Loading...
HomeMy WebLinkAboutContract 58338 City Secretary Construction FORTWORTHo Project Mawger 0 CSC No. 58338 CONTRACT FOR THE CONSTRUCTION OF 2022 ON-CALL STREET LIGHT CONTRACT City Project No. 103736 Mattie Parker David Cooke Mayor City Manager Lauren L. Prieur, P.E. Interim Director, Transportation and Public Works Department Prepared for The City of Fort Worth Transportation and Public Works Department 2022 Kimley-Horn and Associates, Inc. TPBE Firm No. F-928 801 Cherry Street, Unit 11, Suite 1300 Fort Worth, Texas 76102 817-335-6511 Contact: Scott R.Arnold, P.E. 5/12/2022 O�FFIRE OAL RECORD p .� CRETAR� `•..:.� RRE- C 3€ct�si FORTWORTH. 114 r..r.- City of Fort Worth Standard Construction Specification Documents Adopted September 2011 2022 ON-CALL STREET LIGHT CONTRACT CPN 103736 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Page I of'8 SECTION 00 00 00 TABLE OF CONTENTS Division 00-General Conditions Last Revised 0005 10 Mayor and Council Communication 07/01/2011 0005 15 Addenda 07/01/2011 0011 13 Invitation to Bidders 07/19/2021 0021 13 Instructions to Bidders 11/02/2021 0035 13 Conflict of Interest Statement 02/24/2020 0041 00 Bid Form 09/30/2021 00 42 43 Proposal Form Unit Price 01/20/2012 0043 13 Bid Bond 09/11/2017 00 43 37 Vendor Compliance to State Law Nonresident Bidder 06/27/2011 0045 11 Bidders Pre qualifications 08/13/2011 0045 12 Pre qualification Statement 09/30/2021 0045 13 Pre qualification Application 08/13/2021 00 45 26 Contractor Compliance with Workers'Compensation Law 07/01/2011 00 45 40 Business Equity Goal 10/27/2021 005243 Agreement 11/23/2021 0061 13 Performance Bond 07/01/2011 0061 14 Payment Bond 07/01/2011 0061 19 Maintenance Bond 07/01/2011 0061 25 Certificate of Insurance 07/01/2011 00 72 00 General Conditions 08/23/2020 00 73 00 Supplementary Conditions 03/09/2020 Division 01 - General Requirements Last Revised 01 1100 Summary of Work 12/20/2012 01 2500 Substitution Procedures 07/01/2011 01 31 19 Preconstruction Meeting 08/17/2012 01 31 20 Project Meetings 07/01/2011 01 32 16 Construction Schedule 08/13/2011 01 3233 Preconstruction Video 07/01/2011 01 3300 Submittals 12/20/2012 01 35 13 Special Project Procedures 12/20/2012 01 4523 Testing and Inspection Services 03/09/2020 01 5000 Temporary Facilities and Controls 07/01/2011 01 5526 Street Use Permit and Modifications to Traffic Control 03/22/2021 01 5713 Storm Water Pollution Prevention Plan 07/01/2011 01 58 13 Temporary Project Si na e 07/01/2011 01 6000 Product Requirements 03/09/2020 01 6600 Product Storage and Handling Requirements 07/01/2011 01 70 00 Mobilization and Remobilization 11/22/2016 01 71 23 Construction Staking and Survey 02/14/2018 01 7423 Cleaning 07/01/2011 01 77 19 Closeout Requirements 03/22/2021 01 7823 Operation and Maintenance Data 12/20/2012 01 7839 Project Record Documents 07/01/2011 CITY OF FORT WORTH 2O22 ON-CALL STREET LIGHT CONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103736 Revised December 9,2021 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 2 of 8 Technical Specifications which have been modified by the Engineer specifically for this Project; hard copies are included in the Project's Contract Documents None Technical Specifications listed below are included for this Project by reference and can be viewed/downloaded from the City's website at: http://fortworthtexas.gov/tpw/contractors/ or https://apps.fortworthtexas.gov/ProjectResources/ Division 02-Existing Conditions Last Revised 0241 13 Selective Site Demolition 12/20/2012 r 2 4i i4 11 Linlin 1z 0241 15 Paving Removal 02/02/2016 Division 03- Concrete 93-30-00 Cast in Ul.,...,G,ner-ete 12,120,9012 nLow 1 /�12 n� 3 ,� 12QO,12012 /vs�—ry -i L,Lvrz-v.z 034W-00 ,1/7m-zvrzo ii Division 26-Electrical 26- -5-N !-`e ffi ffien\77efk Results f Ekl et,«...,1 11/7nrtz72013 26 1 2 20/20112 26 05 33 Raceways and Boxes for Electrical Systems 12/20/2012 0710 lrnviT Division 31 -Earthwork 31 1000 Site Clearing 03/22/2021 �21� 1 1.-.elassi fie d Eixe,.,.,tiara n,/^v-rl-AL104-3 31 2323 Borrow 01,12890 � 13 34-24--88 Embafilaments 01/o o�13 312500 L'..esion eA d Sediment!''ent....l ran/7o n�oii 34-36-00 Melts ,�/r>,�L10 2 3 1 pmp 1 2/7�2012 Division 32-Exterior Improvements 'S 7 n l 1 4 1'1/2 /201 2 7z--v'r-iv rrrsmzvrt '2 7�-9 1 11 /7�12 �3 -rzravrzvrt 2 1 1 N Lime-Treated B so G,,.,,.ses 12/2O 1n,2 72TT7T il vvrsrQv'r-5 zooAsphalt Paving ,2/rc,IOL104-2 CITY OF FORT WORTH 2O22 ON-CALL STREET LIGHT CONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103736 Revised December 9,2021 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 3 of S 1242042012 32 13 13Conefete 03/,o nor- W2021 32 13 20 Concrete Sidewalks,Driveways and Barrier Free Rams 12/09/2021 12/20/2012 3214 16 11 /QW20112 2 7�7 Conefete Cufb and GtA4efs and Valley Gtit4efss 1 2/nrzrO vim} 332 1tt7i11 5} ,,mom n/o�L2013 0iain-F­efw-e­s and Gattes 32-3243 9 .f93,L2A 18 3291 19 Topsoil Placement and Finishing of Parkways 12/20/2012 3292 13 Sodding 05/13/2021 32-9-2}4 nc/, 32-93-43 T..,,,s a fld c l...t& 12/�, ^�12 Division 33-Utilities 33-0 -3e n m�a 334M n n/� n/0247 1 n L20,9n 11Z 33-04 0 1 n/nrz n�2 3�3} (8t4� �1 r c�., ie fts 12/�� 33 04 30 Temporary Water Services 07/01/2011 33-04-4-0 Cleaning and Aeeeptanee Testing of Watef Mains rr1/nv:,06/2 '}'} 0 C!1 /') z 33 05-ts'7^ o 1 7n n/n 4 33-054-2 12/rc4GA2oiz 3305 13 1 n/n�ny,I 3305 14 Adjusting Manholes, Inlets, Valve Boxes, and Other Structures to 09/20/20 7 Grade '22� Concrete Al ter vaults 12/2 ,z r �r Baas 1 n1 /�42 1 n1 /nz 334)5 T Tunnel Liner Plawe 1'�/irQW2012 22 12/2012012 2 2�� 1 2/20,120 4 2 33-05--24 n&/lvorI irivi-1 33-0-5Tt6 171 N ,z 33 05 30 Location of Existing Utilities 12/20/20 2 ZZ 11-rr-nc � v� , , rc,-zvrcv-az Air-en1 n1 /00 33 „ , t nn/ten/�n1� mrrz- v9/20/201 r 3 „ ,� 1 1/16/201 8 �T1--rz -i-rl-rorzvro 3 ,1 ,ZPr-essufepe, ef 1POn/P01P 3944-4 12/ i CITY OF FORT WORTH 2O22 ON-CALL STREET LIGHT CONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103736 Revised December 9,2021 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 4 of 8 4TLafge ,n inz 3342-40 Resilient Se Boa Gate Valve 3- tValves nn in k 3 Conneetion to Existing Alater Mains n7�nvz, c6Q04-3 334239 ,n ins�. n�12 3342-40 n,ins 2 ZAlatef12420,9012 r 33 34 i 3 ,21��lz 33-34-14Polyethylene nn ino�-9 33-34--2-0 Polyvinyl Chlofide(PVC)Gfavity Sanitafy Sewer Pipe nG i,o n 3 2�T Polyvinyl Chlefide (PVC)Closed Pfefile 12/20/201-2 3 �i�n=2 �3 �2-� ,�z �3 Sanitafy Sewer Pipe EnlafgemepA �z 3}}�'Tt3-34 7-'/'� nnio� T � t7 ,71 2 33--3940 Cast i Plaee Con rote Manholes , 4in 33-39-M Pfee s!Genef:ete r,r,,.,holes ,nines, 0 01" 33-39-30 Fibefglass Manholes , �'��-�>i 34-34-40 12420,L2012 n n in�i 33-4440 �n inmro4k2v1T 3 n, „ ,ninninn,n �--�-rrT rr.,-L-orzvrc �z 4443Q64-5 2'2� n3for- n 1n',�i, 3� n� nn ,ni�ni244- ��v-vv zzrcarcorc 33-46 4 _11— -- 33-46-vi Tree 07,101,L2011 33-49-20 ,2420420 4 2 33-4� m mown Division 34-Transportation 3441 10 Traffic Signals 10/12/2015 2 n n4, ,� rv:vi AtcaehmepA A- crnztveii"ci-Gab4 3_4 12,118,9045 3 n n� 4-4-0-oi AttaehmepA B Gentfellef Speeifieation nn�3 n n � 344-3 Removing Tfaffie Signals ,ninz 34--41-13 Reetaiigulaf Rapid Flashing Beaeon 1142-2,9013 �n�o ,,i22 i�3 3441 20 Roadway Illumination Assemblies 12/20/2012 3441 20.01 Arterial LED Roadway Luminaires 06/15/2015 3441 20.02 Freeway LED Roadway Luminaires 06/15/2015 3441 20.03 Residential LED Roadway Luminaires 06/15/2015 n num ,,,i, 3 CITY OF FORT WORTH 2O22 ON-CALL STREET LIGHT CONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103736 Revised December 9,2021 00 00 0 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 5 of S 02 i26 i�o 3471 13 Traffic Control 03/22/2021 Appendix GC-6.06.13 Minority and Women Owned Business Enterprise Compliance Request for Waiver of Business Equity Goal GC-6.07 Wage Rates END OF SECTION CITY OF FORT WORTH 2O22 ON-CALL STREET LIGHT CONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103736 Revised December 9,2021 City of Fort Worth, Texas Mayor and council communication DATE: 08/23/22 MSC FILE NUMBER: M&C 22-0631 LOG NAME: 20ON-CALL STREET LIGHT CONTRACT BEAN ELECTRIC AND EARTC SUBJECT (ALL)Authorize Execution of a Unit Price Contract with Bean Electrical,Inc.and EAR Telecommunications,LLC dba EARTC Each in an Amount Not to Exceed$3,000,000.00 for Task Order Construction Services Relating to Street Light Installations for Fiscal Year 2022 with Three Renewal Options RECOMMENDATION: It is recommended that the City Council authorize execution of a unit price contract with Bean Electrical,Inc.and with EAR Telecommunications, LLC dba EARTC each in an amount not to exceed$3,000,000.00 for task order construction services relating to street light installations for Fiscal Year 2022 with three renewal options. DISCUSSION: These contracts will provide for construction services on an as-needed(task order)basis for projects related to street light installations.Street light projects include luminaires,poles,wire,conduit,and foundations to improve overall traffic and pedestrian safety within the City limits of Fort Worth. Each contract is capped at$3,000,000.00.The contract may be renewed up to three additional terms upon the expiration of funds under the same terms,conditions,and unit prices.The contract's overall duration,including renewals,shall not exceed 7 years.The project was procured in a low bid format to determine unit prices to be paid when task orders are issued. Notice of bids was published in the Fort Worth Star-Telegram on May 12,2022 and May 19,2022.On June 9,2022,two companies submitted the following bids: Contractor Bid Bean Electrical Inc. $2,192,091.50 EARTC $1,683,150.00 The unit prices were compared to other similar projects and were determined to be fair and competitive.Task orders will be paid at the established unit prices. Projects identified initially include replacement of Citywide street light knockdowns and freeway illumination work. Funding is budgeted in already identified task order projects within the General Capital Projects Fund and 2018 Bond Program Fund and in the Street Lights programmable project for the purpose of funding additional task order projects,as appropriated. Any additional funding not available within the projects will be available in the Street Light Materials account within the TPW Street Lights General Fund. DVIN:A waiver of the goat for Business Equity subcontracting requirements was requested,and approved by the DVIN,in accordance with the applicable Ordinance,because the purchase of goods or services is from sources where subcontracting or supplier opportunities are negligible. FISCAL INFORMATION/CERTIFICATION: The Director of Finance certifies that funds are available in the current capital&operating budgets,as previously appropriated, in the General Capital Projects Fund,2018 Bond Program Fund and General Fund for future identified task order projects related to street light installations to support the approval of the above recommendation and execution of the contract.Prior to any expenditure being incurred,the Transportation and Public Works Department has the responsibility to validate the availability of funds. Submitted for City Manager's Office bk Dana Burghdoff 8018 Originating Business Unit Head: William Johnson 7801 Additional Information Contact: Tanya Brooks 7861 0005 15-1 ADDENDA Page 1 of 3 SECTION 00 0515 ADDENDA CITY OF FORT WORTH, TEXAS ADDENDUM NO. 1 To the Specifications and Contract Documents For 2022 On-Call Street Light Contract City Project Number 103736 Issued: May 12, 2022 Bid Date: June 9, 2022 at 1:30 P.M. This Addendum forms a part of the Bidding Documents and will be incorporated into Contract Documents, as applicable. Insofar as the original Contract Documents and Specifications and Construction Plans are inconsistent, this Addendum governs. Acknowledge receipt of this addendum by signing and attaching it to the Contract Documents (inside). Note receipt of the Addendum in the Bid Proposal and on the outer envelope of your bid. FAILURE TO DO SO MAY SUBJECT BIDDER TO DISQUALIFICATION. Prospective bidders are hereby notified of the following: This addendum includes the following: 1. Pre-Bid Presentation An electronic version (in PDF format) of the presentation given during the non- mandatory pre-bid meeting held at 9:00 A.M. CST on September 7, 2021 is attached to this addendiun. 2. Pre-Bid Meeting and Other Questions During the pre-bid meeting,the attendees asked the following questions. Official answers are being provided as part of this addendum: Q: Can we get current specifications and detail sheets for this project?Please advise. A: Yes. Current specifications and detail sheets can be found on the City's Project Resources page: https://apps.fortworthtexas.gov/ProjectResources/ Q: Bid item#56 Furnish/Install RDWY Ilium Special.Is there part numbers or specifications for the type of pole and fixture?Please advise. A: Item will be omitted as part of this contract. CITY OF FORT WORTH 2O22 ON-CALL STREET LIGHT CONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103736 Revised July 1,2011 000515-2 ADDENDA Page 2 of 3 Q: Bid item #161 Furnish/Install Wall Pack Style Structure Lighting.Is there part numbers or specifications for the fixture?Please advise. A: Item will be omitted as part of this contract. Q: Bid item#169 Portable Message Sign.Is this a per day,week,month?Please advise. A: Per specification 34 71 13,this bid item is paid for per week. Q: Bid item #183 Work Order Mobilization. Is this per work order issued or one time for entire contract?Please advise. A: This would be per work order issued. Q: It was mentioned in the meeting that a financial would be required with the bid. Is that even if we are prequalified? A: A 5%bid bond is what is required. No other financial is needed if prequalified. Q: Are the luminaire poles,Type 1 through D-40-9T, and arms,Type 22B through 33B to be galvanized or powder coated black?Please advise. A: These would be for galvanized. Q: We are prequalified for Roadway and Pedestrian Lighting. Are the other 2 prequalifications(asphalt and concrete)required? A: Yes. Reference Section 00 45 12 for the three(3)separate prequalification statements. Q: We are willing to apply for prequalification of the other 2 activities(asphalt and concrete),but the independent CPA firm is still working on our 2021 Audited Financial Statements. Can we introduce our 2020 Audited Financial statements with the guarantee that we will turn in the 2021 Audited Financial Statements as soon as we receive them? A: Please provide the latest available audited financial statements.No further action needed. PROJECT MANUAL 1. REMOVE Section 00 42 43,REPLACE with attached Section 00 42 43. CITY OF FORT WORTH 2O22 ON-CALL STREET LIGHT CONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103736 Revised July 1,2011 000515-3 ADDENDA Page 3 of 3 Acknowledge your receipt of Addendum No. 1 by completing the requested information at the following locations: (1) In the space provided in Section 00 4100,Bid Form (2) Indicate in upper case letters on the outside of your sealed bid envelope: "RECEIVED AND ACKNOWLEDGED ADDENDUM NO. 1" All other provisions of the plans,specifications and contract documents for the project which are not expressly amended herein shall remain in full force and effect. Failure to return a signed copy of the addendum with the proposal shall be grounds for rendering the bid non-responsive. A signed copy of this addendum shall be placed into the proposal at the time of bid submittal. RECEIPT ACKNOWLEDGED: William Johnson Director, Transportation and Public Works By: erida Vice es'dent Bv: Clint Hoover,P.E. Engineering Manager Company:EAR Telecommunications, LLC END OF SECTION CITY OF FORT WORTH 2O22 ON-CALL STREET LIGHT CONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103736 Revised July 1,2011 op 4-J L U) CU 0 (n CD °o O v �c'� 2 Z _ W 4 _ G C CV Na N: L 0s c L c O � o c U N cu -� �a CD L U cn a .o 0 LL cn r 0 0) ■ cn 1 L n vi c O E E c c N cr L c0 O cm cn +-, co Q� O U OL i O N L a c co cu (D r_ N E 7 co U =3 "0 C Q N N O O 7 O) O N W N m cu N 'L N a) FD C CO W co L co E co O U U U U t0 Z" Q. r- U) Q LO OL O C z cli cri L6 �w V Q N 'c O -Q Q ° O 0 CO au � cu Nz CO) LL 0 N V zz Cl) — oo C, cc �CU oo � o Q) C ,=' -c k ° CO) .z ° 3 ) Z., •� o, c 42= °' o CO) cu rz co) o CO) QCO) o �, o Q a� o ' ocu Q Cl) C ,C.) v ` 'o�co � Q•c oc � o' o ° = V qZ +•� Q .cQ 0 � V ~ co CO ^L A wo 0 N > L N -0 V 0 CA 0 •> N N 0 ` N N N C1 O L cn N = LL N cn — L N D ` N 4- N 0 V O a 0 N (/� fl. s N O co '0 cn 0 C d C 0 X N ° " U � N � o CU O a) N N O� L L C Z'H C pj N +LO. 0 N 0 U C c U 0 0 0. cn s6E N a) N C -0 0).2 'c N 0 Zcn CU fA L .C N CU f— = cn O U N D cC a a) U � a cu � tf D -0 O X CD N 0 caL Na � 3 Q. `° -o cn CN c NN CU p LOL co (D 4) O L 0 Q O V p cL 2 V (� CD 0 cn Cl) N CI) v cF- o a) 0) � •C cQ -p fl. 0 O 0 L C O N `00 > '0 coS Lm 3 0 c -0d 0 0 L 0 cCnn LL -0 CU LU N O 0 0 CU N D 0 -D V E � 3 0 > U N2 j CLL U fA 0 CD >-� a) d F- CV00 N LL •C Q O _ V Q Q � ' -0 0 3 0 No d ,— U c.L V -0 Z.' -0 >,Ccn 0 tp 0 0 °'� mU m mti (,D L 0- W70 i C Ncu L — cn Ln0- OCO _ CDC � 0 LO �� 1� C O U CO) C L.� a'O � O C N . N� 0 _0 a) 0 YC 'p a) E -0 0 N "o ^•-. -0 � + O� �U CoL co c� co cn 0 a) E ca)-0 -C 3 ocn)� ocu 0 � cn °r -0a) o O0'§ > a)ai -0 c rn� n aco E O N E � cO :3 � � a) �� ca to -cn L C)•0 C L+, V cL E 0) U -Cc 070 U.— �� ca pO -o C� _� —� 0 0 V V-Op j p LL 0 00 dQ 0Cp a) � cn _ a) �� N 000Q- 0 , tX Q� Uo � L0N O — U`�"o O �� a pLn 0'0 — L 'o a)Lv a d N U (� N BOO ��' 0 CO) U a).a O Co C)+�+ N�' off) =3 c0 0�— •O a) U p co CLn-0 L WC-) N O NS -om > 'o iii N cuCD 00UO ,^ �U L 0-0 lc >) CN3 p V `o) 0 0 o)�VcOZ O +�+� Q d0 � O•C -oEo QL ` 0o0 1. N m .cn . O C) ONa m � (a cn�Q �-aU 0- rL^) NC � p0 ONL N : � N 0 L� LLJ) COa) 0 c Va0)�� 00 N0 NV mj COZC C O -Ca OC -pcoN LO V : o ° ° � 0io � �� ��OaCpi0• '0p NO N Co-o 4-ON aa � Oa O O N c: N CUo �Oa) - 2E ooO 5 Ewco 0. E— cO~ 3ao : O v �� �� CD co ) c o oY � (U G- c xa c ) CD-0 > 0 O t43 (u €•— - -ooco co CD I- c o) U a °�o-ov Z ai °�U ca c �m '4. n� 'per c c� E a) p� L 0 o a) 0N0' Coma) a) +•MN VtA O w c LL cO a) N E •� CU =m C od C () a)� c� �M N~ ()� a) 0 �o >L p cA V z n� � a Vi a) cca-CLL O XoN mcn moo) O 4 o 3 0 0 -02-oo v � w�co) m co -a E �--o Qs� 0 3 c — C: 'Ciao cam. 5 co _ co o a �.F- L _ c " �c �2 +� . E� d `� c o `_ 0O C�v�-d c o EE� co 70C-) a) 0) a)-- OOf U =3 cn � va) U m> � N U.�� F� ate, a ..co Rm m cn c�na O� oo � E C W O 0 od L2= 0) w � D)`ncn o a� � ca) co �N cn + +.- > cam O :Q� ca 3 (tf C ..O N � �,00 O j � U O OOU70 cnO c co 4-A co cn C L+� �-0 U � CU -�--+ O (� O'— OCU U C > CUL �? Q N L- O LOO Cm }' L O c (a C0 t O o f-c cu c� }' 3 (tf p "a U co cu c0-0 c o .0 Us:Q CL 0V 3 a) � O•— CU cn m co . cu cn c co cn C6 U _0 C c N .O .Q �� D0-a w VO N +�+ O � co E cu CU B cn O L� AO � U c = L L L.L (A"a cn CU L � 3 U- C N'v � L � Cl o- C C/) C CU 0-0 C L- CU .4 C � O O O L N mcnOU`a"O QW Co -op a O O N � 00 � c E wENNN O•N " > v .� w cn m = Es=-v U O °� o m wL�� C O a •L � O L a cn .ca CO O O w N -v U- c . C: C G lr-: CV C6 L6 i 0 C/) C: 0 O 4- 0 O � � ■ � .t > 0 A.-O _O Vf C O 0 Cn Cl) X cn� � U Cv Os OOX `~ O Cs � m p � � � � 00 w � N � U co0 .� 0a 2sti � w co anti f to CC) V ) > ao o tea, -v > 0 � � aD 0 = HU C uim0 O EL -0 cn .cU C.) ECo L U c M -°v c c� ML W tea" C a rzz 0 C-7 vAVA61A EA, vivivAvivis4vi (A6suiviv3esvivivivivis9v) vivivivieavis6vivis460, w -- CL Yll CL AiArf C O N 1� M .G O O O O O O O O p0 O O O O O O O O O O O 0 0 0 O O O CD CD O O O — N N ~ N N N N N N N N N N N N N d O w w Q w w Q w w w w Q Q w w w w w w w w w w w Q Q Q Q Q Q Q Q Q Q Q Q a a w a a w a a a a w w a a a a a a a a a a a w w w w w w w w w w w w 0 0 M M M M M M M M M M O 7 O O O O O O O O O O O O O O O O O O O O O O O N N N N N N N N N _ o 0 0 y cD cD cD �D �O �O �D �O C. N N N N N N N N N N M M M M M M M M M M M M M M M M M M M M M M M M M On M � O c O Z Q '00 O Q O O Gc� 0 U E w D a, � x i 5 0 y U 3 a Q. a. o A U Li 0 0 k 0 w O W c c c Q y Q N N U U U U U U U UQuo 0 ,� O O --� --� --� N N N M M [,L� W W Q• U U U U U U U U > > > > > > > > UUaaa a. P. a. a. a - = = = U o 0 0 0 o 0 0 0 0 0 0 0 y y y 0 0 0 U U . . . 3 3 3 z > 2 F E O O O R �? �? �? v v v € € o Zzcnv� v� v nv v v� wQ = ".�' °��' y R � � � o 0 0 0 0 o dd z > > > > > > ❑ o o B N m en a 7 'O 'fl 'O 'fl 'O 'O 'O 'O '—�• U � � � ,--� V � W ,--� 7 7 C � � � C � � N a� U A o 0 0 0 0 0 0 0 R b O 0 0 0 0N 0 0 0 0 0 0 0 0 o Q € d d Q d U U U U U U k V z Z Z Z Z Z z Z Z Z Z C7 U C7 fNA vd vd m RMl Q� F F F a h+l y y W y y y R a d C d aR w5 cc m am V V U(1, U u U¢, 0 a t; V V z U C C C C C C C C C C C C C co C C C C C C C C C E E E 'c 'E 'C E E r 'c a _y 'c a 'a a 'c 'c 'c a a 'a 'C a14 rz '� ° ° y 'c '-c '❑ a N FBI 0 ❑ > > > > o o x = 5 ❑ C S 5 ° ' r ' 3 z � wwwwwwwwwww � wwwwwwwwwwwwww .. �... wc% w ~ H z O --� N M �n �O l� 00 O N M V to 10 n c0 O\ N M I vl �O l� oo O� �--� n. N N N N N e o. > U 07 � a .� a 69 69 69 69 69 64 � b4 69 64 69 64 69 69 69 64 69 64 69 64 69 64 64 6A 69 b9 69 64 59 69 69 69 EA 64 � a � � a z � ] o 'O "O w � O' w � 0 0 O o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 C. C. C. 0 0 0 0 0 0 0 0 0 0 0 0 0 0 iy Z N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N W yuy 7 V V V 7 7 7 V V V V 7 7 V V V V V 7 7 V V V V V V V 7 7 V M M M M M M M M M M M M M M en 7 � 7 Q O w O a cr F O cc a O E T O ti x x x o 0 o 0 A P. a aai a o U U U a mCD CD 9 00 a c a a v c c ca 0 0 w � 0 � � � rn U Q �^ 3 3 3 � Cf v r- F F F c 2 A �., �„ �., v� R F. F. F. N F C C C C C C C C C C 7 t .0 F.. F.r F C c c o f �,.o .O .o ,o .o .0 ,o .o o ,o o a a T T ,0 0 0 d O ti id itl itl 'A itl id iC A t`d N ?? L y Z y 3 v v v v v v v 'cc v v ,� cn au 0 s n o o `� R c c c c c c c c c g E E E x x x x c c c o a_ 1 7 7 ❑ 7 7 7 ❑ 0 G N fy Gi, k. k. 7 7 7 0.. F ro 0 0 0 0 0 0 0 0 0 o P, N U F > '�` � wwwwwwwwww .n .- ..-, ddd mrz C4bp � � www°Odt r o o RA o A p > > > > > �onm� conx > > > o `aaaC n o 0x Ri 04 CG fx 6� G: Z _ N 0� C4 Gi t t t r-a Lpq O O c �n W4 � y ti ti y ti ti ti ti ti ti ti ti ti ti ti ti ti ti ti ti ti ti A y ti ti � C � � � C o � s = M � Si U 1� ro C C c c c C c C C = C E c c c c E c c C C C c C C G y C PC N 1-1 c c > > > > 5 5 5 c 5 ❑ > > > > > c = c 3 c c 3 z Q.� .. wwwwwwwwwwwwwwwwwwwwww ... www ., w .. .- w o � L y Z In n o0 O\ O N enO �-. N en [- W as O N en �/1 �O to CV (ON [i In en en en � v v � v v v v v Vl �o 10 �o 'O F- � U ti P4 a � ..�. yam° vj s5 � ss ts? ts3 ts3 ts3 ss ts3 ts3 ts3 ts3 ts3 s5 ts3 ts3 ts3 ts3 vj v3 ss ts3 ts3 ts3 e» ts3 � ts3 e» ts3 ts3 � v3 ts3 w ..� CL � z o N O O O O O ~ N N N N N N N d W N �n W un � � � � � Q Q Q Q � W W W W O O O O O O O O O O O O O O O O O O O O O O O O O M M M �/1 O O O O O O O O z N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N W O N N N N N N N M M M M M M M M G7 � OCCC c w O � F a vWi a ° w c U N a O ¢ Uy U m N O Q O C 7 7 7 U O O G C C N U c U 0 0 0 U U U U W U U U E x O O o wo c O g W a; a� o 0 0 o 0 o E Q _o o ❑ a. N W C? 7 ¢ 0 48 .-O O .14. 11 � °� C1C1C1Ca EQ axiQQQ U aaF F F F- F- F- F- t s F. F. F. F F F F F F Q a s a s o .°-�° E E E FF E 8 E 8 8 E aXi ' o ba R N U c a pO o 0 0 3 o ❑ o o .a,N m 0' 0 OO' p- � a f3. Gi. � ` O U c c c c c c c c c CC c c c c c c c c c c c � O v, cn Q U U a a s 5i t 2 2 2 2 �i- .c t s �i- t �i- a� is a� ai 0 u U U ca U R. w [i w 'y'u Imo) VI 0 O U O O O O O O O O ~ F"�' •N+ c c c c c c c c c c c c c c c c c > a o £ U U U U t t t o a w wwww w w w w w wwww w w w w w w v� L1 a u: rx � a v v, �o 00 ~ w z O N M 7 h �o n 00 a, O N M 7 h 'O l� 00 01 [— n 00 00 w 00 w 00 w 00 w 00 O\ O\ O\ O\ O\ 01 01 01 O O O O O O F `0 `o QQ v NO a oG o O 0] a J F 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 6A 69 W CD N N V I� h�M C CD N O O N c d O O O O O O O O O O Q, M_ M CD O 7 O O O O CD O CD CD CD CD CD O Cl CD CD CD O CD Cl z N N N N N N --� --� N CD ^ --� M N ^ N N N N N N N N N N N N N N N N N N N U M M M M M M M O N N 7 --' 4• O ,-. ,-- � � ^ ^ a1 a, U 0 y N N N N N N 7 7 N --� N N N M M 7 7 7 -'I- -'I- 7 7 7 7 7 7 7 � 7 7 77 7 7 M M M M M M M M M M M M M M M M M M M M M M 7 � 7O O �^ O � z a o � H ° s w s dd � 3 3 � o 0 W - - c c U U � o a 2 w a a U U U Q 8 =° y d d d °_' o 0 o c CG M v d ❑ o a a a 00 00 `t � O q N N N N W W T T T T T T T T T T'E (V Q A s c U a` C y y „ „ Op c U a ci n a a cCn o on °' � on o Q CL a a c a E o E E E E E E 1 aEi a� a`� a_ T T T Y > > > > a a _ > > m N ca ca ro x 0 C 3 M F-� E- F F t D N O! tl —Ri Yd Yd Yd U C U V C O v C C T to F C� C� R' 2' 2� 2: U Im � W W W 0] W W u F E W F W W u - a U Z FBI vl 10 [� 00 01 O N M 7 vl 10 [� 00 IZ O N M 7 vl 10 [� 00 01 O --� N M Vl 10 [- 00 01 O Q 9 O — N N N N N N N N N N M M M M M M M M M M N v aa ° � a w •� LL. 69 69 69 69 69 69 69 69 69 Ul Ul 6A 5H 69 69 69 69 69 6R V) V) 69 69 69 69 s9 69 69 69 69 69 69 69 69 V) a � 4 U o p O O O O O O .-- V1 V1 V1 V1 V1 N M M O N N N N N N d w v v w W w W W W W W W W W W W W W W W W W W W J J J J J a Q Q d d d d � 3 W � w w W W W O O O O O O O O O O O O O O O O O O O O O O CD CD O O O O O M M M M M M M M �y Z N N N N N N CA N N N N N N N N N N N N N N N N N N N N - U C 7 7 7 7 7 7 7 <t 7 7 7 7 7 7 7 7 7 7 7 7 7 7 7 7 7 V V 7 7 7 V 7 V p, M M M M M M M M M M M M M M M M t�1 M M M M M M M M M M M M M M M M M M iF O N it O Gs. U 0 W t zd � � o H O w 0 . � oou ° ow o w U U E 5F" v U 'O ce O � 2 it 3 z 3 U U N `d °�d � CG CG N a R. .-. .-• C R U U U N T bn W N Nun ai N {ma{>yy fl c y� Y^�� V a _ ,_ C T -d—d -d lapv N o QUO —ai ai Ln s L k s o o °0 3 3 I s U U s F n c ti x x a� m on to .tn c U rn o o ai U U °' — y nSrHOOcGcoU3 33 vv -dbu u °' xp b V] V] A h E C �, >. T T T �+ >. �+ T T U O O O O z z = u:s O Ca Ca � �' x s - z z z z z a � Z -0 � F U U U U .an on o o a� a� o c`� ca E E E E E E N .n .D ai ai a`� z FOOcom" U3 � 33 y N N N 22 cn5pm ,23 = E v" u ° T T T T >, T T >. T >,Q Q Q Q Q Q Q Q Q Q °J a� 'O :D U a� v e --��w w u cC 3 3 en U a a s o a � a E E E E E E E E E E - - - - - - n o 0 3 > > A r cn _O _O O U ti ti — — — — — — .--� U ^ .--� — — � � W d Q d Q Q Q Q Q Q d — O O D U U W C i Yd A A ^C d C N U C C fl Z E E E E E E E E E E ti m a _ E g `d ca � o U > > > > > > > > C C C C C G C 3 C C C C C C U .a 7 a �_ y �_ ^ y �_ �_ y _� _� .O �_ N N N ro a r,, ,t R A C C C C C C ` C C C aC+ C C C C C C C W GO b0 C IM [L O a C O C C C C C _C C C FC C 7 7 C C 7 C 7 7 C C C C 7 7 O 7 3 z o w a v�-- cz. u. wu. wu. wu. wa. .. u., wa. wwu. [- �nCaC� � o _ �E 00 O\ O --� N "I 7 V1 ,D h 00 O\ CDN M 10 h 00 O\ N M V o � � o � o � zz w �+ y Z:l � 0 .^y Q. 69 69 64 b9 b9 69 69 Y3 F c u � � o N O I� N I� � G d w N O 7 Q Q Q Q Q CL V] O M M M M M O O 0 w U z Q ° U ;o �o pa A W o w F x W EE T O C N Y3z 3 b b U y ' C� ✓7 O cd U ai on on F a� 48x x T T ' � a .2 �n bA z a 0 0 o � z U U U U U W E R ° z R `� auA FBI z o �n 10 1— oo O, o Z r r r r r x Fy OL�a 00 11 13 INVITATION TO BIDDERS Pagel of 3 SECTION 00 1113 INVITATION TO BIDDERS RECEIPT OF BIDS Sealed bids for the construction of 2022 On-Call Street Light Contract ("Project") will be received by the City of Fort Worth Purchasing Office until 1:30 P.M. CST, Thursday, June 9, 2022 as further described below: City of Fort Worth Purchasing Division 200 Texas Street Fort Worth,Texas 76102 Bids will be accepted by: US Mail,Courier,FedEx or hand delivery at the address above; Bids will be opened publicly and read aloud at 2:00 PM CST in the City Council Chambers. GENERAL DESCRIPTION OF WORK The major work will consist of the(approximate)following: The Contractor shall furnish all materials, labor, equipment, transportation, insurance, permits and other services necessary for a complete installation of street lights for City of Fort Worth Transportation and Public Works Department. The Contractor shall provide services for City roadways and right of way per the attached specifications. Performance for any services described herein will be initiated upon acceptance by the Contractor of a work order having the authorizing signature of the Project Manager prior to commencing work at the site. Contractors will not perform against this agreement without first having received an official City of Fort Worth work order,except in emergency cases as detailed below. All street lighting services include traffic control devices and related costs. All traffic control methods utilized by the Contractor shall meet the most current requirements as specified by the FHWA in the "Texas Manual on Uniform Traffic Control Devices (TMUTCD) for Streets and Highways"and/or subsequent amendments. CONTRACT AWARD& FUNDING This ITB (Invitation to Bidders) is to establish unit prices upon which task orders will be issued. The City reserves the right to award one or more contracts to qualified bidders Within its identified project budget. There is no guarantee of the amount or value of work to be ordered. TIME PERIOD AND RENEWALS The time period of this Agreement will be for one (1) calendar year or the expiration of the funding, whichever occurs last. The City reserves the right to renew the contract for up to three (3) additional time periods under the same terms, conditions and unit prices. The City shall provide at least sixty(60)days'notice to the Contractor of the City's intent to renew. CITY OF FORT WORTH 2O22 ON-CALL STREET LIGHT CONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CPN 103736 Revised 7/19/2021 00 11 13 INVITATION TO BIDDERS Page 2 of 3 PREQUALIFICATION Certain improvements included in this project must be performed by a contractor or designated subcontractor who is pre-qualified by the City at the time of bid opening. The procedures for qualification and pre-qualification are outlined in the Section 3 of 00 21 13 — INSTRUCTIONS TO BIDDERS. DOCUMENT EXAMINATION AND PROCUREMENTS The Bidding and Contract Documents may be exarn...e or obtained on-line by visiting the City of Fort Worth's Purchasing Division website at http://www.fortworthtexas.gov/purchasinQ/ and clicking on the link to the advertised project folders on the City's electronic document management and collaboration system site. The Contract Documents may be downloaded, viewed, and printed by interested contractors and/or suppliers. EXPRESSION OF INTEREST To ensure potential bidders are kept up to date of any new information pertinent to this project,all interested parties are requested to email Expressions of Interest in this procurement to the City Project Manager and the Design Engineer. The email should include the company's name, contact person and that individual's email address and phone number. All Addenda will be distributed directly to those who have expressed an interest in the procurement and will also be posted in the City of Fort Worth's purchasing website at http://fortworthtexas.gov/purchasing/ PREBID CONFERENCE—Web Conference A prebid conference will be held as discussed in Section 00 21 13 - INSTRUCTIONS TO BIDDERS at the following date, and time via a web conferencing application: DATE: Tuesday, May 31, 2022 TIME: 1:00 PM Invitations with links to the web conferencing application will be distributed directly to those who have submitted an Expression of Interest. If a prebid conference is held, the presentation and any questions and answers provided at the prebid conference will be issued as an Addendum to the call for bids. If a prebid conference is not being held, prospective bidders can e-mail questions or comments in accordance with Section 6 of the Instructions to Bidders referenced above to the project manager(s) at the e-mail addresses listed below. Emailed questions will suffice as "questions in writing." If necessary, Addenda will be issued pursuant to the Instructions to Bidders. CITY'S RIGHT TO ACCEPT OR REJECT BIDS City reserves the right to waive irregularities and to accept or reject any or all bids. AWARD This ITB (Invitation to Bidders) is to establish unit prices upon which task orders will be issued. The City reserves the right to award one or more contracts to qualified bidders within its identified project budget. There is no guarantee of the amount or value of work to be ordered. City will award a contract to the Bidder(s) presenting the lowest price, qualifications and competencies considered. CITY OF FORT WORTH 2O22 ON-CALL STREET LIGHT CONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CPN 103736 Revised 7/19/2021 00 11 13 INVITATION TO BIDDERS Page 3 of 3 INQUIRIES All inquiries relative to this procurement should be addressed to the following: Attn: Clint Hoover,MBA,P.E., S.E.,City of Fort Worth Email: Clint.Hooverl2fortworthtexas.g_ov Phone: 817-392-6573 ADVERTISEMENT DATES May 12,2022 May 19,2022 END OF SECTION CITY OF FORT WORTH 2O22 ON-CALL STREET LIGHT CONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CPN 103736 Revised 7/19/2021 0021 1P INSTRUCTIONS TO BIDDER Page 1 of 1 SECTION 00 2113 INSTRUCTIONS TO BIDDERS 1. Defined Terms 1.1.Capitalized terms used in these INSTRUCTIONS TO BIDDERS are defined in Section 00 72 00-GENERAL CONDITIONS. 1.2.Certain additional terms used in these INSTRUCTIONS TO BIDDERS have th meanings indicated below which are applicable to both the singular and plural thereof. 1.2.1. Bidder: Any person, firm,partnership,company,association, or corporation actin directly through a duly authorized representative, submitting a bid for performin the work contemplated under the Contract Documents. 1.2.2.Nonresident Bidder: Any person, firm, partnership, company, association, r corporation acting directly through a duly authorized representative, submitting �a bid for performing the work contemplated under the Contract Documents whose principal place of business is not in the State of Texas. 1.2.3. Successful Bidder: The lowest responsible and responsive Bidder to whom Cit (on the basis of City's evaluation as hereinafter provided) makes an away . 2. Copies of Bidding Documents 2.1.Neither City nor Engineer shall assume any responsibility for errors or misinterpretations resulting from the Bidders use of incomplete sets of Bidding Documents. 2.2.City and Engineer in making copies of Bidding Documents available do so only for the purpose of obtaining Bids for the Work and do not authorize or confer a license or grant for any other use. 3. Prequalification of Bidders(Prime Contractors and Subcontractors) 3.1.Bidders or their designated subcontractors are required to be prequalified for the wor types requiring prequalification as per Sections 00 45 11 BIDDER PREQUALIFICATIONS and 00 45 12 PREQUALIFICATION STATEMENT. Firms seeking pre-qualification, must submit the documentation identified in Section 00 45 11 on Section 00 45 13 PREQUALIFICATION APPLICATION at least seven (1) calendar days prior to Bid opening for review and, if qualified, acceptance. The subcontractors listed by a Bidder on 00 45 12 must be prequalified for the appropriate work types. Subcontractors must follow the same timelines as Bidders for obtainin prequalification review. Bidders or Subcontractors who are not prequalified at the time bids are opened and reviewed may cause the bid to be rejected. Prequalification requirement work types and documentation are available by accessing all _required files through the City's website at: https://a�s.fortworthtexas. o�jectResources/o�jectResources/ CITY OF FORT WORTH 2O22 ON-CALL STREET LIGHT CONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CPN 103736 Revised/Updated November 2,2021 0021 13 INSTRUCTIONS TO BIDDERS Page 2 of 10 3.1.1. Paving—Requirements document located at: https:Hgpps.fortworthtexas. ov/ProjectResources/ResourcesP/02%20- %20Construction%2ODocuments/Contractor%2OPregualification/TPW%2OPaving %20Contractor%2OPrequalification%2OProjzrarn/PREQUALIFICATION%20REQ UIREMENTS%20FOR%20PAVING%2000NTRACTORS.pdf 3.1.2. Roadway and Pedestrian Lighting—Requirements document located at: https://gpps.fortworthtexas. og v/ProjectResources/ResourcesP/02%20- %20Construction%2ODocuments/Contractor%2OPregualification/TPW%2ORoadw ay%20and%20Pedestrian%20Lighting%20Prequalification%20Prog am/STREET %20LIGHT%20PREOUAL%20REOMNTS.pdf fe i4htem io t in P/024G2-n vi of aicc�ai�v=v'rriviccriccSvui$eazcc�vi-[iccsr-rv-�rv'� On�. �I�C� 0 /�1n o� /fin_ 0 0 0 OSanita��2OSewef i"Cs'tTC.ontraEt6f:942O requalifieac'rornvlvPieer-afi i WSS,Ovz� 3.2.Each Bidder, unless currently prequalified, must submit to City at least seven (7) calendar days prior to Bid opening,the documentation identified in Section 00 45 11, BIDDERS PREQUALIFICATIONS. 3.2.1.Submission of and/or questions related to prequalification should be addressed to the City contact as provided in Paragraph 6.1. 3.3.The City reserves the right to require any pre-qualified contractor who is the apparent low bidder for a project to submit such additional information as the City, in its sole discretion may require, including but not limited to manpower and equipment records, information about key personnel to be assigned to the project, and construction schedule to assist the City in evaluating and assessing the ability of the apparent low bidder to deliver a quality product and successfully complete projects for the amount bid within the stipulated time frame. Based upon the City's assessment of the submitted information, a recommendation regarding the award of a contract will be made to the City Council. Failure to submit the additional information, if requested, may be grounds for rejecting the apparent low bidder as non-responsive. Affected contractors will be notified in writing of a recommendation to the City Council. 3.4.In addition to prequalification, additional requirements for qualification may be required within various sections of the Contract Documents. 3.5.Special qualifications required for this project include the following: None CITY OF FORT WORTH 2O22 ON-CALL STREET LIGHT CONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CPN 103736 Revised/Updated November 2,2021 0021 1 INSTRUCTIONS TO BIDDE Page 3 of 1 4. Examination of Bidding and Contract Documents,Other Related Data,and Site 4.1.Before submitting a Bid, each Bidder: 4.1.1. Shall examine and carefully study the Contract Documents and other related data identified in the Bidding Documents (including "technical data" referred to in Paragraph 4.2. below). No information given by City or any representative of the City other than that contained in the 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 conditions that may affect cost, progress,performance or furnishing of the Work. 4.1.3. Shall consider federal, state and local Laws and Regulations that may affect cost, progress, performance or furnishing of the Work. , 78 St-at.252, 42 U.S.C. zo00d to 2000d 4- and Title 49, Code of ederat fespease to tWs kwitatien and will not be disefifnkmted against on the grounds o 4.1.5. Shall study all: (i) reports of explorations and tests of subsurface conditions at or contiguous to the Site and all drawings of physical conditions relating to existing surface or subsurface structures at the Site (except Underground Facilities) that have been identified in the Contract Documents as containing reliable "technical data" and(ii)reports and drawings of Hazardous Environmental Conditions, if any, at the Site that have been identified in the Contract Documents as containing reliable "technical data." 4.1.6. Is advised that the Contract Documents on file with the City shall constitute all of the information which the City will furnish. All additional information and data which the City will supply after promulgation of the formal Contract Documents shall be issued in the form of written addenda and shall become part of the Contract Documents just as though such addenda were actually written into the original Contract Documents. No information given by the City other than that contained in the Contract Documents and officially promulgated addenda thereto, shall be binding upon the City. CITY OF FORT WORTH 2O22 ON-CALL STREET LIGHT�ONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENT PN 103736 Revised/Updated November 2,2021 0021 13 INSTRUCTIONS TO BIDDERS Page 4 of 10 4.1.7. Should perform independent research, investigations,tests, borings, and such other means as may be necessary to gain a complete knowledge of the conditions which will 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, explorations, tests and studies as each Bidder deems necessary for submission of a Bid. Bidder must fill all holes and clean up and restore the site to its former conditions upon completion of such explorations,investigations,tests and studies. 4.1.8. Shall determine the difficulties of the Work and all attending circumstances affecting the cost of doing the Work,time required for its completion,and obtain all information required to make a proposal. Bidders shall rely exclusively and solely upon their own estimates, investigation, research,tests,explorations, and other data which are necessary for full and complete information upon which the proposal is to be based. It is understood that the submission of a proposal or bid is prima-facie evidence that the Bidder has made the investigations, examinations and tests herein required. 4.1.9. Shall promptly notify City of all conflicts,errors, ambiguities or discrepancies in or between the Contract Documents and such other related documents. The Contractor shall not take advantage of any gross error or omission in the Contract Documents, and the City shall be permitted to make such corrections or interpretations as may be deemed necessary for fulfillment of the intent of the Contract Documents. 4.2. Reference is made to Section 00 73 00—Supplementary Conditions for identification of: 4.2.1. those reports of explorations and tests of subsurface conditions at or contiguous to the site which have been utilized by City in preparation of the Contract Documents. The logs of Soil Borings, if any, on the plans are for general information only. Neither the City nor the Engineer guarantee that the data shown is representative of conditions which actually exist. 4.2.2. those drawings of physical conditions in or relating to existing surface and subsurface structures (except Underground Facilities)which are at or contiguous to the site that have been utilized by City in preparation of the Contract Documents. 4.2.3. copies of such reports and drawings will be made available by City to any Bidder on request. Those reports and drawings may not be part of the Contract Documents, but the "technical data" contained therein upon which Bidder is entitled to rely as provided in Paragraph 4.02. of the General Conditions has been identified and established in Paragraph SC 4.02 of the Supplementary Conditions. Bidder is responsible for any interpretation or conclusion drawn from any "technical data" or any other data, interpretations,opinions or information. 4.2.4.Standard insurance requirements, coverages and limits. CITY OF FORT WORTH 2O22 ON-CALL STREET LIGHT CONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CPN 103736 RevisedXpdated November 2,2021 0021 10 INSTRUCTIONS TO BIDDER Page 5 of 1 4.3.The submission of a Bid will constitute an incontrovertible representation by Bidder: (i) that Bidder has complied with every requirement of this Paragraph 4, (ii) that withoig exception the Bid is premised upon performing and furnishing the Work required by the Contract Documents and applying the specific means,methods,techniques, sequences or procedures of construction(if any)that may be shown or indicated or expressly required by the Contract Documents, (iii) that Bidder has given City written notice of all conflicts, errors, ambiguities and discrepancies in the Contract Documents and the written resolutions thereof by City are acceptable to Bidder, and when said conflicts, etc., have not been resolved through the interpretations by City as described in Paragraph 6., and (iv) that the Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performing and furnishing the Work. 4.4.The provisions of this Paragraph 4, inclusive, do not apply to Asbestos, Polychlorinate biphenyls (PCBs), Petroleum, Hazardous Waste or Radioactive Material covered b Paragraph 4.06. of the General Conditions, unless specifically identified in the Contr t Documents. 5. Availability of Lands for Work,Etc. 5.1.The lands upon which the Work is to be performed, rights-of-way and easements f access thereto and other lands designated for use by Contractor in performing the Work are identified in the Contract Documents. All additional lands and access thereto required for temporary construction facilities, construction equipment or storage of materials and equipment to be incorporated in the Work are to be obtained and paid for by Contractor. Easements for permanent structures or permanent changes in existin facilities are to be obtained and paid for by City unless otherwise provided in the Contract Documents. 5.2.Outstanding right-of-way, easements, and/or permits to be acquired by the City are listed in Paragraph SC 4.01 of the Supplementary Conditions. In the event the necessary ngh- of-way, easements, and/or permits are not obtained, the City reserves the right to cancll the award of contract at any time before the Bidder begins any construction work on the project. 5.3. The Bidder shall be prepared to commence construction without all executed right-of- way, easements, and/or permits, and shall submit a schedule to the City of ho construction will proceed in the other areas of the project that do not require permits and/or easements. CITY OF FORT WORTH 2O22 ON-CALL STREET LIGHT CONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CPN 103736 Revised/Updated November 2,2021 0021 13 INSTRUCTIONS TO BIDDERS Page 6 of 10 6. Interpretations and Addenda 6.1. All questions about the meaning or intent of the Bidding Documents are to be directed to City in writing on or before 2 p.m., the Monday prior to the Bid opening. Questions received after this day may not be responded to. Interpretations or clarifications considered necessary by City in response to such questions will be issued by Addenda delivered to all parties recorded by City as having received the Bidding Documents. Only questions answered by formal written Addenda will be binding. Oral and other interpretations or clarifications will be without legal effect. Address questions to: City of Fort Worth 200 Texas Street Fort Worth, TX 76102 Attn: Clint Hoover,MBA,P.E.,S.E.,City of Fort Worth Email: Clint.Hoover@fortworthtexas.gov- Phone:817-392-6573 6.2. Addenda may also be issued to modify the Bidding Documents as deemed advisable by City. 6.3. Addenda or clarifications may he posted via the City's electronic document management and collaboration system at https://qpps.fo�rtworthtexas.gov/PLoectResources/.v/PectResources/. 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 are encouraged to attend and participate in the conference. City will transmit to all prospective Bidders of record such Addenda as City considers necessary in response to questions arising at the conference. Oral statements may not be relied upon and will not be binding or legally effective. 7. Bid Security 7.1.Each Bid must be accompanied by a Bid Bond made payable to City in an amount of five (5) percent of Bidder's maximum Bid price, on the form attached or equivalent, issued by a surety meeting the requirements of Paragraph 5.01 of the General Conditions. 7.2. The Bid Bonds provided by a Bidder will be retained until the conditions of the Notice of Award have been satisfied. If the Successful Bidder fails to execute and return the Contract Documents within 14 days after the Notice of Award conveying same, City may consider Bidder to be in default, rescind the Notice of Award and act on the Bid Bond. Such action shall be City's exclusive remedy in the event Bidder is deemed to have defaulted. CITY OF FORT WORTH 2O22 ON-CALL STREET LIGHT CONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CPN 103736 Revised/Updated November 2,2021 0021 13 INSTRUCTIONS TO BIDDERS Page 7 of 10 8. Contract Times The number of days within which, or the dates by which, Milestones are to be achieved in accordance with the General Requirements and the Work is to be completed and ready for Final Acceptance is set forth in the Agreement or incorporated therein by reference to the attached Bid Form. 9. Liquidated Damages Provisions for liquidated damages are set forth in the Agreement. 10. Substitute and "Or-Equal" Items The Contract, if awarded, will be on the basis of materials and equipment described in the Bidding Documents without consideration of possible substitute or "or-equal" items. Whenever it is indicated or specified in the Bidding Documents that a "substitute" or "or- equal" item of material or equipment may be furnished or used by Contractor if acceptable to City, application for such acceptance will not be considered by City until after the Effective Date of the Agreement. The procedure for submission of any such application by Contractor and consideration by City is set forth in Paragraphs 6.05A., 6.05B. and 6.05C. of the General Conditions and is supplemented in Section 01 25 00 of the General Requirements. 11. Subcontractors, Suppliers and Others 11.1. In accordance with the City's Business Equity Ordinance No.25165-10-2021 the City has goals for the participation of minority business and/or women business enterprises in City contracts $100,000 or greater. See Section 00 45 40 for the M/WBE Project Goals and additional requirements. Failure to comply shall render the Bidder as non-responsive. Business Equity Ordinance No.25165-10-2021, as amended (replacing Ordinance No. 24534-11-2020), codified at: https:HcodelibLM.aamleizal.com/codes/ftworth/latest/ftworth tx/0-0-0-22593 11.2. No Contractor shall be required to employ any Subcontractor, Supplier, other person or organization against whom Contractor or City has reasonable objection. 12. Bid Form 12.1. The Bid Form is included with the Bidding Documents; additional copies may be obtained from the City. I 12.2. All blanks on the Bid Form must be completed and the Bid Form signed in ink. Erasures or alterations shall be initialed in ink by the person signing the Bid Form. A Bid price shall be indicated for each Bid item, alternative, and unit price item listed therein. In the case of optional alternatives, the words "No Bid," "No Change," or "Not Applicable" may be entered. Bidder shall state the prices for which the Bidder proposes to do the work contemplated or furnish materials required. All entries shall be legible. CITY OF FORT WORTH 2O22 ON-CALL STREET LIGHT CONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CPN 103736 Revised/Updated November 2,2021 0021 13 INSTRUCTIONS TO BIDDERS Page 8 of 10 12.3. Bids by corporations shall be executed in the corporate name by the president or a vice-president or other corporate officer accompanied by evidence of authority to sign. The corporate seal shall be affixed. The corporate address and state of incorporation shall be shown below the signature. 12.4. Bids by partnerships shall be executed in the partnership name and signed by a partner, whose title must appear under the signature accompanied by evidence of authority to sign. The official address of the partnership shall be shown below the signature. 12.5. Bids by limited liability companies shall be executed in the name of the firm by a member and accompanied by evidence of authority to sign. The state of formation of the firm and the official address of the firm shall be shown. 12.6. Bids by individuals shall show the Bidder's name and official address. 12.7. Bids by joint ventures shall be executed by each joint venture in the manner indicated on the Bid Form. The official address of the joint venture shall be shown. 12.8. All names shall be typed or printed in ink below the signature. 12.9. The Bid shall contain an acknowledgement of receipt of all Addenda,the numbers of which shall be filled in on the Bid Form. 12.10. Postal and e-mail addresses and telephone number for communications regarding the Bid shall be shown. 12.11. Evidence of authority to conduct business as a Nonresident Bidder in the state of Texas shall be provided in accordance with Section 00 43 37—Vendor Compliance to State Law Non Resident Bidder. 13. Submission of Bids Bids shall be submitted on the prescribed Bid Form, provided with the Bidding Documents, at the time and place indicated in the Advertisement or INVITATION TO BIDDERS, addressed to Purchasing Manager of the City, and shall be enclosed in an opaque sealed envelope, marked with the City Project Number, Project title, the name and address of Bidder, and accompanied by the Bid security and other required documents. If the Bid is sent through the mail or other delivery system,the sealed envelope shall be enclosed in a separate envelope with the notation "BID ENCLOSED" on the face of it. 14. Withdrawal of Bids 14.1. Bids addressed to the Purchasing Manager and filed with the Purchasing Office may be withdrawn prior to the time set for bid opening. A request for withdrawal must be made in writing and delivered to the Purchasing Office to receive a time stamp prior to the opening of 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 will thereafter be returned unopened. CITY OF FORT WORTH 2O22 ON-CALL STREET LIGHT CONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CPN 103736 Revised/Updated November 2,2021 0021 1P INSTRUCTIONS TO BIDDER Page 9 of 10 14.2. In the event any Bid for which a withdrawal request has been timely filed has bee inadvertently opened, said Bid and any record thereof will subsequently be marke "Withdrawn" and will be given no further consideration for the award of contract. 15. Opening of Bids Bids will be opened and read aloud publicly. An abstract of the amounts of the base Bids ano major alternates (if any) will be made available to Bidders after the opening of Bid . 16. Bids to Remain Subject to Acceptance All Bids will remain subject to acceptance for a minimum of 90 days or the time perio specified for Notice of Award and execution and delivery of a complete Agreement b Successful Bidder. City may, at City's sole discretion,release any Bid and nullify the Bid security prior to that date. 17. Evaluation of Bids and Award of Contract 17.1. City reserves the right to reject any or all Bids, including without limitation the rights to reject any or all nonconforming, nonresponsive, unbalanced or conditional Bids and to reject the Bid of any Bidder if City believes that it would not be in the be t interest of the Project to make an award to that Bidder. City reserves the right t) waive informalities not involving price, contract time or changes in the Work and award a contract to such Bidder. Discrepancies between the multiplication of units of Work and unit prices will be resolved in favor of the unit prices. Discrepancies between the indicated sum of any column of figures and the correct sum thereof will be resolved in favor of the correct sum. Discrepancies between words and figureis will be resolved in favor of the words. 17.1.1. Any or all bids will be rejected if City has reason to believe that collusion exists among the Bidders, Bidder is an interested party to any litigation against City, City or Bidder may have a claim against the other or be engaged in litigation, Bidder is in arrears on any existing contract or has defaulted on a previous contract, Bidder has performed a prior contract in an unsatisfactory manner, or Bidder has uncompleted work which in the judgment of the City will prevent or hinder the prompt completion of additional work if awarded. 17.2. In addition to Bidder's relevant prequalification requirements, City may consider the qualifications and experience of Subcontractors, Suppliers, and other persons and organizations proposed for those portions of the Work where the identity of such Subcontractors, Suppliers, and other persons and organizations must be submitted as provided in the Contract Documents or upon the request of the City. City also ma consider the operating costs, maintenance requirements, performance data an guarantees of major items of materials and equipment proposed for incorporation i the Work when such data is required to be submitted prior to the Notice of Awar . 17.3. City may conduct such investigations as City deems necessary to assist in the evaluation of any Bid and to establish the responsibility, qualifications, and financi�l ability of Bidders, proposed Subcontractors, Suppliers and other persons and organizations to perform and furnish the Work in accordance with the Contract Documents to City's satisfaction within the prescribed time. CITY OF FORT WORTH 2O22 ON-CALL STREET LIGHT�ONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CPN 103736 Revised/Updated November 2,2021 00 21 13 INSTRUCTIONS TO BIDDERS Page I0 of I0 17.4. Contractor shall perform with his own organization, work of a value not less than 35% of the value embraced on the Contract, unless otherwise approved by the City. 17.5. If the Contract is to be awarded, it will be awarded to lowest responsible and responsive Bidder whose evaluation by City indicates that the award will be in the best interests of the City. 17.6. Pursuant to Texas Government Code Chapter 2252.001, the City will not award contract to a Nonresident Bidder unless the Nonresident Bidder's bid is lower than the lowest bid submitted by a responsible Texas Bidder by the same amount that a Texas resident bidder would be required to underbid a Nonresident Bidder to obtain a comparable contract in the state in which the nonresident's principal place of business is located. 17.7. A contract is not awarded until formal City Council authorization. If the Contract is to be awarded, City will award the Contract within 90 days after the day of the Bid opening unless extended in writing. No other act of City or others will constitute acceptance of a Bid. Upon the contract award, a Notice of Award will be issued by the City. 17.7.1.The contractor is required to fill out and sign the Certificate of Interested Parties Form 1295 and the form must be submitted to the Project Manager before the contract will be presented to the City Council. The form can be obtained at https://www.ethics.state.tx.us/data/forms/1295/1295.pdf 17.8. Failure or refusal to comply with the requirements may result in rejection of Bid. 18. Signing of Agreement 18.1. When City issues a Notice of Award to the Successful Bidder, it will be accompanied by the required number of unsigned counterparts of the Project Manual. Within 14 days thereafter, Contractor shall sign and deliver the required number of counterparts of the Project Manual to City with the required Bonds, Certificates of Insurance, and all other required documentation. 18.2. City shall thereafter deliver one fully signed counterpart to Contractor. END OF SECTION CITY OF FORT WORTH 2O22 ON-CALL STREET LIGHT CONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CPN 103736 Revised/Updated November 2,2021 0035 13 CONFLICT OF INTEREST AFFIDAVIT Page 1 of 1 SECTION 00 3513 CONFLICT OF INTEREST STATEMENT Each bidder,offeror or respondent to a City of Fort Worth procurement is required to complete a Conflict of Interest Questionnaire or certify that one is current and on file with the City Secretary's Office pursuant to state law. If a member of the Fort Worth City Council, any one or more of the City Manager or Assistant City Managers,or an agent of the City who exercises discretion in the planning,recommending, selecting or contracting with a bidder,offeror or respondent is affiliated with your company,then a Local Government Officer Conflicts Disclosure Statement(CIS)may be required. You are urged to consult with counsel regarding the applicability of these forms and Local Government Code Chapter 176 to your company. The referenced forms may be downloaded from the links provided below. b=s://www.ethics.state.tx.us/dyto/forms/conflict/CIO.p!Lf httys://www.ethics.state.tx.us/data/forms/conflict/CIS. Q CIQ Form is on file with City Secretary ® CIQ Form is being provided to the City Secretary Q CIS Form does not apply F7 CIS Form is on File with City Secretary 0 CIS Form is being provided to the City Secretary BIDDER: EAR Telecommunications, LLC By: Jose Merida Company ease P nt 14719 US HWY 290 E, Suite 106 Signature: Address Manor, TX 78653 Title: Vice Preside t _ City/State/Zip (Please Pri t) END OF SECTION CITY OF FORT WORTH 2O22 ON-CALL STREET LIGHT CONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103736 Revised February 24,2020 0041 00 BID FORM Page 1 of 3 SECTION 00 4100 BID FORM TO: The Purchasing Manager c/o:The Purchasing Division 200 Texas Street City of Fort Worth,Texas 76102 FOR: 2022 ON-CALL STREET LIGHT CONTRACT City Project No.: 103736 Units/Sections: Street Lights 1. Enter Into Agreement The undersigned Bidder proposes and agrees, if this Bid is accepted. to enter into an Agreement with City in the form included in the Bidding Documents to perform and furnish all Work as specified or indicated in the Contract Documents for the Bid Price and within the Contract Time indicated in this Bid and in accordance with the other terms and conditions of the Contract Documents. 2. BIDDER Acknowledgements and Certification 2.1. In submitting this Bid,Bidder accepts all of the terms and conditions of the INVITATION TO BIDDERS and INSTRUCTIONS TO BIDDERS, including without limitation those dealing with the disposition of Bid Bond. 2.2. Bidder is aware of all costs to provide the required insurance, will do so pending contract award. and will provide a valid insurance certificate meeting all requirements within 14 days of notification of award. 2.3. Bidder certifies that this Bid is genuine and not made in the interest of or on behalf of any undisclosed individual or entity and is not submitted in conformity with any collusive agreement or rules of any group, association.organization,or corporation. 2.4. Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid. 2.5. Bidder has not solicited or induced any individual or entity to refrain from bidding. 2.6. Bidder has not engaged in corrupt,fraudulent,collusive,or coercive practices in competing for the Contract. For the purposes of this Paragraph: a. "corrupt practice"means the offering,giving,receiving,or soliciting of any thing of value likely to influence the action of a public official in the bidding process. b. "fraudulent practice" means an intentional misrepresentation of facts made(a)to influence the bidding process to the detriment of City(b)to establish Bid prices at artificial non-competitive levels,or(c)to deprive Citv of the benefits of free and open competition. c. "collusive practice"means a scheme or arrangement between two or more Bidders,with or without the knowledge of City,a purpose of which is to establish Bid prices at artificial,non- competitive levels. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUNIENTS 2022 ON-CALL STREET LIGHT CONTRACT Revised September 30,2021 CPN 103736 0041 00 BID FORM Page 2 of 3 d. "coercive practice"means harming or threatening to harm,directly or indirectly,persons or their property to influence their participation in the bidding process or affect the execution of the Contract. 3. Prequalification The Bidder acknowledges that the following work types must be performed only by prequalified contractors and subcontractors: a. Roadway and Pedestrian Lighting b. Asphalt Paving Construction/Reconstruction LESS THAN(15,000 square yards) c. Concrete Paving Construction/Reconstruction LESS THAN(15,000 square yards) 4. Time of Completion 4.1. The Work will be complete for Final Acceptance within the days specified in each task order. 4.2. Bidder accepts the provisions of the Agreement as to liquidated damages in the event of failure to complete the Work{and/or achievement of Milestones} within the times specified in the Agreement. 5. Attached to this Bid The following documents are attached to and made a part of this Bid: a. This Bid Form, Section 00 4100 b. Required Bid Bond, Section 00 43 13 issued by a surety meeting the requirements of Paragraph 5.01 of the General Conditions. c. Proposal Form, Section 00 42 43 d. Vendor Compliance to State Law Non Resident Bidder,Section 00 43 37 e. MWBE Forms(optional at time of bid) f. Prequalification Statement.Section 00 45 12 g. Conflict of Interest Affidavit.Section 00 35 13 *If necessary, CIQ or CIS forms are to be provided directly to City Secretary h. Any additional documents that may be required by Section 12 of the Instructions to Bidders CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2022 ON-CALL STREET LIGHT CONTRACT Revised September 30.2021 CPN 103736 00 41 00 BID FORM Page 3 of 3 6. Total Bid Amount 6.1. Bidder will complete the Work in accordance with the Contract Documents for the following bid amount.In the space provided below, please enter the total bid amount for this project. Only this figure will be read publicly by the City at the bid opening. 6.2. It is understood and agreed by the Bidder in signing this proposal that the total bid amount entered below is subject to verification and/or modification by multiplying the unit bid prices for each pay item by the respective estimated quantities shown in this proposal and then totaling all of the extended amounts. 6.3. Total Bid $1,683,150.00 7. Bid Submittal A This Bid is submitted Jon �.11601'0'0" by the entity named below. Respectfully submitted, Receipt is acknowledged of the Initial following Addenda: By: _ Addendum No. 1: J.M. Addendum No.2: Addendum No. 3: Jose Merida Addendum No.4: (Printed Name Title: Vice President Company: EAR Telecommunications,LLC Corporate Seal: Address: 14719 US HWY 290 E,Suite 106 Manor,TX 78653 State of Incorporation: Texas Email:jose.merida4iearte.com Phone: 512.581.5657 END OF SECTION CRY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2022 ON-CALL STREET 1107 CONTRACT Revised September 30,2021 CPN 103736 4 y O O O 0 o o o O O O 4 0 S S 0 0 o g o o S o S o 0 0 0 0 0 0 g o 0 0 0 0 O O O c..� O N oC O �D N O oC 00 00 00 v1 [� O 'n 'n v1 v'i v1 �C, ❑ 00 O GC 2F.. 69 69 69 69 69 69 69 69 69 69 4q 69 69 6A 69 69 69 64 4q 69 69 69 69 44 6A 69 6A 6A 6A 69 64 W o � 0 0 o c o o o8 ('-1 •t N S Q S r�i, 8 M 7 'tt O S �D vi 00 V v1 vi O O O O O S (V N p rr� 69 69 69 69 69 69 69 69 69 69 6A 69 69 69 69 SA 69 69 69 6A 69 6A 69 49 69 69 69 6A 69 69 6A p p F� !V N N N GOON��� N N N N N N N N N N N •G � aawaawa •-aa .: wwa �. aaaaaaaaaw www ww M M M M M M M O _7 �O IO 10 IO IO M M `S A ,I. C 'IT 'IT 'IT 'IT 'IT 'IT7 'ITC N N N N N N N N N N M M M M M M M M M M M M M M Q G � w U z s C U v° W C U � 70 a x s � � o U 3 wi E U U U fL O W CG c c Q y O O O t? � •° ,° U U U a 00 00 U U U U U U x x > > > > > > > > ' c c c a c U U a o4 a w a a a a s J U o 0 o U U U o o c o 0 0 0 o C o 0 o U U U U 3 3 3 U U oo ao 00 0o ao ao ao oc a w � 8 8 8 = , = > > °� .= o d d v a W W W P.. o, � a s 0 a 0 0 0 •a z Z U U -- U U U U U U U U v Z Z c Z e z Z Z Z Z Z Z z eO_� ggUr C7 = n vQi rQ m w `Fn t✓� Fn a°� v �n Fn °n Fn ��r tin Fn r. a ^� z a E E E E E E E 8 E E E E E E E E E E C C. p 3 0 y d � ��nx f f $ \ §° § _ 4d � / § � - - - � � � ± ) ) @ & 2 R $$ / # $ / Q \ d i § § 00 } k ) ) / N \ 2 ] ] ] \ § r q E g < 4 & 4 WAN* � � e2 2 ) A \ n r ((J N�o O O O O O O O O O O O O O O O O O O O O O O O O O C e. S g o S o o 0 0 0 0 o g o 0 0 0 0 0 0 0 o q o 0 0 0 0 0 o S o 0 S 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 �n S o S o S o S S o g o S S o 0 0 o n o 0 V) do S O S n S U z 3 Q N N v: v� O O O O O O O O O vi �n O O O 00 O M O M O O 'et OC O O 0 > N N N 00 n 00 O\ � k M C14 V N co -- o � c F- 4i 6A 64 6A 44) 6A 6A Qq 6A 6A Qq 6A 6A 6A 64 6fa 6A Qq va 6A 6A 6A 6A 64 6A 6A 64 601) 64a 6A 6A (A p CC - C-q W—) SgSo $ � S SS gS � oS � SSSg � S 0. N N v'1 O O O O O O Vl �n OC O M O M 0 0 0 et 00 O Z sf N N (V fV N N N N N 00 r, 00 O\ W) vi M (V N p o .� 6A 69 69 6A 6A 69 6A 69 6A 6A 6A 6A 69 69 6Fi 6A 69 69 69 69 69 (A 60 69 69 69 6A 4 6A 6A •mom T C Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q a � 0 0 o O o 0 0 0 0 0 0 0 0 0 0 o O O o 0 0 0 0 0 0 o O o o O o .W Z N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N w .g v � vvvvvvvvvv7vvvv -rvvvvvvvv � vv M M M M M M M M M M M M M M M M M M M M M M M . . . . . y O L4 O a ,� _T h M N p - o - - - v w - - °.° U °' � � °� 3 � 3 c N. +i n z F Kt F a F F F r F F F °R R 00 O O O C O C O C O C o 0 0 o G o 0 0 0 0 o r Z) Ob F > w w W W w W W W W r ou 0u e oo E E E E E E E E E E ° ° E o E .c on FBI T 'c7 'O 2 2 •C 'O 'C O N � '+7 a 'O W W W W 'O 'O 2 CL W x (x � CL L. FL z r+ N C� � x _ ..� .a ...1 -� L1, R. Ll. FU G C G G G G G G G G C G Q C G G G G G G G G C Q m 1 5: ti n ti v. y y y y y w ti m u: p a E E E E E E E E E E E E E E E E E E E E E c E e B E a � Q w W F U ti C ,L n w cs O N M vi ,D n 00 Q, O r+ N M vi ,D n oo D\ O N M -7y h �c � uGa \ $ \ \{ 2 I k } ) . � ? — � V V 3 ! \ R R R i/ $ In $ \ k i / / \ \ ! \ E / \ � M 0 s�� � o 0 000 000 000 -- 0 0 00 v, O O R ,O �O N N O q 0 fV N ,G 00 vi `7 W) �o `7 R 'n W) N79 CCI N _i yGL 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 GA 69 4A O O O O O O O O O O a O O Co C O O O O O O$ $ o $ � S0000S $ Co o $ $ $ 000000 $ oS O O N O N M N N M O v1 O v1 v1 O 0] r 69 69 69 69 69 fA 69 69 69 69 69 69 69 69 69 69 6A GA 69 69 69 69 69 fA to, 6A 69 69 69 6A 69 �jy��i� pp po Miy t ag — g g 0 0 0 0 O — g 0 0 0 Q OC ppp W j N N N N N N N N rA rrA � cr w w w C4 w� wwwwWwwwwwww --� -: aa ..� a .-. www � rA N N N N N N N N N N N N N N N N N N N N N N N N �."_.7 � R `7 'd' '7 7 'd' 7 'd' �' R R R � R � 7 'd' R 7 '3' R `7 7 M '7 R 7 -• •..• -• R �' R R R R R R V' R •7 R R R 7 R 7 R R R R C N N N N N N N M M M In M In M M M M M M M M m M M M K, M M O O O O M M M M NV U g w orA cc a S 0 �s � sW 4) wo xo 2 0 0 o co 0,, c o .Z 00 on E E E E E E E E E E >0' 79 > > o v N4 W Rt e0 cC ca ed etl e0 C W — 12" C O a• ..FF etl 4 v, N '' `4 d M M R x x fL� fYr x C+ CY. R: x xV — N N R 10 '9 A � G pg z W G G G C C G G G G G G G C G G G C O VJ U S (S O FAi/I •E 'E 'e '� '� 'E 'E 'E 'E 'E •E 'E 'E 'E '� E E E E U c3 cg Cg Fx 0 0 0 0 0 a 0 0 0 0 0 0 0 0 0 0 0 G 0 cy ° ° v - -n _ o� a w w w w ;X. u.. ;a. w w w w w ww -w w w w w w r/� CA x x x x x v zt c o0 3 z r C O —z n n 01 O n n 00 oc z 00 0 0 00a N aM v1 a�D n oo a 0, a 0 `� p o � u �nx C�O �n• go $ g �o m fr 'ti as by as sc, w a � q •C � P. � o 604 6A 6A 69 V •�y T d d Q o� 0 0 7. N N N N '.ter N N N N 7 O � O cn W O s .a cG d, d d f�q a z r 3�� d U °z� ego BoSSSSooSoS $ SooSSS $ 8 � S $ $ oSooSSS � �- m° � W � �F 6A 604 6A 604 604 6A 6A 6A 6A 6A 69 6A 6A 6A 993 6A 6A V3 6A 6A 6A 6A 69 6A 6A 6A 6A 6A IA 604 6A Q � o O 00 O D O O O O 'c O O O O O O 4 6. v1 h v1 v'1 v1 v1 v1 �n v1 v1 O h O O O O O O O O q R er V 'et V V N N c`i N fV N tV N N fV N cV CV p � � o r� cA 6A sA 6A FA sA 604 6A 61*4 644 6A 6A 64 6A sA sA 64 FA 64 sA 6A 6A 6A 6A 6A 6A FA sA 64!j sA 6A ° � QaQQaQaw x � � � ¢ QxQaQaQQaQQa ¢� Qc� aQ '2 � wwwwv: wwa �.s. xUv: ti � wxwwwwwwww :.� w w ww N N N N N N ^. � -• E R R '-- O� O� O� O e} O R V R ^Y 7 ^Y -It 'IT R N N N N N N R 7 N N N N M e} M R 7 -T R 7 7 6 M M M M M M M M M M M M M M M M M M M M M M M M M M fr, M M M y O G'" V 0 C `2 e as w w 3 a S c .y �i ° U U y N O oil, w e FJ Cz G1 o o a a U U U F � F H F � y � � C ,� � 0. Y N N N N G� i•T-' F � F '.^T F• E�'� F�, F C A a a a a a a [ E o �"� B E E E :1 3 C H E F F .S •° a o a Al U v� e a v v v o v v ro v c7 c0 cC c7 q '3 O O d n 7 - 4 � � ram. S ram. C C w w w w .� -. 