Loading...
HomeMy WebLinkAboutContract 57479��� ����� �i��' � F2� �t��:�� F���T'i�'��T�i�4 �_ CONTRACT FOIt 'I'HE CON�TRUCTION OF 2022 HMt�C Surface Overlay Conti•act City Projecf No. ��345� Mat�ie Parker Mayar � 'ry� �����da �i � ' �iOX1� �I'i1C �.�� ;'a'c�,jectJ:��r-�-_::: � i- � C�� I�o. 57479 David Cdalce C ity Manager Vi171iam Johnson Director, Transporiation and Public Worlcs Depai�hnent P��pared far The City o f Fo rt Wo rth TRANSPORTATIQN AND PUSLC WORK,S 2Q21 nr������r! �Ib.��+�s . 4 .- - ,��p ��C��"���`�$ .-0 _r= �►'�RTk�, "�'lC 'I� �� � �� � -- C�� of �o�°� �To��� Y Standard Construction Specification Documents Adopted September 2011 no 00 00 STANDAR[] C�NST RLICTION 5I'ECIFYCA7'ION DOCUMCNTS Page 1 of3 sEcrioN aa aa aa TABLE (]I' CONTENT� Division 00 - Gen�ral Conditians Last Revised 00 OS 10 Ma or and Counc�l Co�nax7unication Q7/01/2d11 00 OS 15 Addenda 47/01/2011 00 11 13 Invitation ta BEdders Q7/19/2a21 00 21 13 Instructions ta Bidders 11/p2I2021 00 35 13 Conflict �f Inte�•est Sta��meni �2/24l202Q 00 �1 Qp Bid Farm 03/09/2�20 00 �2 43 Pra osal Porm Unit Price OI/20/2012 00 43 13 Bid Bond a3/04/202� 00 43 37 Vendoz• Com lianc� to State Law Nonresident Bidder �6/2712011 OQ 4S 11 Bidders Pre ualiftcations Q8/13/2011 00 4S 12 Pre ual�'ication Statement 04/3�/2�21 OQ 4S 13 Pre ual'rfication A licat�on Q8/I3/2021 00 45 26 Contractar Com liance with Workers' Com ensatian Law 07/OI/2011 OQ 45 40 Business E ui Goal 10/2712�2I f}0 52 43 A eement 11/23/2021 00 61 13 Perforinance Bond 07/01/20I I 00 bl 14 Pa mentBond 07/01/20I1 00 61 19 Maintenance Bond 07/01/2011 00 61 25 Certiticate ofInsurance 07/01/2011 OD '12 00 General Conditions 08/23/2021 QO 73 00 S� lementar Conrlitions 03/Q9/2020 Divisian 01- General Re uirements Las t Revised O1 11 �0 S�rruna of Work I212012012 0125 04 Substitution Peocedures 07/01/2011 01 31 19 Preconstruction Meetin 08/17/2012 0131 20 Fi•oectMeetin s 07/0I/2011 01 32 I6 Construction Sched�e Q8/13/2011 01 32 33 Preconstruction Video 071Q1/2011 01 33 00 5ubmittals 12/2bJ2012 01 35 13 S ecial Pro�ect Pracedures 12/20/20�2 �1 45 23 Testin and Ins ectian Services 03/09/202Q 41 50 OQ Tem r Facilities an.d Controls 07/41/2011 O1 55 26 Street L1se Permit and Modifications to Trafi'ic Contral 03/22/2021 O1 57 13 Starm �Vater�ouution PreventionPlan 07fQ1/2011 �I 58 13 Tem ara �ro'ect Si a e 07/01/2Q11 01 60 OQ Product Re uu-ements 031Q9/2020 O1 66 00 Product �tora e and Handlin Re ui�ements 07/01/2011 Ol 70 00 Mobilization and R�mobilization 11/22/2Q1b O1 71 23 Construction Stakin and Surve � 02/14/2D18 Ql 74 23 Clea:nin 07/01/2011 Dl 77 X9 Closeout Re uirements Q3/22/2021 Q1 78 23 � eration and Maintenance Data 12/20/2012 GIT Y OF FOR'I' WORTH 2O22 HMAC Surface OverEay Con[ract STAN[7ARJ� COI�ISTRi1CI'ION SP�CIFICAT[ON➢OCCJMEN7'S City Proje�tNo. 103455 Reuised i�ioveat6er 2, 262.1 pa no on STANDARD CONSI'RIJCTIOI*] Sf�ECIFICATIQN IJOGiJ11ulEENI'S Page 2 ofi3 Ol. 7& 39 Pro'ect Recard Documents Q7/�l /20I 1 Techn�cal Specifications which have been inodified by tk�e �ngineer specifically for this Project; hard copies are included in th� Project's Contrac#Documents Division3�-Ex#eriorIm rovements 32 ll 23 Flexible Base Courses 32 13 20 CQL�erete 5idewalks Dri� �"�r—��, `r�_......:i rn�..,, r� ..,...a t'. and Barrier Free Division 34 - Trans ortation 34 71 13 Traffic Contral TechnYcal Specifications listed beloware included for this Project by reference and.can be viewedldownloaded from the City's website at: http://fortworthtexas.�ov/tpwlcontracto rsl or https :/lapps .fa rtworthtexas.�ovlPro �e ctResaurcesl Divis ion 0� - Existin Conditions 02 41 13 Seiective Site Demolition Las t Revised 12124/2412 Division 03 - Concrete Q3 30 fl0 Cast-In-Place Concrete 12/z0/2012 Division 31- Earthwork 31 23 16 Uncfassified Excavation 01/28/2Q13 Division 3� � Exte.riar Itt�. rovemenfs 3212 16 Asphalt Pavin� 32 13 13 Concrete Pavin 32 13 20 Concrete Si�ewalks, Drivewa s anclBarrier Free �2 16 13 Concrete Curb and Gutters and Valle Gutters 32 17 23 PavementMarkin . 32 17 25 Curb Address Paintui 32 92 13 Soddm 17ivicenn 3� - TTtiliti.ec 12/2Q/20I2 os� i9�aa21 04/29/2021 io�os��.ox6 1 1122124 1 3 11/04/2013 05/13/2021 - - -- 33 DS 10 Uf ' Tr�nch Excavatio Embedment, and Baclt�ill D4/02/2021 33 OS 13 Frame Cover and Grade Rin s 07ro2l2o21 33 D5 14 Adjus�ing Manl�oles, Inlets, �alve Boxes, and Other Structu�'es to Og�2a/2017 Grade 33 OS 15 Cancrete Water Vaults X2/2��2dXz 33 OS 17 Concrete Collars 12I2oI2o12 33 12 1Q Water Services 1-inch to 2-inch 02I1�12o17 33 46 00 Subdraina e 12I20I2o12 CIT Y OF FORT WORTI� 2022 HMAC 5urface Ovarlay Coutract STANDARII CONST RUGFION SPEGIFICAT1qN DOCUMEh�I' S City 1'raject No. 103455 Revised Noventber Z, 2U21 00 Ob 00 STANDA.RD CQNST RUCTIOAI SP�CIPICATION DOC[JMFNTS Page3 of3 Division 34 - Tr�ns a�rtation 34 41 30 A1LUTllnuirl Si I 1/12/2013 Ap�endix GC-6.Ob.D Minnrity and Women OwnedBusiness Enterprise Gompliance GC-6.07 Wage Raies GN-1.00 Ge�eralNotes SD-1.0 Standard Construction betails PQ-1.0 ProjectMap and Quantity END OF SECTI�N C£I'Y OF FORT` WOTCI'I-I 2022 HMAC Stuface Overlay Conttact STAT�DARD CQNSTI2UCTION SPEGIFTCATION DOCUMENI'S City ProjactNo. 103455 Rev ised Novemher 2, 2021 City of ��ft 1l�pr#h, Te�cas IIII���� �n� ���r���i ���nr��ni���i�� �]/#7E: Q2+2�+�� M�,� FILE �JI}MBEFi: MB,C 22-��117 ��G NA�IE: ��20?� HMA� �URFA�E C}VF{�l.A�' ���TRA�T ��� �C�] S) A�tharize �xec4kilon of a�ontract wiih Advan�c�� f�avrng Acqulsl#�on, �td,, In Ih� A�rsoue�l �f �'1,027,8��,84 for EYr�a Rehat�I�Ylatl�n ai F�louni ViewAvr�nu� and Vir�ini� ��rre RECONSM�NDATION: I� Is recamn�ended lhat I#�� �Ity �aue�cil at�ihoriza �xecutlfln a# a c�nlra�l v.�il#� Ad�anca� �avin{� Acq�lsilian, LEd,. Ir� lFre amount af $t,Q�i.828,�4 For �17e reheblll��ito+� of a�proxim�s�ely tw� iane mlles ai s�reei �egrne�rs on h4ouna Vl�w Aaenue �ntf V�[gir�l� Lane as p�r� of l+�� 2U�� �i�C N9�x As�t�ai�l� �on�rela �trc�$t Ro���]iPlt�lio� Can�racl pi'aj��,k ��Ity Proj�ct N�,, 103���), �1SCl1SS�ON: Th� FRsc�l Y�ar ���� Pay4Go �ontra�� �treel Mairrke�ra�ce Pr�a�r�m groups varlo�s �y�es c� slreet rt�alnter��rrce Into specFfic conir�ct p�ci�ag�s, Ti�e �e�an�men�e� cons�e�ctkon con�ract pra�ose� �n thi� h9ayar and �aur���l ��mmu�i�aklar+ {�+lt��} wi�� provide straet �eh��llllaiion for ��pro7�ll�+�tely �v�o lan� mlles of alree# se�:ilans �n Mo�r�i ��lew Avea��� #e�rr� Mead�wbroak �rlVe ta P�nola A�enue ai�t4 �i� 1��rglrlla Lane ir�rn �akaand Bo�r�vafd lo�ead �r�� as p&h o# the 2022 H4v1A� �urF�co Oveslay �or�!ra�R pr�Jecl {�I�y �ro;e�1 No. 7034a5j, C��'+s�ru�ilon on #I�c�se s�rse# s�gm�rrts Gs expec#e4 ao ste��k li� ea:ly �0�2 asr� to �e carnpieted by sun�m�r 2�2�, 'fhere wRil be no a�#icipale� Irrtpa�! an ih� ��r�era� Fund aper�#+r�g t��+d�al upoR com�rleiior� of �Ms �;or��r�,�l, 7his pr�joct w�s a�laorkis�d for bid oi� N�wemb�r �8, �021 ar�d h�c���rrr�er 25. �0�"�, irt �h�� Fr�r� ll�ar�h ��ar-Tafe�ram_ Qn i�ec�m[�e� 16 �U�7, 1f7� �o�kowE�1� b�ds +nrere recelve4; 8idders Am��nt 1=k�H �ar�s�ru�l�or� �L�' �996��G�.00 A��+anc�� Pavireg Ac�u�slllon, �td. ��.42�.8�9,8h , p�achiree ��ns€fucllo�, Lld, �1,{�96,925,�� I�ellabse F'avir�g, lnc. 51.1 �5.993,11 T�x�s Bil $�,� 63.�97, �5 Pa��c�n �ubllc Util�rks, LI� ��.44T,9�7.�� 'FN�I Cnrlstr�ction was d�squalitiod dus !tr an orror In k#lear pr��os�l fa��. �r1J+lU�E OT FIGE�d�+an��d Ravin� A�qul�Ekfvn, k.kd, is En cor��!€ance wJ#h lhe C�ly's �D� OrdiRance by cC�m{nlltln� 4G 26°�� �hBE p��l�cJpellan or� ihis proj�r,;, Th� �ity'S �}B� ��81 0�1 4hls �rQjOCt G5 �6°1�s, 7hls proJer,t is locr�lett ,n ��UP��iL DI�XI�3�7 ti. Fxs�,it�Fa�r��ria�v � ��r�'ri���Ai�4�1: Thv ��roc;o: c�f Fl��ance csrii#le� fhaE funds aro av�ll��l� lo� �he �:urrer�i ceplRa� budga�, as �revkously ��Pr�prG�ted. Ir� Ihe �enaral �a�rlEal �a�aje�Es f-un�i far �D2� H�1A� 5r�rface Overlay �c+n� pro�e�� 4� suppr,rR k+7� a�r�sr�val �f the abava r�rcc�rrrm�nd�tl�n �nd �xecutlur� af ah� ca�trauk, I�rlor �o any exper�dl#i,�re being In�urr�d, lhe Tre�s{�ort��i�n �ncl P�,i,l'rc 1+Vorks �p$rliner�k h�s ��,e fespar,slblllky lo �;a1��la��r #he �va�lal�ility o� �u�ds_ ,�ubmitted for City Mana�e�� �FFi�e bw' Ra�� �u�glido#F 84� 8 S�ri��na#kng �4l�.1�$�s Unit HearJ. Vk+ll�l�m Johr►san 7��� � i �: A+larty �fall SBfi� O01113 INVTtATION TOSIDDERS Page l of 2 SECTION 00 1113 INVITATION TO BIDDERS RECEIPT OF BIDS Sealed bids far the construction af 2022 HMAC Surface Overlay Contract, City ProjectNo. 103455 will be receiv�d by the City ofFort Worth Purchasing Office until 1:30 P.M. CST, Thursday, December 16, 202I as further described below: City of Fort Worth Purchasing.Dzvisian 200 Texas Street Fort Worth,. Texas 76102 Bids wiil be accepfed by: US Mail, Courier, i'edEx or hand delivery at the addrass above; Bids vviil be npened publicly and read aloud at 2:00 PM CST in the City Council Chambers. GINERAL DESCRTFTiON �F WORK The major workwill �onsist of the (apprQximate) following: 13000 SY 13400 SY 169 TN 313Q SF 7280 LF 7450 SF l S00 S�' 3" HMAC Surface Course, Type D 8" Pavement Pulverization Cement Modif'ication Concrete Drivew ay Concrete Curb and Guttar Sidevvallc ADA Ramps PREQUALIFICATION Certain improvements included in tlnis project must he performed by a contractar or designated subcontractar wha is pre-quatiiied by the City at the time of bid opening. The procedures f�r qualification and pre-qualif'icatian are outlined in the Section 3 of OQ 21 13 — INSTRUCTIQNS TO BIDDERS. D�CiJMIIVT EXAl1�IINA'1�ON AND PROCiJRENiINTS The Sidding and Contract Documents may be examined or obtained on-line by visiting the City of �'ort Worth's Purchasing Division website at httt�://www.fortworthtexas.Qo�/pui�chasin�l and clicking on the W1k to the advertised project folders an tha City's electronic docutnant management and collaboration sy�stem site. The Contraci Docunnents may be cfovvnloaded, viewed, arid printed by interested cantractors and/or supp3iers. Copies of tihe Bidding and Contract Doeuments may be purehased from Nikki McLeroy, 817- 392-$363. City of FQrt Worth, TPW, 20� Texas St, Fort Worth, TX 76102. The cost of Bidding and Contract Documents is: $30.00 CITY OF F012T WQRTH 2O22 HMAC 5wr�ce Ovcrlay Contract STANDARD CONSTRUGTION SP�CII'ICATION DOCUMEN'C City Project Na. 103455 0o i i i3 INVITA'f10N TO DID��RS Page 2 of 2 �r�sszoN oF zrrr�s�T To ensure potential bidders are [cept up to date of any new inforcr�ation pertinent to this project, all interested parties are requested fo e�nail Expressions of Interas� in this pracurement to tl�e City P�'aject Manager and the Design Engineer. Tl1e email should include the company's naine, contact person and that individual's err3ail address and phone number. A�1 Addenda will be distributed directly ta those who have expressed an interest in t�e procurement and wili a�so be posted in tl�e City of Fort Warth's pt�rchasing website at http://fortwoithtexas.gov/purchasing/ PREBID CONI+'ERINCE -- Web Conference A prebid canferenca will be held as discussed in Seetion OQ 2] 13 - INSTRUCTIONS TO BIDDER� at the following date, and t�cne via a web canferencing application: DATE: Wednesday, December I, 2021. TIME: 1:00 P.M. In�ifations with Iinks to the web conferen.cing applieation will be distributed directly to those who have subtnitted an Expression of Interast. If a prebid conference is held, fhe presentation and any questians and answers prot�ided at the prebid conference �ill be issued as an Addendum to the call for bids. If a prebid conference is nat being held, prospecti.ve bidders can e-mail guestions or coEnnaents in accardance w ith Sec#ion S of the Instructions to Bidders referenced above to the project manag�r(s) at the e-mai[ addresses listed be}ow. Email�d questions will suffice as "questions in writing." If necessary, Addenda wiIl be issued pursuant to the Instructians to Bidders. CITY'S RIGHT TO ACCEP'I' ORRF.IECT BIDS City reserves the right to �uai�e irregularities and to accept or reject any or all bids. AWARD City will award a cont�'act to the Bidder presentmg the lowest price, q�ali�cations ar�d competer�cies considered. FiJNDING Any Contract awarded under this INVITATION TO BIDDERS i� expected to be funded from revenues gen�rated irom bonds, grants, etc. and rese�ved by the City for the Pt•oject. �NQUiRYFS All inquiries relative to this pracurement should be addressed to the following: Attn: Iretomiwa Otuyelu, City of Fart Worth Email: iretotniwa.ottyelu(c�,fortworthtexas..�ov Phone: 817-392-6747 ADV�t.T'ISF.IVI�NT DA'I� November 1$, 202I November 25, 2�2I END OF SECTION CITY dH FORT W QRTH 2O22 �IMAC Surfsce Qveday Contract STANRARD CONSTRUCTION SPECI�ICP.TION DOCUMENT City Pmject lVo, 1D3455 0021 l3 iIYiST Ri3CT I ONST O[3I DI]E�S Page 1 of 9 SECTIO�i QO 21 13 iNSTRUCTI�NS TO BIDDERS 1. Defined Terms 1.1. Capitalized terms used in tl-iese INSTRUCTIONS TO BIDDERS are defined in Section 00 72 p0 - GENERAL CONDITIONS. 1.2. Certain additional terms used in #.�ese IN�TRUCTIONS TO BIDDEIRS have the meanings indicated belaw which are applicable to both the singuiar and plural thereof. 1.2.1. Bidder: Any person, firm, partnership, company, assaciation, or corporation acting directly thraugh a du�y authorized representative, submitting a bid for perfarming the work contempk�.ted under the Contract Documents. 1.2.2. Nonresident Bidder: Any person, firm, partnership, co�npany, assaaiation, �r corporafion acting ciireetly through a�uly autharized representatave, submitking a bid for perfarmir►g the work contemplated under the Cantract Documents wnase principal piace of 6usiness is nat in the State of Te�s. 1.2.3. Successfial Bidder: The lowest responsible and responsive Bidder ta whorn City (on Che basis of City's evaIuatian as hereinafter providad) ma[ces an award. 2. Copie� ofBidding Documents 2.1.Neither City nor Engineer shail assume any respnnsibility for errors or misirrterpretations resulting from the Bidders use of incomplete sets ofBidding Docutnents. 2.2. City and Engineer in making cap'res of Bidding Documents available do so anly f�r the purpose of obtaitiing Bids foj• the Work and do nat authorize or confer a license or grant for any other use. 3, Prequalification ofBidders (Prime Cantractors and Subcantractors) 3.1. Biddexs ar their desig�at�d subcontractors are required to be prequalif'ied for the work types requiririg prequalification as per Sections 4Q 45 11 BIDDERS PREQUAL�FICATIONs and 00 45 12 PREQUALIFICATI�N STATEMENT. Firrns seelflr�g pre-qualifcat�on, must submit the documentatinn identified in Section 00 �5 11 on Section �}0 45 13 PREQUALIFICATION APPLICATION at least seven (7) calendar days prior in Brd opening for review and, if qualified, acceptance. Tha subcontractors listed by a Bidder on 00 45 i2 must be prequalified for the appropriate work types. 5u6contractors must follow tl�e sarr►e timelines as Bidders for obtaining prequalifica�ian review. Bidders or Subcontractors who are not prequalified at the tirne bids are opened and re�iewed may cause the bid ta be rejected. Prequalification requirement woric types and documentation are a�vailable by accessing all requu-ed files through the C�.y's website at: https J/apps. fortworthte� s. �ov/PrQiectResou�•ces/ 3.1.1. Pavi�g-- R�quire�r�ents document located at: GTf Y QF FqRT WOI2TH 2U22 HMAC 5urface Overlay Canttact STANDARD CQNSTRUCI'ION SFECIFTCATIQN DOCUMF.NT City FrojectNo. ] 03�55 Re�ised/[Jp da�ed November 2, 2021 0021 13 IN SI'RUCT IONS T O BIDI7�,5 Page2 of9 https://apps•foriwartY►texas. �ovlProiectResot�rces/ResourcesP/D2%20- %o20C onstruction%20D oc ume r�ts/C ontractor%2QP re qualificationJTP W%�.OP avin� °fo20C ontractor%.�OP re q ua]ifc ation%20P ro�rarn/P REQUALIFICATION%o20REQ UIREMENTS%20�'OR%20PA V ING%20C ONTRACTOR.S�df 3.2. EaehB�rlder, un[ess currentiy prequa[ified, must subznit to City at leastseven ('%} calendar days prior to Bid opening, the dacumentation identified in Section 00 45 11, BIDDETt� PAEQUALIFICATIONS. 3.2.1. Submission of andlar questians refated to prequalificatian should be addressed to the City cantact as pro�ided in Paragraph 6.1. 3.3. The City reser�es the right ta require any pre-quaGfied contrac�or who is the apparent low bidder for a praject to subrnit sueh additional it�fo�•mation as ihe Cit�, in its sole discretion may require, including but not Umited to manpower and equipment records, information about key persannel to be assigt�ed to the pro�ect, and construction schedule to assist the City in evaluating and assessingthe ability oithe apparent low bidder to deliver a quality product and.successfuUy complete projects for the ajnount bid within the stipulated time frame. Based upon the City's ass�ssment of the submitted information, a reeom�nendation rega�•ding the award o�'a contract will be made to the City CoU�cil. Failure to submit the additiona] infnrmation, if requested, may be grounds for rejecting the apparent low bidder as non-responsive. Affected contractors will be notified in wt•iting of a recominendation Yo �11e City Council. 3.4. In addition ta prequalif"ication, add'ational raquirements for qualif'ication may be required witIvn �arious sections of the Co�tract Dncuments. �L. Examination of Bidding and Contract Documents, Ofher Re labed Data, and Site 4. ]. Before submitting a Bid, each Bidder: 4.l .1. Shall examine and carefuily st�tdy the Contract Documents and other relatecf data identified in the Bidding Dacuments (including "technica] data" referred to in Faragraph 4.2, beIow), No infoa•mation gi�en by City or any representati�e of the City other than that conta u�ed in. th� Contract Documents and officially promulgated addenda thereto, shall be binding upon the City. 4.1.2. Should visit the site to become familiar with and satisfy Bidder as to the general, local and site condrtions that may affect cost, progress, perfarmance or furnishing of the Work. 4, I.3. Shall co��sider federal, state and local Laws and Regulatians that rnay affect cast, progress, performance or filrnishing of the Wor[<. Cl"1'Y OF PURT WORTH 2O22 HNfAC Surface Overlay ConhacE STANDARD CONSTAUCTION SPECIFTCATIOhI bdCUMENT City Yrojectl`Io, 103455 Revised/lJpdated 1VnvemUer 2, 2021 0021 13 WSTRUCTIONS TO BT1717ER5 Page 3 of 9 4.1.4. OMITTTED 4.1.5. 5ha11 study all: (i) reports of explarations and tests of subsurface conditions at or contiguous to the Siie and alj dr•awings of physieai eonditions relating to existing surface or subsurface structures at the 5ite (except Underground Facilities) that have been idenii�ied i� Yhe Contract Documents as containing reliable °technical data" and (ii} reports and drawings af Hazardous Envirom�nenta! Conditions, i.f any, at the 5ite that t�ave been identiiied in the Contract Documents as contain[ng reliable "technical data." �}.l.fi. Is advised that the Contract Docuinents on file with the City shall cflnstitute all af the in%rmation which the City will furnish. A11 additional informatian and data whlch the City will suppIy after promulgation of the formal Contraet Documents shail be issued in the form of written addenda and shall becotne part of the Contract Documents jus.t as thougY� such addenda were actually wriiten into tl�e original Contract Dacuments. No infarmation given by the City other than that contained in the Cantract Docuinents and offcially proinulgated addenda thereto, shall 6e binding upon the City. 4,1.7. Sl�ould perform independent researeh, investigations, tests, borings, and such other means as tzaay be necessary to gain a complete knowledge of the conditions which wil� be encountered during the construction of the project. For projects with restricted access, upon request, City may provide each Bidder access to the site to conduct such. examinations, investigations, expl�ratiQns, tests and studies as each Bidder deems necessary for submission of a Bid. Bidder must fill aIl holes and clean �p and restare the site to its former conditions upon completian of such explorations, investigations, tests and studies. 4. l.8. Sha1I determine the diffieulties of tlte Work and all attending circumstanees affecting the cost of doing the �Vork, tiztae z'equired for its completion, and obtain alI information required to make a proposal. Bidders shaIl rely exclusively and solely upan their own astirnates, investigation, r�search, tests, exploratzons, and other data which are necessary for full and cornplete information upon which tl�e proposal is to 6e based. It is understoad that ihe submission of a proposal or bid is prima-€acie evidence that the Bidder has made the iavestigations,. ex�ninations and tests herein required. 4.1.9. 5ha11 promptly noiify City of all conflicts, errors, ambiguities or discrepancies in or between the Cbntract Documants an.d such ather ralated documents. The Cont�actor shall not take advantag� of any gross error or om�ssion in tY�e Contract I�ocuments, and the City shall be permiit�d ta make such corrections or interpretations as may be deemed necessary for fulfillment of the ir�tent of ihe Contract Documents. 4.2. Reference is made to Sectian 00 73 00 — 5upplementary Conditions for identification of: 4.2.1. those reports of exploratians and tests af subsurface conditions at or contigua��s ta the site which have been utilized by City in preparation of the Contract Documents. The logs of Soii Sorings, if any, on the plans are %r general infornnatioq only. Neither the Cit�+ nor the Engineer guarantee that the data shawn is representative of conditions which actually exist. CI'FY OF FORT WOI2TH 2Q22 HMAC Surface Overlay Coutract STANDARD CONSTRi1C'i'[ON SPECIFICATION DOCUM�NT City Project ]Vo. ] 03A55 RavisedlUpdated Novemher 2, 2D2 i 00 21 13 II�iST RUC'1' i OI�iSTO I3IDD�RS Page4 of9 4.2.2. those drawings of physical conditions in a�• relating to exisiing surface and subsurfaee structures (except Undergroi��d Facilities) which at•e at ot• contiguo�as to the site that have been utilized by City in preparation of the Conteact Documents. 4.2.3. copies of such reports and drawings will be made available by City to any Bidder on req�aest. Those reparts and drawings may not be part of the Cont�act I�ocuments, but the "technical data" contained therein upan wl�ich B�dder is entitled to rely as provided in Paragrapk�4.Q2. ofti7e GeneraI Conditions has been identified and established in Pacagraph SC 4.02 of the Supplementary Conditions. Bidder is responsible for any interpret�tion or conclusion drawn f'ram any "technical data" or ai�y other data, interpretations, opinions or information. 4.2.4. Standard insurance requirements, coverages and limits. 4.3. The submission ofaBid will cnr�t�tut� an incontrovertible rep�•esentation by Bidder: (i) that Bidder has coz�nplied with every requirement of tIvs Paragraph 4, (ii) that without exceptian the Bid is pretni�ed upon performing and fuc•nisf3ing the Work requ'ved by the Contract Documents aild applying the specific means, methods, techniqttes, sequences or pracedures af construet[ort {if any) that may be shawn or indicated or expressly required by the Contract Documents, (iii} that Bidder has given City written no.tic� of all conflicts, errors, ambiguities and discrepancies in the Contract Documants and the written resolutions thereof by Giry are acceptable ta Bidder, and when said cortif'licts, etc., have not been resol�ved through the interpretations by City as dese�•ibed in Paragrap� 6., and (i�v) that the Contract Documents are genera]Iy sufficient to indtcate and convey understanding of all ter�ns and conditions for performing a�d fi.trnishit�g the Work. �.4. The provi,sions of tkvs Par�grap� 4, inclusive, do not apply ta Asbestas, Polychlorinated biphenyas (PCBs), Pe#roleum, Hazardous Waste or Radiaactive Material cavered by Paragraph 4.06. of the General Conditinns, uriless specifically identified in the Contract Dacuments. 5. Availability of Lands for Work, �tc. S.l. The lands upon which the Work �s to be performed, rights-of way and easements fo�• access thereto and other 2ands designated for use by Contractor in performing the Work are identified in the Contsact Dacuments. Al1 additionai lands and access thereto required fort�mporary const�•uction facilities, construction equipment ot• stora�e of rr�aterials and eqtupment to be incarporated in the Wark are to be obtained and paid for by Contractor. Easementa for permanent structures or permanent changes in ea�isting �'aciliti�s are to be obtained and paid far by City unless otherwise provided in the Coniract Docurrtents. 52. Outs#anding right-af-way, easements, and/or permits to be acquired by the City a.re listed ir� Paragraph SC 4.01 of the Su�aplementary Cnnditinns. In the event the necessary right- of-way, easements, andJor pennits are not obtained, the City reserves the right to canceI the award of contract at any time befare tk�e �idder begie� any construction wark on the project. Cfl'Y OF FORT WdRTH 2�22 HMACSurface O�erlayCo.niract STANDART7 COIVSTRUGTION SPECIFTCATfON DOCUMENT �ityProjectNo. 163455 RavisedlUpdated No�emha�2,2021 002{ {3 ❑+lSTRUCTI01�35 TO BIDDERS Pege 5 of 9 5.3. The Bidder sliali be prepared to catz�merace construction witho�t all executed right-of- way, easements, andlor permits, and shap submit a sclledule to the City of how construction will proceed in the other areas of the project that do not require pei�nits andlar easements. 6. Interpretations and Addenda b.l . AIl questians about the meaning or intent of the Bidding Documents are to be di�•ected to City in wriiing on or before 2 p.m., tiie 1Vlanday prior to tha Bid opening. Questions received after this day� tnay not be responded to. �nterpretations or clarifications considered necessary 6y City in response to such questions will be issued by Addenda delivered to all parties recarded by City a� having i•eceived the Bidding Documents. Ort1y questions answered by formal written Addenda will be binding. Oral and other interpretations or clarificatians wilI be without legal effect. Address questions to: City of �'ort Worth 204 Texas Street Fort Worth, TX 76102 Attn: Iretomiwa Otuyelu, TPW Email: iretonai�t�va.otu elu forkworthtexas. ov Phone: $17-392-fi747 6,2.Addenda tnay also be issued to modify the Bidding Dacuments as deetned advisable by e��y. 6.3..Addenda or clarifications may be posted via the City's electronic document manag�rr►ent and collaboration syst�rn at hki s:fldocs.b384.autodesk.comishareslbd741f22-284�- 445e-91 ab-2e'f 4316c40f9 6.4. A prebid conference may be held at the time and place indicated in the Advertisement or INVITATION TO BiDDERS. Representatives of City will be present to discuss the Project. Bidders at'e eneouraged to attend and participate in the conference. Gity will transmit to all prasp�ctive Bidders of record such Addenda as City eonsider� necessary in rasponse to questions arising at the conference. Oral siate�nents may not be relied upon and wiIl not be binding or legally effeciive. 7, Bid Security 7.1. Each Bid must be accompai�ied by a Bid Bond r�tade payahle tQ City in an amount of iive (5) percent of Bzdder's maximum Bid price, on the form attached or equ�valent, issued by a surety rneeting the requirements of Paragraph S.O1 of the General Conditions. CITY OF FORT WORTI-I 2D2� kiMAC Sur£ace Overiay Contraet STttNDARD GON5TRi7CTI0IY SPL:CICICATION DOCUMENT City Project No. 103455 Revisedlupdated No.vember 2, 202 l QO 21 13 IN3T RUCT lON3 T O BIDDERS P age 6 of 9 '1.2. The B.id Bonds provided by a Bidder will b� retained unti! the conditions of the Notice of Award l�ave been satisfied. I�the Succ�ssiul Bidder fails to execute and returnthe Cantract DocUments within 14- days af�er the Notice o� Award conveyit�g same, City may considar Bidder to be 'vn defa�alt, rescind ihe Notice of Award and act nn the Bid Bond. 5uch action shal] be City's excl�asive rerrtedy in #he event Bidder is daemed to have defaulted. 8. Contract Times The n.umber of days withiz� which, or the dates by whic�, Milestanes are ta b� achieved in accordance with the Genera] Requirements and the Work is to be completed and ready fo�• Final Acceptance is set forth in �he Ageement ar incorporated therain by re%rence to the attached Bid Form, 9. Liq�idatedDaimages Provisions for liquidated damages are set forth �n the Ag��eemeni. 10. Subsfitute a�ad "Or-EquaT" Items The Contracf, if awarded, will be on the basis af materi�ls and equipment described in the Biddin�; Documents without consideration of possible substrtute or "or-equa3" items. 1?Vhenever it is indicated or specif'ied in the Bidding Documents that a"substitute" or "oj•- equal" itenn of material or equipment may be furnished or usad by Contractor if acceptable fo City, application for such acceptance will not be considered by Ciry until after the Effecti�e Date qfthe Agreement. The procedure fvr submission of any such application by Contractor and consideratian by Ciry is set forth in Paragraphs 6.a5A., 6.05B. and 6.QSC. of the Genera[ Conditions and is supplerriented in Section O1 25 p0 of tl�e General Requu•ements. ll. Subcontractors, �upglie rs and Othe rs 11.1. In accordance with the City's Business Equity Ordinance No.25165-IO-2021 the Ciiy has goals for the pairticipatian af minority business and/ar women business enterprises in City contracts $lOQ,000 or greater. ,See 5eetian DO �5 40 for the M/WB� Project Goa1s andadditional requirements. Failure to comply sf�all render th� Bidder as non-responsive. Business Ec�uity Ordinance No.2516S-10-2�2I, as atnended (replacing Ordinance No.24534-I I-2020), cod�ed at: htt sJ/codelibrar .amle. al.comlcodes/ftworti�/latestli�worth �/0-0-0-22593 11.2. No Contractor shall be required to employ any Subcontractor, Supptier, oY1�er person ar organiza.tion agairast vvhnm Contractor or City has reasonable objection. 12. Bid Form I2. I. The Bid Farm is included with the Bidd'mg Dacuments; additional cnpies may be obtained from the City. CTI'Y pP F�hT WORC[-1 2022 IIMAC Sl�rface qverlay Contract SF A.NDARD CONST RUCI'[ON 3PSCLF[ CATION DOCUMEM' CiYy P roject No. 1 D3455 RevisedlUpdatec� November 2, 2021 Q021 l3 INSI' RUCT lONS T O BIDDERS Paga7 of9 12.2. All blanks on the Bid Fortn must be completed and the B.id Farm signed �n ink. Erasures or alterations sha11 ba inrtialed in ink by the person sigvng the Bid Form. A Bid price shall be indicated for each Bid i�em, alterr�ative, and unrt price item listed therein. In the case nf nptinnal aiternatives, the words 'No Bid," "Na Change," or "Not Applicable" may be ernered. Bidder shall state the prices for which the Bidder proposes to do the work contemplat�d or furnish materials required. All enYxies shall be legible. 12.3. Bids by corporations shall be executedin the cnrporate name by the president or a vice-president ar other corporate ofFicer accompanied by evidence ofauthority to sign. The corporate seaj shaii be aff�ed. The corporate address ai�d state of incorporation shall be shown belotiv tf�e signature. 12.4. Bids by partnerships sha11 b� executed in the partnership name and signed by a partner, whose titie must appear under tbe signature accarnpanied by evidence nf authority to sign. The official address ofthe partnership shall be shown below th� signature. 12.5. Bids hy limited liability corripanies shail be executed in the name of the firtn by a member and accompazued by evidence of authority to sign. The state of formatio� af the fum and the ofFcial address of the firm shall be shown. 12.6. Bids by individuals shall show the Bidder's name and official address. 12.7 12.8. 12.9. Bids by joint ventures shall b.e executed by each joint venture in the manner indicated on the Bid Form. The official address of the joint venture shall be shown. All names shall be typed or pru�ted �n ink below Yhe siginature. The Bid shall contait� an acknowledgement of receipt of all Addenda, ihe numbers of whic.h shall 6e fill�d in on the Bid Form. 12.1 Q. Postal and e-mail addresses and teiephone nurn6er for communicatint�s regarding the Bid sha1l be shown. 12.11. Evidence af authority to oonduct business as allonresident Bidder in the state of Texas shall be provided in accardance with �ectian. 00 43 37 — Vendar Campliance to Stat� Law Non Resident Bidder. 13, Subm.�ssion ofBids Bids shall be submitted on the prescrbed Bid Form, provided with th� Bidding Documents, atihe time andplace �dicated in the Advertisement or TNVITATiON TO BIDJ]ERS, addressed to �urchasirig Manager of the City, an�l shall be enelosed in an opaque sealed envelnp�, tnarked with the City ProjectNumber, Projecttitle, the name and address nf Bidder, and accompanied by the Bid sacurity and �ther required documents. If Che Bid �s seni through tha mail or other delivery system, the sealed envelope shall be enclosed in a sepaxate en�elope with tne notation "BID ENCL�SED" on the face of it. 14. Withdrawal oiBids C1T Y OF F�RT WORTH 2�22 HIv1AC Surface Over�ay Canfeact ST ANDAftD CONST RUCTION SPECI FICATION DOCllN(Ei�il' City PrajectNo. 103455 Itevised/[Ipdaf ed November 2, 2021 aozi i3 IAIST RUCT [ ONS T O B1 T]bERS Page8of9 14.1. Bids addressedtn th� Purchasing Manager and filed wzth the 1'urchasing Office may be witl�drawt� prinr to the t�ne set for bid opening. A request for withdrawal �nUst be made in wri�i��g and delivered to the Purchasing �ffice to z•eceive a time stamp �rior to the opening o� Bids. A timely withdrawn bid will be returned to the Bidder or, if the request is within one hour of bid opening, will not be read aloud and wil] thereafter be returned unopened. 14.2. In the event any Bid for which a withdi•awal reqti�est l�as beentimely iiled has been inadv�ertentiy opened, said Bid and any record lk�ereof will subsequently be marked "Withdrar�vn" and will be given no further cansideratiora for the a�rard af cantract 15. Qper�in� oiBids Bids will be opened and read aloud publicly. An abstract of the amounts ofthe hase Bids and major alternates (ii any) w�I! be made availabl� to BEdders after the opening of Bids, ] 6. Bids to Remain Subject to Accept�nce • All Bids w�l remain subject ta acceptance far a minitnum of 90 days flr the time period spacified for Notice of Award and execution and deliveiy of a complete Agreemeni by Succ�ssfulBidder. City may, at City's s.ole discretion, release any Bid and nuflify the Bid security prior to that date. 17. Evaluatian �f Bids and Award of Contract 17.1. City reserves the right to reject any or all Bids, including without limitatian tk�e rigl�ts to reject any or all �oncor�forming, nonresponsive, unbalanced or canditionai Bids and to re�ect the Bid of any Bidder if City believes that it would nqt be in the best interest of the Project to make an award to that I3idder. City reserves the right ta tivair�e informalities not involvit�g price, cont�•act time or cnanges in the Work and award a eontract ta s�ch Padder. Discrepancies between the multiplication of units af Work and unit prices wi!! be reso[ved in favor of the i.u�ut pr�ces. Discrepancies betweenthe indicated sum of ai�y calumn of figures and the correct sum thereof will be resolved in favor of the correct sum. Discrepancies between words and figures will be resol�ed in fa�or o� the words, 17.1.1. Any or all bids wiLl be rejected if City has reason to belie�e that co[Iusion a�s�s aEnong the Bidders, B'tdder is an interested party to any litigatian against City, City or Bidder �nay have a claim against the ather or be engaged in fitigatinn, Bidder is in arrea�•s on any �xisting contract or has defaulted an a pre�vious contract, Bidder has performed a prior contrac#'v1 an Unsatisfactory manner, or Bidder has uncoznpleted wotk which in the judgment of the City will prevent or hinder the prompt completion of a.dditional work if a�arc3ed. 17.2. In addition to Bidder's r�l�va�t prequalification requirementis, City may consider the qualiftcatzons and experience of Suhcontra.ctors, Supp�iees, and other persons and arganizat�ons proposed for �hose portioi�s of the Work where ihe idernity of such Subcantractors, Suppliers, and other persons and organizations mi�st be submitted as pra�ided in the Contract Documents or upon the request of the City. City also may cansider the aperating costs, maintenance requirements, perfarmance data and guarantees af major i�erns of materials and equipment proposed for incorporation in the Work wh�n such data is required to be subrrutted prior to the Notice of Award. CI'I'Y Ok FORT WOiiTH 2O22 HMAC St�rface O�erlay�ontrac[ S1' ANDARD CONSTRUCTION SPECIFI CATIOT�I DOCLIMENI' City P rojec� Na. ] 03455 Revised/Updafed November2, 2�21 OD 35 13 CONFLICT OP 1NTEREST AFFITJAVIT Page 1 of 1 SECTrON 00 35 13 CONFLICT OF 1NTEREST STATEMENT Each bidder, offerar or respondent to a City of Fort Worih procurement is required to complete a Conflict of Interest Questiannaire ar certify tiiat one is cw-rent and on file with the City Secretary's Office pursuant to state law. If a member of the Fort Worth City Cauncil, any one or more af the City Manager nr Assistant City Managers, or an agent oi the City who exercises discretian in the pfanning, recnmm�ndin.g, selecting or contracting with a bidder, of%ror or respandent is affiIiated with yoLu company, then a Lacal Gavernment Off'rcer Conflicts Disclos�u-e Statement (C.IS) may be reqt�ired. You are urged to et�nsult �vith counsel regarding the applicability of these farms and Local Go�ernment Code Chapter 176 to your company. The referenced%rms m�y he downloaded from the links provided helow. https Jlwww. ethics.state.tx. us/data/forms/conflictlCIp. pdf httus J/www. ethacs.state.t�.usldata/forms/cor►f]ic�/CIS.bdf � CIQ Porrn is an file with City Secretary Q CIQ Form is being provid�d to the City Secj•etary [J CI5 Form does not apply n 0 �IS Form is on File with City 5ecretary CIS Form is being provided to the City Secretary SIDDER: o�� � �.�� ��, . -i ny _ -_ _ �� --�.�. - � - + - - �y . �. f��I'ESS �_-. � City/State/Zip BJ. � r �r�- �ease Print) r �Ig17a�11T0: _` :,. -� I � Tl�e : , r � (1'Iease: rint) END OF SECTION C1T Y OF FORT WQATH 2O22 HMAC 3uriace Overlay Covlrac� 5T ANDARiJ GONSTAUCTION SI'ECIF[CATION DOCUNIEt�I'S City I'rojectNa. 1 p3455 Revised FehrUary 24, 202p ooxi �3 INSI'RL7CTIqTISTO B.IDDLRS Page9of9 17.3. Ciiy may conduct such investigations as City deems necessai�y to assist ir� the evaluation of any Bid and to esta6lish the responsibility, qualif'icatior�s, and financia] �.bility ofBidders, proposed St�bcnntractars, Suppliers and 4ther persons and orgai�iza.tions to perforrr� and furnish the Work in aecordance with iY�e Contract Docuinents to City's satisfaction within the presc�•ibed time. 17.4. Contractor shall pea•fartn vaith his nwn organization, work of a �atue i�ot less than 35% ofth� valUe eznbracedon the Contract, unless otherwise appraved by the City. 17.5. If the Contract is io be awarded, it w�I be awarded to lowest responsib�� and respansive Bidd�r whose evaIuation by City indicates �at ihe award wi�l be in the best interests of ine City. 17.6, Pursuantto T�xas Government Code Chapter 2252,001, the City wilI not award contractto allonresident Bidder unless theNonresident Bidder's 6id is lower than the lowest hid submit�ed by a responsible Texas Bidder by fhe same amount that a Texas resident bidder would be required to underbid a Nanr�sident Bidder to abta.nl a co�nparable contrac.t in the state in which the noziresident's principa] place af busit�ess is located. l 7.7. A coniract is not awarded tatltil forma] City Council authori�ation. If tl�e Contract is to be awat�c�ed, City wifi award the Cont�act within 9� days after the day of the Bid opening unless extended in writing. Na other act of Ciiy or others will constrtute accepfiance of a Bid. Upon the contract award, a Nottce of Elward wi1l be issued by the City. 17.7.1. The contraetor is required to fill out and sign the Certificate ofInterested Parties Form 1295 and the far,rn must be submitted to the Project Manager before the contf-act w�ill be presented to the City Council. The form can be abtained at https :Ilwvvw.ethzc�.state.ta�usfdata/forms11295/129S.qdf 17.$. Failure or refusa] to comply rvith the requirements may result in rejection oiBid. 18. Signing ofAgreement I8.1_ When Cif.y issues a Notice of Award to the Suceessful Bidder, it v,rill be accompanied by the required numb�r of unsigned counterparts of the ProjectManual. Within l4 days thereafter, Contractor shall sign and deliver the required number of counterparts of !�e Project Manual to City with the req�aired Bonds, Certificat�s Qi Trtisiu•ance, and al] ottaer reqsxired documentation. 18.2. City shall t1��reaiter deli�er one fully signed counterpart to Contr�ctor. END OF SECTIQN CiTY OP FORT WORI']-I 20Z2I3MAC 5urface Overlay Contrnct STA�IBAitI) COI�ISTRUCI'TOI� SPEGIFTCATIONDOCUMEM' �ity ProjectNa. 103455 IievisedlClpdated No vem6er 2, 2021 00 41 04 BID FORM Page 1 of 7 S�GTION QO �41 00 BID FORM TO The Purchasing Manag�r clo; Th� Purchasing Division 20D Texas 5treet City of Fart Worth, Texas 76102 FOR: City Praject No,; 103455 UnitslSections: 1. Enter Into Agreement 2022 HMAC SurFace Overlay Contract The undersigt�ed Bidder proposes and agrees, if this Bid is accep#ed, to enker into an Agreement with City in the form included in the B'tdding bocuments to perForm and furnish all Work as specified or indicated in the Contract Documents for the Bid Price and within the Contract Time indicaked in this Bid and in accordance with the other terms and conditions of the Contrack bocuments. 2. B[DD�R Ac�tnowledgements and Certification 2.1. In submitting this Bid, Bidder accepts all of the terms and conditions of the INVITATION TO BIdDERS and INSTRUC710NS TO BIDDERS, including withoufi limitation those deali�g with the dispositian af Bid Bond. 2.2. Bidder is aware of al{ costs to provide the required insurance, wil{ do so pending contract awarcf, and wili provide a valid insurance eerEificate meeting all requirements within 14 days of notifcation of av+ward. 2.3. 8idder certifies that this Bid is genui�e and not made in the interest of or on behalf flf any undisclosed indi�idual or entity and is not suhmitted in conformity with any collusive agreement ar rules of any group, association, organization, or corporation. 2.4. Bidder has not directly ar indirectfy induced or so�icited any oth�r Bidd�r to submi# a false or sham Bid. 2,5. Bidder has not solicited or induced any indi�idual or entity to refrain from bidding. 2.6. Bidder has not engaged in corrupt, fraudulent, collusi�e, or coere3ve practices in competing for the Contract. For the purposes of this Paragraph: a. "corrupt practice" means the affering, giving, recei�ing, or soliciting af any thing of �alue likeiy to influence the actian of a public official in the bidding process. b. "fraudulent practice" means an intentional misrepresentation af facts made {a) to influence the bidding pracess to the detriment of City (b) to establish e[d prices at artificiai non-competiti�e leveis, or (c} tn deprive City of the benefits of free and open competition. c, "callusi�e practice" rneans a scheme or arrangement between two ar mare Bidders, wEth or wiihout the knowledge of City, a purpose of which is to establish Bid prices at ar#ificial, non-competiti�e levels. CITY OF FQRT WORTH 2tl22 HMAG Surface O�erlay ContTact S7ANC]AR� CONSTRUCTION SPECIFICATlON bOCIJMENTS City Project No. 103455 Form Revised March 9, 202� 2022 NMAC Surface overlay 00 41 0� BID FORM Page 2 oF 7 d. "coercive prackice" means harming or threatening to harm, directly or indirectly, persons ar their properfy to influence their participation in tha 6idding process ar affect the execution of th� Contract, 3. Prequali�cation The Bidder acknawEedges that the following wark types must be performed only by prequalified contractors and subcontractors: a. b. C. d. 4. Time of Completion 4.1. The Work wil! be complet� for Final Acceptance within 180 days after the date when the the Contract Time commences to run as pra�ided in Paragraph 2.03 of the General Conditions. 4.2. Bidder acc�Ats the provisions of the Agreement as to liquidated damages in the event of failure fo camplete the Work �andlor achievement of Milestones} within the times specified in the Agreement. S. Attach�d to this Bid The foflowing documents are aitached #o and made a part of this Bid: a, This Bid Form, Section DD 41 DO b. Required Bid Bond, Section DO 43 13 issued by a surety meeting �he r�quirements of Paragraph 5.01 of the General Canditions. c. Praposal Form, Sectian �Q 42 43 d. Vendor Compliance to State Law Non Resident Bidder, 5ectian 00 43 37 e. MWB� Forms (optional at time of bid) f. Prequalification Staternen#, SectEon OQ 45 12 g. Conflict of Int�rast 5tatement, Sectian Op 35 13 *If necessary, CIQ or CIS forms are to be provided directly ta City Secretary h. Any additiona{ documer�ts that may be required by 5ection 12 af the Instruction� to Bidders 6. Tota! Bid Amount 6.1. 8idder will complete the Work in accordance with the Cantract Documents for the following bid amount. In the space provided below, please enter the #otal bid amaunt for this project. Only th9s figur� will be read publicly by the City at ihe bid opening. 6.2. It is understood and agreed by the Bidder in signing this proposal that the total bid amount entered below is CITY OF F4RT WORiH 2U22 HMAC Surface O�erlay Contract STANDAR� CONSTRUCTION SPECIFICATION flOCUMEiVTS Clty Project �lo. 103a�5 Form Revised March 9, 2020 2022 HMAC Surtace oveday Qa 41 OQ BI� FORM Page 3 of 7 subject to verification andlor modification by multiplying the unit hid prices for each pay item by ihe res�ective estimated quantities shouvn in this proposal and then kotaling all of the extend�d amounts. 6.3. �valuation of Alternate Bid Items �use this if applicabl�, otherwise delete> Total Base Bid <use this if appiicable, o#herwise delete $1,Q27,828.84 Alternate gid �use this if applicable, atherwise del�te� $O.DO Deductive Alternate<use this if applicable, otherwise $0.00 Additive Alternate �use this if applicabls, okherwise $0.00 Tota] Bid $1,027,828.84 7. Bid Submittal This Bid is submitked on Respectful[y submi d, � $y. _ � December 16, 2Q21 : � , _�1` by the entity named belaw. (Signatur�) Sam Garr�tt (Printed Name} Reeei�t is acknowledged of the Initial following Addenda: Addendum Na. 1: Addendum No. 2: Addendurn No, 3: �� Addandum I�a, �4: Title: President Company; Advanced Paving Address: 2311 Joe Field Rti. Dallas, TX 75229 5tate of Incorporation: Email: sqarrettCa�advancedpavinqco.com Pho�e: 972-245-0000 END �F SECT[ON Corporat� Seal: CITY OF FORT WORTFi 2Rz2 HMAC Surface Overlay Contract STANDRRd CQNSTRUCTION SPECIFICATIDN DOCUMENTS City Projecf No, iD345S Form Revised March 9, 2D2U 2D22 HMAC Surface ovarlay OO+S2 -03 am PROY65AI. 1'age d of 7 SECTIDN �0 42 43 PRDPOSALFORM u��� ��ic� Bi� �idder"s �pplicatiion Altcinate Bid Total Allernnte Bid Drdoctive Alternale Bid Tatal Dednetive Altcrnate Bifl Additive N[ernnle Sld Tpfal Additive Allernnte Bid Totafs�d �1,427,928.84 CRY OF FORT WoR7Tt 2022 cmuete Reswrntion Caalmc[ 1 S7ANDARh CaNSiRUC17ON BI'LC�LCA710N IxJL'�A1fN15 Ciiy Proje��Nn L63��S Fnnn Re�ised d�11 EO«o . ]�27 EIMAC Siaf'nceotie�loy HMAC Surface Overlay $Z U27 828,84 TotalgaseHid a�,a27,828.6q ao a3 � a eio eoNo Page 9 of 2 SECTION 00 43 13 BID BONQ KNOW ALL BY TH�SE PRESENTS: That we, Advanced Paving Cornpany , known as "Bidder" herein and Merchants Bonding Company (Mutual) a corporate sure#y duly authorized to do business in the 5tate ofTexas, known as "Sureky" herein, are held and firmly bound untathe City of Fort Worth, a munieipal corparation created pursuant to the laws of Texas, known as "City" herein, in the penal sum of fi�e percent (5%) af Bidder's maximum bid price, in lawful money of the United States, to be paid in Fark Worth, Tarrani Counfy, Texas for the paymenk of which sum well and truly to be made, we bind ourselves, aur heirs, executors, administrakors, successors and assigns, jointiy and severally, firmly by these presents. WHEREAS, the Principal has submitted a'bid or proposal to perform Work for the fallowing project designated as 2022 HMAC Surface Overlay Con�ract 0 �[OW, 7H�R���RE, ihe conditipn pf this obligation is such #hat if the City shafl award the Contraet for ih� foregoing prajeci to the I'rincipal, and the Principal shall satisfy all requirements and conditions required far the execution of the Cantract and shall ente� into the Contract in writing with the City in accordanc� with the terms of such same, then this obligation shall be and become n�ll and vpid, If, however, the Principal fails ko execute such Coniract in accardance with the #erms of same or fails ta satisfy all requirements and conditions requEred for the execution of the Contract, this band shall become the property of the City, without recourse of the Principal andlar Surefy, not ta sxceec# the penalty hereof, and shall be used to camp�nsat� City for khe dEfference between Principaf's total I�id amount and the next seEected bidder's fotal bid amount. PROVI��� FUFtTHER, that if any {egal aciion be filed an this Bond, �enue shall lie in 7arrant Caunty, Texas or the United States District Couri for the Norihern District of Texas, Fort Worth Division. IN WITN�SS WH�R�OF, the Principal and the S�rety 1�ave 51GNED and SEALED this instrument by . duly aukhorized ag�nts anci offic�rs on this the 14th day of December , 2021. PRINCIPAL; Advanced F'avin Co �n BY; S' . ture ATT�ST: � R bE� Witness as to Principal Name and Title CITY OF FORT WOC27H 2422 HN{AC Surfaee Overlay Contracl STANDARD CONSTRUC.TIQN SPECIFICRTION �DCLIMENTS Ciiy Pruject No, 943455 Form Revised 2�171109 Ua 41 00_BId Praposal Workbook.xls p0 43 i 3 BID BONp Paga 2 of 2 ��- ��1�-_ Witness as to Surety � Attach Power of Attorney (5urety) far Attorney-in-Fact Address: 23'{1 Joe Field Road Da�las, TX 7522J SUR�TY: Merchanfs Bondinq CompanY (Mutual) BY: . T . . Si�nature • � So hinie Hunter, Attorney-ln-Fac# Name and Title � � AcfcEress: 6700 Western Parkway West bes Moines, IA 50266 Telephone Nurnber. 294-989-0000 �`Note: If signed by an afficer of the Surety Company, there must be an file a certified ext�act from the by laws showing thatthis perso� has authority io sign such obligation. If Surety's physical address is different from iis maifing address, both musi be provided. The da#e of the bond shall not be priar to the date the Contract is awarded. END OF SECTIpN CITYOF FqRT WORTH STAN�ARQ C�NSTRUCTIdN SPECIFfCAT10N pQCllMENTS Fo�m Revised 20171109 2022 HMAC Surtace Overlay Coniracl City Projeci No, 103A55 UD 41 00_Bld Proposal Workhook.xls �������� B�3 .N �D 1 i� G C O M. PA N Y,� ��W�Fi �h AiTOR��Y KnawAll Persons By'ihese Presents, that NfERCHANi5 BONdING CONiPAfVY (1VIUTUAL} and MERCHANTS NAT101VAL BO�EQING, INC., both being corporations of the State af lowa (herein collectively called ihe "Companies") dn herehy make, constitute and app.oint, lndi�idually, �on E Cornell; Josh Saunders; Ke�ly A Westbrook; MikaeEa Peppers; Ricardo J Reyna; Rob6i Morales; 5ophinle Nunter; Tina McEwan; Tonie PeEranek thefr true and lawful Attarney(s)-in-Fact, lo sign Its name as surety{ies} and to execute, seal and acknawledge any and ail bonds, undertafcings, conlracfs and other written insiruments In the naiure thereof, on behalf of the Companles in their huslness nt guaranteeing the fldelity of persons, guaranteeing the �pertormance of contracfs and executing or guarantaeing bands and undertalcings requir�d or permliled in any actinns or proceedings allowed by law. This Power-of-Aftarney is granted and is slgned end sealed by facsimile undsr and by auEhority of the following By-Laws adopled hy the Board of directors af Merchants Banding Campany (Mutual} on April 23, 2011 and amended August 14, 2095 and adopted by fhe Baard af Direciors oi MerchantsNaliona! Bonding, Inc., on Qataber 16, 2015, "The President, Secretary, Treasurar, or any Assistant ireasurer or any Assistant Se�retary or any Vi�e President shall have power and authority ko'appoint Attorneys-in-Fact, and ta authorize them ta execute nn behalf of the Company, and attach lhe'seai of the Company thereto, honds and undertaltings, recognfzances, contracts of indernnity and oiher writings ohiigatory in the nature �her�of." "The signature of any authorized afficer and fhe seal of the Company may be a�xed hy iarsimile or electranic transmission to any Power of Altomey or Certifcatian fhereof authorizing the execulion and delivery oi any bond, underlaking, recognizance, nr other suretyship o 6lfgations of fhe Company, and such signature and seal when so used shall ha�e the same force and effecl as though manually fixed." In conn�cfiorr wilh obllgations ir� (a�or of the Florida Department of Transpnrtatlon oNy, it ts agreed that the power and aut hari#y herepy gi�en to !he Atforriey-in=Fact Includes any. and ali consents for lhe release of retafned percenfages andlor ilnal estimates oR engineering and canstrucfion contracEs requirecE by the Slafe of Florida Department of Transpartation. It is fully understnod that consenting to lhe State o#Florida Qepartmenl of Transportation making payment oi the final estima€e to the Contractor andlor its assignee, shall not relie�e this surely company of any of its o�ligatinns under 1ts bnnd. In connection with obligations in favor of tEic Kentucky �epartment of Highways onEy, It is agreed that the power and aukhor3ty here6y given ta the Altorney-In-Fact cannot 6e modlfied or revoked unless prior written persQnal notice of such intant has been,given to the Gommissianer- Departmenf of Highways of the Commanwealth oF Kentucky al least thirty (30) days prior to the modification or revocation. In Witness Whereof, the Companies ha�e caased this instrument to he slgned and sealed this 30fh day of March , 2029 . ��* r�rr�►���� ��...t� R ,.•� ��a�vq •�., , • �N� �a •.� � �y�O�p�Rt.�Q��, ��Q�`O�p�A�'�y•i MERCMANTSBONDINGCOIVIPAEJY({VILl7UAL) R � �•G �A•. ry ' . , �, '�J, ,�� � iVI�RCHANT NATIpNAL BQNDING, ING. :�:� ..o_ d�;r�: ;�.�-:� _o_ �`+; ; ����� 20U3 ;;,�= : �•,� �933 �'�: �Y � :�'. ��� �a , �;' � '. � ' ..... ' � �, . c%�j• •';`^b . � .++.�., �' ,. �`'*' !.. �. .'� ' • ` • `i PT2SIC'�Bfli \ S�/iYE d� �a1IVA �'��r.���s��saw � � . � � t � � . COUNTY OF QAI.LAS ss, On this 3flih day oi March 2D21 , Uefore me appeered �arry Taylor, to me personalEy knawn, who being by me duly sworn did say that he is President of MERCH.4EVTS 60NQlNG C�iUIPANY (MUTUAL) and M�RCHANTS NATIONAL BOND]NG, INC.; and fhat the seals afflxed ta the foregoing instrument are the Corporate Seals of lhe Companies; and that khe said inslrument was signed and sealed in hehalf of the Campanles hy authoriry nf their resp�clive Boards af Directors. ,�PR� � s POLLY MASON � . o � Cammission Numl�er 75057� � ]N��,.,�o�• � ° ° ° ° '` My Cammission Expires i,o �. * January 07, 2D23 Notary PUblrc (Expiration of natary's commission does not invalidale this instrument) l, Williarn Warner, Jr„ Secreiary af MERCHANTS BONaING COMPANY (Ml1TUAi.) and MERCHANTS NATIONAL BONDING, INC,, do here6y certify that tE�e above and foregoing is a irue and correct eopy of the POWER-DF-ATTORNEY executed hy sa9d Companies, which is slill in full force and effect ancE has not besn amended or revoked. In W�kness Whereof, i have hereun#o set my hand and affixed the seal of the Companies on this 14t� day of December , z021 . `,,,•�.� j a Nq lf •y��� .• � O�NG Cp� .. :� p p •.� � • d�•'' p 0 '°q' ��r9:4pR R,q�;.0� M ; �s.v4R '���;.��';� �,�� �.s..�'' � :�:c -a- v:�� :��� -o- r"�; : � ��. : � iy 20Q3 :`� : � � �� 1933 �: C % Sa.r,retary :*,���� .��,+; ,y,���� � ��a��: . ROA OD18 (1120} •'''�""�•,••••' •• •••• � •' . �.������ �ONI]ING COMPANY,� MI:RC�Wr�sVT,S BUNI�ING CCIMPANY IMUTl1Al.? • MERCHAI��S NATibNAL BC��fDI�;C:�. INC:: I'-f3. tiOX 74498 � pE5 MC)IN�S, IO�h'�1 S(i30G-3498 •{$(fp) U78-81�1 �(51i) zq3-395�! Ff�X !(VIP�RT��fT �lOif�� Have a complaint ar r���d help? If you have a prol�lem with a claim or your prem.ium, call your insurance company first. if you can't v�orlc out the issue, the �exas bepariment ofi Insurance may be able to he[p. Even if you file a complaint with the Texas Departrnent �flnsurance, y.nu should also file a cflmplaint or appeal through your ii�surance com}�aa�y, lf you �don't, you may lose your right to appeal. Marchants Bonding.Company (M.utua!) 7o get infor�nation ar file a complaint witF� your insurance corripany: Gall: Compiianee �fficer at 8Q0-5i$-$.171 To I I-fre�: 1-500-678-8 7.7 9. Emaii: regulatory@merthantsbondEng.cam Mai1; P.O. 8ox 14498, �es Malnes, IA 5�3a6-3498 io get in�urance 9rrformati�i� you may also con#act your agent: Ca! I : Maif: T�e Texas Department of Insuran�ce io get help with an insurance.questian or file a complaint with the state: Call with a questinn: i-800-252-3439 Eile � complaint: www.tdi,tefcas.gav Email: ConsumerPratect9on@tdi.fexa5,gov Mail: MG 111-1A, F,�. Box 149Q91, Austin, TX 7871.4-9091 SUP OQ32 TX ('I'f199j 00 43 37 VEN�OR CONiP�IANCE TO STATE [AW Page 1 of 1 sECTioN aa as s7 VEI�DOR COMPLIANCE TO STATE LAW NON R�SiDENT BIDDER Texas Government Code Cha�t�r 2252 was acEopted fior the award of contracts #o nonresident bidders. This faw �rovides tha#, in orde� to be awarded a contract as low bidder, nonresident bidders (ouf-of-state contractors whose carporate offices or principal place of business are outside the 5tate of 1'exas) bid projects for construction, improvements, supplies or services in Texas at an amount lower than the f�west 7exas resid�nt bidder by the sam� amount that a Texas residenf bidder would be requirecf to underbid a nonresident bidder in order to a�tain a comparabfe contrac# in the State which the nonresident's principal place of business is located. The appropriate blartks in 5ectian A must be filled out by all nonresident bidders in arder for your bid to mee# specifications. The failure af nonresider�t bidders to do so wilf autamafically disqualify tt�at bidder. Resident 6idders musi check the box in Section B. A. Nonresid�nt bidders in the State of , o�r principal place of business, are requirecE to be percent lower than resident bidders by State Law. A copy of the statuie is attached. NonresicEent bidders in the S#afe of are not required to underbid res�dent bidders. , our prir�cipal place of business, B. The principal place of busin�ss of our company or our parent company or major'[ty owner is in the State of Texas. 0 BIDDER: Ad�anced Paving 2311 Joe Field Rd. By: Sam G�ett . f ,G f � � ��. i ' _ AAA � DallaS, TX 75229 / ' � (Signature) Title: President END OF S�CTION Date: / /d �-� �- CITY OF FORT WORTH 2O22 HMAC SurFace Overlay Contract STANpARD CONSTRUCTION SPEC[FICATIpN �OCUMEiVTS City Prajecf Na. 103455 Farm Revised 20110627 2022 HMAC Surface pverlay 00 45 I 1- I dIDD�RS PRLQUALIFICATIONS Page 1 nf3 SECTION 00 45 ll BIDDERS PREQUALIFICATIONS 1. Summary. All cont�•actors are required to be prequaIified by the City prior to submiiting bids. To be eligibie to bid the contracfnr mUst suhmit Sectian 00 45 12, Prequalifcati�n Statement for t�e work type(s) fisted with their Bid. Any contractor or• subcontraetor who is nQt prequa.ii�ied for the work type{s) Gsted must submit 5ection pQ 45 l3, Bidder Prequalification Application in accordance with the requirements 6�law. The prequalirFcation process wi[l establish a bid linnit based on a technical evaluation and fmancial analysis of the contractor, The it�formation must he submitted seven (7) days prior tn the date of the operung of bids. Far e�mple, a contractor wishing to submit bids on projec�s to be opened on the 7th of A,pril rnust file the information by the 31st day of March in order to bid on these prajects. In order to expedite and facilitate the approva� of a Bidder's Prequaliiication Appffcation, the follnwing mUst accocnpany the sUbmission. a, A complete set af audited or reviewed financial statexnents. (1) Classifi�d BaIance Sheet (2) Incnme Statement (3) Statement of Cash Flows {4) Sfiatement af Retained Earnings (5) Nates to the Financial Statements, if any b. A certified copy af the fitm's organiza�ional documents {Corparate Charter, Articles of Incorparation, Articles of Organizaiion, Certificate of Formation, LLC Regulations, Cerkificate of Limited Partnership Agreement), c. A completed Bidder Prequalifcation Application. (1) The firm's Texas Taxpayer ldentif'ication Nurrzber as issued by the Texas Comptraller of Public Accounts. To obtain a Texas Taxpayer ldeni�icaiion number visit the Texas Comptroller of Publ�c Accounts onIine at the following web address www.windaw.state.tx.us/ta ermit/ and fi�l out the a�plication to apply for yaiu• Texas tax ID. (2) The firm's e-mail address and fax number. (3) The firm's DLTNS nuttiber as �ssued by Dun & Bradst�•eet. This number is used by the City for requu-ed reporting on F`ederaI Aid projects. The DiJNS nurnber may be obtained atwww.dnb.cor�. d. Resumes refl�cting the construction experience ofthe principles of the finn for fu'ms submitting their itv�ial preyua]ification. These resumes should include the size and scope of the work perfarmed. e. Other infotmation as requested by the City. �. PrequalificationRequir�menis a. Financial Statements. Financial stat�ment submission must be provided in accordance withthe fol�owing: {1} The City requires that the original Financial Statement or a cert�fied copy be submitted for consideration. C1TY QF FOItT WORTH 2O221-I1v1AC Surfaee O�erlayConhact STAI+IDARD COI�ISTRIJCTION SP�C[FFCATICIN DpGUfv[EAII'S City Projed No. 103455 Revised7Eily l, 2011 ao�sii-z BIDDEAS PRCQUAI, IFICA�IONS Page 2 o.f 3 (2} To be satisfactory, the finailcial statements must be aud�ted �r reviewed by an independent, certified public accaunting f�rin registered an.d in good standing in any state. Current Texas statues also require t11at accounting fums perfarming audits ar reviews on business entities within the State of Texas be properly licensed or registered wi� th� Texas State Board of Public �1,ccountancy. (3) Th� accounting firm should state in the audit report or review whether the cantractor �s an individua[, corporation, or ]imited liability campany. (4) Financial Statements rnust be presented 'ul U.S. dollars at the current rate of exchange of the Balance Sheet date. {5) The Ciry wiII nat recogt�ize any certified public accountant as independent who is not, in fa.ct, independent. {� The accountant's opinian on the finaneial statements afthe coniracting company should stat� �hatthe aud'at or review has been canducted in accordance with auditing standards generally accepted in the Uniied 5tates of America. This must be stated in the acca�,ulting firm's opinion. Tt shocald: (1) express an unqualified opinion, or (2) express a qualifted opinion on the statements taken as a whole. (7) The City reserves the right to require a new statement at any time. (8j The financial statement inust be prepa�•ed as af the last day of any month, not more than one year old and must be on fil� �ith the City 16 months thereafter, in accordance �ith Paragraph 1. (9) The City will deterniine a contractar's hidding capa.city for the purposes of awarding contracts. Bidding capacity i,s determined by multipiying the pasitive net working capital (workin� capitai = c.urrent assets — current liabilities) by a factor af 10. Only those statements reflecting a positive net working caprta] positian wiIl be considered satisfactory for prequalification pui�poses. (10) In the case that a bidding date falls wiYhin the iime a new financial stateinent is being prepared, the pre�intas statetx►ent shall be updated with proper verificaiion. b. Bidder Prec�ualifacation Application. A Bidder Prequaliflcation Application must be subrnit�ed along with audited or reviewed financial statements by firms wishing to be eligible ta bid on all classes of consteuction and mai►�tenance prajects. Incomplete Applications �uill be rejected. (i) In thase schedules where there is natY�ing to report, the natation of "None" or "N/A" should be inser�ed. (2) A�rsinimurn of five (5) references of re.lated work must be pra�ided. (3) Submission of an equipment scheciule whicl7 indicates equipment under the eontrol of the Cantractor and which is related to the type of work for vvhich the Contactor is seeking prequaiificatian. The schedule must include the manufacturer, model and generai commnn description of �ach piece of equipment. Abbreviations or means of describing equtpment other than pravided abo�e w�Il nat be accepted. 3. Eligibility to Bid a. The City shall be ihe sole judge as to a cantractor's prequalitication. b, The City may reject, suspend, ar modify any prequali�cation for failw�e 6y the contractorto demonsirat� accepfable fnancial ability or perFormance. c. The City will issue a let�er as to the status of the prequa.l�'ication apQroWal. CI'f Y OF FORT WORTH 2O2211MAC Si�rface Overlay Cantract 5T ANDARD CQNST RUCTION SP ECIF[ CATI ON DOCLIMEPIT'S City Prnj ect No . 103455 Reviseddu[y 1, 2011 0045 11-3 BIDI7ERS P REQUALIFI CATIONS Psge3 of3 d. If a contractor has a vaIid prequalification l�tter, the contractor wiJl be eligible to bid the prequalified work types until the e�iration date stated. in tlae Ietter. END �F SECTION GTTY OFFOR'T WORTH 2O22 F�IvlAC S�rface Overlay Cantract STANDARD CQNSf'RUCTIOId SI'ECIFICA,TIDN DOCiJMLTTPS City ProjectTTo, 103455 Revisa�7uly I, 2011 00 45 t2 BID FORM F'aga7of7 SECTION 00 45 12 PREQUAI.IFICATIOIV STATEMENT �ach Bidder far a City procurement is required to cnmplete the information below by itfentifying the prequalified cantractors a�dfor subcontractars whom they intend to utilize for the t-najor work type{s) listed. Major Wvrk Type ContractaNSubcontractor Com�any Name Prequalification Expiration pate � . Advanced Paving � _p��_�z 0 0 0 The undersign�d hereby certifies that the contractars andlor subconiractors clescribed in the table above are currentiy prequalified far the work fypes listed. BIDD�R: Advanced Paving 2311 Joe Field Rd. Da!las, TX 75229 By: Sam�arrett �' � {Sigr�ature) Title: president Date: /Z- /6 7� �— EN� OF SECTION CITY OF FDRT WDRTH 2D22 Hi4rfAC SurFace dverlay Confract STANnAF2� CONSTRUCTION SPEC[FICATION QOCUMENTS Cily Project Na. i�3455 Form Revised 2012012d 2022 HMAC Surface overlay 004526-1 CONTRACTORCOMPLIA�IG`�W1TH WORK�R'SGOMPBVSATIqNLAW Page 1 of l 1 2 3 4 5 6 7 8 9 10 11 12 I3 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 3b 37 SECTION �0 45 �6 CONTRACTOR COMPLIANCE WITH WORI�ER'S COMPENSATIONLAW Pursuant to Texas Labor Code Section 4D6.096(a), as amended, Cont��actor certifes that it provides worker's corr�pensation insurance coverage for all of its employees empIayed on City ProjectNo. 103�55. Contractor fur�her cert3fies that, pursuant to Texas Labor Code, Section �Ob.096(b}, as amended, it will provide to Cit� its subcor�tractor's cerkificates of compliance with worker's compensation coverage. C4NTRACTOR: i ' , � .� ,.�L 1 ' �- . �� �'�' � � � �_ .�.c:�nt 7 �f Campany (Pl�ase Print) , �" , _ _ , ! _ t � ,_ �lress j 4 � � --� - - - - — �— I— City/StatelZip THE STATE OF TEXAS COUNTY OF TARRANT - .,a 4�au.uc. , ` — - s --�- � �-. - --.--.� 0 0 . , , . _ - Title: -- - - -- - (PleaS��rini) BEFORE ME, the undersi�ned �uthority, on this day persozzally appeared __�__ , known to me to be the person whose name is �ubscribed to the fore�oing instrument, .a.nd acknovvledg�d to me that lae/she executed the same as the act and deed of ,,_� �;�_,�, � _,�' �, for the purposes and consideratian therein expressed and in the capa�iry therein stated. r GT,�g'EN %�NDER MY HAND AND SEAL OF OFFIGE this day of — r , 2.�_ _ -__ - — --� � n i ' � � —�--- — -- Notary Fablic in.�+n� tk�e State of Texas 38 END OF SECTI�N ;oi*av p�m�n B�'CKY GAR#dE77 39 Nntary 1D lk3S02636 �, T My Comr�tlssipn E�cpires rEa�� Qctaher 11, Z024 �TT Y OF POIiT WORTF�I 2022 HMAC Siuface Overlay Canhaci 5T ANDAI2D CONST RUCI'lON SPEC7FICATIQN DqCFJN1ENI'S City P ro jeallo. 1 Q3455 Revised 7uly 1, 2011 DD4540- 1 [3usivess �quity ('ioal Page I of2 SECTTON 00 4� 40 Business Equity Go�l 3 APPLICAT�4N OF POLICY 4 Iftha totaI dallar �value of th� eon�'actis $100,000 or more, fhen a Business Equity goal is appIicabte, 5 A Business Equity Firm refers to certified Minority-, andlor Women-, own�d SnsinessEnterpris es 6 (MIWBEs). 7 8 �'OLICY STATEMENT 9 It is the policy of the Ci .ty of Fort Worth to ensut�e the full and equitable participation af Business Equiiy Io Firms when applicable, in the procurement of all goods and services. All requirements az�d regulations 11 stated in the City's Business Equity Ordinance No.25165-10-2021, (replacing Qrdinanca No. 24534-11- 12 2020 (codif"ied at: httpsJlcode[ibi•ai�y.amle�al.con�/codes/flwo��t�/latest/ftwo�th tx/0-0-0-22593) apply ta 13 this bid. 1�4 15 BUSINESS �QUITY PROJECT GOAL 16 T`he City's Business Equity goa[ an this project �s 26% af the tota3 bid value o� the contract (Base bid 17 applie.s to Parks and Cammunity Services). 18 19 METI30DS TO COMPLY WITH TH� GDAL 20 On City eontracts where a Business Equity Goa� i� applied, offa�'ors are reqLEired io comply with the City's 21 B►asiness Equity Ordinance by meet�ng or exceeding the above stated gnal or otherwise comply with the 22 ordinance tllrqugil one af the folt�wing methods: I. C+�tr�tnercially aseful services performed by a 23 Business Equityp�zme contractor, 2. Business Ec�uitysubcontracting participaiion, 3. Combination 24 of Business Equify prirr�e services and Busines��quitysubcontractang p�rtieipation., 4. Business 25 Equity Joint VentureLMentor-Proteg� �Sarticipation, 5. Good Faith Effort documentation, or 6. 2� Prime contractorWaiverdocumentation. 27 28 SUBMITTAL OF REQUIRED DOCUMTNTATI�N 29 Applic.able doc�aments (]isted below) must be received by the Purchasing Division, OR the o�Fei•or shall 30 EMAIL the BE.�siness Equity documentatiQn ta the assigned City of Fart Worth Project Manager or 31 Department Designee. Dacuments are to be �•eceived no Iater than �:04 p.m., on the third City 32 busiuess dayai�erthe bid opening date, excIusive nfthe bid opening date. 33 34 The OfFerormust submit one or more afthe following documeilts: 35 1. U�ili�tian Form and Letter(s} ofIntent, iFth� goal is met or exceeded; 36 2. Good Faith Effort �'o� and Utilization �'nrm, including supporting dacumentatiou, if 37 participation is less tt�an statad goal, or na Business �quity participation is accomplished; 38 3. Prime Contractor Wazv�er Farm, including supparting documentation, if the Offeror wi� perform 39 aIi subcontractin:g/supplier opporl��ruti�s; or 44 4. Joint Venture/Mentar-Pratege Forni, i� goal is met or exceeded with a Jaint Veniw•e or Mentor� 41 Protege participatzon. 42 �F3 These forms can he found �t: a4 �usiness �quity Utilization �orm and Letter of Intent 45 https://apps.fnrtworthtexas.�ov/I'rojectResow•ces/ResourcesF/60%20- 46 %o2DM�VBE/NEW%24Business%20�,Auity%200rdinanceBusiness%2bEquity%2pLltilization%20Form. �7 �df — � �8 �F9 Letter af Intent CTTY OP' PORT V4�ORTH 2Q22 HMAC Si�rface Overlay Contract STANDARD CONSTRUCi'ION SPECIFICATION IJOCUMENT'S Csty ProjectNo. 303455 Rcvised Occober 27, 2021 DQ 45 4D-2 �usiness EquiYy Goal Yage 2 of 2 1 h Jla s.fortworthtexas. ov/l.'ro'ectResoureeslReso�arcesP/60 - MWBElNEW Busi�.ess E' 2 Ordinance/�etiar of Intent�2�21.pdf 4 Business Equity Good Fa�h Effort �orm 5 https:I/aUps.fortworF�ite�as.�v/ProiectResouraeslResourcesP160%20- 6 °/a20MWBE/NEW°/a20Business%2pEquitv%200rdinance/B.usiness%20E_quit�+%20Good°1o20Fazth%20Ef 7 fort%2QForzx�.�d£ 9 Busir�ess Equity Prime Contractor Warver Form zo latt�sJ/a�tas.fortwoxthtexas.�ov/Pro{ectResources/ResouxcesP/60%20� iY °/a20MWBE/NEW%2aBusiness%o20E ' %2401'c�il�a�CeBuSii�ess%20E ' %20�zim:e°/a20Co�#ractor I2 %20Wai�ver. cif 13 ' 14 Business Equity 7nint Ventur� �orm 15 kzttqs://apps.fortworth#e�s.�dv/Pro1�C�Reso'urces/ResourcesP160%20- 16 %20NZWBE/NEVIT%a20Business%2DEt1uil:y%n2601'dtnancel�usin�ss%20Egurty%20rozn.t%o20Venture.�df 17 18 I9 �AILURE TO ACH�'VE TI� GOAL UR O'IISk,RW7SE CON�L'i' 'QVITH THE ORIDN]NACE WII.L 20 R�5UX�T THE BID ERIOFF OR B G D D NU -R�5 NS N BID 2T RETECT�D. 22 • 23 Z4 �AILURE TO SUBNIIT TH� R�'iCZUIREIl BUSIN1s�S �]QYPI`Y DOCiTMENTATION_ O��'R.W � 25 COMPLY WiTH 'T� ORDINANCE W:fL� R�Si]LT IN THE BID BEIi�TG DI3CLARED NOl� 26 RI�PONSNE. 'TAE BID_RFTECTED A1VD MAY SLIBJF.G"I' 'I'I�E BIDDIIZIO�'L'EROR T0 SANC'I�ONS -- 27 AS DFSCRIBED IN SF:C Z0-3�'3 O� �7.�+ O$DINANCE, 28 29 For Quesi�ions, Please ContactThe B�siness EquityDi�ision ofthe Department o�l]irversityand 30 Tnciusion at (81'�} 392-�6q4. 31 END OF SECTION 32 C1TX OF POS�T W O1ZTH 2O22 I-IlVL4C 51�rf�ce Ovexlay Cantract ST'ANAARb CONSI'12.iJGTION SPBCIFICATIONDOCLI1+i�iFS City ProjectNo. 1U345S Revised October27, 20�I badle -f�9cGhee, Niichelle 5ubject: FW: Request for Permission to Make name change(s) to the Contract's Agreement Form for CPN103455 From: 5am Garrett <sgarrett@ad�ancedpavingco.com> 5ent: Monday, April 18, 2fl22 1:07 PM To: OtuyeEu, Iretomiwa S <IretomiwaAtuyelu@fortworthtexas.gov> Cc: Becky Garrett �bgarrett@ad�artcedpa�ingco.corm> Subject: R�: Request for Permission to Make name change{s) to the Contract's Agreement Form for CPN1a3A55 C�0.UTI9�V� 7his �*�ti;�il orlbina�txd From outsi�e of �he Cit�y of Far� wortFr �malR syste�n, �o nat ckick �ny 11n�Cs or open attae�m�nts �[nless I y4�J r2�LOg�F�£ �h2 S�ndc� �I�d k�0+/+� Ch� CU�l��f1l 15 S�fC, � . —_ . W �_ �. ^ .`_ .._. � . . ! l Yes, Tommy. It is ok to put pd�anced Paving Acquisition, LTD d�a, in front of Advance� Pavir�g Co. Actually it is our correct legal name. .�� .�. ��t¢�. ����`�cti�atL� � • �37P l�ae �1eld �aG. �a.��aa. � �'��29 ��-�4�-G�0 l��. �301 972-�4i-�01� (�'axJ Fram: �tuyelu, Iretomiwa S<Iretamiwa.Otu elu fvrtworthtexas. o�> Sent: Monday, April 18, 202210:30 AM To: Sam Garrett <s�arrett��?ad�ancedpa�in�co.com> Suhject: Request for Permission ta Make name change(sj to the Contract's Agreement Form for CPN103455 Hi Sam We discussed on �he phone aEaout your company's name. Please replythis email with your permission to write "Aduanced Paving Acquisition, LTD dba" in fron# of Advanced Paving Co. on the Agr�ement for the CPN103455 Contract. Thanks, Iretomiwa S. Otuyelu E.I.T. Graduate Engineer CFty of Fart Worth Transportation a�d Public Work De�artment Ge I I: 582.444.8921 TeI: 817.392.6747 City af Fart Wnrth — Working �'vgether to build a strong cvmmunity. �[l�� ���T�� . POS243- l Agxeeinent Page 1 0£ 6 S�CTION 00 �2 Q�3 AGREEMENT � THZS AGREEME1oIT, autl�nxzzed on C�}� 22 �2 zs made by and betvvecn the City of Fort Wortb, a Tex home ule uni.ci ali ac ing and f.hYougb� zts duly authorized City Manager, {"City"), azzd ` va �a�'d��a��o �� uthorized to do business in Texas, actzng hy and thrnugk�. its duly au�horized r�prresenta. e, "Cantractor'°). City and Con�ractor zzaay jaintly be referred to as �'arties. City and Cantractor, in consideration af the mutual covenan.ts hereinafter set foxib., agree as follaws: Ariicle ].. WO�T� Contraetox shall complete aIl Work as specified or indicated in tYze Contract Dacuments �'or the �'roject iden�i�.ed herein. � Ar�icle �. �'RO,TECT The pxo3ect far which tl�:e Wark under the Cantract Documents may be the whole or only a part is generally described as follaws: 2022 HMAC SURFACE OVERLAY CONTRACT CZTY PROTECT NUMBER 103455 Art�cle 3. CONTRACT PRZCE City ag�re� to pay Contractc�r for per�ormance of the Work in accordance with t�e Contract Docuxxi.ents an amount, in cun'ent fu:nds, of ONE NIILLZON, TWEI�TY-SEVEN THOUSAND, �TGHT HUNDRED TWENTY-ExGHT and 841100 Dollaxs ($1,027,828.8�) Con.tract price may be adj usted by change ordexs duly authorized by the Parties. Article 4. CONTRACT TIME 4. I F`inal Acceptanc�. The Wark shall be complete for Final Acceptance witb.i�a 1 SO days after t�ie date when the Con.ixact Time commences to run, as provided in �ara�raph 2.02 of the Gen�ral Conditions, �1us ariy e�ensian tk�ereof a.Ilowed in accordan:ce with Article 12 af tlxa General Condiiiox�s. 4.2 Liquidated Daznages Contracfox recagrtizes that time is of the essence for conapJ.e�ian of Milestones, zf a.z�.y, and io achieve �'inai Acceptance of the Work and City and f�e public will suffer fronr� loss of use if Yha Wark is nat completed wiihin the time(s) speci.�'xed in Paragraph 4.1 above. Tk�e Contraatnr aJso recogni.zes the deJ.ays, expense and diff�culties involved in pra�ing z�a a legal pz'oc�eding, the actual J.oss� suffered by the City if tlae Work is not complated on time. A.ccordingly, instead af requixing any such pxaof, Caniractor agraes that as liquidated damages for delay (t�ut not as a penalty}, Contractor shall pay City Six Hundred Fifly azid OD/IDQ Dollars ($650.00} for each day that expixes after the fime specified in �auragaph �.1 for Final Acceptance until ifie City issues the Final Letter of Acceptax�ce. C[TY aF �'ORT'WORTH 2fl22 TiMAC 5�rface Overlay Contract STAi�I�AItD CqNSTRUCTiON SPECIFICAT[ON DOCUMENTS , City ProjectTTn. 103455 Ttevised I1123C1021 005243-2 Agreemcnt Paga 2 of 6 Article 5. CONTRACT DOCUMENTS 5. � CONTENT5: A. The Contract Documents whic.h comprise the entire agreement betw�en City and Contractor coi�ceri�ing the Work consist of the following: 1. This Agreeine�►t. A�tachments to this Agreement: a. Bid Form 1) Froposal Form 2} Vendor Compliance to 5tate I,aw Noz1-Resident Bidder 3} Prequaliiication Statement 4) Stat� and Federai documents {�raject specific) b. Current Preva:iling Wage Raie Table c. Insurance ACORD Form{s) � d. Payment Bond e. Performance Bond f. M ai ntenance B ond g. Aower of Attort�ey for the �onds h. Wot•ker's Compensa�ion Af£�davit i. MBE and/ar SBE lltilizatian Form 3. General Conditi.ons. 4. Supplementary Conditions. 