Loading...
HomeMy WebLinkAbout064163 - Construction-Related - Contract - Ti-Zack Concrete, LLCFORT WORTH ' -,. �· 64163 CSCNo.: __ City of Fort Worth Standard Construction Specification Documents Adopted September 2011 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SECTION 00 00 00 TABLE OF CONTENTS Division 00 - General Conditions Page 1 of 9 Last Revised 00 OS 10 Ma or and Council Communication 07/O1/2011 00 OS 15 Addenda 07/O1/2011 00 11 13 Invitation to Bidders 07/19/2021 00 21 13 Instructions to Bidders 11/02/2021 00 35 13 Conflict of Interest Statement 02/24/2020 00 41 00 Bid Form 09/30/2021 00 42 43 Pro osal Form Unit Price O1/20/2012 00 43 13 Bid Bond 09/11/2017 00 43 37 Vendor Com liance to State Law Nonresident Bidder 06/27/20ll 00 45 11 Bidders Pre ualifications 08/13/2011 00 45 12 Pre ualiiication Statement 09/30/2021 00 45 13 Pre ualification A lication 08/13/2021 00 45 26 Contractor Com liance with Workers' Com ensation Law 07/O1/2011 �g i n i��� 00 52 43 A reement 12/08/2023 00 61 13 Performance Bond 12/08/2023 00 61 14 Pa ment Bond 12/08/2023 00 61 19 Maintenance Bond 12/08/2023 00 61 25 Certificate of Insurance 07/O1/20ll 00 72 00 General Conditions 08/23/2021 00 73 00 Su lementa Conditions 10/06/2023 Division O1- General Re uirements Last Revised O1 11 00 Summa of Work 12/20/2012 O1 25 00 Substitution Procedures 07/O1/2011 O1 31 19 Preconstruction Meetin 08/17/2012 n,�o n� in�T O1 32 16 Construction Schedule 10/06/2023 O1 32 33 Preconstruction Video 07/Ol/2011 O1 33 00 Submittals 12/20/2012 O1 35 13 S ecial Pro'ect Procedures 03/11/2022 Ol 45 23 Testin and Ins ection Services 03/09/2020 O1 50 00 Tem ora Facilities and Controls 07/O1/2011 O1 55 26 Street Use Permit and Modifications to Traffic Control 03/22/2021 O1 57 13 Storm Water Pollution Prevention Plan 07/O1/2011 O1 58 13 Tem or Pro'ect Si na e 07/O1/2011 O1 60 00 Product Re uirements 03/09/2020 Ol 66 00 Product Stora e and Handlin Re uirements 07/O1/20ll O1 70 00 Mobilization and Remobilization 11/22/2016 O1 71 23 Construction Stakin and Surve 02/14/2018 O1 74 23 Cleanin 07/O1 /2011 O1 77 19 Closeout Re uirements 03/22/2021 O1 78 23 O eration and Maintenance Data 12/20/2012 O1 78 39 Pro'ect Recard Documents 07/O1/2011 CITY OF FORT WORTH Small-Scale Infrastructure Program Unit Price Construction Contract for Driveways, Alleys, Sidewalks, and Incidental Flatwork STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various City Project Numbers Revised December 8, 2023 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 2 of 9 Technical Specifications which have been modified by the Engineer specifically for this Project; hard copies are included in the Project's Contract Documents Division 00 - General Conditions Last Revised 00 OS 10 Ma or and Council Communication 00 OS 15 Addenda 00 11 13 Invitation to Bidders 6/10/2024 00 21 13 Instructions to Bidders 6/10/2024 00 35 13 Conflict of Interest Statement 00 41 00 Bid Form 00 42 43 Pro osal Form Unit Price 00 43 13 Bid Bond 00 43 37 Vendor Com liance to State Law Nonresident Bidder 00 45 11 Bidders Pre ualifications 00 45 12 Pre ualification Statement 00 45 13 Pre ualification A lication 00 45 26 Contractor Com liance with Workers' Com ensation Law 00 45 40 Business E ui Goal 00 52 43 A reement 1/30/2024 00 61 13 Performance Bond 00 61 14 Pa ment Bond 00 61 19 Maintenance Bond 00 61 25 Certificate of Insurance 00 72 00 General Conditions 00 73 00 Su lementa Conditions Division O1- General Requirements Last Revised O1 11 00 Summary of Work Ol 25 00 Substitution Procedures O 1 31 19 Preconstruction Meeting O1 31 20 Project Meetings O1 32 16 Construction Schedule 1/30/2024 O1 32 33 Preconstruction Video O1 33 00 Submittals O1 35 13 Special Project Procedures O1 45 23 Testing and Inspection Services O1 50 00 Temporary Facilities and Controls O1 55 26 Street Use Permit and Modifications to Traffic Control 1/30/2024 O1 57 13 Storm Water Pollution Prevention Plan O1 58 13 Temporary Project Signage O1 60 00 Product Requirements O1 66 00 Product Storage and Handling Requirements Ol 70 00 Mobilization and Remobilization 1/30/2024 O1 71 23 Construction Staking and Survey 1/30/2024 CITY OF FORT WORTH Small-Scale Infrastructure Program Unit Price Construction Contract for Driveways, Alleys, Sidewalks, and Incidental Flatwork STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various City Project Numbers Revised December 8, 2023 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 3 of 9 O1 74 23 Cleaning O1 77 19 Closeout Requirements O1 78 23 Operation and Maintenance Data Ol 78 39 Project Record Documents Division 02 - Existin Conditions 02 41 13 Selective Site Demolition 02 41 14 Utilitv RemovaUAbandonment 02 41 15 � Paving Removal Division 03 - Concrete Date Modified 03 30 00 Cast-In-Place Concrete 03 34 13 Controlled Low Stren th Material CLSM 03 34 16 Concrete Base Material for Trench Re air 03 80 00 Modifications to Existin Concrete Structures Division 26 - Electrical 26 OS 00 Common Work Results for Electrical 26 OS 10 Demolition for Electrical S stems 26 OS 33 Racewa s and Boxes for Electrical S stems 26 OS 43 Under round Ducts and Racewa s for Electrical S stems Division 31- Earthwork 31 10 00 Site Clearin 31 23 16 Unclassified Excavation 31 23 23 Borrow 31 24 00 Embankments 31 25 00 Erosion and Sediment Control 31 36 00 Gabions 31 3 7 00 Ri ra Division 32 - Exterior Im rovements 32 O1 17 Permanent As halt Pavin Re air 32 O1 18 Tem or As halt Pavin Re air 32 O1 29 Concrete Pavin Re air 32 11 23 Fle�ble Base Courses 32 11 29 Lime Treated Base Courses 32 11 33 Cement Treated Base Courses 32 11 37 Li uid Treated Soil Stabilizer 32 12 16 As halt Pavin 32 12 73 As halt Pavin Crack Sealants 32 13 13 Concrete Pavin 32 13 20 Concrete Sidewalks Drivewa s and Barrier Free Ram s 32 13 73 Concrete Pavin Joint Sealants 32 14 16 Brick Unit Pavin 1/30/2024 32 16 13 Concrete Curb and Gutters and Valle Gutters 32 17 23 Pavement Markin s 32 17 25 Curb Address Paintin CITY OF FORT WORTH Small-Scale Infrastructure Program Unit Price Construction Contract for Driveways, Alleys, Sidewalks, and Incidental Flatwork STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various City Project Numbers Revised December 8, 2023 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 4 of 9 32 31 13 Chain Fences and Gates 32 31 26 Wire Fences and Gates 32 31 29 Wood Fences and Gates 32 32 13 Cast-in-Place Concrete Retainin Walls 32 91 19 To soil Placement and Finishin of Parkwa s 32 92 13 Soddin 1/30/2024 32 92 14 Non-Native Seedin 32 92 15 Native Grass and Wildflower Seedin 32 93 43 Trees and Shrubs Division 33 - Utilities 33 O1 30 Sewer and Manhole Testin 33 O1 31 Closed Circuit Television CCTV Ins ection 33 03 10 B ass Pum in of Existin Sewer S stems 33 04 10 Joint Bondin and Electrical Isolation 33 04 11 Corrosion Control Test Stations 33 04 12 Ma nesium Anode Cathodic Protection S stem 33 04 30 Tem or Water Services 33 04 40 Cleanin and Acce tance Testin of Water Mains 33 04 50 Cleanin of Sewer Mains 33 OS 10 Utili Trench Excavation Embedment and Backfill 33 OS 12 Water Line Lowerin 33 OS 13 Frame Cover and Grade Rin s-Cast Iron 33 OS 13.01 Frame Cover and Grade Rin s-Com osite 33 OS 14 Adjusting Manholes, Inlets, Valve Boxes, and Other Structures to Grade 33 OS 16 Concrete Water Vaults 33 OS 17 Concrete Collars 33 OS 20 Au er Borin 33 OS 21 Tunnel Liner Plate 33 OS 22 Steel Casin Pi e 33 OS 23 Hand Tunnelin 33 OS 24 Installation of Carrier Pi e in Casin or Tunnel Liner Plate 33 OS 26 Utilit Markers/Locators 33 OS 30 Location of Existin Utilities 1/30/2024 33 11 OS Bolts Nuts and Gaskets 33 11 10 Ductile Iron Pi e 33 11 11 Ductile Iron Fittin s 33 11 12 Pol in 1 Chloride PVC Pressure Pi e 33 11 13 Concrete Pressure Pi e, Bar-Wra ed, Steel C linder T e 33 11 14 Buried Steel Pi e and Fittin s 33 12 10 Water Services 1-inch to 2-inch 33 12 ll Lar e Water Meters 33 12 20 Resilient Seated Gate Valve 33 12 21 AWWA Rubber-Seated Butterfl Valves 33 12 25 Connection to Existin Water Mains 33 12 30 Combination Air Valve Assemblies for Potable Water S stems 33 12 40 Fire H drants 33 12 50 Water Sam le Stations CITY OF FORT WORTH Small-Scale Infrastructure Program Unit Price Construction Contract for Driveways, Alleys, Sidewalks, and Incidental Flatwork STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various City Project Numbers Revised December 8, 2023 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 5 of 9 33 12 60 Standard Blow-off Valve Assembl 33 31 12 Cured in Place Pi e CIPP 33 31 13 Fiber lass Reinforced Pi e for Gravi Sanita Sewers 33 31 15 Hi h Densi Pol eth lene HDPE Pi e for Sanita Sewer 33 31 20 Pol in 1 Chloride PVC Gravi Sanita Sewer Pi e 33 31 21 Polyvinyl Chloride (PVC) Closed Proiile Gravity Sanitary Sewer Pi e 33 31 22 Sanita Sewer Sli Linin 33 31 23 Sanita Sewer Pi e Enlar ement 33 31 50 Sanita Sewer Service Connections and Service Line 33 31 70 Combination Air Valve for Sanita Sewer Force Mains 33 39 10 Cast-in-Place Concrete Manholes 33 39 20 Precast Concrete Manholes 33 39 30 Fiber lass Manholes 33 39 40 Wastewater Access Chamber WAC 33 39 60 E ox Liners for Sanita Sewer Structures 33 41 10 Reinforced Concrete Storm Sewer Pi e/Culverts 33 41 ll Hi h Densi Pol eth lene HDPE Pi e for Storm Drain 33 41 12 Reinforced Pol eth lene SRPE Pi e 33 41 13 Pol ro lene Pi e for Storm Drain 33 46 00 Subdraina e 33 46 O1 Slotted Storm Drains 33 46 02 Trench Drains 33 49 10 Cast-in-Place Manholes and Junction Boxes 33 49 20 Curb and Dro Inlets 33 49 40 Storm Draina e Headwalls and Win alls Division 34 - Trans ortation 34 41 10 Traffic Si nals 34 41 10.01 Attachment A— Controller Cabinet 34 41 10.02 Attachment B— Controller S eciiication 34 41 10.03 Attachment C— Software S ecification 34 41 11 Tem ora Traff'ic Si nals 34 41 13 Removin Traffic Si nals 34 41 15 Rectan ular Ra id Flashin Beacon 34 41 16 Pedestrian Hybrid Signal 34 41 20 Roadwa Illumination Assemblies 34 41 20.01 Arterial LED Roadwa Luminaires 34 41 20.02 Freewa LED Roadwa Luminaires 34 41 20.03 Residential LED Roadwa Luminaires 34 41 30 Aluminum Si s 34 71 13 Trafiic Control 1/30/2024 Technical Specifications listed below are included for this Project by reference and can be viewed/downloaded from the City's website at: httn://fortworthtexas.�ov/tnw/contractors/ or httns://auns.fortworthtexas.�ov/Proi ectResources/ CITY OF FORT WORTH Small-Scale Infrastructure Program Unit Price Construction Contract for Driveways, Alleys, Sidewalks, and Incidental Flatwork STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various City Project Numbers Revised December 8, 2023 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Division 02 - Existin Conditions 02 41 13 Selective Site Demolition . . , � Division 26 - Electrical Division 31- Earthwork Page 6 of 9 Last Revised 03/11/2022 i � i�-�-�z 02/02/2016 31 10 00 Site Clearin 03/22/2021 31 23 16 Unclassified Excavation O1/28/2013 31 23 23 Borrow O1/28/2013 31 24 00 Embankments O1/28/2013 31 25 00 Erosion and Sediment Control 04/29/2021 � ,�o � , � ��-�;i 31 37 00 Ri ra 12/20/2012 Division 32 - Exterior Im rovements 32 O1 17 Permanent As halt Pavin Re air 12/20/2012 32 O1 18 Tem ora As halt Pavin Re air 12/20/2012 32 O1 29 Concrete Pavin Re air 12/20/2012 32 11 23 Fle�ble Base Courses 12/20/2012 ���� r:..... rr_....�..a �..,... r�.._,...,, i�i�r�-zvrzviz ���� n.........� -r......t..a n,.,.,. �+......,...,, n�ii�� ���T nQi�� ���o i�i�� ���� i�i��z 32 13 13 Concrete Pavin 06/10/2022 32 13 20 Concrete Sidewalks Drivewa s and Barrier Free Ram s 12/09/2022 32 13 73 Concrete Pavin Joint Sealants 12/20/2012 32 14 16 Brick Unit Pavin 12/20/2012 32 16 13 Concrete Curb and Gutters and Valle Gutters 12/09/2022 32 17 23 Pavement Markin s 06/10/2022 � ��� i i in� �1�� rl.,.:._ L'..._..,.,. ,..,.a r_,.�,.,, t7�7rc�-z�zo-ii '�'17'�J7 L� �I7:..,. L'...,.,.,.,. ,.....] !`_,.a,.,. 17/7�z '}'17'�J7 L7 �I7l.l..l L' ........... ......1 !`_,.�..,. 1'1/'lZzrzv�viz � ��� n� in�a CITY OF FORT WORTH Small-Scale Infrastructure Program Unit Price Construction Contract for Driveways, Alleys, Sidewalks, and Incidental Flatwork STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various City Project Numbers Revised December 8, 2023 02 41 15 � Paving Removal Division 03 - Concrete 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 7 of 9 32 91 l9 To soil Placement and Finishin of Roadwa Ri ht of-wa s 03/11/2022 32 92 13 Soddin OS/13/2021 �'+�T n c i i�� ���� inin� 32 93 43 Trees and Shrubs 12/20/2012 Division 33 - Utilities � ��0 9�FA�A �S ���T n�iio ��i ���i i�in�� ���no t�i��i ���no i�i��i ���= r,.....,..,:,.� r,...��,.i rr,..,� c.,.�;,.�., i�i��� � ��i � 7 �7�-zvriviz � ��o n� in�T � ��no m ino ��n ���o n�iio ��i �� nc in nnimi�mi 7TOTry , , v�rvzrzvz-r '� ^}�S4JT'^L 1 '� /'�zzrzv�zviz � ��� n� in�z 33 OS 14 Adjusting Manholes, Inlets, Valve Boxes, and Other Structures to 03/11/2022 Grade '}^}�Ge l�.,«......�.. �i7..�.... �7..__14,. 1'i/'izzrzv�zviz ���T n�_......�.. r+�ii,...,. n�ii�� ���o i�i�� ���_ -r........i r :..,... rn...,. i�i�� � ��z i � i��i ���� i�i��z ���T i�in�� ���o t�i��i 33 OS 30 Location of Existin Utilities 12/20/2012 �� i i nc D�i�,. �r..�,. ,._a r_..,.i_,.4,, i�i�ni�ni� �rrrea , , �z�vrcv�z ���o i�in�� � ��T n� i�o n�� � ��z n� in�� �� i i i� i�i�ni�ni� �m� , , �z � ��T i � /��-�;z ���o �xT..4,... o..�.:..,.,, i:�..�. ti.. �:�..� mii�-,-��;-�r � ��T t 7 �7�rcv�ozi ���o n,.,.:i:,._� r,...4,.a r_..4.. ��,.i_... ncino ��� � ��= n n i��� � ��� n� in�� � ��no i � i��i � ��no n i ino ��T ���ne t�i��i �2�no n�/i�� � ��z i � i��i ���� i�i��n�L � ��� n n �7v�rc�izo i� CITY OF FORT WORTH Small-Scale Infrastructure Program Unit Price Construction Contract for Driveways, Alleys, Sidewalks, and Incidental Flatwork STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various City Project Numbers Revised December 8, 2023 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 8 of 9 ���o naino ��i � ��T i � i�-�-�z � ��z i � i�-�-�z � ��� i � i�-�- ^��� ^',i � ��o nn i�o ��n ���no i�i��i ���o �..,.� :.. ni..,.,. r,...,...,.�,. r,r,.��,.i,.,, i�i��� ���o n..,.,.,...� r,...,...,..,, r,r,.�t.,.i,.,, i�i��� � ��no i � i��i ����n,nTno t �i��z � ��no nn i��i�r�T 33 41 10 Reinforced Concrete Storm Sewer Pi e/Culverts 07/01/2011 � ���A 1�1 T , 7 �7�ii '�'��Z 1 1 /1�� 33 41 13 Pol ro lene Pi e for Storm Drain 06/10/2022 ���o ,���� � ��T n� in�i ���nc n�i rr..��..�. r�..,.:�,. n�in�T �^t�nv n,.,.� :_. ri�,..... r,r,..��.��..,. ....a r__.�..ti:�.. n�_...,, i7�7zzrzvriviz ���o n�iio ��i 33 49 40 Storm Draina e Headwalls and Win alls 07/O1/2011 Appendix GC-6.06.D Minority and Women Owned Business Enterprise Compliance GC-6.07 Wage Rates GR O1 60 00 Product Requirements END OF SECTION CITY OF FORT WORTH Small-Scale Infrastructure Program Unit Price Construction Contract for Driveways, Alleys, Sidewalks, and Incidental Flatwork STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various City Project Numbers Revised December 8, 2023 00 os i o- i MAYOR AND COUNCIL CONIMUNICATION (M&C) Page 1 of 1 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 26 27 28 29 30 SECTION 00 OS 10 MAYOR AND COUNCIL COMMUNICATION (M&C) END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 Small-Scale Infrastructure Program Unit Price Construction Contract for Driveways, Alleys, Sidewalks, and Incidental Flatwork Various City Project Numbers City of Fort Worth, Texas Mayor and Council Communication DATE: 11/12/24 M&C FILE NUMBER: M&C 240957 LOG NAME: 06SSIP UNIT PRICE TASK ORDER PAVING CONSTRUCTION CONTRACTS SUBJECT (ALL) Authorize Execution of Non-Exclusive Unit Price Task Order Construction Agreements with Henry Franklin Manning dba Manning Concrete Sawing, Set Apart Excavating & Services, LLC, Thomas 11 Development, LLC, and Ti-Zack Concrete, LLC in a Combined Annual Amount Up to $2,000,000.00 for the Initial Term with Four One-Year Renewal Options for the Development Services Department's Small-Scale Infrastructure Program RECOMMENDATION: It is recommended that the City Council authorize the execution of non-exclusive unit price task order construction agreements with Henry Franklin Manning dba Manning Concrete Sawing, Set Apart Excavating & Services, LLC, Thomas 11 Development, LLC and T�Zack Concrete, LLC, in combined annual amount up to $2,000,000.00 with four one-year renewal options for the Development Services Department's Small-Scale Infrastructure Program. DISCUSSION: The purpose of this Mayor and Council Communication (M&C) is to authorize execution of non- exclusive unit price construction agreements to provide construction services on an as-needed (task order) basis for the construction of projects relating to the installation of small-scale or infill developer-led projects, for the Development Services Department's Small-Scale Infrastructure Program (Program). The scope of the projects in the Program include 800 feet or fewer of water, sewer, storm services, sidewalk and four or fewer pedestrian/streetlight installations. The construction cost will be funded entirely by developers. On March 19, 2024 (M&C 24-0187), the City Council authorized execution of engineering agreements and adopted appropriation ordinances necessary for the Program, including the construction contracts that are the subject of this M&C. The funds appropriated are subject to receipt of funds from the developers for the projects. For the initial phase of the Program, the City issued a public bid for driveways, alleys, and sidewalk installations with associated flatwork. The project was bid as a low bid contract. Notice of bids was published in the Fort Worth Star Telegram on June 13, 2024, and June 20, 2024. On August 1, 2024 the City received the six (6) responses below. Bidders Total Bid Henry Franklin Manning dba Manning Concrete $4,527,792.00 Sawing Set Apart Excavating & Services, LLC $5,218,345.15 Thomas 11 Development, LLC $9,623,250. T�Zack Concrete, LLC $9,760,334. Alderink Enterprises, Inc. dba CI Pavement $9,829,642. Fort Worth Civil Constructors $17,862.765. The unit price bids received includes a large array of items, each having a quantity reflective of the total for the entirety of the contact. Task orders will be issued for each project and the bidders were made aware of the contract cap amount. An evaluation panel consisting of representatives from the Development Services Department evaluated the bids. The evaluation panel determined that the prices bid by Henry Franklin Manning dba Manning Concrete Sawing, Set Apart Excavating & Services, LLC, Thomas 11 Development, LLC and Ti-Zack Concrete, LLC are reasonable and are low bid contracts. As future phases of the Program are initiated, City staff will publicly bid additional infrastructure component construction contracts. All construction contracts for the Program will be non-exdusive agreements to allow the Program the maximum amount of flexibility. Funding for the Small-Scale Infrastructure Program was appropriated to City Project No. P00151 with movement of spending authority to a child project contingent on the actual receipt or availability funds depicted in the table below: Fund Name Existing Fiscal Year 2024 Appropriations Budget Small-Scale Infrastructure Program City Project No. P00151 $14,700,000.00 $14,700,000.00 M&C 24-0187 These task order contracts will serve current and future capital projects as-needed, and a funds availability verification will be perFormed by Development Services Contract Managers prior to task order assignment. FUNDING: The maximum combined annual amount allowed under these construction agreements will be $2,000,000.00; however, the actual amount used will be based on the needs of the department and the available budget. DVIN BE: This project does not fall under the DVIN Ordinance, Section 2a368 requirements, therefore a waiver is not needed, nor does it need to be reviewed by DVIN. AGREEMENT TERMS: Upon City Council approval, the agreements shall begin upon execution and expire one year from that date. RENEWAL TERMS: The agreements may be renewed for four additional one-year terms. This action does not require specific City Council approval provided that the City Council has appropriated sufficient funds to satisfy the City's obligations during the renewal term. ADMINISTRATIVE CHANGE ORDER: An administrative change order or increase may be made by the City Manager to the amount allowed by relevant law and the Fort Worth City Code and does not require specific City Council approval as long as sufficient funds have been appropriated. FISCAL INFORMATION / CERTIFICATION: The Director of Finance certifies that funds are available in the capital budget, as previously appropriated, of the Small Scale Infrastructure Program project to support the approval of the recommendation and execution of the contract Prior to any expenditure being incurred, the Development Services Department has the responsibility to validate the availability of funds. Submitted for City Manager's Office by: Dana Burghdoff 8018 Originating Business Unit Head: Additional Information Contact: D.J. Harrell 8032 Ty Thompson 2120 Evelyn Roberts 7838 000sis-i ADDENDA Page 1 of 2 1 SECTION 00 OS 15 2 ADDENDUM NO. 4 Small-Scale Infrastructure Program Unit Price Construction Contract for 5 Driveways, Alleys, Sidewalks, and Incidental Flatwork 6 Issue date: July 10, 2024 7 Bid Receipt Date: August 1, 2024 9 This Addendum forms part the Contract Documents referenced above and modifies the original Contract 10 Documents. Attach this Addendum inside the Contract Documents and note receipt of this Addendum in 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 the Bid Proposal as part of the Requested Information section. 1). Summarized below are the responses to questions asked during the Pre-Bid meeting: a) Q: Will this project require bonding? a. Yes. Please refer to the Program Manual for specifc details about the Performance Bond (Spec 00 61 13), the Maintenance Bond (Spec 00 61 19), and the Payment Bond (Spec 00 61 14). b) Q: Do we need to bond for the entire contract or for individual task orders? a. For the entire contract. The total is identified in the Standard Agreement (Spec 00 52 43). c) Q: Do you plan to give this contract to one contractor? a. We will be awarding up to five contractors. Each contractor will be required to be bonded in the amount of the contract. We are considering lowering the contract amount from $3Million, as indicated on The Standard Agreement (Spec 00 52 43), to $2 Million. d) Q: Can the city give us guarantee that the whole amount we get bonded for will be the amount of work that the city will give us, and we will be performing that much work? a. No, the City cannot guarantee that. e) Q: When is the maintenance bond implemented if a big contract is broken down to small contracts? a. The signed counterparts of the Program Manual, required bonds, and certificate of insurance are required to be delivered to the City 14 days after the City issues a Notice of Award. The bonds will cover the full cost of the contract. � Q: Is the Certificate of Insurance required at the bidding stage. a. You can add this document at the bidding stage, or you can wait for the Notice of Award. After low bidder is determined, we will make recommendation for Mayar & Council (M&C) to allow us to execute a contract with the low bidders. After M&C approval, we will issue a Notice of Award. Per the instructions to bidders, the contractor will have 14 days to deliver the signed portions of the Program Manual with the required Bonds, Certificate of Insurance and all other required documentation. (Ifyou choose to wait until after Notice ofAward, please be sure to upload a document indicating this, during the bidding stage, else Bonfire will disqual� that section.) g) Q: Do you see this program expending to traffic engineering? like traffic analysis? signal designs? a. No. The program is specifically for small-scale infill projects that do not require Traffic Impact Assessments. CITY OF FORT WORTH Small-Scale In&astruchue Psoeram L nit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS for Driveu-ays. Alle��s. Side�Falks. and Incidental Flari��rk Revised July 1, 2011 �'aziow Cin� Projzct Vumbers 00 os i s- a ADDENDA Page 2 of 2 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 h) Q: Do we have to bid every line item? a. Yes. Bonfire will not allow a contractar to upload bids that have missing items. i) Q: Who decides on the construction schedule? Since this is developers funded project? a. The contractor decides on that; please refer to Specification O1 32 16 of the Program Manual for more information. j) Q: When do you think the program will start working on water and sewer? a. Ys, we are currently putting bid packages together for those scope items. k) Q: is there a spec in the spec book for material testing? a. Yes. Please refer to Spec O 1 45 23 — Testing and Inspection Services, included within the Program Manual. END OF SECTION CITY OF FORT WORTH Small-Scale Infrastruchue Proeram ti nit Price Constiuction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS for Driveu-ays. Alle��s. Side�Falks. and Incidental Flari��rk Revised July 1, 2011 �'aziow Cin� Projzct Vumbers x � � � � 0 � � � � .� L ai N � G3 �. O a! 7 � ❑ E e� L is O L a � ` � ++ c� � � +� N c6 L � � � c� C3 N � f1) E 0 O � � � _ � m �+. � O C O � y .� �G LL ..► d� [�f O � c; � � � � � a� � t N � C � N � C � � iU 'C3 .Q d L a N 0 �, a en r� d � O � � U � W L W � � O U � � � a� � � W U � � � � � � C� � � O � � W � � U � � V, � � � — a� c� U Cl) � c� � � � � � � Q- � � ., O � � �� C� C� � L.L � _ . � C� � �/ � �[^'`) W � � O '� � U �I � U - c� � � � � � O � U� � c� � a� � ._ Cn � 0 � U � � � � O U W � O Z U � 'o �, � U � .� .� 0 � � � � L �i � � � � c6 � � � � U �L V J � � � � � � 0 � � � � � � L � � � 2 C c � J � � � � � � � � � 0 � � N N � � � � � � � � � � � N a--� � U N �O ^L 1..1� � � N� Q N O V � � N N �O �O �� N M � a--+ � � � N .� � � O � � � W � m �' 0 � _ � � � L � p O .O � � � ��U cn p O � V .� � :�, � ;.� � � U w � � cn (1) � Q Q � � � � � � � � O N j L � O � � � ���`�+= N � �� �p � � � � L � L N N � �oo��2QC1 . � � � � ti � � � M � � � � U � � � C� � � � � - C� U Cn � - CC� � C� � O �--� U � � O � � � � C� � � O � � C7 � � �--+ � U � .O � � � � �r^ vJ �w N � � i � O � � N O � � N J i � O N N � � U -� � � O U � .� i � `� U -� � � � — � .� - ,U � � � � .� � � � N -+r" U N �O � � � � .� N � U � � O =r � O � N � O ca � �� � �U � N � � U � N � O U � � � 1�1 � L GA O �, L1, s - 5 3 3 � .-�I � � I � ! G _ _ - _ ❑ ` C _ _ ,f - _ a � c _ - � % _ _ L :::`.:::`. � L � 3 O s 3 -_�= :,_= __-_-�_� ____=��`-_ � _ � � G L�- � l 7 - C ^J-� � � f - _ - � L � 'i`-=_=___-� �:�- _-- : 1 _ � y n � '�/ - � � G:. � ^ 1 _ � � ; C � � G 7 = _� � � a 0 u � C � i. t� C % CL _ � ;, - = v � c = - n = � = L � C G - - - G - - C = S � _ � ` C � � S � � - 'S _ Y � ' ' - `L .: _ - G � - Y � � � G � = E � ' � ' > "" r. '� � L. a n -y � ^ ^ c j _ z : �=�=_r_-c :sa � e� ..l v Y v: � C L Ofi a �; v ,: � >, . .� j ± O , ! J y �i. 'D O O v, �_- � �� �� R�• � R 0 U � 1 � � � � N f� � O � 4- N � (� > � � � .� � � L L � � � L^, W Q L L^, � W � � � L O O � � � � � � � O � �M � �' J O � O � O Q � O Q {�} � �^, � L O � � O .� � � � � � � � � � � � U � � � i �L � � L � a--+ � � . � � � � L � � U � .� � W W � � W � U V / � U W .O � � V '�' N O N � N �+ � � � � � C0 G � � � � � � � � � � � O � � � i--� � J � _ 0 � W C�'1 � � � � � � �a �o �o � N � a N •F•+ � � � � .� � 0 � W � N N N^ r � 3}� V/ � a � N s H I a 0 N � � � i � � 00 � � .� V^, W L � _ � N � �^+ W � 0 0 � w � � � .N 00 t r � � � Q � � 0 c� � ca w' L � � � � 0 W � � L � � � m L � � a� G .� � U m H � � a� � � 0 � � � U � � � Ca �--� � �i�% L � � � L � a--� � 0 a--� � � C6 � � L � � �� L 0 � � � � L � � � � a� � �� U � � � U . . . . . . . � � � � �--+ � V � . � � � 1 � L � N � (a � � N (6 � � (6 � (6 � N � .� N � � � (6 � � �- (6 � N � N � O N � .� � N � a..� O � � L 0 �--� U (6 L �--+ � 0 U N � U (� � (� � O � � � � U t6 � N � O �--+ � N � �^, W � � � � � 0 � � � ■ � � � � C%) 4) � .� � � \ 0 O � � U N O � Q � � � � O (I3 � V^!1 W'^ V! . L LL �� W � � � .� � m � � � a--� � � i � c� � � a� � �— � 0 � m � � 0 � .� � a� � � � � L � X � � � Q � � � �--� � � � c� 0 � � � 0 0 � 0 U N � O � � N � � � � �+ � W � W L .� �^, W I..L U � �U N C .� .� � � t a--� +� �� � o � � �� oz o �, �� U� � � L � `" L � � � � += � � � U � O � � � � � � N � +� p � Q � � 0 � � f/� .� N �. � Y � � � U � � � � v � � � � � � ,> w O � = a � � � a-�+ O O a `� � � c �' � � v �, � O U o �� c� � c �oU �. ��. � � V C�� C Y� V� f0 � �Uci��Uapc��� �� I I I I � I I I �� CO Cfl O M M O M � � N O N� � M � i N� O � N� r- �� M� I` I� �� O I� �--' � � � � � N M � �� O O O O M M M M � . . . . . . . . . .� � � L � (a � � �� .N (0 � � � � � N � � Ca � � O a--� � � � a--� 0 � � O �� � �t i O � � �^ ��) TA Y / � � �^` W � ■ O .� � w C U C U T N � O N N C �3 � } N � H w � O � m H L 'O �-' m � N � w w � N � d d O � Q H � N � C p O ,� �- a N � �a � � -O O � C -� 3 5 O o .o O. � N � w C 7 U O � w Q O � N H N C v�j = c .3 Q � � N � }N d' p_ U7 N � m a N Q � U � � lL � a � N O O. O N N C .3 � } : m ) C � C ) � : p i a � � 1 � T O_ � � -o -o a -o -o a� a� � a� � .7 .J .� .7 ._ � 6 S 6 Q � � � � � Q Q Q Z Z Z O O Z Z } } � ui ai ui � � � N N N m m m ❑ ❑ ❑ 0 K w � a � X � R m� a a -o a � � � � .� .7 .J .� 6 6 6 6 N N N N � � � � T d � � : C i � ' U 3 � �. ) (p 7 ] 1 6 � c 7 3 O ) M 1 C 3 0 ) @ � U ) � ) f6 : Q . T ' c � m ) y -o a -o -o � � a� � .J .� _ .7 6 6 Q Q � � � � Q � Z � r r � r � � N 4 LL j LL LL LL LL LL LL LL a Z a a a a a � a � .. � �� @ �c �� �c �c �c �c �c � o. @ � n .� o. .� n � o_ � n � o_ � [ LL � ❑ LL� LL � LL� LL � LL� LL � LL � V / � � T�\ i�� n� �� �^, W � � � � � L � � � '�^ V/ ��.. � �w V � � � m N C O � t� � L � � � � .N •� � '�^ V/ �F c.i � '�^ V/ � � a� .O li � i � � c� _ 3 O � � a' � d a ��� o � � � � 3�� o m 9 m m o s c ui _ c � w � � u i � 0 � � � a o p 3 a c a i 3 > I °a X m ca` x Z. x ,� ? x..'^ °c_'x � w I � a � m a~u�v'o m LL � .0 `C . c> E" � E C ui a' 3 °s °a � y`- _ a u''i o E a� 9 � �� « 9 O u' N v d C �ii � y ^ � m a � $ m�s � .. e � ry B � �� g€ :� �� �� $€ a 6 � g a g _ u s R u S�` � F a rj a z�€ s' a � � �� �- � - � _ g ; - [ � � u a N F 5 Q g w � a € � � �, _ E E E � E _ r � 0 � O O O � � _�� � Edal,� � _, _�3_ - Y -- ' =E'_ _b�] o� � m� _ �� Es�_ n� m� � V; _ eee; �o LL � � � �I � _ �,�] E nl � � c s � .� � N T � � � N � � N � � ._ � � � Q ��.i � � � •O O�\ ii • � � � � L � r � � � ♦� O a�� _ �3 N � �V ^ 3 � � � a° � � m � � c � o ° � � � Q L �.:� � V � C L � w a � �� i O � � � Cn � � O �� � � Q . L .� � � M� W � c.i � 0 t� �• "' , � O � v , � � � i O � ♦-+ � � � � � � t� O L � � s � L � � 0 .� � V � � _ 0 .� � V . � � � �1 � � � C � � � � � � � 00 11 13 INVITATION TO BIDDERS Page 1 of 3 SECTION 00 ll 13 1NVITATION TO BIDDERS RECEIPT OF BIDS Electronic bids for the construction of the Smal�Scale Infrastructure Program Unit Price Construction Contract for Driveways, Alleys, Sidewalks, and Incidental Flatwork Project ("Project") will be received by the City of Fort Worth via the Procurement Portal httqs://fortworthtexas.bonfirehub.com/nortal/?tab=oqenOnqortunities, under the respective Project, listed as "Dev. Services ITB 2024 Smal�Scale Infrastructure Program Unit Price Construction Contract for Driveways, Alleys, Sidewalks, and Incidental Flatwork" in Bonfire, unti12:00 P.M. CST, Thursday, August lst, 2024. Bids will then be opened publicly and read aloud beginning at 2:00 PM CST, on August lst, 2024, in the City Council Chambers, located at Fort Worth City Hall, 100 Fort Worth Trail, Fort Worth, Texas, 7th Floor, Room 745. Your submissions must be uploaded, finalized and submitted prior to the Project's posted due date. The City strongly recommends allowing sufficient time to complete this process (ideally a week prior to the deadline) to begin the uploading process and to finalize your submission. Uploading large documents may take time, depending on the size of the file(s) and your Internet connection speed. The Bonfire portal can be accessed using Microsoft Edge, Google Chrome, or Mozilla Firefox. Javascript must be enabled. Browser cookies must be enabled. Electronic submission is subject to electronic interface latency, which can result in transmission delays. All bidders or proposers assume the risk of late transmission/ submission. The City shall not be held liable if an interested bidder or proposer is unable to submit a complete bid/response before the published deadline due to transmission delays or any other technical issues or obstructions. The City strongly recommends allowing sufficient time to complete the submission process (ideally a week before the deadline) to begin the uploading process and to finalize your submission to give adequate time in the event an issue arises. All submissions must be submitted electronically prior to the close date and time under the respective Project via the Procurement Portal: https://fortworthtexas.bonfirehub.com/portal/?tab=openOpportunities Here is a link to the respective project: https://fortworthtexas.bonfirehub.com/o�ortunities/ 12123 2 . Failure to submit all completed required information listed in the respective Solicitation will be grounds for rejection of a bid as non-responsive. No late bids/proposals shall be accepted. Bids delivered in any other manner than using the Bonfire Platform (Procurement Portal) will not be accepted or considered. CITY OF FORT WORTH Small-Scale Infrastructure Program Unit Price Construction Contract for Driveways, Alleys, Sidewalks, and Incidental Flatwork STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Various City Project Numbers Revised 1/17/24 00 11 13 INVITATION TO BIDDERS Page 2 of 3 If, upon being opened, a submission is unreadable to the degree that material conformance to the requirements of the procurement specifications cannot be ascertained, sucb submission will be rejected without liability to the City, unless such bidder provides clear and convincing evidence (a) of the content of the submission as originally submitted and (b) that the unreadable condition of the Electronic Bid was caused solely by error or malfunction of the Bonfire Platform (Procurement Portal). Failure to scan a clear or readable copy of a bid into the system does not constitute and shall not be considered an error or malfunction of the Bonfire Platform (Procurement Portal). Bidders are encouraged to fully review each page of every document within their submission prior to submitting to ensure all documents are clear, legible, and complete. SUPPORT For technical questions, visit Bonfire's help forum at https://vendorsupport. gobonfire.com/hc/en-us Contact the Bonfire support team at Support@GoBonfire.com or by calling 1-800-354-8010. To get started with Bonfre, watch this fiv�minute training video: Vendor Registration and Submission [VIDEO] — Bonfire Vendor Support (goboniire.com) GENERAL DESCRIPTION OF WORK The major work will consist of the (approximate) following: The current opportunity is dedicated to providing expedited design and construction services tailored specifically to developetLled and funded, small-scale, infill projects. The major work will consist of the (approximate) following: replacement and extension of 800 feet or less of flatwork, sidewalks, commercial and residential driveways, alleys, corresponding erosion control, earthwork and incidental traffic control plans. The intent of the program is to provide the development community with a turn-key approach for the design and construction of community facilities. There will be a large quantity of small-scale jobs that range from construction costs of $20,000 -$100,000. We are estimating that, at full scale, the program will have approximately 300 projects a year. Due to the expedited nature of Small-Scale Infrastructure Program, the Program will not include the following scope items: Developments in the Floodplain, Annexations, Projects with City Cost Participation, Work in other jurisdictions (T�OT, RR, etc.), Pipeline Encroachments, Specialty Items that require Maintenance Agreements, Forestry Tree Removal Permits, Offsite work requiring temporary construction easements, Signals, Pedestrian Hybrid Beacons, Flashing Beacons, School Zone Flashers. PREQUALIFICATION This solicitation does not require contractors or designated subcontractors who are prequalified by the City at the time of bid opening. DOCUMENT EXAMINATION AND PROCUREMENTS The Bidding and Contract Documents may be examined or obtained via the Procurement Portal https://fortworthtexas.bonfirehub.com/portal/?tab=openOpportunities, under the respective Project. Contract Documents may be downloaded, viewed, and printed by interested contractors and/or suppliers. CITY OF FORT WORTH Small-Scale Infrastructure Program Unit Price Construction Contract for Driveways, Alleys, Sidewalks, and Incidental Flatwork STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Various City Project Numbers Revised 1/17/24 00 11 13 INVITATION TO BIDDERS Page 3 of 3 EXPRESSION OF INTEREST To ensure potential bidders are kept up to date of any new information pertinent to this project, all interested parties should indicate their intent to bid in the Procurement Portal by selecting "yes" under the Intent to Bid section. All Addenda will be posted in the Procurement Portal https://fortworthtexas.bonfirehub.com/portal/?tab=openO�ortunities, under the respective Project. Here is a link to the respective project: https://fortworthtexas.bonfirehub.com/o�ortunities/ 121232 . PREBID CONFERENCE — In person A prebid conference will be held as discussed in Section 00 21 13 - INSTRUCTIONS TO BIDDERS at the following date, and time: DATE: July 9th, 2024 TIME: 4:00 PM The prebid conference will be held at the City Hall that is located at 200 Texas Street. If you enter the building on the South side, walk down the stairs to the Lower Level Information Desk. You can ask the location of the Facilitation Conference Room or ask support to page Jenna Henderson. CITY'S RIGHT TO ACCEPT OR REJECT BIDS City reserves the right to waive irregularities and to accept or reject any or all bids. r:�r: ; � City will award a contract to the Bidders presenting the lowest responsible bid. Please refer to the instructions to bidders for additional details on the proposal requirements. The City may award contracts to more than one qualified bidder and is not required to award any bidders. After bid opening, but prior to award, the City reserves the right to negotiate on specific line items. RENEWALS This Contract may be renewed up to four (4) additional one-year terms at the expiration of contract time under the same terms, conditions, and unit prices. Unit Price Adjustments will be considered, per the following Unit Price Adjustments. UNIT PRICE ADJUSTMENTS The Contractor shall have the right to submit unit price adjustments every year from the commencement of the contract. Each adjustment shall be based on documented and verifiable changes in cost as outlined in the contract. Following the award, additional services of the same general category that could have been encompassed in the award of this Agreement, and that are not already in the Agreement, may be added. ADVERTISEMENT DATES 1 St Date of Advertisement: June 13th, 2024, Through the Star Telegram 2"a Date of Advertisement: June 20th, 2024, Through the Star Telegram END OF SECTION CITY OF FORT WORTH Small-Scale Infrastructure Program Unit Price Construction Contract for Driveways, Alleys, Sidewalks, and Incidental Flatwork STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Various City Project Numbers Revised 1/17/24 00 21 13 INSTRUCTIONS TO BIDDERS Page 1 of 9 SECTION 00 21 13 INSTRUCTIONS TO BIDDERS 1. De�ned Terms 1.1. Capitalized terms used in these 1NSTRUCTIONS TO BIDDERS are defined in Section 00 72 00 - GENERAL CONDITIONS. 1.2. Certain additional terms used in these INSTRUCTIONS TO BIDDERS have the meanings indicated below which are applicable to both the singular and plural thereof. 1.2.1. Bidder: Any person, firm, partnership, company, association, or corporation acting directly through a duly authorized representative, submitting a bid for performing the work contemplated under the Contract Documents. 1.2.2. Nonresident Bidder: Any person, firm, partnership, company, association, or corporation acting directly through a duly authorized representative, submitting a bid for performing the work contemplated under the Contract Documents whose principal place of business is not in the State of Texas. 1.23. Successful Bidder: The lowest responsible and responsive Bidder to whom City (on the basis of City's evaluation as hereinafter provided) makes an award. 2. Copies of Bidding Documents 2.1.Neither City nor Engineer shall assume any responsibility for errors or misinterpretations resulting from the Bidders use of incomplete sets of Bidding Documents. 2.2. City and Engineer in making copies of Bidding Documents available do so only for the purpose of obtaining Bids for the Work and do not authorize or confer a license or grant for any other use. � . _ .� � --- - - -- --- --- -- - ---- -- - - - - -- -- - -- - -- - -- - -- - . �� , . .._. .. . � ., .. .. . ., --- -- - - - - -- -- -- - - - - -- --- ---- - -- --- -- - -- -- .. , - _ .. , .. . .. . .. ., .. . -� -- - - - - � - --� � - - - --- - - -- ----- ---- -- - ---- -- - - - -- - - � --- -- .. , - - -- - -- - -- - - - --- ---- -- - - - - - - -- -- -- -- --- -- � --- - - - - -- - -- -- - - � --- - - ---- -- - - -- - - -- -- � -- - -- -- -- ----- - - --- --- --- --- - -- - - - - -- - ------ - � . . ..�yiw � CITY OF FORT WORTH Small-Scale Infrastructure Program Unit Price Construction Contract for Driveways, Alleys, Sidewalks, and Incidental Flatwork STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Various City Project Numbers Revised/CJpdated 12/23/2023 00 21 13 INSTRUCTIONS TO BIDDERS Page 2 of 9 '• -- '-- - --- - --- --- --• -- - �ssa�si�r�s�rr�.��ew . - - - ' - - - - - - �.�. � . ..�;J�� � � � . � � ■ . 1 � � � 1 � � 1 � . 1 � � � . 1 � � . � � _ � ♦ � � � � � _ � ! _ � � _ . � � _ � ! � � � . 6 � � � . � . � � 7�2i5F�!!�!!!fT7�ts!'!r!�!!!!!!!'fK?�!F!i!4!'R'!R'!f- -- - ' . . . . . . . . . . . . . . . • ' ' - . • . • � - ' - . . . . - - - - - - - - • - - - - - - - - - - - - � ■ . � ■ ■ _ � � � _ � � . '--- �•--- --- -- - ' '--------- - -- - - - --- - - • - - --- --- - -- -- •- �-- --- - 3.5. OMITTED. 4. Examination of Bidding and Contract Documents, Other Related Data, and Site 4.1. Before submitting a Bid, each Bidder: 4.1.1. Shall examine and carefully study the Contract Documents and other related data identified in the Bidding Documents (including "technical data" referred to in Paragraph 4.2. below). No information given by City or any representative of the City other than that contained in the Contract Documents and officially promulgated addenda thereto, shall be binding upon the City. . !*a�ev:ritrsess!�!�tts�er_�!�r_ee!�!��!ert�esreses!ze!�:�:�ei•ir:r:r!e�rsr_s�!�.� 4.13. Shall consider federal, state and local Laws and Regulations that may affect cost, progress, performance or furnishing of the Work. CITY OF FORT WORTH Small-Scale Infrastructure Program Unit Price Construction Contract for Driveways, Alleys, Sidewalks, and Incidental Flatwork STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Various City Project Numbers Revised/CJpdated 12/23/2023 00 21 13 INSTRUCTIONS TO BIDDERS Page 3 of 9 4.1.4. OMITTED. � !��■sser:rr�� �s!sr.e�str.e!r.�s!�:er_�sr.�s�Teee�s��: -- - ---- --- -- - -- -- •- �-- ---- - • --- - -• - -- - ---- -- • -- - -• -- - ---- --- -- - -- -- •- �-- 4.1.6. Is advised that the Contract Documents on iile with the City shall constitute all of the information which the City will furnish. All additional information and data which the City will supply after promulgation of the formal Contract Documents shall be issued in the form of written addenda and shall become part of the Contract Documents just as though such addenda were actually written into the original Contract Documents. No information given by the City other than that contained in the Contract Documents and officially promulgated addenda thereto, shall be binding upon the City. , �f�w�s�e�.e._.w�.�.m.t.r�- - - - - - - - - - - - �a..•a��.�ee.��- - -- - -- •----- --- - -- - --• - - -- -•-- ' --- •----- - -- - - - ' --- ------ ------•� - - -- -- - - ' - ' 4.1.8. Shall determine the difficulties of the Work and all attending circumstances affecting the cost of doing the Work, time required for its completion, and obtain all information required to make a proposal. Bidders shall rely exclusively and solely upon their own estimates, investigation, research, �es�s���� and other data which are necessary far full and complete information upon which the proposal is to be based. It is understood that the submission of a proposal or bid is prima-facie evidence that the Bidder has made the investigations, �-- =��`:��� ��a `��`� herein required. 4.1.9. Shall promptly notify City of all conflicts, errors, ambiguities or discrepancies in or between the Contract Documents and such other related documents. The Contractor shall not take advantage of any gross error or omission in the Contract Documents, and the City shall be permitted to make such corrections or interpretations as may be deemed necessary for fulfillment of the intent of the Contract Documents. 