3 0 8 1- 00 O oC O\ O N M 7 N � lh 00 O\ O N M er 'n O O en M Q \ $ \ $ \\ ca \ ~ ) � ƒ _ * ® - ® � [ � \ � - - ® - � � 2 ± 0 < @ < 4 ) ) R R R R § § 2 \ k E § \ ` ) k / k / ! \ ^ § ( a a & \ A / \ \ 2 ) Ld § c ( E ��` oSoSo $ $ $ Soog $ $ o $ SSoS $ $ � go $ o $ SSo �s s� [ � 0000000000FSg8o8o $ oSNS $ S SeqegC _€N N N N N N N N N N O ❑,a y � V � � � � � 7 V � N N O N N N N N O N O M M K O N en � Cli �C: q •���I ,7 T CK M � � [� M 00 OC OC N 6A rA 6A 6A 6A 6A 6A 6A 6A 6A rA 6A 6A 6A 6A 6A 6A rA 6A 6A 64 6A 6A 6A 6A 6A 5A 6A 4o fA 6A S $ $ $ o $ .� 6A rA 61) 6A 61) 61) 6A 60) 61) 6A 6A 60) 60) es 6A 6A 6A 6A 6A es 6A 6A 6A 6A 6A cA 6A 6A fA 6A 6.) g ., y .p '� N N N N N M CC � N N N N N N ] � www ww wwwwwww ww w wa .-. a ..aa .a � w � W O J O O O O O C O O O O �-. N N N N N N N N N N N N N N N N N N N N N N N N N N N - �J n n y Q • 7 0 O $ U O b o 41 79 }. T }� T >, >, >, � GC G C w .c a m .o x a C U g U -Sp $� aY a3 G E E E E E E E E ti d y � v, U t$ N 67 G y v: y w y . y w y 1 >, >, B o n o c a .o c c E E 8 E E E E E E E A ��'° 2 N M M N M „ - - - - - - ^ - _- - W ug � z 7 7 7 7 7 7 7 C 7 C ,,gg C G G G �T- G cd CG CC C CC y O til O N M N [- 00 T O rn N 'C n 00 [- 00 T O vn C4 o en o v o lZ o 0 o rz m, 7 M enN •+��T en l- �n Q 1n G a M 4i va es va es foq va es va es va ss vi a $ SSSo $ S000S �_ � q •C C to N c0� m N tn 0 tn 0 S a L1, M L M r. csq ss ss 6q va es csq ss ss csq 64 •mom T co: ..] N rA M M M M M M M M M M O * * O o Z' rr ._ O c � o � � F• d 7 E w d F a, °. � 3 Z � Z •Z � �° v cn r1 eo Cd ro C «i eC at Rf St ,yt p ro O ro ro b A °�' t C .' MCI O O 7 'O p u p -. 15 U U U U U U U U U V 00 M�fil C Q ❑ C Q � '� W O E°.'�N °z Ca �u�x 0043 13 BID BOND Pagel of2 SECTION 00 43 13 BID BOND KNOW ALL BY THESE PRESENTS: That we, EAR Telecommunications, LLC dba EARTC known as "Bidder"herein and United Fire&Casualty Company a corporate surety duly authorized to do business in the State of Texas,known as"Surety"herein,are held and firmly bound unto the City of Fort Worth,a municipal corporation created pursuant to the laws of Texas,known as"City"herein,in the penal sum of five percent (5%)of Bidder's maximum bid price,in lawful money of the United States,to be paid in Fort Worth,Tarrant County,Texas for the payment of which sum well and truly to be made,we bind ourselves,our heirs,executors,administrators,successors and assigns, jointly and severally,firmly by these presents. WHEREAS, the Principal has submitted a bid or proposal to perform Work for the following project designated as 2022 ON-CALL STREET LIGHT CONTRACT NOW, THEREFORE, the condition of this obligation is such that if the City shall award the Contract for the foregoing project to the Principal,and the Principal shall satisfy all requirements and conditions required for the execution of the Contract and shall enter into the Contract in writing with the City in accordance with the terms of such same,then this obligation shall be and become null and void. If,however,the Principal fails to execute such Contract in accordance with the terms of same or fails to satisfy all requirements and conditions required for the execution of the Contract,this bond shall become the property of the City, without recourse of the Principal and/or Surety, not to exceed the penalty hereof, and shall be used to compensate City for the difference between Principal's total bid amount and the next selected bidder's total bid amount. PROVIDED FURTHER,that if any legal action be filed on this Bond,venue shall lie in Tarrant County, Texas or the United States District Court for the Northern District of Texas,Fort Worth Division. IN WITNESS WHEREOF,the Principal and the Surety have SIGNED and SEALED this instrument by duly authorized agents and officers on this the 8th day of. June ,2022. PRINCIPAL: EAR Telecommunications LLC JEART BY: _ Signat \ /f Witness 1as to Principal r Name and Title CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2022 ON-CALL STREET LIGHT CONTRACT Revised 9/30/2021 CPN 103736 0043 13 BID BOND Page 2 of 2 Address: 14719 US Hwy 290 East,Suite#106 Manor,TX.78653 SURETY: United Fire&Casualty Company BY: Signatitq David Satine,Attomey-in-Fact Name and Title Address: PO Box 73909 Cedar Rapids,IA 52407-3909 Witness to Su^ Doreen Shearin,CSR Telephone Number: (319)399-5700 Physical Address:United Fire Group 118 Second Ave,SE,Cedar Rapids,IA. 52401 Attach Power of Attorney(Surety)for Attomey-in-Fact *Note: If signed by an officer of the Surety Company,there must be on file a certified extract from the by laws showing that this person has authority to sign such obligation. If Surety's physical address is different from its mailing address,both must be provided.The date of the bond shall not be prior to the date the Contract is awarded. END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2022 ON-CALL STREET LIGHT CONTRACT Revised 9/30/2021 CPN 103736 UNITED FIRE&CASUALTY COMPANY,CEDAR RAPIDS,IA Inquiries: Surety Department UNITED FIRE&INDEMNITY COMPANY,WEBSTER,TX 118 Second Ave SE FINANCIAL PACIFIC INSURANCE COMPANY,ROCKLIN,CA Cedar Rapids,IA 52401 ifig INSURANCE CERTIFIED COPY OF POWER OF ATTORNEY (original on file at Home Office of Company—See Certification) KNOW ALL PERSONS BY THESE PRESENTS,That United Fire&Casualty Company,a corporation duly organized and existing under the laws of the State of Iowa; United Fire & Indemnity Company, a corporation duly organized and existing under the laws of the State of Texas; and Financial Pacific Insurance Company,a corporation duly organized and existing under the laws of the State of California(herein collectively called the Companies),and having their corporate headquarters in Cedar Rapids,State of Iowa,does make,constitute and appoint WARREN ALTER, DAVID SATINE, JONATHAN BURSEVICH, EACH INDIVIDUALLY their true and lawful Attomey(s)-ii-Fact with power and authority hereby conferred to sign, seal and execute in its behalf all lawful bonds, undertakings and other obligatory instruments of similar nature provided that no single obligation shall exceed $20,000,000.00 and to bind the Companies thereby as fully and to the same extent as if such instruments were signed by the duly authorized officers of the Companies and all of the acts of said Attorney,pursuant to the authority hereby given and hereby ratified and confirmed. The Authority hereby granted is continuous and shall remain in full force and effect until revoked by United Fire &Casualty Company,United Fire& Indemnity Company,and Financial Pacific Insurance Company. This Power of Attorney is made and executed pursuant to and by authority of the following bylaw duly adopted on May 15,2013,by the Boards of Directors of United Fire&Casualty Company,United Fire&Indemnity Company,and Financial Pacific Insurance Company. "Article VI—Surety Bonds and Undertakings" Section 2,Appointment of Attomey-in-Fact. "The President or any Vice President,or any other officer of the Companies may,from time to time, appoint by written certificates attomeys-in-fact to act in behalf of the Companies in the execution of policies of insurance,bonds,undertakings and other obligatory instruments of like nature. The signature of any officer authorized hereby,and the Corporate seal,may be affixed by facsimile to any power of attorney or special power Of attorney or certification of either authorized hereby; such signature and seal,when so used,being adopted by the Companies as the original signature of such officer and the original seal of the Companies,to be valid and binding upon the Companies with the same force and effect as though manually affixed. Such attomeys-in-fact,subject to the limitations set of forth in their respective certificates of authority shall have full power to bind the Companies by their signature and execution of any such instruments and to attach the seal the Companies thereto. The President or any Vice President,the Board of Directors or any other officer Of the Companies may at any time revoke all power and authority previously given to any attomey-in-fact. IN WITNESS WHEREOF,the COMPANIES have each caused these presents to be signed by its ``` RIUII•Isf/I/I//,, `�\�N�lIN D6ry /, ``,�1PI1111RSUg?.��:\F\G INSUg4,, vice president and its corporate seal to be hereto affixed this `;QPG.oPPO�, ,y 3rd day of December, 2019 CORPORATE �� �w CORPORATE ro� _t,'?u Fp,n- e s s 1�LT R g= UNITED FIRE&CASUALTY COMPANY A +�Z SEAL 2� 19Bfi UNITED FIRE&INDEMNITY COMPANY SEL e: e\ 32�._C '?`` ii i FINANCIAL PACIFIC INSURANCE COMPANY n ivy��\ �'" �. State of Iowa,County of Linn,ss: Vice President On 3rd day of December, 2019, before me personally came Dennis J. Richmann to me known,who being by me duly sworn,did depose and say;that he resides in Cedar Rapids,State of Iowa;that he is a Vice President of United Fire & Casualty Company, a Vice President of United Fire & Indemnity Company, and a Vice President of Financial Pacific Insurance Company the corporations described in and which executed the above instrument; that he knows the seal of said corporations; that the seal affixed to the said instrument is such corporate seal;that it was so affixed pursuant to authority given by the Board of Directors of said corporations and that he signed his name thereto pursuant to like authority,and acknowledges same to be the act and deed of said corporations. Patti Waddell C Iowa Notarial Seal Commission number 713274 OAgea-.otary PublicMy Commission Expires 10/26/2022 My commission expires: 10/26/2022 I,Mary A.Bertsch,Assistant Secretary of United Fire&Casualty Company and Assistant Secretary of United Fire&Indemnity Company,and Assistant Secretary of Financial Pacific Insurance Company,do hereby certify that I have compared the foregoing copy of the Power of Attorney and affidavit,and the copy of the Section of the bylaws and resolutions of said Corporations as set forth in said Power of Attorney,with the ORIGINALS ON FILE IN THE HOME OFFICE OF SAID CORPORATIONS,and that the same are correct transcripts thereof,and of the whole of the said originals, and that the said Power of Attorney has not been revoked and is now in full force and effect. In testimony whereof I have hereunto subscribed my name and affixed the corporate seal of the said Corporations th[iss;8th day of June 2022 \,\`YU q't`�?����� `��e�ixDE.yq�4,� ��•`oG�F\G I.......�. `\UUtllrrlllll CORPORATE �,y y CORPORATE ;, =e!=G DULY 22 ��— � =z —�— <e c a`: 1986 ra_ By' ty l F/I���C `fyW - SEAL �� SEAL 2Z••.0 �!'2 : ` Assistant Secretary, AAPTrf'`Q� ' !i 8S7pR 76y'!`� /11r1111111111� ''/lNllnn\�\ '"mamlt%% o`°" OF&C&OF&I&FPIC RP&A r1019 1 117 United Fire&Casually Company United RM&Indemnity Company FAhanclaiRwiric Insurance Company SURE( IMPORTANT NOTICE TO OBTAIN INFORMATION OR MAKE A COMPLAINT-. You may call United Fire:Group's toll freelelephoue number for Wbrination or to make at izoiriplaint,at: 800=343-9130 You may also write to Uniteffirp,Group at; United Fire Group. AItft-, Surety Dieparhnent P.O,Box 73900 Cedar Rapids,IA 52407 3909 -or street.address- UftitedFi I re Group Attw. Surety Department I 18.Second.Avenue,SE Cedar Rapids,IA 52401 i You may contact the Texas Department of Insurance to obtain information on companies coverages, rights or complaints at. 800452-3439 You may write the Texas Departii3ent of Insurance at Consumer Protection(111-1A) P.O.Box 1,49091 Austin,TX 7014-00,691 Fax;,(.5.12)400-1007 Web wwmwntdi-texas aov Email:ConsuTnerProtectiongtdi.texaP..LOV Premium or'Claim,Disputes., Should you have a dispqrq A claim,you should contact.United Fire concerningyourpreiniumor. o.utaclai Group first.If the dispute is notresolved.you nay contact the Texas Department of Insurance. ATTACH THIS NOTICK TO YOUR BOND. 'This notice is for information only and does not become 6 park or a condition of the attached.document and.is given to comply with Section 2253.021, Govemmental,Code,and Section 532;02,Property Code, t. HOME OFFICE: 1:14Second Avenue S. I PO Box 70909 1 Cedar Rapids,Iowa 52407-3909 P:600-830971 1 F:310-286.2520 WwwWginscom 0043 37 VENDOR COMPLIANCE TO STATE LAW Page 1 of 1 SECTION 00 43 37 VENDOR COMPLIANCE TO STATE LAW NON RESIDENT BIDDER Texas Government Code Chapter 2252 was adopted for the award of contracts to nonresident bidders. This law provides that, in order to be awarded a contract as low- bidder, nonresident bidders (out-of-state contractors whose corporate offices or principal place of business are outside the State of Texas)bid projects for construction,improvements, supplies or services in Texas at an amount lower than the lowest Texas resident bidder by the same amount that a Texas resident bidder would be required to underbid a nonresident bidder in order to obtain a comparable contract in the State which the nonresident's principal place of business is located. The appropriate blanks in Section A must be tilled out by all nonresident bidders in order for your bid to meet specifications. The failure of nonresident bidders to do so will automatically disqualify that bidder. Resident bidders must check the box in Section B. A. Nonresident bidders in the State of N/A our principal place of business, are required to be N/A percent lower than resident bidders by State Law. A copy of the statute is attached. Nonresident bidders in the State of N/A our principal place of business, are not required to underbid resident bidders. B. The principal place of business of our company or our parent company or majoriAMer- a i in the State of 'Texas. � BIDDER: EAR Telecommunications, LLC By: Jo Ignature) Date: 06/08/2022 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2022 ON-CALL STREET LIGHT CONTRACT Revised 9,30'2021 CPN 103736 00 45 11 -1 BIDDERS PREQUALIFICATIONS Page 1 of 3 1 SECTION 00 45 11 2 BIDDERS PREQUALIFICATIONS 3 4 1. Summary.ABidder or their designated subcontractors are required to be prequalified or 5 have applied for prequalification by the City for the work types requiring prequalification 6 prior to submitting bids. To be considered for award of contract the Bidder must submit 7 Section 00 45 12, PREQUALIFICATION STATEMENT for the work type(s)listed with 8 their Bid. Any contractor or subcontractor who is not prequalified for the work type(s)listed 9 must submit Section 00 45 13,PREQUALIFICATION APPLICATION in accordance with 10 the requirements below. The information must be submitted seven (7)days prior to the 11 date of the opening of bids. Subcontractors must follow the same timelines as contractors 12 for obtaining prequalification review.Bidders or Subcontractors who are not prequalified at 13 the time bids are opened and reviewed may cause the bid to be rejected. 14 15 16 The prequalification process will establish a bid limit based on a technical evaluation and 17 financial analysis of the contractor. For example, a contractor wishing to submit bids on 18 projects to be opened on the 7th of April must file the information by the 31 st day of March 19 in order to eligible to work on these projects.In order to facilitate the approval of a Bidder's 20 Prequalification Application, the following must accompany the submission. 21 a. A complete set of audited or reviewed financial statements. 22 (1) Classified Balance Sheet 23 (2) Income Statement 24 (3) Statement of Cash Flows 25 (4) Statement of Retained Earnings 26 (5) Notes to the Financial Statements, if any 27 b. A certified copy of the firm's organizational documents (Corporate Charter, Articles 28 of Incorporation,Articles of Organization,Certificate of Formation,LLC 29 Regulations, and Certificate of Limited Partnership Agreement). 30 c. A completed Bidder Prequalification Application. 31 (1) The firm's Texas Taxpayer Identification Number as issued by the Texas 32 Comptroller of Public Accounts. To obtain a Texas Taxpayer Identification 33 number visit the Texas Comptroller of Public Accounts online at the 34 following web address www.window.state.tx.us/taxpermitl and fill out the 35 application to apply for your Texas tax ID. 36 (2) The firm's e-mail address and fax number. 37 (3) The firm's DUNS number as issued by Dun&Bradstreet. This number 38 is used by the City for required reporting on Federal Aid projects. The DUN$ 39 number may be obtained at www.dnb.com. 40 d. Resumes reflecting the construction experience of the principles of the firm for firms 41 submitting their initial prequalification. These resumes should include the size and 42 scope of the work performed. 43 e. Other information as requested by the City. 44 CITY OF FORT WORTH 2O22 ON-CALL STREET LIGHT CONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103736 Revised August 13,2021 004511 -2 BIDDERS PREQUALIFICATIONS Page 2 of 3 45 2. Prequalification Requirements 46 a. Financial Statements. Financial statement submission must be provided in 47 accordance with the following: 48 (1) The City requires that the original Financial Statement or a certified copy 49 be submitted for consideration. 1 (2) To be satisfactory, the financial statements must be audited or reviewed 2 by an independent, certified public accounting firm registered and in 3 good standing in any state.Current Texas statues also require that 4 accounting firms performing audits or reviews on business entities within 5 the State of Texas be properly licensed or registered with the Texas State 6 Board of Public Accountancy. 7 (3) The accounting firm should state in the audit report or review whether 8 the contractor is an individual, corporation, or limited liability company. 9 (4) Financial Statements must be presented in U.S. dollars at the current rate 10 of exchange of the Balance Sheet date. 11 (5) The City will not recognize any certified public accountant as 12 independent who is not, in fact, independent. 13 (6) The accountant's opinion on the financial statements of the contracting 14 company should state that the audit or review has been conducted in 15 accordance with auditing standards generally accepted in the United 16 States of America. This must be stated in the accounting firm's opinion. 17 It should:(1)express an unqualified opinion, or(2)express a qualified 18 opinion on the statements taken as a whole. 19 (7) The City reserves the right to require a new statement at any time. 20 (8) The financial statement must be prepared as of the last day of any month, 21 not more than one year old and must be on file with the City 16 months 22 thereafter, in accordance with Paragraph 1. 23 (9) The City will determine a contractor's bidding capacity for the purposes 24 of awarding contracts.Bidding capacity is determined by multiplying the 25 positive net working capital (working capital=current assets—current 26 liabilities) by a factor of 10. Only those statements reflecting a positive 27 net working capital position will be considered satisfactory for 28 prequalification purposes. 29 (10) In the case that a bidding date falls within the time a new financial 30 statement is being prepared,the previous statement shall be updated with 31 proper verification. 32 b. Bidder Prequalification Application.ABidder Prequalification Application must be 33 submitted along with audited or reviewed financial statements by firms wishing to be 34 eligible to bid on all classes of construction and maintenance projects.Incomplete 35 Applications will be rejected. 36 (1) In those schedules where there is nothing to report,the notation of 37 "None"or"N/A" should be inserted. 38 (2) A minimum of five (5)references of related work must be provided. 39 (3) Submission of an equipment schedule which indicates equipment under 40 the control of the Contractor and which is related to the type of work for 41 which the Contactor is seeking prequalification. The schedule must 42 include the manufacturer, model and general common description of 43 each piece of equipment.Abbreviations or means of describing 44 equipment other than provided above will not be accepted. 45 CITY OF FORT WORTH 2O22 ON-CALL STREET LIGHT CONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103736 Revised August 13,2021 00 45 11 -3 BIDDERS PREQUALIFICATIONS Page 3 of 3 46 3. Eligibility for Award of Contract 47 a. The City shall be the sole judge as to a contractor's prequalification. 48 b. The City may reject, suspend, or modify any prequalification for failure by the 49 contractor to demonstrate acceptable financial ability or performance. 50 c. The City will issue a letter as to the status of the prequalification approval. 1 d. If a contractor has a valid prequalification letter,the contractor will be eligible to 2 perform the prequalified work types until the expiration date stated in the letter. 3 4 5 6 7 8 END OF SECTION 9 CITY OF FORT WORTH 2O22 ON-CALL STREET LIGHT CONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CFN 103736 Revised August 13,2021 0045 12-1 PREQUALIFICATION STATEMENT Page I of I 1 SECTION 00 4512 2 PREQUALIFICATION STATEMENT 3 Each Bidder for a City procurement is required to complete the information below by 4 identifying the prequalified contractors and/or subcontractors whom they intend to utilize for the 5 major work type(s)listed. 6 7 Major Work Type Contractor/Subcontractor Prequalification Com anv Name Expiration Date Roadway and Pedestrian Lighting EAR Telecommunications LLC 01/19/2024 Asphalt Paving Not Required for Construction/Reconstruction EAR Telecommunications, LLC < 15000 SY,please LESS THAN(15,000 square Wards see email attached. Concrete Paving Not Required for Construction/Reconstruction < 15000 SY,please LESS THAN(15,000 square vards EAR Telecommunications, LLC see email attached. 8 9 10 The undersigned hereby certifies that the contractors and/or subcontractors described in 1 l the table above are currently prequalified for the work types listed. 12 13 BIDDER: 14 15 EAR Telecommunications, LLC By: Jose Merida 16 Company (Please nt) 17 18 14719 US HWY 290 E. Suite 106 Signature: 19 Address 20 21 Manor, TX 78653 Title: Vice Presiden 22 City/State/Zip (Please P ' t) 23 24 Date: 06/08/2022 25 26 END OF SECTION 27 CITY OF FORT WORTH 2O22 ON-CALL STREET LIGHT CONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103736 Revised September 30,2021 FORT WORTH. January 19,2022 Mr. Carlos Reyes EARTC 16201 Bratton Ln. Austin, TX 78728 Re: City of Fort Worth Street Lighting Pre-Qualification Dear Mr. Reyes: Please accept this letter as EARTC's approval of pre-qualification for the installation of roadway and pedestrian lighting in the City of Fort Worth beginning today, January 19,2022 through January 19,2024. If you need additional information or have any questions,please contact the Transportation& Public Works Department at 817-392-5120. Sincerely, Clint Hoover,P.E., S.E.,MBA Engineering Manager City of Fort Worth Transportation and Public Works Department Transportation Management Division Fort Worth TRANSPORTATION AND PUBLIC WORKS DEPARTMENT TRAFFIC MANAGEMENT Division Tim Crry of Foar Wom1i * 5001 JAhxs Avenue - FORT Wom,Texas 76115 817-392-7738 * FAx 817.392-2533 19M•1993.2MI (r P,f t d-r ydW pnper abilio.gonzalez@eartc.com From: Garcia,Alicia R. <Alicia.Garcia@fortworthtexas.gov> Sent: Wednesday,June 8,2022 9:35 AM To: abilio.gonzalez@eartc.com Cc: 'Jose Merida' Subject: RE: Preq ualifi cation Application -Asphalt Good morning On your application you checked<15,000 SY line which doesn't require pre-qualification but does limit you to sidewalk, curb&gutter,drive approaches, and street panel replacement.You're not permitted to install new concrete paving due to experience. If you should have any questions you can speak to Mike Myers the construction manager @ 817 392- 7958 From:abilio.gonzalez@eartc.com <abilio.gonzalez@eartc.com> Sent:Wednesday,June 8, 2022 9:18 AM To:Garcia,Alicia R.<Alicia.Garcia@fortworthtexas.gov> Cc:'Jose Merida'<jose.merida@eartc.com> Subject: RE:Prequalification Application-Asphalt This email originated from outside of the City of Fort Worth email system.Do not click any links or open atta,chments unless you recognize the sender and know the content is safe. Good morning,Alicia. I hope you are doing well. Have you been able to evaluate our application for Asphalt? Please advise. Thanks for your valuable assistance. Regards, 1 abilio.gonzalez@eartc.com From: Myers, Michael A <M i chael.Myers @fortworthtexas.g ov> Sent: Wednesday,June 8,2022 1:09 PM To: abilio.gonzalez@eartc.com Cc: Garcia, Edgar J.;Gregory, Lewis Subject: RE:Comment on prequalification for Asphalt and Concrete Abilio, I spoke to Clint Hoover and confirmed that the contract only consists of individual panel and minor concrete&asphalt replacement coinciding with the installation of street light poles, luminaires,and foundations.The pre-qualification is only for the lighting work. Please let me know if you have any other questions. Thank You, Mike Myers Construction Manager Transportation &Public Works Office: 817-392-7958 Cell: 682-215-9206 Email: Michael.MversnaFortWorthTexas.gov FoH. From:abilio.gonzalez@eartc.com <abilio.gonzalez@eartc.com> Sent:Wednesday,June 8, 2022 12:37 PM To: Myers, Michael A<Michael.Myers @fortworthtexas.gov> Subject:Comment on prequalification for Asphalt and Concrete This email originated from outside of the City of Fort Worth email system. Do not click any links or open attachments unless you recognize the sender and know the content is safe. Good afternoon, Mr. Myers. Thanks for your time on our recent call. As per our conversation, we are being asked to have the prequalification for Asphalt and Concrete for the 2022 On Call Street Light Contract, despite it being for less than 15000 SY in each of the materials(Asphalt and Concrete). The emphasis of this contract is the installation of street light poles and luminaires,foundations, and some repairs where required (hand paving for individual street;panel replacement). For these activities,we have the experience required. We appreciate your guidance. Mr.Clint Hoover is the Contract Compliance Manager. 1 Major work Type Contractor Sutxontractor Pregtutlification Goan pally Nxile Expiration Date Roadvyay and Pedestrian Lighting Asphalt Paving ConstnictionReconstniction LESS THAN 15.000. bare yards Concrete Payuig Construction'Reconstniction LESS THAN 15.000 sgitare yards Looking forward to your comments. Bfrov MurrT d"S IMtatiturturr Today. Abilio Gonzalez, CE,MBA Project Administrator Main address 14719 US-H'Y 290 East 'Suite 10b VanorT,,7 653 Mailing address PO Box 1231 Vanor T r?h653 Fort Worth address 101:0; R,rller�.ve Fott Worth.Tx 7611; Mobile:;34r 12U-9308 Main of Ice:r512 1�218-42CO FortWorth:ihS2j 250-2u55 Work fax:;,512;1 21;-4201 MBE,DBE and HUB Ceriilled www.eanc.com 2 abilio.gonzalez@eartc.com From: abilio.gonzalez@eartc.com Sent: Thursday,June 2,2022 2:23 PM To: 'alicia.garcia@fortworthtexas.gov' Cc: 'Jose Merida' Subject: Prequalification Application - Concrete Attachments: PREQUALIFICATION,CONCRETE.pdf, EAR TELECOMMUNICATIONS LLC - 2020 REVIEWED FINANCIAL STATEMENTS.pdf, EARTC DOCUMENTS.pdf, EAR TELECOMMUNICATIONS. LLC, MANAGEMENT REPORT 2021.pdf Good afternoon,Alicia. Please find prequalifcation form for concrete. We have attached: 1. Audited financial statements for 2020,as the independent CPA firm is still working on our 2021 Audited Financial Statements. 2. QuickBooks Management Report for 2021. 3. EARTC documents. Thank you for your valuable help. Regards, EARTC In,a str rtumo„a„ i mr,ast,urrun:oe.y. Abilio Gonzalez,CE,MBA Project Administrator Main address 14719 US-NY 290 East,Suite 106 Manor TX 78653 Mailing address Fort Worth address 1012W.Fuller Ave. Fort Worth,TX 76115 Mobile:(346)280-9308 Main onlce:(512)218-4200 Fort worth:(692)250-2955 Work fax:(512)218-4201 h1S!,DBE and HU8QrilAEd J.eartc.com FORTWORTH SECTION 00 4513 PREQUALIFICATION APPLICATION Date of Balance Sheet 05/31/2022 Mark only one: Individual EAR Telecommunications, LLC/DBA EARTC Limited Partnership Name utxlerwhich you»isli to qualif} General Partnership Corporation ILimited Liabili(%. Company Post Office Box Cite State Zip Code 14719 US HWY 290 E, Suite 106 Manor TX 78653 Street Address (required) Cite State Zip Code (512)218-4200 (512) 218-4201 carlos.reyes,l@eartc,com Telephone Fax. Email 27-28808-18 Texas Tatpayer Identification No. 27-28808-18 Federal Employers Identification No. 03-458-9039 DUNS No. (if applicable) Email/mail this questionnaire along'with financial statements to the appropriate group below, A separate submittal is required for i,taterlsewer, paving, and lighting_ Work Catcgurn - Weter Dept-Waterwurr Work L'atcRor% TPW Pa%J%L Work Categon - TPA' lltd.kdwY lighting iAhl 12,.ku5;,1wC 1'F.'lrt r 1c' Y. Cfil.l_L rLS.]is i I.�r l n rt ht4h,Os,u..,. g litil,hito s gt�jjo wo S 'uv or[ of aler Dormirtnient '.ngtncer7ng all itt'of Fort Wortli I ran-iFortation and Publit; CitY o •nrt ort 1 TPW Trno,%portelion Hiscnl Services Division 200 Tuns St. Fort Works Dept 9951 Camp Bmi6c West Ill d I in Management Attn. Clint 11 0%Cf. 1'f_ 5061 Wur1h. IX 761t)2 Worth, 1'eeas 76116 Attn:Alicia Garcia Jame%A%e Fort Worth, TX 76115 *Financial Statements must be mailed, Mark the envelope::"Bidder Prequalification Application" 2022 ON.CA1.1 S I"Ri;LT L1GIrf'Ct1N?R;\C"r CPN W37i6 611 45 11. 131013ER PRF.U► :1i.tr'lCa'1't(?.\:1PF'J.fC'.A WIN Pnt:r 1 ndll BUSINESS CLASSIFICATION The following should be completed in order that we may properly classiN,your timi (Check the block(s)►thich are applicable-Block 3 is to be'left blank if Block I ,rndhlr Block 2 is checked) aHas fewer than 100 employees and/or aHas less than $6,000,000.00 in.innualgross receipts OR Does not meet the criteria for being designated a small business as provided in Section 2006.001 of the Texas Government Code. the classification of►our firm as a small or large business is not a factor in determining eligibility to become prequalified Select major work categories for►►hick you would like to be prequalified (City may deem you are not qualified for selected category or may approve you at a lesser sizellength and maximum size may not be listed specifically under a major work category): MAJOR WORK CATEGORIES Water Department Augur Boring -24-inch diameter casing and less Augur Boring -Greater than 24-inch diameter casing and greater Tunneling -36-Inches-- 60--inchcs,and 350 LF or less Tunneling -36-laches -60 inchcs.and greater than 3501Y Tunneling - 66"and greater.350 LF and greater Tunneling -66"and greater, 350 LF or Loss Cathodic Protection Water Distribution. Development,8-inch diameter and smaller Water Distribution, Urban and Renewal.8-inch diameter and smaller Water Distribution, Development. 12-inch diameter and smaller Water Distribution, Urban and Renc►►aJ. 12-inch diarrlcter wtd smaller Water Transmission. Development, 24-inches and smaller Water Transmission, Urban/Renewal,24-inchcs and smaller Water Transmission. Development,42-inches and smaller Water Transmission, Urban/Renc%vat,42-inches and smaller Water Transmission, Devolopment, All Sizes Water Transmission, UrbaniRcnowal,All Sizes Sewer Bypass Pumping. 18-inchcs turd smaller Sewer Bypass Pumping. 18-inchcs - 36-inches Savor Bypass Pumping 42-inches and larger CCTV. 8-inches and smaller CCTV. 12-inchcs and smaller CCTV, 18-inchcs and smaller CCTV. 24-inches and smaller crn-OF(ORT►VORTH 2022 ON-CAN ,l'I'REVI L XIII f'C'i►NTRACI STA\1)ARr)CONSTWTTk)N SPI-;C1 IC V1I0\INKVI1tF.NTS VIIN VIM(, Rrviwd August 1 i.2021 la 4513-Y HIDDER PREQU V IFICATION VPIX 1T ON MAJOR WORK CATEGORIES, CONTINUED CCTV, 42-inches and smaller CCTV. 48-inches and smaller Sewer CIPP_ 12-inches and smaller Sewer CIPP. 24-inches and smaller Sewer CIPP. 42-inches and Smaller Sewer CIPP,All Sizes Sevvrcr Collection System, Des elopment,8-inches and smaller Sewer Collection System, Uit)an/Renewat,8-inches and smaller Sewer Collection System, Development, 12-inches and smaller Sewer Collection System, Urban/Renevyal, 12-inches and smaller Sewer Interceptors. Development, 24-inches and smaller Sewer Interceptors, Urban/Renevval, 24-inches and smaller Sewer Interceptors,Development, 42-inches and smaller Sewer Interceptors. Urban/Pwm:vv al, 42-inches and smaller Sewer Interceptors, Development,48-inches and smaller Sewer Interceptors, UrbaNRenevs al, 48-inches and smaller Sewer Pipe Enlargement 12-inches and smaller Sewer Pipe Enlargement 24-inches and smaller Sewer Pipe Enlargement.All Sizes Sewer Cleaning , 24-inches and smaller Sewer Cleaning ,42-inches and smaller Sewer Cleaning . All Sizes Sewer Cleaning_it-inches and Taller Sewer Cleaning, 12-inches mid smelter Sewer Siphons 12-inches or less Sewer Siphons 24-inches or less Sewer Siphons 42-inches or less Sewer Siphons All Sizes Transportation Public Works Asphalt Paving Construction./Reconstruction(LESS THAN I5.W0 square yards) Asphalt Paving ConstrucdonlReeonstruction(15,000 square yards and GREATER) Asphalt Paving Hea" Maintenance(UNDER$1,000,000) Asphalt Paving Heave'Maintenance(S 1,000,000 and OVER) X Concrete Paving Construction/Reconstruction(LESS THAN 15,000 squart.yards)o Concrete Paving Construction/Reconstruction(15,000 square yards and GREATER)* Roidw•a.'and Pedestrian Lighting NOTE *There is not a prequalification requirement for installation of concrete srdeuhlk,curb h gutter, driveway's,and panel replacement,only concrete paving MY OF MR T WOR i'Fi 21122 ON-C'AF.I STRN'FT L MiTCO IRAl T STANDARD C'IINSVRCC."TION SPECIFIC All IM IXXVNI}XVS CPN II73736 Rcv;vcd Augnt 13.=I 1";0_i..a MI)DF:R Pttr:qr�.4t.;F1C:1'nO.v APPr_ICAIIO', Page a of x 1. List equipment you do not own but which is available by renting DESCRIPTION OF EQUIPMENT DAME AND DETAILED ADDRESS OF OWNER LED Message Board Sunbelt Rentals,4001 Benbrook Hwy,Fort Worth,TX 76116 7891 TMA Buyers Barricades,7409 Baker Blvd.,Richland Hills,TX 76118 Tandem Vibratory Roller Rental One, 5742 Airport Fwy, Fort Worth, TX 76117 2. How many years has your organization been in business as a general contractor under yourpresent name? 12 Years List previous business names' N/A _ 3. How many years of experience in concrete construction %vork has your organization had (a) As aGeneral Contractor: 3 years Iby As aSub-Contractor;.__ 4. ONN hat projects has your organization completed in Texas and elsewhere:'' CLASS LOCATION NAME AND DETAILS C0N`[RACT OF DATE CITY-COUNTY- ADDRESS OF OFFICIAL TO AMOUNT WORK COMPLETED STATE WHOM YOU REFER 750,000.00 On pin Fon worth,Tarrant,r% Shannon Hobbs,City of Fort Worth 4,500,000.00 Ongoing Fart VWrth,Tarrant,TX Clint Hoover,City of Fort Worth 1,500,000.00 Ongoing Fort Worth Tarrant,TX Chad Allen Ci of Fort Worth *If requalifying only sho%+ work performed since last statement. 5,Have you ever failed to complete any %%ork awarded to you?If No _ 4 so, where and why? N/A 6,Has mry officer or ownc;r of your organization ever been an officer of another organization that failed to complete; a contract? No If so,state the name of the individual. other organization and reason. NIA 7,Has any officer or owner of your organization ever failed to complete a contract executed in hislher name'.)— No If so, state the name of the individual, name of owner and reason, N/A CtTI'1�1=roRr WORM Z022 eJ.`-C'Al,t.S'rRWI 1.1011'1'CONTRACT STANDARD CO\STRI'CTION SPE.C'IFICA1ir1N 119X't!\If\;T:4 CPh 107T6 Revised August 13,2021 'if'aS 13.,S BIDDER YRF:(1E;.�I.[F'tC'•i'iE[11.IF)'I.IC"11'1U� Nip 5 of k 8. In what other lines of business are you financially interested? Traffic Signal, lighting, and asphalt work. 9. Have you ever performed any►%ork for the Cite' Yes, If so, when and to whom do you refer"Clint Hoover,Marisa Conlin,Jaynes Rensing,Shamrni Rahman. 10, State names and detailed addresses of all producers from whom%ou have purchased principal matcnals during the last thnx years. NAME OF FIRM OR COMPANY DETAILED ADDRESS Consolidated Traffic Controls 1016 Enterprise PI Arlin on TX 76001 Lonestar Electric Supply 7340 Hawkins Center Drive,Benbrook,TX 76126 Wildcat Electric Supply 2061 Clovis Barker Rd.#!5,San Marcos,Texas 78666 Paradigm Traffic Systems, Inc. 2201 E Division St Arlington,TX 76011 Iteris 1250 S Capital of Texas Hwy,Bldg 1,Suite 330,Austin,TX 78746 Texas Highway Products 1309 Clark St#A, Round Rock,TX 7W1 11, Give the names of am affiliates or relatives currently debarred by the City, lndicatc your relationship to this person or firm N/A 12. What is the constniction cspetiencc of the principal individuals in your organization? PRESENT MAGNITUDE POSITION OR YEARS OF AND TYPE OF 1N WHAT NAME OFFICE EXPERIENCE WORK CAPACITY Carlos Reyes President 12 F,�er CON TreMtIsh4l Pe'dTe:A,ProlectMamger, r#de&.Can a d&bull Pr &'lent Jose Merida Vice President 07 Uoar pt &,Try m,Aw Prepdent,ueneo Marta6cr, WreCes.tanaete,Aaoner. YkaP•[nilrn• Peter Torres Project Manager ''4t.11 onvete,MO. f g 07 �Itntn�Conaete,Abaheh 13, If any o►►ner,offices, director,or stockholder of your firm is an employee of the Cm',or shares the same household►with a Cit% employee.please list the name of the City employee and the relationship, In addition,list any Cit} employee who is the spouse,child,or parent of an owner, officer.stockholder.or director N%ho does not live in the same household but%%ho receives care and assistance from that person as a dinmet result of documented medical condition.This includes foster children or those related by adoption or marriage, N/A CM'Of:FORT WORTH 2022 0N-C'AId.5'I'Rl I('1'd.lciti'1'C )►i'f'RA4"1" ST:1�f]:1RI]C'nticTAt,C'TI[�v tiII CfFtCX1*10N 1XK[1\It.NIN, C'PX 143736 Rcvtccd Augum 13,2021 fo 451i-6 BIDDER PREOU 1HH('A•110X APPLICAT10N Pali n,,r•X CORPORATION BLOCK PARTNERSHIP BLOCK If a corporation: If a partnership: Date of Incorporation State of Organization ChartertFilc No, Date of organization President Is partrlership general,limited,or registemd limited liabilit, partnership? Vice Presidents File W(if Limited Partnership) General Partners/Officers Secretar►, Limited Partners(if applicable) Treasure;r LIMITED LIABILITY COMPANY BLOCK If a corporation: State of Incorporation Texas Date of organization 06/17/2010 File No, Individuals authorized to sign for Partnership Officers or Managers(with titles.if any) Carlos Re es President Carlos Reyes Jose Merida,Vice President Jose Merida Peter Torres Project Manager Except for limited partners,the individuals listed in the blocks above are presumed to have full signature authority for your firm unless otherwise advised.Should you wish to grant signature authority for additional individuals,please attach a certified copy of the corporate resolution, corporate minutes,partnership agreement,power of attorney or other legal documentation which grants this authority. C111'OF WR 1 1 ORI'tl 2022 ON-CA U S1R�'F:'f LIGHT CONTRACT STANDAR1)CW STJWCTIOX SPECIFICATION 7CK'1',MENTS CPN 101716 Ravixad Aug%W 1.4,Z021 1( 4513•7 HIONT PRIV.'ALIFICATION APPI-WATI(A N!SC 7 of 14. Equipment S 1,222,653,39 TOTAL Similar types of equipment may be lumped together. If your firm has more than 3U types ofequlpment, you maN-show these 30 types and show the remainder as"various". The City.by allowing yott to shoe only 30 types ofequipinent,resen'es the right to request a complete.detailed list of all%our equipment. The equipment list is a representation of equipment under the control of the firm and which is related to the t�pc of work- for%%hich the firni is seeking qualification trl die:description include,the manufacturer. model.and general common description of each, BALANCE SHEET ITEM QUANTITY ITEM DESCRIPTION VALUE I 01 KUBOTA EXCAVATOR U24R1T4 68.047.55 01 KUBOTA SKID STEER SSV65PH 34 580.06 3 01 VAC IRON DITCH WITCH 19 733.76 4 01 DITCH WITCH HX30G 40,091.48 5 01 AIR COMPRESSOR 175-195 CFM 10 609.31 6 08 TRAILERS,VARIED 54 220,55 7 10 BUCKET TRUCK 590 011.65 8 02 DODGE RAM 1500 109 415.31 9 02 TOYOTA TACOMA 80,544,55 10 03 DODGE RAM 2500 215 299.17 II 12 13 14 15 16 18 19 20 21 22 23 24 25 20 27 28 29 30 Various- TOTAL 1,222,653,39 C'1* Y OF wR'r WORTH 2D22()NxAI.I,STRFF F t.10111 CONTRACT S1',tl`OARn MNS1RC t"l I<,\SYF:[1F'[CA7rr>F Fk>,'tN11;h'1 S t'I>N I0z7,i6 Rcti%cd Witu%t t3,2021 IUi t t: (71tYf'tI H I•KI�,�t'4.3I II 1�;t1ti 1i't't t+'.lUtrr BIDDER PREQUALIFICA"I 10's AFFIDAVIT STATE OF Texas COLNTy OF Tarrant The unilcrtiiencd hereby declares that the f'orrpin is a true .t:ttclnetn of't.hc finarJ.tal r.on(Inu)n of the entity herein lint named,as of the date herein lirsi gi►ctt, that this statement is tier the express pur}xisc of utducing the party to whont it Is stahntiticJ tv.t►Or(1 the satbmiticr a cortuact, and that tin:accountant who prepared the balance sheet this rcpon as acll as any depository. tiendor or any other agency herein named is hereby authoriecd to supply cash Party 1,161h Inv tnformattim. >khilc this statentciit is in force, necessary to %crib,said StatLhncnt. Carlos Reyes _ . b,:inf.! duly ti►vrn, &posc5 and says that hcr'shc is the President -of. the entity described in and ►►hich cx►%:nted the foregoing, statement that he:she is familiar ►vith the books of the said entity sho►,,ing its financial condition; that the foregoing, Financial statement taken from the books of the %aid ontity a5 of the date thcrcor and that the answers to the ctuestions of the forgoing Bidder Prequahfication Application arc correct and true as of the date of this trTttda►it. Finn Namc. EAR Telecommunications, LLC Signa(ure; Sworn to f)cforc me this 31 May 2022 Yurii ne OL*ftm V ry Public + tom � ealta rotary, Public must not be an officer,director, or sluckholder or relatire thereof. IJINI*I(rkI ;.I A.It ;+t':+>ti-t %It SIRfIIilt;IiII IA;Kt%t I �T:'NDARDIIIN,IRl+ IIONS11,ilt)( \iijl,%IirtI *,IINJS tHVltl:')6 abilio.gonzalez@eartc.com From: abilio.gonzalez@eartc.com Sent: Thursday,June 2, 2022 2:23 PM To: alicia.garcia@fortworthtexas.gov' Cc: 'Jose Merida' Subject: Prequalification Application -Asphalt Attachments: PREQUALIFICATION,ASPHALT.pdf, EAR TELECOMMUNICATIONS LLC - 2020 REVIEWED FINANCIAL STATEMENTS.pdf, EARTC DOCUMENTS.pdf, EAR TELECOMMUNICATIONS. LLC, MANAGEMENT REPORT 2021.pdf Good afternoon,Alicia. Please find prequalification form for asphalt. We have attached: 1. Audited financial statements for 2020,as the independent CPA firm is still working on our 2021 Audited Financial Statements. 2. QuickBooks Management Report for 2021 for your reference. 3. EARTC documents. Thank you for your valuable help. Regards, �&_ �4gTC Wr nq-turrTA 5 t flftittr�rrturr Tndry Abilio Gonzalez, CE, MBA Project Administrator Main address 1471 U U -HY 2�4O East,'Av 10o Yanor TX TSo53 Mailing address PO Fox 1231 ,YanorTt 7.653 Fort Worth address 1012 W Fuller 4P F��rtVvrrth TX7rs11} Mobile: 34r,�280 9308 Main otnce:;512,219-42r) FortWorth:'682'1250-2955 Work lax:;512�213-4201 FAKE,DOE and HUB tertrAed -,7eartc.c0m FLIRT WORTH SECTION 00 45 13 PREQUALIFICATION APPLICATION Date of Balance Sheet 05/31/2022 Mark only one: Individual EAR Telecommunications,LLC/DBA EARTC Limited Partnership Name underm-hich you wish to qualify General Partnership Corporation X Limited Liability Company Post Office Box C16 State Zip Code 14719 US HWY 290 E, Suite 106 Manor TX 78653 Street Address(required) City State Zip Code (512)2184200 (512)218-4201 carlos.reyes.l@eartc.com Telephone Fax Emal l 27-28808-18 Texas Taxpayer Identification No. 27-28808-18 Federal Employers Identification No. 03-458-9039 DUNS No.(if applicable) Finail/mail this questionnaire along Nyth financial statements to the appropriate group below. A separate submittal is required fbr water/sewer, paving, and lighting. Work Category Water 5opt - Watai7sc-Acr Work Catertory TPW Puling work Categury TI'W Ped.Rdwy Lighting i i! IVre (jib _. , r'�li�alt; x44eLtitLs_'Ltue fi - ,. ,,,, �;Ir.Lt'_ll. <<if.Il_r'�ilanitliice.iisk Fort WurTi Wator Dopartment Frigincefing wi ttv of orl Worth TrAnsluirlatlim linj Publiv, Ciiy of Fort Worth TPW Framportatinn Fiwal 5ervicen Division 200 reva%5t Fort Works Dept.8951 Camp Bowie West HI,.d,Fort Manascmeat Attn: Clint 11navcr, P,F, 5001 Worth. TX 76102 Worth, 'Texas 76110 Alm Alicia Garcia James A3e. }ort WwO. TX 76115 "Financial Statements must be mailed. Mark the envelope: "Bidder Prcqualification Application" 20:2ON-C:U.1 SIR!]-11.16111VONTRACT CPT+ 1113736 UU45]3.2 BIDDER PREQUAIVIC 1110N APPLICATION Page 2 ill'% BUSINESS CLASSIFICATION The following should be completed in ordertllat we may properly classify your firm; (Cheek the block(s)which an:applicable-Block 3 is to bc,10 blank if Block 1 and/or Block 2 is checked) Has fewer than 100employecs and/or r-_J Has less than$6,000.000.00 in annual gross receipts OR Does not meet the criteria for being designated a small business as provided in Section 2006.t101 of the Texas Government Code. The classification of your firm as a ynlall or large business is not a factor in determining eligibility to become prequalified Select major work categories for which you would like to be prqualified (City may deem you are not qualified ror selected category or may approve you at a lesser size/length and maximum size may not be listed specifically under a major work category) MAJOR WORK CATEGORIES Water Department Augur Boring -24-inch diameter casing and less Augur Boring-Greater than 24-inch diameter casing and greater Tunneling • 36-Inches - 60-inches,and 350 LF or less Tunneling -36-Inches -- 60 Inches, and greater than 350 LF Tunneling -66"and greater,350 LF and greater Tunneling -66"and greater.350 LF or Less Cathodic Protection Water Distribution, Development,8-inch diameter and smaller Water Distribution, Urban and Renewal,8-inch diameter and smaller Water Distribution, Development, 12-inch diameter and smaller Water Distribution, Urban mid Rend+al, 12-inch diamctcr and smaller Watcr Transmission, Development, 24-inches and smaller Water Transmission, Urban/Rcnoval, 24-inches and smaller Water Transmission, Development,42-inches and smaller Water Transmission, Urban/Renewal,42-inches and smaller Water Transmission, Development,All Sizes Water Transmission, Urban/Renewal,All Sizes Sewer Bypass Pumping. I8-inches and smaller Sewer Bypass Pumping. 18-inches -- 36-inches Server Bypass Pumping 42-inches and larger CCTV. 8-inches and smaller CCTV, 12-inches and smaller CCTV, ill-inches and smaller CCTV, 24-inches and smaller CITY OF WWI WORT 11 2022 ON-CA]A.STTtEET 1,1U11T CONTRACT STANIDARrf CONSTRI'CT1ON'SPF.C'r]'1C VTTll1 IX1(I A iV7'S C'PN 101736 ttevL%ed August 13,2021 BIDDER PI(FU1 .�L1FIC'.�`IT(1�:11'PL[C':�TT�1 Page In1'R MAJOR WORK CATEGORIES, CONTINUED CCTV- 42-inches and smaller CCTV, 48-inches and smaller Sewer CIPP, 12-inches and smaller Sewer CIPP. 24-inches and smaller Sewer CIPP.42-inches and smaller SewerC'IPP,All Sizes Sewer Collection System,Development,8-inches and smaller Sewer Collection Systcm, UrbartlRcric%vaJ,$-inches and smaller Sewer Collection Sy stem, Development, 12-inches and smaller Sewer Collection System, Urban/Rene►cal, 12-inches and smaller Sewer Interceptors, Development. 24-inches and smaller Sewer Interceptors, UrbanlRene"al, 24-inches and smaller Sever Interceptors. Development. 42-inchesand smaller Sewer Interceptors. Urbvn/Rene%%al. 42-inches and smaller Sewer Int>rrccptors. Development,48-inches and smaller Se►vcr Interceptors, Urb n/Rcncwal.48-inches and smaller Sewer Pipe Enlargement 12-inches and smaller Sewer Pipe Enlargement 24-inches and smaller Sewer Pipe Enlargement, All Sipes Sc%ver Cleaning . 24-inches and smaller Sewer Cleaning .42-inches and smallc;r Sewer Cleaning.All Sizes Scwer Cleaning, 8-inches and smaller Sc►%,cr Cleaning, 12-inches and smaller Sewer Siphons 12-inches or less Sc;«'ur Siphons 24-inches or less Scwer Siphons 42-inches or less SeNver Siphons All Saes Transportation Public Works X Asphalt Paving Construction/Rcconstruction(LESS THAN 15,000 square yards) Asphalt Paving Const ruction/Rcconstruct ion(15.000 square yards and GREATER) Asphalt Paving Heave Maintenance(UNDER$1.000,000) Asphalt Paving Hcavv Maintenance($1.000,(H)0 and OVER) Concrete Paving Con stniction/Re construction(LESS THAN 15.000 square Wards)* Concrete Paving Construction/4-construction(15,000 square yards and GREATER)* Roadv.av and Pedustriari Lighting NOTE *Thcrc is not a prequalification Nquirenlcnt for installation of concrete sidem-alk.curb&gutter, driveways, and panel replacement,only concrete paving CITI'OF FORT WORTH 2022 O\-CAI],STRFF'F I.IGHT CONTRACT 5'rANn,ARD('(INST'RI*CTION NPI"CIVIC,1TION DOU MIEN)S CPN 111,1736 RUviscd Augusl 13,2021 to45I7-S Li DDEk NRl•.Ql.-,I.IFICATION:IPPLIC,1TIOn Page 4 of R 1. List equipment you do not own but which is available by renting DESCRIP-11ON OF EQUIPMENT NAME .AND DETAILED ADDRESS OF UWTIER LED Message Board sunbelt Rentals,4001 Benbrock Hwy,Fort Worth,TX 76116 7891 TMA Buyers Barricades,7409 Baker Blvd.,Richland Hills,TX 76118 Tandem Vibratory Roller Rental One,5742 Airport Fwy, Fort Worth,TX 76117 I ---- d 2. How many years has your organization been in business as a general contractor under your present name`' 12 Years List previous business names- N/A 3. Hmv many years of experience;in asphalt construction work has your organization had: (a) As a General Contractor: 3 years (b)As a Sub-Contractor:__._,__, 4. *What projects has your organization completed in Texas and elsewhere? CLASS LOCATION 'NAME AND DETAILED CONTRACT OF DATE CITY-COUNTY- ADDRESS OF OFFICIAL TO AMOUNT WORK COMPLETED STATE WHOM YOU REFER 750,000.00 ;w' On t7in Fort worth,Tarrant,rx Shannon Hobbs,City of Fort Worth 4,500,000.00 fi ":L=V� Ongoing Fort Worth,Tarrant,Tx Clint Hoover,City of Fort Worth 1,500,000.00 t•' Ongoing Fort Worth,Tarrant,Tx Chad Allen City of Fort Worth *If requalifying only show work performed since last statement, — S.Have you ever failed to complete any w ork awarded to pou7lf No — so, mfic:re:and why? N/A 6.Has any officer or ot-,-ner of your organization ever been an officer of another organization that failod to complete a contract? No If so,state the name of the individual. other organization and reason. NIA _ 7.Has any officer or owner of►our organization ever failed to complete a contract executed 1n hiacr name? No If so,state the name of the individual, name of o%%ner and reason, N/A ClIT OF FORT WORTH 2022 ON-C kLl.SIWLT LIUHTCON f ACT STANDARD CYIN JO3736 Rev9Red AuguFt 13.2021 IrJS';-f B11A)H:N E'Rl:[tf IAL1F]C:1't1U!!.11'1'L[C,11"1[)N Nags S of x 8. In what other lines of business are you financially interested''_ Traffic Signal, lighting,and concrete work. 9. Have you ever performed any v+ork for the City" Yes. If so,when and to whom do you refer''Clint Hoover,Marisa Conlin,lames Rensing,Shamml Rahman. 10. State names and detailed addresses of al l producers from whom you have purchasW principal materials during the last three%cars. NAME OF FIRM OR COMPANY DETAILED ADDRESS Consolidated Traffic Controls 1016 Enterprise PI Arlin on TX 76001 Lonestar Electric Supply 7340 Hawkins Center Drive,Benbrook, TX 76126 Wildcat Electric Supply 2061 Clovis Barker Rd.t#5,San Marcos,Texas 78666 Paradigm Traffic Systems, Inc. 2201 E Division St Arlington,TX 76011 Iteris 1250 S Capital of Texas Hwy, Bldg 1,Suite 330,Austin,TX 78746 Texas Highway Products 1309 Clark St#A, Round Rock,TX 78681 11, Givc the names of any' affiliates or relatives currently debarred by the City, Indicate your relationsh ip to this person or firm N/A 12. What is the construction experience of the principal individuals in your organization" PRESENT MAGNITUDE; POSITION OR YEARS OF AND TYPE OF IN WHAT NAME OFFICE EXPE�RIF;NCF WORK CAPACITY President 12 r11,V`UpICS.TnMcSlgn+ f+Mdtrth,plalectMenSgrr, Carlos Reyes u N�, e, , Jose Merida Vice President 07 r er es[C,v eAsp y1ca en!g1n,1 461�'+CE1 C0�{r/l':E.r4phN11 V{Cq N � AT Peter Torres Project Manager 07 LyShu,,x Cower Aw al 13. If any owner.officer, director.or stockholder of y our firm is an employee of the C1ty,or shares the same household with a City employee,please list the name of the City employee and the relationship. In addition, list any City employee who is the spouse, child,or parent of an owner,officer,stockholder,or director who does not live in the same household but v%ho receives care and assistance from that person as a direct result of a documented medical condition. This includes foster children or those related bN adoption or marriage N/A On,OF FORT NVORT11 2U321)N-CAIJ SI RI-,t•,11X111TCONTRACT STANDARD CONSTRCCTIOX SPF,C'11-lCA'TT0\'rXX11SIFNTS C•PN 103716 Reviaad Akugum 13,2021 BIDDER PREQ('St.tWATION VITIC1TTON Page h,.1'8 CORPORATION BLOCK PARTNERSHIP BLOCK If a corporation; If a partnership: Date of Incorporation y Suite of Organization Charter/File No. Date of organization President Is partnership general,limited. or registered limited liabilit% partnership? Vice Presidents File No.(if Limited Partnership) General PartncrslOffrcers Secrutan, Limited Partners(if applicable) Treasurer LIMITED LIABILITY COMPANY BLOCK If a corporation: State of Incorporation Texas Date of organization 06/17/2010 File No, Individuals authorized to sign for Partnership Officers or Managers(wide titles. ifanv) Carlos Reyes, President Carlos Reyes Jose Merida,Vice President Jose Merida Peter Torres Project Manager Except for limited partners,the individuals listed in the blocks above are presumed to have full signature authority for your firm unless otherwise advised.Should you wish to grant signature authority for additional individuals,please attach a certified copy of the corporate resolution, corporate minutes,partnership agreement,power of attorney or other legal documentation which grants this authority. CITY OF t,(1R t'1t`(1R[,[1 2022 ON-CAM.ST'R FF T"1.rcrH'r CON IRACY R'I;1VD:1R (.()ti'Ik1'C"flc)ti XPF.(IFIC 1110N lx)C'1WEINTS CPN M171t, Revived Up.%( 13.2021 i r;-513-7 IIII)l Wk PkFUt AIM-WAI It IN APPI.WA I'll r\ Pugc'+u1's 14. Equipment S 1,222,653.39 TOTAL Similar t}pes of equipment mas-be lumped together, If your f im)has more than 30 types of equipment, you mad•shos% these 30 types and show the remainder as "various". Tlic City,by allowing you to show only 36 hypes of equipment.resen'cs the right to request a complete.detailed list of all your equipment. The equipment list is a representation of equipment under the control of the firm and which is related to the type of work for which the firm is seeking qualification. In the description include,the manufacturer, model,and general common description of each. BALANCE SHEET ITEM QUANTITY ITEM DESCRIPTION VALUE 01 KUBOTA EXCAVATOR U24R1T4 68,047.55 01 KUBOTA SKIT?STEER SSV65PH 34 580.06 3 01 VAC TRON DITCH WITCH 19,733,76 t 01 DITCH WITCH HX30G 5 01 AIR COMPRESSOR 175-195 CFM 10 609.31 ' 08 TRAILERS,VARIED 54 220.55 7 10 SUCKETTRUCK 590 011,65 R 02 DODGE RAM 1500 109 415.31 02 TOYOTA TACOMA 80,544,55 10 03 DODGE RAM 2500 215 299,17 If 12 14 15 16 17 19 20 21 22 23 24 2_ 26 27 28 29 30 vanculs- A 1,222,653.39 ITIY i>F F1*1 1 owl'll ON-CAA I.NI RFP T 1 kilri MXTRACT ST'A DARC)CC"NSTRI11Ir'>T;SPECIPICATIO EXCt:MENTS CPN 107?6 Rea nod Atiguu 1},21(121 4010114 i^B.(Slt'rkltt't A;luti 11`I1It 1IN!A i BIDDER PREQL,ALIFIC'A'flQti Al f1UQA�'IT STATE OF Texas COUNTY oi- Tarrant The undcrsig,ned hcrcbv declares that the furccoif ,, is a tn►c statement of the lima nci;rl condition of the entity herein first Warned,as of the date herein lint 1 liven lhal this %;w m,�m it ror the express purpox of ►nduciq the part} to whonl it is submtucd to award the submiticz a contract. and thm ihti accountant who prepared the balance sheet acwmpan}ing this report as %tell as an depositor. 1cn;lor or any other agency herein ntamed is hereby aulhon/ed to supply cnch party with ally information. wbilc this stalcntcnt is in force. ncecssary to verify said simcincm. Carlos Reyes lvini! duly sworn, deposes and says that he'she is the President Of. the entity dcscr►bcd in ,and whi.h c.XeCuled the foregoing statement that hfamiliar-with—lie c.she is books of the said entity shrminL its i'inancial condiutm: that the foregoing financial statement taken from the WAS of the Said entity a of the datc thereof and that the answers to the questions of the forgoing Biddcr Prequalificatinn Application are i correct and in►c as of the date of this at7'idwvit. Firm Namc: EAR Telecommunications, LLC Signature: Swam to bel'orc me this 31 Maur 2022 Zf, r �•l� 4_ rur�wnllOeiiAle� 4C,►*�l .I' "`T+. OSrC?Ot E+rprM N ry Public 60NO +saweko tiowrN Public must not be an officer,director, or stockholder or relative thereof. till ell iOMl %INCH U`: !\•t .�Ij Rllill i I I.•III t r1'tRAt I 51,4h`t!•Akr!i ikNs Rl -"I Ise,,st71 itl!'.A.iw..N,wx t mt.,N o, t i'v ;u17.u. itV% Li Avgum 11,11'l 004526-1 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Page 1 of 1 1 SECTION 00 45 26 2 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW 3 4 Pursuant to Texas Labor Code Section 406.096(a), as amended, Contractor certifies that it 5 provides worker's compensation insurance coverage for all of its employees employed on City 6 Project No. 103736. Contractor further certifies that, pursuant to Texas Labor Code, Section 7 406.096(b), as amended, it will provide to City its subcontractor's certificates of compliance with 8 worker's compensation coverage. 9 10 CONTRACTOR: 11 12 EAR Telecommunications, LLC By: Jose Merida 13 Company (Please P ' t 14 15 14719 US HWY 290 E, Suite 106, Signature: 16 Address 17 18 Manor TX 78653 Title: Vice President 19 City/State/Zip (Please Print) 20 21 22 THE STATE OF TEXAS § 23 24 COUNTY OF TARRANT § 25 26 BEFORE ME,the undersigned authority,on this day personally appeared 27 Jose Merida . known to me to be the person whose name is 28 subscribed to the foregoing instrumen and acknowledged to me that he/she executed the same as 29 the act and deed of EAR Telecommunications, LLC for the purposes and 30 consideration therein expressed and in the capacity therein stated. 31 L 32 GIVEN UNDER MY HAND AND SEAL OF OFFICE this day of 33 J1,N e_ ,20)- 34 35 35 `tIM1G STEVEN MCCORVEY 'SkV P /i 37 �_ ""—Notary Public,State of Tens v � ;.,%*2 Comm.Expires 02-14-2026 Notary Public in and for the to of Texas 38 Notary y ID 131451310 39 END OF SECTION 40 CITY OF FORT WORTH 2O22 ON-CALL STREET LIGHT CONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103736 Revised July 1,2011 00 45 40-1 Business Equity Goal Page I of 2 I SECTION 00 45 40 2 Business Equity Goal 3 APPLICATION OF POLICY 4 If the total dollar value of the contract is$100,000 or more,then a Business Equity goal is applicable. 5 A Business Equity Firm refers to certified Minority-, and/or Women-, owned Business Enterp>rtises 6 (M/WBEs). 7 8 POLICY STATEMENT 9 It is the policy of the City of Fort Worth to ensure the full and equitable participation of Business Equity 10 Firms when applicable, in the procurement of all goods and services. All requirements and regulations I I stated in the City's Business Equity Ordinance No.25165-10-2021, (replacing Ordinance No. 24534-1)- 12 2020 (codified at:https:HcodelibLM.amlegal.com/codes/ftworth/latest/ftworth tx/0-0-0-22593) apply to 13 this bid. 14 15 BUSINESS EQUITY PROJECT GOAL 16 The City's Business Equity goal on this project is 0% of the total bid value of the contract (Base bid 17 applies to Parks and Community Services). 18 19 METHODS TO COMPLY WITH THE GOAL 20 On City contracts where a Business Equity Goal is applied, offerors are required to comply with the City's 21 Business Equity Ordinance by meeting or exceeding the above stated goal or otherwise comply with the 22 ordinance through one of the following methods: 1. Commercially useful services performed by a 23 Business Equity prime contractor,2. Business Equity subcontracting participation, 3. Combination 24 of Business Equity prime services and Business Equity subcontracting participation, 4. Business 25 Equity Joint Venture/Mentor-Protege participation, 5. Good Faith Effort documentation, or 6. 26 Prime contractor Waiver documentation. 27 28 SUBMITTAL OF REQUIRED DOCUMENTATION 29 Applicable documents (listed below) must be received by the Purchasing Division, OR the offeror shall 30 EMAIL the Business Equity documentation to the assigned City of Fort Worth Project Manager or 31 Department Designee. Documents are to be received no later than 2:00 p.m., on the third City 32 business day after the bid opening date,exclusive of the bid opening date. 33 34 The Offeror must submit one or more of the following documents: 35 1. Utilization Form and Letter(s) of Intent, if the goal is met or exceeded; 36 2. Good Faith Effort Form and Utilization Form, including supporting documentation, if 37 participation is less than stated goal, or no Business Equity participation is accomplished; 38 3. Prime Contractor Waiver Form, including supporting documentation, if the Offeror will perform 39 all subcontracting/supplier opportunities; or 40 4. Joint Venture/Mentor-Protege Form, if goal is met or exceeded with a Joint Venture or Mentor- 41 Protege participation. 42 43 These forms can be found at: 44 Business Equity Utilization Form and Letter of Intent 45 hgps:Hapes.fortworthtexas.gov/ProiectResources/ResourcesP/60%20- 46 %20MWBEBusiness%20E uity%20Utilization%20Form DVIN%202022%20220324.pdf 47 48 49 CITY OF FORT WORTH 2O22 ON-CALL STREET LIGHT CONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN�03736 Revised October 27,2021 004540-2 Business Equity Goal Page 2 of 2 1 Letter of intent 2 https://apps.fortworthtexas.gov/ProjectResources/ResourcesP/60%20- 3 %20MWBE/Letter%20of%20Intent DVIN%202021.pdf 4 5 Business Equity Good Faith Effort Form 6 https:HApt)s.fortworthtexas. ov/ProjectResources/ResourcesP/60%20- 7 %20MWBE/Good%20Faith%20Effort%20Form DVIN%202022.pdf 8 9 Business Equity Prime Contractor Waiver Form 10 https:Hgpps.fortworthtexas. oov/ProjectResources/ResourcesP/60%20- 11 %20MWBE/MWBE%20Prime%20Contractor%20Waiver-220313.pdf 12 13 Business Equity Joint Venture Form 14 https:Hgpps.fortworthtexas. og v/ProjectResources/ResourcesP/60%20- 15 %20MWBE/MWBE%20Joint%20Venture 220225.pdf 16 17 18 FAILURE TO ACHIEVE THE GOAL OR OTHERWISE COMPLY WITH THE ORDINANCE WILL 19 RESULT IN THE BIDDER/OFFEROR BEING DECLARED NON-RESPONSIVE AND THE BID 20 REJECTED. 21 22 23 FAILURE TO SUBMIT THE REQUIRED BUSINESS EQUTY DOCUMENTATION OR OTHERWISE 24 COMPLY WITH THE ORDINANCE WILL RESULT IN THE BID BEING DECLARED NON- 25 RESPONSIVE,THE BID REJECTED AND MAY SUBJECT THE BIDDERIOFFEROR TO SANCTIONS 26 AS DESCRIBED IN SEC.20-373 OF THE ORDINANCE. 27 28 For Questions,Please Contact The Business Equity Division of the Department of Diversity and 29 Inclusion at(817)392-2674. 30 END OF SECTION 31 CITY OF FORT WORTH 2O22 ON-CALL STREET LIGHT CONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103736 Revised October 27,2021 00 52 43-1 Agreement Page 1 of T SECTION 00 52 43 AGREEMENT THIS AGREEMENT, authorized on August 23, 2022, is made by and between the City of Fort Worth, a Texas home rule municipality, acting by and through its duly authorized City Manager, ("City"), and EAR Telecommunications, LLC, authorized to do business in Texas, acting by and through its duly authorized representative, ("Contractor"). City and Contractor may jointly be referred to as Parties. City and Contractor, in consideration of the mutual covenants hereinafter set forth, agree as follows: Article 1.WORK Contractor shall complete all Work as specified or indicated in the Contract Documents for the Project identified herein. Article 2. PROJECT The project for which the Work under the Contract Documents may be the whole or only a part is generally described as follows: 2022 ON-CALL STREET LIGHT CONTRACT CPN 103736 Article 3. CONTRACT PRICE City agrees to pay Contractor for performance of the Work in accordance with the Contract Documents an amount, in current funds, of Three Million and 00/100 Dollars ($3,000,000.00). Contract price may be adjusted by change orders duly authorized by the Parties. Article 4. CONTRACT TIME 4.1 Final Acceptance. The Work will be issued on a task order basis and Final Acceptance of each task order will be determined as that work is completed. Time for the overall contract shall not be more than five (5) years or until the amount up to Three Million and 00/100 Dollars ($3,000,000.00), unless amended, has been exhausted. 4.2 Liquidated Damages Contractor recognizes that time is of the essence for completion of Milestones, if any, and to achieve Final Acceptance of the Work and City and the public will suffer from loss of use if the Work is not completed within the time(s) specified in Paragraph 4.1 above. The Contractor also recognizes the delays, expense and difficulties involved in proving in a legal proceeding, the actual loss suffered by the City if the Work is not completed on time. Accordingly, instead of requiring any such proof, Contractor agrees that as liquidated damages for delay (but not as a penalty), Contractor shall pay City Five Hundred and 00/100 Dollars ($500.00) for each day that expires after the time specified in Paragraph 4.1 for Final Acceptance until the City issues the Final Letter of Acceptance. CITY OF FORT WORTH 2O22 ON-CALL STREET LIGHT CONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103736 Revised 11/23/202I 005243-2 Agreement Page 2 of 7 4.3 Renewal The City may renew this Agreement for up to three(3) additional time periods under the same terms, conditions, and unit prices. The City shall provide at least sixty (60) days' notice to the Contractor of the City's intent to renew. Article 5. CONTRACT DOCUMENTS 5.1 CONTENTS: A. The Contract Documents which comprise the entire agreement between City and Contractor concerning the Work consist of the following: 1. This Agreement. 2. Attachments to this Agreement: a. Bid Form 1) Proposal Form 2) Vendor Compliance to State Law Non-Resident Bidder 3) Prequalification Statement b. Current Prevailing Wage Rate Table c. Insurance ACORD Form(s) d. Payment Bond e. Performance Bond f. Maintenance Bond g. Power of Attorney for the Bonds h. Worker's Compensation Affidavit i. MBE and/or SBE Utilization Form 3. General Conditions. 4. Supplementary Conditions. 5. Specifications specifically made a part of the Contract Documents by attachment or, if not attached, as incorporated by reference and described in the Table of Contents of the Project's Contract Documents. 6. Drawings. 7. Addenda. 8. Documentation submitted by Contractor prior to Notice of Award. 9. The following which may be delivered or issued after the Effective Date of the Agreement and,if issued,become an incorporated part of the Contract Documents: a. Notice to Proceed. b. Field Orders. c. Change Orders. d. Letter of Final Acceptance. CITY OF FORT WORTH 2O22 ON-CALL STREET LIGHT CONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103736 Revised 11/23/2021 005243-3 Agreement Page 3 of 7 Article 6. INDEMNIFICATION 6.1 Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the city, its officers, servants and employees, from and against any and all claims arising out of, or alleged to arise out of, the work and services to be performed by the contractor, its officers, agents, employees, subcontractors, licenses or invitees under this contract. This indemnification provision is specifically intended to operate and be effective even if it is alleged or proven that all or some of the damages being sought were caused, in whole or in part, by any act, omission or negligence of the city✓. This indemnity provision is intended to include, without limitation, indemnity for costs,expenses and legal fees incurred by the city in defending against such claims and causes of actions. 6.2 Contractor covenants and agrees to indemnify and hold harmless, at its own expense, the city,its officers,servants and employees,from and against any and all loss,damage or destruction of property of the city,arising out of,or alleged to arise out of,the work and services to be performed by the contractor, its officers, agents, employees, subcontractors, licensees or invitees under this contract. This indemnification provision is specifically intended to operate and be effective even if it is alleged or proven that all or some of the damages being sought were caused, in whole or in part, by any act,omission or negligence of the city. Article 7. MISCELLANEOUS 7.1 Terms. Terms used in this Agreement which are defined in Article 1 of the General Conditions will have the meanings indicated in the General Conditions. 7.2 Assignment of Contract. This Agreement, including all of the Contract Documents may not be assigned by the Contractor without the advanced express written consent of the City. 7.3 Successors and Assigns. City and Contractor each binds itself, its partners, successors, assigns and legal representatives to the other party hereto, in respect to all covenants, agreements and obligations contained in the Contract Documents. 7.4 Severability/Non-Waiver of Claims. Any provision or part of the Contract Documents held to be unconstitutional, void or unenforceable by a court of competent jurisdiction shall be deemed stricken, and all remaining provisions shall continue to be valid and binding upon City and Contractor. The failure of City or Contractor to insist upon the performance of any term or provision of this Agreement or to exercise any right granted herein shall not constitute a waiver of City's or Contractor's respective right to insist upon appropriate performance or to assert any such right on any future occasion. CITY OF FORT WORTH 2O22 ON-CALL STREET LIGHT CONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103736 Revised 11/23/2021 005243-4 Agreement Page 4 of 7 7.5 Governing Law and Venue. This Agreement, including all of the Contract Documents is performable in the State of Texas. Venue shall be Tarrant County, Texas, or the United States District Court for the Northern District of Texas,Fort Worth Division. 7.6 Authority to Sign. Contractor shall attach evidence of authority to sign Agreement if signed by someone other than the duly authorized signatory of the Contractor. 7.7 Non-appropriation of Funds. In the event no funds or insufficient funds are appropriated by City in any fiscal period for any payments due hereunder, City will notify Vendor of such occurrence and this Agreement shall terminate on the last day of the fiscal period for which appropriations were received without penalty or expense to City of any kind whatsoever, except as to the portions of the payments herein agreed upon for which funds have been appropriated. 7.8 Prohibition On Contracts With Companies Boycotting Israel. Contractor, unless a sole proprietor,acknowledges that in accordance with Chapter 2271 of the Texas Government Code, if Contractor has 10 or more full time-employees and the contract value is$100,000 or more,the City is prohibited from entering into a contract with a company for goods or services unless the contract contains a written verification from the company that it: (1) does not boycott Israel; and(2) will not boycott Israel during the term of the contract. The terms "boycott Israel" and "company" shall have the meanings ascribed to those terms in Section 808.001 of the Texas Government Code. By signing this contract, Contractor certifies that Contractor's signature provides written verification to the City that if Chapter 2271, Texas Government Code applies, Contractor: (1)does not boycott Israel; and(2)will not boycott Israel during the term of the contract. 