Loading...
HomeMy WebLinkAboutContract 55163� ��,41� �� �� 3 � PROJECT 1VIA1lTUAL . Fou THE C�I�STRUCTIOI�T OF � . , : ... __._, -,� �i�'�r�`���i.� ��i��!_ � � �� ', � e, 9`iT�'r P�,��-� 4j1t� v � -- —'-, _..�..,�._ _. ... , �-�f ; �. � . .. FW SOUTH PAVEMENT REPLACEMENT FYl S- CD 9 STREET REPAIR AND RECONTRUCTION PROGRAM FY18 — CD 9 NEAR SOUTH SIDE 1VIED. DIST. WATER AND SANITARY SEWER MAIN IMPROV. � UNIT 1 — WATER UNIT 2 — SANITARY SEWER UNIT 3 — PAVING CMPROVEMENTS �`�,��� � , L �� ��. �.�.����r � . . � k�'. „r,. ;��=�'"'' ' . ���: _ . . - � �' � `��3'� �� �.��, ��°�s����R�t � BRYAN AVE. {PENNSYLVANIA AVE. TO TUCKER ST.) E. ANNIE ST. (BRYAN AVE. TO CRAWFORD ST.) OAK GROVE ST. (ROSEDALE ST. TO MAGNOLIA AVE.) ST. LOUIS AVE. (ROSEDAL� ST. TO MAGNOLIA AVE.) MAY �T. (ROSEDALE ST. TO OLEANDER ST.} OLEANDER ST. {MAY ST. TO ST. LOUIS AVE.) WASHINGTON AVE. (DA5HWDOD ST. TO ROSEDALE ST.} S. ADAMS ST. (DASHWOOD ST. TO ROSEDALE ST.) ENDERLY PL. (ALLEN AVE. TO MYRTLE 5T.) 9TH AVE. {COOPER ST. TO PENNSYLVANIA AVE.} KENTUCKY AVE. (E. BROADWAY AVE. TO E. VICKERY BLVD.) MISSOURI AV�. STELLA ST. TO E. BROADWAY AVE.) E. BROADWAY AVE. �i-35 FRONTAGE RD. TO KENTUCKY AVE.) City Project No. 02.3$9 & 0�445 Beisy Price David Cooke Mayor City Manager Chris Harder, P.E. Water Department Director William Johnson Transpoi�tation and Public Works Departmer c Di�•ector !'�'; �,.: � �. � � � ;'�P� ' �o����r��91s���f �.. , � .; � �;. *r� ............................. ALEX SRUR ............................. a'* i 27967 ���, . a '•� / F.� �a`"� y�11��Fri •.. � E N 5_.�: �_ Prepared for The City of Fort Worth Transportaiion and �ublic Wo�ks Depc�t�iment & Water Department 2020 A.N.A. Cansultants, LLC 5000 Thompson Terrance CoIleyville, TX 76034 TBPE Registered Firm No. F-20 �� ' ������ � ��d � � ��� �,��`�°�$��i9 ' �� n�a ���t���� �� � ' �.. ' , � I �" � i - C1TY OF FOAT WORTH FYI S- L'U 9 ST7ZLLT 1ZEPAIR AND RFC'ONS � NL'Alt SOUTHSIDFMFI2 UISTTUC"!' W&S/MPROV 02389 & a244S �'� ��r �� � �r � �H� ��t �f ���°��l11��r�� � Standard Construction Specification D ocuments Adopted September 2011 ; -' _ CITY pP FORT WORTH FY18—C'IJ 9STRGLI'I2IiYAlRAND RE('nNS �NLii3R SOUTHSlDFMLU. UIS7RLCTWc�SPeAPROY. 42389 & 02445 00 00 00 STANDARD COI�fSTRUCTI03V SPECIP�CAT101�i DOGUMENTS Page I of 6 S�CYI�P� 00 QO 00 TABLE OF CONTENTS C1TY OF FORT W012TH FYI A-CD7 5 CItLQi IiL•PAIR e4Nll [itiCO[S. PROGRnM ANbi,lQAR SOUI H 31UH I�Q.'D. ➢]ST- W&SS MhIN II�M[tOV. 3TANDARD CONSTRUCTION SPECIF[CATION DOCIIMENTS 02389 & a1445 Revised March 9, 2020 i7ivisinn f10 - C`eneral Conditions Last Revised Technical Specifications which have been modi�ed by the Engineer speci�cally for this Project; hard copies are included in the Project's ConEract Documents Division 33 - UtiEities 33 45 14 Ad�usting Manholes, Inlets, Valve Boxes, and Other Structures to p9/20/2017 Grade 33 39 60 f Epoxy Liners for Sanitasy Sewer Str�ctures Division 34 - Trans ortallon 3A 71 13.p1 Traffic Cantrol {Sp�cial Provisions to Standard 34 71 1 09/23/2420 04/23/2020 Section 99 94 00 Additional Speci#�cation Technieal Specifications listed below are included for t�is Project by reference and can be viewedldownloaded from the City's website at: htt :Ufortworthtexas. ov/t w/eontractors/ or htt s:lla s.forfwqrthtexas. ov/Pro'ectResources/ Division 0� - Existin Condiiions 02 41 ] 3 Selective Site Demolitipn 02 4l i4 Utilit RemovaUAbandonment 02 4I 15 Pavin� Removal Division 43 - Concrete 03 30 00 Casi-In-Place Concrete 03 34 13 Controlled Low Siren th Materia] � 03 34 16 Concrete Base Material for Trench � Division 26 - Electrical Last Revisecf 12/20/2012 i2�ao�zaiz 02/Q2/2016 12/2p/2012 12/20/2012 12 i''.�/2012 �-t`�,� ?�i �0 OD 00 S1'ANDARD CONSTRilCTION SPECIFICATION DOCUMENTS Page 2 of 6 Division 31 - Earthwork C�TY �F F�RT WpRTH PYiB-CJ]9 31'RF.Fi RLYA[RAND kN:CpN. PR�itAMANI]NF,AR BOUIH SIOF.MI3p, p15'f. W&SS MAR+'IMPROY_ STANDARD CONSTAUCTION SPECIFICATION DOCUMENTS 02389 & 02445 Revised March 9, 2Q20 00 00 00 STANDARD CONSTRUCTION SPECIFICATION IIOCUMENTS Page 3 of 6 -��.�� � .�. �� R�r�ii 'i"P�.ss9� L7i7L7�Sfi � � ili�r:cinn �� _ TTtilitieC C1TY OF I'ORT W ORTH FY �8-C1N SCRF�' K�PA1R A31� RF.CON. PROGRAM hwn NEAIi JO[ITH Rl�� NiQD. DIST. N&Ss MAIN IMPAOY. STANDARD CONSTRUCTION SPECIF[CATION DOCUMENTS 02389 & Q2945 Aevised March 9, 2020 00 0o ao S'TANDARI7 ('pI�ISTREICT�OI�T SPE{:�F[CATiQN DOCT]MENTS Page 4 of 6 Z Z»-v�-is 2 Z��v ✓i� i�� 33 OS 2& 33 as �a 3311�5 33 11 IO 331111 33 I 1 12 �� 33 11 14 33 12 IO 33 12 11 33 I2 20 � �m� 33 12 25 33 12 30 33 12 40 �-- i 7 c n � �»—ri-�ov 3�2� �� �T y� �� �3-�� 333120 �2.�.�r'�! z ��s ��� 33 31 50 ��9 33 39 10 33 39 24 2Z�� '2�p 33 39 40 33 39 60 33 41 10 ���--n �Z /I_, _TTTL 33 46 00 z ���r 3� 46 02 33 49 1.0 33 49 20 � ��o Division 34 - 3A�_A�o 2 n ��-r�i nrvr Utili Mar�Cers/Locators Location of Existing Utiliiies Bolts, Nuts, and Gaskets Ductile Iron Pipe Ductile Iran Fittin s Polyviny� Chloride (PVC} pressure P Buried Steel Pipe and Fiitings Water Services 1-inch to 2-inch Lar e Water Meters Resi�ient Seated Gate Valve Connection to Existin Water Mains Combination Air Valve Assemblies for Potable Water Fire Hvdrants Yol �in 1 Chlpride PVC Gra�i Sanit Sewez Pi e Sewer Service Connections and Ser�ice Line Cast-in-Place Concrete Manhoies Precast Concrete Manholes Wastewater Access Ct�amber WAC E ox Liners for Sanit Sewer Structures Reinforced Concrete Storm Sewer Pipe/Culverts S I,.++e.a a+,,,..., n..,,;A,. T'rench Drains Cast-in-Flace Manholes and Junction Boxes Curb and Drop Inlets zdt��E�it2Li��i �-`Bir�B�i-�i""ci n"�z 1 ���0� Y '7 1�1�l1�L n� � i��_� 12/20/2012 ] 2/20/2012 12/20/20i2 12/24/2012 12/24/20I 2 11/16/2018 ,���� n��ar�� 12/20/2012 02/14/2017 I2/24/20I 2 i2�2a�2oi2 , �,��1� 02/D6/2013 12/20/2012 01/03/2fl14 ��� f1G 17��� �/�;n �,.�-� ^� r � ��zs, n ��z ,�r��V�� 4b/19/2fl I 3 ,���zz, nr�z �i�n�z � � ��z-sr�vizc �i c 04/26/2013 , � r�-��i� 12/20/2� 12 i2�aa�aai2 1 'f M�z 12/20/2012 09/23/2020 a�rol�2oi 7 , �,-,�,,�� 1_7�i��_, /�� i2�aa�zoi2 �1�� 07101I20ll 12/20/2012 I2/20/2012 n-��nv�vii�nv�i inr�� 3 '1 l7�� �l1�J CITY OF FORT WORTH CY 181U9 STRGCsT R�YA[x /�Np RCCUN. YF2C7CRAMAN[7 NF.nR SOU1'H SII]F. h�D, �IS f_ W&SS MpIN IMPIiOV, STANDARD CONSTRUCTIOiV SPECIFICATIOl� D�CUMENTS D23&9 & 02445 Revised March 9, 202Q Ofl 00 OD STANDARD CONS'fRUCTIdN SPECIFICATIOiV DOCCJMCNTS Page 5 of 6 CITY OP FORT WORTH FYleC�9 3TIiEGI RF,PAI[i ANll IiGCON. PROGRAM A[io NbAlt SOUIII SI�F, MFD. Cl[S"C. W&SS MAiN IMPROV_ STANDARD CONSTRUCTION SP�CIFICATION DOCUMEI�TS 0�389 & 02445 Ravised March 9, 2020 0o ao 00 STAWDARD CONSTRUCTION SPECIFICATION QOCCJMENTS Page 6 of b Ap�l£11C�1X GC-4.02 GC-4.04 GC-6.06.D GC-6.07 GR-Q 1 60 00 Subsurface and Physical Carzditions Unclerground Facilities Minority and Women Owned Business Enterprise Compliar�ce Wage Rates Procluct Requirements END OF SECTIUN CTTY dF F�ItT WOA'fH Nr ia-co9 s�-x��r �Nn�R nrro�x rnacenM a.r�oNeae soirnj smenu:u oisT_ w�ss nan�rr ir.u�xov. ST'A3VDARD COIVSTRL7CTIdN SPECITICATION dOCUMENTS 02389 & 02445 Revised March 9, 2020 7/4/2021 Ivl&C {2eview O�Cial site of Yhe City of Fort Worth, Texas ��� Co�����. ����r�� �'��-��H DATE: �219512420 RE�ERER�CE **M&C 20- �OG ����: 2020FORT 1NORTH SOUTH AfO,: 0949 FY18CD9-REYESG COD�: C TYP�: CONS�NT P�B�'�C NO HEARING: SUBJECT: (CD 8 and CD 9) Authorize Execution of a Contract in the Amount af $4,331,'f11.�0 with Reyes Group, Ltd. for FY98 Round Four of the Council District 9 Street Repair and Recanstructian Prtigram and Near Sauthside Medical �istrict Water and Sanitary Sewer Main Improvements on Various Streets, Adopt Appropriation Qrdinartce RECOMMEN[]ATION: If is recommendec� that the City Cour�cil: 1. Authorize the execution of a contract in the amount of $4,331,11f.50 wi�h Reyes Group, Ltd. far round four of the Council [7istric� 9 Street Repair and Reconstruction Program and Near Southside M�dical District Water and Sanitary Sewer Main Improvements project on various streets (City Project I�o's CO2389 and CO2445}; and 2. Adopi the attached Ap�ro�riation Ordinanee increasing estimated receipts and appropriations i� the Water and 5ewer Capital Projects Fund ir� the amo�nt of $2,9�.4,116.00, transfe�red from available funds within the V�lafier and Sewer Fund, for �he Nea�- Southside Medica[ District Water and Sanitary Sewer Main Im�ro�ements project (City Project I�o. CO2445). DISCUSStOA�: Or� December 3, 2019, {M&C 'i9-0347) the City Council adopted Resol�tion No. 5159�12- 2019 authorizing execution of Amendrr�ent No. 1 fo a funding agreement with Fort Worth South, lnc., for a revised total amount of $13,OQ0,000.00 for Council District 9 Street Repair and Recanstruction Program projects {CSN 45858-A1). The Program le�erages funds under a 501�0 funding partnership to address needed street repairs and improvements to facilitate redevelnpment and revitalization in identified ar�as of tne N�ar Southside District. Constructior� of rounds one and two af this project have l�een completed and rou�d three is under constructian. This Mayar and Council Communication is to authorize a construction cor�tract for round fo�ar of th� Councif District 9 Street Repair and Reconstruction Program and Near Southside Medical District Water and Sanitary Sew�r Main Improvem�nts projects on the folfowin� streets: Stree# To From St Louis Avenue West Magnolia A�enue Wesf Rosedale S#reet OleancEer Street May Street St Louis Aven�e May Street West Rosedale Street West Oleander Str�et Oak Grove Road West Magnolia Avenue West Rasedaie Street Adams Street West Rosedaie Street West Dashwaod Street Washington Avenue West Rosedale 5treet West Dashwood Street Ender�y Place West Allen A�enue West Myrtle Street 9th AWenue Cooper Street Penr�sylvania Avenue East Annie Street Bryan Avenu� Crawford Street Bryan Avenue East Pennsyl�ania Avenue Tucker Street 1/4/2021 Kentucky Avenu� Missouri A�enue East Braaclway Avenue East Broadway A�enue Stefla Street f-35 Fronfage Road East Vickery Boufevard East Broadway Avenue Kentucky A�enu� The Transportafion ar�d Public Works Department's share on this contract is $1,843,259.50 which is avaifabl� in the Street Rehabilitation F'und and the TERZ - Genera! Capital Fund of the project (City Project No. CO2389). The Water Department`s share on this contract of $2,487,852.OD wifl be available in the Wafer and Sewer Capital Projects �und o�F the �roject {City Praject Na. CO2445), The project was adver�ised for bids October 15, 2020, and October 22, 2020, in t�e Forf Worth Star- Telegram. On November 12, 2020, the folfowing bids were received: Bidders Reyes Grou}�, Ltd. McCier�don Cons#ruction Company, Inc. Stabile & Winn, fnc. Jackson Constructian, Ltd. Amount $4,331,'l11.�0 $4,57$,843.45 $�,007,696.30 $5,761,886.00 Time of Completior� 365 Calendar Days In addition to the contracf cost of $827,069,00 (Water: $258,266.00; Sewer: $82,�8�.00; TPW: $�86,622.00) is required for praject managemenf, inspectio�, and material testing and $270,143.00 {Wafer: $57,864.00; Sewer: $27,953.00; TPW: $184,326.00) is provided for project co�tir�gency. Upon compfetion of this capita� project, it is anticipated fihat there will be no impact on Transportation and Public WorEcs annua! operation budget and no impact to the Water Department's operating budget. Construcfiion is expected to start in F'ebruary, 2021 and be completed by March, 2022. Appropriations for FY9 $ rourtd faur of the Counc�l District 9 Street Repair and Reconstruction Program and Near Southside Medical District Water and Sar�itary Sewer Main Improvements projecfs on Variaus Streets are as depicfed below:l�NOTE: THESE ARE THE APPROPRIATIONS F4R CO2445 ONLYIJ MIWBE OFFICE: Reyes Group, Ltd. is in cornpliance with the City's BDE Ordinance �y commiiting ta 91°/o MB� participafion on this project. The City's MBE goaf on this project is 91%. Additianally, Reyes Grou�, Ltd. is a certified MIWBE firm, This proj�ct is located in COUNCIL DfSTRICTS 8 and 9. M&C Review apps.cfwnet.orqlcouncil packeilmc review,asq?Ib=28598&councildate=i211512p20 213 *Numbers raunded for presentation purposes, 7141202'f FISCA� fNFORMATIONICERT[FICATION: M&C Review The Direcfor ofi Finance certifi�s that funds are currently available in fh� Water & Sewer F�nd and upon ap�roval of the abo�e recommendations and adoption of fhe aftached appropriatior� ordinance, funds will be avaiiable in the currenfi capital budget, as appropria�ed, in t�e W&S Gapital Projects Fund for fhe Near South Side Med. Disf. W S project. Priar to any expenditure being incurred, the Transportatior� & Public Works and Water De�artment has the responsibility to �alidate the availability of funds. Fund DeparEment Account Project Program Activity Budget Reference # Arnount ND ID Year lChart�ield 2} Sui�rr�ifted for City RAanager's Office by_ Or�gina#ing Depar#men# Head: �dditional Informatior� Contact: ATTACHMEPliS Dana Burghdoff (8018) Wiliiam Johnsan (7809 ) Mary Hanna {�565} 2020FORT WORTH SOUTH �Y98CD9-REYESG 56002 A021.docx M & C Map - 20FORTWORTHSOUTHFY18CD9-REYESG{2)_pdf M & C Map - 20FORTWORTHSOUTHFY18CD9-REYESG(3)_pdf M & C Map - 20FORTWORTH50UTHFY18CD9-REYESG.pdf �1�� �� ����� �����x ����� ��I�D�����Je1����� ��� ������r YY���� � � ����� � �� ��I��IY�J��11J ��� � �'o tF�e ��e�ifica��ans a��d �on�ra�t �ocu�men�s Faf �w saur� ��v�r��nrr ���t�ac�n���T �r�s ��u s s����z ������ ar�o R��o�,r�����or� ��o���n� �r�a -�a s r��� �c��fi� ���� rn��. �:s-r. �r���r� ar�a sar��Ta��r ���u�� r��u� r���ay. UNf� I - V11�1T�� l�f�fT JI -� �ls►fVITA�Y ��VI��F� U�11T I�I - P�#IIENiEfUT IN�PF��IIEl�IEN�S �ik�r ��^oj��t I�a. Q�389 & 02�44� JA+�d�ndum N�. 9 Issu�d: ��tabcr 3D, �Q�O 7hRs �a��er��un� {c�rtr,s �Sa rt of kk�e 5�er4f;t��i�ans �ncf C��r,iratt ��reUments fnr thE' �E�o�+e r�ier�r��ed Pra�ect anrt m�rd�f�es th� nrlgn7al Sp�S�l�catlorf� a��� Car�t��et [�a�u��38nt�. Bidder s�Eafl acknnwle�g$ eeceapt �� th�s adcfend,ar� i�� the s�arc pr�v;ciar{ b�iln4� ,311r� ac�Cnasvle�fge rece��at �n thEx �ut�r �nv�fa�e ar� Y�ur b�r#. �=af€ue� �fl �c�Crsa�vled�� rec�ipt of �his ad�fcndur'n c�+�ld suh�ec� t�e �idder to ��b�4l8 ���f[�tE0�3. . T�re sp�c�fl�a�lc�rls a�id co�lt�act dac4�ments f�r l�Ylt�-�t39 5ire�t Rept�t� and �iecvn�tru��ion f+eogr�rzt and Nt�,r 5csukl, Side Medic:a I f]isi.ri�t Wa�er & Saa�it�r y S�w�r N1a�n � ifirp��veMr:en� are rFerLby fevis�� �y Adri�ndurrti �o. .� asfio!]ows; i, [:�nstr�ctEaro�lansarare�±Rs����folG�vrs: .^ 'l. St���# i-- S�,�et index �t��i tegend— Ar��i�� new s�teet 55� �. �ks�+et 3- Generaf hlot�s- L�p��ated �E��rcied t�ot�s 3. Sheet 6— Overa�l �avFr� Cvla�}—Add�*d ��r+�Jc Sti_, u�iated,A�nMe pavir�� lirrfits, 4. S�r�et 1� —��" W�_ 1 Sry�r�A�+e. �� Add�d GV, 3r�d re�vJs�d 12" bVE lowering ko fi��ve � CLSfI+} �3pe hackf�ll. 5_ 5�fe�t 17 —#!" V4+J.,-� Annit St_ — Revised �" W� Iow��ring to h�ve s��5[� pk�e �ac�cFil�, 6, 5h�et ;E3 � X�'" 1A��-� St. L���s �ve, —�#�vfse,� C11, �n�i revlsecl 1�" �nri 8" ��+1 ��werings t� I��ve � CLSfVa pipe haGl��ill, 7, s�,�ri zz —�ut-1� n�Ess���ri Ave. —Ad�ed �1�, a�7c� new z'" wat�r s�rvlce�dd�e�, 8, 5he�t �� —�" SS I_-�5�--reu�sed #-iackfrlJ toCS� fro€� N1H ep fV1H, 9, Sheet 2� � 8" 5S L-u�S4— Fe�rls�d ba�1t�FE t� �d� CiSh+? ��c�tf�lE, cl�uded �F�a_ ;10. �haet �7— �" SS !.-�65�r�vfs�ci ba�k{ill la a�id fiISM U,�tkfill, cl�ss��ci� ar�a. �1. 51�e�t 3� � Water �etalC �—#�ric�e�l W! l,ow��lr�� �-�� t�, 5h�et �� — OaE� Gr��ve St, f�avir�g PIai3 — Rcvls€��# �Ir�ud�d 5�reet �IgF�� ��x c���f out, 7.�. Sh�e4 4� -- O�Ec Grove St, I'aving Plan — It��ise�i c�rb line typc. 14_ Sheet �� —�l�y SL_ f�a�ii�� I'Ean � ft�vis�n� r1��[ied ADA ram�taii out_ 55. S�ee� 44-0le��nrfe� St, ��vin� PEen —�itfdcd �all o�k For S.SFvII�E adJus��nent. �.F. Sf���# 4!� —"�,�, �1v�_ ��ving PIQr�-• Rev€se�c�au��d A�3A r+�i7YQcall ouE, A4� A�[IF.NI�UM � ��Y#8ZD95rREf:; Rf:��41R f4h17 4f.C+�N FN04i1L1M hN0 NE�yf{ SC�IlitR51DF r.9FU. 0'.il WF�55 MP�INIM�'+1t7Y. City Projec� hla. p���9 &f�L4�S t7. ���el 5�-- 9u` A�C P:��+Ir�g ��+�n � Rev1�d �Ic�U[Eeil A[]A e�rirpr��� uut. :�f�. A�#de� Pavin� P�ars 'Fea�,larvss 5#, Pav]r�' -- ah�*ct 55A ��, She�� �6-- �'avGng Aeta I�s �— Added mun�iiltrl� �ur�r cieta�l fr�r larvks St. �t�. 517��t 59 —�'�ving ���xails� — Mevk��d str�efis ,3r�d flmlts, ��. �l�eet�3 -- Pa+�l�� �e�alls8 --Added rFiy D416-- Far stc�rrrr drain pi�e �a p��e cnr�rfe�t�nt�, Contract Da{umen�s ar� reu�s�d as fallokws: �. S£Ci��N 0�} 4i 43, PRQPOSAL FQR�+A ks d�leted In iis ��tirety�ra�f re}�����[i vl� ihEs adrier�dum with S��ciflfa�i�rn SeEi�r�n f�E� A? �'�, F'r€��+ast� I f�r��m, A�d��sd�am Na, 'l, aLt,�C'i1['.[�, �, ir�� pfnte�tMan �#�all �a su��itiiary#v all pay ik�m�. 3. Trer�cFf Sa P�ty t�id lteir� 3305.O1Q9 sfx��� a�,�1y on3y f�r �tallty installatl�ns tha� ]7ave a k�en�h d�p�h gr�atr}r#han4fk, P�r tf�e �c]I��V Vt+at�r ��partm�r�ta�►y8'' 1�V� n� smail�f t17�� ht�iv� 3 typical �Ct dep�h fr�m p,Fout�rl to 1��1� #o� a[ r�i�e cfoes �iat inr.Eudz the Tfe��F� S�ieRy �Itl it�m, A, ir�clur.ieri ln t�� plan sf�ee�# 32 is �he vuater line lowerirs� rfetail arid table, pl�as� ��ef�reri�e at�dltlor�ally th� sp��sf�cs�tl�nS d��urri�n� 33 0� 32 ass�a�{�t�d vJiti� this d�+la�C; the UVL Lrxwe�l�� b�€i �t�ms rn�lud�s t��e I] I P pips ma�e�ialao��i �L5lVi �ac���l rte�r��i� far thls It�rt�i�at�as�, suk�sldk�ry #� the VU� �owe�lr�,g bkd items, Il�. C:irt��ractn�-1Bi�t�€er u�stic►ns: 1, €kerrrav� th� �-3n�.h ten}porar�+ wa�e���n� item ant� phas� car�str�c�aorr to where fire Ilr�es a re hat �y�cept �nr 4vf�en we d� Ehe tl� ��, A��o, or� t�te #��'� I�n�s lfte�e n�ed� Eo be � g�te v�JV� ari th� rna�r� or� each side af the f�re Ilne, n�� €i.rawrl kF��t way. . Th� �;" ��r,mpr�rary+,u�,�erNr� �Ici i�em �s �ncMu��r�rJ L�y kk�r 1�latpr f7���rtm+�nt�rPqu�sk, du�+ tp tfiis it�rr� be�ng re���ire� ln the �Sas� �hases r�F �his �a��aj��i_ i Plan s�i[��rts revEs��� t[� Inr1��€� g�t� �ral�c�S nn t1�� rn�in or� �arh sidP �f t��+ �Ifg Ifr�� �, Ir,c�ude a b�d Ik�r� FoF 'Cr�*� protectlr�n, • Yr�e ��atecxfan w�il k�� �ort�l�er�d a subs�cEkary �o xh� �xh��' b�d itc��s. +N� ar� sk�ow�n� �n the piat�st�le ex�sti�,g trP�Jfl�atiorks. If �uriri8 �aristr�lckiar� ih+:reEs atree ifr�t need �+��t�ctlan and It ks n�t shatiyn �rt tl�� nlens �s �n �xistir�g tree �hr�t� t�rls t�R �� pai� as a eltia�rge arcier itern. �, lU��d ��y It�m for 4" I�VC wa�erl�ne, for �[�� F�r�flt�c c�r���ec�lons_ • A��e� wit�1 ��Is a�faer�durr�, ,9, i��rrtn,r� zhe �xay f�em� �hat In�lud� CISM ���kflll, t�sere a�e r�� plae�� that raalaut "CLS�v1 ba�kfi�l" i�l�f2 ��'� ���C@5 tF1�[C3II {IUt f{}I' G�� i]diEC�Iia 11f3iAtF!VC'�' iN�1L?f1 �E1P �I�� WCIUI{i iC�CL' L15 L� En�ta11 C5� af i=ISM �� tould p�y iof t��: unrJer �;d �t�ms +�7 8� 48 Vdht�h ��y by #he C�Y. • V�.+L w�tfn C�Sh�I �r��1c�iCl 13ir.i ii�r�s E��+�e been remes�rerE: we rPnumtrryr�cl tk�e t�lo it�rrrs are.�r�in�ly, Th� k���4ra�yasp��al� qua�tEty i�7 tE�e sewer sectGan needs �a bc in�r�ased by 7t}0 L�, tk�r� I� rtits q��rti�Ety far servlte�_ A�s� n���i �id ��etn for t�m�r�r�ryas�h�lt f�r #k�e srorm t�raln, • ��sl i#�m q�ar�tity k�as be�n r�vis�ci ac�ordfngl�+. �i-� A�DE�UDUM � F�r�afia�s�Afer�v,���� �n� u�s.r,��. �'21�GH14M Aidt NE�1jf 5UU�31S3�3E MfFk, blSi, 4ti1�.aS M�4:fJIi�+14I4V, �ity I'tQJeer No. �1�3�f� & A��9�95 �� l�lsa I�«e�se�C kf�� Teaylpor�i y Ils�l7�ll� I'avlrt� R�pK�ir ��d ]t�n� �u� tlfe 5to�m 17r.,iri Ei�i�� t�ii7g F4?j}I7C�'t� LI17ijL'f E��klt �I el�l[� �RI� 1Ik. {i, I�GXtR�r L�i»l II�:Fa1+i,�� ��7�F�rok+c���ents yati're sl�s�wiM�� k�r�ti� N1�nhc�i�F i�,1lt,strnei7�, IV��r��ar KaoticJ Conere#�� [at�ar, Are t��:� twn ���r�arat� �ay fterns? Or sl�uulrJ � I�i� GL cnr�tiUin�d� o UrtitE�r l�r�Ei 11I: PaV�ng l��t��i r���3a��ealks LJYI� fxa�s ���er� r€��is��E ta b� tda'nb�ne�� ��:��}5, f)��}7 Ni��nki+�k� A�#�uskr7���n�, NJEr�ar V4Jf �r�rG� Cc�llar}, 7, S�e��sG 3�r1 59 �1�ows i'C�� p�+�e�rienE repEacementvJ�fh �xlst�n� �:or�r;r�t� has� for5t Latals Av�, �r�� Braa�iuvay�4v��- o�'h� bo�e �es�lts frna3� th� ��:nter�, r��ar� and L:ity Re��t�rtF7 sftow��i i h�t tl�es� two stFeo.�ts I�avn an exist�i�ig {;��Mcrete �s�. We ar� I����[�dir��; a bld item fcrr to�rcre�e remov.� I tt�7�er #Ji�i� III; I'ti�ving Impro+�tments tivl��tfx wll� fr�,y fcr,• the rein�vt'�I r�f tl�is r,anrr�te i��5t, Y�il7e f�el�� co��d�ttor�s ds� rtat :� Il�w fc�r puh+erl�atJz��� o� tf�is ��ncre�e F��se_ �f�he ��rlcr�i� �as� rrarirs ir� �i�pth a nsl �t Js rtiol �ank���+��kos �r�r thr crt�lr� �+a�ir�g �I�fits C�rtgEi�, Tiri� �id�fen��um Nn, �, forrn� �aark �i� kk�� S��ecillratio�s ��csnl r�ct �ocurrEefits io�' t he ai�ove �e�er�n���� ��fo�nc� ��sd Rnodife5 t��e c}rfgR�sa I Proj��i EViartitat�i ��:oi��rac� Uocum����� of ll�e 5an��, A�kltiev�rEedg� y�ur re����t �rf Ikdd�k��un�� I�lo. 3�y completar�� tlxE eeq�rest�tf 1nfc�rrra�tlorG at th�* faGf�ruvin� ic��atic�ns; (1� kn t�t� space pr�vid�c� �n S�tkln�7 OD 4100, ��i+� I-a����, Pape 3 nf � ��} I n€�Ifa#.� in upper case �ek��fsan liii eau�slde af ynur s�}a�erl krid envel�p�; `�l���L•�11��J$i�C�lk��UVL��1�`i�`At��J�N�1!!t?iU�, 1•' Irticiu��e a slg���±�1 co}�y o[ Ad��nciuni l+a�. 1 Ir� l] i� ss�a�e+i L�Ir� �r�4+��o�e a� kl�� tlrrte ofi bkd st�larnitEal. Fafl�ar� ta ackrsow�a�i�r� re�ei�a� s�6 �Adr€r: rsdt�rr� N�. 1 kaeln�r �ould ��use t�� suk����� krkdd�r Co L�e cor��rdergei "NONi����'��15GVE", r��ultln�r H i �€s�{4�allff�ati�i�_ �iE��iPT A�ICNC1VsJ��C�G E€l L_�r �I�i� � �. � .�` r�-v�. �� � � � ^ �}� CCI� ��'f (S � F'4o u� �. � �' Wlliia m l�i3rf�ar, U I � �crOr� 7i�,�1NSf'���ATiOh! �1FV� PkJ�li,l�V�+p��l(5 E3y: _ _ _ iu7e�eyFE�ro��, I'.�, Ea�}�ine�rir�g �A�raager ��i A�UF.�7�UfVI � I'Y1a�tb45�f�EFFIEN+�IR+�N� ISL�CSN. I'RUG�kAM fiN[1 NF.�IS ���1'fi�5lCif�V1E�7, �115f, 4�$�Sy pI.4l�llh'IPR�}W ����+ Q���2Ct �Q. ����� �4 �f���� ���� �� ��R� �i������ ����� T�I�1���������� �i�� �1L�'���� ����� ��������n�� �, I!1 J�' ', I► !' � l,l, 1► '!' I �o ih� Sp�ei�ieatiar�s ar�� Cor�tract �oc���nts �or� �w �o��� ��������r� �����c����r �Y1� � C� 9 �T'���T ��F�AIR �►W� ��COf�i��1CT19P� PRA�L�RiI� �Y18 — C� 9 N�� �OI��'H �19� IVQ��. 91�T'. V4,�AT�R A�l�] S�►t�IiARY S�W�R {I�i�►IR! 1141A�I�OV. UI�IT I o F�Vr47�� �I{VI� fl - �ANIT�►RY ��V91�1� IJR�I� 111 � �Al��[lA�i� I I���O���A���S Crt� �roj�c� R�o. Oti3�9 � 0��45 �dd�ndum No. 1 Is�ued: Ocfiober 30, 2020 This addendum forms part of the Specifications and Contract Documents for the above referenced Project and modifres the ariginal Specifications and Contract Documents. Bidder shali acknowledge receipt of this addendum in the space provided below and acfcnowledge receipt on the outer envelope in your bid. Failure to acknowledge receip# af this addendum could subject the bidder to disquali#ication. . The specificatior�s and contract documents for FY18-CD9 5treet Repair and Reconstruction Progra�n ar�d NearSouth Side Medical Dis�ric# Water & Sanitary Sewer Main I mprovement are hereby rerrised by Addendum No. 1 as follows: I, Construtfion lans ar�e revised as �ollows: 1. Sheet 2-5heet index and Legend—Added new sheet 55A 2. 5heet 3-General fVotes- UpdatedCiauded notes 3. Sheet 6— Overalf Raving Map—Added Jarvis St., updated Annie �aving limits. 4. Sheet 11-12" WL-1 BryanA�e. —Added GV, and revised 12" WL lowering to have a CLSM pipe backfill. 5. Sheet 12 — 8" WL-2 Annie St, — Revised 8" WL Iowering to have a CLSM pipe backfili. 6. 5heet 13 —12" WL-3 St. Louis A�e. — Revised GV, and revised 12" and 8" WL lowerings to have a CLSM pipe backfill. 7. Sheet 22 — WL-10 Missouri Ave. — Added GV, a nd new 2" water service added. �. Sheet 24 -- 8" S5 L-153 — revised backfill ta CSS frorri MN to M�I. 9. Sheet 26—�" S5 L-6254— re�ised backfiif #o add CLSM backfill, clauded area. 10. Sheet 27—�" SS L-265—re�ised backfill toadd CLSM backfill, clouded area. 11. Sheet 32 — Water Detail 4— Added W� Lowering L-20 12. Sheet 39 — Oak Grove 5t. Paving Plan — Revised clouded street light box cali out. 13. Sheet 40 — Oak Grove St. Paving Plan — Revised curb line type. 14. Sheet 43 — May St. Pa�ir�g Plan — Fte�ised cfouded ADA ramp call out. 15. Sheet 44— Dleander St. Paving Plan —Added call out for SSMH adjustment. 16. Sheet 49 — 9th Ave. Paving Plan — Revised clouded ADA ramp call out. A-1 QIDI���I�UI� 9. FY18-C�9 S7REET REPAIR AND RECON. PROGRAM AND NEAR SOUTH SIDE MED. QIST. W&55 MAIN IMPROV. City Project No. 02359 & 02445 17. Sheet 50 — 9th Ave. Paving Pla n— Revised ciouded ADA ra mp ca II out. 18. Added �aving Plan `Prop.lar�is St. Paving' — Sheet SSA. 19. Sheet 56 — Paving Details 1— Added monolithic curb detail for Jarvis 5t. 2a. Sheet 59 — Pa�ing Details4 — Revised streets and limits. 21. Sheet 63 — Paving Details8 --Added city D416— For storm drain pipe to pipe cannection. II. Con�ract �acumentsarerevised asfollo+nes: 1. SECTIONaO�� 43, �RO�OSAL �ORIVIY is deleted in its entiretyand replaced via this addendum with Specification Sectian DO 42 43, Proposal Form, Addendum No.1, attached. �. �'ree pratec�ion sFiall be subsidiary to all pay iierns. 3. Trench 5afety bid item 3305.0109 shall apply only for utility installations that have a trench depth greaterthan 4ft. Per the COFW Water Depart�nent any8" WL or smaller that have a typical 4ft depth fram ground to the tap of pipe does not include fihe Trench Safety bid it�m. 4. Included in the plan sheet# 32 is the water line lowering detail and table, please re�erence additionally the speci�cations document 33 0512 associated with this detail; the WL Lowering bid items includes the DEP pipe material and CLSM backfill needed for this installatian, subsidiary to the WL Lowering bid items. III. Gantracfor/Bidder uestions: 1. Remove the 6-inch temporary waterline item and phase constructian ta where fire lines are hot except for when we do the tie in. Also, on the frre lines there needs to be a gate valve on the main on eachside ofthefire line, r�ot drawn thatway. � The 6" Tempararywaterline bid item is inc�uded by the Water Departments requesi, due to this item being required in the past phases of this project. � Plan sheets revised tn include gatevalves on the main on each side of the fiire line Include a bid item for Tree Protection. o Tree protection wil! be considered a subsidiary to the ather bid iterx�s. We are showing on the plans the existing tree locatians. If during construction there is a tree that need protection and it is not shown on the plans as an existing treethen this can be paid as a change order item. 3. Need pay item #or 4" PVC waterline, for the Fireiine connectians. � Added wi#h this addendum. �. Remove the pay items that include CLSM backfill, there are no places that call out "CLSM backfill" there are places that call out for C55 backfill however. When the City would like us to insta p CSS or CLSM we cauld pay for that under bid items 47 &�4� which pay by the CY. o WL with CLSM backfi�ll Bid items have been remo�ed; we renumbered the bid items accordingly. The temporaryasphalt quantity in the sewer section needs to be increased by 200 LF, there is no quantity for ser�ices. Also need bid item for temporaryasphalt for the storm drain. � Bid item quantity has been revised accordingly. A-1 A���i1��Ull� 1 FY18-CD9 STREETREPAIR AND RECON. PROGFtAM AND NEAIt S�EITHSIDE ME�. OIST. W&55 MAIN IMPROV. City Project No. 02389 & 02445 o Also increased the TemporaryAsphalt Paving Repair hid item for the Storm Drain fines being replaced under Unit II and Unit II I. 6. lJnder Unit Ifl: Paving Impro�err�ents you're showing both Manhole Adjustment, Minor and Concrete Collar. Are these two separate pay items? Or should this be combined? � Ur�der Unit III: PavFng Impro�ements this has been revised to #�e combined {3305.0107 Manhole Adjustment, Minor W/ Conc Callarj. 7. 5heets 6 and 59 Shows POL pavement replacerr�ent with existing concrete base for St. Louis Ave. and BroadwayAve. o The bore results from the Geotech report and City Researchshowed thatthese two streets have an existing cancrete base. We are including a bid item for concrete removal under Unit Ilf: Paving Improvements which will payfor the removal of this cnncrete base, ifthe fielcf conditions do nat aflow for pulverizatiort of this concrete base. The concrete I�ase �aries in depth and it is not continuous far the entire #�a�ing limits length. This Addendum No.1, forms part of the Specifications & Contract Docum�nts for the abo�e referenced project and rnodifies the original Praject Manual & Contract Documents of the same. Acknowledge your receipt of Addendum No. � by completing the reques#ed information atthe following locations: (1) In the space pro�ided in Section 00 41 Q0, Bid Form, Page 3 of 3 (2) Indicate in upper case letterson the autside of yaur sealed bid envelope: •����'�'!l��D � ACKiifOW IL�D��A�D�'N�UM iVO. 3 �• Include a signed copy ofAddendu�n No. 1 in thesealed bid en�elope atthe time of bid submittal. Failure to acknowledge receipt of Addendum Na.1 below cauld cause the subject bidder to be cnnsidered "NONRESPONSIVE", resulting in disqualifiication. RECEIPTACKNOWLEDGED William Johnson DIRECTOit �\ � � '� ,,,, � , � B . �, � . Com a n: i��'`'L�$ ��' L t�- TRANSPORTAT.ION ANp F'UBLICWORKS $ . - MaryHanr�a, P.�. Engineering Manager f� A-1 QI�D�i11DURaY 1 FY18-009 STREET REPAIR AND RECON. PROGRAM AND NEAIi SOLiTH SIDE MED. DIST. W&55 MAIN IMPROV. City Project No. 02359 & 02445 ,��..-. � ' � ',� ,.� . 1i' Y /� f. � � �. � $ � � � " \ • 4� � � ^ � � C[TY OF FORT WOR'I'H f71S-C'D 9STRF.F.TREPAf1iAND REC'ONS. Fr NFi1R SOCYfHSfDFhSf1J. UISTRIC'TW&SIh1PROV. 02389 & 02945 0011 13 iNVITAT[O�T TO B[DDERS Page 1 of 3 SECT�ON 00 11 13 INVITATION TO BIDDERS RECEIPT OF BIDS Due to the COVIDI9 Einergency declared by the City of Fort Worth and until the emergency declaration, as amended, is rescinded, sealed bids far fhe consfruction of FY18-CD9 STREET REPAIR AND RECON. PROGRAM AND NEAR S4UTH SIDE MED. DIST. Ci Pra'ect No. 02389 & 0�445 ("Pr�ject") wiIl be received by the City of Fart Worth Purchasin,g Office until I:30 P.M. CST, Thursday, November 12, 2020 as fiu�ther described below: City of Fort Worth Aurchasing Di�ision 204 Texas Street Fort Worth, Texas 76 i 02 Bids will be accepted by: l. lJS Mail at the address abo�e, 2. By courier, FedEx or hand delivery fram 830-1:30 an Thursdays only at the Sauth End LoUby of City Hall locatec! at 204 Texas Street, Fort Wai�th, Texas 76102. A Purchasing Department s#aff persan wifl he available to accept the bid and provide a time statnped receipt; or 3. If the bidder desires ta submit the bid on a day or time other than the designated Thursday, the bidder must contact the Purchasing Department during norrt�af working hours at 817-392-24b2 to make an appointment ta meet a Purchasing Department employee at the South End Lobby of City Hail located at 200 Texas Street, Fort Warth, Texas 761�2, where the bid{s) wi�l be received and time/date stamped as above. Bids will be opened publicly and read aloud at 2:00 PM CST in the City Cauncil Chambers and broadcast through ]ive str�am and CFW gubiic television which can be accessed at htt ://%rtworihtexas. o�/fwtv/. The general public will not be allowed in the City Council Chambers. In addition, in lieu of deliveriug completed MBE fonns for tne project to the Purchasing Of�ce, bidders shall e-mail the campleted MBE forms to the City Project Manager no �ater than 2:00 p.m. on tl�e secand City business day after the bid opening date, exclusive of the bid opening date. GENERAL DESCRIPTI4N OF WORK The majar work will consist of the (appraximate) fallowing: Water Line, Sanitary Sewer Line, and Pa�ement Replacement in the Near Southside Area: Water: 24 LF of 30" DIP Waterline 615 LF of 16" DIP Waterline 320 LF of 12" PVC Water(ine 405 LF of 12" DIP Wateriine 3,I80 LF of 8" PVC Waterline 6$0 LF of 8" DIP Waterline 115 LF of 6" PVC Waterline CI�Y �F �' dRT W�AT�{ PY iP�;IJ9 STRPsIIl xFPA1R pNI) lttCON. PItOCi2AM ANp NIiAN 50[RII wtll�: MF.D. DI31'. W&55 i�FARJ IMPRc�V _ STANDARD COriiSTRUCTIdN SPECIFICATIDiV DdCIJM�NT 0z389 & 02445 Temporarify Revised April 6, 2020 due to CDVIDI9 Emergency aoii i3 1NVITAT[ON TO BIDDERS Page 2 of 3 S ewer: 360 LP af S" Sanitary Sewer {SDR-26) 520 LF af 8" Sanitary Sewer {DIP) Favin�: 19,000 SY of I O" Pavement Pulverization 19,000 SY of 2" Asphalt Type D 12,1 SO SF of 6" Concrete Driveway 7,515 LF of 6" Concrete Curb and Gutter 29,075 SF of Concrete Sidewalk PREQUALIFICATYON The irrtprovements included in this project must be performed by a contractor who is pre- qualified by the City at the time af bid opening. The pracedures for c�ualification and pre- qualification are outlined in the Section 00 21 l3 -� INSTRUCT�ONS TO BIDDERS. DOCUMENT EXAMINATYON AND PR�CUREMENTS The Bidding and Contract Dacuinents may be examined or obtained an-line by visiti�g tlae City of Fart Worth's Purchasing Division website at htt ://www.fortworthtexas. ov/ urchasin and clicking on the link to ihe advertised project folders on the City's electronic doc�.unent management and collaboration system sit�. Bid Documents Folder: htt s://docs.b3Gq.autodesk.com/shares/c68�lacd-3fla9-4G87-bed8-d190026cbce7 Addendurn : htt�s://docs b350 autodesk com/shares/5584448h-02fo-�b32-b7ee-f7420c9cd5c9 The Contract Documents may be downloaded, viewed, and printed by interested contractors a�ad/or suppIiers. Capies of ihe Bidding and Contract Documents nnay be purchased fronn A.N.A. Consultants, V�hich is as follows 5000 Thompson Terrace, Colleyville, Texas 76034 The cost af Bidding and Contract Documen#s is: Set of Bidding and Contract Documents with full size drawings: $100 Set of Bidding ancE Contract Documents with half size (if available) drawings: $60 PREBID CONFERENCE A prebid conference may be held as discussed in Sectian 04 21 l3 - INSTRUCTIONS TO BIDDERS at the following date, and time via a web conferencing application: DATE: OCTOBER 27, 2020 TIME: 9:30AM Due ta COVID-19 restrictions, instructians to atfend the online web conference will only be emailed to those who provide an expression of interest by email to both the proj�ct engineer CTTY OF FORT WOItTH CYIft-CIYJ S"C[iGGT RGl'A�R ANl71tECUN.PROCRAM MIn NGAR SouTH JEllG MGD. DIST. W&SS MA3N IMPFL�7V_ STANDAAia CONSTRUCTIOIQ SPECIFICATION DOCUMENT 02389 & 02445 Temporarily Revisad Apri16, 2020 due to COV1D19 Emergency OD I l i3 INVITATIQN TO BIDDERS Page 3 of 3 Alex Srur, asrur@anallc.cam, and the City project manager, Mary Hanna, mary.f�anna@�artworthtexas.gov. The presentation given at the prebid canference and ar�y questians and answers provided at �he prebid conf�rence will be issued as an Addendum to the call far bids. CITY'S RIGHT TO ACCEPT OR REJECT BID,S City reser�es the right to waive frregularities ancE to accept or reject bids. AWARD City will award a contract ta the Bidder presenting the lawest price, qualifications a��d competencies considered. INQUYR�ES All inquiries relati�e to ihis procurement should be addressed to the following: Attn: Mary Hanna, P.E., City of Fart Worth Transportation Public Works EmaiL Mary.Hanna@fortworthtexas.gav Phone: 817-392-5565 AN�/OR Attn: Alex Srur, P.E., A.N.A. Cansultants, LLC Ernail: asrur@analk.com Phone: $17-335-5396 EXPRESSION OF INTERSEST To ensure bidders are kegt up #o date of any new infor�nation pertinent to #his praject or the COVIDI9 ernergency dec]aa-ation, as amencled, as it may z-elate to this project, bidders are ��equested to emai] Expi�essions of Interest in this procurement io the City Praject Manager and the Design Engineer. The email should include the bidder's cptxipany name, contact person, that individuals ema�l address and phane number. AIl Addenda will be distributed directly to thase who ha�e expressed an interest in the procurement and will also be posied in the City of Fort Worth's purchasing website at http://fortworthtexas.gov/purchasing/ PLAN HOLDERS To �nsure you are kepC up to date of ar�y new infozmation pertinent to this proj�ct such as when an addenda is issuetl, dowr�Ioad the Plan Holder Registration fonm to your camputer, completc and email it to the City Project Manager and the Design Engineer. The City Project Manager ancE design Engineer are responsible to upload the Plans �IoldeY Registra#ion form to the Plan �Iolders folder in BIM360. Mail your completed Plan Holder Registration form to those listed in INQLTIRIES aba�e. AIIV�RTISEMENT DATES OCTOBER I5, 2020 OCTOBER 22, 2020 END OF SECTION CITY OF FDRT W ORTH eY �x-c� srRrcr �;ewiR nrm iu;wrr. raocicana nr_m r�nx soirn i smu Meo. nisr, w�ss �nnm ��xov_ STANDARD CONSTRUCTiON SPEC[FiCAT10N DdCUMENT 4z389 & 02945 1'emporarily Revised Apri] 6, 2D20 due to COVID[9 Emergency x1' �, `.:�- �. s � � - � F �� `�`� � �,� � � , ' � � �� � f CITY OF FORT W ORTH I�Yf 8— C'D 9 STRF1.7'1tEP,47AANP RFCDNS. R NF.r[R SD[1THSIDEMFD. DIS172IC7" 1i'&S IMPROV. 0�389 & Q2945 aoz> >3 INSTRUCTIONS Td BIDf}ERS Page 1 of 1 I SECTION 00 21 13 INSTRUCTIONS TO BIDDERS 1. Defined Terms 1.1. Terms used in ihese INSTRUCTI4N,S TO BIDDERS, which are defined in Section 00 72 00 - G�NERAL CONDIT"IONS. 1.2. Cet-tain additional terms used in these INSTRUCTIONS TO BIDD�RS have the meanings indicated below which are applicabte to both the singular and plural thereof. l.2.1. Bidder: Any persan, firm, partnership, company, assoc�ation, or carporatior� acting clirectly through a duIy autharized repr�sentati�e, submittirtg a bid for perForming the work contempIated under the Coniract Docunrients. 1.2.2. Nonresident Bidder: Any p�rsan, firrtz, partnership, company, association, or corporation acting directly thr�ugh a duly authorized represe�itative, submitting a bid for performing tt�e work caniemplated under the Cantract Documents whose principal place of business is not in the State of Texas. 1.23. Successful Bidder: The �owest responsibie and responsive Biddar to whom City (on the basis of City's evaluation as hereinafter provided) makes an award. 2. Copies of Bidding Documents 2. ].Neither City nor Engineer shalf assume any responsibility for errors or misinterpretations resulting fra�n the Bidders use of incflmplete sets of Bidding Documents. 2.2. City and Engineer in rnaking copies of Bidding Dacunnents a�a�lable do so only for tl�e purpase of abtaining Bids for the Work and do not autharize or canfer a license or grar�t far any other use. 3. Prequalification of Bidders (Prime Contractors and Subcontractors) 3.1.A1t Bidders and their subcontractors are required to be prequalified for the work types requiring prequalification at the time af bidding. Bids received from contractars who are not prequalified ,shall not be opened and, even if inadvertently opened, shall not be considere,d. Prequalification requirement waz-k types and documentation are available by accessing all required files thro�gh the City's website at: httns://apns.fortworfhtexas �ov/ProiectResources/ 3.1.1. Paving — Requirements document located at; hit�s://a�ps. fortworthtexas. �v/Praj ectResaurces/ResourcesP/�2%20 %20Construciion%20Documents/Contractor%20Pre uaIification/TPW%24Pa�in %2�Cont�actor%20Pre ualification%20Pro ram/PRE UALIFICATION%20RE UIREMENTS%20FOR%20PAVING%2000NTRACTORS. df 3.1.2. Roadway and Fedestz'ian Lighting — Requirements document locatec! at; c7TY �F �'�AZ' ��RTI'� FYI&[;U9 STRG4i1' RRp[illtAND ItLCON, pR(](iftAMAND hIGpR SOIfCI15lUF.MGD. UfST. WR35 Mr1INIM1'AOV, STANDARD COMSTRUCTIOIY SPECIPICATION DOCUMENT 02389 & 01445 Tcmporarily Revised Aprtl 24, 2020 due to COVIDI9 Emcrgency 002k 13 INSTRUCTIONS'f0 BIDD�RS Page 2 of l 1 htt s:lla s.fortworthtexas. ov/Pro�ectResources/ResourcesP/02°/n20- %20Construction%20Docum�nts/Contractor%20Pre ualification/TPW%20Roadwa %20and%20Pedestrian%20Li htin %20Pre ualificatian%20Pro arnISTREET% 20LIGHT%20PREQUAL%20R�aMNTS.pdF 3.1.3. Water and Sanitary Sewer — Requirements document located at; htt s:lla s.fortworthtexas. ov/Pro'ectResources/ResourcesP/42%20- %20Construction%20Dncuments/Contractor%20Pre ualification/Water%20and%2 OSanita %20Sewer%2flContractor%2aPre ualiiication%20Pea ram/WSS%2d re ual%20re uirements. df 3.1.4.In addition to the above, the Bidder acknowledges that the f�llowing work types rnust be performed only by prequalifed contractars and subcontractors; a) Water Distribuiion, Urban/Renewal, 12-inches and smaller b) Sewer Collection System, Urban/�enewal, 12-inches and smaller c) Liner System for Sanitary Sewer Manholes and Structures (Warren or Chesterton) d) Asphalt Faving Construction/Reconstruction (15,400 square yards and greater} e) Roadway and Pedestrian Lighting 3.2. Each Bidder, unless currently prequalified, nnust submit to City at least seven (7) calendar days prior to Bid opening, the documentatian identified in Section UO 45 11, BIDDERS PREQUALIF[CATIONS. 3.2.1.Submission of andlor questions related to prequalification should be addressed to the City contact as provided in Paragraph 6.1. 3.2.2,-f'�;� POF�r1� Y F'f�C�C�,f 3l.fitES i)1..:Fi `I-[) COVFfi.I� I<1: A F�i�tcl�r �k�hose pre1�u�l��icfsii{�n I��� ex�a���eJ ��arin}: lE�e �r�n�: peric��l ►�F�e��e �� ���lic� �nt���;e�c:y ot�der i� ii� ��lac� �trclei�a�, s�r�l�.. It�cal} a�ti! i{}�� �0 �{-�}�s ��st �hc expirf�tioi3 of'ihe em�'r�.ency t�riCcr wikh 4�a{ r+u�t.Fies� cx��iratiun rl�t� —�y c�ay u„c� �i�r�n�i�. �vi I I i3�� l�e :�utam�tlic;.�lky c�i�c��iyE�r�e� i�eoni I�aving �i�c F'�i�1Jer's biJ cr�ened_ � i3iddcr in ���l� situakion will l�flv� i�;s hi� t+ptin�+� �is� rea�i :�l���d �uci will ltie alltr}��ad 5 Isusiness l�ttV5 [G�US�' {?f �}ll51T1444 C±Jl l�lE' ,.r1�L cluy] i� sti�aili! +� �:oefl�+��i� �ret��i�{�1 E'Jc�tia� rer�e�x�hl ��aci��sge, F'ai��are ��} tFmel�' Slli]T7311, nr s�bm ��lak c�f {ir� i�rct�i ��j�Eete pa�ks�e, ��EII r��der #37e L�icEder's bi�l �rc}�s-r�spon�iv�_ Ifihe pr�{1E�aii�c�t�i�F�� i�ct�ew�l �ocnm�RG+s ��o��� Il�c [ii�d�r �s r�ow r��xk-i�ti+�1i�`ie�. Ehe I��d �vill 17c ren�fef�� nr�n- re����r���ive, :1 � iddee ��r�� ��ot us� iE�ia tx�e��ia� 1.o se�Ec a ��r�y�ral�f ct��i���r �t7tus gr�:�t�r ift��n �1�s� tivl�rcl� w;�� 3�� pi�cc s�f �l�e d{�t�: e�1' ex}sir�u io«, �� �3id��r wk��r seel�s �o iRcr�as� i�s �ireqt�alilic�s�iuiy statokti a���ts� fol���w ihe troc�3in}���I ��tbi3�iil��Jreview prc}ccss. CITY OF FbAT WORTH k YIALTYI STRTiL•T R�YAiK Ai.[] RL• WN- PROC2P.M AN� NGhR SOU f[I SIUF.INt�. D[ST- w&9S MA[N INll'ROv, STANDARD CdNSTRUCT10N SPECIFICA'I'ION DOCUMENT 02389 & 02445 Temporarily Revised Apri124, 2020 due to COVIDI9 Emergency Q02] 13 1[�TSTRLiCT[ONS TO BIDi]ERS Page 3 of 11 3.3. The City reserves the right to require any pre-c�ualified contractor wha is the apparent law bidder{s) for a project to s�bmit such additianal informatioi7 as the City, in its saie discretion may require, including but not limited to manpower and equipment records, information about key personnel to be assigned ta the project, and construciion schedule, ta assist the Czty in evaluaiing and assessing the ability of the apparent law bidder(s} to deli�er a quality product and successfully complete prajects for the amount bicf within the stipulated time frame. Based upon the City's assessment of the submitted information, a recommendation regarding the award of a contract will be mada to the City CouncEi. Failure to submit the ac�ditional informafion, if requested, may be gounds for rejecting the apparent low bidder as non-responsive. Affected contractors will be notified in wz-iting of a recommendation to the City Council. 3.4.In addition to prequalification, additional rec�uirements for qualification may be required within �arious sectians of the Contract Documents. 3.5. Special qualifications required for this project include the folIowing: 5 Recent references af Contractor indicating successful application of coating product{s} oithe same material type as specified herein, applied 6y spray applicatian within the municipal wastewater environmetft. References shall incl�de at le�st the following: owner name, City inspector name and phone number, project name/nu�tnber, size and linear footage of sanitary sewer main, manhole diameter, strucfure dimensions and number of each, sq�are feeE {or �ertical feet) of prod�et i�stalied, contraet costs, and contract duration. Contractor must demonstraie a svccessful history of iztstalling fhe pradvct in structures of similar size and scope. See revised city speci�catia� 33 34 60 �-- Liner System for Sanitary Sewer StrucEures. 4. Examination af Bidding and Contrac# Documents, Other Related Data, and Site 4.1. 8efore submitCing a Bid, each Biddez- shall: 4.1.1. Examine and carefuily study the Contract Documents and other related data iclentified in the Bidding Dacuments {including "technical data" referred to in Paragraph 4,2. belaw). No information given by City or any representative of the City other than that contained in the Contract Documents and officialIy prort�ulgated addenda thereto, shall be binding upon the City. 12. Visit the site ta become familiar with and satisfy Bidder as ta the general, Iocal and site canditions that may affect cost, progress, perfortnance or furr�ishing of the Work. 4.1.3. Consider federal, state anc� local Laws and Regula#ions that may affeci cast, progress, performance or furnishing of the Work. �ITY OF �'' OIZT WORTE'I FY IN-Cll9 STIZCG7' ittl'Al2 ANll RF.Cpri. pNOCRAiJ ANfJ ��CAIt 50[7RI Slo�: MF,D. UIS7'. WS55 MAM IMp[tpV. S1'ANDARD CONSTiiUCTION SPECIFICATIDN DOCUMEIYT 023&9 & 02445 Temporarily Revised Aprit 24, 2Q20 due to COVIDI9 Emergency 00 21 13 IN5'FRUCTIONS TO BIDDEAS Page 4 of 11 4.1.4.Be advised, City, in accordan.ce with Tit1e VI of the Civil Rights Act of 1964, 7S Stat. 252, 42 U.S.C. 2p00d to 2000d-4 and Title 49, Code of F`ederat Regulations, Depar�ment of Transpartation, Subtitle A, Office of the Secretary, Part 21, Nondiscrimination in Federally-assisted programs of the Depa�ment of Transportation issued pursuant to such Act, hereby notifies all bidders that it will affirmatively insure that in any cantract entered into pursuant to this advertisement, rriinority business enterprises wili be afforded full opportunity to submit bids in response to #his invitation and wiil not be discriminated agai�st on the grounds af race, color, ar national origin in consideration of award. 4.1.5. Study a11: {i) reports of exploraiions and tests of subsurface conditions at or contiguous ta the Site and aIl drawings of physical conditions relating to existing surface or subsurface structures at the Site (except Underground Facilities) that have been identified in the Contract Documents as containing reliable "technical data" and {ii) reports and drawings of Hazardous Envij'onmental Condiiions, if any, at the Site that have been identiiied in the Contract Documents as containing reliable "technical data." A.1.6. Be advised that the Contract Documents on file with the City shall constituie all of the information which the City will furnish. All additiona� information and data which the City will supply after promulgatian of the fo�maI Contract Documents shall be issued in the farm of written addenda and shall become part of the Contract Documents just as though such addenda were actually written into the original Contract Documents. Na information given by the City other than that contained in the Contract Documents and officially promuEgated addenda thereto, shail be binding upan the City. 4.1.7. Perform� independent research, investigations, tests, borings, and such other means as may be necessary to gain a complete knowledge of the conditions which will be encauntered during the construction of the projec#. On r�quest, City may provide each Bidder access ta the site to conduct such examinations, investigations, �xplorations, tests and studies as each Bidder deems necessary for submission of a Bid. Bidder r�ust fill all holes and clean up and restore the site to its former conditions upon completion of such explorations, inves�igations, tests and studies. 4.1.$. Determine the diff�culties afthe Work and all attending circumstances affecting the cost oi doing the Work, time required far its completion, and obtain all information required to make a proposal. Bidders shall rely exclusiveiy and solely upon their own estimates, investigation, research, iests, explorations, and other data which are necessary for full and complete information upon which the proposal is to be based. It is understood that the sub�issiQn of a proposal is prima-facie evidence that the Bidder has made the investigation, examinations and tests herein required. Claims for additionaI compensation due ta variations be�ween conditions actually encountered in constructian and as indicated in the Cantract Docurr�ents will not be allowed. CITY OF FORT WORTH FYlB-CU93TRGLTRF.PnIRaNDItL•COA'.P[iIXiW1MA�3,78ARs0[fCE[SI�Eh1EU.�IST.w&SSMAINIMPAOV. STANDARD CONSTRUCT103�I SP�CIFICATiON I]OCUMENT 02384 & 02445 Temporariiy Revised Apri124, 2020 dae to COVIi)19 Emergency oaz< <3 �NSTRUCTIONS'FO HIDDERS Page 5 of 1 I 4.l .9. Prom�tly notify City of all car�flicts, errors, ambiguities or discrepancias in or between the Contract Documents and such other reIated documenis. The Contracior sha11 no# take advantage of any gross error or omission in the Cantract Documents, and the City shall b� permitted to make such corrections or interpretations as may be deemed necessary for fulfillment of the inient of the Cantract Documents. 4.2. Aeference is znacEe to Section 00 73 00 — Suppiementary Conditions for identitication of: 4.2.1, those reparts of explorations and tests of subsurface conditions at or contiguous to the si#e which have been utilized by City in preparation of the Contract Documents. The logs of Soil Borings, if any, on the plans are far general information anly. Neither the City nor the Engineer guarantee that the data shown is representative of canditions which actually exist. 4.2.2, ihose drawings of physical conditions in ar relating ta existitag surface and subsurface structures (except Underground Facilities) which are at or contiguous to the site that have been utilized by City in preparation of the Contract Docurnents. 4.23. copies of such reports and drawings wil� he made available by City to any Bidder on request. Those reports and drawings may not be part of the Contract Documents, but the "technical data" contained therein upan which Bidder Es entitled to rely as provided in Paragraph 4.42. ofthe General Conditians has been identified and established in Paragraph 5C 4.02 of the Supplementary Conditions. Biclder is responsible for any interpretation or canclusion drawn fram any "technical data" ox any other data, interpretations, opinians or informatian. 43. The submission of a Bid will constitute an incontrovertible representation by Bidder (i) that Bidder has complied with every requirennent ofthis Paragraph 4, (ii) that withpui exception the Bid is premised ugon performing and fiunishing the Wark required by the Contrac� Docuinents and appIying the speci�c means, methods, techniques, sec�uences or procedures of construction (if any} that may be shown or indicated or expressly required by the Contract Documents, (iii} fhat Bidder has given City written notice of all conflicts, errors, ambiguities and discrepancies in the Contract Documents and the written resolutions theteof by City are acceptable fo Bidder, and when saic! conflicts, etc., haue not been resql�ed through the interpretations by City as described in Paragraph 6., anc� (iv} that the Contract Documents are generatly suffieient to indicate and cpnvey understanding of all terms and conditions for performing and �i�rnishing the Work. 4.4. The provisions of this Paragraph 4, inclusive, do nat apply to Asbestos, Polychlo�-inated biphenyls {PCBs), Petroleum, Hazardaus Waste or Radioactive Ma#erial covered 6y Paragraph 4.06. af the Gerteral Conditions, unless specifically ic�entified in the Coniract Documents. 5. Availability of Lands for War�, Etc. CITYpFPOR'f WORTH PYIR-0➢HS"I"[iEFfML•PAIRANuxECfSN,PROGItAMAM]NGAR30lIFH5meMGD.DI57".W@SAMAINIIvll�RUV_ STANpARD CONSTRUCTION SPECiFICATI01� DOCUN[ENT 02389 & 02445 Temporarily Revised April 24, 202D due to COVIll l9 Emergency 00 21 13 I1�fSTRUCTIDNS TO BIDDEAS Page 6 of ll 5.1. The lands upon which the Wark is to be perfoiYned, rights-of-way and easements for access thereto and other lands designated �ar use by Contractor in perform�ng the Work are identified in the Contract Documents. All additionai lands and access thereto required for temporary canstruction facilities, construction equipment or storage oi materials and eguipment ta be incorporated in ihe Work are to be obtained and paid for by Contractor. Easements for permane:�t structures or permar�ent changes in existing facilities are to be obtained and paid for by City unless otherwise provided in the Contract Documents. 5.2. Outstanding right-of-way, easements, and/or permits to be acquired by the City are listed in Paragraph SC 4.01 of the Supplementary Conditions. In the event the necessary right- of-way, easements, andlor permits are not obtained, the City reserves the right ta cancel the award of contract ai any iime before the Bidder begins any canst��uciion work on the proj ect. 5.3. The Bidder shall be prepared to commence const�'uction without all executed right-a% way, easements, and/or permits, and shall submit a schedule to th� City of how construction will proceed in the otl�er areas of the project that do nat require permiis and/or easements. 6. Interpretations and Addenda 6.1.A11 questions about the meaning or intent of the Bidding Dacuments are to be directed to City in writing on or before 2 p.m., the Monday prior ta the Bid opening. Questions received after this day may not be responded to. Interpretations or clarifications considered necessary by City in response �o such questions will be issued by Addenda deliv�red to a11 parties recarded by City as hauing received the Bidding Documents. Only questions answer�d by formal written Addenda will be binding. Oral and other interpretations or clariiications will be without legal ef%ct. Address questions to: City of Fort Worth 206 Texas Street Fort Worth, TX 76102 � Attn: Mary Hanna, P.E., City �f Fort Worth Transportation Pu�ilic Works Email: Mary.Hanna@fortworthtexas.gov Phone: 81'7-392-5565 6.2. Addenda may also be issued to modify the Bidding Documents as deemed advisable by CitY- 6.3. Addenda or clarifications may be posted via fhe City's electronic document management and collaboratian system at <,Insert Link to Documents>. C1TY OF FbRT WORThl fYl8-l'D9gTIiF.�I'ItGPAfEtAM3AF_('ON.PROGRAM/�i.'uM�4.R5011THSN6M[3D.DIST.w�33MAfNIMPROV. STAi�IDARD CONSTRUCTION SYCCIFICATION DOCUMENT 023&9 & U2945 Temporarily Revised Apri124, 2020 due to COV[D19 Emergency 00 21 13 LiVSTTtUCTIOI+IS TO BIDD�RS Page 7 0€11 6.4. A prebid conference may be heic! at the time and place indicated in the Aclvertisement or INVITATTON TO BIDDERS. Representatives of City will be present ta discuss the Project. Sidders are encouraged to attend and participate in the conference. City will transmit ta all prospective Bidders of record such Addenda as City consid�zs necessary in response to questions arising at the conference. 4ral statements may npt be relied upon and will not be bznding or legally effective. 7. Sid Security 7.1. Each Bid must be accompanied by Bid Bond made payable to City in an amount of five (5) percent of Bidder's m�imutn Bid price on form attached, issued by a surety meeting the requirements of Paragraphs 5.01 af the General Conditions. 7.2. The Bid Bond of all BidcEers will be r�tained until the cpnditions of the Natice ofAward have been satisfied. If the Successful Bidder faiIs to execute anc� deliver the complete Agreement within 10 days after t�e Natice of Award, City may consider Bidder to be in default, rescind the Notice of Award, and the Bid Bond of ti�at Bidder will be forfeited. Such forfeiture shall be City's exclusi�e remedy if Bidder defa�lts. The Bid Bond af all other Bidders whom City believes to have a reasonable chance of receiving the award will be retained by Cify until iinal contract execution. S. Contract Times The number of days within which, or the dates by which, Milestones are to be achieved in accordance with the General Requirements and the Wflrk is to be caxnpleted and ready for Final Acceptance is set forth in the Agreement ar incorparated thereir� by reference to the attached Bid Form. 9. Liquidated Damages Provisions for Iiquidated damages are set forth in the Agreement. 10. Su�stite�te and "Or-Equal" Items The Cqntract, if awarded, will be an the basis af rr�aterials and equipment described in the Bidding Documents without consideration af possible substitute or "or-equa]" items. Whenever it is indicated or specffied in the Bidding Documents that a"substitute" or "or- egua]" item of material or equipment may be furnished or used by Contractpr if acceptable to City, appIication for such acceptance will not be considerec! by City until after the Effective Date of the Agreement. The pf•ocedure for submission of any such apptication by Co�tractor and cansideration by City is set forth in Paragraphs b.05A., b.OSB. and 6.OSC. of the General Canditions and is supplemented in Section O1 25 0� of the General Requirements. 11. Subcontractors, Suppliers and Qthers ClTY OP FORT WOR'FH CY18-Cll9 sfRF.i;T RGPA12 ANI] RF.COI3. PROa1tAiN niapNgAR gU[fi'H SII7L• MII�, �I31'_ W�SS MNN IM['l2UV. STANDARD CONSTRUCTION SPECIFiCATI0IV DOCUMEhfT 02359 & 02445 Tempurari]y Revised April 24, 2020 due to COVIDI9 Emergency 0021 13 [AIS'fRUCTIONS Tp BIDDERS Page 8 of 11 11.1. In accordance with the City's Business Diversity Enterprise Ordinance No. 20020- 12-2011 {as amended}, the City has goals for the participation of minority business and/or small business enterprises in City contracts. A copy of the Ordinance can be obtained from the Office of the City Secretary. The Bidder shall submit the MBE and SBE Utilization Form, Subcontractar/SuppIier Utilization Form, Pritne Contractor Waiver Form and/or Good Faith Effort Farm with documentatian andlor Joint Venture Farm as appropriate. The Forms including documentation must be received by the City no later than 2:00 P.M. CST, on the second business day aiter the bid opening date. The Bidder shall obtain a receipt from the City as evidence the documentatian was received. Failure to comply shall render the bid as non- responsive. 11.2. No Coz�tractor shaIl be required to employ any Subcontractor, Supplier, other person or organization against whom Contractor laas reasonable objectian. 12. Bid Form 12.1. The Bid Form is included with the Bidding Documents; aaditional copies may be obtained fram the City. i2.2. AIl blanks on #he Bid Form must be completed by printing in ink and the Bid Form signed in ink. Erasures or alterati�ns shall be initialed in ink by the person signing the Bid Form. A Sid price shall be indicated for each Bid item, alternative, and unit price item listed fherein. In the case oi optional alternatives, the words "No Bid," "No Change,° or °Not Applicable" may be entered. Bidder shall state the prices, written in ink in both words and numerals, far which the Bidder propases to do the wo:rk contempIated or furnish nnaterials required. All prices shall be written legibly. In case of discrepancy between price in wriiten words and ihe price in written numerals, the price in written wards shall govern. 12.3. Bids by corporaiions shall be executed in the corporate name by the president or a vice-president or ather corporate officer accompanied by evidence of authority to sign. The carporate seal shall be affixed. The corporate address and state af incorporatian shall be shown below tlae signature. 12.�. Bids by partnerships shall be executed in the partnership name and signed by a partaer, whose title must appear under the signature accompanied by e�idence of auihority to sign. The official address of the partnership shalI be shown below the signature. 12.5. Bids by Iimited liability campanies shall be executed in the name of the firm by a member and accompanied by evidence of authority to sign. The state of farmation of the frm and tI�e official address of the iirm shall be shown. 12.6. Bids by individuals shall show the Bidder's �aame and official address. 12.7. Bids by joint ventures shall be executed by each joint venture in the manner indicated on the Bid Form. The ofiicial address of the joint veniure shal] be shown. 12.$. Ali names shali be typed or printed in ink below the signature. CITY OF FORT WORTH FYfx-L'o9 �7Ri!Is7 AGPAIR AM3RECOIJ. PROGI{hM AN�7w1inR s011FH SIDGA7L•�. �ISi. W&SS MA[N IMF'1tOV. STANDARD CONSTRUCTIdN SPECIFICATION DOCIJMENT 02389 & 02445 Temporarily Revised April 24, 2020 due to COVIDI9 Emergency 00 2l 13 INSTRUCTIONS TO BI[}DERS Page 9 of ] l 12.9. The Bid shal] contain an acknowledgement of receipt of all Acfdenda, the numbers of which shall be �lIed in an the Bid Form. 12.10. Fostal and e-mail addresses and telephone number for cammunications regarding the Bid shall be shown. 12.11. Evzdence of authority to conduct business as a Nonresident Bicfder in the sta#e of Texas shall be provided in accordance with Section 00 43 37 — Ve�dor Compliance to S#ate Law Non Resident Bidder. 13. Submission af Bit[s Bids shail be suhmitted on the prescribed Bid Form, provided with the Bidding Documents, at the time and place indicated in the Adeertisament ar INVITATION TO BIDDERS, addressed to Furchasing Manager af the City, and shall be enciased ir� an opaque sealed envelope, marked with the City Project Number, Project tlt�e, the name and address of Bidder, and accampanied by the Bid security and other required documents. If the Bid is sent through the mail or other delivery system, the sealed envelope shali be enctosed in a separate envelope with the rtotation "SID ENCLOSED" on the face of it. �4. Modification anc� Withdrawa� of Bids 14.1. Bids addressed to the Purchasing Manager and filed with the Purchasing Office cannot be withdrawn prior to the time set for bid opening. A request for withdrawal rr�ust be made in writing by an appropi•iate document duly executed in the manner that a Bid inust be execuied and delivered to the place where Bids are to be submitted at any tim� prior to the opening of Bids. A$er all Bids not requested for withdrawal are opened and publicty read alpud, the Bids for which a withdrawal request has 6een properly filed may, at the option of the City, be returned unopened. 14.2. Bidders may modify their Bid by electrot�ic communication at any time prior to the time set for the closittg of Bid receipt. 1�. Opening of Bids Bids wii] be opened and read aloud publicly at the place where Bids are to be submitted. An abstract of the amaunts of the base Brds and majar alternates (rf any) wi11 be made auailable ta B�dders after the opening of Bids. 16. Bids to Remain Subject to Acceptance Al] Bids wi11 remain subject to acceptance for the time period specified for Notice of Award and executipn and deli�ery of a complete Agreement by Successfui Bidder. City may, at City's sole discretion, release any Bid and nullify the Bid security prior to that date. 17. Evaluation of Bids and Award of Contract CITY D F FORT WORTH FYIRL'D9 �lftH�l' RF.PAIR AND W CUN. PRO[iItAMANU M�AR Splf�'�] �1➢�MEI7.I715T. W�SS MAIN IMI'RnV, STANDARD CpIYSTRUCTIOAI SPECIF1CATiON DOCUMENT 02389 & 02445 Temporarily Reviscd April 24, 2020 due to COVIDl9 Emergency 0021 13 IN5TRUCT1p3VS TO BIDDER5 Page ] 0 of 11 17.1. City reserves the right to reject any or all Bids, including without lirr►itation the rights to reject any or all nonconforrning, nonresponsive, unbalanced or conditional Bids and to reject the Bid af any Bidder if City believes that it would not be in the hest interest of the Project ta mal�e an award to that Bidder, whetf�er becaus� the Bid is not responsive or the Bidder is unqualified or of doubtful financial ability or fails to meet any other pertinent standard or criteria established by Ciiy. City also reserves the right to waive infarma�ities not involving price, contract iime or changes in the Work with the SuccessfuI Bidder. Discrepancies between the nriultiplicatian of units of Woi-k and unit prices will be resolved in favor of the unit prices. Discrepancies between the indicated sum of any column of figures and the correct sum thereaf will be resolved in favor of the correct sum. Discrepancies betvween words ar�d �gures will be resolved in favor of the words. I7.1.1. Any or all bids will be rejected if City has reason to believe thai collusion exists among the Bidders, Bidder is an interested party to any litigation against City, City or Bidder may have a claim against the ather or be engaged in litigation, Bidder is in arrears on any existing contract or has defaulted on. a previous contract, Bidder has performed a prior contract in an unsatisfactary manner, or Bidder has uncompleted work which in the judgment ofthe City wilI prevent ar hinder the prompt completion of additional work if awarded. I7.2. City may consider the qualifications and experience of Subcontractors, Suppliers, and other persons and organizations proposecE for those portions ofthe Work as io which the identiry of Subcontraciors, Suppliers, and other parsons and organizations must be suhmitted as provided in the Contract Documents ar upon the request of the City. City alsa may consider the operating costs, maintenance requirements, performance data and guarantees of rr�ajor items af materials and equipment proposed for incorparation in the Work when sUch data is required to be subrnitted prior to the Notice of Award. 17.3. City may conduct such investigaiions as City deems necessary to assist in the evaluation of any Bid and to establish the responsibiIity, qualifications, and financial ability of Bidders, proposed Subcontractors, Suppliers and other persons and organizations to perform and furnish the Wark in accardance with the Cantract Documents ta City's satisfactian within the prescribed time. 17.4. Cantractor shall pej•form with his own organizaiian, work of a value not less than 35% of the value embraced on the Cantract, unless otherwise approved by the City. ] 7.5. If the Contract is ia be awarded, ii will be awarded to lowest responsible and responsive Bidder whose evaluation by City inc�icates that the award wi11 be in the best interests of the City. 17.6. Pursuant to Tcxas Government Code Chapter 2252.0�1, the City wi11 not award contract to a Nonresident Bidder unless the Nonresident �idder's bid is lower than the lowest bid submitted by a responsible Texas Bidder by the same amount that a Texas resident bidder would be required to underbid a Nonresident Bidder to obtain a comparable contract in ihe state in which the n�nresiden#'s principal place of business is located. CITY OF FORT WOATH FY]BL'D9 SfRTL•T RRPA[RANDRGCON. PIiU(iltM•[AW[7NFAR SOU7'H 3[DQ MIi[7. f][5['_ Wfi95 MA1N [MI'K�7V. STANDARD CO3VSTItUC'T'ION SPECIFICATiON DOCiJMEHiT 02389 & 02445 Temporarily Revised April 24, 202D due to COVIDI9 Cmergency 0�2] 13 INSTRUCTION5 TO BIDI}ERS Page 11 of l 1 17.7. A contract is not awarded until formal City Cauncil authorization. Ifthe Contract is to be awarded, City will award the Contract within 90 days after the day of the Bid opening unless extended in writing. Na other act of City or athers will canstitute acceptance of a Bid. Upan the contractor award a Notice of Award will be issued by the City. I7.7.I. Thc contractor is required to fiEl out and sign the Certificate af Interested Parties F�rm 1295 and the form must be submitted to the Project Manager before the contract will be presented to the City CounciL The form ean be obtained at https://www.ethics.state.tg.us/datalforms/1295/1295.pdf l7.$. Failure or refusal to comply with the requirements may result in rejection of Bid. 1$. Signing af Agreement 18. ]. When City issues a Notice of Award to the Successful Bidder, it wi11 be accompanied by the required number af unsigned counterparts of the Agreer►�ent. Within 14 days thereafter Contractor shall sign and deliver the required number of counterparts of the Agreement to City w�th the required Bonds, Certificates of Insurance, and all other required documentation. 18.2. �'ailure to execute a duly awarded cflntact may subject the Con#ractor to penalties. 18.3. City shall thereafi�er deliver one fu11y signed counterpat�t to Contractar. END OF SECTION CITY dP FORT WORTH 1%Y]ft-CD9 STH��' RCFAIN ANI] AF.CON. PROCiitAM Aidl] T�(�',[i[(; p[I'fH BlUki MF.i7. I][ST. WfiS3 MAII� IMI'RnV, STANDARD CONSTRUCTiO[�T SPECIF'iCAT{ON DOCUMENT a2389 c� 02445 Temporarily Re�ised Apeil 24, 2020 due to COV�D19 Emergency � k � `'� � � �r� `-y� � "' i " � �,. T�� � p � 4.� �� � � � , �" .�,� � � � C1TY OF FORT WORTH I�YIS-CUYSTREL'1'1tE!'A7RANURLCONS. Rr NFARSO[!I'HSIDEMGU. PISTRICT'WkSItvIPROV. P2389 & 02445 003215-0 CONSTRUCTION PROGRESS SCHCI]C1LE Page [ of 10 2 3 PART1- GENERAL 4 1.1 S UMMARY 5 A. Section IncIudes: 6 7 8 9 SECTY4N UO 32 IS CONSTRiJCTION PROJECT SCHEDULE General requirements for the preparation, submittal, updating, status reporting and �nanagernent of the Cflnstructton Project Schedule B. Deviations frazn this Crty of Fort Woirth ,Stanclard Specification 1. None. 10 C. Related Specificatian Sections include, but are not necessarily limited to: 11 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 12 2. Division I— Genera] Requirements ia 14 15 16 I7 18 19 20 21 22 23 24 25 26 27 28 29 D. Purpose The City of Fort Wozih (City) is committed to deliverir�g quality, cost-effective infrastructure to its citizens in a timely manner. A key tool to achieve ihis purpose is a properIy structured schedule with accurate updates. This supports effecti�e monitoring of progress and is input to criticaI decision making by the project manager throughout the Iife of the project. Data frozn the updated praject schedule is utilized i� status reporting to various levels flf the City orgaaaization and the citizenry. This Document complements the City's Standard Agreement to guide tl�e constructzon cont�-actor (Contractor) in preparing and submitting accepta6le schedutes for use by the City in project d�livery. 'T'he expectat3on is fhe performance of the work follows the accepted schedule and adhere to the contractuaI timel�ne. The Cont��actor will designate a qualified representati�� {Project ScheduIer} resportsible for developing and updating the schedule and preparing status reporting as required by the City. 30 l.z PRICE AND PAYMENT PROCEDURES 32 A. Measurement and Payment 32 ]. Work associated with th�s Iiem is considered subsidiary to the various items bid. 33 No separate payment will be a]lawed for this Item. 34 2. Non-compliance with this speciiication is grounds far City to withhold payment of 35 the Contractor's invoices until Cantractor achieves said complianca. 36 1.3 REFERENCES 37 A. Projeci Schedules 38 Each project is represented by City's master project scheaule that encompasses the 39 entire scope of activlties en�isiqned by the City to praperty deliver the wark. Wher� the 4fl City contracts with a Contractor to perfarm construction of the Work, the Cpntractar CITY Q�' FORT WUR�H F'Y18-(:IY�1 S'I'RGLi R�:YAII{ ANUItF.CON, YxoGItAMANfSNLA[t 3c�LYfli SII7F. MCb, UIST_ W&3S MAINIIvaRUV_ STANDARD SPECIFICATION 02389 & 02445 Revised IULY 20, 2018 OQ3215-0 CONSTRUCTION PROGAESS SCHEDULE Page 2 of 1 U I will develop and maintain a schedule for th�ir scope of work in alignmeni with the 2 City's standard schedule requirements as defined herein. TIae data and information of 3 each such schecfule wilt be leveraged and becotne integral in the tnaster project 4 schedule as deemed appropriate by the City's Project Control Speciaiist at�d approved 5 by the Cify's Project Manager. G 7 1. Master Praject ScheduIe g The master project schedule is a holistic representation of the scheduled activities 9 and milestones for the total project and be Critical Path Method (CPM) based. The l0 Ciiy's Project Manager is accountable f�r oversight of the development and l l maintaining a master project sch�dule for each project. Whe�n the City contracts for 12 the design and/or construction ofthe project, the master project schedule will 1; incorporate elements of the Design and Construction schedules as deemed �4 apprapriate by tha City's Project Control Specialist. The assigned City Project 15 Control Specialist creates and maintains the master project schedule in P6 (City's ]6 scheduling saiware). 17 18 2. Construction Schedule 19 The Contractor is responsible for developing and maintaining a schedule far the 2p scope of the Contractor's contractual requiremenis. The Contractor will issUe an 21 initia� schedule for review and acceptance by the City's Project Cantrol Specialist 22 and the City's Project Manager as a baseline schedule for Contractor's scope of 23 work. Conh•actor will issue current, accurate updates of their schedule (Progress 24 Schedule) to the City at the end af each month throughout the life of their r�ork. 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 B. Schedule Tiers The City has a portfolio �f projects that vary widely in size, cotn�iexity and conteni requiring different scheduling to effectively deliver each project. `I'he City uses a "tiered" approach to align the proper schedule with the criteria far each project. The City's Project Manager detet7nines the appropriate schedule tier far each project, and includes that designation and the associated requirements in the Contract�r's scope of work. The followin� is a summary of the "tiers". 1. Tier 1: Small Size and Short Duration Project (design not required) The City develops and maintains a Master Project Sck�edule for the project No schedule submiital is rec�uired from Contractor. City's Project Control Specialist acquires any necessary schedule status data or informa�ion through discussions with the respective paity on an as-needed basis. 2. Tier 2: Small Size and Short to Medium Duration Project The City develops and maintains a Master Project Schedule for the project. The Contractor identiiies "start" and "finish" milestone dates on key elements af their wo:rk as agreed with the City's Project Manager at the kickoff of their work effort. The Contractor issues to the City, updates to the "siart" and "finish" dates for such milestones at the end of each month throughout the life of their wark on the project. 3. Tier 3: Medium and I,arge Size and/or Complex Projects Regardless of Duration The City develops and maintains a Master Project Schedule for Yhe projeci. The Contractor develops aBaseline Schedule and maintains the schedule oftheir respective scope of work on the project at a level of detail (generaily Leve13) and in CLTY OF FORT WORTH STANDARD SPECIFICATION Revised JiJLY 20, 201 S iYk81:D9 tiTRF.tiI'lEGPARi hNl]1tLCOI�. PK�+R.4MANUNGAR Sol]!'H SIDCMF.ri. UIST. W&ss MA[N IMPR6Y. 02389 & 024d5 oo32is-a CONSTRUCTTON PROGRESS SCHEDULE Page 3 oF [ 0 1 alignment with the WBS structure in Section 1.4.�I as agreed by the Pt�oject Manager. z The Contractor issues to the City, updates of their respective schedule {Progress 3 ScheduIe) at the end of each month throughaut the life of their work on the project. 4 C. Schedule Types 5 Project delivery for the City ut�lizes two types of schedules as noted below. The City � develops and maintains a Master Project Schedule as a"baseline" scheduie and issue 7 monthly updates to the City Project Manager (end of eac� month) as a"progress" g schedule. The Contractar prepares and submits each schedule type to fulfill their 9 contractua� requirernents. ia il 12 13 14 15 16 l7 Y8 19 20 21 22 Baseline Schedule The Contractor develops and submits to the City, an initial schedule for their scope of work in aligninent with this speci�caiion. Once reviewed and accepted by ihe City, it becam�s the "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 af work impacting the duration ofthe work, and only after rece�pt of a duIy authorized change order issued �y the City. In the event progress is significantIy behir�d schedule, tk�e City's Project Manager may authorize an update to the baseline schedule to facilitate a more practical evaluation of progress. An example of a Baseline Schedule rs pro�ided in Specification 00 32 15.1 Construction Project Schedule Baseline Example. 23 2. Progress Schedule 24 The Contzactor updates their schedule at the er�d of each month to represent the 2� progress achieved in the work which inclucles any impact froin authorized changes 26 in the worl� The updated schedule must accurately refiect the current status of the 27 woek at that point in time and ts referred to as the "Pro�ess Sch�dule". The City's Zg Praject Manager and Project Control Specialist reviews and accepts each prqgress 24 schedule. In the e�ent a pragress schedule is deemed not acceptable, the 3a unacceptable issues are identlfed by the City within 5 working days and the 31 Contractor must provide an acceptable progress schedule wi.thin 5 working days 32 after receipt of non-acceptance notificatian. An example of a Progress Schedule is 33 provided in Specificatian 00 32 I5.2 Cpnstruction Project Schedule Pragress 34 Example. 35 36 1.4 37 38 39 40 41 42 43 44 45 4b 47 48 CITY STANDARD SCHEDULE REQUIREMENTS The following is an averview of the methodology for developing and maintaining a schedule for delivery of a project. A. Schedule Framewark The schedule will be based on the deiined scop� of work and foliow the {Critical Path Methadology) CPM method. The Contractor's schedule w�ll align wiih the requirenrients of this speciticatian and will be cost laaded to reflect their plan for execution. O�verall schedule duration will aligr� with the cantractual requirements for the respective scope of work and be reflected in City's Master Project Schedule. The Praject Number and Narne of the Praject is required on each schedule and must match the City's project data. B. Schedule File Name cI�Y �r F d2� W �RTH fYiP{:179 STRPsII'f HF.Pl�IK /JJU HF.CON. PNaGRAM ANfJ NGAIi SOUTEI FIL�f; MF.�, Ulsl _ W&SS Mp1N IMPROV. STANDARD Sf'ECIP[CATIpN (12389 & 02495 Revised JULY 20, 2Q l8 pD32 LS-0 CONSTRUCTIOIV PROGRESS SCHEDULE Page 4 of 10 1 2 3 4 5 6 7 8 9 10 il 12 13 1 �4 l5 16 17 18 19 20 21 22 23 za 25 26 27 28 29 30 3l 32 33 34 35 36 37 38 39 40 41 42 43 44 4S 46 �47 48 49 All schedules submitted to the City for a project will have a file name that begins with the City's praject number followed by the name af the project followed by 6aseline (if a baseline schedule) or the year and month (if a progress schedule}, as shown below. o Baseline Sched�ale File Name Format: City Project Nutnber Project Name Baseiine Example: 101376 Narth Montgomery Street HMAC_Baseline e Progress Sched�ale File Name Format: City Praject N�mber Project Name YYYY-MM Example: 101376 North Montgoxr�ery Street HMAC_201 S_O1 o Project Schedule Progress Narrative File Name Format: City Project Number Project Name_�'N YYYY-MM �xample: 101376 North Montgomery Street HMAC_PN 2018_O1 C. Schedule Templates Tl�e Contractor will utilize the j�elevant sections from the City's templates pravided in the City's document management system as the basis far creating their respective praject schedule. Specifically, fhe Contractor's schedule will align wiih the layout of th.e Construction secYion. The tenriplates are identified by type of project as noted belovv. � Arterials � Aviation o Neighborhood Streets o Sidewalks (later) o Quiet Zones (later) � Street Lights {later) o Intersection Iznprovements (later) • Parks • Storm water • Street Mainienance • Traffic • Water D. Schedule Calendar T�e City's standard calendar for schedule development purposes is based an a 5-day workweek and accounts for the City's eight standarti holidays (New Years, Martin Luther King, Memoriai, Independence, Labor, Thanksgiving, day after Thanksgiving, Christrnas). The Contractor will establish a schedule calendar as part of the schedule deveiopment process and pr�vide to the Project Contral Specialist as part of the basis for their schedule. Variations between the City's caiendar and the Contractor's calendar must 6e resolved prior to the City's acceptance af their Baseline project schedule. E. WBS & Milestone Standat'ds for Schedulc Development The scope of work to be accomplished by the Contractor is represented in the schedule in the form of a Wark Breakdown Structure (WBS}. The WSS is the basis %r the development of the schedule activities and shall be itnbedded and depicted in the schedule. CITY OF FOCtT WOR'PH STANDARD SPECIPICATION Revised JULY 20, 2018 PYIA-CU'):�TRGLT HF.PAIR ANO RF.CUI.. PROGRAM ANhFJGAS2 SOUFH `3ID�MF.D. D�s L. W.&SS MARJ IMI'RUV, 02389 & 02445 003215-0 CONSTRUCT�ON 1'ROGRESS SCHEL]ULE Page 5 of 10 1 The �ailowing is a summary af the standards to be followed in preparing and maintaining 2 a scheduie for project deli�ery. 3 4 1. Contractor is renuired to utilize the City's WB� structure and respecti�e praject type 5 template for "Construction" as shown in S�ction I.4.H below. Additional activities 6 may be addec! to Levels 1- 4 ta accommodate the needs of the organizatian executing 7 the work. Specifically the Cantractar will add activities under WBS XXXXXX.$0.83 g "Construction Execution" that deiin�ates the acti�ities associated with the various � components of the work. 10 IZ 12 13 14 15 16 17 T8 19 2� 21 2. Contractor is required to adhere to the City's Standard Milestones as shown in Sectian 1.4.1 below. Contractor will include additional milestones repr�senting intermediate deliverables as required to accu�-ately reflect Yheir scope of work. F. Scheduie Activities Activities are the discrete elements afwork that make up the schedule. They will be organized under the umbre]]a of the WBS. Acti�ity d�scriptions shauld adequately describe the acti�ity, and in some cases the extent pfthe activity. All activities are logicalty tied with a predecessor ar�d a successor. The only exception to this rule is far "project start" and "prqject finish" milestones. 22 The acti�ity dura�ion is based or� the physical amount of work to be performed far the 23 stated activity, with a maximum duration of 20 wnrkzng days. If the work for any one 24 activity exceeds 2Q days, break that activi#y down incrementaIly to achieve this d�zration 2S cor�straint. Any exception to this requires review and acceptance by tk�e City's Project 26 Control Specialist. 27 28 29 30 3] 32 33 34 35 35 37 38 39 40 41 G. Change Orders When a Change Qrder is issued by ihe City, the impact is incorparated into the pre�iously accepted baseline sc�edule as an update, to clear�ly shpw impact to the project timeline, The Contractor submits this updated baseline schedule to the City for teview and acceptance as described in Section 1.5 below. Updated baseline schec�ules adhere to the following: l. Time extensions associated with approved contract modifications are limited to ihe actual amount oftime the project activities are an�icipated to b� delayed, unless otherwise approved by the Program Manager. 2. 1"he re-6aselined sch�dule is submitted by the Contractor within tert workdays af�er the date of receipt of the approved Change Order. 42 3. The changes in lagic or durations approved by the City are used to analyze the impact 43 af the change and is included in the Change Qrder. The cading for a new activity(s} 44 addec� to the schedu�e for the Change Order includes the Chatzge Qrder number in ihe 45 Acti�ity ID. Use as many activities as needed to accurately show the work of the 46 Change Order. Revisions ta the baseline scY►ecfule are not effective until accepted by 47 the City. 48 49 50 H. City's Work Breakdown Structure C1TY d� FORT WOR'1'H rrixtuvaneecr�Yn�unrroxecoN.raocrurnnNnxcnxxourNsro¢nneu_��sT_w�ssrnnirrinnrRov, 5TANDARD SPEC3FICATION 023$9 & 02445 Revised JULY 20, 2018 OD3215-0 CONSTRUCTION PROGRESS SCHEDULE Page 6 af 10 1 2 3 4 5 6 7 8 9 Ifl 11 12 13 14 ]5 16 17 l8 19 20 2I 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 4S 46 WBS Code WBS Name XXXXXX Pro�ect Name XXXXXX.30 Design XXXXXX.30.10 Design Contractor Agreement XXXXXX.30.20 Cancepival Design (30%) XXXXXX3030 Prelirninary Design {60%) XXXXXX.30.40 Finai Design XXXXXX.30.50 Environmental XXXXXX.3q.60 Permits XXXXXX30.60.10 Permits - Identificatian XXXXXX.30.60.20 Permits - Revi�w/Approve XXXXXX.�40 ROW & Easements XXXXXX.40.10 ROW Negatiations XXXXXX.40.20 Condemnation XXXXXX.iO Utility Relocatipn XXXXXX.70.i0 Utility Relocation Co-ordination XXXXXX.SO Construction XXXXXX.80.81 Bid and Award XXXXXX.80.83 Construction Executian XXXXXX.80.85 Inspection XXXXXX.Sd.86 Landscaping XXXXXX.90 Closeout XXXXXX90.14 Construction Contract Close-ou# XXXXXX.90.40 Design Contract Closure I. City's Standard Milestanes The following �tnilestone activities (i.e., importan# events on a projec# that mark criticaj points in time) are of particular inierest to the-City and rnust be reflected in the project schedule for all phases of work. Activit�ID Design 3020 3040 31�0 3120 3150 3160 3170 3220 3250 3260 CTTY OP FORT WORTN STANDARI] SPECIFICATT01+! Aevised JULY 20, 2018 Activit Name 1 � .ward Design Agreement Issue Notice To Proceed - Design Bngineer Design Kick-off Meeting Subm�t Conceptual Plans to Utilities, ROW, Traffic, Parks, Siorm Water, Waier & 5ewer Peer Review Meeting/Design Re�iew meeting (technical) Conduci Design Public Meeting #1 (required) Conceptual Design Complete Submit Preliminary PIans and Specifications to Utilities, ROW, Traffic, Parks, Storm Water, Water & Sewer Cond�ct Design Fublic Meeting #2 (required) Preliminary Design Complete PYl8t;D9 STIiEEC ItGPAIR P.Nn RF.CON_ PROGRAM A[�NtA1i SOCYCH smE MGd.11IS7. W&53 MAIN 1N�'ROV, R2389 & 0�445 003215-D CdNS'I'fZiJCTION PROGRESS SCHEDULE Page 7 af 10 1 3310 Submit Fina] Design ta Utilities, ROW, Traffic, Parks, S#orm Water, Z Water & Sewer 3 3330 Conducf Design Public Meeting #3 (if required} 4 336� Finai Design Complete 5 R�W & Easements 6 4000 Right of Way Start 7 4230 Right af Way Complete 8 Utilify Relocation 9 7Q00 Utilities Start 10 7120 Utilities Cleared/Complete 11 Construction 12 Bid and Award 13 8d 10 Start Advertisement I4 8150 Conduct Bid Opening 15 8240 Award Construction Cantract 1 G Construet�on Execution 17 83;p Conduct Constructian Public Meeting #4 �re-Construction 1.8 &350 Co�rsiructian Stat�t i9 8370 Substantial Cpmpletion 20 8544 Construction Campletion 21 9130 Notice of Completian/Green Sh�et 22 9150 Construction Contract Closed 23 9420 Design Cantract Closed 24 1.� SUBMITTALS 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 4� 41 42 43 44 45 46 47 A. ScheduIe Submittal & Revfew The City's Project Manager is responsible for reviews and acceptance of the Contractor's se�edule. The City's Project Control Specialist is responsible for ensuring alignment of the Contrac#ar's baseIine and progress schedules with the Master Project Schedule as suppart to the City's Praject Manager. The City reviews anci accepts or rejects the schedule within ten workdays of Contractor's sub�nit�al. 1. Schedule Fptmat Tk�e Cantractor will submit each schedule in twa electronic forms, or�e in native �le farmat (.xer, .xmC, .mpx) and the secand in apdf fprmat, in the City's document nrianagement systezn in the locatipn dedicated for this purpase anc! identitied by the Project Manager. In the event the Contractor does not use Primavera P6 pr MS Praject for scheduling pLirposes, the schedule informatipn znust be submiited in.xls or .xlsx fonmat in compliance with the sample iayout {See Specification 04 32 1 t5.1 Construction Project Schedule Baseline Example), including activity predecessors, successors and total flaat. 2. Initial & Baseline Schedule The Contractar will develop their schedule for their scop� of work and submit their initial schedu]e in electronic form (in the tile formats noted above}, in the City's document nrianagement system in the �ocation dedicated for this gurpase within ten wnrkdays of the Notice ofAward. CITY �F FQRT ��RTH kY IS�L'D9 S]'liN:�l' R�pnQ� /�IU AF:C(1N. PROCi1tAM1 Ah]I]�p,�t gUL1TH SI�GMIiLI. DIST_ W�SS MAIN IMO'i20V. STANDARD SPECIFICATIpN 02359 & 02445 Revised 7ULY 20, 20[$ 0032 ES-0 CONSTRUCTION PROURESS SCHEDULE Page 8 of 10 1 2 3 4 S 6 7 8 9 10 11 12 13 i� 15 16 17 18 l9 20 21 22 23 24 25 26 27 2$ 29 30 31. 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 The City's Praject Manager and Project Contral Specialist review this ini#ial schedule to determine alignment with the City's Master Project Schedule, including format & WBS structure. Pallowing the City's review, feedback is provided to the Contractar far their use in finalizing their initial scheduIe and issuing (within five workdays) their Baseline Schedule for �nal review and accepiance by the City. 3. Progress Schedule The Contractor wi11 update and issue their project schedulE (Progress Schedule) 6y the last day af etrch rtzonth throughout the life af their work on the proj ect. The Progress Schedule is submitted in electronic form as noted a6ove, in the City's document management system in the location dedicated for this purpose. The City's Project Control team reviews each Progress Schedule foz' data and inforrna�ion that support the assessment of the updat� ta the schedule. In the event data ar information is missing or incomplete, the Project Controls Specialist cammunicates directly with the Contractor's scheduler for providing same. The Contractor re-submits the corrected Progress Schedule wfthin 5 workdays, following the submittal process noted above. The City's Praject Manager and Project Control Specialist review the Contractor's progress schedule for acceptance and to nnonitor performance and progress. The following list of items are required ta ensure proper sYatus information is contai�ed in the Progress Schedule. o Baseline Start date o Baseline Finish Da#e • % Complete • k'loat • Activity Logic (dependencies} � Critical Path • Activities added or delet�d � Expected Baseline Finish date � Variance to the Baseline �'inish Date B. Monthly Construction Status Report The Contcactar submits a written status report (referred to as a progress narrative) at the end of each month to accompany the 1'rogress Schedule submittal, using the standard format provided in Specification a0 32 153 Construction Project Schedule Progress Narrative. The content af the Construction Project Schedule Progress Narrative should 6e concise and complete to: � Reflect the current status of the wark for the reporting period (including actual activities started and/or co:mpleted during the reportir�g period) • Explain variances from the baseline on critical path aciivities • Explain any potential schedule conflicts or delays • Describe recovery plans where appropriate • Provide a summary forecast of the work to be achieved in the next reporting per�od. C. Submittal Process CITY OF FORT WORTH STANAARD SPECIFICATIQM Revised 3ULY 20, 2018 FYlB-CD9 5'l']{GCiI' RLPA1x ANE1 RECON. PIiOG[tAM ANll [dGHR 50[1TH SIUB NeGD. ➢]ST- W�SS MAM ]MI'[20V. � 02389 & 02445 0�32 L5-0 CONSTRUCTION PROGRE,SS SCHEDULE Page 9 oY ] 0 1 2 3 4 5 6 7 1.6 o Schedules and Monthly Construction Status Reports are subrnitted in Buzzsaw following the steps outlined in Specifica#ion OD 32 15.4 Construction Project Schedule SUbmittal Process. o Once the prpjeci has been completed anc! Fina� Acceptance �as been issued by the CiCy, no further progress scheduies or construction status reparts are required from ihe Contractor. ACTrQN SUBMITTALS/INR4RMATIONAL SUBMITTALS [NOT USED] 8 I.'� CLOSE4UT SUSMITTALS [NQT USED] 9 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 14 �.9 QUALITY ASSURANCE 11 A. The persan preparing and revising the Contractor's Praject Schedule shall be 12 experienced in the �reparation of schedules of similar complexity. 13 B. Schedul� and suppprting documents addressed in this Specification shall be prepared, 14 updated and revised to accuraCely reflect the performance af the Contractar's scope of 15 work. 15 C. The Contractor is responsible for the quality of all subznittals in this section meeiing the 17 standard af care for the construciion industry for similar projects. i8 1.�Q DELIVERY, STORAGE, AND HANDLING [N�T USED] 19 24 1.l I FIELD [SiTE] CONDITIONS [NOT USED] L12 WARRANTY [NOT USED] 21 1.13 ATTACHMENT� 22 Spec 00 32 15.1 Construction Project Schedule Baseiine Example 23 Spec 00 32 15.2 Canstruction Froject Schedule Progress Exarnple 24 Spec 00 32 15.3 ConstrEzction Project Scheduie Progress Narrative 25 Spec 00 32 15.4 Constructi.onProject Schedule Submittal Process 26 27 28 29 30 31 32 33 34 PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTIQN [NOT USED] END OF SECTION CITY pF FORT WORTH r•r is.cns srizr:x-r xeeauz nrmxecoN_ rxoc;�tvn nrmr�nta sovrx sms nar-.n oisr. w�sx rnr,iN thmenv. STA�TI7ARD SPEC[FICA'fiON 02389 Fc 02445 Revised ]ULY 20, 2018 003215-0 CONSTRUCTION PROGRESS SGHEDULE Page 1D of 10 CITY OF FORT WORTH PY]R-Ct79 �f[i�GI E2Gl'AI[i hNDItL'OON- PKdOR.4MANC1NtAlt SOUTH 5[0� ML•b. DISi. W&SS MAIN IMf'ROV_ STANDAAD SPECIFICATl03V 02389 & 02445 Revised ]ULY 20, 201 & Q03215.1-0 CONSTRUCTIOId PROGAESS SCHEI]ULE — SASEL[NG EXAivIPLE Page l of 5 � SECTION 00 32 l.�.l CONSTRUCTION AROTECT SCHEDULE — BASELINE �XAMPLE 3 PART1- GENERAL 4 5 6 7 8 9 10 11 12 I3 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 The foltowing is an example af a Contractor's project schedule that i]lustrates the data and expectation for schedule content depicting the baseline for the project. This version of the schedule is referred to as a"baseline" scheclu]e, This example is intended to provide gu�dance far the Cor�tractor when developing and submitting a bas�Iine schedule. See CFW Specificatian 00 32 15 Construction Project Schedule for details and requirements regarding the Contractar's project schedule, C1TY OF FpRT WORTH FYIR-CIM 51 K]?FT MCYALLi ANI] RL•CDN_ Yxo[;RAM ANU NF:AR SOU l H slnF NfED, ll13"1'. W&SS NfAIN IMI�ROV, STANDAAD CONSTRUC'TION SPECIF[CATIOAI DOCUMENTS Q2389 c� 02445 Revised JULY 20, 2018 003215.t-0 CONSTRUCTIDN PROGRESS SC�IEDUL�—BASELINE �XAMPI.E Page 2 of 5 1 � r � iri � u 7 � *�i « rn � �. {� � �7 � � a i � ,__....--�------� - -�--- — _ ------------- ,-- — � ---�- i � 7 � , . . � --��— ' ' S ' � i � G 1 � � c � � ; � . i i � • ' . . � • ' ' '— . . � -'--._._.,;�� � ...,._: ��.�...-�-' -- � _ ..-----'-•---' ' � ' '"'" ; . ----' ' --- --' ' J j - � � � j • i I —....���I"""" '_""' 'r•'."'_"'L"'..._.• �� ..."'--;_. �_, • .��.., . _�_.� � _. . . . � k I I • I • } . ; : ..---------- �--• ---- i� --•---t-------._t. --------, —�---- -- ��------}'_�� E----�----, -•----. ,�._ _.�.-----• - - �---- . - I I c I I I � -----...--�---_._� �.�..�..i..--- ' " ' " "4""_""" I.. �� � "".����.�...�i �'". ;r ,'., � ,.. � � C2 4 � t� � � �'�'+ qr YQ' � V � �,,, J N � � � �i 4� �■�� V � ;i � i�� :I 's „ I 1 � ��C � --�---5 � � I � � � �? ' '' �} .._:.�...�... i�--------a---- ��� -- . i ...---�-;: . _. �----�---�... , � ..... ---'-'. ' ' .-' -- ---- � � r , _ .., . � . ""_"""" -•4�----- -�-----J-..__ � ---.-------� � - �--,----..., _.,., -�- --- ��;--�-- - - �� --�... . �,� � -_-�--�_---� ---. _ .... -:�-�-----�- � y „ ., � . � � . � y+ . � ` _ _ . I�. , �. � . � � � ��. I- L. I' . I- :_ C_ ,. •� — — }� 1l; , . .� " . „�:.„..,. o;�;�;d�w;.5: ;;.f���i:i }1 'd '. „ �;':, �d �# :� :a :i :. y lk�:, ��� , � ., � F�}��*. ,��y `1C ��"�:� t��i?� ��'� u ,.�a t ' i I i.a J G i'� � Y f, v i+ +a3 4 Y .a ��a � i . t ri ��. � �� ��i i . ��I n r i . i�l �T +� rr +w'N y .. � � � � � � � � � � 4� .� �� � L71 � � (Q 7— *; n� � � �� 7 0 ��,. � „� a1 •i�y ,. �� t, .� F, ��L F' il �` il r� rr�i �v 4 nl r. ri il f il r{+I il a� � li 2 si I � QJ ., r��:� �� f ,L � -4 � ' ;S '� r� F�+�� ' �, � . h y� �� �L� i�l i ` i` '! ' . . � `! d' �i� ��� "� 1T1 1� 1 6��i �} R y; iN Gi i:� � �'� �� � i} '1 ��� � z � 1S `� � � 9 "I �r} `�• d f = c".. �� i �_ �5 '' � d. J, �y � � O V1 _ � ' � ; � ui i �i `-' Q = � y ;{ _. � � � � ' " , , � ��i .� ��� .� ..� � .� �. �� .� �� � �. .i i�� ��. t� w �. � V� �� � w ., �� � �. ��, �; �} ��� -- ��� � '�, �, ,� �' i : '. � � ;.i : '; cF a •. �' ;j :� � � :i ' t;'4i a 1 ��+ +4 ;�' '�� '�' '� ''� '� ,� � � •:: r�. r,� �i �k � �y`� �� �i •;� � . � q � �q + i S�l c' �' '��� ' # � � 4+'+ �I '� � 7+. � �f i �� �� � j� ;�� � ;f �: 6 .. '�' ��P � � � �� ? ,L u � �4' � � •r',� `� � ' ;: -"', .� � .F I� "� � ;�1 � � � o ��. �,�- � R y �"71 v. �� ., V� � c� � �, � � ��+� _ ��. .r �� �F � a. �� Y, fl = �� � � � ,� ' . — . . , � . , � _ � . , r �. . � � �. f i � � �. � � 11 f l = � S: � �r ii�r - I� ;; b' �$ �°i �• y �+C:�I ' c �. " . � I iLJ � � � a I � � L1 C I �,[! • 1 � � ,1 �j}� I� 9 � � Y {� �� � ti � � L.Y • � � • � � � �� � ti� , n I� �. � 4 I ' � � � i t� '� � O # � � � � I `- � � a � � ,U, p � o r� �-5 �'u u a _ ' r� -ti �f �j F. �" r� f �� � � y *J L' n`n � a � :. h * ,�+, � . �� }' '�J r {, u L 'il � Q � � y� } N ,�� 7 4 4 i � al ' L � n *� � '� � 'r �a . ;� � � �� f� lL" � �i � t I L� ;,. `�.' �' r , ;, � i r } i� F{ I� +L� � r _ � � n •� � � �1 n � .I #. LL .� � � n �} LI '� � � � r� � a �� J`� � ;` F �-� �. " �:� R?�= �' m n E N'' _ o ,� � � i. M1 .� it N � P F ' F � � ' ;i Lr. � F� � � 3 � Fl r a '�; .:� .G t ti �� i y'�+�A 3-. �i�'i�' �: n^rc �7F�j wi' i'��;� � r 'fi � � 'rn ,� - ,�r '4 ., .., d4 „ ., rt , � . � ` ��r St��i�?�'r,�n� ��r`_i.`� y.i�r'p_w.'�i'rl y . �� � +� � � I�1 n i f r�.;' * � � . �� .� :' � .. .� •i j� � � ri � ., �. � � 7F ?� : R� � tt � #� � � ; F . m �i �4 � ' � CITYOF FORT WORTH FY18CD9STRE�I'RGPAIHANDREC�IN PROCE2AMMInNGAHSOII]'H51➢EMG�.D[ST_�A'K93MAINIML'ROV, STANDARD GONSTRUCTiON SPECIFICATION ➢OCUMENTS 02389 & 02445 Revised .TULY 20, 2018 0032 L5.1 -0 CONSTRUCTION PROGRE55 SCH�DULIs-BASET,IN� EXAMPLE Page 3 of 5 1 Z � e�, � i� �� �� �� � a� , �# ,� �� � � � � � � �. �, �t i..� � .� � � ... ��._ ��.�-----.;. -�---.� .� _._�__. . �1.-�_ � ' � � � � - = . .,..�.--�F., , ,. .,__�_�,.,�.. ,__�,,,,,.�.,.----�--�...,. , .-+----: �. .._Y�-- .�. -�.-- .. .�------�.... � � i "� ';" -T— r.;� � —r��rr�Y��! �� ----i� --- ..E �-_ � . ' � � ��:.�------�-- ���_� � --�_. , �SL�� ...,�----�,.�C��r� - � �-- —,,,;__.. ' �---�-� - -; �r� � � � , � --- •� -- -- � , � ��- �� _..,-- ��--. . . --=. f------ � . . -�------.�....._ ; .�., _ . . _�__ _1�..... __ t_ ...�.a..�-- ,�,`��ti,�.�FF.�.,,.�..,..�.,, � �� i 4 w. i, i. ... ��F , i �i .�. , i i :��:," i. �i '' rt J� � +' 'i; :' ... � .� .� •. �f. ' ' '� ;; 9 :7 5: �I hr�'.i "� '~ .n k, �.� �� :I � � n' %o ��! :L� � .X +� ..� .� �� u� �a �� � � s i� �' �l � � � o is ��� b�la �� r�i �` .n I_ r L.i [a �i r� � K� ; 's,s c; �,� ry. ; .e ? �,� ��: � �� i �" ;; A � ^ :1 ;{ �_ , �t � 'ry . r xi i . .. iF '� z ai ii� �i .} 4� ai �i W W.� si �u ri .� � �� . . � . ;=I �� �� U �} � .� _ . R .F , i i . �i ii � . _� �, a�� m ,�� � i. 7 iJ� J��:�.�t;��.;�r%�A';s.�:.:,;t,i�r�,' ;;:�.;;� - ..;:�;';�_; ,a��:��.��; � � � i T � � n � ,� i � .; �� 1 } �' '� `i ^ �� � -" �i -u� � `, q �S 4 �� � ' � E�. � s1� � �ti � _ � .� ,�-.� F� `F � r .ti '� � � i� � r 4 � 4S 7' i� iry � �' _� Lk � c _ �� � � - .�i i ' " 3 � i . � . _ . 4 V� ��. •i n. .� ..� ,��, n! o�„ ��r *i y- ui � ,. ii ii i � TI i . ih.in .w . . � �: ii '� '� -i = {� �� ^ b }� S{ ^, :, : ,a " :i L .� ;�l io { { � -� �' �. ��� �� ��� . �� i� ' �+ ii i, i ' � x , 1� `f 4 '{ , � ^� ;, `; ., ., �� :, `: :: �� :lq ��� ',�1� � � 1�?' �4�'r.�� � �n° , 3 � :��I���� �� 4 { �ti � o � �8 -w ? a� �f, _ ' +i ri .", i': � :'. �" � :�'� �f .�, ��i �2� � � �i. ��{ �h �. � I'i 'i SF 4 �i � r I �7 .i ��r . .� �„ � u 4 � � _ " ' n r k� „ _ � � w �i "� °j �4� .� „`� _� " �' f? - i•� : � ` �$ �n -i �� ,u f� T�, , F � , _ � .. , , . � :i ; � �_ . � 4 �y ^ ;. I , , � F l � , , . v -' - I : �: � J � .. , n - � , .. , , . : � � . I � � US � � ax Q � n F � � V7 � � �..� � � 3 � � �� J � �� � � � p a� � " � N, �� � m E' L _, c� a {r a � E n �� ii m�! A ��',� 'E � . � �� �� +� � . � S F s `` �l ' � L ;� �, 'r� � y�� �; " �} � 4 i; +� � � �� �� �' '�' � ' � x r+� � t 4 � r : �" :; ;' � � e � �, - � M; i� � � �,, ,� �, , ` �, � fl4., �CN .� u .,,,� ri L,���. , :`�1ST". E � � �� y A`:� � ., G`, �� :,�`; ��i2 � Y,7' .- ' - =' g �p �, - dSf � � F �i � il �.�, n '� �� � � � � � R � � i.l f� h� ~ •� � +{ �! _ �1 � n 4F � G T' '} ' 8' 'i r� o�o y �S �� � � � .� � s i rs n� ' � � � �. � { R � x n r . ' • • :� " � �M1i ;� t" � :{ : � � � ri af �i k � %n �i S; �� �'�� �7 � �� � �=� L A. , � � ,} i � . �� p `� 4 � . ii .i ��s ��' � � K �F � '� G .�, G � � cP Ci �a c � V � a � � � '� i� 0 o � � � � � � � b11 .� a+ a+ �� � � /�.�I� � �! .