directoxy and notify appropriate Ciiy representatives via email of subinittal posting. 2) Hard Copies a) 3 copies for all submittals b) If Contractor requires more than 1 hard copy of 5hop Drawings returned, Contractar shall su6mit more than the nurnber of eopies listed above. c. Product Data I) Upload submitta[ to designated project directory and notify appropriate City representati�es via emai] of submittal posting. 2) Hard Copi�s a) 3 copies for aIl sub�nittals d. Samples 1} Distributed to the Project R�presentative 2. Hard Copy Distrihution (if required in lieu of electranic distribution) C1TY OP' EORT WORTH 2O21 ON-CALL PAVEMENT MAftKINGS CONTRACT #3 STANDARD CON5TAUCTION SPECIFICATIQN DOCUMENTS CPN ]03740 l2eVised December 20, 2012 o� 33ao-5 SUBMIT'CALS Page 5 oF 8 a) 8 copies �or mechanical submittals b) 7 copies far all other submittals c) If Contraator requires more than 3 copies of Shop Drawings returned, Contractor shall submit more than the number of copies listed above. b. Product Daia 1) Distributed to tt�e City 2) Capies a} 4 copies c. Sar�ples 1) Distributed to the Projeei Repcesentative 2) Copies a) Submit tlZe number stated in the respecti�e. Specificatian �ections. 3. Distribute reprod�ctions of approved shap drawings and eopies of approved product data and samples, tvhere required, to the job site f le and elsewhere as directed by the City. a. Pravide number of copies as directed by the City but not exceeding the nurnber previously specified, a. Shop Drawings 1) Distributed tn the City 2) Copies K. Submittal Review I. 2. S. The review of shop drawings, data and samples will be for general conformance with the design concept arid Contract Docurr�ents. This is no.t to i�e construed as: a. Permitting any depa�iure from the Contract requirements b. Relieving the Contractor o� r�spansibility for any errars, includi�g details., dimensions, and materials c. Approving departures fram details furnished by t1�e City, except as o�herwise provided herein The review and approval o� shop drawings, samples or product data by the City does not reiiave the Contractor from his/[�er responsibility with r�garc� to the Fuliillment of the terms of the Contraet. a. All risks af enrar an�i omission are assu�ned by the Contractor, and the City will have no responsibility #herefore. The Contractar remains responsible for details and accuracy, for coordinating the Work with a11 other associated work and tracies, far selacti.ng fabrication processes, for techniques of assembly and for perfarming �Vork in a safe manner. If tkze shop drawings, data or samples as submitted describe variatzons and show a daparture fram the Contract requir�ments which City finds to be in the in#erest of ti�e City and to be so ininor as not to i.nvolve a change in Contract Price ar time for pe:rformance, the City may return the reviewed drawings without noting an exception. Submittals wi11 be re�urned to the Contractor under 1 of the fallowing codes: a. Code 1 1} "NO EXCEPTIONS TAKEN" is assigned when th�re are no noiations or comments on #he submittal. a) When returned under this code the Contractor may release the equipment at�.dlor matei7ai for manufacture. b. Code 2 CITY QF FpRT WORTH 2O21 �N-CALL PAVEIVIENT MARKIC�G5 CO1V7`RACT #3 STAI�DARD CONST[LUCTIpN SPECfFICATION! T30CUMENTS CPN ID3740 [tevised Deeernher 2Q, 2�12 013300-5 SUI�MITTALS Pa�e b af S 1} "EXCEPTIQNS NOTED". This code is assigned when a coniirrnation of the. notations and catnments IS NOT required by the Contracior. a) The Coiltraetot• may release the equiprr�ent or material for manufacture; however, aIl notatians and comments must be incorporated inta the final praduct, c. Code 3 1) "EXCEPTIONS NOTED/RESiTBMIT". This combinatiot� of codes is assigned wl��zt notations and comments are extensive enough to require a resubmit�al of the pacl�age. a) The Contractar may release the equipment or material for �nanufacture; hawever, all notatians and comments must be incorporated into the final product. b) This resubmittal is ta address a11 cornments, omissions and non-conforming items that were noted. c) Resubmittal is to be received by ttie. City within I S Calendar Days of the date of the City's transmittaI requiring the resttbnnittal. d. Code 4 �) °N�T APPROVED" is assigned when the submittal dqes not meet the intent of tY�e Contract Documents. a} The Contractor rriust resubrnit th€ entire package revised to bring the submittai into conformance. b) It may be necessary to �•esubmit using a dif%rent manufacturer/vandor to tneet the Contract Documents. 6. Resubmztials a. Handled in the same manner as first submittals 1) Carrections other than requested by the City 2) Marked with revision triangle or other similax method a) At Contractor's risk [f not marked b. Submittals for each item will be reviewed no more than twice at the City's expense. 1) All subsequent reviews will be performed at times convenienl to the City and at the Coniractor's expense, based an the City's or City Representative's ti�en pr.evaiIing rates. 2) Pro�ide Contractor ra[mbursement to the City within 3Q Calendar Days for al] such fees invQiced by th� City. c. The neecf for more than I resubinission or ar�y other delay in abtaining City's review of submittals, will not entitle the Contractar to �n e�ension of Contract Time. 7. Partial Submittals a. City reserves the right to not revievv submit�als deemed par�ial, at the City's discretion. b. Submittals deemed by the City to be not coinplete will be retut'ned to the Contractor, and will be considered "Not Approved" until resubmitied. c. The City may at its option provide a list or mark the 5ubrnittal direeting the Contractor ta the areas that are incomplete. 8. If the Cantractor considers any carrection indicated on the shop drawings to constitute a change to the Cantract Documents, then t�vri�#ten ttotice must be provided thereof to the City at least 7 Calendar Days prior to release for manufacture. C1TY OF FORT WORTH 2O21 ON-CALL I'AV�M�NT MARKINGS CQNTIiACT #3 5TEiNpARD CONSTRUCTION SPECIF [CATION DOCL.TMENTS CPN i03740 Rewised December 20, 2012 0[ 3300-7 SUBMI7TALS Page 7 of 8 9, When the sIiop drawings have been coinpleted to the satisfaction of the City, the Cantractor may carry out the construction in accordance therewith and no fiu�ther changes the�•ein except upon written instructions from the City. 10. Each suUmittal, apprapriately coded, will be returned within 30 Ca�endar Days following receipt of submit�al by th� City. [�. Mock ups L Moc1c Up units as specified in iiidividual Sections, include, but are nat necessarily limited to, complete units of the standard of accepta�ce for ihat typ� of Work to he used on the Projec�. Remove at the completion of the WQrk or vvhen directed. M. Qual.ifications 1. If speeifically required in other Sections of these Specifications, subtn.it a P.E. C.ertifieation far each item required. N. Reyuest for Information (IZFI) 1. Contracior Request for additional in�ormation a. Clarificaiion or interpretation of the contract docuinents b. When the Cantractor belie�es there is a conflict between Ct�ntract Documents c. When the Contractor believes there is a conflict between the Drawings and Specifications I) Identify fhe canflict and request clarification 2. Use the Request for I��farmatic�n (RFI} form provided by the City. 3. Numbering af' R�'1 a. Prefx with "RFI" followed by series number, "-x�c", beginning with "Ol" and increasing sequentialiy with each additional transmittal. 4. Su�f cient informatian shall be attached to pet7xzit a written response without further i nformation. 5. `I'he City will log each reyuest and will review the request. a. If review of the project information request indicates that a change to the Contract Documents is required, the City will issue a Fieid Order or Chan�e Order, as appropriate. 1.� SiTSMITTALS [NOT U�ED] 1.6 ACTION SUBl/'IITTAL�/IIVFORMATIONAL SUBNIITTALS [NOT USEDj 1.'� CLOSEOUT SUSMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QIIALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT IISED] 1.11 FIELD [SITE] CONDITIONS [NOT US�D] 1.1� WARRANTY [NOT LTSED] C1TY OF FORT W�RTFI 2021 ON-CALL PAVEM�NT MAI2KING5 COIVTRACT #�3 STANDARD CONSTRUC3'[Ol�i SPL�CIFICATION DOCiJNIENT5 CPN 103740 Revised December 20, 2012 p13300-8 SUBMPI"I'ALS Page 8 oF 8 PART 2 - PRODUCTS [NOT iTS�D] PART 3 - EXECUTION [NOT US�D] END OF 5ECTION Revision Lng DATE NAME SUMMARY OF CHANGE 12/20/2012 D. dohnso� 1.4.K.8. Working Days modified ta Galenda�• Days CITY OF PQRT W�RTfT 2021 pI+1-CAI,L PAVEMENT MARICING3 CQNTRACT #3 STAi�fDARD CONSTRUCTIQN SPECIFICATION DOCUMENTS CPN 103740 Itevised December 20, 2012 o�3s�3-i SPECIAL PRQIECT PROCEDUTZ�S Page 1 of$ 2 3 PART 1- GENERAi, 4 ]..l SiTMMARY S A. Section Includes: b 7 8 9 1Q 11 12 l3 14 15 I6 17 18 19 sECTxoN a� �s �� SPECIAL PR4J�CT PROCEDURES The procedures for speciai project circt�mstances that includes, but is not Iimited to: a. Coordination with the Texas Department of Transportation b. Work near High Voltage Lines c. Con�ned Space Entry Pragraxn d. Air Polluiion Watch Days e. Use of Expiosives, Drop Weight, Etc. f Water Department Noti�cation g. Public Notification Priar to Beginning Construction h. Coordination vvith LTnited Sta�es Anny CQrps of Engineers i. Cnordination within Raijroad permits areas j. Du�t Control k. Etnployee Parking B. Deviations �'rom tkus City of Fort Worth Standard Specification 1. Nane. 20 C. Relafed Specification Sections include, but are not necessarily lirnited to: 21 1. Division 0— Bid�ing Requirements, Con�ract Forms and Canditions of the Contract 22 2. Division 1— General Requireinents 23 3. Section 33 12 25 — Connection to Existing Water Mains 24 1.2 PRICE AND PAYMENT PROCEDURES 25 25 27 28 24 30 31 32 33 39 3S 36 37 38 39 4fl 41 42 A. Measurement and Payment I. Coordination within Railroad permit areas a. Measurement 1) Measurement for this Item will be by lump sum. b. Payment 1) The work performed and tn.aterials furnished in accordance with ihis Item will he gaid for at tha lump sum price bid for Railroad Coorclination. c. The price bid shall include: 1) Mobilization 2) Inspection 3) 5a%ty training 4) Additio:nalInsurance S) Insurance Certifieates 6} Other requirements associated with general coordination wsth Railroad, including adctitional employees required to pratect the right-of way and property af the Railroad from damage arising out of and/or from the construction of the Project. 2. Railroad Flagmen Cl'TY pF FQRT WDRTH 2O21 ON-CALL PAVEMENT MARKiNGS CONTRACT #3 STANDARD CONSTRfICTIQN SPECIFICATIOAI DOCUMENTS CPN 103740 Revised December20, 2U12 013513-2 SPECIAL PROJEC'1' 1'ItOCEDUEt�S Page 2 of 8 1 2 3 4 5 G 7 8 9 ia 11 12 13 a. Measurernent 1) Measure�nent for this Item will be ger working day. b. Payinent 1) The work performed and i�aaterials furnished in accordance with tllis Item will be paid for each working day thai Railroad Flagmen are present at the Site. c. The price bid shall include: 1) Coordination %r scheduling flagmen 2) �'lagmen 3} Other requ[rements associaied with Railroad 3. AIl ath�r ite�ns a. Work assaciated with these Items is considered subsidiary to the various Items 6id. Na separata payment wilI be allo�t+�d for this Item. 14 1.3 REFERENCES 15 A. Reference Standards 16 I. Reference standards cited in this Specifieation refer to the current reference 17 standard publish�d at the time of the Iatest revision date logged at ihe end af this 18 Specifcation, unle�s a date is specifically cited. 14 2. Health and Safety Code, Title 9. Safety, Subtitle A. Public Safety, Chapter 752. 20 High Voltage O�erhead Lines. 21 3. North Central Texas C.ouncil of Gov�rnments (NCTCOG) -- Clean Construction 22 Specification 23 1.4 ADMINISTRATIVE REQUIREMENTS 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 A. Cnn�'dination witll the Texas Department of Transportation 1. When work in the right-of-way which is under the jurisdiction of the Texas Department of Transportation (TxDOT}: a. Notify the Texas Depar�m.ent of `I'ransportation prior to commencing any work therein in accardance with the provisions of the permit b. All work performed in tk�e TxDOT right-of-way shall ba perfor.med in com.pliance wifh and subject to approval from the 7'exas DepartTnent af Transportatian B. Work near High Voliage Lines 2. 3 4. Regulatory Requirements a. AIl Work near High Voltage Lines (rr�ore than 600 volts measi.u•ed betw�en conductors or between a cnnductor and the ground) shall be in accordance with Health and Safety Cade, Title 9, Subtitic A, Chapter 752. Warning sign a. Provide sign of sufficient size meeting a]1 OSHA requirements. Equipment aperaling within 10 feet of high voltage lines will require th� following safety f�a#ures a. Insulating cage-type of guard about the boom or arm b. InsuIator links on the li�t haok connections For back hoes o�• dippers c. Equipment must mae# the safe#y requirem�nts as set forth by OSHA and the safety requirements of the owner of the high voltage lines Work within 6 feet of high �oItage electric lin,es CITY �F FORT WORTH 2Q21 ON-CAI.L PAVEMEIdT MARKINGS CONTRACT #3 STANI�AItD COAfS"C1tUCTION SFrCIFICATIDN DOCUMENTS CPN 1D3740 Aevised December 20; ZqLZ 013513-3 SP�CIAL PRp7ECT PROCEDURES Page 3 a£8 1 2 3 4 5 6 7 S 9 10 11 12 13 14 15 16 l7 1 S. 14 20 21 22 23 24 25 26 27 2$ 29 3d 3I 32 33 34 35 36 37 38 39 4fl 4I 42 43 44 45 � L:� c. Notificatinn shall be given to: 1) The power company (example: ONCOR) a) Maintait� an accurate log of all such calls to power company and record action taken in each case. Coordination �urth power company 1) After notification coordi�ate with the power company to: a) Erect t�mparary mechanical barriers, de-energize the lines, or raise ar lower the lines No personnel may v�ork within G feet of a high voltage line befare t�e above requirements have been 3net. C. Canfined Space Entry Program l. Provide and follow approved Confined Space Entiry Prograt�n in aceordance with OSHA requirerrients. 2. Confined 5paces incl.ude: a. Manholes b. All other conf'ined spaces in aecarrdance with OSHA's Permit Required for Confined 5paces D. Air Pollution Watch Days 1 2. General a. Observe the following .guidelin�s relating ta working on City construction sites on days designated as "AIR �OLLUTION WATCH DAYS". b. Typica! Qzone Saason 1) May 1 thraugh October 31. c. Critical �mission Time 1) 6:D0 a.m. to 10:00 a.�n. Waic'h Days a. 'X`he Texas Commission on En�ironmental Quality (TCEQ), in coordinatian with the National Weather Serviee, will issue the Air Pollutio.n Watch by 3:00 p.m. on the afterr�oon peior to the WATCH day. b. Requirements I} Begin work after 10:00 a.m. whenever constz'uction phasing requires the use of motorized equipment for periods in excess of 1 haur. 2} Hawever, the Contractor may bagin work priar to 1D:00 a.m. if: a) Use of motorized equipment is less than I hour, or b) If equipment is ne�v and certified by EPA as "Low Emitiing", or equipment burns Ultra �,ow Sulfur Diesel (LJLSD}, diesel emulsions, or alternative fuels such as CNG. E. TCEQ Air Permit 1. Obtain TCEQ Air Permit %r construction activities per requirements of TCEQ. F. Use of Explosives, Drop Wsight, Etc. 1. When Cantract Docuznenfis permit on the praject the following will apply: a. Pubiic Notification 1} Sui�mit notice to City and proof of adequate insuranc� coverage, 24 hoi.u•s prior to cornrnencing. 2) Minimum 24 hour public notification in accordance with Sectian dl 31 13 46 G. Water Department Coordina#ion CITY OF FORT WOl2TH 2O21 ON-CALL PA'VEIV�NT MARKINGS CONTRACT #3 STAIVDARD CON5TRIICTTON SPECIFICATIQN DQCUM�3+TT5 CPN 1 D3740 Revised Decemher 20, 2Q12 013513-4 ST'ECIAL PROd�CT PRbC�Di1RE5 Page A pf 8 l 1. During th.c cnzastruetion of this groject, it will be necessary to deactivata, for a 2 period of time, existing lines. The Contractor shall be required to coordinate with 3 the ViWater Department to determine the be5t times for deactivating and activating 4 those lines. 10 11 12 13 14 15 16 l7 18 i9 2. Coordinate any event that �vill require conn:ectiung ta or the operation of an existing City water line system with the City's representative. a. Coordination shall be in accardance with Section 33 J 2 25. b. I� n�edad, obtain a hydrant water meter from the Water Depai�tment for us� duriz�g the lif� of named project. a In the event that a water valve on an existing li�e system be turned off and on to accommodate the construciion of the project is required, caordinate this activity through the appropriate City representative. 1) Do not operate water line valves oie�cistitag wat�r system. a) Failure to comply will rendei• fhe Contit'acfar in �iolation of Texas Penal Code Title 7, Ghapter 2$.03 {Criminal Mischiefl and ihe Contractor wiIi be prosecuted to the full extent ofthe law. b) In addition, the Contractor will assurne all liabilities and responsibilities as a result of these actions. H. Pubfic Notification Prior to Beginning Consiruction 20 1. Prior to beginning construction on any block in the project, an a bloek by block 21 basis, prepare and deliver a notice or flyer of the pending construetion to the front 22 door of each residence or bUsiness that will be impacted by construction. The notice 23 shall be prepared as follows: 24 a. Post notiee or flyer 7 days prior to beginning any c4nstruction activity an each 25 black ip the project area. 26 1) Prepare flyer an the Contraetor's letterhead and include the follotiving 27 information: 28 a} Name of Project 29 b) CityPraj�ctNo(CPN) 3Q c) 5cope of Project (i.e. type of construction activity) 31 d) Actual construction duration within the block 32 e) Name of the contractor's foreman and phane number 33 f) Name of the City's inspectot ar►d phone number 34 g) City's after-hours phane n�mber 35 2) A sample of the `pre-construction noti�caiion' flyer is attaehed as Exhibit 36 A. 37 3) Submit schedule showing the construction start and finish time for each 38 block of the project to the inspector. 39 4) Deliver flyer to the City Inspector for review prior to distribution. 40 b. No construetion will be allowed to begin on any 61ock until the flyer is 41 delivered ta all �•esidents of the block. 42 43 44 45 46 47 48 I. Public Notification of Temporary Water Sez�vica Tnterruption during Construction 1. In the event it becomes necesaary to temporarily shttt down water service to residents or businesses during eonstruction, prepare and d�li�er a notice or flyer of the pending interruption to the front door of each affeeted resid�nt. 2, Prepared notice as follows: a. The notificatian ox flyer shall be pasted 24 hours prior to the temporary interru.ptian. CITY OP' FORT WORTH 2O21 ON-CALL PAVENIENT MARKINGS CONTRACT #3 STAPIDARD CONSTRUCI`IQN SP�CII'TCATION DDCUMENTS CPN 103740 Revised December 2D, 2012 013513-5 3PECIALPRQJECTPRQCE�URES Page 5 of 8 1 2 3 4 5 6 7 8 9 10 I1 12 13 14 l5 16 b. c. d. e. f. Prapare flyer on the contractor's let�er�earl and include the following infarmation; l) Name oi the project 2} City Project Number 3) Date of the interruption of service 4) Period the interruption will take place 5) Name of the contract�r's foreman and phone nu�nber 6) Name of the City's inspector and phone number A sample of the temporary water service interruption noti�ication is aitached as E�ibit B. Deliver a copy of the temparary interruption notification ta the City inspactor foe review priar to being distributed. No interruption of water service can occur until the flyer has be�n deli�ered to all aifected residents and businesses. Electronic versians of the sampie flyers can be obtain�d from the Project C�nstruction Inspector. 