7.9 Prohibition on Boycotting Energy Companies. Contractor acknowledges that in accordance with Chapter 2274 of the Texas Government Code-{as added by Acts 2021, 87th Leg., R.S., S.B. 13, § 2), the City is prohibited from entering into a contract for goods or services that has a value of$100,000 or more, which will be paid wholly or partly from public funds of the City, with a company (with 10 or more full-time employees) unless the contract contains a written verification from the company that it: (1) does not boycott energy companies; and (2) will not boycott energy companies during the term of the contract. The terms "boycott energy company" and "company" have the meaning ascribed to those terms by Chapter 2274 of the Texas Government Code (as added by Acts 2021, 87th Leg., R.S., S.B. 13, § 2). To the extent that Chapter 2274 of the Government Code is applicable to this Agreement, by signing this Agreement, Contractor certifies that Contractor's signature provides written verification to the City that Contractor: (1) does not boycott energy companies; and (2) will not boycott energy companies during the term of this Agreement. CITY OF FORT WORTH 2O22 ON-CALL STREET LIGHT CONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103736 Revised 11/23/2021 005243-5 Agreement Page 5 of 7 7.10 Prohibition on Discrimination Against Firearm and Ammunition Industries. Contractor acknowledges that except as otherwise provided by Chapter 2274 of the Texas Government Code (as added by Acts 2021, 87th Leg., R.S., S.B. 19, § 1), the City is prohibited from entering into a contract for goods or services that has a value of$100,000 or more which will be paid wholly or partly from public funds of the City, with a company (with 10 or more full-time employees) unless the contract contains a written verification from the company that it: (1) does not have a practice, policy, guidance, or directive that discriminates against a firearm entity or firearm trade association; and (2) will not discriminate during the term of the contract against a firearm entity or firearm trade. association. The terms "discriminate," "firearm entity" and "firearm trade association have the meaning ascribed to those terms by Chapter 2274 of the Texas Government Code (as added by Acts 2021, 87th Leg., R.S., S.B. 19, § 1). To the extent that Chapter 2274 of the Government Code is applicable to this Agreement, by signing this Agreement, Contractor certifies that Contractor's signature provides written verification to the City that Contractor: (1) does not have a practice, policy, guidance, or directive that discriminates against a firearm entity or firearm trade association; and (2) will not discriminate against a firearm entity or firearm trade association during the term of this Agreement. 7.11 Immigration Nationality Act. Contractor shall verify the identity and employment eligibility of its employees who perform work under this Agreement, including completing the Employment Eligibility Verification Form(1-9). Upon request by City, Contractor shall provide City with copies of all 1-9 forms and supporting eligibility documentation for each employee who performs work under this Agreement. Contractor shall adhere to all Federal and State laws as well as establish appropriate procedures and controls so that no services will be performed by any Contractor employee who is not legally eligible to perform such services: CONTRACTOR SHALL INDEMNIFY CITY AND HOLD CITY HARMLESS FROM ANY PENALTIES, LIABILITIES, OR LOSSES DUE TO VIOLATIONS OF THIS PARAGRAPH BY CONTRACTOR, CONTRACTOR'S EMPLOYEES, SUBCONTRACTORS, AGENTS, OR LICENSEES. City, upon written notice to Contractor, shall have the right to immediately terminate this Agreement for violations of this provision by Contractor. 7.12 No Third-Party Beneficiaries. This Agreement gives no rights or benefits to anyone other than the City and the Contractor and there are no third-party beneficiaries. CITY OF FORT WORTH 2O22 ON-CALL STREET LIGHT CONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103736 Revised 11/23/2021 005243-6 Agreement Page 6 of 7 7.13 No Cause of Action Against Engineer. Contractor,its subcontractors and equipment and materials suppliers on the PROJECT or their sureties, shall maintain no direct action against the Engineer, its officers, employees, and subcontractors, for any claim arising out of, in connection with, or resulting from the engineering services performed. Only the City will be the beneficiary of any undertaking by the Engineer. The presence or duties of the Engineer's personnel at a construction site, whether as on-site representatives or otherwise, do not make the Engineer or its personnel in any way responsible for those duties that belong to the City and/or the City's construction contractors or other entities, and do not relieve the construction contractors or any other entity of their obligations, duties, and responsibilities, including, but not limited to, all construction methods, means, techniques, sequences, and procedures necessary for coordinating and completing all portions of the construction work in accordance with the Contract Documents and any health or safety precautions required by such construction .work. The Engineer and its personnel have no authority to exercise any control over any construction contractor or other entity or their employees in connection with their work or any health or safety precautions. CITY OF FORT WORTH 2O22 ON-CALL STREET LIGHT CONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103736 Revised 1 1/2312 02 1 005243-7 Agreement Page 7 of 7 t i IN WITNESS WHEREOF, City and Contractor have each executed this Agreement to be effective as of the date subscribed by the City's designated Assistant City Manager("Effective Date"). Contractor:EAR Telecommunications,LLC City of Fort Worth By: By: lose Merida(Sep 16.202200.02 COY) William Johnson(Ott 6,202215:10 CDT) Signature William M.Johnson Jose Merida Assistant City Manager (Printed Name) Oct 26, 2022 Vice President Date Title Attest: 14719 US Hwy 290 E,Suite 106 -' JannettoS.Goo Jannette S.Goodall(Oct 26,202)15:50 COT) ,,,,,t• • `a Addmss Jannette Goodall,City Secretary,' aF Manor,TX 78653 Cityisialetzip (Seal) : Sep 16, 2022 Date Date:August 23,2022 �� , Form 1295 No.:2022-910174 Contract Compliance Manager: By signing,I acknowledge that I am the person responsible for the monitoring and administration of this contract,including ensuring all performance and reporting requirements. Clint Hoover,MBA,P.E.,S.E. Engineering Manager OFFICIAL RECORD Approved as to Form and Legality: WA CITY SECRETARY lgbcl(Oct 16,30331a:1"!COT) FT. woRTH,TX Doug*W.Black Sr.Assistant City Attorney APPROVAL RECOMMENDED: LA.a A.«» Lauren L.Prieur,Interim Director Transportation&Public Works Department CITY OF FORT WORTH 2O22 ON-CALL STREET LIGHT CONTItACT STANDARD CONSTRUC770N SPECIFICATION DOCUMENTS CPN 103736 Revised 11/23/2021 • 006113-1 PERFORMANCE BOND Page I of 2 1 SECTION 00 6113 Bond#54-244695 2 PERFORMANCE BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 That we, EAR Telecommunications, LLC dba EARTC known as 8 "Principal" herein and United Fire&Casualty Company a corporate 9 surety(sureties, if more than one) duly authorized to do business in the State of Texas, known as 10 "Surety" herein (whether one or more), are held and firmly bound unto the City of Fort Worth, a 11 municipal corporation created pursuant to the laws of Texas, known as"City"herein, in the penal 12 sum of, Three Million and 00/100 Dollars 13 ($ 3,000,000.00 ), lawful money of the United States, to be paid in Fort Worth, 14 Tarrant County, Texas for the payment of which sum well and truly to be made, we bind 15 ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, 16 firmly by these presents. 17 WHEREAS, the Principal has entered into a certain written contract with the City 18 awarded the 23rd day of August , 20�, which Contract is hereby referred to and 19 made a part hereof for all purposes as if fully set forth herein, to furnish all materials, equipment 20 labor and other accessories defined by law, in the prosecution of the Work, including any Change 21 Orders, as provided for in said Contract designated as 2022 On-Call Street Light Contract, CPN 22 103736. 23 NOW, THEREFORE, the condition of this obligation is such that if the said Principal 24 shall faithfully perform it obligations under the Contract and shall in all respects duly and 25 faithfully perform the Work,including Change Orders,under the Contract, according to the plans, 26 specifications, and contract documents therein referred to, and as well during any period of 27 extension of the Contract that may be granted on the part of the City, then this obligation shall The 28 and become null and void, otherwise to remain in full force and effect. 29 PROVIDED FURTHER,that if any legal action be filed on this Bond, venue shall lie in 30 Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort 31 Worth Division. CITY OF FORT WORTH 2O22 ON-CALL STREET LIGHT CONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103736 Revised July 1,2011 006113-2 PERFORMANCE BOND Page 2 of 2 1 This bond is made and executed in compliance with the provisions of Chapter 2253 of the 2 Texas Government Code, as amended, and all liabilities on this bond shall be determined in 3 accordance with the provisions of said statue. 4 IN WITNESS WHEREOF, the Principal and the Surety have SIGNED and SEALED 5 this instrument by duly authorized agents and officers on this the 12th day of_,9epfember 6 ,202. 7 PRINCIPAL: 8 EAR Telecommunications,LLC dba EARTC _ 9 10 11 BY: 12 i atu 13 ATTEST: 14 /' ( , n 15 o�c1 Slc�'e�t. 16 (Pri ipal)Secretary Name and TitIp 17 18 Address: 14719 US Hwy 290 East,Suite#106 19 Manor,TX. 78653 _ 20 21 22 Witnes Principal s as o 23 SURETY: 24 United Fir u Company 25 26 27 BY: 28 Sigma 29 30 David T.Satin,Attorney-In-Fact 31 Name and Title 32 33 Address: PO Box 73909 34 Cedar Rapids,IA 52407-3909 35 36 Physical Address:United Fire&uasualtyompany 11$Second Ave,SE Cedar Rapids,IA. 37 Witne s as t ety Doreen Shearin,CSR Telephone Number: (319)N9-57912401 38 39 40 41 *Note: If signed by an officer of the Surety Company, there must be on file a certified extract 42 from the by-laws showing that this person has authority to sign such obligation. If 43 Surety's physical address is different from its mailing address, both must be provided. 44 The date of the bond shall not be prior to the date the Contract is awarded. 45 CITY OF FORT WORTH 2O22 ON-CALL STREET LIGHT CONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103736 Revised July 1,2011 0061 14-1 PAYMENT BOND Page 1 of 2 Bond#54-244695 1 SECTION 00 6114 2 PAYMENT BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 That we, EAR Telecommunications, LLC dba EARTC , known as 8 "Principal" herein, and United Fire & Casualty Company , a 9 corporate surety (sureties), duly authorized to do business in the State of Texas, known as 10 "Surety" herein(whether one or more), are held and firmly bound unto the City of Fort Worth, a 11 municipal corporation created pursuant to the laws of the State of Texas, known as "City"herein, 12 in the penal sum of, Three Million and 00/100 Dollars 13 ($�,000.000.00 ), lawful money of the United States, to be paid in Fort Worth, Tarrant County, 14 Texas, for the payment of which sum well and truly be made, we bind ourselves, our heirs, 15 executors, administrators, successors and assigns,jointly and severally, firmly by these presents: 16 WHEREAS, Principal has entered into a certain written Contract with City, awarded the 17 23rd day of Auaw-,t , 2022 , which Contract is hereby referred to and 18 made a part hereof for all purposes as if fully set forth herein, to furnish all materials, equipment, 19 labor and other accessories as defined by law, in the prosecution of the Work as provided for in 20 said Contract and designated as 2022 On-Call Street Light Contract,CPN 103736. 21 NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that if 22 Principal shall pay all monies owing to any (and all) payment bond beneficiary (as defined in 23 Chapter 2253 of the Texas Government Code, as amended) in the prosecution of the Work under 24 the Contract, then this obligation shall be and become null and void; otherwise to remain in full 25 force and effect. 26 This bond is made and executed in compliance with the provisions of Chapter 2253 of the 27 Texas Government Code, as amended, and all liabilities on this bond shall be determined in 28 accordance with the provisions of said statute. 29 CITY OF FORT WORTH 2O22 ON-CALL STREET LIGHT CONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103736 Revised July I,2011 0061 14-2 PAYMENT BOND Page 2 of 2 1 IN WITNESS WHEREOF,the Principal and Surety have each SIGNED and SEALED 2 this instrument by duly authorized agents and officers on this the 12th day of 3 SeUtember 4 PRINCIPAL: EAR Telecommunications,LLC dba EARTC ATTEST: BY: ignatur =&�9L (Princ' al)Secretary Name and Title Address: 14719 US Hwy 290 East,Suite#106 Manor,TX.78653 Witne as rincipal SURETY: United Fire&Casualty Company ATTEST: BY: _A_ Signature As per Attached Power of Attomey David T.Satine,Attorney-In-Fact (Surety)Secretary Name and Title Address: PO Box 73909 LL Cedar Rapids, IA 52407-3909 Witn ss as tp,!(urety Doreen Shearin,CSR Physical Address:United Fire&Casualty Company 118 Second Ave,SE,Cedar Rapids,IA. 52401 Telephone Number: (319)399-5700 5 6 Note: If signed by an officer of the Surety, there must be on file a certified extract from the 7 bylaws showing that this person has authority to sign such obligation. If Surety's physical 8 address is different from its mailing address,both must be provided. 9 10 The date of the bond shall not be prior to the date the Contract is awarded. 11 END OF SECTION 12 CITY OF FORT WORTH 2O22 ON-CALL STREET LIGHT CONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103736 Revised July 1,2011 0061 19-1 MAINTENANCE BOND Page 1 of 3 1 SECTION 00 6119 Bond#54-244695 2 MAINTENANCE BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 That we EAR Telecommunications LLC dba EARTC known as 8 "Principal" herein and United Fire&Casualty Company , a corporate surety 9 (sureties, if more than one) duly authorized to do business in the State of Texas, known as 10 "Surety" herein (whether one or more), are held and firmly bound unto the City of Fort Worth, a 11 municipal corporation created pursuant to the laws of the State of Texas, known as"City"herein, 12 in the sum of Three Million and 00/100 Dollars 13 ($ 3,000,000.00 ), lawful money of the United States, to be paid in Fort Worth, 14 Tarrant County, Texas, for payment of which sum well and truly be made unto the City and its 15 successors, we bind ourselves, our heirs, executors, administrators, successors and assigns,jointly 16 and severally, firmly by these presents. 17 18 WHEREAS,the Principal has entered into a certain written contract with the City awarded 19 the 23rd day of_ August , 20 22 , which Contract is hereby 20 referred to and a made part hereof for all purposes as if fully set forth herein, to furnish all 21 materials, equipment labor and other accessories as defined by law, in the prosecution of the 22 Work, including any Work resulting from a duly authorized Change Order (collectively herein, 23 the "Work") as provided for in said contract and designated as 2022 On-Call Street Light 24 Contract, CPN 103736; and 25 26 WHEREAS, Principal binds itself to use such materials and to so construct the Work in 27 accordance with the plans, specifications and Contract Documents that the Work is and will 28 remain free from defects in materials or workmanship for and during the period of two(2) years 29 after the date of Final Acceptance of the Work by the City("Maintenance Period"); and 30 31 WHEREAS, Principal binds itself to repair or reconstruct the Work in whole or in part 32 upon receiving notice from the City of the need therefor at any time within the Maintenance 33 Period. 34 CITY OF FORT WORTH 2O22 ON-CALL STREET LIGHT CONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103736 Revised July 1,2011 0061 19-2 MAINTENANCE BOND Page 2 of 3 1 NOW THEREFORE, the condition of this obligation is such that if Principal shall. 2 remedy any defective Work, for which timely notice was provided by City, to a completion 3 satisfactory to the City, then this obligation shall become null and void; otherwise to remain in 4 full force and effect. 5 6 PROVIDED, HOWEVER, if Principal shall fail so to repair or reconstruct any timely 7 noticed defective Work, it is agreed that the City may cause any and all such defective Work to 8 be repaired and/or reconstructed with all associated costs thereof being borne by the Principal and 9 the Surety under this Maintenance bond; and 10 11 PROVIDED FURTHER,that if any legal action be filed on this Bond,venue shall lie in 12 Tarrant County, Texas or the United States District Court for the Northern District of Texas,Fort 13 Worth Division; and 14 15 PROVIDED FURTHER, that this obligation shall be continuous in nature and 16 successive recoveries may be had hereon for successive breaches. 17 18 19 CITY OF FORT WORTH 2O22 ON-CALL STREET LIGHT CONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103736 Revised July I,2011 006119-3 MAINTENANCE BOND Page 3 of 3 1 IN WITNESS WHEREOF, the Principal and the Surety have each SIGNED and SEALED this 2 instrument by duly authorized agents and officers on this the 12th day of September _ 3 ,2022_. 4 5 PRINCIPAL: 6 EAR Telecommunications,LLC dba EARTC _ 7 _ 8 9 BY: 10 Signa 11 ATTEST: 12 13 ` 9�2w1fi 14 (Princi 1)Secretary Name and T' 15 16 Address: 14719 US Hwy 290 East,Suite#106 _ 17 Manor,TX.78653 _ 18 _ 19 AV/ 20 Wi ss as o Principal 21 SURETY: 22 United Fire P Casualty Company _ 23 24 �. 25 BY: 26 Sign re 27 28 David T.Satin,Attorney-In-Fact 29 ATTEST: Name and Title 30 31 As per Attached Power of Attorney Address: PO Box 73909 32 (Sur ty) ecret _ Cedar Rapids.IA 52407-3909 33 34 Physical Address:United ire Casualtyompany, 118 Second Ave,SE,Cedar Rapids,IA.52401 35 Witnes as t urety Doreen Shearin,CSR Telephone Number: (319)399-5700 36 37 *Note: If signed by an officer of the Surety Company, there must be on file a certified extract 38 from the by-laws showing that this person has authority to sign such obligation. If 39 Surety's physical address is different from its mailing address, both must be provided. 40 The date of the bond shall not be prior to the date the Contract is awarded. 41 CITY OF FORT WORTH 2O22 ON-CALL STREET LIGHT CONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103736 Revised July 1,2011 ® UNITED FIRE&CASUALTY COMPANY,CEDAR RAPIDS,IA Inquiries: Surety Department ufg UNITED FIRE&INDEMNITY COMPANY,WEBSTER,TX 118 Second Ave SE FINANCIAL PACIFIC INSURANCE COMPANY,LOS ANGELES,CA Cedar Rapids,IA 52401 CERTIFIED COPY OF POWER OF ATTORNEY INSURANCE (original on file at Home Office of Company—See Certification) KNOW ALL PERSONS BY THESE PRESENTS,That United Fire&Casualty Company,a corporation duly organized and existing under the laws of the State of Iowa;United Fire&Indemnity Company,a corporation duly organized and existing under the laws of the State of Texas;and Financial Pacific Insurance Company, a corporation duly organized and existing under the laws of the State of California (herein collectively called the Companies),and having their corporate headquarters in Cedar Rapids,State of Iowa,does make,constitute and appoint DAVID T. SATINE, WARREN ALTER, JONATHAN BURSEVICH, EACH INDIVIDUALLY their true and lawful Attomey(s)-in-Fact with power and authority hereby conferred to sign, seal and execute in its behalf all lawful bonds, undertakings and other obligatory instruments of similar nature provided that no single obligation shall exceed $20,000,000.00 and to bind the Companies thereby as fully and to the same extent as if such instruments were signed by the duly authorized officers of the Companies and all of the acts of said Attorney,pursuant to the authority hereby given and hereby ratified and confirmed. The Authority hereby granted is continuous and shall remain in full force and effect until revoked by United Fire&Casualty Company,United Fire& Indemnity Company,and Financial Pacific Insurance Company. This Power of Attorney is made and executed pursuant to and by authority of the following bylaw duly adopted by the Boards of Directors of United Fire&Casualty Company,United Fire&Indemnity Company,and Financial Pacific Insurance Company. "Article VI—Surety Bonds and Undertakings" Section 2,Appointment of Attomey-in-Fact."The President or any Vice President,or any other officer of the Companies may,from time to time,appoint by written certificates attomeys-in-fact to act in behalf of the Companies in the execution of policies of insurance,bonds,undertakings and other obligatory instruments of like nature.Ile signature of any officer authorized hereby,and the Corporate seal,may be affixed by facsimile to any power of attorney or special power of attorney or certification of either authorized hereby;such signature and seal,when so used,being adopted by the Companies as the original signature of such officer and the original seal of the Companies,to be valid and binding upon the Companies with the same force and effect as though manually affixed. Such attomeys-in-fact,subject to the limitations set of forth in their respective certificates of authority shall have full power to bind the Companies by their signature and execution of any such instruments and to attach the seal the Companies thereto. The President or any Vice President,the Board of Directors or any other officer of the Companies may at any time revoke all power and authority previously given to any attorney-in-fact. IN WITNESS WHEREOF,the COMPANIES have each caused these presents to be signed by its Irllll rrrr vice president and its corporate seal to be hereto affixed this 3rd day of December, 2019 ``qa" Utg nc�� aaa\�IfKIRI�/N�r�r�ri .Ca�G\F IIUIr�IbtrV��, a�Sr �r4 �` t.o as rr 1G INSUgq r''a od; . Qr.uOPPOgflyn�; UNITED FIRE&CASUALTY COMPANY UNITED FIRE&INDEMNITY COMPANY i` FINANCIAL PACIFIC INSURANCE COMPANY C_ SEAL ?2+,0 Sri 2�• (J,`^y�'' rrllNllltll0aaaa '//""gninrmaP4do By� .�j�•ya•yh- i State of Iowa,County of Linn,ss: Vice President On 3rd day of December, 2019, before me personally came Dennis J. Richmann to me known,who being by me duly sworn,did depose and say;that he resides in Cedar Rapids,State of Iowa,that he is a Vice President of United Fire & Casualty Company, a Vice President of United Fire & Indemnity Company, and a Vice President of Financial Pacific Insurance Company the corporations described in and which executed the above instrument;that he knows the seal of said corporations;that the seal affixed to the said instrument is such corporate seal;that it was so affixed pursuant to authority given by the Board of Directors of said corporations and that he signed his name thereto pursuant to like authority,and acknowledges same to be the act and deed of said corporations. �y aL Judith A.Jones Iowa Notarial Seal • Commission number 173041 r�l Notary Public ors MY Commission Expires 4232024 My commission expires:4/23/2024 I,Mary A.Bertsch,Assistant Secretary of United Fire&Casualty Company and Assistant Secretary of United Fire&Indemnity Company,and Assistant Secretary of Financial Pacific Insurance Company,do hereby certify that I have compared the foregoing copy of the Power of Attorney and affidavit,and the copy of the Section of the bylaws and resolutions of said Corporations as set forth in said Power of Attorney,with the ORIGINALS,ON FILE IN THE HOME OFFICE OF SAID CORPORATIONS,and that the same are correct transcripts thereof,and of the whole of the said originals,and that the said Power of Attorney has not been revoked and is now in full force and effect. In testimony whereof I have hereunto subscribed my name and affixed the corporate seal of the said Corporations this 12th day of September ,20 22 '`* o-��acAx IUI,-rih `a�a���i�=inerriyr ••��F�GI INSUq a,v:.V0 �rF CU=:rulE : _` CURrORnre y� _T: �LLLY??��:�! B �-�r^� :o i :� izd.1 1886 '9A y. SEAL c SEAL ?2'•.[+ T:2- C1 Assistant Secretary, ''4�1p8�ds;``` +��'�i�°sarrn ir•,*":��* OF&C&OF&I&FPIC rrrUlrlpfPaaaa r4q,hmPla"C ''���•'prnrwnueN'a�"`� BPOA0049 1217 "' L411ted Frre 6 CawaltyCampany Unr7ed Fire 8 hiderrm Comp&V F"odal Peak krswanee C mpany SURRIV i i i #I4IIPORTANT NOTICE f TO OBTAIN INFORMATION OR MAKE A COMPLAINT': You may call United Fire Group's toll free telephone number for information or to make a complaint at: 800-343-9130 You may also write to United Fire Group at: United Fire Croup Attn: Surety Department P.O.Box 73909 Cedar Rapids,IA 52407-3909 -or street address- United Fire Group Attu: Surety Department 118 Second Avenue SE Cedar Rapids,IA 52401 You may contact the Texas Department of Insurance to obtain information on companies,coverages, rights or complaints at: 800-252-3439 You may write the Texas Department of Insurance at: Consumer Protection(I I l-1 A) P.O.Box 149091 Austin,TX 78714-99091 Fax:(512)490-1007 Web:yMw,Wtexas:¢av Email:Con umed'rotectio Otdi.texas.aov Premium or Clair;►.Disputes: Should you have a dispute concerning your premium or about a claim,you should contact United Fire Group first.If the dispute is not resolved,you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR BOND. This notice is for information only and does not become a part or a condition of the attached document and is given to comply with Section 2253.021, Governmental Code,and Section 53-202,,Property Cade. a i f: HOME OFFICE:418 Sacond AVerwe SE l PO Box 739W ( Cedar Rapids,Iowa 552407-39M ( P:800.332-7977 F:319-286-2520 ( w.utgins.eom i AC40RV® DATE(MM/DD/YYYY) `..�-- _ CERTIFICATE OF LIABILITY INSURANCE 05/26/2022 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND,EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT:If the certificate holder is an ADDITIONAL INSURED,the pobcy(ies)must have ADDITIONAL INSURED provisions or be endorsed.If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement.A statement on this certificate does not confer rights to the certificate holder in lieu of such endomement(s). PRODUCER CONTACT NAME: Martell Cestari FAX 13377 Pond Springs Road,Ste 102 (A/C,NO,EXT):512-331-1513 (A/C,No):512-331-0500 Cestari Insurance Agency PHONE — _ — Austin TX 78729 E-MAIL ADDRESS: mcestari@farmersagent.com INSURER(S)AFFORDING COVERAGE NAIC# INSURED INSURERA: Burlington Insurance Company INSURERB: Texas Mutual Insurance Ear Telecommunications LLC INSURER C: 14719 US HWY 290 E Ste 106 ---------- --- ------ ----- INSURER D: Manor TX 78653 INSURER E: INSURERF: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS 15 TO CERTIFY THAT THE POLICIES OF INSJRANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAME ABOVE FOR THE POLICY PERIOD INDICATED.NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT Wrr-i RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN,THE INSURANCE,4FFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECTTOALLTHE TERMS,EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE ADDTL SUBR POLICY NUMBER POLICY EFF POLICY EXP LIMITS LTR INSD WVD (MM/DD/YYYY) (MM/DD/YYYY) COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 CLAIMS-MADE OCCUR DAMAGE TO RENTED I S PREMISES(EaOccu renCe) 100,000 Deductible-$2,500 MED EXP(Any ore person) $ 5 ,000 A I Y Y BG05382-01 10/09/2021 10/09/2022 PER50NAL&ADV INJJRY $ 1,000,00 GEN'L AGGREGATE LIMITAPPLIES PER: GENERAL AGGREGATE $ 2,000,00 POLICY ^PROJEC- ❑ LOC PRODUCTS-CON1P/OPAGG $ 2,000,00 OTHER: $ AUTOMOBILE LIABILITY COMBINED SINGLE LIM S (Ea accident) ANYAUTO BODILY INJURY(Perperson) $ OWNEDAUTOS SCHEDULED ONLY AUTOS BODILY INJURY(Per accident)S HIRED AUTOS NON-OWNED PROPERTY DAMAGE ONLY AUTOS ONLY (Peraccidentl $ UMBRELLA LIAB OCCUR EACH OCCURRENCE $ 5,000,00 A EXCESS LIAB CLAIMS-MADE 96BE04321-01 05/12/2021 10/12/2022 AGGREGATE $ 5,000,QQ DED RFTFNTION$ $ WORKERS COMPENSATION PER OTNiER $ AND EMPLOYERS'LIABILITY STATUTE I ANY PROPRIETOR/PARTNER/ Y/N E.L.EACHACCIDE14T $ 1,000,000 N/A EXECUTIVE OFFICER/MEMBER Y 0002014223 05/02/2022 05/02/2023 B EXCLUDED?(Mandatory in NH) Y E.L.DISEASE-EA EMPLOYEE 1,000,000 Ryes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ 1,000,000 ---'-- DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES(ACORD 101,Additional Remarks Schedule,maybe attached if more space is required) i CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION City Of Fort Worth DATE THEREOF,NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. 200 Texas Street AUTHORIZED REPRESENTATIVE Marieli Cestari ^^ Fort Worth TX 781W ACORD 25(2016/03) 71988-2015 ACORD CORPORATION.All Rights Reserved 31-1769 11-15 The ACORD name and logo are registered marks of ACORD POLICY NUMBER: 896BG05382-01 COMMERCIAL GENERAL LIABILITY CG20100413 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization(s) Locations Of Covered Operations Any person or organization for whom you are performing Any location(s)of your covered operations. operations, but only if you have agreed, in a written contract,to add such person or organization as an additional insured on your policy for that location or part thereof, provided such a written contract is fully executed prior to an"occurrence"in which coverage is sought under this policy. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. Section 11 — Who Is An Insured is amended to B. With respect to the insurance afforded to these include as an additional insured the person(s) or additional insureds, the following additional organization(s) shown in the Schedule, but only exclusions apply: with respect to liability for"bodily injury", "property This insurance does not apply to "bodily injury" or damage" or "personal and advertising injury" "property damage"occurring after: caused,in whole or in part, by: 1. All work, including materials, parts or equipment 1. Your acts or omissions; or furnished in connection with such work, on the 2. The acts or omissions of those acting on your project (other than service, maintenance or behalf; repairs)to be performed by or on behalf of the in the performance of your ongoing operations for additional insured(s) at the location of the the additional insured(s) at the location(s) covered operations has been completed; or designated above. 2. That portion of "your work" out of which the However: injury or damage arises has been put to its 1. The insurance afforded to such additional intended use by any person or organization other than another contractor or subcontractor insured only applies to the extent permitted by engaged in performing operations for a principal law;and as a part of the same project. 2. If coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. CG 20 10 04 13 ©Insurance Services Office, Inc., 2012 Page 1 of 2 C. With respect to the insurance afforded to these 2. Available under the applicable Limits of additional insureds, the following is added to Insurance shown in the Declarations; Section III—Limits Of Insurance: whichever is less. If coverage provided to the additional insured is This endorsement shall not increase the applicable required by a contract or agreement, the most we Limits of Insurance shown in the Declarations. will pay on behalf of the additional insured is the amount of insurance: 1. Required by the contract or agreement; or Page 2 of 2 ©Insurance Services Office, Inc., 2012 CG 20 10 0413 STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT CITY OF FORT WORTH 2O22 ON-CALL STREET LIGHT CONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CP( 103736 Revised August 23,2021 I STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT TABLE OF CONTENTS Page Article 1 —Definitions and Terminology.............................................................................................................I 1.01 Defined Terms......................................................................................................................1 1.02 Terminology.........................................................................................................................6 Article 2—Preliminary Matters.................................................................................................................7 2.01 Copies of Documents............................................................................................................7 2.02 Commencement of Contract Time; Notice to Proceed............................................................ 7 2.03 Starting the Work..................................................................................................................8 2.04 Before Starting Construction..................................................................................................8 2.05 Preconstruction Conference...................................................................................................8 2.06 Public Meeting......................................................................................................................8 2.07 Initial Acceptance of Schedules............................................................................................. 8 Article 3—Contract Documents: Intent,Amending, Reuse..............................................................................8 3.01 Intent....................................................................................................................................8 3.02 Reference Standards..............................................................................................................9 3.03 Reporting and Resolving Discrepancies................................................................................ 9 3.04 Amending and Supplementing Contract Documents..................................................................10 3.05 Reuse of Documents............................................................................................................10 3.06 Electronic Data...................................................................................................................I 1 Article 4—Availability of Lands;Subsurface and Physical Conditions; Hazardous Environmental Conditions; Reference Points....................................................................................................11 4.01 Availability of Lands...........................................................................................................11 4.02 Subsurface and Physical Conditions............................................................................................. 12 4.03 Differing Subsurface or Physical Conditions............................................................................... 12 4.04 Underground Facilities.........................................................................................................13 4.05 Reference Points.................................................................................................................14 4.06 Hazardous Environmental Condition at Site................................................................................ 14 Article 5—Bonds and Insurance .............................................................................................................16 5.01 Licensed Sureties and Insurers.............................................................................................16 5.02 Performance,Payment,and Maintenance Bonds...................................................................16 5.03 Certificates of Insurance......................................................................................................16 5.04 Contractor's Insurance.........................................................................................................18 5.05 Acceptance of Bonds and Insurance;Option to Replace........................................................19 Article 6—Contractor's Responsibilities...........................................................................................................19 6.01 Supervision and Superintendence................................................................................................ 19 CITY OF FORT WORTH 2O22 ON-CALL STREET LIGHT CONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103736 Revised August 23,2021 6.02 Labor;Working Hours............................................................................................... '. ....20 6.03 Services,Materials, and Equipment..............................................................................1.....20 6.04 Project Schedule.................................................................................................................21 6.05 Substitutes and"Or-Equals"...............................................................................................21 6.06 Concerning Subcontractors, Suppliers, and Others............................................................. 24 6.07 Wage Rates.........................................................................................................................25 6.08 Patent Fees and Royalties.................................................................................................... 26 6.09 Permits and Utilities........................................................................................................... 27 6.10 Laws and Regulations......................................................................................................... 27 6.11 Taxes.......................................................................................................................... 28 6.12 Use of Site and Other Areas............................................................................................... 28 6.13 Record Documents...................................................................................................... ......29 6.14 Safety and Protection................................................................................................... ...... 29 6.15 Safety Representative............................................. .... 30 .................................. ............... 6.16 Hazard Communication Programs..............................................................................:...... 30 6.17 Emergencies and/or Rectification................................................................................ ...... 30 6.18 Submittals................................................................................................................... .......31 6.19 Continuing the Work.................................................................................................. .......32 6.20 Contractor's General Warranty and Guarantee....................................................................32 6.21 Indemnification........................................................................................................... .....33 6.22 Delegation of Professional Design Services............................................................... . ......34 6.23 Right to Audit........................................................................................................... ..... 34 6.24 Nondiscrimination.............................................................................................................. 35 Article7-Other Work at the Site.................................................................................................. ........35 7.01 Related Work at Site................................................................................................... ....... 35 7.02 Coordination.............................................................................................................. ........36 Article 8-City's Responsibilities..........................................................................................................36 8.01 Communications to Contractor.......................................................................................... 36 8.02 Furnish Data.......................................................................................................................36 8.03 Pay When Due.....................................................................................................................36 8.04 Lands and Easements;Reports and Tests............................................................................36 8.05 Change Orders...........................................................................................................�........36 8.06 Inspections, Tests,and Approvals...............................................................................I....... 36 8.07 Limitations on City's Responsibilities.......................................................................'........ 37 8.08 Undisclosed Hazardous Environmental Condition............................................................. 37 8.09 Compliance with Safety Program..............................................................................',........ 37 Article 9-City's Observation Status During Construction....................................................................37 9.01 City's Project Manager......................................................................................................37 9.02 Visits to Site.......................................................................................................................37 9.03 Authorized Variations in Work.......................................................................................... 38 9.04 Rejecting Defective Work.................................................................................................. 38 9.05 Determinations for Work Performed.................................................................................. 38 9.06 Decisions on Requirements of Contract Documents and Acceptability of Work.......................38 CITY OF FORT WORTH 2O22 ON-CALL STREET LIGHT CO $�TRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103736 Revised August 23,2021 Article 10 -Changes in the Work; Claims; Extra Work........................................................................ 38 10.01 Authorized Changes in the Work........................................................................................38 10.02 Unauthorized Changes in the Work....................................................................................39 10.03 Execution of Change Orders...............................................................................................39 10.04 Extra Work.........................................................................................................................39 10.05 Notification to Surety.........................................................................................................39 10.06 Contract Claims Process.....................................................................................................40 Article 11 -Cost of the Work; Allowances; Unit Price Work; Plans Quantity Measurement.......................41 11.01 Cost of the Work.................................................................................................................41 11.02 Allowances.........................................................................................................................43 11.03 Unit Price Work..................................................................................................................44 11.04 Plans Quantity Measurement..............................................................................................45 Article 12 -Change of Contract Price;Change of Contract Time ..................................................................46 12.01 Change of Contract Price....................................................................................................46 12.02 Change of Contract Time....................................................................................................47 12.03 Delays ................................................................................................................................47 Article 13 -Tests and Inspections; Correction, Removal or Acceptance of Defective Work..................... 48 13.01 Notice of Defects................................................................................................................48 13.02 Access to Work...................................................................................................................48 13.03 Tests and Inspections..........................................................................................................48 13.04 Uncovering Work...............................................................................................................49 13.05 City May Stop the Work.....................................................................................................49 13.06 Correction or Removal of Defective Work......................................................................... 50 13.07 Correction Period................................................................................................................50 13.08 Acceptance of Defective Work............................................................................................51 13.09 City May Correct Defective Work.......................................................................................51 Article 14 -Payments to Contractor and Completion..............................................................................52 14.01 Schedule of Values.............................................................................................................52 14.02 Progress Payments..............................................................................................................52 14.03 Contractor's Warranty of Title.............................................................................................54 14.04 Partial Utilization................................................................................................................55 14.05 Final Inspection..................................................................................................................55 14.06 Final Acceptance................................................................................................................55 14.07 Final Payment.....................................................................................................................56 14.08 Final Completion Delayed and Partial Retainage Release..........................................................56 14.09 Waiver of Claims................................................................................................................57 Article 15 -Suspension of Work and Termination.................................................................................57 15.01 City May Suspend Work.....................................................................................................57 15.02 City May Terminate for Cause............................................................................................58 15.03 City May Terminate For Convenience................................................................................60 Article 16 -Dispute Resolution.............................................................................................................61 16.01 Methods and Procedures.....................................................................................................61 CITY OF FORT WORTH 2O22 ON-CALL STREET LIGHT CONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103736 Revised August 23,2021 Article17—Miscellaneous.....................................................................................................................62 17.01 Giving Notice........................................................................................................... .....62 17.02 Computation of Times........................................................................................................62 17.03 Cumulative Remedies ........................................................................................................62 17.04 Survival of Obligations.......................................................................................................63 17.05 Headings.............................................................................................................................63 1 CITY OF FORT WORTH 2O22 ON-CALL STREET LIGHT CONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103736 Revised August 23,2021 007200-1 GENERAL CONDITION S Page 1 of 63 ARTICLE 1—DEFINITIONS AND TERMINOLOGY 1.01 Defined Terms A. Wherever used in these General Conditions or in other Contract Documents,the terms listed below have the meanings indicated which are applicable to both the singular and plural thereof, and words denoting gender shall include the masculine, feminine and neuter. Said terms are generally capitalized or written in italics, but not always. When used in a context consistent with the definition of a listed-defined term, the term shall have a meaning as defined below whether capitalized or italicized or otherwise. In addition to terms specifically defined, terms with initia 1 capital letters in the Contract Documents include references to identified articles and paragraphs, and the titles of other documents or forms. 1. Addenda—Written or graphic instruments issued prior to the opening of Bids which clarify, correct,or change the Bidding Requirements or the proposed Contract Documents. 2. Agreement—The written instrument which is evidence of the agreement between City and Contractor covering the Work. 3. Application for Payment The form acceptable to City which is to be used by Contractor during the course of the Work in requesting progress or final payments and which is to be accompanied by such supporting documentation as is required by the Contract Documents. 4. Asbestos—Any material that contains more than one percent asbestos and is friable or is releasing asbestos fibers into the air above current action levels established by the United States Occupational Safety and Health Administration. 5. Award—Authorization by the City Council for the City to enter into an Agreement. 6. Bid—The offer or proposal of a Bidder submitted on the prescribed form setting forth the prices for the Work to be performed. 7. Bidder—The individual or entity who submits a Bid directly to City. 8. Bidding Documents—The Bidding Requirements and the proposed Contract Documents (including all Addenda). 9. Bidding Requirements The advertisement or Invitation to Bid, Instructions to Bidders, Bid security of acceptable form,if any,and the Bid Form with any supplements. 10. Business Day—A business day is defined as a day that the City conducts normal business, generally Monday through Friday, except for federal or state holidays observed by the City. 11. Calendar Day—A day consisting of 24 hours measured from midnight to the next midnight. CITY OF FORT WORTH 2O22 ON-CALL STREET LIGHT CONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103736 Revised August 23,2021 007200-1 GENERAL COW IT ION S Pqg,.2 of 63 12. Change Order—A document, which is prepared and approved by the City, which Is signed by Contractor and City and authorizes an addition, deletion, or revision in the Work or an adjustment in the Contract Price or the Contract Time, issued on or after the Effective Date of the Agreement. 13. City— The City of Fort Worth, Texas, a home-rule municipal corporation, authorized and chartered under the Texas State Statutes, acting by its governing body through its City Manager, his designee, or agents authorized under his behalf, each of which is required by Charter to perform specific duties with responsibility for final enforcement of the contracts involving the City of Fort Worth is by Charter vested in the City Manager and is the entity with whom Contractor has entered into the Agreement and for whom the Work is to be performed. 14. City Attorney—The officially appointed City Attorney Of the City of Fort Worth, Texas, or his duly authorized representative. 15. City Council - The duly elected and qualified governing body of the City of Fort Worth, Texas. 16. City Manager — The officially appointed and authorized City Manager of the City of Fort Worth, Texas,or his duly authorized representative. 17. Contract Claim—A demand or assertion by City or Contractor seeking an adju tment of Contract Price or Contract Time, or both, or other relief with respect to the terrhs of the Contract.A demand for money or services by a third party is not a Contract Claim. 18. Contract—The entire and integrated written document between the City and Contractor concerning the Work. The Contract contains the Agreement and all Contract Documents and supersedes prior negotiations, representations, or agreements,whether written or oral. 19. Contract Documents Those items so designated in the Agreement. All items listed in the Agreement are Contract Documents. Approved Submittals, other Contractor submittals, and the reports and drawings of subsurface and physical conditions are not Contract Documents. 20. Contract Price—The moneys payable by City to Contractor for completion of the Work in accordance with the Contract Documents as stated in the Agreement(subject to the provisions of Paragraph 11.03 in the case of Unit Price Work). 21. Contract Time—The number of days or the dates stated in the Agreement to: (i) achieve Milestones, if any and(ii) complete the Work so that it is ready for Final Acceptance. 22. Contractor—The individual or entity with whom City has entered into the Agreement. 23. Cost of the Work—See Paragraph 11.01 of these General Conditions for definition. CITY OF FORT WORTH 2O22 ON-CALL STREET LIGHT CO TRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103736 Revised August 23,2021 007200-1 GENERAL CONDITION S Page 3 of 63 24. Damage Claims —A demand for money or services arising from the Project or Site from a third party, City or Contractor exclusive of a Contract Claim. 25. Day or day—A day, unless otherwise defined, shall mean a Calendar Day. 26. Director of Aviation—The officially appointed Director of the Aviation Department of the City of Fort Worth,Texas,or his duly appointed representative,assistant,or agents. 27. Director of Parks and Community Services—The officially appointed Director of the Parks and Community Services Department of the City of Fort Worth, Texas, or his duly appointe d representative,assistant,or agents. 28. Director of Planning and Development—The officially appointed Director of the Planning and Development Department of the City of Fort Worth, Texas, or his duly appointe d representative, assistant,or agents. 29. Director of Transportation Public Work s — The officially appointed Director of the Transportation Public Works Department of the City of Fort Worth, Texas, or his duly appointed representative,assistant, or agents. 30. Director of Water Department—The officially appointed Director of the Water Department of the City of Fort Worth, Texas,or his duly appointed representative,assistant,or agents. 31. Drawings—That part of the Contract Documents prepared or approved by Engineer which graphically shows the scope,extent,and character of the Work to be performed by Contractor. Submittals are not Drawings as so defined. 32. Effective Date of the Agreement—The date indicated in the Agreement on which it becomes effective, but if no such date is indicated, it means the date on which the Agreement is signed and delivered by the last of the two parties to sign and deliver. 33. Engineer—The licensed professional engineer or engineering firm registered in the State of Texas performing professional services for the City. 34. Extra Work— Additional work made necessary by changes or alterations of the Contract Documents or of quantities or for other reasons for which no prices are provided in the Contract Documents. Extra work shall be part of the Work. 35. Field Order—A written order issued by City which requires changes in the Work but whic h does not involve a change in the Contract Price, Contract Time, or the intent of the Engineer. Field Orders are paid from Field Order Allowances incorporated into the Contract by funded work type at the time of award. 36. Final Acceptance — The written notice given by the City to the Contractor that the Work specified in the Contract Documents has been completed to the satisfaction of the City. CITY OF FORT WORTH 2O22 ON-CALL STREET LIGHT CONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103736 Revised August 23,2021 007200-1 GENERAL COND�T ION S P ge4of63 37. Final Inspection — Inspection carried out by the City to verify that the Contl ctor has completed the Work, and each and every part or appurtenance thereof, fully, entirely, and in conformance with the Contract Documents. 38. General Requirements—Sections of Division 1 of the Contract Documents. 39. Hazardous Environmental Condition—The presence at the Site of Asbestos, PCBs, Petroleum, Hazardous Waste, Radioactive Material, or other materials in such qu ntities or circumstances that may present a substantial danger to persons or property exposed hereto. 40. Hazardous Waste—Hazardous waste is defined as any solid waste listed as hazardous or possesses one or more hazardous characteristics as defined in the federal waste regulations, as amended from time to time. 41. Laws and Regulations—Any and all applicable laws, rules, regulations, ordinanc s, codes, and orders of any and all governmental bodies, agencies, authorities, and coins having jurisdiction. 42. Liens—Charges, security interests, or encumbrances upon Project funds, real pro erty, or personal property. 43. Major Item—An Item of work included in the Contract Documents that has a total cost equal to or greater than 5% of the original Contract Price or$25,000 whichever is less. 44. Milestone—A principal event specified in the Contract Documents relating to an intermediate Contract Time prior to Final Acceptance of the Work. 45. Notice of Award—The written notice by City to the Successful Bidder stating that upon timely compliance by the Successful Bidder with the conditions precedent listed therein, City will sign and deliver the Agreement. 46. Notice to Proceed---A written notice given by City to Contractor fixing the date on which the Contract Time will commence to run and on which Contractor shall start to perform the Work specified in Contract Documents. 47. PCBs—Polychlorinated biphenyls. 48. Petroleum—Petroleum, including crude oil or any fraction thereof which is liquid t standard conditions of temperature and pressure (60 degrees Fahrenheit and 14.7 pounds er square inch absolute), such as oil, petroleum, fuel oil, oil sludge, oil refuse, gasoline, ker sene, and oil mixed with other non-Hazardous Waste and crude oils. 49. Plans—See defmition of Drawings. CITY OF FORT WORTH 2O22 ON-CALL STREET LIGHT CONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN I03736 Revised August 23,2021 007200-1 GENERAL CONDITION S Page 5 of 63 50. Project Schedule—A schedule, prepared and maintained by Contractor, in accordance with the General Requirements, describing the sequence and duration of the activities comprising the Contractor's plan to accomplish the Work within the Contract Time. 51. Project—The Work to be performed under the Contract Documents. 52. Project Manager—The authorized representative of the City who will be assigned to the Site. 53. Public Meeting — An announced meeting conducted by the City to facilitate public participation and to assist the public in gaining an informed view of the Project. 54.Radioactive Material—Source, special nuclear, or byproduct material as defined by the Atomic Energy Act of 1954(42 USC Section 2011 et seq.)as amended from time to time. 55. Regular Work ing Hours —Hours beginning at 7:00 a.m. and ending at 6:00 p.m., Monda y thru Friday (excluding legal holidays). 56. Samples Physical examples of materials, equipment, or workmanship that are representative of some portion of the Work and which establish the standards by which such portion of the Work will be judged. 57. Schedule of Submittals—A schedule, prepared and maintained by Contractor, of required submittals and the time requirements to support scheduled performance of related construction activities. 58. Schedule of Values—A schedule, prepared and maintained by Contractor, allocating portions of the Contract Price to various portions of the Work and used as the basis for reviewing Contractor's Applications for Payment. 59. Site—Lands or areas indicated in the Contract Documents as being furnished by City upon which the Work is to be performed, including rights-of-way,permits,and easements for access thereto,and such other lands furnished by City which are designated for the use of Contractor. 60. Specifications That part of the Contract Documents consisting of written requirements for materials, equipment, systems, standards and workmanship as applied to the Work, and certain administrative requirements and procedural matters applicable thereto. Specifications may be specifically made a part of the Contract Documents by attachment or, if not attached, may be incorporated by reference as indicated in the Table of Contents (Division 00 00 00) of each Project. 61. Subcontractor—An individual or entity having a direct contract with Contractor or with any other Subcontractor for the performance of a part of the Work at the Site. CITY OF FORT WORTH 2O22 ON-CALL STREET LIGHT CONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103736 Revised August 23,2021 00 72 00-I GENERAL CONDITION S Page 6 of 63 i 62. Submittals—All drawings, diagrams, illustrations, schedules, and other data or information which are specifically prepared or assembled by or for Contractor and submitted by Contractor to illustrate some portion of the Work. 63. Substantial Completion — The stage in the progress of the Project when the Work is sufficiently complete in accordance with the Contract Documents for Final Inspection. 64. Successful Bidder—The Bidder submitting the lowest and most responsive Bid to whom City makes an Award. 65. Superintendent— The representative of the Contractor who is available at all times and able to receive instructions from the City and to act for the Contractor. 66. Supplementary Conditions—That part of the Contract Documents which amends or supplements these General Conditions. 67. Supplier—A manufacturer, fabricator, supplier, distributor, materialman, or vendor having a direct contract with Contractor or with any Subcontractor to furnish materials or equipment to be incorporated in the Work by Contractor or Subcontractor. 68. Underground Facilities—All underground pipelines, conduits, ducts, cables, wires, manholes, vaults, tanks, tunnels, or other such facilities or attachments, and any encasements containing such facilities, including but not limited to, those that convey electricity, gases, steam, liquid petroleum products, telephone or other communications, cable television, water,wastewater, storm water,other liquids or chemicals, or traffic or other control systems. 69 Unit Price Work—See Paragraph 11.03 of these General Conditions for definition. 70. Weekend Work ing Hours— Hours beginning at 9:00 a.m. and ending at 5:00 p.m., Saturday, Sunday or legal holiday, as approved in advance by the City. 71. Work—The entire construction or the various separately identifiable parts thereof required to be provided under the Contract Documents. Work includes and is the result of performing or providing all labor, services, and documentation necessary to produce such construction including any Change Order or Field Order, and furnishing, installing, and incorporating all materials and equipment into such construction, all as required by the Contract Documents. 72. Work ing Day—A working day is defined as a day,not including Saturdays, Sundays, or lega 1 holidays authorized by the City for contract purposes, in which weather or other conditions not under the control of the Contractor will permit the performance of the principal unit of work underway for a continuous period of not less than 7 hours between 7 a.m. and 6 p.m. 1.02 Terminology A. The words and terms discussed in Paragraph 1.02.13 through E are not defined but, when used in the Bidding Requirements or Contract Documents,have the indicated meaning. CITY OF FORT WORTH 2O22 ON-CALL STREET LIGHT CONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPI 103736 Revised August 23,2021 007200-1 GENERAL CONDITION S Page 7 of 63 B. Intent of Certain Terms or Adjectives: 1. The Contract Documents include the terms "as allowed," "as approved," "as ordered," "as directed" or terms of like effect or import to authorize an exercise of judgment by City. In addition, the adjectives "reasonable," "suitable," "acceptable," "proper," "satisfactory," or adjectives of like effect or import are used to describe an action or determination of City as to the Work.It is intended that such exercise of professional judgment, action, or determination will be solely to evaluate, in general, the Work for compliance with the information in the Contract Documents and with the design concept of the Project as a functioning whole as shown or indicated in the Contract Documents (unless there is a specific statement indicating otherwise). C. Defective: 1. The word "defective," when modifying the word "Work," refers to Work that is unsatisfactory, faulty, or deficient in that it: a. does not conform to the Contract Documents;or b. does not meet the requirements of any applicable inspection, reference standard,test,or approval referred to in the Contract Documents;or c. has been damaged prior to City's written acceptance. D. Furnish, Install,Perform, Provide: 1. The word "Furnish" or the word "Install" or the word "Perform" or the word "Provide" or the word "Supply," or any combination or similar directive or usage thereof, shall mean furnishing and incorporating in the Work including all necessary labor, materials, equipment, and everything necessary to perform the Work indicated, unless specifically limited in the context used. E. Unless stated otherwise in the Contract Documents, words or phrases that have a well-known technical or construction industry or trade meaning are used in the Contract Documents in accordance with such recognized meaning. ARTICLE 2—PRELIMINARY MATTERS 2.01 Copies of Documents City shall furnish to Contractor one (1) original executed copy and one (1) electronic copy of the Contract Documents, and four (4) additional copies of the Drawings. Additional copies will be furnished upon request at the cost of reproduction. 2.02 Commencement of Contract Time;Notice to Proceed The Contract Time will commence to run on the day indicated in the Notice to Proceed. A Notice to Proceed may be given no earlier than 14 days after the Effective Date of the Agreement,unless agreed to by both parties in writing. CITY OF FORT WORTH 2O22 ON-CALL STREET LIGHT CONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103736 Revised August 23,2021 007200-1 GENERAL COND(T ION S Page 8 of 63 2.03 Starting the Work Contractor shall start to perform the Work on the date when the Contract Time commences to run. No Work shall be done at the Site prior to the date on which the Contract Time commences t run. 2.04 Before Starting Construction Baseline Schedules: Submit in accordance with the Contract Documents,and prior to starting the Work. 2.05 Preconstruction Conference Before any Work at the Site is started,the Contractor shall attend a Preconstruction Conference as specified in the Contract Documents. 2.06 Public Meeting Contractor may not mobilize any equipment, materials or resources to the Site prior to Contractor attending the Public Meeting as scheduled by the City. 2.07 Initial Acceptance of Schedules No progress payment shall be made to Contractor until acceptable schedules are submitted to City in accordance with the Schedule Specification as provided in the Contract Documents. ARTICLE 3—CONTRACT DOCUMENTS: INTENT,AMENDING,REUSE 3.01 Intent A. The Contract Documents are complementary; what is required by one is as binding as if required by all. B. It is the intent of the Contract Documents to describe a functionally complete project (or part thereof)to be constructed in accordance with the Contract Documents. Any labor,documentation, services, materials, or equipment that reasonably may be inferred from the Contract Documents or from prevailing custom or trade usage as being required to produce the indicated result will be provided whether or not specifically called for,at no additional cost to City. C. Clarifications and interpretations of the Contract Documents shall be issued by City. D. The Specifications may vary in form, format and style. Some Specification sections may a written in varying degrees of streamlined or declarative style and some sections may be lative ly narrative by comparison. Omission of such words and phrases as "the Contractor shall," "in conformity with," "as shown," or "as specified" are intentional in streamlined sections. Omitted words and phrases shall be supplied by inference. Similar types of provisions may appear in various parts of a section or articles within a part depending on the format of the CITY OF FORT WORTH 2O22 ON-CALL STREET LIGHT CO TRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS C 103736 Revised August 23,2021 00 72 00-1 GENERAL CONDITION S Page 9 of 63 section. The Contractor shall not take advantage of any variation of form, format or style in making Contract Claims. E. The cross referencing of specification sections under the subparagraph heading "Related Sections include but are not necessarily limited to:" and elsewhere within each Specification section is provided as an aid and convenience to the Contractor. The Contractor shall not rely on the cross referencing provided and shall be responsible to coordinate the entire Work under the Contract Documents and provide a complete Project whether or not the cross referencing is provided in each section or whether or not the cross referencing is complete. 3.02 Reference Standards A. Standards,Specifications, Codes,Laws,and Regulations 1. Reference to standards, specifications, manuals, or codes of any technical society, organization, or association, or to Laws or Regulations, whether such reference be specific or by implication, shall mean the standard, specification, manual, code, or Laws or Regulations in effect at the time of opening of Bids (or on the Effective Date of the Agreement if there were no Bids), except as may be otherwise specifically stated in the Contract Documents. 2. No provision of any such standard, specification, manual, or code, or any instruction of a Supplier, shall be effective to change the duties or responsibilities of City, Contractor, or any of their subcontractors, consultants, agents, or employees, from those set forth in the Contract Documents.No such provision or instruction shall be effective to assign to City, or any of its officers, directors, members, partners, employees, agents, consultants, or subcontractors, any duty or authority to supervise or direct the performance of the Work or any duty or authority to undertake responsibility inconsistent with the provisions of the Contract Documents. 3.03 Reporting and Resolving Discrepancies A. Reporting Discrepancies: 1. Contractor's Review of Contract Documents Before Starting Work: Before undertaking each part of the Work, Contractor shall carefully study and compare the Contract Documents and check and verify pertinent figures therein against all applicable field measurements and conditions. Contractor shall promptly report in writing to City any conflict, error,ambiguity, or discrepancy which Contractor discovers, or has actual knowledge of, and shall obtain a written interpretation or clarification from City before proceeding with any Work affected thereby. 