-i CJ p,i, F-� � I�- I i+ � �y — .:+� Z J L � � 'L7 d� � ,� f u u • � # ♦ Q • x � � +.. � � C ao p �I y :} iC {� � � '� n � i� � � � CITi ar �'�R� �7�RTH FYIR-c;D9 STItlili"I' REPAfI[ANn RECON. PRO(;RAM ATill hTAR 3ouTtI5Ii7EMF,�, bi31'_ W&Sg MAIN IMPftov STAAlDARD CONSTRUCTION SPECIFICATION DOCi3MENT5 02389 & 02445 Revised JULY 20, 2018 00 32 I 5. l- 0 COTtSTRUCTION PROGRESS SCH�DULE — BASELING EXAMPLE Page 4 of 5 CITY OF FOIZT WORTH , FYIR-CD9S7'R�IRFiPA1HANU1tECON.PRUa[iAMA1VnNFARSOL�THS1n13MLb.�ISi W&SSMf.FNIMI'�ZOV. STANDARD CONSTRUCTION 5PECIPICATION DOCUMENTS 02389 & 02445 Revised NLY 20, 20i8 00 32 15. l- 0 COhiSTRUCTION PRpGRESS SCHEDLTLE — BASELII�IE EXAMPLE Page 5 0l�5 1 END OF SECTION CETY OF FdRT W OR"TH I'Y 18-t r79 STRFi�l" AF.PAIk ANn RF.CDN. Y[20CRAM AND 7aGqlt SULITH ; IDE MF.I] ➢IS7'. W&55 MAIN livmROV. STANDARD GaAIS'TRUCTiON 5PEC1F[CATIDt�T 170CUME�+lTS 02389 & 024A5 Revised diJT,Y 20, 201 S . �� ,�: ' :� �� � ���. +;� .� . � � � ,� a� , . � � ..., � F. .��`. � � ,�. CITY OF PORT WORTf� P'Yt8-C➢9ST7iL•FTREPAIR�[NnRE('ONSR NEAItSOI1THSlUL•'MFD.OISTRICTW&Slhll'ROV. Q2389 & 02445 00 32 is.2 - a CdNS'IR[JCTION PROGRESS SCHEDUL�,—PROGRESS E?(AMPLE Page l of 4 1 SECTION 00 32 15.2 � CONSTRUCTION PROJECT SCHEDUI,E — PROGR�SS EXAMPLE 3 PARTi- GENERAL 4 The fo�lowing is an example of a Contractar's project schedule that illustrates the data and 5 expectation for schedule content depicting the progress for the project. This �ersion of the 6 schedu]e is referred to as a"progress" schedule. This exar�nple is intended to pro�ide 7 guidance far the Contractor when developing and submitting a progress schedule. See 8 CFW Specification 00 32 15 Construction Project Schedule for detaiIs and requirements 4 regarding the Contractor's praject schedule. 14 lI 12 13 14 15 16 ]7 18 19 2Q 21 22 23 - 24 25 26 27 CITY OF FORT WORTH FY 181;LYJ STREGT ItEYAiA Ald� Itlic:oN_ Pi<OGllAM ANC� NL'A[i coL1TII yil7F. MIiD, Dlsl'_ WacS Mp,1N f tv¢'ROV. STANQARD CONSTRUCTION SPEC1FiCATION �OCUMENTS 02389 & Q2445 Reviscd ]TJLY 20, 2018 1 � -----'---•-.. _ i r; �,� �� --�F-,.,, ,., ,. ��� ------ - - l� _ _t_�_,,. � � ------ . _ i7 ni � --------�--- � � ! Y41 N �..--- - � � ------..� �. ,,,,,,�.- -- i it'_ """ .. 6 � =-----' �L h J i��� iit i� �� u u-I � T Q � � %� �I � � .� � � A9 � i� �+� R �-s F 6} l471 I�, � � �yy�� � � ��4 ..I r. ., y' l� 2 0 � OD 32 15.2 - 0 CONS7'RlTCTION PROGRFSS SCHEDULE-PAOGRESS EXAIvIPL� Page 2 of 4 . . , , � � � � � � ' ' I a �. - ' ----- -. -"" - - ---••- ----- '._... - — "'_ ' . . �.,.."'— """",_i� �. ' "�" " ' " �---�--�� � : ;. r---- -__,,. -.,.,-•_------�-- ---,.. „�,,,..,.--T-----.._.,_ ---- ----------- . ---- ,..,�,,, ,,,,...--•--�--- -..,... 1,,,,-,.,-�-------f-�---.. „ � ---- � � --; - ' - � _I . .a.. _�_.� -- . � ; . . � � � — �� � _---:�:: ,,;; --..__. ..._. '� ... ..--------�-:--:'� � ;, ...i..__. _�_.. � — --�.. , ---�----- --J;.�,;, ..1,...-�---}-�--------�-�---... I � .'a��- -�--- '� „,... . , _"i""" � I,���. � _— y __ -��^�._ ��"'""'_" _ -"" —..--...�T � """F". . !.. .� • _.. """"""� r _ _ _ �" "S::_""" ' � '�_�E� _ _ 1 - _ _ ' _ IlYI'I'I �I'I 'I ii �1 �1 � I�I.iI il•il �1 �I�ti s� �r .�. �. ri i i ii ii ii �i i�i r^!i I�� �. ';{—ri '� `e .i s� `i •� '� r; ^ :-F�'-�.'.� '-7 � Ui .. �a n:r. i� � �'W �: �- I' K I' S r, r .. , .� iq - �14 lit ..I �i xi m Fi al n� �} .� .�� n m iry i�. �: .?I !��l`' I -f� " � `� fii Fy F�i ��: : i',: � � " �h J� ?� .Pi ?,; � �a a.� � � � }y ��j s, � y � � c� "� � i y 7; � � � � �� �} ;� � ,_s ,�� ��',��,, ,�; �� � = �i .�' �.3' � � � � � i�i � i�; ,,�'' ��1 � `� , , ���,� . . . a. . , �.�, r� .� .. t �, ,�� y � , �, ,. „ , m ,� .. �_ ., ., �, ,�, ,. ., ,,, ,. ,,, ., � .. ., ,� ;� �, .� ,� ,r „ '� �^ � � � � � : I �� "� ta `; �i ^ : �,' ' 1 }1 �a : ^ ^ I I '�,, ; � �� �� '-1 t� i3 ;� - f'� � �f} � t 4#'i'�y��.� V13����}*{.i�,}'�' ��'f�f.��Y7�����T��Y� ��i� cl H 3 �I .'� a _,� �'r� �.'� ., .. - I I. � �'i E� I.- f E' °� � i Pi � . �� , ,�j' , ._ .., ., r .. w �, �..� , �� ., �. .� ��� ., A, „ V, „ ,�, . n _� � ,� �n � � a, . � r ' ♦ . I L� �+' .i �� ti _±�1 ��I �Y �' {:� fi i' r i �� �� i�i �� �� �'� �� f+ il�ii �i kY I'I L{y s� i ai �A� �.� ii f� �'� "� � � � � J. � �, � `t , t, 1. J, � ti , � }� �s ,� '� �, ; 1� �C � JI 'i i, {� u �S � 4 4 �I � i Ir�� ��' i � +� h * 1 � � '� F _ �' cM �' 'r � � ���i���' I� � � S, � is� .4 �� � � �h i. �x _� ,� ., ;} � ; _ `1 �7 � t,: r; � ':� ,,, � � � '1 '1 �' � �r ;: �; �'' ^ t� , '� � ��� F. ,�, r; ;' ' i , � � '! i� �? }a .i � � ' �a 5: � ' .z � �� � ''F �4 �J .�t y �;t-. , �x'�' o � i� ,��tY'�?�"i �� 's' m�� �I ��:�ry��.���������y� s*'�: �'I �� i� �'� �. � t �5 i� � �+s i� -.2� �s i �� I Y i i:1 i� I. �� J . � F9 : K �f '},-} � �. �,�u u �i o n n �, I�S '�uiG�u;a o � .� � � '.� � � i� _ .i . � � � .� � � s' S� '�1 t � �y.h� ;j ��• ��F � a;� ,.i � � �; �� _ �� i..i.� �.� � .� +� � 1y v '�� 9 r ,i �� :d r , - � , "S; � � � ��� ��. �„ ��, „ �::I" _. ;;2 ', I � � � «.� � � ,+�:� o +� . �� � ' I III � O iw "� � a ,� O � V ��. � � i� W C!} �' � � � � :� 4+ � '� � � bn �1 `� � �i � i � � � F--I � �J � � � � � I I�I � �•�� �;� � � � � � � .� I � � � "� � E � �� � iC � L5. � � I � � `fi a' j I � ♦ � � � � � 1 � � � 3 � �l ii � �' � � �, �Jl a � �, � x -r LL� r5 _ ;�! j��� W b � `If +7��L � � - � � k � � � � !� � � � ' 11 � l� � � ' . � ^ � � 4 � x �� � � � r il �, , +� ; � � - 1 � � C J rr � � 4 � � �jl til � � �I'4 _ 'I ��' � l� C � ii �i � � $ fd �! ' � � � � `J` �'(� � I� � ' ' � � a Q' 4 l r'';'���� � �;'s'I� ��'J������� ��"1��y�1�da f�$L�2� ��,� .� �R � ri _ � _ . � � �- - +� ., � �.A,,,.,t.�r f�` � � � �7�� u'� F�r � R fl5 ��'-��r�� � i� ; � �j � u 5� '�','� �1 }i ;� �f, ��'T � ,- :� � .� � R y � . � � � `-' : " ti' ''' at a £ ',� ei o � �� w 4, :�I � � � � � J CITY OF PORT WORTH FYIft-CD7 S7'1{GIIf REI'h�K.4NbRLCON. PRIX7ItAMAA7Dl+�/�u sO1R115[DF,MEU. U[ST. W�SS MASAI ltrII�ROV. STANDARD CONSTRUCTION SPECIFICATION DOCUM�NTS 023$9 & U2945 Aevised JULY 20, 2018 0032 L5.2-0 CONS'1RL7CTION PROGRESS SCHEDCILC—PROGRESS EXAMPLE Page 3 of 4 1 2 � � � r� e 4 � ry � �a �" �: r� c iJ. � � v�-* � � D U � .� 0 L � .,,, ,,,_ �_ ,.... _.,_:.---- . . .- ----� ......., ._ _ „, „ ,.. f� —_ .. ,,,,. ' ' ....--- —�-� - --�— --�--- _ .. . '--�-- — ,_ .. -�-��--- ----�--... , _..__. . , � � ----� . _„ , __., , . --�-- �,... _._....- ---- ,-..-.,,, t.. , � ���- - f _.:..., . ,...;;--'-- �----- ,_. . , . ,�-- --- .,,, , r-� � _ -- ---- � - - - - - .. _ .__ ....-�� --� ...-�------� -� - -- � �-- _. ��_ _ ..__ . � w, , � - r T ' ,_{r � y'-�-------�T-� ..._------ —�--- - - � _.. , : � ' - - � - --� . � f � , - � . � . .. - ' -- -----ti -- -. . . , ..-�----- ' r• � � o � — - ,— - � ���----_ � 4 �+,��- .. "' "' � � ., --•-�� � � �- ' f�� � � -� � �� ---... _.- �.- . a _, .:�i — ---�- � �"� f .{., . � � -----�--�_ ia _':. �� I- , ,,. . ; ..._ � � I ------�--:',:,'..-�__ : ...,.�._ �_�-- ; � --:r�:: — .. . -- ��..-•--- • �-� ...,,. ,:`i � J —'��— — --- -- � _�... --- � �--- --- �� yi ��i"i, .. �i �� �� �iJ.i rf .i .� t�-.. t �� �i'<. ��;"i'�'�.- � .i'ri z.., r� ��. .i .i.i �. itl �� I � ���w�a.'.�lulul� I�n a..r.r„�„r... r.��.�,�.,. ��.�� ���,.i �.�, � �T4.� �,. � � �- �S'� �•' � •� kl S1 :� rl �] Y "}I � � ` `� FI il;,l 4i [. "� �I I� �� <I Y�2: k; a l7 R :1 � : �:�� ly ` � i'ti+T��t��4j ��+5��� ����5�.��i.i�, l�h n� +� y�}n.`, i k;� y� •=�� t�r:1� 'ti }� '� � I t� �I �,� r'�. � r; � �� 'J� r �� � '?' �n !� �, �; } _ '� y � ti u � } �� ti S ;J � � � i�� t� � �4 ��� ��� .� .� . u� rt. a �� �� ., o, �� ...�� . �� .w ., o. �� �F w r. 4,, i; +� A, i� � � r,a �� � �� u ii iy �a r1 � i f � '� ril'4 ��} iy �i fi S� ��, i', �� {: _� �`� i� �i � if #�;�I �i � _ [+ ''I iw �� � +F ' '� �5 � � � � 'Y � � � I� Rr i�i { L�' � h Y M1f5' 'F � � ' '3 �i !J � r !� r, . �� �_� .I a�� �: � = . � , , . ;4 - �� :1 � � ;1 :� � i � ?, h; � � ��� ��i i .� � .� .,, i; ii .� �i. �i� .� � ,ii �- w �, .ii i� -ii .i �^ . „ �,: • i�; .� .Y ,� _� � . i,� �{ � ;?:� :,� :L � :: � E' � i k� � �n t��il +� ', bj i.� .I ; � ;�7 .a '. �} � � i� is ��1 ;j r. w �`i u ��i : �. ��}5 �" � ����'y� '�;� 1_ h �� Ci � � � �= � # ' ".'t� � � i� A � �� � '� ' +� ti s` y' 7 y� � ,� � '�'I - y 1 �d ? i� ��i�s� • -c. � , i �ti �� . T � a � � ,•;i s`� J� _ r, . �. �� Y4 �} +' '� ^� � �.� _. �. �^ a �� i �^ .i .o .�� ;. ; � � .�� .�� ,'� �i. �_ � ;: '� �� _�� .n .�. , - `w �j �� ;1 : .�i �; �.' , �.t i�� � n r. �, i� ,. :7 �v }I y :; , :�i � �x •i� , r, 7�1 �l �1 L i _I . . 7 - . f't{'3 � � � '�� 3 ` 'i ` ��ti���4��� � it,�.�".;'?������ 1�g��:� '`".�7'���# �'�' ya ,��, u �' � '.' .a .� �� .. ; � ,r, i� :h �; �� :.'I :'� :. �: �`� � � . � ��i �'; _ ��; ;�; ;h ;�; ��; , ,� _s �. �� � u'�o�.�,- '�C.��. �r r. .�V . . f � ' ' ' .,� � �C .. -� ..� � �� u ., :a �a , f� " %��o.' . tr �'9 GI•�•�„,;,' .RaL'„�i;•�a,���,,,„_r��,;.a�,�� ,;I_:� . :��..,1x��,. , j,'' •. �� � i � `•� "." +� ,�',i " , � " t] � ' � ;' !" i. � � � }l �'i � ' ' �!i iii u. �� i{i _ ,,, _ �} ,. �$�� � �i � t} il � { 1 u I � F � I�i ;� � � �� � �' � � � �.�' � U� � 1� ;' u � � � � �; � � } ; tl �.� � �s� � �i � F A FW1 i i YS t� u ,�.7j �'. 't i;�'al � A a � � "4 � ^ � b � :� 4}� nY�, �. L Y.� 7 � � � �. � � n ; �' '4.0� ' � '� � � � li FS � ��ii �I :'� � t' � � ^ L y ll � # �y � '- � � IV +F �4 IL �ii } l 2iw � V FY S �� ,� 41 � }� �il � �T J �"" II J ' + F� I� � � � � � .i i_1 [�y- •� ��i r �,��}�� m� a�,{` �'•��� �f/i��kI�5.'S7; ���e�� x �' 1'.I:`�h�,LI} '�" f {_ 1�% fl 1i � 5i F� ���.� �� 1.� 4} 4} h L i1 ri C� ��'� � � SF �� f�a � 4! F� ii�LS i{ N Y� � �S r 4 V C ;i � M i ..i .r �- r � e- r• � -• � � .� � - � , � 4� :1 � !� i� }�� f,! n � � � � � �'-0`� � i1 {� nI ..'� .:l �,� a � � � !i� - L. � � o��.� U � .�� �� � ��� �. � ; �, - „G;�i�iny� � M� . �' _i � � � "� � � k""' � C7 � � A � � � � � {X} � �Q � O � � ,a .� � r�'} � � �. bfr 9+ .� .-� �+ C�H � � � � ..a � � 1� � � l� � � i li � �1 � � � .� � � � � � ... �� � �� 4 � � � � � � � L' � ���ij S' � 4C � V � � � CIT�' aF F'ORI� WORTH FYIg-C:�9SfRF.F,TRL�YAIKA�1nRCCUIY.YliC1CRAMANUNF.nR50111'H91nFh7GU.blsl'_ W&SSMAlN1A9'ItC>V. STANDAItD (:ONSTRUCTION SPECTPICATIbN DOCUMENTS 02389 & 02445 Reaised JULY 20, 2018 Q03215.2-D CONSTRiTCTiON PROGRESS SCHEDUL�— PROGRE5S EXP.MPLE Page 4 of 4 � END OF SECTION CITY OF FORT WORTH FY lSL`D9 STRF.�' �PAIR AN!) HtCUN. PROG1iAA1.4NDNEAR 504If1{ S16L MFn Dlsf. tt'�SS MAIN 1M1'ROV, STANDARD CONSTAUCTION SP�CIFICATION DOCUME3VTS R23S9 & O1445 Revised ]ULY 20, 201 S QO 32 15.3 - 0 PROGRESS NARRATIVE Page 1 of 1 Reparting periad: Project Name: City Project No: City Project Manager: SECTION 00 32 15.3 CONSTRUCTIQfV PROJECT SCHEDULE PROGRESS NARRATIVE A. �ist of actirrities accom 1. (insert text here) 2. {insert text here) 3. [insert text here} 4. (insert text here) 5. (insert text here} 6. {insert text hereJ Date Issued: Company Name: Engineer's Praject Na: Engineer's Praject Manager: hed in the reportinq period. B. List of activities ta be accom 1. �insert text here) 2. {insert text here} 3. (insert text here} 4. (insert text here) 5. (insert text herej 6. {insert text here� C. List any potential d 1. (in5ert text herej 2. (insert text here) 3. (insert text herei D. List any actual de 1. (insert text here) 2. �insert text here) 3. {insert text herel ished in tl�e next reporting period ys and prrovide mitigation actians and provide recovery actions City of Fort Worth, Texas Construction Praject Sched ule Narrative Report for CFW ProjecEs FYl&IX}95TREEi REPAIR ANU RECAN, pRaGRAM ANO NEAR SOUTH $I�E ME�. DIST. W&55 MAIN IMPROV. TPW Official Release �ate: 7.20.2018 D2389 & 02445 Page 1 of 1 00 32 l 5.4 - 0 CONSTRUCTION PROGRESS SCH�DULE — SUBMITTAL PROCESS Page 1 of 6 � 2 The following information pravides the process steps for the Contractor to follow for stabmitting a projec# haseline or progress schedule for a capital project to the City of Fort Worth. See CFW Speci�cation 00 32 l5 Construction Project Schedule for details and requirements regarding the Contractor's project sche�fule. 3 PART1- GENERAL 4 S 6 7 8 9 10 11 12 13 14 15 16 17 If yau are not a registered CFW Buzzsaw user, please emaiI or contaci: Fred Grifiin, Buzzsaw Administrator City of Fort Worth Fred.Griffin@fortwarthgov. org 817-392-8868 Using your registered userna�ne and password log into the City's �uzzsaw �ite https://proi ectpoint.buzzsaw.com/client/fortworth�ov , � ��:� �� sECTioN oa 32 is.4 CONSTRUCTION PROJECT SCHEDULE — SUBMITTAL FROCESS � � l8 19 24 21 22 23 24 25 . . _5 � � �9rw Navigate to your Project Folder. Verify that yaur Project ID arid Praject Name are consistent with Project Folder Name. Navigate to the Schedule Directory under your Project Folder. The 00701-Fl�seed Drainage Improvements project is used for illustration. C[TY OF FORT WORTH k Y]SL`F?9 S7RGF,T RF.PA]R AN� RECON. PIiW LtAM AND MiAR SolffH JEDG MGD. D[ST. W�55 MA1N Itv]PROV STANDARD CON STAUCTION SPECIFICAT[ON DpCUMENTS 02389 & 02445 Revised 7ULY 2a, 2018 ao 3z t s.a - o CONSTRUGTiON PItOGRESS SCHEDULE--SUBiv1ITTAL PROC�SS Pagc 2 0#'6 1 2 3 4 5 b 7 8 9 ia 11 12 13 14 15 16 17 _ Eti � Ia«y �, ,Y � +ea . � ��f..i �i. .. . L���:� ' II �' I � �� i �f i 1� � ' .rr l�+ i � .l J� Yi .f i t � h1� -ai -� 6R f'1� • y w��i�-r�:=tiu.��.�� :���.� : -J:� F J Fi-u�uF ,�] w �� •�,� � � J .c-,ii.�a� � �j :r��u ,J ��.�� �� J���rt,�.�xe • �j.t--o�t�u._i��. _-�s.;. � �ht+r:L.,��+r � �iV_.�_i,..tr.fi � ,Je�:��yR.i, � �� �j�Rik. - � °J'�3-Uo�./iatru��..�r� • f,�` "d'�G �lA�SR�sefiulo-� • �, iU:3i L!'�,4K4�`fi:xle��f � � t1�`75 {lyrSYY�bsGalw'i.r , b..ii�i4 •�y.MyY4.1�iY�W."e. } W - � r�i F'M4L�1�MR.3YI{.h. �i �.. �� rn�a L4s��,w4 f,r�ilr:. �.�, i • �i7hrri irti fr�i '�}^�?i. i�iwr�'rwF.t.�--v«3�'� •�na+�r.r.r#.rf��ai kat-...r,n - �S t�.'� � r. ...+-.� N �. w. I }� .���LwI�I.�Tr'jFP1R5�lYr3fsl5���.l�rmNlfl..�r_h �If}F. ni .�. r�--- .. . . :r i ,�r . .., �� �.-�n`.� . .� � Two files will be uploaded for each submittal. A native sci�edule file fartnat either Prima�era .xer or MS Project .mpp and a PDF version of the schedule will be uploaded Verffy that the file name cantains the 5-digit Project ID, Project Nam�, and Submittal Date and fallows the standard naming convention. Initial schedule submit�al wi11 be labeled as `Baseline' for example: 00701-FlaxseedDrainageImpro�ements-Baseline Schedule submittal updates wi11 be labeled with Scheduie Submittal Date `YYYY MM' for example: 00701-F`1 axseedDrainagelmprov�ments-2409_O 1 Expand or select the Schedules folder and add both the native fite and PDF fi1e ta the directory. From the Tool6ar Select �A�irl Doeumerat cI�l'Y a� �'flR�� ��RTH CY IS�CU9 5'fRF.f;T RL+PAIK hl3n HF.CON. PftcJGRnM AND NfiAH FOSITH SIbG MI;IJ llIST_ W&55 MAIN IMI'Ii6V. STAf�iDARI} CONSTAUCTION 5PECIFICATION DOCUMEN'PS 02389 � 024�i5 Revised .TULY 20, 26 L 8 OQ 32 15.4 - 0 CONSTRUCTION PAOGRESS SCHEDUL E— 5UBMIT'fAL PROCESS Page 3 of 6 1 2 J 4 Fr+ eoi �,e.- '+nn ^'� �" �J- flo * � � �� J R�'� i�l—n� _ ...e��w '� �sn. � ' J 'aid5' �� ,� "� � . �� }ri al �+�i � �� iu� , W ' Y'�^ .�� � �� �� i �� CD,�pI .�'.s;v.�}f���: �-r:�.s�n'�wi�x Y J lit!'rur - .J eti rte:,x_rc-- _'� irrah�.rh:r �J [�ulrm�r. F .J Ct�,necLn� J [+oris�x�x��.e . �J G.�u�d rorkec�'+w,i�.i�ii ������r.-� . �� �'�_�Ntl'�n.;r'4i F_� F412�.hl:flii��i J n-�M��Y ��Je:-��i,. Ya �� {�we.e � i*� W7Yi:�[�}TK�4#oges[trrnl�_w,•••�rz � "� fAiV" �u�d,5lAWafenYalCUs'.� so-�� � � i��p6�L4ae�+5/+�ptF`.E'?�"�'1+�' �'.� 017Y7G � LrSr'11� ;£ i Y.1�. I la,i rn• . � C�737�Si�'+Iaie:envpdwSi[•7Ua'fl• � ?'�� u07:i-air�u.�i�RJ.i�o+[m'feer:{p_- • i'� ElOT76-6.:sR��'%1��rT��tlr.nloLrnib � i�?y €HI7ia-�1[rNlf,nn� ' � k�43_c-=anmer[rlrr1iTrurrrritc�l w � -y'�li..::�� i��r'. r,r� �r�.'�J 1�5:iaarll � 5 6 7 8 9 10 ll Select Browse and go to the Iocation of the files on your desktop. Select Open � � .�� : ' ,� _j!eertt�re��lal.Nlkd^eao-Y7r�ak �0��[#'+�er.3n��atcc+�r���rpyW [WUrah, �cY�4at ' ;+'." . � I � 4uou�nyhY* _— ... alla.F �nr.r�it Faa ILKa I f� i uui�r _ I i#o-�� .""'_I.. — :cd L�N rlokf � axn — � � Lt:Km I;�C4��I' 'i �0" � I J.Wy'CC�R+�lll �.�"�`ff ". :I�"'Y-' �1 � � .��1 ��V:��N+ ���S�f�'e�Fi.+ �IrFV.r. M�hl4�hi'..w6�.,_�a :a:lh.r�or:e .wY�r� I� �a6�i�OGU[_a'rulmavl � Earifr-rr.��por r. �,n c,. r.a,:. �io,� r,:� t,k.,r L •� �o���..xd� �.�cdao�rt2n�� �s- L�17�Ir.RL4P!a eaNr�rti�l-�!�{*'rt71 � �F.lo-p�ic:.nir ,jM�_.��1uu.Rc.e YRa { .tj�Gxre�lh �%L'.1{�,flRr.fce�-LCva��J� �iPnn:F-+`+1`-.u�rF �l�nsi [kf,p���i.� i,.{•1�:4�hli �I.'..FFIr^J�L�SI �P�ers�:,.un■o7.� }Y y 1�!�F'n•�RTf�fM ��flr�.i vP.l:'rr� r ♦ I ��i#��..}�Ilkil �`�'�L]['_'.'}il� `GJ�r: ��� }T+..1'. � � ��+�rn��rn °� }IrY�+r4a ,�Ihlri.i.rl4nri�nNi-__�Ii�3FO4Ii� � � +� � � �F'i�ls'}k t-nonr � #I LT'C ��ISC!} " __"_ . I 1�}O�r�.M �•iirti-i �I .�5+' The file will appear in the Buzzsaw Add ta Project — Select Documents windaw Select Next. Da not s�lect Finish at this time. GITY OF FORT WORTH NY16-CD9 STRYIiI' RLPAIR /�NI7ILECON.PRO(iLtAP.[AF1f�1+1&AR30USH SIDEMTiD, PIST. w&SS MAINIMPttOV_ STANDARD CONSTAUCTION SPECIFICATION DOCUMENTS 02384 & 02445 Revised JULY 2Q 2018 0032 ]5.4-0 COIVSTAUCTIpN PROGRESS SCHEDUL�—SUBIv1IT'TAL PROCESS Page 4 of 6 1 � � Sl�rliL��na+b�#dd14U�r�ul�wmN��Y1n�s3ndso-addho-a�hMoeNl4epe�r(pp491'�f+7� , r��,� M1� � RMYhFrn1s hkrrihConmeni Fi'cFome _ �IAOlhtln �8,;r_..,� _L �oo-ro�+'Iexcee�sxeheqeL�av��K_ar�9.�,.rn, r.��'��,�Kr.ta,d.,, ux.�... �{i�o '�8�n1 Euml F#tll�-sbXi 2 3 4 5 6 7 8 9 10 11 12 �3 � � I � �k�r I Fay� I '___.. - --I �� Yot� will be piaced into the Attach Comment window to enter a record into the Project Schedule SubmittaI Log. Enter the Froject iD-Project Name-Submittal i� the Su6ject Line. Type Sub�nittal and Catnpany Name into the Comment window along with Contact Name and Contact Phone Number, S�lect Next. . I" � ti.i i 1�IL 3:I]III'YfII� 1IN� L= J' h� IIY \YIfWI �MVf1�5G111F tlTJ �}ll II.V4+lSCNI IICIII i511 Res hR[Ip rr11Ed. 'h-, ��7ea � ov�md ��`�lC3 �annvnY5 r �d�l�a+�t��1�����oc„�n, '•�4Ttb€!� Coo�mrnk I .! I B * � o I_i I'� I� I I# � I� � I J L _.I � ��I I �� � 14 15 16 17 5[+d Enui hfo-+fk��n I � y,o��_ s`-�7SII+lr�.x��wqof�rwnremei,�fiexh-r - - ScFx�tl�i-'rJ���rl�l'r41�*. i.?ryvn411d�7�_' _ CI���[;yll FiZ�me f�an� i � M'a�e J€ r4'4elrS.y»5114`=+_�tlelkanCu7�6y�rrle�e'hor5-wko4r�lllttwlu:a�7V E3.�4U.9 ��_m'IucLl'r:me ��nrwsLi I�Ixnd �.aad� tkx� i I ��.r� . I rn�4.. I +� —I You will be placed into the Send Email Notificatian window. CITY OF PQRT W ORTH F�r is-cn� srwr;r xeeniK arm accax_ Yeoc� awn rrit�a sovrH,u�s nnr:.n. nisr, w�ss t�nm in�kov. STANDARD CONSTRUCT[ON SPECII'ICAT[ON DdCUM�NTS 02389 & 024�15 Revised JULY 20, 20 � 8 00 32 15.4 - 0 CONSTRiIGTIQIV PROGRESS SCHE�ULE — SUBNTTTTAL PRQC�SS Page 5 af 6 1 2 3 4 5 6 7 8 9 10 11 12 13 Select Ta and ihe Select Recipients window will appear with a list of Project Cantacts. Select the Praject Manager as ihe To Recipient and the Froject Controls Group as the Copy Recipient. _y r-F�,.��._Uz.-= ��.._ .. . , .� ,�=,,.P�. I 4r1� �„i.�.i� � . . . .. � �---�- � I �r� i I � '. � � �'F-� � I - I • I a.�.�� �i..... .._.��� , � � ti.. � . „ ai:....-.:e,. '! � �� t�•1+��. I± f� I;, p— l�.- i �� 4t.�— 11� j I M r hl . r.., � * +q •i� ir .i t� _ , • Yr ' i �. . . In �.. ... . r - . ,� � h �r. Wf.. �. Hli � I hi�.. . a � Y i.. . . 1 � , �� .. _r�li� iF , vl � .ul 4� I� �� J'F ' � . . ��* � {�I�� � �. .T .� X�I . � ..�M x .�I, . , ,. � .I �1. . . � . �i . i��r . h.. � ' � a..�-�. � I �, .• � .i4L�--.I i riii , y I ii' I .�Nt� I iry I Select the Paste Comment button to copy the Comrr�ent into the body �f the email Select Finish. r���_���Jl��n� � ..'�..IIi--F�'ll!�Yi:r'I�� — L! I J .. .� - . . __, - G'J.L_;'.=" �+c:... ��Iij:nG 4h4ni G��' �i or'�Soled R!t!_ TYiriiplsl}{pllr.r.�l 5i'1C€tlqpQlwnn _ _ � I� �61#icn�mr7! f n��ec,�unwa7� i . � �'�� � �..�_� J �:'SeIN�9l+rad Tn.�� IIPin:tnfbi {bLSl�ai loi� �f.�� I Pra�ncLiinlr�"L• �tWn f{{��. _ 1 � S�ed� P77�]#Io�rtlOreruG3naasG��7t5�6.?[{"M BS��,.r �' nPCJr 5�#.milirJ hnm �Crn�ww hl�!" -- ` ��oril�_i I �ama tC[1 iL6_ f�mr , l{}. 'L�PdaL�` AikSi#+�Ilidirnm"Crnyi.u}y"ly�'f� 5��[n:.�`-�QriN�di.pip:aruar; }I�:S!W � ;�:cr�l�:ib,r,^ 'rrnllf��frn� I �� 1� t9ark � � _F��S�,_I l'rexrl _I Fl�lk CITY OF FOIZT WORTH FYIfl-Cm51k6LTRGPAIRAM7[2ECON.YR�ItAMANt11+�A[23011'CH51dLMGD.DIST.R&SSMAINIMPROV. STANDARD CO1�fSTRiJCTION SPECIFICATION DbCUMENTS d2389 � 02445 Revised JULY 20, 2018 aos2�s.4-a CONSTRUCT]QN PILOGRES5 SCHEDULE—SUBMITTAL PAOCESS Page 6 of 6 1 2 3 The schedule file is upioaded tp the directary. An email is sent to the City's Project Manager and Project Control Speeialist. . r� _ „ 5 �.I 'n. . i � tl k . }� !- w� �.f ���t �i ._ G i�, � �� �� . , ,� 4 5 6 7 8 9 " `I �i� � s ,� i �--� 5 � ��if i F � _y � Fa4FNs ���:`�i r...�� i������i��� .�r� J.r.�. . ;}' m ,�.� ' � �a'n,. � wl �� �• �. �. � J . t� ' J'"'+iu�,� � _ �,*�n J �" �I• , i - � � t- J � . -. . ' J` � L�-s- � .., ��+ i, • � _ -e�� , �.i,=d, ,_�.��. ..i� �.- .F i..c�o,�.r, • "��� ,.InY..{y}��-i.iYai.�r��� . � rr.'}� V'�t'}1 +�'r!� i11bt_ � . � i�'Tw Itth �irr�'V "4+{'yF���.� � � rcxr� � � r�� 's z�-a� t. � � „7.+—�.. 'r.ir.:r+rx�.r{„n, i,� � {� �bFss.��i, _� MiCF rr- i iw i �.� _'?-.5 :.ys�� hr- .. � '. r�rJ � F� � .- � _ iF.�. - ir �. -� ::ii_���..-: � ��}., ' � �k� - . i � 10 11 12 13 Uplaad the PDF �Ie using the satne guideline. END OF SECTION Revision Log DATE NAME SUMMARY �F CHANGE July 20, 2018 A�t. .Iarrell Initial Issue I4 CITY �r F�RT WpRTH FY IS-L"D9 37[i�tif xSPnIR ANI] RIiCUN. PHCICRAM AM� tdN:AH Soi]TFI SI�G ME:I]. fi15T. W385 AAAIP111�rt�ficlV_ STANI}ARD CONSTIZUCTION SPECIFICATI03�i DOCUMT'NTS 02339 & 02445 Aevised ]ULY 2fl, 2018 00 35 13 COMFLICT OF INTEREST AFFIDAVIT Page 1 of 1 SECTION 00 35 i3 CONFLICT OF INTEREST STATEMENT Each bidder, offeror or respondent to a City of Fort Worth procurement is required to complete a Canflict of Interest Questionnaire or certify that one is current and on file with the City Secretary's Office pursuant to state law. If a member of the Fort Worth City Council, any one or mare of the City Manager or Assistant City Managers, or an agent of the City who exercises discretion in the planning, recorriraending, selecting nr contracting with a bidder, offeror or respondent is affiliated with yaur company, then a Loeal Government Officer Conflicts Disclosure S#atement (CIS} may be required. Yau are urged to consult with counsel regarding the applicability of these forms and Local Government Code Chapter 176 to your company. The referenced forms may be downloaded from the links pravided belaw. {��{/ .- { L1li�J..'!'WWW.i+��J.a�3U..L1l.1.1..IC1].LW1V1.14.7lVVlLL�lll+.ill�l'�.�J 1 ]ui"_�: � _ a�ti�.,;Eati= -�.u.-��ia� �cr�±::;•�..uFic�_ ta:�rz 0 0 0 0 � CIQ Farm is on file with City Secretary CIQ Form is being provided to the City Secretary CIS Form does not apply CIS Form is on File with City Secretary CIS Forn� is being provided to the City Secretary BIDDER: Reyes Group Ltd. Company 1 S20 Parker Road Address Grand Prairie, TX 75050 City/ Sia�elZip BY; Marcos G. Reyes (Please Print) S igna#ur� " .' 7'itle: Fresident (Please Print} EleTD OF SECTION GITY OF PORT WORTH FY18-C�9 STREEf REPAIRANd RECON. pROGRAM ANO NEAR SOUTH SIDE MED. DIST. W&55 MAIN IMAROV. STANDARD CONSTRUCTION SPEGIFIGATION DOCLTMENTS 03389 & 02495 Kevised Pebruary 24, 2D20 ao a� o0 BID FORM Page 1 of 3 S�CTION 00 41 00 BID FORM TO: The Purchasing Manager cla: The Purchas9ng Division 200 iexas Street City of Fart Worth, Texas 76142 F�a: Unitsl5ections: I`Y18-CD9 STREET REPAIR AND RECON. PROGRAM AND NEAR 50UTH SID� MED. DIST. W&SS MAIN IMPROV. City Project No.: 02389 and 02445 Unit 1: Water Improvements Unit 2: Sewer imprvvements Unit 3: Paving improve�nents 1. Enter Into Agreement The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with City in the form included in the Bidding Documents to pertorm and furnish all Work as specified or inriicated in the Contract Documents for the Bid Price and within the Contract Time indicsted in this Bid and in accordance with the other terms and conditions of the Contract Documents. �, BIDDER Acknowledgements and Certification 2.1. In submitting this Bid, Bidder accepfs afl af the terms and conditions of #he INVITATION TO BIDQERS and Ii�STRUCTIONS TO BIDDERS, including without limitation those d�aling with the dis�osition of Bid Bond. 2,2. Bidder is aware of all costs to provide the raquired insurance, will do so pending contract award, and will provide a valid insurance certificate meeting a[I requirements within 14 days of notification of award. 2.3. Bidder certifies that this Bid is genuine and not made in the interest of or pn behalf of any undisclosed individual or entity and is not submitted in conformity with any collusi�e agreement or rules of any group, association, organization, ar corporation. 2.4. Bidder has not directly or indirectly induced or solicited any other 8idder to submit a false or sham Bid. 2.5. Bidder has not solicited or induced any individual or entity to refrain from bidding. 2.6. Bidder has not engaged in carrupt, fraudulent, coliusive, or coercive practices in competing for the Contract. For the purposes of this Paragraph: a. "corrupt practice" means the offering, giving, recei�ing, or soliciting of any thing of value likely to influence the action of a public official in fhe bidding process. b. "fraudulent practice" means a� intentional misrepresentation of fac#s made (a) to influence ihe bidding process to the detriment of City {b) to establish BEd prices at artificial non-competitive le�efs, or (c) ta deprive City of the benefits of free and open competition. c. "collusive practice" means a scheme or arrangement between two or more Bidders, with or without the know�edge of City, a purpose of which is to establish Bid prices at artificial, non-competitive levels. d. "coercive practice" means harming or threatening to harm, directly or indirectly, persans or their CIiY QF F012T WORTH STAN�ARD CONSTRUCTION SPECIFICATION I?OCUMENTS FY18-CD9 STREET REPAIR AND RECON. PROGRAM AND NEAR SOUTH SIDE MED. AIST, Fornt Revised March 9, 2020 Ciry Pmject No. Sid Bond 0o ni o0 BID FORM Page 2 of 3 property to influence their participation in the bidd�ng process or affect the execution af the Contract. 3. Prequalification The Bidder acknowledges that the fpllowing wor� types must be perFormed only by prequalified contractors and subcon#ractors: a. Water Distribution, Urban/Renewal, 24-inches and smaller b. Sewer Collection System, Urban/Renewal, 8-inches and smaller c. Liner System for Sanitary Sewer Structure (Warren) d. Asphalt Paving ConstructionlReconstruction (15,p00 square yards and greater) e. Roadway and Pedestrian Lighting 4. Time of Completion 4.1. The Work will be complete for �inal Acceptance within 365 Calendar days after the date when the the Contract Time commences to run as provided in Para�raph 2.03 of the General Conditions. 4.2. Bidder accepts the provisions of the Agreement as to liquidated damages in ihe event of failure to complete the Work {ar�dlor achievement of Milestones} within the times specified in the Agreement. �. Attached to this Bid 7he following documents are attached to and made a part of fhis Bid: a. This Bid Form, Section DO 41 00 b. F2equired Bid Bond, Section 00 43 13 issued �y a surety meeting the requirements of Paragraph 5.01 of the General Conditions. c. Proposal Form, Section 00 42 43 d. Vendor Compiiance to State Law Non Resident Bidder, Section 00 �43 3i e. MWBE Forms (optional at time of bid) f. Prequalification Statement, Section Oa 45 12 g. Conflict of Inkerest Statement, Section 00 35 13 "!f neeessary, C!Q or CIS forms are to be provider� direct�y to City Secretary h. Any additional cEocuments tha# may be required by Section 12 of the instructions to Bidders 6. Total Bid Amount 6.1. Bidder will complete the Work in accordance with the Contract Documents far the foilowing bid amount. In the space pravided befow, please enter the total bicf amount for this project. Only this figure will be reaci pubGcly by the City at the bid opening. 6.2. It is understood and agreed by the Bidder in signing this proposal that the total bid amount entered be[ow is sub}ect to �erification andlor modification by multiplying the unit bid prices for each pay item by the respecti�e CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATIOiV DOCUMENTS FY18-CD9 STREET R6PAIR AND RECON. PROGRAM AND NEAR SOUTH SIDE MED. DIST. Form Revised March 9, 202D Ciry Project No. Bid Bond OD 41 00 BID FORM Page 3 of 3 es#imated quantities shown in this proposal and then totaling all of the extended amounts. 6.3. Total Sid $ �,33l�I1i.�0 �. Bid Submittal This Bid is submit#ed on Date Above by the entity named below. Respect€ully su�mitt�1, �%i�� � By: (S' naf re) Marcos G. Re�res (Printed Name) Title: President Company: Reyes Group Ltd. Address: 1520 Parker Road Grand Prairie, TX 75050 State of Incorporatian: IL Email: Marcos G. Reyes Phone: 214-260-3535 END OF SECTION Corporate Seal: cirr aF �o€zr woRrH STANDARD CONSTRUCTION SPECIF3CATION �OCUMENTS FYI&CD9 STREET 1tEPAIR AND RECON. PRDGRAM AND NEAR SOUTH SIDE M�D. DIST. Form Revised March 9, 2020 City Project No. Bid Bond 4042J1 Rm mirn�a5�_ ParcIN� S@CTION 00 A2 A3 PR�POSALFORM UNIT' �RIC� �ID �idder's Application piqece [�em ]nfonnoiim BiJd�r's k'rapxal k}d�is�l�em p�������o�i S�cl[wiionSa9iwxNo. I1ni�ofAteasare PidQuan�i�y VmiPricc HidValnc No. 3 731 ].0554 16" DIP SYaicr�Ral�aii� d Jain[s}, Ar.eP�^hlc Back[ll 3311 10 LP 617 517(. 5108.592-p0 2 73n.0744 3D" SVnter I*iie (Nes��ainniloiu�s}, pcccpia6le R�ckfill 3311 IU, 37 ] I U. 3� I1 14 LF 20 5249. 54,9R0.00 7 331 ] OaSI 1T' o� wnicr. Accepmble Rackfill 37 ] I 12 l.F 4p6 S122.00 549,532.00 q 731 ] q961 �2" Pl'C Watcr Pipc �R-l4, Accc�anDle Back[II 37 11 12 1.T 304 594�� 526,576.00 5 7311.02G1 B' YVC SVa�ef P�kc OR-14, Ancpfab2c �nckf ll 3� i l 12 Li 3.2iA 586 (q 5277,269.1q 6 7313.0251 6'DWWncer.Amrp�a6leAackfin 3ak112 1J� R71 592,50 562.061SD 7 J31 k.0161 G" PVC SVa�crPi� UR-lA. Amp[a61e Backlill 37 l i i? 1.� I15 3A5.00 59.77S,Op x 331 LOOfi] 4" PVC Wmer Pipe dA.14, Aoa+��a4leHackfill 37 11 12 1F 30 584.50 52.535.W 9 0�410�W R�7nmc5idewelk 0"14113 SF 80 5250 SG00.00 ]0 024Lk300 RcinrnvConcCurbBGmEcr 0'14113 LF 26 Sft.Su 5770.0(1 ]I 024LW0] RemoreC��aemDri�a 0247 ]3 SF 30�1 56-50 51,v50.W 12 02-01 lW] Wnlc�Li�icCnoiniuF 0'�4] ]9 CY 4 54A4.00 51.976011 i3 0241.110G lG"Pmssort-Piog ' 024] 19 eA I 53.25R.00 51.258IX1 l4 Ua41.ui84"-12"Yres.�urePtu€ 024114 GA ]2 53.056. 53G.G9R.00 l$ 0�41.121H 4"-12"WafcrAbandmnnen[Plug 1124] ]4 NA - 599G. 5k.993.IX1 l6 0241.110� RemovcxndSahrg.:4"-]2"W,IcrVal�c 024114 LA 2� &1.759. S38,G98.00 l7 U20.1.1J57RcninSw&S�I�Fc2p"iYx�crVai�r 024]]4 EA I 51,422pp $1,422.00 18 0241 1510 Acsno�e and Sahng� Fire NSdrani P' 4f ]4 F:n R 51.422.00 SI 1.77( p0 19 0'L411511 Acmo�cand5nii�gcllA"«'necrMc�� 024134 L•A I 5GR3.W 566150 2a 0241J512 3temo�eand5alvage]"WairrM1tctcr 0241 l4 EA 7 368k.S0 34.770.59 2] 0241.1517 Rvxno�a nnd Sal�3ge 1 1/2" Wa�cr Mc�c� 02 4l l4 F.A 5 5681.50 53.407.?0 __ 0?411514 Rum�candsahbge2"R'nierhlerrr 0?41 l4 ];A 4 SfiRL50 52,726.00 27 0241,1602 ReinmeConcr.rnie\YaicrVnull 0241 IS L-A 2 51,42�q0 52,849,00 24 0241,1700 10"Pa�amewAdrenn�irnz 0241 IS SY 73 56150 54,4B9.R7 25 3125.0101 555TPP a l ncr� 7 i?S pp lS 1 512.287.00 512?83-00 2[ 3201.01 ]3 6' WiJe A�phah P.�m A pni�.liesidemi.+l 72 01 17 LR 306 519.50 55.9G7.00 27 12m.m23 6'wiJcnsPhahYrm�Bepoir.Ancri,1 ]201 l7 LF ]22 52150 52.(23.IX7 28 1201A201 AsM�ehP�inlRqwii➢cl����lRfinedN'id�h,R�:siJcniiA] 720117 SY 134 53954 513.143.06 2`1 7201-�202 ASpI�rl��vmiRcpai.n�yaaJUfinedN'iA1h,Artcrial 7?0117 SY i26 SSg_W 57.i77.OQ 30 72D].WIR CamYw3�Heryir,RcaidemIal ]20129 SY 70 5140(q 59.8W-� 31 3201.0400 icmporary Aspkinli PavinF Ne�W �rS?" 1in1AC un G"Plexlrxse� 32 pl 18 I.Y G,3R4 51A, 589,pN.170 32 J?�2.0303 1" Asphall Pnnl Ty� D 32 12 16 SY 97 539. 52.847.00 73 3211.040] 6"Crnsreie�ai�zway 323320 SF 365 5]?SO SiSR2.50 79 321703�] 4'Conc5�dcx•xlk 321320 SF 80 S]O,110 5600.90 75 3214.0?OOPa�m-BrickPvniRc}w9� 32€416 SY IU S�a.Su S7,0G5Ab 7(, 3216.O1D] G"ConeC��ehandGm�ca 321613 1F 20 57g50 577o.W J7 3291.0100 7yrsoi] 729117 CY 2IX1 57&00 SIS.Gppqp 76 3292.0100 Black So�l Pls�rmrni 3? 9'-> 13 SY 300 55.00 51.SOO.IX1 3y 310a.0701 Tcn3�wiaiy WaierSernm-s (2" 7nn�rozezySittl 3] W 30 LS l 5219,?75.50 5219,275.50 40 370a010� TWnposaxyWatcrSerncesl6"Tem�ary5i�1 330430 iS l SSS,dl4_ 538,GI4.50 A] 3395ppp3 g"SYa�crlvicLox�cnnglwlClSr[Nackflll 330g]2 LA 1C 83,5a1._ S%,t52.00 4'_ 3705,0005 12"w��erii�+e[nwering(wIC[SAf6nckfilU 330512 EA � 54,75SOp 514,265.OU 47 330.SA1�3 [xp]am�arYGxuvr�ion�fN.isiingU��liiics 330510 }A 23 S76S.Sp 517.60C39 94 3305.0109 Frcnch5afc�y 3305t0 l.r 2.573 SS.50 SJ.85959 45 3305,0110 Uiiliiy�taikcry }30526 [5 1 5?,378.00 52.77R.00 46 1:sOS.p202 hn�wrtwle�n6cctlC55 330S10 CY 1W S14].00 51d,100.00 R7 1305-0?03 onportr.lEinbulmc�iNindfitl,ClSh1 330510 CY 1pp S(5.50 56,550,00 4R 73D5.0207 f�n�r[ed6mhrdmenulincxn],SCIcciFill 330510 CY ]00 576-Sp 53,R50,00 49 731 ].OIXII �oc�ilc Gon Wetes M'inings ' 93 u I] 'fOA 5 55.988 00 529.440IX7 50 3312.IXq1 FircH�dnnl 73124p CA 8 35.557.59 544.9600U 51 1312.UI17Comiec�inn�oExisiing4"-12"WnicrMain 731P25 EA 23 5?]73.110 3G?.779.OD $2 3113.0107 Cunn 7ion lo f'ai.stinF 20" Walcr hlain ]i ]2I5 EA I SG.l07.D� 56.107.06 53 3113Pi09ConncctionioLxisnng30"WaierAl�in 331225 EA 511,1)7.50 5^_2,395.00 S4 3712.200! I"1l'srerS��.�7emrRcuuui�riion 31]?10 [A 37 5394_, 5�;.018.50 55 3712.2007 I" Warrr Serrlce 13 72 10 EA 3l 31.722- 596,RZG W 5G 3J12�007 I"}Yxi..-r5c«ticc[Asscs�inrn�'I'splViihPn��iyhlcivr¢oxl 37321u 1?A 25 51.722,00 543.OSU-00 57 3J12�00.h1"PrivamlYaicrScrvia 371�10 1f� �4� 3170.50 52A.U10.50 58 3312.2101 1 IC_"' Naler Scniae. Mcicr Rccm�nxlimi � 3J 1210 EA 5 5462.50 32,312.54 59 331���01112"Wxlv7Serviu. 371210 F.� 5 52,106.00 510,5?0.00 GS1 3312.2104 1 IP-" �'r��*�c Waicr Scma 33 1210 LF I SIo4_up S]Oa.00 GI 33121101 2" 15'mcrScrnec. Mcicr Rsonnecbun 3J I? ]0 EA S t5p0-SO 5�,�.50 62 33122?03 2"Wa�cz5micc 331210 F:A 5 529q].SO 514,70750 6'1 7313.2?04 ?" Riw[c Wa1cr 5crn�- 33 12 10 LC 24 3121. 52.90a.00 G4 73123D02 6"Gnte Valvc 331220 EA ]I 53.444.q0 52d.8R4.00 b5 73i?3W3 R"Ga�cVel�x �31220 F.A 27 51,960.50 579,93350 GG t312M100S 1?"fA�eval�c 331?20 EA 8 54,0��.50 53P,132,00 G7 3312.700G ]6"GaieValroe•/�'auu 131?20 EA 4 SI9.71700 STg.R52W 66 3312.71D3A"Cui-�nGaieYnlrr 731220 En 2 S7.A42.Sf1 514.SBS-pp 69 3312.71DS l2"Cut�inGew\'altiti 73i��0 [A I SR,841.50 58.841,50 70 O171.070i ConslrnctianSiakinp 017127 LS I 5�7,205.00 313.205.W 71 0171O1(12Ru�llincAs�6ui�lSns��S O]71?t IS I 52,991.30 5?.941.SD 72 3471 WUI 77aE34cConvul i41113 MO 6 52.9_'1.50 S17.529.00 73 9999.WUI 8"x8"Cnt-ia-Tec JS]?25 EA .. 56.50300 Si3.�+� 74 9999.Iq13 Cons�niciic�iAliowancc v�)�00 1S I SIOO.00U.00 SIOO.Olq00 SuM1latalUnitl-5Vn[erlm rovements 51,928,794AD CRY UI' IUftTP'URTII }Y I$-Ca9 STRELT REPAIR AND RF,CON. PROGRAh7 AN� NL•AR S011TH SiDE T7F,U. U!S'I'. 51ANUAkUlVVSTRI'(TACVSPf.fIIlCAT10.V I]OLL�\ILnFS rn� u���xu aoizouo Cily P� 3ecl P.0 Furi 11'orth FY IS-CD 9 S[ecei Repatr BiJ I'rupwal 1Vo�kh�8 oo�z�3 n� ]'Ys6c'! d's 3ECTION 00 A2 A3 PliOPOSAL FORM UNIT PRIC� BID Bidder's ,4pplication r� �� u�n mrm,a.,���� u�aaeta vrw�sai BidiistGxn pescripaon S�xaGcaiimi5octionNo, uni[ofhfcasnre BidQnamiiy UnicFrire BiJValuc No. � 3371 4115 $" $ewm Pfpc PVC S�R-2G, AttTpinUle BacAfill 33 1 l l�. 33 3l l2, .l3 31 20 IP 705 5135.00 541.175 pp _ 331157476"Sewerpi�cPVCSDR�2G.C�S�inackfill 331110,733112,J33120 IF 2s 51R7.50 SA.687,50 3 3331A1196"DIDSewerPi�H;AccepinhleHack4kltiYlF.P^zY�ninglToi.;cio4almP.rysU 731110 LF 449 3206.00 SR9.SIXl.fq 4 3371A120 R"D]F'SewcrPi�x,C556ncl;fiil (N/E�nxyLininSp�ntcno401 nrFquaf) 7311 l0 LP 32 5330.00 57.360.06 5 3311.5748 8" ll]PSewer Pi��e, CLShf BackTxll [Wf L-�Axy Lining Nai r�io Q0] rn Eryaall 3311 10 LF 75 5�50.00 578,750.OR 6 0241.1100 Bnnmc Canc Carb 8 Guuer 02 41 15 I.F 1? 5?8 00 533f_lq 7 0�41�20i Rnnu�v9'Smv-rnlxnlio]c D20.114 GA 5 53.OSSLq 5�5,29000 B 024]-2102 6" SuW+�s Ahxndo��m�ni Plug D2 41 14 EA S S1,215.00 3fi.075.90 9 02AL20W Sani[aryLinaGroming 624114 CY IS? 5172.(I6 52f,,144.IX1 10 3201.0400 7nn�wmryAspLall PavingAqmirf2" FIA7AC oa 6" Ilcxh sc) 32 m 18 lf• ],] 15 516.. 518,397.50 1� J20E.01IS6'\4'idcAsphaliPxmRepair.Acsi�n�iial 3?4117 LF 15 552,00 5780.00 12 J20L02Q] Asphnli Pnm Rc�.iir Xe��wid i?efincd Widih, Rcsidential 3? W 17 SY 7 SBR-SO Sb�9.W 13 3�iG0i0[ 6'ConcCurbn��dGuirer 32IG13 Lf ]2 534-SU 54I4p17 ]4 3217,0.zO1 4"Cnn�S�dewalk 321320 SF ]0 $27.00 5270.00 35 329I.01W Ta��soil 329] ]9 CY 100 578.00 57,AIXI.l10 [(, 3�92.0]IXIB1ock5odPlncuMa�1 329273 SY 100 SS.fq SSOD.DO 17 3301.00f11 PraCC7V fns�ec�inn 330� 1� L� 685 5�.� 52,27250 l8 31QI.f1007 Post-CC7N4�spec[ion 330111 l-F 884 5�.50 Sz,2ao.aa i9 33P�0��1 RteididcVncuuxnTcsuug 330I70 LA 10 518800 51.88000 ?0 3305p110 U�'����}'h7aikcrc 33052G IS 1 52.178.00 5277&00 2l 3305,0113 Ncnciil�'aier5�o�u 730510 FA 5 37.SAf.00 517,770.W 23 3305.01]2 Canr.c�cCollur J30517 eA 1F S1,069.00 5l1,759.06 33 J305.01 i4 Manholc Mjus�in�i, M1iaj« w/ Co�sr 73 p5 14 eA 10 52,940.39 524,405.170 24 ]365.02b2 �nq�icdFnhcd/C55 310510 CY 74 S147.p� S1o.87A.On 25 9305,u203 �nparlaie�nl,cdn�nnmxck{,II,CISM11 710510 CY IS 5G55� $9$2.50 26 31050207 Ln�wned EmbedindvfllacAfill, $clecl �ill ?70S 10 CY IS 576,� 59d7.S0 27 713L11D1 4"Sawu�Serviw 37J156 EA 9 5?,2425 529,]R2.S0 28 3731.7102 6" Scwcr Scmce 3J 71 50 EA 2 53.243.00 S(,,486.IX1 ?9 3J05.0104 YrcncF� SaCc�y 33 D51u LF 880 5250 52,200.00 �0 3J39.00�J Fjweyl�lnnlsokl.iner--0'Sc�vciT[EI 333960 vF 11 5784.pn SB,624.00 31 313J.do07 WxsicwaicrAeczasClmmber 377940 IiA I S&119-SO SS,�i9-59 32 3314-�W� 4'n7anholc 313)10,331J20 L•A 8 56,594.5U 568.756D0 77 3374.1002 4'UmpManhole 333910.33393D En 1 SRS75. 58S9A00 34 3379 1 W? 0.' [xtre 0.pth MnuLole 37 79 16. 37 79 2Q V}' I Sd27.00 5423.fq .l5 3339.1004 4' SI�sllow Maahalc 3] l9 10, 3l 79 20 � Z 58.s94.00 517,186.06 36 3341.0103 ]B"RCP,CIs.�slll 734110 IF 2a 5737.00 52,650.fb i7 7i47.020524"RCP,CInsslll 734110 IF I$ $]7$90 5�.G77511 38 71250�01 SwPP� a 1 s�n ll 2500 LS ] 512.26300 Sf2,z81170 39 O171 OIU] Cona�n�ttion S�aking D] 71 27 LS 1 312.579.W S12,579.50 40 D17I.0102 Aa�llinc As-6ui11 Snnxy 0] 71 27 IS 1 53,991.50 52,99t..G1 41 i471.0001 in[iicC«�Irz.l 3471 Il n10 ] 52.921.. 5?.921.50 42 99991003 Caysimciiw�Alinwanoe 999900 ls € Sfi0,000, SG9,000.00 S�htntal Uni[ II - Sexxr Im mvemenls $Si9,0.�R. [ilYOrl'OAT N'nitTli PY18-C�9 STRC•ET REPA[R AND RECON. i'ROGRAM Ai�'p NkAli SOU'l'H SIPk A7f:p-171ST. st,�n�n,�an�n.sirsrcr� ss�Frn�'na�av �u2n���vis rnme�.,k�sznimkm CilyProjecl No. Focl \1'ort& I�YIB-CU 9 S�rce� Nepair RiA Nn�pnsal Wnrkhn��k �<za; du�vxuNusa� Y.ge � d< UNIT' PRIC� �I� [11tI�13i �12111 No. ] 2 7 4 3 6 7 8 9 l0 I] 12 I] ' 14 IS Id 17 IS lY , ZO zi 22 ]; 14 25 2f. ?7 28 24 30 31 l2 3a 34 }5 76 �7 7ft 39 40 ai 4? 97 44 45 46 47 46 49 50 9] $? 5l W 55 5fi 57 $$ S'l ro 61 62 67 64 65 f.R 7 G7 9 68 7 !.J 9 70 9 7] 9 72 9 73 9 74 9 75 9 76 9 0. cri�nlax 1171.a1o1 CunslnivRanSinkinglPn�inFl 1�430�00 Removu$iJnvrlk n41.0200 Rcmorx Scep 2d1.0300 ArnwvcADANmu�� 241.0403 Acmow Concmic ai�c �241.P102 Remwv Asplmh �ri.e �241.L900 Remo�eCaicP��n[ ��AI.I](q Remo�cAsphal�Puinl 241-1200 Nemmc Bsick Pvm� [1G �+1 nIF siieas wasm� 241.I7W l2unottCmicCurl&Gz�ilc� �241.1406 Rcinmr Conc Vallcy Goucr 241.1900 10" Pa��mem F'ui+Yri�aFine� 241,3071 Rcirtonc75"SSmmLinc 241.;i20� Remmn Ssum� Suxer Box 24]-4001 RcmoiroSC��rE�U�lei 2q] p303 Runove4'Grelc Lil<[ 341.35511 Rcmo�s Sl«m 1unclio� 5lniclun ]10.0101 S1reCles�ing ] 10.0103 12"-18" 7rec Bennwl 110 P�05 24" a�d Lvxgcr TnH: Renwml ]27 0101 l7nclassined Faravxiion Dy Plan F25.0101 Sl�'PPP = I ncrc 201.0400 7un�ao�y As�Lali Pnr�ag Fcp�ir R' Hh7AC on 6" IlcMtwsc) 211.011? 6"Flcxi6lcBase,'lypcA,GR�I 2] 1.06(p Caneni (2G I.RlSY7 212.0702 2" As�diali Pnnl Tyq�c D 21?A40� k�MACTransnion tiz.aoo kin�nc v,���ucui t ewi �r 213.0102 7"ConcPrsm >_ I3.0301 4" Canc Sidcwalk tia.osu a�c�,�s�ae�5ai�,n�la�e�:��c���n 211.0321 Canc Sidcwa]A, Adjecenl [o Rc[ N`nll ��7-o:i� co��cv.na�e��a�rs�eawaiA !32.0100 Couc Hn ��'�II Adjamn� toSidenxlk tIJ.U4�! d"CUi1CrcltDrilCWAy t 13.Pt07 8" ConeR�c �ri.cway 199.0016 8"Cemcreielkiveuay�HFSI �73.6501 6amcrPrcr, Rxmp, 7y�w R-I �130503 B�mnFmRnin�,TypcRl�l !€3,OSOA Rmrie� Fr� R.�np, T}7x �b2 !13,05p6 6nrri�e Frcc Raini+.'fy7r P-1 ! i s.osn7 aaR;�� ��u xAm». rnx r-z !IG.010] 6"Conc Cu�6ai�d Guncr !IG.9301 7' Crn�c VnlleyGnner, Residrntinl u� 000i a• sr_o r.,ni nta.x�sx xns rn� '.17.00OB 4"SIDRm�Ma�f;ing'�I�e1Y] �,17U30] l2"SlDPt�ntA7a�kin811AE:111') '.I7 05p1 24" SCD Avmi A7a�king HAG 15V) '.17.?]Ql i2F:FI.Raisednln�kriTYII.A.A '.77.50(11 CurbAdJxessPaiming 91 OlI7Q Topwil 92.0100 Rlc.k S�d Pleminent 05,0107 A1nnholeAdjuslinen�.Minar1V'lConcC�liar 65.019% Mis�rllanooi�tlllilil)Adjusunc�il(15'149Y 05.01 i I Valse Bnx Adjustrncm NlCanc Coliar 05.3116 FumisulBosmllCondniiSchcJnle80PVC?3nchOixnCm 4L.Z5D] GuuntlBox'I)pcD 41.741 ] Remnnm Ca�duciox 41.A007 TuniisLflns�all Al��m Sign Gmmid 0.foum C��y Sed. AI 410St Acnw�c Sigu Paacl nn� Pusl a�.a�av e��«s���r.,��i 41 Al l D 6emme and Reins�all Sipn Yanrl and Post 9(,WOA 9"Pipc[LiJcnlmin.'1)lic8[RooflLainCuibOlK'��inF7 41-0�93 �R"RC�,Classlll q],03q5 1q" RCV, Class III qy,spp� ]UCurLLilc� 99.lq16 5'CurAhilcl �i.000� �r:em�c�n��i J9.OI1Q2 Rcino�v and Rryilntt Lilcl To�i 39 ppp4 Tenzpusa�y As�+liali Sidax�alk ST nllie Caivm]) )9 0005 i3an�ier Frcc R�m��, �kdifi�d Ty7x P� I A r�.000e rs„n;e�ru rsnn�i�. A�oa�r r�'n�x v-an N.0�07 BaricrFny:Rmnp,AloJilicd7)7xR-lA >9.0008 ltamcr ]�rre Ram��. I.GwliTird 7V FF. A-1 19.OU]U Cun�nlc51c��5 19_ppl I Rciamn and RclucalaCu�b S�c�s SECTION 00 42 43 PROPOSALFORM r� �.�� oea� a,r ,�m;�,� Bidder's Application B�-0Jcrs Pm�xisa] S��cufireisw� S�rlirn No 01 71 23 024] ]3 u24] ]3 OZ 41 13 02 43 ] 3 02 4k 13 0? 4l l5 02 41 l3 02 4l l5 p?41 I$ 0241 IS U2A1IS 02 41 14 M_ 41 �4 02 41 1-0 02 41 14 D? 41 14 3l l0 W 3l 10110 31 10 00 31 21 ]G 31 251q 32 Ol ]6 121123 72117i J2 I? 16 �212 16 az iz i� 3? 13 17 32 ] 3 20 32 ] i 20 3? l3 20 3? l3 ?0 32 12 13 32 13 20 32 1120 32 17 20 3? I7 20 32 I7 20 �2 I120 l2 17 2(I 3213 20 77 16 ❑ 32 1G U 32 17 ?J 32 L7 2l 32 l7 23 32 17 23 321773 32 17 25 3? 9l l9 32 92 l3 73 OS l4 33 OS 14 �3 OS I4 2G OS 37 i4 41 10 3441 20 34 91 30 744] 30 344] 10 34 A3 70 33 4G IXl 33 41 10 73 41 10 73 49 ?0 33 49 20 ]4 71 17 U0110 00 000000 32 l3 20 i2 1120 3? 1120 32 17 20 ��� 0� OOIXI [lnil ofhlusurc - IS SP sr EA SN" sr• SY SY $Y LF SY SY I.F I.F L'A EA r:n 5Y EA EA CY � ]F SY 77V SY Tf3 TTr SY SN sr SP I.F sr SF sr SP EA 1?A CA. EA IiA [.F SY IF � � LF Eh [A CY SY G EA r;n [.P EA }p iA EA sn EA � ]F A En Af0 EA SF in CA Eq F:A ST EA ❑i�Quanlily' V�i�IPntt � 512.752.0 �d.� 52.0 u0 514.5 9 5837.5 7.194 &5.a 191A 53-0 G03 S13.0 60 5f,5 50 5?1.5 4,� 55.5 14? 529.5 ]9.U22 SRO 40 574.5 10 5279.0 � 52.914.b 2 52.919.Q � sz.ni�.a Z� 5�791 10 5261 � 4 5500.A 737 ;28.5 1 51,158,d 60 S�&Si IW $C.7_p zn sns-a 19,D22 ;�5,51 2� siae.a ao saa�.a IOP 590.51 23.185 g5.q RS90 56 SI �b 512.5f � Sfi.01 2� 530.IX 10,783 59.5( i.zoo s�o,x 200 St5-IX 4 52.997.IX k 52.750.IN Z 5?,667.0C » saass.a I 52,ftRB.01: 8.500 528.00 3N4 jRY.511 1.742 SI.00 �.742 Sl.ql 256 S6SU i41 572.50 i 778 g4 5n 70 594,50 320 378,U0 10,000 SS.pll 17 5689.00 8 g558.fb 45 Sf,U9-P� ]0 SR4.00 � 51.25�.50 � 5?7550 9 57fl8,56 � 5�15.ao Z 594-00 I1 5375.sR 10 $q5.5p1 �0 5128.50 5Q 5724.50 2 SIa,ft14.50 � 510.76? Ol7 6 52.92130 5 310.1OR.50 9� 53.00 Z 52.974.00 � Sz�405,00 4 53.t2S-(p Z 52.R97_pp 110 �J],50 I SIRSfNI 6id Ydluc _ 512,752 S20,000 5�,s9s $7,577 575,970 55.742 57.RdS 5390 57.075 51.I IC S6.�DC 574.256 5294,ft41 537,200 sb,aaa s9,osa 5115,925 saz.zw 5G250 53.U00 59.1b0 s�oz.aaa Si? 600 53.000 511.988 52,750 55,734 swais 5? 868 5238.000 534.815 51.74?. 51,742. j1,62S $I 7(.� 51.701, 53.11?, 524.9tA. 559.-0(�6. 514,71�. 54.1 54 51� 56.4 $IO,N sioa $2.905 �? 500 SS,794 53.4R5 5185 CII'YUF 4UN]'A'UlFlll IY I B-C�9 STRCCT RGE'AlR AND RLCON. PROURA59 AN� NEAR SOUTH SlDL MC�. DIST. srnnvaxu �n�'�s�xi'c�ikn svLc�u�tcniiu�' iwc�la�Cxls ro,nx�aKa zoiza�ro Ciq• Pmjn:l No. Fort 1{'oAh fY18-CD 9 Slrcet Rcpair Hld Proposal 5;'arklwok Upatdl 611� 1'RPM�6i�- Pe� d MS SECTIOH 00 42 43 PROPOSALFORM UNI f �RIC� BID �idder's Application r.��u, u�,�� ��r „n,���� e�da�rs rmi��,i Ridlisi [iem pesaV�rtiun Spceifi�`a�ian Sc+ttion i4n- uml oCRtcnsuse Bid Qoas��i�y Ilni� Ri� BiJ Veluc No_ 77 9999.0012 Liswll Cnnc. Flumc witl� Slal Flalc W 0000 6h � 55.015.90 SIOA30.00 78 9994.0011Rrmo«nndRe�laecencl:Mrilbox Wp�a1 GA 2 575k.00 S1,502.00 7J 9999.0014Aepoix5idtµalkHri�'k OU0000 SF 10� 537.50 5J.750.00 RO 4999.��5Rrnim�anJAcpla�v�.EloiixCovrrS�a�Pla�c Wp100 SF 3.i 550.IX7 S1,G50.00 BI 99999017 RoilnraJ'fiesAcmonl IX1W00 i.P 90 S84.Op 57,Sfi0.u0 fl2 9999.10(q �.7isallaa�nus��ilkyMjustin.rillr�igaiionl 9999� � 3 550.W0.90 550.00000 83 9979.1W7 CoayslmciionAllownn« 999900 FS � 519U.OU0.90 SkW.W0.00 Suhloial Unit IEi � 1'hV1NG IM1'�RUYEI41ENT5 41,7W3,259.i0 Cfl'YUI'kUkT WORTII FY kB�C�9 S"I'RtGC REPAIR AND RECON. PROrRAT1 AN� NkiAR SOUTFI S[�L A1E�. DIS'f. rnnnnw� tu�s'rnrnKav nrt:cu xa� iu -ncK'.�ncF_�-�s �a�.,x� 2oizoi7n Cily Pca,{xl ilu. Furl u'�w�l� rY I&-CD 9 Sl�ccl Rc�air 13ki Prnposol 5i'ork6a�k oo+z:a nmreoros,5i. r=�. s Mt SECTION 00 92 43 PROPOSALFORM UNI7 �RIC� �1D �idder's Application E�� or� sEr.no� CfIT U4 FO1CI' 15'Ukill P'Y 18-CD'J STREET REPAIR AND RECON. YRQGRA�i AND NEAR SOLRll 51DE I.7ED. D]Sl'. �u.�'s]kL'(TIC� S�f.Cil�l('.lTl[]� �UCl�51F:NT5 �a��'k�a„� i-0�=o�Za CilyPrujecl I�o. Fu�l N'orlh fY I$-CD 9 Strcel Rcpau 6id Ra�iosal \L'urkbuul SECTION 0� 4313 BID BOND KN04N ALL BY TF��SE €�12l�SENTS: That we, Reyes Group Ltd. , known as "Bidder" herein and Travelers Casualty and Surety Company of Arnerica a corporaie surety dufy authorized to do business in the State of Texas, known as "Surety" herein, are held and frmfy bound unto the Cify of Fart Wor#h, a municipak corporation created pursuant to lhelaws of Texas, knawn as "Ciiy" herein, in the penal sum of five percent (5%) of Bidder's maximum bid price, in lawtui money of ihe United S#ates, to be paid in Fort Wvrth, Tarrani County, Texas for ihe payment of which sum well ancf truly to be made, we bir�d ourselves, our heirs, ex�cutars, administrakars, successors ar�d assigns, jointly and sevaralEy, firmly foy tF�ese presenf�. WHEREAS, the Principal has submitted a bid nr proposal to �erform Wark for the fol4owing project de�signated as FW S�UTH PAVEMENT REPLACEMEI�lT FY7$-CD9 SiREET R�PAlR ANQ RECQEVSTFtUCTIQIU PROGRAM FY18-CD 8 NEAR SOUTH SIDE M�Q. �IST.WA�ER AND SANITARY S�WER MAIfV lMPF20V. City Pra��ct No,; D2389 and 02446 NOW, THEREFORE, the condition of this obligation is such that if the City shall award the Contract for the foregoing projeck #o the Principaf, and the Principal shall satisfy all requirements and conditions required for the execution of the Contract artd shall �nter inta the Contract in writing with the City in accordance with the terms of such same, #hen this obligation shail be and becorrte nulf and vaid. If, l�owever, the Principal fails tn execute such Contract in accordance with the terms of same or faifs to satis�y all requirem�nts and conditions required for the execuiion of tF�e Cnntract, t�is bond sl�ail became fhe property nf the City, wikhouk recourse af khe I'rincipal andlor Surety, not to �xceed ihe penalry hereof, and shall !�e used fo cotnpens�t� City for the c#ifference betwe�n PrincipaPs to#al bid amount and the next selected bidder's total bid amount. PROVI�EL7 FUR7HER, thai if any legal ac#ion be fiied on this Bond, venue shaA lie in Tarrant County, Texas or the United States District Court for the Nnr�hern District of Texas, Fort Worth Divisian. IN WIT�ESS WHEREOF, the Principal and th� Surety have SlGNED and SEALED ihis insirument by duiy authorized agents and o�cers on this t�e 12th clay of November , 2q2D. ATTEST: �-� � . llllitness as ta Pr[ncipa! PRINCIPAL: , Reyes Group, Ltd. . BY: ignature �c��Sos �.__��eS � Y ras:rJle.�s� Name and �itle Address: 1520 Parker Road Grancf i'rairie, �"X i5050 ira�elers �as�ai�y a�d �urei�y Compamy �fi America - , ir�veierrs �as�al�+ �nd 5�r�iry� �orr�p�n� ������,��� � S� ���i �ire anc� �1�rine Ensurance Company POWER OF AT70RNEY KNOW ALL lVIE1V BY TFIESE PRESENTS: That Tra�elers Gasualiy and Surety Company of America, TraveEers Casualty and Surety Company, and St. Paul Fire and 14Aarine insurance Company are corporetions duly organized under tha laws nf the 5tate of Cannecticut (herein co!lectively aalled the "Campanies"}, and that #he Cnmpanies do hereby make, constitute and appoint LLfCIANNE BfSCHOFF of SCHAIJM�URG � Illinvis , their true and IawFuf Attarney-in�Fact to sign, execut�, seal and acknawl�dge any and ail bands, recognizanees, conditinnal undertakinge and other writi�igs c�bligatory in the nature thereof an behalf nf the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance o# contracts and executing or guaranteeing bon�s and undertakings required ar permitted in any acEions or proceedings allowed by law. 1N WiTIVE55 WFiEREOF, the Companies ha�e causad this instrumer�t to be signed, and their corporate seals to be h�reto atfixed, this '17th day oF January, 2U78. ,�-e. "�w� - � ,%r1:°6Y��Ey"y� . ��viv nqom� r;t, 4'���.1G `e� �� 6x' � �ii. ii��� �}.. ¢- y:.�{T�Qfi�. � � �4�� I�YZ � �;ii% ai� ceiir�. o � � w..«'^ �se�, 1al' � k Y� t ti� ��+ _ . ,j�.. ... '4�•. N r State o# Connecticut City of Har[ford ss. �� By: F2obert L. Rane , er�iar Vice President On this the 11th day of .lanuary, 2U99, before me personally appea�ed Robert L. Raney, who acknowladged himsetf to be the Seniar Vi�e Presiderit vf Travelers Casualty and 5urety Company of America, Travelers Casuaity and Surety Company, and 5t. Paul Fire and Niarine Irrsuranee Cam�any, ancE that he, as such, being aukharized sn to do, execut�d the faregoing irostrument for the purposes therein cantained by signing on behalf af said Companies by himself as a duly authorized officer. ..,$ �N VYiTN�SS WHEREOF, f hereunto set my hand end officia[ seal. My Cammissian expires the �Oth day of June, 102i ���p � ��M ��7���'4 �, �,��..� & � �� ;� � .., - �'°�`1° �" Anna P. IVowik, [�otary l�ublic �'�„o.,,��� � �:,.,, This Power nf Attorney is granted under and by the autharity af #he follo+ri�ng resolutions adopted by the Boards of C]irectars of TEavalers Casualty and Surety Company nf America, Traveiers Casualty and Surety Company, and 5t. Paul Fire and Marine Insurance Company, which resolutions are now in fuli force and effect, reading as fo{lows: R�SOLV�D, thai the Chairman, the President, any Vice Chairman, any �xeeutive Uce President, any 5eniar Vice President, any Vice Rresident, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate 5ecretary or any Assistant Secretary may appnint Attorneys-in-Fact and Agents to act for and on hehalf of the Company and rnay giWa such appointee such autharity as his or her certificate of authority may presrxibe to sign with #he Compan�s name and seal with the Com�aany's seal bonds, recognizances, cnnlracts o# indetnnily, and other writings obliga#ory in the nature of a band, recogniaance, or conditianal undertaking, and any of 5aid officers or ihe Board of �ireetors ai any time may remnve any sucM appniniee and revoka the power given hirrE or her; and it is FURTHER R�SQLVE�, that the Chairman, ihe President, any Vice Cirairman, any �xecufive Vice Presicient, �ny Senior Vice President ar any Vice President may deleg�te all or any part uf the foragoing authority to one or more pfficers or employees of this Company, provided t[�af each such delegation is in +uriting and a co�y thereof is filed in the affice of the Secretary; and it is FL{RTFIER itESOLV�D, that any band, recognizance, contract o� indemnity, or writing obligatory in the nature of a bpnd, reeognizance, nr condikior�al undertaking shall be valid and binding upon the Corr�pany when (a� signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any �ce President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with lhe Company's sea! by a Secretary or Assistant Secretary; or (b) duly executed (under seal, if required) by one or more Attomeys-in�act a�d Agents pursuant to the povver prescrib�d in �is or h�r certificate or iheir certificafes of aufhority or by one or more Company officers pursuant tp a wrilten defegation of authority; and it is FURTHER RESOLVED, that ihe signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice Presidenk, any Searetary, any Assistanl Secretary> and the seai of the Carrtpany may be affixed by facsimila tn any Power of Attorney or to any certificate reiating thereto appointing Resident Vice Presidenis, Resident Rssistant S�cretaries of Attorneys-in�act fof purposes only o# executing and attesting bonds and undertalcings and other+uritings obGgatory in k�e nalure thereof, and any s�tch Power of Attorney or cerfificate bearing such #acsimife signature or facsimile seal shall be vafid and binding upon the Company and any such power so executed and cer[ified by such facsimile signature and facsimile seal shall be vaTid and binding on ihe Company 9n the �uture with respect to any bond ar understanding to whicf� it is atCached. I, Kevin E. Hughes, the undersigned, Assisfant Seeretary of Travelers Casuafty and Surety Gompany af America, Travelers Casualty and 5urety Company, and 5t_ Paul Fire anci Marine insurance �ompar�y, do here6y certify that the above and foregoing is a true and correct cdpy of the Pov,rer of Attorney executed l�y said Companies, whieh remaihs in full fprce and eftect. qafed this 12t� day of Novernber , 202D _.�,�.�_� SI�O�}�/r. 4Y Jp SY 4M� 8G� �� �' � �i�i��� R �if�f�i� '� '�'y �� ' ��C+4ii:+'. $ �� C(hiF3. o LCSC ��. yy� +b? �r � � � � ,.� ss � � ' � ��y""'" Kevin E_ Hugh�.s, Assi ant Secretary Ta verify Nie authenticity ofthis Power ofAttorney, please ca/1 us a� �-SOD-42�-3�0. P/ease refer L'� the alrsve named �4ttarney-in �act an�' �ite details of #he l�vnd i�g which �is �orver of.4 ttorney is aitached. SURETY: Travelers Causualty and Surety Cornpanv of Arnerica BY: --� Si re Witness as to Surety Lucianne Bischoff ! Aitorne in Facf Name and Tit[e Address: One Tower Square Hartford, CT 06183 Tefephane Number: (8D�} 747-3i19 Attach Pawer of Attorney (Surety) for Attorney-in-Fact °Nate: If signed by an a�cer of the Surety Company, there must be on fiie a certified extract from the by laws showing ihat this person has aufhority to sign such obligation. ff Surety's physical address is diS�eret�t from its mailing acftlress, b�th musi b� provided. Th� date of the bQnd s�ali not be prior ta the date ths �ontract is awarded. END OF S�CTIDN Surefy Company Acknowledgement STATE OF ILLI1gT�iS CQUNTY 03F COOi� ��: On this � . Y' , before m.e personally appeared _ � '� ` to me known, who, being by me duiy swarn, did clepose and say: t�at (s)he resides at Sch�um�ru�, Il�inais, that (s)he is the Attorney i� Facr of the corporatian descrihed in and whicI� executed�the a�nexed i�.stn�m�nt; that {s)he knows the carparate seal of said corporation; that the seal affixed to said instrumen.t is such corporate seat; that it was so affixed by order of tlie Board of Directors of said carporatian; that (s)he signed his/her name thereto by like ord�r; and that the liabitities of said cor�aoration do not exceed its assets as ascertained in the manner provided �y law. t .� �__ � Notary ]Public in and for above County acad 5tate Mq Commission Expi�es: 03/� COURTNEY A FLs15�4A � . OGFICEA� SEJ�L ;; `�^ `�4' � iUo�ary Puhltc, State o( lllinois �' My Commission Expires �x � NEarch 20, 2Q21 � �-�� 04 43 37 VENDOR COMPLIANCE TO STATE LAW Page 1 of 1 S�CTfON 00 43 S� VENDOR COMPLIANCE TO STAT� LAW NON RESIDENT BIDDER Texas Government Code Chapter 2252 was adopted for the award of contracks io nonresidenk bidders. This law provides that, in arder �o be awarded a contract as low bidder, nonresident bidders {out-of-state contractars whose corporate offices or principal place of business are outside the State of Texas} bid projects for construction, improvements, supplies or services in Texas at an amount lower than the lowest Texas resident bidder by the same amounk that a Texas resident bidder would be required to underbid a nonresident bidder in order to obtain a com�aarable contract in the 5tate which the nonresident's princ9pal place of business is located. The appropriate blanks in Section A must be filfec� out by all nonresident bidders in ocder for qour bid to meet specifications. The failure of nonresident bidders to c�o so will automatically disqualify that bidder. Resident bidders must check the box in 5ection B. A. Nonresident bidders in the State of 5���� hie� c�i R��r�[� , our principal place of business, are required to be "fo Cir�rf p�rcent iower than resident bidders by State Law. A copy of khe statute is attached. Nonresident bidders in the State of �S�aE� I�irt�ri� pr ����� , our principal place af business, are not required to underbid resident bidders. B. The principal place of business of our company or our parent company or majority owner is in the State of Texas. C7 �IDI9�R: Reyes Group Ltd. 1520 Parker Road Grand Prairie, TX 75050 By: Marcos G. Reyes .�_ - f (Si at e � Titie: President j� �+� Date: } � I � �� -�" END OF S�+ CTION CITY OF FOR7 �q�y�,T,���������CON. PROGRAM AND NEAR SOUTH SIDE MED. DIST. S7ANDARD C01v� �'d Form Revis�d 20110627 City Project Na. Bid Bond OQ451]-1 BTDDERS YREQUALIF[CATIONS Page i of 3 � SECTION 00 4� 11 Z BIDDERS PREQUAL�FICATTONS 3 4 1. Summary. All contractors are required to be prequalified by the City prior ta submitting 5 bids. To be eligible to bid the contractor must submit S�ction 00 45 12, Prequalification G Statement for the work type(s) listed with their Bid. Any contractor or subcontractor who is 7 not prequali�ed for the work type(s) listed must subrnit Section 00 45 13, Bidder 8 Prequalificafion Application in accordance with the requirements belaw. �a I1 12 13 14 15 ]6 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 The prequalification process will establisli a bid limit based on a technical evaivation and financial analysis of the contractor. The information musf be subrz�itted seven (7) days prior to the date of the opening of bids. For example, a contractor wishing to submii bids on projects to be opened on the 7th of April must file the informatian by the 3Ist day of March in order to bid on these projects. In order to expedite and facilitate the approval of a Bidder's Preyualification Application, the following must accompany the submission. a. A comp]ete set of audited or re�iewed financial statements. (1) Classified Balance Sheet (2) income Staternent (3) Statement ofCash Flows (4) Statement of Retained Earnings (5) Notes ta the Financial Statements, if any b. A certified copy of the firm's organizational documents (Corporate Charter, Articles of Incorporation, Articles of Organization, Certiiicate of �'o�'mation, LLC Regulations, Certificate of Limited Partnership Agreement). c. A completed Bidder Prequalification Application. (l) The firm's Texas Taxpayer ldentification Number as issued by the Texas Comptrolter af PuUIic Accounts. To obtain a Texas Taxpayer ldentification number visit the Texas Comptroller of PubIic Accounts online at the following web address www.window.state.tx.us/tax ermid and fill out the application to apply for yaur Texas tax ID. (2) The firm's e-mail address and f� number. (3) The firm's DC1NS number as iss�red by Dun & BradsYreet. This number is used by the City for required reporting on Federal Aid projects. The DUNS number may be abtained at www.dnb.com. d. Resumes reflecting the canstruction experience of the principles of the firin for iirms submitting their initial prequalification. These resumes shoulc� include the size and scope af the work performed. e. Othe:r information as requested by the City. 40 2. Preyualiiication Requirements 41 a. Financial Staternents. Financial statement submissian must be provided in 42 accordance with tI�e following: 43 (1) The City j�equires that the original Financial Statement ar a ceitified copy 44 be submitied for consideration. CITY OF FORT WbRTH FY18-0U9 STRGEI REPhIK ANb RL•CON. Yi20ORAMAN�7N�AR SOlRH S[FlEIv1t�, �IST. W&SS MAIN II�AOV. STANDARD CONSTR[]CTIOAT SPECIFICATION DOCUMENTS 02389 & 02445 Revised July i, 2011 004511-2 BTpI]ERS PREQUALIFICA'1'iONS Page 2 of 3 1 (2) To be sat�sfactory, the fnancial statements must be auclited ar reviewed 2 by an independent, certified public accounting firrn registered and in 3 gaod standing in any state. Current Texas statues alsa require that 4 acc�unting firms performing audits or r�views �n busine,ss entities within 5 the State of Texas be gz�operly licensed or registered with the Texas State � Board of Public Accauntancy. 7 (3} The accounting firm should state in the audit report or review whether 8 the contractor is an individual, carparation, or limiied liability company. 9 (4) Financial Statetxients rnust be pcesented in U.S. dolIars at the current rate 10 of exchange of the Balance Sheet date. 11 {5) The City will not recognize any certi�ed public accountant as 12 independent who is nat, in fact, independent. 13 (6} The accountant's opinion on the financial statements of the contracting 14 company shou�d state that the audit or review has been conducted in �5 accordar�ce wi#h auditing standards generally accepted in tk►e United I b States of America. This nriust be stated in the accounting frm's opinion. 17 It should: (1) express an unqualified opinion, or {2) express a qualified 1g opinion on the statements ta�Cen as a whole. 19 {7} The City reserves the right to require a new statement at any time. zQ {S) The financial statement must be prepared as of the Iast day of any monih, Z1 not more than one year old and must be on file with the City 16 months 2� thereat�er, in accordance with Paragraph 1. 23 (9) The City will determine a cantractor's bidding capacity for the purposes 24 of awarding contracts. Bidding capacity is determined by inultiglying the 25 positi�e net working capital {working capital = current assets -- current 26 liabiiities} by a factar of 1 �. Only those statements reflecting a positive �7 net working capital position will be considered satisfactory far z8 prequalification purposes. �g (] 0) In the case that a bidding date falls within the time a new iinancial 30 sta#ement is being prepared, the previous statement shall be updated with �t pro�er verifcation. 32 b. 13idder Prequalification Application. A Bidder PrequaIification Appiicatian must be 33 submittecl along with audited or reviewed financial state�nents by frms wishing to be 34 eligible to bid on all classes of construction and maintenance projects. Incamplete 35 Applications will be rejected. 35 (1) Tn those schedules where there is nothing to report, t!�+ natation of 37 "None" or "N/A" should be inserted. .� 38 {2} A minimum of five {5) re�erences af related work must be provided. 39 {3) Submission of an equipment schedule which indicates equipment under 4a the contral of the Contractor and which is related to the type of work for �1 which the Contactor is seeking prequa�ification. The schedule musi �2 include the manufacturer, modeI and general comnnon description of 43 each piece of equipment. Abbreviations or means af describing 44 equipnrient other than provided above will not be accepted. 45 46 3. Eligibility to Bid 47 a. The City s�all be the salejudge as to a contractor's prequalification. 48 6. The City may reject, suspend, or �nodify any prequalification for failure by the �49 contractar to demonstrate acceptable �nancial ability or performance. 50 c. The City will issue a letter as ta tlae status of the prequalificatio� approval. C1TY C}P FOAT WORTH FYI8-CD9 .YfHF.FiI' K�PAl1tAN1] RECON. PxcxR�MANUN}qH ROITIIi SIl7� MF.q. PIST. WFh55 MAl1+Illv@[iDV_ STANI]ARD COAlSTRUCTION SPECIFICATIpN DOCUMLNTS 02389 & 02445 Revised July 1, 20] 1 004511-3 BIDDERS PREQUALIF[CATIONS Page 3 oF3 1 d. If a contractor has a valid prequaIi�catian letter, the contractor wiil be eligible to bid 2 the prequalified work types untii the expiration date stated in the letter. 3 7 END OF SECTION CITY OP FORT WORT�I FY�ft-C67 S1Rlilif [iGPA1R.4ND [2ECOI1. P[tUCW1MANDNGAR SOl1TH SRJF.MF�1 P�ST_ WffiSS MNN ]MYROV. STANDARD CONSTRUCTION SPECIFICATION DOCi1M�NT5 02389 & Q2445 Aevised July 1, 20l 1 �, . - �ITY �l' Fd�'T W�RTH ' FYId'-L'179STREF.TRFPAlIZANLJRLC'ONS_ R� NFA12 SDL1TIfSlI}FMFD. AI.S77uCTW�SIMPROY_ - 02389 & a2445 00 �}5 12 BI� FbRM Page 9 of 1 S�CTIOW 00 45 12 PREQUALIFICATION STATEM�NT �ach Bidder for a City procurement is required to complete the information below by identifying the prequalified contractors andlor subcontractors whorr� they intend to utilize for the major worCc type(s) listed. Major Woric Type ContractorlSubcontractor Company Name Prequalification Expiration Date Water Distribution, ��y£5 �R�"Q �p �4f 3n�282i UrbanlRenewal, 2�4-inc�es and smaller Sewer Collection System, ���s Ga'°u�a �-�� o��3p�xoZ� Urban/Renewal, 8-inches and smaller �CAC. Uuo�.o.,t.awvan �.,LC o�{ 3��toa.r Liner System #or Sanitary Sewer Strucfure (Warren) Asphalt Paving 1�`11A5 ��� tiz�3l �zozn ConstructianlReconstruction (15,Q00 square yards and greater) 7he undersig�ed hereby ce�tifies that the contractors andlor subcontractors described in the tabie abave are currently prequalified for the work types listed. �I����: Reyes Group Ltd. 9 520 Parker Road Grand Prairie, 7X 75050 B • as G. eyes _ � {" � � (Si nat re) Title: President Date: � r � � i�' V� �ti� o� s�c�ri�� CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 2D120120 Bid Bond For�� ����r� SECTION 00 45 13 BIDD�R PREQUALIFICATTON APPLTCATION Date oiBalance Sheet Name under which you wish to qualify Post Office Box Mark only one: City Individual i.imited Partnership Genera! Partnership Corparation Limited LiabiIity Company State Zip Code Street Address (required} City State Zip Code Telephone F� Email Texas Tax�aayer ldentification No. Federal Employers Identif cation No. DUNS No. (if applicable) MAIL THIS QUESTIONAIRE ALONG WITH FINANCIAL STATEMENTS TO: CCTY OF FORT WORTC-I TEXAS 20Q TEXAS STKEET F4RT WORTH, TEXAS 76 1 02-63 1 1 AND MARK THE ENVELOPE: `BIDDER PREQUALIFTCATION APPLICATION" 00 45 I 3 BIDDER VREQUALIFICATlON APPLiCATION Page 2 o f 8 BUSINESS CLASSIFICATION The following should be comp�eted in order that we may properIy classify your firm: (Check the block(s} which are applicable — B]ock 3 is to be left blank if Biock 1 and/or BIock 2 is checiced) � Has fewer than 100 employees and/or � Has less than $b,000,004.00 in annual gross receipts OR � Does not meet the criteria for being designated a small business as provided in Section 2006.001 of the Texas Government Code, The classification of your frm as a sma�l or �azge business is not a factor in determining eligibility to become prequalifi�d. MAJOR WORK CATEGORIES Water Depart�nent Augur Boring - 24-inch diameter casing and tess Augur Baring - Greater than 24-inch diameter casing and greater Tunneling — 36-Inches — 60 —inci�es, and 350 LF or less Tunneling - 36-I�ches — 60 —inches, and greater than 350 LP Tunneling — 66" and greater, 350 LF and greater Tunneling — 66" and greater, 350 L�' or Less Cathodic Protection Water Distribution, Development, 8-incli di.ameter and smatler Water Distribution, Urban and Renewal, $-inch diameter and smaller Water �istribution, Deve]opment, 12-inch diameter and smalIer Water Disiri6ution, Urban and Renewal, 12-inch diameter and smaller Water Transmission, DeveIapment, 24-inches and smaller Water Transmission, Urban/Renewal, 24-inches and smaller "�� Water Transmission, De�elopment, 42-inches and smaller Water Transmission, Ur6an/Renewal, 4Z-inches and smaller Water Transmission, Development, All Sizes Water Transmissian, Urban/RenewaI, All Sizes Sewer Bypass Pumping, 18-inches and smaller Sewer Bypass Pumping, ] 8-inches — 3G-inches Sewer Bypass Pumping 42-inches and xargec CCTV, 8-inches and smaller CCTV, 12-inches and smaller CCTV, 18-inches and smaller CCTV, 24-inches and smaller CCTV, 42-inches and smafler CCTV, 48-inches and smaller C�Y �F F�RT� {1�ORTH Fy1RL'U9 5'fRki�:l' RCPA11t AND RN:CON, PRU[.HAM AND NGplt SOU'fH Si�81v1tU. Di; T. N&S:5 MA1N 7MPkoV_ STANDARD C�NSTRUCTION SPECIFICATION DOCUMENTS 023&9 & 02445 Revised March 9, 202D 00 45 13 BIQDER PI2EQUALIFICATION APPLICATION Page 3 of S MAJOR WORK CATEG4RIES, CONTINUED Sewer CIPP, 12-inches and smaller Sewer CIPP, 24-inches and smaller Secuer CIFP, 42-inches and smaller Sewer CIPP, All Sizes Sewer Collectian System, De�elopment, 8-inches and smaller Sewer Collection System, Urban/Renewal, S-inches and smaller Sewer Collection System, Development, 12-inches and smaller Sewer Callection System, Urbar�/Renewal, i2-inches and smaller Sewer Interceptors, Development, 24-inches and smaller Sewer Interceptars, Urban/Renewal, 24-inches and smaller Sewer In#erceptars, Development, �2-inches and smaller Sewer Interceptors, Urban/Renewal, 42-inches and smaller Sewer Interceptors, Development, 48-inches and smaller Sewer Interceptors, Urban/Renewal, 48-iztches and smaller Sewer Pipe Enlargeznent 12-inches and smaller Sewer Pipe Enlargement 24-inches and smaller Sewer Pipe Enlargement, All Sizes Sewer Cleaning, 24-inches and smaller Sewer Cleaning , 42-inches and smaller Sewer Cleaning , All Sizes Sewer Clear�ing, 8-inches and smaller Sewer Cleaning, 12-inches and smaller Sewer Siphons 12-inches or less Sewer Siphons 24-inches or less 5ewer Siphons 42-inches or less Sewer Siphons All Sizes Transportation Public Works AsphaIt Paving Construction/Iteconstruction (I.ESS THAN i5,000 square yards) Asphalt Paving Construction/Reconstruction {15,00� square yards and GREATER} Asphalt Paving Heavy Maintenance (UNDER $1,000,000) Asphalt Paving Hea�y Maintenance ($1,OOO,Q00 and OVER} Concreie Paving Construction/ReconG*+•ucti�n {LESS THAN 15,000 square yards} Concrete Paving Construction/Reconstruction {15,000 square yards and GREAT�R} Roadway and Pedestrian Lighting CITY OF FORT WaRTII } y�g�p9 STF[�Iif RL•PAI&hN6iiGCON- PLZOCRAM A[dUIJSAR S017eH vIDEMFII. UIST. W.C&S MAI[J IMP[tOV. STANDARD CONSTRUCTION SPECIRICATION DOCUMENTS 02389 & 024d5 Kevised March 9, 2020 QO 45 13 BIDDER PREQUALIPIGATI�N APPLICATIpIrI Page 4 of 8 2. How many years has your organization been in business as a general contractor uncler your present name? List previo�as business names: 3. Ho�v many years of exper�ence in construction work has your organization had: (a) As a General Contractor: (b) As a Sub-Contractor: 4. �What prajects has your organization completed in Texas and elsewhere? CLASS LOCATION NAME AND DETAILED CONTRACT OF DATE CITY-COUNTY- ADDRESS OF OFFICIAL TO AMOUNT WORK CQMPLETED STATE WHOM YOU REF�R * If requalifying only sh.ow work performed since last statement. 5.�-Iave you ever failed to eomplete any work awarded to you?_ If so, where and why? 6. Has any officer ar awner of your organization ever been an officer of another organization that failed to complete a con�ract? If so, state the name of the individual, other organization and reason._. 7.Has any officer or awner of your organization ever failed to complete a contract executed in his/her name? If so, state the name of the individual, name af owner and reasan. C[TY OF kORT WORTH r'YIft�C➢9 ST[i�� f MF,PAIR ANU RF.L�N, PRVGIthM At�1p NtAA SOl]TlI slol: Mlip, p131". W&SS MAIN IIv�ROV. STANDARi} CONSTRUCTION SPCCIFICATION DOCUMENTS 02389 & 02445 Revised March 9, 2020 L�st equipment you do not own but which is available by renting 00 4S 13 BIDDER YREQUALIPICATiON APFLICATION Page 5 of 8 8. In what other lines of business are you financially interested? 9, Have you ever performed any work for the If sa, when and to whom do you refer? ] 0. State names and detailed addresses af all producers from whom you have purchased principal matPr;al� r�urin� the last three vears. 12. What is the construction experience of the principal individuals in your arganization? PRESENT MAGNITUDE POS[TION OR YEARS OF AND TYPE OF IN WHAT NAM� OFFICE EXPERiENCE WORK CAPACiTY 13. If any owner, officer, director, or stocl�older of your firm is an ernployee of the City, or shares the same household with a Ciiy employee, please list the naxne of the City employee and the relationship. In addition, list any City employee vs+ho is the spouse, child, or parent of an owner, officer, stockholder, or director who does nat live in the same hausehold but who receives care and assistance from that person as a direct result of a documented medical condition. This includes foster children or those related by adoption or marriage. CIT'Y OF FORT WDRTH �x ia.c�� sTrsF� x�vn«enNoicecnN. NxocanMiwn n�ruc sau rH smea,rt:n. oisr. w�ss nenM rn�xov. STANDATiD CONSTRUCTION SPECIFICATION DOGUMENT'S 02389 & Q�445 Revised March 9, 2D20 11. Give the names of any affiliates or relatives currently debarred by the City. [ndicate your reiationship to this person or firm. DO 45 13 BIDDER PREQUAE,IFICATION APPLICATfpN Page 6 of 8 CORP4RATION BLOCK If a corporatian: Date of It�corporation Charter/File No. President PARTNERSHIP BLOCK Vice Presidents Secretary Treasurer LIMITED LIABILITY COMPANY BLOCK If a eorporation: State of Incorporatian Date of arganization File No. Officers or Managers (with titles, if any) If a partnership: State of Organization Date of organization Is partnership general, limited, or registered limited iiability partnership? F'ile No. (if Limited Partnership} General Partners/Officers Limited Partners (if applicable) Individuals authorized to sign for Partnership Except for limited partners, the individuals listed in the blocks above are presumed to have fuit signafure anthorifv far your firnn un[ess otherwise advised. Should you wish to grant signature authority for addition�� inc�ividaals, please attach a certified copy of the corporate resolution, corporate minutes, partraership agreement, power of attorney or other legal documenfation which grants this authority. CITYOf Fd12TWORTH RY18-C�9YCHFFI'RLYAIAANl]ILACONpFt(niRpM�NpNF:AA30U7'NSI➢LiMF,D,�lsf_W&SSMAIN1MYROV, S'E'A3VDARD CONSTRUCT[ON SPECIFICATION DOCUMENTS 02389 & 02445 Revised Niarch 9, 202p 00 45 i 3 61DDER PREQUAL[FICA'I'ION APPLICAT[DN Page 7 of 8 14. Equipment $ TOTAL BALANCESHEET ITEM QUANTITY TTEM DESCRIPTION VALUE 1 2 3 4 5 6 7 8 9 10 11 12 13 l� 15 16 I7 iS 19 20 21 22 23 24 25 26 27 28 � 29 30 Various- TOTAL .S1111111i i�peS Oi 0C1U1pC11C.tlL T11Sy [)0 llllll�]eQ LOgeilleP. LI yOUC Alrn111a� i1�u1c t11au .�v �yNw �� cyu��,u��,x�, you may show these 30 types and show the remainder as "various". The City, by aliowing you to show only 30 types of equipznent, reserves tl�e right to request a complete, detailed iist of all yoUr equipment. The equipment list is a re�resentaiion of eyuipment under the control of the �rm and which is related to the type of work far which the firm is seeking qualification. In the description include, the manufacturer, model, and general common description of each. CITY OF FOR'�' WORTH FYI81;1]9 STRGGC 1tF.PA1R flND RB�N_ PkOG2AM ANU NtAR SOIITH R71]� MEU. DI57. W&35 MAIN 1MPROV. STANDARD CONSTRUCT[ON SPECIFICATION DOCUME3ITS � D2389 & �2445 Revised March 9, 2020 oa as i3 B[�DE�t PREQUALIFiCATION APPLICA'C[ON Page 8 of $ BIDDER PREQUALYFICATION AFFIDAVIT STATE OF COUNTY OF The undersigned hereby declares that the foregoing is a true statement of the fnancial condition of the entity herein first narned, as of the date herein first given; that this statement is for the express purpose of inducing the party to whom it is submit�ed io award the submitter a contract; and that the accountant who prepared the balance sheet accompanyi�ag this report as well as any depository, vendor or any other agency herein named is hereby authorized to supply each party with any information, while this statement is in force, necessary to verify said stateme�t. , being duly svvorr�, deposes and says that he/she is the of the entity described in and whicl�► executad the foregoing statement that he/she is familiar with the books of the said entity showing its tinancial condition; that the foregoing financial statement taken from the boolcs of the said entity as of the date ihereaf and that the answers ta the qnestians of the foregoing Bidder Prequalification Application are correct and true as of the date of this affidavit. Pirm Name: S ignature: Sworn to before m� this day of _ Notary Public Notary Public must not be an officer, director, ar stocl�holder or relafive thereaf. _ �, � CI'I'Y OF FORT WORTH kY IS�CD9 STIt�I RF.PA[RANUIiF.CON, PILOIIRnMqN� NL•pK SOSITF[ SIbII M�n nIST. W&.'i.t' MAIN iMPROV. STANDARD CONSTRiTCT[OIV SPECIF[CATION dOCUMENT5 02389 & 02445 Revised March 9, 2020 OU4540-1 Minoriry Business Enterprise Specifications Page 1 of 2 � SECT�ON 00 45 4Q � TEMP{.;:ARY R�vISION ���12n2r► �C:nV�T]-191 3 Minority Business Enterprise Specifications 9 1,� PPLICATION OF POLICY 5 If the total dollar value of tne contract is greater than $50,000, then a MBE subcontracting goal is 6 applicable. S 9 POLICY STATEMENT 10 It is the policy af the City of Fort �Varth to ensure the full and equitable participation by Minority 11 Business Enterprises (MBE) in the procurement of aIl goods and services. Ali require�nents and 12 regulations stated in the City's current Business Diversity Enterprise Ordinance apply to thisbid. 13 14 MSE PROJECT GOALS 15 Tk�e City's MBE goal on this project is 9% of the total bid value of the 16 contract (Base 6id applies to Parks and CommunityServices). 17 IS Note: If both MBE and SBE subcontracting goals are established For this project, then an Offeror i9 must submit both a MBE Utilization Form and a SBE Utilization Form to be deemed responsive. 20 2l O�PLIAIVCE TO BID SPECIFICATIOlY� 22 On City contracts $50,Oa0 ar more where a MBE subcontracting goal is applied, Offerors are required to 23 comply with the intent ofthe City's Business Diversity Enterprise Ordinance by ane of the following: 24 1. Meet or exceed the above stated MBE gaal through MSE subcantracting participatipn, or 25 2. Meet or exceed tt►e above stated MEE goal through MSE Joint Venture participation, or 26 3. Good Faith Effart documentation, or; 27 4. Prime Waiver documentation. 28 29 SUBMITTAL OF RE UIRED DOC�7MENTATTON 34 The applicable dacuments must be received by the assigned City of Fort Worth Projeci Manager or 31 Depar�ment Designee, within the following times allocated, ir� order for the entire bid to be co�sidered 32 responsive to ihe speciiicatians. The 4fferor shall E1V�AIL the MBE documentation to the assigned City 33 af Fort Worth Project Mat�ager or Department Designee. A faxed conv will not be accepted. 34 35 . -� 1. Subeontraetor U�ilization Form, if received no later than 2:00 p.m., on the second City b�asiness goal is inet or exceeded: day after the bid opening date, exciusive of the bid opening date. 2. Good Faith Effort and received no later than 2:00 p.m., on the secand City business Subcontraetor Ufilization Form, if day after the hid opening date, exclusive of the bid opening artici ation is less than stated oal: date. 3. Good Faith Effort and received no later than 2:00 p.m., on the second City business Subcontractor Utilization Form, if na day after the bid opening date, exclusive of the bid opening MBE artici ation: date. 4. Prime Contractor Waiver Form, received no later than 2:04 p.m., on ti�e second City business if you will perform ali day after the bid opening date, exclusive of the bid opening contractin su lier work: date. CITY OF E'ORT WORTH NY16�T795'C[iGCfxEPAllLAN[IRECUN.PR[]iiliAMAT1�NGARSOLfL'kI8lUF.MFU.DIST_W&55MAINIMPKOV, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02389 & 02445 Temporarily Revised April 6, 2D20 due to COVIDI9 Emergency 004540-2 Minority Business Entarprisa Specifications Page 2 of 2 5. Joint Venture Form, if goa] is met received no ]aier than 2:40 p.m., on the second City business or exceeded. day after the bid opening date, exclusive of the bid opening date. 2 FAILURE TO COMPLY WITH THE CITY'S BUSINESS DIVERSiTY ENTERPRISE ORDINANC� 3 WZLL RESUi,T 1N THE Blll BEING CONSLDER�D NON-RESONSIVE TO ,SPECIFICATIONS. 4 FAILUR� TO SUBMXT THE REQUIRED MBE D�CUMENTATION WILL R�SULT IN THE BID BEING CONSIDERED NON-RESPONSIVE. A SECOND FAILURE WILL RESULT IN THE OFF�ROR 5 BE1NG DISQUALIE'IED FOR A PERIOD OF QNE YEAR, THREE FAILURES IN A FIVE YEAR PERIOD WILL R�SULT IN A DISQUALIFICATTON PER�OD QF TFIREE YEARS. 6 7 Any Questions, Please Contact The BDE Offiee at (817) 392-2674. 8 END OF SECTION �a � CITY OF i'OAT WORTH tYlx�Co9STR[iE'I'RF.PAIRANOR�CUN 1'RO(iRAMnNpNl;pNgOSITHSmRMGU.UIST.Watssn4niidIMNI2UV. STAND.AR[3 CpNS'PRUCTIOi�T SP�,CiFICAT[ON DQCLJMEPTTS 02389 & 02445 Temporarily Revised Aprii 6, 202p due to COViDl4 Emcrgency 004526-1 CONTRACTOR COMPLIANCE WfTH WURKER'S C4MPEfJ5A710N LAW Page 1 of 1 1 Z 3 4 5 6 7 8 9 1Q 11 12 13 �"F 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 �a 31 32 33 34 3� 36 37 38 SECTlON UO 45 2� CONTRACTQR COMPLEAiVCE Wi7H Wt3RKER`S COMPENSATlOfV LAW Pursuant to Texas Labar Cocle 5ectjort 4D6.Q96(ay, as amended, Contracfior ceriifies that it provides worlcer's c�mpensatian ir�surance Caverage far all of its employees employed on City Project No. QZ389 & 024�5. Contrac#or further terti#les that, pursuant ta Texas Labor Cade, Sectian 406.096(b�, as amended, it wi11 provide to City its subconiractar's tartificates of campliance with worker's compensation coverage. C4NTRACiOR: � _ • �" _ ; _ � ` �y: _—I�`_'. �,. � f �. ti ;� : {�r�� � ",r=—`�` :-� Cor�pany (PEease �rintj, - `�_- �p� .� _ .'., _ - _ � ` 5i�nature: '� - � � ':_ y 1 � _ _ �... _ Address � - `� ., _ _ ;,fii �' r � _ t �. -: �_ =�J Tftfe: __ r � ` � � ' ''r' _�___ City/StatefZip �Pfease Printj �i'HE STATE 0� i'E7(AS § C�UiV�Y OF TARRANT § B�F�RE M�, the undersigned authority, on this day personally appeared ;_ �,r r�, R�.: •�x, 8� , knovdn to me to be the person whase name is subscribed to tfte foregoiri� instrument, and acknowledged to me that he/she executed #f�e same as #he act and deed af �rr '_�s„�,,a � •=� �' for the purposes and consideration therein expressed anc! in the capacity therein stated. GfVEN UN�ER MY HAND AND SEAL OF OFFICE this �� dz, �f 1�%o�ltMcv�' J 2U a'� BHfNDATREJQS � � Notary ID #131314b50 S �� MyCommisSionExplfes fVotary Public in ancf�far e 5fate a�iexas '+a'�-i�' actober i 7, 2021 ��. :� EI�D OF SECTION CITY aF FOftT WO RTH FYl&CD95iPEET REPpIR PNO NE[ON. PRDGRAM MIO NFhRsaulry SfOE MEG. �I37 H'655 MAI:! IMPPbY. STAIV DARD GQNSTRif CTI ON SPECI FI CA'TI�N �OCUNEE NTS Q�389 & D2445 Revlsed Iuly 1, 2Q1] 405243-1 Agreement Page 1 of 5 SECTION QO 52 43 AGREEMENT THIS AGIiEEMENT, authorized on � is made by and between the City of Forth Warth, a Texas home rule municipality, acting by and through its duly authorized City Manager, ("City'), and � 1'a�+ � authorized to do business in exas, acting by and ihrough its duly authorized representative, ("Contractor"j. City and Contractor, in cansideration of the mutual covenants hereinafter set forth, agree as follaws: Article 1. WOREL Contractor shall complete all Work as spetified ar indicated in th� Contract Documents for the Project identified herein. Article 2. PROJECT The project for whith the Work under the Contract Documents may be the whole or only a part is generally described as foflaws: FY18-CD9 STREET REPAIR AND RECON. PROGRAM AND NEAR SOUTH SfDE M�b. DIST. W&SS MAIN fMPROV. Cit Pro'ect Nurnbers 02389 & 02445 Article 3. CONTRACT PRICE City agrees ta pay Contractor for perFormance o# the Worlc in accordance with the Contract Documents an amount, in curren� funds, of Dallars {$ 1 . 1. Article 4. ONTRACT TIME 4.1 Final Acteptance. The Work will i�e complete for Final Acceptance within 365 days after the date when the Contract 7ime co�nmences to run, as provided in Paragraph 2.D3 of the General Conditi�ns, p[us any extension thereof aElowec� in accardance with Articfe 12 of the General Conditians. 4.2 Liquidated Damages Contrattor recognizes that time !s of the essence for completion of Milestones, if any, and to achieve FinaE Acceptance of the Work and City will suffer financiaf loss if the Work is not eompleted within the time(sj specified in Paragraph 4.1 above. The Contractor aEsa recagnizes the delays, expense and difficulties involved in proving in a legal proceeding, the attual loss suffered by the City if the Work is not tompleted on time. Accordingly, instead af requiring any such proof, Contractor agrees that as liquidat�d damages for delay (but not as a penalty), Contractar shalf pay City Six Hundred and Fi tfli Dollars ($6SR.00) for each day that expires after the time specified in I'aragraph 4.1 for Final Acc�ptance until the City issues the Final Letter of Acceptante. Article 5. CONTRACi DOCUMENTS 5.1 COi�T�NTS: A. 7he Contract Documents which comprise the entire agreement between City and Contractor concerning the Work consist of the following: 1. This Agreement. 2. Attachments to this Agreement: a. Bid Forrn CITY OF FO RT WORTH FY18-0095iREET REPAIR FNO RECON. PflOGRAM ANP NEpR5a1TH SI�E MEU. �IST. W&SS MAIN IM9ROV. STANDARD CONSTRUCTION SPEQF[CATION DOCUMENTS 02389 & 024Q5 Re�ised 09/Q6/2019 005243-2 Agreem ent Page 2 of 5 3. 4. 5. 6. 7. 8. 9. 1) Praposal Form 2} Vendor Compliance to State Law Non-Resident Bidder 3) Prequalification Statement 4) State and Federal documents (projectspecificJ b. Current Prevailing Wage Rate Tabie c. Insurance ACORD Forrrt(s) d. Payment Bond e. Performan�e Bond f. Maintenance Band g. Power of Attprney for the Bonds h. Worker's Compensation Affidavit i. MBE and/or SB� Utilization Form Genera! Conditions. Supplementary Canditions. Specificaiior�s specifically made a part of the Contract Documents by attachment or, if not attached, as incorporated by referenCe and described ir� the 7able af Contents of th� Project's Contract Documents. Drawings. Addenda. Qocumentation submitted by Contractar priortp Notice of Award. The following which may be deli�erec! or issued after the Effecti�e Date of the Agreement and, if issued, became an incorporated part of the Contract Docurnents: a. Noti�e to Proceed. b. �ield Orders. c. Change Orders. d. Letter of Finaf Acceptance. Article 6. INDEMNIFICATION 5.1 Contractor ca�enants and agrees to indemnify, hold harmless and defend, at its own expense, the tity, its officers, ser�ants and employees, from and against a; y� and all claims arising aut of, or alleged to arise out of, the work and services to be perr��r ned by the con#ractor, its officers, agents, employees, subcantractars, Eicenses or in�ite�s under this contract. This indemnification ro�isian is specifically intended ta operate and he effecti�e e�en if it is alle ed ar ro�en that all or sorr�e of the dama es bein sau ht were caused in whole ar in art b an act amission ar ne li ence af the cit . This indemnity pro�ision is intended to include, withaut limitatian, indemnity for costs, expenses and legal fees incurred by the city in defending against such claims and causes of actions. 6.2 Contractor cn�enants and agrees ta indemnify and hold harmless, at its own expense, the city, its afficers, ser�ants and emplvyees, from anci against any and all loss, damage ar destruction af property of the city, arising out of, or alleged to arise out af, the work and ser�ices to be perfarmed by the contractar, its officers, agents, employees, CITY O F FD R7 WO RTH FY18LU9 STREE7 REAAIfl ANd RECON. PRaGHAM .a[�p ryEqp 5 W7H SIOE ME�. �IST. W@55 MAIN IMPROV. STANDARD CONSTRUCTI�N SPECIFICATION DOCUMENTS �2389 & 02Q45 Revised �9/06/2Q19 oas2as-s AgreemenY Page 3 of 5 subcontractors, ficensees ar invitees under this contract. This indemnification provisiqr� is specifically intended to operate and be effective even if it is alle�ed or pro�en that all or some of the dama�es bein� sou�ht were caused,_in_whole or in.part, by anv act, omission or ne !i ence of the cit . Article 7. Mi5CE�LpNE0U5 7.1 Terms. Terms used in this Agreement which are defined in Article 1 of the General Conditions will have the meanings indicated in the General Conditions. 7.2 Assignment af Coniract. This Agreement, including all of the Contract Documents may not be assigned 6y the Cantractor without the advanced exprass written tansent of the City. 73 Successors and Assigns. City and Con#ractor each binds itself, its partners, successors, assigns and legal representatives #o the other party hereto, in respect to all cavenants, agreements and obligations eontainec# in the Contract Qacuments. 7.4 Severability. Any pro�ision or part of the Contract Documents held to be unconstitutional, void ar unenforceable by a court of competent �urisdiction shall be deemed stricken, and all remaining pravisions shall continue to be �alid and binding upan CITY and CONTRACTOR. 7.5 Go�erning Law and Venue. This Agreement, including a!I of the Contract �Qcuments is performable in the State of iexas. Venue shall be Tarrant County, Texas, ar the ltnited 5tate5 District Caurt #or the Northern Disirict of Texas, Fort Worth Divisian. 7.6 Authority to Sign. Contractar shall attach evidence of authority to sign Agreement if signed iay someone other than the duly authorized signatary of the Contractor. 7.7 !'rohibition On Cantracts Wit� Companies Baycotting Israel. Contractor acknowl�dges that in a�cordance with Chapter 2270 of the Texas Government Code, the City is prahibited from entering into a contract with a campany far goods or 5ervices unle5s the contract contafns a written ve� ���cation from the company that it: (1) does nat boycott Israel; and (2) will not boycott Israef during the term af the contract. The terms "boycott Israel" and "company" shali have the meanings ascribed ta those terms in Section SOS.001 of the Texas Government Cade. By signing this contract, Cantrpctor certifies that Contractor's signa#ure provides written verification to the City that Contractor: (1j daes not boycott lsrael; and (2J wi11 nat boytott lsrael during the term af the contract. 7.8 Immigration Nationality Act. Contractor shall verify the identity and employment eligibility of its employees who perform work under this Agreement, including cornpleting the Employment EligiEaility Verification Form (I-9j. Upon request by City, Contractor shall provide City with copies of all I-9 farms and supporting eligibility documentation for each employee wha pe�'forms CITY OF FORT WORTH FY38{pg STIIEEf HEPAIR ANU REfAN. PROGRAM ANQNEAR SOV�3151�E MFL.6157. W&iS MAM FMPAOV. STANDARD CONSTRUCTION SPFCIFICATION �OCUMENTS 02389& 02Q45 Revised 09/D6/2019 005243-4 Agreement Page 4 of 5 work under this Agreement. Cantractor shall adhere to all Federal and State laws as wefl as establish apprapriate procedures and contrals so that no ser�ices will be perForrned by any Con#ractar employee wha is not legally eligible to perform suth ser�ices. CONTRACTOR SHALL IND�MNIFY CITY AND HOLD CITY HARMl.E55 �ROM ANY PENALTIES, LIABILITiES, OR LOSSES DUE TQ VIQLATIONS OF 7H15 PARAGRAPH BY CONTRACTOR, CONTRACTOR'S EMRLQY�ES, SUBCONTRAC70R5, AGERfTS, OR LICENSEES. City, upon wr�tten notice ta Gontractor, shall have the right to immediately termin�te this Agreement for �iolations of this pra�ision by Contractor. 7.9 No Third-Party Beneficiaries. This Agreernent gives na rights or benefits ta anyone otherthan the City and the Contractor and there are no third-party benefi�iaries. 7.iQ No Cause of Action Against Engineer. Contractar, its subconiractors and equipment and materials suppliers on the PROJECT or their sureties, shali maintain no direct action against the Engineer, its afficers, employees, and subcontractars, far any claim arising out af, in connection with, or resufting from the engi�eering Servites perFormed. Only the City will be the beneficiary of any undertaking by the Engineer. The presence or duties of the Engineer's personnel at a construction site, whether as an-site representati�es or otherwise, do not make the Engineer or its personnel in any way responsible for those duties that belong to the City and/or the City's construction eontrattors or other entities, and do nat relie�e the canstructian contractors or any other entity of their obligatians, duties, and responsibilities, including, but not limited to, all construction methads, means, techniques, sequences, and procedur�s necessary for coordinating and compfeting all partions af the tonstruction wark in a�cardance with the Cantract Docurr�ents and any health or safety precautions required by such canstruction work. The Engineer and its personnel ha�e no authority to exertise any contral o�er any construction contractor or other entity or their employees in connectian wi#h their work or any health or safety pretautians. SIGNATEJRE PAGE TO FOLLOW CITY O F FO€27 W pRTH Fy;g{p95TREEf ftEPAIR PN � flECON. PxaGRPM AN� NEAR S W TH SIUE MED. 6IST. W&55 MAIN IMPRaV. - S7ANDAR�.CONSTRVGTI�NSPECIFICAT[ONflOCUMENTS OZ389&02445 " ` Revised a9/06/2Q19 00 52 43 - 5 Agreement Page 5 of 5 IN W�i�VESS WNE�iEOF, City anc# Contractar have each executed this Agreement to be effecti�e as of th� date subscribed I�y the� City's desi�nated Assistan# City Manager ("�ffecti�e bate"j. Contractor: �@��.5 �p-�y� � l,�(� . City of Fort Worti� gy' � By' _ . ,i y�" � ' � s ��y- � � �� Slgro ture Dana Burghdpf� �rl Assistant City ManAger �Y� f�r 4 � � C."1 • '4�-41� �' `� (Printed Namej �_r t__�_i � �. o.-�` 'iitle �� � � ��}�Y�P[ i�C�R . - Address „ E'1��.� 1 r67. •� t�? � i� �� ��59 City/5tate/Zip ��• 4i�•�.o�� Date CIFY OF FORT WORTH STAiVDAR� CONS7EtUCTION SPEC[�1CATION pOCUM�NTS Re�fsed 09/06/2014 Date ' ' Att�S� , ' ,"_< .° . , %` � ��,��� _:��F'�, �`r.�`� � / re _ �b,�k ! .p'� . � y y � fi� �I � +� qt.p`S `• ,��. TT' ity ecreta� � .:� _ : ,�"''" .� � � �.s'aJv� d �1 Y , Y . # �,• y���� ��J�� � �F.. (Sealj � _ �� .,� � � .', nn&c: �o— � �I 9 .:�� :�;., . � Date: �a - 15 — �C�� "`�`"•�`�"`" Form 1295 fVa.: Contract Compliance Manager: By signing, I acknowlecfge that I am the person responsible for the monitoring and administratian af this contract, includin� ensuring all performance and re ting requirements. � M a .E., CFM, PMP rrng Manager, Transportafion and Publfc Works ��partmenf Approved as to Form and Legafity: � �� , ' Douglas W. Black Assistant City Attorney APPROVAL RECOMMEND : t William Johnsan, Directo 7ransportation & Pub�ic orks D��sart�n€n#� --- FY18�L69STRFETREPAIRAN17�flECON.PROGRAkfAtaU�IFA�'3Q�lfa'i�!J�Fj7�FfFgi7T.-��ffaF�4'^ ii^"�f9V. ��,tidy � �1445 . J L� r + �, � � � � C� � orssa�i3-i PEfIFD�tMAiVCE Bt3tJl1 ��4e�cfX � � �� �.1 �,� �� �.� �� ��� ���ii'� �� �'�;;�a� � �' ,�-1��-�1r�:f r� � I� ����]�#� B �f� �i�'ii� C'���f�����l�C ��7�9i� Bond Na. 207262b29 � `�i ��$�' ii F if�� .1' � 7 �'d-6i�i�#� 6'"HY���1' P�e i'�a� ��,Reyes Geau Ltd.ic��s���� �� "�r���E��" it�r�te� ��� Travelees Casual and Suret Com an of America �,�pp� �r���? g��� ,������j��, �¢ ���� �in�t� �� t __��Y__.�_..�.�.._.._._._.-,...._�...�..• � �� �r��j ��uiy �����riz�� �:� d� ���s6�� i�€ �i�� 5��� aa� �'����, E���c�v��� �� `�5�ar��y" ��r�i�€ {u�h����r �n� ssa� rne�r��, ��� d��l� �n� fie�f*,� �€���� ��n�c� th� €�i�.y �' ��sri tr�er�t6�y � ���i�lp�9 �r���fiic�rs ������� ���rsa�afEi t4 �h� ��v�s c�� `����sj !�€���� �s "C_,i�" ����1�, i� �i�� ��r��B ��rr� ��f', F'our MilJiun'�'hree Huncked Thirty One Thousand Opc Hundrnd HEeven and .50/10�--�-_----� �p��r�Y'a �� 4�331,1 ] 1.50 .,�, ���l�i1� ii'i�Vi�� �i $��� �il��:�� �"``i����r. tsa P�� ��6d #r� �r�rt ��e�h, i�rr��� t;��tnty, �'c���� fe�rti�� ���r-��r�� r��►av��c�j �a�€�n �e�i4 �r��3 ir�l�.f t� � ra��r��, �� �i�d c��a���r�ss, ��r heirs, ��uf�s�, �drtri�tst��r�r�, su���s���s ��� ���i�r�, �����ly 1.C� ��d s�ur��ily, �r�a�iy �� £F��� �ar�s�n��. g'� '"��_�����5, t4�� E�r���i��� &�� ��t��d �r��� � c�riai�� wr��i;��rt �cs�3�r�Gi +�i�f� ih� �I�yy �.� ��t��'d�d ��� _15t1� ��v,�f_ Decetnberf, 2�3��, �,vt���r� Co�ntr��t i� #t���bor e��'�c��� �� �€�� ���� �.� � �t��� 3s�Pa�nf �"�ae aii �Ex�}�r�s�s �s ifi�uE��€ ��.$t �'t��€� �s�r��r��'��a f��-�1�1� ��! ��i�rl�i�, �r��9�ar����t ����r i� a�� �th�e �cc�ss�r6�� d�in�� � t��R�, €n �£�� ���s���rk��r� c�f ��a� V�€�f•k, i��lud�n� ��g+�h��� �7, �?r�9��s, �s pr€��kd�d �r�r i� s��� �;c�r�trac� d�l��s�4�� �s �F ��3�G�+�.,r�� u r,��ay.3:i� L.aii�s[ .l�._�r�1.-,F� i�.��..eioiii.� l� fi-a.q..r�.i�.�as�a;�vm .ca�isr d-��s"i-�i.u�Y�ii� d�i9.3� i gk�t�+_ ;� �I�1` �V�:S� �,��.�i�t3��'.._�tt, �x��C€ �€�l��1°� �#���J e�e' ��� �A s'�!� °, i`6�����.��i��k�i�� ccz�d6�i�r� �FtF�t� ��i9f���ci�� i� ��ac� tE��� �� t�� s�i� i��ir��i��� s���l� �� f��ii�fiu��y p�r�ur�ri � sakaii�atia�� �n���tf�� �����c� ���u �f��l� i�r �6i r��p��c� d�8� ��as9 f��thf�lly �G p��r�r� ii�� i�V`+���., ic����adln� ����� i��°��r�, ��€��r t�� ���ot���, ���rdi�; �� ���� �i��t�, ��' s��c's�'i��ti�ns, �r�d c�r�tr�ct d�s��t���r►ts ���r��� r�f����� t�s ��d �� �na�l� �aar��� �}z�{ ��e��e� �� �� ���r��i�� �� t�� ��arair�e�� �f��� ����� �� &�r����� t�r� �h� ��� �f �th� ��, �i��� this ��1i��iia�s� s�t��l ;�� b� �rad ��c��� nt�it ���c� ���, �eii�r�r�� Bn r�rrt��rt 1 r� f�l� �rsr�� ��td ��r�►. 3� �€��1l9��� ��Et'ii���, �h�t i� �r+�$ I���I ��rri���� �� f�6�� �n �t�is ��n��, v�r��� ��€�ti [�� i�� ��. '��r'i�n� ��t#�it�� I �x�� C3e �� iJ ��i�d ����s �%C��i ���ri �i�r ��� i��C@#���'ra �7iStrii�t �� i"�x��, Fc��'t �� ��'�th �irri�F��. CI�YO�Ft)€3Y4Yi3�7�1 �cao3sr��r� �,w�ar��.�aa.�a.�w�f�xn�xrvarnr.:Qai:�.r.oL��tii'.�E+IY14.`ti11CJ. S��iNQAtSQCQIwSY'1lUGilON S��CE�t�47tC3H t]O;�s:�l�[ViS ���$9 r� Cf$d45 Rsavlsed July 1, ZUli � �n� �i 28 - 2 PERF�A�lANCE BOPlF3 Pe=eRof� i � � 'i"f�is b�r�d is ���d@ �nd �x�cut�d i�i cnFnpli��c� wig�� �h� p�avis9ofls �� C3��a�i�r ��53 af �h�s i�xas i�t���ertfln���� ��n1e, �s arn�Ei��€�, ��� �II II��llf�es o�► �hls ban� �F��li F�� d�xf�r�3�ic�� ir� �c€�s�dane� wtt#� �he p�ewi�i��ts �� s�i� �taf�e. �4 iN if�'!1'[+1�� ;t����t����, ��t= �i�if1�1�1�1 i��3� �iie: �UP� Fl�iY� SI�Y��� ��� ����.R iFl�S � Ikl$�Fi1FT1�Fii �{ �UI}� �11'�ilt#F'p��.'� ��@Pli� �fl� D�F1C@PS Di9 �Fii;. ��iE �� st}1 d�Y � D��emher �+ � �€i�d . F��I�d�;IP��: � � � :�� g� �� �� 1� �.5 9� R7 1� �� �� �1 �� �� �4 2� �fi �7 2� �� �(# �!. �� �� �� �� �� �i �� �� 4� AITEST: .; -, . . � . ,_. ,' S . r . .� � f .-, ;,v.:f.a.�-r f f r�,i1`IfiCl�3��� �'� ��i� � i,�--":* � `= _. _ _...._ ___-� llilll���� �� 4a ��`Inc�p�1 Reyes Gi�oup, Ltd. N..._. __,.e..�__�.,, A� f ��� . ( ��� .�<. .�� .i.��' �. ..�. � � � �i�n�t�a � n� �.�..�...�.�����.�.�� �-.-- ���i7€ �Flt,� ��"i�C ����4; i 520 Parker Raad ��u;����.��r��-"�����._._.�_ � _._ 5�1 i��YY: �"ra.velers Casu�lty aaci �utety C�anpaay af Attxerica �Y: � .�..._��.....__ ....� a.._ ..._ �__. �. Si���t��� C.ucianne Sischo#f'- Attarney in Fact f���r� �rtdTitl� ►.�l����s �5 �a ���r��y �[�dr'�5�: ._One Tower Sc{uare --��_ Haj�tfo�•d, CT 063$3 T�I�p�i�ne'���n�i�r: y i800) 747-3719 _... . _ �Pter��: 1� si�r��d �y �n ��`rie�� crf �f�� ���e�y Cr����r�y, ���P� �us� � �n f11� � c�r��fl�d �x�r�ct �r��� �he � i��s slzo�+l�z� ���� �his �Q�so�� ��s a���i�r14�+ ta s1�rr� s�+�� �&�li��i�,r�. 1� S�p�y"s �f�ysle�l �r#�r�s� i� ��Iff���r�t fr�� its r��ilin� �ddees�, ��h r��st R�� pr�uid�d. ihc ��t� ���i� b��d st��l I r�a� b� pric�r ta �h� d��� f�e ���ttr�e� Is a�+��d�d. �l7�iO�fOf�Y`4N�IE`�W �vsa�ra�sn��i�.u!n,�o..€w�a.PrA�:�►xatar�zsesEtx• iem�.00r+r�e�,ta�rtia•�.a�. SThFq3^.F�eC'b(+�5'E�UCTiC1�1 SpEC1�t€A��€,i 1?i}L�Jh1�s4i� �t�b9�02f�� iievts., d Juty 1, 30i1 ���������. `#'rade[�i�s �;��u�lt�r arr� �ue���g+ �emp�n� �� �►mepica Tr�v�l.�es �as�al�y �t�+� ���'��+ r�nm�a�ny ��. �a�l �'ire �n� 1`�arin� %ns�r�anc� ��mpany pOWER QF ATTOR1�fEY Gt11CiW ALL i71FEN BY THESE PF2ESENTS: That Travelers CasuaEty and 5urety Company of America, Travelers Casuafty and Surety Company, and Sf. Pauf Fire and �+Ear�ne lr��urartce Cotnpany ara eorporalinns d�Ey organized undat ilte laws of the 5tate of Ctsn�eeticut jherein call�ctively called the "Companies"), and thaf the Companies do hereby make, constitute and appoint LUCIAI�NE BISCHOFF of SCHAU�BUI2G � 111inois , khefr true and lawful Attflrriey-in-Fact to sign, execute, seal and aeknow[edge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature ihereof an behaif af the Companies in iheir buslness of guaranteeing the fidelity of persons, guaranteeing the performence af contracts ancf executing or guaranteeing bands and undertakings required or permitted in any actlons or proceedings allowed by law. IN WITN�3S WFIEFiEOF, #he Companies have caused this instrument #o be si�ned, ancE their corporate seals to ba hareto affixed, this 1�th day of Ja�uary, 2019. ,��j 4�.4fjj''� ap�Tr akqs 4��' �tF C� y G `r �"` �� � w J � � ��y "%��(7.".