17 J. Coordination with United States Army Carps af Engine.ers (USACE) 1$ 1. At locations in the Project where construction activities occ�tr in areas where 19 LTSACE permits are required, meet all requiremenis set fortb in each designated 20 permit. 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 �42 43 44 K. Coordination within Rallroad Pern�it Areas 1. At Iacations in ihe proj ect where eor�truction activities occur in areas where railroad permits are required, meet all requirements set forth in eaeh designated railroad germit. This includes, but is not limited to, provisions f�r: a. Flagmen b. Inspectors c. Safety training d. Additional insurance e. Insurance certificates f. Other employees required to protect the right-of-way and property of the Aailroad Company from damage arising out of an�lor from the canstruction of the project. Proper utility clearance procedures shall be used in accordance with the permit guidelines. 2. Obtain any supplemental information needed to comply wiih ths railroad's requirexnents. 3. Railroad Flagmen a. Submit receipts to City for veriiication oiwnrking days that railraad flagmen were present an Site. L. Dust Control 1. Use acceptable measures to control dust at the S'tte. a. If water is used to control dust, capture and properly dispose af waste water. b. If wet saw cutCing is performed, capture and properIy dispose �f slurry. M. Employee Parking 1. Provide parking for employees at locations approved by the City. CISY �F FQRT WORTH 2O21 ON-CA1,I, PAVEMEIVT �vIARKINGS CONTRACT #3 STANDARD CONSTRUCTION SPECIFiCATION IlbCU1VfENTS C�1V Iq3740 Revised December 20, 2012 O13513-6 SP�CIAL PR07CCT PROCEDUI2ES Page G of 8 1 1.5 SUBMITTALS jNOT USED] 2 1.6 ACTION SUBMITTALSIINF017MATXONAL �UBMITTALS [NOT USED] 3 1.'� CLOS�OUT SUBMITTALS [NOT USED] 4 1.8 MAINTENANCE MATERIAL SUSMITTAL,S [NOT USED] 5 1.9 QUALITY ASSiJRANCE [NOT USED] 6 11Q DELTVERY, STORAG�, AND HANDLING [NOT USED] 7 111 �'�ELD [SITE] CONDITIONS [NOT USED] 8 112 WARRANTY [N4'� U�ED] 9 PART 2- PRODiTCTS [NOT USED] 10 PART 3� EXECU'TYQN [NOT USEDJ 11 iz END OF S�CTION Revision Log DA'I'E N�4ME SLJMMARY Ok' CHA.NG� l.4.8 — Added requirement of compliance with He�lth and Safety Cade, Title 9. 8J31/20I2 D. Jahnson 5afety, SuhtiCle A. Public Safety, Chagter 752. I-Iigh Voltage Overhead Lines. 1.4.8 — Added Contractor responsibiliiy for obtaining a TCEQ flir Permit 13 C[TX OF FORT WpRTH STANDAR.D COIVSTRUCTIOI�i 5PEC1FICx�TION I70CLJMElVT5 Revised Decemher 20, 2012 2021 ON-CALL PAV6MENT MAAiCINGS C.ONTRACT #3 CPN 103740 Oi 3513-7 SPECIAL PRDlECT PRQCEDUItG5 Page 7 of 8 2 3 4 S 6 7 8 9 lo 11 12 13 14 15 16 17 18 �� zo 21 22 23 24 2S 26 27 28 29 3Q 31 32 33 34 35 36 37 EXHISIT A (To be printed on Cantractar's Letterhead) Date: CPN No.: Proj�ct Name: Mapsco Location: Limits of Construction: , - - - - � � � - �� I - � � �� � THIS Is '�o IN�oR�fi You TkAT uPlp�R A coMiRAc� 1lVI�H �b� c1�Y o� �oR'i V9IOR�b, OU�t COi1flPANY WI�� IItilORK �N U�ILCiY �IN�S OI� O� AROUPl� YDUR ��o����r. COF�SiRlJC�'ION lJ�ILL ��GIN APPROXI{iAA��LY S�V�F! �AYS ��OIV➢ TH� DAi� o� �a�s �oTic�. I� YOIJ bAV� QU�SiIOMS AB�U�' ACC�SS, S�CU�17Y, SAF1�iY O� AMY OTl-I�I� ISSU�, PL�AS� CA��: [�r. [COIVTRACTOR'� SUPERINTEND�IVT� A� �TELEPHONE NO.� OR �iIP. CCITY 1NSP�CTOR� A f� 7EL�PHONE NO.� A�T�R 4:30 PI4A �� OiV W��K�AIQS, P�,�AS� CR�� {�17) 392 �3Qfi P�EASE KEEP TH1S FLYER HANDY WHEN YOU CALL CITY OF F�RT WORTH 2O21 ON-CALL PAVEIVE�NT MARKIN�S CONTRACT #3 5Ti17VDARD CdNSTRUCTIQN SPECIFICA'IZON[ DOCUMENTS CPN 103740 Revised Deeember 20, 20i2 013513-8 SPECIAL PRC)7�CT PROCEDi1RE5 Page 8 of 8 � 2 EXHIBIT B �o�T WoRT ��: �a� r�a. xuxx �ro}rect l�me: n������ �� �Q �������.� ����� ��u���� ����������� !?TJE T� U'fIE.ITY IMPROVE1ViENT$ 1N YOUIt NETGHStlRHOOD, YOUR Wr1.T�R 5ERVICE'WILL HE TNTEIi�tUPTED ON �ETWEEN TH� HdiTRS Oi�' ANb IF' 1tU[3 I3AVE QUESTYflNS A�OT71' TH[S SHiJ'['-QiIT, €'LEASE CALL: MR. AT (CO2VTRA.CTQRB 5UPERI�TTENDEN�') (TELEPTiONE N�7MBEI2) OR MR. A.'�' (CITY IIVSPECTQR) (TELEPHONE �FUMBER) THIB 13�TCd1V'VEN�NCE �'IE,L IiE A3 SHC112'T A$ POS5IBLE. THATTIC YOCJ, 'COiH'I'iiA�TQR 3 4 C1TY OF I'ORT WORTH 2O21 ON-CALL PAVEI�IE�fT MARKlNGS COI�TRACT #3 STANDARD CO%fSTRUCT[�N SPECIFiCATION DOCUMENTS CPN 1037Ap [�evised December 20, 2d12 O 1 45 23 TESTING AND INSPBCT[O�Y S�RVICES Page 1 of2 SECTXON 0145 23 T�S"I'ING AND INSPECTION SERVICES PART1- GENERAL 1.1 SiTMMARY A. Se�tion Includes: 1. Testing and inspeciion sarvices procedures and coordination B. Deviations from this City of Fart Worth 5fandard Specification 1. None. C. Relaied Speciiication. Sections incl�de, but are not necessarily limited to: I. Division 0— Bidding Requirements, Contract Forms and Conditians af the Contract 2. Di�ision 1— General Requirements 1.� PRICE AND PAYMENT PROCEDURES A. Measurement and Paynnent Work associated with this Item is considered subsidiary to the variaus Items bid. No separate paym ent will he allowed for this Item. a. Contractor is responsible for perFortning, coardinating, and payment of all Quality Control testing. b. City is responsible for performing and payment for first set of Quality Assurance testing. 1} If the first Quality Assuranee test per�ormed by the City fails, the Contractor is resgonsible for payrnent of subsequent Quality Assurance testing until a passing test occurs. a) FinaJ acceptanee will nat be issued by City until all required payments for testing by Coniractor have been paid in full. i.3 REFERENCES [NOT USED] 1.4 AbMIlVISTR.AT�V� REQLTIREMENTS A. Testing 1. Complete testing in accnrdance witi� the Contract Documents. 2. Caordination a. �Vhen testing is required to be performed by ihe City, notify City, sufficiently in ad�ance, when testing is needed. b. When testing is required to be completed by the Contractor, notify City, suff'i�iently in advance, that testing will be perforttted. 3. Distribution af Testing Reports a. Electronic Distributipn 1) Confirm development ofFroject dir�ctory for electronic submittals to be uploaded to the City's documant management system, or another e�ernal FTP site approved by the City. CITY OF FORT WORTH 2fl21 ON-CALL FAV�MEN'I' MARKI3YGS CON"I"RACT #3 STANDARD CaNSTRUCT[bN SP�CIFICATION DOCUNI�NTS CPN 103740 Revised March 9, 2020 0 I 45 23 TESTING AND [N3PECT`ION SERVICES Page 2 of 2 2) Upload test reports to designated prnject directory and notify appropriate City representati�es via email af submittal posting. 3) Hard Capies a) I copy for alI submitta]s submitted ta the Project Representative b. Hacd Copy Distribution (if requ�red in lieu of electronic distribuiinn) I) Tests performed by City a) Distributa 1 hard copy to the C.ontractor 2) Tests performed by th� Contrac�or a) Distribute 3 hacd copies to City's Project Representati�e 4. Pravide City's Froject Representative with trip tickets for each delivered load of Concrste or Lime material incIuding the following information: a. Name of pit b. 17ate of d�livery c. Material deli�ez•ed B. lnspection 1. lnspection or lack of inspection does not relieve the Contraetor from obligation to perform work in accordance with the Contrac� Documenfs. 1.� SUBMTTTALS [NOT USED] 1.6 ACTIUN SUBMITTALSIINF�RMATIONAL SUBMITTALS [NOT US�D] l.� CLOSEOUT SUSNIITTALS [NOT USED] 1.8 MA,�NTENANCE MATERIAL SUBNIITTALS [NOT USED] 1.9 QIIALXTY A�SiTRANCE [NOT USED] 1.10 DELI'VERY, STORAGE, AND HANDLING [NOT US�D] 1.11 FIELD [SITE] CONDTTXONS �N�T i7S�D] 1.12 WARRANTY [NOT U�SED] PA.RT 2 - PRODi1CTS [NOT iTSED] PART 3 - �XEC[TTION [NOT USED] END O�' SECTI�N Revision Log DATE � NAN� � SUMMARY OF CHANGE 3/9/2020 D.V. Magazia Removed reference to Buzzsaw and noted that electronic submittals be uploaded throngh the City's doeament management system. CI'CY OF FOAT WOKTH 2O21 O]V-CALL PAVEMENT MARKiNGS CONTRA.CT #3 5TANDAI2D COl�TSTRUCTION SPECIFICATIQN DOCUMCNTS CPN 10374Q Re�ised March 9, 2020 D[ SS26-1 STREET USEPERMIT AND IvfODIFICATIOI�FS TOTRAFFIC C01�1'I'ROL Page 1 of 3 1 2 �ECTION Ol �S �G STREET �ISE PERMIT AND MODIF�CATIONS TO TRAFRIC CONTROL 3 PART 1- GINERAL 4 1.1 SUMMAI2Y 5 6 7 S 9 10 I1 12 I3 14 15 A. Section Includes.: 1. Adminis�rative proced�res for: a. 5treet Use Permit b. Modif'icatfon of approved traffic control c. Remo�al of 5treet 5ign� B. Deviations from this City of �'art Worth Standard Specification 1. Nane. C. Related Specification Sections include, but are not necessarily limited tc�: 1. Division 0— Bidding Requirements, Contract Forms and Condrtions of tt�e Contract 2. Division 1—Ge�►e�•aI Requirernents 3. Section 34 7l 13 — TrafFic Control 16 1.� PRICE AND PAYIVICNT PROCIDU1tF� 1`I 1�. Measutement and Payment 18 1. Work associated with this Item is considered sut�sidiary to the various Items bid. 19 No separate payment will be allowed for this Item. 20 i.3 REFIItINCFaS 21 A.Ref�rence Standards 22 1. Re%rer�ce standards cited in this specification refer to the currant reference standard 23 published at the time oFthe latest re�ision date logged at the end of this 24 specification, unless a daie is specifically cited. 25 2. Texas Manual on Uniform Traf�ic Control Devices (TMiJI'CD). 26 1.4 .ADMINISTRATIVE RT:QUiiZEMINTS 27 28 29 3U 31 32 33 34 35 36 A. Traffic Control 1. General a. Contractor shall minimize lane closures and impact to vehicular/pedestrian traffc. l�. When traffic control plans are included in the Drawings, prnvide Traffic Control in aecordarice with Drawings and Section 34 71 i 3. c. When traffie contral plans are nat included in the Drawings, prepare traffic contral plans in accardance with Section 34 71 13 and submit to City for review. 1) Allow minimum 10 working days far review of proposed Traffic Control. CiTY OF FORT WORTH 2O21 ON-CALL PAVEMENT MARKINGS CONTRACT#3 STANDARD CONSTR(JGTION SPEEIFICATION DOCL7MF�[T5 CPN ]03740 Revised March 22, 2021 Q15526-2 STREET U5EPE12M1T ANDMODIFICATIONS TO TRAFPIC CONTROL Page2of3 2) A traffic control "Typical" published hy Ciry of Fort Worth, the Texas Manual Unified Traffic Contro.lDevices (TMLI'i'CD) or Texas Department af Transportation (TxDQT} can be used as an alterr�ative ta preparing project/site spec�c traffic can�-oI pIan if the typical is applicable to the specific project/sita. B. Sireet Use Permit 7 1. Frio.r ta installation of Tra��"ie CantroI, a City 5treet ils e Permit is required. 8 a. To obtain Street Use Permit, submit Traffic Control Plans to City 9 Transportation and Public Works Department. 10 1) Allat�v a minitnum of 5 worlcing days for permit review. 11 2) It is tk�� Contractnr's responsibility to coordinate re�iew o�Traffic Control 12 plans for Street Use Permit, such that construction is not delayed. 13 1�4 15 16 17 18 19 2D C. Modiiication to Approved Traf�c Control I. Prior to �nsta]Iation traffic control: a. Submit revised traffic control plans to Gity Department Transportation and Public Works Department. I) Revise Traffic Control plans in accardance with Secfion 34 7I 13. 2) Allowv minimum 5 warking days �or revi�w o�re�ised Traffic Control. 3) It is the Contractor's respansibility to coordinate review of Traffic Control plans for Street Use Permit, such that construction is not delayed. 21 D. Remaval of Street Sign 22 1. I�it is determined that a street sign must ba removed for construction, then contact 23 City Transportatian and Public Works Department, Signs and Markings Division to 24 remove the sign. 25 E.. Temparary Signage 26 1. In the case oiregulatory signs, replace permanent sign wiih temporary sign meeting 27 requirements of the latest edition of the Taxas Manual on LTnifarm Traffic Contral 28 Devices (MU'I'CD). 29 2. Install temparary sign before the remo��I of permanent �ign. 3D 3. When construction is comp�ete, to the extent that the �ernnanent sign can be 31 reinstalled, contactthe Ci�y Transportation and Public VJorks Department, Signs 32 and Markings Division, to reir�sta[l the permanent sign. 33 34 F. Traffic Conirol Standards 1. Tra�fic Control Standards can be f�und on the City's uvebsite. 35 1.� SLTBIVIITTALS [NQT iTSID] 36 A. Submit all required docurrtentationto City's Project Representative. �1TY OP PORT WORTH 2d21 ON-CALL PAV�MCNT dvIARKINGS CONTftACT #3 STANdARD CONSTRUCTION SPECIFICATION D�CUMENTS CPN 10374a Re�ised March 22, 2021 o i ss z6 - a STREET 115EPERMIT AN� 3vIpDIFICATI0N5 TO TRAFFIC CONTRQL Page 3 af 3 1 1.6 ACTYON SUBN.QTTALS/INI'ORMATIONAL SUBM[TTALS [NOT USID] 2 L9 CLOSFAi]T SUBNIITTALS [NOT USEQ] 3 1.8 MAINTENANCE MAT�RIAL SUENIITTALS [NOT USED] 4 5 b 7 8 1.9 QUALITY ASSLJRANCE [NOT USID] 1.10 DEL,IVERY, S'�ORAGF, AND HANDLING [NOT iTSID] �.11 FIELD [SITE] CONDITION� [NOT USED] 1.1� WARRA.NTY [NOT USID] PART � - PRODUCTS [NOT USID] 9 PART 3- L+'XECDTION [NOT USID] ia 11 II�TD OF SECTIDN Rev�sion Lag DATE NAME SUMMARYOFCHANGE 1.4 A, Added language fo emphasize minimizing of lane closures and impact to traffic, 1.4 E1. 1. c. Added lan�rage to allow for use of gublished traffic control "Typicals" i 312 212 42 3 M Owen applicable to specific projectlsite. 1.A F. 1) Removed reference to Buzzsaw 1,5 Added language re: suhmittal of permit 12 C�T'Y �F FOItT VJORTH 2O21 OAI-CALL PAVENIENT MARKINCS Cb1VTRACT #3 S'I'ANDARD CONSTRUCI'iON SPECI['ICATION DOCUML'N'I'S CPN 103740 Revised Mazcli 22, 2021 oi �n3- i STQRM WATi:R POLLUTION PkZEVENTION Paga 1 of 3 SECTION Ol 5713 STORM WATER POLLUTI4N �'REVENTION PART1- GENERAL 1.1 SITMMAItY A. Section Includes: 1. Procedures for Starm Water Pollution Prevention PIans B. Deviations from this City of Fort Worth Standard Specificatian 1. None. C. Reiaied Specification 5ections include, but are not necessarily limited to: 1, Division 0— Bidding Reyuirements, Cantract Forms and Conditions of the Contract 2. Division 1— General Requirements 3. Section 31 25 00 — Erosion and Sed'[ment Control 1.2 PRICE AND PAYIV�NT PROCEDURES A. Measurement and Paym��t 1. Construction Activities resultit►g in less than I acre of disturbance a. Work associated with this Ite�tia [s cansiclered subsidiary ta the various Items bid. No separate payment will be allowed for this Item. 2. Construction Activities resulting in greater than 1 acre of disturbance a Measurement and Payment shall be in accordance with 5ection 31 25 00, 1.3 REFERENCES A. Abbreviations and Acronyms 1. Notice of Intent: NOT 2. Notice ofTermination: NOT 3. Storm Water Pollution Prevention Plan: SWPPP 4. Texas Commission on Environmental Quality: TCEQ 5. Notica of Change: NOC A. Reference Standat�ds 1. Referenee standaxds cited in this Specifica#ion refer to the eurrent reference standard published at the tirne of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. Integrated Storm Management (rSV�M} Technical Manual for Canstruction Controls 1.4 ADMiNISTRATIVE REQUIREMENTS A. General 1. Contractor is responsible f�r resolution and paynnent of any �nes issued associated with campliance tfl �tormwater Pollution Preventian Plan. C1TY Or I'dRT WORTH 2O21 ON-CALL PAVEMBNT MARKINGS CONTRACT #3 STANDART� CdNSTRUCTIQN SPECIFiCATIdFI DOCUMENTS CPN 103740 Revised duly 1, 2Q11 O15713-2 STORM WATER POLLUTION PREVENTION Page2of3 B. Construction Activities resulting in: I. Less than 1 acre of distUrbance a. Provide erasion a�d seciitnent control in accordance with Section 31 25 00 and Drawings. 2. 1 to less than 5 acres of disturbance a. Texas PoIlutant Discharge Eliminatian System (TPDES) General Construction Permit is reguired b. Complete SWPFP in accordance with TCEQ requirements I) TCEQ Sm�jl Construc�ion Sste Notice R�quired urider general permit TXIZ15flOQ0 a) Si�n and post at job site b) Prior to Preeonstruction 1Vleeting, send 1 copy to City Departrnent of Transportation and Fublic Works, �nvironmental Division, (8 i 7) 392- 608&. 2} Provida erasian and sedirnent conirol i�a accoxdance with: a) Section 31 25 04 b) Th� Drawings c) T�CRl5Dp00 General Fermit d) SW'PPP e) TCEQ requiremenis 3. 5 acres or rtaore of Disturbance a. Texas Pollutant Discharge Elimination System (TPDES) General Constru�tion Permit is required b. Complete SWPPP in accordance with TCEQ requirements 1) Prepare a TCEQ NOI form and submit to TCEQ along with required fee a) �ign and post at job site b) 5end copy to City Department of Transportatian and Public Works, Environrnental Diwisian, (817) 392-6088. 2} TCEQ Notie� of Change required if making changes or updates to NOI 3) Prowi.de erosion and sediment control in accordance with: a) S�C�lOI] 3I ZS OO b) The Drawings c) TXRI 50000 General Permit d) SW�PP e) TCEQ requirements 4} Once the praject has been completed and a11 the claseout requirements of TCEQ have been met a TCEQ Notice af Tertnination can be submiited. a) Send copy to City Departnnent of Transportation and Public Worics, Environmental Division, ($17j 392-6088. 1.� SUBNIITTALS A. SWPPF Submit in accordance with 5ection O1 33 OD, except as stated he:rein. a. Pz'ior to the PreconstrUctian Meeting, submit a draf� copy of SWPPP #o the City as follows: �} 1 eopy to the City Project Manager a) Ciiy Project Manager will farward to the City Department of Transportation and Publie Works, �nvironrr�ental Di�ision fo�' review C1TY QF FORT WOI2TFi 2021 03V-CALL PAVENIENT MARICINGS CQNTRACT.#3 5Tt11+IDARD CO%ISTRLiCTION 3PBC�ICATIOiV DOCUMENTS CPN [.03740 Revised July 1, 2�11 Ql 57I3-3 STORI�I WA'I'ER P�LI.UTdON PREVEN'I'ION Page 3 of 3 B. Modified SWFFP 1. If fhe SWPPP is revised during canstniction, resubmit modiiied SWPPP to the City in acco:rdar�ce with Section 01 33 00. 1.6 ACT�ON SUSIVIITTALS/INFORMATXONAL Si]BMITTALS [NOT USED] 1.7 CL4SEOUT SUBMITTALS [NOT USEDJ 1.S MAINT�N,ANCE MAT�RIAL SUB1VlITTALS [NOT US�D] 1.9 Qi7ALITY A�SUIRANC� [NOT USEDj 1.10 DELNERY, STQRAGE, AND HANDLING [NOT USED] 1.11 �'IELD [SITE] CONDXTIONS [NOT USED] I.1�. WARRANTIY [N�T USED] PART � - PRODUCTS [NOT USED] PART 3 - �XECUTION jNOT iTSED] END QF SECTION Revision Log DA'1`E NAME SUMMARY OF CHANGE CITY OF F012T WORTH 2O21 ON-CALL PAVEMENT MARKINGS CONTRFICT #3 STANDARD CQNSTRUCTION SPECIFICA'1'IC1N DOCiTMENTS CPn' i03740 Aevised July l, 20l 1 015813.-1 TEMPOI2ARY PROJECT SIGNAG�. Page 1 of 3 SECTION 01 58 13 TEMPORARY PROJECT SIGNAGE PART1- GENERAL 1.1 SiTMMAX2Y A. Section Includes: 1. Teritporary Project Signage Requiremen�s S. Deviations from this City of Fort Worth 5tandard Speczfication 1. None. C. R�lated Specification Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Foz'ms and Conditions of Yhe Contract 2. Division 1— General Requirernents 1.2 PRICE AND PAYMENT PROCEDXJRES A. Measurement and Paymeni I. Work associated with this Itern is considered subsidiary to the various Items bid. No separate paymept will be allowed for this Item. 1.3 RE�ERENCES jNOT USED] 1.4 ADMINxSTRATNE REQUlREMENTS [NOT USED] L� SLIBMITTAL� [NOT USED] 1.6 ACT�ON SUBMITTALSIINFORMATIONAL SUBM.�TTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS jNOT USED] 1.8 MAINTENANCE MATERIAL SUSNIITTALS [N�T USED] 1.9 QUALITY ASSURANCE [N4T USED] 1.10 DELIVERY, STQRAGE, AND HANDLING �NOT USEA] 1.11 FI�LD [S�TE] CONDITIONS [NOT USED] 1.1� �'ARRANTY [NaT U�ED] PART2- PRODUCTS 2.1 OWNER-FURNLSHED [oR] OWNER-SiTPPLIEDPRODUCTS [NOT USED] Z.� EQiTTPMENT, PRODUCT TY�ES, AND MATERTA.LS A. Design Criteria 1. Provide free standing Project Designation Sign i.n accordance with City's Standard Details for pro�ect signs. CiTY OF FOAT W4RTH 2O21 ON-CALL PAVEM�NT MARKIl�TGS CON'I'RACT �f3 STAND.