2. Contractor's Review of Contract Documents During Performance of Work : If, during the performance of the Work, Contractor discovers any conflict, error, ambiguity, or discrepancy within the Contract Documents, or between the Contract Documents and (a) any applicable Law or Regulation , (b) any standard, specification, manual, or code, or (c) any instruction of any Supplier, then Contractor shall promptly report it to City in writing. Contractor shall not proceed with the Work affected thereby (except in an emergency as required by Paragraph CITY OF FORT WORTH 2O22 ON-CALL STREET LIGHT CONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103736 Revised August 23,2021 00 72 00-1 GENERAL CON[)IT ION S Page 10 of 63 6.17.A) until an amendment or supplement to the Contract Documents has been issued by one of the methods indicated in Paragraph 3.04. 3. Contractor shall not be liable to City for failure to report any conflict, error, ambiguity, or discrepancy in the Contract Documents unless Contractor had actual knowledge thereof. B. Resolving Discrepancies: 1. Except as may be otherwise specifically stated in the Contract Documents, the provisions of the Contract Documents shall take precedence in resolving any conflict, error, ambiguity, or discrepancy between the provisions of the Contract Documents and the provisions of any standard, specification, manual, or the instruction of any Supplier (whether or not specifically incorporated by reference in the Contract Documents). 2. In case of discrepancies, figured dimensions shall govern over scaled dimensions, Plans shall govern over Specifications, Supplementary Conditions shall govern over General Conditions and Specifications, and quantities shown on the Plans shall govern over those shown in the proposal. 3.04 Amending and Supplementing Contract Documents A. The Contract Documents may be amended to provide for additions, deletions, and revisions in the Work or to modify the terms and conditions thereof by a Change Order. B. The requirements of the Contract Documents may be supplemented, and minor variations and deviations in the Work not involving a change in Contract Price or Contract Time, may be authorized, by one or more of the following ways: 1. A Field Order; 2. City's review of a Submittal (subject to the provisions of Paragraph 6.18.C);or 3. City's written interpretation or clarification. 3.05 Reuse of Documents A. Contractor and any Subcontractor or Supplier shall not: 1. have or acquire any title to or ownership rights in any of the Drawings, Specifications, or other documents (or copies of any thereof) prepared by or bearing the seal of Engineer, including electronic media editions; or 2. reuse any such Drawings, Specifications, other documents, or copies thereof on extensions of the Project or any other project without written consent of City and specific written vFrification or adaptation by Engineer. CITY OF FORT WORTH 2O22 ON-CALL STREET LIGHT COJH TRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CP$1 103736 Revised August 23,2021 007200-1 GENERAL CONDITION S Page 11 of 63 B. The prohibitions of this Paragraph 3.05 will survive final payment, or termination of the Contract. Nothing herein shall preclude Contractor from retaining copies of the Contract Documents for record purposes. 3.06 Electronic Data A. Unless otherwise stated in the Supplementary Conditions, the data furnished by City or Engineer to Contractor, or by Contractor to City or Engineer, that may be relied upon are limited to the printed copies included in the Contract Documents (also known as hard copies) and other Specifications referenced and located on the City's on-line electronic document management and collaboration system site. Files in electronic media format of text, data, graphics, or other types are furnished only for the convenience of the receiving party. Any conclusion or information obtained or derived from such electronic files will be at the user's sole risk. If there is a discrepancy between the electronic files and the hard copies,the hard copies govern. B. When transferring documents in electronic media format, the transferring party makes no representations as to long term compatibility, usability, or readability of documents resulting from the use of software application packages,operating systems, or computer hardware differing from those used by the data's creator. ARTICLE 4—AVAILABILITY OF LANDS;SUBSURFACE AND PHYSICAL CONDITIONS; HAZARDOUS ENVIRONMENTAL CONDITIONS;REFERENCE POINTS 4.01 Availability of Lands A. City shall furnish the Site. City shall notify Contractor of any encumbrances or restrictions not of general application but specifically related to use of the Site with which Contractor must comply in performing the Work. City will obtain in a timely manner and pay for easements for permanent structures or permanent changes in existing facilities. 1. The City has obtained or anticipates acquisition of and/or access to right-of-way, and/or easements. Any outstanding right-of-way and/or easements are anticipated to be acquired in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding right-of-way, and/or easements. 2. The City has or anticipates removing and/or relocating utilities, and obstructions to the Site. Any outstanding removal or relocation of utilities or obstructions is anticipated in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitte d by the Contractor in accordance with the Contract Documents must consider any outstanding utilities or obstructions to be removed,adjusted, and/or relocated by others. B. Upon reasonable written request, City shall furnish Contractor with a current statement of record legal title and legal description of the lands upon which the Work is to be performed. CITY OF FORT WORTH 2O22 ON-CALL STREET LIGHT CONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103736 Revised August 23,2021 007200-1 GENERAL COND R ION S Page 12 of 63 C. Contractor shall provide for all additional lands and access thereto that may be required for construction facilities or storage of materials and equipment. 4.02 Subsurface and Physical Conditions A. Reports and Drawings: The Supplementary Conditions identify: 1. those reports known to City of explorations and tests of subsurface conditions at or contiguous to the Site; and 2. those drawings known to City of physical conditions relating to existing surface or subsurface structures at the Site (except Underground Facilities). B. Limited Reliance by Contractor on Technical Data Authorized.• Contractor may rely upon the accuracy of the "technical data" contained in such reports and drawings, but such reports and drawings are not Contract Documents. Such "technical data" is identified in the Supplementa ry Conditions. Contractor may not make any Contract Claim against City, or any of their officers, directors, members, partners,employees,agents,consultants, or subcontractors with respect to: 1. the completeness of such reports and drawings for Contractor's purposes, including, but not limited to, any aspects of the means, methods, techniques, sequences, and procedures of construction to be employed by Contractor, and safety precautions and programs incident thereto; or 2. other data, interpretations, opinions, and information contained in such reports or shown or indicated in such drawings; or 3. any Contractor interpretation of or conclusion drawn from any "technical data" or any such other data,interpretations, opinions, or information. 4.03 Differing Subsurface or Physical Conditions A. Notice: If Contractor believes that any subsurface or physical condition that is uncovered or revealed either: 1. is of such a nature as to establish that any "technical data" on which Contractor is entitled to rely as provided in Paragraph 4.02 is materially inaccurate; or 2. is of such a nature as to require a change in the Contract Documents;or 3. differs materially from that shown or indicated in the Contract Documents; or 4. is of an unusual nature, and differs materially from conditions ordinarily encountered and generally recognized as inherent in work of the character provided for in the Contract Documents; CITY OF FORT WORTH 2O22 ON-CALL STREET LIGHT CONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103736 Revised August 23,2021 007200-1 GENERAL CONDITION S Page 13 of 63 then Contractor shall, promptly after becoming aware thereof and before further disturbing the subsurface or physical conditions or performing any Work in connection therewith (except in an emergency as required by Paragraph 6.17.A),notify City in writing about such condition. B. Possible Price and Time Adjustments Contractor shall not be entitled to any adjustment in the Contract Price or Contract Time if. 1. Contractor knew of the existence of such conditions at the time Contractor made a fina 1 commitment to City with respect to Contract Price and Contract Time by the submission of a Bid or becoming bound under a negotiated contract;or 2. the existence of such condition could reasonably have been discovered or revealed as a result of the examination of the Contract Documents or the Site; or 3. Contractor failed to give the written notice as required by Paragraph 4.03.A. 4.04 Underground Facilities A. Shown or Indicated: The information and data shown or indicated in the Contract Documents with respect to existing Underground Facilities at or contiguous to the Site is based on information and data furnished to City or Engineer by the owners of such Underground Facilities, including City, or by others. Unless it is otherwise expressly provided in the Supplementa ry Conditions: 1. City and Engineer shall not be responsible for the accuracy or completeness of any such information or data provided by others; and 2. the cost of all of the following will be included in the Contract Price, and Contractor shall have full responsibility for: a. reviewing and checking all such information and data; b. locating all Underground Facilities shown or indicated in the Contract Documents; c. coordination and adjustment of the Work with the owners of such Underground Facilities, including City, during construction; and d. the safety and protection of all such Underground Facilities and repairing any damage thereto resulting from the Work. B. Not Shown or Indicated: 1. If an Underground Facility which conflicts with the Work is uncovered or revealed at or contiguous to the Site which was not shown or indicated, or not shown or indicated with reasonable accuracy in the Contract Documents, Contractor shall, promptly after becoming aware thereof and before further disturbing conditions affected thereby or performing any CITY OF FORT WORTH 2O22 ON-CALL STREET LIGHT CONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN t03736 Revised August 23,2021 007200-1 GENERAL CONU IT 10 N S Page 14 of63 Work in connection therewith (except in an emergency as required by Paragraph 6.17.A), identify the owner of such Underground Facility and give notice to that owner and to City. City will review the discovered Underground Facility and determine the extent, if any, to which a change may be required in the Contract Documents to reflect and document the consequences of the existence or location of the Underground Facility. Contractor shall be responsible for the safety and protection of such discovered Underground Facility. 2. If City concludes that a change in the Contract Documents is required, a Change Order may be issued to reflect and document such consequences. 3. Verification of existing utilities, structures, and service lines shall include notification of all utility companies a minimum of 48 hours in advance of construction including exploratory excavation if necessary. 4.05 Reference Points A. City shall provide engineering surveys to establish reference points for construction, which in City's judgment are necessary to enable Contractor to proceed with the Work. City will provide construction stakes or other customary method of marking to establish line and grades for roadway and utility construction, centerlines and benchmarks for bridgework. Contractor shall p otect and preserve the established reference points and property monuments, and shall make no etanges or relocations. Contractor shall report to City whenever any reference point or property monument is lost or destroyed or requires relocation because of necessary changes in grades or locations. The City shall be responsible for the replacement or relocation of reference points or property monuments not carelessly or willfully destroyed by the Contractor. The Contractor sliall notify City in advance and with sufficient time to avoid delays. B. Whenever, in the opinion of the City, any reference point or monument has been carelessly or willfully destroyed, disturbed, or removed by the Contractor or any of his employees, thF full cost for replacing such points plus 25%will be charged against the Contractor,and the full arhount will be deducted from payment due the Contractor. 4.06 Hazardous Environmental Condition at Site A. Reports and Drawings: The Supplementary Conditions identify those reports and drawings known to City relating to Hazardous Environmental Conditions that have been identified at the Site. B. Limited Reliance by Contractor on Technical Data Authorized.• Contractor may rely upon the accuracy of the "technical data" contained in such reports and drawings, but such reports and drawings are not Contract Documents. Such "technical data" is identified in the Suppl menta ry Conditions. Contractor may not make any Contract Claim against City, or any of their officers, directors,members,partners,employees,agents,consultants, or subcontractors with res ect to: 1. the completeness of such reports and drawings for Contractor's purposes, includi but not limited to, any aspects of the means, methods, techniques, sequences and proc6dures of CITY OF FORT WORTH 2O22 ON-CALL STREET LIGHT CO TRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPX 103736 Revised August 23,2021 007200-1 GENERAL CONDITION S Page 15 of 63 construction to be employed by Contractor and safety precautions and programs incident thereto;or 2. other data,interpretations, opinions and information contained in such reports or shown or indicated in such drawings; or 3. any Contractor interpretation of or conclusion drawn from any"technical data"or any such other data,interpretations, opinions or information. C. Contractor shall not be responsible for any Hazardous Environmental Condition uncovered or revealed at the Site which was not shown or indicated in Drawings or Specifications or identifie d in the Contract Documents to be within the scope of the Work. Contractor shall be responsible for a Hazardous Environmental Condition created with any materials brought to the Site by Contractor,Subcontractors, Suppliers, or anyone else for whom Contractor is responsible. D. If Contractor encounters a Hazardous Environmental Condition or if Contractor or anyone for whom Contractor is responsible creates a Hazardous Environmental Condition, Contractor shall immediately: (i) secure or otherwise isolate such condition; (ii) stop all Work in connection with such condition and in any area affected thereby(except in an emergency as required by Paragraph 6.17.A); and (iii) notify City (and promptly thereafter confirm such notice in writing). City may consider the necessity to retain a qualified expert to evaluate such condition or take corrective action, if any. E. Contractor shall not be required to resume Work in connection with such condition or in any affectedarea until after City has obtained any required permits related thereto and delivered written notice to Contractor: (i) specifying that such condition and any affected area is or has been rendered suitable for the resumption of Work; or(ii) specifying any special conditions under whic h such Work may be resumed. F. If after receipt of such written notice Contractor does not agree to resume such Work based on a reasonable belief it is unsafe,or does not agree to resume such Work under such special conditions, then City may order the portion of the Work that is in the area affected by such condition to be deleted from the Work. City may have such deleted portion of the Work performed by City's own forces or others. G. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold harmless City,from and against all claims, costs, losses,and damages(including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to a Hazardous Environmental Condition created by Contractoror by anyoneforwhom Contractor is responsible. Nothing in this Paragraph 4.06.G shall obligate Contractor to indemnify any individual or entity from and against the consequences of that individual's or entity's own negligence. H. The provisions of Paragraphs 4.02, 4.03, and 4.04 do not apply to a Hazardous Environmental Condition uncovered or revealed at the Site. CITY OF FORT WORTH 2O22 ON-CALL STREET LIGHT CONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103736 Revised August 23,2021 007200-1 GENERAL CONDION S Page 16of63 ARTICLE 5—BONDS AND INSURANCE 5.01 Licensed Sureties and Insurers All bonds and insurance required by the Contract Documents to be purchased and maintained by Contractor shall be obtained from surety or insurance companies that are duly licensed or au�iorize d in the State of Texas to issue bonds or insurance policies for the limits and coverages so required. Such surety and insurance companies shall also meet such additional requirements and qualifications as may be provided in the Supplementary Conditions. 5.02 Performance,Payment,and Maintenance Bonds A. Contractor shall furnish performance and payment bonds, in accordance with Texas Government Code Chapter 2253 or successor statute, each in an amount equal to the Contract Price as security for the faithful performance and payment of all of Contractor's obligations under the Contract Documents. B. Contractor shall furnish maintenance bonds in an amount equal to the Contract Price as security to protect the City against any defects in any portion of the Work described in the Contract Documents. Maintenance bonds shall remain in effect for two (2) years after the date of Final Acceptance by the City. C. All bonds shall be in the form prescribed by the Contract Documents except as provided Qtherwise by Laws or Regulations, and shall be executed by such sureties as are named in the list of "Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Companies" as published in Circular 570 (amended) by the Financia 1 Management Service, Surety Bond Branch,U.S. Department of the Treasury.All bonds igned by an agent or attorney-in-fact must be accompanied by a sealed and dated power of atto ey which shall show that it is effective on the date the agent or attorney-in-fact signed each bond. D. If the surety on any bond furnished by Contractor is declared bankrupt or becomes msolYent or its right to do business is terminated in the State of Texas or it ceases to meet the requirements of Paragraph 5.02.C, Contractor shall promptly notify City and shall, within 30 days after the event giving rise to such notification,provide another bond and surety, both of which shall comply with the requirements of Paragraphs 5.01 and 5.02.C. 5.03 Certificates of Insurance Contractor shall deliver to City, with copies to each additional insured and loss payee identified in the Supplementary Conditions, certificates of insurance (other evidence of insurance requested by City or any other additional insured) in at least the minimum amount as specified in the Supplementary Conditions which Contractor is required to purchase and maintain. 1. The certificate of insurance shall document the City, and all identified entities named in the Supplementary Conditions as"Additional Insured"on all liability policies. CITY OF FORT WORTH 2O22 ON-CALL STREET LIGHT CONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103736 Revised August 23,2021 007200-1 GENERAL CONDITION S Page 17 of 63 2. The Contractor's general liability insurance shall include a, "per project" or "per location" , endorsement,which shall be identified in the certificate of insurance provided to the City. 3. The certificate shall be signed by an agent authorized to bind coverage on behalf of the insure d, be complete in its entirety, and show complete insurance carrier names as listed in the current A.M. Best Property&Casualty Guide 4. The insurers for all policies must be licensed and/or approved to do business in the State of Texas. Except for workers' compensation, all insurers must have a minimum rating of A-: VII in the current A. M. Best Key Rating Guide or have reasonably equivalent financia 1 strength and solvency to the satisfaction of Risk Management. If the rating is below that required, written approval of City is required. 5. All applicable policies shall include a Waiver of Subrogation (Rights of Recovery) in favor of the City. In addition, the Contractor agrees to waive all rights of subrogation against the Engineer (if applicable), and each additional insured identified in the Supplementary Conditions 6. Failure of the City to demand such certificates or other evidence of full compliance with the insurance requirements or failure of the City to identify a deficiency from evidence that is provided shall not be construed as a waiver of Contractor's obligation to maintain such line s of insurance coverage. 7. If insurance policies are not written for specified coverage limits, an Umbrella or Excess Liability insurance for any differences is required. Excess Liability shall follow form of the primary coverage. 8. Unless otherwise stated, all required insurance shall be written on the "occurrence basis". If coverage is underwritten on a claims-made basis, the retroactive date shall be coincident with or prior to the date of the effective date of the agreement and the certificate of insurance shall state that the coverage is claims-made and the retroactive date. The insurance coverage shall be maintained for the duration of the Contract and for three (3) years following Fina 1 Acceptance provided under the Contract Documents or for the warranty period, whichever is longer. An annual certificate of insurance submitted to the City shall evidence such insurance coverage. 9. Policies shall have no exclusions by endorsements, which, neither nullify or amend, the required lines of coverage, nor decrease the limits of said coverage unless such endorsements are approved in writing by the City. In the event a Contract has been bid or executed and the exclusions are determined to be unacceptable or the City desires additional insurance coverage, and the City desires the contractor/engineer to obtain such coverage, the contract price shall be adjusted by the cost of the premium for such additional coverage plus 10%. 10. Any self-insured retention (SIR), in excess of $25,000.00, affecting required insurance coverage shall be approved by the City in regards to asset value and stockholders' equity. In CITY OF FORT WORTH 2O22 ON-CALL STREET LIGHT CONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103736 Revised August 23,2021 007200-1 GENERAL COND IT ION S Page 18 of 63 lieu of traditional insurance, alternative coverage maintained through insurance pools or risk retention groups, must also be approved by City. 11. Any deductible in excess of$5,000.00, for any policy that does not provide coverage on a first- dollar basis, must be acceptable to and approved by the City. 12. City, at its sole discretion, reserves the right to review the insurance requirements and to make reasonable adjustments to insurance coverage's and their limits when deemed necessary and prudent by the City based upon changes in statutory law, court decision or the claims history of the industry as well as of the contracting party to the City. The City shall be required to provide prior notice of 90 days, and the insurance adjustments shall be incorporated into the Work by Change Order. 13. City shall be entitled, upon written request and without expense, to receive copies of policie s and endorsements thereto and may make any reasonable requests for deletion or revision or modifications of particular policy terms, conditions, limitations, or exclusions necessary to conform the policy and endorsements to the requirements of the Contract. Deletions„ revisions, or modifications shall not be required where policy provisions are established by law or regulations binding upon either party or the underwriter on any such policies. 14. City shall not be responsible for the direct payment of insurance premium costs for Contractor's insurance. 5.04 Contractor's Insurance A. Work ers Compensation and Employers'Liability. Contractor shall purchase and maintain such insurance coverage with limits consistent with statutory benefits outlined in the Texas Workers' Compensation Act(Texas Labor Code, Ch. 406, as amended), and minimum limits for Finployers' Liability as is appropriate for the Work being performed and as will provide protection from claims set forth below which may arise out of or result from Contractor's performance of the Work and Contractor's other obligations under the Contract Documents, whether it is to be performed by Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts any of them may be liable: 1. claims under workers' compensation, disability benefits, and other similar employee benefit acts; 2. claims for damages because of bodily injury, occupational sickness or disease, or death of Contractor's employees. B. Commercial General Liability. Coverage shall include but not be limited to covering liability (bodily injury or property damage) arising from: premises/operations, independent contractors, products/completed operations, personal injury, and liability under an insured contract. Insurance shall be provided on an occurrence basis, and as comprehensive as the current Insurance Services Office (ISO) policy. This insurance shall apply as primary insurance with respect to any other CITY OF FORT WORTH 2O22 ON-CALL STREET LIGHT CO TRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS C 103736 Revised August 23,2021 007200-1 GENERAL CONDITION S Page 19 of 63 insurance or self-insurance programs afforded to the City. The Commercial General Liability policy, shall have no exclusions by endorsements that would alter of nullify premises/operations, products/completed operations, contractual, personal injury, or advertising injury, which are normally contained with the policy, unless the City approves such exclusions in writing. For construction projects that present a substantial completed operation exposure, the City may require the contractor to maintain completed operations coverage for a minimum of no less than three (3) years following the completion of the project (if identified in the Supplementa ry Conditions). C. Automobile Liability. A commercial business auto policy shall provide coverage on "any auto", defined as autos owned, hired and non-owned and provide indemnity for claims for damages because bodily injury or death of any person and or property damage arising out of the work, maintenance or use of any motor vehicle by the Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts any of them may be liable. D. Railroad Protective Liability. If any of the work or any warranty work is within the limits of railroad right-of-way, the Contractor shall comply with the requirements identified in the Supplementary Conditions. E. Notification of Policy Cancellation: Contractor shall immediately notify City upon cancellation or other loss of insurance coverage. Contractor shall stop work until replacement insurance has been procured. There shall be no time credit for days not worked pursuant to this section. 5.05 Acceptance of Bonds and Insurance; Option to Replace If City has any objection to the coverage afforded by or other provisions of the bonds or insurance required to be purchased and maintained by the Contractor in accordance with Article 5 on the basis of non-conformance with the Contract Documents, the City shall so notify the Contractor in writing within 10 Business Days after receipt of the certificates(or other evidence requested).Contractor shall provide to the City such additional information in respect of insurance provided as the City may reasonably request.If Contractor does not purchase or maintain all of the bonds and insurance required by the Contract Documents, the City shall notify the Contractor in writing of such failure prior to the start of the Work,or of such failure to maintain prior to any change in the required coverage. ARTICLE 6—CONTRACTOR'S RESPONSIBILITIES 6.01 Supervision and Superintendence A. Contractor shall supervise, inspect, and direct the Work competently and efficiently, devoting such attention thereto and applying such skills and expertise as may be necessary to perform the Work in accordance with the Contract Documents. Contractor shall be solely responsible for the means,methods, techniques, sequences,and procedures of construction. CITY OF FORT WORTH 2O22 ON-CALL STREET LIGHT CONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103736 Revised August 23,2021 007200-1 GENERAL 101D 11110I S Pa a 20 of 63 B. At all times during the progress of the Work, Contractor shall assign a competent, �nglish- speaking, Superintendent who shall not be replaced without written notice to City. The Superintendent will be Contractor's representative at the Site and shall have authority to act on behalf of Contractor. All communication given to or received from the Superintendent shall be binding on Contractor. C. Contractor shall notify the City 24 hours prior to moving areas during the sequence of construction. 6.02 Labor; Working Hours A. Contractor shall provide competent, suitably qualified personnel to perform construction as required by the Contract Documents. Contractor shall at all times maintain good discipline and order at the Site. B. Except as otherwise required for the safety or protection of persons or the Work or property at the Site or adjacent thereto, and except as otherwise stated in the Contract Documents, 11 Work at the Site shall be performed during Regular Working Hours. Contractor will not p rmit the performance of Work beyond Regular Working Hours or for Weekend Working Hours without City's written consent (which will not be unreasonably withheld). Written request (by letter or electronic communication) to perform Work: 1. for beyond Regular Working Hours request must be made by noon at least two(2) 4usiness Days prior 2. for Weekend Working Hours request must be made by noon of the preceding Thursday 3. for legal holidays request must be made by noon two Business Days prior to toe legal holiday. 6.03 Services, Materials, and Equipment A. Unless otherwise specified in the Contract Documents, Contractor shall provide and assume full responsibility for all services, materials, equipment, labor, transportation, construction equipme nt and machinery, tools, appliances, fuel, power, light, heat, telephone, water, sanitary acilitie s, temporary facilities, and all other facilities and incidentals necessary for the pe ormance, Contractor required testing, start-up,and completion of the Work. B. All materials and equipment incorporated into the Work shall be as specified or, if not specified, shall be of good quality and new, except as otherwise provided in the Contract Documents. All special warranties and guarantees required by the Specifications shall expressly run to te benefit of City. If required by City, Contractor shall furnish satisfactory evidence (including reports of required tests) as to the source,kind,and quality of materials and equipment. CITY OF FORT WORTH 2O22 ON-CALL STREET LIGHT CONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CIN 103736 Revised August 23,2021 007200-1 GENERAL CONDITION S Page 21 of 63 C. All materials and equipment to be incorporated into the Work shall be stored, applied, installe d, connected, erected, protected, used, cleaned, and conditioned in accordance with instructions of the applicable Supplier, except as otherwise may be provided in the Contract Documents. D. All items of standard equipment to be incorporated into the Work shall be the latest model at the time of bid, unless otherwise specified. 6.04 Project Schedule A. Contractor shall adhere to the Project Schedule established in accordance with Paragraph 2.07 and the General Requirements as it may be adjusted from time to time as provided below. 1. Contractor shall submit to City for acceptance (to the extent indicated in Paragraph 2.07 and the General Requirements)proposed adjustments in the Project Schedule that will not result in changing the Contract Time. Such adjustments will comply with any provisions of the General Requirements applicable thereto. 2. Contractor shall submit to City a monthly Project Schedule with a monthly progress payment for the duration of the Contract in accordance with the schedule specification 01 32 16. 3. Proposed adjustments in the Project Schedule that will change the Contract Time shall be submitted in accordance with the requirements of Article 12. Adjustments in Contract Time may only be made by a Change Order. 6.05 Substitutes and "Or-Equals" A. Whenever an item of material or equipment is specified or described in the Contract Documents by using the name of a proprietary item or the name of a particular Supplier, the specification or description is intended to establish the type, function, appearance, and quality required. Unless the specification or description contains or is followed by words reading that no like, equivalent, or "or-equal" item or no substitution is permitted, other items of material or equipment of other Suppliers may be submitted to City for review under the circumstances described below. 1. "Or-Equal"Items: If in City's sole discretion an item of material or equipment proposed by Contractor is functionally equal to that named and sufficiently similar so that no change in related Work will be required, it may be considered by City as an"or-equal" item, in which case review and approval of the proposed item may, in City's sole discretion, be accomplishe d without compliance with some or all of the requirements for approval of proposed substitute items. For the purposes of this Paragraph 6.05.A.1, a proposed item of material or equipment will be considered functionally equal to an item so named i£ a. the City determines that: 1) it is at least equal in materials of construction, quality, durability, appearance, strength, and design characteristics; CITY OF FORT WORTH 2O22 ON-CALL STREET LIGHT CONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103736 Revised August 23,2021 007200-1 GENERAL CONO IT ION S Paige 22 of 63 2) it will reliably perform at least equally well the function and achieve the results imposed by the design concept of the completed Project as a functioning whole; and 3) it has a proven record of performance and availability of responsive service;and b. Contractor certifies that, if approved and incorporated into the Work: 1) there will be no increase in cost to the City or increase in Contract Time; and 2) it will conform substantially to the detailed requirements of the item named in the Contract Documents. 2. Substitute Items: a. If in City's sole discretion an item of material or equipment proposed by Contractor does not qualify as an "or-equal" item under Paragraph 6.05.A.1, it may be submitted as a proposed substitute item. b. Contractor shall submit sufficient information as provided below to allow City to 4etermine if the item of material or equipment proposed is essentially equivalent to that n med and an acceptable substitute therefor. Requests for review of proposed substitute items of material or equipment will not be accepted by City from anyone other than Contractor. c. Contractor shall make written application to City for review of a proposed substitute item of material or equipment that Contractor seeks to furnish or use. The application shall comply with Section 0125 00 and: 1) shall certify that the proposed substitute item will: a) perform adequately the functions and achieve the results called for by the general design; b) be similar in substance to that specified; c) be suited to the same use as that specified; 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 completion on time; b) whether use of the proposed substitute item in the Work will require a change in any of the Contract Documents (or in the provisions of any other direct contract with City for other work on the Project) to adapt the design to the propose d substitute item; CITY OF FORT WORTH 2O22 ON-CALL STREET LIGHT CO TRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPnLI 103736 Revised August 23,2021 007200-( GENERAL CONDITION S Page 23 of 63 c) whether incorporation or use of the proposed substitute item in connection with the Work is subject to payment of any license fee or royalty; and 3) will identify: a) all variations of the proposed substitute item from that specified; b) available engineering, sales,maintenance, repair,and replacement services;and 4) shall contain an itemized estimate of all costs or credits that will result directly or indirectly from use of such substitute item, including costs of redesign and Damage Claims of other contractors affected by any resulting change. B.Substitute Construction Methods or Procedures: If a specific means,method,technique,sequence, or procedure of construction is expressly required by the Contract Documents, Contractor may furnish or utilize a substitute means, method, technique, sequence, or procedure of construction approved by City. Contractor shall submit sufficient information to allow City, in City's sole discretion, to determine that the substitute proposed is equivalent to that expressly called for by the Contract Documents. Contractor shall make written application to City for review in the same manner as those provided in Paragraph 6.05.A.2. C. City's Evaluation: City will be allowed a reasonable time within which to evaluate each proposal or submittal made pursuant to Paragraphs 6.05.A and 6.05.13. City may require Contractor to furnish additional data about the proposed substitute. City will be the sole judge of acceptability. No "or-equal" or substitute will be ordered, installed or utilized until City's review is complete , which will be evidenced by a Change Order in the case of a substitute and an accepted Submitta 1 for an"or-equal." City will advise Contractor in writing of its determination. D. Special Guarantee: City may require Contractor to furnish at Contractor's expense a special performance guarantee, warranty, or other surety with respect to any substitute. Contractor shall indemnify and hold harmless City and anyone directly or indirectly employed by them from and against any and all claims, damages, losses and expenses(including attorneys fees)arising out of the use of substituted materials or equipment. E. City's Cost Reimbursement: City will record City's costs in evaluating a substitute proposed or submitted by Contractor pursuant to Paragraphs 6.05.A.2 and 6.05.B. Whether or not City approves a substitute so proposed or submitted by Contractor, Contractor may be required to reimburse City for evaluating each such proposed substitute. Contractor may also be required to reimburse City for the charges for making changes in the Contract Documents(or in the provisions of any other direct contract with City) resulting from the acceptance of each proposed substitute. F. Contractor's Expense: Contractor shall provide all data in support of any proposed substitute or "or-equal" at Contractor's expense. CITY OF FORT WORTH 2O22 ON-CALL STREET LIGHT CONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103736 Revised August 23,2021 00 72 00-1 GENERAL COND It ION S Paige 24 of 63 G. City Substitute Reimbursement:Costs(savings or charges)attributable to acceptance of a substitute shall be incorporated to the Contract by Change Order. H. Time Extensions:No additional time will be granted for substitutions. 6.06 Concerning Subcontractors, Suppliers, and Others A. Contractor shall perform with his own organization, work of a value not less than 35% of the value embraced on the Contract,unless otherwise approved by the City. B. Contractor shall not employ any Subcontractor, Supplier, or other individual or entity, whether initially or as a replacement, against whom City may have reasonable objection. Contractor shall not be required to employ any Subcontractor, Supplier, or other individual or entity to furnish or perform any of the Work against whom Contractor has reasonable objection (excluding those acceptable to City as indicated in Paragraph 6.06.C). C. The City may from time to time require the use of certain Subcontractors, Suppliers, or other individua is or entities on the project, and will provide such requirements in the Suppldmenta ry Conditions. D. Minority Business Enterprise Compliance: It is City policy to ensure the full and equitable participation by Minority Business Enterprises(MBE) in the procurement of goods and services on a contractual basis. If the Contract Documents provide for a MBE goal, Contractor iI required to comply with the intent of the City's MBE Ordinance(as amended)by the following: 1. Contractor shall, upon request by City, provide complete and accurate information regarding actual work performed by a MBE on the Contract and payment therefor. 2. Contractor will not make additions, deletions, or substitutions of accepted MBE without written consent of the City. Any unjustified change or deletion shall be a material breach of Contract and may result in debarment in accordance with the procedures outlined in the Ordinance. 3. Contractor shall, upon request by City, allow an audit and/or examination of any books,records, or files in the possession of the Contractor that will substantiate the actual work performed by an MBE. Material misrepresentation of any nature will be grounds for termination of the Contract in accordance with Paragraph 15.02.A. Any such misrepresentation may be grounds for disqualification of Contractor to bid on future contracts with the City for a period of not less than three years. E. Contractor shall be fully responsible to City for all acts and omissions of the Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Work just as Contractor is responsible for Contractor's own acts and omissions. Nothing in the Contract Documents: CITY OF FORT WORTH 2O22 ON-CALL STREET LIGHT CONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103736 Revised August 23,2021 007200-1 GENERAL CONDITION S Page 25 of 63 1. shall create for the benefit of any such Subcontractor, Supplier, or other individual or entity any contractual relationship between City and any such Subcontractor, Supplier or other individual or entity; nor 2. shall create any obligation on the part of City to pay or to see to the payment of any moneys due any such Subcontractor, Supplier,or other individual or entity except as may otherwise be required by Laws and Regulations. F.Contractor shall be solely responsible for scheduling and coordinating the Work of Subcontractors, Suppliers, and other individua is or entities performing or furnishing any of the Work under a direct or indirect contract with Contractor. G. All Subcontractors, Suppliers, and such other individuals or entities performing or furnishing any of the Work shall communicate with City through Contractor. H. All Work performed for Contractor by a Subcontractor or Supplier will be pursuant to an appropriate agreement between Contractor and the Subcontractor or Supplier which specifically binds the Subcontractor or Supplier to the applicable terms and conditions of the Contract Documents for the benefit of City. 6.07 Wage Rates A. Duty to pay Prevailing Wage Rates. The Contractor shall comply with all requirements of Chapter 2258, Texas Government Code (as amended), including the payment of not less than the rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258. Such prevailing wage rates are included in these Contract Documents. B. Penalty for Violation. A Contractor or any Subcontractor who does not pay the prevailing wage shall, upon demand made by the City, pay to the City $60 for each worker employed for each calendar day or part of the day that the worker is paid less than the prevailing wage rates stipulated in these contract documents. This penalty shall be retained by the City to offset its administrative costs,pursuant to Texas Government Code 2258.023. C. Complaints of Violations and City Determination of Good Cause. On receipt of information, including a complaint by a worker, concerning an alleged violation of 2258.023, Texas Government Code, by a Contractor or Subcontractor, the City shall make an initia 1 determination, before the 31st day after the date the City receives the information, as to whether good cause exists to believe that the violation occurred. The City shall notify in writing the Contractor or Subcontractor and any affected worker of its initial determination. Upon the City's determination that there is good cause to believe the Contractor or Subcontractor has violate d Chapter 2258, the City shall retain the full amounts claimed by the claimant or claimants as the difference between wages paid and wages due under the prevailing wage rates,such amounts being subtracted from successive progress payments pending a final determination of the violation. CITY OF FORT WORTH 2O22 ON-CALL STREET LIGHT CONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103736 Revised August 23,2021 007200-1 GENERAL CONO IT ION S Page 26 of 63 D.Arbitration Required if Violation Not Resolved. An issue relating to an alleged violation of Section 2258.023, Texas Government Code, including a penalty owed to the City or an affected worker, shall be submitted to binding arbitration in accordance with the Texas General Arbitration Act (Article 224 et seq., Revised Statutes) if the Contractor or Subcontractor and any affected worker does not resolve the issue by agreement before the 15th day after the date the City makes its initia 1 determination pursuant to Paragraph C above. If the persons required to arbitrate under this section do not agree on an arbitrator before the 1 lth day after the date that arbitration is required, a district court shall appoint an arbitrator on the petition of any of the persons. The City is not a party in the arbitration. The decision and award of the arbitrator is final and binding on all parties and may be enforced in any court of competent jurisdiction. E. Records to be Maintained. The Contractor and each Subcontractor shall,for a period of three (3) years following the date of acceptance of the work, maintain records that show (i) the name and occupation of each worker employed by the Contractor in the construction of the Work provide d for in this Contract; and (ii) the actual per diem wages paid to each worker. The records shall be open at all reasonable hours for inspection by the City. The provisions of Paragraph 6.21, Right to Audit, shall pertain to this inspection. F. Progress Payments. With each progress payment or payroll period, whichever is less, the Contractor shall submit an affidavit stating that the Contractor has complied with the requirements of Chapter 2258, Texas Government Code. G. Posting of Wage Rates. The Contractor shall post prevailing wage rates in a conspicuous place at all times. H. Subcontractor Compliance. The Contractor shall include in its subcontracts and/or shall otherwise require all of its Subcontractors to comply with Paragraphs A through G above. 6.08 Patent Fees and Royalties A. Contractor shall pay all license fees and royalties and assume all costs incident to the use in the performance of the Work or the incorporation in the Work of any invention, design, �rocess, product, or device which is the subject of patent rights or copyrights held by others. If a particula r invention, design,process,product, or device is specified in the Contract Documents for use in the performance of the Work and if, to the actual knowledge of City, its use is subject to patle t rights or copyrights calling for the payment of any license fee or royalty to others, the existence of such rights shall be disclosed by City in the Contract Documents. Failure of the City to disclose such information does not relieve the Contractor from its obligations to pay for the use of said fees or royalties to others. B. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify apd hold harmless City,from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and cell court or arbitration or other dispute resolution costs) arising out of or relating to any infringement of patent rights or copyrights incident to the use in the performance of the Work or resultingfrom CITY OF FORT WORTH 2O22 ON-CALL STREET LIGHT CON CT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103736 Revised August 23,2021 007200-1 GENERAL CONDITION S Page 27 of 63 the incorporation in the Work of any invention, design,process,product, or device not specified in the Contract Documents. 6.09 Permits and Utilities A. Contractor obtained permits and licenses. Contractor shall obtain and pay for all construction permits and licenses except those provided for in the Supplementary Conditions or Contract Documents. City shall assist Contractor, when necessary, in obtaining such permits and licenses. Contractor shall pay all governmental charges and inspection fees necessary for the prosecution of the Work which are applicable at the time of opening of Bids, or, if there are no Bids, on the Effective Date of the Agreement, except for permits provided by the City as specified in 6.09.B. City shall pay all charges of utility owners for connections for providing permanent service to the Work. B. City obtainedpermits and licenses.City will obtain and pay for all permits and licenses as provide d for in the Supplementary Conditions or Contract Documents. It will be the Contractor's responsibility to carry out the provisions of the permit. If the Contractor initiates changes to the Contract and the City approves the changes,the Contractor is responsible for obtaining clearances and coordinating with the appropriate regulatory agency. The City will not reimburse the Contractor for any cost associated with these requirements of any City acquired permit. The following are permits the City will obtain if required: 1. Texas Department of Transportation Permits 2. U.S.Army Corps of Engineers Permits 3. Texas Commission on Environmental Quality Permits 4. Railroad Company Permits C. Outstanding permits and licenses. The City anticipates acquisition of and/or access to permits and licenses. Any outstanding permits and licenses are anticipated to be acquired in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding permits and licenses. 6.10 Laws and Regulations A. Contractor shall give all notices required by and shall comply with all Laws and Regulations applicable to the performance of the Work. Except where otherwise expressly required by applicable Laws and Regulations, the City shall not be responsible for monitoring Contractor's compliance with any Laws or Regulations. B. If Contractor performs any Work knowing or having reason to know that it is contrary to Laws or Regulations, Contractor shall bear all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers,architects,attorneys, and other professionals and all CITY OF FORT WORTH 2O22 ON-CALL STREET LIGHT CONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103736 Revised August 23,2021 007200-1 GENERAL CONDITION S Page 28 of 63 court or arbitration or other dispute resolution costs) arising out of or relating to sucli Work. However, it shall not be Contractor's responsibility to make certain that the Specifications and Drawings are in accordance with Laws and Regulations, but this shall not relieve Contractor of Contractor's obligations under Paragraph 3.02. C. Changes in Laws or Regulations not known at the time of opening of Bids having an effect on the cost or time of performance of the Work may be the subject of an adjustment in Contract Price or Contract Time. 6.11 Taxes A. On a contract awarded by the City, an organization which qualifies for exemption p suant to Texas Tax Code, Subchapter H, Sections 151.301-335 (as amended),the Contractor may chase, rent or lease all materials, supplies and equipment used or consumed in the performance of this contract by issuing to his supplier an exemption certificate in lieu of the tax, said exemption certificate to comply with State Comptroller's Ruling .007. Any such exemption certificate issued to the Contractor in lieu of the tax shall be subject to and shall comply with the provisiop of State Comptroller's Ruling .011, and any other applicable rulings pertaining to the Texas Tax Code, Subchapter H. B. Texas Tax permits and information may be obtained from: 1. Comptroller of Public Accounts Sales Tax Division Capitol Station Austin,TX 78711;or 2. http://www.window.state.tx.us/taxinfo/taxforms/93-forms.html 6.12 Use of Site and Other Areas A. Limitation on Use of Site and Other Areas: 1. Contractor shall confine construction equipment, the storage of materials and equipment, and the operations of workers to the Site and other areas permitted by Laws and Regulations, and shall not unreasonably encumber the Site and other areas with construction equipment or other materials or equipment. Contractor shall assume full responsibility for any damage to .any such land or area, or to the owner or occupant thereof, or of any adjacent land or areas resulting from the performance of the Work. 2. At any time when, in the judgment of the City,the Contractor has obstructed or closed or is carrying on operations in a portion of a street, right-of-way, or easement greater than is necessary for proper execution of the Work, the City may require the Contractor to finish the section on which operations are in progress before work is commenced on any additiona 1 area of the Site. CITY OF FORT WORTH 2O22 ON-CALL STREET LIGHT CO TRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103736 Revised August 23,2021 007200-1 GENERAL CONDITION S Page 29 of 63 3. Should any Damage Claim be made by any such owner or occupant because of the performance of the Work,Contractor shall promptly attempt to resolve the Damage Claim. 4. Pursuant to Paragraph 6.21, Contractor shall indemnify and hold harmless City,from and against all claims, costs, losses, and damages arising out of or relating to any claim or action, legal or equitable, brought by any such owner or occupant against City. B. Removal of Debris During Performance of the Work: During the progress of the Work Contractor shall keep the Site and other areas free from accumulations of waste materials,rubbish, and other debris. Removal and disposal of such waste materials, rubbish, and other debris shall conform to applicable Laws and Regulations. C. Site Maintenance Cleaning: 24 hours after written notice is given to the Contractor that the clean-up on the job site is proceeding in a manner unsatisfactory to the City, if the Contractor fails to correct the unsatisfactory procedure, the City may take such direct action as the City deems appropriate to correct the clean-up deficiencies cited to the Contractor in the written notice (by letter or electronic communication), and the costs of such direct action, plus 25 % of such costs,shall be deducted from the monies due or to become due to the Contractor. D. Final Site Cleaning: Prior to Final Acceptance of the Work Contractor shall clean the Site and the Work and make it ready for utilization by City or adjacent property owner. At the completion of the Work Contractor shall remove from the Site all tools, appliances, construction equipme nt and machinery, and surplus materials and shall restore to original condition or better all property disturbed by the Work. E. Loading Structures: Contractor shall not load nor permit any part of any structure to be loaded in any manner that will endanger the structure, nor shall Contractor subject any part of the Work or adjacent property to stresses or pressures that will endanger it. 6.13 Record Documents A. Contractor shall maintain in a safe place at the Site or in a place designated by the Contractor and approved by the City, one (1) record copy of all Drawings, Specifications, Addenda, Change Orders, Field Orders, and written interpretations and clarifications in good order and annotated to show changes made during construction. These record documents together with all approved Samples and a counterpart of all accepted Submittals will be available to City for reference. Upon completion of the Work, these record documents, any operation and maintenance manuals, and Submittals will be delivered to City prior to Final Inspection. Contractor shall include accurate locations for buried and imbedded items. 6.14 Safety and Protection A. Contractor shall be solely responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the Work. Such responsibility does not relieve Subcontractors of their responsibility for the safety of persons or property in the performance of their work, nor for compliance with applicable safety Laws and Regulations. Contractor shall CITY OF FORT WORTH 2O22 ON-CALL STREET LIGHT CONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN I03736 Revised August 23,2021 00 72 00- GENERAL COND IT[ON S Page 30 of 63 take all necessary precautions for the safety of, and shall provide the necessary protection to prevent damage, injury or loss to: 1. all persons on the Site or who may be affected by the Work; 2. all the Work and materials and equipment to be incorporated therein, whether in storage on or off the Site; and 3. other property at the Site or adjacent thereto, including trees, shrubs, lawns, walks, pavements, roadways, structures, utilities, and Underground Facilities not desiglated for removal, relocation, or replacement in the course of construction. B. Contractor shall comply with all applicable Laws and Regulations relating to the safety of persons or property, or to the protection of persons or property from damage, injury, or loss; and shall erect and maintain all necessary safeguards for such safety and protection. Contractor shall notify owners of adjacent property and of Underground Facilities and other utility owners when prosecution of the Work may affect them, and shall cooperate with them in the protection, removal, relocation, and replacement of their property. C. Contractor shall comply with the applicable requirements of City's safety programs, if any. D. Contractor shall inform City of the specific requirements of Contractor's safety program, if any, with which City's employees and representatives must comply while at the Site. E. All damage, injury, or loss to any property referred to in Paragraph 6.14.A.2 or 6.14.A.3 caused, directly or indirectly, in whole or in part,.by Contractor, any Subcontractor, Supplier, or any other individual or entity directly or indirectly employed by any of them to perform any of the Work, or anyone for whose acts any of them may be liable,shall be remedied by Contractor. F. Contractor's duties and responsibilities for safety and for protection of the Work shall continue until such time as all the Work is completed and City has accepted the Work. 6.15 Safety Representative Contractor shall inform City in writing of Contractor's designated safety representative at the Site. 6.16 Hazard Communication Programs Contractor shall be responsible for coordinating any exchange of material safety data sheets or other hazard communication information required to be made available to or exchanged between or among employers in accordance with Laws or Regulations. 6.17 Emergencies and/or Rectification A. In emergencies affecting the safety or protection of persons or the Work or property at he Site or adjacent thereto, Contractor is obligated to act to prevent threatened damage, injury, or loss. Contractor shall give City prompt written notice if Contractor believes that any significant CITY OF FORT WORTH 2O22 ON-CALL STREET LIGHT CONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CP 103736 Revised August 23,2021 007200-1 GENERAL CONDITION S Page 31 of 63 changes in the Work or variations from the Contract Documents have been caused thereby or are required as a result thereof.If City determines that a change in the Contract Documents is required because of the action taken by Contractor in response to such an emergency,a Change Order may be issued. B. Should the Contractor fail to respond to a request from the City to rectify any discrepancies, omissions, or correction necessary to conform with the requirements of the Contract Documents, the City shall give the Contractor written notice that such work or changes are to be performed. The written notice shall direct attention to the discrepant condition and request the Contractor to take remedial action to correct the condition. In the event the Contractor does not take positive steps to fulfill this written request, or does not show just cause for not taking the proper action, within 24 hours,the City may take such remedial action with City forces or by contract. The City shall deduct an amount equal to the entire costs for such remedial action, plus 25%, from any funds due or become due the Contractor on the Project. 6.18 Submittals A. Contractor shall submit required Submittals to City for review and acceptance in accordance with the accepted Schedule of Submittals (as required by Paragraph 2.07). Each submittal will be identified as City may require. 1. Submit number of copies specified in the General Requirements. 2. Data shown on the Submittals will be complete with respect to quantities, dimensions, specifie d performance and design criteria, materials, and similar data to show City the services, materials, and equipment Contractor proposes to provide and to enable City to review the information for the limited purposes required by Paragraph 6.18.C. 3. Submittals submitted as herein provided by Contractor and reviewed by City for conformance with the design concept shall be executed in conformity with the Contract Documents unless otherwise required by City. 4. When Submittals are submitted for the purpose of showing the installation in greater detail, their review shall not excuse Contractor from requirements shown on the Drawings and Specifications. 5. For-Information-Only submittals upon which the City is not expected to conduct review or take responsive action may be so identified in the Contract Documents. 6. Submit required number of Samples specified in the Specifications. 7. Clearly identify each Sample as to material, Supplier, pertinent data such as catalog numbers, the use for which intended and other data as City may require to enable City to review the submittal for the limited purposes required by Paragraph 6.18.C. CITY OF FORT WORTH 2O22 ON-CALL STREET LIGHT CONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103736 Revised August 23,2021 007200-1 GENERAL CONE i i ION S Page 32 of 63 B. Where a Submittal is required by the Contract Documents or the Schedule of Submittals, any related Work performed prior to City's review and acceptance of the pertinent submittal will be at the sole expense and responsibility of Contractor. C. City's Review: 1. City will provide timely review of required Submittals in accordance with the Schedule of Submittals acceptable to City. City's review and acceptance will be only to determine if the items covered by the submittals will, after installation or incorporation in the Work, conform to the information given in the Contract Documents and be compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. 2. City's review and acceptance will not extend to means, methods, techniques, sequences, or procedures of construction (except where a particular means, method, technique, sequence, or procedure of construction is specifically and expressly called for by the Contract Documents) or to safety precautions or programs incident thereto. The review and acceptance of a separate item as such will not indicate approval of the assembly in which the item functions. 3. City's review and acceptance shall not relieve Contractor from responsibility for any variation from the requirements of the Contract Documents unless Contractor has complie d with the requirements of Section 01 33 00 and City has given written acceptance of each such variation by specific written notation thereof incorporated in or accompanying the Submittal. City's review and acceptance shall not relieve Contractor from responsibility for complying with the requirements of the Contract Documents. 6.19 Continuing the Work Except as otherwise provided, Contractor shall carry on the Work and adhere to the Project Schedule during all disputes or disagreements with City. No Work shall be delayed or postpone pending resolution of any disputes or disagreements, except as City and Contractor may otherwis agree in writing. 6.20 Contractor's General Warranty and Guarantee A. Contractor warrants and guarantees to City that all Work will be in accordance with the Contract Documents and will not be defective. City and its officers, directors, members, partners, employees, agents, consultants, and subcontractors shall be entitled to rely on representation of Contractor's warranty and guarantee. B. Contractor's warranty and guarantee hereunder excludes defects or damage caused by: 1. abuse,modification, or improper maintenance or operation by persons other than Contractor, Subcontractors, Suppliers, or any other individual or entity for whom Contractor is responsible; or CITY OF FORT WORTH 2O22 ON-CALL STREET LIGHT CONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS C'PN 103736 Revised August 23,2021 007200-1 GENERAL CONDITION S Page 33 of 63 2. normal wear and tear under normal usage. C. Contractor's obligation to perform and complete the Work in accordance with the Contract Documents shall be absolute. None of the following will constitute an acceptance of Work that is not in accordance with the Contract Documents or a release of Contractor's obligation to perform the Work in accordance with the Contract Documents: 1. observations by City; 2. recommendation or payment by City of any progress or final payment; 3. the issuance of a certificate of Final Acceptance by City or any payment related thereto by City; 4. use or occupancy of the Work or any part thereof by City; 5. any review and acceptance of a Submittal by City; 6. any inspection, test,or approval by others;or 7. any correction of defective Work by City. D. The Contractor shall remedy any defects or damages in the Work and pay for any damage to other work or property resulting therefrom which shall appear within a period of two (2) years from the date of Final Acceptance of the Work unless a longer period is specified and shall furnish a good and sufficient maintenance bond, complying with the requirements of Article 5.02.13.The City will give notice of observed defects with reasonable promptness. 6.21 Inde mnification A. Contractor covenants and agre es to inde mnify, hold harmle ss and de fe nd, at its own expense,the City,its officers, servants and employees,from and against any and all claims arising out of, or alle ged to arise out of, the work and se rvices to be pe rforme d by the Contractor, its officers, agents, employees, subcontractors, licenses or invitees under this Contract. THIS INDEMNIFICATION PROVISION IS SPECIFICALLY INTENDED TO OPERATE. AND BE EFFECTIVE EVEN IF IT IS ALLEGED OR PROVEN THAT ALL OR SOME OF THE DAMAGES BEING SOUGHT WERE CAUSED.IN WHOLE OR IN PART, BY ANY ACT. OMISSION OR NEGLIGENCE, OF THE CITY. This inde mnity provision is intended to include,without limitation, indemnity for costs,expenses and legal fees incurred by the City in defending against such claims and causes of actions. B. Contractorcovenants and agrees to indemnifyand hold harmless,at its own expense,the City, its officers,servants and employees,from and against any and all loss,damage or destruction of property of the City, arising out of, or alleged to arise out of,the work and services to be pe rforme d by the Contractor, its office rs, age nts, a mployees, subcontractors, licensees or invitees under this Contract. THIS INDEMNIFICATION PROVISION IS CITY OF FORT WORTH 2O22 ON-CALL STREET LIGHT CONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103736 Revised August 23,2021 007200-1 GENERAL COND i i ION S Page 34 of 63 SrECILICALLY INTENDED TO OPERATE AND BE EFFECTIVE EVEN IF IT IS ALLEGED OR PROVEN THAT ALL OR SOME OF THE DAMAGES13EING SOUGHT WERE CAUSED, IN WHOLE OR IN PART. BY ANY ALL OMISSION OR NEGLIGENCE OF THE CITY. 6.22 Delegation of Professional Design Services A. Contractor will not be required to provide professional design services unless such services are specifically required by the Contract Documents for a portion of the Work or unless such services are required to carry out Contractor's responsibilities for construction means,methods, techniques, sequences and procedures. B. If professional design services or certifications by a design professional related to systems, materials or equipment are specifically required of Contractor by the Contract Documents, City will specify all performance and design criteria that such services must satisfy. Contractor shall cause such services or certifications to be provided by a properly licensed professional, whose signature and seal shall appear on all drawings, calculations, specifications, certifica.uons, and Submittals prepared by such professional. Submittals related to the Work designed or ce�rtified by such professional, if prepared by others, shall bear such professional's written approval when submitted to City. C. City shall be entitled to rely upon the adequacy, accuracy and completeness of the services, certifications or approvals performed by such design professionals,provided City has specifie d to Contractor performance and design criteria that such services must satisfy. D. Pursuant to this Paragraph 6.22, City's review and acceptance of design calculations and design drawings will be only for the limited purpose of checking for conformance with performance and design criteria given and the design concept expressed in the Contract Documents. City's review and acceptance of Submittals (except design calculations and design drawings) will be only for the purpose stated in Paragraph 6.18.C. 6.23 Right to Audit A. The Contractor agrees that the City shall, until the expiration of three (3) years after Tina 1 payment under this Contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers, and records of the Contractor involving transactions relating to this Contract. Contractor agrees that the City shall have access during Regular Working Hours to all necessary Contractor facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this Paragraph. The City shall give Contractor reasonable advance notice of intended audits. B. Contractor further agrees to include in all its subcontracts hereunder a provision to the ffect that the subcontractor agrees that the City shall, until the expiration of three (3) years a1er fina I payment under this Contract, have access to and the right to examine and photocopy ar y directly pertinent books, documents, papers, and records of such Subcontractor, involving transactions to the subcontract, and further, that City shall have access during Regular Working Hours to all CITY OF FORT WORTH 2O22 ON-CALL STREET LIGHT CO CT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 103736 Revised August 23,2021 007200-1 GENERAL CONDITION S Page 35 of 63 Subcontractor facilities, and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this Paragraph. The City shall give Subcontractor reasonable advance notice of intended audits. C. Contractor and Subcontractor agree to photocopy such documents as may be requested by the City. The City agrees to reimburse Contractor for the cost of the copies as follows at the rate published in the Texas Administrative Code in effect as of the time copying is performed. 