�t� Y� � HARTFOR6, a� �' �+'4 �i �. CON4. � �i,t ` �� '�ay aa M� �It �,J ,1" f �." f,� x> -�: ,��' --�,_ State of Connecticut C�� Pf �3i'f{Ofd 5S. f � ! $Y- Robert L. Rane , eniar Vice President Ort #his the 17th day of January, 2D19, before me persona6ly appeared Robert L. Raney, who acknowledged himself to be th� Senior Vice President af Travefers Casualty and Surety Company oi Rrnerica, Tra�elers G�sualty and Surety Campany, and Sl. Paut Fire and Niarine Insurance Company, and that he, as s�ch, being authorized so to do, execuled the %regoing instrument f�r ihe purposes therein contained by sfgning on behaff of said Companies by himself as a dufy auihorized officer. 1N WITNESS WHERED�, ! hereunta set rrry hand and officiaa seal. My Cammiss+on e.xpires the 361h day of June, ZD27 f':•.� P�.,,.vd� *�"e � ~� : t rsaTa�+r = a }� ;;��,, ;�� /�%.�1� ��-�'?. �"`"`19 Anna P. Nowik, Notary F'ublic �nrr��n� �'his Puwer of Rttorttay is granted under and by the authority of the fallowing resolulions addpted by lhe Boards of Directors of Travelsrs Casuatty and Surety Company of America, Travelers Casualiy and Surety CorrEpany, and 5t. Paul Fire and Marine Insurance Company, which resolutions are naw In fuii forc� and effect, reading as f�llows: RESOLVELi, thet the Chairman, the President, any �ce Chairman, any Executiva Vice Presideni, any 5enior Vice President, any Vice President, any Secand Via� �'r�sidet�t, the Treasurer, any Asstsiani Treasurer, the Corporate Secretary ar any Rssistant Secretary may appoint AtCQrneys-if�-�aCt and Agents to act for and on behaff of the Company and may gi�e suah appointea such authority as his or her certificate of au#hnrity may pcesnribe ta s�qn wiTh the Company's name and seai with the Ca�'tipany's ssal bands, recognizaroces, cantracts of indemnitp, and other writings ok�!ig�tory in th� nature of a bond, recognizance, or condiYional undertaking, and any of said oificers or the Board of �irectnrs at any time may remov� any such apAaintee and fevoke the power given him or her; and it is Fl1R7HER RESOLVED, that the Chairrrian, the I'resident, any Vice Chairman, any Executive Vice President, any Senior Vice President ar any Vice President may defegate all or any part af the foregoing autharity to ane or more afficers or employees of t�is Company, provided #hat eaoh such delegatian is in writing and .a capy thereoi is filed in the office of the Secretary; end it is FURTHEfi RESpLVED, that any bqnd, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recagnizance, or conditional Wndertaking sha!! !�e va{id and L�snding upon the Gotnpany wiren {a) �igned by the President, any Vice Eha9rman, ar+y Ex�eutive Viee President, arty Senlor Vice President or any Vice President, any Secnnd Vice President, the Treasurer, any Assistant Treasurer, the Carpotate Seoretary ar any Assistant Secretary and duly attested and sealed with the Cotrtpany's seal by a 5ecretary or Assistant Secretary; or (bj duly executed (under seal, if required) by ona nr more A4torneys-in-Fact and ,�gents pursuant to the power prescribed in his or her cerkificate or th�ir certificates af authority ar by one or mare Company oificers pursuant ta a written delegatian of authority; and it is F13FtTklER RESOLVEU, that the signature of each of the follovving officers: President, any Executive Vice President, any Seniar �ce President, any Vice President, any Assi6tant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company rnay bs affixed by tacsimile to any Pnwer of Attomey qr to any certificate relating thereto appointir�g Resider�t Vice Presidents, Resident Assistant Secretaries or Attorneys-in..Fact for purposes anEy of executir�g and attesting bands and uncEertakings and other writings ob{igatory in the nature thereof, and any sucE� Power of Attomey or cerfificate bearing such facsianile signature or facsimile seal shal4 be valid and binding upon the Company and any such power so executed and certified by such facsimile sjgnature and facsimile seal shall be valid and binding on the Co�npany in the futura with respect to any bond ar understanding to which it is attached. I, I[evin E. Hughes, the undetsigned, Assistant Secretery of Travelers Casualty and Surety Company of America, Travelers Casualty and Surafy Company, and St. Paul Fire ar�d Marine Insurance Company, do hereby certify that the abave and foregoing is a ttue and correct cQpy of the Power o� Attomey executed by said Companies, which remains in full iorce and affect. Dafed this i5�fi d3yof Qec�rnise� , 2DZ0 'Y� � N55,&w�l'� Jp.�EY.lyd� ��'i ,�� � � � � � 9� (i;4ii'FGAflL �$1 A HARiFOAb. � OO�f°� $t CUi�:�l.� i 4�%SL � �if i jf��' � f� .� s ►� � �' +� `� .' +'� o � `&1 � 4�y fS s�' �' � , Kaain E. F�ughes, AssE tant Seeretary Tr� ve� tOre.�,�2rieqticity af%irig Parve�of�['tareey. p�i'�ase ca/f �s �t i-SOD-42i 3�0. Please refer to the �hhotsa-named AtAon�rey-in Fac� �na► the datails of tHe �vnd E'o wfiici� this Power ofdtcbrney is a#�achetl. �4 611+1 • i PAYAAENT 9C}ND Page �. of 2 9. � � a � � ��� ��i� �� ��� � �'a��'f��i�i !�0 �1 � PAY�4sl�i+��' ���f� Bond No. 107262629 � ���w �� gv �� ��� �����r��: � 8 � �€i �� �,� �� �� �� 1� �7 � i� �ti �� ����� �� ���� � � ���� +�r�,, Reyes Group, L�df m. ��ew� �� °'�ri�ici��i" ��t�i[�, �r�d Travelers Casualty and Surety Co�npany of America ������a�,� ������ (�l�I#�1[*,9�� d1��/ ���1�1'ia��l �F� �`C� bt�l5i�ie +S ie� �;fir�� S�A.fG 43� T�3i��r i:.i1�w�1 �S �5«F�ty" h€�P�Iri �1fJI1��tI1�f A�l� i!� Fi1OP��, �re �jei� �r�c� �I�rr�ly b��na� ur�� 4��� �lit� c�fi ��r� w1��r�F�, � mu�i€clp�l �t��r�E�r� ����d ������� 4� �f�� taw� �f �h�: ���f� ef %x�s, krrat�r� �� ���f�' ��rr�l�i, !� ��� Fou�• Million Tliree Hund��ed Thirty One ���1 sur�i ef T}�nusand One H�ndred �leven and .St1/106-�d91i�r� {� 4,331,11 j_50 }, ����tf�l rnt�n�+� ��r fF� l�r�i��d 5����, ��► !�� pa�ri i� �ort �w �rtF�a T�r���� ��r��+, %r�s�s� fc�r• i�e ����€e�� a� �•�iiirF� surr� rr,r�ll ���1 �:��a1y �� �����i ua� birjE� �uP��ie+��, �ur h��r�, �as�c�tors, ss��rr�inistraEars, �u�cess�rr� ��d a5si��s. jt�ie��lya�d se�c+�r�lty, firtni� i�y t6��s� pP���n�s: �`��R�, �'rtfjci��l ��s �nt�r�d 1e�fo a c��ai� aaer4t�n �nt���t wita� �ity, �ara rd�� i�� 15ct� ��:� � IIecernber �_`} � 4�I�i��i �;�fl'�i��� B� �i�P���' F���PP�f� �� �i�� �t�#�� � �iF#�k �i@��€� fior all �uep���s �s if f�ily ��t €g�h �ier�ie�, F� f�rnisH �!i err�el�i�, ���t�rc��r�► I��car �nd ���r �cc�ss�rie� �s d�'iri�� �y ��w, Ii3 fi:Fi� ��q5£+�i��lLSFi 3;Yi ti�i� �f�i�iit ra� �i�iJl[�@G} �C3P �FE 3�fi� ��113$CgL`� �r�d d�sl�r�a��� �s �z ��s� ��:�T�r ���,.���_�t�ra,.���,�,�,�� se_�� ,�;��� �, �� r����r. v�r��.�.�� ��.�v. 2� �i�r P�o�e�t.I�to.���s9._4�4� �� �� i��l�t. i����i�3�, i{��� ��f��i1`Tit�i� �F �!� �f���ilt�� 1� s�cF� ���i I�' I�eir��ip�l sFiwEt 2� �«y all ��nl��s ��I�� � ar�� ��,�rtf dlij ��ier+�r+� �r�� ��rr��#ca�ig,+ ��� ���3r��d in �F���r 22�� of �� �� �� �� �� �� �h�'��x�s �av��r��tt�r�� Ge��, �� ���ricfed� in �h� �w��g��+�lc�� c� ��� �t�r�t u�r��� �&�� ��r��r��, ���N ��i� A�i��t�s�r� s#i�ll R� ���t b�r�� n�li ���# v���; ����rr�+�is� �� ��rr��iti� i�� ��If ��� ��d �ect. 'i'f�L� b���1 ts �+�tlY ��d �:��:�.��� ir� c���!l�r��� ���t�� �6�M3 �pr��r�d€��:� e�'r �;f���� ��� � ��� %.x�� C���enrn�n� ����, �� �rn��d��, SiH� �Ii II�E��IIf,��S Bfl �Fl1S b6Jii1� 5{1�II �� �I�$v�in�� tr� ����c�� �irch i�� �t�vist�r�� �ff �ti1d ���a��. CIlY Ll F�Q�7' Wi7�t�Fl rn F ina�Inkt�' �:,v�et:& �ow. k�x k x�v+oxc,��s�m sr�e r.�arar. �v s: �uan M1s� � o�. 5TItNR�Ri1 Ct7F�5YRUC7�ON SP�CIF1�'Pi�f� �CUMENTS sr.�.�s� oz�.�s R�wrls�dJ4�iy S, �ti11 c�� sa. �a- z PAYNtENT 90MD P;g� � o# 7 ;�, � II� Wf`��5� VI16��1�g�, �h� ��i��ci��l ��d ��ar�t� ��+�e ��Gh 5tC€� �d arid S�AI�q t��iis Ifl�tr�m�rn �i}+dul� ���i��rlx�c� ��nts �r�� �#i�r� 9n t�i� ��� _� 5th� d�y o� � Deceinher��v_ ^, �� 20 A7T�5T: .�7 ', � -� � � _ � ��[-� --- � - _._ _... _ #�1�3�1��� ��Gt'F��i�i'� � .. .. .�-� � r � -.-� Wi#n��� �s #a �iriei��l �R��l�IPA�,t Reyes Group, Ltd. �^, , , _, . �� _ �Y: ._ . . �/ �.- Q.�.r.-r. .,�.� _ �i'�����"_ _._� � N�u r e. tl.�: _i"`�.L__Lc.! �P�..t i-.�e�.t-+' �� r�l� �Fi� ���� �dd�'���: l 520 Parker Road .� ......� a..,..,.._�.�... Grand Prairie� TX 75�50 ,��� _. � SUi3�TY: Travelers Casualty and Surety Colnpa�iy of Americ� �: �Y: _� . _. _ � ,. WiTNESS: � 51�i�l��ut'+� _ . __._. �,... XXXXX3CXXXX��� ��Y���� �4lft�g � � tr� �ur�� � � � i � 9 � Lucianne Bischoffi'- Attnrney in Fact _.. ....,. .. ... _. _ _w .�. _.__ .� r, �._�.�.-- A��m� �Rd iit�� ����,�s. One Tower Square __ . . _ Hartford, CT 06183� � %ie�i�an�e #��m���: E80d) 747-37I9 �fr�ie: If si���� by �h �'iflcer� o� �f�� ��,�r�ty, �I�pr� rnusf be �r� �tl� � ��Efi�d eact��ct �rt� �h� �la��s ���rr�tn� #h�t 4his ��rso� ��s z�u��arif�r �o sigr� s��cF� �61ig��ic�ri. if Sut��tt�'� �F�ysicai ��1�i��ss !s di�'r����� f�r�� i�s r��lilet� �c�dr�ss, ��h r�u�4 tr� �ar��►i 1�r�. i�ie al��� � �P�� �ar�� si��lf ��c �� ��i�w �� ��� d�� �H� C�an�r�c-� 1� �w�wd�e�. ��1� ��� ���'f'E�lF�f GF�1't9� �tfR'I' IN�RTH vYas�oesrn. ��r: ape;3taaiuf nmrar, raa �cf rsma�r. xwnv s�oc n�.orssr.w� �n-��e; �� e-s, 5YANDAF3P�t.` 1Z ttCT1�N 5p�CiFtC,�'�i�N D�CUMl�t316 fk2�8A� 0%@4S {#t1�3sd J�ly i, ��1� ��������� ��r�av�l�rs ��s�altiy ar��1 S�w��+ CAm(��ny o�',�m�r�ica 7'r�d�l�rs ��s+��l�y �r�� ��r��� ��m�any ��. P��I �'ir� �r�d Mar�i�� �r+s�aran�� �sm�n�r��r p�1N�R 6F A'FTOF�NEY KNqW ALL AAEN 8Y iHESE PRESENT$: That Travelers Casualty and SUrety Company of America, Traveler5 Casualty and Surely Company, and Si. Paul Fire and Mar►ne Insurance Campany are corporations duly organized under fhe laws of ihe State of ConnecticraE (hereir� eollectively ea�fed the "Companies"), and that the Corripanies do hereby make, consfitute and appoint L.iICiANNE BfS�HOFF of SCHp,UNlBIERG � Iltinois , their trua end lawful Attorney-in-Fact io sign, execute, seal and acknowledge any and aH bnnds, recognizances, conditianaf undertakings and other writings obligatnry in fhe nature thereof on behaff of lhe Companir�s In their business of guarante�ing the fdefity of persons, guaranteeing the performance of contracts and executing or guarantecing bonds �nd undertakings required or �ermitted in any aciions or prnceedings aElowed by iaw. IEi WITNE55 WH�RL�OF, the Companies have caused this instrumeni io be signed, and their corporate seals ta be hereto affixed, this 1�th day of January, 2019. : µ,, ,::-�._ .`��,f:EUA[TY� ��*�rrakaa �{} 4,rs'�G• 7� `f [i� G'�e� 4"� {f � �1uk � � iWiT�OR�, � �� i�r. ip��I pp� �� d � COI:N. � Ji .`iV1 }+ � y# . �.a� - rb ��s 't+ ± , j� • � r ' �.Q . ��' � �� �� ti....F State of Cannecticut Ciry of HartFnrd ss. .d' _ " By: Ro6ert L. Rane , eniar Vice Presideni On this the 1Tth day af January, ZD15, hefore me persaneliy appeared Robert L. Raney, wha acknowledged hitttself to be ihe Senior Vice President nf Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Cnmpany, and Sl. Paul Fire and Marine Insurance Company, and that he, as such, being authorized sv ta da, exacuted the faregoing insCrumeni for the purposes therein cvntained by signing qn tsehatf of said Companies by himselfi as a duly authorized officer. i�! ►NITAEESS WHER�QF, I hereunfa set my hand and olfrcial seal. My Comrnission expires the 30th day of June, 2D21 rv�yo�r'� + ' ! p'�� Fr't; �PGSRRK � � � .,a. , ,'� /i'�1'1� � _ � �"'3�'`� � T ' Ar�na P. Nowik, Notary Public �'�r��c,,�d�` , �r- This Power of Attorney is granted under and by the authori[y af the folfowing resolutians ado�ted by the Boards of Birectc�rs n� Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insuranee Company, which resolutions are now in full forera atid effecl, re�ding as foilows RESOLVE�, that the Chairman, the President, any Uce Chairman, any Executive Vice President, any 5enior Vice President, any Vice President, any Second S/ice €'res'tclent, the �'reasurer, any AssistanE Treasurer, the Corparate 5ecretary or any Assistartt Secreiary rnay appdir� Attorney�in-�ad and Rgents ta act for and an behslfi o# the Campany ar�d maq give such appointee s�ah auihority as h'ts or har certiflcate af authority may presnritse fn sign vrith the Gampany's name and seal ruith the Company's seai 6onds, recognizances, contraat� of indemnity, and oth�r �+vritings abEigatory in the nature af a bond, recognizance, or conditional undertaking, and any of said offrcer$ or tiie Board of �irectors at any time may remove any such appaintee and re�oke the power given him or her; and it is FURTMER RESOLVE�, that #he Chairmar�, the F'resiclent, any Vice Chairman, any Executive Vice President, any 5enior Vice President or any �ce President may delegate all or any part of the foregoing authority to one or mare offrcers or employees of ihis Company, provided that each such deEegation is in writing and a copy thereof is filed in the office of the 5ecretary; and it is FURTH�R R�SOLV�p, ihat any bond, recognizance, contract of indemnity, or writing obligatary in the nature of a bond, recognixanae, or condftional undertaking sha61 b� va}td and binding upon the Company wheh (a) signed by the President, any Vice Chairman, any �xecutive Vice President, any Senipr Viae Presidenf or any Vice Presidant, any 5ecand Vice President, the Treasurer, any Assistant Treasueer, the Carporate Secretaty or any Assistant 5ecretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary; or (b) duly sxecuted (under seal, if required) by one or mare Attorneys-in-F'act and Age�ts pursuant to the power prescribed in his or her cettifieate or their certi#icates of authority ar by one or mofe Company officers pursuar�t to a wrikten detegation of autho�ity; and it is FUFtTMER RESOLVEf3, that #he signature of each af ihe folioviring ofiicers: President, any Execuii�e Vice President, any 8eniar Vica President, any Vic,e President, any Assistant Vice President, any Secretary, any A6sistant Secretary, and the seal of the Company may be affixed �y facsimile tra any Power of Attorn�:y or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant 5earetaries or Attorneys-in-Fact for purposes only nf exacuting and attesting bands and uncEertakings and other writings obligatory in the nature thereof, and any such Power of Attarney oe certificate bearing such fawimile signature or facsimile ssal shal4 be valid and binding upnr� the Company �nd any such power so executed and certified by such facsimile sEgnature and facsimile seal shall be valid anci binding on the Cc�mpany in the future v+rith respect to any bond or understanding ta Wnich it is attached. i, Kevin E. Httghes, lhe undersigned, Assistant Secretary of Travelers Casualty snd 5urety Company of America, Travelers Casua[ty and Surety Company, and St. Paut Fire and Marine Insuranee Company, do hereby certify that the above and foregoing is a true and corrsct copy of the Power of Attutney �xscuted taysaid Comparries, wfiich remains in ful� farce and effect. [3ated ihis 3�t�► day Qf �Te�emta�r . Z02B jY�6Y� a�IYRNA tti*�`�� � n ��� � �`� �� � � S wsn�=a� � � Hnar�oRo. R � c�ra� � ��cn�a+. a� canrr. g � tL� ry,. j' y4 ,`Y �� � 61 � fHy� �l,i � }� 'si!t�'� � � Kevin E. Nughes, Assi Eant Secret�ry �a v�Yify N�e aa��e�ific-r`�y nfHr�: Powte�af�f�oth�ej'i Pr�ase r�/I �sat i-8P70-4�1� 3S�S'O: Pleass r+efer to iHe a,6ove-named At�rne�-if�-r�act �nd the dstailr of t6e hand ta which �his Powar of.Qttor�rey is e ttacherl. 5urety Company Ackr�ou�+ledgemen� STATE OF iLL1NOi� COUNTY OF COO#� s�: On this l�th day oiDecember, 2020, befaye me pea•sonally appeared Lueianne �iischaff, ta me knflw�, who, being by m�e duly sworn, did depase and say: that (s)�e resides at �chaurnbur�, Iltir�ois, that (s}he is the Attorney in Fact of T�•avelers Casualty antl �urety Cnmp��y oi�Ame�-ica, t�e corporatian described in a�ad which exeeuted the annexed instrument; that (s}he knows the corporate seal of said co�poi•ation, that the seal affixed tv said inshument is such coiparate seal; that it �vas so af�xed by order of the Board of Directors of said cor�oration; Chat (s)he signed his/her name tl�eretp by Iike order; and that the liabilities of said corporation do not exceed its assets as ascertained in the manner provided by law. `�, � . Notary Public in and far the above County and State My Cammission Expires: Q91301�4 �FFICIA! SEA�, NA�AtI� M. I�E[7ZA Notary Public • Sfat� nt Illinois Comm(sston E ires S. 3� 2024 ��;� ,, t .. - � � -_ .,- � � � �,�. ,� -, � _ � � . : ��= q ��,�g�_�.. .�_��I.��.R�.t_R���_�,��-� l���� ��-�-��.�1� ```i.� �_�"�_'��i�fr.�7�+`��.c'�e�fA"JCiCi� ��� 1��1����.� A �[1��`'�,..,��x'�T; �.'��t n�ay c:a����Y Tr�����r: ��,���tty ���r�ty ��,m�ar�y af A�A��ric�, T�-�v�[ers ��st���ty �c ��ur�t�r ��mp�n�, �'rav���rs ��d��nity �;��.pany, �t�dard �ir� ��:s�r�n�� C`otn��n� J�tl�.�(3� ��J'[I�Lf��;�t�ti ��51,�.��.�j� �(1k��J�il� �[)�' i���€iiili�'�lCI�I ��" �[i II'1��� s� �Cilil�T��i��t �i. '�:'t�a��1�r� �3��r� t�.tt�a: ��a.�r�s � ��� �i�`k�� �tr��t �V�s� 'T€�v�+er, �u�t� �90(} �'���I�d���hia, �,�. 13�1U? ���7) �'�5��Z3C� {�b�� fi75�:31�� �'as� "�`�u ���r ������.�t t�� `��xa� 1����r�m�nt of�n��r�nce �Q c�bt�irz tE�.� i��for�z��ti��� €�� ��np�aai���, ��a��ra�e�, r���Z�� nr �znpl�ints afi: '�'�x�:� �e��rt���rzt �t' ��stt���xe� �.�. ��x l���ti� .�u�t��, T� 7f�714�� � �� ��43�) ����-:���33 .�T'�'�G�� 'i`I�� ?�C,�TIC.� T�l �E)iJi� ����. "z'k�is nt�ti�� is fvr ��fc�rr�at�ic�n r�nly ar�d ���s n�a� €����rra� a part €�r a r.c��dit�€�n €�f t�t� ��iack�ec� dcacut��ent ar�d is �iv�.�y it� �{�mply vuzii� S���isat� ���3-�� 1, �over��men� ��d�, ��d ��cti�r� 5�3.2�2, 1'r����y �c��i�, �t�°�etive ���te������y � „ ��3C1 � . DDfi119-3 MAINiENANCE BQNb P�ae x of3 i � � � � � � �i=9� � ��� €� �� �'�:.:�� � ���'!�. � � �"� �� ��I�������'� ���� BondNa. 1Q7262629 � ��.:flt��`; `�.Z.g,��'i'��� �$€�����i�li�. � � �� 3�, �� �� �� 15 1� 1'� .R� i� �� ��. �� �� ���ir' i�i° �i' �'���-a4�� � �°�� t�t� Reyes Graup, Ltd. _ . ¢�i���ttt �s "�Pdsi�G#�i�!" h���it� �C�d Travelers Casualty and Surety Company oi;,A�nerica., _„,� e�ept����� su�ty �su��ti�s,lf t�°te��'� t6���a ���} d�s�v �u�r��ri��� to �� �a�sl��s� t� #�� St��� �� i��as, �r�u�Ei �s "S�r�i�' �€�r�d� #����t���� ��oi� �r �����), �r� �5�4�9 an�i �irm�� �r���r�d �n�� ��� �i�� �� fi�r� �lc�rt�� � �u��i�ipal ��rpur,��i�r� �r����d p�rs���r� �� t�� l��s ��f�c� 5#�t� �f%��s, E��#{�1RlP9 c`�S ra���„ ��r�tr�, l� �#�� sc�m s�f,�, Fnur Million `1'liree Hundred Thirty One Thousand €3ne Hundred Ele�en.and .SO/� OQ--�il!€iP5 �$ `���31,1 i 1.50� ��f E���� ������y �g��; �rii�e�r� ��h���$ te� �� ��i� �n ��r� �i���; 't��r�€��� C��t����; %��a �s�r �a�r��n� �� wE�#a:E� sur�s �v�l� a�€� �r��y b� ��d� i�r�t� ���� �ity�r��i �s ��c�s�s���, ��� b�nd �ur��f��:s, ��r 4��ir�a ������r�, �d�air�ls'�r���r�, ��cr.����r� �r�����l�ns,l�sin�iy ��td s�v�r�liy, ��rr�l� ��v t���� pr���f�, �ra "e^��;az�f�.�g x�� �=f�i7�G6�ie�� �i�5 �it����� fri�$i $ ���ii� v�T�ai��f ��ia�s�a :�ii�� i��i� ki�� e��,►�� ��� .�h� IStlid�� �� Decembec ��20, +�1�ti�h ��r�ie��� 6s ���r�b� r��`��re� tt� �nd � ��ti� �� �`��r��fc�r �II ��arpas�s �� �fifcal�y ��i ��� �►��€r�, t� �'u����� ��t ��nat�ri�l�, �qra����nt l��r �r�€i �tE��r �����s�pi�s �� ��t���� �ay E���� �� th� �ras�cu���� �f tE�� �+icark, in�i�d��� ��+y �arE: r�s�t�l�� �r��°€ � �uly ���t�a��z�c� �h�n�� C�rd�r ��c��t���:iv�fy ��rr��r�r �cP�� "�if�r�") �� p�'cav���s� �a�r in ��i� ���r�r�� �r��i ��si�����d �� �� €����r����r°����r������t��w�����. n����� ����rT��� ���r����� ���, ��s� ��ss �� ���.lt�����. �� �i�:�r,���„�d�r�����.���.�;��n5 �� �� �"������r P��l�acl���i E�l��� i��ii ta ��� �uci� r�������is �r�� tv��� cat��t�s�et i�� t���� ir� �9 �c�€�rd��c� a���E� �6�� �ad�n�A sp�i���i�ra� �r� ��r�tc�� t��c��s���s ��r�� �3�� �ir�rk i� ��� �Ifi � � �. �2 rer���t� fr�� ��s��n ��fe�� ir� r��t�rl�Ss c�� ��ricrn��sh�� �r �r�d d�wa�� ti�� �erle�d �� �:�r�� (�} �r���� ���;r ��� a��� �f �3��� ��������t� �e ��� i�fe�Y�. ����� �;�� s"�1�4r���t��:�� ���i��'��; ��s�3 CITY�F F�fi't' WQ{3`�Fi m�san�r�arar-r�n�a.�r.a�w.��-��Hr�.zovr�nac:�m.G�.4V1r"Nr67 =fF�iC1, S�i'���DARl7 C01�`E'��lC�I�i,t $PECIFiCA"fEGi RDGUMEI�'i5 0�3�98s fi��5 C#�vl� � d 1t��y 1, �.Qii �. � �Q6119-2 �+iA1l�ENAP.`CE BflNQ P.�geZsf3 '��,��F3��, �P1r��t��E �1n�'s �tsel��o r��alw�e t����s�eu� �h� lAlo�t I� t���[►!� �r in ��rL ��t�r�t� iBC��VIi#� AD'il�,? �Bf�1 �I'i� �f�1 #3f �i�i� (3��[� i�i��'�1F:lP ��i ��jl f�Fi7� SFv{l��il �Fi� 341'[81flfGf�BY�C� �C'��C}t�. � �, ��tR�"i��������, #P�� c�ri�iflo� ����is �bll��xl�rt is s�c�t �h�t I�`#�ri�ci��i sh�ll r�rne�y � ��y der��tiv� ISVQ�E�, �ar wF+i�3j �im�ly n�'ii�g va�s ��nuided 1�� �iiy� �o � �F�pl�tir�n s��lsi�ei�ry � t� tpx� C��, �i��n t���s o�ali����an �Fi�ll �ee�m� ��li ��d ��ir3f �h�r�vis� � rem�ir� ir� f�11 f€�ee� ��d i �'re��. � 9 �� �� �� ���i+��i��, F��►�1��'�I�, if i�el�ei�al ��i�,�l �ii �n � eep�l� �r e��e���ru� any t'rrr��ly �t��i�� �gf�cilv� �lc�rk, �$ !� �r��d ��a� �ii�� €;� r�a�y e�u�� �r�y ��d �II ����h ��f�e�ive 4'��P�e �� k�� r���1r�� �i�r�da�' P��nstp��c�ed wi�� ali �ssoci���d c��s ti���of ��i�� ���� byr �ti�e �rincl��i �nc� t�� S�r�ty �e��er�hl� ivi�int�r��flee ��nd; ��d �� �� ����8�� �i��t'���3, that ii a�y 1���1 a�ie�n b� �ier� on t�ii� ��r�d, v�r��� s��ll il� ir� 9.� T�e�nt ��s��tqy, '�ex�g flr �he lit�f��d �tai�s t�t�4ri�'i: C��ar� fa� ��� I�or�h���n [�i5��� r]�%u.�5, ��� �� W�rrttrh Qi�i�[��; ��d �7 �� P�S�1VI[��F� ���t'�i���, th� ��Is ��li�fla� sh��if � c��tin��mus [n nat�r� �nd succ��.s�� 1�+ r�cav�ri�s rnay [�� i��d ���or� faP ���sslv� �P��cH�s. �0 CITY 4� ��TI'J0�'f�l t�a��s�rA�uyAsmapa�a.�n-wMrrrt:u�s�r�u�to�te�r.aar.ti�� �� �u�rxsPAov. STANURAD C[7N�Sf R1J6T19N, SP�CI FICATtON �C1CUii+lENTS a23B9 � li�4•`5 t7w-vlsed !u[y 1, �t111 Cw]6119-3 NfAIN4�FlANC� BON� P��e �' of 3 � i � � � � � 1(1 1�. 1� �� �.4 1� i6 a� �� 3� �0 �� �� �� 2� 2� �� �� �� �� �� �� �� �� �4 �� �� �� � �� I�i �'���� t,�'G��f����, #P�� fj'rifieipat �r7� �f�� 5ur�iy F��v� e�c� SIG(�E� afld ���L�@ thi�s ir�s����mcrr�4 by [it�ly ��i�o��� ��rr� �fi�1 �fi�c��r� q�3 tC�i� iF�� _ 15th ��y t�r _ _ _ December � � �� 20� ATi�SS�: . � / _. � ,� � ,G. .. �..,�. � {#�rir�ei�l� 5����r�1 ��-.. -�_--�--w_n..�... �_.. �+Vixn��s �s �c� r�in�i��l WTTNESS: �k�s��: XXXXXXXXXXXXXX ����� 1hlit�r�ss ��'� S��r��y � �€�#ti�1�14[,: Reyes Group, Ltd. � �/ / - �Y: %�., ���.t� . ..._. __���.�..�. •� Si�rr�tlii� _i�I1 c�s_r .� s_ � c - �� p�;.� ►_+_r �f�me �r�'� e 152Q Parker Road �€3i�rw.�s`--- -_ _�-- — - �.___ _, we. _�._._ r Grand Prai�•ie, TX '1505D �l�t���: Tra�elers Casualry and Surety Cotnpany of A�tzerica �Y: __....... G. ._ __ �i�n�f�r� Lucianne Biscitoff - Attorney in FacE . ... ._.... .,�...,. _f�ar�t� ar�d �1tI�Y_ _ �..... Addrr'es�: One "f awer Square� � _ �.q � Hai-tfnrd, CT 06 t 83� %[������ e���[��r: (soo} ���-3�ta.. � s_...-- �����: [f si�r��d t�y �� �ffir.�� s�i` �H� ��►�e%► ��►r�n�ny, ���rr� mus� �o �r� �it� � r.��i��d a����7 �r�e�n iFie �3y-1�ws si�t�wi�� �h�,� ��Is p�rr��n has ��ath��ity ta sl�rt s�c�i a�il�fii��ia 1� 5u►��s ph�+sical ���eesa is �1i#�P��� ��n� i�s rr��ikl�ig �dres�, ���h rflu�� �� {�ravid��. Ti�� ��t� �� �i�� b���d �F��all r��t � �ri�r to $�i e t�a�c �h� ��r��w�� Is �ms►�rd�d. fid`i'1'pFFLJRi Wi7R'iE� FY1sCp9i7f ETP(P1�ilJ�.IB�I.PA0�7d'.37.7��IIi�MDO§lifiElD1l�� C.G''F.l'JiS6AAMJ aarr. 5Tf�Ni7r1iDC�3NSTRL1Ci30ld SPEGIFICIkTI[7N ROCUMEN`r� a�389+r� OZdbK Rk'vi�:dlulY i, �011 ira��l��s C�s�a�l�y �nd ��a��iy �orr�t��ny �� I�m�rica ira��l�r� ��s��l%�+ �n�1 �u��t� ��m��ny� ������,��� ��, �aui �i�e �r�� i�awin� ins�uran�;� ��mpany pawE� aF A-rro��rer FU+tOW ALL id1f�TJ 8Y THESE Pla�'SEN7S: That Tra�elers Casualty and 5uraty Carrrpany of America, Tra�elers Casualty and Surety Company, and Sf. Paul Fira and Marine fnsueance Cotnpa�y are earparaiians duly arganized tirtcfer !he las�ts of the State af Conr�eetieut (here�n aolle�tively caHed the "Companies"), and thattF�e Companies do hereby make, constitute and appoir�t LCi�IANIVE BISCHOF� nf SCNAl1M8UFtG � Illinois , their frue and lawful Attorney-ir�-Fact to sign, execute, seal and acknowledge any and all bonds, recognizances, cpnditional undertakings and ather writings obligatory i� the nature thereof on behalf of the Companies in ihe9r business of guaranteeing the fidellty of persons, guaranteeing the performance of eontracts and executing or guaranteeing bonds and undertskings required or permitted in any aetions or proceedEngs alfowed by law. IIV WITNE�� WHEEiEO�, the Gompanies have caused this instrument to be signed, and their corporate seals to be hereto affixed, this 77th day af January, 2019. ,.._v r.. .�t�1�:`�v�'w � ��� ������ CAwt �� ,,�fw ,���,� 44{ '�� - w��. State of Cor�necticut Gity of HartFord ss. �jy��Y aNp3,4 'cS��S�M� c�� A aY 1rt a F45RTPORO. K �:' GY. �' ��1 � ;�� CONN. ya� � b�. �t . �� fs r��` -,,._..,. � .�� By: Rob�:ri L. Rane , enior Vice President On this the '17tN day af January, 2679, befare me personally appeared Robert l.. Raney, who ackrtvwledged himseff to be the Senior Vice President of Travelers Casualty and Surety Company of America, Trauelers CasualEy and Surety Company, and Si. Paul Fire and Marine Insurance CorrEpany, and that he, as such, being authorized so to da, execut�d the foregoing instna�rrent fpr the purposes theeein contained by signing on behaif of said Companies by hlmself as a duly authorized offcer. IN 4VIYN�55 Wi3EREOF, f hereunfo set my Mand and offlcial sea�. My Cflm�nlssion expires the 34Eh day af June, 2ii24 �4. ;hp .,�r5��, � � F�OTRRv /�/y/� � i .air� '� o�� f/ ��� Fi"� "'�,(�� ' Anna P_ Nowik, t�ntary Public "flNrauc� This Povuer af Attorney is granted under and kry the authorEty af the fnllowing resolutions adopted by the Boards of Directors of Travelers Gasualty and Surety Gompany of AmerEca, Ttavelers Casualiy and Surety Company, and 5t Paul Fire end Marine Insursrtce Company, which resalutierns are now in fulE forc� and effect, reading as follaws: RESOLV�D, that fhe Chairman, the President, any Viae Chairman, any Executive Vice Presider�t, any Senior Vice Presider�t, any Vice President, �ny 5econd Vice I'resident, the 7reasurer, any Assistant Treasurer, the Cnrpnrate Se�retary or any Assistant Secreta .ry may appoint Attornays-in-�act and Rgents io ac# for and on behalf of the Company and may give such app�intee such auiharity as his nr her certificate of authority may prescribe Ya sign wi#h ths �ompany's natne and seal v�th ihe Company's s+aal bortds, recogn�zancesr aontracts of indemnity, and ather writings obEipato.ry in the nature ot a bond, recogr�izance, or conditional undertaking, and any of said of�cers or the Board of L7irectors at any time may remove any such appointee and revoke the power given him or her; and it is FURTiiER RESOLVED, that the Chairman, the President, any �ce Chairman, any Executive �ce President, any 5eniar Vice President ar any Vice �resicEent may delega#e all or any part of the foregoing author�ty to nne or more officers or etnpiayees of this Company, prnvided that each s�ch delegation is in writing and a eopy thereaf is filed in the office of the Secretary; and it is FURYFI�R FiES�LVEU, that any bond, recognizanca, oon#ract pf indemnity, or writing obligatory in th�; nature of a bond, recagnizance, or condifional under#aking �ha�# #� vafid ar�d �irsdirrg upon tha Company vrhen (a) si�ner! by the President, any Vice �hairr�a�, any Executive Vio� �resident, any Senior Vice President or any Uce President, any 8ecand Vic� Presidenf, the Treasurer, any Assistant Treasurer, the Corporaie Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant 5ecretary; or (b) duly executecf (urtder seat, if required) by one or more Attomeys-in-Fact and Ager�ts pursuant ta the power prescri�ed in his or her cer#iftcate or their certificates of authority or by one or mora Company oificets pursuar�t ta a written deEegation of autharity; and it is FUFtTHER RESOLVED, that the signature of eaoh of the #ollowing officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice Rresiden#, any 5ecretary, any Assistant 5ecretary, and the seal of the Company may be aifixed by facsimiEe to any Power of Aftdrney or to any certificate relating thereto ap}�ointing Resident Vice Presidents, Resident Assistant Secretaries or Aitarneys-in-Fact far purpnses only of executir�g artd alfesfing bonds and undcrfakings and other writings ob{igatory in the nature thereof, and any such Power of Attorney or certificate bearing such facsimile signature or facsimiEe seal sha11 be valid and binding upon ihe Co►npany and any such poWer so executed anci certi�ed by such facsimile signature ar�d facsirr3iie seal shall be valid and binding an the Company in the future witM respect to any bpnd or understanding to which it is attached. 1, Kevin �. Wughes, the undersigned, Asslstant 5ecretary of Tra�elers Casually and Surety Company of America, 7ravelers Casually end Surety Campany, and St, Paul Fire and Marine Er�surance Campany, da hereby certi�jr that the above and foregoing is a frue and correct copy of the Power of Aitomey executed by said Companies, which remains.in full farce and effect Dated this 1bt#� dsy af i]�cember , ZU2� _„�., �1�G�ir' ��7`9 i_ o P41 T ANO s � `qa � � �Y FN!l7FOR04� � HARiFOROe � �° OGi=II�2`i `��CEJ::7 � t 06�i•i. .� � ¢�6� w � ti�p� ' �.�� 'abf , F�w°t� `S, y7 � , ��f �' � 2e' Kevin E. Hughes, Assi ta� nt S retary T� e�eryfg� t'/►a auelre�r�ieiiy� of t,i�r� r�wef° of�t[�ot�ey, pfearse c�If us ag 1-SQO-421 3t�0. P/�ase re%Y to tfr� a�ltov�-►s�mrEal.9�on���-il� �'ac� ��d RFie a"siails of ��v�d ta wlxici� thfs i�bwer ofA!'�or►�ey is at�arfie�r'. Surety Company Acknowledgemenf STATE OF iLLTNOiS COUNTY OF COOK S5: On this l.�th day af December, 24�0, befo�•e tne pe�•sonally appeared Lucianne Bisr.hnff, to me kriown, who, l�eing by �ne �uly sworn, did depose and Say: that {s)he resides at 5cha�utnburg, Tllinais, that {s}he is the Attv�•ney iaz Tact of Ti•avelers Casualty and 5ureiy Cornpany of America, t.�e co�pox•ation descr�bed in and which executed the a�exed �s�rument; that (s)he knows the cor�orate seal of said corpo�•ation, t�at the seal afiixed to said instrument is s�ch cotporate seal; that it was so aff xed by ortler of the l3oard of Directors af said c€��poratior►; that (s)he signed hislher �ame the�•eto by like order; and ti�at the liabilities of said co�poration do not exceed it� assets as ascertained in the manner provided by law. '�x.�pi-�.t�C. i�'�' _ ��9.--_ Notary Public in and fo�- the above Cotu�ty and State My Carnmission. Expires: 49/30/24 OFF1CIAt S�14L NA�ALI� M. N�DZA Notary pu6fic - Sta#e 4f lilinols My Canr�issian � ires Se . 30 2Q24 , . - - �. �s r _.-r �-�— � :..� s � . � :; — � , �.` ��^_ -,��.`y.�� `� �a,. �, .- �N��!�.:�����.���`�. ���'���� ����������_�_��`�w�� rr� J��� 1� ��� ��t�ci�i.t_��'.��+�_t^� � �, ���� � t.�i���.�'.��`� '�t�u n�a.y ��t��t `�r�.��t�ry �a.���tt� � �u��tv t�c�m�a�y �f �r���ri��, T����t�:�s �"�s��It� � ���r���t ��r.�p�n�►, `i'r�.v�t��s I�d�t�ni�y ��mp�ny� St�nc���-d �'i�-� ����r�t�� Gc�m��n�r a���l�r �����f���n ���ualty Campa��y f+�r in�'c��naa�i�n or i� ��P�� ��c���t�i�.t ��: °�°. �_,►���r� ���d ���n: �`I��Tn� l �00 �arf��� S�r��t i�V�s� '�'c�uu�r��, �t��t� 290� �'hila��l�h��, �A i t� � �� ;��7� �`1��31�� ,��67� �`���31{�2 F�x `�`�� rn�� u��z���� t�� ��xa� T��g�rL�ri�r�t �f��►st����c� t� ����zn ���� i���c�r����ii�r� �a�� tPs�racSiiC�i'8��✓if '�v� Y'y�.i%b�+ `+l= A L��A''L�S �y VLIi1i�JE�d1..t��Y �G. S '��xa� i�����z���� c�£ ���ucax�� �.��. �r�� 1�4��0� ���s��c�, '�'� `�87 i��� I�4 ����� �5�-=3�39 .�i"�AG�-� `�'��� �ff�'i`It�.:E Tf3 �'t�U�� Bt�I�. �'�is ��otic� i� �csr tr�f4rmatic��� �nly and .,���� r��t �ecc�rn� a ��.a� ��r a �-,�,n�itao� oftf�e ��tactaec� ct4�umerEt �nd �� ��v��� to cnrnply �it� ���tic��t �L53-��1, ����ias���r�t �'�d�, and ���tic�z� 53.���, ,�rc��er�y �o�#�} �����i�� �e�t�n����• �, ��3ti S . ���nke� r4dditien�l I��ur��d - �wrn�r�, L���e�� or C�n�r���ors - �+i�h �rodu�t���ompl�t�d Op�r��ior�s �owerag� �rndo�ser��hf This endorsement modifies insurance provided under the follawing: COMMERCIAL GENERAL LEABILITY COVERAGE PART It is undersioocE and agreed as follows: 1. 4�VH0 IS AR� IWSUR�D is amended ta include as an insured any person or organization whom you are required by written contract to add as an additional insured on this co�erage part, but only with respect to liability for bodily injury, proper#y damage or personal and adverr�ising injury caused in whole or ir� parf by your acts or omissions, or the acts ar omissions of thos� acting on your behalf: A. in the perFormance of your ongoing operaiions subject to such written contract; or �. in the perFormance of your work subjeck to such written contract, but only with respect to bodily injury or property damage included in the products-completed operations hazard, and only if: 1. the writien contract requires you ta provide the additional insured such coverage; and 2. this coverage par� provides such coverage. ll. But if the written caniract requires: A. additional insured coverage under the � 1-85 edition, 10-53 edition, or 10-01 edition of CG201 d, or under the 10-0'f edition of CG2037; or �. acEditional insured coverage with "arising out of" language; or C. additional insured coverage to fhe great�st exteni permissible by law; #hen paragraph I. above is deleted in its en#irety and replaced by the fo[lowing: WHO IS AP! IIVSUR�� is amendec� to include as an fnsured any person or arganization whom you are required by written contract to add as an addifional insured on this coverage part, but only with respect to liability for bodily injury, property damage ar personal and adve�ising injuryr arising out of your worF� that is subject to such written contract. III. Subject always to the terms and conditions of this policy, including the limits of insWrance, the Insurer will not provide such additional insured with: l�. coverage broader than required by the written con#ract; or B. a higher limit af insurance ti�an rec�uired by the written contract. IV, 7'he insurance grantecE by this endorsement to ihe additional insured does not apply to bodily injury, prop�rty damage, or personal and advertising injury arisi�g out of: A. the rendering of, or f�e faiiure to render, any professianal architectura�, engineering, or surveying services, including: 1. the preparing, a�pro�ing, or failing to prepare or approve maps, shop drawings, opinions, reports, surveys, field orders, change arders or drawings and specifications; and 2. supervisory, inspection, architectural or engineering activities; or �. any premises or work far which the additional insured is specifical[y iisted as an additional insureci on another endorsement atiach�d to this coverage part. V. Uncler COf4AF+A�RCI�lL G�F��RA� �IA�I�I�1( C9hE�l�"IONS, the Condition entitled Other Insurance is amended to add the following, which supersedes any pravision to the contrary in this Cvndition or elsewhere in this coverage pa�t: Primary anc! IVoncontributory Insurance CEVA75fl79XX (1d-96) Palicy No: 6080362967 Page 1 of 2 Endorsement No: 0� National Fire Insurance Co. of HartFord Effective Date: 0 410 9 12 02 0 Insured Name: Reyes Group, Ltd. Copyrighi CNA All Rights Reserved. Includes copyrighted materiel of Insurance 5enrices dFfice, Inc., wilh its permission. �lanket Addition�l Insur�ed � ��ners, �esse+�s or Conf�a��co�� � rn�i�h Produ�f��Cv�npl�t�d Op�r��ions Cod�rac�� Endor��r��r�� With respect to other insurance a�ailable to the additional ir�sured under which the additional insured is a named insured, this insurance is primary to and wiil not seek contribution from such other insurance, provided that a written contract requires the insurance provided by khis palicy to be: 1. primary and non-contributing with other insurance a�ailable to ihe additional insured; or 2. primary and to not seek contribution from any other insurance available to the additional insured. But except as specified above, this insurance will be excess of all other insurance a�ailable to the additional iRsured. VL Solely wiih respect to the insurance granted by this endorsement, the section e�titled C014AiV��RCl/�L G�IV�RA� �IA�I�I�Y CO{V�I�IOPES is amended as follows: The Condition entitled Duties In ihe �vent of Occurrence, Offense, Claim or Suit is amended with the addition of the following: Any additianal insured pursuant fo this endorsement will as soon as practicable: 1. give the Insurer written notice of any claim, or any occurrence ar offense which may result in a claim; 2. send the Insurer capies of all legal papers recei�ed, and otherwise cooperate with khe Insurer in the investigation, defense, or settlement of the claim; and 3. make available any other insurance, and tender the defense and indemnity of any claim to any other insurer or self-insurer, whose policy or program applies to a loss that the insurer covers under this co�erage parfi. However, if the writEen contract requires this insurance to be primary and non-contributory, this paragraph 3. does not apply to insurance on which the additional insured is a named insured. 7he lnsurer has no duty to defend or indemnify an additional insured under this endorsement until the Insurer receives written notice of a claim from the additional insured. VII. 5olely with respeck to the insurance granted by this endorsement, the section entitled D��I€�IiIOWS is amended to add the following definition: Written contract means a writken contract or written agreement that requires you to make a person or organization an additional insured on this coverage part, pro�ided the contract or agreement: A. is currer�tly in effect or becomes effecti�e during the term of this poiicy; and �. was executed prior to: 1. the bodily injury or property darnage; or 2. khe offense that caused the personal and advertising injury; for which the additional insured seeks coverage. Any co�erage granted by this endorsement shall app�y solely to the extent permissif�le by Eaw. All okher terms and conditions o# the Policy remain unchanged. This endorsement, which forms a part af and is for attachment #o the Policy issued by the designated Insurers, takes effect on the effective date of said Policy at the hour stated in said Policy, unless another effecti�e date is shawn below, and expires concurrently with said Policy. CNA75079XX (10-16} Page 2 of 2 National Fire Insurance Co. of Hartford Insured Name: Reyes Group, Ltd. Capyright CNA All Rights fteserved. Policy No: 6080362967 Endorsement No: 01 Effecti�e Date: 04/0112�20 Includes copyrighted material of Ensurance 5ervices Office, Inc., with its permission. STAllT�AR� GElVERA�C. COI��Y'�'g��TS OF 'I'�Il� C�l�TS'1�R�T�'�'I�llT COI�TRAC'T CITX OF FQRT WORTH FYIa-CD95TREEf REPAIRAN� RECON. PROGRAM AND NEAR SOUTH 51�€ ME�. DIST. W&55 MAIN IMPROV. STAMDAIiD CONSTRUCTION SPECIFICATION DOCUMENTS 02389 & 02445 Revision: Mazr�i 9,2020 STANDI�RD GENERAL CONDITIQNS OF THE CONSTRUCTION C4NTRACT TABLE OF COI�TTEliTTS Page Article 1— Definitions and TerminoIogy ....................................................... 1.41 Deflned Ternns ............................................................................ 1.02 Terminolagy ............................................................................... Article 2 — Preliminary Matters .................................................................. 2.01 Capies of Documents ............................................................. 2.42 Commencement of Cantract Time; Notice ta Proceed......... 2.03 Starting the Wark ................................................................... 2.04 Befare Starting Construc�ion ................................................. 2.45 Preconstructior� Conference ................................................... 2.06 Public Meeting ....................................................................... 2.Q7 initial Acceptance of Schedules ............................................. ..........................................1 ..........................................1 .......................................... 6 ............................... ............................. .. ........................ ....... .... ........................... .... ................... . . .... .. ...... . ...................... .. .... ......................... .. .... ........................... Article 3— Contract Documents: Intent, Amending, Reuse ........................................ 3 .0 l Intent .................. .................................................. .......... .......... ..... ............ . 3.42 Reference Standards .................................................................................. 3.03 Reporting and Resolving Iaiscrepancies ................................................... 3.04 Amending and Supptementing Contract Documents ............................... 3.05 Reuse of Documents ................................................................................. 3.06 Electronic Data .......................................................................................... ............... 7 ............... 7 ............... 7 ............... 8 ............... $ ............... S ............... S ............... 8 ................................... S ................................... $ ................................... 9 ................................... 9 .................................10 .................................10 ................................. 11 Article 4— Availability of �,ands; Subsurface and Physical Condiiions; Hazardous Environmental Conditions; Reference Points ...........................................................................................................11 4.01 Availability af Lands ..................................................................................................................11 4.02 Subsurface anc� Physical Conditions ..........................................................................................12 4.03 Differing S�bsurface or Physical Conditions .............................................................................12 4.04 Underground Facilities .................................................................................::............................13 4.05 Reference Points .........................................................................................................................14 �.06 Hazardous Enviranmental Condiiion a# Site ..............................................................................14 Ariicle 5— Bonds and Insurance ................................................................................................... 5.01 Licensed Sureiies and Insurers ................................................................................., 5.02 Performance, Payment, and Maintenance Bonds ...................................................... 5.03 Cer�ificates of Ir�surance ............................................................................................ 5.04 Contractor's Insurance ............................................................................................... 5.05 Acceptance af Bonds and Insurance; Option to Repiace .......................................... A�ticle 6 — Cantractor's Responsibiiities ............ 6.01 Supervision and Superintendence... C1TY Oi' FORT WpRTH STANDARD CONSTRUCTION SPECIFICATION DdCUMENTS Revision: March4,2020 .................16 .................1� .................1 G .................16 .................18 .................19 ..................................................................................... t 9 .....................................................................................19 FY1$-0695iREET REPAIR AND RECON. PROGRAM AN� NE4R SOUTF{ SIDE ME�. OIST. W&55 MAIN IMpR4V. 02383 & 02445 6.02 Labor; Working Hours ............................................................ 6.03 Services, Materials, and Equipment ....................................... 6.04 Project Schedule ...................................................................... 6.05 Substitutes and "Or-Equals" ................................................... 6.06 Concerning Subcontractars, Suppliers, and Others ................ 6.07 Wage Rates .............................................................................. 6.08 Patent �'ees and Royalties ....................................................... 6.09 Permits and Utilities ................................................................ 6.10 Laws and Regulations ............................................................. 6..11 Taxes ....................................................................................... 6.12 Use of Site and Other Areas ................................................... 6.13 Record DocuKne�ts .................................................................. 6.14 Safety atad Protection .............................................................. 6.15 Safety Representative .............................................................. 6.1 fi Hazard Communication Programs ......................................... 6.17 Emergencies and/or Rectif cation ........................................... 6.18 Submittals ................................................................................ 6.19 Cantinuing the Work ............................................................... G.20 Contractor's General Warranty and Guarantee ...................... 6.21 Indemnification ....................................................................... 6.22 Delegation af Professional Design Services .......................... 6.23 Right to Audit .......................................................................... 6.24 Nondiscrimination ................................................................... Article 7- Other Wark at the Site.. '�.a1 Related Wark at Siie .. 7.02 Coordination ............... ... .............................................. ................................................. .................................... .................................................... 20 .......................................... .......... 20 .................................................... 21 .................................................... 21 .................................................... 24 .................................................... 25 .................................................... 26 .................................................... 27 .................................................... 27 ..... ............ ................................... 28 .................................................... 28 .................................................... 29 .................................................... 29 .................................................... 30 .................................................... 30 .................................................... 30 ..... ............................................... 3I .................................................... 32 , ................................................... 32 .................................................. 33 ......... ........................................... 34 .................................................... 34 .................................................... 35 ..................................................... 35 ..................................................... 35 ..................................................... 36 Article8- City's Responsibilities ................................................................................................................... 36 8.01 Camrnunications to Contractor ................................................................................................... 36 8.02 Furnish Data ................................................................................................................................36 8.a3 Pay Wiien Due ............................................................................................................................3f 8.04 Lands and Easements; Reparts and Tests ...................................................................................36 $.OS Change Orders .............................................................................................................................36 S.Q6 Inspections, Tests, and Approvals .............................................................................................. 36 � $.07 Limitations an City's Responsibilities .......................................................................................37 8.08 Undisclosed Hazardous Environmental Condition ....................................................................37 8.09 CompIiance witl� 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 4.03 Auihorized Variations in Work .................................................................................................. 38 9.04 Rejecting Defective Work ..........................................................................................................38 9.05 Determinations far Work Performed ..........................................................................................38 9.Ob Decisions on Requireme�ts oiContract Documents and Acceptability of Work .....................3$ CITY OF FORT WOR'fH FY18-0095TRE€T REPAIR AND RECOM. PROGRAM AND NEAR SDUTH SIOE MED. �IST. W&55 MAEfJ IMPROV. STANDARDCONSTRUCTION SPECIFICATION DQCUMCNTS 02389 & d2445 Revisian: Mard� 9, 2020 Article 10 - Changes in the Wor�C; Ctaims; Extra Work ................................................................................3$ 10.01 Authorized Changes in the Work ............................................................................................... 38 10.02 Unautharized Changes in the Worlc ...........................................................................................39 10.03 Execution of Change 4cders .......................................................................................................39 14.04 Extra Work ..................................................................................................................................39 10.05 Notification ta Surety ..................................................................................................................39 10.06 Contract Claizns Process ................................................:............................................................ 40 Article l l- Cost of the Work; Al�owances; Unit Arice Work; Plans Quantity Measurerx�ent ...................... 41 11.01 Cost ofihe Work .........................................................................................................................41 11.02 Allowances ..................................................................................................................................43 11.03 Unit Price Wortc .......................................................................................................................... 44 11.04 Plans Quantity Measurement ......................................................................................................45 Artic�e 12 - Change of Contract Priee; Change af Contract Time .................................................................46 12.01 Change af Contract Price ............................................................................................................46 12.02 Change of Contract Time ............................................................................................................47 12.03 Delays ..........................................................................................................................................47 Article I 3- Tests and Inspections; Carrectio�, Removal or Acceptance of Defective Wark ...................... 4$ 13.UT Notic� ofDefects ........................................................................................................................48 13.02 Access ta Work ...........................................................................................................................48 13.03 Tests and Inspections .................................................................................................................. 48 13.04 Uncovering Wark ........................................................................................................................49 13.05 City May Stop the Work .............................................................................................................49 13.0b Correction or Removal of Defective Work ................................................................................50 13.a7 Carrection Aeriod ........................................................................................................................50 13.08 Acceptance of De%ctive Work ................................................................................................... S l 13.09 City May Correct Defecti�e Work .............................................................................................51 Article l 4- Paynnents to Contractor and Completion .................................................................................... 52 I4.01 Schedule of Values ......................................................................................................................52 14.02 Progress Paytnents ...................................................................................................................... 52 14.43 Contractor's Warranty of Tit1e ................................................................................................... S4 14.04 PartiaL Utilization ........................................................................................................................55 14.05 �'inalInspection ...........................................................................................................................55 14.06 Final Acceptance ......................................................................................................................... 55 14.07 Final Payment ..............................................................................................................................56 14.08 Final Campl�tion Deiayed and Partial Retainage Release ........................................................56 14.09 Wai�er of Claims ........................................................................................................................ 57 ArticIe 1 S- Suspension af Work and Termination ........................................................................................ 57 15.Q1 City May Suspend Wark .............................................................................................................57 l S.Q2 City May Terminate for Cause ...................................................................................................58 15.03 City May Terminate For Convenience .......................................................................................60 Article16 - Dispute ResoIution ...................................................................................................................... 61 �6.01 Methods andProcedures .............................................................................................................61 CITY OF FdA1' W�RTH FY18-0095TREEf REPAIRAND RECON. PROGIiAMANp idEAR 5913�H SI�E NEEO. DIST. W&55 MAIN IMPROV. STANDARDCdNSTRUCTTQ�I 5PECIFICATION DOCUMEN'TS 423$9 & 02445 Revision: Mar�ch 9, 202U Article 17 — Misceilaneous ..................................................................................... 17.O1 Giving Notice ..................................................................................... ] 7.02 Computation of Times ....................................................................... 17.03 Cumulative Remedies ........................................................................ 17.04 Survival of Obligations ...................................................................... 17.05 Headings ............................................................................................. ....................................... b2 ....................................... 62 ....................................... 62 ....................................... 62 ....................................... 63 ....................................... 63 CITY OF FORT WORTH FY18-CO95TREEf REPAIR AN� NECON. PROGHRM ANO NEAR SOIITH SIDE ME�. UIST. W&55 MAIN IMPROV. STANDARD CONSTRUCTION SPEC[PICATTON DOCU3vIG3VT5 D2389 & Q2445 Revision: Ma�rt�9, 202(1 oo�aao-i GEiVERAL CONDITION5 Page 1 of 63 ARTICLE 1— DEFIN�TIONS AND TERMINOLOGY 1.01 Defined Terms A. Wherever used in tHese General Conditions or in other Contract Dacuments, the terrns listed below have the meanings indicated which are applicable to both the singular and plural thereof, and vvords denoting gender shall include the masculine, feminine and neuter. Said terms are generally capitalized or wirii�en in italics, but not always. When used in a cantext consistent wifih the de�nition of a listed-defined term, the term shall ha�e a meaning as defined below whether capitalized or italicized ar otherwise. In adcfition to terms specifically defned, terms with initial capital letters in the Contract Documents inctude references to identified articles and paragraphs, and the titfes of other documents or fa1-�ns. 1. Addenda Written or graphic instruments issued prior to the opening of Bfds which clarify, carrect, or change the Bidding Requirerr�ents or the proposed Contract Documents. 2. Agreenaent—The written instrurnent which is evidence af the agreernent between City and Cantracior covering the Work. 3. Appliccation for Payr►aent The form acceptabie to City which is to be used by Contractor during the course af the Work in requesting progr�ss or fina� payments and which is to be accompanied by such supporting documentation as is required by the Contract Documents. 4. Asbestos—Any material thai contains inare than one percent as�estos and is friable or is releasing asb�stos fibers inta the air above current action levels established by the United States Occupational Safety and Health Administration. 5. Awarcl— Authorization by ihe City Council for the City ta enter into an Agreement. 6. Bid—The ofFer or proposal of a Bidder submitted on the prescribed form setting farth the prices %r the Work to be performed. 7. I3idder The individual or entity who subznits a Bid directly to City. 8. Bidding Docun�tents—The Bidding Requirements and the proposed Contract Documents (including all Addenda). 9. Bidding Requirenaents The advertisement or Invitation to Bid, Inst�uctians to Bidders, Bid security of acceptable foz-m, if any, and the Bid Form wiih any supplements. 10. Business Dcry — A business day is de�'ined as a day that the City conducts normal business, generaliy Monday through Friday, except for federal or state ho(idays observed by the City. 11. Calenda�^ Day — A day consisting at' 24 hours measured from midnight to ihe r�ext rrtidnight. CITY OF FORT WORTH FY18-L�95TREET REPAIR AND RECAN. PROGPAM ANU NEAR SOUTH 516E MED. �IST. W&55 MAIN IMPROV. STAAfDARDCdi+1STRUCTION SPECIFICAT[4N DOCUM�N1'S Q2389 & �2445 Re�ision: Marckt9,2D2(} 007200-1 GENERAL CONDITIONS Page 2 of 63 12. Change Order A doc��ment, which is prepared and approved by the City, which is signed by Contractor and City and authorizes an addition, deletion, or revision in the Work or an adjustment in the Contract Price or the Contract Time, issued an or after the Effective Date of the Agreement. 13. City— The Ciiy of Fort Worth, Texas, a home-rt�le municipal corporation, authorized and chartered ur�dcr the Texas State Statutes, acting by its governing body tbraugh its City Manager, his designee, or agents authorized under his behalf, each of which is required by Charter to perfor�n specific duties with responsibility for final enforcement of ��e contracts involving the City of Fort Worth is by Charter vested in the City Manager and is the entity with whom Contractor has entered inta the Agreemeni and for whom the Work is to be perForm�d. 14. Ciry Atto�-ney — The officially appointed City Attorney oi the City of Fort Wor�h, Texas, or his duly authorized representative. 15. City Council - The duly elected and qualified gaverning body of the City of Fort Worth, Texas. 16. City Ma�aager — The officially appointed and authorized City Manager of the City of Fort Worth, Texas, or his duly authorized repz-esentative. 17. Contract Claim A demand or assertian 6y City or Contractor seeking an adjustment of Contract Price or Contract Time, or boih, or other relief with respect to the terms of the Contract. A demand for money or setvices by a third party is not a Contract Claim. 18. Contract—The entire and integrated wriiten docurr�ent between the City and Contractor concerning the Work. The Contract contains the Agreement and all Contract Documents and supersedes prior negotiatior�s, representations, or agreements, whether written or oral. 19. Contract Documents Those items so designated in the Agreement. All items listcd in the Agreement are Contract Documents. Approved Submittals, other Contractor submittals, and the reports and drawings o� subsurface and pk�ysical conditions are not Contract Documents. 20. Contract P�ice—The moneys payable by City ta Contractor for completion of the Work in accordance with the Con�ract Documents as stateci in the Agreement (subject to the provisions of Paragraph 11.03 in the case of Unit Price Work). 21. Cont�crct 7'ime—The number of days ar the dates stated in ihe Agreement to: {i} achieve Milestones, if any and (ii) complefie the V4�ork so that it is ready for Final Acceptance. 22. Cont�actor—The individual or entity with whom City has entered into the Agreement. 23. Cost of the Wo�k—See Paragraph 11.01 of these General Conditions for definition. C[TY 4F FdRT WORTH FY16-C�9 STREET ftEPAIR AN� RECON. PflOGRhM AN� NFJSR SOUIH SI�E MED. PIST. W&55 MA1N IMPROV. S1'ANDARD CONSTRUCT[ON SPECIFICATIOM DOCUMENTS OZ389 & 02445 Revision: March9, 2020 007206-1 GEi�ERAL CONDITIOiVS Page 3 of 63 24. Dam�rge Claims — A demand for money or services arising from the Project or Site from a third party, City or Contractor exclusive of a Coniract Claim. 25. Day or day — A day, unless o#herwise de�ned, shall mean a Calendar Day. 26. Director af Avi�tion — The officialiy appointed Director of the Aviation Department of the City of Fort Worth, Texas, or his duly appointed representati�e, assistant, or agents. 27. Dit�ector of Pcrrks and Comfrtunity Services — The official�y appointed Director of the Parks and Community Services Department af the City of Fort Worth, Texas, or his duly appointed repr�sentati�e, assistant, or agents. 28. Director of Planning and Development -- The officially appoinied Director of the Planning and Development Department of ihe City of Fart Worth, Texas, or his duly appointed representative, assistant, or agents. 29. Director of Tr�anspo�tation P�blic Works — The oificially appointed Director oi the Transpartation Fublic Works Department of the City of Fort Worth, Texas, or his duly appointed represeniati�e, assistant, or agents. 30. Director of Water Department — The officialIy appointed Director af ihe Water Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 31. Drawvings—That part af tHe Contract Documents prepared or approved by Engineer whic� graphically shows the scope, extent, and character of the Work ta be perfarmed by Cont�actor. Submittals are not Drawings as so defned. 32, Effective Date of the Agreement—The date indicated in the Agreement on wh.ich it becomes effective, but if no such date is indicated, it means the date on which the Agreement is signed and delivered by the last of th�e two parties to sign and deliver. 33. Engineer--The licensed professional engineer or engineering �rm registered in the State of Texas performing pro%ssional services forthe City. 34. Extra Wvrk — Additional work made necessary by changes or alterations of the i;ontract Documents or of auantities or for other reasons for which no prices are pro�ided in the Contract Documents. Extra wark shall be part of the Work. 35. Field Order — A written order issued by City w�ich requires changes in the Work but which does not involve a change in the Contract Price, Contract Time, or the intent of the Engineer, Field 4rciers are paid frorn Field Order AIlowances incarporated into the Contract by fundecf wor�C type at the time of award. 36. Final Acceptance — The vc�ritten notice given by the City to the Contractor that the Work specified in the Cantt'act Documents has been completed ta the satisfaction af the City. C1TY OF FORT WORTH FY18CU9 STREET REPAIR AND REODN. PROGRAM AND NEAR SOUTH SI�E ME�. pIST. W&55 MAIN IMPROV. STANDARD CONSTRUCTION SPCCIFICATIdN DOCUivI�N1'S 02389 & 02445 lZe�ision: Mardi9,2020 00 72 QO -1 GENERAL GON�I710NS Page 4 af 63 37. Fincal Inspection — Inspection cart'ied out by the City to verify ihat the Contractor has completed the Wark, and each and every part or appurtenance thereof, fuIly, entirely, and in confor�nance with the Contract Documents. 38. Gene�al Requirements�ections of Division 1 of the Contract Documents. 39. Hazardous Environmental Condition—The presence at the Site of Asbestas, PCBs, Petrolet�nn, Hazardous Waste, Radioactive Material, or other materials in such quantities or circumstances that may present a substantial danger to persons or praperty exposed thereto. 40. �IazaYdous Wctste—Hazardous waste is definec� as any solid waste listed as hazardous or possesses one or more hazardous claaracteristics as defined in the federal waste regulations, as amended from time to time. 41. Laws and Regulations Any and all applicable laws, rules, reg�alations, ordinances, codes, and orders of any and all governmental badies, agencies, authorities, and courts having jurisdiction. 42. Liens—Charges, 5�C1AYI�j� interests, or encumbrances upon Praject funds, real property, ar personal property. 43. Major Item — An Item oiwork included in the Contract Docnments that has a total cost equal t� or greater than 5% of the original Contract Price or $25,q00 whichever is less. �44. Milesto�ae—A principal �vent speci�ed in the Contract Documents relaiing to an intermediate Contract Time prior fio Final Acceptance of th� Wark. 45. Notice of Award—The written notice by City to the Successfui Bidder stating that upan timely compliance by tl�e Successiui Bidder with the conditions precedent listed therein, City will sign and deliver the Agreement. 46.1Uotice to P�oceed A written notice given by City to Contt'actor fxing the date on which the Cont�act Time will commence to run and on which Contractor shall start to perfarm the Work specified in Contiract DocUments. 47. PCBs—Polychlorinated biphenyls. 48. Petroleu�n Petroleum, including crude oil or any fractian thereof which is liquid at standard conditions of tem�perature and pressure (60 degrees Fahrenheit and 14.7 pounds per syuare inch absolute), such as aiI, peiroIeum, fuel oil, ail sludge, oil refuse, gasoline, kerosene, and oil mixed with other non-Hazardaus Waste and crude oils. �49. Plans — See definition of Drawings. CITY OF FQRT WORTH FY18-CD95TREEY ftEPAIR ANP RECON. PROGRfiM AN� NEAR $OUTH 5lDE ME�. �IST. W&55 MAIN IMPROV. STA3VDAADCONSTRUCTI01� SPECIPICATION BOCUMENTS 02389 & 02445 Revision: Marcl� 9, 2020 oa�zao-� GENERAL GON�ITIONS Page 5 of 63 54. Project Schedule A schedule, prepared and maintained by Contractor, in accordance with the General Requirements, describing the sequence and duration of the activittes comprising the Contractor's plan to accorxzplish the Wark within t�►e Confract Tirn�. 51. P�oject—The Work to be perfortried under the Contract Docutnents. 52. Project M�rnager� The authorized representative of the City who wiil be assigned to the �ite. 53. Public Meeting — An announced meeting conducted by the City to facilitate public participation and ta assist the pubiic in gaining an informed view of the Projeci. 54. Radioactive Material—Source, special nuclear, or byproduct ma�erial as defined by the Atorr�ic Energy Act of 1954 (42 USC Section 2411 et seq.) as arnended from time to tirt�e. 55. Regular Working Hour�s -- Hours beginning at 7:00 a.m. and ending at 6:00 p.m., Manday thru Friday (excluding Iega] holidays}. 56. ,5amples—Physical examples of materials, equipment, or warkmanship that are representaiive af some portion of the Work and which establish the standards 3�y which such portion af the Work will be judged. 57. Schedule of Submittals A schedule, prepared and maintained by Con�ractor, af required submittals and the time requirements to support scheduled performance of related construction activiiies. 58. Schedule of Yalues—A scheduIe, prepared and maintained by Cantractor, allocating portions of the Contract Price to various por�ions of the Wark and used as the basis for reviewing Contractor's Applications far Paymeni. 59. Site—Lands or areas indicated in tI�e Cantract Documents as being furnished by City upon which the Work is to �e performed, incluaing rights-of-way, permits, and easements for access thereto, and such other lands fttrnished by City which are designated for the use of Contractor. 60. Spec�catians—That part af the Contract Documents consisting af weitten requirements for rnateriats, equipment, systems, standards and workmanship as applied to the Work, and certain ad�ninistrative requirements and procedural maiters applicable theeeta. Specifications may be specif cally rnade a part af the Contract Documents by attachr►�ent or, if not attached, may be incorporated by reference as indicated in the Table of Contents (Division 00 00 44) of each Project. 6l . Suhcontractor An individual or entity ha�ing a direct contract with Contractor or with any other Slibconiractor for the per%rmance af a part of the Work at the Site. CITY OF FORT WORTH FYl&C095TRE@7 REPAIR AN� RECON. PROCrRAM ANd NEAR SOIJTH SI�E ME�. 415T. W&55 NiAIN IMPROV. STANDA,RD CONSTRUCTION SPECTF[CATION DOCL7MENT5 023$9 & 02445 Aevision: Mar�h9, 2[}20 007200-1 GENERAL CON�ITIONS Page 6 of 63 62. Subrrcittals All drawings, diagrams, illustrations, schedules, and other data ar information which are specifically prepared or assembled by or for Contractor and submitted by Contractor ta illustrate some portion of ihe VVork. 63. Successful Bidder The Bidder submitting the lowest and most responsive Bid to whom City makes an Award. 64. Superintendent — The representative af the Contracior who is available at all tinnes and able io receive instructions from the City and #o act for the Contractor. 65. Supplernentary Conditions—That part of the Contract Documents which amends ar supplements these General Conditions. 66. Supplier—A manufacturer, fabricator, supplier, distributor, materialman, or vendor having a direct contract witih Contractar or with any Subcontractor to furnish nCaaterials or eauipment to be incorporated in the Work by Contractor or Subcontractor. 67. Underg�ound Facilities All underground pipelir�es, conduits, ducts, cables, wires, manholes, vaults, tanks, tunneIs, or ot�er such facilities or attachments, and any encasements containing such facilities, including but not limited to, those that co�n�ey electricity, gases, stearri, liquid petroleum products, telephane or other communications, cable television, water, wasiewater, storm water, oiher liquids or chemicals, or traffic or other conttoI systems. 68 Unit P�ice Wo�k—See 1'aragraph 11.03 of these General Conditions for definition. 69. Weekend Wo�king Hours -- Hours beginning at 9:00 a.m. and ending at 5:00 p.m., Saturday, Sunday or legal holiday, as approved in advance by the City. 70. Work—The entire constxuction or the various separately identifiable parts thereof required ta be provided under the Contract Docuznents. Work includes and is the result of perform�ng or providing all labar, services, and documentation necessary ta produce such construction including any Change Order or Fie�d Order, and furr�ishing, ins#alling, and incorpora#ing all nnaterials and equipment into such construction, aIl as required by the Coniract Docum�ents. 71. Working D�y— A working day is defined as a day, not including Saturdays, Sundays, or I�sgal holidays au�horized by the City for contract purposes, in which weather or other conditions not under the controI af the Contractor will permii the perforznance of the principal unit oi work underway for a continuous period of not less than 7 hours between 7 a.m. and 6 p.m. 1.42 Ter�ninology A. The words and terms discussed in Paragraph I.02.B through E are not defined but, vvhen used in the Bidding Requirements or Contract Documents, ha�ve the indicated m�aning. S. Intent of Ce�tain Ternas or AdJectives: CITY OF FORT WQRTH FY18-C�95TREET REPAIRAND REC�N. PROGflAM ANO NEAH SOUTH SI�E ME�, DIST. W&55 MAIN 1MPROV. STAN�ARDCONSTRUCTION SPECIFICATIQN DOCLTMENTS Q2389 & 02445 Revision: Manh9, 2020 oo7aao-� GENERAL CONDITIONS E'age 7 af 63 i. The Contract Dacuments include the terms "as al lawed," "as approved," "as ordered," "as directed" or terrns af like effect or import to authorize an exercise of judgtnent by City. in addition, the adjectives "reasonable," "suitable," "acceptable," "proper," "satisfactory," or adjectives of like effect or import are used to clescribe an aciion or determination of City a� to the Work. It is intended that such exercise of professional judgment, action, or determination witl be solely to evaluate, in general, the Work for campliance with the inforrnation in the Contract Documents and with the design concept of the Project as a functioning whole as shavvn or indicated in the Contract Documents (unless there is a specific statement indicating otherwise). C. Defective: The word "defecti�re," when rnodifying the word "Work," refers to Work that is unsatisfactory, faulty, or de�cient in that it: a. does not conform to the Contract Dacuments; or b. does nat meet the requirements af any applicable inspection, reference standard, tesi, ar approval referred to in the Contract Documents; or c. has been damaged prior io Cfty's written acceptance. D. Furnish, In.stall, Perfo�n�t, Provide: The word "Fumish" or the word "TnstaIl" or the word "Perform" or the word "Provide" or the ward "Supply," or any cornbination or similar di�ective or usage thereof, shall mean furnishing and incorporating in the Work including all nec�ssary labar, rr�aterials, equipment, and e�erything necessary to perforzn the Work indicated, �anless specifically limited in the context used. E. Unless stated atherwise in the Contraci Documents, words or phrases that have a well-lcnown technicaI or construction industry or trade meaning are used in the Contract Documents in accordance with such recognized meaning. ARTICLE 2 — PRELIMINARY MATTERS 2.01 z.a2 Copres of Docuryaents City shall furnish to Con�ractor one (1) original executed capy and one (1) eIectronic copy of the Contract Documents, and four (4) additional copies of the Drawings. Additional copies will be fiirnished upon reQuest at the cost of reproduction. Comnaencement of Contract Time; Notice to Proceed The Contract Tzme will commence io run on tl�e day indicatec� in tl�e Notice to Proceed. A Notice to Proceed may be given no earlier than 14 days after the Effecti�e Date of the Agreement, unless agreed to by both parties in writing. CITY OF FORT WOR��i FY18-C695TREET REPAIR pNp RECON. PROGRAM AN� NEAft SOU7H SIDE MEO. DISF. W&55 MAIN IMPROV. STANDARD CONSTAUCTION SPECI�ICA'FiON DQCUMENTS 02389 &(72445 Aevision: Mar�9,2020 OD7200-1 GENERAL CON�ITIONS Page 8 vf 63 2.Q3 2.04 2.OS 1: 2.07 Starting the Work Contractor shall start to perform the Work on the date when the Cantract Time commences to run. No Work sha(1 be done at the Site priar to the date an which the Contract Time commences to run. Befare StaNting Construction Baseline 5chedules: Subanit in accordance with the Contract Documents, and prior to starting the Work. Preconstruction Conference Before any Work at the Site is started, the Contractor shaIl attend a Preconstrucfiion Cor�ference as specified in the Contract Dacuments. Public Meetang Coniractor may not mabilize any equipment, materials or resources to the Site prior to Contractar atiending the Pubiic Meeting as scheduled by the City. Initial Acceptance of Schedules No progress payment sk►all be made to Contractor until acceptable scheduIes are submitted ta City in accordance with the Schedule Specification as provided in the Cont�act Documents. ARTICLE 3— CONTRACT DOCUMENTS: INTENT, AIVIENDING, REUSE 3.01 Intent A. The Contract Documents are complementary; w�at is reyuired by one is as binding as if required by all. B. �t is the intent of the Contract Docurz�ents to describe a functianalIy complet� project (or part tk►ereo� to be constructed in accofrdance with the Contract Documents. Any labor, documentation, services, materials, or equipment that reasonably may be inferred irom the Contract Documents or from prevailing custom or trade usage as b�ing reQuired to produce the indicated result will be provided whether or not specifically called for, at no additional cost to City. C. Ciarifications and interpretations af the Contract Documents shall be issued by City. D. The Specif catiions may vary in farm, format and style. Some Specification sections may be written in vaz�ying degrees af streamlined or declarative style and some sections may be relatively narrative by comparison. Omission of such words and phrases as "the Contractor shall," "in C01TFOr117it� Witi1," "aS S�]OWri�" OY "aS specified" aI'� intentional ICl streamlined sections. Omitted rvords and phrases shall be supplied by in%rence. Similar types af provisions may appear in various parts of a section or articles within a part depending on the farmat of the Cl'TY OF FORT WORTIi FY18-CD9 STREEf REPAIRAN� RECON. PROGRAM AND NEAR SOUiH SID@ ME�. DIST. W&55 MAIN IMPROV. STANDARDCO�TSTRUCTION SPECIFICAT[ON DOCi3M8NTS 023&9 & 02445 Revision: March9,?A20 oo�aoo-� GENERAL CON�ITIONS Page 9 of 63 section. The Contractor shall not iake advantage of any variation of form, format or style in making Contract Claims. 3.02 E. The cross r�ferencing of specification sections u�der the subparagraph heading "Related Sections include but are not necessarily limi�ed to:" and elsewhere within each Specification section is provided as an aid and convenience to the Contractor. The Contractor shall not rely on the cross referencing provided and shall be responsible to coordinate the entire Work under the Contract Documents and provide a comp3ete Project whetl�er or not the cross referencing is provided in each section or whether or not the cross referencing is co�nplete. Refe�^ence Standards A. Standards, Specifications, Codes, Laws, and Regulations 1. Reference to siandards, specifications, manuals, or codes of any technical socieiy, organization, or associatior�, or io Laws or Regulations, whether such reference be speci�c or by implication, shail mean the standard, speci�cation, man�al, code, or Laws or Regulations in effect at the tirne of opening of Bids (or on the Effective Date of the Agreeznent ii there were na Bids), except as may be atherwise speciticalIy stated in the Contract Document�. 3.03 2. No provision of any such stanc�ara, specification, manual, or code, or any instruction of a Supplier, shall be effective to change the duties or responsibilities of City, Con#ractor, or any of their subcontractars, consultants, agents, or employees, from those set forth in the Contract Documents. No such pro�ision or instruction shaIl be effective to assign to City, or any of its of�icers, dir�ctors, members, par�ners, employees, agents, consultants, or subcantraciors, any duty ar authority to supervise or clirect the performance of the Wor1� or any duty or authority to under�ake responsibiiity inconsistent with the provisions of the Contract Documents. Reporting and Resalving Discrepancies A. Reporting Discrepancies: 1. Contractor's Review af Contract Docurrtents Before Stcrrting Wark: Before undertaking each� part of the Wark, Contractor shall carefully study and compare the Contract Dacuments ancf check and verify periinent figures therein against aIl applicable £'iel� me� surernents and conditions. Contractor shall promptly report in writing ta City any conflict, error, ambiguity, or discrepancy which Contractar discovers, or has actual knowledge of, and sha�l obtain a written interpretation or clarifcation from City before proceeding with any Work affected thereby. 2. Conlractor ;s Revaevv of Contract Doc�rments During Perforn-tcrnce of Work: If, during the per%rmance of the Work, Contractor discovers any conflict, error, ambiguity, or discrepancy within the Contract Documents, or between the Contract Documents and (a) any applicable Law or Regulaiion ,(b} any standard, specification, ma�ual, or code, or {c) any inslxuction af any Supplier, then Contrac�ar shaIl promptly report it to City in writing, Cantractor shall not proceed with t1�e Wor�C affected thereby (except in an emergency as requzred by Paragraph C'ITY OF FORT WORTI'I FY18-CA9 STREEf REPAIR AND RFO�N. PROGWIM AN� NE4R SOUTH SI�E MED. DIST. W&55 MAIN IMPROV. STANDARD CONSTRUC'fION SYECiPICATION DOCUMEIdTS 02389 & 02445 Revis ion: Maiclt 9, 202p OD7200-1 GENERAL CON�ITIONS Page 10 of 63 6.17.A) until an amendment or supplement to the Contract Documents has been issued by one of the methods indicated ita Paragraph 3.04. 3.04 3.OS 3. Contractor shall not be liable to City far failure to report any conflict, error, ambiguity, or discrepancy in the Contract Documents unless Contractor had actual knowledge thereof. B. Resolving Discrepancies: i. Except as may be otherwise specifically stated in the Contract Documents, �he pravisions of the Contract Documents sha11 take precedence in resolving any conflict, errar, atnbiguity, or discrepancy between ihe provisions of the Contract Documents and the provisions of any standard, specit"ication, manual, or the instructian of any Supplier (�wvhether ar not speci�cally incorporated by reference in the Contract Documents}. 2. In case of discrepancies, figured dimensians shall govern over scaled dimensions, Alans shall govern over Specificatians, Supplementary Conditions shalI govern over General Conditions and Specifcations, and quantities shown on the Plans shall govern over those shown in the proposal. Amending and Sup�lementing Coni�act Document.s A. The Contract Documents may be amended to pravide for additions, deletians, and revisions in the Work or to modify the terms and condiiions thereof by a Change 4rder. B. The requirernents of the Contract Documents may be supplemented, and zxiinor variations and deviations in the Work not in�olving a change in Contract Price or Co�tract Time, may be authorized, by one or rzaore oithe following ways: 1. A Field �rder; 2. City's review of a Submittal (subject to the provisions of Paragraph 6.18.C}; or 3. City's written interpretation or clarification. Reuse of Docunae�ats A. Contractor and any S�bcontractor or Supp�ier shall not: 1. have or acquire any iitle to or ownership rights in any of the Drawings, Speciiications, or other �ocuments (or copies of any thereot) prepared by or bearing the seal of Engineer, including electronic media editions; or 2. reuse any such Drawings, Specifications, otk�er documer�ts, or copies thereof on extensions of the Project or any other praject without written cansent of City and s�eci�ic written verification or adaptation by Ettgineer. CITY OF FORT WORTH FY18-CD9 STR@kT REYAIR AND RECON. PROGRAM ANR NEAR SOUTF{ SI�E MED. �IST. W&55 MAIN IMPROV. STANDARD CONSTRUCTION SPECIFICATION DOCUME7+iTS 02389 & 02445 Revision: Mar�h9, 242(i 007204-1 GEN�RAL CONDITIONS Page 11 of 63 B. The proI�ibitions of this Paragraph 3.05 will sur�ive final payment, or tertnination of the Contract. Nothing herein shail preclude Confiractor from retaining copies of the Contract Docutnents for r�cord purposes. 3.06 Electroraic Data A. Unless otherwise stated in ihe Supplementary Conditions, the data furnished by City or Engineer to Contractoar, or by Contractor to City or Engineer, that may be relied upon are linaited to the printed copies included in the Contract Documents (also known as hard copies} and other Specifications referenced and located on the City's on-line electronic document management and colla6oration system site. Files in electronic media forrnat of texi, data, graphics, or other �ypes are furnished only far the canvenience of the receiving parry. Any conclusion or information obtainecf or deri�ed from such electranic files wi11 be at the user's sole risk. Ifthere is a discrepancy be#ween the electronic files and the hard capies, the hard copies govern. B. When transferring documents in elecfronic r�edia format, t�e transferring party makes no representations as ta long term compatibility, usability, or readability of documents resulting from the use of software application packages, aperating systems, or corriputer hardware differing from those used by the data's creator. ARTICLE 4-- AVAILAS�LITY OF LANDS; SUBSURFACE AND PHYSICAL C�NDITIONS; HA7ARD4US ENVIRONMENTAL COND�TIONS; REFERENCE P�INTS 4.01 14vailability of Lands A. Ciry shall fiirnish the Site. City shaIl natify Coniractor of any encumbrances or restrictions nai oi general application but specifically related to use of the Siie with which Contractor must comply in performing the Work. City will obtain in a tirne�y manner and pay iar easements for permanent structures or permanent changes in existing iacilities. The City has obtained or anticipaies acqui�ition of and/ar access ta right-af-way, and/or easetnents. Any outstanding right-of-way and/or easements are anticipated to be acquired in accarciance rn�ith the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by Ehe Contractor in accarclance with the Contract Documents must consider any outstanding right-ofi=way, and/or easements. 2. The City has or anticipates removing and/ar relocating utilities, and obstructions to the Site. Any outstar�c�ing removat ar relocation of utilities or obstructions is an�icipated in accordance with the schedule set farth in the Supplemen�ary Conditions. The Praject Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding utilities or obs�ructions to be removed, adjusted, and/or re�ocated by others. B. Upo� reason;able wriiten request, City shall iurn�sh Contractor with a current statemen� of record legal title and legal description a f the lands upon which the Work is to 6e performed. CITYOF FORT WQATH FY18�D95TREET REPAIRANU RECON, pROGRAMAN� NEARSOUTH SIpE MEO. D6L W&55 MAIN IMPROV. STANDARDCaNSTRL"CTION SPECiFiCATION DOCUMENTS �2389 & 02445 Revision: March9,2020 QO 72 00 -1 GENERAL CONDIT�ONS Page 12 of 63 A-.02 4.03 C. Contractar shall pravide for all additional lands and access thereto that may be required for cozas�ruction facilities or storage of materials a�ad equipment. �`ubsurface and Physical Canditions A. Reports and Drawings: Tt�e Supplementary Conditions identify: 1. those repat�s known to City of explorations and tests of subs�rface conditions at or contiguous to the Site; and 2. those drawings known to City of physical conditions relating io existing sut-face or subsurface s�ructures at the Site (except Untierground �`acilities). B. Linaited Reliance by Contracto� on Techraical Data Authorized.• Contractor may rely upon the accuracy of the "technical data" contained in such reports and drawings, but such reports and drawings are not Contract Documents. Such "technicaI data" is identified in the Supplementary Conditions. Contracior may not make any Co�itract Claim against City, or any af t�eir officers, directars, members, pa�ners, emplayees, agents, consultants, or subcon#ractors wi�h respect to: 1. the completeness of sUch reports and drawings for Contractar's purposes, including, but not limited to, any aspects af the means, methods, techniques, sequetaces, and procedures of construction to be employed by Contractor, artd safety pz'ecautions and programs incideni thereto; or 2. other data, interpretations, apinions, and infor�nation contained in such reports or shown or indicated in such drawings; or 3. any Contractor interpreiation of or conclusion drawn from any "technical data" or any such other daia, interpretations, opinions, or information. Diffe�ing Subsurface or Physical Canditions A. Notice: [f Contractor believes that any subsurface or physical condition that is uncovered or revealed either: 1. is of such a nature as to establish that any "technical data" on which Contractor is entitled to rely as provided in Paragraph 4.02 is materially it�accurate; or 2. is of such a nature as to require a change in the Contract Documents; or 3. differs materially from that shown or indicated in the Contract Documents; or 4, is af an unusual nature, and di££ers materially from conditions ordinarily encountered ar�d generally recognized as inherent in work of the character pravided for in the Contract Documents; CITY OF FORT WORTH FY16-0095FREET REPAIRAND RECQN. PNOGRAM AN� NEAR SOU7H SIpE MEP- DIST. W&55 MA1N IMPROV. STANDARD CONS'I'RUCTIO�T SPECIFICATIOIV DOCUMENTS Q2389 & 02445 Revision: March9, 2(}20 oo�zaa-t GEN�RAL CONDITIONS Page 13 ofb3 then Cantractor shall, promptly after becoming aware tl�ereof and before further disturbing the subsurface or physical conditions or performing any Work in connec�ion therewith {except in an emergency as required by Paragraph 6.17.A), notify City in writing about such condition. B. Possihle Price and Time Adjustnzents Contractar shall not be entitled to any adjustment in the Contract Price or Contract Time if: Contractor knew of the e�istence of such conditions at the time Contc�actor made a final coenmitment to City with respect to Contract Price and Contract Time by the submission of a Bid or becoming bound under a negotiated coniract; ar . �. 2. the existence of such condition could reasonably have been discovered or revealed as a result of the examination of th� Contract Documents or the S ite; or 3. Contractor failed to give the wriiten notice as required by Paragraph 4.03.A. Underg-round Facrlities A. Shown ar Indicated.- The information and data shawn or indicated in the Con�ract Documents with respect to exisiing Undergraund F'acilities at or contiguous to the Site is based on infortnation and data furnished to City or Engineer by the owners of such Underground Facilities, includit�g City, ar by others. Unless it is otherwise expressly provided in the Supplementary Conditions: I. City and Engineer shall not be responsible far the accuracy or complete�ess of any such information or data provided by others; and 2. the cost of all of the %Ilowing will be incIuded in the Contract Price, and Contractor shall ha�e full responsibility for: a. reviewing and checking all such informaiion and data; b. locating all Underground Facil�ties sho�vn or indicated zn the Cantract Docurnents; c. coordinatian and adjustment of the Work with the owners af such Undergraund Faciiities, including City, during construction; and d. ihe safety and pratectian of all such Underground Facilities and repairing any dainage thereto resulting fram the Wark. B. Not Shown ar Indreated: If an Uz�derground Facili�y which confiicts with the Work is uncavered or revealed at or contiguous ta the Site which was nat shown or indicated, ar nat shown or indicated wiih reasonable aceuracy in the Cantract Documents, Contractor shall, promptly after becaming aware thereof and befare further disturbing conditions affected thereby or performing any CITY OF FQRT WORT'H FY16-CU95TREE7 REPAIRAN6 RECON. PROGRAM AN� NEAR SOUTH S�OE ME�. D15T. W&55 MAIN IMPROV. STANDARI7CQNSTRUCTION SPEGIF�CATIQA! DOCUMENTS Q2389 & �2445 Revision: March9,2026 00 �z oo - i GENERAL CONDITIOlVS Page 14of63 Work in connection there�wvith (except in an emergency as required 6y Paragraph 6.17.A}, identify the owrter of such Underground Facility and give �totice to that owner and to City. City wi�l review the discovered Underground Facility and determine the exteni, if any, io which a change tnay be required in the Contract Documents to reflect and docutxaent �he consequences of the existence or location of the Underground Facility. Contiractor shall be responsible for the safety and protection of such disco�ered Underground Facility. 2. If Ciiy concIudes that a change in the Contract Documents is required, a Change Order may be issved ta reflect and document such conseyuences. 3. Verification of existing utilities, struc#ures, and service lines shall include notification of all utility co�npanies a minirmum af 48 haurs in advance of construction including exploratory excavation iFnecessary. 4.05 � 1. Reference Poinis A. City shall provide engineering surveys to establish reference paints for construction, which in City's judgment are necessary to enable Contractor ta proceed with the Work. City will provide construction stakes or otlaer customary method of marking to establish line and grades foc roadway and utility construction, centerlines and benchmarks for bridgewoek. Contractor shall protect and preser�e the established reference points and property monurnents, and shaIl make no changes or relocations. Contractor shall repor� to City whenever any reference paint or property monument is Iost or destroyed or requires relocatian because of necessary changes in grades or locations. The City shaIl be responsi6le for the replacemeni or relocation of reference points or property tx�onuments not ca�'elessly or willfully destroyed by the Contrac�or. The Contractor shaIl notify City in advance and with sufficieni time to avoid delays. B. Whenever, in the opinion of the City, any reference point ar monunnent has l�een carelessIy or wilIfully destroyed, disturbed, or removed by the Contractor ar any of his emp�oyees, the full cost for replacing such points plus 25% will be charged against the Contractor, and the full amount will be deducted from paytrzent due the Contractor. Hazardous Environ�raental Cona'ition at Sife A. Reports and Drawings: The Supplementary Conditions identify those repo�ts and drawings known to City relating to Hazardous Environmental Conditions that have been identified at the Site. B. Limited Reliance by Coniractor on Technical Data Authorized: Contractor may rely upon the accuracy of the "#echnical data" contained in such reports and drawings, but such r�ports and drawings are not Cantract Documents. Such "technical daia" is identified in the Supplementary Conditions. Contractor may not make any Conf�'act Claim against City, or any of their officers, directors, members, partners, employees, agents, consultants, or s�xbcontractors with respect to: 1. the completeness of such reports and drawings for Contractor's purposes, including, but nat limited to, any aspects of the means, methods, techniyues, sequences and procedures of CITY OF FORT WORTH FYlB{€195TREET flEPAIRAN� REOON. PROGRAM RN� NEAR SOUTH 5[DE MEU. DIST. W&55 MAIN IMPROY. STANDAAT3CON5TRUCTION SPECIFICATiQN DOC[i[vi�NTS 02389 & 02445 Revision: Marrl� 9, 2020 00 72 DO - 1 GENERAL CON�ITfONS Page l S of 63 constructian to be employed by �ontractar and safety precautions and programs incident tI�ereto; or 2. ather data, interpretatians, opinions and information cantained in such reports or shown or indicated in such drawings; or 3. any Con�ractor interjaretation of or conclusion dra�vn from any "technical data" or any such other data, interpcetations, opinions or information. C. Co�tractor shall not be responsible for any I�azardous Enviranmental Condition uncovered or rev�aled at the Site which was not shawn or indicated in Drawin.gs or Specifications or identified in the Contract Documents to be within ihe scope of the Work. Contractor shall be responsible for a Hazardous Environrriental Concaition created with any materials brought to the Site by Contractor, Subcontractors, Suppliers, or anyone else for whom Contractor is responsible. D. If Contractor encounters a Hazardous Enviranmental Candition or if Confractor or anyone far w�om Contractor is responsible creates a Hazardous Enviranmental Condition, Cantractor shall immediateiy: (i) secure ar othet-�vise fsolate such cohdition; (ii) stop all Work in. connection with such condition and in any area affected �hereby (except in an emergency as required by Paragraph 6.I7.A}; and (iii} notify City (and promptly thereafter confirm such notice in writing). City may consider the necessity to retain a qualifed expert to evaluate such canc�ition or take carrective action, if any. E. Contractor shall not 6e rec�uiz•ed to resume Wark in connection with such conc�ition or in any affected area until after City has obtained any required permits related thereto and delivered written notice to Caniractor: {i) specifying t}�at sucH condition and any affected area is or has been rendered suitable f�r the restamption of Work; ar (ii) specifying any special conditions under which such Work may be resumed. F. If aiter receipt of such written notice Confiractor does not agree to resume such Work based on a reasonab�e belief ii is unsafe, or daes not agree ta resume such Work under such special conditions, then City may order ihe portion of �e Work that is in the area afFected by such condition to be deleted from the Wark. City may have such deleted portion of the Work performed by City's own forces or athers. G. To the fullest extent permittecl by Lcnvs and Regtalations, Contrcrctor shall inden�tn� and holc� ha�rrrrle.s:s City, j5^om and against all clairrts, costs, losses, �nd damages (including but noi lirraited to aIl fees and charge.r of engineers, a�-chitects, atta�neys, and other p�ofe.ssionals and all court or a�bitratiora or other dispute resolution costs% aNising out of or relating to a Hazrxrdous Envrronrraental Condrtion created by Contractor or by �znyone for whom Contractor is responsrble. Noihing in this Paragt�aph 4.06.G shall obligate ContracCor to indemn� any andrvidual or entity frarra and against the cansequences of that individual's or entrty's own negligence. H. The provisions of Paragraphs 4.02, 4.03, and 4.04 da not apply to a Hazardous Envuoilmental Condition uncovered or revealed at the Site. GITY OP FORT WORTH FY18-009 STREET REPAfRAN� RECON. PROGk4M qNp NEAR SDUTH SI�E MED. �IST. W&55 MAIN IMPROV. STANDARD COIYSTRUCTi0i1 SPECIFTCATION DpCUMENTS 42389 & 02445 Kevision: March9,2a20 00 72 00 - 1 GENERAL CONDITIONS Page 1 G of 63 ARTICLE � — BONDS AND INSURANCE 5.41 Licensed Sur�eties and Insure�s 5.02 5.03 Ail bands and insurance required by the Contract Documents to be purchased and maintained by Contractor shall be obtained from surety or insurance corapanies that are duly licensed or authorized in the State o#' Texas to issue bonds or insurance policies for the liznits ar�d coverages so required. Such surety anci i�surance companies shall also meet such additianal requirements and qualifications as may be provided in the Suppletiaentary Conditions. Perfarrraance, Payment, and Maintenance Bond.r A. Contractor shall furnish performance and payment bands, in accordance with Texas Government Code Chapter 2253 or successor statute, each in an amount equa� to the Contract Price as security for the faithful performance and payment of all of Contractor's obligations under tk�e Contract Docutnents. B. Contractor shall fUrnish maintenance bon.ds in an amount equal ta #he Contract Pr�ce as security to protect the City against any defects in any portion of the Work described in the Contract Documents. Maintenance bonds shall remain in effect for two (2) years after the date of Final Acceptance by the City. C. AlI bonds shall be in the forixi prescribed by the Contt-act Documents except as provided otherwise by Laws or Regulations, and shall be executed by such sureties as are named in the list af "Companies Halding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Coznpanies" as published in Circular 570 (arraended) by the Financial Managetnent Service, Surety Bond Branch, U.S. Department ofthe Treasury. AIl bands signed by an agent or attorney-in-fact must be accompanied by a sealed and dated power of attorney which shall show that it is effective on the date the agent or attorney-in-fact signed each bond. D. If the surety on any bond furnished by Contractar is d�clared bankrupt or becomes insolvent or its rig�t to do b�siness is terminated in the State of Texas or it ceases to meet the requirements of Paragraph 5.02.C, Contractor shall pramptly �otify City and shall, within 30 days after the event giving rise to such noti�cation, provide another bond anci surety, boih of which shall comply wi�h the requirements af Paragraphs 5.01 and 5.02.C. Ceriifacates of Insurance Contractor shall deliver to City, with copies to each additional insured and loss payee identified in fhe Supplementary Condi#ions, cerCificates of insurance (other evidence of insurance requested by City or any other additional insured) in at least the minimum amount as specified in the Supplementary Conditions which Contracior is required to purchase and maintain. l. The certificate of insurance shall dacument the City, and a11 identified entities named in the Supplementary Conditions as "Additional Tnsured" on all liability policies. CITY OF FQRT WORTH FY18-CW STftEEf REPAIR AN� RECON. PROGRAM ANO NEAR SDUTH SIDE MEO. �IST. W&55 MA1N IMPROV. STANI7ARDCONSTRUCTION SPECIPICATION DOCUMENTS 02389 & 02445 Revision: Mateh9,7_02� oa �2 00 - i GENERAL CdNDITiONS Page [7 of 63 2. The Contractor's general liability insurance shall include a, "per project" ar "per location", endorsement, which shall be identified in the certi�cate of insurance provided to the City. 3. The certificate shall be signed by an agent autharized to bind coverage on 6ehalf ofthe insured, be complete in its entirety, and show complete insurance carrier names as listed in the cureent A.M. Best Property & Casualty Guide 4-. The insurers for all policies must be licensed and/or approved to do business in the State of Texas. Except for workers' campensation, all insurers must have a minfrnum rating of A-: VII in the current A. M. Best Key Rating Guide or have reasanably equivalent financiai strengt� and solvency to the satisfactian of Risk Management, If the rating is below that required, written appravaI of City is requixed. All applicable policies shall include a Wai�er of Subrogatian (Rights of Recovery) in favor oi the City. In addition, the Cantractor agrees ta waive alI rights of subrogation against the Engineer (if applicable}, and each additional inst�rec� identified in the Supplementary Cond itions 6. Fai�tare of the City to demand such certificates or other evidence of full campliance with the insurance requirements or failure of the City to identify a deficiency from evidence that is provided shatl not be construed as a waiver of Contractar's oi�figation �a maintain such lines of insurance coverage. 