�D CONSTAUCTIOIV SPECIFICA'CIDN DOCUM�NTS CPN 10374a Revised .Tuly 1, 2411 or ss i3 -z TEMPOIi�.RY PR07ECT SICx�IAGE Page 2 of 3 B. IViatei•ials I. Sign a. Construeted of'/4-inch fr plywood, grade A-C (exterior} or better 2.3 ACCESSOR�ES �NOT U�ED] 2.4 SOURC� QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT US�D] 3.4 INSTALLA'ITON A. General I. Provide vertical i:nstallation at extents af project. 2. Relocate sign as needed, upon request of the City, B. Mounting optians a. ,5kids b. Posts c. Barricade 3.5 REPAIIt / RESTORATION [NOT U�ED] 3.6 RE-INSTALLATION tNOT U�ED] 3.'� FIELD [ox] SITE QZTALITY CONTROL [NOT U�ED] 3.$ SYSTEM STARTUP [NOT USED] 3.9 ADJiTST1NG [NOT USED� 3.10 CLEANiNG [NOT USED] 311 CL4SEOUT ACTIVITYES [NOT LT,SED] 3..12 PRQTECTION [NOT U�EDj 3.13 MAYNTENANCE A. General 1. Ivlaintenanc�: will include painting and repairs as needed ar directed by ihe City. 3.i4 AT'�ACHMENTS [NOT USED] END OF SECTION C1TY OF FOItT WpRTH 202 I ON-CALL PAVEIvIENT MARKINGS CON'TI2ACT #3 STANDARD CONSTRi3CTION SPECIFICATION DOCUMENTS CPN ]0374Q Revised ]uly 1, 2011 015813-3 TEMPORARY PItOJECT SICrNAGE Page 3 of 3 C1TY OF FQRT WORTH 2O21 ON-CALL PAVEMENT MARIGTNGS CONTRACT #3 STANDARD CONSTRUCTION SPECih'ICAT`[ON [70C[JN�NTS CPN 103740 Revised duly 1, 20i1 oi so ao PE�QI7UCT REQUIREMI3NT5 Page 1 of2 sECTzoN ai 60 00 PRODUCT R�QUIREMENTS PART1- GENERAL 1.1 SUMMARY A. S�ction Includes: 1. Ref�rences for Product Rec�uirements and City Standard Fraducts List B. Deviations from this City of Fort Worth Standard 3pecification 1. None. C. Related 5pecificaiion S.ections include, but are not necessarily limited to: 1. Divisiot� 0— Bidding Requirements, Contract Forms and Conditions of the Contract 2. Di�ision 1— General Rehuirements 1.� PRICE AND PAYMENT PROCEDi1R�S [NOT USED] 1..3 RET�ER�NCES [NOT U�ED) 1.4 ADMINISTRATXVE REQUIREMENTS A. A list of City approved prod�cts for use is a�ailable thraugh the City's website at: htt�s:/lapps.fortworthtexas.gov/ProjeeERe,sources/ and following Yhe directory paih; 02 - Construction Documents/Standard Products List B. 4n1y products speci�cally included on City's Standard Product List in these Contract Documents shall be allawed for use on the Project, 1. Any subsequently approved products will only be allovved for use upon specific appraval by the City. C. Any specific product requirements in the Contract Documents supersede similar products included on the City's Standa�•d Product List. L The City reserves the right to not allow products to be used for certain projects even though the p�•oduct is listed on the City's Sfandard Product List. D. Although a s�acific praduct is included on Cify's Standard Product List, not all products from that manufactuzer are approved for use, including but not limited to, that manufacturer's standard praduct. E. See Seetion O 1 33 d0 for submittal requirements of Product Data included on City's Standard Product List. 1.5 SCJBMITTALS [NOT USED] 1.6 ACTION SIIBMITTALSIINFORMATIQNAL SLTBMITTALS [NOT USED] 1.7 CLOS�OUT SUBMITTAL� [NOT USED] 1.8 1VIAINTENANCE MATERIAL SUBMITTALS �NOT USED] 1.9 QUALIT'i' A$SURANCE [NOT USED] CITY bF FpR'T WORTH 2�21 QN-CALL PAVEMENT MARKINGS CONTRACT #3 STANpARD CONSTRiJCTIOI�! SPECIFICAT[QN DDCi]MENTS CPN ]03740 Revised Mareh 9, 2020 U 1 60 Qfl PRODUCT RL.QUII2EMENTS Page 2 of2 1.10 DELIVERY, STORAGE, A.ND HANDL�NG [NOT USED] 1.11 F�LD [SITE] CONDITIONS [NOT USED] I.I� WARRANTY [NOT USED] PART � - PRODUCTS [NOT USED] PART 3 - EXECUTIQN [NOT USED] END OF SECTI�N Revisian Log D.A'TE NAME SUMIWIARY OF CHANGE ]0/12112 D. 7ohnson 1lhodified Location of City's 5tandard Produet List 319/2U24 D.V. Magana Removed reFerence to Quzzsaw and noted that the City approved products list is accessible through the City s website. CITY OP' FORT W�RTH 2O21 ON-CALL PAVEII�NT MARK11�G5 CONTEtACT #3 5TA3YDAltD CONSTRUCTI�I+f SPECIFICATIpN BOCiTNiE3VTS CPN 10374a Itevised Mazch 9, 2020 ai�6ao-i PRODUCT STQRAG� AND HANI]L1T1G REQUIREMENTS Page 1 of 4 SECTION 0166 00 PRODUCT STORAGE AND HANDLING REQUIREMEN'I"S PART1- GENERAL 1.1 SUMMARY A. �ection Includes: 1. Scheduling of praduct delivery 2. Packaging of products far delivery 3. Prot�ction of products against damage from: a, Handling b. Expnsure to elements or harsh er�vironments B. Deviations from this City of Fort Worth Standa:rd Specifcation 1. None. C. Itelated Specification Sectians include, but are not nec�ssariIy Iimited to: 1. Division D— Bidd[r�g Rec;uirernents, Contract Forms and Conditions of the Cantract 2. Division 1— Genera.l Requirements X.2 PRICE AND PAYMENT PROCEDIIRES A. Measur�ment and Payment I. VJork assoeiated with this Itern is considered subsidiary to the various Items bid. No separate payrnent wi11 be allowed #'or this I#em. 1.3 REFERENCES [NDT USED] 1.4 AD1I+IINISTRATIVE REQLIIRE11�iENTS [NOT USEDj 1.5 SUBMITTALS [NOT USED] ].G ACTION SUSMITTALS/INFORM�TIONAL SUBMITTALS [NOT iTS�D� 1.7 CL�SEOIIT SUBMI'I'TALS [NOT US�D] 1.8 MA[1VTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE jNOT USEDj 1.10 DELI'VERY AND I3ANDLING A. Delivery Requirements 1. Schedule delivery of products or equipment as required to a1la� timely installation and to avoid prolong�d storage. 2. Provide apgropriate personnel and equipment ta receive deliverias. 3, Delivery trucks will not be permitted to wait extended periods of time an the Site for personnel ar equipment ta recei�e the delivery. CTTY �F FpRT WORTH 2D21 ON-CALL PAVEMENT iv1ARK1NG5 CONTRACT #3 STANDAAD CONSTRl7CTION SPECIFICATION DOCUMENTS CPN 103740 Revised J�ly l, 201 ] oi �soa-2 PROI]lJCT STORAG� AN� HANDLII+IG REQU112EMENTS Page 2 af 4 4. D�liver products or equipment in manufacturer's ariginal unbroken cartons or other containers designed and construcied to protect the conten#s from physical ar environmental damage. S, Clearly and fulIy mark and identify as to �nanufacturer, item and installation location. 5. Provide manufacturer's instructions for storage and hancfling. B. Handling Requirements Handie products or equipment in accordance with these Contract Documenis and mar�ufacturer's recommendatians and instructions. C. Storage Requirements 1. 2. 3. 8. 10. Store materials in aceordance with tnanufacturer's recommendaiions and requirements oithesa Speci�cations. IWlake ne�essary provisions %r safe storage of materials and �qttipment. a. Plac.e loose soil materials and materials to be incorporated into Worl� to prevent datnage to any pa.r� of Work ar existing facilities and to maantain free access at all times to all parts of Work and to utility service company instal�atians in vicinity of Work. Keep rnaterials and equipment neatly and compactly s�ored in locations that will cause minimum incor�veniance to other contractors, pnhlic travel, adjoining owners, ter►ants and nccupants. a. Arrange storage to provide easy access for inspection. Restrict siorage to areas available on construction site for stor.age of material and equipment as shown on Drawings, ar approeed by City's Project Representative. Frovide off-site storage and protection when on-site staz'age is not adequaYe. a. Provide addresses of and access to off site storage locations for inspecti:on by City's Project Representative. 6. Do not use lawns, grass plots or other private property :for storage purposes without written pertt�ission of owner or other person in possassion ar control af premises. 7. Store in mainuiacturers' unopened containers. Neatly, safely and compactly stack mat�rials delivered and stored alon� line of Work to avoid incanvenience and damage to property owners and general public and maintain at least 3 feet from fire hydrant. Keep public and private driveways and street crossings apen. R�pa.ir ox replace damaged lawns, sidewaIks, streets or other impravements to satisfaction of City's Froj ect Represex�tative. � a. Tatal leng#h which materials may b� distrihuted along route of construciion at one time is 1,000 l�near feet, �nless otherwise approved in writing by City's Project Representative. C1TY Oi' FORT WDRTH 2O21 ON-CALL PAVENfEIVT MARKINGS CONT[2ACT #3 STANZ]ARD CONSTRUCTiON SPEC[FICATION !]OCiJMENTS CPh! 16374Q Revised July l, 2dl I a��600-3 PRpDiJC'f STORAGE AND HANDI.ING REQUIREMENTS Page 3 of 4 1..�1 FTELD [SITEj C�NI?ITXONS [1VOT US�D] 1.]2 WARRANTY j1VOT USED] PART 2 - PRODUCTS �1VOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAM�NATXON [NOT iTSEDI 3.3 PREPARAT�ON [NOT USEDI 3.4 ERECTION [NQT USED] 3.5 REPAIR 1 RESTORATTON [NOT USED] 3.6 RE-INSTALLATTQN [NOT US�D] 3.'� FIE.LD [oR] SITE Qi]ALT1'Y CONTROL A. Tests and Inspections 1. Inspect all products or equipment defivered to the site prior to unloading, B. Non-Confarming Work 1. Reject all products or equipment that are dama�;ed, Used or in any other way unsatisfactory for use on the project. 3.8 SYSTEM STARTiTP [NOT USED] 3.9 ADJUSTING [NC1T U�ED] 3.I0 CLEANING [NOT USED] 3.11. CLO�EOUT ACTIVITI�S [NOT i7SED] 3.12 PROTECTION A. Protect aII praducts or equipment in accordance with manufacturer's written directians. B. Store producfs or equipment in location to avaid physical datnage to items while in starage. C. Protect equipment frozn exposure to elements and keep tharaughly dry if required by the manufacturer. 3.13 MAINTENANCE [NOT USED] 3.14 ATTACFIM�NTS [NOT USED] END OF SECTION CTTY OF FQ1tT WdATH 2O21 ON-CALL C'A�EMFI�iT NEAEtKINGS CONTRACT #3 57'ANDARD Cp1VSTRUCTTON SPECIFICA`1'IOIV DOCLIMENT3 CPN 1D3740 Rer+ised July 1,2011 0] GGQ�-4 PRODUCT STORAC'iE AND HATSDLING REQUIREMENTS Page 4 of � Revision Log DATE NAME SiTMMARY OF CHANGE CITY OF FORT WORTH 2O21 dN CALL PAVEMENT NIARKiNG5 CdN7"I2ACT #!3 STANDARD CON3'I'KUCTIO�T SPECIF{CATION DOGLTMENTS CPN f 03740 Revised 7uly 1, 20] i 017000-1 MOSILIZAT1aI�! AND REMDI3iLIZATION Page 1 of 4 l SECTION 01 70 00 2 MOBILIZATION AND REMOBILIZA'I'IQN 3 PARTI- G�NERAL 4 1,1 ��C]MM'ARY 5 A. Sec#ion Includes: 6 1. Mobilization and Dernobilization 7 a. Mobifization 8 1) Transportation of ConY,ractor's personnel, equipment, and operating supplies 9 to the Site IO 2) Establishment of necessary general facilities for the Cor�tractor's operatian I 1 at the Site I2 3} Premiums paid �'or performance and payment bonds 13 4} Transpar�ation of Contractor's personnel, equipinent, and operating suppli�s 14 to another loeatzon within the designated Site 15 5} Relocation of necessary g�neral facilities for the Contracior's operation 15 from 1 location ta another location on the Site. 1'7 b. Demobilization 1$ 1) Transportation of Contractor's personnel, equipment, and operating supplies 19 ar�vay from the Site including disassetnbly 24 2) Site Cl�an-up 21 3) Remaval of all buiIdings andlor other facilities assembled at the �ite for t11is 22 23 24 25 2b 27 28 29 30 31 32 33 34 35 36 37 38 39 4D 41 42 43 4�4 45 Contract c. Mo�ilization and Demt�biIization do not inelude activifies for specifie iterns of work that are for which payment is providad elsewhere in the contract. 2. Remobilization a. Remobillzation for Suspension af Work specifically required in the Contract Documents ar as required by City includes: 1) Demabilization a) Transportation of Contractor's personnel, equipment, and operating supplies from the Site including disassembly or temporarily securing equipment, suppIies, and aY11er facilities as designated by the Contract Documents necessary to suspend the Work. b} 5ite Clean-up as designa.#ed in the Contract Documents 2) Remobilization a) Transportation af Contractor's personnel, equipment, and operating supplies to the Site necessary to resume the Work, b) Establishment of necessary general facilities for the Contractor's operation at the Site nec�ssary ta resume the Work. 3} No Payments will be made for: aj Mobilization and Demobilizatian from one locatian to another on the Site in the normal progress of performing the Work. b) Stand-by nr idle time c} Lost profits 3. MobiIization� and Deznabiliz�ation for Miscellaneous Projects a. Mo�ilization and Demabrlization CI'C'Y t7C' F�RT WQRTH 2O21 ON-CALL P�.VEMENT MARKINGS CONTRACT #3 STANDARD CONSTRLTCT[QN SP&CIF'ICATI�N I3DCLIMENTS CPN 103740 Revised November 22, 2016 oi�000-2 Mc]BILIZATION AND REMOBILIZATION Page 2 of 4 1 2 3 4 5 6 7 S 9 10 lI i2 13 14 15 16 17 18 l9 zo 1) Mobilization shaIl consist of the acYivities and cQst on a Work Order basis necessary for: a) Transportation of Contractor's persor�r►ei, equipment, and operating supplies to the 5ite for th� issued Work Order. h) EsYablishment ofnecessary general facilities for the Contractor's operation at the Site for the issued Work Qrder 2) Deinobilization shall consisfi of the activities and cost necessary for: a) Transportation of Cantractor's personnel, equipment, and operating supplies from the Site including disassembly for each xssued Work Order b} Site Clean-up �or each issued Work Order c) Remaval of all buildings or other facilities assembled at the Site far each Work Oder b. Mobilization and De�nobilization do not include activiti�s for specific items of work for which payment is provided elsewhere in the contract. 4. Emergancy Mabilizations and Demobilization for Miscellaneous Projeets a. A Mobilizatian for Miscellaneous Projects when directed by the City and the mnbilxzatian occurs within 24 hours of the issuance of the Work Order. B. Deviations from this City of Fort Worth Standard Specification 1. None. 21 C. Related Speci�cation 5ections incl�de, but are nat necessarily limited to; 22 1. Di�ision 0— Bidding Requirements, Contract Forms and Conditions af the Contract 23 2. Division 1— General Requirements 24 1.2 PRICE AND PAYMENT PROCEDUR�S 25 26 27 28 29 3fl 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 A. Measurement and Payment [Consult City Depariment/Division for direction on if Mobilization pay item ta be included or the item should be subsidiary. Incjude the appropriate Section 1.2 A. 1.] I. Mobilization and Demobilization a. Measure 1) This Item is considered subsidiary to the variot�s Items bici. b. Payment J) The work performed and materials furnished in accordance t�vith this Item are subsidiary to the various Items bid and no other compensatior� wilI be allowed. 2. Remobilization for suspension of Work as specifcally requiz'ed in the Contract Documents a. Measurement 1) Measurement for this Item shall be per each remobilization performed. b. Fayment 1} The work perfarmed and materials furnished in accorda.nce with this Item and nneasured as provided under "Measurement" wi11 be paid for at the unit priee per each "Speciiied Rernohilization" in accordance with Cantract Documents. c. The price shall include: 1) Demabilization as described in Section l. S.A.2.a.1) 2) Remobiiization as describ�d in Section l.l.A.2.a.2) CITY OF FORT WOR"1'H 2O21 OiV-CALL PAVEMENT MARKII�GS COI�€TRACT #3 STANDARD CON5IRUCTION SPECIFICATION AOCUMENTS CPN ID3740 Revised No�ember 22, 2016 O 1 70 Of7 - 3 M�B[L[2.ATIDi�I A?�TD REMOBILIZATION Fage 3 of4 I 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 2Q 2I 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 d. No payments will be made for standby, idle time, or lost profits associated this Item. 3. Remabilization for suspensian of Work as required by City a. Measurement and Payment 1) This sha11 ba submitted as a Contract CIairn in accordance with Article 10 of Se.ction 00 72 00. 2) No payments �ai11 be made far sta.ndby, idla fizzie, or lost profits associated with this Item. A-. Mobilizations and Demobilizations for Miscellaneous Projects a. Measurement 1) Measurement for this Ifem shaII be far each Mobilization and Demobilization t•equu•ed by the Contracf DocurRents b. Payment 1) The Work performed and materials furnished in accordance with this Item and measured as pro�ided under "Measurement" will be paid for a1: the unit price per each "Work Order Mobilization" in accardance with Contract Docuznents. DemobiIization shall be considered subsidiary to inobilization an,d shall not be paid �or sepaxately. c. The price sY�a11 include; I) Mobilization as described in Section 1,1.A.3.a.1) 2} Demobilization as descrihed in Section 1.1.A.3.a.2) d. No payments will be made for standby, idle tim�, or insi profts associated this Ite1n. 5. Emergency Mabilizations and Demo6ilizations for MiscelIaneous 1'rojects a. Measurement 1) IWleasurement fpr this Item shaII be for each Mobilization and Demobilization required by fhe Contract Documents b. Payment 1) The Work perforrned and materials furnished in accordance with this Itein and measured as provided under "IWleasurement" will be paid For at the unit prica pez' each "Work Order Emergency Mobilization" in accordanc� with Contract Documents. Demobilization shall he considered subsidiaary to mobiliza.tian and shall not be paid for separately. c. The price shalI include 1) Mobilizatian as described in Section 1.1.A.4.a} 2) Demobilization as described in Section 1,I.A.3.a.2) d. No payments will be made for standby, idle �ime, or last profits associated this Itern. 39 1.3 REFER�NCES [N4T USEll] 40 1.4 ADMINISTRATNE REQUIREMENTB [NOT USEDj 41 1.5 SUBMITTALS [NOT USED] 42 1.6 INFOR]VIATIONAL �LiBMITTALS [NOT USED] 43 Li CL�SEOIIT SUBMiTTALS [1VOT USED] 44 1.8 MAINTENANCE MATERIAL Si3SNIITTALS [NOT �TSED] �ITY QF FORT WORTH 2O21 ON-CALL PAVEIVIENT IvIAIiKING5 CONTRACT #3 STANDARD CaNSTRUCTION SP�CIFICATIbN DOCUMEI�TS CPN 1037a0 [tevised Navemher �2, 2016 ai7aao-a MOffiLIZATIQTf AND REMOI3ILIZATION Page 4 oF4 1 2 3 4 1.9 QUALITY ASSURANCE [NOT USED] L10 DELNERY, STORAGE, AND HANDLING [NOT iTSED] Lll �`IELD ��IT�] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USEDj S �'ART 2 - PRODUCTS [NOT USED] 6 PART 3- EXECUTION [NOT USED] 7 8 END OF SECTI�N Revisian Log DATE NAIVIE SUMMARY OF CHANGE 1112211b IViiehae] Owen L2 Price xnd Payment Pracxdures - Revised specification, including blue text, io make speci�ca#ion flexible for either subsidiary or paid bid item Eor Mobilizatian. 4 CITY OF FpRT WbRTH 202! ON-CALL PAVEMENT MARKINGS CONTRACT #3 STAAIDARD CQN�TRUCTION 5PCCIP'1CATION DOCUNILNTS CPN 103740 Revised 1Vovem6er 22, 2016 � S�cti�n O1 71 2�.01 � A��achrr�e�t � S�arV�y S��kin� Sta�dards February 2017 O:�Specs-5tds Governance Process�Terrmporary Spec Files�Capital 6eli�ery�Cap Delivery �iv 01�0171 23.16A1_Attachment A Survey Staking 5tandards.docx Pag� 1 of 22 202 ] pN-CALL PAVE1uIENC MARKINGS CONTRACT #i3 CPN 103740 These procedures are intended to pra�ide a standard method for construction staking services associated with the City of Fort Worti� �rojects. These are not to be considered aq inclusi�e, but only as a general guideline. �or projects on TXDOT right-of-�nray or thro�gh joint TXDOT partrcipation, adherence to the 7'KDOr Survey Marrual shal! be fallawed and if a discrepancy arises, ihe TXDOT manualshalJ prevail. (htto://onlinerr�anuals.txdot.