Loading...
HomeMy WebLinkAboutContract 58800- - .___ � ���� ����� ��7iii���', ___ i __� 4 . _ - _ y� �.,,.� CSC No. 58800 PROJECT NIAI�IUAL FOR THE COIiT�TRUCTTOliT OF �0�� BRIDGE REHABILITATIQllT COl�TTRACT 1 City Project Na 103454 Mattie Parker May�r David Cooke City Manager Lauren Prieur Interi_m Director, Transportatian and Puhlic Works Department Prepared for The City of Fort Worth TRAN�PORTATIOliT AIiTD PUBLIC WORI�S �4�� ��� ����437 C�t ofF����ni��t1P1 � Standard Construct�on Specification Documents Adopted September 2011 60 00 00 3TAATDARD CONSTRUC`ITO1�T SPECIFTCA'�"iOt�T DOCi7ME13T5 . Page 1 af3 s�����w oo ao 00 TABLE OF CONTENTS Divisioa 00 - Generai Conditions � 04 OS 1D � Mayor and Council Communica�ion � OQ O5 15 Addenda � � 00 11 13 Invitation to Bidders � OQ 21 13 Insf,ructians ta Bfdders �QO 35 13 Conflict of Interest Stat�m.ent 04 �41 00 Bid Form � OQ 42 43 Proposal Form Unit Price � OD 43 13 Bid Bond � 00 43 37 Vendor Cozrzpliazice to State Law Nonresiderrt Bidder � ,9Q-4�-�-�I— H�i�iders-Pre�uali�'icati�r�s- �-O�-�S-12-- P.�q�a��f�ca#i�an-�t���ant �99-A-�� �e�r$qunli��a�ksa#�a�� 00 45 26 Contractor Complianca with Workers' Compensatian Law I 4fl 45 4Q Business Equity Goal � QO 52 43 Agreement � 00 61 13 Performance Bond ��0 b I 14 Payrnent Bond �OD 61 19 Maintenanc� Bond 00 61 25 Certzfxcate of Insurance � QO 72 00 General Conditions � �0 73 00 Supplement�ry Conditians ta Df�ision 01- General Requiremen�s � O1 1 I p0 � Summary af Work � O1 2S QO Substit�xtion Proeedures � O I 31 19 Preconstruction Meetin� � (}1 3126 ProjectMeetin�s � Q1 32 16 Consiruetion ScheduIe � Q1 32 33 Preconstruction Video � O1 33 QO Submittals � D1 35 13 ` Special Pxoject Procedures 01 �5 23 Testing and �nspection 5ervices D I 5Q 00 Temporary Facilities and Controls � Ol 55 26 Streat Use Perinit and Mocli�icatians ta Traffic Contral � 01 S7 i3 Stoxm Water Pollution Praventian Plan � O1 SS 13 Temporary Project Signa�e � Q1 6a 00 1'roductRequiremen�s O 1 70 Op Mobilization and Remobilization O1 71 23 Gonstructian Stalcin� and Survey Q I 74 23 CSeaning � O I 77 19 Closeout Requirements I dl 78 23 Operation and Maintenance Data � 41 78 39 Project Record Documents Last Re�ised 0'7101/2a 11 07/� 112fl 11 - - --- �7/1912021 11/02/2021 02/24/2020 D9I3012021 � 01/2012�12 I 09/ll12017 0612712� I 1 --0-7f011�01-1-- --09�3412�.21_.. �� 07101/2011� 10/27/2021 I 11/23/2021 � 47/01/2011 47/0II2p11 Q7/01/2411 I 07/fl 112011 08/23/2Q21 03/09/2020 Last Revised 1212Q12012 07/fl 112011 08/17/2012 07/0 1120 1 1 0$/13120�.1 07/01/2011 1212Q/2012 03/11/2022 03/09/202Q 07/D 112011 07/01/2011 0710 1/20 1 1 07/0 1120 1 1 03/09/2020 11/22/2016 02/14/2018 07/01/201 I 03/22/2021 12/20/2012 0710 1/20 1 1 C1TX OF FORT WOR�T 2D22 BRID('rE RLHABILITATiON CDNTRACT 1 STANDARD CONSTRUCTION SPLCIFICATION ]aClCUMENTS Ciiy Project Na, 1Q3�454 Revised 1V1�rch 9, 2020 00 00 on STAN]]Al� CONSTRUCTIflN SPBCIFICATIpN DOCIiMENTS Page 2 of 3 Tachnical Specifications whic� have been modi�ied by fihe En�ineer speciiically far this Proje�t; hard copies are included in the Project's Contract Dacurnenfs Date Divisiou 34 -- Transportatian Modi�'ied � 34 71 13 � Traff'�c ControI � 3/22/2021 T�.DCiT Standard Sgecifications for Construction and Maintenance of High'ways, Streets and B�ridges 201� adopted by the Tex�s Depariment of Transportation are incxuded �or t�is Project by reference and �an viewed/downlaaded from TxDOT's website address below: https://ftr�.txdo#.�avf�ub/txdot-info/cmd/cserve/sueas/2014/standardlsnecboak-2014.�df Item In4 Item 1 i 0 Item 132 Item 360 Item 400 Item 420 Item 422 Item 42 $ Item 429 �#em A3S Item 49& Item 531 Item 540 it�m 542 Stem 544 �tem 784 Appendix Removing Conerete E�cavation Embankment Concrete �ave�nent E�cavaiion and Backfill far Structures Cancrete Substructures Concreke �uperstruct�res �'e�.etrating Concrete �uz'face Treaiment Concrete Structur� Repair Cleaning and Sealing Jaints Re�noving Structures Sidewalks Metal Beam Guard Fence Removing Meta Beal Guard Fence Guardrail End Treatments Steel Member Repair � GC-5.06.D Minority and Women Owned Busrness Enterprise Compliance � GC-6.07 Wa�e Rates � GN-1.00 General Notes � SD-1.00 Stazzdard Construction Details END O� SECTION CITY OF FORT WORTii 2022 BRIDGE FtEHABILITAT[ON CONTAACT 1 STANDAI2D CONSTRUCT[bN SP�CIk'ICATTpN DOCi.TMENTS City Project No. 103454 Revised March 9, 2020 �it�r af Fort Wor#h, Te�ta� �1�y�r �nd ��un�il ��r�r�������t��r� DAT�: 12f13��2 N48,� ��t� HL�I4AQER: iu1&{: 2�-1Q�d 1.�� �+IAAf�E; ��2�22 �RIDC+E i��l {AB�LI�ATkc�f� �.'T �bf�kT�A�T I SU�JEC� �i�13 3, �a �, �a 8, antt �� 9) A�t�or�ze Exe�:uilon af a�oR�lrarl wi�h MU�.+ Panel *�ah ���, in Ih� Arnaunt �f $969,8�7,�C� f�,f ��7� Bridg� F�e1�abN�ia#Fr,n af �;x Lc�c�aaions . . �COMMEhE�ATiO�+J: Ii is r���onmande�� kt��i IIiA Gi1v �auaf�il au�hnrF�� exect�#�on �F ��n+7ira�.1 wttfr P,�1tiN Panel Tech C1C.1n th� am�un! o# $S8#],�57,FQ for I�� ��22 �r�€��e R�Y��b�la�atini� (;nnira�t � proJc�:r (��ly F�r���ct �Jr�,10:�4.}�� �t Qk}� iACdkk4F�5, � • Th� ��rp��er of kl��� �layor aaid C�uricil �❑mmur�i�tlan (f4+s8�C� Is �t� autl�aei�� +�xecuilon oF � c�rnract wi;n AA1N I�anel �'ecM LI_G, in tha ams�un� ot $�JC9,957 20 for �#}2� f3rid�e i���a3i€lEtalian C�ntrad 1�roj�rd sr six IacakEor�s Th� t.�r�krat�k �ro�+lti�� for if�e rep�3r ��rd r�habi�;[ailarG o� ssx t�rldg�s Il�k�d h�el�w� �rad�e � q�+er f Ma� ibisir�ck � � M�acham #3�ulavard �as# �tnrnd 1�sFkle �49SII G`fb$k 9F2 �4 fk�ea�ham E�a�il�uard Vtif�:�k Baursd� ��tt�e F��fl �r��k A9R d 1 w�� rt� s���� �rya�ak 1n+in 1�aad �Btyanf Ir�in koad �asl �e�mlrr�ry 13rlve �a�l Et�un� Trl+liky f�iV�r 7GC � 1 �. I VtqC�ery �qu�award ars� Ra��raac� , 74� 3 � �DI�IfrY�g� �ielr�f SysCem 74� 3 1�y�9rr�ore � f �al� �$� M ;8 � I Majar br�dqe r�pslr ar�d rehabi�k�ati�,� incMudes s#r�+c'ural ra�aFr, ���C�n� appl�C:�tr�i� o�� bridge srches; cancr��e an� rr�eral rail insiallatianlr�p��r�, bri�ig$ �ppraac:F: s��b re�lacerne:7�. �x�ansiai� jainl replacem�ni; i�acEal b�am gu�rd f��ica rep�lr, �nd guard r�iEl enti tre��menk re�lacen�e���. �an9kr�,ictsan fs exppCk�� to s#2�� In lake ��nRa� ���� �nd b� ��mpleted �y st�l7�mer �D�� L}pc�i com�xiel�on at ille prof$c�, ft�ere wil� �a no anti�ipsted iinpact on th� g�ener�l tund oparat�ng buclg�#. �E't�� pro}e�t 4Vas ��ve�{i4�� for i�od �r� �e��err�ber �, ���2 and Sept�rx�ber 1�. 24�i Ir� #1'fe �or�� UUa�7�a S�a�-�'�r�egra,�� Caa� ��tob�r �, ��22, #he fa�law+ng h,ds were rec.elveci: �idd�rs N24V ��n�l T�cl� LL� I�a��e_ Inc. ��rEVUort� Clv�� Consfr,�cEors. L�.� �Ebsr�n $ Rssa�iak�s. Inc, Amour�t $96�,8�7,�{� � $� ,�+46.5��.82 $1.f �5,29�_58 �1,2��.�� �.06 C1E3�1',� ���,2�S,�7A.00 � Fun�i+�g Is b�dge�d a�ti tl,a Tl�V� ��pi H�g�rwpy !� �Ir��k� I�epartrreanC's �an��a� �r��►Hal �''r�j��ts F1.Ini1 iCir ��lE� �S�If�7o8� C�f fufldmg th� 24�2 6f1[Ifle f��h��] 4:[�nte��;k I, �� �pprq}�ri�t�d, R�1Jl�V�3t� ��� iC��--M W i7an�] Tec� I_I.0 is i?7 comi�aiarrc� witl� Itra Ci�y�S f3i181�1255 �:q4llfy �fd1118l1GB by �Olitr7lrttIllQ I� 2�°Io MUh�$E �f�ICi�]3tf4rl [Y[7 [r,�s �ro]ect The city's r��IweE �oa� on tf,is �r�ect �s �3"�. ��� �ra�ecl is laca�ecE kl� �041tJ�IL OI��F�f�TS 3, 4. 8, ar�d $_ �$_�,IN��MqT!€3N � C��7f�IC�I'�tDf�; �'h� C)ir�Gkar af 1=anart�� o�rtifies th2a! lu�ds ar� av�i��bs� in �h� c�rrer�l o3�RE�l f�udgel, as pre+x+o�s�y apprope�al��l, Ir� 41�e G�n�r�l �apii�l �ra�ec�s �und iaf ki�o 20�i �r�dr�e Reha� Go+�k�act � proj�ut to �u��ort Cl�e ap�rav�l aF tkse ai�ave rec�mrr7entt�tion 3t4�f ax�s:�lian af il7e carxtracl_ P�or �o ar�y exf��r�d��lUre bei�ig incureed. �i�e Trdns�rtalioi7 ar�c5 ��L�Cic W❑rks Deparlmenk h�s ilta r�spansl�ilily ru +raiidate flia avai3abll�ky �f funds. S�I�m�tfed far �itv M�naa�r's OH9r� hv: Vl�if�ia�� .1�i��ao-n 5�3�{� C}riainativrg E3usi��ess iJnit F�lead: L�ureC� p�letl� 6035 A�diik�nat infor�tit�i��n �ontact: Ma�yty l�ali 8��2 Exped�led ADDENDUM NO. 1 2022 LRIDGE REHABILITATION CONTRACT I CITY PAOJECT NO.: 1034�4 Addendu�n No. I Issued: Septeznber 30, 2Q22 Bid Date: October 6, 2022 Prospective Bidde�•s are hef�el�y natified of the following revisians: BRIDGE PLAN SHEET: Plan 5heet no. 3, 14, and 16 shall replace wi� atYz�ched revised plan sheets. The bid date will re�nain on October 6, 2022. Please acknowiedge receipt of this addendum by siguing �d inserting urta your propasal at the tiine of bidding. �'ailure to reiui•n a sigi�ed copy o�'t�is a�dendum may be grounds for rendering the i�id as nor�t-esponsive. Receipt Acl.mowledges: �'}�.: � � 1- B � � � � TARTQLTL TSLAM, Pit07CCT MAI+TAGBR BE� {iEM NUTABER BI� REId �ESCPoPfION BRI9GE N0. FEATIIRE CARRIE6 FEA7URE CROScEO LACATI�N 1 BRYAM IRVIN R� �RIIIWAGE RELIff SYSIEM 1.4 MIL6 NOftTH OF SH 783 R BI7YAM IlNRf R� VICKQ7t 6LVD dc 11PRR 1.5 3�{ILES NORTN �F SH 183 3 E SEIASW.RY �R EB S�CAIAOAE CREEK 0.8fi MILES EASi OF IH 36 4 MEACHA6A BLW EB TR1B T6 LffTLE GOS51L CREEK G.S FdILES �OF 1H 55W 5 AIEACHAIA BLV� WB TRIB TD LffTLE FbSSIL CftEEK �.5 Allt�'S EAST OF IH .'�V! 6 WEST 7TH SfREEf FORESf PARN BWO i.S MILES WEST OF fH 35 ESTIMATED QUANT171E5 n �yj 3/� �j� (SOl77 6UT5 6tl2�1 NJZ7 6tk11 5'C1U3 b'�01 �l1'17 � ' E6IBANW.dEhlf GONC AJMT REMONNG COtSC RE�tOVING CDNC RFIAOVING CONC REM05flNG CONC EXCAVFTION ��Hy»� R j ��C CPRpN� - CURB (lYPE II) CFSA STA91L BKFL APPR 51AB) {ROA�YlhYJ ' �p.ay �soexuxs) (cuRa) ( COMA�'IY � � SY SI iF SY CY Cf SI LF C'! 69.8 5.6 48&.2 2i9 228 718.4 R79 257.1 750.2 DI5 17.0 39fi.6 245 _ l5 SS 7p7AL 34b.7 5.8 75 638.4 i64 39.8 41S•0 45 484 E57�MATED C}UANTfT1ES (COIVTWUE�) a�o tm� nu�e�e os°� �i� sois s��i s�i t�a �iac � �( �s ti�i 6��i d�s �� ' CL G CGNC CL C CONC PCONECREnfNEC �wC '� R�'��'ONC SiR REPNR RERlJR H.4NGiR ������ � 5£IAqV SiTt CONC 530EWALKR MR W-BEAM G� ��M G� �OV'NSTFFJud BI� REM OE�RIPfION (yqNGWA1L5) ({,��) kPPRQpCH SL4B �RFACE ����'�'� � STNS�ARD) CROUT pOGKET 5E4LING EX35�ING �N�� {S7 FEN (TIM p�ST} ��5 ANCHOR 7ERMINAL ��.�.M�. OVERFiEp�)O t JOINiS {1HRIE-eEWA} 5ECilON BFGDGf N0. FFa7lJRE CARR�'U CY CY CY SY SF SF EA LF EA SY LF Ek EA _ 1 9RYAM IRYIN RO 7A5.9 778 5.5 , 2 BRYAM AZJIN RO i.2 `.+�.5 46.a [] 120 , 3 E SE111NARY �R FB SD.O . 4 MEACHALI BLVD EB 5.5 7Z.4 48 3 62.5 S 1 . 5 AqEAC}IMf BU�D V'9 7.8 2.6 48 1 12.5 7 . 6 WEST 7fH SiNEEf 4892 444.7 i5 . 7pTAL 7.3 3.2 204.3 4692 152 480.7 iS 332 a 5.8 125.0 4 1 ESTIi�IATED QUANTiTIES (CONT[NUEO) 542 I 5 7S 80 790 � el6 R� NUAlBFR 6007 6�i G053 6001 5002 FfU:53 REAIOVE MEFAL GUARORl41L EN� CFIC CRAGK CNC CR4C3( REP S(L BRIOC�E eio rmn o�mnoN BEAM Gl1AR� TREATiNENrT REPIACE STEEI. REAAIR R�AIR VAEIABER (TIGHLEN FEi�CE CINSiPLI RA1L (�15CftEi£j iDISCRETEj IAEN��ER) (GRA`A71� (INJECY} BRI�GE N0. FFA7URE CARRIEO LF F1 L.F LF . LF E4 r axr,Uvr �Rvwu ao 2 BRYqM IR4151 R� 3 E SEMINARY DR � 50 4 IAEALHAM BLIN FS 1� 2 5 tdEACHAAI BLY� WB 25 1 6 NIES'f 7FH SIRFET 7UT� 775 3 �7 HVCW�ES A 100X MCREASE FROM F'IFl.� 065ERYEll QUANRTI6. 789.3 70.0 70.0 624 788.3 70.6 10.0 624 1 A60EfJ6LIM Pi6. 1 TGA 9� �. �. � ��� IUAs bF � RE4 I EESIdO F�IM F�ie� Cf1Y 0F F9Ftf W0 BRiPGE ftEPPFPs I ESi7MATED 4UAN71TIE5 wm F3°. I ,�.� m �a..i �, � ra s� hxas l a�,, w�o �. �. I�y�,.l *°Q sH� � oF ti� ra I � s �. � m w � 0 � R 0 � � ti n �" .; Q 4 � ol a � a �� w a nE .�i ma J ��z � a ��o � 1 IXIST :dDElYAIK � FX15f S1G6VAlK ) 1 � E%ISF WGE ��� ��� 5 $ ,' OF PAVE]AEIR 9EpH 9RG7CE FACE OC E%� —/�Bilf N0. 7 � 9ARPoER � BENT N0. fi '—'—'— ' __'_'_' � _—'_' �� rIX�� �9ApkER �� SPAN 6 i �SIDEwALK FA# OF ' i r�ace oF ousr �oosr wa� �,.r � I PEPES�M RAIL ,—� . �. � r f �—� -�4_�_-'__�1.._.r rru ERFtIG (10 !F GR44fPE, � 10 LF INJECTj ON F4TERI�2 fhCE OF ENp �F CONGiE7E I �ApCH — SEf ERACif REPAIR O�TlJL ON 5HEEf 3 OF 3 �r�IXs� SlokwALK � EJfIST 90EWALK � ��MCH (TIP}CR� �FACE OF E%151' � F�F.SEY R�NL PmESIRLW RAiL G. WEST 7TF3 Sf, — ' — _ — ' — Sp,W 5 �exrsr soEwn�x � LLEFf COHCREfE AFCH (�YP) PiAN (r+or w srraey 1 RElEQJE Apm flEPVLE ALL �RAG{fID OR IS[SSIh'G •• ceour seus orr -rr� raa oF �e sorro�a cr�oao �L�i1 NN ltfE T0� ENO5 OF EhCH CONCREIE ARCH. �� ��� � gE GRouT 5Eu kfPUR INF'pRMAnON oN 5HEt7 f 3 OF 3. PfP h11 CONCREfE Af2CHE5 (TOTAL 4i4.5 S� ' I ' � , , , , rmsr s�oeruu�c I � `FACE 9F 7(LSi �ri — ----�--------- ---� ---'_---' ' � �FACE QF PEOFSTRIAN RAIL � i ti. `�j WST R41L ' F/$F 9F EY,15f � g�M N�. 3 BARRIER � 9ENi NO. 2 — ' _ " _ ' — ' �L ' — ' — ' — " ' _ — ' � _ — _ _ ^ LFhEE OF IXI5T � � � �� � i SPAN 3 FACE OF '. � BIRRIER SPAN 2 i i �E%tSf FWL �. ? FACE 9F IXISi �'. /i � AE�ESfRIAN RVL � � � � FOREST � � 1 LLEFf CONCREfE u+c�+ C�'3 WGE OP WAhg t � f�f �, � BENf IV. 5 9EN5 Np. 4 % � — _ — _ — _ — _ — _ _ ' � � � 5PAN 4 ' i f: j � p �'� � RARCH L'iYP) �E � exo eFliqcE —'—. ABUf N0. 5 � —'—'— SPAN 1 ED E CF ' Ph.YEMENT—, rEasr s�oEwrix � � � GENERAL N6TE5: 1. COHiR�CfOR 7D COOR�fNA7E W[€H CfiY d�l LANE � PIRK BLYU CL65I1RE 1RAFF]C COIr'TROL 15 SI3@SIENkHY TO RE�1R COSt � If 2 AS-9UILT PWNS NOT AVIllIBLE FOR h115 BR10 � a + 714AO�CMS�WNSRIN TIi�E'fiELC �EOHMTpF15 Ni0 OR�EFINC MATERWLS. N P[fyN 3. E]fISTING BRtOGE !h'FOWM170N AfpUIRE6 FR01A SITE (NC7 T4 �L� 0.�2022- Ou�� ON JULY 13. 2021 MI� FEBRUARY m SHFEf 1 OF J pw:/ACGva PPojects/FlWH1709247.40/F7WH1700201.01/8.�0 Plam ontl Ufawirzg9/6,30 Cut Sltebl9J8,3.Q7 8f56qe/POCkage 6/Wbs! 7N 51Yeet et Folaet Pe/k BIYC—peol Fatk Tfinity RNeP/F4MTF{]7902a1_WE5T_77}I_57_9L91.Ggn Z _— _ V � NBI 62-22fl-0—Z276—�0—OQ2 OF Jy�.�t�� : 9�3012022 THOAS�S. C. tSHCW4FT �83 4] i "y�"�"'�'�T' �� � "�• �� � 1 A�OEPIOLIM NO.'! T6A 9I22 in, pcvwx ar n,x : ��� _ I�AS RE6 RFL f 61kEfRIM6ARN f�11ry CfIY OF F�RT WORSH HPo�GE REPpIRS BRl�GE REPAIR DEfAILS WEST 7TH STREEf BRE�GE OYER FORESf P 6LV(�/CLE4R FORK TRtN RIYER ar��i Toz 6 TEN/SI ^� �o��n�. ��. ���� � � �, 14 GRAUT SEAL REPAIR NOTES: k � " � ~ � PWOTO OF LOOSE GRO�i POCkET (YELLOW PAINT IiARK IN�IG7E5 GROUf POCNk� S� BE R�Gm} SPAl1 1 2 3 4 5 6 LOCATIOf?' Of' L905E CA011i POCKE75 FOR HAI:C'{i5 51' � flIGHT AHCH RIGHT ARCH LEFT ARCH �EFT ARCH SLbEW4LK S19E ROA071AY S[OE {lOA�11AY SYQE SIGfWALK SIOE 26 18 23 22 !3� 20 25 e, 9 16, 17 5 22 22 Q seF axcH a,�cw�as or� �r z Fost tocanaN �RrNr�. a � ' ..—__�' i :� � � I � � _ �—..�— - - -- i � i r. � � r �. �'� � �: � y'r,� i . 'fr�l� . �— ,� � 'IYPICAL vk,7L�T SEAL Tp dr, 2EPLnt,ED iYPECAL �ROLI SEAL YO -tEMAiP1 TYYI�AL GFsi.T�T' SEAL'a Ai F(:P ENb J� �iRGH PHOTr]5 OF D(IST GROl1T SEP,LS ON ARCHE_� � (3EE GROIlf SEVL REPNR 1�QfEs) € C a pw:/ACtIVe Plojecl9/f7WH17002d1.00/Ff1'�H17pp2O1,01/B.qO Plortc ontl erqwmgs/6,39 Cut 3�eets/8.3.07 Brldge/Pockage B/WesS 7kt Stl9e1 e[ Fo[taS Paik SIVtl—Cle4� Fah tAn.ty ��%FWTH1700207_N'SF_]TFLST_BL03.Cgn 1. RpIpVE ANo REpL4CE !Si CI'v1GHE0 OR LIlSSING GROIlf �Y ARC�H�CHOR�S M'0 AT �OP 0� ARGM At 6NE75 OF EACF{ /RGM. 115E 9%ACkfTf R11 SCC PWS 6R SIIhIUR PREPlLWlCF4 lt4TERIPL Wfik1 LOW SHHlNKACE AN� HICH 5l.IJMP PAC1p�� ES iAEi71NG YhSE Rpqll3i�lJEN15 OF TXpGT 01F5 4fiS5. 5PECIFIC LpGT10N5 OF REPPIR TO BE CONFlRiAm WRH INSPEC70R PR10R TO PE1tFORMING Th`E REPWRS. 2, PREPME SURPI�CE BY WATER BLA5t1Nfi TD FNSURE n� suesmu� ts c�.v a�o souNo. 3. .11JSf pRIOR TO RfPF1FING lF1E CRO S lASf EquIPPEO lttR7 FlLTQtS TCP RE�AIOV£ Al1 OIL �THE COAIPPESSEO HR S. PWE—Wq 7HE fX15TING G6NEREfE St1RFACE TO A SAIIIAAiEQ SURFpCE �RY C6N�RION PRtOfl TO PUCING THE 6R0lIT MhZEW.1L 5. FOLLOW AIiWl1i'ACTIfREIt"5 RECOiAME1NEU PROCWURE FOR . . J"j�'�4'Inoer +u� r.u�{rc oF ��Y'1.�4�`f'": , . . . . . . . . r 6. PAYiAFNT FOR &EPNRINC iFIE GRO1R SEhL WiLL BE P 0 r IN hCMPClV7CE WI1X P� 429. 'tANG 5TR REPAIR �STANOhRO)". - .. .�.,�.�� LOOSE 6R6UT POCKEf REPA€R NpTES: i. a� nuo RFPNCE 1.006E GR01If POqfEiS A7 H4t10EFS WfM P�LYAIER CONCRE� StLSEPG P000 OR 571.fILPFt. � RE�P�� OF 7TIE �W�HG�E3E� G� � POC�KE 8� 3. c�rr Pae�rs to ae tmPu�tec xnve emu MqiEl(E� WIfH YELL6W PAIFfr 8Y THE ENGINFER CRACK REPAlR N07ES: 1. FOR CFACKS ON THE L6WER W�fF OF iHE ENO OF THE AflCH, SEAL Cpp�J(S FOLLOWlNG j}IE yiIIGELJNE$ IN l'HE 7%GO7 G-0NCRETE RtYIUR AiANll}L CHAPIEIt 3. SEC710N 6— CR4CK REPNR — GflM1�fiY—F�4 SFALANf. 2. FQR CRACKS ON 1FIE 11PPER HALF OF iHE EM� OF ARCH. D�IGREfE �uR MM1N�1�1.,�q�APTFR 3,65ECT16N� TJmOY CRpCK REPAIR — PRES5URE—IWECCTED EPO%Y. USE T%Cm 7YPE IX LOW—NSC04�7Y EPD%Y RmN hN ACCDRDANCE NfiH T�cGo7 oAl5 d150 l310. MPL FDR EPOfCI AN� AOHF5NF5. 3. AT �DER CMCK �PENINfS, ROE17 TFEE fYWCK FN� Fl[L WrtH A CdJENi SWFRY TO 6LEN� THE REPAIR TO 1HE IXISffING (�7NCREIE SURFRCE pAYNEM FOR �oR ANa A4�TERULS FOR TFIIS EFFOlYf Wp1 BE MA13E SUBS7DW7Y TO CRACK REPA]R fIEiA5. NBi p2--z2o--o-zns-oo-o02 OF S� w r y�CS�...�w� ro ` ..'.t ...................... k.".. �o�arts c. uwcr�oFr .....4......ei+,.�... f�... ��cisT ,.E�°.k�' '..._... � � . ��� � s I aaoeuouM No. i I rca.l 9rzz � � � � ��� � rFxRY elw5tdns.f��1 cm oF r'oatr vromri ewoce rt�aaas BRIDGE REPAIR 6ECAILS wEsr zrrr �r sRiocE ovErt F�REST PARK BLNf) CLEAR FORK 7RINffY RNFR wo ,:�;C �w�.+., n a�..�. Tc/. 6 TEJt�` P... T� � I� �al sc" SHFEf � OF 3 w.� � �6 CRieCK REPAIk �E'iAiL A'i CON�kcTE Ai�CN (EAST EEv� OF i.EFT CONCREfE AIiCH. SOUTH FACE, IN SPAN f) OD 11 13 ]NVJTATif}N i0 I3IAD��S Page 1 of2 I SECTION OD ll 13 2 INVITATION TO BIDDERS 3 R�C�IPT OF SIDS �4 Sealed bids for the construction of 2022 BRIDGE REHABILITATION CONTRAC`I' 1, City 5 project No. 103454 will be received by the City of Fort W ortl� Purcizasir�g OfFice until 130 P.M. 5 CST, `I'hu�•sday, Octoher 6, 2022 as further described below: 7 8 City of Fart Worth 9 Purcl�asing Division 10 2p0 Texas Street 11 Fort Worth, Texas 76102 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 Bids will be accepted hy: U5 Mail, Courie�•, FedEx or 11and delivery at the add�•e�s above; Bids will be opened publicly and read aloud at 2:00 PM CST in the City Council Cha�nhers. GEN�RAL D�SCRIPTION OF WORK The �najor work will cansist of the {approximate) following: 204 CY 415 SY 4,692 SY 490 SF 464 CY 624 EA I89 LF Approach Slab Concrete Pavement Penetrating Concrete Surface Treatment Concrats Sfructural Repair Standard Cement Stabilize Sacl�'ill Repair Streel Sridge Member Replace Steel Rail 28 DOCUNi�NT EXAMINATION AND PROCUR.EMENTS 29 The Bidding and Contract Documents znay be examined or abtained on-line by visiting the City 30 af Foi� �Vc�z�h's Purchasing Division website at htto:l/v ww,fortworthtexas.�ov/nurchasin�/ ani� 31 clickin� on the Iink to the advertised project foIders op the City's electronic document 32 rnanagement and collaboration system site. The Contract Documents may be downloaded, 33 viewed, and printed by interested contractors andlor suppliers. 34 Copies of the Bidding and Contract Documents may �e purchased from Nikki McLeroy, 817- 35 392-8363. City of Fort WorCh, TPW, 200 Texas St., Fort Worth, T� 76102. 36 37' 38 39 40 41 42 43 44 45 4b 47 48 49 The cost of Bidding and Contract Docu��nents is: $3p.OQ EXPRESSION OF INTERSEST Ta ensure potential bidders are lcept up to date of any new information pertinent to this project, all interested parties are requested to emai� Expressions af 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 individuaI's email address and phone nu�x�b�r. All Add��da will ba distributed direcily to ihnse tivho hav� expressed an interest in the procurement and will also be posted in tha City of Fart Worth's �urchasing website at http://fortwarthtexas.govlptaxchasing/ PREBID CONFERENCE — Web Conference A prebid conference will be held as discassed in Section DO 21 13 - INSTRUCTIONS TO BIDDERS at the following date, and time via a web conferencing application: C1TY QF FORT WpRTH 2O22 BRIDGE REHABILITATION COI�TRAT 1 STANDARD CONSTRUCTION SP�CIFICATLDN DOCUMENT City Projeet No. ]03454 Revised 7/1912D21 OD 11 13 1NVITATION TO DIDD�RS Page 2 of 2 50 51 52 53 S4 55 5G S7 58 S9 6Q 61 b2 63 b4 65 66 67 68 69 70 71 72 73 74 75 76 77 78 79 80 81 82 DATE: Wednesday, September 21, 2022 TIME: 10A0 A.M. Invitations with links to the weh conferencing applicaiinn will be distribttted �irectly to thase who have submitted ar� �xpressian of Interest. Ii a prebid conference is held, the presentatian and any questions and answers providad at the prebid conference will be issued as an Addendurn to the call for bids. If a prehid conf�rence is not being lteld, prospective bidders can e-mazl questions or comnlents in accordance with Seetion 6 of the Instructions to Bidders referenced above �a ihe proj�ct manager(s) at the e-mail addresses listed below. Emailed q�estions will suffice as "questions in writing." If necessary, Addenda will be issued pursuant to the Instructions to Bidders. CITY'S RIGHT TO ACCEPT OR REJ�CT BID� City reserves the right to waive irregularities and to accept or reject any or all bids. AWARD City will award a contract to the Bidder presenting the lowest price, quali%ca�ions and competencies considered. FUNDING Any Contract awarded under this INVITATION TO BIDDERS is expected to be funded from revenues generated from bonds, grants etc. and reserved by the City for the Project. INQUIRIE� All inquiries relative to this pracurarneni should be addressed to the following: Attn: Tariqul Islam, CSTy of Fort Worth Ejnail: r�r2q�1-jsl�m(a�Fnrtwnrthtexa�.�nv ADVERTZSEMENT DATES Se�tember b', 2022 September 15, .20.22 S3 END O�' SECTION Cli'Y OF PORT WOA'�'H STANDAIZD CONS'I'RUCTIp1V SPECIFICA'ITON DOCUII+I�NT Revised 7119J2U21 2022 BRIDGE REIiABILiTATI01+3 COHTRAT I City Yroject No. 103454 flQ 2] 13 INSTRLTCTIONS TO BI�DERS Page 1 of 8 SECTION 00 21 13 INSTRUCTIONS TO BIDDERS 1. Defined Terms 1.1. Capitalized terms ussd in these INSTRUCTI4NS TO BIDDERS a�•� defined in Section 00 72 00 - GENERAL CONDITIONS_ 1.2. Certain additionaI terms used in these INSTRUCTIONS TO BIDDERS have the meanings indicaied below which are applicabie to both the singular and plural thereof. 1.2.1. Bidder: Any person, frm, partnership, cornpany, association, or corporatian acting directly through a duly authnrized representative, submit�ing a bid for performing the wark cantemplated under the Contract Daauraents. 12.2. NonresidenY Bidder: Any person, firm, parinership, campany, assaciaYion, or corporation acting directly through a duly authorized representative, submitting a bid for performing the wark contemplated under the Contract Documents whose prineipal place of business is not in the 5tate of Texas. 1.2.3. Successful Bidder: The lowest responsible ant! responsi�e Bidder to wham Ciiy {on the basis of City's eva3uatian as hereinafier provided) �ttakes an award. 2. Copies of Biddiug Docume�ts 2.1. Neither City nor Engineer sha11 assi.une any responsibility for errors or misintelpretations resulting fi•om the Bidders use of incomplete sets of Bidding Documents. 2.2. City and Engin�er in making copies oiBidding Docuinents available do so anIy for the purpose of obtaining Sids for the Work and do not authorize ar c�nf�er a license or grant for any otl�et• use. 3. Prequalificaiion of Bidders (Prime Contractors and Subcontractors) OMITT�D 4. Egamination of Bidding and Contract Docurnents, Other Related Dflta, aQd S�te 4.1. B�fore submitting a Bid, each Bidder: 4.1.1, Shall examine ar�d caref�ally study the Canb•act Documents and other related data identified in the Bidding Documents (inciuding "technical data" referred to in Paragraph �.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 fainiliar witl� and saiisfy Bidd�r as to the general, local and site conditions that may affect east, pragress, perfar�nance ar furnishing of the Work. C1TX OF' FORT WOR'E'�-1 2p22 BRIDGE REHA�ILITATION CONTRAC'I' 1 STA#YI]ARD CON3TRUCTION SPECIFICATION DDCUMENT City Project No. 103454 RavisedlUpdated November 2, 2021 QO 2! 13 INSTRUCTIONS TO BIDDGKS Page 2 of 8 4. ].3. Shall consider federal, state and lacal Laws and Regulations that may affect cost, progress, perfortnance or furnishing of tl�e Work. 4,1.4. OMITTED �.1.5. Shall study alL• (i) reports of expIorations and tests of subsurface conditions at nr contiguous to the Site and all drawings of physical conditions relating to existiiig surface or subsurface structures at the Site (except Underground Facilities) that have been identified in tlie Contract Docuinents as containing reliable °technical data" and {ii) reports and drawings of Hazardous En�ironmental Conditions, if any, at ihe 5ite that have been identified in the Cantract Documents as containing reliable "technical data." �4.1.6. ls advised that the Contract Documents on fiIe with the City sha11 constitute all of the information which the City will furnish. All additional i�forimation and data which the City will supply aftar promulgation of the fnrmaI Contract Documents sha11 be issued in the form of written addenda anci shall becom� pa��t of the Contract Docum�nts just as though such addenda were actually written into the original Contraet Documents. No information giv�n by the City other than �hat conta.ined in the Contract Documents and officially promulgated add�nda thez'eto, shall be binding upon the City. 4.1.7. Should perform independent research, investigations, tests, borings, and such other means as may b� necessary to gain a compfete knouvledge ofthe canditions which will be ancountered during the constructian af the project. For projects with Y85fC1Ct�d �CC£55, upon request, City may provide each Bidder access to the site to cdnduct such examinations, in�estigations, explorations, tests and studies as each Bidder deems necessary for submission of a Bid. Bidder must fill a1l holes and clean up and restore the site to its former conditions upon completion of such explarations, in�estigatians, tests and studies. 4.1.8. Shall determine the difficulties of the Work and all attending circumstances affecYing the cast of doing the Work, tiine required for its completion, and obtain aIl information required to make a proposal. Bidders shall rely exclusi�ely and solely upon their own estimates, investigation, reseat�eh, tests, explorations, and other data which are necessary for full �d complete informatian upnn which th� p:roposal is to be based. It is understood that the submission of a proposal ar bid is prima-facie evidence that tYte Bidder has inade the investigations, examinations and t�sts h�rein required. 4.1.9. Sha11 promptly notify City of all conflicts, 0rrors, arnbiguitias oz' discrepancies in or between the Contract Documents and such otttar related documents. The Contractor shall not take advantage of any �ross error or omission in the Contract Documents, and the City shall be permit�ed to make such corrections ar interpretations as may be deemeci necessary fnr fulfillment of the intent of the Contract Dacuments, 4.2. Reference is made ta Section Dp 73 00 — 5upplementary Conditions for identification of C1TY OF FORT WORTH 2O22 BRiDGE R�HABILITATION CON"T7tACT 1 STANDARD CONSTRUCTTON SPECIFICATION DOCUM�NT City Project Na. 103454 Revised/Updated November 2, 2021 0021 13 INSTRUCTIbNS TO BIDDERS Page 3 of 8 �.2.1. those reports qf 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 fQr general information only. Neithet� the City nor the Engineer guarantee Yhaf the data shown is representative of canditions which actl.ially exist. 4.2.2, those drawings of physical canditions in or relating to existing surface and subsurface structures (except Underground Facilities) which are at or cantiguous to the site that have been utilized b� CiTy in preparation of the Contract Documents, 4.2.3. copies of such reports and drawings will be �nade available by City to any Bidder an request. Those reports and drawings may not be part oithe Contract Documents, hut the "technical data" contained th�:r�in upon whieh Bidder is entitled to rely as provided in Paragraph 4.02. of the Genera] Condztions has been identified and establzshed in Paragraph SC 4.02 of the 5upple�nentary Conditions. Bidder is responsible for any interpretaiion ar eonclusion drawn froin any "tecl�nical data" or any ather d�ta, interpretations, opinions or information. 4.2.4.Standard insurance requirements, cov�rages and lirr►its. 4.3. The subrr�ission of a Bid wi11 constitute an incontrnvertible t'epresentatian by Bidder: (i) that Bidder has complied with every requirement of �his Paragraph 4, (ii) that without axception the Bid is premised upon perfarming and furnishing the Work required by ihe Contra�t Docu�nents and applying the specific mea�s, metliods, techniques, sequences or procedures of canstruction {if any) that may be shown or indicated ar expressly reqL�ired 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 Bidde�•, and when said conflicts, ata, have not been resolved through i17e interpretations by City as describecE in Paragraph b., and (iv) that the Contract Documents are ganerally sufficient to indicate and canvey understanding af all terms and conditions for performing and furnishing the Work, 4.4. The pravisions of this Para�•aph 4, incltisive, do not apply to Asbestos, Aolychlorinated bipl�enyls (PCBs), Petroleum, Hazardaus Waste nr Radioactive Material covered by Paragraph 4.06. of ine GeneraI Conditions, unless spacifically identiffed in the Contract Docurr►ents. 5. A�ailability of Lands £or Work, �tc. 5.1. The lands upon which the Wark is ta be perfarmed, izghts-af-way and easements for access thereto and ather lands� designated for use by Contractor in performing tl�e Warlc are identified in the Contract Docunlents. AIl additional Iands and access ther�io required for temporary cor�structian fa�ilities, construction ec�uipment or storage of materials and equipment to be inco3�pot•ated in the W�rk are io be obtained and paid for by Corrtract�ar. Easements for permanent structures or perrnanent changes in e�sting facilities are to be obtained and paid for by City unless otherwise pr4vided in the Contract Doc�ments. CITY pF FORT WORTi-I 2022 aRIQGC REHABILITATION CONTftACT 1 STANI?ARD CONSTRUCTION SPEC1FiCATTON DOCI.JMeNT City ProjeeE Na. 103454 Revised/Updated November 2, 2021 aozi r3 [NSTRUCTIONS TO BIDD�RS Page 4 of 8 5.2. Outstanding right-of-way, easettaents, and/or permits to be acquired by the City are listed in Paragraph SC 4.01 of the Supplementary Conditions. In the event tl�e necessary right- of-way, easet�►ents, and/or permits are not obtafned, khe City reserves the right to cancel the award of contract at any time before the Bidder begins any constr•uction work on the praj ect. 5.3. Tlie Bidder shall be prepared to co�nmence eonstruction without a!l executed right-of- way, easernents, and/or permits, and sha]l submit a schedule to the City of how construction will proceed in the ather areas of the projeet tha� do no� require permits and/ar easements. 6. Interpretations and Adc�enda b. l. AI1 questions about the inea�ing or intent af the Bidciing Documents are to be directed to City in writing on or before 2 p.m., the Monday prior to the Bid opening. Qu�stions received after this day may not be respc�nded to. Intetpretations or clarificatians considered necessary by City in response to such questions will be issued by Addenda delivered to all parties �•ecorded 6y City as hauing received the Biddin.g Documents. Only questions answered by fonnal written Addenda will be binding. Oral and other interpretations or clarifications wi311�e withaut legal ef%ct. Address questions to: City Qf Fart Warth 200 Texas Street Fort Worth, TX 7� 102 At�n: Tariqul Islarn, Transportatian and Public Works Einaal: tariqul.isla.�n c�,r?fortworthtexas.ga� Phone: 817-392-2486 5.2. Addenda may also be issued to madify the Bidding Documents as deemed advisable by City. 6.3. Add�nda or clarificatians may be posted via the City's electronic document managemer�t and callabaration system at httos:lldocs.b360.autodesk.comishares/58cEeb4c2-3cc9- 4979-958c-e6682283d4b9 6.4. A prebid c�nference may be heid at the titne and place indicated in the Advertisement or INVITATION TO BIDDERS. Representatives of City will be present ta discuss the Project. Bidders are enc�urag�d ta attend and participate in t�e conference. City will iransmit to all pz'aspective Bidders of reeord such Addenda as City considers necessary in respnnse to que�stions arising at the conference. Oral statements may not be relied upon and wilI nat be binding or legally effective, �'. Sid 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 aquivalent, issued by a surety meeting the requireinents of Paragraph 5.01 of the General Conditions. CITY OF FORT WORTIi 2022 BRIDGE R�HABILITATION CONTRACT 1 STANDARD CQNSTRUCTION SPECIT'ICATION bOCUNi�NT City Praject No. 103454 AevisedlUpdated Novemher 2, 2021 aozi is INSTIiUC'I'IONS TO BIDDERS Page 5 of 8 7.2. The Bid Bonds pravided by a Bidder will be retained until the conditions oithe Notice of Award have been satisfied, If tne Successful B'rdder faiIs to execute and return the Conri�act Dacuments wii:hin 14 da.ys afker the Nati c� �f Award conveying satne, City may consider Bidder to be in default, rescind the Notice of Awai� and act on the Bid Band. Such actian shall be City's exelusive remedy in the avent Bidde�' is deett�ed to have defaulted. 8. Contrac� Times Tl�a nua�ber oi days within which, ar the dates hy which, P,�Iilestones are to be achieved in accordanc� with the General Requirements and the Work is to be completed and ready fo�• Final Acceptance is set fat�th in the Agreement or incorporated therein by reference to the attached Sid Form. 9. Liquidated Damages Provisions for liquidated damages are set forth in the Agt•eement. 10. Substitute and "'Or-Equal" Items The Cantract, if awarded, will be on the basis af inaterials and �quipment described in the Bidding Dacuments wit�out cor�sideratian of possible substitute or "a�•-equal" items. Whenever it is indicated ar specifed in the Bidding Documents that a"substitute" ar "or- equal" item of material or equipment may be furnished ox• used by Canfractor if acc�ptable to City, application far such acceptance will not be cansidered by City unfil after th� Effective Date of the Agreement. T'he procedure for submission of any such application by Cantractor and cansideration by City is set foi�th in Aaragraphs 6.05A., 6.OSB. and 6ASC. of the Genea•al Conditions and is supp�emented in Sectian OI 25 04 ofthe General ReqUirements, ll. Subcontractors, Suppliers and Others l 1.1. In accordance with the City's Business Equity Ordinance No.2S165-10-2021 the City has goals for the participation af minority businass and/or women busines�s enterprises in City contracts $I00,000 or greater. See Section 00 45 40 �or the M/W8E Project Goals and additianal requirements. Fail�zre to comply shall render the Bidder as nan-responsive. Business Equify O�^ciinance No.25165-10-202i, as amended (replacing Ordinance No. 24534�13�ZQ2D), codifed at: tattos:l/codelibrarv.amle�al.corn/codes/ftwe�th/latpst�ftworth tx/0-0-0-Z2593 11.2. No Contractor shall be reyuired to employ any Subcontractar, Supplier, other person or organization against whom Contractor or City l�as reasonable objeetion. 12. Bid Forrn 12.1. The Bid Farm is included with the Bidding Documents; additional copies may be obtained from the City. CTTY OF FpRT W�ORTH 2Q22 BRIpG� R�HA[3ILITAT[ON CONTRACT l STANDAItD CONSTRUCT[ON SPECIFICATIpAI pQCUM�AfT City Projeet Na. �D3454 RevisedNpdated Movem6er 2, 2021 00 21 13 IlV5TRUCT10N5 TO BIDDE[t5 Page 6 of S 12.2. All blanics on t17e Bid Form must be coinpleted and tl�� Bid �'ornn 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 itei�n, alternative, and unit price item listed therein. In the case of optionaI alterna#ives, the words "No Bid," "No Change," or "Not Applicable" may be entered. Bidder shall state the prices for wkuch the Bidder proposes io do the wark contemplated or furnish �naterials xequired. All entries shall be legzble. 12.3. Bids by carporations sha11 be executed in tI�e corparate name by the president or a vice-president or other corporate officer accompanied by evidence of authority ta sign. The corporate seal shall be �xed. The corporate address and state af incorporation shall be shown belaw the signature. I2.4. Bids by partnerships shall be executed in the partnership name and signed by a partner, wl�ase tit1e must appeax under ihe signature accompanied by evidence of authority to sign. The afficial address of the partnership shall be shown below the signature. 12.5. Bids by li�r►ited liability companies shall be executed in the name of the firm by a memher and accompanied by evidence of authority to sign. The state of formation of the firm and the official address of the �rm shall be shown. 12.5. 12.7. 12.8. 12.9. Bids by individuals shall show the Bidder's name and official addrass. Bids by jornt ventur�s shalI be executed by each joint venture in the mar�ner indieated on tlae Sid Form, 7'he o�'icial address of the joint venture shall be shown. AlI names shall be typed ar printed in ink below the signature. The Bid shall contain an acknowIedgement of receipt of all Addenda, the numbers of vvhich shall be filled in an the Bid Form. 12.10. Postal and e-mail addresses and telephone number for communications regarding the Bid shall be s�own. l 2.11. Evidence of authority to conduct business as a Nonresident Bidder in the state of Texas shaiI he pra�ided in accardance with Sectian 00 43 37 — Vendar Campliance to 8tate Law Non Resident Bidder. 13. Submission of Bids Bids shal! be suba�itted an the prescribed Bid Form, pra�ided with the Bidding Documents, at the time and place indica�ed in the Advertisement or INVITATION TO SIDDBRS, addressed to Purahasing Mariager of the City, and shall be encIosed in an opaqua seaIed er�velope, marl�ed with the City Yro3ect Number, Project title, the name and addrass of Bidder, and accompanied by the �id security and othee requirad dacuments. If the Bid is sent t�u'ough the rtaail or other delivery systam, the sealed envelope shall be enclQsed in a separa#e envelopa witn the notation "BID ENGL05ED" on the face of it. 14. Withdrawal of Bids C1TY OP FORT WOR1'H 2O22 SRIDGE RCHADILITATION C�NTRACT I STANBARD CONSTRUCTION SPEC[FICATION DOCUMENT City Praject No. 103454 RevisedlUpdated November 2, 2U21 Op 31 13 INSTRUCTIOWS TO BIDDERS Page 7 of S I4.1. Bids addres,sed to the Purcllasing Manager and filed with the Purchasing Office inay be withdrawn prior to the time set for bid apening. A z'equest for t�vithdrawal must be made in writin� ax►d daliverad ta the Purchasing Office to receiva a time statttp prior to the opening of Bids. A timely withdrawn bid will be returned to the �3rdder or, if the request is within one hour of bid opening, will not be rea.d alaud and �vill thereafter be returned unopened. 14.2. In the event any Bid for which a withdrawal request has been timely filed has been inadva��ently apened, said Bid and any record thereoiwill subsequently 6e inarked "Withdrawn" artd wil] be given no further consideration for the award of contract. 15. Opening of Bids Bids will be apened and re�ad aloud puhlicly. An abstract of the amounts of the base Bids and major alternates (if any) will be made available to Bidders after the apening af Sids. lb. Sids to Remain Subject ta Acceptance All Sids wiIl remain subject to acceptance for a miniinum of 90 days ar the time perioc� specified for Notice of Award and execution and delivery of a complete Agree�nent by Successful �idder. City may, at City's sole discretion, release any Bid and nulliiy the Bid security priar ta that date. 1�. Evaluation of Bids and Award of Contract 17.1. City reserves t�e right to reject any or all Bids, including without limitation the rights ta reject any or all nonconforming, nonresponsive, unbalanced ar conditianaI Bids and to reject the Bid of any Bidder if City believes that it would not be in the best interest of the Project to malce an award to that Bidder. City reserves ihe right to waive inforinaiities not invalvang price, contract time or changes in the Work and award a contract to su�h Bidder. Discrepaneies beYween the multiplication of units of Work and unit prices will be rasolved in favor of th� unit pricas. Discrepancies between the indicated sum of any coluinn of figures and the correct sum thereof will be resolved in favor of the correct sum. Discrepancies between wards and �gures will be resolved in favor of the words. 17.1.1. Any ar all bids will be a•ajected if City l�as reason t� believe that coIIusion e�sts among tha Siddex•s, Bidder is an interested party to any litigation against City, City or Bidder may have a claim against the other or be engaged in lifigation, Biddar is in anea7�s an any exisiing cantract ar has defaulted on a previous contract, Bidder has pej•formed a prior �ontract in an unsatisfactory manner, or Bidder has uncompleted wark which in the j udgment of the City will prevent ar hinder the prompt complet'ton of additional work if awarded. 17.2. (n addiYinn to Bidder's relevant prequali�catidn requirements, City may consider the qualifications and exparience of Subcantractors, Suppliers, and other persons and organizations propased for those partions of the Work wh�re the identity of such Subcontractors, Suppliers, and other persans and arganizations must be submitted as provided in the Contract Documents ar upon the request of the City. City alsa may consider the operating costs, �naintenance require�nents, performance data and guarantees nimajor items of materials and equipment proposed for incorporation in the Work when such clata is required to be submitted prior to the Notice of Atvard. C1TY OF FOCtT WOI2TI-1 2U22 BRIDGE REHABILITEITlQ�[ CONTRACT I STAI�CDARD CONSTRUCTION SPECIFICA7"IpN DdCi1MENT City Projcct Na. 103454 Revised/Updated NovemUar 2, 2021 00 21 13 INSTRUCTIO]VS TO BIDDERS Page 8 of 8 17.3. City may conduct such investigations as City deems necessary ta assist in the evaIuation of any Bid and to estabIish the responsibility, qualifications, and financial ability af �idders, proposed Subcontractors, Supp]iers and other persons and organizations to perform and furnish the Work in accordance with the Contract Docurnents ta City's satisfactian within tne prescribed time. 17.4. Contractor shall perfo��m with 17is own organization, wark of a vatue not less th� 35°/n of the value embraced on the ConYract, unless otherwise approved by the City. 17.5. If the Contract is to be awarded, it will be awarded �o lowest responsible and responsive Bidder whose evaluation by City indicates that the award will be in the best interests of the City. 17.6. Pursuant to Te�as Governtnent Code Chapter 22S2.Q01, tht; City will not award contract to a Nonresident Bidder unless the Nonrasident Bidder's bid is lower than the ]owest bid suhmitted by a respQnsible Texas Bidder by the same amount that a Texas resident bidder would be reyuired to underbid a Nanresidexzt �idder to obtain a comparable contract in the state in which the nonresident's principal place af busin�ss is located. 17.7. A contz'acY i� 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 Qpening unless extended in writing. No other act of City or others will constitute acceptanee of a Bid. Upon the contract award, a Notice of Award will be issued by the City. 17.7.1. The contractor is reqaired fo fill ouf and sign fhe Certiiicate of Interested Parties Form 1295 and the farm musf be su��r►titted to the Project Manager before t�►e contract will be presented to the Ciiy Council. The form can be obtained at httns:/1w�vw.ethics.state.txausldata/forms/1Z95/129�.nc�f 17.8. Failure or refusal to comply with the requirements may result in rejection of Bid. ]8. Signing of Agreement 18.1. When City issues a Notice of Award to the SuceessfuI Biddar, it wil] ba aecompanied by the required number of unsigned counterparts of the 1'roject ManuaI. Within �4 days thereafter, Cnntractor shaIl sign and del iver the required num6er ai count�rparts of tk�e Project Manual to City with the required Bonds, Gerti�icates of Insurar►ee, and al1 other required dncumentation. 18.2, City shall thereafter deliver ane fully signed counterpart to Contractor. END OF SECTIDN C1TY (?F CQRT WORTH 2O22 BRLDGE l2�HABTLITA770N CdN"I'RACT l ST.4NDARD CpNSTRUGT'lON SPECIFICA7TON DOCUMENT City Projeat No, V03454 RevisedlUpdated Novemher 2, 2021 ao as � s C�NFLICT OF INTEREST STATEMEI�ET Page 'E of 1 S�GT'10�' 00 3� 13 C�NFLICT OF INTEREST STATEMENT Each bidder, offeror ar responc�ent to a City of Fort Worth procurement is requ�red to complete a Conflict of Interest Q�aestionnaire or certify t�at one is current and on file with #he Git� Secretary's Office pursuant to state law. ff a member of the Fort Warth City Council, any one or more of the City Manager or Assistant City Managers, or an agent af the City who exercise discretian in the planning, recommencfing, selecting or contracting with a bidder, afferor or respandent is affiliated with your company, then a Loca1 Governrrtent Officer Conflicts Disclosure Statement (CIS) may be required. You are urged to consult with counsel regarding the applicabifity of fhese forms and Local Gov�rnment Code Chapier 9 7fi to your company. The r�ferenced forms may be dawnEoaded fram the links provided below. htt�:llwww. eth ics.state.#x.uslformslCl Q.pdf ht�n:llwww.ethics.state.Uc.us/fiarmslCiS. ndf � ❑ ❑ 0 ❑ ❑ �Ib��l�: C1Q Fvrm does not apply CIQ Form is on file with City Secretary CIQ Form is being pro�ided to the City Secre#ary C!S �orm does not apply CIS Form is on Fil� with City Secretary CIS Form is being pro�ided to the City Secretary MW Pa�el Tech 5013 Markin Luther King Fwy Fo� IlVorth, TX 7fi'[ 19 By: Jonathan White Sig;�a�ure: f .; f � , /1 //�� 4 G ` Title: Vice President �n�� o� s�cTio� CITY OF FOF2T WORTH STAN�Ai�� CONSTRUCTIDN SPECIFICATIOt�! �pCUNEENTS Revised February 24, 2020 2022 BRfflGE R�HABILITATION CpNTRACT 1 City Project No. 103452 no a� aa �in �oRM Page 1 of 3 _�1 TO: FOR: The Purchasing Manager c/o; The f'urchasing �i�ision 20a Texas Street City of Fort Wort�, Texas 761�2 Ciiy Praject No.: 103454 Units/Sections: BRIDGE �E. Enter Into Agreement SECTION 00 41 00 BID F�RM 2022 BRIDGE REHABILITATIOI� CONTRACT 1 The undersigned Bidder propnses and agrees, if this Bid is acce�ed, to enter into an Agreement with City in the form included i� the Bidding aocuments 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 wiih the other terms and conditions of the Cor�tract DoCuments. 2. BIDDER Acknowledgements and Certification 2.'f. In submitting this Bid, Bidder accepts all of the terms ar�d conditians of the INVITATION TO BIDDERS and INSTRtJCTIONS TO BIDDERS, inclucfing without limitation those deaiing with the disposition of sid Band. 2.2 Bidder is aware of all costs to provide the required insura�ce, tinril� da so pending contract award, and w�ll pravide a �alid insurance certificate meeting all requirements withan 14 days of notification of award. 2.3. Bidder certifies tha# this 8id is genuine a�d not made in the i�terest of or on behalf of any undisclosed individual or entity and is not submitted in canformity with any collusi�e agreemen# or rufes of any group, associaiion, organizatian, or corporation. 2.4. Bidder has not directly or 3ndirectly induced or solicited any other Bidder to submit a false or sham Bid. 2.5. �idder has not solicited or ind�ced any individual or entity to refrai� from bidding. 2.�. Bidder has not engaged in cQrrupt, fraudulent, collusive, or coercive prac�ices in competing fnr the Cont�act. Fo� the purpases of this Paragraph: a. "corrupt practice" means the offering, gi�ing, receiving, ar soliciting af any thing of �al�e likely to influence the action of a public o�cial in the bidding process. b. "fraudulent practice" means an intentional misrepresentatian af 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 City of the benefits of free and open competiiion. c. "collusive practice" means a scheme or arrangement between two or more �idders, with or without the knowledge af City, a purpose Qf which is to establish Bid prices at artEficial, non-competiti�e le�els. Cf7Y OF FORT WORTFi STANbARD CONSTRUCFION SPECIFICATIDN DDCl3MENT5 2022 BRIDGE REHA�II.ITATIQ�S C�NTRACT 1 Revised 913012�21 City Projact No. i d3454 ao a� o0 BID FQRM Page 2 of 3 d. "caercive practice" means harming or threatening to harm, direc#fy or indirecily, persons or their property to influence their participation in the bidding process or affect the executian of the Contract. 3. Prequalification i'he Bidder acknowledges that the following work types must be performec! only by preqlialified contracta�s anc! subcontractors: a. f�MAC Street Rehabifitatian Heavy Maintenance and all items directly associated with the paving b. c. d. e. f. 9� h. 4. Tirr�e af Completion 4.1. ihe Work will be complete for Final Acceptance within 15b days aSter the date wnen #he tl�e Contract Time commences to run as pro�ided in Paragraph 2.03 of the General Canditions. 4.2. Bidder accepts the provisions of the ,�greement as to liquidated damages in the event ai faiiure to compEete the Work {andlor achievement of Milestones} within the time5 specified in #he Agreement. 5. Attac�ed to this Bid The folEowing documents are attached to and made a pa�t of #his Bid: a. This B9d Form, Section Ob 41 00 b. Required Bid Bond, Section aQ 43 13 issued by a surety meeting the requirements of Paragraph 5.01 0# th� General Conditions. c. Proposal F'orrn, Section 00 42 43 d. Vendor Compliance to S#ate l�aw iVan Resident sidder, Section 00 43 37 e_ MWBE Forms (optianal at time af bid) f. Prequalification Statement, 5ection OQ 45 92 g. Conflict ofi Interest Affidav9t, Section 00 35 '13 '"If necessary, GIQ or CIS forms are to be provicfed directly to City Secretary h. Any additional documents that may be required by Section 12 ofthe Instructions to Bidders C3TY OF FORT WORTH STANbARD CONS7RUCTION SpECIFICATION DOCUMENTS 2022 BRIpGE REHABILITAT141V C�NTRACT 1 Revised 9l3012021 Ciiy F'roject No. 103454 00 41 UO BID FORM Page 3 of 3 6. Total Bid Amount 6.1. Bidder wi11 cornplete the Work in accardanee with the Coniract Documents for the following bid amount. In the space provided below, please ent�r fha iotal bid amount for this project. Only this figure will be read publicly by the City at the bid apening. 6.2. It is understood and agreed by the Bidder in signing this proposal that the total bid amount entered below is subject to �erification andlor modification by multip�ying the u�it bid prices for each pay item by the respective estimated quantitiss shown in this pra}�osal and then totaling all ofthe extended amo�nts. Total Bid $969, 85720 7. Bid 5ubmittal This Bid is submitted on October 6, 2022 Resp�ctfully bmitted, �y: (S��R3�t�are) JQnathan White (Printed Name) by the entity named beiow. 1Receipt is acicnowkedged of the Initial foElowing Addenda: �Addendum No. 1: ��,/� 'Addendum iVo. 2; �Addendum No. 3; � lAddendum No. 4: iitle: Vice President Company: MV�I Panel Tech Corporate Seal: Address: 5013 Martin Luther King Fwy Fort Wnrth, TX 78119 S#ate af Incorporatio�: Texas �mail: iwhiteC�D_mwpanelteoh.com Phone: 8'! 7-680-8256 END OF S�C�ION CITY �F FQRT WQRTH STANDARDCQNS7RUCTIQN SPECIFICATIQN DOCUMENTS 2�22 BRIDGE REHABILITATION CONTRAGT 1 Revissd 5/30/2021 Clty Project No. 103454 bo A2 A3 8m PROPOSAL Hge L oIl SEC710N UD 42 43 PROPCISAL FORM 11l�IT �F�IC� BiD IBiAfiat Item Np. � 1 � � � 3 � d I 5 � 6 � � � B � � � 10 � J1 I iz l3 14 � ts � l6 � 17 � IB f 19 � so � z� [ ax � � � 7A � � 26 27 � 24 30 Desc�ipfion REMOBII.IZAT[OFJ ELEMOV�VCS WMC{PAV} �ravmrc aoxc rsmEwa�.�cs f REMOV�10 06NCfCURB1 RSiYfOVING CONC (APPR SLAB] HXCAVATION fROADWAY) HMISANKMII�'T {FINAL)(ORD COMP}(TY B) CONC PV NFT {CONT REINF - CRCPi (7"y CUR6 (TYPE l]} CF,A7 STABO, BKFL ci, c Cotic (wINaw,nLl,s7 CL C CO21C fMFSC) APPNOACH5LAB P$NL�'RAT[NG CONCRETE SllRFACE TRL�ATMENT CpNC STR REPAIR �VERT[CAL &.OV EREfEAD} C�NC STR REPAtlt (STANUARD} REPAIR HAh4ER GROUT P4C;KE?T CLEANENG AND SEAI.ING SXFS'E'WG dAfNiS R$MOV STR (WINGWAI�I�) CONC SFDEWALK3 (5"1 MTL W-BL�AM 6B P�N (TIM POST1 MTL BI3AM GD FEN TRANS CCHRI2-BPAMI DDWAISTRP.Akd AMCHOA THRMINAL 3[�CTI�N REMOVH MPTALSEAIb[ GIIARD FHNCE C3UAI2�RAIC. ENp'fREATMCN7' (INBTAI.L1 xer�aca sr�H� �na CNC CEtA.CK kE?APllt (llISCR8PE1(GRAV3TY1 CNC CRAC% Rf�J�PIlL (DISCRETE) ( INSECC) REP STL B[tIDGE MEMI3EA (TICjHTL�IV M6hfBER� 9999-��96 PAyINO COA�3TRUGTION ALLdWAIkiCL Peajeek [tem ]nfoamation Bidde�'s Propopnl �idder"s �pplic��ion ,iu� �����: i�y i� Specifiaetiai Section Unit of 8id ISo. Megsure Qm�d[p Ok 7000 IOA-6001 IRA-60L5 E04-G021 iaa-eoxa !ID-6G01 132-64R3 3Ctl-6001 360-6927 AQD-6005 420.6p5T 42U-6074 422-6R15 428-6081 d24-6007 424 60tl4 424-6�X}C 438-6QD1 496-6065 531-GW2 340�60D1 SAO-6��6 54R50I6 542-6001 SQq-6QQl 77fi-fi053 7$6-6D01 78U-60� 784-G639 EA SY SY I.F sY CY CY SY LF CY CY CY CY SY SF SF EA I.F EA SY LF EA L+A LP EA LF LF LF EA I,5 1 Sdb.7 5.5 15.0 esb.n 4fid.0 39.8 d15.0 35.0 A64.0 7.1 1.2 20M1.4 �,69s.a 15.2 490. ] 15.0 332.0 4.� 5,5 125.P 4.0 1.0 175.0 7.0 1893 1U.0 10.0 62d.0 1.0 EMll OR SEC'CION U�ul Pticc Ssfla.00 8-0S.Op �+u.an �BO.QA �7z,an 5109.00 5126.00 St71.OR Sl l Q.OD E154.00 ss.iao.ov 5283.�0 SSS8.04 543.00 &122.06 8225.OD S?OD,�R 859.66 sz,6so.vo �6�.uo $IZ2.60 Si66.o0 SI.SO�.OU SIS�OQ $Sd5.Q0 �csa.no $85.06 a<<s.oa s�s.aa Si0,DD0.00 Tolal 8iil Bid Value $S�A6 $]S,dOl.SRi szz.i.aal �1.200.9Q� sas,sao.so I T59,576.00 � &S,O1d.80� 570,9b5.00� 51.65U.06� S71,A56.UQ� $37.230.00� 5379.6Q� 5175,375.20� $211,1A0.00� $b,414.q6� 5110,Yl25Ui 514,500.00� 519.5%B.00� s� o,6no.oul sz,a�a,aol �u,zsu.aul S2.2b4.60� R1,SOO.W� 52,625.6�� S1,d95.OQ1 S2J.04A.6�� $850.06� S1.ISO.pQ� saa.9zs.00l s�a,00a.nol Vm7.n ca_rA CRY pxPoaTwo&1v SI'flplpqRD CONS'I]123G770N Si'PCID[G270N DOCUT[&N"!3 2032 DRW�i9 RB11116D.i'FA710N CON17i.4C1'L Ftevi9ed4l34l1021 CilyYmjecl NO.193-056 OD d3 33 E31� f3UND PaAe 5 of7 S�C`�I�N �0 4313 BE� Bp�D KNQW AL�. BY TH�SE PR.ES�NTS: Thature, MW Pan�l Tech , known as �r f ......... .......................y.,...�_.... r.4,.._�.I....,.- -...,._.... .. _._......"'.;._...., .._..._........_'_'_"-_._,_,.. .. _ . _ ............... .. Hidder" herein a , .:h,a �hio ����ra,E{+ �nsut�r��e �am�y$n .. _ . , �^frnf�T_P. CI II",P,.��/ .. _!, .m__ .__ _-,...�.C,..� _ duiy suthorized to do business in the 5tat� of Texas, known as "5urety° herein, are heid and firm4y �ound unta Phe Giiy of Fort Worth, a municipal corporation created pursuant to tha laws of Texas, known as "City" herein, in the penal sum of five percent (�%j nf Bidder's maximum hid price, in kawf�t mor�ey of the Ur�iied States, to be psid in �art Worth, i'arrant Cnunry, Texas for the payrr�ent of which sum we11 and truly fo be rrtade, we bind ourselves, our heirs, executors, edministrators, successars a�d assigns, jointfy and sevsrally, firmly by these presents. Wi�ER�AS, the Pr3ncipaf has submi#ted a bid or proposal to per�orm Wark for fhe follauving proj�:ci d�sig�afed as 2D22 BWQGE FtrHAF3!!.lret�nn� r_.nn�-r�re�T � �k�O.DECT i� 103454 NOW, iHEREFO��, the condition of this obligat€on is sucl: ih;�t �f Ittip �ity shall award the Contract for the foregoing pmject to the Principal, and Ehe Principal shall satisfy �ai! reau�rem�nfis and conr�i#ion� required for the executinn of ihe Conlract and shall en%r inla the Cor�tract in �rriting k�,�ill� 1he C�ly ir� tsc�:urc�:�n�v w��;h the terms af such same, then this obligation shali be and become null and vo�d. [t, ha:h�e;�er, ±h� r"rinri�a� (�ils k� execute s�ch Contract ln aecordance with the terms nf sarne ot' fails to satisfy all requireEne^:s �nd i.�ndi!iu�s re;,,:!r�d fpr the executian of the Con#ract, this bor�d shaii becnme the property af the Ciiy, v�•arha�t reca�,f�e rrf il�e Prin�-?� a� andl�r Surety, not to exceed Ehe p�nafty hereof, and shafl be �ased ta compensate City for the differe�ce 1:�h�+epn Principal's tota! bid amaunt and ihe next selected bidder's total h:!�! amounl. PROViD�D FllRiH��'t, that if any iegal ac#ion i�e filed on this Band, venue shall lie in iarran# C:ounfy, Texas or the United Sfates District Caurt finrthe Norihern D9strict of Texas, Forf Worth Divislon. iN Wlfi�[E�� WNEREOF, the Principal and the S€�rety have S[Gt�E� and S�A[,�t] ihis ina#rumeni by duly authorized agents a�td officers on tl�fs fF�e 6th day af O�.tober _ ii�?.2. PRCNCIFAL: MW Panel �ech A7'TEST: �� J�Vit.�Ys as to Principal aY: � /�v.��L� ai iii�t� ,��3•t� I V�GYvI 4�% �1 �I ! P . �%'1CP �v �St �_e;a �� Name and iiEle r C4TY l7F F4RT WQRiH STANDARO CONSTRLfCTION SPECIFICaTl�N �OCUMENTS 2022 6RI�GE RE1iA61LITATION COMTi2ACT '1 Revrsed �13�I2421 City Prajecl Nn. 403484 0 6Q 43 13 DED BON� Pac�e G nP7 . Witness as tn �,iretp 1l�a�nica R�m� Aitach Pawer vf Attarney �Surety) for Attamey-in-Fact Address: 2735 Laudelle 5treet Fort Wortf�, TX 7�105 SURETY: Yhe Ohio Casualty InsUeance Gom��ny � �. sY: - 5ig ture Cvnthia Alford, Attarney-in-F�ct Name and Title � Address: 175 Berkeiev 5treet Boston. MA 02116 7ele�hone N�mber. (617) 357-9�00 *Nate: If signed by an affieer of fhe 5t�reiy Carnpany, there rr�ust be on ftle a certified extract fram the by laws s�awing �hat ii�is persan has authorify to s�gn such oi�ligafinn. If Surety's physleal address is difFerent from its i�aailing address, both must be pro�ided, 7he dat� of the bond shall not be prior ta #he date #he Contract is awarded. ENl? �� SECTIC)I� CITY OF FORT NJORTW 57ANDARD CONSTRUCTION SPEGIFICRTION �OCilivfENT5 aevised f}i3Df2021 2p22 BRI�GE REHABILITATIO#+i CONTRACT 1 Clty Projeet No. 103454 4 r ����� .�.t�.�l. �U�ETY Certificate No: 8207102 - 0220p6 Liberty Mutual Insurance Company The phio Cas�alty Insurance Company West American Insurance Comp�ny �O1�V�1� O� A�i�'O�f��Y This Pawer af Atlorney limits the ac�s of thosa named heraEn, and they have no authority to hind the Company e�ccept in the manner and ta the axtent herein skaked. �, 1Nsb�p qV IMSV � INSU J �5''�4Pp�ro �'t� 6j,s'°����r`Oo�o �p �Pn��� R � �`P � °� � 9912 � `� 1879 m '� 1 1 Li6erfy Mulual Insurance Cvmpany The Ohia Casuaity Inaurance Company WestAmerican InsuranceCampany H � N Y�ys ,�t Y�' 'y 2 Q.ar O Q O v� � Q1 � �4cHlf9" ,Aa O �NAMP9� � +�� �NLfANP ,�L f .� U � ��7 � 1��' �H1 � 1�� �'M * h� By' %' '� — "-' � 5tate of PENNSYLVAN4A david M. Carey, Ass�stant Secrefary �� ��, Couniy of MONTGO�[ERY SS D� � m :�' �' o� 9 �� �� a � N O� Np O� C � L � � � �l �l � ��o.� �� �� �A iu c �� o� ZU KN�WN ALL PERSONS SY TNESE PRE5ENTS: That The Ohio Casualty Insurance Company is a corporation duiy arg�nized under the la�rs of the Slata of New Hampshire, t�al Libe�iy Mutual lnsurance Company is a carporaUon duly organizsd under the [aws oi the State ofi Massachuseds, and 1Nest American Insurance Company is a carporalian duly organized under the [aws of the 5tate of irtdiana {herein caltecUvely ealled Ihe "Compan�es"�, pursuant to artd by authority herein set forth, does here6y nama, constilute and appoint, Blaine Allen; $rady [C. Cox; Brent Baldwin; Brock Baldwin; Chandler Nazzal; Cynthia Alford; 7ohn A. Aboumrdd; Michacl H. Hi11; Russ Frenzel; Wiiliam D. Baldwin all af the city oi Dallas state of TX each individually if there be more than one named, its Vua and lawful aftomey-[n-(act !o make, execute, seal, acknowledga and deliver, far and an its 6ehalf as surety and as its act and deed, any end all undedekings, bonds, �ecognizances and ather surely abliga�ons, in pur�uance of these presenfs and shall be as hinding upon the Companies as if they ha+te been duly sigr�ed hy the president and attested by Ihe seeretary of the Gpmpanies in their own praper persans, IN WITNE35 WHEREOF, Ihis Power of Attarney has 6een suhscrihed hy an authorized officer ar of�cial af t�e Companies and Ihe carporate seaEs of the Companies have Geen affixad thereto 6his 7th day of 7anuary , 2022 . On ihis 7ih day of 7anuary , 2022 before me persooalEy appeared pavid M. Carey, who acknowledged himself to 4e the Asslstant Sec�etary pf L[berty hAutuai Insurance � m Company, The Ohio Casualfy Company, snd West American Insurance Cnmpany, and that he, as such, being authorized so to do, execute fhe foregoing instrument for the purposes �� therein ca�lained hy signing an hahaff nf the car�oraBons by himseff es a duly aufharized officar. �� � IN WI'fNESS WH�R�OF, I have hereunto su6scribed my name and aflixad my notarial seal al King af Prussia, pennsyivenia, on ihe day and year firs# above wri�en. � ��, ���� 0.= �,�f. ��y��. �� CammarnvealthoTPannsylvania-MolerySeal � p �l� � 7eresa Pastella, Nokery Public /� d� p� Monlgwnery Cuun1y � ,[,r .�-� � � My cammisslan eKplres March 28, 2p25 /`(,Q� q Cammlasio�numberi42504M1 By� � � ��it�y�'��l A6em6er, Per�nsylvenlaAssociaUon of Nolarlee sresa Pastella, Notary Puhlic Q O �i�y pll�° p � ihis Power of Attorney Is made and executed pursuant to and by aufhvrity of Ehe (ollowing By-laws and Aufhoriza5ons of The Ohio Casualty Insuranca Company, taberty Mutual � a�,o Insurence Company, and Wesf American Insurance Company uuhich resolu�ons are now in full force and effea# reading as iallows: v m ,4RTICLE N- DFFICERS: Sectian 12. Power of Aftomey. �°O My ofiicer or ather afficiaf of t�e CorporaGon authorized for that p¢rpase in writing by the Chairmxn or the Presldent, and subject 6o such limifalian es Ihe Chairman ar the Rresident �� may prescri6e, shall appoini such attameys-In-facl, as may be necessary to act in behaif of the Corparation to make, execule, seal, aoknowledge and deliver as surety any and all � � undertakings, bonds, recognixances end aiher sureiy obtlgatfons. 5uch attnrneys-in-fact, suhject to the limifalions set fodh in t�eir respective powers nf at�arney, shall have full v � pawer ta 6ind �he Corporation 6q their signature and execufion of any such insUumenf� and to altach ihereto the seal of the CnrporaUon, VUhen so executed, such inslrumenis shall o w be as hinding as iF signed by Ehe President and attested lo by the SecreEary. My power or aufhority granled ta any representative or aftorney-in-fact under �he provisians of ihis �� adicle may be revoked atany time by t�e Board, the Cha9rtnan, thE President or by the officer or officers grenting such power or authority, � a ART�CLE XI[1- Euecutton of Contracts: SacHon 5. Surely Bonds and lJndedakings. Any officer of the Company autharized (or that purpose in writlng hy the chairman or fhe president and subject ta such limitations as the chairman or the presiden# may prescdbe, shall appomt such attomeys-in-fact, as may he necessary lo act in 6ehalf of t�e Campany to make, execule, seal, acknowfedge and deliver es surety any and all undertakings, — bands, reoognizances and a�er surety obligations, 5uch attomeys-in-Eact suhject to the limita6ons se! forth in their respecfive powe�s of attomey, shaA haue full power tp Uind the Compeny hy t�elr signature and execution af any such instrumanls and �o aftach thereto the seal of the Company, When so executed such instrumants shall be as hinding as if signed by the prosident and attested hy the seeretary. Certificate af DesigRation - The Prasident of ihe Gompany, acting pursuant ta the Bylaws of the Company, autharizes Dau9d M. Garey, Asslslant SeoreEary fo appaint such a�orneys-in- fact es may be necessary ta act on behalf of the Campany to mafce, execule, seal, acknowledge and daliver as sureiy any and all underfakings, bonds, recagnizances and ofher surety abligations. Authorizatlon - Sy unanimous oonsent of the Company's Baartl of Directors, the Company consents that facsimlle or mechanically reproduced signature pF any ass�stant sesretary of the Company, wherever appearing upon a ce�ifled capy of any power o( attomey issued by the Company in connection with surety 6or�ds, shell be valid and binding upon the Campany wit� the same force and effect as lhough manualiy affixed, I, Renee C. Llawellyn, the undersigned, Assislanl 5ecretary, The flhio Casualiy Insurance Company, Liberty Mutual fnsurance Company, artd West Amertcan lnsurance Ctunpany do hereby certiiy that the original power ot attomey of whlch the foregoing is a#ull, true and correcl oopy of the Powet of Atfomey execufed by said Campa�ies, is in full (orce and etf�ct and has not been revo&ed. IN TE571�4yDNY WH�.REaF, I have hereunto set my hand and affixed 1he seals pf said Companiss ihis 6Eh day o[ datoher , 2022 . �, lNSU � �4 pQo��y�� � 1912 � r;g �3' � �AcHU �aa ��7 * N LM5-12973 LMIC RGIC h+AIC Mulu Co 02I21 �,qV INSV+Q, {NSU�,� �o`� o°a°°'yr -'y C���TMp°� '�' � �G � fi I��� Q 3 � n Q y 7899 W a 6 9991 0 "� y� �xaMQ�' �a� �S��N°i�N�'Nda By. Renee C. Llewellyn, Assistanf SaCretary .i * � � i� i, � �ib�r� �.�t�.�,1� SUR�TY Figure: 28 TAC § 1.601(a)(2)(B) Hade a e�r�pfai�� �r n�ed help? If you have a problem with a claim or your premium, cal[ your insurance cornpany or HMO first. If you can't work out the issue, the Texas ❑epar�ment af lnsurance may be able to help. Even if you file a complaint wiih th� 7exas Department ofi Insurance, you should also file a comp�aini ar appeaf tk�rough your insurance company ar HMO. If yau don't, you may lose your right ta appeaf. The Ohio Casualty Insurance Campany Ta get information or file a complaint wi#f� yaur insurance company or HMO: Gall: The Ohio Cas�alty lnsura�ce Company a# 206-473-621 Q Online: www.LibertyMutualSuretyClaims.com Emai�: H05CL@[ibertymutual.cam Mail: P.O. Box 3452G 5eattle, WA 9$124 The iexas �eparfimeni of Insurance To get hefp with an insurance questior� or file a complaint with fhe state: Call with a questian: 1-S�q-252-3439 File a complaint: www,tdi.texas.gov Email: GonsumerPratectian@tdi.texas.gov Mail: MC 991-1A, P.�. Bax 149091, Austin, TX 78iT4-9�91 �,iiene una queja � nec��it� �yuda? Si tiene, un problema con una reclamacibn a can su prima de seguro, 1lame primero a s�r compa�iia de segurns o HMO. 5i no pued� reso[�rer el problema, es posible que el Departamenta cEe Seguros de Texas (Texas Department af Insurance, par su nombre en ingl�s} pueda ayudar_ Aun si usted presenfa una queja anfis ef Deparamenta de Seguras de Texas, tambien debe prese�tar una queja a traves del proceso de q�ejas o de apeCaciones de s�a compania de seguras o HMO. Si no lo hace, podria perder su derecho para apelar. The Dhio Casualty Insurance Company Para obtener infarmaci6n o para presentar una queja ante su campanfa de seguros o HMO: L�415-1 5 2 9 2e 9120 �,lame a: The Ohio Casualty Insura�ce Company al 20fi-473-6210 En I(nea: www.LiberLyMufualSuretyClaims.com Correv electronico: HOSCL@libertymutual.com Direccion postal: P.O. Box 3A�526 Seaitle, WA 98124 �I Ci�partam�nto d� Seguros c�e T�xas Para obtener ayuda con una pregunta relaciortada con las seguros o para pres�nfar una queja ante el estado: Llame con sus preguntas al: 'E-8d0-252-3439 Presente una queja en: www.tdi.texas,go� Correo electr6nico: ConsumerProtection@fdi.texas.gov Direccion postal: MC 191-1A, P.O. Box 149D91, Austin, TX 787'[4-9099 LMS-15292e 9l28 00 43 37 VENbOR COMPLIANCE Tf) S7ATE LAW Page Z pf 1 S�CiION 00 43 37 VENDOR CDMPLlANGE TD S7ATE LAW NON R�SID�N7 BIbDE�R Texas Government Code Chapter 2252 was adopted for the award of contracts to nanresident bidders. This law provides that, in order to be awarded a contract as low bidder, nonresident bicEders (out-of-state contractors whQse corpora#e offices or principal place nf business are outside the State of Texas) bid projects for construction, improvements, supplies or services in 7'exas at an amount lower than the lowest Texas resident i�idder by the sarrie amount fhat a Texas resicfent bidder would be requ�recf to underbid a nanresident bidder in order to obtain a camparable contract in the S#ate which the nanresic{ertYs principal place of business is located. The appropriate blanks in Section A must be filled out py all nonresident bidders in arder for your bid to meet specifications. The failure of nonresident bidders to do so wi11 autor►�atically disqualify that bidder. Resident bidders must check the box in 5ec#ion 6. A. IVonresident bidders in the State of '..+.�!�� I�i:.i, ..� 1�.�,,t�l� , our �rincipa! place of business, are required to be ;���I--� � percent lower than resident bidders by Siate Law. A copy of the statute is attached. Nor�resident bidders in the State bf �� �r�r I�kt I��' i�f Pt���,t�F; , our principal place of business, are not required to underbid resident biaders. B. The principal place of business of our campany ar aur parent company or majoriiy owner is in the 5tate of Texas.0 BtDDER: MW Pane� Tech 5013 Martin Luther King Fwy 0 Fort Worth, TX 76119 6y: Jana#han White � �' (Siynature) Title: Vice President Date: END OF� SECTION 1 QP6I2022 CIl'Y OF FORT WORTFI STAN�AFtD CONS7RUC71�N SPECIFICATIQN I]OCUM�NTS 2022 BRiDG� R�HABil.1TATION CONTRACT 1 Revised 9130I202i City Project Nv. 103454 � 00 45 26 - ] COTfTRAC'iOR COMPLT�'►1�ICE WfCH WO[�KBR'S COMPL�NSAT[ON LAW Page 1 of 1 SECT'�0�1' �Q 4� 26 2 3 4 S 6 7 S 9 l0 �� �2 13 �� 15 16 17 18 19 20 2i 2� 23 24 25 26 z� 28 29 30 31 32 33 34 35 36 37 38 39 CONTR.ACTOR COIiRPLIANCL WTTH W�RKER'S COMI'ENSATION LAW Pursuant to Texas Labor Code Section 406.096(a), as ainended, Contractor certifies tl�at it Qarovi.des worker's com�ensation insurance coverage for a�l of it� emplayees emplayed on Ciiy Project No.103454 Contractor furtherr certifies that, pursusnt to Texas Labor Cade, Seckion �446A9b(b), as amended, it will provide to City its subcantractar's certificates of ca�apliance witi� warker's eom�ensativn coverage. CO�ITRA,CTOR: N1 U/ ��� � I ��� (� , ��c By; �����I�lna � WIn i �'� � Curiapa�ny Please Print) S�` l� /t/j�; w �-� � L.� �� -ev` �C, �� �'y si�nacure: - � ���---. Ac�dress " � �o�'�` �1U�;��'�n ,�� 76 � 1 °� City/5tate/Zip THE STATE O� TEXAS COUNTY OF TARRANT � � $ Title: %� � I� � q i v� � i�y v� �` l� -� V' (Please Print} BEFO1tE ME, the undersigned authority, on tFus day �rsanally appeared So�ta ��� u�%G� i�' f , kn�v�m to me io be the person� whose narae is subscribed to tE�e foregning ir�st�um�nt, and aeknowledged to me that he/she executed the same as the act a.nci deed nf M W�a�ae� '���11 ,LLC for the purposes and cnnsideratian therein expressed and in the capacity therein stated. t- �,, G1VEN CJNDER IvIY HAND AND SEAL OF OFFICB this � day of 5av���c��1 , �4� r ��. o ary Public in an� for t�State of Texas Ei�iD DF SECTIOI� Cl7'Y QF FORT WORI'H STANDARD CQN57'kUCT1pN SP�CIFlCA'1'IOIV D(}�UMkiN'i'S Rcvised lu�y t, 2Q1 f - - .,�.� �ti�1�va�r�,� BRQCK MANGIlS . r �r°� ;� Notary Public, St�te af 7�xaa ?�:�'�= Comm. Explr�a Q�-2i-2074 ; ,r. � +, � r,.• oF��` � �•�„{ti��` Notery ED a32837�1+� .. -- - _ _ . � 2022 I3RLDG£ RG1�ADfLlTATION CONTRACT l CityProjec! Na. 103459 oo4saa-i �usiness �quity Goal Page 1 aT2 2 SECTION 00 4� 4Q Business Equity Gaal 3 APPLICATION OF POLICY 4 If the total dollar value of the contract is $100,Q�0 or more, then a Business �quity goal is applicable. 5 A Susiness Equity Firm refers to certified Minority-, and/or Women-, owned B�siness Enterprises 6 (MIWSEs). 7 8 �a 13 12 13 14 15 16 17 18 POLICY STAT�MENT It is the palicy ofthe City of Fart Worth to ensur� the full and �quitable participation of Business Equity Firms when applicable, in iha procuramcnt of a�l goods and sarvic�s. All requirements and regulations stated in the City's Business Equity Drdinance No.2S165-10-2021, {replacing; O�•dinance No. 24534-11- 202Q (codified at: i�ttas://eodelibrarv.arnle�al.coznlcodes/flworth/latestlftwarth t�0-0-0-22593� apply to this bid. BUSINESS EOUITY PRO.TECT GOAL The City's Business Equity goal on this project is 13% af the total bid value of the cantract (I3ase bid applaes to P�rks and Comnzunity Services). 3 9 METHODS TO COMPLY WITH THE GOAL 20 On City con�racts where a Business Equity Goal is applied, offerors are required to comply with the City's 21 Business Equity 4rdinance by meeting or exceeding the above stated gaal or otherwise camply with the 22 ordinance througl� one of the following methads: 1. Commercial[y u5eful services performed by a 23 Busin�ss Equity prime contraetor, �. Business Equity subcontraciing �artieipation, 3. Com6ination 24 of Business Equity prime services and I3usiness Equity subcontracting participation, 4. Business 25 Equity Joint Venture/Mentor-Prot�g� participAtion, 5. Gaod Faith Effort documentation, or 6. 26 Prime cantractor Waiver docnmentation. 27 28 SUBMITTAL OF RE(lUII2ED DOCUIVIENTATI�N 29 Applicable documents (listed below) rnust be rec�ivcd by the Purcl�asing Division, OR tla� offe�•or shall 3D EMAIL the Business Equity documentation to the assigned City af Fart Worth Project Manager or 31 Department Designee. Docnments are to be received no later than 2:Ofl p.m., on the third City 32 6i�siness day after the bid opening date, exclusive of the bid opening date. 33 34 The Oiferor must subfnit one ar more of the following documents: 35 1. Utilization Form and Letter(s) of Intent, if the gaal is met or exceeded; 36 2. Good Faith Effort Farnn and Ut�lization For�tt, including supgorting doc�mentation, if 37 paiticipation is less than stated goal; or no Business Equity participation is accomplished; 38 3. Prime Contraetor Waiver Form, including supparting documentation, if the Oiferor will perform 39 al] subconiractinglsupplier oppartunities; or 40 4. Joint VenturelMentar-Protege For�n, if goal is inet or exceeded with a�oint Venture or Mentor- 41 Frotege participation. 42 43 44 45 46 47 48 49 These forms can be found at: Business Equity UtiIization Farm and Letter of Tntent httns:l/an os.fortworthtexas.�ov/ProiectR�sources/ResourcCsP/60%20- %20M WB E/N EW %20B usiness%20Eq uitv%2QOrd inancs/Bus iness°/a20Equitv%20 Uti1 ization%2QForm. � - Letter of [ntent CITX OF FpRT WpRTH 2O22 SRIDGE REHABILITATIqN CpA[TRACT 1 STANDt1RD CON5TRi7CTION SFECIFICATION DOCUMENTS C1TY PR07ECT NO. 103454 Revised Octo6er 27, 2021 004540-2 Business Equiry Goal Pagc 2 of 2 1 http� 'lavct5.ivrtwurthtC:�n�.�r�iectResources/ResaurcesP160 - MWB�./N�.W Business E�uitv 2 Ordinance.�.etter of [ntent-2021,� 3 4 Business Equity Good Faith Effort Farm 5 https;l/at�ns.fortwQrthtexas.�ovlYroiectResourceslResourcesPlGO%20- b %,ZOMINB��:/NFW%20Bu5ir}e„�°1o20Eguitv%2QOrdinancelB�siness%20Eauiri%20Good%2dFaith%o20Ef 7 fort%24Form.pdf 8 9 Business Equity Prime Contractor Waiver Form 10 httn�:/��nv�.fc,rcwoMhte �r�.�u���r roiectRE ,uu� ces/ResourcesP/60%20� ll %20MWRElNEW%20Busine°�Q!�OEauitv°/a200rdinance/Business%20Eanitv°�'o20Prime%20Contractar 12 °/aZU Wai�er•ndf - - -- 13 14 I5 16 17 IS 19 20 2l 22 23 24 25 26 27 28 29 30 31 � Business Equity Joint Venture Fo�•m hitns :/lanns. fortworthtexas.�o�IProi ectResources/ResourcesP160%20- %20M W BE/NEW %20B usiness%2DEauitv%200rdinance/B usiness%20Eauitv%2QJ oint%2Q Vent�re.�df FAILi1RE TO ACHIEV� THE GOAT., OR �THERWISE COMFLY WITH THE ORDINANCE WILL AESULT IN TFIE BIDD�R/OF�EROR BE1NG D�CI.,ARED NON-R�SPONSIV� AND THE BID REJECTED. FATLURE TO SUBMIT TH� itEOUIR�+ D BUSINESS EOUTY DOCLTMENTATION OR �THERWISE COMPLY WITH THE ORDINANCE WILL RESULT IN'TI-IE BID S�ING D�CLARED NON- RESPONSIV�, THE BID REJECTED AND MAY SUS.IECT THE EIDDER/OFFERQR TO SANCTIaNS AS D�SCRIBED IN S�C. 20-3'73 OF THE ORDxNAN�E. For Quest�ons, Please Contact The Business Equity Division of the Depariment of Diversity and Inclusion ai (S1'7� 392-2674. END 0�' SECTION CITY OP F�RT WORTH 2O22 BRII7GE REiIABELITATIO�I CONTRACT 1 STANiDATtD COTISTRUC'P103�I SPECIFICATION DOCUNIEI�lTS C1TY PROIECT NO. 103454 Revised October 27, 2021 00 52 43 - 1 l�greement Page 1 of6 SECT�ON 00 52 43 AGREEMENT THTS AGREEMENT, authorized on Decet�ber 13, 2022, is made by and between th� City of Fort Worth, a Te�as home rule inunicipality, aeting by and through its duly authorized City Manager, ("City"}, and MW Panel Teeh LLC, a�Ethori�ed to do business in Texas, acting by and through its duly authorized representative, ("Contractor"). City and Contracfor may jointly be referred to as Parties. City and Cantractor, in consideratian of the mutual covenants hereinafter set forth, agree as follows: Article L WORK Contractor shall complete all Work as specified ar indicated in the Contract Dacuments for the Project identified herein. Ariicle Z. PROJECT The project for which the Work under the Contract Documents may be the whole or only a part is generally described as follQws: 2022 BRIDGE REHABILITATION CONTRACT 1 CITY PROJECT NUMBER 10345�4 Artitle 3. CONTRACT PRICE City agrees io pay Contractoz' for performance af the Work in accordance with the Contract Docutnents an amaunt, in current funds, of 1VINE HUNnRED SIXi`Y-NINE THOIISAND, EIGHT IICFNDRED FIFTY�SEV�N AND ��1100 DOLLARS ($969,857.20). Contract price may be adjusted by changa arders duly authorized by tha Parties. Article 4. CONTRACT T�ME 4.1 Fina] Acc�ptance. The Worlc sha11 he coinglete for Final Acceptance within 150 days after the date when the Contz�aat Time comme�ces to run, as provided in Paragraph 2.02 of the General Conditions, pl�s any extension thereof allowed in accordance with Article 12 ofthe General Conditions. 4.2 Liquidated Damages Contractor recognizes that iime is of the esse�ace far eoir►plation of 1Vlilestones, ii any, and to achieve Final Acceptance of the Work and City and the public will suffer from loss of use if the VVo�•k is not completed within the time(s) specified in Paragraph 4.1 abave. The Contractor also recognizes the delays, expense and dif�culties involved in praving in a legal proceeding, the actual loss suffered by the City if the Work is not completed on time. Accardingly, instead of requiring any such proof, Contractor agrees that as liquidated damages for delay (but not as a penalty), Conteactor shall pay Cit}� 5ix Hundred Fifty AND d0/100 Dollars ($650.00) for eacl� day thai expires after ihe time specified in Paragraph 4.1 for Final Accapta:nce until the City iss�tes the �'inal Letter of Acceptance. Article 5. CONTRACT DOCUMENTS 5.1 CONTENTS: A.The Cantract Documents W171CI7 comprise tY�e entire agreement between City and Cantractor concerning the Work c�nsist of the foIlowing: CTI'Y OF FORT WORTH 2O22 BRIDGE REI-�ABILITATION CON�'RACT 1 STAN�AItD CONSTfiUCT10N SPECITIC;4TI0�! I70CUMENTS Cf1'Y PRpJECT NO. 103454 Revised 8/22l2022 005243-2 Agreement Page 2 of 6 1. This Agreement. 2. Attachments to this Agreement; a. Bid Form 1) Proposal Form 2) Vendor Campliance tn State �,a�v Non-Resident Bidder 3) Prequaliii�ation 5tatement 4) State and Federal doctiments (�aroject specific) b. Current Pr�vailing Wage Rate Ta.b�e c. Insurance ACORD Form(s) d. Payment Bond e. Per%rmance Bond f. Maintenance �ond g. Power af Attoz•ney far tt�e Bands h. Wo�'ker's Cornpensation Afiidavit i. MBE and/or SBE Utilization Form 3. General Conditians. 4. Supplementary Canditions. 5. Specifcatin:ns specifically made a part of the Contract Docurnents by attachment or, if :not attached, as incorporated by reference and described in the Table of Contents of the Proje�t's Contract Docurnents. 6. Drawings. 7. Addenda. 8. Documentation submitted by Contractar prior to Notice of Award. 9. The following which may be delivered or issued after the Effective Date of the Agreement and, if issued, become an incorporated part of the Contraci Documents: a. Notice to Praceed. b. Field Qrders. c. Change Orders. d. Letter of Pinal Acceptance. Article 6. INDEMNIFICATION 6.1 Contractor cavenants and agrees to indemnify, hold harnnless and de%nd, at its awn expensc, the city, its officers, servants and employees, front and again�t any and all clairns arising out of, or alleged to arise out of, ti►e work and ser'vices to be performed by the cantracior, its officers, a�ents, employees, subcontraeiors, licenses or invitees under i$is contracf. This indemniiication nravisian is sqeci�cal�v intended ta uperate and bc effective even if it is alleged or Aroven that a11 or some of the dama�es 6ein� sought were caused. in whole or in nart, bv anv att, omission ar ne�ligence of the citv. This indemnity provision is intended fa include, r�vithout limitation, indemnity for costs, expenses and le�al fees incurred by the ciEy tn defendiui� against such claim� and causes of actions. CITY OF FORT WORT�-I 2022 BRIDGE REHABILITATION COIVTRACT l STANDARD CONSTRUCTIOhI SPECIPICATION UOCUiViE3VTS C1TY PROJECTIVO. ]03454 Kevised 8122/2D22 005243-3 �lgreemenl Page 3 of 6 6.2 Contractor covenants and agrees to indemnify and hold harmless, af its awn expense, the ciiy, ifs officers, servants and employees, from and against any and all loss, daettage or destruction of pXoperty of the ciiy, arising oui of, or alleged to aris� out of, the vvork and services to be performed by the contractor, its officers, agents, emplayees, subcantractors, licenseea or invitees npder fhis tontract. This indemni�cation nrovision is specifically inteuded to operate and be effective even if it is alle2ed or uroven tha� alI or some of the dama�es bein� sau�ht were ca�used, in whole or in part, bv anv act, omissioz► ar ne�li�enee of the citv. Article'�. MISCELLANEOUS 7.I Terms. Terms used in this Agreement which are de�ined in ArticIe I of the General Conditions will have the meanings indicatied in the General Conditions. 7.2 Assignment of Contract. This Agreement, including all of the Cantract Dvcuments may not be assigned by the Contractor without the adva,nced express written cansent oithe City. � 7.3 Successors and Assigns. City and Contractor each binds itself, its partners, successors, assigns and legal representiatives to the �ther party hereto, in respect to all cavenat�ts, agr�ements and obligations contained in tla� Contract Documents. 7.4 SeverabilityMon-Waiver of Claims. Any provision or pai•t of the Cantract Documents held to be unconstitutional, vaid or unenforceable by a court of competent ju��isdic�ion shal] be d�emed stricken, and all remaining provisions shall continue to be valid and binding upon City and Contractor. Tha failure af City or Contractor to insist upon the performance of any term or provision of this Agreeinent or to exercise any right granted herein shall not cnnstitute a waiver of City's or Contractor's respective right to insist upon appi•opriate perforinance or to asse�t any suc1Y right on any future occasion. 7.5 Go�erning Law and Venue. This Agreement, including all of the Cqntract Dacuments is perfarmable in the State of Texas. Venue shall be Tarrant Couniy, Texas, or the United States D[strict Court for the Noithern Dist�•ict of Texas, Fo��t Worth Division. 7.6 Authority to Sign. Contr�ctar shall atta�h evidence of authority to slgn Agi'eement if signed by someone other than the duIy authorized signaio�y of the Contractar. 7.7 Non�appropriation of Funds. In the event no funds or insufficient funds are appropriated by City in any �scal period for any payments due hereunder, City will notify Vendor af sueh occurrence and this Agreement shall terminate on the last day of the f scaI period %r which appropriatians were received without penaliy ar expense to Ci#y of any kind whatsoever, exeept as to the portions of the gayments herein agreed upon for which funds ha�� been appropriated. Cl'I`Y OP PORT WORTH 2O22 BRIDGE REHASILITATIDN CONTRACT 1 STANDARD COI�T51"Ri1CTION SPECII'1CA7TON DOCUMENTS CI"CY PRC)rECT NO. 103454 Revised $/22/2U22 005243-4 Agreament Page 4 oF6 7.8 Prohibition On Cant�acts Wit1� Companies Boycotting Israel. Contractor, unless a sole proprietoe, acknowledges that in accordanc� with Chapter 2271 of the Texas Go�ernment Code, if Cant�•actor has 10 or more full time-employees and the cantract value is $100,000 or more, th� City is prohibit�d fror�a entering into a cantract with a campany for goods or services unless the contract cnntains a written veri�cation froin the campany that it: (1) daes not boycott Is�'ael; and (2) will not boycott Israel during the terin of the contract. The terrns "boycntt Israel" and "company" shall have the meanings ascribed to those terms in Section 808.Q41 of the Texas Government Code. By signin� this contraet, Contractor terti�es that Contractor's signature grovides written veriiication to the City that if Chapter 2271, Te�eas Go�ernment Code applies, Contractor: {1) does no� boycott Israel; and (2) will not hoycott Israel during thc term of the contraef. 7.9 Prohibition on Boyco#ting Energy Companies. Contractor acknowledges that in accordance with Chapter 2274 of the Texas Government Code-(as added by Acts 2q21, $7th Leg., R.S., S.B. 13, § 2), the City is prohibited from entering into a contract for goods or seivices that has a value of $100,QOD ar more, which will be paid wholly or partty from public funds ofthe City, with a company (with 10 or more full-time employees) unless the contract contains a wriiten verification from the company that it: {1) does not boycott energy companies; and (2) will nat boycott energy companies during the term of the eontract. The terms "boycott energy coinpany" and "company" have the meaning ascribed to those terms by Chapter 227� of the Texas Government Code (as added by Acts 2021, $?th Leg., R.S., S.B. 13, § 2). Ta the egtent that Chapter ��'�4 of the Government Code is applieable to this Agreement, by signing this Agreement, Contractor certifies that Coniraetor's signature pro�ides wri#ten verification to t�►e City that Contractor: (1) does not bo�cott energy companies; and {�) will not boycatt energy companies dnrin� the term of this Agreemen� 7.10 Prollibition on Discrimination Against Firearm and Ammunition Industries. Contractor acknowledges that except as otherwise provided 6y Chapter 2274 of the Te�as Government Code (as added by Acts 2021, 87th Leg., R.S., �.B. 19, § 1), the City is prohibited from entering into a coniract for goods or services that has a value of $100,000 or more which will be paid whally or partIy fi�oan public funds oi the City, with a company {wiih l0 or more full-time employees) un[ess the contract contains a written �erification frotn the company that it: (1) does nofi have a practice, pnlicy, guidance, ar directive th.aY discriminates against a%rearm entity or firearm trade assaciation; and (2) will not discrizninate during the term of the contract against a firearm e�tity or firearm trade association. The terms "discriminate," "�1�'��Yll] �11tI%" �i"Id "firearm trade association" Y"IaV'E ��1� IT1C1T11T1� aSC1'l��d to those terms by Chapter 2274 oithe Texas Gavernment Code (as added by Acts 202�, 87th Leg., RS., S.B. 19, § 1). To the e�ent t�at Cl�apter 22i4 of t�e Government Code is appiicabXe to this Agreement, by signiug this Agreement, Contractor certifies that Contrattor's signature provides written verification to the City that Contractor: (1) does not have a practice, poliey, guidanc�, or directive that discriminates a�ainst a firearm ent7ity or firearm trade association; and (2) will not discrimina�e against a firearm entity or firearm trade assaciation during the term of this A�reement. CITY OF FORT WORTII 2022 BRIDGE REHABI4ITATfON CQNTRACT 1 STANDARD CONST1tUCTION SPECIFICATIQN DOCUMENTS CITY PRO7CCT NO. 103454 Revised 8/22/2p22 oosza3-s Agreement Page 5 of 6 7.11 Immigration Natior�ality Act. Contractor shall verify t11e identity and employrnent eligibility of its employees who perform work under tl�is Agreeinent, including completing the Employment Eligibility Verification For�n (I-9). Upon request by City, Contractor shall provide City with copies of all I-9 for�ns and suppo��ting eligibility documentatian for each emplayee who performs wflrk under this Agreement. Contractor shall adhere to a11 Federa] and State laws as well as establish appropriat� procedures and cnntrols so that no services will be performed by any Contractnr employee who is not legally eligihle to perfoz•m such services. CONTRACTOR SHALL INDEMNxFY CXTY AND H4LD CiTY HAHMY..ES� FROM AN'�' PENALT�ES, LIABILYTIES, OR LOSS�S DUE TO VIOLATIONS OF THIS PARAGRAPH BY CONTRACTOR, CONTRACTOR'S EMPLOYEES, SUBCONTRACTORS, AGENTS, OR LICENSEES. City, upon written notice to Contractor, sl�all have the right to im�nediately terminate this Agreemen# for violatiotts of this provision by Contractor. 7.12 No Third-Farty Bsneficiaries. This Agreement gives no rights or benefits to anyone other than the City and the Confiractor and there are no third-party beneficiaries. 7.13 Na Caus� of Action A�ainst �nginee��. Contractoi-, its subcont�-actors and equipment and znatet-ia�s suppliers an the PRD.TECT or their sureties, shall maintain na direct actian against the Engineer, its officers, employees, and subcontractors, for any claim arising aut of, in connection with, or resulting frorn the engineering services performed. Only the City will be the beneficiaty of any tuidertaking by the Engineer. Tl�e presence or duiies of the Engineer's personnel at a construction site, whether as on-site representatives or otherwise, do not �nake tl�e Eng�neer or its personnel in any way 3•esponsible for those duties that belong to the City and/or the City's cnnstructian cnntractors or ather �ntities, and do not rel3eve ik�e constructinn cflntraciors or any othe�• entity of their obligations, duties, and responsibilitias, includiz�g, but not limited ta, aII constz•uction methads, means, techniques, sequences, and procedures necessary for coordinating and completi�g alI poriions of tlie constniction work in accordance with the Contract Documents and any health or safety precautions required by such construction woi•k. The Engineer and its personnel have no authority to exercise any control over any construction contractor ar other entity or their employees in connection with theu• work or any health o�• safety pracautions. CI7'Y O�' F'ORT WORTH 2O22 BRIDGE REHtISIL1TAT10N CON'I'RAC7' I STANDAR.Q CONSTRUCTfON 5P�CII'ICAT70N DOCUMENTS C1TY PROIECTNO. 1b3454 Revised 8/22/2022 0052a3-G Agreement Pnge 6 af G TN WITNESS WHEREOF, City a�xc� Gontt•acto;r I�ave each executed tlsis Agreernent to be effeetive as of tl�e date sul�scribed by tlie City's desigtaated Assista�it City Mai�ager ("Effective Date"). Confractor: NLW Panel Tech LLC I: �� Signa�iu•e Jona�han Whi�e (Printed Narne} Q I f"�C�Qi" Tiile 5013 Mar�tin Luther King �wy Address FOTf W4F#ly, Texas 76l 19 CitylStatelZip Jan 20, 202� Date City of Fort Wortl� By: ���� � . 'William M 7ol�usou Assistant City M�Zager Ja n 31, 2423 Date Atiest: q�,�,�, A .�su (J Janneite Go�dall, City Seci•eta�y (SeaI) M&C: 22-1044 Daie: i2-13-2022 Form 1295 No.: 2022-952362 Con.