4.1.10. Indicate their intent to bid by selecting "yes" in the Procurement Portal under the Intent to Bid section. You must indicate your intent to bid to be able to submit a bid to the City. 4.2. Reference is made to Section 00 73 00 — Supplementary Conditions for identification of: CITY OF FORT WORTH Small-Scale Infrastructure Program Unit Price Construction Contract far Driveways, Alleys, Sidewalks, and Incidental Flatwark STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Various Ciry Project Numbers Revised/CJpdated 12/23/2023 00 21 13 INSTRUCTIONS TO BIDDERS Page 4 of 9 ' ---- ----- - - - - • --- •-- -- - - - - •-- ---- --- • - --- • - - - -- - - - -- -• - ---- -- - - - - --• • -- - -- -- •- `-- ---- - -- --- - - '- -•- -- -- -- - •-- • - - ---- • - ----• -- -- ' ---- - • -•- - -- - -• ---- --- - - - • -• - - - -- - •-- •-- _ ,_ _ � � `-- --- - - -- ---- -• -• • - - • --- -- - - --- - -- ' --- - -- -- - - •- - - --- - .. .- •-- ' ' - -- --- • --- .. . � . 4.2.4.Standard insurance requirements, coverages and limits. 4.3. The submission of a Bid will constitute an incontrovertible representation by Bidder: (i) that Bidder has complied with every requirement of this Paragraph 4, (ii) that without exception the Bid is premised upon performing and furnishing the Work required by the Contract Documents and applying the specific means, methods, techniques, sequences or procedures of construction (if any) that may be shown or indicated or expressly required by the Contract Documents, (iii) that Bidder has given City written notice of all conflicts, errors, ambiguities and discrepancies in the Contract Documents and the written resolutions thereof by City are acceptable to Bidder, and when said conflicts, etc., have not been resolved through the interpretations by City as described in Paragraph 6., and (iv) that the Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performing and furnishing the Work. 4.4. The provisions of this Paragraph 4, inclusive, do not apply to Asbestos, Polychlorinated biphenyls (PCBs), Petroleum, Hazardous Waste or Radioactive Material covered by Paragraph 4.06. of the General Conditions, unless speciiically identified in the Contract Documents. 5. Availability of Lands for Work, Etc. � - - - - --- -- - -- -- -- - --- - � --- --- ---- --- ------ -- - - - -- -- - --- --- - - -- ------ - - -- - -------- ------- - - - -- �-- CITY OF FORT WORTH Small-Scale Infrastructure Program Unit Price Construction Contract for Driveways, Alleys, Sidewalks, and Incidental Flatwork STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Various City Project Numbers Revised/CJpdated 12/23/2023 00 21 13 INSTRUCTIONS TO BIDDERS Page 5 of 9 � - •-- -• -- - • -•------ - •-- - -- - - - -- •-- -- - -- - • - - -- . . � - • •• •-- - -- -- - --- • --- --- - -- - -- -- ------• •- - • -------- - •-- - ---- - - - -- -- - --- -- - --- -- -- •- - -•--- . :6f�1 5.3. , , , ..«.� /..« .........«..«4.. 6. Interpretations and Addenda 6.1. All questions about the meaning or intent of the Bidding Documents are to be directed to City electrically through the Vendor Discussions section under the respective Project via the Procurement Portal httas://fortworthtexas.bonfirehub.com/oortal/?tab=ooenOaaortunities on or before 2 p.m., the Monday prior to the Bid opening. Questions received after this day may not be responded to. Interpretations or clarifications considered necessary by City in response to such questions will be issued by Addenda delivered to all parties recorded by City as having received the Bidding Documents. Only questions answered by formal written Addenda will be binding. Oral and other interpretations or clarifications will be without legal effect. 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 under the respective Project via the Procurement Portal https://fortworthtexas.bonfirehub.com/portal/?tab=openOpportunities 6.4. A prebid conference may be held at the time and place indicated in the Advertisement or INVITATION TO BIDDERS. Representatives of City will be present to discuss the Project. Bidders are encouraged to attend and participate in the conference. City will transmit to all prospective Bidders of record such Addenda as City considers necessary in response to questions arising at the conference. Oral statements may not be relied upon and will not be binding or legally effective. 7. Bid Security --- � - - - -- ---- ---- -- - - � - �--- ---- -- -- - - - - -- ---- - - - -- --- - � --- - -- -- - � - - -- -- -- ---- ------- - -- - -- -- -- - - - -- ---- -• -- -- ----- - - �- -• •-- � - -- --- - --- --- �!7 �?F� �7!!f_ �lR�l�i�RFf �!!17 ��FFRRThif f �lRR?flS�77�!_�Ft?RlA7C�3S�\Rli7!_! . . - - ' - - - - - ' ' - - ' - - - ' - ' ' ' � - - - ' - - - ' ' - ' - - - - - - - � _ � � � - - - - - ' - - - ' - ' - - ' ' - - - - - -- - - - - - - - - � - - - ' - - - - - - - CITY OF FORT WORTH Small-Scale Infrastructure Program Unit Price Construction Contract for Driveways, Alleys, Sidewalks, and Incidental Flatwork STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Various City Project Numbers Revised/CJpdated 12/23/2023 00 21 13 INSTRUCTIONS TO BIDDERS Page 6 of 9 8. Contract Times The number of days within which, or the dates by which, Milestones are to be achieved in accordance with the General Requirements and the Work is to be completed and ready for Final Acceptance shall be identified on a Task Order Basis. 9. Liquidated Damages Provisions for liquidated damages are set forth in the Agreement. 10. Substitute and "OriEqual" Items The Contract, if awarded, will be on the basis of materials and equipment described in the Bidding Documents without consideration of possible substitute or "or-equal" items. Whenever it is indicated or specified in the Bidding Documents that a"substitute" or "or- equal" item of material or equipment may be furnished or used by Contractor if acceptable to City, application for such acceptance will not be considered by City until after the Effective Date of the Agreement. The procedure for submission of any such application by Contractor and consideration by City is set forth in Paragraphs 6.OSA., 6.OSB. and 6.OSC. of the General Conditions and is supplemented in Section O1 25 00 of the General Requirements. 11. Subcontractors, Suppliers and Others - ---- -.�.�r��-- - - � - ---- - - � - ----- , - � � -- � .. ... .. , . . . - -�- � - ---- - - � - ----- , - - ■ � -- ----- -- -- • . . . - ... . 11.2. No Contractor shall be required to employ any Subcontractor, Supplier, other person or organization against whom Contractor or City has reasonable objection. 12. Bid Form 12.1. The Bid Form is included with the Bidding Documents. 12.2. All blanks on the Bid Form must be completed and the Bid Form signed and uploaded electronically. , " , ,� �� ,� �� �� �� , > > 12.3. Bids by corporations shall be executed in the corporate name by the president or a vic�president or other corporate officer accompanied by evidence of authority to sign. The corporate seal shall be affixed. The corporate address and state of incorporation shall be shown below the signature. CITY OF FORT WORTH Small-Scale Infrastructure Program Unit Price Construction Contract for Driveways, Alleys, Sidewalks, and Incidental Flatwork STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Various City Project Numbers Revised/CJpdated 12/23/2023 00 21 13 INSTRUCTIONS TO BIDDERS Page 7 of 9 12.4. Bids by partnerships shall be executed in the partnership name and signed by a partner, whose title must appear under the signature accompanied by evidence of authority to sign. The official address of the partnership shall be shown below the signature. 12.5. Bids by limited liability companies shall be executed in the name of the firm by a member and accompanied by evidence of authority to sign. The state of formation of the firm and the official address of the firm shall be shown. 12.6. Bids by individuals shall show the Bidder's name and offcial address. 12.7. Bids by joint ventures shall be executed by each joint venture in the manner indicated on the Bid Form. The official address of the joint venture shall be shown. 12.8. All names shall be typed or printed in ink below the signature. 12.9. The Bid shall contain an acknowledgement of receipt of all Addenda, the numbers of which shall be filled in on the Bid Form. 12.10. Postal and �mail addresses and telephone number for communications regarding the Bid shall be shown. 12.11. Evidence of authority to conduct business as a Nonresident Bidder in the state of Texas shall be provided in accordance with Section 00 43 37— Vendor Compliance to State Law Non-Resident Bidder. 13. Submission of Bids Bids shall be submitted electronically in the Procurement Portal on the prescribed Bid Form, provided with the Bidding Documents, prior to the time indicated in the Advertisement or INVITATION TO BIDDERS. 14. Withdrawal of Bids 14.1. Bids submitted electronically may be withdrawn prior to the time set for bid opening. 15. Opening of Bids Bids will be opened and read aloud publicly. An abstract of the amounts of the base Bids and major alternates (if any) will be made available to Bidders after the opening of Bids. 16. Bids to Remain Subject to Acceptance All Bids will remain subject to accepiance for a minimum of 90 days or the time period specified for Notice of Award and execution and delivery of a complete Agreement by Successful Bidder. City may, at City's sole discretion, release any Bid and nullify the Bid security prior to that date. 17. Evaluation of Bids and Award of Contract CITY OF FORT WORTH Small-Scale Infrastructure Program Unit Price Construction Contract for Driveways, Alleys, Sidewalks, and Incidental Flatwork STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Various City Project Numbers Revised/CJpdated 12/23/2023 00 21 13 INSTRUCTIONS TO BIDDERS Page 8 of 9 17.1. The City will review the bid and qualifications and award a contract to the lowest responsible bidders. Bidder shall upload completed 00 41 00 — Bid Proposal Workbook as well as a PDF of the Unit Price Sheet. A signature of a duly authorized agent of the bidder's firm must be placed on each unit price sheet provided as part of the bid to be considered complete. 17.2. City reserves the right to reject any or all Bids, including without limitation the rights to reject any or all nonconforming, nonresponsive, unbalanced or conditional Bids and to reject the Bid of any Bidder if City believes that it would not be in the best interest of the Project to make an award to that Bidder. City reserves the right to waive informalities not involving price, contract time or changes in the Work and award a contract to such Bidder. Discrepancies between the multiplication of units of Work and unit prices will be resolved in favor of the unit prices. Discrepancies between the indicated sum of any column of figures and the correct sum thereof will be resolved in favor of the correct sum. Discrepancies between words and figures will be resolved in favor of the words. 17.2.1. Any or all bids will be rejected if City has reason to believe that collusion exists among the Bidders, Bidder is an interested party to any litigation against City, City or Bidder may have a claim against the other or be engaged in litigation, Bidder is in arrears on any existing contract or has defaulted on a previous contract, Bidder has performed a prior contract in an unsatisfactory manner, or Bidder has uncompleted work which in the judgment of the City will prevent or hinder the prompt completion of additional work if awarded. 17.3. In addition to Bidder's relevant prequalifcation requirements, City may consider the qualifications and experience of Subcontractors, Suppliers, and other persons and organizations proposed for those portions of the Work where the identity of such Subcontractors, Suppliers, and other persons and organizations must be submitted as provided in the contract Documents or upon the request of the city. City also may consider the operating costs, maintenance requirements, performance data and guarantees of major items of materials and equipment proposed for incorporation in the Work when such data is required to be submitted prior to the Notice of Award. 17.4. City may conduct such investigations as City deems necessary to assist in the evaluation of any Bid. � , � , , � � 17.5. Contractor shall perform with his own organization, work of a value not less than 35% of the value embraced on the Contract, unless otherwise approved by the City. 17.6. If the Contract is to be awarded, it will be awarded to lowest responsible and responsive Bidder. CITY OF FORT WORTH Small-Scale Infrastructure Program Unit Price Construction Contract for Driveways, Alleys, Sidewalks, and Incidental Flatwork STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Various City Project Numbers Revised/CJpdated 12/23/2023 00 21 13 INSTRUCTIONS TO BIDDERS Page 9 of 9 17.7. Pursuant to Texas Government Code Chapter 2252.001, the City will not award contract to a Nonresident Bidder unless the Nonresident Bidder's bid is lower than the lowest bid submitted by a responsible Texas Bidder by the same amount that a Texas resident bidder would be required to underbid a Nonresident Bidder to obtain a comparable contract in the state in which the nonresident's principal place of business is located. 17.8. A contract is not awarded until formal City Council authorization. If the Contract is to be awarded, City will award the Contract within 90 days after the day of the Bid opening unless extended in writing. No other act of City or others will constitute acceptance of a Bid. Upon the contract award, a Notice of Award will be issued by the City. 17.8.1. The contractor is required to �11 out and sign the Certificate of Interested Parties Form 1295 and the form must be submitted to the Project Manager before the contract will be presented to the City Council. The form can be obtained at httns://www.ethics.state.tx.us/data/forms/1295/1295.ndf 17.9. Failure or refusal to comply with the requirements may result in rejection of Bid. 18. Signing of Agreement 18.1. When City issues a Notice of Award to the Successful Bidder, it will be accompanied by the required number of unsigned counterparts of the Project Manual. Within 14 days thereafter, Contractor shall sign and deliver the required number of counterparts of the Project Manual to City with the required Bonds, Certifcates of Insurance, and all other required documentation. 18.2. City shall thereafter deliver one fully signed counterpart to Contractor. END OF SECTION CITY OF FORT WORTH Small-Scale Infrastructure Program Unit Price Construction Contract for Driveways, Alleys, Sidewalks, and Incidental Flatwork STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Various City Project Numbers Revised/CJpdated 12/23/2023 06 41 00 BID FQRM Page 1 oF 3 SECTI+DN UO 41 UQ BI� FORM T�: The Pur�hasing Manager clo: Thc F'urchasing �iWi�ian 240 Texas Street City of Fart Worth, 7exas 76102 FOR: 2D24 Small-Scale lnfrastructure Pragrasn Unii Price Canstruction Cantract for I�riveways, Alieys, Sidewalks, and incidental Fiaiwork Gity Pro;ect No,; Varivus C�ty Project Numbers UnitslSeciions: Base Bid 1. Enter Into Agreement Ths undersigned Bidder proposes and agrees, if this Bid is accepted, to enter inio an Agreement with City in the form included in the Bidding Documents to perform and furnish all Wark as specified or "sndscated in the Contract Documents for the Bid Price ar�d within the Contract Time indieated in #his Bid and in accordance with the ather terrns and conditions af the Cantract Documents. 2. BI�DER Acknowledgemcnts and Certificativn 2.1. In submitting this 8id, Bidder accepts ali of the terms and candittons of the 1NVITATI4N TO BiDDERS and INSTRtJCTI�NS 70 BIDC}ERS, including wiihout lirnitation those dealing with the disposition of Bid Bond. 2.2. Bidder is aware of a[I costs to pro�ide the required insurance, will do sa pending contract award, and will provide a valid insuranae certificate meeting all requiremenfs within 94 days of notificatian of award. 2.3. Bidder certi�es that t�is Bid is genuine and nat mad� in ti�e inferest of ar on behal# ofi any undisclosed individual ar entity and is not suirmitted in conformity wifh any collusi�e agreement or rules af any group, assaciation, Qrgani�ation, or c+�rpo►atian. 2.4. Bidder has not directfy ar indirectly induced or solicited any other 13iddet to submit a false or snam Bid. Z.S. gidder Y►as nat salfclted ar induceB any indi�idual or entity ta reirain fram �idding. 2.fi. Bidder has not engaged in carrupt, fraudulent, collusi�e, ar �oerci�e practices 'sn campeting for tttie Contrdct. For the purposes af this Paragraph: a. "carrupt practice" means the ofFering, �iV4f1�, receiving, ar soliciting af any thing of value lik�ly to influence the a�lion of a uu#�lit� �Ifi�idl in llie i�i�i�iny process. b. "frauduler�k practice"' nieans an intentio��ai misrepresentatian af facts made {a} to influence the �iddi�rg process to the detrfinent af City (�j to establish Bid prices af artificial nan-cam�etiiive level9, or (c} tv de�rivc Ciky of fhc bcncf�ts of frc� and opcn campetition. o. "collusi�e practicc" me�an� � schcmc or arr�ngemcnt bcfwcen two ar mdre Biddere, with or without the knowledge of Gity, a purpose flf which is ta establish Bid prices at artificial, non-competitive ievels. CITY OF FC3FiT WORT#i STANRARi7 CON57F"tUCTIOiU SP�CIFICATI4h1 R4CUM�hI'fS Revised 9130l2021 ooai o0 61D FORM Page 2 of 3 d. "caercive practice" means harming or threatening ta harm, directly or indirectiy, persons or their property to influence their participatian i� the bidding pracess or affect the execution af the Cantract. 3. Prequalification The Bidder acknowiedges that the fallflwing work types musi be performed only by prequalified cantractors and subcantractors: a. Thls scslfc{tation daes na� requir� prequalffled contractars. b. c, d. - �. - f. - 9• ' h. - 4. 7ime of Complefian 4.i. The Work will be cvmpfete far Final Acceptance within task order days after the date when the the Contract Time �ammences to run as provided in Paragraph 2.43 of the Genera! Conditions. 4.2. Bidder accepts t�e pra�isions of the Agreement as to liquidated damages in the event of failure to camplete the Work {andlor a�hievernent af Mifestones} within the times spe�ified in the Agreement. 5. Attached to this Bid T�e follawing dacuments are attached to and rnade a part af this Bid: a. This Bid Fo�'m, Section 00 41 4� b. Required Bid Bond, Section D� 43 13 issued hy a sure4y meeting the requirements of Paragraph �.01 of the General Conditions. c. Prapasal Form, Section (l� 42 43 d. Vendar Campl'sance to 5tate Law M1lan Restdent Bidde�, SeCtlbn 4D 43 37 e. MWBE Forms (optianal at time of bid} f. PreqUaliffcati�� St�tement, 5ecti4n OU 45 12 g. Conillct of Interest Affidavit, Sec[iar� i70 35 13 *if necessary, CIQ ar CIS forms are to be pravided directly to City Secretary h. Any additianal dacumen#s that may be required by Section 12 of tE�e Instructions to Bidders CITY �F FC}R7 WQFtTH 3TANDRRO C�i�lvTRl3CTIOF�k �P�CIFICl�TIflN dDCUMENTS Re�ised 9l30l2a2i 0o a i o0 BID FORM Page 3 oi 3 6. Total Bi� Amo�mt 6,1, Bldt�er will complete ihe Work in accordanc� with ti�e Contracf Documents for khe foflowing b'scl amount. In the space provi�ed below, please enter the total bid amo�nt for thls project. Only ihis flgure wili �e � ead puk�iiely by the City at the bid ❑pening. 6.2. !t �s ur�derstood and agreed by the Bidder in signing this proposa! that the toEal bid amount �n#ered below is suk�ject to �ef[fication andlor modffi�ation by mul#iplying #he unit bid prices for each pay item by the respective esti�nated c��antities shown in this propasa! anel th�n totaling a14 of the exkended amou�ts. Tofal Bid 7. BI[,� SJUbiillllill This Bid is submitfed on August 9, 2024 R�specffuliy subnt�tked. �� � ' �y: i�n�ti rpy � ��'"T'�ram�r C�i�,hs {�[If1tCLi i�icliTlC} � 9,760,334.35 uy the entity r�amed balow. �2eceit�t �s acknaw#edgEd nf jhe ynit�ai falkowing Addenda: Adaendum raa. t- JG A d�lendu_m I�in. ^�' AcJ�lendum Nv. 3: Arlrlanr4i�rn No 4 Title: Vice-President Company: Ti-Za�k Concre#e, LLC Address: 3�3b� ;�Z1 st Ave Le Cen#er, MN 5�45T Slaie pf Inc�rporatlar+' NIA nat a r;o� pur ��i�ri En�ail: adrrii•�@tiaack,com Rhone' j5a7} 35�•5463 �NU UF 5�C I IUN c+T7� u� �c��'r war:ri i a'TRNDARR GONSTRLIGTIQN BP�GIFiG/1710N l�[1CIJMCHT� Revlsetl 9130r7�Z 1 Corporate Seal; ,y'� I 111, .1�• •'�' � �4J, .. `r � � � , �� r. ' ' '.• l'��'`11� ` l jr 4� y�7 �� s, ' 1 r � ."i" �` � �: ' � �'��"� . C'`r—•�t�.V 'r ` i . ,� L-' L:""'r� �� -«<�:�� � • �51:-��, 00 42 43 BID PROPOSAL Page 1 of3 SECTION 00 42 43 PROPOSALFORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Description Specification Unit of B�d Unit Price 8id Value Item No. Section No. Measure Quantity Unit 01 - General Requirements 1 9999.8001 Street Use Permit 01 55 26 EA 25 $550.00 $13,750.00 2 9999.8002 Work Order Mobilization Enter in Bid Amount of $500.00 01 70 00 EA 100 $500.00 $50,000.00 3 9999.8003 Remobilization (Enter in Bid Amount of $500.00) 01 70 00 EA 100 $500.00 $50,000.00 4 0171.0102 As-Built Survey 01 71 23 LS 100 $825.00 $82,500.00 5 0171.0101 Construction Staking 01 71 23 LS 100 $825.00 $82,500.00 Unit 01 - General Requirements Subtotal $278,750.00 Unit 02 - Existing Conditions 6 0241.0100 Remove Sidewalk (Quantity Range 1-100 SF) 02 41 13 SF 100 $7.15 $715.00 7 9999.8004 Remove Sidewalk (Quantity Range 101-500 SF) 02 41 13 SF 500 $5.38 $2,689.50 8 9999.8005 Remove Sidewalk (Quantity Ran e 501+ SF 02 41 13 SF 1000 $3.61 $3,608.00 9 0241.0300 Remove ADA Ramp 02 41 13 EA 25 $627.63 $15,690.68 10 0241.0301 Remove Detectable Warning Surtace 02 41 13 EA 25 $196.08 $4,901.88 11 0241.0401 Remove Concrete Drive (Quantity Range 1-100 SF) 02 41 13 SF 100 $7.15 $715.00 12 9999.8006 Remove Concrete Drive Quantity Ran e 101-500 SF 02 41 13 SF 500 $5.38 $2,689.50 13 9999.8007 Remove Concrete Drive Quantity Ran e 501+ SF 02 41 13 SF 1000 $3.61 $3,608.00 14 0241.0402 Remove Asphalt Drive 02 41 13 SF 500 $3.61 $1,804.00 15 0241.0403 Remove Brick Drive (Quantity Range 1-100 SF 02 41 13 SF 100 $7.15 $715.00 16 9999.8008 Remove Brick Drive (Quantity Range 101-500 SF 02 41 13 SF 500 $5.38 $2,689.50 17 9999.8009 Remove Brick Drive (Quantity Range 501+ SF 02 41 13 SF 1000 $3.61 $3,608.00 18 0241.0500 Remove Fence (Quantity Range 1-50 LF) 02 41 13 LF 50 $21.51 $1,075.25 19 9999.8010 Remove Fence (Quantity Range 51-100 LF 02 41 13 LF 100 $17.96 $1,796.30 20 9999.8011 Remove Fence (Quantity Range 101+ LF 02 41 13 LF 500 $17.96 $8,981.50 21 0241.0600 Remove Wall <4' (Quantity Range 1-10 LF) 02 41 13 LF 10 $26.88 $268.84 22 9999.8012 Remove Wall <4' (Quantity Range 11-30 LF) 02 41 13 LF 30 $26.88 $806.52 23 9999.8013 Remove Wall <4' (Quantity Range 31+ LF) 02 41 13 LF 100 $26.88 $2,688.40 24 0241.0704 Remove and Replace Mailbox - Traditional 02 41 13 EA 10 $550.00 $5,500.00 25 0241.0705 Remove and Replace Mailbox - Brick 02 41 13 EA 10 $825.00 $8,250.00 26 0241.0800 Remove Rip Rap 02 41 13 SF 500 $7.15 $3,575.00 27 0241.0900 Remove Misc Conc Structure 02 41 13 LS 100 $550.00 $55,000.00 28 0241.1000 Remove Conc Pvmt 02 41 15 SY 1000 $48.71 $48,708.00 29 0241.1100 Remove Asphalt Pvmt 02 41 15 SY 1000 $40.59 $40,590.00 30 0241.1200 Remove Brick Pvmt 02 41 15 SY 1000 $64.35 $64,350.00 31 0241.1300 Remove Conc Curb & Gutter (Quantity Range 1-100 LF) 02 41 15 LF 100 $14.36 $1,435.50 32 9999.8014 Remove Conc Curb & Gutter (Quantity Range 101-500 LF) 02 41 15 LF 500 $12.53 $6,264.50 33 9999.8015 Remove Conc Curb & Gutter (Quantity Range 500+ LF) 02 41 15 LF 1000 $10.76 $10,758.00 34 0241.1400 Remove Conc Valley Gutter 02 41 15 SY 1000 $48.71 $48,708.00 Unit 02 - Existing Conditions Subtotal $352,189.86 Unit 26 - Electrical Subtotal Unit 31 - Earthwork 35 3110.0101 Site Clearing 31 10 00 LS 100 $825.00 $82,500.00 36 3110.0102 6"-12" Tree Removal 31 10 00 EA 100 $730.54 $73,054.30 37 3110.0103 12"-18" Tree Removal 31 10 00 EA 100 $1,328.25 $132,825.00 38 3110.0104 18"-24" Tree Removal 31 10 00 EA 100 $1,660.32 $166,031.80 39 3110.0105 24" and Larger Tree Removal 31 10 00 EA 100 $2,656.50 $265,650.00 40 9999.8016 Tree Prunning 31 10 00 EA 100 $550.00 $55,000.00 41 9999.8017 Tree Protection 31 10 00 EA 100 $165.00 $16,500.00 42 3123.0101 Unclassifed Excavation by Plan 31 23 16 CY 100 $66.42 $6,641.80 43 3123.0102 Unclassifed Excavation by Survey 31 23 16 CY 100 $66.42 $6,641.80 44 3123.0103 Borrow by Plan 31 23 23 CY 100 $69.58 $6,957.50 45 3123.0104 Borrow by Survey 31 23 23 CY 100 $69.58 $6,957.50 46 3123.0105 Borrow by Delivery 31 23 23 CY 100 $69.58 $6,957.50 47 3124.0101 Embankment by Plan 31 24 00 CY 100 $69.58 $6,957.50 48 3124.0102 Embankment by Survey 31 24 00 CY 100 $69.58 $6,957.50 49 3137.0102 Large Stone Riprap, dry 31 37 00 SY 1000 $146.66 $146,663.00 50 3137.0103 Large Stone Riprap, grouted 31 37 00 SY 1000 $183.33 $183,328.75 51 3137.0104 Medium Stone Riprap, dry 31 37 00 SY 1000 $146.66 $146,663.00 52 3137.0105 Medium Stone Riprap, grouted 31 37 00 SY 1000 $183.33 $183,328.75 53 3137.0106 Medium Stone Riprap, mortared 31 37 00 SY 1000 $210.83 $210,828.06 54 3137.0110 Special Riprap 31 37 00 SY 1000 $231.91 $231,910.87 Unit 31 - Earthwork Subtotal $1,942,354.63 CI1Y OF FORT WORTH Small-Scale Infrastructure Prognm Unit Pnce Construc�ion STANDARD CON5IRUCTION SPEC�ICATION DOCUMENTS Contrac� for Driveways, ellleys, Sidewalks, and incidenlal Flamo�k Revised 9/30/2021 Ve[ious Ciry Pmjttt NumM1ers 00 42 43 BID PROPOSAL Page 2 of 3 SECTION 00 42 43 PROPOSALFORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Description Specification Unit of B�d Unit Price 8id Value Item No. Section No. Measure Quantity Unit 32 - Exterior Improvement Items 55 3201.0111 4' Wide Asphalt Pvmt Repair, Residential 32 01 17 LF 100 $59.04 $5,903.70 56 3201.0112 5' Wide Asphalt Pvmt Repair, Residential 32 01 17 LF 100 $73.80 $7,379.63 57 3201.0113 6' Wide Asphalt Pvmt Repair, Residential 32 01 17 LF 100 $88.56 $8,855.55 58 3201.0400 Temporary Asphalt Paving Repair 32 01 18 LF 100 $59.04 $5,903.70 59 3201.0614 Conc Pvmt Repair, Residential 32 01 29 SY 1000 $247.50 $247,500.00 60 9999.8018 4" Flexible Base, Type A, GR-1 32 11 23 SY 1000 $62.86 $62,857.14 61 3213.0101 6" Conc Pvmt 32 13 13 SY 1000 $165.00 $165,000.00 62 3213.0201 6" Conc Pvmt HES 32 13 13 SY 1000 $222.75 $222,750.00 63 3213.0301 4" Conc Sidewalk (Quantity Range 1-2500 SF) 32 13 20 SF 2500 $15.82 $39,545.00 64 9999.8019 4" Conc Sidewalk (Quantity Range 2500-5000 SF) 32 13 20 SF 5000 $14.55 $72,765.00 65 9999.8020 4" Conc Sidewalk (Quantity Range 5001+ SF) 32 13 20 SF 7500 $12.65 $94,875.00 66 3213.0303 6" Conc Sidewalk (Quantity Range 1-2500 SF) 32 13 20 SF 2500 $19.77 $49,417.50 67 9999.8021 6" Conc Sidewalk (Quantity Range 2500-5000 SF) 32 13 20 SF 5000 $18.19 $90,930.95 68 9999.8022 6" Conc Sidewalk (Quantity Range 5001+ SF) 32 13 20 SF 7500 $15.81 $118,560.76 69 3213.0311 4" Conc Sidewalk, Adjacent to Curb (Quantity Range 1-2500 SF) 32 13 20 SF 2500 $21.19 $52,965.00 70 9999.8023 4" Conc Sidewalk, Adjacent to Curb (Quantity Range 2500-5000 SF) 32 13 20 SF 5000 $15.11 $75,570.00 71 9999.8024 4" Conc Sidewalk, Adjacent to Curb (Quantity Range 5001+ SF) 32 13 20 SF 7500 $15.11 $113,355.00 72 3213.0313 6" Conc Sidewalk, Adjacent to Curb 32 13 20 SF 500 $1621 $8,107.00 73 3213.0321 Conc Sidewalk, Adjacent to Ret Wall 32 13 20 SF 500 $15.11 $7,557.00 74 3213.0322 Conc Curb at Back of Sidewalk 32 13 20 LF 100 $33.33 $3,333.00 75 3213.0351 4" Conc Sidewalk, Exposed Aggregate 32 13 20 SF 500 $23.73 $11,863.50 76 3213.0353 6" Conc Sidewalk, Exposed Aggregate 32 13 20 SF 500 $29.65 $14,825.25 77 3213.0401 6" Concrete Driveway 32 13 20 SF 500 $17.33 $8,662.50 78 3213.0403 8" Concrete Driveway 32 13 20 SF 500 $23.10 $11,550.00 79 3213.0451 6" Concrete Driveway, Exposed Aggregate 32 13 20 SF 500 $25.99 $12,993.75 80 3213.0453 8" Concrete Driveway, Exposed Aggregate 32 13 20 SF 500 $34.65 $17,325.00 81 3213.0501 Barrier Free Ramp, Type R-1 32 13 20 EA 100 $3,028.41 $302,841.00 82 3213.0502 Barrier Free Ramp, Type U-1 32 13 20 EA 100 $3,028.41 $302,841.00 83 3213.0503 Barrier Free Ramp, Type M-1 32 13 20 EA 100 $3,028.41 $302,841.00 84 3213.0504 Barrier Free Ramp, Type M-2 32 13 20 EA 100 $3,028.41 $302,841.00 85 3213.0505 Barrier Free Ramp, Type M-3 32 13 20 EA 100 $3,028.41 $302,841.00 86 3213.0506 Barrier Free Ramp, Type P-1 32 13 20 EA 100 $3,028.41 $302,841.00 87 3213.0507 Barrier Free Ramp, Type P-2 32 13 20 EA 100 $3,028.41 $302,841.00 88 3213.0508 Barrier Free Ramp, Type C-1 32 13 20 EA 100 $3,028.41 $302,841.00 89 3213.0509 Barrier Free Ramp, Type C-2 32 13 20 EA 100 $3,028.41 $302,841.00 90 3213.0510 Barrier Free Ramp, Type C3 32 13 20 EA 100 $3,028.41 $302,841.00 91 3213.0700 Joint Sealant 32 13 73 LF 100 $16.50 $1,650.00 92 3214.0100 Brick Pvmt 32 14 16 SY 1000 $297.00 $297,000.00 93 3214.0200 Brick Pvmt Repair 32 14 16 SY 1000 $361.35 $361,350.00 94 3214.0400 Brick Pvmt (City Supplied) 32 14 16 SY 1000 $222.75 $222,750.00 95 3214.0500 Brick Pvmt Repair (City Supplied) 32 14 16 SY 1000 $287.10 $287,100.00 96 3216.0101 6" Conc Curb and Gutter 32 16 13 LF 100 $39.85 $3,985.30 97 3216.0102 7" Conc Curb and Gutter 32 16 13 LF 100 $39.85 $3,985.30 98 9999.8025 Conc Laydown Curb 32 16 13 LF 100 $44.13 $4,413.20 99 3216.0301 9" Conc Valley Gutter, Residential 32 16 13 SY 1000 $152.75 $152,748.00 100 3216.0302 11" Conc Valley Gutter, Arterial/Industrial 32 16 13 SY 1000 $186.69 $186,692.00 101 3217.0501 24" SLD Pvmt Marking HAE (W) 32 17 23 LF 100 $22.00 $2,200.00 102 3217.0502 Preformed Thermoplastic Contrast Markings - 24" Crosswalk 32 17 23 LF 100 $44.00 $4,400.00 103 3291.0100 Topsoil 32 91 19 CY 100 $66.42 $6,641.80 104 3292.0100 Block Sod Placement (Quantity Range 1-1000 SY) 32 92 13 SY 1000 $1329 $13,288.00 105 9999.8026 Block Sod Placement (Quantity Range 1001-2000 SY) 32 92 13 SY 2000 $7.98 $15,950.00 106 9999.8027 Block Sod Placement (Quantity Range 2001+ SY) 32 92 13 SY 3500 $6.64 $23,254.00 107 3292.0101 Utility Service Surface Restoration Sodding 32 92 13 SY 1000 $1329 $13,288.00 108 3292.0200 Seeding, Broadcast 32 92 13 SY 1000 $5.50 $5,500.00 109 3292.0400 Seeding, Hydromulch 32 92 13 SY 1000 $13.75 $13,750.00 110 3292.0500 Seeding, Soil Retention Blanket 32 92 13 SY 1000 $16.50 $16,500.00 111 3292.0600 Mowing 32 92 13 EA 10 $825.00 $8,250.00 112 3293.0102 Plant 2" Tree 32 93 43 EA 10 $1,100.00 $11,000.00 113 3293.0103 Plant 3" Tree 32 93 43 EA 10 $1,650.00 $16,500.00 CI1Y OF FORT WORTH Small-Scale Infrastructure Prognm Unit Pnce Construc�ion STANDARD CON5IRUCTION SPEC�ICATION DOCUMENTS Contrac� for Driveways, ellleys, Sidewalks, and incidenlal Flamo�k Revised 9/30/2021 Ve[ious Ciry Pmjttt NumM1ers The following item is on the other bid form, but not this one. 9999.8019 6" Conc Pvmt for Alley's with #4 Rebar Adding this item, would bring this bid form's total to: $9,760,334.35 (116A) -#4-9 9999.8019 6" Conc Pvmt for Alley's with #4 Rebar 32 13 13 SY 1000 $165.00 $165,000.00 PROPOSALFORM 9/25/25 UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Description Specification Unit of B�d Unit Price 8id Value Item No. Section No. Measure Quantity 114 3293.0104 Plant 4" Tree 32 93 43 EA 10 $2,200.00 $22,000.00 115 3293.0105 Plant 5" Tree 32 93 43 EA 10 $2,750.00 $27,500.00 116 3293.0106 Plant 6" Tree 32 93 43 EA 10 $3,300.00 $33,000.00 116A "See Above" Unit 32 - Exterior Improvements Subtotal $6,478,456.53 Unit 33 - Utilities General Utility Items 117 3305.01051nIetAdjustment 330514 EA 20 $1,100.00 $22,000.00 118 3305.0106 Manhole Adjustment, Major 33 O5 14 EA 20 $2,750.00 $55,000.00 119 3305.0107 Manhole Adjustment, Minor 33 O5 14 EA 20 $1,100.00 $22,000.00 120 3341.0103 18" RCP, Class III 33 41 10 LF 100 $330.00 $33,000.00 121 3341.0201 21" RCP, Class III 33 41 10 LF 100 $385.00 $38,500.00 122 3341.0202 21" RCP, Class IV 33 41 10 LF 100 $423.50 $42,350.00 123 3341.0203 21" RCP, Class V 33 41 10 LF 100 $462.00 $46,200.00 124 3349.4103 18" SET, 1 pipe 33 49 40 EA 20 $1,375.00 $27,500.00 125 3349.410421"SET, 1 pipe 334940 EA 20 $1,604.17 $32,083.33 126 9999.8028 18" PP Pipe, 1 Pipe 3341 13 LF 100 $297.00 $29,700.00 127 9999.8029 18" PP Pipe, 1 Pipe 33 41 13 LF 100 $346.50 $34,650.00 128 9999.8030 Exploratory Excavation of Existing Utilities (0' - 5' )(Quantity Range 1- 33 OS 30 EA $16,500.00 50 EA 50 $330.00 129 9999.8031 Exploratory Excavation of Existing Utilities (5' - 10' )(Quantity Range 1 33 OS 30 EA $24,750.00 50 EA 50 $495.00 130 9999.8032 Exploratory Excavation of Existing Utilities(10' - 20')(Quantity Range 1 33 OS 30 EA $37,125.00 50 EA 50 $742.50 131 9999.8033 Exploratory Excavation of Existing Utilities (0' - 5' )(Quantity Range 33 OS 30 EA $33,000.00 51+ Ep, 100 $330.00 132 9999.8034 Exploratory Excavation of Existing Utilities (5' - 10' )(Quantity Range 33 OS 30 EA $49,500.00 51+ EA 100 $495.00 133 9999.8035 Exploratory Excavation of Existing Utilities(10' - 20')(Quantity Range 33 OS 30 EA $74,250.00 51+ EA 100 $742.50 Unit 33 - Utilities General Utili Items Subtota $618,108.33 Unit 34 - Transportation 134 3471.0001 Traffic Control Devices 34 71 13 MO 10 $3,300.00 $33,000.00 135 3471.0002 Portable Messa e Si n 34 71 13 WK 10 $660.00 $6,600.00 136 3471.0003 Traffic Control Details 34 71 13 EA 100 $82.50 $8,250.00 137 3471.0010 Traffic Control for Cit Streets / Residential Streets Closure 34 71 13 DA 10 $825.00 $8,250.00 138 3471.0020 Traffic Control for Single Lane or Shoulder Closure, 34 71 13 DA 10 $1,375.00 $13,750.00 Weekday, per Mile 139 3471.0021 Traffic Control for Single Lane or Shoulder Closure, 34 71 13 DA 10 $2,062.50 $20,625.00 Ni ht/Weekend, per Mile Unit 34 - Transportation Subtotal $90,475.00 Bid Summary Unit 01 - General Requirements Subtotal $278,750.00 Unit 02 - Existing Conditions Subtotal $352,189.86 Unit 31 - Earthwork Subtotal $1,942,354.63 Unit 32 - Exterior Improvements Subtotal $6,478,456.53 Unit 33 - Utilities General Utilit Items Subtotal $678,108.33 Unit 34 - Transportation Subtotal $90,475.00 Total Bid $9,760,334.35 END OF SECTION � ' CITY OF FORT WORTH STANDARD CON5IRUCTION SPEC�ICATION DOCUMENTS Revised 9/30/2021 00 42 43 BID PROPOSAL Page 3 of 3 Small-Scale Infraswcture Prognm Unit Pnce Construction Contrac� for Driveways, ellleys, Sidewalks, and incidenlal Flamo�k Ve[ious Ci�y Pmjtt� NumM1ers Responses Success: All data is valid! � Unit 01 - General Requirements Success: All values provided #1-1 9999.8001 Street Use Permit 25 success: nll values provitled #�-2 999�8002 Work Order Mobilization (Enter in Bid �00 Amount of $500.00) Success: All values provided #1-3 9999'$003 Remobilization (Enter in Bid Amount of �oo $500.00) Success: All values provided #1-4 0171.0102 As-Built Survey 100 Success: All values provided #1-5 0171.0101 Construction Staking 100 L �.. Unit 02 - Existing Conditions Success: All values provided #2-1 0247.0100 Remove Sidewalk (Quantity Range 1- � 00 100 SF) Success: All values proviaed #�2 9999'$004 Remove Sidewalk (Quantity Range 101• 500 500 SF) Success: All values pravided #2-3 999�8005 Remove Sidewalk (Quantity Range �000 501+ SF) Success: All values pravided #24 0241.0300 Remove ADA Ramp 25 Suc¢ess: All values provitled #�s 0241.0301 Remove Detectable Warning Surface zs success: nll values proviaed #�s 0241.0401 Remove Concrete Drive (Quantity �oo Range 1-700 SF) Success: All values provided #2-7 999�8006 Remove Concrete Drive (Quantity 500 Range101-500 SF) success: nll values provitled #�a 999�8007 Remove Concrete Drive (Quantity �000 Range 501+ SF) Suc¢ess: All values provitled #�9 0241.0402 Remove Asphalt Drive 500 Suc¢ess: All values provitled #2-�0 0241.0403 Remove Brick Drive (Quantity Range 1- �oo 700 SF) Success: All values provided #2-11 999�8008 Remove Brick Drive (Quantity Range 500 101-500 SF) Success: All values proviaed #��2 999�8009 Remove Brick Drive (Quantity Range �000 507+ SF) Success: All values pravided #2-13 0241.0500 Remove FeLFj (Quantity Range 1-50 50 success: nll values provitled #��a 9999'8010 Remove FenLFjQuantity Range 51-100 �oo Success: All values provided #2-15 999�8011 Remove Fe LF; (Quantity Range 101+ 500 EA 01 55 26 $ 550.00 $ 13,750.00 EA 01 70 00 $ 500.00 $ 50,000.00 EA 01 70 00 $ 500.00 $ 50,000.00 LS 01 71 23 $ 825.00 $ 82,500.00 LS 01 71 23 $ 825.00 $ 82, 500.00 $ 278,750.00 SF 02 41 13 $ 7.15 $ 715.00 SF 02 41 13 $ 5.38 $ 2,689.50 SF 02 41 13 $ 3.61 $ 3,60&00 EA 02 41 13 $ 627.63 $ 15,690.69 EA 02 41 13 $ 196.08 $ 4,901.88 SF 02 41 13 $ 7.15 $ 715.00 SF 02 41 13 $ 5.38 $ 2,68&50 SF 02 41 13 $ 3.61 $ 3,fi08.00 SF 02 41 13 $ 3.61 $ 1,800.00 SF 02 41 13 $ 7.15 $ 715.00 SF 02 41 13 $ 5.38 $ 2,68&50 SF 02 41 13 $ 3.61 $ 3,fi08.00 LF 02 41 13 $ 21.51 $ 1,07&25 LF 0241 13 $ 17.96 $ 1,796.30 LF 02 41 13 $ 17.96 $ 8,981.50 Success: All values provided u&16 0241.0600 Remove WaILF;' (Quantity Range 1-10 10 Suc¢ess: All values provitled #�17 999�8012 Remove Wall <4' (Quantity Range 11- 30 30 LF) Success: All values provided #2-18 9999'$013 Remove Wa�IFj '(Quantity Range 31+ �00 Suc¢ess: All values provitled #2-�s 0241.0704 Remove and Replace Mailbox- �o Traditional success: nll values proviaed #�zo 0241.0705 Remove and Replace Mailbox- Brick �o Success: All values provided #2-21 0241.0800 Remove Rip Rap 500 Success: All values provitled #�zz 0241.0900 Remove Misc Conc Structure �oo success: All values provided #2-23 0241.1000 Remove Conc Pvmt 1000 Suc¢ess: All values provitled #�2a 0241.1100 Remove Asphalt Pvmt �000 Success: All values pravided #2-25 0241.1200 Remove Brick Pvmt 1000 Success: All values pravided #226 0241.1300 Remove Conc Curb & Gutter (Quantity �00 Range 1-100 LF) success: nll values provitled #�27 9999'$014 Remove Conc Curb & Gutter (Quantity soo Range 701-500 LF) Success: All values provided #228 9999'$075 Remove Conc Curb & Gutter (Quantity �000 Range 500+ LF) Success: All values provided #2-29 0241.1400 Remove ConC Valley Guttef 1000 Unit 31 - Earthwork Success: All values provided #31 3110.0101 Site dearing 100 Success: All values provided #32 3110.0102 6"-12" Tree Removal 100 Success: All values pravided #33 3110.0103 12"-18" Tree Removal 100 Suc¢ess: All values provitled #3a 3110.0104 18"-24" Tree Removal � o0 Success: All values pravided #35 3110.0105 24" and Larger Tree Removal 100 Suc¢ess: All values provitled #3s 999&8076 Tree Prunning �oo Success: All values pravided #&7 9999.8017 Tree Protection 100 success: All values provitled #3s 3123.0101 Undassified Excavation by Plan �oo Success: All values provided #39 3123.0102 Undassified Excavation by Survey 100 Success: All values provided #310 3123.0103 Borrow by Plan 100 Success: All values provided #&11 3123.0104 Bofl'oW by Survey 100 LF 02 41 13 $ 26.88 $ 268_84 LF 02 41 13 $ 26.88 $ 806.52 LF 02 41 13 $ 26.88 $ 2,68&40 EA EA SF LS SY sv SY LF LF 02 41 13 $ 550.00 $ 5,500.00 02 41 13 $ 825.00 $ 8,250.00 02 41 13 $ 7.15 $ 3,57&00 02 41 13 $ 550.00 $ 55,000.00 02 41 15 $ 48.71 $ 48,70&00 oz ai is $ ao.5s $ aa,5sa.aa 02 41 15 $ 64.35 $ 64,350.00 0241 15 $ 14.36 $ 1,435.50 02 41 15 $ 12.53 $ 6,264.50 LF 02 41 15 $ 10.76 $ 10,759.00 SY 02 41 15 $ 48.71 $ 48,70&00 E 352,189.86 LS EA EA EA EA EA EA CY CY CY CY 31 10 00 $ 825.00 $ 82,500.00 31 10 00 $ 730.54 $ 73,054.30 31 10 00 $ 1,328.25 $ 132,825.00 31 10 00 $ 1,660.32 $ 166,031.80 31 10 00 $ 2,656.50 $ 265,650.00 31 10 00 $ 550.00 $ 55,000.00 31 10 00 $ 165.00 $ 16,500.00 31 23 16 $ 66.42 $ 6,641.80 31 23 16 $ 66.42 $ 6,641.80 31 23 23 $ 69.58 $ 6,957.50 31 23 23 $ 69.58 $ 6,957.50 Suc¢ess: All values provided #��2 3123.0105 Borrow by Delivery �oo Success: All values pravided #313 3124.0101 Embankment by Plan 100 Success: All values provitled #314 3124.0102 Embankment by Survey 100 Success: All values provided #315 3137.0102 Large Stone Riprap, dry 1000 success: nll values proviaed #3�s 3137.0103 Large Stone Riprap, grouted �000 Success: All values provided #317 3137.0104 Medium Stone Riprap, dry 1000 Success: All values proviaed #3�s 3137.0105 Medium Stone Riprap, grouted �000 Success: All values provided #319 3137.0106 Medium Stone Riprap, mortared 1000 success: All values proviaed #3zo 3137.0110 Special Riprap l000 Unit 32 - Exterior Improvement Items Success: All values provided qq.� 3201.0177 4' Wide Asphalt Pvmt Repair, 100 Residential Suc¢ess: All values provitled #q.y 3201.0112 5' Wide Asphalt Pvmt Repair, �oo Residential Success: All values provided py3 3207.0773 6' Wide Asphalt Pvmt Repair, 100 Residential Success: All values pravided ua4 3201.0400 Temporary Asphalt Paving Repair 100 success: nll values provitled #4-5 3207.0614 Conc Pvmt Repair, Residential t0oo Success: All values provided #46 3211.0111 4" Flexible Base, Type A, GR-1 1000 Success: All values provided #47 3213.0101 6" Conc Pvmt 1000 Success: All values pravided #4-8 3213.0201 6" Conc Pvmt HES 1000 Success: All values provided #4-9 9999.8019 6" Conc Pvmt for Alley's with #4 Rebar 1000 suc¢ess: nll values proviaed qq.i p 3213.0301 4" Conc Sidewalk (Quantity Range 1- Zsoo 2500 SF) Success: All values pravided qq.� � 999�8020 4" Conc Sidewalk (Quantity Range 5000 250a5000 SF) Success: All values provided qy�Z 9999.8021 4" Conc Sidewalk (Quantity Range 7500 5001+ SF) Success: All values provided qq.�3 3273.0303 6" Conc Sidewalk (Quantity Range 1- 2500 2500 SF) Success: All values provitled qyiq 9999.8022 6" Conc Sidewalk (Quantity Range 5000 250o-5000 SF) Success: All values provided qq.� 5 9999'$023 6" Conc Sidewalk (Quantity Range 7500 5001+ SF) CY CY CY SY SY SY SY SY SY LF LF LF LF SY SY SY SY SY Eyy F9y SF SF SF SF 31 23 23 $ 69.58 $ 6,957.50 31 24 00 $ 69.58 $ 6,957.50 31 24 00 $ 69.58 $ 6,957.50 31 37 00 $ 14&66 $ 146,663.00 31 37 00 $ 183.33 $ 183,328.75 31 37 00 $ 14&66 $ 146,663.00 31 37 00 $ 183.33 $ 183,328.75 31 37 00 $ 210.83 $ 210,828.06 31 37 00 $ 231.91 $ 231,910.87 $ 7,942,350.63 32 01 17 $ 59.04 $ 5,903.70 32 01 17 $ 73.80 $ 7,379.63 32 01 17 $ 88.56 $ 8,855.55 32 01 18 $ 59.04 $ 5,903.70 32 01 29 $ 247.50 $ 247, 500.00 32 11 23 $ 62.86 $ 62,857.14 32 13 13 $ 165.00 $ 165,000.00 32 13 13 $ 22275 $ 222,750.00 32 13 13 $ 165.00 $ 165,000.00 32 13 20 $ 15.82 $ 39,545.00 32 13 20 $ 10.55 $ 72,765.00 32 13 20 $ 1265 $ 94,875.00 32 13 20 $ 19.77 $ 49,417.50 321320 $1&19 $90,930.95 32 13 20 $ 15.81 $ 118,560.76 Success: All values provided #q.�6 3273.0377 4" Conc Sidewalk, Adjacent to Curb p500 (Quantity Range 1-2500 SF) Suc¢ess: All values provitled qq.�7 9999.8024 4" Conc Sidewalk, Adjacent to Curb s000 (Quantity Range 250o-5000 SF) Success: All values provided #q.