�ovLtxdotrrsanuals/ess/ess.pdfJ If you have a un9que circumstance, please cansult with the project manag�r, inspector, or survey department at 817-392-7925. �'able o� �ontents I, City of Fort Worth Cantact Information IL Construction Calars III. Standard Staking Supplies IV. 5ur�ey Equiprnent, Control, and Dafum Standards V. Water 5taking VI. 5anitary 5ewer Staking VII. 5torm Sta[cing VIII. Curh and Gutter Stalcing IX. Cut 5heets X. As-built Survey 0:\5pecs-SCds Governance Process�Temporary Spec Files�Capital Delivery�Cap beli�ery Div 01\0171 23.16.01_Attachment A_5urvey Staking 5tandards.docx Page 2 of 22 2�21 ON-CALL PAV�MENT MARKINGS CONTRACT #3 CPN 10374Q I. Sur�ey Depar�men� Con�ac� Informa�ion Physical and mailing address: 8851 Camp Bowie West Boulevard 5uite 300 Fort Worth, Texas 76116 Office: (8�.7) 392-7925 Survey Sup��intendent, direct line: (817) 392-8971. �l. C0175t1"L1C�1011 ���OrS 7he following colors shall be used forstaking or identifying features in the field. Tf�is includes flagging, paint of laths/stakes, paint of hubs, and any identification such as pi.n flags if necessary. Utility Color FROPbSED EXCAVATIQN WHITE ALL El.ECTRIC AND COND�ITS a P03'ABLE WA7�R GAS OR OIL YE:��.C1+�V TELEPHQNE/FIBER OPTIC ORJ�fUG� SURVEY COI�TROL POINTS, BENCHMARKS, PROPERTY CORNERS, RlGH�f-OF-WAYS, AND PI�lfC ALL PAVING 1NCLLIDING CURB, SIb�WALK, BUILDING CORNERS 5ANITARYSEWER � '. ����``; 1RRIGATION AND RECIAIMED WATER � n� � lll. S�andard_5�a�ting Supplies Item Mir�imum size Lath/Stake 35° tall Wooden Hub (2"x2" min. square pref�rred) 6" tall Pin Flags (2.5" x 3,5" preferred) 23." long Guarc[ Stakes Not required PK or Mag nails 1" long Iran Rods (1/2" or greater diameter) 18" long Survey Marking Paint Water-based �lagging 1" wide Marking Whiskers (feathers) 6" long �'acks {far marking hubs) 3/4" long O:\Specs-5tds Go�ernance Process�Tempnrary 5pec �iies�C.apital Delivery�Cap Delivery Div 01�01. 71 23.16.01_Attachment A_Survey 5taking 5tandards.docx Page 3 of 22 2a21 ON-CALL PAVEMENT IV�ARKINGS CONT[L4CT #3 CPN 10374p IV. Sur�e � ui meni Control and Da�um 5�andards A. City �enchmarks All city benchmarks can be found here: httn://fartworthtexa�.�ov/itsolutionsLG15/ Look for `Z.oning Maps'. Under`Layers' , expand `Basemap Layers', and check on `Benchmarks', B. Con�entional or Robotic Total Station Equipment I. A minimum of a 10 arc-second instrument is required, II. A copy of t�e latest calibration report may be requested by the City at any time. It is recommended that an instrument be calibrated hy certified technician at least 1 occurrence every 6 months. C. Network/V.R.5. and static GPS Equipment I. It is critical that the surveyor verify th� correct harizontal and vertical datum prior commencing wQrk. A site calibration may be required and shall consist of at least 4 control points spaced evenfy apart and in varying quadrants. Adc�itional field checks of the horizontal and vertical accuracies sf�all be completed and the City may ask for a capy of the calibration report at any time, ll. Network GPS such as the Western Data 5ys�ems or SmartNet systems may be used far staking of property/R.D.W, forced-main water lines, and rough-grade only. No GPS stakin� for concrete; sanitary sewer, storm drain, final �racie. or anvthin� that needs �ertical �radin� with a talerance of 0.25' or less is allowed. D. Control Paints Set All eontral points set shall be accompanied by a lath with the appropriate Narthing, Easting, and �levat9on (if applicablej of the point set. Control points can be set rebar, `X' in concrete, or any nther appropriate item with a stable base and of a semi-perrr�anent na�ure. A rebar cap is optional, f�ut preferred if the cap ls marked `control point' ar similar wording. patasheets are required for al! con�rol points set. Datasheet should include: A. Horizontal and Vertical Datum used, Example: N.A.D.83, North Central Zone 4202, NAVD 88 �le�ations B. Grid or ground distance. — If ground, provide scale factor used and base point coardinate, Example: GS.F.�0.999Z25, Base point=EVorth: fl, East=O C. Geaid rnodel used, Exarnple: GEOIDI2A O:�Specs-5tds Governance �rocess�Temporary Spec Files�Capital Delivery�Cap Deli�ery D9v 01�0173 23,16A1_Attachment A_Survey Stafcing S�andards.docx Page 4 of z2 2021 ON-CALL PAVE1VfEN7' MARKINGS CONTRACT �3 CPN 103746 E. Preferred Grid Datum Although many plan sets can be in surfac� coordinates, the City's �referred grid datum is listed belaw. Careful consideration must be taken to verify what datum each project is in prior to beginning work. It i5 esseniial the surveyor be familiar with caordinate transformations and how a grid/surFace/assumed coordinate system affect a project. Pralected Coordinate System: NAD_1983_StatePlane_Texas_Rforth Central_FIPS_4Z02_Fee# Projection: Lambert_Confarmal_Con.ic False_Easting: 1958500.OflD00000 False�Northing: 6551666.66666667 Central Meridian: -98.500QOa00 Standard Parallel �.: 32.�.3333333 Standard Para�le� 2: 33.96665667 Latitude_Qf_Origin: 31.66666667 Linear Unit: Foat US Geographic Coordinate System: CCS�Narth_American_1983 �atum: D North American Z983 Prime Meridian: Gr�enwich Angular Unit: Degree Iva#e: �c=�ard[e�s �f wndt d�tum �aL:� �articul�r praject is in, deliverabl�s �a ine Ci�y must be converted/transiaied inta this preferred grid datum. i capy of the deliverablE should be in the project datum (whatever �t may be) and 1 copy shoufd he in the NAb83, TX `Jc,►tF �c«trWl �2a2 z��a. Se� PrefE����l F►1e Nom11117 C6��Ycir�lol7 b�lOw' F. Preferred Deli�erable Format txt .csv .dwg .job G. Preferred Data Format P,N,E,Z,D,N Point Number, Northing, Easting, Ele�atian, Description, Notes (if applicab�e) };. Preferred File Naming Convention 7his is the preferred format: City Project Number Description_Datum.csv Exam le for a ro'ect that has surface caordinates which must be translated: File 1� C1234 As-built af Water on Main 5treet_Grid NAD83 TXSP �1202.cs� 0:�5pecs-5tds Governance Pracess�Temporary Spec FEIes�Capita! Deli�ery�[ap �elivery Div 01�0171 �3.16.D1_Attachment A_5urvey 5taking Stancfards.dacx Page 5 of 22 2021 ON-CALL PAV6MENT IVIARIQNGS CON'I'RACT #3 CPN ]03740 File 2: C1234 As-t�uilt of Water on Main Street_Project Specific Datum.csv �xample Control Stakes 0:\Specs-Stds Ga�ernance Process\Temporary 5�ec Files\Capital Deliv�ry�[ap Deli�ery Div 01\D171 23.16.01 Attachment A_Surveq Staking Standards.docx Page 6 of Z2 2021 ON-CALL PAVEMENT MARKINGS CONi'RACT M3 CPN IQ3740 � � � � � � � � � � W m � � � I--- � � ti � �C � 2 � �L J � w J C4 � Q � ���� I L w � �� .� � w m � � z � z 0 �. J � � O .� I GP � � ¢ � _ � ¢ J f l� L►3 � m � C� 0 I �� I�_ � � � � � 7 Lu � EL.= �DO.�?a' � � � Z 0 � O C� U �v=�000.00 E��aaa.00 � � � W � � Q � �z �a _� �� � -- _� � w � _ J � L�... ~ W d � m� w� rt' �j � � ( _-�� F ri i ` V. !�later 5takin� Standards 0:�5pecs-Stds Governance Prac�ss�Temporary 5pec Files�Capital Delivery�Cap Deli�ery Div 01�0171 23.16.�1_At�achment A Survey Staking Standards.docx Rage 7 of 22 202 ] ON-CALL PAVEME3�T MA12K1NGS CONTRACT #3 CPN E03740 A. Centerline Staking — Straight Line Tangents I. Offset lath/stakes every 200' on e�en stations II. Painted blue lath/stake anly, na hub is required III. Grade is to top of pEpe (T/Pj for 12" diameter pipes or smaller IV. Grade to fiow line (�/L} far 16" and larger diamet�r pipes V. Grade should be 3.5fl' below the proposed top of curb line for 10" and smafler diameter pipes VI. Grade shau[d be 4.Q0' below the proposed top of curb line for 12" and larger diameter pipes VII. Cut 5heets are r�quireci on all staking and a capy can �e recei�ed frorn the survey superintendent Optionaf: Actua! stakes sha!! consist of a 60D nai! or h�rb set with a whisker B. Centeriine Stalzing - Cur�es I. If arc length is greater than 100', POC (Point af Curvatur�) offset stakes shauld be set at a 25' inter�al IL 5ame grading guidelines as above III. Staking af radius points of greater than 100' may be omitted C. Water Meter Boxes I. 7.0' perpendicu[ar offset is preferred to the center of the box II. Center of the meter shauld he 3.b' behind the propos�d face of curb lll. M�ter should be staked a minimum ofi4.5' away firom the ec{ge of a driveway IV. Grad� is to top of box and should be +D.Q6' higher than th� proposed top of curb unless shown otherwise on the plans D. Fire Hydrants I. Center of Hydrant should I�e 3.0' behind proposed face of c�rb II. Survey offset sta�ce should be 7.0' from the center and perpendicular to the cur� line or water main llL Grade of hydrants shou[d be �030 higher thar� the adjacent top �f curb �. Water Val�es & Vaufts Offsets should be perpendicular to ti�e proposed water main RIM grades should only be pro�icfed if on plans �xample Vllater Stakes O:�Specs-Stds Go�ernance Process��emporary 5pec Files\Capital Delivery�Cap Delivery Div 01�0171 23.7.6.01_Attachment A_5ur�ey Staking Standards.docx Page $ of 22 2U21 OIY-CAL4 PAVEIvIENT MARI�IAIGS C�IVTRACT #3 CPN 1D3740 A � � � � � � � � � � � w � � ._. �� � ,� t! � � � � -' �' � � � �� � � � �� �# �, —= -_ LQ� 7� 0� If�� 'FSTAaD+(1G ^ u� � j � �� �� � �d �' o/s � w/� srn=2+oo �, c—�.s2 � � � � � � � � w Cy �� � `C � �.1.� � �..7 � �D d � � .. .;�i � C7 i '� � �! Z G.. . _S ��%� Q f� ���, � w STA=1+72.81 'F C-3_81 W �^�. o � � �� � � ,�, 101i EL� 1[11.16' — CrJ � � � C� l- � - I_L_. �� �� ��x �� � ur 4i �*. 3. � � � � � � �y��� � � � � � � � i � � �+ �� � � W CS � ' � 0 a `� � � cm � iaa.a m LL � � � � � m � !!L Sanifiar Sewer 5takin 0 �o �� � �� m � L � �.; 1 � � � , �� �Qr P ��1 W ���� ����w J _� Z 0:\Specs-Stds Governance Process�Temporary Spec Files�Capital Deli�ery�Cap Delivery Div 01\0171 23.16.01�AttachmenE A_Sunrey Staking 5tandards.docx Page 9 of 2z 2021 ON-CALL PAVEMENT MARKINGS C�NTRACT#3 CPN [03740 A. Centerline 5taking — 5iraigi�t Line TaRgents I. Inverts shall be field �erifi�d and compared ag.ainst the plans before staking II. painted green lath/stake WITH hub and tack ar marker dot, no flagging requirecf fIL 1 offset stake between manholes if manholes are 400' or less apart IV. �ffset Stakes shauid be located at even distances and perpendicular to the centerline V. Grades will be per plan and the d.ate af the plans used should b� noted V!. if multi�le lines are at one ma.n�ole, eac� line shall have a cut/fill and direction nated VII. Stakes at e�ery grade brea[c VIII. Cut sheets are required an all staking Optional: Aetual si�akes shall consist of a 60D narl or hub set with a whisker S. Centerline Staking—Curves l. If arc length is greater than 100', POC (Point of Cur�ature) affset stakes shouid be set at a 25' interval II. Staking ofi radius points of greater than ].DO' may be omitted C. 5anitary 5ewer IVlanholes I. 2 ofFset stakes per manhole for the purpose of pro�iding alignment to the cantractor ll. Flowfine grac�e should be on t�e lat�/staice for each filowline and direction noted III. R1M grade should onEy be on the stake when pror�ided in the plans 0:�5pecs-Stds Governance Process�Temporary Spec Files�Capital Delivery\Cap Delivery Div 01�0171 �3.16.01_Attachment A_Survey 5taking Standards.docx Page 10 of 22 2021 ON-CALL PAVEMENTMARKI]VGS CONTRACT #3 CPN I a3740 �xam le Sanitar Sewer Staices ���� � �� ��� '� ��� ,--, �r� - ��� � `� I�� � �`� � � _ ` ''� �� �� � � 7'x7fS �. �S���sra=a+T+ffi���, c—aa� ��w� c—�°°Il�s—o°1 _ , � ..l! � � w �,�, L� � � � � � � �� � � c� �' � " a� �— � �o r � � ��� -- � ��� x�� � � 1 �'� O f 5 �, SS ��S?A 3+71� �� va C-3� II � � C-3� � C-4ffi � , � � �C � } � �� �� S +.�� L� � � � � � � � � �� ��` .� F � � : ,,. c� �� Q � , 7' �js � 5�.� �+es� ��c-�� � w ��� � � I n s vy � � '''t Y e � � �� � � 1 � � �� � � � ' � �� �.� � � �� � � � �, � �� � �� � �� � _ �� + � �+ � � � ~ � . � � � � � �� �, �-� � � � � ������� � �� � r �� � � - - - �� / ��� �� 7'lcij� �, S5 �- srr�o-rc�a c—s �,4 c—s� F+o� . � _�� �� ' �� � � � �` � �� � � � � � . ��� t� ��� � }�'� � h � � � 1 �' ��S �, 55 �� � STA— f •�I � C-6� II ��vr �6��� C-4� + �� � JL � � O C,p� � �� x �i � � F�� � � �� �� � � �� � �� O:�Specs-5tds Governance Process\Temporary 5pec �iles�Capital Delivery`Cap Delivery �iv 01\0171 23.15.01_Attachment A_Survey Staking 5tandards.docx Page 11 of 22 2021 ON-CALL PAVEMENT MARKINGS Ca1�ITRACT #3 CPl� 103740 1�11. S�orm Sewer 8s lnlei S�akin� A. Centerline 5taking-5traight Line Tangents I. 1 offset stake every 2Q�' on e��n statinns 11. Grades are to flowline of pipe unless otherwise shown on plans Ill, Stakes at e�ery grade brealc IV. Cut sheets are required on all staking Optianal: Actua! stakes shall cansist of a 60D na!! or hu6 set with a whisker B. Centerline5taking—Cur�es I. If arc length is greater than 100', POC {point of Curvature) offset stakes should be set at a 25' interval II. Staking of radius points of greater than 100' may be omittecf C. 5torm Drain lnlets l. Staking distances should be measured from end of wing Il, Standard 10' Inlet = 16.Q0' total length III. Recessed �.0' Inlet = 20.00' total length IV. Standard double iQ' inlet = 26.67' total length V. RecessecE double 10' inlet � 3Q.67'total length D. Storm Drain Manhales l. 2 offset stakes per manhole for the purpose of }�rovicling alignment to the contractor II. Flowline grade should be on the lath/stake for each flowline and direction noted lll. RIM grade should only �e on the stake when pro�ided in the plans o:\5pecs-Stds Governance Process�Temporary 5pec Files�Capiial Deiivery�Cap Delivery I]iv 01�0171 23.16.01_Attachmerrt A_Survey Staking 5tandards.docx Page ZZ of 22 2021 ON-CALL PAVG14EE1VT 1ViARKINGS CONTRACT #3 CPN IQ3740 �xam le Storm Inle� Stakes F��NT {SIQE F��IN G �) ���� (sa� Fr.ar� A.nw.) Pd�rt I n�e aeVA7lqf I �I ��� ,� �� � � n m � � � � !�/��. . +w.....'.I�_ �_.. En. r ihe mn�3 � � BEN�.g STNCEO -�i e a;:..r s�rhnaa � �� (IF Hfii£4 QN 1�4Aki4jl 'T'��'G' �ocJ'1'RFlR GqAI� VGp aF Q1R6 � � O � �� ,�I . �._ ._,6. i � � �R C� f� T (51 DE FAGI NG �� ���� �+sue �nnnc e.awj P�qN� i � NUB tl�lVA110N e L� — � � �' �' I ^ . �`F �i � � � z � ��. � � � I� ��� � .. h i e �m� 1 4� �� T/C � O �C� ` �{� � r —..-_,._..— - — �-- HU� Wlfli i:=-- BACK OF CUF� — -- FIOthLINE — — mGE OF pAYE}.1Eia7 STAHhARD 10' — 16' REf�'5SED 10' d 2{f STANDI�R[i Op416LE 10� � 1�B.fiY _ ^ ..... �. _ PECE55E6 �OUBLE 1 �' •- 36�6Y _ _ ^ ^. _... .� _ �..� .... � � — — — — — — — — — 4 � � I enac cF �n��T � 1 ':' '•�: -�:. � .�f. :i;� ' I �i "� , .'' os �i �,�R�o� .. d� 4� ' ,; � � ;A �� _ I 0:�5pecs-Stds Governance Process�Temporary Spec Files�Capital Delivery�Cap Deli�ery Div 01�0171 23.16.01WAttachment A_Survey 5tafcing 5tandards.docx Page �.3 of 22 BACi€ �F CURB .—. .—. F1..Ql4UNE _........ � WEPGE LF pA'�MENT 262I ON-CALL PAV�MENT MARKINGS CONTRACT #3 CPN 1037#0 Vlll. Curb and Gutter Stakin� A. Centerline Staking—Straight Line Tangents V. 1 ofFset stake e�ery 50' on e�en stations VI. Grades are to top of curp unless otherwise shown on plans Vll. 5takes at every grade break Vlll. Cut sheets are required on aA staking Optiorraf: Actua! stakes shall cansist of a 60D nai� ar hub sef wfth a whisker B. Centerline Staking — Curves EII. If arc length is greater than 100', POC (Point of Curvaturej offset stakes s�ould be set at a 25' interval IV. 5taking af radius points of greater than 100' may be amitted 0:�5pecs-5tds Governance Process\Temporary 5pec Files�Capital �eli�ery�Cap Delfvery Qiv 01\0171 23.].6.01_Attachment A 5urvey Staking Standards.docx Page 14 of 22 2021 ON-CALL PAVEMENT MARICINGS CONTRACl� #3 CPN 103740 �xample Curb & Gutter Stakes FR�NT (si�� �aciNc �.) FRDNT �I p�{ ,----iFti ......p. PG, . .a nV . '�¢9 Ij + � ►�• � FRONT {SIpE FqC1N0 �,j FR (7N T ,�,;��� � (&os FALINc �j T�MT�OF o ,r � HC � � �r r�s `� (SIpE FAC[NG �) � ���� � I � L I (SIDE FACINQ R.4�W.j ?dfi . ' _ ", N 0 ru.,� �,� s � � e�/ � � I I I II N � � I I I 1 �� r v � I I I 1 � ;TI� �o .. - L � I I I I HUB ELEVAlION � �� fli, �a� uM t� s � ��� �� = �i I _ �,�, -�� � _.r �� ti � , � � ff i ti r�+�i l�� ����'ti � f'} rj !f r � r�,Y ��v� i ��� �.,� . .� � s r � ,� , i r � / ; ✓ � ���'T � �,. ,/ �! �f � � �' � �. r �, f / --�� -- •• TqP C7F CUR� �.-�""'� - �f fx' �� � � .�.�.f. .�- ..�...c `..-' i ..-_� ��-Rp. ... �''" �.. �' " l � ,� ....= 'f i �-r'� � �� �� ��� �r,.� �,....� ���,..- �ACK OF CURB �'''��— �--'". � �x �x� � � I ��� � �--�'" � l 1�� � r�� 1.--""�tr" f�F f � � F�+CE C�F CUR� �------�— '� y����` ��� �� F1..05M.1 �JE EDGE 4F PAlIE�dI�N1' �xam �e Curb � �uiter 5takes at Intersec�ian O:�Specs-Stds Governar�ce Process\Temporary 5pec Files�Capital Delivery�Cap Delivery �iv 01�0171 23.16.01 Attachment A_5urvey Staking 5tandards.docx Page 15 of 22 . 2021 O1V-CALL PAVEIVIENT MARKINGS CONTRACT #3 CPN 103740 � � � � � � z ���/ l�i 1 a' 0%S� �m p STA=2M6o `I F Fk0°2 -� � LL � ._-------- --1 � w I 0 J v � � 6 s �� � � �'—^- �� � �e ,i 'i i �k �I P"-__ �� r� 3 � ,3 R� � � _ � al �-- � .t--- �, � � Yi tr ,06 �� � � � �� � -- + r e � �� 6v G' — ;� A ,0 G / f Q%�/ . , �-1 �� / ' �' - f a � I ,' 4l ��� , �� � �� � ���� , , � 4�� �� o� : .. �� a � _ � �P� , w �� `Q� � ,0 4 � � — — ;o n � � ��� � � � � , � ...._ — te ����a �d R S'N F e � t I� IQ . : �� � r � w��� O:�5pecs-Stds Gavernance Process�Temporary Spec Files�Capital Deli�ery\Cap Qelivery Div 01�0171 23.16.01_Attachment A_5urvey Staking 5tandards.docx page 16 of 22 2D21 ON-CAI,L PAVEMCNT MAI2KINGS CONTRAGT #3 CPN 103740 IX. Cut Shee�s A. Date offield work B. 5taking Method (GPS, total siation) C. Projeet Name D, Ciiy Proj�ct Number (�xample: CQ1234) E. Lacation (Address, cross streets, GP5 coordinate) F. Survey company name G. Crew chief nam� ti. A bfank template can be ob�ained from the surva, su�erintencEent (see Item I�bav�j 5�artdard Ci�� Cut Sheet �ate; ❑ TOTAL Sta�Cing Method: ❑ GPS STATION LOCATIOW: City Project Numher: Project Name: ❑ OTHER CONSULTANTlCONTRACTCOR S[JRVEY CREW INITIALS ALL GRAD�S A�t� TO FLOWLINE OR TOP OF C11R6 UIdL�S5 OTHE�WISE NOTE�. PT # STAilON OFFSET DESCRIP710N pROP. STAKED , CUT �- Fll.l. -�TI+RI" GRADE �l.�V. p:�Sp�cs-Stds Governance Process�Temporary Spec Files�Capital Deli�ery\Cap Delivery Div 01�017� 23,1fi.01_Attachment A_5urvey Staking 5tandarcis.docx Page 17 o�F 22 2421 ON-CALL PAVEMENT MA12KiNG5 CbNTRACT #3 CPN 1�3740 X. As-builf Sur�e� A. Definition and Purpose The purpose of an as-huilt survey is ta verify the asset was instalked in the proper location and grade. Furthermore, the information gathered will be used to supplement the Cit�s G15 data and must be in the proper format when submitted, See section IV. As-bui[t survey should include the following (additional items may be requestedj: Manholes Top of pipe efevations every 2S� feet Norizar�ta�l and verticaf points af inflection, curvature, etc. (A!! FittrngsJ Cathodic protectian teststations Scrmpling stations Met�er boxes/vaul�s (Al! sizesJ Fire fines Frre hydrants Gate valves (rim and top of nutJ Plugs, st�ub-outs, dead-end lines ' Arr Release valves (Manhale rrm and vent pipeJ elow off valves (Manhale rim and valve !id) Pressure plrrne vcrlves Cleaning wyes Clean outs Casing pipe (eaeh endj lnverts of pipes Tur6o Meters O:�Specs-Stds Governance Process�Temporary 5pec Files\Capital Delivery\Cap Delivery Div 01�0171 23.16.D1_Attachment A_Survey Staking 5tandards.dacx Page 18 of 22 2021 ON-CALL PAVBMENT MARKQ�fGS COI+ITRACT#3 CPN 103740 B. Example Deli�erable A hand written red ]ine by the #ield sur�eyor is acceptable in most cases. T�is should be a copy of the plans with the point number noted by each asset. ff the asset is missing, then the s�arveyor should write "N�T �OUND" to notify the City. 0:�5pecs-Stds Governance Process�Temporary 5pec Files�Capital �eli�ery�Cap beli�ery piv Q1�0171 23,16.01_Attachment A�Survey Staicing Standards.docx Page 19 of 22 2021 ON-CAI.L PAVEMENT MA2KING5 CONTRACT #3 CPN 103740 � � r � g r� i a�a � � ��� '�,� � d� �� R �±F� � � � �� �� � ������'��.� � F 4 ��� �h�� ���� � • Bn� �s �; x �� �� � � � i' e �3[$: � �` � q i � III � �i �� ���{j_a.��E�_% �! � '�, � :�- �'i ;� �*�` S�; �� .}�kF'.'£L �! �' '� � � �� r�.��rat� t $� i-� �� ,��' :kg ia r:�skId�6ttl-'- ' �. �}�:is;�� g � 1����1a�;i�l'�'i j� � i5 � i 1 �} i� i!