�•act Coanpliance Manager: By siguiag, I acknawledg� that I am the persoii 1'ES�OI15It71C fOc �e mnnitat•i.tag a�.d adtninistzatio�� of this coiit�•act, including ensuring aII perfor�nance and repo��ting requirenie�ats. � Tariqul �slam Project Mauager Appro�ed as ta Farm and Legality; DOLlgI85 W. BIaC�C Sr. Assistant Ciiy Attorney APPROVAL RECOMMENDED; ,�°�:� - . Lauren Prie�u•, Interim Director Transportation & Public Woilcs Depaztme�at CITY OF FOItT WOCtTIi 2022 BitIDGi RGHABiLI'fA'fION CON7'CtACT 1 ST1INDARD CONSTRUCTION SPECIFICATION DOCUMENTS CLTY PnQIECT NO. ] 03454 Rcvised 8/22/2022 Bond No. 022235367 OD 6l l3 - 1 PF.RFORMANCR ROA�I7 Page 1 of 2 1 2 3 4 5 6 TFIE STATE OT+' TEXAS couNTY oF TaRxarrT SECTION 00 bl I3 PERFORMANCE BOND § � KNOW ALL BY TFIESE PRESENTS: § 7 That we MW Pan�l Tech LLC, known as "Principal" herein and 8 Liberty Mutual Insurance Company , a corparate surety(sureties, if more than 9 one) duly authorized io do business in the State of Texas, known as "Sur�ty" herein {whether one 10 or more), are held and iirmly baund unko the City of Fort Worth, a municipal corporatioa createci 11 pursuant to the laws af Texas, known as "City" herein, in the penal sum of, NZNE H[TNDRED I2 SIXT�-NINE THOUSAND, EIGHT HiJNDRED FIFTY-SEVEN AND 20/100 DOLLARS l3 ($969,857.2p}, lawful tnoney of tla�e United Stat�s, to be paid in Fort Worth, Tarrant Gounty, 14 Texas for the payment of which sum well and truly to be ma�l�, we bind ourseives, our heirs, 15 executars, aduunzstratars, successors and assigns, jointly and severally, ftrmly by these presents. 16 WHEREAS, the 1'rincipal has entered into a certain written contract with the City 17 awarded thel3th day of December, 2022, which Contract is hereby referred to and made a part 18 hereaf for all p�aases as if fi�lly set forth herein, to fumish all materials, equipment labor and 19 other accessories defin�d by law, in the prose�u�ion of the Work, including any Change Qrders, 20 as pravided fnr in said Contract desigaated as 2022 BRIDGE REHABTLTTATION CONTRACT 21 1, City Project No.1Q3454. 22 NOW, THEREFORE, the condition of tlais obl�gation is such that if the said Principal 23 s�all faithfiilly perform it Qbligations under the Contract and shall in all respects duly and 24 faithfully perform the Work, including Change Orders, under the Contract, accardi.�ag to the glans, 25 specifications, a.nd ca�tract dactxments thexein referted to, and as well duz-ing any p�rifld of 26 extension of i�� ConCract that may be granted on the part of the City, then this obligation shall be 27 and becazx�.e null a�nd void, a#�erwise to remain in full force and effect. 28 29 PROVIDED TURTHER, that if any legal action be filed an this Bond, �enue sha�l lie in Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fart 30 Worth Division. G1TY OF FORT WORTH 2O22 $RIpG6 [LEHAI31L1TATION CDAlTRACT I STANDAI2IJ CONSTRUCTION SPEC[FICATION DOCUMENTS City Pt�ajeet TFumber 1 D3454 Revised ]uly 1, 20i 1 d061 13-2 PEIiFOIiMANCi; RpND Page 2 of 2 2 3 4 5 5 7 $ 9 lQ 11 ]2 13 14 15 16 17 i8 19 20 21 22 Z3 24 25 �s �� �g 29 30 3I 32 33 34 35 36 37 38 39 40 41 42 43 44 45 This bond is made and executed in compliance with the provisions of Chaptex 2253 of the Texas Government Code, as amended, and all lia�ilities on this band shall he determined in accordance wiih the provisions af said statue. IN WITNESS WHEREOF, khe Princi�al and the 5urety have SIGNED and SEALED this instruzxzent by duly authorized agents and afficcrs on this the 13th day of January . 20 23 . PRINCIPAL; MW Pane] Tech LLC BY: , �f"�V I. J ignat�re � ATTEST: �V� ��%�-'�"� 1�1. i (Principal) Secretary� � (✓ � � Witness as to P�lincipal �a�.�'�a� w�'!�(' ,. � c�e�`n v� Name and Title Address: 5013 Martin Luther King Fwy Fort Worth, TX 7b119 SURETY: Liberty Mut[aal Insurance Company. � =i � _ fi' �-t— ��: �����,.�..�; . 51gna��., Brady K. Cnx, Attorn�y-in-FacF Name and Title s f�� ••+����" - di�' � � Wttness as to 5urety ��ira Her ez Address: 175 Berkelev Str�e# Bostan. MA 02916 Telephone Number: (617) 357-9500 '�Note: If signed by an of�cer of the Surety Cornpany, there must be on �ile a certi�ed extract from the by-laws showing fhat this person has aukhority to sign such obligation, If Surety's physical address is different from its mailing address, bofh must be provided. The date of the bond shall nqt be prior io the date the Co�itract is award�d, CPTY OF FURT WURTH STANI�AI2D CONSTRUCT[ON SPECII� ICATION D4CUMENT3 ItevEsed July 1, 2011 2022 BRIDGE REHABILI'iATION C:ONTRACT [ Cily Proje�t Namher 1 Q3454 Bond No. 02223536i QOGi i4-1 PAY1viF.NT RUND Pa�;e i of 2 1 2 3 4 5 6 7 $ 9 10 11 12 l3 14 15 16 TAE STATE OF TEXAS COUNTY OI' TARRANT SECTION 00 bl 14 PAYMEN'I' BQND § § KNOW ALL BY TI3E5E PRESENTS: § That we, MW Panel Tech LLC, known as "Principal" herein, and Liberfv Mutual Insurance Companv , a corporate surety (sureties), duly authorized to da business in the State af Texas, icnawn as "Surety" herein (whether one or more), are held and firmly bound unto the City of Fort Worth, a municipa] corporation created pursuant to the laws o� the State of Texas, known as "City" hereua, in the penal sum of NINE HUNDRED SIXT`Y-NINE THOUSAND, EIGHT HUNDRED FIFT`Y- SEVEN AND 20110a DOLLARS ($R69,$�7.20}, lawful money of the United States, to be paid in Fort Worth, Tarrant County, Texas, for the payment of which surn wel! and truly be made, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, �rm1y by these presents: 17 WHEREAS, Principal has entered into a certain written Contract witn City, awarded the 1 S 13th day of December, 2022, which Contract is hereby referred to and made a part hereof far a11 ]9 purposes as if fully seY fnrth herein, tn furnish all materials, equipment, labar and nther 20 accessories as defined by law, in the prosecutian of the Work as pro�ided for in said Contract and 21 designated as 2022 BRIDGE REHABILITATION CONTRACT 1, City Projeet Na. 103454. 22 NOW, TAEREFORE, THE CONDITTON OF THIS OBLTGATION is such that if 23 Principal shall pay aII monies owmg ta any (and all) payment bond beneficiary (as defined in 24 Chapter 2253 oF the Tcxas Gov�rnment C�de, as arrzended) in tY�e p�•asecution af tbe Wnrk un.der 25 the Contract, then this obligation shall be and become null and void; otherwise to remain in full 25 force and effcct. 27 This bond is made and executed in compliance with the provisioas of Chapter 2253 of the 28 Texas Government Code, as amended, and all liabilities on this bond shall be determined in 29 accordance wii3� the provisions of said staiute. 30 C1TY OF FORT WOR'E'H STAN�ARU CONSTRi1CT10N SPECIFICATIOT! �OCUN�ENTS Revised July 1, 20l 1 2022 BitIDGE AEHABiL[TATION CONTRACT 1 Ciry Projeci No. 103454 aabi ia-z NAYM�iV'I' BOND Page Z of 2 1 IN WITNESS WHEREOF, the Principal and Surety have �ach SI�NED and SEALED 2 t�is instrument by duly authnrized agenfs and ofiicers on this t1�e 13#h day of 3 January , 20 23 4 ATTEST: �V'o c,�/��.�r� 5 (Principal) Secretary �� Witness as �o Prin ' al ATTEST: NIA (Surety) Secretary � �.�,��� � Witness as to Sur�ty Nei ernandez � S 6 7 8 9 10 11 i2 PRINCIl'AL: MW Pane1 Tech LLC BY: �%1/l/ v W`�� _ � l Si ture ;�o�t�v� Gil�h ��j � �V�C��`�U' Name and Tit1e Address: 5013 Martin Luther Kin� Fruv Fort Worth, TX 7b 119 SiJRETY; Liberty Mutual Insurance Campany � . - � �� BY: � , �+C � . Gv s���,�. a � _ , Bradv K. Cox, Attarnev-i� F'act Name anfl Title Address: 175 Berkelev Street Boston, MA 02116 Telephone Number: ��17) 357-9500 Note: If signed by an of�cer of the Surety, there must he on iile a certified e�tract from the bylaws showin� that this person has aufhority to si�m such obligatian. If Surety's physical address is different from its rnailing address, both musC be provided. The date af the bond shall noi be prior to the date the Contracf is awarded. END OF SECTION CITY OF FORT WORTH 2O22 BRIDG$ REI-EABiL.ITATION CONTRACT 1 $TANDAR� CpNSTRUCT1pN SPEGIFIGA'C1pN DQCUMENTS City Project hIa [U3454 12evised .Euly 1, 2Ql I Band No. D22235367 oo�i i9-i 3v1AINT�NANCR BOIriD Page l of 3 L 2 3 4 5 6 7 8 9 10 SECTION OQ 61 19 M�vT�N.�vcE BOND TFIE STATE OF TEXAS C�UNTY OF TARRANT § § KNOW ALL SY THESE PRESENTS: § That we MW Panel Tech LLG laiown as "Principal" herein and Li6erty Mutua! lnsurance Company , a carporate surety (sureties, ifmare than one) duly authorized to do business in the State of Texas, known as "5t�rety" herein (whether one 11 or more), are held and firmly bound unta the City of Fart Worth, a municipal corporation created 12 purauant to the laws of the 5tate of Texas, known as "City" hez-ein, in thc sum of NINE 13 HUNDRED STXTY-1VINE THOUSAND, EIGHT HUNDRED FIFTY-SEVEN AND 201100 14 DOLLARS ($969,857.20), lawfiul money of the Unrtcd Statcs, ta be paid in �'ort Worth, Tarrant 15 County, Texas, for payment of which surn well and truly be made unto the City and its 16 successars, v�c bind ourselves, our heirs, executors, administrators, successors and assigns, jointly ] 7 and severally, firmly by these presents. 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 WHEREAS, thc Principal has cntered into a certain written contract with the City awardeci the I 3th day of December, 2022, whi�h Contraci is hereby refen•ed io an� a rnade �art hereof for all purposes as if fully sct forih herein, to furnish all materials, equi}�ment labor and other accessories as defined by law, in the prosecution of the Work, including any Work tesulting frnm a duly authorized Change Order (collectively herein, the "Work"} as pravided for ia said coniract and designated as 20Z2 BRiDGE REHABILITATIDN CONTRACT 1, City Pxoject No.103454; and WHEREAS, Principal binds itself to use such materials and to so construct thc Wark in accordance with the plans, specifications and Contract Docuzx�ents that thc Work is and will remain free fronn defects in materials or workmanship for and during the period of two (2) years after the date of Final Acceptance of tl�e Work by the City ("Maintenance Feriod"); and WHEREAS, Principal �inds itself to repair or reconstruct �e Work in whale or in part 33 upon receiviag notice from the City of the need ther�for at any time within the Maintenance 34 Period. C1TY OF' EORT WORTH 2U22 BRIDGE REHABIL!'CA'CIQN COhfTRACT 1 5TANDARD CON5TRUCTION SPECIFIGATION IJOCUMENTS City Project Na 103454 ReviseciJuly 1, 2011 00 61 19 - 2 MAINTEAlANCE BOND Page 2 of 3 1 2 3 4 S 6 7 8 9 10 11 12 13 i4 15 16 17 l8 ]9 20 NOW THERE�'ORE, the condition af this obligation is such that if Pr�t►cipal sha11 remedy auy defeetive Wark, for which timely notiee was providcd hy City, to a completion satisfactory to the City, then this obli�ation shall become null and void; otherwise to zemaita in full force and effecY. PRQVIDED, HOWEVER, if 1'rincipal shall fail so to r�pair or reconstruct any timely noticed defective Wark, it is agreed that the City may cause any and all such defective Work io be repaired and/ar reco�structed wiih alI associaied costs thereof being 6orne by the Principal and the Surety under this Maintenance bond; and PROVIDED FURTHER, tha# if any legal action be filed on this Bond, venue shall lie in Tarrant County, Texas �r the United States District Cou�'t for the Northern District of Texas, Foi�t Worth Division; and PROViDED FURTHER, that this obligation sha11 be con�inuous in nature and suecessive recoveries may be had hereon for successive breaches. C1TY OF FQR'P WURTH STr1NDAAD CONSTRl}CTION SPECIFICATlO7V DOCUMENTS Revised luly l, 20i1 2f122 BRIUCiE RE�iABILITATI0IY CUNTRA(,"P 1 Gity Projeci No. 103454 D061 19-3 MA3NTEIVANCE 80Ni) Page 3 oF3 1 IN WITNESS WHEREOT, the Principal and the Surety have each SIGNED and SEALED this 2 instrument by duly authorized agents and afficers on this the 13th day of January 3 .2023 . 4 5 6 7 8 9 10 11 ATTEST: 12 /�/� 13 �I� C�/" �ct�.� Li_ � 14 (Prineipal) Secretary 15 lb I7 18 1 J itness as io Prin ' al 20 21 22 23 24 25 26 27 �8 ATTEST: 29 30 NIA 31 (Surety) Secretary 32 � „ 33 .GG� 34 i ess as to Surety Neira Hern ez 35 PRINCIPAi.: M W �'anel Tech LLC BY: , ige�ature I8 } n �4vi..b�,�,i/1 vl%i1 1�'� r i y'�-C �6 � Name and Title� Address; 5013 Martin Luther King Fwy Fort Warth, TX 76119 SURETY: Liberty Mutual Insurance Cflmpany � �,�, , .- rl � BY: 'i � e.`- �j ignaC�are � r � � Brady K. CUx, Attorney-in-F�t Name and Title Address: 175 BerkeleV Street Boston, MA 02116 Telephane Nunzber: (6'i 7) 357-9500 35 "`Note; If signed by an offtcer of the Surety Company, the:re must l�e on file a certified extract 37 from the by-laws showing that this p�rson has authorit� to sign such obligation, Tf 3$ Surety's physical address is different from its mailing address, hoth must be provided. 39 The date of the bond sha�l not he prior to the date the Contrack is avtrarded. 40 C1TY pF Fi}RT W�RTH 2U22 BRIDGE REHABILLTA7'lOtJ C:UNTI�ACT l STAND�D COIVSTRldCTION SPECIFICATION DOCUMEIJTS City Projecl No. 103454 Re�ised July 1, 2p1 l ��• I,iber� �V�.utua�� SURETY This Power of Atkorney limits ihe acls of thvse named harein, and they have no authority ta bind the Company excQAt in lhe manner and #o #he extenf hareln sfated. Liberty Mutual Insurance Company The Ohio Casualty Insurance Com�any West American Insurance Cornpany PB1N�R O� AiT�RN�Y Certi�cate No: 8z092a8-D22U06 KNOINN ALL PERSONS BY THESE PRES�NTS: That The Ohio Casualty Insurance Company is a corporation duiy argan¢ed under the laws ot the 51ate of New Hampshire, thal Liberfy Mulual Insurance Company is a cnrporation duly organized under l�e laws of the 5tate af Massachusetls, and West Ameriean Insurance Company is e corporation duly organized under the laws of the 51ate of Indiana (herein callectively called the "Companies"), pursuant lo and by avihority herein set torl�, doas hereby name, canstiiute and appoint, Bieine Alten; Brady K. Cox; orent BaEdwin; Srook Baldwin; CynthiaAlford; John A, Aboumrad; K9rsten Orti�; Lnrena Gutierrez, Michaei B. Hill; Neira Hemandez; Russ Frenzel; Veronica Ftamos; William D. E3aldwin; Yamillec Ramos all of the city ai �'lano stale af TX each individualky if there be ma�e ihan one named, iEs lrue and lawful attamey-in-fact ta make, executq sea1, acknowledge and deliver, for and on its behalf as sureiy and as its act and deed, any and all underiakings, honds, recogn�zances and other sureiy obligaliorEs, in pursuance of these presents and shall be as binding upon the Campanies as if they have been duly signed by t�e presidertl a�d attested by ihe secrelary af the Companies in f�eir own proper persons. IN WI7NESS WHEREOF, Ihis Power of Attamey has been suhscri6ed hy an authorized officer or afTicial af fhe Companies and the corporate seals of the Campanies have bean a�ixed (hereio this 4t� day of danuary , 2423 . V tKsu�� �,qV �Ng� a 1NSu,4 �,JP4 Reo'eqr-T•yp g,p'c,�Reoq4a'�yy �4P 4aRvo� 4q'rC+ � � `�o t+� vQ 3 `�o m � � °b sn 9942 Liberty Mutual Insurance Company The Ohio Casualty Insurance Company WestAmerican InsuranceCompaoy � Ya� � 5y1999��q 4 1991 Q y� � �,� ss�a�N�9�aa o�.,,.��,4g�'�aa rs �HOinN�' aa$ � r� •� c°�, � 9jy * �,� �y� * h�a 3� * �� BY: � � m David M. Carey, AssisEanl Secretary �' � � c`"p State of PENNSYLVANfA Sg ,c ? U� County of MONTGOMERY o� N �' D � �� N� � ��w a� Q1 Q O � C � c.-. N � � � `) �� O,� �� L � � � �U NC » o� ZU On this 4th day of ]anuary , 2023 befare me persnnally appeared David �1. Carey, wha acknowledged himsaff to be t�e Assisiant Secrelary oi Li6erly Mutual Insurance �� Company, The Ohia Casually Company, and West American Insurance Company, and t�af he, as sucB, heing authorized so to do, execute Ihe foregoing insirumenl for Ihe purpases �— therein contained by signing on 6ehalf of tf�e car�orations by himse[f as a duly aulhorized oificer. a� IN WITNESS WH@REDF, I have hereunto subscribed my name and affixed my notarial seal at Piymouth Meeting, Pennsylvania, on the day and year firsl above wnften, O� :�r' ' ' ' �''�� �' y ��`% �y'. r�lsl�;# �'� Commonweallh of Pennsylvenie - Nolary Seal �� ��, i'� s�, Teresa Paslella, Natary Pu611e � Q7 �� �� Manlgomery Counry �/d ' d _ ' � My commission ezpires March 28, 2025 B /C.�L�'� �.¢J O� '� ,xtr Commissionnumher112fi094 y�d � � Y •`�'��,'.�x:`,#• �^^�^�;r,PenruyS�anieAssocia[ionafNo[a�ies ieresaPastella,Npjdfj��Ub�IC Q O "U �, �5.` Q'�V" 7his f'ower of Altomey is made and executed pursuani to and by authority of the follawing By-laws and Aulfforiza6ons of The Ohio Casualty Insurance Company, Liherty MuWal �� insurance Cpmpany, and WestAmerican Insurance Company which resaluUons are now in full force and effect reading as follows: �� ARTICLE IV — OFFICERS: Section 12, Power of Atlamey, o� Any officer or other o�icial p( the Corpora�ian authorized for thal purpase in writing qy the Ghairman or the Presidertl, and subject to such limitation as lhe Chairtnan or the President a r may prescribe, shall appoint such a�orneys-in-tact, as may be necessary to acl in hehalf af the Carporation to make, exeeute, seal, acknowledge and deliver as surety any and ali ro� undertakfngs, bonds, recognizances and other surety ohliga6ons. 5ueh attomeys-in-fact, suhjecf to the limi�ations set forth in their respective powers ot atlamey, shall haue f�El � � power to bind the Corporatian by their signature and execution oi any such instruments and 1p attach thereta the seal of the Cnrparation. When so execuled, such instruments shafl o m be as binding as if signed by th� President and aitesl�ti to by ihe Secretary. Any power or authority granted ka any representative or atforttey-in-fsct undar iha provisions a( ihis '� � a�icle may be revoked at any lime by the Baard, ihe Chairman, the President or 6y the officer or offrcers granting such power or authority. � a ARTICLE XIII — Execution of Coniracls: Section 5, 5vrety Bonds and l)ndertakings. Any officer of the Company aut�orized tor t�at purpase in wri6ng by the chairman or the president, and subject to such limitations as the chairman or the presiden! may prescribe, — sha�l appoint such attameys-in-fact, as may be necessary to act in behalf o( the Gompany to make, execute, seal, acknowledge and delive€ as surety eny and all undertafcings, honds, recngnizances and olher sureiy abligaUons, Such atfameys-in-facl subject to the limita6o�s set forfh in f�eir respeetive pawers of attorney, shall have iull power tv hirtd Ihe Company by �heir signaiure and execution o[ any suah instruments and to atfach thereio the seal oi the Company. When so executed such instrumaMs s�alf he as binding as if signed by Ihe president and attested by the secre#ary. Certificate of Designation — The President of the Company, aoling pursuant to the Bylaws of the Campany, authorizes Dauid M. Carey, Assistanl Secretary to appoint &uch attoraeys-in- facl as mey be necessary lo act on hehaff of the Company to make, execufe, seal, ecknowledge and deiiver as surety any and all undertakings, bonds, recognizances and other surety o6liga�ons. Authorizatlon — By unanimous consent nf the Company's Board of Directors, ihe Company consents that (acsimile or �echanically reproduced signeture o[ any assishanl secretery of �he Company, wherever appearing upon a cerfified copy of any power af altamey issued by the Company in conneclion with sureiy hon@s, shall be valld and binding upon the Campany wilh the same force and eHect as though manually a�xed. I, Renee C. Lleuuellyn, Ihe underSigned, Assistant Secretary, The Ohio Casualty Insurance Company. Liberly Mutual Insurance Company, end Wesk American Insurance Company do here6y certify that hhe original power vt attorney of which the foregoing is a full, true and correct copy of Ihe Power of Attorney execuled by said Companies, is in full forca and effect and has not been revoked. IN TESTIM�JNY WHEREOF, f have hereunto set my hand and affixed 1he seals nf said Companies ihis 13th day o( January , 202� . �, 4NS(�� P4tY INSL � 1NSU� �`�P'aa�eo�> y� �,O aot`"aay1� �vQ'G°nro'y�r 'yn J.' �bfi uQ� "�o � a3 Fn R� /�r� Y s1912w q o�1919� o � 1891 0 � n°�7�.� r�,� l� s* y �e y y* BY: �� �,���1 �kug��da ° y k„kvg*�da +rs�� o*u ��da Renee C. Llewellyn, Assistant Secrelary LMS-12873 LMIC OCIC WAIC Multi Ca 0212f �xbe� .2Viutual� SURETY Figure: 28 TAC § 1.601(a}(2}(B) F�ad� a �omplain� �r need help'? lf you ha�e a problem with a claim or your pr�mium, call your ir�surance company or HM4 first. If yau can't work out tihe issue, the Texas Department of Irtsurance may be able fia help. Even if yau file a complaint with the Texas Deparkment of Insurance, you should also file a complaint or appeaf through your i�surance campany or HMO. If you don't, you rr�ay lose your right io appeal. Liberty Mutual Insurance Company To get informatian or file a cornplaint with your insurance cornpany or HMO: Call: Liberty MutuaN Surety Claims a# 206-473-fi21Q Dnline: www.LibertyMutualSuretyClaims.com �rnail: HOSCL@libertymutual.com Mail: P.O. Box 34526 Seatile, WA 98124 ihe Texas �eparEment of Insurance To get help with an insurance question or file a complaint with tt�e state: Call with a question: 1-80Q-252-3433 File a complaint: www.tdi.texas.go� Email: ConsumerPratection@�di.texas.gov Mail: MC �1�-1A, P.O. Bax 149091, A�stin, TX 78714-9091 �ii�ne un� queja o necesi�a �yuda? Si tiene, un problema cor� una reclamacibn o con su prirna de seguro, Ilame primero a su compania de seguros o HMO. Si no puede resolv�r el prablema, es posible que sl Departamento de Seguros de T�xas (Texas Department of Insurance, par su nombre en ingles} pueda ayudar. Aun si usted presenta una queja ante el D�paramenta de Seguros de Texas, iambien t�ebe presentar una queja a tra�es del proceso de q�ejas o de apelaciones de su compa�iia de seguros o HMO. Si no lo hace, podrfa perder su derecho para apelar, Liberty Mutual Insurance Campany Para obtener informacion a para presentar una queja ante su compania de seguras o HMO: LMS-15292e 912Q �lame a: Liberty Mutual Surety Claims al 206-473-fi210 En linea: www.LibertyMutualSuretyClaims.cam Correo eiectronico: HOSCL@IibertymutuaLcom Direccion postal: P.O. Box 34526 Seaktle, WA 98124 �I �epartamen�o de Seguros de iexas Para abtaner ayuda con una �regunta relacionada con los seguros o para presentar un� queja ante el estado: Llame con sus preguntas al: 1-800-252-3439 Presente una queja en: www.tdi.texas.gov Correo electronico: ConsumerProtecfion@tdi.texas.gorr Direccion postal: MC 111-1A, P.O. Box 149�91, Austin, TX 78714-9091 �nns-ti�as2� staa �� 1 D3 CL QA2Ad67-O4 GAIVI��it�l�. G�AI'�FZAL LIA�ILITY CG 2Q 01 04 '13 `THIS �h1���S��i�Ni CHA���� �H� P��I�Y� ��I�A�� ��A� li C�+���'U��v. ����'��� d4�i� �oivci��T�i��a���� � o�'��� i��u���� ������i�� .i This andnrs�menfi madi�es {nsurance pravided u�der ihe foilowing: CC�MM�RCIAL G�NERAL LIABILIiY GDVERAGE PART PRODUC7SlC�MF'LETED OP�RA�IOiVS LIABILITY COVERAGE pAR I The following is added to the Other Inaurance Condition and supe�sedes any �rovislon to tha cantrary; Prlmary And �loncc►ntPibutory lnsurance itris Insurance I� prfmary io and will not seek contributio� frorn any other insurance available to ah additfonal Insureci under your polley provided ihat: {9) The add[fional insured is a Named Insured under such athBr Insursnca; and CG �0 04 Q� 'i 3 (2] You have agreed in writing In a contr,act or agreement that this insurance would be primary and would not seek contribuiion from any other insurance ava�labla ta tha additional Inaured, Q Insurance Seevices Offroe, Inc., 2�12 Page 1 of 1 �a� �� oo�a4s�-oo pUI.ICY NUMBER: 103 G� 0024�467-aQ COAAAA��GIAE. G�W�RAL� �IABILI�Y' � . CC� 20'i� Q413 iHl� �f�������V�P�i �F�AR���S f F�� ���I�Y, �6G��5� �E�D IT �I�F���ULLY. , ���������� ������� � ������� ������� �� ��R�i�a��0�� � ��I���ULED ����Qf� O� O��A�VI����N ihis endorsemenk madiflas insurenc� provlded under the follawing: COfVIM�RCIAI. G�N€RAL L,IABILI7Y COV�I7AC,� PAI�`C SGb�DUL@ Name 6f �dditlonaf Fnsured Person(sj � � �r �rganizat�an(s) L4cafian(s� �f �overed �pe�atians All persans ar organizat�ans as required by written As designatad in written contraet with the Named contractwith fhe Named Insured Insur�d Infarmati4r� required tv camplefe this 5chedule, if no# shown above, wilJ be s�own in the declarations, A. 5ection 11 -- Who Is An InsuPed Is amended to B, W9th respeck to the insurance affordsd to these inelude as an additional insured the persan(s) or additlonaf Inaureds, the fnllvwing additlanal organf�ation{sj shnwn In the Schedule, but anly exclusions apply; with respect to�liability for "badiiy injury", "pra�erfy 7his insurance does nak appiy fa "b�d�ly injury" or damag� or personal and advertlsin�g injury ��prapertyr damaga" oceurring after: caussd, fn whole or in part, by: 1, All wark, includfng materials, parts ar 9. Your acts or omisslons; nr equipment furnished In connection with such 2. 7he acts or omissions oi those acting on your uwork, on the project (other than sen►ice, �e�alf; � maintenance or repairs) to be performed by flr in khe per�armanae of your ongaing operaiians for on behalf af �he additionai insured(s) at the the addltinna! knsured(s) at ihe focatlon(sj Iocatian o� the aovered �p�ratlans has been designated abave. campleted; ar Mowaver: � 2. i"hat po�fon of "your work" out of whfch the �. The insurance aifarded ta such additionai , injury or damage arises has been put to its intended use by any peraon or arganixatian insured only applias to the exient permitted by ott�er than another contrackor ar subcantrsctor law; and engaged in pgrforming operations for a 2� If coverag� provided ko the addi#ional insured is princip�l as a part of the same project, rsquir�d by a canteact or agr�emenf, the ' � insurance aFforded ko such additlonal insured wif6 not be brnader than that whlch yau are required by the oontract nr egreemenf to provl�e for such additional Insur�d, - �G 2� 90 d4 93 � Insurance Ssroices D�ice, Inc,, 2012 page 1 of 2 Ra91e � t► f� C, Wlth r$ � � j�°n �� lnsu �� � lns�ranG� if �oW�.� �'mits � �$ �`�lla�y��'o�� fa w>l�vir� �Y � r�v�� to ����'��G� � fs �aa h�s$ Pay a �ar►tr fhs �n to a��Unt � fi hb°half aaef ar �,r �ddit ���s 1 ' �g9ulr�� bY h� �� h$ ��dtt� �� �� th �a "� � rs ws °nt�ct � #h� ��` r�nae�t. 4r � �n����� ����� a , ��e' �n�•, �012 �. qy�il�b� . 9,�g �� ������ �� Ins�,ran�� u,�d�� Thh�c h 8"�,. � S ���� °� n i n ���� p$ 1 � ble t�m/t a,PPl/cab%��rs�m��t �O�s; $ of O+�claratio����rnit� c�f C� 2� 1g �� '13 8ha� l��ur� � t 8how� �� th n t�,� � e3 ��, oa��te��-aa Pt)I,ICY NUM��R; 103 GL �Q24A6i-00 �9M�A���IA� C�I�P1�i�AL LIA�I�ITY G(C �0 3� 0413 ���� �Nr�a����u�w�° �a����s r�� ������r. ����s� ��s� r�° c��������r. ���Di[��V�L ni�����D — �V���R�� I��S���� �� �����#�i��� � C�A�PL���� �����l�IdS 7his endoraement modifias insurance pravided under the foflowing: COMMERCIAL C�N�RAl. LIAgILITY C4V�RAC� PART PRC}I�IJCiS/COMPI.�T�D QP�RATIpNS I�IAsiI,ITY COV�RAG� pA�t7 SCFp�DULE R1ame of Adciitionaf Cnsured �erson(s) � fl�� dpganiYatlon(sj Lvcatian And begaription bf Com�leted �peratinns All persons ar organizatians as r�quir�d by written As required by wriften cantractwith fhe Hamed Insured for oontraat vuith the �lamed insured for cammercial commercial proJeoks prajects Infarmatlan required to complet� this Schedule, if nat ahawn abo�e, will be ahown in the beelaratlona, A. Section II � WI'ho 1� An Insuped is amended ta include as an addftianal insursd kF�e perso�(s} or organiz�tion(s) shown in the Schedule, bu# only witf� respeck to liabil[ty for "bodliy i�jury" ar "prope�ty damage" �aused, in whofe or in part, by "yaur work" ak thg lacstion designated and descrlbed in the Schedule of th�s endorsement perfiormed for that addltional insur�d and inGludsd In the "products-campletsd operations hazard", Hawever; 1. 7ha ir�suranas afforded to �uch ad�iitional insured 4nly applles to the exfent perm�ted hy law; and �. If �overag� provided ta th� addEtional insured ls required by a confract or a�r�ement, th� Ir�suranoe at�orded Eo such additivnal insured will not be broader #han thak whfah yau ara required by the oontraet ar agreement to provEde for such additional insured, �. With respec# to ihe insurance afforded to these addi#iona! insureds, the fol�owing is added to aectfpn lll � Limlts �f Insuranag: If caverage provfded to the additional insurad Is requfred by� a contract or agreement, th� mast we will pay vn behalf of the addltlanal Insured is th� amount af insurance: 1. Requ�red by the cont�act ar agre�ment; or 2. Avaflable unde� the applicable �.imits af Insurance shown In the �aclarationa; whichever is less, This endarsemant sh�fl not Increas� the applicable Limits of Insurance shown in th� peclaratians, G� Za 37 04 �3 8 Insuranca 5ervicss Office, Inc., 2012 Page 4 of 1 � a3 ��. aozaae�-na Cd�VIM��CI�� G�NEFt�4L LIA�ILIiY GG �� 04 Ob 4� WA11(�� ��' ��IV���� �� �IG�i'� C}� ���01/��,1� ���I�v�� oi���� r� u� � This endarsemeni mo�ifies insuranae provided under the following; CQMMERCIAI. G�N�F�tAAL LIABILI`fY CO11�,F�4G� pART PROpUC7S/CDMPLE�E� OR�RATIONS LIA�ILITY COV�RAG� PAR`C SCWEDULE Plame d# �@Psor� Op �Pganl=ation: All persons or organlzatlans as requested by wriften onntract with the Named Insured, I Information requlred to aompiete this Schedule, if not shawn above, wtll ba ahawn {n the Declarations. '�he following is added tn Paragraph 8. iransfer Of 4�ighfs Ofi Recovery Agalr�si Othars To �s of Section IV � Conditians. We waive any right of re�overy we may ha�e against ihe persan nr arg�nizakion shown in fhe Schedule above because afi paymenta we make for �n�ury �r damage arising ouf of your ongoEng operations or "your work" dar�e ur�der a cor�tract with that person �r organi�atian and included In tha "producta- compfeted operations hazard". Thfs w�iver applies only ta the parson or arganization shawn Mn the Sc�edule above. CG �4 04 Q5 p9 0 Insurance Servlces Offioe, lnc„ 2Q0� �age'i of 1 , 1�3 GL 40�4467-00 Tbl� �R���R�GI�I�i�7' CHA�G�S �Fi� E��LI�Y. P�,�A�� R��Q li �AR��ULLY. �AN��LL�4TI��1 This endvrsemeni modffles insurance provlded under the folfowing: . � �U�PUT POI�ICY CQVERAG� pART CQMME.RGIAL AUiOMOBII.� C4VERRCE PART COMMERCIAL G�N�RA� LIA�iL17Y COV�FtAGE PART CdMM�RCIAI� INLAN[7 MARIN� COV�RAG� PAF:T COMM�RCIAL I�IRBILITY LiMBRELLA COV�RAGE PART � CC7MM�RGIAL PROP�RTY COV�RAG� PART CRIME AND FIDELITY COV�RAC� PAR7 �MPLC}YM�N7-RFLRT�Q PRAC�'IG�S LIA�ILITY COVERAGE PART EXC�SS �IABI�I�"1` POLIGY FAFtM COV�RA{�� PART � FARM UM�R�LLA L1A�Il.17Y POLICY L�QUOR LIABI�ITI' COV��2AG� PARi PRODUCTS/GOMPL�i�D Of��FtATION5 L1ABI�ITY CQVERAG� �ART F'ROF�SSIONAL. i.IA��LITY COV�RAG� PAR7 Paragraph A. 2. C�ncellafi�n of the COMMON POLICY �ONbITIDNS is deleted and replaced by �he folloWing; �. We may cancel this pallay by mailing or deliver[ng ta the firsi Named Insur�d written natic� oi � oancellatian at leasi; � a. 10 days before t�e �fFective date of cancellatlon If we cancel far ane o� more af the follow- ing reasons: (�y n�npayme�t of premium or fa�lure ta pay a premium when due; ta) c�nvic�lon of an insured of a arime arising out of acts increasing the ha�ard insured against, t3} viofation of ar�y focal fire, healfh, safety, bullding ar constructlan regulation ar ordinanc$ which increases the hazard insured against under the �olicy; (4j any wilfft�l or reokl�ss act or om'tssion by an insur�d increasing the hazard insured against; (5y omi�sion or c�naeafm�ni of fact relating to an insurance �pplicafion, rating, claim or caverage under this policy; `(�) faiEure ar refusal of an insured to: (�) prnvide infarma�l�n necessary tn conflrm expasure or deiermine the poficy pramium; or (by compfy with underwriti�g requirements; (7j a substantial change in the risk covered by fhe policy; (�j I�ss of r�insurance or s�bstantial decrease in rsinsur�nce; {9) the cancellation is for all insureds under s�ah po�icie� fnr a given class of lnsureds; or (�0) any reason d�tarmin�d bythe insuranae commissianer, b. 30 days #�efore the effective date of cancellatian if we cancel for any ot�er reasan. ALL OiH�R T�RMS AND CON�[TIQNS OF THE POLICY REMAIN UNCHANGED. U173AS-0708 Includ�s copyrighted material af insurance Senrices t�ffice, Inc„ �aga � of 1 � wfih Its permiss�on. _ 19 � �C. M�bile �quipmeni SubJec# Tn Compulsary Or ��nanclel E�esponsibillty Or Other Motor V�hicle Insurance I.aw Only those "autos" that are fand vehicles and tf�at would qualify under the definitlan of "mobile equipment" under this policy if they were nat subject to a campulsory ar flnanclal responslblUty law or ather motar vehicle insurance law whers they ara licansed Qr principally garaged. Owned Au4os You Acquire After �he �alicy �e�ins 1. li Symbols 1, 2, 3, 4, 5, B or 19 are entered next to a ao�erage In Item Two of the D�clar�tlons, then you have coverage for "a�tos" that you� acquire of the type described for the ramainder vf khe policy perlod. 2. 8ut, if Symbol 9 is entered n�xt to a eaverage En Item iwo of the Declaratlons, an "auto" y8u acquire w11� be a oovered "auto" for thaf anv�rageor�ly If: . a. We alfeady caver all "autos" tha�t you awn fnr that anverage ar ii repfacas an "auto" you prevlously owned that had that coveraga; and b. You iell us wlthln 30 days after you acqulra it that you want us to caver it for that coverage. Certain TrailePs, !1�lo�ile �t�ul�ment And Tempr�ra�ryl �ubsfitut� Aut�s If Covered Autas Liabifity. Cnverage is prnvided by this Coverage �'orm, the following types of vehicles are also eovered "autos" �ar Cavered Autos �iabilf#y Cpverage: 1. "Trailers" wlth a iaad capacity vf 2,0�0 pounc�s or less deslgned primarlly for travel on publlc roads, 2. it� "Mo6iie equipmerat" whlls being carried or towed by a covered "auto", Any "auto" you dv naf own while us�d with the permissian of Its owner as a temporary substltu#e for a cavered "auto" you Qwn that Is out af servic� because of Its: a. sr�akdown; . b. Rep�ir; 6. SBNIC��19; d. "Loss'°; or e. L7estruction. ��ge � qf 12 S�CiIC�Id Il — C�lll�l�l�� AUiO� LI�.�ILI'iY COV��tAG� A. Coverage We will pay �II sums an "i�sured" legafly mus# pay as damages because of "badUy inJury" ar "prapa�ty damage" ta wi�ich t�is insurance applies, caused by an "accident" and resultEng h'om the awnershi�, mair�tenance ar use of a cavered "auto". , We wil! also pay all sums an "lnsured" legelly must pay as a"eovared pollutian aosi vr expense" to which this Insurance applies, caused by an "sacidant" and resuliing from #he awr�ersi�ip, maintenance ar use of covered "autos". Hawever, we will only pay far the "a4vered pallution cost ar expense" if there is elther "bodily injUry" or' "proparty damage" to which ihis insurance applles ihat is caused by the same "aacident". We hava the rlgkrt and dury ta dafend any "insured" against a°suit" asking fpr such damages or a"co�ered pallutian cnst or expense", However, we have na duty to defend any "insured" against a "suit" sseking damages far "bodlly Injury" ar "property damage" or a"cor�ared pollutlan oost or expense" to which this �nsurance daes nai apply. We may in�estigate and seltle any olaim ar "suit" as We aansider appropriate. Our duty ko defend or setkle ends when the Covered Autos Llablliry Co�erage Limit of Insurance has be�n exhausted by paymenf of judgments or settlemer�ts. 1. lr�ho Is An Ins�red The folfowing are "insureds"; a. Yo� for any covered "auto". �r. Anyone slse whlle using with your permission a covered "auko" yau awn, hire ar borrow except; (1) The owner or anyana elsa from whom you hire or borrow a cavered "auto", This exception does not apply If fhe cav�red "aut�" is a"krailar" connected to a covered "auto" you awn. O fnsurance Serv[ces O�ce, Ina., 201 � �.� OA 0'k 10 13 ACP BATX3p-Q-p868649 SIZS 18241 IMSURED COPY CA0001101306 6401 48 0405016 (2j Your "emplaye�" if the eovered "au#o" is owned by that "employee" or a member of hls ar f�er hnusehald. (3a Someane using a cov�red "auta" wFtille he or she Is workin� ln a business of salling, servlcing, repaEring, parking or stoPir�g "autos" unlesa that busin�ss Is yours. (4) Anyo�te a#her t�an your "emplayees", partners (if you ate a partnership), members (if you are a limited liabflity company} or � lessae ar borrower or any of thelr "employaes", while maving p�op�rty to or from a�o�ered "auko". (5) A partnar (if you ar� a partnership) ar a m�mber (if ynu a�re a limited liabifity compar�y}for a covered "autv" owned by hlm or her or a memb�r of hls ar her hvusehold, c. Anyon� Ilable far the con�uct of an "insured" desaribed a�ove but only ko tha exierrt of that Ilabfliiy. �. �o�e�'ag� �xtensions a. �u�plement��l �aymen#s We will pay far the "insureri"; (�[) All expenseswe incur, (2} lfp to $2,Oa0 far cost of bail bonds {including bvnds for relatad traffic law vlalatlons) .required because of an "accideni" ws cover. We do not hava tq furnlsh #hese bonds. (S) The cast af bands ta release attachments in any "su�t" against tha "insured" we defend, but nnly for bond amaunts withfn vu< <imit of Insurance, (4} AU reesdn�bla expenses incurred by the "insur�d" at aur request, inaludi�g actual lass of �arnings up to $250 a day becauss o� time off from wo�C. (�) Afl cour� casts taxed against the "insured" in any "suit" against the "insured" we defend, Hawe�er, theas payments do not include attorneys' faes or attorr�eys' expsnses iaxad against the "insured", (B) All inkerest on the full amounk of any judgment #hat accrues after entry af the Judgment in any "suit" againsE the '9nsured" we defend, but our duty to pay fnterest ends when we haWe pald, offered to �ay or deposited In caurt the part of the Judgme�t that is within our l.fmit of Insurance. �A DQ Oi 10 13 These payments wfll not reduce the Limit df Insurance. b. Qut-wf�stafe �ove�age @xts�nsl�ns Whi�e a coverad "auko" is away from the sta#� where it is Ilcensed, w� wlll: (�E) Increase the l.imif af Insurance for Covarad Autns Liability Coverage to r�eet the pmits speoifled by a campulsory ae finanelal responsibillt}r lawr ot the Jurlsdlckivn where the cov�red "aufo" Is being used, �his ext�nslon does nak apply to the Ilmlt or Elmlts specitied by any law go�err�ing mokor carrisrs of passengersor property. (2� Pravida the min{mum amounts ar�d types of other coverages, such ss no- fauft, rsqulred of out-of-state veh9ales by the jurisdiation where the covarad "auto" Is being used. We wil[ not pay anyane mare thart anca for the same elements of loss because af Ehese extensions, �. �xclusi��s Thls lnsurance does not apply to any flfi the follnwing. 9. �xpected 0� Iniende�d lnjury "Bodlly In)ury" or "property damage" ex�ected or fntended from ih� standpalnt af the "insured". 2. Cont�aotu�i Lisbflity assumed under any aonfract or agr�emenf. �uf this exclusiqn does nat apply ko liabili�y For damages: a. Assum�d in a contraat or agreement that is an "insured contract", provided the "bodily injury" ar "properfy damage" occurs subsequent to the exacutiar� of the contract or sgreament; or b. Thaf the "insured" would hav� in fhe absence of the contrack or agreement, 3. 16Varkers' �nrrrp�ltsation Any obligatlan for whEch the "insured° or the "Insured's" Inscarer may be held Ilabie under any workers' compensatlon, disability beneffts or unemployment com�ensaiian law or any s�miler law. 0 Insurance Ssrvicos Offlce, Inc., 2011 �aga 3 of 12 ACA BATX3d•0•8866&48 61Y5 1824'I INBUFt�ti COPY C�00�1104300 0041 46 0645016 a. Loss L��ymen4 -- �hyslcal Qamage Coverages At aur option, we may; a. Pay for, repair or rep[aae damaged or stolen praparty; b. Reiurn t�e stalen praperty, at aur expense. We wi11 pay for any damage tha# resulks ta ' the "auto" from the theft; ar c. Take all or any pa�t af the dama�ed ar staleh property at a� agre�d or�sppralsed ��lue. If we pay for the "loss", aur paymenf wikl include the appllcab{e sales tax for the dameged or sto{en pra�erty, 5. Yransfer �f �ights Of Reccvery Againsk A�heps To I�s If any persan ar organizatlon to or far whorr� ws inake payment under this Co�erage Form has rights io reoover damages from another, those righfs are transferred to us. ihat parson or organlzatlon must c�o everything necessary to •' secure our rights and must do nothing after "accident" or "loss" to irnpalr tf�em. �. Csneral �onditions 9, �ankruptcy Sankruptcy or insofvency of the "�r�sured" or the "insured's" estate wlll not relie�e us of any obligations under this Coverage �orm. 2. �ancealment,llr'lisrepr@sentation Or Feaud i"his Coverage �'orm Is vold in any aase of fraud by yau at any iime as it relates to this Covarage Form. Ik is also void if yau ar any other "insured", at any time, intenfianally co�ceafs or rnisrepresenfs a materiel faat concerning: a. 7his Cpver�ge F�rm; �. The covered "auta"; c, Your fn#arest in the cavered "auto'; or d. A clalm ur�dsrthls Caverage Farm. . 3. L.ib�ralixation If we ravise this C�verage Form to provlde more coverage wlthout additlona! premium charga, your policy witl autametically provide the addltlonal coverage as af fhe day the revision is efiFecti�e in your s#ate. 4. Na Benef[t 7a �alle�� �hyslcal k3am�ge Go�r�rrages We w�ll not recagnize any assignment nr grgnt any coverage �or the beneiif af any persnn ar arganizaiian holding, storing or trensporting praperty for a fe� regardless nf ar�y �ther provision af this Coverage Form. CA 00 Q1 1 Q°I 3 5. �ther Ir�surance a. For any covered "auto" yau own, this Coverage Farm provides primary insurance, �ar sny aovared "auto" you dan'k awn, the insurar�ce pra�Idecf by this Covefage Form fs axcess over any other collsctible insuranaa. However, while a cav�red "auto" w�lch is a"traller" is connec#ed to anather vehicle, khe Covered A�#ns Liability Coverage this Caverage �'orm pra�ides for khe "trailer" is: (1} �xoeas while ik fs aonneated to a motor vehiola ynu do not ov�n; nr (2) Prlmary whlle It fs connected fo a covered "auto" yau own. b. For Hired Auto Physical Damage Cov�rage, any caversd "auta" you lease, hlre, reht ar borrow Is deemed to be a cnvered "auta" you own, Howevar, any "aufa" that is leased, hired, renked ar borrowed with a drivar Is not a covered "auto", c, Rega�d�ess af th� pravislons of Paragraph a. abab�, thls Coverage �orm's Cavered Autos �,lablllty Caverage is primery for any Ilabiliry assumed under an "Insured cantraat". d. When this Coverage Forri7 � and any athar Coverage Form or poUcy covers on the same basls, efkher excess or primary, we wiEl pay only our shars. Our share is the pro�ortion thef khe Limit of Ir�surance of our Coverag� Form bears to the total of the limlts of all the Coverage Farms and policles covering vn the same basis, 6, PPeFnlu�r A��It " a, ihe estlmated Premlurn for this Coverage Form is based on the exposures you told us you would have when thls pollcy began, We wfll compute fhe final premium due when we determfne your aatual exposures, The estlmated total premlum wlll be credlted agalnst the final premium due and the first Named Insured wi�l be . billed for the balance, if any, 7fie due tlata for the flnal premlum or retrospsctive premlum is tt�e date shown as the due date on the bill, If the estlmated total premi�tm exceeds tha final p�remiutn due, the flrst Named Insured w�ll get a refu�d. b. It' #his policy Es issued for mare than one year, khe premium f�r thls Coverage Form wfil be compu#ed annually based on our rates nr premiums fn effect at the baginning �of aach yaarof the policy. . C7 lnsurance Services O#frce, Ina, 2011 �age 9 of 1 � ACF� BATX30•0��8G9849 SIxS 18�41 INBURED CQPY CA40Q11d1300 0001 AB 00�80z2 �� � � �+�� �� � ��� ��� WQRKERS' COMP�NSATION INSURANCE wo��c��s' C011VI�ENSAiION AMID �1� 4� 0� 04 � EM��OY��S LIA�ILI'fY PO�ICY Insured copy T�XAS �Ib1AlV�R �� �17h� �I�FIY �t3 ��COV�L� 4�V�Oi�1 �TH�R� �N��RS�N1�Ni This endorsement applies only to the insurance pro�ided by the policy becaus� Texas is shown in item 3.A. of the Information Page. We have the right to recover our payments from anyane liable for an injury eovered by this policy. We will not enforce our right against the �erson or organizatian named in the Schedule, but this waiver applies only with respect to bodily injury arising out af the operations described in the schedule where you are required by a written contract to obtain this waiver from us, This endorsement shall nat operate directly or indirectly to benefit anyone not named in the Schedule. Tha premium far this endorsement is shown in the Schedule. Scheduie 1. ( ) Specific Wai�er Name of person or arganization (X) Blanket Waiver Any persfln or organization for whom the Named Insured has agreed by written contract #o furnish this waiver. 2. Operations: ALL TEXAS OPERATIONB 3. Premium; The premium charge for this endorsement shall be 2.fl0 percent of the premium developed on payroll in connection with work performed for the ahove person(s) or organizaiion(s) arising out of tl�e operations described, 4, Ad�ance Prerr3ium: Included, see Information Page 7hls endorsement changes the pollcy ta whlch it is attached effective an the inception date of the policy unless a different dale is Indlcated below, (7he following "allaching clause" need be compleled only when this endorsement Is issued subsequent to preparation af the policy.) 7hls endorsement, effective on 2196122 at 12:01 a.m, standard tlme, fnrms a part of: Policy no, 0009221057 of Texas Mutual Insurance Gompany effective nn 2116122 Issued ta: OFFSIT� HR LLC This is not a bill NCCf Carrier Code; 29939 I/� Authorized representati�e PD Box 12a58, Austin, TK 78711-2058 1 of 1 texasmutual.cam �(8�0) 859-5995 � Fax (800) 359-0650 WC 42 p3 D4 � ST.A.1lTDARI) GEllTERAL COl�ITI�l�TS OF THE �Ol\TSTRUCT�OI\1� COI�TR��T CITY OP I'OAT WORTH 2�22 �RIDGE REHABILITATION C�NTRACT l STANDARD CONSTRUCT'IQN SPECII"FCATIQN DOCi.JNIEN"['S City Frojeet No. 103454 Rcvision: 8/23/2021 STANDARD GENER.�L CONDITIONS �F THE CONSTRUCTION CONTRACT TABLE OF C011TTENTS Page Article 1—Definitidns and Tet�ninology .......................................................................................................... l 1.01 Defined Terms ...............................................................................................................................1 1.02 Terr�ainology ..................................................................................................................................6 At�ticIe 2— Preliminary Matters ......................................................................................................................... 7 2.Q1 Copies ofDocuments ....................................................................................................................7 2.02 Commencement af Contract Time; Notice to Proceed ................................................................ 7 2.03 Starting the Work .......................................................................................................................... 8 2.04 Befare Starting Constructian ........................................................................................................ 8 2.OS �'recanstructic�n Canference .......................................................................................................... S 2.06 Public Meetin� .............................................................................................................................. 8 2.07 Initial Acceptance of Schedules .................................................................................................... S Article 3— Contract Documents: Intent, Amending, Reuse .......................................................... 3.01 Intent ............................................................................................................................ 3.02 Reference Standa.rds .................................................................................................... 3.03 Reporting and Resolving Diserepancies ..................................................................... 3.04 Amending and Supplementing Contract Dacuments ................................................. 3.05 Reuse of Documents ................................................................................................... 3.06 �lactronic Da1:a ............................................................................................................ ..............,.. 8 ................. $ ................. 9 ................. 9 ...............1 Q ............... I 0 ............... I 1 Article 4— Availability of Lands; Subsurface and Physical Conditio�s; Hazardous Environmental Canditions; Reference Points ........................................................................................................... l I 4.D1 Availability of Lands .................................................................................................................. I 1 �4.02 Subsurface and Physical Cor�ditions ..........................................................................................12 4.03 Diifering Svbsurface ar Physical Conditions .............................................................................12 4.04 Underground Facilities ...............................................................................................................13 4.a5 Reference Points ......................................................................................................................... I4 4.06 I-Iazardous Envirarunental Candition at Site ..............................................................................14 flr�ticle 5— Bonds and Insurance .....................................................................................................................16 S.O1 Licensed Sweties and Insiirers ...................................................................................................16 5.�2 Perforrnanc�, Payment, and 1Wlaintenance Bands ....................................................................... l5 5.03 Certificates af lnsura�ce .............................................................................................................16 5.04 Contractor's Insurance ................................................................................................................18 5.05 Acceptance of Bonds and �nsurance; Optian to Replace ...........................................................19 Article 6 — Contractor's Responsibilities ........................................................................................................19 6A1 Supetvision and Superintendence ...............................................................................................19 CI'CY OP FOR'I' WOILTH 2O22 BRIDGE REIIABILITATION CONTRACT l STAN�AAD Cp�TSTRUCTION 5PECIF'ICA7'10]V DOCUMENTS Cily Praject Nn. I03454 Revisian; 8/23l2021 6.02 6.03 6.04 6.05 �.a6 6.a7 6.a8 6.a� 6.10 6.11 6.12 6.13 6.14 6.15 6.16 b.I7 G.18 b.19 6.20 6.21 6.22 6.23 6.2� Labor; Worlcing Hours ................................................................................................................20 Services, Materials, and Equipment ........................................................................................... 20 ProjectSchedule ..........................................................................................................................21 Substitutes and "Ot-Equals" ....................................................................................................... 21 Concei�ing �ubcontractors, Supplie�•s, and Ohl�ers ....................................................................24 WageRates ..................................................................................................................................25 PafientFees and Royalties ...........................................................................................................2b Permitsand Utilities ....................................................................................................................27 Lawsand Regulations .................................................................................................................27 T�es ........................................................................................................................................... 28 Useoi Site and Other Areas .......................................................................................................28 RecardDocuments ......................................................................................................................29 Safetyand Proiection .................................................................................................................. 29 S�fety Representative ..................................................................................................................30 Hazard Communicaiion Progams .............................................................................................30 Emergencies and/or Rectification ............................................................................................... 30 Submit�als .................................................................................................................................... 31 Continuingthe ViTork ................................................................................................................... 32 Contractor's General Warranty and Guarantee ..........................................................................32 Indemni�catian .........................................................................................................................33 Delegation of Professianal Design Services .............................................................................. �� Rightto Audit ..............................................................................................................................34 Nond i scri m i nati on .. . .. . . .. . . .. . . .. . . ... . . . . .. . .. . . ....... . .... . . . . . . . . ... . . . .... . . . . . ... . . . . . ... . . . . .. .... . . . . . . .. . .. . .. . . . . . . .. . . . . . . .. 3 5 Article 7- Other Work at the Site ...................................................................................................................35 7.OI Related Work at Site ................................................................................................................... 35 7.02 Coordination ................................................................................................................................36 Article8 - City's Respansibilities ...................................................................................................................36 8.01 Communications to Cantractor ...................................................................................................36 8.02 �urnish Data ................................................................................................................................36 8.03 Pay VVhen Due ............................................................................................................................36 8.04 Lands and Easements; Reports and Tests ...................................................................................36 8.05 Change Orders .............................................................................................................................36 8.06 Inspections, Tests, and Approvals ..............................................................................................36 8.07 Limitations on City's Responsibilities .......................................................................................37 8.08 Undi�clos�d Hazardous Environme�tal 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 Worl� .......................................................................................................... 3 8 9.05 Determinations for Vtlork Performed ..........................................................................................38 9.Ob Decisions on Requirements of Contract Documents and Acceptability of Worlc .....................38 CITY OF FORT WOl2TH 2O22 BRIDGE REHABILTI'ATIdhI CONTRACT 1 5TA]VDf{1tD CONBTRUCTION SFECIFICATION DOCUMENTS City Project �fo. ] 03454 Revisian: 8/23/202 ] Article 10 - C�anges in the Work; Claims; Extra Worlc ................................................................................ 38 10.01 Autharized Changes in the Work ...............................................................................................38 10.02 Unauthoriz�d Changes in the Wark ..................................................---. ...............39 ...................... 10.03 �xecution of Change Orders .......................................................................................................39 10.Q4 Extra WQrk ..................................................................................................................................39 10.05 Notification to Su�•ety ..................................................................................................................39 10.06 Contract Clauns Process ............................................................................................................. �0 Article 11- Cost oithe Work; Allowances; Unit Priee Work; Plans Quantity Measuremant ......................41 11.Q1 Cost of the �Vork .........................................................................................................................4I I1.02 AlIowances ..................................................................................................................................43 I1.03 Unit Price Work ..........................................................................................................................44 I 1.04 Plans Quantity Measurement ...................................................................................................... �S A�ticIe 12 - Change of Contract Price; Change of Contract Time .................................................................46 � 2.01 Change of Contract Price ............................................................................................................46 12.02 Change of Cont�act Time ............................................................................................................47 12.03 Delays ..........................................................................................................................................47 Article 13 - Tests and Inspections; Correction, Remova] o�• Acceptance of Defective Work ...................... 48 13.01 Notice af Defects ........................................................................................................................ 48 13.02 Access to 'UL�ork ...........................................................................................................................48 13A3Tests and Inspections ..................................................................................................................48 13.0� Uncove�'ing Worlc ........................................................................................................................49 13.05 City May Stop the Work .............................................................................................................49 13.06 Correction or Rernoval of Defective Wo�k ................................................................................ 50 13.07 Carrection Period ........................................................................................................................ 50 13.08 Acceptance ofDefective Work ...................................................................................................51 13.09 City May Correct Defective Wa�•k ............................................................................................. 51 At�ticle 14 - Payments to Contractor and Co�npletion .................................................................................... 52 14.01 Schedule of Values ......................................................................................................................52 14.02 Progress Payinents ...................................................................................................................... 52 l 4.03 Confractor's Warranty of Title ................................................................................................... 54 14.04 Partial Utilization ........................................................................................................................ S S 14.05 Final Inspection ...........................................................................................................................55 14.06 Fina1 Acceptance .........................................................................................................................55 14.07 Final Payment .............................................................................................................................. S6 19�,08 Final Cor�pletion Delayec� and Partial Retainage Release ........................................................56 14.09 Wai�ver of Cla�ns ........................................................................................................................57 Article 15 - Suspension of Wor�C and Termination ........................................................................................57 15.�I City May Suspend Warlc .............................................................................................................57 15.fl2 City May Terminate for Cause ................................................................................................... 58 15.03 City May Terminate For Canvenience .......................................................................................6Q Article 16 - Dispute R�snlutian ...................................................................................................................... 61 16.01 Meihods and Procedures ............................................................................................................. 61 C1TY Or I'ORT WOTtTFI 2022 BRIDGE REHABII.iTATIOl�i CONTRACT I STANDARD CONSTRUCTION SPECIFICATION DOCi.JIvI�NTS City ProjectNa. 103454 Revision; 8/23/2021 Article17 — Miscellaneous .............................................................................................................................. 62 17.Q1 Giving Notice ..............................................................................................................................62 17.02 Computation of Trmes ................................................................................................................ 62 17.03 CuxnulativeRemedies .................................................................................................................62 17.04 Survival of Obligatians ............................................................................................................... 63 17.05 Headings ......................................................................................................................................63 CITY OF PORT WORTH 2622 BRIDGE REHABIEdTATION CONTRACT 1 STANDARD CONSTRUCTIO�I SPECLFICATI�N DOCl3MENT5 City Project No. l p3454 Revisian: 8/23/2021 00 �z oa - i GENERAL CONDITIONS Page 1 of 63 ARTICL� 1— D�FINITIONS AND TEI2MINOL4GY I .Q 1 Define� Terrrts A. Wherever used in these General Conditioi�s ar in other Contract Documents, the terms listed below have the meanings indicated w�ich are applicahle ta both the singular and plural thereof, and words denoiing gender shall include the masculine, feminine and neuter. Said terms are generally capitalized or wcitten 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. ln additinn to terms speeifically defined, tarrns with initial capital letters in t.�e Contrac� Doc�ments include references ta identi�ed articles and paragraphs, and fihe titles oi other documents flr forms. 1. Addenda Written or grapnic instruments issued prior to the opening of Bids which clarify, correct, ar change the Bidding Requirements or the proposed Contz�act Documents. 2. A�eemenf—The written instrument which is evidence of the agreement between City and Gont�actar covering the Worlc. Applicatfon fo�^ Payment—Tl�e fot�n acceptaY�le to City which is to be used by Con#�actor during the course of the Worlc in requesting pragress or final payments and which is to be accompanied by such suppnrting dncwnentatian as is r�quired by the Contraci Documents. 4. Asbestos—Any inaterial tha� contaia�s znoz•e than one percent asbestos and is friable oe is releasing asbestos filaers infio the azr above cut•rent action levels established by the United States Occupational Safety and Heali:h Administratian. 5. A�v�Yd — Author�zafiion by the City Council far the C.ity to enter inta ai� Agreement. 6. I3id—Th� offer ar ptopasal of a Bidde�• submitted on the prescribed form setling fdrth the prices for the Work to be performed. 7. Bidder The individual or entity who subrnits a Bid directiy to City. 8. Bidding Dncurnents The Bidding Requirements and the proposed Cantract Documenfis (including all Addenda). 9. Bidding Requirements—The ad�ertisement ar Invitation to Bid, Instructions to Bidders, Bid security of acceptable farm, if any, and the Bid Form �i�h any suppleinents. 10. Business Day — A businesa day is defined as a day that the City conducts normaI business, generally Monc�ay through Friday, except for federal or state holidays observed hy the City. 11. Calendar Day— A day consisting of 2q� hours raeasured from midnight to the next midnight. C1TY OF FORT WORTH 2O22 BRIDGB REHABIT,ITATION G03VTRACT 1 5T�11di7AItD CONSTRiJC'I']ON SP�,CIPICATI03+f DOCUM�tVTS Ciry Project 1Va. 103454 Revision: 8/2312D2] 00 72 00 - ] CCENERAL CdNDITIOlVS Page 2 ofG3 12. Change O�de� A document, which is p�•epared and approved �y the City, vvhich is signed by Contractor a�d City and auYhnriz�s an addition, deleiion, or revision in t�e Work or an adjustm�nt in the Contraet Price or the Contract Time, issued on or after the Effective Da�e of the Agreemen�. 13. City— The City of Fort Worth, Texas, a home-rule inutucipal corporation, authorized and chartered under the Texas S#�te Statutes, act�ng by its governing body through its City Manager, his desig�ee, or agen�s authorized under his beha�f, each of which is requ�red by Charter to perfarm specific duties with responsibility for final enfarcement oi the contracfis involving the City of �'o�# Worth is by Char�er �ested in the City Manager and 'rs �he entity with whom Contracior ha� entered inta the Agreement and for wvhom the Work is to be perfnrmed. 14. City Attorney — The officia.�ly appointed City Attozraey of the City of Fort Warth, Texas, or his d�zIy authorized representaii�e. 1 S. City Council - The duly elected and qualified governing body af the City of Fart Worth, Texas. 16. Caiy Maracrger -- The off'icially appointed and authorized City Manager of fhe City of Fart Vilorth, Texas, or his duly authorized representative. 17. Contract Claim A dernand ar assertion by City or Con#ractor seeking an adjus�nent of Contract Price or Contract Time, or both, or other relie#` with respect to the terms of the Cont�act. A demand For money or services by a th�rd party is not a Contract Clai�-n. 18. Cont�act The entire and integrated waritten document �etween the City and Coniractor cancerning the Work. The Contract cantains the Agreement and all Contract Docurnenfs and supersedes prior negotiations, representations, or agreements, w�tether writ�en ar oral. 19. Cantract Documents Those items sa designated in the Agreeinent. All items listed in the Agreement are Contract Documents. Approved Subrnittals, other Coniractor submittals, and the reports and drawings of subsurface and physical condiiions are not Contract Docum�nts. 20. Coniract P�ice—Tk�e maneys payable by City to Cantractor far completinn of the 1�Vork in accordance with the Contract Document� as stated in th� Agreement (subj ect to ihe provisions oiParagraph 11.03 in tha ease o�Unit Price Wark). 21. Contract Tijne The number of days ar the dates stated in th.e Agreement to: (i) achie�e Milestones, if any and (ii) comglete the Work so that it is ready for Final Acceptance. 22. ContractaY The individual or entity with whom City has entered into the Agreem�nt. 23. Cast af the Work—See Paragraph 1 l.01 nf these General Conditions for defiriition. CFI'Y OC' T'OR'P WOIYI"F3 2022 BRIDGE REHABILITATION CON'iRACT I STANDARD CdNSTRUCTION SPECIPICATION DOCi7MENTS City Projeat Nn. 103454 Revisian; 8/23/2021 aanflo-i GENERAL CONDITIONS Page 3 oF63 24. Dar�age Clazms — A c3ennand for maney ar services arising fi�om the Project or Site frorn a third party, City or Contractor exclusive af a Contract Claitn. 25. Day ar day — A day, unless otherwise def ned, shall mean a Calendar Day. 26. DiYector of Avzation — The of�cially appointed Director of the Aviatian D�partrnent of tl�e City af Foi�t Worth, Texas, or �►is d�xly appointed representaiive, assisi:ant, or agents. 27. Da��eto� of Parks and Cotnmuniiy Services — The officially appointed Directoi• oi the Parks and Community Services Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 28. Di.�ecto� of PlanMing and Deve�opment — The officially appainted Directar of ihe Planning and Develapanent Department of the City of For�t �Vorth, Taxas, or his duly appointed representative, assistant, or agents. 29. Dir�ector of T�ansportation Public Wo�ks -- Tl�e officially appointed Director of the Transpoi�tation Public Works Department of the City of Fort Worth, Texas, or his duly appainted representative, assistant, or agents. 30. �ir�ecto� of Water Departrr�ent — The officially appointed Directoi• oi the Water Departrnent of the City of Fart Warth, Texas, ar his duly appointed representative, assistant, or agents. 31. Drawings—That part of the Contracl; Docwnents prepared ar approved by �ngineer whick� graphically shaws the scope, extent, and chu•acter of the Warl� to be perfarmed by Contractvr. Submittals are not Drawings as so defined. 32. Effective Date of the Ag�eertxent—The date indicated in the Ag,reement on whieh it becomes effective, b�t if no such date is indicated, it means the date on which the Agreernent is signed and delivered by the last of the two pa��ties to sign and delive�. 33. Er�gineer The lieensed professional engineer or engineer'rng firm registered in the State oi Texas performing professional serviees fot• the City. 34. Extra Work - Additional work made necessary by changes ar alteratians of the Contract Docurrt�nts or of quantiti�s or for other reasons for which na prices are provided in the Contract Docurrzents. Extra worlc shaIl be part of the Worlc. �5. Field Order — A written order issued by City which reqaires changes in the Work but which does not involva a chang� in the Contract Price, Cflntract Time, ar the intent of the Engineer. Field Orders are paid from Field Order Allowances incorporated into the Contract by funded wark ty}�e at the time of award. 36. Final Acceptance — The written nntic� giv�n by the City to the Contractor that the Work speci�ed in the Coniract Documents has been cornpleted to the satisfaction of the City. C1TY OF FOR7' W012T'H 2O22 RRIDCr� R1�IIADILTI'AT10IV CONTRACT I STANDARD CbAfSTRUCTIOT! SPCCiI'ICATION DOCi1MENTS CityPrnjectNo. ED3454 Revision: 8I2312021 0�7200-] GEN�RALCONDITIONS Page 4 of G3 37. Final .Inspection — Inspection carried out by tI�e City tq �erify that the Contractor has comple��d the Work, and each and every part or appurtenance thereof, fully, entirely, and in confori�nance with the Contrac� Documents. 38. General Requi�ertaents—Sections of Division 1 afthe Cantract Documents. 34. FI'aza�dous EnviNo�mental Conditiat7---The presence at the Site af Asbestos, �'CBs, Petroleum, Hazardous Waste, Radioactive M�terial, or ot�ier materials in such quaniities oi circumstances that rnay present a substantial danger to persons or property exposed thEreto. 40. HazaNdous Waste—Hazardous waste is defined as any solid waste listed as hazardous or passesses one or more haza�•dous charaeter'rstics as defined in the federal waste regulations, as amended frorn time to ti�ne. 41. Laws and Regulations—Any and all applicable laws, rules, reguiations, ordinances, cndes, and orders af any and all go�ernmental bodies, agencies, authorities, and courts having jurisdiction. �2. Liens—Charges, security interests, or �ncumbra�ces Upon Project funds, real property, ar personal property. 43. Major Item -- An Item oi work included in the Contract Documents that has a total cost equa� to or greater than 5% nf the original Cont�act Price or $�5,000 whichevez is less. 44. Malestone—A �rincipal event spaci�ed it� ihe Con�ract Documents relating to an intermediate Contract Time prior to �'inal Acceptance of the Work. 45. Notice of Awa�c�The written notice by City to ihe �uccessful Bidder stating that upon timel� compliance by the Successful Bidder with the conditions precedent listed therein, City will sign and deliver the Agi•eement. 46. Notice to Proceed—A wr�itten notice given by City ta Contractar fixing �e date on which tl�e Contract Tune will comnnence io run and on which Con�ractor shall star� to perForm the Work specified in Coniract Documenis. 47. PCBs—Polychlorinated biphenyls. 48. Petroleurra i'etroleum, inoluding crude oiI or any iraction thereaf which is liquid at standard conditions of tamperature and pressure {60 degrees Fahrenheit and 14.7 paunds per square inch absalute), such as oil, pet�•oleum, fuel oil, oiI sludge, oil refuse, gasoline, kerosene, and aii mixed with ather non-Hazardous Waste and crude oils. 49. Plans — See definition of Drawings. C1TY OF F�RZ WORTH 2O22 BKIDGE RE�IA$ILITATION CONTRACT 1 STANDARD CON5TIZUCTIOf�! SPGCIrICATTON DOCiJNIENTS Ciry Project No. 103454 Revision: $123/2021 007200-1 G�N�RAL CON[]I710NS Page 5 of 63 50. Project Schedule A schedule, prepared and maintained by Contractor, in accordance with thc G�n�ral Requirements, describing the sequence and duration of ihe activities cot�;iprising the Contracto�''s plan ta accomplish the Work within the Contract Time, S 1. Project—The Wark to be per�armed under the Contract Docvments. 52. Praject Manager The authorized representative of the Cit� who will be assigned to the S ite. 53. Public 111eeting — An announced meeting conducted by th� City to facilitiate public pat�ticipation and to assist the public in gaining an informed view of the Project. 54. Radioacizve Material—Source, special nucleaz•, or byp��oduct inaterial as defined by the Atoinic Energy Act of 1954 {42 USC Section 20l l�i seq.} as amended from time to time. 55. Regula� Wo�king Hours — Hours beginning at 7:{l0 a.rn. and ending at 6:00 p.m., Monday ti�ru Friday (excludiilg IegaI holidays). 56. Samples—Ahysical examples of materials, equipment, or worlcmanship that are r�pr�sentative af same portion af the Worlc and which establish the standards k�y wl�ich such por�ion ofthe Woric will be judgec�. 57. Schedule af Subrnitaals—A schedule, prepared and maintained by ConY�•actor, of required submittals and ihe tirne requirernents to support scheduled pei-formance o�f related construction activities. 58. Schedule of Yalues—A schedule, prepared and maintained by Contractor, allocating portions of the Contract Price to va.rious portions of ihe Work and used as the basis for reviewing Conti�ctor's Appl�cations for Payinent. S9. Site—Lands or areas indicated in the Contract Docurnents as being furnished by City upon whieh the Worlc is to be performed, including rights-of-way, permits, and easements for access thet�eto, and such other Iands furnished k�y City which are c�esignated for the use of Contract�r. 60. Spec�cations—That part of tt�e Contract Documents consisting oF written requirements foi• rnaterials, equipment, systems, standards and workmanship as applied to the Wox�l�, and certain adininistrative requirements and pracedural rnatCers applicable thereto. Speci�icatians may be specif cally made a part of the Contract Dncuments by attachment or, if not attached, may be incorparatad by reference as indicated in the Table of Contents (Division 00 00 00) of each Project. �l. Subcont�actoY An individual or entity having a direct cantract with Contrac�or or with any ather S�abcontraetor far the performance of a parl of the Work at the Site. ClI`Y OF POAT WORTf-1 2D22 BRTDGE I2EHAidIL11'ATION CONTRACT 1 STANDARD CONSTRUCTItiN SPECTP'TCATTON DOCi1MENT5 City Praject No. 103454 Revisian: 8/23I2Q21 pp7200-1 GEN�RAI. CONDITIONS Page 6 of G3 62. Submittals All dcar�vings, diagrams, iIlustratians, schedules, ar�d other data or infarmation wk�ich are specifically prepared or a�sei�nbled by or for Cantractor and sUbmitted by Contractor to illustrate some por�ion af the Worl�. 63. S�bsianaial Cornpletton — The stage in the progress of the Project when the Work is sufficiently complete in accordance with the Contract Documents for Final Inspection. 6�. Successful Bidder—The Bidder submitting fhe lowest anc� most responsive Bid to whom City makes an Award. 65. Supe�fntendent — The representative o� the Contractar who is available at all times and able to receive instructions from the City and ta act for the Contractor. 66. Supplenaentary Condiiions—That part of the Contract Doc�arnents which amends or suppl�rnents these General Conditions. 67. Supplier A rnanufac�rer, fabricator, supplier, distributor, materialman, or vendor ha�ing a direct contract with Contractor or v�ith any Subcontractor to iurnish rnaterials or equipment to be incorporated in the Work by Contractor or Subcontractor. 68. Undergraund Fac�litaes—AlI u�derground pipelines, conduits, ducts, cables, wires, manhol�s, vaults, tanks, tunnels, or otI�er such facilities ar attachr�ents, and any encasements coniaining such facilities, including but not limited ta, those that canvey electricity, gases, steam, liquid pefroleu�nn products, telep�one or other eommunications, cable talevision, water, wastewater, storm water, otktez� liquids or chemicals, or traffie or other control systems. 69 Unit Price Work-5ee Paragraph 11.03 of these General Conditions £or definition. 70. Weekend Working Hours — Hours beginning at 9:04 a.m, and ending at 5:00 p.r�n., Saharday, 5unday or legal haliday, as approved in advance by the City. 71. Work—The entire construction or the various separately id�ntifiab[e parts thereof required to be provided under the Coni�act Docutnents. Wor�C includes and is the result of performing or providing all labor, services, and documentation necessary to produce such construction including any Change Order or Fie1d Order, and furnishing, installing, ar�d incarporating a11 rnaterials and equipment into such construction, all as required by the Cantract Documents. 72. Working Day — A working day is definad as a day, not including Saturdays, �unda�s, or Iega1 holidays authorized by the City for contract purposes, in which weather ar oiher conditions not under tf�e controI of the Contractor will peimit the perfarmance of the principal unit of work underway far a coniinuous period of nat less tha� 7 hours bet-vween 7 a.m. and 6 pm. 1.Q2 Terminology A. The words and terms discussed in Paragraph 1.02.B through E are not defined but, when used in the Bidding Requireinents or Contract Dacuments, have the indicated meaning. B. Intent af Certain Terrns or Adjectives: CTTY OI' FORT WORTH 2O22 BRIDGE REIIABILITATION CONT'I2AC`1' 1 STA3+iDARD CONSTRUCTION SPECIFJCATIpN DOCUMEt�fTS City ProjectNo, 1D3454 Revision: 8/23I.2421 ao�2ao-i GEN��,� coNnirion�s Page 7 of 63 The Contract Documenis includ� the terms "as aIlowec�," "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 lilce aflFect oc import are used to describe an action or d�tarmination of City �s to the Work. It is intended that s�ich exercise of professional judgment, action, or deteranination will be solely to evaluate, in general, the Work for compliance with the in%rmatian in the Conteact Documents and with the design concept of the Project as a functioning whole as shown or indicated in the Cantract Documents (unless there is a specific statement indicating othei wise). C. Defective: l. Tkre ward "defective," when modifying the ward "Work," refers to Worlc that is unsatisiactory, faulty, or def ci�nt in ihat it: a. does not conforin 1:o tha Contract Doctunents; ar b. does not meet the requirements of any applicable inspection, reference sfiandard, test, ar approval referred to in the Contract Documenfis; or c. has been damaged prior to City's written acceptance. D. Furnish, Instctll, Perforrn, Provide: 1. The word "FUI111Sk1" or the word "�ilS�a��" ar the woz�d "�01�OI'171" OT f�0 WOI'L� "Pxo�ide" QP the word "Supply," or any combination or similar directive or usage thereaf, shaIl rnean furnishing and incorporating in tha Work including all necessary labor, mal:erials, equiprrient, �nd everything necessary to perfarm the Work indicated, unless specifically limited in the context used. E. Unless stated oiherwise in the Contract Documents, technical ar canstruction industry or trade meaning accordance with such recognized meaning. words or phrases that have a�vell-known are used in the Contract Docuinents in ARTICLE 2 — PRELIMINARY MATTERS 2.D1 Z.a2 Capies of Dacuments City shalI furnish to Contractor one (1) original executed copy and one (1) electronic copy of the Contracx Documents, and four (4) additianal copies of the Dra�vings. Additional copies will be fuz�nish.ed Upon rec�uest at th.e cost af repraduction. Co�zmence�nent of Cont�act Ti�te; Natice ta P�oceed The Contraci Time will commence to run on the day indicated in the Notice to Proeeed. A Notice to Praca�d may b� given no earlier than 14 c�ays after the EfFective Date of �he Agreement, unlass agreed to by both parties in writing. C1TY OP FORT WORTI-I 2022 BRIDGE REHABILITATION CONTRACT 1 STANDARD CON3TRUCTION 5PECIFICATION DOCUM�NTS City �roje�t No. 1U3454 Revision: 8/23/2021 oorzoa-i GENERAL CON�ITIONS Page $ of 63 2,.Q� 2.04 2.05 2.OG Z.a� Siarting the Wor�k Contractar shall start to pecfaz�n the Work on the r3ate when ihe Cont�•aet Time comrnences to run. No Work shall be done at the Site priar to the date on which the Contract Time commences to run. Befo�e Starting Consiruction Baseline ,S`chedules: Submit in accordance with the Contract Documents, and prior to starting the Work. P�econstr^uction Conference Before any Work at the Site is started, t�e Contractor shall attend a Preconstruction Conference as specified in the Contract Documenis. Public Meeting Cantraetor may not z�nobilize any equipment, materials or rasaurces to the Site prior ta Contractar attending the PUblic Meeting as scheduled by the City. InitiaZ Acceptc�nce of Schedules No pz•ogress payment shall be made to Con�ractor until acceptable schedules are subzr�itted to City in accordance with the Schedule Specif cation as providec� in the Contraci Documents. ARTiCLE 3— CQNTRACT DOCUIVIENTS: INTENT, AMENDING, REUSE 3.01 �ntent A. The Con�ract Docurnents 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 describ� a funciionally compfete project {o� part thereo� to be constructed in accordance with the Con�ract Docurnents. Any labor, dacumentation, services, materials, or eqUipment that reasonably may be inferred from the Contract Documents or from prevailing custom or f�ade usage as being required to praduce tk�e indicated result will be pravided whethee or nat specif cally called for, a� no additianal cost to City. C. Clarifications and interpretations of the Contract DocUments shall be issued by City. D. The Specifications may vary in form, fo�at and style. Sorne Speci�cation sections may be written in varying degrees of strearnlined or declarative siyle and sorne sections may be relativeIy narrative by comparison. 4mission of such words and phrases as "the Contractor shall," "in conformity Wl�il," "aS S�OWS�," Ox "aS specified" SI� intentional 11] streamlined sections. Omitted wards and p�irases 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 C1TY OF FORT WOI2TFI 2022 BI21I]GE REFIABILITATION CO1V"["AACT 1 S`I'ANDAI2I] CONSTRUC'TTON SPECIFICAT[ON dpCUMENTS City Pmject No. 103454 Revision: $12312�21 4072Ofl- 1 GEiVERAL CONDETIONS Page 9 af b3 3.02 3.03 section. The Contz•actoz• shall not talce advaritage ai any variation of fortn, format or style in making Contract Claims. E. The cross refet•encing of specificatian sections under the subparagraph heading "Related Sections include but are nat necessarily Iimited to:" and �lsewhere within each Specification section is pt�ovided as an aid and converu�nce to the Contraetor. The Co�tractor shall not rely on the crass referencing provided and shall be cesponsible to ccaordinate the er�iire Work under the Contract Dacurnen#s and provide a complete Project vvhether or not the cross referencing is provided in each section or whether or not the crass re�erencing is camplete. Referer�ce Standa�ds A. Standards, Specifications, Codes, Laws, and Regulations 1. Re�erence to standards, specif cations, manuals, or cades of any technicai society, organization, or association, or to Laws or Regulations, whether such re�erence be specific or by implication, shall �nean the standard, specif cation, manual, code, or Laws or Regulations in effect at the time of op�ning of Bids (or on the Effective Date of the Agreement if there were no Bids), except as inay be othez�wise specifically stated in the Contract Docurnents. 2. No pravision af any such standard, specification, manual, or code, or any instruction of a Supplier, shall be ef�ective to change the duties or responsibilities of City, Cant�•aetor, or an�r af their subeontractors, cansultants, agents, ar err►ployees, fr•om those set forth in the Cantract Docurnents. Na such provision or insi�uction shall be effective to assign ta City, or any of its officars, duectors, members, partners, employees, agents, consultants, or subcontraeiors, any duiy or autk�ority ta sUpervise or direct the performanc� of ihe Work or any du1:y or authority to under�alce responsibility inconsistent with the provisions of tl�e Contract Documents. Reparting and Resolving Discrepancies A. Reporting Discre�a�acies: 1. Contractor's Revie�v nf Contract Documents Before Starting YYork: Before undertaking each pait of the Worlc, Gontractor shaIl carefully study and eompa�e the Contract Documents and check and �+erify pertinent figures therein against all applicable field measurements a��d conditinns. Cantractar shall promptly report in writing to City any conflict, error, ambiguity, or discrepancy which Contractor discovers, or has ac�ual lcnawledge nf, and shall obtain a writ�en inteipretation or clarification from City before ps�oceeding with any Worlc affected thereby. 2. ContraeioY's Review af Contract Docx�ments Dut-ing Pe�farmance of Work. If, during the perfarraance ai the Work, Contractor discavers any conflict, error, ambiguity, or discrepancy within tha Contract Docuzn.ents, or between the Contract Documenfis and (a} any applicable Law ar Regulation ,(b) any standard, speciiication, manual, or code, or (c) any instruction of any Supplier, then Cantractor shall promptly report it to City in writing. Contractar shall not proceed with the Work affected thereby (except in an emergency as required by Par�graph CITY OF I'ORT WDRTIi 2022 BItiDGE REEIABILTTATION CONTKACT ] STANDARD CONSTRUCTIOA! SPECITiCATION DOCUIv1EN7'S City Project7�3o. 3D3454 Revision: 8123120� 1 OQ 72 00 - 1 GENERAL CONDI"fIONS Page 10 of 63 6.17.A} until an amendment or supplement to the Contract Dacuments has heei7 issued by one af fihe rnethods indicated in Paragraph 3.04. 3.04 3.p5 3. Contractor shall noi be liabl� to City for failure to repart any eonflict, error, a�nbiguity, or disc�-epaney in the Contrac� Dacuments unless Contractor had actuaI knowledge thereof B. Re,�olving Discrepancies: l. Except as may be atherwise specifcaLly stated in tlle Cont�•act Documents, the provisions of Y.he Cantract Documents shall take precedence in resolving any conflict, error, ambiguity, or discrepancy between the provision� af the Contrac� Documents and the pravisior�s of any standard, specif cation, manUal, or the instruction of any Supplier (whether ar not speci�ically incorporated by reference in the Contract Docutxzents). 2. In case oi discrepancies, iigured dimensians shall govern over scaled dirnen:sions, Plans shall govetn over Spacifications, Supplementary Condiiions shall govern over General Canditions and Speeificatians, and quantities shown on �lte Plans shail gov�rn nver those shown in the propasal. Amending arrd Suppletraenting Cantract Documents A. The Contract Documents may be a�nended to provide for additions, deletions, and revisions in ihe Work or to modify the terms and conditions thereof by a Change Order. B, The require�ner�ts of the Contract Documents may be supplemented, and min�r variations and deviations in the VVark not inval�ing a change in Contz�act Price or Contract Time, may be aut4iorized, by nne or rnore of the �ollowing ways: 1. A rield Order; 2. City's review of a Submittal (subject to the provisions of Paragraph 618.C); pr 3. City's written interpretatian ar clarification. Reuse of Docufnents A. Contractor and an}� Subcontractor ar Supplier shall not: l. have ar acquire any tit1� ia or ownership rights in any of the Drawings, Speci£'ications, or other dacumants (or copies of any thereof} prepared by or bearing t�e seal of Engineer, including electronic media editions; ar 2, reuse any such Drawings, Specifications, other documents, or copies thereof on extensions of the Project or any other prnject without written cc�nsent ot'City and specific written verification ar adaptation by Engineer. C1TY O� FORT WORTH 2O22 BItIDGS REHASII,ITATION C�NTRACT 1 STANDAItDCONSTCtUC7TONSP�CII�]CATTONDOC[JNI6N�'S CityProjectNn. ]03454 Revision: 8l23/202 ] aD7200-I GENERAL CONDIT10iVs Page k 1 of 63 B. The prohibitions of this Paragraph 3.45 wiIl �urvive fznai payment, or terminatian af the Contract. Nothing herein shall preclude Coniractor frnm r�taining copies of the Contract Documents far record purposes. 