�g 999�8025 4" Conc Sidewalk, Adjacent to Curb 7500 (Quantity Range 5001+ SF) Success: All values pravided #4-19 3213.0313 6" Conc Sidewalk, Adjacent to Curb 500 success: All values provitled n4-2o 3273.0327 Conc Sidewalk, Adjacent to Ret Wall soo Success: All values provided #4-21 3213.0322 Conc Curb at Back of Sidewalk 100 Success: All values pravided #4-22 3213.0351 4" Conc Sidewalk, Exposed Aggregate 500 Success: All values proviaed #4-z3 3213.0353 6" Conc Sidewalk, Exposed Aggregate soo success: All values provitled #4-24 3273.0407 6" Concrete Driveway 500 Success: All values provided #4-25 3213.0403 8" Concrete Driveway 500 Success: All values pravided pyp6 3213.0451 6" Concrete Driveway, Exposed 500 Aggregate Success: All values proviaed qyZ� 3213.0453 8" Concrete Driveway, Exposed 500 Aggregate success: nll values provitled #4-za 3213.0501 Barrier Free Ramp, Type R-1 �oo Success: All values provided #4-29 3213.0502 Baffief Ffee Ramp, Type U-1 100 success: nll values proviaed #4-30 3213.0503 Barrier Free Ramp, Type M-1 100 Success: All values provided #4-31 3213.0504 Barrier Free Ramp, Type M-2 100 Success: All values proviaed #4-32 3273.0505 Barrier Free Ramp, Type M-3 100 Success: All values provided #4-33 3213.0506 Barrier Free Ramp, Type R1 100 Success: nll values provitled #4-34 3273.0507 Barrier Free Ramp, Type R2 �oo Success: All values pravided #435 3213.0508 Barrier F�ee Ramp, Type G1 100 success: nll values provitled #4-3s 3213.0509 Barrier Free Ramp, Type G2 �oo Success: All values provided #4-37 3213.0510 Barrier Free Ramp, Type C-3 100 Success: All values provided #438 3213.0700 Joint Sealant 100 Success: All values pravided #4-39 3214.0100 Brick Pvmt 100C Suc¢ess: All values provitled #4-ao 3214.0200 Brick Pvmt Repair � oo[ Success: All values pravided #4-41 3214.0400 Brick Pvmt (City Supplied) 100C Success: All values provitled #442 3270.0500 Brick Pvmt Repair (City Supplied) 100[ Success: All values provided #4-43 32160101 6" Conc Curb and Gutter 100 SF 32 13 20 $ 21.19 $ 52,965.00 SF 32 13 20 $ 15.11 $ 75,570.00 SF 32 13 20 $ 15.11 $ 113,355.00 SF 32 13 20 $ 16.21 $ 8,107.00 SF 32 13 20 $ 15.11 $ 7,557.00 LF 32 13 20 $ 33.33 $ 3,333.00 SF 321320 $23.73 $11,863.50 SF 32 13 20 $ 29.65 $ 14,825.25 SF 32 13 20 $ 17.33 $ 8,66250 SF 32 13 20 $ 23.10 $ 11,550.00 SF 32 13 20 $ 25.99 $ 12,993.75 SF EA EA EA EA EA EA EA EA EA EA LF SY SY SY SY LF 32 13 20 $ 34.65 $ 17, 325.00 32 13 20 $ 3,028.41 $ 302,841.00 32 13 20 $ 3,028.41 $ 302,841.00 32 13 20 $ 3,028.41 $ 302,841.00 32 13 20 $ 3,028.41 $ 302,841.00 32 13 20 $ 3,028.41 $ 302,841.00 32 13 20 $ 3,028.41 $ 302,841.00 32 13 20 $ 3,028.41 $ 302,841.00 32 13 20 $ 3,028.41 $ 302,841.00 32 13 20 $ 3,028.41 $ 302,841.00 32 13 20 $ 3,028.41 $ 302,841.00 32 13 73 $ 16.50 $ 1,650.00 32 14 16 $ 297.00 $ 297,000.00 321416 $361.35 $361,350.00 32 14 16 $ 222.75 $ 222,750.00 32 14 16 $ 287.10 $ 287,100.00 32 16 13 $ 39.85 $ 3,985.30 Suc¢ess: All values provided u4-44 321 &0102 7" Conc Curb and Gutter � o0 Success: All values pravided #4-45 9999.8026 Conc Laydown Curb 100 success: nll values provitled #4-as 321&0301 9" Conc Valley Gutter, Residential �000 Suc¢ess: All values provitled #4-a7 321G0302 11" Conc Valley Gutter, �000 ArterialAndustrial Suc¢ess: All values provitled #4-as 3277.0507 24" SLD Pvmt Marking HAE (W) �00 Success: All values proviaed qyqg 3217.0502 Preformed Thermoplastic Contrast �00 Markings - 24" Crosswalk Success: All values provitled #450 3291.0100 Topsoil 100 Suc¢ess: All values provitled qq.s� 32920100 Block Sod Placement (Quantity Range �000 1-1000 SY) Success: All values provided #452 9999'$027 Block Sod Placement (Quantity Range 2000 1001-2000 SY) Suc¢ess: All values provitled #4-53 9999.8028 Block Sod Placement (Quantity Range 3500 2001+ SY) Success: All values pravided #454 32920101 Uti�ity ServiCe SurfaCe RestOration �000 Sodding Success: All values pravided #4-55 32920200 Seeding, Broadcast 1000 Suc¢ess: All values provitled #4-56 32920400 Seeding, Hydromulch 1000 Success: All values pravided #4-57 32920500 Seeding, Soil Retention Blanket 1000 Suc¢ess: All values provitled #4-58 32920600 Mowing 10 Success: All values provided #4-59 3293.0102 P�ant 2" Tree 10 Success: All values provided #460 32930103 Want 3" Tree 10 Success: All values pravided #4-61 3293.0104 P�ant 4" Tree 10 Suc¢ess: All values provitled #4-s2 32930105 Plant 5" Tree � o Success: All values pravided #4-63 3293.0106 P�ant 6" Tree 10 Unit 33 - Utilities _ General Utility Items Success: All values provided #S1 3305.01051rdet Adjustment Success: All values provitled #S2 3305.0106 Manhde Adjustment, Major Success: All values pravided #S3 3305.0107 Manhde Adjustment, Minor Success: All values provided #S4 3341.0103 78" RCP, dass III Success: All values provided #SS 3341.0201 21" RCP, dass III Suc¢ess: All values provided #S6 3341.0202 21" RCP, Gass IV 20 20 20 100 100 100 LF LF SY SY $ 39.85 $ 3,985.30 $ 44.13 $ 4,413.20 $ 152.75 $ 152,748.00 $ 186.69 $ 186,fi92.00 LF 32 17 23 $ 22.00 $ 2200.00 32 17 23 $ 44.00 $ 4,400.00 32 91 19 $ 66.42 $ 6,641.80 32 92 13 $ 13.29 $ 1328&00 LF CY SY SY SY 32 16 13 32 16 13 32 16 13 32 16 13 32 92 13 $ 7.98 $ 15,950.00 32 92 13 $ fi.64 $ 23,254.00 SY 32 92 13 $ 13.29 $ 13,28&00 SY 32 92 13 $ 5.50 $ 5, 500.00 SY 32 92 13 $ 13.75 $ 13,750.00 SY 32 92 13 $ 16.50 $ 16,500.00 EA 32 92 13 $ 825.00 $ 8,250.00 EA 329343 $1,100.00 $11,000.00 EA 329343 $1,650.00 $ifi,500.00 EA 32 93 43 $ 2,200.00 $ 22,000.00 EA 32 93 43 $ 2,750.00 $ 27,500.00 EA 32 93 43 $ 3,300.00 $ 33,000.00 $ 6,478,45G53 EA EA EA LF LF LF 33 05 14 $ 1,100.00 $ 22,000.00 33 05 14 $ 2,750.00 $ 55,000.00 33 05 14 $ 1,100.00 $ 22,000.00 33 41 10 $ 330.00 $ 33,000.00 33 41 10 $ 385.00 $ 39, 500.00 33 41 10 $ 423.50 $ 42, 350.00 Suc¢ess: All values provided #s7 3341.0203 21" RCP, Class V Success: All values pravided #SS 3349.4103 18" SET, 1 pipe Success: All values provitled #S9 334&4104 21" SET, 1 pipe Success: All values provided #S10 9999.8029 18" PP Pipe, 1 Pipe Success: All values provided #S11 999&8030 18" PP Pipe, 1 Pipe success: nn values proviaed #siz 999�8031 Exploretory Excavation of Existing Utilities (0' - 5' )(Quantity Range 1-50 EA) Success: All values provided #S13 999�8032 Exploratory Excavation of Existing Utilities (5' - 10' �(Quantity Range 1-50 EA) Suc¢ess: All values provitled #S1a 999�8033 Exploratory Excavation of Existing Utilities�l0' - 20')(Quantity Range 1-50 EA) Success: All values provided #S15 999�8034 Exploratory Excavation of Existing Utilities (0' - 5' )(Quantity Range 51+ EA) Suc¢ess: All values provitled #S16 9999.8035 Exploratory Excavation of Existing Utilities (5' - 10' �(Quantity Range 51+ EA) Success: All values pravided #S17 999�8036 Exploratory Excavation of Existing Utilities�10' - 20')(Quantity Range 51+ EA) Unit 34 - Transportation Suc¢ess: All values provitled #61 3477.0007 Traffic Contrd Devices Success: All values pravided #62 3471.0002 Portable Message Sign Suc¢ess: All values provitled #e 3 3471.0003 Traffic Contrd Details Success: All values proviaed q�q 3471.0010 Treffic Control for City Streets / Residential Streets dosure Success: All values pravided q�5 3471.0020 Traffic Contrd for Single Lane or Shoiider dosure, Weekday, per Mile success: nll values proviaed q�g 3471.0021 Traffic Contrd for Single Lane or Shoulder dosure, NighUWeekend, per Mile Grand Total 100 20 20 100 100 50 50 50 100 LF EA EA LF LF EA EA EA EA 100 EA 100 EA 10 10 100 10 MO WK EA DA 10 DA 10 DA 33 41 10 $ 462.00 $ 46,200.00 33 49 40 $ 1,375.00 $ 27,500.00 33 49 40 $ 1,604.17 $ 32,083.33 33 41 13 $ 297.00 $ 29,700.00 33 41 13 $ 346.50 $ 34,650.00 33 05 30 $ 330.00 $ 16,500.00 33 05 30 $ 495.00 $ 24,750.00 33 05 30 $ 74250 $ 37,125.00 33 05 30 $ 330.00 $ 33,000.00 33 05 30 $ 495.00 $ 49,500.00 33 05 30 $ 742.50 $ 74,250.00 $ 678,70&33 34 71 13 $ 3,300.00 $ 33,000.00 34 71 13 $ 660.00 $ 6,600.00 34 71 13 $ 82.50 $ 8,250.00 34 71 13 $ 825.00 $ 8,250.00 34 71 13 $ 1,375.00 $ 13,750.00 34 71 13 $ 2,062.50 $ 20,625.00 $ 90,47500 $ 9,760,330.35 00 43 37 VENfJOfi G�JMPLIANCE Ta 3fA I C lAlh� Pa9e 1 of 7 s�c�aory oo �3 �� VEN!]UF� CUMpLIANL� 'fU 5`IA'fE L/1W NUN F2�.51UENT BIDUE�i �exas �a�ernm�nt Code Chapter ��5� was adc�pted for 1he awarti af cantracts ta nonresident iaiddars. This law provid�s that, ir� ❑rder to be awar�ed a contract as low bldder, nonr�sident bidders (out-of-state �ontractors wh�se corpQrate 4ffir.es or prin�:ipai place af business are ❑u#side (he Stake ofi Tex�s} bid prajects for �;onslr'uction, irnprovernants, :;upplies or 5ervices ir� T�xvs �t an amount lower than the low[;st Toxas resident bidder by the same amount tf�at a Texas resident bidder wauld be required ta underbid a nonresident bidder in order to obtain a cdmpatable contract in th� State whith the rronresident's �tirttipal plac� of business �s i��ated, The appropriate blanks in Sectiqn A must be filled out by all no�irPsident bidders in order for your bid ta meet Sfleuiiic;aliuii3.'ffit� (diiurr uf ric�iii�sicJ�iil k�i�I�J�fti LV c,iu �V wlll stUlulll's�ll�allly tl��yu's,iG�y lll�l �,l'1�.11J+j1. F��3i�ieiil bidders must check the box iii Section B. A, Nonresident bldders in the State of , our principal p1a�e of busihess, ara r�c�uirad tn hp perr..�nt Inw�r fhan ras�idant h'sddRr� hy �t:�fa I aw A cc,py nf th� ststtute i� atta���d. N+�nre5i�i+�rr� tlidrfer� in tfis St�at� of Minnesak� , vur prir�aiFaal �I�c� of busin�ss, ar� not rcquirad to undcrbid residcnt biddcrs. S. Th� �rir�c+p�l �laUe af �usiness c�f our cvrr�R�ny ar t�ur �arent comparry Qr mt��ority trwner_ is iti th� Stat� af 'fexas. f-1 �}I�17�:� Ti-Z�clt Concrete, �LG By: J�rerny Gibb3 � , ,, ; �� f-- � 'igna ur�) Yit� �ice ?r��icl�nt Datc z�vu or s�crror� 7I3412D2� CITY C7F F17F7T WbRTl1 ?oRq �3mn11-F:G�ta. Infrna�rur.pire STAIVDARD CONSTRUGTI�N SPCCIFICATION DOGUMENTE Ullll PIIl;B GUIIFSIIULUUII GUII[IJUI 1�{vvisud iilJl}1�021 Varivus Ciiy Nrojad Mum6en OQ 45 12 Pi2GQUAL.IFiCaTiOAI STATE'MF_N7 Page t of 1 SECTION 00 45'i2 PR�Ql1ALlfICATIQ�I STATEMENT Each Bidder for a City procurement is required to compfete tt�e infarmation I�e1ow by identifying the prequalfTied cantractors andlor subcontractors wham they intend to utilize for the rnajar work type{s) listed. iftie undersignsd hareby certifies that lhe cantractors and�nr sA�l�r.nnkractors d�scrfhed ih the table aboVe �te currenkly �ieyudlifiecl far the wvrk types lis#ed. BIDl�ER: T V-Zack Cot�rreta, I 1 f: 39352 221 st Ave Le Gr�� iler, MN �fl�7 Bv ,� �Si'1lY �Iksw:;, l `� �" Si r�etur � t _� TICI�: Vice�President Date' C{ rY OF f-OR i VUCIR.T1 V S7ANE]ARD CDNSTRiJCTIS7M SPfiCIfICATION DOCUMENT� Revised 691�0l2a21 END OF 5ECTIUN 7r�oi�.o�� 2Q24 5mal!•Scale LI4Ming UniS Pnce Consi�uction Canlracl Vana�s Clty PraJecl Numbers 003513 Q�I�I�LIC7 af lMT�REST STATEAALNT f�aga 1 of 9 SECTiON 00 35 13 COhJFLICT OF INTERCST STATCMENT �ach bidder, offerar ar respondent tv a City vfi Fort Warth procurement is required to complctc a Ganflict of lnterest C:qucsticrnnairc� or ccrtify that one is current and on fil� with ii�c City 5ccrctary's Offic� purs�an# to state faw. lf a memk�er af khe Fort Wo�th City Counci4, any o�e or more af the City Manager ar Assistant City Managers, or an agant �f the City wha ex�rcise dsscretton in #he planning, r��ommc�n�ling, selecting c�r cantr�eting wit�r a bidder, o#ferar or respand�nt is affiliatad with your company, th�n a Local �avernment Officer �onflicts Disclosure Statement (�IS) may be required. Yau ara urg�d tcs cor7sult witfa �csunsel rec��re�ir�g the a�p{ica�iGty c�f ii�ese forms and LUcal Governrnent C�c�e Chapfer 176 io your �arnpany, The r�f�ren�ed farms may !ae dawnl�ad�d fram the 4inks pravid�d h�lnw. Fu�ii� GIGI (�uc�fli4l uf I�ilc;«:�t Ciucsliuri+i�irG�sL�k�.ix,ut;� tittt�s:llwww,ethics.state.fx. us/data/forms/conflictl�IS.pdf 1J� � Q � r� r� � BI�DER� �Ic� F�rm ���� r��t a���Y Glt� Form i� o� file w�th G'it�r �ecret�ry Lli� Forrri i� k�eiriy pr�v�c��c� icr tfie� C�ily Secreiary C15 Form does n�t apply C�l� Fnrm i� nn File with c�ity Sar_.ra#ary �{S �orm is k+eing Qravide�t ta tt�� City Secretary Ti Zack Gancrct�. LLC 3�35� 221 st Av€� Ls CAnt�r, MN ���57 L�iL■I•]�i���it■]►! Qy. Jeremy Gibl�s Si�rlc�kurc: # Titl�: 'r�,_� Vi�� rasidont crrr �F rc�Hr waHTH STANDARl7 CC]hISTRl1C:TIC7N �PFCIFIC:A71C]tJ �c7CL1MFN7� Revised Fat3rud�1'y 2A, 1U2V 00 45 11- 1 BIDDERS PREQUALIFICATIONS Page 1 of3 1 SECTION 00 45 11 2 BIDDERS PREQUALIFICATIONS 4 1. Summary. A Bidder or their designated subcontractors are required to be prequalified or 5 have applied for prequalification by the City for the wark types requiring prequalification 6 prior to submitting bids. To be considered for award of contract the Bidder must submit 7 Section 00 45 12, PREQUALIFICATION STATEMENT for the wark type(s) listed with 8 their Bid. Any contractor or subcontractor who is not prequalified for the work type(s) listed 9 must submit Section 00 45 13, PREQUALIFICATION APPLICATION in accordance with 10 the requirements below. The information must be submitted seven (7) days prior to the 11 date of the opening of bids. Subcontractors must follow the same timelines as contractors 12 for obtaining prequalification review. Bidders or Subcontractors who are not prequali�ed at 13 the time bids are opened and reviewed may cause the bid to be rejected. 14 15 16 The prequalification process will establish a bid limit based on a technical evaluation and 17 financial analysis of the contractor. For example, a contractor wishing to submit bids on 18 projects to be opened on the 7th of April must file the information by the 31 st day of March 19 in order to eligible to work on these projects. In order to facilitate the approval of a Bidder's 20 Prequalification Application, the following must accompany the submission. 21 a. A complete set of audited or reviewed iinancial statements. 22 (1) Classified Balance Sheet 23 (2) Income Statement 24 (3) Statement of Cash Flows 25 (4) Statement of Retained Earnings 26 (5) Notes to the Financial Statements, if any 27 b. A certiiied copy of the firm's organizational documents (Corporate Charter, Articles 28 of Incorporation, Articles of Organization, Certificate of Formation, LLC 29 Regulations, and Certificate of Limited Partnership Agreement). 30 c. A completed Bidder Prequalification Application. 31 (1) The iu-m's Texas Taxpayer ldentification Number as issued by the Texas 32 Comptroller of Public Accounts. To obtain a Texas Taxpayer ldentification 33 number visit the Texas Comptroller of Public Accounts online at the 34 following web address www.window.state.�.us/taxpermit/ and iill out the 35 application to apply for your Texas tax ID. 36 (2) The firm's �mail address and fax number. 37 (3) The iu-m's DUNS number as issued by Dun & Bradstreet. This number 38 is used by the City for required reporting on Federal Aid projects. The DUNS 39 number may be obtained at www.dnb.com. 40 d. Resumes reflecting the construction experience of the principles of the firm for firms 41 submitting their initial prequalification. These resumes should include the size and 42 scope of the work performed. 43 e. Other information as requested by the City. 44 45 2. Prequalification Requirements 46 a. Financial Statements. Financial statement submission must be provided in 47 accordance with the following: 48 (1) The City requires that the original Financial Statement or a certified copy 49 be submitted for consideration. CITY OF FORT WORTH Small-Scale Infrastructure Program Unit Price Construction STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Contract for Driveways, Alleys, Sidewalks, and Incidental Flatwork Revised August 13, 2021 Various City Project Numbers 00 45 11- 2 BIDDERS PREQUALIFICATIONS Page2 of3 1 (2) To be satisfactory, the �nancial statements must be audited or reviewed 2 by an independent, certified public accounting firm registered and in 3 good standing in any state. Current Texas statues also require that 4 accounting firms performing audits or reviews on business entities within 5 the State of Texas be properly licensed or registered with the Texas State 6 Board of Public Accountancy. 7 (3) The accounting %rm should state in the audit report or review whether 8 the contractor is an individual, corporation, or limited liability company. 9 (4) Financial Statements must be presented in U.S. dollars at the current rate 10 of exchange of the Balance Sheet date. ll (5) The City will not recognize any certified public accountant as 12 independent who is not, in fact, independent. 13 (6) The accountant's opinion on the �nancial statements of the contracting 14 company should state that the audit or review has been conducted in 15 accordance with auditing standards generally accepted in the United 16 States of America. This must be stated in the accounting frm's opinion. 17 It should: (1) express an unqualified opinion, or (2) express a qualified 18 opinion on the statements taken as a whole. 19 (7) The City reserves the right to require a new statement at any time. 20 (8) The financial statement must be prepared as of the last day of any month, 21 not mare than one year old and must be on iile with the City 16 months 22 thereafter, in accordance with Paragraph 1. 23 (9) The City will determine a contractor's bidding capacity for the purposes 24 of awarding contracts. Bidding capacity is determined by multiplying the 25 positive net working capital (working capital= current assets — current 26 liabilities) by a factor of 10. Only those statements reflecting a positive 27 net working capital position will be considered satisfactory for 28 prequalification purposes. 29 (10) In the case that a bidding date falls within the time a new financial 30 statement is being prepared, the previous statement shall be updated with 31 proper verification. 32 b. Bidder Prequal�cation Application. A Bidder Prequalification Application must be 33 submitted along with audited or reviewed financial statements by firms wishing to be 34 eligible to bid on all classes of construction and maintenance projects. Incomplete 35 Applications will be rejected. 36 (1) In those schedules where there is nothing to report, the notation of 37 38 39 40 41 42 43 44 45 "None" or "N/A" should be inserted. (2) A minimum of five (5) references of related work must be provided. (3) Submission of an equipment schedule which indicates equipment under the control of the Contractor and which is related to the type of work for which the Contactor is seeking prequalification. The schedule must include the manufacturer, model and general common description of each piece of equipment. Abbreviations or means of describing equipment other than provided above will not be accepted. 46 3. Eligibility for Award of Contract 47 a. The City shall be the sole judge as to a contractor's prequalification. 48 b. The City may reject, suspend, or modify any prequalification for failure by the 49 contractor to demonstrate acceptable financial ability or performance. 50 c. The City will issue a letter as to the status of the prequalification approval. CITY OF FORT WORTH Small-Scale Infrastructure Program Unit Price Construction STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Contract for Driveways, Alleys, Sidewalks, and Incidental Flatwork Revised August 13, 2021 Various City Project Numbers 004511-3 BIDDERS PREQUALIFICATIONS Page3 of3 2 4 d. If a contractor has a valid prequalification letter, the contractor will be eligible to perform the prequalified work types until the expiration date stated in the letter. 8 END OF SECTION CITY OF FORT WORTH Small-Scale Infrastructure Program Unit Price Construction STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Contract for Driveways, Alleys, Sidewalks, and Incidental Flatwork Revised August 13, 2021 Various City Project Numbers oa �s zb - i CQN7'RACTC)RCOiviPLIIINCE Wi`f[l WORKL-'R'S CaMP&hlSA'ff[lN LAW l�age 1 af I ? 3 � 5 G 7 8 9 lU 11 12 13 l4 l5 lb 17 1$ 19 24 21 2Z 23 2�4 25 �G �� 7H ?9 3U '� 1 a� 33 3q 35 36 �i 3S � 4n SECTI.[?N UO 45 2G CQNTItA�''1'C)K C'.�7MPLI��NCE WTTH WC)RICER'S C4MPENS�ITI�N LAW ['tGs•suatzl to Tc�us Lubor �ode Sea�ion �10�.{396�a), as anzended, C'nntrncior certiCes th.�1 if prc�v ides w��r�.er's carnpe�isation instiu•�nce_ covera�� C�r al! af its eitiplt�yees e�nplr�yed ori C'iiy Prc�ject Na. 1i1512�. Cr�ntractt��• f�c�-i1�c�� cirlities ihat, p�srs��artt to ?exas Labo�� Cor1e, SCCt1G11 4pb.p9G(��}, :1S tilt}P.11CIBf�, it will �rnv's�le tt� C;ity its sc�bcnntractor's cer�iifiLates of camplia�ice 4vith worket's compensati�ri cuverage. C�IVTHACT�R: Ti ��ak Concrate, LLC �3y; Jaremy Gibbs �om}�ar�y (Please f'r� �} —sr �_ 39352 2� 1 st A�e Sigiiat.�n��:: Address Le Ceriter, MN 5605i CitylStatcl7i}� `i'I IL STATi� nF ���-�4� Minnesota E� �4LlNTY ��}F �=r���r°t�`fLe Sueu' § l�iile: ��ce-�resident (Pleas� Print} BEFOi�� ML, llie i�rtd��•si��ieil aulhority, oi� tliis day per���nalt}� appeared Jerem (�i�tibs , Isn�4vi� tt7 lrie f.c� bc ih4 ��trs�fii ��vl�ase name is subscribcd [r� il�c fo�^c�,oin�, insh•►�:nr�t}t, .��1d �clt��uwle�.�b�d tc� tt�e t4Sai helshe exet.��ked lh�. sgit�e a� the act acid deeci ��l Tf-Zack Gr�ncr�t�, LL.G for the pu�•p�i�cs a�rcl �:unsider�tinn th�;-cin �;x��res��c3 r�nd in t'hc ca�nrity thare�in statatl. utv��v � itvi�r:tt MY I-i�1Nl:� AND 51,ni, ��� orr-icx� s�,�� acatr, a�►y �,t tl��ly , 1[}24., {y:;;=.�;i.:.0 SUSAI3 LVN�J SIM4NETTE Natary Pllblic `` ''�- �.�� hil„nesata ,•.y-�%J�� ; My Cammiss�an txp�res '` ;,; =.'� Jan 31 , iUz7 �����.- ���1�.G r�`+ N�lar}' i�uL�Lir if� ,�iul !'nt� ili� ��are n!"�=�.�� Minnesota �ND OF SECTIC}N L'i'l'1't}1' i'OItT Wt)fti1l MC}RN[i�IG�'I'��— WrSTta[lTNT1d"fiANITARY SLWER 57Ai�ibAEtI] t;UI�i7'�"itUL i'1dN S!'�Cli'3CATSflN I�C]L'UMCN'1'S c'f'r� Ukn.fla�'I' Nc�.: IU; l24 rtevlsed �pril 2, 2614 005243-1 Agreement Page 1 of 12 SECTION 00 52 43 AGREEMENT THIS NON-EXCLUSIVE UNIT PRICE TASK ORDER CONSTRUCTION CONTRACT ("Agreement") is made and entered into by and between the City of Fort Worth ("City"), a home-rule municipal corporation of the State of Texas, acting by and through its duly authorized representative, and Ti-Zack Concrete, LLC ("Contractor"), a Minnesota limited liability, acting by and through its duly authorized representative. City and Contractor are referred to herein individually as a"party" and collectively as the "parties." WHEREAS, the City's Development Services Department has a Small-Scale Infrastructure program for the design and construction of small-scale and infill-type public infrastructure improvement projects ("Program"); and WHEREAS, the City issued a request far proposals to establish a list of qualiiied construction firms for the Program to assign construction projects on an as-needed basis; and WHEREAS, Contractor was selected as one of the successful bidders for the Program; and WHEREAS, City and Contractor desire to enter into this Agreement for Contractor to provide City with construction services for the Program; NOW, THEREFORE, in consideration of the covenants and agreements contained in this Agreement, City and Contractor hereby agree as follows: SECTION 1 CONTRACT DOCUMENTS The contract documents which comprise the entire agreement between the City and Contractor concerning the Work consist of the following: 1. This Non-Exclusive Unit Price Task Order Construction Contract 2. Bid Documents 3. Current Prevailing Wage Rates 4. Insurance ACCORD Forms 5. Payment Bond 6. Performance Bond 7. Maintenance Bond 8. Worker's Compensation Affidavit 9. [omitted] 10. General Conditions 11. Supplementary Conditions 12. Addenda 13. Documentation submitted by Contractor prior to Notice of Award 14. The following items, which may be delivered or issued after the Effective Date of this Agreement, and if issued, become an incorporated part of the Contract Documents: a. Task Orders b. Notices to Proceed for each Task Order Issued CITY OF FORT WORTH 2O24 Small-Scale Lighting iJnit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various City Project Numbers Revised December 8, 2023 005243-2 Agreement Page 2 of 12 c. Engineering Plans, Specifications and/or details for each Task Order Issued d. Field Orders e. Change Orders £ Letter of Final Acceptance All E�ibits attached hereto are incorporated herein and are made a part of this Agreement for all purposes. In the event of any conflict between the Exhibits and the terms and conditions of this Agreement, this Agreement shall control. SECTION 2 W ORK 2.1 Contractor shall provide City with construction services on an as-needed basis for the City's Development Services Department's Small-Scale Infrastructure Program in accordance with the terms of this Agreement ("Work") 2.2 Contractor understands and agrees that the City will award non-exclusive agreements to multiple construction firms to provide construction services for the Program. Contractor further understands and agrees that the City makes no promise or guarantee of the total amount of work that will be assigned to Contractor pursuant to this Agreement. 2.3 For each project in the Program that Contractor is assigned, the City shall issue a written task order to the Contractor establishing the Work to be performed, the construction cost to be paid to Contractor, and the necessary documents to perform the Work, including but not limited to, the engineering plans, specification, and details ("Task Order"). Contractor shall perform the Work in accordance with each Task Order issued by the City and the terms and conditions of this Agreement. The City may issue an amended Task Order or change order to address any changes in the Work to be performed after a Work Order has been issued. The Task Orders will be based off the Engineer's Estimate, plus contingency, or an Estimate that the Contractor puts together. The method of determining project cost may vary, due to small- scale nature of the program, as smaller projects may not require a full Engineering Estimate. The Contractor shall adhere to the Schedule Specification O1 32 16, perform necessary material inspections, and facilitate the overall construction process, items of which will be identified on a Task Order basis. SECTION 3 CONTRACT TIME 3.1 Time is of the Essence. All time limits far Milestones, if any, and Final Acceptance as stated in the Contract Documents are of the essence to this Agreement. 3.2 Final Acceptance. For each Task Order issued to Contractor, the Work will be complete for Final Acceptance within the number of calendar days specified in the Task Order issued to Contractor after the date when the Contract Time commences to run as provided in Paragraph 12.04 of the Standard City Conditions of the Construction Contract. SECTION 4 CONTRACT PRICE CITY OF FORT WORTH 2O24 Small-Scale Lighting Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various City Project Numbers Revised December 8, 2023 005243-3 Agreement Page 3 of 12 4.1 City shall pay Contractor for performance of the Work pursuant to the terms of this Agreement, per the pricing in E�ibit A, and the Contract Documents in the amounts identified in each Task Order issued by the City. The total amount of all Task Orders issued to Contractor and to other contractors participating in the Program collectively shall not exceed Two Million Dollars ($2,000,000.00) for the Initial Term or any Renewal Term. 4.2 Contractor shall not perform any Work for the City not specified by this Agreement unless the City issues an amended Task Order or change order for the additional services. The City shall not be liable for any additional expenses of Contractor not specified by this Agreement. 4.3 Contactor shall submit invoices to the City no more frequently that one time every 60 days for each Task Order issued to Contractor. Contractor shall submit a separate invoice to the City for each Task Order. 4.4 The City of Fort Worth has begun implementing an automated invoicing system. Engineer shall submit all invoices to the City after completing the final design. 4.5 The Contractor will send invoices electronically to the City's centralized Accounts Payable department invoice email address: su�lierinvoices(g�.fortworthtexas. o�v and CC SSIPinvoicing@fortworthtexas.gov. This email address is not monitored by the City. Engineer shall not send correspondence to this email address. The sole purpose of the supplier invoices email address is to receive and process supplier invoices. 4.6 The Contractor shall include the following on the subject line of the e-mail: Contractor name, invoice number, and PO number, separated by an underscore (ex: Example, Inc. 123456 FW013- 0000001234) 4.7 To ensure the system can successfully process each invoice in an expedient manner, Engineer shall adhere to the following requirements: • All invoices must be in either a PDF or a TIFF format. • Image quality must be at least 300 DPI (dots per inch). • Invoices must be sent as an attachment (i.e. no invoice in the body of the email). • One invoice per attachment (includes PDFs). Multiple attachments per email is acceptable but each invoice must be a separate attachment. • Engineer shall not send handwritten invoices or invoices that contain handwritten notes. • Dot matrix invoice format will not be accepted. • The invoice must contain the following information: • Supplier Name and Address; • Remit to Supplier Name and Address, if different; • Applicable City Department business unit# (i.e. FW006) • Complete City of Fort Worth PO number (i.e. the PO number must contain all preceding zeros); • Invoice number; and • Invoice date. • Invoices must be submitted after delivery of the goods or services. 4.6 To prevent invoice processing delays, Engineer shall not send invoices by mail and email. Engineer shall not send the same invoice more than once by email to supplierinvoices@fortworthtexas.gov. To check on the status of an invoice, Contractor shall contact the CITY OF FORT WORTH 2O24 Small-Scale Lighting Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various City Project Numbers Revised December 8, 2023 005243-4 Agreement Page 4 of 12 City Department ordering the goods/services or the Central Accounts Payable Department by email at: ZZ FIN AccountsPavable(a�,fortworthtexas.� and CC SSIPinvoicing@fortworthtexas.gov 4.7 If Contractor is unable to send invoices as outlined above, Contractor must send invoices to the City's centralized Accounts Payable department instead of directly to the individual City department. This will allow the City staff to digitize the invoice for faster processing. If electronic invoicing is not possible, The Contractor may send paper invoices to: City of Fort Worth Attn: FMS Central Accounts Payable / SSIP Program 200 Texas Street Fort Worth, Texas, 76102 4.8 The City's goal is to receive 100% of invoices electronically so that all supplier payments are processed efficiently. 49 If the Contractor has questions, please contact the Accounts Payable team at (817) 392- 2451 or by email to ZZ FIN AccountsPavable(g�.fortworthtexas. o�v, and CC S SIPinvoicing@fortworthtexas. gov 4.10 The Contractor will not include Federal, State, or City sales tax in Contractor's invoices. City will furnish a tax exemption certifcate upon Engineer's request. 4.11 The Contractor shall submit type-written or computer printed invoices to the City which include the Engineer's name, address and telephone number, and identify the Task Order number, project number, the price contained in the Task Order, and the City's issued purchase order and release number. 4.13 Acceptance by The Contractor of each payment shall release City from all claims or liabilities under this Agreement for anything related to, performed, or furnished in connection with the Services for which payment is made, including any act or omission of City in connection with such Services. SECTION 5 TERM OF AGREEMENT; UNIT PRICE ADJUSTMENT 5.1 Term. The term of this Agreement shall begin on the date signed by the City's Assistant City Manager ("Effective Date") and shall expire one year from the Effective Date ("Initial Term"), unless terminated earlier in accordance with the provisions of this Agreement. This Agreement may be renewed for four (4) additional on�year periods upon written agreement of the City and Contractor (each a "Renewal Term"). For any Task Order issued by the City during the Initial Term or a Renewal Term, Contractor shall continue to perform the Work included in the Task Order until Final Acceptance by the City regardless of the expiration of the Initial Term or Renewal Term and this Agreement shall be automatically extended until all Task Orders issued are complete by Contractor and the City has issued a Final Acceptance. 5.2 The unit prices bid by Contractor may be adjusted for increases or decreases in Contractor's cost during any Renewal Term. Contractor shall submit a written request to City for a unit price adjustment prior to the execution by City and Contractor of a renewal of the Agreement. Contractor CITY OF FORT WORTH 2O24 Small-Scale Lighting Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various City Project Numbers Revised December 8, 2023 005243-5 Agreement Page 5 of 12 shall provide written proof of cost increase with each unit price adjustment request. If the City determines that an increase in the unit prices is exorbitant, the City shall have the right to adjust the rate request, or to reject the rate request in its entirety. SECTION 6 LIABILITY AND INDEMNIFICATION 6.1 CONTRACTORCOVENANTSANDAGREESTOINDEMNIFY,HOLDHARMLESS AND DEFEND, AT ITS OWN EXPENSE, THE CITY, ITS OFFICERS, SERVANTS AND EMPLOYEES, FROMAND AGAINST ANYAND ALL CLAIMS ARISING OUT OF, OR ALLEGED TO ARISE OUT OF, THE WORKAND SERVICES TO BE PERFORMED BY THE CONTRACTOR, ITS OFFICERS, AGENTS, EMPLOYEES, SUBCONTRACTORS, LICENSES OR INVITEES UNDER THIS AGREEMENT. THIS INDEMNIFICATION PROVISION IS SPECIFICALLY INTENDED TO OPERATE AND BE EFFECTIVE EVEN IF IT IS ALLEGED OR PROVEN THAT ALL OR SOME OF THE DAMAGES BEING SO UGHT WERE CA USED. IN WHOLE OR IN PART. BYANYACT. OMISSION OR NEGLIGENCE OF THE CITY. THIS INDEMNITYPROVISIONIS INTENDED TO INCL UDE, WITHO UT LIMITATION, INDEMNITY FOR COSTS, EXPENSES AND LEGAL FEES INCURRED BY THE CITY IN DEFENDING AGAINST SUCH CLAIMS AND CAUSES OFACTIONS. 6.2 CONTRACTOR COVENANTS AND AGREES TO INDEMNIFY AND HOLD HARMLESS, AT ITS OWN EXPENSE, THE CITY, ITS OFFICERS, SERVANTS AND EMPLOYEES, FROM AND AGAINST ANY AND ALL LOSS, DAMAGE OR DESTR UCTION OF PROPERTY OF THE CITY, ARISING OUT OF, OR ALLEGED TO ARISE OUT OF, THE WORK AND SERVICES TO BE PERFORMED BY THE CONTRACTOR, ITS OFFICERS, AGENTS, EMPLOYEES, SUBCONTRACTORS, LICENSEES OR INVITEES UNDER THIS AGREEMENT. THIS INDEMNIFICATION PROVISION IS SPECIFICALLY INTENDED TO OPERATE AND BE EFFECTIVE EVEN IF IT IS ALLEGED OR PROVEN THAT ALL OR SOME OF THE DAMAGES BEING SOUGHT WERE CAUSED. IN WHOLE OR IN PART. BY ANY ACT. OMISSION OR NEGLIGENCE OF THE CITY. 63 It is agreed with respect to any legal limitations now or hereafter in effect and affecting the validity or enforceability of the indemnification obligations under this Section, such legal limitations are made a part of the indemnification obligation and shall operate to amend the indemnification obligation to the minimum extent necessary to bring the provision into conformity with the requirements of such limitations, and as so modified, the indemniiication obligation shall continue in full force and effect. 6.4 Contractor agrees to notify City promptly upon the receipt of any claim or lawsuit brought in connection with any injury, death, or damages related to Work performed under this Agreement. Contractor agrees to make its officers, representatives, agents, and employees available to City, at all reasonable times, for any statements and case preparation necessary for the defense of any claims or litigation for which City may be responsible hereunder. SECTION 7 INSURANCE REQUIREMENTS Contractor shall abide by the insurance requirements set forth in the Contract Documents. SECTION 8 RIGHT TO AUDIT CITY OF FORT WORTH 2O24 Small-Scale Lighting Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various City Project Numbers Revised December 8, 2023 005243-6 Agreement Page 6 of 12 8.1 Contractor agrees that the City shall, until the expiration of three (3) years after the termination or expiration of this Agreement, have access to and the right to examine any directly pertinent books, documents, papers, and records of Contractor involving transactions relating to this Agreement. Contractor agrees that the City shall have access during normal working hours to all necessary Contractor facilities and shall be provided adequate and appropriate workspace in order to conduct audits in compliance with the provisions of this section. City shall give Contractor reasonable advance notice of intended audits. 8.2 Contractor further agrees to include in any contractor and subcontractor agreements hereunder a provision to the effect that the contractors and subcontractors agree that the City shall, until the expiration of three (3) years after the expiration or termination of the contract or subcontract, ha�e access to and the right to examine any directly pertinent books, documents, papers, and records of such contractor or subcontractor involving transactions of the contract or subcontract, and further that City shall have access during normal working hours to all contractor and subcontractor facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this paragraph. City shall give the contractors and subcontractors reasonable advance notice of intended audits. SECTION 9 TERMINATION 9.1 Termination for Convenience. Notwithstanding anything in the Contract Documents to the contrary, this Agreement may be terminated without cause by the City upon delivery of written notice to Contractor. Notwithstanding anything in the Contract Documents to the contrary, this Agreement may be terminated without cause by the Contractor thirty (30) days after delivery to the City of written notice of such intent to terminate, as long as there are not any open Task Orders. 9.2 Termination for Cause. Termination for cause shall be in accordance with the Contract Documents. 93 Fiscal Fundin� Out. Notwithstanding anything to the contrary, if, for any reason, at any time during the term of the Agreement, the Fort Worth City Council fails to appropriate funds sufficient for the City to fulfill its obligations under this Agreement, the City may terminate the portion of the Agreement regarding such obligations to be effective on the later of (i) ninety (90) calendar days following delivery by the City to Agreement of written notice of the City's intention to terminate or (ii) the last date for which funding has been appropriated by the Fort Worth City Council for the purposes set forth in this Agreement. SECTION 10 LICENSES AND PERMITS 10.1 Contractor shall, at its sole expense, obtain and keep in effect all licenses and permits necessary for its operations and to perform the Work pursuant to this Agreement. 10.2 Contractor shall maintain its prequalification status with the City of Fort Worth for the Work to be performed pursuant to this Agreement. SECTION 11 NOTICES CITY OF FORT WORTH 2O24 Small-Scale Lighting Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various City Project Numbers Revised December 8, 2023 005243-7 Agreement Page 7 of 12 11.1 All notices required or permitted under this Agreement may be given to a party personally or by mail, addressed to such party at the address stated below or to such other address as one party may from time to time notify the other in writing. Any notice so given shall be deemed to have been received when deposited in the United States mail so addressed with postage prepaid: CIT'Y: City of Fort Worth Development Services Department Small-Scale Infrastructure Program 100 Fort Worth Trail Fort Worth, Texas 76102 CONTRACTOR: Ti-Zack Concrete, LLC 39352 221St Avenue Le Center, MN 56057 With copies to: City Attorney's Office City of Fort Worth 100 Fort Worth Trail Fort Worth, Texas 76102 and City Manager's Office City of Fort Worth 100 Fort Worth Trail Fort Worth, Texas 76102 Or to such other address as such party may hereafter designate by notice in writing addressed and mailed or delivered to the other party hereto. SECTION 12 NONDISCRIMINATION 12.1 Contractor shall not engage in any unlawful discrimination based on race, creed, color, national origin, sex, age, religion, disability, marital status, citizenship status, sexual orientation or any other prohibited criteria in any employment decisions relating to this Agreement, and Contractor represents and warrants that to the e�rtent required by applicable laws, it is an equal opportunity employer and shall comply with all applicable laws and regulations in any employment decisions. SECTION 13 VENUE AND CHOICE OF LAW 13.1 Contractor and City agree that this Agreement shall be construed in accordance with the laws of the State of Texas. If any action, whether real or asserted, at law or in equity, arises on the basis of any provision of this Agreement, venue for such action shall lie in state courts located in Tarrant County, Texas or the United States District Court for the Northern District of Texas — Fort Worth Division. SECTION 14 THIRD-PARTY RIGHTS AND ASSIGNMENTS CITY OF FORT WORTH 2O24 Small-Scale Lighting Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various City Project Numbers Revised December 8, 2023 005243-8 Agreement Page 8 of 12 14.1 The provisions and conditions of this Agreement are solely for the beneiit of the City and Contractor, and any lawful assign or successor of Contractor, and are not intended to create any rights, contractual or otherwise, to any other person or entity. 14.2 Contractor agrees that it will not subcontract or assign all or any part of its rights, privileges or duties hereunder without the prior written consent of the City, and any attempted subcontract or assignment of same without such prior consent of the City shall be void. SECTION 15 BINDING COVENANTS 15.1 Subject to the limitations contained herein, the covenants, conditions and agreements made and entered into by the parties hereunder are declared to be for the benefit of and binding on their respective successors, representatives and permitted assigns, if any. SECTION 16 INDEPENDENT CONTRACTOR 16.1 It is expressly understood and agreed that Contractor and its employees, representative, agents, servants, officers, contractors, subcontractors, and volunteers shall operate as independent contractors as to all rights and privileges and work performed under this Agreement, and not as agents, representatives or employees of the City. Subject to and in accordance with the conditions and provisions of this Agreement, Contractor shall ha�e the exclusive right to control the details of its operations and activities and be solely responsible far the acts and omissions of its employees, representative, agents, servants, officers, contractors, subcontractors, and volunteers. Contractor acknowledges that the doctrine of respondeat superior shall not apply as between the City and its officers, representatives, agents, servants and employees, and Contractor and its employees, representative, agents, servants, ofiicers, contractors, subcontractors, and volunteers. Contractor further agrees that nothing herein shall be construed as the creation of a partnership ar joint enterprise between City and Contractor. It is further understood that the City shall in no way be considered a Co-employer or a Joint employer of Contractor or any employees, representative, agents, servants, officers, contractors, subcontractors, and volunteers of Contractor. Neither Contractor, nor any officers, agents, servants, employees, contactors or subcontractors of Contractor shall be entitled to any employment benefits from the City. Contractor shall be responsible and liable for any and all payment and reporting of taxes on behalf of itself, and any of employees, representative, agents, servants, offcers, contractors, subcontractors, and volunteers. SECTION 17 AMENDMENTS, CAPTIONS, AND INTERPRETATION 17.1 Except as otherwise provided in this Agreement, the terms and provisions of this Agreement may not be modified or amended except upon execution of a written amendment to this Agreement executed by the Assistant City Manager and Contractor and filed with the City Secretary's Office. 17.2 Captions and headings used in this Agreement are for reference purposes only and shall not be deemed a part of this Agreement. 17.3 In the event of any dispute over the meaning or application of any provision of this Agreement, this Agreement shall be interpreted fairly and reasonably, and neither more strongly for or against any party, regardless of the actual drafter of this Agreement. CITY OF FORT WORTH 2O24 Small-Scale Lighting Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various City Project Numbers Revised December 8, 2023 005243-9 Agreement Page 9 of 12 SECTION 18 GOVERNMENTAL POWERS AND IMMUNITIES 18.1 It is understood that by execution of this Agreement, the City does not waive or surrender any of its governmental powers or immunities. SECTION 19 AUTHORIZATION AND COUNTERPARTS AND ELECTRONIC SIGNATURES 19.1 By executing this Agreement, Contractor's agent affirms that he or she is authorized by Contractor or its general partner to execute this Agreement and that all representations made herein with regard to Contractor's identity, address, and legal status are true and correct. 19.2 This Agreement may be executed in several counterparts, each of which will be deemed an original, but all of which together will constitute one and the same instrument. A signature received via facsimile or electronically via email shall be as legally binding for all purposes as an original signature. SECTION 20 SEVERABILITY AND NO WAIVER 20.1 It is agreed that in the event any covenant, condition or provision herein contained is held to be invalid by any court of competent jurisdiction, the invalidity of such covenant, condition or provision shall in no way affect any other covenant, condition or provision does not materially prejudice either Contractor or City in connection with the right and obligations contained in the valid covenants, conditions or provisions of this Agreement. 20.2 The failure of either party to insist upon the performance of any term or provision of this Agreement or to exercise any right granted hereunder shall not constitute a waiver of that party's right to insist upon appropriate performance or to assert any such right on any future occasion. SECTION 21 APPLICABLE LAWS 21.1 This Agreement is subject to all applicable federal, state and local laws, ordinances, rules and regulations, including, but not limited to, all provisions of the City's Charter and ordinances, as amended. Services performed by Contractor shall comply in all aspects with all applicable local, state and federal laws and with all applicable, standards, codes, rules and/or regulations promulgated by local, state and national boards, bureaus and agencies. Approval to proceed by City of Contractor's work or work product shall not constitute or be deemed to be a release of the responsibility and liability of Contractor or its ofiicers, agents, employees, contractors and subcontractors for the accuracy and competency of its performance of the Work. 21.2 If City notiiies Contractor or any of its officers, agents, employees, contractors, or subcontractors, of any violation of such laws, ordinances, rules or regulations, Contractor shall immediately desist from and correct the violation. SECTION 22 SOLE AGREEMENT 22.1 This Agreement, including any e�ibits attached hereto and any documents incorporated herein, contains the entire understanding and agreement between the City and Contractor, and any lawful CITY OF FORT WORTH 2O24 Small-Scale Lighting Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various City Project Numbers Revised December 8, 2023 00 52 43 - 10 Agreement Page 10 of 12 assign and successor of Contractor, as to the matters contained herein. Any prior or contemporaneous oral or written agreement is hereby declared null and void to the extent in conflict with any provision of this Agreement. SECTION 23 PROHIBITION ON BOYCOTTING ISRAEL 23.1 Contractor acknowledges that in accordance with Chapter 2271 of the Texas Government Code, the City is prohibited from entering into a contract with a company with 10 or more full-time employees that has a value of $100,000 or more that is to be paid wholly or partly from public funds of the City for goods or services unless the contract contains a written verification from the company that it: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the contract. The terms "boycott Israel" and "company" have the meanings ascribed to those terms by Chapter 2271 of the Texas Government Code. To the extent that Chapter 2271 of the Government Code is applicable to this Agreement, by signing this Agreement, Contractor certifies that Contractor's signature provides written veriiication to the City that Contractor: (1) does not boycott Israel; and (2) will not boycott Israel during the term of this Agreement. SECTION 24 PROHIBITION ON BOYCOTTING ENERGY COMPANIES 24.1 Contractor acknowledges that in accordance with Chapter 2276 of the Texas Government Code, the City is prohibited from entering into a contract for goods or services that has a value of $100,000 or more that is to be paid wholly or partly from public funds of the City with a company with 10 or more full-time employees unless the contract contains a written verification from the company that it: (1) does not boycott energy companies; and (2) will not boycott energy companies during the term of this Agreement. To the extent that Chapter 2276 of the Government Code is applicable to this Agreement, by signing this Agreement, Contractor certifies that Contractor's signature provides written veriiication to the City that Contractor: (1) does not boycott energy companies; and (2) will not boycott energy companies during the term of this Agreement. SECTION 25 PROHIBITION ON DISCRIMINATION AGAINST FIREARM AND AMMUNITION INDUSTRIES 25.1 Contractor acknowledges that except as otherwise provided by Chapter 2274 of the Texas Government Code, the City is prohibited from entering into a contract for goods or services that has a value of $100,000 or more that is to be paid wholly or partly from public funds of the City with a company with 10 or more full-time employees unless the contract contains a written verification from the company that it: (1) does not ha�e a practice, policy, guidance, or directive that discriminates against a firearm entity or firearm trade association; and (2) will not discriminate during the term of the contract against a iirearm entity or firearm trade association. To the extent that Chapter 2274 of the Government Code is applicable to this Agreement, by signing this Agreement, Contractor certifies that Contractor's signature provides written verification to the City that Contractor: (1) does not have a practice, policy, guidance, or directive that discriminates against a in-earm entity ar firearm trade association; and (2) will not discriminate against a firearm entity or firearm trade association during the term of this Agreement. 