5. Specifications sp�cifically made a part of the Contraat Documents by attachment or, if noi attached, as zncorporated by reference and described in the Table of Conte�its of the Proj ect's Contract Documents. 6. Drawings. 7. Addenda. S. Documentation subnnitted by Contractar prior to Notice oiAwa�rd. 9. The following which tnay be delivered or issued after the Effective Date of the A.greement attd, ii issued, became an incorporated part oi the ConYract Documents: a. Noiice to 1'roceed. b. Field Orders. c. Change Orders. d. Letter of Pinal Acceptance. Article 6. INI)EMNlFICATZON 6.1 Contractor cavenants aud agrees to indemnify, hold harmless and defend, at its own expense, the city, its afficers, servants and employees, from and against any and all claims arising out of, qr alleged to arise ont o€, the work a�d ser�vices tn be p�rformed by the contractor, its of�icers, agents, employees, subcontraeYors, licenses or invitees unde.r Ehis� contract, T�is indemnifica�ian rovision is s ecificall intended to o erate and be effeetive even if it is alle ed or rnven that al� or some of the dama es bein sou ht vsrere caused 'en whole ar in art b an aet ornission or ne li ence of the ci . This indemnity provision is intended to intlude, without limitatian, indemnity for costs, expe�ses and legal fees incurred by the ciiy in defending agains� such claims and eauses csf act�ons. CIT`Y OF FORT WORTH 2D22 HMAC 5urface Overlay Comract STANDARD CONSTftUCTION SP�CIPiCATTON �OCifMENTS City PtojectNo. IQ3455 Revised 11/23F2021 00 52 43 - 3 Agreement Page 3 of 6 6.2 Contractor covenants and agrees to indEmnify and hnld harmless, at its own expense, the ci�, its of�cers, servants and employees, fram and against any a�d all loss, damage or desYruetion of property of. the city, arising out of, or alleg�d to arise out of, the work and services to be perfor�ed by the contractor, its officers, agents, employees, suhcontr�etors, licensees or invitees under this cant�ract. This indemnii'icafxnz� provision is sUeci#"��allv in�ended to operate and be ef�ective even if it is alleged or roven that all or some of the danna es bein son ht were caused in whole or in art bv any �ct, omission or nepli�ence of the citv. A�tx�r� �. m«�scELL�v�oUs 7.1 Terms. Tea•trts used in this Agreement which are de�ned in Article 1 of the General Conditions will have tha meani ngs [ndicated in the General Condi�ions, 7.2 Assignment of Contract. Ttus Agresment, including all of the Contract Documents may nat be assigned by the Contractor without ttae advaneed express �uritten consent of the City. 7.3 Successors and Assigns. City and Contraetor each binds itself, its partners, successors, assigns and legal representatives to the othe3• p�riy l�ereto, in respect to all covenants, agreetnents and obligations cantained in the Contract Documents. 7.4 Severability/Non-Waiver of Clairns. Any pi•ot�ision or part of the Contract Documents held to be �tneonstitutional, void ot� unenfore�able by a eourt of competent jurisdiction shall be deemad stricken, and all remaining provisinras shall continue to be valid and binding upan City and Contractar. The failure of City or Ca.ntractor ta insist upon the performance of a�-�y term or provision of this Agreement or to e�ercise any right granted herein shall not constitute a waiver af City's or Contractor's respective righf ta insist upon appropt•iate performance oE• to assert any such f•ight on any future occasion. 7.5 Go�erning Law a�id Venue, TEus Agreement, including all of the Contract Dacurnents is performable in the State of Texas, Ventiia shall be Tari•ant County, Texas, or the UniYed States Districi Court for the Northern District of Texas, Fort Worth Division. 7.b Authority to Sign. Con#raetor shal] attach evidence of authority to sign Agreement if signed by so�xaeone other than the duly atirthorized signatory of the Contraetor. 7.7 Non-appropriafion of Funds. ln the event no funds ox insufficie�at funds are appropriated 6y City in any fiscal period for any payments due hereunder, City �vill notify Vendar of such occurrence and this Agreement shall terminate on the [ast day of the fiseal period for which appropriations were received without penalty or expense to City of any kind whatsoever, except as to the portions ofthe payinents herein agreed upan for which funds haue been appropriated. C1TY OF FORT WOTt'TH 2O22 HMAC Surface O�erlay Contract STANT]ARb CONSTRUCTIQNSPECIFiCATIQN AOCLiIVIE1�7�5 CityProjectNp, 103�155 Revised 1 U2312021 QO 52 43 - h Agreeme�t I�age 4 aF6 7.8 Pro�ihition On Contracts With Companies Boycotting Israel. Contractor, unless a sole proprietor, acltnowledges that in accordance with Chapter 2271 of the Texas Go�errunent Code, if Contraetor has 10 or more fuil time-employees and the contract value is $100,OD0 or more, the City is prol�ibited from entering into a cantract with a company for goods or services unless the contract contains a written verificatian from the campany that it: (1} does nat boycott Israel; and {2) will not boycott Israel during ihe ter�n of the contract. The terms "boycott israel" and "company" shall have the meanings ascribed to those terms in Section 80$.DQ1 of the Texas Government Code. By signing this� contract, Contractor eerti�es that Contractar's signature provides written verification to t6�e Cify that if Chapter 2271, Texas Governnrt�ut Cade applies, Caniractor: (1) does not boycott Israel; and (2) will not boyeott Xsrael during the term of the contract. 7.9 Prohibition on Boycotting �nergy Campanies. Contractor acknowledges that in accordat�ce with Chapter 2274 of the Texas Government Code-{as added by Acts 242], $7th Leg., R.S., S.B. 13, � 2j, tha City is prohibited fi•om entering inio a contract for goods or services that has a value oi $100,000 or more, which wi11 be paid wholly or parily from public funds of ihe City, with a campany (witi� 10 or more full-time employees) unless the contract contains a written verificatipn f�•om the company that it: (1) does not boycott energy cotnpanies; and (2) will r�ot baycott energy companies durin� the term af the contract. The terms "boycott energy company" and "company" h�ve the meaning ascribed to those terms by Chapter 2274 of the Texas Government Cade (as added by Acts 2021, 87th Leg., R.S., S.B. 13, § 2}, To the extent that Chapter 2274 of the Gavernment Code is applicable to this Agreement, by signing this Agreement, Contractor certif es Ehat Contrattor's signature pravides written ve�ri£'icatiot� to t�e City that Contraetor: (l.} [�oes not haycott energy companies; and (2) wi[] not boycott energy companies during Ehe term of tE�is Agree�►ent. 7.I0 Prohibition on Discrimination Against Firearm and Ata�munition Industries. Contractor acks�owledges that except as otherwise provid�d hy Chapter 2274 of the Texas Government Code {as added by Acts 2021, 87th Leg., R.S., S.B. 19, § 1), the City is prohibited fram entering in#a a contract for goads or services that has a value of $1D0,000 or more which will be paid w11o[ly or partly from public fiEnds of tl�e City, with a company (with 10 ar mare full-time employees) unless the coniract contains a writ�en verification from the company that it: (1) does iZot have a practice, policy, guidance, or directive that discriminates against a firearm entity ar fire.arm trade association; ar�d (2) will not discri.minate during the term of the coniract against a firearm entity or firearm trade association. The terms "d15C1•iminate," "iirearm entity�� and "f1Pe31'ITl trade aSSOC11tlO[7" I�ave the rneaning ascribed to those terms by Chapter 2274 of the Texas Government Code {as added by Acts 2023, 87th Leg., R.S., S.B. 19, § I). To the eatent that Chapter 2�'�4 of the GovernmenE Code is applicable to this Agreement, hy signing this Agreement, Contractor certiiies that Contractor's signature provides written verification to Ehe City that Contractor: {1) does not have a practice, policy, guidance, or directive that d3scriminates against a firearnt entiiy or firearm trade association; and {�) wiil nn# discrumina�e against a iirearm entity o�r firearm trade association during the term of t�is Agreement. C1TY OP' PORT WQRTH 2O32 HMAC Surface Ouerlay Contract S'TAIVDARD CONS`I'RUCTION SPECIFICATION DOCUMENT5 City Prqject No. 103455 Revised 1112312U21 0(i 52 43 - 5 Agreement Page 5 of 6 7.11 Immigralioll Natioi7ality Act. Contracior shall verify the identity and etnployment eligibility of its employees who perform work under fhis Agreement, including eompfeting t1-►e Employment EligEbility Verification Form (I-9), Upon �'equest by City, Conteactor shall pravide Ci#y with copies of all 1-4 forms and supporting eligibility documentation for each emp[ayee who perfprms work under this Agreament, Cantractor shall adhere to all Federal and State laws as well as establish appi•opriate procedures and controls sn that no services will be perfarmed by any Contractor ernployee wl�o is not legally eligible ta perform sueh s�rvices. CONTRACTOR �HALL INDE,MNIRY CITY AND HOLD CITY HARMLESS FROM �N'i' PENALTIES, LTABILITIES, OR LOSSES DU� TD VIOLAT�ONS OF THIS PARAGRAPH SY C�NTRACTOR, CONTRACTQR'S EIVIPLOYE�S, SUBCONTRACTQRS, AGENTS, OR LICENSEE�. City, upon written notice to Contractor, shall have the z•[ght to iminediately tertninate tivs Agreement for violations of #his provision by Contractor. 7.I2 No Third-Paxty Beneficiaries. This Agreement gives no rights or ben��ts to anyone other than the City and the Contractor and there are no third-party beneficiaries. 7.13 ,No Cause of Action Against Enginear. Contractor, its slibcontractors and equipment and materials suppliers on the PROJECT or their sureties, shaJl rtaaintaan no direct action against the Engineer, its afficers, enlployees, and subcontractors, far any claim arising out of, in connection with, or resulting from the engineering services perforined. Only the City t�vill be the beneficiary of any undertaking by the E��gineer. The presence or duti�s of the Engineer's personne] at a constructian site, whether as an-site representatives or otherwise, do not make the Engineer or its persannel in any way responsible for those duties that beInng to the City and/oi• the City's constzuction contractors or other entities, and da nat relieve the consi�•uction contractors or any other entity of their obligations, d�.�ties, and responsibilities, including, but not limited ta, af[ construction methods, means, techniques, sequences, and procedures necessaiy for coardinating and carnpleting alI portions of the constructian work in accordance with the Contract Dacuments and aray health or safety precautions required by st�ch construction work. The Engineer and its persannel have no authority to exercise any control ovcr any eonstruction eontractor or other entity or their employees in connection with their work or any health or safety precautions. CITY OF FQR'I' WOI�T[-I 2�22 HN1AC 5urface Overlay Conira�t S'C�NDr112D CONSTRUCTION SPEC1FrCAT[ON DOCLJMENTS City PrajectNo. ]03455 Revised l ll'23/2021 aa sa�3 - � Agra�n,eut Ynga G nT G iN WITNLSS VJHER�Ok�, City nud Confr�cto�' have eacl� execttifad tl�is Agr•ee�t�ent tn bc effeclive as af lhe daEe s�tl�scrl�etl Uy the Cily's deslgnated Assistant City MAnflger ("Effective Date"). +�, . �+i /I�Vt1;�1 Y14ti3Nr ' Zas t�+' �."I�1cl: : �..'DlltY'�ICt01': � V�� �y - � CI� Q��bl't w01'f�l ��{i�s f� _ ii Bjf: , .i � � A Si��ahn�e" �;n,. t �_ ,,� _,• - r� (Py�lt�ted Name) `��f Jl�i �.:�t-i � r� .� eca ti.* � Title _ � . �' , A,��ross �% _ . City/St te/Zip Qa r '� DAn� Surando�F m Dat�a Surghdoff Assistant City Manager D�Ie Apr 25, 2022 Attestt �h�e ��' Gov�'�Gl �. Jannette Goadalf, City Sec��etary (Seal) ,��,�� � E� � �, ��.� �� .��. _ ��, V� .` �� ��' ��� � � +�-0117 g� . � &C: �� �� •,....�Y�'' � � M "�,,� , �w �����,a, �q. D&tE' .� g _ � "� � �,wL`i}'; „�.�✓.� Form 129 No.: ' f i� Canir�ct Compliance Ma�z�ger: By siguit�g, I ac�Cnowiecige #it4f 1 am #!te person i�esponsfbie fa�• the tnonitoring and �dinl��isiration of kltls contract, iuclnding ensuritlg all performanae end reporting requirements, � � .�'::. � [reioit�iwa Otu I�i Pro�eot M�nager Appro�ecl as to �orm and Legality; 6'�.P% 'v7� ' DOIig�A3 w. B�MCLC Sr. Assis#ent Giiy Attorney APPRQVAL ��COMM�iriDB�: �: �. WillF�m ,�ufu�son, Dii�ector Ti•snsportallon & PuUltc Wai�ks Departmejit crrY nr �art'r woR�'N s•rnwanun cans•r�uc•E�ioN sr�cir�cn•rtort uocu��r��rs Ciuvixcd ! IIZ712621 ZQZi f I�rli�tiid�,f�pR4a�4C[I��{f1°� ` 'C:H�'-�rqjLCN G.I �5� ���. ��', # � : � a �- I i � i Banci #TXC615325 ODG113-f PERTOTZIViANCE BDND ' Paga 1 of2 I z � � s b 7 8 9 10 11 1� 13 1A is Y� 17 I8 I9 20 21 z2 23 scc�ra�v o0 6i i� pER�QRMANCE BONp THE STA'Z`� QF TE�A� § § KNOW ALL B Y TH��E PRESENTS. COUNTY O�"�'ARRAI�T § That we, �dvanced Paving Compan ���"�n �� `�'rin.cipal" herein and Mercha�ts Bonding Com an 1Vlutual , a carporate surety(sureties, � rnore t�an nne} du�}r auihna•iz�d to do business in the State of Texas, Icnown ae "Surety" herein (whe#her one ar m�re}, are held and firrtnly bound unto the City af Fa�t Worth, a munici�al corpora�ion created pt�svant ta �e laws oF Texas, know�� as "C9ty" hereita, it� the �enal SUm df� One Millian Twenry Scven Thousa��d Eight Hm�dred Twenty Eight a�id 84/l00 DQ�PS ($ 1,D27,828.84 ,�awful rno:ney of the Unit�d States, to b� paid iri �'ort Woi�t�, Tai•ratxt Counry. , T�xas fo�• tha payment of which sum well and f�'uly to be made, w'� bind otuselves, aur hen's, executors, adt�inistratars, suceessors and assigns, jaintiy and saverally, f'vmly by these pr�.sents. WH�R�A�, the Pz incipal has entered iuto a certaa� writt�� Gontract w'rth the Ci�ty awazded lhe _�_ day of �"�� F��F'-� , 20?z ; wiaich Contract is he��eby refefx�ed to and ��ade a pa�'thereaffax aIl �tu'poses as if fuUy setfoi�tli h.et'ein, to furnish a�l Anateria�s, equipmant �abor a.z�d other accessories defined by law, iri. f.he prnsecution o�the Worlc, it�cluding any Ckiange �rders, as �.rovided �or itx said Contract dsssgnated as 2422 HM�C Surfac� Overl�y Contract, Ciry 1'rojectldo. 103�55. 24 NO'4�, T��REFORE, the candition af this obl�ation is suchth,at if'the said Principal z5 shall fai��ully perfor�z zt obli�a�ions under the Cont�•act and shall in aii respects duly and 26 faithfully pe�•farmihe Warl� u�cludin� C�ange Orde�s, under f1�e Cor�t�act, accarding to the �lans, 27 specificaCions, and corih•act daG�.unents therein ��eferred to, az�d as well during any period of 28 e�enslan o� t11e Contract that may be gat�ied on t� pai�t nf the City, then tl�is abliga#ion s�all be 29 3a 31 3z an.d l�com� null and void, otherwise ta remai� in ful� force and effect< PR�VIDED �`YlR'.CHER, that if any Iegal aation be �'iied on th3s Bond, �venue shaU I�e ui Tatxant Coun.i�, Texa-s or the United States bis#.rict Court for t�e N'orthern District of Texas, Fort Wortl� Div�sion, C7TX OF FO�' WDiYCFI SI'A]dDAIiD CQDISCRYJGTiDN SPECIFlCATIC?i*T DOCUiVIE1+T1' S Itevised J�ily t, 2UI 1 2D22 HtvL1C Surface 4vedayConttact City ProjectMo. I Q3455 OU6113-2 PERPORivfANCE HOND Pagn2of2 1 This bond �s made and executed in cam�sliance with the proviszans ni C��apter 2253 of �he 2 T�xas Go�vert�.naent Code, as amended, and ail liabilities oz� this hoa�d shall he deterinined in 3 accordance vurth the pro�visi4ns of said statue- 4 TN V4'�TN�SS WI�iER�OF, th� PAincipai and the Surety have SICrNLD 4nd SEAL�CD g this ins�rwn,e�at by duly a�thorized agents an.d off'tcexs on this ih� 22nd day of � February � 2p 22 7 8 9 zo �z 12 I3 14 ]S 16 17 18 19 20 2I zz 23 24 25 Zb ii zs 29 30 3l 32 33 34 3S 36 37 38 39 40 41 4z 43 44 h5 AT�'�S'C: (i'rincipal) Secretat�y _ " � f � W itne�s as to x' cipal PRIlVQPAL: j Advattced a�in Com a ,� �---�- � - -r--�--�-. � ��''� � +�__. rSigit� _ a re~ , , �_ _ . .Na�ne and TitLa � , Address; z311 3oe Field Road Dallas TX 75229 s��rr�rY: MerchanCS Bonding Campany utual � •-.:... � � �' e 4_.. VJitness as to Su��sty BY: _ _....� _ . � _. � . � ��,'�"�l$%lli'C Sophinie Hunter, Attorney-In-Fact N�me and Title Addrass: 6700 Westown Parkwa W�s�t Des Moines IA 50306 Tetephane 1Vumbsr: 214-989-O.QDO '�`Note: If signed by �tn afFicer af the 5urety Company, ihere must be on fiie a certif'�ed exfi�act from ihe by-Iaws showing tlaat this pez'son h�s authority to sign such al�ligation. Zf Su��ty's phys�cal address is diff�renti frar� i�s maz�ir►g address, both must 6e prov�ded. The date of the band shall not be pria� to tkza date the Contr�ct is awarded. C1TY OF F�iiT WOi�'H $T A,NpARD COq�TSI'lZUGT1aAF 5PECIFTCAi'[OH �OCUMENF S Revised 7uly l, 2D11 202� T�IMAC Slu'face Overlay Coulract Cify Praject]�Io. lD34S5 Bond #TXC61532I oost ��-� PAYMENT�OMD Pe� 1 af2 S 2 3 � 5 6 7 8 9 16 �,] 12 i3 .lA� 15 �E6 '�HE STATE O�+' TEXAS COUNTY O� TAR1iANT ��CTION 40 61 I.� PAYMENT BOND § § I�NO'W ALL I3Y TH�SE PRES'�NTS: � Th.atwe, Advanced Paving Company . ��_�, �nnW� �s "�'rincip�.l" hereir►, and M�rchants Bonding Company (Mutual) �� cazporate surety (sureties), duiy autharized to do business in the 5tate af Tex.as, kt�own as '°S�a•ety" h�rein (whether nne os more), are held and firm�y 6ound untn the City of Fai�t Woxth, a mur�i.cipal cozparatian created pursuant to the laws oF tt�e State af Texas, known as "City" k�erein, �1 1�10 penal SL1171 O� a"e Mill ion Twenty Seven Thousand Eight Hundred Twenty Ei nr and saiioa Dollars ($ 1,027,$28.$4 ), Iawful rnoney o� the United 5tates, ta be paiEd in Fort Worth, Tarrant County, '�'exas, for th�: pay�xent of vvt�ich sum wel! and t�'uiy be cn.$de, we bind aurselves, our he�rs, executors, adt�it�istratoi�s, successo�'s and as�igns,,�ointly �nd saverally, �rrnly hy th.ese presents: 17 W13�k��AS, Principal has entered into a cet�tain writ�en Cont�'act with City, av�tar�ed the �g �.:� day af �� ��i"- ���I�_ _ > 2Q� �'�G�1 Contract �s k�ereby refex�ed to and 1g rz�ade a part �iereof for all purposes as � fully set fox�h he���in, to furnish a� materials, equipment, 20 labor ari� othez aceesso�ies as defned hy law, in t17e prosecutia:n of the Worlc as piar+ided for in 21 saici Contract and designated as �022 �IIVIA.0 5uifaca Overlay Cont�'act, City PrQjectNo. 103455 22 . 23 NOW, TH�XtEFQRE, T�7E CONDiTION d� TEIIS OB�,IGA7T�N is such that i� 24 �rinci�al shall pay all monies owing to at�y (and all) pay�nent bond bene�'ic�aiy (as de�in.ed in 25 Cbapter 2253 of the Texas Go�e�'nment Code, as amen.ded) in the prasec�tio�� of �he i�Tork un.der 26 the Contract, then t'his ohligat�on sha1� be an.d become null and void; atherwise ta rema�n ia fulI 27 �force and effect. 28 29 3D 31 Tkiis bond is made and execuked 'vi campGance with the provisians of C�aptes 2253 of the Texas GoVe�nmer►t Cqdei as ainended, and aIl Iiab�lities an this �nnd shali be determita�d in accflrdance witlxthe p�•ovisions of said stat�zte. CI3'Y Oi' PORT W OltTfi SI';q�TgAItD Cp1d5'f RLlCTTO'N SPBCITTCATION DOCUMEPII'S Itevised 3uly 1, 20! 1 2022 j-IMA� Sivface Oveday Cont�ct City ProjadAin. 103�55 OU 61 14 -2 PAYMErIT BONA Pagc2of2 � rN W�TNESS WHEREOF, the Prir►cipal and Suroty have each SIGNED and SEALED a this inslrument l�y du�y authorized ager�c and of�icers nn this the 2,_„ 2�._ �Y of 3 Februai �,p 22 A A"I"�EST: (Principal} Secretasy WiCa��ss as to rincip � r AT"TEST; (Surety} Secretary _ � -� �.,. Wlt11�SS &S �O SUf�� 5 6 7 s 9 10 xi xz PX2INCIFAL: Advanced Pa. ing Comp.an . � �—` _ � ,_ �'�- � `� � - Signa@uz'e Name and Title - .� ~ Address: 2311 1ae Field Road Da11as TX 75229 SU�ETY: Merchants Bonding Campany Mutiial) BY: _ , �__ . ____— - Sigs�at�.u'e So hinie Hunter, Attorne -In-Pact Natx�e and Title Address: 6700 Westown Pa�•icwa West Des Moines lA 50306 Telep�olxe �iumbe�': 214-989-0000 Note: If signed by an oi�ice�� of th� Surety, the��e rixust be on file a cert�ied e�ctract fi�rn tS�e byla.ws showing that this perso�n has authority ta si� such oblig�tion. If Sur'ety's �hysioal address is different from iks tnailing add�•ess,both n�ust be piovided. The date of tl�e bond shafl not bs prior ta f.%e date the Can�t'act is awarded. END O�' S�CTrON C1TY OF FORT WORTH S!'ANI.��AItll CUNSTit[TCfION SPECIFICATiON D�CUMEP�I'S Revised luly l,2011 20.22 �-TMAC Stiuface OvedayConhsct City Pro}edMa,103455 Bond #TXC61532! a46i �9-� MAIi�'CENANC�BOND Page 1 af3 2 3 � 5 G 7 8 9 lfl 11 XZ 1� 14 1� 16 17 is 19 2D 21 � 23 24 25 26 27 2$ 29 SECTIC'1N 04 6119 NIAIN'X'BNANCE BOND '�`�I� �TAT� OF TL�XAS � T�OW AI.L BY THESE PR�S�NTS: § COUNTY UF TAR�tANT § , Imown as That we Advanced Pa�in Cam an "I'ritzcipaP' herein and Merchar�ts Bandin Corn an. utual , a carparate surety (sureties, if rr�o�'� than a�1e) duly aut�orized to da business in the State of Texa�, known as °`5tiu•ety" herain (whether one or more}, ace hald and fumly baund ul�o tha City of Fnrt Woiih, a munieipal corpo�•ation cr�ated pu�•suanfi to the iaws of the State n�Texas, icnot�rn as "Ciiy" h����n, 1S� ��0 SUXn Of One Million Twenly Seven Thousand Eiglit fiundred T�venl Ei hi and s4llao DOlid[7.�5 ($ 1 p27,828.84 _�, lavvfui mo�ey of the ilnited States, to be paid in I'oi-� �%tiTorth, Tarrant County, Taxas, for pay�nent of which swtri. well and t�•uly be made unto the City and its successars,we bind ourselves, our heirs, executors,administrato�s, successors and assi�s,. jointly and se�eraiSy, �'�•rnly by tkaese preserrts. WHERE,A.S, the 1'rincipal has entet�ed into a certain written contract with the City awarded th.e �2 day of ''����U �� - 20�2�- wl�i�h Cant�actis heraby referred ta �.nd � made pa�`t k�ereoi�ar a1S putposes as if fully set for�h herei�, to ft�rnisla aIl matei�ials, equipmer�t la.bor and otlier �ccessQries as de�ined by law, ir� the prosecution af th� VJork, including a�yy Work restalting iro�'► a duIy author'rzed Change Ord�x {collectivaly her�:in, the "Wax'k.") as �co�ided for ui s.aid conhact and designated as 2�22 �iMAC Swrf`ace Overlay Car�iract, Cit.y Pz•ojectNo.103455; and 'WkYE�AS, �'rincipal binds �tself to �rse such mater�als and to sa constract tl�.e Vdorlc in acaorci�nce witla the plans, speni�eatinns and Cont�•aot Docum.ents th�t the Wvrk is and will remain fi-ee fi`onn de%cts �ri materials or wor[cmanshi� #'or and du�•it�g the pe�•iod of fiwa (2) yeflr� after'th� clate of Finai Acceptance of tfie Work by t[ie City ("Maintenance Per9od"}; a.nd 3D 3 i WH�REAS, P� inci�al binds 't�sei#' to repair �• recnnst���ict th� Work in. whole ar in part 32 upon receiving notice from ihe City of the need therefnr at arry time within the i�/�aintanance 33 3A� Per'tod. ci�v o� romr wo�K srarm,� carrsrxucrtan� srac��cATTor� noc��avrs Revised 3uly I., 2011 202z FiMAC�uiace 4vcrlayConhact City Praje�ldo. k03455 1 2 3 � D06L 14-2 MH[TETENANCE80t�[D Psge 2 nf3 NO'WT�iERE�'O�t.E,thecond'ztion ofthis obligation is suchtiyati�i'z•incipal shau texnedy any de%ctit�e VJork, for which tirnely notice vvas p�•o�ided by City, to a completion satisfactory ta the City, then this ob4igation shal3 hecome null a:nd void; otherwise ta z•emain i�n ful! force aand effec�. 5 b PRO'VID�A, HOWE�R, i�Principal sY�all fail so to repair nr r�ccrostruct any tunely 7 noticed defective Wark, it is agreedthat tl�e City Er►ay cause any and ail sueh defective Work io 8 be repaired and/or �•econsf��ucted with a1f associated casts thereoFbaitag borne by the �riricipal and 3 tiie Surety under tl�is Maintenaz�ce bond; and 10 iL 12 13 1�1 15 1G 17 18 19 PROV�D�D FURTHER, that�any �egal actian be �z�ed on this Bond, �venue shgll !�e i�. Tarratrt County, Te7cas or tt�e United States Di�trict Cou►�t far the Nar�hern Dishict of T�:xas, Fai�. Worth �7ivision; and I�'�OViD�D FU�TfiER, that#his abl�gation sha�i be continuaus in naiw•e and successive recoveiles tn.�y be had i�ez�onfar successive braaches, CiTY QF� FOIZT' W Ott�'H SI'ANDARD C�dSTRU�I'ION SPECIFlCA710N DOCiR+�iF�PS Revised Juty 3,24I 1 2022 HMAC Surface Overlay Conhact City Projec(Tio. I034S5 U061 14-3 iviAi�1TENA.NG6BdND Pega 3 of3 1 IN W�TNESS WHERE�F, the priu�czpal and ihe Sur�ty k►ave each SIGNED and S�,A,LBD tivs 2 instrwnent ]s�r duly autnorized agei�.�s an.d oi�i�ers on ttvs t�e 22nd day a�' 3 Februat-y , �q 22 , 4 5 6 7 $ 9 lq 11 �z 13 14 15 16 t7 18 19 za 21 22 23 2� 25 26 27 28 29 3� 31 32 33 34 35 35 37 38 39 44 41 A'�"fEST: (Prinoi�al) Secretaiy .. �.. I r • „ _,, it. ssasfo c4pak ATTFST: � �' . . . � {Sui�ety) SecP�tary � �.> . '.�---.— Witness as to Suretp PI21NC11}AL: , Advanced P��ing Corr� a�y —�°�.�.�.�� � IsY: __.! —4���ig►�aiute 1 , � i T� Name and TitlB Addi�ess: 2311 Joe Field Road Da as TX 75229 SiTRETY: Merchants Bondin. Com an ivlutual} /�-�,,� BY: � .. � � `� Si aiuxe � �ophinie Hunter, Attorney-Ii�-I'�ct , � Nama end Title Address: b700 Westown Parkwav est Des ines I Telephone Number: 2I �}, 989-0000._ *Npte: If si�ned by a� o�ce�' of the Surety Gompany, �1ei� I'1'1Ust be OT1 file a cei`ttfled ex�t'act frotn� the by-laws showi� thai tlus �rson .has authority to si�n such o6ligation. Ii Sureiy's physical add�'ess is dii�erent from its txxaili�g address, both must he pi•awided. The date af the bond s�all not be prior to the dat� the Cont�•acfi is awaA ded. C1TY OF FOR1' WOitTH 2p22 HN1AC S�u'fa�e Oved�y Co[�ttact Sf'A]VDAftD COIVSI'AIIGTTQN3P�CIFiCA'1"IONDOCUM�lVi5 City P%{ect]+Io. l03�SS Revised 7u[y 1, 2{ll l .�..��c���•� BO��.]i IVG COM1?lA�.�VYtM �O��R OF AY��RR��Y Know All Persons By These Preserrts, that NfERCHAN75 BQNDWG COMPANY (MUTUAL) and MERCMANTS NATkONAI� 80NDING, WC., both being corporalions of the State of lowa (herein eolleckively called the "Companles"J do hereby make, constitute and appaint, indiu[dually, Don E Cornell; Josh Saunders; Kelly A Westbrook; Mikaela Peppers, Ricardo J Reyna; Robbi Morales; Sophlnie Hunier; Tfna McEwan; Tonle Petranek their true and lawful Attorney(s)-in-Facl, to sign its name as surety(ies) and to execute, seal and acknowledge a.ny and all bonds, undertakings, ❑anlracts and olher wrilten instruments in the na#ure lhereof, an behalf of lhe Campanies in lhelr businass of guaranleeing the fideiity of persans, guaranteeing the performance of contrac[s and executing pr guaranteeing bonds and undertakings requlred or permlUed in any actions or proceedings allowed by law. 1'his Power-of-Altorney is granled and is signed and sealed by facsimile under and by authprity of the following By-Laws adopted by the Board of Directors of Merchants Bonding Cumpany (IUlutual) on Apri1 23, 2011 and amended August 14, 2015 and adopted by the Board of Diractors of MerchanfsNational Bonding, Inc., on October 16, 2015. "The President, Secretary, 7reasure[, or any Assistant Treasurer ar any Assistant Sscretary or a�y Vice Presidenf shaA ha�e power and authority ro appoinl Attorneys-in-Facl, and to authorize th�m to execute nn 6ef�alf af khe Company, and attach lhe seal of the Company therelo, honds and undettakings, recognizances, conlracts af Indemniry and other wrilings oblEgalory in the nature thereof." "The signature of any authorized afFcer and ihe s�al of the Company may be affixed by facsimile nr electronic transmission to any Power of Attorney or Certification lhereof authorizing lhe execulion and deiivery of any bond, undertaking, recognizance, or olher suretyship o61iga11ans ot the Company, and such signature and seal when so used shall hays the same force and effect as though manually fixed." in connectinn with ablEgations in favor of the Florida �epartment of Transportation oniy, it is agreed that the power and �ut harity hereby given to the Attorney-in-Fact includes any and all consents for the release of retalned percentages andlor final estimates on enginearing and consfruction contracts required by lhe Slale of �larida Department of Transportation. It is fully �nderst�od that consen#ing lo the 5tate oi Florida ❑epartment of Transportation making paymenk of the final estimate to the Contractor andlar its assignee, shall not rellave this surely company of eny of its abligatinns under its bond. In connection with ohligations in favor a# the Kentucky Department of Highways only, it is agreed thal the power and authoriry hereby given to the Attarney-in-Fact cannoi be mndifled or revoked unless prlor written personal notice of such intent has been gi�en ta the Commissioner- �epartment of Highways of the Commonwealth of Kenlucky at least khirty (30) days prior to the modification or re�ocation. In Witness Wheraof, th� Com�anies have caused thls Instrument to be signed and sealed this 30th day of March , 242'f . `�i��ir�e�,��� � � ... � • J'�+���,�Qql,���'., '��Q,�� �C��'6 �• MERCHANTS BQNDING CO1VlPANY (MUTUALj ��.�:'V�� R'9j�';��; : �,�V����99�; ��; ,'IAERCMANT NATIONALBON�ING, 1NC. ". 4 Z � � �" ��.'� R � �: �' �a` p' f , ��: aaos ; �� ; : y. � sa� .� �: gy �� : . ��,�. J6; • ;a . ����� y�. : ��` � �� �� � �4� �� f r'�i4'SlC�Bfit �� . . ' /�' ���/•� j� �•`�.�}�� •��y��ti!y•• �♦ STATE OF IOWA ��''���: :�1R���' , � � � � � � � CqUNTY OF DALLAS ss, dn this 30th day of AAarch 2021 , befare me appeared Larry Taylor, to me personally known, who being by me duly swdrn did say tha! he is President of MERCHANTS �ON�ING COMPANY (MUTUALj and MERCHAiVTS NATIONAI. BONdING, INC.; and thai the seals affixad to the foregoing Instrument are the Corporate Seals af the Companies; and thal the said inslrument was signed and sealed In 6ehalf of the Companles hy autharity nf their respective 8aards of airec4ors. ,��.��a� s F�a��Y IVIASaN' � � o � Commission Number 750576 �,[�, �/�L9�� � ° °°' '� My Commission �xpires " "�'� +,QW�. + January 07, 2023 Notary Public (Explration of notary's wmmisslon does not invalidate this instrumenl) l, William Warner, .lr., 5acrelary of MERCHANTS BONDING COMPANY (MU7'UAL) and MERCNANTS NATIONAL BQNDING, INC„ do hereby cerlify that ihe abave and foregoing is a true and correct capy of the PQWER-DF-ATTORNEY executed by sald Companles, which is still in full torce and effect and has nat heen amended or re�oked. In Witness Whereof,l ha�e hereuntv set my hand and affixed the seal of the Campanies on this 22nd dey +af February , 2022 . `�{�,.�.�...,,�� �Q'� � �. ,,. P�►o nrp� •., ,. �N... a •. ,•' � • �•: � Ol,. • y� n � A'� �� a 'c���p�R9 eA2� �''��� A9��y-�; '� �� .•� � :'� � : � : ' f-.. n` : ��� ���'-'� , �o� O, .�''� Q- �.-�: H' .�; � : � i' : � s � „s , y � ' �' St7cretary ;�� �003 ;,,�, t� '�* q���• : �,� :' '�'� . , � -���.' .bai'•� ••'� , + +��'�% � � ,�*''�� �' �•..:..... POA OD18 (1I20) �""""" �.�R��=��r� BONDING COMPAN�,M MII�E�I�1AN7i f�{7t�f�II�IG o:L?h41'A�1��;h"„rrtan� ;• r����tc�-iA�vTs nrn�r�oNn� �.��nrr�c:�, in��C. !'.O. [iOx I��{�H � I.1F�� +��+1��,�:4 Ifab4'{� Sti7;ll;;,.;,��hs� 1�511i} i*7n-�:71 �{S1S) L�i3-385� I�AX lfi��ORi�l�7 N��`��E Ha�e a c�amplaint or need heip? If you have a prablem with a cl�iar� or your pren�iurn, call your insuran.ee cam�any first. If you can't �vorlc out the issue, the Texas Department oi Ir�suranre ���a�,+ l�� ah!e ta help. �ven if you file a compla'rnt with the Texas t�e�artn�e��L oFlrtsura�rc�, yi]u Y��ill!�!� �tcn filp a rnm�n,laint n� ap���� through your iiisurance company. If you dor�'t, you may Eose yr�+.++ I"IbhR #� ��1pedl_ Merchants 8anding Gnmpany tMutual) 7r� get infnrmation or fiie a cnmpfaint with your insurance cnmpany: Call; Co�npliance afficer at 800-678-8171 To ll-fre e: 1-800-678-8171 Email; regulatory u�merchantsbandin�,s:um Mail: P.�, Box 1�&98, Des Moines, IA 5D305-3�9� To get insurance infarmation you may also contacY ynur agent: Call: Mail: The Texas Repartm�nt of insurance To get help with an insurance question ar file a camplaint with tihe state: CaIE with a questian; I-800-252-3439 �ile a complaint: www.tdi.texas.gov Email: ConsumerPratection@tdi.texas.�ov Mail; MC 111-1A, P.O. Bax 149t}91, AUstin, TX 7�;7t4-9091 SUP OD32 iX �1'i119) �TANDARD G-ENERAL C�l�TDYTIO�TS OF THE COI�TSTRUCT��l�T C�I�TTRA�'T CTI'Y OF FqRT WORTki STANDAR17C�fSTRUC7'ION SPEC�1CATipN DOCi7MEN'CS Revision: 823III121 STANDARD GENERAL CONDITIONS OF THE CONSTRUGTION CONTRA.CT TABLE OF C01�1TENTS Page ArticIe 1 --Defuaitians andTerminology .......................................................................................................... 1 1.01 Defined Terms .............................. ................................................................................................1 1.02 Terminology ..................................................................................................................................b Artic102— Prelimmary Matters ......................................................................................................................... 7 2.O1 Copies of Documents ....................................................................................................................7 2.02 Coi�ntnencement o� Contract Time; Notice to Proceed ................................................................ 7 2.03 S#arting the Work .......................................................................................................................... 8 2.04 Be�ore Stariing Consttuction ........................................................................................................ S 2<OS Precons�ructian Confarence .......................................................................................................... 8 2.06 Public Meeting .............................................................................................................................8 2.07 Initial Aeceptance af 5chedules .................................................................................................... $ Article 3-- Contract Documents: Intent, Amending, Reuse ............................................................................8 3.O1. Intent .................................................................................................................. ............................ 8 3.02 Reference Stanclards ...................................................................................................................... 9 3.03 Reporting and Resolv'ing Discrepan.cies .......................................................................................9 3.a� Amending and Supplemen.iing ContraetDocuments .................................................................10 3.05 Reuse of Documents ...................................................................................................................10 3.06 Electronic Data ............................................................................................................................ ll Article 4— Availability of Lands; Subsuriace and Physical Concliiio�s; Hazardous En��ronmental Conditions; Reference Points ........................................................................................................... 1I 4.01 A�ailability of Lands ............ ......................................................................................................11 4.02 Subsurface and Physical Conditions .......................................................................................... I2 4.03 Differing Subsurface or Physical Conditians .............................................................................12 4.04 Underground �'aciIities ....... ................................................,.......................................................13 4.45 Re£erence Points .........................................................................................................................14 4.06 Hazardous Envirarunenta l Condition at Site ............................ .......................... ........................14 Artic�e 5— Bonds and Insurance .....................................................................................................................16 5.01 Licensed 5ureties and Insurers ...................................................................................................16 S.Q2 Performance, Payment, and Maintenance Bonds ....................................................................... 16 5.03 Certificates of Insurance ............................................................................................................. I6 5.�4 Contractor's Ir�surance ................................................................................................................18 5.05 Acceptanee of Bands and Insurance; Optian to Replace ...........................................................19 Article 6 — Contractox's Responsibili�ies ........................................................................................................19 6.01 Supervi�ion and Superintendence ...............................................................................................19 CITY OF FORT WORTEI STEINDARDCONSTR[1C1'30N SPECIFICA.TION DQCUMENTS ltevision: 8IL3C1DL1 6.02 b.03 6.a4 6.05 6.06 6.07 6.08 6.09 6.I0 6,11 6.12 G.13 6.1q 6.15 6.1b 6.17 6. I8 6, I 9 b.20 6.21 6,22 b.23 b.24 Labor; Working Hou��s ................................................................................................................20 Ser�ices, Materials, and Equipment ...........................................................................................20 ProjectSchedule ..........................................................................................................................21 Substitutes and "Or-EquaIs" ...................................................................................................,...21 Concerrairig Subcontractors, S�ppIiers, and �thers .................................................................... 24 WageRates .................................................................................................................................. 25 PatentFeesandRoyalties ...........................................................................................................26 Perrnitsand Utili�ties ....................................................................................................................27 LawsandRegulations .................................................................................................�...............27 Taxes...........................................................................................................................................28 LTseof Site and Other At•eas .......................................................................................................2$ RecordDoctunents ......................................................................................................................29 Safetyand Proteciion ..................................................................................................................29 Saf�ty Representat�e .................................................................................................................. 30 Hazard Comm�nication Programs .............................................................................................30 Emergencies and/or Rectification ...............................................................................................30 Submittals.................................................................................................................................... 3I Continuingtl�e Work ...................................................................................................................32 Contractor's General Warranty and Guarantee ..........................................................................32 Indemriification.........................................................................................................................33 Delegation of Professional Design Services ..............................................................................3�4 Rightto Audit ..............................................................................................................................�4 Nondiscrimination� .......... . .............. ..................................... ...................................... .................. 35 Article7- �ther Wark at tk�e Site ......................................................,,.......................,...,..............,............,...35 7.01 Rela,ted Work at Site ...................................................................................................................35 7.02 Coordinatzon ................................................................................................................................36 Article 8 City's Responsibilities ...................................................................................................................�6 8.01 Communications ta Contractor ...................................................................................................36 $.02 Furnish Data ................................................................................................................................36 &.03 Pay WhenDue ............................................................................................................................3b 8.04 Lands and Easarnents; Reports and Tests ..................................................................................36 S.OS Change Orders .............................................................................................................................36 $.06 Inspectians, Tests, and Approvals ..............................................................................................36 8.0'1 Limi�at�ons on Gity's Respansibilities .......................................................................................37 8.08 Undisclosed Hazardous En�i�onmental Condition. ....................................................................37 8.09 Campliance with Saf�ty Pragram ...............................................................................................37 Article 9- C[�y's Ohservation Status During Construction ........................................................................... 37 9.01 City's Prnject Manager ............................................................................................................37 9.02 Vi�i�s to Site ................................................................................................................................ 37 9.03 Authorized Variations in Worlc ..................................................................................................3$ 9.04 Rejecting Defective Work ..........................................................................................................38 9.OS Deterrninations for Work �erformed ..........................................................................................38 9.06 Decisians on Requirernents of Contract Docuinents and Acceptability of Work ..................... 38 CITl' OF F pRT WORTH STANDARDC�T�iSTRUCTI4N SPECIFICATION DOCUM�.NTS Aevisivn: 8l23/1D31 Article 10 - Cl�anges in the Wo�•lc, C1a�ms; Extra Work ................................................................................ 38 10.01 Alrthorized Changes in the Work ...............................................................................................38 1a.02 Unauthorized Changes in the Wark ...........................................................................................39 10.03 EXecution of Change Orders .......................................................................................................39 1fl.04 Extra Work ..................................................................................................................................39 10.05 Notifcation to Sureiy ..................................................................................................................34 ] 0.06 Contraci Claims Process .............................................................................................................40 Article l 1- Cost oi the Work; Allowances; Unit Price Woric; �'lans Quantity Measurement ......................�1 11.01 Cost of the Work .........................................................................................................................41 11.02 Allo�wances ..................................................................................................................................43 11.03 C.Init Price Work ..........................................................................................................................44 ll.04 Plans Quantity Measurement ......................................................................................................45 Artie�e I2 - Change of Contract Price; Ghange af Contcact Time ................................................................. 46 12.01 Change of Contract Price ............................................................................................................ �46 12.Q2 Change o� Contract Time ............................................................................................................ �7 12.03 Delays ..........................................................................................................................................47 Article 13 - Tests and Inspections; Correction, R�movai or Acceptance of Defective Work ...................... 48 13.01 Notice of Defects ........................................................................................................................48 1�.02 Access to Work ...........................................................................................................................48 13.03 Tests and I�.spections ..................................................................................................................48 I3.04 Uncavering. Worlc ........................................................................................................................49 13.05 City May Stop the Work .............................................................................................................49 13.06 Correction or Removal af Defective Work ................................................................................54 13.07 Correction Period ........................................................................................................................50 13.08 Acceptance o�Defect�ve Wor1� ...................................................................................................51 13.Q9 City May CorreciDefective Work .............................................................................................51 Article 14 -Payments to Contractor and Completion ....................................................................................52 j4.01 Scheduje ofValues ......................................................................................................................52 14.02 Progress Paymenis ......................................................................................................................52 1G.03 Contractar's Warranty of Tit1e ...................................................................................................54 14.04 Partial Utilization ........................................................................................................................ SS 14.05 Fi�al I�►speotion ...........................................................................................................................55 IA�.06 Final Acceptance ......................................................................................................................... 55 14.07 Final Payment ..............................................................................................................................56 14.08 �'inal Cornpletion Delayed and Par�ial Retair�age Release ........................................................ 56 14.09 VVaiver of CIaims ........................................................................................................................ S7 Article 15 - Suspension of Work and TerminatiQn ........................................................................................57 15.OI City May Suspend Wor1c .............................................................................................................57 15.02 City May Terminate for Cause ................................................................................................... 58 15.03 Ciry May Terminate Far Convenience ....................................................................................... 60 Articlelb -Dispute Resalution ......................................................................................................................bl 1b.Q1 Methods and Procedures .............................................................................................................61 C1TY OF FQRT WORTH STAi�IDARDCONSTAUCT[ON 3PECIFICATlON DOCllMENTS Revisinn: 8r13IL021 Article17 — Mi�cellaneous ..............................................................................................................................62 17.01 Giving No.tice ..............................................................................................................................62 17.02 Computation ofTimes ................................................................................................................62 17.03 Cum.ula�ive Remedies .....................................................................�......,...,............,........_._........62 I7.04 Survival of �bligations ...............................................................................................................63 17.05 Headirigs ......................................................................................................................................63 C1TY t7F FORT WORT'H 5TANDARDCDNS7'ltIlCT1pN SPEC1FICrITION DQCUMEI�'T5 Revision: AI23/7.021 oo�2aa-t GENERAL CON�ITION S Page 1 of 63 ARTICLE 1— DEFINITIONS AND TEXtNIINOLOGY 1.01 Defined Terms A. Whereverused in these Ge��eral Conditions or in other ContractDoctiiments, the terms listed below have the meanings indicated which are applicable ta both the singular and p�ural thereof, and words denoting gender shall include the rnasculine, feminine and neuter. Said i:erms are generally capitalized or written in italics, but nat aIways. Whe� used in a context cansistent with t�e definition of a lisied-defin.ed term, the term shall have a meaning as cie£'�ned below whether capitalized or italicized or otherwi�e. In addition to terrns specifically dafined, terms with initial capital letters in fihe Connact Documents incjude references to identified articles an.d paragraphs, and the t�lies of other documents or forms. l. Addenda—Writtenor graphic instrumen�s issued prior to the opening of Bids which clarify, correci, nr change the Bidding Requu��ments or the proposad Contract Dacuments. 2. Agreement—The wri�ten instrutnent which is evi�ience af the agreetnent between City and Contractor cavering the Work. 3. Application for Payment The form acceptable ta City r�hiah is to be used by Contractor dut•i�rag the course of the Work in requesting progress or final payments and �which i� to be accompanied by such sUpporting docur�entation as is required by the Con.tract Documents. 4. A,�bestas Any ma,t�rial that contains more than one percent asbestos and is fr�able or is releasing asbestos �'ibers into the air above current action levels established by the United States Oecupatianal Safe�y and Health Administration. 5. Award — Authorization by the City Cauncil for the City to enter mto an A�'eement, �. Bad Ti�e offer or proposal af a Bidder submitted on the prascribed farm setting forth the prices for the Work to be performed. . 7. Bidder The i�dividual or entity who submits a Bid direct�y to City. 8. Bidding Documents—The Bidding Requirements and the proposed Contract Documents (incluciing all Addendaj. 9. BiddingRequirements The ad�ertis�ment or Invitatian ta Bid, Instructions to Bidders, Bid secuxity of acceptable for�, if any, and the Bid Form with any supplerr�ents. 10. Business Day — A business day is defined as a day that the City canducts normal business, generally Monday through Friday, except for federal Qr state ho�idays ol�served by the City. 11. Calendar Day —A day cottsi�ting of 2� hours measured from rnidnig4�t to the next midnight. CITY OF FORT WORTH STANQARDCaNSTR[]CTION SPECIFiCAT[ON DOCUMF.NTS Revisian: 8�2371021 oa�zaa-� G�N�RALGON�ITI�N S Page 2 of G3 12. Change Order A document, which is prepared and approWed by the Ciry, which is signad by Contraetor and Cily and authorizes an addition, deletion, or revision in the �orlc or an adjustinent in the Cantract Price or the Contracf Time, issued dn or af�er the Effective Date of the Agreement. 13. City— The City of Fort WorCh, Texas, a home-rule municipal corparation, autharized and chartered under the Texas State Statutes, acting by zts govarnmg body t�u�ough its City Manager, his designee, or agents authorized under his behaIf, each of which is requi�ed by Chartar to perfoz�n specific duties with responsibi]ity for final enforcement of the contracts involving the City of Fort Wa�th is by Charter vested in the City Manager and is the entity with whoan Contractor has entered inta the Agreement and for whom the Warl� is to be perforrned. Iq�. City Attorney — The officially appointed City At�orney of the City of Fort Worth, Texas, or his duly authorized representative. 15, Ci�y Council - Th� du[y elected and yuafified governing body o� the City af Fott Wor�h, Texas. I6. City Manager — The of�cia]Iy �ppo�ted and authorized City Manager of the City of Part Worth, Te�.s, or his duly auihorized representative. 17. Cant�crct Claim--A demand ar assertion by City ar Contractor seekin� an acljustment of Caniraat �'rice ar Contract Time, ar bofh, or ather relief with respect �o the terms of the Contract. A demand for rrxaney or services by a third pa�-ty is not a Contract Claim. I8. Contract The er�tire and itltegrated written documenf between the Cify and Cnntractor coz�cerning the Work. The Contract contains t�e Agreement and alI Contract Documents and suparsedes prior negoti�tions, representations, ar agreements, whether written or oral. 19. Contract Docurnents—Those ite�ms so designated in the Agreement. AII items lasted in the Ageeement are Contract Dacurnents. Approved Submittals, other Contraetar submittals, and the reports and drawic�gs of subsurface and physical condi�ions are not Cont�ract Documcnts. 20. Contr�act Price—The moneys payable by City to Can.tractor For completion of the Warlc in accordance witl� the ContractDocuments as stated ic� the Agreerrient (subject t� the pz•ovisions of Paragraph 11.03 in the case of C1ni� Prioe Work). 21. Cantrc�ct Tirne The nunaber of days or the dates stated in the Agreement to: {i) achieve Milestones, if any and (u) compiefie tihe �Vork so that it is ready �or F'vlal Acceptance. 22. Co�t�acto�—The individual or er�tzty with whom Czty has entered into the Agreement, 23. Cast of the Wo�k—See Paragraph 11,01 nt'these General Condi�ions for definition. CTTY pP FORT WQRTFI STAAIB.A.RDCONSTRUCT[ON SI'ECICICATION DOCL]MENTS Revision: 823f�I oa�2oo-i GENE.RALCONDIiION 5 Page 3 af 63 24. Damage Claims — A demand for rnoney or services arising from the Project qr 5ite from a third party, City or Contractor exclusive of a Contract Cla'vn. 25. Day or day — A day, unless oiherwise defined, shall mean a Calendar Day. 26. Director of Aviation -- The officia�ly appointed Director of the Aviation Department oi the City of I'ort Worth, Texas, or his duly appointed representative, assistant, or agents. 27. DiYector of PaNks and Community Se�vices — The of�ci�lly appointed Director of the Parks and Comrnunity Services Department af the City af Fort Warth, Texas, or his ciuly appointed re�resentative, assistant, or ageilts. 28. Director af Planningand Develapment— The officially appointed Director of tk►e Planning and Development Depa�nent of the City of �'ort Worth, Texas, or his duly appoulted representative, ass�stant, or ager�ts. 29. Di�ecto� of Transportcation Public Works — The off'�cially appointed Director of the Transportation Public Warics Depaxtment of the City of �ort Worth, Texas, or h�s duly appointed representative, a�sistant, ar agents. 3�. Director of Wate� DepaYtmerat — Th� offieial�y appointed Director af the Water Department af th� Ciry o� Fort Worth, Texas, or his duly ap�ointed representati�e, assistant, or agents. 31. Drawings That part of the Contract Documents prepared or approved by Er�gineer wlvch grapi�ically shows the scope, extent, and character of the Work to be performed by Contractor. Subrniltals �xe not Drawings as so def�ned. 32. Effective Date of the Agr'ee�ent—The date indicated in the Agreemeni on which it becomes effective, but if no such date is iridicated, zt means the date on which the Agreement i� signed and delivered by the Iasf oithe two parties to sign and deli�er. 33. Engineer�I`he licensed professional engirieer or engineering fum registered in the State of Texas performmg prof�ssional sexvices for the City. 34. Ex�-a Work — Additional work made necessary by changes or alterations of the Contract Documents or af quantities or for other reasons for which no prices areprovided in the Contract Docunnents. Extra work shall be part af the Work. 35. Field Order—A written order issued by City which requires changes in the Work but wY�ich does not invo�ve a change in fihe Contract Price, Contract Tur�e, or the intent of the Engir�eer. Field Orders are paid �rom Field Order Allowances incorporated into the Contract by funded work type at the tim.e of award. 36. Fanrti �leceptance — The written notiee g�ven by the City to the Contractor that the Work specified in ihe Cantract Documents has been compieted to the satisfactio�n of the City. CTI'Y QF FDRT VJDRTH STANDA'itDCONSTR4CTI0N SPECIFiCATION DOCUME�TTS Itevision: 8f131117Z1 007200-I G�NERAL CpNDfTION S Page 4 of 63 3'7. Final Insp�ction -- Inspection carried o�at by the Czty to verify that the Contractor has connpleted the Work, and each and every part or appurtenance tkaereof, fully, enti�e[y, and iiri conformance with the Cont�•act DdcUznents. 38. General Requi�ements Sec�ions af Divisian 1 of the Contract Dacuments. 39, Hazaxdotcs Errvi�onmental Condition The presence ai the Site of Asbestas, PCBs, Pet�'oleurr�, Hazardous Waste, Radioactive Material, ar ather materials in such quantities or circumstances that may present a su6stantial danger ta persons o.r property exposed therelo. �-0. Hazardo�rs Waste--HazardoUs waste is defined as any solid waste listed as hazardou5 or passesses ane or mor� hazardous characteristics as defined in the federal waste regulations, as ainended from time to time. 41. La�s and Re.gulatiaxs—Any and all applicable laws, rules, reguJations, ordinances, codes.; and orders of any and all governmenta.l bodies, agenci�s, authori�ies, and courts havizig jurisdretion, 42. Liens—Cnarges, security interests, or encumbrances upon Proj�ct fund�, real p�•aperty, or personal pro�erty. 43. MaJot� Item— An Itern of work mcluded in the Cantraci Doc�aments that has a total cast equal to or �•aater than 5°10 of the original Contraet I'rice ar $25,000 wlaichevar is less. 44. Milestorte—A principal event specif'ied in the Caniract Documents relating to an intermediate ContractTime prior to Pinal Acceptance ofthe Worlc. 45. Notace of AyvaNd—The wt�itien notice by City to the Successt'ul Bidder statuig that upon tunely complianee by the Successful Bidder vrrth the condilians precedent Iisted therein, City wi� sign and deliver the Agreement. 46. Notice to Proceed—A written notice gi�en by Gity to Contractor f�cing the date on which the Contract Time wilI commence to run an�I an which C�ntractor shall start t� parfarm the Work spec�ied in Con�•act Docurnents. 47. PGBs Polychlorinated bi�ahenyls. 48, Pet�^oleu�—I'etro�eum, including crude oil or any fractior� th�reaf which is liquid at standard conditions of temp�rature and pressure (60 degrees Fahrenheii and 14.7 poiinds per square inch absolute), such as oil, pet�aleum, fuel ail, oiI s[udge, oil refuse, gasoline, lcerasene, and oil m�ed with other non-Hazardous Waste and crude oils, 49. Plans — S�e definition of Drawin�s. CITYOF FqRT WOR'TTI STAN17Al2DCpN5TR[]C'f]ON SPECIPICATION DOCUMENTS Revi sion: 8/?3C2031 oa�2oa-i G�NERAL CQ3J�lTION 5 Page S of 63 50. Project Scheduie--A schedule, prepared and maintained by Contractor, in accardance with the General ReQuiremer�ts, describing the sequence and duratia� of the activi�ies comprising the Contractor's plaz� to accornplish tbe Wc�rk within the Contract Time. 51. P�oject—The Workto be performed under the Coniraet Documeats. 52. P�ojectManager—The auti�ar�zed representative af the City �vho will be assigned to t�►e Site. 53. Public Meeiing — An annaunced meeticig conducted by ihe City io facilitate public pai�ticipatian and to assi�t t11e public m gaining an infarmed view of the Project. 54. Radioaciive Matericrl--Saurce, special nuclear, or byproduct material as defined by the Ator�nic Energy Act of 195� (42 USC Section 2Q11 et seq.) as amended frorn titr�e to t�me. SS. Regular Workin� �Iours — Hours beginning at 7:04 a.m. and ending at 6:00 p.m., Monday thru Friday (excluding legal hnlidays). 56. Samples—Physical examples of materials, equipment, or workmanship that ara representative of some portian of the Work and which establish the standards by �vhic� such po�'tion of the Work wil� be judged. 57. Sclzedule af Submrttals—A schedu�e, prepared and maintained by Contractor, of required subrr�ittals and the time requirements to support scheduled parformance of related const�uction aetivities. 58. Schedule of Values—A schedule, prepared and maintained by Contra�tor, a�.ocating portions of the Con.tract Prica to various portions Qf the Work and used as the bas�s for re�iewing Contractoe'S Appfications for Payrnent. 59. Site—Lanc�s or areas indicated in the Con�ract Documents as being ft�rnished by City upon which the Work is to be performed, rncluding rights-of-way, per�aits, and easements for access thereto, and such other ]ands ftaz�nished by City whick� are designated for �he use of Contractor. 60. Specifications That part o� tha Contract Documents consist�g of vvritten requireine�ts for materials, equipment, systems, standards anci warfananship as applied to the Wark, and certain adnvnistrative requirements and pracedural matiers applicable thereto. Specifcations may be specif'ically made a part of the Contract Documents by attaehment or, if not atiached, may be incorporated by reference as ir►dicated in the Tabla of Cantents (Div�sion 00 00 00) of eaeh P roject. 61. Subcontrcretor An indi�idual ar entity having a direct caritract with Contractor or r�vith any other Subcontractor for the performanee of a part af the Work at the Si�e. CITY OF FC�R'1' WORTFI STANDARDCOW5TRl1CTiqN SPGCIFICATION dOCUMBNTS RevisioiL 823l1.02i ao�zoo-i GENERAL COND ITION S Page G of 63 62. Subjnittals All drawings, diagi•ams, iJlustrations, schedu�es, aild other data ar information which are specifically prepared or assemblec� by or for Cantractor and submitted by Cont�•actor to illastrate same portion of the Work. 63. Sub.stantial Complelion — The stage in the progress of the Projec�: when the Wor� is suf£'icientiy complete in accardance with the Contract Documents for Final Inspection. 64. SuccessfuiBidder The Bidder subnnztting ihe Iowest and most responsive Bzd to whom City makes an Award. 6S. Superintendent— The representative af the Contractor who i� avaiiable at alI tirnes and able to receive instruetions from, the Cit� and to act for tihe Contractor. 66. SupplemeniaYy Condiiians—That part of the Contract Documents which amends or supplem�nts these General Conditions. 67. Supplier A manufactt�rer, fabricator, supplier, distributor, mai:erial�nan, or vendor having a d�ect contr•act with Cantractor or w'rth any Subcontractor to furr�ish inaterials ar eguipment to be inearporated in the Work by Contractoc• or Subcontractor, 6$. Ur�derground Facilities—AI] underground pipelines, conduits, ducts, cables, wires, i�nanholes, vaulfs, tanks, tunne�s, ar other sueh facilities or attachmenfis, and any encasemer� containing such facilities, includirzg but not Iimited to, those that convey electricity, gases., steam, liguid petroIeum products, ielephone or other corrununications, cable television, water, wastewater, storm water, ather liquids or chemicals, or tra��c ar other control systems. 69 UnitP�^ice YYork—See Faragraph ] 1.�3 of these General Cand'ztians for definition. 70. Weekend YYorki�g Hours — Hours beginning at 9:00 a.m. and ending at 5:00 p.m., Saturday, Sunday or legal holyda�, as appro�ed in advance by the City. 71. YYoYk The entire construction or the various separately identifia.ble parts thereof required ia be provided under the Cont�act Documents, Worlc includes and is the result af perfoeming or pro�iding all Iabor, services, and documentation necessary to praduce such construction including any Cl�ange Order or Field Order, and furnishin�g, instialling, and incorporating all inaterials and equipment into such constructian, aIl as required by the Contract Documents. 72. Working.Drry — A working day is defined as a day, not inciuding Saturdays, Sundays, oc Iegal holidays authoriz�d by the Ciry far contract purposes, in which weather or other conditions not under the contro[ of the Con�•actor will permit the performance of the principal unit of worlc undcrway for a continuaus period of not less than 7 ho�ars betw�en 7 a.m, and 6 p.m. 1.02 Terminalogy A. The words and terms discussed in Paragraph Z.02,B through E are nat defined bu�, when used in ihe B[ddimg Requir�ments ar Contract Documents, ha�e the indicated meaning, B. Intent af Certain T'errras ar Adjectives� ClTY QF F012T W�RTH STAn'AARDCONSTRIICTIbN SPECIrICATI�N DOCLlMEN7'S Revisian: R�J'3/�O2I D07240-1 GEN�RALCON�ITION S Page 7 of 63 1. The Contraot Documents �cjUde the terms "as aIlawed," "as approved," "as ordered," "as directad" or terrns of like effect or impart to authorize an exercise af judgment by City. In addstion, the ad�ectives "reasonab�e," "suitable," "acceptable," ``proper," "satisfactory," or adjecti�es oi I�ce effect ar itnpar-t are used ta describe an action or determination of City as io the Worlc. It is intendeci that such exercise of professional judgment, action, or determination will ba solely to evaluate, in general, the Wor1c for compfiance with ihe informatian in the Contraci Documents and vvith the design concept of �he Pro�ect as a iunctioning whole as shawn ar indicated in the Cantract Documents (�rnless ihere is a specific statemant ir�dicating o�herwise). C. �efective; l. The word "defeciive," wher� modifying the word "Wark," refers to Work that is unsatisfactory, �au[ty, or deficient in that it: a. does not canform to the Contract Documents; or b. does not meet t�e requirem�nts of any applicable mspection, referenee standard, test, or appro�al refei�red to in the Contract Docunnents; or c. has been damaged prror to City's wrjtten acceptance. D. Furnish, Install, Pe�fot�n, Provide: 1. The word "Furnish" or the word "Install" o�• the word "Perform" or the word "Provide" or the word "Supply," or any combination or similar direciive or usage thereof, shall mean �urnishing and incorparating in the Worlc including alI necessary labor, znaterials, equipment, and evezythir�g necessary to perfarm the Work indicated, unless speciftcally limited ita the context used. E. Unless stated ather�wvise in the Contract Document�, wards or phrases that ha�e a well-known technical or construction inciustry or trade meaning are used in the Coniract Documents in acccr�rdance witl� such recognized meaning. ARTICLE 2 — PRELYM�NARY MATTERS 2.01 Capiesof�acuments City shafl furnish to Contractor one (1) originaI executed capy and one (l} elect�onic copy of the Contract Docurnents, and four (4) additiona.l capies of' the Drawings. Additianal copies will be furnished upon request at the cost of reproductior�. 2.02 Commencerrtent of Contract �'ime; Notice to Proceed The Contract Tiune will cotnrr�ence �o run on the day indicated in the Notice to Proceed. ANotice ta Proceed may be given no earlier than 14 days after the Effective Date of the Agreemenfi, �anless agreed to by both parties in writ�g. C1TY OF FbRT WORTk3 STANDAKDCONSTRUC7'IQN SPECIFICAT[ON DOCUMENTS Revi sion: 8123lZ021 00�200-� GENERALCONDITIONS Page 8 of 6: 2.03 Startirtg the Work Conttactor shall start to perForm tlle Work an the dat� wherz the Confract Time comrnences to run. No Wark shall be done a.t the Si�e prior f:a the date on which the Cnntract Time commences ta run. 2.04 Befo�e Sfar�trngCo�struct�'on Baseline Schedules: Subini� in accordance with the Contract Dacuments, and prior to starting rhe Worlc. 2.05 Preco�aslruction Confe�^ence Before any Work at the Site is start�d, the Contractor shall attend a Precanst�uction Conference as �peeiFied in the Cont�act Documents. 2.06 Public Meeting Contractor may not mabilize any equipment, materials or resources to the Srte prior to Contractor att�nding the Publie Meeting as scheduled by ihe City. 2.07 Initial Acceptartce af Schedules Na progress payinent shall be made to Contractor until acc.eptable schedules are sub�nitted to City in accordance with the ScheduIe Specifzcation as provided in th� Contract Documents. ARTICI,E 3— CONTRACT DOCUMENTS: INTENT, AMENDING, RELTS� 3.01 Intent A. The Contract Documents are complementary; vsi}�at is raquired by one is as 6inding as if required by all. B, It is th� intent of the Coniract Documents to describe a funefionally complete project (or part thereo� to be construcfed in accordance with tk�e Contract Documents. Any labor, docurnentation, services, materials, or equipment that reasonab�y rnay be inferred from the Contract Dacuments or from prevailing custom ar trade usage a� beirig required to produce the indicated result will he provided whether or not specifically called for, at no additional cast to City. C. Clar�cations and interpretations af the Contract Docuinents shall be issued by Crty. D. Th� Specif'�caiians rnay vary ir� farm, fonnat and style. So�ne Specification sections may be written in varying degr�es of streamlined or declarativc style and same sectians may be relatively narrati�e by camparison. Omission of such vvords and phrases as "the Cqntractar shall," "in conformity with," "as shown," or "as spec�ied" are intentional in streamlined sections. Omitted words and phrases shall be suppIi�d by ir�ferenc�. Similar types ofprov�sions may appear in �ariaus parts of a section or artieles within a part depending an the forrr�at of the CI'tY OF FqRT' WORTH 3Tt�'DARDCpNSTRUCTIdI� Sl'6CIFICAI'I01� DOCUMENTS Rcvisi on: 8113/1D21 007200-I G�N�F2AL CON�ITIQN 5 Page 9 of fi3 section. The Contractor shall not take advantage of any variation of form, format ar style in making Contract Claims. E. The cross referencing of specit'icatiQn sections under the subparagraph heading "Related Sections include but are nat necessarily limited to:" and el�ewhere �ithin each Specifcatian sectinn is pro�ided as an aid and convenience to the Cantractor. The Caniractor shall not rely on the cross referencing provided and shall be responsible to coordinate the entire WorIc und�r the Contract Documenis and provide a carnplete Project whether or not the cross referencing is provided in each section ar whether or nof the cross referencing is complete. 3.02 Referertce SiandaNds A. Standards, Specifications, Codes, La�us, and Regulatians 1. Reference to standards, spec'rf'�cations, manuals, or codes of any tecnnical society, organization, or association, or to Laws or Regulations, whether such reference be specif"ic or by implicatior�, shall mean the standarci, specification, manual, cade, or Laws or Regulatians in effect at the time of opening of Bids (or on the Eff�ctive Date of the Agreement �f ther� vvere no Bids), except as may be otherwise spec'rf'ically stated in the Contract Docum�nts. 2. No provisian of any such standard, specificatian, manual, nr code, or any instruciion of a Supplier, shal! be effective to ehange the duties or responsbilities of Ciry, Contractor, or any of their subconh•actors, consultants, agents, or ernployees, frorn those set forth in tiie Caniract Dacuments. Na such pro�ision or instruction shall be effective to assign to Ci�ty, or any of its officers, directors, rn�mbers, partners, employees, agents, consultants, or subcontractnrs, any dLity or autharity to superr+ise or d�ect the perfarmance of the Work or any duty or autharity ta undertake responsibili�ty inconsistent wi�h f.he provisions of the Co�tract Dacuments. 3.03 Repo�ting and ResolvingDiscrepancies A. Repartfng Discrepancies: Conlra�tor's Reviety of ContractDocuments BefoYe Starting YT/or^k: Before under�l�ing each part of the Work, Gantractor shall carefully study and compare the Con�ract Docurr�ents and check and verify pertinent �gures therein against all applicable field measurements and conditions. Cantractar shaII proinptly repnrt in writing �o Crty any conflict, errQr, ambiguity, ar discr�pancy which Contractor disco�ers, or has actual knowledge Q�, and shaIl obiai� a vvritten ini�rpretation or clarificatian fror�n Ciry before praceeding with any Worlc affected thereby. 2. Gont�acto�'� Reviery of Contract Document5 DuNing Perfntmance of Wor�k: If, during the performance of the Wark, Contractar dascavers any conflict, error, ambiguiry, or d�cre�ancy within the Contract Documents, or bet�een the Contract Documents and (a) any a}�plicable �,aw or Regulation ,{b) any standard, specificat�on, manual, oc code, or (c) any i�struction o� any Supplier, then Contractor shali prornptly report it to City in writing. Contractor shall not proceed wi�h the Work affected thereby (except in an emergency as required by Paragraph C[TY OF FORT WDR'I'FI STANf]A�DCONSTRUCTION �PECIFICATIqN D4CUMENTS Revisian: $1131I021 ou�zao-� G�N�RALCO�IDITIONS Page 10 oF63 6.17.A} until an amendment or supplement ta tY�e Contract Documents has been issued by one of the me�hods indicated m Paragraph 3.04. 3. Coni�ractor shall taai be ]iable to City for failure to repart any conflict, error, ambiguity, or discrepancy in the Contracf Documents unZess Coniracior had acival knowledge thereof. B. ResolvingDiscrepancies.• 1. Except as may be otherwise specifically stated in the Contract Documents, the provisians of the Coni�act D�cunnents shall take precedenae in resolvin�g an� conflict, error, ambiguiry, or discrepancy between the pravisions of the Contract Doc�.unents and the provisions of any standard, specificafior�, manual, or the insiructYon of any Supplier (whether or not specifically incorporated by raference in t11� Contract Documents). 2. In case of discr�pancies, fgured dirnensions shall govern a�er scalad dimensions, Plans shal] govern over Spec�cations, Supplemeniary Conclitions sha�l govern over General Conditions and Specifcations, and q�aant�ties sl�awn on the Plans shall govern over those shown in the proposaI. 3.[l4 Arnending and Suppletn�nting Coniract Docu�nents A. The Contract Doctaments may be arnended to provide for adclitions, deletions, and revisions in the Worlc or to modify tkae terms and conditinns there.af by a Change Order. B. Th� requireinents of the Contract Documents may 6e supplernented, and minor variations and deviations in the Work not invoIving a change in Contract Price or Conteact Time, may be authorized, by ot�e or mQre of the follawing ways: �. A Field Qrder; 2. City's review of a Submittal (subject ta ihe provisions oiParagraph 6.18,C); or 3. City's written interpretatian or clarification. 3.05 Reuse of Docr,�ments A. Cantxactor and any Subcantractar or Suppl�er shalI nat: i, have or acquire any title to or ownership rights in any of the Drawings, Speeifcations, or othar documents (or copies af any thereo#} prepared by or bearing the seal of Engin�er, including electronic media. edrtions; or 2, reuse any such Drawings, Specifications, other documents, or copies thereafon exrensions of the Project or any other project witllout wr�.�en consent of City and specific written verification ar ada.ptation by Engineer. C1TY OF FORT WORT'II STANDARDCONSTRIICTfON SPECICiCAT[pN D�CUMENTS Revisian: R43/,203] oo�zoa-� GENERALCOI�DVTION S Page I 1 of 63 B. The prahibitions of thi� Paragraph 3.05 will survi�e final payment, or termination of the Contract. Nothing herein shall preclude Contractor frorn retaining copies of the Goi�tt'act Dacuments for record purposes. 3.06 Ele ct�o n ic Data A. Unless afherwise stated in the Supplernentary Condrtions, the data furnished by City or Engineer to Cont�actor, or by Canteactor to City or Eng�neer, that may be relied upon are limited to the printed copies included in the Contract Documents (also i{nown as hard copies} and other Specifieation� referencecf and locatcd an the City's on-line electronic docurnent management a�d collabacatio� system site. Files in electronic media farmat af tex�, data, graphic�, or other types are furnished only for the convenience of the receivmg party. Any conclusion or irr�formation obta ined or deri�ed irnm such electronic fi�es will be atthe user's sole risk. Ifthere is a discrepancy between ihe electrar�ic fdes and the hard copies, the hard copies govern. B. When transferring dacuments in electronic medi� format, the transferririg party makes na representaiions as tq lang term compatibility, usahility, or readability af documents resu�tit�g frorn the use of softvvare application packages, operating systams, or computer hardware difFerin.g from those used by the data's creatar. ARTICLE 4— AVAILABxLITY OF LANDS; SCTB SURFACE ,AND PHYSXCAL CONDITION�; HAZAX2DOUS ENVIRONMENTAL CONDITION�; REFERENCE POINTS 4.01 Avcailability af Lands A. City shall furnish the Site. City shall notify Cantractor af any encumbrances or restrictions not of general application but spec�£'xcaIly related fio usa of the Site with which Contractar must cozxaply in perforxzz�ng the Wock. City will obtain in a tnxlely manner and pay fQr easements for perrnanent st�uctures or permanant changes in existing facilities. 