3.06 Electronic Data A. jTnless otherwise stated in the Suppl�men#ary Conditions, the data furriished by City or Engineer to Contractor, or b� Contractor to City ar Engineer, that may be relied upon are limited to the printed copies included in the Contract Documents (also known as hard copies) and ather Specifications refer�nced and located on the Ciiy's on-line elec�ronic document management and collaboration system site. Files in electronic media fo2�rnat af text, data, graphics, or ather types are fuinished only for the canvenience of the receiving pa�-ty. Auy conclusion or information nbtained or derived frorn such alectranic files will be atthe user's sole risk. Ifthere is a discrepancy between the elect�•onic files and the hard copies, ihe hard copies govern. B. When transferring documents in electronic media fonnat, the transferring party makes no representations as �o long term compatibility, usability, or readability of docui�ents resulting from the use of soi�ware application packages, operating systems, or eornputer hacdwa�•e ciiffering from those used by the data's creator. ARTICLE 4— AVAILABILITY OF LANDS; SUBSTTRFACE AND PHYSICAT� CONDITIONS; FIAZARDOUS ENVIRONMENTAL CONDITIONS; REFERENC� POINTS 4.O l Availabiliiy af Lands A. City shall iurnish the Site. City shall notify Contractor of any encumhrances or restrictions not of general application but specifcally related to use af the Site with which Cantractar must co�nply in performing the Wark. City will obtain in a timely manner and pay for easements %r permanent structures or permanent changes in ex'rsting facilities. 1. T�e City has obtained or antici�aates acquisition of and/or aceess to right�o:F way, and/or easements. Any outstandiug rig�t-oi way and/or easements are anticipated to be acquired in accordance with the schedule set forili in the Supplementary Canditions. Tl�e Project Schedule submitted by the Cantractor iz� accordance with the Cantract Dacuir�ents nlust consider any outstanding right-af-way, and/or easements. 2. The City has or anticipatas rernoving and/or relocating utilities, and obstructions to the �ite. Any outstanding remaval or relocation of utilities or obstructio��s is anticipated in accordance with the scnedule set forth in the Supplementary Canditions. The Project �chedula submitted by t�e Contractor in accordance with the C�ntract Documenis must consider any outstanding utilities or obstructions to be remaved, adjusted, andlor relaaated by others. B. Upon reasonable written request, City shaIl fi.�rnish Contractor with a current stat�ment of record legal title and legal description of the lands upon which the Work is to be performed. CITY OP POKT WOTtTII 2�22 BRIDGE REHABII.ITATION CONTRACT 1 STANDARD CDNSTRUCT[DN SPECIFICATiON DbCi3IvIEN7'S City i'rojectNo, 1�3454 Revision: 8/23I2Q21 OQ720fl-1 GENERAL CON�ETIONS Page 12 oP63 4A2 4.03 C. Cor�tractor shall pra�ide for all additional lands ar�ci aceess thereto that may be required for canstructian facilities or storage of materials and equipment. Subsurface and Physical Conditions A. Repo�ts and Drawings: The Supplementary Conditions identify: l. those repoi�ts icnawn to City of explorations and tests of subsurface conditions at or contiguovs to the Site; arid 2. those drawings knawn to City of physical conditions relating to exisiing surface or subsurFace structures ai the Site (except UndErgro�rnd Facilities}. B. Limited Relia�ace by Contractor on Technical Data Authorized: Coniractor rnay rely upan the accuracy o� the "teckuiical data" contained in such reports and drawings, but such reports and drawings are not Contrxct Documents. Such "technical data" is identified in the Supplementary Conditions. Contracl;or may not malce any Contract CIaim against City, ar �y of their of�cers, directors, members, partners, employees, ageilts, consuitants, or subcontractors with respect to: 1. the completeness of such reports and drawings for Cont�•actor's purposes, incIuding, but �not limited to, any aspects of the means, methods, techniques, sequences, and procedtues af construction to be amployed by Contractor, and safety precautions and programs incident ihereto; or 2. othe�• data, interpretations, opinions, and infarmation contained in such reports or s�owr� or indicated in such drawings; ar 3. any Gnr�tractor interpretation of or conclusian drawn frarn any "technical data" or any such other data, inierpretations, opinions, or information. D�ering Subsurface or Physfcal Conditians A. Notice: If Contractor belie�es thai any subsurface or physical condition that is uncovered or revealed either: 1. is of such a nature as to establish that any "�echnical data" on which Contracior is entitled to rely as provided in Paragraph 4A2 is maierially inaccurate; or 2. is of such a nature as to require a change in the Cantract Documents; or 3. differs materially fram that shawn or indicated in the Contract Dacument�; or �. is of an unusual nature, ar�d differs znaterially from conditions ordinariIy encountered a�d generally recognized as inherent in work nf the character provided for in the Cor�tract Documents; Cl'fY QF FORT WORTH 2O22 IIRIDGE IiEHABILTI'ATIOIV COUTTi.4CT l STANDATLD CONSTRUCT70N SPECLFICA'f'lOI+I bOCUM�.N7'S City Project l+�o, 143454 Revision: 8I2312021 oo7aoo-i GENERAL CON�fTIONS Page I 3 of 63 4.04 then Con�iactor shall, proinptly after becaming aware thereof and before fiirther disturbing the subsurface or physical conditions or performing any Work in connection therewith (except in an emergency as required by 1'aragraph 6.17.A), notify City in writing about such condition. B. Possible P�ice ancl Tirne Adjustments Contcactor s�iall not be entiiled ta an�+ adjusiment in the Contract Price or Cont�act Time if 1. Contractar ]cnew of the existence of such conditions at the time Contractoi• mada a final cammitment to City with respect to Contract Price and Contract Tim�e by the submission of a Bid ar becoming bound under a negotiated contract; ar 2. the existence of such co�.dition could a•easonably have bee� discovered or revealed as a result of the examination of th� Contract Documents or the Site; or 3. Cantraci:or failed to give the vvritten notice as reyuired by Paragraph 4.D3.A. Underground �'aeilities A. Shawn o� Indicated.- The information and data shown or indicated in the Contract Docu�r►ents with respect to existing Underground Facilities at or contiguous to the Site is based on information and data furnished to City ar �ngzneer by the owners of such Undergraund Facilities, including City, or by othars. Unlass it is atherwise expressly provided in the Supplementary Conditions: l. City and Engineer shall not be responsible for the accuracy or cornpleieness of any such information or dat� provided by otY►ers; and 2. the cost of aIl of the following will be included in the Con�i•aet Price, and Contractor shall have fulI responsibility %r: a. reviewing and checking al1 such information and da�a; b. locating all Underground Facilities sl�o�wn or indicaf�d in the Contract Documents; c. coacdinatian and adjustment of the Wo�'�C with the owners of such Underground Facilities, including City, during construction; and d. the safety and protection of alI such Undergrnund Faciliti�s and repairing any damage thereta resulting from ti�e Work. B. Not S,�own or� Indicated.• l. If an UndergroUnd Facility which conflicts with �he Work is uncovered or revealed at ar contiguous to the Site which was not shown or indicated, or not shown or indicated with reasonable accur�cy in the Coniract Documents, Contractor shall, prompily a$er becaming av�are thereof and before fu�-ther disturbing conditions affectad therel�y or performing any CiTY OP PORT WORTFI 2p22 �RIDGE 12EHAB[LITATION C�NTRACT I STANDAL2D CONSTRUCTI�]V SPECIFICATI01� DOCUM�N1'S Ciry ProjectNo. 103454 Aevision: 812312D21 DO72OQ-I GENERAL CONDITIONS Page 14 af63 Wor[c in connectian therewith (except in an emergeney as required 6y Paragraph 6.17.A), identify the owner of such UndergroUnd Facility and give notice to that owner and ta City. City will review the discovered Underground FaciSity and determine t41e extent, if any, to which a change rnay be requir�d in the Contract Doeuments to retiect and documenf t�ie consequences of the existence or location of the LTnderground Facility. Cantz�actar shall be responsible for the safety and protection of such discovered Underground Facility. 4.05 2. If City concludes that a change in the Contract Documents is required, a Chang� Order may be issued to re�lect and document such consequences. 3. Verification of existing utilities, stxuctures, and service lines shall include notification of all utility companies a minimum of �4$ hours in advance of construction including explaratar}� excavation if necessary. Refere�ace Points� A. City shall pro�ide engineering surveys to establish reference points for construction, which in City's judgment are necessaty to enable Contractor to proce�d with the Woxk. City will provide construction stakes or other customary methnd of marking to establish line and grades far raadway and utility construction, centerlines and benchmarks for bridgework. Contractor shall protect and preser�e �he established reference poznts and property monuments, and skall make no changes or relocations. Contractor shall report to City whenever any reference point ar property rnonument is Iost or destroyed or requires relocatian because af necessary chariges in grades nr locations. The Ci#y shall be responsible for the repIacement or relocation of reference points or property manumenis nat earelessly ar willfully destroyed by the Cantractor. The Contractor shall notify City in advance and with suff cient time to avoid delays. B. Whenever, in the opinion of the City, any reference point or mon�ament has been carelessl� pr willfully destroyed, disturbed, or removed by the Contractor or a�7y of his employees, the full cost for repIacing such paints plus 25% will be charged against the Contxactor, and the full amount will �e deducted fro�n payrnent due the Coe��ractar. 4.06 Hazardous Environme�atal Conditian at Site A. Reports ancl DNawings.� The Supplem�ntary Condiiions identify those reparts and drawings known to City relating to Hazardaus Environnnental Conditions that ha�e been identified at the Sit�. B. Lirnited Reliance by Contractor on Technical Data Authorized.' Contractar m.ay rely upon the accuracy of the "techn'rcal data" contained in suc� reports and drawings, bufi such reports and drawings are not Contract Documents. Such "technical data" is identifed in th� Supplementary Canditions. Contractor r�aay not rn.ake any Contract Claim against City, or any of tl3eir off'icers, directors, members, partners, employees, agents, cansultants, or subcontiractoz•s with arespect to: 1. the completeness of sueh reports and c�rawings for Contractor's purposes, including, but r�at limited ta, any aspects of �he m.eans, methods, techniques, sequences and pracedures of C1TY OF FORT WORTII 2022 QWDG� R�HABILITATION CONTRACT 1 STANDARD CON51TtUCTION SPECIFICATTON DOC[INiENTS City Project No. 1p3454 Itevisiun: 8l2312U2! oa �z aa - i GENERAL CON�ITIOidS Page l5 of63 construction �o b� emplayed by Cantractor and safety precautions and prograins incident fhereto; or 2. oi�er data, ir�terpretations, opinions and infoar�aation contaznec� in such reports or shown or indicated in such drawings; ar 3. any Contractor interpr�tation af or concIusion drawn from any "technical data" or any such other data, interpretations, opinions or information. G Cantrractor shall not be responsible for any Hazardous Environmental Candition uncovered or revealed at the Site which �was not shovvn or indicated in Drawings or Spacifications or identified in ihe Contract Documents to be within the scope ofthe Work. Contractor shall be responsible for a Hazatdous Environmental Co�dition ereated with any materials brought to the Site by Contractnr, Subcontractars, Supptiers, or anyane else for whom Cantractor is r�sponsible. D. If Contz•actor encoUnte�s a Hazardaus Envi�•on�x�ental Conditian oz� if Contractor ox� anyone :foc whoin Cont�aetar is respansible creates a Haz�rdous Environmenta1 �anditian, Cantractor shall unmediately: (i) secure or otherwise isolate such condiiion; {ii) stop all Work in connection vvith such condition and in any area affected thereby (except in an emergency as required by Paragraph &.17.A); and {iii} notify Cifiy {and proinptly tl�eeeafter canfirin such notice in writing). City may consider ihe necessity ta retain a quali�ied expert to evaluate such conditiion or take corrective action, if any. �. Contractor shall not be required to resume Work in connection with such condition nr in any affected area until ai�er Ciiy has obtaineci any required permits related thereto and delivered r�ritten natice to Cantractor: (i) specifying that sucl� condition and any affected area is ar has been rendered suitable �or the resumption of WorIc; or (ii) specifying any special canditions under which suclz Warlc may be resumed. �'. If a$er receipt of such written nafiice Contractor does nat agree to resume such Work based on a reasonable bali�f it is unsafe, or does not agr�e to resurne such Work Under such s�enial conditions, then City may order the portion of tne Worls that is in the area affected by such condition ta be deleted fram the Wark. City may have such deieted partion of the Wark perfarmed by City's awn farces or others. G. To the fullest extent permitted by Lcnvs and Regulations, Contractor shall inde�nn� and hol�l harmless City, from and against all clairta�s, costs, losses, and daryeages (including �iut not litnited to �ll fees and chaNges of engirreers, archatects, attorneys, and other p�ofessional�s and all court or arbit�atian or otlaer dispute resolutian costs) at�isang out of or �elating to tt Hazc�rdaus Environ�nental Cotadation created by Contr�actor or by anyone for vvhom Cont�actor as r�span�ihle. Nothing in this Par�ag�aph 4. 06. G shall obligate Coratractar to indemn� any individual or entity ft�am cznd agaanst the cansequenees of that individual's or entity's own negligence. H. The provisions of Pa�agraphs 4.02, 4.a3, and 4.04 da not apply io a Hazardous Environrr�ental Condition uncavered or revealed at the S�ite. CLTY OF FOR'I' WORTH 2O22 SRIDGE REHABILITATION CQNTRACT 1 STANDARD CON$TKllCTION SPECIrICATION! DOCUME�fTS City ProjectNo, 103454 Revision; 8/23/2021 oanaa-i GENERAL CONDITIONS Page i6 ofG3 ARTICLE � — BONDS AND IlVSURANCE 5,01 �icensed Surettes and Insure�s 5.02 5.03 All bonds and insurance required by the Contract Documents to be purchasad and maintained by Contractae shall be nbtained from sui�ty or insu�•ance companies that are duly 1'rcenseci or autl�oi•ized in the State of Texas io issue bonds or insurance pnlicies %r the limits and caverages so requized. Such surety and insu�ance cotnpanies shall also meet sUch additional requirements and qualifications as may be provided in the Supplementary Gonditians. Per�farmance, Payment, and Maintenance Bonds A. Contractor si�all furnish performance and payment bonds, in accordance with Texa,s Go�ernment Code Chapter 2253 or successor statute, each in an amount equal to the Coniraet Price as security for tk�e faxthful pecformance and payment of a11 of Contractor's obligations under the Gontract Documents. B. Contractor shall furnish maintenance bonds in an amount equal to the Contract Price as security to ptotect the City against any defects in any portior� of tl�e Work descr�hed in the Cantract Dacuments. Maintenar►ce bonds shall remain in effect for iwo (2) years after the date of Final Acceptance by the City. C. All bonds shalI be in t�e fotrn prescribed by the Contract DocUrxients except as provided oiherwise by Laws or Reguiations, and shall be executed by such s�areties as are named in the list o� "Cor�panies HoIding Certifcates of Authority as Acceptable Sureties on FederaI Bonds and as Acceptable Reinsuring Companies" as published in Circular 570 {amenc�ed) by the Financial Management Servic�, Surety Bond Branch, U.�. Department af tlle Treasury. A13 bonds signed by an agent or attorney-in-fact must be accompanied by a sealed and dated pawer of attorney which sha11 show that it is effective on the date the agent ar attorney-in-faci signed each hoi�d. D. If the surety an any bQnd furnished by Contractor is declared barilcrupt ar becames insalvent or its right to do business is terminated in the Sta.te of Texas or it ceases to nneet the requirements of Paragraph SA2.C, Contractor sha31 promptly notify City and shall, withiri 30 days after fhe event giving rise to such natification, provide another bond and sui�ety, boih of r�vhich shall compIy �vith the requirements of Paragraphs 5.01 and 5.02.C. CeYtaficates af Insurance Contractor shall deliver to City, with nopies to each additional insured and loss payee identif ed in the Suppleznentary Conditions, certi�cates of insurance {oth�r e�idence of insurance requested by City or any other addiiional insured) in at least the minimum amount as speci�ad in the Supplementary Conditions vc�hich Contractor is required ta purchase and maintain. 1. The certificate of insurance shalI docurrient the Ciiy, and all idenfiified entities nained in the Supplerzaen.tary Conditions as "Additional Insured" on all liability policies. CI1'Y OF FORT WOItTH 2O22 BRIDGE REHABIL[TATION COTITRACT l STANDARD CONSTRiEC1'iDN 5PECIFICATION DpCUN[E�;NT5 City Project No. 103454 Revision: 8/23/2021 ao�2ao-� GENERA� CONDITIONS Pagc 17 ofG3 2. The Contractor's gene��al Iiability insurance shal] inelude a, "per project" or "per Iocatian", endorsement, which shall be identified in the c�i�tificate of insurance prpvided to tha City. 3. The cer�i�'icate shall be signed by an agent authorized to bind coverage on behalf of the insured, be complete in its et�ti��ety, and show co�nplete insurance carrier names as listed in the current A.M. Best Property & Casualty Guide 4. The insurers for a11 policies must be licensed and/or appra�ed to do business in the Staie of Texas. Except foz� woz�kers' coxnpensation, all insurers rnust have a miniinurn rating of A-: VII in the current A. M. Best Key Rating Gutde or have r�asonably equivalent financial strength and solvency tn the satisfaction of Risk Management. If the rating is below that reqUired, written approval af City is required. S. All applicable palicies shall include a Waiver oi Subrogation (Rights af Recoveryj 'rn favor of the City. In addi�ion, the Contractor agrees ta waive all rights of ,�ubrogation against the Engineer {if applicable), �nd each addit�onal insured identified in the Suppleinentary Conditions 6. Failure of th� Ciiy to de�nand suah cer�ificates or other evidence of full compliance wiih the insui�ance requirements or failui°e af the City to identify a deficieiacy from evidence that is provided shall nofi be construed as a waiver of Cnntractnr's obIigation to maintain such lines of insurance eoverage. 7, If insurance policies are nat wri�ten %r specified covera.ge limits, an Umbrella or Excess Liability insurance for any differences is r�quired. Exc�ss LiabiIiTy shall foIIov�v forrn of the primary coverage. 8. Unless otherwise stated, all required insurance shall be written on t�e "occurrence basis". Ii coverage is underwritten on a ciaims-made basis, the reiroactive date shall be coincident with oi• priar to the date of the effective date of the agreernent and the certificate af insurance shall s#ate that the coverage is claims-made and the retroactive date. The insurance coverage shall be maintained for the duration of the Cantract and for three (3} years following Final Acceptance provided undea• tk�e Conta•act Caocun�ents oa� for the �varranty period, whichever is langei•. An annual certificate of insurance submitted to th� City shall evidenca such insurance coverag�. 9. Policies shall have no excIusions by endorsements, whic�, neither nullify ar amend, the required Iines of caverage, nor decrease the limits of said cove��age unless such endorsaments are approv�d in writing by the City. In tl�e event a Cont�•act has been hid or executed �nd the exclusions are determined to be uaacceptable or the City desires additional insurance ca�erage, and the City desires the contractor/et�gineer to obtain such coverage, the contract price shall be adjusted by thc cost of the premium for such additianal coverage plus 10%. I0. Any self-insured retentian {SIR), in excess of $25,000.00, affecting required insurance caverage shal� be approved by tha City in rcgards to assat valua and stoc�cholders' equity. In C1TY OF FORT R�'ORTH 2Q27 BRIBGE REHABILITATION CONTRACT 1 STAiJDARD COTlS'fiZilC'CIQN SPECIFLGATiON 17QCi3MENTS City Project Na. ia345h Revision; 8/23/2021 007200-1 GENERAL CflN�ITIDNS Page ] 8 of 63 lieu of traditional insurance, alternative coverage maintained throtigh insurance pools or ristc retention graups, inust also be appro�ed by City. 11. Any d�ductible in excess of $5,000.00, for any policy that does not pro�ide coverage on a �rst-dollar basis, must be acceptable to and appraved by the City. I2. City, at its soie discretian, reserves ihe right to review the insurance requirements and to make reasoa�able adjustments to insurance coverage's and their liinits when deemed nece�sary and prudent by the City based upon ehanges in statutary law, cour� decision or the claims history of the industry as well as of the contraciing party to the City. The City shall be required tn provide prior notice of 90 days, and the insurance adjUstments shall i�e incorporated into the Work by Char�ge Order. 13. City shall be enti�led, upan written request an.d without expense, to receive copies of policies and endorsements ihereto and rnay rna�ce any reasonabla requests for deletion or revision or modiiications of particular policy terms, conditians, limitations, or exclusions necessary to canfarm the policy and endorsennents to the requirements of the Conhact. Deletions, revisions, or modifications shall not be required where policy provisions are established by iaw or regulations binding upon either pariy or the underwriter on any such policies. 14. City shall not be responsible %r the direct payment of insurance premium casts �ar Coniractor's insurance. 5.U4 ContractaY's Insurance A. Workers Compensation and Employe�s' Liabilily. Contractor sh�.lI purchase and maintain such insurance coverage with limits consistent with statutory b�nefits outlined in the Texas Workers' Compensation Act {Texas Labor Code, Ch. 406, as amended), and minimum limits for Employars' Liability as is appropriate %r the �Nork being performed and as will pravide protection frotn claims sei forth below which may arise out of or resul� from Contracior's performance of the Wark and Contractar's other obligations under the Contract Daeu�nents, whetl�er it is to be perforrned by Contractor, any �ubcontractor ar Supplier, ar by anyone directly or indirectly employed by any of them to perform any of the Worl�, or by anyone far whose acts a�ny of thenra nnay be liable: 1. claims under workers' compensatian, disability benefts, and oth.er similar ez�ployee beneiit acts; 2. claims far damages because of bodily injury, occupaiiona.l sicIcness or disease, ar death of Contractc�r's employees. B. Corramercial Ge�aer�ai Liability. Coverage shall include but not l�e lii�aited to co�ering liability {bodiIy injury or property damage) arising from: premises/operations, independent contractors, products/completed operations, persor�al injury, and Iiability under an insured contract. Insurance shall be pra�ided on an occura•e�1ce basis, and as comp�•ehensive as the current Insurance Services Dffice (I5Q) policy. This insurance shall apply as primary insurance with respect to any other CT'1'Y OF FORT WdK1"H 2�22 BRIDGE RCHA�I41TAT10N CONT[iACT I STANDARD CONBTRUCTIOIV SPECIFICATIbN DOCIIM�NTS City Project No. I03454 �teYision: 8/23/2021 00720D- l GENERAL COIVDITIONS Page 19 oi 63 insurance or sel£ insurance prograzns afforded ta the City. The Connnrzercial General Liability policy, shall hava no exclusions by endorseinants that would alter of nullify premises/aperations, products/completed operatians, contracival, persanal injury, or advertising injury, which are normally contained vvith the policy, unless the City approves such exclusions in w�'iting. For cQnstruction projacts that present a substaniial completad operation expnsure, �-ie City may req�aire the contractor to maintain completed operations Goverage far a mir�imum of no less than three (3) years following the completion of the project (if identified in the Supplementary Conditions). C, Automobile Liability. A cornmercial business aut� policy shall provide coverage on "any auto", detined as autas owned, hired and nnn-ownad and provide indemnity for claims for damages because bodily injury or death of any person and or� p��opeity damage a�•ising aut of the worlc, �naintenance or use af any inotar vehicle hy the Contractar, any Subcantt•actor or Supplier, or by anyone directly or indirect�y employed by any of them to perform any of the Wo�•k, or by anyone for whose acts any af them may be liable. D. Rqil�oad Proteclive Liability. If any of the work ar any wari•anty woric is within the limits of railroad right-of-way, tha Contractor shall comply with the requiraments identifed in the Supplemeniary Conditions. E. Not fication af Polic� Cancellatio�t: Contraei:or shall immediately natify City upon cancellation or other loss of insurance covei�ge. Contractor s11a11 stop work until replacemeni insuranca has been procured. There shall be na time credit far days nat worked pursuant to this section. 5.05 A�ceptance of Bonds and Insurance; Option to l�eplace If City has any objection to the coverage afforded by or other provisions of tha bonds or insurance required to be purchased and maintained by the Contractor in accordance with ArticIe 5 on the basis of non-con%rmance witI� the Contract Documents, th� Cifiy shall so noiify th� Contractor in writing within 10 Business Days after receipt of the certificates (or othe�• evidence requesied}. Contractor shalI provide to the City such additional information in respect of insurance provided as the City may reasonabIy request. If Con��actor does not purchase or inaintain all ofthe boncis and insurance required by the Contract Documents, the Ciiy shall notify the Contractor in wt-iting 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 Supervisio� and Superi�teradenee A. Contractor shall supervise, inspect, and direct fihe Work eompefently and eff ciently, devoting such attention thereto and applying such skills and expet�ise as may be nacessary to perfarm the Worlc in accordance with the Conti°act Documents. Contractor shall be solely responsible for the means, methods, technic�ues, sequences, and procedures o�construction. CITY OF FORT WORTH 2O22 BRIDGE REHABILITATION CONTRACT l STANDATi.i] COI�CSTRlICTIUN SPECli'ICATFON aOCUMC]+1T5 City Praject No. 1034SA Revision: 8/23/2021 oa �2 00 - i GEN�F2AL CONDITIONS Pxge 20 of 63 :1 6.03 B. At all tirnes during the progress of the Worlc, Contractar shall assign a cnmpetent, English- spealcing, Superintendent wha shall nat be �•eplaced without written notice to City. The Supe�intendent will be Con�ractor's representative at the Site and shall have authority to act on behalf af �antractor. All communication given to or r�ceived from the Superintendent shall be binding Qn Conh•actor. C. Contractor shall notify the City 24 hours prior t� inaving areas during the sequence of construction. Labor; Worki�ag Haur•s A. Contractor shall provide compatent, suitably qualified pe�•sonnel to perform canstruction as required by the C�ntract Document,�. Contractor shall at a11 times inaintain good disciplin� and order at the S it�. B. Excepti as otherr�vise reqvired for the safe�y or protectian af pers�ns or the Woz`k or property at the Site or adjacent thereio, and except as otHerwise stated in the Contract Documents, all Wo��k a� the Site shall be performed during Regular Working Hours. Contractor will not permit the performance of Vl�ork beyand Regular Working Hours or for Weekenci Worl�ing Hours r�vithout City's written consent (which will not be unreasonably withheld). Written request (by letter or electronic eommunication) to perform Worlc 1. for beyond R.egular Warking Hours request must be made by noon at least two (2) Business Days prior 2. for Weekend Worl�ing 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 �he legal holiday. Ser�vices, N�ate�ials, and Equi�ment A. Unless otherwise specified in the Contract Documents, Contractor shali provide and assume full responsibility for all services, materials, equipment, lahor, transportation, construction equiprnent and machinery, tools, appliances, fuel, power, light, heat, telephone, water, sanitary iacilities, temporary faciliiies, and al� other facilities and incidentals necessary for the performance, Contractor required testing, start-up, a.nd completion of the Work. B. A11 materials and equipment incorporated inta tlae Warlc shall be as specified or, if not speci�ed, shall be of goad quality and new, except as otherwise provided in the Cantract I7ocuments. All special warranties and guarantees required by the Specifications shall expressly r�an to the benefit of City. If rec�uired by Ci#y, Contractor shall furnish satisfactory evidence {including repor�s of required tesfis) as to the source, kind, and quality of matexials and equipment. CITY OP CORT WQI2TH 2O22 BRIDGE REHABILITATION CaNTRACT 1 STANDARD CONSTRUC'11�N SPHCIFICATION DdCUMENI'S Ciry ProjectlVn. 103454 Revision: 8/23/2021 OU720�-] GENERAL CONDiTIONS Page 2 l af 63 6.p4 C. All materials and equipment to be incorporated into fhe Work shall be stored, appIied, installed, �onnected, erected, protected, used, aleaned, and conditioned in accardance with instructians oF Yhe applicable Suppliar, e�cept as otherwise may be provided in the Cantract Documents. D. All items of standard equipment to be incarporated into the Work shall be ihe latest inodel at the time af �id, unfess otherwise specified. P�oject Schedule A. Contractor shall adhere to tl�e Project �chedule established in accordance with Paragraph 2.07 and the General Reyuirements as it may be adjusted from tiine to time as provided below, Contractor shall subrnit to City for acceptance (to the e�tent indicatec� in Paragraph 2.07 and the General Requirements} propased adjustments in the Project ScheduIe that will not result in changing the Cont�act Time, Such adjustments will comply with any provisions o� the General Requirements applicable thereio. 6.05 2. Contractor shall subrr�it to City a monthly Project Scl�edule with a monthly pragress payrnent for the duration of the Cantract iai aceordance with the schedule specification O1 �2 16. 3. Proposed adjustments in the Projec# Schedule that wiIl change the Contraet Time shall be sub�nitted in accordance witk� the reguirements of Article 12. Adjustments in Cox�t�act Tixne inay only be made by a Ci�ange Order, Suhsirtutes a�d "Or-Equals" A. Whenever an item af material or equipment is specified or described in the Cantract Documenis by using the name of a pt•oprietary itern ar the nam� of a particular Supplier, the specificatipn ar description is intended to establish the type, function, appearance, and quality required. Unless the specif cat�on or description contains pr is followed by words reading that no like, equivalent, or "or-equal" item or no substiiution is parmitted, other items of material or equipment of other Suppliers xnay be s�bn�itied to City for re�iew under tlae ciz-cumstances described below. "Or Equal" Items: If in City's sale discreti�n an item af material or equipment proposed by Contcactar is funetionally equal to that named and suf�ciently similar so that no change in related Worlc will be required, it may be considered by City as an "or-equal" item, in which case review and approval of the praposed ite�n may, in City's sole discretian, be accarnplished withoul: coinpliance with soine or aIl of tihe requirements for approval of proposed substitute itetns. For t1�e purposes of this Paragraph 6.OS.A.1, a proposed it�m of material or aquipment will be considered fiu�ctionally equal to an item so named iF a. the City c�etermines that: l) it is at least equal in �naaterials of construction, quality, durability, appearance, strength, and design characteristics; CITY OF FORT WORTH 2O22 SRIDG� I2EkIABI[.ITATiON COIVTRACT I STANDAitD CONSTRUGI'1QN SPEGIFTCATION DQCUMENT3 Ciry Project No. 103454 Revision: 8/23/2021 DO72U6-I GENERAL COIVDITEONS Page 22 of G3 2} it will reliabIy� perform at least equally well the function and achiev� the results iinposed by �he design concept of the connpleted �'�•oject as a functioning whole; and 3) it has a pro�en record of perforrnance at�d availabiIity oi responsive service, �.nd b. Contraetor cer�i�es ihai, if appt•oved and incarparated into the Wor1c: 1) there vSrill be no increase in east to tl-�e City or increase in Contract Tiine; and 2) it wilI conform substantially to the detailed tequirernents af the iterr� narr�ed in the Coniract Documents. 2. Substitute Items: a. If in City's sole discretion an item of ma�eria! ar equipment proposed by Contractor does not qualify as an "or-equal" item under Paragraph 6.OS.A.1, it may be subr�aitted as a propos�d substitute iiem. b. Contractor shalI submit sufficient information as provided b�low to allow City to detarmine if the item af material or equiprnent prvposed is essentially eQuivalent to that named and an acceptable substitute therefor. Requests for review af proposed substrtute itenas o� material or equipment vvill not b� accepted by City fram anynne ather than Contractar. c. Con�ractor shall make written application to City for review of a proposed substitute itein of material or equiprnent that Contractor seeks to furnish or use. The application shall comply with 5ection O1 25 00 and: 1) shall ccrtify that the proposed substitute item wil�: a) parform adequaialy the fun�tions and achie�e the results calIed for by the general design; b} be similar in substance to that specified; c) be suited ta the sa��ne use as that specified; and 2) will state: a) the extent, if any, ta which the use of ihe proposed substitute iterr� will prejudice Contractor's achievement of final completion on tim�; b) whether use of the proposed �ubstitute item in ihe Wark will require a change in any of the Cor�tract Documents (or in the provisions of any other direct contract with City for other work on thc Project) to adapt the design to the propased substitute item; CITY OF FORT WORTH 2O22 BRIDGE REHABILITATId7V CQiV'TRACT 1 STANDAIt� CONSTRUCTI�N SPECIFICATION IJOCUMEN'CS City Praject No. ] D34S4 Revisio�r 8/23/2021 oa �z ao - E GENERAL CONDITIONS Page 23 of 63 c} whether incorporation or use of the p��aposed substit�te item in cannection with the Work is sUbject to payrnent of any license fee or royalTy; and 3) will identify: a} all �ariations of the proposed substitUte item from that specified; b) available engineering, sales, maintenance, repair, and i•eplacement services; and 4) sha11 contain an itemized estirnate of all costs or credits that wi11 result directly ar indirectly from use of such substiiute item, including costs of redesign and Da�nage Claims of other cantractars affeeted by any resulfiing change. B. Substit�te Construction Methods a� Pr�acedures: If a specific means, meihod, technique, sequence, or procedure of constrUction is expressly required by the Contract Documents, Contj•actor may fiunish or utilize a substitui:e means, methad, technique, sequence, or proceclure of construction approved by City. Contractor shall submit slif�cient information to allow City, in City's sale discretian, to dete��aine that tlae substitute p�oposed is equivaIent to that expx�essly called for by fihe Contract Documents. Contractor shall make written application to Cifiy for review in the same manner as those provided in Paragraph 6.OS.A.2. C. City's .�valuation: City will be allowed a�•easonable tirne within wlaich to evaluate each proposal ar submittal made pursuant to Paragraphs 6.OS.A aild 6.OS.B. City may require Contractor to furnisll additional data about the proposed substitute. City will be the sole judge of acceptability. Na "or-equal" pr substitule will be ordered, installed or utilized until City's review is complefie, which wiI1 be evidenced by a Changa Order in the ease of a substit�ate and an accep�ed Submittal far an "or-equal." City will advise Contracior in weiting of its determination. D. Speci�l Guarantee: City may require Contractar to fw'nish at Contractor's expense a special perfarmance guarantee, warranty, or other surety with respect to any suhstitute. Contracto� shall indemn� and hodd har�less City and anyarte di�-eclly or indirectly employeci by therrt fra� and against any and all clai�rzs, damages, losses and experases (including aCto�neys fees) arising out of the use af substituted mateYials ot� equipme�t. E. Cily�'s Cost Reitnbursement: City will record City's costs in evaluating a substitute proposed or suba�.itted by Contractor pursuan.t to �az�agraphs 6.05.A.2 and 6.OS.B. Whether or not City approves a substitute so praposed or submitted by Contractar, Contractor inay be required to reimburse City for eva�uating each such proposed substitute. Contractor inay also be required to reimburse City for the charges for making changes in the Contract Documents (or in the pravisions af any other direct contract wiih City) resultit�g from the acceptance of e�ch proposed substitute. F. Coniracior's Expense: Contractar shall provide all data in support of any proposed substitute or "or-equal" at Cantracfiar's expense. CI"I'Y O�' �'pRT WOTZ7'H 2O22 BRIDGE REHABILITATIQI+! CONTRACT 1 STAIYDARD CONSTRUCT[ON SP�CIi'ICATION DdCUM�NT5 City Prnject Na. 103459 Revision: 8/23/2021 0072OD-1 GENERAL CONDI7"IONS Page 24 of 63 • 1a G. Ciiy Substitute Reimbu�serr�ent: Gosts (savings or charges) attributable to acceptance of a substitute shall l�e incarparated �o the Contract by Change �rder. H. Time F.�'tensions: No additional time will be granted for substitutions, Cancerni�ag Subcontracto�s, Suppliers, and Others A. Contractor shalI perform with his own organization, work of a value nnt less than 35% of the v�lue embraced on the Contract, unless otherwise approved by the City. B. Contractor shall not ernploy any Subcontraetor, Supplier, or other inciividual or entity, whether initially or as a replacerr�ent, against whom City rnay have reasanable objection. Co�tractor 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 ta City as indicated in Parag�•aph 6.06.C). C. The City may from time to time require t�e use of certain Suboantractors, Suppliers, ar othex• individuals or entities on the project, and wi11 provide such requirements in the Suppleinentary Conditions. D. MinoYiiy Business Enterprise Complaarace: It is City policy to ensure the full and equitable participation by Minority Business Enterprises (MBE) ir� the procurerrzent of �oods and servic�s on a cantractual basis. If the Cantract Documenfis pi•ovide for a MSE goal, Canhactor is required to comply with the intent of t�e City's NIBE Ordinance (as amended) by the follovving: ]. Contraetor shall, upon request by City, provid� complete and accurate information regarding actual work perFormed by a MSE an the Coniract and payrnent therefar, 2. Contractor will nat make additions, deletions, ar substitutions of accepted MBE without written consent of the City. Any unjustified change or del�tion shalI b� a mat�rial breach of Contract and txiay result in debarment in accardance with the procedures outlined in the Ordinance, Contractor shalI, upon request by City, allow an audit andlar examination af any books, records, or files in the possession of the Contractor �hat wiIl substan�iate the actual work perfor�ned by an MBE. Material misr�presentatian of any nature will be grounds for terminatian of tha Contract in accordance with Paragraph 15.fl2.A. Any such misrepiesentation may be grounds for disqualification of Contractor to bid on future contracts with the City for a period of r�ot less t�►an three years. E. Contractar shall be fully responsible to City for all acts and omissions of the Subcontraciors, Suppliecs, and other individuals or entities pezforming or fi�rnishing any of the Wark just as C�ntractor is responsible for Contracfior's own acts and omissions. Nothing in the Contract Documents: CI"i'Y OF POI2T WORTI�I 2022 BRIDGE REHABILITATIOIV C�NTRACT 1 STANDARb CON3TitUCTION SPECIPICATION DOCUMENTS City Project i�o. 103454 �EVIS1O13; �3��21 UQ7200- 1 GENERAL CDNDITIONS Page 25 offi3 6.D7 1. shall create far the bene�t of any suoh Subcontractor, �upplier, or otn�r individual or entity any cont�actual relationship �etween City and any such Subconta•actox, SLipplier or ather indivicival or entit�; nor 2. shall create any obligation an the part of City to pay or to see to the payment o� any mane�s due any s�ach Subcantractor, Supplier, or other individual or entity except as �nay otk�erwise be required by Laws and Regulations. F. Contractar shall be solely responsible far scheduling and coordinating the Worlc ofSubcontractors, �uppliers, and ather individu�ls or entities perforining or furnishing any of the Warlc under a direct or indirect contract with Contractor. G. All Subcontractors, SuppIiers, and such other individuals or entities performing or furr�ishing any ofthe Work shall cammunicate with City th��ough Contractor. H. All Worlc perforined far Con�ractor by a 5ubcont��actor or SuppIier will be pursuant to an appropriate agreemant b�tween Contractor and the Subcantraci�r or Supplier which specifically binds the Subcontractor or Supplier to t�e applicable terms and conditians of the Contract Documents far the benefit of City. �age Rates A. Duty to pay PYevailing Wage Rates. The Cantractor shall comply with alI requirements of Chapter 2258, Texas Government Code (as amended), including the payment of not less than the rates determined by ihe City CounciI of the City of Fort Wori� to be tha prevailiilg wage rates in aacordance witlt Chapter 2258. Such prevailing wage rates are included in these Contract Docuinents. B. Pencrlty far Violatzon. A Cantractor or any Subcont�•actor who does not pay the prevaiIing wage shall, upon demand rr�ade by the City, pay to the Ciiy $60 for each v�rarker employed for each caler�dar day or part of the day that the worker is paid less than the prevailing wage rates stipuIated in these cant�act documents. This penalty shall be retained by the City to offset its administrative casts, pursuant to T�xas Gavernment Code 2258.Q23. C. Complaints of Violattons and City D�terrrtrnatio�a. of Good Ccruse. On receipt of information, including a com.pIaint by a worker, concerning an alleged violation of 2258.023, Texas Go�ernm�n# Code, by a Contractor or Subeantractar, the City shall malce an initial determination, before tlae 31 st day after tlae date the City recei�es the inforination, as to whether gaod cause exists to believe that the violatian occurred. Th.e City shaIl notify in writing the Contractar or Subcont��actor and any afF'ected wnrk�r of its initial deiermination. Upan the City's deiei7nination that there is good cause to believe the Contractor or Subcontractor has vioIated Chapter 2258, the City shalI retain the full amounts claimed by the claimant or claimants as the difference b�tween wages paid and wages c�ue under the prevaiIing wage rates, such amounts being subt7racted fro��n successive progress payment� pending a final deterinination of the violation. C1TX dF FORT WORTH 2O22 BRIDGE REHABILITAT[QN CONTRACT 1 STANDAItD Cp3YSTRUCTIp1� SPECIFICATIpN DpCUMENI'S Cily Praject No. [03454 Revisian: 8/23/2021 oorzao-� GENERAL GONDITIONS I'age 26 of G3 .IS D. Arbitration Required if Violation Not �Zesolved. An issue relating to an alleged vio3ation of Sectian 2258.023, Texas Goveinment Code, including a penalty owed to the City or an affected worker, shall be subrnitted to binding arbitration in accordance with the Texa� 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 6efore the 15th day after the date the City makes its initial determination pursuant tn I'aragraph C above. If the persnns requii•�d in arb'rtrate under this section do not a�ree on an arbitrator before the 11th day after the date that arbitration is required, a district cou� shall appoint an arbitrator on the petition of any of the persons. The City is not a party in the arbih•a�ion, The decision and �.ward of 1he arbitrator is final and binding on al1 parties and may be erlfarced in any court of competent jurisdiction. �. Records to b� ll�fr�intained. The Contractor and each Subcontractor shall, for a period oP three {3) years following the date o� acceptance of the `uoric, maintain records that show (i) the name and occupation of each warker em.ployed by the Contractor in the construction of the Worlt pravided for in this Con�ract; and (ii) ihe actual per diem wages paid to eaeh wnrker. The racords shall be open at all reasonable hours for inspaction by the City. The provisions of Paragraph 6.23, Right to Audit, shall pertain to this inspection. F, Ppogress Payments. 1�ith each progress paymen� or payroll period, w�ichever is less, ihe Confiractor shall submit an afiidavit stafiing ihat the Cpntractor has complied with the requirements of Chagter 225 S, Texas Government Code. G. Posting of Wage Rate�s. The Contractor shaIl post prevailing wage rates in a conspicuous place at al! times. H. Subcontractor Compliance. The Contractor shall include in its subcpntracts and/or shall otherwise require all of its Subcontractors to comply with Paragraphs A through G above. Patent Fees arad Royalties A. Contaactor shall pay all license fees and royalties a�d assurrxe alI costs incident to the use in the pea-£oz'txiance of the Work or tha incorporation in the Work of any invention, design, process, product, or devic� which is the subject of patent rights or copyrights hald by crthers. If a particular invantion, design, pracess, praduct, or device is specified in the Contraci Documenis for use in the performance of the Work and if, to the actual knowledge of City, its use is subject to patent rights ar copyrights calling for the payment af any license fee or royalty to others, til� BXL5tEl10E Of SUC}i rights shalI be disclosed by City in the Contract Dacuments. Failure of the City to disclose such info�rnation does not relieve the Contractor from its obligations to pay for the use of said fees or royalties to others. B. 7'a the fullest extent permitted by Laws c�nd Regulatioras, Cont�actor shall indemnify and hold hartnless City,,f�om and against all claims, costs, Iosses, and darnages (including b�t not limitec� to all fees and cha�ges of enginee�.s, architects, attoNneys, and otheY pYofessionals and all caacrt or arhit�ation o� other dispute resolution costs) arising out of or relating to any infi^ingement of patent �ights oY capy�aghts incident to ihe use in the performance of the WoNk or resulting fro�n CITY OF FORT WORTH 2O22 BCZT77GE TZEHABILITATION CO�ITI2A�T l STANDAI�D CON57TtllC'ITON SPECIFICATION DOCUNIENTS City Pro}ect ]rfa. 103454 Revision: 812312Q21 aonaa-i GEiVERAL CONDITIONS Page 27 of 63 ihe incorporation in the Work of any invention, design, pNoce�ss, product, or device not specified in the Contract Documents. 6.09 Permiis and Utiliti�s A. Contractor obtained perrnits and licenses. Contractor shalI obtain and pay for aIl construction permits and licenses ez�cept thosa provided far in the Supplementary Conditions or Contraci: Dacumants. City shal] assist Contractor, when necessary, in obtaining sucl� permits and license�. Contractor shall pay all goveinrnental char�es and inspecfion fees necessary %r the prosecutian of the Wnrk which are applicable at the tinne of open.ing of Bids, ar, if there are no Bids, an the Effective Dat� of the Agreement, except fox perrnits provided by t1�e City as speci�ed in �.09.B. City shaIl pay all charges of utility ownei�s for connections far providing pert�an�nt service tn th� Work. B. City o�tained per�nits and lice�ses. City will abtain and pay for all permi�s and licenses as provided for in the Supplementary Conditions oY� Cont�act Documents. If wiIl be fHe Contractor's responsibility to carry out the pro�isions of the perznit. If the Contractor initiates changes to the Cantraci and the City approves the changes, the Contractor is responsible for abtaining clearances and coordinating with the appiropriate regulatory agency. The City will not reimburse the Contractor for any cost associated with these requira�nents of arzy City acquired permit. The following are permits the City will obtain if rac�uir�tl: 1. Texas Departrrxent of Transportatio�t Permits 2. U.S. Ar�ny Corps of Engineers Per�nits 3. Texas Com�nission on Environmcnta] Quality Per�nits 4. Railroad Company Permits C. Outstanding per�its and licens�s. The City anticipates acquisition of and/or access to permits and licenses. Any outstanding perrnits and licenses are anticipated to be acquired in accardance vtirith the schedule set fortl� in the Supplementa��y Cor�ditions. The Project Schedule subrniited by the Contracfiar in accordance with the Contract Documents aix�ust cansider any outstanding permits and licenses. 6.10 .La�s and Regulations A. Contractor shall gi�� all notices required by a�d shall comply with aIl Laws and Regulations applicable to the performance of the Work. Except where ofil�erwise expressIy required by applicable Lavvs and Regulations, the City shaIl not be responsible for manitoring Coniractor's cornpliance wifih any Laws or Regulations. B. If Contractor performs any Worlc knowing or having reason tQ know that it is contrary to Laws or Regulations, Contractor shall bear all cIaims, costs, Iosses, and damages (ineluding but not limit�d to all fees and chai•g�s of �ngineers, architects, attorneys, and other p�•ofessionals and all C1TX QP FORT WORTH 2O22 HRIDGE I2EHABII,ITATION COIVTRACT 1 STANDARD CONSTRUCTION SPECIFICATlOh1 DOCUMEN'1'S City Project No. 103454 Revision: 81231�021 aQ7zao-� GENERAL CONDETIONS Page 28 of 63 court or arbitration or other dis�ute resolution costs} arising out nf nr relatin� to such Work. However, ii s�all not be Contractor's responslbility to make certain that the Specifications and Drawings are in accordance witih Laws and Regulations, but fihis shaIl not relieve Cont�actor af Contractor's obligations under Paragraph 3.02. C. Changes in Laws or Regulations not known at the time of apening of Bids having an effect an the cost or time oiperfoimance of the Warlc may be the subject of an adjustment in Contract Price or Contract Time. G. ] l Taxes A. On a contract awarded by th� City, an organization which qualifies For exemption pursuant to Texas Tax Code, Subchap�er H, Sections 1 S 1,301-335 {as amended), the Contractor may purchase, rent or lease all materials, supplies and equipment us�d or consumed ii� the performance of this contract by issuing to his supplier an exemption c�rtifieate in lieu af the tax, said exemption certificate to compIy with State Comptroller"s Auling .007. Any such exerr�ption cer�ificate issu�d to the Contractor in lieu af the tax shall be subject to and shaIl comply with the provision of 5tate Comptt�oll�r's Ruling .011, and any other applicable rulings pertaining to the Texas Tax Code, Subchapter H. B. Texas Tax pertnits and information rnay be abiained from: Campt�alIer o�Public Acco►ants Sales Ta� Division Capitol Station Austin, TX 787i 1; or 2. httn:/lwv��w.wiudow,s#ate.t.�.us�'taxin£o/taxforms/93-forms.html 6.12 Use of Site and Other ANeas A. Limitation an Use of Site and Other AYeas: 1. Co�iractor shall con�ne construc�ion equiprr�ent, the storage of materials and equipment, and the operations ofworkers to the Site and other areas permitfied by Laws and Regulations, and shall not unreasonably encumber the Site and other areas with construction equiprnent or other rnaterials or equipment. Contraetor shall assume full responsibility for any damage to any such land or araa, nr to the owner or aecupant thereof, or of any adjacent land ae areas resulting from ihe performance of the Work. 2. At any time when, in the judgment of the City, the Contractor has obstruct�d or closed nr is cariying on operations in a portion of a street, right-of-way, or easement greater than is necessary for proper �xecUtion of the yVork, tI�e City may requir� the Con�ractor to finish the section on which aperations are in progress before work is commenced on any additional aeea of the Site. CITY OP P'ORT WOATH 2�22 BRIDGE REHABQ.ITATIpN CONTitACT 1 5'tANDARD CONS'I'ftUCTION 51'ECIFIGA'PION DOCCTMEtVTS City Froject Na. ] 03454 �EVISIOR: S�i3�%02� an �z oa - � GENERAL CONDITIONS Page 29 of 63 3. Shoutd any Damage Claiin be made by any s�acla owtter or occu�aant because of the perforxnance pf the Work, Contractor shaIl promptly attempt to resolve the Damage Claim. 4. Pur�uant to Pa�agraph 6.2I, Contractor shal�' indemn� and hold ha�mless City, frorrr and against all clairrts, cost;s, losses, ancl damuges arising out of or �elating to any claim o� action, legal or equitable, b�nught �y any ,sueh o�vne� o� occupant again,rt City. B, Remov�l of Debris DuYing PeYfo�ma�ce of ihe Work.� During the progress of the Work Contracior shall keep the Site and other areas free from accumulations of waste materials, rubbish, and other debris. Removal and disposal af sUch waste materials, rubbish, and other debris shall conform to applicable Laws and ReguIations. C. Site Maintenance Clea�aing.� 24 haurs after writtan notice is givan to tihe Contractor that the clean-up on the job site is proceeding in a manner unsatisfactory to the City, ifthe Contractor fails to correct the unsaiisfactary procedure, ihe City may take such direci action as the City dee�ns appropriate to correct tha clean-up deficiencias cited to the Contractor in the written notice (by leiter or electronic cammunication), and the casts of such direct action, plus 25 % of such costs, shall be c�educted fro�n the inonies due ar to becoine due to the Contractor. D. Finai Site Clearting: Prior to Final Acceptance of the Work Contractor shall clean t11e Site and the Work and make it read}� for utilization by City or adjaceni prope�ty owner. Aithe completion c�i the Worlt Contractor shall r�move from the Sit� ali toois, appliances, construction equipment and machinery, and surplus materials at�d shall restare to ariginal condition or better all property disturbed by the Worlc. �. Loadirag Str�r�clures: Contractor• shall not load nor per�nit any par� of any sYructure to be loaded in any manner thal �ill endanger the structure, nor shall Contractor subject any part of the Work or adj acent property ta stresses ar pressures that vuill endanger it. 6.13 Record Docume�ats A. Contractor shall maintain in a safe place at the Site or in a place designated by the Cantractor and approved by the Ciiy, one (1 } record copy qf aIl Drawings, Speci�ications, Addenda, Change Orders, Field Orders, and written interpretations and clarifications in good order and annotated to show changes made during construction. These record docuznents together with. all approved Samples and a counterpart of all accepied Submitials wiil be available to City for r�f�rence. Ltpon completion of th� Work, ih�sa record documen�s, any operation and maintanance manuals, ancf Submittals vvill be delivered to City prior to Final Inspection. Contractor shall include aceurate locations %r buried and imbedde� it�ems. 6.l 4 Safety and Protection A. Cantractor shail be solely responsible far initiating, maintaining and supervising all safety precautions and programs in cannection with the Wark. Such responsibility does not relieve �ubcontractors of their responsibility for the safeiy of persons ar property in the performance of their wark, nor far compliance with applicable safety Laws arFd Regulations. C.ontractor shall C1TY OI' FdRT WORTH 2O22 BRIDGE REHABILITA"T'[ON CONTRACT 1 STAIVDAAD CONSTItUCTION SPECIF'1CATION DOCI.JN[�NTS City ProjeckNo. 10345�4 Ravisian; 8123i2p21 oorzao- i G�N�RAL CONI]ITIONS Page 30 of 63 6.15 � : 6.17 take all necessary precauiions for the safety of, and shall provide the necessary protection to pre�ent daanage, injury or loss to: 1. a11 peisons on the Site or who may be affected �y the Worlc; 2. all the Wark and materials a.nd equipment to be incorporated therein, wheth.er in �torage on or offthe Site; and 3. other property at tne 5ite or adjacent thereto, including fireas, shrubs, lawns, waIks, pa�ements, roadways, structures, utilities, and UndergrouncE Facilities nat desigriated for remaval, relocation, o� replacement in the course of construction. S. Contractor shall comply with �11 applicable Laws and Regulatians 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 pratection. Contractor shall notify awners af adjacent property and of Underground Facilities and other utility owners when prosecution oi the Work may af�ect them, and shall cooperate with them in the prateetion, removal, relocation, and repiacement of their property. C. Contrac�or shall coinply with the applicable requirements of City's safety progra�ns, if any. D. Contractor shall inform City of the specific requirements of Contractor's safety pragram, if any, with which City's employees and representatives must cornp�y while at the �ite. E. All damage, injury, oi• loss ta any property referrad to in Paragraph 6.14.A.2 or 6.I4.A.3 caused, directly or indirectly, in whole or in part, by Contractor, any Subcontracior, Suppliet•, or �ny other individual or entity directly or indirectly ernployed by any of them to perform any of the Work, or anyane for whose acfis any af them may be liable, shall be reraedied by Contractor. F. Contractor's duties and responsibilities for sa%ty and for protection af fihe Work shall cantinue until sueh time as alI the Work is completed a�d City has accepted the Work. Scrfety Representative Contractor shall inform City in writing of Contcactar's designated safety representati�e at the Site. Haza�d �arramunicatian PYograms Contractor shall b� responsible for coordinating any exchange of material sat'ety data sheets or ather hazard cornmunicatir�n infaimation requir�d to be made available to ar exohanged between or among employers in aceordance with Laws or Regulations. Emergencaes andlar Re�t�cation A. In emer��ncies affecting the safety or protectior� of persons or the Work t�r propei�ty at the Site or adjacent th�reto, Contractor is obligated to act to prevent threatenad damage, injury, or Ioss. Cflntractor shall give City prampt v�+ritten notice if Contractor believes that any significant CI"I'Y OF C'ORT WORTH 2Q22 BRIDG6 RGHABILITATION CONTRACT f STANDARD CON5TRUCTION SPECIFICAT[ON DdCU119sNT'S City Aroject No. [03454 Revision: $/23/2D21 0072OQ-I GENERAL CONDITIONS Page 3 l of 63 changes in the Work ar variations fram tha Contraci Dncu�ents hava been caused theraby ar are j•equired as a res�ltthereof. If City determines that a change in the Contract Docurnents is required because of the action taken by Contractar i� response to such an eme�•gency, a Change Order inay be issued. B. Should the Contractor fail to respond ta a request from the City to recti�y any discrepancies, omissions, or correction n�cessary to conform with the requirements of th� Contract Dacumenis, the City shall give the Contractor written notice that such work or changes are to be pe�-�Formed. The written notice shall direct atter�tion to tY�e discrepant conditian and request the Contraetor to take remedial action to correct the condition. ln the event th� Contractor does not take positiva steps to fulfill this written reyuest, or does not show just cause for not faking th.e proper action, within 24 houz•s, the City may talce such remedial action with City forces or by cantract. The City shall deduct an amaunt equal to the entire costs for such remedial action, plus 25%, feam any fi.tnds dua or become due the Cont�•actor on the Project. 6.18 Sul�mittals A. Contrac�or shail submit required Submittals to City for re�iew and accep#ance in accordance with the accepted �chedule of SubriaittaIs (as reyuired by Paragraph 2.07). Each subnnittal will be identified as City may require. 1. Submii number o�copies specified in the General Requiremenis. 2. Data shown on the Subnnittals will be coanplete �vith respect to quantities, dimensions, specified perForinance and c�esign criteria, materials, and similar data to show City the s�rvices, materials, and equipment Contractar proposes to provide and to enable Ciiy to review the information foa� the li�nited purpo�es requi�•ed by Paragraph 6.18.C. 3. Submittals subrt�itted as herein provided by Contractor and reviewed by City far conformance �c�vith the design concept shall be executed in eonfor�nity with the Contract Documents unless otherwise reyuired lay City. 4. When Submitfials are submitted %c the p�rpose o� showing the installation in greaxer detail, tl�eir review shall not excuse Contractar from requirements shown on the Drawings and Specificatians. 5. For-Information-Only submittals upon which the City is nnt expected ta conduct review ar take responsive action may be so identi�ec� in ihe Coniract Documents. 6. Submit reyuired n.urnber of Sarz�ples speci�ed in the Specifications. 7. Clearly identify each Sample as to material, �upplier, pertinent data such as oatalog n�mbers, the use for which intended and other data as City may require to enable City to review the submittaI for the limited purposes requiceci by Paragraph 6.18.C. CITY pF FORT WORTH 2O22 BRIDGE R�1-IARIL.iTATIQN CaNTRACT 1 STANDARD CONSTRUCTION SPFCiPICATI01+! DOCUMENTS City Project No. 103454 Revision: 8l23/2021 oo�zao- i GENERAL CONDITIdNS Page 32 of f 3 B. Where a Submii�al is required �y the Contract Documents or the Schedule of Submittals, any related Work performed prior to C'rty's revi�w and acceptance of tl�e pertinent submitfal vvill be at the sole expense and a•esponsibility of Contractar. C. City's Review: City wiil pro�+ide timely review of reyuired Submittals in accordance with the Schedule o� Submittals acceptable ta City. City's review �nd acceptance wil� be anly to determine ii the items covered by the su6mittals will, after installation or incorporation in the Woric, conform to the information given in the Cantract Dacumen�,s and be eorripatible with the design concept ofih� completed Project as a functioning whole as indicated by the Cantr�.ct Documents. 6.14 b.20 2. City's review and acceptance will nat extend to means, methods, techniques, sequences, or procedures af construetion (exeept where a particular means, method, technique, sequence, or pracedure of construction is specificaily and expressly called far by the Contract Documents) or fia safety precautions or progra�ns in,cident thereto. The review and acceptance of a separaie item as such will not indicate approval o�' tlze assembly in which the item fi�nctions. 3. City's review and acceptance shall not relieva Contractor from responsibiIity for any variation from the requirements of the Contract Docurnents unless Contractor has complied wiih the requirements of Section Ol 33 OU and City has given written acceptance of each sueh variation by specific written notation theraof incorporated in or accompanying the Submittal, City's review and acceptance shall nat reIieve Contractar from responsibility for complying wi� the requirements of the Cantract Documents. Continuing the Wo�k Except as otherwise provided, Contractor shall ca�ey on the Work and adhere to the Project Schedule during all disputes or disagreements with City. No Work shaIl be delayed or postponed pending resolution of any disputes or disagreements, except as City and Contractor may otherwise agree in writing. Contractot's General Wrxrranty and Gacarantee A. Contracior warrants and guarantees to City that all Work will be in accordance with tT1e Contract Dacuments and will nat be defective. Cify and i#s officers, directors, m.embers, partners, employees, agents, consultants, and subcontractors shall be entitled to rely on representation of Contractor's vvarranty and guarantee. B. Cont�•actor's vvarranty and guarantea heraunder e�cIudes defects or dama�e caused by: 1, abuse, zno�li�cation, ar improper maintenance or operation by persons other than Contractor, Subcantractors, Sup�liers, or any other individuaI or entity for whom Contractor is respansible; or CITY pF I'ORT WORTH 2O22 B1tIT?G� REHABILTTATION CONTRACT I 5TANDAI2D CONSTRUC'I'ION SP�CIFICATION BOCiJMENTS City Project Na [ a3454 Revision: 8/23/2021 oonoo-� GENERAL CONDITIONS Page 33 of 63 2. normal wear and tear under nQrmal usage, C. Contracior's obligation to perform and compleia �he Woric in accorda�ce �with the Contract Documents shall be absolute. None of the foliawizag will constituie an acceptance of Work that is not in aceordance with tihe Contract Documents ar a release of Gontractor's obligation to perfflrm the Worlc in accordance with tha Contrac� Documents: I. observations by City; 2. recarnrnendation ar payment by City of any progress ar final payment; tha issuar�ce of a certificate nf Final Ace�ptance by City ar any payment related th�re�a by City; �. use or oc.cupancy of the Work ar any part tnereof by City; 5. any i•eview and acc�ptance of a Submittal by City; 6. any inspection, iest, or approval by others; or 7, any carrection af defective Worlc by City. D. The Contractar shalI remedy any defects or damages in fihe Work and p�.y for any damage fio other work or property resulting therefrom wi�ich shall appear within a period of two (2) years from the date of Fii�al Acceptance of the Wark unless a langer periad is specified and sltali furnish a gaod and sufficient maintcnance bond, cnmplying with fhe reyuirem�nis of Artiele 5.02.B. The City will give notice of observed defects witil reasonable promptness. 6.21 �ndemni£ication A. Cantracfor covenants and agrees fo indemnify, hold harmless and defend, at its own expense, the City, its officers, servants and em�layees, from and against any and all claims arising out oi, or alleged to arise out af, the work and services to be perfor�ned by the Contractor, ifs af�icers, agents, err►ployees, sul�cantracfors, licenses pr invitees under this Contract. TAi� TNI)F,MNTF`IC:ATi()N PRnVi�T!)N I� SPEC:TFI[".AL�.Y TNTFIVDF,D Tn OPEI�ATE AND BE �'F�`r,�"i'TVE EVEN IF IT IS QT.s�r�=T+D OR PROVEN THAT ALL OR SOME OF THE nQivIA�=ES BEING SOI�GHT VVEI�E CAUSEP. IN WHOLE�R IN PART. BY AN Y ACT. ONIISS�ON OR NEGLYGENCE OF THE CYTY. This indemnity pravisian is intended to in�lude, without �imitatio�►, indemniiy for costs, expenses and legal fees incurred by the City in defending against such cla'rms and causes of actions. B. Contractor cavenants and agrees to indemnify a�id hold harmless, at its own expense, the City, its offcers, servants and employees, from and against any and all loss, damage or des#ruction of property of the City, ariising out of, or alleged to arise out af, the work and services to be performed by the Contractor, its officers, agents, empioyee�, subcontractors, licensees or invi#ees under t�is Contraet. THI� INDEMNIFIr �`i'r�N PROVYS�ON IS CITY DP PORT WORTI-] 2022 BI2IDGE l2EHABILITATIDN Cd�lTREICT 1 STAI+IDAI2D CON5TRi7CTIQN SPEC�'ICATION DQCiJMENTS City Project Na. 1 Q3454 Revisian: 8/23/2021 aa�zaa-� GENERAL CONDITiQNS Page 34 of 63 �� 6.23 SPECrFICALLY INTENDED TO OPERATE AND SE EFFECTNE EVEN XF TT XS ALLEGED OR PROVEN THAT ALL OR SOME OF TFIE DAMAGES BEIN(Y SOUGHT WERE CAUSED. IN WHOLE OR IN PART, BY ANY A�;T,_ OMI�SI�l� O�1 NEGLIGENCE OF THE CITY. �eiegation of Professianal Design Services A. Contractor will not be reqUired to provide professional design aezvices unlass such services are speciitcally reguired by the Contract Doc�ments far a portion of the Work or unless such serviees a1�e required io carry oat Contractor's responsibilities for cnnstruction means, methods, tecl�niques, sequances and procedures. B. If professional desigxa services or ce�tifieations by a design pzofessional related to systems, materials or eyuipment aire speci�caliy zequired of Cantractor by the Contx•act Documents, City will specify all performance and design criteria that such ser�ices must satisfy. Contractor shal] eause suc� services or certifications to be provided by a properly licensed professional, whose signature and seal shall appear on all drawings, calculations, specifications, certi�cations, and Submittals prepased by such professional. Submittals related to the Work des'tgned or certified by such pro�essional, if prepared by others, shalI bear such pro%ssional's writien approval when submitted to City. C. City shall be entitIed to rely upon the adequacy, accuracy and completeness of the services, certif cations or appra�als performed by such design professionals, provided City has specified to Caniractor performanc� and design criteria that such services rnust satisfy. D. Pursuant to this Paragraph 6.22, City's review anc� acceptance of design calculations and design drawings will be only for the limited purpase of checking for conformance with performance and design criteria given and the design cancept expressed in #he Contract Documents. City's review and acceptance of Submittals (except design caleulations and design c�rawings) will be only for the purpose stated in Paragraph 6. l 8.C. Right to Audit A. The Contractor aga•ees that the City shall, until the expiration af three {3} years after final payment under this Cdntract, have access to and the right to examine and photocapy any dir�etly pertinent books, docurnents, papers, and recards of the Contractor involving transactians relating to this Contract. Cantractor agrees that the City shall have access during Regular Working Hours to aIl necessary Contractor faciIities and shatl be provided adequate and appropriate wor�C space in order to conduc� audits in cornpli�nce with the provisions of this Paragraph. The City shaIl give Contractor reasanable advance notica af intended audits. B. Cantractor further agrees to include in all its subcontracts hereunder a provision to the effect that the subcontractor agrees that the City sliall, until the expiratian af three (3) years after final payment under this Cor�tract, have access to and the right tn exarr�ine and phatocopy any directly pertinent books, documents, papers, and records of such Subcontractar, invoIving transactions to tha subcontract, and fi�rther, that City shall have access during Regular Working Hours to alI CITY OF FO1tT WORTH 2O22 BR3DG� R�HABILITATION CONTRAC'E' 1 STA7�DARD CONSTRUCT[ON SPECiFICA'i'TOi�f 170CUMENTS CityProjectNo. 103454 Revision: $/2312021 ao �z oo - i G�NERAL CONDITIQNS P�ge 35 of 63 Subcontractor facilities, and shall be pravided adequate and apprapriate worlc space in order to ca�dL�ci aud'rts in cornpliance with the provisians of this Paragraph. The City shall give Subcantxactor reasanable advance natice of intended a�adits. C. Contractor and Subcont�•actor agree to phatoeapy such docurnents as inay be requested by the City. The City agrees io reimburse Contractor for the cost of the capies as follows at the rate published in the Texas Adi�ninistrative Code in effect as af the tiine copying is perfanmed. 6.2� Nondiscrimination A. The City is responsible for operating Public Transportaiion Programs and imple�n�ntzng transit� related projects, which are funded in part with Federai financial assistance awatded by the U.S. Deparrment of Transparta.tion and th� Fcderal Transit Administra�ion (FTA}, vvithaut discriminating against any person in the United Siates on the basis of race, color, or national origin. B. Title VI, Civil I�ight,s Aet of 1�64 as rxmended: Cantractor shalI coinply with the requi�•ements of the Act and the ReguIations as fizi�th�r defined in the Supplem�ntary Conditions for any project receiving Federal assistance. ARTICLE i— OTHER WORI� AT TI3E SITE 7.Q1 Related Work at Site A. City may perform otl�er work related to the Project at the Site with Czty's etraployees, or other City cantractars, or t�uough otl�er di�•ect contracts �erefor, or have other worlc perfar�rned by ttti�ity owners. If su�h other work is not noted in the Contract Documents, th�n written notice �hereof will be given to Contractor prior to starting any such other work; and B. Cantractor sk�all afford each ather cantractor who is a party to such a direct cont�•act, each utility owner, and City, if City is performing other worlc with Gity's emplayees or aiher City contractars, p��oper and safe access to the Site, provide a reasonable apporlunity forthe introduction and storage of materials and equiprnent and the execution oi such other vvork, artd p�•operly coordinata the Work vvith theirs. Contractor shall do all cutting, fitting, and patching of the Worlc that may be required to praperly connect o� otherwise make its several pai-�s came togetl�er and properly integrate with such other worlc. Conti•actor shall not endanger an� worlc of others by cutting, excavating, or otherwise altering sucn vuorlc; provided, however, that Coniractor may cui or alter others' work with the written cansent of City and the athers whose uvarlc will be affected. C. If the prope�• execution or results of any par� of Contractor's Wnrlc dep�nds upon work performed by others under this At�ticle 7, Contractor shall inspect such other work and promptIy report to City in writing any delays, de%cts, or def ciencies in such other warlc that render it unavailable or ur�suitable for the proper execuiion and results af Contractor's Work. Coniractor's failure to sa repari will constitute an acce�tance of such aiher work as fit and proper for integration witli Coniractor's Work except for latent defects in the waric pravided by otk�ers. C1TY OF FORT WORTH 2O22 BRIDGE REHABILITATI�N CONTRACT 1 STANDARll CONS'I'CLtJC'1'1C7N SPECIFICATION DOCUMENTS City Projecf ]�'o. ]03454 Revisian: 8/23/2021 00 �z ao - t GENERAL CONDITIONS Page 3b of63 7.02 Coordination A. If City intends to contract with others for the performance of other work an the Project at the Site, the following will be set forth in Supplementaty Conditions: l, the individual or entity who will have authority and respansibility for coo��dination of the activities among the various contractnrs will be identified; 2. tha specific matters to be covered by such authoriry and responsibility will be itemized; and 3. the extent af such authority and respansibilities will be provided. B. Unless otherwise provided in the Supplementary Conditions, City shall have authority For suc� coordination. ARTICLE 8 -- CITY'S RESPONSZB�LZTXE,� S.O1 Com�rr.unications to Contractor Except as otherwise provided in the Supplementary Conditions, City shall issue alI comrr�unications to Contraetor. 8.02 Fur�aish Data City shall timely fumish the data required under the Gontrac� Documents. 8.03 Pa}� When Due 8.04 8.05 8.06 City shall inake payments to Contractor in accordarice with Article 14. Lands and Easemertts; Reports and Tests City's duties with respect to providing lands and ease�nents and pro�iding engineering surveys to establish referenee points are set fart�► in Paragraphs 4.01 and 4AS. Paragraph 4.02 refers to City's identiiying and rnakin� a�railable to Cantractor copies of reports of explorations and tests of subsurface conditions and drawings oi physical conditions relating ta existing surface or subsurface structures at or contiguous to the Site that have been utilized by City in preparing the Cont�act Documents. Change Opders City shail execute Change Orders in accordanca wiih Paragraph 10.03. Iraspections, Tests, andApp�ovals City's responsibility with respect to certain inspection�, tests, anc� approvals is sei for�h in Parag�•aph 13.03. C1TY OF CORT WORTH 2O22 BRIDGE REHABILITA'PION COI�lTRACT 1 ST'ANDARD CON5`I'RUC'TiON SPECIFICATION DOCUMENTS Ciry Project No. 103454 Revision: 8/23/202 I p07200-1 GEN�RALCaNDITIdNS Page 37 of 63 8.07 Limitation.� on City's Responsihilities A. The City shall nat supervise, direct, or have eontrol or authority over, nar b� responsible for, Contractor's �nea��s, arnethods, teck�niyues, sequences, or procedures af construction, or the safety precautians and programs incident there�o, or for any failure of Coiliracior to comply with Laws and ReguIations applicable to the p�rfarmanc� of the Work. City will not be responsi�Ie for Conts�actor's failure to perfarm the Wor�C in accocdance with the Coniract Documents. B. City will notify the Confiractor of applicable safety plans pursuant io Paragraph 6.14. 8.08 Undisclosed Haaarc�aus Envi�onmental Condition City's responsibility with respect to an undisclosed Hazardous Environmental Condition is sei farth in Paragraph 4.06. 8.�� Compliance ivith Safety P�ngrum While at the Site, City's einployees and representatives shali comply with the specifc applicable requirements of Contractor's safety progxams of which City has been informed pursuant to Paragraph 5.14. ARTICLE 9— CITY'� OBSERVATION STATU� DURING CONSTRUCTION 9.01 City's Project ManageN City vvill provide one or more Project Manager(s) during the construction petiod. The duties and responsibiliti�s and the limitations of authority of City's Project Manager during constcuction are set fortn in the Contract Docurnents. The City's Praject Manager far this Contract is identi�ed in the S�ppleinentary Conditions. 9A2 Visits to Site A. City'a Pro3ect Manager will make visits to the Site at intervals appropriate to the various stages oi construction as City deems necessa�y ii� order ta observe the progress that has been tnade and t�e quality of the various aspects of Cantractar's executed Worlc. Based on infor�nation obtained d�ring such visits and obseivatioi�s, City's Project Manager will determine, in general, ii the Work is proceeding in accordance with the Contract Docuinents. City's Project Manager will not be reqUired to rnaka exhaustive or continuous inspections on the Site to cheak tk�e quality or quantity of the Work. City's Project Manager's efforCs �vill be directed toward pt•oviding City a greater dagr�e of confider�ce �hat fihe compleled Worlc will confori�n generally to the Contract Documents. B. City's Praject Manager's visits and obse�vations are subject to all ihe Iirnitations nn authority and responsibility in the Contract Documents including those set fo�� in Paragraph 8.07. CTI'Y OF FORT W�RTH 2O22 AR[DGC REI3ABILITAT[ON CONTRACT 1 5iAI1DARD COMSTRUCTION SPECIPICATION T70CUMENTS City Projecf No. 103454 Revisinn: 8/231202I DO7200-1 GENERAL COf��ITIONS Page 38 of 63 9.03 Autl�orized Variatio�as in Work 9.a4 r'1 • 1: City's Project Manager may authorize minor variations in the Worlc from the requirements of the Contract Documents which do not involve an adjust�nent in the Contract Price ar the Contract Tim� and are campatible with the design concept of the comp�eted Project as a funetioning whole as indicatied by the Con�ract Dacuments. These rnay be accornplished by a�ield Order and wil! be binding on City ar�d also on Contractor, who shall perform the Work involved promptly. Rejecting Defective T�i'ork City wiIl have autharity ta reject Work which City's Project Manager believes to be defecti�e, or will not produce a comple�ed Project that canforms to the Contz�aet Documents or that will prejudice the integrity of the design concept of the completed Project as a functioning whole as indicated by tl�e Contraci Documents. City wiIl have authority to conduct special inspection or testing of the Work as provided in Article 13, whether ar nat the Work is fabricated, installed, ar completed. Dete�minations for� Wc�rk Perfarmed Contractor v�rill deterinir�e ihe actual qua.ntiti�s and classifieations of Wark perFotmed. City's Project Manager will review with Contractor tha praliminary determina�ipns on such matters before ren�ering a written recommendation. City's written decision will be final (except as modiiied to reflect changed factual conditions ar more accurate data}. Decisions on Requa�e�ents of Cont�act Docutnents an�Acceptability of Work A. City will be the initial interpreter of the requirem�nts of the Contraci Documerns and judge nffihe acceptability of the Work thereunder. B. City will render a written decision on any issue referred. C. City's written decisinn on the issue referr�d will be final and binding on the Cont�•actor, subject to ihe provisions of Paragraph 10.06. ARTICLE lU — CHANGES IN THE WORK; CLAIMS; EXTRA WORK 1 a.01 Auiho�ized Chcrnges in the Work A. Without invalidating tlae Contract and without notice to any surety, City may, at any time or fi•om time to time, orde� Extra Worlc. Upon notice of sueh Extra Work, Contractar shall promptly proceed r�ith the Work involved vvhich wiIl be performed ur�der the applicable canditi�ns of the Contract Documents (except as atherwise specifieally provided}. Extra Worlc shall be rnemorialized by a Change �rder which may or may not precede an order of Extra wark. S. For rninnr changes of Work not reqUiring changes t� Contxact Time or Cantract Price, a Field Order may be issueci by the City. C1TY OF FOR'T WpRTI3 2D22 BRIDG� R�HABILITAT[ON CONTRACT 1 3TANDARD CONSTRUCTION SPECIFICATIQN DOCiJMENTS City Project No. 103454 Revisian: 8123/2021 0072QO-1 GENERAL CONDITIONS Page 39 of63 x a.az Unauthorized Chcanges a� the Work Contr•actor shall r�nt be entitlad to an increase in the Contract Price or an extensian of the Contract Time with respect to any wark performed that is i�ot required by the Contract Documents as a�nended, modi�ed, or supplemented as provided in Paragraph 3.04, except in the case of an emergency as provided in Paragraph 6.17. 10.03 F�ecution of Cl�ange Orde�s A. City and Cantractor shall exeeufie appropriate Ckange Ord�rs eov�ring: changes in the Work which ar�: (i) ordet•ed by City pursuant to Paragraph l 0.O1.A, (ii) requir�d because af aceeptance of defective Work un:der Paragrapll ] 3.08 az° City's correction of defective Worlc under Paragraph 13.09, or (iii) agreed to by the parties; 2, changes in ih� Contract Price or Cot�tract Time which are agreed to by the parties, including any Undisputed suaz� o�° at�nount of time far Work actu�.11y performed. � a.o4 Ex�A w�r� A. Should a c�ifferenee arise as to what does or does not eanstitute Extra Worlc, or as to th.e payz�ent thereof, and the City insists upan its performance, th� Cantractar shall praceed with the work after rnalcing written requ�;st fnr writtan orders and shall lceep accurate account of the actual reasonable cost thereof Cont�act Claims regarding Extra Work shall be made pursuant to Paragt-aph 10.06. B. The Cantractor shall furnish the City such installation records of alI deviatians from the original Contract I7ocuments as may be nec�ssary to enable the City to prepa�•e far permanent record a carrected set ofp�ans showing the act��al instailation. C. The co�npensation agreed upon for Ext�•a Work whether or nat initiated by a Change Order shaIl be a full, complete and �'inal paymeni for aIl costs Contract:or inciu•s as a resu�t ar relating to the change or Extra VVork, whethe�• said costs are known, unkrkown, fareseen or unfareseen at that tirne, including without limitatian, any costs for delay, e�ended ov�rh�ad, ripple or impacf cost, or any otiher effect on changed or unchanged wor]c as a resuli of the cY�ange or Extra Worlc. I0.05 Notification to Surety If the provisions of any bond require notice to be given to a sureiy of any change affecting the genaral scope of the Work or tha provisions of the Conii�ct Documents (ir�cluding, bui not limited to, Contract Price or Contract Time), the giving of any such notice will be Cantractor's responsibility. The amount of each applicable bond wiIl be adjusted by the Contractar tn r�flect the effect of any such change. a�r or �or�•r woarH aoa2 ntzw�E n�xaB�Lrrnr�oN coN-ru�c•r � STANDARD CON5TRUCTIOIV SPECIPICATION DOCU�v1�C�f7'S City Projecl No. 1 D3454 Ttevisipn; SI2312021 oa�aoo-i GEiVERAL CONDITIONS Page 40 of G3 10.06 Car�truct Clainzs Process A. City's Decision Required: All Contract Clairns, �xcept those waived pursuant ta Paragraph 14.09, shall be referred ta the City for deczsion. A decision by City shall be required as a condition pj•ecedent to any exercise by Contractor of any rights or reinedies he may otherwise have under the Contract Documenis or by Laws and Regulations in respect of such Contract Claims. B. Notac�: l. Written notice stating the general nature of each Contract Claim sI1aII be delivered by the Conti�actor to City no later than 15 days after the start of #he event giving rise tl�ereto. The responsibility to substantiate a Coniract Claim shall 1�es� with fhe party making the Contract C1aim. 2. Notice o� the a�noUnt ar extent of the Contra�t Claim, with supporting data shall be delivered to the City on or before 45 days from the start ai the e�ent giving rise ther�to {unless the City allows additional time for Contractar ta submi� additional or more accurate data in support of sUch Contract Claim). 3. A Contract Claim for an adjustmeni in Contract Price shall be prepared in accordance with ihe provisions of Paragraph 12.01. 4. A Contract C3airn for an acijustment in Contract Time shall bs p�•epared in accorc�ance wi� the provisians of Paragraph 12.02. 5. Each Contract Claim shalI be accompanied by Contractor's written state�nent that the adjustmeni clairr�ed is the entire adjustment to which the Contractor believes it is entitled as a result of said event. 6. The City sha�l submit any response ta the Contractor witl�in 3Q days after receipi of the claimant's Iast submittal (Unless Contract allows additional iime). C. City ,s Actian: City will review each Contract Claim and, wit.�iin 30 days after receipt of the Iast submittal of the Contractor, if any, take one of the following actions in wriiing: I. deny the Contract CIaim in whole or in part; 2. approve the Contract CIaim; ar 3. notify the Contractar that the City is unabl� to resoIve the Conrract Claim if, in the City's sQle discretion, it would be inappropriate for the City to do sa. For purpases of fiu�ther resolution of the Contrac# CIaim, such notice shall be deemed a denial. C1TY OF FORT WORTki 2022 B121I7Cr� REHABILITATION CONTRACT 1 STANDAI�1] CONSTItUC"ITON SPECII'ICATION DOCLTMENTS �ity Project No. 103454 Revision; 8123!'1021 00 �z oo - � GENERAL CONDITfONS Yage a 1 af 63 D. City's written action under Paragraph l�.Ob.0 will be �inal and binding, unless City or Contractior invoke the dispute resalution procedure set forth in A��ticle 16 within 30 days of such action or denial. E. Na Contract Claim for an adjustment in Con�ract Price or Cantract Time will be valid if not submit�ed in accardance wiih this Paragraph 10.Ob. ARTICLE 11— COST OF TH� WORK; ALLOWANCES; UNIT PR�CE WORK; PLANS QUANTITY MEASiJREMENT 11.0 I Cost of the T�o�k A. Costs Incluc�ed.• The te�m Cost of the Worlc means the sum of all casts, except those excluded in Paragraph I 1.O1.B, necessariiy incurred and paid by Contractor in the proper performance of the Work. When the value of any Work covered �y a Change Order, the cosis to be reimbursed to Contractor will be onIy those additional or incremental costs required because af the change in the Work. Such costs sliaiI nat inclvde any of the costs itemized in Paragraph 11.O1.B, and shall include but not be limited to the following items: Payroll casts for ernpIayees in the direct employ of Con#ractor in the p�rfarmance of the Warl� under schedules of job cIassifications agraed upon by City and Contractor. Such employees shall include, without lirnitation, s�aperintendents, foremen, and other personnel employed fiill time on the Work, Payroll costs for employees nofi employed full tiyne on the Work shalI be appor�ioned on the l�asis of tlleir time spent an the WorIc. Payroll casts shall include; a. sala�•ies wifi.h a 55% marlcup, or b, salaries and wages plus the cost of fringe benefits, which shall include social security contribUiions, �memployment, excise, and payroll taxes, workers' cornpensation, heaIt3� and retirement benefits, banUses, sick leave, vacation and holiday pay applicable thereto. The expenses of performing Work oUtside of Regular Working Hours, Weekend Worlting Houxs, or legal holidays, shall be included in the above to the extent authorized by City. 2. Cost oi all materials and aquipment furnished and incorporated in the Wox•k, including costs of transpoi�Lation and storage thereaf, and Stippliers' field services required in conn�ctinrt therewith, 3. Rentals of al] construction aquip�r�ent and machinery, and the parts thereof whether rented fram Contractor or others in accarciance with rental agreements approved by City, and ihe costs af transportation, loading, unloading, assarr�bly, disi�nantling, and rernoval thereo£ AII sunh costs shall �e in accordanca with the terms of said rental agreement�. The rental of any such equi�ment, machinery, or parts shall eease when �e use thereaf is no longer necessary for tkie Wo�°lc. CIT'Y OF FORT WORTH 2A22 BRiDGE REHAB1Ll'1'A'1'ION Cp1VTRACT 1 STANDAItI] CONSTRUCTION SPECIFICATION DQCUMENTS City Frojecf No. J 03454 Revision: 8/23/2021 00 72 00 - I GENERAL CONDI7IQNS Page 42 oi 63 4. Payments tnade by Contractor ta Subcont�ractors for Work performed by Subcontractors. If req�ired by City, Cont�•actar s�all obtain competitive bids fiorn subcantractars acceptable to City and Coniractor and shaIl deIivet• such bids to City, wha will then determine, which bids, if any, will be acceptahle. If any subcontract provides that the Subcontractor is to be paid on the basis of Cost of the Work plus a%e, the Sub�antractar's Cost flf t�e Work and fee shall be determined in the same manner as Cont�•actor's Cosi of the �ork and fee as providad in tl�is Paragra�h 1 �.Ol. Costs of special consultar�ts (including but not limited to engineers, archit�cts, testing laboratories, surveyars, atto�eys, and accountants} enaployed for services speci�cally relaied to the Work. 6. 