26 COMPLIANCE WITH PUBLIC INFORMATION ACT REQUESTS CITY OF FORT WORTH 2O24 Small-Scale Lighting Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various City Project Numbers Revised December 8, 2023 00 52 43 - 11 Agreement Page 11 of 12 26.1 The requirements of Subchapter J, Chapter 552, Government Code, may apply to this Agreement and Contractor agrees that the Agreement can be terminated if Contractor knowingly or intentionally fails to comply with a requirement of that subchapter. Contractor acknowledges that section 552.371 of the Texas Government Code applies to this Agreement i£ (1) this Agreement has a stated expenditure of at least $1 million in public funds for the purchase of good or services by the City; or (2) this Agreement results in the expenditure of at least $1 million in public funds for the purchase of goods or services by the City in a fiscal year of the City. To the extent that section 552.371 of the Texas Government Code applies to this Agreement, Contractor shall comply with section 552.372 of the Texas Government Code by: (1) preserving all contracting information relating to this Agreement as provided by the records retention requirements applicable to the City for the duration of the Agreement; (2) promptly providing the City any contracting information related to this Agreement that is in the custody or possession of Contractor on request of the City; and (3) on completion of the Agreement, either (a) providing at no cost to the City all contracting information related to the Agreement that is in the custody or possession of Contractor; or (b) preserving the contracting information relating to the Agreement as provided by the retention requirements application to the City. SECTION 27 IMMIGRATION NATIONALITY ACT 27.1 Contractor shall verify the identity and employment eligibility of its employees who perform work under this Agreement, including completing the Employment Eligibility Veriiication Form (I-9). Upon request by City, Contractor shall provide City with copies of all I-9 forms and supporting eligibility documentation for each employee who performs work under this Agreement. Contractor shall adhere to all Federal and State laws as well as establish appropriate procedures and controls so that no services will be performed by any Contractor employee who is not legally eligible to perform such services. CONTRACTOR SHALL INDEMNIFY CITY AND HOLD CITY HARMLESS FROM ANY PENALTIES, LIABILITIES, OR LOSSES DUE TO VIOLATIONS OF THIS PARAGRAPH BY CONTRACTOR, CONTRACTOR'S EMPLOYEES, CONTRACTORS, SUBCONTRACTORS, AGENTS, OR LICENSEES. City, upon written notice to Contractor, shall have the right to immediately terminate this Agreement for violations of this provision by Contractor. SECTION 28 REVIEW OF COUNSEL 28.1 City and Contractor, and if they so choose, their attorneys, have had the opportunity to review and comment on this document; therefore any rule of contract construction or interpretation that would normally call for the document to be interpreted as against the drafting party shall not apply in interpretation of this Agreement, and each section, portion, and provision of this Agreement shall be construed solely on the basis of the language contained therein, regardless of who authored suchlanguage. SECTION 29 [INTENTIONALLY OMITTED] (SIGNATURES ON FOLLOWING PAGE) CITY OF FORT WORTH 2O24 Small-Scale Lighting Unit Price Construction Contract STANDARD CONSTRUCTION SPECiFiCATION DOCiJMENTS Various City Project Numbers Revised December 8, 2023 00 52 43 -12 Agreement Page 12 of 12 IN WITNESS WHEREOF, the parties have executed this to be effective on the dates set forth in Section 5 of this Agreement. CITY OF FORT WORTH Jesica L. McEachem Assistant City Manager Date: 10;20;202sRecommended: Dalton Harrell (Oct 3, 2025 10:14:07 CDT) D.J. Harrell, Director Development Services Department APPROVED AS TO FORM AND LEGALITY: Richard A. McCracken Senior Assistant City Attorney ATTEST: Jannette S. Goodall City Secretary M&C: 24-0187 & M&C: 24-0957 Date: 03/19/2024, 11/12/2024 Form 1295: 2024-1202575 Contract Compliance Manager: CONTRACTOR Ti-Zack Concrete, LLC i&-1 Jeremy Gibbs Vice President By signing, I acknowledge that I am the person responsible for the monitoring and administration of this contract, including all performance and reporting requirements. Name: Victor V. Tomero Jr. Title: Senior Capital Projects Officer CITY OF FORT WORTH ST AND ARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 8, 2023 2024 Small-Scale Lighting Unit Price Construction Contract Various City Project Numbers Policy No.: WBXJ819347 TEXAS WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT This endorsement applies only to the insurance provided by the policy because Texas is shown in Item 3.A. of the Information Page. We have the right to recover our paymenis from anyane liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule, but this waiver applies only with respect to bodily injury arising out of the operations described in the Schedule where you are required by a written contraci to obtain this waiver from us. This endorsement shall not operate directly or indirectly to benefit anyone not named in the Schedule. The premium for ihis endorsement is shown in the Schedule. Schedule t ( ) Specific Waiver Name of person or organizatinn (X } Blanket Waiver Any person or organization for whom lhe Named Insured has agreed by written contract to furnish this waiver 2. Operations: ALL TEXAS OPERATIONS 3. Premium� The premium charge for ihis endorsement shall be 2 percent of the premium developed on payroll in connection with work performed for the ahove person{s] or organization(s) arising out of the operations described. 4. Advance Premium: This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated. (The iniormation below is required only when this endorsement is issued subsequent to preparation of the policy.j Endorsement Effective Insured Policy No_ Endorsement No. Premium Insurance Company Countersigned by WC 42 03 04 B(Ed. 6-14) Copyright 2014 National Council on Compensation Insuran�e, Inc. All Rights Reserved. Page 1 of 1 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. COMMERCIAL GENERAL LIABILITY BROADENING ENDORSEMENT This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SUMMARY OF COVERAGES 1. Additional Insured by Contract, Agreement or Permit Included 2. Additional Insured — Primary and Non-Contributory Included 3. Blanket Waiver of Subrogation Included 4. Bodily Injury Redefined Included 5. Broad Form Property Damage — Borrowed Equipment, Customers Goods & Use of Elevators Included 6. Knowledge of Occurrence Included 7. Liberalization Clause Included 8. Medical Payments — Extended Reporting Period Included 9. Newly Acquired or Formed Organizations - Covered until end of policy period Included 10. Non-owned Watercraft 51 ft. 11. Supplementary Payments Increased Limits - Bail Bonds $2,500 - Loss of Earnings $1000 12. Unintentional Failure to Disclose Hazards Included 13. Unintentional Failure to Notify Included This endorsement amends coverages provided under the Commercial General Liability Coverage Part through new coverages, higher limits and broader coverage grants. 1. Additional Insured by Contract, Agreement or Permit The following is added to SECTION II — WHO IS AN INSURED: Additional Insured by Contract, Agreement or Permit a. Any person or organization with whom you agreed in a written contract, written agreement or permit that such person or organization to add an additional insured on your policy is an additional insured only with respect to liability for "bodily injury", "property damage", or "personal and advertising injur�' caused, in whole or in part, by your acts or omissions, or the acts or omissions of those acting on your behalf, but only with respect to: (1) "Your work" for the additional insured(s) designated in the contract, agreement or perm it; (2) Premises you own, rent, lease or occupy; or (3) Your maintenance, operation or use of equipment leased to you. b. The insurance afforded to such additional insured described above: (1) Only applies to the extent permitted by law; and (2) Will not be broader than the insurance which you are required by the contract, agreement or permit to provide for such additional insured. 421-2915 06 15 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 1 of 4 (3) Applies on a primary basis if that is required by the written contract, written agreement or permit. (4) Will not be broader than coverage provided to any other insured. (5) Does not apply if the "bodily injury", "property damage" or "personal and advertising injury" is otherwise excluded from coverage under this Coverage Part, including any endorsements thereto. c. This provision does not apply: (1) Unless the written contract or written agreement was executed or permit was issued prior to the "bodily injury", "property damage", or "personal injury and advertising injury". (2) To any person or organization included as an insured by another endorsement issued by us and made part of this Coverage Part. (3) To any lessor of equipment: (a) After the equipment lease expires; or (b) If the "bodily injury", "property damage", "personal and advertising injury" arises out of sole negligence of the lessor (4) To any: (a) Owners or other interests from. whom land has been leased which takes place after the lease for the land ex- pires; or (b) Managers or lessors of premises if: (i) The occurrence takes place after you cease to be a tenant in that premises; or (ii) The "bodily injury", "property damage", "personal injury" or "advertising injury" arises out of structural alterations, new con- struction or demolition operations performed by or on behalf of the manager or lessor. (5) To "bodily injury", "property damage" or "personal and advertising injury" arising out of the rendering of or the failure to render any professional services. This exclusion applies even if the claims against any insured allege negligence or other wrongdoing in the supervision, hiring, employment, training or monitoring of others by that insured, if the "occurrence" which caused the "bodily injury" or "property damage" or the offense which caused the "personal and advertising injury" involved the rendering of or failure to render any professional services by or for you. d. With respect to the insurance afforded to these additional insureds, the following is added to SECTION III — LIMITS OF INSURANCE: The most we will pay on behalf of the additional insured for a covered claim is the lesser of the amount of insurance: 1. Required by the contract, agreement or permit described in Paragraph a.; or 2. Available under the applicable Limits of Insurance shown in the Declarations. This endorsement shall not increase the applicable Limits of Insurance shown in the Declarations. 2. Additional Insured — Primary and Non- Contributory The following is added to SECTION IV — COMMERCIAL GENERAL LIABILITY CONDITIONS, Paragraph 4. Other insurance: Additional Insured — Primary and Non- Contributory If you agree in a written contract, written agreement or permit that the insurance provided to any person or organization included as an Additional Insured under SECTION II — WHO IS AN INSURED, is primary and non-contributory, the following applies: If other valid and collectible insurance is available to the Additional Insured for a loss covered under Coverages A or B of this Coverage Part, our obligations are limited as follows: a. Primary Insurance This insurance is primary to other insurance that is available to the Additional Insured which covers the Additional Insured as a Named Insured. We will not seek contribution from any other insurance available to the Additional Insured except: (1) For the sole negligence of the Additional Insured; (2) When the Additional Insured is an Additional Insured under another primary liability policy; or (3) when b. below applies. If this insurance is primary, our obligations are not affected unless any of the other insurance is also primary. Then, we will share with all that other insurance by the method described in c. below. 421-2915 06 15 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 2 of 4 b. Excess Insurance (1) This insurance is excess over any of the other insurance, whether primary, excess, contingent or on any other basis: (a) That is Fire, Extended Coverage, Builder's Risk, Installation Risk or similar coverage for "your work"; (b) That is Fire insurance for premises rented to the Additional Insured or temporarily occupied by the Additional Insured with permission of the owner; (c) That is insurance purchased by the Additional Insured to cover the Additional Insured's liability as a tenant for "property damage" to premises rented to the Additional Insured or temporarily occupied by the Additional with permission of the owner; or (d) If the loss arises out of the maintenance or use of aircraft, "autos" or watercraft to the extent not subject to Exclusion g. of SECTION I— COVERAGE A — BODILY INURY AND PROPERTY DAMAGE LIABILITY. (2) When this insurance is excess, we will have no duty under Coverages A or B to defend the insured against any "suit" if any other insurer has a duty to defend the insured against that "suit". If no other insurer defends, we will undertake to do so, but we will be entitled to the insured's rights against all those other insurers. (3) When this insurance is excess over other Insurance, we will pay only our share of the amount of the loss, if any, that exceeds the sum of: (a) The total amount that all such other insurance would pay for the loss in the absence of this insurance; and (b) The total of all deductible and self insured amounts under all that other insurance. insurer contributes equal amounts until it has paid its applicable limit of insurance or none of the loss remains, whichever comes first. If any of the other insurance does not permit contribution by equal shares, we will contribute by limits. Under this method, each insurer's share is based on the ratio of its applicable limit of insurance to the total applicable limits of insurance of all insurers 3. Blanket Waiver of Subrogation The following is added to SECTION IV — COMMERCIAL GENERAL LIABILITY CONDITIONS, Paragraph 8. Transfer Of Rights Of Recovery Against Others To Us: We waive any right of recovery we may have against any person or organization with whom you have a written contract that requires such waiver because of payments we make for damage under this coverage form. The damage must arise out of your activities under a written contract with that person or organization. This waiver applies only to the extent that subrogation is waived under a written contract executed prior to the "occurrence" or offense giving rise to such payments. 4. Bodily Injury Redefined SECTION V— DEFINITIONS, Definition 3. "bodily injury" is replaced by the following: 3. "Bodily injury" means bodily injury, sickness or disease sustained by a person including death resulting from any of these at any time. "Bodily injury" includes mental anguish or other mental injury resulting from "bodily injury". 5. Broad Form Property Damage — Borrowed Equipment, Customers Goods, Use of Elevators a. SECTION I— COVERAGES, COVERAGE A— BODILIY INJURY AND PROPERTY DAMAGE LIABILITY, Paragraph 2. Exclusions subparagraph j. is amended as follows: Paragraph (4) does not apply to "property damage" to borrowed equipment while at a jobsite and not being used to perForm operations. We will share the remaining loss, if any, Paragraphs (3), (4) and (6) do not apply to with any other insurance that is not "property damage" to "customers goods" while described in this Excess Insurance on your premises nor do they apply to the use provision and was not bought specifically of elevators at premises you own, rent, lease to apply in excess of the Limits of or occupy. Insurance shown in the Declarations of b. The following is added to SECTION V— this Coverage Part. DEFINTIONS: c. Method Of Sharing 24. "Customers goods" means property of If all of the other insurance permits your customer on your premises for the contribution by equal shares, we will follow this purpose of being: method also. Under this approach each 421-2915 06 15 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 3 of 4 a. worked on; or b. used in your manufacturing process. c. The insurance afforded under this provision is excess over any other valid and collectible property insurance (including deductible) available to the insured whether primary, excess, contingent 6. Knowledge of Occurrence The following is added to SECTION IV — COMMERCIAL GENERAL LIABILITY CONDITIONS, Paragraph 2. Duties in the Event of Occurrence, Offense, Claim or Suit: e. Notice of an "occurrence", offense, claim or "suit" will be considered knowledge of the insured if reported to an individual named insured, partner, executive officer or an "employee" designated by you to give us such a notice. 7. Liberalization Clause The following is added to SECTION IV — COMMERCIAL GENERAL LIABILITY CONDITIONS: Liberalization Clause If we adopt any revision that would broaden the coverage under this Coverage Form without additional premium, within 45 days prior to or during the policy period, the broadened coverage will immediately apply to this Coverage Part. 8. Medical Payments — Extended Reporting Period a. SECTION I— COVERAGES, COVERAGE C— MEDICAL PAYMENTS, Paragraph 1. Insuring Agreement, subparagraph a.(3)(b) is replaced by the following: (b) The expenses are incurred and reported to us within three years of the date of the accident; and b. This coverage does not apply if COVERAGE C— MEDICAL PAYMENTS is excluded either by the provisions of the Coverage Part or by endorsement. 10. Non-Owned Watercraft SECTION I— COVERAGES, COVERAGE A BODILY INJURY AND PROPERTY DAMAGE LIABILITY, Paragraph 2. Exclusions, subparagraph g.(2) is replaced by the following: g. Aircraft, Auto Or Watercraft (2) A watercraft you do not own that is: (a) Less than 51 feet long; and (b) Not being used to carry persons or property for a charge; This provision applies to any person who, with your consent, either uses or is responsible for the use of a watercraft. 11. Supplementary Payments Increased Limits SECTION I — SUPPLEMENTARY PAYMENTS COVERAGES A AND B, Paragraphs 1.b. and 1.d. are replaced by the following: 1.b.Up to $2,500 for cost of bail bonds required because of accidents or traffic law violations arising out of the use of any vehicle to which the Bodily Injury Liability Coverage applies. We do not have to furnish these bonds. 1.d.All reasonable expenses incurred by the insured at our request to assist us in the investigation or defense of the claim or "suit", including actual loss of earnings up to $1000 a day because of time off from work. 12. Unintentional Failure to Disclose Hazards The following is added to SECTION IV — COMMERCIAL GENERAL LIABILITY CONDITIONS, Paragraph 6. Representations: We will not disclaim coverage under this Coverage Part if you fail to disclose all hazards existing as of the inception date of the policy provided such failure is not intentional. 13. Unintentional Failure to Notify The following is added to SECTION IV — COMMERCIAL GENERAL LIABILITY CONDITIONS, Paragraph 2. Duties in the Event of Occurrence, Offense, Claim or Suit: 9. Newly Acquired Or Formed Organizations Your rights afforded under this policy shall not be SECTION II — WHO IS AN INSURED, Paragraph prejudiced if you fail to give us notice of an 3.a. is replaced by the following: "occurrence", offense, claim or "suiY', solely due to your reasonable and documented belief that the a. Coverage under this provision is afforded until "bodily injury" or "property damage" is not covered the end of the policy period. under this policy. ALL OTHER TERMS, CONDITIONS, AND EXCLUSIONS REMAIN UNCHANGED. 421-2915 06 15 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 4 of 4 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. BUSINESS AUTO COVERAGE BROADENING ENDORSEMENT This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by the endorsement. 1. CANCELLATION EXTENSION Paragraph A. CANCELLATION 2. b. of the COMMON POLICY CONDITIONS is replaced with the following: b. 60 days before the effective date of cancellation if we cancel for any other reason. Any business entity for which you have a financial interest greater than 50% of the voting stock or otherwise have a controlling interest after the effective date of this policy or that is newly acquired or formed by you during the term of this policy. SECTION I - COVERED AUTOS 2. EMPLOYEE HIRED "AUTOS" Description Of Covered Auto Designation Symbols; Symbol 8 is replaced by the following: 8= Hired "Autos" Only - Only those "autos" you lease, hire, rent or borrow; including "autos" your employee hires at your direction, for the purpose of conducting your business. This does not include any "auto" you lease, hire, rent, or borrow from any of your "employees" or partners or members of their households. SECTION II - LIABILITY COVERAGE 3. BROADENED NAMED INSURED The following is added to the SECTION II - LIABILITY COVERAGE, Paragraph 1. Who Is An Insured provision: The coverage provided by this provision is afforded until expiration or termination of this policy, whichever occurs earlier. The coverage provided by this provision does not apply to any business entity described in d. above that qualifies as an insured under any other automobile liability policy issued to that business entity as a named insured or would have been an insured except for the exhaustion of the policy limits or the insolvency of the insurer. The coverage provided by this provision does not apply to "bodily injury" nor "property damage" arising from an accident that occurred prior to your acquiring or forming the business entity described in d. above. Includes copyrighted material of Insurance Services Office, Inc. with its permission, Copyright, Insurance Services Office, Inc., 1996 461-0155 (9-97) 4. EMPLOYEES AS INSUREDS The following is added to the SECTION II - LIABILITY COVERAGE, Paragraph 1. Who Is An Insured provision: e. Any employee of yours is an "insured" while using a covered "auto" you do not own, hire or borrow in your business or your personal affairs. SECTION III - PHYSICAL DAMAGE COVERAGE. 7. EXPENSE OF RETURNING A STOLEN "AUTO" and SIGN COVERAGE The following is added to SECTION III - PHYSICAL DAMAGE COVERAGE, A.1. COVERAGE: d. Expense Of Returning A Stolen "Auto" 5. SUPPLEMENTARY PAYMENTS The following amends SECTION II - LIABILITY COVERAGE, Paragraph 2. Coverage Extensions provision: We will pay for the expense of returning a covered "auto" to you. e. Sign Coverage Paragraph (2) is replaced by the following: (2) Up to $2500 for cost of bail bonds (including bonds for related traffic law violations) required because of an "accidenY' we cover. We do not have to furnish these bonds. Paragraph (4) is replaced by the following: (4) All reasonable expenses incurred by the "insured" at our request, including actual loss of earnings up to $500 a day because of time off from work. 6. AMENDED FELLOW EMPLOYEE EXCLUSION The following is added to the SECTION II - LIABILITY COVERAGE, B. Exclusions Paragraph 5. Fellow Employee exclusion: This exclusion does not apply if the "bodily injury" arises from the use of a covered "auto" you own or hire. This coverage is excess over any other collectible insurance We will pay for loss to signs, murals, paintings or graphics, as part of equipment, which are displayed on a covered "auto". The most we will pay for "loss" in any one "accident" is the lesser of: The actual cash value of the property as of the time of the "loss"; or 2. The cost of repairing or replacing the damaged or stolen property with other property of like kind and quality; or 3. $2,000. 8. GLASS BREAKAGE DEDUCTIBLE The following is added to SECTION I II- PHYSICAL DAMAGE COVERAGE A. COVERAGE paragraph 3. Glass Breakage - Hitting a Bird or Animal - Falling Objects or Missiles: Any deductible shown in the Declarations as applicable to the Includes copyrighted material of Insurance Services Office, Inc. with its permission. Copyright, Insurance Services Office, Inc., 1996 461-0155 (9-97) covered "auto" will not apply to glass breakage if such glass is repaired, rather than replaced. 9. TRANSPORTATION EXPENSE Paragraph 4. Coverage Extension. of SECTION III - PHYSICAL DAMAGE COVERAGE, A. COVERAGE is replaced with the following: 4. Coverage Extension We will pay up to $50 per day to a maximum of $1500 for temporary transportation expense incurred by you because of the total theft of a covered "auto" of the private passenger type. We will pay only for those covered "autos" for which you carry either Comprehensive or Specified Causes of Loss Coverage. We will pay for temporary transportation expenses incurred during the period beginning 24 hours after the theft and ending, regardless of the policy's expiration, when the covered "auto" is returned to use or we pay for its "loss". 10. HIRED AUTO PHYSICAL DAMAGE The following is added to SECTION III - PHYSICAL DAMAGE COVERAGE, A. COVERAGE: 5. 461-0155 Hired Auto Physical Damage If hired "autos" are covered "autos" for Liability Coverage and if Physical Damage Coverage of Comprehensive, Specified Causes of Loss, or Collision is provided under this Coverage Form for any "auto" you own, then the Physical Damage Coverage(s) provided is extended to "autos" you hire without a driver or your employee hires, without a driver, at your direction, for the purpose of conducting your business, for a period of 30 days or less, of like kind and use as the "autos" you own, subject to the following: The most we will pay for any one loss is the lesser of the following: a. $50,000 per accident, or b. cash value, or c. the cost of repair, minus the deductible equal to the lowest deductible applicable to any owned "auto" for that coverage. Any deductible shown in the Declarations does not apply to "loss" caused by fire or lightning. Subject to the limit and deductible stated above, we will provide coverage equal to the broadest coverage provided to any covered "auto" you own, that is applicable to the loss. If the loss arises from an accident for which you are legally liable and the lessor incurs an actual financial loss from that accident, we will cover the lessor's actual financial loss of use of the hired "auto" for a period of up to seven consecutive days from the date of the accident, subject to a limit of $1,000 per accident. 11. AUDIO, VISUAL AND DATA ELECTRONIC EQUIPMENT COVERAGE The following is added to SECTION III - PHYSICAL DAMAGE COVERAGE, A. COVERAGE: 6. Audio, Visual and Data Electronic Equipment Coverage We will pay for "loss" to any electronic equipment that receives Includes copyrighted material of Insurance Services Office, Inc. with its permission. Copyright, Insurance Services Office, Inc., 1996 (9-97) or transmits audio, visual or data signals and that is not designed solely for the reproduction of sound. This coverage applies only if the equipment is permanently installed in the covered "auto" at the time of the "loss" or the equipment is removable from a housing unit which is permanently installed in the covered "auto' at the time of the "loss", and such equipment is designed to be solely operated by use of the power from the "auto's" electrical system, in or upon the covered "auto", including its antennas and other accessories. However , this does not include tapes, records or discs. The exclusions that apply to PHYSICAL DAMAGE COVERAGE, except for the exclusion relating to Audio, Visual and Data Electronic Equipment, also apply to coverage provided herein. In addition, the following exclusions apply: We will not pay , under this coverage, for either any electronic equipment or accessories used with such electronic equipment that is: 1. Necessary for the normal operation of the covered "auto" or the monitoring of the covered "auto's" operating system; or 2. Both: a. An integral part of the same unit housing any sound reproducing equipment designed solely for the reproduction of sound if the sound reproducing equipment is permanently installed in the covered "auto", and b. Permanently installed in the opening of the dash or console normally used by the manufacturer for the installation of a radio. With respect to coverage herein, the LIMIT OF INSURANCE provision of PHYSICAL DAMAGE COVERAGE is replaced by the following: 1. The most we will pay for all "loss" to audio, visual or data electronic equipment and any accessories used with this equipment as a result of any one "accident" is the lesser of a. The actual cash value of the damaged or stolen property as of the time of the "loss"; or b. The cost of repairing or replacing the damaged or stolen property with other property of like kind and quality; or c. $500. 2. An adjustment for depreciation and physical condition will be made in determining actual cash value at the time of the "loss". 3. Deductibles applicable to PHYSICAL DAMAGE COVERAGE, do not apply to this Audio, Visual and Data Electronic Equipment Coverage. If there is other coverage provided by this policy for audio, visual and data electronic equipment, the coverage provided herein is Includes copyrighted material of Insurance Services Office, Inc. with its permission. Copyright, Insurance Services Office, Inc., 1996 461-0155 (9-97) excess. However, you may elect to apply the limit or any portion thereof of coverage provided herein to pay any deductible that is applicable under the provisions of the other coverage. 12. RENTAL REIMBURSEMENT and MATERIAL TRANSFER EXPENSE The following is added to SECTION III - PHYSICAL DAMAGE COVERAGE, A. COVERAGE: 7 Rental Reimbursement and Material Transfer Expense We will pay for auto rental expenses and the expenses, incurred by you because of "loss" to a covered "auto", to remove and transfer your materials and equipment from the covered "auto" . Payment applies in addition to the otherwise applicable amount of each coverage you have on a covered "auto". No deductibles apply to this coverage. This coverage provides only those Physical Damage Coverages where a premium is shown in the Declarations. It applies only to a covered "auto" described or designated to which the Physical Damage Coverages apply. We will pay only for those auto rental expenses incurred during the policy period beginning 24 hours after the "loss" and ending, regardless of the policy's expiration, with the lesser of the following number of days: covered "auto". If "loss" is caused by theft, this number of days is added to the number of days it takes to locate the covered "auto" and transport it to a repair shop. 2. 60 days. Our payment is limited to the lesser of the following amounts: 1. Necessary and actual expenses incurred, including loss of use. 2. $3000. This auto rental expense coverage does not apply while there are spare or reserve "autos" available to you for your operations. If "loss" results from the total theft of a covered "auto" of the private passenger type, we will pay under this coverage only that amount of your rental reimbursement expenses which is not already provided for under the SECTION III - PHYSICAL DAMAGE COVERAGE, A. 4. Coverage Extension. 13. AIRBAG COVERAGE The following is added to SECTION III - PHYSICAL DAMAGE COVERAGE, B. Exclusions, paragraph 3. The portion of this exclusion relating to mechanical or electrical breakdown does not apply to the accidental discharge of an airbag. This coverage is excess of other collectible insurance or warranty. No deductible applies to this Airbag Coverage. 1. The number of days reasonably required to repair or replace the 461-0155 Includes copyrighted material of Insurance Services Office, Inc. with its permission. Copyright, Insurance Services Office, Inc., 1996 (9-97) 14. AUTO LOAN PHYSICAL DAMAGE EXTENSION The following is added to SECTION III - PHYSICAL DAMAGE COVERAGE, C. Limit Of Insurance provision: When a"loss" results in a total loss to a covered auto you own for which a Loss Payee is designated in this policy, the most we will pay for "loss" in any one "accident" is the greater of: 1. The actual cash value of the damaged or stolen property as of the time of the "loss"; or 2. The outstanding balance of the initial loan, less any amounts for taxes, overdue payments, overdue payment charges, penalties, interest , any charges for early termination of the loan, costs for Credit Life Insurance, Health, Accident or Disability Insurance purchased with the loan, and carry-over balances from previous loans. 15. AUTO LEASE PHYSICAL DAMAGE EXTENSION The following is added to SECTION III - PHYSICAL DAMAGE COVERAGE, C. Limit Of Insurance provision: If, because of damage, destruction or theft of a covered "auto", which is a long-term leased "auto", the lease agreement between you and the lessor is terminated, "we" will pay the difference between the amount paid under paragraph C. LIMIT OF INSURANCE 1. or 2. and the amount due at the time of "loss" under the terms of the lease agreement applicable to the leased "auto" which you are required to pay: less any fees to dispose of the auto; any overdue payments; financial penalties imposed under a lease for excessive use, abnormal wear and tear or high mileage; security deposits not refunded by the lessor; cost for extended warranties, Credit Life Insurance, Health, Accident or Disability Insurance purchased with the loan; and carry over balances from previous leases. This coverage applies only to the initial lease for the covered "auto" which has not previously been leased. This coverage is excess over all other collectible insurance. SECTION IV - CONDITIONS 16. DUTIES IN THE EVENT OF ACCIDENT, CLAIM, SUIT OR LOSS The following is added to SECTION IV - BUSINESS AUTO CONDITIONS, A. Loss Conditions, 2. Duties In The Event Of Accident, Claim, Suit Or Loss: Knowledge of any "accident", claim, "suit" or "loss" will be deemed knowledge by you when notice of such "accidenY', claim, "suit" or "loss" has been received by: (1) You, if you are an individual; (2) Any partner or insurance manager if you are a partnership; or (3) An executive officer or insurance manager if you are a corporation. 17. BLANKET WAIVER OF SUBROGATION Paragraph 5. Transfer Of Rights Of Recovery Against Others To Us, SECTION IV - BUSINESS AUTO CONDITIONS, A. Loss Conditions is replaced by the following: Includes copyrighted material of Insurance Services Office, Inc. with its permission. Copyright, Insurance Services Office, Inc., 1996 461-0155 (9-97) 5. Transfer Of Rights Of Recovery Against Others To Us If any person or organization to or for whom we make payment under this Coverage Form has rights to recover damages from another, which have not been waived through the execution of an "insured contract", written agreement, or permit, prior to the "accident" or "loss" giving rise to the payment, those rights to recover damages from another are transferred to us. That person or organization must do everything necessary to secure our rights and must do nothing after the "accidenY' or "loss" to impair them. 18. UNINTENTIONAL FAILURE TO DISCLOSE INFORMATION The following is added to SECTION IV BUSINESS AUTO CONDITIONS. B. General Conditions, paragraph 2. Concealment, Misrepresentation Or Fraud: Your unintentional error in disclosing, or failure to disclose, any material fact existing after the effective date of this Coverage Form shall not prejudice your rights under this Coverage Form. However, this provision does not affect our right to collect additional premium or exercise our right of cancellation or nonrenewal. 19. HIRED AUTO - WORLDWIDE COVERAGE The following is added to SECTION IV - Business Auto Conditions, B. General Conditions, paragraph 7. Policy Period, Coverage Territory provision: e. Outside the coverage territory described in a., b., c., and d. above for an "accident" or "loss" resulting from the use of a covered "auto" you hire, without a driver, or your employee hires without a driver, at your direction, for the purpose of conducting your business, for a period of 30 days or less, provided the suit is brought within The United States of America or its territories or possessions. SECTION V - DEFINITIONS 20. MENTAL ANGUISH Paragraph C. "Bodily injury", SECTION V- DEFINITIONS is replaced by the following: C. "Bodily injury" means bodily injury, sickness or disease sustained by a person including death or mental anguish resulting from any of these. Includes copyrighted material of Insurance Services Office, Inc. with its permission. Copyright, Insurance Services Office, Inc., 1996 461-0155 (9-97) THIS ENDORSEMENT GHANGES TH� POLfCY. PLEASE READ IT CAREFULLY_ BLANKET ADDITIONAL INSURED - PRIMARY AND NQN-CONTRIBUTQRY This endorsemeni modifies insurance provided under the follov�ring: BUSINESS AUTO COVERAGE FORM A. The following is added to SECTION lf — LIABILITY COVERAGE, Paragraph A.i. Who Es An Insuretl: Additional lnsured if Required by Gontract �t you agree in a wntten contra�t. written agreement or written permit that a person or organizatlon be added as an additional "insur�d'" und�r this Coverage Part, such person or organization is ah "insuted"; but only to the exteni that such person or organlzation qualifies as an "Insured" under paragraph A_1.c. of this Section. If you agree in a written contract, written agteement or w�ltten permit that a person or organization be added as an additional "in5ured" under this Coverage Part, the most we wilf pay vn behalf of such additional "insured" is the les5er of: (1) The Limits of Insurance #or liability caverage specified in the written contract, written agreement or written permit; or (�j Th� �mrts Of InSUr�nce for Liabiiity Covera�e Shown in th� Declarattons applicable to this �overage Part. Su�h amaunt shall be part of and not in additian to the Limits of Insurance shown in the Dectarations a�plicable to this Coverage Part. Reqardless of the number of covered "autas", "insureds", premiums paid, claims made or vehicies inv�lv�d in the "accident", the most we wi(I paY far the tota! af all damages and "covered poliution cost or expense" combined resulting from any one "accident" is the Limit ot lnsurance for Liabflity Coverage shvwn in the aeclarations. B. The fallowing is added to SECTIdN 1V — BUSIN65S Atl�'4 GONDITIONS, Paragraph B. Gsnoral Conditions, subparagraph 5. Other Insurance: Primary and Non-Contril�utory If you agree in a written cantract, wri##en agreement or written permit that the insurance pro�ided to a person or organization wha qualifies as an additional "in�ured" under SEGTION ll — LIQBlLiTY CoVERAGE, Paragraph A.1. Who Is An InsureQ, subparagraph Additional lnsure� if Requlred by Contract is primar� and nor�- contributary, the following applies: Th� liability coverage provided by this Coverage Part is primary to any other insurance available ta the additionai "Insured" as a Named Insured. We wlll not seeK contribution from any other insurance available to the additional "insured" except: (1) For the sole negligence of the sdditiona! "insured' ; or (�) �ar nsgligance arising out of tha vwnershi�a, maintenance or use of any "auto" nat owned �y tt►e additional Ninsured" or by you, unless th8t "BUtb�� iS 2`�trailer" connected to an °aUtO�� awned by the additional "insured" or by you; ar (3) When tne addltlonal "insured" is also an addltfonal "insured" under another fiabiiit� pol icy. C. This endorSement will apply nnly if the "accident" accurs: 1. During the poiicy periad; 2. SUbsequQnt to the execut�on bf iFt2 writt�n coi'3t��rt c�� var�tf�n ac�r��rt�er;` or tlte issuance of the writien permit; and 3. Rrior to the expiration of th� pariod of time that the written contract, written agreement s�r written permit requires such insurance to be prvvided to the additional "insured". t). Co�erage provided to an additional "insured" w!!I not be broader than cove�age provided fo any other "insured" under this Coverage Part. ALL OTHER TERMS, CONDfTIONS, AND EXCLUSIONS REMAIN UNCI-IANGED. Page 1 of i 461-0476 12 12 InCludes copyrighted materiai of lSQ Insutance Ssniices Office, Inc., wiB� ils permission flalil 13- I ?ERFORMANCE B�NO Page 1 of 2 � s�cTiorr aa si f3 7 PF.RFQR,MA1�[�F. RQNT7 Bond Number: 800190567 3 4 TII� STAT� fli' T�XAS § 5 § KiV�W ALL BY TIIES� PR�S�NTS: 6 CDUNTY OF TAItRA1�iT § 7 That we, Ti-Zack Coricrete, LLC , known as 8 "Prine;ipaC' i�erei[i d[icl A#lantir. Srer.ialty Ins+�ranee Cnrrinany , a curpurale 4 surety(se�reiie5, if inore than �ne) c�uly autharite�l �c� c�t� busines5 in the �tat� of Texa�. knowi� as t0 '`Surery" liereii7 {whether on� or mare}, are heid and fr:nly bound ��rrta the Ciry of Fort Worth, a � l municipai corporation created pursuar�� to the laws of Texas, k��own as "City" herein, in the penal l2 sum �� Three Million � 4QI100 Dollars �� �3,008,t108.U0 ), ]awful morsey of the United States, to be paid in F�rt Worth, t 14 Tarrant County, Texas fnr the �ayment af which sum well ar�d truly ta 8e made, we bind nurselves, 15 n3ir heirc, execntnrc, arlminictra#nrc, enrceecnre anrl aecionc, jnintly anrl CPVPT'.'1�I�l, firmly hy tl�es? 16 presents. [ 7 WHEREAS, Che Princi�s�l tids e�iLerec4 irsEu a�:erlai�i writte�i �utitrac;l wit}i lhe Cily dwdrtfe[i 1!t thP ���h rlay nf �avcmbc�' ')ty2'� whir^h t'nntrart iG hPrPhy rPf� rr�rl �n anr� inarlP a�ar# 19 her��+f fQr al[ pt�rp�+ses as if f�illy set f4r�h her�in, to fi�rnish �11 materials, eqtiipment lat��r and other ZO accessories detined by law, in the prosecution of the Work, including any [�hange �rders, as 21 provided for in said C�`antract designated as the 2U�4 Small-Scale InfrastrucLure Unit Price 22 Construction Contrac#, Various City 1'roject Numbers, 23 �iOW, THEREFORE, th� canditinn of this ablig�tion is suci� that if the said Principal 24 shall faithfuIly perform it obligatians uilder the Contract and shal I in all respects duly and faithfully 25 Perf�rm the Wnrk, includin� �C`Faan�e Clyders, imder the (�nntract, accnrdin� tn the Plans, Z6 spec�tications, and coniract docurnents there�n referred to, and as well during any �erind �f 27 extension nf fhe Cn�tract that may he �ranted nn the part c�f the City, then this ohli�atinn shall he 28 and becoFne null and void, otherwise to rema'sn in fulP force and effect. l�1 YRi7VIT1F.l7 FiIRTHF.R, that ifany le�ai actinn he fieci nn this Finnd, ven��e �hail lie in 3ii Tarrant Cnunty, Texas nr the Ilnited States ❑istrict Cnurt for the Nar�hern f7istrict nf Texas, Fort '�1 Wnrth 17ivisrnn CfT�' OF FOR7' WQ[ti'H Small-5�ale Infras�ruciure Prugram Llni� Pri�e Consiruction Contrac[ Far Driveways, Alleys, 5idewalks, and lnciden[al Flanva�k STA1VnARFIif]1�fSTRlI['Ti(}N SP�C'IFiC'ATIf71V flC1C'[iMFTlTS VariniicC'ity Prnjer.� f�iiimhPrc Eicviscd Dcccn�lxr S, 2023 �fit511i-1 �Exr�c3�r�i��n��� �c1�n FaQe 4 af 2 'E'F�'ss bc�r��! i� rn��tle F}t�ci ckes�uEr�! it� cornpli�tnc� 4�rith t)ic �rati�'ISIi51i� U���'�l�Pi�f ���� Of�l�]� � 3 �1 c G 7 $ 9 � {� 11 I� l3 !� 1� I {T [7 �x �� Zif �� .a.3 1'; iM1 ?$ � tl 2� ry� �3 ;; t} 31 32 a3 �� 't S 3�i i3 3R 39 40 �� �� �� 44 'i'c�as �o�•ernmeT�t Cade, us nmend�d, And ai] iiubiiities an thi� bc�a�d �h�i1 be dctcnn�ii�d in accUrr�uric�: with the prts��isioi�s uf'sui�i 3u�tuc. !