1. The City has abtained or anticipates acquisition of and/ar access to right-af-way, and/or ease�nents. Any ou�s�anding right-of-way and/or easexnents are anticigated to be acquired in accordance with the schedule set forth in t11e Supplementary Canditions. The Projeci Schedule submi�ted by the Contractor in accordance with the Contract Documents musi consider any autstand�ng right-of-way, andlar easements. 2. The City 4�as or anticipates remo�ing and/ar relocating utilities, and obstructions to the Si�e. Any autstanding removal ar relocation of tatilities or obstrucrions is ant�cipated in accordance with the schedule seiforth in th� Suppiementary Condi�ions. The Project Sched�le submitted by the Contractor in aceordanee with the Contract Documents must cor�sider any oufistanding u�ilities or obsiructiions ta be remo�ed, acijusted, and/or reloca�eci by others. B. Upan reasonable written request, City shall furn�sh Contractor with a current statement of record legal title and Iegal description of the lands upon which the Work is to be perfarmed. C1TY OF FORT WORT"H STANDAR�CQNSTR[JCTION SPEC[PICAT[ON DOCUMENTS Revision: R23f1�21 00 72 00 -1 GENERALCON171TI�fJ 5 Page 12 of G3 C. Contractor shall provide for a11 additional lands and access thereia that rnay be requi�ed for canstruction facilities or starage of materials an.d equiptnent. 4.02 Subsurface and Physical Candit�'ans A. Reports andDrcrwings: The Supplementaty Conditians identify: 1. those reports known to Gity of exploraiions and t�sts of subsurface conditions at or contiguaus to the Srte; and 2. fihose dra�ings knovvn to City of physical conditions relating fo exist�g suz�face or subsur�ace struciur�s at the Si�e (eXcept [lnderground Faciliti�s}. B. Limited Reliance by Cor�tr�acto� on Techraical Data Authat�ized: Contractor rnay rely upan the accuracy of the "technical data" contained in such reports and drawings, but such repa�ts and drawings are not Contraci DocUmenis. Such "�echniaal data" is identif'ied in the Supplementary Conditzons. Contractar may nat make any Contract Claifn against Cily, ar any of t�eir of�ners, directars, rnembers, partners, employees, agents, cansultants, or subcontractors wit}a respect ta: 1. the completeness o� such reports and drawings foz� Contractor's purpases, including, b�at not litnited to, any aspects of the means, methads, techniques, se�uences, and proced�ares of constz•uction to be emplayed by Contractor, at�d safety precautions arad programs incident thereto; ar 2. o#her data, interpretations, opinions, and it�f'ormation contained in such reporis or shown pr zndicated in such draw�gs; ar 3. any Cant�ractor interpretation af or conclusion drawn from any "technical data" or any such other data, interpretatioz�s, opinions, or inf'ormation. 4.03 DrfferingSubsur�face or Playsical Conditions A, Natice: If Contractor beIieves that any su�surfac� or physical condition that is �anco�er�d or revea�ed aither: I. is of such a nature as to estab]ish that any "technical dafa" on which Contractar is en�itled to rely as pro�idad in Paragraph 4.02 is matarially iinaccurate; or 2. is of such a nature as to require a change in the Contract Docum�nts; or 3, differs materially f'rom that shown or ind[cated in �he Contract Doc�aments; or 4. is of an unusual nature, and d�fers materially from conditions ordinarily encountered and g�nerally recognized as �nherent in work of the character provided for ir� ihe Contract Documents; CITY dP PdRT WORTH STAIVDARDCONSTR{]CTION SPECiFICATION DOCUMENTS Revision: $f2�D21 oo�aoo- i GE�v�w�,t cor�o �r i o N s Page i 3 of 63 �hen Contractor shall, promptly after becorning aware thereof and before further disturbing the subsurface ar physical conditians or performing any Work in connection tlZerewith (except i� an emergency as required by Paragraph 6.17.A), not�'y City in wrrting about such cond'ztion. B. Possible Price and Time Adjust�nents Cantractor shal� r►ot be entitled to any adjustrnent in the Contract Price or Contiract Time if: 1. Contractor knew of the existence of such condi�ions at the time Contraetor made a final cotnmitment to City with respect to Contract Price and Contract Titne by the submission of a Bid oar becoming bo��nd undar a negotiated con�ract; or 2. the existence of such condition could reasonably have been discovered or revealed as a result of the examination of the Contract Doc�rr►ents or the Site; or 3. Contractor fai�ed to give the written no�ice as required by Paragraph 4.03.A. 4A� Underground�'acilities A. Shown or �'ndicated.• The information and data shawn or indicated in the Contract Documents with respectto existing Underground Facilxties at or contiguous ta the Si�e is based Qn informatian and data furnisk�ed to City ar En�ineer by tl�e owne�s nf such Underground Faciiities, ulcludang City, or by others. ilnless �t is oiherwise expressly provided in the Supplementary Conc�itions: l. City and Engineer shalI nat be responsible for the aceuracy or carnpleteness af any such zrtfarmation orr data provided by others; az�d 2. tha co�t of all of the fol�o�ving will be inciudeci m the Contract Price, and Contractor shall have full responsbility for: a. reviewing and checicing all such infarmation and data; b. lacating all Unde�ground �acil�ties shown or indicated i� the ContractDocuments; c. coordination and adjustment of t4�e Woric with the owr��rs of such Underground �'acilzties, includmg City, during construction; and d. the safety and protection of al� such Underground Facilities and repai�ing any damage thereto re�ul�ing from the VI�'ork. B. NotShown arlr�dicaied.• 1. If an Underground Facility wiiich conflicts with the Work is unco�ered or revealed at or contiguous to the Site which was not shown or iadicated, or not shown or inciicated with reasonable accuuracy in the Cont�act Documents, Contractor shaU, promptly after becom�ng aware thereof and before further disturbing eondi�ions affected thereby or perfarming any crrY a� Fo�m wox-rx STANDAADCONSTRUCTTON SPECIF[CATItiN DOCLIMENTS Revision: 82312�] aa��ao-i GENERAL CONplTION S Yage 14 of 63 Work in cannection therewith (exc.ept in an e�ne�•gency as req�ired by Paragraph 6.17.A), identify the owner of such Underg�round Faeility and give notice to that ov,�ner and to City, City will review the di�covered Und�rgound Facility and determine t��e extent, d any, to whieh a change may be requireei in the Contraci Dac�aznents to ref7eet and document the consequences of' the existenc� or location of �he LTnderground Facility, Conteactar shall be respon�i6le for the safety and protection of such discovered Underground FaciIiry. 2. Ii City concludes t�ai a change in the Contract Documents is required, a C�an�e Order may be issued to ref�ect and document such consequenee5. 3. Verificatian of e�sting �tilities, siructures, and service lines shall irtclude noti�catian of a]] utility coinpanies a minimum af 48 hours in advance of constructian including exploratory excawation if necessary, 4.05 Refe�ence Poirats A. City shall provide engineering surveys to establish referenee points for construction, which in City's judgment are necessaryto enable Cantractor to proceed with the 1�orlc. City will provid� construction stakes or nther cUstorriar� methad o� marlcing to esiabl�sh line and grades for roadway and utiIiiy construction, centerlines and bencl�marks for bridgework. Contractor shall protect and �reser�e the established reference paints and propez�ty monUments, and shall make no changes or relocations, Contractor shalI report to City whenever any reference paini or praperty monument is lost or destroyed or requir�s relacation because of necessary changes in grades ar locattons. The City shaIl be responsible far the rep]acement or reloeation of re%rence points ar proparty naonurnents not careles�ly ar rvillfully destroyed by the Cont�•actar. The Contractar shall notiiy Cit� in ac�vance and wi� �ufficient time to avoid delays. B. �Vhenever, in ihe opinion of the C�ity, any referencepoint or mon�.unent has been carelessly or �villfully desfroyed, disturbed, or rerr�oved �y the Contracfor or any of h�s employees, the full cost fo�• zeplacing such pomts plus 2S% vvill be charged against the Contractor, and the fufi amaunt wi11 be deducted fram pa�-neni due the Cantractor. 4.06 Haza�dousEnuironmentalCo�c�rifonatSite A. Reports and Drawings: The Supplementary Conditions ident�y thos� reports and drawings Irnown to City relaiing to Hazardous Er��irorunental Conditions that have been identified at the Site. B. Lir�zated Reliance by Contractor on Teclxnical Data Authorized: eontractar may rely upon the accuracy of the "��chzucal data" contained in such reports and drawings, but such repot-ts and drawings are not Cantract Documents. Such "�ech�ical data" �s identified � the Supp��mentary Condition.s. Contractor may not make any Contract Clairn against Ci�y, or any of their officers, di�ectars, members, pai�tners, employees, agents, consultants, or subcontractors with respect to: l, the completen�ss of such reparis and drawings for Contractor's purposes, includinig, but not limited to, any aspects of the means, methods, techniques, sequences and procedures of CI7'"Y OF FOIRT WORTH STANDARbCONSTRUCTION SPECIFICAT[ON [70CUMEN"P5 Revision: 6113r102] 0072D0-1 G�3V�RALCON�ITIRN 5 'Page I S of 63 construction to be employed by Contractor anci safety precautians and programs �ncident thereto; or 2, other data, interpretations, opinians and information contamed in sueh reports or shown or indicated in such dravvings; or 3. any Contractor int�rpretation of nr conclusion drawn from any "teehnical data" or any sueh other data, interpretatians, opiraians or infarmation. C. Contractor shal� nnt be responsible for ar►y Hazardous En�ironrnental Condition uncavered or revealed at the Site which was not shown or indicated � Drawings ar Spec�'�cations or identified in the Contract Documents to be within the scope oithe Work. Contractor shall be responsible far a Hazardous Envi�onmental Condi�ion created with any materials brought to the Site by Contractor, Subcontractors, Suppliers, or anyone else far whom Cantractor �s responsible. D. If Contractor encounters a Hazardous Environmental Cond�inn or if Corttractor ar anyone iar whom Contractor is res}�ansible creates a Hazardous Environmental Conditinn, Cont�•actar shall uninediately: (z) secure or otherwise isolate such condition; (ii) stop all Work in connectio� wiih such condition and in any area affected thereby (except in an emerg�ncy as required by Paragraph 6.17.A}; and (ui) notify City (and promptly thereaftei• eonfi�m such natice in writing). Giry rnay consider the necessity to retain a qualified expert to evaluate such condition or take corrective actian, if any. E. Cnntractar shall not be required to r�sume Work in co�nection with such condii�on or 'vn any affectedareauntil after City has obtained any required permits relatedthereto and delivered v�rritten notice to Cantractor: (i} specifying that such cond�tion and any affected area is or has been r�ndered suikabfe for the resumption of Work; ar (u� specifying any special conditians under which such Worlc may be resumed. F. Tf after receipt af such written notice Contractior does not agree to resume such Work based on a reasonable belief it is unsafe, or does not agree ta resurne such Work under such special conditions, t�en City may order the partion of th� Work that is in the area affected by such condition to be deleted from the Work. City may ha�e such deleted portion of the Work perforrned by City's own forces or others. G. To the fullest extent�e�mitted by Laws and Regulations, ContractoY sh�rll indemn� and hold ha�rnless City, from�nd againstall claisns, eosts, losses, and damages (includang�utnotli�nited io all fees and charges of engineers, architects, attorne}�s, and other professionals and ali court or a�bitration ot� other clispuie resolution costs) arising out of or �elating to a Hazapdous Environmental Conditian created by Contractororby anyoneforwhamContractor �s respo�asible. Nathing in this Pa�agraph 4. 06.G shall oblfgate Contractor io indemn� any indi�idual o� entity from a�ad against the consequences of that individual's or entiiy's o�vn nsgligence. H. The provisions of Paragraphs �.Q2, 4.03, and 4.Q4 do not apply ta a Hazard�us Env�ronmenta.l Condition uncovered or re�ealed at the Site. CiTY OF FORT WORTki STANDAADCDNSTRllCTIQN SP�CIFICATION DOCUMEAiTS Revisian: 82�f�021 Q0720U-1 GENERALCONnITIONS Page ib of 63 ARTICLE � — BONDS AND INSURANCE 5.01 Licensed S�reties and Insurers All bonds and insurance required by the Contract Dacuments to be �uz•c�ased and nraaintained by Contraetor shall be obtained froin surety or insurance companies tihat are duly [icensed or authorized in the State of Texas ta is�ue bonds or insurance palicies far the lim�ts and coverages so requixed. Such surety and �surance companies shall also meet s�ach additionaI requirements and qualifcatians as may be pro�ided in the S�pp��mentary Conditians. 5.02 Pet�fo�ynance, Payment, anr�Maintenance Bonds A. Contractar shall furnish perforznanee and payment i�o�ds, in accordance with Texas Government Code Chapter 2253 or successar stafute, each in an amount equal to the Contiract Price as security for the fai�hful performance and payment of all of Conteactor's obligations under the Contract Documents. B. Cantractor shal� furnish maintenance bonds in an amount equal to the Contract 1'rice as security to proteci the City against any defects in any pdrti�n of the Work described in th� Contract DocUmer�s. Maintenance bands shall rernain in effect for two (2} years after the date of Final Acceptance by the City. C. AIl bonds shalI be in the fonn pr�scribed by the Contract Dacurxzents except as provided other�ise by Laws or Regulatians, and sk�all be executed by such sureties as are named in the ]ist af "Companies Holding CerCificates of Authority as Acceptable Sureties on Federal Bands and as Acceptable Reinsuring Companies" as published in Circular 570 (amended} by the Fi�ancial 1Vlanagement Service, Surety Band Branch, U. S. Department of the Treasury. AI� bonds signed by an agent or attorney�in-f�ct must be accompanied by a sealed a.nd dated power of attorney which shalI shaw that it is effective nn the date ihe agent or at�orney-in-�'act signed each bond. D. Ifthe svrety o� any bond �'urnished by Contractor i� declared bankrupt oz° becomes insolvent or rts right to do business is termin�ted in the State of Texas ar it cea�es to meei the cequir�ments of Paragraph 5.02.C, Contractoz• shau pramptly notify City and shall, within 30 days aft�r the e�ent giving rise l-a such notificatzon, pravide another bond and surety, boiiz of which shall coanply with the requirei�nents of Paragraphs 5.01 and 5.02.C. 5.03 Ce�taficates oflr�suNance Contrac#or shall deliver to City, with copies to each adrfitional insured and ioss payee identifed in the Supplementary Corzditions, certi�cates of insurance (other e�vidence of insurance requested by City or any other additiona! insured) in at �east the minimum amount as specitied in the Supplementa.ry Candi�ions which Contractar is required to purchase and rr�aintain, The cert�cate of insurance shall document the City, and a11 identi�ed entities named in the Supplementary Conditions as "Additional Insured" an all Iiability polici�s. C1TY OC FOR7' WOA1'H STANDARDCONSTRUCTION SPECIT[CATION DOCUMGIVTS Revision: 82�I oa�zoo-� GEIVERALCANDITIO3J S Page 17 af G3 2. The Cantractor's general liabi�ity insurance shail include a, "per �rajeei" or "per location", endorsement, which shall be identi�ed in khe certificate of insurance provided to the City, 3. The certifieate shall be signed by an agent authorized to bind coverage on behalf of the insured, be complete iri its entirely, and show eamplete insurance carrier names as l�sted in the current A.M. Best Praperty & Casualty Guicie 4. The insurers for all policies must be licensed and/or approved to do bus�ess in the 5tate of Te�s. Except for workers' compensatior�, aU insurers must have a nainifl3um rating af A-: VII in the current A. M. Best Key Ratir�g Guide or hav� reasonably equivalent %nancial strength and sol�ency ta the satisfaetion of Risk Management. �f the rating is below that required, wriiten approvaI of City is required. 5. All applicable policies shall include a Waiver of Subrogation {Rights of Recovery) ir� favor of the Ciry. In add�tion, the Cantractor agcees to waive all rights of subr�gation against the Engineer (�f appficable), and each additional insured identi�'i�d in th� Supplementary ConcliCions 6. Fai�ure of the City to demand such certificates or other e�idence of full compl'�ance with ihe insurance r�quirements or failure o� the City to identify a defciency from evidence that is pro�ided shal� not be construed as a wai�er of Contractor's obligation to mainiain sueh lines of insti�rance coverage. 7. If insurance policies are not wr�en for specified coverage limits, an Umbrel�la or Excess Liability insurance for any c3ifferences is required. E�cess Liability shall fouor�v forirr� oi the primary coverage. S. Un�ess otherwise stated, a�l rec�uired insuz�ance snall be written on the "occurrence basis". I� co�erage i� underwritten an a claims-made basis, the retroaotive date shafl be coincident with or ptiar to the date of tk�e effactive date of the agreement and tk►e certif'icate of insurance shall state that the eoverage is c]aims-made and the retroactive date. The insurance coverage shall be rnaintained fox the duration of the Contract and for three (3) years following Final Acceptance provided u�der the Contract Documents or for the warranty per�od, whichever is longer. An annua� certificata of insurance submitted to the City shall evidenee such insuxance coverage. 9. Policies shall have no exelusions by endors�ments, �vhich, neither nu�ify ar amend, the required lines oi co�erage, nor decrease the limits of said coverage unles� such enc�orsements are approved in writing by �he City. In the event a Contract has been bid or execuied and the exclusion.s are determined to be unacceptable or the City desires additional msUrance coverage, and the City desires the coniractor/engineer to obtain such coverage, the contractpxice shali be adjusted by the cost of the premium for such additiona! coverage plus 10%. 10. Any self-insured retentian (SIR), in excess of $25,OOfl.OD, affecting required insurance coverage sha11 be approved by the City in regards to asset value and stockholders' equity. [n C1TY OF FOAT WORTH STANI7AR�CON57'AUCTION Sl'ECIF�CATION DOCUMENTS Re�ision: 81Z3i1021 ooa�oo-i �EN�aa,�. oorro �Tior� s Page l8 af 63 �ieu of traditional insurance, alternative coverage �naintained t[uough insurance pools or rislc retention groups, znust also be appraved by City. 11. Any deductible in excess of $5,Q00.00, far any policy that does not pz•ovide coverage an a firs�t-dalla.r basis, must be acceptable to and approved by the City. 12. City, at its sole discretion, reserves the right to review the mst�rance r�quu•ements and to make reasona6le adjustmenis to insurance caverage's and �heir lirnits when deemed necessary and prudeni by the City based upon changes in statutory Iaw, court decision or the claiclr�s history of the Industry as well as of the contracting party ta the City. The Czty sha]I be require.d to provide prior notice af 90 days, and the insurance adjustments shau be �ncorporated inio th� Work by Change Order. I3. City sh.all be entitIed, upon writter� request and without expense, to receive copies of policies and endorsements thereto and may make any reasonable requests for deleiian or revisian or modificattons of pat�ticular policy tarms, conditions, limitations, or exclusions necessar� to canform the policy ancf et�dorsern�nts to the requirements af��e Contract. D�letions, re�isions, or modi�cations shali not 6e required where policy provisions are established by law or regulations binding upon eitI-�er party or the underwriter nn any such paIicies. 14. City shall not be responsib�e for the direct payrnent of insurance premiurn casfs for Contractor's ins�rrance. 5.04 Contractor's Insurance A, Wor�kers Compensation and Employers' Lia�ility. Contractor shall purchase and manitai� such insurance coverage with lim�s consistent with statutory benefrts out�ined in the Texas Worlcers' Compensation Act (Texas Labor Code, Ch. 406, as annended), and minimum �imi�s for EmpIoyers' Liability as is appropriate far the Work �aeing perfaz-med and as wi�l provide protection from cla�ms set forth be1o� which may arise out of or result from Cnntractor's perfarrnance afthe Work and Contractor's other obligations Under the Cont��act Documents, whether it �s to be performed by Coniractor, any Subcontractor ar,Supplier, az by anyone directly or inairectly emplayed by any oF them to perform any of the Worlc, or 6y anyone for whose acts any of t1�ern may be lia6le: I. claitx�s �ander workers' compensatian, disability benafits, and other similar empioyee benefit acts; 2, claims for damage� because af hodily injury, accUpatzonal siclmess or disease, or death of Contractor's einployees. B. Com�azercial General Liability. Caverage shall include but nat be limited to cove.ring [�ability (bodily injury or property damage) arising from: premises/operations, independeni contractors, products/completed operations, personal injury, and liabiIit� under an insured confract. Insurance shall be pro�ided on an oce�arrence basis, and as comprehensive as �he current Insurance Services Office (IS4) policy. This insurance shalI apply as prinnary insurance with respect to any other CITY OF EOI2'C WORTH ST.AN�ARDCaNSTRUCTIQN SPFCIFICATION 17�CiIMENTS [tevision: 8113/LD21 aa �z oo - i G�NERALCONo1TION s Page 19 of 63 insurance or seif irisu�•ance programs afForded ta the City. The Gommercial General Liability policy, shall have no exclusions by endorsements that would alter of nullify premises/operations, produc�s/completed operations, contraetua�, personal injury, or advez�ising injury, which are �ormally contained with the �olicy, unless the City ap�roves such exclusions in writing. Far construction projects that present a substantial completed operation exposurs, the City may require the contractor to maintain comple�ed aperations coverage far a mulimum of no less �han three (3) years following the completion af the projec� {i� ident�sd in the Supplementary Conditions). C. Autarnobile Laability. A commercial business auto policy sha11 provide coverag� on "any auto", de�'ined as autos owned, hired and non-owned and pravide indemnity for ciaims for damages because bociily injury ar death of any person and or properry darnage arisirig out af the wark, masntenance ar use of any znotor vehicle by the Contractor, any 5ubcontractor or Supplier, or by anyoz�e d�ecily ar indirectly ernployed hy any of them to per�orm any af the Work, or by anyone far whose acts any of them may be liable. D. Railroad P�otective Liability. If any of the vvork or any warranty work is within the Ittnits of railraad right-of way, the Con�ractar shall comply wit� the requirements identified in the Supplerr�entary Cand�tions. E. Notafication of Podicy Caraceliation: Contractor shall �mediately notify City upon cancellation or other loss of insurance caverage. Coniractar shaU stop wark until replacemeni irisurance has been pracured. There s�a�l be na time creciit far days not worked ptzrsuant to this section. 5.05 Acceptance ofBondsandlnsurance; �ption to Replace If City has any objection to the coverage afforded by ar other prov�sions of the bonds or utisurance required to be purchased and maintainec� by the Contractor in accordance with Article 5 on the basis of non-conformance wit33 the Cantract Documen�s, the City shall so notify the Contractor in vvriting within 10 Business Days after receipt of the certificates (or other evidence requested). Contractor sha11 pror�ide to the City such additionai i�for�nation in respeet of ir�surance provided as the City rnay reasonably request IfCantaactor does r�ot purchase ar maintain aIl oithe bonds and �nsu�rance required by the Contt'act Documents, the City shaIl notiFy ti�e C"ontractor in writing of such fa�lure prior to ihe start of fhe Work, or of such failure to maintain prior to any change in t�e required �overage. ARTICLE 6 — CONTRACTOR'S RESPONSIBILITIES 6.01 Stcpervision and St�e�intendence A. Contractor shall supervise, inspect, and direct #he Work com��tentky and effciently, devoting such attention thereto and ap�lying such skills and expertise as may be necessary to perform the Work in accordance with tHe Contract Documents. Contractor shall �e solely rasponsbie for the means, methods, techniques, sequences, and procedures of construction. CITY OF FOItT WORTH STAlVI7ARDCONSTRUCTIOtJ 5PEC1P[CATIdN D�CUMEIVT'S Revision: 823l1021 007200-1 GENERALCQ€��ITI�E� 5 Page 2Q oF 63 B. At a11 times dwring the progress of the Work, Contractar shall assig� a competent, English- spealcing, Superintenclent who shall not be r�placed without written notice to City. The Superintendent will be Contractor's represan#ative �t the Si�e and shall have authority to act on bahalf of Contractor. All cammunicatian given to or raceived from ihe Superintendent shall be binding on Contractor. C. Cantractor shall notify the City 24 haurs prior to mn�ing areas during the sequence of construction. b.02 Labor; �orkingHauu�s A. Contractax shall provide competent, suita.6ly qualified parsannel to perfarm construction as required by the Confract Document�. Coniractar shall at all tirnes mainta.in good discipline and order at the Site. B. �xcept as otherwise r�quired for th� safety or pratection of persons or the Work or property at the Site or adjaceni tI�ereto, and except as otherwise staied in the Cont�act Docu�nents, al] WarIs at the S�te shall be perfarmed durirag ReguIar Workirig HQurs. Contractor wi�l not p�rmit the perfarmanee of Wor]c beyand Regular Worlcing Hours or for Weekend Working Haurs without City's wriiten consent (which will not be unreasonably withheld}. Written req�a�st (by �etter or electronic cor�-�municatinn) to perfarm Warlc: 1. for beyand Regu�ar Worlcing Hours requesi must be rnade i�y naan. ai: least two (2} Business Days prior 2. %r Weekend Workir►g Hours request must be ir�ade by noon of the preceding Thursday 3. for legal halidays request must be made by noon twa Busrn�ss Days prior to the legal hofiday. 6,03 Services, lllaterials, crnd �'quip�tent A. Un]ess otherwise speci�ied in ihe Contract Documen�s, Contractor shall pravide and assume full responsibility for all ser�ices, materials, �quipment, labor, transportation, construction equipi�nent and machinaty, toa]s, appliances, fuel, power, laght, heai, telephane, water, sanitary facilities, �emparary facilities, and all aiher facilities and incidentals nec�ssary for the performance, Contracior reguired testing, start-up, and completian of the Work. B, All materials and aquipment incorporated into the Warlc shalI be as specified or, if not specified, shall be of good qua7iiy and ne�, except as o�f�►erwise �rovided i� th� Cant�•act Documents. AlI special warraniies and guarantees required by the Specifications shall expressly run to the ber�efit af Ciiy. If reqttired by City, Cantractor shall furnish satisfactory evidence (including reports oi required tests} as to the source, kinci, and quality of m�.terials and equiptnent. C1TY OF FORT WOR'I`H ST:4NDP.RI]COI�TRUCl'IaN SPEC[FICATION DOCUM�NTS Revi sian: 8I2.3�021 007200-f GEIVERAL CANdITIDN S Page 21 of fi3 6.04 6.05 C. Afl materials and equipment to be incorporated into the Work shall be �tored, applied, installed, connected, erected, protected, used, cleaned, and condiiioned in accordance with instt'uctions of tk�e applicable Supplier, exce�t as otherwise may be provided in the Contract Dacuments. D. All items of siandard equiprnent ia bc incorporated into the Work shaIl be the latest mociel ai the tima of bid, unless otherwise specif'�ed. PNoj ect Schedule A. Contractor shail adhere to t1�e �'roj�et Sch.edu�e established in accordance wiih Paragrapn 2.07 and the General Requirements as it may be adlusted frorn tu�ae to time as provided below. 1. Contractor shall submit ta City �'or acceptance (to the �xtent indicated in Paragraph 2.a7 and the Ganeral Requ�rement�) propased adjustments i� the Pra�ect Scheduie that will �ot result in changing the Contract Time. Sueh adjustments will comply with any provisions of the General Requiraments appI�cabie thereto. 2. Cantractor shall submit to City a monthly Praject Schedule with a monthly progress payment far the duration of the Cnntract in accordance with the schedule specification 01 32 16. 3. Proposed adjustments in the Prajeet Schedule tha� �ill submitted 'va acenrdance with the requirements o� Articl rnay only be m.ade by a Change Order. Substitutes a�ad "Or-Equc�ls" c�ange the Cantract Time shall 6e e 12. Adjustments in Contract Time A. Whenever an item af material or equiprrient is spec�'ied or described in the Contract Dacum.ents by using the name of a proprieta�y item or the name of a partieular Supplier, the spec�'ication or description is intended to establish the type, function, ap�earance, and qualiry required. Un�ess the specifcatic�n or description cantains or is followed by wnrds reading that no 1ike, aquivalent, or "or-equal" item or no substitukion is permitted, other items of material or equipment of other Suppliers may be submitted to City for review under the circurr►stances deseribed below. "Or-�'qual" Items: If in City's sole discration an i�em of rxiateri�l or equipment peoposed b� Cantractar is functianally equai to that narned and sufficiently sinvlar so that no change � related Work will be required, i� may be considered by City as an "or-equal" item, in �hich case review and approval of the proposed itern may, in City's sale di�cretion, be accomplishe d wit�aut compliance with some or all of the rec�uirements for appro�al of proposed substitute itezxa�. For the purposes of this Paragraph 6.OS.A.1, a proposed item of materia.l or equipment will be considered iunctianally equal to an item so nained if: a. the City determines that: 1) i� �s at least equal in materials of constxuction, qualz�y, durability, appearance, strength, and design characteristics; CITY pF FORT WORTH STANDAI�DCONSTRIICTION SR6CIFICA'CION [?QCi1MENT5 Rer+ision: 8/13/2(nl oa 7z oo - f GEfVERAL CON� ITIO N 5 Page 22 of 63 2) i� wil� reliably per£orm at least equalIy well ihe functian and achieve the results imposed by the design concepi of the coinpleted Project a.s a funciioning whole; and 3} it has a proven record of performance and availability pf responsive service; and 6, Contraetor certifies that, if appraved and incarporated into the Work: 1) there will be no increase in cnst to the City nr increase in Contract Time; and 2} it will conform substan�ially to the d�tailed requirements of the rtein named in the Contraet Documents. 2, 5`ub rtitute Item,s: a. If in City's sole discretion an item of material or equiptnent proposed by Contractar does not qualify as an "ar-equal" item under Paragraph 6.OS,A.1, it tnay b� submi�ted as a praposed substitute item. b. Cor�tractor shall subtnit sufficient ir�forrnation as provided below to a�low City to determ�rre if the i�em of material or equipment proposed is essentially equivalent to that named an.d an acceptable substiitute therefoi•. Requests for review of proposed substi�ute ite�ns of material or equipinent will not be accepted by City frozn anyone ather than Contractar. c. Contractor shall make written application to City for revievc� of a proposed substztute item of material or equipment that Cantractor seeks to furnish or use. The applicatinn shalI carnply with Section 01 25 00 and: 1) shall certify that�he praposed substitute rtenl will: a) perfoz�m adac�aately t�e functions and achieve the results called for by the general design; b) be similar in substance to thai specified; c) be suited to the same use as that spec�'ied; and 2) will state: a) the extent, if any, to which the use of the proposed substitute item will prejudice Contractor's achievement of final completioz� on time; b) whe�her use af tl�e proposed substitute item in the Work wilI require a change in any of the Coniract Docurnents (ar in the provisions of an� ath.er d'u'ect contract with City for other woi•k on the Project) to adapt the design to the proposed substitute it�m; C1TY OP FORT WORTH STANDAAI7C£31�STRUCT[ON SPCCIFiCATIO�I AOCUMENTS Revision: 8fi"iI�] 007200-1 GENERALfAN�ITION S Page 23 of 63 c) whethex incorporatian or use of the proposed substitute item in cannectian with the Work is subject to �ayment of any licens.e fe� or royalty; and 3) wi11 identify: a) all variations of the praposed substi�ute item from that specified;. b) avai�abl� engine�ring, sales, rnaintenance, repair, ancf replacement services; and 4} shall confain an itemized estitraate of all costs or credits that will resuit directly or ind�ectly fram use of such substitute item, including costs of redesign and Damage Claims of other contractors affected by any resulting change. B. Substitute Const�uetionMethods oYP�ocedures: If a speci�ic means, methoci,techniq�ze, sequence, ar procedure of construction is express�y required by the Contract Documents, Contractor may furnish or utilize a substitute means, method, technique, sequence, or procedure of canstruction approved by City. Coniractor shall submit sufficien� information io allaw City, in City's sole d�scretion, to deterrnitae that the substitute proposed is equivalent to that expressly ca�ed for by tb:e Con�ract Documents. Contracior shal� make writien application to Gity for review in ihe same manner as those provided in. Paragraph 6,OS.A.2. C. City's Evaluation: Ciry will be aliowed a rea�onable time wiihin which to evaluate each proposal ar submittal znade pursuant to Paragraphs 6.05.Aand 6.OS.B. Ciiy may require Contractor to £urnish addi[kional data about �� proposed substitute. Ci�ty will be the sole �udge of acceptability. No "or-equal" or substitute wiI1 be ordered, installed or utilized until Ciry's review is complete, which will be evidenced by a Change Order in the case af a substi�ute and an accepted Submittal far an "or-equal." City will advise Contractar in wri�ing af its dete�rnination. D. Special G�arantee: City may require Contracto�r ia furnish at Coniractax's e�pense a special performance guarantee, warranty, or other surety with respect to any substitute. Cont�actoN shcrll indern�tify and hold harnaless City and anyone dir�ectlyar indi�ectly employed by the�n,fr-om and aga inst any and all cla im,s, dar�aages, lasses and expenses (inclucl ing attorneys fees} aristng out of the us� of �u�stituted mateYictls or equip3nent. E. City's CostReimbu�sement: City will record City's costs in evaluatmg a substitute propqsed or submitted by Cor�tractor pursuant to Paragraphs 6.OS.A.2 and 6AS.B. Whether or not City approves a substitute so prapos�d or submitted by Contractor, Cantractar may be required to te�nburse City for evaluating each such praposed substrtute. Contractor may also be required to reimburse Cifiy for the charges for �naking changes in the Contract Documents (or in the provisions of any other di�rect cot�tract with City} resultjng �rom the acceptance of each proposed substi�tute. F. Corttractor's �'xpense: Contractar shall provide aU dat� in support of any proposed substitute or "ar�equal" at Coniraetor's axpense. CTTY QF FORT WORTIi STANDARDCONSTRUCTION SrECIFICATTON DOCUNIENTS Revisian: BrL3/Z021 oa�zao-i GENERALCflNQITI0N5 Page 24 of 53 G. City Substitute IZeimbuYsernent: Costs (savings ar charges) attributable to acceptanee of a substitute snall be incorporated to the Contract by Change Ordar. H. Ti�ne E.�tenszons:No additianal time vvill be granted for substih�ians. 6.Q6 CancepningSubcont�^actors, Supplie�s, andOthers A. Contractor shall perform with his own arganizatian, v�orIc of a �alu� not less than 35% of tI�e value embraeed on the Contract, unless oth�rwise appraved by the C�ty. B. Contractar shall not erzaploy any Subcontractar, Supplier, or other inciividual or entity, whether initially or as a replacement, aga�nst whom City may have reasonable objection. Contractor shall not be required to empioy any Subcontractor, Supplier, or oiher individual or entity to furnish or pet-�onn any of the WorIc against �vhoz-u Contractc�r has reasanable objection {exc[uding those acceptable to City as indicated in 1'aragraph 6,06.C). G The City tnay from time ta time require the use af certain ,5ubaon#ractors, Suppliers, or other individuals or ent�ies on the proJect, and will provide such requirements in the Supplernentary Conditions. D. Minorit,� Business Enterprise Complianee: It is City policy to ensure the full and equitable participation by Minority Business Enterprises (MBE) in the procurement of gooefs and services on a contracival basi�. If the Contract Documents provide for a MBE goal, Contractor is required to comply tivith fihe in�tent of the City's NfBE Ordinance (as amerided) by the �allowing; ]. Cantractor sha�l, upon reqta.est by Crty, provide co��aplete and accurate informatian regarding actua] worlc performed by a MBE on the Contract and payxnent thereiar. 2. Contraetor will not rn.ake additions, deletions, or substitutians of accepted h�BE wiihnut written consent of the City. Any unjust�"ied change or deletion snall be a material breach af Coritract and may result in debai•ment ir� accordance with the procedures outlined in the Ordinanc�. 3. Contracfar shaI� upon request �y City, allow an audit and/ar examination of any books, records, or fIes in the possession. of the �ontractor that will sLtbstantiate th� actual work performed by an MBE. Materia! r�isrepresentation nf any nature vvill be grounds for t�rmination of the Contract in accardance vaith Paragraph I5.02.A. Any such misrepresentation may be grounds for disquaIification o� Cantractor to bic! on future contracts with the City for a period of not less than tk�ree y�ars. E, Contractor shall ba fuliy responsible to City for aIl acts and omi�sions of the Subcontractars, Suppliers, and other individuaIs ox entities performing ar furnishing any af the Work just as Contractoz• is respacasi6le for Contractor's own acts and omissions. Nothing in the Contract Docurr�ents: C1T1' OF FORT WpRTEI STANDAI2DCONSTRIICT[ON SPEC[F7CA'f10N DOCi]MENTS Revision: 82�/"i.0i1 007200-I GENERRL CONI] ITION 5 Page 25 of 63 1. shall create for the benefit af a�y such �ubcontractor, Supp�ier, or other individual nr entity any contractual rel�tionship bet�ween Ciry and any such 5ubcontractor, Sup�lier or other individual nr entity; nor 2. shali create any obligation nn the part af City ta pay or to se� to the payment of any moneys due any such Subcontractor, Supplier, or othar 'va.dividual or entity e�cepf as may otherwise be required by Laws and lZegu�ations. F. Contractor shafl be solely responsible for scheduling and coorainating the Work of Subcontractors, Suppliers, and other i�di�iduals or entities pe�•Forming or furnishing any of the Work under a direct or ir�darect contract with Contractor. G. A�l Suhcontractors, Suppliers, and such other �dividuals or entities performing ar iurnishing any of the Wark shali eoinmunicate with City through Cant�actor. H. All VVork performed %r Contractor by a Subcontractor or Supp�ier vvill be pursuant fio an appropriate agreement between Contractor anci the Subcontractor or Supplier which specifcally birids the Subcontractor or S�pplier ta the applicable term.s and conditions of the Contract Docurnents for the benefit af City. 6.07 Wage Rates A. Duty to pay Prevailrng Wage Rates. The Conixactor shail camply with all rec�uirements of Chapter 2258, Texas Government Code (as arnended), includmg the payment of noi less tl�an the rates determined by the City Council of the City of Fort Worth ta be the prevailing wage rates in accordance with Chapter 2258. Such prevailing wage rates are ir�cluded in these Con�ract Dacuments. B. Penaltyfor Vialatlan. A Contractar or any Subcontractor who does not pay the pre�ailing wage sha�, upon demanci rnade by the City, pay to the City $6Q for each warker employed for each calendar day or part of the day that the worker is paid less th.an the pre�ailing wage rates stipulated in these con�ract docuinents. This penalty shali be retained by the City to offsat its admin�,sfirative costs, pursuant to Texas Gaverr�nent Code 2258.023. C. Cor�rplcaints of Violations and City Dete�mination of Good Cause. On receipt of inforrriation, includin� a complaint by a worker, cancerning an alleged violation ai 2258.023, Te�s Government Code, by a Conlractor or Subcontractar, the City shall make an ir;itial detennination, befare the 31st day after the date the Ciry receives tlze information, as io whether good caase exists to believe �at t�e violation occurred. The City shall natify in writing the Con�iactor or Subcontractor and any affected�vorker of its initial defiermination. Upon fhe City's deter�nination that thare is good cause to believe t�e Contractor or Subcontractor has violated Chapt:er 225$, the City shall retain tha full am.ounts claimed by the claimant or c�.imants as the difference betweenwages paid and wages due under the prevailing wage rates, such amounts being subtracied from suecessive progress payments pending a final determu�ation af the vialat.ion. CITY OF FOAT WORTH STANDARDCONSTRFICTION SPECIF[CATlOiV DOCCTM�fTS Revision: Sf13f1D21 OD7200-1 GENERAL CANnITIDN S T'age 2b of 63 D. Arbitration Required if Violation Not Resolved. An issue relating to an alleged violation of Section 2258,023, Texas Gnvernment Code, ir�cluding a penahy owed to th� �ity or an affectedwarlcer, shall be submi�ed to binding arbitration in accordance witk� the Te�s GenaraI Arbitratinn Act (Article 224 et seq., Revised Statutes} if the Contractor or Subcontractor and any affectied worker cloes not resolve the issue by agreeinant6efore the 15th day afterthe datethe City makes its initial determinatian pursuant to ,Paragraph C abave. If the persons reqtaired to arbitrate under this section do nai agree on an ar6itraior before the 1 lth day after the dat� that arbitration is required, a di�trict co�art shall appoint an arbi�rator on the petition of any of the persons. The City is not a party u� tI�e arbitration. The decision and award of the arbitrator is iu�al and b3nding on a�l parties and may be enforced in any court of campetent jurisdiction. E. Records to be Mafrttainecl. The Contractor and each Subcantraciar shall, for a perioct of three (3) years foi�owing the date o� accept�nce of the work, maintain records that show (i) the nazne and occupation af eachwarker employed 6y the Contractor iri the construction of the Wark provided for in this Contract; and (u} the actual per diem wages paid to �ach worker. The records shall be open at all reasonable hours for inspection by Che City. The pro�isions of Paxagraph 6.23, Right ta AudiC, shall peztaitl ta thfs [nspection. F. P�ogress Payrtzents. With each pragr�ss payment or payz•olI period, whiche�er is less, the Contraetor shall submit an affidavit stating that th� Cantra�tor has colnpIied with tne requirements of Chapter 2258, Texas Government Code. G. Posting of Wage Ratcs. The Contractor shall pos� prevailing wage raies in a conspicuous place at all tiirrzes. H. Subcontractor Cornpliance, The Contractor sha�l �nclude in i�s subcontracts andlor shall otherwise require aI] oi its ,Subconh•actors io coinply vsrith Para�raphs A through G a6ove. 6.08 PatentFees a�adRoyalties A. Contractor shall pay all ]icense fees anc! royalties and assume all casts incident to the use in the performance af the Work or the incorporation in the Work of arty invention, design, process, product, ar device which is the subject of patent rig}�ts or copyrights heId by others. If a particu�ar invention, design, proce,ss, product, or device is specified 'm the Contract Doctunents for use in the performance of tHe Work and if, to the actual knowledge of City, its use is subject to patent rights or copyrights calling far the paytxient of any license t'ee ar royalty to others, the existence of such rights shall be disclosed by City iri the Contraci Docuine�ts. Failure of the City to disclose such information does not reliev�e the Contractar from its obligations to pay for the use of said fees or royafties to others. B. To the fullest extent permitted b� La�vs and I2egulatians, Cantracto� shall indemn� and hald ha��less Ctty, from and agatnst �ll clairns, costs, losses, a�ad da�nages (including but not limited to all fees and charg�s of engineers, architects, �ttorney,s, and other professianals and adl court or arbatration ar other dispute resolution costs) aYising ozit of or �elating to any rnfringement of patentrights or copyrights incrdent to the use in tlae perfor�mance afthe Work oN resultangfrom crrYoe raR�r �vox�rx STANDARDCONSTRUCTION SPECIF[CAT[ON DOCUMENTS Revision: $rL3I�l oo72oa-i GEN�RALCONDiTION 5 Page 27 of 63 the ineo�poration in the Wor�k of any inve�ation, design, process, p�aduct, o� device �ot spec�ed in the Cont�^actDocuments: 6.09 Perrraits and Utilities A. Contractor obtained perrnits and licenses. Contractor shall obtain and pay for al! construction permi�s and licenses except thase provided for in the Supp�eir►entazy Conc[itions or Contract Doeurr�.ents. City shall assist Cantractor, w�►en necessary, in obtainmg such permits and licenses. Contractor shall pay all governriaenta� charges and inspection fees nec�ssary far the prosecution a� the Wark w�►ich are app�icable at the titne of opening of Bids, or, if tY►ere are no Bic�s, on the Effective Date of the Agreement, except %r pernniks provided by the Ciry as specified in 6.09.B. City sha11 pay all charges of util�ty ownecs for connectio�s far providing permanent service to the Warl�. B. Ciry obtafnedpermits and lzeenses. City will obtain and pay for alI pernnits and licenses as provided for m the Supplementary Conditions or Contract Documents. It will be the Coritracior's responsibility ta cariy out the provi�ions of the perinit. If the Contractar initiates change� to the Con�r'act and the City approves the changes, the Contractor is responsible for obtai�tirtg clearances and coardinating with the apprapriaie regulatory agency. The City will not reimburse the Contractor for any cost associated v�+ith these requirerr�ents of any City acquired per�nit. The foilowing are permits the Ciry will obtain � required: 1. Te� s Department o�' Transportation P ermits 2. U.S. Army Corps of Engineers Permrts 3. Te�s Commi�sion on Enviranmental Quality Permits 4. Railroad Company Permits C. Ouistandingpermits and licenses The Cily anticipates acquisitian of andfor access �� permits and licenses. Any ou�tandirig permits and licenses are anticipatad fo be acquired in accordance with the schedule set forth in the Suppiem�ntary Cond�tions. The Project Schedule submitted by the Contractor in accardanee with the Contract Documents must consider any outstanding permzts antl licenses. 6.10 Laws and .Kegulatiarrs A. Contractor shaIl give a11 nntices rec{uired by and shall comply with all �aws and Regulations applicable to the performanca of the Woric. Except where otherwise expressly required by applicable Laws and Regulations, the Ci�y shall noi be respons�ble for monitoring Contractor's compliance with any Lavvs or Regulations. B. If Contractor performs any Work knowing or having reason ia kn.ow that it is contrary ta Laws or Regulations, Contractor shall bear all claims, casts, Iosses, and damages (including but not limited to all fees and eharges of engineers, architects, attorneys, ar�d other professiona�s and all CITY OF FORT WOItTH STANDARI7CdN$7RUCTIDN SPECIt�EE;ATION DDCUMEI�ITS Revision: RIL�Cll721 oa�zoo-� ���v��a�co�oiriar�s t'age 28 of 63 court ar arbitration or oth�r dispute resalution costs) ar�sing o�at of nr relatzng to such Worlc. Hawever, it shall r�ot be Cont�ractor's responsbiIiry to inake certain ti�at �he Speciiications and I]rawings are in accardance with Laws and Regu]ations, 6u� t�ais shaIl not relieve Contractor of Con�ractor's abligations Under Paragraph 3.02. C. Changes in Laws or Regulations noi Icnown at the time of op�ning of Bids having an effect on the cost or time ot' performance of the Work znay be the subjeci of an adjustment in Contract Price or Contract Time. 6.11 Taxes A. On a confi�act awarded by tha City, an orgariization which qualifes for exemption pursuant to Texas Tax Cade, Subchapter H, Sect�ans 151.3Q1-335 (as arxiend�d), the Contractar rrmay purchase, reni or lease all material�, s�rpp�ies and equiprn�nt L�sed or consumed in the perfnrmance af this contraci by issuing to his supplier an exemption certificate in lieu of the tax, said exetnption certificate to comply with State Comptroller's Ruling .007. Any such exemption certificate issue.d to the Co.ni�actor in Iieu ofthe tax shall be subject to and shall comply with the provision of.State Comptroller's Ruling .011, and any other applieable rulings pertaining tn the Texas Tax Code, Subcha�ter �I, B. Texas Taxpermits and inforination rnay be obtained frorn: Comptroller of Pub]ic Acco�ants Sales Tax Division Capitol Station Austin, TX 78711; or 2. httpJ/www.wi�ldow.state.tx.us/taxmfo/taxforms/93-forms html 6. I2 Use of,srte and OtherAreas A. Lrrrirtation or� Use of Site and OtherAs�eas: Cantractor shal� confine construction equipm�nt, lhe storage of materials and equipmeni, and the operations of workers to the Site and other areas permitted by Laws and Regulations, anc! shall not unreasonably encumb�r the Site and oth.er ar�aswith eonstructian equiprzaen�. or other materials or equipment. Contractor shall ass�une fu11 responsibiIity fvr any damage to any such land or area, or ta the owner or occupant thereof, or of any adjacent �and or areas resulting from the performance of �he Work. 2. At any time when, in the judgment of ihe City, the Coritractor has obstructed or closed or is carrying on operatians in a�JOftI0I1 of a street, right-of vvay, or easement greater than is taecessary for pro�er execution of the Work, the Cit�y may require the Contractor to finish the section. on �vhich ap.eratinns are in progress be�ore work is cornmenced an any add�tional area of the Site. C17"i'OFF�RT WORTH STANIaAI2DCON5TRUCTIDN SPECIFICATION DOCUMEI�TS Revision; 82inf12l 407200-1 GENERAL GOND1�10N S Page 29 of 63 3. Should any Da�r�age Claim be made by any such owner or occupant because of the per�ormance of the Worlc, Contractor shafl prompily attempt to resolve the Dama�e Claitn. 4. Pur�suant to Paragraph 6.21, Cnnt�actor shail indemnifyand hald harmless City, frorra and against all claims, costs, losses, and damages arisangout afar relating to any clairyt or aetion, legal or equitable, brought 6y any such owner oN accupant against City. B. Rerrtoval of Debrfs During Perfo�mance af the YT�o�k: During the progress of the Wark Contractar shali keep the Site and other areas free from accumulations of waste materials, rubbish, and other debri�. Removal and disposal of such waste materials, rubbish, and oLher debris shall cnnform to appiicable Laws and Regulations. C. Site Maintenance Cleaning: 24 hours after written natice is given to the Cantractor that the clean-up on the job site is proceeding iri a inanner unsatisfactary ta t�e City, if the Contractor fails to correct the unsati�factory prflcedure, the City may take such d�ect actian as the Ciry deems appropriate to correct th� clean-up deficiencies cited to the Contractor in the written notice (by letter or eleclronic communication), anci the costs of such direct action, plus 25 % of such costs, shall be deducted from the monies due or to become due to the Contractar. D. �'inad Sfte Clecrning.• Prior to Final Acceptance of the Work Contractor shall clean the Site and the Work and imake it ready for utiuza.tian by City nr adjacent property dwner. At the carnpletion of the Work Contractor shall remove from the Site all tools, appliances, constructxan equipment anc� machinery, and surplus materials and shalI r�s�ore to original eondition or better all praperty dist�rbed by the Work. E. LoadingSt�uctures: Contractor shall not Ioad nor permit any part af any siructure to be loaded ir� any manner that will andanger the siructure, nor shall Cont�ractor subject any part of the Work or adjacent property ta s�tresses or pressures that will endanger it. 6.13 Record Docurfaents A. Contractor shall maintain ir► a safe place at th� Srte or � a place de�ignated by fihe Cantrac�or and approved by the City, ane (1) record co�y of all Drawings, Specifi�ations, Addenda, Change Orders, Field 4rders, and vvritien interpretations anci clarifieations in good nrder and annotated to show changes made during cons�ructtan. These recard docurnents together with al1 approved Samples and a counterpart of all accepted Submiitals will be available to City For reference. Upon comple�ion of tlle Work, these record documents, any operation and maintenance manuals, and �ubm�ttals will be deJivered to Ciry pcior to Final Inspection. Contrac�ar shall mclude accurate locations for huried and imhedded items. 6.14 Safety and Protection A. Contractor shall be soiely responsible far anitiating, rz�aintaining and supervisi�g all safety precautions and programs in connection with the Worlc. Such responsbility does not relieve Subcontractors of their resp�nsibility for the safety of parsons or praperty in the perforrnance of their wQrk, nor far com.pliance with applicable safety �,aws and Regulatians. Con�ractar shall CITY OF FORT WORT7-] STANDARDCDNSTRUCTION SPECICICATION DOC[JMENT5 Revision: 81J:�1 6072Q0-I GENERALCONDITIONS Page 30 of G3 take alI n�cessazy precautians for the safety of, and shall provide the necessary protection to prevent darnage, injury or Ioss to: 1. all persons on tk�e S.rte or who may be affected by the Worlc; 2. all the Worlc and mat�rials and equipment to be incorporated therein, wheth�r in storage on or ofF the Si�e; and 3. other property at tf�e SiCe at adjacent thereto, including trees, shrtabs, lawr►s, wallcs, pa�ements, roadways, s�•ucfures, utilities, and llnderground Facilities not designated for removal, relocation, or replacement in the course o� consiruction. B. Coniractor shall camply with ali applicable Laws and Regulations relating to the safety of persons ar praperty, or to �e protection of persons or property from damage, inj�ary, or loss; and shall erect and znaintain all neeessary safeguards for such safety and proteetion. Contractor shall not�'y ownez•s of adjacent property and of Underground Facilities and other utility owners when prosccutlon of the Worl� may affect them, and shall eoop�rate with thern i� the pratectian, removal, xelocation, and replacezneni o�'iheir property. C. Contractar shall co�nply with the applicable req��rem.ents of City's safety prograrns, if any. D. Contractor shall inform City of the specif"ic requiremenis of Contractor's safety �ragram, � any, v�ith which City's employees and representatives must comply vwhile at the Site. E. All darnage, injury, ar loss to any property referred to in Para�-aph 6.14.A.2 or 6.14.A.3 caused, direcily or indirectly, in. whole or in part, by Coniractor, any Subcontit�actor, Supplier, or any other individtaal or entity directly or indir�ctly employed by any af them �o perform any of the Work, or anyone for wh.ose acts a.ny of them nnay �e liable, shaIl be rernedied by Contracto�•. F. Cantractoi�'s duties and responsibi�ities for safety and for protection o� the Work shall contir�ue until such tizne as all the Work is completed and City has aceepted the VL�ork. 6.15 Safety RepresenCative Contractor shall inform City iri writing of Contractor's designated safeiy representative at the SYte. 6.16 Hazard ComrraunicationProgf^ams Contractor sha11 be respansible fnr coordinatir�g any exchange of material safety data sheets or other hazard communication it�fi'ormation requiracf to be rxiade ava2lable to or exchanged between or among employ�rs in aceordance with Laws or Regulations. 6.17 Errtergencies and/oY RectificaCion A. In emergenctes affecting tl�e safety ar protectian of persons or the Work or property at the Site or adjacent thereto, Cnntractor is obligated to �cf to pr�vent threatened damage, injury, or Ioas. Contractor shall give City prompt writ�en notice if Contractor beli�vas that any sigiificant cirYaF �oxT wo�� STAIVDARDCONSTRUCTIOK SP�CIFICAT[ON IJOCUML•NTS Revision: �L3l�D21 oo�zoo-� GENERALCONDITION S Page 3 I of 63 changes ia� the Work or variatians from the Contract Dacuments have been caused thereby or are renu�ed as a result therea£ If City determines t�at a change in the Cantract Dacuments is required because of the aetion taken by Contractor in response �o such an einergency, a Change Order may be issued. B. Sk►ould the Contractor fa�l to respond to a request fram �he City to rect�fy any disceepancies, omissions, or carrection necessary�o aonform. with the requireinents oithe Cantract Documents, tl�e C�ty shaJl gi�+e the Contcactor written notice that such work or changes are to be performed. Th� written notica shall direct atientiion to t�►e discrepant condi�ion and request the Contractor to take remedial action to correct the e�ndition. In the e�ent the Contractor daes not ta�ce positi�e steps to fulfi� th�s written reyuest, or does not show just cause for nat takir�g the proper actian, within 2� hours, the City inay taks such rei�nedial action with City forces or by contract. The City shal� deduct an amount ec{ual ta t�►e entire costs for such rem.edial actian, plus 25%, from any funds due or become due the Contractar on the Praject. 6.18 Su b naittals A. Contractor shall subinit required Sub�nitta�s to Ciry for re�view and acceptance in accordar�ce with �he accepted �chedule of Submittals (as requ�'ed by Paragraph 2.0'�. Each submittal will be identified as Ciiy may require. 1. Subrnit numbar of capies spec�'ied in the General Requirements. 2. Datashown on the Submitta�s wili be complete with respectto quantities, dimensions, specified perfarmance and design criteria, maierials, and similar data to show City the set-vices, maierials, aad equi�ment Contractar praposes to provide and to enable City to re�iew the information for th� limited purpases requi�ed by Paragraph 6.18.C. Submittals subrrvtted as herein pro�ide� by Contractor and revievwed by City for conformance with the design concept shall be executed in conformity witl� the Contract Documents unless otherw�se required by City. 4. When SubmiEttals are submitted for tlie pUrpose of �howin� the installation in greater detail, their review shall not excuse Cont�actar from requirements shown an the Draw�ngs and Specificatians. 5. For-Information-Only submittals upon which the Ciity is not expected to conduct review ar take responsive action may be so identified in the Contract Documents, 6. Submit required number af Samples specified in the Specificat�ons. 7. Clearly identify each Sainple as to materiai, Supp�ier, pertinent data such as catalog numbers, the use for whicl� intended and other data as City may require to enable City to review the submittal for the limit�d purposes required by Paragraph 6.18.C. C1TY OP FORT 'WQRTH STF.N]7�RDCONSTRIICTION SPECIFICAT[ON DQClJME1�1T5 Itevision: i�3f�21 ao�zao-i G�NERALCONDITIONS Page 32 oFb3 B, Where a SubixiittaI is t•equired by the Cantract Documents or the Sch�dule of Subrniftals, any related War�c performed priar to City's review and acceptance of the pertinent subiniital wiv be at the sole expense and responsibility of Conf�actor. C. City's l�evievv: 1. Czty will provide timely review of required Submittals in accordanc� with ihe ScheduIe of Subrnittals acceptable to City. City's review and acceptance wi�l be only to determine if �he items �overed by tk�e sUbmittals will, after installatton or incot-poration in the Work, conform tn the ir�armation given in the Cont�actDocuments and be compatible with the design concept of the completed Project as a fi.inctta�ning whole as indicated by the Contract Documents. 2. City's review and acceptance wi�l not extend to means, meiI�ods, techniques, sequences, or procedures of constxuciion (e�cept where a particular means, me�od, technique, sequence, or procedura of construction is spec�ically and expressly ca�led for by the Contract Documents} or ta safety precautions or prograins incicient thereto. The review and acceptance of a separate item as such will not indicate approval of the asseinbly in whYch the ztern functions. 3. City's revze�v and acceptance shal] not relieve Contractor from responsibiIity for any variation from the r.equirctnents of the Contract Dac�ments unless Contractor• has complied wi�h the requiremenis of Section 01 33 00 and City has given written acceptance af eacn such variation by specif[c written noiatinn thereo� mcarporate� in or accompanying the Subznittal. City's revi�w and acceptan�e shall not re�ie�e Contracto� from responsibi�ify for coznplying witlz tihe reau�rements o.f the Contaract Dacuxnents. 6.19 Continurngthe Work Exc�pt as otherwise provided, Contraetor shall carry on the Work and adhere ta the I'roject Schedule durirzg aI1 d�sputes or disagee�ments with City. No Work snaIl be clelayed or postpanec! pend�g resolution of any disputes ar disagreements, except as C.ity and Contractat� may otherwise agree in writit�g. 6.20 Cantractor s Gene�al Y�a.rpanly and Ga�arantee A. Cantractor warrants an.d gzaarantees to City that all Woark wi21 be in accordance with the Contract Documents and vvil] not be defective. City and its ofFicears, d�rectors, m�mbers, partners, ernployees, agen�s, consulta�xt�, and subcontractors shalI 6e entitled ta rely on repres�nta.tion of Contractor's warranty and g�arantee, B. Contractor's warranty and guarantee hereunder excludes defeets or da�nage caused by; 1. a6use, anod�cation, ar nnproper maintenance or operaiian by persons aiher than Cont�•actor, Subcontraetar�, Suppl�ers, or any other individual or entity for whom Contractar is responsible; or CTTY pF I'ORT WOR1"H STANDARDC.ONSTRDCTIQN STECIFICATION DOCUM�NTS Revision: 8�L32031 nnnoa-� G�N�RALCANDITIpIVS Pa�e 33 of53 2. normal wear and tear under norrnal usage. C. Contractor's obl�gation to pezfarm and complete the Work in accardance with the Contract Documents shall be abso�ute. None of the foliowing will con:stitute an acceptance of Work that is nat in accordance with the Contract Documents or a release of Contractor's abligation to perform the Work ir� accordance with the Con�ract Documents: l. observations by City; 2, recommendation or payment by City of any pragress or final payment; 3. the issuance of a certiiicate of Fi�al Acceptance by City or any payment related tilereta by City; 4. use or occupsncy of the Work ar any partthereof by City; 5. an.y revie� and acceptance of a Subrnittal by City; 6, any inspectian, test, or appraval by othars; or 7. any correction of defective Work by City. D. The Con�ractor shall rerr�edy any defects or damages in the Wark and pay for any damage ta ather vvark or property resulting therefrom �vhich shall appear within a period af two {2) years firom t�e date of Final Acceptance of the Work unless a longer period is specified and shall furnish a good and sufficient maintenance bond, camplyin� with the reyuirements of Article 5.02.B. The City wilI give notice of observed defects vvith reasanable promptness. 6.21 Indemnification A. Cantractor covenants and agrees to indemnify, �old harmless and defend, at its own expense, the City, its o�cers, servan�s and e�nployees, fxom and against any and ail clai� arising out of, or alleged ta arise ont of, the work and services to be perfarmed by the Contractor, its officers, agents, employees, subcontractors, licenses or invitees under thi� Cantracf. TH�� iNnFR�NTFTC'ATiCIN PRO PECTFTC'ALLY iNTEND .� Tn nPFRATF, ANII BESFFFC'TIVF E N iF �T IS Ai LEGFILR PR VEN THAT Ai,T. nR SOl4'iE F THF DAl�IA_ YFS BFTNG SOUGHT WERF CA T�D. IN WHOT.F (�R IN . Tl�is inde mnity provisfon is intended to include, withaut lim�itation, inde�nniiy for costs, ex�nses and legal fees incurred loy the City in defending against such claims and canse� afactions. B. Contractorcovenantsandagreestoindemnifyandho�dharmless,atitsownexpense,theCity, its officers, servants and employees, from and against any and alf loss, damage or des�ructian ofproperty ofthe City, arising out o� or alleged to arise out o� the work and services to l� pe�-�'ormed by the Contractor, its officers, agents, employee�, subcontractors, licensees or invitees �nder this Contract. THI� TNnFM_NTFI(�___ CITY OF FORT WO[LTH STANDAR�CONS�RUCTiON 3PECiFICATfON �OCUMCIdTS Revision: 8r1311Q23 D07200-1 GENERAL CONRITfON S Page 34 af �3 � --- -'-- \1 _1 1 f' ►:-11- �\� i / _1 \ - -- --� �: "� L► ` — �1l_ � •-- �=��- ! -► � �.1 �. � �: � u : -- ! -► u.�__ �: '=►- �- =� -- ���_-. �► �; i� . _ � _ . 6.22 Delegcrtior� af Professional Design Services A, Cantractor wiIl not be required to provicle professional design services unless such services aiE specifically z•equired by the Contract Documents %r a portion of the Worlc or unless such setvice� ar•e required to carry o�at Contractor's responsii�ilities for construction maans, methods, techniques, sequences and proceduz•es, B. If professional design sarvices or certifcations by a design professional related ta syste�ns, materials or equipment are specifically required oi Contractior by the Contract Documents, City will specify all performance and design, cri�eria that such setvices rrzust satisfy. Contractor st�al] cause such sarvices or certifications to be provided by a properly licensed professional, whose signature and seal shall appear on all drawings, calculations, specifcations, certifications, and Submittals ptepared by such professianal. Stabmitta]s related to th� Worl� d�si�ned or certified by such professional, if prepared by others, shall bear such praf�ssianal's wri�ten apprava� when submitted to City. C. City shaI] be entitIed to rely upan tlae adequacy, accuracy and completeness of the services., certifications or approvals perfarrxied by sueh design professionals, provided City has specified to Contraeior performance and design criterta fhat sucI� services must satisfy. D. Pursuantto this Paragraph 6.22, City's teview and acceptance of design calculations and design drawings will be only %r the limii�d purpose of checkir�g for canformance with perFormance and design errteria given and the design concept expressed in th� Cantz•act Documents. City's review and acceptance of Submitta�s {except design calcu]atians and design drawirigs) will be only far �he purpose stated ir� Paragraph b.I8.C. 6.23 Right to Audit A. The Contractar ag7•ees that the City shall, until the expiration of three (3) years after �'inal payment under this Contr,act, hav� access to and the right to examine and photocapy any directIy pertinent books, doeuments, papers, and recards o� the Gantractor itivo]ving transactians relating io this Contract. Cantractor agrees thaL th� Cit-� shall have access during ReguIar Working Hours to all necessary Contractor facilrties and shall be provided adequaie anc! appropriate wark space in order to conduct audi�s in campliance with the provisions of this �aragraph. The Ci�y shall give Contractor reasonable advance notice of intended audi�s. B. Contractor further agrees to include in all its subcantraets hereunder a provisian to �h� effectihat the subcan�t'actor agrees that �e City shall, UntiI the expiration of fihree (3} years after final payment under tk�is Contract, �a�e access ta and the right to eXarr�ine and photacopy any directly pertinent books, documents, papers, and records of such Subcontractar, in�alving transactinns to the subcontract, and further, that City shall ha�e access during Regi.ilar Worlcing Hours to all CITY OF FORT WORTII STANDARDCONSTRilC7'ION SPECIP[CATION ]JOCUIv1CNTS Revision: &T13f2021 007200-i GENERALCONI]ITION S Page 35 of 63 Subcantractor iacilities, and shall be provided adequate and appropriate work space iti order to conduct audits in compliance with the pro�visions af this Paragraph. The City sllall give Subcontractor reasanable advance notice o� iritended audits. C. Cor�tractar and Subcontractor agree to photocopy such docurnents as may be requested by the City. The City agrees to reimburse Contractor for the cost oithe copzes as fallows at the rate published in the Texas Adminis�rative Cade in effect as of the tiix�.e copying is performed. 6.24 Nondiscr�iminatton A. The Ciry is responsible for operat�ng Public Transpartation �z�ograms and implementing transit- rela�ed projects, wiuch are funded in part with Federal financial assistance awarded by the U.S. Department of Transportation and the Federal Transi� Administra�ion (FTA), without discriminating against any person in the Unrted States on the basis of race, calor, or nationai origin. B. Title VI, Civil RightsAct of 1964 as anaenc�ed.• Contractor shall comply with the requirennents of tY►e Act and the Regulations as further deiu�.ed in the Supp�ementary Condi�ions for any pz•aject receiving Federa� assistance. ARTICLE 7�- OTHER WORK AT THE �ITE 7.01 Related Work at Site A. Ciry may perforrx� other work related to the Project at the S�te with City's employees, ar other Gity contractors, or through other direct co�tract� therefar, nr have ather work Qerformed by utility awners. If such other work is not noted in the Contract Docurnents, then wz�itten notice thereof will be given to Contractor prior to starting any such other wark; and B. Contractor sha�i ai�ord each other contractor who is a party to such a direct cont�act, each utility owner, and City, if Cifi�y is performing other work with City's emplayees or other City contractors, proper and sa% access to the Site, provide a reasonable opportunity for the introduction and storage of inat�rials ar�d equipment and the execution of such other work, and properly coardinate the Wor� vi�ith theirs. Con�ractor shall do all cutting, fi�ting, and patclvr�g of the Work that may be required to properiy c�nnect ox atherwise make i�s severaI parts come together and properly zntegrate with sUch other work. Contractar shall not endanger any work of others by cuttir�g, excavating, or othervvise alter�g such work; provided, howe�er, that Contractor may cut or alter others' work with the written cansent of Ciky and the others whase work will be affected. C. If the proper ex�cution or results of any part of Contractor's Work depends upon work perfornned by others under this Articie 7, Confractor shall inspect such other work and �romptly repori to City in writ�ng any delays, de%cts, or deficiencies in such other work that render it una�aiiable or unsuitable for the pi�oper execution and results of Contractor's Work. Contractor's failure to so report will constitute an acceptance of such ather work as fit and proper for i�tagration w�th Cantractor's Work except for latent defects in the work provided by others. CITYOC FQRT WORTH S'1'A1�FL7AItDCOALSTRl1CT[ON SPECiFICAT[ON DOCiiN�:N"i'S Revisian; S%LaI1021 oo�zao-i GENERALCOiJDIT10N S Page 3G of 63 7,02 Caordi�aation A, Zi Czty intands ta contract with others for the periaranance af other work on the Project at the Sife, the fallowir�g wi11 be setforth it� Supp�ementary Conditions: l. the i�dividual or entity whn wi11 have authority and responsib�lity for coordination of the activities amang the various contractars wi11 be ideniified; 2. the spacific inatters to be covezed by such authority and responsibili�ty wiIl be itenaizecl; and 3. t�e extent of such autihority and responsibilities will be provided. B. Unless otherwise provided in the Supplementary Condi�ions, City �hall have autriorily for such coardinatian. ARTICLE S — CITY'S RESPON�IBIL�"I'XES B.pI Cammunicatians io ConttRactor Except as othcrwise pro�ided in the Supplementary Conditions, City shal! issue all commUnication� to Contractor. 8.02 Furnish Daia Ciiy �nall tunely furnish fhe data requ�red under the Contract Docutnents. 8.03 Pay When Due City shall make paytx��nts to Confractor in accordance with ArticIe 14, 8.04 Lanc�s and Easemenfs; Reports andTests City's duties with respect to providing lands and easements and providing engineer�ng surveys to esta6ysh reference points are sei forth in Paragraphs 4.0] and 4,Q5. Paragraph 4.02 refers to City's identifying and malcing avai�able to Contractor capies of reports of expIorations and tests af subsUt•face condiCians and drawings of' physical condi�ians relating to existing surFace or subsUrface structuces ai or cantiguous to the Site that have 6een utilized by City in preparing the Can�ract Docurnents. S.OS Change Drders City shall execute Change ord�rs in accor�ance wiih Paragraph 10.03. 8.06 Inspections, Tests, and Approvals City's responsbility with respect ta certain inspections, tests, and approvals is set forth in Parag,raph 13,03. CITY OP FqRT WORTH ST,ANDARDCONSTRUCTION SPECIf ICATI4N DqCUMENTS Revision: $IZ3/J�021 oo�aoa-� GENERAtCO�f�{TION S Page 37 of 63 8.07 Lffnitations on City's Responsibilities A. The City shall not supervise, direct, ar have eontrol or autharity over, nor be responsible for, Can�ractor's means, methods, techniques, seqUences, or procedures of construction, or the safety precautians and programs incident thereto, or for any failure of Contractor to comply with Laws an.d Regu�ations applicab�e to the perforinance of the Worlc. City will not be respansible for Contractor's fa�fure to perfror�n the Work in accordar�ce with the Contract Documents. B. City wili natify the Cantractor of applicable safety plans pursuant to Para�raph 6.14. 8.08 UndisclosedHazardousEnvironrnentalCondfifan Cily's responsbiiity u�ith respectto an undi�closed Hazaa•daUs Envixonmental Condi�ion is setforth in P aragraph 4, 06. 8.�9 Cornpliance with Safety Program �'Vhile at the Sit�, City's ernployees and representatives shal� cornply with the s�ecific appl�cable requirements of Contractor's safety programs of which City has been informed pursuant ta Paragraph b.14. ART�CLE 9-- CITY'S OBSERVATXON STATUS DURiNG CON�TRUCTION 9.01 City's PrajectMareager City wiil provide ane or rz�.ore Project Manager(s) during the construction period. The duties and responsibilrties and the fimitation� of authorzty of City's Praject Manager durir�g cansiruction are set forth �n the Con�ract Documents. The City's Project Man.ager for this Contract is identified in the 5up�lementary Conditions. �.�� VISl�S t0 rS7tE A. Czty's Project Manager wi� make �isits io the Site at intervals apprapriate to the various stagas of construction as City deems necessary in order to observe the progress that has been made and the quality af the various aspects of Coniractar's e�ecuted Work. Based on infozmation obtained ciur�g such visits and observa�ions, Gity's ProjectManagerwill determine, in general, if the Work is proceeding in accordance with the Contract Documenis. City's Project Manager will not be required tn make exhaustive or continuous inspections on the Site to check the qua�ity or quantity of the Work. City's Project Manager's efforts will be directed toward provid�g City a greater degree of confidence that the completed Work will conform generally to tne Cont�act Docur�ents. B. City's Project Manager's visits and obser�ations are subject to all t1�e limitations on autharity and responsibility in �he Contract Dacum�nts including ihose set forth in Paragraph 8.07. CPI'Y OF FORT WORTH STANDARDCON51'Ri�CT[OM SPEC[FICATIpN DdGL1ME1�"['S Revision: 82"f/2021 oo�zao-i ��N��,�ca�oirio�s Page 38 of 63 9.03 Autl�orized yc�riations in Wo�k City's Project Manager may authorize minor variatians in the Work �rom tl�e requieements of the Contract Documents which da not invQl�e an adjustment in the Contract 1'rice or the Gontract Time and are cornpatible with the design concept of the co�npleted Pro�ect as a functioning whole as indicated by the Contract Documents. These may 6e accozx�plished by a Fie1d Order and wilI be binding on City and also on Contractor, who shall perform the Wark it�vo.lved pramptly. R.04 RejectingDefective Wo�1� City �ill have authoriry to reject Work whicla Crty's Project Manager be�ieves io be defective, or will not produce a comp�eted Project that conforms to the Contract Documenfs or that will prejudice the integrity of the design concept of ihe completed Project as a functioning who]e as indicat�d by the Contraei Docu�nents. City wil� have authority to conducfi special inspection nr testing of t�e Work as pz•ovided in Artiel� 13, whether ar not ihe Wor�C is fabricated, installed, or completed. 