5upplemental �osts including the following: a. Th� proportion af necessary transportation, travel, and subsistence expenses of Contractor's employees incurred in discharge of duttes connected with the Work. b. Cost, including transportation anc� maintenance, of alI materials, supplies, equipment, machinery, appliarices, of�ce, and tempora.ry facilities at the Site, and hand tools not owned by the workers, which are consumed in the performancc of the Wor�c, and cost, less market valu�, of such items used but not consumed which remain ihe property of Contractor. c. Sales, consumer, use, and other similar taxes related ta tl�e Work, and for which Canfiractar is liable not covered under Paragraph 6.11, as imposed by Laws and Regulations. d. Deposits lost �nr causes other than negIigence of Contractor, any Subcontractar, ar anyone directly or indirectly employed by any ofthem or for whose acts any of them may be liable, and royalty payrnents and fe�s for perrnits and licenses, e. Losses and damages (and related expenses) caused by damage to the Work, nat compensated by insurance or otherwise, sustained by Conf.ractor in co�inection with t1�e performance of the Wor}c, provided such Iosses and c�amages have resulted from causes other than the negligence of Contractor, any Subcont�•actar, or anyone directly or indirectly employed by a.ny of therr� or for whose acts any of them may b� l�able. Such Iosses shall inclue�e settlements made with the wri�en cansent and approval of City. No such Inssas, damages, and expenses shaI1 be included in the Cost of the Work for the purpose of determining Contractar's fee. f. The ca�t af utiIities, fuel, and sanitary facilities ai the Site. g. Minor expenses such as telegrams, long distance telephone calls, telephon� and communication s�rvices a� tl�e Site, ex}�ress and caurier seivicas, and similar petty cash items in connection with the Work. CLTY OF FORT WOIiTH 2O22 BAIDGE REHABILITATION CONTRACT 1 STANDARD CONSTRUCTION SPECIFICATION IIOCUMENTS Cily Project No, 103454 Revision: 8/23/2027 OR7200-1 G�NERAL CpND1T4d�lS Page 43 of63 h. The costs of premiums for alI bonds and insurance Contcactox is requir�d by tha Cont�r'act Docurrients to purchase and maintain. B. Cosis Excluded.• The terin Cost of the Worl� shall nat iaclude any af the following items: 1. Payroll costs and othe�• compensation af Contractor's officers, executives, principals (of partner�hips and sole proprie�orships), general managers, safety inanagers, engineers, architects, estimators, attarneys, auditors, accountant�, purchasing ar�d cant�•acting agents, expediters, tinnekeepers, clerlcs, and other personnel employed by Contractor, whether at the Site or in Contractor's prit�cipal or branch office for general administration of the W o��k atad not specifically included in the agreed upan sc�.edule of job classificatians referred to in Paragraph 11.O1.A.l or specifically covered by Paragraph l l.O1.A,4, alI of which are to be considered administrative casts covered by the Contractor's fee. 2. Expenses of Cont�actor's principal and branch offices other than Contractor's afFice at fihe �ite. Any pat�t of Contractnr's capital expenses, including interest on Contractar's capital �r►�ployed for the Wor�c and charges against Contractar fot• delinquent payrnents. 4. Casts due ta the negligence of Conti•actor, any Subcontractor, ar anyone direc�ly or indirectly employed by any of them or for whnse acts artiy of them inay be liable, including but not limited to, the correction of de�ective Wor�C, dispasal of materials or equipment wrongly supplied, and malfing good any damage to p�opei�ty. 5. Other overhead or g�n�ral e�pense costs of any lcind. G Contractor's Fee: When all the Worlc is perfarmed an the basis af cost plus, CDf1�C�Ct01•'s fae shalI be determined as set foi-�h in the Ag,reernent. When the valua of any VVork cover�d by a Change Order for an adjustment in Contraci Price is determined oza the basis of Cost of the Worlc, Contractor's fee shall be deternnined as set for�h in Paragraph 12.01.C. D. Documentation: Whenever the Cost of the Work for any purposa is to be deieimined pursuant to Paragraphs 11.O1.A and 11.O1.S, Contractor will establish and maintain records thereaf in accardance witl� generally accepted accaunting practices and submit in a form acceptable to City an itemized cast brealcdown together with supporting data. 11,02 Allowances A. Specified Allowance: It is understood that Contractor has included in the Contract Price all allawances so named in the Contract Documents and shall cause the Wark so covered to be perFormed for such sums and by such persons or eantities as �nay be acceptable to City. B. Pre-bidAllowances: l . Contractor agrees that: CITY OP PORT WORTH 2O22 BR9DGE REHABILITATTON CQNTRACT 1 $TATfdARI? CpNSTAUCTION SPECII'ICATION DOCl7MENTS City Project ]�o. 103454 Revision: 8123/2D21 oor�on-� G�NEFtAL cqNoITIONS Page 44 of 63 a. the pre-bid allawances include the cost to Contractor of materials and equipment re�uired by the allowances to be deiivered at ihe Site, and all applicable taxes; and b. Contractor's costs for unloading and handling on h1�e Site, Iabor, insiallatiota, overhead, proft, ar�d other expenses contetnplated for the pr�-bid allowances hxve been ineluded in the allowances, and no demand for additionai payment on account of any of the foregoing wiil be valid. C. Co�atingencyAllowance: Contractor agrees that a contingency allowance, if any, is for the sole use of City. D. Prior to final payment, an appropriate Change �rder will be issued to reflect �.ctual amounts due Contractar on account o�' Work covered by allowances, and the Contract Price shalI bc correspondingly adjusted. 11.03 Unit Price Work A. Where the Contract Dacuments pravide that all or part of tite Wark is ta be Uni� Price Wark, initiafly the Contract Price will �e deemed to include for ail Unit Price Work an amount equal to the sum of the unit price for each separately identif ed item af Unit Price Wark times the estirr�ated quantity of each item as indicated in ihe Agreerrient. B. The estimated quantities of items of �Tnit Price Wark are not guaranteed and are soIely fo�� the purpose of comparison af Bids arid determinit�g an initial Contract Price. Determinations of the actUal quantities and classificatio�s of Uni� Price Work pe�£ormed by Contractor will be made by City subject to the provisions ofParagraph 9.05. C. Each uni� price will be deemed to include an a�nount cansidered by Cnnt�•actar to be adequate to cover Contraetor's overhead and profit for each separately identified item. Wark described in the Contract Documents, or reasonably inferr�d as required for a functianally complete installation, but r�ot identified in the listing of unit price it�ms shall be considered incidental to unit priee worl� Iisted and the cost of incidental work incIuded as part of the unit price. D. City may m�ke an adjustment in the Contract Price in accordance vciith Paragraph 12A1 if i. the quaritity of any item of iTn�t Price Warlc performed by Contractar differs materially and significantly from the estimated quantity of such item indicated in tha Agreement; and 2. thare is no corresponding adjustment with respect to any oiher item of Work. E. Inerec�sed or Decreased Quantrties: The City resetves the right ta order Extra Wot•k in accordance witk Paragraph 1 Q.OI . If the changes in quantities or the alterations do not significantly change ihe character of work under the Contract Dociunents, the altered work will be paid for at the Cont�•act unit price. Cli"Y OP I'ORT WOATf3 2022 BRIDGE REHABILITATION CO�ITRACT 1 STANDARD CON5712iTCTI0IY SPECI!'�CATIO%I DOCUMENTS Revision: 8/23/202 ] Ciry Prnject No. ] 03454 DO7200-1 GENERAL CONDITIaNS Pagc45 of63 2. If the changes in qUantities or alterations significantly change the character oi work, the Ct�ntracl: wilI be amended by a Change Order. 3. Ii no unit prices exist, ihis will be considered Extra Work and the Contraci will be amended by a Change Order in accordance with A�ticIe 12. �, A signif cant ehange in the character of woi'k nccurs when: a. the character of worlc for any Item as a�tered difFers materially in kind or nature from that in the Contract ar b. a Major Item of work varies by more than 25% from the original Contract quantity. 5. VVhen the quantity of work to be done under any Major Item of the Contract is rnore than ]25% af t�a origin�I quantity stated in the Contract, then eithez• party to the Cantract may request an adjust�nent to the unit price on the portion of the work that is above l2S%. 6. When the qua�tity of worlc ta be done under any Major Item of �lze Cantract is less tlaan 75% af the original quantity stated in the Contract, then either party ta the Contraet may request an a�justment to ihe unit price. 11.04 Plans Qucantity Measur�ement A. Plans quantities zt�ay or may not represent the exact quantity oiworlc performed or material mo�ed, ha.ndled, or placed during the exeGution of the Contract. The estimated bid yuantities are designated as �inal payinent yuantities, unless revised by the governing Section oz• this Article. B. If the y�antity aneasured as outlined under "Price and Payment Procedures" vari�s by mora ihan 25°/n (or as stipulated under "Price and Payment Procedures" for speci�c Items) from ihe total esti��ated quantity for an individUal Item originally shown in tl�e Contract Dacuments, an adj ustment may be made to the quantity of authnrized work done for payinent purpases. The party to the Contract �•equesting the adjust�nent will provide fie�d measurements and calcuIations showing the �nal quantity for which payment will be made. Payir►ent for revised quat�fiity will be made at the unit price bid for that Item, except as provided for in Arl:icle 10. C. When quaniities are revised by a change in design approved by the City, by Change Orde�, or to correct an error, or to correct an errar on the plans, the plai�s qvantity will be increased ar decraased by the amount invalved in the change, and the 25% variance will apply to the new plans quantiity. D. If the tatal Contract quantity multipIied by ihe unit price bid fc�r an individual Itetn is less than $250 and the Item is not ariginally a plans quantity Itenn, tl�en the Item may be paid as a plans quantity Item if the City and Cantractor agr�e in writing to fix the f na1 quantity as a plans quantity. C1TY OF FORT WpRTH 2O22 BRIDGE AL�I-IABIL]TA'T70N COId7'fiACT 1 S'fAhIDARD CqNSTRUCTION SPECIFICATION DbC13M�NT5 City Projecc No. 103454 Revision: 8/23/2021 oonao-i GENERAL CONDITIONS Page 4G of 63 E. For callout worlc or non-�ite specifc Contracts, the plans quantity measurement requiiements ar� not applicable. ARTICLE 12 — CHANGE OF C4NTRACT PRxCE; CI�ANGE OF CONTRA.CT TIME 12.01 Change of Contract P�ice A. The Cantract Price rnay only be changed by a Change Order. B. The value of any Work covered by a Change Ordar will be deterininad as follows: 1, where the Work involved is covered by unit prices conta.ined in the Contract Docum�nts, by application of such unit prices ta the quantities of the items involved {sUbject to the pa•ovisions 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 o�erhead and pr�fit not necessarily in accoz•dance with Paragraph 12.O1.C.2}, and shall include the cost of any secondary impacts that are foresaeable at the fiime of pricing the cast oi Exira Work; ar 3. where the Work involved is not coverec� by unit ptices contained in the Contract Documents and agreement ta a lump sum or unit pxice is not reached under Paragraph 12.01.B.2, on the basis of ihe Cost ofthe Wark (determined as �rovided in Paragraph 11.fl1) plus a Contractor's fee for overhead and pro�t (detertnined as provided in Paragraph 12.01.C}. C. Contractor's Fee: The Contractor's additional fee for o�erhead and pro�t shall be determined as follc�ws: 1, a mutually acceptable fixed fee; or 2. if a fi�ed fee is not agreed upon, th�n a%e b�.sed on the following percentages of the various por�ions of the Cost of the Worlc: a. for costs incurred under Paragraphs 11.OI.A.1, 11.Q1.A.2. and 11.O1.A.3, the Contractar's additional fee shall be 15 percent except far: X) rental fees far Contractor's own equiprnent using standard rental rates; 2) bonds ar�d i�surance; b. for costs incurred under Paragraph 11.01.A.4 and i 1.O I.A.S, the Con#ractor's fee s�all be five percent {5%); I) where one or more tiers of subcontracts are on the basis of Cost of the Work plus a fee and no fixed fee is agreed upon, the intent of Paragraphs 12.O1.C.2.a and 12.O1.G2.b is i:hat the 5ubcontractor who actually perfarms tha Work, at whatever C1TY OF FORT WOfZTH 2O22 BRIDGE REHABfL1TATIQN CQNTRACT I 5TAN17ART] CONSTRUCT70N SP�CTFICATION DOCUMI�N7'S City Projact No. I 03454 Revision: 8/23/2421 OQ7200- ] GENERAI. GONDITIDNS Page 47 oF63 tier, will be paid a fee of 15 percent of the casts incurred by such Subconfi�acto�• und�r Paragraphs 11,01.A.1 and 1 l.01.A.2 and ihat any higher tier Suhcontractor and Contractor will each be paid a fee of five percent (S°/a} of the amaunt paid to the next lower tier Subcontractar, however in no case shall the cumulative total of fe�s paid be in excess of 25%; c. no fee shall be payable on the basis of costs itemized unc�er Paragraphs 11.01,A.6, and 11.O1.B; d. the amount of credit to be allowed by Cont�•actor ta City for any change which resuIts in a net dec�•ease in cost will be the amount af the actual net decrease in cost plus a deduction in Con.tractor's fee by an amaunt equal to five percern (5°/o) of such net decrease. 12.Q2 Change af Cantract Tir�te A. The Contract Time may only be cha�nged by a Chang� Order. B. No extension a�the Contract Time will be allowed for Extra Work nt• for clarmed delay unless the Extra Work contemplaied or claimed delay is shown to be on the critical path of the Project ScheduIe or Conl��actor can sliow by Gritical Path Method analysis how the Extra Worlc or claimed delay adversely affects tl�e criticaI path. 12.03 Delays A. Where Contz•actor is z�easanabIy delayed in the performance or cQmpletion o� any part of the Worlc within the Contract Time du� to delay beyond the control of Cc�ntracior, the Contract Time may be extended in an amount equal to the tir�ne lost due to suck� delay if a Contract CIaim is made therefor. Defays beyand the control of Contracfiar shall include, but not be limited to, acts or neglect by City, acts or neglect of utility ovvners or aiher cantractors performing other work as contemplated by Article 7, fires, floods, epidemics, abnormal weatt�er conditians, or acts of God. Such an adjustinent shall be Contractar's sole and exclusive remedy for the delays described in this Paragraph. B. If Contractor is delayed, City shall not be liable ta Contractor for any claims, eosts, lass�s, or dainages (including but not lirnited to all fees and charges of �ngineers, architects, attorneys, and other pro%ssionals and aIl catu�t o�• arbitratian or other dispnie resolution costs) sustained by Cantractor on or in connection with any other project ac anticipated p��oject. C. Contractor shall not be entitlec� to an adjus�nent in Contract Price or Cantract Tirne for delays within the corneoi of Contractor. Delays aitrihutable to and within the control of a Subcontractor or Supplier shall be deez�ed to be delays within the control of �ontractor. D. The Contractor shall receive no comp�nsation for dalays or hindrances to the Worlc, except when direct and unar�oidable extra cost to the Contractor is caused by the failure of the City ta provide information or material, if any, which is ta be furnished by the City. C7TY dI' PORT WbRTI-I 2022 BRII7GE 1LEHABILITATIOIV CQNTRACT 1 STANDAItD CON57RiJCTION SPECII�ICATION DOCIIM�NTS City YrQjecE No. 1�3454 �BV f81013: B���ZQ3 � OQ'12 00 - 1 G�NERAL CONDITiONS Aage 48 of53 ARTICLE 13 — TESTS AND INSPECTTONS; CORR�CTION, REMOVAL OR ACC�PTANCE OF DEFECTI'VE WORK 13.01 ll�otice of Defects Notice of all defective Wark o� which City has actual Imawledge vvill be given to Contractor. Defec�ive Worlc may be rejected, corrected, or accepted as p�•o�ided in ihis A��ticle 13. 13.p2 Access ta Work City, independent iesting laboratories, and governmentaI agencies with jurisdictianal interests will ha�e access to the Sit� and the Work at reasanabie times for their observation, inspection, and testing. Contractor shall provide tham praper and safe conditions for such �.CC�S5 and ad�ise them of Contractor's safety procedures and programs so ihat the� may cornply therewith as applicable. i 3.43 Tests and Inspections A. Cont�acior shall give City timely notice oi readiness of tHe Worlc fo�• all reguired inspectzons, tests, or approvals and shall cooperate with inspeciion and t�siing persannel to facilitate required inspections ox• tests. B. If Contract Documents, Laws or Regu�ations of any public body having lurisdiction require any of the Work (or pari thereo� to be inspected, fiested, ar appraved, Contractor shall assume full responsibility for arranging and ol�taining sueh independent inspeetions, tests, retests or appravals, pay all cQsts in con�ection therewith, and furnish City the required certi�eatas af inspection or approval; excepting, hawever, those fees specifically identifed in the SUpplemantary Conditions or any Texas Depat�ment of Licensure and R�gulation (TDLR} inspections, which shall be paid as described in the Supplernentary Conditions. C. Contractor shall be responsible for arranging and obtaining and shall �ay all costs in conn�ction with any inspections, tests, re-tests, or approvals rec�uired for City's acceptance of materials or equipment to be incorporated in tl�e Work; ar a.cceptance of materials, nni� designs, or equipment submitted for approval prior to Contractar's purchase thereof for incorporation in �he Wo�k. Such inspections, tests, re-tests, ar approvals shall be performed by organizations acc�ptable to CI�. D. City rnay arrange far the se�rvices af an independent testing laboratory ("Testing Lab") to perform any inspections ar tests ("Testing") fnr any part of the Work, as determirled solely by City. l. City wiIl coordinate such Testing ta the extent possible, with Contractar; 2. Should any Testing under this Section 13.03 D result in a°`fail", "did not pass" or othar similar negativ� result, the Contractor shall be respansible for paying for any and all retests. Contractar's cancellation witho�t cause of City initiated Testing shall be deemed a negative result and require a retest. CTTY OI' rORT WORTH 2O22 BRIDGE R�,HASILITATION CONTRACT 1 STANDARD COhfS'1'RUCTIOiY SP�CIF'ICATION DOCUMENTS City Project No. 103454 Revision: 812312D21 ao�zoo-i GENERAL CONQITlONS Page 49 of 63 3. Any amounts owed for any retest under this Section 13.03 D shall be paid diractly to the Testing Lab by Contractor. City will forward all invoices for relests to Contractor. 4. If Contractor fails to pay the Testing Lab, City will not issue Final Payinent until the Testing Lab is paid. E. If any Worlc (or the worl� of others) that is to be inspected, tested, or approved is covered by Contractor without written concurrence of City, Contractor shall, if requesied by City, uncover such Vdarlc for observation. F. Uncorrering Wo��k as provided i� Paragraph 13.03.E shall be at Contractai•'s expense. G. C�ntractor shali have tl�e right to ma�e a Contract Claim regarding any retest or invoice issued under Sectian 13.03 D. 13.04 Uncove�-ing Work A. If any Worl� is cove�•ed contrary to t�te Cai�t�act Docuinents or specific ins#ructions by the City, it must, i� requested by City, be vncovered for City's obser�ation and r�placed at Contractor's expense. B. �f City considers it necessary ar advisable that cavered Worlc be observed by City o�• inspected or tested by others, Contractor, at City's request, shall uncnv�r, �xpnse, ar otherwis� tnak� available for observatian, inspection, or testing as City may requice, that poi�tion of the Work in question, furnishing all neeessary labor, �naterial, and equipment. If it is found that the uncor�ered WorIc is da�active, Contractor shall pay alI clairns, costs, losses, and damages (including but not lira-�ited to aII fees and charges of engineers, architects, attorneys, and ather prafessianals and aIl court or other dispute resolution casts} asising o�at af or rela�ing to such uncovering, exposure, observation, inspection, and testing, and of satisfaciory replacenne�t or z•econstruction (incl�ading but not li�nn.ited ta aIl costs a� repair or replacement of �vark of others); or Cifiy shall be entitled to accept defective Worlc in accordance with Paragraph 13.08 in which case Contractor shall still be responsible for all costs associated wiih exposing, observing, and testing the defective Work. 2. Ii the uncovered Work is not faund to be defective, Contractor shall be allowed an increase in th� Cnntract Prica or an �xtension ofthe Contract Time, or both, directly attributable to such uncovering, expost�re, observation, in�pection, testing, replacement, and reco�struction. � 3.OS Ciiy May Sto� the Work If ihe Work is defecti�ve, or Contractor fails to supply sufficient skilled workers or suitable materials or equipnr�ent, or fail,s to pez�o� the Wark in such a way that the completed Work wiIl confarm to the Cont�•act Docum�nts, City may order Contractor to sto� the Worlc, or any portion thereof, until the cause for such order has been eliminated; however, this righi of City to stop the Work shaIl not gi�e rise ta any duty an tl�e part af City to exercise this right far the benefit of Contractor, any CITY OF FORT WORTH 2O22 BTt1DGE I2LHABILITA'I'ION COIVTI{ACT J S7'�i]+IDA[iI� CONS'iRUCTIOhI ST'ECIFICA'f10N DOCiJMENTS C ity Project No. 1 Q3454 Revision: 8/23/2021 oo7zao-i G�NERAL CONQITIONS Page 50 of G3 Subeontractor, any Supplier, any other individual or entity, or any suj�ety for, or emplayee ar agent af any a� them, 13.06 Correction or Removcal of Defectave Work A. Promptly after receipt of written notice, Contractor shall correct all defective Work pursuant to an accepta�le schedule, whether or not fabricated, installed, or completed, or, if the Work has been �reejecieci by City, reraove it from the Project and replace it with Work �hat is not def�etive. Contractor shall pay all claims, costs, additianal testing, losses, and damages (including but not iimited to all fees and charges of engineers, architects, attorneys, and other proFessianals and all co�art or arbitration or other dispute resolution costs) arising out of ar relating to such carrectian or removal (including �ut not limited to alI costs of repair or replacement of work of others). Failure to j•equire the remnval of any def�ctive Work shall not constitute acceptance�of such Work. B. When correcting defective Worlc under the terms of this Paragraph 13.06 or Paragraph ] 3.07, Contractor shall take n�o action ihat would void or otherwise impair City's special warranty arid guarantee, if any, on said Work. � 3.0`7 Co�ection Peraod A. If within two (2) years aftei• the date of Final Accepianc� (or snch longer period of time as may be prescribed by the terrris of any applicable special guaa•antee required by tlae Contract Documents), any Work is found to be defective, ar if the repair pf any damages to the land or areas made available for Con#ractor's use by City or permitted by Laws and Regulations as contemplated in Paragraph 6.1 D.A is found to be defective, Contractar shall promptly, withou# cost to City and in accordance with Ciiy's writtea instructions: I. repair such defective land or areas; ar 2. correct such defective VVork; or 3, if the defective Wark has been rejected by City, remove it from the Projact and replace it with Work that is not defective, and �4. satisfaciorily correct or repair or remove arid replace any damage to other Work, to t�e wo�•k of others or other land or areas resul�ing therefrom, B. If Contracfor does not promptly camply with the tarms oi City's written instructians, or in an emergency where c�elay would cause serious risk of loss or damage, City may have the defeetive Work corrected or repaired or may kave the rejected Work rerrioved and replaced. AIl claims, costs, Iosses, and damages (including but not limited ta all fees and charges of engineers, architec�s, attorneys, and ather professionals and alI court or other dispUte resoIution costs) arisin� out of or �•elating to such correction ar repair ar such remo�al and replacement (including but not limited to all costs of repaie or replaceanent of wark of others} will be paid by Contractor. C1TY OF FORT WORTH 2O22 BRIDGE iiF.i3ASILITATION CONTRACT 1 STANDARD CONSTRUCITON SPECIFICATION bOCl1M�NTS City Pro�{ect No. 103454 Revisaon: 8/2312fl21 oa�zoo- i GEiVERAt CDND1ilONS Page S l of 63 C. In special circumstances where a particular item of equipment is placed in c�ntinuous service befare Final Acceptance of alI the Work, ihe correction period for that item may start to run frorn an aarlier date if so provided in the Contract Documents. D. Where defecti�e Worlc (and datnag� to nther Worlc �•esulting fihere�c•om) has been corrected ar removed and replaced under this Paragraph 13.07, the correction per�od hereundei• with respect io such Work rnay be required to be exfiended far an additional period of one year after the end of ihe initial correction period. Citiy shall provide 30 days written notiee to Cont�actor should such additional warranty caverage be required. Contractor may dispute tl�is requirement by �ling a Contract C1aim, pursuant to Paragraph 10.06. E. Contractor's obligations under ihis Paragraph 13.07 are in addition to any other obIigation or warranty. The provisions of this Paragraph 13.07 shall nat be construed a� a substitute for, or a waivar a�, ihe p�•ovisions of any appIicable statute of limifiatiQn or repase, 13.08 Acce�ptance of Defective Wo�k If, instead of reyuij•ing car�•ection or removal and z•eplace�nent of defective Warlc, City prefers to accapt it, City may da so. Contractar shall pay all claims, cosfis, Losses, and damages {including but nat limited to alI fees and cha�ges of engineea•s, architeets, attorneys, and o�her prafessionals and all court or other dispu�e resolutian casts} attributable to City's evaluation of and deterinination to accept such defective Worlc and for the diminished value of the Work to the extent not otherwise paid by Contractor. If any such acceptance occurs priar to Final Acceptance, a Change Order r�ill be issued incarporating the necessary re�isions in the Cantract Dacuments with respect to the Work, and Cit� shall be ent:itled to an appropriate decrease in th� Contract Price, reflecting the diminishec� value af V1�ork so accepted. 13.09 City May Co�°rect Defective WoYk A. If Contractor fails within a reasonable tiine after written notice froin City to cnrrect def�ctive Wnrk, or to remove and replace rejected Work as required by City in accordance with Paz�agz�aph 13.�6.A, or if Contracto�• fails to perform the Work in accordance wifih the Contract Documents, or if Contractor faiIs ta eorr�ply witla any other pro�ision of the Contract Documents, City enay, af'ter seven (7} days weitten notice to Cantractar, correct, or remedy any such deficiency. B. In exercfsing the rights and remedies under this Paragraph 13.Q9, City shall proceed expeditiously, in connection with such corrective or remedial action, City may exclude Contractor from aIl or part oF the Site, ta�ce possession of all or par� of the Wor1C and suspend Contractor's services related thereto, and incarporate in the Work all materials and equipment incorporated in the Woz•k, stored at the Site or for which City has paid Contractor but wl�ich are stored elsawhere. Contractor shall allow City, City's representatives, agents, consultants, employees, and City's other contractors, accass to the Site to enable City to exercise the rights and remedies under this Paragxaph. C. All claims, ensts, loss�s, and damages (including but not li�nited to all fees and charges of engineers, architects, attorneys, and oiher professionals and all court or ather dispute resolutian CITY OF �ORT WORTIi 2022 BRIDGE REHABILITA'1'fON CONTRAC7' I 5TANDARD CONSTRUCTION SPECIFICATIQN DOCUMEN7'S City ProjectNo. IQ3454 Revision: 8/23l2Q21 oo �a oa - � G�NERALCONDITIONS Page 52 af fi3 costs) ineurred or sustained by City in exarcising the rights and remedies under this Faragraph 13A9 will be charged against Contractar, anc� a Change Order will be issued incorporating the necessary revisions in the Cantracf Documents with respact to the Worlc; and City sha11 be entitled to an apprapriate decrease in the Contract Price. D. Coniractor shall not be �llowed an extensio� of the Contract Time because of any delay in th� performance of the 1�Vork attributable to tYie exercise of City's righis and remedies under this Paragra�h 13,Q9. ARTICLE 14 — PAYMENTS TO CONTRACTDR ANll GOMPLET�ON 14.OI Schedule of Yalues The Schedule of Va�ues far lump sum contracts established as provided in Paragraph 2.07 will serve as the basis for pragress payments and will be incorporated inta a form of Application for Payment acceptable to City, Progress payments on acaount of Unit Frice W�rk will be based on the nurabec of units campleted. 14.02 P�og�ess Payments A. Applications for Paymetzts: 1. Contractor is responsible for providing all information as required to become a vendor of the City. 2. At least 20 days b�fore the date establis�ed in the General Re�uirements for �ach progress payment, Contractor shal� submit to City far review an Application for Payment fillad out and signed by Con�ractor covering the Work completed as of the date of the Application and accompanied by such supporting docume�tation as is required by the Contr'act Documents. 3. If payment is requested on the basis of materials and equipinent not incorporatad in the Work but delivered and suitably stored at the Siie or at another location agreed to in writing, the Application for Payment shall also be accompanied by a bill of sale, in�oice, or ather documentation warranting fihat City has received tihe ina.teriajs and equipment free and clear af al1 Liens and evidence that the materials and equipment are covered �y appropriate insurance or other arrangemenis ta protect City's interest therein, all of which must 6e satisfactary to Cii}+. �. Beginriing with the secand Application far Payment, each Application ska11 include an affidavit of Contractor stating that previous progress payments received on acoount of the Work have been applied on accaunt to discharge Contractor's legitirnate obligations associated with prior Applications for Payment. 5. The arr�ount o� retainage with respect to progress payinents will be as desci•�bed in sub5eciion C. unless otherwise stipulated in the Contt•act Docum�nts, CIlY OF FORT WORTH 2O22 BR1pG� REHA4ILITATIOA! CONTRACT 1 STANDARD C(3N5TRUCTIp1� SPEClF1CA"CIpN DQCUM$NTS CityProjectNn. ID3454 Revision: 8/23/2021 QD7200-! G�N�RA�. CONRITIONS T'age 53 of 63 B. Review of �Ipplications: City wiIl, after z•eceipt oi each Application for Payanent, eiiher indicate in writing a recominendation af payment ar return the Application to �ontractor indicating reaso�s far refusing payrnent. In tha Iatter case, Cnntractor may malte tha nec�ssaiy corrections and resubmit t�ie Application. 2. City's processing oi any payment requested in an Applicatian for Payment will be based on City's observations of th� ax�cuted Work, and on City's r�view affh� Applicatinn for Payment and the accarapanying data and sch.edules, that to the best of City's lcnowledge: a, the Work has progressed to tiie point indicated; b. the quality ofthe Warlc is genarally in accordance with the Contract Documen�s (subject to an evaluation of the Worlc as a functioning whole prior to or upon Final Acceptance, the results of any subsequent tests called far in fihe Contraet Docuinents, a final determi�ation af quantities and classifications foe Work performed under Paragraph 9.05, and any other yualifications stated in the recommendatian}. 3. Ptocessing any such payment will not thereby be deemed to have represented that: a. inspections made to checic tha quality or the quaniity of tha Work as it has baen performed have been exhaustive, extended to every aspect of the Work in progress, or involved detailed inspections oi the Worlc beyo�d the responsibilities specif cally assigned to City in the Contract Documer�ts; or b. there may not be oiher rnatters or issues between the parties thai mighi entitle Contractor to b� paici additionally by City or entitle City to withhold payment to Contractoi; or c. C�ntractor has complied with Laws and Regulations applicable to Contracior's performance af the Worlc. 4. City may refuse to process the whale or any pai�t of any payine�t because af subsequently discov�red evidence or the results of subsec�uent inspections or tests, and revise or revolc� any such payinent previausly made, to such extent as may be necessary to protect City from loss because: a. the Work is defective or completed Worlc has been damaged by the Contractor or subcontractars requiring carrection or xeplacement; b. discrepancies jn quantities contained in previous applications far payment; c. the Contract Price has been reduced by Change Orders; d. City has been required to correct c�efecti�e Worlc or complete Wark in accordance with Paragraph 13.09; or C1TY OF FORT WORTI-] 2022 BRIDGE REHABILiTATIOI�I CONTRACT 1 STANDARD CdNSTRUCTION SP�CII�'ICATION DOCU]VICNTS City Project No. ] 03459 RevisioiL 8/23I2021 00 72 00 - 1 GENERAL CONC71710NS Page 54 of 63 e. City has actual knowledge of the occurrence of any of the events enun�erated ir� Paragraph 15.02.A. C. Retaina�e: 1. �'or contracts (10%}. less than $400,d00 at the time of execution, retainage shall be ten perceni 2. For contracts greater th.an $400,Q00 at the time oi executian, retainage shall be five percent ��J%). D. Liquidated Dafraag�s. For each calendar day that any worlc shall renaain uiacompleted after ihe time specified in the Contract Docutnents, the sum per day speci�ed in the Agreement wilI be assessed against the monies due the Contractor, not as a penalty, but as dam�ges suffered by �e City. E. Paytnent: Contractor will be paid pursUant to the require�nents of this Article 1� and payment will become c�ue in accordance with the Contract Documents. F. Reduction in Paymerrt: 1. City may refuse to make payrnent af the amount requested because: a. Liens have been filed in cor►nection with the Wark, except where Contractor has delivered a specific bo11d satisfactory to City ta secure the satisfaction and discharge of such Liens; b. there are other items entitling City to a set-off against the amount recorr�rnended; or c, City has actual icnowIedge of the occurrence of any of tl�e events enumerat�d in Paragraphs 14.a2.B.4.a through 14.02.B.4.e or Paragraph 15.02.A. 2. I#' City refuses to make payment of the amount requested, City will give Coni�acto�• writter� notice stating the reasons for such aciion and pay Contraator any amount remaining after deduction of the amount so withheld. CiLy s�all pay Contractor the amount so withheld, or an.y adjustment the�reeto agreed to by City and Contractar, �rhen Contractor remedies the reasons far such action. 14.03 Cantractor's Warranty of Title Contractor warrants and guarantees that title to all Work, materials, and equipinent covered by any Application far Payment, whether incorporated in the Project or not, will pass to City no later than the time of payr�ent free and clear af alI Liens. CITY OF FORT WORTH 2O22 BRIT)C�E REHABILITATIOAf CONTitACT 1 STl1NDAI2D CONSTRUCTIOIV SPECiFICATIQI�' DQC[JMENTS City Praject �fo. 103454 Revision: 8/23/2021 00 �z ao - i GENERI�L CON�ITIONS Page 55 of 63 14.04 Partial Utilization A. �z•iar to FinaI Accepiance of ail the Work, City may use or occupy any part of the Worlc which has speciFically been identified in the Cantract Docttnnents, or which City determines constitutes a separatc:ly funciioning and usable part of t�e ViJork that can be used for its intended p�upose without significani interference with Contractor's performance o�the r�rnainder ofihe Work. City at any time may notify Cant�actor in writing to pe�•nnit City to use ar occupy any such part of the Worl� which City d�termines to b� ready for its intended use, subject to tl�e follawing conditions; 1. Contractor at any tir�ae nnay notify City in writing ti�at Contractar considers any such part of the Wbrk ready %r its intended use. 2. Witl�in a reasonable tiine after noti�cation as enumerated in Paragraph 14.OS,A.1, City and Coniractor sl�all make an inspection of that part of the Worlc to determine its status of campletion. If City does not consider that part af the War�C to be s�bstantially cornplete, City wi11 natify Contractor in vvriting giving the r�asons thereFor. 3. Partial Utilization will not constitute Final Acceptance by City. 14.05 Finallnspectian A. Upor� written notice fi�om Coniractor that the enti�e Work is S u b s t a n i i a 11 y Compleie in accordance w�th the Contract Docum.ents: I. Within 10 days, City wiIl schedule a Fir�al Inspection with Contractor. 2. City will notify Contractor in writing of all particulars in which this inspection reveals that the WorI� is ineomplete or defective {"Punch List ltems"}. Contractor si�all immediately fak� such measures as are necessary to complete such �Vor�k or remedy such deficiencies. B. No time charge vvill be made against the Contractar between said date oi notif cation ta the City of Substantial Completion and the date of Final Inspection. l. Should the City determine that the Work is not ready for Final Inspecfiion, City will notiiy the Cantractor in writing of the reasons and Contract Time will resume. 2. Should the City concur ihat Substantial Completion has been �chieved with the exception of any Punch List Items, Contract Time will resume for the duration it takes For Contractor to achieve �'inaI Acceptance. 14.06 Tinal Acceptdnce Upon completion by Contractor to City's satisfactiQn, of any additional Woj•lc identified in the Final Inspection, City will issue to Contractor a letter of Final Acceptance. C1TY pF FpRT WORTk# 2422 [3RIDG� R�HABILITATION CONTRACT 1 STANDARD CONSTR[}CTION SPECIFICATIOI�' DDCUMENTS City ProjectNa. Ip3454 Revision: 8123f2U21 oa �z oo - � GEIVERAL CQNp1TIONS Page 5b oF63 14.Q'1 Final Payment A. A�pdicatian fo� Pay�rzent: 1. Upon Final Acceptance, and in the opinion of City, Contractor may make an application for fnal payment following the procedure for progress payments in accordan:ce with the Contract Docwnenfis. 2, The final Application for Payment shall be accompanzed (except as previously deliv�red} by: a. all documentation called for in t.�ie Contract Documents, including but not limited to the evidence of insurance required by Paragrapl� 5.03; b. consent of the surety, if any, to �inal paymeni; c. a list of alI pending or released Dazx�age Claims against City that Contrac#or believes are unsettled; and d. affida�i�s of payments and cprnpleie and legally effective �releases or waivers (satisfactory to City) of aIl Lien righis arising out of or Liens filed in connection with the Wark. B, Payment Becames Due: 1. After City's acc�ptance of the Application for P�.yment and accompanying documentation, requested by Contractor, less previaus payments made and ar�y sum City is entitled, including but not limited to liquidated damages, will becorr�e due and payable. 2. After all Damage Claims have been resal�ed: a. directly by the Contractor or; b. Contractor pro�ides evid�nce that the Damage Clair� has been reported to Contractar's insuranee provider for resolution. 3. The making of the final payment by the City shalI not relie�e the Cont�actor of az�y guarantees or other requirements of the Contract Docurnents which specifically continue thereafter. 14.08 Final Completion Delayed and Partfal Ret�inage Release A. If final completion of the Wark is significantly delayed, and if City so confirrns, City may, upon receipt af Corttractar's final Application far Payment, and withaut terminating the Contract, make payment of tl�e balance due far that portion of the Work fiilIy completed and acc�pted. If the rernaining balance to be held by City for Work not fully completed or carrected is less than the retainage stipulated in Paragr�ph 1�}.OZ.C, ar�d if bands have been furnished as required in Paragraph 5.02, the v,�itten consent of th� surety �n ihe payment of th� balance du� for that Cl'I'Y OF FORT WORTH 2O22 BRIDGE REHt�BILITATION CONTRACT 1 STANDAI2D COi�fS7TtUCTION SPECIFICA'TION DOCU[vIENTS City Yrojeat No. l03454 Revision: $l23/2R2I ao 7z ao - � GENERAL CONDITIONS Page 57 of 63 portion of the Wor�c fully completed and accepted shall be sUbmitted by Contractor to City with the Application for such payment. Such payment shall be made unc�er the terms and conditions governing �inal payment, except that it sl�all not constitute a waiver of Contract Claims. B. Parlial Retainage Release, For a Cont�•act that pravides for a sepa�rate vegetative establishment a�d maintenance, and test and performance periods following the completian of all other const�•uction in the Contract Documents for all Work locations, the City may release a poi�tion of the amount retained provided that all other work is completed as determined by the City. Be£ore the re�ease, all sub�nittals and �nal quantities must ba cnmpI�ted and accepted for all ather wo��k. An amount sufFicient to ensure Contract compIiance will be retained. 14.09 �aiver of Claims The acceptance of fnal payment will constitute a release ofthe City frorr� aI1 clairns or liabiliiies under the Contract for anything dane ar furnished oa• relating to the work under the Contract DocUments or any act or n�glect qf City related to or coz�necte� wiCh the Cantract. ARTICLE 1� — SUSPENSION OF WORI� AND TERMINATI�N 15.0] City May Suspend Work A. At any time and without cause, City may suspend th� Work or any po��tion thereof by weitten notice to Contractor and which may fx the date on vvhich Work wiSl be resurned. Contractor shall resume the Wprk on the date so fixed. During temporary suspensian of the Woz�k covered by these Contract Documents, for any reason, the City will make no extra payment far stand-i�y time of canstruction eq�ipanent and/or canstruction crews. B. Should the Contractor not be able to co�nplete a portion af f.Y►e 1'raject due to causes b�yond the control of and without the fault or negligence of the Contractor, and should it b� determin�� by mutual consent of the Cantractoc ar�d City that a sol�ation to allaw constzuction to proceed is not auailable witivn a reasonable period of time, Contractar may request �r► extension in Contrac# Time, directly atta�ibutable io any such suspension. C. If it shoulci become necessary ta suspend the Wark for an inde�nite period, the Contracior �hall siorc aI! materials in such a manner that they will not obstrucfi or impede the public untlecessarily nor become damaged in any way, and he sl�all talc� every precaution to pt•event damage or deterioratior� of the work performed; he shall provide suitable drainage abaut the work, and erect temporary structures where necessary. D. Contractor may be reimbursed for the cost of moving his equiptnant off the job and r�turning the necessary eq�ipinent to the jab when it is determined by tk►e City that constr�c#ion ax�.ay be resumed. Such reimbursement shaIl be based on actual cost to the Cant�actar of moving the equipment and no profit will be allowed. Reimburseinent may not be allowed if the equipment is moved to anather cor�struction project for the City. CITY �P FO1tT WORTfI 2422 BRIDGE REHABILITATIOIV CONTRACT 1 STANDARD CdNSTRiICTION SPECIFICATION DOCUMEI+ITS City Proje�t Na, 1p3a54 Revision: 8/23f2621 oo �a oo - i GENERAL CON�ITIONS Page S8 af 53 15.02 CitylYlay Termr."nate for Cause A. The occurrence of any ane or more af ihe following events by way of example, but nat of limitatian, may justify terminatian for cause; l. Contractar's persistent iaiIure to perform the Work in accordance with the Contract Documents (including, btat nat limited to, failure to supply sufficient slcilled workars or suitable materials or equipment, failure to adhere to the Project Schedule established under Paragraph 2.07 as adjusted from time to tiine pursuant to Paragraph 6.04, or failure ta adhere to fihe City's Busine.ss Diversity Enterprise Ordinance #20020� I 2-201 l�stabIished undar Paragraph b.06.D}; 2. Contractor's disregard of Laws ar Regulations of any public body having jurisdiction; 3. Contractor's repe�t�d disregard of the autharity of City; or 4. Contiractor's �iolation in any substaniial way of any pravisions af the Contract Documents; or Contractor's failure to promptly make good any de�ect in materials ar workmanst�ip, car defects of any nature, the correction of which has been directed in writir�g by ihe City; or 6. Substantial indication that the Cont�•actor has made an unauthorized assignment of the Contract or any funds due therefrorn far the beneiit of any creditor or for any other purpose; or 7. Substantial �vid�nce that the Contractor has become insolvent or bankrupt, or otherwise financially unable to carry on the Work satisfactoriiy; or 8. Coniractor commences legal action in a court of competent jurisdictior� against the City. B. lf ane or more of the events identified in Pa� agra.ph 15.02A, accur, Ciiy will provide written notiae to Cantractor and Surety to arrange a canference with Cantractor and Sureiy to address Contractor's failure to perforim the Work. Conference shall be held not later than 15 days, after receipt of notice. If the City, the Contractor, and the Surety do not agree to allow the Contractor to proceed io pe�orm the canste�}ction Conh•act, the City may, to the extent p�rmitted by Lavvs and Regulations, declare a Contractor default and formally terminate the Contractor's right to comp�ete the Contract. Con�ractor default shall not be declared earlier than 20 days after the Contractor and Surety have received notice of cnnfeience to address Contractor's iailure to perform the Work. 2. If Contractor's services are terminated, Surety sl�all be obligated to take over and perform the Work. If Surety does not commence performance Chereof within IS consecutive calendar days after date of an additional written notice demanding Surety's pet-formance oF its CITY OF FpRT WORTI-� 2p22 BRIDGE IiBHABILITAITQN CpNT1tAC'I' 1 STANDAAD COiV57RUCTION SPECIFICATIaN DOCUMENTS City Project No. I U3454 Revisian: $123f2Q21 oa 7z oo - i GENERALCON�ITIONS Pagc S9 of G3 abligatians, il�en Gity, without process or action at law, may taIce over any portion of the Work and cornplete ifi as described below. a. If City campletes the Work, City may exclude Coniractor and Surety from the site and talce possession of the Worlc, and all materials and equiptment incarporated into the Work stared at the Site or for which City has paid Cantractor or Surety but which are stored alsavvhere, and finish the Worlc as City may deem expedient. 3. Whether City or Sui•ety completes the �Vork, Coniractor shalI nat be entiiled to receive any further payment until the Work is finished. If the u�paid balance of the Cant�act Price exceeds all claims, costs, losses an�1 da�nages sustained by City arising out of or rasulting frorn completing the Work, such excess will be paid to Contractar. If such claims, costs, losses and damages exceed such un�aid balarice, Cont�actor shall pay the difference to City. Such claims, costs, lossas and ciamages inci,u•red by City will be incorporated in a Change Order, provided that when exercising ai�y rights or remedies under this Paragraph, City shall not be required to obtain the lowest price �or the Work performed. 4. Neith�r Cit�, nor any of its r�spectiv� consultants, ag�nts, offic�rs, dir�ctors Qr employees shall be in any way liable or accountable to Contractor or Surety for the method by which the completion of the said Worl�, or any portion thereo% may be accomplished ar far the price paid therefor. 5, Ciiy, notwithstanding the method used in cornpleting the Coniract, sh�Il nat forfeit the righi to recover darr�ages from Contractor or Surety %r Contracfior's iailure to timely camplete the entire Contraci. Contractor shall not be entitled to any claim on account of the method used by City in completing the Contrac#. 6. Maintenance of the Wark shall continu0 to be Cont�•actor's and Surety's responsihilities as provie�ed for in t11e bond requiremar�ts of the Contract Documents ar any spacial guarantees provided for under the Contract Documents or any other obligations atherwise prescribed by law. C. Notwithstanding Paragraphs 15.02.B, Contractor's services will not be tei�rninated if Contractor begins within seven days o�receipt of notice af intent to terminaie to correct its failure to perform and proce�ds diligently to cure such failure within no more than 30 days of rec�ipt of said notice. D. Where Contractor's services have been so terminated by City, th.e termination will not affect any rights or remedies af City against Cantractor then existing or which may thereafter accc•ue. Any retention or payment of rnaneys due Coniractor by City will not release Coniractar fi•orn liability. E. If and to the extent that Contractor izas provided a performance bond under the provisions of Paragraph 5.02, the termination procedures oithat band shall not supersede the provisions oFthis Articla. CITY OP FORT WOKTI�I 2022 BRIDGE REHABILCPF1TIpi�I CpNT12ACT l STANDARD CONSTitUCTION SPECIFICA'FION DDCUMENTS Cily Project No, 103454 Revision: $1231202] oo�zaa-i GENERAL C�iVDITIONS l�age 60 of 63 15.03 City �Vlay Te�rninate For Convenience A. City may, without caUse and without prejadice to any other right or remedy of City, terminate tke Contract. Any termination shall be effected by mailing a natice of the terminatian ta the Cont�actor specifying the extent ta whieh perfarmar�ne of Work Under t�e cantract is terminated, anc� th� date upon which such termination becomes effectiva. Receip� of the notice shall be deemed eonclusi�ely presurned and estabIished when the letter is placed in the United States 1'osta.l Service Mail by the City. �'u�ther, it sha�l be deemed canclusively presutned and esta.blished that sucl� 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 exc�pt as otherwise directed by the City, the Contrac�or shall: 1. Stop work under the CantraCt on the date and io the exfient specified in th� notice oftermination; 2. place no fut-ther orders or subcontracts for materials, services or facilities exeept as may be nec�ssary for completion of su�h portion of the Wor1� under ihe Contraci as is not terminated; 3. terminate all orders and subcontracts to the extent that they relate to the perforntance of the Wark terrninated by notice of termination; 4. transfer title to the City and deliver in the manner, at ihe tiines, and �n the extent, if any, dir�cted by the City: a. the fabricateci or unfabricated parts, Work in progress, completed Work, supplies at�d other material produced as a part of, or acauired in cannectior� with the perFormance af, the Work terminated by the notice of the termination; and 6, the oornpleted, or partially completed plans, drawings, information and other property which, if the Conta•act had been completed, would have heen required to be furriished to the City. 5. complete perform.ance of such Work as shall not have been terrninat�d by the notice of terzninatian; and 6. take such action as rnay be necessary, or as the City may direct, for the protection and preservation of th� property related to its contract which is in the possession of the Coniractar and in which the ow�er has or may acquire the rest. C. At a time not later than 30 days after the termination date specified in the notice nf termination, the Contractor may submit to the City a list, cerCified as to quantity and quality, of any or all items o�` terrninatior� inr�entory noi previously disposed of, exclusive of iterns the dispasitian of which has been directed or authori.zed by City. CL'FY OF FORT V�pRTH 2O22 BRIDGE REHABILIT�.TION CQNTRACT 1 STANDAItD CONSTRUCTION SP�CIFICATfOT! I?OCUMENTS Cily Project No. lU3�154 Revision: 8123l2021 pa �2 00 - � GEN�RAL CONI]ITIONS Yage fi 1 of G3 D. Noi later than 1 S days thereafter, ihe City shall acc�pt title to such items provided, that the list submitted shall be subject ta veri#�cation by the City upon re��ao�val of the items or, if the items are stored, within 45 days from the dat� of submission nf the �ist, and any necessary adjustments to correct ihe list as submitted, shall be made prior to final settlamant. E. Not later than 60 days a$er the natice of ternnination, the Coalt7ractor shall submit his termination claim to the City in th� form and with the certi�ication prescribed by the City. Unless �n extension is made in writing within such 60 day period by the Coniractor, and granted by the City, any and all such claims s�all be canclusively deer�ned waived. F. In such case, Contractor sha11 �� paid %r (w i�out duplicatian af any items): I. compleied and acceptable Worlc executed in accordance with fhe Cnntract Docurnents priar to the effective date of terraination, includin.g fair and reasonable sums for overhead and profit on such Work; 2. expenses sustained prior to the efFectir�e date of tarmination in p�t•forming seivices and furnishing labor, materials, or equipment as required by the Conf�ract Docurr�ents in connection with uncampleted Worlc, plus t'air and reasonabie sums for overhead and prafit on such expenses; and 3, reasanable expenses directly attributable to termination. G. In the event of the failure of the Contractar and City to agree upon the whole amour�t to be paid to ihe Contractor by reason of the iermination of the Work, tl�e Ciiy shall determine, on tl�e basis of information available to it, the amount, if any, due to the Cantractor by reason oithe termination and shall pay to the Contractor tlta amounts deterrnined. Contractor shall not be paid on account of lass of anticipated profits or revenue or other economic loss arising out of or resuliing from such terrninat�on. ARTICLE 16 — DISPUTE RESOLUTION 16.01 Nlethods and Procedures A. Either City or C�ontractor may request mediation of any Contract Claian sttbmitted for a decisian under Paragraph 10.06 before such decision becomes final and binding. The request for mediation shall be submitted to ihe oiher party to the Contract. Timely subrnissian of tha request shall stay the effect af Paragraph 10.06.E. B. City and Contractor shall participate in the mediation process in gpad faith. The process shall be commenced within 60 days of filing of the reyuest. C. If the Contracfi Claim is not resolved by mediation, City's action under Pa�ragrap� IO.OG.0 or a denial pursuant to Para�raphs 10.06.C.3 or 10.06.D shall become flnal and binding 30 days after termination of the mec�iation unless, within that time period, City or Contractor: CITY OF PORT WOATH 2�22 BRIDGE REHABILITATION CON7'RACT 1 STANDARD GONSTRUCT[QN SPECIFICATIQN DOCUNI6NTS City Project No. 103454 Revision; $/23/2021 oanoo-� GENERAL CONDITIONS Page b2 of63 1. elects in writing to invoke any other dispute resolution process provided foz• in the Supplementary Conditians; or 2, agraes with the other party to submit t�e Contract Claim to another dispute resolufiion process; or 3. gives written notica to th� other party of tI�e intent ta submit the Cant�act Claim to a court of competent jurisdiction. ARTICLE 1'� — NII�CELLANEOUS 17A 1 Givzng Notice A. Whenever any provision of the Con�ract Documents requires the giving of written notice, it will b� deerned to ha�e been validly given if: 1. deIivered in person to the ir�dividual ar to a member of the firin or to an officer of the carporation for whom it is inte�ded; ar 2. delivered at or sent by registered or certified mail, pos�age prepaid, to the last business address knqwn to the giver oi the notice, B. Business address changes must be promptly made in writing to th:e othea• party. C. Whenever the Contract Docuinents specifies giving notice by electronic means such elect�onic notice shall be deemed sufficient upon canfirmativn of receipt by the receiving party. 17.Q2 CompuPatio�t of T%mes When any period of tnne is referred to in the Gontract Docuriaents by days, it will be computed to exclude the first and include the last day of such period. If the last day oi any such period falls on a Saturday or 5unday or on a day made a lagal holiday the next Working Day shalI becorne the last day of the period. 17.Q3 Cumulative Remedies The dutias and obligatinns imposed by these General Conditions and the rights and remedies ava'rlable hereunder to the parties hereto are in addition to, ar�d are not ta be construed in arry way as a lirr�itation af, any rights and reznedies available to any or all of them whi�ch are otherwise imposad or available by Laws or Regulations, by special warranty or guarantee, or by other pravisions of the Contract Documents. The pro�isions of this Paragraph will be as effective as if repeated speci�cally in the Contract Documents in connection with each particular duty, obligation, right, and remedy fo which they apply. C1TY OP FORT WbRTH 2p22 B[tIDGE REHAB[LCi'ATIO1�2 CdNTKACT 1 STANDARD CQNSTRUCT[ON SPECIFICATION POCUMEIJTS City Project l+fo. 10345h Revision: 8/23/202 ] 00720�-i GENERAL CONDITfON5 Page 63 oF63 17.Q4 Sarrvival of Obligqtion� AIl representations, indemni�cations, warranties, ancl guarantees made in, required by, or given in accordance with tl�e Contract Dacuments, as well as a�l cantinuing obligations indicated in the Contracfi Documents, will surviv� final pay�nent, completion, and acceptance of ihe Work ar termination ar coanpletion of the Contract ar termination of the services of Con�ractor. 17.OS Headings A��ticle and paragraph headings are inserted for canv�nienca only and da nat constitute pa��s af�hese General Conditions. C1TY OF PORT WDRTH 2O22 BC2]17GE RE}iAI31L]'fATIO1V CONTRACT I STtIAfDARD CONSTRiJCTION SPECFFICATIQN DQCiJMENTS Cify Project?�fa. ] 03454 Iievision: 8l23/2621 00 73 p0 SUPPLCMCNTARY CONDITIONS Page 1 of 6 SECTION QD 73 00 SUPPLEMENTARY CONDITIONS TO GENERAL COI�iDITIONS 5�pplemeuta�y Conditions These Supplementary Canditions modify and supplement Section 00 72 00 - General Conditions, and other provisions of t[�e Contract Dacuments as indicated below. AIl provisions of the General Conditions that are modift�d ar supplemented remain in full force and effect as so modified ar supplemented. Al! provisions af khe Generat Conditions whicl� are not so modif7ed or supplernented remain in full force and eifect. De�ned Terms The terms used in these Supplementary Conditians which are defined in the General Conditions have the meaning assigned to them in the General Conditions, unless specifically noted herein. Modi�cAtions and Supplemen#s The foIlowing are instructinns that modify or supplement specific paragraphs in the General Conditions and ather Contract Documents. 5C-3,43B.2, f°Resolving Discrepancies" Plans govern over 5pecificatians. SC-4.01 A Easement limits shown on ihe Drawing are approximat� and were provided ta establish a basis for bidding. Upon receiving the final easeinents descriptiQns, Contractor shall compare therti to the lines shown an the Contract Drawings. SC-4.O1A.1., "Availability of Lands" The following is a list afknown autstanding right-of-way, and/or easements to be acqu'rred, if any as oi June I , 2021: Uutstanding Right-Of-Way, as�dlar �asements to Be Acquired PARCEL OWNER TARGET DATE N[.TMBER QF POSSESSION NONE The Cantractor understands and agrees that the dates Issted above are estimatas anly, are not guaranteed, and do not bind the City. lf Cont�actor considers the final easements provided ta differ materially from the representations on the Contract Drawings, Cantractor shail within five (5} 8usiness Days and before proeeeding with the Work, notify City in writing associated with the differing easa�nent line locatinns. SC-4.01A.2, �SAvailability of Lands" Utilities or ohstructions tu be removed, adjusted, andlor relocated CITY OF FORT WORTH 2Q22 BRII7GE REHABIl,ITAT[ON CONTRACT 1 STANDARD CONSTRiTCTI�N SPECIFICAI'IOAI DOCUM�NTS Ravised March 9, 2020 CITY PR07ECT NO. 103454 UD 73 OU SUPPLE1vIENTARY COi�II]ITIONS Page 2 of 6 The following is list of utilities andlor obstructions that have not been rernoved, adjusted, and/or reloaated as ofJune I, 2421: EXAECT�D UTILITY AND LOCATION OWNER NONE TARGET DATE O� ADJUSTMENT The Contractor understands ai�d agrees that th� dates list�d above are estimates only, are not guarantaed, and do not bind the City. SG4.Q2A., "Subsurface and Physical Conditions" The following a�'e reports of e�lorations and tests of subsurface conditions at the site of the Worlc A"Non�" Report No. , dated , prepared by "None" a sub-consultazit of "None", a consultant af the City, pz•oviding additiona! information on "None" The following are drawings oiphysical conditions iii or relating to existing surface and subsurface structures (except UG�derground Facilities) which are at or contiguous to the site of the Worlc: "Nane" SG�{.�GA., "Hazaa•dous �nv�ronmenial Canditions at Site" The following are reports and drawings oi existing hazardous environmental conditions Irnown ta the City: "None" SG5,03A., "Certi�cates of Insurance" The entities listed helow are "adciitional insureds as their interesf m respectiv� officers, directors, agents and ernpEoyees. (1) City {2) Consultani: "None" (3) fJther: "Nane" SC-S.d4A., 6°Contractor's Insurancep7 ay appear" inoluding their The limits of liability for the insurance required by Paragraph GGS.Q4 shall provide the following coverages for not less than tl�e following amounts or greater where required by Laws and regulations: 5.04A. Worke�s' Compensation, under Paragraph GC-S.04A. Statutoiq limits Employer's liability $1 Q0,000 eacli accident/occurrence $] 00,000 Disease - each employee $SQ0,000 Disease - pnlicy limit SC-5.0�38., "Contractar's Ins�rance" CITX OF EQ[i'I' WaRTH 57'ANDARD CONSTRUCTION SPGCIFICATION I70C1lME[�TTS Itevised March 9, 2020 2022 B12[DGE REII�1B1LiTATION CONTRACT I C1TY PRQJECT TEO. I 03454 00 73 00 SUPYLEMEN7'ACCY CO7+IDITION5 Page 3 af G 5.04B. Commercial General Liability, under Paragraph GC-S,D4B, Contractor's Liability Insurance under Paragraph GC-5.04B,, which shal] be on a per project basis covering the Contractor with rr►inimum lirnits af: $1,600,000 each occurrence $2,0OO,ODfl aggregake limit The poIicy must have an endorsement (Am�ndment -� Aggregate Limits of I�surance} malcing 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 Rema�•ks Article of the Certificate of Insurance. SC S.O�IC,, f°Contractor's Insurance" 5.Q4C. Automobile Liability, under Faragraph GC-5.04C. Contractor's Liability Insurance under Paragraph GG5.04C., which shall be in an aznount not less than the following amounts: (] ) Automohile Lia6ility - a cammercial business policy shall proVide co�erage on "Any Auto", defined as autos owned, hired and non-owned. $1,00fl,000 each accident on a combined single limit basis. Split limits are acceptable if limits are at least: $250,Q00 Badily Injury per person / $500,000 Badily lnjury per accident 1 $100,000 Property Damage SC-5.44D„ `sContractar's Insurance" The Contractor's construction activities will require its employees, agents, subcontractors, equipment, and cnaterial deliveries to cross railroad properties and tracks "None". 7'he Contractar shall eoncfuct its operations on rai[road pro�erties in such a manner as not to interfet•e with, hinder, or obstruct the railroad eosnpany En any manner whatsoe�er in the use or operation of its/their trains or ofher property. Such operations on rail�oad properties may require that Contractor to execute a"Right af Entry Agreement" with the particular railroad company or cornpanies involved, and to this end the Ca�tractor should satisfy itself as ta the requirernents of each railroad coEnpany and be prepared to execute the righf-of-entry {if any) requi�ed by a railroad campany. The requirements specified herein lil�ewise relate to Yhe Contractor's use of private and/or construction access roads crossing said railroad company's properties. The Contractual Liability covera�e requixed by Faragraph 5.D4D ofthe General Conditions shall provide eoveraga for not less than the following amounts, issu�d by companies satisfactory to the City and to the Railroad Company for a term that cantinues for so long as the Canh�actor's aperaiions and work cross, occupy, or to�ach railroad property: (1} General Aggregate: (2) Each Occurrence: Requirad for this Contract NIA NIA X Not req�ired for ti�is Cantract With respect to the above outlined insuranee requirements, the follawing shall govern: CIT� pF FORT WORTH STANBARD CONSTRUCTfON SPECII'ICATION DOCUMENTS Revised Marcfi 9, 2(}20 2022 BRIDGE REHABILITATIQN CONTRACT 1 C1TY PROJECT NO. 1 D3454 no �3 ao SUPPI.�M�iVTARY CONfDIT[QNS Page 4 of G 1. Whera a single railroad company is invol�ed, the ContracEar shall provide one 'rnsurance poiicy in the name af the railroad company. However, if more than one grade separation or at-grade crassing is af%cted by tite Project at entirely separate locations on the line or lines of the same railroad campany, separate coverage may be required, each in the amount stated above. 2. Where more than one railroad company is operating on the same right-o%way or where several railroad companias are involved and operated on their own separate rights-b%way, the Cnntractor tnay be requzred to provide separafe insurance policies in the name of eaeh railroad company. 3. If, in addition to a gi�ade separation or an at-grade crossing, other work or activity is propnsed on a railroad company's right-af way at a location entirely separat� from the grade separation or at- grade c�•ossing, insurance coverage for this work must be inelncEed in the poliey eovering the grade separation. 4. If no grade separation is involved but other work is proposed on a railraad con�pat�y's right-o% v�ray, all such other work may be covered in a singla policy for that railraad, even though the work may be at two or mare separate locations. No wo�•kc or ac#ivities an a rail�•oad company's properEy to be performed by tha Con4�•actor shaIl be commenced untii the Contractor has furnished the City with an original palicy or policies ofthe insurance for each railroad company named, as required above. All such insurance must be approved by the City and each affected Razlroad Campany prior to the Contractor's beginning worlc. Th� insurance specified above must be carried until all Wor[c to be perforrned an the railroad right-of-way has been completed and the grade crossing, if any, is no longer used by the Contraotor. In addition, insurance rnust be carried during all maintenance and/or repair wark perFormed in the railraad right-of-way. Such insurance must name fihe railroad company as the insl�eed, together with any tenani or lassee of'the railroad company operating aver tracks involved in the Project. SC-6.04., °fProject Schedule" Project schedule shall lre tier 3 for the p�•oject. SGG.07., "Wage R€►tes" The followi�g is the preuailing �vage rate table{s} applicable to this project and is provided in the Appendixes: GC 6.07 2013 Prev�iling Wage Rates (Heavy and Highway Construction Project) A copy ofthe Table is also available by accessing the City's websita at: httas.//anns.fortrvorthtexas.�ov/Pro ieclRResou rces/ You can access the �Ie by foliowing the diracfory path: 02-ConstrLiction Documents/Speci�catianslDiv00 — Gene�•al Conditians SC-6.09., "Permits and LTtilities" SG-b.U9A., °°Contracto�• obtained permits and licenses" The following are known permits and/o�• licenses required by the Contractfo be acquired by the Confractor: "None" SC-6.49B. "Gty ok�t�ined permits and licenses" The fa[lowing are lrnown permits and/or licenses required by the Contract to be acquired by the Ciiy: "None" GITY QF FpR7' WqRTH 2D22 DRIDGL+ RCTaAl3ILITATION CONTRACT 1 STANDARD COI�[STRUCTION SP�CIPICP.TION I�OCUMENTS Revised March 9, 2020 CITY PROJECT NQ. 103454 OD 73 00 SUPPLEIVI�,N1'Al2Y CONDITIONS Page 5 af b SC-b.09C. "Outstanding permits and licenses" The foIlowing is a list af known outstanding permits and/or licenses to be acquired, if any as of April 1, zoa2: Outstanding Permits and/or Licenses to Be Acquired OWNER PERMIT OR LICENSE AND LaCATTON TARGET DATE OF FOSSESSION "None" SC-7A2., "Coo�•dinaiion" The indi�iduals or entities listed below have nantracis with tl�e City fnr the performance of other work at the 5ite: "None" � Veodnr Scope of Worlc Coordination Authority � � Nane Nona None � � � SC-$.01, "Cammunications to Contr�ctor" "Nona" SC-9.01., "City's Project Manager" The City's Project Manager f�r this Contract is Tariqul Islam or hisllier successar pursuant to written notifcation from the Director of Transportation and Public Warks 5C-13.03G, "Tests and Inspections" "None" SC�16.QlC.I, "Mefhods and Procedures" "None" END Q�' SECTXON Revision I�og DATE NAME SUMMARY OF CHANGE 11221201fi F. Griffin SC-9.D1., "City`s !'roject Representative" wording changed io City's Aroject Manager. 31912Q20 D.V. Magaria SG6.fl7, Updated the link such that files can be accessed �ia the City's CITY QF FOR'I' WORTH 2O22 BRIDGH I2EHABILITATION CONTRACT 1 STANDARD COIVSTRUCTIpN SPECiFICATIqN DpCiIMENTS Revised iWlaech 9, 2020 C17'Y Pi20J�CT NO. 1b3454 no �3 no SUPPT..GMrNTARY CONDITIaNS Page 6 of 6 Iwebsite. C1TY Q� PORT WORTEI 2622 BRTDGE R�HABILI�'ATIO�i COIV�RACT l S"I'ANt7AEtD CON5T12UCTiON SPECIFICATION DOCUMEIVTS Re�ised iv�arch 9, 2020 CrCY PROJ�CT NO. 103454 fl] ][00-1 SUMMARY dP WOR[C Yage l oi3 2 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. 5ection Includes: : 7 8 9 10 11 12 13 ]4 SECTION 01 ll p4 SUMMARY OF WORK 1. SUmmary of Work to be performed in accordance with the Contract Documents B. Deviations from this City of Fort Worth Standard Specificatian 1. MOBILIZATION AND DEMOBILIZATIQN SHALL BE SUBSIDIARY TO THIS PROJECT PAY ITEMS, NO �EPARATE PAY. NO PAYMENT WILL BE MADE FOR MOBILIZATION AND DEMOBII,IZATIO�i FROM ONE LOCATION TO ANOTHER IN NORMAL PROGRESS OF PERFORMING THE WORK. REMOBILI�ATION PAY iTEM SHALL BE AAID FOR 5U5PENSION OF WORK SPECIFTCALL�' REQUIRED IN THE CONTRACT DOCUM�NTS OR AS REQUiRED BY THE CITY. 15 C. Related Specification Sections include, but are not necessarily limited to: 16 1. Dir�isian 0- Bidding Requirements, Contract Forms, and Conditions of the Contract 17 2. Division I- General Requirements I8 1.� PRICE AND PAYMENT PROCEDURES 19 20 21 A. Measurement and Payment 1. Wnrk associated with this Item is considered subsidiary to the �arious items bid. No sepaz�at� payment will be allowed for this Item. 22 �.3 REFERENCES �NOT USED] 23 1.�1 ADNIINISTRATIV� REQUIREMENTS 24 2S 26 27 28 24 30 3l 32 33 34 35 3G 37 38 39 A. Work Covered by Contraci Documents 1. Work is to include furnishing all labor, materials, and equipment, and perforining all Wark necessary for this construction project as detailed in the Drawings and Specificatior�s. B. Subsidiary Wark 1. Any and all Wark speciiicafly goverried by documentary requirements for the project, such as conditzons imposed by the Drawings ar Cantract Docua�ents in which no speci�ic item for bid k�as been provided for in the Proposal and the item is not a t�pical unit bid item included on the standard bid item list, then the item shall be considered as a subsidia�y itera of Work, the cost o�whactz shaII be included in tk�e price bid in the Proposal for �arious bid items. 2. MOBILIZATION AND DEMOBILIZATION SHALL NOT BE PAID DIREC'I'LY Bi1T SHALL BE CONSIDERED SUBSIDIARY TO THE MAJOR ITEMS 4F WORK. NO PAYMENT W[LL BE MADE FOR MOBILIZATION AND DEMIBILIZATION FROM ONE LOCATION TO ANOTHER 1N NORMAL PROGRESS OF PERFORMING THE WORK. CITY OF FORT WQRTH 2p22 BRIDGE [tEHABII�ITATION CONTRACT 1 STANDARD C�NS7RUCTION SPECIFICA'TION DOCUMEN7�S City Praject No.103454 Revised Denember 20, 2012 ai ii o0-2 SUMMARY OF WQRK Pagc 2 of 3 1 C. Use of Premises 2 1. Cnordinate uses of premises under direciion of the City. 3 2. Assuine full responsibility %r p�•otectian and safekeeping ofrnaterials and 4 equipment stored on tlte Site. 5 3. Use and occ�rpy only portions of the public streets and alleys, or olher public places 6 ar ather rights-af-way as provided for in the ordinances of the City, as shown in the 7 Cant�•act Documents, or as may be specifically authorizeci in writing by the City. 8 a. A reasonable aenount Qftoals, materials, and equipment foi• canstruction 9 purposes may be stored in such space, but na more than is necessary to avoid 10 delay in the construction operations. 11 b. Excavated and �aste materials shaIl be stored in such a r�vay as not to interfer� 12 witl� th� us� of spaces that inay be designated ta be le�t fi•ee ar�d unabstructed 13 and so as nat ta inconvenience occupants of adjacent property. 14 c. lf the street is aceupied by railroad tracks, the Work shall be carried on in such 15 manner as not to interfere with the operatian afthe railroad. 16 1} All Work shall be in accordance with railroad requirements set forth in 17 Division 0 as well as the railroad permit. 18 D. Work within Easements 19 1. Do not �nter upon private prop�i�y for any pu�pose without havii�g previously 20 obtained perinission fram the owner of such p�•operty. 2] 2. Do not store equipment or material an private property unless and until the 22 specified approval of the property owvner has been secured in writing by fhe 23 Contractor and a copy furnished io the City. 24 3. Unless speai�cally provided otherwise, clear all rights-af-way or easements of 25 obstructions which must be removed to tnake possible proper prvsecution ofthe 26 Work as a part oithe praject construction operatians. 27 4. Preserv� and use every precaution to prevent damage Yo, all trees, shrubbery, plants, 28 lawns, fences, culverts, curbing, and aIl other types af structures ar irnpra�ements, 29 Yo all water, sewer, and gas lines, ta aIl conduits, overhead poIe lines, or 3D appurtenances thereof, including the construetion of temporary fences and to a]] 31 other pubtic or privaie property adjacent to the Work. 32 5. Notify the prope�• representatives of the owners or occupants of the public or private 33 lands of interest in lands which might be affected by ti�� Work. 34 a. Such notic� shall ba mad� at least 48 hours in advance of tha beginning of the 35 Work. 36 b. Natices shall be applicable tp both public and �rivate utility companies and any 37 corporation, company, individual, or other, either as owners or occupants, 38 whose land or interest in Iand might be affeeted by the Worlc. 39 c. Be responsible for all damage or injury ta proper�y of any character resulting 40 fro�n any act, omission, neglect, or misconduct in the inanner or method or �41 execution of the Warlc, or at any time due to de%ctive work, material, or 42 43 44 45 equipment. 6. Fence a. Restore a!1 fences encountered and removed during canstruction of the Project to the original ar a better than original condition. CITY OF FaRT WORTH 2O22 SRIDGE REHABiLITATIbN CON"I"RACT 1 STAIVDARD CONSTRUCTION SPECI�ICATIDN DOCUM�NTS Ciry Yraject Na.103�54 Revised December 20, 2Q l2 1 2 3 4 5 6 7 S 9 10 o� ti oo--3 sum�raRv or wnnx Page 3 Qi 3 b. Erect temporary fencing in place of the fencing remaved whenevex the Work is not in progress and when the site is vacated pvernight, and/or af all times to provide site security. c. The cost for a11 %nce work within easernents, includin�; rema�al, temporary elosures and replacement, shall be subsidiary to the �+arious items bid in the project proposal, unless a bid item is specifically provided in the proposal. 1.S SUBMITTALS [NOT USED] 1.6 ACTTON SUBMITTALSIINFORMATIONAL SUBMITTALS [NOT USED] I.'� CLO�E�UT SUBMITTAL� [NOT USEDj L8 MAINT�NANC� MATERIAL SUBMITTALS [NOT US�D] 11 1.9 QUALITY ASSURANCE [NOT US�D] 12 1.1U DELIVERY, STORAGE, AND HANDLING [N�T USED] 13 Lll FI�LD [SITE] CONDITIONS [NOT USED] I4 1.12 WARRANTY [NOT iTSED] i 5 PART 2- PRODUCTS [NOT US�D] 16 PART 3- EXECUTION [NOT US�D] 17 18 DATE NAME i9 END OF �ECTION Rer�ision Log SUMMARY OP CTIANGE C1TY OF �ORT WORTH 2D22 BRIDGE REHABILITAT10I�i CON7'RAC'I' I STANDARD C01�5TRLTCTION SPECIFICATIOIV DOCifMENTS City Project No.103454 l2evised December 20, 2012 o�zsoo-� 5UB5TITUTION PAOC�DURES Page 1 of 4 7 3 PART1- GENERAL 4 1.1 �UMMARY 5 A. Section Includes: 6 7 S 9 10 11 12 13 1� 15 SECTION 0125 00 SUBSTITUTION PROCEDURES 1. Th� procadure for z•equesting the appraval of substitution of a product that is not equivalent to a product which is specified by descriptive or perfarittance criteria or defined by reference to 1 ar mare af the following; a. Name of manu�acturer b. Name of vandar c. Trade name d. Catalog number 2. Suhstitutions are not "or-equals". B. Deviations from this City ofFort Wnrth Stanciard Specifcation 1. Nane. 16 C. Related Specification Sections incIude, but �e not necessarily limited to: 17 1, Division f} — Bidding Requirements, Contract Forms and Conditions of the Contract 18 2. Division 1— General Requirements 19 1.2 PRICE AND PAYMENT PROCEDUR�S 20 A. Measurement and Payinent 21 1. Wark associated with this Item is considered subsxdiary to the various items bid. 22 No separate payinent vwill be allowed far this Ite�n. 23 1.3 REFERENCES �NOT USED] 24 ].4 ADMINX�TRATIVE REQUIREMENTS 25 26 27 2$ 24 30 31 32 33 34 35 36 37 38 39 4a A. Request for Substitution - General 1. Within 30 days after award af CQntract (unless noted otherwise}, the C�ty wi1I cons�der for��al requests fi•om Contractar for substitution of products in place of those specified. 2. Certain types nf equipment and kinds aimateria] are described in Sp�ci�cations by means af references to narines of inanufactiu�ers and vendors, trade naines, ar caialog nuanbers. a. When this method of specifying is used, it is nat intended to excIude from consideration other products bearing other manufacturer's ar vendor's names, trade narnes, or catalog nLunbers, pravided said products are "or-equals," as determined by City. �. Other types of equipment and kinds of mate�ial rnay be acceptable substitutians under the %Ilowing condiiions: a. Or-aquals are unavailahle dua to strike, discantinuad praduction of products rneeting specified requirements, or other factors beyond control af Contractor; or, CITY OF FORT WORTH 2�22 BRIDGE R1:NARILITAITON CdNTRACT l STANI7ARll CONS'CItUCT10N 5PECIFICATION DOCUNIENTS City Project No. ] 03454 Revised July 1, 2Qll o�2soa-z 5UBST[TL1T[ON PROC�DUR�S Page 2 af 4 6. Contractor proposes a cost and/ox' time reduction incentive ta the City. 2 1.5 SUBMITTALS 3 A. 5ee Request for Substitution Form (attached) 4 B. Frocedure for Requesting Substitution 5 3. Substitution shall be considered an�y: G a. After awaed of Contract 7 b. Under the conditions stated herein 8 9 ro I1 12 i3 l4 15 16 17 18 19 20 21 22 23 24 25 26 z7 28 29 30 3] 32 33 34 35 36 37 38 39 44 41 42 43 44 45 46 2. Submit 3� copies of each written request for substitution, including; a. Documentation 1) Complete data substantiating compliance of proposed substitutian with Contract Documents 2) Daia relating to changes in construction schedule, when a reduction is proposed 3) Data relating ta changes in cost b. For products 1} Pt�oduct identification a) ManUfacturer's name b} Telepl�one number and representative cantact name c) Specification Section or Drawing reference of originally speci�ied product, including discrete name or tag number assigned to original praduct in the Contract Dociunents 2} Manufacturer's ]iterature clearly inarked to show compliance of proposed product with Contract Doeuments 3) Itemized comparison of original and propased product addrassing praduct characteristics including, but nat necessairily limited to: a} 5i�e b) Composition ar materiais of cons�ruction c) Weight d) Electrical ar mechanical requirements 4) Froduct experience a) Location ofpast projects utilizing product b) Name and telephone number of persons associated with referenced projects knowledgeable concerning proposed product c) Available field data and reports assaciated with proposed product 5) Samp�es a) Provide at request of City. b) Samples hecome the property of the City. c. For canstruction methods: 1) Detailed description of propased method 2) Illusfi•ation drawings C. Appro�al or Rejection l. Written approval or rejection of substitution given by tl�e 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 tl�e event the substitution is approved, the resulting cost and/or tim� reduction will be documenteci by Change Order in accordance with the GeneraI Canditions. C1TY OF PORT WORTH 2O22 BRIDGE REHA8ILLTAET01+3 CONTRACT { STANDARD CONSTfiUCTION SPEC�ICATIDN DOCLJIViENTS City Praject No, 103454 Revised 1uEy 1, 20ll 012500-3 5UB5TITUTION PIZOCCI]URGS Page 3 of4 I 2 3 4 5 6 7 8 9 1.6 4. No additional contract time will be given for substitation. S. Substitution will be rejected if: a. Submittal is not through the Contractor with his stainp of approval b. Request is not made in accQrdance with this Spacification Section c. In the City's opinion, acceptance wiIl require substaniial revision of the original desi$n d. In ihe City's opinion, subsiitutiot� will not perfaran adequately the function cansistent wit11 the design intent ACTION SUBNIITTALSIINFORMATIONAL SUBMITTALS [NOT USF.nI 10 1..7 CLUSE�UT S�7BMITTALS �NOT USED� I 1 1,8 MATNT�NANCE MATERIAL SUBMITTALS [NOT USEDj 12 L9 QUALITY ASSURANCE l3 14 15 16 17 18 19 20 21 22 23 A. In makin� request %r subsiitution or in us.ing an appz-oved prodttct, the Cantractor repcesents that the Contractor: 1. Has investigated proposed produat, and has determined that it is �dequate or superior in all respeets to t��at specified, and that it will perform fimction for which it is intended 2. Will provide same guarantee for substitute itern as for product specified 3. Will coordinate installatian of accepted substituiion into Work, Co include buiIding inodifications if necessaiy, mal�ing such changes as may be required for Wark to be complete in a[I respects 4. Waives a11 claitns for additiona.l casts related to substitution which subsequently arise 24 1.10 DELIVERY, STORAG�, AND HANDLING [NOT USED] zs 26 Lll. k'IELD [SIT�] C�NDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] 27 PART 2- PRODUCTS [NDT IISED] 28 PART 3- EXECUTION [NOT USED] 29 30 DATE NAME 31 �ND OF SECTION Revisian Lag SUMMARY QF CHANGE CITY QF FOR7' WOfiTH 2O22 IIRIDGE REHAgILfI'AI'1'QN CpNTRACT 1 5TANDARD CONSTRI}CTION SYECIFICATION DDCUMENTS City Praject Nfo. 103454 EtevisedJuly 1,2p11 012500-4 SLFBST�TUTION PILOC�DURI3S Fage 4 of 4 1 2 3 4 5 G 7 8 9 10 11 12 13 14 15 1b 17 I8 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 35 37 38 39 4d 4I 42 43 44 45 46 47 48 49 �XHIBIT A REQUE�T FOR SUBSTITUTIQN FORM: 'Z'O: 1'R01ECT: DATE: We hereby suhmit for your consideration the fallowing product instead of the specified item for the above project: SECTION PARAGRAFH SYECI�'IED IT�M Propos�d Substitution: Reason for Suhstitution: Include complete information on changes to Drawings and/or Specif cations w�aieh proposed substitution will require for its proper installa�ion. Fill in Blanks Below: A. Will the und�rsigtled cont�•actor pay for changes to the building design, including �ngineering and detailing costs caused by the requested substitution7 B. What effect daes substitution have on other trades? C. Differences bet�reen proposed substitutian and specified item? D. DifFerences in product cost or product delivery iime? E. Manufacturer's guarantees of the proposed and speciiied items are: Equal Behc1 (explain an attachynent) The undersigned states t.hat the function, appearance and quality are equivalent or superior ta the specif ed item. Subznitted By: For Use by City Signature as noted Firm Address Date Telephone For Use by City: Approved City Recommended _ R�cornmended Not x'ecommended Received late By Date Remarks Date C1TY DF FORT WQRTH STAN�.�RA CONSTRUCTIaN SP�CIPICATIdN DOCUjvIEhlTS Revised 7uly 1, 201 ] Aej ected 2Q22 BRI�GC REHABILITAITON CONTRAGT I Ciry �roject No. 1 Q3454 01 31 19 - ] PA�CQNSTIZUCTIOl� MEETING Page 1 af 3 1 2 3 PART1- GENERAL 4 I.1 Si]MMARY S�CTION Q131 14 PRECQNSTRUCTION ME�TING S A, Section Includes: 6 1. Provisions for the preconstruction meeting ta be held priar to the start of Work ta 7 clarify construction eontract administration pt'ocedures 8 B. Deviat�ons from this City of k'art Wortl� Standard Specification 9 1. Nane. 10 11 S2 13 L� C. Related Specification Sections include, bul are not necessa��ily limited to: 1. Division 0-- Bidding Requireinents, Contract Forms and Conditions of the Cantract 2. Division 1— General Req�zirements PRYCE AND PAYMENT PROCEDURES 14 A. Measurement and Payment 15 ]. Work associatecf wi�h this Item is considet'ed subsidiary to tl2e various items bid. 16 No separate payment will be allawed for this Itein. 17 1.3 REFERENCES [NOT USED� 18 1.4 ADNIINISTRATIVE REQUIREMENTS 19 20 21 22 23 24 25 26 27 28 24 3a 3l 32 33 34 35 36 37 38 A. Coordinatian 1. Attend preconstruction meeting. 2. Representatives of Contractor, suY�contractors and suppliez's attending meatings sha11 be qualified and authorized Yo aet on behalf of the entity each represents. 3. Meeting administered by City inay be tiape 3'ecorded. a. Iirecnrded, tapes will be used to prepare minutes and retained by City far future x•eference, B. Preconstructian Meeting I. A precanstruciion meeting �vill be held within 14 days after the execution of the Agreement and befare Work is started. a. The meeting will be scheduled and administered by tlle City. 2. TMe Project Representative wiIl preside at Y�te meeting, prepare the notes of the meeting and disiri6ute copies of satn� ta all participants who so request by fully completing fihe attendance %�'m fa be circulated at the beginning ofthe ineeiing. 3. Aitendance shall include: a. Project R�presentative b. Contractor's project manager c. Contractor's superintendent d. Any subcontractor or supplier representatives whom the Contractor may desire to invite or Lhe City lnay r�qu�st CITY OF FORT WORTEI 2022 SR3DGE REHABILITATION CONTIiAC'f' 1 STAIVDARD CpiVSTRiSCTION 5PEC[FICAT"IOiJ ]]OCUMENTS City ProjectNo, 1�3454 Revised August 17, 2012 D1 31 19 - 2 PRECONSi'RUCTIO%T M��TING Page 2 oF3 1 2 3 4 5 6 7 8 9 l0 11 i2 13 14 15 16 17 18 19 20 21 22 23 2� 25 26 27 28 2I 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 e. Other City rep�•esentatives f. Others as appropriate 4. Construction Schedule a. Prepare baseline construction �schedule in accordance with Section Ol 32 16 and provide at Preconstruction Meeting. b. City wilI natify Contractor of any schedule changes upon Notice of Preconsiruction Meeting. 5. P�-eliminary Agenda may inctude: a. Intraduction of Project Personnel b. General Description of Praject a Status of right-of-way, utility clearances, easements or other pertinent permits d. Contractor's work pl�,n and schedule e. Contract Time f Nc�tice to Proceed g. Consiruction Staking h. Progress Payments i. Extra Work and Change Order Procedi.u•es j. �'ield �rders k. Disposal Site Letter for Waste Malerial 1. Insurance Renewals m. payroll G�r�ification n. Materia] Certiiications and Quality Control Testing o. Public Safety and Convenience p. Docum�ntation of Pre-Consteuction Conditions q. Weekand V�ork Natification r. Legal Holidays s. Trench Safety Plans t. Conf"ined Spaee Entry Standaxds u. Coordination with the City's repr�sentative for �petations of existing watel• systems v. Storm Water PolIutian Prevention Flan w. Coordinatxon wit11 other Contractors x. Early Warning System y. Contraetor Bvaluation z. 5pecial Canditians applicable to the project aa. Damages Claims bb. Submittal Procedures cc. 5ubstitution Procedures dd. Cor�•espondence Routing ee. Record Drawings f£ Temporary construction facilities gg. M/WBE or MBE/SBE procedures hh. Final Aeeeptance ii. Final Payment jj. Questions o�• Comments CITY OF FORT WORTFI STANDARD CONSTRUC'CI�N SPECIFICAT10hI DOCUM�NTS Revised August 17, 2Q 12 2022 BRIDGE REHI�SILITATIpN CONTRACT I City Project No. 103454 0131 19-3 PRECONS'I'RUCTIpN Iv1EETING Page 3 of 3 1 2 3 � S 6 7 8 9 1.5 SUBMITTALS [N4T USEDJ 1.6 ACTION SUBMITTALSIINFORMATIONAL SiJBMITTALS [NOT US�D] 7..7 CL()S�OUT SUSMITTAL� [NOT USED] 1.8 MAINTENANCE MATERIAL SUBl'VIITTALS [NOT IIS�D] 1.9 QUALITY ASSTTRANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1,11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED� PART 2 - FRODUCTS [NOT U�ED] 10 PART 3- EX�CUTION �NOT USED] 11 12 DATE NAME 13 END OF S�CTION Kevision i.og SiIMMARY OF CHANGE C1TY q� PORT WORTI I 2022 BRiDGE REHABILITATION CO3�TTRAC"T 1 STANDARD CONSTRUCTION SPBCIPICA'I'ION dOCiJMENTS City Project No. ] 0345�4 Revised August l7, 2012 013120-] PRQ.T�CT WIG�TiNG5 Page 1 of 3 � 2 3 PART1- GENERAL 4 1.1 SUMMARY s�cTxoN o� �� �o PROJECT MEETINGS 5 A. Section Includes: 6 1. Provisions for project meetings throughaltit the construction period to enabie orderiy 7 review of the progress of tl�e Work and io provlde for systematic discussion of 8 potential problems R B, Deviations this City of Foi�t Wai�th Statzdard Specification 1 Q 1. None. 11 12 13 14 1.2 C. Related 5pecification 5ections include, but are not necessarily linniied to: I. Division 0— Sidding Requiremants, Contract Forn�s and Conditions of the Contract 2. Division 1— General Requirements PRICE AND PAYIVI�NT PROCEDURES 15 A. Measurement and Payment 16 1. Wnrk assoeiated with this Item is considered subsidiary to the various ifems bid. 17 No se�arate paymant wiIt be allowed for this Item. 18 1.3 REFERENCES [NOT USEDj 19 1.4 ADMIIVISTI�TIVE REQiTIREMENTS 20 21 22 23 24 25 26 27 28 29 34 31 32 33 34 3S 3b 37 38 A. Coordination l. Schedule, attend and administer as specified, periadic progress meetings, and specialIy called meetings throughout pragress of #tte Work. 2. Representa�ives of Contractor, subcontractars and suppliers attending meetings shall be qualiiied and authorized to act on behalf of the entity each represents. 