�"V W'1'1'^1�;�� WH�:H�[3�, (I1C I�F1fiL'1[]F1I c�I1tI [flf` �LIiC�} havc �It;IV�iI and �E�ILEd tl�is i��strument hy duk�� autharized a�ents and c�fticer� �� t�i9s thc Btt� ��y �f• Fehruary , 24 �5 . r�7i'�STt J�` 1 — '� ( I'r i iyci{s.i! ;�;e • l,tr � J � - � ���+�i� �l� �.. W ilne•titi .ati It� E�rinci�sal PR[NCIPAL: Ti-Fa�k Concrete, LLG r ! I , f3Y: - � . _ r.�;� ��ienah�re , ., , �Sl!'�4✓ t'1��T1+���,: , i [�� ��'+l�-?rT I`�Ifi1fSC u�sc! '1'illc � � er�R[7`Y: , �„�vu� �v,�, Atiantic 5pecia#fy lresurance Company , �4 "`` + �""�� . r't�' �u�fruriqr� �,s --4T SE/#L' rz — — �frt 1 =,i, 4QFi � B�: � �'i'F +1 � `���T�r-M rCt�'*aGi 3'�t. .7 . 1+A'� � "h.y�qw..o �'� ��'•� JosFif�a R:,LnflEFa, Attorney-in-Fact , � nciclre;;�. 3$35a a�7st Ave Le CRnt��, M�1 §f301T Namc �ncj Titl�; ���. ' � � �Y� ��r--- 1�irr�tI1L4S i46 �li �L}fC'1}' M1l:IlL'IIS M4IfI5aFl Acicfress: 64� !il�3lvv�Y 169 Noeth� 5ults 814{! Pfvmauth. MN 5�441 .I'�lcphc�zc'+luriibcr_ {791y J��-T444 F`t�rHil:�if{�f�55; ���tK�int�ctlnsv�n�.��m '"i�otc: If �ig�s��i b� $�t �fti��.r af� cit:, `�ur�ty C-��n��ny, titi�r� ttiust Hc. a�y file a L�rtifie� cxtr��t fram th� f�y'I�W3 SI1�WI11� tll�t tF�13 }��Y$btl }1['l.i �lltI1QC1Yj� Lb Si�'17 Sl1GY1 [7I7I1�3t1[1R. I£ ��t�[y''s plyy�ic�l a��fr�s� is different from ft� mailin� a�ldress, batl� m��st be pr�t�i�e�i. Th� date afthe bor7d shal� not be pri4r ta th� da[e ti�e �;ortttact is awar�ed. C1T4` VC i ORT 1�L`{}RTi! 3[F�:tll 5c�le li�tra�uu�lure Pruuraan L.�n�t NE�se C;v�};tructton t.sn�r:�e� f�o i3r�v�u�at�ro, nI1�p5, ����tvul�s,;�n� f��cid4ntai ris�t�wrlc �'1'.4NI�AIL1� (;UidS'CRU(:'I'IUh SI'Est'll'!{;A'I'IUN D{JC'U;4tk:N'1'�' Vuriuu:; Cil}' P+ujiut Number.� Revtiee�i I]tct»�her S. 20?� 00 6I l4 - 1 PAYMENT SOND Page ] oF? ] SECTION 00 61 14 2 PA,YI'VIENT BOND Bond Number: 8D0194567 3 4 THE STATE UF TEXAS § � § KNOW ALL BY THES� PRESEI�ITS: b COUPJTY aF TARRANT § 7 That we, Ti-Zacit Concreie. LLC , known as $ "Principal" l�ere�n, and Atlantic specialty msurance c;ompany , a 9 coi porate surety (sureties), duly au�izurize� to �o ��ssines5 in tl►e Stace uf Tcxa�, ki�uwn as "Surcty" I � I��rein {wi�etljer o��e or ntore), are hel� a��d firn�ly E�oui��l us�to ti�e City of Fart Wo�-th, a municipal 11 co��puration created pursuant ka the laws af the State of Texas, krsc�wrz as `'City" herein, iii lhe penal ]2 surn UT Thraa Miilinn R� �p�iQA Dullars 13 f$ ��Q���Q��•QQ ), lawfui inone� nf the United 5tates, to be paid in Fort Wartl�, I4 Tarrant Cour�ty, Texas, for the payme�t of whi�h sum well and truiy be �nade. �ve bind ourselves. l� c5ur heii^�. e�eCui4i'5, �d�tilrliSYi'�tc3rs, SI�C�e5sc]rs and assigns, jointly and se�erally, firmly by these l6 presents: 17 WHCR�AS, i'rincipal �as entered into a certain written Cnntraci with City, awarded the 18 fi2th daY flf Movambar ,�024 , which Gontract is hereby referred to and made 19 a part hereof for all purpases as if fully set forth �ere:n, to furnish all materials, equipment, labor 2� and other a.ccessories as def€ned 6y Eaw, in the prosecution nf the Work as pr��ided fnr in said 2l ConEraci and designated as 2�24 5mall-5ca[e fstfrastructure lJn�t F'riCe �:oi�S#ruCtinn C:ontract, 27 V�r�4tls Ci#y Pmj�ct Ntim��'rs. -�3 NOW, iHERE3Ff�R�, THE CONDITIOI� OF TH[� QBLIGATIaN is su�:�i t�iat if 2� Frin�i�al si�a11 p�y alt �uunies uwiiE�, lu ar�y (anc3 alf) payrnenl bur�tl beneficidry (as t��fineti in 25 Chap�er 2253 Uf �i:e Tex�s Governmen� Coc�e, a5 amended� ir� the �rrosecutian af the Wark u�7der 2b t�le Contract, then this n�ligati�n shall be and become null and �oid: otherwise ta remain in full 27 fOCCE �i1d Cff�Ct, 28 Ttfis bUr��t i� rr�aae �riti execu�eti in c�rnpiiance with the provision� UfCha�ter 2253 Uf the 29 Texas Ga�ernment Cc�de, as dmended, and al[ liabilities on Iil15 boi�d sha11 be decermined in 30 accordar�ce wit� tlye provis«ns of said statute. 3i CITY OI' PORT WORTI� Small-scalc Infrasvu�ture Program U�lit Price Construction Cantract For Driveways, Alleys, 5id�wa�ks, and Incidenta] Flahvork STANDARD CflAfSTRi1CT1QN SPECIf-'[CATfON DOCLlM£NTS VariousCity I'rojcct lVumbers Rcvised Dcccmbcr 8, 2D23 4UG1 14-1 PAYMENT DOND Pa�a 2 ul' 2 � !N WLT`NESS WHEREdF, the Prit7�cipa! �rzd Sur�t}r l�ave e�h SIGi+iCa ;�nd S£A�.LD '_ thi; in,atr�tin��, �y �I,�, r�ut.h�cd a�*citits and offic�� �n tfiis the ��' c�a�� c�f � Fobruary r �(j F� � � � � � � !0 � 12 ATT�ST: � ! �.I�z — (Pr����u;ii� �CL" itiY � � �_ J - -- �� '�' � ��— Witi��:�� � ta T'��incipal - ATT�ST: Nat Ap}slica�f� ��isrety� 5ec;reEaey � �� - itiris°, r�ti [u 5ur+�l�' M�ehelle Merrisen P�ENCIPAL: Ti.7�ack Contreee, Lze ► � , hiri L3 S �1�11c� 111� ' '_ . � .�. ' k . � �! 4 ti V T� � ��CY� 4 �� � � � � � , ��a � E T , . - 4' N�ufi� �nci 'f °iilt. _ � , r �_ Asidt�esy: 3535� 22ist Ava , ,' . _'� ' * . . � `�. . _ -- Le Cenler, MN 56457 �._' �. , . - . �. ~'*` � � _ .i�� �� t�' SUC�LT�`; Atlanti� S�se�ialty Insurance C�mpany ,•' ` i�',;. ' � :,'�' — _ '+p�r�...�nS�hw M Y iJ�. 1� � ' '_._: if V .,lp'Itii�R1tA/, �"yi ' ' '� �'�EAL � �; , �,i tur = _ � i . . ; t�ee : , . � ' { ` 3 ,. 1; 1"r ,i w., n, � r.' JBshua Ft. �8ft19, Attarney=in-�act `� #,.��,.„.'_,�'r? Narr�� �ncl !'ilJc --- � -� �- y.' , . +� :'Ldsires5: 6QS NiQhvuay 769 N�rth. SuItQ 800 Rly�»outh. MN 5544t TC�C]711411C hliiil}�y��^ {781} 33�-748b �R]SlT f��L�f�5S; �ure[y�intacli��r�ura�t�e_ev�u Noce: If si�ne� b; �n otficcr of'th� Sus'et��, Citerc mc�st t�c: on [il,: � ceitifi�d �xtract from the 6y'saws xno��•in� r13�t t2�is pc�'3f517 I1A3 IIl![YfOfiL)� to si�� �uck� abli�:�ti�r�. if Surety'� �I�ysic�l :�ddra�s i.s �i�ffcrctjt tro�, ita nsaili�tg s�idre3s, ��th m�ss� �c �ra�w��dcd. Th�; dat� uf th� k�c�nd :�hall not be priar ta ttiG da�e che GoFitrait is awardec4. �1YI} dF SLCTION [:ffY Ul� I�[ik 1 W{}R CLI ��ua[] ;ir:;ilo lnfius[rus:twc i�rugi�ui R fuil I�i ioa C'rin::u uv�ic�u i`crn�ra�R #`nv l�rivewsys. ztllcys. Sidra�ulk,, ��nd Irr�iciama! Fla�wnrk STfLNf?!►I{L� CC�IVSTI��JCTi41u SE'CCIriCilT1+JN CJl7Cl.'MLNTS Vstictut: 4. ih PrDlett iVum6gis �i['YIY4�f'� �f[`['Iri�iG� fi. ��?�� GU51 19- I MAINTEi�IAi�1Cr BDND Page I of' 3 l � 3 4 5 6 7 k 9 ]0 1i I2 t3 l� l5 16 TNE STA�TE �F TEXAS S�ECT�01�I 00 G1 19 N1A1�1'1'��IANC� k��NL� Band Numher: 800190567 � § KNOW ALL BY THESE PRESEIVTS: COUIVTY �F TARRAI�T § That we Ti-Zack Concrete, LLC known as , °`Prinr.i�al" hPr�in anri �tlantic Specialty Insurance Company , a cnrpnratP siirpty (sur�ti��, it �a�r� #han �n�) �i��ly a�rthor�z�ci t� �!� k���sir��s� �� the St�t� Qf �1'exa�, kn�wn as "��irety„ herein (wllether one or more), are ��eld and iinnly bound ��nto the �`ity af 1-'ort Worth, a miinicipal corporation created paErsuant to tfie laws ofthe State of "i'exas, known as ``L'ity" herein, in the sum Q f• Three Million & 001100 poitars ($ 3,ODO,OOO.UO )s lawful money ofthe CJnited States, ta $e paid in Fort W'orth, Tarrant �aunty, Texas, �or payment af �vl�ich sum we11 and truty 6e made unto the City and its successors, we 6ind ourse3ves, our heirs, 0}t�CUt4C5, ��171[lllStC��01'S, SLECCe5S41'S aild aSSI�(l5, jo�ntly and severally, firmly by these preser�ts. 17 WHEREAS, t17e Principal huu� entered into u certain r�vritten co�iract with the City Awarded �$ ��� �ztr► �a,� a� No�emher ,�a 2� , which Contr�ct is hereby I9 refeerec� �u aiz�l a rr�aele �arl here�f fcrr all purp��es as 'sf tully �e� fur�h fierei�i, �t� furni�f� all �nd�erials, 20 eyuipmen� IabUr and olher ac�essorie� ds delined by law, in lhe pruse�ulion oi lh� W�rk, in�ludin� 21 any Work resulti��g frpm a duly autharized Change Or�er (callectiUely herein, the "Work") as 22 23 24 25 prar+ided for in said conlract and designated as 2024 Sinall-Scale lnfrasrructure Uni[ Price Construction Cantract, Variaus City Proj€ct Numbers; and WHEHEAS, Princi�ral hends itseif tn use sucfa materials and to so construct the W�rk �n 2b accorc�ance with the �lans, S�ecifcatic�nS and ['nntract Ilncuments that the Wnrk iS �nd wfll r�main �7 t'ree f'rom defects in materia€s �r «+orkinanship tor and during the period of two {2) years atter the 28 date af I-�inal Acceptance ot-each task order by #�se �ity �"Mair�tenance t'eriod"}; an�d 2� 3� 3,� 32 WHE1tEAS, Prir�cipal binds itsclf to rcpair or rcconstruct thc Work in wholc or in part upon r�cci+sng noticc from thc City of thc nccd thcrcfor at any timc w'sthin thc Maintcnancc Pcriod. CITY Df •�RT t;,V��Ti� Sma6�-ScaEe Infrasrru�rure Pragram UniF Prire Consiruction Contratt fQr Drive�vays, Alieys, 5idewalks, and lncidental FIaCwQrk 57'AIJDARI7 CQNSTAUCTfOhi SPECIFSCATION DOCUPRENTS Variaus Ci�y Yrujec� Numbers iCVl�C[1 I7CC:C]f[iJCf S. ZO23 1 2 3 4 5 b 7 � q 1� ]] i2 l3 l4 15 1G i7 l8 19 OOti[ 19-2 h1A1I�fTENANCC [301�ip Page 2 of 3 NOW THEREFORE, the condition of this o6ligatian is such that if Principal shall remedy any defecti�e Work, fflr wh�ch timeEy natice was pro�ided by Ciry, ta a completion satisfactory to tlze City, then this o�ligaiivn sl�all becoFne null and �uid; �iherwise ta rciiiain iii full furce aiid effeet. PROVIDED, HOWEVER, if Principal shall fail so #o repair or reconstruct any timely nnticPri r1�fPr.ti�P Wnrk, it is a�rPPrl that the City may cause any and all such defecti�e Work to be repair�cl ancil�r re�on�tr�xcteci with all �s�ociated costs thereot aei��g born� by tlie Friricipal aiid the Surety under this Maintenai�ce bond; and PR4VIUEU �IIRTHER, that if any legal action be €iled Qn this Bond, �enue shall lie in Tarrant County, Texas or the United States District Caurt �or khe Northern District of Texas, Fort Worth Di�ision; a«d PR�VIDED FURTHER, thac this obligation shal� be continuous in nnture and si�ccessivc recoverics mn}� bc had hcrcon for sc�cce�sivc brcnchcs. Ci'fS' OF FUR'I' W[)RTH SiEiall-3ce1e f��fiasuu�iude P�u��airi Uni� Piiee Coiisuu��iuri Conirae[ ficx Drive�vays, Al�eys, Sidewalks, and 1nc�dental Flatwnrk S"fANDARD CONSTRUC'FION SFGC[I 1CAT1bN DOCUMfLNTS Vai iuus Ci�y Piuje�[ Nwu��i5 Rcriscd Dttcmbcr i3, i0i7 OObI 14 3 MAINTE�fANCE Bt]Nl] Pe�r,r. 3 ��F i 1 i1�i Vl�ITNESS �VNEREOF, the Frincipnl and tfle tiu�ek}� h�Vl'• 4'[LCtl ,�I�N�U AI14{ ,��'r�LISU LtilS ? ii75frumcnf i7�� duly authnria�d agenis �n�i offi�crs on tftis tli4 Cth ��<<y U�' Fabruary ��� i � �} F5 , , •-- �,' � '�t;•- {�. � .r / � � � ,� �� � � ��Se�� � -}�F. - � 5 G 7 S 4; � II ii 1� 15. Ib 17 18 19 7� 1! �� �_} �� 1i ?�j 7'7 Z$ 34 �s 1 3 �' 33 i� i5 3(i 37 38 �s) �n dI �� A 1 1 i-:51`_ � �'� L ,� ' (PrincipAl� ccr tary� 4 � r -i Fr' -� k'F t �- �rt�f7C55 �5 t4 �YIAClp:1� f7 ��,J } lY . , _ :•}�� � A�'TES'T': �Ki�vc��r�l`�i.. : �` . _ ; �.., _ •.S .—, _ Ti-Zack Cancrete, LLC - - ' ' - -. nY �• � "t gnature �1��� 1�1P�i�"�L�]tl. �i��,���� I+iaurtc u�d Ti[!� Address; �9�5� ��1$t Ave Le C�nter. MN .ri�i05T •a�„�"' �, . � I 1 R F'i"�' , Atlanlio �p�ef�lty Insu�ance �otsipany -;°�'+ ��+�";ti.. i1 _ +.�,:1'+�n f : r'— - - - SEAL � • ' � i , ^ tS3t i � !ii'- r� , _� _._ " ��s .�s��*`� ' `,''�'E�.Y i�iiilil`C : _ "'�,.��;.'.��^'�'• . , Jashua R. l.attls, Attamey-In-Fa�t � ' ,� , Name and Tstle - . , � `` lVot Appiicabie �ti�r�yu. 80s Highway 789 Afo�tli, 3uile 800 s�ur� � 15acret:ur�� Piym�erth, MN a�4� il�irtis ��s ti� �'ii�rr�Y MICh91l bl Uil ��'elephane wuinber: _�T84� 332-740fl rm;�il A��Irlr�:� surety(u3intactinauranae_Qem '�1�foh*: i!'si�n�d l�y �l nfticer rrf the �urety Cc�rn��Fir�y, I.���re n2��tit ��� t+zz �lt: t� c'�'rlili�'tI �',l'�Cti4[ frnni thc hy-l�tiv5 51tOwins� th..�+t [l�is per5o�� ltals r�ulh�rity to si�n �u�t� vl�li�alfon. !I ��.�r�ly`� pkiy'�«��t! �,c�c6r�J:� �;� +��ll�r�=�� lrt+in �� m��itin� a�€ire��, �c�th muat k►s: prvvi�ttd. The �ate ��f tht bolz�l �1��11 iiUt be �+�is�r iW li=r tiute ll�r Cunlr�ul is uN�urt�td. (`i`i'Y E�3" E C1RT 1V�f!'{"i I Str�nll.�..°ni. Inf n.�in�[ ���rr f'�;,r;,-;�R, ! E�il i'ritr C onstn�ct�vii C.ontrack ta� Uiivc�ti�a5�s. AI}s)'s. Sldew�lks. and lnc��eE�ta) l� fal�v��� k 5T:INI7A�t�] C'ONBTRLfC'TiL�iti SP�CiPiC�4TtON DOCUMGNTS Varinus City Prnje�t 1+jumhers ReciceJ L7mceinl�ei S,?U33 IMPdRTANT NOTICE To obtain infarrnatian or maka a carnplaint; Yvu may contact your �gent. 11ViSi� iMPC1RTANiE P�ra o�tener informacion o para sc�met�r ur�°qr�e��; , Puede cummuni�arse can su agente, Yvu rriay caf€ yc�ur Insuranee Carries's toll-fr�ae Usteci puede Ilamar ai numera de telefono gratls de su telcpnone numher fc,r inf�irmatinn r�r tn nir�ke rnm�:�ni� dr. ,r�c�tsrn�; p�r� inform�c�Qn o p�ra s4m�ler a complalnt at: una queja al: 1-500-321-272Z You rnay a4sv write to y4ur �nsur�nce Carrier � 9-60d-321-ZT21 Ustt�ci tambien puede escribir � su compar�is de seguros en: Atianti�: �peoialty tnsurance Garnpa�ry Paraleg�l E0� iii�hw�y 'f EJ North, �uitcs 80C Piym�uth, MI� 55�4 � Enzaii- sJrety�intactinsurance_com F�h�ne: 'l�fiU�i�-f}15#� �Itlar�t€c 5pociully I�wurartce Gamp�ny� Paralegal Ba5 Hishw�Y 16'�J Norlf�, Suit�a $0� Ptymoutn, MtJ 5s44�t �mail; sur�tyQ+ntactm��ran��.wm Phone, 1 �0�$6�-Q1 � Ynu may eoritact the Texas [)ep�rinzent af Pusde comunicarse con ei Deoartamento de Seyuros c� Insur�nce to obtaln in#o�atlon on Texs� ��re 4ht�en�r inforrnacion sc�ar�ca de �flmpanias. COlTlptilll�S� C4V�fa�+�5, fl�ht� Of C4lllplaln�,i r:ubeiturar, derec��ob u yuej:�s ai� � �I�SQQ 2'S2�43� YExa inay write th� Texas Q�par[nies�t of Insur�nce: 1-9U��2S2�439 ����, �yr;ri�,�r �� or��y�r��mcnko d� Ss��aras �c Texas: P.O. C3ox ��99Q�t, Austin, TX 7F3714-97Q4 Fax' (5�f 2} �90-'100'� N1r�la. wwv+r,lcfi.lexas.�uv C-ma��; Consum�rPr�tec�iar�[�tdi.texas.�ar� �'.Q. Bax 14910�4, Austin, TX �8�14 �`ek: (5f �� 4�0-7007 Nl�b: wuvw.ldi.texas.gvv �-rnail; CvnsuntarProtee[�nn�tdr.texa�,.s�av PREMIUhfI �R GtA1M DiSPUTES: '3hot�ld p�$pj�TA$ SOBRE �R1MAS � RECLAMQ$: $i t��n� yr�u ha�e a dJsp�te concerning y�ur prerri�um un� �is�ut� c4n�erniente a su prima � a un reclarr�o, deb� �r s�#:��i�t z cl�lm ye7U shot�l�! coRtact thc �gcnt cvm�riicarsa �on e� agente prin�ero. Si no se r�suelve la first. if ti�e �isput� is not rpsatv�d, you tnay ��yRu��, p���{t erit�r��;+:� cUmuni�arse �on e! Lv�+f;�ct tt+�e T�Yas D�.�arl�n�r�t rrf In�urar�ae. dspartam�nio �TDlj� AT"fACH THlS MQTICE TQ Y�UR ROLICY: UNA ESTE AV[SQ 11 SU RULi�A. �st�; �vi3o es svlo �his n�#Ice ls �a* informativn �nly ar�d dn�s ;,para propositc� dc inforrnacion y no ss cc�n�ierte en pa�te not bacome a part or �onditian oi khe att�cfied condicion clGl dvc�:r��eRto +adjuntv. document. VCM PHN TX 441 14 1� i���� i��sy�►n�r�e It[+Inu�� _A4� �u2�'iW 2��'?'Ii�.S� F13ES�N't'S�� rh�[ rtTiJ'��i'I'1r� �i'E�S;I,4LiY f:�5L'i��1"1CC CLlh7F:l[V]�. �f �ics� V�iru r�I�i�'atini wiili u; hnritlp+fF �7PLtCC iA I'�YTIIV�[LR� �Zinnra�ta. dnrs tferEl#4' �4iAst�sutr.�nl r�,�no�s A«4fin M��risiArklcbii, Lte-;nn J. Ueaireic},, L'uliiy D White, Dyfu� 9d�►ef�,. Ivncla{a Car�Ii��nl, ,1v�Lua li. Lulux. �i�ivtiue i►ri tseck+, i�irlinr�a� C_ Bludgetl. i�ikhelle �airi�un. [Yadi.,r, Wv,�vr�. IVievle 9iilliiig5, R, W, franE�, tt.C. i3mvmae, Husa K 5t��eirr.t, Hy;��f-plititia � Leue�ly, 3ain�r� !4t Fnr;.ssrsi�r�. Faral� Draar. Tr[I 1na�grnern. `fir�� namatli n�rn ��,�i»,�1�����IiF et+j�s�'s b: m:rt tlaur+ ytts na+iirtl, �tn t�uc sri� lawiul �issi��u�•9�t�rFa�I.1u �m�i:r. cac��;�r�•. sr•al �,��d �i�dl����r tnr ,nr� nn trs iWh.dr ,�s s���;�� y, ,�„v ,,wi �I, t�o�u1�, ��:w�n�ancci. cancr:�as o1 rndetnnitv� and all u�i�t�i wii�i��gw �+I�li�;,uu�y n� alie n�iure [lirrcof: �rravu�r0 �har nQ uot�d ur �n��rta1[dn� "-x.�:c�atrt! �ntie: [his �t��harif�+ ;t�All r�xsr��*ai m�iitlillli57 I��t' hune 0�: !lDTflllk�e►I�»tl nc� t^e� r+rtlnn ��f siirh isnnils �rr�t�;nal,lu��cy �vuiru�t3 ul iudem�ti�}�, ��d �1! utitti tivi itiuga �rfaligtll7if W 171 diF'✓ 71�7YIIA5' 1�17•IPiI� 111 i.}5:1�1liiSYl3� ui r1ir.�5e prrsen4, xsir�fi i�r z� I��n.113�� it�xfn s�irl �ixfnp�r�y as if [itMr Ite�ct ireCri Eulty signtd by sn 71ULIIl1lI.fA'[� IIjIIL1V L+I� 4llt� �.1Ju��1HIlY JA4� Yl.IIPLI 1YFiIk SkY: CfYi[SI7i134V "C7i� ��L��}i�. pilWi�r r�r Attusnry i: marJe anrl r���i���r���l I,v .�ullloriLv ui th� iuiluwvt�+ trsu�uNnqY �fy���s by � D�MiiI i�t �J:d!!i'W1S U! fSTSJL^i"Tfi'�'S4'Ll:1l4E, �'Y 3141;'f3iiN[-F �[ 11U11'1�N1 15h thr ilv�ni}•�tflll c1Kj+ 01 Sf��7L�m0�rr, 1U1=: Rrti�slvrri� Thai �hr Prr4arlrns ,,ny S.�uz�r vict 1'resrdciit a vi«l'ewiJ�rn rr,i�li aii "hutl�r�rir,tJ L�€{i<<�r"] m�y vx�+nue f�r and ui hclaa:! n! 4sr �.ompany any and �ti{! hnnr!s, s�+[u�nvsn�ea, �:ont�a�ta ul illdrlisiiiAl�, �in1 ,�13 ��I�lir w��ti�i��� v��Ei6�[uey u� 3he nor�re [hnT�a{, �R� }�'{,�K {j'1l' 3CA� 4f ShC G6Il9pJ15Y [I1L•fiii�; oht}�lr�A1 fMC M1iuf�mix�.,! fl{il�.�� ,��,,� :i��l�nurr •md aull�oricr an A[[omnF�in•i'ac� m ewv� nre vn bohalf ei [he Cun��r.tt�y anv sno a!1 suth �nt�trumenrs and m,��r�x mt CvtnPat[y r_� shrrct��; �nd [h�c ci�v Aunc�un�^d i]ffic�^r may a[ ai�v �isn�• iLY7141V1' illiY Sili'I7 ;�ll[fif1CV"Ill'Fat�� .I:11I fPVL1I�P.lil �IOIYCI' BFHj �mriruntti� gfvtn ta :�ny sucM1 Attorney.�n• F�c[. Rcsolvecl; Th�t t}�c ritrnmev-in-Iarr mav he � ivru r��n ��r�x�r•r;,ml �suttwrity m r:�ecu� t�� an� in thx namraud ou Ircl�alf uf ihe ���nipuuy ;i��y .�iul aR usmda. rern�{n+�anrr;� r�rrr�rr,is�t� ia( �nr}Lrt�Rv, �p� �LI p�ycr w�1�1�131�5 ob11R3tvry tn thc rta6u�vthe?�vf„�nw �nv su�h inr,��uinrn[ i�nc�u[t�l bv ��ry wc]i r1��r,inrv-in�fx� xhali !x tu i�'usciinu vp^^ tht Cvmpu«v a� iF siKi�c��# aa�J?ti�iL'i� �1V 7ii Ati[Lf11164'S� U�EILL'1 �FiIL�, fui�l�uw, {IIY �VIfiIT2iC'Y•lll'SISCf t5 IICiCII}' JSl{�10f17.t'1I f!1 VCl'If}r.1t1�f a111f1RilFi coqwrad rn be,��d�s, � s�� ���io�� a��r.r,�;aiir.am vti, �:<��ui`F�:'lh III 1111Ii�Ii41111V� �utida!! arGlu�r wmin�s aI�L���ery In tihr na�wrr rhrrcr,f. �1,t3 ��iwrr r�i r�llnrns�y i3���:u,�d and scxlecl bv ta�simafe uridcr the atatli�s��y s�i d� luLlwui� I�tisuYu�+µi �+iup�ee! bv rl�r Hu.ud u[ tlirecmrs ni.1:1"1.A�t7lC' 4i�[ l��l."!"Y EM•,�!��,q.v[_� �:r}[�gl'A."d'Y ap the� �w=;u[v-iilr<< �iay uf `^�,[J4L'IIII}L'i�'�4I:.�. R=�st�lue�l: "1ia� �tie etnn,nuru nf nn �t,rthnr�ett ciinccr. the 9i�n€�tate nf [he 5riaewry nr s3�c �t::sisnni nrnrrarv. �nd ti�r �.�,inj�.,��y r,�.il wuv 6c aiiucrd ai ia�ir•r�li� Fu as�y ,�n���er af a[rornev n[ [n �nv r��a3iir�cc rc��tina tfterrti� a�flniminF ��n nnam;�v�n.rac} Cnr ��u��x�aac rsn[b r�x i:�YU�_littfiq ap�l sz�lii�y.ull� Iii�l�, undtRt:�lslnR, reccs{;ni�nee nr othrr wGafrrrr oh�li�atlen �n rhe n�o�urr jhrisnf ann anv �u,-i, a��+rrn#uiY dp1� �C6I w��crs su uscd, tiriaie htic�Gr u��51L'ltii� UV IfIW 1 �uwW�mr .Y:1a71' 13Y1£Ihi�'7i�'rlaYiirr tsf 411rh alftlt`�tr dHii ii5x �t7y�1�tt71 p1�J Vt-�14' � LVS[�3+Si1��. iOIJC ��J�iGI ,1i1Si.GM�{fl�i U17VA llli't_'3II!}l.11l'f WILI1 I.[N�Shcit{' fUl'Lf.",lIIl� I!��EC4.1] [j1611�Y1 ts�5i5sa�t�ly di�jkkl{{ ' I �y ++�[`S'�L;S t+�l]CRCo�..+17'LRI�''T!C =P�'�rlLTS`?idyi�A.AM4:� riSSvIDhN'�'li�s ��runeJ �liesr pr+.�seuu w Ze eigrc�d hy an r�,urhartrre t�f{irrr ann r1?a .aai n�+hC Gump�aiy rG, ��n affi�ed �fii� Fu:.� d�c vf lmivaty, 2f}'d:i. �, � si�>>re nr hur�NesoZ�a 4�j���NFFTF\! �'�lt�fU'r"7' �m �lus i�rsr ri�t� ��f izni�iry ?i�� i, rs��F�,;�• �n�+ p�-r�ut�,r11V c�u:ss� S�uala ,�l }tvlar. V�[C FrNSid4t{E li141 Gct4t,Ed{ Cuu��Sif uf ,1Ti_A�Tir= SPi�,{;iA[,TY I�iSURlify[.L C0*rlP;1N1�'. v, m� �rw,uu.�ilv L�in�Yu rr� iw �6�• �„�I���tiuu1 Wvl �,+tites de�cribc,i ;,� and wEw exrcu�s �I ck=c p�,�c��din� ILr�uL��eni� a�itl yiit� �i ku{�wli��f�i�d �l�r enei�uumt ot tfu �mc�. ao-�� lsrmg hy inr Ju�N s�arn rl�fl� al,c u z!u snid.,fEi��,� uf d�s, G_a�e��,.�,Gy :v�,��*,�i�l, ,���,� dra� ii�v 4��,d .�A1M„ii au �3ii prcr;cilinb iustriimesu ts ihe �c�l uf �s�d [.nn2�uny ancf mar �f��� a„i�t ,��I ai�tl Ntr si�wcu�v ,w.url� affirs{ was �1�11' afLr.�d aEis� suE:yL�ii+rrJ 4�c �rit� �uFsi i�ir�uEtu���iu lry �F�t� autl�u��fiY .Iilild! i�1C'[�tfCLfiUff ii� lI4C 4•Gl1}j7��t�v _� �, ,? - _�u: �. _. :—.��[�� f� J f±+ jY'•��'rrl.f.��} : r,: 'SF�+� '"� _ � i�9b � � nv ":, s, xti _�f �t - �, , . � :, ,� �a��.,����...�� r_F��-. _r_ ��J `� Srr�h II.ICa#ar. V�cr P�rs�drn� �ed C,�nCYai l�oifrisCl r i���i`Sn� d ���.C-,� �iV�.iT f ��+r4= +'�� ��,;,��t a���� e R,��r�r�Fti��a � �'fr;', �. ,',��"��,f ! �".��� 1,yGa��c� �un trp���.a = � �a i�h;�..�, sa+suru 3� �an i !Vnrary f��lilit � - - i I, tl�v i�udrrssi�i�J, :+au�eta�.v ++f A'lI.A.T�TiC 81'ECl."liFi' lNSUf;f�hltL 4:OME',�1NY, 3 14C5�r YrSf6 GAF�ihYaEtnn, dn IivrrOGti 4[�tLLY LI]¢l IIl[ IDIef�VL1R WN'� VI flUVllli'y W 111111II [arec aiid Eems ne� bcra rrvnkecl, and ihr i�salurira,. sKt i�nh nirxitr niw Arrn �ft itiYid �lkdlS[�'J7ii�'il�l'd�. �}iL�^1� �l This Fower at Anr�msv ex�sue�; lenuaev 3i. tr)er1 dcv nf Fs�ru�ry , Z�ii� A•� � k S?r�� � ;: ` � ��`�r �t3 ' �385 — • �'f •�3� �;� . iG� �i1 .` ,- � ' t � �, �i`� �- w���� !` . - 1� � -� .441 .� '�!� � aL� c - � -r- , . .c K.ara L.tS, Ltura■�,.}oCrelu�� _ . , r, � � i� j. � ' _ .�.'�`��•' �� Yl4.�c� ddt�si hn[td veiiticatiart� ro-_, �_�_�,�_.��.�,. � ��� STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT SMALL-SCALE INFRASTRUCTURE PROGRAM ONLY CIT Y OF FORT WORTH STANDARDCONSTRUCTION SPECIFICATION DOCUMENTS Revision: 8/23/2021 Small-Scale Infrasriucture Program Unit Price Construction Contract for Driveways, Alleys, Sidewalks, and Incidental Flatwork Various City Project Numbers STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT TABLE OF CONTENTS Page Article 1— Definitions and Terminology .......................................................................................................................... l 1.01 Defined Terms ...........................................................................................................................1 1.02 Ternlinology ....................................................................................................................................................6 Article2— Preliminary Matters ...................................................................................................................... 7 2.01 Copies of Documents .........................................................................................................................7 2.02 Commencement of Contract Time; Noticeto Proceed ............................................................ 7 2.03 Starting the Work ...............................................................................................................................8 2.04 Before Starting Construction ............................................................................................................... 8 2.05 Preconstruction Conference ....................................................................................................... 8 2.06 Public Meeting ...................................................................................................................................8 2.07 Initial Acceptance of Schedules ....................................................................................................... 8 Article 3— Contract Documents: Intent, Amending, Reuse ........................................................................... 8 3.01 Intent ...................................................................................................................................................8 3.02 Reference Standards ..........................................................................................................................9 3.03 Reporting and Resolving Discrepancies .....................................................................................9 3.04 Amending and Supplementing Contract Documents .................................................................... l0 3.05 Reuse of Documents ....................................................................................................................... 10 3.06 Electronic Data ........................................................................................................................11 Article 4— Availability of Lands; Subsurface and Physical Conditions; Hazardous Environmental Conditions; ReferencePoints ......................................................................................................................................11 4.01 Availability of Lands ......................................................................................................................11 4.02 Subsurface and Physical Conditions ..........................................................................................................12 4.03 Differing Subsurface or Physical Conditions ..........................................................................................12 4.04 Underground Facilities .............................................................................................................................13 4.05 Reference Points .................................................................................................................................14 4.06 Hazardous Environmental Condition at Sites ......................................................................................14 Article 5— Bonds and Insurance ..................................................................................................................16 5.01 Licensed Sureties and Insurers .................................................................................................16 5.02 Performance, Payment, and Maintenance Bonds ............................................................................16 5.03 Certificates of Insurance ..........................................................................................................16 5.04 Contractor's Insurance .............................................................................................................18 5.05 Acceptance of Bonds and Insurance; Optionto Replace ..........................................................19 Article 6 — Contractor's Responsibilities .....................................................................................................................19 6.01 Supervision and Superintendence .................................................................................................. 19 CIT Y OF FORT WORTH STANDARDCONSTRUCTION SPECIFICATION DOCUMENTS Small-Scale Infrashucture Program Unit Price Construction Revision: 8/23/2021 Contract for Driveways, Alleys, Sidewalks, and Incidental Flatwork Various City Project Numbers 6.02 6.03 6.04 6.05 6.06 6.07 6.08 6.09 6.10 6.11 6.12 6.13 6.14 6.15 6.16 6.17 6.18 6.19 620 6.21 6.22 6.23 6.24 Labor; Working Hours ....................................................................................................................20 Services, Materials, and Equipment ..................................................................................................... 20 ProjectSchedule ................................................................................................................................ 21 Substitutes and "Or-Equals" ........................................................................................................... 21 Concerning Subcontractors, Suppliers, and Others ...................................................................24 WageRates ..............................................................................................................................25 PatentFees and Royalties .....................................................................................................................26 Permitsand Utilities ....................................................................................................................................... 27 Lawsand Regulations ........................................................................................................................... 27 Taxes....................................................................................................................................... 28 Use of Sites and Other Areas ...............................................................................................28 RecordDocuments .......................................................................................................................... 29 Safetyand Protection ...................................................................................................................... 29 SafetyRepresentative ..................................................................................................................... 30 Hazard Communication Programs ...........................................................................................30 Emergencies and/or Rectification ......................................................................................................30 Submittals....................................................................................................................................................... 31 Continuingthe Wark ...................................................................................................................... 32 Contractor's General Warrantyand Guarantee ....................................................................... 32 Indemnification.................................................................................................................................... 33 Delegation of ProfessionalDesign Services .................................................................................. 34 Rightto Audit ........................................................................................................................................... 34 Nondiscrimination.................................................................................................................................35 Article 7- Other Work at the Sites ..............................................................................................................................35 7.01 Related Work at Sites ..............................................................................................................................35 7.02 Coordination ...............................................................................................................................................36 Article8 - City's Responsibilities ....................................................................................................................................36 8.01 Communications to Contractor ...................................................................................................... 36 8.02 Furnish Data ............................................................................................................................ 36 8.03 Pay When Due ...............................................................................................................................36 8.04 Lands and Easements; Reportsand Tests ................................................................................ 36 8.05 Change Orders ......................................................................................................................... 36 8.06 Inspections, Tests, and Approvals .....................................................................................................36 8.07 Limitations on City's Responsibilities ...................................................................................................37 8.08 Undisclosed Hazardous Environmental Condition ................................................................................. 37 8.09 Compliance with Safety Program ............................................................................................37 Article 9- City's Observation Status During Construction .................................................................................37 9.01 City's Project Manager ........................................................................................................... 37 9.02 Visits to Sites .............................................................................................................................................37 9.03 Authorized Variations in Work ...................................................................................................... 38 9.04 Rejecting Defective Work .............................................................................................................. 38 9.05 Determinations for Work Performed ........................................................................................38 9.06 Decisions on Requirements of Contract Documents and Acceptability of Work ....................... 38 CIT Y OF FORT WORTH STANDARDCONSTRUCTION SPECIFICATION DOCUMENTS Small-Scale Infrashucture Program Unit Price Construction Revision: 8/23/2021 Contract for Driveways, Alleys, Sidewalks, and Incidental Flatwork Various City Project Numbers Article 10 - Changes in the Work; Claims; Extra Work ................................................................................... 38 10.01 Authorized Changes inthe Work ..................................................................................................38 10.02 Unauthorized Changes in the Work ................................................................................................39 10.03 Execution of Change Orders .................................................................................................... 39 10.04 Extra Work .......................................................................................................................................39 10.05 Notification to Surety .............................................................................................................. 39 10.06 Contract Claims Process .......................................................................................................... 40 Article 11- Cost of the Work; Allowances; Unit Price Work; Plans Quantity Measurement ..................... 41 11.01 Cost of the Work ..............................................................................................................................41 ll.02 Allowances .......................................................................................................................................43 ll.03 Unit Price Work ...............................................................................................................................44 11.04 Plans Quantity Measurement ...................................................................................................45 Article 12 - Change of Contract Price; Change of Contract Time ............................................................................46 12.01 Change of Contract Price ......................................................................................................... 46 12.02 Change of Contract Time .............................................................................................................................47 12.03 Delays ...............................................................................................................................................47 Article 13 - Tests and Inspections; Correction, Removal or Acceptance of Defective Wark ........................ 48 13.01 Notice of Defects ..................................................................................................................... 48 13.02 Access to Work ................................................................................................................................48 13.03 Tests and Inspections .......................................................................................................................48 13.04 Uncovering Work ............................................................................................................................49 13.05 City May Stop the Work .................................................................................................................49 13.06 Correction or Removal of Defective Work ................................................................................... 50 13.07 Correction Period .................................................................................................................... 50 13.08 Acceptance ofDefective Wark ......................................................................................................51 13.09 City May Correct Defective Work .................................................................................................51 Article 14 - Payments to Contractor and Completion .................................................................................................52 14.01 Schedule of Values ..........................................................................................................................52 14.02 Progress Payments ................................................................................................................... 52 14.03 Contractor's Warranty of Tit1e ....................................................................................................................54 14.04 Partial Utilization .............................................................................................................................................55 14.05 FinalInspection ................................................................................................................................55 14.06 Fina1 Acceptance ..................................................................................................................... 55 14.07 Final Payment .......................................................................................................................... 56 14.08 Fina1 Completion Delayed and Partial Retainage Release .......................................................56 14.09 Waiver of Claims ......................................................................................................................................... 57 Article 15 - Suspension of Work and Termination ................................................................................................ 57 15.01 City May Suspend Work .................................................................................................................57 15.02 City May TernunateforCause .................................................................................................58 15.03 City May Terminate For Convenience ............................................................................................. 60 Article16 - Dispute Resolution ................................................................................................................................ 61 16.01 Methods and Procedures .......................................................................................................... 61 CIT Y OF FORT WORTH STANDARDCONSTRUCTION SPECIFICATION DOCUMENTS Small-Scale Infrashucture Program Unit Price Construction Revision: 8/23/2021 Contract for Driveways, Alleys, Sidewalks, and Incidental Flatwork Various City Project Numbers Article17 — Miscellaneous ......................................................................................................................................... 62 17.01 Giving Notice ...................................................................................................................................62 17.02 Computation of Times .......................................................................................................................... 62 17.03 Cumulative Remedies ......................................................................................................................62 17.04 Survival of Obligations ...............................................................................................................................63 17.05 Headings ........................................................................................................................................... 63 CIT Y OF FORT WORTH STANDARDCONSTRUCTION SPECIFICATION DOCUMENTS Small-Scale Infrashucture Program Unit Price Construction Revision: 8/23/2021 Contract for Driveways, Alleys, Sidewalks, and Incidental Flatwork Various City Project Numbers 007200-1 GENERALCONDITIONS Page 1 of 63 ARTICLE 1— DEFINITIONS AND TERMINOLOGY 1.01 Defined Terms A. Wherever used in these General Conditions or in other Contract Documents, the terms listed below have the meanings indicated which are applicable to both the singular and plural thereof, and words denoting gender shall include the masculine, femiiune and neuter. Said terms are generally capitalized or written in italics, but not always. When used in a context consistent with the definition of a listed- defined term, the term shall have a meaning as defined below whether capitalized or italicized or otherwise. In addition to terms specifically defined, terms with initial capital letters in the Contract Documents include references to identified articles and paragraphs, and the titles of other documents or forms. Addenda—Written or graphic instniments issued prior to the opening of Bids which clarify, correct, or change the Bidding Requirements or the proposed Contract Documents. 2. Agreement—The written instrwnent which is evidence of the agreement between City and Contractor covering the Work. 3. Application for Payment—The form acceptable to City which is to be used by Contractor during the course of the Work in requesting progress or final payments and which is to be accompanied by such supporting documentation as is required by the Contract Documents. 4. Asbestos—Any material that contains more than one percent asbestos and is friable or is releasing asbestos fibers into the air above current action levels established by the United States Occupational Safety and Health Administration. 5. AwaNd — Authorization by the City Council for the City to enter into an Agreement. 6. Bic�The offer or proposal of a Bidder submitted on the prescribed form setting forth the prices for the Work to be performed. 7. Bidder The individual or entity who submits a Bid directly to City. 8. Bidding Documents—The Bidding Requirements and the proposed Contract Documents (including all Addenda). 9. Bidding Requirements—The advertisement or Invitation to Bid, Instructions to Bidders, Bid security of acceptable form, if any, and the Bid Form with any supplements. 10. Business Day — A business day is defined as a day that the City conducts normal business, generally Monday through Friday, except for federal or state holidays observed by the City. 11. Calendar Day — A day consisting of 24 hours measured from midnight to the nextmidnight. CIT Y OF FORT WORTH STANDARDCONSTRUCTION SPECIFICATION DOCUMENTS Small-Scale Infrashucture Program Unit Price Construction Revision: 8/23/2021 Contract for Driveways, Alleys, Sidewalks, and Incidental Flatwork Various City Project Numbers 007200-1 GENERALCONDITIONS Page 2 of 63 12 Change Order—A document, which is prepared and approved by the City, which is signed by Contractor and City and authorizes an addition, deletion, or revision in the Work or an adjustment in the Contract Price or the Contract Time, issued on or after the Effective Date of the Agreement. 13. City— The City of Fort Worth, Texas, a home-rule municipal corporation, authorized and chartered under the Texas State Statutes, acting by its governing body through its City Manager, his designee, or agents authorized under his behalf, each of which is required by Charter to perform specific duties with responsibility for final enforcement of the contracts involving the City of Fort Worth is by Charter vested in the City Manager and is the entity with whom Contractor has entered into the Agreement and for whom the Work is to be performed. 14. City Attorney — The officially appointed City Attorney of the City of Fort Worth, Texas, or his duly authorized representative. 15. City Council - The duly elected and qualified governing body of the City of Fort Worth, Texas. 16. City Manager — The officially appointed and authorized City Manager of the City of Fort Worth, Texas, or his duly authorizedrepresentative. 17. Contract Claim—A demand or assertion by City or Contractor seeking an adjustment of Contract Price or Contract Time, or both, or other relief with respect to the terms of the Contract. A demand for money or services by a third party is not a Contract Claim. 18. Contract—The entire and integrated written document between the City and Contractor concerning the Work. The Contract contains the Agreement and all Contract Documents and supersedes prior negotiations, representations, or agreements, whether written or oral. 19. Contract Documents—Those items so designated in the Agreement. All items listed in the Agreement are Contract Documents. Approved Submittals, other Contractor submittals, and the reports and drawings of subsurface and physical conditions are not Contract Documents. 20. Contract Price—The moneys payable by City to Contractor for completion of the Work in accordance with the Contract Documents as stated in the Agreement (subject to the provisions of Paragraph 11.03 in the case of Unit Price Work). 2L Contract Time—The number of days or the dates stated in the Agreement to: (i) achieve Milestones, if any and (u) complete the Work so that it is ready for Fina1 Acceptance. 22. Contractor The individual or entity with whom City has entered into the Agreement. 23. Cost of the Work—See Paragraph 11.01 of these General Conditions for definition. CIT Y OF FORT WORTH STANDARDCONSTRUCTION SPECIFICATION DOCUMENTS Small-Scale Infrashucture Program Unit Price Construction Revision: 8/23/2021 Contract for Driveways, Alleys, Sidewalks, and Incidental Flatwork Various City Project Numbers 007200-1 GENERALCONDITIONS Page 3 of 63 24. Damage Claims— A demand for money or services arising from the Project or Sites from a third party, City or Contractor exclusive of a Contract Claim. 