9.Q5 Deterrninations f�r� Work Pe�formed Contractor wi11 determine the actual quantities and classi�cations �f Work performed. City's Yroject Manager wi� revievv with Cont�•actor the preliminazy determinations on such matters befare rendering a writter� recommendation. City's wri[�i�n d�cision wi�] be final (except a� modiiied to r�flect changed factua] conditions or inore accurate data). 9.06 Decisions onhequirements ofCont�aetDocume�ais andAcceptability of Wopk A. City will be tha initial interpret�r o� �e requitements of the Contract Documents and judge of the accepiability of the Worlc thereunder. B. Cit�Z will render a wrztten d�cision on any issue referred, C. City's written decisian on the issue referred will be final and binding on the Contracfor, subject to �he provisions of Paragraph 10,06. ARTICLE 10 — CFIANGES IN THE WORK; CLAIM�; EXTRA WORK I0.01 Autho�azed Changes an the YYa�k A, VVithaut inrvalidating the Contract and v�ithout notice to any surety, City may, at any time or from time to tim�, order Extra Work. Upon no�ice of such Extra Wark, Contractnr shalI promptly proceed with the Work invalved which will ba performed under the applicable candztions of the Contract Documents (e�cept as otl�erwise specifically provided). Extra Work sl�all be memarializec! by a Change Order �vhich may or may not precede an order of Extra wark, B. For minor changes of Work not requiring changes to Con�rac�t Time or Cor�tract Price, a FieId Order may b� issued by the City. CITY QP F(7RT WORTH S.TANDARDCONSTRUCTIDM 5t'ECIFICATION DOCUMENI'S Revision: 823l1D21 aa �z oo - i ��n����coNpir�oN s Page 39 of G3 10.02 U�autharized Changes in the Work Contractar �hall not be entitled to an ir�crease in the Contract Price or an extension of the Contract Time with respect ta any v►�ork perfoi�rned that is not required by the Contract Documents as a�nended, modified, or supplemented as provided in Qaiagraph 3.04, except in the case o� an eznergency as provided in Paragraph 6.17. 10.03 Executfon ofChange Orders A. City and Contractor shall execute appropriate Change Orders covering: change� in the Wor� which are: (ij ordered by Cit�y pursUant to Paragraph 10.O1.A, (u) required becaus� of acceptance of defeetNe Worlc under Paragraph 13.0$ or City's correetion of defective Work undar Para,graph 13.09, or (iu) agreed to by the parties; 2. changes in the Caniz�act Price or Contract Tune which are agreed to by the parties, inciuding any undisputed sum or a�nount of t�ne for Worlc actually perfor�ned. 10.04 Extr^a Work A. Shou�d a d�ference arise as to whaf does ar does not constitute Ext�ra Work, or as to the payment ihereof, and the Ciry insists upon iks performance, the Contractor shall proceedwrth the worl� after making written raques�for wz•itten orders and shall keep accurate account of the actual r�asonab�e cost ihereof. Contract Claims regard'mg Extra Work shall be made �aizrsuant to Para�raph I0.06. B. The Contractor shall fiaenish the City such instal�ation records of all deviations from the original Contract Documents as may be necessary io enable �he Ciry to prepare for permanettt record a corrected set of plans showing the actual installatiion. C. The compensation agreed upon for Ea�ra Work whether or not initiated by a Ghange Order shall be a fuA, camplete and fmal payrrient for all costs Contractor incurs aS a result or relating to the change or EXtra Work, vvhether said costs are knowm, unknown, %reseen or unforeseen at that time, including without lunitation, any costs for dela.y, e�tended overhead, ripple or impact cost, or any other effect on char�ged ar unchanged wor�c as a result o� the change or Extra Work. 1�A5 Natification to Surety If the pro�isions of any bond reqUi�e notice to be given to a surety of any change affect�ng the general scop� of the Work ar the prorTisions of the Contiract Docunnents (including, but not lunited to, Contract Price or Contraci Time), t�e giving of any such notice will be Contractor's responsibility. The amaunt of each applicable bond will be adjUsted by the Contractor to re£lect ihe effect of any such change. CITY OF FQRT WORTfi STA]�iDARDCONSTRUCTION SPECI�lCATTON DOCUM�N"{'S Revision: �13IIO2� ao�zoa-i GENERAL CONplTION S Pa�e 40 �f' 63 10.06 Cont�act Claims PYocess A. �'ity's Decision Requit-ed: 1�ll Contract Claims, except those waivec! pursuant to Paragiraph 14.09, sha�l be referred to the City for d�cision. A decision by Ciiy shall be required as a condilion precedent to any exercise by Contractor o� any rights or rerriedies he may otherwi�e �ave under the Contract Documents or by Laws and Regulafilons in respect of such Contract Claims. B. Notzce: l. Writt�n notice stating tl�e general nature of �ach Contxact Claim shall be delivered by the Cantractor to C.ity no ]ater than 15 days after the start of the event gi�ing rise therefo. The responsibility to substantiate a Coni�act Claim shall rest with the party making the Contract Claim, 2. Notice of" the aina�ant ar exteni of the Cnntracf Claim, wrth supporting data shall be da2ivered to the �ity on or before 45 daya from the start of the event giving rise thereto (ur�l�ss the City allows additional titne %r Cantractor to subinit addi�ianal or more accurate data in support ai suc.h Contract C.lairn). 3. A Cont�'aci Claim for an adjustment in Coniract Price shall be prepared in aceordanee �vith the provisions of Para.graph 12,01. �, A Contract Claim far an adjustment in Cantract Time shalI be prepared in aceordance with th� prov�sions of Para.graph I2.02. 5. Each Contract Claim sha.11 be accompanied by Contractar's writtera statement that the adjustment claimed is the ant'vre adjustme�t ro which t�e Contractor believes i� is entitled as a resul� of sa�d event. 6. Tha City sh�Il submzt any response to the Contractar within 30 days after receipt of the cl�imant's last subtxiittal (unl�ss Contract allows additianal iicne), C. City'sAction: City wtll review each Contract Claitn and, wi�hin 30 days after receigt of the last submittal of the Contractor, if any, take one of the following act�ons in writirzg: 1. deny the C�ntract Clairr► ir� whole or in part; 2. approve the Contract Claim; ar 3. natify the Contractar that the Cfiy is unable to resolve th� Gontraci Clairr� rf, in the City's sole discrefiion, it �vauld be mapprapriate for the C[ty to do so. F'ar purposes af further resolution of the Contract C1aim, such notice shall be deemed a denial. CITY pF FORT WOIZTH ST�tNDAR_DCONSTRUCTION SPECIF[CATIQN DOCUMENTS Revision: 8tL31102] 00720D-I G�NERALGONDIT{ON S Page41 af63 D. City's written action under Paragraph 10.06.0 will be firsal and binding, unless Csty or Cont�actor invoke the dispute resolut�or� procedure s.et forth in Article I6 w�thin 30 days of such action or denial. E. No Contract C�aina far an ad�usfrnent in Contract Price or Cnr�tract Titr�e wiil be valid � not subinit�ed in accordance with this Paragraph I0.06. ARTICLE 11— COST OF THE WORK; ALLOWANCES; UlV�T PRICE WORK; PLANS QUANTITY MEA�UREMENT 11.01 Gost of the Work A. �ostsZncluded: TI-►e term Cast of the Work rr�eans �e sum of all casts, except those excluded i� Paragraph 11.O1.B, necessarily incurred and pa�d by Contractor in the proper perform�ance af the Wark. When the value o� any Work covexed by a Change Orde�, the costs tio be reimbursed to Contractor wiU be only thase additional or incremantal casts required because ofthe change ir� the Wor�s. Such costs shall not �ciude any of the costs itennized in Paragraph Il.Q1.B, and shall include but not be lim�ted to the fallowing items: 1. Payroll costs for employees in the dir'ect ernploy of Contractar in t�ne perfor-imance of the Work under schedule� af job cl�ssifications agreed upan by City and Contractor. Such emp�oyees shall �clude, without limrtation, superinter�dents, foremen, and other personnel employed full time on the Worlc. Payroll costs �ar employeas not employed full �ime on the Work shall be apportionec� on. the basis af their time spent or� the Work. Payrofl costs shall inc lude; a. salaries wi�h a 55% marlcup, or b. salaries and wages plus the cost of fringe benefrts, wh.ich shall include soc�al securiry cantrbutions, ur�employment, excise, and payroll taxes, workers' corapensation, h�alth and retirement beneins, bonuses., siek leave, vacation and holiday pay applicable thereto. The expenses af performing Work outside of Regular Working Hours, Weekend Working Haurs, or Iegal holidays, sha11 b� included in the above to the e�er�t authorized by City. 2. Cost af afl materials and equiprnent furnished anc� �ncor�orated in the Woric, �ncluding costs of transpozrtation and starage ther�of, and Suppliers' �'ield services requir�d 'ua cannection therewith. 3. Rentals of all construction equipment and machinery, and th� parts thereof whether rented firam Contractnr or athers in accordance with rental agreements approved by City, and the costs ai transpartation, koading, unloading, assembly, dismantlirig, and removal thereof. All such casts shali be in accordance with the terrrks of said rental ag7reements. The rentaj af any such equipment, machinery, ar parts shali cease when the use thereof is no longer necessary for the Work. Cl ['Y OF FQRT WDRTH STANDARDCONSTRUCTION SPECIF�CATION POGiIMENTS Revision: 8r1312021 oo7zoo-i GENERALCON�ITIONS P�g� 42 oi fi3 4. Payments matfe by Cantractor to Subcontractors for WarIc performed by Su6contractors. If xequired by City, Contractor shall obtain cornpetitive bids frart� subcontractar5 acceptable to City and Con�ractor and shall de[iver such bids to City, who will tI�en deterixaine, which bids, if any, will be acceptable. Ii any subcontract provides thai the Subcantractar is to be paid on the basis of Cost af the Wor� plus a fee, the Subcontt�actor's Cost ot' the Wnrk and fee shall be determined in the same mar►tier as Cont�•actor's Cost af the WorIc and fee as provided in this �'ai•agraph I1.DI. 5. Costs nf special consultants (including btat not lirnited ta engineers, architeets, testing ]aboratories, s.urveyors, attai•neys, and accountant�) er�tployed far serr�ices speci�cally related to th� Work. 6. �upplemental costs including tihe %llowing: a. The praportion o� necessary iransp�rtation, travel, anc! subsistence expenses of Contractor's emplayees incurred in discharge af duties connected with fihe Worlc. b. Cost, including transpartation and inaintenance, of all materials, supplies, equipinent, machinery, appliances, of�ce, and tamporary facilities at the Srte, and hand tools nat owned by tl�e workers, which are consumed in the perfarmance of the Worlc, and cast, iess n�arket value, of such i��ms used but not cpnsumec! which reinain the properry of Contra ctor, e. �ales, consumer, use, and other simi]ar taxes relat�d to the Work, and %r which Cont�•actor is liable nai co�ered under Paragraph b.11, as impasec! by Laws and Reg,ulatinns. d. Deposits lost far causes other than negligence of Cantrac�kor, any Subcon�'actar, or anyone directly or indirectly employed by any of them or for whose acts any o� them may be 2iable, aild royalty payments and fees for p�rmits and licenses. e. Losses and dazxzages (and related expenses} caused by clamage to the Work, not compensated �y insurance or atherwise, sustain.ecl by Contractor in connection with the performance of the Worl�, provided such losses and daznages have eesulted fram causes o.ther than the ne�ligence of Cantractor, any Subcontractar, or anyone directI� or [ndirectly employed by any of them or Far whose acts any of them may be Iiable, Sueh [osses shal] inelude settl�men.ts made with the written consern and approval of City. Na such lasses, damages, and �xpenses shall be included in the Cost of the �Vork for the purpase of determining Coni�•actor's fee. f, The cost of utiIities, fuel, and sanitary facilities at ihe SiCe. �;. Minor expenses such as teIegrams, long distance telephane calls, telepl�one and communication services at the Site, express and courier services, and simt]ar petty cash rterrzs in conneciion with t�e Work. CITYOF PORT WORTH STANpt�RI7CONSTRUCTION SPECIFICATI4N DQCITMENTS Revision: �1 oa �z oo - i GEN�FZALCON�ITION S Pa�e 43 of 63 h. The costs nf premuums far a�i bonds and insurance Contractor is required by the Con�ract Documents to purchase and ma�ntain. B. Costs �xcluded: The term Cast af t[�� Worlc shall not inciude any ot� the following i�ems: 1. �ayroll costs and other cainpensation of Cantractor's officers, executives, principa�s (of partnerships and soje propriatorships}, generai inanagers, saf�ty managers, engineers, architects, estimators, attorneys, auditors, accountants, purchasing and contiract�ng agents, expediters, timekeepers, c�erks, and other personnel employed by Cantractor, w4�ether at tlze Site or iri Contractor's principal or branch affice for general administration af the Work and not specif"ically included in the agreed upon schadule ai job class�ications referred to �n Paragraph 11.O1.A.1 or specifcavy covered by Paragrapk► 11.01.A.4, all of which are to be considered ac�ninistrative costs covered by the Contractor's fee, 2. Expenses of Contiractor's principal and hranch of�'ices atl��r than Cor�tractor's office at thc 5ite. 3. Any part of Contractar's capital expenses, including interest on Cantractar's capital employed for the Work and charges a.gainst Contraetar for delir�quent payments. 4. Costs due to ihe negligencs of Contractor, any �ubcontracior, or anyone d�ectly or indirectly employed by any of ��m or for whose acts any af them nnay be liable, including but nat lim�ted to, �he correctian af defective Work, d�sposal of rnateria�s or equipment uvrongly suppIied, and making good any ciamage ta property. 5. Other overhead or general expense costs of any kind. C. Contractor's Fee: When all tha Work �s performed on tk�e basis of cost-plus, Confxactor's fee shall be determined as sat forth in the Agreement. When tl�.e value of any V+lork covered by a Chang� Order for an adjustment in Contract Price is determined an ihe hasis of Cost of the Wark, Contractor's fee shall b� determined as se� farth i� Paragraph 12.O1.C. D. Documentatiora: Whenever the Cast of the Wor� for any purpose is to be determined pursuant to Paragraphs 11.O1.A and 11.O1.S, Contractor will establish and mau�tain records thereof in accordance wi�th generaUy accepted accounting practices and subnnit in a farm aceeptable to City an itemized cost breakdown tagether with supparting data. 11.02 Allowances A. Specified Allowance: It i� understood %hat Contractor has included in the Contract Price all allowances so named in the Contract Documents and shaU eause the Work so covered �o be performed for such sums and by such persons oc er�tities as may be acceptable to City. B. P�e-btdAllowances: 1. Coniractor agrees that: CITY bF FORT WORTH 3TANDAItDCQNSTRUCTIDiJ SPECIF[CAT[ON I70CLIMENTS ftevisivn: 8D_3/�OZI ao72oo-i GENERALCON�ITIONS Page 44 of 63 a, the pre-bid allawances include the cost to Contracior ai materials and equipment r�quu�ed by tI�e aIlowances to be delivered at the Site, and al] applicahie faxes; and b. Contractar's costs for unlaad'mg a.nd handling on the Site, Iab��•, installation, overhead, profit, and other expenses contemplated for the pre-bid allovwances have been included in the allowances, and no demand for additionaI payment an accaunt of any of tl�e foregoing will be vaIid. C.. ContingeracyAllo�vance: Contractor agre�s tnat a contingency allowance, if any, is for the sol� use of Ciry. D. Pri�r to final payment, an appropriate Change 4rder vvill be issued to reflect actual ainaunts due Contiractor on acca�t of Work covered by allawances, and the Cont�act Price shall 6e correspondingly adjusted. 11.Q3 UnrtP�ace Work A. Where the Con�ract Dactunents provide tl3at all ar part of th� Warlc is to be Unit Price Work, initially th� Cantt�act Price vwill be deemed to include t'or all Unit �rice Work an amount e�ual to the sum of ihe unit price for eachseparately ident�'ied item of'LTnit Price Work ti�nes the est�imated quantity af each item as indicated in the Agreement. B. The estunated quantities of i�ertas of Unit Price Work are noi guaranteed and a.re solely For the purpose of comparison oi Bids anc{ determinitig an initia] Contract Price, Determinations oi tk�e actual quantities and cIassifications of LTnit Price Work performed by Cantractor will be made by City subject to the provisions of Paragrap� 9.OS. C. Each unit price will be deemed to include an amount considered by Contraetox to 6e adequate to cover Conttactnr's overhead and profii for each separately identif�ed item. Worlc described in �e Contract Document�, ar reasanably inferred as rec�u�ed far a functionally complete insYallation, but nat identif`ted in the listing of unit price i��ms shall be considered incidental to unit price work listed ar�d the cost af incidental worlc included as part of the Unit price. D. City ir�ay make an adjustnnent rn the Contract Price in accozdance with Paragraph 12.01 if; 1. the quantity of any item of Uni� Price Work perfor�ned by Cantractoc differs materially and signif'tcantly frann the €stimated quantity af such �tem indicated in the Agireemeni; and 2. tI�ere is no corresponding adj.Ustment with respect to any flther i��m of Work. E. Inct�eased ar DecNeased Quantities: The City reserves the right to order Extra Work in accordance with Paragraph 10.01. L If the changes i� quantities or the alteratians do not significantly change the character of wark ur�der the Caniract Doc�ments, tne aItered worl� will be paid for at the Contract unit price. C1T�Y OF FORT WdRTH STANDARDCONSTItUCTfON SPGCIFICII'ION DbCUM�NTS Revisioi�; 8231I�J71 oo-�zoa-� GEIV�RAL CAND IT 16N 5 I'age 45 af fi3 2, [f the ehariges in quantitiies or aIterations signif'icantly change the c4�aracter of work, the Coniract wiU be amended by a Change Order. 3. If no unit pr�ces exist, this w�l be considered Extra Work and the Contract �vaill be amended hy a Chan�e Order in accordanc� vvith Article 12. 4. A signi#icant change iri the ehacacter of woxk occurs when: a. the character ofwork for any Itexn as altered dif%rs materially in kind or nature frnm that in the Cont7ract or b. a Major Item of work �aries by more tlaan 25°/a from the orig�al Cantract quantity. 5. When the quantity of worlc to be done �.�nder any Major Ite�n of th� Contract is mora than 125% of �he original quantity stated in the Contract, tken either party to the Contract may request an adjustment to the unit price on the portinn of the work that is abo�e 125%. 6. VJhen the quantity of work �o be done under any Major Item af the Contraet is less than 75% of the original quant�.y stated ir� the Cont�act, then either party to the Contract may request an adjustmer�t to ti�.e unit price. 11.04 Plans Quantity MeasuYement A. P lans quantities may ar may nat representthe exact qua�tity of work perfarmed or rnaterial moved, handled, or placed during ihe execution of tbe Contract. The estimated bid quantities are designated as final payment quant�ties, unless revi�sed by the gaverning Section or this Article. B. If the quantity measurec� as out�ined under `�'rice and 1'ayment Procedures" varies by more than 25% (or as stipulated under "Price and Paymer� Procedures" for specif"ic Items) from the total estimated quantity for an individual Item originally shown in t1�e Contract Documents, an acijustix�ent may be made to the quantity of authar�zed worlc done �'or payment purposes. The party to the Contract requesring the adjustment wil! provide field xx�easurements and calculations showing the final quanfiity for which payment wi� ba made. Payrnen.t for re�ised quantity will be made at tlle unit przce bid f�r that Item, except as provided for � Article 1 Q. C. When quantit�es are revisad by a change in design approved by the City, by Change Order, or to correct an error, ar to correct an error on the p�ans, the plans quantity will be increased or decreased by the amount invoI�eet izi the ehange, and the 25% variance will apply t� the new pians quantity. D. If the tota� Contract quantity r�aultiplied by the unit price bid far an indi�idua! It�m is less tHan $250 and the Item is not originally a p�ns c�uanti�y Item, then the Item may be paid as a plans quantity Item if the City and Contractor agree in writing to f� the fir�al quantity as a plans quanti�ty. CITY (]F PdRT WORTH STANDARDCONSTRUCTION SPECIFICATCON DOCU[v�ENT3 Revision: f3�23ILdLl 007200-i GENERAL COiJ�ITION S Page 46 of 63 E. For callout wnrk or �on-site speci�c Contracts, the plans quantfiy measurement requirements are not applicahl�, ARTTCL� 12 — CHANGE OF CONTRA.CT PRICE; CHANGE OF CON�'RACT TIME 12.0� Change ofContr�actYrice A. Tha Contract Pric� may only be changed by a Change Order. B, The value of ar�y Work covered by a Change Order �r+i]] be deteri�nined as follows: �, where the Work involved is covered by unit prices contained in the Contract Documents, 6y application of suchunit prices to the quantities afthe items ir��olved (subjectto the provisions of Paragraph 1 �.03); ar 2, where the Work involved is not covered by unit prices canta.inad in the Coniract Documents, by a mutually agreed lump s�arr� or un� price (which rrzay include an allowance for overhead and profi� not necessarily ira accordance with Para.�;t•aph I2.D1.C2), and shall inelude ihe cost of any secandary impacts ihat are fareseeable at the time of pricin� the cast of E�ra Worlc; or 3. where the Work irivolved is not covered by unit prices contained in the Contract Documents and agreement ta a lump sum ar unit price i� not reached under Paragraph 12.O1.B.2, on the basis of the Cost of the Worlc {determined as pravicled in. Paragraph 11.01} plus a Contractor's fee for overhead and profrt (determined as provided in Paragraph 12,01.G}. C. Contractor's Fee: The Contractor's addition�l f�e for overhead and pro�t shall be deiertnined as follows: l. a mutually acceptab�e f�ed %e; or 2. if a f�ed fee cs not a�reed upon, then a fee based on the following percentages af the variaus portions of the Cost nf the Worlc a, for costs incurred �ander Paragraphs ll,Q1.A, l, 11.D1.A.2. and I1.O1.A.3, the Contractor's addi�ional fee sha.lI 6� 1S percent except for: 1} rental fees for Contractor's own equipment using standard rental rates; 2) bonds and insurance.; b. for casts incurred under Paragraph 11.01.A.A� and 1 I.OI.A.S, the Cantractor's f�e shall be five percent (5%); 1) wher� one ar more tiers af subcontract� are on the basis of Cost of the Work plus a fee and na f�ed fee is agreed upon, the intent of Parag�•aphs 12.01.C.2,a and 12.01,C.2.b is �hat the Subcontractor who actua�iy performs the 1�ork, at uvhatever CI"TYOF FORT WORTH STANrJARDCpNSTRUCTION SPECIFICATIOM DOCUMBNTS Re�i sion: 8/�3/LOZI oo�zao-i GENERALCONDITlON S Page 47 of 6.3 tier, will be paid a fee of 15 percent of the costs incurted by such Subcantractor under Paragraph� 11.OI.A.1 and 11.O1.A.2 and that any higher tier Subcontractor and Contractor will eac� be paid a%e of five percent (5°10) of the a�nount paid ta th� ne�� lower tier Subcontractor, however in no case shall the cuinulative total of feas paid be in excess of 25°/Q; c. no fee shall be payable or� the basis of costs itemized under Paragraphs 11Al.A.b, and 11.�1.B; d. the a�nount of credit to be allowed by Contractor to City for any change which results in a nefi decrease in cost wil� be the amount of the actual net decrease in. cost plus a deductioil in Contractar's Fee by an amount eqval to five pereent (5°/o) of such net decreasa. 12.02 Change of Contract T�me A. 'The Contract Tirne may only be changed by a Ci�ange Order. B. No extension of tl�e Contract Time w�I be allowed for Extra. Work or for claimed delay �nless the EXtra Work contemplated ar c�.irr�.ed delay is shown to be on the �riiical path of the Pro�{ect Schedule or Contractor can show by Critical Path Method analysis how the Extra Worl� or claime c� delay ad�ersely affects the eritical pat�. 12.03 Delays A. Where Contractor is reasonabIy deIayed in the performance or completion of any part of the Work within �he Contract Time due to delay beyond the control of Contractor, the Contract Time may be extended in an annount equal to the tune lost due ta such del�y if a Contract Claim is made therefor. Delays beyond the control of Ca�tractar shall include, but not be limited to, acts ar negle�t by City, acts or neglect of utility owners or other cantractors performing othex work. as cantemplated by Article 7, �'ires, floods, e}aidemics, abnormal wveatl�er conditions, or acts of God. Such an adjustment shali be Con�trac�or's sole and exclusive remedy for the de�ays described in this Parag-�•aph. B. If Contractor is delayed, City shall not be liable to Contractor for any claims, costs, josses, or damages (includirig but nat limited to all fees and charges of engineers, architects, attorneys, ar�d ather professionals and all court or arbitration or other dispute resolution costs) sustained by Contractor an or in conncction with any ather projeet or anticipated project. C. Contractor s4�all nnt be entitled to an adjust�ner�t in Contract Price or Contract Time for delays within the control of Cont�actor. Delays attributabl� to and withit� �he control af a Subcontractor or Supplier shall be deemed to be de�ays within the control of Contractor. D. The Cont�ractor sha1l receive no compansation for de�ays or �indrances to the Worl�, except when d�eci and unavoidable extxa cost to the Contractor is caused by the failure of the City to provide in.formatian ar material, � any, �vhich is to be furnished by the City. CITY OF FORT WdRTH STATIDAR�CONSTRUCTTOM SPECIFICATION DOClJN[EN`T5 Revision: 8/23/1021 o0�2aa-� GENERALCON[iITfONS Page A8 of 63 ARTICLE 13 — TESTS AND INSP�CTION�; CORRECTION, REMDVAL OR ACCEPTANCE OF DEFECTIVE W(4RK I3.01 Notice of Defects Natice of aIl defective Work of which City has actual lcnowledge will be given to Contractor. Defective Wor1c may 6e rejected, corrected, or accepted as provided in this Article 13. 13.�2 Access to T�Yor7� City, indepenc�ent testing ]aborataries, and governmental agencies with j�arisdictional interests will have access ta the Site and the Work at reasonab�e tirn�s for their observatYon, inspection, and testing. Contractor shall provide them proper and safe conditians for such aceess and advise thetn of Contractor's safety procedures and programs so that they rnay comply therewith as applicab��. 13.03 Tests and Inspections A. Contractor shall give City timely notice of readin�ss of the Work for a11 requu-ed inspactians, tests, or appro�als and shall cooperate with inspectian and testing personnel to facil�tate required inspectinns or tests. B. If Contract Docurnents, Laws or Regulations of any pubIic body ha�ing jurisdiction require any of the Woz°k {or part thereo� to 1�e inspected, tested, or approved, Contractor snall assume fi.ill responsibility %r arranging and obtaining such �dependent �spections, tests, zetests or approvals, pay all casts in connection therewith, and furnish City the required cert�cates of irzspecEion or approval; excepting, however, those fees specificaIly identifted in the Supplernentary Conditions or any Te�s Depart�7zent ofLicensUre and Reg��lation (TDLR) inspections, which shaIl be paid as describ�d in the Suppleme�tary Cond�ions. G Contractor shall be responsible for arranging and obtaining and shal� pay aA co�ts in conneciion with any inspections, tests, re-t�sts, or a�provals required for City's acceptance of rnaterials or equiptnent to be incorporated in the Work, or accepta.nce ofrnaterials, m� des�gns, or equipment submitted for approval prior to Con�ractor's purchase thereof for �cozporation i� the Work. Such inspections, tests, re-tests, or appi•ova�s shall be perfonned by organizatians acceptable to City. D, City rnay arrange far the services of an independent testing labaratory (`°I'estuig Lab") to perform any inspeetions or tests (`"I'esting"} for any part of the Work, as determined solefy by City. I. City will coordinata such Tast�ng to the extent possib�e, with Con�ractor; 2. ShauId any Testing under this Section 1�.03 D result Yn a"fail", "did no.t pass" or ather simi�ar negative r�sult, the Contractor shall be responsible far paying for any and a�l retests. Contractor's cancellatian �itho�at cause of City i�itiated Testing shall be deerned a negative resuIt and require a retes�. crrY Or• FarcT wp�Tx STANDA[2DCONSTRUCT[ON SPEC1FiCATfON DOCUMENTS Ravision: �t?3l1021 aa�aoo-� GENERALCDN�lTION 5 Page 49 of 63 3. Any afnounts owed far any retest under this Section 13.03 D sha�l be paid dir�ctly to the Testing Lab by Contractor. City will fozward all anvaices for retests ta Contractor. 4. If Contractpr fails ta pay the Testirag Lab, City will not issue Final Payment until the Testuag Lab is paid. E. If any Worlc (or the r�ork of others) that is to be inspected, tested, or appraved is co�ered by Contractor wi�hout written concurrence of City, Cnntractor shall, if requested by City, uncover such Work for observation. F. Unco�ering Work as prouided in Paragraph 13.03.E shaIl be at Coniractor's experise. G. Contractor sh�l� have the right to make a Contract C�aim regarding any retest or in�oice issued under Section 13.Q3 D. 13.04 Uncovering WoNk A. If any Worl� is covered contrary to ihe Cantraci Dacuments or spec�c instr�ctions by the City, zt must, � requested by City, be uncovered for Ciry's ob�er�ation and replaced at Contractor's exper�se. B. If City consicTers it necessary ar advisable that coverad Work be observed by City or inspected ar testedby others, Contractnr, atCity's request, shalI uncover, e�ose, or otherwise make available for observatjon, inspeciion, or testing as Ciry rnay require, that portion of the Work in question, furnishing all necessary labar, material, and equipment. 1. Ii it i� found that �he uncovered Work is defecti�e, Contractor shall pay all c�aims, costs, Iasses, and damages (includ�ng but not limited to all fees and charges of engix�.eers, architects, attorneys, and other professionals and all caurt or other dispute resolution costs) arising out of or rel�ting to such uncovering, exposure, observafion, inspection, and testing, and of satisfactozy re�la.cement or reconstruction (including but not limited to aIl costs of repair or replae�ment ofwork of others); or Ciry shaIl be entitled to acceptdefe�tive Wor�c in accordance with Paragraph 13.08 in which case Goniractor shall still be respc�nsibie for a�l costs associated with expasing, observing, and testing the defecti�e Work. 2. If the unco�ered Work is not fo�nd to be ciefective, Cont�actor shall be allowed an inceease in the Contracf Price or an extension of the ContractTime, or both, directly attributabie ta such unco�ering, exposvre, observation, inspection, testing, replacement, and reconstruction. 13. QS City May Stop the WoYk If the Work is def�ctrve, or Contractar fai�s to supply sufficient skilled workers or suitable rnateraals or equip�nent, or fails to perForm the Work in such a vvay that the completed Work will canform t� the Contract Documents, City rnay order Contractor to stop the Work, or any portion thereof, until the cause for such order has been elirninated; however, this rigi�t of City to stap tlze Wo�k shali not gi�e rise ta any duty on the part of City to exercise tivs right for the ben��it of Contractor, any CITY OF FOItT WQRTH 5TANDA1tDCONSTRUCTION SPECCFICA7'ION DOCllMENTS Revision: 8/23D.021 oo�zao-� GEN�RAL CANDIT ION S Ptyge 50 of f3 Subc.antractor, any Supplier, any other individ�aal or entity, or any surety far, ar empfoy�e or agent of any af them. 13.06 Correctian or�emovai of Defective Work A. Promptiy after receipt of written notice, Contractor sha�l correct all defectz�e Worlc pursuant ta an acceptable scl�edule, wheti�er ar not fabricated, insta�led, or comp�eted, or, if the Worlc has �een rejected by City, remove it fi•orri th� Praject and replace it witil� Work �hat is not defecti�e. Contractor shall pay all claims, costs, additional testing, losses, and damages (including but not Iimited ta alI fees and charges oF engineers, archz�ects, attoz-neys, and other professionals and all court ar arbitration or oiher dispute resalution cosis) arising out of or relating io such corr�ctian or rernoval (mcluding but not limi�ed ta all casts of repair or replacement of work of others), Pailure to require the removal of �.ny defective Work shaIl not cortstitute acceptance ofsuch Work. B. When correcting defective Warlc under �e terms of this Paragraph I3,06 or Paragraph 13.47, Cantractar sha[l ta�e no actian that would �otd or othervvise impair City's special warranty and guaranfee, if any, on said Work. 13.07 Co�rection Period A. If witl�in two (2) years after the date nf I'i�al �Lcceptance {or such longer period of time as may b� prescribed by the terms af any applicable special guarantee required by the Contract Documents), any Work is found to be de�ectiv�, or i� the repaie oF any dainages to the land or areas made available �ar Contractar's use by City or permitted by Laurs and Regulafiions as contemplat�d in Paragraph 6.10.A is found to b� defective, Contractor shall proinptly, vvithout cpstto City and in accardance with City's written instruetions: 1. repair such defective Iand or areas; or 2. correct such defectirr� Work; or � 3. if the defective Work has baen rejec�eci by City, recnove it froan the Projeci and rep]ace it with Woric that is not defective, and 4. satisfactorily c.orrect or repair or rernove and replace any darnage to other Work, to the worlc of others or other land or areas resulting therefroxn. B. If Contractor does not promptly comply with the terms of City's written instructians, ar in an emergency where delay would c�use serious risk of �oss or damag�, City may have the defeetive Wor� corrected or repaired or may have the rejected Work removed and raplaced. A21 claitns, casts, losses, and damages {including 6ut not li�nzted ta all fees and charges of engineers, architects, attorneys, and other prafes�ionals and aIl caurt or other dispute resolution costs} arising out of or relating to such correction or repair or such removal and replacement (including but not limited to all costs of repair or replacexneni of warlc of Qthers) will be paid by Contractor. CITY OF FORT WORTH STAIVDARDCONSTRUCTION 5P6CIF[CAT]ON DOCLTMfENTS Revision: 823I1p21 oo72oa-s GENERALGONDITItiN S Page 51 of 63 C. In speciai circumstances vwhere a park�cu�a.r item af equipm�nt is placed � conxiriuous s�rvice before Fir�a� Acceptance of all �he Work, the correction period for that item z�nay start to run fram an earlier date i� so provided in the Contract Documents. D. Where defective Work {and damage to other Wark resultmg therefrom) has been corrected or removed and rep�aced under this Paragraph 13.07, the correction period hereunder with respect to such Work may be requu�ed to be extended £ar an additiona] period of one year after the end of the initial carrection periad. City shall provide 30 days �vritten notice to Contractor shauld such additional warranty coverage be required. Cont�actor may dispute this requuemer►t by filing a Contract Claun, pursuant to Paragraph 10.46. E. Cont�actor"s obligations under this Pai°agraph I3.07 are in addrtion to any other obligatior► or ruarranty. The pro�isians of this Paragraph 13.D7 shall not b� construed as a subst�ute for, or a waiver o% the provisions of any applicable statute of limitatian ar repose. 13.�8 Accep�ance of Defective Work If, instead of requiririg correction ar removal and rep�a.cernent of defective �Vork, City prefer� to accept it, City may dv so. Cantractor shall pay all elai�ns, costs, Iosses, and dam�ages {includ�ng but not limited to all fees and charges of engineers, archrtects, at�orneys, and other professionals and a11 caLu t ar other d�spute resolution casts) attribu�able to Ciiy's evaluation of and detarminaiion to accept such de�ectiive Work ar�d far the dimir�isl�ed �alue of the Worlc to the extent not otherwise paid by Confiractor. If any such acceptance occurs prior to Fina1 Accep#ance, a Change Order vwill be iss�ed iricorporatir�g the n.ecessary re�risions in the Contracfi Documents wjth respent to the Work, and City shall be antitled ia an appropriate ciecrease in the Contract Price, reflecting the dim�ished value of Wo�k so accepted. 13.09 Cit,� 1l�ay CoYract Defective Wark A. If Coniraetor fails within a reasonable iim� after vvritten notice from City ta correct defective Work, or to remove and replace rejected Work as required by Gity in accordance wiYh Paragraph 13.06.A, or if Can�ractor fails to perfarm the �Vork in accordance with the Contract Docum.ents, or if Contractor �ails to comply with any other provision of the Contract Dacum�nt�, City may, after seven ('� days written notice to Cont�actor, correct, or remedy any such deficiency. B. In exercising the rights and remedies und�r this Paragraph 13.09, City shaIl proceed expeditiousiy. In connection with sUclz corrective or remedial action, City may e�ciude Contractor irom all or part of the Site, talce possess�on of all or part of the Work and suspend Contractor's services related thereto, and incorparate in the Work all materia�s and equipment incarporated in the �or�C, stored at the Site or for whic� City has paid Contractor but which are stored elsewhere. Contraetor shall al�aw Crt.y, City's representatives, agents, consultan�s, employees, and City' s other cont�ractors, access ta the Site to enable City to exereise the rights and remedies under this P arag7raph. C. All clairns, costs, lasses, and dama�es (ineluding but not limited to all fees and charges of engineers, architects, attorneys, and ot4�er professiona3s and ail caurt o�� other dispute resoh�tion CfTY OP FORT WOR'I'H STANDARI7CONSTCtl1CT[ON SPECIFICAT[ON DOCUMEl�i`C5 Revision: 80:3Rs7z1 00 72 pd - I GEN�RAL CQNDfTION S i'age 52 of 53 costs) ir�ctu•red ar sustained by CiLy in exercising the rights and remedies under this Paragraph 1.3.09 wi]I be charg�d against Contractor, and a Change Order will be issu�r! incorporating the nccessaryrevisions in the Cont�•actDocuments with respecttothe Work; and Ciiy sha�l be entitled to an appropriate decrease in the Contract l�rice. D. Contractor shall nat be a�lovved an ex�ension of the Contcaet Time becaus� o� any delay in the performance of the Wark attributable to the exercise of City's rights and remedies under iliis Paragraph 13,49. ARTICLE 14 — PAYMENTS TO CONTRACTOR AND C4MPLETION 14, O1 Scl�edule of Yalues The Schedule of Values for lUmp sum contracts established as providec! in Paragraph2,07 will serve as the basis far progress payments and will be incorporaied into a form of Application for Paymerrt acceptab�e to City. Progess payrnents on accaurat of Unit Price Wark will ba based on the nu�nber of unrts campleted. 14.02 Progress Payme�rts A. Applicatio�sforPayrrrerrts: 1. C�ntractor is responszble �'or praviding aIl infarmation as reguired to become a vandor of the City, 2. At least 20 days before the date esiablished tn the General Requ�rements for each progress payment, Contracior sha11 submit to City �or revie�ran Applicatian far Payment%IIed out a.nd signed by Contractar covarmg the Worlc camplet�d as of the date of the Application and a�companied by such supporting documentation as is t•equired by ihe Contract Documents. 3, Iipayment is requested on the basis of materials and eqt�ipment not it�corporated in the Worlc but delivered and suitably stored at the Site ar at another Iocation agreed to in wriiing, the Applieation for Payment shall also be accnmpanied by a bilI of sal�, invoice, or other documentation warranting �hat City nas received the rnaterials and equipment free and clear of all Liens and evidence tnat the materials and ec�uipment are covered by appropriate insuranc� or othar arrangements to protect Ciry's interest therein, all of which must be satisiactory to City. 4. Beginning with th�e s�cond Applicaiian for Payment, each Application shall inclucle an affda�it of Contrac�or stating that previa��s grogress payments receirred �n account of the Work have been applied on aceouni to discharge Contractar's 1�gitimate obligations associated with prior Applications for Payment. 5. The amount of retainage with respect to progress payrr�ents will be as described in subsection C. un�ess otherwise sti�ulatea in the Contraet Documents. CITY OF I'OItT WQIZTH STANDARDCONSTRIICTI�N SPECfI�ICAT]flN DOCLIMENTS Rcvision. 823I�p21 Q07200-I GEN�RALCONQITIQN 5 Page 53 af b3 B. ReviewofApplicatior�s: 1. Ciry will, after receipt of each Application for Payment, either indicate in �wrrting a recomrnendatian of payment or return the App�cation to Contractox iridicatmg reasons £ar refusing payment. in the latter case, Gontracior rz�ay make the necessary correctians and resubmit tile Applicatican. 2. City's proc�ssing af any payment requested in an Applicatian for Payment will be based on City's observations of the executec� Work, and on City's re�view oithe Applicaiion far Payment and the aecompanying data and schedules, thatto the best of City's knowledge: a. the Work has progressed to �e point indicated; b, the quality of the Work is generally in accordance with the Contract Dacuments (subject ia an e�aluation of the Worl€ as a functioning whole prior to or �pon Final Acceptance,ihe results of any subsequent tesfs cal�ed �ar in the Contract Documents, a final determiination of quantit�es and classifications for Work performed under Paragraph 9.05, and any other qualiffcatiflns stated in th� recammendation). 3. Processing any suci� payrr►ent will not th�reby be deemed to have represented that: a. inspections made to checkthe quality or the quantily of the Work as it has beenperformed have been exhaustive, extended to every aspect o� the Work in pragress, or involved detailed ins�eetions of tha Work beyond the responsibilities specif"ically assigned to Crty in the Contract Document�; or b. th�re may not be other matters or issues b�tween the parties that might entitle Contractor to be paid addrtionally by City or enti�le City to withhald payment to Cant�•actor; ar c. Contractor has complied with Laws and Regulations applicable to Cantractoc•'s perFarmance of'the Wor1c. 4. City rnay refuse ta process the whole or any pa�t of any payment because of subsequently discovered evider�ce or the results of subsequent inspectians or tests, and rev�se or revake any such payment pre�iously made, to such extent as may be necessary to protect City from loss b�cause: a. ihe Work is d�fectiNe or eor�r�pleted Work has been damaged by the Contractor or subcontractars reQuiring correctian or replacenraent; t�. discrepan.cies in quantities contained in previous applications for payment; c. the Coniraet Price has been eeduced by Change Orders; d. City has been required to correct defeciive Wark or complete Worlc in accordance with Paragraph ]3.�9; or CITY OF FORT WORTI-I 5TAN�ARDCONSTRUCT[ON 5PECIFICATIUN 170CUMENTS Revision: 823J�Oz1 ao�zoo�i ��NE�a,L cor�nt-rior� s Page 54 of 63 e. City has actual knowledge of the occurr�nce of any of t�e events anumerat�d in Parag�aph 15.02.A. C. ReCainage: 1. For contracts less than $40Q,000 at the time of execution, retainage shall be ten p�rceni (1a%}. 2. For contraets greater than $400,Q00 at tne time of e�ecution, retainage shall be five percent (S%). D. Liquidated Damage;s. For each calendar day that any worIc shall remain uncampleted after the ti�ne specified in the Contract Documents, the suza� per day specified �n the Agreement will be assessed aga�st the monies due the Contractar, not as a penalry, 6ut as damages suffered 6y the City. E. Payment: Contractor vvill be paid pursuant to the requirements of this A�ticle 14 at�d payment wiIl become due in accordance with tl�e Contract Docurnents. F. Reductron in Payme�tt: 1. City may refuse to make payment of the ainount requested because: a. Liens have been filed in connection with the V4'ork, except where Cont7ractor has delivere d a specific bond satisiactory to City to se�ure the satisfaction and discharge of such Liens; b. tk�ere are other iterns entitling City to a set-af�against tha amounfi recommended, or c. City has actual knawledge of the occurrence of any af the e�ents en�amerated iri Paragraphs I4.02.B.4,a through 1q�,Q2.B.4.e oar Paragraph 15.02.A. 2. If City refuses to make payment o� the amount requested, City will give Coniractor written not�ce stating the reasons for such actian and pay Contractor any amount remaining after deduction of the amount so withheId. City Shall pay Confiractoz� the ainount so withheld, or any adjust�n�nt thereto agreed to by City and Conlxactor, wlaen Cantractor remedies the reasans for such action. 14.03 Contr�crctor's Warranty of Title Cantractor warranfs and guaraniees that tiCie to all Work, materials, and equipm.ent covered by any Application for Payment, whether incorporated in the Projeet or not, will pass to Cit�r no ]ater than the time of payment free and clear af all Liens. ciTx �� FonT wortTx STANDt�RDCONSTRUCTION SPGCIFICATI.ON DQCUNL�NTS Revision: &�1.3/ID21 oonoo-� �Er�E�a�con�o�r�oN s Page 55 of 63 14.04 Partial Utilization A. Prior to Final Acceptance of aIl the Work, City may use or occupy any part oi the Work which has specif'ically been ideniit"ied in the Contract Doc�unents, or which City determmes consti�utes a separately functioning and usable part of t�e Work that can be used for its intended purpose witho�at signi�ficant int�rference with G�ntractor's performance ofthe ramain.der of the Worlc. Gity at any time ma� notify Contractor in writing to permit City to use ox occupy any such part of the Work which City deterrrnines to be ready for rts intended use, sub�ect to the followirig candi�ions: Cant�actor at any time may notify Ciry in writing that Contractor con.siders any such part of the Work ready for its intended use. 2. �14ithin a reasonable time after notification as enumerated � Paragraph 14.OS.A.1, City and Contractor shal� rrzake an inspection of that part of the Wark to determine its status af carnpletian. If Ciry doea not consider that part of the Wark to be substantially complete, City wi� notify Cantractor in writing gi�ing the reasons therefol•. 3. Partial Utilization wiU not const�tute Final Acceptance 6y City. 14.OS Finallnspection A. Upan written notice frarn Contractar that the entire Work is S u b s t a nt i a l ly Cor�plete in accordance wi�th the Cantraet Documents: 1, Within. 10 days, City will schedule a Final Inspectiion wiih Contractar. 2, Cit-�r will notify Contractor in writing af ail partieulars i� which �his inspectian reveals �hat the Work is incompleie or defective {"Punch Lisi Iteins"). Contractor shall unmediately take such measures as are n.ecessary ta complete such Work or reznedy such deficien.cies. B. No tune charge will be made against the Contractor between said date of notif'ication to the Ciry af Substantial Completion and the date of Final Inspectian. I. Should tk►e City determine that the Work is not ready for Final Inspection, City will notify th:e Contractor in writing oitha reasons and Contract Tirr►e will resurne. 2. Should the City concur that Substantial Campletion has been achie�ed w�ih the exception ai any Punch List Iterns, Contraci Time will resume for the duration rt talces for Cantractor ta achieve Final Acceptance. 14.Ob F'rnalAcceptance Upon campletion by Contractor to City's satisfaction, of any addrtional Work icientif'ied in thc Final Inspection, City w�l issue to Cantractor a letter af Final Acceptance. CI'i'Y OF F012T WORTH STAMDAR]]CONS?RUCTION SPEC[FICATI�ON DOCi}NfENTS Revision: 8rL311A21 oo�zoa-i �En���at� ca�oiriar� s Page 56 of 63 Z4.07 Final Payrnent A. ApplicationfarPay�taent: 1. Upon Final Acceptance, and in the opinion of City, Conlracior znay make an application far firtal payment fo�lowing the procedure for pragress pay�nents in accardance with tE�e Contract Docurnents. 2. Tha fu�a1 Applicatton for Payment shaIX be accampanied (exeept as previously delivared) by: a. al� docurnentation called {'�r in the Cantract Docwnents, including but noi limited to tha evidence of insurance required by Paragraph 5.03; b. consent of th� surety, if any, to final paym�nt; c. a list of all pendang ar released Damage Claims against City that Contractor beIieves ar� unsett�ed; and d. affidavits of payments and complete and legally effective re�eases or uraivers (satisfactozy to City) of all Lien eights ari�mg out of or Liens filed in conneetion with t,he Work. B. Payn�entBecamesD�ce: 1. After Ci�tX's aceeptance of fi�e Application for Payment and accorrzpanying documentation, requested by Contracior, less pre�ious payments made and any sum City is entiiled, inciuding but nat [imited to liquidated damages, will become due and payable. 2. After all Daz�nage Claims have been reso�ved: a. directly by the Contractor or; b, Contractar provides �vldence that the Damage Ciaim has been reported to Contractor's instiirance provider for resolution. 3. The making o� the %nal payment by the Cily shall no� relieve the Cantractor of any guarantees ar other requirements of the Contract Dacuments which specifically coniinue thereafter. 1q�,08 Final Completio�t Delayec�andPaYtialRetainage Releqse A. If final completion of tl�e Work is signi�cantly delayed, and if City so con%rms, City may, upon receipt af Cnntractar's fmal Application for Payznent, and without terminating the Contract, rnake payment of the balance due far that portion of the �Iork ftilll� completea and accepted. If the remaining balance to be held by City for Wark nofi fully completed or correcied is less than the retainage stipulated in Para.graph 14.02.C, and if bonds have 6een furnished as r�quired in Paragraph 5.42, the writiC�n consent of �e surety to the paymen� of the balance due for that CITY pF FQRT WORT'H STAI�lI].4RDCONSTRUCTlOEV St'EC[['ICATfON I](ICUMENTS Revisi on: 823f102] 00 �z oo - i GEN�RALCA3J�ITION S Page S7 oi 63 portion af tihe Work fully coinpleted and aocepted shall be submitted by Contractor to City with the Application for such payment. Such payment sha�l be made under the terir►s and condifiinns governing fmal payment, except that it sha�l not canstitute a wai�er of Contract Claums. B. Partiai Retainage Release. For a Contract that provides for a separate �regetatNe esta�lishment and maint�nance, and test and performance periods fallowing the campletian of all other construction in the Contract Documents for al1 Work locations, the City may release a portzon of the amount retained pro�ideci that all other r�vork is cample#ed as deterrnined by the City. Befare the release, a�l submittals and final quantzties must be campieted and aacepted for all other work. An amount suf�"icient to ensure Contract compGance wilI be retained. 14.Q� Wafver of Claims The acceptance of final paymeni will constitufie a release of tlae City frorri all c�aims or liabilit ie s under the Contract for anything done or furnished or r�l�ting to the work under the Contract Dacuments or any act nr neglect of City related to or connecied with the Contract. ARTICLE 15 —�USPENSION �F WORK AND TERMINATION 15.01 City May Suspend Work A. At any �ur�e and w�thout cause, City may suspend the Work or any portion thereof by written �otice to Contractar and which may �'ix the date on which Work will be resumed. Contractor shall resume tY►e Wark on the date so f�ed. During temporary suspension of the Work co�ered by these Contract Documents, for any reason, the City will tnake no extra paymer�t �or stand-by tizne o� constrUction. equipment and/or construction crews. B. Should the Coritractor not be able to complete a portion of th.e Project due to causes beyond the control of and vvithout the fault or negligence af the Contractor, and st�ou�d it be determir3.ed by mutual consent af the Contractor and City that a solution ta al�ow eonstruetian to proceed is not available wiihin a reasonable period of time, Con.tractor may request an extensinn i� Contract Time, directly attributable to any such suspension. C. If iR should become necessary to suspe�d the Wark for an �definrte period, the Contractor shali store a11 materials in such a manner that they will not obstruct or impede the public unnecessari�y s�or become cfamaged in any way, and he shall take e�ery precaution to preveni damag� or deteriaratian of t11e work performed; he shall pravide suitablc drairiage about the wark, and erect t�mporary siructures where necessary. D. Contractar may be reimbursed for the cost o� mo�ving hi� equipment off the job and returning the necessary equipnaent to th:e job when it is det�rmined by the City that construction may be resurned. 5uch reimbursement s4�all be based on actual cost to the Contractor of mo�ing the equipment and no profrt wi� be allowed. Reimbursem�nt may not be allowed if th� equipment is mo�ed to another construction praject for the City. CTTY OF FORT WORTH STAriI?�4RDCONSTRUCTI�N Sl'EC[FICAT[ON dOCUMEI`1T5 Revision: 8f131�21 oo-�zao-i GE�fERAL CONb ITION S Page 58 nf 63 15.02 City Mcry 'I'et-min.ate fo� Cause A. The occurrence ofany one or more of the FolIowing events lay way of example, but not af limitation, may justify tez•minatian for ca�se; 1. Contractar's persistenf failure to pei�%rrr� the �ot�ic in accordance with tha Contcaet Documents {includir►g, but not limited ta, failure to supply sufficient skilled worlcars or suitable materlaIs or er�uipment, faifure to ac�here to the Project Schedule esta6�ished under Paragraph 2.07 as acljusted frorr� time to time pursuant to Paragraph 6.04, or failur� to adhere to the City's Business Diversity Enterprise Ordinance #20020-I2�2Qi lestablis�ec! under Paragraph 6.06. D); 2. Contractar's disregard of Laws ar Regulat�ons of any public bndy having jurisdiction; 3. Contracior's repeat�d disregard of the author��ty o�' Czty; or 4. Contractor's vio�at�on in any substantial way of any pravisions of the Contract Doccaments; OI' 5. Contractor's faiiure to promptly malce goad any defect in materials or worizrrianship, or dafects of any nature, the correetion of which has been direct�d in writing by the Ciry; or 6. Substantial indicatiinn that the Con�ractor has made an unauthorized assi�nment �f the Contract or any funds dtte th�refrom fnr the beneirt of any creditor or for any other purpose; or 7. Substan�ial evidence thai the Contractor has become insolvent or bankrupt, or oiherwise financia.�[y unabl� to carry an the Wo�•k satisfactorily; ar S. Contractor comrz�ene�s legaI aciion in a coUrt of competent jurisdiction againsi �he City. B. If one or more af the events ideniifted in Paragraph 15.02A. occur, Gity vvill provid� written notice tn C�ntractor and 5urety to arrange a canference with Contractor and Surety to address Con�racior's failura to perform the Wark. Canference shall be held not later than 15 days, after receipt o�notice. 1. If the City, the Contractor, and the Surety do not agree to allo�v the Contractor to proceed to perform tihe construction Cnntract, the C3ty may, to the extent permitted by Laws and Regulations, declare a Contractor default ane! forrnally ternr�inate the Gontractar's right to complete the Contraci. Contractor clefault shal� nat be declared earlier tihan 20 days after ihe Contractor and S�arety have received r�atica of conference to address Contractor's failure to perfozm th� Wark. 2. If Contractor's services are termiezated, Surety shall be obligated to take over and perform the Worlc. If Surety does not commence perfarmance t�ereaf within 15 con.secutive calendar days after date of an additionaI written notice demanding SUrety's performance o�' its CITYOF FO1tT WORTH STANDARdCONSTRUCT[ON SPECIFiCAT[ON DOCiTMENTS Revision: &�.3rZ021 007200-1 GENERAI.CON0iTI0N 5 Page 54 of 63 objigaiions, then City, withaUt process or action at Saw, �nay take aver any por�inn af the ViWork and cornplete i� as described below. If City completes the Worlc, City inay exclude Contractor and 5urety fram the site and iake possession of the Wark, and all rnaterials and equipment incoiporated ��o the VVor1c stored ati the Site or for which City has paid Cantractor ar Surety but which are stored elsewhere, and fmish the Work as City may deexn expedient. 3. Whe�her City or Surety corn�ietes the Work, Contractor shall nat be entitled to receive any further payment until the Work i� finish�d. If the unpaid balance of the Contract Price exceed5 all claims, costs, lasses and damages sustained by City arisirig out of or resultmg froin completing the Work, such excess wili be paid to Cantractor. If sueh claims, casts, losses and damages exceedsuch unpaid balance, Contracior shall pay th� differenc� to City. Such claims, costs, losses and damages incurred by City will be incarporated in a Change Order, pro�ide�i that when exercis�r►g any rights or rernedies under this Paragraph, City shali not be required to obtain the lowest price for the Work performed. �. Neither C�y, nox any of its respeetive consultants, agent,s, affcers, directors or employees shall be in a.ny way l�able ar aceountable to Contracfar or Surety for the method by t�vhich the compl�tion of the said Wark, or any portion thereo%may be aceomplished or for the price paid therefor. 5. City, notvvithstanding the method used in cnmpleting the Contract, shall no� forfeit the right ta recover damages from Cont�ractor or Surety for Contractar's fsilure to timely complete the ent�re Contract. Coniractor shall not be entitled tn any clau� on account of the method used by City in campleting the Can�ract. 6. Majntenance of the WQrk shall continue t� be Contr�.ctor's and Surety's responsibilities as provided for in the bond requirements of the Contract Documents ar any s�ecia.l guarante�s provideck for under t4�e Contract Documents or any other obligations otherr�ise prescribed by law. C. Notwithstanding Paragraphs 15.02.B, Contractar's services will not be terminated if Contracior begins wi�hin seven. days of recei�t of notice of intent tn terminate to correct its failure to perform and proceeds diligently to cure such failure within na mor� than 30 days of receipt of said notice. D. Where Contractar's services have been so terrninat�d by City, the termination wiIl not affect any rights or re�n�dies of City against Contractor then e�sting or which may th�reafier accrue. Any retentian or payment of maneys due Contractor by City will not release Contractar from �iability. E. If and to tY�e extent that Contractor has pro�ided a performance bond under the provisions of Paragraph 5.02, t�e termination procedures of tilat bor►d shall not supersede the provisions of t�is Article. ci�rx oF ro�r waR-rH 5TA1�P.n.RDCQI�STItUCTION SPGCLFICATION DOCUMENTS Revision: &�l ao�zoo-i GEN�RAL CON� ITlON S Page b0 of 63 I5.03 City 11�ay Te�minate .F'or Convenience A. City may, withoui ca�ase and without prejudice to any other right or remedy of City, t�rminate the Contract. Any terminatian shaIl be effected by mailing a notice af the terminafian to the Contractor specifying the extent to which perfarmance of Woric under the contract �s terminated, and the date upon which such termination 6ecomes effective. Receipt of the notice shall be deemed cnncluszv�iy presumed and established wnen the letier is placed in the United States Postal Ser�ice Mail by the City. Further, it shall be deemed conclusively presurned and established that such tei°mination is made with just cause as fherein stated; and no proof in any claim, demand or suit sl�all be required n� the Ci�y regat•ding such discretionary actian. B. A�er receip.t oi a notice of termitiation, and exeept as othez•wisc directed by the Ci�y, the Contractor shal�: I. Stop work under the Cant�act on the date and to the exteni specified in the notice of termination; 2. place no furCher orders or subconiracts for materiaJs, sarvices ar facilrtie.s e�cept as rnay be r�ecessary for campletion af such portion of the Work under the Contract as is not terminated; 3. termit�ate alI arders and subcont�•acts to the e�ent that they relate to �l�e perfoi°mance af the Wozk term�ated by notice of termination; 4. transfer title to tI�e City and deliver in the manner, at the times, and to the extent, if any, directed by the City: a. fhe fabricated or unt'a6ricated parts, Vtjork i� progress, completed Work, supplies and other material produced as a�art of, ar acc�uired in eonnection wzth the performance of, tY�e Worlc terminated by the notice of the tarrriination; and b. tha completed, or partially completed pIans, drawings, information and oth�r property which, if the Caniract had been completed, would hav� been required to be furnished to the City. S. complete perfortx�ance of such Work as shall noi l�ave been termit�ated by the notice of termination; and 6. take such action as may be necessary, or as the City may direct, far the protectian and preserva�ion o�' the property related to its contract which is in the possession of th� Contractor and in which the owner has or tnay acquire the rest. C. At a time not Iater tkxan 30 days after the fermination date specified in tha notic� of termination, the Contractor may submit to the City a list, certified as tia quantity and quality, of any or all items of termination inventary nat previo�sly disposed of, exc�usive of itemrs the disposiiion of which has been directed or authorizecf by Ciry. C:ITY OF P bRT WDRTH STANDARDCONSTRUC7'ION $P$CIFICATION DUC;[1MENT5 It�ev i s i o n: 8�i3CC� (1121 oo�zoo-� GENERAL. CONDITIOCJ S Page 6l of 63 D. Not later than IS days thereafter,the City shall accepttrtle to such items provided, that the list submitted shali be subject to veriftcation by the Gity upon removal af the itetns or, if the items are stared, within 45 days from the date of submissian of the list, anei any necessary adjustments to carrect the list as submit�ed, shall be made prior to final settiemer�t. E. Not later than 6Q days after the notice of termination, the Cor�tractar shall submi� his termination clait�a td the City iri the form and with tlze certif'tcation prescribed by the City. Unless an e�ension is made i� writing within such 60 day period by t�e Cantractor, and granted by �he City, any and a�l such claims shall be conclusively deerned vvaived. F. In such case, Contractor shall be paid for {withaut duplication of any it�ms): 1. conr�pleted anci acceptable Work executed in accnrdance wi�h the Contract Documents Qrior to the effective date Qf terrninatior�, including fair and reasonable sums far averhead and profit on such Work; 2. expenses sustained priar to the effe�t�ve date of terminatian in perfarming services and furnishing �abor, materials, or equipment as required by ihe Contract Docwnents in cannection r�ith uncompleted Worl�, plus fair and reasonable sums far overhead and profit on such expenses; and 3, reasonable expen.ses directly attributable to termination. G. In the event of th� failurre of the Contractor and City ta agree upon the whole air�ount to be paid to the Contractar by reason o�the term�ation of the Work, �he City shall determine, on the basis of inFormatian ava�lable to it, the amount, if any, due to the Contractor by reason af the termination and shall pay to tlZe Contractor the amounts determined. Contractor shalj not be paid an account af lass of anticipatecf profits or revenue or other econotnic Ioss arising out of or result�g f'rom such termination. ARTICLE l.6 — DI�PUTE RES4LUTION 16.01 Methods ar�d Ppocedures A. Erther Ci�y or Caniractor may request mediation of any Contract CIaim submitted for a decision uneier Paragraph 10.46 before such dac�sion becomes final and b�d�ng. The r�quest for mediation shall be subm�tted to the ather party to the Contract. Tunely subnaission af the request shali stay the effect of Paragraph 10.06.E. B. CiiCy and Contractor sha� partici�ate in tlae mediation process in good fa�th. The process shall be commenced wzthiri 60 days of �'�ing of the reguest. C. If the Gontract Claim is not resolved �y mediatian, City's action under Paragraph 10.06.0 or a denial pursuant to Paragraphs 10.�6.C.3 ar lO.Ob.D shall become final and binding 30 days after terrr�ination of thE mediation unless, within that time period, City or Contractor: CITY OF FO[ZT WOI�TH STANDAKDCONSTRIICTIqN SPEC[CICATION DOCiTMEhi'I�5 Revision: 8123/X1�'il 0072QO-i GENERAL GON� ITION 5 Page 62 af 63 1. eIects in varitmg to invo%e any other dispute resolution process provided for in ihe �uppleznentary Conditions; or 2. agrees with the other party to submit the Contract Glaim to another dispute resolution pz•ocess; or 3. gives written notice io �he other party af the intent to submit the Contract Claim ta a col.u�t of campetent jurisclictian. ARTICLE 17 — MISCELLANEOUS ]7.Q1 GivingNotice A. Whenever any provi�ion of the Coniract Documents reyuires the giving of written notice, ir will be deem�d to have been �alidly given i�: l. delivered in person ta the individtaal or to a member of the firm or to an officer of the cac•poration for whom it is intencled; or 2. deli�ered at or sent by registered or certified mail, postage prepaid, to the last business address known io the giver of the notice, B. Bu,siness address changes must be promptly made � v�riting to the afiher party. C. Whenever the Contract lloc�.unents specifes g�ving notice 6y electronic rneans such electronic notice shalI be deemed sufficient upon cazaf"�rmation of receipt by the receiving party. I7.02 Computcztzon afTirrres When any period af tirne is referred to in the Caniraci Documents by days, it wiI! be cornputed tn exclude the �'�st and include the last day �f such period. If the Iast day of any sUch period falls on a Saturda.y or Sunday or on a clay mac�e a Iegal holiday the ne� Worlcing Day shall become the ]ast day of the period. 17.03 Curtaulative l�emedies Th� duties and obl�gatians imposed by these General Conditians and the rights and remedies availa6le hereunder ta the parties hereto ate in addi�ion to, and are not to be canstrued in any vvayas a]imitation of, any rights and remedies a�uailable to any ar all of them vvhich are otherwise imposed ar ava�lable by Laws or Regulations, by special warranty ar guarante�, or by other provisions of the Contract Dacuments. The pravisions af this Paragraph will be as effective as if repeated speeifically in the Cantract Documents in cannection with each particular duty, obligatYon, right, and remedy to which they ap�ly. CITY OF F�RT WORTH STANDARDCONSTRUCTION SI'�CIFICATiON D�C[]MENTS Revision; 8r7.3/ZD2l aa�zoa-� GENERAL COiJplTION S Page b3 of 63 17.0� SuYvival of Obligations All representations, indemnifications, warranties, and guarantees made �n, required by, or g�ven in accardance with the Contract Documents, as we�l as ail continuing abligations i�dicated in the Contract Docurnent�, will survive final pay�nent, completion, and aceeptance of the Work ar terminatior� or completion of the Contract �r fiermination of the services of Cantractor. 17.45 Headings Article and paragraph headings are inser�ed for canvenience only and do not const�tute parts of these General Conditions. CITYDF�'Ol2T WORTH S1'ANDARI�CflNS'fRUCT]ON SPECICICATIDN DpCUdvICNTS [ievisian: 8�32A21 00 73 00 SUPPLEIuI�NT'ARY CONDITIONS Paga l nf5 sECTlorr o0 73 an SUPPL�MENTARY CONDITIONS TO GENERAL CONDI'I'IONS Supplementary Conditions These Supplementaty Conditians modiCy and sUpplement Section 00 72 00 - General Canditions, and other provisions ofthe GontractDocuments as indicated below. Al] pibvisions aftf�e General Conditians thatare modified orsupplement�dremain in full force anc� effect as somodified orsupplemented. All peovisions ofthe C',enetal Conditions which a��e not sa moda�ed or supplemented remain in full force and effect. Detined Terms The terms usad in these Suppl�menta�y Conditiotis which at�: defined in the General Conditions have the meaning assigned to tham in the Cenet�a] Conditions, un[ess specificalIy noted herein. Modifications and Supplemenfs The following a�•e instivctions thatmodify or supp[ement specific paragraphs in Che Genei•al Canditious and other Contrac3 Dncumcnts. SC-3.Q3B,2, "Resolving Discrepsncics" Plans govez�n over Speeificatians. S G4,Q1 A Easement limiis shown on theDrawing az•e approxicnate and were provided tn establish a basis for bidding, Upon ieceivin� the fanal easements descriptions, Cont�•actor sha[I compare theen to itae lines shawn on the Contract Drawings. 5C-4,OlA.I., °°A�milability of I.an[fs" The fnllowing is a list of lcnown outstanding right-of way, andlor easements to be act�uu•ed, if any as of ��YfonlhDc�y, Year lhisdocanaaent ii�crs�re�crred]; Outstanding Right-Of-�Vay, �nd/or Fas ements to Se Acqe�ired PA RCEL O WNER NUIvIBER TAR{�."1' D,�,TE OF POSSESSION �If there is none then tiv��ite "Nane"� The C`ontractor un.derstands and agr�es that the dates listed above are �stimates only, are not guai•anteed, and do not bind ehe City. If Conti�ctor considers the final easements provided to differ materially from the representations on the Confeact I]rawings, Contractor shall within five (S) B.usiriess Days and 6e%i� pt•oceeding with the Wor[c, natify City in �,vriting associatedwith the differing easement line [o.cations. SC-4.01A.�, "Availability of iaands°' CITY OI' FORT W ORTkI 2p22 HMAC Siufaee Overlay Conttact STANbAR.p CONSTRUCTION SPECIITCATIONDOCi1MENT5 CityProjectlVo. 103455 Revised Mareh 9, 2020 00 73 00 SUPPLEMENTARY COND[TiONS Paga2 af5 i3tilities or obsfruetiona tn be remo�ed, adjusted, �nd/oe relocated The fofkowing is list of utilities andlorobstiuctions thathavenotbeen removed, adjusted,and/orrelocated as af (Mot�th,�ay, Year� tkisdocir»terrtivas prepared� �p�'Ep UTILITY AND LOCATION O�VNER TARG&T DATE OI' A i]NSTMEI�IT �If ther'e is npne then tivrite��Narre"> ........................_.............................................................................----... The Cantractor undei�stands and agrees that the datas listed abo�e are estimates only, are not guaranteed, and da not bind the Ciiy. SC-4.42A., "Subsurface and Physical Con�tions" "T'he following are �•epo��.s of e�lor�rtions and tests ofsubsurface eonditions ai the site of the Work: A"None" Repart No. � d�t�d , preparedby "None", 8, SL1U-CQilStli{:a11t D�`"None" a consultantoftheCity, providing additional inforn�ation on "None" The following are drawings of physical conditiar�s in orrelating to e�sting surfaee and subsut�iace stivatures(ea�cept [Jnde�•g��aundracilities) which are ator contiguoustothesiteofthe Work: "None" SG4.Q6A., "H�zardous Hhvironmental Condi�ians at Site" 1'he foflowir►g are repoi�is and drawings af eaasting ha�rdous environmental conditions known to the City: "None" SG5.03A., "Certificates of insurance" The entities listed below ai'e "additional insureds as their interest may appear" including #heu respective officers, directoa•s, agents and employees. (I) City (2) Consultanf: "Nvne" (3) nther: "None" SC-5.04A., "Contractor's Insurance" The limits of liability %r the insurancerequ�red by Paragraph GC-5.04 shali pr4vide t�ie fallowing coverages for not less than thefollowing amounts ar greater whe�•e iequired by laws and regulations: S,04A. Workers' Compensation, underParagraph GC-S_Q4A. 5tatuto�y fim�ts Emp�oyer's liability $100,000 each accident/accui�rence $IDO,OOD Disease - each employee $500,40Q D'tsease - policy Innii SC-5.U4B., "Cantractar's Insurance" C1TY OF FORTi VilORTii STANDARD COr1S1'RUCI'IpN SP�CIFICATIONDOCCIMEN'['8 Revised March 9, 2020 2022 HIviAC Surface Oveday Contract City ProjectNo, 103455 00 73 00 SUPPLEMENTARY CdNDIT10Ns Yage 3 o.f 5 5.44B. Commercial Ce�era] LiabiliCy, underPat�agraph GC-5,048. Contracta�'s Liabilit� Insurance under Paragraph GC-5.44B., which shall be on a per project basis covering the Conteaeta3• with min.imum lirnits of $1,4f1D,00Q each occurrenee �z,oaa,000 �gg,���.tei;m�c The poiicy mwst l�ave an endaasement (Amend�nent — Aggregate Limits o f Insurance) making the General AggregateL'units apply separatelytn each job site. The Commercial Genera] Liability [nsw•aneepolicies s.hall pi�ovic�e "X", "C", and "U" coverage's. Vei�ifcation oisucta coverage must be shown in the Remarks A��ticle af'the Ceitificate of Ins�i�ance, SC5.44C., °°Contractor's Insurance" 5.04C. Automobile Liability, underPa.ragraph GC-S,4�FC. Cantractor's Liability Insui�nce under Pa�•agraph GC-5.q4C., wh4ch shall be in an amount not less than ihe follovring amounts: (l) Avtomobilc Liahil�ty - a commercial business palicy shall provide coverage on "Any AUto", defined as autos onvned, h'v�ed and non-awned. $1,000,000 each accident on a combined singie limit l�asis. SpI[t limits are acceptable if lirnits are at leas.t: $250,000 i3odily Injuiy perpersonl $500,000 13adily Injwy pei• accident / $100,000 1'�ro�ecty Damage SG5,04D., °°Contractor's Insurance" The Conta�actor's construction activities will require its employees, Agents, subcontractors, eq�iptnent, and material deli�ei�ies to cross railroad properties and tracks °`IVone", The Contracto.r shall conduct its operations on railro.ad properties in sueh a manner as not to inteefet� with, hinder, aa•obstzucttherailroad company in anymanner whatsaeverin theuseor operacion ofits/theu•trairts or olher ptnperiy. Such operations on railroad properties may c�equic°e that Canta•actor to e�;ecute a"Right af Cntry Agreement" with tl�epaG�t�cular rail��oad eornpany or aompanies invoived, and to this end the Cont�actor shotild satisfy ilself as to therequirements of'each railroad company and be prepared Co e�ec�te the right-af-entry (if any) r�qui��ed by a��ailraad company. The requvements specified herein likewise relate tn the Contractor's us:e of peivate and/or consiruction access roads crossingsaid rail�•oad company's propex�ties. The Contractual Liability coveragerequircd by 1'aragragh 5.04D ofthe General Conditions shall provide eoverage for not �ess than the fo]lowirig amounts, issued 6y companies satisfactory to the City and to the Raih•oad Company for a tarm that cantinues for so long as the Contraetor's operations and wortc. cross, occupy, or toueh railroad property: (I) General Ag�regate; (2} �ch Occur3•enee: Requu•ed for this Conteact N/A 1�!/A 3X Not rec�uu•ed for this Contc�act With respect to the above outlined insurance requi�•ements, the following shall govern: crrY flr FoaT wo�x STANDARQ CpNSTAiTCTTON SPECIFiCATIONDOCiA1kENT5 ltevised March 9, 2Q20 2022 HMAC 5urfaee Overlay Conhact CiTy ProjectNo. 103455 OD 73 00 SUPPLE1vlENTARY CONI]iTIOMS 1'age4af5 1. Where a single rail�oad campany is invokved, the Contractor shall pxnt�ide one insurance poficy in the name of the raili�ad company. However, if m�re than one grade separation or at-grade crossing is affected by the Project at entirely sepa3�ate locations on the line or lines of the same railroad company, sepat�ate caveiage may be rer�uired, each in the amount stated above. 2. Where more than one raiL•oad comFrany is operating on the same �7ght-of-way or where severa! railroad companies are in�olved and opez•ated on theu• own separate rights-of=w�ay, ihe Conteactor may be required m provide separate insurarice policies in the name ofeaeh ��ailmad company. 3. if, in addition ta a grade separation or an at-gz'ade crossing, other work or activity is piroposed on a railroad company's right-oFway at a laeation entirely separate fi•am the grade separation or at- grade crossing, insurance co�erage for this work must be included in the policy covering the grade s eparation. 4, If nn grada separation is involved but other work is proposed on a railroad eompany's right-of way, all such other work may be covexed in a sit�gle poGcy for th�t railroad, even fhough the work may be at two or more separate locations. No work or acti�tities on a raih�oad company's pinperty ta be performed by the Contractor shail be cotnmenced untii theContractor has fuinished Che City with an originai poEicy or pplicies of the insurance fo►• each ��ailraad company named, as required above. All sunh insurance must be ap�roved by theCity and eaeh afFected Itailroad Company pz7or to the Contractor's beginning work. The insu;ance specified at�ave must be catried until all Work to be pe�°I'armed on Che railroad right-of-way has been completed andthe grade crossing,if any, is no long�r usedby the Contractor, in addition, insurancemust be carried during all maintenance and/orrepa�r work perfoimed in the railroad right-of way. Sucl� insurance must name tha railroad company as the irisu��d, togethe�wiih any tenant or lessee of #he railroad company operating over tracics invalved in theProject. SC-G.04., "Project Schedule" Project scheduleshall be tier 3 for theproject. SC-6.(F7., `°Wage liates" The foilawing is theprewailing wage rate tabie(s) applicable to this project and is provided in the Appendi�s: GC6.07 A copy of thetable is also available by accessingthe City's we6site at: htt s��/lapps fortworthtexas•�ovCPro�ectResource�/ You can access the fde by following t�e direetory path: 02-Consiruction Documents/Specif'tcatians/Div�O — General Conditzons SC-6.09., "Permits and Utilities" SC-6.Q9A., "Canfractor ob!tained permits and l�censes" Th� following are known permits andfor licenses required by the Contract to be acquired by the Contractor: "None" SC-G.09B. "City nbtained permits and licenses" The fo[iowing are kno5ur► pei'mits and/orlicenses requ6•ed by the Contract to be acquired by theCity: "None„ C1TY OF FORT VJORTH 2p22 HMAC 5urface Overlay Cont�ct STEINDP.I2D CONSI'RUCI'►ON SPECIFICA`I'ION I�OCl3MEt�ITS City PrvjedNo. 103ASS Revised March 9, 2020 oa �3 00 SUi'PLEMENI'f1RY CONDITIONS Page 5 oF5 SC-6.09C. `i0utstanding permits a.