3. Meetings administered by City rnay be tape recorded. a. If recorded, tapes will be used to prepare minutas 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 Contraetor. B. Pre-Constructioa Neighborhoad Meeting l. After tne execution ofthe Agreement, but before construction is allowed to begin, attend 1 Public Meeting with affected residents to: a. Pxc;sent pr�j�cted schedule, including canstruction start date b. Answer any construction related questinns 2. Meeting Location a. Location of ineeting ta ba datermined by the City. 3. Attendees a. Contractor CITY OF FpR7' WORTH 2O22 BRIDGE REIIA$Q.ITA'T103V CONTRACT 1 STANDARD CO%fSTRUCTION 5PEC3PICATION DOCUMENTS Ciry Prqject Na, 1Q3454 Revised duly 1, 201 l 013120-2 PR07ECT MEETfNGS Page 2 of 3 1 2 3 � 5 b 7 8 9 10 11 12 13 14 1S 16 17 18 ]9 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 4D 41 42 43 �14 45 46 47 48 b. Proj ect Representative c. Other City repraser�tatives 4. Meeting Schedule a. In general, the neighborhaod meeting will occut• w�thin the 2 weeks following th� pz'e-construction canfexence. b. In no case will construction be allowed ta begin until this meeting is held. C. Progress Meetings 1. Forinal project coordination meetings will be held periodically. Meetings will be scheduled and administered by Project Reptes�ntative. 2. Additional pro�-ess meetings to discuss speci�c topics will be cpnducted on an as- needed basis. 5uch additional meetings shall include, but not be limited to: a. Coordinating shutdawns b. Installatian of piping and equipinent c. Coardinatian between other aonstruction projects d. Resolution of construction issues e. Equipment approvaI � 4 5. The Projec# Representative will preside at pro�ress meetings, prepare the notes of the meeting and dishibute capies ofthe sarz�e to all paz��cipants who so request by fully eompleting the attendance form ta be eirculated at the beginning of each meeiing. Attendance shall include: a. Gontractor's project manager b. Cantractor's superintendent c. Any subconlractor flr supplier representatives whom the Cont�'actor may desire to invite or the City may request d. Engineer's representatives e. City's representatives f. Others, as reqttested by the Project Representative Preliminary Ag�nda may include: a. Review of Work progress since previous meeting 6. Field observations, prQblems, cQnflicts c. Iterns vvhich impede eonstructian schedul� d. Review of ofi�=site fabrication, delivery sch�dtiles e. Review of constructinn inierfacing and sequencing requirements with other construction contracts f. Corrective tneasures and procedures to regain projected schedule g. Revisions ta canstruction schedule h. Progress, schedule, during succeeding Wark period i. Coordination of schedules j. Review submittal schedules k. Maintenance of quality standards 1. Pending changes and substitutians m. Review proposed changes for: 1) �ffeet on constructian sched�le and on completion date 2) Effect on ott�er cantracYs o�the Project n. Re�view Raco3•d Documents o. Review manthly pay reyuest p. Re�iew status of Requests for Information C1TY OP PORT WORTH STAh€DARD COIVSTRUCTiON SP�CIPICATIOiV DOCUMENTS Aevised July 1, 2Q l I 2022I3RIDG� 12EHAB[LI'1'ATION C�NTRACT 1 City Project i�fo. I 03454 p1 3i 20-3 PROJECT ME67'INGS Page 3 of 3 1 b. Meeting Schedule 2 a. Progress meetings will be held pariodically as determ�ned by the Project 3 Representative. � 1) Additional meetings may ba held at the request of the: 5 a) City 6 b) Engineer 7 c) Contractor 8 7. Meeting Location 9 a. The Ciiy will establish a meeting Iocation. 10 1) To the extent practica6le, meatings will be held at the Site. 11 1.� S[JSMITTALS [NOT USED] i2 I.6 ACTION SUBMITTALSIINPORMATIONAL SUBMITTALS [NOT U�ED] 13 I.i CLOSEOUT SUBMITTALS [NOT LTSED] 1�4 �.8 MAINTENANCE MATERIAL SUBMITTALS [N�T USED] 15 1.9 QUALITY ASSLTRANCE [NOT USED] 16 1.10 DELIVERY, STORAGE, AND HANDLING jNOT USED] 17 1.11 FIELD [SITE] CONDITIONS [N�T USED] 18 l.lti WARRANTY [NOT US�D] 19 PART 2- PRODUCTS [NOT USED] 20 PART 3- EXECIITION [NOT USED] 21 22 DATE NAIVIE 23 END QF S�CTION Revision Log SUMMARY OF CHANGE C�TY OF FORT WORTH 2O22 BRIDGE REHABiLITATIDN CON7'RACT I STANDAf2I] CONSTRLfCTIDN SPHCTFECATIdN 170CUMENT5 City Project No. 103454 Kevised hdy 1,2011 aza2�b-i COI+lST12llCTlON PROGRE55 SCHEDLTL� Nage ] af 10 1 2 3 PART1- GENE�AL � 1.1 SUMMAAY 5 A. Section Includes: 6 7 8 9 1D 1I SECTION Ql. 32 ��i CONSTRUCTION SCH�DULE L General requirements for the preparation, submittal, updating, status reporting and managemenf of the Construction Progress 5chedule 2. Specific requirernents are presented in the City of Foi�t Wa��h Schedule Guidance Docu ment B. Deviations from this City of Fort Worth Standard Specificatzan 1. None. 12 C. Related SpeCi�cation Sections include, but are not necessarily iimited to: 13 1. Divisian 0— Sidding Requirements, Contract Forins and Canditions of the Contract ] 4 2. Divisian I— General Requirements 1S 16 17 18 19 20 2l 22 z� 24 25 26 z� 28 29 �a D, Purpose The City of Foxt Warth (City} is committed to delivering quality, cost-effective infrastructure to its citizens in a timely manner. A lcey tool to a�hieve thi5 purppse is a properly structt►red schedule witlz accurate updates. This suppot#s effective z�onitaring of progress and is input to critical decision making by the project manager thraughout the lif� af the praject. Data from the updated project schedule is utilized in status reporting to various ievels af the City organization and the citizenry. This Document complerr►ents the City's Standard Agreerrient to guide the construction conn•actor (Cantractor) in preparing and submitting acceptable schedules far use by tl�e City in project delivery. The expeciation is the performanc� of the work follows the accepted sche�lule and adhere to the contractual timeline. The Contractor will designate a qualified represenfative (Project Scheduler) responsible far developing and updating the schedule and preparing status reporting as required by the City. 31 1.2 PRICE AND PAYM�NT �ROCEDURES 32 A. Measurement and Payment 33 1. Wark associated with this Item is considered subsidiary to the various items bid. 34 No separate payment will be allowed for this Ite2n. 35 2. Nan-compliance with Chis specification is grounds %r City to witl�h�old payment of 36 the �ontractor's invoices until Cantractor achieves said compliance. 37 1.3 REFERENCE� 38 A. Project Schedules C1TY qF F012T WORTH 2O22 SRIDGE REHABILITATION CONTRAC'C 1 STANI�ARD CQNSTRUCTIpN SPECIFICAT1bT! ➢OClIN1�NT5 C1TY PR07ECT NO. 103454 Tievised August 13, 2021 D132 [6-2 G03YSTRUCTION PADGRE55 SCH�DUL� Page 2 nf ] 0 1 Each project is represented by City's master project schedule that encompasses the 2 entire scopa of activities envisioned by �he City to properly deliver the work. When the 3 City contracts with a Contracfor fa perform cons�ruc�ion of the Work, the Contraetor 4 wilI dev�lop and n�aintain a schedu�e for their scope of work in alignment with fhe 5 City's standard schedule requirements as defned herein. The data and information of 6 each such schedule wi11 be leveraged and become integral in the master project 7 scheduIe as deemed appropriate hy the City's Projec� Control 5pecialist and approved 8 by the City's Pro,�ect Manager. 14 1] i2 13 1h 15 16 17 18 19 24 21 22 23 24 25 2b 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 1. Master Praject Schedule The master projeci schedule is a holistic representation oithe scheduled activities and milestones for the total praject a.nd be Critical Path Method (CPM) based. The City's Project Manager is accountable for ov�rsight of the developinent anc� maintaining a master project schedule for each project. Wl�en the City contracts for the design and/ar construction of the projec#, the master project schedule will incorporate eleinents of the Design and Construction schedules as deemed appropriate by the City's Projec# Control Specialist. The asszgned City Project Control5pecialist creates and maintains the master project sehedule in P6 (City's scheduling software). 2, Construction 5chedule The Contractor is responsible for developing and maintaining a schedu�e far tlae scape af tl�e Contractor's contractual requirements. The Contractor wiII fssue an initial schedule for review and acceptar�ce by the City's Project Gontrol 5pecialist an.d the CiTy's Project Manager as a baseIine schedule for Contractor's scope of work. Coniractor will issue eurrent, aecurate updates of their sclledule (Progress Schedule) to tha City at the end of each month throughout the iife oftheir work. B. Schedule Tiers The City has a portfolio of proj ects that vary widely in size, complexity and content requiring different scheduli�g to effectively deliver each projact. The City uses a "tiered" approach to aiign the proper schedule with the c�•iteria for each project. The City's Project Manager deterrnin�s the appropriat� schedule �ier for each project, and includes that designation and the associated requirements in the Contractor's scope of work. Tha following is a summaxy of the "tiers". 1. Tier 1: Small Size and Short Duration Project (design not rec�uired) The City develops and maintains a Master Project Schedule for the project. No schedule submittal is required from Contractor. City's Project Control Speeialist acquires any necessary sched�ale status data or information through discussions with the respective party an an as-needed basis. 2. Tier 2: Small 5ize and 5hort to Mediurn Duratian Project The City develops and maintains a Master Project Schedule far the project. The Contractor identifies "start" and "finish" milestone dates on key elernents of their work as agreed with the City'S Praject Manager at the kiel�off of their wark effort, The Contractor issues io the City, updates to the "start" and "finish" dates for such milesio�es at the end oieach month throughout the life of their work on t11e project. 3. Tier 3: Medium and Large Size and/ar Camplex Projects Regardless of Duration C1TY OF FOR7' V4012TH 2O22 BRIDGE REHABILITATION CON7'RFl,CT 1 STANllARD CONSTRUCTION SPECIFICATIpN DOCj.TMENTS CITY PROICCTNO. 103454 Revised August 13, 2021 Ol 3216-3 CONSTR[JCTION PROCrRESS SCI-I�IaU].F' Page 3 of 10 1 The Ciiy de�ejaps and inaintains a Master Project Schedule for the pt•oject. Tiie 2 Coni�•actor develops a Baseline 5chedule and maintains the schedule of ti�eir 3 respective scope of work on the project at a leve] of detaiI (generally Level 3) and in 4 alignment wit17 the WBS structure in �ection 1.4.H as agreed by the Project 5 Manager. The Contractar issues to the City, updates of their respective sehedule 6 (Progress Schedule) at the end of each month throughout the life of their work on the 7 project. S C. Schedu�e Typ�s 9 Project delivery for Yhe City utilizes two types of schedules as noted below. The City ] 0 develops and maintains a Master Project Schedule as a"baseline" schedule and issue ] 1 monthly updates to the City Project Manager (end of each month) as a"progress" 12 se�edule. The Contractor prepares and submits each schedule type to fulfill their 13 coniractual requirements. 14 15 1G 17 18 19 20 21 22 23 2�4 25 26 27 Baseline Schedule Tiie Cont�•actor develaps and submits to �ha City, an initial schedule for thair scape of wark in align�r�ent with this s�ecif catian. �nce reviewed and accepted by ihe City, it beco�n�s tl�e "Baseline" schedule and is the basis against which all progress is measured. The baseline schedule will be updated when there is a change or addition to the scope of work impacting the duration of the work, and only after reeeipt of a duly au�orized change order issued by the City. ln the event progress is significa�-rt1y behind schedule, the City's Project Manager may authorize an update to the baseIine schedule to facilitate a more practical evaluatioz� of pz'agress. An example oia Baseline Schedule is provided in Specificatian OI 32 16,1 Construction Project Schedule Baseline Example. 2. Progress Schedule 28 Tl�e Cont�•actar updates their schedule at the end of each manth to repeesent the 29 progress achieved in the work which includes any impact frotn aut�orized changes 30 in the work. Tl�e updated schedule must accurately reflect the current status of the 3I work at that point in time and is referred to as the "Pa�ogress Schedule". The City's 32 Project Manager and Project Control Specialist reviews and accepts each progres� 33 schedule. In the eveni a progress schedule is deemed not accepta6le, the 34 unacceptable issues are identified hy the City vuithin 5 working days and the 35 Contractor inust provide an acceptable progress schedule within 5 working days 36 after receipt of non-acceptance notification. An example af a Progress Schedufe is 37 pravided in Specification O1 32 16.2 Consiruction Praject Scheduie Progress 38 Example. 39 D. City Standard ScheduIe requirements 40 The following is an overview of the inethodalogy far develaping and maintaining a 41 schedule for delivery of a project. crr�r or raxTwax� 2�22 BRIDG£.REHABILITATION CONTRAC7' i STANDARD CONS'PRUCTION SP�CIFICATION DOCU�vIE1�lTS CITY FR07ECT NO. 103454 Revised August l3, 2021 Ui 32 16 - 4 COIYSTRUCT[ON PROGR�SS SCH�DUL� Page 4 nf 10 1 2 3 4 5 6 7 8 9 10 11 12 13 1� 15 1G 17 IS I9 20 21 22 23 24 25 26 27 28 24 30 31 32 33 34 35 36 37 38 34 �0 4I 42 43 44 45 46 47 48 1. Schedul� Fram�work. - The schedule will be based on the defined scope of work and follaw the (Critica] Path Methodology) CPM inethod. The Contractor's schedule will align wi� the requirements of �his speci�ication and will be cost londed to reflecf their plan for execution. Compliance with cost loading can be provided with traditiional cosfi loading of line items OR a projected cast per moath for the pro,ject when Ehe initial schedule is submitted, e�pdated on a quarterly basis is signiifieant change is antieipated. Overall schedule duratiQn will align with the contractuaj reqiiirements for the respective scope of vvork and be reflected in City's Master Project Schedule. The Project Number and Name oithe Project is required on each schedule and must match the City's p��nject daia. E. Schedule File Name All schedules submitted to the City fa�' a project wiII have a fIe narne that begins with the City's projecl►�um6er followed by the na,�rte af the praject followed by baseline (if a baseline schedule) or the year anrl month (if a progress schedule), as shown belo�v. a Baseline Schedule File Name Format: City Project Nu�nber Project Narne Baseline Example: 101376 North Mantgomery Street HMAC_Baseline a PtogressScheduleFileName Format: City Project Number Project Name YYYY-MM Example: l 0 3 376 North Montgamery Street HMAC 2018_O1 o Project Schedule Progress Narrative File Name Format: City Prolect Number Project Name_PN I'YYi'-MM Example: 1Q1376 North Montgomery Street IIMAC PN 2D18 pl F. Schedule Templates The Cantractor will utilize the relevant sections from the City's templates provic�ed in the City's document management system a5 tha basis for creating their respective project schedule. Specifically, the Contractor's schedule will align with the layout of the Construction section. The templates are identifed by type of project as noted belaw. + Arterials • Aviation o Neighbarhood Sireets e Sidewalks (later) • Quiet Zones (later} o Street Lights (later) o Intersectian Lnpro�ements (later) o P�rks a StorFn water o St�•eet Maintenance • Traffic • Watar G. Sciaedule Calandar C1TY OF FORT WORTH 2O22 BRIDGE REHABILITATION CONTRACT I STANDARD CONSTRiICTION SPCCIFICATIOAT DDCTJ11rlE[VT5 CITY PROJ�CT NO. 103454 Revised August 13, 2021 013216-5 CONSTRUCTIQN PRpGRES$ SCHEDULE Page S of 10 1 The City's standard calendar %r sehedule development purposes is based on a 5-day 2 workrveek and accounts for ihe City's �igltt standard hal idays (New Years, Martin 3 LUther King, Mert3orial, Independence, T,abar, Thanksgiving, day after Thanksgiving, 4 Christmas). Th� Coniractor witl establish a schedule calendar as part of the schedule 5 d�velaprttent pracess and pt•ovide io the Project Control Specialist as part of the basis 6 for th�ir schedule. Variatians between ihe City's calendar and the Contractor's 7 calendar must be resolved prior to the City's acceptanee aftheir Baseline pi•oject 8 schedule. 10 H. WB5 & Milestone Standards for Schedule Developrtzent 11 The scope of work to be accomplished by the Contt-actor is represented in the schedule 12 in the form of a Work Breakdown 8tructure (WBS). The WBS is tha basis for the 13 developinent of the schedule activities and shall be irnbedded and depicted in the 14 schedule. 15 16 17 18 19 20 21 22 23 24 25 Tha fo�iowing is a summat•y of the s#andards to be followed in preparing and maintaining a schedule for project delivery. l. Contractor is required to utilize the City's WBS structure and respective project type t�mplate fot� "Construction" as shown in S�ction 1.4.H beIow. Additiana] activities may be added to �,�veis 1- 4 ta accoinmodate t11e needs of the organization execuYing Ylie work. Specifically the Contractor will add activities under WBS XXXXXX.80.$3 "Construction Execution" that delineates the activities associated with the varioLis componen#s ofthe vvork, 26 2. Contractor is required to adhere to the City's Standard Milestones as shown 27 in Section 1.4.I helow. Contractar will include additional milestones 28 representing intermediate d�liverables as required tn accurately reflect their 29 scope of work. 3a 31 32 33 34 35 36 37 Scheduie Activities Activities are the discrete elements of work that make up the schedule. They will be organized under the nmbrella of the WBS. Activity descriptions should adequateiy describe the activity, and in some cases the extent of the activity. All activities are logically tied with a predecessor and a successor. The only e�ception to this rule is for "project stas�t" and "project iinish" inilestones, 38 The activity duration is based on the physical arno�nt of work Lo be performed for the 39 stated activity, witi� a maximwn duration of 2D working days OR a continuous ac#ivity 40 iq one loeatian. If the work far any one activity exceeds 2Q days, break that activity 41 dnwn increinentally ta achieve this duration constrainf. Any exception to tl�is requires 42 review and acceptance My the City's Project Cor�trol Specialist. 43 44 1. Change Orders 45 When a Change Order is issued 6y the City, the impact is incarporated into the 46 previously accept�d baseline schedule as an update, to clearly s�ow impact ta the 47 project timeline. The Contractor submits this updated baseline schedule to the City for CIT'Y OF FORT WORTH 2O22 BRIDGE REIiAEILITATTON CONTRACT I S'['ANI7ARD CONSTRi3CTI0iV SPECIFICATfON llOCl1ME1VTS C1TY PR07ECT NO. 103454 Revised August 13, 2021 ai3ai�-� CONSTRUC'fION PRQGIt�55 SCHEDULE Page 6 nf 10 1 2 3 4 5 6 7 8 9 xa ir 12 13 14 15 16 17 18 l9 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 4D 41 42 43 44 45 4b 47 review and acceptance as described in Sectinn i.5 below. Updated baseline schedules adhere to t17e foliowing: 1, Time extensions associated with approved contract modifications are limiieci io the actual amount oftime the project activities are anticipated to be delayed, unless atherwise approved by the Program Manager. 2. The re-baseline� schedule is submit�ed by the Cantractor withir� ten workc�ays after the date of receipt of the approved Change Order, 3. The changes in lflgic or dura#ions approved by the City are used to analyze the impact of the change and is included in �he Change Qrder, The coding for a new aciivity(s) added to the schedule far the Change Order includes the Change Order number in the Aetivity ID. Use as inany activities as needed to accurately show the wark of the Change Order. RevisiQns to the baseline scheduIe are not effective until accepted by the City. K. City's Wark Breakdown Strueture WB� Code WBS Name �i�XXXXX �'roject Name XXXXXX.3Q Design XXXXXX.30.10 Design Contractar Agreement XXXXXX30.20 ConceptUal Design (30%) XXXXXX.30.30 Preliminary Design (60%) XXXXXX.30.40 Finai Design XXXXXX30.50 Enviror�mentaI XXXXXX.3 p.60 1'erm i ts XXXXXX.30.6�.I0 Permits - Identification XXXXXX.30.64.20 Permits - ReviewlApprove �X.40 ROW & Ease�nents XXXXXX.40.10 ROW Negotiations XXXXXX.40.20 Condemnation YX���.7D Utility Relocation XXXXXX.70.10 Utility Relocation Co-ordination XXXXXX,SO Construction XXXXXX.80.8I Bid and Award XXXXXX.80.83 Canstruction Execution XXXXXX.80.85 Inspection X�XX.80.86 Landscaping XXXXXX.90 Closeout J�X��XX.90.10 Construction Contt�ct Close-out XXXXXX.90.40 Design Contract Closure L. City's Standard Milesiones The following milestone activities (i.e., important events on a project that mark critical paints in time) are af particular interest to the City and must be reflected in the project sched�le far alI phases oiwork. CITY OF FORT WDRTFi 2D22 BRIDGE REHABILITA fION CON'CRACT I STA]+fDARD CONS'I`ILUCTION SPCClI'TCATION DOCUMEIYT5 CITY PAO.IECT NO. 103454 Aevised August 13, 2q21 01321G-7 CONS F'R17CTION PROGRESS SCHED[TLP; Page 7 of 10 1 2 3 4 5 6 7 8 9 10 1] 12 I3 I4 15 16 l7 18 14 2� 21 22 z3 24 2S 26 27 28 29 30 31 32 33 34 35 3b 37 38 Activitv ID ActivitV Name Design 3020 Award Design Agreeinent 3044 Issue Natice to Proceed - Design Engit�eer 3100 Design Kick-off Meeting 3120 Submit Concept�al Plans to Utilities, ROW, T�•affic, Parks, Storm Water, VVater & Sewer 3150 Peer Review Meeting/Design Review meeting (technical) 3160 Canduct Design P�zblic Meeting #1 (required) 3170 Conceptual Design Complate 3220 Submit Preliminary Plans and Specificatians to Utilities, KOW, Trafftc, Parks, Storm Water, Water & Sewer 3250 Conduct Deszgn Public Meeting #2 (required) 32b0 Preliminas•y Design Camplete 33I0 5ubinit Final Design to Utililies, ROW, Ta�affic, Parks, Storin Water, Water & Sewer 3330 Conduct Design Public Meeting #3 {ifrequired) 33bD Final Design Compleie ROW & Easements 4Qp0 Right of Way Start 4234 Right of Way Comple#e Utility R.elocation 7000 Utilities Start 71 �0 Utilities ClearedlComplete Construction Bid and Award $11 D Start Advertisement 8150 Conduct Bid Opening 8240 Award Construction Contract Construction Egecution $330 Conduct Construction Public Meeting #4 Pre-Canstruction 8350 Construction Start 8370 Substantial Compjetion 8540 Construction Campletion 9130 Notice af Campletiotv'Green 5heet 915D Construetion Contract CIosed 942D Design Contract Closed 39 1,4 SUBMITTALS 40 41 42 43 44 45 �l6 A. ScheduIe Submittal & Review The Cify's Froject Manager is responsible for re�iews and acceptance of the Contractor's schedule. The City's Project ControI Specialist is responsible %r ensuring alignment of the Contractor's haseline and progress schedules with the Master Project Schadule as support to the City's Aroject Mar�ager. The City reviews and accepts o:r rejects ihe schedule within ten worlrc�ays of ConYractoa•'s submittal. C11'Y QF FORT WpRTH 2O22 BRIDGE RE�IABILITATIO�T COlVTRACT 1 STANDARD CONSTRUCTIQN SPECIFICATI03Y DClCi7lvfENTS CITY PRO.TECTNO. ]03454 Revised August 13, 2021 013216-8 CONSTRUCTION PROGRES3 SCHEDULE Page 8 of 10 1 1. Schedule I'ormat 2 The Cont�•actor will submit each schedule in two electronic forrr�s, one in nati�e file 3 for�nat {.xer, .xrrtl, .mpx} and the second in a prlf format, in the City's docnment A management system in the Incation dedicated for ihis purpase and identified by the 5 Project Manager. In the e�ent the Cantractor does not use i'rimavera P6 or M5 b Project for schedu3ing purposes, the schedule informatian rnust be submitted in .xls ar 7 .x1sx iormat in carnplianca with the satnple lay�ut (See Speci�cation O1 32 16.1 8 Construction Project Schedule Baseline Exaznple), including activity predecessors, 9 successors and total flaat. IO I1 I2 I3 I4 IS i5 2. Initial &c Baseline 5chedule The Contractor will develop their schedule for their scape af work and submit their initial schedule in elecironic fortn {in the file formats noted abave), in the City's document management system in the location dedicated for this purpose at lerrst 5 working days priar to Pre Consfructio�t Meeting. l7 The City's Project Manager and Praject Cantrol Specialist review this initial schedule 18 to determine alignment with the City's Masier �roject Schedule, including format & 19 WBS structure. FolIowing the City's review, feedback is provided to the Cantractor 20 for their use in finalizing their initial schedule and issuing (within five t�othdays) their 21 Baseline Schedule for ftnal review and acceptance by the City. 22 23 3. �rogress Schedule 24 7'he Ca�ttractar will update and issue their praject sehedule (Progress Schedule) by the 25 last day of each month througho�t ti�e 1i% of their work on the project, The Progress 26 Schedule is suhmiited in electronie form as noted aUove, in the City's documant 27 manageznent system in the location dedicated for this purpose, 28 29 The City's Project Control team reviews each Progres� 5chedule for data and 30 information that support the assessment af the update to the schedule. In the event 3I data or infarmation is missing nr incomplete, the Praject Cantrols Specialist 32 communicates directly with the Contractor's schecfuler for providing same. The 33 ContracYor re-subraits the enrrec�ed Progress 5chedule within S tvorkdays, following 34 the submittal process noted above. T'he City's Project Manager and Project Control 35 Specialist review the Coniractor's progess schedule for acceptance and to monitor 36 performaiace and progress. 37 38 39 40 41 42 43 4A 45 46 47 48 49 The following list of items ar� required to ensure proper status infarmation is contained in #he Progress Schedule. � �aseline Start date • �aseline Finish Date + % Complete � Flaat « Activity Lagic (dependencies) o Critical Path p Ac#ivities added or deleted o Expected Baseline Finish date a Variance to the Saseline �'inish Date C1TY OE FORT'WORTH 2O22 BR[DGE REkIABILITATION CONTRACT ] STANDARD COPTSTRUCT[ON SPECIFICATIdN DqCUMENTS CITY PRO,IECT NO. 103454 Revised August 13, 2021 013216-9 CONSTRUCTION PROGRE55 SCHED[JL� Page 9 of 1Q 1 2 3 4 5 6 7 8 4 1Q ll i2 13 14 15 B. Month�y Construction Status Reporl The Contractor submits a written status report (referred to as a prqgress narrative} at the monihly progress meeting (if monthly meetings are held} or at the end of each month to accampany the Progress Schedule subnnittal, using the standard farmat provided in Spacifcatian O1 32 16.3 Construction Project Schedule Progress Narrative. The content of the Construction Project Schedule Pragress Narrative should be concise and complete to include only changes, delays, and anticipated problems. C. Submittal Proeess 4 Scheduies and Monthly Const�•uction Stat��s Reports are submitted in in the City's document management system in t�e lacation dedicat�d for this purpose. � Once the projecf. has been completed and Final Acceptance has b�en zssued by the City, na further pro�-ess schedules ar eonstruction status t'eports are required from the Contractor. 1. 16 1.5 ACTION SUSMITTALSIIN�ORMATXONAL SUBMXTTALS [NOT USED] 17 1.6 CLOSEOUT SUBMITTAL�S [NOT USED] 18 1.7 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 19 ].,$ QUAL�TY ASSURANC� 20 21 22 23 24 25 A. The person preparin� and revising the construction Progress 5chedule shall be experienced in the preparation of schedules of siz�ilar coznplexity. B. Schedule and supparting documents addressed in this Specification shall be prepared, updated and revised to accurately reflect the performance of the construction. C. Contractor is responsible for the quality oi al] submittals in this section meeting the standard of care for the cansri•uction industry for si�nilar projects. 26 1.9 DELIVERY, ST4RAGE, �iND �ANDLING [NOT USF.D] 27 1.�.6 FIELD [SYTEj CONDITIONS �NOT USED] 28 1.�1 WARRANTY [NOT US�D] 29 1.1� ATTACHM�NTS 30 Spec O1 32 16.1 Construction Froject Schedule Baseline Example 31 5pec O1 32 16.2 Cnnstruction Project Schedu�a Progress Example 32 Spec O1 32 16.3 Canstruction �'�•oject Schedule Progress Narrative 33 C1TY OF FO3iT WORTf3 2022 BRIDGE REHASILITAT[ON COiYTRACT 1 STANDARD CONSTRUCTIO�f SPECIFjCATION IJOCU3VIENT� C1TY PROJECT N0. L03459 Revised August 13, 2021 tl13216-1p CONSTitUCTiON PROGR�SS SCI�II:DULE Page 10 af 10 2 PART 2- PRUDUCTS [NOT i7SED] 3 PART 3- EXECiTTION [NOT USED� 4 END OF SECTION Revisian Log DATE NAME SUMMARY OF CHANGE $11312021 Michael Owen �evised to update specificatian requirements and eliminate duplicate achedule specificatious. CITY bF FORT WqRTH 2O22 BR1DG� REHABILITATION CONTftACT 1 $TANDARD CONSTRiICTION SPECIFICATiO3rf DOCUMENTS GITY PROJCCT AIO. Id3454 Revised August l3, 202 l O1 32 lb.l CONSTRUCTIONPROGR�55 SCHEDULE--BASELINEEXAMPLE Page 1 of S 1 2 SECTION 0132 16.1 CONSTRUCTION SCHEDULE -- BAS�LINE EXAMPLE 3 1'ART 1 � GENERAL 4 5 6 7 S 9 IO 11 12 13 l4 15 16 17 18 19 2b 21 22 23 24 25 2G 27 28 29 30 31 32 33 34 35 3G 37 38 39 40 41 42 43 44 �5 �5 The following is an example of a Gontt'actor's praject schedule ihat illustrates the data at►d expectatian for schedule content depicting the baseline for the projeet. This version of th� schedu�e is referred to as a"baseline" schedule. This example is iniended to pravide guidance for the Contractar when developing and submitting a baseline schedul�. See C�'W Speci�cation O1 32 16 Construction Schedule for details and requirements regarding the Cnntractor's project schedule. CI'['Y OF FORT WORTH 2O22 BRIDGE REHABILl'FATION CQI�TRAGT 1 STANDARD COI+l5TRUCTION SPECIF�CATTDN DOCUIVIENTS City Froject No. 1Q3454 Revised August 13, 2021 �a�N ¢ � a '� `� � ° � n ,� �'�C` N � � f7 '� a °z � 'tl n q n a � O z � n C r�n a � N Q N r'T� C7 � � t�7 � r n A � � 'C Q o � �� z° o .j o� � `� a— � �'PVII - Capi#al D�Bid�cy ���rj� ��: ���-�� I� Lay� Baserme Ta'�[ate � I +canq� u .w.�q �e r �u I � I sys � rr«r. � N�+a�s� �.acr,�. . � naaF I Fl _. . i Cdr��.i53 - Iloi�b��l�oad SVe.�s1.Co�9�t�ctio� 0ase3if�e�r�rduic �v =�' {-- �"�y:� -_ �, '-=�a;.+9 � � :r � � 82 Pre-CpdsIDtcetlO� 36 38 �DTa4�-.;" Z:�G�y3t178 � 396� 8,2�Q �v�antc�onao�+�ariGOrd�:ct 0 0 �s2-a;s�.-�= !ffi+R622G � � $2'C S�NPCI^,.�OmpRYee�nPEan.Cn�tC�'e?se3'S1rc8Mlq 't6 YO C=� :u7: �3�+'WFY}F �32QCI j 1 Cd6 t 822� yl0e W'a6G �'Y"+� � 1 .: �^�41 E 41^+�f-� � t- 'SZQO i S23fl 6 &27Q Fb4Ce7bR"�:�Gortsr�a�Mtr:rc 5 7 "fi#r.2G•S '7�r-':`! '372C ;&Z46 fi I BZdU� Pce-Ctr��or-RY[D.-�w�ea�x ' 1 �S�x,--2C7E 25��-::�' �623I1 !30DQ.@259 6 I 8� �fet::�lmr :,,n py ;.a-•-_I'"_ 2.�-w��}da•3 �3340 ;33i6 j 8.i . � . - - - - ��� 8i :o'�tror'nrt 8� 1 1'hl� S 96mfar "�'. 'w-1L7�a�t7:'I ��:�: rr-:i �.�ae= �a.a ..WJ'3`x�7�»e Wr.49i bQ30 7L�Fi�lr.�.�N�'t' �� �Ga: e�.r.r aae: y�r:r�-=� �_ �A�;. �f.i'g � �'S fl,�;'f� a�r aoe�• G�-un 3G9y� ��:�1CP�7'f4 �4tli � :,r �ae -3-:,sr-� _, � c*-nrr : � 3 Fd 3G 93-���1� 1F° '�'� � so ay-wy-:s�e =s.ra�o�� L 0 :'_-L71}*: V 14 i 2:� �c f1+ G2'aa}ta;�E lE+g?�c:b�b ic•:.8 P.` LE '-'�.1i1':41E �I�Jf-`�'L'1� :��0 t 5 �i�.Y*,'_�"! =G�:�C�:S �020 � � 4FJ�34oi �iw:�.:47# ! ., r--r���� -_��x :c.s. � s �=-_a:::e =�..��r.=:�{ �aoa[ �L 3a �w-vis S3�-'-:.r5 3CSC � 2R Oc-Sug:.7: ?i�S4•�:�! :F9C 7C ii = �N•� �7'J �(}:i�rrC7F 3u� C C 6 tYts20�� 3D:C 7".� 7S] =�-.IiF �?� SL�]or?G7' . #3 a�. :�za1:1� a 7t7+�'16 +i 1a =i-:LL�4�-,F �3�,��r'�^.i� 3C2Q Y: 1$ `,E-;�::I! ':Y,JF'-wl! a'OC "' f 5 �6+4LC-_777 7f�,��_'i77 U14F r S 73J��r,�2:iq ;,�y�q.,,i! 3T20 5 5 33-f�:r•�1] �S-Ar-_'_i! 313G -�- ._.^L :�.3,:4�C74 .7 �r2�14, �'l:: � �S 0$'CS'.:`5 i4{irP7k7S S 9 ']�-4f::" "[-�-:CI} 3'SC S 5 1:�-:=�;_, fCLy::t� 3•:C .: ZO 73G� =G�= 7Shcv--+3 .3�70.7G6G :¢ 2I3 4."-ta.�',-S q3-L1swy7E„3�80 ..�a , tn =-,•,sr:_,a in-nec-=;�a s,� 9 � :�-Der-�•a 7,20b iG i� 3F-+��y-�E�a :��R+�'4aS -�' G_ 2:C� iUZC G �;G -n.»o_� � e�v �, � +�� xee: ��a' J�'v.:+hC �'L 'Jt:: 1�[ ��_: e, t �.` : � 539 .,� - i�� 4 :� � ao'� c � 3'� i �5+.0 (F 3'IJ'x�� — _ b'c� E: �►i �i��.:..,, a-', i 'BC '7 ;i"�C r1 �[ � �•.. —� a:.o n �I +�ar E �o�ria .l�e� Trral+�sx� - 31��'. ��S'a's#!'tncardL9F = 3i40 'h_"�i Pa[���l5d17 3t3d LaYE'u^Pwi� ]�tf':�' 31E6 7Etf«PaY'C.'?r$.L±�--- 315Q 5�i �7rd��.w+]Ch141: ?srkq ] - E : � �'M7+�T� jir�J �bllxr_�� 7+F: Paving l7G� PIffiW0� _ ��C C�eans�p 351!f 'r7�2'.�2G7�T-0�E��, 3#tu 7 � ��t� w�c � � � �ltffiClij IN�I�C ♦ 0 (}i7�fiC7� Rk?�11d9�fNj 1NtDT�C � � � e M�Ge�one � [r€tica4 iu�fi�nrr� � �O[�'�� � '�:E2 �.�-0�.� - �e3g1��v�I�u�ocl �tre�� �"t��stn���r�rm ��S�E'�+E ��+Pf�l�� 15�117:�'�� �ep9� �� Qate: 20-J►,.me-2�tt8 P�ige 1 t3f 3 �c 7 aar► �. �����'Y�9`1�''���'i'7�I��°i"Iw'�o�s�FllWI I ; .�� �_ — � � � � � ��� I i ! � - - ' ! i ! _ i i F � � i t s � � i��'�L6 ������ n °z � C � °z `c � G) � w U] � �" m I � a G/� tm" � m � �y o S W N N o -n _ � �� pl 32 �6.] CONSTRUCT[ON PROGItE55 SCHEDTTLE — BASELINE �XAMPLr Page 3 oF5 � Z 1 - � - � -- f - � - �----.....�._.-�-�--- � M � a ---- I-- --------------- - -- ------ �--- ---- ------�--' .. .. _ . i � ! i � ,_ t '• E " " ' " "�_"""_'""""'_'' ' "�"'._""'�"_"'.__ i � � S�tl I�� � ....»i�.. ..._. � . ._. ..-�-- ----•---1-•--•--- � -•-••••-1--•-•-...-•-•�-- � �� ------t-�--_.:.�....._.:.� ..._..: �._...._._.�.._.._._la.......--�-�---- _, ___ . � _ __..._.�._._...�.._..._. , , � _�. . . � ,, � � �� '�-----�_---------- � - � ----R-------,�-..._.� ...;.__._.... " ,' ------ � --- ---- i -----1---------�-^ -- ; - ------�-------. . � _ .._.-� � -�-�----� � �y� .F r-� i�1 ����C.I,n ly 1p n n ca{oEe1 n.viul�� e a ialaio rp 9� ( k � — , I � k �; , i� . . �, r �E��i;� "I�F���?:, �"'�:�;s�;' ���j:t��a �� � � 8.,I ¢ "'��r ��I� +F d' '3:4 ���" 4 m�1 µ ry°� 0 .. . �. �� �: ��� �.w F; r: e; ri ��r.ri � r.�� ..�, .� �1 �11 V ��: 4 u. .� �!. m rt m YI� � ¢ n W�L c m�i� r. .� .l. �.� . y � � i i:v f� i i+1 'i 8.� �`� � i� .' s� i a � t• �� � f i i ni ry F J � � � � � � ��`� ,� � � �'S 6 u � �� � 4 � � � �:� ��+ �,3 s � �� p., i —� L v�y '+ �- +. �i i.� � � r-+ o � W a rr. m ��n � M�4 „ _ � � �+l W � i � I i+ 1? +1 � i �4 f I � r� ii i F �� �'� [i N .A.J. � �� � � � u: ik '/�' ��� � � � y; F• � tr1` � 1�f �� � +� . = I .9 � f�� � ��• ,� : J V' � :2 .h �r 1 y r� � ry � � i ' ry { � � : I � � '� � � �o - � m3�„ �?� n � �, hG „�ii '�� � .� Y, �io � a a.r: c •� I�� Y � ,- � U. .i ;;.� r ., F � . �t '� i'i.�I�.. ��� p �� �:� „ � � � I � I I � 1 � � � � � i ' i ! �� I � �I ' � ����� $ NI � ~ i � 7 �H �� •� � � y ' ,� � R I I� �' � R. � � .�. � u' t' U '��• � � � r'� I �, r.. � n 'n' +� � '� n �.? `� ,`�' �" � '� ' � 9� a tli (' �, c '1 a s� y,� it �` �. ' r, �'. - a P'�; � �C��.' �:��C�{�.��1 ,�a����.�1����.������� � � � O+ i5�a5 Q 6 I.I � `� d 4 i.r I.i R O V P O C3 � fl� :��k;�3F��?��~ �,1�:,'��;R��r�����1� � .� � � � � �� � CITX OP FORT WORTH STANDARD CONST'RUCTIpN SPECiFICA'I'�ON I}QCUME3�TT5 Revised August 13, 2021 i3��L�o n �3 C� :�i in' � '� . m .�� fi r, a u� �., �a n � i ��� �� f'�, �� � ` 7? .r iii � w� .�� u y i i e, � � � � � +• Ll � i.l �i �Rvn - ., ♦i �I� � .. �; �' � ��� s� a'' � � � G �f$�9l w �1 II � ; u � �� �� ��o��o ,�� � ��.,eR �` y ii� m � m fl � m r ;ii � P '=o I` ':�� . r � � F4 � r"-� � � f o:. �. m w in jr. }w F. {1 1 N R � � �' .� � m w U� m '!0 � i iii II� Y� _: � � � � , � � ;� � � C � ' ��°���.� v ,.F � 6 � � � O � � , r. :�. � � �-, � � � � � � � � � °y Q� � � � � 4+ � �i � � � � � � •j�/ � F-I � I � � � � � � �� � �� ��� �.� � S ♦ O � � '� � � o}� 3 �� � � � V ��� 2022 BRIDGE REI-IAAILITATION CONTRACT [ City Froject%lo. 103454 � Vi a Rt 4 4�a� �a �i �� C ��� y � � 0. � 0 `�7 0�9 Q r�'r n � � Wz� b '� � N [ � H O z � � n� n � n � � 0 z v 0 � c � � z � y N O N N Q � ��y H G7 ny � � a � �� n n b d� �� �� � -- � T�ll�f - C�pi�a�l �g�ive� "'.yan+� �� ��� ��➢W1r'9t7 iY7lYl�'�7E �Ji:L� wWl"I�}��:::vLa}l.�r]tr^R7�8'� �73p ido;;� SqCe^L�ai_11i , �'` -x�' 37J� �h�wplK'��i�ru�C��_�.aGS: }��e� :.7'T�:C�C'}T."��C;Ci�7 T i;6: �=�t:rm�4 0 Ac�1ld�ortc t� � Rr�'771�11]I� V�ff6k 8 � {}�'.��� RP.i!'18t111Iij UVO�C � e �1'eUe.Siaore e Ct�i]eaI I�e�n� � Cmropte��C �wlles�ra� ���r��ct L�: iC��-4��1� I 4t` I+RJ I yff � -`ir�R+ �.�r2�r}R'i fLiRiri�F� J J � �y.b :e 14�i:1-24Y} 17�Gp�.�7'= 471C !i1�p o ti aa�-� =- s���A ��ba[ 7 ; 1a,9a7�=Aia �laieti .G79 3�S[ 9i'_Z 0 , -s-k=.�-'['�. 4'7��; s"-- --7 7 1:c]frt-'�`= � ��[•-C79 �'1SC � R�port F�t �= 2�laim 2a�8 Page 3 0# 3 7�� �7C 2^_�i a�l' Fl,.� yi �I 1�'i "j 7`4� ' I� �'y �'� J'� +��� Q� � F�"� � Q. -r.__. I ._ .i._._.� I � ' i ._._��.T..�_ ; f...�.�-�.� �"I i �l�-1�1]]� - ��q��r,�v�a�I�a�dl �1�e�� �irle�t�a�t�.a�. ��se�� Sc�e�t�le E�aaapl� �Q'�� ����►��'�. ��. � 0 z � � C c� -� O z b z 0 � � � � C/1 �} � d �" C+-1 I � � tm�' z rn "ti `� o m � W � N o b� � m� DI 32 16.1 CONSTRUCTION ARdGI2ESS SCI-I�17ULE — EASELINE EXAMPLE Yage 5 of S 1 END OF SECTION Revision Lag DATE NAME July 2Q, 2018 May 7, 2D2i M. darrell lnitial Issue �i1MMARY OF CHANGE M Owen Revised naine due to revising the seiiedule specifiCation CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFIClaTION DOCUMENT3 Revisad August 13, 202 k 2022 BRIDGE REHABILITATION CONTRACT I Ciry Project No, 103454 O1 32 162 CONSTRUCT[ON PROGRESS SCHEDiIL� — PROGRE55 EXAMI'LE Page ] of 4 1 2 SECTION D132 16.2 CONSTRUCTiON SCHEDULE — PROGRESS EXAMPLE 3 PART]- GENERAL 4 The following is at� example of a Contractor's project schedule that ilIust�•ates the data and 5 expectation for schedule content depicting the progress for the prolect. This �ersion of the 6 schedule is refe�'ed to as a"progress" schedule. This example is intended to pro�ide 7 guidance �or the Contractor when davelaping and subm'rtfing a progress schedule. 5ee 8 CFW Specification 61 32 16 Construction Schedule for details and requirements regarding 9 the Contractor's praject schedule. l0 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 CITY OF FOR7' WQRTH 2O22 BRIDGE ItEHABILlTATI4N CpNTRACr 1 STATiDARd CONSTRUCTION SPECIFICAITON DQCUMENTS City Project Na. I Q3454 Kevised Augusi 13, 2021 O1 32 16.2 CON5TRUCTIQN PROGR�SS SCT�DULE — PROGRESS �XAMPLE Page 2 of 4 0 � � � . ��. � � �H N 3a _ � 1 � " � � � � ,n.+ �� 4, � w �a�ry � a �n a F'e I �'� 05 � �m �, ,a y � �. � �� 4f • � }� � ����� I l� +� t K 1�{ p��1 u o+ �ya 4l m x. ry i{ y'� � i i i i i ��� �II'�l � ��6 * J t1 r.l i " " �� ( •� � \ � � � � � � � � � � � .- � : � � ,�� .._. ,� � � � � � � � � �� .� � � 4 � r .� � �� � � I a�. �'w � �� � ,n�„ . � N "� �t � � � ����``� ��;� � � , ,w � , �W ,�.. �. ����^'� ��'� €± ±1��'r � � # � 'f.�:r +' x f i i� � , .,..s � a � .. , ��;A... � � ��I. a� �� �{F � � i ='� y ���� �� �i� I � � r ���;� R ���.��° '��'� s� n�}���� i� � V v r` , m{�k�� ��� s , s � � s i r i � � ._....�_. _.... :- .._. ._..�j-•_•_•-F•—•---••s-••-••- •�•-••-. _.�_ .._.--•r-.._.__.�.. ....._.a_ . � .. ..�-•--.._. E.._._.._.. W .... _... �-•------ ------ r.._.._ .............�--• � .._ _... --¢•-------�------- ---- -- -.;_.._.._.. , • _. ..- - --- - - -------- ...��:..:---� - -- -.-�:__:_-._��i r....._...........---_. :::. . ........:.........�_:::�::__:_: ___ --z::=::_ _=_�__,.__..�............._.....--;-.. � - •• -•- .............. _ � �_:_.. _._1_....._............_.a... � �....�_.--.-._--j__=--=:__s-------i-----•-- -- --�i---------1--------..t_._.__....� ......................... � i � � � ---- � i- �►�` _�'-- I— ."' '" _ - -,' � I "pL.._ _— � . � � . 4 � _"_ ]�t ......... ........ r' �-'I �_..'� � ,-.q'�.. -�- ---- 1 �-� � � I �._._...��__.r_- , �i r,� i{ fi'r�.n'n,r d�vEN'�.bu'i,. r���r ef�N n iv Nlaa ri fi�N /Y M N ,��u N n n I � � n g o a r. ., �� g g`?:'� `� ��: �� .. ., .. ., �a �3 r ru I� � 4� i: �': FQ o 4 a } , � �, � � .� �. � � „ .� m �.i.� m ., � m �# o,� ,� m ;� .; �. ., ; .� ,,, .. � Y� ri�F''� '� r5�. m If � i� R�y �� m '�1 F+ � C�: � i � �}f' ia � a����'"��{'� ;��� � x� �� ��� ��� � �� � ,:��� . �,�. �..�,,,tu�=tti,����� � �.s.,� �' i� Mi 4 ii� 'I, � Y} il� _ •� �} in xi iO O� fP ria m 10 m �pp � o' e � t y � ' il i r] fF �� � � � tr� .t � i I R I VI �l fi i�� r� � I TM `ry �� � � k ��� i' '. .I , �' � �yy � �fy. � �p !y R ��)I 1 �• e � � ,f, �Jj y�:. 4�]} � � � � � . � � � f, : � � � i� � � i Y I�� �j ii � �'� O .- � �' � i} � � � �• ��� �1� ��� L. r ��� •� •� T�i*- 11� jp � W ap Ya x. 11• �� f!} �h �I � �+ � �� '�i {; �i {+. �i il � ua F ii II ri f4 }� � � 1 { 4. � � T� 1� u � R�{ � � r � �~'�T.d�� �,�;�.a������� 1,�r{� �����/�� � � 5� � � y�� a F� + F �^I ' I , r�.1 . �� 1 } .i I � � .. t! F � � .., . �e+ -� �. ,� .� .� ..� .� .� �, u, �i .� e m ; � ' A �� o w �� .� :�: g�:�;����;;;:;;�i:��� ��:�. ''��� ry� ;j� � ��a L�. ����� ���:;�?��� 17;;���;�.'�4:. ��;�;i.�^.����:�����:a � ��� f iy n f i� i� i� r�c'�a :: � '� .�.a o u t� u i�.r o u�i i`�r �� �i � , +� : � �� � ' � r �} �' 'n 'fi �$3 I'+ w '« fi� ;' �^ u, w n 7; � � e m (� �ti ;-' +� � '�.' e . Q � � . � �� L" � �i.iR �I�I� � �.� } 4Y.M� an � 'l^ 1n � � f1 �' � � .. yi . �' .. � i� � � � � � I � I � � �. � �. � pi �iY � ry � ^�'� �p u t �i M � { ����rl� � �.n���� .O � � •} L u � �i � r iry __ � � �� r t� � , r, . � �. � � � �;`q� ���n'�'�� ��'���'�� ������ �'��' � .' 4, � �I � y. �, ':� '�' � b }. �" S � $ !9 .� �' �'� �a a` v� ~ ��] d�i� �i;"lrjS�.,k:..� ��?;�� :���S.i.��,�F,���Te'.,.Tn}.%1����1 C1TY �F FORT WORTH STANDARD COAISTiiUC'FION SPECiPICA'f`ION BQCiSMENTB Revised August 13, 2021 � � � � � � � �� �� � � � �I � � � � � � �S � � � � , � ♦ � � � � � � � � ;� � � � 2 � � � V ��� 2022 BRIDGE R�IIAAlI..lTATION CONTRACT 1 City Project Na. 163454 o� �a 1&.2 CQNSTRUC"I'ION PItOGRESS SCHEDULE — PAOGRESS EXAMPLE Page 3 of 4 1 2 �a � N ? � N � � � c ,�. i.. O � � � Q � � O � � �� � s� i� �--- a� •--••- ��--- a `� H—. � � w +a i �� ".� �.: id Co Cn la` L. a o m a. o c a n a n o a�o �� ra '-� �� ..} �2I!� PL� �I. rt� CI.F t Jl� �h j� � I9 [i F� ' if 4Y + ' i1 �!'i L i�x T� �C..�. ; �. 4���������������;r�as;�� � � �� 3.. � � { �. rv:i �., '4 a� t, t1 YI +rt�l QpppF �... �ii� ky a.. ��. �` a� .1. u ui u� � �. � f¢l � �� Y �y T� � If Si �� �i }� {� �j�L� '�.'�r � r. � i� � � � ������ �� ;f�:� -i '.� � � � S. '.. � � � �v:�` � � . �5 fl : �� � � 91 b r � S ^r ff+ r i �*. a � m ^ � .i� u m a =. �.��ti '����f�-��,;��w�f�i:�s:°a�i�: � h ,�{�,'��`� p��}.�j` 1r!v�z � � .�`�ua,� '�' ,�,`�;�r ��-��� N . " :�� r� F� i: �'� '}� .. .. . �� e. -. ,S :� ��! i, .. � . = m ��. .. u a� . � _M1 .�� U. � p, � y m n ;v _ .i . �'� ��",;�i" fi9�� ��7�'#i ;;�:9"fi �:, }� �� �' {�������`� ,�� k��:rt�;�� ��3; �i1:��C���7,h� ' � s�6��� '��ff���� ������� �� � � k _�x�„�;�Qnl4�.���;,�k�;��,�.t...�l�i�3�., � r�n..ufV�rR'�.n�n.:'i�"(y:�'��!aw}fi�i"�s � � � � �� � �� /�\ 5�n/ � 1 � � �� � 11 � J � � I ► � � �. ��� .,, � � ��, � � {a � I�� �un �' S - � '� rc 'I .} � � � � �,��� ;: jr � a ry�� � k S` ��`� Ln Y� w � �.��u��� ��;:�_;�,� ?���'����� � �J��, � f � Ii '* u:f b r� ' r.� :� c3 S[ � :I v �.S l 1-i �i � � :3 �i� '� =t �i ��� :i .i �� � C1TY OF FpRT WQRTH STANI3ARD COI�4S'PRUCTTQN SPECIF'ICATiQN DOCUMENTS Revised August l3, 2021 o ul ru vlo �o N J � LF�1� ����.��� ���' �I� 4 f.l Id W Of 6 r1� � � � Y N �. n&����� �. 4 m ��T � a������ �}� �� ��_��;� m ra � a� .�� ����� , r: . u ��5��� 4 IM1 HI p�? O tl rtd r.a' W Y F .-I +� �11 1• ili T n, n �� ,I� ri� �} ��� 3:� � i; � �; ���S�i�� � �� -�����i�� � w� R r'� n. � rt � 1�i �� #� i� �' r� � �� �. t' � � I � � � � �: ,:.r � y � "* � �li 4� ��'. ��� f���8t.�1�{ �. � � � � ��}:#,�� _ �; .' S� . , _ � w �.,� '�,e ?� :3 !� '3 F �� � };�� �� �� � . � � � � a €:€.a ±� cr +rf r �� -� /: 4� y� � � �+„� i ct r� S� 1OYlnr�. � il r �,.rr �� �� � �, �L �F �� , ��u � �� �� ����� �h��ed '� � NF �. R ;�, � �,;r�a � i� � I i � ` I � � ��'� r R �k.S �� � � � � �� � �, +�� r 4� � 4 �} � 1 7� � �� � � � � C � .a'� � � � LF u � v k: L'- � � g � . � � � ���`�� � � " � ' w ry +r • �w � n.� �:n: 5� � F� � � �`'"'� � F�' p1 � � � � � � �� � � � � �� � � � � � �p . � � � � � d C � � �� d �p � � �� � � � u c� � � � .�� � � � ��� � � �' 4� I � � 2022 BRIDGE REHABILITATION CON'1'�tACT 1 City Project No. l U3454 O1 32 16.2 CON3TRUCTIQN P120GiZCSS SCHCDUL� — PROGRB55 EXAMPL� Page 4 of 4 ] END OR �ECTION Revision Log DATE NAME July 2D, 2018 May 7, 2021 M. .Tarrell Inirial Tssue SUMMARY �F CHANGE M Owen Revised name dua to revising the schedule specification G1TY OF FORT WORTH S"FA�t*IDA�ZD COIVSTAUCTION SPECIPICATIDN ]]OCU]ViLNTS Ttevised Augi�st 13, 2U21 2022 BRI[?GC A��IABILITATIQN CONTRACT { City Project No. 1�3454 413216.3 — PROGRESS NARRATIVE Page 1 of 1 SECTION U132 i6.3 CONSTRUCTION 1'R4JECT SCHEDULE PROGRESS NARRATIVE Reporting Period: Date Issued: Rraject Name: Contractqr Company Name: City Pro�ect Na: Contractor 5chedule Cantact: � City Project Manager: A. List of activities cManged in the reporting period. 1, (insert text here) 2. (insert text here) 3. (insert text herej 4. (insert text here) 5. (inser4 text here) 6. (insert iext herej �. l�ist any potential delays and provide mitigation actions 1. (insert text here) 2. (insert text here) 3. (insert text here) C, �ist any actual delays and pro�ide recor►ery actions 1. (insert text herej 2. (insert text here) 3. (insert text herej City of Fort Worth, Texas �onstruction Prp]ect Schedule Narrati�e Report for CFW Projeds Revised August 13, 2D21 Page 1 of 1 oisz3a-t PR�CONSTRUCTION VIDEO Page 1 of 2 1 2 3 PART1- GEN�RAL � 1.1 SUMMARY SECTION 013� 33 PREC�NSTI�UCTiON VIDEO 5 A. S�ctian Includes: 6 1. Adjninistrative and procedural require�nents fa�': 7 a. Precanstruction Videos 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. None. 10 C. Related Specification Sections include, but are not necessarily limited to: l I 1. Division 0— Bidding Requirements, Contraei: Forms and Conditions of the Contraci 12 2. Divisiort 1— General Requirerrients I3 1.2 PRICE AND �AYMENT PROCEDIIRES 14 A. Measue�ment and Payinent iS 1. Work associated with Yhis Item is consic�ered su�sidiary ta the various items bid. 16 No separate payinent will be allowed for this Item. 17 1.3 REFERENCES [NOT USED] 18 1.4 ADMINISTRATIVE REQUIREMENTS 19 A. P�'econs�ruction Video 20 1. Produee a precanstr�ction video of tl�e site/alignment, including all areas in the 21 vicinity of at►d to be affected by const�-uction. 22 a. Pravide digital copy of video upon request by the City. 23 2. Retain a copy of the preconstruction video until the end of the maintenance surety 24 period. 25 1.5 SUBMITTALS jNOT USED] 26 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTAL� [NOT U�ED] 27 1.`� CLOSEOUT SUBMTTTALS [NOT USED] 28 1.8 MAINTENANC� MAT�RIAL SUBMITTALS [NOT LTSED] 29 1.9 QUALITY ASSURANCE [NOT iTSED] 30 1.14 DELIVERY, STORAGE, AND HANDLING [NOT U�ED] 31 ].11 FIELD [SITE� CONDITX4NS [NOT USED] 32 1.1� WARR�iNTY [NOT USED] 33 PART � - PRODUCTS [NOT i1S�D] CI7'Y OP rORT WORTH 2O22 BRIDGE A�I-IADILIT,4TION CONTRACT I STANDARD CONSTRUCTI�N SPECIFICATION DOCUA�NTS City Prnject Nn. ] 03454 Revised 7uly 1, 20I l 013233-2 1'R�CONS"L'RUCTION VIDEO P�ge 2 oF2 PART 3 - EXECi7TION [NOT USED] END OF SECTION Revision Log DATE NAME CITY QF FC)RT WORTH STANDARD CONSTRUCTION SAECIFICATION DOCUM�NTS I2evised July I, 20l k SUMMARY OF CHANGE 2022 BRIDGE REHABILI'I'ATtON CONTRACT 1 City I'roject Nu. 1D345A D133fl0-1 SiTB1VII7TAI.S Page I nf 8 1 2 3 PART1- GENERAL 4 1.1 �UMMARY S 6 7 8 9 10 1l 12 13 14 15 15 SECTION 0133 p0 SUBMITTALS A. Section Includes: 1. Gener�l methods and requirements of submissions agplicable ta the fqllowing Work-related submitta�s: a. Shop Drawings b. Product Data (including Standard Product List submittaIs) c. Samples d. Mock Llps B, Deviations fi•om this City of Fort Worth Standard Speciiication 1. None. C. Related Specification 5ections include, bui are not necessarily limited to: 1. Division 0—Bidding Requirerr�ents, Contract Forms and Conditions aFthe Contract 2. Division Z-- General R�quirerr�ents 17 1.2 PRICE AND PAYII�NT PROCEDURES 18 A. Measurennant and Payment 19 1. Work associated with this Item is considered subsidiaiy to the various items bid. 20 No separate payment wi11 be allowed far this Item. 21 1,3 REFERENCES jNOT USED] 22 1.4 ADMINISTRATNE R�QUIR�MENTS 23 24 25 z� 27 28 24 36 31 32 33 3�4 35 3G 37 38 39 40 A. Coordination 1. Notify th� City in writing, at the tirne of submittal, of any deviations in the subxnittals from the requireinents of the Contract Doctamer�ts. 2. C�ardinatian of Submittal Tiines a. Frepara, prioritize and transmit each submittal sufficiently in advance of perfarming the related Work or other applicable activities, or within the time specified in the individual Work Sectians, of the Specificaiions. b. Contractor is responsible such that ihe installation will not be delayed by grocessing times including, but not limited to: a) Disapproval and resubmit�al (if required) b) Coordination with othar submittais c) Testing d) Puz•ehasing e) Fahrication � Delivery g) 5imilar sequenced activities c. No extension of time will be authorized because of the Contractar`s failure to transmit submittals suiiiciently in advance oftne Work. C1TY OF FORT WOAT'H 2b22 BIU]]GF. RGFIARIT�ITATION CON'1'12ACT 1 S'1'ANDARD CONSTRUCTION SPECIFICATI�Id DOCUMEN"T'S City Praject No. 103454 Revised Decemher 20, 20 ] 2 o� 3soa-z �UBMiTTALS Page 2 of 8 1 2 3 4 5 5 7 8 4 10 11 12 13 14 15 16 17 18 19 20 zi zz 23 24 25 26 27 28 29 30 31 32 33 34 35 3S 37 38 39 4� 41 42 43 44 45 4b d. Maice suhrnittals promptly in accordanc� with approved schedule, and in such sequence as to cause no deIay in the Wo�'k oz' in the work of any other contractor. B. Submittal Numbering 1. When submitting shop drawings or samples, util9z� a 9-character submit�al cross- reference identification numbering systet�t in the following manner: a, Use the first 6 digits ofthe applicable Specificatian Sectinn Number. b. For the next 2 digits number use numbers Q1-�9 to sequentially number each initial separate item or drawing submiited under each specifc Section number. c. Last use a letter, A-Z, indicating the resubmission of the same drawing (i.a. A�2nd submission, B=3rd submission, C=4th subr�issinn, etc.). A typical subrr�ittal nti�mber would be as follvws: 03 30 00-08-B 1) 03 30 DO is the Specification Section far ConcreYe 2) 08 is the eighth initial submittal under this Speci�cation Secfiot� 3) B is the third submission (second resubmissian} of tl�at particular shop drawing C. Contractar Certification l. Review shop drawings, product data and samples, including fhose by subcontractQrs, prior to submissian to determine and verify the foIlowing: a. FieId measurements b. Field canstruction criteria c. Caialog 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 Certi%cation Statement affixed incluciing: a. The Contractor's Company name b. Signature of submittal revie�ver c. Certi�cation Statement 1) "By this submittal, I hereby represent that I have determined and verified feld measurements, field construction criteria, materials, dimensiQns, catalog numbers and sirr�ilar data and I have checked and coordinated each item wiih nther applicable approved shap drawings." D. Su6mittal Format 1. Fold shnp drawings larger than 8'fz inches x 11 inches to 8!2 inches x 1 I inches. 2. Bind shop drawings and product data sheets together. 3. Order a. Cover Sheet 1} Description of Packet 2} Contractor Certifica#�on b. List of items 1 Table af Contents c. Product Data /Shop Drawings/San�ples /Calculations E. Submittal Content 1. The date of submissian and the dates of any previaus submissions CITY OF FORT WORTH STANDAI2D CONSTRUCTIO]V SPECIFfCATTON DOCUMENTS Revised Becemher 20, 2072 2022 BRIDG� REHABILITATION CONTRACT I City Frpject Na. f D3454 Ol 33 00 - 3 SUBMITTALS Page 3 of S 1 2 3 4 5 6 7 8 4 2. The Project title and nurnber 3. Conh•actor identification 4. The names of a. Contractor b. Supplier c. Manufacturer 5. Identitication of the product, with the Specification Section number, page and paragraph{s) 6. Fie�d dimensions, clearly id�ntified as such 10 7. Relation to adjacent or critical features of the Work or materials ll $, Applicable standards, such as ASTM or Federal Specification numbers 12 9. Identificatipn by highlighting of deviations from Contract Documents 13 10. Identification by highlighting af revisions on resubmittals 14 11. An 8-inch x 3-inch 61ank space for Contractor and City stamps 15 16 37 18 19 2� 21 22 23 24 25 26 27 2$ 24 30 3] 32 33 34 35 3G 37 38 39 40 41 42 43 44 45 46 F. Shop Drawings 1. As specified in individtilal iNdrk Sections includes, but is not necessarily linnited to: a. Custann-pt'epared data such as ia6ricatian and erection/installation {working) drawings b. Scheduled information c. Setting diagrams d. Actual shopvvork manufacturing inst�uctions e. Custom templates f. Special �viring diagrams g. Caordination drawings h. Individual system or equipment inspection and test reports including: 1) Performance curves and certifications i. As applicable ta the Work 2. Details a. Relation ofthe various parts to the main inembers and lines of the structure b. Where correct fabrication of ihe Work depends upon field measure�nents I} Arovide such measurements and note on the drawings prior �o submitting far appraval. G. Product Data 1. Pa:r submittaIs of produet data far products included on the City's Standard Product List, clearIy ldentify each item selected for use on the Project. 2. For submzttaIs of product dafa for products not included an the City's Standard Product List, subinittal data may include, but is not necessarily lirnited to: a Standard prepared data for inanufactured praducts (sometimes referred to as cataIog daia) 1) Such as the manufacturer's praduct speeification and installation in5tructions 2) Availability of calors and patterns 3) Manufacturer's printed statements of compliances and applicability 4) Raughing-in diagrams and templatas 5) Catalog cuts 6} Product photographs CITY O�' FORT WORTH 2O22 $RIDG� RIiHAI3iLTTATfON CaNTRAGT 1 STAND,4RD CONSTRlICT10N SPECIFICA7'fUN I70CC1MENT3 City Project Nn. 1U3454 Revisad �lecember 20, 2D l2 Q] 3300-4 SUIiMITTAGS Fage 4 of 8 1 7) Statadard wiring diagrams 2 8) Printed performance curves and operational-range diagrams 3 9) Prodnction or quality control inspection and test repnrts and certificaiions 4 10) Mill reports S 11) Product operating and maintenance instruciions and recommended 6 spare-parts listing and printed product warranties 7 12} As applicable to the Work 8 H. Samples 9 1. As specified in individual BecYians, includ�, but are not necessarily limited to: 10 a. Physica� examples of the Wark such as: l 1 1) Seetions of manufactured or fabricated Work 12 2) Sma1I cuts or containers of mafarials 13 3) Complete units af repetitively u"sed products color/textur�/pattern swatches 14 and range sets 15 �l) Specimens for coordination of visual effect 16 5) Graphic symbols and units af Work to be used by tIae Ciiy far independent 17 inspection and testing, as applicable to the Wark 18 I. Do not start Work requiring a sl��p drawing, sample or praduct data nar any material to 19 be fabricated or installed prior to the approvai or qualified approval of such itern. 20 1. Fabrication performed, materials purchased ar on-site construction accomplished 2l which does not conform to appraved shop drawings and data is at the Contractor's 22 risk. 23 2. The City will not be liahIe for any expense or deiay due to correciions or remedies 24 reyuired to accomplish conformity. 25 3. Complete project Work, materials, fabrication, and installations in canformance 26 with approved shop drawings, applicable samples, and prpduct data. 27 J. Submittal Distribution 28 1. Electronic Distribution 29 a. Coniirm development of Project directory for electronic submittals to be 30 uploaded to City's Buzzsaw site, or another externai FTP site approved by the 31 City. 32 b. Shap Drawin�s 33 1) Upload submittal to designated project directory and notify appropriate 34 City representatives via email o£ submittal posting. 35 2) Hard Copies 36 a) 3 copies far all suhmit�als 37 b) If Can�tactor requires more than 1 hard copy of Slzop Drawings 38 39 40 41 42 43 44 45 46 47 returned, Contractor shall suhmit more than #he number af copies Iisted above. c. Product Data 1) Upload submittal ta designated project directory and notify appropriate City reprasentatives ��a email of submittal postmg. 2) Hard Copies a) 3 eopies for all submiitals d. 5amples 1) Distributed to the Projeat Representative 2. Hard Copy Distribution (if required in lieu of electronic distribution) CITY OF' I�pRT WOI�TH 2O22 BRIDGE REHABILITATiON CONTRACT l STAiYDARB CONSTRUCTIdN SPECIF[CA770N bpCUMENTS City Project No. 103454 Revised Decembcr 20, 2012 Qi 33 00 - 5 SiIBN11TTAL5 Page S of $ 1 a. Shop Drawings 2 1} Dist�'ibutedta the City 3 2) Copies 4 a) S copies for mechanical submittals 5 b) 7 copies fot� all other submittals 6 c) If Contractor requires more ih�n 3 capies of Sltop Dra�uvings returned, 7 Contractor shall submit inore than the number of copies 1lstad above. 8 t�. Product Data 9 I) Distributed to the City l0 2} Copies 11 a) 4 copies 12 c. Samples 13 1) Distributed to the Froject Representative 14 2) Copies 15 a) 5ubmit the number stated in the raspectiive Specificatipn Sections. 1 G 3. Distribute reproductions of approved shop drawings and cppies of approved l7 product daia and samples, whe►'e required, ta the job site fle and elsewhere as ] 8 directed by the City. 19 a. Provide number of co}�ies as directed by the City but not exceeding the number 20 prev�ousl� specified. 21 22 23 24 25 26 27 28 24 30 3] 32 33 34 35 36 37 38 39 40 41 42 43 4� 45 46 4'1 4$ K. Sub►nittal Review 2. 4. The raview af shop drawings, data and sainples will be for general can%rmance wit� the design eoncept and Cnntract Dacum�nts. Tkais is not to be eqnstrued as: a. Fermitting any departura fi'ona t11e Contract requirements b. Relieving the Contractor of responsibility for any errars, including details, dimensions, and �nateriais c. Ap�ravin� departures fram details furnished by the City, except as otherwise provided herein The revisw and approval of shop drawings, samples or product da�a by the Ciiy does not relieve the Contractor from his/her responsibi3ity wifih regard to fhe fulfillment of the terms of the Contrac#. a. AlI rislcs of error and omission are assu��aed by the ConYractor, and ihe City will have no responsibility therefore. The Contractor remains respansible for detaiis and accuracy, for coordinating the Work with ail ather associated work and trades, for selecting fabrication process�s, fo:r techniques af assernbly and for performing Work in a safe inanner. Ifthe shop drawings, data or samples as submitted desc�•ibe variations and show a depa��kure from the Contract requirements which City imds to be in the interest of the City and to be so minor as not to involve a change in Contraci Price or time fot' perf'armance, the City may ret�rn the reviewed drawings without noYing an exception. Submittats will be returned to the Contractoa• under 1 af the following coc�es: a. Code l 1) "NO EXC�PTIONS TAI{EN" is assigned when there ai�e no notations or co nnnnents an the submittal. a} When returned under this code tha Contractor rnay release tYze equipment and/or material for manufacture. b. Code 2 C1TY pF FORT WORTH 2O22 BRIDGE R�FIABILITATIOt�f GOIYTRACT 1 STAlVDA[tD CQTESTRUCTlQ�[ ST'ECIFICATIdN DOCUNf�NTS Cify Project No. 103454 Revised December 24, 2012 01330p-G SUBMI'I'TALS Page 6 of8 1 1) "EXCEPTIONS NOTED°. This code is assigned when a confirmation of 2 tl�e noYations and cominents IS NDT required by the Contrac�or. 3 a} The Contractor inay release the equipment ar materiai for manufacture; 4 hovvever, all nota�ions and comments m�st be incorporated into the 5 final produci. 6 c. Code 3 7 1) "EXCEPTIDNS NOTED/R�SUBMIT". This combination of codes is 8 assigned when notations and cotnments are extensive enough to requir� a 9 resu6mittal of the pacicage. 10 a) The Contractor may reIease the equipment �r material for manuiacture; 11 however, all notations and corai�aents rnus# be incorporated into the 12 iinal product. I3 b) This resubmiitaI is to address all comments, omissions and l4 non-canforming items that were noted. 15 c) Resubmittal is to 6e received by the City within 15 Calendar Days af 16 the date of #he City's transmittal requiring the resubmittal. 17 d. Code 4 18 1) "NOT APPROVED" is assigned when the submittal dae5 nat ►neet the 19 intent of the Contract Documents. 20 a) Tl�e Contractor must resuhmit the entire pacicage revised ta bring the 21 submit�aI into confarmance. 22 b} It may be necessary to resubmit using a different manufacturer/vendor 23 to meet the Contract Docutnents. 24 25 26 27 28 29 30 3i 32 33 34 3S 36 37 38 39 40 41 42 43 44 45 6. Resubmiitals a. Handled in the saine manner as iirst submitta�s I) Cartections other than requested by the City 2) Marked with revision triangle ar other similar methad a) At Contractor's risic if not marked b. Submit�als for each item will be reviewed no more than twice at the Ciiy's expense. 1} AIl subsequent rev[ews will be perfor�ned at times car►venient to ihe City and at the Contractor's expez�se, based on the City's or City Representative's then prevailing rates. 2) Provide Contractar reimbursement to the City within 30 Calendar Days %r all such fees invoiced by the City. c. The need for mare than i resubmissian or any other delay in obtaining City's ra�i�w of submiYtals, wiIl not �ntitle the Cantractor ta an extension of Contract Time. 7. Partial Submittals a. City reserves the right to not review submittals deezz�ed partial, at ihe City°s discretion, b. Subrnittals deemed by the City ta be not camplete will b� returned to the Cantractor, and will be considered "Not Appxoved" until rasubmitted. c. The City �nay at its option provide a Iist ar mark the submittal directing the Cantractor to the areas that are incamplete. 45 $. If the Contractor considers any correction indicated 4n the shap drawings to �7 constitute a change to the Contract Documents, then written notice must be 48 provided thereof to the City at �east 7 Calendar Days prior to release for 49 manufacture. CITY OF rpRT WORTH 2D22 BRIDGE REHABIl.ITATIp]V CONTEtAGT 1 5TANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Praject No. ] 03454 Revised Uecember 2D, 2D l2 Ol 3300-7 5UBM1TTAL5 Page 7 of 8 1 9. 'l�hen tha shop drawings have been campleted to the satisfaction of the City, the 2 Contractor may carry out the eonstruction in accordance therewith and no further 3 changes therein except upon written instructians fi•oin the City. 4 ] 0. Each submittal, appropriately coded, will be returned within 30 Calendar Days 5 foIlowing receipt of submittal by the City. 6 L. Mock ups 7 l. Mock Up units as specif'ied in individual Sections, include, but are not necessarily 8 limited to, complete units of the standa�•d of acceptance for that type af Work ta be 9 iised on the Project. Remove at t�e co�npletion af the Wark or when di��ected. 10 M. Qualificatians 11 1. If specifically required in other 5ections of these Specifications, submit a P.E. 12 Certification for each item required. 13 14 15 I6 I7 18 i9 20 N. Request far Information (RFI} 1. Contractor Request for additionai information a. Clarification ar interpretation ofthe contract docu�nents b. When the Contractor believes there is a conflici between Cantract Documents c. When the Gontractar believes the:re is a canflicY betrveen the Drawings and Spacifications 1) Identify the canflict and request clarification 2. Use the Request for Information (RFI} farm provided by tlie City. 21 3. Numbering of RFI 2� a. Prefix with "�1" followed by series numher, "-XXX", beginning vvith "�1" aEIL� 23 increasing seguentially with each additional transmittal. 24 �. Suffiicient information sha11 be attached to pezYrzit a written response without further 25 infarmation. 2b 5. The Ci1;y will log each request and wiIl review the raquest. 27 a. If review of the prnject information request indicates that a change to the 28 Contract Documents is reGuired, the City wiil issue a Field Order o�• Change 29 Ordee, as appropriate. 3a 1.5 SUBMITTALS [NOT USED] 31 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT US�D] 32 1.7 CLOSEOUT SUSMITTALS jNOT USED] 33 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 34 l.9 QUALXTY ASSLTRANCE [NOT US�D] 35 l.lp DELIVERY, STORAGE, AND HANDLING [NOT USED] 3� 37 111 FIELD [SITE] CONDITIONS [NOT USEDj 1.12 WARRANTY [NOT USED] Cl"f i' OF FOR1' WORTH 2O22 BRIDGE REHABILITATI�N CONTRACT ] STAFYDARD CONSTRUCTION SPECI�ICATION DOCUMENTS City Project ]+fa. 1D3454 Revised Deceinber 2fl, 2012 O] 3300-8 SijI3MITI'ALS Page 8 of 8 i p�T 2- PxonucTs �NOT usEn� 2 PART 3- EXCCUTION [NOT USED] 3 �ND OF SECTION Revision Log DATE NAME 1212U/2012 D.7olu�snn SUMMARY OF CHANGE 1.4.K.$. Working Days modi�ed to Calendar Days CITY OF FORT WORTH 2fl22 SRIDCTE REHASILI`I'A7"fON COIVTRACT 1 ST.ANDARD CO3YSTRUCT'ION SPECT�ICA'I'ION I]OCUM�NTS City Project No. ] 03454 Revised Decembar 20, 2p12 Q13S13-1 SPECIAL PR07ECT PROCEBiJRES 1'age l of 8 2 3 PART1- GENERAL 4 1.1 SiTMMARY 5 A. Section Includes: 6 7 8 9 1d 11 12 13 14 15 16 17 I8 19 SECTION Q13S 13 SPEGIAL PROJECT PROCEDURES 1. The grocedures for special project circumstances that includes, but is not liinit�d ta: a. Coordination with the Te�s Department oiTransportation b. Vi�ork neax High Voltage Lines c. Confined Space Entry Pragram d. Air Pollution Watch Days e. Use of Explosives, Drop Weight, Etc. £ Water Departrnent Notification �. Fublic Notification Prior io Beginning Construction il. Coordination with United States Army Corps of Engineers i. Coardination wi�hin Railroad permits a��eas j. Dust Control k. �mployee ParIcing B. Deviatians fram this City of Fort Vt�orth Standard 5pecification i . Nane. 20 C. Related Specification Sections include, but are not necessarily limitecf to: 21 1. Division 0— Bidding Requireinents, Cantract Forms and Conditions of the Cvntract 22 2. Division I—GeneraI Requirements 23 3. Seciion 33 12 25 -- Connection to �xisting Water Mains 24 1.2 PRICE AND PAYMENT PROCEDURES 2S 2G 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 �2 A. Measure�nent and Payment 1. Caarciination within Railroad permit areas a. Measurement 1} Measurement for this Item wilI be by lump sum. b. Pay�nent 1} The work performed and mat�rials furnished in accaz`dance with tl�is Item wiIl be paid for at the lur�ap sum price bid for Railraad Coardinatian. c. The price bid shall include: 1) Mobilization 2} Inspectian 3) Safety training 4) AdditionalInsurance 5) In�urance Ce�tificates b) Other requirements assaciated with g�naral coordination with Rail�•oad, including additional employees required to protect t�e rig�aY-�f-way and p:rape rty of the Railraad fronr� damage arising out of and/ar fram the construction ofthe Project. 2. Railroad FIagmen CTTY qF FOI�T WOIZTH 2O22 BRIDGE REHABILITATION CONTRACT 1 5TANDAIZD CON5772UCTION SPECIFICATIOI+! DOCIiMEN'I'S City ProjectNo.iU3454 Revisad December 2p, 2p12 O13513-2 SPECIAL PROTECT PRQCEDURES Page 2 of $ r 2 3 4 S b 7 S 9 l0 lI 12 13 a. Measure�nent 1) Measurement fnr this Item will be per working day. b, Payment 1) The work performed and materials iurnished in accordance with this Item will be paid for each working day that Railroad Flagmen are present at the Site, c. The pric� bid shall include: 1) Coordination for scheduling flagmen 2} Flagmen 3} Other requirements associateci with Railraad 3. All other items a. Work associated with these TYems is considered subsidiary to the various Items bid. No separate payment will be allawed for this Item. 14 1.3 REFER�NCES 15 A. Reference Standards 16 17 18 19 20 21 22 2. 3 Reference standards cited in this Specification refer to the current reference standard p�blished at the time of the latest revision date logged at the end of this Specification, unless a r�ate is speciiically cited. Health and 5afety Code, Title 9, Safety, Subtitle A. Public Safety, Chapter 752. High Voltage Overhead Lines. North Ceniral Texas Council of Governments {NCTCOG} — Clean Constructian Specification 23 1.4 ADMINISTRATIVE REQUIREMENTS 24 25 2b 27 28 2i 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 A. Coordination with the Texas Department of Transportatzon 1. When work in the right-of-way whicl� is under the jurisdiction Qfthe Texas Department of Transportatian (TxDOT}: a. Notify the Texas Department of Transportation prior to commencing any work therein in accordance wiih the provisi�ns ofthe permit b. All work per%rmed in ihe T�OT right-of way shall be perFonned in compliance with and subject ta approval from the Texas Department of Transportation B. Work near High Voltage Lines 1. Regulatory Requiremants a. All Work neat High Voltage Lines {m�re than 600 volts measured between conductors or between a conduc#nr and the ground) shajl be in accordance wiih HeaIth and Safety Code, T�tle 9, Subtitle A, Chapter 752. 2. Warning sign a. Pravide sign of sufficient size i�eeting aIS �SHA requirements. 3. Equipment aperating within 10 feet of high voltage lines will require the follawing safety featur�s a. Insulating cage-type of guard about the boom ar arm i�. Insula�or links on the lift hook connections for back hoes or dippers c. Equipment must mee# the safety requirements as set forth by 05HA and the safety requireinents of the owner of the high voltage Iines 4. Work within 6 feet of high voltage electric iines CITY OF FpRT W�RTf3 2022 BRIDGE REHABILITATT{}N COIV'I"RACT 1 STANpARp CONS'IRi1CTION SPECIFICATIQN �QCifME1dT5 CityProjectNa.103454 Revised December 20, 2� l2 0135I3-3 SP�CIAL PKO.T�C7' PTtOC�DURES Page 3 ai S 1 2 3 � 5 6 7 8 9 1Q ll 12 13 1� 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 3fl 31 32 33 34 35 36 37 38 39 4D 4I 42 �43 �44 45 a. Notiiication shaIl be given ta: 1) The power company (example: ONCOR) a) Maintain an accui•ate 1og of all such caIls to power co�npany and record action taken in each case. b. Coordination with power company 1) After notification cbordinate with the powar company to: a) Erect temporary mechanica! barriers, de-energize the lines, or raise or lower the lines c. No personnel may work within 6 feet of a high voltage line before the above requirements have been met. C. Confined Space Entry Frogra.m l. Provide and follow approved Confined Space Entry Pi•ograin in accordance with OSHA requirements. 2. Confined Spaces include: a. Manholes b. All ather conf ned spaces in accordance with OSHA's Permit Required for Confned Spaces D. Air Pollutian Watch Days 1 � General a. Observe the following guidelines relating to working on City canstruction sites on days ciesignated as "AIR POLLUTTON WATCH DAYS". b. Typical Ozone Season 1) May I ihrough Octob�r 31. c. Critical Emission Time 1) 6:Q0 a.�r�. to 10:00 a.m. Watch Days a. The Texas Cammission on Environ�nental Quality (TCEQ), in coordination with the Natinnal Weather Service, will issue the Air Pollutian Watch by 3:00 �.m. on the afternoan prior to the VaATCH day. b. Requirem�nts 1) Segin wark after 10;00 a.rri. wllenever construcYio� phasing requires tha use of motarized equipment for periods in excess of 1 haur. 2) Howe�er, the Contractor may begin work prior to 10:Q0 a.m. if: a) Use of motorized equipment is less than 1 havr, or b) If equipinent is new and certified by EPA as "Low Einitting", oi• equipment burns Ultra Low Sulfi.�r Diesel (LTLSD), diesel emulsions, or alternative fueis such as CNG. E. TCEQ Air Permit 1. Obtain TCEQ Air Permit for construction activities per raquirem�nts oiTC�Q. F. ilse of Explasives, Drop Weight, Etc. L When Contract Documents permit on the project the fallowing �vill apply; a. Fub]ic Notification 1) Submit notice to City and proof of adequate insti�rance coverage, 24 hou�•s prior to commeneing. 2) Minimum Z4 hour public nofii�cation in accordance with Section O1 31 13 46 G. Water Department Coordination C7TY OF FORT WORTH 5TANDAl2D CO�f5`I72UCTION SPBCIFICAT1dN 170CUM�N1"S ReVised I)ecember 20, 2072 2022 BRIDGE REIIABll.ITATION CONTRACT 1 City Praject No.103454 O13S13-q SPECiAL PR0IECT PROCEDURES Page 4 of 8 1 i. During t11e construction of this project, it will be necessary to deactivate, for a 2 period of time, existing iines. The Contractor shall be requit•ed to eoordinate with 3 the Water Department to determine the best times for deactivating and activating � those Sines. 5 2. Coordinate any event that will requirE cont,ccting to or the operation of an existing 6 City water line system with the City's representative. 7 a. Coordination shal] be in accordance with Section 33 12 25. 8 b. If needed, ohtain a hydrant water met�r from the Water Department for use 9 during the life af named praj ect. 10 a Tn the event that a water valve on an existing live system be turned aff and on 11 to accommodate the construction af the pro�eei is reyuired, coordinale this 12 acti�ity through the appropriate City representative. 13 1) Do not operate water iine valves of existing water system. I4 a} Failuxe to comply will render the Contractor in violation of Texas Penal l5 Code Title 7, Chapter 28.03 (Criminal Mischie fl and the Contraci�r 16 will be prosecuted ta the full extent of the law. 17 bj In additian, the Contractor will assurne a!1 liabilities and 18 respansibilities as a result af these act�ans. 19 2a 2I 22 23 24 zs z6 27 zs 29 30 31 32 33 34 35 35 37 38 39 4Q 41 42 43 44 45 46 47 48 H. Public Notification Prior to Beginning Consfruction 1. Prior to beginning constructiQn on any block in tha project, on a black by block basis, prepare and deliver a notice or flyer of the pending �onstruction to the front door of each residence or business that will be impaeted by construetian. The notice shail be prepared as follows: a. Post notice or flyer 7 days prior to beginning any consfiruction activit� on each blQck in the project area. l) Prepare flyer on the Contractor's letterhead and include the follawing information: a) Name of Projeet b) City Pro,�ect Na (CPN) c) Scope of Project (i.e. type af construction activity) d) Actual construction duration within the block e) Name oi the contrac�or's foreman and phone number f} Name of the City's inspector and phoae number g) City's after-hours phone numher 2) A sample oithe `pre-construction nQtiiication' flyer is attached as E�ibit A. 3� Submii schedule shawing the consttuction start and fnish time for each block of the project to the insgectar. 4) Deliver flyer to tha City Inspector for review prior ta distribution. b. No construction will be allowed to begin an any block until the flyer is delivered ta all residants of the block. I. Public Natification af Ternporary Water Service Inter�uptian during Consfructzon 1. In the event it becomes necessary ta temporarily shut down water service to residents or businesses during construction, prepare and deliver a notice or flyer of the pending interruptian to the front door of each affected resident. 2. Prepared notice as fo]]ows: a. The nofiiitcation or flyer shall be posted 24 hours prior to the temporary interruption. CTCY QF FORT W�RTH 2D22 SRII3GE REHASILITATIdN CONTRACT 1 5TA11DARD CONSTRUCTION SPECIP'ICATIDN DOCUMENTS City Project No.1D3454 Kevised I?ecemher 20, 2012 O1 35 13-5 SPECIAL PR07ECT PROCEDUREs Page 5 af 8 1 2 3 �4 5 6 7 8 9 10 11 12 13 14 1s 16 � c. d. e. f, Prepare flyer on the cantractor's letterhead and include the following information: 1) Name of ihe project 2) City Project Number 3) Date of the interruption of serviee 4) Periad the interruption will tak� place 5) Name of the confiractor's fore�nan and pho��e numbei- 6) Nama of the City's inspector and phone number A sainple of the temporary water service interrup�ion notification is attached as Exhibit B. Deli�er a copy of the temporary interruption notification to the City inspector for review prior to being disti�buted. No interruption oi water servic� can occur untiI the flyer has been delivered tr� all affected residents and businesses. Electronic versians of the sample flyers can be obtained from the Project Constructian Inspectar. 17 J. Coordination with United States Army �arps of Engineers {USACE) 18 1. At lacations in the Project where construciion activities occur in areas where 1 J USACE permits are required, meet all ret�uu•ements set forth in each designa�ed 20 permit. 21 K. Coordination within Railroad Pei�nit Areas 22 1. At locations iza the project whera constructinn act.ivities accur in areas where 23 rail�•oad perinits are required, rneet all requirements set farth in each designated 24 railroad permit. This includes, but is not limited to, provisions foc: 25 a. Flagmen 26 b. lnspectors 27 c. Safety training 28 d. Additional insUrance 29 e. Insurance certif cates 3� f, �ther employees required Ya prptect the rig�st-af way and prapea�y of Yhe 31 Railroad Company from damage arising aut of and/or from the construction of 32 the praJect. Proper utility clearance procedures shall be used in accordance 33 with the permit guidelines. 34 2. Obtain any supplemental information needed to comply with the raiLroad's 35 requirements. 36 3. Railroad Flagmen 37 a. Submit rec�ipts ta City for veri�cation of working days that railroad flag;men 38 w�re present on Sita. 39 40 41 42 43 44 L, Dust Control 1. Use acceptable ineasures to control dust at the Site. a. If �ater is used to conirol ciust, capture and properIy dispose of waste water. b. If wet saw cutting is performed, capture and properly dispose of slurry. M. Employee Parking 1. Provide parking for empIoyees at lacations approved 6y the City. CITY OF FORT WORTH 2D22 BRIDGE REI3ABILITA770N COATTRACT l STANDARD CONSTRUCTION SPECIFICAT'ION DOCUMENT5 City Project ]�0.103454 Revised Decemher 20, 2012 013513-6 SPECIAL PRO.F�CT PROCGI]lIF2ES Fage 6 0�' 8 1 �..5 SUBMITTALS �NOT USED] 2 1.6 ACTION SUBMITTALSI�NFORMATX4NAL �UBMZTTALS [N�T USED] 3 1.7 CLOSEOUT SUBM�TTALS [NOT USED] 4 1.S MAINTENANCE MATERIAL �USMITTALS [NOT US�D] S 1.9 QUAL�TY ASSURANCE [NOT USEp] 6 110 DELIV'ERY, STORAGE, AND HANDLING �NOT USED] 7 I.11 FIELD [SITE] CONDITIONS [NOT US�D] 8 1.1� WARRANTY [N�T USED] 4 PART � - PRODUCTS [NOT USED] 10 P�RT 3- EXEG`UTI�N [NOT USED] ll 12 DATE NAME 8/31/2012 D.7ohnson I3 END OF S�CTION Revision Log SUMMARY OF CHANGE 1.4.8 — Added reqttirement of comp�iance witIi Health and Safety Code, Title 9. 5afety, Suhti#le A. Puhiic Safety, Chxpter 752. High Voltage Ovarhead Lines. 1.4.E — Added Contractor responsibility for obtainvig a TCEQ An� Permit CLTY OF �ORT WORTH 2O22 BI2IDGE itEHABiL]TATION CON7'RAC'I' 1 STANDARD CONSTKUCTiON 5P�CII'ICATiON DOCUMENTS City Project No.103454 Revised Decembee 20, 2012 013513-7 SP�CIAL PR07GCT PROC�DUR�S Page 7 of 8 1 2 3 4 5 6 7 8 9 1a 11 I2 13 14 15 16 17 t8 19 20 21 22 23 24 25 26 27 28 29 30 3l 32 33 3� 35 36 37 Date: CPN N�.: Project Name: Mapsco Location: Limits of Constructiort: EXHIBIT A (To be printed on Contractor's Letterhead) ', ; i - �I �I - � � � � �i i I I I�I i I I � � TI�15 IS �O IN�ORM YOU i bAi UNi}�R � CONT���i WITH TH� CITY OF FORi !!lfORiH, OUFt COIVfi�ANY WIL� !�lOFiK OM UT[�ITY �lN�S ON Oi� AROUN� YOUR P�OF���iY. C011l5iRUCiION INI�� ��G1N Ai���OX1�1AA�'��Y SI�V�N DAYS FRON'i TH� DA�� OF YHIS NOYIC�. 1� Y�U bAV� QU�S�IONS A�DU i�+CC�SS, S�CCJR[ i Y, SA�� i Y OR �+NY 07F��R ISSUE, PL��45� CALL: I�r. �CONTRACTOR'S SUPERINT�NbEN7� �;T C7ELEPHOPlE HO.] � IVIC. <CITY INSPECTOR� A� � TELEPHONE NO.> ����R �;30 PYk9i OR ON 6111��K�NDS, PL�AS� C,A.LI� (81�} 39� 8306 PLEASE KEEP THIS FLYER HANDY WHEN YOU CALL CITY OF FORT WORTH STANT7AI2D CO�'STRUC770N SPECIFICATiOhf DOCUMENTS Revised December 20, 2012 2022 6RIpG� REHABILITATION CON['I'RAC'f 1 City Project Ido.103454 p1 3S l3 - 8 SPECIALPR07ECTPROCEDURES F'age $ of 8 � � EXHISIT B �ORT V��RTH �e: ao� ��. � � ��: HO�I�� OF °C�i��O�R1i �iA'��� ���'�IC� ��`��R��M���i DCTE 'FO UTILTTX IMPROV'�MEIVTS IN YOUR NEIGHBORAODD, YOUR WA,'I`ER SERVICE WILL BE XE�1TECiRUPTEI: ON BETWEEN TS� HdT7RS OF' ANA • IFYOiT �IA,VE QlFE3TI0I�[S A�OrfT' THIS 9HUT-Oi7T, PLEA$� CALL: p7�, AT (CO�ITRACTORS SY7PEI2I3VTENDF=N1') (TF.LEPHONE PIi7NTBE12) QR MR. AT (CY'Y"Y INSPEGT�R) (7'ELEPT3DNE NI)MBER) THIS INC�NVENICI�IGE WILL B� AS SHORT AS P�SS�LE. THAi�iK YOU, . ,CONTRACTOIt 3 � CII'Y OF FORT WpRT�I STANDr1R�7 COIVSTRUCTfON SPECI�ICATION DOCUMENTS Revised DccemUar 20, 2012 2022 QRiDGE REHABILITATION CONTRACT 1 City Project No.ID3454 01 4S 23 TGSTING AND 1NSPEC'I'ION SERVICES Page I of 2 SECTI�N 01 45 23 TESTING AND INSPECTTON SERVICES PART1- GENERAL 1.1 SiTMMARY A. Section Includes: I. Testing and inspection services procedures and coordinatian B. D�viations from this City of Fort �North Standard Specifcation 1. None. C. Related Specification 5ections include, but are not necessarily limited to: 1. Division 0— Bidding Reyuire�nents, Contract Farms and Canditions of Yhe Contract 2. Division 1— General Requireinents 1.2 1'RICE t�ND PAYMENT PROCEDUR�S A. Measure�nent and Payment Work associaied with this Iterr� is considered subsidiary to the various Items bid. Na separate payment will be allawed for this ltem. a. Cantractor is responsible for performing, coordinating, and payinent of aIl Quality Control testing. b. City is responsible for performing and payment for first set of Quality Assurance testing. 1) [f the �rst Quality Assurance test perfarmed by the City fails, the Cont��actar is resporasible for payment of subsequan# Quality Assurance testing until a passing test occurs. a) Fina1 acceptance wiil not be issued by City until all required paymen�s for testing by Contractor have been paid in iull. 1.3 REFER�NCES [NOT USED] ].4 ADMiNISTRATIVE REQUII2EMENTS A. Testing l. Complete testing in accordance with the Contract Docurrtents. 2. 3. Caardinatian a. Whan 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. Distribution ofTesting Reports a. Electronic Disiribution 1) Confirm development af Project directory for eIectronic s�.ibmittals to be uploaded ta the City's docutnent management systern, or a.nother exiernal FTl' site approved by ti�e City. CITY OF FQRT WQRTH 2O22 BRIDGE REHABILITATIOAI CONTRACT 1 STANDAI2D CONSTRUCTIDN SPECIPICATiON DOCUMEN7S City Project �fo. 103454 Revised March 9, 2020 O l 45 23 TE3TING AND INSPECTION SERVICES Page 2 of2 2) Upload test reports to designated project directary and notify appropriate City represeniatives via email of submittal posting. 3) Hard Copies a) 1 copy for all submit�als subar�itted io tlie Project Representative b. Hard Copy Distrihutian (if required in lieu of electronic disiribuiion) 1) Tests performed by City a} Distribute 1 hard capy to the Contractar 2) Tests performed by the Contractor a) Distribute 3 hard copies to City's Praject Representati�ve �. Provide City's Project Representative with trip tickets far each delivered load of Concrete Qr Lime material incIud3ng the following inforirtation: a. Name of pit b. Date of delivery a Tblaterial delivered �. Inspection 1. [nspection ar lack of inspection does not relieve the Contractor �rom obiigation to perform work in accordance with the Contract Dacuments, 1.5 SUBMITTALS [NOT T)SED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS jNOT USED] 1.ry CLOSEOUT SLTBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 19 (�UALITY ASSURANCE [NOT USEDj 1.10 DELI�ERY, ST�RAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITiONS [NQT USED� 1.12 WARRANTY [NOT USED] PART 2- PRODIICTS jNOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revisian Log DATE NAME SUMMARY O�' C�iANGE 3/9/20�0 D.V. Maga�ia Removed reference to Buzzsaw and noted that electronic submittals be uploaded throug[� the City's dacument management system. CITY �F FORT WDRTH 2O22 BRIDGE REHABILI'i'A'I'ION CONTRACT 1 5TA]VDAAD CONSTRUCTION SPECIPICATION DOClIMC1+3T5 City Projcct No. 103454 Revised March 9, 2620 aisaaa-t TEMPORARY FACILITIES AND CONTKOLS Ppge 1 af �4 1 2 SECTION 0150 40 TEMAORARY FAC3LITIES AND CONTROLS 3 PART1- GENERAL 4 11 SUMMARY 5 A. 5ection Includes: 6 l. Pravid� temparary facilities and controls needed for the V�oi�k including, bttt not 7 n�cessatily liinited ta: 8 a. Temporary utilities 9 b. Sanitary facilities 10 c. Storage Sl�eds and Buildings ll d. Dust control 12 e. Temparary fencing of t��e consttuction site 13 B. Deviations from this City of �'ot-t Wot�tl� Standard Specification 14 1. None. 15 16 17 18 1.2 C. Related SpecificatiQn SectiQns includ�, but are not necessariIy Iimited to: 1. Division 0—Bidcting Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements PRIC� AND PAYMENT PROCEDiTRES 19 A. Measurement and Payment 20 1. Work assoaiated with tliis Itein zs considered subsidiary to the various Items bid. 21 Na s�parate payinent will be allowed for this Iiem. 22 1.3 REFERENCES [NOT USED] 23 1.�4 ADMIIV�STRAT�V'E REQUIltEM�NTS 24 25 2b 27 28 29 34 3] 32 33 34 35 36 37 38 39 4Q A. Temparary Utitities T. Obtaining Temporary Service a. Make arrangements witlz utility service companies for temporary services. b. Ahide by t�zles and regulations ofuiility service connpanies or authorities having jurisdictinn. c. Be responsible for utility serviee costs until Work is approved for Fina1 AccepY�ance, 1) Included are fuel, power, Iight, heat and other utility ser�ices necessary %r executian, completion, testing and initial operation of Work. 2. Water a. Contractor to provide water required %r and in connection with Work to be performed and for specified tests of piping, equipinent, devices or aYhar use as required for the campletion of the Work. b. Pravide and maintain adequate supply of potable water for domestic consumptian by Contractor personnel and City's Project Representatives. a Coordination 1) Contact City 1 weelc before water for constructian is desired CITY OF FOi�T WORTH 2U22 BRIDGF T2Gi�IA�3�LITAiTON CONTILAC'I' 1 STAI�lDARl7 CONSTR.iiCTION 5PECIPICAT70N DOCUM�NTS City Project Tfo. ID345�1 ReviSed July 1, 20 f 1 U] 5000-2 TEIv1PORARY FACILITIES AND CbNTi�OLS Page 2 of4 1 2 3 �- 5 6 7 8 9 14 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 �4fl 41 d. Contractor Payment for Construction Water 1) Obtain consiruction water meter from City far payment as billed by City's established rates, 3. Electricity atad I�ighting a. Pravide and pay for electric powered service as required for Work, including testing af Work. 1) Provide powar for lighting, operation of eyuipment, or ather use. b. Electric pawer service includes teinporary power service ar generator to maintain operations during scheduled shutdawn. 4. Telephone a. Provide emergency telepho:ne service at Site for use by Contraetor personnel and others performing work or furnishing services at Site. 5. Tempoi•ary Heat and Ventilatipn a. Pro�ide ternporary heat as necessary fnr protection or completior� of Work. b. Frovide temporary heat and ventilation to assure sa% working conditians. B. Sanitary Facilities 1. PrQvide a�d maintain saniiary facilities for persons on Site. a. Comply with regulations of State and Iocal departments Qf health. 2. Enforce use of sanitaiy facilities by construction personnel at job sita. a. Enclose and ancltar sani#aty faeilities. b. No discharge will be alloured from these facilitias. c. Collect and store sewage and waste so as not ta cause nuisance or health problem. d. Haul sewage and waste off-site at no less than weekly intervals �nd properly dispose in accordance with applicable regulation. �. Locate facilities near Work Site and keep clean and maintained througlaout Proj�ci. 4. Remove facilities at completion of Peoject C. Storage Sheds and Buildings 1. Provide adequateIy ventilated, watertight, weatherproof storage facilities with floor abo�e ground IeveI far materials and equipment susceptible to weather damage. 2. Starage of tnaterials not susceptible to weather damage may be on blocks ofi ground. 3. Store materia.ls in a neat and orderly manner. a. Place materials and equipment to permit easy access for idanti�cation, inspect�on az�d invantory. 4. Equip building with lockable doors and lighting, and provide electrical service far equipment space heaters and heating or ventilation as necessary to provide storage enviratvnents acceptable to specified manufaciurers. 5. FiII and grade site foz' t�znporary structures to provide drainage away from temparary and e�sting E�uildings. 6. Remove L�uilding from site prior to Final Acceptance. 42 D. Tempora�y Fencing 43 1. Provide and maintain for the duration or canstruction wh�n required in contract 44 documents �5 E. Dust Control C1TY OF FORT WORTH 2O22 BRIDGE REHABILITAITON CpNTRACT 1 STANDARD CONSTRUCTION SP�.CIFICATION DOCUIHIENTS City Project No. I p3454 Revised luly 1, 201 ] 1 2 3 4 S 5 7 8 4 10 11 l2 13 14 15 16 O1500Q-3 TEMP�12AA1' I'ACii.[TIES AND CQ1+ITROLS Page 3 ofa 1. Contractor is responsible for maintaining dust cantrol ihrough the duratinn af the proj ect. a. Contractor remains on-call at all times b. Must respand in a timely rnanner F. Temporary Protection of Construction 1. Contractor or subconiractors are responsibl8 for protecting Work from damage due to weather. L� SIIBMYTTALS [NOT USED] 1.6 ACTIQN SUBN.[ITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT i7SED] 1.8 MAINTENANCE MATERIAL SURMITTALS [NOT USED] �.9 QUALITY ASSiTRANCE [NOT USED] 1.I0 DELIVERY, STORAGE, AND HANDLING [NOT USED] I.11 FIELD jSITE] CONDITIONS [NOT US�D] 112 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] 17 P�ART 3- EX�CUTION [NOT USED� I8 3.1 INSTALLERS [NOT USED] 19 3.2 EXAMINATION [NOT USED] 20 3.3 PR.EPARATYON [NOT USED] 2I 3.4 YNSTALLATION 22 A. Temporary Facilities 23 1. Maintain afl temporary facilities for dut•ation of cattstruction a�tivities as needed. 24 3.5 [REPAIR] 1 [RESTORATI�N] 25 3.6 RE-IN�TALLATION 2G 3.� FIELD �oa] SITE QUALITY CONTR4L [NOT USED] 27 3.8 SYSTEM STARTUP [NOT USED] 28 3.9 ADJUSTIlVG �NOT U�ED] 29 3.10 CLEANING jN�T iTSED] 30 3.11 CLOSECSCIT ACTIVITIES 31 A. Te�nporary Faciliiies C1TY OF FORT WORTI T 2022 BItLDGE REHABILITAITDN COIVTRACT l STFINDAI2D CpNSTRUCTION SPECIFECA'1'fON DOCUMHhiTS City Project No. 1p3454 Revised luly 1,2011 015fl�0-4 `I'EMP012ARY �'ACILITI�S AND CQNTROLS Page 4 af A 1 1. Remove ail temporary facilities and restore area af'tex• co��pletian ofthe Work, to a 2 condition equal to or hetter than prior to start of Work. 3 312 1'ROTECTI�N [NOT USED] 4 3.1.3 MAINTENANCE [NOT USED] 5 3.�4 ATTACHMENTS [NOT USED] 6 7 DAT� NAME 8 END OF SECTXQN I�evisian LQg SiJivIN1ARY OF CHANGE CITY OF FORT WQRTH 2O22 BI21aGE 1tL�HABILTTAITON CdNTRACT 1 STAIYDARp CONSTRUCTION SPECiTICAT�ON D�CUMENTS City ProJect No. ] 03454 Rcvised 7uly 1, 201 l ai ssz6- i STRCET USE PERNIIT ANl? MODIFICATIONS Td TRAFPIC COIV'I'ItOL Page 1 of 3 1 2 SECTION 0155 26 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTRDC� 3 PART1- GENERAL 4 1.1 �UMMARY 5 A. Section Includes: 6 1. Administrafi�e procedures for: 7 a. StreeY YJse Permit 8 b. Madification af approved traffic cont�•a1 9 c, Removal of Street Signs ] 0 B. Deviations from this City af Fart Worth 5tandard Speeifcation 1 l 1. None. 12 C. Related Specification Sections include, but are not necessarily limited to: 13 1. Divisian �-- �idding; Requirements, Contract Forms and Conditions of the Contract 14 2. Division 1— Gene�'aI Requirements 15 3. Section 34 71 13 — Traffic Control 16 1,2 PR.ICE AND PA'YMENT PROC�DURES I7 A. Measurement and Payment 18 1. Work associated with this Item is considered subsidiary ta the various Ttems bid. 14 No separate payment wiII be a]]ow�d for this ltem. 20 1.3 REFERENCES 21 A. Reference Standards 22 l. Reference standa�•ds cited in this specification refer to the current reference standard 23 published at the ti�n� of tne latest revision date logged at the end of this 24 specifcation, unless a date is specifically cited. 25 2. Texas Manual on Uniforin Traiiic Cantrol Devices (TMiJTCD}. 26 1.4 ADMINISTRATIVE REQiTIREMENTS 27 28 29 30 31 32 33 34 35 36 37 38 A. Traffic Control 1. General a. When traiiic control plans ara included in the Drawings, provide Traffic Cantrol in accardance with Drawings and Section 34 71 13. b. When traffic control plans are not included in the Drawings, prepaz�e iraff'�e epntroI plans in accordance with Sectio� 34 71 I3 and submii to City for review. 1) Allow minimum 10 working days for review of propased Traffic Control. B. Street Use Permit I. Frior to installation of Traf�c Control, a City Straet Use Permit is required. a. To obtain Street Use 1'ermit, submit Traffic Control Plans to City Transportation and PubIic Works Department. C1TY OF FORT WORTH 2O22 BRTDG612EI-[A1�ILiTAT10N CdhITRACT l STANI�ARD CONSTR1fCTI�N SPECIFICAT[ON IJOCUMENTS City Project Na. ]03454 Re�+isedluiy 1,2011 ai sszb-z STR�ET USE PERMIT ANl? 3vIODIFICATI0N5 TO TRAFFIC CO]dTROL Page 2 nf 3 3 2 3 4 5 6 7 S 9 10 11 1} Allow a ta�inimum of 5 working days for permit review. 2) Contractor's responsibility to coordinate review of Traffic Control plans for Street LTse Permit, such tl�at canstruction is not delayed. G Modification to Appror�ed Traffic Control 1. Prior to installation traf�c controi: a. �u6mit revised traffic control plans to City Dapartrrient Transportation and Puhlic Works Department. 1) Revise Traffic Contral plans in accordance with �ection 34 7l 13. 2) Allow minimum 5 working days for review of revised Traffic Contral. 3} It is the Contractor's responsibility to coordinate review of Traffic Control plans for Street Use Pe;•mit, such thaf construction is not delayed. 12 D. Removal of 5treet Sign 13 1. If it is dete�•mined that a street sign �nust be ramov�d for cnnstruction, then contact 14 City Transportation and Public Wflrks Department, Signs and Markings Division to 15 remove the sign. 16 17 rs I9 2� 21 22 23 24 E. Temporary �ignage I. In the case of regulatory signs, replace permanent sign with tempc�rary sign meeting requirements ofthe latest edition of ir�e Texas Manual on Uniform Traf�c Control Devices {MUTCD). 2. Install temporary sign before the removaI of permanen# sign. 3. When construction is compleie, t� the extent that the pertnanent sign can be reinstalled, contact the City Transportation and Public Warks Department, Signs and Markings Division, to reinstall the permanent sign. F. Traffic Control Standaxds 25 1. Traffic Control Standards can be found on the City's Buzzsaw webslte. 26 I.� SUBMITTALS [1VOT USED] 27 1.6 ACTION SUBMLTTALS/INFORMATIONAL SUSMITTALS [NOT USED] 28 1.'� CLOS�OUT SUBMITTALS [NOT USED] 29 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 30 I.9 QUALITY AS�URANCE [NOT USED] 3I 1.14 DELIVERY, STORAGE, AND HANDLING [NOT USED] 32 33 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] 34 PART 2- PRODUCTS [NOT USED] 35 PART 3- EXECUTIQN [NOT USED] k�". END 4� SECTION C1TY OP rORT WORTH 2O22 aRI]]G� R�HABILITATI�N CONTRACT l STANDARD CQNSTRUCl'ION SPECIFECATIpN DpCUM�NTS City Project No. f 03454 Reviscd 7u[y !, 2011 oi ssa�-3 STREET USE PERMTT ANI] MODIPiC.ATION5 TO'T12AI'�1C COI+�TROL PagC 3 nf 3 R�VI51011 X,Og., DATE NAME CITY OF FORT WDATH 5TANDARD CO3�fSTRUCTI07d SP&CIFICATIQN DOCUMENTS Kevised July ], 201 ] SLJMMARY OF CHANGE 2022 B1tIDGE REHABILITATION CONTRACT 1 City Yroject I�o. 1D3454 4] 5713- ] STOIiM WATERPOLLU'I'!ON YItEVEN7'ION Page 1 of3 1 2 s�cTzoN a� s� �� STORM WATER POLLUTI4N PR�VENT'14N 3 PART1- GENERAL 4 1.1 Si1MMARY 5 6 7 8 9 l0 11 12 13 A. Section Includes: 1. Procedures far 5tarm Water Pollution Pt•e�ention Plans B. Deviations from this City of �'art Worth Standard Specification 1. None. C. Related Specification Seetions include, but are not neeessarily lirnited ta: 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 2. Divisipn 1— General Requirements 3. 5ection 31 25 00 — Erasion and Sediment Control 14 1.2 PRICE AND P�1YME1�1T PRQCEDURE� 15 16 17 18 I9 20 A. Measurement and Payment 1. Construciion Activities resulting in less �fian I acre of disturbance a. Work associated with this Item is eonsidet'ed subsidiary to the various Items bid. No separate payment will be allowed for this Item. 2. Construction Acti�ities resulting in greater than 1 acre of disturbance a. Measurement and Payment shall be in accordarice with Section 3l 2S Q0. 21 i.3 REFERENCES 22 A. Abbreviations and Acronyms 23 1. Notice of intent: NOI 24 2. Notice of Termination: NOT 25 3. Storm Water Follution Frevention Plan: SWPPP 26 4. Texas Commission on Environmental Quality: TCEQ 27 S. Notice of Change: NOC 28 A. Reference Standards 29 I. Reference stand�•ds cited in this Specification refer to the current reference 30 standa�•d published at the tirne of the latest re�isian date logged at the end of this 31 Specification, unless a date is specifically cited. 32 2. Integrated Storm Management (iSWM) Technical Manual for Construction 33 Controls 34 1.4 ADMINISTRATNE R�QUIREMENTS 35 A. General 36 ]. Contractor is responsible %r resolution and payment of any fines issued associated 37 wit� compliance to Stormwater Pollution Preventian Plan. CTI`Y OF FORT WORTH 2D22 BRIDGE 12EHABILITATION COIVTI2ACT I STAAIDARI} CONSTI2UCTION SPECLFICA'fION DOCUMENT'S City Praject No. 103454 Revised July !, 2011 Of 57 13 -2 ST�RM WATCR POLI,UT101+1 PREV&N7'ION Page 2 of 3 B. Const�uction Activities resulting in: 1. Less than 1 acre of distur6ance a. 1'rovide erosion �nd sediment contz-ol in accordance with Saction 31 2S 00 and Drawings. 10 11 12 13 14 15 16 17 18 i9 20 21 22 23 24 25 26 27 28 29 30 31 32 33 3� 35 35 37 3S 39 2. 1 to less than 5 acres of disturbance a. Texas Pollutant Discharge Elimination Systam (TPDES) General CQnstructiQn Permit is required b. Complete SWPPP in accQrdance with TCEQ requirements 1) TCEQ Small Construction Site Natice Required under general permit TXR I 50000 a) Sign and post at job site b) Prior to Preconstruction Meeting, send 1 copy to City Department of Transportation and Public Worics, Environmental Division, (817) 392- 6488. 2) Provide erosian and sediment conLrol in accordance with: a} Section 31 25 00 b) The Drawjngs c) TXR150000 General Permit d) SWPPP e} TCEQ require�nents 3. 5 acres or more oi Disturbance a. Texas Po�lutant Discharge Eliminatinn 5ystem {TPDE�) General Construction I'ermit is required b. Coinplete SWPPP in accordance with TCEQ requirements l) Prepare a TCEQ NOI form and submii to TCEQ along with reyuired %e a) 5ign and post at job site b} Send copy to City Depa�-tment of Tra.r�sportation and Puhllc Works, Environmantal Divisian, (817} 392�6088. 2) TCEQ Notice of Char�ge required if making chaqges or updateS to NOI 3} ProWide erosion and sediinent control in accordance with: a} Section 31 25 00 b) The Drawings c) TXR150000 General Permit d) SWPPP e) TCEQ requirements 4) Once the praject has been coanpleted and all the claseout requirements of TCEQ have been met a TCEQ Natice of Termination can he submitted. a) S�nd copy to City Department of Transportation and Public Warks, Enviranmental Divisian, (817) 392-6088. 4p 1,� SUBMiTTALS 41 A. SWPPP 42 1. Submit in accordance with Section O1 33 00, except as stated herein. �3 a, Prior to the Preconstruction Meeting, submit a draft copy of SWPPP to the City 44 as follows: 45 1) 1 copy to the City Project Manager 46 a) City Projeet Manager will forward to the City Department of 47 Txansportation and Public Worlcs, Environmental Divisian for review CITY dF FORT WORTH 2Q22 BRIDGE REHABILITA'f1Q1� CqNTRACT 1 STANT1AItD CONS'1'I2UCTION SPECIFICATION DOCUMENTS Ciry Project No. ] 03454 Revised ]uly 1, 2U11 O157l3-3 STQRM WAfERPQLLUTIQI� PREVENTIOAI Pa�c 3 of 3 I B. Mndified SWPPP 2 1. If the �WPPP is revised during constructian, resubmit �nodified SWPPP ta the City 3 in accordanc� with Section O1 33 00. �+ 1.6 ACTIDN SUSMITTALSJINFORMATIONAL SUBMITTALS [NOT USED] 5 1.7 CLOSEOUT SUBMITTALS [NOT USED] 6 1.8 MAINTENANCE MATERiAL SUBlti'IITTALS [NOT USED] 7 1.9 QUALITY ASSLJRANCE [NOT USED] 8 1.10 DELIV�RY, STORAGE, AND HANDLING [NOT US�D] 9 1.11 FIELD [SITE] CONDIT�ONS [NOT USED] l0 I.lti WARRANTY [NOT USED] 13 PART 2- PRODUCT� [NOT USED] 12 PART 3 - �XECUTION [NOT USED] 13 � 14 DATE NAME 15 END OF SECTION Revision �,og ST.TN,[MA.RY QF CHANGE C1TY OT FORT W�RTI{ 2p22 BRIDGE ItEHABILII'ATIpN CONTR�ICT 1 STAIYDARD C�NSTRUCTION SPECIT'ICATION DOC[1MENTS Ciry Project AIo. I 03454 Revised Juiy !, 2Q11 015813-I 'I"EMPORAIZY PRO.I�CT 3IGNAGE Page 1 of 3 1 2 3 PART1- GEN�RAL 4 11 SUMMARY sECTzorr a� ss �3 TEMPDRARY PROJECT SIGNAGE S A. 5ection Ineludes: 6 l. Temporary Project Signage Requirements 7 S. Deviations from this City of Fort Worth 5tandard Specification 8 1. None. 9 C. R�lated Sp�cification Sections include, bui are not necessarily limiied to: 10 1. Division 0-- Bidding Requirements, Contract Forms and Conditions of the Contract 11 2. Divisian 1— General Requireinents 12 1.2 PRICE AND PAYlVIENT PROCEDURES 13 A. Measurement and Payinent 1� 1. Work associated with this [tern is considered subsidiary io the various Items bid. IS No separate payment wiil be allowed for this Item. 16 1.3 REF�RENCES [NOT USED] I7 1.�4 ADMIPTISTRATIV� REQUIRENi�NTS [NOT US�D] i 8 7.5 SUBMITTAL� [NOT USED] 19 1,6 ACTION �UBMITTALS/XNFORMATI4NAL SUBMZTTALS [NOT USED] 20 21 1,'� CLDSEOUT �UBMITTALS [NOT USED] 1,8 MAINTENANCE MAT�RIAL SUBMITTALS jNOT X1SED] 22 1.9 QUALITY ASSiTRtiNCE [NOT USED] 23 1.10 DELNERY, STnRAGE, AND HANDLING [NOT USED] 2�4 1.11 FIELD [STTE] CONDITIONS [NOT U�ED] 25 1.12 WARRA.NTY [NOT USEDJ 26 PART 2 - PRODUCTS 27 �.1. OWNER-FUR�TXSHED [ox� OWNER SUPPLIEDPRODIICTS [N�T USED] 28 2.� �QUIPMENT, PRODUCT TYPES, ANll MATERTALS 29 A. Design Criteria 30 1. Arovide free standing Aroject Designation Sign in accardance with Cify's Standard 31 Details for project signs. CiTY OF F'ORT WORT'1-I 2022 SRT➢GE REHABILITATIbN COTfTRACT 1 STANDARD CbNSTRUCTION SP�CII'ICATIDN DOCL7MEhfTS City Project Na. l Q39S4 Itavised Jufy 1, 2Dl I 0158I3-2 TEMPQRARY PROTECT SIGNAGE Paga 2 of 3 I B. Materials 2 1. Sign 3 a. Constructed of a/a-inch �r plywood, grade A-C (exterior) ar better 4 2.3 ACCESS�R�ES [N4T USED] 5 2.4 �OiTRCE QUAL�TY CONTROL [NOT i7SED] 6 PART 3 - EXECUTION 7 3.1 INSTALLERS [NOT US�D] S 3.� EXAMTNATION [NOT i7SED] 9 3.3 PREPARATION [NOT USED] IO 3.4 INSTALLATION I1 12 l3 1�4 15 16 17 18 19 20 21 22 23 24 25 26 A. General 1. Provide vertical installation at extents of project. 2. Relocate sign as needed, upQn request of the City. B. Mounting apiions a. Skids b. Posis c. Barricade 3.5 R�PAIR / RESTORATION [NOT USED] 3.f RE-INSTALLATIUN [NOT USED] 3.7 FIELD Iox] SITE QUALITY CONTROL [NOT LTSED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED� ti 3.1Q CLEANING [NOT USED] 311 CLO�EOUT ACTIVITIES [NOT i7SCD] 3.12 PROTECTION [NOT USED] 3.13 MAxNTENANCE 27 A. General 28 1. Maintenance will include painting and repairs as needed or directed by the City. 29 3.14 ATTACHMENTS [NOT LTS�D] 3Q 31 END OF SECTION CTTY OF I'qRT WORTII 2d22 BRIDGE REHABILTTA1T01� CQN'T'RACT 1 STANDAR_[} CQNST7ti1CTION SPECIF'IGATIRN DpCUME]+iTS City Project No.103454 Aevised ]idy l, 2011 015813-3 TEMPORARY PRdJECT SIGTIAGE Page 3 of 3 Revisian Log DATE NAME CITY OF FORT WORTH STANDARD CQNSTRiICTION SPHCIFICATION DOCUMEAiTS Revised 7uly 1, 2Q11 STTNIIVIARY OF CHANGE 2022 IIRIDGE REHABILITATION CbNTRACT 1 Ciiy ProjecT Na.ID3454 01 b0 pp ARODUCT REQUIREME[�TTS Page I of 2 SECT�ON Q16d DO PRODUCT REQLTIREMENTS PART1- GEN�RAL I.I SiTM1VIARY A. Section Includes: 3. References for Product Requirements and City Standard Products Gist B. Deviations from this City of ��ort Worth Standard Specif catinn l. None. C. Related Speci�catian Sections include, but are pot necessarily iimited to: l. Division 0— Bidding Requirements, Contract Farms and Canditi ons of the Contract 2. D�vision 1— General Requiremenls 1.2 PRIC� AND PAYMENT PROCEDURES [NOT USED� 1.3 REFERENCES �N�T USED] �,4 ADNIIN�STRA1'XVE REQUIREMENTS A. A Iist of City approved products for use is available tlu'ough the City's website ai: https:l/apps.fortworthtexas.gav/ProjectResoarcesl and followzng the directory path; 02 - Construction Documents/Standard Products List B. Only products specifically included on City's Standard Praduct List in these Cantract Documents shall be allowed for use on the Project 1. Any subsequently approved products �vill only be allow�d for use upon specific approvaI by the City. C. Any specifie product reyuirements in the Contract D�cuments s�ipersede siinilar products included on tl�e City's Standard Product List. 1. The City reser�es the right to not alIow praducts to be used for certain proj ects even though the product is lisied on the City's Standard Product List. D. Although a speci�ic product is included on City's Standard Product List, not all produets from that manufacturer are approved for use, including but not Iimited to, that manufaeturer's standard product. E. See Section O1 33 00 for submittal requirements of Product Data ir�cluded on City's Standard Froduct List. 1.5 �UBMITTALS [NOT USEDj 1.6 ACTION SUBMITTALS/INI+'ORMATIONAL SUB11711'TALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT iISED] 1.8 MAINTENANCE MATERIAL SUBMITTALS jNOT USED] 1.9 QUALITY ASSURANCE [NOT USED] CITY OF FORT WpRTH 2O22 Bridge Relrabilitatian Contraet ] STANDARD CONSTRUCTIp3v SPECIFiCATIpN DOCUM&1VTS City Praject Number: 103454 Revised ivlarch 9, 2020 0 l 6fl 00 PRQDUCT' REQUIREMENTS Pagc 2 oF2 1.10 DELNERY, STORAGE, AND HANDLING [NOT iOSED] l.11 FIELD [SIT�] CQNDITIONS [NOT USED] 1,1� WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXEC[)TION [N�T USED] END OF SECTION Revision Log DATE N�1ME 10/12/12 3/9/2020 SUMMARY OF CHANGE D, .TpIIIlSpil Modified Locatian afCity's 5tandardProduot List D.V. Niagana Removed reisrence #o Iiuzzsaw and noted that the GiTy aPproved products tist is accessible through the City's we6site. CITY OT rORT WORTI3 2022 Bridge ltehabilitation Contract ] STANDAAD CONSTRUCTION SP�.C[FICATION DOCUMEN'f5 Cicy Praject Num6ar: 103454 Revised March 9, 2020 ai�000-i MOBILIZATIqN P.ND REMOBILIZATION Page I of 4 1 SECTION Dl '�0 OQ 2 MOBILIZATION AND REMOBILIZATION 3 PART � - GENERAII 4 1.1 SUMMARY S A. Section Includes: 6 I. Mobilization and Demobilization 7 a. Mobilizatian 8 1) Transportation af Contractor's personnei, equipinent, and operating suppiies 9 to the Sit� 1Q 2} Establishment oinecessary general facilit�es for the Contractor's operation 11 at th� 5ite 12 13 14 I5 I6 I7 18 19 20 21 22 23 24 25 26 27 28 29 3D 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 Q c. 3) Premiums paid for pertormance and payment bonds �) Transportatian of Contractor's persannel, equipment, and operating suppiias ta another locatian within the designated Site S) Relocation af necessary general facilities for tha Contractor's operation from 1 location to another loca�ion on the Site. Dexnobilization 1} Transportation of Contractor's persannel, equipment, and operating supplies away from the 5ite including disassembly 2) Si#e Clean-up 3} Re;noval of a11 buildings and/or other facili�ies assembled at the �ite for this Contract Mobilization and Demobilization do not include activities for specific itams of work ihat are for 4which payment is pro�+ided elsewhere in the contract. 2. Remobilization a. Remobi3ization for S�spension of Work speci�cally required in tne Contract Documents or as reqvired by City includes: I) Demobilization a) Transportation of Contractor's personnel, equipment, �nd operating supplies from th� Site including disassembly �r temporarily securing equipment, supplies, and ather facilities as designated by the Contract Documents necessary io suspend the Work. b) Site Clean-up as designated in the Contract Docume�ts 2} Remobilization a) Transportation of Cantractor's personnel, equipment, and operating suppIies to the Site necessary ko resLizne th� Work. b) Estahlishu�ent of necessary general facilities for the Contractor's aperation at the 5ite necessary to resume the Wark. 3) No Payments wiIl be made for: a) Mobiliza.tion and DemobiIization frorn ona Iacation to another on the Site in the normal progress of per%rming the Work. b) Stand�by or idle time c) Lost profits 3. Mobilizations and Demobilization for Miscellaneous Frojects a. Mobilization and D�mobiIizatian CITY OF FOItT �7J012'I'H 2O22 BRIDGC R�HABILITATTOIV CON"["RACT 1 5'I'ANDARD CON3TRUCTION SPECIrICAT74l� UOCUMSAI'I'S CTFY PRp7ECT N[JMBER; 103�iS4 Reviaed IVovember 22, 2p16 017QQ.0-2 MOBILIZA7"IQN AND REMOBIL7zATION Page 2 of 4 1 2 3 4 5 6 7 8 9 1Q ll 12 13 14 15 16 17 18 1) Mobilization sY�al] consist of the activities and cost an a Work Order basis necessary for: a) Transportatian of Contractar's personnel, equipment, and operating supplies to the Site for the issued Work Order. b} Establishment of necessary general facilities for the Contractor's operation at the Site for the issued Wnrk Order 2) Demobilizaiion shall consist of the activities and cost necessary for: a) Tran�portation of Contractar's personnel, equipment, and operating supplies from the Site including disassembly for each issued Work Order b) Site Clean-up for each issued Work Order c) RemovaI Qf a116uildings or other facilities assembled at the Site for each Work Oder b. Mobilization and Demobilization do not include activities for specific items oi work. far which payinent is provided elsawhere in the confract. 4. �mergency Mohilizations and De�nobilization for Miscellaneous Prajects a. A Mobilizatian for Miscel�aneous Prajeets when directed by the City and the mobilization accurs within 24 hours of the issuance ofthe Worl� Order. 19 B. Deviations from this City of Fort Worth Standard �pecification 20 1. None. 21 C. Related Specification Sections incl�de, but are not necessarily limited f:o: 22 1. Division 0— Bidding Requit�ements, Contract Forms and Co�ditions af tha Contract 23 2. Division 1-- General Requirements 24 1.2 PRICE AND PAYMENT PROCEDURES 25 2b 27 28 29 30 31 32 33 34 35 36 37 38 39 4a 41 42 43 A. Measure�nent and Pay�nent [ConsuIt City Departr►-ient/Division for direction on if Mobiiizatinn pay i#e�n to be included or the item should be subsidiary. Inelude the appropriate Section 1.2 A. l.] 1. Mobilization and Demobijizafiion a. Measure 1) This Item is consider�d subsidiary to the various Items bid. b. Payment I} The work pe�-�ormed and materials furnished in accordance with this Item are su6sidiary to the various Items bid and no other compensatian will be allowed. DMITTED �} The work perforrned and mate�•ials furnished fQr demobilization in accordance with this Item are subsidiary to the various Items bid and no other compensation will be allowed. 2. Remobilization for suspension o� Woa'k as specifcally required in the Contract Documenfs a. Measurement 1) Measurement for this Item shall be per each remobilization performed. b. Payment CTTY OI' �'ORT WORTI-I 2022 SRIDGE IiE1It�HIL1TATION CONTRACT 1 5TAMDARD CONSTRUCTION SPECI�ICAT[ON DOCUMENTS CITY PROI�CT hiUMBEIt: 103454 Revised l�ovember 22, 2D 1G 017000-3 MOBIf,lZAT[O1V AND R�MOI3IE,IZATION Page 3 of 4 1 2 3 4 5 6 7 8 9 16 11 12 13 14 1S 16 17 18 I9 20 21 22 23 2� 25 26 27 zs 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 c. d. 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price per each "5pecified Remobiiization" in accordance with CQntract Documents. The price shall include: 1} Demobilization as described in Section I.1.A.2.a.1) 2} Remobilization as described in Section ].1.A.2.a.2) No payrt�ants will be made for standby, idle time, or lost prafits associated this Ttem. 3. Remobilization for suspensinn of Work as required by City a. Measurem�nt and Paymeni 1) This shall be subr�nitted as a Contract Claim in accoxdance wifh Article 10 of Section p0 72 Q0. 2) No payments will b� made far standby, idle time, or lost profits associated with this Item. 4. Mobilizations and Dernobilizations for Miscellaneous Projects a. Measurement 1) Measureir�ent for this Item sha11 be for each Mobiliza#ion and Demobiiization required by the Contract Documents b. Payment 1) The Work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will he paid for at the unit price per each "Work Order Mobilization" in accordance with Contract Documents. Demobilization shail be considered subsidiary to mohilization and shall not be paid %r separately. c. The price shall include: 1) Mobilization as described in Section 1.1.A.3.a.1) 2) Demobilization as descri6ed in Sectian I.I.A3.a.2) d. NQ payments will be made for standby, idle iune, or lost praiifis assaciaied this Item. 5. �mergency Mobilizations and Demobilizations for Miscellaneaus 1'ro�ecYs a. Meas�r�ment 1) Measureznent fox this Item shall l�e f'or each Mobilization and Demobilization required by the Contx•act DQcuments b. �ayment 1) The Work pez�'orfned and materials furnished in accordance with t�is Item and measured as pravided under "Measurement" will be paid far at the unit prica per each "Wark Order Emergency Mobilization" in accardance witla Contract Documents. Demabiliza#ion shall be eonsidered subsidiary to mobilization and shall not be paid far separately. c. The price shall include 1) Mobilization as described in Section 1.1.A.�4.a} 2) Demobilization as described in Section 1.1.A.3.a.2) d. No payments will be made for standby, idle time, or lost profits associated this Item. 46 1.3 REFERENCE� [NOT US�D] 47 1.4 ADMLNISTRATIVE R�QUIREM�NTS [NOT USED] CITY OF FURT WORTkI 2022 BRIDGE REHABILITATION CQN"1'KACT 1 STANDARi� CONSTRUCTIDN SPECIFICATION DOCUMENTS CITY PROJ�CT NUh1BER: 103454 Revised Novemher 22, 2U 16 o� �aoo-a MOSILIZATIQN AND REMC7BILIZA'fIQ1�I Page 4 oF4 1 1.5 SUBMITTALS [NOT USEDj 2 1.6 INFORMATI�NAL �UBMITTALS [NOT IISEDJ 3 1.7 CLOSEOUT SUBM�TTALS [NOT USED] 4 1.8 MAINTENANCE MATERIA.L SUSIVIITTALS [NOT USED] S 1.9 QIIALITY ASSUR.ANCE [NOT i1SED] 6 110 D�L�'VERY, STORAGE, AND I�ANDLING [NOT USED] 7 111 FIELD [SITE] CQNDITION� [NOT i1SED] 8 1.1�. WARRANTY [NOT USED] 9 PART 2- PRODUCTS [NOT USED] 10 PART 3- EXECUTION [NOT USED] 11 12 DATE 11/22/16 13 END OF� SECTION Revision I.,og NAIVIE Sl_TNIMARY OP CHANGE Michael dwen 1.2 Price and Payment Procerlures - Revised specification, ineluding b�ue text, Yo n�alca spacificatian flaxib[e for either suhsidia�y or paid bid item for Mobilization. CITY OF FORT WORTH 2O22 BRIDGE REHABILITATION CpAiTRACT 1 S'P/INDARU CqNSTRUC'I'lON SPECIFICATIQi�I DOCUIVI�,NTS C1TY PRp,IECT NiJMSER: [p3�454 Revised I�Iove�nber 22, 2016 O17123-1 CONSTRUCTION S`PAKING AN� SURVEY Pege 1 af 8 �a 3 PART1� GENERAL SECTION 01 '�1 �3 CONSTRUCTION STAKING AND SURVEY 4 1.1 5UMMARY 5 A. 5ection Includes: 6 1. Requiremenis for construciion staking and construction survey 7 8 B. Deviations from this City of Fort Worth 5tandard Specification 1. None. 9 C. Related Specification Sections inclucie, bui are not necessarily Iimited to: 10 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contraci 11 2. Division 1— General Requirements 12 1.2 PRICE AND PAYMENT PROCEDIIRES l. 3 14 15 16 17 18 19 20 21 22 23 24 25 26 27 2$ 29 30 31 32 33 34 35 36 37 38 39 40 41 A. Measurement and Payment 1. Consfiruction 5taking a. Measu��emeni 1) Mea�urement for tlus Item shall be hy lump sum. b. Payment 1) The work per%rtned and th� nnaterials furnished in accardance with this Item shall be paid %r at the lump sum price bid for "Construction Staking". 2) Payznent for "Construction Staking" shall be made in partial payments prarated by wark campleted compared to tota] work included in the lump sum itern. c. The price bid shall include, but not be limited to the following: 1} '�erificatian of control dakaprovided by City. 2} Placement, maintenance and replacement of required stakes and rnarkings rn the field. 3) PreparaYion and submittal af construction staking documentation in the form of "cut sheets" using the City's standard template. 2. Canstruction 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 �arious Items bid and no other compensation wiil be allowed. 3. As-Buili Sur�ey a. Measurement 1) Measurement for �his Item shall be by lump surri. b. Payment i) The work performed and th� materials �urnished in accaz•dance with this [tem shall be paid for at the lurrip surtz priee bid for "As-Built Survey". CTTY OF FQRT WQRTH 2O22 BRIDGE REHABILITAITOIV CONTRACT 1 STAN�ARD CONSTRLICTlO�f SPECIFICATIpN DQCIlMENTS City Project Number 103454 Re�ised Fcbruary 14, 2U1$ D1 7123-2 COI�iSTRUCTION 3TAKING AND SiJRVCY Page 2 oF S 1 2 3 � 5 5 7 8 9 2) Payment for "Construction 5talc'rng" shall be made in partia] payments prorated by work completed campared to total wob•k included in the lump surn item. c. The price 6id shall include, but not be limited to the follawing:: 1) Field measurements and suivey shots to identify Iocation of completed faoiliiles. 2) Documentation and submittal of as-built stuvey data onto cpntractor redline plans and digiial survey files. Ifl 1.3 REFERENCES 11 I2 13 14 ]S 16 17 l8 19 20 21 22 23 24 25 26 27 28 29 30 3I 32 33 A. Definitions 1. Const�•uciion Stu•�ev - The survey measuremenfs made priar to or while construction is in progress to control elevation, horizontal position, dimensions and configuration of structureslimprovements included in the Project Drawings. 2. As-built Surv�v —The measurements made after the construction ofthe improvernent features are compiete io provide position coardinates for the features of a projeet. 3. Const�•uciio� Stalcin� — The placement of stakes and markings to pro�ide qffsets and elevations to cut and fi11 in order to Iocate on the ground the designed structures/improvements included in the Project Drawings. Construction staking shall include staking easements and/or right of way if indic�ted on the plans. 4. Survev "Field Checks" — Measurerner�ts made after consiruction staking is complet�d and before construction work begins to ensure that structures marked on the ground are aecurately located pei• Project Drawings. B. Technical References 1. City of Fort Worth — Construction 5taking Standards (available on City's Buzzsaw website) — O1 71 23.1b.Q1_ Attachment A_5urvey 5taking 5tandards 2. City of Fort Worth - Standard Survey Data Collector Library {fxl) iiles (available on City's Buzzsaw wabsite). 3. Taxas D�parhnent of T�•ansportation (TxDOT} Survey Manual, lates# revision 4. Texas Sociely of Prafessic�nal Land Surveyars (TSYS}, Manua! ofPractice far Land 5urveying in the State of Texas, Category 5 34 1.4 ADMINISTRATNE REQUIREMENTS 35 A. The Contractor's selection of a surveyor must comply with Texas G�overnment 36 Code 2254 (qualifications based selection) for this project. 37 I.5 SUBMITTALS 38 A. 5ubmittals, if required, shall b� in accordance with Section O1 33 00. 39 B. AIl submittals shall be received and reviewed by the City prior to delivary of wark. 40 �.G ACTION SUSN1xTTALS/INFORMATxONAL SUBMITTALS 4l A. Fi�ld QuaIity Control Submittals CITY OP PORT uVQRTH 2O22 BAIDGE REHABILITAITON CONTRACT 1 STANDAitD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Numher IU3454 Revised redruary I4, 2018 017123-3 CQNS'�RUCTIpN STAI{IAlG AND SURVEY Page 3 of 8 1 l. Documentation verifying aceuracy of field engineering work, including coordinate 2 conversions if plans do not indicate grid or ground coordinates. 3 2. Submit "Cut-Sheets" conforining io the standard template provided by the City 4 (refer tQ D 1 71 23.16.01 — Attachment A— Survey Siaking Standards). 5 1,7 C`LOSE�UT SUBMITTALS 6 B. As-built Redline Drawing 5ubrrEitta] 7 S 10 II 12 13 14 15 1. Submit As-Built Survey Redline Drawings documenting the locationslelevations af constructed impro�ements signed and sealed by Registered Professiona! Land Surveyor (RPLB) responsible for the work (re%r to 01 7123.16.01— Attachment A — Survey Staking Standards} . 2. Contractor shall suhmit the groposed as-built and campleted redIine drawi�.g submiital one (I} week prior to scheduling the project �fnal insp�ction for City review and comment. Revisions, if necessary, shall be made to the as-built redline drawings and resubmitted to the City priar ta scheduling the construcfion final inspeetion. 16 1.8 MAINTENANCE MATERIAL SUSMITTALS [NOT USED] 17 1.9 QUALITY ASSURANG`� 1 � A. Construetion Stalcing 19 1. Const�ction staking will be performed by the Contractor. 20 2. Coordination 21 a. Cantact City's Proj�ct Represantative at l�ast ane week in advance natifying 22 the City of when Construction Staking is sc�Zeduled. 23 b. It is the Contractar's respnnsibility to coordinate staking such that 24 construction acti�ities are not delayed or negatively impactad. 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 3. Genaral a Cantt'actar is responsible for preseruing and maintaining stakes. If City surveyors are required to re-stake for any reason, the Contractor wiil be responsible for costs to perform staking. If in the opinion of the City, a sufficient number of stakes ar markings have �een 1ost, destroyeci disturbed or arnitted that the cantracted Work cannot take pIaee then the Contractor will be required to stake ar re-stake the deficient areas. �. Construction Survey 1. Canstructian Survey will be performed by the Coniractor. 2. Goordinatian a. Contrac#or to verify that harizontal and vertical contrfll data established in the design sur�ey and required far construetion survey is available and in piace. 3. General a. Construction survey will be performed in order to construct the work shnwn on the Construction Drawings and specified in the Contract Documents. b, For constrwciion methods other than open cut, the Contractor shall perform construciion survey and verify control data including, but not ]imitad to, the following: 1) Verification that established benchrnarks and contz'ol are accurate. CI'I'Y OF �'OnT WOIiTH STA�TDARB CONSTRUCTIOA! SPECIFICATION DQCLJIvIE1VT5 Revised Fehruary 14, 2018 2022 BRIDGE [LEHABILITAIT(}1V CpNTRACT 1 City Project Numbcr I 03454 D17123-4 CONSTRUCTION STAKING AND 5URV�Y 1'age 4 oi 8 1 2} Use of Benchmarks to furnish and maintai� a11 reference lines and grades 2 for tunnaling. 3 3) Use of line and grades to establish the location of the pipe. 4 4} Submit to the City copies of field zzotesused to establish all lines and 5 grades, ifrequested, and allow the City io check guidance sysiern setup prior 6 to beginnin� each tunneling drive. 7 5} Pravide access for the City, if requested, to verify the guidance system and 8 the line and grade of the carrier pipe. 9 6} The Contractor remains fully responsible for the accuracy of the wark and 10 correction of it, as required. 11 7) Monitor line and gracie continuously during construction. 12 $) Recot•d deviation with respect to design line and �ade once at each pipe 13 joint and subrnit daily records to tize City. 14 9) If the instaI�ation daes not meet th� specified tolerances (as outlined in 15 Sections 33 OS 23 and/or 33 OS 24), immediately notify the City and cot•ract 16 the installation in accordance wit11 the Contract Dacutnents. ]7 18 19 20 21 22 23 2�} zs 26 27 28 C. As-Built 5ur�ey 1. Required As-Built Survey wilI be performed by the Confractor. 2. Coordinaiion a. Cantractor is ta coordinate vvith City to confirm which features require as- built surva}�ing;. b. It is the Cantractar's respat�sibility io coordinate the as-buiIt survey and required measureinents for items that are ta be buri�d such that construction activities are not delayed or negatively impacted. c. For sewer rnains and water mains ] 2" and under in diarneter, it is acceptable t� physically �neasure depth and mark the Iocation during the progress of eanstruction and take as-built survey after the facility has been buried. The Contractor is resportsibI� for the qualiTy controi needed ta ensure accuracy. 29 3. General 30 a. The Cantractar shalI pravide as-built survey including the elevatian and 31 Location (and provide written doeumen#ation to the City} nf canstruction 32 features during the progress of the construetion including the following: 33 1) Water Lines 34 a) Top of pipe elevations and coordinates far waterlines at the following 3S lacations: 36 37 38 39 �0 41 42 43 44 45 �i6 47 48 (I) Minitnum every 250 linear feet, including {2) HorizQntal and verCical points of infiectian, curvature, etc, (3} Fire line tee (�l} Plugs, st�zb-outs, dead-end linas (5} Casing pipe (each end} at�d all buried fittings 2) Sanitaxy Sewer a) Top of pipe elevations and caordinates for force mains and siphan sanitary sewer lines (non-gravity facilities} at the followtng locations: (I) Minimum every 250 linear feei and any buried fit�ings (2) HorizontaI and vertica] poirtts of inflection, curvature, ete. 3) Stormwater—Not Applieable [K�i���]�diTi�li .fi[i7�.i STAIVDARD CDNSTRUCTION SPECIFICATION DpCUM&NT5 Revised I'e6ruary I4, 20I8 2022 BRIDGE REHABILITAITOTi CONTRACT 1 City Project Number 103454 oi�izs-s CONS'I'RUC'1'ION S'1'AKWG AND SURVEY Pege 5 of 8 1 2 3 4 5 6 7 S 9 10 11 12 13 14 15 16 17 I8 r9 20 2I z2 23 24 zs 26 �1 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.1� WARRANTY b. The Cantractar sh�li provide as-built survey ir►cluding the elevatian and lacation (and provide written documentation to the City} of canstruction features affer the construction is completed including the following; i ) Manholes a) Rim and flowline elevatians and caardinates for each manhaie 2) Water Lines a) Cathodic protection test stations b} Sampiing stations c) Meter boxes/va�lts (All sizes) d} Fire hydrants e) Valves (gate, butterfly, etc.) fl Air Release vaIves (Manhoie rim and vent pipe) g} Blow off val�es (Manhole rim and valve lid) h) Pressure plane valves i) Underground Vaults (l ) Rim and flowline elevations and coordinates for each Llnderground Vault. 3} Sanitary 5ewer a) Cleanouts (1) Ri�n and flowline elevations and coordinates for each b) Manholes and Junction Structures (1) Rim and flowline elevations and coordinaies for each manhole anc� junction structure. 4} Stormwater — Not Applicable 28 PART 2 - PRODUCTS 29 A. A const��uctior� survey will produce, but will not be liinited to: 30 1. Recovery of relevant control points, points of curvature and points of intersection. 31 2. Establish temporary hQrizontal and vertical control elevations (benchmarks) 32 sufficiently permanent and located in a manner to be used throughout constr�uction. 33 34 35 36 37 38 39 40 4] 42 43 44 3. 4. �� The location of planned faciliiies, easements ar�d improvements. a. Establishing imal line and grade stakes for piers, floors, grade l�eams, parking areas, utilities, streets, highways, turuiels, and other construetion. h. A recard of revisions or corrections noted in an orderly manner far reference. c. A drawing, when required by the client, indicating the horizontal and vertical location of facilities, easements and impro�ements, as buiIt. Cut sheets shall be provided to the City inspector and Survey Superintendent for al1 constrLiction staking projects. These cut slaeets shall be on the standard city template which can be obtained from the Survey Superintendent (817-392-7925). Digital survey fiies in the following formats shall be acceptable: a. AutoCAD (.dv{+g} b. ESRI Shapefile (.shp) CITY OP FpRT WORTH 2Q22 BItIDGE I2EHABILI`I'A1TON CONTRACT 1 STANDARD CQIVSTRUCTiON SPECIFICATION DOCUNfENTS City Project dVumber 103454 Revised Tehruary 14, �018 017123-6 CONSTRUCTION STAKING .4IVD SURV�Y Page 6 af 8 1 c. CSV file (.cs�), formatted with X and Y coardinates in separate co3umns (use 2 Standard templates, if available) 3 6. S�irvey files shall include vertical ar�d horizonta] data tied to original project �4 control and benchmarks, ar�d shall include feature descriptions 5 PART 3 - EXECUTION 6 3.1 INSTALJL�RS 7 A. Tolerances: 9 10 11 12 13 14 15 16 17 18 19 20 21 za 23 24 25 2b 27 28 29 30 31 32 33 34 35 36 37 38 39 40 I. The staked location of any i�npravement or iacility should be as accurate as practical and necessary. The degree of precision required is dependent an many factors all pf which must remain judgrnental. The toterances listed h�reafter ar� based on generalities and, under certain circumstances, shall yieid to specific requirements. The surveyor shall assess any situation by review af the overall plans and through consultaiion with responsible parties as to the need for speci�c tolerances. a. Earthwork: Grades for earthwork or rough cut should not exceed 0. T ft. vertical tolerance. Horizantal alignment for earthwork and f•ough cut si�ould not exceed I.0 �. talerance. b, Harizantal alignment on a st�•ucture shall be witl�in .0.1 �t tnlerance. c. Paving or concrete for streets, curbs, gutters, parkiqg areas, drives, alleys and walkways shall be located within the coniines of the site boundaries and, occasionally, along a boundary or any other restrictive line. Away fram any restrictive line, these facilities should be 5taked with an accuracy producing no more than O.OSft, tolerance from their specified locations. d. Underground and overhead utilities, such as sewers, gas, water, telephone and electric lines, shall be locatad horizantally within their prescribed areas o�• easeanents. Within assigned az•eas, t�acse utilities shauid 6e staked with an accuraey producing no more than D_1 ft talerance from a specified location. e. The accuracy required far the vei•fical iocatian of utilities varias widely. Many underground utilities require anly a miniinuiv cover and a tolerance of Q, I ft. should be inaintained. Underground and ovei�head utilities an planned prafile, 6ut not depending on geavity flovv for performance, should not exceed 0.1 ft. tolerance. B. Surveying instruments shall be kept in closa adjustnnent according io manut'acturer's specificatians or in co�npliance ta sta�ndard�. The City res�rves the right to request a calihration report at any 1:ime and recammends regular xa�ainte:natzce scheduie ba performed by a certi�ed technieian every 6 months. 1. Field measurements of angIes and distances shall be done in such fashion as to satisfy the clasures and tolerances expressed in Part 3.1,A. 2. Verticai Iacations shaII be establis�ed fram a pre-established bench�ark and checked by clnsing to a different bench mark ar� the same datum. 41 3. Construction survey field work shalI correspond to the elient's plans. Irregularities 42 or confl�cts found shall be reparted promptly to the City. 43 4. Revisioras, carrections at�d other pertinent data sl�all be logged for future referenee. 44 CITY OF FORT WORTH STA1V17AItD CONS'17tUCTiON SP�CiI�iCATiON DOCUM�NTS Revised February 14, 2018 2022 BR[DGE RCT-IAB[LITAITbN CQNTRACT 1 City Prpject Number 103454 01 71 23 - 7 CONSTRUCTION STAKING AND SURVEY Page 7 of 8 t 3,2 �XAMINATION [NOT US�D] 2 3.3 PREPARATION [NOT USED] 3 3.4 APPLICATIQN 4 5 6 7 8 9 10 11 12 13 14 15 16 17 l8 19 2Q 21 22 23 24 25 26 27 28 29 30 31 32 33 34 3.S R�PAIR / RESTORATXON A. If the Contractnr's wark damages or destroys one or more of the contral monuments/points set by the City, the monuments shall be adequately referenced for expedient restoration. i. 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/ar restorations. b. The City may require at any time a survey "Fie1d 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 F�LD [oR] SIT� QUALITY CONTROL A. It is the Contractor's responsibiIity to maintain aII stakes and control data placed by the City in accordance with this Specification. This includes easeinents and right of way, if noted on the plans. B. Do not change or relocate stakes or control data without approval fi•om �he City. 3.8 SYSTEM STARTiiP A. 5urvey Checks 1. The City reserves the right to perform a 5urvey Check at any time deemed necessary. 2. Checks by City personnei or 3'� party contracted surveyor are not intended to relie�e the contractor of his/her responsibility for accuraey. 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACT�TI�CS [NOT IISED] 3.12 PROTECTZON [NOT USED] 3.13 MAINTENANCE jN4T USED] 3.14 ATTACHMENTS [NOT USED] END O� S�GTION Re�ision Log CI'I'Y OF FORT WORTH STANDATtD CONSTRUCTIO[�! SP�CIFICA'1'lON DOCUMENTS Revised Feqraary 14, 2U1& 2022 BR[DG� R�H,�IIILITAITON CQN7'RACT I CityProjectNum6er 103454 a���as-s CONS'FAUCTION STAKING AND SURVEY Page 8 oi S DATB NAME &l3112012 D, Jalu�son SUMMARY OF CHANGE Added instruction and modifed measw�ment & payment under 1,2; added 8131/2d17 M. Owen definitions and referenc�s undar 13; 3nodified 1.G; added 1.7 closeout submittal reyuu�ements; modified 1.9 Qualiiy A.ssuras►ce; added PAItT 2—T'ROI7UC7'S ; Added 3.1 insCallers; added 3.S Repair/Restoration; and added 3.8 System Sta�tup, Removed "hiue texY'; ravised measuretnent and payment secfions for Construction Staking And As-$uilt Sunrey; added reference to selection compliance with TGC 2/14/2018 M pwen 2254; revised actioi� and Closeout subroit�al requiremeii#s; a�lded accepta6le depth measareiilent oriteria; revised list of items requiring as-built survey "during" and "aiiee" conslruction; and revised acceptable digital survey fle forn�at CITY QF F�RT WOIrTH STAIV�7A.R_D CONSTRUCTION SP�CIPICATION DOCUMCI�I'I'� iievised February 14, 2018 2"022 BRIDGE REHABILITAITON CONTRACT 1 City Project Number 163454 � �e�tion 0� i� ��.0� � Att�chnne�t A S�arVe� Stakin� Standards February 20Z 7 C:�Users�IsfamT\AppRata\loca1�Temp�017123.16.01 Attachment A_5ur�ey Staking Standards,docx Page 1 of 22 These proGedures are intended to provide a standard method far construction staking services associated with the City of Fort Worth projects. These are not to be considered all inclusive, but anly as a general guideline. Forprajects on TXDOTright-of-way ar �hrough joint TXDDT partfcipatian, adherence i�a the TXDOT Survey Manua! shall be followed and if a discrepancy arises, the 7XD07 mr�nual shcrll prevail, �htta:l/onlinemanuals.txdot.�ov/txciotmanuals/ess/ess.ndfl If you have a unique circumstance, please consult with the project manager, inspettor, dr survey department at 817-392-7925. ���II� Oi C011i�11'iS I. City of Fort Worth Contact Informatian II. Construction Colors III. Standard 5taking Supplies IV. Survey �qui�ment, Control, and Datum Stand�rds V. Water Staking VI. Sanitary Sewer Staking Vil, Storm 5taking VIII. Curb and Gutter 5taking IX. Cut Sheets X. As-built Survey C:\Users�[slamT�App�ata�Local�7ernp�017123.16,0I_Attachment A_Survey 5taking Standards.docx Page 2 of Zz � � Sur�ev Departmeni Coniaci Informaiion Physical and mailing address: 8851 Camp Bflwie West Bouie�ard Suite �fl0 Fort Warth, Texas 76116 Office: (817) 392-7925 5ur�ey Super'inte�dent, direct line: (817j 392-8971 �On5�1'LIC�IOn CO�OY5 The follawing colors sha�l be used for staking or identifying features in the �ield. This includes flagging, paint of laths/stakes, paint of hubs, and any identificatian such as pin flags if necessary. Utility � PROP05ED EXCAVATION ALL ELECTRIC AfVD CONDUITS I POTABL� WATER I GAS �R OIL I TELEPHONEJFIBER OPTIC SURVEY C�NTROL POIfVTS, BENGHMARKS, PRQPERTY CORNERS, RIGHT-�F-WAYS, AND ALL PAVI�VG INCLUDING CURB, SIQEWALK, BUILDING CQRNERS I SANI7ARY SEWER I IRRIGATiON AND RECLAfMED WATER � S�andard S�akin� Supplies Item Lath/Stake Woaden Hub (2"x2" min. square preferredj Pin Flags (2,5" x 3.5" preferredj Guard Stafces PK pr Mag nails Iron Ftads (1/2" or greater diarneter) Survey Marking Paint Flagging Marking Whiskers �feathersj Tacks (for marking hubs) Calar _ WhiIT� _ I Y�LLC7W CIRA�J�E F'INK .�. ; .����.kE iViinimum size 36" tall I 5" tall I 21" long I �[at required f 1" long 18" long Water-based 1" wide 6" long 3f4" long I C:\Users�1slamT�A�pQata\Loca1�Temp\017123.16.01_Attachment A_5urvey Staking Standards.docx Page 3 of 22 Il/. Sur►�ey Equipment, Con�rof, and �a�um S�andards A. City Benchmarks All city benehmarks can be found here: htta://fortwarthtexas.�ov/itsolutions/G15/ l.aokfor `Zoning Maps'. Under'Layers', expand'Basemap Layers', and check on 'Benchrr�arks'. B. Con�entional or Rnbatic Total Statinn Equipment I. A minimum of a 10 aro-secand 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 technitian at least 1 occurrence every 6 months. C. Network/V.R.S, and static GPS Equipment I. It is critical that the surveyor �erify the correct horizontal and verticaf datum prior comm�ncing work. A site calibration may be required and shall cansis� of at least 4 cantrol points spaced evenly a�art and in varying quadrants. Additional field checl<s of the horizontal and vertical accuracies shall be completed and the City may ask for a copy of the calibration report at any tirrze, II. Network GPS suct� as the Western Da#a Systems or 5martNet systems may be used for sta[cing of �aroperty/R.D.W, farted-rrtain water lines, and rough-grade onfy. Na GPS sia�Cing for toncrete, saniiary sewer, storm drain. final �rade. ar a�thing that needs ►►ertical �radin� �nrith a toleranc� af 0.25` or less is allowed. D. Control Points Set l. All control points set shall be accompanied by a lath with the appropriate Northing, Easting, and Elevatian (if applicablej of the point set. Control points can be set rebar, `X' in cancrete, or any other appropriate item with a stable 1�ase and of a semi-permanent nature. A re�ar cap is optianal, but preferred if the cap is marked'control point' or similarwording. II. Datasheets are required far all control points set. batasheet should include: A. Horizontal and Vertical Datum used, �xample: N.A.D.83, North Central Zone 4202, NAV� 88 Elevatians B. Grid or ground distance. — If ground, provide scale factar used and base point coardinate, Example: C.S.F.=0.999125, Base poirtt=North: Q, East=O C. Geoid model used, Example: GEOIDI2A C:�Users\IslamT�App�ata�Loca]�Terrtp\0], 7123,].5A1_Attachment A Survey 5taking 5tandards.docx Page 4 of 22 E. Preferred Grid Datum Although many plan sets can !�e in surface coardinates, the City's preferred gricf datum is listed helaw. Careful consideration must be taken to verify what datum each project is in prior to beginning work. It is essential the sur�eyor be familiar with coordinate transformations and how a grid/surface/assumed coordinate system affect a project. Proiected Coordinate System; NAD_1983_StatePlane Texas_North_Central_FIPS_42�2_Feet Proleetion: Lambert_Conforrnal_Conic Fa Ise_�asti ng: 19C85flb.000fl0000 False^N orth ing: 6561665.66666667 Central Meridian: �98.50flODODO 5tandard Parallel 1: 32.13333333 Standard Parallel 2: 33.96666667 Latitu de_Of_Origi n: 31.66666667 l.inear Unit: Foot iJ5 Geographic Coordinate 5ystem: GCS�North_American�198� Daturn; D North Arnerican 1983 Prime Meridian: Greenwich Angular Unit: Degree Naie: Heg��ule�s uf �It9�ii daiurrr ea.:h Narri�uiar N�oje�r i5 In, aefiv���abl�s tc, tf�:. 4tty must �e canverted/translated inta this preferred grid datum.l copy of the deliverable should be in the projecC datum (whatever it may be� and 1 capy sho�tld be in the NAD83, i� NcrYh .;�.r.�rai 4ap? �_ ;: S�� P;�r`� �ra Fi1� rl4.�,��i� C�:�d=.�r,�+^ i:�rc:� f. Preferred Defiverahle Farmat txt .csv .dwg .job G. Preferred Data Farmat P,N, E,Z, D,N Point Number, Northing, Easting, Ele�ation, Description, f�otes (if applicablej H. Preferred File Naming Convention This is the preferred format, City Project Number Descriptio�_Datum.cs+r �xample far a proiect that has surface coardinates which must be translated: File 1: C1234 As-built of Water on Main 5treet Grid REaD83 TXSP 4202.csv File 2: C1234_As-built of Water on Main Street_Projee� Specific �atum.csv C:�Users�IslamT�AppData�Loca1�Temp�0171 z3.16.01_Attachment A_5uruey Staking Standards.docx Page 5 of 22 Example �on�rol S�akes � � � CY.� � � � � � c� w m � � Z H Z �J 2 �o�c :� ., � ;� � � � � � _ � Q J � W � m � Q 0 � Q F— Q � Li! � � ��. _ � �o. ao' � �. w m � � � Q z � � � _ ' ,`{1�a � cn � � � � J � J �— Ql � 7 '", O � CP �1 � � �v=�aoo.aa 4, � � �- � � � C7 d U o� �W �� �� �z �a _� �� _� � w � _ �� LL ~ W il � � Q7 " � � r� �=�aoo.ao t -T��. ; � C:�Users�1slamT�AppData�Loca1�Temp�017Z 23,1�6.DJ._Attachment A_Sur�ey 5taking Standards.dacx Page 6 of 22 !�. llVa�er 5�akin� 5fandards A. Centerline 5iaking — Straigh# Line Tangents I. Offset fath/stakes e�ery 200' on even stations II. Painted blue lath/siake only, no hub is required III. Grade is to top of pipe (T/P} fnr 12" diameter pipes or smaller IV. Grade to flausr line (F/L) for 15" and larger ciiameter pipes V. Grade should }�e 3.50' [�elow the proposed top of curb line far 10" and smaller diameter pipes VI. Grade should be 4.00' belaw the proposed top of curb line for 12" and larger diameter pipes VII. Cut 5heets are required on all staking and a capy can be receiv�d from the survey superintendent Optianal: Actua! st�akes sha!! consist af a 60D nail or hu6 se� with a whisker B. Centerline Staking - Curves I. If arc lengtih �s greater than 100', POC =Po9nt af Curvature) offset stakes should be set at a 25' inter�al II. Sarne grading guidelines as above III. 5taking of racfius points of greater than 100' may be omitted C. Water Meter Boxes L i.0' perp�ndicular offset is preferred to th� center of the box II. Center of the meter shauld be 3.0' behind the proposed face of curb 111. 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 b� +0.06' higher than the praposed top of curb unless sl�own oth�rwise on the plans C]. Fire Hydrants I. Center o# Mydrant should foe 3.0' behind proposed face of curb II. 5urvey offset stake should be 7.0' from the center and perpendicular tn 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 pro�ided if on plans C;\Users�aslaml'�A}�pData�Loca1�Temp�017123.1b,01_Attachmenfi A Survey 5taking Standards.docx Page 7 of 22 Example IrUa�er S�akes �� �r w� �� �S'� � � sN w " � �� � t� � ��' � I � (� . � � � � �-. a-.~"+�'T � � ��' o/s � w/� CsT��z+c� � c-�,az � -� � � �� � � � ��� y � � z � � �� � � � � � �� ` � � � � ' � ^ ` �U��,� .� � � ' 7� ��S � W�L� �I 5TA�1�72.89�'�C-3.81 , ��' � � Q . '� � Y � � � � v � � �. � � � ; ,m� � ei..� 7ui.is' �� � � � � � ,�I h �� � q � ci ? � cr.,-� � '�� �� w �� � c7 � � ,,� � � W 4,= � � �m � i mr ti � �,' � � � � � � � �� �� � � �� � � �+* i 0.� _ ,�. � �� � � � �� � �� { � �� �� _ � z _ � �_ � 7 � � � _ r — r �,:� - , �] �L � �' D /� 4:. �+� sra=o+��� � � c-3as '� �; � � . ����� � � � � � ���� � ,a� a ��o ���� m � •• � ) $��� W �. � � r .. �, � � Z � C:�Users�1slam7�AppData�Loca1�Temp�0171 �3,7,6,Q7._Atiachment A_Survey Staking 5tandards.dncx Page 8 of 22 VI. Sanitard Sewer Sfiakin� A. Centerline Staking — 5traight Line Tangents I. inv�rts shall I�e field verified and cornpared against the plans before staking II. Painted green lath/stake W1TM hub and tack or mar[cer dot, no flagging req�aired III. 1 affset stake between manholes if manholes are 400' or (ess apart IV. Offset stakes should be Iflcated at even distances and perpendicular to the c�nterline 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/fiill and direction noted VII. 5takes at every grade lareak VIlI. Cut sheets are required on all staking Optional: Actua! stakes shal! cansist of a 60D norl ar h�b set with a whisker B. Centerline5taking—Cur►ies I. Ifi arc length is greater than 100', POC (Point of Curvature) offset stakes should be set at a 25' Enter�al [L Staking of radius paints of greater than 100' may be omitted C. 5anitary Sewer Manhales I. 2 affset stakes per mani�o[e for the purpose af providing alignment to the contractor II. Flowline grade should be on the lath/stake for each flowline and clirection notied III. RIM grade shou[d o�ly be on the stake when provided in the plans C:�Usersjlslarr►T�AppData\Local�Temp�D�. 7123.16.a1_Attachmen# A_Su�rvey Staking Standards.docx Page 9 of 22 Example Sani�ard Se�+ver S�ak�s ���� �, . �, w ��`�� 1 �" ` ��� � r , ,. �, � e ��a� � . � � �' � �, I � q ��� � � � � , - - �� 1 Q � 7' 4/S �t 55 �� �srn=s+�ffi I) �vr a-a� I� �� °"d� � �"o� � � ;. � � � � ` � ��� I �� � � t � c� { � � � � f = - . r�e���� � � � � 12' Q%S � 5���� S7A-3�M71����n C-3� ��i.�.x �-3�I�� C�6� � ; �c��� � ��, � � � ����� �� � � � � � � � ��:- �� � , ,�af �! � f � ca - O a i�-a�s-� ss �` s�n��.�as� I��G-4pL � o - � � � � ��� � � f � � � � � � � � �� ���� � � � �, F W �� � i yj 4 Y- ; � � � � �� �� �� �� � �4 ��"i . � � � ., � 'Yi = �� � �' �, t W t �� � � � �w �� � � ��� � �— � s �i r �� �� � ��"° t� "�'� z ,� � � d 7'i �/S� �. SS �C sr.a�okor,1� x C-s�'„��Cv, c a�i � F+0'�' , a.� � � � � �� 1.,.� � �, t � � � � �k�J .� I ��� � � � ��b � ir � , 7 o � ��� �,� � �5��1� 5�.���p��� �-��1��� �6�I� � �-�� ��,1�,�� � � - - i �� � ,� a� ' � � ��� �� �W �� �� �� �� C;�Users�1slamT�AppQata�Loca1�Temp�017]. 23.J.6.01_Attacl�ment A_Survey 5taicing Standards.docx Page 10 of 22 VII. Siorm Sewer � Inlefi Stakin� A. Centerline Staking — Straight Line Tangents I. 1 offset stake every 200' on even stations fl. Grades are to flowline of pipe unless otherwise shown nn plans III. Stakes at every grade �reak IV. Cut sheets are required on all staking aptlanal: Actua! stakes shall cansist of a 60D nail or hub set with a whisker B. Centerline Staking — Cur�es I. If arc length is greater than 100', POC (�oint of Curvature) offset stakes should be set at a 25' interval [L Staking af radius points of greater than �.00' may be omitted C. Storm Drain Inlets I. 5taking distances should be measured from end of wing II. Standard 10' Inlet = 1.6A0' total length II I. Recessed 10' Inlet = 20.00' tatal length IV. Standard double 10' inlet = 25.67' total length V. Recessed double 10' inlet = 30.67' total length D. Storrr� orain Manhoies I. Z offset stakes per manhole for the purpose of pro�iding alignment to the contractor II. Flowline grade should be on th� lath�stak� for each flnw[in� and direction noted ill. R1M grade shauld anly �e on the stake when pro�ided in the plans C;\Users�1slamT\AppData�Local\Temp�O]. 7123.J.6.01_Attachm2nt A_Survey Staking Standards.docx Page 1�. of 22 Ettample Siorm Inlet Siakes FF��NT (SIDE FACING �� e�c� (3QE Fi�CiMQ F.�YL� l�oiEn ,} .• , � � �wnw+ �� � Q � nT m � � m -i � � �'+1 ; �I! �-E..._' '..__. � E � 1!F i�lE 1NNL � �. � �NG 9TAHEU IN -� � " 'f Sf341KiN � {i4'f� ON WlANS� i=t "�� ^fIF}E8 {i14h�E IT�C�. ._ :+n ri�[+�rn , � � � � �^ � �: I �' 1 r. ..�+ , � � � �RC�NT �si�e F��in�� �) sacx {�SDE FAE7N0 H.QW_j v�Nr s xue aea�'im!e �� �. a � � � � �!i � � � � � � ��` . .. c ��,..,s � �� tiar". i .. a� 1� } � � T%G '�I � O �� �� C: � �` OISTANCES FOR INI_ET5 ,_ s - ,-'-' - srANon�u ya� - is� �- � Rec�sep io' � z�' �r,aHoa�a awe� ra• � ze.eY rws vnn+ rxac I --- — r�a�s�o oaus� �a_- aa er i �----- -----------� I I � eacst c� i�tEr � I�y��,�L.•1J. .a' .. ..... �1: ;..r. � ..� •fa: •ia� � .1 � �I �i - : � :-. °�; �� �I �' . � o IAANHOLE �� �i �! Ri�t � � � �'I `••, � i 'a �`• I -- BA�C# CF CIJE�_ _ �+ ,', � . . . � • . . 'T • . ' , _ BhGH qf QURB-- — --' YAN�," °: ° .� �� ' . ,� r.� . _ :'� � • i •.. . _ .t� �„ .. _ . . .s• .. L ..4AMG, . , . .. . . � .. . 4-. --- F'E.CNlI.IN� F'�{� tlF 4tILE1' I FACE f�' IhILET FLi7S4L.fN& � � EDG£ OF PAYEY.tEMT EDGf OF P#11�AF3ET —�1v�F�- ��� � F- �•, � EaCE dF PAVEk�EN7 EoaE aF P�tr��aer�r � C:�Users�1slam7�AppData�Loca1�7emp��17123.16.01 Attachrrient A�Survey Staking Standards.docx Page 12 of 22 Vlll. Curb and Gu�ter S�al�in� A. Centerline Staking — Straight Line Tangents V. 1 offset stake e�ery 50' on e�en stations VI. Grad�s are to top of curb unless otherwise shown on plans VII. Stakes at every grade �Oreak VIII. Cut sheets are required on all staking Optional: Actual stakes shall consist of a 60D naif or hub set with a whisker B. Centerline Staking — Cur►res III. If are length is greater than 1Q0', POC �Paint of Gurvature) offset sfiakes should be set at a z5' interval IV. Staking of radius points of greater than 100' rr�ay be omitted �xample Curb €� �uffer Sicakes FR�NT �sia� F�c��c �) � �o FR CJN T � ����T (51aE FACING �) , "'� n? Pc (�DE FACINt� �) FRONT � .� y �:. {9�5 FAOENQ � iQ1NT�� �,Rr o s/ � �� � � � �� �� � !: PT � � BA�K � ,--� � � � � `�g�aq •E � � �.�i d� F�S�r��'i{�a �.��i� I �2 Rif x+ 7q '' ��.t'� � a � t'.'i�':' � � ..' _' ..�..'J .+� � � — ; -.�. � BRCK ��c� o� cuR� � ---�-�- "�� �a�,�� �� F�.ar�.i�� E�GE OF PAVEMENT � � � � . � �j N r�yJ � � � � u � � !� � . � � � � � ��' � ' � • � � � � � � �, �---� � �,� � � i 4 t F.�� � � I �. jj y 1 �iGi;lr�l.� Ri_ r � � 1 .. � PI Pl K F':�.I I '' .�. �� i �u � � `��`'� 1!f 1� r� `� ` � _ - �` ��rr�/ i1 �1 �+ � � � ���fl � �#�rI f�! � � r ,, -� 1� �f � �• y y'f � `/ / j � .— TOP dF �UI�B ,�-`'"x '��' ���r,.-"r �l �! �-r f�— "� �,,�� yr�— �,I � ��� �!� ��� ��Y � �� ��,.r r �F,u.r- � �,r r �„ ,�. �„ ,. r �, � � �_ .. OF CURB -� �-�r���- �'�� �'�"y -� y�X '�xr y{I�J � r��� � ����� f � �X �J�F �S� ._. � C:�Users�lslarn'nApp�ata�Lacal\Temp�fl17123.16.01_Attachment A_Survey Staking Standards.dacx Page 13 of 22 Example Curb & Cu�ter Stakes a� In�ersec�ion ,-, � � � ��� ... ��� I a' o/S� m� sra�z+eo �� F F+O� �L � 0 TTs ... �� �„ ` ,0 4 ok 4 b ? � � i ., 'v' b ...,-. .... �» �...... � 1 �� w __ � F �3 :� ♦ � �- � _.._ µ �j g� � � m a '., — — !� � :a �: a — — — 3`I �' r- �` � �� . o': ; ,n G — � i t ��a� �4 b��� � � � �� a"a �1_,p � !oi � � ��� ' �'' O �! ��` J �� � �' � �"��� !' . � ., � 4 �� � 9il�17 i0 N3Y9 ��� / . U S��W ���m �$�� \ , g� �s _ v �� _ � �- 4 o� �� a t _ .\ ., 4�` ` "d G�'.�;` °Of; ,� ,0 4 � � � �A e � ;� O �! � V :I z � �F �3 y ._ _ �.�� � � ;o � � �W 8ah� 3C fl9b'B i ,L � o I `_ _ ��� tl��� >-,. ��� ��� 3 C:\Users�1slamT�AppData�Loca1�Temp�017123.16,p1_Attachment A Survey 5taking 5tanclards.docx Page 14 of 22 IJ�. Cu� Shee�s A. Date of field work B. StaEcing Methad �GPS, total statianj C. Project Name D. City Prajeci Number (Example: C01234) E. Location (Address, cross streets, GP5 coordinateJ F. Survey eompany name G. Crew chief name r�. A bla��C Eemplate can t,e obtain�ed from the ���rvey superl�tend4nt [se� item I abo��} Standard Cifiv Cut 5heei Date: ❑ TOTAL Sta�Cing Method: � GP5 STRT{ON L.00A7IQN; City Pruject Nurnber: Projeci Name: ❑ OTHER CONSULTANTICONTRACTOR SURV�Y CR�W INI7lALS Ai.L GE�ADES AR� TO FLQWLIN� OR TOP OF CURB UNLESS OTbERWISE NOTED, OFFSET PRDP. STAKED PT # STATION _L-�I+RT DESCRIPTION GRADE ELEV. ' CUT -� FILL C:\Users�1slamT�AppData�Local\Temp�017123.16.01_Attachment A_Survey 5taking 5tandards.docx Page 15 of 22 X. As�built Sur►►ev A. Definition and Purpose �he purpase of an as-built surv�y is to verify the asset was instalfed in the proper location and grade. Furthermore, the information ga4hered will he used to supplement the City's GIS data and must 6e in the proper format when submitted. See sectian IV. Rs-built sur�ey should include t�e following (additianal items may be requestedj: Manholes Top af pipe elevatians every 2S0 feet Horironta! and vertica! poir�ts of inflection, eurvature, etc. (All FittingsJ Cathodic protectian test statians Sampling stcrtians Meter boxes/vpults (A!1 sizesj �ire lines Fire hydrants Gate valves (rim and top of nutJ Plugs, stub--outs, decrd-end lines Air Release vplves (Mrxnhole rim ond vent pipeJ Elow off valves (Manhole rim and valve lidJ Pressure plane valves Cleaning wyes Clean auts Casing pipe (each endj lnverts of pipes Turbo Meters C;\Users�1slamT�Apppata�l.acal\Temp�017123.16,01_Attachment A_Survey StaEcing Standards.docx Page 16 nf 22 6. �xample Deli�erahle A hand written red line by the field surveyor is acceptable in most cases. 7his should be a copy of the plans with the paint number noted by each asset. If the asset is missing, then the surveynr should write "�t0'F Fou�ID" to notify the City. � sxwa�z . ��,�.n ,+a� _ _.....�_:�_ ,_ � - v axv vx �3ro�a u�.� �3-As.x lze can.rn _.sn3ana�a usa�s yvy'ros � n�xa ;� e §a1 } � � �R �� � �t�, � ` I$. � �s p��; �� �� �!! �� ' �i�� � �g � SYi^��& �� � l �� S�RB � � �y' c�it' � � I€� ��������'�°� ;�i ,� �;�i � � � � �� ��� � �°���$3��•a � �� �� � i��,� �� m � � � . i! � � �� �������� �� � ��..: �; • ,�,�, , T � � i � — : r4au#� a4�: `� 9 � a i ' �{M:-' ■ �� �, r'�'kl �'� �� � ��� � ����i��`llEi�� ����i tFt'� ; � � �� ���4, '�1�� I � ' � �A " -.�. .� T. � - �� - `.:- ;d:-. os�r vis axn ,u��rR �� - � _ I � - � t1� � - ��-,�`I;:yij -��'r{S�rx:r�r�'Y# .�-r--�`.: aT-.� ;�� *�.��.��1 '_3- �, � � � ��..,n, �__, _h._r�� . � -�:'1 � �� -� ` � •�� �� ��_ � �i;�N, .I..-�' I I " __. ']' �, �� �'+� � ��UJk� M� ��'�'a� s•,-�_ %� ; �;� �._. _;� +' �:.._—, � - —�'��' `� ���� �i� �i'�' F s� �'=y� - ' - -... � . �! . ' . � �e #r __��� �r� � .... _,_ r� t ���I—k ,�,:'�4, . �i_- _ ;��,' . �+ ' , '_ _-- - �L'�; � iilq,�,,.r- �____ . --_—; `:�., .�� � ;_ij_=! '��i I � —_'I L.�� �`-.-;�-.;I�" '��.'- �..'. ;�J. , ---I' `�_�- � � '�� �� �r — -�`��'_" =4 � � � ��, 3 � }_—_ � , �C$ �-' o ' �. ..�..�.: �=� '�i' _'; : '.� __.,� : � I -: t �-._':, . '� �� � r �, � . , ;..--=�� ����" ":i.._�''=l'= '-I;k`�::_ s! � � � � �� � r � { 1T.4�'ia i� �. _ =,y- ' :� I r_-'�_°+� j'►' �_t �' . I.�.�� . ' :TJ� 'f- � ��R � f �+l I� �''! -[-�:f_��'-�f' �'1'! "Fi{ �: e�L-==_.1�-'�' . � c''�` � {. � � L' : , �-_ i .., r -,T =--- ; - I � �__�- ' IL- l. 4'� j���.._.! � � Yr. .F .' . . � � � '��' -�--,-�-�.,'�::�' T--.' -�' . � � �=E �� I 4 ��Y� � ;, ;�' E=1;� �:'�-;;.--,�� '._��� -r �� �I _, � � i : � - -- - -�-..;�:; . . � � t� =� - : .�-: -: i-'��- - : �• - , . ri' ,�.;,. ;: -�='���--t:. ��I. �zi.��-�:; �� � _.. �---_��..(, i �-► _ ! � �SFM1 4����"_..� .-.--^� �' -� -i:'-��'--;5��' _ysa�, � �, ����� p . .�i���:f -�� �.: fi� � --� � . J,. ,�� ! � �`. . . +T , 'G--��-� .�,-:-�. � °�°� . ; - "` � li � � fll� � '�'a..�. , ' __ �_; �- .�.. � :_ � ��.� ='�.. ���; �:��. =�_l-t,='��'.i �:.� �: : _.�..�:F- _,.:..:�. :1 �� _�.�i :+�;__� _�;,���-';= .��: r ,.._� � � � ��� - ,°f I , � -:�:.: :.- ..� . `� '� .� -=z- � �. �__ : ����p}� :��.. � ���,� � 1�-�'�. ��. � =�-�'{�I�.�:,+,� . �-. 3Y��Y�2 � r�I ;� , i- c_��_?-`-:`{ ��I� ��_.��.-,{'f._ S�r-. ;; p� �^"-� ,�,. ,¢ ��� `�-'_ [:.1--- ' � ;d:'- -- � � CI yr 1� �{ i _ _�in� �.� �: t 1 �� ����$� ' r� r �is1r �{;t`;' - = ' -- -'�_ ? �'� } � .:__'" � ' .. � � G i, �� . _ � �rr�f��,+., �y -]�_1Y f ' ' I�' h5 k�-. r-'.--- ���. . i� I �. � 'y J'' � . 1� �t'� - '' �,�'�'��,,,;,,'�3:?---� _�,- �� - -- � f I 5 � �1 }.`' -T� _.. ' ��t �.1 1 �; 1 ` # 1` .1 1 . 1` ��f � ' �I�-i��i� � ��L� �7�"1 � _i-s���7c� �'.�:i�.I.�� 4� �. i ��.r.J [ ' '4 { 2 } i �? �� 'I'- Ti �/ � I=�.i' �:, u��:� f!g�� .' :--� �- ��� � ' �w..._ ,.; ---�+�,+,�.�_. .,_�j�;��_-.__=•.�r,; � 'x� ' —� r-- -.;'k € � f�'��.''�:a�k a' ;'� .:C'_ I g�D]g I ,. �. !i- :. '��' ?: L�-�' '"��r* ieni+': � h �I . � 3 ���::.--':��. e� �a���! ry �� ' �6' i#�51 :� k i' ' ��� r�-�Si'�a:.l:�+pi., '1�� .��.. ._ c_p aQi����� ` ' '�x �-� ,�1ry,,�, � r?�,.F�I ! �.-�' '�L', _ :'�. �,k�: � : s +_f' _ � -- _�. , .� .. , � • � �, -51��. ' . ��_� . �i� -- ��.���— _ . r.� . ' � ..- -. 4� _ § � "i._'� '.:�:, �',�{: . . , . � -. �� �*�GY#rc��Sl _ , ---- . . .� .y i -- ------"- �'k � v -' . ' • = - � �,i.� . �• � f ~ �/ J� ' --- _ , . � . . Y _. ,Q8 � � � x -'� - � �i-• :_ _��i' , ' �� �`- � -'--' ; _ ..: . . � ` - � ' i : !��-1 : '�di �3f ' �x M1 ; s V ' � __...I. _��l'.f'IL r` '•r''�-F' 4'I" � I� I_ _ " 'E ��� f i �'�i �:_.� -� ���- "..�.�= � = r'��.�;'� 7l.�-�;- �$°�#; �� �+'iL 11,I -� -_��_..- ����=� -r�,��_•,.�.- ; c_ , y � gs � F�1il '��� ,�,ry -+ ;e -cl�e������� �,i �"'4Z,� /�� F �5T�IL7�+ �{ x ,��J'L"i'__.__:� �_*.��� ._ . , I � � _ �( _ � '� F, e r R i� � � �—_�� %� '.�.-I I .. r=y ? � I � ��5 C:�Users�1slamT�AppDaYa\LacaE�Temp�01 7123.16.01_A�tachment A_5urvey 5taking Standards.docx Page 17 of 22 �-�-..�..,,,.r, ..— SI'AG�"I�hYLM'.GA'7UMRa! S]'AW.3YQU�l2PStlFlDl'41.W sr�.o�nm1z���cw�n aa a�v,¢v� s� lAl: BEGiX Pl� Cpl'NECI TO £X/57, BWATER . A�� � _ GYSTidJ.r t!2'SQUD SLEEYG' SiAPBFaV-!2'Wb i , tf�'46'IA�77Z8FXD ( . FfE'X rTRElJtACfli . - A7SfML - ; f� �fki :hG l . � N�� � � � r� ��� ��P�75 � df �'L r* ,, ' v�.� .. . �.pp�63T91AE Es�B.T]TII41 _ , E•2�76'7R.5ri0 ' rl2X pA!ChQR TEE � , .� ` � t&'BA'� Y+YV�� � tFra�' mar�Nzm. ' � � � J u1F gHYa�v,tyr t� � \•� � Frr�aara�' 'Qir "` �..�i�`�`. �/ FA�2iP02�' e b . BLK 6 ' � wr z � . �ey v�•• pm n+travren w��w A�7V£ E%n7. /E'lYdEJt � � •� 6ys q�N1�33�0 O�`� w}. �,,.� O �,� , 3 � ��� ;' � ¢a � w'' raer •1 � ����:�$ . \ � a�- ��; 1 rn9tromP�oo / �l �+. {3 AO'C�mNI V�PPNN'sA �k+�(Jf �'ts.am A� n A E''�153GS9PG� �`• . er�v rz�.� , � � � ��� ♦ rsx •y - � //4/ `'��, � !2'45'Oi��R � �� r� ,-. 5 _ .�.--�2� ( -- -- 8 ' ��� ., �--� � l * � F\ �t —�av� m s,�lvac� 1 EYlST. dAl"E YAiYB s7A a�v - �x lN57'N�a � � FlxfiSVF.FI'��EArD ��mrntnvran�e�+ N�S9f/0➢7.�lB9i hn�nut � P?�31Swi012 ``°'� �' vr+ 5Iti 6'0.7AP -!E'VJL lF1W'0 AR1 57'A P3158 - rxsrH.x, 1Msrat� rrr�sara sc�vE rr��vEm:� 57 !F A°' 12WAlER AlAF H'�lP0.C5�59s9 ocvrxFcr m �xrsr.rx�wa�rt �•zzas,w�zax N{9¢If�J E�30961JG ,re+�w�.q .Y ' *E:. - azw� w .. � � --- N:�.•..-.•--� .- � �rr'aru ' -= F.-^: . ,� �� � �� �k ----T---------_$',. c• n Ex. c ss---� , � _ �.. � -- .�___�___ � � �ear :�n �ii �o ������ sln�riT�v�r sl SEE SN�'El \\ Q — -'- :�--�-�- � C:\Users�1slamT�AppData�Loca1�Temp��171 23.16.01_Attachment A_5urvey 5talcing Standards.docx Page 18 of 22 9Z61Z•X mu1'sc�a.cam a lyda �� - ��E� se �� ��?� A � �4 &4 � yt � �� ►A � e� �� � � � �� �� �h � r ���� ����� � � ��i �� F� ��� � �� �y� � �� �� � �, � � � �� �� ��� �r � � � �y �� �� �� � � d.,., e $�� Of&ftl W! L531'ONd [119 e{.RSM !R% La R w7A' IH3lY�7YTd3W 713MiS Al11'Jl1N5 �0lN H3.lYM �.. � ' a 1 �b F �� �� �i ���� ������� � 8� �� • � a �� ����� ��R � a� �� � , ��� � �� �������� ��$ � ��� —����� ��i��.�����sae � ��� � � ��� �a� � � � f � � ��� ��� � ��� 4 Q. < � � � 3� � 9. �x � �I �� � � � � � :' a r�=----- .... ..... .... . ...... ......... ......�_ �r+�. _ ,i � .: I' . . i' .. ..- � , An�i�_...1,_ _ __.��An,nl._�5'�?.r�Y_�r.^'l�re:�i'�I�' �d��'.,.i'r..� ��l' "/. � Il�.� `'� I ��, • I �. \4:I� JdY�_���.... ;!.I!I�I.�M1S.L'.�"_�I': � tC? I, I �'.1�'; ' , �" _ --; -, rt �.-�;� �',4i �� :.:.f� ,.�..4'. . ; �:;. . �,' � � ,j . �,,; ��. ��'-1-�-.- �..;;: v �`� _� I � Ji � . y'. "":';, ''� �:"����-1--��s���� . �: Jr`�.�:�_.�'�� A . f; '� �� �` � l ' � , - �i- f'"- r�:.r-._l'.. i�r4' . ; _;�':ti �� p� r �� _-- �:-. .:j:�"_�-_�I�� �,,�_ ;;,�{'• :'�.�".;��:�:.:..,,, ;,��. ..��-i. � k f �I� itl, �I i �1 :,..,. _ i �i'.I, �, I� �� ��.i.. � ii .. � � r , � •. i . -- - --'-� - - '�i� ��'�. i i � �k"�I I' i �-. — :i{:.'';i:,.��1- .I.i�:i.���j;�:i°..' - �'.. _ '__i.... _,.i..� ��--��--t' " j g & � :i �III I �-ii i.�,:. ...:'.- � . .'i�; . .Yi,�,�'.i_'' .;'�r+ . . I, i:;.— . Sf .� � � :�. � ;����IQ i �:r... i�� � i . � � p �; -� ,;..; , . .:.,. ,� i �ii���/ ...�1 � : ,;, „„ �-i�,�,JII ».� L ' I5qr J ��/-F� � ..':L'.. _'-• �:.T!�L'.��':I { k �S'.: �l�[�'�� �� �e pw�r , �i� ��I'.'1 I p �T '60fr} � q� � I � �•� - }; {`I4��ar�i{ 4i r4,� _ ':� -�-iil �.��--�� �:��:.'7 .._ �.;".'.�r _ � f •,, . '��' ' ' ti �'� _ �� & ��' � ::..:�_: . . � ,i�..,;, , --:II... �� g�a � , ;., � � . �:.: I:;. _. _�r ��� ��;� � ��1 `! �_.- �� ..�':_;�: _. .._.; , � � . '�Y . , � _ .. ; �� .. - i�- � p � � �� E ,. . �� � :I�I � -. :� , ;. '"a: :�U.� ,. _�.,j� I ;,,I:, �2r ��; ; p �" jl' I � . {J � _' � ��._...:'ill 4i Ld-::` .:.".� ;'I I i :�I: �s , � — � � y� � _: ., � �. . ..,,,�i�" . �� -�.' _- : .;- i; ..�,_;....'... �.:,, �� ��� � !:i,: �i ;a. . ;'r:� � " �! I ._ � � � r tl � " � G�I�::i :I II r.. �.� - - - -� � i �",, '� . . � / q �I � I i�' i � ; I�� ���r "i �;..''yL�'r,�l� �:�,:-.... . ,�; s, �o �,� � _� .� . :,:,� _i: ; PI .�,����- �... :'i �, � x , i �: '� �� °v �� .;;T, �Il '�", � � ��:� 1 � �� Mj 'i�� � '� � !�' ��„ , �; —_ � �� i �� `��I.I.I'I� . ;w_,.l._. �.-�iT �� @ �� �` .�����. � -�_ ��� . ��� �, �� , I`�� g � ,; .. --- �' :J�' �ws:�.� a ��'' -.,_C:�'`;_ ji, ��� �-'e � � � �ts �.�� �, F.'- j; �, ,.. :�,�. -- . ::� �. 1., ��.. �� ��' ;} i I , � � ;,� °- _.-,� ._ _�, ,��� �, � .. .__ �'�, -=,��;y; � �;� .. , .;� :� --..._.—� ,. ! h � :{�� ..� � �! y .;_. +, : k � , / Mi � I � ;;:.::; ��+� j'$ �. ��. i , F i�� ` _ _ : ,. ..- � � � �„ � �.i._. ,,�. �. � _�' � "� ��� � � � �, �; �, � -� _- ' V a � , �� � ;: : ' ,; � : :,. .,.:.!_ °'_�l' ' .�.,.,� 9 �I �' • �- � i� I' ��-'��� . 'i :''ii :i hi� � � � � � l '� L��. �,� i I U� ,�.]A.i� ;v . �� 'I. i ,t � . ., ..,I � - -� -- . i... . .. ti. .. �,�i .. -.ii:: ��. I I 4�� �� 1_._. �.. .� ��: I _. . ._. :I�.� _. .. . ;;'�� . . _ . .y-:..., ,��...Y_I'_�_ _� q. ^' �i �� �. � . .. .. .; "_ " i: i�i � 1yi, � �_' _ �..�..?'. _.T f� ... . . .s�{I,y �i ,p ., i� _��.._�. I -r.- i .:�....':.. ! � . �l''ti' . '1I-�-_.. ... E:1 i.� � °-:i.:-... � Is . - . �::i��l � . :.I.�._'.i1.1� :'.��'��:, C �','!' :�'.. . .. °'i '-. r ��i �i � -'ra�}�' -�!-��_'-i-f_—�e!=i¢u. � � �-� -� . �� 1�.. �,,; �, _ �-� �r.t� _ ca,� � S ,.......i.,,ir� �r � t' � C:�Users�lslam3'�AppData�Loca1�Temp�fl17123.16,01_Attachment A_Survey Stalcing Standards.docx Page 19 of 22 �' _ scx �s i I urr P �, � � SlPS Llq6of RI W.FaiMbll� Aai 4Yq:m> A�fv �1r,Fn1 NMh =� 4' SRN1FiVd' Sf9YEH �' uxMTm� �, � I y� .SERV�CE lY/ ClEN,'dA' - � � � � � �Cnvte+r � 'p�• �LAYYON RD. W. � � � '� � , ��� { � 4 -- --� . _ l ►%_ - � �,y .� �- 1��4 tr �\ ........ .�- ' �O WIlv+ CO Ed/L � j A i'� .. _ .� 1 -�.. : _ "- � ----Y�� - ��. � e<rrwarr � K,.�,�„_�. !2`WA7"�"l� L` a�'n � � -- � -�` d �i���.� . , ='"-'2 � ;�� ' 1�i�1�'`�'� � m"' -- . _� � Q � * � - � s �- r. F _ � � . J � � � � " � ..r'� _ _ � �� y{ � �� a� ti wt w` �' � J : . � --�'_�til,} ` �s r�,..IEU , ,f �✓ x �� � � y � � r � � �� a°'°'� '¢cu 9'S�ARS,.`/F�Jr' r ; �l�j''� �� E iU : ,�,' srxr�A-sss u� � • L°'' � � . , ,�.o,..,�.,...a:. i S� F.NR57:S7'A.0'L10.L�JIJ1- �.x. • L� i i E105T.SF'AhIO:t:i69f """g'4 i .� RF�7YE EX7Sl3�lH / / ORNSTAEL'P 5 1F OF U55 1lHE ��� � / L17YYST.�/IXASSiIH 7/1GLlAE � t I �` CWICpM1.N dr YN 1!lSERi � J�{•�-.* � 4'� � r W/ tGRf�511a4 Pltt/1'ECimY + /� : � QOkHfC7' pAdO°. B'Ss l8771 - CONNECI PAiW.SSS fMFlbl$1 TO AA[k? SSYN. N491GE15L25f �"'��ry c'r[�' ��,� �;[�_ �o�3Ra, 2018 3' -�.�..,_ _ . ... �fngSC� FA�E ran_ aaf�, S�'� W ��� �.;_,� _ � --- � - ` , __ �;--�_ � i.-.�.,,.,..T..� ._ � i r--t_ i:_ i t �, .:...t_ � fi;_(�..1_ F:- - - - .. . �-r_......�.... _. � _ - -- � •_ ---�-.--�`-,�-.-� W-.'7� � I ' E - F � I I - in=i. r r -� '- _ i a '�-1'"' �cr_ _.1..� r. — -- L ti r-�; i— -���r'.i-.i. � . i � �'�. i � � = ' I � --' � _ !...,r'-..�i' ,. � _�%±:._-� �`� = - �"-�ti,_r:�rzr i ! -- ` 1 ....-.. .� . - r - -- ='_' T, ��' � ` ' ' € � � # � _ _ ��� �: �-1._.I :�-�� i i!���' � I _'T2!R�.:�� �, �1�'-^^rp.�'_ --���y�- I ' _ ' " ' ' . ....'_"'c'_- '_-_' ' _ � . . .. . _ _ .. ."— " ' - -- - .. .--- i-_ � � � - ... _i: _... - - � : . _ i : . . : , �, �- �...� _ _ , . . . - i t, . ..---. . . ._.. �--- - - ' _ -_ --� ----- � , . : _.__._� �- - _ - �.m, � - - ; -i� �, � : ,��. �r_�;-.,:- '-- '�i.i}��� � - - -- _ ' 1 ��,f'"�-- . : �� T � �. . . .. _ . , i .,.-,� . - .�.:� ::-�=Sr=:�- W4 � "': c.�: F _ . . _ ,_„_,-� T `__wt . �. _i ;_ � r ° ; - _ .-_:: _ -_-:._:' :� : i �.:.. = - __ �._ _::��_-��"!� 1*.�- : - ,i :l"":.-� � ,� . _ _ � '�I ��i 'yt-�.-- G `-��- °' � � - �'-� �, � � I : � — — _ � ".+��,� I' � i--':. 7 � r:Fi_� _ _:_ `��i "� -� - _ _Z-l-.±�'Eo-e��—_ _�_ ' : a�i..-=� 1�� : _ •-- - ' ,I . . . �, : : _:..{_ti:�.�p�, -- - I�� _,.._ �_ - -- -�_':� : ..,,;�,.,_:Si4��;g���'� ��. �,' _ri =.:f-.��--.i - � . ...�.-�:_-:_..f— _ ..- , _- I . . ... '_ __ _ - I_ -'- .�.i � � _ i . ' ' i . .. _. ' .. 'i_� ' '_3=! _ ; _ ' c ' c'= _ 7� ��_- i� _�- = .. TI �' ii-=''_ _ ' _' I � II ' f � �' , -_ � �5 ' ' i =�'-'��----' � a.� ?�_.�- � r' - -' ��`_� ' �T ~;�j�h'" '" _ .-q y��'_�'" rl' � . . � =�-=`t I _ F- y��_ _ �. _ A��,�' L ' , ~ ��i��:'kv� �-�- . i.. I-�"�iE _ � I 'C` �=E i d � � iT�_ - `���:�-��' f���.��� � F I��s. ��iz " i - -:�- e-� I�_=.�- 7i ■ - � . �_. - `� _ _ `_t:` �_�_ - I � �''�� �; � x".,�E'-�. _�- ,. I _ � �•1\ - ' -- � � � �, ,r-,-_ . .' "' I_ _ _ ;'.� . _.._ . � � �;-�- -°. . . . . , - � : �.: � �; � � - � � - . . — �"= I - . ii . � �w, � . z; �' ,.. 1�._ � ._.,........ . . :: "" � ' � : .��-� -_ _ �_I�. _ _ _ . . .-°i — "� . !-I . . , f' � =f - �, .. ...i � . I . _ . . : : -� . : . . . _ t _ : _ :. .. � _ . _ � ., . , - - . __. ° ., =� ` � = --__1.�:�E- :... ;.�:,�.. :. . , q1 ` - _ _ ^�� "_" _ . �a4�- � . -- - Y 1�1Gi". �."CD �.'t�.�=�-�� � - -- - - ' --- - - . _ . 6 I �+� ' �� C:�llsers\Islami�AppData�Loca1�Temp�017123.16.01_Attachment A_5urvey 5taking Standards.docx Page 20 of 22 Obviously the .cs� or .txt file cannot be signed/sealed by a surveyor in the format requested. This is just an example and all this information should �e noted when deli�ered to the City so it is clear to what coordinate system the data is in. PO1NT NO. 1 2 3 A 5 6 � 8 9 IO i1 1Z 13 14 15 1S x� 18 19 ZO 21 22 23 24 25 26 27 as 29 30 31 32 33 3M1 35 38 37 3$ 39 40 ai 42 43 44 45 46 NOEi7HING 69462S7,k89 69q6z60.893 6946307.399 6946220.582 6946195.23 69q6190.528 6946136Al2 69460D21S7 69460tl3.056 6945984.G77 6945986.473 69dS895.077 694589fi.591 6945934.286 6945936.727 6945835.678 6945817.488 6945759.77fi 6945768.563 6945743.3�8 69457i3.219 6945682.2t 6945621.902 6945643.407 6945571.459 6945339.498 6945519.834 69454i7.$74 69ASq56.557 6945387.356 6945370.688 69A53S3.53 6945321.228 6945319355 6945242.289 6945233.&2A 694520fi.483 6945142A15 6945113.4A5 6945049.02 6945U91.024 6945038.878 6945Q06.397 6944994.752 6944993A32 69A4860.416 EASTING ELEV 2296079.Z65 2296062.IA1 229GU38.306 2296911,025 2296015.i16 2296D22.721 229594�.2ZS 2295919.i33 2295933.4I6 2Z9588Q.52 Z195869.892 Z295860.9b2 2295$62,k8B I295841.9Z5 2295836.441 2295799.7A7 2295827.01A 22957SS.543 Z295778.424 Z295788.392 2295754.394 2295744.Z2 2295669.47f 2295736.03 2295655.I95 Z295667.803 2295619.49 2295586.27 2295643.145 2295597.10i 2295606.793 229561U.558 2295551.105 2295539.728 2295574.T15 2295544.626 2295529.305 2295557.fi66 2295520.335 2295527.345 2295552.675 2295552.147 2295518.135 2295520.635 2295556,479 2�95534397 UESCRIPTiON 726.09 SSMH R4M 725.666 GV RIM 726.65 GV RiM 723358 SSMHRIM 722.123 GV RIM 722.325 FH 77.3.446 WM RIM 713.333 WM RIM 713.652 CU RIM 711.662 SSMH R[M 7i.p,046 WM RIM 707.72 WM RIM 7U8.205 WM Rlh+i 7R9.467 WN3 RINI 71d.084 CO RlM 7U7.774 SSMHliIM 748.392 SSMH RfM 71L�18 SSMH ii[M 710.065 GV RIM 77.d.631 Gi� RIM 73i,849 GV RIM 716.686 WM RIM 723.76 WM RIM 719.737 CQ RIM 727.514 SSMH RIM 729.1Z3 W3N RIN! 732.589 WM RIEVF 740.521 WiN RIM 736.451 CO R[M 740.756 6V R[M 740.976 GV RIM 796.408 FH 7A6.34 WM RIM 7Afi.777 CO R[M 748.454 WM RIiVI i49.59 55MH RfM 751.058 WM RIM 750.853 WM RIM 751.871 WM Cil{SA 752.257 55MH RiM 751.79 WM RIM 751.88 WM RIM 75Z.615 WM RIM 752.801 WM RIM 752.156 WM RIM 752.98fi SSM�f RIM ' --� � 4 i�. � �TT l. �-�It-J l�'] E� .J , � . ,_l�, i`ic�.3 - ' - - _. � r,�� - ' �., f. ,�_:�j( �7�� '�� ��o t_ �'a � l ST��b � n-y -� r� � G AN � s 0 , � �f Ti f S+�v ti�Fi- . C:�Users�1sdamT�Appdata\Loca1�Temp�017123.16.01_Attachment A Survey 5taking Standards.docx Page 21 af 22 C. Other pre#erred as-huilt deliverahle Some �endors ha�e indicated that it �s easier to deliver this infarmation in a different format. Below is an example spreadsheet that is also acceptable and can be obtained by request from the survey superintendent. �� � � 1 ���, � • �9 � � , � ., � I � ' � �! � .i . � � � � � ._..._ .___. ._..._ __._ ____.__ ...�__ .___ _._._ � ., ��� � � � � � � � �� � � � � � � � � _ � � �r � � a� � � � � � � a � � � � � � � � � ���������� � ��� ��� � �� � � a- � :� �� '� � � . , , � . :; - ;� � ., a , `' �' w I i E " � � � �:� � i I , � . � ., � !'4 . . 47. � I ' � w I .. a � ' _� �������� ` � � � � ���������������� �� ��������������� � � � � � � � � a � � � � � � � � � � � ' � �I � ,. , .I - I u � I _ , - j:� � � $ � �: •� ��� � � �g � � � � 7�.J[ � � � � ; " F � �y 'i �{f�j� � � � �Q � ^ � �Q 'i � . � 2 ug"i i u'^. z � s uY x � F Sf �. � � � n �-� A� ' ' �j � � � s� � � � , ,. ., � a a � � r � - - - - — - — `� _ =� _� -� _� ,� C:\lJsers�1slam7�AppData�Loca1�Ternp�01 71 Z3.16,01_Attachrnent A_5urvey 5ta[cing Standards.docx �age zz at zz 017423-i CLEANING I'age I of 4 1 2 3 PART�- GENERAL 4 5 6 7 S 9 l0 tl 12 13 14 15 16 17 IS 19 SECTION 0174 23 CLEANING 11 SUIVIMARY A. 5ec#ian Includes: 1. Interinediate and fnal cle�ning for Work not ineluding special clea.ning af closed systems specified elsewher� B. Deviatians �'rom this City of Fort WorYh Standard Specificatior� 1. None. C. Related Specification Seciions include, but are not necessarily limited to: 1. Division Q— Bidding Req��irements, Contxact Forms and Conditions of the Contract 2. Division i— General Requirements 3. Section 32 92 13 — Hydro-Mulching, Seeding and Sodding 1.2 PRICE AND PAYMENT PR4CEDURES A. Measurement and Payment l. Wark asspciated with this Itein is considered subsidiary to the various Items bid. Na separate payment will be a114wed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS 2p A_ Scheduling 21 l. Schedule cleaning oper�tions so that dust and other contaminants disturbed by 22 cleaning process wiil nat falI on newly painted surfaces. 23 2. Schedule final cleaning upon completion of Work and immediately prior to final 24 inspection. 25 1.5 SUBMITTALS [NOT USED] 26 1.6 ACTXON SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT IISED] 27 ]..i CLOSEOIIT SUBM�TTALS [NOT USED] 28 1�.8 MAINTENANCE MATE�tIAX. SUBM�TTALS [NOT USED] 29 3Q 31 32 33 1.9 QUALITY ASSCJRANCE [NOT USED] �..�0 STORAGE, AND HANDLING A. Storage and Handling Requirements I. Store cleaning products and cleaning wastes in containers specifically designed for those materials. CITY OF FORT WORTH 2O22 BRIDGE REFV�I3ILITATT�N CONIRACT 1 S'I'ANDARD CONS'I7ZLfC`PION SPEC[FICA1'f01+3 �OCUMEN'P5 City Project No. IQ3454 Revised July 1, 2011 U17423-2 CI..�ANT#�f G Page 2 of 4 1 I.11 FIELD [�ITE] CONDITIONS �NOT USED] 2 I.�2 WARR,ANTY �NOT USED] 3 PART2- PRODUCTS 4 2.] OWNER FURNISHED [oa� OWNER-SUPPLIEDPR�DUCTS [NOT IIS�Dj 5 2.2 MATERTALS G A. Cleaning Agents 7 l. Compatible with sur�'ace being clean�d 8 2. Nerr� and uncontaininated 9 3. For manufactured surfaces ] 0 a. Material recouunended by manufacturer l 1 2.3 ACCESSORIES [NOT USED] 12 2.4 SOURCE QUALITY CONTROL [NOT USED] 13 PART 3 - EXEC�]'T�UN 14 3.1 INSTALLER� [NOT USED] 15 3.� EXAMINATION [NOT iISED] 16 3.3 PREPARATION [NOT USED� ] 7 3.4 APPLICATION [NOT USED] 18 3.5 REPAIR / RESTORATION jNOT USED] 19 3.6 RE-INSTALLATION [NOT USED] 20 3.7 F�LD �oR] SITE QUALITY CONTROL [NOT USED] 21 3.$ SYSTEM STARTUP [NOT USED� 22 3.9 ADJUSTING [N�T II�ED] 23 24 25 26 27 28 29 30 31 32 3.].0 CLEANiNG A. General 1. Prevent accumulation of wastes that create hazardaus canditions. 2. Conduct cleaning and disposai operations to comply with laws and safety arders of go�erning authorities. 3. Do not dispose of volatile wastes such as mineral spirits, oi1 or paint tliinner in storm ar sanitary drains or sewers. 4. Dispr�se oidegradaUle debris at an apgroved solid waste dis}�osal site. 5. Dispose of nandegradable debris at an approved solid wasie disposal site or in an alternate mannar approved by City and r�gulatary agencies. CTTY OF FORT WORTH 2O22 HRiDGE REHARILITATION CONTRACT I STAIVDt1I2.D CpNSTRUCTIQN SPECIFICA7'ION DQCUM&NT5 City Projact No. 103454 Revised duly 1, 2611 p 1 7�} 23 - 3 CLEA1�i1NG Page 3 nf 4 2 3 4 S 6 7 8 6. Handle materials in a cantrolled manner with as few handlings as possible. 7, Tl�oroughly clean, sweep, wash and polish all Waric and equipment associated with this project. 8. 9. 10 Remove all signs of tetnporary construction and activities incidental to construction of required pertnanent V1�ork. If proj ect is not cleaned to the satisfactian of the City, the City reserves the right ta have the cleaning compieted a# the expense af the Contractar. Do not burn on-site. 9 Ip 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 2b 27 28 29 30 3I 32 33 34 B. Intermediate Cleaning during Construction 2. 3. 4. 5. Keep Work areas clean so as not to hinder health, safety or convenience of personnel in existing facility operations. At maxim�m weekiy intervals, dispose of wasie materials, debris and rubbish. Confine consiruction debris daily in s#rategically locateci container(s): a. Cover to prevent blawing by wind b. Store debris away from construction or operational activities c. Haul from site at a minimum Qf once per week Vacuum clean intariQr areas when ready to receive finish painting. a. Continue vacuum cleaning on an as-needed basis, until Final Acceptance. Prior to storm events, thoroughly clean site of allloose or unsecured items, which may became airborne or transported by florving water during the storm. C. Interior Final C�eaning 1. Remove grease, mastic, adhesi�es, dust, dirt, stains, iingergrints, labels and other foreign materials frorn sight-exposed surfaces. 2. Vdipe �11 lighting fixture refleciors, lenses, lamps and trims clean. 3. Wash and shir�e glazing and mirrors. 4. Polish glossy surfaces to a clear shine. 5. Ventilating systems a. C1ean permanent filiers and replace disposable iilters if units were operated during construction. b. Clean ducts, blowers and coils if units were operated without filters during construction. 6. Replace a11 burned aut lamps. 7. Broom clean process area floors. 8. Mop ofiice and controi room floors. 35 D. Exterior (Site ar Right of Way) Final Cleaning 36 l. Remove trash and debris containers fram site. 37 a. Re-seed areas disturbed by Iocation of trash and debris eontainers in accor�ance 38 with Section 32 92 13. 39 2. 5weep roadway to rernove a1S rncks, pieces of asphalt, conarete ar any other object 4a that may hinder or disrupY the flow nf traffic along the roadway, 41 3. Clean any interiQr areas including, but n.ot limited to, �aults, manholes, structures, 42 junctian baxes and inlets. CITY OF FORT WdRTH 2O22 BRIBGB REIIABIL[TATION Cd1VTI�ACT 1 STAIVD�I2p CONSTRUCTEO�Y SPECIFICATION DOCUMGNTS City ProjeCtNo. ]03A54 Revised 7idy 1, 2D1 I 1 2 3 4 5 6 7 8 9 10 017423-4 CLEANING Page 9 af 4 4. If no Ionger reyuired for maintenance of erosion facilities, and upon approval by City, remove erosion contral from site. 5. C1ean signs, lights, signals, etc. 3.11 CLOSEflUT ACTIVITIES [NOT USED] 3.7.� PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT US�D] 3.14 ATTACHMENTS [N�T USED] END OF �SECTION DATE NAME Revision �.og SLJNIMARY OF CHANG� C1TX QF FORT WORTH STANDAitD C�NSTRLTCTION SPECIFICATION DOCUMEN7'S Itevised 3aly I, 2011 2022 B12IbG� RCHABILITATIdN CONTRACT 1 City Project No. 1p3�454 O1'7] 19- I CLOSHOUT RCQUI1tEMENTS Page 1 of 3 1 2 SECTION 017719 CLDSEOUT REQLJIREMENTS 3 PART l. - GENERAL 4 1.1 SUMMARY 5 6 7 8 9 IO 11 12 i3 14 15 16 17 18 19 2D 21 22 23 24 25 26 z� 28 29 30 31 32 A. Section lncludes: 1. Th� procedure for clasing aut a eantract B. Deviations from this City of Fort Worth Standard Specificatian 1. None. C. Related Specification Ssctions include, but are not necessarily limited to: 1. Division Q-- Bidding Requirements, ContracY For�ns and Condztions of the Cant�•act 2. Division I-� Ganeral Requirem�nts 1.2� PRTCE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated t7vith this Item is considered subsidiary to the various Items bid. No separate paytnent will be allowed for #his Item. 1.3 REFERENCES [NOT USED] 1.4 ADNIINISTRATIVE REQUIREMENTS A. Guarantees, Bonds and Affidavits I. No application for final payment will be accepted untiI all guarantees, bonds, certificates, licenses and affidavits required for Work or equipment as specified are satisfactorily filed with the City. B. Release of Liens or Claims 1. No application for final payment will be accepted until satisfactory evidence of z'elease of liens has been submitted to the City. 1.� SUBMITTALS A. 5ubmit all required documentation to City's Praject Representative. i.6 INFORMATIONAL SiTBMITTALS [N�T IISED] 1.7 CLOSEOIIT SiTBMITTALS [NOT U�ED] FART 2 - PRODUCTS [NOT USED� CITY OF FDRT WORTI-T STr1IY�ARD CpI�TSTRUCT[ON SPECIFICATIOIV DOCTJMEI�fTS Revised Marnh 22, 2021 2022 BRiDGE REH.�BIl,ITATION CONTRACT 1 City Project No. ]034Sh oi 7� i9-z CLOSEOUT REQUIREN7E�ITS Page 2 of 3 PART 3 - EXECUTION 2 31 INSTALLERS [NOT USED] 3 3.3� EXAMINATION [NOT U�ED] 4 3.3 PREPARATION [NOT USED] 5 3.4 CLOSEOUT �'ROCEDUR.E 6 A. Priar to requesting Final Inspection, submit: 7 l. Project Record Documents in accordance witk� Section O1 78 39 8 2. Operation and Maintenance Data, if required, in accordance with Section O1 78 23 9 10 11 12 13 ]4 15 16 17 18 19 26 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 35 37 B. Prior to requesting Final Inspection, perform final el�aning in accardance with Section OI 74 23. C. Fina] Inspection 1. After final cleaning, provide notice to the City PrQject Representative that Yhe Woz'k is cornpleted. a. Tl�e City will t�na.ke an initial Final Inspection with the Contractor present. b. Upon completion of this inspactian, the City will notify the Contractor, in writing within 10 business days, oi at�y particulars in which this inspection reveals that the Work is defeetive or incaittplete. 2. Upon receiving written notice from the City, immedia%ly ttnderiake the Work required to remedy deficiencies ar�d complete the Work to the satisfaction of the City. 3. The Riglat-of-way sha11 be cleared of all constructian materials, bar�•icades, and temporary signage. �. Upon completion of Work associaYed with tkte iterns listed in the City's written notice, inform the City that the required Work has been completed. Upon receipt of this notice, the City, in the presenca of the Contractor, �ill make a subsequent Final Inspection of the project. 5. Provide all special accessories required to pIaee each item of equipment in full operation. These special accessory items include, but are not Iimited to: a. Spacifiad spare parts b. Adequate oil and greas� as required %r the first lubrication of the equipment c, Initial fill up of all chemical tanks and f�el tanks d. Light bu�bs e. Fuses f. Vault keys g. Handwheels h. Other expendable ite�ns as reyuired for initial start-up and operatian ofall aquipment 38 D. Notice af Project Comptetion 39 1, Once the City Praject Repr�sentative finds the Work subsequent to Fina] Inspection 40 to be satisfactary, the City will issue allotice ofProject Completion (Green Shee#). 41 E. Supporting Documentation CTI'Y OF PORT WORTH 2O22 BRII7GB n�HABILTTATION CONTRACT 1 STANDARD CONSTRUCTIRN $PECIFICATION DOCU�vIE]�iTS City Project No, 103454 Revised March 22, 2021 01 7719-3 CLOS�OUT IiEQUIIiE1VIENTS Page 3 of 3 1 2 3 4 5 6 7 8 9 14 11 12 l3 14 15 16 17 18 19 20 21 22 23 24 25 DATE NAiVIE I 3/22/2021 M dwen � 2b 1. Cao:rd�raate with the City Praject Representative to complete ihe following additional for�ns: a. Final Payment Request b. Statement of Contract Time c. Affida�it of Payment and Release of Liens d. Consent of 5ureiy to Final Fayment e. Pipe Report {if required} f. Contractor's Evaluation of City g. Performance Evaluation of Contractor F. Letter of Final Acceptance 1, Upan review and acceptance ofNotice of Project Com�letion and Supporting Dacumentation, in accordance with General Conditions, City will issue Letter of Final Acceptance and release the Final Paynaer�t Request far payment. 