�;.4��� � F Id'I�� II��9li �� �...__,..�.r v.0 aHn M�lvrr . x. '_ R.• � �• I � � y � � _ - �°}' ��2 ,��g��x,� -- 'll I��`, ��i, � � u ��,��k�� I +f + �-� -- - I.I .3_ I �I� � �. n 1 �� 6;�i}' �' � �4�J I ti -�{; i � � � �' � � � � � . . � Ip t� �. CI.� � � �$� E t ��i � I��� - ' J I� �'� ��. '4� 9i� , .� � ���.� � 4� � � �.�,: 4�i��1 �� ��� ��;���-- Y���� �-��;�� r��*�Fl i'� _�i a� �_. ����kJs ��\ �,I t �� i3 ,�'-` ��9�_II! "� �'.,, '�� -. . ��'�•, ,, .j.- �, f ��' �'� a¢ �k. * -f t " . i 1 ! '�* }f�f � I _ ` T �� r � a �1 �1 �I � � tl M� � F% " ��. ' _. _ '_ �G��f i$'� ��%L'.�J"� � -.I� I ���_i�v���'"'.' ._'€"-'_—���tni. ��'. ' �;��.,���;_� .. r__ _ �^ � � .�a;. �`=-��s•r�'=.�r:��+:_'-�-.. . � :_�. . �� '= : � . . -:=L.:__!t ��__ "�:� �� �_ , ; _._ =�-���-�—:_.=��._�"�: :���- � � � �� °�� - ;_ - . -{.�_.�'... � �-i�;� ---F-:. _„_ }:. =f-;:�-��=_,; ;'. . . , :i _- -3-�--� -..._ , . � ,�;^�=��:�;--�-� �'�=—� =T'_i� :�:..t: . : � � I __i.'�� �_.�.�� _ ..°���,..i.�..- _,._i.�_�_ . ti �1� _� ::�:.�=�_ �4� rr�n�--: � [�.._. __ . ^-'�---.�nre� �I�I.-�� _ � f. �' '__ . I Y�—� �'.I..:, I �r .. .:�'�� ._. 1'."" 'i= - _''� _.�-�� -; . , .-�-�-�=-��-�� � -�--- � �----� -���� ��=�==. ;; .:t�'�;.i�:���:-:.�:;_:�- . 4- _F; � �� , � � . .... ._-4�--� F.:_}� _'-� _;".f'f"_' ': �''k,F�� �I �� .:—_ -� t'd ����.. ' ���� .....: __ =}`-__ _/ .':�� __;aUs ,.�:_� ` JJ + ���i. ..._ - _. : �,.�. JJJ. -��� _.�__:;�� ��l' _ " I �. . +; I . _ I ; . �__ I' ' + f �I . "" _" +y ��i___��+'""' _ """' r ��� ' ' � �I�.I Ti _ .__i_ _:.� ..I� �"'�+� "'"�� } _. . . ... , � � �� J 4 . �'+ . . . �"�- "_"""��_.. _ ��'. � �� _�5.�.�rJ� . _-- ,'I ' � . .� � �.+' f' " � � ""'. ' }' — ' . _i_ .A..4_"'i'�-�i �vlt:�� + '�; � � . . ,.' r_----- ..� - � - . �=���,���'�1-=:,�� �. - :--� _�.. _��:��a� i��- � == ��_�� ;t, :�.-:�;-�� :�. _� : - �_, ,... TJ��'_��;` :.��• ; �+« � - .J-:,.;,� � ._ �' -�°--'-�rfT:�__;,'� � .: . �,� yi_ . „�,� � .. � �T" , � I;------- � �^-; � -�� � , -�-��..� ��-: - „-..� W���.�� :_:_' .�ff; ;�.:: .� -.-�:.��- ;�--_i.'. •. Y�� � � ., ,f�J.: �.. . ;E � � �. i --- r`��'-- F - '. w7�oti+�+1 �� � "- �? �--:_ - - = HKi % _'+ -.� _= :- -; � . . . '—'--- -- - -_� � i ." ';'i . . i ; _' _' =T _ "' ,:' `i I ;-- __-; �1'�E; � I�S � i�..�^"I �r"- —�'. �—`__`��: I_ � _����\ i f �,� � �—'I � — � ��---� --'1 �- R 1 � . � � . :li . � i I! .'���. O:�Specs-5tds Governance Process�Temporary Spec Files�Cap�taf Delivery�Cap Delivery Div a1�017i 23.1b.01 Attachment A_Survey Staking 5tandarcEs.docx Page 20 of 22 2021 QN-CALL PAVEMENT NiARKINGS CONTRACT #3 CPN 10374Q �,p�^huwi.ee.ry r � yr � �{�i�S'tlC PIR � • ...�� ,. ��w.-� �I fiG H .�1` ,�1 � � � � /� �� .�� ` R! %( a ���� . . cvr s � 1.r..n�++�ra�m-+5 �m� a+.�+a.�ri w . � liEi'01'E EXlST. 1E'k",Qf.R ! / �� b � Q�` �. : x�o,ta q �'� y �� . .� �� �'� �a� ��+ 'r ��q'���o� .t �a�' �',� SfA 0�'r71X1 + 12WL iP!l3YfJ LWl REMY£ k SAIY�' EJp57 &P'E VKVE a AEOGq!?R aIVkECI TO fX751:8'ii'/PER 11H.rTNL h!2'SL1!!6 SlEkyE Af2X 5°FtEd�CER N'iG74l09.r.B9A0� � _ . lI F•T�777,+J9� ' fi�f�..�+t+-.�.t ==_•�l..t.. I f 1 G i ,� �� M w, �� r� rer STA 0'�tb - d'FL - , RK'7::: Ftt'X t' :1C11ort 7�[ ' + �_ �f • � �A'#.VL 4•AlYF� . ' �F+NE r��fW.iY�'y . d'=F � Mt19A47 lt;t8 f-1L'9w�`7 VA:{, x�aunx:aaon e,�,���n�, �. �, � A/YC,vpIwlUl'Y.Fe�lWu�q HO'e1M!p QW 9YAA ��L� � a'�tamry e Lrr�uw� r� skv� EX1ST. fAQ'E VAIyE �� Idf k : EcTltA �rr z�-� ea,� a+r.rcn �c, � � � 7E // / S!'A 6,�A7 -!2'Y'L fF!!A'L ARJ Sfh 0�'S738 -1ltil ��i�A �ll��l tcx�ru snun s�v� ti� rrrvexr. r�rm sr tF r� ��da�n w� r�nass.�ar o�:�u�cr ro �x�sr, r,rv� e�waau x�nussz� E�36 � . ' ; `-_ _ ._ _ ' = i i_ --- - - i� ._.� _ �.. � =-1=:: , -- :. ..... i �-i,� _ -. __,._. �� �:�--_ ._ , _ � ._. --�� - -- — _ , : :—_-: i - ; � . --� ---_- - - -;�� � _ _ . . , . _ . :�� � - � --- - ... _ : ... i : � . '- --_- r _ _.- . - - - �. _.... _ f � -- �' --- - - PR�7PbS�'D SrWlf�RY : 5E� 5HEE �RL4'�C "lYIII �,1 +FFYEXI. HEMU a.�Sp�cs-5tds Governance Process�Temporary Spec Files�Capitaf Delivery�Cap belivery piv �1�017i 23.16.01�Attachment A 5ur�ey Siaking Standards.docx Page 21 af Z2 2021 ON-CALLPAVEMEN'I'MARKINGS CdN'I"RACT#3 CPN 103740 � � j �� 4 aye:1 �'� � M14�l. . , � ���°5�:!� � ,c � IllVI.V ����� �r�'•�_��, �,��� 23.16.01_Attachment A_Survey 5taking Standards.docx Page 22 of 22 2A2 i QN-CALL PAVEMEI3T MARKINGS CONTRACT #3 CP1V 103740 � 10171 2021 ON-CALL PAV�MENT MARKINGS C�NTRACI' �3 CPN 103740 23.16.01 Attachmer�t A_5urvey 5taking Standards.docx Page 23 of 23 Ob�iously the .csv or .txt file eannot b� signed/seale.d by a surve}�or in the format reqwested. This is �ust an example and all this information should be noted when de{ivered to the City so it is clear to what eoardinate system the daTa is in. PO]Ni NO, NORTHING EASTENG ELEV, 1 69A6257.189 2296079.765 2 6946260.893 22960G2.141 3 69463U7.399 2296p38.3U6 4 694622d.562 2296U11.U25 5 fi946195.23 Z296015.116 6 6946190.528 2296U2Z,7�1 7 6946136.012 2295992.115 8 6946002.267 2295919.133 9 69A6003.056 2295933.4i8 10 69A5384.677 2295880.52 11 69A5986.473 2295869.892 12 6845895.077 2295860.962 13 G945895.591 2295862.iS8 14 &9A5934.286 2295841.925 15 6945936.727 2295839.441 16 6945835.678 2295799.707 17 69R5817.488 3295827.011 18 6945759.776 2295758.643 14 6945T6S,563 2295778.424 20 65457A3.318 2295785.392 21 6945723.219 229575A.394 22 G945682.21 2295749.22 23 6945621.902 22956$9.471 24 6945643.407 2295736.03 25 6945571.059 2295655.195 26 fi945539.498 2295667.803 27 6945519.$34 2295619.49 2S 6945417.879 2295580.27 29 6945456.SST 2245643345 3U 6945387.356 2245537,101 31 6945370.688 229560GJ93 32 6945383.53 2295610.559 33 6445321.228 2295551.T05 34 69453I9.365 2295539.728 35 6345Z42.289 2295570.715 36 6945233.fi24 229554A.626 37 fi945246.483 2295529.305 38 fi94S142.015 2295557.SSS 39 694S113A45 2295520.335 40 6945049.02 2295527345 41 6945041.Oz4 2295552.G75 42 69d5038:878 2295552.i47 43 69450.06.397 2295518.135 44 6944994.782 22'9552U.635 45 6944943.432 2395556A�9 46 6944860,416 2295534.397 [7ESCRIPTION 726.09 SSMH RIM 725.fi68 GV RIM 72fi:85 GV ftIM 723.358 55MH RIM 7ZZ.123 GV RIM 722.325 fH 77.9.4�E8 WM RIM 71�.331 WM RIM 713.652 CO HIM 71I.652 SSMH R[M 710.04fi WM RI[vf 707.72 WM RIhR 7o8,zo5 WM RIM 709.q67 WM RIM 71p,p84 CO RIM 707J74 SSMH ftlM 708.332 55MN R!M 7X1.218 SSMH R3M 710.D85 GU RiM 730.631 GV R1M 7A2.849 eV R1M 716.686 WM RIM 723.76 WM RIM 719,737 CO RIM 727.514 SSNiH RIM 729.123 WM RIN1 732.584 WM R!M 744.52i WIUE R�M 736.451 CO Rli� 70.U,756 GV RIM 740.976 GV RIM 740.aU8 FH 74b,34 WM RIM 746.777 Cq RiM 748.454 WM RIM 7Q9.59 SSMH RIM 751.058 WM RIM 75U.853 WM RIM 751.871 WM RIM 752.257 SSMH RIM 75i.79 WM RIM �si.sa w�n REnn 752,615 WM RIM 752.801 WM RIM 752.156 WiVI RIM 752.986 SSMH RIM . r = . F-� � ,. 1 ' L� I `1 � �, � J13� � _.'1c � `t �- _ . �,� L. t-. ; sr�a , � � ' - t LH " ,�` 1 ` � �+�_. Y.�� fi „ .� �;�Specs-5tds Governance Process�Temporary Spec Files\Capital Delivery�Cap Delivery Div 01�0171 �3,1fi.01_Attachment A_5urvey Staking Standards.docx page 24 of 24 �Dz� ON-CALLPAVEMEN"I' MARKINGS CONTRACT#3 CPN ] 0374U C. Other preferred as-built de[iverable Some vendors have indicated that it is easier to deliver this in#ormation in a different format. Belov+r is an examp[e spreadsheet that is also acceptable and can be obtained by request from the survey superintendent. O:�Specs-5tc€s Governance Process�Temporary Spec Fiies�Capital Delivery�Cap Delivery �iv 01�OZ 71 23,16.01 AfitachmentA_5urvey5takingStandards.docx Page 25 of 25 2Q21 ON-CALL PAVEIvI$NT MARKINGS Cd1+1TRACT #3 Cl'N I03740 0:�5pecs-5tds Governance Process�7emporary 5pec Files�Capital Defivery�Cap Delivery biv 01�0171 23.16.01_Attachment A Survey Staking 5tandards.docac Page 26 af zb 2021 ON-CALL PAV�MCNT MA.I?KWGS CONTRACT #3 CPN 10374U 017123-1 CONSTRUCTION ST15.KING AND SURV�Y Pa�e 1 of 8 SECTION Ol 7123 CONSTRUCTION STAKING AND SURVEY PART 1- GE1V�.RAL l.l SiTMMARY A. Section Includes: 1. Requirements for construction staking and construction survey B. Deviations from this City of Port Warth 5tandard 5pecification 1. Nane. C. Related 5peeiftcation Sections inefude, but are noi necessarily limited to: 1. Division 0— Bidding Requirements, Caniract Forms and �onditions of the Cantract 2. Division 1— Genera] Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. M�asurement and Faymeni 1. Construction Staking a. Measure�ent 1) Measurement for this Iiem shall be by lump sum. b. Payment 1) The work performed and the materials furnished in accordance with this Item shall be paid for at the lump su�n price bid for "Construction Staking". 2) Payment for "Construction 5tal�ir►g" shall be made i� pa��tial payments prorated by vvork completed coinpared to tatal work includad in the lump sum item. c. The price bid shall incIude, but nat be limited to the fallowing: 1) Verif cation af not►troi data provided by City. 2) Placement, inaintenance and xeplacement oire�uired stakes and markings in the field. 3} Preparation and submit�al of construction staking documentation in the form of "cut sheets" using the City's star�dard ternplate. 2. Goastnzction Survey a. Measurement 1} This Itern is considered slibsidiary to the various Items bid. b. Payment . 1j The work performed and the rz�aterials furnished in accordance with this Item are subsidiary to the various Itezns bid and rto other compensation will be allavved. 3. As-Built Survey a. Measurement 1) Measurement for this Item shal] be by Iump sum. b. Pay�nent 1) The work performed and the materials furnished in accordanee with this Item shall 6e paid �or at the lump sum price bid for "As-Built Survey". CITY bF FORT WORTH 2O21 pN-CALL PAV�MCNT MARKING5 CON'Tf2AC'I' #3 STANDARD CONSTRUCT[ON SFSCIFICATION T]OCUM�NTS CPN ]03340 Revised FeUruary 14, 2018 a��tz�-z COIV9TRi1CTIdhi STAKING AND SURVEY Page 2 of 8 2} Payment fo�� "Construction Stalcing" slial� 6e made 'tn partial payments pror.ated hy work completed compared to total work included in the lu�np sum itam. The price bid shall include, but nat be lirnited to the following:: 1) Field measurementis and suivay shots to identify location of completed faciliti�s. 2) Doeumentatian and sulimitta! of as-bui3t survey ciata onto contractor redline pians and digital survey files. 1.3 RE�'ERENCES A. Definitions 1. Construction 5urvev - The survey meas�rements made priar to or while constructian is in pro�r�ss ta control elevation, horizan�al position, dirnensions and configurafion of structures/itnprpvements included in the Project Drawings. 2. As-built Survev The rn�asurements made after the construction of the improvement %atures are complete to provide position eoardinates for the fe�tures af a projeci. 3. Construction Siakin� — The placement of stakes and markings to provide offsets and elevatians to cut and iill in order to laeate on the ground the desigued structureslimprovetnents included in the Prflject Drawings. Constructian staking shail inciud� staking easements andlor righ� of way if indicated on the plans. 4. Survev °`�'ield Checks" — Measurements mada after construciion staking is completed and before constructian work begins to ensure that structures marked on the ground are accurately located per Projeet Drawings. B. Technical References 1. City of Fort Worth — Construction Staking Standards (a�ailable on City's Buzzsaw website) — q i 71 23.16.01 Attachment A_Survey Staking 5tandards 2. City of Fart Worth - Standard Surv�y Data Collector Lihrary (f�) files (available on City's Buzzsaw website}. 3. Texas Department of Transportation (T�QT) Survey Manual, latest revisian 4. Texas Society of Professianal I,and Sur�eyars (TSPS), Manual of Practice far Land Surveying in the State of Texas, Gategory S 1.4 ADMiNIS'I'RA.T�''VE REQUIREMENTS A. The Cantractor's selection of a sarveyor �nust camply with Tegas Government Code ��5� (quali�cations based selection) for this project. 1.5 SUSMITTALS A. Submittals, if required, shall h� ip accordance with Section O1 33 00. B. AlI submittals sha11 be received and reviewed by the Ciiy priar to d�livery of work. 1.6 ACTION SUBMITTAL5/INFORMATIONAL SUBMITTALS A. Field Quality Control Subtrfittals C1TY O� �ORi' WORTH 2O21 ON-CALL PAVE[vIENT MARKTNGS CONTRACT #3 STANDAZtD CONSTRUC7'ION SPECIFICATIDN DOCU�vIENTS CPN 103740 Ttevised FebruAry 14, 2418 017123-3 CONSTAUC'I`ION STAKING AND SURVEY Page 3 af 8 Documentation verifying accuracy of f'teld engineering work, including coordinate conversions if plans do nQt indicate grid or �mund coordinates. Submit "Cut-Sheets" confo�-ming to the standat-d template provided by the City (z'efer to O1 71 23.16.01 — Attachment A— Survey Stalc�ng Standards). 1.7 CLOSEOUT �USMITTALS B. As-buil# Redline Drawing Submitta.l 1. Submit As-BuiIt Suivey Redline Drawings documenting th� locationslelevations of eanstructed impravements signad and sealed by Registered Prof�ssional Land Sur�eyor (RPLS) responsible for the work (t�efer to O1 71 23.16.O1 — AYtachment A — 5urvey Staking Standards) . 2. Contractor shall submit thc proposed as-buiIt and completed redline drawing subznittal ane (I) week prior to seheduIing the proj�ct final inspection for City r�view and comment. Revisions, if neeessary, sha2] be made to the as-built redline drawings aind re�ubmitted to the Cify prior to seheduling the construction final inspection. 1.8 MA�NTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Construction Staking 1. Construction staking wilI be performed by the Contractor. 2. Coordination a. Contact City's Pt•ojact Representative at least ona week in advance natifying the City of when Construction Staking is scheduled. b, It is the Contractor's responsibility to caordinate stalcing such that construction activiti�s ate not delayed or negatively impacted. 3 , Genet•al a. Contr�actor is responsible for preserving and maintaining stakes. If City surveyors are required to re-stak� for any reason, the Contractor will be r�sponsib�e for costs to perform staking. Tf in the opinion ofthe City, a sufficient number of stalces ar marifings laav� b�en lost, dastroyed disturbed or oinitted iltat the contracted Work cannot take place then the Contractar will be required to stake or re-stake the deficient areas. B. Construction Survey 1. Construction Sur�ey will be performed by the Contractor. 2. Coordination a. Contractor to verify that horizonYal and vertical control data established in the design survey and required for construction survey is available and in place. 3. General a, Constrtzction survey wifl be performed in arder to construct the work shown on the Canstruction Drawings and specifie�l in the Contract Documents. b. For constructian methods other than open cut, the Contractot shall perform construction survey and verify control data incfuding, but not limited to, the following: 1) Verification that established benchmarks and control are aceurate. C1TY OF FqRT WpKTH 2O21 d1�I-CAI,L PAVGMENT MAi2.ICINGS CONTAACT #3 STANDAAD CON5TRi7CTION SPECTFICATION DOCUMENTS CPN 103'740 Revised February 14, 2018 ai�i23-a COAl�TRUCTIQN STAKIlVG AND SUAV�Y Page 4 of 8 2} Use of Benchmarks to furnish and maintain aII reference lines and grades for tunn�ling. 3j Use of line and grades to establish the lacatian of the pipe. 4) Suhmit ta the City copies of iield notesused to establish all lines and grades, if requesied, and allow the City to check guidance system setup prior to begir►ning each tunneling drive. 5) I'ravide access for the City, if requested, to verify t�ae guidance system and the line and gracie of the carrier pipe. 6j The Cont�acior remains fully responsible %r the aceuracy of the wor� and correction of it, as required. 7} Manitor line and grade continuously during construction. 8) Record deviation with respect to design line and grade once at each pipe joint and snbmit daily records to the City. � 9) If the installation does not m�et the specified tolerances (as outlined in Sections 33 OS 23 and/or 33 OS 24), i�nrrtediately notify the City and cafrect the instalIation in acc�rdance with the Contract Dac�men#s. G. As-Built Survey 1. Required As-Built 5urvey will be perfarmed by tl�� Contractor. 2. Caordination a. Contractor is to eoordinate with City to conf rm which fe�tures require as- built surveying. b. It is the Contractor's responsibility to coardinate the as-built survey and required measurements for itettas that are to be buried sueh that construction actieities are not delayed or negatively impacted. c. For sewer mains and water mains 12" and under in diameter, it is acceptable ta physically measure depth and mark the loeation during th� pz'agress of construction and take as-built survey after the facility has been buried. The Contractor is responsible far the quality control needed to ensure accuracy. 3. General a. The Contractor shall provide as-built survey including the elevation artd location (and provide written documentatian to the Cityj of construction features during the progress of the consEruetion in�luding the following: 1) Water Lines a) Top of pipa elevations and coordina��s for vdaferlines at the following locations: (1} Minimum every 2501inear feet, including (2} Horizontal and vertical points of inflection, curvature, etc. (3) Fire �ine tee (4) Plugs, stub-outs, dead-end lines (5} Casing pipe (eaeh end) and a11 buried fittings 2} Sanitary Sewer a) Top of pipe alevations and coordinates for force mair�s and siphon sanitary sewer Iincs (non-gravity facilities) at the following lacations: (1) Minimum every 250 linear feet and any buried fittings (2) Horizontal and vertical points of inflectian, curvature, etc. 3) Stormwater—NotAppiicab�e CITY OF FORT WO12TH 2p23 ON-CALL PAVEM'ENT MARICINGS CONTRACT #3 STAN➢ARI) CONSTRUGTION SPECIP'ICATION DOCUMENT'S CPN LQ37443 Re�ised ['e6ruary 14, Z618 ai��z3-s CONSTRUCTION STAKiNG AI+iD 5UI2VEY Page 5 of 8 The Contractor shall provide as-built survey in.cluding the ele�atian and ]ocatinn (and provide written docurnentation ta fhe CiTy) of construction features after the construction is completed including the following: 1) Manholes a) Rim and flowline elevations and coordinates for each mat�hole 2) Water Lines a) Cathodic pratection test stations b) Satnpling stations c} Meter boxes/vaults {All sizes} d} Fire hydrants e} Valves (gate, butterfly, etc.) � Air Release valves (ManhoIe rim and eent pipe) � Blaw oi�valwes (ManhoIe rim and valve lid) h) Pressur� plane val�es i) UndergrQund Vau]ts (1) Rim and flawline ele�ations and coordinates for each Undet•�ound Vault, 3} Sanitary Sewer a) Cleanouts (1) Rim and flowline ele�+ations and coordinates for each b) Manholes and .Tunction Structures (1) Rim and flowline elevations and coordinates for each manh�Ie and junction s#ructure. 4) Stor�nwatex — Not Applica6le 1.i0 DELIVERY, STORAG�+, AND HANDLING [NOT iTSED] 1.11 RIELD [SITE] CONDITIONS [NOT USED] I.13� WARR�iNTY PART � - PRODi]CT� A. A construction survey will produce, but will not be limited to: 1. Recovery of relevant control points, points of c.urvature and points of intersection. 2. Establish temporary horizpntal and vertical control elevations (benchmarks) sufficiently permanent and ]oeated in a manner to be used throughout construction. 3. The focation of plar�ned facilities, easerr►ents and improvements. a. Esta6lishing final line and grade stalces far piers, flo.ors, grade beams, parking �reas, u#ilities, streets, highways, tunnels, and other construction. b. A record of revisions or carrections nated in an. orderly manner for reference. c. A drawing, when required by the cIient, indicating the horiznntal and vertica.l location of facilities, easements and improvements, as buitt. 