�d license�" The following is a list af known oukstanding pe��nits and/or licenses to be acquii•ed, if any as of 7une 14, 2d21: Outst�nding Fermits and/or Licenses tn Be Acquired QWN� PERMIT OR LICENSE AND LOCATION TARGET DATE OF PQSS�SSION "No n e" SC-7.02., "Coardination" 'I7�e ind�viduals or entities listed be]ow have contracts with ihe City fnr the perfarmance of oth�r work at the Site: "Nane" venaor Sc�pe of Wark Canr� Nane None None SGSA1, `°Comm�nicxlions tp Cantractoz'" "None" SC-9.01., "City's Project Managar" The City's Project Managet•foc this Contiact is [retomiwa Otuyelu, orhis/hersuccessorpuisuanttowritten aotification from ihe Director of Transportation and Puhlic Wos'ks SG13.�3C., "Tests az�d [nspectinns" "None" SC-1b.O1C.1, "Me.thods and Proced�res" "None" END OF SECTION Revision Lag �ATE NAME SIJMMARY OF CNANGE 1122l2D16 F. Griffin SC-9•d��,uCi�s ProjectRepresentative"wordingchangedtoCii�s�roject Manager. 3/9/2020 D.V. Magana 5C-6.07, Updated the It�k such ti�at files can be accessed via tl�e Citys website. C1TY OP FDRT WORTI-I 2022 HMAC SurFace Overlsy Contraet SI'ANDARL7 Ca1VSTRUCT10N SPECiF'[CATION170CUMEM'S City ProjectNa. 1d345S RevisedMaral� 9,2020 oi iioo-t SUMMAIiY OF WORK Page f of 3 SECTION Ol 11 40 SUMMARY OF WORK PART1- GENEA�L I.1 SUMM ARY A. Section Includes: i. SLlmmary of Wflrk to be performed in accordance with the Contract Documents B. Deviatians from this City of Fart Worth Staradard 5pecifieation 1. None. C. Related Speciiication 5ections incl�de, but are not �ecessarily limited to: 1. Division 0- Biddi�g Requirements, Contract Forrtas, and Conditions afthe Contract 2,. Divisian 1- Genera� Requirements 1.2 PRICE AND PAYlNIENT PROC�DURES A. Measurement and Payment 1. Work asso�iatad with this Item is considered subsidiary to the various items bid. No separate payment will b.e al�owed far this Itezn. 1.3 REFERENCES [NOT USED} 1,4 ADNIII�TISTRATIVE REQUIREMENTS A. Work Covered by Contract Documents 3. Woz'k is to include furnishing ail labor, materials, and equipment, and per�orming a!1 Work necessary far this constructian project as detailed in the Drawings and 5pecificatians. B. 5ubsidiary Work 1. Any and a�l Work sp�cifically gaverned by documentary requiretnents for the prnject, such as conditions imposed by the Drawings or Contraci Documents in whieh no sp�cific itam for bid has bee n provided for in the Froposal and the item is not a typical unit bid item inciuded on the standard bid ite�n list, then the item sha!! be aansidered as a subsidiary item of Vljork, the cost of which sk�all be included in the price hid in the Proposal for vaxious bid items. C. Use oi Premises 2. 3. Coardinaie uses of premises under direction of the City. Assume full responsibility for protection and safekeeping of materlals and equipment stored on the Site. Use and occupy only portians of the public streets and ajleys, or other public places or other righ#s-of-way as pravided for in the ordinances af th� City, as snown in the Contract Documents, or as may be specifically authorized in writing b� the City. a. A reasonable amount of tools, materials, and equipment for construction purposes may be stored in sueh space, but no more than is necessary to avoid delay in the construction operations. C11'Y OP FOR"f WOTZ"I�I 2022 HMAC Surface Overlay Contract STAi`IT)ARD CONSTRUCTION SPECIFICAT�01+3170CUMENTS Gity Project l+la, 1D345S Revised December 20, 20 f 2 oi iioo-z SUN�MARY OP WORK Page 2 of 3 b. Exca�at�d and waste materials shall be storea in such a way as naC to interfere with the t�se of spaces that may 6e designated to be lePt fitee at�d unobstruct�d and so as not to inconvenience o�cupants of adjacent propei�ty. c. If the street is occupied by railroad tracks, the Work shall be carried on in such ma.nner as not to inte�•fere with the operat�on of the railroad. 1) All Work shall be in �.ccardance with railroad r�quirements set forth in Di�ision p as vvell as the ra��road perrrzit. D. Work wifhin �asements 1. Dn not enter upon private prop�rty for any purpose without having previously obtained permission f'rom the owner of such propet-ty. 2. Do noi store �quipment or material on private property unless and until the specif ed approval of the property owner has been seeured in writing by the Contractor and a copy furnished to the City, 3, Unless specif cally provided otllerwise, clear all rights-of-way or easements of abst��ucfions Urhich must be removed to make possible �roper prosecution of the �]Vork as a part of the project construetion operafions. 4. Preserve and use every precaution to prevent damage to, aIl trees, shrubhery, plants, lawns, fencas, culverts, eurbing, and all other types of structures or impro�ertaents, to all water, s�wer, and gas lines, to all cot�duits, overhead pole lines, or appurtenances ihereof, including the construction of temporary �ences and to alI oth�r public or private pro.perty adjacent to the Work. 5. Notify the proper representatives of the owners or occiipants of the public or private lands of interest �n lands which might be affected by the Work. a. Such notice sha11 be made at Ieast 48 hours in advance of it�e beginning of the Wark. b. Notices shall be applicable to bo.th public and private utility coinpanies and any corporatinn, company, individu�l, or other, either as owners or occupants, whose land or interest in land m.ight be affected by the Wo,rk. c. Be responsible for all damage or inj ury fo property of any charac#er �•esulting from any act, omission, neglect, or miscondi�ct in the manner or method or execution of the Work, or at any time due ta defectiv� work, material, or equiprnent. �. Pence a. Restore all fences encountered and remaved during constructian of the Project to the original or a better than origina] condition. b. Erect temporary fencing in place of th� fencing removed whenever the Work is not in progress and when the stte i.s vacated overnigl�t, and�or at all times to provide site security. c. The cost for al� fence work within easements, ineluding removal, temporary c[asltres and replacement, shalI be subsidiary to the various itetns bid in the project proposa�, unless a bid item is specifically pro�rided in the proposal. CITY OF FORT WdRTH STANDI�IZD CONSTRUCT[pN SPECIF'ICATIOIN DOCUMENTS Zfl22 H1V�AC 5urface Overlay Contract Revised Beccmber 2p, 20 ] 2 City Project No. 103455 D11100-3 SUMMARY QF WORK. Page 3 of 3 1.5 SIISMITTALS [NOT USED] 1,6 ACTION SUBMITTALS/XNFORMATIONAL SUBNIITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTAL� [NOT USED] 1,8 1VIAINTENANCE MATERIAL SiTSMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT UST�D] �..10 DELIVERY, �TORAGE, AND HANDLING [NOT US�D] Ll.l FILLD jSTI'E] C4NDITION� [NOT USED] 1,J2 WARRANTY [NOT USED] PART 2 - PRODUCTS [NDT iTSED] PART 3 - EXECUTION [NOT USED] END OF SECTION DATE I NAM� Revision Log SUMMFIRY OF CHANGE CITY OF FpR'T WORTH 2O22 HMAC SurtAce Dverlay Contract STATIDARD CON�TCtUCT[ON SPECIFICATION D(1CUivIENTS City Project No. 103455 Revised Decemher 20, 2012 D1250U-1 5UB5TITUTIOIV PROC�Di1RES Page l of 4 sECT�oN ai 2s o0 SUBSTITUTION PROCEDURES PART1- GEN�RAL 1,1 Si]MMARY A. Section Inc]udes: 1. The procedure for requesting the approval of substitution of a product that is not equival�nt to aproduct which is specified by descriptiWe or per#'ormanee criteria or ctefined by reference ta 1 flr more of the following: a. Name of manufacturer b. Name of vendflr c. Trade name c!, Catalog nurnber 2. 5ubstitutions are not "or-equals". B. Deviations from this Ci�y of Fort Worth Standard 5peci�cation 1. None. C. Related 5pecification 5ections include, but are not necessarily [imited to: 1. Division D-- Bidding Requit•ements, Cantract Forms and Gond[tions of lhe Contract 2. Division 1— General Requirements 1..�. PRICE AND PAYMENT YROCEDUR�S A. .Measuremerit and Payment 1, Work associated witlz this Item is consid�recf subsidiaiy to the vario�Es items bid. No separate payment will be allowed far this Itein. 1.3 R.EFER�NCES [NOT USED] 2.4 ADMIIVISTRATIVE REQi1IR�MENTS A. Request for Substitution - General 1. Within 30 days after award of Confract (unless noted oYherwise), the City will consicEer farm�I requests from Contractor for substitution of products in place of #hose speei�ed. 2. Certain types of equiprnent �nd kinds of material are described in Specifications by means of references ta names of manufacturers and vendors, trade names, or catalog numbers. a. When this method of specifying is used, it is not intanded to exclude fr�nn conslderatiQn other products bearing otlaer mant�facturer's ar �endor's names, trade names, or catalog numbers, pro�id�d said products are "or-equals," as de#ermined by City, 3. Otlaer types of equiprnent and kinds of material may be accepY.�ble substitLrtions under the following conditions: a. Or-equaIs ar� unavai�abIc: due to strike, discantinued prodt�ction of praducts maeting speci�ed requireinents, or oth�r factors beyond contral of Contraetoi•; or, CTTY pF POR7' WORTH 2O22 HMAC Surface pveriay Contract STANDARp Cf?NSTRUCTTdN SP�CIFICATIOI� DOCUMENTS City Project No. 103455 Revrsed Iuly 1, 201 l aizsoo-2 SUBSTlTl3TIDN PROCEDi3�S Page 2 of 4 b. Contractor proposes a cost and/ar time reductian isicentive to the City. 1.5 SUBMITTALS A. 5ee Request for Substituiion Form (attached) B. Procedure for Requesting Substitution l. Substitution shall be considered only: a. After award of Contract b. Under the conditions statefl herein 2. 5ubmit 3 copies of each written request for substiitiition, including: a. Dacumentation 1) Co�plete data su6stantiating ca.mpliance of proposed substitution with Contract Documents 2) Data relating to changes in construction seheduje, vtrhen a reductian is proposed 3) Data relating to changes in cast b. For products 1} Praduct identification a) Manufacturer's name b) Telephone number and representat�ve contact name c} Specificatian Section ar Drawing reference of originally speciiied product, including discrete name or tag nurnbei• assigned to original prnduct in the Contract Documents 2} Manufacturer's literature clearly mariced to show compliance of praposed product with Contract Documenis 3) Itemized compaxisan af or[ginal and proposed product addressing product chaxacteristics including, bLtt not necessarily limited to: a) Size b) Composition or materials of consfruction c) Weight d) �lectricaI or mechanicai requirements 4) Praduct experience a) Location of past projects utilizing product b) Name and telephon� number of persons associated with referenced pro�ects lcnowledgaab�e concerning proposed product c} Available field data and reports associated with proposed praduct 5.} Sarnples a) Prvvide at request of City. b) Samples becoene the property of Yhe City. c. For canstruction inethods: �) Detailed description af proposed methnd 2) Illustration draw.ings C. Appro�al or Rejection I. Written approval or rejection of suhstitution given by the City 2. City reserves the right to require proposed product to cotnply with color and pattern of specified prociuct if nec�ssary to secure design intent. 3. In the ��ent tne substitutinn is appro�ed, ti�e resulting cost andlor time reduction will be documented by C1lange Order in accordance with the General Conditions. CTTY OP FOR'[' WORTIi 2022 f13vfAC Surface Overlay Cbntract STANDARB CO�ISTRt1CT[ON 5PECIF�CATION DOCUIvIEAfTS City Project Na. 103455 Rev'ised 3uly l, 201 ] 012500-3 SUBSTITUTION PRDCEDUI�S Page 3 of4 4. No additional contract time wil� be given for substitution. S. Substituttan wil] be rejected if; a. Submittal is nat through the Contractor �vith I7is stamp af approval [a. Request is not made in accordance with this Specafication S�ction c. In the City's flpinion, acceptance will require s�bstantial revision af tha original design d. In the City's opinion, substitution wiil not perfa��m adeQuately the function co.nsistent w[th the design intent 1.6 ACTION SUBMITT�I,S/INFORMATIONAL SUBNIITTALS [NOT Y7SEDj 1.7 CLOSEOUT SUSMITTALS [N�T USEDj 1•S MAINT�NANCE MATERIAL SUBMITTALS [NOT USED] 1..9 QUALITI� ASSIIRANCE A. In making request for substitufion or in using an approved product, the Contractor represents that the Contractor; L Has investigared propos�d product, and has determined t11at it is adequate or superior in all respects to that specifi�d, and that it wil� perform fianction for r�llich it is ir�tenaed 2. WiII provide same guarantee for s�bstitute itern as for product specifi�d 3, Will coordinate instaliation of accepted substitution into Work, to include building modif cations if necessaay, making sucla chang�s as may be required for Work to be camplete in aIl respects �. Waives aII claiir�s for additional costs related to substitcttion which subsequently arise 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] I.I1 �'IE.LD jSTTE] CONDITION� [NOT US�D] 1.12 W ARRANTY [NOT US�D] PART 2 - PR�DUCTS [NQT US�D] PART 3 - EXECUTION [NOT USED] END OF SECTION CITY OF FORT WQRTH 2O22 HMAC Sw�Eace Overlay Con�act STANDARI7 C�NSTRUCTION SPECIFiCATION DOCUMENTS City Pro.ject No, 103455 Revised ]uly I, 20 ] l n�asoo-4 SUBSTiTUTIp]�i PRQGEDUR�S Page 4 of 4 EXHIBIT A REQUEST �OR STJBSTITUTION FORIVI: TO: PROJEGT: DATE: We hereby submit �or your consideration ihe following product insiead of the specified item far the abo�e project: S�CTIQN PARAGRAPH SPECiFI�,D ITEM Praposed �ubstitutlon: _ Reason for Substitutinn: Include complete inf�rma#ion on changes to Drawings andlor Specificatians which proposed substitution will z'equire for its proper installation. Fil! in Bianlcs B�low: A. WiII the undersigned contrac#or pay for changes to the building design, including engineering and detailing costs caused by the requested substitution? B. What effect does substitutian ha�e on otl�er trades? C. Differences between proposed substitution and sp�ciiied item? D. DifFerences in prodLtct cost or product delivery time? E. Manufacturer's guarantees of the proposed and specified items are: EqLral Beiter (explain on attachment) �11e tmdersigned states that the fi►nction, appearance and quality are equivaient or superior to tlse specif ed item. Submitted Sy: For Use by City Signature as nated Fum Address DaYe Telephone Far Use by City: Approved City Recoinmended � Recommended Not recommended �Reeeived late By Date Remarks Date Rej ected CITY OF` FORT WORTH 2O22 ii3viAC Surfece Overlay Cnntract STA3*ipARD CONSTRUCT[ON SPCCIF'ICATi01+� DOCi7MENT8 City Pra}ect Na, I U3455 Revised 1uly 1, 2D1 l 013119-1 PRECONSTRUCTfO1V M�ETING I�age 1 of3 SECT'XON 0131 19 PRECONSTRUCTION MEETING PART 1 - GENERAi, 1.1 SUMMARY A, Section Inclu.des: l. Pro�isians for the pt•ecorastruction meeting to be held prio�• to the start of Wo�•k to c]arify construction contract administration procedures B. Deviations �-om this City of Fort Woi�h Standard Speci�cation 1. None. C. Related Specification Sections include, but are not necessarily litnited to: 1. Division d-� Bidding Requirements, Contract Forms and Canditions of the Contract 2. Division I— Genera� Requirements 1.2 PRIC� AND PAYMENT PROCEDURES A. Measurement and Paym�r�t 1.. Work associated with this Item is consid�red su6sidia�y tp ihe �arious iterns l�id. No separate payrr�ent will be allowed for if�is Item, L3 REFERENCE� [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Coord�nation 1. Attend preconstruetion meeting. 2. Representatives of Coniractor, subeontractors and suppliers attending meetings shall be qualif ed and authorized Yo act on behalf pf the entity each represents. 3. Meettng administered by City may 6e tape recorded. a. If r�corded, tapes will be used to prepare minut�s and retained by City fqr future refer•en.ce. B. Preconstruction Meeting 1. A preconstructian meeting wil� be held within 14 days after the execution of the Agreement and before Work is started. a. The meeting will be scheduled and administered by the City. 2. The Projact Representative will preside at the meeting, pr�pare the notes o�'the meeting and distribute copies of same to a]l participants vvho so request by fully comp[eting the attendance form to 6e circulated at the begiiruiing of �he meeiing. 3, Attendance shall include: a. Project Representativ� b. Contractor's project manager c, Contractor's superintend�nt d. Any subcontractor oi• supplier represer�tatirres whom the Contractor may desire to in�ite or the City may request CITY OF FORT WO£tTI-1 2D22 HMAC Surfaee Qverlay ContracY STAND11R17 CONSTRUCTION SPE�IFICATIOIV DQCUM�NTS City Project No. 103455 Re�ised Augist 17, 2012 Q13� 14-2 PRECOIVSTRiTCTI03�! MEETING Page 2 of 3 e. Othe�� City representatives f. Others as appropriate 4. Canstruction Scheduie a. Prepare baseline construction schedule in accordance �vith Seetion Ol 32 16 and provsda at Preconst�'uction Meefing. b. City wiil nfltify Contractot of any schedule chan�es upon.Notice of Preconstruetion Meeting. 5. Preljminary Agenda nnay �nclude: a. Introduction of Project Personnel h. General Description of Projeet c. 5tatus of right-o%way, utility ciearances, easemes�ts or other pertinent perrnits d. Cantt'actor's work plan and schedule e. Contract Time f. Notice to Proceed g. Construction Sta%ing h. Progress Fayments i. Extra Work and Change Order Procedures j. Field Orders k. Disposal S�te Letter for Waste Material L Insurance R�newajs m. Payroll Certification n. Material Certifications and Quali�'y Control 7'esting o. Publie Safeiy and Convenience p. Documentation of Pre-Construction Conditions q. Weekend WorkNotification r. I�egal Holidays s. Trench S.afety Plans t. Confined Space Entry 5tandards u. Coordinatian with the City's representative iar aperations of existing water systems v. Storm Water Po1lUtion Prev�ntion Plan w. Coordination wi#h ather Contz'actars x. Early Waz'ning System y, Contractor Evaluation z. Speciai Conditions applicable to the project aa. Damages Glaims bb. Submittal Procedures cc. Substitution Frocedt�res dd. Correspandence Routing ee. Record Drawings ff. Temporary construction facilities gg. MIWBE or MBE/SBE procedures hh. Final AcceptanGe ii. Final Payrneni jj. Questions or Gomments CITY OF FbRT WQRTH 2O22 HMAC SurFace Overlay Contract 5TANDARD CdNSTRUCTION SP�CIFICATION DOCUMENTS City Projeet No, 103455 Rer+ised August l7, 20 ] 2 Q13119-3 PR�.CONSTAUCTION IVfEE'I"ING Page 3 of 3 I.5 SIIBMITTALS [NOT LTSED] �..6 ACTION SUBMITTAL�/INFORMATIONAL SUBMITTALS [NOT US�D] 1.7 CLOSEOUT SLTBMITTAL� [NOT U�ED] 1.8 MAINTENANCE MATERIAL �UBMITTALS [NOT U�ED� 1.9 QUALITY ASSYJRANCE [NOT i7SED] L10 DELNERY, STQRAGE, AND HANDLING [�TQT USED] Lll FIELD [SITE] CONDITIONS [NOT US�D] 1.I2 WARRA�TTY [NQ�' USED] PART 2 - PRQDUCTS [NOT USED] PART 3 - EXECUTION [NOT US�Dj END OR SECTION C]TY OF FORT WORTH 2O22 f�IMAC SurFace Overlay Contract STt1N17ARD CONSTRUCTiON 5PL•CIFICATION bOCUMENT$ Ciry ProjectNo. 1fl3455 Revised August 17, 2012 013129-1 PRR.T�CT M�ETINGS Pa�e l of 3 SECTZON 01 3I ZQ PRO.TECT MEETINGS �Speca.fre�r.' This� Specificalion is i�rtenc�ed for use an pr•ojects desi�nated us Ti�r 3 oi• Tier 4.] PAR.T 1 - GENERAL 1.1 SUMMARY A. Section Includes: i. Provisions for projeet meeiings throughout the constructiar� period to enable orderly review af the progress of the Work and to provide for systematic discussion of potential problems B. Deviations this City of �'art Worth Standard Specification I. None. C. Related Specification Sectians include, buf are not necessarily limited to: 1. Di�ision 0— Bidding Requirements, Contract �'orms anci Conditions of the Contract 2. Division S— Genera! Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Woric associated with this Item is considered subsidiary to the various items bid. No sepa�'ate payment will be a1lowed for this Item. 1.3 REFERENCES [NOT USED} 1,4 ADMINXSTRATNE REQVIREMENTS A. Caordination 1, 5chedule, attend and adrr►inister as specified, periodic �arogress meetings, and specially caIled meetings througho.ut progress of the Work. 2. Represantati�es of Contractor, subcontractors and suppliers attending meetings shal� b� qualified and authorized io act on behalf of the entity each represe.nts. 3. Meetings administered by City may be tape recorded. a. If recorded, tapes will be used to prepare minutes and retained by City for future reference. 4. Meetings, in addition to those specified in this Section, may be held when requested by the City, Engineer or Contractor. B. S're-Construction Neighborhood Meeting 1. After the exec�tion af ihe Agreement, but before construction is a[lawed ta begin, attend 1 Pu61ic Meeting with affeeted residents to: a. Present projected schedule, including construction start date b, Answer any construction related questions 2. Meeting LocatiQn a. Locaiion of ineeiing to be determined by the City. 3. Attendees CITY DF FOAT WORTH 2O22 EiMAC Sm-face Ovcrlay Contract STANDAI2D C0�lSTRUCTION SPECIFICATi07V DOCUMSNTS City Project No. 103455 Re�ised 3uly l, 20V 1 OI 3.] 20 - 2 PRdJECT MEETINGS Page 2 of 3 a. Contractor b. Project Represez�tative e. Other Ciiy representatives 4. Meeting Schedule a. In general, the neighborhood meeting will occuz• within th� 2 w�eks following ihe pre-construction canference. b. In no case will construction be allowed to begin �tntil tliis meeting is held. G. Progress Meetings I. Forrnal project caordination meeiings wi1l be h�ld periodacally. M�etings wil] be scheduled and administered by Projecf IZe}�resentative. 2. Addit[ona] progress meetings to discuss specific topics will be conducted an an as- naeded basis. Such additional rneetings sl�all include, t�ut not be liEnited to: a. Coordinating shutdowns b. Installation of piping and ec��zipment c. Coordination between other constructian projects d. R�solution of construction issues e. �quipment approval 3, The Project Re�ar�sentative will preside at progress meetings, prepaxe the nqtes of the ineeting and distribute copies of the same fo alI participants who so request by fully completing the attendane� form to 6e circulated at the beginning af each meeting. 4. Attendance shall inelude: a. Contractor's project tnanager b. Contractor's superintendent c. Any subcantractor ar supplier representatives whom the Contractor may desire to invite or the City may request d. Engineer's repr�sentatives a. City's representaiives f. Others, as requested by the Project Representati�� 5. Preliminary Agenda may include: a. Review of Work pt•ogress since p�•evious meeting b. F`ie]d observations, prnblems, cpnflicts c. Items which impede cons�•uctian scl�edule d. Review of off-site fabrication, delivery sch�dules e. Review of constraction interfacing and sequencing requirements with other construction contracts f. Corrective measures and procedures to regain projected schedule g. Revislans �o canstruction schedule h. Progress, schedule, during suceeeding Work period i. Coordination of schedules j. Reviewsubmittal schedules k. Maintenance of quality standards 1. Per�din.g changes and substitutians m. Review propased changes for: 1) Effect on ennstruction schedUle and on coanpletion date 2) Effect on other contracts of the Project n. Review Re+cord Documents o. Review trionthly pay request CITY DF FORT WpRTH 2O22 HiWiAC 5mface Overlay Co.ntract STANDARD CDNS'['RUCTIpN SP�CIFICATiON DOCUMBNTS City I'raject Nn. 103455 Revised Iuly 1, 2p1 l ot��za-3 PROJECT tWIEETINGS Page 3 oF 3 p. Review status of Requests for Informatian 6. Meeting Schedule a. Pragress meetings wi�l be heid periodicaily as de�ermined by the Project Representative, 1) Additional meeiings may be held at the request of the: a} Cit}+ b) Engineer c) Contractor 7. Mecting Location a. The City will establish a rneeting location. X} To the extent practicable, meetings will be held at the Site. � .5 Si3BMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL �UBNLiTTALS [NDT USED] 1.7 CLOSEOUT SUBMITTALS [N�T USED] 1,8 MAINTENANCE MATERiAL �UBNII"I'TALS [NOT USED] I,g QUALITY ASSURANCE [NOT USED] 1.10 DELTVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELll [SITE] CQNDITXONS [NOT USED] 1.12 WARRANTY [N4T USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECi3TION [NOT USED] END OF SECTION Revision Log DATE I NAME C1TY QF FORT WORT�-1 STAIVDARD CONSTRCICT{ON SPECIFICATIOAI DOCUNIENTS Redtsed July 1, 20 f 1 5U1V111�IARY O�' CHANG�. 20�2 I1l�fAC Surface Qverlay Conhact City Projact No. 103455 O1 3216-1 CpNSTRUCTIQN PRQGRESS SCITEDUG� Page I of l0 Z 2 3 PA.RT 1- GINERAL ,��`�0� ��. �� 1� CONSTAUCTION SCHET]L1LE 4 1.I S[.TMMARI' 5 A. S�ctionIncludes: b 1. Genaral requirements for the preparation, submitta�, updating, status reparting and 7 management o.f the Consiruction Progress Schedule 8 2. Spec�fic requu•ements are presented in the City of �'ort Warth Schedule Gu�dance 9 Doc ument �� B. Deviations fram ihis City ofFart Wnrth Standard Specificatian 11 1. None. 12 C. Related Specificatian Sectians include, but are not necessarily limited to: 13 1. Division 0— Bidding Req�airemenis, CnnCract Forms and Conditions of the Gantract 1� 2. ❑ivision I —Gen�ra� Requirements I5 16 17 ]8 I9 2.0 21 22 23 24 25 26 27 28 29 30 D. Purpose The City ofForf Warth (City) is comm�tted tn delivering quality, cost-eff�ctive infrastr��ct[zre to its citizens ii1 a timely manner. Akey tool ta ac.hieve this purpose is a praperly strUctured scI�edule with accurate updates, This supports effeciive moni�oring of progress and is inpui to critical decision making by the �aroject manager #hroughout the li% of th� project. Data from the updated project schedul� is utilized in status reporting to t�arious ler�els of the City arg�nization and the citizenry. This Docurnent complements the Ciry's Standare[ Agreement to guide the eonstruction contractor (Confractor) in preparing a:nd submitting acceptable schedules for use by the Gity in project delivery. The expectatinn is the p�rformance ofthe work fo�lo�vs the accepted scheduie and adhere to the contractual timeline. The Contractor will designate a c�ualifi�d representati�e (Project ScIleduIer) responsible fnr deveioping and updatmg the schedule and preparing status repoz•ting as required by the City. 31 1.2 PRICE AND PAYM�NT PROCIDURES 32 A. Measurement and Payment 33 1. Work ass�ciated with this Item is considered s ubsidiary to the various items bid. 3� No separate paytnent wi[1 bc allowed for fhis Item. �$ .2. Non-compiiance w itI� this speei�cation is grounds far City to with�old payment �f 36 the Contractor's invoices until Contractor achieves said corr�p]iance. 37 �.3 RE + +�II�iCFS 38 A. Project Schedules C1TY OFFORT WpRTH 2O22HMACSurfaceOverfayCnnhacL STANDAR.D C�NSTRUCTIOId SPECIFICATION DpCUIVI�NTS CityFrajectNa, 103455 Revised August ]3, 2021 fl1321G-2 CONSTRLTCTIONPEZOGRESS SCIiCDlILE Yage 2 of 10 1 Each praject is repxesented by City's master pz:oject schedule that encompasses the 2 entire scope of activities �nvisioned by the Ciry to properly deliver the work. W�ien the 3 City cor�tracts with a Contractor to perform construction af the Work,. th� Contractor 4 wi31 develop and rnaintain a schedule for their seape af work in �a1ignment w ith the S City's standard schedule requirements as defined he� ein. The data and informatian of 6 eaeh such schedule w ili be leveraged and become integral in the master pro�ect 7 schedule as deemed appro�riate by tk�e City's Praject Control Specialist and approved g by the City's Project Manage�•. 10 11 12 13 14 15 16 17 i$ 19 2Q Zl 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 94 45 46 �47 48 49 1. Master Project Sclledule Tha master pro�ect s�hedule is a holistic representation nf the scheduled activities and milestones for the total project and be Critical Path Method (CPIv� based. The City's Froject Manager is accountable for o�ersight of the development and maintaining a master project sched�le for each projeet. When the City contract� far the design andlor canstruction of the praject, the master project schedu]e will incorporate elements of �he Design and Construction schedules as deemed appropriaie by the City's Project Control 5pecialist. The assigned City Project Control5pecialist creates and maintains the rnaster project schedUle in P6 (City's sch�dtiiling software). 2. Construetion Schedule The Contractor is responsible for de�eloping and maintaining a schedul0 far the scope of the Caniractor's contractual requirements. The Cantractor wiIi issue an iniiial schedule for review and acceptance by ihe City's Project Control Specialist and the City's Project Manager as a baseline scheriule for Contractar's scope of work. Contractorwill issue curre�►t, accurate updates of �heir schedule (Progress Schedule) ta the City at t�e end of each month thrnughaut the life of their work. B. Sct�edule Tiers The City has a portfolio af projects that �ary widely in size, complexity and conteni reqtitiring different scneduling to effectively defiver each project. The City uses a "tiered" approach to align the prnper scheduie with the criieria for each project. The City's Project Manager determines the appropriate schedt�le tier for each project, and iticludes that designation and the associated requ�rements in the Contractor's scape of wark. The followit-�g is a summa�y of'the "tiers". 1, Tiar 1: Small Size and Short Duratinn Project (design not required) The Crty develops and maintains a Master Project Schedule for the project. No schedule submittalis required from Contractor. City's Project �ontrol Specialist acquires any n�cessary schedule status data ar informatianthrough discusaions with the respective party on an as-needed basis. 2. Tier 2: Small Size and Short to Medium Duration Projeet The City d�veiaps anci maintains a Master Pro3ect Schedule for the project. The Contractor identifies "start" and "finish" rriilestone dates on key �lements of the�r work as agreed with the City's Project Manager at the kickoff oitheir woric effort. The Contractor issues ta the City, updates to the "start" and "finish" dates for such milestones at the end of each month throughout the life of ihe�r work on the project. 3. Tier 3: Medium and La.rge Size and/or Complex Projects Regar�less of Duration CI'1'Y OF FORT WORTH STANDARD COIVSTRUCTI��T SPECIC'ICATIOIV DOCUMEN7�5 Revised August 13, 2021 20Z2I-iiv[AC Sw-Face Ove��lay Contract City PrajectNo. 1D3455 Ol 32 I 6- 3 CpIVSTRUCT IOIV PIi�GRES 5 5 CI-iEDUi.� Page 3 af ] d � The City develops and maintains a Master Project Schec�ule for the project. The 2 Contractar develops a Baselin� 5chedule and rn.aintains the schedu�e af their 3 respeetive scope of work on the project at a le�el of �etail (�enerally Leve13} and in 4 alignment wi�h the WBS structure in Section 1.4.Has agreed by the Pra�eet S IVlanager. The Contractor issues ta the City, updates of their respective schedule 6 (Progress Schedule) at tha end of each tnonih tht•oughout the [�e of their work on the 7 project. 1� I1 12 13 [4 15 16 17 l$ 19 20 21 22 23 24 25 26 27 C. Sch�dule Types Project delrvary for the Ciry utilizes twa types of scheduies as noted below. The City develops and maintains a Mast�r Project Schedul� as a"baseline" sehedule and issue mnnthly �apdates to the City Project Manager {end of each mont.ti} as a"progress" schedule. The Cantractor prepares artd submits each schedule type to fulfiIl th�ir cantracfual requirernents. l. Base�ine Schedule The Contracior develops and submits to the City, an initial schedule for their seope of wark in alignment with this specification. Once reviewed and accepted by the City, it becomes t�te "Baseline" schedule and is the basis against which all progress is measured. The baseline schedule wil] be updated wllen there is a char�ge or addition to the scope ofwork impacting the duration of the woz•I�, and only af'ter receipt af a duly authorized change order iss u�d by the City. In the event progress i� s�gnificantly behind scl�edute, the City's ProJect Manager inay authorize an update ta the baseline schedule to facilitate a more practical eva[uatian of progr�ss. An example af a BaseIine Schedule is provided in Speeificatian O1 32 I6, I Constructi�n Project Schedule BaseIine E�zample. 2. Progeess Schedule 28 The Contractor updates iheir schedule at the end of each month to represent the 2� progress achieved in the wor[� which includes any impa.ct from authoa�ized changes 3� in the work, The updated schedule rriusf accurately re�lect the c�arrent status of the 3I wark at that point fn time and is referred to as the "Progress Schedule". The City's 32 Projact Manager and Project Contro[ Spacialist reviews and aceepts each progr�ss 33 schedule. In the event a prog�•ess schedule is deemed not acceptable, the 34 unacceptable issues are idenlified by the City within 5 worlcing days and the 35 Contractor must provide an acceptabl� prograss schedule withtn 5 working days 36 after receipt ofr�an-acceptance noti�cation. An example of a Progress Sehedt�Ie is 37 provided in Specifi.catian O l 32 16.2 Construction Praject Schedule Progress �$ Example. 39 D. City Standard 5chedule requirements 40 The following is an overview of the methodo]ogy for dev�loping and rriaintaining a 4I schedule for delivery of aproject. CITY OF FORT W ORTH 2422 HMAC Sut'face Overlay Cantract STANDARD CONSTRUCTION SP�CIFICATTON DpCUMCNTS Cityl'rojectNa, 103455 Revised August l3, 2021 D[ 321G-4 COAIS'I'RL7CTION PROGitE35 SCHEDULE Page 4 nf 10 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 Z6 17 1s 19 20 21 22 23 24 25 26 27 28 29 3Q 3I 32 33 3�} 35 36 37 3$ 39 40 41 42 43 44 45 46 47 1. Schedule Frame�vork - The schedule will be based on the defined scope Qf work and follow the (Critical Path M�thoc�olQgy} CPM method. The Contracior's schedule wili align with the requirements of this specif'ication and will be cost lorrded to reflect their plan for execution. Complrauce with cost loading can be provided with traditional cost loading of line items OR a projected cost �r mon�h for the project when the iniisal schedufe is submitted, nptlated on a qnarterly basis is �ignificantchange is anf�cipated. Overall schedule dw-ation will align with the cantractual requirements for the respective scope of work and be reflected in City's Master Project Schedule. The ProjectNumber ar�d Natne of the Prnject is required on each schedule and must match the City's project data. E. 5chedule File Name All schedu�es submitted to the City for a project w ill have a f�le name that begins with the City's praject number follor�ved by the name of tlie project foi�owed by brrseline (if a haseline sck�edule) ariheyearanrlmonth (if'aprogress schedule), as shownbelow. o Baseline Schedule File Name Format: City 1'roject Number Pro}ect Name Baseline Example: 101376_North Montganiery Stre�t I�VIAC Baseline � Pragress ScheduleFileName Format: City ProjectNumber ProjectName_�YYYY-MM Example: l 0I376 North Mantgomery �treet HMAC 20I8_O l � Froject ScheduleProgress Narrative FileName Format: City FrojectNuinber_ProjectName PN YYYY-MM Example; I(}1376 Narth Montgomexy Street �IMAC PN_2018_Q1 F. Schedule T�mplates The Contractor will utilize the relevant sections irorn ti�e City's tempjates pravided in the City's docun�ent management system as the basis for creating ihe�r respeetive project schedule. Speciii�ally, the Contiractor's schedule wiil align with the iayout of the Construction section. The templates axe ideniiiied by type of project as noted below. r Arterials � Aviation � Neighborhood Streets o Sidewa�cs (later} • Quiet Zones (later) � Stz'eei Lights (later) o Intersection I�nprovements (later) o Parks � Storm w ater � Street Maintenance o Traffic o Watier 48 G. 5cheduIe Calendar CIT'Y OF PORT WORTH STAIVDARd CONSTRUGTION SPECIFICATIDN DOCU1VfHNTS iteviszd August l3, 2021 2022I IIVIAC Surface Ove�'lay Contract City ProjecENo. 103455 Ol 3216-5 CONSTRUCTION YIiOGRESS SCH�OULE Page 5 of 10 1 Tl�e City's standard calendar far schedule deve�opment purposes is based on a S-day 2 workweek and accounts far the City's eight standar�d halidays (New Years, Mariin 3 LutY�er King, Memorial, Independence, Lahor, Thanksgiving, day after ThaE�lcsgiving, 4 Chr'istinas}. The Contractort�ill �stabIish a schedu[e calendar as part of the sehedule 5 develnpment �roceas and provide to t1�e Project Contro] �p:ecialist as pa�•t of the basis 6 for their schedule, Variations between the City's calenda.r and the Contractor's 7 calendax must be resolved prior to the City's accepfance ofthair Baseline prnject S sch�dule. 1D H. WBS & Milestane Standards far Schedule Development Y � The scope of work to 6e accomplished by the Contractor is represented in tk�e sched.ule 12 in th� form of a Work Breakdawn Structure (WB5). The WBS is the basis far the 13 development of the schedule activities and shall be imbedded and depicted in the 14 schedute. f5 16 17 l8 19 Za 2I 22 23 24 25 26 27 28 29 30 The foliowing is a summary of the standards ta be followed in preparing ane! maintaining a scl�edule for praject delivery. Contractor is required to utilize the City's WBS structure and respective project type template for "Cqnstruction" as show�in Section I.4.H b�low. Addit�onal actfvities may be added to Levels 1- 4 to accommodate the needs ofthe organization e�ec�ating the work. Specificall}+ the Con�ractaz• wiII add activiiies under WBS XXXX�.gp,g3 "Cnnstruction Execution" that deIineates the activities ass.ociaied with the various coenponents ofthe work. 2. Contractor is required to adhere to the City's Standard Milestanes as shown in Section I.4.I b�low. ContractorwilI Enclude additiona] milestones represeilting itlt�rmediate deliverables as requi�ed to accurately re#7ect theix scope of wark. 31 I. Schedule Activ[ties 32 Activities are the disct•ete elements of worlc that ma[ce up the schedule. They vvill be 33 organized ur�der the �am�re]Ia of the WBS, Actrvity descri�tions shouid adequately 34 clescribe the acti�ity, and in some cases the extent of the acti�ity. All activities a�•e 35 logical[y tied with a predecessor and a successor. The only exception to th�s rule is for 3G "project start" and "project fmish" milestones. 37 38 The acti�ity duration is based an the physica� amount of �vork to be performed forthe 34 stated activity, with a maximu�n duration of 20 working days OR a continuaus activify 40 in one location. If 1:he work for atly one activity exceeds 20 days, break ihat acti�vity 41 down incrementally to achieve this duration constr�it�t. Any exception to this requires �2 review an.d acceptance by the City's Fro�ect Control Specialist. 43 44 J. Change Orders 4S When a Change Order is issued by the City, the impact is incorporated into the 46 previouslq accepted baseline schedule as an update, to clearly shov,� itnpact ta tha 47 project tirneline. The Contractor submits this updated base[�e schedule to the City far C1TY OF FQRT WOI�TII 24?.2HMAC5tu'faaeOverIayContraet STAh1DARIl CONSTRUCT'TON SP�CIEICP.TIOAI DQCUIv[EI�IT� CiYyPrajectNo, 143455 Revised AugList 13, 2021 Q1 321G-6 CQNSTRUCTION PROGRESS SCH�DULB Page G of 10 1 2 3 4 5 6 7 8 9 ifl Ii 12 13 14 15 16 17 18 I9 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 4S 46 47 review and acceptance as described in Section 1.5 beiow. Updaied baseEine schedules adnereto the following: I. T�me extensions associated wnh approved contract modifications are lirnited tn the actual amount ofiime the �roject activities are anticipated to be delayed, un[ess otherw is e approved by the Pr�gram Nianager. �. The re-base]iiled schedule is subtnitted by the Cont�actar withi� tert workd�ys after the date of receipt of the approded Change Order. 3. The changes ir� logic or durations approved by the City are used to analy�e the impact af the change ar►d is included 'vn the Change Order. The cading far a new activity{s) added to the schedule far the Change Order n�clucies the Change Order nuznber in the Activity ID. Use as many activities as needed to accurately show the work afthe Change Order. Rev�sians to the baseline schedule are not effective u�til accepted by the City. K. City's Work Breakdown Strueture WBS Code WBS Name �^�XXXX Project Name �;XXXXX.30 Design X��XXXX.30.10 Design Contractor Agreement X�fXXXX.30.20 ConceptualDesign(3Q%) XXXXXX.3�.30 1'reliminary Design (60%) XXXX�X.30.40 Finai Design XXXXXX.34.50 Envu or►mental XXXXXX.30.60 Permits X�XXXX.30.60.1Q Permits-Identif"ication XXXX�X, 30.60.2Q Permits - Re�iew/Appro�e XXXX�.40 ROW 8� Easements XXXXXX.40. I O ROW Negotiatians XXXXXX,40.20 Condernnation XXXXXX.'�0 Utisiiry Relocation XXXXXX.7a.10 Utility Relocation Co-ordinatian XXXXXX.80 Construction X��XXKX.8Q.81 Bid and Award XXXXXX,g0.83 Canstruction Execution XXX���XX. 80. 85 Inspection XXXXXX.80.&6 Landscaping �X,90 Cioseont XXXXXX,90.10 Construction Contract Clnse-out X�XX�X.9a.40 Design Contract Closure L. City's Standaxd Milestones The following milestone activities {i.e., impartant events on a prnject that mark critieal points in tune) are of particular interest ta the City ancf must be reflected in the project schedUle for all phases of wark. CTI'Y OP FORT WORTH STAIVDARD CONSTRUCTiON SPECIFICATION �OC[1MENTS Revised August 13, 2021 302213MAC Sw-Faee Overlay Conhact Ciry I'rojeetNa. 103455 OI 32 16 -7 CONS`fRUCTiON PROGRESS SCI�EDULB P&ge 7 pf l0 1 2 3 4 5 6 7 8 9 10 [l 12 13 14 15 16 17 18 19 20 2T 22 23 24 25 26 27 28 29 �a 31 32 33 34 35 36 37 38 39 1.4 4� 41 42 43 44 45 46 ActivityZD ActivityName Desi� 3Q20 Award Design Agreement 3040 IssueNotice to Praceed - Design Engineer 3]. QO Design Kicic-o�f Meeting 3120 Submit ConceptualPlans to Utilities, ROW, Traffic, Parks, Storm Water, Water & Sewer 3150 Peer Review MeetirzglDesign Review meeting (technieal) 3I60 Conduct Design Pu.blic Me�ting #� (required) 3170 Conceptual Design Comp�ate 3220 Submit Preliminary Flans and Specifications to Utilities, RQW, Traffic, Parks, Storm Water, Water & Sewer 3250 Conduct Design Public Meeting #2 (required} 3260 Preliminary Design Comp�eta 331 U Submit Final Design to Utiliiies, RQW, Traf�c, Parks, Siorm Water, Water & Sewer 3330 Conduct Design Public Meeting #3 (if rec�uired) 3360 Final Design Complete ROW & EasemenEs 4000 Right of Way Start 423Q Right of Way Complete Utility Relocation 7Q�0 Utilities Start 7120 Uti�ities ClearedlCamplete Construction Bid and Award 8110 Siari Advertisement s i so conau�t Bia o�en�n� g24Q Award Construction ConLract Construction Ea�ecution 8330 Conduet Construction Public Meeting #4 Pre-Construction 8350 Construction Start 8370 Substantial Campletion 8540 Construction Completion 9130 Notice af Completion/Green Sheet 915Q Constrtaction Contract C[osed 94z0 Design Contract Closed SUBMITTALS A. Schedu]e SUbmitta] & Review The City's Project Manager is rasponsible for reviews and aeceptance afthe Cnntra.cY�r's schedule. The City's Project Control 5pacfalist is responsible for ensuring alig.nment of the Contractor's baseiine ana pragress schedules with the Master Project Sched�ale as suppo�•t to the City's Project Manager. The Crty revie�vs and accepts orrej�cts the sGhedule withire ten workrlrrys of Contractor's submittal. C1T Y OF FORT W ORTH 2O22 iIMAC S�u#'ace O�erlay Cnniract STANDARD CONSTRUCTION SPECIFTCAT[QN DOCiJl1��1VTS Ciry PrajectNo. 1p3455 Revised Augus.t 13, 2021 013216-8 CONSTRUCTIONPROGRESS SCE�DULE Page 8 nf ] 0 2 3 � 5 b 7 S 1. Scneduie Pormat T�e Contractor will submit each schedule in two electronic forms, ane in nati�e ide fQrmat (.xer, .xtnl, .mpx} and ihe second in aprlf forinat, in the City's document management systein in the location dedicated for this purpose and identif"ied by t�e Pro�ect Manager. In the eve�t the Contractor does not use Pcimavera Pb or MS P�•oject far schedujing purpnses, the sciledule information must be submitted i� .xls or .xlsx format in compGance with the sampje Iayout {See Spec�'ication 41 32 16.1 Constructian Projeci Schedule Baseline Example), me{Ltding activity predecessors, successars and total float. i0 11 2. Initial & BaseGne Schedule 12 The Contractor will develop their schedule for their scope of work and submi� their i3 initia� schedule in eleetronic fo.rm {in the file formats noted above), in the.City's 14 document management system in the iocation dedicated for thi� purpase at Ierast S 15 working rlays prior to Pr�e Construetion 1Vleeting. lb 17 The City's Praject Manager and Project Canirol5pecialist review this initial schedule Ig to determine alignment �v ith the City's Master Prnject Schedt�le, including forrnat & 19 WBS structure. Following the Gity's review, feedback is pra�ided to the Cantractar 20 for their use i�a finalizing their initial schedule and issuing (within five rvarkrlays} their 21 Baseline Schedu�e far fin.al review and acceptance by ihe Ciiy. 22 23 24 25 26 �7 2$ 29 30 31 32 33 34 35 36 3. Progress Schedule The Contractor wi�l update and issue tk�eir project schedule (Progress 5chedule) by the last rlray of each mortth thraughout the Gfe of their work on the pro��ct. The I'rogress Schedule is submitted in electronic form as noted abo�e, in the City's document rrian.agement system in the locaiion dedicated for this purpose. The City's Pro�ect Contralteam reviews each Pi•�gress Schedule for data and information that support ihe assessmentof th� updaie to tt�e scheduie. In the event data or i�formation i� missing ar incomplate, �he Project Cantrols Specialist communicates directly with the Contractor's scheduler for providing sazzie. The Cor�tractar re-submits the corrected Progress ScheduIe within 5 workrlr�ys, following the submittal process noted above. The City's ProjectManager and Froject Contro! �pecia:iist re�iew the Contractor's progress schedule for acceptance and tn monitor performance and. progress. 37 38 The following list of items ar� required ta ensure proper status inforrna�on is 34 conta�ned in the Progress Sche�uie. 40 � Baseline Start date 41 o Baseline Finish Date 42 � % Complete 43 � Fioat q4 o Activity Logic (de�endencies) 45 � Critical Path 46 � Activities added or deleted 47 • Expected Baseline Finish date �g � Variance ta the Baseline Finish Date �9 CTI'Y OF CORT W ORTH 2O22 f 3IvfAC Swface Ovcaiay Conlract 5TANDARD CONSTRLTCTiON SPBCI['ICATION DOCiTME1VT5 CityI�'ojectNo. ]03455 Revised August 13, 2Q21 nr a2 is -9 CONSTRUCTION PROGRG55 SCHEDiJLE Page 9 of l0 l 2 3 � 5 6 7 S 9 IO 11 ]2 13 [4 1S B. Monthfy Canstruction Status Report The Contractor s ubmits a written stat�s report {z�eferred ta as a progires s narrative) at the monthly progress m.eeting (if monthly meetings are held) or at the end of each month to accompany the Progress ScheduIe s[abinittal, using the standard format provided in Specification O1 32 I6.3 Construction Project Schedul� Progress Narrati�e. The cantent af the Construction Project Schedule Progress Narrativ� should be concise and complete to inctude only changes, delays, and anticipated problems. C. Submittal Process o Schedules and Monthly Const�•u.ctiQn StatUs Reparts ara subrnitted in n� the City's document managerrzent system in tne location dedicated far this purpose. o Once the project has been comp]eted and �`inal Acceptance has been issued by tYae City, no furtner progress schedules or consiruction status ��eport� are required fi�om the Con]a-actor. I. 16 1.5 ACTION SiJ�3MITTALSITNFORMATIQNAL SUBMTTTALS [NOT TTSID] 17 1.6 CLQSEOUT SUSMITI'ALS [NQT USED] 18 1.� MAIN'1'INANCE MATII�iAL �UBMITTALS [NOTUSID] 19 1.8 QUALIT'Y ASSLJ�7ANCE 20 21 22 23 24 2S A. The person prepar�ng and revising the canstruction Progress 5chedule shafl be experienced in the preparation qf sched�les o�similar comp�exity, B. Schedule and supporting doc�ments addressed in tl�is Specifzcaiion shall �e prepared, updated and re�ised to ace�rat�ly reflect the perfoa•mance of t11� construction. C. Contractor is responsibl� for the qc�a]ity of aIl subinittals in this section meeting the standard of care for the canstruction industry for similar projeets. 26 1.9 DELIVERY, STORAG� A1VD HANDLING [NOT USED] 27 28 I.14 I�II,D [�I'I'EJ CONDITIONS [NOT i7SID] 1.11 WARTtANTY [NOT USID] 29 z.i�. A�rac��rTs 3a Sp�c O1 32 1�. I Construction Proj�ct Sched[ale Baselin� Example 31 Spec O1 32 16.2 Canstructian Project Scl�edule Progress Exatn.ple 32 Spec O1 32 16.3 Construction Project Schedule Pragress Narrative 33 CITY OI' FORT WORTH 2O22I�IMACSw-face Ove��lay Contract STANDARD CONSTRUCI'ION 5PECIFTCATION DbCUMENI'S CiCy PrajectNo. l03455 Revised August 13, 2021 • 013216-iQ CONSTRiJC'tION PROCiRESS SCHE�ULE Page 10 of l4 1 2 3 4 5 DATE NAME 8/13/2021 MichaelOv�n 6 raRT a- rRanuCTs CNOT usEn� PART 3 - EXECUTi01� [N�T USID� END QF SECTION Re�ision Log SUMMARY OF CHANGE to update specifiaation requirements.and CSi'Y OF PORT WORTH STANDAIiD CONSTRUGTION SPECIFICATTOIV DOCUM�NTS Revised Au�ust 13, 2021 e duplicate schedule 2022I-IMAC 5wiace Overlay Contract Cify 1'caject No. 1D3455 Q l 32 16.1 CONS'1`RLJCTION PROGRE55 SCHE]][TLB—BA5�LINC EXAMPL� Paga 1 of 5 2 3 4 5 6 7 8 9 ia �i I2 13 14 15 16 l "7 I8 19 20 21 22 23 2� 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 SF'�C:TTON OI 32 1b.1 CONSTRUCTION SCHEDULE — BASELINE EXAMPLE PART 1 - GF�i�;i�AL Th� follow ing is an example of a Contractor's project schedu]e that illustrates the data and expectation for schedule coniEnt depicting the baseIEne for the project. This vers ion of the schedule is referred to as a"base[�ne" schedule, This example is intended ta provide guidance f'ar the Contractor when developing arid submitting a baseline schedu[e. See CFW Specification 41 32 16 Constructian Schedule for details and requirements r�garding the Contractor's project schedule. CITY bF T012T WpItTI-I STANQAfip CONSTRUCTION SPECIFICATION DOC[JMEN'I'S Reviset3 August 13, 2021 2022 HDifAC Surface pveilay Contract City Projeet No. 1D3455 Ql 321G1 CONST [tL3CT [O1�1 PTtOGR ES S S CHEDULB — B A5 �CLIN� �XAMPL� k'age 2 af 5 � w � ri � � � � '� a� ca es N � AY ,-� � � � C O c� q7 a: CS! � � � � V � •� b � � � � � � i-�t A7 � C /{��- V m , �, � � � � b ml �: �• � � � ida u � � � .c U � � � � � � lua 4 Sy .0 I� , � � Q�����•� 4jri � �� �i- I � I',�i� r��'iM p��IN �'4 ' O ' in _...__'mlmim �-a�o � '���'41 N�m . ' I '�� �N: � `} I n�ro i�a�144��# 't I�. � p! r.,'. iy M, � ��--'� - ��— ,� � m:,���, �,f� � � �; ;:�i� ��� �' �'. gN�t �" $' � I� � r�,� �Ipl��w �I _l- ^`.- . � ` � C.�:��r r�N �— u] cy.o�v��an w��� in . � _� . �__ � I I ,1 I ;N� I ��� I I 4 V m , � � i � I .a' i i � F�3' w I ��� �� I V � �� F Y NI �'� o �I � �I �.�, � �: pidr',�I� i �� M1l��a PI � u':�;�4� �I� � �;�.,��� � � i�i� �� rt ¢lu�'i',v�.� a�T �,�,o{y;� ��].� WpRy fy{{ N �D m', W I�q. �!� I � � I +�„�.p,p'a ei'.��w'�la �.�'�,��� �•'s'k k 4I��� R� h hihfP h 1A � ry� �' ., 4 ; ' �i ri �s � a.� �� .: iz ,� .r .r� u r�i -�'r =� �� o� i.. �� `�� :3✓.'in%���o , ti:�M h.. S.:i.:sdiJ:l �+� �� +i r�+ ' ' . a p � I[a C] I'J 4 tl Cl .� ���J �(p'1 n V I Y IO 1�+ m Qi � h• _. ry g:,€�� � ti;�n ;�i`� �. �n..�':., .,,...,..� �]I o iir '�' �: t, s1 �, �� �i� n ei O�t r �� � r� ry. N U �� �� iu V.Y, a.n c�'i �:v `� a f� ;�7, n� ;�.y V}�v n n'� ��R'i y/ N� '� ? `�, � t�+ '� � k v� y it' � I nl o.i � a �� � ,� � .� � � �i � � � � � a •i Q s r u a � �b T ��?ms� �r� �, �� rS4i., ,�d�r��.L �_ �h4.�d� r� f _ .+ ri m� �� �. � ,� .� ., .. M� ,,, .� ., .. �„ ., .� .. : m �..� .� ,. �, � w �� � ^ ^n ` - =—�5; 5:'i�:l�] :xl; �':���F°w e , t, �i,'1;. � � �i = �r ' I i � � '� y � ��.��� �;la��' �����`��'���r�� � � Fr � Y ��,I� a� u n o i i. r• r.'h �� o r iv o n r �', o o ;� u �+ - � _ � � n� R¢%J ri o n iii � ty V O �� Li 4J il1 W�� � ti iii N rylry�{� �� � � m� � r4.'N �n „ lir •+ �f H 4 iJ � ij W� ua �u 1 ty�.� N N�y f ' N � ' I I � � � � � � � � f,.� � 4d � bd � 'r � � � � �� �i o�" `p i� � 1 � � Y1 ^f � �W .�r � v � � � � � � � � � � � � N �� � i V U � � � � Y ♦ � � � � '� a ,� � � � � y C � } '� � '� � Q � U ��� ��- 3����� I � .� :. M � M �] s� ¢ �ry� N T. p E o " C � � T � � � s x ° a '-� � � S a � �' c'i. '� �° U � 4 � :. � y r , ; � v, a p ,s � �n � E 5 :� n ?� �+'L H � ' c� w E t ra ': o.e � `rF +� H .� F�a }{19�a'° � 9 ;� � !° � il .�i R ..r's { i �, � Itl � �.' '.� .�•- �� i - n � f.F � p � � � M1 � � � � � � '} � � � � i� { %1 ,� W C -0 ¢ � � ri i.� � � ^ � � *T � „ ��� ����,.,w�..��� � �� � � � „ � � � CTI'Y OF F�RT WORTH STANDARD CON5TIZUGTION SPECIC 1CATIaN DOCLTMHNT5 Revised August 13, 2D21 2622IIMAC Swi'ace Overlay Conlract City PrajactNo. 103455 O1 32 16.] CON�TRi1CT[DN PIiOGCtG�S SCI-IED[1LE—BASELIN� �XAMPLE Page 3 of 5 1 2 � � m � o � � � o v, N � 0} � L`1 � ,� a � � ir � � �♦♦ L �� � � � . d � � � � � � U � i m � 3 �l�''� �. I - ''`�'" "�w r+m' �a �:,�p ,�-�It- o aau a e, a o,� � a a a a �a p I �W !T 4'i IG r i � a u " c�ri :I w�: ¢] ; � : � i . Y I k` ; � ' � . %� S [ r : T w � M �' � r� � "� �n ^� �n � m m � E ��uyir�i ��i�l°n��� G 'n�im'a°� ��mmo� . i?] n� M M .n ,>�1 � .i h :,1 �p m �-r� � �ry ry} rF � � " . i+s r'S �m"1 M M M� M ��'1 rt• �00 �0 M �h i� �',.1 lC .O �4 J] � u �� � -- �y � . ` i ' I� •• �ri F �i � O� (h 4 Pi �� p n - c(� �n ; � �� : o ? c r� q� p. I'.F G�[�1 k •� 'M � G� �;I •. N Cf � 1 ul 6•� f�Y ry�' E1 N } y �� Ji n �: u �� �' �e �3 G p � J ; '� � � � 3 `� '° LL � � a i. ca �� � �� � :$ �: c rr �� I� ;� ii �e � �d� I.+: .. � o o n � ra.. `� -.a �� � n� .o. n�ar : ao i. m a� m m: v, i: �I�j � >. ,1 �� �- yl � � i o �. ' .. � � ii . i nv .7 �� �. = 'F �J �[y'�`' �� � � �' ��i� � �% `� i � T � � �� � r� '� � ' F� '� i f u�f' b y k `+ "` � r z '� ��, ,p r T ', _ ., n �h � . i Gi ti a <y � � . �o ,.. .� �n �la � � m u ,� �4 �rt � �^� r ., � a..o o �. n o �i � ty r .i �n , � .. �.i:�� �v `-' .. � :y �ir k+ in �� �• .�n �� �r u �i n �-�- I w � � � P A � n :, E 0 � .�i U ,� � � � �} ��' ��1 � M � !� �� B, n� * n " � A�1 0 � � i. � � rs � q� m �i�� � � �f�� � � a � o q m ��� II x� q � U E '� � � `'� '^ : x E � k� n } 14� n � = �" .��- �� � �' � '� � �u � S iw ir ., � i-' "2 e�' '� p � nf9 � m u ir i� N n. Q`l5 N �y r� t" CI i- S� .�,� p� � �i 4 r.J G� o CI b (� ii �Y y��^� �� ^I �Y cY ���{ �'n p� Y� ix �� W fl1 ry � rl nl i� � '+ nr - �o � � � � �+"�i .1 �:i � �n n � %a n r3 � � � C1TY OF F QRT W ORT H STANDARD CONS1'R.UCTION SPECIFICATION DOCUIv[�NTS Ravised August l3, 2021 p d � £] _ .�I/� • yy �4y ; C1 � ei � i � i � � � � � •� r� � ^� � �� � �=1 � � � � .� � � � � � �91 W �� � � �j`� � ^ r-1 � � � O ""���d ;" e�1 �i' oa ao m n m' � � m i� , m ' p N .GI M � �� Cl � CS H V} Iry N � p �+z , m sa w �e ,,, m yJ�Y qt�ui 4i �..ill � G� .4 �., `� ' R� N�I� N N N N N � ii �'' ry �-rv'! . 9 � �,� Ji � �,� ' Gv � � � u �o __'M_ �.p Id, I ` _ m m u� m o, �� � �i� .i� u� O S] � � • _ 7 IV � N N"+ N� �+���j 9 ro ro �7 f�r �n�N��� �L b�3 0 17 O�? a - +J� . n f� � •--�-Q - � - -� � � n` n ry r ro � ,� �n ��,, �-�;�� � ` „ � � u� m i�� � � J � � � � � ,� y � � � �n���� p �-° -��. � � ���ei�8 Q O f_� Cl m w.ro �m m I � � a� I � � � � � � � � � R P � V C� � � � � ii 'o i ♦ � � � � F tri: O 4 � � � � � � � a � " � �a � � � �'� � � O � � i � c � .x U � } 'C a � � rt n7 [� O 4 6 � �� � � � � N � .� 4' ° �^ Q GC Sa a r� � � � 2022 E�V1AC Sw-Eace Overlay Cantract City Praject Na. 103455 O1 32 16.1 CONSTAUCTIDN PROGRESS SCHEDIJ[.� — B A3 ELIN� EXJIMPLE Page A a€ 5 CITY OF FOCLT W ORTH 2O22 HNIAC Surface Overlay Conhraet STANbAR1] COiNS'�TtUCI'lO1�T SPEC�ICA'TION DOCUMENTS CityPrajectNo. 1�3455 Revised August l3, 2021 QI 3216.I CONSTRLTCTIONPROGRESS SCF3EDi1L�—BASELfNEEXANIPL� Page 5 of 5 3 4 S DATE NAME .Tuly 20, 201 & M. JarrelI May 7, 2021 M OwEn Ilvn o� sr.cTTON Revision Lag SUMMARY OR CIrANGE Isstte d nan�e dUe Yo revcsing the sched�le speci�cation C1T Y DF FORT' W OR`I' H 2O22 HIvTAC Swface Overlay Conhaet STANDARU CONSTAUCTION SPECIF'ICATiON DQCtJMENTS CiiyProjectNa, 103455 Revised August 13, 2021 Qi 32 ]6.2 CONSTRUCTiOI<]PI20GRESS 5C1-]HDUi.�—PROGRESS EXAMPL� Page I af 4 � SECTIDN 41 32 i6.2 2 CONSTRUCTION SCHEDULE — PROGRESS EXAMPLE 3 PART 1 - GIN�RA.T-� 4 The following is an example of a Contractor's praject schecfule that illustrates the data and 5 expectation far schedule content depicting the progress i'or the project. Thi� �version nf the 6 schedule is referred to as a"progress" schedule. This exar�ple is intended td provide 7 guidance %r the Contractor when developing arid svbmitting a�rogress schedule. See 8 CFW Specificatian Ol 32 16 Constructian 5chedule for details a�d requirements regarciing 9 the Contracior's project scl�edule. 10 11 12 13 14 15 16 ]7 18 19 20 21 22 23 24 25 26 27 C ITY OF FORT W OBTH 2U22 F�vfAC SurFaee Overlay C�n[Tact STANC]ARD CQIYSTRUCCION SPECIFICATION DQCUMENTS CityProjeetTSo. 103455 Revised August 13, 2021 Q1 321G.2 CONSTRUCTION PROG1tE55 SCI-�DUL�—PROGItE55 EX�MPLE Page 2 af 4 1 � .- � cy � � c � � ,-- � � N �B � � [4f ❑ 0. *.." � Q� � � � � � � f� � .� p� •� � � � �� 's� ❑ �'' E � � CJ �` � � �'y' � o Q c7 0 O 4] y� _ O] �a QI ���•�a'[� R n �l� ��i4 � � ����� a a 4'��� g +r �.�.. Yw W apa �a�,oa eo m m w N• (�rV �I'ry (�iy C� � !r`j � � ���� ���� u� - � �u� ��,m�n h � N C��1 C1 CV ri �' � �_.���;�� w � m m m ' u, �n �v ����'i ��Ri �� ������� �J s��� � ke 34 aF 5C 3R � yc o rscr o oa TM�a n nd � �+ ^! ^; tv cv N n N'� M, n N CI , fY c� :: N� rvl � r� , N cl ��v �v . i ri �v ci N w c: � i i t'1 �l N � � : I i r` i rt { � ��..— , � ... � _ — - - .. _ � '�r�"'7�����t�:�''�;����[ar: �rv�=�:�:'f: � ��...00� �� .� .. .0 ,^ n ,.� .�� n� n•i i:mlW w�m�� �� .. m no rt m�. ��F wr ., R.�_. �Y � Y� `'r�r �� ;4 � �u `i '� �s �v u u �1.'ty cri � �.�i � ii '�r � N � N i` ti ~ � n � � � � � � �� : � ,'y' � � 4�( 7I,� ,y�l� � � � a 'v � b� � �' `.v�' ,�•I �;:� ��,���?� _ �fi�: ;r.d� ;�;a �,�;�;�,�h��t,� ,1�, a�, ^��r , �i.� ra ' a�a ra ci s n • � w n a r{ r� .- � .. •i .i i ii iG w .� �r,� .; ��� �i. u w �A � r.i �. -O in o . ___ i Yi � � — r+ y -- —�� r r W�a 00 VfY .� A M tQ: i'�.�:a ��:� :IJ ii�';�,^i;;� ?+•R��'r"+��,. F`�]�3 k�. � 'R � '�� ; � s '�'r;, n M r� r r "� � 4:, _ , �. ��� � � g ��'��� ��=` � � ��� ����� :� x,�,a �r _, r5 a� a � �� --- Ii .'� [�. 4: ry �� a�Y l~�i �y s! �� ;- F.= n,i �`i � iii '� n��. i`i� ui •i i�i yi '{ V rl � u� ui _.J ¢5 w� { fu.�l �s _:- w �k � 4� �� '� 4 2 li .� R� �v �L. il �'� �� '7, W iY �?l � CI I�� �� C! f4 i}•� ��L ri � � a � � ! � � � 4 QI � �1 � ]� � � � 'x � wy� i � S ��-� 7��•�� �i �rr� .�" �ry.�� �•74 r���� �oi,.�i � �v a°S i.i :'. Y] � i=i i i. .. i r i i h l'F :.�. ��i �'J ki ^.a .^ C' S ;� C;' — ,} �. .�, .n . � .- . � . � ��r qrv.u<��r�J um_�� �.,, ���_,:r.v,uAm` �owaomA v�, ��y� �aw� 1 1� ���J Y L 3 i'I i�� �{,L�, i+ �� �L f �� ii �Y � N�'` {y 11 � }� �� '� � � � ? � � � � � �i�i �h � � �� � � i� � � � � � �' � � _, � *a , �,- ;;� ?; �b � . „ � �� k � nio�� i:sa."5�:� ;� �uw�i� � b n.�aao �� o "s' u" '" i� �' .nyi y � .. N � F y� ii� � .� �+ � rir� w.— n �Y Ih �y �� i3 u4 �� �., . 4_+S a3 N � � p . y�p I! N y� '7 � O"` •- r�'! � ill ��_.i � iii � �i �? fF ='• •a C� i. � i� �4 il] EI h� �11 � F! Fl v�.Sl p._ �f N 'T � � a � � b � C C U � � � � � U � � c' � � � c 55�� H � ,5 7 � � � G 1}� ! $ o � t e � � v � �����s � F "� � ���� �� P R � � � ������.� O i] O q q p ���.w ��� � � � u �� � � �•` F�'.4 � � , f i � '" � 4 ° � � �' � = �� w .� � � � �O � � � � 'l � � � !- �a � � c � '� � � C � � � `L � �� ~ R � , � �y ��4 d� � � 4'� 5 � � i, F � � : � � �ti� � i* � � � � � � � as � •� � �'� �'�-' �° �� � �� � ,� � ,} � ��W �;�;?�a �;s� � ��"�s,��:i�n�r.,,����3���"'��°� ��', p � �� 1�i h! � .n � .n m �n M :1 �l � � �n� �i � �i. m «r b n C1TY OF FORT WORTH STANDACZD CQN3TRUCTION SPECiFTCATION DOCUNiENTS Revised August 13, 2021 � �� � � ^� O "`� V � � �� Ri � ��q L�l �� �'A � F.1 rd � � � � .�,� � � �'� � � �i � � � �l I V' Q% � C q�j � � � � � � � t.± � � � � � � ei� O w � o � � � �0 } '� � � � •� � � �C c�. U � � � 2022 E-IIv1AC Su�face Oveclay Conh•act Ciiy PrajectIdo. 103455 Dl 3216.2 COIVSTItUCTION PROGRESS 5C1-IEDULE—P1tOG12E5S EXANiPLE Pag� 3 of 4 1 2 rn T � � y.. � � I � � �1 � � � � � � �1�+ � i� �. � � � � � � � � � � .� %. � � � � �� � L �� fl I� � 'i':V i`� M iJ N��J r• !'::p! w• ^l N N�IL'! C1 ta�fV:[YIi4 CI N/4 L� M fJ'f4 �N � 1 � �� �¢°0«Pm� � �.�nmmm-;,�� �-��i a��.o ��� ��,v �� '1 �r "' �y �j' c�ver f� :i r �• .^�,� n}'%=V� � � � k++I y �' � �,1, � � �� 7 rp � � � � Y' ��} � 1} ;1 � �i � 14 7 { a j� � � N� N n� EV i I �1...� '� N ri � M�� M�I •; TO a v i4 M P] '0 �h ri '� �" Y` p] Nfi � rA d� C• d� {i� iP_ ��;:,;�'��:1 ;�R"�ry��"�:iP�"�;� ,-�� � o '� o.�l����,'{ � Fi�I��� ~ ��ls� �� ,�,� ��.�:�� `i;�, �� F- —� I_ h �i .Li - {, � ,+� �P w �+F+ W �O N N� sa G3 U i} D o.} R S+ 0 i i �� r3 n� 4 ��.�„mw ..,y,d:��,,�...,,nm.�,.�._,�, � f�{ �a��/,� ���yy � � pnNR��S�'Y�1�!����'`i yN� 1� y� nS� S �� }y5� ryT al 7' � � � � �+ �� T � r4� 5 � Y 'f Y 4' �i � I � � .� � fr� � �:S "�i e�u� : �.:�fii.�'�!^�.. ''�:t �.� �u.,, on,.. �aa n.,.�r� a,oam�r�. nrn ���{ n ��fi��h�:,� ����4�^��i ��,i��r � � �,."`}'�r���4 s � a� ^ �'� •.�gl�'�.':-��1's..;�, .� . �e���1 o '� �p6�� �LiGaoo�a uo o�-f+n �c� _ TI —� (ry �n Q� � Cl � al � ki � r�,+'�''�i � �I� � � � CV1R�� � m..�_� �.{, ��,���� � � ���; I p "'__ �,- i ���A�;� ������� � � � � � I � � � m rn1�� � i��,v'�I ���}a ����o� � , ti�i `'1 r,� . L1 9�Q ra fJ � c�v �' F.1 fi .� [.i � kd'+"+ � ry � � � �� _ ��� { f � .- � G ° 'i � �rn n� a m r m, �M � � :� rr ; i � s: � .;� F� e� ���5���� � �„�.,,,��,;Qa�„. �k1 "' f �;� r:i���4,,.;.� $ � ��.' :. � 'S � � i �' . , a r o- n� ?* m m �, � � � o � � f �� :i �� � � � � � � z � ', �'� `� ' = � � � ti a � � �;� d � t� ii. 4F �.� � � �# � � w � �, �� ;! c5 � .� �' ii '. -. �t�,° �� � � ' + .r�{ { .i �i. +� rj '1'i �� � i i �..I :4r ty l! r r_I n! � YI A Ml N� 4, �.. i i � i �`�,+ O 4.� I��l i� ii � F_ �[i -_ � N w w � � o� a� 6'f G9 d V � �{+ N1 � � �� ., � � �� r ��_�x � � n � :L ��� � F. �� a�* � n � ��, � . a�d S� �j�l .?� �a��a �jry rn �I�i �...�,�� ��n�,��e ;��� .��y� ` �� � � �`��'�� µ L'� "4� ��� M1 - � lii Ll +1 I. [J p b �> � ra ��.;1i ���b�,�f:�i���9i���+=''•�a-i�.� � � :I � � � � h� �� , � a '.� {h � � � !- �o���„ � - �. ������� oy� ca e� I o � w �iao��o�i`� � � A� � �I� Ct r: 4 � � �iF�g g ����� � � -0 � � 6 ti '�r'. � '� � f � �� � �.� � q 4` G; la b � ���������� �� 6 � jj����jj q ' � � 5i � �� �'1 � ;' � I�t � F .i � C1TY OF FORT WORTH S"1'�ARD CONiSTRUCCION SPEC�'ICATION DOCUMENTS Revised August I 3, 2021 � � u � bd � Q � �% C,� � � � � � � � Q f/} � � � rsn L � 4�1 � + ,.�� � � 1'� � � � C � � � ,Si � � S_�l? a q1 '.F� �' T-» 'C O � SJ � � � � � � � � � � y� C o � ��� ° � � � �c � � '� � � � � � � 2022 �Q1�IAC S�ntace Overlay Con�act Cify PrnjectNa. l03455 CQNSTRUCTipNPR�GRE55 SCHEDUL�—PROGR�S5 EXAMPLE Page 4 of 4 I IND OF SECTION 2 C1TX OP FOR'�' WORTH 2O22HMACSurFaceOve��layCo�act STANDAI2D CQNSTRUCTION SPGCIFICATION I}OCUMEN"I'S CityProjactNo. 103455 Revised Augusi 13, 2021 0132 16.3 —PFtOGRE55 NARRATIYE Page i of 1 sECTtoN a� 3� ��.3 CONSTRUCTIOfN PROJECT SC�IEDULE PROGRESS NARRATIVE Reporting Periad: Pro j ect Na me: City Project No: City Projact Manager�: A. Lssf of actrvities chan 1. (insert text her�) z. (insert text here) 3. (insert text here) 4. (insert text herej 5. (insert text here) 6, tinsert text here) in the L�. List any potential delays and pro�ide 1. (insert text here) 2. (insert text here) 3. (insert text here) Date Issued: Go ntracto r Ca mpany Na me: ContractarSchedule Cantact: •. ation actions C. �ist any actual delays and prov'ide recovery actions 1. (insert text here) 2. (insert texfi here) 3. (insert text here) City ofFort Worth, Texas 2022I3MAC8urf�ceOverlayConhaet ConsYructton Project'Schedule Narrative fteport for CFW Prajects CityProjectNo. 1fl3�4S5 Revised Augustl3, 2021 Page 1 of 1 QI3233-1 PRECONS'I"RUCTION VID$p Page l oF2 SECTION U1 32 33 PRECONSTRUCTION VIDEO PART 1 - GENERA,L 11 SUMMARY A. Secfion Includes: I. Adrrzinistrative and procedural :tec�uirements for: a. Preconstruction Videos B. Deviations from this City of Fort Warth 5tandard 5peciticatian 1. None. C. ReIated Sp�cification Sectians incIude, but are not ne�essarily limited to: I. Division Q— Bidding Requirements, ConYract Forms and Conditions of the Conh�act 2. Division I-- General Requiremenhs 1.2 PRICE AND P,AyMEN'Z' pRpC�DURES A. Measurement and Payment l. Work associated with this Ite�a� is considered subsidiary to the various item.s bid. No separate payment will be allowed for this Item. 1..3 REFERENC�S [NOT USED] �.4 ADMINISTRATNE REQUIREMENTS A. Preconstruction Video I. Produce a preconstruc#ion video offhe site/alignment, including a�l areas in the v[cinify of and to be affected. by construction. a. Provide digita! copy of video upon reG�est by the City. 2. Retain a copy of the preconstr��ction �ideo t,mtil the end of the inaintenance surety period. I.5 SUSMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INF'ORI/�ATIONAL SUBMITTALS [NOT USED] I.7 CLOSEOUT SUBMTTTALS [NOT U�ED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT iT�ED] 1.9 QUALITY A�SSURANCE [NOT USED� 1.1U DELIV�RY, STORAGE, AND HANDL.ING jNQT USED] 1.11 FIELD [SITE] CQNDITIONS [NOT USED] 1.12 WARRANTY [NOT iT�ED] PART 2 - PRODUCTS [NOT U�ED] CiTY pP FORT WORTH 2O22 HIv1AC Siu�Eaca Overlay Contract STANDARD CONSTRUCTION SPECIFICATIOIV DOCUNtENTS City Froject No. 103455 Revised July l, 2Q 1 l 0] 3233-2 PRECONBTI�UCTION VIDE� Page 2 of 2 PART 3 - EXECUTION [NOT USED] END �T SECTION Revisian Log DATE � NAME SUIVIMARY OF CHANGE CfTY OF FOR'T WQRTH 2O22 i3NIAC Surface Overlay Conlract STAl+1DAR]] Cg]+ISTAUCTION SPECIFICATIOIV DOCUMENiTS City Project No. 103455 Revised hil� l, 2011 oi33ao�i SUBM[TTALS Page Z of8 SECTION Ol. 33 00 SUBMITTALS PART 1- GENERAI, 11 SUMMARY A. Section Includes: I. Genera] methods and requirements af submzssions applicable ta the following Work-related submittals: a, Shop Dra�aings b. Product Data (including Standard Pz•od�ct List subinittals) c. Samples d. Moek llps B. Deviations fram this City of Fort Wo�•th Standard Specification 1. None. C, Related Specification Sections ine�ude, but are not necessarity Iimited to; 1. Division 0— Bidding Requirements, Contract �'orms and Conditions af the Contracf 2. Divisiota 1— Gen�ral Requirements 1.2 PRICE AND �AYMENT PROCEDURES A. 11Fleasureinent and Payment 1. Work associated with this Item is consider�d subsidiary to the �arious items bid. No separate payment wi�[ be alIowed for this Item. I.3 R�F�RENCES [NOT jTSED] 1.4 ADMINISTRATNE REQUIREM�NTS A. Coordination 1, Notify th� City in writing, at the time of su6mittal, of any deviatians in the submittals from the �•equirements of the Contract Docamen#s. 2. Coordination of Submittal Times a. Prepare, priorit.ize and transmit each submittal suf�ciently in advance of performi��g the related Work or ��er app�icable acti�ities, ar within the time speci�ed in the individual Work Sectians, of the Specifi�caiians. b. Contractor �s respansible such that the installation will not be de[ayed by processing times including, but not limited ta: a) Disapproval and resu�mittal (if required) b) Coordination with other submittals c) Testing d) Purchasing e) �'abrication fl D�livery g) Similar sequenced activities c. No extension of time will be au�k�orized because of the Contractor's failure to iransmit submittals sufficientIy in advance of the Wnrk. CITY QF PORT WORTI-I 2022 I-IMAC Surface Overlay Contract 5TANDARD CpNSTRUCTION SPECIFICATION DOCUMENTS City ProjectNo. 1p3aS5 Rer+ised December 20, 2012 ai 33 00 -2 suaMrrrnz.s Page 2 of 8 d. Make submittals promptly ir� accordance with approved scl�edule, and in such sequence as ta cause no delay in the Worl� or in the work of any other contractor. B. Submittal Numt�ering 1. W��en subinitting st�ap drawings oz s�nples, utilize a 9-character submittai cross- reference identiiication nu�nbering system in the following manner: a. Use t�e first 6 digits of the �pplicabie Specificatian Section Number. b. For the ne�ct 2 digits number use nutnbers 01-99 to seqaentially number each inifial separate item or drawing submitted under each speeific Sectioi� nunnber. c. Last use a ietter, A-Z, indicating th� z'esubmission of the same drawing (i.e. A=2nd subinission, S=3rd submission, C-4th submissian, etc.). A typical submittal number would be as failows: D3 30 OD-08-B 1} 03 30 00 is the Specificatian Sec�ion for Concrete 2} OS is the eighth initial submittal under this Specification Section 3) B is the third submission (second resubmission) of that particular shop drawing C. Contractor Certification 1. Review shop drawings, product data and sampies, including tl�ase by subcantractors, prior to submission to determine and verify the following: a. Field measurements b. F�eld construction criteria c. Cataiog numbers and similar data d. Conformance with. the Contract Documents 2. Provide each shop drawing, sample and product data suhmitted by the Contractor with a Certification Statement affixed including: a. The Contractor's Company name b. Signatuz'e of submittal reviewer c, Certiiication 5tatement 1) `By this submittai, I hereby represent ihat I have determined and verified field measuremeilts, field consYruction criteria, rz�aterials, dimensions, catalog numbers and s.imilar data and I have checked and coardinated each itein with other applicable approved shop drawings," D. Submittai F�rmat 1. Fold shop drawings larger than S'l� inches x 11 inches io 8'/z inches x 11 inches. 2. Bind shop drawings and product data sheets together. 3. Order a. Cover Sh�et 1) DescriptionofPacket 2) Contraetor Certiiication b. List af items / Table of Contents c. Froduct Data IShop Drawingsl5atnples /Calculations E. Submittal Content 1. The date of subnnission and the dates of any previous submissiar�5 CITY OF FOItT WORTH 2O22 I-IMAC Su��face Overlay Con#�aci STANBARD CONSTCtUCTIpN SPECIFiCAI'CON I70CUMENTS Ciiy Project No. 103455 Revised Decerrtber 20, 2012 Ol 3300-3 SUB3vI]TTALS P3ge 3 of 8 2. 7'lae Projecttitle and nurnber 3. Contractor identification 4. The �ames of: a. Contractor b. Supglier c. 1Vlanufactur�r 5, Identification of the prqduct, wi�l� the Specification Section nutr�ber, page and paragraph(s) 6. P[el.d dimensions, eaearly identitied as such 7. Relation to adjacent or critical features af the Work or materials S. Applicable standards, such as ASTM or Fec�eral Specifcation numbers 9. Identification by hi.ghlighting of deviations iram Contract Dacuments ] 0. Identi�cation by 1lighlighting of revisions on resubm�ttals 11. An $-inch x 3-inch blank space far Contractor and City stainps F, Shap Drawings �. As specified in individua] Worlc SeGtions includes, but is not necessarily limitad to; a. Custom-prepared data such as fabricatian and erectiaz�/installation (wor�king) draw�ngs b. Sch�d�led infor�nation c. Setting diagrarns d. Actual shopwork n2anufactuzing instructions e. Custom teinplates f. 5pecial wiring diagrams g. Caordination drawings h. Indi�vidual system dr equipment inspectian and test reports including: I) Performance curves and certifications i. As applicable ta ihe Work 2. D�tails a. Relation of the �arious parts to the main members and �ines of the stri�cture b. Where cofrect fabrication of the Work depends upon �eld measureinents 1) Provide s�tch Eneasuremenis and nota an tlle drawirtgs prior io submiiting for approval. G. Product Data 1. For submittals of proauct cEata for products included on the City's Standard Product List, clearly identify eacl� item selected for use on the Project. 2. �'or submittals of product data far prodt�cts not included an the City's Standard 1°roduct List, submittal data may inciude, but is not necessarily [imited io: a. Standard prepared data for inanufactured producis (sometimes referred to as catalag data} I) Such as the inanufacturer's praduct specification and insta[]ation instructions 2) Availability of colors aad patterns 3} Manufactur�r's printed statements of compliances and app]icability 4) Roughing-in diagrams and ternplates Sj Caialog cuts b} Pz•oduct photagraphs CITI' OF FQRT WdRTH 2O22 HMAC 5urface Ove�'lay Cantract �TANDARD CdNSTRUC`I'ION SP�CIFICATION DOCUM$NTS Ciry ProjectNo. 103455 nevised December 20, 2012 O1330.6-h 5L[BMITTALS Pa�e 4 of 8 7) Standax'd wiring diagrams 8) Printed perforinance curves aiid operationa�-range diagrams 9) Production or quality control inspection and t�st reports asid certifications IO) Mill re�orfs 11) Froduct operating and maintenar►ce instructions and recommended spare-parts iisting arid prii�ted product warranties 12) As applicabie to the Work H. Sarr�ples 1. As specified in individual S�ections, include, but are not necessarily l'united to: a. Physical examples af the Wark such as: 1) Seetions ofrnanufactuz'ed or fabz'icated Work 2) Srr�all euts or containers of tnaterials 3) Complete units of repetitively used products color/texture/�attern swatGhes and range sets �} S�aecimens �or coordination of visual eifect 5) Graphic symbols and units oi Work to b� used by the City for independent inspection and�testing, as applicable to the Work I. Do nat start Work requiring a snop drawing, sample or product data nor any rnaterial to be fabricated or installed prior to the approval or qualified approval of sueh item. l. Fabrication performed, ir�aterials purchased or on-site construction acco3nQlish�d which does not conform to approved shop drawi�n.gs and data is at the Contractnr's risk. 2. The City will nnt be Iiable for any expense ox delay due to cotrections ar reznedies required to accomp�ish co��formity. 3. Compiete pro�ect Work, materials, fa4�r'tca�ion, and installations in canforinance with approved shop dr�wings, applieable sa�nples, and ptoduct daia. 1. Subinittal Distributinn Electronic Distrihution a, Confrm development af Froject directory for e[ectronic submittals to be uploaded to City's Buzzsaw site, or another exterrial FTP site approved by the City. b. Shop Drawings 1) Upload submittal to designated project directory and notify appr�priate Gity representatives via ernail af submittal post'tng. 2) Hard Capies a) 3 copies for all submittals b) If Contractor requires more than 1 hard eopy of Shop Drawings returned, Contrac�t�r shall submit more than the x�umber of copies lisied abo�e. c. Product Data 1) Uplaad submittai to designated project directory and n�tify appropriate City representatives via email af submittal posting. 2) Hard Copies a) 3 eopies for all submittals d, Samples j) Distributed to the Project Representative Hard Copy Distribution (if required in iieu of electronic distribution) CITY OF PORT W�RTI-I 2022 HIvIAC Surface O�erlay Contract STANDARD CONSTRUC�'ION SPECIFiCATION DOCU1VfENTS City Praject No.. 1U3455 Revised December 20, 2012 013300-5 5USM[TTALS Page 5 of S a, Shop Drawings 1) Distribuied to the City 2) Copies a) S capies for mechanical �til�znif�als b} 7 eopies for all other submittais c} If Contractor requires mot-e than 3�opies of Slzop Drawings rehirn,ed, Contraetor shall sUbmit more than fh� number af copies listed above. b, Praduct Data I} Distributed to the Ci�ty 2) Copies a) 4 copies c, 5ampl�s I) Distributed ta the Project Representiative 2) Copies aj Suhmit the n�rnber stated in the respective Specifcation Sections. 3. Distrihute rep�•oc�uctions of approved shop drawings and copies of approved product daYa and samples, whet�e required, to the job site file and elsewhere as directed by the City, a, Pravide number of copies as directed by the Ciiy but not �;xceeding the nwnber previously specified. K. 5ubrnitta! Review ]. The review of shop drawings, data and samples vvill be for general conformat�ce with the design concept and Contraci Documents. This is not to be const��ued as: a. Permitting any departure from the Contract requirements b. Relieving t�e Contt•actor of responsibility for any errors, including details, dimensions, and tnaterials c. Apprnving departut•es from details fitrnished by the City, except as otherwise pi•ovided lYerein 2. The revi�w aird approval of shop draw�ngs, safx►ples or praduct data by the C.ity does not relieve the Gontractor from his/her responsibzlity with regard to the fulfillment of lhe ierms of the Co.ntract. a. AI1 risks of error and omission ar� assumed by the Cantractor, and the City wt�] have no responsibility th�t-efore. 3. The Contractor remains responsible for details and accurac�, for coordinating the Work with all other as.soc.iated work and trades, for selecting fabrication processes, for techniques of ass�mbly and for performing G�Iork in a safe manner. �4. If the shop drawings, data or samples as sttbmitted descri6e vat�iations and shaw a departure from �he Contt'act requirements which City finds to be in ihe inter�st of th� City and io be so minor as not to involve a chaiage in Contract Price ar tirrte for performance, the City may return the reviewed drawings without noting an exception. S. Suhmitials wi�l be returned to the Contractor under 1 Qfthe following codes: a. Code i ]) "NO E�CEPTIONS TAKEN" is assigned when there are no notations or comrnents o.n the submit�al. a) V4�hen returi�ed under this code the Contraetor may release the equipment and/or material far manufact�re. b. Code 2 C1TY flP' I'Oi2T WORTH 2Q22 HMAC Surface Ouerlay Contract STANDr�RD CONSTRUCTIpN SPEC[FTCATTON DOCUM$NTS CiCy Project No. ]03455 Revised December 20, 2012 O13300-6 SUBMITTALS Page 6 oi' 8 1) "EXCEPTIONS NOTED". This code is assi.gned when a confirmation af tl�e notations and coinments IS NOT required by ihe Contr�cior. a) The Contractar inay j'elease the equipment or material for manufacture; however, all notations and comments must be incarpQrated into the fina[ product. c. Code 3 1) "EXCEPTIONS NOT�DIR�SUBMIT". This combination nf codes is assigned wheil notations and comments are extensive enough to require a resubmittal of the package. aj The Cant�•actor may release the eguipment or r�aterial far manufacture; however, all i�otations and corrzments must be incorporated into the iinai prociuct. b) This resuhmittal is to address all comments, omissions and non-conforming iterns that were noted. c) Kesubmittal is to 6e reeeived by the City �+itl7in 15 Calendar Days of the date of the City's transmittal requiring the resubmittal. d. Code 4 1) "NOT APPROVED" is assigned when t�re submittal does nat meet the intent of the Contract Document�. a) The Cor�tractor �nust sesubmit ihe entire packa.ge revised to 6ring the submittal into conforinance. b) It may be necessary to resubmit using a different manufacturerlvendor to meet the Contract Docutnents. 