25. Day or day — A day, unless otherwise defined, sha11 mean a Calendar Day. 2b. Director of Aviation — The officially appointed Director of the Aviation Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 27. Director of Parks and Community Services — The officially appointed Director of the Parks and Community Services Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 28. Director of Development Services— The officially appointed Director of the Development Services Deparhnent of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 29. Director of TranspoNtation Public Work s— The officially appointed Director of the Transportation Public Works Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, oragents. 30. Director of Water Department — The officially appointed Director of the Water Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, oragents. 31. Drawings—That part of the Contract Documents prepared or approved by Engineer which graphically shows the scope, extent, and character of the Work to be performed by Contractor. Submittals are not Drawings as so defined. 32 Effective Date of the Agreement—The date indicated in the Agreement on which it becomes effective, but if no such date is indicated, it means the date on which the Agreement is signed and delivered by the last of the two parties to sign and deliver. 33. Engineer The licensed professional engineer or engineering firm registered in the State of Texas performing professional services for theCity. 34. Extra Work — Additional work made necessary by changes or alterations of the Contract Documents or of quantities or for other reasons for which no prices are provided in the Contract Documents. Extra work shall be part of the Work. 35. Field Order — A written order issued by City which requires changes in the Work but which does not involve a change in the Contract Price, Contract Time, or the intent of the Engineer. Field Orders are paid from Field Order Allowances incorporated into the Contract by funded work type at the time of award. 36. Final Acceptance — The written notice given by the City to the Contractor, for each Task Order, that the Work specified in the Contract Documents has been completed to the satisfaction of the City. CIT Y OF FORT WORTH STANDARDCONSTRUCTION SPECIFICATION DOCUMENTS Small-Scale Infrashucture Program Unit Price Construction Revision: 8/23/2021 Contract for Driveways, Alleys, Sidewalks, and Incidental Flatwork Various City Project Numbers 007200-1 GENERALCONDITIONS Page 4 of 63 37. Final Inspection — Inspection carried out by the City, per each Task Order, to verify that the Contractor has completed the Work, and each and every part or appurtenance thereof, fully, entirely, and inconformance with the Contract Documents. 38. General Requirements—Sections of Division 1 of the ContractDocuments. 39. Hazardous Environmental Condition—The presence at a Site of Asbestos, PCBs, Petroleum, Hazardous Waste, Radioactive Material, or other materials in such quantities or circumstances that may present a substantial danger to persons or property exposed thereto. 40. Hazardous Waste—Hazardous waste is defined as any solid waste listed as hazardous or possesses one or more hazardous characteristics as defined in the federal waste regulations, as amended from time to time. 41. Laws and Regulations—Any and all applicable laws, rules, regulations, ordinances, codes, and orders of any and a11 governmental bodies, agencies, authorities, and courts having jurisdiction. 42 Liens—Charges, security interests, ar encumbrances upon Project funds, real property, or personal property. 43. Major Item — An Item of work included in the Contract Documents that has a total cost equal to or greater than 5% of the original Contract Price or $25,000 whichever is less. 44. Milestone—A principal event specified in the Contract Documents relating to an intermediate Contract Time, per each Task Order, priar to the Fina1 Acceptance of the Work. 45. Notice of Awarc�The written notice by City to the Successful Bidder stating that upon timely compliance by the Successful Bidder with the conditions precedent listed therein, City will sign and deliver the Agreement. 46. Notice to Proceec�A written notice given by City to Contractor f�ing the date on which the Contract Time for each Task Order will commence to run and on which Contractor shall start to perform the Work specified in each Task Order of the Contract Documents. 47. PCBs—Polychlorinated biphenyls. 48. Petroleum—Petroleum, including crude oil or any fraction thereof which is liquid at standard conditions of temperature and pressure (60 degrees Fahrenheit and 14.7 pounds per square inch absolute), such as oil, petroleum, fuel oil, oil sludge, oil refuse, gasoline, kerosene, and oil mixed with other non Hazardous Waste and crude oils. 49. Plans — See definition ofDrawings. CIT Y OF FORT WORTH STANDARDCONSTRUCTION SPECIFICATION DOCUMENTS Small-Scale Infrashucture Program Unit Price Construction Revision: 8/23/2021 Contract for Driveways, Alleys, Sidewalks, and Incidental Flatwork Various City Project Numbers 007200-1 GENERALCONDITIONS Page 5 of 63 50. Project Schedule—A schedule, prepared and maintained by Contractor, in accordance with the General Requirements, describing the sequence and duration of the activities comprising the Contractor's plan to accomplish the Work within the Contract Time. 51. Project—The Work tobe performed under the Contract Documents. 52. Project Manager The authorized representative of the City who will be assigned to each Site, as specified in the Task Order 53. Public Meeting— An announced meeting conducted by the City to facilitate public participation and to assist the public in gaining an informed view of the Project. 54. Radioactive MateNial—Source, special nuclear, or byproduct material as defined by the Atomic Energy Act of 1954 (42 USC Section 2411 et seq.) as amended from time to time. 55. Regular Working Hours — Hours beginning at 7:00 a.m. and ending at 6:00 p.m., Monday thru Friday (excluding legal holidays). 56. Samples—Physical examples of materials, equipment, or workmanship that are representative of some portion of the Work and which establish the standards by which such portion of the Work will be judged. 57. Schedule of Submittals—A schedule, prepared and maintained by Contractor, of required submittals and the time requirements to support scheduled performance of related construction activities. 58. Schedule of Values—A schedule, prepared and maintained by Contractor, allocating portions of the Contract Price to various portions of the Work and used as the basis for reviewing Contractor's Applications for Payment. 59. Site—Lands or areas indicated inthe Contract Documents as being furnished by City upon which the Work is to be performed, identified on a task order basis, including rights-of-way, permits, and easements for access thereto, and such other lands furnished by City which are designated for the use of Contractor. 60. Specifications—That part of the Contract Documents consisting of written requirements for materials, equipment, systems, standards and workmanship as applied to the Work, and certain adininistrative requirements and procedural matters applicable thereto. Specifications may be specifically made a part of the Contract Documents by attachment or, if not attached, may be incorporated by reference as indicated in the Table of Contents (Division 00 00 00) of each Project. 61. Subcontr�actor An individual or entity ha�ing a direct contract with Contractor or with any other Subcontractor for the performance of a part of the Work at a Site. CIT Y OF FORT WORTH STANDARDCONSTRUCTION SPECIFICATION DOCUMENTS Small-Scale Infrashucture Program Unit Price Construction Revision: 8/23/2021 Contract for Driveways, Alleys, Sidewalks, and Incidental Flatwork Various City Project Numbers 007200-1 GENERALCONDITIONS Page 6 of 63 62 Submittals—All drawings, diagrams, illustrations, schedules, and other data or information which are specifically prepared or assembled by or for Contractor and submitted by Contractor to illustrate some portion of the Work. 63. Substantial Completion — The stage in the progress of the Project when the Work is sufficiently complete, for each Task Order, in accordance with the Contract Documents for the Final Inspection. Cx�. Successful Bidder The Bidder, ar Bidders, submitting the lowest responsive and responsible bid whom City makes an Award. 65. Superintendent — The representative of the Contractor who is a�ailable at all times and able to receive instructions from the City and to act for the Contractor. 66. Supplementary Conditions—That part of the Contract Documents which amends or supplements these General Conditions. 67. Supplier A manufacturer, fabricator, supplier, distributor, materialman, or vendor having a direct contract with Contractor or with any Subcontractor to furnish materials or equipment to be incorporated in the Work by Contractar or Subcontractor. 68. Underground Facilities—All underground pipelines, conduits, ducts, cables, wires, manholes, vaults, tanks, tunnels, or other such facilities or attachments, and any encasements containing such facilities, including but not limited to, those that convey electricity, gases, steam, liquid petroleum products, telephone or other communications, cable television, water, wastewater, storm water, other liquids or chemicals, or traffic or other control systems. 69 Unit Price Work—See Paragraph 11.03 of these General Conditions for definition. 70. Weekend Work ing Hours — Hours beginning at 9:00 a.m. and ending at 5:00 p.m., Saturday, Sunday or legal holiday, as approved in advance by the City. 71. Work—The entire construction or the various separately identifiable parts thereof required to be provided under the Contract Documents, specified on a Task Order basis. Work includes and is the result of performing or providing all labor, services, and documentation necessary to produce such construction including any Change Order or Field Order, and furnishing, installing, and incorporating all materials and equipment into such construction, all as required by the Contract Documents and Task Orders. 72. Working Day — A working day is defined as a day, not including Saturdays, Sundays, or legal holidays authorized by the City for contract purposes, in which weather or other conditions not under the control of the Contractor will pernut the performance of the principal unit of work underway for a continuous period of not less than 7 hours between 7 a.m. and 6 p.m. 1.02 Terminology A. The words and terms discussed in Paragraph 1.02.B through E are not defined but, when used in the Bidding Requirements or Contract Documents, have the indicated meaning. B. Intent of Certain Terms or Adjectives: CIT Y OF FORT WORTH STANDARDCONSTRUCTION SPECIFICATION DOCUMENTS Small-Scale Infrashucture Program Unit Price Construction Revision: 8/23/2021 Contract for Driveways, Alleys, Sidewalks, and Incidental Flatwork Various City Project Numbers 007200-1 GENERALCONDITIONS Page 7 of 63 The Contract Documents include the terms "as allowed," "as approved," "as ordered," "as directed" or terms of like effect or import to authorize an exercise of judgment by City. In addition, the adjectives "reasonable," "suitable," "acceptable," "proper," "satisfactory," or adjectives of like effect or import are used to describe an action or determination of City as to the Work. It is intended that such exercise of professional judgment, action, or determination will be solely to evaluate, in general, the Work for compliance with the information in the Contract Documents and with the design concept of the Project as a functioning whole as shown or indicated in the Contract Documents (unless there is a specific statement indicating otherwise). C. Defective: 1. The word "defective," when modifying the word "Work," refers to Work that is unsatisfactory, faulty, or deficient in that it: a does not conform to the Contract Documents; or b. does not meet the requirements of any applicable inspection, reference standard, test, or approval referred to in the Contract Documents; or c. has been damaged prior to City's written acceptance. D. Furnish, Install, Perform, Provide: 1. The word "Furnish" or the word "Install" or the word "Perform" or the word "Provide" or the word "Supply," or any combination or similar directive or usage thereof, shall mean furnishing and incorporating inthe Work including all necessary labor, materials, equipment, and everything necessary to perform the Work indicated, unless specifically limited in the context used. accordance with such recognized meaning. E. Unless stated otherwise in the Contract Documents, words or phrases that have a well-known technical or construction industry or trade meaning are used in the Contract Documents in ARTICLE 2 — PRELIMINARY MATTERS 2.01 2.02 Copies of Documents City sha11 furnish to Contractor one (1) original executed copy and one (1) electronic copy ofthe Contract Documents. Per executed Task Order, the City sha11 furnish four (4) copies of the Drawings, (1) original executed copy of the Task Order and one (1) electronic copy of the Task Order. Additional copies will be furnished upon request at the cost of reproduction, standard City rates sha11 apply Commencement of Contract Time; Notice to Proceed The Contract Time will commence to run on the day indicated in the Notice to Proceed for each Task Order. A Notice to Proceed may be given no earlier than 14 days after the Effective Date of the Agreement, unless agreed to by both parties inwriting. CIT Y OF FORT WORTH STANDARDCONSTRUCTION SPECIFICATION DOCUMENTS Small-Scale Infrashucture Program Unit Price Construction Revision: 8/23/2021 Contract for Driveways, Alleys, Sidewalks, and Incidental Flatwork Various City Project Numbers 007200-1 GENERALCONDITIONS Page 8 of 63 2.03 2.04 2.05 2.06 2.07 Starting the Work Contractor shall start to perform the Work on the date when the Contract Time commences to run. No Work shall be done at a Site prior to the date on which the Contract Time commences to run. Before Starting Construction Baseline Schedules: Submit in accordance with the Contract Documents, and prior to starting the Work. PNeconstruction Conference Before any Work at a Site is started, the Contractor shall attend a Preconstruction Conference as specified in the Contract Documents. Public Meeting Contractor may not mobilize any equipment, materials or resources to a Site prior to Contractor attending the Public Meeting as scheduled by the City. Initial Acceptance of Schedules No progress payment shall be made to Contractor until acceptable schedules are submitted to City m accordance with the Schedule Specification as provided in the Contract Documents. ARTICLE 3— CONTRACT DOCUMENTS: INTENT, AMENDING, REUSE 3.01 Intent A. The Contract Documents are complementary; what is required by one is as binding as if required by all. B. It is the intent of the Contract Documents to describe a functionally complete proj ect (or part thereo� to be constructed in accordance withthe Contract Documents. Any labor, documentation, services, materials, or equipment that reasonably may be inferred from the Contract Documents or from prevailing custom or trade usage as being required to produce the indicated result will be provided whether or not specifically called for, at no additional cost to City. C. Clarifications and interpretations of the Contract Documents shall be issued by City. D. The Specifications may vary in form, format and style. Some Specification sections may be written in varying degrees of streamlined or declarative style and some sections may be relative ly narrative by comparison. Omission of such words and phrases as "the Contractor sha11," "in conformity with," "as shown," or "as specified" are intentional in streamlined sections. Omitted words and phrases shall be supplied by inference. Similar types of provisions may appear in various parts of a section or articles within a part depending on the format of the CIT Y OF FORT WORTH STANDARDCONSTRUCTION SPECIFICATION DOCUMENTS Small-Scale Infrashucture Program Unit Price Construction Revision: 8/23/2021 Contract for Driveways, Alleys, Sidewalks, and Incidental Flatwork Various City Project Numbers 007200-1 GENERALCONDITIONS Page 9 of 63 3. 02 3. 03 section. The Contractor shall not take advantage of any variation of form, format or style in making Contract Claims. E. The cross referencing of specification sections under the subparagraph heading "Related Sections include but are not necessarily limited to:" and elsewhere within each Specification section is provided as an aid and convenience to the Contractor. The Contractor shall not rely on the cross referencing provided and sha11 be responsible to coordinate the entire Work under the Contract Documents and provide a complete Project whether or not the cross referencing isprovided in each section or whether or not the cross referencing is complete. Reference Standards A. Standards, Specifications, Codes, Laws, and Regulations 1. Reference to standards, specifications, manuals, or codes of any technical society, organization, or association, or to Laws or Regulations, whether such reference be specific or by implication, shall mean the standard, specification, manual, code, or Laws or Regulations in effect at the time of opening of Bids (or on the Effective Date of the Agreement if there were no Bids), except as may be otherwise specifically stated in the Contract Documents. 2. No provision of any such standard, specification, manual, or code, or any instruction of a Supplier, shall be effective to change the duties or responsibilities of City, Contractor, or any of their subcontractors, consultants, agents, or employees, from those set forth in the Contract Documents. No such provision or instruction shall be effective to assign to City, or any of its officers, directors, members, partners, employees, agents, consultants, or subcontractors, any duty or authority to supervise or direct the performance of the Work or any duty or authority to undertake responsibility inconsistent with the provisions of the Contract Documents. Reporting and ResolvingDiscrepancies A. Reporting Discrepancies: Contractor's Review of Contract Documents Before Starting Work: Before undertaking each part of the Work, identified in a task order, Contractor shall carefully study and compare the Contract Documents and check and verify pertinent figures therein against all applicable field measurements and conditions. Contractor shall promptly report in writing to City any conflict, error, ambiguity, or discrepancy which Contractor discovers, or has actual knowledge of, and shall obtain a written interpretation or clarification from City before proceeding with any Work affected thereby. 2. Contractor's Review of Contract Documents During Performance of Work : If, during the performance of the Work, Contractor discovers any conflict, error, ambiguity, or discrepancy within the Contract Documents, or between the Contract Documents and (a) any applicable Law or Regulation ,(b) any standard, specification, manual, or code, or (c) any instruction of any Supplier, then Contractor shall promptly report it to City in writing. Contractor shall not proceed with the Work affected thereby (except in an emergency as required by Paragraph CIT Y OF FORT WORTH STANDARDCONSTRUCTION SPECIFICATION DOCUMENTS Small-Scale Infrashucture Program Unit Price Construction Revision: 8/23/2021 Contract for Driveways, Alleys, Sidewalks, and Incidental Flatwork Various City Project Numbers 007200-1 GENERALCONDITIONS Page 10 of 63 6.17.A) until an amendment or supplement to the Contract Documents has been issued by one of the methods indicated in Paragraph 3.04. 3. 04 3.OS 3. Contractor sha11 not be liable to City for failure to report any conflict, error, ambiguity, or discrepancy in the Contract Documents unless Contractor had actual knowledge thereof. B. Resolving Discrepancies: 1. Except as may be otherwise specifically stated in the Contract Documents, the provisions of the Contract Documents sha11 take precedence in resolving any conflict, error, ambiguity, or discrepancy between the provisions of the Contract Documents and the provisions of any standard, specification, manual, or the instruction of any Supplier (whether or not specifically incorporated by reference in the Contract Documents). 2. In case of discrepancies, figured dimensions shall govern over scaled dimensions, Plans shall govern over Specifications, Supplementary Conditions shall govern over General Conditions and Specifications, and quantities shown on the Plans shall govern over those shown in the proposal. Amending and Supplementing ContractDocuments A. The Contract Documents may be amended to provide for additions, deletions, and revisions in the Work or to modify the terms and conditions thereof by a Change Order. B. The requirements of the Contract Documents may be supplemented, and minor variations and deviations in the Wark not involving a change in Contract Price or Contract Time, may be authorized, by one or more of the following ways: 1. A Field Order; 2. City's review of a Submittal (subject to the provisions of Paragraph 6.18.C); or 3. City's written interpretation or clarification. Reuse of Documents A. Contractor and any Subcontractor or Supplier shall not: 1. have or acquire any title to or ownership rights in any of the Drawings, Specifications, or other documents (or copies of any thereo� prepared by or bearing the seal of Engineer, including electronic media editions; or 2. reuse any such Drawings, Specifications, other documents, or copies thereof on extensions of the Project or any other project without written consent of City and specific writtenverifcation or adaptation by Engineer. CIT Y OF FORT WORTH STANDARDCONSTRUCTION SPECIFICATION DOCUMENTS Small-Scale Infrashucture Program Unit Price Construction Revision: 8/23/2021 Contract for Driveways, Alleys, Sidewalks, and Incidental Flatwork Various City Project Numbers 007200-1 GENERALCONDITIONS Page 11 of 63 B. The prohibitions of this Paragraph 3.05 will survive final payment, or termination of the Contract. Nothing herein shall preclude Contractor from retaining copies of the Contract Documents for record purposes. 3.06 Electronic Data A. Unless otherwise stated in the Supplementary Conditions, the data fizrnished by City or Engineer to Contractor, or by Contractor to City or Engineer, that may be relied upon are limited to the printed copies included in the Contract Documents (also known as hard copies) and other Specifications referenced and located on the City's on line electronic document management and collaboration system site. Files in electronic media format of text, data, graphics, or other types are furnished only for the convenience of the receiving pariy. Any conclusion or information obtained or derived from such electronic files will be at the user's sole risk. If there is a discrepancy between the electronic files and the hard copies, the hard copies govern. B. When transferring documents in electronic media format, the transferring party makes no representations as to long term compatibility, usability, or readability of documents resulting from the use of software application packages, operating systems, or computer hardware differing from those used by the data's creator. ARTICLE 4— AVAILABILITY OF LANDS; SUBSURFACE AND PHYSICAL CONDITIONS; HAZARDOUS ENVIRONMENTAL CONDITIONS; REFERENCE POINTS 4.01 Availability of Lands A City shall furnish the Site associated with each Task Order. City sha11 notify Contractor of any easements, special permissions, or rights of access that must be obtained before the work may be performed. City sha11 notify Contractor of any encumbrances or restrictions not of general application but specifically related to use of the Site with which Contractor must comply in performing the Work. If the City has obtained or anticipates acquisition of and/or access to right-of-way, and/or easements, these will be identified on a task order basis. Any outstanding right-of-way and/or easements are anticipated to be acquired in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding right-of-way, and/or easements. 2. The City has or anticipates the Contractor removing and/or relocating utilities, and obstructions to a Site. Any outstanding removal or relocation of utilities or obstructions is anticipated in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding utilities or obstructions to be removed, adjusted, and/or relocated by others. B. Upon reasonable written request, City shall furnish Contractor with a current statement of record legal title and legal description of the lands upon which the Work is to be performed. CIT Y OF FORT WORTH STANDARDCONSTRUCTION SPECIFICATION DOCUMENTS Small-Scale Infrashucture Program Unit Price Construction Revision: 8/23/2021 Contract for Driveways, Alleys, Sidewalks, and Incidental Flatwork Various City Project Numbers 007200-1 GENERALCONDITIONS Page 12 of 63 4.02 4. 03 C. Contractor shall provide for a11 additional lands and access thereto that may be required for construction facilities or storage of materials and equipment, as required on a task order basis. Subsurface and PhysicalConditions A Reports and Drawings: The Supplementary Conditions identify: 1. those reports known to City of explorations and tests of subsurface conditions at ar contiguous to a Site; and 2. those drawings known to City of physical conditions relating to existing surface or subsurface structures at a Site (except Underground Facilities). B. Limited Reliance by Contractor on Technical Data Authorized.• Contractor may rely upon the accuracy of the "technical data" contained in such reports and drawings, but such reports and drawings are not Contract Documents. Such "technical data" is identified in the Supplementary Conditions. The Contractor may not make any Contract Claim against City, or any of their officers, directors, members, partners, employees, agents, consultants, or subcontractors with respect to: 1. the completeness of such reports and drawings for Contractor's purposes, including, but not limited to, any aspects of the means, methods, techniques, sequences, and procedures of construction to be employed by Contractor, and safety precautions and programs incident thereto; or 2. other data, interpretations, opinions, and information contained in such reports or shown or indicated in such drawings; or 3. any Contractor interpretation of or conclusion drawn from any "technical data" or any such other data, interpretations, opinions, or information. DifferingSubsurface or Physical Conditions A Notice: If Contractor believes that any subsurface or physical condition that is uncovered or revealed either: 1. is of such a nature as to establish that any "technical data" on which Contractor is entitled to rely as provided in Paragraph 4.02 is materially inaccurate; or 2. is of such a nature as to require a change in the Contract Documents; or 3. differs materially from that shown or indicated in the Contract Documents; or 4. is of an unusual nature, and difFers materially from conditions ordinarily encountered and generally recognized as inherent in work of the character provided for in the Contract Documents; CIT Y OF FORT WORTH STANDARDCONSTRUCTION SPECIFICATION DOCUMENTS Small-Scale Infrashucture Program Unit Price Construction Revision: 8/23/2021 Contract for Driveways, Alleys, Sidewalks, and Incidental Flatwork Various City Project Numbers 007200-1 GENERALCONDITIONS Page 13 of 63 4. 04 then Contractor shall, promptly after becoming aware thereof and before further disturbing the subsurface or physical conditions or performing any Work in connection therewith (except in an emergency as required by Paragraph 6.17.A), notify City in writing about such condition. B. Possible Price and TifneAdjustments Contractor shall not be entitled to any adjustment in the Contract Price or Contract Time if: 1. Contractor knew of the existence of such conditions at the tune Contractor made a final conunitment to City with respect to Contract Price and Contract Time by the submission of a Bid or becoming bound under a negotiated contract; or 2. the existence of such condition could reasonably have been discovered or revealed as a result of the examination of the Contract Documents or a Site; or 3. Contractor failed to give the written notice as required by Paragraph 4.03.A. Undergr�ound Facilities A Shown or Indicated: The information and data shown or indicated in the Contract Documents with respect to the e�sting Underground Facilities at or contiguous to a Site is based on information and data furnished to City ar Engineer by the owners of such Underground Facilities, including City, or by others. Unless it is otherwise expressly provided in the Supplementary Conditions: 1. City and Engineer shall not be responsible for the accuracy or completeness of any such information or data provided by others; and 2. the cost of all of the following will be included in the Contract Price, and Contractor shall have fu11 responsibility for: a reviewing and checking all such information and data; b. locating a11 Underground Facilities shown or indicated in the Contract Documents; c. coordination and adjustment of the Work with the owners of such Underground Facilities, including City, during construction; and d the safety and protection of all such Underground Facilities and repairing any damage thereto resulting from the Work. B. Not Shown orindicated: 1. If an Underground Facility which conflicts with the Work is uncovered or revealed at or contiguous to a Site which was not shown or indicated, or not shown or indicated with reasonable accuracy in the Contract Documents, Contractor sha11, promptly after becoming aware thereof and before further disturbing conditions affected thereby or performing any CIT Y OF FORT WORTH STANDARDCONSTRUCTION SPECIFICATION DOCUMENTS Small-Scale Infrashucture Program Unit Price Construction Revision: 8/23/2021 Contract for Driveways, Alleys, Sidewalks, and Incidental Flatwork Various City Project Numbers 007200-1 GENERALCONDITIONS Page 14 of 63 Work in connection therewith (except in an emergency as required by Paragraph 6.17.A), identify the owner of such Underground Facility and give notice to that owner and to City. City will review the discovered Underground Facility and determine the extent, if any, to which a change may be required in the Contract Documents to reflect and document the consequences of the e�stence or location of the Underground Facility. Contractor shall be responsible for the safety and protection of such discovered Underground Facility. 4.OS 2. If City concludes that a change in the Contract Documents is required, a Change Order may be issued to reflect and document such consequences. 3. Verification of e�sting utilities, structures, and service lines shall include notification of all utility companies a minimum of 48 hours in advance of construction including exploratory excavation if necessary. Reference Points A City shall provide engineering surveys to establish reference points for construction, which in City's judgment are necessary to enable Contractor to proceed with the Work. City willprovide construction stakes or other customary method of marking to establish line and grades for roadway and utility construction, centerlines and benchmarks for bridgework. Contractor shall protect and preserve the established reference points and property monuments, and shall make no changes or relocations. Contractor shall report to City whenever any reference point or property monument is lost or destroyed or requires relocation because of necessary changes in grades or locations. The City sha11 be responsible for the replacement or relocation of reference points or property monuments not carelessly or willfully destroyed by the Contractor. The Contractor shall notify City in advance and with sufficient time to a�oid delays. B. Whenever, in the opinion of the City, any reference point or monument has been carelessly or willfully destroyed, disturbed, or removed by the Contractor or any of his employees, the fu11 cost for replacing such points plus 25% will be charged against the Contractor, and the full amount will be deducted from payment due the Contractor. 4.06 Hazardous Environmental Condition at Sites A Reports and Drawings: The Supplementary Conditions identify those reports and drawings known to City relating to Hazardous Environmental Conditions that have been identified at a Site. B. Limited Reliance by Contractor on Technical Data Authorized: Contractor may rely upon the accuracy of the "technical data" contained in such reports and drawings, but such reports and drawings are not Contract Documents. Such "technical data" is identified in the Supplementary Conditions. Contractor may not make any Contract Claim against City, or any of their officers, directors, members, partners, employees, agents, consultants, or subcontractors with respect to: 1. the completeness of such reports and drawings for Contractor's purposes, including, but not limited to, any aspects of the means, methods, techniques, sequences and procedures of CIT Y OF FORT WORTH STANDARDCONSTRUCTION SPECIFICATION DOCUMENTS Small-Scale Infrashucture Program Unit Price Construction Revision: 8/23/2021 Contract for Driveways, Alleys, Sidewalks, and Incidental Flatwork Various City Project Numbers 007200-1 GENERALCONDITIONS Page 15 of 63 construction to be employed by Contractor and safety precautions and programs incident thereto; or 2. other data, interpretations, opinions and information contained in such reports or shown or indicated in such drawings; or 3. any Contractor interpretation of or conclusion drawn from any "technical data" or any such other data, interpretations, opinions or information. C. Contractor shall not be responsible for any Hazardous Environmental Condition uncovered or revealed at a Site which was not shown or indicated in Drawings or Specifications or identified in the Contract Documents to be within the scope of the Work. Contractor shall be responsible for a Hazardous Environmental Condition created with any materials brought to a Site by Contractor, Subcontractors, Suppliers, or anyone else for whom Contractor is responsible. D. If Contractor encounters a Hazardous Environmental Condition or if Contractor or anyone for whom Contractor is responsible creates a Hazardous Environmental Condition, Contractor shall immediately: (i) secure or otherwise isolate such condition; (ii) stop a11 Work in connection with such condition and in any area affected thereby (except in an emergency as required by Paragraph 6.17.A); and (iu) notify City (and promptly thereafter confirm such notice in writing). City may consider the necessity to retain a qualified expert to evaluate such condition or take corrective action, if any. E. Contractor shall not be required to resume Work in connection with such condition or in any affected area until after City has obtained any required pernuts related thereto and delivered written notice to Contractor: (i) specifying that such condition and any affected area is or has been rendered suitable for the resumption of Work; or (ri) specifying any special conditions under which such Work may be resumed. F. If after receipt of such written notice Contractor does not agree to resume such Work based on a reasonable belief it is unsafe, or does not agree to resume such Work under such special conditions, then City may order the portion of the Work that is in the area affected by such condition to be deleted from the Work. City may have such deleted portion of the Work performed by City's own forces or others. G. To the fullest extent permitted by Laws and Regulations, Contr�actor shall indefnnify and hold harmless City, from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineeNs, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to a Hazardous Environfnental Condition created by Contractor or by anyone for whom then Contractor is responsible. Nothing in this Paragraph 4. 06. G shall obligate Contr�actor to indemnify any individual or entity from and against the consequences of that individual's or entity's own negligence. H The provisions of Paragraphs 4.02, 4.03, and 4.04 do not apply to a Hazardous Environmental Condition uncovered or revealed at a Site. CIT Y OF FORT WORTH STANDARDCONSTRUCTION SPECIFICATION DOCUMENTS Small-Scale Infrashucture Program Unit Price Construction Revision: 8/23/2021 Contract for Driveways, Alleys, Sidewalks, and Incidental Flatwork Various City Project Numbers 007200-1 GENERALCONDITIONS Page 16 of 63 ARTICLE 5— BONDS AND INSURANCE 5.01 Licensed Sureties and Insurers 5.02 5.03 All bonds and insurance required by the Contract Documents to be purchased and maintained by Contractor sha11 be obtained from surety or insurance companies that are duly licensed or authorize d in the State of Texas to issue bonds or insurance policies for the limits and coverages so required. Such surety and insurance companies shall also meet such additional requirements and qualifications as may be provided in the Supplementary Conditions. Performance, Payment, and Maintenance Bonds A Contractor shall furnish performance and payment bonds, in accordance with Texas Government Code Chapter 2253 or successor statute, each in an amount equal to the Contract Price as security for the faithful performance and payment of all of Contractor's obligations under the Contract Documents. B. Contractor shall furnish maintenance bonds in an amount equal to the Contract Price as security to protect the City against any defects in any portion of the Work described in the Contract Documents. Maintenance bonds shall remain m effect for two (2) years after the date of Final Acceptance by the City. C. All bonds shall be in the form prescribed by the Contract Documents except as provided otherwise by Laws or Regulations, and shall be executed by such sureties as are named in the list of "Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Companies" as published in Circular 570 (amended) by the Financial Management Service, Surety Bond Branch, U. S. Department of the Treasury. All bonds 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 Contractor is declared bankrupt or becomes insolvent ar its right to do business is terminated in the State of Texas or it ceases to meet the requirements of Paragraph 5.02.C, Contractor shall promptly notify City and shall, within 30 days after the event giving rise to such notification, provide another bond and surety, both of which shall comply with the requirements of Paragraphs 5.41 and 5.02.C. Certificates of Insurance Contractor shall deliver to City, with copies to each additional insured and loss payee identified in the Supplementary Conditions, certificates of insurance (other evidence of insurance requested by City or any other additional insured) in at least the minimum amount as specified in the Supplementary Conditions which Contractor is required to purchase and maintain. 1. The certificate of insurance shall document the City, and all identified entities named in the Supplementary Conditions as "Additional Insured" on all liability policies. CIT Y OF FORT WORTH STANDARDCONSTRUCTION SPECIFICATION DOCUMENTS Small-Scale Infrashucture Program Unit Price Construction Revision: 8/23/2021 Contract for Driveways, Alleys, Sidewalks, and Incidental Flatwork Various City Project Numbers 007200-1 GENERALCONDITIONS Page 17 of 63 2. The Contractor's general liability insurance shall include a, "per project" or "per location" endorsement, which shall be identified in the certificate of insurance provided to the City. 3. The certificate shall be signed by an agent authorized to bind coverage on behalf of the insure d, be complete in its entirety, and show complete insurance carrier names as listed in thecurrent A.M. Best Property & Casualty Guide 4. The insurers for all policies must be licensed and/or approved to do business in the State of Texas. Except for workers' compensation, all insurers must have a minimum rating of A-: VII in the current A. M. Best Key Rating Guide or have reasonably equivalent financial strength and solvency to the satisfaction of Risk Management. If the rating is below that required, written approval of City is required. 5. All applicable policies shall include a Waiver of Subrogation (Rights of Recovery) in favor of the City. In addition, the Contractor agrees to waive all rights of subrogation against the Engineer (if applicable), and each additional insured identified in the Supplementary Conditions 6. Failure of the City to demand such certificates or other evidence of full compliance with the insurance requirements or failure of the City to identify a deficiency from evidence that is provided sha11 not be construed as a waiver of Contractor's obligation to maintain such lines of insurance coverage. 7. If insurance policies are not written for specified coverage limits, an Umbrella or Excess Liability insurance for any differences is required. Excess Liability shall follow form of the primary coverage. 8. Unless otherwise stated, all required insurance shall be written on the "occurrence basis". If coverage is underwritten on a claims-made basis, the retroactive date sha11 be coincident with or prior to the date of the effective date of the agreement and the certificate of insurance shall state that the coverage is claims-made and the retroactive date. The insurance coverage shall be maintained for the duration of the Contract and for three (3) years following Fina 1 Acceptance provided under the Contract Documents or for the warranty period, whichever is longer. An annual certificate of insurance submitted to the City shall evidence such insurance coverage. 9. Policies shall have no exclusions by endorsements, which, neither nullify or amend, the required lines of coverage, nor decrease the limits of said coverage unless such endorsements are approved in writing by the City. In the event a Contract has been bid or executed and the exclusions are determined to be unacceptable or the City desires additional insurance coverage, and the City desires the contractor/engineer to obtain such coverage, the contract price shall be adjusted by the cost of the premium for such additional coverage plus 10%. 10. Any self-insured retention (SIR), in excess of $25,000.00, affecting required insurance coverage shall be approved by the City in regards to asset value and stockholders' equity. In CIT Y OF FORT WORTH STANDARDCONSTRUCTION SPECIFICATION DOCUMENTS Small-Scale Infrashucture Program Unit Price Construction Revision: 8/23/2021 Contract for Driveways, Alleys, Sidewalks, and Incidental Flatwork Various City Project Numbers 007200-1 GENERALCONDITIONS Page 18 of 63 lieu of traditional insurance, alternative coverage maintained through insurance pools or risk retention groups, must also be approved by City. 11. Any deductible in excess of $5,000.00, for any policy that does not provide coverage on a first dollar basis, must be acceptable to and approved by the City. 12 City, at its sole discretion, reserves the right to review the insurance requirements and to make reasonable adjustments to insurance coverage's and their limits when deemed necessary and prudent by the City based upon changes in statutory law, court decision or the claims history of the industry as well as of the contracting party to the City. The City shall be required to provide prior notice of 90 days, and the insurance adjustrnents sha11 be incorporated into the Work by Change Order. 13. City shall be entitled, upon written request and without expense, to receive copies of policies and endorsements thereto and may make any reasonable requests for deletion or revision or modifications of particular policy terms, conditions, limitations, or exclusions necessary to conform the policy and endorsements to the requirements of the Contract. Deletions, revisions, or modifications shall not be required where policy provisions are established by law or regulations binding upon either party or the underwriter on any such policies. 14. City sha11 not be responsible for the direct payment of insurance premium costs for Contractor's msurance. 