6.24 Nondiscrimination A. The City is responsible for operating Public Transportation Programs and implementing transit- related projects, which are funded in part with Federal financial assistance awarded by the U.S. Department of Transportation and the Federal Transit Administration (FTA), without discriminating against any person in the United States on the basis of race,color, or national origin. B. Title VI, Civil Rights Act of 1964 as amended: Contractor shall comply with the requirements of the Act and the Regulations as further defined in the Supplementary Conditions for any project receiving Federal assistance. ARTICLE 7—OTHER WORK AT THE SITE 7.01 Related Work at Site A. City may perform other work related to the Project at the Site with City's employees, or other City contractors,or through other direct contracts therefor, or have other work performed by utility owners. If such other work is not noted in the Contract Documents, then written notice thereof will be given to Contractor prior to starting any such other work; and B. Contractor shall afford each other contractor who is a party to such a direct contract, each utility owner, and City, if City is performing other work with City's employees or other City contractors, proper and safe access to the Site,provide a reasonable opportunity for the introduction and storage of materials and equipment and the execution of such other work, and properly coordinate the Work with theirs. Contractor shall do all cutting, fitting, and patching of the Work that may be required to properly connect or otherwise make its several parts come together and properly integrate with such other work. Contractor shall not endanger any work of others by cutting, excavating, or otherwise altering such work; provided, however,that Contractor may cut or alter others'work with the written consent of City and the others whose work will be affected. C. If the proper execution or results of any part of Contractor's Work depends upon work performed by others under this Article 7, Contractor shall inspect such other work and promptly report to City in writing any delays, defects, or deficiencies in such other work that render it unavailable or unsuitable for the proper execution and results of Contractor's Work. Contractor's failure to so report will constitute an acceptance of such other work as fit and proper for integration with Contractor's Work except for latent defects in the work provided by others. CITY OF FORT WORTH 2O22 ON-CALL STREET LIGHT CONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103736 Revised August 23,2021 007200-1 GENERAL CONDITION S Page 36 of 63 7.02 Coordination A. If City intends to contract with others for the performance of other work on the Project at the Site,the following will be set forth in Supplementary Conditions: 1. the individual or entity who will have authority and responsibility for coordination of the activities among the various contractors will be identified; 2. the specific matters to be covered by such authority and responsibility will be itemized; and 3. the extent of such authority and responsibilities will be provided. B. Unless otherwise provided in the Supplementary Conditions, City shall have authority for such coordination. ARTICLE 8—CITY'S RESPONSIBILITIES 8.01 Communications to Contractor Except as otherwise provided in the Supplementary Conditions, City shall issue all communications to Contractor. 8.02 Furnish Data City shall timely furnish the data required under the Contract Documents. 8.03 Pay When Due City shall make payments to Contractor in accordance with Article 14. 8.04 Lands and Easements;Reports and Tests City's duties with respect to providing lands and easements and providing engineering surveys to establish reference points are set forth in Paragraphs 4.01 and 4.05. Paragraph 4.02 refers to City's identifying and making available to Contractor copies of reports of explorations and tests of subsurface conditions and drawings of physical conditions relating to existing surface or subsurface structures at or contiguous to the Site that have been utilized by City in preparing the Contract Documents. 8.05 Change Orders City shall execute Change Orders in accordance with Paragraph 10.03. 8.06 Inspections, Tests, and Approvals City's responsibility with respect to certain inspections, tests, and approvals is set forth in Paragraph 13.03. CITY OF FORT WORTH 2O22 ON-CALL STREET LIGHT COIT TRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103736 Revised August 23,202I 00 72 00-1 GENERAL CONDITION S Page 37 of 63 8.07 Limitations on City's Responsibilities A. The City shall not supervise, direct, or have control or authority over, nor be responsible for, Contractor's means, methods, techniques, sequences, or procedures of construction, or the safety precautions and programs incident thereto, or for any failure of Contractor to comply with Laws and Regulations applicable to the performance of the Work. City will not be responsible for Contractor's failure to perform the Work in accordance with the Contract Documents. B. City will notify the Contractor of applicable safety plans pursuant to Paragraph 6.14. 8.08 Undisclosed Hazardous Environmental Condition City's responsibility with respect to an undisclosed Hazardous Environmental Condition is set forth in Paragraph 4.06. 8.09 Compliance with Safety Program While at the Site, City's employees and representatives shall comply with the specific applicable requirements of Contractor's safety programs of which City has been informed pursuant to Paragraph 6.14. ARTICLE 9—CITY'S OBSERVATION STATUS DURING CONSTRUCTION 9.01 City's Project Manager City will provide one or more Project Manager(s) during the construction period. The duties and responsibilities and the limitations of authority of City's Project Manager during construction are set forth in the Contract Documents. The City's Project Manager for this Contract is identified in the Supplementary Conditions. 9.02 Visits to Site A. City's Project Manager will make visits to the Site at intervals appropriate to the various stages of construction as City deems necessary in order to observe the progress that has been made and the quality of the various aspects of Contractor's executed Work. Based on information obtained during such visits and observations, City's Project Manager will determine, in general, if the Work is proceeding in accordance with the Contract Documents. City's Project Manager will not be required to make exhaustive or continuous inspections on the Site to check the quality or quantity of the Work. City's Project Manager's efforts will be directed toward providing City a greater degree of confidence that the completed Work will conform generally to the Contract Documents. B. City's Project Manager's visits and observations are subject to all the limitations on authority and responsibility in the Contract Documents including those set forth in Paragraph 8.07. CITY OF FORT WORTH 2O22 ON-CALL STREET LIGHT CONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103736 Revised August 23,2021 007200-1 GENERAL CONDITION S Page 38 of63 9.03 Authorized Variations in Work City's Project Manager may authorize minor variations in the Work from the requirements of the Contract Documents which do not involve an adjustment in the Contract Price or the Contract Time and are compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. These may be accomplished by a Field Order and will be binding on City and also on Contractor,who shall perform the Work involved promptly. 9.04 Rejecting Defective Work City will have authority to reject Work which City's Project Manager believes to be defective, or will not produce a completed Project that conforms to the Contract Documents or that will pre' dice the integrity of the design concept of the completed Project as a functioning whole as indicat d by the Contract Documents.City will have authority to conduct special inspection or testing of the Work as provided in Article 13, whether or not the Work is fabricated, installed, or completed. 9.05 Determinations for Work Performed Contractor will determine the actual quantities and classifications of Work performed. City's Project Manager will review with Contractor the preliminary determinations on such matters before{'endering a written recommendation. City's written decision will be final (except as modified to reflect changed factual conditions or more accurate data). 9.06 Decisions on Requirements of Contract Documents and Acceptabil ity of Work A. City will be the initial interpreter of the requirements of the Contract Documents and judge of the acceptability of the Work thereunder. B. City will render a written decision on any issue referred. C. City's written decision on the issue referred will be final and binding on the Contractor, subject to the provisions of Paragraph 10.06. ARTICLE 10—CHANGES IN THE WORK; CLAIMS; EXTRA WORK 10.01 Authorized Changes in the Work A. Without invalidating the Contract and without notice to any surety, City may, at any time or from time to time, order Extra Work. Upon notice of such Extra Work, Contractor shall promptly proceed with the Work involved which will be performed under the applicable conditions of the Contract Documents (except as otherwise specifically provided). Extra Work shall be memorialized by a Change Order which may or may not precede an order of Extra wok. B. For minor changes of Work not requiring changes to Contract Time or Contract PricF, a Field Order may be issued by the City. CITY OF FORT WORTH 2O22 ON-CALL STREET LIGHT COVTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPT 103736 Revised August 23,2021 007200-1 GENERAL CONDITION S Page 39 of 63 10.02 Unauthorized Changes in the Work Contractor shall not be entitled to an increase in the Contract Price or an extension of the Contract Time with respect to any work performed that is not required by the Contract Documents as amended, modified, or supplemented as provided in Paragraph 3.04, except in the case of an emergency as provided in Paragraph 6.17. 10.03 Execution of Change Orders A. City and Contractor shall execute appropriate Change Orders covering: 1. changes in the Work which are: (i)ordered by City pursuant to Paragraph 10.01.A,(ii)required because of acceptance of defective Work under Paragraph 13.08 or City's correction of defective Work under Paragraph 13.09,or(iii) agreed to by the parties; 2. changes in the Contract Price or Contract Time which are agreed to by the parties, including any undisputed sum or amount of time for Work actually performed. 10.04 Extra Work A. Should a difference arise as to what does or does not constitute Extra Work, or as to the payment thereof,and the City insists upon its performance,the Contractor shall proceed with the work after making written request for written orders and shall keep accurate account of the actual reasonable cost thereof. Contract Claims regarding Extra Work shall be made pursuant to Paragraph 10.06. B. The Contractor shall furnish the City such installation records of all deviations from the origina 1 Contract Documents as may be necessary to enable the City to prepare for permanent record a corrected set of plans showing the actual installation. C. The compensation agreed upon for Extra Work whether or not initiated by a Change Order shall be a full, complete and final payment for all costs Contractor incurs as a result or relating to the change or Extra Work, whether said costs are known, unknown, foreseen or unforeseen at that time, including without limitation, any costs for delay, extended overhead, ripple or impact cost, or any other effect on changed or unchanged work as a result of the change or Extra Work. 10.05 Notification to Surety If the provisions of any bond require notice to be given to a surety of any change affecting the general scope of the Work or the provisions of the Contract Documents (including, but not limited to, Contract Price or Contract Time), the giving of any such notice will be Contractor's responsibility. The amount of each applicable bond will be adjusted by the Contractor to reflect the effect of any such change. CITY OF FORT WORTH 2O22 ON-CALL STREET LIGHT CONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103736 Revised August 23,2021 007200-1 GENERAL CONDITIONS Page 40 of 63 10.06 Contract Claims Process A. City's Decision Required: All Contract Claims, except those waived pursuant to Paragraph 14.09, shall be referred to the City for decision. A decision by City shall be required as a condition precedent to any exercise by Contractor of any rights or remedies he may otherwise have under the Contract Documents or by Laws and Regulations in respect of such Contract Claims. B. Notice: 1. Written notice stating the general nature of each Contract Claim shall be delivered by the Contractor to City no later than 15 days after the start of the event giving rise thereto. The responsibility to substantiate a Contract Claim shall rest with the party making the Contract Claim. 2. Notice of the amount or extent of the Contract Claim, with supporting data shall be delivere d to the City on or before 45 days from the start of the event giving rise thereto (unless the City allows additional time for Contractor to submit additional or more accurate data in support of such Contract Claim). 3. A Contract Claim for an adjustment in Contract Price shall be prepared in accordance with the provisions of Paragraph 12.01. 4. A Contract Claim for an adjustment in Contract Time shall be prepared in accordance with the provisions of Paragraph 12.02. 5. Each Contract Claim shall be accompanied by Contractor's written statement that the adjustment claimed is the entire adjustment to which the Contractor believes it is entitled as a result of said event. 6. The City shall submit any response to the Contractor within 30 days after receipt of the claimant's last submittal (unless Contract allows additional time). C. City's Action: City will review each Contract Claim and, within 30 days after receipt of the last submittal of the Contractor, if any,take one of the following actions in writing: 1. deny the Contract Claim in whole or in part; 2. approve the Contract Claim;or 3. notify the Contractor that the City is unable to resolve the Contract Claim if, in the City's sole discretion, it would be inappropriate for the City to do so. For purposes of further resolution of the Contract Claim, such notice shall be deemed a denial. CITY OF FORT WORTH 2O22 ON-CALL STREET LIGHT COINfRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103736 Revised August 23,2021 00 72 00-1 GENERAL COND IT ION S Page 41 of 63 D. City's written action under Paragraph 10.06.0 will be final and binding, unless City or Contractor invoke the dispute resolution procedure set forth in Article 16 within 30 days of such action or denial. E. No Contract Claim for an adjustment in Contract Price or Contract Time will be valid if not submitted in accordance with this Paragraph 10.06. ARTICLE 11 —COST OF THE WORK;ALLOWANCES; UNIT PRICE WORK;PLANS QUANTITY MEASUREMENT 11.01 Cost of the Work A. Costs Included.• The term Cost of the Work means the sum of all costs, except those excluded in Paragraph 11.01.B, necessarily incurred and paid by Contractor in the proper performance of the Work. When the value of any Work covered by a Change Order, the costs to be reimbursed to Contractor will be only those additional or incremental costs required because of the change in the Work. Such costs shall not include any of the costs itemized in Paragraph 11.013, and shall include but not be limited to the following items: 1. Payroll costs for employees in the direct employ of Contractor in the performance of the Work under schedules of job classifications agreed upon by City and Contractor. Such employees shall include, without limitation, superintendents, foremen, and other personnel employed full time on the Work. Payroll costs for employees not employed full time on the Work shall be apportioned on the basis of their time spent on the Work. Payroll costs shall include; a. salaries with a 55% markup, or b. salaries and wages plus the cost of fringe benefits, which shall include social security contributions, unemployment, excise, and payroll taxes, workers' compensation, health and retirement benefits, bonuses, sick leave, vacation and holiday pay applicable thereto. The expenses of performing Work outside of Regular Working Hours, Weekend Working Hours, or legal holidays, shall be included in the above to the extent authorize d by City. 2. Cost of all materials and equipment furnished and incorporated in the Work, including costs of transportation and storage thereof, and Suppliers' field services required in connection therewith. 3. Rentals of all construction equipment and machinery, and the parts thereof whether rented from Contractor or others in accordance with rental agreements approved by City, and the costs of transportation, loading, unloading, assembly, dismantling, and removal thereof. All such costs shall be in accordance with the terms of said rental agreements. The rental of any such equipment, machinery, or parts shall cease when the use thereof is no longer necessary for the Work. CITY OF FORT WORTH 2O22 ON-CALL STREET LIGHT CONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103736 Revised August 23,2021 007200-1 GENERAL CONE IT ION S Page 42 of 63 4. Payments made by Contractor to Subcontractors for Work performed by Subcontractors. If required by City, Contractor shall obtain competitive bids from subcontractors acceptable to City and Contractor and shall deliver such bids to City,who will then determine, which bids, if any, will be acceptable. If any subcontract provides that the Subcontractor is to be paid on the basis of Cost of the Work plus a fee, the Subcontractor's Cost of the Work and fee shall be determined in the same manner as Contractor's Cost of the Work and fee as pr•gvided in this Paragraph 11.01. 5. Costs of special consultants (including but not limited to engineers, architects, testing laboratories, surveyors, attorneys, and accountants) employed for services specifically related to the Work. 6. Supplemental costs including the following: a. The proportion of necessary transportation, travel, and subsistence expenses of Contractor's employees incurred in discharge of duties connected with the Work. b. Cost, including transportation and maintenance, of all materials, supplies, equipment, machinery, appliances, office, and temporary facilities at the Site, and hand tools not owned by the workers,which are consumed in the performance of the Work:, and cost,less market value, of such items used but not consumed which remain the property of Contractor. c. Sales, consumer, use, and other similar taxes related to the Work, and fpr which Contractor is liable not covered under Paragraph 6.11, as imposed by Laws and Regulations. d. Deposits lost for causes other than negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, and royalty payments and fees for permits and licenses. e. Losses and damages (and related expenses) caused by damage to the Work, not compensated by insurance or otherwise, sustained by Contractor in connection with the performance of the Work, provided such losses and damages have resulted from causes other than the negligence of Contractor, any Subcontractor, or anyone directly or lndirec tly employed by any of them or for whose acts any of them may be liable. Such losses shall include settlements made with the written consent and approval of City. No such losses, damages, and expenses shall be included in the Cost of the Work for the purpose of determining Contractor's fee. f. The cost of utilities, fuel, and sanitary facilities at the Site. g. Minor expenses such as telegrams, long distance telephone calls, telephone and communication services at the Site, express and courier services, and similar petty cash items in connection with the Work. CITY OF FORT WORTH 2O22 ON-CALL STREET LIGHT CO TRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPX 103736 Revised August 23,2021 007200-1 GENERAL CONDITION S Page 43 of 63 h. The costs of premiums for all bonds and insurance Contractor is required by the Contract Documents to purchase and maintain. B. Costs Excluded:The term Cost of the Work shall not include any of the following items: 1. Payroll costs and other compensation of Contractor's officers, executives, principals (of partnerships and sole proprietorships), general managers, safety managers, engineers, architects, estimators, attorneys, auditors, accountants, purchasing and contracting agents, expediters, timekeepers, clerks, and other personnel employed by Contractor, whether at the Site or in Contractor's principal or branch office for general administration of the Work and not specifically included in the agreed upon schedule of job classifications referred to in Paragraph 11.0I.A.1 or specifically covered by Paragraph 11.0I.A.4, all of which are to be considered administrative costs covered by the Contractor's fee. 2. Expenses of Contractor's principal and branch offices other than Contractor's office at the Site. 3. Any part of Contractor's capital expenses, including interest on Contractor's capital employed for the Work and charges against Contractor for delinquent payments. 4. Costs due to the negligence of Contractor, any Subcontractor, or anyone directly or indirec tly employed by any of them or for whose acts any of them may be liable, including but not limited to, the correction of defective Work, disposal of materials or equipment wrongly supplied, and making good any damage to property. 5. Other overhead or general expense costs of any kind. C. Contractor's Fee: When all the Work is performed on the basis of cost-plus, Contractor's fee shall be determined as set forth in the Agreement. When the value of any Work covered by a Change Order for an adjustment in Contract Price is determined on the basis of Cost of the Work, Contractor's fee shall be determined as set forth in Paragraph 12.01.C. D. Documentation: Whenever the Cost of the Work for any purpose is to be determined pursuant to Paragraphs 11.0 LA and 11.01.13, Contractor will establish and maintain records thereof in accordance with generally accepted accounting practices and submit in a form acceptable to City an itemized cost breakdown together with supporting data. 11.02 Allowances A. Specified Allowance: It is understood that Contractor has included in the Contract Price all allowances so named in the Contract Documents and shall cause the Work so covered to be performed for such sums and by such persons or entities as may be acceptable to City. B. Pre-bid Allowances: 1. Contractor agrees that: CITY OF FORT WORTH 2O22 ON-CALL STREET LIGHT CONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103736 Revised August 23,2021 007200-1 GENERAL CONDITIONS Page 44 of 63 a. the pre-bid allowances include the cost to Contractor of materials and equipment required by the allowances to be delivered at the Site,and all applicable taxes; and b. Contractor's costs for unloading and handling on the Site, labor, installation, overhead, profit, and other expenses contemplated for the pre-bid allowances have been included in the allowances, and no demand for additional payment on account of any of the foregoing will be valid. C. Contingency Allowance:Contractor agrees that a contingency allowance,if any, is for the sole use of City. D. Prior to final payment, an appropriate Change Order will be issued to reflect actual amounts due Contractor on account of Work covered by allowances, and the Contract Price shall be correspondingly adjusted. 11.03 Unit Price Work A. Where the Contract Documents provide that all or part of the Work is to be Unit Price Work, initially the Contract Price will be deemed to include for all Unit Price Work an amour equal to the sum of the unit price for each separately identified item of Unit Price Work times the Estimated quantity of each item as indicated in the Agreement. B. The estimated quantities of items of Unit Price Work are not guaranteed and are solely for the purpose of comparison of Bids and determining an initial Contract Price. Determinations of the actual quantities and classifications of Unit Price Work performed by Contractor will be made by City subject to the provisions of Paragraph 9.05. C. Each unit price will be deemed to include an amount considered by Contractor to be adequate to cover Contractor's overhead and profit for each separately identified item. Work described in the Contract Documents, or reasonably inferred as required for a functionally complete installation, but not identified in the listing of unit price items shall be considered incidental to unit price work listed and the cost of incidental work included as part of the unit price. D. City may make an adjustment in the Contract Price in accordance with Paragraph 12.01 if- 1. the quantity of any item of Unit Price Work performed by Contractor differs materially and significantly from the estimated quantity of such item indicated in the Agreement; and 2. there is no corresponding adjustment with respect to any other item of Work. E. Increased or Decreased Quantities: The City reserves the right to order Extra Work in accordance with Paragraph 10.01. 1. If the changes in quantities or the alterations do not significantly change the chIaracter of work under the Contract Documents, the altered work will be paid for at the Contract unit price. CITY OF FORT WORTH 2O22 ON-CALL STREET LIGHT CONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103736 Revised August 23,2021 007200-1 GENERAL CONDITION S Page 45 of 63 2. If the changes in quantities or alterations significantly change the character of work, the Contract will be amended by a Change Order. 3. If no unit prices exist,this will be considered Extra Work and the Contract will be amended by a Change Order in accordance with Article 12. 4. A significant change in the character of work occurs when: a. the character of work for any Item as altered differs materially in kind or nature from that in the Contract or b. a Major Item of work varies by more than 25% from the original Contract quantity. 5. When the quantity of work to be done under any Major Item of the Contract is more than 125% of the original quantity stated in the Contract, then either party to the Contract may request an adjustment to the unit price on the portion of the work that is above 125%. 6. When the quantity of work to be done under any Major Item of the Contract is less than 75% of the original quantity stated in the Contract, then either party to the Contract may request an adjustment to the unit price. 11.04 Plans Quantity Measurement A. Plans quantities may or may not represent the exact quantity of work performed or material moved, handled, or placed during the execution of the Contract. The estimated bid quantities are designated as final payment quantities, unless revised by the governing Section or this Article. B. If the quantity measured as outlined under"Price and Payment Procedures" varies by more than 25% (or as stipulated under "Price and Payment Procedures" for specific Items) from the tota 1 estimated quantity for an individual Item originally shown in the Contract Documents, an adjustment may be made to the quantity of authorized work done for payment purposes. The party to the Contract requesting the adjustment will provide field measurements and calculations showing the final quantity for which payment will be made. Payment for revised quantity will be made at the unit price bid for that Item,except as provided for in Article 10. C. When quantities are revised by a change in design approved by the City, by Change Order, or to correct an error,or to correct an error on the plans,the plans quantity will be increasedor decreased by the amount involved in the change,and the 25%variance will apply to the new plans quantity. D. If the total Contract quantity multiplied by the unit price bid for an individual Item is less than $250 and the Item is not originally a plans quantity Item, then the Item may be paid as a plans quantity Item if the City and Contractor agree in writing to fix the final quantity as a plans quantity. CITY OF FORT WORTH 2O22 ON-CALL STREET LIGHT CONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103736 Revised August 23,2021 00 72 00-1 GENERAL CONDITION S Page 46 of63 E. For callout work or non-site specific Contracts,the plans quantity measurement requirements are not applicable. ARTICLE 12—CHANGE OF CONTRACT PRICE; CHANGE OF CONTRACT TIME 12.01 Change of Contract Price A. The Contract Price may only be changed by a Change Order. B. The value of any Work covered by a Change Order will be determined as follows: 1. where the Work involved is covered by unit prices contained in the Contract Docu ents, by application of such unit prices to the quantities of the items involved (subject to the pfovisions of Paragraph 11.03); or 2. where the Work involved is not covered by unit prices contained in the Contract Documents, by a mutually agreed lump sum or unit price (which may include an allowance for overhead and profit not necessarily in accordance with Paragraph 12.0l.C.2), and shall include the cost of any secondary impacts that are foreseeable at the time of pricing the cost of Extra Work; or 3. where the Work involved is not covered by unit prices contained in the Contract D cuments and agreement to a lump sum or unit price is not reached under Paragraph 12.01.B , on the basis of the Cost of the Work (determined as provided in Paragraph 11.01)plus a Co tractor's fee for overhead and profit(determined as provided in Paragraph 12.01.C). C. Contractor's Fee: The Contractor's additional fee for overhead and profit shall be determined as follows: 1. a mutually acceptable fixed fee;or 2. if a fixed fee is not agreed upon,then a fee based on the following percentages of the various portions of the Cost of the Work: a. for costs incurred under Paragraphs 11.0I.A.1, 11.01.A.2. and 11.0I.A.3, the Contractor's additional fee shall be 15 percent except for: 1) rental fees for Contractor's own equipment using standard rental rates; 2) bonds and insurance; b. for costs incurred under Paragraph 11.0l.A.4 and 11.01.A.5, the Contractor's fee shall be five percent(50/o); 1) where one or more tiers of subcontracts are on the basis of Cost of the W rk plus a fee and no fixed fee is agreed upon, the intent of Paragraphs 12.01 M.a and 12.0l.C.2.b is that the Subcontractor who actually performs the Work, at whatever CITY OF FORT WORTH 2O22 ON-CALL STREET LIGHT CO TRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS C7 103736 Revised August 23,2021 007200-1 GENERAL CONDITION S Page 47 of 63 tier, will be paid a fee of 15 percent of the costs incurred by such Subcontractor under Paragraphs 11.0I.A.1 and 11.0I.A.2 and that any higher tier Subcontractor and Contractor will each be paid a fee of five percent (5%) of the amount paid to the next lower tier Subcontractor, however in no case shall the cumulative total of fees paid be in excess of 25%; c. no fee shall be payable on the basis of costs itemized under Paragraphs 11.0l.A.6, and 11.01.13; d. the amount of credit to be allowed by Contractor to City for any change which results in a net decrease in cost will be the amount of the actual net decrease in cost plus a deduction in Contractor's fee by an amount equal to five percent(50/6) of such net decrease. 12.02 Change of Contract Time A. The Contract Time may only be changed by a Change Order. B. No extension of the Contract Time will be allowed for Extra Work or for claimed delay unless the Extra Work contemplated or claimed delay is shown to be on the critical path of the Project Schedule or Contractor can show by Critical Path Method analysis how the Extra Work or claime d delay adversely affects the critical path. 12.03 Delays A. Where Contractor is reasonably delayed in the performance or completion of any part of the Work within the Contract Time due to delay beyond the control of Contractor, the Contract Time may be extended in an amount equal to the time lost due to such delay if a Contract Claim is made therefor. Delays beyond the control of Contractor shall include, but not be limited to, acts or neglect by City, acts or neglect of utility owners or other contractors performing other work as contemplated by Article 7, fires, floods, epidemics, abnormal weather conditions, or acts of God. Such an adjustment shall be Contractor's sole and exclusive remedy for the delays described in this Paragraph. B. If Contractor is delayed, City shall not be liable to Contractor for any claims, costs, losses, or damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) sustained by Contractor on or in connection with any other project or anticipated project. C. Contractor shall not be entitled to an adjustment in Contract Price or Contract Time for delays within the control of Contractor. Delays attributable to and within the control of a Subcontractor or Supplier shall be deemed to be delays within the control of Contractor. D. The Contractor shall receive no compensation for delays or hindrances to the Work, except when direct and unavoidable extra cost to the Contractor is caused by the failure of the City to provide information or material, if any,which is to be furnished by the City. CITY OF FORT WORTH 2O22 ON-CALL STREET LIGHT CONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103736 Revised August 23,2021 007200-1 GENERAL CONE 1 ION S Page 48 of 63 ARTICLE 13—TESTS AND INSPECTIONS; CORRECTION,REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK 13.01 Notice of Defects Notice of all defective Work of which City has actual knowledge will be given to Contractor. Defective Work may be rejected,corrected,or accepted as provided in this Article 13. 13.02 Access to Work City, independent testing laboratories, and governmental agencies with jurisdictiona I intents will have access to the Site and the Work at reasonable times for their observation, inspection, and testing. Contractor shall provide them proper and safe conditions for such access and advise them of Contractor's safety procedures and programs so that they may comply therewith as applicable. 13.03 Tests and Inspections A. Contractor shall give City timely notice of readiness of the Work for all required inspections, tests, or approvals and shall cooperate with inspection and testing personnel to facilitate require d inspections or tests. B. If Contract Documents, Laws or Regulations of any public body having jurisdiction require any of the Work (or part thereof) to be inspected, tested, or approved, Contractor shall assume full responsibility for arranging and obtaining such independent inspections,tests, retests or approvals, pay all costs in connection therewith, and furnish City the required certificates of inspection or approval; excepting, however, those fees specifically identified in the Supplementary Conditions or any Texas Department of Licensure and Regulation(TDLR) inspections,which shall be paid as described in the Supplementary Conditions. C. Contractor shall be responsible for arranging and obtaining and shall pay all costs in connection with any inspections, tests, re-tests, or approvals required for City's acceptance of materials or equipment to be incorporated in the Work; or acceptance of materials, mix designs, or equipme nt submitted for approval prior to Contractor's purchase thereof for incorporation in the Work. Such inspections, tests, re-tests, or approvals shall be performed by organizations acceptable to City. D. City may arrange for the services of an independent testing laboratory ("Testing Lab") to perform any inspections or tests ("Testing") for any part of the Work, as determined solely by City. 1. City will coordinate such Testing to the extent possible, with Contractor; 2. Should any Testing under this Section 13.03 D result in a "fail", "did not pass" or other similar negative result,the Contractor shall be responsible for paying for any and 11 retests. Contractor's cancellation without cause of City initiated Testing shall be deemed ;negative result and require a retest. CITY OF FORT WORTH 2O22 ON-CALL STREET LIGHT CO TRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CP�103736 Revised August 23,2021 007200-1 GENERAL CONDITION S Page 49 of 63 3. Any amounts owed for any retest under this Section 13.03 D shall be paid directly to the Testing Lab by Contractor. City will forward all invoices for retests to Contractor. 4. If Contractor fails to pay the Testing Lab, City will not issue Final Payment until the Testing Lab is paid. E. If any Work (or the work of others) that is to be inspected, tested, or approved is covered by Contractor without written concurrence of City, Contractor shall, if requested by City, uncover such Work for observation. F. Uncovering Work as provided in Paragraph 13.03.E shall be at Contractor's expense. G. Contractor shall have the right to make a Contract Claim regarding any retest or invoice issued under Section 13.03 D. 13.04 Uncovering Work A. If any Work is covered contrary to the Contract Documents or specific instructions by the City, it must, if requested by City, be uncovered for City's observation and replaced at Contractor's expense. B. If City considers it necessary or advisable that covered Work be observed by City or inspected or tested by others, Contractor, at City's request, shall uncover, expose, or otherwise make available for observation, inspection, or testing as City may require, that portion of the Work in question, furnishing all necessary labor,material, and equipment. 1. If it is found that the uncovered Work is defective, Contractor shall pay all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) arising out of or relating to such uncovering, exposure, observation, inspection, and testing, and of satisfactory replacement or reconstruction (including but not limited to all costs of repair or replacement of work of others);or City shall be entitled to accept defective Work in accordance with Paragraph 13.08 in which case Contractor shall still be responsible for all costs associated with exposing, observing, and testing the defective Work. 2. If the uncovered Work is not found to be defective, Contractor shall be allowed an increase in the Contract Price or an extension of the Contract Time, or both,directly attributable to such uncovering, exposure, observation, inspection, testing,replacement,and reconstruction. 13.05 City May Stop the Work If the Work is defective, or Contractor fails to supply sufficient skilled workers or suitable materials or equipment, or fails to perform the Work in such a way that the completed Work will conform to the Contract Documents, City may order Contractor to stop the Work,or any portion thereof, until the cause for such order has been eliminated; however,this right of City to stop the Work shall not give rise to any duty on the part of City to exercise this right for the benefit of Contractor, any CITY OF FORT WORTH 2O22 ON-CALL STREET LIGHT CONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103736 Revised August 23,2021 007200-1 GENERAL CONO IT 10N S Page 50 of 63 Subcontractor,any Supplier,any other individual or entity,or any surety for,or employee or agent of any of them. 13.06 Correction or Removal of Defective Work A. Promptly after receipt of written notice, Contractor shall correct all defective Work p suant to an acceptable schedule,whether or not fabricated, installed,or completed, or, if the Work as u been rejected by City, remove it from the Project and replace it with Work that is not efective. Contractor shall pay all claims, costs, additional testing, losses, and damages (includin 77 but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to such correction or removal (including but not limited to all costs of repair or replacement of work o�others). Failure to require the removal of any defective Work shall not constitute acceptance of such Work. B. When correcting defective Work under the terms of this Paragraph 13.06 or Paragraph 13.07, Contractor shall take no action that would void or otherwise impair City's special warranty and guarantee, if any,on said Work. 13.07 Correction Period A. If within two(2)years after the date of Final Acceptance(or such longer period of time as may be prescribed by the terms of any applicable special guarantee required by the Contract Documents), any Work is found to be defective, or if the repair of any damages to the land or areas made available for Contractor's use by City or permitted by Laws and Regulations as contemplated in Paragraph 6.10.A is found to be defective, Contractor shall promptly, without cost to City and in accordance with City's written instructions: 1. repair such defective land or areas;or 2. correct such defective Work;or 3. if the defective Work has been rejected by City, remove it from the Project and replace it with Work that is not defective,and 4. satisfactorily correct or repair or remove and replace any damage to other Work, to the work of others or other land or areas resulting therefrom. B. If Contractor does not promptly comply with the terms of City's written instruction, or in an emergency where delay would cause serious risk of loss or damage, City may have the defective Work corrected or repaired or may have the rejected Work removed and replaced. �11 claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) arising out of or relating to such correction or repair or such removal and replacement(includi g but not limited to all costs of repair or replacement of work of others)will be paid by Contractoi. CITY OF FORT WORTH 2O22 ON-CALL STREET LIGHT CONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 103736 Revised August 23,2021 007200-1 GENERAL CONDITION S Page 51 of 63 C. In special circumstances where a particular item of equipment is placed in continuous service before Final Acceptance of all the Work,the correction period for that item may start to run from an earlier date if so provided in the Contract Documents. D. Where defective Work (and damage to other Work resulting therefrom) has been corrected or removed and replaced under this Paragraph 13.07, the correction period hereunder with respect to such Work may be required to be extended for an additional period of one year after the end of the initial correction period. City shall provide 30 days written notice to Contractor should such additional warranty coverage be required. Contractor may dispute this requirement by filing a Contract Claim, pursuant to Paragraph 10.06. E. Contractor's obligations under this Paragraph 13.07 are in addition to any other obligation or warranty. The provisions of this Paragraph 13.07 shall not be construed as a substitute for, or a waiver of,the provisions of any applicable statute of limitation or repose. 13.08 Acceptance of Defective Work If, instead of requiring correction or removal and replacement of defective Work, City prefers to accept it, City may do so. Contractor shall pay all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) attributable to City's evaluation of and determination to accept such defective Work and for the diminished value of the Work to the extent not otherwise paid by Contractor. If any such acceptance occurs prior to Final Acceptance, a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work, and City shall be entitled to an appropriate decrease in the Contract Price, reflecting the diminished value of Work so accepted. 13.09 City May Correct Defective Work A. If Contractor fails within a reasonable time after written notice from City to correct defective Work, or to remove and replace rejected Work as required by City in accordance with Paragraph 13.06.A, or if Contractor fails to perform the Work in accordance with the Contract Documents, or if Contractor fails to comply with any other provision of the Contract Documents, City may, after seven(7)days written notice to Contractor,correct,or remedy any such deficiency. B. In exercising the rights and remedies under this Paragraph 13.09, City shall proceed expeditiously. In connection with such corrective or remedial action, City may exclude Contractor from all or part of the Site, take possession of all or part of the Work and suspend Contractor's services related thereto, and incorporate in the Work all materials and equipment incorporated in the Work, stored at the Site or for which City has paid Contractor but which are stored elsewhere. Contractor shall allow City, City's representatives, agents, consultants, employees, and City's other contractors, access to the Site to enable City to exercise the rights and remedies under this Paragraph. C. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects,attorneys,and other professionals and all court or other dispute resolution CITY OF FORT WORTH 2O22 ON-CALL STREET LIGHT CONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103736 Revised August 23,2021 007200-1 GENERAL COND IT ION S Page 52 of63 costs) incurred or sustained by City in exercising the rights and remedies under this Paragraph 13.09 will be charged against Contractor, and a Change Order will be issued incorpor tmg the necessary revisions in the Contract Documents with respect to the Work; and City shall b�entitled to an appropriate decrease in the Contract Price. D. Contractor shall not be allowed an extension of the Contract Time because of any delay in the performance of the Work attributable to the exercise of City's rights and remedies under this Paragraph 13.09. ARTICLE 14—PAYMENTS TO CONTRACTOR AND COMPLETION 14.01 Schedule of Values The Schedule of Values for lump sum contracts established as provided in Paragraph 2.07 will serve as the basis for progress payments and will be incorporated into a form of Application for Payment acceptable to City. Progress payments on account of Unit Price Work will be based on the number of units completed. 14.02 Progress Payments A. Applications for Payments: 1. Contractor is responsible for providing all information as required to become a vend)r of the City. 2. At least 20 days before the date established in the General Requirements for each progress payment, Contractor shall submit to City for review an Application for Payment filled out and signed by Contractor covering the Work completed as of the date of the Application and accompanied by such supporting documentation as is required by the Contract Documents. 3. If payment is requested on the basis of materials and equipment not incorporated in the Work but delivered and suitably stored at the Site or at another location agreed to in writing, the Application for Payment shall also be accompanied by a bill of sale, invoice, or other documentation warranting that City has received the materials and equipment free and clear of all Liens and evidence that the materials and equipment are covered by appropriate insurance or other arrangements to protect City's interest therein, all of which must be satisfactory to City. 4. Beginning with the second Application for Payment, each Application shall include affidavit of Contractor stating that previous progress payments received on account of the ;ork have been applied on account to discharge Contractor's legitimate obligations associated with prior Applications for Payment. 5. The amount of retainage with respect to progress payments will be as described in subsection C. unless otherwise stipulated in the Contract Documents. CITY OF FORT WORTH 2O22 ON-CALL STREET LIGHT CONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS C*103736 Revised August 23,2021 007200-1 GENERAL CONDITION S Page 53 of 63 B. Review of Applications: 1. City will, after receipt of each Application for Payment, either indicate in writing a recommendation of payment or return the Application to Contractor indicating reasons for refusing payment. In the latter case, Contractor may make the necessary corrections and resubmit the Application. 2. City's processing of any payment requested in an Application for Payment will be based on City's observations of the executed Work,and on City's review of the Application for Payment and the accompanying data and schedules,that to the best of City's knowledge: a. the Work has progressed to the point indicated; b. the quality of the Work is generally in accordance with the Contract Documents (subject to an evaluation of the Work as a functioning whole prior to or upon Final Acceptance, the results of any subsequent tests called for in the Contract Documents, a final determination of quantities and classifications for Work performed under Paragraph 9.05, and any other qualifications stated in the recommendation). 3. Processing any such payment will not thereby be deemed to have represented that: a. inspections made to check the quality or the quantity of the Work as it has been performed have been exhaustive, extended to every aspect of the Work in progress, or involved detailed inspections of the Work beyond the responsibilities specifically assigned to City in the Contract Documents; or b. there may not be other matters or issues between the parties that might entitle Contractor to be paid additionally by City or entitle City to withhold payment to Contractor;or c. Contractor has complied with Laws and Regulations applicable to Contractor's performance of the Work. 4. City may refuse to process the whole or any part of any payment because of subsequently discovered evidence or the results of subsequent inspections or tests, and revise or revoke any such payment previously made, to such extent as may be necessary to protect City from loss because: a. the Work is defective or completed Work has been damaged by the Contractor or subcontractors requiring correction or replacement; b. discrepancies in quantities contained in previous applications for payment; c. the Contract Price has been reduced by Change Orders; d. City has been required to correct defective Work or complete Work in accordance with Paragraph 13.09; or CITY OF FORT WORTH 2O22 ON-CALL STREET LIGHT CONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103736 Revised August 23,2021 007200-1 GENERAL CONO IT ION S Page 54 of 63 e. City has actual knowledge of the occurrence of any of the events enumerated in Paragraph 15.02.A. C. Retainage: 1. For contracts less than $400,000 at the time of execution, retainage shall be ten percent (10%). 2. For contracts greater than $400,000 at the time of execution, retainage shall be five percent (5%). D. Liquidated Damages. For each calendar day that any work shall remain uncompleted after the time specified in the Contract Documents, the sum per day specified in the Agreement will be assessed against the monies due the Contractor, not as a penalty, but as damages suffered by the City. E. Payment: Contractor will be paid pursuant to the requirements of this Article 14 and payment will become due in accordance with the Contract Documents. F. Reduction in Payment: 1. City may refuse to make payment of the amount requested because: a. Liens have been filed in connection with the Work, except where Contractor has delivere d a specific bond satisfactory to City to secure the satisfaction and discharge of such Liens; b. there are other items entitling City to a set-off against the amount recommended; or c. City has actual knowledge of the occurrence of any of the events enumerated in Paragraphs 14.02.B.4.a through 14.02.B.4.e or Paragraph 15.02.A. 2. If City refuses to make payment of the amount requested, City will give ContractoQr written notice stating the reasons for such action and pay Contractor any amount remaihing after deduction of the amount so withheld. City shall pay Contractor the amount so withheld, or any adjustment thereto agreed to by City and Contractor, when Contractor remedies the reasons for such action. 14.03 Contractor's Warranty of Title Contractor warrants and guarantees that title to all Work, materials, and equipment covered by any Application for Payment, whether incorporated in the Project or not, will pass to City no lat6r than the time of payment free and clear of all Liens. CITY OF FORT WORTH 2O22 ON-CALL STREET LIGHT COr$TRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103736 Revised August 23,2021 007200-1 GENERAL CONDITION S Page 55 of 63 14.04 Partial Utilization A. Prior to Final Acceptance of all the Work, City may use or occupy any part of the Work which has specifically been identified in the Contract Documents, or which City determines constitutes a separately functioning and usable part of the Work that can be used for its intended purpose without significant interference with Contractor's performance of the remainder of the Work. City at any time may notify Contractor in writing to permit City to use or occupy any such part of the Work which City determines to be ready for its intended use,subject to the following conditions: 1. Contractor at any time may notify City in writing that Contractor considers any such part of the Work ready for its intended use. 2. Within a reasonable time after notification as enumerated in Paragraph 14.05.A.1, City and Contractor shall make an inspection of that part of the Work to determine its status of completion. If City does not consider that part of the Work to be substantially complete, City will notify Contractor in writing giving the reasons therefor. 3. Partial Utilization will not constitute Final Acceptance by City. 14.05 Final Inspection A. Upon written notice from Contractor that the entire Work is Subs t a ntia lly Complete in accordance with the Contract Documents: 1. Within 10 days,City will schedule a Final Inspection with Contractor. 2. City will notify Contractor in writing of all particulars in which this inspection reveals that the Work is incomplete or defective ("Punch List Items"). Contractor shall immediately take such measures as are necessary to complete such Work or remedy such deficiencies. B. No time charge will be made against the Contractor between said date of notification to the City of Substantial Completion and the date of Final Inspection. 1. Should the City determine that the Work is not ready for Final Inspection, City will notify the Contractor in writing of the reasons and Contract Time will resume. 2. Should the City concur that Substantial Completion has been achieved with the exception of any Punch List Items, Contract Time will resume for the duration it takes for Contractor to achieve Final Acceptance. 14.06 Final Acceptance Upon completion by Contractor to City's satisfaction, of any additional Work identified in the Final Inspection, City will issue to Contractor a letter of Final Acceptance. CITY OF FORT WORTH 2O22 ON-CALL STREET LIGHT CONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103736 Revised August 23,2021 007200-1 GENERAL CONDITION S Page 56 of 63 14.07 Final Payment A. Application for Payment: 1. Upon Final Acceptance, and in the opinion of City, Contractor may make an application for final payment following the procedure for progress payments in accordance with the Contract Documents. 2. The final Application for Payment shall be accompanied(except as previously delivered) by: a. all documentation called for in the Contract Documents, including but not limited to the evidence of insurance required by Paragraph 5.03; b. consent of the surety,if any,to final payment; c, a list of all pending or released Damage Claims against City that Contractor be�ieves are unsettled; and d. affidavits of payments and complete and legally effective releases or waivers (satisfactory to City) of all Lien rights arising out of or Liens filed in connection with the Work. B. Payment Becomes Due: 1. After City's acceptance of the Application for Payment and accompanying documentation, requested by Contractor, less previous payments made and any sum City is entitle d, including but not limited to liquidated damages,will become due and payable. 2. After all Damage Claims have been resolved: a. directly by the Contractor or; b. Contractor provides evidence that the Damage Claim has been reported to Contractor's insurance provider for resolution. 3. The making of the final payment by the City shall not relieve the Contractor of any guarantees or other requirements of the Contract Documents which specifically continue thereafter. 14.08 Final Completion Delayed and Partial Retainage Release A. If final completion of the Work is significantly delayed, and if City so confirms, City ay, upon receipt of Contractor's final Application for Payment, and without terminating the Con act, make payment of the balance due for that portion of the Work fully completed and accepted. If the remaining balance to be held by City for Work not fully completed or corrected is less than the retainage stipulated in Paragraph 14.02.C, and if bonds have been furnished as r�quired in Paragraph 5.02, the written consent of the surety to the payment of the balance due for that CITY OF FORT WORTH 2O22 ON-CALL STREET LIGHT CO TRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CT 103736 Revised August 23,2021 007200-1 GENERAL CONDITION S Page 57 of 63 portion of the Work fully completed and accepted shall be submitted by Contractor to City with the Application for such payment. Such payment shall be made under the terms and conditions governing final payment, except that it shall not constitute a waiver of Contract Claims. B. Partial Retainage Release. For a Contract that provides for a separate vegetative establishment and maintenance, and test and performance periods following the completion of all other construction in the Contract Documents for all Work locations, the City may release a portion of the amount retained provided that all other work is completed as determined by the City. Before the release, all submittals and final quantities must be completed and accepted for all other work. An amount sufficient to ensure Contract compliance will be retained. 14.09 Waiver of Claims The acceptance of final payment will constitute a release of the City from all claims or liabilit ies under the Contract for anything done or furnished or relating to the work under the Contract Documents or any act or neglect of City related to or connected with the Contract. ARTICLE 15—SUSPENSION OF WORK AND TERMINATION 15.01 City May Suspend Work A. At any time and without cause, City may suspend the Work or any portion thereof by written notice to Contractor and which may fix the date on which Work will be resumed. Contractor shall resume the Work on the date so fixed.During temporary suspension of the Work covered by these Contract Documents, for any reason, the City will make no extra payment for stand-by time of construction equipment and/or construction crews. B. Should the Contractor not be able to complete a portion of the Project due to causes beyond the control of and without the fault or negligence of the Contractor, and should it be determined by mutual consent of the Contractor and City that a solution to allow construction to proceed is not available within a reasonable period of time, Contractor may request an extension in Contract Time, directly attributable to any such suspension. C. If it should become necessary to suspend the Work for an indefinite period, the Contractor shall store all materials in such a manner that they will not obstruct or impede the public unnecessarily nor become damaged in any way, and he shall take every precaution to prevent damage or deterioration of the work performed;he shall provide suitable drainage about the work, and erect temporary structures where necessary. D. Contractor may be reimbursed for the cost of moving his equipment off the job and returning the necessary equipment to the job when it is determined by the City that construction may be resumed. Such reimbursement shall be based on actual cost to the Contractor of moving the equipment and no profit will be allowed. Reimbursement may not be allowed if the equipment is moved to another construction project for the City. CITY OF FORT WORTH 2O22 ON-CALL STREET LIGHT CONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103736 Revised August 23,2021 007200-1 GENERAL CONgITION S age 58 of 63 15.02 City May Terminate for Cause A. The occurrence of any one or more of the following events by way of example, but not of 1 imitation, may justify termination for cause: 1. Contractor's persistent failure to perform the Work in accordance with the Contract Documents (including, but not limited to, failure to supply sufficient skilled workers or suitable materials or equipment, failure to adhere to the Project Schedule established under Paragraph 2.07 as adjusted from time to time pursuant to Paragraph 6.04, or failure to adhere to the City's Business Diversity Enterprise Ordinance 420020-12-2011established under Paragraph 6.06.D); 2. Contractor's disregard of Laws or Regulations of any public body having jurisdiction; 3. Contractor's repeated disregard of the authority of City; or 4. Contractor's violation in any substantial way of any provisions of the Contract Documents; or 5. Contractor's failure to promptly make good any defect in materials or workmanship, or defects of any nature,the correction of which has been directed in writing by the City;or 6. Substantial indication that the Contractor has made an unauthorized assignment of the Contract or any funds due therefrom for the benefit of any creditor or for any other purpose; or 7. Substantial evidence that the Contractor has become insolvent or bankrupt, or otherwise financially unable to carry on the Work satisfactorily; or 8. Contractor commences legal action in a court of competent jurisdiction against the City. B. If one or more of the events identified in Paragraph 15.02A. occur, City will provide written notice to Contractor and Surety to arrange a conference with Contractor and Surety to address Contractor's failure to perform the Work. Conference shall be held not later than 15 days, after receipt of notice. 1. If the City, the Contractor, and the Surety do not agree to allow the Contractor to roceed to perform the construction Contract, the City may, to the extent permitted by saws and Regulations, declare a Contractor default and formally terminate the Contractor's right to complete the Contract. Contractor default shall not be declared earlier than 20 dayls after the Contractor and Surety have received notice of conference to address Contractor's failure to perform the Work. 2. If Contractor's services are terminated, Surety shall be obligated to take over and p rform the Work. If Surety does not commence performance thereof within 15 consecutive calndar days after date of an additional written notice demanding Surety's performance of its CITY OF FORT WORTH 2O22 ON-CALL STREET LIGHT CU TRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPV 103736 Revised August 23,2021 007200-1 GENERAL COND IT ION S Page 59 of 63 obligations, then City, without process or action at law, may take over any portion of the Work and complete it as described below. a. If City completes the Work, City may exclude Contractor and Surety from the site and take possession of the Work, and all materials and equipment incorporated into the Work stored at the Site or for which City has paid Contractor or Surety but which are stored elsewhere,and finish the Work as City may deem expedient. 3. Whether City or Surety completes the Work, Contractor shall not be entitled to receive any further payment until the Work is finished. If the unpaid balance of the Contract Price exceeds all claims, costs, losses and damages sustained by City arising out of or resulting from completing the Work, such excess will be paid to Contractor. If such claims, costs, losses and damages exceed such unpaid balance, Contractor shall pay the difference to City. Such claims, costs, losses and damages incurred by City will be incorporated in a Change Order, provided that when exercising any rights or remedies under this Paragraph, City shall not be required to obtain the lowest price for the Work performed. 4. Neither City, nor any of its respective consultants, agents, officers, directors or employees shall be in any way liable or accountable to Contractor or Surety for the method by which the completion of the said Work, or any portion thereof,may be accomplished or for the price paid therefor. 5. City, notwithstanding the method used in completing the Contract, shall not forfeit the right to recover damages from Contractor or Surety for Contractor's failure to timely complete the entire Contract. Contractor shall not be entitled to any claim on account of the method used by City in completing the Contract. 6. Maintenance of the Work shall continue to be Contractor's and Surety's responsibilities as provided for in the bond requirements of the Contract Documents or any special guarantees provided for under the Contract Documents or any other obligations otherwise prescribed by law. C. Notwithstanding Paragraphs 15.02.B, Contractor's services will not be terminated if Contractor begins within seven days of receipt of notice of intent to terminate to correct its failure to perform and proceeds diligently to cure such failure within no more than 30 days of receipt of said notice. D. Where Contractor's services have been so terminated by City, the termination will not affect any rights or remedies of City against Contractor then existing or which may thereafter accrue. Any retention or payment of moneys due Contractor by City will not release Contractor from liability. E. If and to the extent that Contractor has provided a performance bond under the provisions of Paragraph 5.02, the termination procedures of that bond shall not supersede the provisions of this Article. CITY OF FORT WORTH 2O22 ON-CALL STREET LIGHT CONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103736 Revised August 23,2021 007200-1 GENERAL GON�l710N S age 60 of 63 15.03 City May Terminate For Convenience A. City may, without cause and without prejudice to any other right or remedy of City, to mate the Contract. Any termination shall be effected by mailing a notice of the termination to the Contractor specifying the extent to which performance of Work under the contract is terminated, and the date upon which such termination becomes effective. Receipt of the notice shall be deemed conclusively presumed and established when the letter is placed in the United States Postal Service Mail by the City. Further, it shall be deemed conclusively presumed and established that such termination is made with just cause as therein stated; and no proof in any claim, demand or suit shall be required of the City regarding such discretionary action. B. After receipt of a notice of termination, and except as otherwise directed by the City, the Contractor shall: 1. Stop work under the Contract on the date and to the extent specified in the notice of termination; 2. place no further orders or subcontracts for materials, services or facilities except as may be necessary for completion of such portion of the Work under the Contract as is not terminated; 3. terminate all orders and subcontracts to the extent that they relate to the performance of the Work terminated by notice of termination; 4. transfer title to the City and deliver in the manner, at the times, and to the extent, if any, directed by the City: a. the fabricated or unfabricated parts, Work in progress, completed Work, su plies and other material produced as a part of, or acquired in connection with the performance of, the Work terminated by the notice of the termination; and b. the completed, or partially completed plans, drawings, information and othe property which, if the Contract had been completed, would have been required to be finished to the City. 5. complete performance of such Work as shall not have been terminated by the notice of termination; and 6. take such action as may be necessary, or as the City may direct, for the prof ction and preservation of the property related to its contract which is in the possessi6n of the Contractor and in which the owner has or may acquire the rest. C. At a time not later than 30 days after the termination date specified in the notice of termination, the Contractor may submit to the City a list, certified as to quantity and quality, of any or all items of termination inventory not previously disposed of, exclusive of items the disposition of which has been directed or authorized by City. CITY OF FORT WORTH 2O22 ON-CALL STREET LIGHT CONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS —1L 103736 Revised August 23,2021 7 007200-1 GENERAL CONDITION S Page 61 of 63 D. Not later than 15 days thereafter, the City shall accept title to such items provided, that the list submitted shall be subject to verification by the City upon removal of the items or, if the items are stored, within 45 days from the date of submission of the list, and any necessary adjustments to correct the list as submitted,shall be made prior to final settlement. E. Not later than 60 days after the notice of termination, the Contractor shall submit his termination claim to the City in the form and with the certification prescribed by the City. Unless an extension is made in writing within such 60 day period by the Contractor, and granted by the City, any and all such claims shall be conclusively deemed waived. F. In such case,Contractor shall be paid for(without duplication of any items): 1. completed and acceptable Work executed in accordance with the Contract Documents prior to the effective date of termination, including fair and reasonable sums for overhead and profit on such Work; 2. expenses sustained prior to the effective date of termination in performing services and furnishing labor, materials, or equipment as required by the Contract Documents in connection with uncompleted Work,plus fair and reasonable sums for overhead and profit on such expenses; and 3. reasonable expenses directly attributable to termination. G. In the event of the failure of the Contractor and City to agree upon the whole amount to be paid to the Contractor by reason of the termination of the Work, the City shall determine, on the basis of information available to it,the amount, if any,due to the Contractor by reason of the termination and shall pay to the Contractor the amounts determined. Contractor shall not be paid on account of loss of anticipated profits or revenue or other economic loss arising out of or resulting from such termination. ARTICLE 16—DISPUTE RESOLUTION 16.01 Methods and Procedures A. Either City or Contractor may request mediation of any Contract Claim submitted for a decision under Paragraph 10.06 before such decision becomes final and binding. The request for mediation shall be submitted to the other party to the Contract. Timely submission of the request shall stay the effect of Paragraph 10.06.E. B. City and Contractor shall participate in the mediation process in good faith. The process shall be commenced within 60 days of filing of the request. C. If the Contract Claim is not resolved by mediation, City's action under Paragraph 10.06.0 or a denial pursuant to Paragraphs 10.06.C.3 or 10.06.1) shall become final and binding 30 days after termination of the mediation unless,within that time period, City or Contractor: CITY OF FORT WORTH 2O22 ON-CALL STREET LIGHT CONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103736 Revised August 23,2021 007200-1 GENERAL CON�IT IO N S age 62 of 63 1. elects in writing to invoke any other dispute resolution process provided for in the Supplementary Conditions; or 2. agrees with the other party to submit the Contract Claim to another dispute resolution process;or 3. gives written notice to the other party of the intent to submit the Contract Claim to a court of competent jurisdiction. ARTICLE 17—MISCELLANEOUS 17.01 Giving Notice A. Whenever any provision of the Contract Documents requires the giving of written notice, it will be deemed to have been validly given i£ 1. delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended; or 2. delivered at or sent by registered or certified mail, postage prepaid, to the last business address known to the giver of the notice. B. Business address changes must be promptly made in writing to the other party. C. Whenever the Contract Documents specifies giving notice by electronic means such electronic notice shall be deemed sufficient upon confirmation of receipt by the receiving party. 