7. If insurance policies are not written %r specified co�erage i�tnits, an Umbrella or Excess Liability insurance for any diiferences is required. E�cess Liability shal� foIlow form of the primary co�erage. 8. Uniess otherwise stated, a�l required insurance shall be written an the "occtu�rence basis". If coverage is underwritten on a claims-made basis, the retroactive date shall be coincident with or prior to the date of the effective date of the agreement and the certificaie of insurance shall state that the coverage is claims-made and the retroactfve date. The insurance coverage sllall be maintained for the duratian of the Contr�act and for three (3) years follawing Final Acceptance provided under the Contract Documents ar for the warranty period, whiche�er is langer. An annual certificafie of insurance submitted to the City shall evidence such insurance caverage. 9. Policies shall have no exclusions hy endorsements, which, t�either nullify or amend, the required lines of coverage, nor decrease #he iirt�it,� of said ca�erage unless such endorsemenis are appraved in writing by the City. In the et�ent a Contract has beer� bic! or executed and the exclusions are determined ta be unacc�pta6le or the City desire,s additianal insurance caverage, and the City desires the contractor/engineer to obtain such coverage, the contract price shall be adjusted by the cost of the premium for such additional coverage pl�is 10%. 10. Any self-insured retention (SiR), in excess of $25,000.00, affecting required insurance coverage sha11 be approved by the City in regards ta asset value and stockholders' equity. In CITY OF FORT WORTH FY18-C695TftEET REPAIR AND RECON. PROGRAM Af�d NEAR SOUTH SI�E ME�.OISL W&55 MAIN 1MPROV. S'TANDARD CONSTRCJCTION SPEG[PICATi01+! DdCUMENTS 02353 & 02445 Ravision: A4�rii 9, ZQZO 00 72 00 -1 GEN�RAL CONDITIONS Page 18 of 63 li�u of traditional insurance, alternative coverage maintained through insurance pools or risk retention groups, must also be approved by City. 11. Any deductible in excess of $5,000.00, for any policy that does not provide coverage on a first-dollar basis, m�st be acceptable io and approved by the City. 12. City, at its sole discretion, reserves the right to review the insurance requiretnents and ta make reasonable adjustments to insurance coverage's and their limits whe�t deemed necessary and prudent by the City based upon changes in statutory law, court decision or the claims history of the industry as wel l as of the contrac�ing party to the City. The City shall be rec�uired to provic�e prior notice of 90 days, and the insurance adjustmen#s shall be incozporated into the Woz-k by Change Order. 13. City shalt be entitled, upon written request and without expense, to receive copies of policies and endorsements thereto ar�d may ma�Ce any reasonable requests for deietion or revision or modiftcations of particular policy terms, conditions, limitations, or exclusions necessary to conform the policy and endorsements to the reyuirements of the Contract. Deletions, revisions, or modifications sha11 not be required where policy provisions are established by law or regulations binding upon either party or the underwriter on any such palicies. 14. City shall not be responsible for the direct payment of insurance pre�nium costs for Contractor's insurance. 5.04 Contractor's Insurance A. Wo�kers Camper�sation and Employers' Liabilaty. Contractor shall purchase and maintain such insurance caverage with limits consistent with staiutory benefits outlined in the Texas Workers' Compensation Act {Texas Labar Code, Ch. 406, as amended), and minimum limits far Employers' Lia6ility as is apprapriate for the Work being performed and as will provide protection from claims set forth beIovv whick� may arise out of or result fram Contractor's performance of the Work and Cantractor's other obligations under the Cantract Docu�nents, whether it is to be performed by Contractor, any Subcontractor or Supplier, or by anyane directly or i�adirectly ernp�oyed by any oi thenn to perform any of the Work, or by anyone for whose acts any of them may be liable: 1. claims under worke�•s' compensation, disability benefits, and other similar err�ployee benefit acts; 2, claims for datnages because of bodily injury, occupational sickness or disease, or deaih of Contractor's employees. B. Conamercial General Liability. Coverage sha11 include but not be limited to coverir�g liability (bodily injury or property damage} arising fro�n: premises/operations, independent contractors, products/campleted operations, personal injury, and liability under an insured cantract. Insurance shall be provided on an occurrence basis, and as comprehensive as the current insurance Services Office (ISO} poIicy. This insurance shall apply as primary insurance with respect to any other CITY OF FORT WORTH iY18-CD4 STNEE7 R@PAIR AN� kECON. PROGRAM AN� NEAR SOUTH SIOE MEO. �IST. W&55 MAIN IMPROV. STAMDARI7COMSTRUCTION SPECIPICATION ➢OCUMENTS 023&9 & 02445 Revision: Mateh 9, 202Q oa �a oo - � GENERAL CONDITIpNS Pagc 19 of 63 insurance or self-insurarice programs afforded ta the City. The CotYtmercial General Liability poIicy, shaI� have no exclusions by endorsements that would alier of nu�lify premises/o�aeratians, products/completed operations, contractual, personal injury, or advertising injury, which are nortnally caniained with the policy, unles� the City appro�es such e�clusions in writing. For construction projects that present a substantial completed operation exposure, the City may require the contractar to rrtaintain completed operations co�erage for a minimum af no less than thr�e {3) years following the completion of ihe projec� (if identified in ihe Supplementary Canclitions). C. Automobile Ziability. A commercial business auto policy shall pro�ide coverage on "any auto", defned as autos owned, hired and non-awned and provide indemnity for claians for damages because bodily injury or death of any person and or property darnage arising aut af t�e work, maintenance or use of any motor vehicle by the Contractor, any Su6contractor ar Suppiier, or by anyone directly oc indirectly empioyed 6y any af them to perform any of the Work, or by anyone for whose acts any of them may be Iiable. D. Railror�d Pratective Lia6ility. If any of the work or any warranty work is within the litx�its of railroad right-of-way, the Cant�actor shall comply with the requirements identified in the Supplementacy Conditions. E. Notifacation of Polrcy Cancellation: Cant�actor sha11 immediately notify City upon cancellatian or other loss of insurance coverage_ Contractor shaIl siop work until replacemen# ins�rance has been pracured. There shall be na time credit for days not warked pursuant to this section. 5.05 Acceptcance ofBonds and .I�su�ctnce; Option to Replace If City has any abjection fo ihe coverage afforded by or other provisians of the bonds ar insurance required to be purck�ased and maintained by the Contractor in accordance with Article 5 on the basis of non-conformance with the Cantract Dacuments, the City shall so notify the Contractor in writing within I O Business Days after receipt of the certificates {or other evidence requested). Contractor shall provide to the City such additional information in respect of insuraz�►ce pravided as the City may reasonably request. If Contractor does not purchase or maintain all of ti�e bonds and insurance required by the Contract Documents, the Ciiy shall natify t�►e Contractar in writ�ng 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 G — CONTRACTOR'S RESPONSISYLITIES GA1 Supervision and Superintendence A. Contractor shall supetvise, inspect, and direct the Work competently and ef�'iciently, de�oting such atteniion thereta and applying such skills and �xpertise as may be necessary to perform the Work in accordance with the Contract Documents. Contractar shali be soIely respansible for the means, methods, techniques, sequences, and procedures of canstructian. CITY OF F°ORT WORT�i FY18-C�9 STREET REPAIR AN� RECON. PROGRAM AN� N@AR SOUTH S1�E ME�.OIST. W$55 MAINlMPROV. STANDARD CONSTRIICTION SPECIFICAT[ON DOCUMENTS 02389 & 02445 Revision: March9,2020 00 �z oo - i GENERAL CONDITIONS Page 20 of 63 B. At all times during the progress of the Work, Contractor shall assign a competent, English� speaking, Superintendent who shall not be replaced without written notice to City. Th;e Superintendent wilI be Contractor's representative at the Site and shaIl have authority to act on behalf of Contractor. All cammunication given to ar received from the Superintendent shall be binding on Contractor. C. Contractor shall notify t17e City 24 hours prior ta moving areas during the sequence of canstruction. 6A2 Lahor; WoYking Hours A. Contractor shall pravide competent, suitably qualified personnel to perform consiruction as required by the Contract Documents. Contractor shall at all times maintain good discipline and order at the Site. S. Except as otherwise required for the safety or protection of persons or the Work or property at the Site or adjacent thereto, and except as otherwise stated in the Contract Documents, all Work at the Site shall be performed d�u'ing Regular Working Hours. Contractor will not permit the performance of Work 6eyond Regutar Working Hours or for Weekend Working Hours without City's written conseni (which will not be unreasonably withheld). Written request (by �etter or elecironic communication) to perfor�n Wark: 1. for beyond Regular Working Hours request must be made by noon at �east two (2) Business Days prior 2. for Weekend Working Hours request must be made by noon of the preceditzg Thursday 3. for legal holidays request must be made by noon two Business Days prior to the Iegal hoIiday. 6.03 Se�vices, Materials, and Equipme�at A. llnless atherwise specified in the Contraci Documents, Contractor shall provide and assume full responsibility for all services, materials, equipment, labor, transportation, construction equipment and machinery, tools, appliances, fuel, power, light, heat, telephone, water, sanitary facilities, temporary facilities, and all other iacilities and incidentals n�cessary for the performar�ce, Contractor required testing, start-up, and compietion of the Work. B. All materials and equipment incorporated in.to the Work shall be as specified or, if not specified, shall be of good quality and new, except as otHerwise provided in the Contract Documents. All special warranties and guarantees reyuired by the Specifications shall express(y run to the benefit of City. if required by City, Contractor shall fumish satisfactory evidenc� (including reports of required tests) as to the source, kind, and quality of materials and eo�uipment. CITY OF FORT WORTH FYlB-CD95TR€ET REPAIR ANp RECON. PROGIiAM AN� NFAR SOUTH SIO€ MED. DIST. W&55 MAIN IMPROV. STAhIDAliD CONSTRUCTIOIV 5PECIFICATIQN DOCUME[V`fS 02389 & OZ445 Revision: MaztU 9, 2020 oa �z oo - � GENERAL CON�ITIONS Page 2l af 63 6.04 6.05 C. Aif materials and equipment to be incotporated into ihe Work shall be star�d, applied, installed, connected, erectecl, protected, used, cleaned, and conditianed in accordance with instructions of the applicable Snppliez-, except as otherwise may be pro�ided in the Contract Documents. D. All items of standard equipment ta be incorporated into the Work shall b� the Iatest model at the time of bid, unless otherwise specifed. Praject Schedule A, Contractar shal] adhere ta the Project Schec�ule established in accardance �with Paragraph 2.07 and the General Requirements as it may be adjusted fronn time to time as provided below. 1. Contractor shall sui�rz�it to City For acceptance (to the exteni indicated in Paragraph 2.07 and the General Requirements) proposed adjustments in the Project Scheduie that w�ll not result in changing the Cantrac# Time. Such adjusfiments will compiy with any pravisions of the General Requir�ments applicable thereto. 2. Cont�ractor shal� submii to City a monthly Project Schedule with a montl�Iy progress payment far the d�ration of the Contract in accordance with the schedule specification O1 32 16. 3. Proposed adjustments in the Praject Sched�le that will change the Cantract Time shali be submitted in accordance with the req�airements of Article 12. Adjustments in Confract Time may only be made by a Change Order. Substrtutes and "Or-Equ�ls " A. Whenever an item of material or equipment is specif.ted or described in the Contract Documents by using the name of a proprietary item or the naine af a particular Supplier, the specification or description is intended to establish ihe type, function, appearance, and c�uality required. Unless the specification or description contains or is folIowed by words reading that no like, equivalent, ar "or-equal" item or no substitutian is permit�ed, other items of material or equipment of other Suppliers may be submitted to City for review under the circumstances described below. "Or-Eque�l" Iterns:• Yf in City's soie c�iscretion an item af material or equipment praposed by Contractor is functionally equal to that named and sufficiently similar so that no change in related Work will be required, it may be considered by City as an "or-equal" item, in which case review and appro�al af the propasec� item may, in City's sale discretion, be accomplished without compliance with same or all of the requirements for appraval of proposed substitute items. For tE►e purposes af this Paz-agraph 6.OS.A.1, a propas�d item of material or equip�nent will be considered functionally equal ta an item so named if: a. the City determines that: 1) it is at least equaI in materials of construction, quality, durability, appearance, strength, and design characteristics; CITY OF FORT WORTH FY38-CD95TREET REPAIR AND RECON. PR�GRAM AN� NE.4R SOUTH SIDE MED. DlST. W&55 MAIN IMPROV. STANDARDCONSTRUCTION SPECiFICATION DOCU�v1ENTS 02�89 & a24�5 Revision: March 9, 2020 Q0 72 00 -1 GENERAL CDNDITIONS Page 22 of 63 2) it will reliably perfor�n at least equally welI the function and achieve the results imposed by the design concept of the campleted Project as a functianing wh.ole; and 3) it has a proven record of performance and availability af responsive service; and b. Contractor certif es that, if appra�ec! and incorporated inta the V�ork: 1} there will be no increase in cost to the City or increase in Contract Time; and 2} it will conform substantially to the deiailed requireme�ts of the item named in the Contract Documents. 2. Substitute Items: a. If in City's sole discretion an item of material or equipment proposed by Contractor does not qualify as axi "or-equa]" item under Paragraph 6.OS.A.1, it may be submitted as a proposed substitute item. b. Contractor shall submit suff'icient information as provided below to allow City to determine if ihe item of material or equipment proposed is essentially equi�alent to that named and an acceptable substitute therefor. Requests for review of pro�ased substiiute items of material or equipment will not be accepted by City from anyone other than Contractor. c. Contractor shall nnalce written ap�lication to City for review of a proposed substitute item of material or equipment that Contractar seeks to furnish or use. The application shall campIy with Section O1 25 00 and: 1} shall certify that #he proposed substitute itern will: a) pet`form adequately the functions and achieve the results caliect for by t�ae general design; b) be similar in substance to that specified; � �� c) be suited to the same use as that specified; and 2) will state: a) the extent, if any, to which the use oi the proposed substitute itern will prejudice Contractor's achievement of final completion on tinne; b} whether use of the propased substitute item in the Work wil� require a change in any of the Contract Documents (or in the provisions of any ather direct contract with City for ather work or� the Project) to adapt the design ta the proposed substitute item; CITY OF PORT WOIZTH FY18-CD9 SYNEET REPAIRAN� RECON. PROGflAM AN� NEAR SOUTH SIUE ME�. �IST. W&55 MAIN IMPROV. STAHDARDCONSTRUCI'[ON 3PECIEICATiON DOCUMENTS Q2389 & 02445 Revision:lVluc�►9, 2020 00 �2 00 - � GENERAL CONDITlONS Page 23 of 63 c) whether incorporation or use of the proposed substitute item in cannection with the Work is subject to payment of any license fee or rayalty; and 3} will identify: a) all vaz-iations af the praposed s�ahstitute item from that speci�ed; b) a�ailable engineering, sales, maintenance, repair, and replacement services; and 4} shall contain an itemized estimate of alI costs or credits that w�ll result directly or indirectly from use of such substitute item, ir�cluding costs of redesign and Damage Claims of other contractors affectad by any resulting change. B. Substitute Canstruction Methods or Proceda�res: If a specific txieans, methocf, technique, sequence, or procedure of construction is e�pressly required by ihe Contract Dncuments, Contractor may f�rnish or utilize a substitute means, method, techinique, sequence, or procedure of constr��ction appco�ed by City. Cantractor shall suhmit sufftcient information to allow City, in City's sole discretion, to determine that the substitute proposed is equivalent to that expressly called for by the Contract Documents. Contractor shall make written applicatian to City for review in the same znanner as those provided in Paragraph 6.OS.A.2. C. City's Evaluation: City will be allowed a reasonable time within which #o e�aluate each proposal or submittal made pursuant to Paragrap�s 6.OS.A anc� 6AS.B. City may require Cantractor to furnish additional data about the proposed substitute. City will be the sale judge of accepYability. No "or-equal" or substitute will be ordered, ii�sta�ted or �xtitized until City's review is compleie, wltich wil� be e�idenced by a Change 4rder in the case vf a substitute and an accepted Submittal far an "or-e��ial." City will advise Contractor in writing af its determination. D. Special Guarantee: City may require Contractor to furt�ish at Contractor's expense a special performance guarantee, warranty, or otI�er surety with respect to any substitute. Cont�^actor shall inc�emnify and hold harmless City and anyone directly or inclit�ectly empdayed by therta fram and against any arad all cicaims, darnages, losses and expenses (including crttorneys fees) arising out of the use of �.substituted mater�ials or equipnaent. E. City's Cost Reimhursernent: City wi�l r�cord City's costs in evaluating a substitute propased or submitted by Contractor pursuant to Paragraphs 6.OS.A.2 and 6.OS.B. Whether or not City approves a substitute so proposed or submitted by Contractor, Contractor may be required to refmburse City for eval�xating each such proposed subsiitute. Contractor may alsa be requirec� to reimburse City for the charges for making changes in the Contract Dacuments (ar in the provisians of any other direct contract with City} resulting from the acceptance of each proposed substtfute. F. Contractor's Expense: Contractor shall provicle all data in support of any proposed substitute or "or-equal" at Cantractor's expense. CITY OF FORT WORTI� FY18-Cd9 STREET REPAIR AND RECON. PROGPAM AN� MEAR SOU7H SIPE MEO. DIST. W&SS MAIN IMPROV. STANDARD CONSTRUCTION SPEC[FICATION DOCUM�,NTS 01389 & 02445 Revision: Mar�h9,2Q20 oo�zoo-� GENERAL CONDITIONS Page 24 of 63 • 1. G. City Substitute Reimbursement: Costs (savings or charges} attributable to accepta�ce of a substitute sk�all 6e incorporated to the Contract by Change Order. H. 7'ime Extensians: No additional tirne will be granted for substitutions. Concerning Subcontractors, Suppliers, and Othe�s A. Cantractor shall perfortn with his own organization, work of a value not less than 35% of the value embraced on the Contracfi, ur�less othervvise approved by the City. B. Contractor shall not employ any Subcontractor, Supplier, ar other individual or entity, whether initially or as a replacement, against whom City may have reasonable objection. Contractor shall nat be required ta employ any Subcantractor, Supplier, or other individual or entity to furnish or perform any of the Wark against whom Conhactor has reasonable abjection {excluding those acceptable to City as indicated in Paragraph 6.p6.C). C. The City may from time to time require the use of certain Subcontractors, Suppliers, or other individuals or entities on the project, and will provide such requirements in the Supplementary Conditions. D. Minority Business Enterprise Corrapliance: It fs City policy to ensure the full and equitable participation by Minority Business Enterprises (MBE) in the procurement of goods and services an a contractual basis. If the Contract Documents provide for a MBE goai, Contractor is reauired to comply with the intent of the City's MBE Ordinance (as amended) by the following: 1. Coniracior sha11, upon request by City, provide complete and accurate information regarding actual work performed by a MBE on t�e Con�racfi and payment therefor. 2. Contractor will not make additions, deletions, ar substitutions of accepted MBE without written consent of the City. Any unjustified change or deletion shall be a material breach of Contraci and may result in debarment in accordance with the procedures outlined in the Ordinance. 3. Contractor shall, upon reyuest by City, allow an audit and/or examination of any books, records, or �les in the possession of the Contractar that will substantiaie the actual wark performed by an MBE. Material misrepresentation ai any nature will be grounds for terminaiion of the Cantract in accardance with Faragraph 15.02.A. Any such znisrepresentatiott may be grounds for disc�ualification oi Contractor to bid on future contracts wiih the City for a period af not less than three y�ars. E. Contractor shall be fully responsible to City for al1 acts and oxnissions of the �ubcontractors, Suppliers, and other individuais or entities perfarming or furnishing any of the Work j�st as Contracior is responsible �or Contractor's awn ac�s and omissions. Nothing in the Contract Documents: CiTY OF FORT WORTH FY18-009 S7REET REPAIR ANO RECON. PROGMM APo� NEAR SOUTH SIOE MEA- DIST. W&55 MAf[� IMPROV. STAiYDARD CONSTRUCTION SPECIFICATION DOCUMENTS Q2383 & d2445 ltevisian: Mar�h9,2020 047200-1 GEN�RAL CONDITfONS Page 25 of 63 �.a� I. shall create for the benefit of any such Subcontractor, Supplier, ar other individual ar entity any cantractual relationship between City and any such Subconiractor, Supplier or othez- individual or entity; nor 2. shall creaie any obligation on the part of City ta pay or �o see to the payment of any moneys due any such Subcontractor, Supplier, ar ather individual or entity except as tnay oYYI-tterwise be required by Laws and R�gulations. F. Contractar shall be solely responsible for scheduling and caordinating the Work of Subcontraciors, Supp�iers, and other individuals ar entities performing or furnishing any af the Wark under a direct or indirect contract with Contractor. G. A11 Subcontractors, Suppliers, and such other individuals or entities performing or furnishing any of the Work shall commur�icate with City through Contractor. H. All Work performed for Contractor by a Subcontractor or Supplier will be pursuant to an appropriate agreemettt between Contractor and the Subcontractar or Supplier which specifically binds the Subcontractor or Suppli�r to the applicab�e terms and conditions of the Contract Documents for the benefit of City. Wage Rates A. Duty to pay Prevailing Wr�ge Rates. The Cont�actor shall compIy with all requirements of Chapter 2258, Texas Government Code (as amended), including the payrnent of not less than the rates determined by the City Council of the City of Fart Worth to be the prevailing wage rates in accordat�ce with Chapter 2258. Such pre�ailing wage rates are included ii� these Cantract Documents. B. Penalry for Violation. A Contractor or any Subcontractor vtrho does not pay the prevaiiing wage shall, upon demand madc by the City, pay ta the City $60 for each warker em�loyed for each calendar day or part of the c�ay that the worker is paid less than the prevazling wage rates stipulated in these contract documents. This penalty shall be retained by the City to offset its adrnini�trati�e casts, pursuant to Texas Go�ernment Code 2258.023. C. Complaints of Violations and City Determination af Good Ccruse. 4n receipt of information, including a complaint by a worker, concerning an alleged violation of 2258.023, Texas Government Code, by a Contractor or Subcontractor, the City shall make an initial deier�nination, before the 3ist day after the date the City receives the information, as ta whether gaod cause exists to believe that the violation occurred. The City shail notify in writing the Contractor ar Subcontractor and any affected worker of its initial determinatian. Upon the City's determination that there is good caus� to believe th.e Contractor ar Subcontractor has vialated Chapter 2258, the City sI�a�I retain the full amaunts claimed by the claimant or claimants as the difference between wages paid and wages due under the prevailing wage rates, such amounts being subtracted from successive progress payrnents pendit�g a final determination of the violation. CITY OF �ORT WORTH FY18-C�95TREEf REPAIR ANd REWN. PROGPAM AN� NEAR SQUTH SipE MEd. �IST. W&55 MAIN IMPROV. STAIII3AItDCaNSTRUCTION SPECIFICATION DOCUMENTS 02389 & 02445 Revision: Mamh9,202Q 00 7a oo - i GENERAL CONQITIONS Page 26 of 63 6.08 D. Arbit�ation Requi�ed if Vrolation NotResolved. An issue relating to an alleged violation of Section 2255.023, Texas Government Code, including a penalty awed to the City or an affected wor�Cer, shall be submitted tio binding arbitration in accordance with ihe Texas General Arbitration Act (Article 224 et sey., Revised Statutes) if the Contractor or 5ubcontractor and any affected worker does nat resolve the issue by agreement before the 15th day after the date the City make� its initial determinatioi� pursuant to Paragraph C abave. If the persons required to arbit�ate und�r ihis section do not agree on a� arbitrator before the 11th day after the date #hat arbitration is required, a district court shall appoint an arbitratar on the petition of any af the persons. The City is not a party in the arbitration. The decision and avvard of the arbiirator is fnal and binding on all parties and nnay be enforced in any caUr� of co�npetent jurisdiction. E. Recards to be Maintained. The Contractor and each Subcontractor shaIl, for a period of three (3) years following the date af acceptance of the work, maintain records that show (i) the name and occupation of eacH �+orker employed by the Contractar in the construction of tl�e Work provided for in this Cantraci; and (ii) the actual per diem wages paid to each worker. The records shalI be open at all reasonable hours for inspection by the City. The provisions ai Paragraph 6.23, Right to Audit, shal� pertain to this inspection. F. �rogress Payments. With each progress payment or payroll period, whichever is less, the Contractor shall submit an affidavit stating thafi the Contractor has complied with the requirements oiChapter 2258, Texas Government Code. G. Posling af Wage Rates. The Contractor shall post pre�ailing wage rates in a conspicuous place at all times. H. Subcontracto� Cornpliance. The Contractor shall include in its subcontracts and/or shall otherwise require all of its Subcantractors to comp(y with Paragraphs A through G abov�. Patent Fees ctnd Royalties A. Contractor shall pay all license fees and royalties and assume all costs incident to the use in the performance of the Work or the incorporation in the Work of any invention, design, process, product, or der�ice which is the subject of patent rights or copyrights held by others. If a particular invention, design, process, product, or device is specifed in the Contract Documents for use in the perfortnance of the Work and if, to the actual knowledge of City, its use is subject to patent rights or copyrights ca�ling for the paytnent of any license fee or royalty to otbers, the existence of such rights shall be disclosed by City in the Contract Documents. Failure of the City to disclose such information does nat relieve the Contractor from its obligations to pay far the use of said fees or royalties to others. B. To the fullest extent permitted by �aws and Regulations, Contractor shall indemn� and hold harmless City, from and against crll clairras, costs, losses, and clamages (including but not lin�aited tn all fee.s and chc��ges af engineers, architects, atto�neys, and other professionals and all court or a�^bitration or other dfspute resolution eosts) arising out of or� relating to any infringe�nent of patent �ights or copyrights incident to the use in the perfarrrrance of the Wark or �esulti�ag from C1TY OP FQRT WOKTH FY16-CD95TREET REPAIR AN� RECON. PROGMM AN� NEAR SDUTH SlOE MED. DIST. W&55 MAIN 1MPROV. STAiYDARDCO%1STRUCTION SPECiFICATIdN DOCUMENTS 02389 & 02445 Revision: Mateh9,2020 oa�zoo-� GENERAL CON7ITIONS Fage 27 of 63 the incorpa�ation an the Wo�k of any inventran, desagn, process, p�oduci, or device not specified in the Contract Documents. 6.�9 Permits and Utilities A. Coniractor obtaaned permits crnd licenses. Contracior shall obtain and pay for all construction permits and lice�ses except those provided for in the Supplementary Canditions or Contract Documents. City shall assist Contractor, wl�en necessary, in obtaining such permttts and licenses. Contractor shall pay alI gavernmental charges and inspection fees necessazy for tI�e prosecution af the Wark which are applicable at the time oi openEng of Bids, or, if there are no Bids, on ihe Effective Date of the Agreement, except for permits provided by the City as specif�ed in 6.09.B. City shall pay all charges of utility awners far connect�ons for providing perznanent service to the Work. B. City obtained pet�miis and licenses. City will obtain and pay for alI pertnits and licenses as pravided far in the Supplementary Conc�itions ar Cantract Documents. It will be the Contractar's responsibility to carry out the provisions of the permit. If the Contractor iniiiates changes to the Contract and the City approves the changes, the Contractor is responsible for obtaining clearances and coordinating with the appropriate regulatory ager�cy. The City vciill not reimburse the Contractor for any cost associated with these requirements of any City acquired permit. Th� following are permits the City will obtain if required: 1. Texas Department of Transportation Permits 2. U.S. Army Carps of Engineers Permits 3. Texas Camtnission on Environmental Quality Permits �. Railroad Coznpany Permits C. Dutstanding �et�mits crnd licenses. The City anticipa�es acquisition of and/or access to permits and ticenses. Any ouistanding permits anc� licenses are anticipated to be acquired in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted 6y the Contractor in accordance wiih the Contract Documents must consider any outstanding permits and licenses. 6.10 Laws and Regulaiions A. Contractor shall give all natices required by and shall comply with all Laws and Regulations applicable to the performance o£ the Work. Except where otherwise expressly required by applicable Laws and Regulations, the City shall not be respansible for monitoring Contractor's compliance with any Laws or Regulations. B. If Contt-actor performs any Work knowing ar hav�ing reason to kno�v that it is cantrary to Laws or Regulations, Cantractor shall bear all claims, costs, losses, and damages (including but nai limited to all fees and charges af engineers, architects, attorneys, and other professionals and all CiTY OF FORT WORTfT FY18�C095TREEi NEPAIR ANO RECON. PROGRAM ANO NEAR SOV7FI SIDE MEO. DISF. W&55 MAIN IMPROV. STANDAR.D CONSTAUCTION SPECIFICATION DpCUME,NTS 02389 & 02445 Reaision: Mareh 4, 2020 oo�zao-i CENERAL CONDITIQNS Page 28 of 63 court or arbitration or other dispute resalution costs} arising out of or relating to such Work. However, it shall not be Contractor's responsibility to make certain that the Specif cations and Drawings are in accordance with Laws and Regulations, but this shall not relieve Contractor of Contractor's obligations uncier Paragiraph 3.02. C. Changes in Laws or Regu[ations not known at the time of opening of Bids having an effect on the cost or time of perfort�ance of the Work may be the subject of an adjustment in Contract Price or Contract Time. 6.11 Tcrxes A. On a contract awa�'ded by the City, an organization which qualifes for exennptian pursuant ta Texas Tax Cade, Subchapter H, Sections 1 S 1.301-335 (as amended), the Cantractor may purchase, rent or lease all materials, supplies and equipment used or consumed in the performance of this con#ract by issuing to his supplier an exemption certiftcate in lieu of the tax, said exemption certificate to com:ply with Staie Carnptroller's Ruling .007. Any such �xemptian certificate issued to the Contractor in lieu of the tax shall be subject to and shalI comply with the proviszon of State Comp�roller's Ruling .011, and any other applicable rulings pet�aining to the Texas Tax Code, Subchapter H. B. Texas Tax permits and information may be obtained from: 1. Comptroller of Public Accounts Sales Tax Division Capitol Station Austin, TX 78711; or 2. htt ://www.window.state.tx.us/taxinfa/taxforms/93-farms.himl 6. I2 Use af Site and Other A�eas A. Linaitation on Use of Site cand Other Areas: 1. Contractoi 51} .il confine construction equipment, the storage of materials and equi�ment, and the aperatiof�� of workers to the Site and other areas permitted by Laws and Regulations, and shall not unreasanably encumber the Site and other areas with construction equipment or other materials or equipment. Contractor shall assuzne full responsibility for any damage to any such land or area, or to the owner or occupant thereof, or af any adjacent Iand or areas resulting from the performance of the Work. 2. At any time when, in the judgment of the City, the Coniractor has obstructed or clased or is carrying on aperations in a port�on of a street, right-of-way, or easement greater than is necessary for proper execution of the Work, the City may require the Contractor to finish the section on which operations are in progress before work is commenced on any additional area af the S ite. C1TY OF FOAT WORTH FY18-0095TREET REPAIR AfdD R@COhf. PNOGRAM AN6 NEAR 54UTFf SIOE M€O. DIST. W&55 MAINlMPROV. STANDARDCOI�TSTRUCTION SPSCIEICATION DOCUMENTS Q2389 & 02445 Revisian: Ma�nh9, 2020 OD7200-] GENERAL CONDITIONS Page 29 of 43 3. Should any Damage Claim be made by any such owner or occupant because o�the performance of the Work, Cantractor shall promptly attempt to resol�e the Damage Ciaim. 4. Pu�suant to Paragraph 6.21, Contractor shall indemn� crnd hold harmless City, , from and against all cicaims, costs, losses, cand a'�mages arising out of or relrxting to any clairn or action, legal ar equitable, hrought by cany such owneN or occupant ragainst City. 6.13 6.14 B. Renaoval af Debris Du�^ing Perfo�mance of the Work: During the progress of the Worlc Contractor shall keep the Siie and other areas free frorn accunnulations of waste rriaterials, rubbish, and other debris. Rerrtovat and disposal of such waste materials, rubbish, anc! other debris shall co�form to appZicable Laws and Regulatians. C. Site Maintenc�race CZecaning.• 24 hours after written natice is given to ihe Contractor that the clean-up on the jab site is proceeding in a manner unsati�factory to the City, if the Contracior fails to carrect the unsatisfactory procedure, the City may take such direct actian as the City deems appropriate to correct the clean-up deficiencies cited to the Contractor in the written notice (by leiter ar electranic comtxiunication), and the costs of such direct actian, plus 25 % of such costs, shall be deducied from the monies due or tio become due to the Contractor. D. Frnal Site Cleaning.• Prior to Final Acceptance of the Wark Contractor shall c(ean the Site and the Work and rnake it ready f'or utilization by City or adjacent property owner. At the completion of tl-te Work Contractor shall remove from the Site all taols, appliances, construction equipznen� and machinery, and surplus materials and shall restore to original condition or better all property disturbed by the Work. E. Loading Structures: Contractor sha�1 not load nor permit any part of any structure to be loaded in any manner thai will endanger tI�e structure, nor sktali Contractor subject any part of the Work or adjacent property to siresses or pressures that will cndanger it. Record Documents A. Confractor shall maintain in a safe place at the Site or in a place designated by the Contractar and approved by the City, one {1} record copy of all Drawings, Specifications, Addenda, Change Orders, Field Orders, and written interpretations ar�d clarifications in good order and annotated to show changes made diiring constructian. These record documents together with all approved Samples and a counterpart of all accepted �ubmittals will be available to City for reference. Upor► completion af the Work, these recocd documents, any operation anci maintenanc� manuafs, and Submittafs will be deIivered ta City prior to Final lnspection. Contractor shall include accuraie locations for buried and imbedded items. Srafety and Protection �. Contractor shall be salely responsible for initiating, maintaining ar�d super�ising all safeiy precautions and programs in connectian with the Work. Such responsibility does not reI�eve Subcantractors of their responsibility far the safety of persons or property in the performance of their work, nor for compliance with applicable safety Laws and Regulations. Con�ractor shall CITY OF NORT WORTH FYIS{695TREET HEPAIR AND RECON. PR�GRAM AN� NEqR SaUTH SIOE ME6.OIST. W&SS MAIN IMAROV. STANDARD CONSTRUCTION SPECIFICATION DOCUME�TTS 02383 & Q244S Revision: Mat�9,207A oo7zao-t GENERAL CONDkTIONS Page 30 of 63 take a11 necessary precautions for the safety of, and shalt provide the necessary protection to prevent damage, injury or loss to: 1. all persons on the Site ar who may be a£fected by the Wark; 2. all the Work and materials and eauipment to be incorporated therein, whether in starage on or offthe Site; and other property at the Site or adjacent thereto, includin�g trees, shrubs, lawns, wal�s, pavements, roadways, structures, utilities, and Underground Facilities not designated %r rernoval, relocation, or replacement in the course of construction. 6.15 . . 6.17 B. Contractor shall comply with all applicable Laws and Reguiations relating to the safety of persons or property, or to the pratection of persons or property from damage, injury, or loss; and shall erect and maintain all necessary safeguards for such safety and protection. Contractor shall notiiy owners oi adjacent property and of Underground �`acilities and ather utility owners when prosecution of the Work may affect them, and shall cooperate with them in �he pratection, remaval, relocatian, and replacement of their property. C. Contractor shall comply with the applicable requirernents of City's safety programs, if any. D. Contractar shall inform City of the specific requirements of Coniractar's safety program, if any, with which City's employees and representatives must comply while at the Site. E. Al1 damage, injury, or loss to any property re�erred to in Paragraph b.1 �.A.2 or 6.14.A.3 caused, directly or indirectly, in whoIe or in part, by Contractor, any Sut�contractor, Supp�ier, or any other individ�aal ar entity directly or indirectly employed by any of tlaem to perfortn any of �he Work, or anyone far wlaose acts any of them may be liable, shall be remedied by Contractor. F. Contractor's duties and responsibilities for safety and for protection of the Work shall continue unti! such time as all the �h7ork is completed and City has accepted the War�. Safety Rept�esentative Contrac#or shal� inforrn City in writing of Contractor's designated safety representative at the Site. Hazard Comrra�nrcation Programs Cantrac�or shall be responsible for coordinating any exchange oFinaterial safety data sheets or other hazard communicatian inforrnation required to be made available to or exchanged between or among employers in accorcEance with Laws or Regulations. Emergencres a�ad/o� Rect�cation A. In emergencies affecting the safety or protection of persons or the Work or property at the Site or adjacent thereto, Contractor is obIigated to act to prevent �hreatened damage, injury, or lass. Contractor si�all give City prompt vvritten notice if Contractor believes that any significant CITY OF FORT WOLZTH FY18-C�95TREEf REPAIRAN� RECON. PROGRAM AfdO NEAR SOUTH SIDE MED. �IST. W&55 MAIN IMPROV. STANDARD GONSTRUCTION SPECiFICATiON DOCUM�I�TTS 023&9 & 02445 Revision: Mar�h 9, 2020 ao�zoa-i CENERAL CdNDITIONS Page 31 of 63 changes in the Worfc or �ariations from the Contract Documents ha�e been caused thereby or are required as a result thereof. If City determines that a change in the Co�ntraci Docuznents is required because of the action taken by Cantractar in response to such an ernergency, a Change Order may be issuec�. B. Shouid the Contractor fail to respond to a request from the City to rectify any discrepanczes, omissians, or correction necessary to conform with the requirements of the Contract Docunrtents, the City sha11 give the Contractor written notice that such work or changes are to be performed. The written notice shall c{irect attention to the discrepant cond�tion and rec�uest the Contractor to take remedial action to correct the candition. In the event the Contractar does nat take positive steps to iul�ll this written request, or do�s not show just cause for not taking the proper actEon, within 24 hours, the City may take such remedial action with City forces or by contract. The City sha�l deduct an atnount equal to the entire costs for such remedial action, plus 25%, from any fut�ds due or become due the Conteactar on the Praject. 6.18 Subrrtittuls A. Contractvr shall submit required Subm.itiats to City for review and acceptance in accordance with the accep�ed Schedule of Submittals {as requfred by Paragraph 2.0'7). Each submittal will be ideniified as City may require. I. Submit number af copies specified in the General Rec�uirements. 2. Data shown on the Subtnittals will be complete with respect ta quantitzes, dimensions, specified performance and design criteria, materials, and sirnilar data tn show City fhe services, materials, and equipnnent Contractor praposes to provide and to ena�ie City to review the information for the limited purposes required by Paragraph 6.1 S.C. 3. Submit�als sui�nnitted as herein provided by Con�ractor and reviewed by City for canformance with the design concept shall be executed in conformity with� ihe Cantract Docurrients unless otherwise required by City. 4. When Submittals are submitted for the pucpose of showing the installation in greater detail, � their review sha�l not excuse Contractor from requirements shawti on the Drawings and Speci�cations, 5. For-�nformation-4nly sUbmittals upon which the City is not expected to c�nduct re�iew or take responsive actian may be so identified in the Contract Documents. 6. Subnnit required �umber of Sampl�s specified in the Specifica�io�ns. 7. Clearly identify each Sampie as to materia�, Supplier, pertinent data such as catalog numbers, the use for which inter�ded and other data as City may require to enable City to review the submittal for the iimited purposes required 6y Paragraph 6.I8.C. CITY OF FORT WQRTH FY1$-CD9 STREET REPAIR AND RECON. PROGRAM AN� NEAR SOUTF{ SIOE ME�, DIST. W&5S MAIN IMPROV. STANDARDCONS'1'RUCTION SP�C1FiCATIOAI DOCUMENTS 02389 & 02445 Revisipn: Maich9, 2020 00 �a ao - i GENERAL COND1TI01�5 Page 32 of 63 6.19 6.20 B. VVhere a Submittal is required by the Contracfi Documents or the Schedule of Submittals, any related Work perfortned priar to City's review and acceptance of the pertinent submittal will be at ihe sole expense and responsibility of Contractor. C. City's Review: l. City will pravide timely review of required Submittals in accordance with ihe Schedule of Submittals acceptable to City. City's review and acceptance wiil be anly to determine if fihe items covered by ihe submittals will, after installation ar incorporation in the Work, canfo�n to the in%rmation given in the Contract Documents and be compatible with the design concept of tlae completed 1'roject as a iunctionir�g whole as indicated by the Contract Documents. 2. City's review and acceptance w�ll not extend to means, methods, techniques, sequences, or proced�res of construction (excepfi where a pa�ticular means, methad, technique, sequence, or procedure of constntction is specifically and expressly called for by the Cantract Documents) or ta safety precautions or programs incident thereto. The review and acceptance of a separate item as such will not indicate approval of the assembly in which the item function s. 3. City's review and acceptance shall not relieve Contractor from respansibility far any variation from the requirements of the Contract Documet�ts unless Contractar has complied with the requiretnents of Section 01 33 00 and City has given written acceptance of each such variation by specific written notation thereof incorporated in or accompanying the Submittal. City's review and acceptance shall not relieve Contractor from responsibility for complying with the requirements of the Contract Documen�s. Continuang the Work Except as otherwise provided, Coniirac�or shall ca�'ry on the Work and adk�ere to fhe Project Schedule during all disputes or disagreements with City. No Work shall be delayed or postponed �ending resolution oi any disputes or disagreements, except as City and Contractar may otherwise agree in writing. Contractor's General Warranty and Gua�antee A. Contt'actor warrants and guarantees to City that all Work will be in accordance with the Contract Documents and will not be defective. City and its officers, directors, merr�bers, partners, employees, agents, consultants, and subcontractors shall be entitled to rely on representation of Contractor's warranty and guarantee. B. Contractor's warranty and guaraz�tee hereunder excludes defects or damage caused by: 1. abuse, modi�ication, or improper maintenance or operation by persons other than Contractor, Subcantractars, Suppliers, or any other individual or entity for whom Cont�actor is responsible; or C1TY OF FORT WORTH FY18-CO95TNEEY R€PAIRAND RECON. PROGRAM AN� NEAR SDUTH Sf�E MEO. DFST. W&55 MAIN IMPROV. STANDARD CONSTAUCTION SPECIPICATiON ➢OCUMEI�TTS 02389 & 02445 Revision: Mar�h9,2020 �07206-1 GENERAL CpNDIT10NS Page 33 of 63 2. nortnaf wear and tear under narmal usage. C. Cantractor's obligation to perform anc! compleie the Work in accordance with the Contract Documents shall be absolute. None of the following will constitute an acceptance of Work that is not in accordance with the Contract Documents or a release of Contrac�or's obtigation to perFarm the Wark in accordance with the Contract Documents: 1. abservations by City; 2. recomznendation or payment by City of any progress or final payment; 3, the issuance of a certi�cate of Final Acceptance by City or any payrr�ent reiated thereto by City; 6.21 4. use or occupancy of the Work or any part thereof by City; 5. any review and acceptance of a Subrrtittal by Ciiy; 6. any inspeciian, test, or approvaI by others; or 7. any correction of defectrve Work by City. D. The Contractor shafl r�medy any defects ar darr�ages in the Worlc and pay for any damage to oiher work or property resutting therefrom which shall appear within a period of two (2) years from the date of Final Acceptance of the Work unless a longer period is specified and shall furnish a good and sufficient maintenance bond, complying with the requirements af Article 5.02_B. The City will give notice of observed defects witl� reasonable promptness. Indemni�cation A. Contractor covenants and agrees to indemnify, h�ld harmless and defend, at its own expense, the City, its officers, servants and emplayees, fram and against any and all claims arising out of, or alleged to arise out of, the wark and services to 6e performed by #he Contractor, its officers, agents, employees, subcontractors, licenses or invitees under this Confract. THrs YNn ,MNiF �TTnN PROVT�IO r� . PECrFrrai�,v nv�vnFn To 2PERATF aNn RF. F.F�Fr�rrv� �«N l� ��r 1� �: ,r r, r-��L !iK ri[v`v r iv 111A 1 A1 ' -- — — .r. T ��OMF, [�F THF nAMAfYF.� R_F.F�vr CnrT_r_u�r y� F rA JSF� IN WH[)i n�t IN PART, B� ANV�CT OMI�SION O NEGLI ENC'E OF THE CITY. This indemnity provision is intended to include, without lite�itation, indemnity for casts, expenses and legal fees incurred by the City in defending against such claians and causes of actions. B. Contractor covenants and agrees to indemnify and hald harmless, at its own expeRse, the City, its officers, servants and employees, from and against any and all loss, damage or destruction of property of the City, arising out of, ar alleged to arise out of, the worl� and see-vices to �e performed by the Contractor, its afficers, agen�s, employees, subcontractors, licensees or invitees under this Contract. THIS DFMN TC'ATi(lN ,�R�VT�I(}N I� CITY OF FORT WORTH FY?8�Cd957REET REPAIR AN6 RECON. PROGWiM AND NEAR SOUTH SIbE ME�. 615i. W&55 MAfN IMPROV. STANDAR.DCONSTRiTCT[ON SPECIFICATIdI�i DOCUMENTS 02389 & 02445 Revision: March4,2020 007200-1 G�NERAL CONaITIONS Page 34 of 63 6.22 6.23 ' \ 1 1 1 1' '"_ 1 i - - �. la 1 ; ' R 1 L► _ . �_ �__ _�_� _ 1 1/1 � _�l_ ! a U-= � 1► _ _ 4 .Y ■ .--- i 1► �i = /: � ':� '- � — -- i1LI _I► i:, �I 1 1 Delegatian af Professfonal Design Services A. Contractor will nat be �•equired to provide professional desigi� services �nless such �ervices are specifically required by the Contract Documents for a portion of the Wark or unless s�ch services are required to carry out Cont�'actor's responsibilities for construction rneans, methods, techniques, sequences and procedures. B. If prof�ssional design services or certifications by a design professional related to systems, materials or equipment are specifically required of Coniractar by the Contract Documents, City wili specify atl performance and design criteria that such services must satisfy. Contractor shall cause such services or certifcations to be provided by a pz-operly licensed professional, whose signature and sea� shall appear on all drawings, calculations, specifications, certificatians, and Submittals prepared by such profcssional. Submittals related io t�e Work designed or certified by such professional, if prepared by others, shali bear such pro%ssional's written appraval when submitted ta City. G City shall be entitled to rely upon the adequacy, accuracy and completeness of the services, certifcations or ap�ro�als performed by such design professionals, provided Ciry has specifed to Contractor pex`formance and design crit�ria that such services must satisfy. D. Pursuant to this Paragraph 6.22, City's review and accepta�ce of design calculations attd desigt� drawings will be only for the limited purpose oichecking for conformance with performance and design criteria given and ihe design concept expressed in the Contract Doc�aments. City's review and acceptance of Subtnitta(s (except design calculatians and design drawings) wiil be only for the purpose stated in Paragraph 6.18.C. Right to Audit A. Th •�� �n#ractor agrees that the City shall, until the expiration of three (3) years after final payt „nt under this Cantract, Have access to and the right to examine and photocopy any directly pertinent books, documents, papers, and r�cords of the Contractor involving transactions relating ta this Contract. Contractor agrees that the City shall have access during Regular Working Hours to all necessary Contractor facilities and shall be provided adequate and appropriate wark space in order to conduct audits in compliance with the provisions of this Paragraph. The City shall gi�e Contractor reasonable advance notice of intended audits. B. Contractor further agrees to include in all its subcontracts hereunder a provision to the effect that the subcontractor agrees that the City shall, until the expiration of three (3) years after final payment under this Contract, have access to and the right to examin� and photocopy any directly pertinent books, docu�nents, papers, and records af such Subcor�tracior, in�ol�ing tr�ansactions to the su6cantract, and iurther, ihat City shaIl ha�e access during Regular Working Hours to all CITY OP FORT WORTH FY18-C�9 STREET kEVAIR AND RECOfQ. PROGWiM AND NEAR SOUTH SI�E MED. 015T. W8�55 MAIN IMPROV. S'TANDARDCONSTRUCTION SPECIFICATION DOCUMENTS 02389 & 02445 Revision: Ma�rli9, 2020 DO 72 00 - 1 GENERAL CONtiITIpNS Page 35 0€63 Subcontractor facilities, and sI�all be pro�ided adequate and appropriate work space in arder to conduct audits in compliance with the pravisions of this Paragraph. The City shall give Subcontractor reasonable advance notice af intended audits. C. Contractor and Subconiractor agree to photocopy such dacuments as may be requested by the City. The City agrees to reimburse Contractor for the cost of the copies as follows at #he rate �ublished in the Texas Administ�rative Cade in effect as of the iime copying is perfarmed. 6.24 Nondiscrirriination A. The City is responsible for operating Public Transpa�taiian Pragrams and implementing transit- related projects, which are funded in part with Federal fnancial assistance awarded by the U.S. Department of Transportation and the Federal Transit Adrxainistration (FTA), witliout discr[minating against any person in the United States on the basis of race, color, or national origin. B. Title VI, Civil Rights Act of 19�4 as amended; Contractor sha�l comply with the requirements of the Act and the Regulations as fiarther defined in the Suppletnentary Conditions for any praject receiving Federai assistance. ARTICLE '� — OTHER WORK AT THE SITE 7.01 Related Work at Site A. City may perform other work related to the Project at the Site with Ci�y's employees, ar other City contractors, or through other direct cantracts iherefor, or have other work performed by utiIity owners. If such ather work is no# nated in the Contract Documents, then written notice thereof will be gi�en to Contractor prior to stariing any such other worl�; and B. Contractoc ,shalI afford each other contractor who is a party to such a direct contract, each utility owner, and City, if City is performing other work with City's empioyees or ather City contractors, propec and safe access to the Site, pro�ide a reasonable opportunity far the introduction and storage of materials and equipment and the execution of such oiher work, and properly coordinat� the Work with iheirs. Contractar shalI do all cutting, �tting, and patching of the Work that may be required to praperly cannect or otherwise make its several parts come together and properly integrate with such other work. Contractor shall not endanger any work of others by cutting, exca�ating, or otherwise altering such wark; pro�ided, however, that Contractar may cut or alter others' work with the wriiten consent of City and the others whose work will be affected. C. If the proper execution or results of any paz�t of Contractor's Work depends upon work performed by others under this Article 7, Contraciar shall inspect such otk�er work and promptly report to City in writing any delays, defects, or deficiencies in such other work that render it unavailable or unsui�able for the proper execution and results af Contractor's Work. Con�ractor's failure to so report wi11 constitute an acceptance of such other work as ft and praper for integration with Confractor's Work except for latent defects in the work provided by athers. CITY OP FORT WORT�I FY18-Qp95TflEET NEPAIR AN� kECON. PROGMM AND NEAR SOUTEE SIDE ME�. �IST. W&SS MAiiJ IMAROV. S"i'ANDARI7 COIVS"1"RUCTIpi� 5PBCIFICAT101V DOCUMENTS 023$9 & Q2445 Aevision: Mamh 9, 2Q�0 00 72 00 - I GENERAL CONQITIONS Page 36 of 63 7.a2 Coardination A. If City intends ta contrac� with others for the pet-formance of other work on the Project at the Siie, the follawing will be set �'orth in Supplementary Conditions: l. the individual oz' entity who will have aut�tority and responsibiliiy for coordination of the activities among th� various contractors will be ider�tified; 2. the specifc matters to be covered by such authority and responsibility will be itemized; and 3. the extent of such auihority and responsibilities wil[ be provided. B. Unless atherwise provided in the Supplementary Conditions, City shall have authority for such cooz'dination. ART�CLE $ — CITY'S RESPONSIBILITIES S.O l Communications to Cont�actor Except as atherwise provided i�a the Supplementary Conditions, City shall issue all communications to Contractor. 8.02 Furnish Data City shall timely iurnish the data required under tk�e Contract Documents. $.03 Pay When Due 8.04 8.05 � 4: City shall make payments to Cantractor in accardance with Article 14. Lands and Easemerats; Repo�ts and Tests City's duties with respect to praviding Iands and easements and providing engineering surveys fio establish reference points are set forth en Paragraphs 4.01 and 4.05. Paragraph 4.02 refers ta City's identifyi�g and making available to Contractor copies of reports of explarations and tests of subsurface conditions and drawings of physical conditions relating fio existing surface or subsurface s�'uctures a# or contiguous to the Site that have been ufiilized by City in preparing the Co�ttract Dacuments. Change Orders City shali execute Change Orders in accordance with Paragraph 1Q.Q3. Inspections, Tests, and Approvals City's responsibility with respect to certain inspections, tests, and approvals is set forth in Paragraph 13.03. CITY OF FORT WORTH FYl&CU9 STREET REPAfR AN� REfAN. PROGRAM AMD NEAR SOUTH SI�E ME�. DIST. W&55 MAIFF IMPROV. STANDARD CONSTRUCTION SPECIFICATION DOCCJMENTS 02389 & 02445 Revision: Marcli9, 202D ao�zoa-i GENERAL CONDfTIOiVS Page 37 af 63 s.a� 8.08 8.09 Limitations on City's Respons�ibilities A. The City shall not supervise, direct, or have coniroI or authority over, nor be respansible for, Contractor's means, methods, techniques, sequences, or procedures of construction, or the safety precautions and programs incideni thereto, or far az�y failure of Contractar to cornply with Laws and Regu�ations applicable to t�e perfornnance of the Work. City wilI not be responsible for Contractor's fai�ure to perforrx� the Work in accordance with Yhe Contract Documentis. B. City will notify the Contractor of applicable safety plans �ursuant ta Paragraph 6.14. Undisclosed Hazardous Environmental Condition City's responsibiiity with respect ta an undisclosed Hazardous En�iranmental Condition is set forth in Paragraph 4.06. Compliance �vith Safety Program While at the ,Site, City's etnployees and represeniatives shall comply with the specific applicable requirements of Contractor's safety programs of which City has been informed pursuant ta Paragraph 6.14. ARTICLE 9— CITY'S OBSERVATIQN STATUS DUItiNG C�NSTRLTCTION 9.01 City's Project Mcrnr�ger City will provide one or rnore Project Manager(s} durin� th� construction period. The �uties and responsi6ilities and the Iimitations of autl�ority of City's Projeci Manager dz.�ring construction are set forth in the Contract Documenis. The City's Project Manager far tHis Contract is identiiied in the Suppleznentary Conditions. 9.02 Visits to Site A. City's Project Manager will make visits to the Site at intervals appropriate to the various stages of construction as City deems necessary in order to observe the progress that has been made and the quality of the various aspects af Coniractor's executed Work. Based on information abtained during such �isits and observations, City's Frojeci Manager wili determine, in generat, if the Work is praceeding in accordance with the Contract Documents. City's Project Maz�ager will not be required to make exhaustive or can�inuous inspections on the �ite to check the quality or quantity of the Work. City's Project Manager's efforts wi11 be directed toward providing City a grea#�r degree of confidence that the completed Work will conform generally to the Contract Dacuments. B. City's Project Manager's visits and observations are subject to all the limitations on authority and responsibility in ihe Contract Documents inc�uding those set farth in Paragraph 8.07. CITY OF FORT WORTH €Yl$-009 STREET REPAIR ANU REC6N. PRQGRAM AND NEAR SOUTH SI�E MED. DIST. W&SS MAIN IMPROV. STANDARD CONS'1'RUCTipN SPECiFICATION UOCUME�TTS 02389 &�2445 Revision: Marc1�9,2020 007200-1 GENERAL CdNdITIONS Page 38 of 63 9.03 Autho�-ized Varicrtions in Work City's Project Manager may authorize minor variations in the Wark from the requirements of the Contraci Documents which da not invalve an adjustment in the Cozatract Price or the Contract Time and are cotai.patible with the design concept of the cornpleted Project as a functioning whole as indicated 6y the Contract Documents. These may be acconnplished by a Field Order and wil� be binding on City and also on Contt'actor, who shall pe�rfarm the Work involved promptly. 9.04 Rejecting Defective Work City will have authority to reject Work which City's Project Manager believes to be de%ctive, or will not produce a compleied Project that canforms to the Contract Documents or that wifl prejudice the integrity of the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. City will have autharity to conduct special inspectian or testing af the Work as provided in Article 13, whether or not the Work is fabricated, installed, or completed. 9.a5 Detertninr�iions for WorkPeYformed Contractor will determine the ac�al quantities and classifications of Work performed. City's Project Manager will review with Contractar the preliminary determinations on such nnatters before rendering a written recamrnendation. City's written decision rvill be final (except as rnodified to reflect c�anged factual conditions or more accurate data). 9A5 Decisions on Requarert�rents of Cantpact Documenfs and Acceptability of Work A. City wi11 be the initial interpreter of the requirem.ents oithe Contract Documents and judge of the acceptability of the Work thereunder. B. City will render a written decision on any issue referred. C. City's written. decision on the issue referred will be final and binding on the Con�ractor, subject ta the provisions of Paragraph 10.06. ARTICLE 10 — CHANGES IN THE WORK; CLAIMS; EXTRA WORK I0.01 Authorized Changes in the Work A. Without invalidating the Contract and without notice to any surety, City may, at any time or from time to time, order Extra Work. Upon notice of such Extra Work, Contractor shall promptIy proceed with the Work involved which will be performed under the applicable canditions of the Contract Documents (except as otherwise specifically provided). Extra Work shall be memorialized by a Change Order which may or may not precede an order of Extra work. B. For minor changes of Work not requiring changes to Contract Time or Contract Price, a Field Order may be issued by the City. CITY OF FORT WQR'TH FY16-CU9 STR@@7 REPAIRAN� RECON. PROGflAM AMO NEAR SOUTH SI�E MED. bIST. W&SS MAIM IMPROV. STA3VDARD CONSTRUCTION SPECiEICATIQM DOCUMENTS Q23$9 & 02445 Revision: Ma�h9, 2020 oa �z oo - i GENERAL CONDITIONS Page 39 of 63 10.�2 Unauthorazed Changes in the Wo�k Contractor shall not be entitled to an increase in the Contract Price or an extension of the Contract Time with respect to any work p�rfarmed that is nat required by the Contract Documents as anaended, modifed, or supplemented as pravided in Paragraph 3_Q4, excepi in the case of an emergency as provided in Paragraph 6.17. 10.03 Execution of Change Orders A. City and Contraciar shatl execute appropriate Change Orders co�ering: 1. changes in the Wark which are: (i} ordered by City pursuant to Paragraph l 0.O 1.A, (ii) required because of acceptiance of defective Work under Paragraph 13.08 ar City's correction af defecti�e Work under Paragraph 13.09, or (iii) agreed to by the parties; 2. changes in the Contract Price ar Contract Time which are agreed to by the parties, including any undisputed stim ar amouut of time for Work actually p�rformed. 10.04 Extt�ca Work A. Shoutd a difference arise as to w�at daes ar does not consiitute Extra Work, or as to the paym�nt thereof, and the City in�ists upon its performance, the Contractor shall proceed with the work aft�r making written rec�uest for vvritten orders and shall keep accuraie account of the actual reasonable cost tHereof. Contract Claims regarding Extra Work shall be made pursuant to Paragraph 10.06. B. The Caniractor shall furnish the City such installation records of aIl deviations from the original Contract Docunnents as may be necessary to enable the City ta prepare for permanent record a corrected set of plans showing the actual instalIation. C. The campensa�ion agreed upon for Extra Work whether ar not initiated by a Change Order shall lae a full, compiete and final payment for all casts Contractor incurs as a result or relating to the change or Extra Work, whether said costs are known, unknown, foreseen or unforeseen at tk�at iime, including wiihout Iimitation, any costs for delay, e�tended overhead, ripple ar impact cost, or any ather effect on changed or uncI�anged work as a result of the change or Extra Work. I�.QS Notification to Surety I� the provisions af any band require notice to be given to a surety of any change aifecting the general scope of the Work or the provisions of the Contract Documents (including, but not limited to, Contract Price or Contract Tirr�e), the giving of any such notice will be Contractor's responsibility. The amount of each applicable band wiIl be adjusted by the Contractor to reflect the effect of any such change. CITY OF PORT WORTH FYl&C�9 STREET REPAIft AND RECQN. PROGftAM ANp NEAR SDUTH SI�E MED. DIST. W&SS MAIN IMPROV. STANDAAD CONSTKUCTION SYECIFICATION dOCUMENTS DZ389 & 02445 Revision: Mar�h 9, 2p�] 007200-1 GENERAL CONDITIONS Page 40 of 63 1 U.06 Contract Claims Pracess A. City's Decision Required: All Contract Claims, except those waived purst�ant to Paragrapla 14.a9, shall be referred to the City for decision. A decision by City shall be required as a condition precedent to a�y exercise by Contractor of any rights or remedies he rnay otherwise have under the Contract Documents or by Larvs and Regulations in respect of such Contract Claims. B. Notice: 1. Written notice stating the general nature of each Contract Claim shall be delivered by the Contractor to City no tater than 15 days after the start af the event giving rise thereto. The responsibility to substantiate a Cont�act Claim shall rest with the party making the Cantract Claim. 2. No#ice of the amaunt or extent of the Contract Claim, witk� supparting data shall be delivered to tlae City on or before 45 days from the start of the event giving rise tl�ereto {unless the City allows additio�ai time for Contractor to submit additional or more accurate data in support of such Contract Claim). 3. A Contract Claim For an adjustment in Contract Price shalf be prepared in accordance with the provisions of Paragraph 12.01. 4. A Contract CIaim for an adjustrr�ent in Contract Time shall be prepared in accordance with the provisions of Paragraph 12.02. 5. Each Contract Claim shall be accompanied by Contractor's written statement that the adjustment claimed is the entire adjustment ta which the Co�tractor believes it is �ntitled as a result of said event. 6. The City shall submit any z'esponse to t1�e Contractor within 3fl days after receipt af the cIaimant's last submittal (unless Contract allows additional time}. C. City's Action: City will review each Contz'act Claim and, within 30 days after receipt of the last submittal of the Contractor, if any, �.hr� �ne of the following actions in writing: i 1. deny the Cantract Claian in whale or in part; 2. apprave the Contiract Claim; or 3. notify the Contractor #hat the City is unable to resolve the Contract Claim if, in the City's sole discretion, it would be inappropriate far the Gity to do so. For purpases of further resolution of the Contract Claim, such natice shall be deemed a denial. CITY OF FORT WdRTH FY18-CO9 STREET REpAIR AND RECON. PROGRAM AP10 NEpR SOUTH SI�E MED. DIST. W&55 MA1N iMPROV. STANUARDCONSTRUCTION SPECIFICA'PION DOCUMENTS Q2389 & 02445 Revision: Ma�d�9, 2020 00 72 00 - ] G�NERAL CON�ITiONS Page 41 af 63 D. City's written action �xnder Paragraph 10.06.0 will be final and binding, unless City or Contractor invoke tha dispute resalution procedure set forth in Article �6 within 30 days of such action or denial. E. No Contraci C1aim for an. adjustment in Contract Price or Contract Time will be valid if not subrr�itted in accordance with this �Paragraph 1Q.06, ART�CLE 11— COST OF THE WORK; ALLOWANCES; UNIT PRICE WORK; PLAN� QLTANTITY MEASUREMENT 11. a 1 Cost of the Wor�k A. Costs Included: The tertn Cost of ��e Work means the sum af all costs, excep� those excluded in Paragraph 11.Ot .B, necessarily incurred and paid by Contractor in the proper pet-f'ormance of the Work. When the value of any Work co�ered by a Change Order, the costs to be reimbursed to Contxactor wiI� be on�y those additional or incremental costs required because of the change in the Work. Such costs shall not include any of the costs itemized in Paragraph 11.O1.B, and shall include but not be limited to the following items: Payroll casts for employees in the direct etnploy of Contractor in the performance of the Work under schedules of job classifications agreed upon by City and Cantractar. Such ernployees shall include, without limitation, superintendents, foremen, and other persot�nei emplayed full time on the Work. Payroll costs for employees n.ot ernployed full time on the Work shall be apportioned on the basis of their time spent an the Work. Payroll costs shall include; a. salaries with a SS% markup, or b. salaries and wages plus the cost of fringe benefts, which shall include social security contributions, unemployment, e�c�se, and payroii taxes, workers' compensation, health and retirement benefits, bonuses, sick lea�e, vacatian and holiday pay appIicable thereto. The expenses of performing Work outside of Regular Working Haurs, Weekend Working Hours, or legai halidays, shall be included in the abo�e to the extent autharized by City. 2. Cost nf all materials and equipment fi.�rnished and incor�aorated iu the Work, including costs of transportation ar�d starage thereof, and Suppliers' field services required in connectian therewith. Rentals of all construction equipment and machinery, and the parts �ereof whether rented fram Contxactor or others in accordance wi�h rental agreemenis appro�ed by City, and tYte costs of transportation, loading, uriloading, assembly, dismantling, and removal thereof. All such casts shafl be in accordance with the terrt�s of said rental agreements. The rental af any such equipment, machinery, or parts shall cease when the use thereof is no ionger necessary for the Work. CI'I'Y OF FOR1' WORTH €Y18-0095iAEET RfPA1H AN� RECQN. PflOGRAM AN� MFAR SOUTH SIDE MEd. DIST. W&55 MAIN IMPROV. STANDARD CQNSTRUCTION SPECi�ICA"C10N DOCUIVIENTS 02353 & Q2a4$ Revision: Marclt 9, 2020 00 72 00 - 1 GENERAL CONDITIONS Page 42 of 63 4. Payments rr�ade by Coniractor to Subcontractors for Work pez-for�ned by Subcontractors. If required by City, Contcactor shall obtain campetitive bids from subcontractors acceptable to City and Contractor and sh.all deliver such bids to City, who will then determine, which bids, if any, wiIl be acceptable. If any subcontract pravides that the Subcontractor is to be paid on th� basis of Cost oi the Work plus a fee, the Subcantractor's Cast of the Work anci fee shall be determined in the sazne manner as Contractor's Cost of the Work and �ee as provided in this Paragraph 1 l .OI. 5. Costs of special consultants (including but not limited to engineers, architects, testing laboratories, surveyors, attorneys, and accountants} employed for services specificalIy related to tk�e Work. 6. Supp(emental costs including the fallowing: a. The proporfion a#' necessary iransportation, travel, and subsistence expenses of Contractor's employees incurred in discharge of duties connected with the 1�ork. b. Cost, including transportation and mainienance, of all materials, supplies, equipment, machinery, appliances, offtce, and temporary iacilities ai ihe Site, and hand tools not owned by the workers, which are consumed in the �erFormance of the Work, and cosi, Iess market value, of such items used but not cansumed which remain the property of Contractor. c. Sales, consumer, use, and ather sirriilar taxes related to the Work, and far which Contractor is liable not covered under Paragraph 6.11, as imposed by Laws and Regulatians. d. Deposits lost for causes other than negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by atay of them or for whose acts any o� them may be liable, and rayalty payments and fees for permits and licenses. e. Losses and damages (and related expenses) caused by damage to the Wor(c, nofi compensated by insurance or otherwise, sustained by Contractor in connection with ihe performance of tlae Work, provided such losses and dacnages h.ave resulted from causes other than the negligence of Cor�tractor, any Subcontractor, or anyone directly ar indirectly employed by any of them or For whose acis any of them may be liable. Such losses shail include seftlements txaade with the written consent and approval af City. No such losses, damages, and expenses shall be included in the Cost of the Work for the purpose of determining Contractor's fee. f. The cost of utilities, fiael, and sanitary facilities ai the Site. g. Minor e�penses such as telegrarr�s, long distance telephone calls, telephone and comtnunication services at the Site, express and courier services, and simiIar petty cash items in cannection with the Work. CITY OF FQRT WORTH FY18-C�95TREEf REPAIRAND RECON. PROGflAM AN� NEAR SOUTH SIDE MEO. DIST. W&55 MAIN IMPROV. STANDARD CON�TRUCTION SPECIF[CATION DOCUivIENTS 02389 & 02445 Revision: Maz�l� 9, 2020 oo�aoo-i GEIVERAL CONDfTIONS Page 43 of G3 h. The costs of premiums for all bands and insurance Contractor is r�quired by the Caniract Documents to purch;ase and maintain. B. C�.sts Excluded: The term Cosfi of the Worfc shatl not include any of the following items: 1. Payral� costs and other compensation of Contractor's of�cers, executi�es, principals (of partnerships and sole proprietorships), general managers, safety managers, engineers, architecis, estimators, attorneys, auditors, accouniants, purchasing and contracting agenis, e�pediters, timekeepers, clerks, and other personnel employed by Contractat', whether at the Site or in Contractor's principal or branch office for generai administration of the Wor� and not speci�cally included in tk�e agreed upon schedule of job classifications referred to in Paragraph 1�.01.A.1 or speci�cally covered by Paragraph I I.41.A.4, alI af which are to be considered administrative costs covered by the Contractor's fee. 2. Expenses of Con�ractor's principal and branch offices other than Contractor's office at the Site. 3. Any part of Contractor's capital expenses, including interest on Contracfor's capital emplayed for the Wori� and charges against Contiractor for delinquent payments. 4. Casts due to the negligence of Contractor, any Subcontractor, ar anyone directly or indirectly employed by any of them or for whose acts any of them rnay be liable, including but not limited to, the correction of defeciive Work, disposal of materia�s ar equipment wrongly supplied, and matcing good any damage ta property. 5. Other averheac! or general expense costs of any fcind. G Cont�r�cto�^'s Fee: When all the Work is performed on the basis af cost-plus, Contractor's fee shall be determined as set forth in the Agreement. When the �alue of any Work covered by a Change Order far an adjustment in Contract Price is determined on the basis of Cost af the Work, Confiractor's fee shaIl be c�eterminecf as set forth in Paragraph 12.O1.C. D. Documentation: Whenever the Cost of the Work for any purpose is �o be determinecf pursuant to Paragraphs 11.0 Lf _. j�.d 11.01. B, Contractar will establish and rriaintain records thereof in accordance with gen�ally accepted accoun�ing practices and submit in a form acceptable ia City an itemized cost breakdown toget�er with supporting data. 11.02 Allowances A. Specified Allo�wance: 1� is understood that Cantractor has included in the Cont�act Price a�1 allowances so naer�ed in the Contract Documents and shall cause the Work so eo�ered to be perforrned for such surns and by such persons or entities as may be acceptable to City. B. Pre-bid Allowances.• 1. Contractor agrees that: CITY OF PORT WORTH FY18-C695TREET ftEPAIR AND RECON. PROGR4M AND NEp,i250UTH 516E MED, �fST. W&55 MAIN IMPROV. STA7+IDARD CONSTIZUCTiON SPECIFICATIOIQ DOCUMENTS 02389 & Q2445 Revision: Murh 9, ZO20 007200-1 GENEF2AL CON�ITIOfVS Page 44 of 63 a. the pre-bid allorvances include the cost to Contractor oi materials and equipment required by the allowances to be delivered at the Site, and all applicable taxes; and b. Contractor's costs for unloading and handling on the Site, laboz', installation, overhead, profit, and other expenses contemplated for th� pre-bid allowances ha�e been included in the allowances, and no demand for additional payment on account of any of ihe foregoing will be valid. C. Cantingency Allowance: Cantractor agrees that a contingency allowance, if any, is for the sole use of City. D. Prior to finaI payment, an appropriate Change Order will be issued io reflect actual ar�aunis due Contt'actor on account of Work covered by allowances, and the Contract Price shall be correspondingly adjusted. 1 I.03 Unit Price Work A. Where the Contract Dacuments pravide that all or part oi the Work is to be Unit Price Work, initially the Contract Price wiil be dee�ned ta include for all Unit Price Work an amount e�ual to the sum of the unit price for each separately identified item of Unit Price Work times the estimated quantity of each item as indicated in the Agreeinent. B. The est�mated quantities of items of Unii �'rice Work are not guaranteed and are solely for the purpose of cotnparison oi Bids and determining an initial Contract Price. Deterrr�inations of the acival quantities and classifications of Uttit Price V�ork performed by Contractor wili be made by City subject ta the provisions of Paragraph, 9.05. C. Each unit price will be deemed to include at� amount considered by Contractor to be adequate to co�er Contractor's o�erhead and proiit for each separately identified item. Worl� described in the Contract Documents, or reasonably inferred as required far a fianctionally complete installation, but not identif ed in the listing of unit price it�ms shall be considered incidental to unit price work listed ar�d the cost of incidental work included as part of ihe unit price. D. City rnay make an adjustment in the Contract Price in accordance with Paragraph 12.01 if: 1. the quantity af any item of Unit Price Work perfarmed by Contractor differs materially and sign��cantly from the esiimated quantity of such item indicatec� in the Agreement; and 2. there is no corresponding adjustment with respect to any other item of Work. E. Increased or Decreased Quantities: The City reserves the right to order Extra Work in accordance with Paragraph 10.01. 1. If the changes in quantities or the alterations do not significantly change the character af work under the Cantract Documents, the aItered work will be paid for at ihe Contract ur�it price. CITY OF FORT WORTH FYi$-CD9 STftEEf ftEPAIR AN� RECON. PROGRAM AN� NEAR SOUTH SIUE MEO. �IST. W&SS MAIN IMPROV. STAIVDARDCONSTRUCTION SPECIFICATIOiV DOCUMEAfTS 02389 & 02445 Revision: Mazeh9, 2020 aa�zoa-i GENERAL CON�ITIQNS Page 45 of 63 2. If the changes in quantities or aIt�rations signi�cantly change the character of work, the Contract will be amended by a Change Order. 3. If no unit prices exist, this will be considered Extra Work and the Contract will be amended by a Change Order in accordance with Article 12. 4. A significant change in the character af work accurs when: a. the character of vvork for any Item as altered differs materially in kind or nature from ihat in the Contract or b. a Major Itenn of work varies by more than 25°/a from the original Cor�tract quantity. 5. W�ten the quantity of wark to be done under any Major Item of the Contract is more than 125% of the original quantity stated in the Contract, then either party �o the Coni�'act may request an adjustment to the unit price on the portion of the work ihat is abo�e l 25%. 6. When the quantity of work to be done under any Major Item of the Contract is less t�an 75°/a of the original quaniity stated in the Contract, then either party to the Contract may request an adjustnnent ta the unit price. 11.04 Plans Quantity Measurerraent A. Plans quantities rnay or may not represent the exact quantity of wark performed or material nnoved, handled, or placed during the execution of the Coniract. The es�irx�aied bid quantities are designated as fnal payment quantities, unless reaised by the governing Section or this Article. B. If the c�uantity measured as outlined under "Price and Paynnent Pracedures" varies by more than 25% (or as stipulated under "Price and Fayznent Procedures" for specffic Items} frorrt the tatal estimated quantity for an inciividual It�m originaIly shown in the Contract Documenis, an adjustrnent may be made to the quantity of authorized work done for payment purposes. The party to the Contract requesting the adjustment will pravide field measurements and calculations showing the final quantity for which payment will be made. Payment far revised quantity will be made at the unit price bid far that Item, except as provided for in Article 10. C. When quantities are revised by a change in design approved by the City, by Change �rder, or ta correct an ez-iror, or to correct an errar on the plans, the plans quantity will be incr�ased or decreased by ihe amount invol�ed in the change, and the 25% variance wii� a�ply to the nevsr plans quantity, D. If the total Contract quantity multiplied by the un�t price bid for an individual Item is Iess than $250 and the Item is not originally a plans c�uantity Item, then the Item tnay be paid as a plans quantity Item if fhe City and Contractor agree in writing ta f x the final quantity as a plans quantity. CITY OF FORT GVORTH pY18�C695TREET REPAIR ANa RECON. PROGRAM ANO NEAR SOUTH SIdE MEO. �fST. W&SS MAIN IMPR�V. STANDARD CONSTRUCT[QN SPECIf�1CATION DOCUM$NT5 Q2389 & 02�145 Revision: Manh9,2pZU 0072QO-1 GENERAL CONDITIQNS Page 46 of 63 E. For callout work ar non�site specific Contracts, the plans quantity measurenaent requirements are not applicable. ARTYCLE 1� — CIIANGE OF CONTRACT PRICE; CHANGE OF CO1�iTRACT TIME 12.01 Change of Cont�act P�ice A. The Contract 1'rice may only be changed by a Change Order. B. The value of any V[�ork covered by a Change Order will be determined as follows: 1. where the Work involved is covered by unit prices contained in the Contract Documents, by application of such unit prices to the quantities oithe items invoived (subject to the provisions oiParagraph 1 I.U3); or 2. where the Work involved is not covered by unit prices contained in the Contract Docurr�ents, by a mutually agreed lump sum or unit price (which may include an allowance far overhead and profit not necessarily in accordance with Paragraph 12.O1.C.2}, and shall include the cost oi any secondary impacts thai are fareseeable at the time of pricing the cast of Extra VVor�C; or 3. r�vhere the Work involved is not covered by unit prices contained in the Cantract Documents and agreement to a lump sum or unit price is not reached under Paragraph 12.01.B.2, on the basis of the Cosi of the Work {determined as pravided in Paragaph� 11.01) plus a Contcactor's fee for overhead and prafit (determined as provided in Paragraph 12.0 l.C). C. Contract�r�'s Fee: The Contractor's additional fee for overhead and profit shall be deterrr�ined as %liows: 1. a mutually accepta6le fxed fee; or 2, if a ftxed fee is not agreed upon, then a fee based on the follawing percentages of the various po�tions of the Cost of the Wark: a. for costs incurc: �f under Paragraphs 11.O1.A.1, 11.01.A.2. and 11.OI .A.3, the Contractor's additional fee shall be 15 percent except for: 1) ren�aI fees for Contractor's owvn eyuipment using standard rental rates; 2) bonds and insurance; b. for costs incurred u�der Paragraph 11.O1.A.4 and 11.O1.A.5, the Contractor's fee shall be five percent {5%), 1) where one or more tiers of subcontracts are on the basis of Cast of the Work plus a fee and no f"ixed fee is agreed upon, the intent of Paragraphs 12.O1.C.2.a and 12.O1.C.2.b is that the Subcontractor who actuaIly perfornns the Work, at whatever CiTY OF FQR1' WdRTH FY18-CO95TRE@T REPAIR AN� RECON. PROGPAM AN� NFAR SOUTH SI�E ME6. �IST. W$55 MAIN IMAROV. STANDARI]CONSTRUCTION SPECIFICATION DOCUML•1VTS Q23$9 & 02445 Itevision; Marz�h9,ZD20 00 72 00 - 1 GENERA� CONtiITiONS Page 47 of 63 tier, vvil� be paid a fee of IS percent ofthe costs incurrec! by such Subcontractor under Paragraphs 11.01.A. i and 1 l.O1.A.2 and fihat any higher tier Subcontractor and Contractor will each be paid a fee of five percent (5°/o) of the amount paid to the neact lawer tier Subcontractor, however in no case shall the cumulatiee tatal of fees paid be in excess of 25%; c. na fee shaI] be payable on the basis of costs itemized unc�er Paragraphs 11.41.A.6, and 1f.01.B; d. the amaunt of credit to be aIlowed by Contractor ta City for any change which results in a net decrease in cost will be �he amount af the actual net decrease in cost plus a ded�ction in Contrac�or's %e by an amount equa] to five percent {5%} of such i�et decrease. 12.02 Change of Contract Time A. The Cantract Time may anly be changed by a Change Order. B. No extension of the Contract Time will be allowed for Extra Work ar for claimed delay un�ess the Extra Work contemplated ar claimed delay is shown to be on the critical path of the Project Schedule ar Contractor can show by Criiical Path Method analysis how the Extra Work or claimed delay adversely aff�cts the critical path. I2.03 Delays A. Where Contractor is reasonably delayed in the perforrr�ance or completion of any part of the Work within the Contract Time d�te to delay beyond the contral o� Contractor, the Contract Time may be e�tended in an amount equal to the time lost due to such delay if a Contract Claim is crzade ther�far. Delays beyond the corttrol of Contrac#or shall include, but not be limited to, acts or neglect by City, acts or neglect of u�ility owners or other contractors performing other work as contemplated by Artic�e 7, fires, floods, epidemics, abnormal weather conditions, or acts of God. Such an adjustment shall be Coniractar's sole and exclusive remedy for the delays described in this Paragraph. B. If Contractor is delayed, City shall not be liable to Cantractor for any clai�ns, costs, Iosses, ar damages (includir�g but nat lirr�ited to aIl fees and charges of engineers, architects, attarneys, and oiher professionals and all court ar arbitration or other dispute resoluiion costs) sustained by Cantractor on or in connection with any other project or anticipaied project. C. Cantractor shaIl not be entitled to an adjustment in Contract Price or Contract Tirrae for delays wi#hin the control of Cantractar. De�ays attributable to and within the control of a Subcantractor or Supplier shall be deemed to be delays within the control of Contractor. D. The Contractor sha11 receive no compensation for delays or hindrances to ihe Work, except r�vhen direct and unavoidable e�ira cosi to the Contractor is caused by the failure of the City to provide information or material, if any, which is to be furnished by the City. CiTY QF FQRT WORTH FY18-N95TREEi HEPqIR AND REO�N. PROGRAM AN� NEAR SOUTH SfOE ME�. �IST. W$55 MAIN fMPR6V. STANIlARD CONSTRUCTIpAI SPECIFICATFON DOC4JM�31T5 023$9 & p2445 Aevision: Ma�h 9, 2020 oa�zao-� GEN�RAL CON�ITIONS Page 48 of 63 ARTICLE 13 -- TESTS AND INSPECTIONS; CORRECTrON, REMOVAL OR ACCEPTANCE OF DEFECTNE WORK 13.01 Notice of Defects Notice of a�l defective 1�ork oi which City has actual knowledge will be given to Contractor. Defective Work may be rejected, corrected, or accepted as provided in this Article 13. 13.02 flccess to Work Ci#y, independent testing laboratories, and gov�tnmental agencies with jurisdictional interests will have access �o �he Site and the Work at reasonable times for their observatian, inspection, and testing. Contractor shall provide them proper and safe conditions for such access ar�d advise them of Contractor's safety procedures and programs so that they may comply therewiih as applicable. 13.03 Tests and Inspections A. Contractor shall give City timely notice of readiness of the `Nork for all required insp�ctians, tests, or approvals and shall cooperaie wi#h inspection and testing personnel ta #'acilitate required inspections or tests. B. If Contract Docurnents, Laws or Regulations of any public body having jurisdictian reyuire any of the V�1ork (ar part thereo fl to be inspected, tested, or approved, Contractor shal l assume full responsi6iIity far arranging and obtaining such independent inspections, tests, retests or approvals, pay a11 costs in connectior� therewith, and furtaish City the required certificaies of inspection or approval; excepting, however, those fees specifically identi�ed in the Supplemenfiary Conditions or any Texas Departzx�ent of Licensure and Regulation {TDLR) inspections, which shall be paid as described in the Supplementary Ca�ditions. C. Contractor shall be r�spansible for arranging and obtaining and shall pay a(1 costs in connection with any inspections, tests, re-tests, ar appravals required for City's acceptance of m.aterials or equipment to be incorporated in the Work; or acceptance of materials, mix designs, or ec�uipment submitted �or approval prior ta Contractor's purchase thereof far incorporation in the Work. Such inspections, tests, re-tests, or approvals shall be performed by organizations acceptable to City. D. City may arrange for 1 perform any inspections City. ie services of an independent testing laboratary ("Testing Lab"} to or tests {"Testing"} for any part of the Work, as determined solely by City will coordinate such Testing to the extent possible, with Contractor; 2. Should any Testing under this Section 13.03 D result in a"fail", "dic� ndt pass" or other similar negative result, the Contractor shall be responsible far paying for any and all retests. Contractor's cancellation without cause of City iniiiated Testing shall be deerned a negative result and require a retest. CITY OF FORT WORTH FY18-CO95TREEC REPAFRAND R@COhl. PROGRAM ANO NEAR SOUTH 51�E MEo. �]ST. W&55 MAIN IMPROV. STANDARD COPISTILiICTJON SPECIFICATI�N DdCUML1VTS 02389 & 02445 Aevision: Ma�rli 9, 2U26 oa�zao-� GENERAL CONDITIONS Page 49 of 63 Any amounts owed for any retest under this Section 13.03 D shall be paid directly to the Testing Lab by Contractor. City will forward alI in�oices for retests to Contractor. 4. If Contractor fails to pay the Testing Lab, City will not issue Final Paytnent until the Testing Lab is paid. E. If any Work (or the work of others) that is ta be inspected, iested, or appraved is covered �y Cantractar withaut written concurrence of City, Contractor shall, if requested by City, uncover such Work for observation. F. Uncovering Work as provided in Paragcaph 13.03.E shall be at Cantractor's expense. G. Contractor shall ha�e the right ta make a Contract Claim regarding any retest or ineoice issued under Section 13.03 D. 13.04 UncaveNing Work A. If any Work is co�ered contrary to the Coiltract Documents or specific ins#ructions by the City, it must, if requested by Ciiy, be uncovered far City's observation and replaced at Coniractor's expense. B. If City considers it necessary ar ad�isable that co�vered Work be observed by City or inspected or tested by others, Contractor, at City's requesi, shall uncover, expose, or otherwise nnake available fvr observatian, inspection, or testing as City may require, that �artion of the Work in question, furnishing all necessary labor, material, and equiptnent. 1. If it is found that the uncovered Work is defective, Contractor shall pay aIl cIaims, costs, losses, and damages (inc��ading but not limited to all fees and charges of engineers, archi#ects, attorneys, and ather professionals and all court or other dispu�e resalutian costs) arising aut af or relating to such t�ncovering, exposure, o6servation, inspection, and testing, and o� satisfactory replacement or reconstructian (including but not limrted to all costs of repair or replacement of work of others); or City sI�all be entitled ta accept defecfii�e Work in accordance with Paragraph 13.08 in which case Contractor shall stiIl be responsible for a1] costs associated with e� osing, observing, and testing the defective Woek. 2. If the uncovered Wark is not found to be defective, Contractar shall 6e allowed an increase in the Coniract Price or an extension of the Cantract Time, or both, directly attributable to such uncovering, exposure, observation, inspection, testing, replacement, and reconstruction. 13.05 City May Stop the Wor�k If the Work is defecti�e, or Contractor fails to supply suf�cient skilled workers or suitable materials or equipment, or fails to perfarm the Worlc in such a way tkzat t�e completed Work will conform to the Contract Documents, City may arder Contractor to stop the Work, or any portion thereof, until ihe cause far sach arder has been eliminated; however, this right of City to stap the Work shal] not give rise to any duty on the part of City to exercise this right for the benefit of Contractor, any CITY OF FORT W�RTH FY18-CA9 STREET REPAIRAN� RECON. PROGftAM AN� NEAR SOUTH 516E MED. �IST. W&55 MAIN IMPROV. STAIVDARD CONSTRUCTIdN 9P�CIFICATION DpCUMENTS 02389 & 02445 Rev ision: March 9, 2(}20 OD 72 00 - 1 GENERAL CON�ITIONS Page 50 oFb3 �ubcontractor, any Supplier, any other individual or entiry, or any surety for, ar empIoyee or agent of any of fihem. 13.06 Correction or Remaval of Defective Work A. Promptly after receipt of written notice, Contractor shall correct all defective Work pursuant to an acceptable schedule, whether or not fabricaied, installed, or completed, or, if the Work has been rejected by City, remove i� from the Praject and replace it with Work that is not defective. Contractor si�all pay all claitns, costs, additional testing, losses, and damages (including but not limited to ail fees and charges of engineers, architects, attorneys, and other professionals and a11 court ar arbitration or other dispute resolution; casts) arising out af or relating ta such carrection or rernoval (including but not limited to alI costs of repair or replacennent of work of others). Failure to require the remaval of any defectir�e Work sha�l not constitute acceptance of such Work. B. Whet� cor�ecting defective Work under the terms of this Paragraph 13.06 or Faragraph 13.07, Contractor shall take no action that would void or otHerwise ixnpair City's special warranty and guarantee, if any, on said Work. 13.07 Correction �'eNiad A. Ii within two (2) years after the date of Final Acceptance (or such longer periad of time as may be prescribed 6y the terrr►s of any applicab�e special guarantee required by t�e Contract Documents), any Work is found to 6e defective, or if the repair of any da�nages to the land or areas made available for Cont�•actor's use by City or permitted by Laws and Regulations as contemplated in Paragraph b.10.A is found to be defecti�e, Coniractor shall promptly, without cost to City and in accordance with City's rnrYitten instructions: 1. repair such defective land or areas; or 2, correci such defective Work; or 3. if the defeciive Wark has been rejected by City, remove it from th� Project and replace it with Work that is not defective, and 4. satisfactori�y correct or repair or remove and replace any damage to other Work, to the work of others or oiher larid ar areas resulting therefrom. B. If Contractor daes not promptly comply with the terms of City's written instructions, or in an emergency where delay wauld cause seriaus risk of loss or damage, City tnay have the defective Work corrected or repaired or rr�ay have the rejected Work removed and replaced. AlI claims, costs, losses, and damages (including but not Iimited to all fees and charges of engineers, architects, attorneys, and other professioz�als and a!1 court or other dispute resolution costs} arising out of or relating io suc� correction or repair or such removal and replacem�nt (including but noi lirnited to a(1 costs of repair or replacement of work of oihers) will be paid 6y Contractor. CIT'Y OF CORf WORTI3 FY18-CD95TREfT REPRIHAND REO�N. PROGRAM ANo NEAR SOUTH SI�E ME�.OIST. W&55 MAIN IMPROV. STANDAI2D CONSTRUCTION SPECIFICAT[ON DOCUMENTS Q2389 & p2445 Revision: Marr]�4,202(1 ao�zoo-i GENERAL CON�ITIONS Page 51 of 63 C. In special circumstances where a particuiar item of equipment is placed in continuous service before Finai Acceptance of all the Work, the correction period for that itern may s�art to run from an earlier date if so provided in the Contract Documents. D. Where defective Work {and damage to other Work resulting therefrom) has been corrected or rerrtoved and replaced under this Paragraph 13.07, the correction period �ere�tnder with respect to such Work may be required to be e�tended for an adciitional period of one year after the end of the initial correciion period. City sha11 provide 30 days written notice to Contractor shauid such additional vvarranty coverage be reyuired. Contractor may dispute this requirement by fiiing a Contract Claim, pursuant to Paragraph 10.06. E. Cantractor's abligations under this Paragraph 13.07 are ir� addition to any other obligation or warrat�ty. The peovisions of this Paragraph 13.07 shall not be construed as a substitute for, or a waiver of, the provisions of any applicable statute of limitation or repose. 