5.04 Contractor's Insurance A Workers Compensation and Employers' Liability. Contractor sha11 purchase and maintain such insurance coverage with limits consistent with statutory benefits outlined in the Texas Workers' Compensation Act (Texas Labor Code, Ch. 406, as amended), and minunum limits for Employers' Liability as is appropriate for the Work being performed and as will provide protection from claims set forth below which may arise out of or result from Contractor's performance of the Work and Contractor's other obligations under the Contract Documents, whether it is to be performed by Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts any of them may be liable: 1. claims under workers' compensation, disability benefits, and other similar employee benefit acts; 2. claims for damages because of bodily injury, occupational sickness or disease, or death of Contractor's employees. B. Commercial General Liability. Coverage sha11 include but not be limited to covering liability (bodily injury or property damage) arising from: premises/operations, independent contractors, products/completed operations, personal injury, and liability under an insured contract. Insurance shall be provided on an occurrence basis, and as comprehensive as the current Insurance Services Office (ISO) policy. This insurance shall apply as primary insurance with respect to any other CIT Y OF FORT WORTH STANDARDCONSTRUCTION SPECIFICATION DOCUMENTS Small-Scale Infrashucture Program Unit Price Construction Revision: 8/23/2021 Contract for Driveways, Alleys, Sidewalks, and Incidental Flatwork Various City Project Numbers 007200-1 GENERALCONDITIONS Page 19 of 63 insurance or self-insurance programs afforded to the City. The Commercial General Liability policy, shall have no exclusions by endorsements that would alter of nullify premises/operations, products/completed operations, contractual, personal injury, or advertising injury, which are normally contained with the policy, unless the City approves such exclusions in writing. For construction projects that present a substantial completed operation exposure, the City may require the contractor to maintain completed operations coverage for a minimum of no less than three (3) years following the completion of the project (if identiiied in the Supplementary Conditions). C. Autofnobile Liability. A commercial business auto policy shall provide coverage on "any auto", defined as autos owned, hired and non-owned and provide indemnity for claims for damages because bodily injury or death of any person and or property damage arising out of the work, maintenance or use of any motor vehicle by the Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts any of them may be liable. D. Railroad Protective Liability. If any of the work or any warranty work is within the limits of railroad right of-way, the Contractor shall comply with the requirements identified in the Supplementary Conditions. E. Notification of Policy Cancellation: Contractor shall immediately notify City upon cancellation or other loss of insurance coverage. Contractor shall stop work until replacement insurance has been procured. There shall be no tune credit for days not worked pursuant to this section. 5.05 Acceptance of Bonds and Insurance; Option to Replace If City has any objection to the coverage afforded by or other provisions of the bonds or insurance required to be purchased and maintained by the Contractor in accordance with Article 5 on the basis of non conformance with the Contract Documents, the City sha11 so notify the Contractor in writing within 10 Business Days afterreceipt of the certificates (or other evidence requested). Contractor shall provide to the City such additional information in respect of insurance provided as the City may reasonably request. If Contractor does not purchase or maintain all of the bonds and insurance required by the Contract Documents, the City sha11 notify the Contractor in writing of such failure priar to the start of the Work, or of such failure to maintain priar to any change in the required coverage. ARTICLE 6 — CONTRACTOR'S RESPONSIBILITIES 6.01 Supervision andSuperintendence A Contractor shall supervise, inspect, and direct the Work competently and efficiently, devoting such attention thereto and applying such skills and expertise as may be necessary to perform the Work in accordance with the Contract Documents. Contractor shall be solely responsible for the means, methods, techniques, sequences, and procedures of construction. CIT Y OF FORT WORTH STANDARDCONSTRUCTION SPECIFICATION DOCUMENTS Small-Scale Infrashucture Program Unit Price Construction Revision: 8/23/2021 Contract for Driveways, Alleys, Sidewalks, and Incidental Flatwork Various City Project Numbers 007200-1 GENERALCONDITIONS 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. The Superintendent will be Contractor's representative at a Site and shall have authority to act on behalf of Contractor. All communication given to or received from the Superintendent shall be binding onContractor. C. Contractor shall notify the City 24 hours priar to moving areas during the sequence of construction. 6.02 Labor; WorkingHours A Contractor shall provide competent, suitably qualified personnel to perform construction as required by the Contract Documents. Contractor shall at all times maintain good discipline and order at a Site. B. Except as otherwise required for the safety or protection of persons or the Work or property at a Site or adjacent thereto, and except as otherwise stated in the Contract Documents, all Work at a Site shall be performed during Regular Working Hours. Contractor will not permit the performance of Work beyond Regular Working Hours or for Weekend Working Hours without City's written consent (which will not be unreasonably withheld). Written request (by letter or electronic communication) to perform Work: 1. for beyond Regular Working Hours request must be made by noon at least two (2) Business Days prior 2. for Weekend Working Hours request must be made by noon of the preceding Thursday 3. for legal holidays request must be made by noon two Business Days prior to the legal holiday. 6.03 Services, Materials, andEquipfnent A Unless otherwise specified in the Contract 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 facilities and incidentals necessary for the performance, Contractor required testing, start-up, and completion of the Work. B. All materials and equipment incorporated into the Work shall be as specified or, ifnot specified, sha11 be of good quality and new, except as otherwise provided in the Contract Documents. All special warranties and guarantees required by the Specifications shall expressly run to the benefit of City. If required by City, Contractor shall furnish satisfactory evidence (including reports of required tests) as to the source, kind, and quality of materials and equipment. CIT Y OF FORT WORTH STANDARDCONSTRUCTION SPECIFICATION DOCUMENTS Small-Scale Infrashucture Program Unit Price Construction Revision: 8/23/2021 Contract for Driveways, Alleys, Sidewalks, and Incidental Flatwork Various City Project Numbers 007200-1 GENERALCONDITIONS Page 21 of 63 �l C. All materials and equipment to be incorporated into the Work shall be stored, applied, installed, connected, erected, protected, used, cleaned, and conditioned in accordance with instructions of the applicable Supplier, except as otherwise may be provided in the Contract Documents. D. All items of standard equipment to be incorporated into the Work shall be the latest model at the time of bid, unless otherwise specified. Project Schedule A Contractor shall adhere to the Project Schedule established in accordance with Paragraph 2.07 and the General Requirements as it may be adjusted from time to time as providedbelow. 1. Contractor sha11 submit to City for acceptance (to the extent indicated in Paragraph 2.07 and the General Requirements) proposed adjustments in the Project Schedule that will not result in changing the Contract Time. Such adjustments will comply with any provisions of the General Requirements applicable thereto. 2. Contractor sha11 submit to the City, Project Schedule and Project Schedule updates, based on the Schedule Tier requirements identified in Specification O1 32 16 — Construction Schedule. Each project Tier will be identified in the Task Order. The Contractor shall submit Project Schedule with Progress Payments. 3. Proposed adjustments in the Project Schedule that will change the Contract Time shall be submitted in accordance with the requirements of Article 12. Adjustments in Contract Time may only be made by a Change Order. 6.05 Substitutes and "Or-Equals " A Whenever an item of material or equipment is specified or described in the Contract Documents by using the name of a proprietary item or the name of a particular Supplier, the specification or description is intended to establish the type, function, appearance, and quality required. Unless the specification or description contains or is followed by words reading that no like, equivalent, or "or- equal" item or no substitution is permitted, other items of material or equipment of other Suppliers may be submitted to City for review under the circumstances described below. "ON-Equal " Items: If in City's sole discretion an item of material or equipment proposed by Contractor is functionally equal to that named and sufficiently similar so that no change inrelated Work will be required, it may be considered by City as an "or-equal" item, in which case review and approval of the proposed item may, in City's sole discretion, be accomplished without compliance with some or all of the requirements for approval of proposed substitute items. For the purposes of this Paragraph 6.OS.A.1, a proposed item of material or equipment will be considered functionally equal to an item so named if: a the City deternunesthat: 1) it is at least equal in materials of construction, quality, durability, appearance, strength, and design characteristics; CIT Y OF FORT WORTH STANDARDCONSTRUCTION SPECIFICATION DOCUMENTS Small-Scale Infrashucture Program Unit Price Construction Revision: 8/23/2021 Contract for Driveways, Alleys, Sidewalks, and Incidental Flatwork Various City Project Numbers 007200-1 GENERALCONDITIONS Page 22 of 63 2) it will reliably perform at least equally well the function and achieve the results imposed by the design concept of the completed Project as a functioning whole; and 3) it has a proven record of performance and a�ailability of responsive service; and b. Contractor certifies that, if approved and incorporated into the Work: 1) there will be no increase in cost to the City or increase in Contract Time; and 2) it will conform substantially to the detailed requirements of the item named in the Contract Documents. 2. Substitute Items: a If in City's sole discretion an item of material or equipment proposed by Contractor does not qualify as an "or-equal" item under Paragraph 6.OS.A.1, it may be submitted as a proposed substitute item. b. Contractor shall submit sufficient information as provided below to a11ow City to determine if the item of material or equipment proposed is essentially equivalent to that named and an acceptable substitute therefor. Requests for review of proposed substitute items of material or equipment will not be accepted by City from anyone other than Contractor. c. Contractor shall make written application to City for review of a proposed substitute item of material or equipment that Contractor seeks to furnish or use. The application shall comply with Section O1 25 00 and: 1) shall certify that the proposed substitute item will: a) perform adequately the functions and achieve the results called for by the general design; b) be similar in substance to that specified; c) be suited to the same use as that specified; and 2) will state: a) the extent, if any, to which the use of the proposed substitute item will prejudice Contractor's achievement of final completion on time; b) whether use of the proposed substitute item in the Work will require a change in any of the Contract Documents (or in the provisions of any other direct contract with City for other work on the Project) to adapt the design to the propose d substitute item; CIT Y OF FORT WORTH STANDARDCONSTRUCTION SPECIFICATION DOCUMENTS Small-Scale Infrashucture Program Unit Price Construction Revision: 8/23/2021 Contract for Driveways, Alleys, Sidewalks, and Incidental Flatwork Various City Project Numbers 007200-1 GENERALCONDITIONS Page 23 of 63 c) whether incorporation or use of the proposed substitute item in connection with the Work is subject to payment of any license fee or royalty; and 3) will identify: a) all variations of the proposed substitute item from that specified; b) a�ailable engineering, sales, maintenance, repair, and replacement services; and 4) shall contain an itemized estimate of all costs or credits that will result directly or indirectly from use of such substitute item, including costs of redesign and Damage Claims of other contractors affected by any resulting change. B. Substitute ConstructionMethods or Procedures: If a specific means, method, technique, sequence, or procedure of construction is expressly required by the Contract Documents, Contractor may furnish or utilize a substitute means, method, technique, sequence, or procedure of construction approved by City. Contractor shall submit sufficient information to a11ow City, in City's sole discretion, to deternune that the substitute proposed is equivalent to that expressly called for by the Contract Documents. Contractor shall make written application to City for review in the same manner as those provided in Paragraph 6.OS.A.2. C. City's Evaluation: City will be allowed a reasonable time within which to evaluate each proposal or submittal made pursuant to Paragraphs 6.OS.A and 6.OS.B. City may require Contractor to furnish additional data about the proposed substitute. City will be the sole judge of acceptability. No "or- equal" or substitute will be ordered, installed ar utilized until City's review is complete , which will be evidenced by a Change Order in the case of a substitute and an accepted Submittal for an "or-equal." City will advise Contractor in writing of its determination. D. Special Guarantee: City may require Contractor to furnish at Contractor's expense a special performance guarantee, warranty, or other surety with respect to any substitute. Contractor shall indemnify and hold harmless City and anyone directly or indirectly employed by them from and against any and all claims, damages, losses and expenses (including attorneys fees) arising out of the use of substituted materials or equipment. E. City's Cost Reimbursement: City will record City's costs in evaluating a substitute proposed or submitted by Contractor pursuant to Paragraphs 6.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 reimburse City for evaluating each such proposed substitute. Contractor may also be required to reimburse City for the charges for making changes in the Contract Documents (or in the provisions of any other direct contract with City) resulting from the acceptance of each proposedsubstitute. F. Contractor's Expense: Contractor shall provide a11 data in support of any proposed substitute or "or- equal" at Contractor's expense. CIT Y OF FORT WORTH STANDARDCONSTRUCTION SPECIFICATION DOCUMENTS Small-Scale Infrashucture Program Unit Price Construction Revision: 8/23/2021 Contract for Driveways, Alleys, Sidewalks, and Incidental Flatwork Various City Project Numbers oonoo-i GENERALCONDITION S Page 24 of 63 � li G City Substitute Reimbursement: Costs (savings or charges) attributable to acceptance of a substitute sha11 be incorporated to the Contract by Change Order. H. Time Extensions: No additional time will be granted forsubstitutions. Concerning Subcontractors, Suppliers, and Others A Contractor sha11 perform with his own organiza.tion, work of a value not less than 35% of the value embraced on the Contract, unless otherwise approved by the City. B. Contractor shall not employ any Subcontractor, Supplier, or other individual or entity, whether initially or as a replacement, against whom City may have reasonable objection. Contractor sha11 not be required to employ any Subcontractor, Supplier, or other individual or entity to furnish or perform any of the Work against whom Contractor has reasonable objection (excluding those acceptable to City as indicated in Paragraph 6.06.C). C. The City may from time to time require the use of certain Subcontractors, Suppliers, or other individuals or entities on the project, and will provide such requirements in the Supplementary Condifions. D. [Intentionally Omitted] E. Contractor shall be fully responsible to City for all acts and omissions of the Subcontractors, Suppliers, and other individuals or entities perfornung or fwnishing any of the Work just as Contractor is responsible for Contractor's own acts and omissions. Nothing in the Contract Documents: CIT Y OF FORT WORTH STANDARDCONSTRUCTION SPECIFICATION DOCUMENTS Small-Scale Infrastructure Program Unit Price Construction Revision: 8/23/2021 Contract for Driveways, Alleys, Sidewalks, and Incidental Flatwork Vazious City Project Numbers 007200-1 GENERALCONDITIONS Page 25 of 63 6.07 1. shall create for the benefit of any such Subcontractor, Supplier, or other individual or entity any contractual relationship between City and any such Subcontractor, Supplier or other individual or entity; nor 2. shall create any obligation on the part of City to pay or to see to the payment of any moneys due any such Subcontractor, Supplier, or other individual or entity except as may otherwise be required by Laws and Regulations. F. Contractor shall be solely responsible for scheduling and coordinating the Work of Subcontractors, Suppliers, and other individua ls or entities performing or furnishing any of the Wark under a direct or indirect contract with Contractor. G All Subcontractors, Suppliers, and such other individuals or entities performing or furnishing any of the Work shall communicate with City through Contractor. H All Work performed for Contractor by a Subcontractor or Supplier will be pursuant to an appropriate agreement between Contractor and the Subcontractor or Supplier which specifically binds the Subcontractor or Supplier to the applicable terms and conditions of the Contract Documents for the benefit of City. Wage Rates A Duty to pay Prevailing Wage Rates. The Contractor shall comply with all requirements of Chapter 2258, Texas Government Code (as amended), including the payment of not less than the rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258. Such prevailing wage rates are included in these Contract Documents. B. Penalty for Violation. A Contractor or any Subcontractor who does not pay the prevailing wage shall, upon demand made by the City, pay to the City $60 for each worker employed for each calendar day or part of the day that the worker is paid less than the prevailing wage rates stipulated in these contract documents. This penalty shall be retained by the City to offset its administrative costs, pursuant to Texas Government Code 2258.023. C. Cofnplaints of Violations and City Determination of Good Cause. On receipt of information, including a complaint by a worker, concerning an alleged violation of 2258.023, Texas Government Code, by a Contractor or Subcontractor, the City shall make an initial deternunation, before the 31 st day after the date the City receives the information, as to whether good cause exists to believe that the violation occurred. The City shall notify in writing the Contractor or Subcontractor and any affected worker of its initial deternvnation. Upon the City's determination that there is good cause to believe the Contractor or Subcontractor has violated Chapter 2258, the City shall retain the full amounts claimed by the claimant or claimants as the difference between wages paid and wages due under the prevailing wage rates, suchamounts being subtracted from successive progress payments pending a fmal determination of the violation. CIT Y OF FORT WORTH STANDARDCONSTRUCTION SPECIFICATION DOCUMENTS Small-Scale Infrashucture Program Unit Price Construction Revision: 8/23/2021 Contract for Driveways, Alleys, Sidewalks, and Incidental Flatwork Various City Project Numbers 007200-1 GENERALCONDITIONS Page 26 of 63 �l: D. Arbitration Required if Violation Not Resolved. An issue relating to an alleged violation of Section 2258.023, Texas Government Code, including a penalty owed to the City or an affected worker, shall be submitted to binding arbitration in accordance with the Texas General Arbitration Act (Article 224 et seq., Revised Statutes) if the Contractor or Subcontractor and any affected worker does not resolve the issue by agreement before the 15th day after the date the City makes its initial determination pursuant to Paragraph C above. If the persons required to arbitrate under this section do not agree on an arbitrator before the l lth day after the date that arbitration is required, a district court shall appoint an arbitrator on the petition of any of the persons. The City is not a party in the arbitration. The decision and award of the arbitrator is final and binding on all parties and may be enforced in any court of competent jurisdiction. E. Records to be Maintained. The Contractor and each Subcontractor sha11, for a period of three (3) years following the date of acceptance of the work, maintain records that show (i) the name and occupation of each worker employed by the Contractor in the construction of the Work provide d for in this Contract; and (ii) the actual per diem wages paid to each worker. The records shall be open at all reasonable hours for inspection by the City. The provisions of Paragraph 6.23, Right to Audit, shall pertain to this inspection. F. Progress Payments. With each progress payment or payroll period, whichever is less, the Contractor shall submit an affidavit stating that the Contractor has complied with the requirements of Chapter 2258, Texas Government Code. G Posting of Wage Rates. The Contractor shall post prevailing wage rates in a conspicuous place at a11 times. H. Subcontr�actor Compliance. The Contractor shall include in its subcontracts and/or shall otherwise require a11 of its Subcontractors to comply with Paragraphs A through G above. Patent Fees andRoyalties A Contractor shall pay all license fees and royalties and assume all costs incident to the use in the performance of the Wark or the incorporation in the Work of any invention, design, process, product, or device which is the subject of patent rights or copyrights held by others. If a particular invention, design, process, product, or device is specified in the Contract Documents for use in the performance of the Work and if, to the actual knowledge of City, its use is subject to patent rights or copyrights calling for the payment of any license fee or royalty to others, the existence of such rights shall be disclosed by City in the Contract Documents. Failure of the City to disclose such information does not relieve the Contractor from its obligations to pay for the use of said fees or royalties to others. B. To the fullest extent permitted by Laws and Regulations, Contr�actoN shall indemnify and hold harmless City, from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other pNofessionals and all court or arbitration or other dispute resolution costs) arising out of or relating to any infringement of patent rights or copyrights incident to the use in the performance of the Work or resultingfrom CIT Y OF FORT WORTH STANDARDCONSTRUCTION SPECIFICATION DOCUMENTS Small-Scale Infrashucture Program Unit Price Construction Revision: 8/23/2021 Contract for Driveways, Alleys, Sidewalks, and Incidental Flatwork Various City Project Numbers 007200-1 GENERALCONDITIONS Page 27 of 63 the incorporation in the Work of any invention, design, process, product, or device not specified in the Contract Documents. 6.09 Permits and Utilities A Contractor obtained permits and licenses. Contractor shall obtain and pay for a11 construction permits and licenses except those provided for in the Supplementary Conditions or Contract Documents. City shall assist Contractor, when necessary, in obtaining such permits and licenses. Contractor shall pay all governmental charges and inspection fees necessary for the prosecution of the Work which are applicable at the time of opening of Bids, or, if there are no Bids, on the Effective Date of the Agreement, except for permits provided by the City as specified in 6.09.B. City shall pay all charges of ukility owners for connections for providing permanent service to the Work. B. City obtained permits and licenses. The City will obtain and pay for all permits and licenses as provided for in the Supplementary Conditions or Contract Documents. It will be the Contractor's responsibility to carry out the provisions of the permit. If the Contractor initiates changes to the Contract and the City approves the changes, the Contractor is responsible for obtaining clearances and coordinating with the appropriate regulatory agency. The City will not reimburse the Contractor for any cost associated with these requirements of any City acquired permit. The following are perniits the City will obtain if required: 1. Texas Department of Transportation Permits 2. U.S. Army Corps of Engineers Permits 3. Texas Commission on Environmental Quality Permits 4. Railroad Company Permits C. Outstanding permits and licenses. The City anticipates acquisition of and/or access to permits and licenses. Any outstanding permits and licenses are anticipated to be acquired in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding permits and licenses. 6.10 Laws and Regulations A Contractor shall give all notices required by and shall comply with all Laws and Regulations applicable to the performance of the Work. Except where otherwise expressly required by applicable Laws and Regulations, the City shall not be responsible for monitoring Contractor's compliance with any Laws or Regulations. B. If Contractor performs any Work knowing or ha�ing reason to know that it is contrary to Laws or Regulations, Contractor shall bear all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all CIT Y OF FORT WORTH STANDARDCONSTRUCTION SPECIFICATION DOCUMENTS Small-Scale Infrashucture Program Unit Price Construction Revision: 8/23/2021 Contract for Driveways, Alleys, Sidewalks, and Incidental Flatwork Various City Project Numbers 007200-1 GENERALCONDITIONS Page 28 of 63 court or arbitration or other dispute resolution costs) arising out of or relating to such Work. However, it shall not be Contractor's responsibility to make certain that the Specifcations and Drawings are in accordance with Laws and Regulations, but this shall not relieve Contractor of Contractor's obligations under Paragraph 3.02. C. Changes in Laws or Regulations not known at the time of opening of Bids ha�ing an effect on the cost or time of performance of the Work may be the subject of an adjustment in Contract Price or Contract Time. 6.11 Taxes A. On a contract awarded by the City, an arganization which qualifies for exemption pursuant to Texas Tax Code, Subchapter H, Sections 151.301-335 (as amended), the Contractor may purchase, rent or lease all materials, supplies and equipment used or consumed in the performance of this contract by issuing to his supplier an exemption certificate in lieu of the tax, said exemption certificate to comply with State Comptroller's Ruling .007. Any such exemption certificate issued to the Contractor in lieu of the tax shall be subject to and shall comply with the provision of State Comptroller's Ruling .011, and any other applicable rulings pertaining to the Texas Tax Code, Subchapter H. B. Texas Tax permits and information may be obtained from: 1. Comptroller of Public Accounts Sales Tax Division Capitol Station Austin, TX 78711; or 2. http://www.window.state.�.us/taxinfo/taxforms/93-forms.html 6.12 Use of Sites and Other Areas A Limitation on Use of a Site and Other Areas: Contractor shall confine construction equipment, the storage of materials and equipment, and the operations of workers to a Site and other areas permitted by Laws and Regulations, and shall not unreasonably encumber a Site and other areas with construction equipment or other materials or equipment. Contractor shall assume full responsibility for any damage to any such land or area, or to the owner or occupant thereof, or of any adjacent land or areas resulting from the performance of the Work. 2. At any time when, in the judgment of the City, the Contractor has obstructed or closed or is carrying on operations in a portion of a street, right-of-way, or easement greater than isnecessary 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 of a Site. CIT Y OF FORT WORTH STANDARDCONSTRUCTION SPECIFICATION DOCUMENTS Small-Scale Infrashucture Program Unit Price Construction Revision: 8/23/2021 Contract for Driveways, Alleys, Sidewalks, and Incidental Flatwork Various City Project Numbers 007200-1 GENERALCONDITIONS Page 29 of 63 3. Should any Damage Claim be made by any such owner or occupant because of the performance of the Work, Contractor shall promptly attempt to resolve the Damage Claim. 4. Pursuant to Paragraph 6.21, Contractor shall indemnify and hold harmless City, from and against all claifns, costs, losses, and damages arising out of or relating to any claim or action, legal or equitable, brought by any such owneN or occupant against City. B. Removal of DebNis During Performance of the Work: During the progress of the Work Contractor shall keep the Site and other areas free from accumulations of waste materials, rubbish, and other debris. Removal and disposal of such waste materials, rubbish, and other debris shall conform to applicable Laws and Regulations. C. Site Maintenance Cleaning: 24 hours after written notice is given to the Contractor that the clean up on the job site is proceeding in a manner unsatisfactory to the City, if the Contractor fails to correct the unsatisfactory procedure, the City may take such direct action as the City deems appropriate to correct the clean-up deficiencies cited to the Contractor in the written notice (by letter or electronic communication), and the costs of such direct action, plus 25 % of such costs, shall be deducted from the monies due or to become due to the Contractor. D. Final Site Cleaning.• Prior to Fina1 Acceptance of the Work Contractor shall clean a Site and the Work and make it ready for utilization by City or adjacent property owner. At the completion of the Work Contractor shall remove from a Site a11 tools, appliances, construction equipment and machinery, and surplus materials and shall restore to original condition or better all property disturbed by the Work. E. Loading Structures: Contractor sha11 not load nor pernut any part of any structure to be loaded in any manner that will endanger the structure, nor sha11 Contractor subject any part of the Work or adjacent property to stresses or pressures that will endanger it. 6.13 Record Documents A Contractor sha11 maintain in a safe place at a Site or in a place designated by the Contractor and approved by the City, one (1) record copy of a11 Drawings, Specifications, Addenda, Change Orders, Field Orders, and written interpretations and clarifications in good order and annotated to show changes made during construction. These record documents together with a11 approved Samples and a counterpart of a11 accepted Submittals will be a�ailable to City for reference. Upon completion of the Work, these record documents, any operation and maintenance manuals, and Submittals will be delivered to City prior to Final Inspection. Contractor shall include accurate locations for buried and imbedded items. 6.14 Safety and Protection A Contractor shall be solely responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the Wark. Such responsibility does not relieve Subcontractors of their responsibility for the safety of persons or property in the performance of their work, nor for compliance with applicable safety Laws and Regulations. Contractor shall CIT Y OF FORT WORTH STANDARDCONSTRUCTION SPECIFICATION DOCUMENTS Small-Scale Infrashucture Program Unit Price Construction Revision: 8/23/2021 Contract for Driveways, Alleys, Sidewalks, and Incidental Flatwork Various City Project Numbers 007200-1 GENERALCONDITIONS Page 30 of63 6.15 6.16 6.17 take all necessary precautions for the safety of, and shall provide the necessary protection to prevent damage, injury or loss to: 1. all persons on a Site or who may be affected by the Work; 2. all the Work and materials and equipment to be incorporated therein, whether in storage on or off a Site; and 3. other property at a Site or adjacent thereto, including trees, shrubs, lawns, walks, pavements, roadways, structures, utilities, and Underground Facilities not designated for removal, relocation, or replacement in the course of construction. B. Contractor shall comply with all applicable Laws and Regulations relating to the safety of persons or property, or to the protection of persons or property from damage, injury, or loss; and shall erect and maintain a11 necessary safeguards for such safety and protection. Contractor sha11 notify owners of adj acent property and of Underground Facilities and other utility owners when prosecution of the Work may affect them, and shall cooperate with them in the protection, removal, relocation, and replacement of their property. C. Contractor shall comply with the applicable requirements of City's safety programs, if any. D. Contractor shall inform City of the specific requirements of Contractor's safety program, if any, with which City's employees and representatives must comply while at a Site. E All damage, injury, or loss to any property referred to in Paragraph 6.14.A.2 or 6.14.A3 caused, directly or indirectly, in whole or in part, by Contractor, any Subcontractor, Supplier, or any other individual or entity directly or indirectly employed by any of them to perform any of the Work, or anyone for whose acts any of them may be liable, shall be remedied by Contractor. E Contractor's duties and responsibilities for safety and for protection of the Wark shall continue until such time as all the Work is completed and City has accepted the Work. Safety Representative Contractor shall inform City in writing of Contractor's designated safety representative at a Site. Hazard CommunicationPrograms Contractor shall be responsible for coordinating any exchange of material safety data sheets or other hazard communication information required to be made a�ailable to or exchanged between or among employers in accordance with Laws or Regulations. Emergencies and/or Rectification A In emergencies affecting the safety or protection of persons or the Work or property at a Site or adjacent thereto, Contractor is obligated to act to prevent threatened damage, injury, or loss. Contractor shall give City prompt written notice if Contractor believes that any significant CIT Y OF FORT WORTH STANDARDCONSTRUCTION SPECIFICATION DOCUMENTS Small-Scale Infrashucture Program Unit Price Construction Revision: 8/23/2021 Contract for Driveways, Alleys, Sidewalks, and Incidental Flatwork Various City Project Numbers 007200-1 GENERALCONDITIONS Page 31 of 63 changes in the Work or variations from the Contract Documents have been caused thereby or are required as a result thereof. If City determines that a change in the Contract Documents is required because of the action taken by Contractor in response to such an emergency, a Change Ordermay be issued. B. Should the Contractor fail to respond to a request from the City to rectify any discrepancies, omissions, or correction necessary to conform with the requirements of the Contract Documents, the City shall give the Contractor written notice that such work or changes are to be performed. The written notice sha11 direct attention to the discrepant condition and request the Contractor to take remedial action to correct the condition. In the event the Contractor does not take positive steps to fulfill this written request, or does not show just cause for not taking the proper action, within 24 hours, the City may take such remedial action with City forces or by contract. The City shall deduct an amount equal to the entire costs for such remedial action, plus 25%, from any funds due or become due the Contractor on the Project. 6.18 Submittals A Contractor shall submit required Submittals to City for review and acceptance in accordance with the accepted Schedule of Submittals (as required by Paragraph 2.07). Each submittal will be identified as City may require. 1. Submit number of copies specified in the General Requirements. 2. Data shown on the Submittals will be complete with respect to quantities, dimensions, specified performance and design criteria, materials, and similar data to show City the services, materials, and equipment Contractor proposes to provide and to enable City to review the information for the limited purposes required by Paragraph 6.18.C. 3. Submittals submitted as herein provided by Contractor and reviewed by City for conformance with the design concept shall be executed in conformity with the Contract Documents unless otherwise required by City. 4. When Submittals are submitted for the purpose of showing the installation in greater detail, their review shall not excuse Contractor from requirements shown on the Drawings and Specifications. 5. For-Information Only submittals upon which the City is not expected to conduct review or take responsive action may be so identified in the Contract Documents. 6. Submit required number of Samples specified in the Specifications. 7. Clearly identify each Sample as to material, Supplier, pertinent data such as catalog numbers, the use for which intended and other data as City may require to enable City to review the submittal for the limited purposes required by Paragraph 6.18.C. CIT Y OF FORT WORTH STANDARDCONSTRUCTION SPECIFICATION DOCUMENTS Small-Scale Infrashucture Program Unit Price Construction Revision: 8/23/2021 Contract for Driveways, Alleys, Sidewalks, and Incidental Flatwork Various City Project Numbers 007200-1 GENERALCONDITIONS Page 32 of 63 B. Where a Submittal is required by the Contract Documents or the Schedule of Submittals, any related Work performed prior to City's review and acceptance of the pertinent submittal will be at the sole expense and responsibility of Contractor. C. City's Review: City will provide timely review of required Submittals in accordance with the Schedule of Submittals acceptable to City. City's review and acceptance will be only to determine if the items covered by the submittals will, after installation or incorporation in the Work, conform to the information given in the Contract Documents and be compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. • � 6.20 2. City's review and acceptance will not extend to means, methods, techniques, sequences, or procedures of construction (except where a particular means, method, technique, sequence, or procedure of construction is specifically and expressly called for by the Contract Documents) or to safety precautions or programs incident thereto. The review and acceptance of a separate item as such will not indicate approval of the assembly in which the item functions. 3. City's review and acceptance shall not relieve Contractor from responsibility for any variation from the requirements of the Contract Documents unless Contractor has complied with the requirements of Section O1 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 sha11 not relieve Contractor from responsibility for complying with the requirements of the Contract Documents. Continuing the Work Except as otherwise provided, Contractor shall carry on the Work and adhere to the Project Schedule during all disputes or disagreements with City. No Work shall be delayed or postponed pending resolution of any disputes or disagreements, except as City and Contractor may otherwise agree inwriting. Contractor's General Warranty andGuarantee A Contractor warrants and guarantees to City that all Work will be in accordance with the Contract Documents and will not be defective. City and its officers, directors, members, partners, employees, agents, consultants, and subcontractors shall be entitled to rely on representation of Contractor's warranty and guarantee. B. Contractor's warranty and guarantee hereunder excludes defects or damage causedby: 1. abuse, modification, or improper maintenance or operation by persons other than Contractor, Subcontractors, Suppliers, or any other individual or entity for whom Contractor is responsible; or CIT Y OF FORT WORTH STANDARDCONSTRUCTION SPECIFICATION DOCUMENTS Small-Scale Infrashucture Program Unit Price Construction Revision: 8/23/2021 Contract for Driveways, Alleys, Sidewalks, and Incidental Flatwork Various City Project Numbers 007200-1 GENERALCONDITIONS Page 33 of63 2. normal wear and tear under normalusage. C. Contractor's obligation to perform and complete the Work in accordance with the Contract Documents shall be absolute. None of the following will constitute an acceptance of Work that isnot in accordance with the Contract Documents or a release of Contractor's obligation to perform the Work in accordance with the Contract Documents: 1. observations by City; 2. recommendation or payment by City of any progress or final payment; 3. the issuance of a certificate of Final Acceptance by City ar any payment related thereto by City; 4. use or occupancy of the Work or any part thereof by City; 5. any review and acceptance of a Submittal by City; 6. any inspection, test, or approval by others; ar 7. any correction of defective Work by City. D. The Contractor shall remedy any defects or damages in the Work and pay for any damage to other work or property resulting therefrom which shall appear within a period of two (2) years from the date of Fina1 Acceptance of the Work unless a longer period is specified and shall furnish a good and sufficient maintenance bond, complying with the requirements of Article 5.02.B. The City will give notice of observed defects with reasonable promptness. 6.21 Indemnification A Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the City, its officers, servants and employees, from and against any and all claims arising out of, or alleged to arise out of, the work and services to be performed by the Contractor, its officers, agents, employees, subcontractors, licenses or invitees under this Contract. THiS TNnFMNiFi(�ATinN PRnViS�nN TS SPF(�'iFi(�A1,i.V TNTF.NnF,n TnnPFRATF, ANn RF F.FFFCTiVF FVFN TF TT iS Ai,i,F(:F.n OR PRnVFN THAT AT,T, nR �nMF (lF THF, nAMAC.F,S RF,TN(t SniJ(tHT WF,RF, CYAiTSF,II. iN WHni,F, nR iN PART. RV ANY A("T_ OMTSST(lN OR NF(:i,i(:FN("F, nF THF (�TTV. This indemnity provision is intended to include, without limitation, indemnity for costs, expenses and legal fees incurred by the City in defending against such claims and causes of actions. S Contractor covenants and agrees to indemnify and hold harmless, at its own expense, the City, its officers, servants and employees, from and against any and all loss, damage or destruction of property of the City, arising out of, or alleged to arise out of, the work and services to be performed by the Contractor, its officers, agents, employees, subcontractors, licensees or invitees under this Contract. THiS iNnF.MNiFiCATi(�N PR(�ViSi(�N iS CIT Y OF FORT WORTH STANDARDCONSTRUCTION SPECIFICATION DOCUMENTS Small-Scale Infrashucture Program Unit Price Construction Revision: 8/23/2021 Contract for Driveways, Alleys, Sidewalks, and Incidental Flatwork Various City Project Numbers 007200-1 GENERALCONDITIONS Page 34 of 63 6.22 6.23 ' \ \1 1 1 1' :: _\1 : I \ 11:':I ►.: I:_11l I. 1:11: i► 1. �/ : 1 ► . .1 1: � ':: � :► : 11l _ 1► I : ► ► / . Delegation of Professional Design Services A Contractor will not be required to provide professional design services unless such services are specifically required by the Contract Documents for a portion of the Work or unless such services are required to carry out Contractor's responsibilities for construction means, methods, techniques, sequencesand procedures. B. If professional design services or certifications by a design professional related to systems, materials or equipment are specifically required of Contractor by the Contract Documents, City will specify all performance and design criteria that such services must satisfy. Contractor shall cause such services or certifications to be provided by a properly licensed professional, whose signature and seal shall appear on all drawings, calculations, specifications, certifications, and Submittals prepared by such professional. Submittals related to the Work designed or certified by such professional, if prepared by others, shall bear such professional's written approval when submitted toCity. C. City shall be entitled to rely upon the adequacy, accuracy and completeness of the services, certifications or approvals performed by such design professionals, provided City has specified to Contractor performance and design criteria that such services must satisfy. D. Pursuant to this Paragraph 6.22, City's review and acceptance of design calculations and design drawings will be only for the limited purpose of checking for conformance with performance and design criteria given and the design concept expressed in the Contract Documents. City's review and acceptance of Submittals (except design calculations and design drawings) will be only for the purpose stated in Paragraph 6.18.C. Right toAudit A The Contractor agrees that the City sha11, until the expiration of three (3) years after fmal payment under this Contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers, and records of the Contractor involving transactions relating to this Contract. Contractor agrees that the City shall have access during Regular Warking Hours to all necessary Contractor facilities and sha11 be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this Paragraph. The City shall give Contractor reasonable advance notice of intended audits. B. Contractor further agrees to include in all its subcontracts hereunder a provision to the 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 examine and photocopy any directly pertinent books, documents, papers, and records of such Subcontractor, involving transactions to the subcontract, and further, that City sha11 have access during Regular Working Hours to all CIT Y OF FORT WORTH STANDARDCONSTRUCTION SPECIFICATION DOCUMENTS Small-Scale Infrashucture Program Unit Price Construction Revision: 8/23/2021 Contract for Driveways, Alleys, Sidewalks, and Incidental Flatwork Various City Project Numbers 007200-1 GENERALCONDITIONS Page 35 of63 Subcontractor facilities, and sha11 be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this Paragraph. The City shall give Subcontractor reasonable advance notice of intended audits. C. Contractor and Subcontractor agree to photocopy such documents as may be requested by the City. The City agrees to reimburse Contractor for the cost of the copies as follows at the rate published in the Texas Adnuiustrative Code in effect as of the time copying isperformed. 