17.02 Computation of Times When any period of time is referred to in the Contract Documents by days, it will be computed to exclude the first and include the last day of such period. If the last day of any such period falls on a Saturday or Sunday or on a day made a legal holiday the next Working Day shall become the last day of the period. 17.03 Cumulative Remedies The duties and obligations imposed by these General Conditions and the rights and remedies available hereunder to the parties hereto are in addition to,and are not to be construed in any way as a limitation of, any rights and remedies available to any or all of them which are otherwise imposed or available by Laws or Regulations, by special warranty or guarantee, or by other provisions of the Contract Documents. The provisions of this Paragraph will be as effective as if repeated specifically in the Contract Documents in connection with each particular duty, obligation, right, and remedy to which they apply. CITY OF FORT WORTH 2O22 ON-CALL STREET LIGHT CONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103736 Revised August 23,2021 007200-1 GENERAL CONDITION S Page 63 of 63 17.04 Survival of Obligations All representations, indemnifications, warranties, and guarantees made in, required by, or given in accordance with the Contract Documents, as well as all continuing obligations indicated in the Contract Documents, will survive final payment, completion, and acceptance of the Work or termination or completion of the Contract or termination of the services of Contractor. 17.05 Headings Article and paragraph headings are inserted for convenience only and do not constitute parts of these General Conditions. CITY OF FORT WORTH 2O22 ON-CALL STREET LIGHT CONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103736 Revised August 23,2021 00 73 00 SUPPLEMENTARY CONDITIONS Pagel of 5 SECTION 00 73 00 SUPPLEMENTARY CONDITIONS TO GENERAL CONDITIONS Supplementary Conditions These Supplementary Conditions modify and supplement Section 00 72 00-General Conditions,and other provisions of the Contract Documents as indicated below. All provisions of the General Conditions that are modified or supplemented remain in full force and effect as so modified or supplemented. All provisions of the General Conditions which are not so modified or supplemented remain in full force and effect. Defined Terms The terms used in these Supplementary Conditions which are defined in the General Conditions have the meaning assigned to them in the General Conditions,unless specifically noted herein. Modifications and Supplements The following are instructions that modify or supplement specific paragraphs in the General Conditions and other Contract Documents. SC-3.03B.2,"Resolving Discrepancies" Plans govern over Specifications. SC-4.01A Easement limits shown on the Drawing are approximate and were provided to establish a basis for biddin . Upon receiving the final easements descriptions, Contractor shall compare them to the lines shown on the Contract Drawings. SC-4.01A.1.,"Availability of Lands" The following is a list of known outstanding right-of-way, and/or easements to be acquired, if any as of February 25,2022: Outstanding Right-Of-Way,and/or Easements to Be Acquired PARCEL OWNER TARGET DATE NUMBER OF POSSESSION None The Contractor understands and agrees that the dates listed above are estimates only, are not guaranteed, and do not bind the City. If Contractor considers the final easements provided to differ materially from the representations on the Contract Drawings, Contractor shall within five (5) Business Days and before proceeding with the Work, notify City in writing associated with the differing easement line locations. CITY OF FORT WORTH 2O22 ON-CALL STREET LIGHT qONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103736 Revised March 9,2020 00 73 00 SUPPLEMENTARY CONDITIONS Page 2 of 5 SC-4.01A.2,"Availability of Lands" Utilities or obstructions to be removed,adjusted,and/or relocated The following is list of utilities and/or obstructions that have not been removed, adjusted, and/or relocated as of February 25,2022. EXPECTED UTILITY AND LOCATION TARGET DATE OF OWNER ADJUSTMENT None The Contractor understands and agrees that the dates listed above are estimates only, are not guaranteed, and do not bind the City. SC-4.02A.,"Subsurface and Physical Conditions" The following are reports of explorations and tests of subsurface conditions at the site of the Work:None SC-4.06A.,"Hazardous Environmental Conditions at Site" The following are reports and drawings of existing hazardous environmental conditions known to the City: None SC-5.03A.,"Certificates of Insurance" The entities listed below are "additional insureds as their interest may appear" including their respective officers,directors,agents and employees. (1) City (2) Consultant:None (3) Other:None SC-5.04A.,"Contractor's Insurance" The limits of liability for the insurance required by Paragraph GC-5.04 shall provide the following coverages for not less than the following amounts or greater where required by laws and regulations: 5.04A.Workers'Compensation,under Paragraph GC-5.04A. Statutory limits Employer's liability $100,000 each accident/occurrence $100,000 Disease-each employee $500,000 Disease-policy limit CITY OF FORT WORTH 2O22 ON-CALL STREET LIGHT CONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103736 Revised March 9,2020 00 73 00 SUPPLEMENTARY CONDITIONS Page 3 of 5 SC-5.04B.,"Contractor's Insurance" 5.04B. Commercial General Liability, under Paragraph GC-5.04B. Contractor's Liability Insurance under Paragraph GC-5.04B., which shall be on a per project basis covering the Contractor with minimum limits of: $1,000,000 each occurrence $2,000,000 aggregate limit The policy must have an endorsement (Amendment — Aggregate Limits of Insurance) making the General Aggregate Limits apply separately to each job site. The Commercial General Liability Insurance policies shall provide "X", "C", and "U" coverage's. Verification of such coverage must be shown in the Remarks Article of the Certificate of Insurance. SC 5.04C.,"Contractor's Insurance" 5.04C. Automobile Liability, under Paragraph GC-5.04C. Contractor's Liability Insurance under Paragraph GC-5.04C.,which shall be in an amount not less than the following amounts: (1) Automobile Liability-a commercial business policy shall provide coverage on "Any Auto", defined as autos owned,hired and non-owned. $1,000,000 each accident on a combined single limit basis. Split limits are acceptable if limits are at least: $250,000 Bodily Injury per person/ $500,000 Bodily Injury per accident/ $100,000 Property Damage SC-5.04D.,"Contractor's Insurance" The Contractor's construction activities will require its employees,agents, subcontractors, equipment, and material deliveries to cross railroad properties and tracks:None. The Contractor shall conduct its operations on railroad properties in such a manner as not to interfere wit , hinder,or obstruct the railroad company in any manner whatsoever in the use or operation of itshheir train or other property. Such operations on railroad properties may require that Contractor to execute a"Right of Entry Agreement" with the particular railroad company or companies involved, and to this end the Contractor should satisfy itself as to the requirements of each railroad company and be prepared to execute the right-of-entry(if any)required by a railroad company.The requirements specified herein likewise relate to the Contractor's use of private and/or construction access roads crossing said railroad company's properties. The Contractual Liability coverage required by Paragraph 5.04D of the General Conditions shall provide coverage for not less than the following amounts, issued by companies satisfactory to the City and to the Railroad Company for a term that continues for so long as the Contractor's operations and work cros�, occupy,or touch railroad property: (1) General Aggregate: $Confirm Limits with Railroad (2) Each Occurrence: $Confirm Limits with Railroad Required for this Contract X Not required for this Contract CITY OF FORT WORTH 2O22 ON-CALL STREET LIGHT YONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103736 Revised March 9,2020 00 73 00 SUPPLEMENTARY CONDITIONS Page 4 of 5 With respect to the above outlined insurance requirements,the following shall govern: 1. Where a single railroad company is involved,the Contractor shall provide one insurance policy in the name of the railroad company. However, if more than one grade separation or at-grade crossing is affected by the Project at entirely separate locations on the line or lines of the same railroad company,separate coverage may be required,each in the amount stated above. 2. Where more than one railroad company is operating on the same right-of-way or where several railroad companies are involved and operated on their own separate rights-of-way,the Contractor may be required to provide separate insurance policies in the name of each railroad company. 3. If,in addition to a grade separation or an at-grade crossing,other work or activity is proposed on a railroad company's right-of-way at a location entirely separate from the grade separation or at- grade crossing,insurance coverage for this work must be included in the policy covering the grade separation. 4. If no grade separation is involved but other work is proposed on a railroad company's right-of- way,all such other work may be covered in a single policy for that railroad,even though the work may be at two or more separate locations. No work or activities on a railroad company's property to be performed by the Contractor shall be commenced until the Contractor has furnished the City with an original policy or policies of the insurance for each railroad company named,as required above. All such insurance must be approved by the City and each affected Railroad Company prior to the Contractor's beginning work. The insurance specified above must be carried until all Work to be performed on the railroad right-of-way has been completed and the grade crossing, if any, is no longer used by the Contractor. In addition, insurance must be carried during all maintenance and/or repair work performed in the railroad right-of-way. Such insurance must name the railroad company as the insured,together with any tenant or lessee of the railroad company operating over tracks involved in the Project. SC-6.04.,"Project Schedule" Project schedule shall be tier 2 for the project. SC-6.07.,"Wage Rates" The following is the prevailing wage rate table(s) applicable to this project and is provided in the Appendixes: 2013 PREVAILING WAGE RATES(Heavy and Highway Construction Projects) 2013 PREVAILING WAGE RATES(Commercial Construction Projects) A copy ofthe table is also available by accessing the City's website at: httas:Ha pps.fortworthtexas.L-ov/ProiectResources/ You can access the file by following the directory path: 02-Construction Documents/Specifications/Div00—General Conditions CITY OF FORT WORTH 2O22 ON-CALL STREET LIGHT CONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103736 Revised March 9,2020 00 73 00 SUPPLEMENTARY CONDITIONS; Page 5 of 5 j SC-6.09.,"Permits and Utilities" SC-6.09A.,"Contractor obtained permits and licenses" The following are known permits and/or licenses required by the Contract to be acquired by the Contractor: None SC-6.09B."City obtained permits and licenses" The following are known permits and/or licenses required by the Contract to be acquired by the City: None SC-6.09C."Outstanding permits and licenses" The following is a list of known outstanding permits and/or licenses to be acquired, if any as of Februall 25,2022: Outstanding Permits and/or Licenses to Be Acquired OWNER PERMIT OR LICENSE AND LOCATION TARGET DATE OF POSSESSIO None SC-7.02.,"Coordination" The individuals or entities listed below have contracts With the City for the performance of other work at the Site: Vendor Scope of Work Coordination Authority None SC-9.01.,"City's Project Manager" The City's Project Manager for this Contract is Clint Hoover, MBA, P.E., S.E., or his/her successor pursuant to written notification from the Director of Transportation and Public Works. SC-13.03C.,"Tests and Inspections" None SC-16.01C.1,"Methods and Procedures" None END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 1/22/2016 F.Griffin SC-9.01.,"City's Project Representative"wording changed to City's Project Manager. 3/9/2020 D.V.Magana SC-6.07,Updated the link such that files can be accessed via the City's website. CITY OF FORT WORTH 2O22 ON-CALL STREET LIGHT CONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103736 Revised March 9,2020 011100-1 SUMMARY OF WORK Pagel of3 SECTION 011100 SUMMARY OF WORK PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Summary of Work to be performed in accordance with the Contract Documents B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include,but are not necessarily limited to: 1. Division 0-Bidding Requirements,Contract Forms,and Conditions of the Contract 2. Division 1 -General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid.No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Work Covered by Contract Documents 1. Work is to include furnishing all labor, materials, and equipment, and performing all Work necessary for this construction project as detailed in the Drawings and Specifications. B. Subsidiary Work 1. Any and all Work specifically governed by documentary requirements for the project, such as conditions imposed by the Drawings or Contract Documents in which no specific item for bid has been provided for in the Proposal and the item isnot a typical unit bid item included on the standard bid item list,then the item shallbe considered as a subsidiary item of Work, the cost of which shall be included in the price bid in the Proposal for various bid items. C. Use of Premises I. Coordinate uses of premises under direction of the City. 2. Assume full responsibility for protection and safekeeping of materials and equipment stored on the Site. 3. Use and occupy only portions of the public streets and alleys, or other public placesor other rights-of-way as provided for in the ordinances of the City, as shown in the Contract Documents,or as may be specifically authorized in writing by the City. a. A reasonable amount of tools, materials, and equipment for construction purposes may be stored in such space, but no more than is necessary to avoid delay in the construction operations. CITY OF FORT WORTH 2O22 ON-CALL STREET LIGHT CONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103736 Revised December 20,2012 01 11 00-2 SUMMARY OF WORT, Page 2 of 3 b. Excavated and waste materials shall be stored in such a way as not to interferewith the use of spaces that may be designated to be left free and unobstructed and sb as not to inconvenience occupants of adjacent property. c. If the street is occupied by railroad tracks, the Work shall be carried on in such manner as not to interfere with the operation of the railroad. 1) All Work shall be in accordance with railroad requirements set forth inDivision 0 as well as the railroad permit. D. Work within Easements 1. Do not enter upon private property for any purpose without having previouslyobtained permission from the owner of such property. 2. Do not store equipment or material on private property unless and until the specified approval of the property owner has been secured in writing by the Contractor and a copy furnished to the City. 3. Unless specifically provided otherwise, clear all rights-of-way or easements of obstructions which must be removed to make possible proper prosecution of theWork as a part of the project construction operations. 4. Preserve and use every precaution to prevent damage to, all trees, shrubbery, plants, lawns, fences, culverts, curbing, and all other types of structures or improvements, to all water, sewer, and gas lines, to all conduits, overhead pole lines, or appurtenances thereof, including the construction of temporary fences and to all other public or private property adjacent to the Work. 5. Notify the proper representatives of the owners or occupants of the public or private lands of interest in lands which might be affected by the Work. a. Such notice shall be made at least 48 hours in advance of the beginning of the Work. b. Notices shall be applicable to both public and private utility companies and any corporation, company, individual, or other, either as owners or occupants, whose land or interest in land might be affected by the Work. c. Be responsible for all damage or injury to property of any character resultingfrom any act, omission, neglect, or misconduct in the manner or method or execution of the Work,or at any time due to defective work,material,or equipment. 6. Fence a. Restore all fences encountered and removed during construction of the Projectto the original or a better than original condition. b. Erect temporary fencing in place of the fencing removed whenever the Work isnot in progress and when the site is vacated overnight, and/or at all times to provide site security. c. The cost for all fence work within easements, including removal, tempgrary closures and replacement, shall be subsidiary to the various items bid in thepr ject proposal,unless a bid item is specifically provided in the proposal. CITY OF FORT WORTH 2O22 ON-CALL STREET LIGHT CONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103736 Revised December 20,2012 011100-3 SUMMARY OF WORK Page 3 of 3 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH 2O22 ON-CALL STREET LIGHT CONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103736 Revised December 20,2012 01 25 00-1 SUBSTITUTION PROCEDURES Pagel of 4 SECTION 0125 00 SUBSTITUTION PROCEDURES PART I - GENERAL 1.1 SUMMARY A. Section Includes: 1. The procedure for requesting the approval of substitution of a product that is not equivalent to a product which is specified by descriptive or performance criteria or defined by reference to 1 or more of the following: a. Name of manufacturer b. Name of vendor c. Trade name d. Catalog number 2. Substitutions are not"or-equals". B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include,but are not necessarily limited to: 1. Division 0—Bidding Requirements,Contract Forms and Conditions of the Contract 2. Division 1 —General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Request for Substitution-General 1. Within 30 days after award of Contract(unless noted otherwise), the City will consider formal requests from Contractor for substitution of products in place of those specified. 2. Certain types of equipment and kinds of material are described in Specifications by means of references to names of manufacturers and vendors, trade names, or catalog numbers. a. When this method of specifying is used, it is not intended to exclude from consideration other products bearing other manufacturer's or vendor's names, trade names, or catalog numbers, provided said products are "or-equals," as determined by City. 3. Other types of equipment and kinds of material may be acceptable substitutions under the following conditions: a. Or-equals are unavailable due to strike, discontinued production of products meeting specified requirements,or other factors beyond control of Contractor; or, CITY OF FORT WORTH 2O22 ON-CALL STREET LIGHT CONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103736 Revised July I,2011 012500-2 SUBSTITUTION PROCEDURES Page 2 of 4 b. Contractor proposes a cost and/or time reduction incentive to the City. 1.5 SUBMITTALS A. See Request for Substitution Form(attached) B. Procedure for Requesting Substitution 1. Substitution shall be considered only: a. After award of Contract b. Under the conditions stated herein 2. Submit 3 copies of each written request for substitution, including: a. Documentation 1) Complete data substantiating compliance of proposed substitution with Contract Documents 2) Data relating to changes in construction schedule,when a reduction is proposed 3) Data relating to changes in cost b. For products 1) Product identification a) Manufacturer's name b) Telephone number and representative contact name c) Specification Section or Drawing reference of originally specified product, including discrete name or tag number assigned to original product in the Contract Documents 2) Manufacturer's literature clearly marked to show compliance of proposed product with Contract Documents 3) Itemized comparison of original and proposed product addressing product characteristics including, but not necessarily limited to: a) Size b) Composition or materials of construction c) Weight d) Electrical or mechanical requirements 4) Product experience a) Location of past projects utilizing product b) Name and telephone number of persons associated with referenced projects knowledgeable concerning proposed product c) Available field data and reports associated with proposed product 5) Samples a) Provide at request of City. b) Samples become the property of the City. c. For construction methods: 1) Detailed description of proposed method 2) Illustration drawings C. Approval or Rejection 1. Written approval or rejection of substitution given by the City 2. City reserves the right to require proposed product to comply with color and pattern of specified product if necessary to secure design intent. 3. In the event the substitution is approved,the resulting cost and/or time reduction will be documented by Change Order in accordance with the General Conditions. CITY OF FORT WORTH 2O22 ON-CALL STREET LIGHT CONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103736 Revised July 1,2011 01 25 00-3 SUBSTITUTION PROCEDURES Page 3 of 4 4. No additional contract time will be given for substitution. 5. Substitution will be rejected if: a. Submittal is not through the Contractor with his stamp of approval b. Request is not made in accordance with this Specification Section c. In the City's opinion, acceptance will require substantial revision of the original design d. In the City's opinion, substitution will not perform adequately the function consistent with the design intent 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. In making request for substitution or in using an approved product, the Contractor represents that the Contractor: 1. Has investigated proposed product, and has determined that it is adequate or superior in all respects to that specified,and that it will perform function for which it is intended 2. Will provide same guarantee for substitute item as for product specified 3. Will coordinate installation of accepted substitution into Work, to include building. modifications if necessary, making such changes as may be required for Work to be complete in all respects 4. Waives all claims for additional costs related to substitution which subsequently arise 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH 2O22 ON-CALL STREET LIGHT CONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103736 Revised July 1,2011 01 25 00-4 SUBSTITUTION PROCEDURES Page 4 of 4 EXHIBIT A REQUEST FOR SUBSTITUTION FORM: TO: PROJECT: DATE: We hereby submit for your consideration the following product instead of the specified item for the above project: SECTION PARAGRAPH SPECIFIED ITEM Proposed Substitution: Reason for Substitution: Include complete information on changes to Drawings and/or Specifications which proposed substitution will require for its proper installation. Fill in Blanks Below: A. Will the undersigned contractor pay for changes to the building design, including engineering and detailing costs caused by the requested substitution? B. What effect does substitution have on other trades? C. Differences between proposed substitution and specified item? D. Differences in product cost or product delivery time? E. Manufacturer's guarantees of the proposed and specified items are: Equal Better(explain on attachment) The undersigned states that the function, appearance and quality are equivalent or superior to the specified item. Submitted By: For Use by City Signature Recommended Recommended as noted Firm Not recommended_Received late Address By Date Date Remarks Telephone For Use by City: Approved Rejected City Date CITY OF FORT WORTH 2O22 ON-CALL STREET LIGHT CONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103736 Revised July 1,2011 013119-1 PRECON STRUCTION MEETING Pagel of 3 SECTION 013119 PRECONSTRUCTION MEETING PART 1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Provisions for the preconstruction meeting to be held prior to the start of Work to clarify construction contract administration procedures B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include,but are not necessarily limited to: 1. Division 0—Bidding Requirements,Contract Forms and Conditions of the Contract 2. Division 1 —General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Coordination 1. Attend preconstruction meeting. 2. Representatives of Contractor,subcontractors and suppliers attending meetings shall be qualified and authorized to act on behalf of the entity each represents. 3. Meeting administered by City may be tape recorded. a. If recorded,tapes will be used to prepare minutes and retained by City for future reference. B. Preconstruction Meeting 1. A preconstruction meeting will 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 Project Representative will preside at the meeting,prepare the notes of the meeting and distribute copies of same to all participants who so request by fully completing the attendance form to be circulated at the beginning of the meeting. 3. Attendance shall include: a. Project Representative b. Contractor's project manager c. Contractor's superintendent d. Any subcontractor or supplier representatives whom the Contractor may desire to invite or the City may request CITY OF FORT WORTH 2O22 ON-CALL STREET LIGHT CONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103736 Revised August I7,20I2 01 31 19-2 PRECONSTRUCTION MEETING Page 2 of 3 e. Other City representatives f. Others as appropriate 4. Construction Schedule a. Prepare baseline construction schedule in accordance with Section 0132 16 and provide at Preconstruction Meeting. b. City will notify Contractor of any schedule changes upon Notice of Preconstruction Meeting. 5. Preliminary Agenda may include: a. Introduction of Project Personnel b. General Description of Project c. Status of right-of-way,utility clearances,easements or other pertinent permits d. Contractor's work plan and schedule e. Contract Time f. Notice to Proceed g. Construction Staking h. Progress Payments i. Extra Work and Change Order Procedures j. Field Orders k. Disposal Site Letter for Waste Material 1. Insurance Renewals m. Payroll Certification n. Material Certifications and Quality Control Testing o. Public Safety and Convenience p. Documentation of Pre-Construction Conditions q. Weekend Work Notification r. Legal Holidays s. Trench Safety Plans t. Confined Space Entry Standards u. Coordination with the City's representative for operations of existing water systems v. Storm Water Pollution Prevention Plan w. Coordination with other Contractors x. Early Warning System y. Contractor Evaluation z. Special Conditions applicable to the project aa. Damages Claims bb. Submittal Procedures cc. Substitution Procedures dd. Correspondence Routing ee. Record Drawings ff. Temporary construction facilities gg. M1WBE or MBE/SBE procedures hh. Final Acceptance ii. Final Payment J. Questions or Comments CITY OF FORT WORTH 2O22 ON-CALL STREET LIGHT CONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN I03736 Revised August 17,2012 01 31 19-3 PRECONSTRUCTION MEETING Page 3 of 3 1.5 SUBMITTALS [NOT USED] i 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH 2O22 ON-CALL STREET LIGHT CONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS !CPN 103736 Revised August 17,2012 013120-1 PROJECT MEETINGS Pagel of3 SECTION 013120 PROJECT MEETINGS PART 1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Provisions for project meetings throughout the construction period to enable orderly review of the progress of the Work and to provide for systematic discussion of potential problems B. Deviations this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include,but are not necessarily limited to: 1. Division 0—Bidding Requirements,Contract Forms and Conditions of the Contract 2. Division 1 —General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Coordination 1. Schedule,attend and administer as specified,periodic progress meetings,and specially called meetings throughout progress of the Work. 2. Representatives of Contractor,subcontractors and suppliers attending meetings shall be qualified and authorized to act on behalf of the entity each represents. 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. Pre-Construction Neighborhood Meeting I. After the execution of the Agreement,but before construction is allowed to begin, attend 1 Public Meeting with affected residents to: a. Present projected schedule,including construction start date b. Answer any construction related questions 2. Meeting Location a. Location of meeting to be determined by the City. CITY OF FORT WORTH 2O22 ON-CALL STREET LIGHT CONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103736 Revised July 1,2011 013120-2 PROJECT MEETINGS Page 2 of 3 3. Attendees a. Contractor b. Project Representative c. Other City representatives 4. Meeting Schedule a. In general,the neighborhood meeting will occur within the 2 weeks following the pre-construction conference. b. In no case will construction be allowed to begin until this meeting is held. C. Progress Meetings 1. Formal project coordination meetings will be held periodically. Meetings will be scheduled and administered by Project Representative. 2. Additional progress meetings to discuss specific topics will be conducted on an as- needed basis. Such additional meetings shall include,but not be limited to: a. Coordinating shutdowns b. Installation of piping and equipment c. Coordination between other construction projects d. Resolution of construction issues e. Equipment approval 3. The Project Representative will preside at progress meetings,prepare the notes of the meeting and distribute copies of the same to all participants who so request by fully completing the attendance form to be circulated at the beginning of each meeting. 4. Attendance shall include: a. Contractor's project manager b. Contractor's superintendent c. Any subcontractor or supplier representatives whom the Contractor may desire to invite or the City may request d. Engineer's representatives e. City's representatives f. Others, as requested by the Project Representative 5. Preliminary Agenda may include: a. Review of Work progress since previous meeting b. Field observations,problems, conflicts c. Items which impede construction schedule d. Review of off-site fabrication,delivery schedules e. Review of construction interfacing and sequencing requirements with other construction contracts f. Corrective measures and procedures to regain projected schedule g. Revisions to construction schedule h. Progress,schedule,during succeeding Work period i. Coordination of schedules j. Review submittal schedules k. Maintenance of quality standards 1. Pending changes and substitutions in. Review proposed changes for: 1) Effect on construction schedule and on completion date 2) Effect on other contracts of the Project n. Review Record Documents o. Review monthly pay request CITY OF FORT WORTH 2O22 ON-CALL STREET LIGHT CONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103736 Revised July 1,2011 01 31 20-3 PROJECT MEETINGS Page 3 of 3 p. Review status of Requests for Information 6. Meeting Schedule a. Progress meetings will be held periodically as determined by the Project Representative. 1) Additional meetings may be held at the request of the: a) City b) Engineer c) Contractor 7. Meeting Location a. The City will establish a meeting location. 1) To the extent practicable, meetings will be held at the Site. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH 2O22 ON-CALL STREET LIGHT CONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103736 Revised July 1,2011 01 3216-1 CONSTRUCTION PROGRESS SCHEDULE. Page 1 of 10 1 SECTION 0132 16 2 CONSTRUCTION SCHEDULE 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. General requirements for the preparation, submittal,updating, status reporting and 7 management of the Construction Progress Schedule 8 2. Specific requirements are presented in the City of Fort Worth Schedule Guidance 9 Document 10 B. Deviations from this City of Fort Worth Standard Specification 11 1. None. 12 C. Related Specification Sections include,but are not necessarily limited to: 13 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 14 2. Division 1—General Requirements 15 D. Purpose 16 The City of Fort Worth(City)is committed to delivering quality, cost-effective 17 infrastructure to its citizens in a timely manner. A key tool to achieve this purpose is a 18 properly structured schedule with accurate updates. This supports effective monitoring 19 of progress and is input to critical decision making by the project manager throughout 20 the life of the project. Data from the updated project schedule is utilized in status 21 reporting to various levels of the City organization and the citizenry. 22 23 This Document complements the City's Standard Agreement to guide the construction 24 contractor(Contractor)in preparing and submitting acceptable schedules for use by the 25 City in project delivery. The expectation is the performance of the work follows the 26 accepted schedule and adhere to the contractual timeline. 27 28 The Contractor will designate a qualified representative(Project Scheduler)responsible 29 for developing and updating the schedule and preparing status reporting as required by 30 the City. 31 1.2 PRICE AND PAYMENT PROCEDURES 32 A. Measurement and Payment 33 1. Work associated with this Item is considered subsidiary to the various items bid. 34 No separate payment will be allowed for this Item. 35 2. Non-compliance with this specification is grounds for City to withhold payment of 36 the Contractor's invoices until Contractor achieves said compliance. 37 1.3 REFERENCES 38 A. Project Schedules CITY OF FORT WORTH 2O22 ON-CALL STREET LIGHT CONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103736 Revised August 13,202I 013216-2 CONSTRUCTION PROGRESS SCHEDULE Page 2 of 10 1 Each project is represented by City's master project schedule that encompasses the 2 entire scope of activities envisioned by the City to properly deliver the work. When the 3 City contracts with a Contractor to perform construction of the Work, the Contractor 4 will develop and maintain a schedule for their scope of work in alignment with the 5 City's standard schedule requirements as defined herein. The data and information of 6 each such schedule will be leveraged and become integral in the master project 7 schedule as deemed appropriate by the City's Project Control Specialist and approved 8 by the City's Project Manager. 9 10 1. Master Project Schedule 11 The master project schedule is a holistic representation of the scheduled activities 12 and milestones for the total project and be Critical Path Method(CPM)based. The 13 City's Project Manager is accountable for oversight of the development and 14 maintaining a master project schedule for each project. When the City contracts for 15 the design and/or construction of the project,the master project schedule will 16 incorporate elements of the Design and Construction schedules as deemed 17 appropriate by the City's Project Control Specialist. The assigned City Project 18 Control Specialist creates and maintains the master project schedule in P6(City's 19 scheduling software). 20 21 2. Construction Schedule 22 The Contractor is responsible for developing and maintaining a schedule for the 23 scope of the Contractor's contractual requirements. The Contractor will issue an 24 initial schedule for review and acceptance by the City's Project Control Specialist 25 and the City's Project Manager as a baseline schedule for Contractor's scope of 26 work. Contractor will issue current, accurate updates of their schedule(Progress 27 Schedule)to the City at the end of each month throughout the life of their work. 28 B. Schedule Tiers 29 The City has a portfolio of projects that vary widely in size, complexity and content 30 requiring different scheduling to effectively deliver each project. The City uses a 31 "tiered"approach to align the proper schedule with the criteria for each project. The 32 City's Project Manager determines the appropriate schedule tier for each project, and 33 includes that designation and the associated requirements in the Contractor's scope of 34 work. The following is a summary of the"tiers". 35 36 1. Tier 1: Small Size and Short Duration Project(design not required) 37 The City develops and maintains a Master Project Schedule for the project. No 38 schedule submittal is required from Contractor. City's Project Control Specialist 39 acquires any necessary schedule status data or information through discussions with 40 the respective party on an as-needed basis. 41 42 2. Tier 2: Small Size and Short to Medium Duration Project 43 The City develops and maintains a Master Project Schedule for the project. The 44 Contractor identifies"start"and"finish"milestone dates on key elements of their 45 work as agreed with the City's Project Manager at the kickoff of their work effort. 46 The Contractor issues to the City, updates to the"start"and"finish"dates for such 47 milestones at the end of each month throughout the life of their work on the project. 48 CITY OF FORT WORTH 2O22 ON-CALL STREET LIGHT CONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103736 Revised August 13,2021 01 3216-3 CONSTRUCTION PROGRESS SCHEDULE Page 3 of 10 49 3. Tier 3: Medium and Large Size and/or Complex Projects Regardless of Duration 1 The City develops and maintains a Master Project Schedule for the project. The 2 Contractor develops a Baseline Schedule and maintains the schedule of their 3 respective scope of work on the project at a level of detail(generally Level 3)and in 4 alignment with the WBS structure in Section 1.4.H as agreed by the Project 5 Manager. The Contractor issues to the City, updates of their respective schedule 6 (Progress Schedule)at the end of each month throughout the life of their work on the 7 project. 8 C. Schedule Types 9 Project delivery for the City utilizes two types of schedules as noted below. The City 10 develops and maintains a Master Project Schedule as a"baseline"schedule and issue 11 monthly updates to the City Project Manager(end of each month)as a"progress" 12 schedule. The Contractor prepares and submits each schedule type to fulfill their 13 contractual requirements. 14 15 1. Baseline Schedule 16 The Contractor develops and submits to the City,an initial schedule for their scope 17 of work in alignment with this specification. Once reviewed and accepted by the 18 City, it becomes the`Baseline"schedule and is the basis against which all progress 19 is measured. The baseline schedule will be updated when there is a change or 20 addition to the scope of work impacting the duration of the work,and only after 21 receipt of a duly authorized change order issued by the City. In the event progress is 22 significantly behind schedule,the City's Project Manager may authorize an update 23 to the baseline schedule to facilitate a more practical evaluation of progress. An 24 example of a Baseline Schedule is provided in Specification 01 3216.1 25 Construction Project Schedule Baseline Example. 26 27 2. Progress Schedule 28 The Contractor updates their schedule at the end of each month to represent the 29 progress achieved in the work which includes any impact from authorized changes 30 in the work. The updated schedule must accurately reflect the current status of the 31 work at that point in time and is referred to as the"Progress Schedule". The City's 32 Project Manager and Project Control Specialist reviews and accepts each progress 33 schedule. In the event a progress schedule is deemed not acceptable,the 34 unacceptable issues are identified by the City within 5 working days and the 35 Contractor must provide an acceptable progress schedule within 5 working days 36 after receipt of non-acceptance notification. An example of a Progress Schedule is 37 provided in Specification 01 32 16.2 Construction Project Schedule Progress 38 Example. 39 D. City Standard Schedule requirements 40 The following is an overview of the methodology for developing and maintaining a 41 schedule for delivery of a project. CITY OF FORT WORTH 2O22 ON-CALL STREET LIGHT CONTRAq STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103736 Revised August 13,2021 01 3216-4 CONSTRUCTION PROGRESS SCHEDULE Page 4 of 10 1 1. Schedule Framework-The schedule will be based on the defined scope of work 2 and follow the(Critical Path Methodology)CPM method. The Contractor's 3 schedule will align with the requirements of this specification and will be cost 4 loaded to reflect their plan for execution. Compliance with cost loading can be 5 provided with traditional cost loading of line items OR a projected cost per 6 month for the project when the initial schedule is submitted,updated on a 7 quarterly basis is significant change is anticipated.Overall schedule duration 8 will align with the contractual requirements for the respective scope of work and be 9 reflected in City's Master Project Schedule. The Project Number and Name of the 10 Project is required on each schedule and must match the City's project data. 11 12 E. Schedule File Name 13 All schedules submitted to the City for a project will have a file name that begins with 14 the City's project number followed by the name of the project followed by baseline(if 15 a baseline schedule)or the year and month (if a progress schedule), as shown below. 16 17 • Baseline Schedule File Name 18 Format: City Project Number—Project Name—Baseline 19 Example: 101376_North Montgomery Street HMAC_Baseline 20 21 • Progress Schedule File Name 22 Format: City Project Number—Project Name_YYYY-MM 23 Example: 101376—North Montgomery Street HMAC— 2018 01 24 25 • Project Schedule Progress Narrative File Name 26 Format: City Project Number—Project Name_PN_YYYY-MM 27 Example: 101376—North Montgomery Street HMAC—PN_2018— 01 28 29 F. Schedule Templates 30 The Contractor will utilize the relevant sections from the City's templates provided in 31 the City's document management system as the basis for creating their respective 32 project schedule. Specifically,the Contractor's schedule will align with the layout of 33 the Construction section. The templates are identified by type of project as noted 34 below. 35 • Arterials 36 • Aviation 37 • Neighborhood Streets 38 • Sidewalks(later) 39 • Quiet Zones(later) 40 • Street Lights(later) 41 • Intersection Improvements (later) 42 • Parks 43 • Storm water 44 • Street Maintenance 45 • Traffic 46 • Water 47 CITY OF FORT WORTH 2O22 ON-CALL STREET LIGHT CONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103736 Revised August 13,2021 01 3216-5 CONSTRUCTION PROGRESS SCHEDULE Page 5 of 10 G. Schedule Calendar The City's standard calendar for schedule development purposes is based on a 5-day 1 workweek and accounts for the City's eight standard holidays(New Years,Martin 2 Luther King, Memorial, Independence, Labor, Thanksgiving,day after Thanksgiving, 3 Christmas). The Contractor will establish a schedule calendar as part of the schedule 4 development process and provide to the Project Control Specialist as part of the basis 5 for their schedule. Variations between the City's calendar and the Contractor's 6 calendar must be resolved prior to the City's acceptance of their Baseline project 7 schedule. 9 10 H. WBS &Milestone Standards for Schedule Development 11 The scope of work to be accomplished by the Contractor is represented in the schedule 12 in the form of a Work Breakdown Structure(WBS).The WBS is the basis for the 13 development of the schedule activities and shall be imbedded and depicted in the 14 schedule. 15 16 The following is a summary of the standards to be followed in preparing and 17 maintaining a schedule for project delivery. 18 19 1. Contractor is required to utilize the City's WBS structure and respective 20 project type template for"Construction"as shown in Section 1.4.14 below. 21 Additional activities may be added to Levels 1 -4 to accommodate the needs 22 of the organization executing the work. Specifically the Contractor will add 23 activities under WBS XXXXXX.80.83 "Construction Execution"that 24 delineates the activities associated with the various components of the work. 25 26 2. Contractor is required to adhere to the City's Standard Milestones as shown 27 in Section 1.4.I below. Contractor will include additional milestones 28 representing intermediate deliverables as required to accurately reflect their 29 scope of work. 30 31 I. Schedule Activities 32 Activities are the discrete elements of work that make up the schedule. They will be 33 organized under the umbrella of the WBS. Activity descriptions should adequately 34 describe the activity, and in some cases the extent of the activity. All activities are 35 logically tied with a predecessor and a successor.The only exception to this rule is for 36 "project start"and"project finish"milestones. 37 38 The activity duration is based on the physical amount of work to be performed for the 39 stated activity, with a maximum duration of 20 working days OR a continuous activity 40 in one location. If the work for any one activity exceeds 20 days,break that activity 41 down incrementally to achieve this duration constraint. Any exception to this requires 42 review and acceptance by the City's Project Control Specialist. 43 44 J. Change Orders 45 When a Change Order is issued by the City,the impact is incorporated into the 46 previously accepted baseline schedule as an update,to clearly show impact to the 47 project timeline. The Contractor submits this updated baseline schedule to the City for CITY OF FORT WORTH 2O22 ON-CALL STREET LIGHT CONTRAOT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103736 Revised August 13,2021 013216-6 CONSTRUCTION PROGRESS SCHEDULE Page 6 of 10 1 review and acceptance as described in Section 1.5 below. Updated baseline schedules 2 adhere to the following: 3 4 1. Time extensions associated with approved contract modifications are limited to the 5 actual amount of time the project activities are anticipated to be delayed, unless 6 otherwise approved by the Program Manager. 7 8 2. The re-baselined schedule is submitted by the Contractor within ten workdays after 9 the date of receipt of the approved Change Order. 10 11 3. The changes in logic or durations approved by the City are used to analyze the impact 12 of the change and is included in the Change Order. The coding for a new activity(s) 13 added to the schedule for the Change Order includes the Change Order number in the 14 Activity ID. Use as many activities as needed to accurately show the work of the 15 Change Order. Revisions to the baseline schedule are not effective until accepted by 16 the City. 17 K. City's Work Breakdown Structure 18 19 WBS Code WBS Name 20 XXXXXX Project Name 21 XXXXXX.30 Design 22 XXXXXX.30.10 Design Contractor Agreement 23 XXXXXX.30.20 Conceptual Design(30%) 24 XXXXXX.30.30 Preliminary Design(60%) 25 XXXXXX.30.40 Final Design 26 XXXXXX.30.50 Environmental 27 XXXXXX.30.60 Permits 28 XXXXXX.30.60.10 Permits-Identification 29 XXXXXX.30.60.20 Permits-Review/Approve 30 XXXXXX.40 ROW & Easements 31 XXXXXX.40.10 ROW Negotiations 32 XXXXXX.40.20 Condemnation 33 XXXXXX.70 Utility Relocation 34 XXXXXX.70.10 Utility Relocation Co-ordination 35 XXXXXX.80 Construction 36 XXXXXX.80.81 Bid and Award 37 XXXXXX.80.83 Construction Execution 38 XXXXXX.80.85 Inspection 39 XXXXXX.80.86 Landscaping 40 XXXXXX.90 Closeout 41 XXXXXX.90.10 Construction Contract Close-out 42 XXXXXX.90.40 Design Contract Closure 43 L. City's Standard Milestones 44 The following milestone activities (i.e.,important events on a project that mark critical 45 points in time) are of particular interest to the City and must be reflected in the project 46 schedule for all phases of work. 47 CITY OF FORT WORTH 2O22 ON-CALL STREET LIGHT CONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103736 Revised August 13,2021 013216-7 CONSTRUCTION PROGRESS SCHEDULE Page 7 of 10 1 Activity ID Activity Name 2 Design 3 3020 Award Design Agreement 4 3040 Issue Notice to Proceed-Design Engineer 5 3100 Design Kick-off Meeting 6 3120 Submit Conceptual Plans to Utilities, ROW,Traffic, Parks, Storm Water, 7 Water& Sewer 8 3150 Peer Review Meeting/Design Review meeting(technical) 9 3160 Conduct Design Public Meeting#1 (required) 10 3170 Conceptual Design Complete 11 3220 Submit Preliminary Plans and Specifications to Utilities, ROW,Traffic, 12 Parks, Storm Water, Water&Sewer 13 3250 Conduct Design Public Meeting#2 (required) 14 3260 Preliminary Design Complete 15 3310 Submit Final Design to Utilities, ROW,Traffic,Parks,Storm Water, 16 Water& Sewer 17 3330 Conduct Design Public Meeting#3(if required) 18 3360 Final Design Complete 19 ROW& Easements 20 4000 Right of Way Start 21 4230 Right of Way Complete 22 Utility Relocation 23 7000 Utilities Start 24 7120 Utilities Cleared/Complete 25 Construction 26 Bid and Award 27 8110 Start Advertisement 28 8150 Conduct Bid Opening 29 8240 Award Construction Contract 30 Construction Execution 31 8330 Conduct Construction Public Meeting#4 Pre-Construction 32 8350 Construction Start 33 8370 Substantial Completion 34 8540 Construction Completion 35 9130 Notice of Completion/Green Sheet 36 9150 Construction Contract Closed 37 9420 Design Contract Closed 38 39 1.4 SUBMITTALS 40 A. Schedule Submittal&Review 41 The City's Project Manager is responsible for reviews and acceptance of the Contractor's 42 schedule. The City's Project Control Specialist is responsible for ensuring alignment of 43 the Contractor's baseline and progress schedules with the Master Project Schedule as 44 support to the City's Project Manager. The City reviews and accepts or rejects the 45 schedule within ten workdays of Contractor's submittal. 46 CITY OF FORT WORTH 2O22 ON-CALL STREET LIGHT CONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103736 Revised August 13,2021 0132 16-8 CONSTRUCTION PROGRESS SCHEDULE Page 8 of 10 1 1. Schedule Format 2 The Contractor will submit each schedule in two electronic forms,one in native file 3 format(.xer,.xml,.mpx)and the second in apdf format, in the City's document 4 management system in the location dedicated for this purpose and identified by the 5 Project Manager. In the event the Contractor does not use Primavera P6 or MS 6 Project for scheduling purposes,the schedule information must be submitted in.xls or 7 .xlsx format in compliance with the sample layout (See Specification 0132 16.1 8 Construction Project Schedule Baseline Example), including activity predecessors, 9 successors and total float. 10 11 2. Initial&Baseline Schedule 12 The Contractor will develop their schedule for their scope of work and submit their 13 initial schedule in electronic form(in the file formats noted above),in the City's 14 document management system in the location dedicated for this purpose at least 5 15 working days prior to Pre Construction Meeting. 16 17 The City's Project Manager and Project Control Specialist review this initial schedule 18 to determine alignment with the City's Master Project Schedule, including format& 19 WBS structure. Following the City's review,feedback is provided to the Contractor 20 for their use in finalizing their initial schedule and issuing(within five workdays)their 21 Baseline Schedule for final review and acceptance by the City. 22 23 3. Progress Schedule 24 The Contractor will update and issue their project schedule(Progress Schedule)by the 25 last day of each month throughout the life of their work on the project. The Progress 26 Schedule is submitted in electronic form as noted above, in the City's document 27 management system in the location dedicated for this purpose. 28 29 The City's Project Control team reviews each Progress Schedule for data and 30 information that support the assessment of the update to the schedule. In the event 31 data or information is missing or incomplete,the Project Controls Specialist 32 communicates directly with the Contractor's scheduler for providing same. The 33 Contractor re-submits the corrected Progress Schedule within 5 workdays, following 34 the submittal process noted above. The City's Project Manager and Project Control 35 Specialist review the Contractor's progress schedule for acceptance and to monitor 36 performance and progress. 37 38 The following list of items are required to ensure proper status information is 39 contained in the Progress Schedule. 40 • Baseline Start date 41 • Baseline Finish Date 42 • %Complete 43 • Float 44 • Activity Logic(dependencies) 45 • Critical Path 46 • Activities added or deleted 47 • Expected Baseline Finish date 48 • Variance to the Baseline Finish Date 49 CITY OF FORT WORTH 2O22 ON-CALL STREET LIGHT CONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103736 Revised August 13,2021 013216-9 CONSTRUCTION PROGRESS SCHEDULE Page 9 of 10 1 B. Monthly Construction Status Report 2 The Contractor submits a written status report(referred to as a progress narrative)at the 3 monthly progress meeting(if monthly meetings are held) or at the end of each month to 4 accompany the Progress Schedule submittal, using the standard format provided in 5 Specification 01 32 16.3 Construction Project Schedule Progress Narrative. The content 6 of the Construction Project Schedule Progress Narrative should be concise and complete 7 to include only changes,delays,and anticipated problems. 8 9 C. Submittal Process 10 • Schedules and Monthly Construction Status Reports are submitted in in the City's 11 document management system in the location dedicated for this purpose. 12 • Once the project has been completed and Final Acceptance has been issued by the 13 City, no further progress schedules or construction status reports are required from 14 the Contractor. 15 1. 16 1.5 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 17 1.6 CLOSEOUT SUBMITTALS [NOT USED] 18 1.7 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 19 1.8 QUALITY ASSURANCE 20 A. The person preparing and revising the construction Progress Schedule shall be 21 experienced in the preparation of schedules of similar complexity. 22 B. Schedule and supporting documents addressed in this Specification shall be prepared, 23 updated and revised to accurately reflect the performance of the construction. 24 C. Contractor is responsible for the quality of all submittals in this section meeting the 25 standard of care for the construction industry for similar projects. 26 1.9 DELIVERY, STORAGE, AND HANDLING [NOT USED] 27 1.10 FIELD [SITE] CONDITIONS [NOT USED] 28 1.11 WARRANTY [NOT USED] 29 1.12 ATTACHMENTS 30 Spec 01 32 16.1 Construction Project Schedule Baseline Example 31 Spec 01 32 16.2 Construction Project Schedule Progress Example 32 Spec 01 32 16.3 Construction Project Schedule Progress Narrative 33 CITY OF FORT WORTH 2O22 ON-CALL STREET LIGHT CONTRAgT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 1037 6 Revised August 13,2021 01 32 16-10 CONSTRUCTION PROGRESS SCHEDULE Page 10 of 10 2 PART 2 - PRODUCTS [NOT USED] 3 PART 3 - EXECUTION [NOT USED] 4 END OF SECTION 5 Revision Log DATE NAME SUMMARY OF CHANGE 8/13/2021 Michael Owen Revised to update specification requirements and eliminate duplicate schedule specifications. 6 CITY OF FORT WORTH 2O22 ON-CALL STREET LIGHT CONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103736 Revised August 13,2021 01 32 16.1 CONSTRUCTION PROGRESS SCHEDULE—BASELINE EXAMPLE Pagel of 5 1 SECTION 0132 16.1 2 CONSTRUCTION SCHEDULE—BASELINE EXAMPLE 3 PART1- GENERAL 4 The following is an example of a Contractor's project schedule that illustrates the data and 5 expectation for schedule content depicting the baseline for the project. This version of the 6 schedule is referred to as a"baseline"schedule. This example is intended to provide 7 guidance for the Contractor when developing and submitting a baseline schedule. See CFM 8 Specification 01 32 16 Construction Schedule for details and requirements regarding the 9 Contractor's project schedule. 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 CITY OF FORT WORTH 2O22 ON-CALL STREET LIGHT CONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103736 Revised August I3,2021 O1 32 16.1 CONSTRUCTION PROGRESS SCHEDULE—BASELINE EXAMPLE Page 2 of 5 x OD ❑ �` +--••--•-- ------------------.------------------------+-----------+-----------...........+-----------<-----------+........... ca , � o I O , ILL o o,� o��;oo,� q_o o o�o o.o;g,.3Q'•3 �",,�,g; r$ o#o o�o o.^m1� 6-�, �:7 A ab:- 'm -,a q.�'m m p 12m cc Jy g,r.v AM i LL 1 CITY OF FORT WORTH 2O22 ON-CALL STREET LIGHT CONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103736 Revised August 13,2021 01 32 16.1 CONSTRUCTION PROGRESS SCHEDULE-BASELINE EXAMPLE Page 3 of 5 CD z o Y ------------ % Y - % -_-.:.......... �....... .............. Y .._.. ._.._._.—L-._..... p ...• — .47 0 Cr i - - -% 78 4 e 11 Fi $i Fi t F Si A tfB iS R t 6t R f iR €i j A E '46 t $ I:a i O s Q $ � gg rya gg $$ g$ ggg �g � E 1 $2jjII li'lt U v I-f 3 ' i+ 12 n m 12 m o:eq m °° $-o E12' m m„.o3 9� °°fm i� g 62 k;V &. tit t12 tit R R R o m $ m n g,.g, o`o $ m R > R L m,$aRgR,RiR R o - }g R .R p _@ ff {„jTCQ�f rd�xSap yssp{ 3 i � � E X V �Y As 11 pill i it tE tBtl 7r +tl ;GY6& a ¢ d .aalllg r 7 r_ t p t Y U 1 CITY OF FORT WORTH 2O22 ON-CALL STREET LIGHT CONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103736 Revised August 13,2021 01 32 16.1 CONSTRUCTION PROGRESS SCHEDULE—BASELINE EXAMPLE Page 4 of 5 00 , L o Q N ........... ........F__........Y. � ______ ram, C Fat— C , a , J {Q f o < V1 V s � � wM d Y U L CO) 06 _ . . . E ` ,3 E 6 k 2 S � � a C � � � rn rn rn rn m rn � •� S �3e cl� II CITY OF FORT WORTH [2022 ON-CALL STREET LIGHT CONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103736 Revised August 13,2021 01 32 16A CONSTRUCTION PROGRESS SCHEDULE—BASELINE EXAMPLE Page 5 of$ 1 END OF SECTION 2 Revision Log DATE NAME SUMMARY OF CHANGE July 20,2018 M.Jarrell Initial Issue May 7,2021 M Owen Revised name due to revising the schedule specification 3 CITY OF FORT WORTH 2O22 ON-CALL STREET LIGHT CONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103736 Revised August 13,2021 01 32 16.2 CONSTRUCTION PROGRESS SCHEDULE—PROGRESS EXAMPLE Pagel of 5 1 SECTION 0132 16.2 2 CONSTRUCTION SCHEDULE—PROGRESS EXAMPLE 3 PART1 - GENERAL 4 The following is an example of a Contractor's project schedule that illustrates the data and 5 expectation for schedule content depicting the progress for the project. This version of the 6 schedule is referred to as a"progress"schedule. This example is intended to provide 7 guidance for the Contractor when developing and submitting a progress schedule. See 8 CFW Specification 01 32 16 Construction Schedule for details and requirements regarding 9 the Contractor's project schedule. 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 CITY OF FORT WORTH 2O22 ON-CALL STREET LIGHT CONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103736 Revised August 13,2021 0132 16.2 CONSTRUCTION PROGRESS SCHEDULE—PROGRESS EXAMPLE Page 2 of 5 x ------ -------- -----' ----- ----- -........... ................... ----------- -"'''- S t ---------- t—____ _________ i•M t , ..ice __. , a N ,o'o O v VVV i 1 i - 7iho o,co 6 zm.R; LL 12 j m �m Ym m m;m.9422 a s� V, iv m 12 m m m m.m i,m€~;� k�.� m `' m-ar 'na 12 n n Ru - s '° n Fm m dy�, { o v o oio 0 o t - ft�'Q•'lo o.'ip vi SQ n:,,in R RiQ i i ` F M PIP { I m � � E � ' I I ♦ • ♦ a to C � k � Rk�kR �{�A'R R R!�3 R .• g � R R � � �;8.�3 � O _....._ 1 CITY OF FORT WORTH 2O22 ON-CALL STREET LIGHT CONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103736 Revised August 13,2021 O1 32 16.2 CONSTRUCTION PROGRESS SCHEDULE—PROGRESS EXAMPLE Page 3 of 5 •----- .......... ------ ------' -- - - C7 Q A o.3;m#g,6.6 $,boo o`o,o 0 0-+0 0 0'0 0 oy`in ono o A ; 12 4 m m:.$ $:m o $im m.mr.m,o, m $ m r$ m $ m'q+lm mm a$ 4Q3... Oy11 $.$'^o mf .1$ m $ R $f $'.44 $ V 'S 12 $ m $ ¢;mf52.w,ro to v 9 e 1JJ W) _ At a I CL R.R'goR R R o o R,R:52 R;B'o 8 o R, 4R Y— 8'Sdg R R R o 1$2 o€ I I r ; I 13ED . • • • � f CITY OF FORT WORTH 2O22 ON-CALL STREET LIGHT CONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103736 Revised August 13,2021 0132 1&2 CONSTRUCTION PROGRESS SCHEDULE-PROGRESS EXAMPI{E Page 4 of 5 E-� ap ----------- - -- pq 0 M � so 0 0 e o 0 0 o o c t t t t t t e m W W u a 8 �b 8 V2 d n � z co g9 *J o -FU ; N C K O B F N C }O i 2 n. LN[< u 8 U U c a o` a L 4 � ostl -p s" Ea F a � a p) Q < 6 $ s m - 8 E ¢ s U U i 1 CITY OF FORT WORTH 2O22 ON-CALL STREET LIGHT�ONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103736 Revised August 13,2021 01 32 16.2 CONSTRUCTION PROGRESS SCHEDULE—PROGRESS EXAMPLE Page 5 of 5 I END OF SECTION 2 Revision Log DATE NAME SUMMARY OF CHANGE July 20,2018 M.Jarrell Initial Issue May 7,2021 M Owen Revised name due to revising the schedule specification 3 CITY OF FORT WORTH 2O22 ON-CALL STREET LIGHT CONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103736 Revised August 13,2021 0132 16.3 —PROGRESS NARRATIVE Page 1 of 1 SECTION 0132 16.3 CONSTRUCTION PROJECT SCHEDULE PROGRESS NARRATIVE Reporting Period: Date Issued: Project Name: ContractorCompanyName: City Project No: Contractor Schedule Contact: City Project Manager: A. List of activities changed in the reporting period. 1. (insert text here) 2. (insert text here) 3. (insert text here) 4. (insert text here) 5. (insert text here) 6. (insert text here) B. List any potential delays and provide mitigation actions 1. (insert text here) 2. (insert text here) 3. (insert text here) C. List any actual delays and provide recovery actions 1. (insert text here) 2. (insert text here) 3. (insert text here) CITY OF FORT WORTH,TEXAS 2022 ON-CALL STREET LIGHT C DNTRACT CONSTRUCTION PROJECT SCHEDULE NARRATIVE REPORT FOR CFW PROJECTS CPN 103736 Revised August 13, 2021 Page 1 of 1 I 013233-1 PRECONSTRUCTION VIDEO Pagel of 2 SECTION 0132 33 PRECONSTRUCTION VIDEO PART 1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Administrative and procedural requirements for: a. Preconstruction Videos B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include,but are not necessarily limited to: 1. Division 0—Bidding Requirements,Contract Forms and Conditions of the Contract 2. Division 1 —General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Preconstruction Video 1. Produce a preconstruction video of the site/alignment, including all areas in the vicinity of and to be affected by construction. a. Provide digital copy of video upon request by the City. 2. Retain a copy of the preconstruction video until the end of the maintenance surety period. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] CITY OF FORT WORTH 2O22 ON-CALL STREET LIGHT CONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103736 Revised July 1,2011 01 32 33-'2 PRECONSTRUCTION VIDEO Page 2 o112 PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH 2O22 ON-CALL STREET LIGHT CONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103736 Revised July I,2011 013300-1 SUBMITTALS Page 1 of 8 SECTION 0133 00 SUBMITTALS PART1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. General methods and requirements of submissions applicable to the following Work-related submittals: a. Shop Drawings b. Product Data(including Standard Product List submittals) c. Samples d. Mock Ups B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0—Bidding Requirements,Contract Forms and Conditions of the Contract 2. Division 1—General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES[NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Coordination 1. Notify the City in writing, at the time of submittal,of any deviations in the submittals from the requirements of the Contract Documents. 2. Coordination of Submittal Times a. Prepare, prioritize and transmit each submittal sufficiently in advance of performing the related Work or other applicable activities,or within the time specified in the individual Work Sections, of the Specifications. b. Contractor is responsible such that the installation will not be delayed by processing times including,but not limited to: a) Disapproval and resubmittal(if required) b) Coordination with other submittals c) Testing d) Purchasing e) Fabrication f) Delivery g) Similar sequenced activities c. No extension of time will be authorized because of the Contractor's failure to transmit submittals sufficiently in advance of the Work. CITY OF FORT WORTH 2O22 ON-CALL STREET LIGHT CONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103736 Revised December 20,2012 01 33 00-2 SUBMITTALS Page 2 of 8 d. Make submittals promptly in accordance with approved schedule, and in such sequence as to cause no delay in the Work or in the work of any other contractor. B. Submittal Numbering 1. When submitting shop drawings or samples, utilize a 9-character submittal cross- reference identification numbering system in the following manner: a. Use the first 6 digits of the applicable Specification Section Number. b. For the next 2 digits number use numbers 01-99 to sequentially number each initial separate item or drawing submitted under each specific Section number. c. Last use a letter, A-Z, indicating the resubmission of the same drawing(i.e. A=2nd submission, B=3rd submission, C=4th submission, etc.). A typical submittal number would be as follows: 03 30 00-08-B 1) 03 30 00 is the Specification Section for Concrete 2) 08 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 samples, including those by subcontractors,prior to submission to determine and verify the following: a. Field measurements b. Field construction criteria c. Catalog numbers and similar data d. Conformance with the Contract Documents 2. Provide each shop drawing, sample and product data submitted by the Contractor with a Certification Statement affixed including: a. The Contractor's Company name b. Signature of submittal reviewer c. Certification Statement 1) "By this submittal, I hereby represent that I have determined and verified field measurements, field construction criteria,materials, dimensions, catalog numbers and similar data and I have checked and coordinated each item with other applicable approved shop drawings." D. Submittal Format 1. Fold shop drawings larger than 8 '/z inches x 11 inches to 8 '/2 inches x 11 inches. 2. Bind shop drawings and product data sheets together. 3. Order a. Cover Sheet 1) Description of Packet 2) Contractor Certification b. List of items/Table of Contents c. Product Data/Shop Drawings/Samples/Calculations E. Submittal Content 1. The date of submission and the dates of any previous submissions CITY OF FORT WORTH 2O22 ON-CALL STREET LIGHT CONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103736 Revised December 20,2012 013300-3 SUBMITTALS Page 3 of 8 2. The Project title and number 3. Contractor identification 4. The names of: a. Contractor b. Supplier c. Manufacturer 5. Identification of the product,with the Specification Section number,page and paragraph(s) 6. Field dimensions,clearly identified as such 7. Relation to adjacent or critical features of the Work or materials 8. Applicable standards,such as ASTM or Federal Specification numbers 9. Identification by highlighting of deviations from Contract Documents 10. Identification by highlighting of revisions on resubmittals 11. An 8-inch x 3-inch blank space for Contractor and City stamps F. Shop Drawings 1. As specified in individual Work Sections includes,but is not necessarily limited to: a. Custom-prepared data such as fabrication and erection/installation(working) drawings b. Scheduled information c. Setting diagrams d. Actual shopwork manufacturing instructions e. Custom templates f. Special wiring diagrams g. Coordination drawings h. Individual system or equipment inspection and test reports including: 1) Performance curves and certifications i. As applicable to the Work 2. Details a. Relation of the various parts to the main members and lines of the structure b. Where correct fabrication of the Work depends upon field measurements 1)Provide such measurements and note on the drawings prior to submitting for approval. G. Product Data 1. For submittals of product data for products included on the City's Standard Product List,clearly identify each item selected for use on the Project. 