3.5 REPAIR 1 RESTORATION [NOT USED] 3.6 RE-XNSTALLATION [NOT USED] 3.'i FXELD [ox� S�TE QIIALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USEDj 3.9 ADJUSTING �NOT USED] 3.10 CLEAIVING [NOT USED] 3.11 CLOSEOUT ACT�VXTIES [NOT USED] 3.I2 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 314 ATTACHN�+ NTS [NOT USED] END OF S�CTION Revisian Log SLTMMARY OF CHANGE 3.4 C. Added language to clarify and emphasize requirement to "Clearing ROW" CITY C)P FORT WORTH STANDARD CONSTRUCTION SPECIFICATIO�I DOCUMENTS Revised March 22, 2021 2022 BRIDCE R�I-IABTLITATION CONTRACT 1 City Project No. 103454 o»s2�-i OP�RATION AND MAINTENANCE DATA Page I of 5 I 2 3 PART1- GENERAL 4 1.1 SUMMAItY 5 � 7 S 9 10 11 12 13 14 15 16 17 1.2 S�CTZON 0178 23 OPERATION AND MAINTENANC� DATA A. Section Includes: l. Product data and relaied information appropriate for City's maintenance and opez'atian of products furnished under Contract 2. Such products may include, but are not limited to: a. Traffic Controllers b. Irrigatian Contrallers {to be operated by the City) c. Butterfly Valves B. Deviations from this C�ty of Fort Worth Standard Specification I. None. C. Related Speciiication Sections include, but are not necessarily Iimited to: I, Division 4— Bidding Requirements, Contt•act For�s and Conditions of the Conf��act 2. Division 1— General Requirements PRICE AND PAYMENT PROCEDUI�S I8 A. Measurement and Payment I9 1. Work associated with this Itera is considered sttbsidiary to the various Items bid. 20 No sepaxate payment will be allowed far this Item. 2l 1..3 REFERENC�S [NOT USED] 22 1.4 ,A DMINISTRATTVE REQUIR�MENTS 23 A. Schedule 2�4 1. Submit inanuals in final form to the City witfiin 30 calendar days of product 25 shipment to the project site. 26 �.5 SUBMITTALS 27 A. Submittals shall be in aceordance with Section Ol 33 00 . Al] sLtbmiitaIs shall be 28 approved by the City prior to delivery. 29 L6 INFORMATIONAL SUBMITTAL� 30 31 32 33 3� 35 36 37 A. Submittal Form 1. Prepare data in form of an instructional manual for use by City personnel. 2. Fnrmat a. Size: S'fa inches x 11 inches b. Paper 1) �0 ppund minimum, white, for typed pages 2) HaIes reinforced with plastic, clath ar metal c. Text: Manufacturer's printed data, or neatly typewritten CITY O�' FORT VirORTH 2622 BRID.GE REHABILITATION CONTRACT 1 STANDAItD CONSTRUCTION SPECIFICATION DOCUM�N'TS City Project Na.103459 [tevised Decemher 20, 2012 ot�szs-z OP]:RAT14N AND MAIN'F�NANC� DA'['A Page 2 aF5 1 d. Drawings 2 1) Provide reinforced punched binder tab, bind in with text 3 2) Reduce larger drawings and fold to size of kext pages. 4 e. Provide fly-Ieaf for each separate product, ar each piece of operating 5 eguip�nent. � 6 1) Pravide typed description of product, and majar cornponent parts of 7 equipment. 8 2) Provide indexed tabs. 9 F. Cover IO 1) Identify each valume witli typed or printed title "OPERATiNG AND I1 MAINTENANCE 1NSTRUCTIONS". 12 �.) List: I3 a) Title of Project I4 b} Identity of separate structure as appIicable 15 e) Identity of general subject matter covered in the manuai 16 3. Binders 17 a. Commercial quality 3�ring binders with durable and cleanable piastic cQvers 18 b. When multiple binders are used, correlate the data into related consisteni 19 �raupings. 24 21 4. If availahle, provide an electronic form of the O&M Manual. B. Manual Content 22 1. Neatly typewritien table o� eanients %r each volume, ar�•anged in systematic arder 23 a. Contractor, name of responsible pr�ncipai, address and telephone number 24 h. A list nf �aeh product r�quired to be included, indeXed to content ofthe volume 25 c. Lisi, with each product: 26 1} The nama, addrass and telephon� number of tI�e subcnntractor or installer 27 2} A list af each product required ta be included, indexed to content of the 28 volume 29 3) Cdenti�y area of responsibility of each 30 4) Locai source of supply for parts and replacement 31 d. Identify each product by product name and other identifying symbols as set 32 forth in Contract Documents. 33 34 35 36 37 38 39 4D 41 42 43 44 45 46 47 48 2. Product Data a. Include only those sheets whieh are pertinent to the specific produet. b. Annotate each slleet ta: 1) Clearly identify specific product or part installed 2) Clearly identi�'y data applicable to installatinn 3) Delete r�ferences to inapplicable information 3. Drawings a. 5upplemenk prod�act data with drawings as necessary to clearly illustrate; 1) Relations of component parts of equiprnent and systeins 2) Contf'ol and flow diagrams b. Coardinate drawings with information in Project Record Documents to assure correct illustration ofcompleted installation. c. Do not use PrQject Record Drawings as maintenance drawings. 4. Written text, as required to supplement praduct dafia%r the particular installation: a. Organize in cansistent forrnat under separate headings for different pracedures. b. Provide logical sequence of instructions of each procedure. CITY OF FORT WORTH 2O22 BRlI]GE 12EFIABILI`1'ATION CONTRAC7' i STANDAI2D CONSTRUC7TpN SPECIFICATION BOCUN4:N'I'S City Project Na. i03454 Aevis¢d December20,20l2 017823-3 OPERATION AND MAINTENANCE DATA Page 3 oF5 1 5. Copy of each warranty, bond and service contract issued 2 a. Provide information sheei for City persoru�el giving: 3 I} I'roper proc�;dures in event of failure � 2} Instances whie� might affect validity of warranties or bonds 5 C. Manual for Materials and Finishes 6 1. Submit 5 copies af complete rnanual in final form. 7 2. Cantent, for architectural prodLGcts, applied matarials and finisl�es: 8 a. Manufacturer's data, giving full infor�nation on pj•oducts 9 l) Catalog number, size, composition l0 2) Color and texture designations 11 3) Information required for reordering special manLlfactured praducts 12 b. Instructians far ca�•e and mainienance 13 1) Manufacturer's recommendation far types oi cIeaning agents and methads 14 2} Cautions against cleaning agents and methods which are detrimental to 15 product 16 3) Recominended schedule for cleaning and �naintenance 17 3. Content, for m�isture protection and weather exposure pj•aducts: I8 a, Manufacturer's data, giving full information on praducts I9 l) Applicable standards 20 2) Chemical composition 2I 3) Details of installation 22 b. Instructions far inspection, maintenance and repair 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 �4� �45 46 47 48 D. Manual far Equipment and Systezns 1. Submit 5 copies of cp�nplete manual in final fai�n. 2. Content, for eac� unit of equipment and system, as appropriate: a. Description of unit and camponent parts 1) Functian, normal operating characteristics and Iimiting conditions 2) Performance cur�es, engineering data and tests 3) Complete nomenclature and commercial number of replaceable parts b. 4perating procadures 1) Start-up, break-in, routine and normal operating instructions 2) Regulation, cantrol, stopping, shut-down and emergQncy instructions 3) Summer and winter operating instr«etiona 4) Special operating instructions c. Maintenance proeedures 1) Routine operations 2) Guide to °trouble shooting" 3) Disassembly, repair and reassembly 4) Alignment, adjusting and checkin� d, Servicing and luhrication schedule 1) List of �ubricants �•equired e. Manufacturer's printed operating and maintenance instructions f. Description of sequence af operation by control manufacturer 1) Predicted life af parts subject to wear 2) ltems recommended to be stocked as spare patts g. As installed control diagrams by controls ma�ufacturer h, Each contractar's coordination drawings 1) As installed coIor coded piping diagrams CITY QF FQR�' WqRTH 2O22 BftIDG& R�.HASILlTATIOIV CONTRACT I STANDARD CONSTRUC"I'fON SPECIFICAT[ON DOCUMENTS City Project No.1�3454 Revised December 20, 2Q12 01 78 23 - 4 dPEItATIOl�i AND MAINTEIVANC� DATA Page 4 of 5 1 2 3 4 5 6 7 8 9 la 11 12 13 14 15 16 17 1$ 19 2a 21 22 23 24 25 26 27 28 29 3. 4. i. Charts ofvalve tag numbers, with lacatian and function of each vaIve j. List of original manufacturer's spare parts, manufacturer's current prices, and recommended guantities to be maintained in storage k. Other data as required under pertinent Seotians pf Specificatlons Con#ent, for each electric and electronic system, as appropriate: a. Descriptian of system and component parts 1) Function, normal aperating characteristics, and limiting conditians 2) Performance curves, engineering data and tests 3} Complete noinenclature and commercial nuinber of repiaceable parts b. Circuit directories of panelboards I) Electeical service 2) Contrals 3) Corrimunicafions c. As installed calor coded wiring diagraans d. Operating grocedures 1) Routine and norrnal operating instrue�ions 2) Sequenc�s required 3) 5pecial operating instructions e. Maintenance procedures 1) Routine operatians 2) Guide to "trouble shooting" 3) Disassembly, repair and reasseinbly 4) Adjustaient and checking f. Manufaci-��rer's printed operating and mainYenance snstructians g. List oi ariginal manufactur�r's spare parts, m;anufacturer's current prices, and recornmended quantities ta be maintain�d in storage h. Other data as required under p�rtinent Sections c�f Speeifications Prepare and include additional data wIYen the need for such data becomes apparent during instru�iion af City's personnel. 3o i.� cLos�ovT susn2rrTaLs CNOT usEn� 3I 1.8 MAINTENANCE MATERIAL SUBMITTALS �NOT USED] 32 I.9 QUALITY ASSURANC� 33 A. Provide operation and maintenance data by personnel with the follawing criteria: 34 1. Trained and experienced it� maintenance and nperation of described praducts 35 2. Skilled as technicaI writer to the extent required to cammunicate essential data 36 3. Skiiled as draftsman competent ta prepare required drawings CITY pF FQRT WORTH 2O22 BRIDCrE RE�IABILITATION CDNTAACT 1 STANAARI� CONSTRUGTIp1+1 5P�CIFICATIbN DOCUMENT5 Ciry Project 1�io1034S4 Revised I�ecember2D, 2D12 01 78 23 - 5 Op�12ATIO�! AND MACf�fT�NANC$ DATA Page S of S l 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 2 1.11 TIELD jSITE] CONDITIONS [NOT USED] 3 1.12 WARRANTY [NOT USED] �4 PART 2 - PRODUCTS [NOT USED] 5 PART 3 - �XECUTiON [NOT USED] 6 7 8 END OF SECTION DATE NAME 8/31/2612 D,Johnsan Revisian Log SLTMMARY OF CHANGE 1.S.A.1 — ritle of section removed CI'I'Y OP PORT WdRTH 2O22 BRII7GE REHABILI'1'A7'i0A! CON'I'RACT I STANDARD CONSTAUCTfOTi SPECIFICATION DOCCIMENTS City Project Na.103454 Revised C7ecember 20, 2012 a � �� 39 - i PRbJ�CT R�CORD DOCUMENTS Page 1 of 4 � 3 PART1- GENERAL 4 11 SLTMMARY SECTION 0178 39 PROJECT R�CORD DOCUMENTS 5 A. Section lncludes: 6 1. Work associated with the documenting the project and recording changes to project 7 documents, including: 8 a. Record Drawings 9 b. Water Meter �ervice Reports 1D c. Sanitary 5ewer Service Reparts 11 d, Large Water Meter Reports I2 B. Deviations from this City of Fort Worth Standatd Specification 13 1. None. 14 C. Related Specifcation Sections include, but are nat necessarily limited to: 15 1. Division Q— Bidc�ing Requiremenis, Contract Forms and Conditions oF Yhe Contracf 1b 2. Division 1--General Requiremenis I7 1.2 PRICE AND PAYMENT PROCEDURES 18 A. Measurement and Payment 19 1. Wnrk associated wiih this Item is considered subsidiary to the var�aus Iterns bid. 20 No separate payment will be allowed far this Itetn. 21 I.3 REFER�NCES [NOT USED] 22 23 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USEDj 1.5 SUBMITTALS 24 A. Prior to submiiting a request far Final Inspection, deliver Project Recard Dqcuments to 25 City's Project Representative. 26 1.5 ACTION SiTBMITTALS/INFORMATIONAL SUBNIITTALS [NOT USED] 27 28 29 30 31 32 33 34 35 36 1.7 CLOSEOUT SUBMITTALS [NOT USEDj 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Accuracy of Records 3. Thoroughly coordinate changes within tha Record Docvments, making adequate and proper entries on each page of Specifications and each sheet of Drawi�gs and other D�cuments wh�re such entry is raquired to show the change properfy. 2. Accuracy of recards sha1l be such that future search foz' items shown in the Contract Documents may rely reasonab3y on infarmation obtained from the approved Project Record DocL�ments. CITY OF FDRT WORTH 2Q22 E3RIDGE REHABILITATION CONTRACT I STAIdDARD CONSTRiIC7TON SP�CIrICAT10N DOCL[ME3YTS City Project No. ] 03454 Aevised July 1, 2U1 I S 2 3 4 5 6 7 S 9 l0 11 12 I3 14 15 lb 017839-2 PROJECT RECORD DOCUMrNTS Page 2 of 4 3. To facilitate accuracy of records, make ent�•ies within 24 hours aiCer receipt of in%rmation that the change has occurred. 4. Provic�e factual informatior� regaxding all aspects of �he Work, both cancealed and visible, to enable iuture modifieatiQn of the Work to proceed witl�out lengthy and ��cpensive site rt�easurement, investigation and examination. ].IQ �TORAGE AND HANDLING A. Storage and Handling Requirements 1. Maintain the job se# af Recard Documents completely protected from deierioration and fro�n loss and damage until completion af the Work and transfer of all recorded data tQ the final Proj ect Record Documents. Z. In the event of loss of recorded data, use means necessary to again secure the data ta the City's approval. a. In such case, provide replacemen#s to the standards originally required by the Contract Documents. L1] FIELD [SITE] CONDITIONS [NOT USED] 1.1� WARR.ANTY [NOT USED] 17 PART 2 - PRODIICTS 18 2.1 OWNER-Fi]RNISHED �oRj �WNER-SUPPLIED PRODIICTS [NOT IISED] 19 20 21 22 23 24 25 26 27 2.2 RECORD DOCUMENTS A. Job set i. Promptly following receipt of the Natice to Proceed, secure frorn t��e City, at no chaa•ge to the Cantractar, 1 complete set of al1 Documents comprising the Contz'act. B. Final Record Docum�nts 1. At a tim� n�aring the completion of the Work and prior to Final Inspection, pravide the City 1 camplete set of all Final Record Drawings in the Contract. 2.3 ACCESSOR�S [NOT USED� �.4 SOURC� QUALITY CONTROL [NOT IISED] 28 PART 3 - EXECUTION 29 3.1 INSTALLERS �NOT USED] 30 31 32 33 34 35 3.2 �XAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 MAINTENANCE DOCUMENTS A. I�IainYenance of .Cob Set 1. Tmmediately upon receipt of the job set, icientify each of the Docuinents with Yhe fitle, "RECORD DOCUMENTS - JOB SET". CITY QF FORT WORT[�I 2022 BRIDGE REHASII,ITATION COIVTRACT 1 STANDARD CO1�F5'I'RUCTION SPECIFICATIflN DOCUMCNTS City Project No. ] 03454 Revised July ], 201 ] D17839-3 PR�J�CT RECOfiD DOCUMENI'S Page 3 of 4 1 2. Freservation 2 a. Considering the Contract completion time, the probable number of occasions 3 ugon which the job set rnust be taken out far new entries and for examination, 4 and the conditions under which these aetivities will be performed, devise a 5 suitable method for protecting tY�e job set. 6 b. Dfl not use the j ob set for any purpose except entry of new d�ta ar�d for re�iew 7 by the City, until start of t�ansfer of data to final Proj ect Record Doc�unents. 8 c. Maintain th� jnb set at the site of work. 9 3. Coordination with Construc�ion Survey 10 a. At a miniinum, in accordance with fihe iniervals set forth in Section Ol 7i 23, 11 clearly mark any deviations from Contract Documents associated with 12 in5tallation of the inirastruciure. 13 1 �1 15 16 17 IS 19 20 4. Making entries on Drawings a. Record any deviations from Contract Documents. b. Use an erasable colored pancil (nat ink or indelible pencil), clearly describe th� chan�e by graphic line and note as required. c. Date all �ntries. d. CaII atteniion to the entry by a"cloud" drawn around the area or ar�as afFected. e. In the event af overlapping changes, use diff�re�t colors for the averlapping changes. 21 5. Conversion of schematic layouts 22 a. In some cas�s on the Drawings, arrangernants o� conduiYs, circuits, piping, 23 ducts, and simiiar items, are shown schematically and are not intended to 24 portray precise physical layout. 25 1} Final physical arrangement is determined by the Contractor, subject to the 26 City's approval. 27 2) Hawever, design of future modifications of the facility may require 28 accurate information as to the final physical layout of iterr►s which are 29 shawn only schematically on the Drawings, 30 b. Show on the job set ofRecord Drawings, by dimension accurate to within 1 31 inch, the centerivae of each run of items. 32 1) Final physical arrangement is determined by the Contractor, subject to the 33 City's approval. 34 2) S�ow, by symbol or note, the vertical Iocation of the Item ("under slab", "in 35 ceiling plenum", "exposed", and the tike). 36 3) MaEce all identifica#ian sufficiently descriptive that it inay be reIated 37 reliably ta the Specifications. 38 c. The City may waive the requirements for conversion of schematic layouts 39 where, in tlie City's judgment, conversion serves na useful purpose. However, 4U do not rely upon waivers being issued except as speciiieally issued in writing 41 by the City. 42 B. Final Project Record Documents �43 1. Transfer af data to Drawings 44 a. Carefully transfer chan�e data shown on the j ob set Qf K�cord Drawings to tha 45 corresponding final documenis, coordinating the changes as required. 46 b. C1early mdicate at eaeh affected detail and other Drawing a full description of 47 changes made during construction, and the actual location of items. C1TY QP Pd12T' WORTH 2O22 BI21pGE REHASILITATION CONTRACT l STANDARD CONSTAUCTIOI� SPECiP[CATION DOCUMENTS City Project No. ] 03454 Revised July l, 20! 1 fl� �sa�-4 PR07ECT AECORD DOCUMEI�IT5 Page 4 of4 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 lb 17 1$ l9 2Q 21 22 z� c. CaII atteniion to each entry 6y drawing a"cloud" around the area ar areas affected, d. Make changes neatly, consistently and wi�h tl�e prnper media to assure longevity and clear reprod�tction. 2. Transfer af data to ather poctunents a. If the Docu�r�ents, other than Drawings, have bean kept cIean during progress of the jNork, and if entries thereon have been orderly to the app�'oval of the City, the �ob set of those Documents, other than Drawings, will be accepted as final Record Docuinents. b. If atay such Document is not sa approved by the City, secure a new c�py of #hat Document from the Ci�y at the City's usuaI charge for reproduction and handIing, and car�fulIy transfer the change data to the new copy to the approval oithe City. 3.5 R�PAIR 1 RE�TORATXON [NOT USED] 3.6 RE�INSTALLATION [NOT US�D] 3.7 FIELD [nx] SITE QUALITY CONTROL [N(}T iISED] 3.8 SYSTEM STARTUP �NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.1� PROTECTION [NOT USED] 313 MAXNT�NANCE [NOT USED] �.i4 ATTacHn�NTs �voT us�n� 24 25 DATE NAME 26 END OF SECTION lZevision Log SiJMMARY OF CHANGE C1TY Or FORT WORTH 2�022 BRIDGE REHABILITATIDN CONTRACT I STANDARD CpNSTRUCTIpN SYBCIF�CAT70N I�OCUMENTS City Prajecl IVo. 103454 Rcviscd duly 1, 2U11 347! 13-1 TCiAFFEC CON'fROL Page 1 of 6 1 2 3 PARTI- GENERAL SECT�ON 34 �1 13 TRAFFIC CONTROL 4 1.1 SiTMMARY 5 A. Section Includes: 6 l. lnst�llation of Tra�'fic Canfrol Devices and preparation of Trafiic Control Plans 7 B. Deviations from this C�ty of Fort Worth Standard Specification 8 1, As staied 6elow in ALL CAPS. 9 C. Relatad Specification Sectzans incl�ade, but are not necassarily limited to: 10 1. Division 0— Bidding Requireinents, Coniract Forms and Conditions of the Contract 11 2. Division 1— General Requirements I2 1.2 PRICE AND PAYMENT PROCEDURES 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 2$ 29 30 31 32 33 34 35 36 37 38 39 40 �l 42 A. Measurement and Aayment 1. Installation af Traffic Control Devices— SUBSIDIAR�' NO �EPARATE PAY a. Measurement 1) Measurement for Trafiic Control Devices shall be per rnonth for the Project duration. a) A month is defined as 30 calerzdar days. b. Payment 1) The wark performed and matetials furnished in accordance with this Item atid measured as provided �nder "Measurement" shall be paid for at the unit price bid far "Tr�c Gonteol". c. The price bid shali include: 1) Traf�c Cantrolimplementaiion 2} Installation 3) Maintenance 4) Adjustments 5) Replacements 6) Remaval 7) Police assistance during peak hours 2. Pnrtable M�ssag� Signs a. Measurement 1) Measurement for this Itetta shail be per week for the duration of use. b. Payment 1) The work perforjned and materials furnished in accoxdance to this Itetn and measured as provided undec "MeasLu•einent" shall be paid for at tha unit price bid per week for "Portable 11�iessage 5ign" rental. c. The price bid shall include: 1) Delivery of Fortahle Message Sign to Site 2} Message updating 3} Sign rnovement thraughout construction 4) Return bf the Portable Message Sign post-eanstruction CITY OF FQRT WORTH 2O22 BRIDGE REHABILI'1'A'f'[ON COMTRACT 1 STANDARI7 COi�IS'Tft[ICTIDN SFECII'ICATI�N DpClJ1VfENTS City PrajectNo. 103454 Revised Mareh 22, 2021 34 71 13 - 2 TRAFFIC CONTROL Yage 2 of 6 1 2 3 � 5 6 7 8 R 10 11 12 13 14 3. Preparation af Traffic Control Plan Details — SUBSIDIARY N4 S�PAR�TE PAY a. Measuz'etx�ent 1) Measurement for th is Item be per each Traff c Cantrol Detail prepared. b. Payment 1} The work performed ar�d materials furnished in accordance with this Itein shall he paid for at the unit price bid per each "Traffic Control Detail" prepared. a The price bid shall include: 1} Preparing th� Traffic Conirol PIan Details for closures of 24 hours or longer 2) Adkterence to City and Texas Manual Qn Uniform Traffic Control Devices (TMUTCD) 3) Obtaining the signature and seal of a licensed Texas ProfessionaI Engineer 4) Incorporation of City comments 1S 1.3 REFERENCES 16 A. Reference Staridards 17 r$ 19 2D 2T 22 23 1. Refer�nce sta�dards cited in this 5peciiication refer to the current reference sYandard publish�d at the tiine of the latest revision date logged at the end af this Specifeation, unl�ss adate is specifically cited. 2. Texas Manual on Unifarm Traffic Control Devices (TMUTCD}. 3, Item 502, Barricades, Signs, and Tra�ie Handling of the Texas Departinent of Transportation, Standard �pecifications for Construction and Maintenance of Highways, Streets, arid Bridges.. 24 1.4 A.DMINISTRATIVE REQUIREMENTS 25 26 27 28 29 A. G�rteraI 1. Contractor shaI1 mini�r�ize lane closures and impact to vehicularlped�strian tra�fic. B. Coordination 1. Cantact Traff'tc 5ervices Division (817-392-7738) a minimuin of 48 haurs prior ta implementing Trafftc Contro! within 500 feet of a traffic signal. 30 C. Sequencing 31 1. Any deviations to the Traffic Contral �'Ian included in the Drawings must be �rst 32 approved by the City and design �ngineer before implementation. 33 1.5 SUBMITTALS 34 A. Provide the City wi1:h a currenY list of qualifi�d fla�gers befare 6eginning flagging 35 a�tivities, Use only flaggers on the qualiiied list. 36 B. Obtain a St�•eet Use Permit fram the TPW Departrnent's Transportation Division. The 37 Traffic Cantrol Plan (TCP) for the Project shall be as detailed on the Traf�ic Control 38 Plan Detail sheets af the Drawing sei. A copy of this Traffic Control Plan shaIl be 39 submitted with the Street Use Permit. 40 C. Traffic Control Plans shall be signed and sealed by a licensed Texas Professional 4 i Engineer. G1TY OF FORT WOR'I'H 2D22 BRIDiy� REFiABILITATIOI�I CONTRAC'1' l STANDARD CQNSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103454 Revised Maroh 22, 2021 34 71 13 - 3 TRAFFIC CQAITROL Page 3 of b 1 2 3 4 5 6 7 8 9 la D. Contractar shall prepare Traffic Control Plans if required by the Drawings or Specifications. The Contractoz• wilI be responsible for having a licensed Texas Professional �ngineer sign and seal the Trafiic Control Plan sheets.Atrafiic control "Typical" published by City of Fort Worth, the Texas Manual Unified Traffic Cor�trol De�ices {TMUTCD) or Texas Departinent of Transportation (T�OT} can be used as an a]ternati�a to preparing proj ect/site specific traffic contx•al plan if the typical is appiicable to tha specific projecilsita. E. Lane closures 2�4 ha�ars or longer shall require a site-specific traffic control plan. F. Contractor responsible %r har�ing a licensed Texas Prafessional Engineer sign and seal changes to the Traffic Control Plan(s) developed by the Design Engineer. 1 l 1.6 ACTION SUBMITTALSIINFORMATIONAL Si]BNIITTALS �1VOT USED] 12 1.7 CLOSEOUT SIIBMITTALS [NOT USED] 13 1.8 MAIlVTENANCE MATERXA.L SLTBMITTALS [NOT USED] 14 1.9 QUALiTY ASSURANCE [NOT USED] 15 1.1Q DELxV�RY, STORAGE, �1.ND HANDLING [NOT USED� 16 17 111 FIELD jSYTE] CONDXTXONS [NOT USED] 1.12 WARRANTY [NOT i7SED] 18 PART 2 - PRODUCTS 19 3..1 OWNER-FiIRNISfLED �o�] OWNER-SUPPLIED PRODUCTS [NOT USED] 20 21 22 23 24 25 26 27 28 29 30 2.� ASSEM�LIES AND MATERIALS A. Description I , Regulatory Requirements a. Pro�ide Traffic Control Devices tl�at conform to details sk�own on the Drawings, the TMUTCD, and TxDOT's Compliant Work Zone Traffic Control Device List (CWZTGDL). 2. Materials a. Traff c Contral De�ices must meet aIl reflectivity requirements included zn fhe TMLITCD and TxDOT Specifieatians — Item SDZ at a11 times during constructian. b. Eieatronic message boards shall l�e provided in �ccordance with the TMUTCD. GITY QI' I'QRT WORTII 2022 BRIDGE REHA131LITATION CCINTRACT I STANDARD C01�5TRIICTIDN SPECIFICATION DOCUA�NTS City Prajact No. 103AS0. Aev ised March 22, 2021 3d 71 13 -4 T`[tARFIC CONTItQL Pagc 4 of b 2.3 ACCESSORIES [NOT USED] 2 2.4 SOIIRCE QUALITY CONTROL jNOT USED] 3 PART 3 - EXECUTION 4 3.1 EX�MINATION [NOT iTSED] 5 3.2 PREPARATION 6 A. Proiection of In-Place Conditions 7 l. Protect existing traffic signal equipment. 8 3.3 INSTALLATI�N 9 10 ll A. Follow tl�e Traffic Control Plan (TCP) and install Traf�c Control Devices as shown on the Dz-awings and as directed. B. Install Traffic Control Devices straight and plumb. 12 C. Do not make changes to the location of any device or implemant any ather changes to 13 the Traffic Control Plan without the �pproval of the Engineer. l�4 1. Minor adjustments to meetfieId constructability and visibility are allowed. 15 D. Maintair� T�•af�c Control Davices by taking correciiv� action as soon as possible. 16 1. Corrective action includes but is not limit�d to cleaning, replacing, straigh�ening, 17 covering, or removing Devices. 1 S 2. Maintain the Devices such that they are prope�•ly posiiioned, sp�ced, and lagible, 19 and that retroreflective characteristics ineet requirements during da�'kness and rain. 2D E. If the Inspector discavers that the Contractor has failed to comply with applicable federal 21 and state laws (by fail ing to furnish the necessary flagmen, wat•ning devices, barricades, 22 lights, signs, or other precautionary measures for the protection of persons or property), the 23 Insp�ctor may order such additional precautionary �neasures be taken to protect persons 24 and property. 25 F. Subject to the appraval of the Inspector, portions of ti�is Project, which at�e not affected by 26 or in conflict with the proposed method of handling traffic oj� utility adjusiments, can be 27 constructed during any phase. 28 29 30 31 32 33 34 3S 36 G. Barricades and signs shall be placed in such a manner as to not interfere with tne sight distance of drivers entering fhe highway fram driveways or side straets. H. To facilitate shifting, barricades and signs used in lane closures or traifc staging may be erected and mounted on portable suppor�s. 1. The suppart design is subj ect to the appraval of the Engineer. [. Lane closures shall be in accordance with the approved Traf�c Control Plans. J. If at any time the existing traf�c signals become inaperable as a result of construetior� aperatians, the Contractor shall provide po��table stap signs with 2 nrang� flags, as apprnv�d by the Engineer, ta be used %r Traffic Control. C1TY OF F4AT ViTOATH 2O22 SRIAGC R�!-IABILITATION CONTRACT l STANDARD CONSTRilCTIpN SPECIFICATION DOCUMENTS City Pro}ect Na. 103454 Revised March 2�, 2D21 347113-5 TRA�'PIC CONTROL Page 5 oi 6 1 2 3 4 S 6 7 8 9 10 11 12 13 14 15 16 17 I8 I9 20 2I 2� 23 24 K, Cantractorshail make arrangements forpolicE assistancato directtraf�c iftrafiic signal turn-ons, street light pole instaiiation, or other construc�ion will be done du'ring peak traffic Yimes (AM: 7 am — 9 am, PM: 4 pm - 6 pm). L. Flaggers 1. Pro�+ide a Coniractor representative who has been certified as a flagging insiructor through courses flffered by tha Texas Engineering Extension Ser�ice, the American Traff c Safety Services Association, the National Safety Council, or other appro�ed nrganizations. a. Provide tI�e certi�icate indicating caurse campletion when requested. b. This repr�sentative is respansibl� for training and assuringthat all flaggers ate qualified ta perform flagging duties. 2. A qualified flagger must be independently certified by 1 of the organizatians listed ahQva or trained by the Cantractar's certified flagging instructor, 3. Flaggers must �e courteous and able to effectively communicate with the pubiic. 4. Wlaer� diracting traffic, flaggers must use standard attire, flags, signs, and signals and %11ow the flagging procedures set forth in the TMLJTCD, 5. Pro�+ide and main�ain �la�ers at such poinls and for such geriods of time as may be reyuired to provide for the safety and convenience of public travel and Contractor's personnel, and as shown on the Drawings or as directed by the Engin�er. a. These flaggers s�a11 be located at each end of the lane clos�re. M. Removal 1. Upon completlon oi Work, remove from the Site all barricades, signs, cones, lighis and other Traff'ic Control Devices used for wark-zone traffic handling as soon as practical in a timely manner, unless otherwise shown on the Drawings. 25 3.4 REPAIR / RESTORATION [NOT USED] 26 3.5 RE-INSTALLATION jNOT i]SED] 27 3.6 FIELD [oR] SITE QUALITY CONTROL [NQT TTSED] 28 3.7 5YSTEM STARTLTP [NOT USED] 29 3.8 ADJUSTING jNOT USED� 30 3.9 CLEANING [NOT USED] 31 3.10 CLOSEOUT ACTIVITIES iNOT USED] 32 33 34 35 36 37 3.11 PROTECTION [NOT USED] 3.1� MAINTENANGE [NOT USED] 3.13 ATTACHMENTS [NOT USED] END OF SECTION CITY OF FORT WaRTH 2D22 BRIDGE R�I-IABILITAT101� CONTRACT 1 STANI�ARD COI+iSTRUCTION SPECII'ICATION DOCUM�NTS CiEy F'roject 3Yo. 103454 Ravised March 22, 2021 aa �i �3 -6 TRAFFIC COAfTRQL Page 6 of 6 Revision Log DATE NAME 11/22/13 S. Arnold 3I22/2021 M qwen SiTMMARY OF CHANG� Added palice assistaEice, rcquire�nenl for when a site specific TCP is required 1.4 A Added ianguage to empl�asize minimizingof lane clasures aiid impact ta traffic, I.S Glarified sabmittal requirements 3.3 M. Clarified remowal requiremeuts C1TY OF FORT WORTH 2Q22 BRIDGE REHABILITATIQN CQNTRACT i 5TAN17AIt17 C4NSTRUCTION 5PECIFTCATION DOCUMENTS City Project No. 103454 Revised Maroh 22, 2021 GC��.�60� 11�I����°�t� ��n� ��n�e� ���ne�l �w.s���ss ���er�ri�e C�rrx�plg��ce '�'��S �A��E �C.��T I�f7r�E�7C�C�l�AI1�� �]LAI�T][� 2022 Bridge Rehabilitation Contract 1 City Project No. 103454 �'�R7(' ��It'i� �l�y/ �'F �OI't VWOt'k� �;rr,�tyr��ur��, ��r�i���� ��a�i�l Ui�li?a�.ie�r� ��►rrre "�' ` � Disaa1vaos'�a�esl �r�s6rness �r�4e�rus� �D4ilizznkia� Farr�n �R,P�licatr]e i� Fe����Uily-Fund�d'1 ���na�rc����ao�rv�,wnie� �� ��ii�� T�'��� ---- - — - CC7NI�AIW INAM�: P�'OJEC� NAME:2�1� ��adg� F��h��b ����r���� � PI�O��C� hfV1�11��1t: B�D P�qV�: � ihy's Husi�ess Equity Gczsl; � I�reror� �srsin�ss �q�ity (�ir Q�'�) FV�7��� _ ���IDI�G I�41�}C��kl�a��1KC£a��{��fj�(''�.3d�} �L �n ?�4147P07�i777e:11�: LG ai3 C���:�is �a! �g�licap�te boxes to tl�sc��e IiI NotCertiFied �MBE �'N3� ��BE ��U3 �t+053 ��eelian 3 � �P�ir�elfdfFe��l�rvn��'s CQass�catoo7n: � � Ce�fyvng Ag�ncy. ❑�CTRCA ��IFW W1SDC � TX DOT �VJ�3.CS � O�tr_r �iluniciiy: ❑AfricanAmeric:�n �Hispanic �Caucasian �A!s�',-- - � f�a�re #mtnea� �NTaI� �F � �er�d@f; �Tr.2{� Nt+r.-I�•r+n� �e�i��toa�,s: B�sir�ess �Ec�uiby Firm: CertifiPd iMBE Minoriry Busir�ess F�rterprise ar►AC�1� Womers �us����ss �n;ar�rr3se �1�E. b3ssqti�anl�ed Eusinass �nterprise �ItI�B: HisEarically Under tlEilized BusEness VCf�@; `,leteran Owned Small Bx�siness 3ecaion 3: Cei#ified Housrr�:� UrGan ���+�lnprnent Va�dors All_ILL BUSi�f�SS �Q�➢'iV Fl�i!11� iIA�IS'� B� C�R'�IF�E�3 �EF�1�� COPJY'RACT AV+1ARp Failure tq cornpleEe Ehis f4rm, in its entireEy, and reCeived by the Purchasing Division no later than 2;00 g.m. on the searnd C�!y �si=ress d�yr aFer bid opeitir,?. �xGusiv� af bi� ap� n�r.� date, wiE! result in the bid being �nnsiciered nan-respansive tn 6id spea#ications. Except'son: CFA, iCA, and CDBG proiecEs, doCumer�Ts will D9 S�bmTti;� {q Sne City Proie �I I1I�an�qFr if pu6licly hid pr to fhe C?eveloper if omratelv 6id. TE3e uncfersigned PtimelOfieror agrees to enter inta a formet �greement with the Business �q�ity firm(s) lisfed in ihis ui��ization schedute, canditioned upon exeatt�a ir az a rar lr�k with� C�re City of For1 Worth iExceofion: Develooer r�roiectsl. The intentional andloe knouv3ng misrepresentation of iads is grounds for considerat�on afidisqua[ificatior� and will r�esuR ir. kh� h� oeing tcRsidered rzon-respansive ta bid specifications. 8usiness Eq�ily Brms listed toward mee�ng the prajeci goa! must be located in tlte City's marketplace at t�e ftrrEs af bid or the busirtess has a�ignifcant Busi�ess Pr���n� ir� �he i,Aarketplace ihe mar[cetplace is the Ci#V of Fort WQrEh includinq porfions of Denton. Parker, Wise. and afl of 7arranE. Dallas, and Johnson coun5es. Certified means thbse firms, located within the lNarketplace, ihat have been determined to bp a'bona-fide minarity ar women business ente�rise by ihe North CentraE �exas Regianal Gertifiqtion Agency (�fC7FiCA), �allaslFnrt Worth Minority Supplier Devekopment Council {p1FW 14iSOC} and Wnmen's 8usiness Counc's1-Sat3thr�es; (WBCS). ffi hauling senrices are uSlized, the FrimelONeror w€11 6e given cret[it as l�ng as tfie Business EquiEy Frrm iisted awns and operates at [easr one fulty Ccensed and operaiional truck ta be used on the contracT. The Susiness Equity firrrts may lease #ruc[cs firom anotF�er Business Equity frm, i�CIUdiRg BuSin�sS EqUity ovmer,�oec�tEd, and re�ceive full B�siness Equity credit, The $usiness Equi� firm may lease ttudcs From nors-Bus�ness Equity firtns, ine[uding owner-0perated, hut will only receive credn f�r fhe Fe�s and commissians eamed hy the Business �q�ity as autlined in ihe lease agreement. IVvte: For OBE Goals, BO% off the servic�s caun4 towards the go�l. Pte�se see be[m,r�. Counting DBE Partiapafion: If rr3ateria�s or strpplies a€a obtained irom a DBE tnanufiacturer, co�nt 100 percent af the cost of tiie matsrial� as ��.p!��s tow�rds the gpe�. If !he materials or sugpli2s are purchased [rom a �BE regttlar dealer, count 60 percertt of the cost of the Ena;er'tals and suppfies toward 1Fse pBE goal. WhPn matersa?s or sttp�lies are purchased from a DBE neither a manuFacturer nar a regular dealer, ca�ni the entire arno�nt o€ fees ar commissions charged ior assistance in fha pracuremen+ �! �he mat�rk�?s and s�pplies ar fees or �ransportat9on charges for the delivery oF the materials or suppEies deiivered io the job site. In all cases, the PdmelOfferor is respons�bla �n identify. �,� aR,��n� �p he used to+�vard 1he r.ommikted fl6E goal. Et%Clive p71p1R02i Updated Ofi12812021 Fo�r �4'a��ri� I��asi�c�s� �c��a� �tr�i��i�� F�� 1 � l��r Ge�ii[ed Ely: �)!FW H95GC: �`�ECFFtC:A �TXDO'F �VJfsGS ❑OtFfer: � Please nate that oniy rzrtifred Business Equit�� tinr, vyj1E be caunted to meet the Bttsirtess Eauity goal. PrimelOfFerers are requireC ta idenUiiy AL.L subaantrac4oTsfsupp��ers re�lass oF s�hr: G.e .�usrness F�Uity fiRns and non-�us�r�*ss €q�i.y firm� f�7m8!OffEr�es fs+uSt �tt�nify �y t�e� kevNl �;{ s�ti�onfraCt�B�Suppi�ars rer me8ns kh� iea�l of I5La�5COf111aL�fi�10 �2�OW t?lP �fnT1P�JLi�iG� [��_ a[�l;c � p�ymerr �ror �fla �r�me�s'�HBNr 1G 3 SLJb�:CnL3�Gf i5 GC�Sid2�2'j 1*�: i.e�_ a p�yman! by � sub�arr,r�clo'ta il� �u�pd�er �s CGnsi�kr�q� �s� sier. 84�ne55 EQ��►Y E�+rrxS sr� tq � lis#�d 4e�ere nun-6usiness �qai3v f:+ms 7�he Pr�rn�lpffvr�; is TesporrSibiB k� Pao+ride proa# oFpeyial�Fll Of A�i 4e?sd Sub-D7f�ilF�orBl�guPpC��s , i�arrtiFe� �s a�u�iress %quity fiEm ar�b m�n�?�g �rros� �oll�t5lnwaTd3 r�i���g trx aou�lract ca!sim itte�d ga�l � C£�t4iPd P.rUSinES5 �yi�iTy I�h�hQ�OR��ir CO�F,S'8�i�'� rtAuhli� 11'�Ci� seJ�.p�ra�„�n�e tows�rds me���ng th� :oR�6�t gG�l_ riust k�e C.e�7lfie� vnChs � Rt18SC NPUCa G�rnCro�iiy Gvd� tivlCh �, c�ruP�+ir�} B�]�11Cy1 8�L'�i[3hdC �,y !h@ C.�P� Yaf F4r V�1�;kh C$*liAed Ss�sunass E�,�ty �rim�w��rnr wra�lirg sel�-Reriarm:ny� s�ruica� tawards tF� goal_ i�e stfui�,:[s} 10 :�a o�riarmed s�hauld � 1�sted f�+�t �� � the Utal�z�t+on form_ Checlt4l�os 6hQN�of �er#iii�d Pt-ime Co¢�4raeta�s�rlviC.eS WiIV b� �ot�nting 1toV�tJr s thr� I��s�ness iiquF�yy �;ar�tr�cting gaa�, C�lease Gi�t Sel'+�i�es firtt �eln��. P�ease �isi: cer��ed �usi�ess rqu�tY �rrt� tr��es as �asied A� �6�ei�r ce���icatiom. iasJ�d's�a F�BA r�ar�u:s. NAMES AND ADa#t�SSES [3F �fP� O� 5ER��l�#:SISUPPI.I€,5 Specafiy Tier Ceo*�ifio8tia� Agenvy Csemd�e r 8r�d Eihncci4y: COIVTRAC�Q�tSl�UPPia€i'�S PROVI�E� (h�iCS Re�y����lj Nama iex'ner $o�siaoess Na�7e� Pc�s� L GrouQ Ac�c�ress- �.=t4 �� �lu� Smak� �t h�_ � �oFi 1Nb�t�, l�C 7�7 �$ p��o��: 68�-3i 2-��F3� Em7a��: !e#f(�Pvstfr�r�E�p.com �ontac� Persa �: J�fi Po 4tial I �us�ness Narrre:�um�o �ort�;.rete P,,�iJimix Ac�dress: F��2�ar+ PAwy, Ir�ing. 77� �PGtot�e. 47'��'r�5-037aJ rPCl�Q: h,'IaFF� E3ul�er Co�taat �ersari: �Usines5 Aia�te: ��+]a�4�2 �f1���f15�5 Address= ��� .�a�uthWBy Cir�i� �ort ti"Jbrth P6�or�e: ��7-�27-1+��++ �Cr¢tail: Akdez 4�agnzr Co��act Person: Type of 5ervic.e�titpp�i�,;: 7raffi� rail lY�AICS C.adc�: ���.� �� 1 �� RMdtJNT; ��F'� �F�.OiC� TYpe vf Seh::cefSuypli�s= �o�R��te supplier N�kiC.S ��SJ�' ������ � ar�ou�ur= ��,0�7.�3� iYP� �� S�srvTeaf3u�pfles: ��a[er & �truct�r� re�air. Jornt re�€r, �poxy inJectia:� N�;1�5 Gr�de; ���,� �� � n a��{.�n�T; � 7�r747.�0 ara,c�i�t� t� ������ ��`ale � Fg;T�fe ❑ NOt1-SiRary �A!ncanA.T,�,�er+ �Hispanic ��csaan � i:aucasian � Nat�ve American 7�t T�e� Cerd�3e� By, I� R[aie ��emaEe ❑ Nar�6inary �C�FW G�SnC �NCTRCaa I�Afri�� fimerlca� �Hispan"sc ��Q�T �W8C5 ���'��an �Dih+� II] �+�ian � Native American 7s? i isr ��rtifi� H`y: �� dr4ale ��emaEe � Nan-Binary ❑pFW {U€SDG �NEiE�CA ��r��canAmencan ❑Hispania �75(DOT ��CS ��J4sEan �Qiher. ���7�casian �Na#ive American EitecliYe 07101l2n2i uc�� U6r2�8o21 � FC3#��' i���i2'�'�-t ATfAGliMEiUT 9A Page 3 of 4 ���iru�s� Er�ui�i �Iti�ia��ti�� f��urr� �lease i¢�clutie mt�itop�e �opnies of "shis ��ge ii aeed�el l�0 9os� all contraoto7s a�� st��pliers�. NArdFS� �NO ADDR�,SS�S OF TYP� c?F SER',+�CFS.iStJPPL➢ES S��tyr T�er I CQ�+TP,FiCTO�'�1S�J!pPiiFRS P.P,E1`JiO�D ', . v,. -_^�sredj ?�.arnri�!firrl CertificationAgency GenderantGE#tsnicity: ��asin�ss f�arn3e: TY� a'-Servd���u�gi!es: I Geriifled By: �Mate �Femafe �Non-Binary A�c7uess: �orFw n�s�c ❑African American � Hispanic P�D��. �NCTRCA ❑�Siar� ��v�: t�AICS Cqde: ❑ �yg TXQOT CS ��Ihar ❑�aa�asian �Native �o�tact Pevsuq= $ AMOi�hT= American ��siness Navne. Y�+p� ¢? Se:�icel5uppg�es= Certi�ed By: ❑Male �Female �Non-Si�ary Ac�ciress: ��W MS�C ��[CTRCA ❑Afi-ican American ��{ispanic �una�0 , �[AiC� Cac3e= �'r?CD07 ❑VItBCS �Asian �p;�,er. �Caucasian ��Eative �o��tac'� ��rson: S AMOtfN7� , Amarican � �usiness Narr�e; � Rddress: � �'ho�e: E�aait: � Can4acti �erso¢�: �usiness hta2net Atidlro+�ss: �Phowe: _ '�rrnail: : Gor��ctPeusor�: ? �e o± �rvJt�JBup;�lies � NRlCS Coa}; $ AMOUN'�_ i ype O� SEC'1�'Ct��$U��!!25, IhlAICS C�d'=; i � AMOUNT; i C���� �y: �tslltaie �Female �NorrBmary f DFW iuiS€3C nNCTRCA ❑Ah'�� ��erican �Hisparsie ��T7f�07 ❑WBCS ❑Asian Otl,er. �Caucasian �Native - Ameritan Certifled By: � EJlale �Female � Nc�-�$ir�r�� DfW EuRSDC NC7RCA ❑A£�can Am�rican �Hispan.� � jTX�OT ❑WBGS ❑asian �4.har �Caucasian �Nauva Ameri��r. 1_ ERecfive 45l0�12027 Updated U6128r2�2t i �`��-�" ��R'�`II� 8w����s� �s��aFt� ��I��atic�n F�rrr� a vE31 Dold3,� Amouni of Cerr,if�ed F''r�mmrtelO�eror 5etvi:.Es ta'w�r�s ��ntr�cs go�� T�tsl Do11ar Arnouni o� ��sln�ss �q�it� (or C��� uf �,p��E�able� �uk�e�ntr��t��slSuppiiers �oial DoElarAmour�t of �I«n-F3u��¢ot�gs �q�tli�r Subc�ntr=��'ttrsl�u��NierS � � L' ��+�L�fl�7.�Jli � S5.O��.G� TOt�+I. Q�L� �4MC1UIUT 4F ��17T1�IEC� �RIME'II�L� Sll6Cp�d7F�A�1"��f�SlSdIIPC�L.I�IRS $ 2F'�J.9� 6.90 r.racHxner. � �,: F,�o a ��.� The Prime/Offero� wifE na� m;ake atlditiCins, �Z��e�ia�s, or s�,bstit�t;aP�: to iP�i� cs�t�'ied lisf withouE th� priqr �p�r�va! �b� th� r3U5irtieSs �qt�FC}r Division through the subrr�i�ta! a'r a Re€p�es# ��or,4�gr�va�' �f �D�a�rg���idd�tr`o� onfrr�e. At�y tanjust�ed cl�an�e ar ��I�!i�n s�a�� be a mat�n�f breach of car�tract and may resuit in a��}am�nt in accatd .+vlt!�t th� p�e�ares �ut�ir7�tl i,^� ttze ordinat�ce, The �ri�e�O�te� nr s�ai! �ubrni# a d��il�d� explan�#ion �xF hcrv�r the requested chan��as�diti�n �r de9etion wiif aff�et �he comrnitted 6�siness �quity g�al, I� tne det�4i ex�la;��Ei�n I� ne�i _;ub;nikt�d, It w1�1 af�ect khe final cornpliance deterr��r,atiart, �3y afFixing a signaiure ta this form, tfta Primel0ffefor t�,��her �grees �o pra�ride, direcEEy ta 4f�e City upon reQuest, cam�l�ke ��� ;�a�u�rate i�for�+���� 1�egarcSing acivai vsiork perfiarmed byr �,;E subcontractors, �nduding non-Business ��u�iy �irms. The PrimelOfferor also agre� to �Cf�vu� an auc�it an��cs� �:xamination afany bookr, re���s ar�d f[es held �y I:nei�� company. 7f�e R�ime/OfFerot agrees to affow the iransrr,iss�a� fli int�nriew,3 �ai�l� own�rs, pri�cipals, offcers, er,;ploye�es �nd appfica6le �+ubcontractorsls�tpp?iers participaiia�g on the contraci t��rat will �u�sta�tiaR� t,�� a�t�,�l +nro;k ;�erformetE by the Business Es�u�lfy firms on this cor�traet, by aR autharized o�cer or employee af the CiYy. A I�rimel�t�erer+r=ho intant��rs�E1y a�dlor knowingly misreprasertts rrE�i�ruafl facYs sh�El 6e €}ebarred for a period of tir�e of rtot less tha� il�rea (3) years. ' # �� �� Ac��&'io�r�ixe i�n�� � -~ NYanagerrg ���4e; nt�er Tot�e fVIW Pa��l i �cF� �o�e�at�y M1�a�roe 5b13 M:�;tir� Luth�r King Freew�,y Add�e!;s Fort Worth, TX 761'f9 Ci�ylSta(•e2ip Code Jonathan Whiie l�tite4ed Sig�r�ai�r� canEack 7�ia�e a¢tt� 7��e (64 d�irf¢e�R1:) 817-�80-$�56 Phane IM1iuu��� j�n+ni���mwpa�e�t�c�.com �rnni! �d��r�Ss - - - ��Ji�l���2 Qare � ■ � � : : _. � = i ■ �epartment of Oiversity and Inclusipn - Business Eqr�ily Division �rr�a[va Qtrot2az� Emaii; DVEN BEOffiee�Fortwofthtexas.gov Upd:3ted �L�2021 Pir 617-392-2fi74 1�����'r '��rc��T€� � ���i�t��s �g�i�y �ivi�i�n ���r��a o� it��r�r�� P�ad�cr � 1 Q3454 B1D # 2022-1 pia,�aca�;s r�e cn� a�� Arnendment ❑ changa order ❑ A,�usir�ass�c�ulCy"�ul�Cunlr��tar�Ccxisullan� I�iforriaalJs�n: A CC�2��C�.�1 �filf7G'.��g!�i qrr�r, �a ow�wfld I �V ti hlii►�111y ek 4h�M��17n fi.�IsL�e��s.E�tSo�rt�ie_�M�Wk��j �pur- �F�i. �e Ilte Cily �i Fari Worth�S PUS[i10SS L'(jIEIIY i��.lu7ance, C�lfii[�{i BUS1q�S5 �QLEf�y ffFitS �c�fllClp�4�71� URfIBi fI18 Qf�l(Idn�� �113JS1 b6 certified pnar la recnmr�M�3+�rtian oi awa�d in ordor �o be couniad tawards the Business �quiiy coniraci goal Lerl'sfyin� aypncres � aceeplahie by It�e Cily. FJorl�i C�n1ra! i'exas R�qlon�l Cerlificafiion Ac�ency (�lCTRGAj, D�11i.al�orf Worih Minnrlly SupF��!ar ' Deve opmeiil Council I��+ S0�1N MSDC), Woinen's Business CQlE11CtI - S011�I1WBS1 (WBCS}, ar Iho Texas i?ep2rlment ai . 7r�nsporlation (TXqOi}. Nota: F�r F�er��lEy-F�ir�ded projecls Ehe firm must �e ceriified as a �isaQvantagad Business Enlerprise (dB�: b� Ifta � r, �7RCA �nc��or rx�oT �niy.� A!I Fislds are Requfrad -�o not Isave blank. � , r�,,�,� �,� p�s,9. r 2022 8ridge Rehab Gontract 1 2. Na�ne ��f ��#Ai �IFt��n_ �_.»ra�ior. MW Panel Tech � . hame of �u�,r°�° ;au'sty Firm: ,Mobl3e Enterprises ��ddr�:;. : g32 Sou9iway Clrcle, Fori Warth, 7E115 �4a�, rs�n}2r.1 ha���z:+Nnone; Alden Waqner 1817-889-6224 4. Tf�� und��i��gnad is prepared la periaFm Ehe #ollowing described work andfor supply Lha M�tr.r,al lislnd in cnn�=eclion wr,��+ ii�� �:=i�� �'. �' FFrr;�c I (where applieaUle specity "supp€y ar "insEall" or balh��. Supply & Instal! Car�cret� Sealar & str�ctural patch repairG I Naic$ ca��: 2s8� za �a+vnarl,4utho�izad Agenq Type a� Pdnt Nama (Sign^.`c: a af Ovfncr 1Rutho:lzed Agant of Ce[tilleti 9u3fiE�.4 Equ�'ry firm} awagner@meLglnbal _ __ lEhr"A�fdt�=s, ln thP �trinunt ot S �77,7�47.90 Mobile �r�.�rprises {Nama of Carl3fi� i�Isille6s Equtly Flnn1 � �-�-�� jaataj 817-92 9 -1444 �PltoneNumbsr} {i. �'��i�d,�i!411 f}� 4IfiE'14}�'+� �ill}k� I HFh[H'� Q��;LHR� AF'D a�' !RM I�at �0�13f�la� �11I�11#e _ _- -_ am Ihe duly sulharizsd fepresentative ol (OwnndAutl�otizad AQent) M W PanEl Tech and that I ktave persar ��sily reviewad the malerial ancE facts � �Mame o! 01{arorlPrlmoh ;;�' f�rth ln il�is Lt'tr� oi Inlent. To the besi of my knowletlge Iniomlaiion snd belief, Iha iacls in this iomi aro Erus, and no mat�rial €acls have beer� atniite�• Pursuanl fo Ihe Gity of Fart Warih's BGcsiness Equity Ordina��ce, �ny p�rsonlenliiy t�ai m�kes a fals� or fraudulent siateEnent in canneclion wilh participafion nf a^e lified fsr�n in any Ciry af �orl Worfh con�ract may b� €eferrecE for de3aarme�rt proce�crr� iinder �h-: C:!y of Fari WortE�'s 3usiness Eauily Ordinar�cc. k ao solsmr�ly sr•sa or atnrr� if�at uie sir�n����ros canlaiaeci hereirt and Ihe ininrmalion provided t�y +���� [afl,.����F'�i��n� �.i�. ;,ue and cor�ect> �ri Fi=�t I z n���k3�onzed on t�ehalf oi Ihe Offeror!#�rimv 10 n�ake the a(fidavil. Jonathan White � MW Panei Tec:h 4C�w s Aadiorizu Aganik T [ 1'�Inl Neme (Name of pfiaiotlP�3me1 �� ���� � �-%-22 j hatura nf OwnPrfAuBiorlxed�Agant (6otai jwhite@mwpar�eliech.com 817-680-8258 (�nail Rildrese� {phonu pumbnr} Il:•j•'•rif•irnit•I�il��••••II}'}:il���'1S'IkL�.I.tl� �'i�•'� � ��. I�,I , � I t�l ��t I I,t. �,�: j 1,�.4_« I I i ,i. I r I . �i "iii . � . ��Uu � i . I��.M �. �� . � �`o�T�o�TH, '���,- �y+:- QRo��c�r� 103454 s�o� 2U22-9 {ua�� r�se c� a,a7 Amendment❑ Change OrcEer � ���sin��s �qui��+ div��i�� L�TT�R 0� f�V�'EhlT q.��s]n�ss F_€�uflySUb•�crnlf2Cl�lfCo�sullal�l lniarn�nlion. A certiife� ��sln� Ernrlty iirrn ta �swned hv � Mlnarlly or Warnar� Busln�ss �nterpris� tM1W� [Pursuanl t� �I�c i,oty ol Fnri Wa€ih's 8usiness EQuily Ordinance, cert9tied Business tqudy 4ir��iy io.�ili:;na!in:� under the Ordinance must be cartified priur In r�.c���nnien�iu�inrG st1 �v�ard in ord4r lo bo ccfunted lowards hhe C3usiness EGu�iy +.u¢��fi�c1 ��n�i CGr;,+iyi^�; agencies acceplable by i1tiU City_ Ns��;h [:E,�trr,l fax�s Regional Certlficalion Agoncy (IJCTRCAj, Cs�Aasll oel ±:'���lh �.ir��s�„iy Suppl'sor �evelopment Council, Inc (DFW hi��r,a 4:',n;Qn's Business Council - Soulhwest (WBC�j, or the fY�r��, [�ep2r►,u��i�i al iransporialion [TX�nT). hate: For Federally-Fur�S��sG ESrrryGr,35 Ir� hr�r� ~�usl �:r ; arlified as a Disadvanlaged Businoss Enl,:r;.7•,� �I.�I��!_l :��� I'��� NCTRCP: anNor TX{JO7 anly.] AI! Fleld9 af6 RBqui�'ed - f1a Rol k���e mla�k. 1. �van,�orPro�ec�: 2022 Sridge Rehab C�ntract 1` _ 2. Name ol Oft�rorlPrime Contracior; MW Pane1 Tech � 3. Name a� Susiness Equity Firm: PO�t L Group - -.._.._..__....._.... .. - AddrLss 234� B�ue Smoke Caur! N, Fort Warlh, 7s� ��rm Cantact Nam�alPhnnp� JBff PoSte111817-�94-��26 �. i'he und�r�igned is pr�pared (n perform Ihe [alkowing described wotk andior �up,^•1�j Y11ff lrtd1�Y181 h9i6d Ir1 �Cflrlaclli�fi h'�I;h :hn :]�V9 j?f6�BL't (wl3ere applicable speciiy'sup{zly" or'insia�l° or bolh): Supp�y & Instali traffic rail ��icscaa�- 23s12o Jeff Postell {OwnnrJ Ruthn�Exad AgenlE T ype or Pdnt Namd (51gnaEuaa ni Owner {Authadzed R�snt af Ge�tied 6�qNe�ss £etl�y Firm) Jeff@posl�graup.cam tEmal� A�1ro�� Iniheamou�sln�3 �r.�4�•�� Post L Group (Namu oi CerNiiod $u�lne� EquUy �irm) � a-7-z� ��ale} 582-312�7888 (Phona Numher) �. 141fi�2Ull Of 0�&rOf�Pri�r�5 �+u��E:. � ss�,.�. ,f<I' F,�I;! r�.i � u?t� ir�a; �^:r�l��ar� �11►hil'e 1Gwr�dA�ta�r�i�w' �Lfi� •t:l am the duly aii;l�air.ed ro�:r�:,onG7lrvra oR M W panel TBCh and Ihai I haue personetly reviewetl tho inaierial �nd faols �ra.m� uf o�h�ori".-��7cr ;,ri fr.rri i�� Ir�;. �^"; r �i I�,I�:i�� '!o lfi�+l�9;i �I inf r'r�::�lsdr�e, i.nfonnation and belief, fhe iacls in ihs� fnrin are irua, and no 1f1;��4f1.5� �dL�i IIiL4r ��:4�1 r}I'-I!���:d P�,rsW�an! !e !I?e City vf ForE Y1�-'�rr''� Au�u�r_� EyL�1fif nr{ijnan+,,. �; ;� nersenl��rrr Ei,�� �nakes e false or irauclulant statemenl m r.nrM�olwn yAlf� Fwih4���1wH nl n r,�:rii��nd f�rn} r� ;,ny i;oly ��� Fcrif 'Nualfw cr�,f,�., ;.:�y �;a re��;;?� tor tiobarment �rre.�,:r�urr.. unr�r Otw t;d��{if I r.Mr4Vau11�'tili;��:,ui... �t�4:d�{�rrl+lisinc+= j F-� �� �- � r �!?��•m ��F.�f �hn cinn�h�eyr nnnl��nnrl herpql +'�11r� ����_ IIItRq171R.Y�r1 jS�iffVli;fl Ii 1111I I�J� f�n � 9 R P 1 11 k' 7 ldfl�l�f '_Y�+'� :1 01'�� i��� �� �' i�i� nii .iii•- f �faJl] 2111� � i�rli.� ��_r�� 11� �I I.�.�i ���YII��.�I:�±J tHY h�iliiEf ��I IfF� �i�I�ru�ftF'fu��y 1�� 1��31'�, lii�� ��;I.�!��ylk .�onail�d� ��;�hik�r [Owna uthorlaed Ag�nol t ��K �?!?tl! HAlilO {Slgn �ka�tOvineifAu oiz�a Ag�4) jwhite@mwpaneltech.cnm REan�if Addrea�l G1�i�� ��nt�k �`G."L�i? �Mxsw pi Gho[arlF'rmi��l � ��-�-�� j�a�al $�7-C:Rn_�:�SB {Phona nu�n6si� Ih:p:U{ti1C171 !II Iil1�•f4fif' 7lil� �tlCIUY1P11 t�{14lFfUxs I4�131Ij ��15151i1S1 E:�ciail I)VIN Hl ilff�_�rii;i>r��sc.rtl.icx.�s�. � I'll RY7-zy�-'G7.i � I�� 'S5t' � � 'I.� 2i6'}i1l'�� r � �. ����e�7 ���e 1��.�e� '�1�'�IS �.�►.�E ]L]EFT �11T']C]EI�T�'I�liiA�I1�' I�YY1Al�1� 2022 BRIDGE REHABILITATIDN CONTRACT 1 City Project No. iQ3454 2013 PREVAILING WAGE RATES (Neavy and Highway Construction Arojects) CI..AS5IFICATION R�SCRIPTION Asphalt Distributor Operator Asphalt Paving Machine Operator Asphalt Raker Broom or Sweeper i]perator Concrete Finisher, Pa�ing and Structutes Concrete Pavement Finishing Machine Qperatol- Concrete Saw Operator Crane Operator, Hydraulic 80 tons or less Crane Operator, Lattice Boom 80 Tans or Less Crane Operator, Lattice Boom Over 80 i'nns Crawler Tractor Operatar Electrician Excavator Operatar, 50,000 pounds or less Excavator Operator, Over 50,000 pounris Flagger Form Builder/5etter, Structures Form Setter, Pa�ring & Curb Foundation Drill Dperator, Crawler Mounted Foundation Drill Operator, Truck Mounted Front End Loader Operatar, 3 CY or Less Frant End Loader Operator, O�er 3 CY Laborer, Common Labarer, Utility Loader/Backhoe Operator Mechanic Milling Machine Operator Motor Grader Dperator, Fine Grade Motor Grader Operator, i3ough Off Road Hauler Pa�ement MarEcing Machine Operatar Pipelayer Reclaim�r/Pulverizer Qperator Reinforcing 5#eel Worker Roller Operator, Asphalt Roller Operator, Other Scraper Operator Servicer Small Slipform Machine Operator 5preader Box Operator Truck Driver Lowboy-Ffoat Truclt briver Transit-Mix Trucic Driver, 5ingle Axle Truck Driver, Single orTandem Axle Dump 7ruck Truck Driver, Tandem Axle Tractor with Semi 7railer Welder Work Zone Barricade 5ervicer Wage Rate $ $ $ $ $ $ $ $ $ $ S $ $ $ $ $ $ $ $ S $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ 15.32 13.99 12.fi9 i�.�� 14.12 16.D5 14.48 18.12 17.27 za.�z 14.07 19.80 17.19 16.99 10.06 13.84 13.16 17.99 z�..o� 13.69 14.72 1D.72 12.32 15.1$ 17.68 14.32 17.19 16.02 12.25 Z3.63 13.24 11.01 16.18 13.q$ 11.51 12.96 14.58 15.96 �.A�.73 15.�4 14.14 12.3 i 12.62 sz.ss 14.84 11.68 7he Davis-Bacon Act prevailEng wage rates shown for Heavy and Highway canstruction pr�jeets were determined by the United States Department of Labor and current as af September 2013. The titles and deseriptions for the classifications listed are detailed in the AGC of Texas' Standard Job Classifications and Descriptions for Highway, Heavy, Utillties, and Industria! Construction in Texas. Page 1 of 1. G1�1��v0 Ge��r�� l�To�es T]E�lf S ]PA �� ]L]EF'I' I�T'�`lEl�']�"1C��AJ�I.�Y BJL1�1�][� 2022 BRIDGE REWABILITA710N CONTRACT 1 City Project No. 103454 General lilo#es Division O1— General Requirements General: l. The eontractflr shalI be respansible for locating all utilities, whether public or private, prior to excava�ion. The information and data shown with respect to existing underground facilities at or contiguous to the site is approximaie and based on information fur�ished by the awrters of such underground iaciliiies or on physicaI appurtenances nbserved in the field. The City and Engineer shal! nnt b� respnnsibl� for the accuracy or campleieness of any such information or data. The Contractor sliall have full responsibility for reviewing and checking all such infarmation ar data, for lacating all underground facili�ies, for coardination of the wark with the owners of such underground facilities duting construction and for the safety and ptotection thereof and repairing any damage thareto resulting fr�om the Work. This Worl� shali be consider�d as a subsidiary item of VVark, the cost �f wIxich shall be included in the price bid in the Proposal for various bid items. The Contractor shall noti�y any aff�cted own�rs (utility companies) or agencies in writing at least 48 hours prior to construction. a. Natify TEXAS 8l 1(1-SOD-DIG-TESS or www.t�xas&.11.org) to locate existing utilities priar to canstructian. b. Caution! Buried electric lines may axist along ihis praject. Contact electricaI providers �48 hours prior to excavation ; • �NCQl2 Will Riegle� 817-215-b707 • T�^i County Kevort Moortey 817-752-8160 c. Cautionl Buried gas lines may exist along this project. Contact Atmos Energy �-8 hours priar ta excavation, and within twa (2) hours af encfluntering a gas line {.Tohn Crane: 817-207-2845) d. Caution! Buried co�nmunication cables may exist along this project. Contact communication companies 48 hours prior to excavation: � S'pectt�uan/Charter Communication Sheprf Trahan 817-271-8108 � ATcP�T Gary Tilary 817-33$-d202 � One Source Communicatians .Ieremy Hegwood 817-7�5-22�3 e. Caution! When doing work within 200 feet af any signalized intersection, the Contiractor shall notify Tra.ffic Management Division of City of Fort Worth T/PW, 72 hours prior to excavation {Kass�rn Ellchalil.• 817-392-87�2). The Contractor sha11 protect eacisting signal hardware, ground boxes, detection 3oops, and underground conduit at signalized intersactions. Any damages at signalized intersections shall be replaced at the expense of the Contractor. The Contractor shall contact the City at 817-392-8 i QO tQ per%rm canduit line locates at signalized intersectians 72 hours prior to commencing work at the intersectian. f. The Cantractar shall notify the City af Fort Worth Project Manager �S hours prior to the stark of any excavation (Tariqul Islam: 817-392-2�8� 2. Contraetvr's �aersonnel shalI have identifying clothing, hats or badges at all times which identify the Contractor's name, logo or campany. 3. Protect concrete curb and gutter, driveways, and sidewalks that are nat designated for removal. Removal and repiacement of these i�ems shall be as designated in the drawings. CI'TY OF PORT W012TH 2O22 BRIDGE REFIABf1.I7 A1�ON CQNTRA't 1 3PANDARD CONSTRUCTiO1V GE3+lERAL I�DTES City Praject Nn. 103454 Vcrsion Release December !&, 2D l7 Division 32 — Ext�rior Lnprpvements G�neral: l, Ai Iocations where the curb and gutter are to be replaced, tMe Contractor sY�all assume all responsibility for the t•e-establishment of existing street anci gutter grades. Establishment of grades sl�all be considered as a subsidiary item of Work, the cost af�rrhich shall be included in the priae bid in the Proposal for vario�s bid items. 2. All driveways, which are apen cut, shall have at Ieast a temporary driving surface at the end of each day. The temporary surface shall be considered as a subsidiary item of Work. The cost of which shal� be included in the price bid in the Praposal far various bid itexns. Bik� Lanes and Shared Pavement Markings: 1. Proposed bike lanes should maintain a minimum effective width of 4 feet (measured Frozn edga of gutter ta center oi stripe). 2. Bicycle pavement :tz�arkings should be located 20 %et from tne curb return, stop bar, or cross walk (whicl�ever is applicable} unless denoted othei�vis� in the drawin�s. 3. Combined width of bike lane and an-street parking should not be less than 13 feet. 4. If travel lane is greater than 14 feet wide, shared pave�nent zxiarkings shall be placed 4 feet f�•om face of curb or edge of on-street parking {whichever is applicable). 5. If h•avel lane is less than or equal to T4 feet wide, sha�•ed pavement inarkings sha�i be placed in the middle oithe irauel lane. 3. �ike lane symbol, arrow, and shared paveinent markings should be repeated at the beginning of each intersection. 4. On ur�interrupted sectians of raadvday, bike Iane syz�bol and arrov� should not be spaced more than 33D feet apart and sl�ared pave�nent markings should not be spaced more than 254 feet apat�. 5. Bike lane symbol, arrow, ar�d shared pavement inarkings shotald not b� placed at private driveways or public intersections. 6. Bike lane striping shauld be 4 inches solid white, hot-applied thermoplastic unless specified otherwise in the drawings. All other bike lane pavement �arkings shall also be white, hot applied thenmaplastic unIess otherwise specified in the drawings. 7. All dimensians are fi•om fac� of curb and are to center of the pavement marking. &. Shared pavemenY ►narkings should not be used on facilities with a posted speed greater than 3 S mph. Sidewalks and Curb Ramps: 1. The curb ramp standard details are intended to shaw typical layauts far the eonstruction afthe curb ramps. The informatian shown on the standard details meet ttze rcq�ireinents shawn in the "2412 `I'exas Accessibility Standards" (TAS} and the "201Q ADA Standarcls far Accessible Design" by thE D�partment af Justice. 2, City of Fort Worth Standard Details at'e only intended to indicate pay limits for each type af ramp, the Engineer is responsible for the development and desig� oithe sidewalk and ciub ramp layout, including actual diinensians and slope percenYag;es. 3. The Contractor may nat make cl�anges to the sidewalk and curb ramp layout without approva] of the City. The Contracfor may propose char�ges to the sidewalk and curb ramp layout due to field conditions, but any proposed changes m��st be approved by the City, 4. Curb ramp running slopes shall not be steeper than 83% (12:1}. Adjust curb rarnp length or grade of appraach sid�waIks as directed by the City. S. Curb ramp flare slapes shall nat be steeper tha�t 10% (l 0: i) as measured along hack of curb. 6. Maxiinum allowabla crass slope on sidewalk and cuz�h ramp surfaces is 2°�0. 7. The mini�nurn width of sidewalks and curb ramps sl�all be 4 faet. CITY OF FORT WORTH 2Q22 BRIDGE R�HAHILITATION COIVTI2A'f 1 STrU+lDARD CON3TRUCTION GENERAL NOTES City Project No, 103AS4 Version Release I7ecemher 18, 2017 S. Landings shall be provided at the top of curb ramps. The Ianding clear Iength shall be 5 feet minimuin from the end of ramp. The landing clear width shall be at least as wide as the curb ramp, �xcluding flares. The landing shalI have a rnaximuzn slope of 2% in any direction. 9. Fn aiY�rafions whare tllere is no landing at the top of the curb ramp, curb rainp flares shalI be provided and shall not b� steeper than 8,3% (12:1). 10. Where turning is required, maneuvering space at the tap and bottom of curb ramps shall be S feet by 5 feet minimu�n. The space at the botiom shall be wholly cantained within th� crosswalfc markings and sha[I not project inYo vehicular traffic lanes. 1 l. Curb ramps with returned curbs may be used anly where pedestrians would normaIly walk across the ramp, eiYher becaus�e the adjacent su�•face is planting ar other non-walking surface or because the side approach is substantialIy abstructed. 12. Where curb ramps are provided, crosswalk markings shall be required and ramps shall be aIigned with the crasswalk. 13. Counter slopes of adjoining gutters and road surfaces imtnediately adjacent to tY�e curb ramp shall nat be steeper than 5% (20:1) in any direction. CITY dF FbRT WORTH 2O22 BRIDGE RE[IABILITATIQN C�NTRAT 1 STANDAItD CONSTRUCTION GENERAL 1�Q'I'E5 City Projeet Na. 103454 Versinn Release Decemher 18, 2D 17 D�vision 33 - Utilities General: 1. For utility work within utility easements, once pipe or appurtenances have been installed ar rehabilitated, i�nmediately commence temporary surface restoration. Colnplete surface restoration to the owner's satisfactian within seven (7) days of vvork finishing on-site. Failure #o inaintain surfac� restaration, as noCed above, may result in suspension ofwork until restoration is camplete. 2. E�sting vertical deflections and pipe slopes shown on the drawings are approxiinate and have not been field verified, unless atherwise noted. Rin� e�euations, flow lines, and horizo�tal locations of existing manholes were determined from field surve�+. If field conditions vary from those shown an drawings Contractar shall notify City. 3. Maintain all exisiing watar and sewer connections to custoiners in warking order at all tiines, exeept for brief interruptians in ser�ice for water and sewer ser�ices to be reinstated. ln no case shall services be allowed to remain out of ser�ice overnight. 4. �stablish and maintain a trench sa%ty syst�m in accordance with the excavation safety plan and Federal, State or locai safety reyuirements. 5, Provide and follaw approved Confin.ed Space Entry Frogram in accordance wiih 05HA requir�ments. Confned Spaces shall incIude manhoI�s and all other can�ned spaces in accordance with 05HA's Permit reqLEired for Canfined Spacas. 6. Only City prequalified Contractors, by appropriate Water Department worlc categary, shall be allowed to adjust valve boxes, mariholes, ring & covers, etc. Water: 1. Pravide thru�t z'esiraint by means of restraining joints at �ittings and �oncrete block[ng. When specifically indicatad an the D�•awings, provide thrust restraint at designated joints beyond the fittings. Each method shatl be capable af thrust resYraint independent of th� other system. The Contractor shall refez• to City Standard Details for area required to install cancrete blocking. 2. All duetile iron mechanical joint fittings shall be restrained to pipe using retainer glands. 3. Proposed �uater inains sha11 have a ininimum cover af 48-inches cover ai�ave the top of pipe, unless shown otherwise on the drawings or details. 4. All water services shall be installed abave storin sewers, except where shown otherwise in the dra�vings. 5. Elevation adjustment at connections may be made wvith bends, pffsets, or joint deflections. Joint deflections shall not exceed fifty percent {SO%) of manufackurer's recommendations. 6. Temporary pressure plugs required for sequencing of constructian and tesYing of proposad water lines shall be considered subsidiary to the work and shall be included in the price bid in tIae Proposal for �arious bid items. 8anitary S�w�r: 1. Verify that all connectians to the sanitary sew�r system are far sanitary sewer only. Notify City of any discove�•ed illicit eonnections. 2. The Contractor shall be liable far aIl damages to prap�rties, homes, and basemenis frotn backup, which may result during the instalIation of new pipe and/or abandon�nent of existing pipe. The Contractor wilI be allowed to open clean outs where available. The Contractor will be responsible for all clean up associated with opening clean outs. 3. For all sanitary sewer service connectinns at �nanholes, pro�ide a hydraulic slide in accordance with the details. CIT.Y aI' PORT WOATI-I 2022 I3RI[3GE RET-1AI31LITATi(7N CON"1"KAT 1 STANDA1Zd CONS`I"RUCTION G�NERAL NOTCS City Yroject No. 103454 Versian Rekease Desember 18, 2017 Storm Drain: 1. Mai�tain the existing storm drainage system until the proposed syskem is in ser�ice. In no case should the Cantractor leave the existing storm drain aut of service whereby rtxnoff would cause dainage fo adjacent property. 2. Cons�ruct all drainage improvements from the downstream end to the upstream end to allow cantinued storzn drain ser�ic�. If the Contxactor propases to construct the system atherwise, the Contractor shall submit a sequencing plan to the City for approval. 3. Take appro�riate measures to preserve wildlife in accordance with appIieab�e federal, state and lacal guideIines. CITY OI' F�RT WC7RTH 2O22 BRIDGE R�HABII.I1'ATi01V CONTRAT 1 STANDARD CONSTRUCTION GENEIZAL NOTES City Ptoject Na. ]03454 Version Release Decemher 18, 2037 Division 3q - Transportation GeneraE: i. Priar to aetivating traffic signals vuith new or revised signal timing, the contractor should e-mail Aziz Rahman, Sr, ProfessionaI Engineer, at Aziz.Rahinan��fortworthtexas.�ov at least t�ree (3) weeks in advance ta schedule that. 2. 1f new cabinets and controllers are being installed and the controllers need to be programmed and tested by City Forces; the contra�tor should deliver them to the City of Fort Worth, �ignal Shop at 5�01 Jaanes Ave., at least three (3) weeks in advance to schedule that. 3. Unless there is a compeIIing reason, a new traffic signal wi1l be put on flash on Thursdays and warking colors t1�e following Tuesday. 4. Switching from old traffc signal to a new ane, this should he done on Tuesdays only. 5. Notify Traffc Manage�nent Divisian (817-392-7738) Project Repz^es�ntative at least 24-hQurs in advance af all conerete pours. [nspector must be present wlien concrete is pIaced an ti�e proj ect site. 6. �f annlieable, equipment sLipplied by the City will be available for pick ttp froi� th� Tra�spa�ation/PubIic Wor�Cs (TIPVI� Warehouse at 5001 James Avenue and/or the Village Creek Pole Yard (5000 MLK Freeway}. The Project Representative must authorize alI equipment p ickups. '7. Design cansultant shall submit electronie f le in CAD formai as well as PDF { 11" X 17") of fmal signed and sealed plans to t�e City. $. Contracior shall provide a 5-year manufacturer warranty an APS systems. The warranty dacumentation shall include the start date (when material is delivered to job site) and #he end date of the war�•anty and t�e serial number of the equipment. Traffic Signals: 1. The City will not �rovide trafFic signai cabinet or trafFe signa.l controll�r to fl�e Coniractor. The cost for these items must be included in the City projeet budget, or for all privately fund�d projects, the cost must he included in tMe bid package for purchase from the vendor. 2. The Contractor shaIl pravide all materials needed to canstruct a fully operational traffic signal as called out for in the plans and sp�cifications, 3. All existing signal equipTnent shall �'einaiza in place and operaiing until new equipment is in place and ready to operate. 4. The Contractor �s responsible for hauling and properly disposing of salvaged material frotn the jab site to a disposal site of their choosing. The Contractor wifl not be allowed to drop off salvaged materials at the City }�ards. Foundations; CI7'Y OF P0�1' 41+ORTH 2O22 IIRIDG� REHABILITATIOi+f CONTRA7' J STANDARD CONSTRUCTION G$NCAAI, NOT�3 City Project Na. 103454 Version Retease Decemtrer 1 S, 2017 I. Dimensions shown on plans for locatinns of signal faundations, canduit, and other items may vary in order to meet local conditians. All locations of foundations, conduit, and ground boxes shaS1 be approved by the Traffic Szgnal Inspector ar the City Engineer. 2. Contractor shall co�tact the City trafFic signal inspector prior to pouring cabinet foundation to be sure that template and bolt patterns are carrect for type of cabinet �eing supplieci. Foundation shali be installed per City Specification and City DetaiI. 3. Pier Foundations shall be poured together in one piece. 4. No signal poles shall be placed on foundations priar to five (5) calendar days fallowing pouring of concrete. 5, Cantractor shali cSean up and remove all loose material resulting from construction operations each day prior to the work is being suspended. 6. Controller cabinet concrete apron shall be subsidiary to the bid item for the contralIer cabinet foundation. Cabinet foundation and apron sha1S be poured together in one piece. Controller and Cabinet: 1. Coniractor shall install controller cabinet and connect alI associaf�d �eld wiring. 2. City will install sigual timing and prograrn coniroller. Conduit: 1. A coniinuous grounded system shall be provideci in �'VC conduit by running 1-#8 bare copper wire in cond�ii between foundations and grounding at eac�a foundation ground rod. 2. AII conduits shall be Schedule SO PVC. 3. Electrical service shall be installed per City Specificatians and City Detail in separate 2" conduit irom the meter to the signal cabi�et. Si�nal Heads: 1. All signal heads shall be McCaanT"�, Eeonoli#eTM, ar appraved equivalent style and dimensions. 2. Ail si�nal heads shall be covered with burlap or other approved material from the time of installation until the signal is placed in operation. 3. All signal head attachments sha11 be designed such that the wiring to each signal head shall pass from the mast arrn througi� a rain tight eonnector to the signal head hracing or attachment hardware io th� signal head. A small amount of exposed signal cable shall form a drip Ioop. 4. All L�D signal indications shall he General Electric (GE} GelcoreTM or equivalent and shall meet the latest ITE standarcis. 5. Signal heads (all displays} and pedestrian Walk and Don't Walk heads with countdown displays shall have LED inserts. 6. Clam-Sheli mounting assemblies snall he used for pedestrian indications. CTI'Y OF I'ORT WORTH 2U�2 BItlfaGk: K�ttAtiILITATIqN CONTRAT 1 STANDARD CONSTRUCTIpN GENERAL NOT�S City Praject Mo. 103454 Version Release December 18, 2Q17 7. All LED signals shall be ofthe incandescent appearance. Al] signal heads shall ha�e black aluininum, louvered, single piece back plaies compatible with McCainTM, EcozaoliteTM, or appt�oved equivalent signal head housings. Traffic Signs and Pavement Mar�iugs: 1. All traffic signs and mounting hat'dware shown on the plans will be furnished and installed by the contractar including the metro street name signs. The contractar shall provide a detail sheet for the metro street name signs with bloc� numb�rs to the City %r approval prior to fabrication and installaiian. 2, Existing stop signs and pnsts will be removed by the contractor upon, or before, the signal turn-on. Detection �yste�: 1. The Contractor sha]] furnish and install the IterisTM Vantage Vector Hybrid Detection System and cable. 2. The Contractor shall install, aim and program all detectors as pea• City Standard Specificatians and City Details. The Contf•actor shall refer to and City Standard Details and projeci plans for detection zones placement. Emergency Vehicle Preemption Equipment (EVP); 1. The Contractor shall furnish and install the OpticotnTM EVP (detectors, cable, and discz'iininator un its}. 2. The Contractor shall install the EVP detectors on the rriast arm as shovun on the plans and apprppriate City Detail, and run one cantinuous EVP cable from the detector to the cabinet. Installation af the EVP systam vvili he p�id for per bid item. Acce�sible Pedestrian Signal (APS): 1. APS units with audible message shall be installed on aI1 TacDOT locations ar at tha direction of the City �ngineer. 2. APS units shaSl coinply with the laYes# version oi the Texas Manual an Clniform Traffic Contral Devices (TMUTCD), 3. APS units shall be installec� per City 5iandard Specifieation and City Detail. Battery Backup: 1. Tf ealled out for in the plans, batte�•y backup units supplied shall comply with the City Standard Speciiicatinns. Installation shall be completed per City Standard Specifcations and City Detail. Traf�c Control: I. The Contractor shall submit a Work Schedule, Traf�c ContrnI Plan, and acquire a Development Permit from DeveIopment Department, at 200 Texas Street. Contact Ck�uck McLure (817-392- 7219). CITY OF FORT WORTH 2O22 BRIDCE i2EHABILITA'I'IOi�f CONTl2.4T I STAN]JARD CONSTRUC7iDI+T GENERAI, NOTES City Project Na. 103454 Version Releasa December 18, 2017 2. The Contractor shall be responsible far the safety of ped�strians and motorists in the area of the traf�c signal construction site. 3. Raads and streets sha11 be kept open io t��a�ific at ail times. Contractor shall arrange construction so as to close only one Iane nf a roadway at a time. �l. All construction operations shall be conducted ta provide minimal interferance to traffic. All trafftc signal equipment installations shall be arranged so as to permit continuous movement of traffic in ali directions at all times. 5. Contractor shall be responsible for any signage necessary during construction. 6. Unless otherwise noted, it is the contractor's responsibility to ensure that signal indications and timing are adjusted and maintained to ensure safety in work zone at al! times. 7. Any traffic signal modifieations during construction are subsid'lary to traffic control plan (TCP) pay item. 8. Any traffic signal modifications should 6e in compliance witl� the latest version of the Texas Manual on Uniform Traffic Control Deviees (TIWIUTCD} and the City of For� Worth Standards. 9. The contractar shall submit any propased traffc signal modificatians to the Traffic Signal Section for their appraval ten (1 Q) days prior to any changes. ElecEric Service: 1. Install the required electric services and obtain an eleett�ical service p�rmit in each instance, cost of which will be paid by the Contractor. 2. The electrical service shall he i00 amps with 1201240 �oltage branch circuit and shall comply with City Standard Speci�ications and City D�tails as applicable per plans. Luminaires: 1. The City wi11 nat furnish iuminaire material ta the contractor. The Gontractor shall furnish and insta�l LED luminaires for traffic signals in accordance with the latest City 5tandard 5peci�cations, City Details, and plat�s. 2. All new streetlight pole types shall match thase of the surrounding area of Foi�t Worth for which they are being installed in. Contact the City Traff c Management, 5treet Ligh# Section at (817) 392- 773$ %r direction on Iight pole types allowed areas. The same poles shall be consistently used throughout subdivisions. CITY pF FORT WQRTH 2O22 BRIDGE REHABlLITATION CON'f[tAT I STANDAIiD CONSTRUCT[ON GENERAL NOTES City Project No. 103454 'Version IZelease i7eeember 18, 2017 ����v�� St�md�r� �o��t��c���r� ]DetaIl�s '�`11�II1�� �A�.G�E L�C]E"�' �T'I']EI�T']C��I�TAI_,I�Y 1�1L�� 2022 BRIDGE REHABILITATION CONTRACT 1 Ci#y Project No. 103454 9 ������t �otl� � + 44„ �l�T ���'� -- ----�� - 62„ _ � - s� r 1 � �� .} 3" � �€' I' _1;�� + 2 � 1 �� 4 � 3" �„ °' ����I� S1„_ g � 1 ° TYP. -� NO'��S: IF RPPLiCABLE TD THE PRQJ�CT, CONTRACTQR SHALL OBTAIN V�NYL STICKER "CITY GAS L�ASE REVENUE IN ACTiON" 1 L�GO AT GDR 51GN AfV� �NGRAVlNG, 8311 EAST LAh1CA5TER AV� (817-451-4684j, P�EL AN� PLACE IN FUIV�ING SECTlON. PROJ�C� ��SIGiVA�IOiV SIGiV CI�'Y 4� �'�Ri W�RiH - CONS�'f�UCiION SiANDARD — 3" 11�� _ ��nl�C`�Lit��. ' 1�� 2 22��- �on�ract��'� �a�ne 2 — 11� �2��- Questions on this �rojec� Call: � 2 — 1" �2° -- 4�� 7) �9� tr XXX)c —1" 12�� — After Hours �all. (�17) 39� - XXXX � . 1 � �„ ., , � LR1" TYP. FONTS: FORT WURiH LOGO IN CHELTINGHAM BULb ALL OTHER LETTERING IN ARIAL BOLd COLOR5- �ORT WORTH - PMS 288 - BLUE LONCyHORN LOGO - PM5 725 - BROWN LETTERINCy - PMS 288 - BLUE BACKC,�ROUND - WMITE BORDER-BLUE DRAWING NO. 1 - H DATE: �� ai �so � E � �i � � m Pw:/ '� CIT� OF I��R'�' �'��'1�I, '�S 'T�,�SPO�'T14T`I�I� �i I�LLT�LI� �O�]KS �]��1� IiI�P� F�� SIX (6j LC9�.�.T"��NS �� _ , .� � SSs:ew�_ � .�I -� ,� -il -I - I n ILr' c � �� ' ���Lt YU �.�:�,-. �" � _ '��r�'u�a ����s TR]B ❑F LI SSiL CREEK} � � r-�.�,i NBI ND.c 02-220-0—ZM42-58-003 EACHAM BLV� WB a'�n��• _ � �TRIB OF LITTLE FQSSEL CREEK) o-x�r�r.r, . NBI ND.: 02-220-0—ZM42-5$-004 '"l ' Y� , * e. � , � �i � � �' ��r ;�, _ _ . .'.xxxti=s+ , ly , _ � 4.R DUY: � +�r,h ]F .. , � �art Y�art* 1'a:� Fort w�ard3 , �� •� �� RRYA�iT IRVI�J Rfl (V€CKERY BLVD & UPRR) � NBI NO.: 02-220-0—Z883-00—OD1 � RRYANT IRUI�I Rf} �_ (�R,4INAGE REL[EF Sl'STEM) — NBI NO.: 02-220-0—ZB83—QO—�02 �,, ��� - `,3 — I Y R SYCAhAORE CREEK LOCATIRN MRP NBI NO.: 02-22�—D—Z527-37-602 H.7.S 'T`�1�S��TA'T��� �i F�L�C ��� A�JGLT�T 2022 � � �� FST 7TH ST rmtx �FORES7 PARK 6LVD/CLEAR FORK TRINITY ftIVER) NBI NO.: 02-220--ZN76-00—�02 , j�;V .,�,. jE OF r �19�i0�e' �t:� '� � 5? Y 7NOW5 C. ASFCRtFT 81471 PE�ISr� ���- ::: �� �� i I. GENERAL i �r�E 5neEr 2 {N�IX OF SHEEfS 3 E51'IMATEO flUPNTlTIES li. BRf�GE 4 BR�LGE REPAIR Offqll.z^ � 9KY1�Ni ERVIN R6 OVEFE DFWNAGE REL]EF SYSTFAI 5 BRIllGE kEPWR 0€TAILS — BRYANf IRVIN R� tYVfR VIGKERY BLW AN� GPRR 6 APPRGAGhi SLAd �EPLACEMENT OfTAIL.S J— 8 BRI�GE RFPNR �EfAILS — E SEFAINARY �R EB OVER SYCAAIORE GREEK 9— 70 9FIi7GE REPAiR OETAILS — ASEACHAM 9LV� EB WER TR18 TO L3Ti+-E FOS�^lL CREEK 11 — 12 BRIOGE REPA4R �EfAILS — MFACHAAI HLW WB OVER iR'6 T4 LST'fLE F05S'iL CREEi( 14 13 16 Blil E REPAIR �ETNLS 6�WFST 7Ri SSRE�T WER F6R6T PARK 8WD/CLEJIR FORK 7RINRY RNER ii BR19GE AS—BU�LT PWdS — WESI 7TFi SIREEf OVER FORESi PPRK 6LVa/CLEAR FORK TRINfIY RNFR 111. STANfTARf]S Ss aas—c 19 — 2I7 CRCP(i)-20 21 -- 22 C5�6 23 CaF 3I —i9 24 GF 31 tAT—t9 25 — 26 GF 35 TR—ll.3-26 27 S�1 )31—tS 2$ SGL 175)35-18 29 S 725�'51-1$ 30 SG'F 75}37-20 �lBOVE HAVE B�EEN SELECTID BY MIE 91t UNQE4 M1' R�Os p��al�n'irP.°�swN rs aq�uc avPurae�e ��+"�=drJG ��P.E BIt9I2QTL iTiOAAS G ASNCRI�}i. P.E. oATE w,o 1}4 Gk w �,e w�., �. e.rr TGl iE%ASI SHEEf � OF 1 e...a Tw � � I� ��I � rw, I I ��� ' � IFI'15f AF� ffPtllLfliflFlI11 Cf�Y OF FORT WO H BADGE REPWRS ItJ�EX OF SHEEfS � ESTIMAT�p QUANTITIES eio �S Nub�eo2 �04 io� iaa ioa 3�o isz sso � atiti sao� sois sozr sov saoi soos sooi coza soos REMOVIIYG CA13C REIAOVING CONC REMOYlNG CONC REMPONNG CONC ESfCAVA710N ���'� C6NC PVlliT 81Q fTEA�I D6CRIPRON {PA4n (SI�EW51LG5) (Cl1Re) (PPPR SL.4B) {ROA64fAYJ ��P��RB, [CC�P �� - ClfRB {TYPE IQ CE3S 5fABIL BKFL BRIOGE ND. FEATIli2E GRRIm FE4TLRE CROS5ID LACA710N SY SY LF S'! CY CY 5Y LF C'� i BH1'AN� fI2�11N RO �R4INACE RF11EF SYSSEAI 1.4 MII.ES NOAiH �F SH 1B3 83.6 5.6 R86.2 279 22.8 S1B.4 279 2 BRfAM [RUIN R� VICKER'f HLW � UPRR 1.5 MILES NDRhI �F SH 183 257.1 150.2 2�5 t7,6 235.6 245 3 E SE611NARY �F EB 5YCA1�10RE CREElC U.86 MILES E45f OF IH 35 4 IAEACHAAI BLV6 E9 TI21B TO LITFLE FOSSIL CREIX �S AlILES EPSTOF IH 35W 5 1dEACHAI7 BLW WB TRIB 70 LITSLE FOSSIL CRmC 0.5 MILES EPST pF IH 35W 15 75 fi 41ESi 7SIi S7REET FOREST ppRK 6LV6 7.5 AIILES WESF OF IH 3$ T4TpL 346.7 5.6 75 636.4 A64 39.8 415.6 75 163 ESTI�IATEp 4UANTI71E5 (CONTINUE�} B1� f7FM NVMBFR A20 420 422 428 429 429 42B 43B 498 531 540 ' S4O 540 _ 6057 6Q74 60k5 600t 800'] 6W9 6�X:( 6001 fiQ05 5662 6001 6906 6016 PENEiR0.TING �pNG y'7k REPAE CLEAhING ANO MT� 6EAM G� �qWN$'{RF_4#�I 91p iYE}I DESLRIP7IOH �� C�NC C1 G GONC APP�C� 5� CONCRcT£ �Y�� & A:qNC 57R RF�AlR REPAIR HANGER SE4UNG EXiSnNG RFJA{YV STR CONC SIDEWhLKS F.iTL W-BEAM Gp � T�p�S NdCHOR 7ER�3NW, (w��ucwws3 (M�sc) ��.�AINr ov�xwEw)� 45rnNnr,�o) �aour ancic�' ,wirrrs t'�N�wn�7 (s"} FeN C�+ Pos17 �wE-s�r.M) s�aH BRIOGE N0. FEA7URE CARRIE77 CY LY GY SY SF SF EA L� E4 SY LF EA EA 7 BKYPI4T 1R41N fl0 145.9 116 5.6 2 HRYAM IFVIN RO t2 58.5 _� 46.0 (7� 729 � E SEMINAftY �R EH 50-tl I � 4 IdEtGW.VA BLV€J � 5S 124 E8 3 fi2.5 3 1 5 MEACHAM BLVD NB 1.8 2.8 48 1 12.5 7 6 WESf 7IH SRE£Ei 4li82 444.1 15 TOTAL 7.3 t.2 204.3 i592 75.2 490.7 75 332 4 5.8 125.0 4 t ESTINATFD Ql1ANTCfEES (CDNTI�iL1ED) BI� �T�,M hlll��� 942 544 7�6 �80 ]80 � 6007 6�9 60.53 6001 5002 693 L - REMQVE M�AL GEA4R�RA3L END CNC CR4CK CNC CRACK REP SR BRI�CE g10 I� �ESCRIPTION BEAdI GUPR� 7REq'11AF.�IT REPLACE STE1 REPAIF REPAIk ��8� rn ��N �� R.a (�ISCREGEj {p15CRETE) �5 FENCf (1N57A1L) M£FAB�ER� (GRAYI7`!) (1NJECT} 9RI�GE FID. FFARIRE CARRIFD IF E4 LF LF LF EA _ n£i u u o � ��. ��N R� 1 AODENOIlM NO. 1 TGR 9f22 � I I I I �w ae�mi ev o.r_ 2 BRY�M IKViN ftb � n � 3 E SE�AIf�UtRY 6R EB 50 i89.3 ��!-.�� p 1EMA51 ^i�lE➢FpGI ING/IAIIF-f141 E a �tEacwun e�w m too 2 a `� MFl�LFiAM HLVD WB 25 1 Cf7Y oF F'o� woftTH �IF1GE REPl�RS 0 s wFsr rrs� sre�r so.o �o.o sz4 E571MA7Eb 4UaJV71TIES � Tor,a� ,Ts j sas.s io.o ia-a �za w 1QINCUJOES A 100R INEREPSE FRF7M FlELf1 E765ERYm 4�n6. w...� rw I��s�l*Fx.sl �.�•�•R � G SHEET 1 OF 1 e.ay raA I� I ��y I��I �I � 7 px:/ 5'-6' , 2S'-4' GRGP I APPROACH SU8 -�i�aRn�H SLn8 REPLACE CONCRc[E SAB REPU9EMEM CEfNLS PA'1�iFM W� CRCP {Y}� � I � � ¢ �' R S�Ef IPPR�DhCH„ g� ' 5LAH REP[ACE]AEN! �Ef� w REPSl,CE CONCRE(E � PA�N�Nf wfM �CP (7'J Ba�'M i 5'-0' GidCP � �,,....�.....,� --�----- � LFACE OF IXISf CURB Lt� r7fPAN510N ,loM! (7YP} `J . ^ �faCE OF DnST q3R9 L �`� } SOEWALIC `FACE OF OQSf � 9Po�GE RNL � EN� BRI�GE ABllfhiENT N0. 2� ¢ BftfM'T IRJIM RQ ------ � _---- FACE OF fl(IS! C11P8 � �FRCE 9F �fIST CNi9 �BR� RNL� � FJfl5f 510EW1�3.K� �, � ��� 22'-4' � APPROACH SLAB ' Pl.AN �wor �a sca� APPRDACH SLAB AND CONCREfE PAVEMEN7 REPLACEM£NT NOTES: 1, pR'cM ��IXfSf1�NBG� 9.19.Wo o61GNAhD Pol(IIONS oF EflST�NG COHCR£Ti z RE]Irn'E f7P5nNG EAIBV�KAIENf eE}ilNo A9VYNFHtS 70 'fHE L1167'S SHOIMN ON THE 7%�OT STANDA[�Q L5A6 FOR OPfWN i. IElNPoAiRY SHOWNG AIAY 8E RE9tliflfD FDP 7NE PARRIL Rd16VAL OF ENBAIYIfA{ENf MI CWR�INATI4N WfM C PWis�NG 115Efl BY S17E CoM'RA."NR. pANAENT FGR TfMPORA,4Y 5HORiNG WlLL BE AIAOE $U SiWAY TO PAYMEM FOR CSAe. 3. {NSfALL CSAB BEMUND ABUMENfS ACSORPING To hiE ��'i S7ANQARo Gqi6 FPR dFR10N i. 4. WHOtE NECESSM1RY FOR GPI�➢iNG TIiE CRCP INSfALL EMBI�NKMENf TYPE B NtlU COF�hCT USlNG 9� �COM�PALTD��AY SA �w�T�7E SUR�� OF 7HE H�4 ODNC�Tf PAYEIdE��T TO 9E AT 5, sEE ZXopT RNpw4o B15-E fOR APPfiOAGH SLAB pE1NFOR�CEMENf, OEfAl15 ANO 67HFR fNPoRIdATlON OT SHONYi. 9REAR9qCK TOP 6F A8l1TMEN! SACKWACE TO LIDAfB SHOWN ON MPRWJCFf SIAH REPL4GEASFM �ETA1L$ 51�EEf. CLEAN ANO IX�� EJSfING ABUTAENf BAGKW1ul fmNFqRCEa1EM IMb NEw COM5fRt1Cf5fSN. B. SEE iXDOT STANUhfi� LYiCP FOR CONCREfE P!4'ESIEhfY RFJNF'0(iCE1IEN7', OETWLS AND nDd17tONAL INFORAIATION. 7. S�E%77�N510�N J�Ofs OEfARS FOR INFORI:ATI4N ON REI�sE OF QU�1NG 5£SIED F:cPANSION SI�EWALK REPAIR NOTES t• wM��'-pE �CEWN.K W�S SE�fRID�eNUK ]N ARFAS 3. INSfW. EMB/.kKMENT 7YP6 ��`6 LUAIPILT USINQ ORaiNARY OOAIPACffON P7 BRINC IHE TOP OF EAfBIWi(kfE6R TO BE 5 INCNES 8E4PW 7WE SUFFqCE OF TYIE ��NG AOJqGENY 510ElYALK PAYAIENf FOR E1fBAN1O,IENT lY'AE B TD HE SlfB610WiY T� 5lUE%LLK CONCREIE 3. P61JR SI�EWALK AT A 5' THICNNE55. PROVILTE TIL�Qf CL155 A' CONCAEfE, Fx -],uon psl. * MI�iNC�E55�OF�9GE�+IYPkK IN�F.A�CH�WARECItON. PRWI�E GAA�E BO KSI RHMFORCEA4EN1: CONiFACTOR Al4Y �5E EQUIVALE7�(! 512 SP/1CING OF W0.�EC M7RE FABFMC FOR pLAGEkEkT 0 REINFORCEMEN7. �._6, ?0'-�" , 1B._�. �.�. APPROaCH SCnB CRCP /iFPROACH SLAB r�s rH-�ira�)'aw+c's Ewux r �ucE coNcrrere \ �\ �PAV�.7INf' w11H G4CP (7" �� <<��� � : 31'-Y NPROACH SVB !-2� I o f�LS S�'�PRCACM iY/ .� �- e ��� 20'-0 4 N \\7,\..,.....``'.,, i --�-- -f-------. \ ` a BRYAI+i IRNN F� BfaoGE py�R �w v�cK�r e�w � uPae a I :a �� '� N I�,.; �P „ : _ � �.5h9 OFlIDIv 7) 1YP ean �rrRoneri !ues s�iaes 37'-0" 28'-5" CRCA MPRWCH 54�i st.-o-. GENERAL NOTES: 1. CONiRACTOR TO COOF671N41E WiM CI7Y ON l?NE pA5�3f7E. 7FAFFIC CaNIROL i5 SUBS�P�' N �NR Gpsf. Y. AS-6UR.T PWVS NOT AYluuqLE F6R 7H6 BFt[tlGE. COf�fl'RACTGR TO 4FRiFY REpM1R ►RE45 Mf0 �iAl1EN51�N5 IN THE FlELO PR10R TO OROEPoNG NBI 02-220-0-ZB83-DO-062 � ��'0;A'�� r� -.iCe .:.i .......................!.:. nlaAhS G A5HCAFFf ...:............ ..........:... ���B1417� ���� ' 5,�� , ;�,���.��- AL1TERULS. � x�cx er o� 3. E%{SLiNG 6ftIQCE IHFORAfAlION AC9UIRE� FROIN �� $(7E� � 3Cp �CTE4 3ULY Zl, 2620 AND IFAASlELISilXL➢ EMGIXlRSMG H4M f-�tl� CI7Y OF FO�GE REPl1iS BRibGE REPAIR aETAILS exra�r irmN R� av�R QRNNAGE ��1 wo +a e «e.. i�a �� ZFNASI SHFET 1 OF 1 enns lu� �n I� ��I � � O n ,� � � �, ��..,� � � �`��'' � � � �9ENT NO. 2 r� �p^.�IST Ct1RH E%IST S1tl6YALlf 9f]Jf N0. 5 �F.�CE OF IXIST EN� BR€�C'iE i �'t ERYAN7 IRUIN RO `,�,�, 9RIOGE RNL A$l1iMENT N0. e1 �� _L _� _.____.��___. ,�. ____.________ $ ,4', S d ��1' � IX7Sf Sf�E1YNJi ,1L�'�� -- rFACE OF IXISP CURB '1�1 } rfACE OF E%iST � � ` + ; � ~ \ / �.�` �BRIf7GE RAIL ) 7r � '�'4� S�� REPtACEMENT OF pPPR0.4CH SlABS !W� CONCREFE PAYENENT HEIWFEN $PoOOE �W GE RELI� B�Slf NS t5 allAMlFlW WIiH BRYlWT IPWIN RD d�ER OR�UN�GE �v� sts�E3A CDNCRETE 5P,4LL REPA€R NOTES: 1. yyW-Clif 7}IE PERfMEfER 9F REPAIR MPROXfMA7FlY 1� TO � INCh'ES Bllf DO N6T CtIT IXIS'fING REMFORCIN� S� �� bEpTFI k5 NECESSHif TO AY01� OAW�GING RERiFORCaiENT. 2 [15E ONLY FW76 TOOL OR POVlER-tIRIVEN CHIPPINO TOOLS (15-LB kuMNER !M%IMUMj TO REMOVE COMCREIE. 3 7�NE�BhR SUHRIC�IIHM1Qif �CEXPOSE�F C�L.E,IF�ANCE�9E� N�TH�E 9 R�� dN� 7HE SURROUNCING CONCRETE LS pflpJIGFD. 4. 17EAf64E ALL RU9r AND 6THER �ELEfERI0U5 AIh7ER1AL FR61A lHE DtlSTwG RF]kFaltGilG SfEel T6 ENSVRE PRpPER B6NOENG Wrt1i nie REaux �uT�uu, 5. FO[19W h1E 7X�OT 'CpNCRETE RFPPIR kATE,7L1L', CHAPTER 3. P� PARATIGN. IMERlAf�U7E SPALL RFPMR, F6R CONCpEfE SLIRFACE 6• ER flllfRfMEIS1SOF T�OT oMs 46�S5pFY3RTERWS�ut�'RTIN� lHE 7. fULIAW AUNUFACNRFR'S RECOMMEt�4TON5 FOR Cl1HltlG 9F M47ERW.. NEPAIR DECK SP.4���5 (23 S _• � . SEE BR[�GE �ECK SPA1L �aR ��4ULS PLAN {wor -ro scn�7 �A£dlAN REPAIR N07E5 1. �AIOVE IXISTMG NiJCRfTf lAEQIAN IN ARf45 WHERE MEOIPH HAS SiRE�. z rc�sv� eusaN�a�r rnE a auo mhrancr 1ISiNC OROINARI' CANPAC'fION TO BRIMG 1HE T6P DF EM9WKMEHf iL 9E 5 fNCHES 9ELOW T'rIE SURFACE 6F THE IXISTING ��ENT dEE6WN. PAYMENT FQR QdB.qNKMEM M'E 8 TO 9E SUHSEaWRY TQ IAmLW CANO7E7@. 9. POUR IAE�4W AT A 5' 7HICKNE55. Pk041�E T%�6T M a� 'R' CONC3EETE, Ce � 3,000 PSI. S. PRWi6E 4@M�'o AT 7Y C-C SPhCIi1G AT M7o-ijpC E�i OF iA'�GN IN �M 9��T�tlN. PRON� t,YVA�E 60 KSI RENFORCd1ENf. COMApGT6F F�ABRI�pORUP-AC�Mft'fr o�SRdNFH'O�R(�,[eWE19m WIRE APPROACH SEAB f+N� CONCRE7E PAVEMENT REPLACEMEM NO'fES: 1. REAICJE TME EXLSTING APPR�S.'N SEAp IN� �^I�NA7Ep Ppiff10H5 OF E7(l5iING CONCRE7E PAVEM@Jf 6E}IIN6 ABlIfkENTS. 2 RE�UYE EKISTwG E]IBPNqAEUT 9EHIN0 PBL�MEMS TQ INE LI7�[IS SHOWN ON 7HE Z%➢07 `s7ANDAR� C54B FOR OATION 7. 1EAIPORARY SyOREJG MAY BE RE9UfRE0 PoR hEE PhR51AL RE?101dLL OF 6A9ANK41EN� W COORWNA710N WfTH TRAFflC PHASMIC SJ5F.G By 7ryE CONiNACTOR. PAYWEN[ Fq� TpIPp4�li�' SHOR�MC WILL BE hU�E SI1B510W2Y TO PAri}FNT FOR ES46. 3. INSTAiL GSIB SE}tlH0 A9UTNdf�5 qC[�RaING 7o THE 7x�aF Sf�NOMo CSAB FOR QPiiON 7. 4. INSTALi Fd/H4HKMEM ME 8 MI� COAtP.aCT t1SING OR�INMY COA1PM19ahf m ALLpW 1}{E SURFACE Of 'fHE NEW CANCREfE PAVE3dFM 79 3E AT GRAOE WfTH TliE RG4UWAv 5l1AFAE&. 5• �0 O7HFR �li� NM S�FIOVM 6�RFF,A�ICBA.c�Ice7OFN9��FJJf��B.1 !(SWILL ro u�ms sr�owu oN rwrrao-i,cx sua r�ePucanoar Dera�s sr�Er. a�w ,wo qcTfNL fX1557NG ABUI6tEttf BACIfWl�I,L RlNF03iCf},IEI�f INT6 NEW CONSIRUGTSOtlY. 6. SEE T%DDT SfNVUAR� CACP FOR CONCREfE PAVA�EM RE7NFORCBtENT, o�'pn.s ww womowu wraRw�noN. 7. SEE E'XAAN�pN JOIHf DEfAILS fDfl A�ORAWTION OH REliSE OF WS[ING SFiLLID IXPAN910lf .IOtNT A7 PBUT7ANE15. �I 3'�" f xe'-a' APPROALH SLRB 79'-8" 5i'-Y � CIZGP [26'IACE PPPRQACH SLAB - SEc^ APPROACH SLA9 REPIAr,EVAENT DEfI1L5 REpNp 5EI'fLEd MmwN �i.s cv) �\\ � m �� �o!I o� „� �'-0' I'wsiae°'`�" GENER.4L NOTES: 3. CDNiRFGT4R ib C-0OROfNATE W[iW Cf}Y {1N L�WE C�0611Rf. TRAFF7C tONTROL 15 51]BSId1RY TO REpA1R C65i. 2. AS-BS11LT PLANS h'OT AVAIinBCE FQR 1HI5 BRfOGE. d11�C�ENSWNSRIN � E9EPRqP�TO DROERItiG MATERWL5. 3. EXISYING BRm� INFOWMTION AppLIRW +�E07�1 SrtE 195fF5 CON�UCTFt� JULY 73, 202� M'6 QECEMBER 17, 2021. aREa nvrJ 4'-�0' � � f � -__ - __� r '! I� ��/ I 1 - I y I � �� �------- -_ _ �stiw-cur ur+e {Tw) tpNFORCR�EM (�'Pj BRI�GE DECK SPALL REPAIR DEfAILS pn:I � �-Ir � I � I I � � I s a � � i � � •v �I 1____J I 51�-6" caca 77•_B• �� � _ ___ � \ o ry Nai oz-zzo-o-zea3-oa-oo� �t� °F r ��f?��� �^E!'y3, 8N9/26« .:.i ................»....::.:. T3i6u0.5 G. .15KCRAFT ...;. ,..&is��t.... �\�'C�SY£fl� ��'7AL �,G, ,� xe. xnmm rz C��� !Fl}5 R i➢ Lly lQINL ARII F(I61 Ci�Y DF FC'�Rr 'N9iiTFf BRIOGE REPPfRS BRI�GE REPAIR �E7AfL5 e�rrvaar iffviN r�o ovm CicEs�' BLVD & UPRR �..�r z.c 6W"�' f .�w.e.mw.�. �+ _ . . TCA 8 FENASE sy�r i oF i�� � I�I�I � �' ��bo d�d3a _wz�. .. db � �� 1 yr!��� � ./ "y��� yr Tv ' `A��� :�F!sw b'g�a'... ��� � .. � x. �' �...,.�+. 1�"�Ow�ijyyS� �r ?OO�Ot�.,_ .KB ��mo - - ^ � ���'�� s��'Ho�� �a �n e,,ol ��o � ��b\ ���� J;� \ �'� �� s ` ''� 31�y� � 1 , ��� � �� �s't��a'�'D � Q9 �1&� N `rJ ,� ySyTj �O�d ��, µ(Lft��S: �'J_f����� � ���� � - ,.�p �A � 'm���°3�,y'",� sr ���s � ��� � Oy �ltSp�'�OP �!l�y� p0 8i yY� 76y���i�� �,,.� %l�d `��`9 p__�Y�p '�Q 1MIpr �y015/trydk� `.,K� � �,F �� / � / � / / �'7ly,p �3a""'�3�\ \� �u / �.�. "�"��"^� �`"��re� / �"� 9"�,`O , i�� l i �../ ��� I `C; FhCE OF IXISf , �, BRIOGE RVL i i �' BEGW BRI�(',E BENS N0. 2 i I i _ ' — " — " — ' — " — " �9{l�ENT N0. i � �i ElIST MPROhCH 5U,8� ; FPGE OF f:tlST �_— ewoce Rnn 'I'. v,-�� J IXIST AIBGF� • • •- • • • � � -� TO RE]WN .� � _ � 4' _':.{ 4. '. � � I'.t,�_{� .~- � E��•�.�~ � �M G3� l� � �� ur'u'c � E x F. � m ,w:i _ ;{ [�„�,'[1`r�::� .�D:�ti.t"-i�.! �\. � ' ;.ti= � i ;a� �� `::.' f��. ti .�.•. = t . .�,ti t - �_ -'��:�.1�.� _'� FRONT FACE OF EXIST �IBGF CONNECTION � ii v� iTj � � � �oa5f sio�vwx �-Fac� oF pnsr cuRa ; f � BEFlF ?I�. 3 i, i 6�1T N6. 4 � I i 9ENf H0. 6 � I� � — " --� `� E 5QIfHhRY �R EH• —' ^—� • ^� fX�T SIUE5YAL1l �� rFAC� oF dNd9f CURa �+ �1! � il� il'i :•.I tii t,l .... _ ��auce wsswc Menu. iwaowu� (589.25 lFj - ScE RAIL OETAIlS PLAN M��� ���� ���-ry — - ++� - _ - - - r-c'+- -. -_ -:.;t. . � � _ _ _ -_ _=s�+ { } . �����k �� `� -- - -' ~ - . �� _ — � _ #, _ . ..��_ �'�_r' ��-.�' � -- �� .'�: -� � " .��.{--v_ '_ -.,� � _�. ��;�r7`.*.� � � r �. } . �� Y + �—.-��_.. " " .s BACK FACE OF EXIST FABGF CONNEETION PHC1T05 OF EXIST MBGF CONNc'�1lQN GENER,4L NOTES: 7. CQNTRACPOR TCa COOFOWp7E SVfiH CrtY ON UME c�osuRE Tw�tc cornao� s suas�ouar �o REPNR C04'r. 2 C6NTRACTOR TO YEPoFY RFP.UR PRE45, � �aos PmoR ro °oRo��uo �anmaais. 3• 475� ONWIOG�LE InFNPW�IA�LON2. ��RED FROM SIIE MBGF I�OTES: 7. IN5TALL iAE€AL BE4N C�JAR17 FENCE PER 1XU67 GF(3�)-�9 Sr�NM�RP wMERE f.00�7W IN PUN. 2. ATfACH PROPOS6ED ISBGF SO FXISf WINGNll1 FORI RRL1' 7Q Fe ISIING CRNNECfqNS. SEE PHGTOS EFlEk�.'C �ua ea3ocE / ABIf[1.fFNf N6—B " — ' — " —IXISf hPPRQ�L}i SL46 I 69' IXI5i MBi',F I� W5F tJBGF TO BE 3iEP1.�E� TO REk41N NBI 02-220-0-Z527-37-062 �P�EOF �....L....�.��, 8'?812022 t y'� �1Y !' �. ..`.`.......:c,7. .... �� �. ��� ---: ��............_..� ... g,4„ �� �� �,G�� �'—� X_ __� �1��i��." IEYAS AFGtf'f[AF9 EN4tNlFAEN411RNFRGI � crrc ae eoar worcr� sxroce eeraRs BRIpGE REPAiR DEfAILS e sauiw�r �R m a� wa �� CAMORE C�REEI( �.. �.o S� � I �. b .> �.. e.�... .0 s *cws i sN�r i oF� v.�.. rw I��I � � F.