6. Resubmittals a. Handled in the same manner as f rst submi�tals 1) Corrections oth�r ihan requested by the City 2j Marked with revision triaz�gle or ather similar method a) At Contractor's risk if not marked b, Submittals for each item will be reviewed n� mare thaaa twice at the City's expense, 1) All subsequent reviews will 6e performed at times can�enient to the City and at the Contractor's expense, based on the City's or City Representati�ve's then pt�vailing rat�s. 2) Provide Contractor reimbursement to the City within 30 Calendar Days for alI such fees invoiced by the City. e. The need for mare than 1 resubmission or any other delay in obtaizung Ciiy's review of submittals, will nat entitle the Contraetor to an extension of Cantract Time. 7. Partial Submittais a. City reserves tl�e right to not review submittals deemed partial, at the City's discr�tion. b. Sub:mittals deezned by the City to be not complet� w#11 ba returned to the Cor�tractor, and will be consirlered "Not Approved" until resubmitted. c. The City may at its option provide a list or mark the submitt�! directirjg the Contractor to the areas that are incomplete. 8. If ih� Con�a•actor considers any correciion indicated on the shop drawings to eonstitute a cha.nge to the Contract Documents, then wriiten notiCe must be provided thereof to the City at least 7 Calendar Days prior to release for manufacture. CiTY OF !'ORT WORTH 2O22 HMAC Surface Overlay Contract STANDAItD COIVSTRUCTI�N SPECTFICAT[O�I BOCUMENTS City Project No. ]03�35 Revised December 20, 2D l2 O 1 33 OD - 7 SUBMITTALS Page 7 af 8 9. When the shop drawings have been conr►pleted to the satisfaction of the City, t11e Contractar may carry out tha construction in accordance therewith and no further changes ii�erein exeept Lipon written instruetions fi•orn the City. 10. Each submittal, appropriately coded, will b� returned within 30 Calendar Days foi�owing receipt of submittal by the City. L. Mock ups I. Mock Up units as specified in individua] 5ections, include, but are not n�cessarily limited to, complete units of the standard of acceptance for that type of Vi7ork io be used on the Project. Remove at ihe completian o�the Work or �t�vhen directed. M. Qualiiiaations L If specifically requit•ed in other Sections ofthese Speei�cations, submit a F.E. C�rtification faz- each item requu•ed. N. Request for Informat[an (RFI} I. Contractor ReqL�est for additional information a. Clarification o�� interprelation ofthe cpntract documents b. tiVhen the Contractor 6elieves tl��xe is a conflict between Contract Doauments c. When the Contractor believes there is a con�lict between t17e Drawings and Speci�ications 1) Identify the conflict and request clarificatrnn 2. Use the Rec�u�st for Inforn�ation (RFI) form provicied by the Cily, 3. Numbering af RFT a. Prefix with "RFI" followed 6y series number, "-xxx", beginuing with "01" art�d increasing sequentia�ly with each additiona] transrnitta[. 4. Sufficient inforrnation shall be attached to permit a written response without further niformatian. S. The City wi]I log each request and wil] review the requ�st. a. If re�iew of the project in%rmation r�quest indicates that a chattge to the Contract Doc�zments is required, the City wiI] issue a Field Order or Change Order, as appropriate. 1.� SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INI'fJRMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SIIBMITTALS [NOT USED] 1.8 MAINTENANC� MATERIAL SUBMITTALS [NOT USED] 1.9 QUALTTY ASSiJRANC� [NOT USED] 1.1p DELIVERY, STORAGE, AND HANDLYNG [NOT USEDf 1.11 FXELD [SITE] CONDITIONS �1VOT U,SEllJ 1.12 V4WA�2RANTY �NOT USED] CI'I'Y OF FORT WpRTI-I 2022 HMAC Surface Overlay Contract STAIVI]AR.D CON5TRi7CTION SPECIFICATIODI pOCUMENTS City Project Na, 103455 Revised December 20, 2012 ai33oa-s SU$NiITTAtS Page$of$ PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUT�ON [NOT USED� END OF SECTION Revision Log DATE NAME I212Q12012 D.lahnsnn SLJ[vd1!fARY C?F CIIANGE 1.4.K.8. Working l�ays madified to Calendar Days C!�'Y OF FOR'T WdRTH 2O22 HMAC Surf'ace Overlay Contract STANDARD CONSTRUCTION SPECIFICATiON I70CUMENT3 Ciiy Ptoject No. 1U3455 Revised December 20, 2012 OI35 [3-1 SP ECIAL PIZOJECT pKQCLDUIZCS Page ] of8 � 3 PART 1 - GENERAI., 4 1.1 SUMMARY 5 A. Section Inclt�des: 6 7 8 9 10 1Z l2 13 1�- 15 16 17 I8 19 SECTYON U13� 13 SPECIAL PR07ECT PROCEDURES 1, The procedures for special project cu•cumstances tI1at includes, but is not ]urlited to: a. Coo�•dination with the Texas Department af Transport�tion b. Work near High Voltaga Lines c. Car�fined Space Entry Progam d. Air Pollution Watch Days e. llse ofExplosives, Drop Weight, Etc. f. Wat�r Department Noiificatlon g. Public Notifcatioii Pri�r ta Beginning Consiruct�on h. Coordination with Un�it�d States Army Corps of Engineers i. Coordination wrthin Rail�•oad permits areas j. Dust Contral k. �znployee Parking B. Deviations from this City o1' F'ort Wat�th 5tandard Spec�cation 1. None. 20 C. Related Specification �ections inclUde, 6ut are not necessarily limited ta: �1 1• Divis�on 0— Bidding Requ�reinents, Contract Forms and Conditions of the Contract 22 2. Division 1— General Requirements 23 3. Section 33 12 25 — Conr�ection to Existing Water Mau�s 24 1.2 PRICE AND PAYM�NT PRQCEDURES 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 4I 42 A. Meas�arerr�e�t and Payment 1. Coordinatian within Railroad permit areas a. Measurem�nt �} Meascu�ement for this Item wi�� be by lump sum. b. Payment 1) The work pez•formed and rr►aterials fi.u�nishad in accordance with this Item will be paid for at ihe l��mp sum price bid fnr Railroad Cooi•dination. c. The price bid sha11 include: 1) Mobiliza tio n 2) Inspection 3} 5afatyixain�ng 4) Aclditionallnsurance 5) Insurance Certificates 6} Ofh�r requireme�ts associated with general coordinatioq with Railroad, including additional emplayees required to pratect the right-o%way and property of the Railroad from damage arising out nf and/or fram the coz�struction oi #he Project. 2. Railroad Plagmen C1T Y OF FOI�' W ORTI-I 2fl22 HMAC byu-faee Ov erlay Co ntzact STANpARD CpNSTRUCI'IpN SPECIPICATION C?{}CiJMEN!'S City projectNo. 1D3455 Revised Decem6er 20, 2012 Oi 3513-2 SP ECiAL P ROJECT P ROCEDUIZES Page2 af8 1 z 3 4 5 6 7 8 9 t0 il 12 13 a. Measurement 1) Measurementforthis Item will be perworking day. b. P ayment 1) The work performed and materials furnished in accordance with this Item w ill be paid for each warking day fi�at Raii��oad �lagme� are preseni at the Site. c. The price bid shall include: 1) Coorditaation far scheduling fia.gmen 2) Flagmen 3) �ther requirements associated with Railroad 3. All ather items a. Woric associated with these Items is considered subsidiary to the various Items bid. No separate payment will be allowed for this It�m- 14 1.3 REFERENCES 1.5 A. Reference Standards 16 1. 17 3$ 19 2� 20 21 3• 22 23 24 25 26 27 28 29 30 3i 32 33 34 35 36 37 38 39 40 41 42 43 �4 �s Re%rence standards cited in tivs Specif'ication reFer to the current reference standard publisl�ed at the time of the latest revision daie logg�d at the end of �his Speci%cation, unless a date is speci�ically cited. Healtli and Safety Code, Title 9. Safety, Subtitle A. Public Safety, Cha�ter 752. High Vojtage Overhead Lines. North Central Te�s Councii of Goverr�nnents (NCTCOG} — Clean Canstruction Specifi�ation L4 ADMINTSTRATIVE REQ[T�REMENT`S A. Coardination wiih the Texas Department oiTransporEatian I. When work in the right-of-way which is under the jurisdiction of the Te�s Department oi Transpnrtation (T�DOT): a. Nntify the Texas Department of Transportation prior to commencing any wnrk therein in accordance wrththe provisions of the permit b. All work per%rmed in the TxDOT right-af way shall be perfarmed in cornpliance with and subject to approval from �lie Te�as Department of Transportation B. Work near High Voltage Lines 1. Regulatory Requirements a, All Work near High Voltage Lines (rr�ore than 60� volks measured between conductors or between a eonductor and the gound) shalj be in accordance wit� Health and Safety Cnde, Trtle 9, Subtitle A, Chapter 752. Warning sign a. Provide sig► of sufficient size meeting all OSHA requiremenYs. Equipment aperating within 14 feet of higt� voltage liries wi11 require the following saf�ty feat�are5 a. Insulating cage-type of guard about tne boom or arm b. insulator Iinks on the lift haok connectians for baek hoes or dippers c, �q�sipment znust meet the safety requirerr►ents as set fort� by OSHA and the safety requirements of the owner of the high voltage lines Work within 6 feet of 1vgY� voltage electric lines 2. e 4. C1TY OF PpKI' WORTTi S'!'ANpARD CQNSTRUCTIQN SPECIFTCATIQNDOCUMENTS 12evised �ecember 20, 2q 12 2Q22 HMAC �uface Overlay Conhaet City project No. 103455 oi3s is-a SPECIAL PROJECT pROCEDUI�S Page3 of8 1 2 3 � 5 6 7 S 9 10 ri I2 13 14 �5 16 l7 lS 19 20 21 22 23 2�3 25 26 27 2S 29 30 31 32 33 34 35 36 37 3S 39 40 4I 42 43 �l4 �45 a. Natification shaIl be given to: Z} The power company (example: ONCOR) a) Matntain an accurate log of a� such calls to power company and record action taken in each case. b. Coordination vvith power company 1) After not�cation coordinate with the po�ver eoznpany to: a) Erect temporary mechanical barriers, de-energize the lines, oz� raise or Iower the 1'vaes c. Nn personnal may work withir� 6 t'eet of a high voltage Iine before the above requirements have been met. C. Confined Space Ent�y Program 1. Provid� and follow approved Conl�ined Spac� Entry Pr�gram m accordance with OSHA requiretnents. 2. Canfined Spaces �clude: a. ManhQles b. AI� otller con�ned space5 in accordance with OSHA's PermitRequired for Confined Spaces D. Air Pollt�tion WatchDays 1. General a. Obser�e the following guidelines relating to work�ng on City construction sit�s on days desigt�ated as "AIR POLLUTION WATCHDAYS". b. Typica] Ozone �eason 1) May 1 through Octa�er 31. c, Critical Bmission Time 1) 6:00 a.m. to 10:00 a.m. 2. Watch Days a. The Texas Commissian on Environmental Quality (TCEQ), in coordinat�on with tt�e National Weafher Service, w�l issue �he Air Pollution Watch by 3:00 p. m. on th� aftarnoon prior to the WATCH day. b. Requirernents 1) Begin work after lO:OQ a..m. whenever construction phasing requires the use of matorized equipment far periods in axcess of 1 hour. �) Hawever, the Contractor may begin work priar to 10;�0 a.m. if: a) Use ofmotorized eQuipment is ]ess than ] hoLu, or b} If equipment is new and certified by EPA as "Low Emitting", or equipment burns Ulh-a Low S.ulfur Di�se] (ULSD), diesel emu�sions, or alternative fuels such as CNG. E. TC�,Q Air Permit 1. Obtain TCEQ Air Permit far construction activiti�s per requirements of TCEQ. F. Use of'Explosives, Drop Weight, Etc. I. WE�en Ccmtract Documents permit on the praject the fo[Iow�ng will apply: a. Public Notifcation 1) Submit notice to City andproof of adequate insLarance caverage, 24 houes prior to commencing, 2) M�nimum 24 hour public notification in accordance with S�ction Q 1 31 13 45 G. Water Department Coardinatian caT�ro� ro�r worzrx STANDARD CONSTRLICTTON SPECIFICATION DOCUMEIVI'S Revised �ecember 20, 2012 2022 HMAC 5urface pveriay Co nt�acl CityprojectNo. [03455 01 35 13 -4 SpEC1AL PR�IECT PROCEDU[tE5 Page �4 of 8 1 1. Du�'ing the construction of this project, iC will be necessary to deactivate, fot• a � period of time, existing lines. The Contractor shall be required to coordinate with 3 the Water Department to determir►e the best times for deactivating and activating 4 those lines. g 2. Coord'u�ata any event that will require cannecting to or the operation of an existing 6 City waterlir�e systemwith t�e City's representative. 7 a. Coordination shail be in accordance with Sectior� 33 12 25. g 6. If neecied, obtain a hydrant water meter from the Water Deparhnent fbr use g during the life of named project. iq c. In the event that a vt+ater valve on an existing live system be turned off and on 11 to accommodate the construction of the project is required, coordinate this �2 activity throu�h the appropr�te City represe�tative. 13 1} Do not operate water line valves of existing water system. 14 a) Failure ta comply will render the Contractar in vjo�ation of Texas Penal 15 Code Title 7, Chapt�r 28.03 {Criminal Mischiefj and the Contractor X6 will be prosecuted to the full ext�nt of the law. �� b) In addition, the Cantractor will assume a33 liabilities and �g responsibilities as a result of these actions. Z9 20 zi 22 23 24 25 26 27 28 29 36 31 32 33 34 35 36 37 38 39 40 41 42 43 �4 45 46 47 48 H. Pubjic Notification Prior to Beginning Construction l. Priox to beginning constrUction nn any blocic in the project, on ablock by i�lock basis, prepare and deliver a naticE ar flyer of the pending construction to the front door of each residence or bl�siness that wi�1 be �mpacted by construciion. The notice shail be prepared as follows : a. Postnotice ar flyer 7 days prior to beginning any constrizction activity on each block u1 the project area. l) Prepare flyer on the Contractor's letteri�ead and include #he following uiformation: a} Name of Project b) City Proj�ctNo (CPN) c) Scope of Project (i.e. type of construction activity) d) ActUa] construction dt�ration within the block e) Narr�e af the cantractor's foreman and phane numt�er � Nam� of the City's inspectar and phone �aumber g) City's aftar-hours phone number 2) A sample afthe `pre-construction notification' flyer �s attached as E�ibit A. 3) Submit schedule showing the constructian start and imish time for each bIock af th� pro�ect to the inspector. 4} DeGver flyer to the City Inspector far re�iew priar ta distribution. b, No car�siruction will be allowed to begin on aziy black until the flyer is deliwered to aij residents of the block. I. Public Notification of Temporary Watex Service Interruption during Construction L In the event it becomies necessary to temporarily shut down water service to residents or businesses dur�g consUuction, prepare and deliver a notice ar flyer oi the pending interruption to tiie frflnt door of eacn affe�ted resident. 2. Prepared notice as %llows: a. The noi�ication or flyer shall be posted 24 haurs prior to the temgorary interruption. Cl1'Y OF FORi' WORTH STANDAIiD CONSI'RUGTI�N SYECIFiCATIONDOCUMENI'S I�vised Dac�iber 20, 20 l2 2022 F3ivIAC Surface Overlay Contract City project Na. 103455 O13.5 L3-5 SPECIAL PRO.TEC`T PKOC�I}UJ�S Yage5 of8 1 2 3 4 5 6 7 s 9 7a ii 12 13 I4 15 16 17 7, Coordination with Uniied States Army Corps of Engineers (USACE) 18 1. At locatians in the Pt•oject where corastructian act�vitfes occ�r in areas where �g USACB permits are required, meet all requireinents set fnrth in each designated 20 permit. b. Prepare flyer on the contractor's letterhead and include the fo�[owing information: 1) Name oi the project 2} City ProjectNumber 3) Date ofthe interruptian oiservice 4) Period the interrupt�on will take p�ace 5) Name of the con�ractor's foreman and phone nvmber 6} Name of the CiCy's inspector and phone nUmbex c, A samp�� �fthe temparary water s�r�ice ini�r�•uption notification is attached as E�ibit B. d. Delivef� a copy of the te�porary interruption n�tifieation ta the City inspect4r for review prior to being d�strlbuted. e. No interruption oiwater service can occur until the fiyer has been delivered to all affected residents and businesses. f. Electronic versions oft.he sample flyers can be obta.ined from the Pa•oject C.onstruetion Inspector, 21 K. Caordination within Railroad Permit Areas 22 23 24 2S 26 z7 28 29 30 31 32 33 34 35 36 37 38 I. �� 3 At locatinns in the projeci �vhere constr�action activities occur u1 areas where raiIroad perm�ts are required, meet a� req�iremerrts set fo�� in each designated rai��oad permit. This inc[udes, but is not limited to, provisions %r: a. Flagtnen b. Inspectflrs c. Safety training d. Ado?itional insurance e. Insuracnce certificates f Other employees required ta pratect the right-of-way a�ld property of the Railroad Company from damage arisirag out of and/or from the cons�ruetion of the project. Proper utility cleat•ance procedures shall be used in accardance with the permit gu�de�it�es, Obtain any supplemental information needed to com�ly witM the raiIraad's requirem�nts. Railroad Flagmen a. Subrr�it recei;uts to City %r verification ofworking days thatrailroad flagmen were present on Site. 39 40 41 42 43 4J4 L. Du�t Control I. Use acceptable rneasures to cQntrol dust at the Site. a. If water is used t� contro[ dust, capture and properly dispose of waste water. b. Ifwet saw cutting is performed, capture and properly dispose of slurry, M. Employee Parking 1, Provide parking for emplayees at locatians approved by the City. CTT Y OF FORT WOIZTI-I 2Q22 HMAC Surface Overlay Contract STANbARD CONSTRUGTIQN SPECIFlCATIpNBOGUMENI'� City projectNn. 103455 Revised December 20, 2p 12 01 35 i3-G SP�CIAL PRO,T�CT PROCEi]URES Page 6 of 8 � 2 3 4 5 6 7 8 9 1.5 SUBMYmTALS [NOT USED] 1.6 ACTION SUBMITT�LSIiN�'ORMATTONAL SUBIWTITTALS [NOT USED] 1.7 CLOSEOIIT SUBNIITTALS [NOT USED] 1.8 MA�NTENANCEMATERIAL �UBMITTALS [NOTUSED] 1.9 QUALITY ASSURANCE jNOT USED] 110 DELIVERY, �TORAGE, AND HANDLING [NOT i1SED] 1.11 F�ELD [SITE] CONDITIONS [NOTU�ED] 11� WARRANTY [NOT USED] PART � - PRODUCT� [NOT USED] 10 PART 3- EXECT3TION jNOT USED] tl 12 DATE NAM� 8/31J2012 D.7ahnsan 13 END OF SECTION Revision Log SUMMAlZY OF CHANG� 1.4.8 —Added reguu•ement af compliance with Health and Safety Code, Title 9. 5at'ety, 5ubtitle A. Public Safeky, Chapter752. High Voltage O�erhead Lines. 1.�1.B—.�dded ConYractor responsibility fozobtaining a TCEQAir Permit C17' Y OF FORT W ORTH SI'ANDARD CONSI'RUGTION SPECIFfCATlOi�1 DOCi3ME[+ij' S Revised IJecember 20, 2012 2022 FIMAC Surface Overlay Conttact City project Nn. 103ASS 013513-7 5Y E CIAL P ROJECT P RQCEDU1t�S Page7 of8 2 3 4 5 � � s 9 io tl ]2 I3 14 15 16 17 is �� 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 Dat�: CPN No.: Project Name� Mapsco Location: Limits of Co�struction: EXHIBIT A (To be printed on Contractor's L�tferhead} � � � � � � i � � I� � I� I '� I ' I I' � � II� I i T�IIS IS i0 IN�ORM YOU THA7 UIVI]�R ACONiRAC� Wlihi �'H� CIiY OF FORT wo�r�, OUR COIViPAIVY WiLL WORK OiV UYILITY �IN�S ON ORARQUNn YOUR �ao�E�rY. CONSTRUC�IOfVlNeLL ��GII� A��ROXIMA��LYSEV�N DAYS FROiVf �F�� pAT'� OF' iHl5 NO�1CL. I� YDU MAV� QUESYIDNS A�OU7 ACC�SS, S�CURITY, SAF�TY OR ANY OT'H�R ISSU�, PL�ASE CAL�.: IV�I'. CCONTRACTOR'S SUPERIN7'ENDENT� AT [T�y�pMaNE NO.� 0� MI'. �CIiY 1NSAECTOR� AT C��L�PHON� NQ;> A.�`I'�R 4:30 �iVi OR ON 1N��K�IVDS, PL��SE C�L (81i) 39� 83Q6 PLEASEKEEP THIS FLYER HANDYWHEN YOU CAL.L CI'I'Y OP FORT WORTH STANDARD CONSTRUCTIQAI SPECIkTCATION DOCUMENCS E2evised D�cember 20, 20 ]2 2022 HMAG S��rface Over]ay Conhact Cily projectNo. 103455 013513-$ Si�CC1AL PRO]�CT PROCEDi1RES Page 8 uf 8 1 2 ��YB�T $ �ORT ��RTH D�B: �O� i�q0. ::.7�XXX �'ofect l�a: i�o�i�� �� i�M�o���r W�'�°�� ����CE ��l��R�a��i0� DTIE �'O UTILTI'Y IMPROV�MEIV'!'S IN YOUTi 1rIEIGIiBQRI�aQD, XOUR WA'CEIi SERViCE W1LL HE 1�TTEKRUFT�D ON BETWEEN'THE HULTRS OF` AND Ti'1COU iIAVE QUESTYOIVS AB�IiT T�S SHiTTi-UUT, !'LEA.SE CALL: MR. AT (GON'C'RACTORS S[JPERIPT�'ENDEIY�') �T���gg�� �����R� OR m�. AT (CITY IivBPECTdR} (TEI.EPHONE �T[TMBER) THXS INCONVEP[IE1�FC� WTLT.I3E.A5 SHdI2'T AS PO$SIBLE. THAIVT� YOiJ, COl`�TRACT+�i2 � 4 CiC Y OF FORT V4`OIiTH 2O22 HMAC 5urFace Ov erlay Conhnct S1'pNpARI? CpNSCRUCTION SPECIFiCATTONDOCUMb'M'S City projecti�Io. 103455 Rev ised 17ecetnber 20, 2012 ai 4s z3 TEST[NG AND INSPECCIpN SERVICES Page [ of 2 SECTION Ol 45 23 TE5TING AND INSPECTION SERVICES PA;R.T 1 - GEN�ItAL 11 SUMMARY A, Section Includes: 1. Testing and inspection services procedur�s and caardination B. Deviations from tl�is C.ity of Fort Wotfih 5tandard Speci�catian I. None. C. Relaied Specification Sections includ�, but are not necessar[ly Iimited io: l. Division 0— Bidding Requirements, Contract F'orms at�d Conditions of the Cont�•act 2. Division 1— General Requirements 1.2 PRICE AND PAYM�NT PROCEDURES A. Measurement and Pay�nent WIor�C associated with this I�em is considered subsidiary to the various Items brd. No separate payment will be allowed for this Item, a. Contractor is responsible for performing, coordinating, and payment af �1] Quality Contrai testing. b. City is resgonsible far performing and payment for �rst set of Quality Assurance testing. 1) Ifthe �rst Qua[ity Assuranca test p.erformed by the City fails, the Contractor is responsible for payment of subsequenY Qualify Assurance testing �ntil a passing test occurs, a) Final aceeptance will not be issued by City un#il aI] required payments for tesfitzg by Contractor have been paid in ful[. �..3 RE�'ERENCES [NOT USED] l.A ADMiNISTRATIVE REQUIREME�iTS A,. Testin� Camplete testing �n accordance with the Contract Docuinents. Coordination a. 'When testing is requir�d to be performed by tl�e City, notify City, sufficiently in advance, when testing is needed. b. Wh�n testing is required to 6e completed by the Contractor, notify City, sufficiently in advance, that testing will be performed. Dish�ihution of Testizag Reports a. EZecYron�c Distribution 1) Conf`�rm develapment of Project directory for electronic submittals to be uploaded to the Clty's document manageinent system, or another external FTF site appraved by the City, CITY OF FORT WORTH 2O22 HMAC SurPace Overlay Contract �TANDAR� CONSTRUCTTbN SPECIFICP:TION DOCUMENTS City Project No, 103455 Revised March 9, 2020 O 1 45 23 TESTI%IG AND INSPECTION S�RVIC�3 Page 2 of 2 2) Upload test reports to designated project directory and notify appropriate City representatives via email of submittal pasting. 3) Hard Copias a) 1 copy for all submittals submitted #o the Pro�ect R�presentative b. Hard Copy Distz•ibution {if required in fieu of electronic distrib�ttion} 1} Tests performed by City a) Distribute 1 hard copy to the Contractor 2) Tests perfnrmed by the Contractor a} Distribute 3 hard copies to Ciiy's Project Represei�tative 4. Provide City's Project Representati�e wiYh trip tickets for each delivered load of Concrete o.r Lime material including the foIlow�ng informatian: a. Name of pit b. Date of delivery c. Material deSivered B. Inspection ]. Inspectian or �ack of inspection does not reliewe the Contracfor from obligation to perforrn wark in accordance with the Contraci Documents. 1.� SUBMXTTALS [NOT USED] i.6 ACTION STIBIVIITTAL�IINFORMATTONAL SLTBMITTALS [NOT USED] 1.'� CLOSEOUT SUSMITTALS [NOT CJSED] 1.8 MAINTENANC� MATERIAL SUBMITTALS [NOT USED] 1.� QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1,11 FIELD [SITE] CONDITIQNS �NOT USED] 1.1� VVARR.ANTY [N�T USEDj PART Z - PRODUCTS [NOT USED] PART 3 - EXECUTION �NOT USED] END OT SECTION Revision Log DA'I'E NA1VI� 31912Q2D D,V. Magana SiI1VIMARY O� CHANGE d reference to Buzzsaw and noted that electronic the City's document management system. upioaded C1TY OF Ppl2T WORTIi 2UZ2 �llvfAC Stn-face Overtay Contract STEINDA[tD CON5TRlJCTION SPECIFICATION DdCUMEN'�S City Praject [�To. 103455 Revised Mareh 9, 2U2� a � so oa - i TEMPORARY FACILITIES AND CO�fTROLS Page 1 of4 SECTION 0150 00 TEMPORARY FACILITIES AND CONTROLS PART�- GENERAL 1.1 SUMIVIAR� A. Section In.cludes: Pz'ovide temporaay facilities and cantrols need�d for ihe Work including, but not necessat•iiy linnited ta: a. Temporary utilities b. Sanitary facilities c. Storage Sheds and Buildings d. Dust control e. Terr�porary fencing of the const�•uction site B. Devzatians from this Cify ofFort Warth Standard Specification 1. None. C. Related Specification Sections include, b.ut are not ne�cessarity limited to: 1. Division 0— Bidding Reauirements, Contract Farms and Conditions o� the Contract 2:. Di�vision 1— General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. NTeasu.rernent and Payment �. Work associated witkz this Item is considered subsidiary to the various Items bid. No separaie payment will be allowed for this Item. �.3 REFERENCES [NOT USED] 1..q ADMINISTRATNE REQUIREMENTS A. Temporary Lltilities 1. Obtaining Te�nporary Service a. Make arrangements witl� utility service companies for temporaiy services. b. Ab[de by rules and regulations of utility service companies or authoritias having jtu•isdictipn. c. Be responsible for utility service costs until Work is approved for Final Aeceptance, I) Included are fu�l, power, �ight, heat and other utility services necessary for execution, completion, testing and initial operatiot� of Work. 2. Water a. Contractor to provide water required for and in cnnnection with Work to be performed and for specified tests of piping, equipment, devices or other use as r�qu[red for the �ompletion of the Work. b. Pro�ide and maintain adequate supply o�potable water for domestic consumption by Contractor p�rsannel �nd City's Project Reprasentattves, c. Coordination 1) Contaet City 1 week befare water for constrLtction is desired CITY OC PORT WORTII 2p22 HMAC Surface Overiny CnnYract 5'C.4NDAziD COIVSTRUCTION SPECIFICATION DOCUMENTS City Project Na. 103455 Revised July 1, 20l 1 ot5aoo-z �IvIPORARY �'P.CI�.1I�IES AND CONTROLS Page 2 of 4 ci, Cont�actor Aayment for Construction Water 1} Obtain construction water meter fi'am City far payment as billed by City's established rates. Electricity and Lighting a, Frovide and pay for electric �aowered service as required for Work, including testin.g of Work. 1) Pra�ide powar for lighting, operation of equipment, or other use. b. Electric power service inciudes temporary power serviee or generator to maintain operations during scheduled shutdown. 4. Teleplione a. Pravide emergency telephone service at Sit� far use by Contractor personnel and others performing work or furnist�ing s�rvices at Site. 5. Temporary Heat and Veniilation a. Provide temparary heat as ne�essary for protection or complet�on of Work. b. Provide te�porary heat and ventilation to assure safe working conditions. B. Sanitary Facilities 1. Provide and maintain sanitary facilities for persons on 5ite. a. Co�nply with regulations of S�ate and local departme�ats of heaith. 2. Enforce use of sar�tary� facilities by constru�tian persont�el at�ob site. a. Enelose and anchor sanitary facilities. b. No discharge wi11 be allowed from #hese facilities. c. Collect and store sewage and waste sa as not to cause nuisance or health problem. d. Haul sewage and waste ofF site at no less than weekly intervals and praperly dispose in accordance with applical�le regulation. 3. Locate facilities near War�C Site and keep clean and inaintained throughnut Praject. 4. Remove facilities at completion of Project G Stora�e Sheds and Buildings 1. Frovide adequately ventilated, waxertight, weatherprooi storage facilities with floar above gro�nd level for materials and equipment sus.ceptible to weather damage. 2. Storage of materials nat susceptible to weather daxnage may be on blocks off ground. 3. Store materials in a n.eat and order�y ma�er, a. Place materials and equipment ta permit easy access for identification, inspeciinn and in�entory. 4. Equ�p building with lockable doors and lighting, and provide electrieal service far equipment space heaters and heating or ventilation as necessary ta pro�ide storage enviranments acceptable to specified manufacturers. 5. Fi11 and grade site fnr temporary strLtctures to provide drainage away fra�n temporary and existing buildings. 6. Remove buildi.ng from site prior to Final Acceptanee. D. Temporary Fencing 1. Pro�ide and maintain far the duration ar consiruction whan required in contract documents E. Dust Control CITY OF FORT WORTII 2Q22 HMAG Sw-face Overlay Contract STANDARD CONSTRUCTION SPBCIP'TCATION DOCiJMENTS City ProjecC Na. 103455 Revised luly l, 201 ] aisooa-3 'CEIvIPORARY FACTLITIES AIVD CON'1'it01,5 Page 3 of4 �. Contractor is responsible for maintaining dust contro] through the duration of the proj ect. a. Contractor remains on-eall at alI tiines b. Mu�t respoz�d in a tiir�ely manner F. Temporary Protection of ConsEruction I. Contractor or subcontractors are responsi6le for protecting Work fram daanage due to �ueather. 1.5 SUBMITTALS [NOT IISED] ]..6 ACTION SUBMITTALS/INFORMATIONAL Si1BMITTAL� [NOT US�D] 1.7 CLOS�QUT SLJ�MITTALS [NOT CJSED] 1.$ MAINTENANCE MATERIAL Si7BMITTAL,S [NOT iTSED] 1.9 QiTALITY ASSURANCE �NOT USEDJ 1.1U DELNERY, STORAGE, AND HANDLING [NOT USEDj L.11 �IELD jSXTE� C�NDITIONS [NOT USED] 1.12 WARRANTY [NOT U�S�D] PART 2 - PRODUCTS [NOT US�D] PART 3 - �XECUTION [NOT USED] 3.1 INSTALLERS [NOT USEDj 3.2 EXAMINATION [NOT USED] 3.3 PR�PARATIQN [N�T USED] 3.4 INSTALLATION A. Tempqrary Facilities I. Maintain al] temporary facilities for duz'ation pf construction activities as needed, 3.5 [REPATR] / [RESTQRATION] 3.6 RE-INSTALLATION 3.7 FXELD �on] SITE QX7ALITY CONTROL [NOT U�ED] 3.8 SYSTEM STARTUP [NOT IISED] 3.9 ADJUSTING [NOT U�ED] 3.10 CLEANING [NOT USED] 3.11 CLOS�OUT ACTIVITIES A. Temporary Facilities CTTY pF FdRT WflR7'I-I 2U22 IIMAC Su��face Qverlay Conlract STANDAI2D CONSTRUCTION SFECIFICATION DOCUMENTS City Project No. 1a3455 Re�ised July l, 2p1 I 01 500D-4 TEMPORARY F'AC1LI'f'IES AND CONTKOLS Page q of 4 i. Re�nove all iemporaiy facilities and restore area afker compjetion of the Work, to a condition equal to or betCer t1�an prior to start of Woric. 3,12 PRUTECTION [NOT USED] 313 MA�NTENANCE [NOT USED] 3.14 ATTACHM�NTS [NOT USED] END OF S�CTION Aevis�on Log DATE I NAME CITY OE FpRT WORTH STANDARD CON571ZUCT10N SPECiP]CAT�ON DOCUMENTS Revised July f, 201 I 5L]MIVIARY OF CHANGE 2fl22 HMAC Surface Overlay Contract City Projeat No, 1Q3455 Ol 552G-1 STC2EET US C PEI2MIT AND MdL�IT'ICAT£ON5 Td TRAFFIC CONTROL Page 1 of 3 1 2 S�CTION 01 5� �6 STR�ET USE PERIWIIT AND MODIFICATI�NS TO TRAF'FIC CONTRQL 3 PART 1 - G�III�L. 4 1.I Si1MMAi2Y 5 6 7 S 9 l0 I1 12 13 14 15 A. Section Includes; 1, Administrative proeedures for: a. Street Use Perrnit b. Mod�cation of appro�Ed traffic contro] c. Removal of Street Signs B. De�viatians fraitn this City of Fort Worth Standa�•d Specificatian I. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division0—BiddingRequirements,ContractFormsandConditiansoftheContraci 2. Division 1—Gen�ral Requirements 3. S�ction 34 71 13 — Tra��ic ControI 16 1.2 PRTCE 1AND PAYMIIV'I` PROCIDUR�.S 17 A. Measurerzient and Paym�nt 18 1. Work associated vvith this Ifem is considered subsidiary to the various Items bid, 1� No separate payment wiI� be aIlowed for this Item. 20 1.3 � { C ES 21 A.Reference Standards 22 1. Refez•ence standards cited in this sp�cifieation refer to the currentrefei•ence standard 23 publisned at the time of the Iatest revision date ]ogged at the end of this 24 specification, unless a date is specifically cited. 25 2. Te�as ManL�al on Uniform Tr�ffic Cantrol Devices (TMUTCD}. 26 1.4 ADNII1vISTRATIVE R�QUIItENI�iTS 27 28 29 30 31 32 33 34 35 36 A. Traffc Control 1. General a. Contractn.r sha�l minzmize lane closures and impact to vehicular/pedest3�ian traffic. b. When traffic control plans are included in tha Drawings, provide Traf�c Control in accordance with Drawings and Section 34 71 13. c. V�en traffic cantrolplans are nnt included in the Drawings, prepare traffie control plans in accordance ryith Section 34 71 13 and submi# to City �or ee�iew. 1} Al�ow minimum 10 worl�ing days for review of prnposed Traffie Control. CITY OF FORT WORTI-I 2022 [-IMAC Sui�face Overlay Contract STANBAFtB CONSTRUCTION SPECIFTCATIpN [)OCUMHNTS City PrajcctNa. 103455 Revised Mareh 22, 2021 015526-2 STR�ET US� PERMIT AND MO]][FiCATlONS TO TRAC'FIC COi�fTROL Page 2 aE 3 � 2) A trafiic control "Typical" published by City of Fart Worth, the Texas 2 Manuai Un�ed Tj•affic ControlDevices (TMUTCD) or Texas Departmeni 3 of Transportation (TxDOT) canbe used as an alternative to preparing 4 projectlsite specific traific cont�o! plan if the typical is applicable to the 5 specific project/site. B. StreetUsePermit 10 11 12 13 14 15 16 37 1$ 19 20 21 1. 1'rior to installation afTra.f�c Control, aCity Street LTse Permit is required. a. Ta obtain Street Use Permit, submit Traffc ControlPlans to City Transportation and Pubiic Works Department. 1) AIIow aminimum of 5 working days for perrnit review. 2) It is the Contractor's responsibiiity to caord�ate re�iew aiTraffic Control plans for Street Usa Permit, such that construction is not delayed. C. Modification to Approved Tra.ffic Control l. Prior ta installation tra#'fic control: a. Submit revised traffic control plans to City Department Trarisportation and 1'ublic Works Deparim�rit. 1} Revise Traf�c Control plans in accordance with Sec�ion 34 71 13. 2) Al�ow minimum 5 working days for review of revised Traffic Control. 3) It is the Contractor's responsibility to coardinate review of Traffic Control plans for Street Use Permit, such that construction is not delayeci. D. Reznavai af 5t�eet 5ign 22 1. lf rt is determined that a street sign must be removed for cons.fruction, then cantact �3 City Transportatiion and Pubiic Warks Deparkment, Signs and Markings Division to �4 remove t1�e s ign. 25 E. Temporary Signage 26 1. In the case of re�ulatary signs, replace permanent sign withtemporary sign meeting 27 requuements of the latest edition of the Texas Manual on Uniform Traffic Controi 28 Devices (MLITCD). 2g 2. Install temporary s�gn before the removal ofpermanent sig�. 34 3. When construction is complete, io the exfi,ent that the permanent sign can be 3I reinstalled, contact the City Transportatian and Public Works Departrnent, Signs 32 �d Mark�gs Division, to reinstall the permanent sign. 33 F 34 Traffic Control Standards Traffic Control Standards can be found on the City's websi�e. 35 1.� SUBMCTTALS [NOT USID] 3� A. Submit all reqUired documentation to �ity's Project Rep�•esentative. CITY OF FQRT WaRT1I 2022 HMAC Sw�'ace Overlay Cnniract STANDARD CDIVSTKUCI'ION SP�CIFICATiQN bOCUIv3ENT5 Cily i'rojeci Na. L03455 Revised March 22, 2021 pl S52fi-3 �TREE'I' USE PERMIT AI� MODIPICA"fIONS TQ TRAFT']C CONTROL Pa$e 3 of 3 1 1.6 ACTION SUBNIITTALS/ZNFORMA'Z'.CONAL SUBMITTALS [NOT iTSID] 2 l.i CLOSEOUT SiIBMITTALS [NOT LTSED] 3 1.8 MA�N'1'E1�IANCE MATER�A,X, SUBMI'i'�'AI,S [1vOT USID] 4 1.9 QiTALITY ASSTTRANCE [NOT LTSED] 5 1.10 DELIVERY, STORAGE, AND HANDLING [NOT IISEDj 6 1.11 �'III,D [��TE] CONDZTIONS [NOT USID] 7 1.12 WARRANTY [NOT IISED� 8 PART 2- PRODiTCTS [NOT iTSED] 9 PART 3- EXECUTION [NOT USID] 10 11 II�iD OF SECTION Revisio.n T,ag DATE NAME SUMMARY OF CHANGE 1.4 �., Added Ianguage to empl�asize minimizing oFlane closiues and impact to traffio. 3/22/2021 M Ouen ��4'8'• �• c. tldded language to allawfor use ofpubGshed traffic contro] "Ty�icals" i a�plicable ta specific project/sits. 1.�4 F. 1 j Removed re.ference Yo Htrzzsaw 1.5 Added language r�: submitta] of permit 12 CTI'Y.OP PORT WORTH 2O22 HMAC Surface Overl¢y Contract 5TANDARD CONSTRUCI'ION SPECIFICATIQN DO�UMENTS City Praject No, 103455 Rewised FVlarch 22, 2021 015713-] STORNI WATGI�AOLLUTlONPREVCNTION Page 1 of 3 SECTION 015713 STORM WATER PaLLUTION PREVENTION PARTI- GENERAL I.1 SUMMARY A. 5ection Includes: 1. Yrocedures for Storm Water Fallution Prevention Plans B. Deviations from this City of �'ort Worth Standard 5pecification L Nnne. C. Related Specificaiion �ections inciude, but are not necessarily limited to.: 1. Division 0- Bidding Requirements, Contract Forins and Conditions of the Contract 2. Divisian 1�- General Requirements 3. Section 31 25 DO - Erosian and Sediment Control 1.2 PRICE AND PAYM�NT PROCEDiTRES A. Measurement and Payment 1. Construction Activities resulting in less than 1 aere of disturbazice a. Work associated with this Ite�n is considered subsidiary to the various Items bid. Na separate payment will ]�e allowed for this [tem. 2. Co�struction Activitias resulting in g�eater than 1 acre of distiubance a. Measurement and Payment s1�a11 be in aecordat�ce with Section 31 25 00. 1.3 RE�"ERENCES A. Abhreviations and Acronyms 1. Notice af Intent: NOI 2. NoYice of Termination: NOT 3. Siorrri Water Pollution Prevention P1an; SWPFP 4. Texas Comtn.ission on Environmentaf Quality: TCEQ 5. Notice of Change: NOC A. Reference Standards 1. Aeference standards cited in this Specification ref�r to the current referance standard published at the tirne of the latest revision date logged at the end of this Specifieatian, unless a date is specifically cited. 2. Integrated Storm Management (iSWNn Technical Manual for Consiruction Cantrols 1.4 ADMiNISTRATIVE REQUIREMENTS A. General 1. Contractor is respnnsi.bie for z'esolution and payment of any fines issued associated with co�tr�pliance to Stormwater Pollutian Prevention Plan. C1TY pF FORT WqRT�I 2022 HMAC Surface Overlay Contrac# STANDARI7 C�NSTItliCT10315PEC1TCCATION DflCUM8AIT5 Ci4y Project No, 103455 Revised 7uly l, 2011 015713-2 STORM WATERPOLL[JTION YR�VENTION Page 2 of 3 S. Construction Activities resulting in: l. �ess than 1 acre of disiurbance a. Provide erosion and sediinenf control in accordance with Section 31 25 00 and Drawings. 2, Z to less than 5 acres of disturbance a. Texas Pollutant Dischaz�ge Elimination System (TPDES) General Construction Permit is required b. Corrfglete SWPPP in accordartce with TCEQ requirements 2) TCEQ Sma1] Construction 5ite Notice Reqttired under general permit TXR15000Q a) 5ign and post at job site b) I'rior ta Preconstrucfion Meettng, send 1 copy to City Department of Transportation and Public Works, Environmet�tal Division, {817) 392- 6088, 2) Pravide erosion and sediment eontral in accordanca with: a) 5ection 31 25 OQ b} The Drawings c} TXR150000 General Permit dj S WPAP e) TCEQ requirements 3. 5 acres or more of Disturbance a. Texas Pollutanl Dischaz'ge Elimination System (TPD�S) General Construction Permit is required b. Comp[ete SWPPP in accprdanee with TCEQ r�quirements 1) Prepare a TCEQ NOI form and submit to 7'CEQ along with requix'ed fee a) Sign and post at jab site b) S�nd copy to City Department af Transpartation and Public Works, Environ�nental Division, (8l7) 392-6D88. 2) TGEQ Notice of Change required if making chang�s or updates to NOI 3) Pravide erasion and sediment control in aceordance with: a) Sectiort 31 ZS OQ b} The Drawings. c} TXR1S0000 General Permit d) ,S WPPP e) TCEQ requireinents 4} Once tlxe project has been cqmpleted and aI! the closeout requirements �f TCEQ have been mat a TCEQ Notice of Terminatian can be subm'ttted. a) 5er�d copy to City Department of Transportation and Public Works, Environrnental Divis�on, (8i7) 392-b0$S. 1.5 SUBMITTALS A. S WPPP Submit in accordance with Sectior� D1 33 OQ, exeept as stated h�zein. a. Prior to t,he Preconstruetian Meeting, submit a draft copy of SWPPP to the City as foIlows: 1) i copy to the City Project Manager a) City Project Manager wi1l forward to the Ctty Department of Transportation and Public Works, En�ironmental Division for review CITY OF FOItT WORTH 2O22 HMAC Suriace O�arlay Coniract STANDARD CONSTRiICTIQN SPECIFICATIOI�T DbCLIM�N7"S c�ry P�flJect rro. i o�4s� Revised luly I, 2011 D15713-3 STORM WAT6R POLLUTI03�T PR�VC]�I'i'ION Page 3 of 3 B. Modified SWPPP 1. If the SWPPP is revised during canstructian, resubmit modified SWPPP to the City in accordance with Section O1 33 OD. 1.6 ACTION SUBMiTTALS/INFaRMATIONAL SUBNIITTALS [NOT USED] 1.'� CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIA.L SUBMITTALS jN4T iTSED] 1.9 QiTALITY ASSURA.NCE [NOT USED] 1.10 D�LIVERY, STORAG�, AND HANDLING jNOT USED] 1.11 FIELD [SITE] CONDYTIONS [NOT USED] 1.12 WA.RRANTY [NOT USED] PART � - PRODUCTS [NOT USED] �'ART 3 - EXECUTION [NOT USEDJ END OF SECTXON DAT� 1 N� Re�ision T�og SL3MMARY OF �CHANGE CITY QP FORT WOCtTI� 2022 HMAC Surfaca Ovei�lay Contract STATi�ARD CONSTRUCi'ION SPECiFICAT103+S DOCUMENTS City Praject No. 103455 Revised July 1, 201 ] o� s.a �3 - r TEMPQIiAAY PROJECT SCGI+IAGB Page 1 of 3 SECTION OI 5S 13 T�MPORARY PRO.TECT ,SIGNAGE PART1- G�NERAL 1.1 SUMMARY A. S�ctian [nclud�s: 1. `I'empor�•y Projeet Signage Requn•erzients B. Deviations from this City af Fort Wortl� Standard Sp�cification 1. None. C. Related Speci�cation Sections include, but are not necessarily limited to: I. Di�ision 0— Bidding Requir�ments, Contract Forms and Conditions of the Contract 2. Division ] — General Requirements 1.2 PRICE AND PAYMENT PROCE�iTRE� A. Measurement and Payment 1. Work associated with this Item is considered su6sidiary to the �arious Items bid. No separate paytnent will be allovt+�d for this Ttem. 7..3 RE�'ERENCES [NOT USED] 1.4 ADMINI�TRATNE REQUTREMEIVTS �NOT USED] I.5 SUBMITTALS [NUT USED] 1.6 ACTION SUBMITTAL�IINFORMATIONAL SUBMITTAL� [NQT iT�ED] 1.7 CLOSEOUT SUBMITTALS [NOT USED� 1.8 MAINT�NANCE MATERIAL Si1BMITTALS [NOT iISED] 1.9 QLTALITY ASSi7RANCE �1�TOT USED] I.iO DELIVERY, STORAG�, AND HANDLING [1�iOT USED] 1.1I FTELD (SITE] CONDITIONS [NOT USED] 1.12 WARRA,NTY [NOT USED] PART 2 - PRODUCTS �.1 OWNER-FURNrSH�II [ox� 4tiVNER-SUPPLIEDPRODUCTS [NOT USED] 2.2, EQUIPMENT, PR�DUCT TYPES, AND MATERIALS A. Design Criteria 1. Fravicie free standin� Project Designation Sign in accordance with City's Standard Details for project signs. C1TY OF FORT WORTH 2O22 HI�iAC Surface Overlay Contract STAIVDARI7 CQNSTRUCTION SPECIFICATCON DQCUMENTS City Project No. 1q34�5 Revised July 1, 2p1 I O] 5813-2 "fEMP�RARY PR07ECT SIGf�lAGE Page 2 0� 3 B. Materials j. Sign a. Constructed of 3/a-ineh fir plywood, gr�de A-C (extarior) or better 2.3 ACCESSOI�YES [NOT USED] 2A SO�CTRCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATI�N [NOT Y7SED] 3.3 PREPARATION [NaT USED] 3.4 INSTALLATION A. General 1. Provide vertic�l installatian at exfents of project. 2. Re�ocate sign as neecied, upon request af the City. B. Mounting o�tians a. Skids b. Posts c. Barricade 3,5 REPAIR 1 RESTORATION [NOT USED] 3.G RE-INSTALLATXON [NOT USED] 3.1 FIELD [oR] SITE QUALITY CONTROL [NOT USED] 3,8 SYSTEM STARTU�' [NOT USED] 3.9 AD3USTXNG �NOT i7SED] 3.10 CLEANXNG [NOT USED] 3.11 CLO�EOUT ACTIVITIES [NDT USEDj 3.12 PROTECTiON [NOT USED] �.13 MAiNTENANCE A. General 1. Maintenance will �nclude painting and repairs as needed or directed by #he City. 3.14 ATTACHMENTS [N4T U�ED] END OF SECTION CITY OF FORT WORTH 2O22 HMAC Sw�face Overlay Contract STANDARD CONSTRUCTiON SPECiFICATION DOCi3ME�ITS Gity Project No. 103455 Revised July 1, 20l 1 015813-3 TEMPpRARY PROJECT SIGNAG� Page 3 oF 3 C[TY OF C'ORT WORTH 2Q22 HMAC 5urface Overfay Contract STAI�IDARD CONSTRUCI"ION SPECIFICAT'ION DOCUMENTS City Projeet Na. 103A55 Revised luly 1, 2d l 1 p 1 60 00 PR�DUC7 REQULlZEM�IVTS Page 1 af2 SECTX4N 01 60 00 PRODUCT REQUIREMENTS PART1- GENERAL 1.1 SUMMARY A. 5ection Ineludes: 1. References for Product Requireinents and City St�.ndard Products List B. Deviatians from this City of Fort Worth Standard Specificatian 1. None. C. Reiated Specifcation Sections include, but are not necessarily lim.ited to: 1. Division Q— Bidding Requirements, Cantract Forms and Conditians oF the Contract 2. Divisian 1— General Requirements 1.2 PRYCE AND PAYMENT PROC�DURES [NOT USED] 1.3 RE�'ERENCES [NOT USED] 1.4 ADMiNISTRATIVE REQUIREMENTS A. A list of City approved products for use is available through �he City's website at: https:llapps.fortwo.rthtexas.go�+IProjec�Resor�rcesl and following the direc#ary paYh; 02 - Construction DocumentslStandard Products List B. Onfy p�'oduets specifically included on City's Standard Product List in these Cantxact Documents shalj be allowed for use on the Praject. 1. Any subsequenfly approved products will only be allowed for us� tspon speci�c approval by the City. C. Any specific product requirements in the Contract Docum�nts supersede similar products inc�uded nn the City's Standard Prnduct List. I. The City �•eserves the right ta not allow praducts to be used for certain prajects even though the product is listed on the City's Standard Product List. D. Although a specific product is included an City's Standard Product List, not all products from that manufacturer are approved far use, including but not limited to, that manufacturer's standard product. E. 5ee Section O 1 33 Oq for suhmittal requirements of Pt�duct Data ineluded on City's �tandard Product List. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALSIINFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLO5EOUT SUBMITTALS [NOT USE➢] 1.8 MAINTENANCE MAT�RIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSiTRANCE [NOT ijSED] G1TY OF FORT WORTH 2O22 IiMAC Surfaee Overlay Contract STANDARD CON5TRUCTION SPECIF�CA7'I�N DO�UME3�lTS City Froject No. 103455 Revised March 9, 2020 o i fio 00 PRODUC7' [2CQUIREM�I�ITS Pa�e 2 of 2 L10 DELNERY, STORAG�, AND HANDLYNG �NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECiTTION [NOT US�D] END QF �ECTION CIT'Y OP FpRT WORT'H 2O22 HMAC Surface Overlay Cantract STAAIDARD CONSTRUCTION SPECIFICATION QQCUMENTS City Projact No. 103455 Revised Mazch 9, 2D2Q D166DD-1 PRODUCT STORAGE Al+lI7 HANULING REQUIItEMCNTS Page 1 of 4 sECTiorr o� �6 ao PRODUCT STORAGE AND HANDLING REQUIREMENTS PARTI- GENERAL 11 SUMMARY A. Section Includes: 1. 5ehedliling of product delivery 2. Packaging af prodliets for delivery 3. Protection of products against dat�nage from: a. Handling U. Exposure to elements or harsh environments B. Deviations from this City of Fort Worth Standard 5pecification l. None. C. Related Sp�cification Sections inc[ude, but are not necessarily limited to: 1. Divisian 0— Bidding Requirements, C.ontract Forms and Conditions of the Contract 2. Division 1— General Requiremants 1.2 PRTC� AND PAYMENT PROCEDURES A. Measurem�nt and Payment 1. Work associated �aith this Item is considered subsidiary to the various Items bid. No separate payment will be ai�ov,�ed for this Item. 1.3 REFERENCES [N�T USED] 1,4 ADMINISTRATNE REQU�R�MENTS [NOT USED] 1.5 SUBMITTALS �NOT USED] 1.6 ACTTON SUBMITTAL�IINFORMATIONAL SUBMITTALS [NOT USED] 1,7 CLOSEOUT SUBM�TTALS [NOT USED] 1.8 MAINTENANCE MATERiAL SUBMITTALS [NOT USED] 1.9 QiTALITY ASSURANCE [NOT USED] 1.14 DELIVERY AND HANDLING A. Delivery Requirements 1. Schedu.le delivery of prnducts or equipment as required to allow timely installation and to avnid projong�d storage. 2. Provide appropriate personnel and equipment to receive deliveries. 3. De1ivery trucks wiSl not be permitted to wait extended periads of time on the S ite for personnel or equiprr�ent to receive the delivery. C1TY OF FORT WORTFI 2022 H3vIAC SurFace Overlay Contract ST;4NDf�RD CONS"I'1tUCTIQAI SPECIFICATIqN �OCUMEIVTS City Project No. 103455 Revised July l, 2411 a��:6oa-a PRODUC'I' STOR1tG� AND [-lANDL1NG REQUIREMCIVTS Yage 2 af 4 4. DeIiver pradctcts os• equipment in manufach�rer's original unbroken cartons or other containers designed and constructed to prafect the contents from physical or enviranmenta.t damage. S. ClearIy and fully marl� and ideni�fy as to �n�nufacturer, it�z'r� and installation locatinn. 6. Frovide manufac#urer's instructions for storage and handling. B. Handling Requirements 1. HandIe products or equipment in accnrdance with these Contract Documents and ma�ufacturer's ��ecommendaiions and instructions. C. Storage ReQuirements 1. �tnre materials in accardance with manufacturer's recon�mendations and reauirements of these Specifications. 2. Ma�e necessary �rovisions for saf� storage of ma�erials and equipinant, a. 1'lace ]oose soil materials atid materials to be ineorporated into Work to prevent damage to any pai� of Work or existing faciEiiies and to rrzaintain free access at all titr►es to alI parts af Work an.d to utiRity service company installations in vicinity of Work. 3. I�eep materials and eq4tipment neatly and compactly s�ored in locations that will cause minimuan inconveniance to other contractors, ptiiblic travel, �djoining ovvners, tenants and occupants. a. Arrange storage to pravide easy access for inspection. 4. Restrict storage to aa•eas available on constructio.n site for storage of mataz-ial and equipment as shovvn on Drawings, or approved by City's Project Representati�e. 5. Provide off site storage and protection when on-site storage is not adequate. a. Provid� addresses of and access to off-site stoxage locations for inspection by City's Project Representative. 6. Do not use ta�ns, grass piots or other private property for storage purposes without written permission of owner or other person in possession or cantrnl of preinises. 7. Store in manufacturers' unop�ned containers. S. Neatly, safely and comgactly stack materials delivered and stored along line of Work to avoid inconve.nience and damage to property owners and genera] public and maintain at least 3 feet fi•om fire hydrant. 9. Keep pub[ic and private driveways and street crossings open. 10. Repair or replace dasnaged lawns, sidewalks, streets or other irnpro�ements ta satisfaction of City's Praj�ct Representati�e. a, Tata1 ]ength which materials may be distrib�ted alang route of construction at one time is 1,000 linear feet, unless other�vise approved in writing by City's Project Representative. CITY pF FORT WQRTI3 2022 }3MAC S�rface Overlay Contract STANDAKI} CONSTRUCTION SPECIFICATION DOCUM�NTS City Projeet No. 103455 Revised 7uly 1, 2p i l 016600-3 PRODISCT STORAGE AND HANIDLING R�Q[1IREMENTS Page 3 of 4 1.11 FIELD [SITE� CONDITIONS [NOT iTSED� 1.12 WARR1iNTY [NOT USED] PART Z - PRODUCTS [NOT iTSED] PART 3 - EXECUTION 3.� INSTALLERS [NOT USED] 3.2 EXAMXNATION [NOT USED] 3.3 PREPAAATION [NOT USED] 3.�4 ERECTIUN [NOT USEDj 3.5 REYAIR 1 RESTORATION [NOT USED] 3.G RE-INSTALLATION jNOT USED] 3.7 �'IELD [ox] SITE QUALITY CUNTROL A. Tests and Inspections 1. Inspect alj products or equipment deiivered to the site prior ta unlaading. B. Non-Conforming Work 1. Reject all �raducts or equipment that are damaged, used or in any other way unsatisfactory far use on the project. 3.8 SYSTEM STARTUP �iVOT USED] 3.9 ADJU�uTING [NUT' USED] 310 CLEANING �NQT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.I2 PROTECTION A. Pratect all products or equipment in accordance with manuiacturer's wri�ten directions. B. Store products or equipment in jocatior� to avoid physical dannage to items while in storage. C. Protect aquipment fram e�osure ta elements and keap thoroughly dry if required by t�e uzanufa,cturer. 3.13 MAXNTENANCE [NOT USEDJ 314 ATTACHMENTS [NOT USED� END QF SECTION C1TY QF F4ItT' WORTH 2O22 HMAC Sm�face Overlay Conrxact STA�IDARD CONSTRUCTION SPEC1FiCATION DOCUMENTS City Project IVo. ] 03455 Revised 7uiy I, 2�11 0[5600-�4 PRODUCT STORAGE t1IVD HANDLING RCQU[R�MENTS Page 4 of4 Revision Log DAr� 1 N� CITY OF FpRT WQRTH STANDA12ll CONSTItUC1'ION SPECIPIC�t`CIQN DOCUMEIVTS Revised July l, 20I 1 5i.]MNIARY OF CHANGE 2fl22 [�IAC Sm�face Overlay Contract City1'rajectNo. ]03455 o��oao-i MOBILIZA`1'ION ANDREMOBILIZA'CIDN Page 1 of4 2 3 PARTl- GENERAL 4 1.1 SUMMARY 5 6 7 8 9 10 SI 12 1� 14 1S 1b t7 t8 19 z0 2I 22 23 24 25 zb 27 28 29 3fl 3l 32 33 34 35 36 37 38 39 40 41 42 43 44 45 sECTroN ai �n no MOBILiZATION AND REMOBILIZAI'ION A. Section Inch.ides: 1 2. � Mobilization and Demobilization a. Mobilization I) Transportation of Contractor's personnel, equipm�n�, and ope.rating supplies to the Site 2) Estahlishment of necessary generaS facilities for the Contractnr's operation at the Site 3} Premituns paid for performance and payment bonds 4) TransportatiQn af Contractar's personnei, equipment, and operating supplies ta another location wrthin the designated Sit� 5.} Relocation of necessary ge�►eral facilities for the Cantracior's operation from 1 loca�ion to another loca#ion on the Site. b. Demobilization 1) Transportation of Contractor's personnel, equipmeni, and operating supplies away frozn the Site includin� disassembly 2) Site Clear�-up �) Removal of all buildizzgs and/or other facilities assembled at the S�te for this Gontract c. Mobilization and Demobilization do not include activities fo� specific items of work that are for which payment is provided elsewhere in the contract. Remobilization a. Remobilizatian for Suspension of Work specifcally required in the Contract Documents ar as required by City inciudes: 1) Demobilization a} Transportation af Contra.ctor's personnel, ec�uipment, and operating. supplies frorn the Site including disassembly ar temporarily securing equipznent, suppiaes, and ot.�er facilitias as designated by the Contract Documents necessary to suspend the Work. b) S�te Clean-up as designated in the Contract Docurnents 2) Remobilizatio.n a) Transpartation of Contractor's persflnnel, equipment, and aperatir►g supplies to the Site necessary to resume the Work. b) Establishment of necessary generaI facilities for #.�e Contractor's operation at the Site necessary to resurr�e the Work. 3) No Paynnents will be made for: a} Mob�ization and Demobilization frotn one location to another on the Site in the notmal progress of performing the Work. b} 5tand-by or idte tune c) Lost prof►ts Mobilizations and Demobilizatian for Misc�llaneous Projects a. Mabilization and Demobilization CITY OF F�RT WORTH SI'ANDARD CONSTRUCI'i0I*! SPECIF'ICAT10%FflOC[1MENTS i2eviaed November 22, 2016 2�22 I-IMAC Surface Overlay Contract City ProjadNo. 103455 oi 7aaa-z MOBILIZATION AND REMOB] LIZATION Page2 of4 1 z 3 4 5 6 7 8 g 10 11 Z2 13 14 15 16 17 18 1) Mobilization sha�I consist of the activities and cost on a VtWork Order basis necessary for: a} Tra�,sportation af Contraetor's parsonnel, equipment, and operating supplias to �e Site for the. issued Work Order. b) �stabIishment of neccssary generalfacilities for Lhe Cantractor's operatinn at the S[te for the issu�d Work Ord�r 2) Demobilization shall consist of the activities and cost necessary %r: a} Tr•ansportation of Contractor's personnel, �quipment, and aperating supplies from the Site includit�g disassembly for each issued Work Order b) Site Clean-up for each issued Work Order c) Remnval of all buildings or other facilities assembled at the 5i�e for eacl� Wot�[c Oder b. Mobilizatzan and Demobiliz.ation do not include activities far spec.ific items of work for which payment is provided �lsewhere in the cantra,ct. 4. Emergency Mobilizations and Demobiliz�.tion for Miscellaneous Projects a. A Mobilizaiion for Miscellaneo�as Projects when directed by the City and the mobilization occurs within 24- hours of the issL�ar�ce of the Work Order. 19 B. Deviations from this City af Far� Worth Standard Specifcat�on 2Q l. None. 21 C. Relaie;d �pecification 5ections include, but are uot necessarily lirnited Yo: 22 1. Division p— Bidding Requ[rements, Contract Forms and Conditions of the Contract 23 2. Division 1— General Requu•ements 24 ]...2 PRIC� AND PAYMENT PROCEDURES 25 26 27 28 29 30 31 32 33 34 35 36 3'7 38 39 44 41 42 43 44 A. Measurement and Paytnent [Consu[t City Department/D�v�sian for direction on if Nlabili�ation pay itern ta be included ar the item should be subsidiary. Include the appropri�te Sectian 1.2 A. l.] 1. Mobiliza.tion and Demobilization a. Measuz'e 1) This Item is cansidered subsidiary to tYae �rarious Itenns bid. b. Payment 1} The wot•k perfortried and materia]s furnished in accordance with this Item are subsidiary to the vaeious Items bid and no other compensation will be alIawed. OMMITTED 2) Th� work performed and ma�eriafs furnished for detno6ilization in accardance withthis Item are subsidiary tn the �ariaus Items bid and no other compensation will be allowed. 2. Remobilization for suspension af Work as specitica]ly required in the Cantract DocUtnents a. Measurement 1) Measurement%rthis Itam shall be per eachremobilization performed. b. Payment CIT Y OF FOR'C' W DRTH 2 02Z ] IMAC Surfaee Qverlay Contiact 3TAND�RD COi�ISTRUCT]ON SPECIrICATION I7QCUMEM'S City ProjectNo. 103455 l�evised November22, 20IG OL700U-3 MOBILI2ATION AND [�EMOBI LIZATI Oi� Page 3 of4 1 2 3 4 5 6 7 8 9 10 ll 12 13 l4 15 16 l7 18 l9 20 2t zz 23 24 25 2b 27 28 29 30 3Y 32 33 3�l 35 36 37 38 39 �0 41 �2 43 44 45 46 C a 1) The work performed and rt�aterials furnished in accordar�ce withthis Item and measUred as provided under "Measurement" will be paid far at the unit price per eact� "Specif'�ed Remabifization" in accordance with Contract Documents. T11e price shall incl�ade: l) Demobilization as described �n Section 1.1.A.2.a.1) 2) Remobilization as described in Section I.I.A.2.a.2) No payments w� be made for standby, idle tune, or lost profi�.s associated this Iterr�. 3. Remobiliza.tion for suspens�on of Wor� as required by City a. Measurement and Payment 1} This shal� be submitted as a Caniract Claim in accordance with Article 1� of Section 00 '12 00. 2) No payments wi� be made for standby, idle ti�r►e, or lost profi�s associated with this Item. 4. Mobilizations and Demahilizations for MiscellaneoUs k'ro�ects a. Measurement I) Measurement for ihis Item shall be for each Mobilization and Demobiliza.tion requirad by the Contract Documents h. Payment • 1) The Work perforcned and materials furnished in accordance with t�is Item and measured as pro�ided under "Measurerrient" will be paid far atthe unit price per each "Work Order Mobilization" �n accordance with Contract Docurnents. Demobilization sha11 be considered s�bsidiary ta ma�ilization and sha�3 not be paid for separately. c. The price shall include: 1) Mobilization as described in Section 1.1.A.3.a.1) 2) Demabilization as described �t� Section 1.1.A.3.a.2} d. No payments will be rr►ade for standt�y, idle time, or lost profits assaciated this Item. 5. �mergency Mobiliutions and Demobilizafions �or M�sceuaneflus rro�ects a. Measurement I) Measurement for this Iterr� shall be for each Mobilization and Demobilization required by the Contract Doci.unents b. Payment I) The Work performed and materials furnis�ed in accordance withh.�vs Item and rrieasured as provided under "Measurement" will be paid for at the unit price �er each "Work Order Emergency Mob�zation" in accardar�ce r�,�ith Cantract Ddcuments. Detnobilization shall be considered subsidiary to mobilizatifln and shal! not be paid for separately. c. The price sl�all include 1) Mobilizatian as described in Section 1.I.A.4.a} 2) DemobiUz,ation as described in Section I.1.A.3.a.2} d. No payments will be made for standby, idle time, ar lost profts associatedthis Itetn. 1.3 REFERENCES [NOT USED] 47 1.4 ADMINISTRATNE REQUIREMENTS [NOT USED] CFI' Y" OF FQRT W ORTH 3I'ANDARD CONS�7"RUCI'i�N SPECjFlCAT10NDOCUMErITS Revised I�Iavember 22, 201G 2022 HMAC Surfaae Overlay Contiact City ProjedNo. 103455 01 7000-4 IvTOSILIZATION ANDREMOBILIZATION Page 4 of4 1 1.5 SUBMITTALS [NOT USED) 2 L6 INFORMATTONAL SUBMITTAL� [NOT USED] 3 1.7 CLOSEOUT SUBNIX'I'TALS [NOT iT�ED] 4 1.8 MAINTENANCEMATERIAL SUBMTTTAL� [NOTUSED] 5 1.9 �QilALTTYASSiIR.ANCE[NOTUSED] 6 �10 DELIVERY, STORAGE, AND HANDLING[NOTiTSED� 7 1.11 FIELD [STTE) CONDITIONS �NOT i1SED] 8 1.12. �VARRANTY [N�T USED] 9 IO 11 i2 13 PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT U�ED] END OF SECTION bA T� 11122/] 6 Ravision L:og NAME SUMMARY OF CHA NGE M ichael Owen 1'2 ��'Ice a�id Payment Pracedi.u•es - Revised specificatioi�, including hlue text, in make speci€ication flexible for either s.tibsidia�•y ar paidbid item for Mobilizocinn. C1T Y OP FORT WOItTH 2O22 HMAC Surface Overlay Conpxct STANDf�RI7 CONSTRUCT'IC]N SPECIFTCEITIONDOCUMENI'S City PrnjectNo, 103455 Revised No�ember 22, 2Q 16 O1 71 23 - { CQWSTRUCTIQN STAKING AND SURVEY Page 1 of 8 SECTION 017123 C�NSTRUCTION STAKING AND SURVEY PARTI- GENERAL I,1 SUMMARY A. Section Ineludes: 1. Requirernents for construction staking and construction survey B. Deviations from this City flf Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are nat necessarily limited to; 1. Division D— Bidding Requirements, Cont�'act Forn�s and Conditians of the Contract 2. Division i— General Requirements 1.2 PRICE AND PAYMENT PR�CEDURES A. Measurement and Payment 1. Construction 5taking a. Measurement 1) Measurernent for this Item shall be by lurt�p sum. b. Payment 1) The work perfortned and �he materjals fttrr�ished in accordance with this Ite�� sh.all he paid far at the lump sum price bid for "Cons�iuction 5taking". 2) Payment for "Construction Stat€ing" sh.all be made in partial payments prorated by wor�C complet�d campared to total work lncluded in the luznp sum item. c. The prie� bid shall include, hut not be limited to the following: l) Veri�'ication of control ciata provided by City. 2) Placement, maintenanee and replac�ment of requ�red stakes and markings in the field. 3) Freparation and submitta] of constructian stakin.g documentation in tlae form of "cui sheets" using the City's standard template. 2. Construction Survey a. Measurement 1) This Item is considered subsidiary to the various Items bid. b. Payment 1} The work performed and the materiaEs furnish�d in accordance with this [tem are subsidiary to the �arious Items bid and no ather compensation will be allowed. 3. As-Built Suivey a. Measurement 1) Measuremant for this Item shalj be by lump sum. b. Payment 1} The work perform�d and the r�ateriaSs furnished in accordanee with this Item shall be paid for at t�e lump sum price bid for "As-Built Survey". CITY OF EOR"f WORTH 2O22 HMAC 5urface Overlay Contract STANDARD CONSTRUCTION SPECIFICATI03d DOCUlt+1�NT5 City Proj�ct No. 103455 Revised Fc6raary 1A, 201$ at �� za-a CONSTRCICTIbN STAICING At�ID SURVEY Page 2 of 8 2) Payment for "Canstruction Staking" shall be inade in parfial payments prorated by work ca.inpleted eoinpared to tatal r�ork included in the lump s�Em item. Tlze price bid sha11 lnclude, but not be limited to the foIIowing:: 1} Field measLuements and s�irvey shots to identify location oicompleted facilities. 2) Documentation and submittal of as-built survey data anta contractor f•edline plans and digital sur�ey f les. 1..3 REF�RENCES A. Definitians 1. Constrt�ction Suryev - The survey measurements made prior to or while construction is in progress to control eIevation, horiznnta� position, dimensions and configuraiion of structures/imgrovements incfuded in the Project Drawings, 2, As-built Survev —T11e measur�ments mad� after the construction of fihe improvetnent features are complete to pror�ide position coordinates for the features of a project. 3. Construction 5#akin --The pIaceine�t of stakes and markin�s to provide offsets and elevatians to cut arad fil] in arder io locate on the ground the designed structures/improvements inc�uded in the Praject Drawings. Construction stal�ing shall include staking easemenis and/qr right of way if i�dicated on the plans. 4. Surve. "Field Checics" — Measurements ixaade afte�• eonstruction staking is camp[eted and bafore constrt�ction work begins to ensure t�at structut•es marked on the ground are accurately loca#ed per Project Drawings. B, Technieal References 1. City of Fort Worth — Consi�•uct[on Staking Star�dards (availa6le on Cily's Buzzsaw website) — 0 Z 71 23, I 6,f? 1_ Attachment A_�urvey Staking Standards 2. C[ty af Fori Worth - Standard Survey Data Collector Librat•y (�1) files (a�aifable on City's Buzzsaw website). 3. Texas Dep�rtment oiTransportation (T�cDQT} Survey Manual, latest revisfon 4. Texas Society of F'rofessianal Land Sur�eyors (TSPS), ManE[al of Practice for Land Surveying in the State af Texas, Category 5 1.4 ADMINISTRATIVE REQUIREMENTS A. The Contractor's seleciaon of a surveyQr must compiy vcrith Texas Government Code 2254 (qualifications based selectzon) for this praject. 1.5 SUBMITTALS A. Submittals, ifrequired, shall be m accordance wiih Se�tion OI 33 00, �. A.11 subtnittals shall be r�ceived and reviewed by the City griar to delivery of work, 1.6 ACTION SUBMITTALSIINFORMATIONAL SUBMITTAL� A. Field Qualiiy Control Submittals C1TY OF FdRT WQRTH 2Q22 HMAC Svrface Overlay Confract STAN]�ARD COAISTRUCT[ON 3PEC]FICA`fIQN I�OCUMENTS City Praject No. 103455 Revised February l4, 20I8 U1 7123-3 CONSTRUCTIQIV STAKlTIG AhID 3URVEY Page 3 af S 1. Documentation verifying accuracy of iieid engineering work, including caordinate conversions if plans do not indicate grid or ground caordinates. 2. Submit "Cut-Sheets" conforming to the standard template prn�+ided hy the City (refer to 0 i 7 j 23. i 6.01 — Attach�nent A— Survey Staking S�andards). l.i CLOSEOUT SUBIVIITTALS B. As-built Redline Drawing Subinittal 1, 5ubmit As-Built Survey Redlirte Drawings documenting the locations/elevations of constructed improvements signed and sealed by Aegistered Professional Land Surveyar (RPLS) responsibl� for the work (refer to 01 71 23.16.01 —At�achment A — 5urvey 5taking Standards) . 2. Contractor shaij �ubmit the proposed as-built and completeci redline dravving submittal one (1) week prior ta scheduling the praject final iz�spection for City review and comment. Revisions, if necessary, shall be made to the �s�bttilt redline drawings and resubmitted to the City prior to scheduling the canstruction final inspectian. 1..8 MAINTENANCE MATEItTAL SUBNIITTALS [NOT USED] 1,9 QIIALITY ASSURANCE A. Construction Staking 1. Construct�on stakir�g will be performed by the Contractor. 2. Coardinatian a. Contaet Gity's Fraject Representative at least one we�k in advance notifying the City of when Construction Staking is scheduled. h. It is th� Co�tractor's respansibility to coordinate staking such that construction activities at�e not delayed or negatively impacted. 3. General a. Gontractar is re�pansibje for presert�ing and maintaining stakes. If City surveyors are required ta re-stake for any reason, the Cantractor wiii be responsible for costs to periaz�n staking. If in the opinion of the City, a suf�ciant number of stakes or markings ha�e been lost, destroyed disturbed or omitted �hat the contracted Work cannoY talce piaee then the Contraetor will be required to stake or re-stake the deficient areas. B. Canstruction Survey 1. Consiruction 5w�vey will be performed by the Contractar. 2. Coordinatinn a. Contractor to verify that harizontal and �ertical con#rol data established in t#�e design survey and r�quired for cansiruction survay is available and in place. 3. General a. Construction survey will be performed in order to construct the work shown on the Construc#ion Drawings and specified in the Contract Dacuments. b. Far eonstruction methods atner than open cut, the Contract�r shali perfarm cnnstruction survey and verify cantz'ol data including, but not limited io, the %llowing: 1) Verification that established benchmarks and control are accurate. CITY OF FORT WORTH 2O22 HMAC Sm�face Overlay Contract STANDARll CONSTR[ICTION SPECIFICATION DOCi]M6NT5 Cily Pro}eci i�Io. 103455 Revised F'ebruary 14, 2�1$ 01 7123 - 4 CONSTRUCTION STAT�ING AND SURVEI' Page 4 of 8 2) Use of Benchrriarks to furnisk� and maintain all reference lines and grades for tunneling. 3) Use of line and grades to establish the location of the pipe. 4) Submit to the City cop.ies of field notesused to establish all lines and grades, if requested, and allow the City to check guidance systenrt setup prior to 6eginning each tunneling drive. S} Provide access for the City, if requested, to �erify tlle guidance system and the line and grade of the carrier pipe. 6� The Contt�actor remains f�.illy responsi6ie far the aceuracy of the work and carrection of it, as required. 7) Mor�itor lin� and grade continuously durrng construction. 8) Recard deviation with respect to design Iine and grade ance at each pipe joint and subinit da[1y records to the City. 9) 1f the installatian doas not ineet fhe specified tolerances (as outlined in Sections 33 OS 23 and/or 33 05 24), immediately noiify the CiYy and correct the installation in accoi•dance with the Contract Dactr�nents. C. As-Buiit Survey 1. Rec�i�ired As-Bui1t Survey will b� performed by the Contractor, Z. Coordination a. Cont�•actor is ta coordinate with Cit}� to canfirm which feat��res req�aire as- built surveying. b. It is the Contractor's responsibility to coordinate the as-buili survey and requit�ed measu.rements for items that are to be buried s�ich that construction acti�ities are not deIayed or negatively impacted. c. For sew�f• mains and water mains 12" and Rcnder in diameter, it is accep#able to physically measti�re depth and rnark the location dtuing the progress of construction and take as-built survey after the facility has been buried. The Cantractor is responsible for the quality control needed ta ensLue accuracy. GeneraI a. The Cont:ractor shall pravide as-built survey incfuding the elevation and location (ant! pravide written doc.umentation to the City) of construction features durzng the pr+ogress of th� �oastruction including the folIowir�g: 1) Water Lir�es aj Top of pige elevations and coordinates for waterlines at th� following loeations: (1) Minimum every 250 linear %et, includirzg (2) Horizontal and �ertical points of inflection, curvature, �tC. (3} Fire line tee {4) Plugs, stub-outs, dead-end lines (5) Casing pipe (each end} and all buried fittings �) Sanitary Sewer a} Top of pipe elevations and coordinates for forc� m�ins and siphon saniiary sewer lines (non-gravity facilities) at the following locations: (lj Minimum every 250 linear feet and any buried fitfings (2) Horizonta] and vertical pqints of infleefion, curvature, etc. 3) Storrr�water — Not Applicable CITY OF FOR1' �JVORTH 2O22 HMAC Surface pverlay Contract STANDARD CONSTRiICTION SPECTPICATION DOCUMENTS City Project NQ, 1a3455 Revised FcbrnAry 14, 2018 D17123-5 CONSTItUCT10N STAKlIVG AND SUItVEY Page 5 of 8 b. The Contractor shall provide as-buil# survey including the eievation and Iocation (and provide written documentation to the City) af construction featEtres after the co�s�ructio�n is completeci including the following: 1} Manholes a) Rim and flowline elevat�ans and coordinates for each rrianhole 2) Water Lines a) Cathodic protection test statians b) Sampling stations c) Meter boxeslvaults (Ap sizes} d) Fire hydrants e) Valves {gate, butterfly, etc.) ��ir Release vai�es (Manhole rim and vent pipe) g} Bjow off va�ves (Manhoie rim and valve !id) h) Pressure plane valves i) Undergraund Vaults (1) Riin and flowline elevations anei coordinates for each Underground Vault. 3} Sanitary Sewer a} Cleanouts (1) Rim and flowiine elevaiions and eoordinates for each b) Manholes and Junction 5tructures (1) Rim and flowline eievations and cooz'dinates for each manhale and junction structure. 4) Storrnwater—NotApplicable 1.10 DELIVERY, STQRAGE, AND FIANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] L 12 W ARRANTY PART2- PRODIICTS A. A construction survey will produce, but wil! not be lzrriited to: I. Recovery of rele�ant control points, points of cur�at�re and points of intersectian. 2. Establish temporary horizontal and vertical control ele�+ations {benchrnarks) sufiiciently permanent and located in a manner to be used througho�.►t constructian. 3. The location of planned faciIities, easements and improvements. a. Establishing final line and grade stakes far piers, floors, grade beams, parking areas, utilities, streets, high�vays, tunnels, and other construction. b. A record of revisions or carrectians noted in a� orderly manner for referenee. c. A drawing, when required by the client, indicating t}ie hdrizantal and vertical location of facilities, easement� and improvements, as built. 4. Cut sheets shall be provided to the City inspecior and Survey �uperintendent for all construction sfaking projects, These cut sheets shall be on the sYandard city template wlxich can be obtained frnm tha 5ur�ey Superintendent (817-392�7925). 5. Digital survey files in the folIawing formafs shall be acceptable: a. AutoCAD {.dwg) b. ESRI Shapefile (.shp} CETY OT' FORT WORTH 2D22 HMAC 5urface Overlay Contract STANDARD COiVSTRLiCTfON SPECIFICATIQN DOCUMCI+ETS City ProjecE [Yo. 1U34S5 Reviscd Tebruary 14, 3418 017123-6 CONS7'REICTIOI�I STAK111G AND SUR�El' Page 6 of 8 c. CSV �ile (.cs�}, fortnatted with X and Y eoordinates in separate colutnns (use standard te�nplates, if availabFe} Su�vey files sh�ll incl�de v�rtical and harizontai data tied to or�gina] project contro! and benchinarks, and sha11 include feature descriptions PART 3 - EXECUTION 3.1 INSTALLERS A. Tolerances: 1, The sta�ed location o� any i�npravement or facility should be as accurate as practical and necessary. The degree ofprecision required is dependent pn m�ny factors aI� of which must remain judgmental. Tl�� tolerances lisied hereafter are based on ganeralities and, under certain circumstances, shall yield to specific requirements, The surveyor shall assass any situatio.n by review of the overall plans and through consultatian with responsible pa��ties as to the need foE• specific tolerances. a. Earthwark: Grades for eat-tnwork or rough cut should not exceed O.I ft. vertical talerance. IIarizontal alignrr�ent far earthwork and roLigh cut shau[d not exce�d 1.0 f�. tglerance, U. Hnrizontal alignment on a structure shall be within .0.1 ft tolerance. c. Paving or conerete for streets, curbs, gutters, parking areas, drives, alleys and wallcways sha�] be located within the confines oithe site bqundaries and, occasionally, a[ong a boundary or any ot3�er restrictive [ine. Away fro�n any restrictive line,. these facilities shou9d be staked with an aceuracy producing no more than O.Q5ft. lolerance from their specified locations. d. Underground and overhead utilities, sucl� as sewets, gas, water, teIaphone and electric lines, shall be located horizontally within their prescribed areas or easements. Within assigned areas, these uti�ities shauld he staked with an accuraey producing no more than 0.1 ft tolerance from a specified location. e. The accuracy required for the vertical loca#ion of uti]ities vaties widely. Many undergrour�d utilities require onIy a minimum cover and a taaerance of Q.1 �t. should be maintained. Underground and overhead utilities an plann.ed prof�e, but not �epet�ding on gravity flow for per%rinanc.e, should not exceed 0.1 ft. tolerance. 6. Sutveying instruments shall be lcept in close adjustment according to man�faeturer's specifications or in camplianee to standards. TI2e City reserves the right to request a calibration report at any time and recommends regu�ar maintenance schedule be performed by a certified technician every 6 rnonths., 1. Field meast�rem�nts of attgles and distances si�all be done in such fashion as to satisfy the clnsures and talerances exprassed in ParY 3.1.�. 2, Vertical loca#ions shall be established from a pre-established benehrnark and ch�cked by closing to a diffe:tent bench mark on the sartze datum. 3. Construction survey fie[d work shall carrespond to the client's plans. It-regularities or conilicts found shall be reported promptly to the City, �4. Revisions, correcfions and ather pertinent data sha]I be logged for future reference. CITY �F PORT WQRTH 2422 HMAC Suiface Overlay Cont��aet STANDARD CONSTRUCTIpN SPECIFICATION DOCUMENTS Ci .ty Praject No. 103455 Revised February lA, 2U18 OI7(23-7 CON3TRUCTION STAKING AND SURVEY ['age 7 af S 3.2 EXAMINATXON [NOT U�ED] 3.3 PREPARATION [NOT iT�ED] 3.4 APPLICATI4N 3.5 1t�PAIR 1 RESTORATI�N A. If the Contt'actor's wark damages or destroys ane or more of the control monumentslpoints set by the City, tlae monuments shall b� adequately referenced far expedient restoration. 1. Notify City if aa�y cantrol dat� needs to be restored or replaced due to dama�e caused during construction operations. a. Contractor shall perform replacements andlor restorations. b. The City may requi�'e at any time a sutvey "�`ield Check" of any manument or benchmarks that are set be verified by Ll7e City surveyors before further associat�d work can move forward. 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD [on] SITE QUALITY CONTR�L A. It is the Contractot-'s responsibility to �naiiztain al1 stalces and control data placed by the City in accordance with this �pecification. This inc1udes �asements and right of way, if noted on the pLans. �. Do not change or reloeate stakes or con�tol data withnut approval �i'om the City. 3.8 SYSTEM STARTiTP A. Sur�ey Checks 1. The City reserves the right io perform a Survey Check at any titzae deemed necessary. 2. Ch�cks by City personnel or 3`� party contracted surveyor are not intended ta relieve the conYractor of his/her respansihility for accuracy. 3,9 ADJ[TSTING [NOT USED] 3,10 CL,EANING [NOT USED� 3.I1 CLOSEOLJT ACTIVITIES [1VOT IISED] 3.12 PROTECTION [NOT USED] 3,13 MAINTENANCE [NO'T USEDj 3.14 ATTACH�'VIENTS [NOT USED] END O� SECTION Revision Log C1TY OF PORT WORTH 2O22 HMAC 5w'face Overlay Cantract STANDt�RD CD1�15TRUC'ITd3+I SPECIFfCATIpN DOCUMENTS City Project No. 103455 Reviscd �'ebru�ry 14, 2018 017123-8 CONSTRUCTIDN 5TAKING AND SURVEY Page 8 af 8 DATE NAME SUMMARY OF CHANGE 8131/2U12 D.lqhnsan Added ins.truction and modified measurenient & payment under 1.2; added $13 ]/2Q17 M. dwen definitions and re%rences under 1.3; ntodificd 1.6; added 1.7 clasenut submittal requirements; modified 1.9 Quality Assurance; added PART 2—PRODUCTS ; Added 3.1 Installers; added 3,S RepairlRestoration; and added 3.8 System Startup. Removed "blue text"; revised m�asuY•ement and payment sectians for Construetion Staking and As-Built 5u3wey; added referei�ce to seleciion cnmpliance with TGC 2/14/2018 M Owen 2254; revised action and Closeout subm.ittal requirements; added aeceptahle depth measurement criteria; revised list af items requiring as-built survey "duf•ing" and "after" constructiun; and revised aoceptab[e digita2 survey file format C.ITY OF FpRT WQRTH 2p2� HMAC Surface Overlay Contract STAi�if}ARD CONSTAUCTiON SPECIPICATlON DOCUMENTS City Project No. 103455 Revised February 14, 2418 - � � � II � �IT H� S�ction 01 i1 �3.