13.08 Acceptance of Defective Work If, instead of requiring carrection or removal and replacement of defective Work, City prefers to accept it, City may do so. Contractar shall pay all claims, costs, losses, and aamages (inctuding but not limited io all fees and charges of engineers, architecis, attorneys, and other professiona�s and aIl court or other dispute resolution costs} attributable to City's evalua�tion of and determination to accept such deFective Work and for the diminished value of the Work to the extent not oiherwise paid by Contractor. If any such acceptance occurs prior to FinaI Acceptance, a Ch.ange Order wili be issued incorporating the necessary re�isions in the Contract Documents wiih respect ta the Work, and City shall be entitIed ta an appropriate decrease in th� Contract Price, reflectin� the diminished value of Work so accepted. I3.09 City Mcay Correct Defectivc� Work A. If Contractor fails within a reasonable time after written r�otice from City to correct defective Work, or to remave and replace rejected Work as requirecf by City in accordance with Paragraph 13.06.A, or if Cantractor fails to perform the Work in accordance with the Contract Documents, or ii Contractor fails to coznply with any other pravision of the Contract Documents, City may, after seven (7) days written notice to Contractar, coirect, or remedy any such deficiency. B. in exercising the rights and remedies under this Paragraph I3.09, City sh.all proc�ed expeditiously. In connection with such corrective or remedial action, City may exclude Conh-actor from all or pa�rt of the Site, take possession of all ar part of the War� and suspend Contractor's services related thereto, and incorporate in the Wark all materials and equipment incorparated in �he Work, stored at the Site or for which City �as paid Contractor but which are stored elsewhere. Contractor shall allow City, City's repeesentatives, agents, consultants, employees, and City's other contractors, access ta the Site ta enable City to exercise tI�e rights and remedies under this Paragraph. C. A�1 claims, costs, losses, and damages (including but na� limited to a1i fees and charges of engineers, architects, attorneys, and ather professionals and aIl court or other dispute resol�ttion CITY OF FdRT WQRTH FY18-Cd9 STREEf REPAIR AN� ftECAN, pROGR4M AN� NEAR SOU7H SI�E MED. D6T. W&55 MAIN IMPROV. STANDARDC(lN3TAUCT]ON SPECIPICATIaN DOCUMENTS a2389 & 02445 Rev is ion: March 9, 2[}20 oa �2 oa - i GENERAL CONDI�fIONS Page 52 of 63 costs) incurred or sustained by City in exercising the rights and remedies under �his Paragraph 13.09 will be charged against Contractor, and a Change 4rcfer will be issued incorporating the necessary revisions in the Contract Documents with respect to the Worl�; and City sha11 be entitled to an appz'apriate d�crease in the Cantract Price. D. Contractor shalI not be allawed an ext�nsion of the Contract Time because of any delay in the performance of t�e Work attributable to the exercise of City's rigbts and remedies under this Paragraph 13.09. ARTICLE 1�# — PAYMENTS TO CONTRACTOR AND COMPLETION 14.01 Schedule of Yalues The Schedule of Values for lump sum coniraets established as provided in Aaragraph 2.�7 will serve as the basis for progress payments and will be incorporated into a farm of Application for Paytnent acceptable to City. Progress payments on account of Unit Price Work will be based on the number of units comp�eted. 14.02 Progf-ess Paynients A. Applicrxtions for Payments: Contractor is responsible for providing all information as required �o become a vendor of the City. 2. At least 20 days 6efore the date established in #he General Requirements far each progress payment, Contractor slaall su�mit to City for review an Application for Payment filled aut and signed by Contractor cavering the Work cornpleted as of the date of the Applicatian and accoxnpanied by such supporting documentation as is required by the Contract Documents. 3. If payment is requested on the basis of materials and eauipment not incorporated in the Wot'k but ctelivez'ed and suitably stoz-ed af the Sit� or at another lacation agreed io in writing, the Application for Payment shall also be accompanied by a bilI af sale, invoice, ar other dacumentaiion wariranting that City has received the m��,�i als and equipment fr�e and clear of all Liens and evidence that the materials and equipment �.e covered by appropriate insurance or other arrangements to pro�ect City's interest therein, alI of which must be satisfactory to City. 4. Beginning with the secand Application for Fayment, each Application shall include an aff'idavit of Contractor stating that previous �rogress payments received on account of the Work have been applied on account to discharge Contractor's legitimate obligations associatec� with prior AppIicatians for Payment. The amaunt af retainage with respect to progress payments will be as stipufated in the Contract Documents. CITY OF FORT WORTH FY18-CP45TREET REPAIR AND RECON. PROGRAM AND NEAR SOUTH SIOE ME�. 0157. W&55 MAIN IMPROV. STANDARD CONSTRUCTIQ�I SPECIPICATION DOCUMB3VTS 023&9 & 02445 Aevision: Ma�ch9,2020 oo�2ao-� GE�lERAL CONDITIDNS Pagc 53 of 63 B. Review ofApplications: C�ty will, after receip� of each Application for Payment, either indicate in writing a recommendation of payment or return the Application to Contractor indicating reasons far refu�ing payment. In ihe latter case, Contractar may make the necessary corrections and resubmit the Application. 2. City's processing of any payment requested in an Applicatian for Payznent will be based on City's obser�ations of the executed Work, and on City's rev�ew of the Application for Pay�nent and the accompanying data and scnedules, thai to tl�e best of City's knowledge: a. the Work has progressed to the paint indicated; b. the qualiiy of the Work is generally in accordance with the Contract Documents (subject ta an evaluation of the Work as a functioning whole prior to or upon Final Acceptance, t�e results of any subsequent tests called for in the Cantract Documents, a�nal determination of quantities and classificatiot�s far Work perfortnec! under Paragraph 9.45, and any other qualifications stated in the recomrrtendation). 3. Processing any such payment wil l not thereby be deemed to hav� represented that: a, inspections made to check the qua�ity or the quantity of the Wortc as it has been per%rmed have been exhaustive, extended ta every aspect of the Work in progress, or involved detailed inspectians of the Work beyond ihe responsibilities specifically assigned to City in �he Contract Documents; or b. there may not be other matters or issues between the parties that nnight entitle Cantractor ta be paid additionally by City ar eniitle City to withhold payrr►ent to Contractor, ar c. Contractor has complied with Laws and Regulations appiicable to Contractor's performance of the Work. 4. City nnay refuse to process the whoie or any part of any payment because af subsequently discavered e�idence or the results of subsequent inspections or tests, and revise or revoke any such payment previausly made, to such extent as may be necessary to pratect City frorrt loss because: a. tl�e Woz-k is defective, or the completed Work has been damaged by the Contractor or his subcontractars, requiring correctian or replacement; 6. discrepancies in quantities contained in previous applications for payment; c. the Contract Price has been reduced by Change Qrders; d. City has been required to correct defecti�e Work or complete Work in accordance with Paragraph I3.09; or CTTYOF FQRT WORTH FY18-009 STREEf R@PAIRAN� RECAN. PROGfiAM ANO NEAR SDUTH SI�E ME�. DIST. W&SS MAIN IMPROV. STANDARD CONSTRUCTIQN SPECIFTCATION dpCUMENTS 02389 & a2445 Revision: Mardt9,20� oo�zoo-i GENERAL CONRITIONS Page 54 of63 e. City has actual l�owledge of the accurrence of any of the events enumerated in Paragraph 15.02.A. C. �etainage: 1. For contracts less than $400,000 at the time of executian, retainage shall be ten percent (10%}. 2. For contracts greater than $400,000 at the time of execution, retainage shall be itve percent �5%). D. Liquidcrted Damcrges. For each caler�dar day that any work shall remain uncompleted after the time specified in the Contract Documents, the sutn per ciay specified in the Agreement, will be deducted from the tnonies d�e the Contractoz-, not as a penalty, but as liquidated damages suffered by the City. E. Payment.� Contractor wilI be �aid pursuant to the requirements of this Article 14 and payment wi11 become due in accordance with the Contract Documents. �'. Reduction in Payment: 1. City may refuse to make payment of the amount requested because: a. L,iens have been fled in connection with the Woric, except where Contractor has delivered a speci�c bond satisfactory to City to secure the satisfaction and discharge of such Liens; b. there are other items entitIing City ta a set-oif against the amount recommended; or c. City has actual knowledge oi th� accurrence af any of the events enumerated in Paragraphs 14.02.B.4.a tk►rough 14.02.B.4.e or Paragraph 15.02.A. 2. If City refuses to make payment of the amount requested, City r�vill give Contractor written �otice stating the reasons far such action and pay Contractor any amount remaining after deduction of the amount so withheld. City shaIl pay Contractor the amount so withI�eld, or any adjustment thereto agreed to by City and Contractor, when Contractor remedies the reasons for such action. 14.03 Contractot�'s WarYanty of Title Contractar warrants and guarantees that title to ail Wark, nnaterials, and equipment covered by any Applicatio�� for Payrnent, whether incorporated in the Project ar not, will pass to City no later than the ti�ne of payrnertt free and clear of all Liens. C1TY OF FORT WORTH FY18-CU95TREET REPAIRANd RECON. PROGHAM AN� NEAR SOl1TM SIDE ME0. DIST. W&55 MAIN IMPROV. STAiYDARD CONSTRUC'fION SPECIFICATION DOCUM�NTS 023$9 & 02445 Revision: Marcli4,2020 00720D-1 GENERAL CONDITIONS Page 55 oF 63 I4.fl4 Partaal Utilization A. Prior io Final Acceptance of all the Work, City rnay use ar occupy any substantially completed part of the Work which has specificaily been idenii�ed in t�ie Contract Documents, or which City, detertnines constitutes a separately functioning and usable part of the Work that can 6e used by City for its inteztded purpose withaut significani interFerence with Contractar's perfortnance af the remainder of the Work. City at any time may notify Contractor in writing to permit City to use ar occupy any such part of the Work which City deterrriines to be ready for its intended use, subject to the following conditions: 1. Contractor at any titx�e may notify City in writing that Contractor considers any such part af the Work ready for its intended use. 2. Within a reasonable time after nvtification as enumerated in Paragraph 14AS.A.1, City and Contractor shall make an inspection of that part of the Work to determine its status of completion. If City does not consider that pat-t of the Work to be substantially compiete, City will notify Contractar in writing giving the reasons therefor. 3. Partial Utilization will noi constitute Final Acceptance by City. 14.05 Fin�allnspection A. Upoc� written notice from Contractor that the entire Work is complete in accordance with the Contract Documents: I. within 10 days, City wi11 sch�dule a Final Inspection with Contractor. 2. City will notify Contractor in writing of all partic�lars in which tl�is inspectian reveals thai the Work is incomplete or defective. Contractor shall immediate�y take such measures as are necessary to complete snch Work or remedy such cleficiencies_ B. No time charge vaill be made against th� Contractor between said date af notification af the City and the date of Final Inspection. Should the City determine that the Wark is not ready for Final Inspection, City will noti fy the Contractor r.�� :�iting of the reasons and Contract Time will resuttae. 14.06 Final Acceptance Upan completion by Contractor to City's satisfaction, of any additional Woz-lc iclenti�ed in the F'inai Inspection, City wilI issue to Contractor a letter of �'inal Acceptance. CiTY OF PORT WOKTH FY16-CD9 STREET REPAIR AN6 RECOM. PROGftAM ANd NEAR SOUTH SI�E MED. �IST. W&SS MAIN IMPROV. STANDARD CONSTRUCT[QN SPECTFICATION DOCUMENTS Q2389 & 02445 Revision: March 9, 202(} oanao-i GENERAL CONDITIONS Page 56 of 63 14.07 Final Payrnent A. Application for Payment: l. Upon Final Acceptance, and in the opinion of City, Contz-actor may make at� application For final payment following the procedure far progress payments in accordance with the Contract Documents. 2. The finaI Application for Paytneni shall be accompanied (except as previously delivered) by: a. all documentation called for in the Contract Docume�ts, incl�ading but not limited to the evidence of insurance required by Paragraph 5.03; b. consent of the surety, if any, ta �inal paynnent; c. a�ist af all pending or released Damage Claims against City that Contractor believes are unsettled; and d. affidavits of payments and complete and legally effective releases or waivers {satisfactory to City) of all Lien rights arising out of or Liens iiled in conncction wiih the VVork. B. Paytnent Becornes Due: 1. After City's acceptance af the Application for Payment and accompanying documentation, requested by Contractor, less pre�ious payments mac�e and any sum City is entitled, including but not limited to liquidated damages, will becorne due and payable. 2. After all Damage Claims have been resolved: a. directly by �he Contractor or; b. Contractor provides evidence that the Damage Claim has been reparted to Contractor's insurance provider far resolutfon. 3. The mal�ing u� the final payment by the City shall not relieve the Coniractor of any guarantees or other requirements of the Contract Documents vvhich specifically continue thereafter. 14.08 ' Final Co�npletion Delayed and Partral Retainage Release A. If final completion of the Work is significantly delayed, and ii City so con�rms, City may, upon receipt of Contractar's final Application for Payment, and rvithout ter�ninating the Contz'act, make payment of the balance due far that portion of t1�e Work fully completed and acce�ted. I� the renaaining balance to be held by City for Work not fully completed or corrected is less than the retainage stipulated in Paragraph 14.02.C, and if bonds have been iurnished as required in Paragraph 5A2, the written consent of the surety to the payment of the 6alance due for that CITY OF �ORT WORTH fY1$Lp45TflEEf H€PAIRAND REOON. PROGpAM AN� NEAR SOl1TH 5@E MEO. DIST. W&55 MAIN IMPROV. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02389 & 02445 Revision: Mareh 9, 2(12{? ao�2oa-� GENERAL CONDlTIONS Page 57 of'63 portion of the Work �'ully completed and accepted shalI be submitted by Contractor to City with the Application for s�.ich payment. Such payrnent shall be made under the terms and condiiions governing �nal paytnent, except that it shall not canstitute a waiver of Contract Claims. B. Partial Retainage Relecrse. For a Con�ract that provides for a separate vegetative estabIishment anc# maintenance, and test and performance periods following the completion of all other constructzon in the Coniiract Documents for all Wor% locations, the City may release a portion of the amount retainecf provided that all other work is comple#ed as determined by the City. Before the release, all submittals and final quantities must be completed and accepted far all other work. An amount sufiicient to ensure Contxact campliance will �e retained. 14.09 Waive�^ of Claims The acceptance of final payment wi11 co�stitute a re�ease of i�e City from aIl claims or �iabilrties under tkte Contract for anything done or furnished or relating to the work under the Contract Documents or any act or neglect of City related ta or connected with ihe Contract. ARTICLE 15 — SU�PENSION OF WQRK AND TERMINAT�ON i 5.0I City May Suspend Work A. At any time and without cause, City rnay suspend the Work ar any portion thereaf by writ�en notice to Contractor and which may ftx the date on which Work will be resurned. Contractor shall resume the Work an the date so fiixed. During temporary suspension of the Work covered by these Contract Documents, for any reason, the City wiil rnake no extra payment for stand-by titne af construction equipment and/or canstructian crews. B. Should the Contractor not be able to compleie a portion of ihe Prfljeet due to causes beyond tI�e controI oi and without the fault or negtigence of tl�e Contractor, and should it be determined by mutual consent of the Contractor and City that a so2ution to allow construction to proceed is not available within a reasonable period of time, Contractor may request an e�tension i�► Contract Time, directly ai�ributable to any such suspension. G If it should become necessary to suspend the Wori{ for an ind��nite period, tI�e Contractor shall store all �naterials in such a nnanner that they will not obsfruct or impede the public �nnecessarily nar become damaged in any way, and he shall take every precaution to prevent damage or det�rioration of the work perfarmed; he sha11 provide s�titable drainage about the work, and erect terraporary structures where necessary. D. Contractor rnay be reimbursed for the cost af mo�ing his equipment of�the job and returning the necessary equipment ta the job when it is deteemined by the City that canstruction may be resumed. Such reimbursement shall be based on actua� co�t to the Contractor of moving the equipment and no profit will be allowed. Reimbursement may not be allowed if the equipment is moved to another construction project �'or the City. CITY OP FORT WORTH FY18-C69 STREET REPAIR AN� RECON. AROGRAM AND NEAR SOUTH SI�E ME�. �IST. W&55 MAIN IMPROV. STANBARD CONST2UCTION SPECIPICATION DOCUMENTS �2389 & Q2445 Revisinn: March 4, 2020 oo�zoa-� GENERAL CONDITIONS Page 58 of 63 15.02 City May Termanate for Cause A. The occurrence af any one or more of the fallowing events by way of example, but not of limitation, may justify terrr�ination far cause: 1. Contractor's persistent failure to perform the Work in accordance with the Contract Documents (including, but not limited to, failure to supp[y sufficient skilled workers or suitable materia�s or equipment, failure to adhere to the Proj�et Schedule esiablished under Paragraph 2.0'7 as adjusted from time to time purs�aant to Paragraph 6.04, or failure ta adhere ta the City's Business Diversity Enterprise Ordinance #20020-12-2011 established under Paragraph 6.06.D); 2. Contractor's disregard of Laws or Regulations oi any public body having jurisdiction; 3. Contractor's repeated disregard ofthe authority of City; or 4. Coniractor's violation in any substantial way of any provisions of t}�e Contract Documents; or 5. Contractor's failure to promptly make good any deFect in maierials or workmanship, or defects of any nature, the correction of vvhich has been directed in writing by the City; or 6. Substantial indicatian that the Contractor has made an unauthorizec� assignment of the Contract or any funds due therefrorn far fihe benefit of any creditor or for any other purpose; or 7. Subs#antial evidence that the Contractar has become insolvent or bankrupt, or otherwise financially unable to carry on the Work satisfactorily; or S. Cont�actor commences legal action in a court of competent jurisdiction against the City. B. If one or more of the events identified in Paragraph 15.02A. accur, City will pravide written notice to Contractor and Surety to arrange a cor�ference with Contractor and Surety to address Cantractor's failure to perform the Work. Corz�.��+ ice shall be held not later than 15 days, after receipt of notice. 1. If the City, the Contractor, and the Surety do not agree to aIlow the Contractor to proceed to perform the construction Contract, the City may, to the extent p�rmitted by Laws and Regulations, declare a Contractor default and formally #erminate the Contractor's right to connplete the Cor��tract Contractor default shall not be declared earlier than 20 days after the Contractor and Surety have received notice of conference to address Contractor's failure to perform the Work. 2. If Contractor's services are terminated, Surety shall be a�ligated to take over and perform the Work. If Surety does nat commence performance thereof within 15 cansecutive calendar days after date o#� an additional written natice demanding Surety's perfarmance of its CITY OF FORT WORTH FY18-C�45TREET REPAIR ANR R�C�N- PROGRAM ANO NEAR SOUTH SIOE MEO. D67. W&55 MAIN IMPROY. STANDARDCONSTRUCTION SPECIFICATLON DOCUMENTS OZ3$9 & 02445 Revision: Ma�h9,202(1 0072OD-1 GENERAL CONDfTIONS Page 59 of 63 obligations, then City, without process or aciion at law, may take over any portian af the Work and coinplete it as described below. a. If City cornpletes the Work, City may exclude Contractar and Surety from the siie and take passession of the Work, and all maEerials and equipment incorporated into the Work stored at the Site oc for which City has paid Contractor or Surety but which are stored elsewhere, and �nish the Work as City may deem expedient. 3. Wheiher City ar Sure�y completes the Work, Contractor shall na# be er�tiiled to receive any furtl�eer payment until the Work is finished. if t11e unpaid balance of the Coniract Price exceeds all claims, costs, losses and damages su,stained by Ciiy arising out of or resulting from completing the Work, such excess wi11 b� paid to Contractor, If such claims, costs, losses and damages exceed such unpaid baIance, Contractor shaIl pay the difference to City. Such claims, costs, losses and damages incurred by City will be incorparated in a Change Order, provided that when exercising any rights or remedies under this Paragraph, City shall not be required io obtain ihe iowest price for the Work performed. 4. Neither City, nor any of its respective consuItants, agents, officers, directors or employees shall he in any way liable or accauntable to Coniractor or Surety for the metI�od by which the completion of the said Wark, or any portion thereof, tnay be accompIished or for the price paid therefor. 5. City, notwithstanding the method used in campleting t�e Contract, shall not forfeit the right to recaver damages from Contractor or Surety for Contractor`s failure to timely cotnplete t�e entire Contraci. Contractor shalf not be entiilect to any claim on account af the method �sed by City in completing the Contract. G. Maintenance of the Work shall cantinue to be Contractor's and Surety's respon�ibilities as provided %r in the bond requiremenis of the Contract Docurnents or any special guarantees provided for under the Cot�tract Documents or any other obligations otherwise prescribed by Iaw. C. Notwithstanding Paragraphs 15.02.B, Contractor's services will not be terminated if Contractor begins within seven clays of receipt of notice of intent ta ternninate to correct its failure to perform a1::( pr�jceeds diligently to cure such failure within no more than 30 days of receip� of said notice. D. Where Contractor's services have beert so terminated by City, the termination will not af%ct any rights or remedies of City against Contractor then existing or which nnay thereaf�er accrue. Any reteniion or payment of moneys due Contractor by City will not release Conbractor from liability. E, If and to tk�e extent that Contractor has provided a performance bond unc�er fhe provisions of Paragraph 5.02, the termination procedures of that bond shal� not supersede the provisians of this Article. CITY OF FORT WORTH FY18-Cd9 STREE7 REPAIR AND RECON. PBOGRAM AM� N@AR $OUTH SIOE ME�. 61ST. W&55 MAIfJ IMPROV. ST'ANDARII CQNSTRUCTiON SPECIPfCATIQN DOCUMCIYTS 02389 & 02445 Ttevision: Ma�fi9.2p2p OD 72 00 - I GENERAL CpNDITIONS Page 60 of 63 1 S.D3 City May Terminate Fot� Convenience A. City may, without cause and without prejudice to any other right or remedy of City, termina�e fihe Contract. Any termination shall be effected by mailing a notice of the termination to the Coniractor specifying the extent to which performance of Work under the contract is terminated, and the clate upon which such termination becoixies effective. Receipt of tk�e notice shall be deemed conclusively presumed ar�d established when the let�er is placed in the United States Postal Service Mail by the City. Further, ii shall be cleetned conclusively presumed and esiablished that such termination is made with just cause as therein stated; and no proof in any claim, demand or suit shall 6e required oithe City regarding such discretionary action. B. After receipt of a notice of termination, and except as otherwise directed by the City, the Contractor shall: 1. Stop wotk under the Contract on the date and to the exient speci�ied in the notice oftermination; 2. place no further orders or subcontracts for materials, services ar facilities except as may be necessary for coanpletion of such portion of tl�e V4Jork under the Contrac� as is not terminated; 3. terminate all orders and subcontracts ta the extent that they relate to the perfornaance of the Work terminated 6y notice af termination; 4. transfer title to the City and deliver in the manner, at the times, and to the extent, if any, directed by the City: a. the �abricated or unfabricated parts, Work in progr�ss, completed Work, suppiies and other material proc�uced as a pari of, or acquired in connection with the performance of, the Work terminated by the notice of the terminatian; and b. the completed, or partially completed plans, drawings, information and other praperty whic�, if the Contract had b�en campleted, woulci have been required to be furnished to the City. 5. camplete perfortnance af such Work as shall nat have been terminated by the notice of termination; and 6. take such action as may be necessary, or as the City may direct, for the protection and preservation of the property related to i#s contract which is in the possession of the Contractor and in which the owner has or rnay acquire the rest. C. At a titne not later than 30 days after ttte termination date specified in the notice of termination, the Contractor may submit ta tk�e City a list, certif ed as ta quantity and quality, af any or all items of termina�ion inventary not previously disposed of, exclusive of items the disposition of which has been directed ar authariz�d by City. CITY OF FQRT WORTH FY18-C�9 STREET REPAIR ANO RECON. PROGRAM ANP NFAFt SOUSH SI�E MED. �IST. W&55 MAINlNkPROV. STANDARD CONSTRUCTION SPECI�ICATION DOCUM7?NTS � 02389 & 02445 Revision: March9, 2020 oa �z ao - � GENERAL CONDITfONS 1'age b] of 63 D. Not later than 15 days thereafter, the City shail accept title to such itert�s providecE, that the list submitted �hall be subject to veri�cation by the City upon remaval of the items or, ifthe itertts are stared, within 45 days frotn the date of submission of the Iist, and any necessary adjustments io correct the list as submitted, shall be made prior to ftnal settlement. E. Not Iater than 60 clays after the notice of termination, ihe Contractar shall su6mit hrs tertx�ination clairn to the City in the form and wiih the certification prescribed by the City. Unless an extension is made in writing within suc3� 60 day period by the Contractor, and �ranted by the City, any and all such claizxis sha�l be canciusi�ely deemed wai�ed. F. In such case, Contractor shall be paid for (withottt duplicaiion af any itezx►s}: l. campleted at�d acceptable Work e�ecLited in accordance with the Contract Docurnents prior to the effective date of termination, including fair anc� reasonable sums for overhead and pro�t on such Work; 2. expenses sustained prior to the efFecti�e date of termination in per�'orming services and fuz-��ishing labor, rnaterials, or eyuipment as required by the Contract Documents in connection with uncompleted Work, plus fair and reasonable sums for overhead and profit on such expenses; and 3. reasonable expe�ses directly attributable to termination. G. In the e�ent af the failure of the Contractor and City ta agree upon the r�vhole amount to be paid ta the Contractor by reason of the termination of the Work, the City shall determine, on the basis of inforrnation available ta it, the amount, if any, due to the Contractor by reason of the termination and shall pay to the Cantractor the amounts determined. Contractar shall not be paid on account of los� of anticipated profits ar revenue or other economic loss arising out of or resulting from such termination. ARTICLE X6 — DISPUTE RESOLUTION 16.01 Methods and Procedures A. Either City or Contractor may r�: luest mediation of any Contz�act Claim subm�tted for a decisian under Paragraph l 0.06 be%re such decision becomes final and binding. The request for mediation shall be subax�.itted to the other party to the Cantract. Timely submission ot the request shall stay the effect of Paragraph 10.06.E. B. City and Contractor shall participate in the mediation process in goad faith. The process shall be commenced within 60 days of filing of the request. C. If the Contract Claim is noi resolved by rnediation, City's actian under Paragraph 10.06.0 or a denial pursuant to Paragraphs 10.06.C.3 or I0.06,D shall becorne �nal and binding 30 days after termination of the mediation unless, within fihat time perioci, City or Contractor: CITY OF FORT WORT�I FY18-C�95TI1@Ef REPAIR AND REO�N. PROGRSSM AN� NEAR SOUTH SIDE MEO. 015T. W&55 MAEN IMPR�V. STANDA�tD CaNSTRi1CTi0N SPECiPICAT[aN DOCUMENTS 02389 & Q2445 Revision: Ivfamh9, 202(S 00 �2 ao - i GENERAL CONDfTIONS Page 62 of 63 1. elects in writing to invoke any other dispute resolution process provided for in the Supplementary Conditions; or 2. agrees with the other party to subnnit the Contract Claim to another dispute resolution process; or 3. gives written notice to the other party of the intent to submit the Cantt'act Claim to a court of competen# jurisdiction. ARTICLE 17 — MISCELLANEOU� 17.01 Giving Notice A. Whenever any provision of the Contract Documents requires the giving af writien notice, it wi11 be deemed to have been validly given if: l. delivered in person to the individual or to a member of the iirm or to an officer of the cotporation for whom it is intended; or 2. delivered at or sent by registered or certified mail, postage prepaid, to the last business address known to ihe giver of the notice. B. Business address changes must be pramptly made in writing to the other parry. C. Whenever the Contract Documents speci�es giving notice by electranic rneans such electronic notice shall be c�eemed sufficient upon confirmation of receipt by the receiving pa�rty. 17.Q2 Computatian ofTimes When any period af time is referred to in ttte Contract Documents by days, it wi11 �e computed to exclude the iirst and include the last day of such period. If the last day of any such period falls on a Saturday or Sunday ar an a day made a legal holiday the nexi VVorking Day shall become the last day oithe period. 17.03 Cumz�'..:tive Remedies The duties and obligations imposed by these General Conditions and the rights and remeciies available hereunder to the parties hereto are in addition to, and are not to be construed in any way as a ltmita�ion of, any rights and remedies available to any or all of them which are otherwise imposed or available by Laws or Regulations, by special warranty or guarantee, or by other pravisions of the Contract Documents. The pravisians of this Paragraph wiIl be as effective as if repeated specifically in the Contract Documents in connection with each particular duty, abligation, right, and remedy to which they appiy. CITY OF FOIiT WOItTH FY18-C�9 STREET REPAIR AND REWN. PHOGRAM AN� NEAR SOUTH SIdE ME�. �IST. W&SS MAIN IMPROV. S'�ANDARD CONS'fR[ICTION SPECIFiCATION DOCUMENTS 02389 & 024/�5 Revision: Mairh9, Z(?20 06 72 00 - ] GENEi�AL CONDITIONS Page 63 of G3 17A4 Sur-vival af Ohligatiaras All representations, indernnificatiflns, warranties, and guarantees made in, required by, or given in accardance with the Cantract Documents, as well as all con�inuing obligations indicated in the Contract Dacuments, wilI survive fina� payment, completion, and acceptance of the Work or terrr�ination or comp�etion of the Contract or termination of the services af Contractor. 17.05 Headings Artic�e and paragraph headings are inserted for convenience only and do not constitute parts of these Genera� Conditions. CI'fY dP FORT WORTH FY16-C�9 STREE7 REPAIR ANO RECON, pROGRAM AN� NEAR SOUTH SI�E MEf}. DIST. W&55 MAlN IMP86V. STANDARDCONST[�UCTION SPECIPICATiON DaCUMEIVTS 02383 & 02445 Revision: MaRh 9, 20?A OU 73 DO SIJPPLEMENTARY CONDITIONS Page 1 of 8 SECTION Od 73 00 SUPPLEMENTARY CONDiTIONS TO GENERAL CONDITIONS Supplemeutary Conditions These Supplementary Conditions modify and supplement Section a0 72 00 - General Canditions, a�d otller provisions of the Contract Documents as indicated below. All provisions of the General Conditions that are modified or supplemented remain in full force and effect as so modified or supplemented. All provisions of the General Conditions which are not so modified or supplemented remain in full farce and effect. De�ned Terms The terms used in these Supplementary Canditions which are defined in the General Conditions have the meaning assigned to them in the General Conditions, unless specifically noted herein. Modifications An� Supplements 'I'ha following are instructions that modify or supplement specific paragraphs ii� the General Conditions and other Contract Documents. SC-3.03B.2, "Resol�ing Discrepancies" Plans govern over Specif�cations. SC-4.01A Easement Ii�nits shown on the Drawing are approximate and. were provided to establish a basis far bidding. Upon receiving the final easements descriptions, Contractor shall compare them to the lines shown on the Contract Drawings. SC-4.01A.1., "Availability of Lands" The following is a list af know►1 outstar .�ing right-of-way, and/or easements to be acquired, if any as of 10/13/20 Outstanding Right-Of-Way, and/or Easements to Be Acquired p�Cg�, pWNER TARGL' aATE NUMBER OF POS5�5SION NONE The Contractor Understands and agrees that the dates listed above are estimates only, are not guaranteed, and do not bind t�►e City. If Contractor considers the final easements pravided to difFer materially from the representations on the Cantract Drawings, Contractar shall within five (5) Business Days and before proceeding with the Work, notify City in writing associated with the differing easement line locations. SC-4.O1A.2, "Availability of Lands" Utilities or ohstruciions ta be removed, adjusted, and/or reEocated CITY OF RO[ZT WORTH PYI R-� D9 4fRPT7 NGPAI[i AND RCCON PRW ILAM AND NF.AIi 301�TI1 SR7F M�U. bl5i. A'&SS MAl[S INMROV _ STAN�ARD CONSTRUCTION SPECIFICATION DOCUFvIENT5 02389 & 02445 Revised March 9, 2020 00 �3 ao SUPPL�MENTARY CONDITIONS Page 2 of S The following is list of utilities and/or ohstructions that have not been removed, adjusted, and/or relocated as of 10/13/ZO EXPECTED UTILITY AND LOCATION � TARGET DATE OF OWNER ADdUSTMENT NONE The Contractor understands and agrees ihai the dates ]isEed above are estimates only, are not guaranteed, and do not bind the City. SC-4.02A., °CSubsurface and Physical Conditions" The foilowing are reports of explorations and tests of subsurFace conditions at the site of tlie Work: The following are reports of expiorations and tests of subsuwface conditions at the site of the Work: A Geotechnical Exploration Report No. W192700, dated December, 27, 20] 9, prepared by Alpha Testing a sub-consultant af.�N,4 Consultants, LLC., a consuliant of the City, providing additionai inf'ormation on recomrriendataons to aid desagn antl canstruction of the new �avement and reha6ilitation of existtng pavement.s at various streets. A COFW Street Coring Report No. CPNQ23$9, dated Juiy, 30, 2020, prepared by COFW Capitad Dedaveyy Divfsion/Soil Lab, providing additional information on Sireet cores arrd subgrr�de for KentuckyAve. and Missouri Ave. A Subsarrface Utidity EngJneering Study Repart No. ANA 2d01.00, dated 2020/05/I2, prepared by The Rios Group a suh-consultant ofANA Consudtants, LLC., a consultant of the City, providing aclditional infornaation on Existing Undergrourtd Faber Optic.s, Underground Gas, qncl Underground S'torm Dradn Crossing,s Iocated ai,5't. Louis St: and Oleander,4ve. A Subsaa�'face Utility Engineering St•udy Report No. ANA 2002.20, dated 2420/Q9/rt 7, prepared by 77ae Raos Gt'oup a sub-consultant of14NA Consultants, LLC., a consultant afthe City, providing additional information on F�isting Unde�•ground Fiber Optics, Undergraurad Gas, Undergr-ound Electric, and Undergro�rac� Wate�; ,Sanitary AS'ewer, S`torm Drain located wathin the project limits of Kentucky f1ve. E, BraaaFwctyffve., Missouriflve. SC-9.06A., �°Hazardous Environmental Canditions at Site" T11e following are reports and c(rawings of existing hazardous environmental conditions known to tha City: None SG5.03A., °°Certificates of Insurance" The entities listed below are "additional insureds as their interest znay appear" including their respective officers, clirectars, agents and employees. (1} City {2) Consultant: None (3) Other: None SC-5.44A., `°Contractor's lnsurance" The limits oFliability for fhe insurance required by Paragraph GG-5.04 shall pravide the following co�erages for not Iess than the fallowing amounts or greater where required by laws and regulations: C1TY �� ��R� WflRTi3 PY IRL'179 FTii[iG"1' R&'PnIR pNll ItF.C[7N, PRoc;RnMANUNp�R 50LI1H Sln� MGO, UI3T. W&SS MAIPd1M1'ROV. STANpARD CONSTRUCTION SPECIFiCATl(7N DOCUM�NTS 02389 & 02445 Revised March 4, 202� 00 73 �0 SUPPLEMENTARY COND11'IONS Page 3 of 8 5.04A. Worl�ers' Compensatioi�, under Paragraph GC-5.04A. Statutay limits Employer's liability .$I00, D00 each accaderrt/occttrrerrce .$IO(1, 000 Dfsease - each employee $50(1, 000 Disease - policy dimat 5G5.04S., "Contractor's Insurance" 5.048. Commercial General Liability, under Paragraph GC-5.04B. Contractor's Liability Insurance under Paragraph GG5.04B., which shal� be on a per project basis covering the Contractor with tninimum limits of: $1, 000, 000 each occurrence $2, ODO, 000 aggregate limdt Tha policy ►nust have an endorsement (Amendment — Aggregate Limits of Insurance) nnaking the General Aggregate Limits appIy separately to each job site. The Commercial General Liability Insurance poiicies shall provide "X", "C", and "LP' coverage's. Verification of such coverage must be shown in the Remarks Article of the Certificate of Insurance. SC 5.04C., "Contractor's Insurance" 5.04C. Automobile Liability, under Paragraph GC-5.04C. Contractor's Liability Insurance under Paragraph GG5.04C., which shall be in an amount not less t�an ti�e following amounts: (1) Automobile Liability - a commercial business policy shall provide coverage on "Any Auto", defined as autos owned, hired and non-owned. $I,OOD,000 each accident on a combined single lirnit basis. Split limits are acceptable iflimits are at least: .$250, 000 Bodily Injx�ry per person / $500, 000 Bodily Inju�y per acci�lent / $100, 400 Property Damage SC-5.04D., "Contractor's Insurance" The Contractor's construction activitias will require its employees, agents, subcontractors, equipment, and material deliveries to cross railroad praperties and tracks None The Contractor shall conduct its operatians on railroad properties in such a manner as not to interfere witt►, hinder, or obstruct the railraad company in any manner whatsoever in the use or operation of its/their trains or other groperty. Such operations on railroad properties tnay require ihat Contractor to execute a"Right of Entry Agreement" with the particular railroad campany or companies involved, and to this end the Contractor should satisfy itself as to t�e requirements of each railroad company and be prepared to execute the right-of-entry (if any} required by a raiIroad company. The requirements specified herein likewise relate to the Contractor's use of private and/oe consttuction access rQads crossing said railroad company's properties. CITY OF POAT WOIiTH }'Y18-L'D9 SfRFFT REYAIRAN/] RF.CON. PROGRAM AM1 [�7�Ali 30[fCEI SIDF. M}�_ UlS'f.1['&SSMA�N 1Ml�ftUV. STANDARD CONSTRUCTION SPECIFTCATION �OGUMENTS 02389 & Q2445 Revised March 9, 2020 0� 73 OD SUPPLEIvI�NTARY COND1T1aI�IS Page 4 of S The Contractual Liability coveeage required by Paragraph 5.04D af the Genera] Conditions shall pro�ide coverage for noi less than the following amounts, issued by companies satisfactory to the City and to the Railroad Company for a tet-im that continues for so long as the Contractor's operations and work cross, occupy, or touch z•ailroad property: (1) Genaral Aggregate: None (2} Each Occurrence: None _ Reqa�ired fo�- this Contract X Not �'equir•ed for this Corttract With eespect to the above o��tlir�ed insurance requirements, the following shall govern: 1, Where a single railroad company is invoEved, the Contractor shall pravide one insurance palicy in the name of the railroad company. However, if niore than one grade saparatian ar at-grade crossing is affected by the Project at entiraly separate locations on d�e line or lines of the same railroad company, separate coverage may be required, �ach in the amount stated abave. 2. Where tnore than one railroad company is operating on the same right-of-way or where severa] railroad companies are in�olved and aperated on their own separate righis-of-way, the Conit�actor may be required to provide separate insurance poiicies in the name af each railroad company. 3. If, in addition to a graae separation or an at-grade crossing, other work or acti�ity is proposed on a railroad company's right-of way at a loca#ion entirely separate from th� grade separation or at- grade crossing, insurance ca�erage for this work must be included in the policy covering the grade separation. 4. if na grade separation is involved but other wark is proposed on a railroad eompany's right-of- way, aIl such otkaer rvork may be co�ered in a single policy for that railroad, even though the work may be at two or more separate locations. No work ox activities on a railroad cotnpany's prop�rty to be perfam�ed by the Contractor shal ] be commenced until the Contractor has furnished the City with an original policy or policies ofthe insurance for each railroad company named, as required a6ove. AIl such insurance must ba approved by the City ancf each affected Railroad Company prior to the Contractor's beginning work. The insurance specified above must be carried until aIl Work to be performed an the railroad right-of-way has beet� completed and the grade crossing, if any, is no longer used by the Contr�ctor, in addition, insurance must be carried during aIl maintenance and/ar repair work performec: �i �e railroad right-of way. Such insurance must name the railroad company as the insured, togeiher with a��y� �nant or lessee of the railroad campany operating over tracks involved in the Project. SC-G.04., °�Praject Scbedule" Project schedule shali be �ier 3 far the project. K�NTUCKY AVE., $RAODWAY AVE.,_NIISSOURI AVE.. ARE �EQLJIRED TO BEGIN CONST'RUCTIDN PRIOR TO ANY OT'HER S'TRC];TS. BRYAN AVE.. ANd P,. ANNIE ST. ARE THE NGXT PRIORITY �TREETS IN THE CONSTRUCTiON SEQUENCE. AL,L STR�ETS EXCEPT FOR THE ONES LTST�D ABOVE SI-LALL BE SEQUENCED AT TF� COrlTR�1CTQR I�ISCRETION. CONTRACTOR SHALL SUBMTF A SEQUENCE QF C4NSTRUCTION TO TFIE CONSULTANT ENGIN�ER FOR THE APPRQVAL YRIOR TO ANY CQNSTRUCTION ACTIVITIES. RECpMMENL7ED SEQUE3VCE: CITY OF FORT W OKTH I Y 1N{p9 STRL•Gf RGPAIR nMD RGCDN. Y12UGKAM Ai,'� NGAii sOu'I'EI 57DIi Ivf�➢. lli3'f'. W&efi MAIN 1MeKUV_ STANDARD CONSTRLJCTION SPECIPICATION DOCUM�NTS Q2389 & 02A45 Revised March 9, 2020 00 �s oa SUPPLEMENTARY CONE3ITIONS Page 5 of S 1. K�NT'L�GKY AV�. (FR4M BROADWAY AVE. TO VICKERY BLVD.) —}iEQiJIIiED TO BEGIN FT1iST 2. BROADWAY AVE. (FROM I-35 FRONTAGE ROAD TO KF.NTIICKY AVE. —R�.QUIREI? TO BEGII� SECOIYD 3. MISSOLrRI AVE. (FROM STELLA ST. TO BROADWAY AV�.) — R�Qi]IIiED TO 13EGIN TETIRD 4. BRYAN AVE. {PEN�VSYT.VANIA AVF. TO TUCKER ST.) — REQUIRED 'I'O $�GIN AFTER MIS50CJRI AVE. AND PRI�R TO OTHER STR�ETS. S. E. ANNI� ST. (MAII� ST. TO CRAWFORD ST.) —12EQL�IRED TO BEGII�' AFTER MISSOURI AVE. AND PRIOR TO OTHCR STRT�TS. 6. OAK GROV� ST. (RaSEDAL� ST. TQ MACr7VOLIA AVE.) 7. ST. L�UIS AV�. (ROSEDALE ST. TO MAGNOLIA AVE.) S. MAY ST. (RO5EDALE ST. TO OLBANDER ST.) 9. OLEAND�R ST. (MAY 5T. TO ST, LOUIS AVE.) 10. WASHINGT07V AVE. (DAS�IWOOD ST. TO I�OSEDALE ST.) 1 S. S. ADAMS ST. {DASHWOOD ST. TO ROSBDALE 8T.) 12. ENDER�.Y PL. {ALLEN AVE. TD MYRTLE 5T.) 13. 9TH AVE. (CaOPER ST. Tb PENNSYLVA3�IIA AVE.) SC-6.07., "Wage Rates" The following is the prevailing wage rate table(s) applicable to this project and is pro�ided in the Appendixes: 2013 Privilege Wages Rate (Heavy and Highway Construciion Projects} A copy ofthe table is also availabie by accessing the City's website at: htt s:lla s.fortworthtexas. ov/Pro'ectResources/ Yau can access the file by following the directory path: 02-Construction Documents/Specifications/Div00 — General Conditions SC-6.04., "Permits and Utilities" SC-6.09A., "Contractor obtained �err�iEs and licenses" The following are known permits and/or licenses required by the Contract to b� acquired by the Contractor: 1. SW3P 2. Street Permit SC-6.09B. s`City obtained permits and licenses" The following are known permits and/or licenses required by the Contract to be acquired by the City: TXDOT Permit SC-G.09C. "Outstanding permits and licereses" The following is a list of known outstanding permits and/or licenses to be acquired, if any as of 1 Q/13/2020 Outstanding Permits and/or Licenses to Be Acquired OVJNER PERMIT OR LICENSE AND X.�CATION TARGET I7ATE OF POSSESSION None SC-6.24B., "Title VI, CSvil Rights Act of 1964 as amended" CITY OF FOKT W ORTH PY Ied:lYl STRF.�' �PAIR ANn ItECON. PR��.�1 A7V17 [�1EAR 30[ITH R�Db MIID, i715'f. WFcS4 MARti' ��'ROY. STANDARD CON5TRUCTION SPECIFICATION DOCUM�NTS �2389 & 024Q5 Revised March 9, 2Q20 00 �3 oa S[JPPI.EMENTARY COIVBITTONS Page 6 of 8 During the performance of this Contract, the Contractor, for itself, its assignees and successors in interest (hereina#ier referred to as the "Contractor"} agrees as fo[lows; 1. Comp[ia�ce with Regulations: The ContractQr shall comply with the Regt►lation �•elative to nondiscrimination in Fed�rally-assisted pragrams ofttie Depart�nant ofTranspartation (hereinaf�er, "DOT"} Title 49, Code af Federal Regulations, Part 21, as they may be amended from time to time, (hereinafter reFerred to as the Regulations), which are herein incorporated by reference and made a part af this contract. 2. Nondiscri�nination: The Contractor, with regard to the work perfarrried by it during the contract, shall not discrirninate an the grounds ofrace, coIor, ar national arigin, in the selection and retention of subcontractors, including pracurements of materials and ]eases of ec�uipment. '["he Contractar shall not participate either direct]y or indirectly in the discrimination prohihited by 49 CFR, section 21.5 of the Regulatioits, includmg employment prac�ices when the cantract covers a program set forth in Appandix B afthe Regulations. 3. Solicitations for Subcontractors, Tncl�ding Procurements of Materials and Equipment: In a!I soiicitatians either by competitive 6idding or negatiatian inade by the contractar for work ta be performed under a subcontract, including pracuremen#s af materials or leases oFequipznent, each potential suhcoiitactor or sup�lier sUall be notified by the Contractor of the Contractor's obligations under this contract and the Regulatians relative to nandiscrimination on the grounds of race, color, or nationa[ origin. 4. Information and Reports: The Contractor shall provide a11 info�rnation and reporis required by the Regulations or directives issued pursuant thereto, and shaIl permit access to its books, records, accounts, other sources of informatron and its facilitias as may be detertnined by City or the Texas Department aFTransportation to be periinent to ascertain compliance with such Regulations, orders and instructions. Where any information rec�uired of a contractor is in tha exc[usi�e possession of another who fails or reiuses to furnish this information the cantractor shall so certify to the City, or the Texas D�parttnent af Transportation, as appropriate, and shall set forth what efFarts it has made to obtain the infar�nation. S. Sanctions for NoncompIiance: In the event ofthe Contractor's noncompTiance with ihe nondiscrimination provisions of this Contract, City shall i�npose such contract saiictions as it or the Texas Departmant of Transportation may datermfne to be appropriate, including, but not ]imited to: a. withholding of payments to the Contractor undar t]-ie Contract until the Contractor complies, and/or b, canceElation, termination or suspension of tl�e Contract, in whale or in pa��t. Inearporation of Pro�isians: The Contractar shall include the provisions of paragraphs (1) through {6) in every subcontract, including procureenents af materials and leases of equipment, ui�less exempt by the Regulations, or directives issued pursuant thereto. The Contractar shall take such action with respect to any subcontract ar procurement as City or the Texas Department of T'ransportatian may direct as a means of enforcing such provisions including sanctions for non-compliance: Pro�ided, however, that, in the e�ent a contractor becomes involved in, or is threatened with, Iiti�aiion with a subcontractor ar supplier as a result of such direction, the contractor m�ay requ�st City to enter into such litigation to protect the interests of City, and, in addition, the cantractor may reQuest the United States ta enter inta such litigation to protect the interests of the United States. Additional Title VI require�nents can be found in the Appendix. �G7.02., "Coordination" CITY OF FdR1' WORTH CYIs-C�9 STlitf'f RL•PAIR ANn RL'CUN. PitCK;RAk1 nNpNlAit epIITH SIl7F. NfEp, ll15'f. LS.@SS MnIM1MpRUV. STANDARD CQ1+IS"i'RUCTION 5PEC1F[CA1'10N pOCUMENTS 02389 c� Q244S Ke�ised March 9, 2020 00 73 00 SUPPLEMENI'ARY CQND[T[ONS Pagc 7 of 8 The individuals or entities listed below have contracts with the City for the performance of other work at the Site: Vendor Sco e of Work Coordinafion Aut�orit None SC-S.Ql, "Communications to Contractor" ,4ny tedecammunicaiion manhole adjustments shall be dorre 6y the F�arrchise Utility. t1T&T contactJames Meirose: Cell: 817-201-94GI, Email: JM3684 77:COM All exrsting 2� " drarsteter Sanitary Sewer Rims withirr pavrng limits shali be replaced wiLh 30 " diameter Sarritary S`ewer Rims tivith concrete collar per City of Fort Worth ,Stanclards. SC-9.D1., "City's Project Manager" The City's Project Manager for this Contract is Ma�y Har►na, or his/her succassor pursuani to written notification from the Directar of Transportation antl Public Works or Water DepartrrEent. SC-13.03C., "Tests and lnspections" Nane SC-16.OXC.I, "Methods and Procedures" None END OF SECTION Revision Log DATE NAME SUMMARY O� CHANGE 112 212 0 1 6 F. Griffin SC-9.01., "City's Project Representative" wording changed to City's Pro Manager. 3/9/2020 D.V. Magana ���,��� ��dated the fink such that files can be accessed via the City's CITY OF FORT WORTH FY16-C�9 3TfiCGI RGPAI[i AM7RFCON. PI2IX3AhM ANDMiA[i50tPf11 S@GMF.D. D15T- W�R55 MARd �Mf'xOV_ STANUARD CONSTRi1CTI0iV 3PECIFICATION DOCUA�ENTS Q2389 & 02445 Revised Marcii 9, 2020 40 73 00 SUPPLEMENI'ARY CONDITIONS Page 8 of $ CI"1'Y OF FORT WORTH FY Ift�'ry9 S� [��yT RGYASA ANI] 1{EC(7N.1'A(7GRAIvI ANll N�AR SOVFH SIi�C ML'I�. DIST. W�99 MAIId IIvO'RS]V. STA3JDAAD CONSTRUCTION SPECIFICATION D4CUM�NTS 02389 & 02445 Revised March 9, 2020 - . -� z � � F CITY OF �ORT WORT�I � �� * . � � . . ��" '�.x�,_�' ti �. � . ` � � ' � � � � � .. � � � f IYIS — CU 9 S1Y2L•'L•7'1tlYAIR,4NfJ RF('ONS. R NEAR SOUTIi SIUL•'N1GU. DIS7RICT W�S IMPROY. 02389 c� 02495 OIILDD-1 SUMMARY OF WORK Page 1 of 3 1 2 3 PART�- GENERAL SECTION 01 Z1 00 SUMMARY OF WORK 4 I.1 SU1V11VIARY 5 A. Section Includes: b 1. Suitnmary of Work ta be performed in accordance with the Contract Documents 7 B. Deviations from this City of Fort Worth Standard Speciiicatian 8 1. Nane. 9 C. Related Speci�'ication Sections include, but are n�t necessarily Iimited to: IQ 1. Division Q- Bidding Aequirements, Contract Fprms, and Condi#ians ofthe Contract 11 2. Division 1- Generai Requirements 12 1.� PRICE AND PAYMENT PROCEDURES l3 A. Measurement and Payment 14 1. Woz-k associated with this Itern is conszdered subsidiary to the variaus items bid. 15 No separate payment will be allowed for this Item. 16 1.3 RERERENCES [NOT USED] 17 1.4 ADMINISTRATIVE REQUIREMENTS 18 I9 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 A. Work Co�ered by Contract Documents 1. Work is to include furnishing all labor, maferials, and equipment, and performing all Work necessary for this construction project as deta�led in fhe Drawings and �pecif cations. B. Subsidiary Work 1. Any and all Work speczizcally governed by documentary requirements for the praject, such as conditions imposed by the Drawings or Contract Dacuments in which no specific itern for bid has been provi�'� 'or in the Proposal and the item is not a typical unit bid item included on the stanci�i � bid itern list, then the item sha11 be considered as a s�zbsidiary item of Work, the cost af which shall be included in the price bid in the Proposal for �arious bid items. C. Use of Premises 1. Coordinate uses of premises under clirection of the Ciiy. 2. Assume full responsi6ility far protection and safekeeping of materia�s and equipment stored on the Site. 3. Use and occupy only portions of the public streets and alleys, ar oth�r public places or other rights-of-way as pra�vided for in the ordinances of the City, as shown in the Contract Documents, or as may be specifically autharized in writing by the City. a. A reasonable ainount of tools, mate�ials, and equipment for canstruction purposes may be stored in such space, but no znore than is necessary to avoid delay in tlle canstruction operations. �tTY QF FdRT �T1��RTH PYl&-[;b9 slli��:i' fiF.�AIR AN➢2GCON. PRUCiKAM ANf] MIiM SOII'f113I17� Ml:o f]IST_ W�55 MA[N IA9'itUV. STANDARD CdNSTRiICTION SPECiFiCAT[ON DOC[JMENTS 02384 & 02445 Revised December 20, 2012 o� iiao-z SUMMARY OF WORK Page 2 oi 3 1 b. Excavaied and waste materials shall be stored in such a way as not to interfere 2 with the use of spaces that may b� designated to be left free and unobstructed 3 at�d so as not io inconvenience occupants of adjacent ptoperty. 4 c. If the street is occupied by railroad tracks, the Work shall be carried on in such S manner as nat to interfere with the operation of the railroad. 6 1) A11 Work shali be in accordance with railroad requirements set forth in 7 Division 0 as well as the railroad permit. 8 D. Work within Easements 9 1. Do not enter upon private property for any purpase without having previously 10 obtained permission from ihe owner of such property_ 1 l 2. Do noi store equipment or material on private property unless and �c�til the 12 speci�ed approval of the property owner has been secured in writing by the 13 Contractor and a copy furnished to the City. 14 3. Unless specifically pravided otherwise, clear all rights-of-way or easements of 15 obstructions which rrxust be removed to rtxake possible proper prosecutian of the 15 Wark as a part of the project constructian operations. I7 4. Preserve and use every precaution to prevent damage to, all trees, shrubbery, plants, I S lawns, fences, culverts, curbFng, and all ather types of structw'es or improvements, I9 to all water, sewer, and gas lines, to all conduits, overhead pole lines, or 20 appurtenances ihereof, including the constructian of temporary fences and to all 21 other public or private property adjacent to the Work. 22 S. Notify the proper represeniatives of the owners or accupants of the public or pri�ate 23 lands of interest in iands which triight be affected by the Work. 24 a. Such notice shall be made at least 48 haurs in advance of the beginning of the 25 Work. 26 b. Notices sha�l be applicable to boih public and private utility companies and any 27 corporation, company, individual, or other, either as owriers or occupat�ts, 2g whose land or interest in land might be affected by the Work. 29 c. Be �'esponsible for all damage or injury to property of any character resulting 30 fronn any act, omission, neglect, or misconduct in the manner or method ar 31 execution of the Woxk, ar at any time due to defecti�e work, material, or 32 equipment. 33 6. F'ence 34 a. Restore all fences encountered and removed during construction of the Project 35 to the orig:nal or � bet:er than original condition. 36 b. Erect temporary fet�cing in place af the fencing remaved whenever the Work is 3'7 not in progress and when the site is vacated overnight, andlor at all tirrtes to 3g provide site security. 39 c. The cost for all fence work within easements, including removal, temporaiy 40 closures and replacement, shall be subsidiary to the variaus items bid in the 41 project proposal, unless a bid item is speciiically provided in the proposal. GITY OF FORT WORTH PYlACD951x6PsTIiLPA1RANUliL•CON.PR��MANUIJGARSOIII"i{SIpLMF,n D157'_ W&SSMAM]MI'[20V. STANDARD CONSTRUCTION SPECIFICATION DOCUM�iVT5 02389 & 02445 Revised December 20, 2012 o> >> oa-3 SUMMARY dF WORK Page 3 of 3 1 I.� SUBMITTALS [NOT USED] 2 1.G ACTION SUSMITTALS/INFORMATIONAL SUBMITTALS [NOT iTSED] 3 1.7 CLOSEOUT SUBMITTALS [NOT USED] 4 1.8 MAINTENANCE MATERIAL SUBMITTALS [N�T USED] 5 1.9 QUALiTY ASSURANCE [NOT USED] G 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 7 1.11 FIELD [SITE] CONDITIONS [NOT U�ED] 8 1.1� WARRANTY [NOT USED] 9 PART 2- PRODUCTS [N�T USED] 10 PART 3- EXECUTION [NOT USED� 11 12 13 END OF SECTION C1TY OF FORT WORTrI Nr ixcnv sr�er xF.rnac.ar�u xH.corr. Picuc;icnnn nrror�x sotrru sio� Mr.n o�sT. wass �wnm��r,axov. STANDARD CONSTRUCI'lON SPECIFICA"�'{ON DOCUMENTS 02�89 & D2445 Revised Decem6er 20, 2012 .� � � � � . .. � ,4 . LL *� � � . -�� � 5 3; s1�_ � <. , � , � , CITY OF FORT WORTH FYIS-1'D9STREE7'HL•'PRIR1fNDRECONS R-NEARS011THSl➢EMGU. DIST121CTW&SN9PROY. 02389 & O1445 o i zs oa - � SUBSTITUTION PROCEDL7RES Page 1 of 4 � 3 PART1- GENERAL 4 1.1 SUMMARY SECTION Ol 2� 00 �UBSTITUTION PROCEDURES 5 A. Section rncludes: 6 1. The procedure for requesting the approval of substitution af a prod�ct that is r�at 7 equivalent to a product which is specified by descriptive or performance criteria or g � defined by reference to 1 ar more ofthe followirtg: 9 a. Name of manufactt�rer 10 b. Name of �endor I 1 c. Trade name IZ d. Catatog number 13 2. Substitutions are not "or-equals". 14 B. De�iations from this City of Fort Worth Standard Specificatian 15 l. None, 16 C. Related Specifcation �ec�ions include, bu# are not necessarily limited ta: 17 1. Di�ision 4— Bidding Requirements, Contract Forms and Conditions of the Contract 18 2. Di�ision 1— General Requirements 19 1.� PRICE AND PAYM�NT PROCEDURES 20 A. Measurement and Paymei�t 21 1. Wa�•k associated with this Item is considered subsidiary to the various items bi.d. �� No separate payment will be allawed for this Itern. 2; 1.3 RE�ERENCES [NOT USED] 24 1.4 ADM�NISTRATIVE REQUIREM�NTS 25 A. Request for Substitution - General 25 1. Within 30 days af�er award pf Cantract (unless noted otherwise}, the City will 27 col�sider formal requests froin Contractor for substitution of products in place of 28 those specified. 24 2. Certain types of equigment anci kinc�s of materiai are described in Speci�cations by 3a means of references to names of manufaciurers and vendors, trade names, or 31 catalog nurnbers. 32 a. When this method of specifying is used, it is not intended to exclude from 33 consideratian other products bearing other manufacturer's or vendor's names, 34 trade names, or catalog nurnbers, provided said products are "or-equaIs," as 35 determined by City. 36 3. �ther types of equipment and kinds of material may be acceptable substi#ufions 37 under the following canditions: 38 a. Or-equals are unavailable due to st�-iice, discontinued production of products 39 meeting specitied requirements, or ot�er factors beyond control of Cantractor; 40 or, ��� QF FQRT ����H PY i8-CI39 $�'�;tf HFI'AQi ANI7 HFC{1N. P12IXiAAM AND N5A2 SOII'I'H Slf]F MPsD llf 3T, W(�$$ h]p,]N iMPROV. STANDARD CONSTRUCTION SPEC►FICAT[ON DOCUMENTS (12389 & 02445 Re�ised July 1, 20] l p] 2500-2 SU�3STITUTION PItOCEDURES Page 2 of 4 b. Contractar proposes a cost and/or time reduction incentive to the City. 2 1.5 SUBMITTALS 3 A. See Request for Substitution Form (attached} 4 B. Procedure for ReqUesting Subst�tution 5 �. Substitution shall be considered anly: 6 a. After avward of Contract 7 b. Under the conditions stated herein 8 9 ]0 11 I2 13 14 15 ]6 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 2. Submit 3 copies of each written req�aest for substitution, including: a. Dacumentation 1) Complete data substantiating compliance of proposed subsiitution with Contract Docu�nents 2) Data relating to changes in canstruction schedule, when a reduction is proposed 3) Data relating to changes in cost b. For products 1) Product identification a) Manufacturer's narne b) Telephone number and representative contact na�ne c) Specification Section or Drawir�g reference of originally specified product, includi�g discrete name or tag number assigned to original product in the Contract Dacuments 2) ManufactUrer's literature clearly marked to show compliance of proposed product with Contract Documents 3) Itetnized comparison of original and proposed product addressing product characteristics including, but not necessarily limited to: a) Size b) Composition or materials of construction c) Weight d) EIectricai or mechanical requirements 4) Product experience a) Location of past projects utilizing product b) Name and telephone nutnber of persans associated with referenced projects knowIedgeable cancerning proposed product c) Available field data and reports associated with proposed product S) Sarr�ples a) Provide at request of City. b) Samples beconne the property of the City. c. For canstruction methads: i) Detailed description of proposed method 2) Illustratior� drawings C. Appraval or Rejection i. Written approval or rejection ofsubstitution given by the City 2. City reserves the right to require praposed product to cornply with color and pattern of speciiied praduct if necessary to secure design intent. 3. In fhe event the substitution is approved, the resulting cost and/�r time reduction will be docurnented by Change Order in accordance with the Generai Cor�ditions. 4. No additional contract time will be given for substitution. CITY OF FORT W 0[ZTH PYIA-CD9 S7RSL• I REPAI[i .4ND ItL�COA7. PR��.M ANL� 1dL•AR SOUI'H `1[DQ MGD. E7[5T_ W�ss MA[N IMI'RCIV. STANDARD CONSTRUCTIOAT SPECiFICATION DOCUMENTS 023&9 & 02445 Revised July I, 2011 012500-3 SUSSTiTUTION P120C�DlJR�S Page 3 of 4 � 2 3 4 5 6 7 8 1.6 5. Substitution will be rejected if: a. Su6miftal is not through the Confractor wiih his stamp of appraval b. Requ�st is not made in accordance with this Specification Section c. In th� Ci�y's opinion, acceptance will require substantial revision of the original design d. ln the City's opinion, substitution will not perform adequately the fur�ctian consistent with the design intent ACTTON SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT IISED] 9 1.7 CLOSE4UT SUBMITTALS [N�T USED� ID 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 11 1.9 QLTALITY ASSURANCE 12 13 14 IS 16 17 l8 i9 20 21 22 23 24 25 A. In making request for substit�ztion or in using an appro�ec( product, the Contractor represents thai the Contractor: 1. Has investigated proposed product, anc� has determined that it is adequate or superior in al1 respects to that specified, and that it will perform function for which it is intended 2. Will provide same guarantee for subst�tute item as for product specified 3. Will coordinate installation of accepted substitution into Work, to include building modifications if necessary, making such changes as may be required for Work to be camplete in all respects 4. Waives all claims far additional costs related to substitution which subsequently agise 1.10 DELIVERY, STORAGE, AND HANDLING [NQT USED] 11I FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] 26 PART 2- PRODUCTS [NOT USELD] 27 PART 3- EXECiTTION [NOT USED] 28 29 30 END OF SECTION Revision T.,og DATE NAIVIE SIJMMARY OF CHANGE CITY OF FORT WOtZTFI rriK-ca� srkH.r-r xr;�nuz .arw xr:cnrr. �rcoGiewna aMo rarna sourN siuF: n,�n. ni,T, w�ss MnFw rNmaay. STANDARD CONSTRUCTION SPECIF[CATION DOCUMENT'S 02389 & 02445 Revised July 1, 2D11 aizsoo-a 5'UBSTITUTION PROCEDUAES Page 4 of 4 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 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 EXHIBIT A REQUEST FOR SUBSTITUTION FORM: PROJECT: DATE: We hereby sub�nit for your consideration the foliowing product instead of the specified item for the abave project: SECTION PARAGRAPH SAECIFIED ITEM Proposed Substitution: Reason for Substitution: �nclude complete information on changes to Drawings and/or Specifications which praposed substitution will require for its proper installation. Fill in Blanks Below: A. Will the undersigned contractor pay for changes to the building design, including enginee��ing and deiailing costs caused by the reqUested substitution? B. What effect does subsiitution have on other irades? C. Differences between proposed substitution and specified item? D. Differences in product cost ar product delivery time? E. Manufacturer's guarantees of the proposed and specified items are: Equal Betier (explain on atiachment} The undersigned states that the function, appearance and quality are equivalent or superior to the specified item. Submitted By: Far Use by City Signature as noted Firm Address Date Telephone For Use by City: Approved City Recom uzncled Recommended Not recommended Received laie By � Date Remarks Date Rej ected CITY OF FORT WORTH PYl8-�;D9 STlt�lil' RIIPAIR A1Jn RtCUN. PROGR�1 AP1uNGAIt 50[RH SNt Mli➢. DIST. W&ss MAlN1MPROV. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02389 & 02495 Revised July I, 261 I O13L19-1 PAECONSTI2UCTIOI�i MEETTNG Page 1 of 3 1 2 3 PART1- GENERAL 4 1.1 SUMMARY SECTION 01 31 19 PRECONSTRUCTION MEETING 5 A. Section I�cludes: 6 1. Pro�isians for the preconstruction meeting to be he]d prior to the start af Work to 7 clarify canstructian contract administrafion procedures 8 B. Deviations from this City pf Fort Worth Standard Speci�catiprt 9 1. None. 10 C. Related Specifcaiion Sections inciude, but are not necessarily iimited to: 11 1. Division 4— Bzdding Requirement,s, Contract F'orms and Conditions of the Contract 12 2. Division 1—Genera] Requirem�nts 13 1.2 PRICE AND PAYMENT PROCEDIIRES 14 A. Measurerr►ent ancf Payment IS 1. Wark associated vvith this Item is considered subsidiary ta the �arious iterr�s bid. 16 No separate payment will be allowed for this Item. 17 1.3 REFERENCES [NOT USED] 18 1.4 ADMINISTRATIVE REQUIREM�NTS 19 26 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 A. Coardination 1. Attend preconstruction meeting. 2. Representatives of Contractor, subcontractoa-s and suppliers attending meetings shail be qualiiiecf and authoriz�d ta act on behatf of the entity each represents. 3. Meeting adtr�inistered by City may be tape recordea. a. If recarded, tapes wii] be used to prepare minutes and retained by City for fu#ure reference. B. Precanstructian Meeting 1. A preconstruction meeting will be held within 14 days after the execution of the Agreeir�nent and before Work is started. a. The meeting will be scheduled and adnrzinistered by the City. 2. The Project Representa#ive will preside at the meeting, prepare the na�es of the meeting ar�d distribute copies of same to alI par�icipan#s who so request by fia11y completing the attendance form to be circulated at the beginning of the meeting. 3. Attendance shall include: a. Project Representative b. Contractar's project manager c. Contractar's superintendent d. Any subcontractor or supplier representatives whom the Contractor may desire to invite or the City may request e. Other City representatives CITY�F�Q�Z WQ[�TH kYI8�CF19ST2Eb1Rh:l'AI{Z�7J[7iiL'CUN.PHOCiItAMANI7AI��yU[ICHtiII)TiMG�_UI37'_W�SSMAlIV1MYAOV. STA�IDARD CONSTRUCTION Si'ECIFiCAT10N DpCUMENTS 02389 & Oz4d5 Re�ised August 17, 2012 O131 19-2 PRECONSTRUCTION MEETING Page 2 of 3 2 3 4 5 6 7 8 9 10 11 12 13 i4 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 3Q 31 32 33 34 35 36 37 38 39 40 41 42 43 44 f. Others as appropriate 4. Constructian Schedule a. Prepar� baseline consiruction schedule in accordance witY� 5ection O1 32 16 and prpvide at Preconstruction Meeting. b. City �x+ill notify Contractor of any schedule claanges upon Notice af Preconstruction Meeting. 5. Prelir►ainary Agenda may include: a. Introduction of Proj ect Personne� b. Genera� Description of Project c. Status of right-of-way, utility clearances, easements o�� otl�er pertinent permits d. Contractor's work plan and schedule e. Contract Time f. Notice to Proceed g. Construction SYaking h. Pragress Payments i. Extra Warl� and Change Order Procedures j. Field Orders k. Disposal Site Letter for Waste Material L Insurance Renewals m. Payroll Certification n. Material Certifications and Quality Control Testing o. Public Safety and Convenience p. Documentatio�� af Pre-Construction Canditions q. Weekend Work Notiiication r. Legal Holidays s. Trench Safety Plans t. Confin�d Space Entry Standards u. Coordination with the City's representative for operations of existing vvater systems v. Stoj•m Water Pollution Prevention PIa�� w. Coordination with other Contractors x. Early Warning System y. Contractor Evaluation z. Special Conditions applicable to the project aa. Damages Claims bb. Submittal Procedures cc. Substitution Procedures dd. Correspandence Routing ee. Recard Drawir�gs ff. Tetnporary constructian facilities gg. M/WBE or MBE/SBE procedures hh. Final Acceptance ii. �'inal Payment jj. Questions ar Comments CITY OF FORT W ORTH F Yls-1:D9 STI2F.FT Ht['AfR AND RF.CON_ YkOfRhM ANU NHAR SpUTN Slo�: Mlib. DISi. W&SS MA[t.' IMPKOV. STANDARD CONSTRUCTIOI+! SPECiFiCAT10N DOCUMENTS 02389 & 02445 Revised August 17, 2012 0131 [9-3 PKECQNSTRUCT103�! M�ETING Page 3 of 3 i �.s suBn�iTTALs �NOT us�n� 2 1.6 ACTION SUSMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 3 1.'� CLOSEOUT �UBMITTALS [NOT USED] 4 1.8 MAINTENANCE MATERIAL SUSM�TTALS [NOT US�D] 5 19 QUALITY ASSURANCE [NOT USED] 6 1.10 DELIVERY, ,STORAGE, AND HANDLING [NOT USED] 7 1.11 FIELD [SITE] CONDITYONS [NOT USED] 8 1.12 WARRANTY [NOT USED] 9 PART 2- PRODUCTS �N4T USED] 1p PART 3- EXECI7TION jNOT USED] 11 12 END OF SECTION Revision Log DATE NAME SiJNINIARY OF CHANGE ]3 CITY OF FORT W ORTI� �risi;�� sr��:r xr;rnuz,ar,uxe.cox. rx��w�nn nNnr�en,cc sourx siaer,acn. nis r_ w�ss wrn�m�Kov. STANDARD CONSTRi1CTIOM SPBCIRICATION DOCiITvEGNTS 0,2389 & D2445 Re�ised August 17, 2012 - . ' . ' !�,�, _� ` � -� . . -� ' �;.-.� ! F � � ,I � i�. � f . �� � � � �:{ - E. ,.� � .h .' . � � � CITI' OF FORT WORTH FYl3— C'U 9 STRF.FTJiLP.4lR ANP RF.['ONS. cF NFAli SOlJI'H SIDIi MF.D. D757R1t"Y' WF�S IMPROi! 02389 & 02445 013120-1 PROJECT 1viLETINGS Page 1 of 3 1 2 3 4 PART1- GENERAL 5 1.1 SUMMARY SECTION 0131 20 AROJECT MEETINGS 6 A. Sectian Includes: 7 1. Pravisions for project meetings throughout the construction period ta enable orderly 8 revicw of the progress of the Work and ta pj•ovide for systematic discussian of 9 patential problems 10 B. Deviations t�is City of Fart Worth Standard Specificatian 11 I . None. 12 C. Related Specification Sections include, but are not necessarily limited to: i 3 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 14 2. Division 1— General Requirements ] 5 1.2 PRICE AND PAYMENT PROCEDURES 1G A. Measurennent and Payment 17 1. Work assacia�ed with this Item is considered subsidiary to the �ariaus items bid. 18 No separate payment wiIl be allowed for this ltem. 19 1.3 REFERENCES [NOT USEDj 20 1.4 ADMINISTRATIVE REQUIREMENTS 21 A. Caoz�dinatian 22 I. Sched��le, attend and administer as specified, periodic pragress meetings, and 23 specially called �neetings thranghout progress of the Work. 24 2. Representatives of Contractor, subcontractors and suppliers attending meetings 25 shall be qualified and authorized to act on behalf of the entity each re �..:,�nts. 26 3. Meetings administ�red by Ci#y may be tape recorded. � 27 a. If recorded, tapes wil� be used to prepare minutes and retained by C�ty for 28 future reference. 29 4. Meetings, in addition to those specified in this Sectian, may be held when requested 3� by the City, Engineer or Contractor. 31 B. Pre-Construction Neighborhood Meeting 32 1. Af�er the execution of the Agreement, 6ut before consfruction is aliowed to begin, 33 attend 1 Public Meeting with affected residents to: 34 a. Present projected schedule, including construction start date 35 b. Answer any construction related questions 36 2. Meeting Location 37 a. Location of ineeting to be determined by th� City. 38 3. Attendees CiTY �F F�RT ��RTH }'y�A-CI795TfiCCiK1iYAIRArI11KECON.PRUCiKAMATIC)M3ARSOUfHSInF.M[;D,p[S1'. W&SSMAIN114ffRUV, STANDARD CONSTRUCTid1�I SPHCIFICATIO%T I�OCUMENTS 02389 & 02445 Revised luly 1, 201 [ 0] 312Q-2 Pli07ECT [+rIEETING5 Page 2 ot� 3 1 2 3 4 5 b 7 S 9 10 11 12 l3 l4 1S 16 17 18 19 aa 21 22 23 24 25 26 27 28 29 30 31 32 33 34 3S 3G 37 38 39 40 �41 �42 �43 44 45 46 47 48 a. Contractor b. Project Representative c. Other City representatives 4. Meeting Schedule a. In general, the neighborhood meeting will occur within the 2 weeks following the pre-construction conference. b. In no case wilI construction be allowed to begin until this meeting is held. C. Progress Meetings l. Formal project coordination rneetings will be held periadically. Meetings will be scheduled and administered by Pro�ect Represer�tative. 2. Additional progress meetings to discuss speciiic topics will be conducted on an as- need�d basis. Such additio�tal meetings shall include, but not be iimited to: a. Coordinating shutdowns b. rnstallation ofpiping and equipment c. Caordination between other construction projects d. Resalution of constructian issues e. Equipment approval 3. The Aroject Representative will preside at progi•ess meetings, prepare the notes of the meeting and distribute copies of the same to all participanis who so request by fully completing the attendance farm to be circulated at the beginning of each meeting. 4. Attendance shall include: a. Contractor's project manager b. Contractar's superintendent c. Any subcontractor ar supplier representatives whom the Contractor may desire to invite or the City may request d. Engineer's representatives e. Ciiy's representatives f. Others, as reyuested by t�e Project Representaiive S. Preliminacy Agenda may include: a. A�view of Wark progress since previous meeting b. Field observations, prablems, conflicts c. Items which itnpede construction schedule d. Review of off-siYe fabrication, delivery schedules e. Review of consiruction interfacin� ant� sequencing req�airernents with other construction contracts f. Carrective measures and procedures to regain projected schedule g. Revisions ta construction schedule h. Progress, schedule, during succeeding Work period i. Coordination of schedules j. Review submittal schedules k. Maintenance Qf quality standards 1. Pending changes and substitutions ta�. Review proposed changes for: i} Effect on construction schedule ar�d an completion date 2) Effect on other contracts of th� Project " n. Review Recard Documents o. Review monthly pay request C[TY OF FOTtT WORTH k Y18-CD9 STRF.FT x�YAl2 At,'� RGCON. PI{OCiRM4 AMl T��x SOII"f13 SIDG MF,n. 613'f. W&35 MhIN IMPRnV _ STANDAKD CON STAUCTION SPECIFICATIO�i DOCUMENTS 02384 & 02445 Revised 7uly 1, 2011 O1 3l 20 - 3 PR07EC'P MEETINGS Page 3 of 3 1 p. Review status ofRequests fpr Information 2 6. Meeting 5chedule 3 a. Frogress meetings wil] be held periodically as deternnined by the Project � Representative. 5 1) Additional meet�ngs may be he1cE at the rec�uest of the: 6 a} City 7 b} Engineer g c) Contractor 9 7. Meeting Location I D a. The City will estahiish a meeting lacatian. 1] 1} To the extent practicable, meetings wi11 be held at the Site. 12 1.5 SUBMITTALS [NOT IISED] 13 1.6 ACT14N SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] I4 L� CLOSEQUT SUBMITTALS [NOT USED] 15 1.8 MAINTENANCE MATERIAL SUSMITTALS [NOT LTSED� 16 1.9 QUALITY ASSURANCE [NOT USED] 17 110 DELIVERY, STORAGE, AND HANDLING [NOT USEDJ 18 l.11 FIELD [SITEj CONDITIONS [NOT USED] 19 1.12 WARRANTY [N�T USED] 2a �ART 2 - PRODUCTS [NOT U,S�D] 21 PART 3- EXECUTION [NOT USED] 22 23 24 END OF SECTIDN CITY OF FOAT W ORTH GY18-CU9 STR1iL•T liCi'AIK APdI] HGCON. PIiIXilU1M ANC1 TIliA1L SOITTH SII7Ti ME U. fJIST. W&&5 MP,IM 1MP�ZOV, STANBARD CONSTRUCTION SPECIFICATION DOCUMENTS 02389 & 02445 Revised July 1, 201 I , . -,� � '� �-. � _ � � ��' � A_ .� i! � . .� � x: .;j � . � �` .,� � � x '- . .,- � - � � r �, �� . ,. rt,r C1TY OF FORT WORTH !7'18-Cn 9S7RliLTRI:PAfRANU HL['ONSI & NEAR SO[1THSIUL• MFD. DIS77t1CT W&SIMPItOV 02389 & 02445 o�3a33-� PRECONSTRUCTIOPI VIDEQ Page 1 of 2 r, 3 PART1- GENERAL 4 1.1 SUMMARY �ECTIQN 0132 33 PRECONSTRUCTION VIDEO 5 A. Section Includes: 6 1. Administrative and procedural requirements for; 7 a. Preconstruction Videos 8 B. Deviations from this City of Fort Worth S#andard Specification 9 1. None. lb C. lZelated Specification Sections include, but are not necessarity limited to: 1] i. Division 0—Bidding Requirem�nts, Contract Fo�ns and Conditions of the Contract 12 2. Division l— General Requirements 13 1.2 PRICE AND PAYMENT PROCEDURES 14 A. Measurement and Payment 15 1. Wark associated with this Iiem is considered subsidiary ta the variaus items bid, I6 No separate paymen# will be alIowed for this Item, 17 1.3 REFERENCES [NOT USED] 18 1.4 ADMINISTRATIVE REQUIREMENTS 19 A. Preconstruction Video 20 1. Prqduce a preconstruction video of the site/alignment, including all areas in the 21 vicinity of and to be affected by const�-uction. 22 a. Provide digita] copy af eideo Upon request by the Ci#y. 23 2. Retain a copy of the preconstruction video until the end of the maintenance surety 24 period. 25 1.� SIIBMITTALS [N�T USED] 26 1.6 ACTION SUSMITTALS/�:�T�'O�MATIONAL SUBMITTALS [NOT US�D] 27 1.'i CLOSEDUT SUBMITTALS [NOT USEDj 28 1.$ MAINTENANCE MATERIAL SIIBMITTALS [NOT USED] 29 1.9 QUALITY ASSURANCE [NOT USED] 30 1.I0 DELIVERY, STORAGE, AND HANDLING [NOT US�D] 31 1.1I FIELD [SITE] CONDITIONS [NQT USED] 32 1.12 WARRANTY [NOT iTSED] 33 PART 2- PRODUCTS [NOT USEDj C�1'Y OI` FORT iTlrOR�H FY I8�1;U9 STRGE7� HF.PAIA ANn RGCUN. I'AOGItAn,f �Np Nt;�R EDL l'H SIpL Mtll. fi15T. W�SS MAIN llv¢'ItDV. STANDARD CO[dSTRUCTION SPECIFICATlON DOCUMENTS 02389 & 02495 Revised duly 1, 20l 1 at s2 33 - 2 PRECONSTRUCTION V[DEO Page 2 of 2 PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAM� SI_lMA4ARY OF CHANGE CITY OF FpRT WOItTH PY IR-Cp9 STRli� f ItLPAliL ANO RF.CON_ Yl{(Xi[iAM AND NGhR SOUI'H S]DG MGD. DIST. W&53 MNN [tv1['ROV. STANDAAD CONSTRUCTION SPECIFICATIQN DOCUMENT5 02359 & 02445 Revised Iu�y 1, 201 l oi33oa-t 5UBMITTALS Yage 1 of 8 1 2 3 PART1- GENERAL 4 1.1 SUMMARY SECTION 0133 QO SUBMITTALS 5 A. Section Includes: 6 1. General methods and requirements of sub�tnissions applicable to the following 7 Work-related submittals: S a. Shop Drawings 9 b. Product Data {including Standard Product List submittals) lo c. Samples 1 l d. Mock Ups 12 B. De�iations fram this City of Fori Worth Standard Specification 13 1. None. ]4 15 16 17 1.2 C. Related Specffication Sections include, but are not necessariIy limited to: 1. Di�ision 4— Bidding Requ�rements, Contract Forms and Conditions of the Contract 2. Di�ision 1— General Requirements PRICE A1�TD PAYMENT PROCEDURES 18 A. Measurement and Payment 19 I. Work assaciated with this Item is considered subsidiary to the various iterns bid. 20 No separate payment will be aIlowed for this item. 21 L3 REFERENCES [NOT USED] 22 1.4 ADMINISTRATIVE REQUIREMENTS 23 24 25 2G 27 28 29 30 31 32 33 34 35 36 37 38 39 40 A. Coo�•dinatian 1. Notify the City in writing, at the time of subinittal, af any deviations in the submittals from the requirements of the Contract Documents. 2. Coordination af Submittal Times a. Prepare, prioritize and transmit each submittal suf�cien�ly in advance of performing the reIated Wark or ather applicable activities, or within the time specified in the individual Work Sections, of the Specifications. b. Cantractar is respo�sible such that fhe installation will nat be delayed by processing times including, but not limited to: a} Disapproval and resubmittal (if required) b) Coordination with other submittals c) Testing d) 1'urchasing e) Fabrication f} Deli�very g) Similar sequenced acti�ities c. Na extensian of time will be authorized because of the Contractor's failure to transmit submittals sufficiently in advance of the Wark. CtTY OF �' dRT ���T� FYI8-C�9 51 KliN.l' KF.pAIR ANU RECON. PROCIiP.M ANfJ NR� $OU'f H 9l3]F. M�A. �IST. W d`33 MAIN I�'ROV. STANDARD GQ7VSTRUCTIdN SPECIFICATION DdCUMF;NTS 02389 & 02445 Rev[sed I3ecember 2D, 2Q l2 01 3300-2 Si1BMITTALS Page 2 of 8 I 2 3 4 5 6 7 8 9 10 I1 12 13 14 15 16 17 18 l9 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 �45 46 47 d. Make subrnittals prompily in accordance with approved schedule, and in such sequence as to cause no delay in the Work or ir� the work of any other contractor. B. Submittal Numbering 1. When submitting shop drawings or samples, utilize a 9-chvacter submittal cross- reference identification numbering system in the following manner: a. Use the first 6 digits of the applicable Specification Secfion Number. b. For the next 2 digits number use numbers d1-99 to sequeniially number each initial separate item ar drawing suhmitted under each specific Sectian number. c. Last use a letter, A-Z, indicating the resubmission of the same drawing (i.e. A=2nd submission, B=3rd suhmissior�, C=4th subrnission, etc.). A typical submittal number would be as follows: 03 3a ao-as-B 1) 03 30 00 is the Specif cation Section for Concrete 2) 0$ is the eighth initial submittal under this Specification Section 3) B is the third submission (second resubmission) of that pa�rticuiar shop drawing C. Contractor Certification 1. Review shop drawings, product data and samples, including those by subcontractoz's, prior to submission to determine and verify the following: a. Field measurements b. Field constructian criteria c. Catalog numbers and similar data d. Conformance with the Contract Documents 2. Provide each shop drawing, sample and product data submitted by the Contractor with a Certification Statement affixed ir�cluding: a. The Contractor's Company name b. Signature af submittal reviewer c. Certification Statement 1) "By this submittal, I hereby represent thai I have determined and verified field measurements, field construction criteria, materials, dimensions, catalog numbers and similar data and I have checked and coordinated each item with other applicable approved shop drawings." D. Submittal Fortnat I. Fold shap drawings larger than S%z inches x 11 inches to 8'/� inches x 11 inches. 2. Bind shop drawings and product dafa sheets iogether. 3. 4rder a. Cover Sheet 1) Description of Packet 2) Contractor Ceitification b. List of items / Table of Contents c. Product Data IShop Drawings/Samples /Calculations E. Submittal Content 1. The date of submission and the dates of any previous submissions 2. The Project title and nunrt�er CITY OF PORT WOR�H FY781;f79 J7 RiGf RF.PA[RAN�RGCON. PROG2AMP.NDNGM1H SOlfl'H31DL MGD- rnsT_ W�ss MAIN [MPROV. STANDARI7 CONSTRUCTION SPEC[PICATIOIV DOCUMENTS 02389 & 02445 ltevised Decem6er 20, 2Q12 O i 33 00 - 3 SUI3MITTALS 1'age 3 of 8 3. Contractar identification 2 4. The na�nes af: 3 a. Cantractor 4 b. Supplier S c. Manufacturer 6 5. Identification of the product, with the Speciiication Section number, page and 7 paragraph(s) 8 6. Field dimensions, clearly identi�ed as such 9 7. Relation to adjacent or critical features of the Work or materials 10 8. Applicable standards, such as ASTM or Federa[ Specification numbers 11 9. Identification by highlighting of deviations from Contract Documents 12 10. Identification by highlighting of revisions on resubmittals 13 1 1. An 8-inch x 3-inch blank space for Contractar and City stamps 14 15 IG !7 18 19 20 2l 22 23 24 25 26 27 28 29 30 31 32 33 34 35 3G 37 38 39 40 4i 42 43 44 45 46 F. Shap Drawings 1. As specified in ii�diviclual Work Sections includes, but is not necessarily limited to: a. Custom-prepared data such as fabrication and erection/insta]]ation {wprking) drawi ngs b. Sclaeduled informatipn c. Setting diagrams d. Actual shopwork manufacturing instt�actions e. Custozn templates f. Special wiring diagrams g. Caordination drawings h. Individual system or eq�ipment inspection and test reports including: 1) Performance curves and certificatians i. As applicable to the Wprk 2. Details a. Relation a�the various parts ta the main members and Iines of the structure b. Where cprrect fabricatian of the Work depends upan field measurements 1} Provide such measurements and nate on the drawings prior to submitting for approval. G. Aroduct Data 1. For submittals of product data for products included on the City's Standard Product List, ciearly identify each item selected for use on the Project. 2. For submittals of product data for products not included an the City's Standarcf Product List, submittal data may include, 6ut is not necessarily limited ta: a. Standard prepared data for manufactured products (sometimes referred to as catalog data) 1) Such as the manufacturer's product specifcation and installation instructions 2) Availability of calors and patterns 3) Manufacturer's printed statements of corr�pliances and appIica6iiity 4) Roughing-in diagrams and teznplates 5} Catalog cuts 6) Product photographs 7) Standard wiring diagrams CITY QF FORT WORTH F'YI8-CD9 STRlilil' RAPl�� [y�.p ktCON, l'ROGRAM AM] �pR SOUI'H SIT]G M6U. lllST_ W�SS T�fAIN IMI'1{UV. STANDARD CONSTRUCTION SPECIFICATIQI�I DOCUMENTS 02389 & 02445 Revised December 20, 2012 U13300-4 SLIBMITTALS Page 4 of 8 1 8) Printed p�r�ormance curves and operational-range diagrams 2 9} Froduction or quality cantrol inspection and test reports and certificatians 3 10) Mill reparts 4 11) ProdUci operating and maintenance instructions and recom.nnended S spare-parts lisYing and printed product warranties 6 12) As applicable to the Work 7 H. Samples 8 1. As specified in indivit�ua� Sections, include, but are not necessarily limited to: 9 a. Physical examples of the Work such as: 16 1) Sections of manufactured or fabricated Wotk 11 2} 5malt cuts or containers of materiais I2 3} Complete units of repetitively used products color/texture/pattern swaiches 13 and range sets 14 4) Specimens for coordination of visual effect 15 5) Graphic symbols and units of Wo3•k to be used by the City for independent 16 inspection and tesiing, as applicable to the Work 17 I. Do not start Work requiring a shop drawing, sample ar product data nor any maieria� ta 18 be fabricated or instailed prior to the approval or qualified approval of such ite�n. I9 l. Fa6rication performed, materials purchasetf or on-site construction accomplished 2p which does not canfarm to approved shop drawings and data is at the Contractor's 2l risk. 22 2. The City will not be liable for any expense or delay due to carrections or remedies 23 required ta accomplish conformity. 24 3. Camplete project Work, materials, fabricatian, and installations in canformance 25 with approved shop drawings, applicable samples, and product data. 26 J. Submittal Distribution 27 1. E�ectronic Distribution 28 a. Confir�n development of Project directory for eIectror�ic submittals to be 29 uploaded to City's Buzzsaw site, or anather externaI FTP site approved by the 30 City. 31 b. Shop Drawings 32 1) Upload submittal to designated project di�•ectory and notify appropriate 33 City representatives via email of submittal posting. 34 2) Hard Copies 35 a) 3 copies for a1� submitials 36 b) If Contractor requires rz�ore than 1 hard copy of Shop Drawings 37 returned, Contractor shall submit more than the number of capies listec! 38 above. 39 c. Product Data 40 1) Upload submittal to designated project direciory and notify appropriate 41 City representatives via email of subrr�ittal posting. 42 2) Hard Copies 43 a} 3 copies for all submittals 44 d. Samples 45 1) Distributed to the Project R�presentative 46 2. Hard Copy Distribution (if required in lieu of electronic distribution) 47 a. Shop Drawings CITY OF FORT WORTH NY78-1;D9 S7[t&Iii ItL•PAiK hM]AF.CUN. YR�ItM�[ATIDNGAR SOUfH SR7FMF.D 6IST_ W&�3 MAINII�ff20V. STANDARD CONSTRUCT101V SPECiFICATiON DOCUMEI�ITS Q2384 & 02445 Revised Decemher 20, 2012 ol33oa-s SUBMITTALS Page 5 of 8 1 2 3 4 S 6 7 8 9 14 11 12 13 I4 15 16 17 1$ 39 aa 21 22 23 24 25 26 27 1) Distributed to the City 2) Copies a) 8 copies for mechanical submitta]s b) 7 copies for all other submittals c) IiContractor requires more than 3 copies of Shop Drawings ret�rned, Contractor shall submit more fhan the number af copies lisied above. b. Praduct Data 1) Distributed to the City 2) Capies a) 4 copies c. Samples 1) Distributed to the Project Representati�e 2} Capies a} Submit the number stated in the respective Specification Sections. 3. Dist-�-ibute reproductions of approved shpp drawings and copies of approved product data at�d samples, where required, to the job site file and elsewhere as directed by the City. a. Provide number �f copies as directed by the Czty 6ut not exceeding the number previously specifiad. K. Submittal Review 1. The review of shop dravvings, data and samples will b� for general conformance with the design concept and Cozltract Documents. This is not to be consirued as: a. Permitti�7g any depai�ure from the Contract requirements b. Relieving the Contractor of responsibility for any errors, includir�g details, dimensions, and �naterials c. Approving departures fram details furnished hy the City, except as otherwise provided herein 28 2. 29 30 3l 32 33 3. 34 35 36 37 38 39 4b 4I 42 43 44 45 46 47 4. E The re�iew and approval of shop drawings, samples or product data by the City does not relieve the Contractar from his/her responsibility with regard to the ful�llment ofthe teims ofthe Contract. a. All risks of errar and omission are assumed by the Contractor, and the City will ha�e na responsibi�ity therefore. The Contractor remains responsible for details and accuracy, for coordinating the Work with alf other associated wark and trades, #'or selecting fabrication processes, for techniques of assembly and for performing Work in a:afe manner. If the st�op drawings, data or samples as submitted describe variutioiis and show a departu�e irom the Contract requirements which City finds to be in the interest of the City and ta be so minor as not to invo�r�e a change in Contract Price or time for performance, the Ciiy may return the reviewed drawings wit�out noting an exception. Submittals will be returned to the Contractor under 1 of the follawing codes: a. Cade 1 1) "NO EXCEPTIONS 'I'AKEN" is assigned when there are no notations or comments Qn the submittal. a} When returned under this code the Contractor may release the equipment and/or material far manufactu��e. b. Code 2 CITY QF FOAT WORTI I FY IR-CD9 R1R13�1' R�PnIR ANp I;GCON. YliOC1iAM AND NGAR SDU'FH SmR MG6. �I51'. W@95 MAIN IMI'ROV, STANDARD CONSTRUCTION SPECTi'TCATION DL7CiIM�NTS O1384 & 02445 Rev[sed December 20, 2012 ai3�ao-6 SUBMIT"L'ALS Page 6 of 8 1 1) "EXCEPTIONS NOTED". This code is assigned when a confirmation of 2 the notations and comments CS NOT reyuired by the Contractor. 3 a) The Contractar may release the equipment or material for manufacture; 4 however, all notatipns and comments must be incarporated into the 5 final product. G c. Code 3 7 1) "EXCEPTIONS NOTED/RESUBMIT". This combination of codes is 8 assigned when notations and comments are extensive enough to require a 9 resubmittal of the package. 10 a} The Contractor may release tha equipment or material for manufacture; 11 however, all notations and comtnents m�zst be incorporated into the 12 finaI praduct. 13 b) This resubmittal is to addz'ess all comments, omissions and 14 nan-conforming items that were noted. 15 c) Resubmitta] is to be received by the City within 15 Calendar Days of 16 ihe date of the City's transxinittal requiring the resubmittal. l7 18 19 20 21 22 23 24 25 26 27 2$ 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 d. Code 4 1) "NOT APPROVED" is assigned when the submittal does not meet the intent of the Contract Documents_ a) The Contracia�' must resubmit the entire �ackage revised to bring the submittal into conformance. b) It may be necessary to resubmit using a diffet•ent manufacturer/vendor to zr►eet the Contract Documents. Resubmittals a. Handled in the same manner as first submittals 1) Corrections other than requested by the Cify 2) Marked with revision triangle Qr other simiiar method a} At Contractor's risk if not marked b. Submittals for each itern vvill be reviewed no mo►'e than twice at the City's expej�se. 1) All subsequent reviews will be perfornaed at times convenient to the City and at the Contractor's expens�, based on the City's or City Representative's then prevailing rates. 2) Provide Cantractor reimbursement to the City within 30 Calendar Days for all such fees invoiced by tF�e City. c. The need �^�' more than 1 resub�nission or any other delay in obtaining City's review of sub�r,::�als, wilI nat entitle the Contractor to an extension of Contract Time. 7. Partial Submittals a. City reserves the right to not review submittals deemed partial, aC the City's discretion. b. Submittals deemed by the City to be not coirxiplete will be returned io the Contractor, and will be considered "Not Approved" until resubmitted. c. The City m.ay at its option provide a list or mark the submittal directing the Contractor to the areas that a�-e incamplete. 46 8. If ihe Contractor considers any carrection indicated on the shop drawings to 47 constitute a change to the Coniract Documents, then written notice must be 48 provided thereof to the City ai least 7 Calendar Days prior to reiease for 49 manufacture. GITY OF FORT WORTH A'YI&-Cb9 SFREF.T RtNAll{ AND RTsCON. PRa[:[iAM ANb NGAIt 50[1TH SIUb WED. D]ST. W&SS MA�N ]Nu�KOV. STAHDARD CONSTRUCTION SPECIFICATION DdCUMENTS 112389 & 02445 Revised December 2R, 2012 013300-7 SUBMiTTALS Page 7 0#' 8 1 9. Wk�en the shop drawings have been completed to the satisfaction of the City, the 2 Contractor may carry out the construction in accordance therewith and no fiarther 3 changes therein except upan wrztten instructions from the City. 4 10. Each submittal, appropriately coded, will be returned within 30 Calendar Days 5 fallowing receipt of submittal by the City. 6 L. Mock ups 7 1. Mock Up units as speciiied in individual Sectians, include, but are not necessarily 8 limited to, complete u�its of the standard of acceptance for that fype of Work to be 9 used on the Project. Remove at the completion of the Work or whan directed. 10 M. Qualifications 11 1. If specifically required in ather Sections of these Speci�cations, submit a P.E. 12 Certification for each item required. 13 N. Request for Information {RF'I) 14 1. Contracior Request for additional information 15 a. Clarification or interpretation of the contract documents IG b. When the Contractor belie�es there is a conflict between Contract Dacu�nents 17 c. When the Contractor be�ie�es there is a conflict between t�e Drawings and I8 Specificatians 19 1} Identify the conf�ict and request clarifcaiion 20 2. Use the Request far Information {RFl) forEn provided by the City. 21 3. Numbering of RFI 22 a. Pref� with "RFI" followed by s�ries number, "-xYx", beginning with "01" and 23 increasing sequentially with each additional transmittal. 24 4. Sufficient informatiozi shall be attached ta permit a written �•esponse without further 25 ir�formatian. 26 5. The City will log each request and wil] review the request. 27 a. lf xeview of the project information request indicates tliat a change to the 28 Contrac� Documents is required, the City will issue a F�eld Order or Chat�ge 29 Order, as appropriate. 30 1.5 SUBMITTALS [NOT U�ED] 31 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 32 1.7 CL4SE�UT S[7BMITTALS [NOT USED] ;� 33 1.8 MAINTENANCE MATERIAL SUSMITTALS [NQT IISED] ,34 1.4 QUALITY ASSURANCE [N4T USED] 35 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 36 1.11. FIELD [SITE] C4NDITIONS [NOT USED] 37 1.12 WAItRANTY [NOT USED] CITY OF FQRT W dR'1'H rr�e� u� srxF.�-.r r¢�Am nr�� w:conr. rRoc� nnm wFna mirru �in� nnF.n. niar, w�ss Mnih ir,nrRov, STANDA,RD CONSTRUCTION SPEC{FiCATION DOCUMEAITS 02389 & 02445 Revised Becember 20, 2012 D13300-8 SUBMITTALS 1'age S of $ 1 PART � - PR4DUCTS [NOT USED] 2 PART 3- EXECUTION �NOT USED] 3 END OF SECTI�N CITY OF FOKT WOAT�1 GYIR-CTx1 STaN EC R&PAIR ANU ItECON. PR�RaM AAID 7`�GA1t SOL l"H SI�G MCI1 o[sf_ W&35 MAIN II�MIiUV. S'1'ANDARD CONSTRUCTI�N! SPECIFICATION DOCUMLIVT5 02389 & 02445 Revised Decemher 20, 2012 013513-1 SP�CIAL PROJECT PROCEI]UItES Page 1 of $ 2 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Sectian [ncludes: 6 7 8 9 10 11 12 I3 14 15 16 17 Z8 19 SECTION 01 3� 13 SPECIAL PR07ECT PROCEDURES The procedures faz- special projeci circurristances that includes, but is nat limited to: a. Coardination with the Texas Department of Transportation b. Work near High Voltage Lines c. Confined Space Entry Program d. Air Fallution Watch Days e. Use of Explosives, D�-op Weight, Etc. f. Wat�r Department Npti�cation g. Public Notification Prior to Beginning Construction h. Coordination with United States Army Corps afEngineers i. Coordination within Railraad permits areas j. Dust Control k. Employee Parking B. De�viations from this City of Fort Worth Standard Specification 1. None. 2� C. Related Specification Sectians include, but are not necessariiy limited to: 21 t, Division 0— Bidding Requirements, Contract Forms and Canditions qf the Contract 22 2. Divisian �— General Requirements 23 3. Section 33 12 25 — Connection to Existing Water Mains 24 1.2 PRICE AND PAYMENT PROC�DUR�S 25 z6 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 A. Measurement and Payment 1. Coordinatip� within Railroad permit areas a. Measurement 1) Measurement for this Item wi11 be by lump sum. b. Payment 1) The work performed and materials furnished in accordance with this Item will be paid for at the lump sum price bid far Railroad Coordinatian. c. The grice bid shall include: 1} Mobilization 2) [nspection 3) Safety t��aining 4) AdditionalInsurance 5) lnsurance Certificates 6) Other requiz-ements associated with general coardination with Railroad, including additior�al emp]oyees required to protect the right-of-way and property of the Razlroad fram damag� arising out of and/or from the construction ofthe Project. 2. Railroad Flagmen CT'TY OF FORT WORTH NY�scrncrcu�erkf:rmm�rmw:cox �cwunrAr.rmn�nrzsuUrHsanFMr,a.