(isl' CONC� ftNL mm 3_� l� � g� �$� E a �w:f � � C� C I 9'-1' POSL SPA CfYP1 IXIS'f CONCREfE PIRIPLT I` �4S¢" Ou PIPE rSVa' DU. AIPE / / RA1L ELEVATlON fuoaicmc Nartrr�} RAIL pEfAILS �' �'"'a , �� PICTl1RE 4F i1PICAL RA1L PC�Si 2'-434" POSf SPA i AT BAIDCE .101HI5 ONLY 5Ya' OIA PIPE I � � � I I�aya" oa P�PE � V RAIL CANSTf2ElC11QN NOTf5� t. � �'� '��Es* �ti�� � too ANCHOFLS 1NST,V_CE�. PERFORM CORRECiNE NE55URE5 TO PR�IDE WEGUAIE Ga�M IF AN'( dF TFE RF�PFIROE➢s1A4�CE FRE7MI7ESfR�E�IJIRED �pOAU. E➢ RAIL MATER�AL NOTES: �. ����AB1�085 OR F50� GR � OR A53 GR 6 FOR a GALVIJVYLE ki iAEfAL COASPoNFNIS OF SfEEL RAIL SY51EAf. }. pNf�10R BOi75 MU5Y BE Sfi" �IA ASTAS A307 GR A Fi1LiY THREMID R065 WRFi ONE HE% NUf ANp ONE W�RDftIFD S�EEL WASMER (A5�M F43b1 FJ�CN. NUfS Ml1ST CONFORAI TO lSCN AS&3 REqI11FENENIS. EM9m FULLY THREADE7 RODS 1NT0 PARhPET YIALi. wRH A TYPE fN, GLASS G� �� E, �R F PIICHOR A6HE�1+E 6UNi1FlfM A�F{FSPIE ANCFi6P Ehi6Ef1MEHT ➢EP7H IS 5'. YhCHOR AOHEuNE CWOSEN MU� BE am r 7(j iV[,`HI�VE A NOLII�'AL BONb 57�F]3C7l1 IN TEIJSION OF A 31NOLE MICHOR. Wl OF 5 KIP5 (EIX:E QISfM'CE h1USi BE ACCOUMW fPRj, SL9l�Iff SICNEo ANC SFJ�lE� GLCGlATIONS OR j71E MANL1FAEjURER'S PI1BL3$HID LfiEFATl1RE 5H�WINC TH£ PR6POSE0 }NC}IOR !4�HESMc'5 A91EM TO �EVEL9P r�is w� To r�E ¢�w�t � �aaRovr� Peiat sn use. .WCMOR IHSYALLATION, INCLLOING HOLE SIZE, �RfLLMG, ANU ClE4N OUi, M{1Sf 9E iN ACCORDpNCE WIiH REM �.50, 'RA0.1NG�. (x7 �a'Sjn3�u saurro EQSf sic'E� RIJL PoSr �90 � [q335��1 60LiID LGNNECIIOH ��',� 70 4'h" � PIPE -��+f BOLIED COAINEC710N TO 3'p" UlA PIPE i23 93" DU ROI1N� r�c srauciva,5� 80LT5 CA325) � � RAfL •� M � � I I I W � . N 41 B" + �4) �� � � , auGHoa ea�rs � �PCQIdCREfE � •—nv SEGl10N A—A n�t oz—z�o—o—zs2�—a�—oo2 tE'dF",E7-_ b�') �. LUL1 ��P � �'�$f+ :.:.......................:'. I}iOWS G- 15HCRAF'f ""'.....'&1i11 rpt,�iST£ Ar ���� �� ���� �� �a I ��� , �c�u o� Am � n �-im cm oF FURr araar,� r�wrs BRI�Gf REPAIR �EfAILS E SEM�NAR`! DR EB k WB OYER 5YCAYNOIg CREEK n�w,o � � m I �.� �, � rc. s tExtsl o-, r.�o .m .c.�. I �y �'I ,a s�r x oF a.,R� rc.� I e+ I m1E :e �� g_� :�a. VMa E a N a h 0 � s �w'/ AIBGF ( LFj � _ WSCALL SGi A� REMQf'E Ah� pEPu�E R�A7R SPA�L (O.fi 9�j ON REIJQYE INO REP� �rr WlNGWN..L S�5 !17 SUB B&W - SEE SLAB WW6WN1 (t5 LK7 eEue rs�raR oeu,its 52�-6� INSfN.L , ( y�y INSRJl 12'-8' INSfIL. pBGF THPoE-SF�W rS�L4B B SPPLL SEE SLl6� THRIE-BFAWI 1ABGF QAT TRWSETI9H �� �aM a�r'�ae oErdliC rnaxsrtioiu y 1 � BEGIN 9Ri ABU2lEOff ' — ' IXIST APPitQ4CH SiIB— � � ME�CMAN BLW EB� - — B� �NG � � � � o � -�� -- Q e IN5YALL SGT j S2'-� INSfALL NBGF THRIE-BEAAI' TR4H.SR�0�1 � �GENEFiAL N07E5: i. cormeaerok ro apaRoinu�rE wrtti em ou utre Cid511flE. TRAFFIC CONTROL IS St185164L4Y N RFPAIR COSF. 2 CANiF�4CTOR TO VERIFY REPAIR ARF15 ANO Q'MFiL51015 IM ZFIE FiELO APoOR i0 ORkERMG L��TERWS. 3. E%IST11+� BRtOGE LYFORMA710N ACRWiED FROIA SITE NSIT C9N6lICSE[7 ON JIh.Y 70. 2021. � ; ,� , _ � ''\ �'�" LaRi��RNL"� ` u�8GF�25 Lr'�7� S^� � CLEW AN��SEFIJOIMS ' 1 � I (24 LF FACH) - SEE I V I I �]alNf REAn1R DET�1L5 I , I � I ' �� 9EM H0. 2 i I i � F7N BFlIt10E i. � � — ' — ' 4 �a — ' — ' � I ABlmAEHF H0. 2 � �IXISfAPPR0AC31�Fen _ " � ' ' I " ' — " _ ' _ �I i � � �oEPA1.4Bl1iMEM G1P� SEE I � I FACE OF IXISf I! IXISf S16�1MFLIC I hBUiMENi CRP REPAIR OEi�ULS J �9RI9GE itAIL , � � �' / "�^ � ' � �REMN� !wp REPVGE � �REMOVE AHO 1tEpi�AGE WWGYlA1L C35 �Fi DCISIINC M9GF L25 LF1Q1 ��� {NQT TO SCALE} 5PALL AREl� (IYP} �] i � I I 1 —L _J 1 I I_ F'-2� , Y S SAW-Ct1T llNE (IY?) --�- i I I o � � I —I_---- l_ r-o" MBGF NOTES: 1. INSTALL �tiRiE-BF4VA TRRlFSiTION AN(G ItETAL GF(31)1R 7L3-20. AN� G�3156hiFiel)�-19, 5f&51CNtD5 wHERE l.aG.4 IR PL4H. 2 s"G��r.iisQioia sc�r(zs�i 3�e.(oRsa�is}��-ao 3T�� 1VFIEPE LOCA� IAE PWd. EONCREfE SPALL REPAIR NOTES: 7. RE2e�VE AHY QWAciEll OR LOOSE fANCflETE. 2 5AW-Cli'f 7HE YEPoNETkR OF REPNR ,�PPpa7flAfq'fEl_Y u To Y�o-�cH�s eur oa Nar cur oasnHc REINFORpNG S1EF1, p➢J135T �EPTF! AS NECF�ARY TO AV010 DFAIACINC RON'�9RCtNEIv�. 3, llSE ONLY NAN� TOOL OR POWEH-DRM1�"'cN C}IIPPING TpQIS f15-LB HAN4�R WV(IM�M) TG REuOVE E7E 4. WFIERE RdN¢bRCqA[71f IS pfpOSEO, REMM�E CONCREfE FROM i4R011N� TFiE BAR SUCH TNAi 1 fNCH MIN OF CLEFFANCE BE7McEN THE BAR.�N� TF{E SilRROUI�lDING CONC�&.7E 35 PRpV10Efl. 9. RQAOY�E IXP�pTTG RENFOR�ING�I'�fOs EffS�IIPE L PfiOPIIt 6QNOM� WRfi lHE FEPAIR MlSEflW.. G FOLL04V TMf TXGM 'CONCRETE REPA€R MIiTFRUi'. �� MM�'RE7E �%AFACE PAFpAWA7�qNTE 5PhLL RFPAIR, 7� M�N�iF9 RE�E4UIR� O�oo7�N5-�485g FOR hIE REPAIR. B. F'OLLOW LWN�K+�h1REq'S pE[-0ASMDiOAilpNS FOR C11FtlNG OF ]�L17EPoFF.. t� NEVI 1d9GF 70 AIATCH E%ISiSHG NBGF C6h'FlGtJR1TlON. NBI 42-220-0-ZFA42-58-003 �piE.�F.. .� SI1912D22 5 � .S.t .......................e.'.. n+osetis c. rsHcw�r .. :.. ....................� ... Si 4i �t�R \.�'i,F1�T; C�' �G �� ASf1TME1J�T Np. 2 CAP (Fr,citic �sr? N� �, �,� �, c,�� jy �a��� � / � �I i�� � I � p � � L� �p � I � � � �--_� � � ; I 1 ' m � � � ,�� � , i-----____ __ __-- -----� „ L � ,, , Y_.- � ,•-�� ; i - 2,_O_ -- ABUTMENT NQ. 1 CAP (FAGIiJG WESfJ ABUTMENT CAP REPA€R DETAILS �a a� � ! �n CF��� iFTi58EWSiEAE� F%M I.tidt CI1Y OF FORT NYIRiH BRIUGE REPAIRS BRI�GE REPAIR DETAILS MEACF�WLI BLW EB OVER � �t�TO f'6551L�CREEK mu.n. iGn � 6 TF%�5 r� I "'�' ,�„ eaa �. �. I�y�l e. I � sr�r i oF x �...,. u.n I 5? �� $�c � � � c i pw�/ - �s� oEra� ^n• �iF, ;i, P�PPR6ACH g.Ag / E��EN4YN ��O�EB�IS��oM % T9 THE TOP OF lHE CAP ��NG� �� ��'tX15IING 8E4A1 pq5ijNG BFFWNG pM EY(PANSION JOINT �I. i �ON daHf PU1TE (TYP) owc� sua FiF1D VER3FY � �ETAIL "A" (sruo u�cHORs KVT sHowN ca� cura�j JOIWT REPAIR bETAILS EXISTING EXPAN�ON �,QMT WTH n7 pn fl 1711RR�[+ �c�, 1. R� E%15f1NG g�1� IF PRFSEM CLF�N .lOINT 9PEN%VG aF P1L ➢IRT FNa O7HER 0 �IOLYS Mh7ERI�JS IN ACCOR�ANCE WRH YF�VA 4380. "LLFl�Nl11G AN� SEWNG JOINFS" 2 iHRASIYE BIAST CIEW �flS7tkG 5fEEL Sl1RFhCE WHERE NQf RIIBBER SEAE. 15 TO BE PIACE�. 3. OgfWN I�PPfiWl1. OF CIFJ,NE� JOIM1'T PRIOR TO PROCEE�ING Wlfhi JOlM 5&LLING OPEk�TION. �. AUCE BACICER R00 IHiO JOIM OPEn9NG 1" 6ELOW TrIE TOP OF CONCREfc. 9�4CKER HW �AUS� BE COMPATIBLE A MINIMUM„OF 400'F.�THE�BpCl�RR�flO��MUSf QE ��OR 1PRGElt TFWI THE JOYM OPENING. 5. SF?L TN£ .IO1MT OPENING HTfH A CU5S 8. "HO7 AOIfRW RUBBER-" RE� SFlL ]¢' 9ELOW TGP OF E1f571NG CONCRElE SUO. Sl�W-Cllf UNE ' � -�------�•� SpA.L MEA I i ' S�IAa 9�EAM� 0 j � ` I IXISIING BEFRmIG PAP �._�. � - � E7tI5f CONC ��r w SLAB HEAM REPA€R DETAILS EXLSi Cl1RB lIPNRN PQi h�UN�A�-'NRFR'S f@COLf4fNUAiYOk `l0E 9F C�RB ��auKER Roo � �h1�'r RUBBER Sfi4LANf � �OR �� SNs � ,f01NT SEALANT TERMINATEqN DE7AIL JOINY RfPAfR NOFFS: 1. HOT RIJ9@ER SFHJ�NT 'N BE P�10 9Y 7F1E LMEM F00T IN ACLbRDANCE WISH TIiE f1EN CLEANING AT16 SE0.LING FXI517Nf3 .t01Mw' 2. PAV3AE7Jf FON 8AC3CER ROO SFU�LL BE 51185f01AAf t0 THE RFA1 "L1EtiNfNG NIG SES��G E]GS7ING JOIFlIS.� 3. IfSE CW^5 3"HOT P017Rm RI168ER` FOR SEAL MEEfiNC YHE REOUIRF�E�RS oF T%�oT uN5-sjt0. SLAB SEAM CANCRETE SPALL REPAIR N6TE5: i. REhEOVE ANY 64MqGED OR lAQSE WNCf�7E 2. S1W-CiJi 7HE PERI�EfER pF RFpAIR ,waRo%uU7ELY 3¢ TO k� 114CWFS B17T ➢0 NOT Eilf IXISIING RON59RCEN6 SFEEL AGNST GfP1'H IS l�1.'ESSFRY TO A�101� 6NWGINC Rf7NFOREDAEIJf. 3. USE ONLY HIWU N6L OR POWER-9RNBF CHIPPEI3C �oo�s �—ta tfaMntEe nwc�Uns) 10 a�v� cbNc,� 4. RqdOVE ALL RIISf AN6 OTHER flFLRERI0U5 hMTcREAL e�� eu+°on��e'�wrc�n �rr�i��`a'Eeae �ui�mui"s"� s. rvuow nae ncoor'coNCR� �aNa ���'. CtU� S, S£CT10N 1- 3AIN6R SPALL RFAAIR, FOR fAN�ftEfE SllCfFACE PENETHFf10N. 6- ug'n(o0T TYPE VIII NFAT FPDXY CAAtP011N0 MEEI3NG ZTIE REQl11RES4Q4T5 OF 7%�OT �iA5-97Q0, OA15-5110. ANa MPL FOR THE REPA�P- 7. FOLL.OW AUHIIFACNRER'S REC�MSAENaAT10N5 F6R CURiNG OF MAIERUL Ns3 o2—zzo--o—z�saz�sa—ooa SSr�� OF � � �. '.:` ................ _ _.. _". hIDMAS 6. ASHCPAFT ...i ......................i .. 6147�tp '�`�G751E�`i�� A�. �G.��!�. �a. �[mvox e� us CR� rELtspf ffmE mIfNGFdI4F]Y�1 G1Y OF F6Rf YI�RfH 6R{�GE REPNi� BRIDGE REPAIR DETAILS MEACHAM BLVO EB 04ER lRl9 TD FJTR.E FOSSIL CREE#f �w.� K+u o :8 �ow. �e nmwc. m. ., ,,.�..,, rw s i[ws ce� «�.�. °� "` SHFsf 3 OF4 a.am I �ffi�I � '*6 GENERAL NOTES: SAW-CFI� LINE {7YP}� m� i �! �� � a n� p(�g7 CONC. � $o SR19LiE OECK� � E � a ; � a C m�+N:/ P1]fiflON OF E%LSTWG c�a�uc��pu�ro REaUceo �F�N ,WO SEAL JOW�5 2. LF � - SEE JOINf RFANR �EfJJ �� �� ' II � I ' ���� ��� �� � BEGIN BfiI�CE 1 � gEM N0. 8 ; I P9lIfMENT N0. 1 1 �' _' —"—'— ' �;" _ "— �—' — �) EQST APPROPLH SVB I � i l' � I � FACE OF DGSf �` f� 4�� BitmGE IMII � ! � . -' , ,. . . , =U _ 'r � �a�J 70 RFSfNN i2WL4CE {75 Lf} J 9ROKEN QR2B _ SEE1-- 1 CIfHB REPAIR DETISLS RFPAIR SPALL t.4 5 ON CANURETE PAWiPEf - S P REPkR 6ETAILS I �Q �FyEWAY �`� IXI 7 SI�EW I r IXLST S16EYlPLK � I � / .L � � / I ` r � i � I � END B�GE �gT EpGE ��A61iIASCSf NO-3" — ' — " —' OF PAVEMEN! � I I I ^�� APPpOACH SLAB i � 1 I r � I / R�N�CE I�FUGWlLLL (35 L� '��ov� oc� G l+ J I _ tj- . • a e e -�^� INSGLL 72'-S' IN5IY�LL SGT ' THRIE-�AlE NBGF ' 7RANSRION PLAN MBGF NOTES: (Nor Ta scai.� i. usrau rnRr-e�an �ruwsmow u�m( uerls �dND RDS 'NHER�C �LOCA F 3 t1�0 PT-�19�J-� B• N z. �(, $�o B �",�(P�3�1 780R��rt;5�'3i—� STAf7UAR�5 WH£RE IACATE[7 1N PUN. 15'-0' 29 SPA = 14'-+�' � — f4 BAR PIN SPAClHG /rsPw.� ,v�En C�7 _rn r rIXPoSE� REINFORCEliENC [fYP) �� 7• 2" 5' 3' ?� ,� e _��� �___1 uree LIXIST CAISC 6RIOGE �ECK SECTION A-A 1. COpiRRGf�R TO C001[D1W1TE W1SH Cf3Y �hI �AIE CLOSURE THhFFIC COkTNOL 35 SII�SIM[M TO RWNR C�f. 2 COMRACfOR TO VFRIFY RFPPR MFAS IN� �1MENSIONS IN THE F�QD PRfOH '�0 ORDEREHG UpTQiWS. 3. IXI511N6 BRIUGE 1NFDRMATION ACOUIREO FROM 51iE Y6R CONOIICTE� Oh' �I7LY 70, 2a21. P3N iNsrn��a.noN rro�s: 7. II�5TALL PoN5 A MIINIMUAI OF 3" 1NS9 SOUN� CONCRtfE 2. CLEAN HOLES xTrt7 HIGk PREiSUHE A� oM NECH0.NICAL BRl15HINC'f9 RbAWE QUSf. 3. INnN-1 FKHS 1I51NG A 7r.001' IYAE 131, CLASS C ANCH6RiNG A➢NESNE NE£fING lHE REQULQFMENI'^ � Ta�f �415-67i30. �. FOLLOYf MIANtIFqCTllRE ]NSTiEl1Ci16M5 FOR INSFIJJ.ATION ANU C�RR1G OF A�HESNE MATERUL 5. REIA04E INf EPOIfY 7HAT LEAK3 ONiO THE PATCH 6U83iR�7E �F�ER lME P�u i5 INS�llLE�. & PRO'%�E t'fj" A41N CLEVt T6 EN� 9F PIN� N81 02-220-ff-TM42-5S-064 �y,S�.-�F...!� [S�i�Ld� r 5+' %:. � t':: ...:.......................:... tnoaus e. �s++ew,Fr ..,........e i ai.� ... �C�S'TEP.`�.�''r ��...'� �� ��� � eNscv m one C��ir ' TFMFiAF F➢ YGM[ fNGi1RNF-1tE1 C[IY �F' Fi�FiF H9f1i31 6RIOGE REPAIiS aRi�c� REPa�R a�rai�s '[��MEACWJ�d BLVD WB OVER ruo 4u�. lU��j'j�E FOSSIL C �t � � w.�.e 'fc�. 6 TEffJSI � sa I �°Li �. I 'r� '"`�' SHF£T i OF 3 a..i.n I 11 �C�11� (7YPJ i CONCRETE CURB REPLACEMENT DETAIL Qi sc� aw nusrw unoN NorEs �� �i�n3 � E a P Y pw:� E7Q5f ME7AL R+4L �EXLSf CONC PARAPEf " —_ 7h7 �-SP�LE. AREA (lYP) I�k� x' �_'� I b IXPO5FD R�NFDftCASEM 1� �% �J I ''-3' I �-,1 CONCRETE PftR4PEf REPAIR DEfAILS '~�SFE 7cTAIL A' "� e'y a �' E%ISTNC � - �;• APPRpRCH SLFB 1 - ` [LE�.N ALL 0�� �M / JOiFff FL'IQJGING 170WN f , T➢ THE TOP OF TNE GP E:(�si1NG �EXISLING BEaM ���� �� �IXISIING BE.�RING PAC EXPANSION JOINT JOINT REPAIR DETAILS .l61M FIATE (7W) k� PROCE�l1RE FOR CLEANING AND 9EAL.ING EXISi1NG IXPANSiON JOIFfi WITH 1ipT POiiRED RUB9ER SFaL 7. RfMb4E IXISTING SE4� IF PRFSE7lf. CLE4N JOItJr OPEMNC av .u.� o�r �uao on�m a��vus MA�ew.s iN nccoRa�rwcE wrtr� rteM 43a, 'o�iN� nran sew� ,foirrrs.^ 2 A6MSNE HLA^,T CEEAN FXf6i�nlG SfEEI. SURFACE wHER� HQC RUB&ER sFA� LS W eE P4�CED. 3. 09fI1N APPROVAL OF CLEANEI7 JOINf PRIDR 50 PROCEE�NG 141fFi JOIM SE5LY4G OPVU71op, 4. PIACE BACKER R00 IMO JOINi OPENRdG 1' BEIANI TME TOP OF CONCREfE. 9ACNEH ROG uu5'C 9E COWAATIBLE WRH YHE H POIlREO RUBBER SEfIAHf AN6 RA7E� FOH A MINlVd�JM 9 400'F, THE 9NCKEfl FiO� MUST BE S� WZ'(�R TTVIH 7HE �Ipl�f tlPENMG. 5. SEAL THE .fDIM 6PENING WfIF! A CUSS 3. i10Y POUREC HI1�eER:' REG65 SER4 bg' BQDW TOP OF IXISTING CONCREfE 5LAB. / ' � EXIST CURB 11PTi1RN PER MANi1fAC1UR£R�S RECOWdE7�10�7lON /'TOE Ot CIlq9 S�BhCKER R00 de y � R�� s� 1 I i F+—�--E�iST COI�C SUB � PR hPPal.f},' SIAB JOINT SEAiHNT TERMfI�AT10N ➢EiAiL �aiNr ft�mR rso�s: i. HOT Rl1BBER SFAUNf TO 8� A 6Y TFEE LINERft F06T IN M�CCR¢1N[E WrtH 1HE I7EN INC AN� SFJ�LI�'r FXiSTING Jtl€FSTS." 2 PA'�M�i �R BAGKER ROD SWW. BE SJBSiWfri' 70 IHE ffE�6 'CLE�WING AN� SEI�LNG DfI5T1NG JO1NL5.' 3 T�[iE REC OL�tlRFdlEN�75 OF�7R7C0�� �-8310F 5E1L LAfEfING CONCRETE PARP,PEf SPALL REPAIR PlOTES: 1. REAiWE M�' OAIMGEO OR LOOSE CO�CRE'�. 2. S4W—Clff iHE PERIMEfEH OF REPh1R APARO%1�47ELY S4 TO A�' INCFj6 BVj 00 HQT CVT Ei�3i1NC REINFORCING SiEEL. hAflfST CERfF€ I�' NFLe�hIfY TO AV0�0 I1AUA�ING RE]NFGRCE11fNf. 3. I1SE 9N[L"! HANU TOOL OH POWR�—��h� CHIPPING C�ONCREIE�� W��FR AU%INU1� TO RE4AWE 4. RdItlVE !LLL RUSf M'� O7HII{ �ELEfE410F1S ANTERU�L FRflM iHE IXISIING REMFORf.'iuG 57E0. To EN91RE pR9PQi 90�'ufl� wffM TXE NEPAIR MATEHWL 5. F6LLQW THE 7XOOT 'CONCREfE REPAIR HATERIA4: CHMiER 3 SE'C�CN t— AIiNOR sPN.L RE�aR, F'Op CONCI�E7E 3LIRFACE PREPAA/JION. e. Il5E 77(DO'i TPE Up HFwT EPDXY EOAiPOUN� AIEEfING AN� MPLNQEIIQITE �Q�� OT �ALS-6100, ON5—B1F0 9. FOLLO'M AIPNUFAC71fRER'S RECOMMEN0.0.1I0N5 F�R cumNc oF wur�zw.. NB1 02—Z2Q-0—ZM<R-58-044 4E �F r r O�P� ���� '. i .......................:.:. moi,va c. �st�RaFr ................ ............... �i, 81F71 �Gy�se�'� �'vn� �G. ��.� x¢ R:npux ai cn[ ���.� . iF11A5 AEG153FEl0 mWN[FtlNG flFM FFl�� � CfIY OF FOHT WOKM BHIIX'iE HEPAIRS 9RIDGE REPJ�lR oFr,v�s ME4CNpJ�S BLM W& �VER TRIB TD LTTLE FOSSIL CREEK wa woE n wooe�.e�c.s.a ,a a.wi� *fA 6 TE%MS I �^°� s�eer a oF a �.� �x.�n � I I�� � `� QEfAIL "11" (SIu� ANCHORS NOT SHOWN FOR CIIU{fIY) -n I �� I �� �oc T � c w W. Pw:/ 2� I 3' � I 11�' � �4 BRR XAr Ir • Y II Ir � • R�AIL�IQ NR�1N / 1I LI a�, ! --�� r � IIi i i i i 1 Ii i i i i i i � I � I �5•-0' 9aR5 S� SPA AT 6" MWf (�6} ANCHOR BhRS -� S�h AT 6' MAK PARi n • e .. • I w n r .- ! i 1 I ] i I I 1 I I I I i 3 � I � � � I I I I I I I I I � i I i�i i I 1 I I I I I 1 I I � I I I I I I L70P OF IXC.7ENG gp�K �F � : I I I 1VlN6WN.4 I � wh&1i4� � I I I I I � I I I : ' I I I 1 j: I ; I I I � i 1 1 � 1 ! I � I . I I I a- 2" � � � �NAiHG P1 � � � e� � �� � : BARS S {#4) ��va�at� wiNcw,a� �Era,its I 1 ElISTMG TO R�RA7N 2' I _ 3" 5'-0' I r� 6°R / / O � i il � I i I I I I i I i I � � ; 1 � I I I I I I i I�. f/61 ANCFIOR � ,N � � i � � �I 1 I i I I II I I I I I WE�Wd I�� � I I I` i I` � ifi � a �WING4/JLFW�IfHFpCE OF�� m pf15nuG RAIL 5 aC 77` x � ��� I . � � � ��«9M1R$ 5 � i!�' CL NR .� � � � c�� w �FC ANCHOR O2 a � � I �� � � I � i I �_� ; — y ri N I � i � � � ;� � T6P OF �3571NG SYfNGWALL ��^ I� I�, 7�0� RflM1N N6WALL � �� �' � SECTE6N A-A �i�L�� ���5: 1. PROVIFIE CLt55 "C' CUNCRETE Cf'e=3.600 PS�). 2. PRONOE GxACE 6o REINf'ORCINU STEEL GENERAL NOTES: i- cov� o�M�aoNs n�e c� oauas�ors, 11NLESS NOTE�� QTHERWISE RdpFORCWG HAR �INENSIONS ARE OIlf TO-011f �F BIR. � LL£4N ANO E�RFifC EN6fING VEi[fIG4L RElNFORCEI�d¢IF INTp NEV! fAN5IRl1CilON. ANY FFJNFORCEMEhff THAT !S LA1lIPGF� ANO DE3'ERMRdFA $YIHE ENCilNEER TO 9E W NEID �F REPWCEMENS N7LL BE tl�NE pT 7HE G91{�RACTOR'S d,P�,b1$$, O P�AILI'�7dR«�fS1��AlIN� At AdHESR� ANCH �fi1�BE��INE}lf�DEPIH 15 SY�". ANCHOR hOHESNE C9105EN MUST BE ABLE TO PCFIIEVE A 8451C 60N� SLRE]JGT}i IN TEN310N, NBA, OF 20 KIPS. $1J8M1T SIGNEb.W� SFJ4LE0 GLC�LM71�N5 OR THE WNUFACTURFR'S PItBIJ5HE0 Ln'Ew0'UR� 910W¢JG TF¢ PRDPaS� AuoHOR Ai1HE5NE'S AH1LfIY TO �EYEI.OP THIS lAAO TO Th'E EN6INEER F6R APP,�VFL PRIOR 'ro � ANCJIPR INSfAlU7ipqi, lNCLU01hG HOLE SIZE ORtti]NC, AND CLEAfJ 011T, A!U57 8E IN RCCORUANGE wnH �7EFA 45U. "RJ41llNG". H B I 02- 220-0-'Z}+142-58- 043 N81 02�220-0-ZM42-58-004 h4t�'�F"r� g�1�i021 �r �t�. , THOhUS G. A4HCRAFf "'81411 �. -.. .:4��'OnIAS��F: �,G. � N� ea�x C����� � iFIFS A{ [� F HXFLIlMG IIAH h1141 +'.fiY OF F�� 'NOlihf BRIIX:E REP�fR5 wwcwa� R��acer�E�rr nEr�u�s MEncr-]au sLw Ea & We oV�R � To urr� Fassi�C cr.r', TGA 6� TEkFS � n �w >n � � m�. _� SHQT 1 OF 1 cw�m iup �¢I �� � 3 EXIST S!(zEWALK EnGE OF WATER F]ttif ".,iOEwuH / �CHf CONCR2lE — � rl4RL`�I (7YP) ` \\ � i FACE oF EKIST � LFACE OF rIXLSf FDGE `F7GSf SI�EwAI.K '��"t PE71f5YR�AN FWL E%!ST R41L �_� 1.{ �¢ � OF PAVElAQ7f 9EqN 9RW6E `FiiGE 6F EY�6T � ; � � � i �+1 _ —�' _' —" ��-� — / 942RIER — iL � BfM N0. 6—_—'—_ — _ —' _ � 1 B�—"—__ " _' — __ _ 9FM�_ I — � '_ � _`�_ =i \ -r,- g wesr �n, srJ ��' I� u IXISf `F� E%�ST SPN3 6 � � SPM' fi � i SpAN 4 � � � �5�'RLK FACE OF �j , } S�� . rP�Eo67RIaN FWL �E1CR'Y RAIL � i rE%IST SIPdA41C � I V ' ' / i�— 1 { �� ,o��� I1 � 1Q IF IN,lE['Y� �N IN7ERIOR j LEFf CONCREfE FRGE OF ENG OF C6NCREIE l �G}a (Typ) ARCH — SEE CRACK REPA1fl 0'cT1�L QN �EEf 3 �F S j � �O F�IX6f g�EW.UiC , F� A�6f SI�EVlpLK � � I I � . C �� � ° (N07 70 SCKE� N $ � I RE2daVE MI� RE4lhCE ALL �}�,4�TKHE� oR lulSSCtic �� µ� '�R7f T�OP EN06�OF FACli CONqi�EfE ARCh.OR� � i �� S��y� SEE GROIIT 5c4L REPWR INFOfiIMITPON ON SffEEf {�$I D2—Z2O-0—ZZiB—OO—Q{SZ # ' 1 . f 3(7F J, lYP ALL CDNaiE7E ANclif5 C�AL 140.i 5�. _ — ` � „ � . � � � � „ � „ , � , �IXtST Sf�EWiLK �� Cn'P)R� �y.`1�.�'��q..'-•� F: : ` I � -- � , r w . _ , nioiins�¢, wsr�cRn�r eiaii '� �FACE OF EX15! �y -_ l ` --' —� -----"---- _ '---_ LFACE OF j�'�� Off ` q ,Q PF�eSTNUN RuL 7`� i`% E%IS� RAFL ENO BR10GE �15'T�" H�CE OF e7ClSf i BEM N0. 2 IiBUF N0. 1 ��-•£ � v W i BENf N0. 3 —�BARflIER � mmn J" ___ �—_—_—'— � '.' "__—'/ _—_—� _-- _—_— _ '__'___ ���� 2 }} J� ��'- F i � LFACE OF IXISI � W6T 7ili SI ; ; �� � SPl1N 3 FFi� tYF '. � BhRRIER °..pA1J 2 3PAc! i mCE OF � �'�} � �E](t6T FGJL F%, rFACE OF IXISf � i PAYEMEM=` . � � c �pE�E5IRWh' FWL �EEYJST SNEWALC ` � aon�our� Na. � Y�A 9f22 �mwx wn € � ��.�" -. — � ��}`(PC} � GEN ERAL NO7ES: � �� EALO KG iIRM 4tt/i � ARCH FORE5i 1. COMRhCfaX m Coo�lw�5'E WSTH CiIY 4M LANE n �IRK 9LVD� LLOS1IRE 1'R�FFIC CONSROL IS SI1BSIahRT l0 � I REPPIR COST. Cf1Y O�F hl7RT H 8HI06E REPAIRS z. u-sui�r auas Nor AvuuarF FaR �s escoce. BRIDGE l2EPAIR �ETAILS + coura�croe ro v�c�r e�+us �tees N+o 1 O��swn�e iN 'n+e Flao naoR m ! WEST 7TFI STREEf BRf�GE OVER , bao�tnwc un�raa.s. FOREST PARK BLV�/CLEAR FORK TRINmr RNER 3. Df4SiSNG 9RIOGE INFORk1AT1�N hCAUIRm FROM 5RE w,o �.;� n( rmw�m..c�w, � c ��'6'� YISffS L�0lJUUCiID ON JllLY 13, Z�21 ANO FEBR4JAFtY �p,� e TExn51 � (Nor To scu-q io, zozz. °"�• � �. I�+�«I ., � � SHEEf 1 OF3 a..w �4 �pK;/ACI+Ye Proie�tg/Ff1Yr717�6i01A0/FiWHi7002111.05/8.00 Pl�ne end 9fowinga/&30 C�t Slteets/B.S.p7 $�idge/PoekQye 6/WmL 7!h Strcei ot FoIL9C Pofk dlVO—CISOI FBfk T�iti�y 1En''�rJFY1TH5�W2�!_WESL7lFLST�L01.Gpn ARCH ENU � KJ ,--. !m� t�/ 14 11 Q t3 74 15 i6 17 18 19 �(� � n .-. v WE5T QIi2ECTI0N , � `mm �� ag a, �uc �� E � � Y G p�:/ Q 2a 23 �l 27 2� i9 1e 17 iS i5 74 13 ]2 �1 10 Og O�� O O �y� ��i i �°o L000.TION5 OF LOOSE HANGERS SPAN RIGWT ARfH RiGH7 6RCH LEFT 4FCH LEFT ARCH S1�EWRLN SIOE ROAONAY 5[GE HOAUWAY SI�E I SIO�MALK SI�E 1 s. 74, 15, 1B 10. 11. 17. 2� ' Z 18 T I 3 5 70, 14 21 4 t3 1�. 14. 22. 27 73 5 9, 10 6 S8 15 I wEsr ou�ecrwN nEa LOO5E HANGER & OU7ER NUT REPAIR NOTES: 1. RE�PIAC�QFTE OFSTHE HIWC� �6.Q�61JT �KEfS� � 2 TIGHTEN ALL LODSE HANGERS Bt' RpAMnN� 1'N� OU'n'u1pE NUr PNO �16HTFNINO ME F1FCSf NIIT. 3. TIGHfQJ FlRSf NIIT TO A SNi1G T16Hi F7f. 4. SEYURE AL4 DGLHLE NUiS ITY REMOWaG IHE 611SEft NI1T N�Ia APPLYING THE THRE40—LOtKING COAfPOIIFI� LAC[I1E 277 fA�IM 0-5381I. OH APPROVE� EquA4 �o RE-71cH7EWIIJc S�C,`aNp Nlfl' TO A SNUG T6Yi� FR. 5. SEE AS—HURT PllAIS F6F FOR A➢6Ri0FUL INFI7RLN'fiON FBQUi 7ME N411'S. SILANE PE6JFfR.q7WG SEALER i�lp7FS; 1. APPLY PeT'EfM71NG SEILER IN FL'�6RRAN'L.t^ WrtH 7%DOT ITEM 42B TA aLL IXPOSfD CONCRfTE SURFAC�S OF AFtCH MEM9ER5. 2 PENETR4TING SEALER 'fq BE APP[lE0 AF'If7t Ati GR9U�NG OP6qiI0N5 HAVE BEE�J4 fA11PL.E[E�. ; J H$i 4z-zza-o-zns-a�oo2 L,tiack vao acocK t� a� ��r..._.. _.....�, B119f2022 �r � ............_----------� �� n�was c. xsi+cRaFr ...... .........-----�-�-- aiaii ��F�sTE.� �1�G ��- LOCAT[pN5 OF LOO5E WTEF N� ON NANGERS SPAN RIGHT ARGH RIG}R 0.RCW LEFT AqCH LEFT ARCH 57➢ENALIf Si�E R6a�YfAY SI�E q0A0WAY 516E STQEwALK S[oE 1 z sa z 3 70, 122673, �4r S4,3f5,�17; 18; I9� 21� 26 5 2 6 ia. mrnex ����a � � i#MASAiG EAE➢[ 41NlEA[ 611kN1-fiil CM OF FORI WORIH BPoOGE RFPPIRS BRIDGE REPAIR DEfAILS wesr �n r snt�r staioce ovER FOR6T P/pR 9lVQ�CLEAR EORK TRIN�j�' R3VER µw+� TG.I IjI/' 6 n�ea.orl I�' w aoosv� n. III SNFET Y OF� a.we Wn I� I�Iu�I wi1°�e I +°�' nRCH ne� ROA�WAY LAYER OF HANGEftS — LE� ARCH, ALL SPANS OR SI�EWALK lAYER OF HANGERS — RIGHT ARGH, AI.L SPANS (Lo4K�Nc soErtH) SI�ENIAIJC L4YER OF HANGERS — LEFT Ai2CH, ALL SPANS �"�� m� OR ROAQWAY LAYER DF HANGERS — RICHT ARCH. ALL SPAN5 {�oo�Nc sauna) � V I a' � u, & � � .� _ � ., _- ---� - PH4T0 OF LOaSE CsRG� i PGCKE� (YELLbN AAINT MWM fH01CATE5 ;ROilf POCIfEC TO BE RfPLiGEU) SPAN t 2 �; � LpCA77ptlS OK LoaSE C��1Y P6[KETS FOR HANGEItS �� R1� ARLH NIGHT ARCX �EF.T AR4H E ARCH SIOEWALK SI�E HOAOWAY 5[�E ROpOWAY SIOE SIOEw'AL% SICE Zfi SS 23 22 l9r 20 16. t7 � 9 26 8. 9 5 F�3 Qr sx� excr� oGrcrw�s oa sHeEr z FOR wcanoN so-Exarc�. kE - ' ' _ ' I _� � r x � II - r ' - I� —�^ � r. _.� .__ . ._ - � --� -- _ _ }- . _ --- --- ' I GROl1T SEP.L REPAIR A�4TE5: 1. REM04E ANO RE7L�CE 11.L GPAGIcfo OR 1v551NG CRWT Eo�rrand T CHaiicrl� �AANID�T�OP � 1��RCFS � FN� OF EACH ARCF. u5E 91(ACRETE 211 SCC PL1J5 OR 51�IfIAR PRfPFG%AGE11 4A4iEHIFL SYrtFE WlV 5HRINEUGE lU70 NiGM SLlliAP PflOPEfl11E5 MEETNG iME REQUIREMETITS OF T%DOT W�rtFI INSP�TORCARIORLOCATIOPERFORk1NG i}IE REP�IRS.NFlRIAW PER 2. PREP� S�1iiFACE eY WATER 9USTNG TO EIJSIIRE rt� su�� �s c�iw 1wo sourro. s. �usr v�oe ro Reva�a�uc nie caau s iasr 7HE M{EA U51NC A HNAi-PRESSURE R��R C.�ON EsSFfl Nft�Rs 7b kE11G� ALL 011 FROFf hiE �, p�-WEf T1E IXISIING DONCRfTE SISFFACE TO A SAT11RhTE11 Sl1RFACE �R'! CONart1ON PRIOR TO PV�CING iHE CiR011T MF7ER+I�L. 5. FOLIOW MANIIFACTl1REA'S RECOASMENOED PROCEL7lJHE F9R . . i".��4�q�'(�Y � f°l�l� AF''i�Y�f l�°�W� . . . . . . , . . � 6. pAYAIENf FOR REPAIRING TriE CAOIlr SFAL WIt.L 8E A�16 - !N hCCORMNCE Wlfk � 429, 'GaNc 5TR REPIJR ISTM'�.4R03"� - LOOSE GROUT POCKET REPAIR uOTES: T 1. RG�dOVE ANO REPIACE lAOSE CrR44R POCKES AT WANGERS wffli paLY1lER COMCR�E SILSEPC '�i 2000 OR SIAIiU&. 1�II 2, EAOSE FUNGIIs SXDULG BE 71GHTENE� PPoOR TO REPIACEYIENi �F 7NE HNiCER GROIif POCKE75. � 3. C#tOUf P4CKE75 'fi1 BE R�rm W�VE BkEN �4Rlffe W�M YFLLOW P�WI7 BV THE E3JCMEFR. CRACK REPAIR NOTES: �— ,. FOR cw�cus ok nie �owea w� af nie aao a� TNE PRCfi. SEiL CRAC[i5 FOLL0411NG THE Gli10ELIN6 3N �HE i'��t CaNG�E RFPUR uArlUnL„ CHtipiE9 3 5ECTION fl- CRACK REPAIR - CItAWIIY-FEO SFAUIVf 1� 2. FOR CRACKS oN 7FIE uPPfk WaF OF 7HE ENO OF FRCH, SE4L UFY,E CRPF'� SE�L CFt�CKS FOlL9WIN& lHE CIl@EL]NES lN i}lE 'lk00Y ON fH510E FACE OF CONCflEfE REPhIfl AIANUhI.. CW4PIER 3, SEGTION 5- CONCREfE PRZM. CR�CK RfPI1R - ARESSURc-1NJ FPQXY. USE T%�OT 5Ef GFtPtK REP13R 7YPE !% LOW-VISCOCI7Y EP6XY E5M IH ACG�R�hNCE MRlH �� �R y�RE F%OQT UMS fi110 Ne� VAPL FpR Wo%�' 1Wo I�H�NfS. IHFORFIAnQN- 5. A7 WI�ER CRACK OPQIINGS, ROUf �ME CRACK ANO Frt.L wl1H A CEMEM SW�Y Y� BLENG TFIE REPAIR TO THE E7(EETINC TH�sCR�oH�WiLI �PI�E�SU�iCI� �Y� �CI�( R�u R �IT�. CRACk �2'tPAIR �t�HiL AT C�: NCf;F7E Al2CH EAST EidD DF LEfT CONCREfE A CH, SDIJTH FACE, 1N SPAN 6) l, � � ; n� � � � } 'f�� ��� ... d ZYPICAL GKU�!! ShJ1L TD 9E �t�'44CE� TYPI�.,4� Gft�]t1T SEAL TU �EA+fAiN 7YPICPi� ��ROli3 SEALS ?ii �OP _NU C'r' 4RCH h PHOTOS OF E7(IST GROUT SEALS ON ARCHES {s� wwur sEu. RWnm rm�s) I M m pW:/lAofWe PN]vCtGfFfWM770G201.00/FTWN57p02V1.47/B.W PIMS w�tl prewings/8.3a Cul Shsrta/8.3.07 Bridge/Pockage BJWe3i 7lh Street ¢i Fofe5[ Yeflt &VC—C[aat Fo�k i�N�ty AI�/�H3700201_WES� �IM_Si_BLD3.Cgn N81 62-320�0-ZZ76-09-002 o� �.+ 5ir.�'� r ' '' � r .......................:-. 7X[AAAS G. ASHCRAFf ............................... 81411 . {'�F�7s5�?.rE`�`. � � ��� 1 PS70EN�11M NO. 7 TGA �^22 ro�. xe�anv u.� CR�'. RMxSAEGUIlRiE p�[ninotraxFent CII'f OF F�Rf 1YPH�N BRIOGE REPAl36 BRIdGE REPAIR �EfAILS WEST 77H S[REET BRIDGE dVE2 FDRR3 PARK BLV�� � F�RK TRINRY RIVER d+wr �ua 6`C� �: � .w�s� w n p�u� TG 6 T �5 � T� M� I°�iib I � a�ee� SHEEf � OF3 o..r� 1 16 k s�i. s�,wriiicEsic ror o-wt+�ana� rwnerai +e*aa. ���� �✓cP Alp � P"•3" Y-7" � HAkCER 5YSipls � a� T� i•-o' I 5'-0" T• r x' nrt��'o orc� 4a�11��x�Yoe5�3+r�iurwol ii staot tl��a ar4 tste5nime sreei�. �re I . � � � ri� riere �s.. s� . Naae� �.*.�+eama�nne w. �rn� rrsre, rm �, : i � 5.c '4�d*r:np tor� '�a rc > Eamt ie�s•r wifR om. a,d re4 Gwsw �'� .tm aam4e f omiiq� eP f.xl�res aW ovitWit. rWS. md Ner,�r iu!¢ wlfh E!6•�ry OItlY1. i � i }'{ �oTst%t f[Y Cif� dAi b<�Ey M1f�Ya ' I � at} %wqe� hAMt 4C1. li OW��O� 10 1N�' . — `i' / : ,% ' Ster!]S1YUCnYO SlCPI M6G Or9t�tOfn[CN :% : Svlv}Sql p1WCl �{fpinl�s a�Gpl �Oh�r Ti I Yinp. � :� %:� 16 YOIS]�.p �irpp� r cmfaq m per appl lamla % 1 -� � i5l1/ apeci4fe6Yidl. � � -� •~� ar.r v.mMg, axnlninp. a�e eel laniw aratniae CJC�f - Le YwYf� l5 a�tl �' a 4�[. e3a� p�f0. pW OtlS6iVGt! I� tlaEfE4%G � . j � �� f6 fo' [acv�iaa. � lilf AiM ASM. In�oabi TK O�AM�t�paa py i (� P:m i'6C iYon [n d000ro0�tOP �lin aSLI le.j. i _� rri �aew�is�"�s �^ cmrtmror ro e�o.:a o wx oim ror oapravo�. Morfc aran ilfpl I fsciuW � a niman, clami'y � '� � prtrvanf iron oon�la+�e! i lln�e0+�preWeT � � _ m ��.�mmn al i � Jm •SSa � i . i ' to a +4�Tfnlan�ocx�as°Y0+°oe°►m � �ia:�O'° � A �: a.� avmie a eom ern�.n.d tt.i ror acravoi. � I r` ! �/, +aerewtl emo�. +o wn� u o mnmm�-rc �ar ' �� ?t aRRs-s.. shws 1� mr ne�ew t�j" n�o Naaar aoa � a� ���ro L��} ru�°Osr�fa�r Psn uw T1NYi To m W�GK� 1._y 1 Y-0. � i•_y �M51 af(me [dp�wn wlu� of fYS� crw� s:�w.• � a• I 3'-a' 1�• ? o LINK ASATEr PI� R� ��."GER TI39$- � ' � LNS OM��W�Im 5!]IDW! ImSs{1 yS�tIC b551R#.�nln F�Cti iIE SECTION �e�i°ei�`�ea�c'�v:sim''urso�_s. saa sfne+a io-sx tar rernr�c�m oia oi� otR me�i�wr'ne� �. s'�s.••ssar��ine o� • CiEeYo�ar�-ar e�eenrM ci.,�.s. �. ! sm.� �n ���e, tra v. Ieqv:eY Wi Cla� T] 1[nlwnotl -IM� m{ lfrto Olauia, ��� ��"�:tnn o� Z}�' �unvc �a,Mrz � .,...�a�aw9 ap�lc�,�y7t�.��..����a�w�.���� .�i ' -- - _' - Y�- - �i , !n im�. nTn rnsT�e Yir� �5 -M�S— G� mcM1inod o40v�i!!. �1dE 6M�r10.b �+MI RS111 A195 P� AWi dSTY 210 'Iyp� Meqer fWe [� F p�yM I�S 53i205 WI� y'olA n Sp Aei. �in lmaite fSee 9�sS Si , ifN T:� ��' NHIIpM ' T$ I�i l. - +�' c x� � � � � a ai*.�°0sm. � iyt'sR�. �• �- y�� � .. 1 ,_L._ � � A ''• s � „ ' �..,:�„�'�� ��,�+a a,.,,,.� ,� j ' Slww �••••-•• � 1 h\� rGJ '`1 �Eetf�MlO�'+EI�yY��Ye�inraai a'eel T� Ll 1 %.: i Y.. ' ' -` ��\.L r� • e�wtsu i� s. i�o �es nor mo�= � '• �� � �n, � � o� +ao ----�----y-----._..._.. c_....__. _._._. _ _ ^' ��.�\ t l � y x�xar�: ��, } / ' S : ^ Y we rafa ro� i.a afo�nrma .m� e� N91 62-220-0-2Z75-00-002 I �[� I �J� f R:f , �ynlip io i51Y LE/� W6 Ooai{po11m f 4 � �`:`� f' I! .� IMro. M ca�Sfo� ' I 1a s!?Ms or szotH win r�m. 5a tss. ntn r'.��. I �fv.� /�bK COMYoI �m�Mh • 45 bil. T� Grwt Sleore � �'�•��$9•�AaiY:t Ll�e Y ile � PoEItt hatl hpyfG! emtln�ws Lo'G iM aoc016fe1. C� [Sw SFM 5! ��� 1� 1L 0. M' 4QB'i SM minl��f �M�otl InaM�;vxtM�alZ t�lr'Ood] � j 4 � I frt0 Gliri�. ' - "L.�i-� 1 , �• � "'� I 1 � � n�� _' �� tk� a"k �� i rcwla oew�� tir. .rx� ..da.;ooi 1 �. trwerr�c� dw a��=+rr ;� oearmm � -� . �` :�,�.'� : :„'� �'*;�,'�. � ��c+r � HANGEA $LQ�� �w ciaaa zn rimrmi� mr.a.. { t.tz�rnao.���+ or .raima,..�i fQ ] �eqei'� 4 rr.Iw tas ar spa� v�E� w-fl ly�' A" ��R `� s0' ML9; L011Q!!iC SFI£ET 3 OF 16 .e � � .�� �� na� �i" ream� Dqmlaarf d rrasyvnmlar f '�_ ..'1 � M� / a�rowmrnm �o.w• row � /�� •.�• ix• , SCFIF39AT�IC OF HANGER � ,c••p•°6 f —r •'��cieit s'' =YST�➢i &R011i SLEEYE ��� PRECAST ARCGi ' tl4iFtGER SYSYEM �11D GRCItI' 51.EEVE7 I . _ : ,� `� � ' r "_ I F� •+ e� . irvF� !.' __ _'i'0._._ : �__ _ ; _ } _ ^- - - - rN. �tlN � Br I MIE { � � �- �✓ �/ �~ CE�AR FORK OF TRIlY17T 'j`� - - � f ~��� � �.(3'tt _ RIYER BRIQGE ��� � � -f t�� �r �y m.a� , �,. � , . c. rrwime o3'F' r'l.' araro�im° pWcC0. '��' wn�e �%w .eu�..x � � pOiMM �enrolm ��' � �,ntT n�rai� I��di'Cinlnr�s�wdcaa VIEt7 B'-6 WTO°�TMqi ��Yr I~ : �� roASRE fNG11AMi.1ii1 -�� �lz�-!ft �� I�-=�., �"1":1�,1:'�: a a' v r Pw:� CIM OF FOfii WOR7H BPoOGE REPNPS BRIDGE AS—BUILT P3AN5 wEsr � sraEer aR�ocE ov� FOi2EST �� B�W/CLEkR FORK 7RIN RiUER TGn 6 TEfl�l rmwe uo +�ua w «� � w '� �,� S OF 1..o.a I�""I �°`l 1] � 6= n ��o �� c'E� wq; <�� rin € � ��o :$a �a��� -3�=,=� n g� £dge b/ W�rrgrva7f or bridge b w7A retaining �' / dll 4 // / l�f ��A /r L -�_ �T �toA). SAe // ar 1.2' May --s aao� — � / E, Saa at Fac� of 1Y' Maw � F. SDa a[ abutmen[ � la max 6ackwall �2'' ea�: 9 nop.�a�d aJ6otr1 a� �� SA�ed a 12" dipx / 8 / ` �-� � rCa�st join! -Q' � / /'/� I � � "? � �S�PAort `nl ra6 — D (RatU — � 1 i N fi � 3 � e-m Edge ol Wingwal+ or A b�Fppe CIA rgt�ihlnp Wdll A C�/ �/��1�� �� ,,���� L 5 = Skew arsgle (de4J T�BR� APPROXlMATE QUANi77IE5 � ShDI11CeI BAft SfZ� ACiA! S�e1 �'eight = SS L5s/SF Al.iAPfoa�h Slab (lYain O A x8 � I$•6 Lb5/LF 4f SVApUr[ $lab 6 #3 Vu! q/ ApP! Slad �p� (CYJ = 7A57W - 0.608W 11 7{ O.fl2W'Td� 5 _ p �y� flntlutles Support 51ab7 �T ([ap). Spa E +�5 W= W!tl[n of Approacn 5lab (!t� ai 1P Mak f �5 7= Canc fiavement Thfrkness linl c �s Y #5 S= SkCN AnPl2 ftle9) E, Spa af QF�are Bars 8 and n!n rtu's regfan f�'-6' Kaz Spa. 3' Min SpaJ. MM7mum fiurrd bar �rngm = a-f^. 7S Kar F, 5pa at � d bars as �recessa / �9 lmpJ ana II" Mae � en ry. � f6etr� � �' OO Provfde lvngi[�tlina! cons[rv[tlon jo.nts [haC altgn wFih fong�fuC+nef const+v[[1on jo���s �� [he bridge sla6 Bars 8�!re/�`and o/heul P N with hriEges 6uilt in stages. 9eher longrtud;nal [onstruction loius mus[ receive approva! o/ ihe Enginear. Spaced a. �r +�ax � e 05ep �etalfs clsewnere !n A�ans far shoulde� a�a�++ �oca<�v� ane dctarts- B / C � � OFO� CGnile[fol's fnlarmq�lon anly. Ovar+t+ties shpwp aJe !OY 0�0 3pPlOd[fl 5[�il Oflly. � � rCarts[ joi�t -Q' L a OO �n pertlon a! suAPor[ sla6 thr.� suAFwts �Ae coficre[e aavement. vtlfus! top surface elevation, I! � t reqWrcd, to ec�ommeCate ronrre[e pa�emeat thickimss. Smaoth trowef linish. Off top af suppart r1aG � W�(h 60 gradE G�f 3np dPply heay� c0a� p/ p0�'d'rE� Qraphlle. Pre55 Cmvn tlnP laypr Of 3dF Poaillu� /elt. D(b�j7ana r`Suppvr[ } � Mu�tiple plece �ie ha�s are acrep[ahfe at lanql[udinal cortstrurtion jelnts R�o�rGed m+nimu� �aps shpwn Bertd as sfmwn. s�ab i are ecnf�ved. / Face a1 aLu[men[ �See Cetatl5 elsewhere in A�a�s fa� requrred cross-sloue. baekWall / p /p � P�arc !n arcordan[e w�th ltem a,38. �A fCcet1. Spa ', � � A!On[rJ, Spa � i �Prwida 6arkef rad thai !s =5% lvrger rhan Ia�x opening and compa[l61e wifh the sealartt. ai 6` Ma,r A Sce stru�ture %// at 5• Mar 1 drtail5 for / OO ff brjdge �ai1 IS pr�+srn� pt fhe wingwaff ol «A retdln(rtg wall, pld�e Vp re6anCed recycled iire rubher / A IhiS tlin1en5i0r+ { 1 R � peiWee� cofiCrete ra+lfng and fop of a9proa[h S�ab as S�MM'R when concre[e raflrng prolH'ts wer the / / }}}/ / / f ' epproarA slafl. �%/ �/ ����. � � �// / ��/ /I�/ � Class a. 5. 7 or 9 � �wrnrlwai� or lalnt sealan[ flav � y�' -�G` �W1n4wafi or [IP re�d�Rinq rrwduluS SilifanfJ B flp �e[alning � �q�� 5„ rvbff �,�� I Wdl! �,_�„ � 7 �� � GENERAL IJQ7fS: PL,4N � PL/1I4f �,� I eansr�v�r appre�rn sr�e i� arcerranee wreh fiem a�2. 1 $.`� � p' ~I I Prov�de C1ass "S' �v�unte with a minirnum campressive strenqNi fSMwing non-skewed aAAroaeh sla0.1 ° f5nowinq skewetl appraach sfab.! a �yd, _ y. � o! Q.OfJO ps1. _p � �,_�, I Aravlde GrdCe 60 reinrorcin� sreef. prpvjd� lnpglfuqina� fain�s as s�pw� On Ille long1CUCfnal Saw Cu[ LONGIT UDINAL SAW CLlT JOINT DETAIL �vrnx pe�arr .�< <��e n�es a�n s+�n�fd�rs rinert wmrn o�we�n 8AR5 £(#5) SARS F(#SJ lorigitudinal const��cYion joints or edges W appreach s�ah er�eeds 16 /eFi. 5aw we joir�ts wlthirt 24 ho1Ns a( cattrreie N&cement fo App�aseh 51a6 Canc PaVement a depth ol 7�" .]Rrt SPa1 in dCCOlOanCe w1[li 11PVn 438. A7fefRateiy. 5ee 5ealed Cpnstruciion [ons[rurt�on pravlde a cantro��en /olnt carrslsting n! 7 y" vinyl or y�st+c Jo1nr rrSep $ealpG See Eetd��s 215ewhGle jPllli� Joi�t OfYd!! Rpp�Od[h 5138 f�rmer (Stress Cap. 21P StfiF� S��Q55 LOCA. Or 2Qud! d5 approv�p See Rw(TRF7 �Coers[rurrlon E7�5 at 7�1 �� Pfans /or eryansio� See 1salazf n s�amarn fer �oint Qeea!! Jofn[ loint lietail g r re�nforremeM 8 r �� T —_� ■ " � � ����— � Ex�ruded WfAgwal! � ��`� PolYstyre� or CTA I I I � . foam retafning ' ' I ' ,. wal! 5 . ��a�n_ ; � t��a_ � �a5f D : ,/ � ���o�" -' Perm7sslb1e�5OPort wnll F(�5 ar 7I J r� I consr loinf slaa SH4WlNG WlNGWALL OR CIP RE7AINING WALL SFfOWffYG l�S5F WALL I g-fl" SECTION A-A W e W�yfh of ApproacH Slab (If) TyA��al Se[f7an �At 5upp4R Sfah Z��,�r� - r VL� �r rva u��o�eed z-o^ EAoxy cpaied 3-0" sFcrronr a-a sFcrtoN c-c � Llass 4, 5, 7, 6� B jOiR( 52�1d�� i Elow modafus rruone�fRl—, � 1 Wln9wa�� �t Srructure or �1P O O reEa�ni�g �" �" w�ll �" - -;�� Tr e �r s� �a� �'� � 1 � s� �:otarra Joint Oetaif � iTYAJ � )_ � �� � ( - ' 1"�� M A I! c� I Win9rvali �L' ^ � � / Of C1P '�� n�� E F � G I Qtainm� TRANSVERSF SECTION Lslaa°0fL warr a� Wingwall or CfP retainl�9 � ' -j ] N � BdCker c $ ratl gO F'\�] ftebo�dCd ^,ry trerr'bber fSdLATfON lO1NT DETAIL jFlugh rvIM Vy the fngin@er.l _8 TCp 6f 51a0] g T AlOv3�e rcdon0ee! r¢�y���tl [ire rubtrer jainr 7il7er t�n� mee[s Me � — _ � T �I, � reqvfrements a! �MS-6370. "1o��t Sea+an�s a�d f+1lc'rs." Consrrucr tne subyratle br su68ase away from ihe G�idge for a mlNmum disEdn�e ol j9p (eP! prlpr to fhe 8pproach 5lab, �nIC55 M '�. M atherw7se iixff�a[ed v� t1K p�ans. Confpaet and finis� [he s�bgrntle or lo�ntlatfort lar the apprnath u��% slan to rhe tyvfcal ayss-setemn and to rhe lfnes antl graCes snown pr.�v�v..., ii�� 'R qputmenr �lJ+ucmeni �'\'�A D[u e Ca 6 tlays uSMg water ar membra�e cLrinq pe� !�� <]3. relnlor[in2 � baCt�fl 1�p a� �et�i15 sl�vnn hnFerR are subsldiary [0 6�idqe a�proacfi sla6. �M�R �p Cnver tlimenslans are clear dlmensions. vnless noled athcrwise. ` RelnforCing bar dimensrons srtbMn are cut-ro-ovr o! dar. � sEcrronr a-t� Cfass 4, 5, 7. er B Je1nr seafartr (Ipw mDdulus shaoneJ e 700� Y" k �yA� .�it ranservrcrcn , )o�nt ; � SEALFD CONSTRUCTI p!V JOfNT DETAIL � �eParTmeM o(TmrraPo��an �� rd BR117GE APPROACH SLAB CONCRETE PAVEMENT BAS-C pw�yei-ws� a� rrcmnlv tt� �m.lnnmX 1,�.r.�r r.mr �:�" I� / . ww M.w...,.,.. �. . i m h�... I,��,� 1 �� _€ a� d� �3 $� 3+` �- �L o� 5k x� eF e� b� FY g� �� �� a� 38 4g '�� �a"o "`' £ z ou TABLE N0.1 L�t�GSTU�TNAL 57EEL FIRST A�IIITIdNAL 5TEEL SLAB iHICKNESS REGULAR SPACING BARS A7 TRANSVER$E ANO BAR SIZE STEE� BARS a7 EfIGE C6NSTAUCTiON JOINT T 6AR IIN.S SIZE 7. 0 Z. 5 6, 0 e. 5 g. o- 9. 5 10.0 50.5 11.0 11.5 12.9 1 2, 5 13.fl R5 �5 �6 #5 �s �6 ug �5 =6 �6 Rg ug aF6 TABLE ND.2 QR JQINT SSECTT_��1 X-X7 SPACING SPACING SPACiNG LENCTH c a 2 x c L (IN. I (IN.7 IIN. } lfN.7 6.5 3 TO 4 �3 50 6.0 3 Tp q �Z 56 9.Q 3 70 4 j8 50 8.5 3 TO 4 77 50 8. 0 3 TO 4 1 B 50 7.5 3 TO 4 75 50 7.0 3 70 9 �4 50 6.75 3 TO A 13.5 5G fi.5 3 70 4 13 Sp 6.25 3 T4 4 �p_5 50 60 3TD4 50 TRaVEL LANE 7RavEL LnNE 6R SH6l3L�ER YRAVEL LAYE I TRAVcL LANE QR SHfli1L�ER � � � Y Y LONGITU�iKAL �� LQN.GITUOINAL �ONTRACTI6N JOINT �CO�dSTRUC`�I�JOIN7I � � TRANSVERSE C9�NOIN7 �TIpN X 2c � AO�ITIONA� � � ---� -^I � STEEL BARS x � � � � ��`��� --- �':. � C C C _ � m N r C lY C � LONG I it1➢ INaL STEEL 7 � TAaNSVERSE ,' STEEL . l2 r 5.75 3 ip 4 ��_g 54 � � � I I � 5.5 3 70 4 11 5Q 4` - _�r2�_� - -___ Q � � Q SiNGLE PfECE a � TIE BARS TRANSVERSE STEEL AND TIE BARS -` ���2 7IE BARS TIE 6AR5 TIE BARS L� LONGT7U0[kAL A7 LONGIFU�I�7AL AT LONGITl10INAL SLAB TAAniSVEASE cpNTRaCTiaN .70INT coN57Auc7iora J9INT PAVENEENT 0� cowTAacTiar� ,loiHT �oNGI7UoiNp� PAVEMEN7 OR THICRNE55 SSEEL �SEC7ION 2-iS fSECT20N Y-Y) SFtOSJL�ER E06� CONSTRf1CTI0ni ,16TNT SHOLlL�ER EDGE (iN.) BAR SPACING BAR SPACING 8AR SPACIMG SIiE c�N., s�zE �aN_ � s�z� c�,u. � TYP I CAL PAVEMEN� LAYC}Ui 7.0 - T.5 �5 qe �5 48 �s5 29 PLAN VI�Yf (NOT 'FO SCA��) 8.0 - 13. Q�5 48 tt6 AB #6 24 � L=54" I 50" fofi a6 9u1, d2" FRi �5 eAA � BD�ITIpr.IqL S7EEL BARS 25" Fox •s eut I 7[E 90.R5 MA1' 9E �o1MT SE�L[�7G� L� I JDI>1T SEALLNG�� 2t^ cOw •5 9bR I TN SAA7E ?�ANE AS MATERfAL ; un7fRiaL 7ApN5VER5z BARS 1 ] ' � �i7 T[E 9ARS,SINGLE -_-__ � '_'_'�TT/Z �T �s�p IAIN'CL�R 2 �� '_'_"'_"'_"_ _ �T/2 � T ' �� TRAINSYERSE BAp5 I�_ C- I- C- I Q -Q I- C- I �, i LON6ITLIDIWAL BARS NO SPLFCES pLLOWE� WITHiN 10 FT Of THE J01NT. LONGITUOIN0.L SAFS TRANSVERSE SARS TRANSVERSE CONSTRUCTION JOiNT LONGITIJDINAI. CCNJS7RUC7I6N J4IT11' SECTION X- X 5ECTION Y- Y � 50' FO�i �6 BdR, 42' �OA �5 B0.H , I LONGFT�3�IN6� JOINT SEALING�, y5" FOR �6 9AF �kfi5 MATEFIAL Zr- p0l1 a5 BAR I I snw cur��F/3 _=���T/z I r __'���� ' . . "' I � I� I� I�� C l� i TaAN5VER5E BAf�' SiNCLE PIECE 7iE BARS St{qLfW BE I73 5AM� P�AN� AS YRANSY�RS� $AliS F(1R 7.0 IN. TO 9.5 IN. SL0.65. MAY BE PLACEU ABOVE LONCIT[1�iN0.L BdRS FOR Sfl.6 IN. TO F3.6 IN. S�nBS. L9Sv�GIFU�INAL C9NTRACTIOi�f JOiNT SECTI4N Z - Z ;ENERAL NOTE5 SHEET 1 OF 2 �• avlsfon �Texes�epertmeruelTranspdteHen m++d� C�NTINUDUSLY REINFaRCED CONCRETE PAVEMENT ONE LAYER STEEL BAR PLACEAIENT T- T to 13 INCHES CRCPf1)-24 �c� crccl2e.ecn e�nTyp�i �on � �w.q�' I�,vP � f�I� �P%IL 2020 onr I I� •� r �aiv�°n`¢+� i ' I u:n ccwn susr . w�aan"�.��;m;,m�' I I if p E9 �� 8` 3« �� �� �� a�6 �� €� 'a� 5� E� �� �� <a �+ oS ,5 0 :� A* o: �� �L ��B �s pFw� oLL � 10 FT 15 F'f I �Y -I— � I SpWEO CONTRACTION 1�F" EXPANSION J�IMT JOINTS '� SSEE N�i'f 52) �T/3 5AW C177 �EPT�i I � � . � I 8 f 6 I � g" ; - a�. . 8 I COhFCAETE °� 6 . • ` e.�� � • P0.VEMENTn � . a 5 . . _ ' a . . ,� a . c A , . n • . o a. - .� a,• a . a• a 6 sRiocE awPAoAc�i ' ' �. � ///////%/// �/////////� SLAB G . ° TWO LAYERS � • NHWCIUNpER�,AYME�T� 30 LH ROO�ING FELT a- TRANSVERSE F�CPANSION JOINT ❑ETAIL AT BRIQGE APPftOACH LONGIT��INAL ^ �REINFORCIhtG STEEL SPLICE5 II � ��_ I EOGE OF CRCP PAVENENT 4R L�NGITU�INAL JOINT ! I � I I <, � � � �S, I � � ) I � I � i I � I / J � /// 12-FT WIDTH BY 2-FF LENGTH �` Z-FT �`IDTH BY 2-F7 LENG7H STAG�ER THE LAP LOCAT201�5 50 THA7 NO MORE THAN i/3 OF THE LONGITII�INAL STEEL IS SPLIGE� FN ANY GIYEN �2-FT. WI�TH AN� 2-FT. LENGTH OF THE PAVcMENT, ANY OTHER LAP LONFIGl1RA710M MEETIId6 YHSS R�QUYR£MENT WILL BE ALLOWE�. EXAMPLES OF LAP CONFIGl1RATI6N PLAN VIEW S N07 TO SCALEI ExISFiNG CRCP NEW CRCP � MIN.30" "�4GE OF tRCP PAVEMEW7 6;{�, 70"�j `__ i __ �R LGHGITl101MaL JOItaT� a�6 . n' � TRANSVERSE COIdSTRlIC7I�M JDINT l � a .a , � c �/ . Q 'd d . 6 • 8 A \ 4 e 4 �DAILL AN� GROUT WITH TY?E fII CLASS L EPaXIY. �EMONSTRATE THAT THE BON� STR�NGTH 6F THE EPDXY-Gfl0{1TEfl LOM1'6ITl1UiNAL BARS MEETS THE REQUIREMEN75 OF Pt1LL-01JT TEST SPECIFIE� SN E7EM 3b1. OP7ION A� QRILL ANF7 EPDXY PLAN YIiIM ( NOT TO SCALEI EXIS7tNC [RCA I NE14 GRCA � — I r PARTIAL �EPTH SAWCl1T T 6 1 MI1J.36" e ` � NEW LONG3TLIOINAL STEEL 8AR5 d � r a �� � EXP65E0 EXISTItJG STEEL BARS —�F�Z a � I 6 ��IN TH15 AFEA, THE &REAKING OF THE EX157ING CONCRETE WILl BE 0.CCS7MPLISHE➢ BY L7GiiTWEIGHT JACN HAho.�ERS AS APPRQVE� HY TH� ENG[NEER. OPTIaN 8: BREAKflACK AN� LAP TRANSVERSE tIE JOINT �ETATL EXISTII�G CRCP TO NEW CRCP CA57-1N-PLACE C4NCRETE TqAFFIC anRRrER 7W0 LAYERS OF 30 LB SEE f9NCAETE 9ARRLER STANDARD R9QFING FELT OR 1/2" FOR AACH�RAGE �ETAILS. PREF6RME� 917LMINOp5 ALL T1E BARS iN ANY CpNTINU0i15 FIBER MATERIAL A1AY pIELE OF LONCREiE iRAFFIC BE U5E0 ON THE Ff;EE � &ARRIER SHALL 6E ON THE SAhl.E SSOE OF JOINT. SIqE 4F THE JOIM_ 4RRIE5 I ' J CONCRETE r PA4EA7ENT IJ2" Fd[N. ASPNdL7 FREE LONGITI}�IkAL J6INT I�RE4NA�a FfBER80AR� IJOIN7 WITHOUT TIE BARSI CONFORMING TO A5�M � 394. LOCATIOid DF 7HE JOINT WILL BE AS OIRECTEO BY THE ENGINEEH. FREE LONGITUOINAL 301NT DETAIL EXISTfKG PAYEMENT EDOE i'ROPOSf� PAVEMENT CONCRE7E CUR$ T4 8� J�INT RFbA0VE0 (IF APPLTGA6LE��� � SEALiNG MATERIpL i �a TiE 6AR5 T�� �T/2 ^ _ �" � 4� � � ` I DRILL & CRal1T WITH � �Q�� 25" FOR �5 BAR TPYE ISI,CLA56 C EPDXY M[N 2I" Ff7R �5 &AR 1.BEFORE WIaENYNG K'ORK, OE7�ON517tATE 7NAT THE BON� STRENCTN OF THE EpOXY-GROU7E0 TiE BAAS MEETS THE REQURIA7ENT5 OF Pl1LL-Oi1T TES7 SPECIFIE� YN T7EM 381. 2.SP4CE TIE BARS A7 Z4" SPACING. USE #6 TI'z BARS FOR 9" AN� THCCKER SLA65� 115E �S TI£ BARS FOR LESS THaN B" 7i11C1S SLABS, LONGITU�INAL WIDENYNG JOINT ��TAIL SHEET 2 OF 2 �• o�n �Terasosaaarrrrrer+�oltrsnsporeetlw� sreneere CON7INUOU5LY REINFORCED CONCRET� PAV�AENT ONE LAYER STEEI. BAR PLACEMENF 7- 7 to 13 FNCHES CRCP (1 ) —20 rnF� e�an�eo.�9� o-�rx s�rn( �.we I��� k��ErnP �rxcar.arnL�xo�m I 93/16/5030 PO4�/W TAB�E 1� I �n 4 tnm I m � a� eQ o�i. ��a a �� ao eEm WO� ��`e u`e S €a R� �$o 3�EP o �a kU�y 4� � � t > > Pcrement rhlrFness I Sce aFProprya[e d�tafl5 Isewhrre for dlmenslor� fntl o! �� Pavenient wingwall 1 _ .___i _______________________�_. ___________ _____� � �— � �No s� pe� rhan 1:t O1 c�m�nt sraorra�a 5act�lii O � ne�emz�r y-tr' WIiNOUT qPPROACH SLAB Lin�if P� L58 QQ � 5 alflllaeC 5 4 .F � � Biidge aeck � F�p P� dLllf CkWf ' Varies � MSE retalnlrt9 wdll � f' �. '. � •' � •"� SeI�rF�filf zgnc .' V`� , �' r �! • ' � - r umn o� css � ra11s7 O a eaankmene n � 1' 1.• . . � � � I� �`. � � �. Se72c! ilU zOnP (WSE;wofls) , � O . 1��. ' i, . , " . . . . . ' . . ' " ' '. " " MSf retafnl� waffJ DPTION 7-� PLAN WITH 1�15E RETAINING WALLS a�� vr 7yp pave�lent Eriage fntl n� �� �I ppra� secrian dAPr02Ch Slpy� wingrvall � Sidb _' ^_ - I , '` I �___ � . � aa�rment� z-o" SECTIpN A-A �L,a,(.1 �Nn s[ceAer z than 1:7 O1 iemertt stab7lized tretkfill O W1TN APF'AOACH SLAB f5howinA BAS-C. 6a5-a similar,J OUSUaV limi[ O� CCmCn: S�a�Gffi¢Pd 6dC�fff1 fs at entl o/ wfn�wafl, Exrentl C58 ��mlLs as rcqulred te mafnrain a sfepe na steeper fRan l:l a! �qf[om ol packlill, Q 8ench G�rk/711 as shown wi[h 1Y {aAP�osimetaJ bench Cepths. OWRerE MSE re[alning walls are prnsent. ad��sr Csa 1lmlrs �o �crommoaarr rne sele t fllr �ane- 5ee retainirtg w�R de[alls fo� addliional irrfo�ma[ion. O WMPn dfSiAn[e hPtw'2en sf��t /fff zonEs is ie55 tnpn 5'-0", M5E 5cle[t fif! may bC su6sYRuteE fo� cemenr statrdlzep Carkfif! w![h approo-al frem Me fngrueer. O f� Shpw� 111 thE pfaRS /fowa812 iYaC�'�f11 ran 5e vsetl as a wnsnture for remer. stauilized Garffill with Yhe fol�owing �srrai�rs: � aJ, rr rrowaCle yarFriR rs to o-e plareJ aveF 165E Latkfil! then a li![er fa6r1[ will 6P placeL wer the MSf 6arkflf! prior [o A�aCem2nt of (he /fou'a6rE 1111: �qd 8). Plare /fnwa6fe 1111 in !if[s r',at ceeling Y fee! In 1lerght, ylace ea�h Su[[e55��e fllt when thz pre�+oUs l7ft hes stilfennd/Aartlened fl.e. I�as fast i!s flowe6ilityJ. GENFRAL NOTFS; See the 6�iC4e Layoui For selx[ed O,a�on. �pfiort 2+s In[endeC Ior nery [ons[ructlor reqvlrinq hlgh Rlasticlty m6a�minf ffll ![h a plastirity !ntllk (FfJ gredCer lh�n 30 or pavemsn. 8ui![ in Aear na[ive smil. Faflr Soils are Gef/netl as h+gh A�ast�nty claYs o� expanstve c�ays. DAtion } is lrttenEetl Far canstr�rtio-n only reqyiring RI [arttrclled Pmbankment fi7f of Px�avation in rompetent sa�ls/roc25 fn o�der to cvns;ruc[ [he aAutmenr. PrOr:tle Cemen[ 5[anllizeC Bark!!!I (CSBj meeting the requiremeMs af rtem 9�0, Euaaatien a+fC 8ackfill €er S�rurNres", iv rhe f�mits Shpwn at bridg� a6urme�ts. !I requi�etl elsewhe.e in the p�arts, provitle F10nadle Bd[kfif7 RI[PFrRy IRN lCquiffRifnts vF ffen� 4�7. "Flvwable 8S[k�!!I'. [e �he ilmRs sl>ewrt ar drlJge abu>ments. Oeralls are drawn 5howing left forvhlyd s:'ew. 5ee &r�Cqe Laymef for artual skew tllrect�ntt. ThCSP tlEtdilS d0 110t �pA�V rrhell Cb�ClMe 81oLk re[aining walls ale used in lieu o( ningwafls. skeer i oF a — .�� HrfdgR �7$YBS =)ePa�M�ent OI7Y@nSPo�fl6R 5 � rtl CEMElV7 STABILPZED ABUTMENT BACKFILL BRI�GE RBUTMENT CSRB �uyu-i-meM �, r�aur 1�. r.roi I�� n�or ��. rroar �r�vw �r�rm�s s�a( ,00 I � u I � .�N o,�,.: i � �a.,, I � , � SJir � Vrioowail � OPTION T -- ALAAf �/!TN WING4�IALLS CdStdn-pIdCP lCfd%fliflg W8��5 SirtiilQl, n� ��m c'� Yo ;2q w�� ��� h� t� a#� � $ `o e'E Nqs a�` wwA� x��� ��Ya oLL varies � a° >' Pa�ement thic�'ness See aAAroA��ate Cetai�s plSewhCIE f0l Ci!lPII510l1 E�0 Of Pavemen[ rvingwall 1 ------�-� ----------- �_ � I � No 5feeper tnr„ in 0 Gement Sta6ilized b;ck(Ilf O 2 ahurmenr r�' Wl7NOGT APPAOACH SLAB � aridge Geck � Fa[e of a6N tkWl b Il 1 u Q Usua1 !rmlt of Cement S1aLilizeC &ackllll 15 d[ �y pf wln�wafl. EitenC C$9 l!M![S as required ro mnin[u1n a slope na steepel [hdn J:1 dl 8Gfi0Ri N EaC�'fi!!, OBCn�h hAG�ffff as $IipW� M`���� F7" lapprer�mateJ ben�n p�p1h_s. Q4Yhere �SE re[alr+ing wa!!s arm prrsert[. aelus[ cs8 ��m�rs ta arcommcaare obe iefe[t llll zon¢. 52e rNa+nMg wall tle[a!!s (er adCitlnttal in/o�ma[loR. O WIIPn tllstanCe 8PM'een sele[t fill aone5 rs less than S-D". MSE setMt lff� may Ge svbstlev�� fer :ement Sta6ilized 8a[k(�li yyjth upDrOva� frnm ihc Eng�n6Br. O1! sRawn fn !he p1d+15 flOWdb7P f]dlYf11! cart 6e u5e� as a subsNmie far cemenr stadilited LartflS! with fhe 1o11owmg a [rTnt3: � a1. 1� nvwaore BarkJfll i5 to 6e pfdCPd over MSE 6a[4fi!! then a 11Rer Ia6ric wlll 6e plaeetl ouer the d75E 6ack1111 yriar ta place(nen! ef Che llOwBblelllf; anQ aa ara�e ri�a�rc rur r� rres �at exreeding 2 feer :w lutght, ptace each ,successlve lilr when the previous if(t has stif£ened/hardened l�.P. uas iaat its llowai�:lkYA t` Embankmcnt area � '� . . ' . � � �, Sefxt !i!! zane�lMSF.wutrsf ]�. . . . . , . . . � . . . _ . . . . Vurles KSf retalning wa!! � L�mit o� Gss Q �, sef�rF•f�11'zp� 1N�F wal�sl • � . ' � . '. MSE retalnlny walf� dPTIDN 1—� FLqN INITN MSE RE7AINING INALLS � � ACufmcnE— SECTJDN A-A b Sa � � � S[EPJiPf n 7'1 O WlTH APPROACN SG48 (5hov�ing BRS-C, H(S�A similar.) e�e at rvv aa�emen� ; F�d Of � ppr� seC[!on sfak ��__=� 6 Q GENERAL NOTES: See ehe Brfdqe Wyo�t lor relerted Optiert. Optictl 2 is frt�enCeG !tlr raw [onsrfucrFon reqwring high ofasHrlly em6ankmenf ���� with q plas[icity imdex 7P1) grearer t7�en 30 ar pavement 8uilt in ponr �a�rve spr1. Foor salfs afe de/jnEtl a5 hugH plaifi[ity Cldys 0� eXpBnsIVC [fdf S. O�tipp j IS IRt4�tled fDr [OnStfu[t�0� O�ly fPqlllr!/uj A! CO(1fI011Pd Cmbankmenf fj!! a! P Bvafio/f in compP[Efif solfs/rocks in arder to construc[ ehe abv=mep[. Provftle Cement StanilileC 8a[ktill fC58J meetl�g th¢ rcpuifemCnts of item 400, °Exrevation antl Backfilf !or St!!![FV�CY, f0 the llmlt5 Show� at briCge dbutmFncs. !� reqbireE e�sewnrre in [�e pWns. �ro�+de Flawab+e sactfifr m�.`�irsg [he requirements ol ltem 40J. "F�owaO�e Ba(k1ffP, to Ihe ffm�[S shp,vn at Crltlge abl+fmtnfs. Oerdrls are drawn showf�g !eR fvrwa�d ske✓�- Sec 9riyg� Ceynue For arrZal skdw direcr7on. These delai�s tlo �t appfy when [vncrete 91xk renining walls are used in iieu ol w/nqwalls 5HEET I pF 2 �� � � �rm�s oepar�mera or rmnsawmt7w, CEMENT STABILIZED ABUTMENT BACKFILL B}iIDGE ABIITMENi CSAB cviaFrf-A.d�n w. hmOf� In-i�0.+7lorlivpCi I�• ho4! �p,rp� �rs��y i xr.w�r � ��.�-�.. i , f �a�,R I 3a e �- W'agWaf! OPTION I-�- ALAN WITH WINGWALLS Cast-in-plaee rnaining walls simllar. �. �� 9a s� r� o� �a �� �� �$ wp �Y a6 r� o�� 6"% 8"X i-0" Np7Et TO&`FALL WFTH ONE 1611 GAL4. 7JAIL TR�TEO W060 e�flcl( oo Na7 u5E WaSR£a 3" 4• T� PREVeWT BLOCK ROTnT20N. � g•�� BEYwEEN BOLT HEa� �� E� \ E�� `'/A" aUTTON HEAp POST BO�T� t'-1 AN� R4[L ELEiAENT A I 4NP u117 41ITi1 `�• wAS�:ER ___ _ �q+ � I$�� G�N�RII� N4T� 31. � 'T" ��-- �4 � 3. 14" �4'� �IA. HOLE J I 32" o � '7'" � 7� 7. P�ST & BLOCKOLIT Z5, ;� a m� w � ' � s'-o" Q FRONT SL�E VARIES tO � a � flNERN �/ 2•_p'• 7yP . # / � x z � "".�' �6" % 6" X 58" w w ¢ FA�6E OF SHOEILOER S� �� II I �ti�_ OR wI6ENE0 CRpwN. I I # y �� N6YE: f � � � I 25' - 6" RAIL ELEMENT � 6 3� � 6 -3 � csee c�xERA� NOT� ia eoR I � p $ a WOOD BLOGI( TO RO�TED W00� BLOCK An[4 NEz�h'r Mrasup��Nn � ? 2„I RELTANGt1LhR WOOQ POST TO I-BEAM STEEL P45T � �,N �fk WppO BLOCK TR TYPICAL POST PLACEMENT ROUNO 1YDOD POST NO�E<K'ae"wW0" INOICdTES UIMENSIDNS FpR 60TH R9llkp 8Np REC7dNGUL6ft wpp0 POST SYSTFS.�S. MBGF LENGTH OF NEEll IL1 , 6'i 3' � � � � . II II II II Li 3t" i ""' F1Ni5HEQ GRADE II li I 36" W00� P@ST I I � I 44" STEEL POST I I ' il LI'- LI L� 6'- 3° � _,f � I` 07RECTIQH OF T72AFFIC FB" IAiN 7'� I � 6• �I i4• 7" J � I�^ I•• a � W6 % E. 5 �R W6 x 3-0 I LENCTH 72'{TYP1 �va-rioN MID-SPAN RAIL SPLICE SHOwINC A 25'- 0" SECT[ON OF W-BE4f�l RAIL. fSEE GEFfEHAL N07E 2) . 26' - %z " a 5LOTTED HOLES 4T 6'-3" C-C Y , OR 3 ]��x" C C 3'-I %", Y I ITYPI _ N II f o � � . , , . . . �� _ ' � ��'a � 2 �/ „ . , . . ' G��e ° ii V � LL \�/ J 2 %s" % �e" 1 q�qF�'2G� Iq7 HAIL SpLI�E SLOTTED HOLES ITYPI HOLES ITYP} ELEVpTIDN 25'- 0°(N�A7.) W-BEAM SE6TION µo7E5� S�E GENFJiAL NoTE 2 FOR pLLOwABLE RAIL TYPES. SEE qAIL SPLICE RETAIL F�R REQLISPE� HAR�WARE. �P�5TIS� Ik4Y REQIfIHE FFEL� M�05FIGATION TO ENSt1RE PflOPER �$„ GUARpRA[L HEIGkT. 9" MIN. F1LL DEPTX� CLiLVERT SLAB , VAAfES: � GENEk?AL NOTES I. 7HE 7YPE OF P03Y fNOLINO W0o➢ P6$T, REC7�iHGl1LAR WOOU POST, OR STEEL POST7 W[LL 8E AS SHtlWN IN TNE PLRNS. THE EXkCT P0.57TfON 9F IABGF SHALL SE SH7NN IN THE PL0.N5 OR AS DIRECTEU BY THE EN6INEER, STEEL PCSTS T� BE SAL`1AN12E� IN ACCDRLAN�E WI7H STFJ� 545, `GALvANkZFNG," 2. R4FL 0.ESAfMS SHaLL �IEEi THE REGGIRENEFRS oF :TEAi 5�0,"ME7AL BEau G44RA FENGE" E%GEPT AS Mtl�fFIE� IN THH PLu.`5. THE COa?FACTOfl MwY FUflN55H PaFL ELFI�NTS OF 25'- 0", OR t2'- 5" SNOM.1 LENGTHS. RA[L ELEFiEN7S AfAY RAYE 5LOTTE� SOLES A7 3'-1 'f¢' C-C OR 6'-3" C-C. A SPECSAL LENG7y OF RA « 7A0.Y 9E IdANUFAC7l1PE9 10 ACCC�P➢A7E YNE qOWNS7FEAYq AN[HpR TEqMINAL (tlA71 ANo TME TRpNS[T10iJ SECTIONS OF GLIAR�RAIL S. BLITT6N NFA6 "P057 BOLTS P N11T5" SHALL MEE1 THE REQt1=ft:JAENiS OF Id57M A3�11, ANO SHALL BE flF SUFFiCIENr LENET#i TO E%TEN� THRWG}f THE Fl1LL THICKNE55 OF S}IE NUT AN� �" WASHEfl IFw��ga7 AND N�'T �7RE TH0.N I" BEYON� I7. TRfM PENJIiNLNG 80LT LENGTtI TO M��'f FEC[IiR£0 LEkGTH. S. F]TT;NGS (BOLTS, NI1TS, dNp WA5H6R51 SM6LL BE GALV�INIZEO IN ACCOR�ANCE WITH ITEM 945,"GAlY0.N[ZING." FITTINCS SHqLL 9E SUBSfQIARY TO THE B[0 ITEn/_ 5. CRtlWN SIU�L BE WIOENE6 TO ACCO�.vn0�A7E THE ntETat &Eau GIJaR� FENCE. 6. TNE LA7fRAL APPRDAGX 70 7NE GIIARfl FENCE, SNALL HAYE A MAx1MIUlA SLOPE OF 1Y:IOH. 7. IF SryOWN ELSEW�j7E IN TyE PLANS p(i AS DSSiE[TE� fiY THE EA]C=NEER, 7WE G�ARQ FENLE NAY flE FL0.q�� AT A qATE OF 25:1 OH FLATTER. 8. UNLFSS OTHERWISE SXOWk IN THE PLANS, GUAAO FENCE PLdCE� IN THE VICINiTY OF CLIRBS SHALL BE POSIi[ONED 50 TH4T THE FACE OF CURB [5 LOCATEO OIpECTLY BELQ'k OR BEHIuO THE FACE OF THE RRIL. RRIL PLRGE4 O4ER CIIRBS SHALL BE 1NSTALLEA SD THAT THE PqST SOLT ?5 L6C0.TE0 0.PPROXtMATELY z5 iNCfiES ABOVE THE CIITiEA PAN OR EE)GE (tF SHOI1L�Ei�. 9. RPPLICn7I0N5 IN S�LL� RaCK ARE ONLY ALLOWE� WITH STEEL POSTS. IF S�L1� ROC6 IS FJ.'COUNTERE6 wITHiN 0 TO 18" OF THE FtN153{E� CRkOE, �fiILL A 2q" �I4. FfOLE, 24" IMO TNE RaCR. iF S�LID ROEN IS ENCOl1N7ERE0 9ELOW 19", tlRILL 0. 12" UTA. HOLE, 12" INTO F8E ft9C8 DFl Ta 7HE 57APoUAR� �BE6AaENT OEPTH� WHICHEYEF IhhYBE LE55. AF1Y E%CE55 POST LENCTH� AfTER MEETING THESE �EPTHS� IAAY 6E FiELO C� TO �N$IfPE Y3tOpER GUAW�R0.I4 N�.1NiING HE[GH7. 9ACK�ILL WFTH C9ARS� AGGREGATE �.WTEjlTAL. 10. PP575 SHbLL NOT BE SET IN CONCRETE, OF ANr �EPiH. 11. 5PECSAL fA6&ICATSON WILL 9E REO[IIRE� dT INSTALLATION LOCATIONS HAY?ISG 0. CLIRYA7'llHE OF LE55 THAt1 15Q F7. R0.�S4$. 12. fud�E55 9THEHwF5E SHOWN [N TNE PEANS, A CQ�PQSITE MATERIAL SLOCK THAT iAEETS tHE PE011IREMENTS OF �5-72f0,"GOMP651T� �.uTER2AL POSTS AND BL�C%S FOR METaL BEAM GUAHO FENGE" �IFY BE SUB5TITI1'FEO F�R 6LOCK5 QF 51MiLpR lliMENSIDkS. THE CONSTAUCTION �IYISI�N� TXOOT IFAINTp[NS A MRTEfi[AL Ppp�llCffl LjST SMPL1 FOR PRO�uGERS OF MATERIALS CQVFORIu]NG 70 OIdS-72t4 aNLY pR0ol10Ep5 ON THE MPL MAY FUHNIS}i COMPOSIITE MATER7AL BL�CKS. 73. F�R THE LOW FILL CUEVEpT 4PTiaN, P65TS LOCATED PARTIALLY aF WHOLLY BETWEEH P8ECA57 B6% C{1LVHR7 UNITS, THE USE OF A CAST-IN-PLACE CONCREiE CLOSUHE BETWEEN BOXES IS REOUIREO. 7HE L6YGTH OF THE CA57-IN-PLACE CONCFEFE CLoSURE SHALL ACCUMK)OA7E 7HE PLACEMHN7 DF iWE Low FILL CULYERT oPTIow. SEE CONCRiTE CL65LlqE 4ETAILS ON BftI�GE STRNOAR� SCP-MQ. � 12"(TYP7 ��.��i I" 1( 1�/¢" 14• GiIAR�RAft HEIG1f7 MEn5FlFFMENT= WHEN THE GLLAfl�RAIL 75 ! 000.7E6 AB�VE PA4EMENT, MEASURE THE HEIGHT SL07TEU HOLES FROM TME PAu�.U�kT T9 THE TOP aF THE M'-BEdM RAFL. MHE� THE GUARORAIL 15 LOC4TED 11P TO 2 FT. OFF OF THE E6GE OF PnVEMEkT OR FOH A PAUEMEN7 04ERLAY, USE A 16-FOGT STNA]GHTECCE YO EXTENo 7xE PAVEMENT/SHOl1L�ER SL9PE TO THE BACK OF RAIL, b�ASURE FHOM THE B9FTOM OF 5TRAIGHTE�GE TO THE TOP �g^@ �a�� OF RAIL FOR GUARdRRIL L6CATE0 D054N A 50:7 SLOPE. 7.fEA51JH� �FOM 7NE NpA7FNAL TE37fipIN• '� 9' � � fttP7 f7YP7 % 9 OR W6 % 6.8 STEEL POST CUNhECTION TO STEEL P65T C�EVEi77 SLA9 IUSE WHEN 1NEHE T IS yi55 THAN 36" COVER OYEq Ct1LYFRT SLABf. � 12"x ��^x %s^ aSTM 0.572 CF SOITOP PL0.iE � 5• IIIA. HOLES FORME� OR COREO 5N C4NCRETE I2" x i2^ x'/,`�a57M A36) STEEL B07TOM� � PLATE WI7H 7' �lA. hi0LE5 REql1IRF� WfTk BOLT-THRpUG:� [NS70.LLA7YON, LOW F1LL CllLVERT POST 12 �/z" NOTE: p•• q�, '� ql " Z�r - �� FOl1R 'fYP�S DF $�TTOa-H�A� G�IARD R4[L 6ALT9 LOME WITH A RfCGE55E0 NLIT. I SPLICE SPLlCE BOLT LFDIG7k � i NO eDLt p�auIRE� IlARIES FB607 = 1 '/<" //��� � �, FBB02 = Z" (I�� 5�. y+] �� DIqEL7ION. tlF TRAFFIC �}us� � b I o POS7 & BIOCK LENGTH I I I , ; FBB03 = 70" �_ cs� �," x i'h" surraiu N�ao sP��c� FB604 = 18" MI�-SPP.N B(7LT5 wSTN RECCE55E4 N13T5. HUTTON HEAD BDLT RAlL SPLICE DETAIL � NOTE: SEE GENEflAL NO7E 3 FCR NOTE: GF(311� MI6-SPAN RAiL SPLICE5 ARE oLL SPLICE & P65T BOLT DEfV�ILS. REOl1IRE0 WITH 6'�3" PQST SPACiNCS. Pw�/ NOTE: TRANSTSTIOH5 TO 9RfQGE HAILS OR TftAFFIC 9APftIERS. SEE Gfi311TL3 TH ST0.NDpR0 FOR ifIGH-SPEE� 7L-3 TRANS?TIONS. SEE GF[311TL2 TH 5T0.NDAli� FOR LOW-SPEE� 7L-2 TR0.NSiTI0N5. NOTE: TWO INSTALLATION OPT10N5. �i. BQIT-7F1170IlGH DP71ON: RE�ilIRES A 6" MIN. SL0.B TH[[KNESS_ (e` 9IA IkSTM A4447 HEAVY HE% BOLTS WITfi 11Y6 HAR➢ENE� WA$}IER EACH ANO HEA4� �wEX kU75. N07E= BOLT LENGTH - SLpe PLUS 2�/." AiIN. 2. F�0%Y ANCHOR OPT10N: THIS OPTION MAY QNLY BE 11SE0 IF THE CLELYERT SLAB LS 9" MIN. THICIC. THREADEO ANCHdZ RODS 11L157 BE T�" OTR_ 45TM Aa49 OR A193 CRA6E 67 wITH HEAVY ftE% Nc7T, AR� ONE HAR�ENE� W0.5HFA FA.C1s. EM9E� ANCHOR ROilS 6" WITN H[LT1 HIT HE SGO EP01(Y apxESIVE. OYHER i'IPE [Il CLASS L EPDXY A�HESIVES IhEETINC THE REQl1IHEtAEN75 6F ONS-fi100, 'EAO%[ES AND AOH@SIVES", MRY $E llSE� FF iT CaN SE DEMONSTRaTEU THpT THE'� '.�EEY OH E%CEE� THE STRENCTH OF HIL7I HIT pE 509 W?TH THE SaME Et1BE0adEHT �EP7H aM0 THREnOEU Rp6 o[A. CpLI,aW 7HE MAN4FACTUREA"S RfRIIIHEMcNFS FOP IN5T4LLINC EPDX[EO THREA�EO R011S. EXTENO R00.5 �/�" MIN. $Ei'ON� N117. NOTE: LULYHR75 OF 25 F'f. OR LE55, SEE GF1371L5 570.NpAP0 F9R "L6NG SPAN" OPTION. � eTeY sGBPgnmaMM7Ye»sperlatlen �� METAL BEAM GUARQ FENCE TL-3 MASH COMPLIAI�T GF(31)-i9 ��L�.9i#Il9.nm� I�"'Th O7 � yyx�NA� �Or+ yP jCA•COLIAG �c �.00r. p{)YFy�BFJ� 20�9 r�� �s�c+( .we � x�w�w�r P[vt5ias I I cv.Mrr �rsr�n. f � i3 s� �� Sa �g `�a r� r.4i <o f� i� a$ �� �W �� �� m€ z� �� �^ �z ��� 7�F BREaKRWaY CABLE TERMIINAL (BCT7 7���^ x 5�/" x�6° 2 N9t1-SYNA{ETR'_CAL LABLE aNCHOR ,a55FIaBLY WITH C3 X 5 x e�" O TpAN5STI0N PAIL 5�[T[aH CA$LE BR0.LxE7, BEARING PLATE �CROUN� STRl1T5 ��pT TERMSNAL POST fSEE 0.NPLItABLE T32AkSITION STANOAR�l� AN6 5TANDAR6 HAflOWpRE.� ,., it �5 77 --�� -- _/ �� �----'----- - --�-�---- pLAN VIfW------ � � .-J�_�---------`--------------- -------------------��� ' _ "' OSHfLF ANCLE� OOOO / BRnCKET J B;4 I7 ti J EN� PAYMEN7 FOR DAT SYST£IA SEA.] (SEE N07E 27 OIRauHOE�) w-BEAn� �NO SE[Tf6N � 1� 42 OO 9CT P95T SLEE4E 2" x5%p" [SLH �0 GALY. PIPE7 � ,� I I � ���i 6a'��"lMIN.7 � YL�BE F.F�BE➢ME,�'T I I �BEGiN PAYMENT FOR VETAL SEAN GUARo FENCE �� 7;� 6EE GF[3175tANQAR01 0[RECT[C� PF mA%F]c \:J9•- 4 i/" Ra11 $ec+lon i fSEE GENfRAL N07E 21 1z�"6" l31in.7 MBC�' -� � PAYMENT FOR NON-5VMMEfRICAL BEGIN LENCiH I TRANSITION RAIL fEA7 6'- 3" 3'-1 �� " 3'-I %z" Oi NEEG h _ ILCk� y� I •1• - I •-• TIF I --- __!-------------- ------------� _w-------- � � - -''-f.'S fn =____====-c�-c--______________'-- -_-- - ---------' � -- ----- - __-__�---__�• s_a;i "�i " • . -, "" , �� I • } ________"_""""" " ' _- ' '_ _ "__' _" ' _ _} _ ___'" ]c _ _ """" __�_m•t -� 1 i � _ _ �" _ ; "_"''"'""""'"� -s__ ' � -Y �`'" 31" � I � __""'1- a__ - F � >+i � t 1 13 I T � - {� �, ��, -' -r' ti''�-- 1 � { I ` f �,�., � � � � � ` � FIf�ISHEO� F1N'SHE6J �� �� Il S6 S7 ��� To oropariY insta[1 �+k ' ��A� 6RA9E �i ii mointaln }ryQ q�7mr sYstat4� I 0 O I � project I on izs re�W � rcd ` � � ,� obove the tinishetl yra�_ ✓3� j ELEVATION VIEW 45EE NOTE 1S I I aKorawcnoR aRac�i i j � � � WSTH HAH�WdRE � I --Ll L.1 OT 9E5 W TH A➢WhFE O OOWNSTREAM ANCMOR TERMISJAL (�A7) NOTE: ONLY FOR OOWHSTREAM 115Er WHEN L6CATE� OSlTSI6E YHE HORIZANTAL LLE4RdNGE 6ciE4 aF qPpOSTIVG 7RAFFIC. �o� 3'� r�� ro eeacK��� �h" 5��2, s:oes z— O�� �'• � �" Q[l. NOLES —o � lb" q, � 6ENT PLAFE —� . �16'k�2%2��x� �^ I � � gp�2� F ��vo ru�re F�, �,,, (3' s36" � �� }s �� I7YP1 l�" zn�• FW 8 r� ow OGl1AAQRAIL ANCNOR BRACKEi p'":/ 8"fTYPJ rwA1L5 4^ 5"TO TOP � � OF PI.ATE 6. 3" MIN 1 ��" OIA SPL[GE 80LT 5Lo7 l7YPY MOTE< ORI'/E NAILS oN� �N� OYER �„X��„ TO pREYENT PL�ITE ROTATION � e���• � O BEAFlING PLAiE � e,u B,x �. � 1�'- S �" 9'- 4 �I2' �._ � �� 12' � 3 SPAEES jIT 9' Q TERIdI13AL RAIL ELEMENT FOR DAT 80" 3'L� {_-� - �-� �� � :I �,_r_ {-�;I SLaF$ lTYP1 O LHANNEL STRUTiG 3� �i� . 1" OI4. NOLE � el ��. � EN� PLATE �� /_ _''/rX� �' � -- ` \�I' 0[0.. 91 �4.� � 28 ��¢" }HOLES r � �- � � �2%z"oin- � � xOLE 510E YIE�' i�Y1 vIEW O 7ERMINAL ?C15I � ya^. s y,^x �c^ w000 aosr 3�0 6 1 ¢ � 1��- � 2^ ,bu � � 7% � iy�- i �;. x ,,, __ � �� _ SLOTS ITri'Y �. 81�. T ��� I 1 �x� � OO W-BEAM EFFU SECTI9N fROl1N0E�) tT2 6A.1 �SHELF ANGLE BRACRET GENERAL NOTES 1- THE oE7AIL SHOWN i5 THE MINEMiIM LENGTH OF NEEU fLON7 FOR A OOYMSTREAM ANCHPN YERf�INAL c6ATl CONNECTE6 TO A [QNCRETE RAIL. 2. 7ME flAIL SECTION AT THE ENE1 POST i5 SI�PPtlR7Eo 9Y 7ME SHELF ANGLE BRAG8E7- TyE RA1L ELEMENT IS N�T ATTACHEO 70 THE END PaST. 3. T1tE pq7NUATSON T116E5 SHALL N�T FR�JECT MORc 7HaN 3�" aeoue rNe FxNzsuEc ceane. 4. 0.LL HARON'AR� FOR OA7 SHALL BE ASTM A30T 11MLE55 orN�Awcse sHowN. 5. REFER TO GF(31k SHEET F�P TERMYNAL CONNECTIDN OETA�LS. Ow S7RIP INSTALLATION M �F A MOW STRIP IS flEOJIRE� 1YITN THE D0.T INSTALLATION T1{E LEAVE-OIIT AREA ApOtlNO THE STEEL F�[1N�ATI6N 711BE5 AN� THE TW6 CHANNEI STfl11T5 M0.Y BE 6AdITTEO. THIS WILL pEv�IRE ; FIJLL POt1R AT THE FOUN�ATFON TUBES. 3'' 1 %x" I 6�� T^ � �� �17" � I � � r � yg" pIA� I HOLES � I � � �6' I I � i � .. �j r# �kAT) PARTS LIST i �� STEEL Fal]H�hTSON TUBE `2 6AT TERIRINAL POST 3 GNAl1N.EL STflEIT q TERMINAL qAIL ELEMEkT 5 SHELF ANGLE 9R4C%EY 6 BCT &FAR[NG PLATE > BCT PPST SLEEVE 9 GIJARUFACL ANCHOR BRACKET 9 IROUNOEDIN-BEaA1 EN� SECT[ON 1p BL7 GABLE ANCH�R 11 REEE55'c0 N�T, LUARpRA2L S2 1�/�" 6LTfON HE0.f7 BOL7 F3 t9" Bi1TTOH HEA� Bt7LT s� �^ x 2^ Hex s+E.ao ea�.r S9 5/d^ k 9" NEX YIFAa BaLT 15 SIe" x 10" HE% HEAll BOLT 77 �" FLAT WA5Nf3i QTY 2 � 2 1 1 � I 1 1 20 4 ; 2 IB �* De�sfig7�r� T2' �TeTAsDePa�eMDIT»ttspOrmHarr �n�a METAL BEAM GEJAF2� FENCE (DOWN5TREAM ANCHOR TfiR1�INAL1 TL-3 FAASH COt�LIAN7 GFf31)DAT-19 vc� 9�71tl¢41R opi wiFx➢OT ��It61 ITN VP �[K�CGL/AG Qc hom� NOYEM9EF 20i9 COMI SECi JO! I NIVX�aT � o�s'r munrt I ' . I 1 �a�, + + -- SIQE VFEW FRONT YIEN lO SCEEL FOIINOATION TllHE 6"x 9•x �/e" x 7z^ sTFF1. ruBf SNESTE61 u0N-SYdWIET�ICa� �_g�p� G�4fl0 FEHGE w f7) 48" LONG CO�HELTiNG REBAp rrTYPE 11 GENERAL NOTES �� � FOR PRECAST - SEE C[1R6 TA6LE i . �� TF�7IE-BEAA1 � �T�NS�[ON � T � � � J 1. C6NTAfT THE �ESIG� Q[4ISION FOP OR0.ItlAGE CIIT OtlT OPTIONS WEE�E6 WITHIN THE / G�AB SEGT26N AF TSIE TNR]^�-BEdAi TRdNSI7IqN. IS12� 47fi-2$T8 T' 2. CONCRETE CVRB MAY 8E CAS7-IN-PLACE OR PpECAST k5 SH4WN ON THIS SFEEET. WHEN IJSf� ��` � ' I 9' - 5" I 22" I 9' - 2" I L3" I iN CONJLIIFC7i0H WSTH THE H3EiE-960.iA 'f17ANSIYlONS, Cl1RH SHALL HE TYp� [I IS- �" � i '4 =I PL.�N VIEW HE[GHT}; SEE C�RR�NT CCCG S�AN�ARO SHEET FaR FIfRTHER �ETbSLS. IF OTHER CSiRe HEIGHTS IS) I" OIA. MdLEs. � � � � AFiE SHOWk IN THE ALANS IN CONJIINCTFON WITH THE TRANSIFION, THE U}fiB HE?CHT A4AY BE �� 15� T/�" �14. H�;vy HEX HEA� �9� ;��� OFA. H�LE5} IN C�R9: 5EE LlIR9 TABLE FROM 4" TO e" WiTH d REL671VELV vERTICAL fACE. CONCRETE Cl1pB SHdLL BE COt3TIN110115 TO THE SEVENTH POSi �wLc55 OTHERW:SE SHOwN IN �HE PLANS. SEE GENER0.L NOTE=�7 FOR �� BOLTS fFACING TRAFFIC SIllEI � CIqClIA15TANCES WHE4E CI1RB C013TINIfE5 PAST POST 7. fASTM F7725 GR A325 OR R4491. NOTE= NOTE= tl[R£CTION OF TRAFFIC �° (761 I�a� 0.0. WA9NER lJN1]ER 1��+VY HEX 80LT LENCiH WLLL VARY CiJRB IS A REQULREO COhaP6NENT FOq �, CONCR�£ CL�Re TYPE i[ S�BSI6IANY 70 "IAE7AL BEAM Gt30.Rfl �FJ�C� TRANS[TIpN". IF Np � ➢EPEHPING 6N N'1PSM1: CONGREYE RA[L. TNE 7NANSITION TO FUN4TI�N PR�PFJi�Y- A�O1T70NAL CUR9 FS [WO3C0.TE� BEY�N� THE TRAN5IT[ON� T}1EN ANY Ci1RB HEICHT GFEATEft � a EA�H ftE% BOLT HEA� AN� Nl1T. �EAVE i' OF gpgT LENGTH P0.5T THE SEE GEh'ERdL NOTE5:2-4 AND 16-17. r� N� PAYMEN7 FOR 7HF?E-3E41.1 TttAla5177ON. THAN 4' WILL 9E TAPEAEO aOWM BEGINNiNG AT iHE LAST 7 FT. POST TO A MR%IMUM HE7GHT �o t51 Ya" 01A. REAVY HEx N1J75 6' HFJ: Fri17. 7RIM AS RE4�ISFE�. / OF 4" AT PQST 7. IF SXfn�M ELSEWHERE IN TXE PLANS, AD�ITIONAL CURB �NOEftt�EA7H i0.5FM A194 OR ASfi3S. ! G�AROR0.IL W[LL B� PA�C GOR BY THE LIKEAR F00T. o� 18'- 4" THRIE-BENn 7ARNSITION IEA7 1 �THRIE-6EaM CONNECTOR � �EGIN PAYMENT FOR METAL BEAM GL1AP0 FENCE. �, �p�55 OTHEHWISE SHOWN IN THE PLnNS, TFANSITIONS SHALL BE PLaCE6 W[TH THE BLOCK011T TO CONCRETE RAIL 6'-3" F�N-SYM.IETRILAL (SEE GF131f5TANaAfi�1 FACE 1N �R� 9F Oft �TREtTLY ABOVH 7F1E [GR9 FAtE. SEE 5fCTtON A-A- TRFNS[TtON TO M�BEaM �IF CtlR9 CONTIh'lfES PAST P65T 7 SEE SHL 2 ANO GN:i77 ¢ i ' S. FOR RWNQ W00� POST SYSTEMS. AlL ROUNO W00� POSTS SH0.LL BE 7�/i" OL0.. M[F7IMLIM Y� 7/�" !7%p" 5 SPACES AT 18 �" 7 SP0.CE5 AT 3'�1�/z" 3'-1�/z" 6'- 3" 3'-1�/" 7�0lJGIiOl1T THE iHRiE-BEAIA TRANSITI�N. zZ \ C w� `*Z^I I A B_ G._ _ &. THE 7YPE 6F PpSZ ��UNp W000 P05T. RECTdN�1JLdR Wp00 �PS� OA STEEL ?OST1 W;LL 9E 0 0 � � o p p AS SHOwN iN THE PLANS. REFER TO GFf311 STAN�AR� SIiEET. ^ L��T � I �� � � " ' I� J� 7. THe PaST GEyGTH S�ALL 6E MAAKEp 9N ALG 7'- o" �OwG pPSTS 9Y YH� �NJF0.CTlfRER. fk� ?$ �"-� -'-" � w� m' 1.1= ' _ I �'� '_i� ,i�� I] � I`_' I 1�AftK SHALL BE LOCA7E0 W3THIN THE TOP � F"f. REGiON OF T3fE POST, AT LEdST � IR I HEICHT, AN� Y15ISLE AFTf3t INSTALLATi6N. WOODEN PO5T5 51{ALL 6E Mn1iKE0 WITH A BRANll, a I3•_9" l �� - � �-%q �37� I � ANO STEEL POSTS WITH A ST£NCIL BEFORE GAL'lRNI2[NG. x'az �µ , � � �I �ju , � I l� 9,^, B. PO5T5 53iALL NOT 5E SET FN CONCRETE, OF ANY DEPTH. I I I I I I I I I I I I f I I I I I� � I w CAAµFER R�Q�I�ED ON CONCRET� I I I I I I I I I I I I � I 5EE SHEET Z � � � , � R. RA7� EL�uENTS $}uLL M�ET 7NE R�QuF�fAiENTs a� �TEA7 559, "IRE7AL bEAM G�AR9 FENCE' � 8A[LS TH0.T EX7END SEYONO THE � � FOR BLOCKOl1T EXLEPT AS F10�IFEEQ ON THE PLANS. 7NE THRIE-SENA TERMfNAL CDNNECTCH AN� THE FACE OF GLIAF➢RAIL TRANSITION. /�I I I I I �p I I QI I I I ��g� pE7AIL5. I I I i I 7'7�HIE-BEAM TRANSIi:ON 'CO W-BEAA! SHALL Bf OF THE SAA1E MATEft1AL, 61JT SHdLL NOT u� ( I I I I 1 � I I I I I I ITI 7 I I I i I BE LE55 YHaN SO Gal16E. COIFTHnCTflR SHALL VfRIFY TH0.T THE LDCn710k5 tlF BOLT HpEEs I I 1 I I I I I I I I I I I I I I I I MATCH 7HOSE IN YME THR1E-HEAM YERMII3AL CONNSC70P PRIOR TO OR�ERiNG M0.TE:tI�L5• a� 1�7 *5 REBAR STAKE5 i8" L9NG� I I I I I I I I I I I I I T� I I I I I i I I ]6. BIITT9R HEAO "P45T BOLTS & NIJTS" SkiALL MEET 7HE flE0l1IREA1ENT5 OF (ASTiA A3Q71, SEE LUHB TASLE I I I I 1 I I I I I I I LJ LJ LJ L� ��J qN� SHALL BE OF SLLFFIGIEN7 LENGTry'f6 ExTENI7 7HAOUGN 7HE FULI. TFEICKNESS OF THE z� I I 1 I I I I I I I B_ �_ c321 ,�" % 2' B117i0N HEAa mUT ANfl �/n" wASHER IFwCi6a7 ANU NOT iAORE THaN 1" 9EYON� IT. THSM REMAiNINC ?y L J L J L 1 L J L J L J A` SPLICE BOLTS: IFSBa27 BOLT LEN6TH TO MEEi REDllIqE� LENGTH. � 7'-0" LONG POS"F (ALL MPES! ELEYATION YIEYf (SEE GENER4L NOiE5=5-77 �el �" x t'/" Bu77aN uEAo rl. FImNGs igORS, N�TS nN0 WdSNESES� SNaLL BE GeLVaiuIZEO IN qCCORD4NCE wIiy � o SPLICE SOLT5-tp6601i [TQa AaS,"C0.LVANI2[NG�'. �iTTiNCS SHALL 9E Sl1B5iCIRRY ia THE BI6 IT.:A�. x y �2'-6" 127 iZ'-b" 6'-�" � p2. CF1pWN SHALL d6 wIQENEp TO ACC01.e1P9A7E TR0.NSI7S0�5. � 6 0 �.� �� , " .- i� `�I I7 l j' I 13. WHF13E SOLIO ROCK [5 ENCOl1NTEflEO, £6NTACT THE �ES1GN 6;V[SION FOp A�OFTIONAL �; z�01' f e e ��I r+ " cwoaNeE. �ssz� aie-zsis � " " •' " " '- �} iq. UNLE55 6THERWISE SHOWN IN THE PLANS. A C9MPPSITE AIhTERSAL BLQCK THAF MEETS TFE m� _ L� o n 1 i I I• •� �� � GEIkR�RFE fi'S' 4AhY�BSE SUB$7iTl3TE�OFOR B OCKSI�F $oA1�L0.qµ0S ENSTONS.RT%D0745BMAiERIALS �g SIbE-VTEW SnP� LAp NESTEO TNAIE-BEAM RAIL ��qp � NOiJ-SYA9dETRICAL pNp TESTS �JVf5S6N MAINTA[NS A iAhTEflIdL ?ROOl10ER LfST lNPL1 FOR PRO0110ER5 OF �^ THRIE-BEAM �SFlECT7ON PGRS GESLGNFSpR fiTM70q OIflELTFOu W-9E,4M TO 7HRIE-BEAM MdTERIALS CONFORMiNG 70 QAtS-72S0. ONLY ?ROOl10ER5 01! THE L+PL CaN Fl1RNISH COIAPOSITE 7£RMINAL CONNECTOfi 70GA. TRANSIS'FIDN 70GA. MaTERInL B�oCKS. I125 5/" X 2" BIITTON HEAO SPLICE BOEFS WITH RECESSE� NifTS- {F690?7 m PARi Dr5[GNATaft pTE01h (7�) RECTANGULAR CIIAROFA�L PLATE Wp5HER5:fFWR03} PlyNT �SIGNATOR �5. REFER �0 CFf31)STANO0.RD SHEET & SRIOCE R0.ILCNC �ETkiLS FOR A6�ITIflNAL 6ETA1i5. i NOTE= S€E CEF7ERAL NOTE=9 ftWTp2o 0}E pWT02t 0 9R£pGE nPPRp4CH - lIPSTREdM: 7H6 NESTEn RLIL LAPS OVEA THE TEA�4INdL CpNNECTaR, i6. THE INS7ALLATIOh' 6F THE TYPE ]] Gl1RB']S LRITIf,AL KOR 7yE PERFOPM�NCE OF THE ` PLa7E WASHEP PLATE WASHEJtS aqE IN57ALLE0 [1N6ER TXE SPLiCE NLITS xG,aINST I�SIDE aF C6NNEGTOR. 7HR7�-BEaM 7anN5ITI0N SYSTEM. F8E LtlRB PkEVENTS IVERICLE WHESL SNACGINSI AT �� INSfRUCT?ONS gRt�GE EYFT - bc�w�usrnFeuc THE 1E11MINdL WNyEE7aR LqPs OVFA THE NESTEo R4IL. THE C6NCPETE HAIL AF� IS FE�IIIREU i0 MEET MnSH CRASH TEST CRITFAlA. PLA1E WFSHERS AAE SNSTALLE➢ i1N�EH THE &OLT HE4� AGAIN57 OL175IOE OF CONNECTOA. 7T. IF CiJfiB ExT�EROS BEVDNI] Po57 T, 2s' 6F NE57Eo w-6EIIu G�BRpRnEI SMaLL BE INSTALL50 e�� NOTE: ONLY S1} " BOLi FE�l17REll 9EYQh0 THE PAY LIMiTS OF THflIE-BEAM TRAN5ITCON SECTION, �SEE SH7.2}. PAYMENT FOR s/q" Bi1T76N HEa� P65T BOEFS W[TH SFa THS5 25' SELTE6N WILL SE BY LINEAF FOOT� PAY ITEM "OS-00 6XXX uTL W-BEAA! GO FEN ��`� 1��" 0.6. wASHFA AN� Nt1F. AT THCS PDST L�CATFON. (NESTEO) fTIM POSTI" OR "5-0D 6XX% kITL W-BEAId GD FEN fNE57Ep) fSTEEL P�57�` i5 ��Y NESTEO � '/a'� OFP. HOLE fN PpST & BLOCI(OIIT. APPLICABLE FPR PoST TYPg. SEE 5k7,2 FaR AdOTTIONAL INFORMhTIQN. o.r "'�� /r � � --_�'„- � _- �, � � __ I =_ , THRTE-BEAM TERMINAL - CURB TABLE �' 6 '-��'� I � PRzCbST Ci1R8 FI1LL LEkGTH EfIl1AL5 12' - 2° -� 3i' '- -" 3cT --- -- 3�' T�� PpECAST C11H6 t10.Y BE FORME� IHTO T4f0 SECTLOf:$. S�Z4„ •�-• RE4UIRE� WITH PpEC0.5F C11R9 H1GH-SPEE6 TRANSETI�1 J^ CUHB 111 lENG�� �'- B' �. i�/.^ I�} �3 WEBARS fWITH 1 y2° EN6 COVF121 J.. }�a� SHEEi 1 OF 2 cuaa �z� �e�vcTH s�- sM - I N S � TAPER C�1R0 (2} T6 A HEfCHT OF 4" AT POST T -� �' p�J�� "" CONNECTFNG PpECAST Cl1FB SEC7ION5 tU 8� c2Y: 6"MIN.I A�� WHEN GEITTElt iS uSEO IN Te�rdsCe a+8nar'tof7 � o m �` o m µ Y FOpu OR CCRE 1" 6FA. HOLE 9" LONG 7NT6 EACW CuRe ENo. � B� APPROACHING AAYEMENT 5EC7i0H. � � r��a�� �n�e� LSE S11 =5 GR.60 RE6AR IB" LONG TO LOkNEC7 Bp7W CURe.s. i .� METAL B EAM GUAR D F�N C E R�7' _p" I I in ia J^ ib in 25 �� 7YPE Ii -- SECLIRSNG PNECdST OH CaST-IN-PLACE TO FiN55HE� GRA6E": 'r(pE II CURB ��$ FOFM OR LORE f4Y 1" �IA. HOLES, SEE PLAN RN➢ ELEVaTIp9 TH R I E- B�AM TRAN S I T I ON I I SEE GN:4 �$ N i I I V?EWS FGR HQLE LOCA7IaN5. �RIVE t4} sS GR.SC REBAR kOTE� �PTIONS FOR TYPE II CllRB= srA�es ts^ �au� �Nro t� �ou�o allo iF � ae�ow roP oc TL-3 ArtASH CpMPL IANT �2^ I _ _ _ 1. PREcaS7 Q � O �n ��RB. 2. LA53'-IM»PLA[� � I � n I I �i4L H9LE5 WT7H dPPROYED GRO�T F17%TRRE. � - � GF(3t)TR TL3-20 L L_� 3F NQ7E5: NOT NEE��� FOq CAST-?N�PLAC€_ 5ECTTON 8-B SECTSQN C-C SEE iYPE ]I Cl1HB �ETAIL fOR REBAR ANQ C6vER REQIlIPEMENTS. PEFtC�55I0N ORiLLING IS N�T PERM[TTEO WITH: v�tupt3l+rrt3zo.cam m�Tv ar d�K4 �ox�yyy''��+ I�r=CCL�0.0 � TRAN5ITION SECTIONS TYP'_ 17 CUR9, BRIOCE FALL OR tONCR� 7FAFFIC RA[L. pr.oer. wovcueER zo2a can �ssc* �oe ( ��aw.. wL'e SEGTIdN A-A N6TE: ALL POS7 7�1'PES, 5EE GEN6RAL NGTH=S & 6 Pe+zsinrs 7YPE I] CURB DrcTAILS I O4 1{OTE:�FiF "TCGp" ]NDYCATES pI�EN570N5 F6P BE1TH R011N0 tiNU REGTANGl1LAA W00� P05T SYSTFJdS_ atn covx�r � sncEr r�v. �� a» �� $� Y� m� �� a� a� `e� da �� �_ �� �� �� P~ i� �r �m �� a� w�� � o�� oli REfSUIREQ ALTERNATIVE FOR CONTINUdUS CURB EXTENDING PASi POST 7(SEE SHT. 1 GENERAL N47E 17) EN� PAriAENT FOA AIETAL 9EAM GL0.RQ FENtE 'fRAN5I7ItlN. - HEGIN PAYM� FDR IdETAL BEqfA GllARO FENCE. (SEE GF(317 5T0.N�JARQ SHEET� THRIE-BfAII TPANSITION ISEE SHT.I] 25'-0" NESTEO W-BEAM G[IARpRAiL STANGAfl� 6l3ARDRA7LfNON-1dESTE�1 fSEE GENER0.L NOTE 171 REMnININC P�5T5 AT fi'-3' 3'-1 y" 6'- 3" SPACING �� o ; , � i� ' � —� 31' I,—I C �I-f�' � :� ��s ;; �li�8 i i ro,� �� �� �� �� �� �� �� �� �� �� � �I �I �� 3� �� LJ pJ L� LJ ELEVATION VIfW NE5T�0 � ��j-1 s�. z�s�� ��r 1 � � I 11 U SECTION 6-� 3" � �� ��� �,� � y. � ��� � 3° „ �„ � ,� � � � 736s '� r\ s�fi � � ,..� 18"n� 18"r' j 78"N �n 7�ie� i'e' � u' � � �_4 'h,. 3 ! � �� li ,..4,� �__ ;; �;• i/ � / I "j� I I1 oiz�� ur�. ota. l/� �� I I� ws x a.s oR e.o �J W00� POST. 3TEEL P65T !- -I i� 7 I/2 W00� BLOCK NOOfl BLOCK X�W6 BLOfK TO ROUNO W00� POST TO RECfFNGi1LAR w00C POST TD STF�1- POST THRIE 6EAM 'iRAN5IT10N BI.00KOtIT dE7A1L5 HIGH-SPEEO TRANSITION sHeEr z aF z �• oesrp, �Texas DePartmen¢ of hanspw�aelcn � METAL BEAM GUARD FENCE THRIE—BEAM TRAN5ITIQN TL-3 MASH COMPLIANT G� (3t ) TR 7L3-20 F[LFi q133tf+13Z0.G0� �TMOOT cN�KM I�KN �uSCL/dG �o rvor, �ypVOnflEA 2Q20 sB I xtonw+ ncvieiwis cann f s�r ria f � L Stl 6� 3g oi x95 �� �i �tl 5� OE t�b o� S� a€ �� i �s. $,g m� `o� � a c�g ou. NOTE: STEEC I-&EAAf Po9T wG % 9.5 [e'-u"I PN:533G �• ;�p' HGR 9alT PN:35o0c UEl�RAL NOTFS 5TANDM� WOQG 6LOCKOIITS I6"kB'%1�') PN-90166 LINE AT THE BdCIC OF WOST 4 THRIf e8 T(PoSfS 2 THFkI 8�� �n" HOH NtIT PN:33f9G � FRGI TNE CENTERLIFIE OF POSTif1 L POST101 1. 4'qi SPECIFSC INFORIA�TION REC�R�ING INST�LL�TIpN 1N� T[C�1IC�L GLII�aN�E 4 K FHE SY57Eu CaNT�CP TRLN7TY H�cNwdy lT ��s89S523-637+. II,, AxCuoq Paon'lE 2i25 N. STENASNS F�EEwAY, OALLA6� TK TSt07 ��� * - - � � ' � ' � � � N1GLE SFRifT %�:1520U I�•I FN=152Co2G � �� y 18� 2. FdA IN57RLLFT�pJ�, pfPAtA PNO MASNTfN�NCE k�FER i0 TXE� So£45iop EN� TERMIWL� PR04lfLT GESCASFTIMI ASSEh10LY LANIIAL PN:62023iB � I P95T191 POSTtTI PoSTS61 POST131 • PpSTfa) PpSTfS] f � 3. APPLY NIGH INTEHSitt REFLELlIYE SHEETIN4, "093EGi AIFAXEF" ON TIiE J oo xox m}.fJ gE ,� �P�S7i13 PoSilal FflONT F�CE OF THE �EVI[E PEA NANUFACTIIpEq'S REC�MENDI�T"0lIS. � NASk1 7E5T LEYEL 3 S!L-31 LE�GTH pF ScfYStop T[WAINqL �50'-9 yi�1 PLAN VIEW �EG[N LENGTH 6F NEED AMCH00. RAIL T6 � PQS� f21 EEfAILj�' ae.�cr wxKFn v+A�� rn.vFqaM �o � sr�aoaRos R[ou�aco iw rEx's wTco. 1�TRAFCiG FLQIf C. FQp P65T [LEIVE-�IITI IySTdLL4TI0N 81f� G11I68NCE SEE TY�T'S IyTFST ROF6WAY pipv STAIP $T�NO�R�. 50'-9 %q' ST�NMRO IkSTALLATIt)N LENGTH SMASH TL-3 Sofi45Wp1 � S. kAH�VAX'"c f90LT5, N117S� L�1ASNERSI SH�LL BE GFivANI2E9 1N ALCORGANLE WI�X bu 3'-� �" E'-3' S'-3' . ITE/i �95�`GFLYANIZ[NG . F1TTIqGS 5`W.L BE SUBSiOIARY TO THE BIG iiFAf. _ BF���� I ENO PAYMEN� F9R SGT � � I I I I I 6. A fAMPOSITE IrNTERIRI BLOd:WT Ti111T MEEfS TNE AEWFRFNFNTS OF 9M5-1Y10, STANU'AND ANCHGR RAIL WIIN SLOTS - fTHR�OEO TXAII HFA6) � MAY BE StIBSZ'TkREO FOR BLOCK�IITS OF S1MIf.AR 6IYENSIONS. SEE Cp15TpUCTION �'F SEE So£i5iop Y,1N[IAL FOH Cm@LETE OET�ILS r•�" � � � ^�� OIYISI�N YAZER[A!. PAOOfICFR LfST IMPL7 FOIi CERTTFIE� PRppUCEpS. M,9p�E SLOT C�TSHIT p�5]� SLOT5 fliOUT� 7� SF SOL[� ROCK IS ENCp11HTEREA � TNE jAqfiklFdCTIlI;EA'S INST1E.La7[ON �NWL �I �� X fi'-10 �/�' f21yi• X g•_y�- I�SottSTop F0.CE �� �EiEF'f0 TNE LITFST ROd9WlV SeBGF STIIffi831b F69 1NSTSLL�T[Ok GUi�aNCE- � 1.63GF LAPPE� [N �IqEC ION OF TAAFF$C FLp' $EE GNLSI 9. PpST$ SH4�4 �qT 6E SET iN CO�TE- 26'-0' p01wS`RE�M W-BEs�t GIISRORi1L PN:6�G T_ 56/;S+�ap iNLxdi RA[L f12W1 PN�i52156 6 NdTE�[9] �._� �i�� �,�_� r B �(y I 9- IT IS �CCEFTnBLE To ZxSTdwL iNE So+hSWo I�aCT NFj.O PSRiuEt YO 7xE I I 6'3•- I 5-3" I 6'3" I 6'I"]' ,I 6'�3" � E'-3" - I 5'-8" � 4'-]" AMCHdp CRA9E LIHE OR WITH 4N IIPMRflO TILT. PIQ�LE � - Q e - C _ e I PH:1520U 10. W N�Y ATTALH THE SOYYS?W SYSiM �iRECTLY TO A RIGI� BARRIFA. EU� OF t� �µOER NO CIACWSTANLES SHALL TXE GWRORAIL riITHIN THE Sof?�.rtvp SYSTEM 5j� ANLHOfl RA`L gE EGRYEO. /� �\ � Il � pN_15RSSC P�ST 52" l 131" f � ��/ 31' /II � tL A FLAR£ RATE OF IiP 7� 2S� 1 AU" 9E IISEO Rd PflEYEN'f TNE TEAIiINAL HEA� � NEFCHT I I 1 I I RA[L 29'-0� / �RA[L 25'-0" � I I � p�Ti21 �b I I p A[y�`j � � FROIb ENCEMACIi1NG ON THE SXWLOFA. TNE FURE W.Y BE pECREASEV CR I I PN�81C // PN:152�SG � 2 � `�iIOTE�� ELL1f1NATE0 FOR SPECIFIC INS7�LLATI�tiS, iF OIfiECTE� 6Y TNE EWLIAEEA• U'>'� HAIL V'x! � / V'Y/ RSIL /�. tf� �7r �IEIflHT Lt81 %j"s i_ �/ •' i HEIGNT � 6II6�OEA.f ', . i�i�'][�0[�. ' MC7EiA 7ilE SNSiALLA7I0N XfILHi OF FI1LiY ASSEFF�CE� ANGHOR Po5T NILL � E [�� �%••x �_ ��+• HGk 80LT5 �� YfELOING Y.F10111G 4AAY FA�M 3�' Mllv'. TO 1" xa%. �BW'� FSN:SHE6 GAPCf. CF BOLT5 PaST ao" : i NalES xOLES y PH:33506 DEpTX M�5360G ��eB P4fl7 PN'6B52� RiGHT-S3�£ IH[GH [MENSITY FEFLELTfVE SHEETiNGI �J" NEM �lilj$ � (TYP 1-8} %E" XEX NI1T5 � PART PN:5651B LFFi-51➢E IH[LH [iiTENSITT REFLECTIVE SHEETINCI PNr3310G PN�33�06 p�6� 3 ' 6'-f�y" FprE:� p-BEAM SPLFLE LOCA7E� 9ETIVEEN LINf POST(qIANG LINE PO5T151 Po5Ftq� Pp57�17� POSYl61 POSTf51 POST�f�) Ph$TI31 POSTl2i P0.4Tf1J7 fdlRkOiIAIL PANEL ]5'-0' PN:StC HA[taHARE Gpl PoST121 TNlW POST181 EtEVAT20N YIEN fip-0" i5YTF1 4'-! �'2� mP ANCNtlA RA[L 29'-0" PN:15215G II I'y§'x 10" HOA B6lT PH:350�G „ g N 15000G� A PN� 5203U U,P OWROiIAIL IN OIAECT1U�v' OF 1R4FF1C F��� i�� 3:• xen x�t nur aw:33Qac apc�e siRur I; AART �TY IdAIN SYSTfM C�ONE#1T5 � NOTE� 06 NtlT BOL7 ANCNbA RAiL PANEL TO Y05TS21 ��� �� " t�� N 152020 ppsT�p� � N�( H6 BQLi �� � 62021i8 S PFaWCT �ESCR2PTSWJ iSSF.NBLV �uNtfnL fLnT[SS R�'V.i � Gk 3391G � 6_� � IbMOa � $pfi$*pp HEep (SEE M4 7��L FG9 RI4H1'-LER FPPROFCIiI I ALTERN/.TE BLOEk01T PN: 15295A i � SEE L'EN[R4L ryQTEsS � 15215G 1 SoitSSop AMGHOR RAIL 112G0.1 WITM CIflOIF� SLOTS I i2f Jj' W/SXEA$ � 6" 11 B" N t�" ` III f}1 �'n" X 1- %2�� HE% AfiLHOR PLATE N45HER 61C 1 SaitS+oo ��'NKSTREIk W-6EIM q,j� It2W1 (25'- O') � 9 X T%2• X 1�" BL9GMOt1T PN d]ttG `fll �" �' BLitCKF1W7 HEX WJF Hp �pT-CR-S -�%• THFCY, PN:15ZO6G 15205� i P65T W- ANCHOR POST !6'- 5 F��� i fmo HGR HE% NUT pN:tW2eg nNtnOR ttEfPfa WMPOSSTF r� pW;dp76B PH �310Q �z� PLATE [E4 GA1 1' AfMIIA kASMER �5203G ] ?65T �1 � LSYIPI C9'- 9%"1 � PN:fiT7'f6 1 N Tr: qWNp N SHERS PN:i5Y0iG Fa63 �u:9902G ISOO4IG 1 P6ST s2 - ISYTFI PG'- 0'1 � J� A,�� OETAIL �❑ Pxry2aOG il3G fi ?�57 �3 7Hft� f6 -]-BEAN fkfi N 6.51 f6'- 0"1 I G XOR RAiL TO 98S6B � T BL9L1(Wf - WOW {FOIREpI {6' 8 11"] � ` ��.`�_ Po S T L 2 1 6" X 6' A 19' S„ p� � T P 0 5 T I 1 1 � 2} �'a' X 2 y" H E M A L 1'� A k 1 T E �� w-9EM1 A.IIL 6" x 6^ x 1�• BL�k�� NOOp NEdA GRa9:o N� 90LT GF-5 ��' �SE�� < Si779 7 BLOC%GIf( - COWpSiTE 11" 1 7�e' x 14"7 I 25'-0' g(p�Kp�T �pp W-9EeM H61L�� DETFIL � AN=1952lSG \\1 GEf1�FdL IqTE:6 ��2�4F � i 4NCNOA P�A6LE I X" HGN NLR s i"�FC�P05T360LT - � � �r-��� I ` 1520TG f ANCNOR KEEPEA PLhTE !2 C.41 I PN:33406`� � PN:3500G -�!'i" k 10' I �" Y 10• SNOWN �T Ap5TI11 I 15208G � nNG ]F pLnTE wiSxfk [�"'rkIGK � � \ �� @ L �HGF POST ek1LT �HGR P85f BOLT f21 {�" iiWN-0 NASNES r �I_. '"'� ('N�3i90E '-`� PN:3500G SwFOF] PN�32a9fi `\ 1 � 1S26�P ' 2 ANCHOA P95T ANGLE {iP' LCNGI I �" NCN NIIT �.¢' HCA NIfT -�� 15202G � i M'GLE STRGT � P� ��� Pre=s3aae Poss�� PN=�+� aNexCp Pnao�e �- i�� r+or aw:agaee sxa�� HAROWAAE � HEICNT 31' RA[L NE:Gif1 31" IiAIL PH: 152Q4A �z) �/,C' Ke% NI1T BE SECURFlY TiCWTFJiE� �"�I�NETER YIEL�INC HOLES I �902G 1 1" ROLNO WASXE9 P936 � HEICHT NEIGNi A563 GR.NI 4ifft iSYAL 0.55EM9iY� I LBCATE6 [N FL�NGES � 1 - y � pH.j2qy� �_g� xOT OFfOPu;NG THE 79G6c � 1" HF?�'1' HE% NUT +583 1+�. �H � �I I � p�6EAM FLATTENE� � KEFPEF PLATE. 3il]G 2 �" x 2 Vs" Nik BOLT l325 I � I� PLIESY 3T6SG d �" RO�M� Wd$31ER i<36 � 1rw \ , lIWLES APFO%IMATELY GENTEPE� �� \ i< � PdST t7"- % � �L� �� i � '� SF� 4FINISHEO FINISHE� MEIGHT pN: 15262C� 1 , 1�MOTFJ ❑b 3T646 2 �" X:�IYY FE% NtR A563 GR.015 I �-�INISNEO ;.�, fT FINISHE6 GQFOEi 3]S�G �5 x 1�/i" N-BEhN [tAIL SPLICE B�LTS N6A I GIlA�E GA�tlE GPi�E I ,J 1� � I �'�'U 3310C 25 �" W�BFLM RAiL SPLICE ry11TS H� I I i�',� 9&"o:A. " � '� �� ssooc � §c^ x�o^ ycrs Pasr sa�r axt � ,._ g YIEL�SNA [Q} �" z Z�/y" HEk 9�T _ 379FG t �" x t�" NIX Mp Bt]Li i325 I � ��LINE POST i�� POSi121 v' XOLES f7YP1 PM371TG 9�89G 1 ;; f3� /� 5, %' x 9" NE% NO 96LT a325 I �.6, T$ 81 fai �" iC�T 'NRSHCF 43i2G 9 3�" WASNER FG16 I a��� ITTPI PHs3TpIC lO$285C $ p x 2�J�" HE% Nq 8'J},T 9H-5 � �' Pa5f151 fY1 �" NE� Nur 1PS286G t �n" x 1 %:" NEK HO BAL7 CR3 I .�� ��: ��i ;; '� [iYPI Pws3�6aG " 9�- 1�S� FO'"'r 32epG 6 �" pfY1Np WASHFR lNIOE1 � . i �. �� �� . DEPTN a2950 3 �" XE% Nl1T a563 9P. �f1 I 19adE�'RSC VIEYI SECTION Yf$M B-g SECFIONJYIfW A-A 121 dN[HOR 59520 � NIGX INTENSITY REFLaCTIYE SHF.ETII�C - SF,E rypT�:a P057f1 & Pl 6'�9" [W6 % 8.51 fi'-�" (Wfi C 8.9] il� POST ANGLE - . W6 K 6.5 1-BEAM POST SXONING I-BEAH POST PN� 533G f5'RP1 [-BEAu POST P�'�550060 ����Z��C �• FpONT V[EW POSTCI7 STAie�aR� XOpn azpCxouT ryoT�: � N�T B LT aNCHOR asl� pnN��. Tp PpyT121 �'-y I" tW6 N 6.51 �TBrBSLgpBrfinen[D! hpnspe I8(ien �� N0�1E� r`6 BL4CIlCllT INSTAiLEO F7 PUSTlfi ISYfPI 1�BEAM POST PN:1520]C �__ ��: N BLOCKWi INSTALLEfi AT POSTfif o�bl�� TR I N I TY H i G HWAY , s•-6" 50' .rrxaxEx ekFfl�x� AT P�(OM "PP`�"5•,EL� I � SOFTSTp� END TERMINAL STBN�ARO 6'-5 �]j" IW6 % 151 ASBGF I I-BFMI AOST P!!: �320iq � R � fl � F F a � b � � � I / �� 1 MRSH - TL-3 .� � / //�i� � / ' ' � � Z�-0� �.TMFF=� FLtlN + PP �/�a �ADING � �o�E oF P.v�N�J Lz,_o- ,�x. �,v ,oH aR F�RTT£R� � SGT (105) 31-16 NOTE: A➢JIIS"f WI➢TH FCCbA�iN�LY NHEN OFFSET [S IlSE�. (OFFSET 'OPTIIXJ" SHOL'ry1 PnIL OF��T SEE PRO�UCT ASSEi{gLY MANVAL I i��, �Ipj}t15 T t �s� M1b {an FOA A0617I4NAL dlf�NCE� M 1 n' � Ia•M�/VP , � i k01E: 8i40S� RersOas °°�' sRrf w�aur ARPROpCH GRAUSNG AT Gl1AHORAIL EhF6 TRFJ�7lIENTS 7nFS SYr,No�r3o IS h 9ASIE REPRESENTAndn 6F � ` �„rr r, REP nCEPTNE PPd0UC�0EiCRLp77WTa55F1�BLY64huWL. � ais I Pw / I I 27� GW �m 6�� o�dF a r �c� g�8 $`o �f w ga* a�c �m� sak oH� b�� .-5 LSYr wj�q J�tl� o �o fSEE GN NpTE �51 TI,N9AF0 34" MBGF � I I• I •� � � I• •� � � I I POST 1 POST 9 I POST T , R�i� i LN6TEs: I. ITEM � LWdPO5f7£ 9LOGRO11T5 INSTALLE� AT LSNE POST191 TiNV LIN� ��T12Y. 2. C6 NOT ]NSTALL A BLOLKq1T AT LINE P65T11f. I �Fjm PtYMENT sS�t1 91' F?C� I � �6•_3� �HEIGHT xe .� � � � ITEN � R0.[i 9 �� �FIN[SHFJ GRFOE POSIT 9 6� -3" ITEiA 6 �E; REFERENCE LINE IlSE� TO iNSTFLi INNER SIb£ LID61 p^�CE55�➢ HEK HlRS FSCINq L[I3E POST{g� TNP� PO5Tf2/� fIS51 ?RNEL FOA AhIL 3 FIEl�-SIDE TfiAFF�GSI�ESE� OETAILLLk � � IRAIL 31 _:�:::.:::,,.",;e. _;� .. _ � ^� _"_: gg .�_�:;:`=�' POST g � "" pOS� 5 POSI I I ,P65. 7•' RA1L 3 � RRIL 2 � '• R41L .I^• PEAN YIEN 1 71 �17FiA(S� CABL55J NBGF [It574LL CWAO 7pqFF[C SI�E SLIOEF aa[L 2 1 �HE% N17T5 ON lT551 PdNii. F� ��L 2 I I - NOTE: 5ELVRE 7HE L75S1 P�NEL 70 d1T5I➢E �' \� OF qFIL 2 xSTN T4�E pdNEN AHNOWS p[37NTING TpWAH65 THE NEAp. �E'jASLIC) W NOT 90LT fiAYL TO P057 6� 6,-3• Irl ITPI � P4IL 3 II Y05T & PO5T 1 T55 Pd%EL R5� P4iiE GALVANIZi� ca1,V4N=Z� IT&A SQ """'""_" •� ITEM e � � �� � INST�LL T4iE T56 AN� RSS � B � W[TW THE nfiR�+ PQINTIHG � � TOW/�fl�5 THE hUX-HF1� . MEA9 ///''' TOP OF PO�T ` " H�I4H� � T$5 PB�, (�'p R$5 PyqTE �ETAILfO] 32-�/• 3l�i�j` �J -�" ` I � �f$NISHE� � C31AOE i 40-'/�" 86_{� i� ANCHOH POST 9EPiH / I7EIA 1�1 ��^ / LIKE POSTS �J� a t'wu 9 AxCHON INOT£: 2TEM[}POST �INOT 5HOwN7 TO B� INSFdLLE6 �F SAAIE f1EPSH AS LINE Pd$T5.1 7 �' NOTE: 11$� TkE At65H 4PP�YEO z��y %-TENS�AM1� C{9LE -0SS�6Y. IIPPER CA9LE fBACK SIDE) LOWER CABLE (TRAFFIc Slofl 6ETAILIB} POST 5 T 1 OFFSET uI5711NLE IkAS11flE0 +��u �T� �-sl�+ FRdA NEFERETiCE LINE � FOR SPECiFIC INFQRAUTION REGAiip[NG INSTAILIITifiN xN0 iELHNSLAi Cl1I�ANCE Gf Tf3E SYSTEM� C�'TFCT� LINflSdY TRWSP6q71TI0N SOLIRIOHS - [LTS1 - 6FRf1Ip1 SYSTFMS. INL_ �T ITIIlI 374-6800 M$ 2. FlJR [NSTdLLATIdJ, REP0.IA, b NA[iRENAt10E R'ciEA T� 711�: ANX-TEk52PN ••Pp5" p-� I� H ]TpA� IkSTdLLdTfON INSiRI]CTION MdN�OL. P/N MANMAK 11EY 0 IELN 35761. � G9LE AS ��Y 3. 0.PPLY H�GH iNFEN$iTY F�FLECTSYE S7i�ETING. "DBJECT MIRKER' OH THE ' IT�u 2 FRONT FACE aF THE oNICE P"cft uANCIFACTl1RE'S RECGswEH��TIDNS. OBJEC7 GRONJQS IlT �j�(Eq y�p��, L9NF�1A TO T{�E $TAMUAROS REOUIkEQ IN TE%AS 11�1TC�. FEr'CE R'u�ESSEp NO BLOCR011 q F� P� ���y�_01171 LNSTALLAT[ON AN6 Gllf➢ANCE SEE T%IX]T'S LATEST TH0.FFIC-SIOE AT IPOST 11 qp,ypy�AY FqVI STR[P S7ANOARC. ��F S. 0.LL STEEL COMPCNENFS hflE ChLVFNI2E0 PEA d$TM 8523 0!1 EqyNALEN7 I� RAFL 1 11NLE55 6iMERWISE STATEp. ii4FfIC FLdY IiFN � IdA%-TEM5IDN MEA� SEE pETaILt�7 �BEClN LENGTH �% NEEO [t35YALLAT1W3lENGTx SS'-'/p" - -e j;�" 6. SYSfE4A Sk01fN USING STEEL NI�E FLANGf POST x;FH CCWOS[TE 6LC�KOUTS� 7. Cq.BOS]TE AUTERIAL �,6[kF1uF TNh7 MfF:TS THE FEduIRfMENTS OF �15-T2f0� M0.Y BE SUBSTIZUTEO Fal{ 9EOLKovTS SIM�Ldq UI1ffN5I0w5. SEE CONSTRUGTIa3u OIviS[ON 1AATQ1iAL PRu➢uCEft L[�i4PLiFOk CERTIFIEO PRO��CEFS. e. PEFER T�0 ZwSTI�LLa7ioN MANwL Fd7 SPELFFIC PANEL UPPINC C�11�1NCE. 9. IF Sotlo RocR IS ENGol3NTEflEO SEE TiSE MnNAFfCTI�PFR'S INSTn4�T1oN WNl11L FOR INSTALLAT70[i GIl[OdNCE. - 3T �/e' 5'-3 �J�` 10. A�STS SH9LL N0T dE SET IN CONCRETE. 6'- �j'�" 6' 3' 6'-3" 6'v -r -- - 11. � DRIYING CM W[TN R TLABFA OR PLRSTiC INSER7 SHALL BE 115E� NHEN PRAOWS RAIL HE0.0 A~ �RSY[f!G PO5T TO PP,EVENi qLMLCE TO TXE CALYAN121NG M' TIIP f1f TNE POST. 1iEIGHT HEI�Hi �y, �,�y%-T�[ISSpry SYSTEY SHALL NEl"ER 8i INSTALLE6 R:THIN A NRVE� SELTON �'�I OETAIL I OF G�PRORAIL. '"�__," �`--'--_.._�-.._...._�t_ - �.�.��) g....""_....�.a-%� _ S8�y [7EA( IipIL 2 �/ ITEN RAIL i '-J31' 3ZJ� • 1l. IF R➢ELINERTI9M MAHKER 15 RE4USRE➢. M41�kEP SFiaLL &E FN AECOA�ANCf oEr�I� � -------� I I w��e rou Murca. / f0Y � ��v � �.._,.._ �f J// . .I .�cr � \v ' , `I � } CeAlsSJ `FGlFSNEo :7T6M `tg- c ,P� GAALIE C1BLE ;ASSEi�LY fTE4f 2 5g-y • u�taurms vr�� POST 5 POST � POST 3 PfiST 2 POST � II I IBI Y-�f7'E LIME POST - ET� 91 ELEVATION YIEtY SOIL ANGHOfi, POST 1 & LiNE POST 2 TFiRIS 9 SECfI1!!I VSEa A-A 3 I�� I_B V�N� % 9 wo e�cexour A7 IP65T Il SO$L ANCHOH PO5T ITEM I� CAHLE I Q FfEIETION PLATE � H�o [(1Nq�ri, I� NSTRLi "/d" RECESSEO HEX ;T�"� \ I(J N11TS 9N TRAFFSC SI9E. R� I¢ /9 ITFJA 2 �/���-g' � / % �_ ITEN 7Q \ � z_� I ITEM � 5% O 3 SCFENS EACH SIBE 4 � � � {�� �4 � ' [TEM � �� • � 6PhCNET � � ! SHIPPE� FLA1 [T��J' ]TEII i�-I iE ITEL �% HIGH SNTENSITY SPLICf FOR IMPACT-HFA� AEF�ECTIVE SXEETINc TO CUARP FENCE IRd7L11 NOTE: OEL[NEATiON MARMEfl `H OETAILIAI aCCOfl6ANCE NSTH TEXaS 1MC�. 6'�0" 50' �PPRAFLX GFA�ING dPPp6X S'-10 � ' I �� STdNb4RU I °�" ,r/ 1 4 �1 A A I � x � f ..,. � b �, '_.1lTlll�-- // ///� � 2._°. � � � EMtE 6F PRvp�l;� - - - - - � �2'-0" MAN. APP�1Cry Gfino2NG � lJOT�: �OJtJST Wlqil� pCCppPIl16LY WH6N OFFSEf IS fI5E9. (aFFSEf "OPTI0.H" SHOWNI RdIL OFFSET ��Y:1aH Ck FLATTEAI SEE PA�3UC7 ASSEMBCV M4N�AL FaH 4P�TnOH6L Ol3S�pNCE w w NPTE� 7YOOT GENEAIC fPAR6fCH CRa91NG LhYdIT APPRf7ACH GPAIIING AT GUAflOR0.IL ENQ lAEATAElITS aLL l]SE� FaR pLL TWG�TfT TYPS Ek0 TREA7NFNlS. 15. THE SYSTEM IS SHOOM MIT31 12'-6° MBGT PfNELS� 25'-0" �6F PiN^�LS �Rf dL56 ALLtlXE➢. 15. A NINIIAIM OF 12'-6' OF 12W. MBGF IS RE911[Rm [Y\E�I�TELY PO�NSTRfNA OF THE W%-TENSIGN SY57�6�. [TF]u# 3 b T 6 8 io 11 52 13 59 15 /6 57 SB 19 26 21 22 23 29 dF- 25 �*� zs 27 28 TFRT MIBER OESCRlP750N BSI-16i0U60-UO SOIL ANCNOR - f�AL'�/�NAZEG BSI-1610061-00 CSiWxp 5yq�' - C�L�ax=yE9 852�1510062-00 H�%-7F�SICN I1�M�LT IFaO BSI-15��W3-� �9 F-BF1A1 POSf 6FT.-GALYANiZID BSI-Ib10W�-00 TSS PIINEI � TPhFF2C SIGE SLfOER B51-Ifi10085-00 I55 PAIiFl - INHER SiVE SLIpEH BSS-�61�66-40 T90TX - LE�ET BSS-�6�006]-00 R55 pLnTE - XEAR SS�E SLIOER 0o61o$B C�BLE FRItFIp�t P��TE - HE�o uNIT 85I-16i6069-00 LA6lE �SSflABLY - MASH X-TFNSi9N BSI-Sd�2�17s-40 X•LITE lil1E P95T-4ALYANIZE� ] 909057a 6' M-s£W [bPOSITE-9tOC%IX!f %TSIO �SI-i0043H& 12'•B' W-BENA GtfI,R9 FENGE P�NELS 13LA. BSI-Ilom27-GO x-�ITE SWdRE NASNER e5I-20GSEH8 i5" x]' THAEAo eOLT xX lGfl.5kGf4�+ET BSI-E091685 �" X 3' ALL-THFEA� BOLY XH ILR.SY6E6NET 40011�5 �/i" % 1%" CUApO FE�10E BD�TS lGA•���AL 20018�0 ii" X 10" CI1�R0 FENCE BOLTS MGAL 8fi01638 N/,SXER F�36 STRIIGRIH�L MG�L 99011i6 ' RECES5E� ClJail� FFJ�C� M�T ICR•21lIC�L HSI-YOO�B88 5/G' X 2' RLL TXNEAD BOLT IGA.SIGEWIE7 BSI-ti0f063-00 OELINEITION NAVMT[NG iB4441lET� BSI-200196T �/' %�' SCREN 50 HH 91055 100POSE 6f1ARGItA3L W0.5NER XECT AASHiO FNR43 SEE NOTE EELON' N16H INTENS�IY AEFLECTI'(E SNEEfIN6 �d023]l 6" W-9EIl1 T M9EIFBLOC%dTl�, 90991E 8SI-�➢OM31 25• N-BEAM GIIARGRAIL PA%EL.6-SP0.Lf.Y2W. uul�nl% Na�-i�] FIdX-�EMSION INS]RLLATION INSTRtiCTI0N5 QTY 1 I I I H 8 4 I I e 8 9 1 i 1 i {¢ To eE PxoYIOEU BY 675TflIBUTOA OR CONTAACTOR. � * G�TEpNqTIyE [TETIS NOT SjiMN. LTEIIR6] L" VNO-HLOCIfWTS REN12]1 2S'Gl1AR0 FcNCE P/�NELi »Truc�xc �a� NOTE: 1HI$ STIHOOA6 [5 q BaSIS R[PRESEHT�TION OF T}IE MAX-TEHSION ENO TEflMINAL. IF IS N8T INTENOEV iL AEPL0.CE TXE PRF9�CT 6ESCR�pT1a1 h55E�BI.Y WNUA�. �' IIe O�on �TaxasDSP�Ma/%ansAP��on Sv�M MAX-TENSION END T�RMINAI. MASH - TL--3 5GT(115)31-18 ci�E< ao*its�sia.evn m��r3mar (Ie.�icu �ee=r.ar Ic.:c� � T%OOT: FEBRl1�RY iD16 LYIM SEGTI JC6 I H1�IIM'1Y �oi coWiT sME1 Na �r[sears I I 2g �� � W� �� az ou $w m� �� a� �4 ¢6 �o aa �Q �� z= �' o <o �u w� ti� m'i'�' o� �� �� �€ �� ��� w� 6u 50'-0• �6' -10 '/z STqN6AAF] Q�a ���MAAE FMI {ppST 81 TNfl[1 tPO5T 31 31 �� PpST 6 PO57 � PO5T 6 P05T 5 � 1 I 3- I �,Y � � 6' -3 � 6-b" � 6 3 � � 7 POST a s'-3" � b b � -� W-6EAM MGS W-BEdM AIGS RAIL SECFION RnIL SECTIaN PU�W YiEW r iy._ya �z,_6. I� 3FNQFES: ' 1. 7T�u����p51TE 84oCaQUTS INSTpL4Eo AR LINE POST(81 THRII LiM1'E PO5Tt31. 2. SiEIAQP NqO� 9LaCl(0�1T5 CqN 6E 45E� /.5 dLTEXNSTE. � -I �� �) t �, I II �� �NO PAYMENI' FaR 45K7 iNSTALCATSaH � POST B fOO PpiT '/ � �� II,7 II� � �� I �� �FIN[5ME0 � �- - CRROE I 'L��� � J�o IPCiST 5-81 INST�LLiTIW�1 �EPTN POST 4 z � ii ii ` FINIS�+EO � ��E . � �eva7iau view ��. ,� I. FaR SPEc[FiG 1?�FONhiAT]ON HEGNR�INC I13SrkLLATIMI ANO TELHNICAL CLI9AMCE 6F THE SYSipA, fANYACT: AOA� SYSTEMS, INC. 1432126]-2935. 9515 OLG HOWpR9 LY%WTY 0.IAPOAT, BId SPqiNG, TX T972U 2. FQR INSTALLATION, REPASR AhU MAINIENANGE AEFFJE TO 'HE� 3ASKT END TE�IINAL. pRC9LICT DESS'lE�PT[6N FSSF1194Y ALN�fOL IPl16LIL'ATi0N��621�i}. POST 3 PO5T 2 3� oFPYHE�QEVILE��FAIMAI�Rc�T1�1RfRE55AECTOMIfN�nOBJECT �d6JECT udin(ER S��4NLL FGQVFOAN a1S 6'-3" S'-3�—j�5'-3' TO 7HE STaN9�RII5 AEOGIAEC IN T£NAS MUTW. � �. F6R POST fLE�YS•R1TI INSTALL1T:pN ANp Gl1LDANLE SEE TKOOT'S I.�TEST ROAEIWIIY idpW — r2H,11/J�'11 Slli[P SrANonFA. y �---r— ��`tf J[I 5. �INRO�'AR'c f80LT5' N�TS R NASHEP51 SN4LL 96 CA�Lv0.N[2E� :fi a�pqp4Ng� WITH ITEM 4�5, b� / ��y �pLVANIZINC". ITTIw�S 54{aLL SE SUBSIOIAAY 0 iHE 9I0 ITEM. •-$FAM �GGS W-�du (AJnFpR87� SEE SMPRGi NEAaJ A g, 5Y5TEA1 SHOWN IISING SiEEL WI�E F�ANGE P�STS WITN COIAP65ITE 6LOCRWITS. RAIL SECTIp!! EN� 9ECTIaN CONN£CTI044 y�-4 �• tZ.-6- �E�e�L M53fT �. 4 Ctl�O$ITEE �LLTERI}L BL�CI(O�TS THiT NEETS THE REQUIREfAEkTS OF �-7210 jAqy yF II.�ACT HEA6 �ER14LTPRO�LL�CEF LISTu1�F 1 FOR�CEHTIFIEDSPRO➢UCERS.G�NSTRUCT[Oa� oiY�5lok EGIN LE%GTl1 OF NEEO B. LF SOLi� ROCK SS ENC9GNTEAEO IN T}!F AREq OF lPOSY ll AND / OA (POST 2! CONTAET TXE ,�TR�FFIG FLOIY b�N11FACT1IWER, 5 REFEA TO THE LAFESF ROIi6WAY MB6P STANOFRD FGA t[SST�ILLI.TIdi GLIU�WCE 9. POSTS SFiALL NOT 9E SET IN CONCpETE. H,rtl(B1�f1L61�O{B7 �O. SY5TEM3�WSTHEd7T�lCHEOTOST1NIIdR031'�6F. A 11. W]OEA N6 CIRCUTA5T�NCES SIIr�4 TNE CUAA��t4�4 W7THIN THE ksN'f SYSTEM� 9E CIiAVE�. �..� /� � Og������� i2. A R4RE RF7E oF uP 70 25=1 MAY 6E 1i5E0 TO PRfVEN7 THf 7ERMINaI NE�o FRaM �ry� r,y� �� � NARNER�J7 �Cfi4AGXiNG OPi 7HE 5l4tl11L0ER. TH� FL0.AE IAAY 6E OEGIF?SE� Ofl EL1M7N4TE0 FDR SPECIF.0 �.. P06T 3 � �, j LNST�LLATIONS, FF OIRECTE➢ BY TFiE eNGlwefA. �� It I� � r 13. T8E SYSFFIA IS SftpWN WITH T1Y0 t2'-fi' AfBGF PpNFiS, ONE 25'-0' M6GF PANE� i5 aL59 L� � a� ALLm1'E-0 IN T}3EIR ALACE ( �II I I _ L 14. A MIV[NG CdA WITN A T[NBfFl OR PLASTIC IN3ERT SHALL 8E USE6 Y1HfN �RIYSNC Pa5T5 3-6 I I� � TO PREVENT OANA6E TD TXE GALVANS2IN6 ON '��1F 4F FH� POST. SPEC:AL ➢RIVINC CLP TO BE � IlSEO ON LO'YEf7 p0515 1& 2 70 PFEVFMT �pNACE TO FHE WEL�EO P4ATEy. �._! �F. a� im�,acs� I � B � r c n� nn u�[x sysroi co�wo�xrs I xii e�s r, ISEE PoST 1 A I M5KT iMPACT HEA6 h�1153400 J� �� eEP I I 6�0 I C�POSTL� � � POSTR� ��TOMLi6'�g&6XC�o�6� ��TPIkP58 II I I UDWN57ACAUE510E F I °.OST 2- ASSEIABLY HOTTOAe I6' WB%91 �(f�H?BA �� �� H � cae�eunNPCFx�e�aoz Vs�6o PRST 2 P95T I J 1 BCT CABLE ANCHON ASSf31BLY ET"10 NOTE: 5EE (CEnERAL NOTE lal FOR ORIYING cAP INFOfnAA7fUV. POST 5 � POST 5 1'� II � � f �� J�o J�o `=' \ �/2" % I �/1' A325 BOET m NSTN CdpT[v� WASHEA � � 0.� ao � (p� �/ " STRIICTLRAL !M 3� " •.• � AiTH 5'[RUCTl1RFL W�+HkR h, ] C� � ,\�v >° x t%" a3x5 so�im �/z" srnucru�tu Wu* � I `ciN:sNeo WITH CAPTIYE Wp$HEF NTTy STRl1CTVRAL nA.SNER GRAQE PO57 2 SECTI4N A-A ' secnox e-e ANCHOR BRACKfiT r �1��� ���. ,,,,�� -Lf�t� �1 � :� � �� POST 1 [ONI7ECT70N �ETAIL SEE NOFES� * — ALTERN�TIYE tt�.+5 NOT SHBnN. YniE C * zr�n�r� e" wcoa-ecocaour dEaEITFN101 25'CAIAH� FENC£ PANEL K 1 L 5 A! 6 N 7 0 2 P 6 o, a- e tl e f 9 h I m O G f 9'-0" 59' APPROACH GRA9ING STANbAPO �PROM 5'�10 � ' �� YHGF I � a � a I F : a � ... b � "• �^-�Il / / /�C���/� �J� f--�-Q z. _a. � . encE oF aavo�urJ - - - - - � z�-a• nux. araoncri cnAo:xc A�LL OFFSET 1iV+lOH oR FLATTERI � ��TAAFFIC FLOW NO'fE� AOJGST '�IIIiH ALCOA6INGLY MHfN OPFSET IS lISF➢. S4FFSET `OPRSON' SHONNI (25:1 Mk% SEE PR��4'T �SEV�LY A4yVdL FLARE RATEI P9R no01TloWql GUIOAFiCE. �aaaeaeN p+■oiaw �r 4�h�.R�« euo i�a7�uau7s N4TE� TK00T CEMERIC APPROACH GFPO[NC LAYOIIT NOTE: THIS STAk6FRU IS A 6653E REPRESENT�TION OF THE I15EU FOF ALL TAKGENT TYPE EN9 TAEdT1lENT5. YSRT EN� FEAMS'ML, IT IS HOS 'HTFNOE� TI] IfEPLACE THE PRtl�l1CT GESCA7PT70k AS5fMBLY MANt1At. owv GROGN� STRLR N57A5 �'6x9 OR W6z9_5 STEEL P05T PG21 CCMPOSIiE BLOCKWTS C95P-�4 W-9E0.M Mf5 RSIL SEGTION [9'-� %i"] G120d5 W-BEhM MCS RAiL �CTION f12'-S"1 G12031 WCO� $LOCRal1T 6" % 8" % 1-0" P675 W-BE4A11AC5 RASL SECTSOOV {25'-9"1 G12o9 _ SwALL HAROWARE i4 x i^ xex ea�r �ceo sr If1s�eovoaa jiI' MASkEp (WQ518 ii�" H5K N117 No5i6 }6" �lo, x I�/ " BPL[Ce BflLT IPpST 21 B560722 Dio. x 9" HfX B�t «AO A9991 8560909R ' N�5HER W650 �• b1o. H.C.R xui ftOSa �" CiG. R L%" HE% AOLT (GFO A-0991 B340655A 3:^ 9io. HEX NUT N039 1 ANCHtlfi GELE HEN Mt1T Jf10p 1 axClqF CdfiL6 MASMN� W]pD %" x 1/' L925 HqLT W]TH CppTIV� WqSH� 5BS2A %" STRIICTIIRA W]TS JF012A h` O.P. w�' L.6. S7R�CTfIR�L FSF2R5 Wp72A 8E�R7HG PUTE pE1'aCNER YIE CT-i005T 35• x 1n• 1l.c.R, gO�T 958�002 OBJECT MARKER SB° % 18" �j�51 � S Qepartment o171aRsportrefon Sfand.mn' 2 9 2 25 a ] 33 � 2 8 e S SINGLE GUARDRAIL TERMINAL MSKT—MASFi—TL-3 SGT (1 2S) 31 —18 ene:sanz��is.eon nx:r eR:xu loq{va Ica:a Q}TMnOY: aPRIL 30ie mxt�j� .mq I wimM�x aev�srws Intssl ta�nvrt I I syccs w. i