�� � A��a�l�r�en� A Survey ��akin� Standards Fehruary 2017 0:�5pecs-Stds Governance Pracess\Temporary 5pec Fiies�Capital Del9very�Cap Delivery Di� 0�.�01 i1 �3.16.01 Attachrnent A_Survey Staking Standards.docx Page 1. of 22 These pracedures are intended to provide � standard method for eonstruction staking ser�ices associated with the City of Fort Wort� projec#s. These are not to be considered all inclusi�e, but only as a general guideline. For projetts on TXDQT right-o}=way or through joint TXDD'T purticipation, adherence to the TXDO]"5urvey Manual shal! be followed dnd if a discrepaney arises, the TXDOT manualshall preUpil. {http://onlinemanuals.txdat.�o�/txdotmanuafs/ess/ess pdf� If you have a unique circumstance, please consult with the project rrtanager, inspertor, arsurvey department at 817-392-7925. 7able af Contents I. City of Fort Wor�h Contact Infnrmation I1. Construction Colors lfl. Standard Staking Suppfies IV. 5ur�ey Equipment, Can#rol, and Datum 5tandards V. WaterStak�ng VL Sa nitary Sewer Sta king VII. Storm Sfal<ing VIlI. Curb and Gutter 5taking IX. Cut 5heets X. As-built 5urvey 0:�5pecs-5tds Governance Process�Temporary 5pec Files�Capital Defivery�Cap Deiivery biv 01\0171. 23.16.01_Attachment A_5�rvey 5taking 5tandards.dncx Page 2 of �2 � � � Suruey Depar�menf Contact ln#ormaiion Physical and mailing address: 8851 Camp Bowie West Boulevard 5uite 300 Fart Worth, Texas 76116 Office: (817) 392-7925 Survey 5uperintendent, direct line: (817) 392-8971 Construc�ian Colors The following colors shall ba used for staking or identifying features in the field. This i�cludes flagg9ng, paint o# laths/stakes, paint of hu�s, and any identification such as �in flags if n�cessary. PROP05�D EXCAVATIQN ALL ELECTRICAND CON�lJITS POTABI.E WA7ER GAS OR OIL TEL�PHONE/FIBER OPTIC SURV�Y COiVTROL POINTS, BENCWMARKS, PROPER7Y CORNER5, RIGHT-OF-WAYS, AND ALL PAVIIVG INCLUD]NG CURB, SIDEWALK, BUILDlNG CORNERS 5ANITARY S�W�R IRRIGATION AND RECLAIMED WAT�R S�andard S�akin Su lies Co1ar W H ITE :°m i'� �.i� YF��_C}W �Ei�1�l�F. Pi�1t� ! f 3:.1' �' � 4{ . O:�Specs-5tds Go�ernance Process�Temporary Spec Files�Capital Delivery�Cap Dalivery �i� 01�0171 23.16.D1 Attachment A_Survey 5taking Standards.docx Page 3 ofi 22 Item iViinimum size il�. Sur►re E ui meni� Con�rol and Datum Standards A. City Benchmarks All city benchmarks can be found here: htt�_://fort+nrorthtexas.so�/itsolutions/Gf5/ Look far'Zoning Maps'. Under `Layers' ,�xpand `Basemap Layers', and check on 'Benehmarks'. B. Conuentional or Robotic Total 5tation �quipment A minimum af a�.0 arc-second instrument is required. A copy of the latest calibration report may be requested by the City at any time. I� is recomrr�ended il�at an instrument be calibrated by certified technitian at least 1 occurrence e�ery 6 months. C. Netwark/V.Fi.S. and static GPS Equipment I. It is critical that the surveyor verify the correct horizontal and vertieal datum prior comm�ncing work. A site calihration may be required and shafl consist of � at least 4 control points spaced evenly apart and in �arying quadrants. Additional fieid checks of th� horizontal and �ertical �ccuracies shall be completed and the City may asic for a copy of the calibration r�part at any time. Netwark GP5 such as the Western 17ata Systems or SmartNet systems rnay be used forstaking of property/R.Q.W, forced-main water lines, and rough-grade anly. No G.P5 staki�� for cancrete, sanitary sewer, storm drain, fina� �;rade, or anvtitin� that needs vertical �radin� with a tolerance of 0 25' ar less is allowed. D. Contro! Points 5et I. A!1 cantrol points set shall be accampanied 6y a lath with the ap�ropriate Norfhing, Easting, and Elevation (ifi applicable) of the point set. Control points can be set rebar, 'X' in concrete, or any other appropriate item with a stabl� base and of a semi-permanent nature. A rebar cap is Qptional, but preferred if the cap is marked `control point' orsimilarwording. II. Datasheets are� rec�uired for all control points set, Datasheet should include: A. Horizontal and Vertical batum used, Example: N.A.D.83, North C�ntral Zone 4202, NAVD 88 Ele�ations B, Grid or ground distance. — If ground, pro�ide scale factar used and base point coordinate, Example: C.S.�.�0.999125, Base point=NortM: �, East=D C. Geoid model used, Exampfe: GEOIDI2A 0:�5pecs-Stds Governance Process�Temporary Spec Files�CapiYal Delivery�Cap �eliuery Div 01�0171 z3.16.Di_Attachm�nt A_Surwey 5taking Standards.docx Page 4 of 22 E. Preferred Grid �atum Although many p{an sets can !�e in surface caordinates, the City's preferred grid datum is listed below. Carefu! consideration must be tak�n io verify what datum each project is in priar to beginning work. It is essential the surveyor be familia�- with coordina#e transformat9ons and how a grid/surface/assumed coordinate system affect a project. Pro'ected Caardinate 5ystem: NAD_1983�StatePlane_Texas_North_Central_FIPS�A�2d2_Feet Projection; Laml�ert_Conformal_Conic Fa Ise_E asti n g: 1968500, 00000000 False_Northi�g: 6561665.66665667 Central Meridian: -98.5000000� Standard Parallel 1: 32.13333333 Standard Parallel 2: 33.96666667 Latitu de_Of_Origin: 31.66666667 Linear Unit: Foot_US Geagraphic Coordinate System: GC5_North Am�rican_�983 patum: D_North_Am�rican_1983 Prime Meridian: Greenwich Angular Unit: Degree Note: Regardless of what datum each particular pro}ect is in, deli�erabfes to the City must be converted/translated into this preferred grid datum. 1 copy of the deli�erable should be in the project datum (whate�ver it may be) and 1 copy should be in the NADS3, TX North Central 4202 zone. See Preferred F'i!e Naminq Convention laelaw F. Preferred Deliverable Farmat txt .csv .dw� •10� G. Preferred Data Forrnat p,N,�,Z,D,N Point Number, Northing, Easting, Elevation, Description, Notes (if applicablej H. Pre#erred File Naming Conv�ention This 9s the preferred format: City Proj�ct NumberTDescriptio��Datum.csv Exam {e for a ro'ect that has surFace coordinates which must be translated: �ile 1: C1234 As-I�uilt af Water on Main 5treet_Grid NAD83 TX5P 4202.csv O:�Specs-Stds: Governance Process�Temporary Spec Files\Gapital Delivery�Cap �elivery piv 01�0171 Z3.16.01 Attachment A_Survey Staking �tandards.docx Page 5 of z2 �ile 2: C�.234�As-built of Water on Main Str��t�Project Specific I�atum.cs� Exam Ie Con�rol 5takes �:�5pecs-5tds Governance �rocess�Temporary Spec Files�Capital Delivery�Cap I]elivery �i� 01�0171 23.16.01 Attachment A_5ttrvey Staking Standards.docx Page 6 of �2 � � � � � � � � L� � W Ci7 � � � �-- � � � � � ��� � ::-, t v: . �.� �i = I �.�� . ` L. �f i " �i �Qi� � �! � � � � � � O � J O � �--- � � U I, �� � � �L � 2 � � � � L�l � G� � � d � � � � 2 Cl7 � J (/] w � m � � L7 �� � � }-- d � W J W EL. � 1 �D. DI�' {!3 L�J � � � 0 � 0 � � N=�J(�OO.DO E_ �QQO.00 o� � W � � � � � � � Q _ � � � � - _ � Ui � � _ J � � W �� m� w � � p V. l�later 5�akin S�andards Q:\5pecs-Stds Gavernance Process�Temporary 5pec Files�Capital Delivery�Cap Delivery Div 01\0171 23.16.01 Attachment A_Survey 5taking 5tandards.docx Page 7 of 22 A. Centerline Staking �- Straight Line 7angents I. Offset laih/stake5 every 2a0' on e�en stations 11, Painted blue lath/stake only, no hub is required III. Grade is to top o# pipe (7/P) for 12" diameter pipes or smaller IV. Grade to flow line (F/L) for 16" and larger diamefer pipes V. Grade should be 3.50' below the proposed top of curb line for 10" and smaller diameter pipes VI. Grade should be 4.00' �elow the proposed top af curb fine for 12" and Iarger diameter pipes Vll. Cut 5heets are required on all staking and a copy can be reeeived from the survey superint�ndent Optiatral: Actua! stakes sha�ll consist of a 60D nai! or hub set with a whisker B. Centerline Staking - Cur�es I. If arc length is greater than 100', POC (Point of Cur�ature) offset stakes shoul� be set at a 25' interval II. 5ame gradingguideiines as abo�e Ill. 5taking of radius points of grea�er than 100' may he omitted C. Water Meter Boxes I. 7.0' perpendicular offset is preferred to the center of the box II. Center of the meter should be 3,0' behind the proposed face of curb III. Meter sho�ld be staked a minimum of 4.5' away from the edge of a driveway 1V. Grad� is to top of box and should be �0.06' higher than the propos�d top o� curb un�ess shown otherwise on the plan5 D. Fire Hydran#s I. Center af Hydrant should be 3.0' behind praposed face of curb II. 5urvey offset stake 5houid be 7.0' from the center and perpendicularto t�e curb line or wat�r main Ilf. Grade af hydrants should be +0.3Q higher than the adjacent top af curb E. Water Ualves & Vaults L Offsets should be perpendicular to the proposed water main U. RIM grades should only be pro�ided Ef on plans Exam le l�laier S�akes O:\5pecs-5tds Governance Process�7emporary Spec Files�Capital l7e�ivery�Ca.p pelivery Div 01�0171 23.16,01_Attachment A_5urvey 5taking 5tandards.docx Page 8 of 2� �� � � � � � �� 7' d f 5� 4^f f L � W � � v� .� � � � � � �� � �. � w L�. � � .J. S F- d � W � �. � i'L�.1� �C � C? �J � � �� � st � �� �� w J Z C7 � � ��q � N Z } � � � �U ���� ��� �' J l�i�`,��� �F-C9� �'a/s�wfL � � . � � w � w ca 4 � p � fl � � �� � z 7a17 EL.- i01 1S' �� � � � � � � Q � � � � � C77 ,� � C-3,62 S� �s7' �� �� � U � � 5 �d�y� � � � 4�� � 5TA=1+72.81 F C-3_81 � 0 W W �� �� w� [.T a- � Z i:? F � {l7 w d � a a r � F W a � � � I �� t U v, �i- �� � O � 3 d �� �� 1419 � 10Q.0 +j � w � TrJ o z q t�n, o � a � x VI. Sanitarb Sewer Sfiakin� 0 �o �� �� �� rs �� m� �� 0.p m� � 3 ya � � � � � �_ �x �O ��� wQ� J J �m � on ���� �a�� W� = m i O:�Sp�cs-5tds Governance Pracess�Temporary Spec Files\Capital Delivery�Cap Delivery Di� 01�0171 23.16.01_Attachm�nt A_Survey 5taking 5tandards.docx Page 9 of 22 A. Centerline Staking— 5traight Line Tangents I. Inverts shall 6e field ver�fied and compared against the plans befare s#akin� II. Painted green lath/s�ake IN1TN huh artd tack or merker dot, no flagging required IIl. 1 affset stake �etween manholes if manhales are A�00' or less apart IV, Offset stakes shauld be located at even distances and perpendic�lar to the centerline V. VI VI I. Vllf Grades wil! be per plan and the date ofthe plans used should be noted If multiple lines are at on� manhole, each line shall have a cut/fill and direction noted Stakes at every grade break Cut sheets are required on a�l staking Optiorapl; Actual stakes sha!! consist of p 60D nai! or hub set wrth a whisker B. Centeriine Stak9ng — Curr►es I. If arc length is gr�ater than 100', POC (Point of Cur�ature) afFset stakes should be se� at a 25' inter�al II. Staking of radius points of gr�aterthan 10D' may be 4mitted C. Sanitary Sewer Manholes L 2 offset stakes per manhole for the purpose of pro�iding afignment to the contractor 1L Flowline grade should be on the latf�/stake for each flowline and dir�ction noted III. R!M grade sho�ld anly be on the stake when provided in the plans 0:�5pecs-Stds Go�ernance Process�Tempora.ry Spec Files�Capital De[ivery�Cap Delivery Div 01�0171 2�.J.5A1_Attac� ment A_Survey Staking 5tandards.docx Page 10 of 2� �xample Sanitary Se►+ver S�akes � � � � � � '<C � � � W f� � � W ��� �. ��� � � � � � � � T�� � � �� f $ `r. �� � 9Tk='1�+-7tm �.v� C-�4P➢' �z G-+M1E � � t� � O ��� � ��_ .,� �r,/� # UJ 9Ctl0 SV p. �4 12' 0�5 � SS � I S7A-3+71� �tn C-3°ti- ��.x C-3� ��a� C� w �—�- � � �y � Z � ��� � � �' l'�f$ �, S� � a � �: d � W C � Nw � � �Q Ui i: � � u � � � � -+ r �w � �P � WI h i��i � � �. ��', u' � �[� n L --i F�" � �" � V'= � � � � CJ �� /ti � 5�7 r I� a �I � ��� � � � � � ,��� � 9 H � � ! �' (�f {� � I � STfr�.c � W � � r �-. '� � k� � ~ ,L, � 6 � 12' Qjs � Ss � iA—o-En�. � e—a� �.v, �a�- a C-Q� �� L� � m � ��r" s� �o = F i � }-try � c3 O �" a � vr u ��� �� �� 0 LL � o r p F �G. � 2� � �� az �� ?� x ca � C-0°e �'� � ��- �, � �- � ����� ��[, K:-. �i ti�y6" � � iy h� � �j���� �� "��1� H W: � f � � O f Z���� � F���� ����a ����a r�. u� ua Cj wm'J`�� 1t85 � Cr4� 0.- C3 � z W `� 1x �� �� wa N �F a 4J � �� F� �� i?�w � 4 W � � �w 6 �� I� a� � �� �� a us+ �a W F� F� � � o� Wp � � �� � � A$ �J � � � � � I � [7 (L L � SR �+� w z � F�� � a�� ���� � � � 'r� ����� ���Ci ���� Lx a��_^P° �zz� a� w s�i 0:\5pecs-Stds Go�e�nance Process\Temporary 5pe.c Files\Capiial Deli�ery\Cap Delivery �i� Q1�0171 23.16.01 Attachment A 5urvey Staking 5tandards.docx Page 11 of 22 Vll. Storm Sewer � Ir�le� 5fakin� A. Centerline Staking— 5traight Line Tan.gents L 1 affset stake e�ery 200' on e�en stations II. Grades are to flowline of pipe unless otherwise shown on plans III. Stakes at every grade break IV. Cut sheets are required on a!I staking Optronal: ActuaJ stakes sha11 consist of a 60D narl or hub set wrth a whisker B. C�nterfine 5taking — Cur�es I. If arc length is greater than 140', POC (Point of Curvaturej offset stakes should be set at a z5' inter�al II. 5taking of radius poinis ofgreaterthan 100' may be amitted C. Storm Drain Iniets I. Staking distances should be measured from end af wing II. Standard ZO' Inlet= 7.6.00'total length IIL Recessed 1,0' Inlet = 20.qp' iotal length IV. Standard do�t�le �.0' iniet = 26.67' totaf length V. Recessed dou6le 1(}' inlet � 30.67' total Iength Q. Storm Drain Manholes I. 2 offset stakes per manhole forthe purpose of providing alignment to the contractor !I. Flowlin� grade should be on the iafh/stake far each flowline and direction noted III. RIM grade should only be on the stal<e when provided in the plans 0:�5p�.cs-5tds Governance Process�iemparary Spec �iles�Capital Defivery�Cap De�ivery Div 01�D171 23.16.D1_Attachmerrt A_5urvey 5taking 5tandards.docx Page I� of 22 �xam le 5i�orm inlet S�akes FRC�NT {51QE FACING �) B e�i� f1 {�oe v.�ar+c e.aw.) 'j� � iK71HT # � 1 HIA ELE4A7fLH � .� �g �a --J.-�� � r�. �= I .�; _ _ � rr = f' f= � ,�.�_i � �_ D �'. - . -=;:i�l�: � ..' ^,��-! ���� {soE Fannc A.aw_} v�r�r ► �i �3 I HUH FlEV7Ll[OM � I �'� �� I '� � !� �.. ' �� - FR�N T (SI C7E FA�I NG �.) � �� ; -° � � �� i� �� ! r �� � � � i i � �,��,. IUEhElIF1E'S l4HICH t� END OF THE 'hiNG � 90NG STAKEp i � � � I '� � �� I���� � i � , I -� � I �� � ;, �, �_.,�p�_ � � ,; I � E� ,�,: �I�i n, �m� I � . i � � il 1, � � I � � �E � IEJENTlFlE511H1C1-I � f3JD QF THE ti�1N6 � ! BEING 9Tl10EU � � I� � � I� IHLEr �ThnoN � �. i; (iF Hono a�� pv.ras] �� io�a'nr�es c�,�u� ! � To rcP a� �ae 1 � i� I �'. �II�EMT]FIEfi Cl2ADE � n ;� ro �wur�E ' .� l� i �!; STAMDAk2p 1�' — 16' R�SSEQ 17 = 2!p' 5TAH6ffi0 dC7JB1..� 1Q� � Pfi.6Y , RECE55E6 driJBLE 19� � :e(L67� '� HU8 Vr113i TP�K j ----�-------- ----- "----------�.._ --� ^ � � I I 9k13C CF INLET ��I I'•'i.� '.ii-�'�� .A.—� i� '��"• � �Y1 � • 1 NI i�. ~ �'{ Oy �� �1AT�H4L� -•. a� Q I a�n+ ,: � ri :,;F �'� � ^ _ BACK f7F ClJR9— — � FLdhtINE J � � E6G£ 4F pAV6AEFlT .4.• _ i,�. _ - ' ,i_ Fh[E f1F INLET + FACE CF�INLET EAG� 4F PA1�E}AIIJT OF BA�:K [3F CURB — — FlS?'7rlJNE — — — �QGE # PA'vEkiEN7� O:�Specs-5tds Gvvernance Process�Temparary Spec Files�Capital Delivery�Cap �eli�ery Div �1\0171 23.�6.01 Attachment A_5urvey 5taking 5tandards.dacx Page 13 of 22 VIII. Curb and Gutier Sfakin A. Centerline 5taking-- Straight Line Tangents V. 1 offset stake every 50' on even stations VI. G�ades are #o top of curb unless otherwise shnwn on plans VII. 5takes at every grade �reak Vllf. Cut sheets are required an all staking Optionpl: Actual stakes shal! consist of a 60D narl or hub set with a whisker B. Centerline Sta[cing — Curr►es I11. If arc fength is greaier than 10p', POC (Point of Curvature) nfFset stakes should be set at a 25' inter�al IV. 5taking of radius points of greater than 10�' may be omitt�d 0:�5pecs-5tds Go�ernance Process�Temporary Spec Files\Capita� Delivery�Cap Delivery Qi� 01�0�. 71 23,1fi.Q1_Attachment A_5.urvey Staking 5tandards,docx Page 14 of 22 Example Curb & �u�ter S�akes F� �N T (51DE FACING �� �� 5 i p �� FR�JNT (SIaE F,4CING �) �,i � � i, i ,� i �� F�a�T m��+n�tEs sTnaT �G , (�pE FACkN� �:i rnrvT aF a�Rv�n�R� i�l ,� I � i �+ ��'i � ��� FF�OPIT ic,�n�g eao {SDE iAC3fi0 `�} ��71HT G/F r ac�r ���1 � �II eGl m �PT a �ifq � ���.ri'� �� iao�nFl� o�ger �s ro �' �� ' l' u QACY; CF Cl1RB CR FfC rfp p • 4I` � (SIDE FA�IMG R.O�'N.} I � Fnc� nx cufta � i� ',�,i; � � � � y ., P O i N T ��,SgJ� {�' I �� � I' Nli � � � � � IV1 + i �N � I _1 I� f I! I ° r i ino+nFl�s cs�noe is ' � �-- a 1 I I I n. T/�j �o rar oF our� : ,vp Gaar,� aH HUB ELEVATEOhJ � i �* � HAPIUS PCSNT5 � �'-�—� � I 1�1 s ia l � �I ;11 ; � .. ,_ �. ; —�.—:�__a� � � j ti , I i , � , _� , ; � I � �� �ti,,._ _� �,1� f � � �� � � I i. '�?r�� l/ � f t J I � �.�.�-_'_�� � y ! J i 1' i � !�v'! I � J � . � .�.-''s��—, { ff ff �f ! �_�_�.� i '�`�g,� s�' � fJ '� %f !/ `.� f � r .. 1 / J � �,,.�--_.�;,,..� �' r �� f f �! ��i� TOP 6F CUR�3 ''�r -� 1 �-'J.-' � � �� ' r F -1�-=' �'' � l �r"� y--��.• / ���;� _ ,� 1 ., �� _r r r ��,.r -'!� �,r''" r:���r _ .ff.� e�c� aF cu�� `��` r xx _— �„r— r_ �� � � ^ �� Y �r'� rYr ��5,�� �rr � l � F�.GE {3F �URF3 ��� i x `�� � (��� � ---�- ` ��� FL.�VYLI NE EDGE OF F'AVEMENT Example Curb � Guiter S�akes at In�ersec�ion 0:�5pecs-Stds Governance Process\Ternporary Spec Files\Capital aeiivery�Cap �elivery Div 01�0171 Z3.16.01 Attachment A_5urvey Staking Standards.docx Page 15 of 22 � � ��� � � ���m � � 9b 1p � � `� � 1.0'...0/S \ STh=2tS0 ti �-F��O� _ _ ., ,.� �--_.......,:_ � � `� �------ - m - -�-- - � � � � � � �G 4 � G��,� ,0� ,���_�-- �� w e�� � � s � w 0 � r; — � — _. � V � 6 � __., � � � � N b � p � � —] O J � O U �j Q � O X +L � Q � _�: — — � � � � U M a ?t � � � � � F � ��� � �� a ir � wo 4 ��m¢ ,Ol --m� �''��v~i � � Q�,�� q �� � 0 � o d = � � ��� � ab M � �a� �` F f ti° � f o��¢ g���'� �� � �� �YWYd- "f ���v, h� � ✓7 '�W��7 �� / a� �°' — ti�.}�_.q �.p. _ I I� �� ��r��wlsia xvn ,os � a Vl, � a �� F � �� � ��� � ��� �O1 � LL � p � (?d . �a�� �Q �a�8 p I 3JtJUJSIA 'XYlY .C}S I C7 � � I � r � '� a���-d '�; ♦ � �� � �.wW� sti ���� ��� ���� 4�"' p- a�(�� 3 lu � �� a.%ii s d �^cC1 � ,0 4 � ----�' � vZ a a(� � F QxLi? � _ aa� a� 4 1 y� � p.-" C i � �- � 9 � �� �. � W C � �� g� o��� � O:�Specs-Stds Go�ernance Process�7e�nporary Spec Files�Capitaf Defivery�Cap peli�ery Div 01.�0171. 23.16.01_Attachment A_5urvey 5iaking 5tandards.docx Page 16 ofi 22 IX. Cu� Sheets A. Date af field work B. 5taking Methad (GPS, iotal sfation) C. Project Name Q. City Project Number (Example: CQ1234} E, Location (Adciress, cross streets, GPS coordinate) F. Survey company name G. Crew chief name H. A blank template can be obtained from the survey superintendent [see item 1 ahovej Siandard Cit Cu� 5heefi Date: City Praject Number: Project {�ame; ❑ TOTAI. 5taking Method: ❑ GPS 57AilON L.00ATIO�i: CONSULTANTICON7RACTOR SLNRVEY CR�W iNITIALS ❑ OTNER . � � r�r� x r�rn wn� Tn �, ntinn i�i� nsa rno n� r_t ��tR � �N� FSS OTHERWISE NOTED. t►��. ur�nuL.,a n��L � .� ■ �.... ��..� .... . ... _ - - -- - - --- - �FFSEi PROP. STAK�b _ C�T + �{LL PT # STA�IOf� ..LTI-�RT DESCRIPTION G�p� ���V. O:�Sp�cs-5tds Gavernance Process�Temporary 5pec Files�Capita! Delivery�Cap �elivery Div 01�0� 71 23.16.01 Attachrner�t A 5urvey 5tafcing Standards.docx Page 17 of 22 X. As-huilt Sur�+e A. Definition and Purpase The purpose ofi an as-built survey is to �erify the asset was installed in the proper location and grade. Furthermore, the information gatt�ered will �e used to supplement the City's GIS data and must be in th� proper format when subr�nitted. See sectian !V. As-�uilt sur�ey shoufd include the following (additional items may be requested): Manholes Top of pipe elevations every 250 feet Norrzonta! and ver#ical pornts of inflectron, curvature, etc. (.411 Fittings) Cathodic protection teststptrons 5amplir�g stations Meter boxes/vaults (A!! sizesJ Fire Iines Fire hydrants Gate valves (rim and tap of nutJ Plugs, stub-outs, dead-end Iines Air Release valves (Manhole rrm ernd vent prpeJ Blaw off valves (Manhole rrm and valve lidJ Pressure plane valves Cleaning wyes �lean outs Casing pipe (each endJ lnverts af pipes 7'ur6o Meters D:�Specs-Stds Governance Process�Temporary 5pec Files�Capital Delivery�Cap Delivery Div OZ�6171 �3.16.01 Attachment A 5urv�y Staking Standards,docx Page 18 of 2Z B. Example Deli�erable A 1�anr! written red line by tf�� field surveyor is acceptable in most cases. This shauld he a copy of the plans witl� the point number noted by each asset. 1f the asset is missin.g, then the surveyor should write "NOT FOUND" to natify the City. 0:\Specs-Stds Go�ernance Pracess\Temporary 5pec Files\Capital f�elivery�Cap Delivery Di� 01�0171 23.16.�1 Attachment A_5urvey 5taking 5tandards.docx Page 19 of 22 � L ' 4Z61d�x 'oW's4'aF�w 4 ndN aGsmnN 1,73fa1a ��A' Y'dd - Mn f/f3lL�Nid3N N3 3SY1u.Y5 WN x prM ,� ��F� 6 �'�7 '7. 1L�g ex � � S� a pe �� �Q ��� j. ��y �y y �^l j� a s g��� p "� �f 4� B� ��f ��� ��a���a�l�i� k ��y �ai� � `� � �rs �, IIggI ,.� 1e ��p;$q��,��3��d���Bl� a�a � ti I y � � r � � d a6 i� I� ��k � Es�y F�ab�'�x�y,i q° �� .�9Bi � ����! � �5 'z Sq °.J''�`idI � �p ��a����£� ��I� �[' � 1' ���g ��� 1 �S1 � � a � �Y �p° �8I�1� �:ki�c�.. �£� � ' � tR � ;' �� �. F ��� d��� � � �� � � ��� �� a s }f$, �� �� � 6j dal E. �� � � !!�� � �B�iEBEi�P��e� �' .IL�iI���� v i '�L���e4�� � . _ .--- —. � �a��s;. �} $ . e! � � as•avls 3xn h�lv�r ��'- �:i��'-.-: � 5�33�_�_. '" ' -- _i'T �L...1---�-��}��rvY1F 3Nil t+3AYA' i . _... � "'�, r r ' n'r I �C� �.:ri"=-[ _ -- + }:- --ti�{� '�3 'ti ._ a-lJfi� --I�. . �G-- � �� � _ _1s'7��.��¢ � ��S [i}.: ����:,,y.i. : _I=. �� . -~ � � � + ! � _�'- ���# i'3 �� � �+3� ��'i? �u ;� G _��„�i{-- i _' a9:��h•} - 3p F�.,,_ __ �' �.: i ._� tF� �-.I�• � �3 �� i _��- ---ry '��..... ` -,.,�T� t ; ,'��� - �_C�__ .� i�-.-�-�;;. ,�f- �---�� `�'=F -, ..; • �'� � . � }� .�.�- � - - _ � .'-�� i — - — _ � `� . _==,;; ��--� �i:�,,;,. , , . =�i--�..�'�� - =�-i1== ic3' � a `-' i . _ � ..I� . �� I .. =.i.�_, -_ . � � ` `� � �' — - - � ,� � -� i .. ' � —.== --.-- �a ; o � �a�l { �';'Si�--� ��4--� _ -. ?i '�.,� �� � I � � � � -- � � � w .. , ��. -. ��F q U �II � �-'� . � +�+ :+��'k' . .: 'y' :if --. a -.� 1 � � � a ' . .. �' W � �I ' � ,& / :C� � - ' � � �'�f+ � ' �-,! {' : � -' -'-� � � � �. !� �' Q -- � .. i—t'. �' .I-�� � . ' �` ' 'r -- -' � ' _��:. ,.+ _. ""f , -� T��"T � �� rg � � ,�� r:� � �, . . - � - �" . . � � I S qI ' . � � J ' yJ "___-.�A ; F� a�l.{ --. ' I' _. _._ f1, ��i,' � - - � �� � 1�: y� '�9j�+ Yi �`y I "' ""'_" . "' _"_" 4�' I __' ' : � S1 I 6�Q ! /- �$I? . ; �_' — _y'�rt L - 7� �Tr � � L ! I' �e� i� 4�` - I� ' i'"—" , � I j,[ �i ��� �j �, ���i� f�� �I..'I;I� __� ' j � �VN'..""' I � —•��- T. �h!� +i� .._.-_.�. li.' -�.. :. -"_�v_"' "Y' I ,"y'�i ' �.I �q'��'����� € ,� ' . h a I 1..a'� :. i . �M �� �rte "� i . _ 9. '� I I .. "I _..I ��I� . , �'t . . : - �. 4 gC � G}#��� �[ ¢' 1 f � ���� - �� -�- I .'i 2� .. � � � {!� n�6�4� _ � ' -j •:.� � . - . . :_. ' i � 4?C . � -- ' 6 y ` � �I�:.�� _ � '.11 � �� �1� j � � '� +�i � �� u il�r�SY:}. ..._ J+ 1 �t . -� I' _y_1 I 'r ' 1 I' � nlj� GO.�� � `rn�9�lliv' = -� -��d}; o� nr.d �; � �� _ � - a � g f'� � �..--w,�'. . '"' -� � - �a x� �� � G� � � _ -- � I :_ 't' � - s~P.. � e I -� il:� ] � '`� � �C �� �Fj' ' * 1 ����1 __ � ;R;� � \ p� � � � - ..�. �. #���- " "'f z �.:��:. : �[ -"4?*a'w ����4�� .�,d A' � ��� §��yp$p "_ ��;,r;,'�la�''_ �, ,��. . _ _ , .4 — .. y,��+ `� y $89�84� ' � �rlhW��h} ""� �-.Sd j� � f' ..._ �:..� , ' y� � 3� �� �� : �r,o �� � \ � _�.-,..---.__ ,' , �==:i ..__---� g ��ey � �(�$g �{ � ._11.� _� _ � _ .� �--�'1:i'-. I }{9R4"q� ���, ��.�i'�6 � y '-'• � � �1 _ { ----_.I-`�_ ,�a 6ti���a � ���� � �' E i _. � � f' � _Y � ��� _ _ _ J , , I_ I ', "� '',' J � , �' '. 1 Q:�Sp�cs-Stds Governance Process�7emporary 5pec Files\Capital [}eli�ery\Cap Deli�ery Div 01�01 71 23.7.6,01 Attachment A 5urvey 5taking 5tandards.docx Page ZO of 22 0:\Specs-5tds Go�ernance Process�Temporary 5pec Files\Capital Delivery�Cap Delivery Qiv �1�0171 2�,16,01_Aftachmerrt A_5urvey 5iaking 5�andards,docx Page 21 of 22 � g :. � 3 � � a I �Y � � gs �� ��k�� �� � Bs����a $ `' � i �� � � � °�a�, �� � ,� 'g� �� i������ ��q i! �' �u �"'r� � � �� ��9 59g s�e ���� �� +G�����r+�i �g: � �x9�,� : ;� ��'� � ,;il.}7' _ Cf'�,��,�nti S<� , �¢ �9� � � � �� �� �B��I,.�E' �a�� �,d� � s�6� � � � � �� � ;� � a;`���� �� � � � � �� @� �� a i�� � A ., �; � . ! .s � g � :�7�� ;y f� �B� ��� � ����u'�i����AL�� kb�e r:5jr� � �� � ���3f� �� � $ �� �� � 4 � ,�a � � " � � _. � _ , ; ;�.: J��i .� I�i i _. .5� k �`� rr�f I �, ; ! i .�� Y9 p . 4 �• � K � �� G(� € � " �„� a � u ��� � � e I � � �' f�: I .� E ���� , :3lE,� • y� '- �._ ` � � �3 � { i 4� V + �eF� .S�' i �g���' .5���� � � �, � ,� � , ¢, ' �;� ��, .:� !' � � „" Y' yo � � 4 �� Q�°�� � r �y }��� � 9t� �� � �� n� w� � '_—'I' ._��VW „ ;� ��� _' � -i"-J=' --�-[ -':' � " ' ':. �r: �inTr- '� �y4�Y-!.I�1+���I,�t!11 I..._�il' iT]'l . �', .. 'rll.�,. r�.i. }.'l%' , :w:''':: �_�;� . I =�f: : I. _. �..,.: :.� = ��,1._... . 1 �M T.L.---1. �.�.._ � 'W � .II; .�I �":II .��,1ry :_�'; I� '� r � ia 'r� �. �IF I�I:�_�'�_ I'� _... ' l z�5`� II ti.�. '�' ��'_ _ ;;; ��;�� �.�.i;; � :: : =i��� _;�+�� �j" =:� ' ''j;.lI �'', �;I� � �� �. �= `f° �;°._:ii��� .. ,.. .; �.r.�,�:���,� ';;;� f � , -�., . .a � ,.�'�.�F:.;-� R _� _�y-,�„ �Q �� �� _�—;.,_�_.� ..+ .�� . ;',i ;,,; ,,,,,;; , , ,,, � � ,� :I'' �� ���� i. �� �.fL � -"��'.` ��I � � � _����i "'�y � �; r � . � �� , F_.,_�� ., ,.,�. I � �', , ��r�,,,.,J."�.,..: �:, ;, :r'iF :���, � �qg��d �'� � I : � r.�' �" ..�..� .II � I il'T- � � � °$i ua li .'P� -�.�:��.�' . �. � ._.�� i :. .., Y�r y@p � 1', �; =� !� � �� �a �� , �' � � A�1,`� �'I � ����� �XS �� I'� �I' ���5�� iJ M1'r.�..r.. .:���� I_ _� �: _. i�� ���� �������� ' .. ; ; �, T��-- .1. ";I'-'� •� i �1 � �' '� ; I ; : ���I�i .. . . � _ _...._..; , �. ` -; `=�- 'I .�Ili _i.: ._ ' _ �4j�� — �I `';� � = � ����� � �'—� i � �! ,.k � �'I� ,._ I I i ' �I � . �: ' ''��--�� � �.� ' I.I. .II�' -. _.I. .' i � k� �.I' �i.- � ��� � "�1� � �`j� �� ' i� � ; ' j ;'I � i �_'i'�j�*'� '. : ; � �� � �-'�: . C,/� '' I. i� �I.:%'i . �..i �' � : ..I.:' 'iii"�'; �� i" . ' I, ! � �� ��- �-� '`��i-.'��j�::: ��;:i;�' !�I..�.,��'.,;� � .O �t' � �_�E'' '.'i" '.'7� � �;. p��i �:r---����5 .��3'-`�+ .I �,�.. :� �;,� .� . k.. � ;O �a � ...-����..._.:i;IC"-� . ��i�.�,t'ti ���, , Cti'� ¢ I� , . � . � , �. !,� tl��� . If . �� �� 'i . i• I s �. ., �; I �.. , . � .. � ., �i ,:� ,. � . , .. : , ;i _'i �! X -�i. __.::. �_��� �,. ,. �i� ,. ..: . :�.�.,,, �,,.I� �, � } �; �� -�,— � � � _.. . . _ .... , .. _ � ... . � o� � � e .I �_�,_... ! :: _::ti:� I. �_ �i...i'"����„ � . .. I ..i + �� ' ' ��-:' � ��.' F��_ �II: ..1.:_.. , �.�';�i� J��',��1�� „� "� � 1� q � , . ' I I. �.......i;� �.' ,` y i+� 4 �I� _ i ' �� .il . i r' ii��l .-i '.I�... _ c.� I__ .. ��� i? I. � f�--��a��i`i C:.I�il ,,..;i :. ��'r: ' y ._ .i.:_ i' � . .: : � �:T . - ' I I . I—.�._.., i . � r x�. � ��'� �� 'I _I . � '�_I�''�il'� I�! I''�-' I��I �I � .. I.����i. :' II'll'�� ' I . . i °. .il_�.i .�.I: ��..._ ' � ' -I�- ' ' �I„ i'.��i d,� �� . .�.. .. � I r�� I , �.} � �.:';'.i_��'-..;:,_..� �.� �.; ,�.:,.�,�;. .,: __;. ��� � ;�;- - �: �.�;�'.I: � ; r :�.,�*�Y � g a� �. I. �r �..-��- � ;�i � + :� i .� I�, !:F.. ,:F;�i� ':,�i i �� . f._:;. .I� . �: ��I _ �". � �:.. I � . .. � �-�f � '�� �- � "I � ��:�;.I : :- �--F;,�:i7_ : ? f ���� � j' t'''.! f � �� '� �-_ :f:�; :;�� a� ..___���; .��,�,�. , � .�.:. : .:...:+ , � ��� �� ;r;�. � ,._ ..; i;..--:-'�,.. ,.,:..�-.._��.._� �_ ,;�.-��� �,�.,; �: ���� � � -� .._.� ��� _�: � �.{.;1 :�,:��,,:��:__�r � :..��� ;. ��;- - �.:._,;.. ��� ����°� �� ��� ., : �� � �i; ��.��;.. �. .� .. .,�. �p ���f¢�� i`i '�',� � II ; �,�, �� _li ���;-�; :;��'����I:i �� � i� � — a. a�dl � � ;+;...., •�::�.. �i �� -:r;��� :.. ;i_� 1�,��.=.�i�� a � I Tr�� ,,;� ��l'�ry ..i i��.�. y+ ..'ii�: I'f'� � � ':,I� �� � �a,����w,�;µ.��s�; ��f_,-�:.�= -- �y 7'� � ' u , �-�� � i �� " �� e� �iii;' �i�i �..i.lf.l'...��1.. . �.}_ ..I�,�;��;'��-��'�.,; �, -: . . ._.. - ,{'.. � � � I � . '� , �� . �_,---: .I: ,r.�!�'._ � ��il +�'��� � ,.i � i. _ . j�' .i :,7�-, ?"-�.r :1�, r.,���1-..; ,aii:-". d:.?�;. ��i ��;-� ��'-� _,�..-� , n ,3 - ;.�r � - .. , i 23.15.01_Attachment A_5urvey Staking Standards.docx Page 22 of z� � i �i 23.16.01_Attachment A_5utvey 5taking 5tandards.docx Page 23 of Z3 Ob�iously ti�e .csv or .txt file cannot be signed/sealed by a surveyor in the format reques�ed. This is just an example and all this infarmation should be noted when d�li�ered to the City so it is clear ta what coordinate system th� data is in, Painrr r�o, 1 a 3 4 5 6 7 S 9 ia 11 12 i3 14 15 16 v 18 19 zo z�. Z� Z3 24 25 26 27 z8 29 30 31 sz 33 34 35 3fi 37 3$ 39 4D 41 �Z 43 44 45 46 N�RTHING 6946257.189 6946250.893 �9463D7.399 6546220.582 694fi1S5,23 6946190.SZ8 69�6136.p1Z 69460D2.Z67 6446003.p56 6945984,677 6945986.473 6945895,077 6945896.597 69R593q,�86 6945936.727 690.5835.678 5945617.4.8& 6945759.776 fi9A5758.563 69A5743,318 6945723.2�:9 6945.682.21 &945621.902 6945643.q07 b945573..059 6945539.k9S fi945519.834 6945417.879 6945456.557 5945387.356 6945370.688 6945383.53 6945321.22$ fi94S319.365 fi945242.289 fi945233.624 G945206.483 644514Z.�1S 6945113.445 6945049.02 6945041.Q24 6445038.878 &945006397 fi9A4944.782 6944943.4�2 694A8fif7.A16 EAST3IVG ELEV. 2296079.]G5 2296062.1A 1 229Gfl38.305 �29601I.tl25 2295015,i16 2296022JZ1 7295992.115 2295919.133 2295933,418 2295880.52 2295669.852 2295860.962 22958fi2.18$ 22958A1.925 �295830A41 2Z95799.707 2295627.E711 Z29S7S6.643 2�95778.A24 zzss�ea.39z 2Z9575q.394 2295744.22 2295669.471 2Z9573G.p3 2295655.195 2295667.SD3 229551§.49 2z�ssaa.z� 22956q3..145 2295597.].04 229560G.793 2295610.559 2295551.105 2295539.725 2295570,715 2295540.,626 2295529.305 2295557.666 2295520.335 2 Z955273A5 �295552.575 2�95552.1A7 Z24551�.135 ��35520.639 2Z9555fi.479 ��95534.397 UESCRIPTIO� 726.09 55MH RIM 725.668 GV RIM 726.85 GV R1M 723.358 55MH RIM 722.123 GV RIM 722.325 FH 719.AA8 WM RIM 713_33:1 WM RIM 713.852 CC1 RIM 71Z.652 SSMH R1M 720.Q46 WM ftIM 707.72 WM HIM 708,z05 WM RIM �69.467 WM R[M 710,084 Cp RIMI 707.774 SSMH RIM 7a8:392 SSMH RtM 71i.218 SSM}i RfM 710.QSfi GV RIM 7�0.631 GV RIM 712.849 GV RIM 716.686 V17M RIM 723,76 WM RIM 719.737 CO RlIVI 727.51�1 55MH RfM 725,123 WM RIM 732,689 WM RIM 746.521 WM REM 736.A51 CO RIM 740,756 GV RIM 740.47G GV ftlM 740.448 FH 746.34 WM RIM 746,777 CO RIM 74�.454 WM R1M 749.59 SSMH �{IM 751.fl5� WM RIM ��, �-. 750:853 WM RIM �'��}(Vj�l �� 751,871 WM filM 752.257 SSMH RfM �� �F 752.79 WM RIN! !,P°tY /f_ 751.88 N!M RIM ,��.� �� ,���. 752.G1S WM ftIM .,Ii��{� 752.801 WM RIM ���.<.� 752.156 WM RiM 752.986 S.SMW RIM fh�'/ S�`l� t��� 1 �„- C�c�.-r�r�,, „-.> ! /�✓ � �.1a _ 1 e� c4. �i"k�. �.'. Cr.�?f�� l ' '7f��- �l 2 -'' li��uf1C_ (-i (� [�C,G(: i� 1 f��}� r r�-J �� t� .`f �. ;G _ r C /�-�-i k�� �i -ij 7 ' C ost-s i�L c� �o� �7" � c., �-�:a , � -[l-FF r' G �j1�J �j �(L- �v���fi'C � -/���� D:�Specs-Stds Governance Process�7emporary Spec Files�Capital Delivery�Cap �elivery Div 01\017Z 23.16.01_Attachment A_5urvey Staking 5tandards,docx Page 24 of Z4 C. Other preferred as-built deli�erable Some vendors have indi�ated that it is easier to deliver this information in a different farmat. Belaw is an example spreadsheet that is also acceptable and can be obtained by request from fhe survay superintendent. O:�Specs-Stds Go�ernance Process��emporary 5pec Files\Capital �elivery�Cap Qeli�ery biv D1�0171 23.16.01 Attachrnent A_Survey Staking Standards.do�x Page 25 0� 2� 0:�5pecs-5tds Go�ernance Process�Temporary 5pec Files�Capital Delivery�Cap aelivery Div 01�0171 23.16,01_Attachmen.t A Su�vey 5taking 5tandards,docx Page 26 of z5 017423-1 CLEAI�i]NG Page 1 af4 SECTrON Ol '14 23 CLEANING PART1- GENERAL �,1 SUMMARY A. Section Includes: 1, Intermediafie and final cleaning for Work not including special cleaning of closed systems specifed elsewhere B. De�iations froin this City of Fort Worth 5tandard Specification 1. None. C. Ralated Specificat�on Sections inelude, but are not necessarily iimited ta: 1. Division 0-- Bidding Requirernents, Contract Forms and Conditions of the Contract 2. Division 1— Generai Requirements 3. Section 32 92 13 — Hydro-Mulci�ing, Seeding and Sodding 1.2 PRIC� AND PAYMENT PROCEDURES A. Measurement and Payment l. Work associated with this Itern is considered subsidiary tfl the �arious Items bid. Na separate payment will be allowed for this Item. 1.3 REFERENCES [NOT US�D] 1.4 AD11'II1�TXSTRATIVE REQUIREMENTS A. Sek�eduling ]. 5chedule cleaning operatians so that dust and ather eontaminants disturbed hy cleanmg �rocess wili not fall on newiy painted surfaces. 2. Schedule fnal cleaning upon completion of Wark and immediately prior ta final inspection. 1..5 SUBMITTALS [NOT USEI?j 1.6 ACTION SUBMTTTALSI]NF�RMATIONAL SUBMITTALS [NOT USED] 1.7 CL05EOjTT SUBMITTALS [NOT USED] �.,& MAINTENANCE MATERiAL SUBMITTALS [NOT USED] 1.9 QUALITY AS�URAIVCE [1vUT USED] 1.1U STORA�E, AND HANDLING A. Storage and Ha�dIing Requirements 1. Store cleaning prqducts and cleaning wastes in containers speci�cally designeci far thQse materials. CPI'Y OF FpRT WORTfI 2022 �IMAC Surface qverlay ContracY STANDARD CONSTRUC7'ION ,�P�CIFICATION DOCUMEI�ITS City Project No. 103455 [tevised July 1, 20l 1 017423-2 C [,EkNII+IG Page 2 of 4 1.11 RIELD [SIT'�] CQl�TDITYONS [NOT USED] l.12 WARRAN'I'Y [NOT USED] �'ART 2 - PRODUCTS 2.1 OWNER-FX]RNISHED [oR] OWNER-SUFPLI�DPRODiTCTS [NOT USED] 2.2 MATERIALS A. Gleaning Agents �. Compatible vvith surface being cleaned 2. New and ttncontairainated 3. For manufactured surfaces a. Material recommetaded by manufactctrer 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE Qi]ALITY CC?NTROL [NOT i1SED] PART 3 - EXECUTION 3.1 INST'ALLERS [NOT USED] 3.2 EXAMINATXON [NOT TTSED] 3.3 PREPARATIQN [NOT USED] 3.4 APPLICATION [NOT USED] 3.S REPAIR 1 RE�TORATION [NOT USEDj 3.6 R��INSTALLATIQN [NOT USED] 3.7 FIELD [aR] SITE QUALZTY CONTROL �NQT IIS�D] 3.8 SYSTEM STARTUP [N�x USED] 3.9 ADJUSTING jNOT USED] 3.10 CL�ANXNG A. Genaral 1. Prevent accamulation of wastes that create hazardous conditions. 2. Conduct cleaning and disposal operations to compiy with lav�s and safety orders of governing authorities. 3. Do not dispose of volatile wastes such as minera] spirifis, ai] or paint thinner in starm or sanitary dra.ins or sewers. 4. Dispose of degradable debris at an approved solid �vaste disposa! site. 5. Dispose o�nondegradable debris at an appro�ed solid waste d.tsposal site or in an alternate manner approved by City and regulatnry agencies. C1TY OF FORT WORTH 2O22 HMAC Surface Overltty Gontract STANDARD CONSTRUCTIdN SPECIFICATION 1�OC�JMENTS City Project No, 103455 Cte�ised 7uly 1, 201 I 017h23-3 CLEANING Fage 3 of 4 6. Handle materials in a cont�•olled manner with as few haridlings as possible. 7. Tharoughly clean, swee�, wash and polish aIl Work and equipz�ent associated with this project. 8. Aemove all signs af temporary construction at�d activities incidental to construction of required permanent Work, 9. If project is not cleaned to the satisfaction of the City, tha City reserves ttle right to haue the cleaning efl��pleted at the expense of tl�e Contractor. 10. Da not burn on-site. B. Intermediate Cleaning during Cot�struction 1. Keep Work areas ciean s� as not to hinder health, safery or canvenience af personnei in existing facility aperations, 2. At ma.ximum weekfy intervals, disp.ose of waste materials, debris and rubbish. 3. Confine construction debris daily in strategica.11y located container(s): a. Cover ta prevent blowing by wind b. 5tore debris away froin eo�nstruction or operational ac�ivities c. Haul from site at a minlmum of once per week 4. Vacuum clean interfor areas wl�en ready to receive finish painting. a. Continue vacuum cleaning on an as-needed basis, until �'inal Acceptance. 5. �rior to storm events, tharoughly clean sita of all loose or unsecured items, which may become airborne or transported by flawing water during the storm. C. lnterior Final Gleaning 1. Reino�e grease, mast�c, adhesives, dust, di�t, stains, fmgez'prin#s,labeis and other foreign inaterials from sight-exposed sur�aces. 2. Wipe all lighting fixt�re reflectors, lenses, lalnps and irims clean. 3. Wash and shin� glazing and mirrors. 4. Polish glossy surfaces ta a ciear shine. 5. Ventilating systems a. Clean permanent filters and replace disposable filters if vnits were opera#ed during constructian. b. Clean ducts,. blowers ae�d cails if unifs were operated without filtez's during eonstr�.�ctiQn. 6. Replace all burned Qut lamps. 7. Broom clean process area flaors. 8. Mop offiee and control room floots. D. E�:k�erior (Sita ar Right of Way) Final Cleaning 1. Remove trash and debris cantainers from site. a. Re-saed areas disturbed by location of trash and debris containers in aecordanee with Section 32 92 13. 2. Sweep roadway to remove all rocks, pieces of asphalt, concrete or any ather abject that may hinder or disrupt the flow af traffic along the roadway, 3. Clean any interior areas incl�jding, but not litnited ta, vau��s, manhales,. structures, junction boxes and izalets. CITX OI' P�RT WORTH 2Q22 HMAC Sw-face Qverlay Contract S"fANDARI3 CDN5TRl1CTION SPECIFICATIQN DOCUMENTS City Praject No. ] 03a55 Revised July 1, 201 l 07 7423-4 CLEANING Page 4 of 4 4. If no longer required for maintenance of erosion facilities, and upon approval by City, remove erosion cant�•ol frorn si#e. 5. Clean signs, lights, signals, etc. 3.]I CLOS�OUT ACTIVITIES [NOT USED� 3.12 PROTECTION [NOT L]SED] 313 MAINTENANCE [NOT USED] 314 ATTACHMENTS [NOT USED] END OF SECTI�N CITY OF FORT WORTH 2O22 HMAC Surface Overlay Contraet STAAIDARI} CpNSTRUCTION SPECIFICAT[�N DOCUMENTS City Project No. 103455 Revised Iuly 1, 201 l 017719-1 GLOSEO[JT R�QUIItENi�NTS Page l af 3 1 2 SECTION Ol 77 i9 CLOSEOUT REQUIREMENTS 3 PART 1 - G�'iVEIZAT 4 ].1 SUNIMARY 5 �. Section Includes: 6 1. The procedure �or closing out a contract 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. g C. Related 5pecification Seetions include, but are not necessarily Gmited to: 10 1. Di�ision 0— Bidding Requirements, Contract Forms and Conditians of the Contraei 11 2. Di�ision 1— General Requirements 12 1.2 PRICE AND PAYMENT PROCEDiJRE.� 13 A. Measuremeni and Payment 14 I. Work associated vv�th th�s Item is consic�ered subsidiary to the various Items bid. IS Na separate pay�ment will be allowed for th�s Item. lb 1..3 REF'ERENC�S [NOT iJSID] 17 1.4 ADNIIIVISTRATIVE REQUIREl1�NTS 18 19 2Q 2l 22 23 24 25 26 27 28 29 30 31 32 A. Guarantees, Bonds and Affida�its l. No application for final payment will be accepted until all guarant�as, bands, certif'icates, licenses and aff'ida�its required for Work ar equipment as specif'ied are satisfactorily �i�ed with the City. B. �Zelease of Liens or Claims 1. Na application for final payment will be accepted until satisfactory evidence of ralease of liens has been submitted to the City. 1.5 SC]BMiTTALS A. Submit al� required documentation to City°s Project Representative. 1.G INFORMATIONAL SUBNIITTALS �NOT USID] l.7 CL�SEOUT Si7BIVI.ITTALS [NOT iTSID] PART � - PRODUC'ls [NOT USED] CCTY OF FORT WORTH STANDAT2D C0�15TRUC'CION SPEC4�iC;ATION D(}CUMENTS Revised March 22, 2a21 2022 HMAC Siu�face Overfay Gontract CityPrajectNo. ]03455 Dl 77 19 -2 CLQSEOUT RBQU]REMENTS Page 3 of 3 P�.T � - ��cUTTON 2 3.1 INSTALLERS [NOT LTSID] 3 3.2 EXANIINATiON [NOT USID] 4 3,3 �R�PARATION [NOT i7SID] 5 3.4 CLO�EOUT PROCIDURE 6 A. Prior to requesting Final Iilspection, submit: 7 1. Project Record Documents iia accordance w ith Secti�n 01 78 39 8 2. Oparation and Maintenance Data, if required, in accardance with Seciion O1 78 23 9 10 11 1z 13 14 15 16 17 18 [9 24 21 22 23 24 25 26 27 28 29 3b 31 32 33 34 35 36 37 B. Prior to requestir�g �'inaI Inspectron, per%rm final cIeaning in accordance with Section 01 74 23. C. Finallnspection I. After fmal cleaning, provide notice to the City Pz•ojectRepresentative that the Work is completed. a. The City wiI� make an initial Fina] Inspection with the Contractorpresent b. iJpon completion ofthis inspection, the City will notify the Contractor, in w riting within 10 business days, of any pariic�la�•s in which this inspectian reveals that the Work is defective ar incomplete. 2. Upon recei�ing written notice fi•om the City, immediate�y undertake the Work r�qui�ed to remedy cleficiencies and comp�ete the Work to f.�e satisfaction of the City. 3. Th� Right-o�' way shall be clear�d oFall construction materials, ba�•ricades, and temporary signage. 4. Upon completion of Work associated with the rtems listed in ihe City's written notice, inform the City that the required Work has been campleted, Upan receipt af this notice, the City, [n the presence af tha Contractor, wilI mak� a subsequent Final Inspection of the prnjec.t. 5. Provide alI special accessories requir�d to place each item of equipment iz1 full operation. These special accessnry items include, but are not Iimited to: a. Spec�ed spare parts b. Adeq�aic oil and grease as requu•ed far the furst lubricatio�� of the equipmeni c. In.itia! fil] up afall claemical tanks and fuel tanlcs d. Light bulbs e. Fuses �. Vault keys g. Hand�heels h. Other expendable items as required for initial start-up and operation af aIl equipment 38 D. Notice ofProject Completion 39 1, Onee the City Project Representati�re fincfs the Wark subsequent to Final Inspectinn 40 to be satisfactory, tYie City wi1l issue a Notice of Project Completion (Green Sheet}. 41 E. Supporting Documentation C1TY OF FORT WOATH 2Q22 IIMAC Surface Qverlay Cotrtraci 5'I'.t1I�lDARD CONSTRUCTION SI'ECIF'ICATIQN i?QCLTMEIJTS City Praject No. 103455 Revised Marcli 22, 2021 Di 7719-3 CLOSEOUT RBQ[IIR�MENTS i'age 3 af 3 1 2 3 � 5 6 7 8 9 10 11 12 13 14 15 16 I7 1S I9 zo 21 22 23 24 r..7 26 l. Coordinate with fhe City Project Representatiwe to connplete the follnwing additional forms: a. Final Paym�nt Request h. Statezner�t of Contract "I'ime c. Afiidavit of Payment and Release of Liens d. Consent of Surety to Fuzal Payment e. Pipe Report (if required) f. Contractor's Evaluation of City g. Perfarm.ance Evaluation of Contractor F. I,etter of Final AccEptance 1. Upon review and acceptance ofNot�ce af Project Completio.n and Supporting Documentation, in accordance with General Canditions, City will issue Letter o.f Final Acceptance and release ihe Final Payment Request for payment. 3.5 REPAIR 1 RF�TORATION [NOT U�ED] 3.6 RE-INSTALLATION [NOT USID] 3.7 FIELD [oR] SITE QUALITY C�NTROL [NOT USID] 3.8 SYSTEM STARTUI' [NOT C7SID] 3.9 ADJUSTING [NOT iI�ID] 3.10 CLEANiNG [NO'T USID] 3.�x cLosF,ov�c Ac�viTT� [NOT usEn� 3.1.2 PROTEC`I'ION [NOT i7SED] 3.13 MAIN'1'�TTANCE [NOT USID] 3.14 ATTAC�IlV�ENTS [NOT U�IDj IND OF �ECTION CITY aF FORT WORTH STANI77ARD CONSTRUC'I'ION SPECIFFCATION DOCUMF�VTS Revised March 22, 2021 2022 IIMAC Surface Overlay Contract Ciry Projact No, 103455 017823-I OPE1tA7'IQI�f /�A1D I�AINTENANCE pATA Page [ of5 SECTION Ol 78 23 OPERATION AND MAINTENANCE DATA PART 1 - GEIVERAL 1.l 5 UMMARY A. Section Includes: 1. Product data and related inforinatian appropriate for City's rr�aintenance and operation of praducts fiunished uncler Contract 2. Such products may includa, but are not limited to: a. Traffic Controllers b. Irr'tgation Controllers (to be operated by the City) c. Butterfly Valves B. De�iations from this City of Fort W'orth Standard Specification 1. None. C. Related Specification Sections inel��de, but are not necessarily limited to: 1. Division 0— Bidding Reqlii��ements, Cpntract Fot•ms and Conditions of the Cantract 2. Division 1— General Requirements 1.2 PRICE AND PAYMENT PROCEDURE� A. Meas.urernent and Payment ]. Work associated with t.�is Item is considered subsidiary to the various Items bid. No separate payment wil] be allowed for this Item. 1.� REFERENCES [NOT i18ED] i.4 ADMINISTRATZVE REQUIREMENTS A. Schedule 1. Submit inanuaIs in final form to the City witi�in 30 calendar days of product shipment to the project site. 1.5 SUBMITTALS A. Submittals shall be in accordance wit1� Section 01 33 00 . Al] submittals shall be approved b� the City prior to deli��ry, 1..G INFORMATIDNAL SUBMITTALS A, Submittal Form 1. Prepare data in form of an inst�•uctional mant�al for use by City personnel. 2. Format a. Size: 8% inches x 1 Z inches b. Paper lj 40 pound minimurn, white, for typed pa�es 2) Holes reinforced with pIastic, cIoth or metal c_ Text: Manufachu�er's p�'inted data, or neatly typeuvritten C1TY Or C'ORT WOKTH 2O22 HMAC Surface Overlay Contract STANDARD CQNSTRUCTIOI�i SPECIFICATION DOCUMENTS City Projeci Na. 103455 Revised December 20, 2O12 oi�s�3-2 OP�RATION ANI} 3VIAINTENANCE DATA Page 2 nf 5 d. Drawings 1) Fravide reinforced punched binder tab, bind in with text 2) Reduce larger drawings and foid to size af text pages. e, Provide fly-leaf for eaeh separate produc�, nr eac� piece of operating equipment. 1) Provide typed description of product, and majpr component parts of equipment. 2) Provide indexed tabs. f. Cover 1) Identify each volume with typed or printed title "OPERATING AND MAINTENANCE INSTRLICTIONS". 2) List: a) Title ofProject b) Identiiy of separate structure as applicabie c} Identzty of genera.i subjeci matter covered in tI1e manual 3. Binders a. Commercial quality 3-ring hinders with dw'able and cleanable plastic eavers b. When tnultiple binders are used, correlate the data into related consistent groupings. 4. If available, provide an electronic form. of the Oc4&M Manual. B. Manual Content 1. Neatly typewritten table of contents for each volum�, arranged in systematic order a. Contractor, name of responsible principal, address and telephone number b. A list of eaeh produet required to be inciuded, indexed to content of the voiume c. List, with each product: 1) The name, address and telephone number oftha subcontractor or installer 2) A list of each product required to b� included, indexed to cantent of the volume 3) Identify area of responsibili#y of each 4) Loca1 source of supply for parts and replacement d. Identify each praduct by product name and other identifying symbois as set forth in Contract Documents. 2. Pr�duct Data a. Incjude only those sheets which are pertinent to the speeiiic product. b. Annotate each sheet to: 1) Clearly identify speci�c product or part instajled 2) Clearly identify data applicable to installation 3) Delete references to inapplicabie information 3. Drawings a. Supplement product data with dravvings as necessary to clearly illustrate: 1) Refations af component parts of equ�pment and systerr►s 2} Control and flow diagrams b. Coordinate drawings with infprmation in Project Record Documents to assure correct ilSustratian of completed �nstallation. c. Do nnt use Project Record Drawings as maintenanee drawings. 4. Written te�Y, as required to supplement product data for the particular installatian: a. Organize in consistent farmat under separate headings for different proeeduj•es. b. Provide logical sequ�nce of instructiozas of each procedure. CITY OF �'OR7' WQRTH 2p22 HMAC 5orfacc Oveelay Contract STAIVDAIiD CO�ISTRUCTION SPEC[FICA"1'ION DOCUMENTS CiLy T'ra�ecY No. 103455 Revised Dacem6er 20, 2012 017823-3 OPERATIOI� AND MA[NTLNANCE DATA Page 3 of 5 5. Copy of each �varranty, bond and service catatract issued a. Proaide information sheet for City persanneI giving: I) Proper procedures 'tn event of failure 2) Instances which inight affect validity of warranties or bonds C. Manual for Materials and T'inishes 1, Submit 5 copies of complete manual in final farm. 2. Content, for architectural products, applied materials aztd fnishes: a. Manufacturer's data, giving full information on products I) Catalog number, size, composi#ion 2} Color and texture designations 3} Informa�ion requir�d %r reordering special manufactured products b. [nstructions for care and maintenance 1) Manufacturer's recammendation far types of cleaning a�ents and methods 2) Cautions against cleaning agen#s and meti�acis which are detrimental to product 3} Recarnmended schedule for cIeaning and �naintenance 3, Content, for moisture protection ane! w�ather axpos�re products: a. Manufacturer's data, giving full infot-mation on p�•oducts 1) Applicable standards 2) Chemical eomposition 3) Details of insta[lation 6. Instructions for inspection, maintenance and repair D. Manual for Equipment and Systems 1. �ubmit 5 eopies of comp]ete manual �n final form. 2. Conient, for each unit of equipment and system, as appro.priate; a. Des.cription of unit and component parts I} Function, normal ope�•ating charac�eristics and limiting cflndifions 2} Performance curves, engineering data and tests 3) Coinplete nomenc�ature and commerciai number of replaceable parts b. Oparating procedures 1) Start-up, break-in, routirme and normal operating instructians 2) Regulatipn, control, stopping, shut-down and etnergency instructions 3) 5umrner and winier operating instructions 4) Specia] aperating instructions c. [1�aintenance procedures 1) lZoutine aperations 2) Guide to "troub�e shoo�ing" 3) Disassembly, repair and reassem[�ly 4) Alignt�ent, adjusting and checking d. Setvicing and lubrication schedule 1) List of lubricants required e. Manufacturer's printed operatin� and maintenance instructions f. Description of sequenee of operation by control manufacturer 1) Predicted life of parts subject to weax 2) Items recommended to be stocked as spare parts g. As installed control diagxams by controls manufacturer h. Each contractor's coordination drawings 1} As installed color coded piping diagrams CITY QF FORT WORTH 2D22 HMAC Surfaee Overlay Contract STAIdDl�RD CONSTRUCT[dN SPECCF']CATION DOCUMENTS City Praject No. ]03455 IZevised December 2p, 2012 Q17823-4 OPE(2AT10IV ANd MAINT�IVANCE DA'f,A Page 4 of 5 i. Charts af valve tag nu�nbers, with location and function of each val�e j. List of original manufacturer's spare parts, manufacturer's current prices, and recommended quantities to �e maintained in starage k. Other data as required under pertinent Sections of Specifications 3. Cantent, for each electric anci electronic system, as appro�riate: a, Descri�tion of sysfi�m and component parts 1) k`unctian, normal operating clnaracteristies, and limiting.conditions 2) 1'erformance curves, engineering data and tes8s 3) Complete nomenclature and commercial numb�r of replaceable parts b. Circuit direetaries of panelhnards l } Slectrical s�rvice 2) Controls 3) Communications c. As installed caior coded wiring diagrams d. Operating prooedures 1) Routine and narmal operati�g instructions 2) Sequences required 3) Specia� operafing instructians e. Maintenance procedures 1) Rouiine operations 2) Guide to "t►•ouble shootin.g" 3) Disassembly, repair and reassembly 4) Adjustment and ci�ecking f Manufacturer's printed operating and maintenance instruations g. List of originai manufacturer's 5pare parts, manufacturer's current prices, and recomm�nded quantities to be maintained in storage h, Other dafa as required unde�• pertinent Sections of Specifications 4. Prepare and include additional data when the need for sucka data becomes apparent during instruction of City's personnel. 1..7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTEN,�NCE MATERIAL SUSMITTALS [NOT USED] 1.9 QI7ALITY ASSURANCE A. Provide operation and maintenance data by persannel with the following criteria: I. Trained and experienced in maintenance and operaiion of described products 2, Slcilled as technical writer to the extent required to commUnicate essential data 3. Skilled as draftsman compe�ent to prepare required drawings CiTY OF PORT WORTH 2O22 HMAC 5urface Overlay Contract STANrIARD CONSTRiICTI0115PECIFICATIDN DOCi]MEIVTS City Praject No. 1U34S5 Revised December 20, 20 ] 2 017823-5 OP�.RATIDIV AND MAINTGNANCE DATA Page 5 af 5 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [,5ITE] CONDTTIONS [NOT USED] I.I2. WARRANTY [NOT USED] PART 2 - PRCUDUCTS [NOT USED] PART 3 - EXECUTION [NOT U�ED] END OF SECT�ON CITY OF F012T WORTH 2O22 HMAC 5urface Overlay Contract STANllARD CQNST[ZUCTION SPECIF[CATION DOCUMENTS Cily Project No. 103455 Revised Decem�er 20, 2012 � O i 78 39 - f AROdECT R�CORIJ AOCUNi�[�TTS Page 1 of 4 SECTION 01 7S 39 PROJECT 1ZECORD DOCUMENTS PART1- G�NERAL l.l. SUIVIMARY A. �ection Inchtdes: I. Work associated with the ciocumenting the praject and recording changes to project documents, including: a. Record Drawings b. Wat�r Mater Service Reports c. Sanitary 5ewer Service Reports d. Large Water Meter Repor�s B. Deviatians from this City of Fort Worth 5tandard Specification 1. None. C. Related Specification Sections include, but are nat necessarily limited to: 1. Division 0-- Bidding Requirements, Contract Forms and Conditibns of the Contract 2. Division 1— General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Maasurement and Yayment 1. VVork associated with this Item is considered subsidiary to the various Items bid, No separate payment will be allowed %r this Item. 1.,3 REFERENCES [NOT USED] 1.4 ADMINXSTRATIVE 1ZEQULREMEIVTS [NOT USED] 1.S SUBNIITTALS A. Prior to sub�nitting a request for �'inal Inspection, deliver Project Record Dneuments to City's Projeet Representative. 1.6 ACTION SUBMITTALSIINFORMATXONAL SiJBNIITTALS [NOT j7SED] 1.� GLOSEOUT SUBNIITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBNIITTALS �NOT i1SED] 1.9 QUALITY ASSiTRANCE A. Accuracy of Records 1. Thoroughly coardinate chaz�.ges within the Record Documents, making adequate at�d proper entries on each page of �pecifications and eacn sheet of Drawings and other pocurnents where suc1� entry is required to show the change properly. 2. Accuracy �f records shall be such that future search for items shown in the Contract Documents may rely reasonably on informatian ohtained from the approved Project Record Documents. C1TI' OF FORT WOAT'H 2O22 HMAC Surface Overlay Contract STt�NDAKD CONSTRUCTI�N SPECIFICATiON DOCUMENT3 Ciry Project No. 103455 Revised duly 1, 2011 D1?839-2 PROJEC'C R�CORd DpCUM�NTS Page 2 of4 3. Ta faci2itate accui�acy of records, make entries within 24 hours after receipt of information that #he change IZas occurred. 4. Provide factual info�•rnation regarding a11 aspects afthe Work, both c�ncealed and visible, to enable �'uture modification of 1:he Work to proceed without ]engthy and expensive site measurement, investigation and examination. 1.10 STQRAGE t�ND HANDLING A. Storage and Handling Requirements 1. Maintain the job set of Record Documents completely protecied from deteriqration and from inss and damage until completion oithe Work and transfer of all recorded data to the f nal Proj ect Record Documents. 2. Tn the event of loss of recorded data, use means necessary to again secure the data to ihe City's approval. a. In such case, provide replacements to iha standards originally reqLtired by the Contract Docum�nts. 1.11 FYELD [SITE] CONDITTONS [N�T USEDI 1.12 WARTtANTY [NQT US.ED] PART 2 - PRODUCTS 2.1 OWNER-FIIItNISHED Ioe] OWNER-SUPPLLED PRODIICTS [NOT U�ED] �,2 RECORD DOCUMENTS A, 7ob set 1. Protnptty following receipt of the Notice to Proceed, secure ftom Yhe City, at no charge to the Cnntractor, ] comp]ete set of alI Dacuments comprising the Contract, B. Final Record Documents 1. At a time nearing the completion pf the �Vork and prior to Final Inspection, provide the City I complete set pf al� Fina1 Record Drawings in th� Cont�•act. � 2.3 ACCE�SORIES [NOT USED] 2.�1 SOURCE QUALITY CONTROL [NOT USED] PART 3 - E�ECUTTON 3.1 IN,STALLERS [NOT USED] 3.�. EXAMINATION [NOT USED] 3,3 PREPARAT70N [NOT US�D� 3,4 MAINTENANC� DOCUMENTS A. Maintenance of Job S�t 1. Iznmediate[y upon receipt of the job set, identify each of the Documents with the title, "I�CORD DQCUMENTS - JO� SET". CITY OP FORT WORTH 2O22 I�IvIAC Surtace Q�crlay Cantcact STANDAIZD CONSTRUCTIQN SPCCIF]CAT[ONDQCUMENTS Ciiy Project No. 1Q3455 Revised 7uly I, 20] I D17839-3 PRbJEC"1' I2ECORD DOCUNfENTS Pagc 3 of 4 4. S. 2, Preservation a. Considexing the Contract completion time, the probable number of occasions upon which the job set must be taken out for new entries and for examination, and the conditions under which these activities will be petfortned, devise a suitable metbod for prntecting the job set. b. Do not use the job set for any putpose except entry of new data and for review by the City, untii start of transfer of data ta f nal Pi•oj ecL Record Docum�nts, c. Maintain the job set at the site of work. 3. Coordinatian with Consirt�ction Sur�ey a. At a minimum, in accordance with ihe intervals set forth in Section 01 71 23, clearly mark any deviations from Contract Documents associated with installation of the infrastructure. Making entries on Drawings a. Record any deviations ft'om Contract Documents. b. Use ar� erasable colored peneil (not ink Qr indelible pencil), clearly descr�be the change by graphic line and nate as required. c. Date all entries. d. C.all attention to the entry by a"cioud" drawn around the area or areas affected. e. In the e�rent of overlapping changes, use di�eretlt colars for the a�erlapping char�ges. Con�ersion of schematic layouts a. in some eases on tha Drawings, arran.gem�nts of conduits, circ«its, piping, ducts, and similar itetns, are shown schemat�cally and are not intended to portray precise physical layout. 1) �'inal physical arrangement is determineci by the Contractor, subject to the City's approval. 2} [�owever, design of future modifications of tl�e facility may require aceurate inforinatian as to the fnal pi�ysicai layaut of items which are shovdn only schematieally on the Drawit�gs. b. Shaw on the job set of Recard Drawings, by dimension accurate to within 1 inch, the center1ine of each run of items. 1) Fina1 �hysical arrangement is determined by the Cantracior, subject to the City's approval. 2) Show, by symbol or note, ihe v�rticai location of the Item ("under slab", "in ce�lin� plenum", "expased", and the like). 3) Make all identification suf�ciently descriptive that it may be related reliably to the Speciiications. c. The City may waive the requirements for canversion af schemati� layouts rrvhere, in the City's judgment, canversion serves no useful purpose. However, do not rely upon waivers being issued except as specifically issued in writing by the City. B. Final Pxoject Record Dacuments 1. Transfer of data to Drawings a. Carefully iransfer change data shown on the j ob set of Record Drawings to �he eorresponding final documents, coordinating the changes as required. b. C1earIy indicate at each affeeted detail and ather Drawing a full description of cl�anges made during cotastruction, and the actua{ location o.f items. Cl7'Y OF PORT WORTH 2Q22 HMAC Surface dverlay Contract STANI�.A.RD CONSTRUCTIQN SP�CIFICATIpN DOCUME1dT5 City Rroject Na. 103455 Revised July 1, 20l ] D17839-4 PR07ECT RECORD DOCUMEI�fTS Page 4 vF4 c. Ca[1 attention to each entry by drawing a"cloud° around the a�•ea or areas affected. d. Make chang�s neatly, cansistently and with the proper media to assure ]ongevfty and clear reproduction. Transfer of data ta other pocu�nents a. Ifthe Docut�aents, other than Drawings, have been kept clean during progress of the WarIc, and if entries thereon ha�e heen orderly to the approval of the City, the job set of those Documents, other than Drawings, will be aecepted as final Record Documen#s. b. If any such Dociiment is nnt so appro�ed by the City, secure a new copy of that Docuza�ent from the City at the City's usual charge for repradt�ction and handling, and carefuIly transfer the change data to the new copy to the approval of the City. 3.5 R�PAIR / RE�TORATION [NOT USED] 3.6 RE-iNSTALLATION [NOT USED] 3..'� FI�LD [oR] SITE QilALITY CONTROL [NOT USED] 3.$ SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USEDj 3.1p CLEANING jNOT USED� 3.11 CLOSE�UT ACTIVIT�ES [NOT USED] 3.12 PROT�CTXON [NOT iTSED] 3.13 MAINTEN.ANC� [NOT USED] 3.14 ATTACHMENTS [NOT USED] END QF SECTION CITY pC FORT WORTH 2p22 HN1AC Surface Overlay Contract STANDARD CONSTRUCTION SP�CIPICATION DOCUNiENTS City Project I+7o. 103455 Revised July 1, 2411 321123-i I'LEXIBLE BASE COUItSES Page l of 7 SECTXON 3211 Z3 FLEXJBLE BASE COURSES PART1- GENERAL 1.1 �UMMARY A. Section Includes: 1. Foundation course for surfaee course or for other �ase coutse composed of f{exible base constructed in one oz' more caurses in conformify with th� typical section. B. Deviations from this Gity of Fart Worth Standard Specification 1. None C, Related Specification Sections include, but are not necessariiy limited ta: 1. Division 0— B idding Requir�ments, Cantract Farms, and Conditions of the Contract 2, Division 1-- Gene3'aI Requirem.en�s 1.2 PRICE AND PAYMENT PROCEDUR.ES A. Measureinent an.d Paymen� l. Measurement a. Measuz'ement for this Ttern will be by th� square yaref of k'laxible Base Cou►'se for various: 1) Depths 2} Types 3) GradaYions 2. Payment a. The work performed and materials furnislaed in accorda�tce with this liem and measured as pravided under "Measlu•ement" vvi�I be paid for at the unit price bid per CUBIC yard of Flexible Base Caurse. 3, The price bid shall include: a. Preparation ar�d eorrection of subgrade b, Furnishing of material c. Hauling d. B[adizzg e. 5prinkling £ Compacting 1.3 REFERENCES A. Definitians 1. RAP — Recycled Asphalt Pavement. B. Reference Standards 1. Reference standards cited in this specif cation refer ta the current reference standard published at the time of the latest revision date logged at the end of this speci�cation, un1ess a date is specifically cited. Z. ASTM Internat�onal (ASTM): CiTY OF FORT WORTH 2Q22 HMAC Su�face Ouerlay Cuntract STANDARD COTFSTRl3CTiON SPECII'ICAT'ION DOCUM��ITS City Project No. IQ3455 Revised Decembcr 2fl, 2012 321123-2 FLEXISL� BASE CQCIRS�S Page 2 of 7 a. D698, Standard'I'est Methods for Laboeatozy Compaction Characteristics of So.il Using Standard Effort (I2 9�Op ft-lbflf�3 (600 kN-mlm3)) 3. T�xas Departinent af'Transpartatian (TXDOT): a. Tex-104-E, Determining Liquid Limits of SoiIs b. T�x-I Q6-E, Calculating tl�e Plasticity Inde�c of 5oils c. `i'ex-1�7-E, Dete�mining fhe Bar Lineax Shrinkage of So.ils d. Tex-110-E, Particla Size Analysis of Soils e. Tex-1 l6-E, BalI Mil[ Method far Determining #he Disintegration of Flexible Base Maferial f. Tex-1 T7-E, T��iaxaal Compression for Distut'bed Soils and Base Materials g. Tex-�11-A, Soundz�ess ofAggregate Using Sodium Sulfate or Magnesiu�n Sulfate h. Tex-413-A, Determizung De.leterious Matea•ial in Mineral Aggregata 1A ADMINISTRATIV� REQLiIREMENTS [NOT USED] 1.5 ACT�ON �UBMITTALS [NOT US�D] 1.6 ACTIDN SUBMITTALS/INF+'ORMATIONAL SUBMITTALS [N�T USED� 1.7 CLOSE�IJ'I' Si]SMITTALS [NOT USED] 1.S MAXNTENANCE MATERIAL SUBMITTALS [NOT USED] i.4 QUALITY A�SURANCE [NOT �CTSED] I.IO DELIVERI', STORAGE, AND FIANDLING jNOT USED] l.Xl FIELD jSITE] CONDITIONS [NOT US�D] 112 WA RRANTY jNOT USED] PART � - PRODUC�S [NOT USED] 2.1 OW�TER-FURNISH�D PRODUCTS [NOT US�D] 2.2 MATERIALS A. General ]. Furnish uncnntaminated materials of un[form quality that meeY the requirements of the Drawings and specifications. Obtain materials from approved sources. Notifj+ City of changes to matet•ial s4urces. 4. The City may sample and test project materials at any tii�e before compaetion throughout tt�a duraYian of the project to assure sp�ciiication compliance. B. Aggregate 1. Ftiunish aggregate of t�1e typ� and grade shown an the Drawings and confqr:ming to the t�equirements of Table 1. 2. Each source must meet Table 1�•equirements for liquid liinit, plastiCity index, and wet ball mill for the grade specified. 3. Do not ��se additives such as hut not ]zmited to lime, cement, or fly ash to modify aggregates ta meei the reqttirements of Tabl� 1, unless shown an the Drawings. CITY �F POR� WORTH 2fl22 HMAC Sui�face Overlay Conhact STANDARD CONSTRIJCTION SPEC:IPICATION DO�UMENTS City Project No. 1034�5 Revised Deeemher 20, 2q12 321123-3 �LEXIBLC BASE COURSES Page 3 of 7 Table 1 Material Re uirements Test Mefhod Grade 1 Grade 2 Master gradation sieve size (% retained)_ _ 2-112 in. l-314 in. 71& in. 3/S in. No.4 � Nn. 40 0 Tex-I10-E 1�35 3�-50 45--bS 70-85 °,�omax.' Tax-lU4-E ie�c, max.� Tex-l�b-E Wet ha[l mill, % max.` Wet hal[ mill, °io max. �ex-1 l6-E increase passing the No. 40 sieve l0 40 za D 0-10 45-75 6(A-85 �� 12 45 20 Classification3 1.0 11 2.3 Min. compressive strengthi, psi Tex-1 l7-E lateraf pressure 0 psi 45 35 lateral pressure 15 psi 175 175 1. DeYerminc plastic index in aecordance with Tex-107-E (linear shrinkage) whan liquid limit is unattainable as defined in Tex-1Q4-E. 2. GVhen a soundness value is required 6y the Drawings, test material in aaeordanc.e rvith Tex-41 l-A. 3.1Wlect hoth the classificAtion and the minimum compressive strength, unless otherwise shQwn or� the Drawings. 4. Material Tolerar►ces a. The City may accept matez'ial if no more than 1 af the 5 most recent gradation tesfis has an indivldual sieve autside the sp�ci�i�d limits of the �1•adatian. b. When taz'�et grading is required by the Draw�ngs, no single failing test may exceed the master grading by mare than 5 percentage points on sieves No. 4 and larger or 3 percentage points on sieves smailer than No. 4. c. The City may accept matet ial if no tnore than i of the 5 most r�eent plasticity inde� tests is outside the specified limit. No single failing test may exceed the allowable limit hy mo:re than 2 points. 5. Material Types a. Do not use fillers or binders unless approved. b. Furnish the type speci�ied ar� the Drawings in accordance with th� folSowing: 1} Type A a) Crushed stone pz'aduced and graded from overssze quarried aggregate that originates froin a single, naturally occurring source. b) Do not use gravel or multiple souz'ces. 2j Type B a} Only for use as base material foz' temporaxy pavem�nt repairs. b} Do not exceed 20 perceni RA.P by weight unless sl�awn on Drawings. 3) Type D a) Type A maYerial or crLlshed concrete. b) Crushed concrete cflntaining gravel will be considered Type D material. CIT`Y OF FQRT WOR'I`H 2O22 HI1rIAC Sm�face Overlay Contract STANDARD CONSTRUCTIOIV SP�CIF�CATION DOClIIViBNTS City Project Alo. 103455 Revised December 20, 2412 32 1123-4 FLEX[BI,� $A5E COUK5E5 Page 4 of 7 c) The City may require s.eparate dedicated stocl�piles in order to ver•ify compliance. d) Crt�shed concrete must meet the iallowing requirem�nis: (1) Table 1%r �1ie grade speci�ed. (2) Recycled materials must be fr�e from reinforcing steel and other objectiona6le material and ha�e at most 1.5 percant delelerious material when tested in accardance with TEX-413-A. C. Water I. Furnish water free of industrial was�es and other objectionable inatter. 2.3 ACCES�ORIES [NOT iTSED] 2.4 SOURCE QUALITY CONTRQL [NQT USED] PART 3 - EXECUTION 3.1� INSTALLERS [NOT USED] 3.2 EXAiVI1NATiON [NOT USED] 3.3 PREPARATION A. C`iera�ral l. Sl�ap�: tha subgrade or existing base to conform to the typical sections shown on the Drawings or as directed. 2. When ne� base is i•eq�aired tq be mixed with e�isting b.ase: a. Deliver, place, and spread the new flexi6le base in the required amaunt. b. M�.nipu[ate and thoroughly mix the new base with existing mate�•ial to provide a uniform rnixtuze to ihe specified depth be%re shaping. B. Subgrade Compaction 1, Pxoof roll the roadbed before pulverizing or scarifying in aecordance with the follawing: a. Proof Rolling 1} Cit}� Project ftepresentative must be an-site dt►ring proof ralling operations. 2} Use equipment that will apply su�cient load io identify soft spots that rut or pump. a} Acceptabie eqEEipment includes fully loaded single-axle water truck with a 1500 gallon capacity. 3) Ma[�e at least 2 passes with tiie proof roller (down and back = 1 pass). 4) Offset each trip by at �nost 1 tire width. 5) If an unstable or non-uniform area is fqund, correct the area. b. Carrec# I} Soft spots that rut or pump greater than 3/4 inch 2) Areas that are unstable or non-uniform �. Installation of base material c�nnot proceed until corr�pacted subgrade approved by the City, 3.4 INSTALLATYON A. General Cl"iY OF FORT WOItTC� �.022 HMAC Surface Overlay Contract STANDAItI] CONSTRUCT[ON SPECIFICEITION DqCUMEN7S CityProjectNo, 1fl3455 Revised December 2p, 2012 321123-5 FLE7C113L$ BAS$ COURSES Page 5 af 7 1. Canstruct each layer L�ni%rmly, free of loose or segregated areas, and with the required density and moistu�•e cantent. 2. Provide a smooth surface tk�at conforms to the iypical sections, lines, and grades shown on the Drawings or as directed. 3, Haul appro�ed flexible hase in clean, covered trucks. B. Equipment 1. General a. Provide machine�y, tools, and eguipment necessary for proper execution ofthe wark. 2. Rollers a. The Gontractor may use any type of roller to meet ihe productior► rates and quality requirements af the Contract unless otherwise shown on the Drawings or directed. b. V4'hen specifiic types of equipment are required, use equ.ipment that meets the specifiad requirem�nts. c. Alternate Equipment. 1) Instead of the specified equipment, the: Contractar may, as approved, operate othar compactian equipment that produces equivalent results. 2) Discontinue tY�e Use pf the alternate equipment and furnish the speci�ed equipment if the desired results are not achieved. d. City may require Contractor fo substitute equipment if praductior� rate aand quality requirements of the Contract are not met. C. Placing 1. Spread and shape flexibla basa into a unifarm layer by approved means the same day as delivered unless otherwise approved. 2. P[ace materiai such that it is mixed to minimize segregation. 3. Canstruct layers to the thickness shown on tl�a Drawings, while maintaining the shape of the course. 4. Where subbase ar base course exceeds 6 inehes in thickness, canstruct in 2 or more courses of eqttal thickne5s. 5, Minimum lift depth: 3 inches 6. Control dust by sprinkling, 7, Correet or replace segregated areas as dire.cted. 8, Flace successive base courses and iinish courses using the same construction methods required for the first course. D. Compaction � . General a. Co.mpact using density control unless othe�vise shown an the Drawings. b. Multiple iifts are permitted when shown on the Drawings or approved. c. Bring each layer to the moisture cont�nt directed. When necessary, sprtnkle the material to the extent necessary ta provi�ie nat less than the required der�sity. d. Compact the full depth oi the subbase or base to the e�ent necessary to remain %rm and stable under constructian equipment. 2. Rolling CTTY OF FQRT WORTH 2O22 HMAC Suriace Overlay Contraet �I'A1�SDARD CONSTiiUCTIQN SPECIFICAT101� DOCUMEItiTS Gity Project No. 103455 Rev�sed Decemher 20, 2012 321123-6 FLEXIBLE BAS� COURSES Fage 6 of 7 a. Begin rolling longitudinally at the sidea and proceed towards the centet•, overlapping an sticcessive t��ips by at Ieast 1/2 the width of the roller unit. b. On superelevated curves, begin rolling at the low side and pra�r�ss toward the high side. c. Offset alternate trips of the roller. d. Operate roIIers at a speed betw�en 2 and 6 rr�ph as directed. e. Rework, reco.mpact, and refinish material that fails to meet or that loses required moisture, density, stability, or finish 6efore the next course is placed or the project is accepted. f. Continue warl� unti] specification requirements are znet. g. Proof roll the compacted flexible base in accordance with the following: 1) Proof Rolling a) City Project Representative must be on-site during proof rolling operations. b) Use equipment that will apply suffieient load to identify soft spots that rut or pump. (1) Aeceptable equipment includes fully loaded single-axle water truck with a 1500 gallan capacity. c) Ma[ce ai least 2 passes with the proaf t'o11er (down and back - l pass). d) OfFset eaeh ia�ip by at rnost 1 tire width. e) If an unstable or non-uni#'orm area is faund, correct ihe area. 2) Correcl a) 5oft spoti,s thax rut or pumg greate�• than 3/4 inch, b} Areas that �re unstable or non-�tniform. �. Tolerances a. Maintain the shape of the cou�•se by bladatag. b. Complet�d sLu`face shall be smaoth and in confortnity with the typical sections shown ata the Drawings ta the established lines antl grades. c. For subgrade beneath paving sE�rfaces, correct any deviation in excess of 1/A inch in cross section in l�ngth greatei� than 16 feet measured lotzgitudinally by loosening, adding or removing material. Reshape and recompact by sprink[mg and rolling. d. Correct alt fractures, settlement or segregatian immediaiely by scarifying the areas affected, adding suitab[e material as required. Reshape and recompact by sprinkling and rolling. e. Should the subbase or base course, due to any reason, lose the requfred stability, density and finish before the surfacing is compleie, it shall be reeQrnpacted at the sole expense of the Contraetar. 4. Density Control a. Minimum Density: 45 percent compaction as determined by ASTM D698. h. Moisture content: rr�inus 2 to plus 4 of optimuin. �. Fir�ishing l. After completing compaction, cIip, skin, ar tight-blade the surface with a main�ainer or su6grade trimmer to a depth of approximately lI4 inch. 2. R�mova loosened materia] and dispose of it at an approved location. 3. Seai the clipped surface immediately by rolling with an appropriate size pneumatic tire roller until a sir�ooth surface is attained. �l. Add small incremenis of water as needed during rolling. C1TY dF FORT WC)RTII 2D22 HMAC SurFaae Overlay Contract 5`('ANpARb CQNSTRUGTION SP�CIFICATION DOCUMENTS City Praject Nn. 1D3455 Revised December 2�, 2012 321123-7 FL�XIBLE SASE COUR5E5 Pa�e 7 oi7 �. 5hape and maintain the course ancl surface in conformity with the typical sections, lines, and grades as shown on the D�•awings ar as directed. 6. In areas where surfacing is to be placed, correct grade deviatians greater than �/4 inch in l b feet measured �angitudinally or greatei� than l 14 inch o�er the entire width of the cross-section. 7. Coj•rect by faosening, adding, or rertaor�xng material. 8. Reshape and recompact in accordance with 3.4.C. 3.5 REPAIRIRESTORATXON �NOT USED] 3.6 RE-1NSTALLATION [NOT USEDj 3.'� Q OALITY CONTROL A. DensiTy Test 1. City to ineasure density of flexible base caurse. a. Notify City Project Representative when flexible base ready for density testing. b. Spacing direcfed by City (1 per lalack minimum}, c. City Praject Representative determines location of dansity testing. 3.8 SYST�M STARTUP [NOT USEDj 3.9 ADJUSTING [NOT USED] 3.10 CLEANING jNOT USED] 3.1I CLOSEOUT ACTIVITIES [NOT USED] 3.I2 PROTECTION [NOT USED] 3.13 MAXNTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION lZevision Lo.g DA7'� NAivIE SUMMARY aF CIIANG� CITY QF FQRT WDRTH 2O22 HMAC Sm�face averlay Cantract S`I'ANDART] CONSTRUCT[ON 3P�CTFICATION DOCUMEIVTS City Project Na. 103455 Revised Decemhar 2fl, 2U 12 32 1320-1 CONCRETESID�WALKS, DRJVBWAYS AND SARR[ERHREr EtAMPS Paga 1 of b 2 3 � 5 6 7 8 SECTION 3213 �0 CONCRETE SIDEWALKS, DRIVEWAYS AND BARAI�R �'REE RAMPS PART 1- GENERAL 1,1 SU1I�NIARY A. Section IncIudes: � . Concret� sidewalks 2. Driveways 3, Barriec• fx•ea ramp.s 9 B. Deviaticans from this City of Pnrt Worth Standard Spe�ification �Q 1. F�R THIS PROJECT, MANUFACTLTRER OF DETECTABLE WARNING DOME-TILE FOR BARRIER FREE RAMP HAS BEEN REVISED AS ADA l I SOLUTIONS INC. ORAPPROVED EQUAL BY TH� CTTY. 12 13 14 15 Tb 17 18 19 2a 2I 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 ai 42 C. Related Specificatian 5ections include, but are not necessariIy limited to: 1. Diviston p� Bidding Requu-ements, Contract Forms, and Conditions of the Contract 2. Diuision 1- Genera[ Requiremenfs 3. Section Q2 41 13 - 5elective Site DemQIition 4. Seetion 3213 T 3- Concrete Paving 5. Sectian 32 13 73 - Concrete Paving Joizaf Sealants I.�, PRICE AND PA.YIYIIIVT PROCEDURT� A. Meas�u•ement and Payment 1. Concrete Sidewali� a. Measureme�f 1) Measure�nent for this Item shall be by the squaa•e foot nf completed and accepted Concrete Sidewallc in its �nal position for various: a) Thicknesses b) Types b. Paym�nt 1} The work perfarmed and materiaLs furnisheci in accordance with this Item and measLired as pro�ided under "NIeasurement" will be paid for at the unit price bid per square foot af Concrete Sidewalk. e. The price hid shall incIude: ]) Excavating and preparing the subgrade 2) Furnis.hing and placing all materials 2. Concrete Curb at Baek of Scdewalk (6 to 12 inch. ma�c} a. Measurement I) Measurement for this Item shall be by the linear foot of completed and accepted Concrete Curb at the &�ck of Sid�walk within the 6 to 12 inch eurb height at bac3c af walk in its iinal pos ition. b. Payment 1) The wark performed and materials furnished in aeeordance wiih this Item and measured as provided Under "Measurement" will be paid for at the unit price bid per linear faot of Cancrete CUrb at the Back af Sidewalk. c. The price bid shall include: 1} Excavating and pr�paring the subgrade CTTY QF FQItT WdRTH 2O22 HMAC Su��facc Overlay Contract STANDARD CQ1�8'CftUCTION SPECIFICATTON OOCUMENTS CityProjectNo. 103455 CLeuised Apri] 29, 2021 32 132D -2 CQNCltETESII7EWALKS, DRIVEWAYS AND BAliRIERFR�ERANIPS Page 2 of 6 I 2 3 2) Furnishir�g and placing all materials, including concret� and reinforcing steel 3) �xcavation in back of "retaining" curb 4) �'urnishing, placing, and compacting backfill S 3. Concrete Driveway 6 a. Measurement 7 1} Measurament for this Ttem shall be by the square foat of campleted a�1d 8 accepted Concrete Driveway in its final position for various: g a) Thicknesses lo b) Types 11 2) Dimensinns wiIi be kaken iram the back of the projected curb, u�cluding fhe 12 area of the curb radii and will extend to the limits specified in the Drawings. 13 3) Sidewallc portion of dri�e will be included in dri�eway measurement. 