4. Cut sheets shall be prot�ided to the City inspector and Survey Superintendent for alI construction stalcing projects. These cut sheets sha11 be on the standard eity templafe which ean be obtained from the Survey Superintendent (817-392-7925}. 5. Digital survey files in the folIowing farmat5 shall be acceptable: a. AutnCAD {.dvvg} b. ESRI Shapefile (.shp) C1TY dF FORT WDRTI� 2021 ON-CALL PAVEIv[�I�iT MARKINGS COI�fT12ACT #3 STAAIDARI} COI+iSTRL1CT[QN SP�CIPICATION DOGUl1�lENTS CPN 103740 Revised k'ehruary 14, 2018 01 71 23 - 6 CO]VSTI2UC'i[ON STAKING AND SllRVEY Page G oP 8 c. CSV file (.csv}, formatted vvith � and Y coordinate� in separate columns {use standard templates, if availab�e) 6. Survey files shall include vertical and h.orizontal data tied ta original project control and benchmarics, and shall include feature descriptions PART 3 - EXECCITXON 3.1 INSTALLERS A. Tolerances: 1. The staked loeation of any improvement or facility should be as accurate as practical and necessary. The degree of precision required is dependent on many factors ail of which must remain judgmental. The tolerances listed �ereafter are based on generalities and, under certain circumstances, shall yield to specific requirements. The surveyor shall assess any situation by reviaw of the overall plans and through eonsultation with responsible parties as to the need for specific tolerances. a. Earthwork: Grades for earthwork or rough cut should not exceed 0.1 ft. vertical tolerance. Horizontal alignment for earthwork and rough cut should not exceed 1.0 ft. tolerance. b. Horizontal alignment on a strncture shall be within .Q,1ft tolerance. c. Paving or eoncrete for streets, curbs, gutters, parking areas, drives, alieys and walkways shall he located within the canfines of the site boundaries and, occasionally, along a baundary or any other restrictive line. Away from any restrictive line, these facilities should be staked with an accuracy producing no more than O.OSft. tolerance from their specified locations. d. Undergraund and ovez'head utilities, such a� sewers, gas, water, telephone and electric lines, shall be lacated horizontally within their prescribed areas or easements. Within assigned areas, these utiIities should be staked with an accuracy producing na more than 0.1 ft tolerance from a specified location. e. The accuracy required for the vertical location of utilities varies wid�ly. Many underground utilities require only a minimum co�er and atalerance of 0.1 ft. should be maintained. Underground and overhead utilities on pla�sned profile, but not depending on gra�ity flow for performance, should not exc�ed Q.1 ft. tolerance. B. Surveying iristrurnents shall be kept in close adjustment according to manufacturer's specificaYions or in compliance tQ standards. The City reserves the right to request a calibration repoi-t at any time and recommends regular maintenance scheduie be performed liy a cerkified technician every 6 months. 1. Field measurements of angles and distances shall be done in such fashion as to satisfy ihe closures and tolerances expressed in Part 3.1.A. 2. Vertical locations sha11 be established from a pre-established benchrnark and checked by closing to a difFerent bencla mark on the same datum. 3. Gonstruction survey field woi•k shall carrespond to khe client's plans. Irregularities ar conflicis found shall be report�d prornptly ta the City. 4. Revis�ons, corrections and other pertinent data shall be logged for future reference. CITY OF FORT WORTH 2O21 ON-CALL PAVEIVIBNT MARKINGS CONTRACT #3 STANDARD CDNSTRUCTION SPECIFICATIOIV DOCUMENTS CPN 1a3740 Revised Ce6ruAry l4, 20I8 017123-7 CONSTRUCTION STA[�1NG AND SURV�Y Page 7 of 8 3.2 EXAMINATION jNOT USEDj 3.3 PREPARATION [NOT USED] 3.� APPLICATION 3.� REPAIR / RESTORATION A. If the Cantractar's work damages or destro�s one or more of the control monunnentslpnints set by the C.ity, the monutnents shall be adequately raferenced for expedient restoxation. I. Notify City if any control data n�eds to be restored or replaeed due to damage caused during consfructiion operatians. a. Contractor shall perform replacerrzents azid/or restorations. b. The City may t•equire at any time a sut•�ey "Field Check" of any in�nument vr bencl�marks that are set be verified by the City surveyars before further associated work can move forward. 3.6 R.E-INSTALLATION jNOT USED] 3.i FXELD �ax] SITE QUALITY CON'I`ROL A. It is the Cantracfox's responsibility to maintain all stalces an.d control data placed by the City in accordance with this Specification. This includes easemen�s and right of way, if noted on the plans. B. Do not change or relocate stakes ar contrql data without approual frorn the City. 3.8 SYSTEM STARTUP A. Survey Checks 1. The City reserve� the right to perfarm a Sut'vey Check at any time deemed necessary. 2, Checks by City persannel or 3Td party contracted s�rveyor are not intended to relzeve the contractor of his/her responsibility for accuracy. 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT XT�ED] 3.11 CLOSEOUT ACTIVITXES [NOT IISED] 3.1� PROTECTION [NOT USED] 3.13 1VIAINTENANCE [NOT USED] 314 ATTACHMENTS [NOT USED] END OF SECTION Revision Lag CPl'Y OF FORT WORTH 2R21 ON-CAI,I, PAVEMENT MARKIIdGS CQNTRtLC'I' #3 STANDARD CQNSTRUCTION SPEC]FICA"CION DOCUMENTS CPIV I03740 Revised February 1'4, 2Q18 DI7123-8 CONS'I`RUCTIC?N S`I'AKING AND SURV�Y Page 8 of 8 DATE NAME SUMMARY OF CIIANGE 8/31/2012 D.Johnson Added instruction and modified meas�remenr 8e payment under 1.2; added 8/31120I7 M. Owen deFinitions and references under 1.3; modifiecE LG; added 1.7 closeout submitta] requirementa; madif-ied 1.9 Quality Assurance; added PART 2— PRODUCTS ; Added 3.1 instalIers; added 3.5 Repair/Restoratian.; and added 3.8 5ystem Startup. Removed "blue text' ; revised measure�nent and paymenY sections far ConstructiQn Staking and As-Built Survey; added reference to selection compIiance with TGC 2/14124I8 M Owen 2254; re�ised action and Closeout s.u6mitt�1 requirements; added acceptable depth measurement criteria; revised list ofitems requiring as-built survey "during" and "ai�er" consYructio��; and revised aeceptable digital survey file format C1TY �F FORT WQRTH 2U21 ON-CALL PAVEMENT MARKINGS CONTILACT #3 STANDARD CON5TRUCT{QN SPECIFICATIQN DOCilMEN`i'S CPN I03740 Revised February 14, 2418 017423-i CLEANING Page l af4 SECTION 01 74 23 CLEANING PART1- GENERAL 1.1 SiTMMARY A. Section Includes: 1. Intermediate and final cleaning for Work not including special cleaz�.ing of closed systems specified elsewlzere B. Deviations frozr� this City ofFort Wort11 Standard 5pecification 1. None. C. Related Specification Sectians include, but are not necessarlly limited to: 1. Divisian 0— Bidding Requirements, Coniract Forms and Conditions of the Cantract 2. Division 1— General Requirements 3. Section 32 92 I3 — Hydro-Mt�lching, Seeding and Sodding 1.� PRICE AND PAYMENT PROCEDi7RES A. Measurement and Fayment I. Worl� associated with this item is considered subsidiary to the various Items bid. No separate payrnent will be al�o�ved for this Item. 1.3 REFERENC�S [NOT USED] 1.4 ADMINISTRATNE REQUIREMENTS A. Scheduling 1. Schedule elear�ing operations so that dust and other eontaminants disturbed 6y cieaning process wi1l not fail on newly painted surfaces. 2. Schedule fnal cleaning upon compleiion oi Work and im�nediately prior to final inspection. 1,5 SUBMITTAL,S [NOT US�D] 1.6 ACTXON SUBMITTALSIINFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOS�OUT SUBMITTALS [NOT i7SED] 1.8 MAINTENANCE MATE1tXAI, SUBMITTALS [NOT USl+:D] 1.9 QUALITY AS$X7RANCE [NOT USED] 1.10 STORAGE, EiND HAND�ING A. Storage and Handling Requirements 1. Stare cleaning praducts and cleaning wastes in containers specif cally d�signed far those materials. CITY QF FQRT VVORTH 2O21 ON-Cr1LL PAVEMENT MARKIIVGS CONTRACT #3 STAI�IDARD CONSTI2UCT[ON SPEC[PICATIDN DOCUMEN'E5 CPN 1037a0 Revised du3y 1, 2011 017423-2 CLEANING Page 2 of 4 1.11 FIELD [S�TE� CONDITIONS [NOT USED� 1.13� WARI2ANTY [NOT LTSED] PART � - PRODUCTS 2.1 OW1lN�R-FURNISHED [o�r] OWN�R-SiJPPLIEDPRODUCTS [NOT USED� 2.2 MATERIALS A. Cleaning Agents 1. Compafible with surface being cleane.d 2. New and uncontaminated 3. Far manufactured surfaces a. Material recommended hy manufacturer 2.3 ACCESSORiES [NOT iTSED] 2.4 SOURCE QUALITY C�NTROL jNOT USED] PART 3 - EXECUTI�N 3.1 INSTALLERS [NOT i7SED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT IISED] 3.4 APPLICATION [NOT IISED] 3.� REPAIR 1 RESTORATION [NOT USED] 3.6 RE-XNSTALLATION [NOT USED] 3.'� I'+IELD [ox] S1'1'E QUALTTY CONTROL [NOT USED] 3.$ SYSTEM STARTIIP [NOT USEDj 3.9 AD,YUSTING [NOT IIS�D] 310 CLEANING A. General 1. Prevent accumulation of wastes that create hazardous conditions. 2. Conduct cleaning and disposal operations to comply wi.th laws and safety orders of governing authorities. 3. Do not dispos� of valatile wastes such as m ineral spirits, oil or paint thinner in storm or sanitary drains or sewers. 4. Dispose of degradabl� debris at an approved solid waste disposal site. 5. Dispose of nondegradable deUris at an appraved solid waste disposal site or in an alternate manner approved by City and regulatory agencies. CITY OF FORT WORTI-I 2021 ON-CALL PAVEivIENT MAILKINGS CONTRACT #3 STANDt1RD CONSTKUCTIdN SFECII'ICEITIQN DOCi71V�NTS CPN 103740 Revisad 7uly 1, 2U] 1 017�}23-3 CLEE1N11VG Page 3 of 4 6. Handle materials in a cantrolled manner wzth as %w handlings as possible. 7. Tharoughly clean, sweep, wash and polish all Wnrk and equipment associated �vith this prajeci. S. Remove all signs of temporary construction and activities incidental to construction of required permanent Work. 9. If proj ect is not cleaned ta the satisfaction of the City, the City reserves the right to 11ave the cleaning completed at the expense of the Contractar. 10. Do not burn an-site. B. Intermediate Cleaning during Cons.truction 1. Keep Wark areas clean so as not to hinder healt�, safety or con�enience of personnel in existing faci�ity operations. 2. At maximum waekly intervals, dispase of waste materials, debris and rubbish. 3. Confine consh-uction debris daily in strategically located container(s): a. Cover to pre�ven.t blowing by wind b. �tore debris away from c.onstruction or operatianal activities c. Haul from site at a ininimum of ance per week 4. VacUum clean interior ar�as when ready to receive finish painting. a. Continue vacuum cleaning on an as-needed basis, until Final Acceptance. 5. Prior to storm events, thoroughly clean site of aII loose or unsecured items, which may becorne ait6orne or transported by flowin:g water during the storm. C. Interior �`inal Cleaning 1. Remova grease, mastic, adhesives, dust, dirt, stains, �ngerprints, Iabels and other foreign materzals from sight-exposed surfaces. 2. Wipe a111ighting fixfure reflectors, Ienses, lamps and trims clean. 3. Wash and shine glazing and mirrors. 4. Polish giossy surfaces to a clear shine, 5. Ventilating systems a. Clean permanent filters and replace dispasable ftlters if units were op.erated during construction. b. C1ean ducts, blowers and cQi1s if units were operaterl without filters during construction. G. Replace all burned out �amps. 7. Broom clean process area floors. 8. Mop office and cQntrol roarn floars. D. Exterior (Site or Right of Way) Fina] Cleaning 1. Remove trash and debris containers from site. a. Re-seed areas disturbed by location of tr.ash and debris containers in accardance with Section 32 92 13. 2. Sweep roadway ta remo�e a1I rocks, pieces of asphalt, concz'ete or any other object tha# may hinder ar disrupt the flow of traffic alang the roadway, 3, Clean any interior ar�as including, but not limited to, vaults, manholes, structures, junction boxes and inlets, CI'TY OF 1�OKT WORTH 2O21 ON-CALL PAVEMEIJ'1' MARKlNGS CO�lTRACT �3 STANDARD GONSTRUCTION SPECIFiCAT[ON DOCUMENTS CPN 103740 F2evisedJuly 1,2011 01 7423-4 CLEATfIAIG Page 4 of 4 �. If no longer r�quzrad for maintenance af erosion facilities, and upon ap.proval hy City, remove erosion control from site. 5. Clean signs, lights, signals, etc. 3.11 CLOSEOUT ACTIVITIES [NOT iTSED] 3.12 PROTECTION [NOT USED] 313 MAINTENANCE [NUT USED] 3.�4 ATTACFIM�NTS [NOT USED] END OF SECTION Revision Log DAT`E I�IAME SUMMARY QF CHANGE ClTY pF FORT WORTH 2O21 �N-CALL PAVEMEN'I' 1VIAIiKING5 CON'I'RAC'I' #3 STANDARD CONSTRUCTIQN SPECIFiCkiTOP1 bC3Ci111�1ENT5 � CPN 103740 Revised July 1, 2011 017719-1 CLOS COUT REQUIREMENT S Page 1 of 3 2 2 3 PART X - G:�AL 4 1.1 SiTIVIl17Al�Y SECTION 01 '�� 19 CLOSEOUT REQUIREMENTS 5 A. Section Includes: 6 1. The procedure for closing out a cantract 7 B. Deviations from this City of PQrt Worth Standard 5pecification 8 1. None. 9 C. Related Specificatxon Sections inciude, but are not necessarily lunited to: 10 1. Division 0— Bidding Requirements, Contract Forms and Conditians nf the Contract 11 2. D.ivisioi� 1— General Rec�uirements 12 1.2 PRICE AND PAYMENI' PROCIDURES 13 A. Measurement and Payment I4 1. Work associated with this Item is considered subsidiary to the various Items bid. 15 No separata payment will be allowed for this Item. 16 I.3 RII+EREIVCES [N�T USED] 17 i.4 ADNIIIVISTRATIVE R�QL]IRFMENTS 18 A. Guarantees, Bonds and Affidavits 19 l. Na application for final payment will be accepted until all guarantees, 6onds, 20 certificates, Iicenses and af�'idav'its required far Work or equipment as specifed are 2T satisfactor�y f�led with the City. 22 B. Release of Liens ar Claims 23 1. No application for final payment will be accepted until satisfactory evidence of 2� release af lzens has been submittedto the City. 25 1.� Si7BM[TTALS 26 27 28 29 A. Submit alI required documentation to City's Project Representative. 1.G INFORMATIONAL SUBMITTALS [NOT U�ED] 30 1.'� CLOSEOi]T SLTBMITTALS [NOT USID] 31 32 PART � - PRODUCTS [NOT USID] CITY OF FORT �rVQ1.2'I'H 2b21 ON-CALL PAV$ivI��(T MARKINGS CONTRACT #3 STANDARD CpN5TRLTCTIQN SPECIFI�ATION DOCUMENTS CPN [03740 Revis�l Ma�h 22, 2021 a� �r7 i9-z CLOS EO(J"C RBQLTIitEMENT 5 Page2uf3 1 PART 3 - EXECUTION 2 3.1 INSTALLERS [NOT USID] 3 3.2 EXAMINATION [NOT USID] 4 3.3 PREPARATION [NOT USID] S 3.4 CL05EOUT PROCIDITRF 6 A_ Qrior to requesting Final Inspection, submit: 7 l. Pro�ectRecord Documents in accardance with Section O1 78 39 8 2. Operation and Maintenat�ce Data, if required, in accordance with Section Oi 78 23 9 10 11 12 13 l4 15 lb 17 18 19 20 21 22 23 24 25 26 27 28 29 3D 31 32 33 34 35 3s 37 B. Prior to reyuesting Final Inspection, perfarm final cleaning in aceordance �rith Section Q1 74 23. C. FinalInspection 1. After fnal cleaning, provide notice to the City Project Representative ihat the Work is campleted. a. The City will make an ini�ial Final Inspection with the Contractor present b. Upon completion of this inspection, the City vvill notify the Contractor, in wrifing within l 0 business days, of any� particulars in which this inspectian reveaIs thatthe Work is defective or incompfete. , 2. 3. 4. 5. Upon receiving writ�en notice frnm the City, immediately undertalce the Work required to remedy deficiencies and complete the Work ta the satisfaction of the City. The Riglit-nfi�way shall be cleared af a11 construction �naterials, barricades, and temporary signage. Upon completian of Work associa�ed with thc i�ems listed in the City's written notice, inform th:e C1ty t�at the reqUired Work has been cornpleted. Upon receipt of this notica, the City, in the presence of the Contracior, will make a subsequent Final Inspection of the project. Pra�ide ati special accessories required t4 place eaeh �tem of equipment in full aperation. These special aceessory items include, but are not limited to: a. Specified spare parts b. Adequaie oi] and grease as required for the i"�rst lu�rication of the equipn�ent c. Initial fill up ofall chemicaltanks and fuel tanks d. Light bulbs e. Fuses f. Vault keys �. �aWn��r� h. Other expen.dable iteins as required-for initial start-up and operation of ail equipment 38 D. Nofice of Praject Completion 39 1. Once the City Project Representative finds the Work subsequentto FinalInspection 40 to be satisiactory, the Czty wilI issue allotice of Froject Completion (Green Sheet}. 41 E. Supporting Documentation CTTY OF FORT W OItT�T 2021 QI�€-CALL i'AVEMENT MARKWGS COTiTRA�T f�3 STANI]ARD COC�(5T1tUCTION SPECIFICATIDN DOCUMENTS CPIV 103740 Revised March 22, 2021 41 77 19 -3 CLOSEQUT REQUIREMENTS Pa�e 3 of 3 1 1. Coordinate with the City Project Representat.ive to complete the following 2 additional forms: 3 a. Final Paym�nf Request 4 b. Statement of Contract Tirne 5 c. Affidavit of Payment and Release of Liens 6 d. Consent of Surety to Final Fayment 7 e. Pipe Repnrt (if required) S f Contractnr's Evaluation of City 9 g. Performanc e Evaluation of Contractor 10 F. Letter of Final Acceptance 11 1. Upon review and acceptance ofNotice of Project Completion and Supporting 12 Documentation, in acc.ardance with General Conditions, City will issue Letter of 13 Final Acceptance and release the Fina� Payment Request fnr payment. 14 3.s �e�u � u�sTox�,�[oN CNOT us�nl 15 16 17 l8 19 20 21 22 23 24 25 3.6 RE-IN�TALLATION [NOT USED] 3..'� FIII.D [oa] SITE QiJALITY CONTR�L �NOT USID] 3.S SYSTEM START'[1I' [NOTUSID� 3.9 ADJU�TING [NOT U�IDI 3.�0 CLEAIVING [NOT U5ID] 3.I1 CLQSFAiJT AC'TIVITIF.� [NOT USID] 3.1� PROTECTION [NOT USID] 3.13 MAiN'I'ENANCE [NOT USID] 3.1.4 ATTACHMEN'TS [NOT U�ID] END aF SECTION Revision Log DAT� NAME STIMMAR� OF CHANGE 3/22/2021 M Qw�n 3.4 C. Added ]anguage to ctarify and emphasize requirement to "ClearingROW" 26 C1TY OF F'ORT WORTH 2d21 ON-CALL PAVEMEI�T MARKITIGS CONTRACT #3 STANDARD CONSTRUCTION SPEC]FICATION DOCUIvICNTS CPN 103740 Revised March 22, 2021 01 78 23 - 1 OFERATION AND MAINTENANCE DATA Pa�ga 1 4f S SECTION Q178 �3 OPERATION AND MAINTENANCE DATA PART1- GENERAL 1.1 �UMMARY A, Section Includes: 1. Product ciata and related information approprlate for CiYy`s maintenance and operation flf products furnished under Contract 2. Such products may include, but are not limited to: a. Traffic Controllers b. Irrigation Controllers {ta be operafied hy the City) c. Butterfly Valves B. Deviations from this City of Fart Worth Standard Specification 1. None. C. Related 5pecification 5ections include, but are not n�cessaz�ily limited to: 1. Division d— Bidding Requirements, Contract Forms and Conditions of the Contract 2. Di�ision l— General Requirements 1.2 PRICE A.ND PAYNI�NT PROCEDLT1t�S A. Measurement and Payment 1. Work associated wi�h this Item is considered subsidiary to the various Items bid. No separate gay�nent wiT1 be allotved far this Item. 1.3 REFERENCES [NOT USEDj 1.4 ,�DMTNISTRATIVE REQUIREMENTS A. ScheduIe 1. Submit mar►uals in fina] form to the City within 3Q caIendar days of product shipinent to the project site. 1.5 SUBMITTALS A. Submittals shall be in accnrdance wit� Sectian O1 33 OQ . A11 subm.ittals shall be approved by the City prinr to delivery. I.b INFORMATIONAL SUBMITTALS A. Submittal Form 1. Prepare data in farm of an i�structional manual for use by �iiy personnel. 