2. For submittals of product data for products not included on the City's Standard Product List,submittal data may include,but is not necessarily limited to: a. Standard prepared data for manufactured products(sometimes referred to as catalog data) 1) Such as the manufacturer's product specification and installation instructions 2) Availability of colors and patterns 3) Manufacturer's printed statements of compliances and applicability 4) Roughing-in diagrams and templates 5) Catalog cuts 6) Product photographs CITY OF FORT WORTH 2O22 ON-CALL STREET LIGHT CONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103736 Revised December 20,2012 01 33 00-4 SUBMITTALS Page 4 of 8 7) Standard wiring diagrams 8) Printed performance curves and operational-range diagrams 9) Production or quality control inspection and test reports and certifications 10) Mill reports 11) Product operating and maintenance instructions and recommended spare-parts listing and printed product warranties 12) As applicable to the Work H. Samples 1. As specified in individual Sections,include,but are not necessarily limited to: a. Physical examples of the Work such as: 1) Sections of manufactured or fabricated Work 2) Small cuts or containers of materials 3) Complete units of repetitively used products color/texture/pattern swatches and range sets 4) Specimens for coordination of visual effect 5) Graphic symbols and units of Work to be used by the City for independent inspection and testing, as applicable to the Work I. Do not start Work requiring a shop drawing,sample or product data nor any material to be fabricated or installed prior to the approval or qualified approval of such item. 1. Fabrication performed, materials purchased or on-site construction accomplished which does not conform to approved shop drawings and data is at the Contractor's risk. 2. The City will not be liable for any expense or delay due to corrections or remedies; required to accomplish conformity. 3. Complete project Work, materials, fabrication, and installations in conformance with approved shop drawings, applicable samples, and product data. J. Submittal Distribution 1. Electronic Distribution a. Confirm development of Project directory for electronic submittals to be uploaded to City's Buzzsaw site, or another external FTP site approved by the City. b. Shop Drawings 1) Upload submittal to designated project directory and notify appropriate City representatives via email of submittal posting. 2) Hard Copies a) 3 copies for all submittals b) If Contractor requires more than 1 hard copy of Shop Drawings returned, Contractor shall submit more than the number of copies listed above. c. Product Data 1) Upload submittal to designated project directory and notify appropriate City representatives via email of submittal posting. 2) Hard Copies a) 3 copies for all submittals d. Samples 1) Distributed to the Project Representative 2. Hard Copy Distribution(if required in lieu of electronic distribution) CITY OF FORT WORTH 2O22 ON-CALL STREET LIGHT CONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103736 Revised December 20,2012 01 33 00-5 SUBMITTALS Page 5 of 8 a. Shop Drawings 1) Distributed to the City 2) Copies a) 8 copies for mechanical submittals b) 7 copies for all other submittals c) if Contractor requires more than 3 copies of Shop Drawings returned, Contractor shall submit more than the number of copies listed above. b. Product Data 1) Distributed to the City 2) Copies a) 4 copies c. Samples 1) Distributed to the Project Representative 2) Copies a) Submit the number stated in the respective Specification Sections. 3. Distribute reproductions of approved shop drawings and copies of approved product data and samples,where required, to the job site file and elsewhere as directed by the City. a. Provide number of copies as directed by the City but not exceeding the number previously specified. K. Submittal Review 1. The review of shop drawings, data and samples will be for general conformance with the design concept and Contract Documents. This is not to be construed as: a. Permitting any departure from the Contract requirements b. Relieving the Contractor of responsibility for any errors, including details, dimensions,and materials c. Approving departures from details furnished by the City, except as otherwise provided herein 2. The review and approval of shop drawings, samples or product data by the City does not relieve the Contractor from his/her responsibility with regard to the fulfillment of the terms of the Contract. a. All risks of error and omission are assumed by the Contractor, and the City will have no responsibility therefore. 3. The Contractor remains responsible for details and accuracy, for coordinating the Work with all other associated work and trades, for selecting fabrication processes, for techniques of assembly and for performing Work in a safe manner. 4. If the shop drawings, data or samples as submitted describe variations and show a departure from the Contract requirements which City finds to be in the interest of the City and to be so minor as not to involve a change in Contract Price or time for performance, the City may return the reviewed drawings without noting an exception. 5. Submittals will be returned to the Contractor under 1 of the following codes: a. Code 1 1) "NO EXCEPTIONS TAKEN" is assigned when there are no notations or comments on the submittal. a) When returned under this code the Contractor may release the equipment and/or material for manufacture. b. Code 2 CITY OF FORT WORTH 2O22 ON-CALL STREET LIGHT CONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103736 Revised December 20,2012 01 33 00- SUBMITTAL Page 6 of 8 1) "EXCEPTIONS NOTED". This code is assigned when a confirmation of the notations and comments IS NOT required by the Contractor. a) The Contractor may release the equipment or material for manufacture; however,all notations and comments must be incorporated into the final product. c. Code 3 1) "EXCEPTIONS NOTED/RESUBMIT". This combination of codes is assigned when notations and comments are extensive enough to require a resubmittal of the package. a) The Contractor may release the equipment or material for manufacture; however, all notations and comments must be incorporated into the final product. b) This resubmittal is to address all comments,omissions and non-conforming items that were noted. c) Resubmittal is to be received by the City within 15 Calendar Days of the date of the City's transmittal requiring the resubmittal. d. Code 4 1) "NOT APPROVED"is assigned when the submittal does not meet the intent of the Contract Documents. a) The Contractor must resubmit the entire package revised to bring the submittal into conformance. b) It may be necessary to resubmit using a different manufacturer/vendor to meet the Contract Documents. 6. Resubmittals a. Handled in the same manner as first submittals 1) Corrections other than requested by the City 2) Marked with revision triangle or other similar method a) At Contractor's risk if not marked b. Submittals for each item will be reviewed no more than twice at the City's expense. 1) All subsequent reviews will be performed at times convenient to the City and at the Contractor's expense,based on the City's or City Representative's then prevailing rates. 2) Provide Contractor reimbursement to the City within 30 Calendar Days for all such fees invoiced by the City. c. The need for more than 1 resubmission or any other delay in obtaining City's review of submittals, will not entitle the Contractor to an extension of Contract Time. 7. Partial Submittals a. City reserves the right to not review submittals deemed partial, at the City's discretion. b. Submittals deemed by the City to be not complete will be returned to the Contractor,and will be considered "Not Approved"until resubmitted. c. The City may at its option provide a list or mark the submittal directing the Contractor to the areas that are incomplete. 8. If the Contractor considers any correction indicated on the shop drawings to constitute a change to the Contract Documents,then written notice must be provided thereof to the City at least 7 Calendar Days prior to release for manufacture. CITY OF FORT WORTH 2O22 ON-CALL STREET LIGHT CONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN I03736 Revised December 20,2012 013300-7 SUBMITTALS Page 7 of 8 9. When the shop drawings have been completed to the satisfaction of the City,the Contractor may carry out the construction in accordance therewith and no further changes therein except upon written instructions from the City. 10. Each submittal, appropriately coded,will be returned within 30 Calendar Days following receipt of submittal by the City. L. Mock ups 1. Mock Up units as specified in individual Sections, include, but are not necessarily limited to,complete units of the standard of acceptance for that type of Work to be used on the Project. Remove at the completion of the Work or when directed. M. Qualifications 1. If specifically required in other Sections of these Specifications, submit a P.E. Certification for each item required. N. Request for Information(RFI) 1. Contractor Request for additional information a. Clarification or interpretation of the contract documents b. When the Contractor believes there is a conflict between Contract Documents c. When the Contractor believes there is a conflict between the Drawings and Specifications 1) Identify the conflict and request clarification 2. Use the Request for Information(RFI)form provided by the City. 3. Numbering of RFI a. Prefix with"RFI"followed by series number, "-xxx", beginning with"01"and increasing sequentially with each additional transmittal. 4. Sufficient information shall be attached to permit a written response without further information. 5. The City will log each request and will review the request. a. If review of the project information request indicates that a change to the Contract Documents is required,the City will issue a Field Order or Change Order,as appropriate. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] CITY OF FORT WORTH 2O22 ON-CALL STREET LIGHT CONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103736 Revised December 20,2012 013300-8 SUBMITTALS Page 8 of 8 PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D.Johnson 1.4.K.8.Working Days modified to Calendar Days CITY OF FORT WORTH 2O22 ON-CALL STREET LIGHT CONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103736 Revised December 20,2012 0135 13-1 SPECIAL PROJECT PROCEDURES Page 1 of 8 1 SECTION 0135 13 2 SPECIAL PROJECT PROCEDURES 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. The procedures for special project circumstances that includes, but is not limited to: 7 a. Coordination with the Texas Department of Transportation 8 b. Work near High Voltage Lines 9 c. Confined Space Entry Program 10 d. Air Pollution Watch Days 11 e. Use of Explosives,Drop Weight,Etc. 12 f. Water Department Notification 13 g. Public Notification Prior to Beginning Construction 14 h. Coordination with United States Army Corps of Engineers 15 i. Coordination within Railroad permits areas 16 j. Dust Control 17 k. Employee Parking 18 B. Deviations from this City of Fort Worth Standard Specification 19 1. None. 20 C. Related Specification Sections include,but are not necessarily limited to: 21 1. Division 0—Bidding Requirements,Contract Forms and Conditions of the Contract 22 2. Division 1 —General Requirements 23 3. Section 33 12 25—Connection to Existing Water Mains 24 1.2 PRICE AND PAYMENT PROCEDURES 25 A. Measurement and Payment 26 1. Coordination within Railroad permit areas 27 a. Measurement 28 1) Measurement for this Item will be by lump sum. 29 b. Payment 30 1) The work performed and materials furnished in accordance with this Item 31 will be paid for at the lump sum price bid for Railroad Coordination. 32 c. The price bid shall include: 33 1) Mobilization 34 2) Inspection 35 3) Safety training 36 4) Additional Insurance 37 5) Insurance Certificates 38 6) Other requirements associated with general coordination with Railroad, 39 including additional employees required to protect the right-of-way and 40 property of the Railroad from damage arising out of and/or from the 41 construction of the Project. 42 CITY OF FORT WORTH 2O22 ON-CALL STREET LIGHT CONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103736 Revised December 20,2012 0135 13-2 SPECIAL PROJECT PROCEDURES Page 2 of 8 1 2. Railroad Flagmen 2 a. Measurement 3 l) Measurement for this Item will be per working day. 4 b. Payment 5 l) The work performed and materials furnished in accordance with this Item 6 will be paid for each working day that Railroad Flagmen are present at the 7 Site. 8 c. The price bid shall include: 9 1) Coordination for scheduling flagmen 10 2) Flagmen 11 3) Other requirements associated with Railroad 12 3. All other items 13 a. Work associated with these Items is considered subsidiary to the various Items 14 bid. No separate payment will be allowed for this Item. 15 1.3 REFERENCES 16 A. Reference Standards 17 1. Reference standards cited in this Specification refer to the current reference 18 standard published at the time of the latest revision date logged at the end of this 19 Specification, unless a date is specifically cited. 20 2. Health and Safety Code,Title 9. Safety, Subtitle A. Public Safety,Chapter 752. 21 High Voltage Overhead Lines. 22 3. North Central Texas Council of Governments(NCTCOG)—Clean Construction 23 Specification 24 1.4 ADMINISTRATIVE REQUIREMENTS 25 A. Coordination with the Texas Department of Transportation 26 1. When work in the right-of-way which is under the jurisdiction of the Texas 27 Department of Transportation(TxDOT): 28 a. Notify the Texas Department of Transportation prior to commencing any work!, 29 therein in accordance with the provisions of the permit 30 b. All work performed in the TxDOT right-of-way shall be performed in 31 compliance with and subject to approval from the Texas Department of 32 Transportation 33 B. Work near High Voltage Lines 34 1. Regulatory Requirements 35 a. All Work near High Voltage Lines(more than 600 volts measured between 36 conductors or between a conductor and the ground)shall be in accordance with 37 Health and Safety Code,Title 9, Subtitle A,Chapter 752. 38 2. Warning sign 39 a. Provide sign of sufficient size meeting all OSHA requirements. 40 3. Equipment operating within 10 feet of high voltage lines will require the following 41 safety features 42 a. Insulating cage-type of guard about the boom or arm 43 b. Insulator links on the lift hook connections for back hoes or dippers 44 c. Equipment must meet the safety requirements as set forth by OSHA and the 45 safety requirements of the owner of the high voltage lines CITY OF FORT WORTH 2O22 ON-CALL STREET LIGHT CONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103736 Revised December 20,2012 013513-3 SPECIAL PROJECT PROCEDURES Page 3 of 8 1 4. Work within 6 feet of high voltage electric lines 2 a. Notification shall be given to: 3 1) The power company(example: ONCOR) 4 a) Maintain an accurate log of all such calls to power company and record 5 action taken in each case. 6 b. Coordination with power company 7 1) After notification coordinate with the power company to: 8 a) Erect temporary mechanical barriers, de-energize the lines, or raise or 9 lower the lines 10 c. No personnel may work within 6 feet of a high voltage line before the above 11 requirements have been met. 12 C. Confined Space Entry Program 13 1. Provide and follow approved Confined Space Entry Program in accordance with 14 OSHA requirements. 15 2. Confined Spaces include: 16 a. Manholes 17 b. All other confined spaces in accordance with OSHA's Permit Required for 18 Confined Spaces 19 D. Air Pollution Watch Days 20 1. General 21 a. Observe the following guidelines relating to working on City construction sites 22 on days designated as"AIR POLLUTION WATCH DAYS". 23 b. Typical Ozone Season 24 1) May 1 through October 31. 25 c. Critical Emission Time 26 1) 6:00 a.m.to 10:00 a.m. 27 2. Watch Days 28 a. The Texas Commission on Environmental Quality(TCEQ), in coordination 29 with the National Weather Service,will issue the Air Pollution Watch by 3:00 30 p.m. on the afternoon prior to the WATCH day. 31 b. Requirements 32 1) Begin work after 10:00 a.m.whenever construction phasing requires the 33 use of motorized equipment for periods in excess of 1 hour. 34 2) However,the Contractor may begin work prior to 10:00 a.m. if: 35 a) Use of motorized equipment is less than 1 hour,or 36 b) If equipment is new and certified by EPA as "Low Emitting",or 37 equipment burns Ultra Low Sulfur Diesel(ULSD), diesel emulsions,or 38 alternative fuels such as CNG. 39 E. TCEQ Air Permit 40 1. Obtain TCEQ Air Permit for construction activities per requirements of TCEQ. 41 F. Use of Explosives,Drop Weight,Etc. 42 1. When Contract Documents permit on the project the following will apply: 43 a. Public Notification 44 1) Submit notice to City and proof of adequate insurance coverage,24 hours 45 prior to commencing. 46 2) Minimum 24 hour public notification in accordance with Section 01 31 13 CITY OF FORT WORTH 2O22 ON-CALL STREET LIGHT CONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103736 Revised December 20,2012 0135 13- SPECIAL PROJECT PROCEDURE Page 4 of 8 1 G. Water Department Coordination 2 1. During the construction of this project, it will be necessary to deactivate,for a 3 period of time,existing lines. The Contractor shall be required to coordinate with 4 the Water Department to determine the best times for deactivating and activating 5 those lines. 6 2. Coordinate any event that will require connecting to or the operation of an existing 7 City water line system with the City's representative. 8 a. Coordination shall be in accordance with Section 33 12 25. 9 b. If needed, obtain a hydrant water meter from the Water Department for use 10 during the life of named project. 11 c. In the event that a water valve on an existing live system be turned off and on 12 to accommodate the construction of the project is required, coordinate this 13 activity through the appropriate City representative. 14 1) Do not operate water line valves of existing water system. 15 a) Failure to comply will render the Contractor in violation of Texas Penal 16 Code Title 7,Chapter 28.03 (Criminal Mischief)and the Contractor 17 will be prosecuted to the full extent of the law. 18 b) In addition,the Contractor will assume all liabilities and 19 responsibilities as a result of these actions. 20 H. Public Notification Prior to Beginning Construction 21 1. Prior to beginning construction on any block in the project, on a block by block 22 basis,prepare and deliver a notice or flyer of the pending construction to the front 23 door of each residence or business that will be impacted by construction. The noticg 24 shall be prepared as follows: 25 a. Post notice or flyer 7 days prior to beginning any construction activity on each 26 block in the project area. 27 1) Prepare flyer on the Contractor's letterhead and include the following 28 information: 29 a) Name of Project 30 b) City Project No(CPN) 31 c) Scope of Project(i.e.type of construction activity) 32 d) Actual construction duration within the block 33 e) Name of the contractor's foreman and phone number 34 f) Name of the City's inspector and phone number 35 g) City's after-hours phone number 36 2) A sample of the `pre-construction notification' flyer is attached as Exhibit 37 A. 38 3) Submit schedule showing the construction start and finish time for each 39 block of the project to the inspector. 40 4) Deliver flyer to the City Inspector for review prior to distribution. 41 b. No construction will be allowed to begin on any block until the flyer is 42 delivered to all residents of the block. 43 1. Public Notification of Temporary Water Service Interruption during Construction 44 1. In the event it becomes necessary to temporarily shut down water service to 45 residents or businesses during construction,prepare and deliver a notice or flyer of 46 the pending interruption to the front door of each affected resident. 47 48 CITY OF FORT WORTH 2O22 ON-CALL STREET LIGHT ONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PN 103736 Revised December 20,2012 013513-5 SPECIAL PROJECT PROCEDURES Page 5 of 8 1 2. Prepared notice as follows: 2 a. The notification or flyer shall be posted 24 hours prior to the temporary 3 interruption. 4 b. Prepare flyer on the contractor's letterhead and include the following 5 information: 6 1) Name of the project 7 2) City Project Number 8 3) Date of the interruption of service 9 4) Period the interruption will take place 10 5) Name of the contractor's foreman and phone number 11 6) Name of the City's inspector and phone number 12 c. A sample of the temporary water service interruption notification is attached as 13 Exhibit B. 14 d. Deliver a copy of the temporary interruption notification to the City inspector 15 for review prior to being distributed. 16 e. No interruption of water service can occur until the flyer has been delivered to 17 all affected residents and businesses. 18 f. Electronic versions of the sample flyers can be obtained from the Project 19 Construction Inspector. 20 J. Coordination with United States Army Corps of Engineers(USACE) 21 1. At locations in the Project where construction activities occur in areas where 22 USACE permits are required,meet all requirements set forth in each designated 23 permit. 24 K. Coordination within Railroad Permit Areas 25 1. At locations in the project where construction activities occur in areas where 26 railroad permits are required,meet all requirements set forth in each designated 27 railroad permit. This includes,but is not limited to,provisions for: 28 a. Flagmen 29 b. Inspectors 30 c. Safety training 31 d. Additional insurance 32 e. Insurance certificates 33 f. Other employees required to protect the right-of-way and property of the 34 Railroad Company from damage arising out of and/or from the construction of 35 the project. Proper utility clearance procedures shall be used in accordance 36 with the permit guidelines. 37 2. Obtain any supplemental information needed to comply with the railroad's 38 requirements. 39 3. Railroad Flagmen 40 a. Submit receipts to City for verification of working days that railroad flagmen 41 were present on Site. 42 L. Dust Control 43 1. Use acceptable measures to control dust at the Site. 44 a. if water is used to control dust,capture and properly dispose of waste water. 45 b. If wet saw cutting is performed, capture and properly dispose of slurry. 46 M. Employee Parking 47 1. Provide parking for employees at locations approved by the City. CITY OF FORT WORTH 2O22 ON-CALL STREET LIGHT CONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103736 Revised December 20,2012 013513-6 SPECIAL PROJECT PROCEDURES Page 6 of 8 1 1.5 SUBMITTALS [NOT USED] 2 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 3 1.7 CLOSEOUT SUBMITTALS [NOT USED] 4 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 5 1.9 QUALITY ASSURANCE [NOT USED] 6 1.10 DELIVERY, STORAGE,AND HANDLING [NOT USED] 7 1.11 FIELD [SITE] CONDITIONS [NOT USED] 8 1.12 WARRANTY [NOT USED] 9 PART 2 - PRODUCTS [NOT USED] 10 PART 3 - EXECUTION [NOT USED] 11 END OF SECTION 12 Revision Log DATE NAME SUMMARY OF CHANGE 1.4.B—Added requirement of compliance with Health and Safety Code,Title 9. 8/31/2012 D.Johnson Safety,Subtitle A.Public Safety,Chapter 752.High Voltage Overhead Lines. 1.4.E—Added Contractor responsibility for obtaining a TCEQ Air Permit 13 CITY OF FORT WORTH 2O22 ON-CALL STREET LIGHT CONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103736 Revised December 20,2012 013513-7 SPECIAL PROJECT PROCEDURES Page 7 of 8 1 EXHIBIT A 2 (To be printed on Contractor's Letterhead) 3 4 5 6 Date: 7 8 CPN No.: 9 Project Name: 10 Mapsco Location: 11 Limits of Construction: 12 13 14 15 16 17 THIS IS TO INFORM YOU THAT UNDER A CONTRACT WITH THE CITY OF FORT 18 WORTH, OUR COMPANY WILL WORK ON UTILITY LINES ON OR AROUND YOUR 19 PROPERTY. 20 21 CONSTRUCTION WILL BEGIN APPROXIMATELY SEVEN DAYS FROM THE DATE 22 OF THIS NOTICE. 23 24 IF YOU HAVE QUESTIONS ABOUT ACCESS, SECURITY, SAFETY OR ANY OTHER 25 ISSUE, PLEASE CALL: 26 27 28 Mr. <CONTRACTOR'S SUPERINTENDENT> AT <TELEPHONE NO.> 29 30 OR 31 32 Mr. <CITY INSPECTOR> AT < TELEPHONE NO.> 33 34 AFTER 4:30 PM OR ON WEEKENDS, PLEASE CALL (817) 392 8306 35 36 PLEASE KEEP THIS FLYER HANDY WHEN YOU CALL 37 CITY OF FORT WORTH 2O22 ON-CALL STREET LIGHT CONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103736 Revised December 20,2012 01 35 13-8 SPECIAL PROJECT PROCEDURES Page 8 of$ 1 EXHIBIT B 2 FORT WORTH DOE no.xxxx Project mama: NOTICE OF TEMPORARY WATER SERVICE INTERRUPTION DUE TO UTILITY IMPROVEMENTS IN YOUR NEIGHBORHOOD, YOUR WATER SERVICE WILL BE INTERRUPTED ON BETWEEN THE HOURS OF AND IF YOU HAVE QUESTIONS ABOUT THIS SHUT-OUT,PLEASE CALL: MR. AT (CONTRACTORS SUPERINTENDENT) (TELEPHONE NUMBER) OR MR. AT (CITY]INSPECTOR) (TELEPHONE NUMBER) THIS INCONVENIENCE WILL BE AS SHORT AS POSSIBLE. THANK YOU, ,CONTRACTOR 4 CITY OF FORT WORTH 2O22 ON-CALL STREET LIGHT CONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103736 Revised December 20,2012 01 45 23 TESTING AND INSPECTION SERVICES Page 1 of 2 SECTION 0145 23 TESTING AND INSPECTION SERVICES PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Testing and inspection services procedures and coordination B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include,but are not necessarily limited to: 1. Division 0—Bidding Requirements,Contract Forms and Conditions of the Contract 2. Division 1 —General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. a. Contractor is responsible for performing,coordinating,and payment of all Quality Control testing. b. City is responsible for performing and payment for first set of Quality Assurance testing. 1) If the first Quality Assurance test performed by the City fails,the Contractor is responsible for payment of subsequent Quality Assurance testing until a passing test occurs. a) Final acceptance will not be issued by City until all required payments for testing by Contractor have been paid in full. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Testing 1. Complete testing in accordance with the Contract Documents. 2. Coordination a. When testing is required to be performed by the City,notify City,sufficiently in advance,when testing is needed. b. When testing is required to be completed by the Contractor,notify City, sufficiently in advance,that testing will be performed. 3. Distribution of Testing Reports a. Electronic Distribution 1) Confirm development of Project directory for electronic submittals to be uploaded to the City's document management system,or another external FTP site approved by the City. CITY OF FORT WORTH 2O22 ON-CALL STREET LIGHT CONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103736 Revised March 9,2020 01 4523 TESTING AND INSPECTION SERVICES Page 2 of 2 2) Upload test reports to designated project directory and notify appropriate City representatives via email of submittal posting. 3) Hard Copies a) 1 copy for all submittals submitted to the Project Representative b. Hard Copy Distribution(if required in lieu of electronic distribution) 1) Tests performed by City a) Distribute 1 hard copy to the Contractor 2) Tests performed by the Contractor a) Distribute 3 hard copies to City's Project Representative 4. Provide City's Project Representative with trip tickets for each delivered load of Concrete or Lime material including the following information: a. Name of pit b. Date of delivery c. Material delivered B. Inspection 1. Inspection or lack of inspection does not relieve the Contractor from obligation to perform work in accordance with the Contract Documents. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 3/9/2020 D.V.Magana Removed reference to Buzzsaw and noted that electronic submittals be uploaded through the City's document management system. CITY OF FORT WORTH 2O22 ON-CALL STREET LIGHT CONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103736 Revised March 9,2020 01 50 00-1 TEMPORARY FACILITIES AND CONTROLS Page 1 of 4 SECTION 0150 00 TEMPORARY FACILITIES AND CONTROLS PART 1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Provide temporary facilities and controls needed for the Work including,but not necessarily limited to: a. Temporary utilities b. Sanitary facilities c. Storage Sheds and Buildings d. Dust control e. Temporary fencing of the construction site B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include,but are not necessarily limited to: 1. Division 0—Bidding Requirements,Contract Forms and Conditions of the Contract 2. Division 1 —General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Temporary Utilities 1. Obtaining Temporary Service a. Make arrangements with utility service companies for temporary services. b. Abide by rules and regulations of utility service companies or authorities having jurisdiction. c. Be responsible for utility service costs until Work is approved for Final Acceptance. 1) Included are fuel,power, light, heat and other utility services necessary for execution,completion,testing and initial operation of Work. 2. Water a. Contractor to provide water required for and in connection with Work to be performed and for specified tests of piping,equipment,devices or other use as required for the completion of the Work. b. Provide and maintain adequate supply of potable water for domestic consumption by Contractor personnel and City's Project Representatives. c. Coordination 1) Contact City 1 week before water for construction is desired CITY OF FORT WORTH 2O22 ON-CALL STREET LIGHT CONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103736 Revised July 1,2011 01 50 00-2 TEMPORARY FACILITIES AND CONTROLS Page 2 ofll d. Contractor Payment for Construction Water l) Obtain construction water meter from City for payment as billed by City's established rates. 3. Electricity and Lighting a. Provide and pay for electric powered service as required for Work, including testing of Work. 1) Provide power for lighting,operation of equipment,or other use. b. Electric power service includes temporary power service or generator to maintain operations during scheduled shutdown. 4. Telephone a. Provide emergency telephone service at Site for use by Contractor personnel and others performing work or furnishing services at Site. 5. Temporary Heat and Ventilation a. Provide temporary heat as necessary for protection or completion of Work. b. Provide temporary heat and ventilation to assure safe working conditions. B. Sanitary Facilities 1. Provide and maintain sanitary facilities for persons on Site. a. Comply with regulations of State and local departments of health. 2. Enforce use of sanitary facilities by construction personnel at job site. a. Enclose and anchor sanitary facilities. b. No discharge will be allowed from these facilities. c. Collect and store sewage and waste so as not to cause nuisance or health problem. d. Haul sewage and waste off-site at no less than weekly intervals and properly dispose in accordance with applicable regulation. 3. Locate facilities near Work Site and keep clean and maintained throughout Project. 4. Remove facilities at completion of Project C. Storage Sheds and Buildings 1. Provide adequately ventilated, watertight, weatherproof storage facilities with floor above ground level for materials and equipment susceptible to weather damage. 2. Storage of materials not susceptible to weather damage may be on blocks off ground. 3. Store materials in a neat and orderly manner. a. Place materials and equipment to permit easy access for identification, inspection and inventory. 4. Equip building with lockable doors and lighting, and provide electrical service for equipment space heaters and heating or ventilation as necessary to provide storage environments acceptable to specified manufacturers. 5. Fill and grade site for temporary structures to provide drainage away from temporary and existing buildings. 6. Remove building from site prior to Final Acceptance. D. Temporary Fencing 1. Provide and maintain for the duration or construction when required in contract documents E. Dust Control CITY OF FORT WORTH 2O22 ON-CALL STREET LIGHT CONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS ICPN 103736 Revised July 1,2011 01 50 00-3 TEMPORARY FACILITIES AND CONTROLS Page 3 of 4 1. Contractor is responsible for maintaining dust control through the duration of the project. a. Contractor remains on-call at all times b. Must respond in a timely manner F. Temporary Protection of Construction 1. Contractor or subcontractors are responsible for protecting Work from damage due to weather. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. Temporary Facilities 1. Maintain all temporary facilities for duration of construction activities as needed. 3.5 [REPAIR] /[RESTORATION] 3.6 RE-INSTALLATION 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES A. Temporary Facilities CITY OF FORT WORTH 2O22 ON-CALL STREET LIGHT CONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103736 Revised July 1,2011 01 50 00-4 TEMPORARY FACILITIES AND CONTROLS Page 4 of 4 1. Remove all temporary facilities and restore area after completion of the Work,to a condition equal to or better than prior to start of Work. 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH 2O22 ON-CALL STREET LIGHT CONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103736 Revised July 1,2011 01 55 26-I STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 1 of 3 1 SECTION 0155 26 2 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Administrative procedures for: 7 a. Street Use Permit 8 b. Modification of approved traffic control 9 c. Removal of Street Signs 10 B. Deviations from this City of Fort Worth Standard Specification 11 1. None. t2 C. Related Specification Sections include,but are not necessarily limited to: 13 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 14 2. Division 1 —General Requirements 15 3. Section 34 71 13— Traffic Control 16 1.2 PRICE AND PAYMENT PROCEDURES 17 A. Measurement and Payment 18 1. Work associated with this Item is considered subsidiary to the various Items bid. 19 No separate payment will be allowed for this Item. 20 1.3 REFERENCES 21 A.Reference Standards 22 1. Reference standards cited in this specification refer to the current reference standard 23 published at the time of the latest revision date logged at the end of this 24 specification, unless a date is specifically cited. 25 2. Texas Manual on Uniform Traffic Control Devices (TMUTCD). 26 1.4 ADMINISTRATIVE REQUIREMENTS 27 A. Traffic Control 28 1. General 29 a. Contractor shall minimize lane closures and impact to vehicular/pedestrian 30 traffic. 31 b. When traffic control plans are included in the Drawings, provide Traffic 32 Control in accordance with Drawings and Section 34 71 13. 33 c. When traffic control plans are not included in the Drawings, prepare traffic 34 control plans in accordance with Section 34 71 13 and submit to City for 35 review. 36 1) Allow minimum 10 working days for review of proposed Traffic Control. CITY OF FORT WORTH 2O22 ON-CALL STREET LIGHT CONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103736 Revised March 22,2021 01 55 26-2! STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 2 of 3 1 2) A traffic control"Typical"published by City of Fort Worth,the Texas 2 Manual Unified Traffic Control Devices(TMUTCD) or Texas Department 3 of Transportation(TxDOT)can be used as an alternative to preparing 4 project/site specific traffic control plan if the typical is applicable to the 5 specific project/site. 6 B. Street Use Permit 7 1. Prior to installation of Traffic Control,a City Street Use Permit is required. 8 a. To obtain Street Use Permit, submit Traffic Control Plans to City 9 Transportation and Public Works Department. 10 1) Allow a minimum of 5 working days for permit review. 11 2) It is the Contractor's responsibility to coordinate review of Traffic Control' 12 plans for Street Use Permit, such that construction is not delayed. 13 C. Modification to Approved Traffic Control 14 1. Prior to installation traffic control: 15 a. Submit revised traffic control plans to City Department Transportation and 16 Public Works Department. 17 1) Revise Traffic Control plans in accordance with Section 34 71 13. 18 2) Allow minimum 5 working days for review of revised Traffic Control. 19 3) It is the Contractor's responsibility to coordinate review of Traffic Control 20 plans for Street Use Permit, such that construction is not delayed. 21 D. Removal of Street Sign 22 1. If it is determined that a street sign must be removed for construction, then contact 23 City Transportation and Public Works Department, Signs and Markings Division to 24 remove the sign. 25 E. Temporary Signage 26 1. In the case of regulatory signs, replace permanent sign with temporary sign meeting 27 requirements of the latest edition of the Texas Manual on Uniform Traffic Control 28 Devices(MUTCD). 29 2. Install temporary sign before the removal of permanent sign. 30 3. When construction is complete, to the extent that the permanent sign can be 31 reinstalled, contact the City Transportation and Public Works Department,Signs 32 and Markings Division, to reinstall the permanent sign. 33 F. Traffic Control Standards 34 1. Traffic Control Standards can be found on the City's website. 35 1.5 SUBMITTALS [NOT USED] 36 A. Submit all required documentation to City's Project Representative. CITY OF FORT WORTH 2O22 ON-CALL STREET LIGHT CONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103736 Revised March 22,2021 01 55 26-3 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 3 of 3 1 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 2 1.7 CLOSEOUT SUBMITTALS [NOT USED] 3 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 4 1.9 QUALITY ASSURANCE [NOT USED] 5 1.10 DELIVERY,STORAGE, AND HANDLING [NOT USED] 6 1.11 FIELD [SITE] CONDITIONS [NOT USED] 7 1.12 WARRANTY [NOT USED] 8 PART 2 - PRODUCTS [NOT USED] 9 PART 3 - EXECUTION [NOT USED] 10 END OF SECTION 11 Revision Log DATE NAME SUMMARY OF CHANGE 1.4 A. Added language to emphasize minimizing of lane closures and impact to traffic. 1.4 A. 1.c.Added language to allow for use of published traffic control"Typicals"if 3/22/2021 M Owen applicable to specific project/site. 1.4 F. 1) Removed reference to Buzzsaw 1.5 Added language re:submittal of permit 12 CITY OF FORT WORTH 2O22 ON-CALL STREET LIGHT CONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103736 Revised March 22,2021 015713-I STORM WATER POLLUTION PREVENTIOI Page 1 ol`3 SECTION 0157 13 STORM WATER POLLUTION PREVENTION PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Procedures for Storm Water Pollution Prevention Plans B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include,but are not necessarily limited to: 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 —General Requirements 3. Section 31 25 00—Erosion and Sediment Control 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Construction Activities resulting in less than 1 acre of disturbance a. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 2. Construction Activities resulting in greater than 1 acre of disturbance a. Measurement and Payment shall be in accordance with Section 31 25 00. 1.3 REFERENCES A. Abbreviations and Acronyms 1. Notice of Intent:NOI 2. Notice of Termination: NOT 3. Storm Water Pollution Prevention Plan: SWPPP 4. Texas Commission on Environmental Quality: TCEQ 5. Notice of Change: NOC A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification,unless a date is specifically cited. 2. Integrated Storm Management(iSWM)Technical Manual for Construction Controls 1.4 ADMINISTRATIVE REQUIREMENTS A. General 1. Contractor is responsible for resolution and payment of any fines issued associated with compliance to Stormwater Pollution Prevention Plan. CITY OF FORT WORTH 2O22 ON-CALL STREET LIGHT CONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103736 Revised July 1,2011 01 57 13-2 STORM WATER POLLUTION PREVENTION Page 2 of 3 B. Construction Activities resulting in: 1. Less than 1 acre of disturbance a. Provide erosion and sediment control in accordance with Section 3125 00 and Drawings. 2. 1 to less than 5 acres of disturbance a. Texas Pollutant Discharge Elimination System(TPDES)General Construction Permit is required b. Complete SWPPP in accordance with TCEQ requirements 1) TCEQ Small Construction Site Notice Required under general permit TXR150000 a) Sign and post at job site b) Prior to Preconstruction Meeting, send 1 copy to City Department of Transportation and Public Works,Environmental Division,(817)392- 6088. 2) Provide erosion and sediment control in accordance with: a) Section 3125 00 b) The Drawings c) TXR150000 General Permit d) SWPPP e) TCEQ requirements 3. 5 acres or more of Disturbance a. Texas Pollutant Discharge Elimination System(TPDES)General Construction Permit is required b. Complete SWPPP in accordance with TCEQ requirements 1) Prepare a TCEQ NOI form and submit to TCEQ along with required fee a) Sign and post at job site b) Send copy to City Department of Transportation and Public Works, Environmental Division, (817)392-6088. 2) TCEQ Notice of Change required if making changes or updates to NOI 3) Provide erosion and sediment control in accordance with: a) Section 3125 00 b) The Drawings c) TXR150000 General Permit d) SWPPP e) TCEQ requirements 4) Once the project has been completed and all the closeout requirements of TCEQ have been met a TCEQ Notice of Termination can be submitted. a) Send copy to City Department of Transportation and Public Works, Environmental Division,(817)392-6088. 1.5 SUBMITTALS A. SWPPP 1. Submit in accordance with Section 0133 00,except as stated herein. a. Prior to the Preconstruction Meeting,submit a draft copy of SWPPP to the City as follows: 1) 1 copy to the City Project Manager a) City Project Manager will forward to the City Department of Transportation and Public Works,Environmental Division for review CITY OF FORT WORTH 2O22 ON-CALL STREET LIGHT CONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103736 Revised July 1,2011 01 57 13-3 STORM WATER POLLUTION PREVENTION Page 3 of 3' I B. Modified SWPPP 1. If the SWPPP is revised during construction, resubmit modified SWPPP to the City in accordance with Section 01 33 00. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH 2O22 ON-CALL STREET LIGHT CONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103736 Revised July I,2011 015813-1 TEMPORARY PROJECT SIGNAGE Pagel of 3 SECTION 0158 13 TEMPORARY PROJECT SIGNAGE PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Temporary Project Signage Requirements B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0—Bidding Requirements,Contract Forms and Conditions of the Contract 2. Division 1 —General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 2.2 EQUIPMENT,PRODUCT TYPES,AND MATERIALS A. Design Criteria 1. Provide free standing Project Designation Sign in accordance with City's Standard Details for project signs. CITY OF FORT WORTH 2O22 ON-CALL STREET LIGHT CONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103736 Revised July 1,2011 01 58 13-2 TEMPORARY PROJECT SIGNAGE Page 2 of3 B. Materials 1. Sign a. Constructed of 3/4-inch fir plywood,grade A-C(exterior) or better 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. General 1. Provide vertical installation at extents of project. 2. Relocate sign as needed, upon request of the City. B. Mounting options a. Skids b. Posts c. Barricade 3.5 REPAIR/RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD[OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE A. General 1. Maintenance will include painting and repairs as needed or directed by the City. 3.14 ATTACHMENTS [NOT USED] END OF SECTION CITY OF FORT WORTH 2O22 ON-CALL STREET LIGHT CONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103736 Revised July 1,2011 01 58 13-3 TEMPORARY PROJECT SIGNAGE Page 3 of 3 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH 2O22 ON-CALL STREET LIGHT CONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103736 Revised July 1,2011 01 6000 PRODUCT REQUIREMENTS Page] of2 SECTION 0160 00 PRODUCT REQUIREMENTS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. References for Product Requirements and City Standard Products List B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include,but are not necessarily limited to: 1. Division 0—Bidding Requirements,Contract Forms and Conditions of the Contract 2. Division 1 —General Requirements 1.2 PRICE AND PAYMENT PROCEDURES [NOT USED] 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. A list of City approved products for use is available through the City's website at: https://apps.fortworthtexas.gov/ProjectResources/ and following the directory path; 02 -Construction Documents/Standard Products List B. Only products specifically included on City's Standard Product List in these Contract Documents shall be allowed for use on the Project. 1. Any subsequently approved products will only be allowed for use upon specific approval by the City. C. Any specific product requirements in the Contract Documents supersede similar products included on the City's Standard Product List. 1. The City reserves the right to not allow products to be used for certain projects evert though the product is listed on the City's Standard Product List. D. Although a specific product is included on City's Standard Product List, not all products from that manufacturer are approved for use, including but not limited to,that manufacturer's standard product. E. See Section 01 33 00 for submittal requirements of Product Data included on City's Standard Product List. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS[NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] CITY OF FORT WORTH 2O22 ON-CALL STREET LIGHT CONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103736 Revised March 9,2020 01 6000 PRODUCT REQUIREMENTS Page 2 of 2 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 10/12/12 D.Johnson Modified Location of City's Standard Product List 3/9/2020 D.V.Magana Removed reference to Buzzsaw and noted that the City approved products list is accessible through the City's website. CITY OF FORT WORTH 2O22 ON-CALL STREET LIGHT CONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103736 Revised March 9,2020 01 66 00-Iil PRODUCT STORAGE AND HANDLING REQUIREMENT Page 1 0 ;4 SECTION 0166 00 PRODUCT STORAGE AND HANDLING REQUIREMENTS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Scheduling of product delivery 2. Packaging of products for delivery 3. Protection of products against damage from: a. Handling b. Exposure to elements or harsh environments B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0—Bidding Requirements,Contract Forms and Conditions of the Contract 2. Division 1 —General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY AND HANDLING A. Delivery Requirements 1. Schedule delivery of products or equipment as required to allow timely installation and to avoid prolonged storage. 2. Provide appropriate personnel and equipment to receive deliveries. 3. Delivery trucks will not be permitted to wait extended periods of time on the Site for personnel or equipment to receive the delivery. CITY OF FORT WORTH 2O22 ON-CALL STREET LIGHT CONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS ICPN 103736 Revised July 1,2011 1 01 66 00-2 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 2 of 4 4. Deliver products or equipment in manufacturer's original unbroken cartons or other containers designed and constructed to protect the contents from physical or environmental damage. 5. Clearly and fully mark and identify as to manufacturer, item and installation location. 6. Provide manufacturer's instructions for storage and handling. B. Handling Requirements 1. Handle products or equipment in accordance with these Contract Documents and manufacturer's recommendations and instructions. C. Storage Requirements 1. Store materials in accordance with manufacturer's recommendations and requirements of these Specifications. 2. Make necessary provisions for safe storage of materials and equipment. a. Place loose soil materials and materials to be incorporated into Work to prevent damage to any part of Work or existing facilities and to maintain free access at all times to all parts of Work and to utility service company installations in vicinity of Work. 3. Keep materials and equipment neatly and compactly stored in locations that will cause minimum inconvenience to other contractors,public travel,adjoining owners, tenants and occupants. a. Arrange storage to provide easy access for inspection. 4. Restrict storage to areas available on construction site for storage of material and equipment as shown on Drawings, or approved by City's Project Representative. 5. Provide off-site storage and protection when on-site storage is not adequate. a. Provide addresses of and access to off-site storage locations for inspection by City's Project Representative. 6. Do not use lawns,grass plots or other private property for storage purposes without written permission of owner or other person in possession or control of premises. 7. Store in manufacturers' unopened containers. 8. Neatly, safely and compactly stack materials delivered and stored along line of Work to avoid inconvenience and damage to property owners and general public and maintain at least 3 feet from fire hydrant. 9. Keep public and private driveways and street crossings open. 10. Repair or replace damaged lawns,sidewalks,streets or other improvements to satisfaction of City's Project Representative. a. Total length which materials may be distributed along route of construction at one time is 1,000 linear feet,unless otherwise approved in writing by City's Project Representative. CITY OF FORT WORTH 2O22 ON-CALL STREET LIGHT CONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103736 Revised July 1,2011 01 66 00-3 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 3 of4 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] i PART 2 - PRODUCTS [NOT USED] i PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 ERECTION [NOT USED] 3.5 REPAIR/RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD[OR] SITE QUALITY CONTROL A. Tests and Inspections 1. Inspect all products or equipment delivered to the site prior to unloading. B. Non-Conforming Work 1. Reject all products or equipment that are damaged, used or in any other way unsatisfactory for use on the project. 3.8 SYSTEM STARTUP[NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION A. Protect all products or equipment in accordance with manufacturer's written directions. B. Store products or equipment in location to avoid physical damage to items while in storage. C. Protect equipment from exposure to elements and keep thoroughly dry if required by the manufacturer. 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION CITY OF FORT WORTH 2O22 ON-CALL STREET LIGHT CONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103736 Revised July 1,2011 01 66 00-4 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 4 of 4 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH 2O22 ON-CALL STREET LIGHT CONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103736 Revised July 1,2011 01 70 00-'1 MOBILIZATION AND REMOBILIZATIOI Page 1 of IIp 1 SECTION 0170 00 2 MOBILIZATION AND REMOBILIZATION 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Mobilization and Demobilization 7 a. Mobilization 8 1) Transportation of Contractor's personnel, equipment, and operating supplies 9 to the Site 10 2) Establishment of necessary general facilities for the Contractor's operation 11 at the Site 12 3) Premiums paid for performance and payment bonds 13 4) Transportation of Contractor's personnel, equipment, and operating supplies 14 to another location within the designated Site 15 5) Relocation of necessary general facilities for the Contractor's operation 16 from 1 location to another location on the Site. 17 b. Demobilization 18 1) Transportation of Contractor's personnel, equipment, and operating supplies 19 away from the Site including disassembly 20 2) Site Clean-up 21 3) Removal of all buildings and/or other facilities assembled at the Site for this 22 Contract 23 c. Mobilization and Demobilization do not include activities for specific items of 24 work that are for which payment is provided elsewhere in the contract. 25 2. Remobilization 26 a. Remobilization for Suspension of Work specifically required in the Contract 27 Documents or as required by City includes: 28 1) Demobilization 29 a) Transportation of Contractor's personnel, equipment, and operating 30 supplies from the Site including disassembly or temporarily securing 31 equipment, supplies, and other facilities as designated by the Contract 32 Documents necessary to suspend the Work. 33 b) Site Clean-up as designated in the Contract Documents 34 2) Remobilization 35 a) Transportation of Contractor's personnel, equipment, and operating 36 supplies to the Site necessary to resume the Work. 37 b) Establishment of necessary general facilities for the Contractor's 38 operation at the Site necessary to resume the Work. 39 3) No Payments will be made for: 40 a) Mobilization and Demobilization from one location to another on the 41 Site in the normal progress of performing the Work. 42 b) Stand-by or idle time 43 c) Lost profits 44 3. Mobilizations and Demobilization for Miscellaneous Projects 45 a. Mobilization and Demobilization CITY OF FORT WORTH 2O22 ON-CALL STREET LIGHT CONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103736 Revised November 22,2016 017000-2 MOBILIZATION AND REMOBILIZATION Page 2 of 4 1 1) Mobilization shall consist of the activities and cost on a Work Order basis 2 necessary for: 3 a) Transportation of Contractor's personnel, equipment,and operating 4 supplies to the Site for the issued Work Order. 5 b) Establishment of necessary general facilities for the Contractor's 6 operation at the Site for the issued Work Order 7 2) Demobilization shall consist of the activities and cost necessary for: 8 a) Transportation of Contractor's personnel,equipment,and operating 9 supplies from the Site including disassembly for each issued Work 10 Order 11 b) Site Clean-up for each issued Work Order 12 c) Removal of all buildings or other facilities assembled at the Site for 13 each Work Oder 14 b. Mobilization and Demobilization do not include activities for specific items of 15 work for which payment is provided elsewhere in the contract. 16 4. Emergency Mobilizations and Demobilization for Miscellaneous Projects 17 a. A Mobilization for Miscellaneous Projects when directed by the City and the 18 mobilization occurs within 24 hours of the issuance of the Work Order. 19 B. Deviations from this City of Fort Worth Standard Specification 20 1. None. 21 C. Related Specification Sections include,but are not necessarily limited to: 22 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 23 2. Division 1 —General Requirements 24 1.2 PRICE AND PAYMENT PROCEDURES 25 A. Measurement and Payment[Consult City Department/Division for direction on if 26 Mobilization pay item to be included or the item should be subsidiary.Include the 27 appropriate Section 1.2 A. 1.] 28 1. Mobilization and Demobilization 29 a. Measure 30 1) This Item will be measured by the lump sum or each as the work 31 progresses. Mobilization is calculated on the base bid only and will not be 32 paid for separately on any additive alternate items added to the Contract. 33 2) Demobilization shall be considered subsidiary to the various bid items. 34 b. Payment 35 1) For this Item,the adjusted Contract amount will be calculated as the total 36 Contract amount less the lump sum for mobilization. Mobilization shall be 37 made in partial payments as follows: 38 f)The Lump Sum bid for"Mobilization—Paving"shall NOT include 39 any cost or sum for mobilization items associated with drainage items. 40 Those costs shall be included in the"Mobilization—Drainage" Lump 41 Sum bid Item. Otherwise the bid Items shall be considered unbalanced 42 and a cause for consideration of rejection. 43 2) The work performed and materials furnished for demobilization in 44 accordance with this Item are subsidiary to the various Items bid and no 45 other compensation will be allowed. CITY OF FORT WORTH 2O22 ON-CALL STREET LIGHT CONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103736 Revised November 22,2016 01 70 00-P MOBILIZATION AND REMOBILIZATION Page 3 of 4 1 2. Remobilization for suspension of Work as specifically required in the Contract 2 Documents 3 a. Measurement 4 1) Measurement for this Item shall be per each remobilization performed. 5 b. Payment 6 1) The work performed and materials furnished in accordance with this Item 7 and measured as provided under"Measurement"will be paid for at the unit 8 price per each"Specified Remobilization"in accordance with Contract 9 Documents. 10 c. The price shall include: 11 1) Demobilization as described in Section 1.1.A.2.a.1) 12 2) Remobilization as described in Section 1.1.A.2.a.2) 13 d. No payments will be made for standby, idle time, or lost profits associated this 14 Item. 15 3. Remobilization for suspension of Work as required by City 16 a. Measurement and Payment 17 1) This shall be submitted as a Contract Claim in accordance with Article 10 18 of Section 00 72 00. 19 2) No payments will be made for standby, idle time, or lost profits associated 20 with this Item. 21 4. Mobilizations and Demobilizations for Miscellaneous Projects 22 a. Measurement 23 1) Measurement for this Item shall be for each Mobilization and 24 Demobilization required by the Contract Documents 25 b. Payment 26 1) The Work performed and materials furnished in accordance with this Item 27 and measured as provided under"Measurement"will be paid for at the unit 28 price per each"Work Order Mobilization'in accordance with Contract 29 Documents. Demobilization shall be considered subsidiary to mobilization 30 and shall not be paid for separately. 31 c. The price shall include: 32 1) Mobilization as described in Section 1.1.A.3.a.1) 33 2) Demobilization as described in Section 1.1.A.3.a.2) 34 d. No payments will be made for standby, idle time, or lost profits associated this 35 Item. 36 5. Emergency Mobilizations and Demobilizations for Miscellaneous Projects 37 a. Measurement 38 1) Measurement for this Item shall be for each Mobilization and 39 Demobilization required by the Contract Documents 40 b. Payment 41 1) The Work performed and materials furnished in accordance with this Item 42 and measured as provided under"Measurement"will be paid for at the unit 43 price per each"Work Order Emergency Mobilization'in accordance with 44 Contract Documents. Demobilization shall be considered subsidiary to 45 mobilization and shall not be paid for separately. 46 c. The price shall include 47 1) Mobilization as described in Section 1.1.A.4.a) 48 2) Demobilization as described in Section 1.1.A.3.a.2) CITY OF FORT WORTH 2O22 ON-CALL STREET LIGHT qONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PN 103736 Revised November 22,2016 01 70 00-4 MOBILIZATION AND REMOBILIZATION Page 4 of 4 1 d. No payments will be made for standby, idle time,or lost profits associated this 2 Item. 3 1.3 REFERENCES [NOT USED] 4 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 5 1.5 SUBMITTALS [NOT USED] 6 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 7 1.7 CLOSEOUT SUBMITTALS [NOT USED] 8 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 9 1.9 QUALITY ASSURANCE [NOT USED] 10 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 11 1.11 FIELD [SITE] CONDITIONS [NOT USED] 12 1.12 WARRANTY [NOT USED] 13 PART 2 - PRODUCTS [NOT USED] 14 PART 3- EXECUTION [NOT USED] 15 END OF SECTION 16 Revision Log DATE NAME SUMMARY OF CHANGE 11/22/16 Michael Owen 1.2 Price and Payment Procedures-Revised specification,including blue text,to make specification flexible for either subsidiary or paid bid item for Mobilization. 17 CITY OF FORT WORTH 2O22 ON-CALL STREET LIGHT CONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103736 Revised November 22,2016 01 7123-1 CONSTRUCTION STAKING AND SURVEY Page 1 of$ SECTION 01 71 23 CONSTRUCTION STAKING AND SURVEY PART 1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Requirements for construction staking and construction survey B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include,but are not necessarily limited to: 1. Division 0—Bidding Requirements,Contract Forms and Conditions of the Contract 2. Division 1 —General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Construction Staking a. Measurement 1) Measurement for this Item shall be by lump sum. b. Payment 1) The work performed and the materials furnished in accordance with this Item shall be paid for at the lump sum price bid for"Construction Staking 2) Payment for"Construction Staking" shall be made in partial payments prorated by work completed compared to total work included in the lump sum item. c. The price bid shall include, but not be limited to the following: 1) Verification of control data provided by City. 2) Placement,maintenance and replacement of required stakes and markings in the field. 3) Preparation and submittal of construction staking documentation in the form of"cut 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 materials furnished in accordance with this Item are subsidiary to the various Items bid and no other compensation will be allowed. 3. As-Built Survey a. Measurement 1) Measurement for this Item shall be by lump sum. b. Payment 1) The work performed and the materials furnished in accordance with this Item shall be paid for at the lump sum price bid for"As-Built Survey". CITY OF FORT WORTH 2O22 ON-CALL STREET LIGHT CONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103736 Revised February 14,2018 01 71 23-2 CONSTRUCTION STAKING AND SURVEY Page 2 of 8 2) Payment for"Construction Staking"shall be made in partial payments prorated by work completed compared to total work included in the lump sum item. c. The price bid shall include,but not be limited to the following:: 1) Field measurements and survey shots to identify location of completed facilities. 2) Documentation and submittal of as-built survey data onto contractor redline plans and digital survey files. 1.3 REFERENCES A. Definitions 1. Construction Survey-The survey measurements made prior to or while construction is in progress to control elevation,horizontal position, dimensions and configuration of structures/improvements included in the Project Drawings. 2. As-built Survey—The measurements made after the construction of the improvement features are complete to provide position coordinates for the features of a project. 3. Construction Staking—The placement of stakes and markings to provide offsets and elevations to cut and fill in order to locate on the ground the designed structures/improvements included in the Project Drawings. Construction staking shall include staking easements and/or right of way if indicated on the plans. 4. Survey"Field Checks"—Measurements made after construction staking is completed and before construction work begins to ensure that structures marked on the ground are accurately located per Project Drawings. B. Technical References 1. City of Fort Worth—Construction Staking Standards(available on City's Buzzsaw website)—01 71 23.16.01—Attachment A—Survey Staking Standards 2. City of Fort Worth-Standard Survey Data Collector Library(fxl)files(available on City's Buzzsaw website). 3. Texas Department of Transportation(TxDOT)Survey Manual,latest revision 4. Texas Society of Professional Land Surveyors(TSPS),Manual of Practice for Land Surveying in the State of Texas, Category 5 1.4 ADMINISTRATIVE REQUIREMENTS A.The Contractor's selection of a surveyor must comply with Texas Government Code 2254(qualifications based selection)for this project. 1.5 SUBMITTALS A. Submittals, if required, shall be in accordance with Section 0133 00. B. All submittals shall be received and reviewed by the City prior to delivery of work. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Field Quality Control Submittals CITY OF FORT WORTH 2O22 ON-CALL STREET LIGHT CONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103736 Revised February 14,2018 01 71 23- CONSTRUCTION STAKING AND SURVE Page 3 of 8 1. Documentation verifying accuracy of field engineering work, including coordinate conversions if plans do not indicate grid or ground coordinates. 2. Submit"Cut-Sheets"conforming to the standard template provided by the City (refer to 01 71 23.16.01 —Attachment A—Survey Staking Standards). 1.7 CLOSEOUT SUBMITTALS B.As-built Redline Drawing Submittal 1. Submit As-Built Survey Redline Drawings documenting the locations/elevations of constructed improvements signed and sealed by Registered Professional Land Surveyor(RPLS)responsible for the work(refer to 01 71 23.16.01 —Attachment A —Survey Staking Standards) . 2. Contractor shall submit the proposed as-built and completed redline drawing submittal one (1)week prior to scheduling the project final inspection for City review and comment.Revisions, if necessary, shall be made to the as-built redline drawings and resubmitted to the City prior to scheduling the construction final inspection. 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Construction Staking 1. Construction staking will be performed by the Contractor. 2. Coordination a. Contact City's Project Representative at least one week in advance notifying the City of when Construction Staking is scheduled. b. It is the Contractor's responsibility to coordinate staking such that construction activities are not delayed or negatively impacted. 3. General a. Contractor is responsible for preserving and maintaining stakes.If City surveyors are required to re-stake for any reason,the Contractor will be responsible for costs to perform staking. If in the opinion of the City,a sufficient number of stakes or markings have been lost,destroyed disturbed or omitted that the contracted Work cannot take place then the Contractor will be required to stake or re-stake the deficient areas. B. Construction Survey 1. Construction Survey will be performed by the Contractor. 2. Coordination a. Contractor to verify that horizontal and vertical control data established in the design survey and required for construction survey is available and in place. 3. General a. Construction survey will be performed in order to construct the work shown on the Construction Drawings and specified in the Contract Documents. b. For construction methods other than open cut,the Contractor shall perform construction survey and verify control data including, but not limited to,the following: 1) Verification that established benchmarks and control are accurate. CITY OF FORT WORTH 2O22 ON-CALL STREET LIGHT�ONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103736 Revised February 14,2018 01 71 23-4 CONSTRUCTION STAKING AND SURVEY Page 4 of 8 2) Use of Benchmarks to furnish 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 copies of field notesused to establish all lines and grades, if requested, and allow the City to check guidance system setup prior to beginning each tunneling drive. 5) Provide access for the City, if requested,to verify the guidance system and the line and grade of the carrier pipe. 6) The Contractor remains fully responsible for the accuracy of the work and correction of it, as required. 7) Monitor line and grade continuously during construction. 8) Record deviation with respect to design line and grade once at each pipe joint and submit daily records to the City. 9) If the installation does not meet the specified tolerances (as outlined in Sections 33 05 23 and/or 33 05 24), immediately notify the City and correct the installation in accordance with the Contract Documents. C. As-Built Survey 1. Required As-Built Survey will be performed by the Contractor. 2. Coordination a. Contractor is to coordinate with City to confirm which features require as- built surveying. b. It is the Contractor's responsibility to coordinate the as-built survey and required measurements for items that are to be buried such that construction activities are not delayed or negatively impacted. c. For sewer mains and water mains 12"and under in diameter, it is acceptable to physically measure depth and mark the location during the progress of construction and take as-built survey after the facility has been buried. The Contractor is responsible for the quality control needed to ensure accuracy. 3. General a. The Contractor shall provide as-built survey including the elevation and location(and provide written documentation to the City) of construction features during the progress of the construction including the following: 1) Water Lines a) Top of pipe elevations and coordinates for waterlines at the following locations: (1) Minimum every 250 linear feet, including (2) Horizontal and vertical points of inflection, curvature, etc. (3) Fire line tee (4) Plugs, stub-outs,dead-end lines (5) Casing pipe(each end)and all buried fittings 2) Sanitary Sewer a) Top of pipe elevations and coordinates for force mains and siphon sanitary sewer lines(non-gravity facilities)at the following locations: (1) Minimum every 250 linear feet and any buried fittings (2) Horizontal and vertical points of inflection,curvature, etc. 3) Stormwater—Not Applicable CITY OF FORT WORTH 2O22 ON-CALL STREET LIGHT CONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103736 Revised February 14,2018 01 7123-" CONSTRUCTION STAKING AND SURVE� Page 5 of b. The Contractor shall provide as-built survey including the elevation and location(and provide written documentation to the City)of construction features after the construction is completed including the following: 1) Manholes a) Rim and flowline elevations and coordinates for each manhole 2) Water Lines a) Cathodic protection test stations b) Sampling stations c) Meter boxes/vaults(All sizes) d) Fire hydrants e) Valves(gate,butterfly,etc.) f) Air Release valves(Manhole rim and vent pipe) g) Blow off valves(Manhole rim and valve lid) h) Pressure plane valves i) Underground Vaults (1) Rim and flowline elevations and coordinates for each Underground Vault. 3) Sanitary Sewer a) Cleanouts (1) Rim and flowline elevations and coordinates for each b) Manholes and Junction Structures (1) Rim and flowline elevations and coordinates for each manhole and junction structure. 4) Stormwater—Not Applicable 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY PART 2- PRODUCTS A. A construction survey will produce, but will not be limited to: 1. Recovery of relevant control points,points of curvature and points of intersection. 2. Establish temporary horizontal and vertical control elevations(benchmarks) sufficiently permanent and located in a manner to be used throughout construction. 3. The location of planned facilities,easements and improvements. a. Establishing final line and grade stakes for piers, floors,grade beams, parking areas, utilities,streets,highways,tunnels, and other construction. b. A record of revisions or corrections noted in an orderly manner for reference. c. A drawing, when required by the client, indicating the horizontal and vertical location of facilities, easements and improvements,as built. 4. Cut sheets shall be provided to the City inspector and Survey Superintendent for all construction staking projects.These cut sheets shall be on the standard city template which can be obtained from the Survey Superintendent(817-392-7925). 