14 4) Curb on drive will he included in the dri�away measurement. 15 b. Payinent 16 1) The worlc performed ar�d materials furnished in accordance with this Item 17 and m�easured as pro�id�d under "Measurement" w ill be paid ior at the unit ig �arice bid per square foat of Concrete Driveway. lg c. The price bid s.�all incjude: 20 I} Excavating and preparing the subgrade 21 2) �`urnishing and placing all materials 22 23 Za 25 26 27 28 29 30 31 32 33 34 35 36 37 38 4. Barrier Free Ramps a. Measurement 1} Measurement for this Ite�n sha11 be per SF of Barrier Free Ramp completed and accepted for variaus: a) Types b. Payment 1) The work perfaz�med and mat�ria�s furriished in accordazace wrth this Item and measured as providad undei• "Measurement" will l�e p.aid for at the u�it price bid per SF "Barriex Free Ramp" instalked. c. The price bid shail include: i) Exca�ating and preparing the subg�•ade 2) Furnishing and placing all mate�als 3) Curb Ramp 4} Landing and detectable w arning surface as shown on the Draw ings 5) Adjacent flares or side curb b} Concrete gutter width aIang ramp opening 7) Doweling. into adjacent concxete pavemeni, if applicabie 39 1.3 REP�RINCES 40 A. Abbreviations and Acronyms 41 42 43 1.. TAS — Texas Accessibility S.tandards 2. TDLR— Texas Department of Licensing and Regulation B. Reference Standards 44 1. Reference standards cited in this Speciffcation refer to the current reference 45 siandard published at the time of the latest revision daie logged at the end of this 46 Speci�'ication, unless adateis specifically cited. 47 2. American Sociaty for Testing and Materials (ASTM) CITY oF FORT WORTH 2Q22 HMAC Sw-faee O�erlay Contract STANDARD CONSTI2UCTIDN SPECIF[CAT'[ON DOCiIMENTS City Projeot No. 103455 Revised April 29, 2021 32 l3 20 -3 CONCIiE'PE SiDEWALKS, DRIVEW.�IYS AND I3ARRTER FR$E RAMPS Page 3 of 6 1 a. D545, Test Metk�ods far Prefort�ed Expar�sion Jaint F[llers for Concrete 2 Canstruction (Non-extrvdizag and Resilient Types) 3 b. D698, Test Me�ods far �,abc�ratory Compaction Characte�•istics a� Soil Using � Standard �ffort {T2,4a0 ft-lbf/it3) S 1.4 ADMII�IISTRATIVE REQUIREII�IINTS [NOT USEU� 6 1.S SUBMITTALS [NOTUSED] 7 1.6 ACTION �USNIITTAL�IINFORMATIONAI. SLJBNIITTALS S A. Mix Desig�x: subt��t for appraval. Sectian 32 I3 13. 9 B. Product Bata: submit pra�uct data and sample fbr pre-cast d�tectable warning far I O barrier free ramp. 1] I.'� CLOSEOiJT SUBMITTALS [NOT USID] 12 1.8 MAZN'TINANCE MATII2IAL SUBNIITTALS [NOT U�ID] 13 1.9 QiTAL�TY ASSi]RANCE [NOT iJSID] 14 1..10 DII,IVII2Y, STQRA,GE, AND HANDLING [NOT IISID] 15 l.11 I+�ELD CONDITIONS 1G A. Weather Conditions: Placemen# of conc�'et� shaIl be as specif'ied ir� Seetion 32 13 13. I7 1.12 'WARRANTY [NOT iTSI+'D] I8 PART 2 - PRODUCTS 19 2.1 QWNER�FURIVISHID PRODIICTS [NOT USID] 20 2.2, EQiTI�M�NT A1�ID MATI3ZIALS 21 1�. Forms: woad or meial straight, iree from w�arp and of a depth equal to ihe thickness of 22 the finis h�d w ork. 23 B. Concrete: see 5ectian 32 13 13. 24 1. Unfess otherwise shown on the Drawings or detailed specifications, the st�ndard 25 class for concrete sidewallcs, driveways and ba�-rier free ramps is shown in the 26 follawing table: 27 5tandard Classes o�Pavement Concrete Class af Minimum 2.8 Day Min. Maximum Course Concrete' Cementitious, Compressive Water/ Aggregate Lb./CY Strengthz Cernentitious Maximum ps i Ratio S iz�, inch A 470 30�0 0.58 �-1/� 28 C. Reinforcement: see Section 32 13 13. 29 1. Sidewalk, dri�eway and barrier fi�ee ramp reinfarcitig steel shall be #3 deformed 3Q bars at 18 inches on-center-both-ways at the center plane af all slabs, unl�ss 31 otE�erwise shown onthe Drawings or detailed specifieations, 32 D. Joint FiIler 33 1. Woad FilIer; s�e Section 32 13 13. CITY OF FORT W aRTI�I 2023 HMAC Surface Over2ay Contract STANDARIi CdNSTRUCI'ION SPECIFICATIQN DOCUMENTS City Project FVa. I03455 Ravised April 29, 2021 33 13 2Q - 4 CONCR�TESIDEWALKS, DRIV�WAYS AND BARRICI� FREERANEPS Page 4 of 6 1 2. Pre-Molded Asphalt Board Filler 2 a. Use anly in areas where not practical for woocl boards. 3 b. Pre-malded aspha�t board filler: ASTM D545. 4 c. Tnstall the required size and unifoim thickness atad as specif'ied in Drawings. S d. Include 2 liners af OA 16 asphalt impregnated kraf't paper filled with a mastic 6 m�ture af asphalt and vegetable fiber andlor mineral filler. 7 E. Expansion Joint Sealant: see Secfion 3213 73 where shown on the Drawings. 8 2.3 ACCESSORIES [NOT USID] 9 �.4 SOURCE QUALITY CONTROL [NOT USID] 10 PART 3 - EXECIITION i I 3. l. IN�TALLL[i� jNOT LTSID] 12 3.2 EXAM[NATION [NOT i18II)] 13 3.3 PREPARATION I4 A. Surface Preparation iS 1. Excavation: Exca�ation required far the construction of sidewalks, drivev�ays and 16 barri�r free ramps shall be to the lines and grades as shown on the Drawings or as 17 establisl�ed by tY�e City. 1S 2. Fine Grading 19 a. The Contractor shall do all necessary filling, leveling and fine grad�g required 20 to bring tl�e subgrade tQ the exact grades s.pecified ax►d compacted to at least 90 21 percent of maximum c3ensiiy as determined by ASTM D698. 22 b. Moisiure content sha11 be within rr►inus 2 to plus 4 of optimum. 23 c. Any over-excavatian sl�afl be repaired to the satisfaction ofthe City. 24 B. Demolition / Rem�val 25 I. Sidewalk, Driv�way azid/ ar Barrier Free Ramp R�rnoval: see 5ection 02 41 13. 2b 3.4 INSTALLATION 27 28 29 30 31 32 33 34 35 36 37 38 34 40 41 A. Gen�raI I. Concrete sidewalks shaIl ha�e a minimum thickne�s of 4 inches. 2. Sidewalks constructed in drivew�y apprpach sections shall have a minimum thickness equal to tbat of driveway approach. ar as called far by Drawings and specifications within the limits of the driveway approach. 3. Driveways shall have a minimurn tk�ickness of 6 mches. Standard crass-slopes for walks shail be 2 perceni �nax in accordance with current TAS/TDLR guidelines. The construction of the driveway appraach shail include the variable height radius curb in accordance with the Drawings. 4. All pedestrian facilities shall comply with provisions af TA5 incIuding lacation, slope, width, shapes, texture and coloring. Pedestrian Facilities installed by the Contractor and not meeting TAS znust be removed and replaeed to meet TAS (na separate pay). B. �'nrms: �orms shall be securely staiced to line and grade and maintained in a true positinn during the depositing of concrete. CITY OF �'aRT WORTI-i STANDARD CONSTRUCTION SPECIFICAT�ON bOC1UMENTS l2evised �pril 29, 2Q21 2fl22 HIVIAC SurFace Overlay Cantract Ciry Project.ATu. 103455 32 ]32Q-5 CONCRETE SIDEWALKS, 13TZIV�WAYS AND BARRIER PnB� RAivIPS Page 5 oC6 C. Reinforcement: see S�ctian 3213 13. 2 3 4 5 6 7 8 9 l0 11 i2 I3 14 15 16 17 18 19 20 2I 22 23 24 25 2G 27 28 z� 30 31 32 33 34 D. Concrete Placement: see Section 32 J 3 13. E. Finisl�ing 1. Concrete sidewalks, driveways and barrier free ramps shall be finished to a true, even surface. 2. TroweE and then brush transversely to obfiain a smoath unifarm brush finish. 3. Prnvide exposed aggregate finish if speci�ed. 4. Etige jaints and sides sl�al] with suitable tools. F. Joints 1. Expansion jqints for sidewalks, driveways and bariiet• free ratnps shall be formed �asing redwood. 2. E�pans fon joints shall be placed at 40 foot intervals for 4 foot wid� sidewalk and 50 foot itltervals far 5�oot wide and greater sidewalk. 3. Expansion joints shall also 6e placed at all intersections, sidewal[cs with concrete driveways, curbs, formations, ather sidewalks and other adjacent old concrete war[c. Similar inaterial shaII be pla�ed araund all obstr��ctions protruding into ar throLigh sidewallcs 4r driveways, 4. AIl expansion joints shaIl be 1/2 inch in thickness. 5. �dges of alI construction and expansion joints anci o�ter edges of alf sidewalks shall be %nished to approximately a 1/2 inch radius with a suitahle fnishing tool. 6. Sidewalks shall be marked at intervals �qual to the width of the walk with a marking tool. 7. When sid�wallc is against the curb, expansianjoints shall match those in fihe curb. G. Barrier Free Ramp 1. Furnish and itasiall brick red color pre-cast detectable warning Dome-'�il�, manufactured by StrongGo Industries or approved equal by tl�,e City. 2. Detectable waxning surface shall be a minimutn of 24-inch in depth in the direction of pedestrian travel, and extend to a miniznum of 48-inch along the c urb rarnp ar landing where the pedestrian access rout� ent�rs the street. 3. Locate detectable �varning surt'ace so that the edge nearest t�e curb ]ine is a minimum of b-incl� an.d m�imum oi S-inch from the extension of the face of the curb. 4. Detectable w arning Dome-Tile surface zxzay ba curved aIong the corner radius. 5. Insta[1 detectable warning surface according to manufactiu�er's instn.ictioi�s. CITY OF FORT WORTH STANDARD CONSTftL1CTIdN SPECIFICATION DOCiTMENTS Revised April 29, 262I 2022 HMAC Surface pverlay CantrAct Giry Project No, 103455 32 ]320-5 CpNCRE I'� S1DEW ALKS, DRIVEWAYS AND BAItRIEEt FR�E RAMPS Page 6 of 6 i 2 3 4 5 6 7 8 9 10 �� 12 3.� REPAIR/RFSTORATiON [N4T USID] 3..6 R��NSTALLATI�N [NOT USID] 3.7 FIELD QUALTTY CONTROL [NOT USID] 3.8 SYSTFM STARTUP [NOT USIDj 3.9 ADJUSTING jNOT USED] 3.10 CL,EANiNG [NOT iTSID] 3.I1 CLOSEOUT ACTIVITIFS [NOT i7SID] 3.1� PROT�C`I�ON �NOT USED] 3.13 MAINTENANCE jNOT LT�EQ] 314 ATTACHII'IEN'IS [NOT USID] nvn o� �ECTTON C1TY QF FORT WORTH STANI�ARD CONSTRUCTION SPEC� TCATION DOCUMENTS Re �ised April 29, 2�21 Z022 HMAC 5urf'ace Ovarlay Contract City Yraject No, 1a3455 3471 l3-I TRAFFIC CONTRQL Pa�e 1 of fi 2 3 PART1- G+ { L 4 1.1 SUNIl!'IARY 5 6 7 8 9 SECTION 34 '71 13 TRAFFIC CONTROL A. Section Tncludes: 1. InstaIIation ofTraffic CantrolDevices andpreparatinn ofTraftic ControlPlans B. Deviations fi•orn this City of Fort Worth Standard Specifcation 1. FOR THTS PRQTECT, TRAFFIC CONTROL SECTIDN 34 7I 13 SHALL BE CONSTDERED SUBSIDIARY WORK; N4 SEPA.RATE PAY, IQ 2. TRAFFIC CONTROL IMl'LEMENTATION, IN5TALLATION, MAiNTENANCE, ADNSTMENTS, REPLACEMENTS AND REMOV.AL OF 11 '1`R.AFFIC CONTROL DEVICES SHALL BE CONSIDERCD SLIBSIDIARY l2 WORK, NO SEPARATE PAY. 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 3'7 3& 39 4Q 41 42 3. PREPARATION OF 'I�RAFFIC CONTR4I� PLAN DETAILS, ADHER�INCE TO CTTY AND TEXAS MANUAL ON UNIFORIV� TRAF`FIC CONTROL DEVICE,S (TMUTCD), OBTAINING �IGNATURE AND S�AL OF A LICENSED 'T"EXAS PROFESSIONAL ENGINEER SHAI,L BE CONSIDERED SUBSIDIARY WORK, NO SEPARATE PAY. C. Relateci 5pecification Sections include, but ara not necessarily I�mited to: 1. Division 0— Bidding Raquirements, Contract Farms and Conditions of the Contract 2. Division 1— General Requirements 1.2 PRICE AND PAYN�',N"I' PROCIDLIRT'� A. Measurement and Payment l. Installation of Traffic Control Devices: SUBSIDIARY, NO SEPERATE PAY 2. Portable Message Signs a. Measurement 1} Measurement for this Item shall be p�r w eek %r the duration of use, b. Payment 1} The work perfoz�med and materials f�arnished in accordance ta this Item and measure�i as provided under "Measw•ement" s11all be paid for at the unit price bid per week fnr "Portable Message 5ign" rental. c. The price bid shall include: ]) DeGvery of Portable Message 5ign to Site 2) Messa�e updating 3) Sign movement throughout canstrt�ctian 4) Return oithe Portable Message Sign post-construction C[TY OF FORT WORTII 2022IIMAC SurFace Overlay Cpntract STANDARD CONS'I'RUC1'ION SPECIf�ICATIQNDqCiJM.ENTS CilyProjactNo. 103455 Revised March 22, 2021 34 71 13 -2 'TRAFFIC CONTROL Pa�e 2 of 6 2 3 4 9 1Q il L2 13 14 3. Preparation ofTrafFic Cantrol Pian Details: S�ISSIDTARY, NO SEPARATEPAY � a,. � « •» � c. . � ��) 15 1.3 R.< t. F+TIC ES I6 A. Reference Standards 17 18 19 20 21 22 23 1. Reference standards cited in this Specification refEr to the current reference standard published at the time of the iatest rev�s ion daie ingged at the end of this Specifcatio.n, unless a date is specirfica]Iy cited. 2. Texas Manual on Liniform Traffic Control Devices (TMT.JTCD}. 3. Item 502, Barricades, Sigr�s, and Traffic Handling of the Te�as Department of Transpartatian, 5tandard Speci�ieatians for Canstruction and Maintenance of �Tighways, Straets, and Bridges. 24 1.4 ADMCNISTRA'IIVE REQUIItEN�'NTS 25 26 27 28 29 30 31 32 A. General 1. Cfln�ractor shall minimize lane clasures and impact to vehicUlarlpedestrian traf�c. & Coordination 1. Contact Traffic Services Division (817-392-7738) aminimum of 48 hours prior to implementing Traffic Control within 500 feat of a traf�c signal. C. 8equencing l. Atay deviations to the Traf�c GontralPlan inciuded in the Drawings must be first appro�ed by the City and design Engineer before implem.entation. 33 1.� SUBMITTALS 34 A. 1'rovide the City with a current list of qualified flaggers before beginning flagging 3:5 activities. Use anly flag�ers on the qualif'ied list. 36 B. Obtain a Street LTse 1'�rmit from the TPW De�artrnent's Transportation Division. The 37 Traf�c Control Plan (TCP) for the Project shallbe as detailed o.n til� Traffic Control 38 Plan Detail sheets of the Dravv ing set. A c opy of this Traffic Contr�I Plan shall be 39 submitted withthe Street Use Permit. 40 C. Traf�c ControlPlans shall be signed and seaIed by a Gcensed Texas Pro%ssional 41 �ngit�eer. Ci7'Y pF FQR`f W ORTI-1 2022HMAC San�face Overlay Contract 5TANDARD CONSTRUCTCON SPCCIC"ICATION DOCUM�NTS City Proje�EPfo_ 1d34S5 Revised March 22, 2021 34 7l 13 - 3 TRAPFIC CONTROL Page 3 of 6 1 2 3 4 5 6 7 8 9 10 D. Cnntractor shaL3 prepare Traffic Control Plans if required by the Drawings or Specifications. The Contractor u+ill be responsible for having aIieensed Texas Professional Engineer sign and sea! the Traffic Control Plan sheets.Atraff'ic control "Typical" puhlished by City of Fort Worth, the Texas Manual Unif'red Traffic Control Devices {TMUTCD) oz• Texas Department of Transportation (TxDO"1� cac� be used as an alternati�e to preparing praject/site specifie traffic contral plan ifi the typical is applicable tc� the specific project/site. E. Lane clasures 2�l hours or long�r shaIl require a site-specific traf�c control plan. F. Contractor raspansible for having a licensed Texas 1'rafessional Engineer sign and seal changes to the Traffic Control Plan(s) deve�oped by the Design Engineer. 1 I 1.6 ACTION SUSMITTAL�/INFORMATIONAL SUBMITTALS [NOT IISID] 12 l.q CLOSFAUT SUBNIITTALS [NOT USID] 13 ].$ MAYN'1'ENANCE MA'TERI�.I, SUSNIITTALS [NOT USED] 14 1.9 Q-CTALITY ASSURANCE [NOT USED] 15 1,10 DELIVF'.��.Y, STORAGE, A� I�ANDL�NG [NOT USIDI L I7 L11 FIELD [S�T� CONDITTONS [NOT USED] 1.13� WARRANTY [N�T U�ID] 18 PA.RT 2 - PRODUC'TS 19 20 21 22 23 24 25 2b 27 28 29 3� �.1 OWIVER FURIVISI3ED [o�] �W1VER-SLIPPLIED PRODUCTS jNOT USID] 2.2 ASSIIVlBLIES AND MAT�ItIAL,S A. Descripiion 1. Regulatory Requireznents a. Provide Tra.f'ftc Conta-ol Devices that conform to defai.ls shown on the Drawings, the TM[JTCD, and TxDOT's Campliant Wark Zone Traffic Control De�ice L'ast (CWZTCDL). 2. Materials a, Traffic Control Devices must meet all reflectivity 1•equirements included in the TMiTTCD and TxDOT Specifications -- Item 502 at all times during c onstruction. b. E�ectranic message boards shall be provided in accordance �v�th the TM[JT'CD. CITY OP PORT W pRTH 2O22I IMAC Surface Overlay Conhact 5TAN17ACt1] CONSTRUCTION SPECI�ICATION DOCIIMEI�TS Cit}� f'rojectNo. 103455 l2evised March 22, 2021 3.4 71 l3 - A TI2AFPIC CQIVT80L Page 4 of 6 1 �.3 ACCESSORTFS [NOT USID] 2 2.�# SOURCE QUALITY CONTROL [NOT iTSID] 3 PART3� EXECUTION 4 3.1 EXANIINA'TION [NOT L]�ED] 5 3.�. PRE�ARATION 6 A. Protectian of In-Piace Conditions 7 1. Protect existing traffic signal equipment. 8 3.3 INSTALLAT[ON 9 ]0 I1 A. �ollow the Traffic Control Plan {TCP) and insfiall Traific Control Devices as shown on the Drawings and as directed. B. Install Traffic Control Devices straight and pI�amb. I2 C. Do not make changes to the loeation of any deviee or irzzplement any other chan.ges to 13 the Traffic Control Plan without th� appj•aval of the Engineer. 14 1. Minor adjustments to meet %eld constructability and visibility are allowed. 15 D. 1VIaintairr. Traf�c Control De�ices by taking correc�ive actian as saon as passible. 16 1. Corrective action ineludes but is not Wnited ta eleaning,. replacing, straightening, 17 covering, or remaving Devices. �S 2. Maintain the Devices such that they are praperly positioned, spaced, as�d legible, 19 and that retroreflective characteristics meet requirements during darkness and rain. Zq E. If the Inspector discovers that the ConlracCor has faileci to eomp�y with applicable federal 21 and state laws (by failing tn furnish the neeessary flagmen, warning devices, barricades, 2.2 lights, signs, ar other precautionary measures for the protection of persons or property), the 23 Inspector may order s uch additional precautionary measures be taken to protect persons 2�i and property. 25 F. �ubject to t�e approval of the Tnspector, partions of this Project, which are not affec1�d hy 26 ar in conflict with ti�e proposed methnd of handling traffic or utility adjustmerrts, can be 27 constructed during any phase. ZS G. Barricades and signs shall be plac ed in s uck� a manner as f.o not interfere with the sight 29 di�tance of drivers entering the highway frozn dri�eways or side streets. 30 H. To facilitaie shifting, barricades and signs used in Iane ciosures or traffic staging may 31 be erected and maunted on portable supparts. 32 1. The support d�sign is subject to the approval of the Engineer. 33 34 35 36 I. Lane c]osures shall be in accordanee with the a�aproved Traffic Cornrol Plans. J. Ii at any time the existing traff'ic s ignals became inoperabl� as a result of constniciron operaiians, the Contractor shall provide portable stop signs with 2 orange flags, as approved by the Engineer, to be used for Tra$`ic Control. CITY OF FORT WORTH STANDARD COl�F5T12lJCTION SPB�IFICATjON DOCLIMF:N'I's Revisecl March 22, 2p21 2022 HI�fAC SurfaceOvcrlay Cantract City Pra}ectNo. 103455 34 7l 13 -5 TRAFFIC CONTROL ['age 5 oi6 1 2 3 4 5 6 7 8 4 10 11 12 13 14 1S 1b 17 I$ I9 2d 2l 22 23 24 K_ Contractor shall make ari�angements for polic� assistance ta �irect#raffc if tz�affc signal turn-ons, street light pole uistallatian, or other construction will be done during peak tra$ic tim es (AM: 7 am -- 9 am, FM: �l prn - 6 prn). L. Flagge��s 1. Prn�id� a Cantractor represenlative wha has been certified as a flagging instructor through courses offered by tlae Texas Engineering Extensinn Serv[ce, the American Traffic Safety Ser�ices Association, theNational Safety Council, nr other approved organizations. a. Frovide the certificate indicating cnurse completion when requ�sted. b. This representative is r�sponsible far training and assuring that all flaggers are qualified to pea�for�n f]agging duties. 2, A qualified flagger must be independentEy cert�ed by 1 of the organizations iisted above or trained by t1�te Contractor's certi�ied flagging instructor. 3. Flaggers must be courteous arid able to effectively communicate with the pu6lic. 4. When directing trat�fc, flaggers mustuse standard attire, flags, signs, and signals and fo2low the flagging procedures set forth in the TMU"I'CD. 5. Provide and maintain flaggers at such points and for such periods of time as may be required to provide far the safety and convenience af public traval and Contractor's personnel, and as shown on the Drawings or as directed by the I:n�ineer. a. These flaggers shalI be ]ocated at each end ofthe lane closure. Ivi. Removal 1. Upfln completion of Wark, remove irom the 5ite all barricadas, signs, cones, lights and other Traffic Control Devices used for work-zane tt�f�c handling as soon as practica[ in atimely manner, unless otherwise shown ontk�e Drawings. 25 3.4 REPAIR / RESTORATIQN [NOT USID] 26 3.� 1t�INSTALLAT[ON [NOT IISID] 27 3.6 FIELD �o�z] SITE QIIALITY CON'1'ROL [NOT IISID] 28 3."! SYSTI{:M STARTUP [NC)T USID] 29 3.8 ADJUSTING [NOT USED] 3a 3.9 CLEAN�NG [NOT i7SED] 31 3.14 CLOSE�UT ACTiVTTiFS [NOT USEU] 32 33 3.11 PROTP,CT�4N [NOT ilSID] 3.1� MAINTENANCE [NOT USID] 34 3.13 ATTACHIVVI�NT� [NOT USID] 3:5 IIVD OF �ECTION 36 37 C1TY OF FORT W ORTH 2O22I3MAC Siu�face Overlay Conhact STAN�ARD CONSTRUCTTON SP�CIFICATlQ14 DOCUM�NTS CityFrajecCNu. ]03455 Revised March 22, 2021 34 71 13 - 6 TRAFFIC CONT FtOL Page 6 of 6 Revision Log DATE NAME SUMMARYOF CEIANGE 11/22/] 3 S. Arnold Added police assistance, requirement For w1�en a site specific TCP is required 1.4 A. Added language tp emphasize minimizing oF Eane closures and impact to traffic. 3/22/2021 ���� I.S Glarified submittal requirements 3,3 M. Clari�ed remqva] requirements CITY OP FORT WORTH 2O2ZHMACSurfaceOverlayCnnbact 3TANDFIRD CONSTRUCTIOTi SPEGIFICATION DDCUMENTS CityProjectNo. 103h5S Ravised March 22, 2021 G�-6.06.]D Mi.nority and Women Owned �usiness �Ente�prise Compliance 7C]FIZS PA�E I_,E�'7[' Il�T'T�l�'�C�1�TAI1�Y B]LAl� 2022 HMAC Surface Overlay Cantx•act City Project No. 103455 ¢ �' Y W � "' Ell � m 2 � U F Q � � � 1J.. � � � � � � v � C � �; ro G! � � � � � f� � � � � �: � �N � � F'""' � � � � a� � c�o �. C (Q � C � � QA � � u�i Q ❑ � �. c*� ,� 0 � m m � y, � � m .t � Ls�.. �Uf p jtJ � � ,� � u� � m Q�i , Y •`� C � � � 5 � n �, a � LTl Q� D ❑ O N � � � m � d � � � N � a '� nc a1 O U � ,� � •� � � � � � � � � W 'y � �� � �� '� � � � � � m � � z � v � � ❑ � � p M U'Q � O � O W � � CL� � a m � G � r�'n � � � � � � � � ❑ ❑ ,� � � � � _ � � � a �� � � � � � � � � m F" � N � �, m � � a � � � � n �X � � � � � �' � 1�--� F-- U p�q � � � V ❑ � '�' Q .` � � � � ry[� � � � L.� � Cj � � � � � CV z � �� g � � Q � N � � � LL[ � � O x � � � � � � � � � � � Q�� � � � � � '6 e�S U �t" [70 � � � � �`" w � ,L � •� CT � CV a � � � ua � � � .�i Ul ❑ G 61 -� N O {� � m � � � c li� .� c 'c u7 � a� lj,j m �� t�f C m ?, °� a � � '�, ° � � ,� L� � � � �y p Q I/l O 4� 9" �. kd � ay � "i G3a U U � �0 � �' � � � �, � '� �F � � ;�' ,� � � �a � � v � � � � � � tl, f� q� d- e'- U u. U u1 � � d �7 �. C � � O � �� O � `� a '� c�. � _� N� �� 'c o N� O � ��A � `w� � �� �� � C C , tl> N � �� � U � � U � � c � $ 'o � �� � oU � � Q a NU �¢ � a's U N � � :� � � a � �`n ui 7 0 a �� � U I '�i a � N I °' � , ti1 ' � o .� � � � �� �� ttl .� w � � m = Y3 � � � �� � .n �� � �' N .� �. � E � 8� � .� � u -� w � a�.. � � �' � .� 9 � U C � -B � c� � n f� C N O � � o �' � �' � N � � �� C C � m � R. d al 3 "' � `� � � � �, �; n �tl m .cu � � � �. � N �b � � c � o ,i � ,� � °' o �� �� 0 C d W N � � � N �-- = .Q n m � m � p � � � c 0 N � `� �� -o vs �, F- ,�y `°a r. � � i� O � o U��] N :� � � y � E� � N .�' N � �. ca � c �' w a N 'N � � � C m � � � � � �p • �U 7� .Y q �-+ � � O fly C �� �o a�i L° � p � E r m o e m .� @ :� �� �� � '� � t m � o � � . �� � .�� � �� 0 � � 'o �� �' �. :�d� o p � C..i li1 � U ��a -ow c�a � ~ � m :� � v, O ❑ � p � N � '� .� � ,�a, � � ° � -� ��' a� N � '���-�� � � � � L O I-' m� c �p� � W Ci v t° �' � �o � o� �� � °',�o.�� �f] t� �� � � �'"' � U (} � � Z m � T ,� .q � � n � � •� � � C _ �U � N u`� � G C . � .a m G !n a� � � �L A ,� �� ro c (�j �� �� �� � o p � U .� � a 0 a U � � � C � '� a 0 � ; "rj N 0 � � .G] fi. ] 7 RS � � •O a� � � � 4�a� .� � ma �� �o � � �� o � � U � � dl � �� 0 �� LO � N � � o 'c``'� � � � � � n :�' �' � � �� �'�7 +-�' � C � C U1 ¢ N N "'� � C � (1'i O a � �� o.�-� � �� � . N � � � � � � 5' tj 4-- ��'� "' � � m +-' o � ,o � �L�� a��s��� 16 d � N � ;� ? � N �] tl1 4' d o ui � ,_, � � a Q � m �� �l m � �� � p C .p ,V�7 � -� � � u � � C �q d � � � � E G= Q � � �, � u � •� � w LT � u � v� �'� C � � y ��� �� m 4. � � W.D � � �� � a '� o cn � � .�' �1 ���� � '�j � � ���n 00 �D °'� � o .i � a z � E v� ..,; '���w �€�� � �� Q � � m � � � � a��°��' �cE� � a � � � m � � .��:�� � � �� 7 a' K"' � �� o ����� � C �N � .� �+ m .� ��n- mW s ,���� � � � � � � '� '�- a c� 'm w � �� a� oN �� �� (6 � N o � q�j � � r rn Rd � d S y_, � � � .a n � � �'��� �,� �„c�7 � i1�� @ � Q � w � �r .� � �.L-. Ig � P N'� � G �Q�� O� Q � o N � � � o.� W � � �a �a � c�n � � � m � � o` ���s ii `» � a� ��a� � ...; � � � � U N � ElJ D N D � O. N � �,� � c� � �b'�� � S� o��� a� � � � � � � � � iri ��o� o `� 'c� a�i .�- � m �n ��m�° o � � m � '� C �1 SIS O Qj � � � � � °� �� .� � '"� � �O ���� � � U Q o U N ar� � 43 w� .F. � O � � �� ��o� � �. � '�- ����� � o � � � w�� m�m.� ����� 'a��� aa�g� u�i� �; m t. N OS w o���, VJ p} 47 O ��'-�� w � � > � � � as � @ t1�7 'O � � � � o� Q� g � .��� �� � � U uJ ac C� a1 � as ,o p Q���-� ��� � � o. �'0.� � � � a��� [] u�i c � c�i �� � � w� rn U� � d � � � � +r.d � � � � YI y � � .� ��y�q I.f� � � � � � � O � (11 � N � N � n�i c�a. m��g� �, U1 ���+� ���.� a��� C � �� � U� °� � � -�� N �Q � N [l5 J a � �� J N � -- Q ui � [0 ti u-� �p � O U �/] � C � C¢ � � �,� � $ +. � � � � Q � m � a •� N � O N N N � �. a` � ���� �. � �n � ��� a- b n m�� � ,� � '�V' ,.�i Q b � c � n o. d � �� y � � � � 4 � :�'O�� o Q. �a � O � w,E ��n �'i Na��� � a �p •N � 4 dS U � � Q � +� ����� " �O � �q� N IJ.7 � "� Qj m �,�'� .� ,� � fl� Q- tS (n O � 4% LLf 'a � �� � � m � � c � � � r�c��L� c pp � � � c � ' � E o b —m �.�a� N� L7. N p ��j o� �� �� � � '���� �° a � � � .N p � llJ .._. ' ' U � � � � rii o -� c � �� o ro m��� � � ��� � �.�. - � � ��- ��?�,'�w � ��� �'� �� � m�'�a�i� � o� � �fl�.�� � o�' m�° G q�y � 'Q N '"' C aY � tl_�f b7� � � n. a w N :� m � � `�� � a 8� � � O � N U � �� C� � N Z � N � o � � � .�,i- � 7 � � Q � � c� � � m Uy N � � � �i � a� ar � � C � U � �} ,C +� C 01 � � � � a�i a �� � �, o a� �rM,�0. V � �. � �� .� N � c � �N N� �� v �� cU c �� U � � � ro � U � � o U � m � a�� E � '� .� �, � 4 S7 q� ;� �. � � � n ��� u7 � � N � � � ,� Li1 � C37 �•�� � � a U �i r�n � � W � C � � "� C � cT! � � m Q � 0 1�' � � � C � � C ro c N z z � ❑ C � � � w z� ❑ � � U � �C ar � � 'C m � � � 4 � ❑ ❑ d1 m � L�L ��_ m ❑� c � � C � C � U (q � � � 'u� m � � L� � � .. U � m � U w- � z U p a�"i � �nnnn m � U � '� n � c L.,J �L � C �� [D C GY (11 � � Q � U � � � �.�i � U m u ❑ Cl �' � Q � � C� n 41 � � r�n�r° L � - � � � � �- u�.l b � ' Oa�. � ",?� . ._. ., u��s p� .��' �[� W � � �x5 U 7 � � ��'� . � w c� �U �,�-��. � � � tl3 � � � {� a � p '� � ,� � a a. c� -� : � +� � ` �� � W� � L, �a �� Q � d� O ac w� g� �a U �_.;� � .-�.. . � � � � . CY? M ' CV a � � � � N�� � � �'�~ ,� � � L7 � p �'� U Q � '::Q � � �� �� uC: r' �� �' n �.`+ ,� C.? ��... C�4 �tII .�� ; . i�. � :'� ��; n:� � �� C � ' � ��;C o �'���� o � � 'C::"i SL _� i� � '.� i� � r � ai � � � � � � y, � •7� m Q a tu � N�� 1'� � � � � U a z . �p U ,,,y � O x ��. �'•i�- � (li .� � I' = �+ C i7 � � .� � � L � . a.� ;�� ,� � � ��'= +;' p ° om��;� � x f � 'U a° � � �� :.� .x '� U. ..^�r3 i � � � � � O � � � � U � � .. f4 � � o N i.a m � t�., Li1 Q � Q 0� � Z � 0 � U -� ro �� O � � C� Id � U � � � � C C�S � � � � z � zd ❑ ❑ ❑ � E � � � a� ❑� � � � � �N N � � � � � a U � � ❑ � � U � U ❑ m � U �- -C � d' Q -. m � i z � o V �❑❑❑ � � d ' � `':'it �� . �:•t .� `e ,.� � ' � � � �� ��.0 � . i'�l ;>',:y � � ' `:' :C N'' '�G �-^ w. •'?G ' C) � � � E c►a Q � � ��y � �_ � � � L ';C ?;.� . iU .� '� r � � ��� � ��n.s� � �. � !� � �� m � � �` �� � o � �.,��U'-, o r � ' � ''as L -� t� [33,�.,�'.,?f "� � l'YJ �1"'::'Cj'. ��.Q � � �:;:r,°_c�., � '� �i.T'nr'::-�.�, i� ai � O � � � � � f/� �/1 a.a dl aj ,� 1,7 � t C �� ��.+ m a �w v � O � a N � a 7 N �� �. � � � � ¢ � ao � ayr •� �o � y � � M � Z � � � � �- •C � � � a � m a � � � � LL �v � � � � G ��} m � � � N U � . � o�oo � � _.. u � m � n . � � � � � � �N "� � � � 1 i� E� � M�' �i G�i � U a � � m � U � � � u � o �� �� -_ �� : - � �m� �. � ;:;.±.:��:`:: �i1 z ��~'`::��:?;: W a ..-I y �, � �� ,, u��, � � ; � iIi � a�:�::i;::� � (J a.:::�� E] -� 7 _::l:47 a cn ;; =; . R�.•� �,.:+;� � a� r`�n � � CJ �p a �7 ,��,::-C ��Q:;;�� m ;�::� CR'::;:;� y :: :_ � U C � � a] � � . � Qy 7 z x z¢ � � � m � � � ❑ � Q � � �u7 � � � c� •� � � o � o� � � � U � � � L :'�' : � � � -: � � �� :,. � �..::�: �I� a. �. � � . � . � . .I �_ - � . v��� �� , � U � � �C � in ro � •� O � � � n � zna !—t L.��l w m � ti � � � � ¢ �N C � m � � � � d � w ❑❑❑❑ � :. ,. U � � . � � � o � � �� ��� �a z � nn�� ��::�:: ro U � � �c � m � a � � N N � z x � ¢ � � � m m c � ,� � � E � d � _y � U {�l5 � � ¢ a c� ❑ ❑o❑ � � U � D] � � U 1-� � � � � � � R z � O � nnnr� � ' '� � �� ' � � . � � �";J � :'[�: �`� '��:.. �I � ���'�� _ ...;:: � � � ,,. :. i � __:, t;` ,,;, .i � fii;< 'a,:' _ _ � '� � . - . ::;� : �I �a: aQ ; A.:'�'''���' - - ` S?. . � CL �t O�.s; � ' - �:1 .� , � ' ' I f1� ' I`,'" � _ _ - .:� � . . � � , �5 � i � � � `� -°y i� '� : z u� ;-;�:.::;�':_: �::;, o � rn .;� z rn : � � <:;r,::::::::� .E �3 � +� . . C} � �- : �a:;;;::' :;. >::'i:: i cn O ° .� n o o: o� ::::::?;;'�.::::; : cy � a � �, u � ��: �y ,..>:::>::,•-:..,:5.:, ._ ,Q �,, i '� ?,�::r:�::::::c:::..:; � � 7+ � . � � � r : °;:::::::< _ ;:->: +�r r _ z +� H �: � � 8 U o�' ''':'�': ' ' � �� � �' `;`�::.(5y,,::_.,.�. ':�r,�� . fn LiJ :.:.:.�::_;,:.;.� � _ . - , _� ;. W ,J `:.''t6;';iN:i'['.'s'.N:.., �:,, ' � �� . ' . �l' _=� '' � Ri, =,� :`-�} .:;r;:'::I('�. i:�' . - . . . . _ � ='�N: �t'::t;;:;'�_:•�- � - _ � � :. � :�:';::: :;;:� � � ' . � i . ' . . .. . . ', p N �:.�.:.-�-�3.;^�',}.:: �; .� � . � ��'� � � ' �J �ci-� � �' ^ 3., ' �'' ' ' ' ' � d �' �:=,C^;�:::�:;::;....:.iA � . . . . . p � :::'�;;;Q. �;�� �i �1: s � . � � - %.. � �:.�'.�.,��/�:�::� L; y'�" {� � ' � - ' ' , Q '.:��i�;,1"!;:.�!1.;Q. --� � ^ I ' . �� ni .i�u ai �c Q� s^a 0 0 � � � g�, y . � N . � N � aNr y .. � � � �,� � � � c�� .� � � c� .� � � � .� � 4 � 'al!' � � O � � � � O m d aw � m a �..w v m¢ a.w ci �i � � U � 0 � Q � � � ����:�:,: �:- - . . . ...� . �' o z � � � � c�n u � L � .� � � � t � 4 c4 d n, ut t� � N N � � � 4 N o � P � �� �� 4 a � a � � � Ua � a � � � � � {� N � � y N � � .� � � � � � � �� � � d' �' 00 � � �i7 N Q N '¢ N � � � � m T '�' � � � � � � cn w � � � _ � � CL` o � U Q � � U � � � � o � '¢ �- � � a � � � a � � � � � O U � U� S� � � � .+ .J <.1 � Q � �►�+ � W VJ L'r a o �, n, � � �� W � � t�.�i u. E � �' � a lLl � W � • U � � LL., � � m � d 7 Q � U �1 � � d Q O � C C C a Q Q Q � ro � � O ❑ � � 0 � cU i4 ia }- � � H � u- Q U p o � .� � � ,� ❑� h` sJ a� � ��� a� �s" � '� � ro � ��`�� ��c�o •N � W G � � � � � � uj o � C — � o �4 O � � � � Q � � 4) ���� � � � a � ���a� .�.0 �� � a- �- � � . � !� � i� ai ���.� � � � � � -c� � a w � '� �L; "' C N �,�'U1 cn o � m .� �.�-a o � � � �b�� o q � a � y� � U .Q � O +`G-� '� L U7 � � U O O,� `4 ���= � � � ,� ra � � � � 0 � C -�Q�� � U — C L, � `� 0 0.� � � � � o � � � O C � � +_ O '� 4�3 .Q � � ��� ��� O ��� �41 � O � � � � � � '� � o � y, ,wr c a�� � ��� �N���a. �,��a�io � w (d �- U � � •�,,, .� U Ctl a7N.�F. C � ~ O � � �- � � .c � vi � � �"' iU O � b C ,:L � � � � 6 C �� �c� � '� � j � •� � �y j � 0 m � � w c w.. � � a� � �,ar�.,W m�a�s�o �c���� .� @ � � � � N � � � � N � � N Q �•� � � � � � � 0 p O � ?y N � � � � � � o ��n. .� �w�,�.,Q� � Q y�-' � �,' � c � � � U � p..E°va�� �� � �� m U� �� a.� �N���� � ��y i]7 � � (LS C C2. Vy � � � � � � � � �� �� 4 0 � � LL.1 O � � ,� � v� �a n. v o ����i�o� .oc��Q� �a.����s� fl�?� a''�'� � y a a N � c � � � L. t�l (� O (Q �' � � Q, V G � {tl :� � � � � � fa U C � v� � � . � � � � ^�.! �3 � ln .0 � @ � O � T N � 43 � c� -� � v Cl � � N IS1 N � ���a,"Jm � � c �i. I/l � S� � i17 N � � � � � � .� f� � 4' � ��-� � �'(U � 'C O Ql ti�1 Q- N sn � � �, W ro � O O O N � � N � � C '`�' Q- O � G � ,i.�. � Uj N �3��'m� cv � .� � Q� "� tA ��' � °-��� (6 Q �� C � � � t7l � -p ._ p. � '� � � � X '� 4l � [t]�.maax � L c� � � � � � cCf � 0 ia.. as � � � c � �� in � 'i� � � U L n I.LJ � i � 'a a� � � � n� E � ro �' z � U � C� O � U N U U � C .j � � � m U C � � -� �. � m� .fl � E p � � � � d1 � � � O 0. � � � N Q � '� CV � r � a � � � � � � � � � � � u7 ,� � � �� � '� c � � � � � 'Q fh N N U '` 'a � � � � p� I� G}., c- �5 LO a���c��aQ N � C] N N Np N o t° P 0 � a � � �� 0 :� d .� a' W � m c �� 7 �� � uy c �0 � � � � � � �� �p� � � �� N � m � � ��� ���� awn ._ .._. . __ .-�a�:T `�'����� .... ' ''�'�. PRQ,tEGT �,w .. .. , �1D #� (IfAppfica5le Pieasn Cha�ic Onej M►sndmsnf [� Ci�ar�qa prderQ �us�n��� ��uii� Di�isi�n ��TT�� F I T�NT' uant to the Clty of Fad Workh's Business Equlky �rdinane�, certffied Business �quily firsns pa�iiclpat�ng under fhe Qradlnance must be ed priar to reoornmendai9on of award in order Ea be caunfed towards �he 6usiness Eq�a9ty cani�aCt �4a1, Cetfify�ng �genc'sea �#abEe by tMe C(ly: Narth Cenfra[ 7exas Regionai Cerfificafion Agertcy (NCiRCA�, E]aklaslFort Worlh Nlinarity Supp�ier ln�ment Cnunnil, inc. {�IFVV �ESDCj, Wamen`s Business Ca�n�il - Southwest {41V�CS}, or the "fe�s Depa�tmen� of �p�r�atian (�XD�7}, NDte: �ar Feder��ly-Funded projeof� �he �rm musi ba �srtified as a oisadvan�aged Business Enf�rpnse (1]B�) I 2CA andlor TXbOT aniy.l /11( �lds A1� �,8quit�d - q0 not [e�ia blatt�. �ame af �rojec� ���� ��AC SurFac� Ovarla C�ntract Namaof Buslness Equify Fum: ���DU Inc. T ^ _ _ _ Add�ess: �� fl0 5. Coapsf Arlfngtot�, TK i6fl07 Firrn Confact f�ametPhan�: ������ K��n The undersi�ne� is prepared to perEorm lhe #nllowing descrlheo} wark �hdf4t sqpply tt�� maferia} {isted in connacf�on wiEh the ahove projeai {whare app�cable speciiy "s�ppiy" or "inatafi" ar hath�; �AICS Code; �37310f23899� ,, in �he amount o€ $ 267,235 'Maqsa�d Kahn MAK(?U lnc, �Uwnari A nrized Ag�ntjType ar Print Name ---- - -- l�ame of Ce�iltled 9[�slnessEqu#y Flr�nj �f3f2022 �51gnaSarsai0wn JA�tharTzadAganiafCs�flH�dAne�hes9�qui[yFlrmj {Da[s} � ��ma€�ouino@�rnall.earn 897�79$-5�E26 - - - - --- -- (Fa� Addressj (Phona Numhar] I _ " ;,t:� ' " ':,s3.�!'r" +:q� �+x�" ;'P.4- ��-s::::r-.�- :-�i_* _ ,:"�:.i �. ^"'s:; - ',C-�: ^r•5':� - '�tir_ � . ,}Y�:;� � . �„y��:. Fi:;;;.: - r:.S2i ' ,i,:S "it:•': ....i._ ;�j :> .�" v:t �':�.. �v_. - ,?, .'��"`7v,f � sL:-::.�::.�_H:i.s.c:� �,�.::��,~..'�'.� .H^w'i.1 ":ssp,. ' �iS:3.:.: `�t;:wi' _' - .?. a^�' S' ;:h� . ��''« l':_' :'sy'._:; ' �:.�. ��� i's'?_- - .::;:.::..r.,-s..i..�::.`.�,�, _ ' . _ '-A �.}r'-.� i%�.c'':,i - - - '==:�.�.:�c�:ya�� ..i. `�v'�_ _:i:`<tuK '�i5:-a's':.�:�4�v<asti.�r..x::,��:`:>�r: z,�-. .r_.�.,:ar-::�;::�:::...r .rt: s;` x s , c;:;:t� -.;�;r ,`y-'-::._ .:�:.-a: .:ay rs 'i•i"r'_;�;i`r �: `;�;<:,.x�:.L•::. - �a.. ....x... .A��avit:o�:� "r =:�:1.�:, .:s���- - . �-�z _. ;._ �.� �. � � ., .�.: . ::,. .,. �. . ... .::,��,.:: �� �:ti,-�.-::......_ . .. . . .. , .� ti.,.�.�;:R;:w:;�:.. ...,w..:.�. „-,. r.�s:.,......�, � _._.,.= t ,, . ... .:..,-..s,:_.-...:_:---.w=:x ...,. .....................�...;..,........... zc..�^...».....x:,�:�.��:e,.....,..::.:.w,e�at nks.:...M. t -.� -�. ..-.-�.r_,._ ..�.,...r, . � HEt2EBY �IE�IAREANn AFFIR�11�at ��m ���r� am fhe d�Ey autitorized represen�aiive of {4wnerlAuEl�nrhed Rgent) A�van�ed Pavi�g and Ehat I have personally reviewed #�e materiaf �nd facts ' (Nameoi0t%raelPrlmej �at forth in thls LeEfar af lFltent. Ta ti�s besi of my I�now�ec�e, intQrmaiian a�d belief, t�e facls (n this form are frue, a�td �o inatertal facts have heen ami€ted. #?tirsuant to fhe Gity of Fort Worfh's g�siness Equ�ty �rrlinar��, any perso�lenti�y that makes a false ar #raudu]ent s#akemsnt in eonnscfian �it� participak�on of a certf�ed �rm �n a�y CI�y nf �ort Worth contrect ma}r he re�r�ed for �ebarmenf procedure9 under €f�e Giiy af �ar� Worlh's B�sEness �qulty �rdinano� l d� solernnly swear nr af�nn fhaf #he s'�c nafures containad i►etein and fhe inipmt�tion provided by f�e O(terart�'rima ara trus and correct, end thak i am authorJzed on �ehaif o# ihs O[terorlPdme to tnaice �e afflda�+if, Adv�need Paving— ___ ameni(� �rofi—rf�r1� �i�f�n2� -- ---- - (DaEe] - �rz-�a�-4aar� (Phone Num6er) S7epart�nent oPDiverSity and inclusion 8�[siness �quiky Uivision Ernail: AV1N B&O�ceQ�rt'wo�{hEe.oavgrn Hh,8i7 39'12bi4 i �ciive O]!d1(102t li,evisad, �-&-21 2i Name of OfieroPl�time Con�'acfo�.'�`EIV�f1C0t� Pe�V1T1C� ��-6e0'7 V�age l�.ate� 'I`.�[I� PAG� IS LEF']�' Il�'�1�7['IO�TA.L]L�� �I�A� 2022 HMAC Surface Overlay Contrac# City ProjecY No. 103455 Z013 PfiEVAILiNG WAG� RATE.S (Heavy and Highway Cflnstruction Projects) CLASSIFICATIOIV DESCRIPTIOM Asphalt distributor Operator Asphalt Pa�ing Machine Operator As}�halt R2ker Broom or Sweeper Operator Concrete Finisher, Paving and 5tructures Concrete Favement Finishing Machine Operatvr Concrete 5aw Qperator Crane Operator, Hydraulic SO tons or less Crane Qperator, Lattice Boom 8a Tvns or Less Crane Qperator, l.attice soom Ovet 8D Tons Crawler Tractor �perator Electrician Excavator Dperator, 50,DD4 pounds or less Excavator Operator, Dver 50,000 pounds Flagger Form euilder/Setter, 5tructures Form 5etter, Paving & Curb Foundation Drill Operator, Crawler Mounted Foundation Drill Qperator, Truck Mounted Front £nd Laader Operator, 3 CY or Less Front End Lnader Operator, aver 3 CY l.a�arer, Common Laborer, Utility Loader/6ackhae pperator Mechanic Milling Machine Operator Motor Grader Operatar, Fine Grade Motor Grader Operator, Rough Dff Road Hauler Pavement Marking Machine Operator pipelayer Reclaimer/Pulverizer aperator Reinforcing Steel Wnrker Ro[ler Operator, Asphalt Roller Operator, Other 5craper Operator 5ervicer 5mall Slipform Machine aperator 5preader Box �p�rator Truck Driver Lowbvy�Float 7rucic DriverTransii-Mix Truck �river, 5ingle Axle Truck Driver, 5ingle or Tandem Axle Dump 7ruck Truck Driver, Tandem Axle Tractor with 5emi 7railer Welder Wark Zone Barricade 5ervicer Wage Rate $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ � $ $ $ $ $ $ $ $ $ $ $ $ 15.32 13.99 �.z.ss ii.�a 14.12 16.05 14.48 1.8.12 17.27 20.52 14.07 19.80 17.19 16.99 10.06 13.84 13.16 1.7,99 21.07 13.69 14.72 10.72 �z.�z 15.18 17.68 14.32 17.19 16.02 1z.25 13.63 13.24 11.01 16.18 13.D8 11.51 12.96 14.5$ 15.96 14.73 16.24 14.14 12.31 12.62 12.86 lA�, 84 11.68 The Davis-Bacon Act prevailing wage rates shown for Heavy and Highway constructiQn prnjects were determined by the United 5tates Department of Labor and turrent as of 5eptember 2013. The tiiles and descriptions for the classifications listed are detailed In the AGC of Texas' Standard lot� Classifications and Descriptions for liighway, Hea�y, Utilities, and Industrial Construction in Texas. Pag� 1 of 1 �l�T-1.Q General 1lTo�es T��� PAGE LEFT Il�TEl�TTI�I�ALLY BLAI�K 2022 HIvIAC 5urtace O�erlay Contract City Projeci No. 103455 Generall�Tvtes Divis ion 01— Generas Requirements General: 1, The Contractor shall be respansible for focating aII utiliti�s, whether p�hlic or pri�ate, prior to excavatian. The �nformatian and data snown with respect to existin.g underground facilities at or contiguous to the site is approxiznate and based on information furnished 6y the owners of such underground faciGties or an physical appurtenances observedin the feld. The City and Engineer shall not be responsible for the accuracy or completeness of any such informatzan or data. The Contractor s�►aq have full responsibility for reviewing and checking all such informatian or data, far locatulg a.11 underground facilities, for coordination of the work with ihe owners of such underground facilities during canstruction and for the safety and protectiar� thereof and repairing any damage th�reto resulting from the Work. This Wark s.hali be considered as a subsidiary item of Work, the cost of which shall be included in the price bid in the Prflposal for vatio�s bid items. Tk�e Contractor shall notify any affected owners {utility companies} or agencies in writmg at least 48 hours prior to eonstrUction. a. l�€otify TEXAS S11 (1-800-DIG-TESSorwww.texcrs811.org)tolocate existing utilities prior to construction. b. Cautian[ B�aried electric lines may exist alang this praject. Contact electrical providers 4$ hours priar to excavation : • 4NCOR YYill Riegler $17-215-6707 � Tri Ca�anty Kevon Maaney 817-752-8I60 c. Cautian! Buried gas lines may e�st alnng this project. Contact Atmos Energy 48 3�ours prior to exca�ation, and withir� two (2) hours of enco.untering a gas line (John Crane: 517-207-289.5) d. Caution! Buried communicatian cables may e�cist along Y.�us project. Contaci communication companies 48 hours prior ta excavation: Q SpectrumlChcrrter Comm�nication Sherri Trahan 817-271-8IOS • A2'�Z' Gary Tilory $�7-338-6202 • One Source Commuraications Jeremy Hegwaad 817-745-2243 e. Caution! W�en doing work wiihin 200 feet of any signalized ir►tersection, tlxe Contrac#ar shall natify Traffic Management Divisinn of City af Fart Wortl� T/PW, 72 hours prior to exca�ation (KassemElkhalil� 817-392-8742}. The Contractor shall protect �xisting s�getial hardware, ground boxes, detection loops, and undergrourid conduit at signalized interseetions. Any damages at sig�lalized intersectiQns shal] be replaced at the expense of the Contracior. The Conkractor shall cantactthe City at 817-392-81b0 to perform conduit line locates atsignalized iz�tersections 72 hours prior to commencing work atthe intersection. £ The Contractor shall notify the City of Fort Worth Project Manager 48 haurs prior to the start af any exca�ation (Iretomawa Otuyelu.• 817-392-6747} 2, Contractor's persnnnel sna�i have ider�tifying clothing, hats or badges at all times wYuch identify the Contractor's narne, [ogo or company. 3. Protect cancrete curb and gutter, driveways, and sidewalks khat are not designated for remo�aj. Rernoval and replacement of these items shall be as designated in the drawings. C�TY p�' FORT WORTH SC AN�Al2D CONSCRUCTIOI� GEt�lERAL I�IOTES Version R�lease December 18, 2017 Division 3� — Exterior Improvemenfs General: l. At Iocati�z�s where the curb and gufiter a.re to be rep[aced, the Cotrtractor s.hall assume all responsibility far th� re-estabIishment of e�ting street and gutter grades. Establish�nent of �rades sl7all be considered as a subsidiary item of Work, the cost of which shall be �cluded in the price bid in the Proposal %r �arious bid items. 2. All driveways, which are open cut, shall have at least a temporary drivir�g s�riace at the end of each day. The temporary surface shall be cansidered as a subsidiary rtem af Work. The cos# of which shall b� included in the price bid in the Propasal fpr variaus bid iiems. Bike Lanes and Shared Pavemen�Maxkings: 1. Proposed bike lanes should rnaintain a minim�m effective width af 4 feet {measured from edge of gutter to center of stripe). 2. Bicycle pavement markings shauld be loeated 20 feet from the curb return, stop bar, or cross walk (whichever is applicable} unless denoted atherwise in the drawu�gs. 3. Combined width of bike lane and an-st�eet paa'lcing shauld not be less than 13 feet. 4. If travel lane is greater than 14 feet wide, sh.ared pavement inar3cings shall be placed A feet fi•am face of ctarb or edge of on-s#reet parking (�hiche�er is applicable). 5. Iftravel lane is less than or equal to 14 feet wic€e, shated pavement 3narkings shali be placed �n the rniddle vf tile #ravel lane. 3. Bike ]ane sym6ol, arrow, and shared pavement markings should be repeated at the beginning of each intersection. 4. On uninterrupted sections of roaciway, bi�Ce ]ane syml�ol and arrow should not be spaced rnore than 336 feet apart and shared pavement markings should not be spaced more than 25Q feet apart. S. Bilee lane symbol, arrow, and shaz'ed pavemei�t markings should not be placed at p�'ivate dr�veways or public iriterseet[ons. 6. Bike lane striping shouId be 4 inches so[id whit�, hot-applied thermaplastic unless specified otherwi�e in the drawings. All other bika lane pa�emeni markings shall a�so be white, hot applied theren4plastic unless atherwise speci�ed in the drawings. 7. All dunensions are from faca of curb and are tn c�nter oithe pavement markir�g. $. 5hared pavement markings shou[d not be used on facilities with a pasted speed greatar than 35 mph. Sidewallcs and Curb Ramps: 1. The curb ramp standa.rd details are intended to show typical ]ayouts for the constructifln of Yhe ct�rb ramps. The information shown on the standard details meet the requirements shawn in the "2012 Te�s Aecessibility Standards" (TAS) and the "20I 0 ADA Standa�•ds for Accessib[e Design" by the Departnnent �f Justice. 2. City of Fa�-t Warth Standard Details are only intended to indicate pay limits for each type of ra�np, the Engineer is responsible for the developmertt and design of t1-ie side�alk and curb ramp layout, including actual d'unensions and slope percenfages, 3. The Contractor may not make changes to the sidewalk and curb ramp layo�tC without approval of the City. The Cantractor may propose cl�anges to the sidewalk and curb ramp layout due ta field conditions, btat any propos�d changes must be approved by the City, 4. C�rb rarnp rur3ning sinpes shall not be steeper than 8.3% (12:1), Adjust curb ramp len�th or grada of approach sidewall� as directed by the City. S. Cti�rb ramp flare slopes shall not be steeperthan 10% {101) as measuredalong back of ctu•b. 6. Maxirnum alinwabl� cross s�ope on sidewalk and curb ramp auz•faces is 2%. 7. The minimum width ai sidewalks and �urb ramps shall be 4 feet. crr Y oF roxT woirrx STr1NDARD CONSTAUCTION GETIERAL NO`CES Version Release Decemher 18, 2017 8. L.andings shall �e provided atthe top of curb ramps. The landirig clear Iengtl� shall be 5 feet mininnum from the end af ramp. The landing c�ear width shall he at least as wide as the �urh ramp, excluding flares. The landing shall have a maximum slope of 2% in any directioil. 9. In alterations where there �s no landing at the top of the curb ramp, curb ramp flares shall be provided and shall nat be steeper than 8.3%0 (12:1). 10. Whej-e turning is req�aired, rnaneuvering spane at the top and bottom af curb ramps shaU be 5 feet by 5 feet rninirnurr�. The space atthe boitom shall be vvholly contauled within the crosswalk rnarkings and shall not praject into vehicular traffic lanes. 11. Curb ramgs with returned curbs may be tased only v�her� pedestria�s would normally wallc acrass the ramp, either because the adjacent surface is pianting nr other non-wallcing surface or hecause the side approach �s subsiantially obstructed. 12. Where curb ramps are provided, crasswalk tziarkings shall be required and rar�ps shall be aligned with the crosswalk. 13. Counter slopes o� adjoining gutters and road surfaces immediately adjacent to the curb ramp shall not be st�eperthan 5% (20:1) iri any direction. CITYOFFQRT WORTI-� SI'ANDARD CONSTRUCTION GENECtAL N(71'�S Versio n Release December ! 8, 2D l7 Division 33 -Uti�ities General: L Far utility work witbix► utility easerr�ents, once pipe or appurtenances Yaa�e been installed ar rehabilitated, rmr�ediately conunence temporary surface restoration. Complete sui�face restoration to the owner's satisfaction witIvn seven (7} days of workfinishing on-site. Failure t� maintain surface restaratian, as noted above, may resUlt in s�aspension of wor�C until. xestoratian is compl�te. 2. Exis�ing �ertical defleciions and pipe slo.pes shown on the dravvmgs are approximate and have nat been feEd vertfed, unl�ss oiherwise noted. Rim elevations, fiow lines, and horizontal Iocat�ons oi existing manho��s were determ.ined from �eld survey. If field conditians vaiy from those shown on drawings Contractor shal[ notify City. 3. Maintairi all e�sting water and sewer cannec.tions to customers in warking order at all times, except For bri�f interruptiflns in ser�ice fbr water and sewer sez-vices to be reinstated. In no case shall ser�ices be aIlowed to remairi aut of service overnighi. 4. Establish and maintain a trench safety system �n accordance with Yhe exca�ation safety p}an and Federal, State ar local safety requirements. 5. Provide and follow appra�ed Canf[ned Space Entry Pragt'airt in aceordance witl� OSHA requirements. Canfined �paces shaI1 incIude manhoIes and alI nth�r confned spaces in accordance with OSHA's Permit required far Con�ned Spaces. 6. Only Gity prequalified Contractors, by appropriate Water Department work category, shall be allov,�ed to adji.�st valve boxes, rnanholes, ring & ca�ers, etc. VJater: 1. Provide thrust rest��aint by means of restraining jaints at �ttings and concrete blocking. When specifica]ly iridicaied on the Drawings, provide thrust restraint a� designated joints beyond the iittings. Each method sl�all be capable of thrust restrait�t independen# oi the other system. The Contractoi• shall refer to Ciry 5tandard Details for area required to install concrete blocking, 2, All ductile iron mechanical joint fittings shal] ba res�t•ainedto pipe using retainerglands. 3. Proposed water mains shall have a minimum cover of 48-iriches cover above the tap of pipe, unless shown othei�wise on the drawings ar details. 4. All water services shall 6e installed abave sYor-rn sewers, except where shown otherwise in the cirawings. 5, Elevation adjustment at conrtections may be made wi�h bends, ofisets, or joint deflections. .Toint def�ections shal[ not exceed fifty percent (SQ%) of manufacturer's recomineudations. 6. Temporary pressure plugs required for sequencillg nf canstruction and testing of proposed water Iines sha�l be consldered subsidiary to tt�e wor� aild shall be included in the price bid irs the Proposa! far �arious bid items, Sanitary Sewer: 1. Verify tllat all connectians to the sanitary sewer system are far sanitary sewer only. Notify City of any discovered illicit connections. 2. The Contractar shall be liable for all damages to properties, homes, and basements from backup, which may result during the installation of new pipe and/ar abandonment of exrsting pipe. The Contractar will be allowed to np�n cl�an outs where available. The Contractor will ba responsible £or aII clean up associated with apening clean outs, 3. For all sanitary sewer ser�ice connections at rr�anholes, provide a hydraulic slide in accordance with the details. C[TY OF FOEtT W ORTH STANDAR[7 CONST RUCTI ON GEN�RAL NOTES Version ReleaseDecember 18,20E7 Storm Drain: 1. IVlaintain the existitlg starm drainage system until the proposed system is in service. Inno case should the Contractar leave the existing storm dra� out af service whereby runoff would cause damage t� ad�acent property. 2. Canstruct ali drainage improvements from the downstrea�n end to fhe upstream eild to allow continwed storrn drain service. If the Cantractor proposes to construct the syste�n atherwise, the Contractar shall submit a seq�aei7c.ing plan ta the City for approval. 3. Take appropriate measures to preserve wildlife in accordanee with appl�cable federal, state and loeal guidelines. CIT lf OF FORT W OR'I'H STANDARD CONSTIZUCTION GENEItAI, NC7I'ES Version Release December 1 S, 2017 Division 34 -Transportation Ge ne ral: I. Prior to activating traftic signals wi�l� new ar revised signai timing, the contractoa� should e-mail Aziz RaE�man, Sr. Professional Engin��r, atAziz.Rahman cr,fortworthtexas.�ov (ar�d copy Kass�m Elkhalil, Professional Engineer, at Kassem.ElKhalil(a�fortworthtexas.�av) at Ieast three (3) �eelcs in ad�ance to sc�edule that. 2_ If new cabinets and cantrolIers are being installed and the contraIlers need to be programmed and tested by Ciiy Forces; the contractor shou[d de[iver them to the City af Foz� Worth, Signal Shnp at SQDI James Ava., at least three (3) weeks in ad�ance to schedule tlaat. 3. Unless there is a com�elling reason, a new traffic signal wi� be put on flash on Thursdays and working colors the fallowing Tuesday. 4. Switching from ald traffic signal to a new one, this shouId be done on '�'uesdays onIy. 5. Noti�y Traffic Management Division (817-392-7738) Praject Representative at least 24-haurs in advance of all cortcrete pout•s. Inspector must be present when eon:crete is placed on the proJect site. 6. If applicable, equipment supplied by the Citiy will be available for pick up fram the Transportation/Public Works (T/PW) Wareho�ase af 5001 James Avent�e and/or the Village Creek Pole Yard (5000 MLK Freeway). The Projecf Representative tnust authorize all equipment pickups. 7. Design consultant shall submit e[ectronic file in CAD �ormat as well as flDF (1 I" � 17") of final signed and sealed plans ta the City. S. Contractor shall provide a 5-year manufacturer waz•z�ant�+ on AP S systems. The warranty ciocumentation shall include the start date (when matez'ial is d�livered to job site) and tlle end date of th� warranty and the serial number of the equipment. Traffic Signals : 1. The City will not provide traffic signal cabizlet or traffic signal controller to the Contractor, The cost for ihese items must be included ira the Ciiy project budget, or for all privately funded projects, the cost must be included in the bid package for purchase from tY�e vendor. 2. The Contractor shall provide a11 materials needed to conste�ct a fully operational traffe signal as calIed out for in the plans and speci�cations. 3. A[1 e�isting signal equipment shall rernain in place and operafiing uritil new eqUi�ment is in place and ready to operate, 4. The Contractor is respansible for haulin� and properiy disposing af salvaged material from ihe job site to a clisposal site of their choositig. The Contractor will nat be allowed to drop off salvaged materials at the City yards. Fo undations : CTTYOT�'QRT WQRtH STANDA.RD CqNSTRUCTIOi�i G�NERAL %10"CES Version Release December 18, 2017 1. Dimensions shown on plans fa�• locations of signal foundations, canduiY, and other items may vary in order to meet local cond�tions. All locations of faundations, canduit, and ground boxes shall be approved by the TrafFic Signal Inspectoz' or the City Engineer. 2. Contractar shail contac�the City iraffic si�ma] inspector prior to pouring cabinet foundatian to 6e sure that template and bolt patterns are correct for type ofca€�inet being supplied. �'oundation shall b� instaped per City Speci€ication and City Detail. 3. Pier Foundations shall be poured together in one piece. 4. No signal poles shall be placed on f.a�ndatians prior to iive (5) calendar days followir�g pouring of concrete. ' 5. Caniractor shall clean up and remove all loose material resulting from construction aperations each day priox to the work is being suspended. 6. Controller cataimet concrate apron shalI be subsidiary to the bid item far the controller cabinet foundation. Cabinet foundation and apron shall be poured togeth.ar in one piece. Controlle r and Cabinet: 1. Contractor shall install cantroller cabinet and connect aii associatediteld wiring. 2. City will install signal titning and program controller. Condtait: 1. A continuous grounded system shall be provided in PVC conduit by running 1-#$ bare c�ppe.r wiut in cor�d� betiween foundations and grounding at each foundation gound rod. 2, All conduits shall be Schedule 80 PVC. 3. Electrical service shaIl b� it�stalled per Cify Specifcations and City Detail in separate 2" canduit fram the meter to the signal cabinei. Signal Heads: 1. All signal heads shall 6e McCainTM, EconoliteTM, or appraved equiwaIent style and dimensions. 2. AII signal heads shall be covered with burlap or �ther appraved material fram the time of installation �.mtil the signal is placed in operation. 3. All signal head attactuner�ts shaU be designed such that the wiring to each signal head shall pass frqrn the mast arrr� through a rain tight connector to the signal head bracing or attachment hardware to the signal head. A small amount of exposed signal cable shall f'orm a drip loop. 4. All LED signal indicatioz�s shall be General Electric (GE) GelcoreTM o�• equivalent and shall meet the latest ITE standards. 5. Signal heads {all displays) and pedestrian Walk and Don't `JValk heads with countdown displays shall have LED inserts. 6. Clam-She�3 moutrting assemblies shall be used for pedestrian indicakions. CIT�C OF FORT WORTH ST A3VDARD C�NS'I' AUCTT�N GENERAL I+iOTES Varsion Release December 18, 2017 7. AII LED signaEs sh:al] be of the incandescent. appearance. 8. AII signal heads shal� have black aluminum, louvered, single piece back plates compatzble with McCainTM, EconoliteTM, ar approved equivalent signal head housings. Traffic Signs andPavernentMarkings: 1. AIl traff'xc signs and inourfting hardware shown on the plans will be furnished and installed by the cantractar itac[uding the metro sireet name signs. The contractor shall pro�ide a detail sheet for the inetro atreet name signs with block nutnbers to the City for approval prior to �abrication and installation. 2. Existin� stop signs and posts will be re�noved by the coaatracior upon, nr before, the signal turn-on. Detection System: 1. The Contractor shall furnish and install the IterisT"'� Vantage Vectar Hybrid Detection System and cable. 2. The Contracl:or ahall install, aun and program a�l detectors as per City Standard 5peci�cations and City Detal7s. 3. The Contractor shall refer to and City Standard Details and project plans for detection wnes placemet�t. Emergency Vehicle Preem�tion Equipment (E'V�}: 1. The Contractor shall furnish and install the OpticamT� EVP (detectors, cahle, and discriminatar units }. 2. TE�e Conh°acto�• shall install the EVP detectors on th� inast arm as shown on the plans and appropriate City Detail, and eEan ane continuous �VP cable from the detector to the cabinet. Ir►stallation of the EV P system uvill be paid �'�r p�r bid item. Accessible Pedestrian Signal (APS): 1. APS units with audible message shall ba installed on all T�OT locations or atthe direction ofthe City Engineer. 2. APS units shall compIy with the ]atest version of the Texas Marnfa] on Uniform Traffic Cantrol Devices (TMUTCD), 3. APS units sha[I be installed per City Standard Specification and City Detail. BatteryBackup: 1. If called out far in the plans, battery backup unfts supplied shall campIy with the City Standard Specifications. Installation shall be completed per City Standard Specifications and City D�taiL Traffic Control: l. The Cont�•actor shall submit a Work ScheduIe, Traffic Control Plan, and acquire a Development Permit from Development Department, at 200 Texas Street. Contact Cl�uck McLure (817-392- 7219). CITYOFFOItT WORTH STf1I�i�ARD CON�TRUCTION GEt�lERAL NOTES Version ReleaseDecember 18, 2017 2. The Contractor shall be responsible far the safety of pedestrians and motor�sts ir� tha area of' the traffic signal canstruction site. 3. Raads and streets shall be kept opento iraffc at all times. Contractor shall arrange construction so as to close only one lane of a roadway at a time. All constructiora operations shall �e conductedto provide minimal interferenceto traffic. Aff traf�c signal �quipment instaUations shall be arranged sa as ta permit con�inuous rnovemen� of �raffic in all di�ections at all times. 5. Contractor shali be responsible for any signage necessary dur�g construction. 6. Unless atharwise noted, it is the contractor's responsibility to ensure that signal indicatians and tirr�ing are adjusted and maintained to ensure safety in work zone at all tEmes. 7. Any traffic sig►al mod�'ications during construction are subsidiary to traffic co�ttol plan (TCP) pay it�tn. 8. Any tra�Fic si�mal rnod�cations shou[d be in compiiance wiih the latest version of' the Texas ManuaI on L1ni%rm Tra�Fic Control Devices {TMUTCD} and fhe City o£ Fort Worth 5tandards. 9. The contractar shall s�bmit any proposed traffic signai modifications to the Traffze Signal Section for tlleir approval ten (10) days prior to any changes. �lectrie Service: I. Install tt�a required eIectric services and abtain an electrical ser�ice permit in each instance, cost of which will be paid by the Contractor. 2. The electrical service shaU be 100 amps with 120/240 voltage branch circuit and shall comply with City Standard Speci�ications and City Details as applicable per plans. Lumiz�aires: l. The City will not f�nish la.uninaire materiai to the contractor. The Car�tractor shall furnish and install LED luminaires for traftic signals in accordance with the latest City Standard SpacifZcatians, City Details, and plans. 2. All new streetlighk pole types shall match those of the surrounding area of Fort Worth for which they arebeing u�stalled in. Contact the City Traffic Management, Street Light Section at(SI'1} 392- 7738 for direction on light po�e types allowed areas. The same poles sha�l be cons�stentiy used throughout subdivisions. CITY OF FORT WDRTT-I SI'ANDARD CONSI' RUCTI OI�I GEt�IERAL I�OT�.S Version Ralease �ecember 1 S, 2a17 �D�1.Q0 S�anda�rd Construction D�tails 'I`HZ� PAGE LEFT IllTTEl�TTIOl�TALLY BLAl� 2022 HNIAC Surface Overlay Contract City Project No, 103455 :y 4' �� � �� � . . - J ��� �,r - i .. . , 'I. .� — ����-__Pro���t ���I�- J ���� — � — �i _ 61„ 2 g2,� ������ � 1 i" 2 21„ 2 11„ 2 12„ 11 �, z R1 " TYP. � 1 �� 4 — � 3�� — � 1 �� 3" Con�ractor. 1„ -���tra�t�r�� N�r��-_ �„ �� Questions on �h�s Project Call: 1" (8'1 �) 39� � XXXX 1" After i�ours Call: �81 �) 392 � XXXX .� � �2�� FOIVTS: �OIR"T WORTH LOGO IN C1i�LTINGHAM BOLb AI.L 07HER LETTERING IIV ARIAL BOL� COLDRS- FORT WOR7H - PMS 288 - BLUE LQNGHORN LOGD - PMS 725 » BRDWN LETTERING - PIVlS 28$ - BLUE BAC.KGROUND - WH17E BORdER-BLU� 1" TYP. f NOTES: IF APPLICABLE TO THE PR�JECT, CONTRACTOR SHALL �BTAIN VINYL S7ICKER "CITY GA5 LEASE R�V�NU� IN ACTION" 1 LOGO AT CDR SIGN AND ENGRAVING, 6311 �A57 LANCASTER AV� (8�17-451-4684), PEEL AND PLACE IN FUNDINC� 5�CT1QN. PROJEC� �ESIGNATlON 51GN NOTES TO ❑ESIGNER: 1. FILL IN BLANKS ANU/ DR VfRIFY ALL i�XT IN BLUE. 2, SET GRAUES TO CONVEY STQRMWATER WITNIN RA.W. dR EAS 3. REVISE DETAIL AS NECESSARY TO MATCH ACTUAL ROAOWAY 4. MOpIFY DETAIL TO MEET SP�CiFlC CON�IT14N5, 5. DUMMY JOINT SPACING SAME AS SI�EWALK WIDiH, � EXPANSlON JO1NT, FORMED GF200VE ROUN�ED TO Y4" RAb{US WITH 6" 6" `SILICONE JOINT S�P,LER AN4 � REDWOD� EXP. JD{NT FILLER 2'� � pER 32 13 13-D517 2 / ! 4� ��� 1Y" MIN. CLE i RANCE ��� � ... . .�'J�� � p01N�L SLEEVE OR CAP TO FIT �OWEL AN6 8E SECUR�p BAR STOP •�r i.- - ,�. :a•. � ;r:: ' �'T�t���'I� � � �kl � 12" �flV4EL CQAl1NG W/ GREASE . m Y EXPANSIOf� .]OINT ExPaNsiaN p�R 32 13 �' 1- � : i���l�� 1, �RIVEWAY PAY LIMIT WILL BE MEASUREn FROM BACK OF THE PROJECTEp CUR6, INCLU�ING 7HE AREA OF THE CURB RAdkl ANp WILL EXTEN❑ TO 7HE LIMITS 5PEClFlE� IN THE URAWINGS. 2. 1NSTALL EXPAN510N JOINT (SEE �ETAII. - THIS SHEE'� WHERE nRIVEWAY CONiVECTS 70 SIREWALK. PLACE E7(PANSION JOINT FOR CONlVECTION TO EX45T DRIVE AT BACK 4F SI�EWALK. 1F �R]VE CD�lSiRUCT10N EXTENDS BEYON� ROW, PLACE EXPANSION JOIN7 AT BACK OF S1�EWALK 7HEN ALACE CONSTRUC710N JOINT PER 32 13 13-D512 AT CONNECT1nN Wlll� EKISIING bRiVE. 3, QUMMY JOlNT lN URIVEWAY RAMEP IS OPTIONAL IN 1�'-0" DRIVEWAY ONLY� AUMMY d01NT(Sj IN QRIN� REqUIRE� TO CORRESP6ND VYITH JQINT(5) IN CONCRElE PAVING. 4. SIDEWALK SEC'fION THRU �RIVEWAY 70 6E POURED SAME THICKNESS AS DRIVEWAY APPROACH, AND PAfU FOR AS �RI+lEWAY APAROACH. EXI511NG 510EWAli(, IF ANY, SHAI..L. BE REMOYED AND REPLACED. 5. PROVI�E 9" HMAC 7RANSI'RON FOR RRIVEWAY 71E INTO EXiSTING ASPHALT PAVEMENT. HMAC TRANSITION SLiB5101ARY TO URIVE CONS'iRUC110N. HMAC TRANSITIDN REQl11RED BEYONU 9" H�AAC TRANSIlEON PAID PER TON PER SECTION 32 12 1B. 6. 7HE GRADE BREAK A7 7F{� GUTTER IJNE ANO AT ANY POIiJT N91WIN 10 FEET OF GUTTER LIN� �1U5T NOT EXCEEd 12 PERCENt. 7. All CONCRETE 5HALL 6E CLAS5 "A" PER SEC7EON 32 13 za. 8. PAYi�AENT FOR GI]TTER ADJACENT TO ORIVEWAY SHAII BE A�EASl1RE� AND iNCLUpE� IN CURB AN❑ GUT7ER PAY ITEM PER 32 13 20 r-- �XpANSlON JO1NT WIIHOUT �OWEL SUPP�RT BA5KET PER 32 13 13-p517 1Y�" �kIN. CLEARANCE 2" MIN. 'd�:�r �,Y. '.!� .�• - i� ^�S•1. :[ I� '' i�� i �— _• �� � BARS � 18" .B.4N. PROP45EU �R1VE � T/2 � �'• � BAR STOP-J L-DOWEL SLEEVE OR CAP TO F{T DOWEL AND BE SECI]RED �1SION CONSTRIJCTI�N JOINT �EN EXIST & PROP ) REViSED: D3-16�20'f 8 r�� 3� �� 2��D��� raor�s To oFsicNeR: 1. DETAIL �EFW�S PAY UMlTS 6F HMAC TRA�JSI710N SUBSIDIARY 7d THE CONCRETE VALLEY GUTTER CONSIRUCTION. — EXPAN SI ON JOINTS PER 32 13 13—D513 / � J" HMAC � TfZAN5l71 Ohf PER S£C110N 32 12 16 g,� SEE NOTE 4 l_i Y �I�. -s��:_ A� A � �� ,� ,/ IN TERG / / _�_ _ -- -- -- PLAN VIEW �4 BARS � �" MAX OR AS DIRECTEb BY 18" O.C.B.W. 7H� EPlGINEER . . ; •�: . -'� : .:..:: •e_.'' _ �. �" � :" ._"�� _ . . � .- .. � �.�.,' . .+ . - . __. •� "--,',:�c�fi� / / �24" HMAC Tf2AN SITION �PEft SECTION �z i2 is � �� -- I / m � �4 EXPAN5i�N � 1 �O1NTS PER v2-`� \ 32 13 13—D513 o= u — —' \ _ COMPACTEa ` SLIBGRA�E (SEE NOTE 2) � 8'—Q" MIN. (RESIflENiI�,L 57REE75} s�cTion� A-A � SEE NOTE 4 VALLEY 9,� SEE iJO1E 4 NOTES: 1. THE 7" REINFORCED CONCRETE VALLEY SH,MLL t�EPLRCE TH� TOP 7'� OF THE PAVEMENT WITH TFI� R�MA!{JING pORT10N OF PAVEI�ENT TO Fl� CDNSTRUCTE� 1NCLU��NC SU6CRA�� IR�AiM�{JT, I�i ACCDR�ANCE WITFi TFiE li'PICAL PAVING �ECTIOiJ, 2. 5" REX BASE, TYPE A, GR—i Oit MATCH T}i� PREPAf2ED SUBGRADE REQUIREMENTS FOR THE PAVEMENT SECTION. TYPE d �R TYPE B ASPHALT OR PREPARED SUBGRA�E MAY SE 11SE�. 3. PAY IJMITS FROM EXPANSEON JOINT TO EiCYAN5i0N JOINT. 4. 9" AN� 24" HMAG TRAN�IIlON Sl1B5I�EARY TO C6NCRETE VALLEY GUTTER. CITY MAY APPROVE A�DITIONAL HMAC 7RANSITION BEYOND 1tiE5E L1MT5 Uhl�ER SEpARATE PAY ITENi FOR HMAC TRAN51710N PER SECTI�N 32 12 16. 5. GkJTTEl2 7D BE SHAPE� TO GONFORHI WITH CONCRET� VALLEY (OR PAWEMEN�. ��������� CITY QF FOR7 WOR7H, r�xp,s R�v�s�a; os.��-za�2 �ORlCR�T� V�4LLEY GIJiY�� 32 16 'i3��530 N�TES TO DESkGNER: 1. FILL ]N BLANKS A13a/ OR VfR1FY ALL TEXT IN 9LUE. 2. SET GRAQES TO CONVEY STORMWAiER WI1FiIN R.QW. OR EASfl�AE � 3. REVISE �E7A1L AS NECE55ARY TO MATCH ACTl1AL RQADWAY �ESII 4. MODIFY dETAIL TO MEET SPECIFIC CDNDI7IDNS. PROPOSEO ASPHALT PqVING PER TYPICAL SEC110N NOTE: 1. MINIMUM WIOTH IS 2'-0°. MIATCH EXISIING Wl�'TFi L1P TO 2'-6" COI�PACTED ACCEPTA6LE NATIVE BACKFILL PER SECTI0�1 31 24 00 MINIMUM EXCAVATl4N pUTLIN� F"DR STKEET C4NSTRUCTION STA8ILIZE� SU6GRA�E PEft PAVING 7YPICAL SECTIoN ��—'� �� ��� � U � � � � E.7 � Q � Z O Z r Z O � O Z i. Q dX W .... a � �� � � O r �� �- � ��= Q ¢ �i�] � O °� p � � a � ? Z Q O 7 p � �� � U U � � � � Q w �LL] O � � � � m J � Lil � N Q (TI o W�"vi a ���,��� ~ z c� U.Z Q V7 Q� q ��d�mJ Z � �O�J�� Ll4 ¢a�c� � ¢. ��c�?�w�� � �- �;��r��Z �oma WZOQ � f�/JV U �OZ 6�i.,�\ JWZ n. Ul dad�Ow�X QpQZ¢��� ��za��nv�i� � _���j �a ��3a]UI--V�¢ � W Z W W Z�=V' LVf.=J �U� NIQ � a 0 a a 2 a 4 w � a � � � O � � � � � � � � � � � U (C�7 � �] � �P 0 W p p �N r � `ui'o � O Z � m d' � Q^ U W � � O S U � � �� � U � i 10 L � 6 � � �- � d � M Z'M � r � � Q M 3� JW �- m W � U UWQ lxJ � Q � N � N d Z W � e a � m� �W �� � � �� m d' � u � 0 Q t� z Y Q � U $� �� zw � Z Y � W T�U � �� z c�n m � � U L� 4 W V Q Li. � No��s�J B�y�a b� r � �"�w� s . 1 "7 �7 I � � ."�lls\ 7 �/ 7 � � `.'��' � � . ��d�r���"� �Y . � 1: ",'r y.= f 7 ! � � � Q� �.` "�'F !. � w A � + , \ i43 �#� � 3 ) �� •,_. , , . �� ,.• ,. � � �` � ��� ' L� f N"11+M3�15 � � �Nrp� a� � 0. �� � z� j Z � N U Da O 4 � W \ U ` � � � a m � � C9 Z 5 z z � � W � 0 J d � a X �a � a� v� � � N � � Z � � z o ;� z a�x ~ v Z � ` � O ` 0 z.. � `T 1 a �� z � Z� X � ��. � X o � � � � , -- H � a �a oa � �� ° o �o F � �� Z Z a n � z .� � � a o �� �� ¢ � � � UY v w g ti� ¢ o- n. Q �¢ w I �� � `� '" m = � �U 3 O pW, O � � � � � � Z U � H (w!l � � 'vr � ¢ `'' z �o a �� ��N ��Q W a U �l ¢� � �Z�O� � a UU�ae ��a� � p�(jQ�=�.riQd��L � F������a����� o- �UO�'� F- wU[][ 4d mw�' � c�i avQ¢wzZ����X: o �� ��Wa�¢o��c�no�� o �5 $� rn z~o z��N�'� H �N rW�lal���yw, ZOJ � o� �U�U��4n��3w�i J Q W Q Z O L Z � r�QCVa�m�OO��MF CV � � 0 Z � � z z � ¢� \ � �� w U � ! �� � 7 t7�y O !n i tn ` / �r� �ky � k`p �. s' P�j� ny�r R P '+. M ' •�. A�-'•'` � M��' *' • � ZO'• � �� 'OO `y `��` �` % � ` -� i � 3 i � •xdw -� r �� �> a ��; Q � � � � � � 1 1 � � � U � � o � D � F � N W W O O Z .- (.7 Q d �� Q ��$ m r•- � a �i � d � U � V' a � dc� Z �- � �o � a � �¢O � ti a � ? 4 � a � � �ii � L�S � r.� W �� � d � FZ-a�a�,a W W Z U Q m Ll �—W�� cJi �W �� p z a C�7 v z � �o��� l.l a � U m W Z Z li � O V � U � � H �_��� Z � N t U �c�Z�ow� ¢zU� c�� w a.w;�zpx o�az��m r ���?z�a� .� a `.'n a J�� UIVI� w n�m ��riamv�iri � � 0 � F z z O � O � Z a n � � Y � � •� •%Z � � � w { o \ � � H Z ❑ Z 0 � ¢� a��� � us 0 0 N Z � � N a +� 3� Jm � d aU �� � o v�i H 2 W � a �a 04 � � � 7� � � , / � !C O a \ � o � � �� Z �� �� X v .X-� °�Z � � O � #}4+�+i �+h+l+T •Nmr 4 �az ,,,•, , �xvw t:a� , • ,� ,..« awva - •;*;�:• ♦�t�+�+ ♦ r � � ii+�i�i e � � \ "a o� � \ ` ` � � U �a � �� m � � U � O W U a � � I I m d' I� I ■ � ;t, � I I I m a 1 U I � N � F Q z � � � � � z a w a � a � � 4 O � d � � � � a � � U � o �i � � W� � � N f N N Q � O �r m Q � V � � � Q �W �O � 7 � � ��^� � � Z p; aF�-�U p Z �ZZ W W U WI�U� ¢ � 1 W � m � a. � o�r � v� z�z� m �a a o Wm�� r. z �¢s= z � gc���Nm � a���n" ¢ ��z��� � adq�ax � OOVU, 0]Sn O d z� z ���o�Z wa z � � ���s�� � w� � � ��a��� X ����z� Q '��2Fd�a¢ � ¢o� =��a�+oV�i�� ��$C�FQ�UM'1 O F � Z d a '' � O � a �d' �� �� H I W � I� �a IO� � � I� � a I � I � i e � � I� �w IU � � � I � I--� Z 0 z 0 a� a w .. Y J 3 W t�'� � �, 'XNW r i 7 °�Z .� � � 7 ' 7 7 ..� � _. R-¢, 7 ;� I� : ! I � ,5 Q' �Z � I i "% � � � \ TN-. N ! � I� � . '� '� z z� z "� gX u 4aRF4i ��4tT+i .+� �XVW - .'«'. , dz 'F°,+;. ��.. �.. . e4a ♦ + r ¢_ � ¢�� ��;}o ,- N �x.� �z � � � � ,_ �, la � I 7 I> . . � � 1 � % . % � 7 _j , -a 'i c� z �w c� ¢ o� z �n m � � U a U � / � � � � � � � iC W O U �. Z � � �D v � / I I� z � i ol c� z Z u1 0 �W N Jm 1� F U N U � 1�1 ��W O V14. z � O � Z H Z D � a � N � D � �s � •xvw a a a ^ Gz �� a� � W� � . � f..1 � � � � � � F � O Z r � � Q � W � � � � m ¢ �+- a � � m � W U V � � � C�7 � W2 V � � � �~��� U �Z .�Z z �J�^nW� � �'��,�� W � Z d 0. � �oUc�ilm o �m�UO w U Q � � � O Z n, _ � y a �NOH� � J y. ,� � U � N a N � p��p� Q UZ�m� �j Q Z PQP N � �Z���m\ d Q � J � pO¢���m a Z t- ���F�Z� a .jW�¢��? ..:�cJ�aori � � c� ;� z p X Z_ � v �� Z =o �b W� m� W UQf'1 � � � � � I I �4� I = I �� � � io ¢ M z 0 0 ¢� aX W v ��� �� Q�� ��� N 'NIW ,5 m � � U 1- O � U � � ti� � �a �� �� �� � I Im I� _ U I '.' �� '+° � •i4�+�s ♦ ♦ ♦ t I s a q ♦ i i i Z # i i I I(] �i�dw � i+i't*♦ � � �i+s ;','•'+ I ♦ # 1 } f ? i iaii} .� � � a$�� -�fJ NN 'X.� VW a. %L � w 0 N I I � I � � H � m 0 Z � C9 x Y J W �� Z � o� Z �, j i ) . � ` � � Z � }��t/Itii1�Q�s � � I � I I •�iry � ,s ) % i i � � � Z � � '�' �X � QD � Z � ��v p � � �� O LJ � C.9 W p- w � a. � � � � ama�'ao o� w � c���moac`''i r � �W�(=l1�W�� �V�WZ 0 ��Fz �UW d'�jwW� O �aW=�rO=� ����� � �� r �i U�a�wQOD �u-�o�m u�i Z��z�w(~»w z�Uql�- � ����d��� WQ�mw � �¢tlQQ��,�� ��mU� �� ��q��FHZ aa�tlZ �� W�FyV �Lr�Y�j �C�7FTlfaW �� ?�-�KWaW2 �d� ZVI Wmp W � 0. Q~Tfll� F"mgWW Cz7 O �^��p mX VI�L��2 � �^4 1'-=O[p�p�� O�� F- W d'O �'�,��Z(((���om���a�c��a � �a �.����'+{J Q �y Z�� (/1 I�.I aZ � �Q��'_"U�oc�W '�'� C]a�. R .=UN�a�t�i�r)ad��3��o z � F � L� � � d � � � 4 [4 [aiU �� � �� �i � ,_� �� �� 'NIW l�Dz xvw G�z� dwva mo �� � U ? i0 � � � za Q � �O m Z Q Wa �o oW U 6 L� K � � t+ 31QN 335 W U Q � 0.' � � �� Z �p N �d � � � mr � � U� Z � W W �+ � O� � \ �+ti'•;�r � + + ♦ • +� \ �+i+a#�++ � ♦ ♦ • + r + + t+++ Z [1 � f `;�++++++ \ � �-O +'+'+t+� 1 � a � I I �***�+�ii 1 i;i+#ii+ + 4 4 4 m � 7 U L� O W U a � 'NIW NOLL[SNV2li �s aan� N � � O Z � � � ` � W i] a � � � � � Z Z Y] � O N � 3'7 m � U � �� aa � :— I � { *++�i+;}*# � �` \ I z I ri+1{a*i*4ii*i*}�i l ` (h � i+t+i+4+f+f}t+�+1if#� ? Z 'NIW 4�Oz �-a. . + + , , , ,\ \ � g� � N�'dM3015 � � t � X 'XtlIA L �i 4 I I � �*�+i+'t'+'+ +\ � � � I ��d2� I I �.+i+i'��+*+i\� \ v \ \ i}*}+�`F \ ++r+��** � z 0 z � N a �` a �� t9 w ati �az � �m��� �� ���mo�c.�i �a �z �WQ �m 0.t-�` �� =a�U=]��U� a�O�Q WdW��OWp ����k�° o���F��}- ,i�iz��3 �a¢��i000 a��p�m 0.�W�yQ�W�� W2Um}�-. ��WJQ�Ua Qy��W �pZ�7�.z.:2r �r0.'UO �'ap. ¢ViF�� �Km�IJI� Oy��D��Qa LLWa ZZ W�rH�V U�U V�U' IY7JaI.J a�a�oz°q� �a��F� pCW7��Z�y=jm���aaa111 qC=.7���v1 �kl�VWO����OZ�O� � `��c�.����� ��a��czo�� a cv zZW � �UN��Ovf=f] MRd'm��JO �r � � �w` �� U N �n � � � S [7 7 Q0.' a � a � W � ��U �o y N Jl } �a �� � Up oi'-� W �-a � �Q O � C7 � �� p Od Z .- �o �n 1 �� �F �o ow U Q � a � N � 310N 33S m � _ CS L� � W U Q � � � z z �n r � ��N � J""Im U � M � �Ng�� N"IVMSS0�1� ( f I I I �I � I � � a � � fh z am���❑ Z W Q m �� U y��VT1akW�� ���h��U� �������H H U�a�W060 �wR�� U Z a�F z�''wv~ii.,i �[7��d�UQ Q-'pJUO� Wx OaVaa�~0 L� F�OO� r� W � F � U � � U ��wzw� a� a �a���W ����ozmo oc���z°r�i�0°a ..��WU� Jm�� O a Z��3�a�� .-'UN�D�.v M� �, � � U � 4 w U ¢ li. F- � � ¢ d n. � o� � � �� � YX`` �� ,� �x Q I�F � � � � � ��� � � � \__� /� I ,'.*.", *�d,*;� 'NIW I�DZ � a .�.�,4+ .XVW 4�z� Z� , •�+ + a in . i. F+tl a ��8� ¢ X o�• r�♦ J . r r + � s�r��i .... , .i.�> I 'yN�I/VY�I lI�a�1 AY11 Y•ZY o-+F'Y�i ~* �s 4 I Z ._�V�98—` �'�' ' v' � i ;4� I ' 4 ' . .� � }`I � � �Ni�i � Z �I� � �5 \ \ 4�¢ I fm1' f!] /� � � ��� i � `� _ � N � � O Z W W � � � w CT_7 � O � O � � 4 � LTJ F F�� �O }N J } a4 w o� � Up � O� W �- a o go O zQ � N [/�� p Oa 2 �r» L7] � U C9 U' Z ¢ a i �rr � U �r �4 4 � N �`'� F M m W r N U .N U�M ��g Q�� �I � 711tlM550a0 I � N t � L � � � 0 x � � C'J 2 �mN��� 2 a pW �%�JO] �� U zwa o aJ �a�v=i��c=i w o��� m o����o�a � p4[ �� W u�i 1,. F-� 2WLaf.��U� � a � z �i � tn �,.r ac�����c�ia � � CJ d O !al ,J�ZZ�-. Q60QQU7�� � ��oo� �a W�iF-I��ZIV �irY� ��Va=LOOI�i! a ¢ �F� r- u� X �'"�am�O�m o c� � �wW��om � �¢ ��U��3JQ>� Z L] N Q.-�UcV�Q :f=/IM� W U � r' 0.' w N� � 2 � � 3U � Zza a Z��-+ p� �� �� J O -j � -� � � > � � � � � � �i � �! 3 7 7 7 � 7 % / i 7 >_ �._..., � a �o � o � 3 . . . . ,•.•,�.� F i • �}. r+i+it`• « ,','� 'NI1H 4=0Z z 'NI1N �=OZ > • , • • (' k + ♦ «'� `*'<' 'XtlJW l �Z4 $ � .XVNIu! Vl` �1�i ' ;°, , '4�#lRi• Cl� Z � dIlY9 *i;i }� h ♦ i � 4fi+3+4i �� X ♦�4�t�i �i + hi j� } ; + F P�T}4 + � �} y*h� f+i+i+i F}�e'tM� �� —'"%/� �������7 � � � �NIIH � ,! �! a ; a � �� � � � � � � � a � � � �� Z �� � � � � Q ��3 �'�o io0.� W 0..' Ila i'J � 0 0 � d � W � ��O �� J d� W D� 2 Up u �^ Qa w o � �o � �Na � W�� Z � K � U a U � I I� i I� I N � � O z � m � 5 � U � � O � O l�l 3 �o � � N lx. m v� � W U�M ��a lo )!'1VMSSOaa i � �I � N � � / Z i {iy J � � K a a.., z� �� .. v�i 0 � U U � � � C7 a.WN?a? ��m�I�o��¢ �Zw¢rn�m.J �W�i�I14k�� d U7�Z^Fliwm fl�w����F�- J a ca �j zwoa.o���z a ��/+w ac���a��� e �ouoo w� �zzz.: oaaa¢��� � ��Q�� oZQ i�ZNU��" ¢ �a� co� v�i .0-�7�q TmlWC ON�¢�ZO��WW �h-�wUL]Zm>0.' p J¢ vl�Z��� �a �� � N ��UCV�p�Vyi�'')a w ¢ x � � � O � � � w � �� �o rN J} n.a � o� � Up � Oa p a,0p O W6 H Z C9 � �� w 0 oa Z ,- 'NIW ,9 � �Z { i FF{ ii+i�} 1 • S + � 1 � ." � i , � ♦ r r . 1 . .'�* }a*a{a �+f*a'a .+.}a . .�.R«�. ,*. .*. .... .'. .°. + r rt m � � U 0 U Q W I I � i � � � . d N � � Z �`' � � 3 w 0 N 0.. a � z � 0 � enaoo poauo 00000 eaooe aoaaa a0000 l�AV2l1 ua000 EdVki.L5�Cl3d oaoao aooao o NoiLa3ai 000ao poOOP ia. � � � 'NlW .�� Y J Q � W O � � � � V 0 w U � � � J N aZ �z � O � U � '`I� J � hZ � � 03 � Z O Z J OPoo opoa aooa Oeae l3AVil1 oaoa 0000 NNI�115303d dwvx ���� �O Pf011�32114 °oaaa 0000 oaaa 'NIW utiZ � a �� w a. 0 �� F- � O : � _ a J F d Z � a m � � U O W U a � �. � � R . .y � UI Z F-- W y � Q. �X�¢W W ���OWC Z fJ J d � ��a�. a z�ww �- ���� � Z� � W¢ c""�yr" o� -vyZ� �cn dzr� a ui z ��ui aQ�za � ��'' wm �a ��W o � U a �a �`V �avzJd W a��a� Z� ��� a � c~i� c~ir °� �a ¢� Viy��H � a�.�wV �Q Z@U d a J Z Z d� =�S¢rz°'� � ��W� �Z Fa�� � a � � am v� aZ��� � ;��z�m��� z?� � .t`i � cYi `n �v �o��zza � N�WW��Q�a c�.t��� � �ii m � �z �zU���Z � p7jOU�¢ I-N--�Olai � C7 J m�W O ���W��� a �W��'Qg�� ��Zz d W � � �,Q ?w����w �w ���'����� ��� � � W �'-' aa a�W�H�a w��oUt�a'�'w�i+Y �U=W r°� a a��n 3zFaoU��, m�,qZa�wa�� p�o� 4 � � r a� m�i 4,UV W� �f11 W X W�U' �� Up W p U � m J �Z �jC7�U0.�7 FW��am1.4.OZZ rFs~ � � � U �� F� t/ IQaaw� ���z� J oa�� mv�� pvio � w�3 c�.�w m u� �oa �az a r�c� �� ��t"'i��� oav=ia�pc=n��W�� �'W�z��a � � 3mvi Sw V77Q p ��r�Z`c�W ��w��w'�'c=ic�� a�aa� a} -a� `Y "'i�� ¢W�wn�a a�aa�¢� Z OJJ��D�o � a°a°�o �o ¢o a Za����w��� ���'f-'�a,a�� � °' �n z��� wt=ii �¢�a�� >-a �¢o�ia�W � z w� a � wN�a3a � � � ¢ ���c�i��c�ic�a�Wc���c�r�W���o���z���" � o�z v~i�a�-moZ��'�Fzoc7z�w¢��z~zcan�a¢�SZ� � a¢ha-� �ZHY_YC)R'� ZR'WZK—U�Qz�yll O�VI���� � �� � J.d' O�U� �yJ ��'O � W�U J W W U� �C7n JJ a J��W W ���30� ¢�� �`¢ j�f-m?-ry,�.i3p�z¢F�a mz�vf � a JaJJ �QOMim I�ad��OV1��ti �Qw�� ¢�mz�oa��mao�a�c� I��Na ��¢�QU ��ow�z m� �ao�j���¢ �F��U���E-��� �¢�rz �� ¢� �'..ioa Ua zZ�cy � ¢�rzo� �� � ca�aa ���w����w��r-Wa�¢z'�'zw� wao ��04¢¢�-o3�moo�o�3�BaJ�.7a�.���._ c�l ri �v=is=n p , ao m m Z r N r� d' ul [p f� 00 O� � V w Q O m � C7 a � Z ZU7 �� W Z� Q� ¢� � p d V w z w� 4m _._. apF ¢�F w 4. s U O ¢F KX � i1]�� .�iOli U Ca] �v �� VI C7 �J � V W Z � J? r� a �= � .�c(l Z � Ul p� I= ZX� U�`lZ o �v3 Q� o �� VOU 4� ¢� � m� f�J7Uwj� Z 2 6 p W � U F � � � — — — — I � Lal 7 � w _ � � � w� �w a� aa �� ? U Z �+ ¢ U � �� � �� m� � ow ¢� U� m �¢ ¢m �� � a� �r. Ll � a m � X � � Q g U � �.�i �3 BAit5 � 16" O.C,B.1�: �RE} EVERY 4U' (]�AX.) F4R 4' �[.K APID AT AlL E2ADII POIN15 i ErAI�.) �I � � �� �}� � -I- -I- � I - � � :�� � -� -1 � +- � �. ��e" n.c.e.�r EXPAN � WALK �� � sineY� � in soi� cuRe � � �N = 'I .� . : .�.� � �J J I �- I 12" LONG ij4 B AR � 24' O.C, S� S�C � � in � z � r�t� uaAiNMa � AGGREGA'f� oF� �NA+�IiNc �NAii� b �� s" �i�N. SEC SI cur� IVEIyi�l7 �� � / � � � ��- � ��� — — �� � i2� �oN� �4 sA�t o �4° o c. S�C RAI�P TIE— RE7AINlNG WAL.L APP�IVDIXA: �OC�iIOfV LIS�'AfVD i!lIi4Pl�4lITH QUAfV�I�I( � N � � -'--- Z. 7 v '�'1� � � i � ��°��Ct=; � � � bt � , �� Mnr;ls hue e �} # r� �;hjclrle,i2tvp �� � � � S. �, �� - � ' tu7 e; d#��rq� � �.�r '� •,,; w �:, � I 1 :: l4nrolr_$l e > # 9 a i . � �. ; ; a ' � 7 � � k 3� 1 j �� f . � M F a ry ., � : , ' ; � ,h � x .. � i � � r �+ �� � � t ' � Y4 � ' � W11 G � y� ; 4 T LF � � � . �- e � J � � 6 {{ � � ' � � s + p. .. . k .. � � I � � � � i � � �� . _ � La!±casker AVP _� - —••� ��•��_� EiRSRFFef �y� �+� -r�� - — ' — -- -'—� LaflGaylrf ilr� T� � i� 4CF}#�� �Vfi -� . . . ' . ."u��� �, _. , .. .1_...-- - � — — - .i �� . � I r? ,, � � � ' a � � LL� � � ��� _. ' � o ' � . � � ��� � �� ; d � � �� } -� � � � _ � � s � � .,, �.. . , _ „ P �no1e +4vd _ , , � ` ° a ,��, � � � i � � � � W M • � _{ i .f _ .� buuY-!n + � ; � � S _ : o � � +c : � -1 y -, i � � I I � . ,a � � * f� �+ sa � � � � O � � � � a � � � � � � � � � U B t�r1 �� � � � � � � � a. t�E V