�isr.w�ssn,�a�nrinnvxov STANBARD CON51'AUCTION SPECiFICATiQN DOCUMEI�TS 02389 & 02445 Ra�ised December 20, 2012 O13513-2 SPECIAL PROSECT PROCEDURES Page 2 of 8 I 2 3 4 5 6 7 8 9 10 11 12 I3 a. Measurement 1) Measurement for this Item wili be per working day. h. Payment 1} The work performed and materials iurnish�d in accordance with this Item will be paid for each working day that Railroad Flagmen are present at the Site. c. The price bid shall incIude: 1) Coordination for scheduling flagmen 2) Flagmen 3) Other requirements associated witli Railroad 3. All other items a. Work associated with these Items is considered subsidiary to the various Items bid. No separaie payment will be allowed for ihis Item. 14 1.3 REFERENCES 15 A. Reference Standards l6 17 18 19 24 21 22 1. Reference standards ciied in this Specification refer to the current reference standard published at the time of the latest revisi�n daie lagged at the end of this Specification, unless a date is specifically cited. 2. Health and Saf�ty Code, Title 9. Safety, Subtitle A. Public Safety, Chapter 752. High Voltage Overhead Lines. 3. North Central Texas Council af Governments (NCTCOG) — C1ean Constructio:n Specification 23 1.4 ADMINISTRATIVE REQUIREMENTS 24 25 26 27 28 29 30 31 32 3� 34 35 36 37 38 39 40 41 42 43 44 45 A. Coordination with the Texas Department of Transportation 1. When wark in the right-of-way which is Etndec the jurisdiction of ihe Texas Department of Transportation {TxDOT): a. Notify the Texas Department of Transportatian prior to commencing any work therein in accordance with the provisians of the permit b. All work performed in the T�OT right-of-way shall be performed in compliance with and subject to approval from the Texas Department af Transportation B. Work near High Voltage Lines 1. Regulatory Requirements a. All Work near High Voltage Lines (more than 600 volts nr�easured between conductars or betweer� a conductar and the ground) shall be in accordance with Health and Safety Code, Title 9, Subtitle A, C}�apter 752. 2. Warning sigrt a. Arovide sign of sufficient size meeting all OSHA requiremenfs. 3. Equipment operating within 10 feet of high voitage lines wi1l rec�uire the following safety features a. Tnsulating cage-type of guard about the boom or arm b. Insulator links on the lift hook comiections for back hoes ar dippers c. Equipment must meet the safety requirements as sei forih by OSHA and the safety requirements of the owner of the high valtage lines 4. Work within 6 feet of high voltage electric lines C1TY OF FORT WORTH CYlR1:D9 STRF.EI HFYA]HA?�1p RIICON.PR�k/sMANllMARSOUfH SIFIFMEU. UIST. W&SS �Ihl[� IMI'RPV_ STANDARD CONSTRUGTION SPCCIFICATION DOCUMENTS 02389 & 02445 Aevised December 2D, 2U12 O1 35 l3 -3 SPECIAL PROJGCT PROCEDUKES Page 3 of 8 1 2 3 4 5 6 7 S 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 3�4 35 36 37 3& 39 4Q 41 42 43 44 4S 46 a. b. c Notification shall be given to: 1) The power company {example: ONCOR) a) Maintain an accurate 1og of aIl such cal�s ta power company and record action take� in each case. Coordination with power company 1) After notification coordinate with the power company to: a) Erect temparary mechanical barriers, de-energize the lines, or raise or lawer the lines No personnel may work within 6 feet of a high voltage tine befo�•e the above requirements have been met. C. Con�ned Space Entry Program i. Provide and follow appro�ed Canfined Space Enhy Program in accordance with OSHA requirements. 2. Can�ned Spaces include: a. Manholes b. All other confined spaces in accordance with OSHA's Permit Required for Confined Spaces D. Air Pollution Watch Days 1 2. General a. Ol�serve the following guidelines relating to working on City construction sites on days designated as "AIR POLLUTION WATCH DAYS". b. Typicai Ozone Season 1} May l through October 31. c. Critical Emission Time 1) 6:04 a.m. to 10:�0 a.m. Watch Days a. The Texas Commission on Environmental Quality (TCEQ), in caordination with the National Weather Service, wil] issue the Air Pollution Watch by 3:00 p.m, an the afternoon prior to the WATCH day. b. Requirernents 1) Begin work after I0:00 a.m. whenever construction phasing requires the use of motorized equipment for periods in e�cess of l hour. 2} Howevec, the Contractor may begin work priar to 10:00 a.m. if: a) Use ofmatarized eq�.i�: �ient is less #han l hour, or b) If equipment is new at� certiiied by EPA as "Law Emitting", or equipment burns Clltra �,ow S�alfur Diesel (ULSD), diesel em�lsions, or alternative fuels such as CNG. E. TCEQ Air Permit 1. Obtain TCEQ Air Permit for construction activities per requirements of TCEQ. F. Use of Explosives, Drop Weight, Etc. l. When Contract Dacuments permit on the project the following will appiy: a. Public Notification 1) Subznit notice to City and prpof af adequate insurance coverage, 24 hours prior to commencing. 2) Minimum 24 hour public notiflcation in accardance with Seciion 01 31 13 G. Water Deparhnent Coardination CITY �� �ORT W�RT�I FYIR-CP93TRTS1'NtPA1RA1Jl]itC•CON.P20c3xAMnNONFihR50[JTHJfIYr:MF.i7.DISi, W,@SSMAiNIMI�ROV_ STANDARD CO3v5'E'I2UCTION SPECIFICATION DQCUN�CNTS a2389 & 02495 Revised Decemher 20, 2D32 Ql 35 13 - 4 SPECIAL PROJECT PAOCEDURES Page 4 of 8 1 1. During the constructior� of this project, it will he necessary to deactivate, for a 2 period of time, existing lines. The Contractar shall be required to coordinate with 3 the Water Departrrzent to determine the best times for deactivating and activating 4 those lines. 5 2. Coordinate any event that will require connecting to or the operation of an existing � City waier line system with ihe City's representative. 7 a. Coordinatian shall be in accordance with Section 33 12 25. g b. If needed, obtain a hydrant water meter from ihe Water Department for use 9 during the life of named project. 10 c. In the event that a water valve on an existing live system be turned off and ar► 11 to accort�modate the canstruction of the project is reyuired, caordinate this 12 activity through the appropriate City representative. 13 1) Do not operate water line valves of existing water system. 14 a} Failure to comply will render the Contractor in vialation of Texas i'enal 15 Code Title 7, Cha�ter 28.03 (Criminal Mischie fl and the Contractor � 6 will be prasecuted to the full extent of the law. l� b) [n addition, the Coniractor will assume all lrabilities and 1 g responsibil ities as a result of these actians. 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 Cya H. Public Notification Prior to Beginnin� Construction 1. Prior to 6eginning constr�aciion on any block in the project, on a block by block basis, prepare and deliver a notice ar flyer ofthe pending construction to the front door of each residence or business that wi11 be impacted by construction. The notice shall be peepared as follows: a. Post natice or flyer 7 days prior to begintting any construction activity on each block in the project area. 1) Prepare flyer on the Cont�ractor's letterhead and include the following information: a} Name of Project b} City Project No (CPN) c} Scope of Project (i.e. type of construction activity) d) Actual construction duration within the block e) Name of the contractor's fareman and phone number fl Name of the City's inspectar and phone numiaer g) City's a�ter-hours phone number 2) A sample of the `pre-construction notification' flyer is attached as Exhihit A. 3} Subnzit schedule showing the const�uction start and iinish time for each block of the proj ect to the inspector. 4} Deliver flyer to the City Inspector for review prior to distribution. b. No construction will be ailowed to begin on any block until the flyer is delivered to all residents of the block. Public Notification of Temporary Water Service Interruption during Constructian 43 1. In the event it becomes necessazy to temporarily shut down water service to 44 residents or businesses during construction, prepare a�d deliver a notice ar flyer of 45 the pending interr�aption to ihe front door of each affectec� resident. 46 2. Prepared notice as follows: 47 a. The notifcation or flyer shall be posted 24 hours prior to the temporary 4g interruption. Cl1'Y OF FQRT WORTH FYl8CD9 �fFctibf RDFAIR AM3RtCON. PR�RAMANC�NLATL SOIffH SIDL MF.D_ DIST. W&SS MAIN IMPROV, STANDARD CONSTRUCTCON SPECIFICATION DOGUMENTS 023&9 & 02445 Aevised December 20, 2Q12 of 3si3-s SPT'CIAL PROJEC:T PROC�,DUR�S Page 5 of 8 � 2 3 4 5 6 7 S 9 10 11 12 13 14 15 16 17 1$ 19 aa 21 22 23 24 25 25 27 2$ 29 36 31 32 33 34 3S 36 37 38 39 40 41 42 43 44 b. Prepare flyer an the contractor's letterhead and include the fpllowing inform ation: 1} Name of the prpject 2) City Project Number 3) Date af the interruption af service 4) Period the interruption will take place 5} Name of if�e contractor's foreman and pllone number 6) Name af the City's inspector and �hone nu�nber c. A satnple afthe temporary water service interruption notification is attached as Exhibit B. d. Deliver a copy of the temporary interruption notification to the City inspector far review prior to being distributed. e. No interruption af water service can occur until the ffyer has been deGvered to a!I affected residents and businesses. f. Electronic versions of the sample flyers can be obtained fram the Project Construction Inspector. J. Coordination with United States Army Corps of Engineers {USACE} 1. At locations in the Project where constructian activities occur in areas where USACE permits are required, meet all requirements set forth in each designated permit, K. Coordination within Raiiroad Pemnit Areas T. At locatians in the project where constructian act�vities occur in areas where railroad permits are rec�uired, meet all requirements set forth in each designated railroad permit. This includes, but is nat Iirriited to, provisions �or; a. Plagmen b. Inspectars c. Safery training d. Additional insurance e. Insurance cei�tificates f. Other employees required to protect #he right-of-way and property of the Railroad Company from cfamage arising out af a�d/or fram the construction af the praject. Proper utility clearance procedures shall be used in accardance with the permit guidelines. 2. Obtain any supplemental infarmatian needed to comply with the railroad's requirements. 3. Railroad FIagmen a. Submit receipts ta City for verification of working days that raiIroad flagmen were present on Site. L. Dust Control 1. Use acceptable measures to control dust at the Site. a. If water is used ta cqntrol dust, capture and properly dispose af waste water. b. If wet saw cutiing is performed, capture and pz�operly disppse of slurry. M. Emplpyee Parking 1. Provide parking for employees at locations approved by the City. C�� �F F�RT �QR�H fY1P-CIY)STRF.ETRGpA1RA7JpitGC.'UN.PROC.ItAMAMf1P.[jAR$pUl'HSiIHiMCiI] U[ST, WfiS,$MAfNIMI'ROV. STAbIDARD CQNSTRUCTION SPECTFICATION D�CIJMENTS 42389 & 02445 Revised December 2D, 2012 O1 35 13 -6 SPECIAL PRQSECT PROCEDULiES Page6of8 1 1.5 SUSMITTALS [NOT USED] 2 1.6 ACT�ON SUSMITTALS/INFORMATIONAL SUBMITTALS [NOT iFSED] 3 1.7 CL�SEOUT SUBMITTALS [NOT USED] 4 1.8 MA.INTENANCE MATERIAL SUBMITTALS [NOT USED] 5 1.9 QUAL�TY ASSURANCE [NOT USED] 6 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 7 l.11 FIELD [SITE] CONDITIONS [NOT USED] 8 1.12 WARRANTY [NOT USE➢] 9 PART � - PRODUCTS [NOT USED] 10 PART 3- EXECUTION [NOT USED] 11 12 13 END O� SECTION 1 i CITY OF FOAT W ORTH FYIA-CI]9 YfRGIiI' RP.�nIx AND RLCCYN. PROGW4M A14D NEA250SJI H SIUB [JFGD. DI4T- W&SS MAIN iM['ILOV. STANDARD CONSTRUCTION SPECIPICATION DOCUMENTS 02359 & 02445 Re�ised December 20, 2012 013513-7 SPECIAL PROd�CT PROC�DURES Page 7 of 8 2 3 4 5 6 7 8 9 i.0 11 12 13 14 ZS 15 17 ls 19 aa 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 Date: CPN No.: Project Name: Mapsco Lacation: Limits of Construction: EXHIBIT A {To be printed on Contractor's Letterhead) � l I - -- I � _ I li � � i YHIS IS TO IN�ORIVI YOU �'HAT UND�R A CONTRAC`� WtTH Tb� CITY O� FORT lIV�RiH, OUR COMPAiVY WI�L V910RFC ON UTI�.IT'Y LINES ON OR AROUN� YOUR P�iOP�RTY. CONS�'RUCTION WILL B�C91R� APPROXIMATELY S�VEN pAYS �'RONY T�iE D/�T� OF 7WIS NOiICE. IF YOU bAV� QU�SilONS A�QUi ACC�SS, S�CURI�Y, SAFETY OR AhlY OTH�R 15SUE, PLEAS� CA�L: I4N!'. CCONTi�ACTOi�'S SUPERINTENDEN7� /�T CTELEPHONE IVO.> � flAr. �CITY WSPECTOR� A� � TEL�PHONE NO.� AFYER �:30 �nll QR Oh! W'�EKEMDS, F'L�AS� CAL� (817) 39� 8306 PLEASE KEEP THIS FLYER HANDY WHEN YQU CALL CTTY OF FORT WORTH NYIgy:D!I gilitF.T RLPAIkANo RPCON, Yf{IXiHAM Ai,1bNHnR SpL1TE{ SNt MF.�, b13T. w25s MAINIMk'KUV. STANDARD COIVSTALICTION SPECIF[CATION DOCUMENTS 02389 & 02445 Revised December 20, 2012 01 35 13 - 8 SP�CIAL PROJECT PROCEDURES Page S of 8 1 2 EXHYBIT B �ORT ��RT ��. �� �� � �,� �: ��`���� �� ""�°����t��x '�w'�`�� ������ �1�7C��t��il1'i�� DUE 'I'O LiT1L1TY IMPROVEMEN'�'S TN YDUR 1�fEIGi3SORHOOD, YO[TR WA'FER S�:RVECE WIi,L SE 1NTERRT3PTED ON B�'1'WEEiV TFI� HOCTIiS OF ,AIVD jFYDU FlAVE QUES'iIOIYS ABOUT'TIf�S SHUT-OiJ7', YLEASE CALL: MR. A'�' (CONTRAC'1'ORS SUP�I2INTENDENT) (TLI,F.PHOI�IE NY7IVIBER) 08 �R, �x (CITY II�ISFECTOR) ('!'ELEYHO�iE NULI�BER) THIS I�1CON'VENlENCE WILL BE A$ $HORT A$ PUSSISLE. 'CHAlYK YOU, CQNTRACTOR � � CITY OF' FORT WORTH PY16-CD9 57RF.F,I RF.PAI[i hN61tFCON. PROGR/�MANo N�AIt SOIRll S[DEMF[l. �[5"f. W&SS MAINIMPROV_ STANDARD CONSTRUCTip1+! SPECIFICATION DOCi7MENT5 02384 & 02445 l�evised December 20, 2412 014523 '['ESTING AIdll INSPECTIQN SEAVICES Page l of 2 SECTION Ol 45 23 TESTING AND 1NSPECTION SERVICES PART1- GENERAL 11 SUMMARY A. Section Includes: l. Testing and inspection services procedures and coqrdination B. Deviations from this City of Fart Worth Standard Specification ] . None. C. Related Specification Sections include, but are nat necessarily Iimited to: I. Di�ision 0— Bidding Requirements, Contract Farms and Conditions of the Contract 2. Division l— General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment Work assaciated wzth this Item is considered subsidiary to the various Items bid. No separate payment will be alIowed far this It�m. a. Contractor is responsible for performing, coardinating, and payment of all Quality Cantrol testing. b. City is responsible for performing and payment for first set of Quality Assurance testing. 1) If the first Quality Assurance test performed by the City fails, the Contractar is responsible for payment of subsequent Quality Assurance testing until a passing test occurs. a) Final aceeptance will not be issued by City until al] required payments for testing by Contractoz have heen paid in fu11. 1.3 REFERENCES [Nl�"i' USED] 1.� ADMINISTRATIVE REQUIREMENTS A. Testing 1. Complete testing in accordar�ce with the Contract Documents. 2. Coordination a. When testing is required ta be performed by the City, notify City, sufficiently in advance, when tes#ing is needed. b. When testing is reyuired to be completed by the Cantractor, notify City, suf�cientIy in advance, that testing wi116e performed. 3. Distribution of Testing Reports a. EIecfronic D�stribution l) Canfirrrt development of Project directary for electronic submittals to be uploaded to the City's document management system, or another extez-nai FTP site approved by the City. CITY OF FOAT WORTH evis-cr� sr�u;er kFrnnt nran w:cort. rxcx;nn�n nN�r�xnx soin-i� s��u uisr. w�ss n,raiN innveo�_ STANDARD COI,ISTRUCTION SPECIFICAT[ON DQCUMEiVTS Q2389 & 02445 Revised March 4, 2020 ai 4s z3 TESTING AND INSP�CTION 5EKVICES Page 2 of 2 2} Upload test reports to d�signated project directory and notify appropriate City representatives via ernail of submittal posting. 3} Hard Copies a) 1 copy for all sub�ittals submitted to the Project Representative b. Hard Copy Distribution {if required in lieu of electronic distribution) 1) Tests perforn�ed by City a) Distribute 1 hard copy to the Contractor 2) Tests perfor;nned by the Contractor a) Distribute 3 hard copies to City's Project Representative 4. Provide City's Project Representative with irip tickets for each delivered load of Concrete or Lime material inclucEing the fol�owing information: a. Name of pit b. Date of delivery c. Material delivered B. Inspection 1. Inspection or lack af inspection does not relieve the Contractor from obligation to perform work in accorc�ance with the Contract Documents. L5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] L7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DEL�VERY, STORAGE, AND HANDLING [NOT USED] l.11 FIELD [SITE] CONDITIONS [NOT USED] 1.1� WARRANTY [NOT USED] PART 2 - PRODUCTS [N�T USED] PART 3 - EXECUTION [N4T USED] END OP SECTIDN Revision Log DATE NAME SUIVIlVIARY OF CHANGE 3/9/262a D.V. Magafla Removed reference to Buzzsaw and noted that electronic submittals be uploaded through the City's document management system. CITY OF FORT WORTH }'YI&-C�95TRF� �PAlltAiJllliL•COtd.k'[20GRAMANDi.GARSO[ITH5IDF.MEo lllsl'. W&S3MAINIMI'[iOV. S7ANDARD CONSTRUCTION SPECiFICA'I'ION DOCUMENTS 02359 & 024f5 Revised March 9, 2020 ots000-� TEMpORARY F1ICTLITI6S AND CONTROL5 Page l of 4 1 2 SECTION 0150 00 TEMPORARY FACILITIES AND CONTR4L5 3 PART1- GENERAL 4 11 SUMMARY 5 A. Section Includes: 6 1. Pravide �emparary facilities and controls needed for the Work including, but not 7 necessarily limi#ed to: 8 a. Temporary utilities 9 b. Sanitary Facilities 10 c. Storage Sheds and Buildzngs 11 d. Dust control 12 e. Temporary fencing of the construction site 13 B. De�iations fram this City of Fort Worth 5tandard Specification I4 1. None. 15 16 1'1 18 1.2 C_ Related Specification Sections include, but are npt necessarily limited ta: 1. Division 0— Biddir�g Requirements, Contract Forms and Conditions of the Contract 2. Division I— General Requirements PRICE AND PAYMENT PROCEDURES I9 A. Measurement and Payment 20 1. Work associatec! with this Item is considered subsidia�y to the various ltems bid. 21 No separate payment vvill be allowed for this Item. 22 1.3 RERERENCES [NOT USED] 23 1.4 ADMINiSTRATIVE REQUIREMENTS 24 25 26 27 28 29 30 31 32 33 34 35 35 37 38 39 4� 41 A. Temporary Utilities l . Obtaining Temparary Service a. Malce arrangernents with utility ser�ice companies for temporary services. b. Abide by rules and reguiations of utility service companies or authorities ha�ing jurisdiction. c. Be responsible for utility service casts until Work is approved for Final Accep�ance. l) Included are fuel, power, light, heat and other utility services necessary for execution, completion, testing and initial aperation of Work. 2. Water a. Contractor to prqvide water required for and in connection with Work to be performed and for specified tests of piping, equipment, devices or other use as required for the completian ofthe Work. b. Provide and maintain adequate supply of potable water for domestic cansumption by Contractor personnel and City's Project Representatives. c. Coordination 1) Contact City 1 week before �vater for construction is desired d. Contractar Payinent for Constructian Water CIT'Y OF FORT WORTH 1>Y18L'I]9FTRLCsfIt[iYAI[inMnR�,CON.Yit(](iFNMAN➢NGAIZSOUI'HS�I7CMG�.lJI3f.W&SEMAINIIvaRUV_ STANdARD CO�ISTRUCTlOi+1 SPECIFICATIQI+I DOCUMENTS 112389 & 02445 Revised7uly 1, 2011 ot s000-2 TEMPORARY TACILITIES AND CONTROLS Page 2 of 4 1 2 3 4 S 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 25 27 28 29 30 3i 32 33 34 35 36 37 38 39 40 41 42 43 44 1) Obtain const�•uction water meter frorn City for payment as billed by City's established rates. 3. Electricity and Lighting a. Pravide and pay for electric powered service as required for Work, including tesiing of Work. 1) Provide power for lighting, operation of equipment, or other use. b. Electric power se�-vice includes temporary power service or generator to maintain operations during scheduled shutdown. 4. Telephone a. Provide emergency telephone service at Site for use by Contractor personnel and others performing work or furnrtshing services at Site. 5. Temporary Heat and Ventilation a. Provide iemporary heat as necessary for protection or completion of Work. b. Provide temporary heat and ventilatian to assure safe working conditions. B. Sanitary Facilities 1. Provide and mair�tain sanitary Faci�ities for persons an Site. a. Co�tnply with regulations of State and local departments of health. 2. Enforce use of sanitaiy facilities by canstruction personnel at job site. a. Enclose and anchor sanitary facilities. b. No discharge wilI be allawed from these iacilities. c. Collect and store sewage and waste so as not to cause n�aisance or health problem. d. Haul sewage and waste off-site at no less than weekly intervals and properly dispose in accordance with a�plicable regulation. 3. Locate facilities near Work Site and keep clean and maintained throughout Project. 4. Remove facilities at completion of Project C. Starage Sheds and Buiidings 1. Provide adequately ventilated, watertight, weatherproof storage facilities with floor above ground level for materials and eyuipment susceptible to weather damage. 2. Storage of rrzaterials not susceptible ta weather damage may be on blocks off ground. 3. Store materials in a neat and orderly manner. a. Place rnaterials and equipment ta permit easy access far identification, � inspection and inventory. 4. Equip building with lockable doars and lighting, and pravide electrical service for equipment space heaters and heating or ventilatian as necessary to pravide storage enviranments acceptable ta specified manuiacturers. S. Fill and grade site for temporary structures to prqvide drainage away irom temporary and existing builciings. 6. Remove building from site prior to Finai Acceptance. D. Temporary Fencing 1. Provide and maintain for the duration or construction when required in contract docum ents E. Dust Contral CITY OF FORT WdItTH FYIfl-L'IJ9 vFRGGT HF.PAIH ANll 2ECON.PRIX:H/shiAMl N6AR SOUTH Sill�; AAEU. U[ST. W&SS i+1n1N [MPRUV. STAMDARII GQNSTRUCTION SPECIFiCAT[ON DOCi7MENTS 02389 & 02445 Revised 7uly l, 201 l OL 5600-3 TEMPORARY FAC1LITfES AND CONTROLS Page 3 of 4 1 1. Contractor is responsible for rnaintaining dust control through the duration of the 2 project. .� a. Contractor rerr�ains on-call at a11 times 4 b. Must respond in a timely manner 5 F. Temporary Protection of Construction 6 1. Contractor or subcantractors are responsihle for protecting Work from damage due 7 to �eather. 8 1.5 SUBMITTALS [NOT USED] 9 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 10 l.i CLOSEOUT SUBMITTALS [NOT USED� 11 �.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 12 1.9 QUALITY ASSTJRANCE [NOT USED] 13 1.10 DELIVERY, STORAGE, AND HANDLYNG [NOT USED] 14 l.11 FIELD [SITE] CONDITIONS [1VOT USED] �5 1.12 WARRANTY [NOT USED] l6 PART 2- PRODUCTS [NOT USED] 17 PART 3- EXECUT�ON [NOT USED] 18 3.1 INSTALLERS [NOT USED] 19 3.2 EXAMINATION CNOT USED] 20 3.3 PREPARATION [NOT USED] 21 3.4 INSTALLATION 22 A. Tem�qrary Facilities 23 L Maintain ail tempora�y facilities faz- duration of constructipn activities as needed. 24 3.5 [REPAIR� / [RESTORATION] 25 3.6 RE-INSTALLATION 26 3.� FIELD [oK] S�TE QUALITY CONTROL [NOT U�ED] 27 3.$ SYSTEM STARTUP [N�T USED] 28 3.4 ADJUSTING [NOT USED] 29 3.10 CLEANING (NOT USED] 30 3.11 CLOSEOUT ACTIVITY�S 31 A_ Temporary Facilities �iTY OF Fdi�1� W�RTH PY36-C[Yl :GTftF.F.F RGPAQt ANo xF.[xlN PROCItA1vlANUhIF.AIt SOI]TlI Sll)� MF.n nIST. W.�SS MAIM 1MYROV. STANDARD CONSTRUCTION SPECIFICATIOW DOCUM�NTS 02389 & 02445 Revised July l, 20ll 01 50 00 - 4 TE]ViPORAAY PACILITIES AND CONTROLS Page 4 of A 1 1. Remove all temporary facilities and restore area after completion af the Work, to a 2 condition equal �o or better than prior to start of Work. � 3 3.12 PROTECTION [NOT USED] 4 313 MAINTENANCE [NOT USED] 5 3.14 ATTACHMENTS [NOT USED] 6 END O�' SECTION 7 Revision Log DATE NAME SUMIVIARY OF CHANGE CITY OF FOKT WDRTH FY78-Co9 sT2GL? RGPAlP A[.'� IiECON.PROGRAMA�N1:Alt S011FI{ SInF MtU. UIS'f. W.433 MAINIMI7toV_ STANDARD CONSTRUCTION SPECIFICATiOAT DOCUMENTS �2389 & 02445 Revised Iuiy 1, 20] 1 a�s5a�-� STR��T US�, PERMIT ANI] M�DIFICATIONS TO TRAFPIC COIYTROL Pagc [ uf 3 1 2 SECTION O1 S� �6 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 l. Administrati�e procedures for: 7 a. Street Use Permit S b. Modificatian of appro�ed traffic control 9 c. Removal of Street Signs 10 B. De�iations from this City of Fort Worth Standard Specification 1 I 1. None. 12 C. Related Specificatian Sectio�s include, but are not necessarily limited to: l3 1. Division 0— Bidding Requir�ments, Contract Forms and Conditions of the Coniract 14 2. Division 1— General Requirements IS 3. Section 34 71 13 —Traffic Control 15 l.2 PRICE AND PAYMENT PROCEDURES 17 A. Measurement and Payment 18 i. Work associated with this Item is considered subsidiary to the various �tems bid. i9 No separate payment will be allowed for this Itezr►. 2a 1.3 REFERENCES 21 22 23 24 25 26 1.4 27 28 29 30 31 32 33 34 35 36 37 38 39 A. Reference Standards 1. Reference standards citecE in this specifcation refer to the curren� reference standard pu�lished at the time af the latest revision date logged at the end of this specification, unless a date is specifically cited. 2. Texas Manual an Uniform Traffic Control Devices (TMUTCD). ADMINISTRATIVE REQUIREMENTS �f A. Traf�ic Control j 1. General a. When traffic controI plans are included in the Drawings, pro�ide Traf�c Control in accordance with Drawings and Sectian 34 71 13. b. When traffic control plans are not incIuded in the Drawings, prepare traffic controi plans in accordance with Section 34 71 13 and submit to City for r�view. 1} Aliow minimum 10 working clays for re�iew of proposed Traffic Control. B. Street �Tse Permit I. Prior ta installation of Traffic Contral, a City Street Use Pernr►it is required. a. To obtain Streei Use Permit, submit Traffic Cantrol Plans to City Transportatior� and Public Works Department. 1) Allaw a minimum af 5 working days for permit review. CITY pF PORT WORTH H ris-c� sra¢�r iu;Yncx nr�m xr,coN, rxa;�erm� nrm r�cr,c� sou rr� sinF n�cn n�s�. w�ss nsniN ir,�aov. S"iANDARD CONSTRUCTIpN SP$CIFICATION dOCUME3YTS 02389 & d2445 Re�ised .luly 1, 2�1 ] O] 5526-2 STREET USE PERMTT AND MODIFICATIONS TO TRAFFIC CONTROL Page 2 of 3 1 2) Contractor's responsibiiity to coordinate review of Trafiic Control plat�s for 2 Street Use Permit, such that construction is not delayed. 3 C. Modificatian to Approved Traiiic Control 4 1. Prior to installation traffic cor�irol: S a. Submit revised traffic control plans to City Department Transportation and 6 Public Warks Department. 7 1} Revise Trafiic Control plans in accordance with Sectian 34 71 13. 8 2} AlIow minimum S working days for review oirevised Traffic Control. 9 3} [t is the Contractor's responsibility to caordinate review of Traffic Contral 10 plans for Street Use Permit, such that canstruction is not delayed. I 1 D. Removal of Streei Sign 12 L If it is determined that a street sign must be rem aved for construction, then contact 13 City Transportatian and Public Works Department, Signs and Markings Divisian to 14 remove the sign. 15 E. Temporary Signage 16 1. [n the cas� of regulatory signs, replace permanent sign with temporary sign meeting 17 requirements ofthe latest edition ofthe Texas Manual on Uniform Traffic Control 18 Devices (MUTCD}. 19 2. Cnstall temporary sign before the remova] of permanent sign. 20 3. When construction is complete, to the extent that the permanent sign can be 21 reinstalled, contact the City T3•ansportation and Pubiic Warks Department, Signs 22 and Markings Divisian, to reinstall the perrnanent sign. 23 F. Traific Control Standards 24 I. Traffic Control Standards can be found on the City's Buzzsaw website. 25 1.5 SUBMITTALS [NOT IISED] 26 1,6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 27 1.7 CLOSEOUT SUBMITTALS [NOT USED] 28 1.8 MAINTENANCE MATERIAL SUBM�TTALS [NOT USED] 29 1.9 QUALITY ASSURANCE [NOT USED] 30 L10 DELIVERY, STORAGE, ANTr HAi\ :�I.I1�rG [NOT USED] 31 L11 FIELD [S�T�] CONDITIONS [N4T USED] 32 1.12 WARR.ANTY [NOT USED� 33 PART 2- PRODUCTS (N�T USED] 34 PART 3- EXECUTION [NOT USED] 35 36 END OF SECTION CITY OF FORT WdRTH I'YIR1➢9 S7Rli�l' 1t�PADtAN� RGC()N. PNUCiKAM ANDNGAR 50717 H 3[llEMLD.OISi. W@55 MA[N [Ml'ItOV. STAC�fDARD CONSTRUCTION Sl'EC[PICATION DOCUMEIVTS 02389 & 02445 Revised 7uly 1, 201 l D15526-3 STR�ET USE PERivITT AND MdDIF[CATIONS Tp TRAFFIC CONTAOL Page 3 of3 Revision Log DATE NAME Si]IvIMARY OF CHANGE �'�T� �� �' Q�T W ORT� H'Y18-[;I39 ti'�'R[;�(' [�NAIR ANU HF.CON. PI(OCiItAM A7�I] �[S( SOUI'H SIllF. MFI]. D[Si. Wfi53 MA[N IT�fI'ROV. STANDARD CONS1'RUCT[O%T SPECTFICATION DOCUME3JTS a2389 & 02495 Revised 7uly l, 201 ] f J �1 � .� � f5 �- "�'}�}y, ' � � K G _ , � "� '} `,'�. . �.` � ' d ir�*" 4' P� G C1TY OF FORT WORTfI FYIS—['U9STR8ETRLi1'A1RAN➢RECOMS. &NLARSO[1THSl➢Lh1L•'D. AISTRICT'WeFSIMPROY. 02389 & 02445 ai s� �s- � STORM WAT�R POLLIJTION PREV�1�iTION Page l of 3 1 SECTI�N O1 57 13 2 STORM WATER .POLLUTION PR�VENTION 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Secfion Includes: 6 l. Procedures for Starm Water Aollution Prevention Plans 7 B. Deviations from this City oiFort Worth Stanclard Specification 8 I . None. 9 C. Related Speci�cation Sections include, but are not necessarily limited to: 10 1. Division D— Bidding Requit-ements, Cantract Fo�ns and Conditions of fhe Contract I 1 2. Division 1— General Requirements 12 3. Section 31 25 00 — Erosian and Sediment Control 13 1.2 PRICE AND PAYMENT PROCEDURES 1.4 A. M�asurement and Payment IS 1. Construction Activities resulting in less than 1 acre of disturbance 16 a. Work associated with this Item is considered subsidiary to the various Items 17 bid. No separate payrr►ent will he allowed for this IEem. 18 2. Construction Activities resulting in greater than l acre of disturt�ance 19 a. Measuremeni and Fayment shall be in accorda�nce with Sectios� 31 25 00. 20 1.3 REFERENCES 21 A. Ab6reviations and Acronyms - 22 1. Notice of Intent: NOl 23 2. Notice pf Termination: NOT 24 3. Storm Water Pollution Prevention Plan: SWPPP 25 4. Texas Commission on Environtnental QUality: TC�Q 26 5. Notice c� Cliange: NOC 27 A. Reference Standarcls 28 1. Reference standards cited in this Specifcation refer to the current reference 29 stas�dard published at tlae time of the latest revision date logged at the end af this 3a Speci�icatian, unless a date is specifically cited. 31 2. Integrated Storm Management (iSWM) Technical Manual for Construction 32 Controls 33 1.4 ADMINISTRATIVE REQUIREMENTS 34 A. General 35 1. Con�ractar is responsihle for resolution and payment of any f[nes issued associated 36 with compliance to Stprmwater Pollutipn Prevention Plan. 37 B. Construciion Activities resulting in: C[TY OF FORT W dRTH nrial;�� srae�r iu �nik nrm accoN_ vRc�ru�r.� n.ivn n�n� sourx sinF.,,�c�z ois r. w�ss n,rnrta inevxov_ STAIVDARI3 CONSTRUCI'TOIV SP�CIPICATION �OCUMENTS (J2389 & 02445 Revised July 1, 201 l 015713-2 STORM WATER PdLLUTlON PREVEiVT10N Page 2 of 3 1 2 3 4 S 6 7 8 9 ia 1� 12 13 14 15 I6 17 18 19 20 21 22 23 24 25 25 27 28 29 30 3I 32 33 34 35 36 37 38 1. Less than l acre of disturbance a. Provide erosion and sediment control in accardance with Section 31 25 00 and Drawings. 2. 1 ta less than 5 acres of distur6ance a. Texas Pollutant Discharge Elimination System (TPDES) General Canstruction Permit is required b. Complete SWAPP in accordance with TCEQ requirements 1) TCEQ Sma11 C�nstruction Site Notice Required under general permit TXR 150000 a) Sign and post at job site b) Prior to Preconstruction Meeting, send 1 copy ta City Department of Transportation and Public Works, Environmental Division, (&17) 392- 6088. 2) Pro�ide erosio:n and sediment control in accordance with: a) Sectiot� 31 25 00 b) The Drawings c) TXR150000 General Permit d) SWPPP e} TCEQ requirements 3. 5 acres ar more of Disturbance a. Texas Pollutant Discharge Eli�tnination Systerr� (TPDES) General Construction Pern��t is required b. Complete S WPPP in accordance with TCEQ requirements 1) Prepare a TCEQ NOI form and submit to TCEQ along with required fee a) Sign and post at job site b) Send copy to City Department of Transportation and Public Works, Environmental Division, {817) 392-6fl8$. 2) TCEQ Notice of Change required if making changes or updates to NOI 3} Provide erosion and sediment control in accordance with: a) Section 31 25 QO b) The Drawings c) TXR15000Q General Permit d) SWPPP e) TCEQ requirements 4} Once the project has been cotx�pleted and ali the closeout requirements of TCEQ have been met a TCEQ Notice of Termination can be submitted. a) Send copy to City Depat-tment of Transportatian and Public Works, �nvironmental Divisiqn, (817) 392-6088. 39 1.S SUBMITTALS 40 4I 42 43 44 45 45 47 A. S WPPP 1. Submit in accardance with Section Ol 33 00, except as stated herein. a. Prior to the Preconstruction Meeting, submzi a draft copy of SWPPP to the City as follows: 1) 1 copy ta the City Praject Manager a} City Project Manager will forward to the City DeparMaent af Transportation and Public Works, Environmental Division for review B. Madified SWPPP CITY DF EORT WORTH FY18-CC19 Sl'LtEfil' ItGPAIR A�71i�[ oN.YRDGKAMANFI NF.AR SOl1TL15[�GMCP o[51'_ W&53 MAI[�F IMPItOV. STANDARD CONSTRUCTIpN SPECITICATI03J DOCUMENTS 02389 & 02445 Aevised July I, 20L 1 O1 S7 E3-3 S"I'ORM WATER POLLUTIQN PREVENTTdN Paga 3 of 3 1 1. Ifthe SWPPP is revised during constructian, resubmit modified SWPPP to the City 2 in accordance with Section Q1 33 04. 3 1.6 ACTION SUBMITTALS/INRORMATIONAL SUBMITTALS [NOT U�ED] 4 1.7 CLOSEDUT SUBMITTALS [NOT USED] 5 L8 MAINTENANCE MATERIAL SUBMITTALS [NOT U�ED] b �.9 QUALITY ASSURANCE jNOT USED] 7 1.1Q DELIVERY, 5TORAGE, AND HANDLYNG [NOT USED] 8 111 FIELD [SITE] CONDITIONS [NOT USED] 9 112 WARRANTY [NOT USED] 10 PART 2- PRODUCT� [NOT USED] i 1 PART 3- EXECUTION [NOT USED] 12 13 END OF SECTIQN ttevision Log DATE NAME SUMMARY OF CHANGE 14 � CIT1' OF FOAT W ORTH r rie-r-o9 srxr�cr aErnuc nrm eFcn�, rRocw,mi nNn xrnx sovl'x siar: MFn. rnsr. wass nnaiN immxov, STANDARD CONSTRUCTIOtV SPECIFICATION DOCUMENTS 02389 & 02945 Revised July 1, 2011 ,� l� A� - � � �� + � t. I a ' � '� ��' ' . . �� .� + �.r� � � �� . � • �• � �� ,� CITY OP FdRT WORTH FYIB -('O 9 S7'R87•.7'RFPRIR AND RLCONS. R NL•'.412 SOtITHSIDEMI:U. UI5THICT W&SIMYI{Oi : 02389 & 02445 O] 58 13 - I TEMpORATtY PR03�CT SIGNAG� Page ] of2 � 2 3 PART1- GENERAL 4 5 6 7 8 9 �a 11 12 13 14 15 16 I7 18 19 Za 21 SECTION Ol �8 13 TEMP4RARY AROJECT SIGNAGE �.1 SUMMARY A. Section IncIudes: 1. Temporary Project Signage Requirements B. Deviations from this City ofFo�t Worth Standard Specification 1. None. C. Related Specifcatian Sec�ions include, but are not necessa.rily limited to: 1. Division 0— Bidding Requirements, Co�itract Forms and Conditians of the Cantract 2. Division 1— General Rec]uirements 1.2 PRICE AND PAYMENT PROCEDLTRES A. Measurement and Payment I. Work associated with this Item is considered subsidiary to the various Items bid. Na separate payment will be allowed far this Item, I.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.� SUEMITTALS [NOT USED] 1.6 ACTIQN SUBMITTALS/IN�ORMATIONAL SUBMITTALS [NOT USED� L� CLOSEOIIT SUBMITTALS [N4T USED] 1.8 MAINTENANCE MATERIAL SUBM�TTALS [NOT USED] 22 1.9 QUALITY ASSURANCE [NOT USED] 23 1.10 DEL�VERY, STORAGE, AND HANDLING [NOT USED] 2� 1.11 FIELD [SITE] CONDITIONS [NOT iTSED] 25 1.12 WARRANTY [NOT iTSED] 26 27 28 29 30 3i 32 33 34 PART 2 - PRODUCTS �.1 OWNER-FURNISHED [oR] OWNER-SUPPLIEDPRODUCT� �N4T USED] �.2 EQUIPMENT, PRODUCT TYPES, AND MATERIALS A. Design Crit�zia 1. Provide free standing Project Designation Sign in accordance with City's Standard Details far praject signs. B. Materials 1. Sign a. Constructed of 3/4-inch fir plywaod, grade A-C (exterior) or better CITY QF FO�ZT WORTH A'YIA-[:D9$ry'RGE('IttpASHAN6R�CUN_NROGR/�MAT�pNtqNS()UTIISIDGIN�i] UiST_W&SSMA1NItJil'HCYV. STANDARD COWSTRUC'PId1�I SPECIFICATIdN DOCUMENTS 02389 & fJ2445 Revised Iuly l, 2D11 015813-Z TEMPORARY PROJECT SIGNAUE 1'age 2 of 2 1 2.3 ACCESSORIES [N4T USED] 2 2.4 SOURCE QUALITY CONTROL [NOT USED] 3 PART 3 - EXECUTION 4 3.1 INSTALLERS [NOT USED] 5 3.2 �XAMINATION [NOT USED] 6 3.3 PREPARATION [NOT USED] 7 3.4 INSTALLATION S A. G�neral 9 1. Provide vertical installation at extents of p:roject. � Yp 2. Relocate sign as needed, upon request of the City. l l B. Mounting aptions 12 a. Skids I3 b. Pasts I4 c. Barricade IS 3.5 REPAIR / RESTORATION [NOT USED] 16 3.6 RE-INSTALLATION [NOT USED] � 7 3.7 FIELD [ou] S�TE QiTALITY CONTROL [NOT USED] 18 3.8 SYSTEM STARTUP [NOT USED] 19 3.9 ADJUSTING [NOT USED] 20 3.10 CLEANING [NOT USED] 21 3.11 CLOSEOUT ACTNTI'IES [NOT USED] 22 312 PROTECTION [NOT USED] 23 3.13 MAINTENANCE 24 � .. General 25 �i 1. Maintenance will include painting and repairs as needed or directed by the City. 26 3.14 ATTACHMENTS [NOT USED] 2� END OF SECTION Revision Log DATE NAM� ST.TMMARY O�' CHANGE 28 CITY OF FORT WQRTH FYIR-CIY9 YC2P.Ci RF.PAI2M1pRF.CON. PROCRAMAN➢NGAR RU�Tll SFDE MEU. E7[3T. w&SS MAiN IMI'ROV. STANDARD CONSTRUCTION SPECiFICATION DOCUMENTS 023&9 & 02445 Revised duly l, 201 [ o i 60 00 PRODUCT REQU�REMENTS Page 1 of 2 SECTI4N Ol 60 00 PRODUCT REQUIREMENTS PART1- GENERAL 1.1 SUMMARY A. Section Includes: l. References for Product .Requirements and City Standard Products List B. Deviations from this City of Fort Worth Standard 5pecifcation t . None. C. Related Specii►cation Sectians include, but are nof necessarily Iimited to: ]. Division 0- Bidding R�quirements, Contract Forrns and Conditions of the Contract 2. Division 1-- General Requirements L� PRICE AND PAYMENT PROCEDURES [NOT USED] 1.3 REFERENCES [NOT USED] X.4 ADMINISTRATTVE REQUIREMENTS A. A list of City approved products for use is available tf}rough the City's website at: https://apps.foriworthtexas.govlProjectResaurces/ and foilowing the directory path; 02 - Construction Documents/Standard Products L�st B. Only praducts specificalIy included on City's Standard Product List in these Contract Documents shall be allowed for use on the Project. 1. Any subsequently approved products will only be allawed for use upon specific approval by the City. C. Any specific product requirements in the Contract Documents supersede similar products included on the City's Star�dard Procfuct List. 1. The City reserves the right to not aIlaw pz-oducts to be used for certain projects even though the product is listed on the City's Standard Protluct List. D. Althaugh a specific product is i�cluded an City s Sfandaed .k'roduct List, not all products from that manufacturer are approved for use, including but not limited to, that manufacturer's standacd product. E. See Section O1 33 40 for submittal requirements of Product Data included on City's Standard Product List. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBM�TTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [N�T USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY A�SURANCE [NOT USED] CITY OF FO[ZT W�RTH ry ia�;u� s-rxcGr kH.i>nm a.Nv Kr:mrr. eixocknM nrau r�na sourH sio� n�w. nEcr. w&� Mnm� rn,�xov. STANDARD CONSTRUCTION SPECIFICATION DQCUMENTS 02389 & 02445 Revised March 9, 2D20 o i 6a o0 PRODUCT REQUIREMENTS Page 2 of 2 1.10 DELNERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] l.i� WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTYON [NOT USED] END OF SECTI�N C ITY OF PORT WOIZTH F Y16-CD9 � Fili�:1' ItLPAIR ANU [EL•COil'. YKOCA.4M AND NEAR 507] €H JIbI'i taSD. DISI'. W&SS MA� ��OV. STANDAIZD CONS"FRUCTTON SPECIFICATION BOCUMENCS O1389 & d24A5 Revised March 9, 2020 a i 66 ao - i PROI]UCT STORAGEAND HANDLiNG REQUIREMENTS T'age 1 of 3 I a sECTio�v al �6 00 PRODUCT STORAGE AND HANDL[NG REQU�REMENTS 3 �ART1- GENERAL 4 11 SUMMARY 5 A. ,Section Inciudes: 6 1. Scheduling of procluct delivery 7 2,. Packagir�g of products far deli�ery 8 3. Pratectiqn of products against damage from: 9 a. Handling la b. Exposure to elements or harsh en�iroiunents I1 12 l3 14 15 16 i.2 17 18 19 aa 1.3 B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Reiated Specification Sections include, but are not necessarily limited ta; 1. Division 0— Bidding Requirements, Contract Forms and Gonditians of the Contract 2. Division i— General Requirements PRICE AND �AYMENT PROCEDURES A. Measurement and Payment I. Work associated with this Item is considered subsidiary to the various Iterr►s bid. No separate payment will be allowed far this Item. REFERENCES jNOT USED] 21 1.4 ADMINISTRATIVE REQUIREMENI'S [NOT USED] 22 1.5 SUBMITTALS [NOT USED] 23 1.6 ACT�ON SUBMITTALS/IN�'�DTtMATIONAL SUBMITTALS [NOT iTSEDj 24 1.7 CLQSEOUT SIIBMITTALS [N�T USED] 25 1.8 MAINTENANCE MATERIAL SUEMITTALS [NOT USED] 26 1.9 QUALITY ASSURANCE [NOT IISED] 27 28 29 3Q 3I 32 33 34 35 36 1.10 DELIVERY AND HANDLING A. Deli�ery Requirements 1. Schedule c�elivery of products or equipment as required to allow timely installation and to avoic! prolonged storage. 2. Arovide appropriate personnel and equipment to receive deliveries. 3. Delivery trucks wil] not be permitted to wait extended periods of time on the Site far personnet ar equipment to receive the delivery. 4. Deli�er products or equipment in manufacturer's original u�abroken cartons or other containers designed and constructed to protect the conter�ts frarn physical ar enviranmental damage. CITY dF FORT W OIiTH F n ac� srre�r:r Rr.rnuz w�n Rr,coh. vxnc;xwn� a.wll n�,nR so�n H sm� Nu:u orsr. wass Mnrrr wu�kov_ STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS D2389 �c 02445 Revised 7uly l, 2D] 1 oi 66oa-z PRODUC'f STORAGE AND HANDLIhIG REQt11REMENTS Page 2 of 3 1 2 3 4 5 6 7 8 9 10 11 12 13 14 i5 1G 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 5. C�early and fully mark and identify as ta manufacturer, item and installation location. 6. Provide manufacturer's instructions for starage and handling. B. Handling Req�irements 1. Handle products or equipmeni in accordance with these Contract Documents and manufacturer's recommendations and instructi�ns. C. Storage Requirements 1. Store materials in accorcEance with manufacturer's recommendations and requireznents of these Speciftcations. 2. Make necessary provisions for safe storage of materials and equipmeni. a. PIace loose soil materials and materials to be incorporated into Work ta prevent da�nage to any part of Work or existing facilities and to maintain free access at all times to all paris of Work and to utility service company installations in vicinfty of Work. 3. Keep materials and equipment neatly and compactly stored in locations that will cause mi��im�am inconvenience to other contractors, public traveI, adjoining owners, tenants and occupants. a. Arrange siorage to provide easy access for inspection. 4. Restrict storage to areas available an constructi�n site for starage of material and equipment as shown on Drawings, or approved by City's Projec� Representative. 5. Provide off site storage and protection when on-site storage is not adequate. a. Provide addresses of and access to off-site storage locations for inspection 6y City's Project Representaiive. 6. Do not use lawns, grass plots or other private property for storage purposes without written permission of awner or other person in possession ar control af �aremises. 7 8 9. ra Store in man�afacturers' unopened cantai:ners. Neatiy, safely and compactly stack materials delivered and stared along line of Woric to avoid inconvenience and darz�age to praperty own�rs and general public and maintain at least 3 feeC frozri �re hydrant. Keep public and private driveways and street crossings open. Repair or replace damaged lawns, sidewalks, streets or other improvements to satisfaction of City's Project Representative. a. Total length which materiaIs may be distributed along route of cans#ruction at one time is 1,000 linear feet, unless otherwise approved in writing by City's Project Representative. 1.11 FIELD [S�TE] CONDTI'IONS [NOT USED] 1..12 WARRANTY [NOT iTSEDj 38 PART 2- PRODUCT� [NOT USED] 39 PART 3 - EXECUTION 40 CITY OF FOIZT WORTH }'Y18-C�9 STREF.T RFPAIItAND FLECON. YROGllAMA�ICINtAIt 901RI! SIDE MF.R oisf. W855 MAfN IMPRUV. STANDARD COI+fSTAUCTION SPECIFICATION DOCUMENTS 02359 & 02445 Revised ]uly 1, 201 I Olb60Q-3 PItOI�UCT S'1'QRAGE AND F[ANdLING REgiJIREME;NT5 Pxge 3 of 3 1 3.1 INSTALLERS [NOT USED] 2 3.2 EXAMINATI�N [NOT USED] 3 3.3 PREPARATION [NOT USED] 4 3.4 ERECTION [NOT USED] 5 3.5 REPAIR / RESTORATION [NOT USED) 5 3.6 RE-INSTALLATION [N4T USEDj 7 3.7 FIELD [oK] SITE QIIALITY CONTROL 8 A. Tests and Inspections 9 1. Inspect all products or equipment delivered ta the sit� prior to unloading. IO B. Non-Co�forming Work 11 1. Reject alI products or equipment that are damaged, used or in any other way 12 unsatisfactory for use on the praject. 13 3.8 SYSTEM STARTUP [NOT USED] 14 3.9 ADJUSTING [NOT USED) 15 3.10 CLEANING [NOT USED] 16 311 CL�SEOUT ACTYVIT�ES [NOT USED) 17 3.12 PRQT�CTION 18 A. Pmtect all products or equipmeni in accordance with manufacturer's written directions. I9 B. Store products or equipmenf in Iocation to avoid physical damage to iterns while in 2U storage. 21 C. Protect equipment firom exposure to elements and iceep thoroughty dry if required hy 22 the manufacturer. 23 3.13 MA�NTENANCE [NOT USED� 24 3.14 ATTACHMENTS [NOT USED] 25 26 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 27 CiTY OP FdRT W QRTH r• v i al;�n sax�cr ar�aux nrm xr;coN. Nxucx,Un nwr�r�cnii so�rx smF Mr;n oisr_ w�ss nan�rr u.�vxov. STANDARD CONSTACJCTiON SPECIEICATION DOCiJMENTS D2389 & 02445 Revised July l, 201 L .� �' � � , � :� - r� � '74 � � _\ �� ~'� CITY OF FORT WORTH L�YIS—C'D 9STRIIiTRL!'AIR�lND ItLY'ONS � NEdR 5UUl'HSIIJF.MED. DIS"l'12fCTW&SIMPItOV. nz3s9 � a24as oi �000-� MOBILIZATIdN ANII REMOBI�,IZAT40N Page [ of 4 2 3 PART1- GENERAL SECTION O1 7� 00 MOBII,IZATION AND REMOBILIZATION 4 1.1 �UMMARY 5 A. Section Includes: 6 7 8 9 10 I1 12 13 14 15 tG l7 18 19 Za 2I 22 23 24 25 26 27 28 29 30 31 32 33 34 35 3b 37 38 39 40 41 42 43 44 45 1. 7 a Mobilizatio� and Demobilization a. Mabilizatiar� 1} Transp�rtation of Contractor's personnel, equipment, attd operating supplies to the Site 2) Establishm�nt of necessary general facilities for the Contractor's operation at the Site 3) Premiums paid for perfarmance and payment bonds 4) Transportation of Contractor's personnel, equipment, anc! operating supplies to another location within the designated Site 5) Relocation af necessary genera] facilities for the Contractor's pperation from l location to another location on the Site. b. Demobilization 1) Transportation ofContractor's personnel, equipment, and aperating supp]ies away from the Site including disassembly 2) Site Clean-up 3) Remova] of all buildin�.s ancl/or ather facilities assembled at the Site for this Contract c. Mobilization ancE Deinobilization da not include acti�ities for speciftc items of work that are for which payrnent is provided elsewhere in the con#ract. Remobilization a. Rema6ilization for Suspension of Work specifically required in the Contract Docun�ents or as required by City includes: 1} Demabilization a} Transportatiar► of Cantxactor's personnel, equipment, and operating suppli�s from the Site including cfisassembly or temporarily securing equipment, supplies, and other faciliti�s as designated by the Contract Documents necessary to susgend the Work. b) Site Clean-up as designated in the Contract Documents 2) Remobilizatian a) Transportation of Contractor's personnel, equipment, and operating supplies to the Site necessary to resume the Work. b) Establishment of necessary general facilities for the Contractar's operation at the Site necessary to resume the Work. 3) No Payments will be made for: a) Mobilization and Demabilization frarn one location to another on the Site in the nornrial pragress pf performing the Work. b) Stand-by or idle time c} Lost profi#s Mobilizations ar�d Demobi�izatipn for MiscelIaneous Projects a. Mobilization and Demobilization C1TY OP FORT WORTtl �Y18-l:F]9 STRLCC Ii�PA1R �plp RL•CUN. PItOCItAM ANI7 WEpR gUifCH SI�� Nil 1J �15T. W�$$ ��N IMF'ROV. STANDARD CONSTRUCTION SPFCIFICAT[ON DOGUMENTS 02359 & 02445 Revised No�ember 22, 2016 oi 7ooa-z MdB1LIZA'fCDN AND REMOBILiZAT10M Page 2 of 4 9 l0 11 12 13 f4 15 ]6 i7 18 19 20 21 1} Mobilization sha11 consist of the activities and cost on a Wark Order basis necessary for: a) Transportation of Contractor's personnel, equipment, and operating supplies to the Site for the issued Work Order. b) Establishment of necessary general facilities for the Gantractor's operation at the Site for the issued Work Ordet 2) Demobilization shall consist of the activities and cost necessary for: a) Transportation of Contractor's personnel, equipment, and operating supplies from the Site inc�uding disassemhly for each issued Work Order b) Site Clean-up for each issued Work Order c} Removal of all buildings or other facilities assembled at the Site for each �Uork Oder b. Mobilization and Demobilization do not include activities for specific items of wark for �vhich payment is provided elsewhere in the cot�t�•act. 4. Emergency Mobilizations and Demabilization for Miscellaneaus Projecis a. A Mabilization for Miscellaneaus Projects when directed by the City and the mobilization accurs withir� 24 hours of ih� issuance of the Work Order. B. Deviations from this Ctty of Fort Worth Standard Speci�cation 1. None. C. Related Specification Secfions include, but are not necessarily li�nited to: 22 1. Division 0— Bidding Requirements, Cantract �'orms and Conditions of the Cantrac# 23 2. Division 1— General Requirements 24 1.2 PRICE AND PAYMENT PROC�DURES 25 A. Measurement and Payment [Consult with City Transportatian and Public Warks 2b Department foa- direction on if Mobilization pay iiem to be included or the item should be 27 suhsidiary. Include the appropriate Section 1.2 A. 1.] 28 1. Mobilizatian and Demobilizatior� 29 MOBILIZATION AND DEMOBILIZATION FOR PAVING, WATER AND 30 SANITARY SEWER WILL BE A SUBSIDIARY AND NOT A SEP�TE PAY 31 ITEM. 32 a. Measure 33 1} This item for Water/Sewer i�nprovements is considered subsidiary to the 34 various Items bid. 35 2) "Mobilization — Aaving," and/or "Mobilization — Paving" will be measured 36 by the lump sum or each as the wark progresses. Mobilization is calcuiated 37 on the base bid only and will not be paid for separately on any additive 38 alternate iiems added to the Contract. 39 3) Demobilization shall be considered subsidiary to the various bid items. 40 41 42 43 44 45 46 47 b. Payment 1) The work performed and materials furnished in accordance with this Item fqr Water/Sewer improvetnents are subsidiary to the various Items bid and no oiher compensation will be allowed. 2} "Mobilizatian — Paving," and/or "Mobilizatian — Paving", the adjusted Contract amount will be calculated as the total Contract amouni %r pauing, drainage or paving/drainage improvements less the lump sum for mobilization. Mobilization shall be made in partial payments as follows: CITY OF FORT WORTfi FYiR-C[59 S7HF.Ff REPAIK AN6R�CON. PROGRAMAN�NF,AR SpUTH SIOF MED_ ills I'_ W�SS MAINI�BOV. STANDARD CONSTRUCTTON SPBCIFICATION DQCUFv1ENTS 02354& 02445 Revised November 22, 201G o� �aoo-3 MdS1LIGAT]QiV AiQD R�MOBILTZATEO�I Page 3 of4 1 a) When l% of the adjusfed Contract amount for canstrvction Items is 2 earned, 54% of the mobilization lump sum bid will be paid. 3 b) When 5% of the adjusted Contract amount for construction Items is 4 earned, 75% of the mobilization lump sum bid will be paid. Previous 5 paytx�ents under the Item will be deduc�ed from this amount. 6 c} Wh�n 10% af the adj usted Contract ampunt for construction Items is 7 earned, 10d% af the znobilizatian lump surr► bid wili be paid. Previous S payments under the Item will be deducted from this amount. 9 d) A bid containing a tatal for "MobiEization" in egcess of 6% of total ]0 paving, dr:tinage or paving/drainage contract shall be considered I 1 unbaEanced and a cause for eansideratian of rejection. 12 3) The work perfarmed and materiats furnished for demobilization in 13 accordance with this Item are subsidia�y to the various Items bid and no other 14 compensation will be allowed. 15 16 17 18 i9 2Q zi 22 23 24 25 2b 27 28 2. Remobilization for suspensian of Work as specifically required in the Contract Documents a. Measurement 1) Measurement for this Item shall be per each remohilization performed. b. Fayment 1) The wark perforrned and materiais furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price per each "Specified Rernobilization" in accordance with Contract Dacuments. c. The price shall include: 1) Demobilization as described in Section 1. l.A.2.a.1 } 2) Remobilization as described in Section 1.1.A.2.a.2) d. No payments witl be made for standby, idle titne, or last profits assaciated this Item. 29 3. Remobilization for suspension of Work as required by City 30 a. Measurement and Payment 31 1) This shall be submitted as a Contract Claim in accardance with Ariicle lQ 32 of Section 04 72 00. 33 2) No payments will be made for standby, id�e time, or lost profits associated 34 �vith this Item. 35 36 37 38 39 4D 4I 42 43 44 45 4G 47 48 49 4. Mobil���1 �ns and Demobilizations for MiscelIaneous Projects a. Mea� �rement 1) Measureznent for this Item shall be for each Mobilization and Demobilization reyuired by the Contract Documents b. Payment 1) The Work performed and materials furnished in accordance with this Item ar�d measured as provided under "Measurement" will be paid for at the unit price per each "Work Order Mobilizatipn" in accordance with Contract Documents. Demobilization shall be considered subsidiary tfl mabiiization and shall not be paid for separately. c. The price shall include: 1) Mobilizat�on as described in Section 1.1.A.3.a.�) 2) Demobilization as described in Sectian 1.1.A.3.a.2} d. No payments will be made for standby, idle tizne, ar lost prafits associated this Item. CITY OP FOitT WORTH F'Y1R-Cn95TRFLTIiGPAIkANbHGCON_YRCXiRAMANDNPsA[iS�U'1'H31Uf:MF.D.DIF7, W1�SSMAfNIMPAOV_ STANDARD CONSTRUCT[OiQ SPEC[FICATION DOCU3vIENTS 02389 & 02445 Revised I�ovember 22, 201 b oi �oon-4 MOBILIZATIOIV AND ItEIVIOBILIZATIO[�f Page 4 of 4 1 5. Emergency Mobilizations and Demobilizatians for Miscellaneous Projects 2 a. Measurement 3 1) Measurement for this Item shall be for each Mobilization and 4 Demobilization required by th� Contract Documeni�s 5 b. Payment 6 1) The Work performed and maierials furnished in accordance with this Item 7 and measured as provided under "Measurement" will be paid for at th� unit 8 pz'ice per each "Work Order Emergency Mobilization" in accordance with 9 Contract Documents. Demobilizatian shall be considered subsidiary to 10 mobilization and shall not be paid for separately. 11 c. The price shall include 12 1) Mobilization as described in Section 1.1.A.4.a} 13 2) Demobilization as described in Section 1.1.A.3.a.2) 14 d. No payments will be imade for standby, idle time, or lost profits associatecE this 1 S Item. 16 1.3 REFERENCES [N�T USED] 17 1.4 ADMINISTRATIVE REQUIREM�NTS [NOT USED] 18 1.5 SUBMITTALS [NOT USED] 19 1.6 INF�RMATIONAL SUBMITTALS [NOT USED] 20 1.7 CL�SEOUT SUBMITTALS [NOT USED� 21 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 22 1.9 QUALYTY ASSURANCE [NOT iTSEDJ 23 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED� 24 1.1.1 �'IELD [SITEJ CONDITIONS [NOT US�D] 25 1.12 WARRANTY [NOT USED] 26 PART 2- PRODUCTS [NOT USED] 27 PART 3- EXECUTION [NOT USED] 28 29 END OF SECTYON Revision Log DATE NAME STIMMARY OF CHANGE 11/22/16 Michael Owen �•2 Pr�ce and Payment Procedures - Revised specification, including blue te�ct, to make speciiicatian flexible for either subsidiairy or paid bid item for Mobilizatian. CITY OF FORT WOTiTH FYIft-1:ll93TRIIL•TRF.P/�7KANDKCCON.PROC[tAMAN�NGAIiSP�17'HS1bEM&D.DI57.W�SSMWNIMPROV STANDARD CONSTRUC'fION SPECIFICATIdl�i DOCUNiENTS 02389 cPc 02445 Revised November 22, 2016 � Sectian O� i123.O� � A�t��hment � �uruey Stakin� Standards February 2017 J:�140402�Specifications�COFW-Specifications - Unit 2\Div 01-General Requirements�01 7123.16.01 Attachment A_5ur�ey Staking Standards.docx Page 1 af 26 These procedures are intended to provide a standard methad for construction staking services associated with the Gty of Fort Worth prajects. These are not to be considered ail inclusive, but only as a general guideline. For projects on TXDOT right-of-way or through jaint TXD07 participation, adherence to the TX�UTSurvey Manua! shall he followed and if a discrepancy arises, the 7XDOT manual shall pr'evuil. (http://onlinerr�anuals.txdot.�ov/txdottnanuals/ess/ess.adf) If you have a unique circumstance, please consult with the praject rrtanager, inspector, or survey department at 817-392-7925. iable of Con�enis I. City o# Fort Worth Contact Informatian II. Canstruction Colors III. 5tandard Staking Supplies IV. 5urvey �quipment, Control, and Datum Standards V. Water Sta�Cing VI. Sanitary Sewer Staking VII. Storm Staking VIII. Curb and Gutter Staking IX. Cut Sheets X. As-6uilt Survey J:\140402\Specificatians�COFW-Specifications - Unit z�Div 01-General Requirements\017123.16.01�Attachment A_5urvey 5iaking 5tandards.docx Page 2 of 26 I. Sur�e De artmen� Confiact Infiormation Physical artd rr�ai{ing address: $851 Camp Bowie West Boule�ard Suite 3Q0 Fort Worth, Texas 76116 Office: (817) 392-7925 Sur�ey Superintendent, direct line: (8Z7j 392-8971 If. Consirucfiion �ofors The following colors shall be used for staking or id�ntifying features in the field. This includes flagging, paint of laths/stakes, paint of hubs, and any identification such as pin flags if necessary. Utility Colar PROP05ED EXCAVATiON WHITE ALL ELECTRiC AND CONbl11T5 • a POTABLE WATER GAS OR OIL ��f�_���+� TELEPHONE/FfBER QPTIC p���E SURV�Y CONTROL POfN75, BENCHMARKS, R~ PROPERTY CORNERS, RIGHT-OF-WAYS, AND ���l� ALL PAVING INCLUDING CURB, SIDEWALK, BUILDING CQRNERS SANiTARY SEWER � ;;{ �,:�7+� IRRIGA710N AND RECLAIMED WATER �I�ul: � III. Standard Stakin� Supplies J:�140402�5pecifications�COFW-5�ecifications - Unit Z�Di� 01-General Requirernents��2 71 �3.16.01 Attachment A_5ur�ey 5taking Standards.docx Page 3 ofi 26 It�m N�inimum size I�. Sur�e� �quipment, Con�ral, and_ �atum Standards A. City �enchmarks All city benchmarks can be found here: htt : fortworthtexas. ov itsolutions GI5 Laoic for `Zoning Maps'. Under `Layers' , expand `Basemap Layers', and c�eck on `Benchrnarks'. B. Can�entional or Robotic Total Station Equipment I. A minimum of a 10 arc-second instrument is required. I I. A copy of the latest calibration reporC may be requested by the City at any time. It is recommended that an instrument be calibrated by certified technician at feast � occurrence e�ery 6 months. C. Network/V.R.S. and static GPS Equipment I. lt is critical that #he surveyor verify the correct horizontal and �ertical datum prior cammencing wark. A site calibration may be required and shalk consist of at least 4 contra! points spaced evenly apart and in varying c{uadrants. Additional field checks of the horizontal and vertical accuracies shall be completed and the City may ask for a copy of the calibration report at any time. Network GPS such as the Western Data 5ystems or SmartNet systems may be used for staking of property/R.O.W, forced-main water lines, and rough-grade oniy. R�a Gp5 stakin for concre#e sanitar sewer storm drain final rade ar an thin that needs vertical radin with a talerance of Q.25' or less is allowed. D. Controf Points Set I. All control points set shali be accompanied by a lath with the ap�rapriate Northing, Easting, and Elevation {if applicable) of the point set. Control paints can be set rebar, `X' in concr�te, or any other appropriate item with a stable base and of a semi-perman�nt nature. A rebar cap is optional, but preferred if the cap is mar[ced `cor�trol point' or similar ward'mg. Datasheets are required for all contral points set. Datasheet should include: A. Horizontal and Vertical Datum used, Example; N.A.D.$3, North Central Zone 4202, NAVb 88 Ele�ations B. Grid or graund distance. —[f graund, provide scale factor used and base point coordinate, �xample: C.S.F.=0.999125, Base point=North: 0, �ast=0 C. Geoid model used, Example: GEOIb12A J:\140402�5pecifications�COFW-Specifications - Unit 2\Div 01-General Requirements\017123.16.01_Attachmer�t A_Survey Staking Standards.docx Page 4 of z6 E. Preferred Grid DaEum Althoug� many plan sets carr be in surface coordinates, the City's preferred grid daturrt is listed below. Careful consideration must 6e taken to �erify what datum each project is in prior to beginning work. It is essential the sur►�eyar be far-niliar with coordinate transfiormations and hnw a grid/surface/assumed coordinate system affect a project. Proiected Caordinate System: NAD_1983_StatePlane_Texas_North_Central_FIP5,�4202_Feet Projection: Lambert_Canformal_Conic False�Easti ng: 1968500.00000000 False_Northi ng: 6561666.65656567 Central Meridian: -98.50000000 Standard Parallel 1: 32.13333333 Standard Paralle! 2: 33.96656567 Latitude_Of Origin: 31,fifi56S667 Lin�ar Unit: Foot US Geographic Coordinate System: GC5_iVorth_American_1983 batum: D Narth American 1983 Prime Meridian: Greenwich Angular llnit: Degree Nate: Regardless of what datum each particular praject is in, deli�erables to the Gity must be cc�rtverted/trans[�tec! into tF�is �areferred grid datum. � copy a�the deli�erab(e shauld be in the �raject da��am {wha�ever it may be} and 1 copy should be in the NAR83, i� �Jor�h Centra� 4202 zorte. See_Preferred File Naminq Conventiar� befow F. Preferred Deli�erable Format .txt .csv .dwg .�ob G. Preferred Data Format P, N, E,Z, D,AI Point Number, Northing, Easting, Elevation, Description, Nates (if applicable) H. Preferred File Naming Con�ention This is the preferred format: City Project Number_Description_Datum.cs� Exarn !e far a�-o'ect that has surface coordinates which must be translated: File %; C1234_As-built of Water on Main Street Grid NAD83 TXSP 4202.csv L•�140402�Specifications�COFW-Specificatians - Unit 2�Di� 01-General Requirements�01 7123.�6.0�._Attachment A_5urvey 5taking Standards.docx Page 5 of 26 File 2: C1234 As-built of Water on Main Street_Project Specific Datum.csv E�carnple Control Stakes J:\1404D2�5pecifications�COFW-5pecifications - Unit 2\Div 01-General Requirements�017123.16.01_AttachmenY A Survey 5taking Standards.docx Page 6 of 26 � .�' ..� �_ ��_� 4�'�.� �� �._..�—. —� �_ _� �_�� L� i i�� � �_ �� � i � �� �"J J � I� .. ; � I�11 '_ " — �_ , �. �a 1�1�� r [ I I —� i I� EL, =-= 1 �t�. �E7° � VJ �T.i - . i!.. , .i �� I - r,� .1 � 1, J iri � � � I �I �E J � �r� � _�{ � � t.:� _� (.��' �� � I��= �i��i�,�� ;, "1 � I �� -.l I:,i 4 t" ,""} #�. E=��L��_���k a t-, �i - l,J � ' i .i �il _L � � I� __ L� +� TC � � .i � � ��.I �. a ^ 1,11 4 �� � i� � u t � �� ���=� t. � � �. lNa�er Sgakin� Standards J:�14(140Z�5pecifications�COFW'Specifications - llnit 2��i� 01-General Requirements�017123,16.01 Attachment A_5ur�ey Staking Standards.docx Page 7 of 26 A. Centeriine Staking — Straight Line Tangents I. Offset lath/stakes e�ery 200' on even statians II. Painted bfue fath/stafce only, no hub is required III. Grade is fia top af pipe (T/Pj for 12" diameter pipes or smafler iV. Grade to flow line (F/L} for �.6" and larger diameter pipes V. Grade should be 3.50' below the proposed top of curb iine for 10" and smaller diameier pipes VI. Grade should be 4.00' befow the praposed �ap of curb line for 12" and iarger diameter pipes VII. Cut Sheets are required on all staking and a capy can be received from the survey superintendent Optional: Actual stakes shall consist of a 60D nai! or hu6 set with a whisker B. Centerline Staking - Curves I. If arc length is greaterthan 100', POC (Point of Curva#ure) offs�t stakes shauld be set at a 25' interval f I. Same grading guidelmes as above III. 5taking of radius points of greater than �00' may be amitted C. Water Meter Baxes i. 7.fl' perper�dicular offset is preferred to the center of the box II. Center of the rneter should be 3.0' behind the proposed face of curb III. Meter should be stafced a minimum of 4.5' away from the edge of a driveway IV. Grade is ta top of box and shot�ld be +0.06' high�r ihan the proposed top o# curb unless shown otherwise on the plans D. Fire Hydrants I. Center of Hydrant sho�ald I�e 3.0' behind proposed face of curb I I. 5urvey offset stake should be 7.0' from the center and perpendicular to the curb line or water main III. Grade of hydrants should be f0.30 higher than the adjacent top of curb E. Water Valves & Vaults I. Offsets should be perpendicular to the propased water main II. RIM grades should only be provided if on plans Example lhla�er S�akes J:�i40402�Specifications�CaFW-Specifications - Unit 2\Div 01-General Requirements�017123.16.01_Attachment A Survey Staking 5tandards.dncx Page 8 of 26 �` .r_ . � � � � .� L1 - ��] ''; r� � �} ��.a � � i� ,Tw {_j C=- �--- - - _ � � .-� �OfS +� iVfr� �'_STA��+04 ', � �-,7_G;° �.. - --- � � Ci I � I� �� � li t�- � LL_ � � .� � r J i � - ja� -' — `ri� �� 5' 121 �I l." t� {: � J . Y- �? LJ { �i �i � . � fti� M 's �_ Y 1' �I 3' 4` ti' i.l .�i ' i 1y � } I ,��� I+ 1. �.-�t� I .�.,��� � �. ,. , ;� � Ir �' ' n ' — � _ �--i rf �.'`5 5 �7' L��: � 4l�i�l`.�wll�i.a�tt37+�1 �C�3..91 ]�r�- - JL �LL '�I s� � �� �Y i � o y � � tl� a. _�os_r�r _ � r � � � ,� � ti � 1 � � � � l � 'ti � tit ° i � r r`y � a� 'x# , "' ' � � � „ uf +' 4y ? i� �,I � 5 � F 7 � i ��J � �� I� �. t 41 r� r � �� � � �+ � n � a � � � �� � � � � � � �- r �� �� _w �R� � kl � F W � LL � 1 -- � _ _ _ � �7._i .�i�_���' � � �7'_0%"a"}�..Yl/L_� �3r,�-�aaua', ��j�.�C-��*�y ���� � � �. � � �� � � � � # � �aia�, . �,- 1C4;0�" � � �• � ' � I � � � I� fh _+ VI. Sani�ar� Sewer Staking 7 � � i � �� 74 � l ti I r,.�� !��`.ti ��•� #�I �;�w�l ;��,� «..� -'1 � LJ � � � 7 �i�� w �r°,��j J:�140402�Specifications�COFW-5pecifications - Unit 2�Di� 01-General Requirerrients�D17123.16.01 Attachment A_5urvey Staking 5tandards.docx Page 9 of 26 A. Centeriine Staking — Straighi Line Tangen#s L Inverts shall be field veri#ied and campared against the plans befor� staking fl. Painted green lath/stake WIiH huf� and tack or marker dot, no flagging required III. 1 offset stake between manholes if rrtanhales are 400' or less apart fV. Offset stalces should be located at even distances and perpendicular to the centerli ne V. Grades will be per pian and the date of the plans used should be noted VI. If muit[ple lines are at one marthole, each line shall have a cut/fill and direction noted VII. Stakes at every grade break Vllf. Cut sheets are required on all stalcing Optional: Actcra! stakes shall consist of a 60D nai! or hub set with a whisker B. Centerline Staking — Cur�es I. If arc length is greater than 100', POC (Point of Cur�ature) offs�t stakes should be set at a 25' interva� fl. Staking of radius points of greater ihan 100' rr�ay be omitted G Sanitary 5ewer Manholes l. 2 offset stakes per manhole for tF�e purpose o# providing alignment to the contractor fl. Flowline grade should be on the lath/stake for each flowline and direction noted fll. RIM grade should only be on th� stake when provided in the plans J:\140402\Specifications�COFW-Specifications - Unit z�Div 01-General Requirements�07 7123.16.01_Attachment A_5urvey 5taking Standards.docx Page 10 of 26 Exam fe Sanitar Se�er S�a�es :� f�.'� i�'-` 4 � _ � � �I�' i �� '�r�ti� �. 4. y- ��� r �lv ��4 �k r� �5 r' � {� Ra� + ,��� ��� +R � � 4} II I� � I � � T�Q�� � 5$ � �T�=Srt��■nII ?y, f4atl nIIII�!� 7;�1Y�1jj � .4 'y` W � � ��I ^�� '14� I���T°°Q � '1r' I :+r � � � �, ~�? � � � �. I i � I }�' r .� � i Y,; ''. � J � �FU � ` k ' I f� � �fj 4' i � � a' � , , � t1c`'�� � ���i I a�fYa+7�� �,n 4-s°� ��.r C-��� � 1�0� � �� ;;p„ -�� � � ! � ����'" l �i �� �_-�- � � • �� �� �.� �ti ;, • t c1 i--t, �' � �� � . I � I i � i _ ., � �� i � {� f J� J �y� �+�` � � �• �/ � % �J� II�'�ilr4alrt��' � 4 �a�� n �'�+ � — �� �_ � t � �r � � S�F� i k;� 1i } � d � - `� � � a ;�:.� - ��; . � � � w ;- � � � r, '� � w � � � � � � �� � � ' � � �'� rl 1 �"` � ; � �� �py � � �ti, + �� s �� � �q+ ��G � ��w � . 4" ■e i } y�+p, ,t f i � y Ni � . � �A i�i i�� L 1 �'�"'� � f� �� ��� ; �= n� �}+ ' � �4� � µ�i r � �• . 3p,r i r bl � � � y,� �i �� -_ 'Y l f7,� -,' �_i , I ��`X ����r� � i' �'�rl' R��D140 4ir� 23 af sL'uI` J�pf I���� r� ����� � �.'�_� .�i a ���w���c _ II��:� ��r� 'fl..l }�'rM+ 1Y f . � �� ���^�} LL_ � �� +t�li !j] u w � � � }' � � 3� � � — _ .. L .' �� R� � � I�'� CI�`S � t5 � ip , 3�k-0+ou. � 4= C�-#�� � 4 w G.��II e C-Oa ,� � r � p u � ` �� � � I.�.�^ � 'F '= � � �.+ ' �.L �:� � y, *' 4. � � � r � �,�,+. �� I �� #� .�� �,� � � ;, �_ �� A� � u� ' J:�140402�Specifications�COFW-Specificatians - Unit 2�Di� 01-General Requirements�01 7123.16.01 Attachment A_Survey 5#aicing 5tandards.docx � Page 11 of 26 VII. S�orrn Se�+er 8s lnfef S�akin� A. Center[ine 5taking — Straight Line Tangents I. 1 offset stake every 20A' on e�en stations li. Grades are to flowline of pipe unless otherwise shown on plans ill. Stakes at every grad� break IV. Cut sheets are required an all staking Optional: Actual stakes shall consist of a bQD nai! or hu6 set with a whisker B. Cenierline Staking — Cunres I. If arc length is greater than 100', POC (Point of Curvature) offset stakes should be set at a 25' interval II. Staking of radius points of greaterthan 100' may be amitted G Storm Drain Inlets I. Staking distances should be measured from end of wing il. Standard 10' Inlet = 16.00' total length III. Recessed 10' Inlet = 20.�0' total length IV. Standard dauble 10' inlet = 26.67'total length V. Recessed doubfe 10' inlet = 30.67' total length D. Storm Drain Manholes I. 2 offset siakes per manhole for the purpose of providing alignrr�ent to the contractor II. Flowline grade should be on the lath/stake for each flowline and direction noted Ili. RIM grade should only be on the stake when pravided in the plans J:��.40402�5pecifications�COFW-Specifications - Unit 2�Div 01-General Requirements�017123.16.01_Attachment A_Survey 5taking Standards.docx Page 1� of Z6 �xample Storrn Inte� S�akes F � � f��l T �;�ia� ��.c�r�� �� 8��� (90¢ Fxe�r�c w.awj �� � ��� a�xae _va.nu� �I � ,� ��� � � � ( p [7 m c � i r � � i �`� IDEMTIFlES 5ltilt� �� k1�1[? �F THE iNN6 -� � BEING 9TAKEf� h �� II INLET �'1"RTI£€�1 � �IF N4TEd �3ii PLkNSJ ± Tl'r,} iu�r�nfl� ��hc� ._� � T4 T7P CF €xIR9 + � � t �t 1 �€��r�n�,Es ����� - �t7 FLU4ILINE C7 I � � ."� € §, ���. . yv� -�`� € �. �� �f��}{ (SOE FADNG H.aw_� �irii r ���. tuu3 �wx�ow I}I�III I�1 41' � FR � f�� T ��i�� F�,�ir�� �) 0 4 \ ua .� � � � � � a I � IDEN1tFlES VAiI�H I US EMo pF TFiE YAI'ilG k -1 B�hi6 STAKEC} �- , � � � �- ° TJf: � � O � _� � I � � �.....` OISTpNCES FdR INLEPS ` SiANd �--�"' .- HU8 W1ii-€ TAu"14 _ � ��r� eF cu� i � � FL�fii.ltd� . — —EDG£ OF PAVEM�Ni� ARD 10 � 18 REC£SSEG 1�D" - '�.�0 _m 5fANpPRa DqUBLE 19' a 2fi.67 — — P�ECE5�6 DOUBLE 10 - �b+6Y _......... � �..� . — — — — — — — — ----�— ----- �-----� � I [ Eie�C1{ DF IhaIET � [ '• 'n,'.- - ' - � . j� ' " •- ~� w_� a y .]� _ � ". � �� � -- �,�r���� -�` � p '�I �s�a 4f �� � ,' � I p i I :�' '— - � �,�c,� r�r cuRe - — — ~'LL�lllrVE ^ T � ��'4.���i.." "F_. �+...�., . a ��. ..•, .;' m �!a .. �A.'..�... � ' _ F,4=� �F INL�T �—FF,CE G�' �ri�pT E73GE 4F Prt4E}.1FhiT �o�� ��PA1=EhiEhiT._.,...� J:\7.40402�Specificatians�COFW-Specifications - llnit 2�Di� 01-General Requirements�01 71 z3,16.01 Attachment A_5ur�ey 5taking 5tandards.docx Page 13 of 26 VI1�. Curb and Gutfier S�akin A. Centerline Staking— Straight Line Tangents V. 1 offset stake every 50' on even stations VI. Grades are to top of curb unless otherwise shown on plans VI1. Stakes at every grade break VI11. Cut sheets are required on all stalcing OptionaJ: Actual stakes shall consist of a 60D nail or huh set with a whisker �. Centerline Staicing — Curves III. If arc length is greater than 3.00', POC {Point of Curwaturej offset stakes should be set at a 25' interval � IV. Staking of radius points of greater than 100' may be omitted J:�14040Z�Specifications�COFW-Specifications - Unit 2�Div 01-General Requirements�017123.�6.01_Attachment A�Survey Staking 5tandards.docx Page 14 0# 26 Exarr� �� C�r� & C�r#t�r S��ice� F�'�'�'�� ti�i�� ���_ �� y �� FR��J T (�IL1= ��i.lha4; �,I Q � arnian�� r��ser i3 rca �d � �R�. tF" ,^.tirgE CR FrG "Y.�i 'h;C �7" �U �i3 � � � �: IOEN17��5 '_TF�I 4'� Parrr � c�r��;r,�e �, i' J �T�i � ����T {�a= r�.�t�to �? :�.-. � 7 n � r f� �1� � ItJU'I Iht4 6ryU iSU6 }AL'NU L� PLINT 4f r�v�enr u � � �� r� T =.:a J @?: ��r. � 'r,� $ � ❑ t' � .�.(_� i�. ts��e �.a�ivc �.��,w.� PqNT �' k�l 4r' I tf�� EL�t�hTK1�a � + � u �r � ± � �' i � I I I �u�' io-�m�sc ;t��u: �: � � � � r,�.� ,n mF c�� c��a � f� � a ( ( [ ti NC� G�+A6E +rrr [ ^' � � R�[]GS ��Hz I �,'�r— _. ` ( I � p �`•� t� ''' � � -- -- — -- ,r � '� i .� i , ° € ' �--=-�--�,--�� , ] � �' �,' r II �"``"� �` f f '� ( � r .4, �� � - --- -- f�. � � � � t ti� -mm °,..i -v � � { � _ �.�...� — ---,. �� �r��` 3 �� ;{ =�CE f� t�°E���'� I � I '"" , ;,� �`t �'�_ �.� L .�C_ _ ._ _L- �� � �:,. � �� 5 F_C��,1�1(`tE �� EC��=� ��F P���f•pQ+J?� ���., f f % gyp� �•�. ,�- �y+ � � f "'"'�.." }__ "_�• �11I V 41�_R6 _ _.-:_^'--.rf-" �.� p=� Fi ^�a.__..��M1 �y J _ r`»✓"� ` f ���� j w � I � � r _ � � � � '"f� -�` _- ___/ �Y�,�'� ��"'� r�:„� �Ar�i Ci� �Li�� �� ~� - -" ,.�» _ ���� _ — � _ �_ � � � � "-_ " `� - � y� � ., ��" - Y �E .�.,-- �,�.. ���m�le �ur� �� ��..���� S���e� �t int�����#ivn 1:�1404D2�Specifications�COFW-5pecifications - Unit 2�Div 01-Generaf Requirements�017123.16.01 Attachment A_5ur�ey 5taking Standards.dacx Page 15 of 26 � � �� � • � �� .. � � z - „ — � � ��+' 4�.�s�� m'- � :,�a:+x�� {� r�w� t-- ��: � � � �. C`J�. ,�, rr : !}�f M �} Y � , I •� - 7 I � � � � �� � {� �r �Y � y FI W • � I i� y F � i � � �} R} ' � . ,;��[. n .3 y � I ; � � � � _ g��} ` rt� -. ��, . � , � i5� i � } � � . 1 +F�. ' ,a ;��!ti . �. 4 ' � �w .. + ,.� � � : u � i : r, - + . �- , • , „ �� �,. . qu �a Krra ,� � .. � ia�hl I �' �J� i.� �� �. � � �'r' '�- . ` - . #GIIS,r 3J 1!7{� �� i ���� � �' ' � .. � �. , ..n il: ! � �.�t � � � � � .. -t# t� . i �+ L{_ �*;#.� � . . �n e � � ii k i � F� - T' � i I � . i �� I I I ��� "_ Fj }. i� * - F 4� 4i'r+ • ����,kM , � . "f��, �,. J:\140402�Specifications�COFW-Specifications - Unit 2�Div 01-Genera] Requirements�017123.16.01_Attachment A_5urvey Staking Standards.docx Page 16 of 26 ix. c�t sn��tS A. Date of field work B. S#aking Methad (GPS, tatal station) C. Project Name b. City Praject Ntamber (Example: C01234) E, l.ocation (Address, cross streets, GPS coordinate) F. Survey company name G. Crew chief name !i. A�fari� template can �� qbtained �rarF1 #k1� survey superin��nde::: 45e� iterl�l 1 ak�a�e) S�andard Cit Cut Sheet Date: ❑ TOTAL Staking iWethod: ❑ GPS STATION LOCATIOAl: City Project Number: Project Name_ ❑ OTHER CO N 5 U LTANT/CO NT RACTO R SURVEY CREW INfTfALS ALL GR/IDES ARE TO FLOWLINE OR TOP OF CUR� 11NLES5 QTH�RWISE N07ED_ PT # STATION OFFSET DESCRIPTION �ROP. STAKED „ CUT + FILL -LT/+RT GRADE �L�V. J:�140402�Specifications�COFW-Specifications - Unit 2\Qiv Oi-General Requirements�01 71 Z3.15.01 Attachment A_Su r�ey 5ta ki ng Sta nda rds.dacx Page 17 of 26 X. �s�builfi Surv� A. Definition and Purpnse The purpose af an as-built survey is to verify th2 asset was installed in the proper location and grade. Furthermore, the informatian gathered will be used to supplement the City's GI5 data and must be in the prop�r format when submitted. See section !V. As-built survey should include the following {additional items may be requested): Manholes %p of pipe elevations every 250 feet Horizontal and vertical points of inflection, curvaiure, etc. (All Fiti'ingsJ Cai�hodic protection test stations 5ampling statiarrs Meter 6oxes/vaults (A!! sizesJ Fire lines Fire hydrants Gate valves (rim and top of nutj Plugs, stub-auts, dead-errd lines Air Release valves (Manhole rim and vent pipeJ Blow off valves (Marrhale rim and valve IidJ Pressure plane valves Cleanirrg wyes Clean outs Casing pipe (each endJ Ir�verts of pipes Turbo Meters J:�140402\Specifications�COFW-Specifications - Unit 2�Div 01-Genera! Requirements�0171 �3.16.01_Aitachment A_Survey 5taking 5tandards.docx Page 18 of 26 B. Example beli�erabfe A hand written red line by the field surveyor is acceptabfe in most cases. This should be a copy of the plans with the point number noted I�y each asset. If the asset is rr�issing, then the surveyar should write "�lOT FQU�1D" to notify the Gty. J:�14040z�Specifications�COFW-Specifications - Ur�it 2�Div 01-General Requirements�01 71 �3.16.01 Attachment A_Survey Staking Standards.dacx Page 19 of 26 � ��� ' � .�� ;i � �i � ,�„ �',. � F ' :;�� i�'�; ��,'� �''� ` ��� �: .: � a i = . . � ,� yyf {� � e, r ;�,a'� 4 : — ��! F �� � {�y� � d �� � � .'K I�i'� � d I Y � 4yl�ti �/ I �1r -i� 1i r� + . � ' �. ' .' � �. � � 'I.._ 1 � I{;�i� } � 1� � �''pY � x�''s ��'"' _ :�� �';t � � R[ y� r "9 -' �� .' r r' �`P .1 � � 'H�i I ii — `.t � � kf� � �� R � 1 I ,. �' , !'I'i���s�{ ���i' � �i'� +�I I � '� ����� r. i}� il �� . � {, i i � •�L � Y� ';' ._;l � �:�',,: I ; y�N� �+�� � �Fk 1yi :,:��, i:jf'. `�t r �� ��yl. I ' I_I. �', � �I ' - , �;'�;` � � .�� � �,��r.,�rf���i�:��_� � �;�szr�� �� �� �: LF�r,� '�, '_ � __: '. ' s; —... -- �_ rx�rYu 'f•'N� +fJJM� ' :i-k'ri4 3nwF F+}�qh : . '� � _ � i ' ! � — � �- p � 4 s=�-?'�' -----! � r'�� —"; -..;. ���i i `,� • �;k;;� ..���,�° � ' � f - 'a � f � I ! ' � ;{y I �Fis � fM11 � �' .�F� 1 1, �i. _ � � . .�n�1 � � . =,�i.�}4 'I �' . -� II� �' •i�-'i ���5� I�I"� lk� �' i ,�i , �; � � . �� � �I ....: I . j i i : .i ;I'}" ._' - � _ _ � ' --- —' - �' — . �-:ix � �� � -�T�. ��,' i� .. �.�. . .... . � . . _._. .. . � . . , I �., � �, ; , �l � i� � . � �� _ ��� . -��-�,. ��,., �� . -- � m�_�.. �. ' ' � �,. , � i , .. :.. a __.�,+�� : � . !:# � � �� ' i ' � t��_ �'� { ,�, : � : ; y _ ; � � f I ��'' ' �t I' -� i �� ��; �� ' „ , I� � � i _ � ... , .f . �.'r.. =? I f " i� ,E -- � ,� �{'f� ; + � = — :' r = ' ..-�--- { � � = � i f �7 �.__�:, , �5 ' I II ~��, �f �I � � .[+�� .. � � ; � Y a> � . _;� r . . ' x.. � � . i, .�; 5_ � � -� F' �+�r 1 r, ,#�t ;� . .� � . � --- . .. , �J� , y . �t���si � � } i � � F �� # i, r `L ; _�. r i�l , , ' 7, , .. . : ��,� . � i`E ' � � ' � t ,'' ��? �?' . _ � '!'�. .. . � , , S M�1 r. ' �r . _ , ^.tf+i-.SsF ,I .. RI��� , ,P' t C�� i . . h - �i#;�'# i +��. .�--�; . . � � r 'i I ' � k�" �"7...�..��' i � rf , . , :�.�. x, ,�� � .,..�s._ �� . � f.;' �r� ..?:�_.iy�. g,,.�� � " �I �. ` ' �. __ � H�If--� � � ' '+f � J _� �� � F : .. 'rt: ���--r---'LL ' ' '� _ � R�:1� � . � ' '`" �} _} i .. ��T i . s �� i. ����}!�, ��� ' � ' .,�� i -���� {;� `� �,�-�,f � ��'��' .i �i "�f � � , � a�� �. + S . .�� . , ,. . _ , .. . y ;��,�:,�� �� � � ��-�.. . . --� ���,�� � -- ' ���� ��r.� - —�- - � r , . . rrin �--- --�-�-- `*.- ` ? .:7.: - � i .%�y' '[ ;.'�.. ��_ .I..j�� � � ,� . , _ . . , , . . . . iF' T.I �t1�fi/ � �.�-St4ti �� I S �a � f f��`I +I` � � j gJ'- �� 1� 'f I`1� ��'FI ' • ��"���I 1 � r {y. �4f, 4tit�#�4���7 . � �4��+� � � -- . ..__.. ._..... . _�_:.: . — .�-_ ��M1 .:.L� , , �. '-- � J:\140402�Specifications�COFW-Specifications - Unit 2�Div 01-General Requirements�017123.16A1_Attachmeni A_Survey Staking 5tandards.docx Page z0 of 26 __� �.�. — yrt.�nirtR*-++r�k �r�a,cr�a� wv SFhUS1� . ri r� rr��r�� rar -�,�o-+x�a -,o��u,��ber u+.xr � .�rv;+r� urrr. "" eCo'd' ��x�°. �'�r+� �.v[ vuv� A +�EiccFr. f� �,y�, �s�o-i'r r�,r�zaT,aw��n rr7s +Ir rYt - �r.,�Mt, r�r ser�.`� sflti4 sr���aa- it�S F ,� ac",r�Adl. �.� . . 1� rr X a+7�%n2�a � �:7xt, � ' � ry.�F}tl� FYC � '�i �i k.��7fT4���a�E �'i��i'VF.!!r.lF.i9'i i7AP�IGls , l�•�y ' � . pi�J�ilSaMk I Wf+E11M�_=_i ri:W�:U�' C`�'�'rx17;;liJ �}T+�+ 5 � � � � � t.>_�.i�r,��rr� • �u.'� t�,ursx� f€r �.' '-'�- -' - reo.rr vuvr-'� �� r Fa'U, miy+WJ .r I . �-x�� � ;q� � � k1f o'��'�+A'!' !€J!i �� � � ,A+ �'y + 1C'i/lF V,44'[ �faY���54 5�� ���t r,��. 4 whanrl+wi� 'f= _�� �J,�Y{.w�5i � ��i,� *'��� '��1.�"YJ.',�.4W f { �-'4rt+h '� •�y'w_ �'{ � 7' • Y � �' !v.a.r1F. � h ., �'�. ... * �� � U! 'r.i ~ ,� . ~� ��• •a•orr .r d,f::,': � . .�l �� '� . Yaa�n � . a. � E'(`� ' �� i7 ��.`: �f!y+ ' �.`= fJ1Y� Tl!_Y? ��N � -���k � / f"�� .. r�.�.wx. !p�� rn... �- r,. ..�+� .-� r"`•. f+ �'`� r ,r€�r�f�.--� r�. � � �� '� f , a ;�. h'�IR,�Eq r � y�. �, r � '• � . _� � �'I 5' +�'� }� � � f f �� i �Y ''1�. '{l�IY,S} �Y` +I.+N �} �' � fJry . — — _— _— _ � ?4_ ��*'� � ,�r �. ;� � �---. ="�'�'--N�-- .�.:; f ._ -- _ "' r - , - 1f�� �'{ , 1� �'� � �2'YYILT�R � , "'� 4 -�--- - •---- ' -- � .}�'� fi� . �+�—. 4� � _ ��a_ � �'�y i �+� -f . � _ . i i�i.h�ri r�'e�� _ 3 i7{ :.� 'x�� f� . � r�"+ . � � �� " .-_ ' - � rA���� �,C?"'.'� � f '�� ��� � ' ' _ _ , -' F�4 ..,�I _�— _ L �_ f � f � � r r' �� �- - -- - �I �y� • .. •F �,�._ � � �� �:' f -'� � n -...»,�.w..� `� f' � f� t�, � , ��' �� . . ti� . ��rosc�r f� f'3�" ��+ xex.� �.r.+�� ����_ �,iw�x A+�' S� � ' f' �; � �� � �rcr� w� v+rHE ' ti�."• .•�� 5€F' SFI��'� � r� � ri iT+� Pi.7.��- f: ` '�, � � � . f >/ M'ifk2, � a � ' h �Jfi�3�l k�^f.SYPHF_dk'/A7 nr•�s...�....�..�� � f� .'' r+�:n-r[�f e!,r .n�.... � � �' � !. � � �.'+_._ _��x, , . � • r-�`, � � ^---•..�_- . , -.; w�; �-�---•--P•-� \ °re. R'+� a:.3r,r - crRi rFr�r� nv STAffsFso - rr�1' � ,.'�' +n'+'txL M�'.+u. {L �� w.�r=x� e • � r Cf' N1 ��7 QLl7'� +� JL i.s7+fF1, AtHo + +. r: �s1'fl�f � flo7u Aif Uf A'M9iQth IW'C �"+�"�x' ri�T � grai+Ps��r�•�1 �'♦'frr' YOf��lOYYA{�q �..��,,.� � r�,..'cl�3rr5r�� �.Wf.Y4"NhJ _ ' _= v � . _ wv �_ _ f —"'Y�7m1P i6 I i i — -�._ ; i ' . : . : � f- I '-- I i '— ' _ i.. -i � . i � _ � � ' ' '! " -" ? -- � I _�- l._-� i- . . _— _ .-_ e i . i = . _ - . r � ' � _ � � ! � � T_ {...� ' _ _ ��-:' .��_ a � � - � � : � _ ` � �'�'�����f'.f.- i _ '_ _ _ - _ . ' ' -- —_.: - .. : . _ -. ; . � � � ��� i i �—. i i ��,l�, C_f- � '�L�. �i�„� ..��. ' -,-. � � �. !. � �-i . . � i . ' I� : _ F.�ff.P, J:�140402�5pecifications�COFW-5pecifications - Unit 2�Div 01-General Requirements�0171 23.16.01 Attachment A_Sur�ey Staking Standards.docx Page 21 of 26 _�' .�... � .r ' � ..._-` ' — I � .� _ "_ - "� 5 i..l � S ' 'F� � � + �� H I '�`�'�'I :i ��Ci�� �� �}i� �,- �� 7 t� i,�5'+� 5 f�� i; ';��:�I �(�y�r� �5 ��'�. I �t �� � rTr'� '}yy i 1[ i! 4, 4 t i ��� ,'FC�. �aFj�� 0 iM�� �i �-I � ' *�� .�� y+' I 7`� J' ' r±.'f � n.� �' t��� 1��i3 � _'�� 'Y3 r` � � . �" �H�7.53'e4h'e.O5�7T�5 3h4� �'.i14x _ �+� -' : ���i�i i , � I .'f , ` � -� �' � , I I� ! �41� .. I Y — : � �}'.I h�IF . i i 'I I II' f�i'I� I �� �'I , i ;; � �� �' I � � ' _,,. � �I I �� . � i� . �i1il"i# � I ,. "• 1 i�,, ;:+� . — __ _ ` t I "'.�y���kl ir � �I , ��I,�,�� . �t. 1� j , � ' . �c7i � � j - � �� � . I � i � i ,� ' ,.� { . I � . � I� � ' I 1� y�� � , I -.-'' �3iJ _ .� + �i , - �'��'__ f � � ; ;F , - a-.. . � � �� r -5: .. . I II � I � }�I�� '.I � _ i _ I . i{ �: i ! I I I ' � . , _�*I� , , i .'J . � � . �' 1 !q. � r _ � •�l„ ' ,�:' If �I i ' lrrl � i.� �;k*: �, if �� I � ��F�+��' �� i �� f , `,�S�s�F# �'.. + - L � � r. 'I� I '•. ' . .. �� 3 ,1�� k�},� �tii+ .`?�'° . r - � I � f- /`�fi= - '��'�~ k . ' 4��.�+ I f,y+, I. � � - �; 'r i�. �''��'l�}� �I � �''41� I Lt ��fx ' � r . �'�'��',4j� �� `` �,:d�,� '^ �y ' � — - J:\1 : 5r.5 :1 � r•'i�� 1 �{ n' ;i_ i�l �{4� ;� �, ks �.. , _ r - ;. ' 'r � � � � , �=�]�F�' � �'1 a y� �+ ' � � �S. 'r ,,��F � I'�I d11� � 4 �#�"f � -I'��.��i��� F' �4 � � Y,, t;1 S;', ��J[Y.i �°"� y�';1� +��I�'=� j��7�1 -i� �. .�'�` �r��i. i i.� i� f"�i �Fli1�.� t � 4I � y' '�I��F k�r� r� � ��F�s� y '� '� _. . _ _ � _ ; F �� - r �� t = � _ .. , _.- _{�i@}^.�S -YY7��n+��� � 4a_ _'::.'-._. .. -�•�r'- t�'.--- "-_-..�. - � �---'-��5��-' * ' �----' . : --- .—^��'--- r�} . . __ � ' _ - _ ...� _ ...._-�----�-�..-:.�_ �—T i .. . �� ... : _ .___ - � �t r,� _ . ;• � � . I 1 . ' ��'"' .:._.::_�-- € -- - � � :1. �r �--�---�—� � .��.. }k i ' . ��q9'iiYrt .I =� . Ir�x�+�116MiRS} � i _ "' ' " 'I: -� '' ; ; I �� �. ir ' _-! � .. _� � i� I A.r I � I. _' '__ '_"�--�{ 'ir, i � ' - . , . �•_ . -�o., ._ . . . ... . ' { I`��' . � . �� ... .. .. . ,i i. _. � � � . _....... . �ii�F. I- 'A'. Q �L —_�,.."'T,T* � r vrrrc 4� I y� ' ' ' ' "_—" �- .I . . [[t•--..,����' ! ■' _._. . 1l i 4L i . . � .±�- .i .—._J�.._ .;. + - I „� .: ��y . . . . . - - ' --�—+�+' ��+T F;' �: _ . _.. . � i �+�I h� i ' .. � ; ��:� : . . : � : � �a : , , ,� � � � . �t .�}°r' -:�----�--..__..:.��- ,' '+a �.�,:s �� : � _' ---;�, � . ++�� __'"" " . +I _ L+ ._ . � . YI 4� _ ... .� .� .... .j. " r _. n.r,r: _. .. .. 4.._ _ . ... .. .. — � -,; .._._;�� {� --- ;f-:._. � � .�Y�'hor� ._ f—€., .�� k�. . . ..�e.s_rt: . - - I r '!��r� + _r . . . � � 1�,`i � � i = -.. °y`� �+� � � � ----� � l4 I .. '.. 7�, ,,,-., ,�;.,; ..����, , � „ ,_ .. _.. ... ..i ii � ' .c= i7�=Fg � ._� '- � �a��� � T.. � — .�' f� _'__.���'_.. . . .I. . � *. --.....'+� ': . �� � ��� �' 1 A_Survey Staking Standards.docx Page z2 of 26 nent I Rr �( I'9 � li� i..n � I' I ! r�n - '� . _. .: ....,_ ..�° :..,_. ���� f -�.,,r�►�� '-•�.�..., � '� i�z ;eraa� rr �fi _ _ _ d •. , ' � �1 LA?'TQN f?D.��kY. �k r,� " �� � '�'j !f vi ' "-i—r I _ 'i f — i = _ � �' i4 �i�'�� .N��� �F ! 4� 5ti �,_+� . - _ _ _ .�,.�=� -�t--+. '� r••�� '.� ��I� '_ rF'w+kz[Ff""��� F ' .._,�+{�I►�-{rGC] ,: ;_.��,. i_WfF A -�•.7155f �� _ � �i � —�._, k 4�s.�kLC1 � " " - —���T� �"J;���_�.a�12�-�,-= T.' � _ _J� �'� � �r- ��i�: r' �� 4,� � — � #r � � � � . � �Y ' _ � — I �a! � Ww� ' . ._ — � i I � + � � {� �� •��� _ �' : ti �� � � � -:�.: �� " � f .�„t„f +i r�.y� R"39V£ rLa - 'a �F f�:'� _. f [i IiAY'krrR �-- � �,.�a. � 4 .'x, �� ;_;..� �_ ,r . — .�� �'+ �'� a. r+.r�cr , r wt VM�E a� ' Im r ��, �'_ifSf� �i�LViCti�.7R�. "'+'wr•r+�•-.y � � ��F��'i_�Tcr7i{I�k+H K.w�:ai �� �� ry�4iIhSF�Si�M*1J1r. ' 8F•`• }�, ,' �wS.ff�xc3wi xZ,� r / �,�.[v�4f � J7'f WSFkF �� k '� 1 �+ M' cifi'!fi!_W 7'�+�QFCI�M . . . , � u.ur�cr r.Y,r.,r :s aw� �ewr1�7 �Y+�•�R55 r1Fa',w +rr /1Mr. SSY�r •Kfa+i��s2' ' rr�2! 5 �,7� � �i'1'1' f�dAl' �Jf ]. �{Mh8-iFlfl. �'OlH- ti' h9141"��"r � Pi�l.i1= Nf 4. 7rl�ti.��,'I', 1 � ' � ' _-- ' � : � : � � ��,=- �: : ��� . ; __-�-�-- � - i . , ; : , � , , :.. —�- � - ...--- -- , __ � : _ - � i � I- � _ ��i=-' �.,_E�L�_� _� .-- - — _.i�:: i I _ ' --=-r � - � - - I � - -�.. � ' � � - � � � � - � �--- -�: � � _ .. I_! � I_. ' � � � � - - - - . _ - -�� i - i .. � - _ , = i � � � - -- ' � ' � � ` i' � ; � � . _: : �_.. � l- I- T. iI ; I.. _ _ _ � � _ _ � i ,, _ I . _ _ I I � �` � � I `_ �I—= I � j �. -1- :., � . . � ' }� � °-__ � k ' ': I � _ -_ i " L� ��� � ' r I _!:_�- ... _-��-'� � �� I=- I f_€ i l_ i �_-:�=: ��� -� �_�- —__ � `�'� � _ = � � . ' - ' I I � _�_�.-.:.- _� � : � I � - = ��� � _ .��_i-�I . = � �� I -- � _ __ =�:- I ; I. ' j � I. ` I I ' : —=-�.,Era:{ � — - � � _1=:= � , :_,� i- ' � _ ' � I ' ' I I �� � : � " I -=a-` +}-i ' — 1 .�!--�--�w���!r��r�-: � ' .- � _=-_:� - ,.i_=_.I I. � _� __ � �.� : _—� _i�T W=-zse� �. : : — : � � , = � -. .. : = i K i = � _. — - }J . j . _ _ : . , . _ ���- - I� .-]- _�: : I.._. E G: � � i'�i =rk;r�i'� "" j � � � � I " r � :� � �'-�-:. I r:: { �� � �".-- �_ ! -I ' 1 � � i . _ �'-�:,L I : _ l._=_:: -_-' ' ± ; �' i ` {' J i �J� i : � — 'r.�L.� .E,-_:_; '� =i_��~ j _ i E'� i _�yl= E ; -i"_ — [ I - {�Irx4 ��1� __ 3 � i' �� — �� p: 'I f �� ��� --`��'� �����, � �_ .- _� �TI i�:.�--� �% :� � ' -� � � - = s �'.�=ti��'"f� ! - .- � f- '__I_. _.i� ..I � � : i _ � E _ ' ' �~ ' . --. '-� �-i ` ' ! .� -, i 1 � 1 i_�_—i.. i'i -; � �� ���Y7 �.'—=_J � I . � i _:j _ I � I'-`�� �T ' G _ . I - — .I — . - - j.. ' r- �;,- I _i_i i I — � . _� _;�_' , _.: - _ � : � --�.' ���'�'_�_��t;�#= `r ` . .�: ' =-1 ; _- - � _ -�R�;_�_ !_ �; _ ; � .— _ =�_ �� , , j��— � -- - . ; : : � _ �T�= � � : :� -- ': _— . � ._ � . ; ����.I. ; . ? �_ -i � = - �,-; ._— � _ � -- � ; �-.:�_-!...;- i :. , . _:{ _=� �_ _ - ;..: ;— _ =-�-��:;�.�= �_;- ' - s - � _:=- � _ � �- -� — - -,. �� --i� � . : : : i - '..- �-.� ,- F-.-- I _ . _ � € �-=-' � - � � _ ; ' � ::E �. _--. . , : ,} _ : - _ � -=�-=- - - --= � -- - � � __� ' � ` ! _ - -_ � i '- � � ' i - -;-- -`==`�' L---__—=1 l '...— ��,�� . -� j` ;.-=_-� i-� �.. ' _ ` � _ - i� � �- � _-_ � 7 7 j ; ; � � ' �� � __ . =- : .- � . ` L � ` T�=-� - I ' �� ] I—_ 7 _ i I��r4•. _ __f . i. - — � _— I �I_ _ I � � : J _ � " � ' �� I_ .. I - -�_' : � _ "- �_ i � -�" - , � ; •f�-: - ! � _�_� 1 � 'r.G'�' I � ; : _ ' : _ ' ' � • . = . . - _ � ' _ " ' " �_. -: ;- . ' _ � ' - ` '- . � , - � = - - �8= _ � � _�_ i �1 - ; I :,;�ii4'- �, _ -'_� _- ��. . - ... I '---i.. � ' , p � ,� � � -- � _ _ '� i,N - . _ ---�- —"- ' .. . ._ . ._ .. — r . . _ . I - � .... I ' I � � �. :: . E_k'_1= _ J:�140402�5pe ��'+ ��'�� � ' 1 Attachment A_Survey Staking Standards.docx Page 23 of 26 Obviously the .csv or .txt file cannot be signed/sealed by a surveyor in the format r�quested. 7his is just an example and all this information should be not�d when delivered to the City so it is clear to what coordinate system the data is in. 1 i'�ri,aT r�ir rus��i,ri,r��� n�1�G�,J.�:'f 114�F U!pl{�J.{J�.�I'I I 59q6d67.399 �i3�}427�J 5b:' 69�!F f'}s,7 { 6��fFl,'Nl.�l�I G'1-lti l Hi.ull 6•l�l fiOG7.Ifi Y 6�IdUiiSi1 �P,r� G'.1.1��hF�la i�F� 694'�7]fo- M1' 1 F^:SA95.uT7 t��w�Rti�� ���a i I+�I��'�4 hd 115i} f,4+154�(�.if! Yi']�9iRi`_5'fM i,�I�5k17 JRR [��Jd ;71�1 f fl• �n{S�I�fJ Sr,a by�!57��h 7!e {�9�L5'!2 f_dE'+ I,'Pa�,{,�Il. � 1 1,9�Ly{�i 1.'Y��! i,!�:l;fr[i �1+Y'+ I,'i�ltiil �..liT' fi�94�539 �19� 6�J�1';Si�i 1G7.1 b'1�}'o-�G 11. a!Y 6`J�45�G5G.5`.+ wid,{A17 {if• �r�G .37i k GRx f,i}i�r,{�;S �l �ati,l � : � I . �� 5 fi9453'19 16 : &�45Z4Z.2�s] �gA!'s, � k i,? �I I�'1��5]n�� �4P1 �,�{�� i I d d� � 1; I��l,1ti 1 I S �1�4j r,^d5i �'�'I I17 �al.[�Il�ii tfl4 f.��i�il fx R7h � ��i.�ii rtx; _49? r�rb7�74.1�1. � ii1 M�I�7.7�d 9 �4 +f si`.bp.7�s��.�,�4 J i, l 2 3 � J fi i1 11i 11 St f3 14 l7 !4 I� 1$ 19 2�t i� 7! 7{ 7•1 i�� �b z� 3R �'I �17 11 "s1 .i I 3�t 35 Zf 9� �n :19 +10 �I �? e� � �d .j 4 � I+ Ensr�ai;, tl€k' 2.'�;,i���l I��'- 3�5}{�ti;2 I�li .i296[}38 i�}�� �296D1�.�2�� . � ":rrT r.1 T!. �2'4,r1e�.7� I ir.9��7{r).. i i �. .rrrtiyi� i,s ��'!'�' I i I�4 I�I zz�saH, � =, ) 229586�:R92 22'176wCr �7��: 12'JSSYiL i�i71 � t wtiH,L I '� 8 ; � �!+y7� 4f}.,4M1 1 ��3=;d�i?i Ffl'! 1�!SiYx7 ili 1 � J �9�7 aR fs�4 � 22 J5778,e1�;� � } �p57FiS. � �t :?`+S7`+@ 4'��I � � 9!F � �1�9 d t � � 351iLry d fi ] :33iF}h Ut �795G1S.L'JS :Z295fsb7:8£i3 2245�5�� .�t� 9'l.!}44�LI.,' f �79:�-'IS.F�1'� 2�7'ri'31 �III 7395rd�C, 7nt ��2'P5G ] I I 4�.�1 21�p45!,1 liiS 2795539.7TB 229g�70 �:� 2% n j}.L4 .Ui{i d1'iySL�] ill'� d J 4�55iF +;r�y ,!,!']55].il it� I.J.�1�tik1 i4ti 2l15S'1'2 G'�5 7_z95552 �A? t5�?ry+�1H a{s �! ) r� 4tiiU.�a Y 4 J 1 ] i}'�a� �L J�1 :1'ri'i 1�1 i�d1 raE �rti�i�tia�; 7ZG.o9 5�!ti4�a Fl�r.i 7�5,GGR GV IIIM 72G.84 i�Y JI IhS 72„S�.3r� i�MliF�ll�.} 7: r. 1:.9 i�� II I� �[d 4;'i I �t r i•i �p,sH �.VM krM � � y} j � y+�Fy1 141 Mj il!_GS` 4��IIIM ill.{d�' 4+R1111wn1 710.UA6 1AIM RIH[ %41_�ff tiY�'11k181 i;'�_111y 41''M allS.i {fl'�•Ifif 4VM+llh� '�1{I�f�!k�Y a-f} IiIM �II!_+fi�t �yh1H IkIM �{ib �+i. S':M�I NtM f 1l, J 1 B SiMr I Ii1M 7iD.68& G1t ifPh�# 7:�.l:l: 4w NIM %i,' !14H f.V HIM 711:.t��k� Wklllih� 72.F.1L WhdHif�s ih�} F!7 {G IhIM 7X'J.3 Ld SSMH Jtl#al 7�'�.�.2� L1�M HEM y32.G$° Wf;R?� k�na Fqp,52i N'F,if�lhi 736 �SS CU I-0Lrr1 7 ., .71i, 6V I{fM 74��:qH� oV lifh'� 7�1�7.A«K I H 7�!h.i�l W.4�=11h� 74f.77 % CO Rlh/l 7�:L',.i��4 Wr,3ailh' 'r�F�,.:�ry s5n�al filM 7S1 �}!Fi5 Wh���a: Tu�. r.4 s vu ka +uNl !�] Rrl wAA�UQ,� '5�.��_f SShAI{ pYM F�l.f� WI�1�lIA� �ct RR wn� ni�.� -�42.1.:'� 4VM IlllA �Sj${Ij '�+Mj ISIh'1 FS� k�r� 4YM n1�1 '12 98t� Sti�iii H�h1 I �� t � � i I 1_ �', 4 � � �; i; I 3` � � t�r'J`���,i`, ' . r���l d ' '-�+�� ��'� � � i f� �i � J:�14D402�Specifications�COFW-5pecificatinns - Unit 2\Div 01-General Requirements�017123.16.01_Attachment A_Survey 5taking Standards.docx Page 24 of 26 C. �ther preferred as-built deliverable 5ome vendors have indicated that it is easier to deli�er this information in a different format. Below is an example spreadsheet that is also acceptable and can be obtained by request from the survey s�perintendent. J:�14040Z�Specifications�COFW-Specifications - Unit 2�Div 01-General Requirements�017123.16.01 Attachment A_Sur�ey Staking Standards.docx Page 25 of 26 J:�140402\Specifications�COFW-Specifications - llnit 2\Di� 01-General Requirements�01 7123.16.01_Attachment A_5ur�ey 5taking Standards.docx Page 26 of z6 017423-1 CLEAAITNG Page ] of 4 1 2 3 PART 1 - GENER,AL 4 1.1 SUMMARY SECTION Ol '�4 23 CLEANING 5 A. Seciion Inctudes: 6 1. Intermediate and final cleaning for Worlc not ir�cluding specia! cleaning of clased 7 systems specified elsevvhere 8 B. De�iations from this City of Fort Worth Standard Specification 9 l . Nane. la C. Related Specificatian Sections include, but are not necessarily Gmited to: 11 i. Division 0— Bidding Requirements, Cqntract Forms and Coi�ditions of the Cantract 12 2. Diviston l— General Requirements 13 3. Section 32 92 13 - Hydro-Mulching, Seeding and Sodding �4 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Meas�areinent and Payment 16 1. Work associated with this Item is considered subsidiary to the various Items bid. �� Na separate payment will be allowed for this Item. 18 L3 REFERENCES [NOT USED] 19 1.4 ADMINISTRATIVE R�QLJIREMENTS 20 A. Scheduling 21 l. Sched�le cleaning operations so that dust and otlier contazninants disturbed by ZZ clean�n� process wi1I not fall on newly painted surfaces. 23 2. Schedule final cleaning upon compietian of Work and immediately prior to final 24 inspection. 25 1.5 SUBMITTALS [NOT USED] 26 1.6 ACTION SUBMITTALS/INFORMATIONAL SUSMITTALS [NOT iTSED] 27 1.7 CLOSEOUT ,SUSMITTALS [NOT USED] 28 1.8 MAINTENANCE MATERIAL SUSMiTTALS [NOT [TSED] 29 �.9 QUALITY ASSURANCE [NOT US�D] 30 L1U STORAGE, AND HANDLING 31 A. Storage and Handling Requirements 32 1. Store cIeaning prodUcts and cleaning wastes in containers specifically dasigned for 33 those materials. CrTY OF r�iT WQRTH PYIft-Cp9 51IiF.F,T RIiYAfR /J.[} It�COFJ, YR(XiR�M Atv17 NfiP3l 3OIT[EI ylUFi IJEEb, biS f_ W p35 MAIhS I1vQ'RC1V_ STANDARD CONSTRUCTION SPECINiCATION DOCUM6NT5 02389 & 024�15 Ae�ised .Iuly l, 2011 U17423-2 CLEA[�TING Page 2 of 4 1 l.11 FIELD [SITE] CONDYTIONS [NOT USED] 2 1.12 WARR.ANTY [NOT USED] 3 PART 2 - PR�DUCTS 4 2.1 OWNER.-FURNISHED [ox] OWNER-SUPPLIEDPRODIICTS [NOT USED] 5 �.2 MATERIALS 6 A. Cleaning Agents 7 1. Compatible with surface being cleaned g 2. New and uncontaminated 9 3. For manufactured surfaces 10 a. Material recammended by manufacturer I 1 2.3 ACCESSORIES [NOT USED] 12 2.4 SOURCE QUALITY C�NTROL [NOT USED] 13 PART 3 - EXECUTION 14 31 INSTALLERS [N�T USED] 15 3.2 EXAMINATION [NOT USED] 16 3.3 PRE�'ARATION [NOT USED] l7 3.4 APPLICATION [NOT USED] 18 3.5 REPAIR / REST4RATION [NOT USED] 19 3.b RE-INSTALLATION [NOT USED] 20 3.'� FIELD [oe] ,S1TE QUALITY CONTR4L [NOT USED] 21 3.8 SYSTEM STARTUP [NOT USED] 22 3.9 ADJUSTING [NOT USED] 23 3.10 CLEANING 24 A. General 25 1. Prevent accumulation of wastes that create �azardous conditions. 2b 2. Conduct cleaning and disposal operati�ns to compiy with laws and safety orders of 2� gpverning authorities. 2g ;. Do not dispase of volatile wastes such as mineral spirits, oil or paint thinner in 29 storm or sanitary drains or sewers. 30 4. Dispose of degradable debris at an approved salid waste disposal site. 31 5. Dispose of nondegradable debris at an approved solid waste disposal site or in an 32 alt�rnate manncr approved by City and s•egulatary agencies. 33 6. Handle rr�aterials in a controlled manner with as few handlings as possible. CITY OF FORT WOIiTH PYIS-CiY9 S'kl{GGC RF.PnIK.aN� IiECON. PROCRAM ANbNEAR SUUCE{ SIDF.M�ll. bIST. W&SS MAIN]M�'kUV. STAI+fDARD COI�FSTRUCTION SPECTP[CATIQN DOCUMENTS Q2389 c� 02415 Revised July 1, 201 E Ol 7423-3 CLEANINU Pagc 3 of 4 i 2 3 4 S 6 7 8 9 10 11 12 13 14 15 16 17 1$ 19 za 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 3$ 39 40 41 42 43 44 7. Thoroughly clean, sweep, wash and polish a11 Work and equipment associatec! with this project. 8. Remo�e all signs of temporazy constructian and acti�ities incidental to construction of required permanent Work. 9. If project is nat cleaned to the satisfaction af the City, the City reserves the right to have the cIeaning completed at the expense of the Contractor. 10. Do nat burn on-site. B. Intermediate Cleaning during Canstruction 1. Keep Work areas clean so as not to hinder health, safety or convenience of p�rsonnel in existing facility operations. 2. At maximum weekly intervals, dispose of waste materials, debris and rub6ish. 3. Con,fine construction debris daily in strategically lacated container(s}: a. Co�er to prevent btowing by wind b. Store debris away from construction or operational acti�ities c. Haul from site at a minimum af ance per week 4. Vacuum clean interior areas when ready to receive fnish painting. a. Cantinue vacuum cleaning an an as-needed basis, unti] Final Acceptance. 5. Prior to stoim events, thoroughly clean site of aIl loose or unsecured iteins, which may becom� airborne ar transported by flowing water during the storm. C. Intezior Final Cleaning 1. Remo�e grease, mastic, adhesives, dust, dirt, stains, �ngerprints, iabels and other fore�gn materials from sight-exposed surfaces. 2. Wipe all lighting fixture ref[ectors, lenses, lamps and trims ctean. 3. Wash and shine gIazing and mirrors, 4. Polish glossy suriaces to a ci�ar shine. 5. Ventilating systems a. Clean permar�ent filters and replace disposahle filters if units were operated during construction. b. Clean ducts, blowers and coils if units were operated without filters during canstruction. 6, Replace all burned out lamps. 7. Braom clean process area floors. S. Mop of�ce and control roatn floors. D. Exterior (Site or Right of Way) Final Cleaning 1. Remove trash and debris cantainers from site. a. Re-seed ar�as disturbed by location of trash and debris containers in accorclance with Sectian 32 92 13. 2. Sweep rqadway to remove all rocks, pieces of asphalt, concrete or any ather object that may hinder or disrupt the flaw of traffic alang the roadway. 3. Clean any ir�terior areas inc�uding, but t�ot limited to, vaults, manholes, structures, junctian boxes and inlets. 4. If no longer required for maintenance of erasion facilities, and upon approva] by City, remove erasion cantrol from site. 5. Clean signs, lights, signals, etc. C1TY OF FURT WOR�H }'Y IAi'➢9:ti1 KIiFT AGPAIN ANfJ H�OIJ. PAOCItAM ANI]�p,k gpl]TII31l)� MF.D, DIS7. W&35 MAIN IMI'RnV. STANBA�I7 CONSTRUCTION SPECIFICATIOAI DOCUMENTS 02389 & Q244S Revised.Tuly 1, 2011 017423-4 CLEANING Page 4 of 4 1 3.11 CLOSEOUT ACTIVITIES [NOT USED] 2 3.12 PROTECTION [NOT USED] 3 313 MAINTENANCE [NOT USED] 4 314 ATTACHMENTS [NOT USED] 5 END O�' SECTYON CITY OF FORT WORTH Fv�s-c.�� �7r��r RFrn�K.armxecoN rxoa�unrtarroTn:ruc soum sr€�FMe� �isr. w�ss nanc�a �n�u�xov. STAi�IDARD COiVSTAUCTIQN SP�CIFICATION DOCUM8NT5 02389 & 02445 Revised 7uly 1, 2011 ai �� ��- � cr.os�av�� x�Qtr�x�M�rrTs Page L of 3 1 2 3 PARTI- GENERAL 4 1.1 SUMMARY SECTIQN O1 7719 CLOSEOUT REQUIREMENTS 5 A. Section IncIudes: 6 1. The procedure for closing ou� a contract 7 B. Deviations �rom this City of Fort Warth Standard Speciftcation 8 1. None. 9 C. Related Specification �ections incIude, but are not necessarily limited to: 10 1. Division 0— Bidding Requirements, Contract Farms and Conditians of the Contract 11 2. Division 1— General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement ancf Paym�nt ]4 1. Wark associated with th�s Item is considered subsidiary to the various Items bid. 1S No separate payment will be allowed far this Item. 16 �.3 REFERENCES [NOT USED] 17 1.4 ADMINISTRATIVE REQUIREMENTS 1 S A, Guarantees, Bonds and Affidavits 19 1. No application for final payment will be accepted until afl guarantees, bonds, 24 ceriiiicates, licenses and afiidavits required far Work or equipment as specified are 21 satisfactorily filed with the City. 22 B. Re2ease of Liens or Claims 23 1. No applicafion for iinal payment r�vill be accepted until satisfactory evidence of 24 release of liens has been submitted to the City. 2�5 1.5 SUBMITTALS 26 A. Submit a]] required documentation to City's Project Representative. 27 1.6 INFQRMATIONAL SUBMITTALS [NOT USED] 28 1.7 CLQSE�UT SUBMITTALS [NOT USED] 29 PART 2- PRODUCTS [NOT USED] 30 PART 3 - EXECUTION 31 3.1 INSTALLERS [NOT USED) 32 3.� EXAMINAT14N [NOT USED] 33 CZTY ��` Fa2T �OR�I�H l� Y IX�TY9 FTRLGI R�PAIR nND RGCON. YKUC:EiAM At,b Ni'iAK SouTH S1DE MFill. ll13'i'. W&Sfi MAIN 1MPKOV_ S"fANDARD CdNSTRUCTION SPECIPTCAT�ON DOCUMEIVTS 02389 & 02445 Revised Iuly l, 201 L 017719-2 CLO5EdUT REQlJIREMENTS Page 2 of 3 3.3 PREPARATION [NOT USED] 2 3.4 CLOSEOUT PROCEDURE 3 A. Prior ta requesting Final Inspection, submit: 4 1. Project Record Documents in accordance with Section Ol 78 39 5 2. Operation and Mazntenance Data, if required, in accordance with SecYion d1 78 23 6 B. Priar to requesting Final Inspection, perform final cleaning in accordance with Section 7 O 1 74 23. 