5. Digital survey files in the following formats shall be acceptable: a. AutoCAD(.dwg) b. ESR1 Shapefile(.shp) CITY OF FORT WORTH 2O22 ON-CALL STREET LIGHT CONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103736 Revised February 14,2018 01 71 23-6 CONSTRUCTION STAKING AND SURVEY Page 6 of 8 c. CSV file(.csv),formatted with X and Y coordinates in separate columns(use standard templates, if available) 6. Survey files shall include vertical and horizontal data tied to original project control and benchmarks,and shall include feature descriptions PART 3- EXECUTION 3.1 INSTALLERS A. Tolerances: 1. The staked location of any improvement or facility should be as accurate as practical and necessary. The degree of precision required is dependent on many factors all of which must remain judgmental. The tolerances listed hereafter are based on generalities and, under certain circumstances,shall yield to specific requirements. The surveyor shall assess any situation by review of the overall plans and through consultation with responsible parties as to the need for specific tolerances. a. Earthwork: Grades for earthwork or rough cut should not exceed 0.1 ft.vertical tolerance. Horizontal alignment for earthwork and rough cut should not exceed 1.0 ft.tolerance. b. Horizontal alignment on a structure shall be within.0.1 ft tolerance. c. Paving or concrete for streets, curbs,gutters, parking areas, drives,alleys and walkways shall be located within the confines of the site boundaries and, occasionally,along a boundary or any other restrictive line. Away from any restrictive line,these facilities should be staked with an accuracy producing no more than 0.05ft.tolerance from their specified locations. d. Underground and overhead utilities,such as sewers,gas,water,telephone and electric lines,shall be located horizontally within their prescribed areas or easements. Within assigned areas, these utilities should be staked with an accuracy producing no more than 0.1 ft tolerance from a specified location. e. The accuracy required for the vertical location of utilities varies widely.Many underground utilities require only a minimum cover and a tolerance of 0.1 ft. should be maintained.Underground and overhead utilities on planned profile, but not depending on gravity flow for performance, should not exceed 0.1 ft. tolerance. B.Surveying instruments shall be kept in close adjustment according to manufacturer's specifications or in compliance to standards. The City reserves the right to request a calibration report at any time and recommends regular maintenance schedule be performed by a certified technician every 6 months. 1. Field measurements of angles and distances shall be done in such fashion as to satisfy the closures and tolerances expressed in Part 3.1.A. 2. Vertical locations shall be established from a pre-established benchmark and checked by closing to a different bench mark on the same datum. 3. Construction survey field work shall correspond to the client's plans. Irregularities or conflicts found shall be reported promptly to the City. 4. Revisions,corrections and other pertinent data shall be logged for future reference. CITY OF FORT WORTH 2O22 ON-CALL STREET LIGHT CONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103736 Revised February 14,2018 01 71 23-7 CONSTRUCTION STAKING AND SURVEY Page 7 of 8 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 APPLICATION 3.5 REPAIR/RESTORATION A.If the Contractor's work damages or destroys one or more of the control monuments/points set by the City,the monuments shall be adequately referenced for expedient restoration. 1. Notify City if any control data needs to be restored or replaced due to damage caused during construction operations. a. Contractor shall perform replacements and/or restorations. b. The City may require at any time a survey"Field Check"of any monument or benchmarks that are set be verified by the City surveyors before further associated work can move forward. 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD[OR] SITE QUALITY CONTROL A.It is the Contractor's responsibility to maintain all stakes and control data placed by the City in accordance with this Specification. This includes easements and right of way, if noted on the plans. B. Do not change or relocate stakes or control data without approval from the City. 3.8 SYSTEM STARTUP A. Survey Checks 1. The City reserves the right to perform a Survey Check at any time deemed necessary. 2. Checks by City personnel or Yd party contracted surveyor are not intended to relieve the contractor of his/her responsibility for accuracy. 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION CITY OF FORT WORTH 2O22 ON-CALL STREET LIGHT CONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS FPN 103736 Revised February 14,2018 017123-8 CONSTRUCTION STAKING AND SURVEY Page 8 of 8 Revision Log DATE NAME SUMMARY OF CHANGE 8/31/2012 D.Johnson Added instruction and modified measurement&payment under 1.2;added 8/31/2017 M.Owen definitions and references under 1.3;modified 1.6;added 1.7 closeout submittal requirements;modified 1.9 Quality Assurance;added PART 2—PRODUCTS; Added 3.1 Installers;added 3.5 Repair/Restoration;and added 3.8 System Startup. Removed"blue text;revised measurement and payment sections for Construction Staking and As-Built Survey;added reference to selection compliance with TGC 2/14/2018 M Owen 2254;revised action and Closeout submittal requirements;added acceptable depth measurement criteria;revised list of items requiring as-built survey"during"and "after"construction;and revised acceptable digital survey file format CITY OF FORT WORTH 2O22 ON-CALL STREET LIGHT CONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103736 Revised February 14,2018 FORTWORTH, Section 01 71 23.01 - Attachment A Survey Staking Standards February 2017 O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 1 of 22 2022 ON-CALL STREET LIGHT CONTRACT CPN 103736 These procedures are intended to provide a standard method for construction staking services associated with the City of Fort Worth projects. These are not to be considered all inclusive, but only as a general guideline. For projects on MOT right-of-way or through joint MOT participation, adherence to the TXDOT Survev Manual shall be followed and if a discrepancy arises, the MOT manual shall prevail. (http:Honlinemanuals.txdot.gov/txdotmanuals/ess/`ess.pdf) If you have a unique circumstance, please consult with the project manager, inspector, or survey department at 817-392-7925. Table of Contents I. City of Fort Worth Contact Information II. Construction Colors III. Standard Staking Supplies IV. Survey Equipment, Control,and Datum Standards V. Water Staking VI. Sanitary Sewer Staking VII. Storm Staking Vill. Curb and Gutter Staking IX. Cut Sheets X. As-built Survey O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\0171 23.16.01_Attachment A_Survey Staking Standards.docx Page 2 of 22 2022 ON-CALL STREET LIGHT CONTRACT CPN 103736 I. Survey Department Contact Information Physical and mailing address: 8851 Camp Bowie West Boulevard Suite 300 Fort Worth,Texas 76116 Office:(817) 392-7925 Survey Superintendent,direct line: (817)392-8971 II. Construction Colors The following colors shall be used for staking or identifying features in the field.This includes flagging, paint of laths/stakes, paint of hubs, and any identification such as pin flags if necessary. Utility Color PROPOSED EXCAVATION WHITE ALL ELECTRIC AND CONDUITS POTABLE WATER GAS OR OIL YELLOW TELEPHONE/FIBER OPTIC ORANGE SURVEY CONTROL POINTS, BENCHMARKS, PROPERTY CORNERS, RIGHT-OF-WAYS,AND PINK ALL PAVING INCLUDING CURB,SIDEWALK, BUILDING CORNERS SANITARY SEWER GREEN IRRIGATION AND RECLAIMED WATER PURPLE III. Standard Staking Supplies Item Minimum size Lath/Stake 36"tall Wooden Hub(2"x2" min. square preferred) 6"tall Pin Flags (2.5"x 3.5" preferred) 21" long Guard Stakes Not required PK or Mag nails 1" long Iron Rods(1/2"or greater diameter) 18" long Survey Marking Paint Water-based Flagging 1"wide Marking Whiskers(feathers) 6" long Tacks(for marking hubs) 3/4" long O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\0171 23.16.01_Attachment A_Survey Staking Standards.docx Page 3 of 22 2022 ON-CALL STREET LIGHT CONTRACT CPN 103736 IV. Survey Equipment, Control, and Datum Standards A. City Benchmarks All city benchmarks can be found here: http://fortworthtexas.gov/itsolutions/GIS/ Look for'Zoning Maps'. Under'Layers',expand 'Basemap Layers',and check on 'Benchmarks'. B. Conventional or Robotic Total Station Equipment I. A minimum of a 10 arc-second instrument is required. II. A copy of the latest calibration report may be requested by the City at any time. It is recommended that an instrument be calibrated by certified technician at least 1 occurrence every 6 months. C. Network/V.R.S.and static GPS Equipment I. It is critical that the surveyor verify the correct horizontal and vertical datum prior commencing work. A site calibration may be required and shall consist of at least 4 control points spaced evenly apart and in varying quadrants. Additional field checks of the horizontal and vertical accuracies shall be completed and the City may ask for a copy of the calibration report at any time. II. Network GPS such as the Western Data Systems or SmartNet systems may be used for staking of property/R.O.W,forced-main water lines, and rough-grade only. No GPS staking for concrete,sanitary sewer,storm drain,final grade,or anything that needs vertical grading with a tolerance of 0.25'or less is allowed. D. Control Points Set I. All control points set shall be accompanied by a lath with the appropriate Northing,Easting,and Elevation (if applicable)of the point set. Control points can be set rebar, 'X' in concrete, or any other appropriate item with a stable base and of a semi-permanent nature.A rebar cap is optional, but preferred if the cap is marked 'control point'or similar wording. II. Datasheets are required for all control points set. Datasheet should include: A. Horizontal and Vertical Datum used, Example: N.A.D.83, North Central Zone 4202,NAVD 88 Elevations B. Grid or ground distance.—If ground, provide scale factor used and base point coordinate, Example:C.S.F.=0.999125, Base point=North:0, East=O C. Geoid model used, Example:GEOID12A O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\0171 23.16.01_Attachment A_Survey Staking Standards.docx Page 4 of 22 2022 ON-CALL STREET LIGHT CONTRACT CPN 103736 E. Preferred Grid Datum Although many plan sets can be in surface coordinates,the City's preferred grid datum is listed below. Careful consideration must be taken to verify what datum each project is in prior to beginning work. It is essential the surveyor be familiar with coordinate transformations and how a grid/surface/assumed coordinate system affect a project. Projected Coordinate System: NAD_1983_StatePlane_Texas_North_Central_FIPS_4202_Feet Projection: Lambert_Conformal_Conic Fa Ise_Easti ng: 1968500.00000000 False—Northing:6561666.66666667 Central Meridian: -98.50000000 Standard—Parallel-1: 32.13333333 Standard Parallel 2: 33.96666667 Latitude—of—Origin: 31.66666667 Linear Unit: Foot US Geographic Coordinate System:GCS_North_American_1983 Datum:D North American 1983 Prime Meridian:Greenwich Angular Unit: Degree Note: Regardless of what datum each particular project is in, deliverables to the City must be converted/translated into this preferred grid datum. 1 copy of the deliverable should be in the project datum (whatever it may be) and 1 copy should be in the NAD83, TX North Central 4202 zone. See Preferred File Naming Convention below F. Preferred Deliverable Format Axt csv dwg .job G. Preferred Data Format P,N,E,Z,D,N Point Number, Northing, Easting, Elevation,Description, Notes(if applicable) H. Preferred File Naming Convention This is the preferred format:City Project Number_Description_Datum.csv Example for a project that has surface coordinates which must be translated: File 1:C1234 As-built of Water on Main Street Grid NAD83 TXSP 4202.csv File 2:C1234_As-built of Water on Main Street—Project Specific Datum.csv O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\0171 23.16.01_Attachment A_Survey Staking Standards.docx Page 5 of 22 2022 ON-CALL STREET LIGHT CONTRACT CPN 103736 Example Control Stakes V a w � m Q ci z o_ z LLI J ~ �- m a z > > Ld p 0 J a- 0 W Q 1016 ji EL.= 100.00' m = C:)III J a LLJ 5 1-- w z QD w z ry w 0 EL m QD m ch 0 0 < L, z Q = U 0 >— z _ 3 — w z [!l z � Q w 0 I-- _ z J w Q J 0 w Lij � m z :D 0 < X O 0 O U Ld Ld �O QCP #1 N=5000.00 E=5000.00 O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\0171 23.16.01_Attachment A_Survey Staking Standards.docx Page 6 of 22 2022 ON-CALL STREET LIGHT CONTRACT CPN 103736 V. Water Staking Standards A. Centerline Staking—Straight Line Tangents I. Offset lath/stakes every 200'on even stations II. Painted blue lath/stake only, no hub is required III. Grade is to top of pipe(T/P)for 12" diameter pipes or smaller IV. Grade to flow line (F/L)for 16" and larger diameter 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' below the proposed top of curb line for 12"and larger diameter pipes VII. Cut Sheets are required on all staking and a copy can be received from the survey superintendent Optional:Actual stakes shall consist of a 60D nail or hub set with a whisker B. Centerline Staking-Curves I. If arc length is greater than 100', POC(Point of Curvature)offset stakes should be set at a 25' interval II. Same grading guidelines as above III. Staking of radius points of greater than 100'may be 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 should be staked a minimum of 4.5'away from the edge of a driveway IV. Grade is to top of box and should be +0.06' higher than the proposed top of curb unless shown otherwise on the plans D. Fire Hydrants I. Center of Hydrant should be 3.0' behind proposed face of curb II. Survey offset stake should be 7.0'from the center and perpendicular to the curb line or water main III. Grade of hydrants should be+0.30 higher than the adjacent top of curb E. Water Valves&Vaults I. Offsets should be perpendicular to the proposed water main II. RIM grades should only be provided if on plans 0:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 7 of 22 2022 ON-CALL STREET LIGHT CONTRACT CPN 103736 Example Water St akes 8 i� %% g V� 01 ]§ Q 2§�;7 2 8 0 / O//S w/4- STD+m c3.62 w \ � c V) � C-0 O §°@§ U Q3o WOOƒ / o/ ( L I MI £A-1+11M \cam, CY \ Li 2 O g YQ! < _/ � _ EL.,« \ I \ LLJ LLJ � \ §) C Ld \ �§ 2 LLJ E ka \ \ / \ a& § � o �( \ o R k\ § § 2* £e z 3 � §A §� \ ]) a \ E §< e &\ ° � 0 LL ' O/ ■ s@ \ ��7e r _ i§ u Ln () c, _ ,a. /MA �§W cn 2 § )CO'C § z O:pc k6 Governance PGcs T mpr ry%e ml\a@laDei ry CpDelivery Div 0 q17 2.1§OAttachmentAkrveStkm k&dar.da Page 8o 2 22n2 ON-CALL STREET LIGHT CO RAc c NIO76a VI. Sanitary Sewer Staking A. Centerline Staking—StraightLineTangents I. Inverts shall be field verified and compared against the plans before staking II. Painted green lath/stake WITH hub and tack or marker dot, no flagging required III. 1 offset stake between manholes if manholes are 400' or less apart IV. Offset stakes should be located at even distances and perpendicular to the centerline V. Grades will be per plan and the date of the plans used should be noted VI. If multiple lines are at one manhole, each line shall have a cut/fill and direction noted VII. Stakes at every grade break Vill. Cut sheets are required on all staking Optional:Actual stakes shall consist of a 60D nail or hub set with a whisker B. Centerline Staking—Curves I. If arc length is greater than 100', POC(Point of Curvature)offset stakes should be set at a 25' interval II. Staking of radius points of greater than 100' may be omitted C. Sanitary Sewer Manholes I. 2 offset stakes per manhole for the purpose of providing alignment to the contractor II. Flowline grade should be on the lath/stake for each flowline and direction noted III. RIM grade should only be on the stake when provided in the plans O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\0171 23.16.01_Attachment A_Survey Staking Standards.docx Page 9 of 22 2022 ON-CALL STREET LIGHT CONTRACT CPN 103736 Example San|tar Sewers ekes w. r 0§ , ? -1§ \ / f Ain § _� - �� c� $� �4 � k / � / �§§ ■2K§� \ 0 cc 2os 2 I§I rA-&i I c3K I C §pig � C W-M. k §&®XE_ �■ z �� HEl E 0 f 0/3rL Ss § � w 8 ee k \ @IL � a. iY�Ll E/% kk '� k\ §r § �Wa� � �\ w+_K // �E [� � § 2 $ � I _ e _� oft � <Z c. < ■ FtO At Ld IL ® 9 2 2)0/Sf I s ■ LLI C3 § }k \k C\ §§ O:pc k6 GovernancePr 2s T mpr rySpec Files\Capital D&er DPDelivery Div 0+171 2.1.01-AttamerA5gA5tkng kanda6:ox Pagel @22 22 ON-CALL STREET LIGHT CONTRACT DK1O76, VII. Storm Sewer & Inlet Staking A. Centerline Staking—Straight Line Tangents I. 1 offset stake every 200' on even 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 all staking Optional:Actual stakes shall consist of a 60D nail or hub set with a whisker B. Centerline Staking—Curves I. If arc length is greater than 100', POC(Point of Curvature)offset stakes should be set at a 25' interval II. Staking of radius points of greater than 100' may be omitted C. Storm Drain Inlets I. Staking distances should be measured from end of wing II. Standard 10' Inlet= 16.00'total length III. Recessed 10' Inlet=20.00'total length IV. Standard double 10' inlet=26.67'total length V. Recessed double 10' inlet=30.67'total length D. Storm Drain Manholes I. 2 offset stakes per manhole for the purpose of providing alignment to the contractor II. Flowline grade should be on the lath/stake for each flowline and direction noted III. RIM grade should only be on the stake when provided in the plans O:\Specs-Stds Governance Process\Temporary Spec Piles\Capital Delivery\Cap Delivery Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 11 of 22 2022 ON-CALL STREET LIGHT CONTRACT CPN 103736 Example Storm Inlet Stakes FRONT FRONT (SIDE FACING CE) (SIDE FACING Q a NC} FLAGGING REQUIRED a IN LIEU OF PINK PAINTED LATH � I BACK BACK (30E FACING a.MW.) (soE FAONc R.aw_) gg IDENTFIES MICR - � IDENTIFIES VHICH i lei Pc } I i y END OF THE WINO PRINT 0• END OF THE YANG BEING STAKED BEING STAKED HUB ELEYATiR1 II INLET STATION HUB ELEVATION - I, } (IF NOTED ON PLAN5) t` + v IDENTIFIES GRADE TKO TO TOP OF CURB T/C q _q O �O IDENTIFIES GRADE � ITL — TO FLOWUNE I I DISTANCES FDR INLETS STANDARD TD' - 16' RECESSED AO - 24Y STANDARD DOUBLE 10' — 26.6?" HUB VAT11 TACK —————— RECESSED DOUBLE IO__3D_67 T I I BACK OF INLET qi MARH�LE - o BACK OF CURB WK OF CURB -YANG, --------- FLO-ALINE FACE OF INLET FACE OF INLET R-OWUNE EDGE GF PAVEMENT EDGE OF PAVEMENT EDGE OF PAVEMENT EDGE OF FAhXMENT O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\0171 23.16.01_Attachment A_Survey Staking Standards.docx Page 12 of 22 2022 ON-CALL STREET LIGHT CONTRACT CPN 103736 VIII. Curb and Gutter Staking A. Centerline Staking—Straight Line Tangents V. 1 offset stake every 50'on even stations VI. Grades are to top of curb unless otherwise shown on plans VII. Stakes at every grade break VIII. Cut sheets are required on all staking Optional:Actual stakes shall consist of a 60D nail or hub set with a whisker B. Centerline Staking—Curves Ill. If arc length is greater than 100', POC(Point of Curvature)offset stakes should be set at a 25' interval IV. Staking of radius points of greater than 100'may be omitted 0:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\0171 23.16.01_Attachment A_Survey Staking Standards.docx Page 13 of 22 2022 ON-CALL STREET LIGHT CONTRACT CPN 103736 Example Curb & Gutter Stakes FRONT (SIDE FACING q) 0 FRONT FRONT POINT FlES ETID (SDE FACING¢,}PCINT OF air FRONT c T 76ENi (SIDE FACING DErmFIEs sTaPT pN POINT OF CURVATURE PC (SIDE FACWG _ Q Y s n I! 7 o BACK y' IDF7J TI FlES OFFSET I"s TO (SIDE FACING R.O.W.) 6AV,CF CUPB OR F/C T!� ' @ FOR FACE OF CURB i 0 r j y "i + a III I FaNT# ( I I I In I j r cE7rnFIES ViADE Is I u T/� T,MP OF 6UFO I a III HUB ELEVATION i o + RADIUSNO pPdNT51 — t � NO FLAGGING; P.EQUIREC? IN LIEU CIF PINK PAINTED LATH �� I 3p,'pl I J TOP OF CURB BACK OF CURB — I FACE OF CURB I P pS�d FLOWLI NE EDGE OF PAVEMENT O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\0171 23.16.01_Attachment A—Survey Staking Standards.docx Page 14 of 22 2022 ON-CALL STREET LIGHT CONTRACT CPN 103736 Example Curb & Gutter Stakesat Intersection w � C-91i !§�, � � § -- � @0 4 �_+ /»o � § 0� zL �k / § / •§ \ \ }&\ © b �/ � C-- �� % y k§ -` k( Z ) /� 3ONYISU». or �\ \ _,�jm <_ d — ) k§ \\\\ , am I <m �i sNVi E;10 7L1-1-1 � I x[ ,0«§§�x _ 5#§� _ §C, . & ? \ a L \ \m � »! 0:%pck6G7m&e R«e#Temp«a7 Spec ml\Capi,De,ircp Delivery D&oy17 23.16$1 A!! ahmeG survey Staking k&A@sd«x Page 15®22 z!ON-CALL STREET!vx CONTRACT c&log6 IX. Cut Sheets A. Date of field work B. Staking Method (GPS,total station) C. Project Name D. City Project Number(Example:C01234) E. Location(Address,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 I above) Standard City Cut Sheet City Project Date: Number: Project Name: ❑ TOTAL Staking Method: ❑ GPS STATION ❑ OTHER LOCATION: CONSULTANT/CONTRACTOR SURVEY CREW INITIALS ALL GRADES ARE TO FLOWLINE OR TOP OF CURB UNLESS OTHERWISE NOTED. PT# STATION OFFSET DESCRIPTION PROP. STAKED -CUT + FILL -LT/+RT GRADE ELEV. O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\0171 23.16.01_Attachment A_Survey Staking Standards.docx Page 16 of 22 2022 ON-CALL STREET LIGHT CONTRACT CPN 103736 X. As-built Survey A. Definition and Purpose The purpose of an as-built survey is to verify the asset was installed in the proper location and grade. Furthermore, the information gathered will be used to supplement the City's GIS data and must be in the proper format when submitted.See section IV. As-built survey should include the following(additional items may be requested): Manholes Top of pipe elevations every 250 feet Horizontal and vertical points of inflection, curvature, etc. (All Fittings) Cathodic protection test stations Sampling stations Meter boxes/vaults(All sizes) Fire lines Fire hydrants Gate valves (rim and top of nut) Plugs,stub-outs, dead-end lines Air Release valves(Manhole rim and vent pipe) Blow off valves(Manhole rim and valve lid) Pressure plane valves Cleaning wyes Clean outs Casing pipe(each end) Inverts of pipes Turbo Meters B. Example Deliverable A hand written red line by the field surveyor is acceptable in most cases. This should be a copy of the plans with the point number noted by each asset. If the asset is missing, then the surveyor should write"NOT FOUND"to notify the City. 0:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\0171 23.16.01_Attachment A_Survey Staking Standards.docx Page 17 of 22 2022 ON-CALL STREET LIGHT CONTRACT CPN 103736 { GuR ��e3pa.#x#�N at•a"amxGSEr NX�p"Y"�'tttktzs�wR gk�"�g$� hNlF3A!¢'.Np i£ E 0.E A£' Lf tt' @41�R 8di9°L M63"!r'L .•P - FREffE Y�41Bf'SR&M y.BiL bt.N4AaA bI@k llk k4iv Fill, 7F s'RaxaxR=xksf nEswzaa.+WFaei eF i�.ms�k# w� 3�F�.MR....R A pHy L�p6k&.XkfiaAg9�dA'iE31E#ipN3 F.Y9Ck•flttlRS:'q'�. 3q Ski Ft F's$kD tl'�#tl�YlEl'+F a 3 ••'[q HIM' ff€ T411, Y-tpk•F1 I+I {�A•qq•i t. iF .6lHi�lk f'i M#.kH £@@,,It .741R'i3&£i69F! + 1 EAARli v1. AFt Ek!5R'N EtS##i1 AP Ets NFFfl E3�9Y It '#-tA}a N4WR I�1 Y1114611,t#'+9kYE9111.iYl6 LLg#3'.Rf3i FF£IL�LN6 #tJF}„£qi _ /31Ek kilt i4t#f&£f 3€PRE YA#E.4#•41 faf N£it i£N Nii#1.@£�•9«� . 3N31pfAE N'EL 89fR to Ba J£1Y3S N##3t riR:LN£"{P {tA'.Y#qL,3#19i.iL.. All 4 pyI S all" NL9'F_8'1 4 rSiFg 31-F1 1k P^ 7YFtf97@f!3£AAAF tRt}PR'N3#q AbEt 5£4fitl'NlYEE 3.1c A/ffiEFS3 3 kiHLgE' wl....., #ERpF1'7A1p Y}'4'-0kkVE Vu Fy4g1IfYri Ali•i5'iF£Ni£�f.ln::{FTA3i#Sd Sd{Rb'f- a VA M 4IItliI 9YC1WNiSq�l JR# 118Yfi q..S9s#•HNEX VAN E•"tY4#i N3AElWLL'AYGR%L I i ICkf fARGEN iq SF181^A L"13;3511#•^...&. '#@G@tX ffiA'iilli'151 T�>',a't34 k,t!#p k$0N 3EN f:iiib#.2YI RfS.S dRi 1. EA tl3 SESEPBgFIEplFtYkF3E 9bE AFN3 YN-�3@7 Y'3+a"Af!NlLyy tEi.XI',q 3 Y9L#RtRFFW rf133PleI'AN#E•3AY9�a#k 3xE kNdg13#E'�L.@KIB LR Efi$£al'Ptl if N#Ik3Aq.ptg3Y F3SYifipN{L##%LiXN@FF8 k3kSEi€.`4f3g9p1kEplPiLdiCA Ems' i'lR!pdp LF-1L'dpE'p;9pA�H�3'q#pEF�&•NRI�XSF R�1�4��8FJ3A',�R&G rt.�3i,'+I@:.�• iHR bS fi hA i#FF37.YFR.H' iSRAIH N'WE6ii�iJ!!IN]@SRIiAiYd IF. t #It i *F g1},gN:'&,H 3 N'NZA-3.£p@�4'LNIR•kFEiL'itEq"AE. F•6 pE1NXAt 6E3NLp3F18N l414m q:#Apl ONAN"14DIn pllkp'E'b'PAP {Nb�N:.�W96:sE Pli''p EY dXlp�d$P 9ff31p'Y.43Re4A@@3NNN SNN!.'E3 pf RE %X.M pL7 3.iiFALkN"($fI@fib 4�Wiff 1 Lk#NAARLk ILIp•il NAB 1.1N11.'1 ,• �'a 1t!3E!Pk#kd(TN�M6F,R'pF.S NS NN'+kt•I�fk q'6#'pd3E'A'a # itfl NEAk {A Fq AlkglF•#tl tAAtt It ll'G ddt3 1S'N'3A L!14 #31LRR taA P£i Us iqp v4�3.Aa1 L ff:!3 J3t F.#@ It#1Eik [A tEYta��gE�(i.µI¢¢LCYSE.--I-RA 6:Ia PELF S1 k-0 bS 1 S^1 iElN�LA> • na IN, llFt"&t3ii'CS �gtg@tu�Rp�p�NliR�} !£gS�13Nffii tE kN4#k-� t�SSFi� _ tX1iltftp1w1f4v4*A.1M#NN�AMIX q kt3tN�E' LR #1•pit J #FS LN 18•E A9 WEI} �tli gi4f.'SgAr.,1lriF 3dY>x 46�II,�gIi� "uR iA®11Ck1f .fF EF Lf�la3'@*4NAWFS$�;I WPA PA07�IEk3F2 '11�51 tlLi•-®' • i RS {33£ke�tGpffiNk5m �ti 9N 4tlHY'# tE8.3E kgtlgiS t4&5 '9�Etaffi + p 1����}jEN,+Ej3!jffi3'4.'YY�.I YYR� p+�4'91'�931���N' u�H#RS�G�'{�yA1 t� 113Iq N@FYtlffk&ipCF,fX'411E L4.' Fig 3'IF'FLFi3 RFflHSM'IR. J� L3tt•H AtNNR3.4 XLi3;1+'E'1R3RN'pIi3M Ha Y11 W'FIl'ase,FiM.L'i* .A:• i t&am:FANIf;;IFAII'@R3tl#F4S!Y'N.V1144,vt 7nfiv�8&iw.'a ik:g K396$VA rzali}p£'w NA#318@36 RALX Lt wv R•3,�ia4 a tle A. £ •r�gL3a ' ^� #i d'Ei k'E'3dlgEM9> N:!!Yw•2'YA W� F�Y2�'Nd{43Sk@ 1 -111 IN wk .$1 9 '' g11LEF3FI 31mimI q W Nti kSlt£#ASf3d is Pktgi6i tNN ptl3Ai Y8"FA '4NPrp NIi4 f3t�Ek At Nitlit#FE4Y&151�4.1W.'F4'✓kLR3N%Lp1EidI 1S'x'3Effi 3BSr.l1YFf€V# !a, E3aYE#N`.� YP Y'.'R R331NA#!L9 Rgtl"i8 tfi 'YSY9 ppry''t3.lAF •33 ka.RX NfE R ;#Al3Ftlt NRl'#'t9 E#kki`^qkF#/"ift.•£ N]FEYG3i-3ET ^t Y"t fr _S 41€1#lffillY Ski nE3iNl IIF3tEi dt 4tgE d -a 3 A%##7���gg•„ 'ANt#Fx x-6'#ALF3kA$3RFEtd:5q 3#3JR4�N3#:N%ci A. ' NFL C#x3EIW'x k I 9H LNLY'PiE!#LINE11p^"qE'.EF'#gL3t gIY"Fe•:' • REi pt74L$A'Lt4 L 3ELi:L Fq SEA R:$�W#'EI&i'A t$Na{Li6'LIN mia ../ t IR.. % i y' Aih NS3A pi3llilFt 3 5ffiE3"WdFf #fit#p'i•. r+ f$FµpYYI¢iE[kYtlyy.!Amm, tFf "^3:IL3KWi A!N&Kwk 4P W1'k:;GNNi -,: 9#Yk3Eh8}ahtwk4 Cd£LIk EEI AtfIYtlSi'p yy#4 4 F3tl##p�#iEA'i< 3F4.Y •P FL,IEkkt#Rfll'AE#AfHNF IpF�nwALffi'.9 NEA Si kkF N`NXLFELc.A 3'It t i :' C '"`N�k ri�t #t Wdt Fl34L. Y�Nf E'td 9Q NicgE ;N3 plfi'i.#yyLt Rq Milt t?P tiea! nk0 LL3EAf aid W4, a L!daa Ivx.t3 t1Rt#E31N'U3.: . 1 IiHYA@1Cb E.L ON X,d,A AN4•.$Fiw X-hL3d*F NFiL p}q&pB EE333f#FEikK 3ttdEiWi. x9 Jl'�yypg�kdkAtl3S F!tATHA133SfM YVi xELk 1E43k 9t 1-'314a WL .3.TIi3,tll IapR.#•�B#'34#i3lkdtR!pNl�'&HpaEaiEE3P" LF"-1'aL 9�FN'RNP7k iitLSApR#. ai gs ixi'p i t uti�€tk�s Bw4}a ##yyk sn�:rrre UN, i& !uAi95:N'EEI NSXIF43E1143ASgq NYiLLIgR:$71F•NPF:E,iWN'kNINE kN'4q S3-N.#StFa EI9ALYF: N#Yvi$S!i9 p#1fNl:B E&pFHk tiPR§YXDREI#p,E4Ng53thp.,I"F3.l N3kp'gi L'^^ LfixetL!3pR3•'E.E#HSEp#'�ftl'9f3R3"+EipiltiltLliit �#.#L!m44ffiAAgISRA L N$biNE gkbt EP9 H£�jjpeX 3.PWLA IY RH M'S'Y R, 1@tp LE"i.�y p.Sp gp#R4YpFtN3S i3Ft E39fSReN WM4NflSK 1p3d4 f:3L Atq Yd&4Lq&iX-Ri�iY' ii}I�LAf.,IM'Agt#E!ICp tkF"tlVF'1q RY^!:LW,Wvi 1Rk#i 6i+Cik, L€':R�'E Ct'J@tl6#�ttPA13�184q:N$3'S411kYA k4Xtl45f2'M fA'ie"F.b.IhYL3C'1}?"%+1^F9': • sr, o-ooCD"@Yt MCLA70N lam wk;,F -¢aR.OWD M ME EW, W,�ArWI�M �a�r�t n /N CtMMT TV MT.CWATER hJrX�tEf A57AC4 h¢SGYA7 tlFRVG STA PBlRiY-f2'NL �q� hl at AWN Pp Lr � hLY E h 9EMD MSMU. -SR E•?198TA1191 E•2E4SX737/0 hlel®AACIEaP TFE E•t 16 ar VALYE"d hfw M ILF 9lA'QRfWr LEAD wr 06 fi► }r� y hR44E VAME 01 IF68ND360?D9 t�.j E.990R9I09WA ce+e•tnwr � � �� C ,P L'1.�L7 �C'M��MthfM I cur Div!ice• dd E BLK 6 E1&.TES3D LOW 2 ]4 Mom"A pww..o \ ` ! ,.zW VV rVV7 A UME EZ67.ZWER 7P (�• } TM-2 Tm N / PROfWED SANYTAW '� Sr YACYE1AM - SEE SHEET EX13T.RAfE STA 0.3m-¢ WSTAtL UW•u b h¢�6'YEYt>:BEND a.r.a....*... C"%Uc SIA OOMW-¢WL MUM DR! SM&W59-¢ STA OWM-!Q h¢ILASW SiME WXi"VM.LW 1-12WYM.Am 9 LF OF¢IIATEA'PIPE M,69I Cs&sw N1699052-qw 6MECr TO E105T.WWAM E 7J E-2E963Z8370 m.69Vm w9 f-22MVa 6 P O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\0171 23.16.01_Attachment A_Survey Staking Standards.docx Page 19 of 22 2022 ON-CALL STREET LIGHT CONTRACT CPN 103736 aul�� saJ9l im> 3"111i�Juur�11h1 InaT9riDkaa 1ra4sEluikmI7lflu�. 1Bg711N91Wt!GI!I'B1�IIpIiXfiik ^'ikFW"-0 1 'P tlAARKr d71 a54E!46A4RY 6NkLdllEXAeF➢!tlAd I@d9IdF}IJU9114MHkdVF 13:#'.Tr' J �FY'�_,:9RXE .dT"IH Y6^ttt1191 WYAadmki MAi I9Kk11 dgNi]mXEJ 1A}Alili Af da lF L4k Al I I 1 At 1 d kIi17 1 R;l � _ dlNr ItkY.11 dplldMS i{!fll 4MIIdWF 93 4:;."iX II ^'-51 Illltl'FA'6 Mid RIP IivA-07JrPGtW1'4aattllN dUYE 9Li q tl Kilt".II 1 sA l 141 IE til I IIIMYSwi 14.119+YIINdi:fli Y f itb(':qY SI hY III HItkl 1 49PIRY dlddl 4{ VIPAPdiit 1-0 tt 5! 31 Yk� I II Ilh;i EI 111 1114FN'J INm Yk kJ lik:'.I J4YMi1 ��YYPtI Yd(I 1 .hrc' t 3rllit`B J G i AIIIaY{Id ,l�•T al.E 3v ORIf1Yrd II Id.C1 YCI fi J tl la if IJI tl d JI ei it k II IIYN1fiJE� Ilk vH Npll I£YJII Ifhl fiilltil P IJ IJI 1 hF I'•NMd@t 13JIIJ ,dIB ��•III"'� Yfit IL�Al ICI'MGµR IBIJih.il It d t N9x>qPJ I#JF J'IdL,Jl tlll t-0ad Alll'!i!ORItlX- I' AkY JF mli Pld}MXE3 A3#ld+.i iw- I tl l kHeilm h"illAm'i tilts P i l 3.g83 im JtlldA'M.dAI tPl P.k7&„'i91W idN`N NMI'JliAdl.#1I Will �m 1 Adlp�kBi k'43N#5'lldA9hAYdY IlaIMl9:di'Ji Imlil'M}APAIBJ FAIM-0 dm&1ftNTdfid'AB JrtFfPllmEXmJAK { ANE akI�1R'EgtgdEl'M Yid JReAdON 19,10F+MISmYAXlidt f IVER"d;9ftv1111114,ifR ill mo m16.IB HF tlNAfeDIGkIJf9AN3' fPk�ldfff{p�+p(I dAfA F�'@1DAPati+lt+ IN@&m6!"rpX'Xif�dA1lXRfArtadN.+ AWEA M dMFMdUAImElEd'i mMgFtIdDllikPlS S�i,'FtC6RLJR C FlkikRRmEA f1I9AfldMNflM9:fld7'ln 11m Ntp4glEf'JRJ MaAIEM'MJdi t'.d11MiNti xJM AVIER } ?d fi1BXddFIr m I tdJmJMkE-0P,dl99 M 1�HI#tdFd}rrk11E1X llXE1BdAkIAAAMy19 diEd.ptldkXYN IM7m IllafllillpFFIMdYEEiEAtl j AA IdXEEkIgMFEIAIAmYN;;^4+tI.s k4d9AtAXgltlM41E F iL+i9Y1plkF�mdkkmpFraAEAAE4IdtJdiBai33:fAt9.df4",11III1 3lIaS}iYX'7i7R'1J3k tdf13 ldtkFdNmF.M.,RCAi'lIMEkG:I Y MITI m FYJ40m0maAi 931 Y1111t Bk; x d :i iA JJgqyy�kkd MllIK9dA W&t!d 9 EkN: ® pmlfl keXMfiFNYdIF AAIA6113EdRE£Ekifl 3ExdnF C V' N 3tY1,FtEME15.sill AAI iIEpAYNF+1J Ikatd ya:E I Y" }A1~ ApA:E11iEXiAEEPAtl�d'M ft 4.4'tl 7 Md „i ., � 3 A:: / KI itYEEkkFit EE mdAEl4}`k ol:m.^X i1dSM I IdR�f #'�a ka6 k Iro.�66 t!s PIUEC@EtlIk1E>AABq MYkididM SYdM dkRli 11"e JdXM1'-0AEEd4 dR3dINos39as MBIRtKEEE 1I1 36NAB6EmAF3;dLlIYIlJDF3Ama Fkt!ffi'7limlaA p}fEMg1A1is3,+ 3y�Fbt n Yh 1Ji9�eNEEAib9mg119JM9mM13AEJ{lf1IIN1ItlMI.tlE km}KEAH£1tg Mwi -ilA## ri WHEN 1111111711. 9lCY - M!13}qpX d:ifNAX3o'tlAN�IW9EkFkfik�"IDdXkfikigdl"€iP 11�1I1#3tP9EEmX RiftlJSJigtlm.�9H-tSEgdN4"Ek7NE93de '$INBi&III i dA l�mJ8S6i�Weill F m ? Ymdp 5}pov YmMUli ' Y A I113Ed6A mmpukka 9•IH lmA�AlMAtl 1133Y13tlA11Agd41Yu 4 !MAffi' A19AY1Y:14lo 111}Fd P3A FIfi5E Yd1d 1171YA FAdull wiz Md�Ill tlhd191-IgiM119B9dfMdlFliY 9d111iµtpEFE 117913dAa��i i>9 YYIIM AA,6 k mgFl1A EktfimXgmY::E3144FIddMitliJiCdEd'p&gNE lkd6ltliFA'kASlhl4i919a9i{7 Id1a iFit BotliE1 Flid�kth9 3EE£ERSS�'1111S,19lpFYR1FpI !�XmECIMkm£tt17IYidAa '@ Fti 1 J t kl(•yp IX@EP E 41(iYBm:'9tlAli1,g99tlP SE.175dIm8Y tl�Etl#Cd@dekMtlkYAtlmALG{I7LRkI Li4dAIS G.W EfIX 6bHt IIIIH?4FT1 MI'BN Pkim`Amli9A5� r BMkF I3 d[^^7„7ES(14idqM1''yy 1111A'F kiq$FI>R Bi MM'ei A�M1 tAd?ddREM J[M-0 d i1JC3tl'dti.1;d; Dtl'FE113Stl 11,11111CIII F 11AMAd} IlYFI Myµu9R 4MEYX5�E tI IMEYiF IBtMNCmu d3Ae ICipEIN?MMJ11"dkJEMM liYtGI F9Md4E1 eANAl.91d1 Tm11 S7t19d11tlidmll IEI33�IAidipm • g�7 9digq]II3N 4E6RdMd IMFlI Th liAf 111€I;?Ff9ldWI Nr,- 9F IXfittli t II IIRE!I1AA-0B9011 klil0pll916EIId�d16pbk IEIH-0PoJJiiA�Bi#IaEH1mm1�IIM113tkdi4l'gii#7t Agli&t4d'kAAEMI' dlA ik�ikiiASiiikpASFFmAAEEEpIkdiJi19d131397NAIII Itt19dil IdWtt 1LIRGPoIt1113itlilk7�lpdkI" flP i, tI FYW5tEWABiAXlCd liltyTWHI76Nd1AY:FIAiB55Wl mkkl AF61BmEEC 1 Etl91fi%IEEEtPfl9' MSW',ImWFii13X618p9ESPolhmlliJi1140tlp9m1173E"£N{BXaII ItlaSle �ERCI alktiAldtgymIn aYdi�AIA&BIBPd9FiC84AR.tAm9ldpkYJ:R;M EEElitRp3 j Ist!a 3v 1!16dX€R�1: iiF its Ap!,tai-0MENA1'I'm'M0.gpp9g313 1119$k'.'p oll srf 11411fpryMg6pMtl93'i'1F91i1'tP:F uliPb,11 q XllmLgr:X Madl lldRngg6g9gDDJ9i661'M IAA94SaiegAxIEY1511E4M� AEA4p�435A3,6Atli'k J �!tlupEi Ni t Nit M 7.191MMYA,EM #��1�tt4DD eFYllIt k I a�Mtg31A;{t A1A 1` 1115E11f[S @dMi pkSPtt245 9;i All[kiiB`.1' FMN limitpf It f I NEW Mdd�Alpll��l{jj��y, tX M k aAL MI-¢4,p 111B Ya lip MR 110lmd91iN41�ldp 957pitk Ji371gki�£11ANBk16 iSI YgPB 111'wad 331g5 YMM;yt�AE •~ ! XX73 p�MMMF9gm6�47:YdMM'L'isWttd�714X51"Ov%JI3tW F9aFXI9 CIlA3NBk�`'S-IStd All tllA117dNMF4A'k9AMN �tlk€pill AlilU!WICMII1AAA'AN`lt j�4 GA1AkAD krsktm�BYpd' IIR 1Mm'mfd}SYY 11111 SRA1XMAE�A�myA'itl0k5l5dt(�1{+k'4 fAMA INlutI I{Ilpdd9tl 1ltT 7WE�$Y q11'IMI 31giA AMttli�Ek�Ey EiMg11�PSM(f�A1Yi1111mM1 91iSFl£EE i17 11,44 .r{F9I1I7AH#g�6��MgpAJki87P@@9k dt'.19'M17dmll1RNMRptl91+.-1Ai if I Ail7}Ki71AXDmCMMCJ3 am 766dKlill IFI111pJA�MpC1Fij �F i�dEiH SAm49DHiLkI11. A-0tt1i11�§iIM�E''9Stl9 3YY3Di3mmAM}I1AAM1lM'-06M39 DE EFyy.�:1ihm#E KIIA9lAd}SYP sat Jldit Am'A4'M 3Mli111 3MA'.;;rA; HIYSd89M11 9119i AA9AAmd1 XK5 s ki M9 it 9IidmS4I3DYM1 tl3 IH419 393'E1AW1d A1M}JH f Fmm y,6tN a1{FAY iIDtPlitkE 9NI1tl&L3SN1Y€SMAd I IJ Id Wall AME arm F 1PD1i4itom UN,it 9i1E1"94pMrYip 1m l 3 C t�gilgW1@MpXOSI gIM mR4t 4g1.^! NP4SSkV9mm§ll f4 kti ppgitl MS'SS t r19}I IFtiXHa3INFx9FI 13}�5tp@El klMMMIi ! v t6t SSCmAtl19B4.^ 1 A&EM@i'li Ill M119�E66Y� EI,„„nJL dltlEtRAF�W7r 1s}y E'14"J13 I nIn Xkd (MMMMMMMMMMMgMgqmmMqmqMMMMMMMMq?q�a11a16mEFYa�apMXRE 1aJ rr�l E�kLnllM d 7 JA adJ3}Ji IB MIIA 4H 6 ggEE71@@Mf5'Q 7k33 IA^ ff31 kk�9R3H7Ai3J7tldtllddAl�t al9f+ ilAl3lw,kWtlg''IJA'A1 F FAIMW7lBkMlE 9R6d31FIMEmon1AAAkF1f3m#MEI10951pA111 fCiS�f)'mAIF9IAm14R13i 3TJ:i MIm 111t11R779 f36t111AY1i141101t mal�MmMM66 FiptXXIlIM ',J9'I11M3 Fp&1 m�1111 3�14i Rp 1111EDdM9P •• i3illdIAMM'r ,Jt 1 af> M MM}SthESN'�AmAMYJ'mY1J P t A'kiMEtl1Jdm!HIMEBEM INito}imA .l', tIE� 1311'M.1:'18 JdA'Y( - qaIHitJl lit 11Alm1M 9A! Fi1 HER 1W d6M J r 193fik1 4H7d EHill AE GlA1t11wE A.XA.1A„M 1 !af FI.FdMUYi696BMli f I 4a' a ,ntlAN6 L M MidAm MCI,4}I ti4A£AIP:YIv11M S is+u'pa5d FIBJBMMEXI 3IATEt1J39mA,9ddtM'ERtI EIM edJ/Jgk�M-0:fpgil ImEM6g9OrMBVgMm dfi.IAEE MlmAitlt113ddAAXtlMA1m111EII11ddNA3EMd YES3diEAgMEIt-W-0Wo-.-il'[BM '• MFIAmmXB MURiktE§'.tC{ Fdt�st9`All III,a1gI6F Fl mmmmE3pXb�&MEXa.F9FB Sl t♦A!!Ik1if } 33E3tllIF�Fd113EaAA'BY3�1iimc4iF1,i.�417E WO MA",lEX9yBA�3 5g01119 yig3�A11 'MI dll'-0 Atl1399 Ai9gAAAAtkklt4{AX YIAAm sSAmA R h' �AIiI AhNKSYNdM1§�.1�N3iE4'gl9Yt_t41 SF.44Rg4i lAA • � 1 1 1 1 � 1 W2 lOf P I I Q Lal 41�MIfIIw.1r 11d 49t�li rJGtwP 1 LU /SAYIf•Va'SEWER °i!'o.1; I I LU SERVICE W/r1EANMT 9 gIJ LAYTON RC W. T -- x Q: cc �j v Es.k^Ian .O �n (2`WATER L0 .amen UNE A 'L-3b54 # 3{ —g•—+ O WAY —IV) REMmE Ensr. ' J l y �," •Z b� 5TAh61X1-✓lSS LME A !or P Q EXIST.SrA.0,KL3A1• as orr.•r ywrw Ex5n SrAh70,L-.395f REM7VE EXAST.SSYH cmdrAucr 5 LF OF esS LME COMMIMSSM/IMTILC7E J COAC(ULM i YH IMSEW W/COAROS/01V MrECrA]Y r QA1'MECr PrMysS INI'1 CONNELT Pw.?SS(NELM To FM-.SSW N-6946655M E-2296659237 CITY MAP NO.2018-380,2018-3, MAPSCO PAGE NO.74N,S,T,W 7 7 7 7 7 7 1.00 O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\0171 23.16.01_Attachment A_Survey Staking Standards.docx Page 21 of 22 2022 ON-CALL STREET LIGHT CONTRACT CPN Ig3736 Obviously the.csv or.txt file cannot be signed/sealed by a surveyor in the format requested.This is just an example and all this information should be noted when delivered to the City so it is clear to what coordinate system the data is in. POINT NO. NORTHING EASTING ELEV. DESCRIPTION 1 6946257.189 2296079.165 726.09 SSMH RIM Tr�i._.:.�lLl.�#,.r�L 2 6946260.893 2296062.141 725.668 GV RIM 3 6946307.399 2296038.306 726.85 GV RIM � CDIu rh�S 4 6946220.582 2296011.025 723.358 SSMH RIM 5 6946195.23 2296015.116 722.123 GV RIM I rJ 6 6946190.528 2296022.721 722.325 FH p p $a 7 6946136.012 2295992.115 719.448 WM RIM 1Y 7 8 6946002.267 2295919.133 713.331 WM RIM -TX. 9 6946003.056 2295933.418 713.652 CO RIM Ullie Ll 2-OZ 10 6945984.677 2295880.52 711.662 SSMH RIM 11 6945986.473 2295869.892 710.046 WM RIM 1 12 6945895.077 2295860.962 707.72 WM RIM �p 13 6945896.591 2295862.188 708.205 WM RIM Vep-,r`r- L 14 6945934.286 2295841.925 709.467 WM RIM 15 6945936.727 2295830.441 710.084 CO RIM COG¢-b i 16 6945835.678 2295799.707 707.774 SSMH RIM r� 17 6945817.488 2295827.011 708.392 SSMH RIM 18 6945759.776 2295758.643 711.218 SSMH RIM iJ A 1J D 19 6945768.563 2295778.424 710.086 GV RIM 20 6945743.318 2295788.392 710.631 GV RIM 21 6945723.219 22957S4.394 712.849 GV RIM 22 6945682.21 2295744.22 716,686 WM RIM 23 6945621.902 2295669.471 723.76 WM RIM 24 6945643.407 2295736.03 719.737 CO RIM p� 25 6945571.059 2295655.195 727.514 SSMH RIM n`^ 26 6945539,498 2295667.803 729.123 WM RIM -M 27 6945519.834 2295619.49 732.689 WM RIM C PO #-TS 28 694S417.879 2295580.27 740.521 WM RIM 29 6945456.557 2295643.145 736.451 CO RIM 30 6945387.356 2295597.101 740.756 GV RIM --;# AP S 31 6945370,688 2295606.793 740.976 GV RIM fee- !;U,C*t f- 32 6945383.53 2295610.559 740.408 FH 33 6945321.228 2295551.105 746.34 WM RIM 34 6945319.365 2295539.728 746.777 CO RIM 35 6945242.289 2295570.715 748.454 WM RIM 36 6945233.624 2295544.626 749.59 SSMH RIM 37 6945206.483 2295529.305 751.058 WM RIM f-.-Q,�•�' 38 6945142.015 2295557.666 750.853 WM RIM STAMP f-t> 39 6945113.445 2295520.335 751.871 WM RIM 40 6945049.02 2295527.345 752.257 SSMH RIM of 41 6945041.024 2295552.675 751.79 WM RIM T 42 6945038.878 2295552.147 751.88 WM RIM 43 6945006.397 2295518.135 752.615 WM RIMq 44 6944944.782 2295520.635 752.801 WM RIM 45 6944943.432 2295556.479 752.156 WM RIM 46 6944860.416 2295534.397 752.986 SSMH RIM A)JY O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\0171 23.16.01_Attachment A_Survey Staking Standards.docx Page 22 of 22 C. Other preferred as-built deliverable Some vendors have indicated that it is easier to deliver this information in a different format. Below is an example spreadsheet that is also acceptable and can be obtained by request from the survey superintendent. a q w I' C (�NN: IV I O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\0171 23.16.01_Attachment A_Survey Staking Standards.docx Page 23 of 23 017423-1 CLEANING Page 1 of 4 SECTION 0174 23 CLEANING PART1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Intermediate and final cleaning for Work not including special cleaning of closed systems specified elsewhere B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include,but are not necessarily limited to: 1. Division 0—Bidding Requirements,Contract Forms and Conditions of the Contract 2. Division 1 —General Requirements 3. Section 32 92 13—Hydro-Mulching, Seeding and Sodding 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Scheduling 1. Schedule cleaning operations so that dust and other contaminants disturbed by cleaning process will not fall on newly painted surfaces. 2. Schedule final cleaning upon completion of Work and immediately prior to final inspection. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 STORAGE,AND HANDLING A. Storage and Handling Requirements 1. Store cleaning products and cleaning wastes in containers specifically designed for those materials. CITY OF FORT WORTH 2O22 ON-CALL STREET LIGHT CONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103736 Revised July 1,2011 01 74 23-2 CLEANING Page 2 of4 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2- PRODUCTS 2.1 OWNER-FURNISHED[oR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 2.2 MATERIALS A. Cleaning Agents 1. Compatible with surface being cleaned 2. New and uncontaminated 3. For manufactured surfaces a. Material recommended by manufacturer 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3- EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 APPLICATION [NOT USED] 3.5 REPAIR/RESTORATION [NOT USED] 3.6 RE-INSTALLATION[NOT USED] 3.7 FIELD[OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING A. General 1. Prevent accumulation of wastes that create hazardous conditions. 2. Conduct cleaning and disposal operations to comply with laws and safety orders of governing authorities. 3. Do not dispose of volatile wastes such as mineral spirits, oil or paint thinner in storm or sanitary drains or sewers. 4. Dispose of degradable debris at an approved solid waste disposal site. 5. Dispose of nondegradable debris at an approved solid waste disposal site or in an alternate manner approved by City and regulatory agencies. CITY OF FORT WORTH 2O22 ON-CALL STREET LIGHT CONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103736 Revised July 1,2011 1 01 74 23-3 CLEANING Page 3 of 4 6. Handle materials in a controlled manner with as few handlings as possible. 7. Thoroughly clean,sweep,wash and polish all Work and equipment associated with this project. 8. Remove all signs of temporary construction and activities incidental to construction of required permanent Work. 9. If project is not cleaned to the satisfaction of the City,the City reserves the right to have the cleaning completed at the expense of the Contractor. 10. Do not burn on-site. B. Intermediate Cleaning during Construction 1. Keep Work areas clean so as not to hinder health, safety or convenience of personnel in existing facility operations. 2. At maximum weekly intervals,dispose of waste materials,debris and rubbish. 3. Confine construction debris daily in strategically located container(s): a. Cover to prevent blowing by wind b. Store debris away from construction or operational activities c. Haul from site at a minimum of once per week 4. Vacuum clean interior areas when ready to receive finish painting. a. Continue vacuum cleaning on an as-needed basis,until Final Acceptance. 5. Prior to storm events,thoroughly clean site of all loose or unsecured items,which may become airborne or transported by flowing water during the storm. C. Interior Final Cleaning 1. Remove grease,mastic,adhesives,dust,dirt,stains,fingerprints, labels and other foreign materials from sight-exposed surfaces. 2. Wipe all lighting fixture reflectors,lenses,lamps and trims clean. 3. Wash and shine glazing and mirrors. 4. Polish glossy surfaces to a clear shine. 5. Ventilating systems a. Clean permanent filters and replace disposable filters if units were operated during construction. b. Clean ducts,blowers and coils if units were operated without filters during construction. 6. Replace all burned out lamps. 7. Broom clean process area floors. 8. Mop office and control room floors. D. Exterior(Site or Right of Way)Final Cleaning 1. Remove trash and debris containers from site. a. Re-seed areas disturbed by location of trash and debris containers in accordance with Section 32 92 13. 2. Sweep roadway to remove all rocks,pieces of asphalt,concrete or any other object that may hinder or disrupt the flow of traffic along the roadway. 3. Clean any interior areas including,but not limited to,vaults,manholes,structures, junction boxes and inlets. CITY OF FORT WORTH 2O22 ON-CALL STREET LIGHT CONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103736 Revised July 1,2011 01 74 221 t4 CLEANING Page 444 4. If no longer required for maintenance of erosion facilities, and upon approval by City, remove erosion control from site. 5. Clean signs, lights, signals,etc. 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH 2O22 ON-CALL STREET LIGHT CONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103736 Revised July 1,2011 01 77 19-1 CLOSEOUT REQUIREMENTS Page I of 3 1 SECTION 0177 19 2 CLOSEOUT REQUIREMENTS 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. The procedure for closing out a contract 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include,but are not necessarily limited to: 10 1. Division 0—Bidding Requirements,Contract Forms and Conditions of the Contract 11 2. Division 1 —General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Work associated with this Item is considered subsidiary to the various Items bid. 15 No separate payment will be allowed for this Item. 16 1.3 REFERENCES [NOT USED] 17 1.4 ADMINISTRATIVE REQUIREMENTS 18 A. Guarantees,Bonds and Affidavits 19 1. No application for final payment will be accepted until all guarantees, bonds, 20 certificates, licenses and affidavits required for Work or equipment as specified are 21 satisfactorily filed with the City. 22 B. Release of Liens or Claims 23 1. No application for final payment will be accepted until satisfactory evidence of 24 release of liens has been submitted to the City. 25 1.5 SUBMITTALS 26 A. Submit all required documentation to City's Project Representative. 27 28 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 29 30 1.7 CLOSEOUT SUBMITTALS [NOT USED] 31 PART 2 - PRODUCTS [NOT USED] 32 CITY OF FORT WORTH 2O22 ON-CALL STREET LIGHT CONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103736 Revised March 22,2021 01 77 19-2 CLOSEOUT REQUIREMENTS Page 2 of 3 I PART 3 - EXECUTION 2 3.1 INSTALLERS [NOT USED] 3 3.2 EXAMINATION [NOT USED] 4 3.3 PREPARATION [NOT USED] 5 3.4 CLOSEOUT PROCEDURE 6 A. Prior to requesting Final Inspection, submit: 7 1. Project Record Documents in accordance with Section 0178 39 8 2. Operation and Maintenance Data, if required, in accordance with Section 0178 23 9 B. Prior to requesting Final Inspection, perform final cleaning in accordance with Section 10 01 7423. 11 C. Final Inspection 12 1. After final cleaning, provide notice to the City Project Representative that the Work 13 is completed. 14 a. The City will make an initial Final Inspection with the Contractor present. 15 b. Upon completion of this inspection,the City will notify the Contractor, in 16 writing within 10 business days, of any particulars in which this inspection 17 reveals that the Work is defective or incomplete. 18 2. Upon receiving written notice from the City, immediately undertake the Work 19 required to remedy deficiencies and complete the Work to the satisfaction of the 20 City. 21 3. The Right-of-way shall be cleared of all construction materials,barricades,and 22 temporary signage. 23 4. Upon completion of Work associated with the items listed in the City's written 24 notice, inform the City that the required Work has been completed. Upon receipt o 25 this notice,the City, in the presence of the Contractor, will make a subsequent Fina 26 Inspection of the project. 27 5. Provide all special accessories required to place each item of equipment in full 28 operation. These special accessory items include,but are not limited to: 29 a. Specified spare parts 30 b. Adequate oil and grease as required for the first lubrication of the equipment 31 c. Initial fill up of all chemical tanks and fuel tanks 32 d. Light bulbs 33 e. Fuses 34 f. Vault keys 35 g. Handwheels 36 h. Other expendable items as required for initial start-up and operation of all 37 equipment 38 D. Notice of Project Completion 39 1. Once the City Project Representative finds the Work subsequent to Final Inspection 40 to be satisfactory,the City will issue a Notice of Project Completion(Green Sheet). CITY OF FORT WORTH 2O22 ON-CALL STREET LIGHT CONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103736 Revised March 22,2021 01 7719-3 CLOSEOUT REQUIREMENTS Page 3 of 3 41 E. Supporting Documentation 1 1. Coordinate with the City Project Representative to complete the following 2 additional forms: 3 a. Final Payment Request 4 b. Statement of Contract Time 5 c. Affidavit of Payment and Release of Liens 6 d. Consent of Surety to Final Payment 7 e. Pipe Report(if required) 8 f. Contractor's Evaluation of City 9 g. Performance Evaluation of Contractor 10 F. Letter of Final Acceptance 11 1. Upon review and acceptance of Notice of Project Completion and Supporting 12 Documentation, in accordance with General Conditions, City will issue Letter of 13 Final Acceptance and release the Final Payment Request for payment. 14 3.5 REPAIR/RESTORATION [NOT USED] 15 3.6 RE-INSTALLATION [NOT USED] 16 3.7 FIELD [oR] SITE QUALITY CONTROL [NOT USED] 17 3.8 SYSTEM STARTUP [NOT USED] 18 3.9 ADJUSTING [NOT USED] 19 3.10 CLEANING [NOT USED] 20 3.11 CLOSEOUT ACTIVITIES[NOT USED] 21 3.12 PROTECTION [NOT USED] 22 3.13 MAINTENANCE [NOT USED] 23 3.14 ATTACHMENTS [NOT USED] 24 END OF SECTION 25 Revision Log DATE NAME SUMMARY OF CHANGE 3/22/2021 M Owen 3.4 C. Added language to clarify and emphasize requirement to "Clearing ROW" 26 CITY OF FORT WORTH 2O22 ON-CALL STREET LIGHT CONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103736 Revised March 22,2021 01 78 23-1 OPERATION AND MAINTENANCE DATA Pagel of5 SECTION 0178 23 OPERATION AND MAINTENANCE DATA PART1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Product data and related information appropriate for City's maintenance and operation of products furnished under Contract 2. Such products may include,but are not limited to: a. Traffic Controllers b. Irrigation Controllers(to be operated by the City) c. Butterfly Valves B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include,but are not necessarily limited to: 1. Division 0—Bidding Requirements,Contract Forms and Conditions of the Contract 2. Division 1 —General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Schedule 1. Submit manuals in final form to the City within 30 calendar days of product shipment to the project site. 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 01 33 00 .All submittals shall be approved by the City prior to delivery. 1.6 INFORMATIONAL SUBMITTALS A. Submittal Form 1. Prepare data in form of an instructional manual for use by City personnel. 2. Format a. Size: 8 '/2 inches x 11 inches b. Paper 1) 40 pound minimum, white, for typed pages 2) Holes reinforced with plastic,cloth or metal c. Text: Manufacturer's printed data,or neatly typewritten CITY OF FORT WORTH 2O22 ON-CALL STREET LIGHT CONTRACT] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103736 Revised December 20,2012 01 78 23-2 OPERATION AND MAINTENANCE DATA Page 2 of 5 d. Drawings 1) Provide reinforced punched binder tab,bind in with text 2) Reduce larger drawings and fold to size of text pages. e. Provide fly-leaf for each separate product, or each piece of operating equipment. 1) Provide typed description of product,and major component parts of equipment. 2) Provide indexed tabs. f. Cover 1) Identify each volume with typed or printed title"OPERATING AND MAINTENANCE INSTRUCTIONS". 2) List: a) Title of Project b) Identity of separate structure as applicable c) Identity of general subject matter covered in the manual 3. Binders a. Commercial quality 3-ring binders with durable and cleanable plastic covers b. When multiple binders are used, correlate the data into related consistent groupings. 4. If available, provide an electronic form of the O&M Manual. B. Manual Content 1. Neatly typewritten table of contents for each volume,arranged in systematic order a. Contractor,name of responsible principal, address and telephone number b. A list of each product required to be included, indexed to content of the volume c. List,with each product: 1) The name,address and telephone number of the subcontractor or installer 2) A list of each product required to be included,indexed to content of the volume 3) Identify area of responsibility of each 4) Local source of supply for parts and replacement d. Identify each product by product name and other identifying symbols as set forth in Contract Documents. 2. Product Data a. Include only those sheets which are pertinent to the specific product. b. Annotate each sheet to: 1) Clearly identify specific product or part installed 2) Clearly identify data applicable to installation 3) Delete references to inapplicable information 3. Drawings a. Supplement product data with drawings as necessary to clearly illustrate: 1) Relations of component parts of equipment and systems 2) Control and flow diagrams b. Coordinate drawings with information in Project Record Documents to assure correct illustration of completed installation. c. Do not use Project Record Drawings as maintenance drawings. 4. Written text, as required to supplement product data for the particular installation: a. Organize in consistent format under separate headings for different procedures. b. Provide logical sequence of instructions of each procedure. CITY OF FORT WORTH 2O22 ON-CALL STREET LIGHT CONTRACT] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103736 Revised December 20,2012 01782:3F3 OPERATION AND MAINTENANCE DA�A Page 3 of 5 5. Copy of each warranty, bond and service contract issued a. Provide information sheet for City personnel giving: 1) Proper procedures in event of failure 2) Instances which might affect validity of warranties or bonds C. Manual for Materials and Finishes 1. Submit 5 copies of complete manual in final form. 2. Content,for architectural products, applied materials and finishes: a. Manufacturer's data, giving full information on products 1) Catalog number,size, composition 2) Color and texture designations 3) Information required for reordering special manufactured products b. Instructions for care and maintenance 1) Manufacturer's recommendation for types of cleaning agents and methods 2) Cautions against cleaning agents and methods which are detrimental to product 3) Recommended schedule for cleaning and maintenance 3. Content, for moisture protection and weather exposure products: a. Manufacturer's data, giving full information on products 1) Applicable standards 2) Chemical composition 3) Details of installation b. Instructions for inspection,maintenance and repair D. Manual for Equipment and Systems 1. Submit 5 copies of complete manual in final form. 2. Content, for each unit of equipment and system, as appropriate: a. Description of unit and component parts 1) Function,normal operating characteristics and limiting conditions 2) Performance curves, engineering data and tests 3) Complete nomenclature and commercial number of replaceable parts b. Operating procedures 1) Start-up, break-in, routine and normal operating instructions 2) Regulation, control,stopping,shut-down and emergency instructions 3) Summer and winter operating instructions 4) Special operating instructions c. Maintenance procedures 1) Routine operations 2) Guide to "trouble shooting" 3) Disassembly,repair and reassembly 4) Alignment, adjusting and checking d. Servicing and lubrication schedule 1) List of lubricants required e. Manufacturer's printed operating and maintenance instructions f. Description of sequence of operation by control manufacturer 1) Predicted life of parts subject to wear 2) Items recommended to be stocked as spare parts g. As installed control diagrams by controls manufacturer h. Each contractor's coordination drawings 1) As installed color coded piping diagrams CITY OF FORT WORTH 2O22 ON-CALL STREET LIGHT CONTRACT] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103736 Revised December 20,2012 01 78 23-4 OPERATION AND MAINTENANCE DATA Page 4 of 5 i. Charts of valve tag numbers,with location and function of each valve j. List of original manufacturer's spare parts,manufacturer's current prices, and recommended quantities to be maintained in storage k. Other data as required under pertinent Sections of Specifications 3. Content,for each electric and electronic system,as appropriate: a. Description of system and component parts 1) Function,normal operating characteristics,and limiting conditions 2) Performance curves, engineering data and tests 3) Complete nomenclature and commercial number of replaceable parts b. Circuit directories of panelboards 1) Electrical service 2) Controls 3) Communications c. As installed color coded wiring diagrams d. Operating procedures 1) Routine and normal operating instructions 2) Sequences required 3) Special operating instructions e. Maintenance procedures 1) Routine operations 2) Guide to"trouble shooting" 3) Disassembly,repair and reassembly 4) Adjustment and checking f. Manufacturer's printed operating and maintenance instructions g. List of original manufacturer's spare parts,manufacturer's current prices, and recommended quantities to be maintained in storage h. Other data as required under pertinent Sections of Specifications 4. Prepare and include additional data when the need for such data becomes apparent during instruction of City's personnel. 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Provide operation and maintenance data by personnel with the following criteria: 1. Trained and experienced in maintenance and operation of described products 2. Skilled as technical writer to the extent required to communicate essential data 3. Skilled as draftsman competent to prepare required drawings CITY OF FORT WORTH 2O22 ON-CALL STREET LIGHT CONTRACT] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103736 Revised December 20,2012 01 78 23 ii'S OPERATION AND MAINTENANCE DAT� Page 5 o`A �5 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] I PART 2 - PRODUCTS [NOT USED] l PART 3 - EXECUTION [NOT USED] END OF SECTION i Revision Log DATE NAME SUMMARY OF CHANGE 8/31/2012 D.Johnson 1.5.A.1—title of section removed CITY OF FORT WORTH 2O22 ON-CALL STREET LIGHT CONTRACT] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103736 Revised December 20,2012 017839-1 PROJECT RECORD DOCUMENTS Pagel of 4 SECTION 0178 39 PROJECT RECORD DOCUMENTS PART1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Work associated with the documenting the project and recording changes to project documents,including: a. Record Drawings b. Water Meter Service Reports c. Sanitary Sewer Service Reports d. Large Water Meter Reports B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include,but are not necessarily limited to:. 1. Division 0—Bidding Requirements,Contract Forms and Conditions of the Contract 2. Division 1 —General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Prior to submitting a request for Final Inspection,deliver Project Record Documents to City's Project Representative. 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS[NOT USED] 1.9 QUALITY ASSURANCE A. Accuracy of Records 1. Thoroughly coordinate changes within the Record Documents,making adequate and proper entries on each page of Specifications and each sheet of Drawings and other Documents where such entry is required to show the change properly. 2. Accuracy of records shall be such that future search for items shown in the Contract Documents may rely reasonably on information obtained from the approved Project Record Documents. CITY OF FORT WORTH 2O22 ON-CALL STREET LIGHT CONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103736 Revised July 1,2011 01 78 39-2 PROJECT RECORD DOCU"S Page 2 otL4 3. To facilitate accuracy of records, make entries within 24 hours after receipt of information that the change has occurred. 4. Provide factual information regarding all aspects of the Work,both concealed and visible,to enable future modification of the Work to proceed without lengthy and expensive site measurement, investigation and examination. 1.10 STORAGE AND HANDLING A. Storage and Handling Requirements 1. Maintain the job set of Record Documents completely protected from deteriorat1 and from loss and damage until completion of the Work and transfer of all recorde data to the final Project Record Documents. 2. In the event of loss of recorded data, use means necessary to again secure the data to the City's approval. a. In such case,provide replacements to the standards originally required by the Contract Documents. 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2- PRODUCTS 2.1 OWNER-FURNISHED[oR] OWNER-SUPPLIED PRODUCTS [NOT USED] 2.2 RECORD DOCUMENTS A. Job set 1. Promptly following receipt of the Notice to Proceed,secure from the City,at no charge to the Contractor, 1 complete set of all Documents comprising the Contract. B. Final Record Documents 1. At a time nearing the completion of the Work and prior to Final Inspection,provide the City 1 complete set of all Final Record Drawings in the Contract. 2.3 ACCESSORIES[NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3- EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION[NOT USED] 3.3 PREPARATION [NOT USED] 3.4 MAINTENANCE DOCUMENTS A. Maintenance of Job Set 1. Immediately upon receipt of the job set,identify each of the Documents with the title, "RECORD DOCUMENTS-JOB SET". CITY OF FORT WORTH 2O22 ON-CALL STREET LIGHT CONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103736 Revised July 1,2011 017839-3 PROJECT RECORD DOCUMENTS Page 3 of 4 2. Preservation a. Considering 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 performed,devise a suitable method for protecting the job set. b. Do not use the job set for any purpose except entry of new data and for review by the City,until start of transfer of data to final Project Record Documents. c. Maintain the job set at the site of work. 3. Coordination with Construction Survey a. At a minimum, in accordance with the intervals set forth in Section 01 71 23, clearly mark any deviations from Contract Documents associated with installation of the infrastructure. 4. Making entries on Drawings a. Record any deviations from Contract Documents. b. Use an erasable colored pencil (not ink or indelible pencil), clearly describe the change by graphic line and note as required. c. Date all entries. d. Call attention to the entry by a"cloud" drawn around the area or areas affected. e. In the event of overlapping changes, use different colors for the overlapping changes. 5. Conversion of schematic layouts a. In some cases on the Drawings, arrangements of conduits,circuits,piping, ducts,and similar items,are shown schematically and are not intended to portray precise physical layout. 1) Final physical arrangement is determined by the Contractor,subject to the City's approval. 2) However,design of future modifications of the facility may require accurate information as to the final physical layout of items which are shown only schematically on the Drawings. b. Show on the job set of Record Drawings,by dimension accurate to within 1 inch,the centerline of each run of items. 1) Final physical arrangement is determined by the Contractor, subject to the City's approval. 2) Show,by symbol or note,the vertical location of the Item("under slab","in ceiling plenum", "exposed", and the like). 3) Make all identification sufficiently descriptive that it may be related reliably to the Specifications. c. The City may waive the requirements for conversion of schematic layouts where,in the City's judgment,conversion serves no useful purpose. However, do not rely upon waivers being issued except as specifically issued in writing by the City. B. Final Project Record Documents 1. Transfer of data to Drawings a. Carefully transfer change data shown on the job set of Record Drawings to the corresponding final documents,coordinating the changes as required. b. Clearly indicate at each affected detail and other Drawing a full description of changes made during construction,and the actual location of items. CITY OF FORT WORTH 2O22 ON-CALL STREET LIGHT CONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103736 Revised July 1,2011 01 78 39-4 PROJECT RECORD DOCUMENTS Page 4 of4 c. Call attention to each entry by drawing a"cloud" around the area or areas affected. d. Make changes neatly, consistently and with the proper media to assure longevity and clear reproduction. 2. Transfer of data to other Documents a. If the Documents, other than Drawings, have been kept clean during progress of the Work, and if entries thereon have been orderly to the approval of the City„ the job set of those Documents, other than Drawings, will be accepted as final Record Documents. b. If any such Document is not so approved by the City, secure a new copy of that Document from the City at the City's usual charge for reproduction and handling, and carefully transfer the change data to the new copy to the approval of the City. 3.5 REPAIR/RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD 10111 SITE QUALITY CONTROL[NOT USED] 3.8 SYSTEM STARTUP[NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH 2O22 ON-CALL STREET LIGHT CONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103736 Revised July 1,2011 I APPENDIX GG 4.01 Availability of bands GC-6.06.1)Minority and Women Owned Business Enterprise Compliance GC-6.07 Wage Rates GC 6.09 PeFmits and Utilities GR 0160 00 Pr-e carat n o,uir-ements CITY OF FORT WORTH 2O22 ON-CALL STREET LIGHT CONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103736 Revised July I,2011 GC-6.06.1) Minority and Women Owned Business Enterprise Compliance THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH 2O22 ON-CALL STREET LIGHT CONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103736 Revised July 1,2011 City of Fort Worth Request for Waiver of Business Equity Goal TPW/Trans Mgmt $ 3,000,000.00 DEPARTMENT/DIVISION NAME: ESTIMATED COST (Please select the appropriate chch) ORFQ able Source O Ord 09MWVACY NOTZ4 All support 44mmosentativn needs to be attached to this rognest. 2022 On-Call Street Light Contract 103736 NAME OF BID/PROJECT NO/PROJECT NO. Pack en E. Wilson Digitally signed by Packyen E.Wilson Y Date.2022.04.19 10:16:08-0600' 2888 4/19/22 SIGNATURE OF BUYER/PROJECT MANAGER EXTENSION DATE NAICS CODE Prior to advertisement, the contracting/managing department shall determine whether the bid/proposal is one which Business Equity requirements should not be applied. Business B9a' requirements may be waived upon written approval of the Department of Diversky and Inclusion (DVIN)Business F4v y Assist Dinclor. If one of the conditions listed below exists, the contracting/managing department shall notify the Assisbat Dhvcbr via this form, stating the specific reason(s)for requestina a waiver. If the contracting/managing department and the Assistant Director are in conflict over the granting of a waiver, contnwtingInumiagift departmeint or the Assistant Director may appeal to the City Manager, or designee, whose decision is final. Please Check Applicable Reason: A DVIN: A waiver of the goal for Business Equity subcontracting requirements was requested, and approved by the DVIN, in accordance with the applicable Ordinance, because a public or administrative emergency exists which requires the goods or services to be provided with unusual immediacy; or B. DVIN: A waiver of the goal for Business Equity subcontracting requirements was requested, and approved by the DVIN, in accordance with the applicable Ordinance, because the purchase of goods or services is from sources where subcontracting or supplier opportunities are negligible; or C DVIN: A waiver of the goal for Business Equity subcontracting requirements was requested, —" and approved by the DVIN, in accordance with the applicable Ordinance, because the application of the provisions of this ordinance will impose an economic risk on the City or unduly delay acquisition of the goods or services; or D. DVIN: A waiver of the goal for Business Equity subcontracting requirements was requested, -` and approved by the DVIN, in accordance with the applicable Ordinance, because the waiver request is based on the sole source information provided. E OTHER(Specify): Justify Commodity or Service Waiver Request: Business Equity will send a direct campaign to Business Equi Firms. Please use additional sheets.if needed DVIN USE ONLY: ___1✓ Gwen Wilson De:2 2gnedbyGwen lion 04/20/2022 Date:2022.04.20 18:04:13-05'00' Appraiv" Signature of DVIN Authorized Personnel Date . ] Not A roved Signature of DVIN Authorized Personnel Date Business Equity Division 61f�mYv�el01- Emau7: DVIN_BEOfficO fortworthtexas.gov GC-6.07 Wage Rates THIS PAGE LEFT INTENTIONALLY BLANK: CITY OF FORT WORTH 2O22 ON-CALL STREET LIGHT CONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103736 Revised July 1,2011 2013 PREVAILING WAGE RATES (Heavy and Highway Construction Projects) CLASSIFICATION DESCRIPTION Wage Rate Asphalt Distributor Operator $ 15.32 Asphalt Paving Machine Operator $ 13.99 Asphalt Raker $ 12.69 Broom or Sweeper Operator $ 11.74 Concrete Finisher,Paving and Structures $ 14.12 Concrete Pavement Finishing Machine Operator $ 16.05 Concrete Saw Operator $ 14.48 Crane Operator, Hydraulic 80 tons or less $ 18.12 Crane Operator, Lattice Boom 80 Tons or Less $ 17.27 Crane Operator, Lattice Boom Over 80 Tons $ 20.52 Crawler Tractor Operator $ 14.07 Electrician $ 19.80 Excavator Operator,50,000 pounds or less $ 17.19 Excavator Operator,Over 50,000 pounds $ 16.99 Flagger $ 10.06 Form Builder/Setter,Structures $ 13.84 Form Setter, Paving&Curb $ 13.16 Foundation Drill Operator,Crawler Mounted $ 17.99 Foundation Drill Operator,Truck Mounted $ 21.07 Front End Loader Operator,3 CY or Less $ 13.69 Front End Loader Operator,Over 3 CY $ 14.72 Laborer,Common $ 10.72 Laborer, Utility $ 12.32 Loader/Backhoe Operator $ 15.18 Mechanic $ 17.68 Milling Machine Operator $ 14.32 Motor Grader Operator, Fine Grade $ 17.19 Motor Grader Operator, Rough $ 16.02 Off Road Hauler $ 12.25 Pavement Marking Machine Operator $ 13.63 Pipelayer $ 13.24 Reclaimer/Pulverizer Operator $ 11.01 Reinforcing Steel Worker $ 16.18 Roller Operator,Asphalt $ 13.08 Roller Operator,Other $ 11.51 Scraper Operator $ 12.96 Servicer $ 14.58 Small Slipform Machine Operator $ 15.96 Spreader Box Operator $ 14.73 Truck Driver Lowboy-Float $ 16.24 Truck Driver Transit-Mix $ 14.14 Truck Driver,Single Axle $ 12.31 Truck Driver,Single or Tandem Axle Dump Truck $ 12.62 Truck Driver,Tandem Axle Tractor with Semi Trailer $ 12.86 Welder $ 14.84 Work Zone Barricade Servicer $ 11.68 The Davis-Bacon Act prevailing wage rates shown for Heavy and Highway construction projects were determined by the United States Department of Labor and current as of September 2013. The titles and descriptions for the classifications listed are detailed in the AGC of Texas'Standard Job Classifications and Descriptions for Highway, Heavy,Utilities,and Industrial Construction in Texas. Page 1 of 1 2013 PREVAILING WAGE RATES (Commercial Construction Projects) CLASSIFICATION DESCRIPTION Wage Rate AC Mechanic $ 25.24 AC Mechanic Helper $ 13.67 Acoustical Ceiling Installer $ 16.83 Acoustical Ceiling Installer Helper $ 12.70 Bricklayer/Stone Mason $ 19.45 Bricklayer/Stone Mason Trainee $ 13.31 Bricklayer/Stone Mason Helper $ 10.91 Carpenter $ 17.75 Carpenter Helper $ 14.32 Concrete Cutter/Sawer $ 17.00 Concrete Cutter/Sawer Helper $ 11.00 Concrete Finisher $ 15.77 Concrete Finisher Helper $ 11.00 Concrete Form Builder $ 15.27 Concrete Form Builder Helper $ 11.00 Drywall Mechanic $ 15.36 Drywall Helper $ 12.54 Drywall Taper $ 15.00 Drywall Taper Helper $ 11.50 Electrician(Journeyman) $ 19.63 Electrician Apprentice(Helper) $ 15.64 Electronic Technician $ 20.00 Floor Layer $ 18.00 Floor Layer Helper $ 10.00 Glazier $ 21.03 Glazier Helper $ 12.81 Insulator $ 16.59 Insulator Helper $ 11.21 Laborer Common $ 10.89 Laborer Skilled $ 14.15 Lather $ 12.99 Metal Building Assembler $ 16.00 Metal Building Assembler Helper $ 12.00 Metal Installer(Miscellaneous) $ 13.00 Metal Installer Helper(Miscellaneous) $ 11.00 Metal Stud Framer $ 16.12 Metal Stud Framer Helper $ 12.54 Painter $ 16.44 Painter Helper $ 9.98 Pipefitter $ 21.22 Pipefitter Helper $ 15.39 Plasterer $ 16.17 Plasterer Helper $ 12.85 Plumber $ 21.98 Plumber Helper $ 15.85 Reinforcing Steel Setter $ 12.87 Page 1 of 2 Reinforcing Steel Setter Helper $ 11.08 Roofer $ 16.90 Roofer Helper $ 11.15 Sheet Metal Worker $ 16.35 Sheet Metal Worker Helper $ 13.11 Sprinkler System Installer $ 19.17 Sprinkler System Installer Helper $ 14.15 Steel Worker Structural $ 17.00 Steel Worker Structural Helper $ 13.74 Waterproofer $ 15.00 Equipment Operators Concrete Pump $ 18.50 Crane,Clamsheel,Backhoe,Derrick,D'Line Shovel $ 19.31 Forklift $ 16.45 Foundation Drill Operator $ 22.50 Front End Loader $ 16.97 Truck Driver $ 16.77 Welder $ 19.96 Welder Helper $ 13.00 The prevailing wage rates shown for Commercial construction projects were based on a salary survey conducted and published by the North Texas Construction Industry(Fall 2012)Independently compiled by the Lane Gorman Trubitt,PLLC Construction Group. The descriptions for the classifications listed are provided on the TEXO's(The Construction Association)website. www.texoassociation.org/Chapter/wagerates.asp Page 2 of 2