2. Format a. Size: 8%z incnes x 11 inches b. Pap�r 1) 40 pound minimum, white, for ty. ped pages 2) Hales reinforced with plastic, cloth or metal c. Text: Manufacturer's printed data, or neatly typewritten CITY OF FQRT WORTH 2O21 ON-CALL PAVEIvIEI+TT [vIARICINGS CONTRACT #3 5'fANDARD COAISTRLICTION SPECIPICATION UdCiINIEN'1'S CPN ID3740 Revised Decernber 20, 2012 017823-2 OPERAT[ON AND N�IAINTENANCE DATt1 Page 2 af 5 e. % Drawings l) �'rovide reint�orced punched binder tab, bind in with te�t 2) Reduce laz'ger drawings and fold to size of text pages. Pro�ide fly-l�af for each separate product, or eacl� piece of opet�ating equipment. 1) Prpvide typed descripfion of product, and major compQnent parts of equipment. � 2) Provide indexed tabs. Cover 1} Iden�ify each volume with iyped or pri.nted title "01'ERATING AND MAINTENANCE INSTRLTCTIONS". 2) List: a} Title of Project b} Identity of separate structure as applicable e) Identity of general subject matter covered in the rnanual 3. Binders a. Coinmercial quality 3-ring binders with durable and cleanable p[astic covers b. When rnultiple binders are used, eorrelate tlae data into related consistent groupings. 4. If available, provide an electronic form of the O&1VI Manual. B. Manual Content 1. Neatly typewritten table of contents for each volume, arranged in systematic order a. Contractor, name of responsible principal, address and telephone number b. A list of each product required to be included, indexed to content of the voIwne c. List, with each product: 1) The name, address and telephone nurnbar of the subcon�ractor ar installer 2) A list of each groduct reyuired to be included, indexed to content of the volume 3) Identify area of respansibility of each 4) Local sottrce of supply for parts and replacement d. Identify each product by product name and other identifying symbols as set forth in Contract Documents. 2. Product Data a. Include only those sheets which are pertinent to th� specifc product. b. Annotate each sheet to: 1} Clearly id�ntify specifc product or part installed 2} Clear�y identify data applicable to ins�tallation 3} Delete references to inapplicable information 3. Drawings a. Supplement product data with drawings as necessary to clearly illustrate: 1} Relations of component parts of equipmeni and systems 2) CQn#ro1 and flow diagrams b. Coflrdinate drawings with information in Project Record Documents to assure correct illus.ti�ation of completed insta,llation. c. Do nat use Project Record Drawings as maintenance drawings. 4. Written text, as required to supplement product data for the particular instaliatian: a. Organize in consisfent forinat under separate headings for different procedures. b. Provide lagical sequence of instructions of each procedure. CITY OF FO12T WORTT-i 2021 ON-CALL PAVEMENT MARKiNGS CONTRACT #3 STAAIDARD CON5TE2UCTION 3PECIFICATION DaCUMENTS CPN 10374Q Revised Decetnber 20, 2012 01 7$ 23 - 3 OPSRATION AND MAINTENANCE DATR Page 3 of 5 5. Copy of eaeh warranty, bond and service contract issue.d a, Pro�ide information sheet for City personnel giving: 1) Proper procedures in event o.f failure 2) Instances wllich might affect validity of warranti�s or bonds C. ManuaI for Materials and Finishes 1. Submit 5 copies of complete manual in final form. Content, for architectural products, applied materials and finishes: a. Manufacturer's data, giving fi�ll informaiion on products 1) Catalog number, size, composition 2) Colo�• and texture designations 3) Information required for reordering speci�l mant�factured products b. Instructions %r care and maintenance 1) Manufactiarer's recommendation for fypes of cleaning agents and methods 2) Cautions against cleaning agents and methods which are detrimental to product 3} Recammended schedule far cleaning and maint�nance 3. Content, for moisture pratectian and weather e�posure products: a. Manufacturer's data, giving full information on products 1) Applicabie standards 2) Chemical compositzon 3) Details of install�tio.n b. Instructions for inspection, maintenance and repair D. Manual for Equipment and Systems 1. Su6mit S copies nf coznplcte manual in fir►a.l form. 2. Content, for each unit af equipment and system, as appropriate: a. Description of unit and component parts I} Function, norm�al operating characteristics and limiting conditians 2} Per%rmance curvas, engine�ring data and tests 3� Compiete namenclature and commercial nurn6er of replaceable paxts b. Operating procedures 1) Start-up, break-in, routine and normal operating instructions 2) Regulation, control, stopping, shut-dawn and emergency insYructions 3) Sutnmer and winter operating instructions 4) Special operating instruetions c. Maintenance procedures 1) Routine operations 2) Guide to "trouble shooting" � 3) Disasseinbly, repair and reassembly 4) Alignment, adjusting and checicing. d. 5ervicing and iubrication schedule 1} List of lubricants required e. Manufacturer's printed aperating and maintenance instructions £ Description of sequence of operation by contr4l manufacturer l) Predicted life of parts subjact to wear 2} Items recommended to be stacked as spare parts g. As installed confroi diagrams by controls manufacturer h, Each cnntractor's coordination drawings 1) As installed color coded piping diagrarns CTTY OF FOTtT WORTH 2O21 ON-CALL PAVEMEIVT MA[tiCINGS CONfTRACT #3 STAN�ARB CONSTRUCTI4N SPECTPTCATIOAI DOCUIvIEI�€T3 GPN 10374D Revised Uacem tier 2p, 2012 D17823-4 OPG�IiATIQN AND IvIAINTENANCE DA'I'A Page 4 of 5 1. k. Chart�s of val�e tag numbers, with location and function of each valve List of ariginal manufacfurer°s spare parts, rr�anufacturer's current prices, and recommended q.uantities to be trzaintained in storage �ther data as reguired under pertinent Sections of Speciiications 3. Content, for each electric and electronic system, as approptiate: a. Description of system and companenY parts 1) Function, normal operating characteristics, and limiting canditions 2) Performance curves, engineering data and tests 3) C.ort�pl�te nomenclature and commercia] number of replaceable parfs b. Circuit du•ectaries of panelboazds 1) Electrical service 2) Controls 3) Communicatians c. As installed color coded wiring diagrams d. Operating procedures 1) Routine �d normal aperating instructions 2) Sequencesrequired 3) Special operating instruciions e. Maintenance procedures 1) Rautine operations 2) Guide to "trouble shooting" 3) Disassembly, repa�r and reassernbly 4) Adjustment and checking f. Manufacturer's printed operatiing and maintenance instructions g. List of original manufacturer's spare pa:rts, manufacturer's current prices, and recommended quantities to be maintained in storage h. Other data as required under pertinent Sections of Specifications 4. Prepa.re an.d include additional data when the need for such data becames apparent during instruction af City's persnr�nel. 1.7 CLOSEOUT SUBMITTALS �N�T USED] 1.8 MAINTENANCE MATERIA,L �UBIVIITTALS [NOT U�ED] 1.9 QUALITI' ASSURANC� A. Provide ogeration and maintenance data by personnel wi�h the followin.g criteria: 1. Trained and experienced in maintenance and operatian of described products 2. Skilled as technical writer to the extent r.equired to communicate essential data 3. Skilled as draftsman eompetent to prepaxe required drawir�gs C1TY OF FOi2T WORTH 2O21 ON-CALL PAV�MLN`I' MARKINGS CONTRACT #3 S'1'AIVDARD CdNSTRUCTION SPECIFICATIQN pOCUiVfENTS CPN 1Q3.740 Re�ised December 2fl, 2012 Q17823-5 OPERATIQN AND NfAINTENANCB �ATA Page 5 af 5 1.10 DELXVERY, �TORAGE, AND IiANDLING [N�T USED] 1.11 F�ELD LSITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCT� [NOT USED] PART 3 - EXECUTXON [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY �I' CHANGE 8131120I2 D. Johnson 1.S.A.i --dtle of sectian removed CTl'Y OP FORT WORT�I 2D2 { ON-CALL PAVEMENT Iv1ARKING5 CONTRAC7" #3 STAN DARD CONS'fi2UCT10N 3PECIFICATION DOCUMENTS CYN 103740 Revised December 20, 20 i2 017839-1 PROdECT REC012D DOCUMCNT5 Page 1 of 4 SECTION 0178 39 PROJECT RECORD DOCUMENTS PARTI- G�NERAL 1.1 SUMMARY A. S�ction Includes: 1. Work associated with the docu�nenting the project and recording changes to project documents, including: a. Record Drawings b. Water Meter Service Reports c. Sattitary Sewer Service Reports d. Large Water Meter Reports B. Deviatians from this City of For� Worth Standard 5pecificafion 1. None. C. Rela#ed Specification Sectipns [nclude, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract �'ari�as and Conditians of the Coniract 2. Di�ision 1— General Requirements 1.2 PRICE AND PAYMENT PROC�DURES A. M�asurement and Payment 1. Work associated with this Item is cansid�red subsidiary to the �ariaus Items bid. Na separate payment t�vill be allowed for this Item. 1.3 R�FERENCES [NUT USEI]� 1.4 AD1ViIlVISTRATIV� REQUTREMENTS [NOT USED] 1.5 SUBMITTALS A. Prior to submitting a request for Final Inspection, deliver Proj ecf Record Documents to City's Project Representative. 1.6 ACTION SUBMITTALS/INFORMATIONAL STJBII�ITTALS [NOT USED] 1.7 CLOSEOUT SUBNIITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SiTBMITTALS [NOT US�D] 19 QUALITY ASSURANCE A. Accuracy of Recards 1. Thoroughly coordinate changes within the Record Documents, making adequate and proper entries on each page of Specifications and eacl� sheat of Drawings and othar pocuments where such entry is required to shaw the change properly. 2. Accuracy of records shall be such that future search for items shown in the Contract Doeuments may rely reasonably on information obtained from the approved Project Record Documents. CITiC OF FORT WORTH 2O21 �N-CALG PAVEMEi�ST MARKINC'rS CQl�'T[tACT #3 STANDAI2D CqI+ISTRUCTION SPECIFICATIOP! I]OCUMENTS CPAi 103740 Revised 7uly ], 2.011 O17&39-2 PRO.TECT RECORD DOCIJMENTS Page 2 oF4 3. To facilitate accuracy of records, make entries within 24 hours after receipt of information that the change has occurred. 4. Provide factual infnrrnation regarding ali aspects ofthe Work, both concealed and visible, to enable f�ture modif cation of the Work to proceed without Lengthy and expensive site measureznent, investigation and examinatian. ]..10 STORAGE AND HANDLING A. Storage and Handling Requirements 1. 1Vlaintain the jnb set oi Record Doeuments completely protec�:ed from deterioration and from Ioss and damage until campletion of th� Work and transfer oi all recorded data to ti�e �inal Project Record Documents. 2. Tn the ev�nt of ioss af recorded data, use means necessary to again secure the data to the Ciiy's approval. a. In such case, pro�ide replacements to the standards ortginally required by the Contract Documents. 111 FIELD [SiTE] COI�DITIONS [NOT USED] I12 WARRANTY [NOT U�ED] PART2- PRODUCTS 21 OWNER�FURNISHED [oiz] OWNER-SUPPLZED PRODi)CTS [NOT USED] 2.2 REC�RD DOCUMENTS A. .Tob set l. Fromptly fallowing rec�ipt of the Notice to Proceed, secure from the City, at no charge �n the Contractor, 1 connplate set of all Documents comprising the Cantract. B. Final Record Doc�aments 1. At a time nearing the completion of the Wark and prior to Final Inspection, provide the City 1 complete set of all Final Record Drawings in the Cantract. 2.3 ACCESSORLES [NOT USED] 2.4 S�URCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 31 INSTALLERS [NOT USED] 3.� EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.�1 MAYNTENANCE DOCUMENTS A. Maintenance of Job Set 1. Immediately upon receipt of the �ob set, identify each of the Doeutnents with fihe title, "RECORD DOCUMENTS - JOB SET". CTTY OP FORT WpRTf3 2U21 ON-CALI, PAV�MENT MAR,KiIYGS CpTV"1"RACT #3 ST'ANDARD C01�5TRUCTION SPECIFICATIQN DOCI.TMEN�'S CPN 1037A0 Revised duly l, 2011 � 017839-3 PA�7CCT RECORD DOCUMENTS Page 3 of4 2. Preservation a. Considering the Contract completian time, the probable number of occasivns upon which tlie job set must be taken aut for n�w entries and for exainination, and the conditions under which these activities v,�ill he performed, devise a suitable method for protecting the job set. b. Do not use the,�ob set for any purpase except antry of n�w data and for review b� the City, until start of transfer af data to final Proj ect Reeard Documents. c. Maintain the job set at the site of work. 3. Coordinatian vwith Construction Survey a. At a minimum, in accordance with the intervals set forth in Section 01 71 23, clearly mark any de�iatiions fz'nm Contract Documents associated with installation pf the infrastructure. Making entries on Drawings a. Record any deviations from Contract Documents. b. Use an erasal�le colored penciI (not inic or indelible penciI), clearly desaribe the change by graph�c line and note as required. c. Date all entries. d. Call attention to the entry by a"cloud" drawn around t12e at•ea or areas afFected. e, In t�e event of avarlapping changes, use difFerent colors for the overlapping changes. 5. Conversion of schematic layotats a. In some cases on the Drawings, arrang�mcn,ts of canduits, circuits, piping, ducts, and similar items, are shown schematically and are not intended ta portray precise physicallayout. 1) Final physical arrangement is determined 6y the Contractor, subject to the Ci#y's appraval. 2� Hawever, des[gn of future modiiacations of �he facility inay require accurate infornnation as to the final physical layout of items which are shown only schematically on the Drawings. b, 8how on the jab set of Record Drawings, by dimension accurate to within 1 inch, the centerline of each run of items. 1) Final physical arrangement is determined by the Confractor, subject to the City's appraval. 2) Show, by syrnbol or nate, the vertical locatifln af the Item {"under slab", "in ceiling plenum", "exposed", aa�d the like). 3) Make all identification suf�cientIy descriptive that it may be related reliably to ihe Specificatians, c. The City may wai�e the requirements for conversion of schematic ]ayouts where, in the City's judgment, con�ersian serves no useful purpose. Howe�er, do not rely upon waivers being issued except as specifically issued in writin� by the Ciiy. B, Firial Project Record Documents 1, Transfer nf data �o Drawings a. Carefully transfer change data shown on the job set of Record Drawings to the corresponding final dacumenYs, coordinating the changes as required. b. C1early indicate at each affected detail and other Drawing a full description of changes made during construction, and the actual lncation of items. CiTY Or PORT WORTH 2�21 ON-CALL PAVEMEN'1" MARKiNGS COIYTR.4CT #3 STANDARD COI�STI�UC'TION SPECIFICATION DOCUMEI�TS CPN 1037A�0 Fte�ised 7uly l, 20l 1 017839-4 PROJEC'f E2ECORD DOCUMENTS Paga 4 of 4 c. Call attention to each entry by drawing a"cloud" around t11E az'ea or areas affected. d. Make changes neatly, cansistently and with the proper media ta assure longe�ity and clear reproduction. 2. Transfer nf data to ather Dacuments a. If the Documents, other than Drawings, have been kept cle�n during progress of the Work, and if antries thereon have been orderly to the approval of the City, the j ob set of those Documents, other than Drawings, will be accepted as final Record Docuinents. b, If any such Dacument is not so appraved by the City, secure a new cQpy of that Document fram the City at the City`s usual charge far reproduction arjd handling, and carefully transfer the changa daia ta the new copy to the approval of the City. 3.� REPA�R 1 RESTORATION [NOT USED] 3.6 RE-INSTALLATIQN [NQT USED] 3.7 FI�LD �ox] SxTE QUALXTY CONTROL [NOT USED] 3.8 SYSTEM STARTi]P [N4T US�D] 3.9 ADJUSTTNG [NOT USED] 3.14 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIV1TxES [NOT USED] 3.12 PROTECTIQN [NOT US�D] 3.13 MAINTENANCE [NOT USEDj 3.14 ATTACHMENTS [NOT U�ED] �1�iD OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FDRT WO[tTH 2O21 ON-CALL PAVHMENT MARKINGS C�IVTRACT #3 STANpARD CQNSTRUCTION SPECIFiCAT10N DOCUMENT5 CPN ]0374Q Revised .Tuly 1, 201 ! APPENDIX r_r� n n1 n...,;i.,�,;i;+�. „Fr ,,,,.�., �� � n� e�, .�., a nt,,, • t r� a•4s,.ri„ r.vc-c�civ�ci'sxu^w'-c^�a=ia-rn��i^varcvrcuz cio'nrs trr+_� nn Tr�ab..,�..,.,,�a �.,,.:t�+tn� GC-6.Ob.D Minarity and Wamen Owned Business Enterprise Cor►-ipliance GG6A7 Wage Rates t�rt_ti no no..,.,.�., .,.,,� r r+:�;+;�„ . � _���. .. CITY 4F FQRT WORTH 2O210N-CALL PAVEMENT MARKINGS CONTRACT #3 STANT]AItI3 CONSTRUCTIQN 9PECIFICATION DOCUMENTS CPN [03740 Revised July 3, 201 l �C�6.��.D 1Wlim�pi�t� �.�d Wa�rae�n O�mecl �ausAness E�t��p�r�se C��n��g��ace '�CI�ICS �AG-E �E�"�' �l�T��T'�'l[�l�A]L]L� �]L.�.�f� CITY E7F P012T WORiii 2021 ON-CALL PAVEMENT MARKIfdGS CQNTRAG7 #3 STANDARD CO1�I5TRUCTION SPECIFICAT[ON DQCU.MENTS CP1V 103740 RevisedJuly 1,20f 1 1113121, 2;48 PM B2GRow C�TY OF FORT INORTH CONTR�Ci ��IVI��I�NC� �i����r4N�U� iFiIS �O�IIA 14liUSi �� ATT'�CW�� �'O �'HE �OU�ING "�A & C" B�FOR� LA1di! D�PARil�I�IVT AfV� CITY R!➢ANrAC�R APPROVAL fo: Department Project Manager �'ram: Office of Business Equity �ate: No�ember 3, 2021 In the ,4moun# of: $2,000,000.00 101838 ao�faie� �o. ProjectlBid: ON-CALL PAVEMENT MARKfNG UN1T PRICE CONTRACT#3 1. Compliance with th� City's ��16�-'tOp202i Ordinance has been achiened by the following methad: iR� CONS�RUC�'IDN GR�UP, ��C is in com�liance with the City's 2�165-1�-2021 Ordinance by comrnitting to 5% par�icipation and dacumenting good faith effort. TRP CONSTRUCTION GROUP, L.L.0 identified se�eral subcontracting and supplier oppo�tunities. How��er, the firms cantacted in the areas identified did not respond or did not submit the lowest bids. The City's Business Equi#y goal on this project is 5%. 2D21 6N-CALL PAVEI4Il:NT MARIfINGS CpTdTRACT #3 htlps:lRortwodh.diversltycompGance.comlFron4PageiDiversltyMain.asp?XI�=3398 CAN I03740 11� May �5, ?n��l Rob �veritt TRP Gonstr�ctie�n �r�u�, �..L� 22� 3 Moneda Street Fort Worth, TX 76117 Dear Rab Everitt, ���� ���� �� �� This is i� r-����n�p to vour request for the attached listings to �ssist ���! �r c�moany in ��eking and UflllZl179 � ;iRlh-rnntr�et(7f5 ?n�10� a!y;?qll@CS: 5ur��lle� O�nartunliles ite�u�sted Thermoplastio Pavement Marking Materiat Plural Campound Pav�;ment Marking Materiai Glass Beads for F'avement Mark�ngs sut�pll@P C1pt�artunities ���v!de� N� N�F3E f�i�1:� I}e{xv'srl��f N+S h3E5E� Fi��::u� i�rovl'G�S:J �{I Ft��� Fi�tis PFov}L4p� The attached listings can be utilized up to two months from the �ate of t; �i� le{+Pr, �pr City �f F'ort Worth's Business Diversity Enterprise Ordinance #24534� 1-2020. If �cfdlt��nal commodities are needec� within this 2-month period, Please contact this office and your rquest ti���11 he processed immediately. Ifthece is a particular �endor you befieve is ce�tified �nd �hn i�ame daes not appear on the listing, email th� 21L1� �EQ'' ���orth'•:. -�' witf� �he vendor r�ar�e. The Business Equity Division wili verify. Thank you for yo�Yr �^tPrAst and if we can be of f�riher assistanc�, feel free to con#act �as at (817) 392-2674. Sincsrely, �� ��� Administratiue Assistant �iversity & Inclusian DePartment Business Eguity DiWision A�VEBSITY AND INCLUSION DEPARTIVIENT Eusinegs Eguit�,+ Division. The City ofFort Worth �k 8l8 Missouri Ave � Fart Worth, Texas 761Q4 817-392-267a � Fax 817-392-2681 2021 ON-CALL PAVEIVIENT MARKIi�TGS CbNTRACT#3 CPN 103740 ATTACHME�TiA Psge 1 of 4 �=��,�'��`��{-''.' 2-: �Ity �� r��� l�V��� �IIirN�r�if� C�E��l:"��� �lit�i°�il��" I��E �ubcon�ractors��u�pli�r� t��i�i���i��� TR� �O�TS'�"RU:�i'fQt�' GROUP, LLC b, v��v"" WFiO.P�Cr FlAh��: -�.— -- - — � . �`: � � � � � 20�] ���•[;ALL PAVEMENT MARKiNGS CC7NTRACT #3 I�tL� �A7E �USr'� 7!?Q21 �tty ��� �roje�t t3o�l: 4Ffero��a Ri�� Prt► ��t Commikma�?: PFt[?J�CT N�IM �R � � � �o NIA I�Eenti#y a�l ��a��€�x�tra��torsf���a�li�r� y�� �+ill �a��e on �hi� �r�je�i F�ilure t� c�mpf�te thi� ��rm, in i#s �r�iir�tv with requ�sfi�d c#oc�m�nt�tlon; �nd recs�iv�d b� #�� �� ��ch����g Divisian n� l��r#h��; 2;�U �,m, �n #tNa s�eon� �lty �u���$�s �+�� �Fker b�3d c�►�nfr�, L?