8 C. F'inalInspection 9 1. After final cleaning, provide notice to the City Project Representative that the Work 10 is completed. 11 a. The City will make an initial Final Inspection with the Contractor present. 12 b. Upon corrzpletion of this inspeciion, the City will notify the Contractor, in 13 writing within l0 business days, of any particulars in which this inspectiott i4 reveals that the Work is defective or ineomplete. 15 2. Upon receiving written notice frqm the City, immediately undertake the Wark 16 required to remedy deficiencies anc! complete the Work to the satisfaction of the 17 City. 18 3. Upon completion of Wark associatec� with the items listed in tl�e City's written 19 notice, infarm the City, that the requirec� Work has been completed. Upan receipt 20 of this notice, the City, in the presence of the Contrac#or, will make a subsequent 2I Final Inspection of the project. 22 4. Provide all special accessaries required ta place each item o�equipment in full 2; operation. These special accessory ite►ns include, but are not limited to: 24 a. Speciiied spare parts 25 b. Adequate oii and grease as required for the �rst lubrication of the equipment 2G c. initial fill up of all cl�emical tanks and fuel tanks 27 d. Light bulbs 2g e. Fuses 29 f Vault keys 30 g. Handwheels 31 h. Other expendable items as required fot initial s#ai�-up and operation of all 32 ec�uiptnetli 3� D. Notice of Pcoject Campletion 34 1. Once the City Project Representative finds the Work subsequent to Final Inspection 35 to be satisfaciory, the City wilI issue a Notice of Project Completion {Green Sheet). 36 E. Supporting Documentation 37 1. Caordinaie with the City Project Representative to complete the following 38 additional forms: 39 a. Final Payment Request 40 b. Statement of Conia'act Time 41 c. Affida�it oi Payment and Release of Liens 42 d. Consent of Surety to Final Payrnent 43 e. Pipe Report (if required) 44 f. Contractor's Evaluation of Ciiy 45 g. Performance Evaluation of Contractor C1TY Or FORT WORTH FYl81:U9 STRGLT RF.Pn1R AND RL•CON.I'RO(;;2NS ANDNEAR So1JFH 3lbGtuffiD. DIST. W&SSMAIN 1MPROv_ STANDARD CONSTRLTCTION SPECIPIC�TION DOCUMENTS 02389 & 02445 Revised lu[y 1, 2011 �1 7719-3 CLOSEOUT REQUIR�MEIVTS Page 3 of 3 1 F. Letter of Final Acceptance 2 i. Upon review and accepta�ce of Notice of Project Completion and Supporting 3 Documentatian, in accordance with General Conditions, City will issue Letter of 4 Final Acceptance and release the Final Payment Request for payment. 5 3.5 REPAIR / RESTORATION [NOT USED] 6 3.6 RE-INSTALLATI4N [NOT USED] 7 3.7 F�ELD [oa] SITE QUALITY CONTROL [NOT USED) 8 3.8 SYSTEM STARTUP [NOT USED] 9 3.9 ADJUSTING [NOT USED] 10 3.1D CLEAN�NG [NOT iTSED] l I 3.11 CL�SE4UT ACTIVITIES [NOT USED] 12 3.12 PROTECTION [NOT USED] 13 3.13 MAINTENANCE [NOT USED) 14 3.i4 ATTACHMENTS [NOT USED] IS [C i7 END OF SECTION CI�1'Y �� �'flR�r �0[�T� FYIR-CllY y"fHFFI' RL�PA1KANo RPCON. YRUCR�MANUN�nx Sn1117I31VE MF.n.OI9T_ W�55 MAINIMYIiUV. STANDARI} CONSTRUCTIdN SPECII'ICATI�N I}OCUMENTS 02389 & 01445 Revised July l, 2011 �_x�.. - . r^ '� . �� . �� �. � � ,�"� , � . . �, �'' CITY dF FORT WORTH f � . .� �. � �. � � �,,: � � � � FYlB- CU 9 5"fREF:'T RFP�f IR AND RGCONS. Fr NLAR SO[177iSJDL'M[iU. U1STRlCT W&S fMPROY. 02389 & 02445 ai �sz3-t OPERATION AND MAINTLNANCE DATA Page I oF5 x 2 3 PART1- GENERAL 4 1.I SUMNiARY 5 6 7 $ 9 10 11 12 13 14 15 16 17 1.2 1$ 19 2Q 21 1.3 SECT�ON 0178 23 OPERATION AND MAINTENANCE DATA A. Section Includes: 1. Product data and related infarmation appropriate for City's maintenance anc� aperation of products furnished under Contract 2. Such products may it�clude, but are not ]imited to: a. Traffic Controllers b. Trrigation Controliers (to be operated by the City) c. Butterfly Valves B. Deviations from fhis City of Fo� Worth Standard S�ecification 1. None. C. Related Specification Sections include, but are nat necessarily limited to: i. Division 0— Bidding Requirements, Cantract �'arms and Conditions of the Cantract 2. Division 1— General Requirements PRICE AND PAYMENT PR4CEDURES A. Measurement and Payment 1. Wark associated with this Item is considered subsidtary to the various Items bid. No separate payment will be aIlowed for this Item. RE�ERENCES [NOT USED] 22 1.4 ADM]1VISTRATNE REQUIREMENTS 23 A. Schedule 24 1. Submit manuals izi final form ta the City withiu 3Q calendar days af product 25 shipment to the project site. 26 1.� �UBMITTALS 27 A. Submittals shall be in accordance with Section Ol 33 �0. All submittals shall be 28 approved by the City prior ta delivery. 29 1.6 INFORMATIONAL SUBMITTALS 30 31 32 33 34 35 36 37 A. Submittal Form 1. Prepare data in form of an instructianal manual for use by City personnel. 2. Format a. Size: 8'/z inches x l l inches b. Paper 1} �FO pound minimum, white, for typed pages 2} Holes reinf�rced with plastic, cloth or metal c. Text: Manufachuer's printed data, ar neatly typewritten CITY OF FORT WQRTH I�Y 18�D9 EiAC•CT RPPAIK ANI] RF.C(]N. PROCiItAM AM] NFAR SOIRI l J11Jki MFI} I31ST. W@35 MAIN IMI'ROV. STANDARD CONSTItUCTION SPECIFICATI4N DOCUMENTS 02389 & 0�445 Revised December 2a, 2Q12 01 78 23 - 2 QPERATION AND MAINTENANCE DATA Page 2 of 5 1 2 3 4 5 G 7 8 9 10 lI ]2 13 14 15 16 17 18 19 24 21 d. Drawings l) Provide reinforced punched binder tab, bind in with text 2) Reduce iarger drawings and fold to size of text pages. e. Provide fly-leaf for each separate product, or each piece of operating eyuipment. 1} Provide typed description of product, and majar component parts of equipment. 2) Provide indexed tabs. f Cover 1) Identify each voIume with typed or printed title "OPERATING AND MAINTENANCE 1NSTRUCTIONS". 2) List: a) Title of Project b) Tdentity of separate structure as applicable c) Identity of general subject matter caverecf in the manual 3. Binders a. Commercial qualiiy 3-ring binders with durable and cleanable plastic covers b. When multiple binders are used, carrelate tlie data into related consistent groupings. 4. If available, pravide an el�ctronic form of the O&M Manual. B. ManuaI Content 22 1. Neatly typewritten table of contents for each volume, arranged in systematic order 23 a. Contractor, name of responsible principal, address and telephone number 24 b. A list of each prodUct required to be included, indexed ta content of the volume 25 c. I,ist, with each product: 26 1) The name, address and telephone number of the subcantractor or installer 27 2) A list af each product required to be included, indexed to content of the 28 volume 29 3) Identify area of respo�ns�bility of each 30 4) Local sou�'ce oi supply for parts and replacement 3l d. Identify each product by product name ancf other identifying sy�nbols as set 32 forth in Contract Documents. 33 2. Product Data 34 a. Include only tf�ose sheets which are pertinent to the specific product. 35 � b. Annotate each sheet to: 36 1} Clearly identify speciiic product ar parY installed 37 2} Clearly identify data applicable ta installation 38 3) Delete references to inapplicable information 39 3. Drawings 40 a. Supplement product data with drawings as necessary to clearly illustrate: 41 l) Relations of component parts of equipment and systems 42 2) Control and flow diagrams 43 b. Coardinate drawings with information in Project Record Documents to assure 44 corr�ct illustration of completed installation. 45 c. Do not use Project Record Drawings as rnaintenance drawings. 46 4. Writier� fext, as required to supplement praduct data for the particular installation: 47 a. Organize in consistent format under separate headings for different procedures. 48 b. Provide logical scquence of instructions of each procedure. CITY QF' F'�RT WdRTH CYIR-CD9 SI'RF..�' R�:PA]x ANll kctCON. PROCCtAM A1Vn NF,AR SOU7'H `SED6 MG�. F?IST, W@SS MAIN EMl'R�1V_ STANDAKD CbNSTRUCTION SPECIFICATION DOCUMBNTS 023$9 & 02445 Revised December 2D, 2012 017823-3 dPF„RATIOIV AND IVfAINTENANCE DATA Page 3 of 5 1 2 � � 4 S 6 7 8 9 10 11 12 13 14 15 16 17 E8 l9 20 21 zz 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 4S 46 47 48 5. Copy of each warranty, band and ser�ice contract issued a. Provide inFormation sheet for City personne] giving: 1) Praper pt•ocedures in event of failure 2) It�stances which might affect �alidity of warranties or bo�ads C. Manual for Materials and Finishes I. Submit 5 copies of complete manual in final form. 2. Content, for architectural products, applied materiais and finishes: a. Manufacturer's data, giving full infortnation on products 1) CataIog number, size, compositian 2) Color and texture designations 3} Information required foz' reordering special manufactured products b. Instruciions far care and maintenarace 1) Manufacturer's recommendat[on for types of cleaning agents and methods 2) Cautions against cleaning agents and methods which are det��imental to p�oduct 3) Recommended schedule far cleaning and rnaintenance 3. Content, for moisture protection and weather e�posure products: a. Manufacturer's data, giving full information on producfs I ) Applicable standards 2) Chemical cpmposition 3} Details of installatio� b. Inst�ructions for inspection, maintenance and repair D. Manual fpr Equipment and �ystems 1. Submit 5 copies of camplete manual in final form. 2. Content, for each unit af equiprr�ent and system, as apgrapriate: a. Description of unit and camponen# parts 1) Function, normal operating characteristics and ]imiting conditions 2) Performance curves, engineering data and tests 3} Canriplete namenclature and cammercial number of replaceable parts b. Operating procedures 1} Start-up, break-in, routine and narmal aperating instructions 2} Regulation, cantrol, stopping, shut-down and emergency instructipns 3) Summer and winter operating instructions 4) Special operating instructions c. Maintenance procedures 1) Rautine operations 2) Guide to "trauble shooti�g" 3} Disassezr►bly, repair and reassembly 4) Alignrr►ent, adjusting and checking d. Setvicing and lubrication schedule 1) List of ]ubricants required e. Manufacturer's printed operating and maintenat�ce instructions f. Description of sequence of operation by control manufacturer 1) Predicted life of parts subject ta wear 2} Items recommended to be stocked as sgare parts g. As installed control diagrams by controls manufacturer h. Each contractor's coordination drawings 1) As installed color coded piping diagrams C1TY OF FORT WOATI{ FYIftLb9 STRGCiI RN PA1R ANl] RCCON. PHO(ii2Ai�h ANfJ NCA2 SOII l H 5[17F. M�I], �[ST. W&3914UllN IMI'H(7V. STANI3ARD CONSTRUCTIdN SPEC�FICATIdN DOCUM�NTS D2389 c� Q2445 Revised December 2Q, 2D l2 0 ] 78 23 - 4 pPECLAI'ION AND MAINTENANCE DATA Page 4 of 5 1 2 3 4 s 6 7 8 9 10 11 12 13 14 15 16 17 18 i9 20 21 22 23 24 25 26 27 28 29 e 4. i. Cha�ts of valve tag numbers, with loca#ion and function of each valve j. List of original manufacturer`s spa�•e parts, manufacturer's cu�'rent prices, and recamrnended quantities to be maintained in storage k. Other data as required under pertinent Sections of Specifications Content, for each efectric and electronic sysien�, as appropriate: a. Description of systenn and component parts 1) Function, normal operating charactej•istics, and iimiting conditians 2) Perfarmance curves, engineering data and tests 3) Complete nomenclature and commej•cial number of replaceable parts b. Circuit directories of panelboards 1) Electrical service 2) Controls 3) Communications c. As insialled color coded wiring diagrams d. Operaiing procedures 1) Routine and normal operating instructions 2) Sequences required 3) Special operating instructions e. Maintenance procedures 1) Routine operations 2) Guide to "trouble shaoting° 3) Disassembly, �'epair and reassembly 4�) Adjustment and checking f. Manufacturer's printed operating and maintenance instr�actions g. List of original manufacturer's spai•e parts, manufacturer's current prices, and recommended quantities to be maintained in storage h. Other data as required under pertinent Sections af Specifications Prepare and include additional data when the n�ed for such data becomes appaa•ent during instruction of City`s personnel. 30 1.7 CLOSEOiTT SUBMITTALS [NOT USED] 31 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 32 �..9 QUALITY ASSURANCE 33 A. Provide operation and maintenance data by personnel with the following criteria: 34 1. Trained and experienced in mainte:nance and operation af described producis 3� 2. Skilled as technical writer to ihe extent required to carr�municate essential data 36 3. Skilled as draisman competent fo prepare required drawings CITY OF PORT WORTFI rriacnvsr�eaeracrn�RnNoa�coN.Frnocw+MnrroNr:nasoar€�sia�Mcn.n�sr.w�ssi,�r.irnrm�Rov_ S'FANDARll CON3T1tUCT103�1 SPECIFICATI01+! DOCUM�%TTS 0�389 & 02445 Revised December 20, 2012 01 78 23 - 5 OPERATION AND MAINT�NANCE DATA Page 5 of 5 1 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 2 Li1 FIELD [SYTE] CONDITIONS [NOT U�ED] 3 112 WARRANTY [N�T USED] 4 PART 2- PRODUCTS [NOT USED] 5 PART 3- EXECUTION [NOT USED] � END OF SECTION CliY �r FdRT ��RT� FylP-L'IJ9 31"Iif:F.T RGPAIR AND R�CDN. PIiOCNAM ANb IJ�AR So[1TtI SIUt Mf:fi. �I57. W&ss MnIN IMPRaV. STANDARD CQNSTRUCTION SPECIFICATION DOCUMEIdTS D2�?89 & 02445 Re�ised Decem6er 2Q, 2012 . i �� ' � � . • � . � - �, 4 � ^ � _ f '� � � � � J'. CITY OF F�RT W ORTH I�Y18 -- CD 9 ST REFT REYAI2dNd RFf'ONS. & NIRR SOUT'li S1dF. MF.D. DJST ItICT H'&SIMPROY. O13S9 & 02445 0[7839-] PRO]ECT RECORD DOCUMETiTS Page I oF4 1 2 3 PART1- GENERAL 4 1.1 S IIMMARY �ECTI�N O1 i8 39 PR07EC`�' RECORD DOCUMENTS 5 A. Section Includes: 6 1. Work associatec! with the documenting the project and recording changes to project 7 documents, including: 8 a. Record Drawings 9 b. Water Me#er Service Reports 1Q c. Sanitary Sewer Service Repor�s 11 d. Large Water Meter Reports 12 B. Deviations fro�n this City of Fort Worth Standard Specification ].3 l. None. 14 C. Kelated Specificaiion Sections include, but are not necessarily liznited to: 1 S 1. Divisfon �— Bidding Requirements, Contract Forms and Conditions of the Cpntract lb 2. Division 1— Generai Requireinents 17 1.2 PRICE AND PAYMENT PROCEDURES 18 A. Measuretne€�t and Payment 19 1. Work associated with this ltem is cansidered subsidiary ta the various Items bid. 20 No se�arate payment will be allowed far this Itezn. 21 1.3 REFER�NCES [N4T USED] 22 1.�4 ADMTNISTRATIVE REQUIREMENTS [NOT USED] 23 1.� SUBMITTALS 24 A, Prior to subr�aitting a request for Final Inspection, deiiver Project Record Dpcumen#s to 2S City's Project Representative. 26 1.6 ACTION SUBMITTALSIINFORMATIONAL SUBMITTALS [NOT USED] 27 1.7 CLOSEOUT SUBMITTALS [NOT USED] 28 1.8 MAINTENANCE MATERIAL ST_TBMITTALS [NOT USED] 29 1.9 QUALITY ASSURANCE 30 A. Accuracy of Records 31 l. TharoLighly coordinate changes withis� the Aecord Dpcuments, making adequate 32 and proper entries on each page of Specifcations and each sheet of Drawings and 33 ather pocuments where such entry is required to show the change properly. 34 2. Accuracy of records shall be such that future search for items shpwn in the Contract 35 Documents may zely reasona6ly on information obtained from the approved Project 36 Record Docwnents. CiTYOF FOL2T WORTH Hr�s-cr�ysra�irrxFrnnz.nniuuecoH.eaa�xnn,snrmnnaizso�.rr«siu�MFn.nftir.w�ssMnmi�ov. STANDARD CONSTItUCTId1�I SPECIFICATIO?V DOCUMENTS D2389 & 02445 Ite�ised fuly l, 201 i O17839-2 PROJECT RECORD DOCUMEI�TS Page 2 of 4 l 3. To facilitate accuracy af records, make entries within 24 hours after receipt of 2 information that the change has occurred. 3 4. Provide factual information regarding all aspects of the Work, bath concealed and 4 visible, to enable future modiiication ofthe Work to proceed without lengthy and S expensive site measurernent, investigation and examination_ 6 1.1U ST4RAGE AND HANDLING 7 8 9 ia 11 12 13 14 15 lfi A. Storage and Handling Requirements 1. Maintain the job set af Record Documents completeiy protected from deterioratio� and from loss and danrzage until completion of the Work and transfer of all recorded data to the final Project Record Documents. 2. In the event of loss of recorded data, use means necessary to again secure the data to the City's approval. a. In such case, pravide replacements to the standards originally required by the Contract Docuz�nents. 1.1x FIELD [SITE] CONDIT�4NS [NOT USED] 1.12 WARRANTY [NOT USED] 17 PART 2 - PR�DUCTS I8 2.1 OWNER-FURNISHED [ox] OWNER-SUPPLIED PRODUCTS [NOT USED] i9 20 21 22 2.2 REC�RD DOCUMENTS A. Job set 1. Promptly following receipt of the Notice to Proceed, secure from the City, at no charge to the Contractor, 1 complete set flf all Dacuments comprising the Contract. 23 B. Final Record Documents 24 1. At a time nearing the completion of the Work and prior to Final Inspection, pravide 25 the City 1 camplete set of all Final Record Drawings in thc Contj'act. 26 2.3 ACCESSORIES [N�T USED] 2i � 28 29 30 31 32 33 34 35 2.4 SOURCE QUALITY CONTROL [NOT USEDJ PART 3 - EXECUTYON 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3A MAINTENANCE DOCUMENTS A. Maintenance of Job Set l. I�nmediately upon receipt of the job set, identify each of the Documents with the title, "RECORI] DOCUMENTS - .TOB SET". GITY OF FORT WORTH FYIR CD9 STR�b7' [EP.PAIIi hNi] [iECO[�. PRaR.4MLANDNfA1t SOU7"II SI�7EM�b. bl5i. W&59 MAINIMI'�toV_ STANDARD CO[�(STRUC'fION SPECiFICATION DOCUMENTS 02384 & 02445 Revised July 1, 2011 Q L 78 39 - 3 PRO]ECT AECORD DOCLIMHNTS Page 3 of 4 1 2. Preservation z a. Considering the Cantract completion time, the probable number of occasians 3 upon which the job set must be taken out for new entries and for examination, 4 and the conditions under which these activities will be performed, devise a 5 suitable method for protecting the job set. 6 b. Do not use the job set for any purpose except entry of new data and for review 7 by the City, until start af transfer of data tp �nal Froject Record Documents. g c. Maintain the job set aC the site of work. 9 3. Coordination with Construction Survey 10 a. At a fninimutn, in accordance with the intervals set forth in Section Q1 71 23, 11 clearly mark any deviations from Contract Docurr�ents associated with 1Z installation af the ir�frastructure. I3 14 15 16 17 18 19 2U 2I 22 23 24 25 26 27 28 z� 30 31 32 33 34 35 36 37 38 34 40 41 �42 4. Making entries on Drawings a. Record any deviations from Contract Documents. b. Use an erasable co�ored pencil (not ink pr indelible pencil}, cleariy describe the change by graphic line and note as required. c. Date all entries. d. Call attention to the entry by a°cloud" drawn around the area or areas affected. e. In the event pf overlapping changes, use different colors fo:t the overlapping changes. 5. Conversion of schematic layouts a. In some cases on the Drawings, arrangements of conduits, circuits, piping, ducts, and simiiax items, are shown schematically and are not intended to portray precise physical Iayaut. 1) Final physical arrangement is determin�d by the Contractor, subject to the City's approval. 2} Hawever, destgn of future mpdiiicatians of tlte tacility may require accurate information as to the fznal physical layout of items which are s�own only schematically on the Drawings. b. Show on the job set of Record Drawings, by dimensian accurate to within 1 inch, the centerline flf each run of items. I) Final physical arrangement is determined by #he Contractor, subject to the Cify's approval. 2) Show, by symbol or note, the vertical lacation ofthe Item ("under sla6", "in ceiling plenum", "exposed", and the like}. 3) Make all identification sufficiently cEescriptive that it may be related reliably to the Specificatiorts. c. The City may waive the requirements foz conversian af schematic layouts where, in the City's judgment, conversion serves no tisaful purpose. However, do nat rely upan wai�ers being issued except as specifically issued in writing by the City. B. Final Project Record Dqcuments 43 1. Transfer of data to Drawings 44 a. Carefully transfer change data shawn on the job set of Record Drawings ta the 45 corresponding final documents, coordinating the changes as reyuired. 46 b. Clearly indicate at each aftected detail and other Drawing a full description of 47 changes made during construction, and the actual location of items. CITY OF FORT W ORTH rY is�n9 sTa�cr warnnz arm Kecarr. Qaa;urmn nrm r�n�c so rrr� sm� n�N.n. n�er. w�ss Mnna r�Ko�_ STANDARD CONSTRUCTION SPECIFICAT[ON DOCUMENTS 02389 & U2445 Revised July 1, 20l 1 a� �s39-a PROJECT RECORD DOCUMENTS Page 4 oi� 4 1 c. Call attention to each entry by drawing a"cloud" around the area or areas 2 affected. 3 d. Make changes neatly, consistently and with the praper media to assure 4 longevity and clear reproduction. S 2. Transfer of data to o�her pocuments 6 a. If the Documents, ather than Drawings, har�e been kept clean during progress of 7 the Work, and if entries thereon have been orderly to the approval of the City, 8 the �ob set of those DocumenTs, other than Drawings, will be accepted as final 9 Record Documents. 10 h. If any such Document is not so approved by ihe City, secure a new copy of that I 1 Docuzr►ent from the City at the City's usual charge for reproduction and 12 handling, and carefully transfer the char�ge data to the new copy to the approvaI 13 of the City. 1�4 3.� REPAIR / RESTORATION [NOT USED) 15 3.6 RE-INSTALLATION [NOT USED] 16 3.i FIELD [ox] S�TE QUALITY CONTROL [NOT USED] 17 3.S SYSTEM STARTUP [NOT USED] 18 3.9 ADJIISTING [NOT USED] 19 3.10 CLEANING jNOT USED] 20 3.11 CLOSEOUT ACTIVITIES [NOT USED] 2I 3.12 PROTECTION [NOT USED] 22 3.�3 MAINTENANCE [N4T USED] 23 3.i4 ATTACHMENTS [NOT USED] 24 25 26 END OP SECTION CiTY OF FORT W ORTH k Y]Bd;�9 STR�F7 R�Pa.Uc PN�3 [tF.CON. YROGIL4M AAID N�AIL 30UTI3 SI�F. MF U. UlST. W.4SS M��� ��'AOV. STANDARD CONSTRUCTION SPECIPICATION DOCUMENTS 02389 & 02445 Revised Ja[y 1, 2011 33 OS 14 - 1 ADJUSTING MAN�IOLES, INLETS, VAT,VE BOXES, AhiD OT�IEK $TRUCTURES TO GRADF. Page l of 7 1 2 3 SECTION 33 0� 14 ADJUSTING MANHOLES, INLET,S, VALVE B4XES, AND O`I'HER STRUCTURES TO GRADE 4 PARTi- GENERAL 5 11 SUMMARY 6 A. ,Section Includes: 7 1. Vertical adjustments io manholes, drop iniets, valve boxes, cathodic protection test 8 stations and ather miscellaneaUs siructures to a new grade 9 B. Deviations fratxi this City of Fort Worth Standard Specification 10 1. None. ll 12 13 14 15 16 17 18 19 20 21 22 23 24 25 x.2 2G 27 28 29 30 31 32 33 34 35 3b 37 38 39 40 C. Related Specification Sections include, but are not necessarify ]imited to: 1. Dzvision 0— Bidding Requirements, Cantract Forms, and Conditions of the Contract 2. Division ] — Gen�ral Requirerr�ents 3. Section 32 O 1 17 — Permanent Asphait pa�ing Repair 4. Section 32 O1 29 — Concreie Pa�ing Repair 5. Section 33 OS 10 — Utility Trench Excavation, Einbedment and Backfll 6. Section 33 OS 13 — Frame, Cover and Grade Rings 7. Section 33 39 10 — Cast-in-Place Concrete Manholes 8. Sectiqn 33 39 20 — Precast Concrete Manholes 9. Section 33 12 20 — Resilient Seated (Wedge) Gate Vatve �0. Section 33 l2 21 —AWWA Rubber-Seated Butterfly Valve 11. Section 33 44 i 1— Corrosipn Contral Test Station 12. Section 33 04 12 — Magnesium Anode Cathodic Pratection Systert� PRICE AND PAYMENT PROCEDURES A. Measurement a�� 'ayment 1. Ma�lhole — I� `.ior Adj ustment a. Measurement 1} Measurement for th�s Item shall be per each adjustment using only grade rings or other minar adjustment devices to raise or Iow�r a manhole to a grade as specified an the Drawings. b. Payment 1} The wark perfartned and the materials furnished in accordance with this Item will be paid for af the unit price bid per each "Manhole Adjustment, Minar" corr�gleted. c. The price bid shall include: ] ) Pavement removal 2) Excavation 3) Hauling 4) Disposal of excess material CITY OF FORT WORTH I+YIe-Cp9 yTiitET RLPAIfcA�1nR�CON.1'HiHiRAMAFInNGpItSUUTHSI�EMF.n. pIST. W&SAMAINIMIRtqv, STANDARD CONSTRUCTIpN Sl'ECTI'ICATION DOCiTMENTS 02389 & 02445 Revised September 20 2U17 3305l4-2 AD7USTING MANHOLES, II+lLETS, VALVE BOXES, AND OTHER STRUCTUR�,S TO GRADE Page 2 of 7 I 2 3 4 5 6 7 8 9 10 11 12 1� 14 15 I6 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 4Q 41 42 43 44 45 46 47 48 49 50 2. 3 5} Grade rings or other adjustment device 6) Reuse of the existing manhole frame and cover 7) Furnishing, placing and compacfion of embedment and backfill &) Concrete base material 9) Permanent asphalt patch or concrete paving repair, as required 1 q) Clean-up Manhole - Major Adjustment a. Measurement 1} Measurement for this Item shall be per each adjustment requiring structural modifications ta raise ar lower a manhole to a grade as specified on the Drawings. b. Payment 1} The work perfarmed and the materials furnished in accordance with this Item wilI be paid for at the unit price bid per each "Manhole Adjusiment, Major" campleted. c. The price bid shall inc�uc�e: 1} Pauement removal 2) Excavatian 3) Hauling 4) Disposal of excess material 5) SYructural modif cations, grade rings or other adjustment device 6) Reuse of the existing ma��hole fratn.e and caver 7) Furnishing, pIacing and campaction of embedment and backfil] 8} Concrete base material 9} Pern�anent asphalt patch or concrete paving repair, as required 10) Clean-up Manhole - Major Adjustment with Frame and Cover All existing 24" diameter Sanitary Sewer Rims within paving limits shall be replaced r�ith 30" diameter Sanitary Sewer Rims wiih concrete collar per City of Fart Worth Standards. a. Measurement 1) Measurement for this Item shall be per each adjustment requiring structural modificaiians to raise or lower a manhole to a grade specified an the Drawings or structural modifications for a manhole requiring a new frame and cover, often for changes to cover diameter. b. Paynnent 1) TI�e work performed and the materials furnished in accordance with this Ttem will be paid far at the unit price bid per each "Manhale Adjustment, Major w/ Cover" compleied. c. The price bid shall include: 1) Pa�ement remo�al 2) Excauation 3) Hauling �) Disposai of excess material 5) St�-uctural modifications, grade rings or other adjustment device 6} Frame and cover 7} F�rrnishing, placing and compaction of embedment and backfill S) Concrete base material 9) Permanent asphalt patch or concrete paving repair, as required 10} CIean-up CITY OF FORT WORTH FYIs�Cll931'[EIiETAEPAlkAi�IDRECON.PROCRAMAM7NF.AliSUl71'H9ill6NIGD.UIST. W&SSMA]NIb]PROV. STANDARD CONSTRUCTION SPECIFICATlON DOCUMEMTS 02389 & 02445 Revised September 20 2017 330514-3 AD7USTING MANHQLES, iNL�TS, VALVE BOXES, ANi} OTHER STRUGTURES TQ GRADE Page 3 of 7 i 2 3 4 5 6 7 S 9 10 11 12 i3 14 15 I6 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 3G 37 38 34 40 41 42 43 44 45 46 47 48 49 50 5 6. 4, lnlet a. Measurement 1) Measurement for this Item shall be per each adjustment requiring structural rr�odifications ta inlet ta a grade s�ecifled on the Drawings. b. Payrnent t) The work perfarmed and the materials furnished in accardance with this Item will be paid for at the unit price bid per each "Inlet Adjustment" completed. c. The price bid sha]] include: 1) Pavement removal 2) Exca�ation 3) Hauling 4} Disposal of excess material 5) Structusal modifcations G) Furnishing, placing and compaction of embedment and backfill 7) Concrete base material, as required 8) Surface restoration, permanent asphalt patch or cpnctet� paving repair, as required 9) Clean-up Valve Box a. Measurement 1) Measurement far this itern shall be per each adjust�nent to a grade specified on the Drawings. b. Payment 1) The work performed and the materials furnished in accordance with this Item will be paid far at the unit price bid per each "Valve Box Adjustment" coznpleted. c. The price bid shall include: 1} Paeement removal 2} Excavation 3} Haulin� 4} Disposal of excess material S) Adjustment device 6) Ft�rnishing, placing and compaction of embedment and backfill 7) Concrete base material, as requirec� S) Surface restoration, permanent asphalt patch �r concrete paving repair, as required 9) C1ean-up Cathndic Protection Test Station a. Measurement 1) Measurement for this Item s�al] be per each adjustment to a grade specified on fhe Drawings. b. Payment 1) The rn+ark performed and the materials furnished in accardance with this Item will be paid for at the unit price bid per each "Cathpdic k'rotection Test Station Adjustmenf" completed. c. The price bid shall include: 1) Pavement removal 2) Excavation 3) Hauling CiTY OF FOIZT W ORTH I+Y lAL'U') S'fItF.FT RP,PAfFt ANO RL3CON_ YlioGxnM nNp NCAIL SOS]"fH SIUf Mf:fi. fi157. W&AS i�fAIN Ii�RUV_ STANDARD CdNSTRUC"FION SPECTF[CATION DOCUMENTS 02389 & 02A45 Revised September 20 2D17 33 05 14 - 4 ADNSTING MANHOLES, fNLETS, VALVE BOXES, AIJD OTHER STRUCTl1RES TO GRADE Page 4 af 7 1 2 3 4 5 G 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 2S 26 27 28 29 30 31 32 3a 34 35 36 37 38 39 40 41 42 43 44 �5 46 47 7 8. 4) Disposal af excess material 5) Adjustment device 6) Furt�ishing, placing and compaction of embedtnent and backfill 7) Concrete base material, as required 8) Surface restoration, permanent asphalt patch or concrete paving repair, as requfred 9} Clean-up Fire Hydrant a. Mea,suren�ent 1) Measurement for this Item shall be per each adjustment requiring stem extensions to meet a grade specified by the Drawings. b. Payment 1) The work perfornaed and the materials furnished in acco��dance with this Item will be paid for at the unit price bid per each "Fire Hydrant Stem Extension" completed. c. The price bid shall include: 1} Pavement removal 2} Excavation 3} Hauling 4) Disposal of e�cess material 5) Adjustment materials 6) Furnishir�g, placing and campaction of embedment and backfilI 7) Concrete base material, as renuired 8) Surface restoration, permanent asphalt patch or cancrete pa�ing repair, as required 9) Clean-up Miscellaneous Structure (�hlater meters} a. Measurement 1} Measurement for tY�is [tem shall be pej- each adjustment requiring structural modi�cations 6" or �nore to said structure to a grade specified on the Drawings. b. Payment 1) The work performed and the z�r�aterials furnished in accordance with thzs Item will 6e paid for at the unit grice bid per each "MisceIlaneous Structure Adjustm v��t" completed. c. T}�e price bid s� =1i include: 1) Pavement , �maval 2) Excavation 3) Hauling . 4} Disposal of excess maierial S) Structural modifications 6} Furr�ishing, placing and compactian of embedment and backfill 7} Concrete base material 8) Permanent asphalt patch or concrete paving rapair, as required 9) Clean�up 1.3 REFERENCES A. �efinitions l. Minor Adjustment CITY �F �'QRT WORTH FYIR-CD9 STRFF.T RIePAIKAND [U:CON. PRO�:R/��/�7m N�nFc 30(1TI1 J[DGMC�. DISF. W&55 MAIN IMI'1{UV. STANDARD CONSTRUCTION SPECIFICATIdN AOCLIMENTS 02389 & 02445 Revised SepEember 20 2017 330514-5 ABJUSTING MANHOLES, INLETS, VALVE BOXES, AND OTHER S'fRUCTURTS TO GRADE Page 5 of 7 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 lG 17 18 a. Refers to a smal] elevation change performed on an existing manhole where the existing frame and co�er are reused. 2. Major Adjustment a. Refers to a significant elevation change performed qn an existing manY►ole whic� requires structural modification or when a 24-inch ring is changed ta a 30-inch ring. B. Referetace Standards l. Reference stat�dards cited in this Specification refer to the current reference standard published at the time of the latesf revision date logged at the end of this Specificatian, unless a date is specifically cited. 2. Texas Commission on Environmental Quality (TCEQ): a. Title 30, Part I, Chapter 217, Subchapter C, RuIe 217.55 — Manholes and Related Structures. � .4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORIVIATIONAL SUBMITTALS [NOT IISED] 1.7 CL�SEOUT SUBMITTALS [N4T I7SED) 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 19 1.9 QUALITY ASSURANCE [NOT U�ED� 2p 1.14 DELIVERY, STORAGE, AND HANDLING [NOT USED] 2l 1.11 FIELD [SITE] CONDIT�ONS [NOT USED] 22 1.1.2 WARRANTY [NOT USED] 23 PART 2 - PRODUCTS 24 21 OWNER-FURNISHED (ox] OWNER-SUPPLIED PRODIICTS �NOT USED] 25 �.2 MATERIALS 25 27 28 29 30 31 32 33 34 35 A. Cast-in�Place Concre�e 1. See Sectian 03 30 00. 8. Modificatians to Existing Concrete Structures 1. �ee Section 03 80 00. C. Grade Rings 1. See Section 33 OS 13. D. Frame and Cover l. See Section 33 OS 13. E. Backfill material l. See Section 33 OS 10. Cl'TY O F FpRT WORTH FY IS�CD9: TI2GGT 1{�YAIR AT�17 RF.CON. PROGIiAM AN3] PoFAR Sp[17 �� $[➢C MGU. UIS I'. W&53 MAIN IlMROV, STANDARI7 CONSTAUCTION SPECIFICATION dOCUMENT5 02389 & 02445 Rcvised September 2U 2Q17 330514-6 ADNSTING MANi-iOLES, INLE`i'S, VALVE SOX�S, AND pT1-IER STRUCTURES TO GI2ADE Page 6 of 7 1 F. Water vaive hox extension 2 I. See Section 33 I2 20. 3 G. Corrosion Protection Test Station 4 1. See Section 33 04 I l. 5 H. Cast-in-Place Concrete Manholes 6 1. See Section 33 39 10. 7 I. Precast Concrete Manholes 8 1. See Section 33 39 20. 9 2.3 ACCESSORIES [NOT USED) 10 2.4 SOURCE QUALITY CONTROL [NOT TJSED] 11 PART 3 - EXECiTTION 12 3.1 INSTALLERS [NOT IISED] 13 3.2 EXAMINAT�UN 14 A. Verifcatior� ofCondi�ions 15 l. Examine exisiing structure to be adjusted, for damage or defects that may affect 16 grade adjustmeni. 17 a. Report issue to City for consideration before beginning adjustment. 18 3.3 PREPARATION 19 A. Grade Verificaiipn 20 1. On major adjustments confirm any grade cl�ange noted on Drawings is consistent 21 with field measurements. 22 a. If nat, coordinate with City to verify finai grade before beginning adjusin�ent. 23 3.4 ADJUSTMENT 24 A. Manholes, In�ets, and Miscellaneous Structures 25 l. On any sanitary sewer adjustment replace 24-inch frame and cover assembly with 26 30-inch frame and cover assembly per TCEQ requirement. 27 2. On manhole nrNajor adj�stments, inlets and miscellaneous siruciures protect the 28 bottorri using waod forms shaped to fit so tnat no cfebris blocks the invert or the 29 inlet or outlet piping in during adjus#ments. 30 a. Do not use any more than a 2-piece bottam. , 31 3. Use the least numher of grade rings necessary to meet required grade. 32 a. For example, if a 1-foot adjustment is required, use 2 6-inch rings, not 6 2-inch 33 rings. 34 b. The maximum height of adjustzx�ent shall be no more than 12 inches for any 3S combination of grade rings. If 12 inches is required, use 3-- 4 inch rings. 36 B. Valve Soxes 37 1. Utilize typical 3 piece adjustable valve box for adjusting to �nal grade as shown on 38 the Drawings. CITY OF PORT WORTH PY16-C�9 STREET R�l'AIR A�7x5COAi_YxDOkusMAMJM3AR S011TH 51I]F. MF.➢. fliST. W&SS MhINIMPRDV. STANDARD CONSTRUCTION SPEClF1CATION DOCUMENTS D2389 & 02445 1Zevised September 20 2D17 33D5 [4-7 ADJUSTING MANHQLE$, TNL�TS, VALV�, BOXES, AND OTHER STRUCTURES TO GRAD� Page 7 of 7 1 C. Backfill and Grading 2 1. Backfill area of excavation surrounciing each adjustment in accordance to Section 3 33 OS 10. 4 D. Pavement Repair 5 1. If required pauement repair is to be performed in accordance with Section 32 O1 17 6 or Section 32 O1 29. 7 3.5 REPAIR / RESTORATION [NOT USED] 8 3.G RE-INSTALLATION [N4T USED] 9 3.� FIELD (ox] STTE QUALITY C4NTROL [NOT USED] 10 3.8 SYSTEM STARTUP [N�T USED] 13 3.9 ADJUSTING [NOT USED] 12 3.10 CLEANING [NOT USEDj 13 3.11 CLOSEOUT ACTIVITIES [NOT USED] 14 3.12 PROTECTION [NOT USED] 15 3.13 MAINTENANCE [NOT USED] f 6 3.14 ATTACHMENTS [N�T USED] 17 END OF SECTION Revision Log DATE NAIVIE STTMMARY OF CHANGE 1.2.A — Pay item added far a major manhole adjustment which reuses Ehe e�isting tirame and co�er and a major adjustment requiring a new firame and cover; Added 12/20/2012 D. Johnson items to be included in price bids; Blue text added for clarificaiion for miscellaneous structure adjustments 3.4 — Pa�ement repair re�uiremenfs were added 9/20/2017 W. Norwood 3.43 Eliminate 24 inch requirement for m�imum chimney height adjustment. i�� 3.4.4.h Add requirecnent for maximum height of grade rings to be 12 inches ar 3-4 inch rings 1$ C1TY OF FORT W Oi2TH �Y1N-C[YJ Sl'Rf L:l" 12tPA1N ANf] HF.C[1N, i'ROCRAMI ANl) NLA[i SOU I'fi SIDF. MFD DIST. W t85 MP.IA fMk'KUV. STANDARD CONS'1'RUCTION SPECIFICATION DOCTJIvIENTS 02384 & 02445 Revised September 20 2017 � � . � � �: � , `� - � �. � '' . . ,i � � Y f'� � � , � ` '� ��y- � . � � � �� CITY OF FORT WOKTH lYIB- C'U 9 SI1iL•'L•'I'IfEPAlR AND RFCONS. R NG[R SOU7Ti SIPL• MED I)I.STRI['T W&S IMPROV. 02389 & 02445 33 39 60 -1 LINERS FOR SANITARY SCWER STRUCTURES Page L of 12 1 SECT[�N 33 39 60 2 LINERS �'OR SANITARY SEWER STRUCTURES 3 PART 1 - GENIIZAL 4 1.1 SLJNIlI�ARY S A. Section Includes: 6 1. 7 8 9 10 11 2. 12 13 14 3. 15 16 t7 I8 19 20 Application of a high-build epoxy caating system (ar modified polyrrzer Gner system, i.e. SpectraShield) to cancrete utility structures such as manholes, lift station wet wells, junction boxes or ather concrete facilities that may need protection fratn corrosive materials. This covers rehabili�atian of existing sanitary sewer structures and newiy installed sanitary sewer structures. For sanitary sewer mains $-inch diameter and larger, use of a struciural ]iner systenn, Warren Environmental System 301, ARC S 1HB by A. W. Chesterton Company, is acceptable. For sanitary sewer mains 8-inch diame�er and sttzailer, and l�ss than 6-feet in depth, use of a liner system, SpectraShield, is acceptable. B. Deviatia�s from this City of Fort Worth 5tandard Specification 1. None. C. Related Specification Sections include but are not necessarily limited ta: 1. Divis ion 0— Bidding Requ�rerr�ents, Contract Forms, and Conditians of tlae Contract 21 2. Dieision 1—General Req�irements 22 3. Section 33 O 1 30 — Sewer atad Matil�tole Testing 23 1,2 PRICE AND PAYNIQVT PROCIDi1RE,S 24 25 26 27 28 29 30 3l 32 33 34 35 36 37 38 39 A_ Measurement and Payment 1. Manholes a. Measurement 1) Measurement for this Item shatl be per vertical foot of coating as measured from 2-ir�ches below the bottom af the retnovable co�er (not frame} to the tap of the bench. �is inclqdes lining of all exgosed cancrete, the �nch and invert, thru the use of flowtontrol devices (i.e. temporary plugs, sand bags), to tempararily block flow. Howe�er, as a last resart and with prior written app�oval fram Water Field Operations, if the flowcan not be blocked tennporarily, then the lining would stop 3-inches from the edge of ihe water in the pipe. This item co�ers the total vertical footage for the specif'ic bid iiems of various manhole sizes {ie. 4 foot diameter, 5 foot diameter, Specific Manho�e Designs far lines larger than 36-inch, etc.) and specif'ic types (Standard Manhole, Drap Mat}hole, Type "A" Manhole, Shallow Manhole, including additional depth beyand 6 foot). b. Payment CIT'Y OF FOitT WORTH NYIe-CI793TRF.F.TRR1'q7F�n�a�CO[S.PROCi2AMANUNtARSOUTHSInF.MIiD.DISi. W&SSMAII�'It�II'ILOV. STANDARD COt�STRUCi'lON SPECIFICATION DOCUMENTS Q2389 & 02�445 Revised Septem6er 23, 2020 33 39G0 -2 LINERS FOR SANITARYSEWER STKUCTURES Pagc 2 of l2 2 3 10 11 iz l3 14 15 16 17 18 19 zo 21 22 23 24 25 26 27 28 29 34 31 32 33 34 35 36 37 38 39 40 41 42 43 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 bid per vertical foat of "ManhoIe Liner" applied. c. The price bid shall include: 1) Remioval of roots 2) Removal of existing coatings 3) Eliminating any leaks 4) Removal of steps 5) Repair/seal connection of the existing frame to chimney b) Repairs of any cracks it� the existing structure chimney, corbel (cone), wall, bench, including any replacement of damaged rebar, pipe 7) Surface cleanit�g $) Furnishing and instal]ing Lin�r as specified by the Drawings 9} Hauling 10) Disposal of excess material 11) Site Cleau-up 12} Manhole andYnvert C[eaning 13) Testir�g 14) Re-Testing 2. Non-Manhole Structures a. Measurement 1) Measuremeni for this Item shall be per square foot af area where tt�e coating is applied. b. Payment 1} The work perfarmed, and materia�s furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid per square faot of "Structure Liner" applied. c. The price bid shall include: 1) Reznoval of roots 2) Rezxkoval of existing coatings 3) Elitxzinating any leaks 4) Removal of steps 5) Repair/seal connection of the existing frame to chimney 6) Repairs of any cracks in the existing structure chimney, corbel (cone), wall, ����-ch, including any replacemen# of damaged rebar, pipe 7 � { �urface cleaning 8} 1 F�u'nishing and instalfing Liner as specifed by the Drawings 9) Hauling 10} Disposal of excess rr�aterial 11) Site Clean-up 1�) Manhole and Invert Cleaning 13) Testirig 14) Re-Testing 44 1.3 RF.FFFtFNCFS 45 A. Reference Standards 46 1. Reference standards cited in this Specification refer to the current reference 47 standard published at the time of the latest revisian date logged at the end of this 48 Spec�fication, ut�less adate is specifically cited. CITY OF FORT WORTH FY]SL'U95TRGLTRF,P��RnN[7x�CbN.PROGRAMANDNFhR30L�IH3I�EMCD.DIST. W�SSMA[NIMeAOV. STA1�iDARU CONSTRUCTION SPECIFICATIpN DOCUMENTS 02389 & 02445 Revised September 23, 2020 33 34 b0 - 3 LIlVER5 POR SANTi'ARYS�WERSTRUC'I'URES Page 3 of L2 1 2 3 4 5 6 7 $ 9 ia i� 12 13 14 15 rs I7 1$ 19 20 2I 22 23 24 25 2f 27 28 29 30 3l 2. ASTM International (ASTM): a. D543, Standard Practices for Evaluating the Resistance of Plastics to Chemical Reagents. b. D638, Stand`ard Test Method for Tensile Praperties of Plasiics. c. D695, Standard Test Method for Compressive Praperties of Rigid Plastics. c!. D790, �tandard Test Methods for FlexuraI Properties of Unreinfarced and Reinforced Pfastics and Electrical Insulating Materials. e. D4060, Standard Test Method for Abrasion Resistance of Organic Coatings by the Taber Abraser. £ D44I 4, Standard Practice for Measurement of Wet FiIm Thickness by Notch Gages. g. D7234, Stand Test Method for Pull-Off Aclhesion strength of Caatings on Concrete Using Portable Pull-Off Adhesion Testers. 3. Environmental Pratection Agency {EPA}. 4. NACE Ynternational (NACL+�. Published standards from the Natiottal Associatinn af Corrosion Engineers �. Occu�tional Safety and Health Administration (OSHA.). �nploy a irench safety system in accordance with Sectio� 6. Resaurce Cons�r�ation and Recovery Act, {RCRA}. 7. The Society for Frotective Caatings/NACE International(SSPGNACE): a. SP 13/NACE No. 6, Surfaee Preparatian of Concrete. 'llais includes moni�oring for hydrogen salfide, methane, or [owoxygen. Also includes flow control equipment. Surfaee preparation ec�uipment may include high pressure water cleaning (3500 psi) and shall h� suited to provide a surface compatible for installation of the liner system. Surface preparation shall produce a clean, abraded, and sound surfacc, with no evidence of loase concrete, loose bricl�, laase mortar, ai[, grease, rust, scale, other cantaminants or debris, and shall display a sarface profiEe suitable far application of the liner system. b. SP0188, Discontinuity {HoIiday) Testing of New Protective Coatings on Conductive Substrates 32 L4 ADIVIINISTRATIVE REQiJIREIVIEL�TTS [NOT USID] 33 I.� SUBMITTALS 34 A. Submittals shall be in accordance wi�h Section Ol 33 00. 35 B, All submittals shall be approved by the City prior to delivery. 36 1.6 ACTION SUBNIITTALS/�NFORMATIONAL SUBMITTALS 37 38 39 40 41 42 43 44 A. Product Data 1. Technical data si�eet on each product used 2. Material Safety Data Sheet (MSDS) %r each product used 3. Copies of independ�ni testing performed on the coating product indicating the product meets the requirements as specified herein 4. Technical data sheet and project specifc clata for repair materials ta be topcaated with the coating product including application, cure time and surface pt'eparation procedures CITY OF FOIiT WORTH FYIft�Cn95TREGTRLYALLiAN17HF.CC]IV.PROCIiAMANllN�AIiSOUTHSIDEM6U.U[w'1' W&55MAINIMI'ROV. STANDARD CONSTRUCI'ION SPECIFICATION DOCUMENTS 02389 & 02445 Kevised September 23, 2020 33 3960 -4 LINER3 FOR SANITARY SEWCR S'I'RUGTURES Page 4 of 12 1 5. Materiai and method for repair of ieaks or cracks in the structure. 1�is 2 applies to repair work on both existing structures, manholes and newinstalled 3 manholes (including Develo�er projects) that have �en ident�fied rvith cracks, 4 voids, signs of infiltration, otLer structural defects ar other related 5 construction da�nage. B. Contractor Data I. Current documentation from coating product manufacturer certifying Contrac�or's training {andlar licensed} as an approved installer and equipment complies with the Quality Assurance requirements specified herein 14 2. 5 recent references of Contractor indicating successful application of coating 11 product(s) ofthe same materia.ltype as specif'ied herein, applied by spray 12 application within the municipal wastewater environment. References shall include I3 at Ieast the fol2owing: owner name, City inspector name and phone number, project 14 name/number, size and linear footage of sanitary sewer main, manhale diameter, 15 s�ructure dimensions and number af each, square feet (or vertical feet) of product 16 installed, contract cost, and contract duration. Cornractormustdemonslrate a 17 successful history of installing the product in structures of similar size and scope 18 and update this each time the contractor applies for and renews its Prequalificaiion I9 for the Water Department. 20 3. For Develog�r Projects — at the time oi Contractor selection, the 2l Prequalification Statement, Section 00 4� 1� s�all �e submitted to Yhe City, 22 clearly indicating the contractor prequali�ed for installation of 23 structure/manhole liner. No other bid submittals shall � accepted that 24 include lining contractors whose prequalification term has expired or is not on 25 the active contractor list at the time of Contractor selectian. Yf the submitfed 26 forms far this project not accepta�le, the City will refer to the curreut active 27 contractor prequalification lis� and the Contract4r shall select the appropriate 28 manhole lining subcontractor based on the project scog� of work. liie 29 Contractor shall then provide the revised Prequalification Statement Section 30 00 45 l2 for review and acceptancc. 31 4. This Specification (along with the CC'I'i� S�ciiication} and the associated 32 submittais including the work plan, QAJQC, testing, claseout documents, etc. 33 shall � discussed as part of the Pre-Canstructi�n Agenda fo�' each project 34 {Devclo�r projects included}. 35 �. Far any project, Developer projects included - If the Con�ractor proceeds with 36 application o�an unapproved lining product and/or using an unqualified 37 sub�ontractor for lining, the Cityshall recommend either repair and/or 38 removal of any defecbve lining rt�aterial and have the Contracfor select an 39 approved sa�ontractor that can apply the approved li�ting rnateriais. �is 40 work shall be at no additional cost to the City. CITY OF FORT W ORTH Fv�R-co9 sraF.rT eNrn�K nNu ��c oN_ Y�ocxaMallorv�nre souzi� sme��. uisr. w�ss Maaa�n,eaov. STANDARD CONSTR�IJCI'ION SPECIF[CATION DOCUMENTS 62389 & 02445 Revised 5eptember 23, 2020 33 39 6Q - 5 LINERS FOR SANITAI2Y SEW�R STRUCTURES Page 5 of t 2 1 6. Schedule and Sequence of Construction— Cansidering this is a s�tialized 2 installation ��-t'ormeci by only certified applicatars, the schedule for this work 3 has a lead titt�e that shall be included in the Contractor's scheduEe. If the 4 Contractor does not pro�ide written notification and/or fails to schedale the 5 sulxantractar in advance, the City shall no� l� res[�ansible for any additional 6 costs andlor delays caased by the Contractor. Contractor shall provide the 7 updated constructinn schedule and wor[� plan (ineluding manhale preparation, 8 repairs, lining, testing, etc.} in accordance with Section 013� 16 at least 1 week 9 prior to start af lining activities ta the City Inspector, City Praject Manager, 10 Water l�eld Og�rations, and Water Capital Projects. Equipment shall be on- 11 site and in working order for t�e testing. Ifthe Contractor is unable to have 12 eyuipment ready for test'rng, the test date shall be rescheduled accordingly 13 with the Insg�ctor. The u�ated construction schednle shall clearly indica#e 14 all related construction activities at the manholes t�fare and after linin� All IS paving activities, including any final grade adjustments for rtfanholes ou�side 16 pavemeni, shall � completed before Contractor begins lining worl�. After 17 liner in,stallation, Cantractor shall wait a min'rrnum of 4$ hours ta allowthe 18 liner material to fully cure l�fore returning the system to normal service. 19 CCTV per Section 33 0131 shall � sck►eduled after the lining has l�en 20 completed to document and confirm the manholes have l�en lined. 21 1.7 CLOSEQLIT SUBNIITTALS 22 A. Testing Documentation 23 1. Provide test results required in 5ection 2.4 and Section 3.7 to City. 24 a. Include the following manhole or structure locatian infor�mation: 25 ]} E�eisting sanitary sewer main/iateral nurnl�r. For Developer Projecfs, 2b provide proposed sanitary sewer line numl�r as designated on the plans 27 a�d provide the existing sanitary sewer main/lateral number at 28 co�nection to the existing manhole (if applieable). 29 2) Siation number 30 3} GIS ID number (if provided during construction). 31 b. Tnspectian report of each manhole/structure tested (See attached samp[e 3Z reports to be used for Wet I�lm Thickness, Manhole Haliday/Spark 33 Detection, and Manhole Adhesiott Test). ,. 34 1.8 MAINTINANCE MAT�AL SUBNII'Y`�:� ;�� [NOT USID] 35 1.9 QUALITY ASSIIRANCE 36 A. Qualificatians 37 1. Contractor 38 a. Be trained by, or ha�e training approved and certif"ied by, the coating pracfuct 39 manufacturer for the handling, m�ing, application and inspection of the coating 40 product(s} to be used as specified herein 41 b. Initiate and enforce quality control procedures consistent with the coating 42 product(s) manufacturerrecommendations and applicable NACE or SSFC 43 standards as referenced herein 44 1.10 DELIVERY, STQRAGE, AND HANDLING 45 A. Keep materials dry, protected from weather and stored under cover. ��� �F F�RT ���i� �YIR-C:➢9:�'f[iG61"Kk:YA1NANUAF.CON.ARfKRAMATlbNIIA2vOU7HS�D�:M�.n f11ST_W&SSMAINIMPROV, STANDARD COtVSTRUGTION SPECIFICATION DOGUM�NTS 02389 & 02445 Revised September 23, 2020 33 3960 -6 LINERS POR SANITARY S�W ER STRUCTURES Page 6 of 12 2 3 � 5 6 7 B. Store coating materials between 50 degrees F and 90 degrees P. C. Do not store near f�ame, heat or strong oxidants. D. Handle coating materials according to their material safety data sheets. s.ii ��,n �s�� co�vnY�[oNs A,. Pravide confined space entry, flow diversion and/or bypass plans as necessary to perform the specified work. Active f�ows shall be diverted wiih flow through plugs as required to ensure that flow is maintained offthe surfaces to be lined. 8 1.12 WARRAN'TY 9 A. Contractor Warranty 10 1. Contractor's Waxranty sk�all be in accordance with Division 0. 1 I PART 2- PRODUCTS 12 �.1 OWNER-I+'[IRNISHED [oa] �WNER-SUPPLIID PRODUCTS [NOT USID] 13 �.� EQUIPMI;NT, PRODUCT TYPF�, MATERIALS 14 A. Re�air and Resurfacing Products IS 1. Cort�patible with the specif'ied coating product(s) in order to band effectively, thus 16 forming a composite system 17 1$ 19 2Q 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 2. Used and applied in accorclance with ihe tnan�facturer's recomtnendations 3. The repair and resurfacing products must meet the fo9lowing: a. 100 percent salids, solvent-free epoxy grout specif'ically formulated for epoxy topcoating campati6ility b. Factory blended, rapid setting, high early strength, fiber reinforced, non-shrink repair mortar that can be toweled or pneumatically spray applied and specifically formuIated io be suitable for topcoating with the specified coating productused B. Coating Product 1. Capable of being installed and curing properly within a manhole ar concrete utility environment 2. Resistant to all Forms of chemical or bacieriological attack found in municipal sanitary sewer systems; and, capable of adhering to typical manhole structure substrates 3. The 100 percent solids, solvent-free ultra high-build epoxy sysiem shall exhibit the following characteristics: a. Applicatio�n Temperature — 50 degrees k', minimum b. Thickness — 125 mils minimum for newly installed structures; 250 nr�its minimum for rehabilitation of existing structures (Warren Environmental System 301, ARC S 1 HB by A. W. Chesterton Company) c. Co1or — White, Light Blue, or Beige d. Compressive Strength (per ASTM D695) — 8,800 psi minimum e. Tensile 5trength {per ASTM Db38) — 7,500 psi minimum £ Hardness, Shore D{per ASTM D45�1) — 70 minimum CTTY OF PORT WORTH }'YISCU95TRGLTRF.�A1xANllLCECON.PIiOCAAMANU[JtAR30CR'[ISIDT:MF.n n157'_W�SSMAINIMPROV. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02389 & 02445 Revised September 23, 2020 33 39 60 - 7 LINERS FOR SANI"]'AR}( SEWER STRUCTURES Pa�e 7 of I 2 7 8 9 10 ll 12 13 14 15 16 17 18 19 Za 21 22 23 24 25 26 27 28 29 34 31 g. Abrasion Resistance {per ASTM D406� CS 17F Wheel} — 80 mg loss m�imum h. Flexural Modulus (per ASTM D79p) — 440, 000 psi minim�m i. F]exuraI Strength {per ASTM D790) —12,000 psi mini�murri j. Adhesion to Concrete, mode of failure (ASTMD4541): Substrate (concrete) fai�ure k. Chemical Res�stance {per ASTM D543/G20) all types af service for: 1) Municipal sanitary sewer envit'onment 2) Sulfuric acid, 70 percent 3} �odium hydroxide, 20 percent 4. Dr, the multi-]ayer madified polyurea and polyurethane shall exhibit the followirig cha,racteristics: a. Application Temperat�re — 50 degrees F, minimum b. Thickness — 500 mils minimum (SpectraShield) c. Moisture Barrier and Final Carrosion Barrier 1} Color --Pink 2} Tensile Strength (per ASTM D412) — 2550 psi minimum 3) Hardness, Share D(per ASTM D2240} — 56 minimum 4) Abrasion Resistance (per ASTM D4060) — 20 mg loss maXirnum S) Percent Elongation {per ASTM D4 � 2) -- 269 d. Surfacer 1} Compressi�e Strength {per ASTM D1621} —100 psi minimum 2} Density (per ASTM D 1622) — 5 lbs/cu ft minimum 3} Shear Strength (per ASTM C273) — 230 psi minimum 4) C[osed Cell Content {per ASTM D144fl) —>95% C. Coating App�ication Equipment L Manufaci�u-er approved heated plural component ,spray equipment 2, Hard to reach areas, primer application and iauch-up may be perfor�ned using hand tooLs. 3. Applicator sktall use approved specialty equipment that �s adequate in size, capacity, and number sufficient to accomplish ihe work iri a time�y manner. 32 �.3 ACCFSSORIF� [NOT USID� 33 2.4 SOURCE QUALITY CONTROL 34 35 36 37 38 39 40 41 42 43 44 45 A. Coating Thickness Testing 1. �'ilm Thickness Testing for epaxy systems a. Take wet film thickness gauge measurements per A�TM D4414 — Standard Practice far Measurement of Wet Film Thickness by Notch Gages at 3locations within the manhole, 2 spaced equally apart along the wall and 1 on the bench. 1) Documeni and attest measuretn�nts and provide to the City. 2. Thickness Testing for modi�ed polymer liner system a. Upon installation ofthe Fina1 Corrosion Barrier insert probe into substrate for depth of system measurement at 3 locations within the manhole, 2 spaced equalIy apart along the vvall and 1 an the bench. 3. Document all testing results and provide to the City. B. Non-Conforming Wark C�� ��' F�RT WQ��H }'ylg-CDg51'RL'lifRAl'Am�lp[�CON.PR()(?RAMANL7PFF.AR;OC�'C[131Uf:MF.n.DI57.WfiS3MAINfM�'�ZOV, STANDAKD CONS7'RUCI'ION SPEC�ICATION DpCUMEN'['S 02389 & 02445 Revised September23, 2D20 33 3960-8 LINERS FOR SAMITARY S EW ER STRUCT URES Fage 8 of 12 2 3 4 1. City reserves the right to require additional testing depending on the rate of failure. 2. City will select testing Iocations. C. Testing Freyuency 1. Projects with 10 or less manholes and/or structures testall. 5 2. Prajects with greater than 10 manholes andlor structures, test at least 10 and test 25 6 percent of manholes and/or structures after the first 10. 7 3. City will setect the manholes and/or structures to 6e tested. S PART 3 - EXECUTIQN 9 3.l INSTALLERS lU A. AIl installers shall be certified applicators approved by the manufacturers. Applicator 11 shall use adequate number of skilled workmen that have 6een trained an�d experienced for 12 the approved product. 13 14 3.� EXAMINATION [NOT U�ED] 15 3.3 PREPARATION 16 A. Manhole Preparation 17 1. Stop active flows via dannming, plugging or diverting as required to ensure all 18 liquids are maintained below or away from the surfaces to be coated. 19 2. Maintain temperature of th� surface to be coated between 40 and 120 degrees F. 20 3. Shield spec�ed surfaces to avoid exposure af direct sunlight or other intense heat 21 source. 22 a. Where varying surface temperaiures do exist, coating instalIation should be 23 scheduled when the temperature is falling versus rising. 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 B. Surface Preparation 2. 3 4. E Remo�e oils, roots, grease, incompafiible existtng coatings, waxes, fortn release, curing compounds, efflarescence, sealers, salts or other contaminants which may affect the performance and adhesion oit�.��r �ating ta the substrate. Remove any st�ps found in the structure. Remove concrete anc�/or mortardarnaged by corrosion, chemical attack or other means of degradation so that only sound substrate remains. Surface preparation methad, or combination of m�ethods, that may be used include high pressure water cleaning, �igh pressure waterjettit�g, abrasive blasting, shotblasting, gririding, scarifying, detergent water cleaz�ing, hot water blasting at�d others as described in SSPC SP 13lNACENo. 6. All methods used shall 6e performed in a manner that provides a taniform, sound, clean, neutralized, surface suitable for the speci£ied coating product. After completion of surface preparation, inspect for leaks, cracks, holes, exposed rebar, ring and cover condition, invert condition, and in�et/outlet pipe condition. CTFY OE FORT W ORTH FY181;�9 STREAI RFPAI2ANb 2C•COil'.3'[iOG]ihM ANDNGAR Sn71F11 Sil�� SAGd, bl5i. W&SS Mh[N IMF'ROV. STANDARD CONSTRUGTIOIV SPECIFICATION DOCUMENT'S 02389 & 02445 Revised September 23, 2020 33 39 60 - 9 LINEKS FOR SANITARY SEW ER STRUCTURES Page 9 of 12 1 6. After defects in the structure have been identified, seal cracks, repair exposec� rebar 2 with new rebar to match existing, repair leaks and cracks wi�h grout or other 3 methods approved by the Manufacturer. AlI new rebar shall be embedded in 1%2 4 inch epoxy mastic. Replace/seal connection between exisiing frame ar�d chimney if 5 it is found Loose or not attachec[, 6 i. Tlae repair materials shall � trowel or spray applied by the Eining Contractor 7 uYr[izing prop�r equipment on to sg�cifiedsurt'aces. �e equipmentshallbe 8 specially designed to atcurate[y ratio and apgly the spacified materials and 9 shall be regularly maintained and in proper worl�ing order. 'll�e repair 10 mortar and e�a�y tap�oat must share the same epoxy mairi� ta ensure a 1l bonded weld. No tementitious repa[r material, quick setting high strength ]2 concrete with latex or curing agent additives, or quick set mortars wi[l be 13 allowed. �ro�r surface preparation pracedures �nust � folEawe�f ta ensare I4 adequate band strength ta an� surface to be coated. Newcement cure titne is l5 at least 30 days priar to coaiing. 11�e repair materials as sp�cified in t�is 16 Section shall apply ta ba�th existing structures and new enstalled structures. 17 This includes De�eloper prajects, in which newinstal[ed strt�ctures/manholes 18 have been identified with either cracks, voids, signs of infiltraiion, other 19 structural defects or other related construction damage. 20 3.4 INSTALLATION 21 22 23 24 25 26 27 28 29 30 3l 32 33 34 35 36 3'1 38 39 40 41 A. General l. Perform coating after the sewer line replacement/repairs, gracle adjustments and grauting are complete. 2. Perform application procedures per reco�nmendations ofthe coati�g praduct manufacturer, including environmental controls, product handling, m�ing and appIica�ion. B. Temperat�re 1. Only perform application if surface temperature is beiween 40 and 12p degrees F. 2. Ma[ce no applicatian if freezing is expected to occur inside the manhole wi�hin 24 hours after application. C. Coating 1. Spray apply per manufacturer's recommendation at a minimum film thickness as noted in Section 2.2.B. 2. Apply coating from battom of manhole frame to the 6ench/trough, inciuding the bench/trough. 3. After walls are coated, remove bench covers at�d spray bench/trough to at least the same thickness as the walls. 4. Apply any topcoat or additional caats within the product's recoat window. a. Additional surface preparation is required if the recoat window is exceeded. 5. Allow a minimum af 3 hours of cure time or be set hard to touch before reactivating f7ow . C1TY O�' FORT W ORTI I rrf K� � srR�r:r a�enuz nivn xFcnrr. Yicarkann nNn z.�ca,a sourx sinF Mco, n�sT. wass Mnm� i�aov. STANDARD CONSTILUCTI4M SPECIF[CATIOId DOCUMENTS 02389 & Q2445 Revised Septem6er 23, 2020 33 39 6D - 10 LIN�RS FOR SANITAKY SEWER STRUCTURES Page 10 of 12 i 3.� REPA�R / RESTORATION [NOT USID] 2 3.6 R�IN�TALLATION [NOT USID] 3 3.'� FIELD QUALITY CONTROL 4 A. Each structure will b� visually inspected by the City the same day following the 5 app�ication. 6 B. Groundwater infiltration ofthe system shall be zero. 7 C. All pipe connections shall be open and clear. 8 D. The inspector will check for deficiencies, pinholes, voids, cracks, uncured spots, 9 delamznation, and thin spots. Any deficiencies in the liner shall be marked and repaired 10 according to the procedures outlitaed by the Manufacturer. 11 E. If leaks are detected they wilI be chipped back, plugged and coated immediately with 12 protective epoxy resin coatit�g. 13 1. Malce repair 24 hours after Ieak detection. 14 F. Post Installation Coating Tests 1S 1. After liner installation, conduct �st-CCTV in accordance with Section 33 01 16 31. Video eamera shal! b� lowered from the #op of the manhole to the invert, 17 to video ail lined surfaces, prior to b�ginning past-CCTV af the rnain. 18 Payment for this work is subsidiary to the cost for the post�CC'� of the main. 19 2. Holiday Detection Testing 20 a. Holiday Detection test the liner per NACE SP0188 — Discontinuity (Holiday} 21 Testing of New Protective Coatings on Conductive Substrates. Mark a1I 22 cieYected holidays. Repair all hoIidays in accordance to caating manufacturer's 23 recommendations. 24 1) Document and attest all testresults repairs made and provide to the 25 City {see attached sample structure/manhole rep�rt). 26 �) F�r example, the typical testing reyuirements are 100 volts per mil to 27 1�,�00 volts to tes� 1�� mils. Contracfor shall marlc any location that 28 shows a spark or patential for a pinhole and repair these locations per 29 manufacturer recommendations. 30 3. Adhesion Testing 31 a. Adl�esion test the liner at a�ninimum of three locations {cone area, mid-section, 32 and bottom of the structure). For structw�es exceeding 6-feet add one additional 33 test for every additional6-f�et. For example: 6-foot manhole— 3 tesis. 6-feet, 1- 34 inch manhole thru 11-feet, 11-inch manhole— 4 tests, 12-foot manhole — 5 tests. 35 Etc ... Tests perfarmed per ASTM D7234 — Standard Test Method for Pull-Off 3b Adhesion Strength of Coatings on Concrete Using Portable Pull-Off Adhesion 37 Testers. 38 1) The adhesive used to attach'the dollies shall have a tensile sirength greater 39 that the liner. 44 2) Failure of the dolly adhesive is deemed a non-test and requires ret�sting. 41 3) 2/3rds of the pulls shall exceed 300 psi or concrete failure with more tha� 42 50% of the subsurface adhered to the coating. If over 1/3r� fail, additional tests 43 may be required by the City. If addrtional tests fail the City may require q4 removal and replacement of t�e liner at the contractor's expense. C[T'Y OF FORT W QRTH PY 18LD9 STxli�i' 2EPAIR AN� AGC(7N. PRIXiIthM AND NGAR SOULH sld� MGD. DIST. W&55 MAIN 1MPRDV. STANDARD CONSTRUGTTON SPECIFIGATION DOCCJivIENTS 02389 & 02445 Revised September 23, 2020 333s�o-it LINER5 FOR SAAliTARY SEW EK STRUCTURCS Page I I of 12 1 4. A banded third-party testing company shall perform the testing. 2 5. Or Confractor may perform tests if witnessed by representative af the coating 3 martufacturer. Coating manufacturerrepresentative to pro�ide cert�cation that 4 Contractor performed tests in accordance with noted standards. 5 G. Non-Conforming Work 6 1. City reserves ihe right to require additional testing depending on the rate of failure. 7 2. City wiil setecttestinglocaiions. 8 3. Repair all defects according to the manufacturer's recommendations. 9 H. Testing Frequency 10 1. Projects with 1Q or less manholes and/or siructu�s testall. I1 2. Projects vvith greater than 10 manholes and/or structures, test at least 10 and test 25 12 percent of manholes and/or sfructures after the first 1 �. 13 3. City wil] select the manholes and/or structures to be tested. 14 I. Test manhole for fnal acceptance according to Section 33 O1 30. 15 3.S SYS'I'EM START[IP [NOT LTSED] I6 3.9 ADJLTS'I�NG [NOT USED] 17 3.I0 CLEAlvING [NOT U�ID] 18 3.11 CLOSEOiJT ACTIVITIFS 19 A. Pro�ide alI test results from testing per Section 2.4 and applicator certifications per 20 Section 3. l. and rn accardance with Section 1.7. 21 B. Upot� fitial completion of the work, the manufacturer and/or the testing f�rm wil[ 22 provide a wriiten certificatron of proper application to the City. 23 C. The certificaiion will confirm that the deficient areas were repaired in accordance with 24 the procedure set forth in this Speci�cation. The fit�al report will detail the Iocation of the 25 repairs iri the structure and description of the repairs. See atiached testing forms. 26 3.12 PROTECTION [NOT USID] 27 3.13 MAINTENANCE [NOT USL►�� 28 3.14 ATTACI�NZS 29 A. Past Installation Inspection Fortt� -- Vacuum Tes# 30 B. Post Installation It�spection Form — Wei Film Thickness 31 C. Past Insta�lation Inspection Form — Holiday/Spark Detection 32 D. Post Installation [nspection Form — Manhole Adhesion Test 33 34 3 IND Qk' SECTION C1TY OF FORT W ORTH rvis-c u� srxFFr Rrrn�x nx� Kf:cnw. rrzocar.na nnm r.�na soUry sinF Anr:o. nrsr. w�ss Mnmr m�imv, STANDARd CONS'TRUCTiON SPECIFICATION DOCUMHNTS 02389 & 02445 Retrised September 23, 2d2� 33 39 60 -12 LINERS FORSANITARYSEWERSTKUCTURES Page 12 of 12 Revision I.og DATE NAME SUMMARY OF CHANGE Further clariiication on the sizes and types of manho[es under Part 1.2. Removal of Raven Liningsystem andinclusion ofSpectraShield and Warren�nviranmental 49-23-2020 J. Kasavich System 301, and ARC S1HB by A.W. Chesterton Company. Additional source quality conirol and �eld quality control test requirements. Added tesEingforrr�s for Wet Film Thickness, ManholeHoliday/SparkDetection, andManhole /ldhesion T est. C1TY OF F'ORT WORTI� FYIR-CD951']2tEfltL•PAIItANDRECON PRac;1tAMP.14DNGhRSOl71'HSIIlGMGD.D[ST.W.�SSNsA[N[MPAUV. STANDARD CONSTRUCI'ION SPEC�ICATIOiV DpCUMENTS 02389 & 02445 Revised 5epte�nber 23, 2020 POST I N STA LLAT I O N MANHOLE VACUUM TEST FORM Compa�y i�ame: Address: Phone #: Cefl: Coating Date: Project iVame: Contractor: Owner: Indicate Pass/Fail: location of Structure: Manhole Pour or Placement Date: Line & Statian #: Siructure Type: (check onej Inspection Date: inspectian Compa�y: Inspector Name: Repair Date: Repair �ocation: �ype of Repair: Re�aair Materials: Camrrtents: Work: Crew I.eader: ct #: Other: 4' DI 1111H TYPE A FLDW DIV BOX 5' DI fifiH TYPE B FLDW DtV BOX 6' DI ii/�Ff JUMCTf�N BOX 7' DI fVIE� SPHIPHOf� E�lTRY BOX i111ETERING STATION �/c'��l�Lli11 �eS� �eSUi$5 ���� ��� POST INSTALLATION MAIVHOL� LINER INSPECTiOfV FORM WET FILM THICKNESS Company iVame: Address: Phane #: Cell: Coating Date: Project Name: Contractor: Owne r: �hickness of Coating: Laca�ion af Structure: Line & Stafion #: Structure Type: (check one) Othe r: Wark: Crew Leader: Project #: IVIANHOLf l�l�QRMA�FO{� TYPE A FLDW DIV BOX TYPE B FLDW DN 80X JUf�CTIOIV BOX SPiiIPH�IV ENTRY BOX IVIETERII�G S�A7fON 4' DI Illib 5'�I�H 6' DI fV�F; �'DINib IIVet �'ilrn �F�icl�ness fl�easu�er�er��s We# Film Thickness Gauge per ASifVi D4414 at 3 Locations Within the IVianhole �wo (2} Spaced �qually Apart Along the Wall and One (1) on the Bench ������� Yes / f�o cture Maierial: Lining Nlaferial: Cornmenis: fi�F� �epfih: I�Ib �lidfh: �ench: NN�II (Gauge) In�el� (5prayed) *If f�o,lustify Yes / I�o 1� 5 / 2�0 Yes / *R�o Indi���e f!lleasurerr�rer�ts �rn $he �i�g�ar� �►boue PQST I NSTALLATION �[��T ��� MANHOLE HOLIDAY/SPARK DETECTION TEST �ORM �� Company Name: Address: Phone #: Cell: Coating Date: Project Name: Contractor: Owne r: Thickness of Coa#ing: Location of Structure: Line & Station #: Structure Type: [check one] Liner �Viateriai: 5park Tester Serial #: Valtage 5etting: lr�spectian �a#e: inspection Company: �nspector Name: Repair Date: Comments: Crew Leader: 1Alork: Project #: MANHOLE I�lF4RM1�4TI�N Othe r: 4' DI Mb TYPE A F�DW DIV BOX 5' DI f�H iYPE B FLDW DiV BOX b' DI IV�F� JUNCTION BDX �' DI Mb SPHIPHQN �I�TRY BOX tVIETERING STATION boliday �etection Tes� Resul�s (NACE $Pp188) Endica�� d�fect I�cat�o�s on drav�rin� *Non-Manhole Structures may requ ire additional sketches to indicatetestinglocationfaralltestingprocedures. include additional sfcetches as needed. P�ST INSTALLATION MANHOL.� ADH�SI�N TEST FORM Company I�ame: Address: Phane #: Cell: Coating Date: Praject IVame: Contractor: Owner: Thickness of Epoxy Coating: Location a# Structure: Work: Crew Leader: Proiect #: f+,+lANHOLE If�F�R1VpATFQf� line & Statian #: Structure �ype: (check onej Other: 4' DI fVib 5' DI A�H 6'DIMb 1' DI IViH TYPE A �LDW DIV BOX 7YPE B FLDW DIV BOX JUNCTION BOX SPbIRWOi� �N�'RY BOX IV�ETERfIVG STATION �dhesi�n iest R�sults [ASTM D7234) ��� ������ �`_ Inspection Date: I�tt�i���� #e�� lo�ation� or� cirawin� Inspection Company: Inspector I�ame: Manhole Depth: IVumberof Tests: Test Results: Comments: *Non-Manhole Structures mayrequireadditional sketchesto indicate testing Eocation far alltestingprocedures. Include additional sketches asneeded. SP3471 [3.01 TRAFPIC CON'1'ROL Page 1 of 4 SPECIAL PROVISION TD STANDARD SPECYFICATIDN 34 71 13 TRAFFIC CONTROL Far this Project, the Standard Speci�ication 34 71 I3 far Traffic Cantral (dated 11/22/2013} is amended with respect to the clauses cited below. No other clauses or requirements of this S#andard Specification are waived ar changed, Delete section 1.1. from Standard Specification 34 '1I 13 and replace with: 1.1 SUMMARY B. Ins#allation of Traffic Control Devices ar�d preparaiion of Traffic Control P1ans, including moving, replacing, maintaining, cleaning and removing upan compietion af the work, all temparary or permanent street closure barricad�s, signs, cones, lights or ather devices required to handle traffic in conformance with the currertt edition of the Texas Manual of Uniform Traffic Control Devices and as indicated on the Drawings ar directed by the Engineer or designated City representative. C. Deviations from this City of Fort Worih Standard Specification 1. As outlined in this Special Provision to Standard Specifcation 34 71 13. D. Related Specifications Sectians include, but are not limited to: Division 0— Bidding Requirements, Contract Farms and Conditions of the C ontract 2. Di�ision 1— General Requirements Delete paragraph 1.2. from Standazd Specification 3A 71 13 and replace with: �.� PRICE A1�D PAYMENT PROCEDURES A. Measurement and Paytnent 1. Installation of Traf�c ControI Devices I a. Measurement 4 1) Traffic Contral Devices for the project will be measured per month throughout the praject duratian regarcEless af the number of set-ups, locations or streets under construction. b. Aayment 1) The work pezformed and materials furnished in accordance with this Item and measured, as pro�ided under "Measurement," sha]] be paid for at the unit price bid fqr "Traffic Corttrol" under each Unit of Work (Water, Sewer, Pa�ing, etc). No additiona] compensation is made for materials, equipment or lahor required for this Item_ C1TY flr �'ORT W�RT�I i+Y IxL'I]9 STRF.RT RL'PAR{ANOItECUI3. PROCRAMANITNP.AK soU1'H SInF NfiSD, DI3T. Wfif15 MAIF11M1'kC7V. DATE: 64/23/202� Q2389 & 02445 SP 34 71 13.01 TRAFFIC CONTROL Page 2 of 4 SPEC�AL PROVISION TO STANDARD SPEC�FICATION 34 71 13 TRAFFIC CONTROL 2) No mqre than one month may be charged during the same 30 day period of a contract. Projects with multiple crews performing co�current Units of Wark (Water, Sewer, Pa�ing, eic) will be paid for 1(one) month toYal, under the contractor's selected unit. The selected unit must have had active work dUring that period. 3) The months for each Unit of Wark will be approximated for bidding and can be adjusted during canstruction as the work progresses according to the Contraciar's schedule. The Contractor's schedule shall reflect the project being camplete within the project duration set by the contract. c. The work performed under this Item shall include, but not be limiied to: 1) Traffic Control implementation 2) Installatiqn 3) Maintea�ance 4) Adjustments 5) Replacements 6} Removal 7} Police assistance during peak hours d. Traffic Control Flan Changes: 1) Contractor driven changes io the sequencing, resources, or focation of trafiic control activities do not waxrant additional cost for traffic control. 2) City requested changes to the scape or sequencing can be submitted as a change order with supporting documentation for review by the City. 3) During periods of inactivity the contractor must provide supporting documentation that additional traffic control was required based on current site conditions and was present at the site. 2. Portable Changeable Message Board Signs a. Measurement i) PorCable Changeable Message Board Signs for the project shal] be rtxeasured per week regardless of the nutriber of set-ups, locations or streets under constructior�. b. Paymen# 1) The work performed and materials furnished in accordance #o this Item and measured as provided under "MeasizremenY' shall be paid for at the unit price bid per week for "Portable Message Sign". c. The price bid and work performed under this ltem shall include, but nat be limited to: 1) Delivery of Portable Message Sign io Site 2) Message t�pdating 3} Sign movement throughout construction 4} Return of the Aortable Message Sign post-construction 3. Preparation of Traffic Control Plans or details if not provided on the Drawings and applicable City Standard Traffic Contral Detail is available at: CITX OF FORT WOKTH rYia-cas srneF.r k� rn�x r�v �wrr eaoc� nrm �ene sourH sias n�n. n�s7. w&ss Mn�rr rnarKay. DATE: 04/23/2020 02389 & 02495 SP 34 71 13.01 TRAFFIC CONTROL Page 3 of 4 SPEC�AL PROVISION TO STANDARD ,SPECIFICATION 34 '�1 I3 TRAFFIC CONTROL http://fortworthtexas.gov/up]oadedFifes/Transpartation and_Public_Wor ks/Pezxnits/TrafficControlPl ans.pdf a. Measurement 1) Traffic Control Plans for the project shall be measured througho�at the contract time periad and furnished by the Contractor. 6. Payrnent l) The wa�•k performed and materials FurnishecE in accordance with this Item shaIl be subsidiary to the unit price bid for "Traffic Control". c. The work performed under this item shall include, b�zt not be limited to: 1) Freparing the Traffic Control Plans 2) Adherence to City and Texas Manual on Unifor�n Traf�c Control Devices {TMUTCD) 3) Obtaining the signature and sea1 of a licensed Texas Professional Engineer for all Traffic Control Ptans submitted to the City. 4-) Incorparatian of City comments Delete paragraph 1.S.B, D, E and G from Siandard Specification 34 71 13 and replace with: 1.5 SUBMITTALS B. Obtain a Street Use Permit from the Street Management Section of the Traffic Bngineering Di�ision, 311 W, lOth Street. The Traffic Control Plan (TCP) for the Project shall be as detailed on the Traffic Control Plan sheets of the Drawing set if pravided. A copy of the Traffic Cantrol Plan shall be submitted with the Stree# Use Permit and upon approval uploaded to the City's BIM364 project page as a submittal. D. Contractar shal] prepare Traffic Control Plans if required by the Drawings or Specifications. The Contz�actor will be responsibte for having a licensed Texas Professianal Engineer sign and seal the Traffic Control Plan sheets. Contractor, at his or k�er expense, shall prepare and submit for appraval Traffic Control Plans where Cotztractor wishes to deviate frqm ihe approved set of Traffic Control plarts if pro�ided in the constructian documents. E. Lane closures (including moving ap�rations) that reqUire a lane to be closed to through traffic fpz- 24 hours ar longer shall require a site-specific traffic control plan. G. Design Er�gineer will furnish standard details %r traffic control. These are guidance and are not sufficient for a site specific traffic control plan for lane closures over 24 haurs. Delete paragraph 1.S.G from Standard Specifcation 34 71 13. Delefe paragraph 3.3.K from Standard Specification 34 71 13 and replace with: G'ITY OF FORT WORTH FY 18-CD9 37K�:F:1 RFPnIR AND I<GCON. YKIXiW1MAt.C]NL•AR 30LIlH SInF. MF.D. DIST. W&SS MAIN IMI'HOV. [3ATE: 04/23/2020 d23S9 & 02445 SP 34 71 13.O1 TRAFFIC GQNTROL Page 4 of 4 SPECIAL PROVISION TO STANDARD S�ECYFICATION 34 71 13 TRAFFiC CONTR4L 3.3 INSTALLATION K. Cot�tractor shall make arrange�nents, at his or her expense, for poIice assistance to direct traffic iftraffic signal turn-ons, street light pole installation, or other construction will be done during peak traff c times {AM: 7 am -- 9 am, PM: 4 pm - 6 pm). CI7'Y OP' FORT WORTH Fris-cu�� srxccr acrmm �rm RF.coN. ercoc�zr.nn nrm�.ne snurH s�ns rnso. ncsr, w�ss Mn�rnn�u�Kov_ DAT�: 04l231202D a2389 & 02445 99 99 00 ADBTTIONAL SPECIFICATIONS Pagc 1 of 1 � SECTIQN 99 99 00 � ADDITIONAI., SPECIFICATIONS 3 4 9999.10�4 Irrigatian Adjustment & Landseape Repair AIlowancc S This item establishes a contract allowance comparabte to the final cost of tnaking necessary 6 irrigation adjustment and landscape repairs reyuired due to the project. An ari�i�raiy allawance 7 amount has been placed ir� the praposal: howe�er, this does nat guarantee any payment far 8 irrigation adjustments or landscaping repair, nor does it confine irrigatian adjustments or 9 landscape repairs to the amount shown in the proposal. It shali be the Contractor's responsibility 10 to pravide the services af a licensed irrigator to make the irrigation adjustments determinec� 11 necessary by the City. No payment will be made for irrigation or landscape repairs except those 12 adjustments determined by the City. Should the Contractor damage irrigation line ar landscape 13 due to his negligence, where such lines or landscapes would not have required adjastment or 14 repair otherwise, the damage shall be repaired and adjusted by the Contractar at the Contractor's 15 expense. The payment to the Contractar for irrigation adjustments and/or landscape repair sha]] 16 be the actual cost af the adjustments/vepairs plus ten percent {10%) to cover the cost of band and I7 overhead incurred by the Contractor in handling the adjustments/repairs. 18 19 9999.1Q03 Canstrnction Allowance 20 21 22 23 24 25 26 27 28 29 3U 31 32 33 34 35 36 37 38 39 4p 4l 42 43 44 45 46 47 1. Summary The Construction Allowances shall be available to the City to direct the Contractor to perforrri additional work items relevant to the successfu� campletion oft�te project, but which are nat identit`ied on the plans oc co�ered in the specificatior�s due to unforeseen circumstances. Arbitrary allowance amounts have been placed in the Praposal, this item wil� not be gaid to the contractor unless a field order is issued. Unanticipated project chatages are not limited to the �alue of this item. Contrac# changes above this amount describ�d by this allowance may be processed through a change arder ?. Price and Payment Procedures a. Measurement and Payment i. Measurement for additional work covered by the respective Canstruction Allowances shall be negotiated between the City and the Contractor per each item, or group af items if r�aultiple related items are encountered. b. Payment i. 'I"he work performed and material furnished in accardance with this Item shall be paid for as a measured per negotiated item ar graup of itetns, at unit price{s) negqtiatecf between the City ar�d the Contractor. ii. The price shal] i�clude: 1. All necessary Materials and wark to accomplish the additional work item's objective 2. Clean-up 3. Rcstoration END OR S�CTION C1TY OF PORT WORTFf Cy181:D9 `11"[itF:'f NF.PAIItAi.'�RECON_PRO[:2AMANL�NkAli90[1T[i31D�N�fi]J 1Jis1_ W&SSM��ISIMPRUV, STANDARD CONSTIZUC'i'ION SPECIFICATION D4CUMENTS D2384 & 02445 :� � �• � . i;� .�� ti- � '� � ` � . � � � `:. �' .�-.� , r� � � � � ' �� � ��, CTTY OF FORT WORTH IYf 8—[ D 9 5Y'XFFT RLN.4IR AND RCCONS. X NEA12 SOUTHS�DL ML•D. DISTRfCl' WXcS fA.iPltOi! 02389 & 02445 APPENDIX GC-4A2 Subsurface and Physical Conditions Geotechnicat Repart {Report No. W 192700 by Algha Testing) COFW - Laboratory Test Results Kentucky Ave. and Missouri Ave. GC-4.04 Ur�dergrqund Facilities SUE Findings (Report No. ANA_2001.00 by The Rios Group) GC-6.06.D Minority and Woznen Owned Business Enterprise Compliance GC-6.07 Wage Rates GR-OI 60 00 Produci Requirements CIT'Y OFFORT WORTH ene-coysrxFFrR�Pr�xnrmaccaN_eKor.anMam�rar;,aasoUrNsmc�u.nrsr.wmssMna�runvxov. STANDAIZD CpNSTRUGTION SPECIFICAT[ON llOCUMEI�ITS City Project No. 02389 & fl24A5 � � . {• .� � . � � , � � � , �� . �" <� ,. r'�i �x - .,, CITY OF FORT WOlZTH � �� ,� FYIB- CD 9 STREL7'ItEI'A7RAND RL•CONS. & Nf3AR SOUTIiS108MF.D. U1SIRl('T W�SIMPROV. 02389 & 024A5 ��-40�� Sa��s�rr�ace ��.�. ��ys�c�.� C���li��.o�s '�'I�[IS PA�]E ]LEk'� I�TT'�l\T7C��1�TA.��Y ]�]LA�T� CTTY OP FORT WQIZTtf F'Ylft-GD9 Y1H1iFT RCPAIRANDAGCON, YxOGRl�Iy[[�IJll NF.AA SOU7'H SIOIiNiCp, UIS'f. W&SS MAIN IHIPRqV. STANDAAD CONS'I'RUCT'ION SPECIFICATION llOCLTMEl�lTS City Projecf No. d2389 & 02445 � � � GEOTECHN�CAL EXPLORATION on PAVEMENT AND ROADWAY IMPROVEMENTS Variaus Streets near Southside Fort Worth, Texas ALPHA Report No. W 192740 December 27, 2019 Prepared for: A.N.A. CONSULTANTS, LLC 5000 Thompsan Terrace Coileyville, Texas 76Q34 Attention: Mr. Mark Assaad, P.E. Prepared By: ��PHk�T��T��� � U�HEH� IT �Li dEGlkB ArP�l� �E�T��� w�s��e �t ��.� oE�.11i� December 27, 2019 A.N.A. Consultants, LLC 5004 Thompson Terrace Colleyville, Texas 7b034 Attention: Mr. Mark Assad, P.E. Geoteclaniccel Cor�strrsction MateriaCs �'ftvirararneniel TBPE Firm No. 813 Re: Geotechnical Exploration Pavement and Roadway Improvements Various Streets near Soutnside Fort Worth, Texas ALPHA Report No. W I9270� 5058 Brush Ct'eek Roud Fnrt yD'orth, Teras 76119 Tel: 8I7-49G-5600 Fax.� 8I7-49S-SS08 rovww. alphatesting, com Attached is the report of the geotechnical exploxation performed for tf�e project r�ferenced abave. TP�is study vvas authaz7ized by Mr. Mark Assaad, P.E. on October 17, 2019 perfortned in accordance with ALPHA Proposal No. 73769, datcd October 1�, 2019. This report canta.ins results of field exploratians and laboratory tesiing and an engineering inierpretation of ihese with respect to available project characteristics. T}�e results and analyses were used to develop recommendations to aid design and construction of new pavement and rehabilitaiion of exisiing pavements at various streets generalIy Iocated southwest of the interchange bctween I-3fl and I-35 West in Fart Worth, Texas. ALPHA TESTING, INC. appreciates the opportunity to be oi service on ihis projeci. If we can be of further assistance, such as providing materials testing services during construction, please cantact our office. Sincerely, lfi.����1'1L� rl�i���l�pll4s� Y1.i� � � ��� 1� i - � . r''� , � . ,.. � ���������� : � .' -.+S' ��# �* '' � } �+'� - '. � { *T'`��i�4ri .�. f'���� ...�. � �� ;., , ....] ��374$.,... ..... � � '�� #���'�:• .C��,�r�s-� '.�'�a� 1��1 y��'�� ��,+� December 27, 2a19 Theodore A. (Tony) Janish, P.E. Principal � � � � Brian J. Hayt, P.E. Geotec�Znical Department Manager BJH/TAJ/en Copy: {1) Client � � � TABLE OF CONTENTS On ALPHA REPORT NO. W192'�00 1.0 Z.a 3.0 4.0 5.0 6.0 PURPOSE AND SCOPE ............................................. PROJECT CHARACTERISTICS ................................ FIELDEXPLORATION .............................................. LABORATORYTESTS .............................................. GENERAL SUBSURFACE CONDITIONS ............... DESIGN RECOMMENDATIONS ........................ ................1 ........................................1 ........................................2 ........................................3 ........................................3 ..... .... . . . . ..........4 7A �: 1 ..... ..................................... .... ................ 6.1. Pavement Subgrade Preparation . ............................................----........................-----..5 6.1.1. Subgrade Itnprovement Using Lime Stabilization for Portland Cement Concrete (PCC) Pavement .............................................. 5 6.1.2. Subgrade Improvement Using Cement Stabilization for Portland Cement Concreie (PCC) Pavement .............................................. 6 6.1.3. Subgrade Improvement Using Flexible Base Material for Portland Cement Concrete (PCC) Pavement .............................................. 6 6.1.4. Subgrade Impxovement Using Recycled Asphalt Pavement (RAP} foz' Partland Cement Concrete (PCC) Pavement .............................................. 6 6.1.5. S�bgrade Improvement Using Fulverized Concrete from Existing Pavement for New Asphalt Concrete (AC} Pavement {4ption for St. Louis Street} ........................................................................................................7 6.2. Partland-Cement Concrete Pavement Section ...........................................................5 6.3. Asphalt Concrete Pavemeni Section (Option for St. Louis Street) ..............•••..•""..1a 6.4. Asphalt Overlay .......................................................................................................14 6.5. Soluble Sul�ates ........................................................................................................ 6.6. Drainage Cansiderations ..........................................................................................I 1 GENERAL CONSTRUCTION PROCEDURE� AND RECOMMENDATIONS ..........I 1 7.1. Site Preparation and Grading ...................................................................................I 1 7.2. Fill Compaction ........................................................................................................13 7.3. Uiilities .....................................................................................................................14 7.4. Gxoundwater .............................................................................................................14 LIMITATIONS.....................................�---.....................................................------.............15 APPENDIX A-1 Methods of Field Exploration Boring Location Plan — Figures 1A through lE B-1 Methods of Laboratory Testing Mechanical Lime Series — Figure 2 WinPAS Analysis Logs of Borings Key to Soil Symbols and Classifications G1 Summary of Pavement Sectian Recammendat�on� ALPHA Report No. W 192700 l.o �'�.��.n �5�; A%i � � SCOPE � The purpose of this geotechnical exploration is for ALPHA TESTING, INC. {ALPHA) to evaluate for the A.N.A. Consultants, LLC (Client) sorzae of tl�e physical and engineering properties of subsurface materials at selected locations on ihe subject site with respect to forrz�ula�ion af appropriate geotechnical design parameters for pavement sections. The field expZoration was accomplished by securing subsurface satnples from wic�ely spaced test borings perfornned on site. Engineering analyses were perfoxmed from results of the iield exploration and r�sults of laboratory tesis perfoz-med on representativc sa�nples. Also included are general comm�ents pertaining to reasonably anticipated construction problems and reco�tnmendations cancerning earthwork and quality contral testing during construction. This infarmation can b� used ta evaluate subsurface conditians and to aid in ascertaining construction meets project specifcations. Recommendations provided in this repart were developed from infoz-mation obtained frorn the test borings depicting subsurface conditions only at the specific boring lacations and at the particular tizx�e designated on t�e logs. Subsurface conditions at other locations may differ from thase observed at the boring locations, and subsurface conditions at boring locaiions may eary at different times of the year. The scope of work may not fully define the vaz-iability of subsurface materials and canditions that are present on ihe site. The nature and extent af variations betwcen Yhe borings and aiher locations on site may not become evident until constructian. If signi�cant variations then appear e�ident, our ofiice s�Zould be contacted to re-evaluate our recommendations after performing on-site obser�ations and possibly oiher iests. �.0 ����.p��' q � �34��A.�:"�'qwRif����S It is proposed ta reconstruct or rehabilitaie various streets generally located southwest a£ the interchange between I-3Q and I-35 Wes# in Fort Worth, Texas. A site plan illustrating the general outline of the site is pravided as Figures 1A through lE, �he Boring Location Plan, in tlie Appendix of this report. Traffic volumes for the project were noi provided to us. However, basec� on our conversations wiih the Client, we understand the streets wi11 be reconsiructed or rehabili�ated with one of the fol�owing sectians: � 6, 7, 9 or I O inches of PCC over art impraved subgrade. • 2 inches oi HMAC over S inches of pulverized and cement treated portland cemen� concrete (PCC} fram existing pavement (option for St. Louis Avenue). • 2 inches asphalt ovexlay of existing, milled asphalt pavement. The improved subgrade used with the PCC sections could consist of lime or cemeni improeed soil, a layer of flexible base material, or recycled asphalt concrete (RAP) from existing asphalt pavement. ALPHA Report No. W 192700 At the time the field exploration was performed, the stx'eets were paved wiih asphalt cement concrete. Mosi of the streets observed exhibzted alligator and block cracking distress. Paverr�ent quality generaIly ranged from �noderate to poor with severe signs of distress in some areas. We understand final grades af existing streets will be sitnxlar to existing grades, requiring cuts ar fills of less than 1 ft. Grading plans were not provided for this study. Pavement analyses and recommendations contained herein were performed in general accordance with the City of Fort Worth, Departmen# of Transpiration and Public Warks, Pavement Design Manual dated 7anuazy 29, 2015. 300 F'I�I,D �XPI,O�'I`I�N Subsurfac� condrtions an site were explared by dritGng 15 test bori�gs in general accordance with ASTM D 420, generally to a depth of about 10 ft each using standard roiary drilling equipment. Eighteen (T 8} borings were initially planned. However, Borings S, 9, and 16 were not drilled due to conflicts with existing utilities. Borings 17 and 18 were terminated eariy at a depth af abaut 5 ft due to the presence of hard material. The boring �ocations are summarized in Table A. The approxzmate location of each test boring is showr� on Figure 1, the Baring Location Plan, enclosed in the Appendix_ Details of drilling and sampling operations are briefly summarized in Methods of Field Exploration, Section A-1 of the Appendix. 1'��j'in� �ln. 1 and 2 3 4 �' - �,6and7 S`,9'and10 11 and 14 12 and 13 15 and 16' 17 and 18 �— -- TA�ii�E �1 — ! T,��tj��ri��r;' e►f Bori� �a��r��i,���+ ai�€I yleptlys �II-��'i South Adams Street Washington Avenue May Street West Oleander Street �,�ffll�!C Wesi Dashwood Street and West Rosedale Street West Dashwood Street and West Rosedale Street West Rosedale Street and West Oleander Street May Street and St. Louis Avenue St. Louis Aven.ue West Rosedale Street and West Magnolia Avenue Oak Grove Street �est Rosedale Street and West Magnolia Avenue Bryan Avenue East Tucker Street and East Haitie Street Avenue East Annie Street South Main Street and Crawford Street 9th Avenue Pennsylvania Avenue and West Cannon Street �nderly Place West Myrtle Street And West Allen Avenue 1Borings 8, 9 and 1b were not drilled due to existing utility conflicts at t�ose locations. 1�� �t'Ei71 S111 i4� C �.cn�#l� (1t} 390 390 360 270 825 &25 455 470 �40 530 E ALPHA Report No. W 192700 � � � Subsurface types encoun#ered during the field explara#ion are presented on the Log of Boring sheets included in thc Appendix. The baring logs contain our Fie�d Technician's and Enginecr's interpretations of conditions beiieved to exist between actual samples retrie�ed. Therefore, the baring lags contain both factual and inierpretive infortnation. Lines delineating subsurface strata on th� boring lags are approxirnate and the actual transition between strata may be gradual. 4.0 � 4�s{]��?4"���:aBZY'Y'ES�S Selected samples of the subsurface materials were te�ted in the laboxatory to evaluate their engineering properties as a basis in providing recommendations for pavement design and earthwork construction. The follovcring laboratory tests were �erformed to facilitate pavement section recommendations: • Moisture Content (ASTM D 2216) • Atterberg-Limits (ASTM D 4318} o Unconfined Compressive Strength (A�TM D 2166) � Sulfate Content (TX-145-E Part IC} � Lime Series (Plasticity Index vs. Lime Content} A brief description of testing procedures used in the laboratary can be found in Methods af Laboratory Testing, Section B-1 of the Appendix. Individual test resulis are gresented on the Log of Boring sheets ar summary data sheet enclosed in the Appendix. �.� �FN��„4�: ��T�S��i}�����, r�nrd�E�u��3NS Based on geological atlas maps available fi-om the Bureau of Econamic Geology, published by The University of Te�as at Austin, the project site lies wi�hizt the mapped interface of the Pawpaw, Weno Limestone and Denton Clay undivided formation and the Fort Worth Limestone and Duck Creek undivided formation. These formations generally consist of limesione with marl {limey shale) layers. Assaciated xesidual ovcrburden sails generally cansist of clay soils with low to high shrink/swell potential. Subsurface conditions can be highly variable aiong geological intcrfaces as indicated on the boring logs. Subsurface conditions encountered in most of the borings generally consisted of various layers of existing pavement underlain by clay and shaly clay which extended io the tern-�ination depth of the borings. Limesione was encountered below the pavement in Boring 15 which extended to the termination of the boring. Subsurface conditions encountexed in Borings 17 and 18 generally consisted af about 4 inches of aspha�t underlain by lirnestone gravel {f 11 material) ta a depth of about 5 it. These borings were then �erminated at 5 ft due ta augcr reiusal in very hard rr�aterial. More detailed stratigraphic information is presented on the Log of Boring sheets attached to this report. Existing pavement enco�ntered at the surface generally consisted of asp�ialt underlain by concrete and/or road base. Table B contains a summary of the thiekness of tl�e different pavement layers encountered at the surface in the borings. ALPHA Report No. W 192700 �ic►rin g I�lo. 1 2 3 4 S 6 7 S 9 � �� �� �� �� �� �� �� �� �� 'i.`a#�Ir 13 ��i mm:�r of F�ti�em��Mt I.��'er Th�rkne��es ('�>�icrcte k3��{� I Baren�, ''�, tipl�al �c�scss [in � I�a. �� - 10 4 - - 11 6 - - 12 4 - - 13 6 24 - 14 4 12 - 15 2 ( - 16 N/A N/A N/A 1'7 4 N/A N/A 18 4 �'ancretc 7'I�i�lcne-ss i N/A 13�se 4 N/A � � � The granular soils (gravel) encotrntered in Borings 17 and 18 are considered relatively permeable and are expected to have a relatively rapid response to waiex movemeni. Hawever, the clay, shaly clay and limestone encountered in the borings are considered relatively impermeable and az'e expected to have a slow response to watez' movement. Therefore, several days of observation would be required to evaluaie actual groundwater leveis witihin the depths explored. Also, the groundwater level at the site is anticipated to fluctuatie seasanally depending on ihe amount of rainfall, prevailing weather conditions and subsurface drainage characteristics. Free groundwater was not encountered in the borings. However, it is common to encounter seasonal groundwater in fill and granular materials, from fractures within the clayey matrix, ai the soil/rock (limesione) in.terfac� or from fraciures in the rock, particularly during or af�er periods of precipitation. If more detailed groundwater information is required, nnonitoring rvells or piezometers can be insta�led. Further details concerning subsurface materials and conditions encounfered can be obiained from the Log of Boring sheet provided in ihe Appendix. 6.0 IDES�GN �iEC�Ml�dEI,TI)A'I'I�l�:� The following design recomrnendations were developed on the basis of the previously described Project Characteristics (Seciion 2.0) and General Subsurface Conditions (Section 5.0). If project criteria should change our office should conduct a review to deterrriine if modifications to the recom.mendations axe required. Further, it is recommended our office be provided wiih a capy of the final gradzng plans and specifications for review prior to construction. The following design criteria were developed assuming existing streets are near final grade, requiring cuts ax�d iills of less than 1 ft to achieve final grade for reconstz-ucted streets. Cutting and filling in the streets other than discussed herein can alter the recommended design parameters. Therefore, it is recornmended our office be contacted before perfortning other cutting and iilling on site to verify appropriate design parameters are �tilized far final design. 4 ALPHA Report No. W1927Q0 6.fl. ���eW e�i t;wt��r�r�� �°�-�r �a�-���n We expect the pavement subgrade soils could consist af clay or similar onsite materials used for grading in various areas acrass the site. We further understand the subgrade could consist of flexible base zxiaterial or recycled material processed fram tf�e existing asphalt or concrcte pavemez�t �ections. Since the subgrade conditions and required treatrnents could vary along the praposed raad alignmenis, ALPHA should be retaincd to observe construction to verify conditions are as expected. Also, we should be provided with the fnaI grading plan for review prior to constructian to verify or madify in writing the recorr�mendations contained in this rc�art. Based on conditions encountered in the borings, the pavement could experience soil�related poteniial seasonal movements on th� order of about 1 to 6 inches, depending on the locaiion. Since the active depth of moisture change, and thus the depth of soil movement, is typically aboui 15 ft in the subject geogzaphical area, deeper borings would be required to mare accurately definc poteniial mavements. If this level of movemeni is not acceptable, or if deeper borings are desired, our of£'ice shouid be contacted. Potential seasonai movements are estimated in genez-al accordance with methods ouilined by Texas Depa�rtment of Transpartation {TxDOT) Test Method Tex-124-E and engineering judgment and experienc�. Estimated movements were calculated assuming the mois�ure conteni of the in-situ soil within the normal zone of seasonal moisture content c�ange varies between a"dry" condition and a"wet" condition as defined by Tex-124-E. Also, it was assuzned a 1 psi surcharge toad from t�e pavement acts on the subgrade soils. Movements exeeeding our estimates could occuz- if positive drainage of surfac� water is not maintained ar if soils are subject to an outside water source, such as leakage from a utili�ty line ar subsu�rface moisiure migration from o�f site locations. California Bearing Ratio (CBR) tests were not performed for this speciiic project. However, based on our e�pErience in the ar�a and similar conditians, ihe CBR val�e for the native clay soil and existing fill is estimated io be about 3. Following improvement with lime, cement, flexible base material, or RAP, the CBR value %r the lime stabilized clayey soils is e�pected to be at least 14. In general, clay soils with a plas�icity index of 11 or greater should be li�ne stabilized, Clays with a plasiic `�; index less than 11 and granular soils should be cement modif ed. We recornmend sub� ade impravement extend at least 1 ft beyond the edge of the pa�ement to reduce effects of seasonal shrir�king and swelling upan t�ie extreme edges of pavement. �i, k. d. �uG�:.: :� l���u��.y�e�r�f IT�in� Lir�P ��Fahi�i��ii�,L �'c��� �'��°�-�:t�t� � e��ent • ---- -....... ,__.