�ri>>gl�r9 �f �id ����II�� {I�[�, ���ill re�uit �r� the I�ad b�ir�g ��ns�ler� s?�n_rR4�o�!sive to �i� spe�!flcat��*�s. 'I'he a�nd��ig:+�� n�aror �grees !� e::ier Gr.+� a iurm�� ��ra���nt w;l� �H� AR�� �'�f;r,�ri�� Iw�ted 6n tfi�is �filiz�#tori s�hc�fu+e, ccr�datwan�d u���r ex�ci�t�cn �� � a��iraYt wf�it �hs �ily ct �ork V�rartt�, 1`�a ir�#e^t8�nal a�;�rar IKnaw4�g f:!99f��.+rew�r�nYatlnfl Gf f?rt6 �6 �fGiUneig fnr� r�tsflS�ti''.��Y����C1 Of �fC�U�1:���^.��'�fl �r1C� '.°Ji�� C'��L!}t �f1 �i�F+ },iiri �E'1F1� �Ynsid��d nwn-respa��,Gl+.�p I.a b:d speclfica��ns, n;rc��e iiQge� aRp.s� w,avo��� r,rRid Ypn+np3 An�l �;;»�s# ba #ac�tad [n *i�c �:x (6� �oa�ura4y marka�tp!�ca �st tF,� �i�n� ef b!d c�r #�;a ���};;$ae k�a� � Srs�n!FE�?a�# B•�sl�:�ss Prnsa:se$ �r� 4�ry M�rka#p�Ra�+. F�1larho#place i� the geagraphic �s�s o� 7�r�r�nt, ��Il�s Den�vi�, �la�n�a�ti, �'s ker, �nd t�iTl�� �p�nt�es. �rimp r_,�ntr�r;;;rnrY .^.?;,i5t �d�nt�f}{ by #ier I�SVB1 �� �il S�1�jP_.f�F1tf��f`.S'[5p�%��,11��11�1F�., i'idP' r����}S � I�V�1 Of s�Mbco�trac�ln� ��f�v� rha prir„� �nlr�vt�rlcuns;.�!}ank i,e, � d�!r�Yk �Saym�ent �r�r�^k �he pFime �7ntr�CtoP t� � S��{�.CiC::��t-�G'�Or IS C.f7r1C.;..+�r�d rt" t's�r. � p��fm�r�t �y a�: uh�or�#r�c��r t� k?s �u�+r+i+�� Is �V�;�Fd�r�r� ?`� tier. TF�e �rime �^^lcs��tar i� r���or►�ible ta �Srouide procf of naym�rsl �# a!I t!orer! L��rhn{��'CE'fa'1C}G'€b [M�,^.t�f�d as � IVI�� �t��l c�;un4i�g ihoWa d��lars iowa:�� ir��ti 4he cor�tr-ar� corrtmitCer� g�al_ i�L,L I�A�C�a 1�lIJS7 �� ���3�"I�t��] ��FO�l� �8�lTRAGi A�/��;9. �er�l#lee�tlnn means thasa fir�iis, located within the Marketplace, 4hat have baen cfatermlrted to kra a bondafide minority b�as�ness er�ter�ris� by th� f�orth Centr�E T�x�s Re�fvr�a! CerEifin�#ion Rg�r�cy (N�TRCA) or aftter Cer#ifyfn� agencies t�at tirQ Gi4y may d�em ap�aropriat� and accep#eci by the Ciiy c�f Fort Worth. ifi haulin� ��r�t��� ar�e u�ilf�Qd, ±H� f�S3fiarrn wiil hg nivr�n r�rg�{� a.c Inn� r�� ti€� i��� ��5�8C� OW!'1S �li� a. .., ��eeate� �t keas: ona t�:�16� !!cenYa;! rri� ���r�?�cn�l t�:.F;M tsr �V �Y�d on th� s:orwtrecfi. �'#�� i9�l�3� t►-��y ����� i�ru�ks fram �n�t��r M�� fifn�. i��cru�i�,c� M�t �w;-�pr_��e�sed. ��d f��c�lv� fuif thA�E cr�dit. i�i� E�B� may 1eas� trur.k� ir�m r.an_nn���, l�*�I��d+�g �wwer�elYorqtc�. �;i� we'I �r�iy �r�aeive �r�t�it for t�t�e �ee� �r�d Rev. 217U115 202 f �N-CALL PAVEM�NT MARKINGS CONTKACT #3 CPN 1p37a0 FORT�WpRTH ATTACHMENT 7A Page 2 of 4 Offe�ors are re�uired ta ic�p!?►_��y � aubcontra�torslsuppliers, regardless of status; i.e., Minority and non-MBEs. M6E firms are to be fisted first, use �ddi#ionel sheets if ner.�ssary. Please note t�at anly certified MB�s will �e aounted to meet an �E goal. - NCiRCA � - SUBCON�'RQCiOFZISUP��I�R ° Company PEame � - n �etail I�eFai{ Addre�� i SuhcontraCting �unplles s H� W I�al�ar�,maunt ielephanelFax � B 8 � Work �aarchs$ed �mai# � � Contact Persan � ENNISIFLINT 1509 5. KAUFMAN ST �NN,[S, TX 75119 �! L� $550,f}00 � _ I—I 7�C THERMOPLASTIC (903) 714-11b2 � SWARCO fiEFLEX 900 N. DENTON $T 5575,OOd MEXIA, TX 76667 � � �= f��ASS BEADS (936) 597-50Z8 3M 3 M CENTER � 75,OOfl ST. PAUL, MN 55144 [� ❑ JC T}(PE B TAPE I � (888) 3b4-3577 TRF CONS I'RiJCTION GRP � � 100°6 SBLF PERFORM TNSTALLAT30N NO MBEIWBE '� � }( p� MA�iKINGS �i �il� OPP�RTUIVITIES AVATLABLE � � ❑ ❑ Rev. 2110115 2021 ON-CALL PAVEMENT MAI��INGS CONTRACT #3 CPN 10374.0 �`;1�','�tlft� ��r�,ac��n��T �a �� Page 3 0( 4 Of%rars are required ta identi�r �LL suhcoritractarslsupplfer�, regardlesa af st&tu9; i.e., t�ilinority and nors-lNBEa. MBE firms are� io be Eisted �irst, use sddition�l shests iF necessary. Please nvte that only aer#ified MB�� will be cour�tecf to maet �n �___,8E gval. NCiitCA p :3l1�Cbt�i�ACiORf�llPP�I��i GQsn��nY F�tame � — " f�ef�ll �at�iE Add��es i Subcontr�ctir�g �u��ties � w ��lar �n�aunt Yelepf�anel�ax ' B � � Wc�rk Puw�ha��� �rrsmll � � � �ontact �er�on � � � � � � � � � � 4 � � �ev. a��or�s 2027 ON-CALL PAVEMENT MARTCINGS CONTRACT #3 CPN 103740 Fo�� ATTACHM�NT1A i'age 4 of 4 Total Dollar Amount of M�� SubcantractarslSuppliers � o ; T4tal �opar Amount of Rlonn�lll�� 5ubcontractorslSuppliers � 1,200,000 '�OYAL B�LLSR AM�lJ�1T OF ALL SU�C�WiF�A��OR�i�ll��6t��� $ x,2oo,oao The of�eror wili not make addi�ians, �eietions, or substi�utions to this ceri�ed list withaut the �tiar appro�aal ofi i�inor�ty and Women �usiness �nt�rprise �tfice through th� sui�mittal of a R�u�t f�r Appr���1 CF��n��IA��i�tc�n farm. Any unjustified change or d�ietion shall �� a rnaterial br�ach of cantract and m�y re in debarm�nt in �ccard wi#h tfii� �roesdures outlined #n the ordin�r�ce. �ha O€F�rar sHall submi# a deta explanation of i�ow fhe requested chan�eladdition or del�tian wfll aff�c� the cemmiited RAS� goal. If #he d� ex�lanat�on is nat submittaci, {t will �ct the �i�al compliance dete�mination. By at�ixing a st�nature to this form, the �fferor furiher agrees ta provide, dir�ctEy to the Gi�t upoh r�uest, complete �r�d �ccurate information regarding act�aal worFc ��rformed by ali s�bco�tractors, inckt�ding M�E(s) and any s�ecial arrangements with RAB�s. '�he Off�ror also agrees to allow �n audit andlar exa�inatior� of a�y boaks, recor�s and files held by tFteir company. �he O#eror agrees to alla+rr the transmisslpn of int�rviews with owners, princi�als, officers, ernplayees snd applie,�ble su�contractorslsu�Qli�rs ��rticipating on the ca�tract that will substantiate tHe actual work periormed by tF�� M�i�(s) a*� this co�tract, by an aukhari�ed officer or employee of the City. Any ihtentinr�al a�dlor knowing misr�pr�s�ntation of facts will be grounds f�r terminating the contract or cieb�rment from City work for a period of not less th�� three (3} years ar�d for ini#iating action under Federal, State ar l�ocal �aws concerr�ing fal�e statements. Any failure to comply with this ordinanc� creates a materiaf dreach of t�e cnhtract �nd may re�ukt ir� a d�termir�atio� af an Irr���nsi�l� Dfferar and de�arrment from p��ticip�ting in City �nrorEc for a period ot tim� not Iess tFian flne ��) year. AutF� sd igna4uro VICE PRESID�IVT & GM ii a � TRP GONSTRUCTION GROUP, LLC Company Nama �` ROB EVFRI'I'T' r'rif�L� �1 paeuro — - - - --g-�---- Contact NameiTitle {!f different} (817) 808-1466 Telephone andlOr Fax ~ � 2411 MiNNIS DRIVE Address HALTOM CITY, TX 761I7 GityiState►Zip r��e�.�trpconstruc:tiongroup.�om_ t-�:t�e�� e�ress OS128/20� 1 _ O�te 2021 OAI-CALL PAVEIvIENT MARKIl�fGS COI�TRACT #3 CPN 1D3740 Rev. 21i0li5 n���F�RIQ�F.� 4C pago i cf #� ��D R'�" �O R'If'�-�( �i�y �►� ��� V���H �;���E ���in��s �r�t�r��pi�� 8�� Goad Fa��t� i��f r�t �r�rr� � RP C:c_x�5'I`ki��'I'I(]N c:+?C}C�.P, I.LC ���� E?h-�A�� P�VEIvyEN?' MARICINGS CONTRACT �'3 0 � ��t r��g �r �xe�� tt� ��� ��1s�sr�tc��tr�� g�� �1[�1�� � �I N�11�I�ii9E E9 �R 051271�2021. P� Y t� � � NIA I� ��a� t����r'� m�tirt�d �� ��mali�t��� valif� th+� ��f� p��l f� t�a��ci u}sot� d�mo��tra�isrn a� � ��g�c��d g�i4� �f�e�r�", i�s �fi�e�p vui!! h�v� 4�� �i�rd�r� �� ��rr��@ly �r�d ���ur�E�iy pr�p�rir��q ��d �e�b�iiii�g Y�� d���amen#�4i�n r���t�sd ��+ ttaa �ity. �e�plli�n■��p avf�!� ���i� iie�, 4 tF�r� °�'F i��al��o, �h�'�� �rfp����f�� Q�� �f1�� ����tY ��I91T ��I��P�..�* ��� ������ ����f �il R►=Al��� infenflen�f ar�dl�r Ecr��v�lr�� #1'!I!'d��fl+Sv@eti1}�t1O11 �3f �►9: �ii�*,s ar r�►±a�oi�:��� �!���?•*����tR�� rsy a�g C�s�er�r. ��liur» R� ��:��larte ��:Fe 1'or�rk� �n f4s� �n#i,r�ty +rrleh �e���r�in� dEr����N�tl��� st�d ��fa�t� �y � Purchssing [51ui�l�n �s� I�i#ar �ws�# �;00 �:sr. an �h� ��e��rs� CIly �ttu�In�+a� �ay �fia� t��d �p��r��� �aelu�i+�+s aF 4�� o�snl�g dbte, wIF1 raa�elt ir� lha k�ld b�l�wg �pn�[d�e�d p�n�rs�ponnim� t� 6id ���ai�e�Qi���. 9.j P���� i�4 o��i� �nd �t+e�,+ ��Et��+t�lr�t�ti�� r�r� l�� ��pp1l�r �p��rfi�r�ily eP 4H� ��rn� e���w �f i i� �rr+j��$; r�atvt�!at�$ af �,,q�Eh6: .t ie 4�9 i�m �f�Mirdld �y ��,�� ew el�w-'SE��. l�i} i��T_ l.l�T �A_FJI� 8� �51 �n a��{ prvje�i�, #kV� ^A'.*e��r rr:w��t �I�t ��ch ��h�Nry��t�ng a,nd ar s�sppll�p �����Rut�lij� !+�g�rdlae�e of E119t. #J��a�ddPtlor���shest�. i�r���e ��8� CI� Qfl��r.Yf11�:��ting �f�br3�I�[4�8�8 Ltet g� ��p�9H�� O�p�tku�9itt� NONE� -14Q°yo SELF i�ERFORM '�'H�RMC}PLASTTC GLAS$ BEADS PLURAL C(]MpON�NT LIQUID PREPABRiCATED 'I'APE �- — - -- - - - tdmv. ?d1B19� 2021 ON-CALL PAVEMENT MARKIIVGS CONTE�ACT #3 CPN [0374{] E�'�id�i,1l4lY��i 9� P�� S e14 �.j �btai� a e�eee�t (not n9�ee �F�ae� tue {aj mer�tH� e!� �m th� f�id c�par� �atej Il�t �f ��� �u����tra�t�r� ae�dloreu�plier� fPen� ti�a Cit�'� Ad�NidB� �ffle�. ✓ 1��a �ata 4f Ll�tln� MRY 2S, 2U21 R10 �.j Dld y�u ��IfcC4 @idss i�:�•y �€�� 111�r1s; �.roi�hpK 4�� � ��aQ�t�ctln� �w�les� ��ppll�r ir��� pr�s+i�l��ly Ii�t�e9, &t t�81�! t0[9 �1���� di�A �rf�r 4� �id B�l�nln� b� ��!�, er,�!���laa � c�� ��� t�� r�i�� a� ��e���� Y�� (11 ysa, �U�ch €�6� ma�l! Il�t[ng to it�l�+d� nan�s oi �� �R� ���ro�r ar�� ��� ae�y n� te�moF nrrils�.J jLPEO a.� �ta ��� ��tt��t �c�� qr�m ��� �i�n$� witi�lr� tN� ���egfltt��tlr�� �r��J�r��p�fE�p a�r��a �r�v��u�l�+ il�4�s1, �t 1���4 t�� ��I�r�d�e rlaya ��I�� te �aid �p��i�g by t�leph�m€, ��elusle�a �i th� day th� �ida �r� ��anedi Y�8 IiE �pp� �tPacp Il�t to larel+�da A�i -�f ��� f��� p[�g� eeflme�e�. �fl. ��dar ��d � a�d 1� �leeste�,j �/ NO 5.j @I� qa� ��N�t4 �id� tr�m ��� ii�s, witF�ih �F�� ��t���Rtr�etl�� �Rdl�� �u��II�P ���� �e8vl�u�ly lis4��4, �t t���t t�t� �let��af ��y� �Aa� 4� �i� o���lp� �y hte�lr�il� (taxj, �r�eE�a�ive �P the d�}� th� �i[d� �e� o����tl? v�s �i� ��, et�a ir�� t� iRa���� ��r s� �n+, rax +�+��� ��� � a,�d � er �o�ta� i� aa���, �r �� r� � - — r�ter�cd 8n �rSr�l��b1s, tFEe� !Ha!^un�dl�rer�bt�aanR+nw�lar" te�eE�oed mu�l �e ps�rtt�ddir�etiy (ren� t�� fe�$imllatmr�►a�ard�eu���tb�. �aNuretoau�ltG�Rfimn�ianand6�a"�pd�livsr��;mr,e�fir��tion�� �eee��l�t€an inay fin@s* Iho ��r� non•r��posn�vo.j � � �.j �Id �p��+ �eli�i4 bld� froa� ��� Qi rr��, witfnln tF�� su���tra�tlnp �nd�ee e��pqer �na�� �r�I��ely Ilat��� at la�at �en cal�n��� �ay� �N�rl� �I� �pa�i�� �y �rm��ll. egelt��tve �i t#�� d�y iiro bi�l� �r� epen�d9 �Ye� (H yes. oi�c�f �anm{I earrflrerteti�� lo t�eka� eea� �t 8�� i�m. � rnd tlm�, le� s�dltbn. IB en anvoll fa ret�� �s u�tR�li�rer�bl�. the� tdrr� "ui�d�lir�ra6la r���Ba''' �t� r�i t�! 6e gdnD�e4 dar��Ny hom fi�a aerretE synk:rri Ear �o��r�euo�s�e�l�tlmm. �nll�lo �e�FMnllean�nra�tla� an�c+p ����e�xlvarefi�n rno�w��" �ieur��t�tdo� �y � �Rd�r tl� GFE �e�. r���tve.) MO ��: '�F�� f�ur ��th�da id�n�l��e! �E��ae a�e �eee��le fe� �eltelting b[d�, �nd ��ei� �a4a�tod en�tF�ed 6t �ve �ppil�d 4o tFa� ���Uc��ls coFl4r��l. i1�� Qf��r�ar �u�t d�au���! th�t eltf�er et lea�m! leao� �I�r�� +� n�d� �a�IRg !we e! 4#�� peer ero�4i��r7� �r1F�a! �t I�a�t ey 8l���9��%I �@FIIY�b'Q Ik�� fl1��� 1l�Ifl� �fl� 6g f��cp rmt�d� 1� �ra��P t� b� d�� r�ffip�n$iv� R� Qh� �t! a tF� � re�Eli�6rn�r�t, � �tP�e�� nt�at �Ar��et ti�� �� �8� Il�t ����ifi� 4� ���t� �u���¢rraett�g ��d �� �i� In cem�l��n�a w14l� ����ti��� � th���f� �. y.j C�1�1 �le� pr�d�de �I�n� �r�� ��s�lfl��ti�fl� ta �e4e�4E�t ���? Y� ��We �.) �1� ��u p���+i�e 4ha i�i9orrr7��tl�f� e���lip� th� 1��8tlOfi �B pl�i�B �f�� �p�elf�eatl�r�B Ir� �F�eP t� �6�d�t l�l� ���+8� Y�� �f�� R�e. �t�l�1B 2023 ON-CALL PAVEMENT MARKINGS CONTRACT #3 CF1V 103740 A�A�:it�s�t�i' � ���� � �+P � �•1 ��d �+ts� �r���� � que�iti� #ar ii�� $��� t� f�ld e� ���1s/���+l��s �t���l�f� 4� ff��le' �h[II ���7 �. 'i��B (ifyos, Bf��Po tiV ee�+les ef qu�f�i�e�s..� _.r �..��!� ��.] {R���a th� ���+tag4 inf�rrr��!#�r� �c� ��y nr 41��e It��ing� r�c�t v�li�� Y�a Qf �ra�� rott�a}� k�rs Inl�rfii�lfaer lkst w� a�! vall�' � er��r lorlh� lV�A1f�� �fPice !a �.�Pdra�r� E�� e�rra�Ul��a �e�vei.1 � Na� 91�)��E��114 d���er���'iaii�ri 1� �i�� Ql��t�� t�ll@P� :���t�. ifii� d��tar�8�k�tl�t� t�t�b[�E�i�d �h��ft� i�B 1ii $i1B ?�.;;:� �r� ��t �i'�da+�i�� in�t�d� � als�il�d ax�l���tlasr oi �aeFiy 4ha ��@ r:��� �j�ayed �r�d �i �y ��ppoti�r�g� d���.���rvEe4ler� 4h� @fl�r0� 1�r��t��a� B� �� c�ne3der�� by ��� c[ty. In tna evan� of 8�v�ra �Nd� �i���f� ccr���rn�n� �.e�#os, fhu I��F�ror wiil �roxld� f�ar au�fle�nFisl Ir��c�m�r�:ac��� to pn �rs�p�etic�n �f ��t� r�1�.��r9t rSoeum��t��ion �y Gity �er�nrvn$L �lg�s� pr�vlde �dditi�r��� i��rmattar� yvu r��� wiw Yu�ni�P e���in �rg�+e g�r�� ��� �«���� �i�c��$ �v o�t�in ��� ��rbt��p�t�en on thia pro]'o�. ,��7� �� ig �o � ,��� !�� � �B ���'%�,�� �ii �+�.�� L�I� k�nt �'�;�.� �h� �f��rar �ur��her c�g�ee� tv pr�mid�r, dt�°e�t�� i� �h� �i� ���� requ�st, +�t�m�l�te �rrcl ������� ir���rir��f��r� r+���ndlr�g ��tc��1 v��r�c ��rr�arrrpe� ��: t�l� ��r�4����� 4�n� ��vrr��r�$ �t�r��rf �r�d �r�� pr������ �f��H�e� �'�'� �+r���r�al �rr�rs�arnent� �����nft��� w!!� th�s l�i�. �'N� �i���r �[�o ��1r�� t� �1E�tr� �n �u�it �+�dlc�r €�������s�n:� of �r��r bc�a�k�, !r�cc�►ds �t�id iil�� h�!€� �y t��ir �e�rnp�ny �F��t �+#i! ��ab�t�r�ti�t� k1►� �o�tua� vw��k ������� �n ti�is �Qi�1�'���r �j! �r; ffii,��Fgey;rl5oe�r�l..' 9�i��� �r �rit�t.R��� �� ��1E3 �°��jE. �ny ;�t��ut��n�l �n�lr�� �tt��lo�ii�� I'�I�����B��BI+�� afi ���� �aill �e ��°8�1i�� ft��' ��w,�sn�t��:� �e c+�r�tra�� �r d���rr�a�r�t �p� �i� �+�ar�is f�r� � ��t�►� of r��t t��� ��r� i�r�� �3} y�a�rs �r�e! �; r lnsti�tir�� ��¢Fti� «���� �e�e:°��, ��� a� L���I i��+� ��r���r�r�i�� ��la�� �*�*�m�r�f�. �ny� fi�F!■s�e ±� ���r►�Ey vr�i�!�: th�s �rdii�an� �r�d ereat�� � tn��rt�l br�a�h c�f c��tra�t ar:d rr�ay ��ult i� a d�?��!e���!*�r� ¢�f �r� Irr�pa��E�ale O��r�� a*rd t����m���� �rorn ��rt.i�l�atlr�� �n ��#y +u��rk Evr � ��ri�d o� ti�� n��t le�s th�r� �r�e ��j �a��r. �v. snr�+15 2Q21 ON-CALL PAVEMENT MARKINGS CONTRACT !k3 CPN 103740 �, B � • �:_47. _i � ��� R�'1'ACIiM�iVT 9 C Pape 4 a� 4 ih� undersigned cer�ifies that the informafion �rovided and the S��(s) listed w�si�uere con�acted in goad fatth. lt is �inderstood $hat anv �@�fsl listed in #�:t�����1er�t'I� vvifl be cont��4ed and the �easons �of �^�: ���r►c� ii?prn v�,:�� !�� L►pri�iBd Ely Rh� City's ��11W�� Q#iiee. _� ' ._ -� � ��nr.�'�z�:d Si�nak;rro l�i�� �s�'���� �- �ilo T�� n�e� 6�,�G.� __ Compatty �tame ..�11�_._����h` sr.z��'�' Address r� �Nax� �..K.��lQf/`�.. , ,� CitylStatal�ip ��d��� �.�nr��t 5����ature �Gantact Name and 7itfe {if differentj � ���/��O i�har�e Number �ax l�umber ���°�tS7�Lj1vi101�� � ���?ti'! Address ��- � � �i ��Z l nate , � �o,r. sr�a�s 2p21 QN-CALL PAVEMLN`i' MARKTNGS CQNTRACT #3 CPN 103740 ��'-6.�7 Wa�e ]�a�e� T�][�S ]��1G]E �]E�"�' �l�T7C�I�TIOI�.A.�L�LY �I1AI�Y� C1TY QF FpRT WORTH 2O21 ON-CALL PAVEMENT MARKINGS CONTRACTtS3 STANnARD CbIYSTRUCTION SPECIFICAT[ON DOCUIViENTS CPN 103740 Re�ised luly l, 2011 2Q13 PREVAILING WA�E RATE5 [Heavy and Highway Construction Prajects) CLA551FICATIDIV b�5CRIP7101V Asphal� Distributor �perator Asphalt Paving Mathine Operator Asphalt #taker Broom or Sweeper Operator Concre�e Finisher, Paving and Structures Concrete Pavement Finishing Machine Qperator Concrete 5aw flperatar Crane Operator, Hydraulic 80 tons or less Crane Operator, Lattice Boom SQ 7ans or Less Crane Operator, Lattice Boom Over $0 Tons CrawlerTractor Operator Electrician Excavator Operator, 50,000 pdunds or less Excavator Operator, C}ver 50,Q00 pounds Flagger Form Builder/5et�er, 5tructures Form Setter, Paving & Curb Foundation Drill Operator, Crawler Maunted �aundation brill Operator, 7ruck Mounted Front End Loader Operator, 3 CY ar l.ess Front End Loader Operator, Over � CY Laborer, Common Laborer, Utility Loader/Backhoe Operator Mechanic Milling Machine Qperator Motor Grader Operator, �ine Grade Motor Grader Operator, Rough Off Road FEauler Pavement Marking Machine Operaior Pipelayer Reclaimer/Pul�erizer Operator Reinforcing Steel Worker Roller Operator, Asphalt Roller Operator, Other Scraper Operatar Servicer Small Slipform Machir►e Operator 5preader 8ox Operator 7ruck �ri�er Lowboy-Float �'ruck briver�"ransit-Mix Truck Driver, Single Axle Truck Driver, Single orTandern A�tle Dump Truck Truck Dri�er, Tandem Axl� Tractor with Semi 7railer Welder Work Zvn� Barricade Servicer Wage Rate $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ � $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ 15.�2 13.99 12.69 11.74 14.12 16.�5 14.A8 18.12 17.27 20.52 1�.Q7 19.80 17.19 16.99 l0.06 13.84 13.16 17.99 Z1.07 13.69 14.72 10.72 12.32 is.is 17.68 14.32 17.19 �s.oz 12.25 13.63 13.24 11.01 16.18 13. D8 11.51 12.9f 14.58 15.96 14.73 16.2a 14.14 12.31 12.62 12.86 14,84 11.68 The Davis-Bacon Att prevailingwage rates shown fpr Heavy and Highway construction projects were determined by the United States Department af Labor and current as of September 2013. The titles and descrlptlons for the dassifltatians IEsted are detailed in the AGC of Texas' Standard Jo6 Classifications and Descriptions for Highway, Heaw. Utillties, and Industrial Construction in Texas. 2D2I OhI-CALL I'AVBIv1EN'I' Iv1AItK1NGS CDNTRACT#3 Page 1 of 1 CPN ]63740 2013 PREVAILING WAG� RATES (Commerc'ral Construction Projectsj CLA551FICA7ION DESCRIP710N AG Mechanic AC Mechanic Helper Acoustica[ Ceiling Installer Acoustica[ Ceiling Installer Helper Bricklayer/5�o�e Mason Brickl�yer/5tane Mason Trainee Bricklayer/Stone Masan Helper Carpenter Carpenter Helper Concrete Cutter/Sawer Concrete Cufter/Sawer Helper Concrete Finisher Concrete Finisher Helper Concrete Fot-m Builder Concrete Form Builder Helper Drywall Mechanic Drywall Helper brywall Taper brywall Taper H�Iper Electrician (lourneyman) Electrician Apprentice (Helper� Electronic Technician Floor Layer Floor Layer Helper Glazier Glazier Helper Insulator InsulatorFlelper Labarer Common Laborer 5killed Lather M�tal Building Assembler Metal Building Assembler Helper Metal InstalEer (Miscellaneousj Metal Installer Helper (Miscella�eousj Metal Stud Framer Metal 5tud Frarner Helper Painter Painter Helper Pipefitter Pipefitt�r Helper Plasterer Plasterer �lelper Plumber Plumber Helper Reir�forcing Steel 5etter Wage Rate $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ � $ $ $ $ $ $ $ $ � $ $ $ $ $ $ $ $ $ $ $ S $ $ $ $ $ 25.24 13.67 16.83 12J0 19,45 13.31 10,91 7.7.75 14.32 i7 AO 11.00 15.77 11.00 15.27 11.oa 1.5.36 J.2.54 15.00 11.50 19.63 15.64 za.oa 18.00 10.00 z 1.03 12.81. 16.59 7.1.21: �.o.as 14.15 12.99 16.00 12.D0 13.00 11.00 16.12 12.54 J.6.44 9.98 ai.az 15.39 16.17 12.85 21.98 ss,s5 12.$7 2021 ON-CALL FAVEMENT MAR [�II>TGS CONTRACT #3 Page 1 of 2 CPN to3�4o Reinforcing Steei 5etter Helper Roafer Roofer Welper Shee� Metal Worker Sheet Metal Worker Helper 5prinkler System Installer Sprin�Cl�r System Installer HeEper 5teel Worker5iructural Steei Worker5tructural Helper Waterproofer Equipment Qpera#ors Concrete Pump Crane, Clamsheel, Backhoe, �errick, D'l.ine 5hove! Forklift Foundation Dri[[ Operator Front End Loader Truck Driuer Welder Welder Helper $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ 11.08 1b.90 11.15 16.35 13.11 19.17 14.15 17. Dfl �3.74 15.Da 1$.5Q 19.37. 16.45 22.5� 16.97 16.77 19.96 13.00 The prevailing wage rates shown for Commerciai construc#ion projetts were based pn a salary survey �onducted and published by the North Te.xas Construction Industry {Falf 2D12j Indepe�dentiy compiled by the Lane Gorman Trubitt, PLLC ConstrucYion Group. The deseriptions for the classificat€ons listed are provided on the T�XO's (The Construction Association) website. www.Yexoassqciation.org/Chapter/wagerates.asp 2021 ON-CALL PAVGIVI��TT MAIiIfINGS CONTRACT �l3 CPN I03i4Q Page 2 of 2