___ �'�ncr�ete P(�''('1 �'mv�y�e�t - - ....,. The exposed clayey surface soils should be scarif�ed and mixed with lime to a depth of 6 inches for the 6 inch PCC sectian and to a ciepih of $ inches for the 7, 9 and 10 inch �CC sections. The lime should be mixed in conforrnance with TxDOT Standard Specifications Itern 260. The recommended lime application rate for the .b inch mixed depth is 30 lbs per sq yd which is the minirnum application rate required by the City of Fort Worth. The recommended application rate for the S inch mixed depth is 36 lbs per sq yd which equates to about b percent, by vcreight, based on a dry soil unit weight of 100 pc� The results of lime series tests perfarmed on composite samples from the upper 6 ft of the borings taken across the site are attacf�ed to this report (Figure 2), ALPHA Report No. W 192700 The soil-li�ne mixture should be compacted to at least 95 percent of standard Pxactor maximum dry density (ASTM D G98) and within the range of 4 to 4 percentage points above ihe txaixture's opti�nunn moisture content. In all areas where hydrated lime is used to stabilize subgrade sail, routine Atterberg-limit tests should be perfortned to verify xhe resulting plasticity index of the soil-lime mixture is a�lar below 15. 61.2. S�b���de Yrna�roveenent iTsing Ceonent StabilL�atio�e ffor Portlaa�d Cet�em� Concrete {PCC) lPave�e�� Cement mod�ficarion shouId be used in pavement areas where the pavement subgrade consists of clayey soils with a plasticity index less than 11 or granular soils (gravel). T�ie exposed surface af the pavement subgrade soils should be scarified to a depth of 6 inches and mixed wiih at least 5 percent Portland cement {by dry unit weigh�) in conformance with TxDOT Item 275. Assuming an in-place unit weight oi 105 pcf for the pavement subgrade soils, this perceniage of cement equates to abaut 24 l�s of cemer�t per sq yard of subgrade treated ta a depth of 6 ir�ches and 32 lbs per sq yard af subgrade treated to a depth of 8 inches. The soil-cement mixture should be compacted to at least 95 percent of standard Proctor maximum dry density (ASTM D�98) and within the range of -1 to -�3 percentage points af the rnixture's opiimurn moisture content. Cement stabilization could also be used where the subgrade consists of cIay and sandy clay soils with higher plasticity indices. However, it is expected tilai processing cement into these materials will be more difficult. 6.1.3. Subgr�de I��prove�ent �Tsa�� Flexible ��se 1l�a�erial foa- Portland Cemen� C�nca�eie PCC P�r�e�aent �'lexible base �material could be used in lieu of lime or cemeni stabilizaiion. Flexible shoutd meet the requirements of TxDOT Standard Specifications Item 247, Type A, Grade 1-2. The flexible base should be connpacted to at least 95 perceni of standard Proctor maximum dry density (ASTM D 69$) and within the range of 2}aercentage points belo�+ to 2 perceniage points above the material's optitnum moisture content. Prior to p�acing the flexible base material, the expased subgrade should be scarified to a dept�i af at least 6 inches and compacted to at least 95 percent of standard Proctar maximum dry density (ASTM D 698) and within the range of 0 to 4 percentage points above the maierial's optimum moisture content. 6.1..4. Se�bgracle Im�rovement Usia�g Recvcled Asphalt Pavement (RAP} for Portland Ce�ent Concrete fPCC) Pavement Recycled asphali pavement {RAP} can also be used in lieu of lime or cement. RAP produced from the existing pavement sections can consist of a�horoughly blended mixture of pulverized existing asphalt or concrete paving, ihe undexlying base and/or soil materia�s, and �ortland cement additive. Supplemental aggregate base nnaterial can be added as needed. The asphalt or concre�e materiais should be puIverized to a maximum norninal particle size of 1 inch, and should be blended with a sufficient amount of the underlying soils, and supplemental materials such that the amouz�t of pulverized asphalt or concrete in the nrxixture is not rr�ore than SO percent (by volume) of the total mix G� ALPHA Report Na. W 192700 volume. Any clayey su�grade materials combined with the mix should be limited to not znore than 70 percent by vol�me. Any imported aggregate base used as supplemental material should conform to T�DOT Standard Specification Item 247, Grade 1-2, Type A ox D. Up to 95 percent of the mix could consist of aggregate base. The asphal�-soil or concrete-soil blended material should be mixed with a minimum of 5 percent PortIand cement (by dry unit weight), in conformance wiih TxDOT Standard Specifications Item 275. The actual percent of cement should be d.eiermined once final RAP mat�rial proportions are finalized. The RAP or recycicd concrete pav�ment can be pz-oduced by mixing thc material in place or by removing the material and processing it in staging areas. Frorz� our experience, it can be very difficult to maintain and control uniform materials and proper grades vcrhen utilizing recycled pavement materials. It �tnay be necessary to process the materials in a staging area to maintain uniformity and then spread the matez�als on the subgrade. The recycled pavement mixture should be spread to a uniform Yhickness across the entire paveznent area in maximum 6 inch lifts, with each lift compacted to a minimum of 95 percent of the material's maximurn standard Proctor dry density {A�TM D 698} at a workable moisture content near optimum. �,��5. ��iGel�d'�ii� �hl�lu't��e�aE'��� �Twl�➢� Pulve�°iaeri ('.aea�rr�tP �rnm F',x��tix�� F'��'��le�t ��Ai' IV�W �k5 I�7��' �ilE�Ci'E��P r.�Q''� � �YJPdII��➢$ �� J�YfI[i.�i��' ,_�'�, L�lll6 ��p'P{�#�k As discussed in Section 2.0, one of the sections planned for various streets wi�l consist of 2 inches of HMAC over $ inches of pulverized and cem�nt treated PCC from the existing pavement sections. The existing cancreie pavement should be pulverized such the maximum nominal aggregate size is 2 inehes or 1ess. The concretc should be thoroughly puiverized as to incorporate suffcient fines to prevent the presence of voids around larger diameter pieces. A gradat�on of at Ieast 40 pexcent passing a standard No. 4 sieve is recammended. The underlying clayey subgrade soils cauld be mixed with the pulvez-ized concrete ta inclt�de up to 30 percent of the mix. Supplemenial aggregate base �naierial can be ac�ded as needed. Any irnported aggregate base �sed as supplemental mate�al should conform �a TxDOT Standard Specification Item 247, Grade 1-2, Type A or D. Up ia 95 percent of the mix could consist of aggregate base. The pulverized materiat should be rnixed with a rn2nimum of 5 percent PortIand cement (by dry unit weight), in conformance with TxDOT �tandard Specifzcations Item 275. The actual percent of cement should be deterzx�ined once final material proportions are finalized. The pulverized mixture should be sprcad to a uniform thickness across the entire paverzaent area in maximum 6 inch lifts, with each lift compactea to a minimum of 95 perceni af the material's maximum standard Proctor dry densrty (ASTM D 698) at a warkable moisture conteni near optimum. 7 ALPHA Report No. W 192700 S ecial Considerations for Micro-Crackin : Following compaction of the cement treated, pulverized concarete and prior to placing the asphalt pavement section, the cement treated layer should be micro-cracked to introduce a networ� o� hair line cracks. The purpose of micro-cracl�ing is ta pre-crack the eement treated materia� to significantly reduce or prevent reflective cracking from occurring through the asphalt Iayer. Micro- cracking should be performed between 24 to 4S hours after the cement treatment is cornp�eted. During this period (24 to 48 hours} the treatecl. m�ateriai must be kept moist at aZl times. Micro-cracking should extend throughout the entire length and width of the pavement section. Micro-cracks should be iniroduced using vi�ratory rollers weighing aboui 10 to 12 tons travelling at a relatively low speed (2 mph or less). The micro- cracking should be performed with a minimutxa o� one pass of a vibratory roller. Pleasc note; we did not encounter reinfoarcing steel in the borings. However, reinforcing steel coUld be present in some areas. Any reinforcing steel should be removed prior ta t�eating the pulverized material with cement. 6.�. Poa-tl�nc➢�C�ment Co�crete Pa�rer�ea�� ��cti�n Using the 1993 AASHTO pavement design procedures (WinPAS computer program distributed by American Concrete Pavement Association), the follovwing desigr� parameters were used in analyses of the PCC pavement seciion. Based on our experience with similar �rajects and requirement� from the referenecd Pavement Design Manual far the City of Fort Worth, the fol�owing design parameters w�re used in analyses of the PCC pavement sections. Compressive strength of concrete 3,600 psi at 28 days Modulus of Elasticity 4,OU0,000 psi Modulus of Rupture 620 psi Modulus of Subgrade Reactian* 20Q pci Laad Transfer Co-efficient 3.0 Drainage Coefficient 1.0 Initial Serviceability Inde� 4.5 Tertninal Serviceability Index 2.25 Standard De ��. on 0.39 ReliabiIity •� 85 percent *Subg�-ade prepared with lime stabilization, cement stabilization, flexible base material ar RAP as discussed in Sections 6.1.1 through 6.1.4. Traff�c valumes for the subject streets were not provided to us. Based on the above parameters, the planned pavement sections consisting of 6, 7, 9 and J.0 inches canstructed over an improved subgrade are estimated to suppart the number oi equivalent single axle loads (ESALs) over theix useful service life as summarized in Tab1e C. ALPHA Report No. W192700 � � � PCC shouid have a mini�num 3,600 psi compressive sirength at 28 days. The concrete section should be placed over a properly prepared subgrade as discussed above. Concrete should be designed with 5� 1 percent entrained air. Reinforcing stccl for concrete pavement should be in accordance with TabI� 4.1 of the referenced Pavement Design Manual (No. 3 bars for 6 and 7 znch PCC sections and No. 4 bars far 9 and 10 inch PCC sections). J�oints and saw-cutting in concrete should be in accordance with Seciion Fo�u- of the referenced �avement Design Manual. �.�. r"1,5�hdl:idt �:'n��r�4�� }�:Xy�al�ent ��e�n►a ����$e�Wa �'�e�- Ct, p.,4kp15 �t�'��� The asphalt pavement section consisting of 2 inches of HMAC over 8 inches of cement treated, pulverized concrete, was analyzed using t1�e 1993 AASHTO pavement design procedures {WinPAS camputer program distributed by American Concrete Pavement Assoeiation). Based on our experience with similar projects and requirements frana the referenced Pavement Design Manual for the Ciry of Fort Worth, the foIlowing design parameters were used in analyses of the asphalt concrete pavement section. Reliability 85 pexcent Standard Deviation 0.45 Sozl Resilient Modulus 4,500 (psi), CBR = 3 Initial PSI 4.2 Terminal PS� 2.25 Based on the referenced Pa�etnent Design Manual t'or the City o� Fort Worth, a structural coefficient of 0.44 was used for Type D asphalt surface course (TxDOT Standard Speci�cation Iiem 340). Based on our experience a structural coefficient of 0.20 was used for the cement treated, pu�verized concrete base layer. Table D cantains a summary of the planned asphalt section and an estimate of the total ESALs the sectian �ill su�aport over its useful life. 'J'rll3lfF: �l �um��r�' {IF}�5�l�i:llt �:11���ten1 ��cii�n I�a��er !�aKerial -�-----�- �.'��'er Struci�r�l I,uv�r 41r4rcfural _.. v �... . . _ '���Itiielcnt�kr+{in} {-��fiicie�i� M1lu�t4#}��r Type D Asphal� Surface Course Cement-Treated Concrete Base Layer Cumulative Structural Numbcr �upported ESALs over Service Life 9 0.44 0.20 2.48 ss,oao 0.88 1.60 ALPHA Report No. W 192700 6.4. As�halt Overla� As discussed, we undexstand some of the streets will be rehabilitated with a treatment of a 2 inch asphalt overlay. Asphalt used far the overlay should conform to TxDOT Standard Specification Item 340 — Type D Surface Course. Prior to placing the averlay, the surface of ihe existing pavement should be mill�d to provide a uniform surface far the over�ay. Asphalt overlays should only be used where at least 3 inches of the cxisting asphalt or concrete remains after milling. See Table B for a sumrraary of pavement thicknesses encouniered in the borings. Any poiholes ar localized areas of distress deeper than 2 inches should be patched/repaired with new asphalt. Before the overlay is placed, a tack caat sho�ld be applied to the milled sur£ace. Frequent maintenance and significantiy reduced Iife (as compaxed to new full depth pavement sections) should be expected with an asphalt overIay. Careful monitoring should be conducted on a reg�lar bases to detect any cracks, rutting or general distxess that could occur over tirne. Any monitored distxess should be repaired without delay. Reflection cracking is expected to occur in any areas where there is an underlying PCC pavemen� layer and can also occur where cracks are present in existing asphalt surfaces to be overlain. Since the existing pavement sections and subgrade soils underly�ng ihe new averlay are highly variable, it is nat reasonably possible �o accurately predict the totaI traffic volu�nnes that the overlay will support. From our exper�ence, asphalt overlays generally have a shorter ser�vice life than new constructed full depth pavement sections. We would expect properly constructed asphalt overiays for this project to generally have a service Iife of about 2 io 7 years depending on the charactexistics of the underlying pavement and suk�grade soils. 6.5. Soluble Sul��tes Seven {7) samples obtained frorza the barings were tested for soiuble sulfate concentra�ians. Result of the laboratoz'y testing {TxDOT Test Method TEX-145-E Part II) is provided in Table E. I r�orin� � I���. 4 4 10 13 13 L}L�1lli fl a-z �-6 2-4 4-6 4-6 2-4 4-6 7'�i13�..� E �,}1�j1►C�� ��if�tcs 11�aRcri�l �'y�sc Brown Clay Brown Clay Tannish. Brown Clay Tannish Brown Clay Brown Clay Brown Clay Brown Clay �r�lul��e 5u�fate, m��iC� � ��P��? 64 66 555 331 721 98 382 10 ALPHA Repart No. W 192700 � � � Based on the resuits of laboxatory testing, the soluble sulfate content measured in the samples iested is considered relativcly low (<3,QpQ pp�). It should be noted that concentrations of soluble sulfaties in soil are typically �ery localized and concentrations in other areas of the site could vary signi�cantly. Therefore, it is recotnmended sulfate sampling/iesting be perfarmed during canstruction. During construction experie�ced geotechnical personnel should make close obser�ations for possible sulfate reactions. 6.6. Dr�ina e Coa�sid��-��ions Adequate drainage should be provided to reduce seasonal variations in the moisture cantent of subgrade soils. Final grades within 5 ft ofi the pa�cment shouZd be adjusted ta slope away from the pavement at a minimum slape of 2 percent ar a suitable sto�n sewer should be in place to remove surface water, Maintaining positive sur�ace drainage thraughout the life of the pavement is essential. 'r.�o a:�a�,�i�:,��L �a�rv�����a�;�T�n�v u>&zn������II'��,� A -r� ��'�"':�1���:;a�.�"i'IO.l�I� Variatians in subsurface eonditions could be encountered during cansiruction. To permit correlation beiween test boring data an� act�al subsurface conditions encauntered during construction, it is recommended a registercd Professional Engineering firrn be retained to obsez-ve canstruciion procedures and materials. Some construciion problerns, particularly degree or magnitude, cannot be anticipated until the course of construction. The recommendations offered in the following paragrapl�s are intended not to limit or preclude other conceivable solutions, but rather to provide our obser�ations based an our expezience and understanding of the project characteristics and subsr.rrface conditions encountered in the boring. '�.1. �i�� �'p'r,�.:�u'a�9t►r� �a�ar� y;r�4�R1,,.� Limestone was encountered below the exi�ting pavement in Boring 15 and could be encountered duz-in� generai excavation and grading in same areas of the site. From our experience, this lim����c �ie can be hard and rnay be difficult to excavaie. Rock excavation methods (including, but rt �, limited to rock teeth, rippexs, jack harnrners, or sawcuttzng} may be rcquired to rennove the limestone. Crushing equipment may be required to process this limestone if it is desired to use this zx�taterial as compacted fill on the site. The contractor selected sf�ould have experience wiYh excavation in hard limesione. Existing fill was encovntered to a depths af about 5 ft bclaw the ground surface in Borings I7 and � 8. These borings were also terminated at 5 ft, rather than the planned 10 ft depth, due io auger refusal on vcry hard material. Existing fill materials can contain organics, boulders, rubble, and other debris which could be encountered duxing siie grading and general excavatian. The eartl�work and excavaiion contracts should contain provision for remot�ai of unsuitable znaterials in the existing fill. Test pit exca�aiions performed prior to construction can b� used ta evaluate the depih, extent and composition of existing �11 at this site. ALPHA would be pleased to provide this service if desired. 11 ALPHA Report No. W 192740 � � � All areas supporting the pavernent, flaiwork and areas to xeceive new fill (if any} should be properly prepared. � After campletion of the necessary stripping, clearing, and excavating and prior io placing any required fill, the expased subgrade should be carefully evaluated by probing and testing. Any undesirable material (debris, arganic material, wet, sof�, or loose soil} still in place should be removed. The exposed subgrade should be further evaluatied by proof-roIling with a heavy pneumatic tired roller, Ioaded dump tru.ck or similar equipment weighing approximately 25 tons to check far pockets of soft or loose materiat hidden ber�eath a thin crust of possibly better soil. Proo� rolling procedures should be observed routinely by a Professional Engineer, or his designated representative. Unsuitable subgrade exposed during the proof-roll shou�d be xe�nnoved and replaced with well-compacted material as autlined in Section 7.2. Prior to placement o� any fill, the exposed subgrade should then be scariiied to a minimum depth of 6 inches and re-compacted as ouilined in Section 72. If fill is to be placed on existing slopes (natural or constructed} steeper t�an six horizontal to one vertical (6:1), th�e fili materials should be benched into the existing slopes in such a manner as to provide a minimutn bench-key width of f ve (5) feet. This should provide a good coniact beiween the existing soils and nevv fill materials, reduce potential sliding planes, and allow relatively harizontal lzft piacements. Even if f 11 is properly compacted as recommended below, f lIs in excess of about 10 ft are stiZl subject to settlements aver time of up to about 1 to 2 percent of the total fill thickness. This should be considered when designing pavements aver utility lines. Slope stability analysis of embankrtients {natural or constructed} was �ot within the scope of this study. ? ��� � cantractor is respansible for designing any excavation slopes, temporary sheeting or shoring. Is4 ,ign of tbese structures should include any imposed surface surcharges. Construction site satety is the sole responsibility of the coniractor, who shall also be solely respansible far the means, methods and sequencing of construction op�rations. The contractor should also be aware ihat slope height, slope inclination or excavation depths {including utility trench excavations) should in no case exceed those speci%ed in local, s�ate and/ar federal safety regulations, such as OSHA Health and Safety Standard for Excavations, 29 CFR Part 1926, or successor regulations. Stockpiles should be place well away fram tne edge of the e�cavation and their heights should be controlled so they do nat surcharge tkte sides of the excavation. Surface drainage should be carefully controlled to prevent flow of water ovex the slopes and/or into ihe excavations. Construction slopes should be closely observed for signs of mass movement, including tension cracks near the crest or bulging at ihe toe. If potential stability problems are observed, a geotechnical engineer should be contacted imm�diately. Shoring, bracing or underpinning required for the project (if any) sf�ould be designed by a professional engineer registered in the State of Texas. 12 ALPHA Report No. W I92700 � � � Due to the nature of the clayey and sandy soils found near the s�xrface at the boz�ng, traffic of heavy equipment (including heavy campaction equipment) may cr�ate pumping and general deterioxation of shaIlow soils. Therefore, some canstruction difficultics should be anticipated during periods when these soils are saturated. �.2a F��1 Com�aci��� The %llowing recommendatians pertain io general fil� eampaciion. The final pavement subgrade should be compacted as recommended in Section 6.1. Clays wit� a plasticity index equal to or greater than 25 should be compacted to a dry density between 95 and 100 percent of standard Proctor maximum dry density (ASTM D 698). The compacted moist�r� content of the clays during placement should be within the range oi 2 to 5 percen�age points above optimum. Clays with a pla�ticity index iess than 25 snould be compacted to a dry densiry af a� least 95 percent of standard Proctor maxirnum dry density (ASTM D 698) and within the range of 1 percentage point below to 3 percentage points above ihe material's optimum rnoisture cantent. Clayey materials used as fiil should be processed and the largest particle or clod should be less than b inches prior to compaction. Non-plastic granular materials (gravel) should be compacted to at least 95 percent of standard Proctor ma�imum dry density {ASTM D 698} and within the range of 2 perceni below to 1 percentage points above the maierial's aptimum moisiure content. Campaction of �hese soils is very sensitive to moisture content and tk�ese sorls are prone to puznping when too wet and rutting when too wet. Processed limestone used as fill should be compacted to a� least 95 perceni of standard Proctor maximum dry density. The compacted moisture cantent of the processed limestone is nat considered crucial to proper per%rmancc. However, if the material's moisture content during placement is within 3 percentage points of optimum, the compactive efFort requiz-ed to achieve the rninimum compaciian criteria may be minirnized. Individual rock pieces larger than 6 inches in dizx�ension should nat be used as fill. However, if rock fill is utilized within 3 ft below the bottom of pavemen#, the maximum allowable size of individual rock pieces should be reduced to 3 inches. Processed lirnestone used as �11 should incorporate suf�tcient fines to prevent tk�e presence of voids around larger diameter rock pieces. A gradation of at least �0 percent passing a standard No. 4 sieve is recommended. Compaction should be accomplished by placing fill in about S-inch thick loose lifts and compacting each lift ta at leas� the specified minimum dry density. Field density and moisiure content tests should be performed on eacb lift. 13 ALPHA Report No. W192700 7.3. Utilities In cases where utility lines are more than 10 ft deep, the fill/backiill belovv 10 ft should be coznpacted to at least 100 percent of standard Proctor maximum dry density (ASTM D 698) and within 2 to +2 percentage points of the material's optimum moisture content. The portion of the fill/backfill shallower than 10 ft should be compacted as previously outlined. Density tests should be performed on each Iift (maacimum 12-inch thick) and should be perfortx�ed as the trench is being backfilled. Even if fill is properly compacted, fills in excess of abaut 10 ft are still subject ta settlements over time of up ta about 1 to 2 percent af the total fill thickness. This should �e considered vvhen designing paverraertt over uiility lines and/or othet- areas with deep fill. 7f utility trenches or other excavations extend to or beyond a depth of 5 ft below construction grade, tIae contractor or others shall be required to develop an excavation safety plan to protect personnel entering th� excavation or excavatian vicinity. The collection of specific geotechnical daia and the development of such a plan, which could include designs for slop�ng and benching or various types of tetnporary shoring, is beyo�d the scope of this study. Any such designs and safety plans shall be c�eveloped in accordance with current OSHA guidelines and other applicable industry standards. 9.4. Groundwater Groundwatex was not encountered in the borings. However, based on our expez�ence with similar soils, shallower groundwater seepage could be encountered in excavaiions for pavern.ent, utility conduits and other general. excavations at this site. The risk of encountering seepage increases with the depth of excavaiion and during or after pexiods of precipifation. Standard sump pits and pumping may be adequate to conirol zninor seepage on a locai basis in relatively shallow excavations. Where groundwater is encountered in granular soils, sum.p pits may not be adequate to control seepage and supplemental dewatering measures may be necessary ta control groundwatex seepage. Supplemertal dewatering measures include {Uut are not limited to) submersihle pumps in slotted casings and well points. In any areas where cuts are made, atten.rion should be given to possible seasonal water seepage ihat could occur throu�h natural cracks and fissures in the newly exposed stratigraphy. The risk of encountering seepage is increased where limestone is exposed in excavations or is near iinal grade. In these areas, subsurface drains may be required to intercept seasonal groundwater seepage. The need for these or other de-watering devices should be carefully addz'essed during construciion. Our office could be contacted to visually observe ihe final grades ta evaluate ihe need for such drains. 14 ALPHA Report No. W 192700 �.0 LIIVIITATI�NS � � � Professional services provided in thzs geotechnical exploration were perforined, findings obtained, and recommendations prepared in accordance with generalZy accepted geotechnical engineering principles and practices. The scope of services provided herein doe� not include an en�ironmezztal assessment of ihe site or investigation for the presence or absence of hazardous materials in the soil, sr.u'face waier or groundwater. ALPHA, �pon written request, can be retained to provide same. ALPHA TESTING, INC, is not respansible for conclusians, opinions or recornmendations made by others based on this data. Information contained in this report is intendec� for the exclusive use af the CIient (and th�ir designated design representaiives) and is related solely to design of �he specific stz-uctures outiined in Section 2.0. No party other tk�an thE Client (and their designated design representatives) shall use or rely upon this report in any man�er whatsoever unless such party shall have obtained ALPHA's written acceptance af such intended use. Any such third party using this report af�er obtaining ALPHA's written acceptance sha11 be boluad by the limitations and limitations of liability contained herein, including ALPHA's liability being limited.io the �'ee paid to it for this report. R�commendations presented in this report should not be used for design of any oiher structures except those specifically described in this report. In all areas of this r�port in whicI� ALPHA may provide additional services in requested to do so in writing, ii is presumed that such requests have nat been made if not evidenced by a written document accepted by ALPHA. Further, subsurface conditions can change with passage of time. Recomnnendations contained herein are nat considered applicable for an extended period of titne after the completion date of this report. It is recammended ou� office be contacted for a review of the cantents of this report for construction commencing rnore than one (1) year after completian of this report. Non-compliance with any of these requirements by the Client or anyone else sktall r�lea�e ALPHA from any liabilify resulting from the use of, or reliance upon, this report. Recommendations pro�ided in this z-eport are based on ouz- understanding oi information provided by the Client about characteristics of the project. If the Client notes any deviaiion from the facts about project characteristics, our office shauld be contacted irnmediately since this may maierially altier the reco�nmendations. �urther, ALPHA TESTIlVG, INC. is not responsible for �amages resulting from workmanship af designers nr con�'actors and it is recommended the Owtier retain qualified personnel, such as a Geotechnical Engineering firm, to verify construction is performed in accordance with plans and specifications. 15 � � � L �'� i,�' � ' ,� � - ALPHA Report No. W 192740 A-1 11�IETIiODS O�' FIEL]D EXPLO1tA7CION � � � Using standard rotary drilling equipment, 15 test borings were perfoz-med for this geotechnical exploration at the approximatc �ocations shown on the Boring Location Plan, Figure 1. The test boring Iocations were selected by the Client and adjusted by ALPHA ta avoid conflicts with utilities where necessary/possible. The borings were staked by using a hanc�l�eld GPS unit or pacing/taping and estimating right angles from landmarks whic� could be identified in the field and as shown on the siie plan provided during this study. The lacations of the test boring� shown on the Boring Location Plan are considered accuxate only ta the degree impiied by the meihod used to locate the barrngs. Relatively undisturbed samples of the cohesive subsurface materials werE obtaanea by hydraulically pressing 3-�nch O.D. th�n-waIl sampling tubes into �1-te underlying soils at a dept� of about 1 ft (ASTM D 1587). The samples were re�noved from the sampling tubes in the �eld and evaluated visually. Representative portiions of the samples were �eaIed in a plastic bag for use in fnture visual evaluated and possible testing in the labaz-atory. A m�odified version of the Texas Cone Penetration (TCP) test was campleted in the £'ield ta determine the apparent in-place strength characteristics of the rock type materials. A 3-inch diameter steeI cone driven by a 170-por_uid hammer dropped 24 inches is the basis for TxDOT strength correlations. In this case, ALPHA TESTING, INC, k�as modified the procedure by using a I40-pouz�d hammer dropping 30-inches for completion of ihe fi�id test. Depending on the resistance (strengtil) of the materials, either the nurnber af b�ows of the ha�tnmer required to pravide 12 inches of penetratian, or the inc�es of penetration of the cone due to I 00 blows of the harnmer are recorded on the f eld log and are shown on the Log af Borfng shee�s as "TX Cone" (refez-ence TxDOT Test Metho� TEX 132-E, as modified). T�ie boring logs are included in the Appendix of this report. The lags show visual descriptions of subsurface sirata encountered using the Unified Soil Classification System. Sa�npling information, pertine�t field data, and field observations are also included. Samples not cons��ned by testing wili b� retained in our laboz-atory for at leasi 14 days and then discarded unless the Client requests oth�rwise. _-� !.' -� � � . j � + . �� � i� � � .s � � � �. � � � � � � '� � i r+ F . �'' � � � � '� � $ " �-� • �'nNanv uoi�rri�3svm � � � � �� ;i��[xis sv�a�.� ��- k � I .4 F �. � 4 � � � . �� i +� . � �I , . ..._ .� �, F � Y'I �I. � � t � � � � �� �.. �� � � � z 0 � U O � C7 � � � � � R. 6.' � �� � � � � � � � � �" � ,�� � � � �w*" � � YL � � �� � � � � � � � W � �W OA �x o�� o ��x � � � � °�W�� w�H�z �1QWF-+U ����� UW��a Hw°Hx �w��pa C'7a�w� � a a O � H U O �../ � � ---�-�... �: -' �I �� � ' � �to �1 . � � ����� � � . � � _ � r ful (s: � :,�� Z��2I,LS '�A4�IJ �IdO � � � .- .� � � � � �� � 'I ; +� i �1 -, � •.�� `� � ; � { ' � - •5 � ` �-. � . � � u � F' } N � � � r�'�' � �I1N�l�d ti1I107 �.. .-1 W � �;ia�x�:s"� � 1 �� � �� � �:� ��. ��� I � ��� �� . �� �► C _ � �r :- � m- � w .a w z 0 �� d �� o �� a c7 a� o � � o� �3 � � d �� � �z a o � �- �'- � � 4� � � � � � ;� � z � rf� O � __ � � +C �� �..� � µI � � � � � � � � � � � O � A� �' � z w WW OA �� O�� o ��� N � � �o��o w��,�z aQwHH U��xn HH �W��� w,�p�� o�'��a �a�°� ALPHA Repo�rt No. W192700 ��1 11�F'i'I�Oi)S OF LABORATORY TES'I'ING � � � Representative samples were evaluated and cla�si�ed by a qualified member of the Geotechnical Di�ision and the boring logs were edit�d as necessary. To aid in c%assifying the subsurface materials and to determine the general engineering characteristics, natural moisture content tests (ASTM D 2216), Atterberg-Iimit tests (ASTM D 431 S), and dzy uni� weight determinations were pez�formed on selected samples. In addition, uncon�ned colnpressive strength tests {ASTM D 2 i 66} and pocket-peneirometer test5 were conducied on selected soil samples to evaluate soi% shear strength. Results of the laboratory tests described above ar� provided on the Log of Boring sheets. A lime series test was also perfortx�ed on a composite sample of soils retrieved from the upper 2 ft of the borings, using the Atterberg Limuts method. Results of the lime series test is shown as k'igure 2. ���H���r����r�� �� WH�R� IT A�L ���IkS Geotechnfca! � Construciion Ma#erials � Environmental � TBPE Firm No. 813 R�PORi OF 14��CFiAi�1CA� �[l�� S��I�S R�SUL��S Project �lo: W19270b I Dat�; 11/22/19 Composite Sample From Borings 1, 6, 10, 13, and 14 % Lime 0% 2% 4% 6% 8% PI 43 1$ 16 12 10 70 �� 1 ` I I �� � �� 65 - ----�-� •—�-_�._ � '� - - 60 - ` .. ��� �� .�� I �- I ; I ����� � 5 S �-� � � � �—� ...��� � � � �� � � � � I 50 --�-�. . _� � � � �� �,��� � � � 4� --�--.-�. --��-.-�--�- .�.. -�---�--�.��--- --� 40 ---�--.,.—�---�-,-�-= -�.°. � .-�- i ..�--� --�-- ; . . � �� ._� . �. . .-�.. � ; �. �' _�.,,�- 30 �. _- � - t•r- ..—�.�. �_ •,�..�� � 25 � :--�-I I y ' . I __�-_ .,�.._--�-._--�-..'.�. . �,20 .. .,--_--�-. -�� -.- �...�` - �- . 15 --�-- r . _ � � ' �"_ . _� � ' � � � , �. 10 ���--- � �- ' ' : ��--�- � -�--- : �� ' ' I 5 ,�- � � � � � � � � p - - 4% 1� 2% 3� 4% 5% 5% 7% 8% 9% 14% 11� 12% 13% 14% 15� Percent �ry l�eigh# of �ime FlGUR� 2 �dd�PAS Pavement Thickness pesign According to � 993 AASHi� Cuide for �esign of f�a�ements Structures American Concrete Pavement Association Rigid Design Inputs Project Name: Pa�ement and Roadway Impro�ement Asphalt Route: Portland Cement Concrete Pa�ement Section - 6 inch Section Locatian: Fort 4fl/orth OwnerlAgency: City of Fort Worth Design Engineer: Rigid Pa�ement besignlE�aluation Concrete Thicfiness 6.00 inches l.oad Transfer Coefficient Total Rigid ESALs 757,2p0 Modulus of 5ubgrade Reactio� Reliability 85,OQ percent Drainage Coefficient O�eralf 5tandard pe�iation a.39 Initial Serviceabiiity Flexural 5trength 620 psi Terminal Serviceability Modulus of Elasticity 4,QOO,OOQ psi M�dulus of 5 byrade Reaction (k-�a1ue) Determination Resilient Moduius of tf�e Subgrade Unadjusted Niodulus af Subgrade Reactian Depth to Rigid Foundation Loss of Support Value (0,'l,2,3) Modulus of Subgrade Reactian i� � �� �� ��d �351II11. 3.00 200 psilin. �.aa 4.5fl 2.25 Tuesday, June 12, 2098 1a:25:54AM Engineer: 11Vi n �A� Pavement Thickness Desig� According to �5993 AASbi� Guide for �esign of I�avemen�s Structures American Concreke Pavement Association Rigid Design Inpu�s Project Name: Pavement and Ftoadway Impro�ement Roufe: portland Cement Concrete Pavement Section - 7 inch Section Location: Fort Worth OwnerlAgency: City of Fort Warth Design �ngineer: Rigid Pavement �esignlE�aluation Concrete Thickness Total Rigid ESALs Reliability Overall Standard Deviation Flexural Strength 11�odulus of EFasticity 7.00 inches 1,705,700 8�.00 percent 0.39 620 psi �},000,000 psi Load Transfer Coefficient Modulus of Subgrade Reaction Drainage Coefficient Initial Serviceability Terminal Serviceability 3.00 200 psilin. 1.00 4.50 225 Modulus of Subarade Reaction k-v lue Det rminatiQn Resilient Modulus ofthe Subgrade Unadj�sted AAodulus of Subgrade Reaction Depth to Rigid Fo�ndation Loss o€ Support Value (0,9,2,3) Modulus of Subgrade Reaction 0.0 4 0.00 o.o 20D psilin. Tuesday, June 12, 2018 1D:26:44AM Engineer: VVin�A� i�avement Thickness Design According fa 1993 AASFf�� Cuide for �esign ofi Pa�ements ��ructures American Concrete Pavement Association Rigid Des�gn Enputs Project Name: Pa�ement and 12oadway �mprovement Raute: Portland Cement Concrete Pa�ement Section - 9 inch 5ection Location: For# Worth �wner/Agency: City af Fart Worth Design Engineer: Rigid Pa�ement �esign/��aluation Concrete Thickness 9.00 inches Load 7ransfer Coefficient Total Rigid ESALs 7,3fi6,900 t4�odulus of Subgrade Reaction Reliability 85.00 percent Drainage Coefficient O�erall 5tandard Deviation 0.39 Initial Serrriceability Flexural 5trength 620 psi Terminal Serviceability IWodulus of �lasticity 4,Q00,000 psi IUlodulus of Subarade Reaction Ik-vaJue] Determination Resilient Modulus of the Subgrade Unadjusted iNodulus of Subgrade Reaction Depth to Rigid Foundation Loss of Suppflrt Value (0,7,2,3) 0.0 0 0.00 Q.0 3.00 200 psilin. 1.Oa a.�a 2.25 NPodulus of Subgrade Reaction 20D psilin. Tuesday, June 12, 2018 10:2$:08AM Engineer: �►i r� PA� Pavement Thickness Design According to '[993 AASF�i� �uide for �esign of Pa�ements S�ructures American Concrete Pavement Association Rigid �esign Inputs Praject Name: Pavement and Roadway Improvement Route: �artland Cement Concrete Pavement 5ec#ion - 1 Q inch 5ection Location: Fort Worth OwnerlAgency: City of Fort Worth Design Engineer: Rigid Pavement DesignlE�aluation Concrete ThicEtness Total Rigid ESALs Reliability O�erall Standard Reviation Flexural Strength 1VAoduius of Elasticity 0.0 0 0.00 0.0 L.oad Transfer Coefficient Modulus of 5ubgrade Reaction Drainage Coefficient Initial Serviceabiiity Terminal Serviceability 3.00 2�0 psilin. 9.Q0 4.5Q z.�� 141lociulus of S barade Reaction fk-value] Determination Resifient AI[odt�lus of the Subgrade Unadjusted �llodulus of Subgrade Reaction Depth to Rigid Foundation �oss of Support Value (0,7,2,3} Modulus of Subgrade Reaction 20D psilin. 10.00 inches 14,173,700 85.00 percent 0.39 62D psi 4,DOO,OOD psi Tuesday, June 12, 2a18 1D:28:42AM Engineer: V"Vi��r4� Pavemenf Thickness Des+gn According to 1993 AA5bi0 Guide for �esign of �a�ements Structures American Concrete Pa�ement Association �lexible f�esign Inputs Project Name: Pa�ement and Roadway Impra�ement Route: Asphalt Concrete Pa�ement Sectior� Location: Fort Worth Owner/Agency: City af Fort Worth besign Engineer: Flexible Pa�ement DesignlEvaluation Structural Numher iotal F'lexible ESALs Reliability Overalf Standard De�iation Layer �avement pesignlE�aluation Layer IVlaterial Aspl�alt Cement Cancrete Cement Treated Apq. Base 2.4$ ��,aoo 8b.00 percent 0.45 Layer Coefficient o2a Subgrade Resilient Modulus Initial Serviceability Terminal Serviceability Drainage Coefficient 1.00 �.oa Layer 7hickness 2.00 s.aa Es 4,saa.aa psi 4.2fl 2.25 Layer 5N 0.88 �.so Tuesday, June 12, 2D18 10:24:24AM Engineer: SOSSBrushCreekRcl. �O�I�� �0�. � � � � � � ��� � � � � � � � Tort Worth, Texas 76I19 eet 1 of 1 � Phone: 817-496-Sb00 Fax: 817-49G-5b08 �R��J�C'r �Q,: W192700 �lif il � R E � T �i � L � � �i � � $ }�v�v.aJphatestrng.com Client: ANA Consultants L.�.C. Location: Fort Worth, Texas Projett: Pavemen# and Roadway Improvements Surface �levation: Start Date: 1 11912 0 9 3 End �ate: 11/9/2019 West: �rilling Method: CONTINUOUS FLIGH7 AUGER North: Hammer Drop (Ibs 1 in}: GROUND WATER 085ERVATIONS �, o "�•` y E� 7 a, ' ., . a�i rn Q. o in,K d u, rn� •� � •� � � o � -a.i �,� On ROds (fl}: NONE H�p o� y m vs 'Nin �� c � � � _ `-' DRY 03 nC7 � o o E � a� c`�'co �a � � -c � �After Drilling (ft): '�' ' °' o- a E u� �'� a� c� a� �v � � v' �� 3 a� � ' �After Hours (ft): � f0 y � � a� U. � o„- o o� � � p. ca ca � — r� � � a � � u� Z � � a � N{ATER�AL �ESCRIPTION 4" ASPHALT 0.3 Brown CLAY wifh limestone fragments 4.�+ 20 73 23 5D 5 4.5 2.3 99 21 _ 6.D Tannish Brown CLAY witlt calcareous deposits and limestone fragmenfs 4.5 16 � 4.5 17 �o �a.a TEST BdRING TERMINATED AT 10 FT � � � � � �� � � � � � � � SOS88rushCreekRd. BO���� �0.: 2 Fart Wnrth, Texas 76119 hee# of 1 � Phvne: 817-49G-5600 Fa,r: 817-496-5608 pRo.��c� �vo.: w1927o0 i� }� � R E I T /� �, � 9� G I ll $ invtiv.alphatesting.com Client: ANA Consultants L.L.C. LocatEon: Fort Worth Texas Project: Pa�emenk and Roadway Irnpro�emenfs Surface �levation: S#art pate: T'1/912D19 End date: 91/9/2p19 � West: Drilling Method: CONTINUOUS FLIGHi AUGER North: Hammer Urop (Ibs 1 in): 6, GROUND WATER OBSERVATIONS �, a.=_ �� � t a� x m o a o cn " o� � rn � . :-' a� �.' � � :�Dn Rods (ft): NONE � �, b � � � U� �'-°' m � � � � o � -� �.Affei' Drlilfflg (ft): DRY � �C'J � o c'�i ��W uyio 2' c�a o � � 7, _ n a Q o �._ o� � m �o �'a. a ' m � `� �After_ Hours (ft}: � �� �y� a o � � aN o•' c� � �� �" 3 � i%J � i( � C U� � Z C � .J 0. � Ui �-� 0. � � � a MATERfAL bESCRIPTIQN 4" ASPI-lALT 4.� Brawn CLAY 3.0 29 - 4.D � Tannish 6r�wn CLAY with caicareous depo5ifs � and limestone fragments 5 � 4.5 14 � -' 3.75 1$ 4,5+ 98 45 2i 24 10 � 10.0 TEST BORING TERMINATED AT 70 FT SOSSBrushCreekRd. ��RIR�G NO.• 3 � � � � � ��� � � � � I � � Fort Worth, Texas 7G119 eet 1 0 � Phone: 817-19b-SG00 Fax: SI7-49G-5608 p�pJ�Ci NO.: W192700 ��I �� E � T ��. L� E G 1 Fi � wwiv.alphafesiing.com Client: ANA Consultants L.L.C. Location: Fort Worth, Texas Project: Pavement and RoadwaY Improvements Surface �levaiion: Start Date: 11/9/2019 End �ate: 11/9I2099 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: � Hammer Drop {Ibs 1 in): GROUND WAT�R 0B5ERVATIONS � o 'a ` � E� � 8, � -- aXi rn a o iA om rn c • ' � m o �. � a� U� �� w � � � c o � J .,% On Rods (ft): NONE ��� Q 3 Y� 'aL N� �� � � � — J �' C}RY n �CJ �o �E �rn �o �'a �j 3 �n � 3 � t rAfler Drilling (ft): '� °� � n o - = acv p—, �fl- �� EL„�� � `.CARer� Hours (ft): � m U . � � � o o • m � � � tn c� �n � � a a$� z? � a' n. � MATERIAL �ESCRIPTION 4" ASPHALT 0.3 Brown GLAY 2.5 28 5 3.0 30 78 25 53 6.0 Tannish Brown CLAY with calcareous deposits and gravel 3.5 27 3.0 'f 7 10 10.Q T�ST BORING T�RMINATED AT 10 FT � � � � � �� � � � I � � � SDS8BrushCreekRd. �p���� �0.: 4 �� Fort Worth, Texas 76119 Phone: 817-496-5600 S eef a 1 Fax: 817-496-5608 p�OJ�CT I!lO.: W'� 92%QQ Ylfi 11 � F� E I T I� L L B�{� � H$ wwiv,pdphatesding.cpnt Client: ANA Consultants LL.C. Location: Farf Worth Texas Project: Pavement and Roadwa Im rovements Surface Ele�ation: StarE �ate: 11/9/2019 E�a pafe; 11/9/2099 West: Drilling Method: CONTINUD�15 FLIGHT AUGER North: Hammer Drop (Ibs ! in}: m GROUND WATER pBSERVATIpNS � o -o � �� o � E � a� � x � � . On RodS (ft): f�lONE � �, o N � � U� c� 'a�i � '� �E � o Q Q �.qfter Drilling (ft): bRY a> ja m o �� �� rno � U � � J >, — � � a o� �— o � c � �o �a o 'o � ..' � o �. /,4fter_ Hours (ft): E � °� a� � aN n" v �� �� �� 3 �� 6 ro � (fl � U � c USA � p .0 � J fL � � �a a� Z� � a h1�ATERIAL DESCRIPTION 4" ASPI-IALT 0.3 Tannish 8rawn CLAY with calcareous deposits and limesfone fragments 4.5+ 16 4.5+ 9 3 5 4.25 18 55 20 35 � 4'i.; � 17 ti 4.5 25 1Q 10.0 TEST BDRiNG TERMINATED AT 10 FT 5058 Brnsh Creek Rd ������ ��.: � � � � � � �� � � � � � � � Forr Worth, Texgs 76119 heet af 9 � Phane: 817-496-560U Fc�: 8I7-196-5608 �ROJ�C� N�.: W192700 4if H E R� I T A L L $ E G 1 H$ w�vw.alphatesting'.com Client: ANA ConsuEiants, L.L.C. Location: Fort Worlh Texas Project:� Par+ement and RoadwaV fmprovements Surface Elevakion: Stark Date: 1119I2019 �nd Date: 111912�19 West: • Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (Ibs I in): � a o � GROUND WATER OBSERVATIONS Q e �� � o N �� a, � . . � o � � . �t7n Rods (ft): iVOiVE � �o 0 3 Y m �� �`n �� � :E J � � L � �,After Drilling (tt): DRY Q o� � o o � c � �o �'Q �j � 'N '� � a. � Q � a� �'After Hours (ft): � m U� °" ` � �' �N p� � `° •� � � �ry — � � X � � c�icn ` Z '� � � a . �� � � � � a MATERIAL DESCRIPTION 4" ASPHALT 0.3 , 2' COE�CRET� �.,� 2.a Brown GLAY 3.5 31 76 28 48 � g 3.25 29 6.0 iannish 8rown CLAY with calcareous deposits ° 5 25 ��� � 3.5 21 i:: �- . 10 � � 10.Q TEST BORING TERMINAiED AT 10 FT AL�HA �'�������1� � �fIIf1ERE IT A1L BE�INS 5058BrushCreelcRd gORING N�.: fi Fort Worlh, Texas 76119 S eet 1 Of Phvne: 817-496-5600 Fax: 817-49b-5608 ����J�C'� �0.: W192700 tvw�v. �Iphatesting. com Client: ANA Consulfants L.L.C. Location: Fort Worth Texas Project: Pavement and Roadwa Im rovements Surtace Ele�ation: Start Date: 11/9/2019 End Date: 11/9/2p19 west: pri!ling Method: CONTINUDUS FLiGHT AUGER North: Hammer Drop (Ibs I in); 6, GROUf�lD WA7ER dBSERVATIONS � �o.� N� � t � X °�' � . On Rods {flt): �IONE � �, �� d � UW c.°�—' '��'w� � �E � � o -C � � rlfter Drilling (ft): �RY � � Cl � � c''�a � �as « wo � � J r — �a, � Q- �� _— o E � o' �uo �Q ° 'p U � � Q � �',After_ Flours (ii): � m c�� a � o � �`"' �`" � 6 � �� v�i nnnTrnin� r���..�.r.�r.r�...� � � ~n' a �� Q Z � � J � a . 4" ASPHALT 9'CONCRETE 8rawn CLAY with gra�e! 4.5+ 5 a r 4.5 4.5 4.5 Tartnish Brawn CLAY with calcareous deposits and limestone fragments 21 '18 � 47 j 19 � 28 16 97 1 Q f � 1 �� TE$� BORING TERMINA7ED AT 16 FT 5058BrushCreekRd. ��RII�G iVO.� 7 � L P�I ��� T�� T I�1 � Fort Worth, Texas 76119 heet 1 of 1 � Phor�e: 817-196-560U Fcut: 817-496-3G08 p�pJ�Ci IVO.: W1927a0 1hf II � f� � I T A L � ���� N$ iv�vw.alphatesting.com Client: ANA Gonsultants L.L.C. Lacation: Fort Worth Texas Prpject:_ Pavement and Ftoadway Improvements _ 5urface Elevation: Start Date: 11I912019 End Date: 1119I2fl19 West: Drilling Methad: CONTINUOl1S FLIGHT AUCER North: Hammer Drop (Ibs ! in): � GF20UND WATER OBSERVATIONS Q a �� '� b N �� 8, � '� � Q N p T N U� �•- N � E � o ,a�� � �. �Dn Rods (ft): f�IDNE � �� Q � Y m vL 'mcn �� c � o �' — " DRY L � TAfter Drilling (ft): n �� o� ao o�� dN ��' C� � m � 3 O_ fl- � lV N in a� � �'After Hours (ft): ro� U' c c�iin �� � m J a `—° � c� � �a a a Z� � a MATERIAL �ESCFtlPTEON 4" ASPHALT 0.3 6" CONCRETE 0.5 8rown CLAY 3.0 30 3.5 26 4.4 Tannish Brown CLAY with calcareous deposits and limestone fragments 5 4.0 24 59 21 38 3.0 '� 9 4.0 2�4 '{ 0 � 10.0 TEST BORING TERMiNATED AT 1fl FT � � � � � �� � � � � � � � 505813rush Creek Rd �O�ING RlO.: '� Q � Fort Worth, 7exas 76119 Phone: 817-49b-SG00 heet 9 pf Fc�: 817-998-5608 P�o��cr �o.: W� g270o 1�A� H E p� �� A��. � E �3 J�$ rrrviv.alphatesiing.com Client: ANA Cansultanfs L.L.C. Location: Farf Worth, Texas Project: Pavement and Roadway lmprovements Surface Elevation: 5tart Date: 111912�19 End Date: 1��g�2��9 West: Drilling Method: GaNTINUOUS FLIGHT AUGER North: Hammer f}rop (Ibs 1 in}: �, GRdUN� WATER OBSERVATIONS �o.s � � � � � x � � `�:'On Rads (il): NONE � �, �� � �j `y' c w '� � �� � -� o Q Q TAfter Drilling (ft): DRY � o(� � � � � � � �Q �Q o `� � �. � o � ilAf#er� Hours (ft): � m� cj� � o �� �N �" C� 6 �� .� 3 u3 � � � c c°�v) � o •c °' �1 � � U� �� a� � z � a a � � � � MATERIAL DESCRiPTION 4" ASPNALT � 3 &awn C�AY 3.25 26 64 22 42 5 3.b 1.7 96 26 6.0 Tannish Brown CLAY with gravel 4.5+ 16 3-� 21 10 10.0 TES7 BORING TEf2MI�fAT�p AT 10 FT 5058 Brush Creek Rd. �ORIi�G Fl�.: 11 � � � � � �� � � � � I � � Ford Worth, Texr�s 76119 5haet 1 0 1 � Phone: 817-496-56DD Fr+x: 817-49d-5608 ��QJ�CT j��.: W� �2]aa $i� H� Fl � I 7 A� L � E G 1 N S w+v�v.alphaieslrng.com Client: ANA Consullants L.L.C. Lo�ation: Fort Worth, Texas Project: F'avement and Roadway linpro�ements Surface Elevation: StartDate: 'f0/28120�9 EndDate: 1d12812D19 West: Drilling Method: CONTINUOUS FLIGHT AUG�R North: Hammer Drop (Ibs ! in): GFZOUNb WATER OBSERVATIONS �, o �� N�� 3� ` � � L2 o U7 � 0 dl 87 �' C 'O o a,��i � ` �{Jn Rads (ft): NON� � �' `o � m U�. .n� 7� � E � � o d N 7� � --� V N � y� �'C Ul y — r � �After Drilling (ff): �RY Q U� c Q a a �� aN o a �j � �� '�, � a Q- - � � iAfter Hours (ft): � m U� ���' o ..r � o� m in cn o� — � a �� a�� z� � J a a MATERIAL D�SCRfPTIpN 6" ASPHALT 0.5 Brawn CLAY 3.75 21 2.75 23 ' 3.0 27 6.0 Tannish Brown CLAY with gra�el 4.5f 24 64 24 40 ;�,, 4.5+ 25 i"���- 10 ' 10.0 7EST BORING TERMINATED A7 10 FT � � � � � �� � � � � � � � � YVFICRE IT AL! 6EGI�J$ SOSSBrt�.rhCreekltd. ������ NO.: �2 Fort Worth, Texas 761I9 SheeE o 4 Phone: $17-496-5600 Fcu: 817-495-5608 p�OJ�(F�' �0.: W1�2��� wtivly,alphatesiing. com Client: ANA Consultants L.L.C. Locatian: Fort Worih, Texas Praject: Pavement and Roadwa Im ro�ements Surface EEe�akion: Start Dat�: 1Q/28/2099 � End Date: 1Dl2812019 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop Slbs 1 in): �, GROUND WATER OBSERVATIdNS �, o -a � .�N. �� �, � � x ar o On Rods ft: NONE Q o v�'K `� � v, a'} � - . . a� "'�" U � � � �� p _VJ � � U ."'�. , � � N N � J C o Q Q ��After Drilling (fi]: dRY Q oC� � o o� �� �o �,� o � c� � � p � i After_ Hours (ft): ��� � j-� a� `� � a`v �" v � � 'N cq c� � C} � � � � �(/� � Z ? ro J � a RAATCI']1�1 nrnnr.ir»-i�w� a a � � 4" ASPHALT Brown CLAY with calcareous depasits and limestone fragments 5 � 4.5 4.5+ 4.5 Tan and Gray SHALY CLAY 0 4.5+ 20 18 � 44 � 2Q � 24 21 20 10 TEST BORING TERMINAT�p AT 10 FT Sd588rushG•eekRd. 8����y� �0.: 13 � � � � � �� � � � � � � � Fora Worrh, Texas 761I9 heek of 1 � Phone: 817- f96-5600 Fax: 817-496-5G0& p�p��C�' P10.: W1927a� �i{i H F R E I T Il � L B�{'i ��1 $ �viviv.alphatestrrrg.com Client: ANA ConsuE#ants, L.L.C. Location: Fort Worth Texas Project: Pavement and Roadway Improvements Surface Elevation: Start Date: 94/28/2019 End Daie: 1Q12812Q19 West: Drilling Method: CONTfNUOUS FLIGHT AUGEFt North: Hammer Drop (Ibs ! in): � GROUN� WATER OBSERVATIONS Q o � � W a N � � ,�, _ � w � ..On Rads (ft): NOI�E � z,o o� � m U� .N� � m E � c o n� a r � c Q Q �AftBl' Driiling (ft}: DRY � Q� ��o � Eo � oi �N Q Q V � •� � � � `6 1After Hours (ft): � � U" �, � �' o Q �, �, � � �u, ua � a � � c� — cn � � 0. a$ v� Z� � a � MATERIAL DESCRIPTION 6" ASP�IALT 3.75 22 0.5 6rown CLAY 3.0 21 4.D Brown and Gray SHALY CLAY � 4.5+ 22 64 23 41 4.5+ � 3 4.5+ 15 10 1fl.0 TEST BORING TERMINATED AT 10 �T � � � � � ,� � � � � I � � SOSSBrushCreekRd. BOR��� �0.: '�4 �I Fort lVorih, Texas 76II9 �� Phorre: 817-496-Sb00 Sheet 1 of 1 Fa.r: 817-496-Sb08 ����J�C� �0.: W192i00 W N� R E I T A L L $�[`i I�$ 1vww,alphatestirrg.com Client: ANA Consuftants L.L,C. Locatian: Fort Worth, Texas Project: Pavament and Roadwa� Irr�provements Surface Elevation: Start Date: 14/29/2019 �nd Date: 10/29/2019 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (�bs ! inj: �, GROUND WATER 085ERVATEdNS � �� N�� �, L � x � J � ,, �. o :n �+ `� O Vi OI � � C ' � � � �; On Rads {ft): IVON� ��,n o,� � a� c}4. .�� '��w �, � E c o � � Q �IAfter Drilling (ft): pRY Q oO = p a E � a, �o �,� Q � U � � a `� `�/After� Haurs (ft): ��o� U� a o �� p_,�, o.� U a � �n cn � � Vy � X c � V � � O '� � � a (6 �-a a � Z � � � MATERIAL DESCRIPiION 4" ASPHALi 0.3 Brown CLAY wifh cafcareous deposits and limestone fragments 4.5 15 5 4.5+ 2.3 112 46 b6 2i 35 3.0 24 8.D Reddish Brown SHALY CLAY 4.5+ 24 �o �o.a iEST BORING 7ERMfNATED AT 1� FT � � � � � �� � � � �' � � 505813rushCreekRd. B��INC NO.: 15 Fort Worth, Texas 7G119 5 eet 1 Of 1 � Phone: 8I7-496-SG00 Fax: 817-496-5608 p�OJI�Ci NO.: W19270� i� H E R E I 7 �i � L � E G J N$ tiv�v�v.alphatesting.com Client: ANA Consultants, L.L.C. Location:_ Fort Worth, Texas Project. I�a�ement and Roadway linpro�ements SurFace Efevation: Start date: 1 1/1 21201 9 End Uate: 1i112/2019 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (Ibs 1 i�): '��0/30 � GROUNCI WATER OBSERVATIpNS �, � � .�'�- �� u� � ' � � � � � � �+�n Rods (ft): NONE H �❑ o� Y m v� 'ui� }j � � � S o U '� = � -c �After Drilling (R): �RY � �C! � o � � � � m� � o -a .�? :�' u� Q' m � �� a� a� c w a N � n U tr' N �in cn a /After_ Hours (ft): a c� . � C7 Uj � � c c�i u3 � o�� � � p� m �a a � Z � � a MATERIA� D�SCRIPTION 2" ASPHALT 0.3 4" BASE 0.5 Tan LiiIAESTONE wifh cfay seams and layers 9 00/ 'i 00/ 7.25" 5 �_ j 'E001 1.25" 10 10.0 TEST 80RfNG TERMIfVATEd AT 90 FT 5058 Br[�sh Creek Rd gORIiVCC NO.: '! 7 � � � � � ��� I � � I � � � Fori Worth, Texas 76119 Sheet a 1 #/ Phone: 817-496-5600 Fa�: st�-s46-s6o� ��,OJ�CT I�O.: W19270Q W H E R E I T Ik � L B E i`i I H$ wwiv.alphateslitag.com Client: ANA Consultants LL.G. Location: Fort Worth,, Texas Project: Pavemenf and Roadwa lm roveme�ts Surface Elevation: 5tart Date: 19�1z�2��9 End Date: 11/12/2019 West: Drilling Method: CQNTINUOUS FLIGHT AUGER North: Hammer Urop (Ibs ! inj; � GROUND WATER OBSERVATIONS � -o � ��� � t � x w J NQNE T o �� N U� C� N = � � o � : On Rods (ft}: � �. o �, ��, � � � � o � L �After Drillll1g (ft): bRY Q oCJ � o a E � i� �o �� c -c J W � � Q O U a � �' After_ Haurs (ft): R m� U� a� a�' a o � V �, � � �u, cn � � �� ` � `� z � `� J a .n�. � a � � MATERIAI. p�SCRIPTIOiV 4" ASPHALT 0.3 LIMESTONE GRAVEL .� - 11 � 5 � 5.0 TEST BORING TERMINATED A7 6 FT DUE TO REFUSAL OF HARd MATERIAL 10 5058Bra�shCreekRd. �OR���+ �0.: �$ � � � � � �� � � � � � � � Fort Worth, Texas 76114 heet 1 of 1 � Phone: 817-496-3600 Fax: 817-f96-SG08 ��pJ�C� I�O.: W1927D0 VU #I � R� I r �l �. I. B E� 1 h� $ �tiwtiv.alphatesting.com Client: ANA Gonsulkanfs, L.L.C. Location: Fort Worlh, Texas Project:_ Pavemenl and Roaciway Improvements ._ 5urface Elevatian: Start Date: 11l1212099 End �ate: 11��2�2a19 West: Drilling Method: CONTINUOUS FLIGH7 AUGER North: Wammer Qrop ([bs 1 in): GROUfVD WATER OBS�RVATIONS �, o �•� N�� a� � � � ,� � �n Rods (ft): NONE � �'A o N °"' �� '�iA °' a� � � � o � � dRY a o� �� o a � C Qo �`o. �j s a � 3 Q � ♦,�fter Drilling (ft): � � f After� Hours (ft): � m U" °" � o„°�r' a N av n`, � � �ur cn � � �� x� a�i �� Z� `° J a a �a Q � � MATERIAL DESCRIPTION 4" ASPHALT 0.3 LIM�STONE GRAVEL 14 � 5.0 TEST 80RING TERMINAT�� AT 5 FT DIJE TO REFUSAL OF HARD MATE�ZIAL 10 � � � � � � � � � � � � � ��� �� ���� ������� �I��i CLr4��I�I�ATION� 1hfHEfiE k�' ALL �E�IN$ SOfL & ROCK SYMBOLS (CH), High Plasticiiy CLAY � (CL}, Low Plasticity CI.AY � (SC), CLAYEY SAND � (SP), Poariy Graded SAND � (SVI�, Well Graded SAND � (SM), SILTY SAN� � {ML), SILT � (MH), Elastic SIL.T � LIMESTONE � SHALE / MARL � SAN�STONE o O (GP), Poariy Graded GRl1VEL 6� (GWj, Well Graded GRAVEL � (GC}, CLAYEY GRAVEL �a�(�� (GM), SIL1Y GRAVEL hIWL � (OL), ORGANIC SILT � (OH}, ORGANfC CLAY � FILL SAMPLING SYMB4LS ■SHELBY TUBE (3" Od except where noted otherwise} �SPLIT SPOON {2" Op except where noted otherwise) � AUGER SAMPLE � TEXAS CdNE PENETRATi4N ■I ■ ROCK CORE (2" ID excepi where ■� � noted atherwise} R�LATfVE DENSITY OF COFfESIONL�SS SOfLS blowslft VERYLQQSE LOOSE ME�IUM D�NSE VERY QENS� 0 Tq 4 5 TO 10 11 Zd 30 31 TQ 50 OVER 50 SN�AR STREiVGTH OF COHESNE SOIL.S ftsfl VERY 50FT 50FT FIRM STIFF VERY STIFF HARD LESS THAN 0.25 D.25 l"0 0.50 0.50 TO 1.00 1.00 TO 2,p0 2.40 TD 4.40 OVER 4.00 RELATIVE DEGREE OF f�LASTICITY PE LOW M�DIUAII HIGH VERY HfGH 4 Td 15 16 TO 2S 26 TO 35 OVER 35 RELATIVE PROPORl'IONS % TRACE LIiTLE 50ME AND 1 TO 1 D 11 TO 20 2'! TO 35 36 T� 50 PAR7ICL� SIZE IDENTIFICATI�N DfAME7ER BOULD�RS Cd8BLE5 COARSE GRAVEL FfNE GRAVEL COURSESAND ME[}IUM SAND FINE SAND SILT CIAY 8.0" dR LARGER 3A" TO 8.0" 0.75° 7� 3.d" 5.ammT03.0" 2.OmmTQ5.Qmm 0.4 mm TO 5.� mm 0,47 mm TO 0.4 mm O.Oa2 mm TO p.p7 mm LESS THAN O,D02 mm ALPHA Report No. W192700 C-1 SL]MMA�RY OF PAVEMEN'�" SECTION 1tEC010'IMEIVI)ATIONS � � � Table I contains a sumtxaary oi the reco�unended portland cement concrete (�CC) pavetnent sections discussed in the report. Tables II and III contain the summary recommendat�ons for the asphalt pavement and asphalt overlay sections discussed in the report. 7'r�[il,j? I Summa��' twf �ec�m�acnde� P�,r��t�ntt Ct���e�yi C'ancre�e I'(:�;} I'�k�cincnt �ec€io�}s PCC Pavemient Thickness (in} placed on � � g 10 2$ day Conerete Compressive Strength Subgrade Improvement Depth (in) AppIication Rate for Lime .,L- ----- -- --a�i Reinforcing Bar No. 3,60d 6 30 3 3,646 8 36 3 3,600 3,�ao 8 8 36 36 4 4 Iteinforcing Bar Spacing (in) 18 18 I 8 18 ' Subgrade i�mprovement could also consist of cement, flexible base material or RAP as discussed in Sections 6.1.2, 6.1.3 and b.1.4, respectively. T'A61��' II �r���kma�-r af Aspha�ll �'s�ven�e��[ Sectis�n I.��,y�:r 119�teriaE Liiycr TF��ck�:eyu (���) Type D Asphalt Surface Course 2 Cement-Tzeated Concrete Base Layer' g The cement treated concrete base layer is described in Sectzon 6.1.5. '�"11131.�+; � � i Ssimrnr�ry +kt` A��lsalt Oves�l Csayer ��a#eri�l ����� Thicl�srtiss (in) Type D Asphalt Surface Course� 2 Milled and Repaired Existing Pavement Surfacel At least 3 inches thick See section 6.4 for further discussian regarding surface preparatian for asphalt overlays. ����r ������. Project: CPN# 02389 Date Tested: 7/1 �/2024 — 7/13/2020 Requested by: Mary Hanna City of Fort Worth Capital Delivery Division/Soil Lab 8851 Camp Bowie Blvd #300 Fort Worth, TX 76116 Laboratory Test Results for A �treet Coring Project 7/30/2�20 Phone: 817-392-7920 This report presents the resuIts of a street car�ng project for (CAN# 02389-Pavement Cores Project}. Uday Bangale and Stephen Overton performed the cores, and subgrade la� tests. Mr. Zeialem Arega reviewed and approved the results. � ��ent�icicv .�vc . _ {B��se�l����Y 1�1�� �u �Fic�Jcei ,y��lud� HOLE # 1 ~_� — _ _ __ _ LOCATION: b5'N of E Bxoadway Ave (E/4) 1.50" HMAC 3.Q0" Sand & Asp�talt pieces 6A0" Pale Brown Sandy Clay b.50" Brown Sandy Clay ATTERBURG LIMITS: LL:4830 PL:19.90 PI: 28.40 SHRKG: 16% HOLE # 2 LOCATION: 69'S of Vicl�ery Blvd {W/4) 1.50" HMAC 3.00" S#abilized Material 7.50" Brown Sandy Ciay w/Gravel, Limestone & Sand 5.00" Brown �andy Clay w/Gravef & Stone (not enough material for te� I�'li 15tic1 ll ['L �iYe --� -- _; , _ �_E i3rc�aclv�'��� fl;�c la Stell� �f} _ HOLE # 3 � LOCATION: 4Q'S af E Broadway Ave (W/4) 1.50" HMAC b.50" Pale Brown Stabilized Material 9.00" Brown Clav Page 1 af 2 F�o������r���: City af Fort Worth Capital Delivery Division/Soi1 Lab 8851 Camp Bowie Blvd �306 Fort War�h, TX 7b116 HOLE #4 LOCATION: 30'N of E Stella St (E/4} 2.00" HMAC 6.OQ" Brown Stabilized Material $.00" Brownish Grey Clay ATTERBURG LIMITS: LL:53.80 PL:22.02 PI: 31.78 SHRKG: 17% — — lire�:�o!►s.ti�' A�'€ (`ic�i-vice �td 1�M k�:�l�t�k�' A��e1 Hole #5 LOCATION: 4�'W of Kentucky Ave (N/4) 5.00" HMAC 4.50" Pale Brown Stabiiized Material 5.00" Pale Brown Sandy Clay ATTERBURG LIMITS: LL:41.50 PL:18.10 PI: 23.40 SHRKG: 13% HOLE #6 LOCATION: 120'E of Service Rd (S/4) 4.OU" HMAC 5.75" Concrete (3963 PSI} 5.00" �'ale Brown �and w/Gravel & Stone lastic Page 2 af 2 Phone: 817-392-7920 �C-��.04 �J�.�er��o��n� �Facifli��es TI�[�S PAGE ��El�'�" ��TTEl�T'�'��l�TA��LL�' �LA�� CITY OF FORT WORTH FY le-cn9 S7RFiE1' RF.PAIR ATIU li�C'oN PROGitAM AND NGqx SOITTF[ Sl�b MF:fi. fi13T. W&ss MAIN IMPItUV. STANDARI3 CpNSTi2UCT[ON SPECIITCATIOA! DOCUMENTS City Project �io. D2389 & Q2445 � �, . �� ' _ ,�', �' ' ��. ,s — 't1�, ♦ a L. .� � IC � O 0 V � � 0 �Y E `o � C N O i � � � � � 3 N 9 i➢�� i$�� �� � � ��� 1 g ��»> : �L � ����a ��b� �b'yf'N i���� o'�' �� . s_ ����-����� '������ �����= 5���� s�� 'anv srnoi •ls� � ���e �ImB�. � � I � a� $ �� e€ . a���g �� � _ =�a�e � re��a � � ���et s � �a� � �H� o ��� ���.. . 3 e 5d� ���ap W ���� k �o9�e � _ 8 � �. e �Qs � ����� � _EHYrsa I _ $ � S � w � a ¢ � � � `o �j - � 1 � �� �� _._ ��i° �anv sznoi �►s ��� ��, � �V' ' �� �� �� ����� ����� � � # � :� ��� - 1�� �j �1 1� y: �o— ���Y� ����8 �F 5S£ � ����� o �� ����� � ��� � � 0 ui � W O .�-s �-rva�soa •� � � r�L 3mS� x���i ���� � � € `� l!J � � � O � O � C'I a 0 OLEANDER 5T. � � � 0 � Y O � ti � J g 'a .� $ �i 1� a% ,-, h�s� �2as�a � �� ,;�84� � y � ��R� k � � awa. � d „ g�3f � `w�� ��d�n� �� z"�� ���o � E � � � � O c�7 I ¢ O i '3f1tl VCEON9tlN! �'" J � � � � � � � 8 d s €} 8 �o���b i i i i I� y� � i i i }i -a � i��lll �, �j, � �' � � I I� �I � � I 1 I I I I i � � � F$ f i ! I I I 3 � s�e �om �� m o� � o x cmo i' II If ��� }I I � �- o 00�80060 o ma p( o�n ''� � YI�1��IS11 II � Yld� lld� 2101 �Il� �I E� II � � � �O � � \ 1 � '✓ r � • 3 gp t� ' - � q� " r� �y wo. v' ' �(� a��7"��� k�7��3 �Y:�E?H�$ 5b�� a�3 �i���rzR€$$ �'�a�i., ��,' '�� CY\ � � a F_� P�����?3: � �€ � s� € �€ € � # �` �� .� � � ' . . � .. .. �� �� ���: �`" �ey �'��.� � a :� ��; � �� �I I � i .—_ � If i a i ���f � � f � I o i �I� � m 1. �� I w � I ��¢ 1f _.._ ��`i���___. �.---f- � ,E r � S g � � � � o � � Jf I � I ^� � I � � � � Y �� � ! i � �� � �i � � � :� i ' �� ��,.--fi--;�-,._ _ I i I'�^d zanoss�w •� j q I �a � f� I q � m I i� �w I � � � I I � • � � j � _ _.__.. � � �' I �' I � �,' � I I s3 J � , � ��� � Sb4 4_ ` 622 r w f +rt1 I � 11 w r. fl T ��_ � �� �. � `�`p� _ ���� °a� MSF-r U � � � N � � p Uz J �w , r �Y �W���" 'V � M N�.� � � � `��8`�� T �'�s� a � �� o ��"� o d���a? w �x zm r. � �ae,��€ rc�o c- �„ � ° �'�` �� � zw8�`e'LL �?w o' .���� F p z�^ "e � n u � _ � �WFs a � oz inw � d �F�o�:...��aG � '�� � �w � �,m..:,-,s�"' ' a ��"'<� gFi: '. _ ��� : " B �� �� z3 Y��&d •ana,�nr�nae�aa �a � .—.,—.�_._., I � I 1 I � � r I � � � �l I i � �' i � �i �i �I I � T O� � � � N � � � �.—...� n —.�.— �I —r {{ '1S t711315 i �� � �_.._� ._.� iib� � � �� � � �_a � ,{� ������ �I � i� � I I��I 1� ,� � �������I�� ��g I I II I � 0����A ��mo0�satrmo :. � I � i {I � � - 0 �OF78��6D � �� �� � O¢ 'y�."', � e �YI I��I 's`�al a��� ol�l al�l a� a� 1� � : � �tl� :� �� ? � w �� :. u a � ' � Qy . : P, �� � a �,� i�$ �4 � �� � �� i � �� V�,7 0 ? � c�� �a� �2� ��� s � g e `��� F�^e ��m; $�P ��k. ' '��'��t r�B�E� � �§ E s� � - � y�€ �}� •�8�� �n �� � ��ss a�� » �.yy= Q�r . �, � ge"9zc8 :.@E�ig�� � �€ € �i i �6 a g � �s �� ma�§ r . � �3 ksisr c; 3 ��'"�' � , c�a �da��� ����e as e,e„ �x � 3¢.9 � �W s � � � � i J LI �� U J x J S ���� a a 4�$e;� �g$°�€. � � s r� N G���m� �ze N �w�� � a,���l� � S � � € H � 3 n �£ �� Y �� � '3AVAtlMatlOt18'� I I � ��� •=--- �, � '�AH J.b3�I�L1 � � � 0 � � � Y � R N � 3 = � z w 4 m` u t C7 � Q m u z N 0 N O N Q H O 4 C a � i � T s � N Y N U O N O N Q ri 0 m C 3 w u G-�-6o�6.I)1V�i��r��y a�n� ��r�ne� O�w�n��l ��usIl���� Ente��n�se Co���Il��►ce 'T]�Il[S �A�E L�E�F7C �NT� ]E�lTTI�1I�TA]��L� �l[.lA.l�]K CITY OF FOKT W ORTH FY IS{:iY9 STRGEf REPA7R ANb I2L•CON. PROC;W4M hNP NBAR So[Ff€[ SIbIlML•D. n137". W&SS MAIN fMPRaV- STANDAItD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. D2389 & 02445 F'��t-���� �c_���'r'�� T rs:� Pf� r?.� �? �T T� I.vl � i��1�T �#i�1���4� (�C�v� �- i�) Cify of �or� l�or�ih �dlinori�� �usines� �nterpri�e �peei�ications ���C1r4� IfVSiRUGiI�NS �OR ���EROR� ,��P�.ic��ror� o� Po�icY If Ch� t�ta� da�lar val�e af �e �n�#���t �s $50,���,p1 or mor�, �s�rs a M�� sut�c�ntraeting oai �s ��ficabi�. �OLICY S�'A���VI�h+T It is the policy of the City of Farf Worth ta ensure the full and equitable participation by Minority B�asiness Enferprises (MBE) in the procurement of aii goads and services. Ail requir�menfs and regufafions stated in the City's currenf Business Di�ersity Enterprise Ordinance appfies to #his bid. P�'�� ���J�C�' GO�E�S The City's MBE goal o�� this project is _ � °/4 of the ia��e hid �alue of the confract. Not�: If both i�I�E �nd SB� subc�ettracQing goals ar� ��f�iriis���i forthis �xro)ect, th�n an Offeror musts::V.�,E± bra#ti � �A�E Utilia.ataon Forrn and a S�E iltifiz�ti�n Form to be e1e�m�d resaonsirre. conn��rar�c� ro �r� s��ci�icaYio�s �n City confracts $50,000.01 or more where a MBE subcantracting gaal is applied, Offerors are required to cpmply with the intent of the City's 8usiness Di�ersity Enterprise Ordinance by one of the following: 1. A�eet or exceed the abo�e stated I�VB� goal through iWBE su�contracting participation, or 2. RAeeE or exceed the abo�e stated fV�BE goal through iViBE Joint Vanture participation, or; 3. Good Faith Effort documentation, or; 4. Prime Wai�er documenta#ion. SUBfI�ITYA� O� R�QUIFtED DOCUi�II�NTAiIOid ihe applicabfe documents must be received by the by #he assiqned City of Fort Worth Proiect Manaaer or Department Designee, within the following times allocafed, in order �ar �he �nGr� bR� to be c�.�nsidered resps�rtslve to «v specifcaNan�. �I�e �}1;�,��a� :,i���ll Ef�h#I�. ��«� N9L�E �I���.�irrx;���i�}k�c�ii �r,r r�r+� �ssi{�r�ecG �ity ol ��rr� Worth f�Kv9��R M3���€��r ctr I]eparUn�rit D��igr�ee. A fix{ial �o��y w�l� etio4 IF� ��:cEa��4ed IFAIL,#JF�E TO CQMP�Y 1hf�TH 1'fi� �I�Y'S BL�SINE$5 C�VERSI�Y ��+11�RPR1$� OF2�l1�ANC�, U1r�LL �iESU�I` I{til 'i`H� ��� B�INCa �ON�IDE��b N�N-€��SPON�IVE T� SPECIF�Cl�ITIOI�S. FJo11�lJRE T� SU��VIIT ��i� Ft�OUI�t�� 1UI�E DOC�JI��HTATIOid 1�VIL� RE�ULT �f+17kIE �ID ��Ihi� ��lUSID�R�� N�1�-#�E�POH�CV�_ A Sf�ONp KIAI�.IlR� 1NfL�. F��SULT IN �3�1� O���ROR B�ING ��54RJAL1�1��! F�R A P�f�lOL1 OF �1�� Y�AR. THR�� FA��U�� IN A KIV� Y�AR P�F21p�1 WILL R�SLJ�T 31� A�]I$Qli6k�.IFl�A71QN ��RIO� OF T#�IF��� Y�#R�_ Any questions, please cantact the Dffice of Business Di�ersity at (87I) 392-2674. Offrce of 8usiness �i�ersify Emaif: mwbeoffice@fartworthtexas.go� Temporarily Revised Apri16, 2020 due to COVIDI9 Emergency Phbne: {817) 392-2fi7�4 ATTACHMENT1A Page 1 of 4 k'(�1:'1' �C)l�t'I'H City af F'o� l�o�fih Ofifiice o� �usines� �i�ersity IVY�E Subcontraciorsl�upplier�s �fiili�afion Form OFFEROR COMPANY NAME: Check appffcahle hox to descrihe Offeror's Certification AROJECT NAME: M1W�DBE NON-MlWIDBE FY18-CD9 STREET R�PAIR AND R�C�N. PRORAM AND N�AR Bio oa�re SOUTH S1DE MED. DIST. W&SS MAIN IMPROV. City's MBE Project Goal: Offeror's MBE Projecf Comrr►itment: PROJECT NUMB�R % % CPN U2389 Identify afl subcont�a�ioF�l�uppliers you will use on �his pr�ojecfi ��ilur� to c�mplets this form, in its er�#�r�#y wi#h r�quesl�d �oc�rr��r�t�lion, and f�GBlV�{� bj� �El� RUr�hasirlg i�i,rtsion r�o la�t�f �ha�r 2:00 �.m ar� #i�e s��c��d �If� b�xsiriess d�y after b�d ���nir�g, ex�Eusiv� of b�d �per��e�� date, w�ll resuit in �he ��d beir�� ��e��id���d rr�r�-r�spansive lo b�d spaci�i�atE�r�s, The unde�s��ned C7FFeror agre�s t� �r�l�� ir7io a f�rmak agr�€xzent with ��� M�� fif�n(s) lls�ed �n !l�is �ti�ix�li�o7 schec��le. con�i#i�ned c�pon ex�c�tio� of a c�r�ttac# with tE�e ��ty �f F�rk INvrtfi. The i�te�#{�n�l ar�cE�or k��wing mi�repeesentati�n �f f�ct� is �rou�ds dor cansid��tion o# d€sq�aalificati�n an� wiCl r�����# in tha trid b�i�g ,cor�si�ereck r�or�mres��nsiv� t� bi� specificati�ns, MBEs listed toward meeting the project goaf must be located in the six (6j county marketplace at the time of bid or the business has a Significant Business Presence in the Marketplace. Marketplace is the geographic area of Tarrant, Dallas, �enton, Johnson, Par�cer, and I,+�ise counties. P�irrre �vrstr�ct�rs m�s� identify k�y �ier leve! �f �II su��ontea�totsls�p�€i�+�s, 7���� mr�ans th� lev�� �� s����ntrac#ir�g bea�w kh� prim� cantea�to�J�ansul#anf k,�. a di���t �ayrr��nt fro� the pfirne co��#ractof to a su���nte��#ot is �or�sFd���d 1�' tier, a��ymen# ��r a s��contract�r t� iks s�rpplier is ca���d��red �°d t�er. The pri�e c�e�#��ct�r is r�s�onsibEe to pr�vide �e�ot �� p�yrrter�t �f �I� ti�r�d s�bcont�ac��rs identified as a N1F3� and eour�t�ng tl�ose d��fars lowards m��tin� the con�ra�t cammit�ec� ga�l. ��� �n��s �us� �� c��•. i�i�� e��o�� co�r��,c�,�►���a. Certification rneans those firms, located within the Marketplace, that have been business enterprise by the North Central Texas Regional Certification Agency Minori#y Supplier De�elopment Council (DIFW MSDC). I� hau[�ng s���+xces are �tilized, the �ffetor will �� �iv�e� c �pera�es at ]e�s# ane �u[�y li���tise�# and �perational �fuc�c #o C�e t�►fcks frvm �r�oth�r F�+lE3� (irr�r, i��luding 1u1C3E owr�er-operated, l��s� truck� fro�7� k7ot�-�u1B�s. ir�cludFng awrae�-aper�t�d. f��,t determined to be a bonafide minority (NCTRCA) and the DailaslFort Worth •edil as long as t#�� fU�BE l�sted owns and us�d on the cantr�ct. 7'Yr� f��� ntiay Eeas� an� r���ive f�IC hA�� cr�d�i_ Tl�� �+iB� rraa� will only receiv� crec�it fof th� fees ar�d �r�r�rr�iss�ar�s �arned bv the MF3� as oufiin�d ir� tF�� I�as� ac�r���7ent_ Rev. 2!9 3119 F�}i2�f� V�'��I ATTACHMENT 1A Page 2 of 4 Offerors are required to identify ALL subcontracfors/suppliers, regardless of status; i.e., Min❑ri#y and no��M�Ey, MBE firms are to be listed frrst, use addi#ional sheets if necessary. Piease nofe that oniy certified MBEs will be counted to meet an MBE goal. � SUBCDN7RACTORISUPPLIEiZ ° Company Name T � w " Detail Detai! Address i g g 5ubcontracting Supplies TelephonelFax � E E � w��k Purchased Dollar Amount Email r � Contact �erson E � � � � � � � � � � � � Re�. 5115l� 9 �'{1�t7'��}hk�I�FI ATTACHMENT 1A �� Page 3 of 4 Offerors are required to identify Al.l. subcontractorslsuppliers, regardless ef status; i.e., Minarity and r��n-MB�s. MBE firms ara to be listed first, use additional sheets if necessary. Please note that only certified MBEs will be counted to meet an MBE goal. - r� — SUBCONTRACTORISUPPLIER ° Company Name T M yv �' Qetail Qetail Address i B B 5ubcontracting Supplies Dollar Amount Telephonel�ax e E E I� Work Purchased Email � � Contact Person � � � � � � � � � � � � � Rev. 5115119 r���.T �v��-���� �� ATTACHMENT 1A Page 4 of 4 To#al Dollar Amount of 1VI�� Subcontractors/Suppliers � Total Dolfar Amoun# of fdon-f�l�� SubcontractorslSuppliers $ �'OT�4� pOLLAR Ari1�0UR! T O� A�� SU�COi��RACTORSISUPP�I�RS � Ti�� Qffe�or v,rlrl rrat make additi�ns, deJetions, or su�s#itutions t� tf�is c��tifi�� Eisi w�thaut t�� pri�r app�oval of 1E7� OfFice �# l�usin�ss DiverslEy t�ro��h tha submiPtaf �f a �4�qerast for Apprava� o� ��rar�g�I�4dditl�n �orrn, �ny ur�jus#ff�ed char�g� ar �lar�tion shaH b� a mat�rial bre��h csf cvr�tra�i �n�[ may res�it in deb€�rm�ni in aGcard wit�i th� �r��ed�r�s �uilin�d �n tl�� �rdRn2,r��e, Th� ��Fer�r s#�a�l s�,bfnJt a��tail�d explar�at�or� �f Itiak�+ tE�e r�qu�sE�c9 �ha��eladcft#ion vr �i�let[on wi�l ���ct fh� c�m�rallted N18� go�l. If th� del�il expl�r�atio�r is r�of s�k�n�itt��l, �C will a�Fec! t#�� �'onal c�mp�tar�cs d�t��mir�aki�n. By affixing a signature to this form, the Offeror f�rther agrees to provide, directly to the City upan request, complete and accurate information regarding actua! work performed by ail subcontractors, including MBE(s) and any spec�ai arrangements wifh MBEs. The Offeror also agrees to allaw an audit andlor exarrtination of any books, records and files held by their company. The Offeror agrees to allow fF�e transmission of interviews with owners, principals, officers, employees and applicable subcontractors/suppliers participating on tF�e contract that will subs#antiate the acival work performed by the MBE(s} on this contract, by an authorized afficer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarmen# from Cify work for a period of nat less than three (3) years and for initiating action uncfer �ederal, State or Local laws concerning false s#atements. Any failure to comply with this ordinance creates a materiaf breach of the contract and may result in a deterrr�ination of an irresponsible O�Feror and debarment from participating in City wark for a period of time not less #han one (1) year. Authorized Signature Titfe Company Name Address CitylStaielZip Office of BUsiness Di�ersity Email: mwbeoffice@fortworthtexas.gov Phone: (817) 392-2674 Printed Signature � Contact NamelTitle (If differer�t) Telephone andlor Fax E-mail Address �ate Rev. 5/15/19 1~�f�T �C�i�T!-� �I�j/ Of �bF� �OT�iI NYinori�y Bu�iness �n�erprise Specifiications Prime Con�rac�or 1Naiver �orm ATTACHM�NTIB Page 1 of 9 OFFEROR COMPANY NAME: Check applicahle box to descri6e Offeror's Cerfification PROJECT NAME: MIWI�BE NON-M1WlDBE FY18-CD9 STREET REPAIR AND RECON. PRORAM AND BID DATE NEAR SOUTH SIDE MED. �IST. W&SS MAfN IMPROV. City's MBE Project Goaf: OfferpPs MBE Projeck Commitment: PROJECT NIIMBER o�o o�a CPN 02389 If both answers to this form are YES, do not complete ATTACHMENT 9C (Good Fai#h EfFor# Form}. All questions on this form must be completed and a detaifed explanation provided, if applicable. If the answer to either ques#ion is AIO, then you musf camplete ATTACHMENT 1 C. 7i�is form is on�y applicable if �►�h answers are yes. F��lu�`e lo c�m}��ete #k�is famn in its entEr�ty ar�d be r�c�iv�d by ##�� Purcl���i��c� Df�+ision tti� fa�er. tl�an. �:.Q4 �.rn., ar� the secand �k#v bl�sie�[��S day aiter birl opei��nc�, exc��sive of �he bid �pening �i�te. wlll result in #hq E�fd b�ing cons�rfered n�i�-responsive to #�i� specifie2�ki�n5, ►�lil! you perform this entire confract without subcontractors? Y�5 If yes, please provide a detailed explanation that proves based on the size and scope of this �0 project, this is your normal business practice and provide an operational profile of your business. V4lill you p�rform this entire contract withaut suppliers? YE5 If yes, please provide a detailed explanation that proves based vn the size and scope of this project, this is your normal business practice and pro��de an inventory profile of yaur business. NO The OfFeror further agrees to provide, directly io the City upon request, carnplete and accurate information regarding actual work perFormed by ali subcontractars, including MBE(s) on this contract, the payment thereof and any proposed changes to the original MBE(s} arrangements submitted with this bid. The Offeror also agrees to allow an audit andlor examinafion of any books, records and files held by fheir company that will substantiate the actual work performed by the MBEs on this contract, by an authorized officer or employee of the City. Any intentional andlor knowing misrepresenta#ion of facts will be grounds for terminating the contract or debarment from '.:ity �n��rk f�r a period of not less than three (3} years and for initiating action under Federal, State or Local laws concerning #alse statemenis. Any failure to comply with this ordinance creates a material breach of contract and may result in a determination of an irresponsible Offeror and barrec! from participating in City work for a period of time nat less than one (9 ) year. __ Authorized Signature Title Company Name Address CitylStatelZip Office af Business Diversity Email: mwbeaffice@fortworthtexas.gov Phone: (817} 392-2674 Printed 5ignature Confact Name {iF different� Phone Number Fax Number Email Address Date Rev. 5115119 ATTACHf4AENT 9C Page 1 of 4 r•�r.T V�����,� Ci�y of �'or� �or�fih f�inori�y �usiness �,n�erpr�ise I�I�� Good �ai�ch �ffort �orm OFFEROR COMPANY NAME: Check appllcable box to describe Offeror's Gertification PRQJECT NAME. MMIlDBE NQN-MNV/DBE FY'I8-CD9 STREET REPAIR AND RECON. PRQRAM AND NEAR 81D DATE SOUTH SIDE MED. DIST. W&SS MAIiV lMPROV. City's MBE Project Goal: Offeror's MBE �roject Commitment: PROJECT NUMBER % o�a CPN 02389 fF the Q�feror ald nok ineet or oxceed ihe h79� sub�o�tracting g�al far #hrs �ro�eci. th� O�Fvror �i�st co�n�l�ta this �arm. If the Offeror's method of cam�iiance wi#h fhe IIA�� goal is based upon demonstratEon of a "good fai�h effort", the Offeror will ha�e the burden of correctly and accuratefy preparing and submitting the documentation required by the City. Compliance with each ifem, 1 thru 11 below, shall satisfy �he �aod Faith �ffort requirement absent proof of fraud, intentional andlor f�nowing misr�epresentafion of the facts ar intentional discrimination by the Offeror. ��il�re tn carnplet� this form, in its �ntireiy wit�r s�ppar#in� docr�ment�tiar�. and r���ivod #�y the P�rchasing I]fvisi�r� r�a later i?�an �:00 �.m. nn i��r ��r��nd �ity bu�fr��ss day a�ter bi�i op�+r��r�g, �xclus�ve of hfd o�aeni�� daie, wlll r�uli i� the bi� boi�,g cbnsidered n�tr-r�5�sansiu� to bid �pec�f�cat�on�. 1.j Please iist eac� and every subcontracting andlor suppiier opportunity fnr the completion af this project, regardless of whether iE is to be prorrided by a MBE or non-MBE. [DO NOT LIS7 �fAMES OF FIRiV�S] Or� all projects, the Offeror must list each subcon#racting and ar supplier opportunity regardless of tier. (Use additional sheefs, if necessary) List of Subcontracting Qpportunities List of Supplier Opportunities Rev. 5I75I49 A�YrACH[i�IEfVT 1C Page 2 of 4 2.) Obta�n a current (not more than fwo (Z) months old f�om the bid open date) list of iwB� subcontractors andlor suppliers from the Ci#y's Office of Business Diversity. ❑ Yes Date of �isting ❑ iVo 3.j Did you solicit bids from MBE firms,.within the subcontracting andlor supplier areas previously listed, at least ten calendar days prior to bid opening by maii, excEusive of the day the bids are opened? � Yes jlf yes, attach MBE mail listing to include name of firm and address and a dated copy of letter mailed.) � I�lO 4.) Did yau solicit bids from 14�BE firms, within the suhcontracting andlor supplier areas previously listed, at �east ten calendar days prior #o bid opening by telephone, exclusive of the day the bids are opened? ❑ Yes (If yes, attach list to include name of MB� firm, ep rson confacted, phone number and date and time of contactJ ❑ iVo �.) Did you solicif bids from IVOBE firms, within the subcontracting andlar supplier areas previously listed, at least ten calendar ciays prior to bid opening by facsimile (faxj, exclusi�e of the day fhe bids are opened? ❑Yes (If yes, attach list to lnclude name of MBE firm, fax number and date and time of contact. In addition, if the fax is returned as undeli�erable, then that "undeliverahle confirmation" received must be printed directly from the facsimile for proper documentation. Failure to submit confirmation andlor "undelivsrabEe confirmation" documentation may render the GFE non-responsive.) ❑NO 6.) �id yau solicit bids from �fl�� firms, within the subcontracting andlor supplier areas previously iisted, at least ten calendar days prior to bid opening by email, exclusive of the day tf�e bids are opened? ❑ Yes � I�lO {If yes, attach email confirmation to include name of MBE firm, date and time. In addition, if an email Es returned as undeliuerable, then that "undeliverable message" receipf must be printed directly from the email system for proper docurnentation, Failure ta suhmit confirmation andlor "undeliverable message" documentation may render #he GF'� non-responsive.) #�07E: �h4 four rr�e�hnds i��ntiFE�rJ abov� are ��ce�Yahle Par solicitin� 4�ft��, an�, ��ch ss�e�#pd m�tF�od rnt�sk i�e app�ied #a #he applfCabr� cor�tract. T�#� �ff�#for mus� daCumtan# tl��t �t`tF��;r ,t least two allempts wer$ m�d� �si�g two a� tfn� �nur metharls or t#��t ak I�ast one su�c��si�l contact s� .g r�+�d� using or�e o# #Fs� fo�r m�rkh�ds in ard�r k� d�e�ne� responstv+3 to kh� �oa� Faith �ffort r��u��emer�:. _ �10TE; Tno Qfi�eror rrt��t co��tact the en#ir� IUk�� �ist specifl� to e��h su�contr2�ct#rt�g �n� s� o�norte,nit+� io �e in campll�.r�c� witl� �ues��ons 3 t�xru G. _ 1.j pid you provide plans and specifications to pot�n#ial 19��Es? ❑ Yes � No 8.) Did you provide the information regarding the location of plans and specificatians in order to assist the iU��Es? � Y�s � No Rev. 817 517 9 A7TACHMENT 1C Page 3 oi 4 9, Uid you prepare a quotation for the �fiBEs to bid on goadslservices specific to their skill set? ,Y@5 (If yes, attach all copies of quofations.) i1ID 70.) Was the contact information on any of the listings not �alid? (If yes, atfach the information that was not �alid in order for fhe Office of Business Di�ersity to address Ye5 the correcfions needed,) � Id0 97.}Submit documentation if i4flBE quotes were rejected. The dacumentation submitted should be in the forms of an affida�if, include a detailed explanation of why the iVIBE was rejecfed and any supparting documentation the Offeror wishes to be c�nsidered by the City. In the event of a bana fide dispuEe concerning quotes, Ehe Offeror wili pro�ide for confidential in-camera access to an inspection of any rele�ant documentation by City personnel. Please pro�ide addi#iana! informatian you feel will further explain your gaod and hanest efFarts to obtain MBE participation on this project. ihe �fferor further agrees to pro�ide, directly io fhe City upon request, complete and accurate information regardir�g actual wor�t performed on this contract, the payment thereof and any propased changes to the original arrangements submitted wifh this bid. ihe Offeror also agrees to allo�v an audifi andlor examination of any books, records and files held by their company that w�ll substantiafe the acfuai wori� performed on this contract, by an authorized officer or employee of fhe City. Any intentional andlor knowing misrepresentation of facts will be grounds for terminating the contract or debarment fram City work for a period of not less than three (3y years and for initiating action under Federal, State or Local laws concerning false statements. Any �ailure #o comply with this ordinance shall crea#e a material breach of cantract and may result in a determination of an irresponsible Offeror and debarmen# from participating in City work for a period of time not less tl�an one (1) year. Rev. Sl15l19 ADDITIONAL IhIFORMATION: AiTACHAflENT 9C Page �4 0# 4 The undersigned certifies �hat the infor�mafiion provided and 4he MB�{s) lis�ed E+vaslwere contacted in good faith. Ifi is understood fhat any Ildl��{s} listed in A#fachment 1C will be confiacted and the reasons for not using them will be verified by the Cifiy's Of�ice of �usiness piversity. Authorized Signature 7itfe Printed Signature Contact Name and Title [if differentj Company Name Phone FJumber Fax Number Address CitylStatelZip Office of Business Di�ersify �.mail: mwbeoffice@fortwarthtexas.gov Phone: (817} 392-267�4 �mail Address Date Rev. 5115199 Fc..l � T V�(-� I�'T 1�' CITY OF FORT WORTH IVIBE Joint Ven�ure ElxgibilitV Farm ALl quesdions must be ansrvered,• use "N/A" if not applicable. FY18-CD9 STREET REPAIR Af�Ep RECON. PRQRAM AND NEAR SQUTH SIDE MED, pIST. W&5S MAIN IMPROV. A joint venture Form must be completed on each project RFP/Bid/Project Number: CPiV Q2389 Name of City project: 1. Joint ventnre information: Joint Venture Name: Joint Venture Address: (If applicahle) Telephone: Celiular: Facsimile: � E-mail Joint Venture Page 9 of 3 � Identify the firms that comprise the joint venture: Please attach extra sheets if additional space is required to provide detailed explanafians of work fo ,6e performed by each firm camprising the joint venture MBE firm 1Von-MBE 6rm name' name• Busincss Address: rz„�;,,P�� e,�,i�a��� City, State, Zip: Telephone Ccllutar Certi�catio� Status: Facsimile N�me of Certifying Agency: Zip: Ce[lular E-mai] Facsimile � Rev. 5115119 Joint Venture Page 2 of 3 3. What is the percentage of MBE participation on this joint venture that you wish to be counted foward meeting the project goal? 4. Attach a copy of the joint ventnre agreement. 5. List eamponents of ownershi� of joint venture: (Do not compTete if this anfarmatiort is clescribed irt jotnt venture agreement) Proft and loss sharing: Capital contributions, inciuding equipment: Other applicable ownership interests: 6. Identify by name, race, sex and frm tbose indi�iduais (with titles) who are responsible for the day-to-day mana�ement and decision making of the joint venture: Financial decisions (to include Account Payable and Receivable): Management decisions: a. Estimating . _- -------------------------------------�__---- b. Marketing and Sales �c. Hiring and Firing of management personnel d Purchasing of major equipment and/or supplies Supervision of field operations The City's �ifice of Business Di�ersity will review your joint venfure submission and will ha�e final appra�al of the MBE percentage a�plied toward the goal for the project Eisted on this form. NOTE: From and after the date of project award, if any of the partEcipants, the individually defined scopes of work or the dollar amounts/percen#ages change from the original(y appro�ed information, then the participants must inform the City's Office of Business Diversity immediat�ly for approval. Any unjusfified change or deletion shall be a mater�al breach of contract and may result in debarment in accord with the procedures a�tlined in the City's BDE Ordinance. Re�. 5I95/19 Joint Venture - Pa e3of3 AFFIDAVIT The undersigned affirms that the foregoing statements are true and correct and include alI material information necessary to identify and explain the terms and operatian of the joint venture. Furthermora, the undersigned shall agree to provide to the joint venture the stated scope of work, decision-making responsibilities and payments herein. The City also reserves the right to request any additioz�al information deemed necessary ta determine if the joint venture is eligible. Failure to cooperate and/or provide requested information within the time specified is graunds far termination af the eligibility process. The undersigned agree ta permit audits, intervEews with owners and examination of the books, records and files of the joint venture by any aufhorized represeniatives of the City of Fort Worth. Failure to comply with this provision shall result in the termination of any contract, which may be awarded under the p:ravisions of this joint venture's eligibility and may initiate action under Federal, State and/or Loca1 laws/ordinances concerning false --statements or willful misre�resentation of facts_-------------- --------------------------------------------------------Y----------------------------------------------- Name of MBE firm Name of non-MBE �rm Printed Name of Owner Printed Name of Oumer Signature of Owner Signature of Owner Printed Name of Owner Printed Name oF dvmer Signature of 4wner Signature of Owner Title Title Date Date Notarization State of On this County of day of , 20 , before me appeared and ta me personally known and who, being duly sworn, did execute the foregoing affidavit and did state that they vvere properly au#horized to execute this affida�it and did so as their free act and deed. Notary Public Print Name Notary Public _ s Commission Expires Office of Business Diversity Email: mvvbeofiice@fortworthtexas.gov Phone: {817) 392-2674 (seadj �:z�►�[.y�i[�y��:� G���.�7 ��ge �i�.tes T]�I][S �A�E I1�El�T ��7['�EI����I�A]L]C�� ��L��l[� CITY OF FORT WORTH FYlB-CI77 S7'IiliEf RGPNR AND RECaN_ Y[iUGRAMAhi�NLAR eOVCH SNEMG�. �IST. W&SS MA�NIwu°ktOV. STANDARD CONSTRCJCTION SPECIFICATION DOCiIlMENTS City Praject No. 02389 & 02445 20].3 PREVAILING WAGE RA7�S (Hea�y and Highway Construction Projects) CLASSIFICATlOf� DESCRIPTION Asphalt Distributor pperator Asphalt Pa�ing Machine Operator Asphalt Raker 6room or Sweeper Operator Concrete Finisher, Pa�ing and 5tructures Concrete Pavement Finishing Machine Operator Concrete Saw Operator Crane pperator, Hydraulic 80 tons or less Crane pperatar, Lattice Boam 80 Tons or Less Crane Operator, Lattice Bnom o�er SO Tans Crawler Tractor Operator Electrician Excavator Operator, SQ,ODO pounds ar less Exta�ator Operatar, O�er 5D,000 pounds Flagger Form Builcler/Setter, Structures Form Setter, Paving & C�rb Foundatian brill Operator, Crawler Mour�ted Foundation Drill Qperatar, Truck Mounted Front End Laader Operatar, 3 CY or Less Front End Laader aperator, O�er 3 CY Laborer, Cornmon Laborer, Utility Loader/Backhoe Operator Mechanic Milling Machine Operator Mntor Grader Operator, Fine Grade Motor Grader Operator, Rough OfF Road Hauler Pa�ement Marking Machine Operator Pipelayer Reclaimer/Pulverizer Operator Reinforcing 5teel Worker Roller Operator, Asphalt Roller Operator, other Scraper dperator 5ervicer 5malf Slipform Machine Operator Spreader Box Operator Truck Driver l.owboy-Float Truck Dri�er Transit-Mix Truck Driver, Singfe Axle Truck Dri�er, 5ingle or Tandem Axle Dump Truck Truck [7river, Tandem Axle Tractor with Semi Traifer Welder Work Zone Barricade Servicer Wage Ra#e $ S $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ � $ $ $ $ 5 $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ 15.32 13.99 12.59 11.74� 14.12 16.05 14.48 18.12 17.27 20.52 14.07 19.8p 17.19 16.99 1�.Ofi 13.54 13.16 17.99 21.�7 13.69 14.72 io.�2 12.32 15.18 s�.�s 14.32 17.19 46.�2 1225 13.63 13.24 is.as 16.18 13.08 11.51 12.96 14,58 15.96 14.73 16.24 14.14 12.31 12.62 12.85 14.84 i1.6$ The Da�is-Bacon Act prevailing wage rates shown for Heavy and Highway construction projects were determined by the llnited States Department of Labor and current as of 5eptember Z013. The titles and descriptions #or the classifications listed are detailed in the AGC of Texas' Skandard Job Classifications and Descriptions for Highway, Hea�y, Utilities, and Industrial Canstruction in Texas. Page 1 af 1 G�e01 �0 �� �r����� ][teq�a���°ex�rnen�s T�C�S PAG� �L�E�'7C �1�7�]EI�T'I'I��TA]L]C,� ]�]C1AI�� C1TY OF PORT WORTH 1%YESL'D9STREiL•fRF.PNRANll[EEL'Oti.PROGRAMnNDNEAR30Ui[ISIDF.MF.I7_DISf. W8c33MAIN7MPROV_ STANDARD CQNSTRUCTIOIV SPECIF[CATIQN DOCUMENTS City Praject �Io. 02389 & 02445 �� �� � � �� �� �l.�Jl 1� O� F�� JL �'W �� JL � �� Y JC�� ������1`'1�1`q JL ��1�1\ ��� ���� 1LJ �l. 1 ��� JL LTpdated: September 06, �Oi9 The Fort Worth Water Department's Standard Products List has been developed io minimize the submittal review of products which meet the Fort Worth Water Department's Standard Specifications during utility constr�ction projects. When Technical Specifications for specific products, are included as part of the Construciion Contract Documents, the requirements of the Technical Specification will averride the Fort Worth Water Department's Standard Specifications and the Fort Worth V�Tater Department's Standard Products List and approval of the specific products will be based on the requirements of ihe Technical Specification whe�her or no� the specif c product meets the Fort Worth Water Department's Standard Specifications or is an the Fort Worth Water Department's Standard Products List. '�able of �o�tent {Click on items ta go directly to the page) Ttems pa�� A. Water & Sewer 1. Manhales & Bases/Components ........................................................... 1 2. Manholes & Bases/Fiberglass ............................................................... 2 3. Manholes & Bases/Frames & Covers/Rectangular ............................... 3 4. Manholes & Bases/Frames & Covers/Round ....................................... 4 5. Manholes & Bases/Frames & Covers/Wat�r Tight & Pressure Tight .. 5 6. Manhoies & Bases/Precast Cancrete .................................................... 6 7. Manhofes & Bases/Rehab Systerns/Cementitious ................................ 7 S. Manholes & Bases/Rehab Systems/NonCernentitious ......................... $ 9. Manhole Insert (Field Operatians Use Only) ........................................ 9 10. Pipe Casing Spacer ............................................................................... 10 11. Pipes/Ductile Iron ................................................................................. 11 12. Utility Line Marker ............................................................................... 12 B. Sewer 13. Coatings/Epoxy ................ l4. Coatings/Polyurethane ..... 15. Combination Air Valves .. 16 Pipes/Concrete ............................................................... 13 ............................................................... 14 ............................................................... 15 ......................... 16 17. Pipe Enlargernent System (Method} ..................................................... l7 18. Pipes/Fiberglass Reinforced Pipe ......................................................... l 8 19. Pipes/HDPE .......................................................................................... 19 20. Pipes/PVC (Pressure Sewer) ................................................................. 2U 21. Aipes/PVC* ...........................................................................................21 22. Pipes/R�hab/CIPP ................................................................................. 22 23. Pipes/Rehab/Fold & Form .................................................................... 23 24. Pipes/Open Pro�le Large Diameter ...................................................... 24 C. Water 25. Appur�enances ....................................................................................... 25 26. Bolts, Nuts, and Gaskets ............................................................... 27. Combination Air Release Valve ................................................... 28. Dry Barret Fire Hydra�nts .............................................................. 29. Meters ........................................................................................... 30. Pipes/PVC {Pressure Water) ......................................................... 31. Pipes/Valves & FittingslDuctile Iron Fittings ................. 32. Pipes/Valves & Fittings/Resilient Seated Gate Valve .... ..... 26 ..... 27 ..... 28 ..... 29 ..... 30 ............... 31 ....... 32 33. Pipes/Valves & Fittings/Rubber Seated Butterfly Valve ...................... 33 34. Polyethylene Encasement ..................................................................... 34 35. Sampling Statio�s ................................................................................. 35 .I � �o d .. R 7 R� � � F�I � Eb � � I�I F�q � � � � � � � � � � � � � � � I� � � � � � � � � � � � �"'r � � ��r,� i�ia �L i+ C d C O u a a � m F N t O C 3 � L7C s�+ U � � � � � 4 � C 'Q V C � 4 � � C/1 � Z H � � � � � � � � � � � � ��z ��� � � � � � � � � � � � m � � 0 N b O � O '� � w � 'C L1. � � � �z� ��� ��� ��� ��� ���� ��� ��� � � � � � � � 0 � � .� 0 N e 0 a 0 � d � b a � � � � � � � � � � � � W P-r � W � ��z ��� � � � � � � � a� � � a� r � ° � Y d � � � 0 � � O � Q 7 � K "C G � � � �z� o��a ��� H � ��� ���0 �����--- U � � � � � � � H � I�+�M � � a � � � � b �i � d � � � � � �za ��� ��� �w� �W� ��z ��� � � � � a� � � � � � 0 � � O � Q 'Q � � ^C a � � W W E'i � � � E� � � W � � � �� � ��z ��� � � � � � H � � � � 0 � � 0 � � �o d w � � � � � � �z� ��� ��� ��� ���0 ��� ��� � � � � H � � N a� � � � 0 N � 0 a 0 � d � � � � E� �z� �wF ��� ��� ��� ��� � ��� ��z ��� � � � � � F �C � L.��, � � � � � � � � � 0 N b O Oi O a d t W 'Q R� � � � Fil � ['�I � � � �,�,/ � � �w h+� FA�6� � �l � �� � � � ��z ��H � x� � � � � � 0 � .� .� �, � 0 R O 'fl V � '� d I-~- � � �z� ��I� � � � � � � �� � W � � � � � � � � � � � �� + L 1� 'C�� � � w � ~ 1�.� � 3 � ¢ �+ z Vi F3 D � m p il d :i y W m .tl ro � � �a � � . � � fi v p � S: V. i-. d Y � C W � C � r-1 C m � � �� M�� � � � V U U U U 0 0 0 0 0 � � h � U U U V V d ¢ d Q 4 � � � � � Q d 6 d ¢ R a � �'o �, a v � '-�, .9 A. N }a Qa+ W i w � H � � � � � � U V o U p, p, ij U " 14 P� �' P� ,� o 0 9 � � � a o at :y � u" ; b 'or.�. � � � m U o. a p, a o� �P. l�. f1. P. P. o a o 0 0 � � � ��� � � �q� � 0 000 0 M M M N� M �h [ � � �; . � a c U 0 � � � N � � r � 3 K � Y u � a a` a m a Y N � o` E LL i � � Q N a C G1 G ro v w � 7 Q+ � � �z� o�� ��o ��� ���0 �� ��� H � � � � � � � � � �, 0 � � 0 � Q � � � � s � � � Z � � � U � � � Eb � � W � � � �� � � � �b � �J � � � � � � E� � L� � M Q � � � � � � d � � a � � � �z� ��� ��� ��� ��� �a � ��� ��� � � � � � H � � � � 0 � � � � 0 ro d � ea �a � P � � � � � � � � � � i� � � � � �f � � � � � � � � � � � � � H � � � � � � a. C +�+ C O U � O G7 � 1� H a s 0 .. � s m z 0 � � � � � � � � Fa � � W E-� � � A � � � f�W�� � � �O ��z �'�� � � � � � � � � a � � � � � H � �ZEp � � U � � � E� � � � � � � �� � H�z �'�� � x � � � � � � � � � � � � Ey �z� ��� ���� �w�� �W� ��z ��� � � � � � a� � � � � � � � 0 N b O � O 'b N J�+ R 'O CL � � � �z� ��� ��� w�� � ��� ��� � � H o� � � � � - � � .� 0 N � 0 a 0 � d � � Q � � � � W F � � A E� � � W � � � � W �� ��z �'�� � � � � � � � � a 0 N b P R Q '� V � � d � � � Z � � � v � � � � � �q � �� R � � ^ � W ��z v '� � � � � � � � � � a � O N V 0 � 4 'O a � ^O 6� �.`�- � � �z� ��� ��� ww� �� w� � w ������ � � � � � � � � � � 0 N b O � O 'O d K � R.� o-�'- � Hz� ��v �'�o ��� ��� ��� ��� � � � a� � � � � �, ., 0 � � � � 0 � d � � d � � �z� o�'� ��� ��� ��� �W� ��z ~�� � � � � � � � � � � � � � d � w � c� � � � � � � � � � � � � ��W�, � W � ��z ��H � � � � � � � r�* 1�1 0 � U � 0 � � 0 � 0 � d ,. � � c� � F� � �z� o�� � � � � � � �� � � � � � � � � � � � � � � �+�I � � � � � � � c m C � fl a .t] � F m t �+ 0 _ � m � � u V � � 0 N b O � O '� � K '� a � � � �z� ��� ��o ��� ��� ��z ��� � � � � � � � � a � 0 N e 0 � 0 b � � � a � � � �rt W [—� � � A E� � �WP��+ � � � � ��z ��� � � � � � � � � � � � � 4 � b 6 a C "O d i- w 'O R. � � � � � � � Fil �1 � 1�d r-�d � � W � ��z ��H � � � a� � � � � ri � � G � G "[! d r � � L4 o-�'- H z � �a � � W � � 1i'd � � � � � � � � � � 1�1 a � � 0 � � � � � � � � � � � � � � � N f.� m m � � � � u � 11T � C '� N N N f V �.�j N � F I • I f I _ _ I — _ � � � V. � 7 � _ 0 � U d ,.�n. m � � U � P � � � ^ � � N '� V u � U V V V rn�� rn��^ L'� V r- J d A Q¢ Q d U��� V��^ c d ! E" ''� { 3 $ � �¢ � � ¢ ���7��- ����� � � y { � Q m � iv Q - - v 'm — a u � 00 � y � 00 � f �c •I � �i C�-I ai A P�i � P�[ �y '�'J� Z C+ � A Ll G f�,� R� � G❑� N � � Y Y � L� i F � � � � W � 00 � � �� � � � ����� � � '� � 7� r�n U y ° .�. � C O`.� .n " " �� �y U V � � J a. « � � p��, pr�. °° � 'o � � u �a v x j a a �O � � o � � � �n' Q � � � :� � � � � � � � � � � � 1"1 L� i�+ � �m u N N El P G g. 1 4. R ` P. P. 0. 0. W P+ 0.�i � C O. [l. � � � � � � � � � � � � i m ai � n� � A .� � a. Ryi � i�, �i F+. F. a � F. � � � j � � 7 ? r "� 7 x � a a. a w a, a a� c. � w� � N y y � N � ^ rl � _ _ _ ' � _ � � .-� .r .y .ti -r ri u M � M [+� N� M M i� # � ao a0 a� 00 OO 90 O� 4� O� ff� 0`0 h N N N N f�1`! � 4� � � � O� � Vl h �O �O ti, �q ri p M M N � � .N-� P fF. f. � m O� � O O � G �ii u w. w 7 a � r L C:. ❑: � .� � A V � � .� � L^ � � �z� � o ,� � �� ��� c a ��� Q w �f� � a �I ~ � p � � .u.� � � � � V � � y � s � �°�•, w a v s m x � �: � E � � � c � p � � N � N � ` ❑ � � � � � � z �I al ol cl ol al al al N� �I �I �-I I �'"'I � I w p ^ ^ �n �n ui V V ��� � U U U U U �n �n U U U U o o" o V U '� q7j .. .--� ,--� � �n �`o � V V V v`.'i �,n Q' Q� C� d` � U U V U.�. �= V U U.�". ,` �� U U��� � � d ni � 4� U V.". �,� U C.7 V Q� Q Q 4' ¢ '�v .-�'. ... � ¢" a.' U U U d d � `� �-�. � ��" `v��i +�rMi r�i m � d Q Q ¢ � � �' d � � � � ¢ Q Q �¢ � Q 4� � � � � � � � � d d d � � i � � a Q� Q¢ a,' �¢ ¢' d ¢ �a . � � a o 0 v�i vi �j F] rn a�, m �mi. � � � � � � o U � m � .�-�1 �� a P. 6 n U w w eq " U U � Q �'W U j j � �� ao o p w � w .� . 0�0 ��� �' �(� � v� r/� C.1 A N.� � t'' pa t� P'i w w �a„n `ae„n � °i o .a o `� �' v�i �p xp '� �'' 'P: e A�(J�j � a � a O O .� .� � � .� � 6 0 [�/1 � �l J � �p � V1 y �' ? � ; .-i O.si N G' 0. .� W .� 0. �('1 �l`j'� � `� �i � x�] Q Q � V � 00 F4 W OU p � � � � � 'p 'O� O ,ly G'} � N'�' q i td tE 0 .��- �� m ��i N 9�a � I-� .� � � � � � � O � � � � ��r � � �e � A � � � � � �L Q Lb � .� � � � 3T Fr i4 Q R �-�i ti � � � � � � � � W w r� .� -s Q v� .�.v �� y�. � � -- � ,.; a u'' � . . �a � 5 � � c na '' � � d .. � � � .� �5 R. � " " � � w 'a °'� U �{J CJ +- o � 4 U U U,� vz •a �e � y � � - • o 0 a �� e�� m� 6 d . �. W a� � v v ks �E � a a: � �n �� pa W� vs rn 'U"i vi � C a. �a'. � C v � � F � v r�i� v� �' �' v� v v d � � � � a. .���� � � �,� � � � � c� c� � i c� c� �� c� .5 -g `� � '� �., a"3 m �i a, � b � � .� .� .5 .� .� .� .� .� .5 � � .�.a.� '�.�c����aa� bi�r��� x a � 't=, w w 'o � o � u -o 'o o � �� 'o 'o 'o 'o '� "y o � a a y � rx K � � � �, � � � '� � �a -y .y �'� a.� '�--7"� .r.�. c`�+ � o � o o � � °' " " . °� � °; ;' n. � � � �� � �� �� �� � �� �� 1� l� 1� l� 1� [� T 1� h [� i� .. .. 0 0 0 0 0 4� q :� 4^� o N o;�` ,� � ,�, W W SU W W W W W ' ' W'' W W W W r%i rn r%� � •� M M N� M M M l� �� I Y j o0l �YI �I vll al (~I.� � OI ��iy� OI ppl pl �I aF PI MI M I �y O � O O O O O� O O q q O O I^ O O d � a Y � 0 � 0 v � � � � s r O a+ i 7 d E+G D U � � � 0 n. 'O � m � C .� ti � 0 a W � N � O a O 'Q d r K � R� � � � �z� ���a ��� � � ��a o�� ��z �,�� � � x H � � � � 0 �. a � Q N a O O`i d 'C d �- � 'Q Ca � � �z� ��� ��� w�� ��� ��z ��� � � � � � � � � y J � J 0 a a b N N C .� � � O � 0 � �� � � a 0 � d Y � 4 � � � � �z� ��v ��� F � � � � � � � � � � � � � E� � � H C� � E-+ �G O � a � 0 ro v 0 � 0 ^d m � 'fl o.� � � z � F� � �, � W � � k� � � � Eb � O � � � � � � � b � � r� O � � � � � � � � � � ��y,/ I�� � C � _ v° 0 v � � � � 0 ., � r a 0 Y U :.t J � � a` b C m h m c .� O 0 »