6.24 Nondiscrimination A The City is responsible for operating Public Transportation Programs and implementing transit- related projects, which are funded in part with Federal financial assistance awarded by the U.S. Department of Transportation and the Federal Transit Administration (FTA), without discriininating against any person in the United States on the basis of race, color, or national origin. B. Title VI, Civil Rights Act of 1964 as amended: Contractor shall comply with the requirements of the Act and the Regulations as further defined in the Supplementary Conditions for any project receiving Federal assistance. ARTICLE 7— OTHER WORK AT THE SITES 7.01 Related Work at Sites A City may perform other work related to the Project at a Site with City's employees, or other City contractors, or through other direct contracts therefor, or have other work performed by utility owners. If such other work is not noted in the Contract Documents, then written notice thereof will be given to Contractor prior to starting any such other wark; and B. Contractor shall afford each other contractor who is a party to such a direct contract, each utility owner, and City, if City is performing other work with City's employees or other City contractors, proper and safe access to a Site, provide a reasonable opportunity for the introduction and storage of materials and equipment and the execution of such other work, and properly coordinate the Work with theirs. Contractor shall do all cutting, fitting, and patching of the Work that may be required to properly connect or otherwise make its several parts come together and properly integrate with such other work. Contractor shall not endanger any work of others by cutting, excavating, or otherwise altering such work; provided, however, that Contractor may cut or alter others' work with the written consent of City and the others whose work will be affected. C. If the proper execution or results of any part of Contractor's Work depends upon work performed by others under this Article 7, Contractor shall inspect such other work and promptly report to City in writing any delays, defects, or deficiencies in such other work that render it una�ailable or unsuitable for the proper execution and results of Contractor's Work. Contractor's failure to so report will constitute an acceptance of such other work as fit and proper for integration with Contractor's Work except for latent defects in the work provided by others. CIT Y OF FORT WORTH STANDARDCONSTRUCTION SPECIFICATION DOCUMENTS Small-Scale Infrashucture Program Unit Price Construction Revision: 8/23/2021 Contract for Driveways, Alleys, Sidewalks, and Incidental Flatwork Various City Project Numbers 007200-1 GENERALCONDITIONS Page 36 of63 7.02 Coordination A If City intends to contract with others for the performance of other work on the Project at a Site, the following will be set forth in Supplementary Conditions: 1. the individual or entity who will have authority and responsibility for coordination of the activities among the various contractors will be identified; 2. the specific matters to be covered by such authority and responsibility will be itemized; and 3. the extent of such authority and responsibilities will be provided. B. Unless otherwise provided in the Supplementary Conditions, City sha11 have authority for such coordination. ARTICLE 8 — CITY'S RESPONSIBILITIES 8.01 Communications to Contractor Except as otherwise provided in the Supplementary Conditions, City sha11 issue all communications to Contractor. 8.02 Furnish Data :l :l :l :l� City shall timely furnish the data required under the Contract Documents. Pay When Due City shall make payments to Contractor in accordance with Article 14. Lands and Easements; Reports and Tests City's duties with respect to providing lands and easements and providing engineering surveys to establish reference points are set forth in Paragraphs 4.01 and 4.05. Paragraph 4.02 refers to City's identifying and making available to Contractor copies of reports of explorations and tests of subsurface conditions and drawings of physical conditions relating to existing surface or subsurface structures at or contiguous to a Site that have been utilized by City in preparing the Contract Documents. Change Orders City shall execute Change Orders in accordance with Paragraph 10.03. Inspections, Tests, and Approvals City's responsibility with respect to certain inspections, tests, and approvals is set forth in Paragraph 13.03. CIT Y OF FORT WORTH STANDARDCONSTRUCTION SPECIFICATION DOCUMENTS Small-Scale Infrashucture Program Unit Price Construction Revision: 8/23/2021 Contract for Driveways, Alleys, Sidewalks, and Incidental Flatwork Various City Project Numbers 007200-1 GENERALCONDITIONS Page 37 of63 8.07 Limitations on City'sResponsibilities A The City shall not supervise, direct, or have control or authority over, nor be responsible for, Contractor's means, methods, techniques, sequences, or procedures of construction, or the safety precautions and programs incident thereto, or for any failure of Contractor to comply with Laws and Regulations applicable to the performance of the Work. City will not be responsible for Contractor's failure to perform the Work in accordance with the Contract Documents. B. City will notify the Contractor of applicable safety plans pursuant to Paragraph 6.14. 8.08 Undisclosed Hazardous Environmental Condition City's responsibility with respect to an undisclosed Hazardous Environmental Condition is set forth in Paragraph 4.06. 8.09 Compliance with Safety Progr�am While at a Site, City's employees and representatives shall comply with the specific applicable requirements of Contractor's safety programs of which City has been informed pursuant to Paragraph 6.14. ARTICLE 9— CITY'S OBSERVATION STATUS DURING CONSTRUCTION 9.01 City's ProjectManager City will provide one or more Project Manager(s) during the construction period. The duties and responsibilities and the limitations of authority of City's Project Manager during construction are set forth in the Contract Documents. The City's Project Manager for this Contract is identified in the Supplementary Conditions. 9.02 Visits to Sites A City's Project Manager will make visits to a Site at intervals appropriate to the various stages of construction as City deems necessary in order to observe the progress that has been made and the quality of the various aspects of Contractor's executed Work. Based on information obtained during such visits and observations, City's Project Manager will determine, in general, if the Wark is proceeding in accordance with the Contract Documents. City's Project Manager will not be required to make e�iaustive or continuous inspections on a Site to check the quality or quantity of the Work. City's Project Manager's efforts will be directed toward providing City a greater degree of confidence that the completed Work will conform generally to the Contract Documents. B. City's Project Manager's visits and observations are subject to all the limitations on authority and responsibility in the Contract Documents including those set forth in Paragraph 8.07. CIT Y OF FORT WORTH STANDARDCONSTRUCTION SPECIFICATION DOCUMENTS Small-Scale Infrashucture Program Unit Price Construction Revision: 8/23/2021 Contract for Driveways, Alleys, Sidewalks, and Incidental Flatwork Various City Project Numbers 007200-1 GENERALCONDITIONS Page 38 of63 9.03 Authorized Variations in Work 9.04 9.05 • l� City's Project Manager may authorize minor variations in the Work from the requirements of the Contract Documents which do not involve an adjustment in the Contract Price or the Contract Time and are compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. These may be accomplished by a Field Order and will be binding on City and also on Contractor, who shall perform the Work involved promptly. Rejecting Defective Work City will ha�e authority to reject Work which City's Project Manager believes to be defective, or will not produce a completed Project that conforms to the Contract Documents or that will prejudice the integrity of the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. City will have authority to conduct special inspection or testing of the Work as provided in Article 13, whether or not the Work is fabricated, installed, or completed. Determinations for WorkPerformed Contractor will determine the actual quantities and classifications of Work performed. City's Proj ect Manager will review with Contractor the preliminary deternunations on such matters before rendering a written recommendation. City's written decision will be final (except as modified to reflect changed factual conditions or more accurate data). Decisions on Requirements of Contract Documents and Acceptability of Work A City will be the initial interpreter of the requirements of the Contract Documents and judge of the acceptability of the Work thereunder. B. City will render a written decision on any issue referred. C. City's written decision on the issue referred will be final and binding on the Contractor, subject to the provisions of Paragraph 10.06. ARTICLE 10 — CHANGES IN THE WORK; CLAIMS; EXTRA WORK 10.01 Authorized Changes in the Work A Without invalidating the Contract and without notice to any surety, City may, at any time or from time to time, order Extra Work. Upon notice of such Extra Work, Contractor shall promptly proceed with the Wark involved which will be performed under the applicable conditions of the Contract Documents (except as otherwise specifically provided). Extra Work shall be memorialized by a Change Order which may or may not precede an order of Extra 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. CIT Y OF FORT WORTH STANDARDCONSTRUCTION SPECIFICATION DOCUMENTS Small-Scale Infrashucture Program Unit Price Construction Revision: 8/23/2021 Contract for Driveways, Alleys, Sidewalks, and Incidental Flatwork Various City Project Numbers 007200-1 GENERALCONDITIONS Page 39 of 63 10.02 10.03 Unauthorized Changes in the Work Contractor shall not be entitled to an increase in the Contract Price or an extension of the Contract Time with respect to any work performed that is not required by the Contract Documents as amended, modified, or supplemented as provided inParagraph 3.04, except inthe case ofan emergency as provided in Paragraph 6.17. Execution of Change Orders A City and Contractor shall execute appropriate Change Orders covering: 1. changes in the Work which are: (i) ordered by City pursuant to Paragraph 10.O1.A, (ii) required because of acceptance of defective Work under Paragraph 13.08 or City's correction of defective Work under Paragraph 13.09, or (iu) agreed to by the parties; 2 changes in the Contract Price or Contract Time which are agreed to by the parties, including any undisputed sum or amount of tune for Work actually performed. 10.04 Extra Work A Should a difference arise as to what does or does not constitute Extra Wark, or as to the payment thereof, and the City insists upon its performance, the Contractor shall proceed with the work after making written request for written orders and shall keep accurate account of the actual reasonable cost thereof. Contract Claims regarding Extra Work shall be made pursuant to Paragraph 10.06. B. The Contractor shall furnish the City such installation records of all deviations from the origina 1 Contract Documents as may be necessary to enable the City to prepare for permanent record a corrected set of plans showing the actual installation. C. The compensation agreed upon for Extra Work whether or not initiated by a Change Order shall be a full, complete and final payment for all costs Contractor incurs as a result or relating to the change or Extra Work, whether said costs are known, unknown, foreseen or unforeseen at that time, including without limitation, any costs for delay, extended overhead, ripple or impact cost, or any other effect on changed or unchanged work as a result of the change or Extra Work. 10.05 Notification to Surety If the provisions of any bond require notice to be given to a surety of any change affecting the general scope of the Work or the provisions of the Contract Documents (including, but not limited to, Contract Price or Contract Time), the giving of any such notice will be Contractor's responsibility. The amount of each applicable bond will be adjusted by the Contractor to reflect the effect of any such change. CIT Y OF FORT WORTH STANDARDCONSTRUCTION SPECIFICATION DOCUMENTS Small-Scale Infrashucture Program Unit Price Construction Revision: 8/23/2021 Contract for Driveways, Alleys, Sidewalks, and Incidental Flatwork Various City Project Numbers 007200-1 GENERALCONDITIONS Page 40 of 63 10.06 Contract CZaimsProcess A City's Decision Required: All Contract Claims, except those waived pursuant to Paragraph 14.09, shall be referred to the City for decision. A decision by City sha11 be required as a condition precedent to any exercise by Contractor of any rights or remedies he may otherwise ha�e under the Contract Documents or by Laws and Regulations in respect of such Contract Claims. E Notice: 1. Written notice stating the general nature of each Contract Claim shall be delivered by the Contractor to City no later than 15 days after the start of the event giving rise thereto. The responsibility to substantiate a Contract Claim shall rest with the party malcing the Contract Claim. 2 Notice of the amount or extent of the Contract Claim, with supporting data shall be delivere d to the City on or before 45 days from the start of the event giving rise thereto (unless the City allows additional time for Contractor to submit additional or more accurate data in support of such Contract Claim). 3. A Contract Claim for an adjustment in Contract Price sha11 be prepared in accordance with the provisions of Paragraph 12.01. 4 A Contract Claim for an adjustment in Contract Time shall be prepared in accordance with the provisions of Paragraph 12.02. 5. Each Contract Claim shall be accompanied by Contractor's written statement that the adjustment claimed is the entire adjustment to which the Contractor believes it is entitled as a result of said event. 6. The City shall submit any response to the Contractor within 30 days after receipt of the claimant's last submittal (unless Contract allows additional time). C. City's Action: City will review each Contract Claim and, within 30 days after receipt of the last submittal of the Contractor, if any, take one of the following actions in writing: 1. deny the Contract Claim in whole or inpart; 2 approve the Contract Claim; or 3. notify the Contractor that the City is unable to resolve the Contract Claim if, in the City's sole discretion, it would be inappropriate for the City to do so. For purposes of further resolution of the Contract Claim, such notice shall be deemed a denial. CIT Y OF FORT WORTH STANDARDCONSTRUCTION SPECIFICATION DOCUMENTS Small-Scale Infrashucture Program Unit Price Construction Revision: 8/23/2021 Contract for Driveways, Alleys, Sidewalks, and Incidental Flatwork Various City Project Numbers 007200-1 GENERALCONDITIONS Page 41 of 63 D. City's written action under Paragraph 10.06.0 will be final and bindin , E. No Contract Claim far an adjustment in Contract Price or Contract Time will be valid ifnot submitted in accordance with this Paragraph 10.06. ARTICLE 11— COST OF THE WORK; ALLOWANCES; UNIT PRICE WORK; PLANS QUANTITY MEASUREMENT 11.01 Cost of the Work A Costs Included: The term Cost of the Work means the sum of a11 costs, except those excluded in Paragraph 11.O1.B, necessarily incurred and paid by Contractor in the proper performance of the Work. When the value of any Work covered by a Change Order, the costs to be reimbursed to Contractor will be only those additional or incremental costs required because of the change in the Work. Such costs shall not include any of the costs itemized in Paragraph 11.O1.B, and shall include but not be limited to the following items: 1. Payroll costs for employees in the direct employ of Contractor in the performance of the Work under schedules of job classifications agreed upon by City and Contractor. Such employees shall include, without limitation, superintendents, foremen, and other personnel employed full time on the Work. Payroll costs for employees not employed fu11 time on the Work sha11 be apportioned on the basis of their time spent on the Wark. Payroll costs shall include; a salaries with a 55% markup, or b. salaries and wages plus the cost of fringe benefits, which shall include social security contributions, unemployment, excise, and payroll taxes, workers' compensation, health and retirement benefits, bonuses, sick leave, vacation and holiday pay applicable thereto. The expenses of performing Work outside of Regular Working Hours, Weekend Working Hours, or legal holidays, shall be included in the above to the extent authorize d by City. 2. Cost of a11 materials and equipment furnished and incorporated in the Work, including costs of transportation and storage thereof, and Suppliers' field services required in connection therewith. 3. Rentals of a11 construction equipment and machinery, and the parts thereof whether rented from Contractor or others in accordance with rental agreements approved by City, and the costs of transportation, loading, unloading, assembly, dismantling, and removal thereof. All such costs shall be in accordance with the terms of said rental agreements. The rental of any such equipment, machinery, or parts sha11 cease when the use thereof is no longer necessary for the Work. CIT Y OF FORT WORTH STANDARDCONSTRUCTION SPECIFICATION DOCUMENTS Small-Scale Infrashucture Program Unit Price Construction Revision: 8/23/2021 Contract for Driveways, Alleys, Sidewalks, and Incidental Flatwork Various City Project Numbers 007200-1 GENERALCONDITIONS Page 42 of 63 4. Payments made by Contractor to Subcontractors for Work performed by Subcontractors. If required by City, Contractor shall obtain competitive bids from subcontractors acceptable to City and Contractor and shall deliver such bids to City, who will then determine, which bids, if any, will be acceptable. If any subcontract provides that the Subcontractor is to be paid on the basis of Cost of the Work plus a fee, the Subcontractor's Cost of the Work and fee shall be determined in the same manner as Contractor's Cost of the Work and fee as provided in this Paragraph 11.01. 5. Costs of special consultants (including but not limited to engineers, architects, testing laboratories, surveyors, attorneys, and accountants) employed for services specifically related to the Wark. 6. Supplemental costs including the following: a The proportion of necessary transportation, travel, and subsistence expenses of Contractor's employees incurred in discharge of duties connected with the Work. b. Cost, including transportation and maintenance, of a11 materials, supplies, equipment, machinery, appliances, office, and temporary facilities at a Site, and hand tools not owned by the workers, which are consumed in the performance of the Work, and cost, less market value, of such items used but not consumed which remain the property of Contractor. c. Sales, consumer, use, and other similar taxes related to the Work, and for which Contractor is liable not covered under Paragraph 6.11, as imposed by Laws and Regulations. d Deposits lost for causes other than negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, and royalty payments and fees for permits and licenses. e. Losses and damages (and related expenses) caused by damage to the Work, not compensated by insurance or otherwise, sustained by Contractor in connection with the performance of the Work, provided such losses and damages have resulted from causes other than the negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable. Such losses shall include settlements made with the written consent and approval of City. No such losses, damages, and expenses shall be included in the Cost of the Work for the purpose of determining Contractor's fee. f. The cost of utilities, fuel, and sanitary facilities at a Site. g. Minor expenses such as telegrams, long distance telephone calls, telephone and communication services at a Site, express and courier services, and similar petty cash items in connection with the Work. CIT Y OF FORT WORTH STANDARDCONSTRUCTION SPECIFICATION DOCUMENTS Small-Scale Infrashucture Program Unit Price Construction Revision: 8/23/2021 Contract for Driveways, Alleys, Sidewalks, and Incidental Flatwork Various City Project Numbers 007200-1 GENERALCONDITIONS Page 43 of 63 h The costs of premiums for all bonds and insurance Contractor is required by the Contract Documents to purchase and maintain. B. Costs Excluded: The term Cost of the Work shall not include any of the following items: 1. Payroll costs and other compensation of Contractor's officers, executives, principals (of partnerships and sole proprietorships), general managers, safety managers, engineers, architects, estimators, attorneys, auditors, accountants, purchasing and contracting agents, expediters, timekeepers, clerks, and other personnel employed by Contractor, whether at a Site or in Contractor's principal or branch office for general administration of the Wark and not specifically included in the agreed upon schedule of job classifications referred to inParagraph 11.O1.A.1 or specifically covered by Paragraph 11.O1.A.4, all of which are to be considered administrative costs covered by the Contractor's fee. 2. Expenses of Contractor's principal and branch offices other than Contractor's office at a Site. 3. Any part of Contractor's capital expenses, including interest on Contractor's capital employed for the Wark and charges against Contractor for delinquent payments. 4. Costs due to the negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, including but not limited to, the correction of defective Work, disposal of materials or equipment wrongly supplied, and making good any damage to property. 5. Other overhead or general expense costs of any kind. C. Contractor's Fee: When a11 the Work is performed on the basis of cost-plus, Contractor's fee shall be determined as set forth in the Agreement. When the value of any Work covered by a Change Order for an adjustment in Contract Price is determined on the basis of Cost of the Work, Contractor's fee shall be determined as set forth in Paragraph 12.O1.C. D. Documentation: Whenever the Cost of the Work for any purpose is to be determined pursuant to Paragraphs 11.O1.A and 11.O1.B, Contractor will establish and maintain records thereof in accordance with generally accepted accounting practices and submit in a form acceptable to City an itemized cost breakdown together with supporting data. 11.02 Allowances A Specified Allowance: It is understood that Contractor has included in the Contract Price all allowances so named in the Contract Documents and shall cause the Work so covered to be performed for such sums and by such persons ar entities as may be acceptable to City. B. Pre-bid Allowances: 1. Contractor agrees that: CIT Y OF FORT WORTH STANDARDCONSTRUCTION SPECIFICATION DOCUMENTS Small-Scale Infrashucture Program Unit Price Construction Revision: 8/23/2021 Contract for Driveways, Alleys, Sidewalks, and Incidental Flatwork Various City Project Numbers 007200-1 GENERALCONDITIONS Page 44 of 63 a the pre-bid allowances include the cost to Contractor of materials and equipment required by the allowances to be delivered at a Site, and all applicable taxes; and b. Contractor's costs for unloading and handling on a Site, labor, installation, overhead, profit, and other expenses contemplated for the pre-bid allowances ha�e been included in the allowances, and no demand for additional payment on account of any of the faregoing will be valid. C. Contingency Allowance: Contractor agrees that a contingency allowance, if any, is for the sole use of City. D. Prior to final payment, an appropriate Change Order will be issued to reflect actual amounts due Contractor on account of Work covered by allowances, and the Contract Price shall be correspondingly adjusted. 11.03 Unit Price Work A Where the Contract Documents provide that all or part of the Work is to be Unit Price Work, initially the Contract Price will be deemed to include for all Unit Price Work an amount equal to the sum of the unit price for each separately identified item of Unit Price Work times the estimated quantity of each item as indicated in the Agreement. B. The estimated quantities of items of Unit Price Work are not guaranteed and are solely for the purpose of comparison of Bids and determining an initial Contract Price. Determinations of the actual quantities and classifications of Unit Price Work performed by Contractor will be made by City subject to the provisions of Paragraph 9.05. C. Each unit price will be deemed to include an amount considered by Contractor to be adequate to cover Contractor's overhead and profit for each separately identified item. Wark described in the Contract Documents, or reasonably inferred as required for a functionally complete installation, but not identified in the listing of unit price items shall be considered incidental to unit price work listed and the cost of incidental work included as part of the unit price. D. City may make an adjustment in the Contract Price in accordance with Paragraph 12.01 if: 1. the quantity of any item of Unit Price Work performed by Contractor differs materially and significantly from the estimated quantity of such item indicated in the Agreement; and 2. there is no corresponding adjustment with respect to any other item of Work. E. Increased or Decreased Quantities: The City reserves the right to order Extra Work inaccordance with Paragraph 10.01. If the changes in quantities or the alterations do not significantly change the character of work under the Contract Documents, the altered work will be paid for at the Contract unit price. CIT Y OF FORT WORTH STANDARDCONSTRUCTION SPECIFICATION DOCUMENTS Small-Scale Infrashucture Program Unit Price Construction Revision: 8/23/2021 Contract for Driveways, Alleys, Sidewalks, and Incidental Flatwork Various City Project Numbers 007200-1 GENERALCONDITIONS Page 45 of 63 2. If the changes in quantities or alterations significantly change the character of work, the Contract will be amended by a Change Order. 3. If no unit prices exist, this will be considered Extra Work and the Contract will be amended by a Change Order in accordance with Article 12. 4. A significant change in the character of work occurs when: a the character of work for any Item as altered differs materially in kind or nature from that in the Contract ar b. a Major Item of work varies by more than 25% from the original Contract quantity. 5. When the quantity of work to be done under any Major Item of the Contract is more than 125% of the original quantity stated in the Contract, then either party to the Contract may request an adjustment to the unit price on the portion of the work that is above 125%. 6. When the quantity of work to be done under any Major Item of the Contract is less than 75% of the original quantity stated in the Contract, then either party to the Contract may request an adjustment to the unit price. 11.04 Plans Quantity Measurement A Plans quantities may or may not represent the exact quantity of work performed or materialmoved, handled, or placed during the execution of the Contract. The estimated bid quantities are designated as final payment quantities, unless revised by the governing Section or this Article. B. If the quantity measured as outlined under "Price and Payment Procedures" varies by more than 25% (or as stipulated under "Price and Payment Procedures" far specific Items) from the total estimated quantity for an individual Item originally shown in the Contract Documents, an adjustment may be made to the quantity of authorized work done far payment purposes. The party to the Contract requesting the adjustment will provide field measurements and calculations showing the final quantity for which payment will be made. Payment for revised quantity will be made at the unit price bid for that Item, except as provided for in Article 10. C. When quantities are revised by a change in design approved by the City, by Change Order, or to correct an error, or to correct an error on the plans, the plans quantity will be increased or decreased by the amount involved in the change, and the 25% variance will apply to the new plans quantity. D. If the total Contract quantity multiplied by the unit price bid for an individual Item is lessthan $250 and the Item is not originally a plans quantity Item, then the Item may be paid as a plans quantity Item if the City and Contractor agree in writmg to fix the fmal quantity as a plans quantity. CIT Y OF FORT WORTH STANDARDCONSTRUCTION SPECIFICATION DOCUMENTS Small-Scale Infrashucture Program Unit Price Construction Revision: 8/23/2021 Contract for Driveways, Alleys, Sidewalks, and Incidental Flatwork Various City Project Numbers 007200-1 GENERALCONDITIONS Page 46 of 63 E. For callout work or non site specific Contracts, the plans quantity measurement requirements are not applicable. ARTICLE 12 — CHANGE OF CONTRACT PRICE; CHANGE OF CONTRACT TIME 12.01 Change of ContractPrice A. The Contract Price may only be changed by a Change Order. B. The value of any Work covered by a Change Order will be determined as follows: where the Work involved is covered by unit prices contained in the Contract Documents, by application of such unit prices to the quantities of the items involved (subject to the provisions of Paragraph 11.03); or 2. where the Work involved is not covered by unit prices contained in the Contract Documents, by a mutually agreed lump sum or unit price (which may include an allowance for overhead and profit not necessarily in accordance with Paragraph 12.O1.C.2), and shall include the cost of any secondary impacts that are foreseeable at the time of pricing the cost of Extra Work; or 3. where the Wark involved is not covered by unit prices contained in the Contract Documents and agreement to a lump sum or unit price is not reached under Paragraph 12.O1.B.2, on the basis of the Cost of the Work (determined as provided in Paragraph ll.01) plus a Contractor's fee for overhead and profit (determined as provided in Paragraph 12.O1.C). C. Contractor's Fee: The Contractor's additional fee for overhead and profit shall be determined as follows: 1. a mutually acceptable fixed fee; or 2. if a fixed fee is not agreed upon, then a fee based on the following percentages of the various portions of the Cost of the Work: a for costs incurred under Paragraphs 11.O1.A.1, 11.O1.A.2. and 11.O1.A.3, the Contractor's additional fee shall be 15 percent exceptfor: 1) rental fees for Contractor's own equipment using standard rental rates; 2) bonds and insurance; b. for costs incurred under 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 Cost of the Work plus a fee and no fixed fee is agreed upon, the intent of Paragraphs 12.O1.C.2.a and 12.O1.C.2.b is that the Subcontractor who actually performs the Work, at whatever CIT Y OF FORT WORTH STANDARDCONSTRUCTION SPECIFICATION DOCUMENTS Small-Scale Infrashucture Program Unit Price Construction Revision: 8/23/2021 Contract for Driveways, Alleys, Sidewalks, and Incidental Flatwork Various City Project Numbers 007200-1 GENERALCONDITIONS Page 47 of 63 tier, will be paid a fee of 15 percent of the costs incurred by such Subcontractor under Paragraphs 11.O1.A.1 and 11.O1.A.2 and that any higher tier Subcontractor and Contractor will each be paid a fee of five percent (5%) of the amount paid to the next lower tier Subcontractor, however in no case shall the cumulative total of fees paid be in excess of25%; c. no fee sha11 be payable on the basis of costs itemized under Paragraphs 11.O1.A.6, and 11.O1.B; d the amount of credit to be allowed by Contractor to City for any change which results ina net decrease in cost will be the amount of the actual net decrease in cost plus a deduction in Contractor's fee by an amount equal to five percent (5%) of such netdecrease. 12.02 12.03 Change of ContractTime A. The Contract Time may only be changed by a Change Order. B. No extension of the Contract Time will be allowed for Extra Work or for claimed delay unless the Extra Work contemplated or claimed delay is shown to be on the critical path of the Proj ect Schedule or Contractor can show by Critical Path Method analysis how the Extra Work or claimed delay adversely affects the critical path. Delays A. Where Contractor is reasonably delayed in the performance or completion of any part of the Work within the Contract Time due to delay beyond the control of Contractor, the Contract Time may be extended in an amount equal to the time lost due to such delay if a Contract Claim is made therefor. Delays beyond the control of Contractor shall include, but not be limited to, acts or neglect by City, acts or neglect of utility owners or other contractors performing other work as contemplated by Article 7, fires, floods, epidemics, abnormal weather conditions, or acts of God. Such an adjustment shall be Contractor's sole and exclusive remedy for the delays described in this Paragraph. B. If Contractor is delayed, City shall not be liable to Contractor for any claims, costs, losses, or damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and a11 court or arbitration or other dispute resolution costs) sustained by Contractor on or in connection with any other project or anticipated project. C. Contractor shall not be entitled to an adjustment in Contract Price or Contract Time for delays within the control of Contractor. Delays attributable to and within the control of a Subcontractor or Supplier shall be deemed to be delays within the control of Contractor. D. The Contractor shall receive no compensation for delays or hindrances to the Work, except when direct and una�oidable extra cost to the Contractor is caused by the failure of the City to provide information or material, if any, which is to be furnished by the City. CIT Y OF FORT WORTH STANDARDCONSTRUCTION SPECIFICATION DOCUMENTS Small-Scale Infrashucture Program Unit Price Construction Revision: 8/23/2021 Contract for Driveways, Alleys, Sidewalks, and Incidental Flatwork Various City Project Numbers 007200-1 GENERALCONDITIONS Page 48 of 63 ARTICLE 13 — TESTS AND INSPECTIONS; CORRECTION, REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK 13.01 Notice of Defects Notice of a11 defective Work of which City has actual knowledge will be given to Contractor. Defective Work may be rejected, corrected, or accepted as provided in this Article 13. 13.02 Access to Work City, independent testing laboratories, and governmental agencies with jurisdictional interests will have access to a Site and the Work at reasonable times for their observation, inspection, and testing. Contractor shall provide them proper and safe conditions for such access and advise them of Contractor's safety procedures and programs so that they may comply therewith as applicable. 13. 03 Tests and Inspections A Contractor shall give City timely notice of readiness of the Work for all required inspections, tests, or approvals and shall cooperate with inspection and testing personnel to facilitate require d inspections or tests. B. If Contract Documents, Laws or Regulations of any public body ha�ing jurisdiction require any of the Work (or part thereo� to be inspected, tested, or approved, Contractor shall assume full responsibility for arranging and obtaining such independent inspections, tests, retests or approvals, pay all costs in connection therewith, and furnish City the required certificates of inspection or approval; excepting, however, those fees specifically identified in the Supplementary Conditions or any Texas Department of Licensure and Regulation (TDLR) inspections, which shall be paid as described in the Supplementary Conditions. C Contractor shall be responsible for arranging and obtaining and shall pay all costs in connection with any inspections, tests, re-tests, or approvals required for City's acceptance of materials ar equipment to be incorporated in the Work; or acceptance of materials, m� designs, or equipment submitted for approval prior to Contractor's purchase thereof for incorporation in the Work. Such inspections, tests, re-tests, or approvals shall be performed by organizations acceptable to City. D Material Testing shall be done in accordance with Specification 0145 23 — Material Testing. The costs of Testing are subsidiary to the line items, and shall be arranged and coordinated by the Contractor. The Testing shall be done through City of Fort Worth prequalified Vendors. City may arrange, or indicate that Testing shall be arranged, on a task order basis, for the services of an independent testing laboratory ("Testing Lab") to perform any inspections or tests ("Testing") for any part of the Work, as determined solely by City. City will coordinate such Testing to the extent possible, with Contractor; 2. Should any Testing under this Section 13.03 D result in a"fail", "did not pass" or other similar negative result, the Contractor shall be responsible for paying for any and all retests. Contractor's cancellation without cause of City initiated Testing shall be deemed a negative result and require a retest. CIT Y OF FORT WORTH STANDARDCONSTRUCTION SPECIFICATION DOCUMENTS Small-Scale Infrashucture Program Unit Price Construction Revision: 8/23/2021 Contract for Driveways, Alleys, Sidewalks, and Incidental Flatwork Various City Project Numbers 007200-1 GENERALCONDITIONS Page 49 of 63 13.04 3. Any amounts owed for any retest under this Section 13.03 D shall be paid directly to the Testing Lab by Contractor. City will forward all invoices for retests to Contractor. 4. If Contractor fails to pay the Testing Lab, City will not issue Final Payment until the Testing Lab is paid. E If any Work (or the work of others) that is to be inspected, tested, or approved is covered by Contractor without written concurrence of City, Contractor sha11, if requested by City, uncover such Work for observation. F. Uncovering Work as provided in Paragraph 13.03.E shall be at Contractor's expense. G� Contractor shall have the right to make a Contract Claim regarding any retest or invoice issued under Section 13.03 D. Uncovering Work A If any Work is covered contrary to the Contract Documents or specific instructions by the City, it must, if requested by City, be uncovered for City's observation and replaced at Contractor's expense. B� If City considers it necessary or advisable that covered Work be observed by City or inspected or tested by others, Contractor, at City's request, shall uncover, expose, or otherwise make available for observation, inspection, or testing as City may require, that portion of the Work in question, furnishing all necessary labor, material, and equipment. If it is found that the uncovered Work is defective, Contractor sha11 pay a11 claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) arising out of or relating to such uncovering, exposure, observation, inspection, and testing, and of satisfactory replacement or reconstruction (including but not limited to all costs of repair or replacement of work of others); or City sha11 be entitled to accept defective Work in accordance with Paragraph 13.08 in which case Contractor shall still be responsible for all costs associated with exposing, observing, and testing the defective Work. 13.OS 2. If the uncovered Work is not found to be defective, Contractor shall be allowed an increase in the Contract Price or an extension of the Contract Time, or both, directly attributable to such uncovering, exposure, observation, inspection, testing, replacement, and reconshuction. City May Stop the Work If the Work is defective, or Contractor fails to supply sufficient skilled workers or suitable materials or equipment, or fails to perform the Work in such a way that the completed Work will conform to the Contract Documents, City may order Contractor to stop the Work, or any portion thereof, until the cause for such order has been eliminated; however, this right of City to stop the Work sha11 not give rise to any duty on the part of City to exercise this right for the benefit of Contractor, any CIT Y OF FORT WORTH STANDARDCONSTRUCTION SPECIFICATION DOCUMENTS Small-Scale Infrashucture Program Unit Price Construction Revision: 8/23/2021 Contract for Driveways, Alleys, Sidewalks, and Incidental Flatwork Various City Project Numbers 007200-1 GENERALCONDITIONS Page 50 of63 Subcontractor, any Supplier, any other individual or entity, or any surety for, or employee or agent of any of them. 13.06 Correction or Removal of Defective Work A Promptly after receipt of written notice, Contractor shall correct all defective Work pursuant to an acceptable schedule, whether or not fabricated, installed, or completed, or, if the Work has been rejected by City, remove it from the Project and replace itwith Work that is not defective. Contractar shall pay a11 claims, costs, additional testing, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to such correction or removal (including but not limited to a11 costs of repair or replacement of work of others). Failure to require the removal of any defective Work shall not constitute acceptance of suchWork. B� When correcting defective Work under the terms of this Paragraph 13.06 or Paragraph 13.07, Contractor shall take no action that would void or otherwise impair City's special warranty and guarantee, if any, on said Work. 13.07 Correction Period A If within two (2) years after the date of Final Acceptance (or such longer period of time as may be prescribed by the terms of any applicable special guarantee required by the Contract Documents), any Work is found to be defective, or ifthe repair of any damages to the land or areas made a�ailable for Contractor's use by City or permitted by Laws and Regulations as contemplated in Paragraph 6.10.A is found to be defective, Contractor shall promptly, without cost to City and in accordance with City's written instructions: 1. repair such defective land or areas; or 2. correct such defective Work; or 3. ifthe defective Work has been rejected by City, remove it from the Project and replace it with Work that is not defective, and 4. satisfactorily correct or repair or remove and replace any damage to other Work, to the work of others or other land or areas resultingtherefrom. B. If Contractor does not promptly comply with the terms of City's written instructions, or in an emergency where delay would cause serious risk of loss or damage, City may have the defective Work corrected or repaired or may have the rejected Work removed and replaced. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) arising out of or relating to such correction or repair or such removal and replacement (including but not limited to a11 costs of repair or replacement of work of others) will be paid by Contractor. CIT Y OF FORT WORTH STANDARDCONSTRUCTION SPECIFICATION DOCUMENTS Small-Scale Infrashucture Program Unit Price Construction Revision: 8/23/2021 Contract for Driveways, Alleys, Sidewalks, and Incidental Flatwork Various City Project Numbers 007200-1 GENERALCONDITIONS Page 51 of 63 C In special circumstances where a particular item of equipment is placed in continuous service before Final Acceptance of all the Work, the correction period for that item may start to run from an earlier date if so provided in the Contract Documents. D Where defective Work (and damage to other Work resulting therefrom) has been corrected or removed and replaced under this Paragraph 13.07, the correction period hereunder with respect to such Work may be required to be extended for an additional period of one year after the end of the initial correction period. City shall provide 30 days written notice to Contractor should such additional warranty coverage be required. Contractor may dispute this requirement by filing a Contract Claim, pursuant to Paragraph 10.06. E Contractor's obligations under this Paragraph 13.07 are in addition to any other obligation or warranty. The provisions of this Paragraph 13.07 shall not be construed as a substitute for, or a waiver of, the provisions of any applicable statute of limitation or repose. 13.08 Acceptance ofDefective Work If, instead of requiring correction or removal and replacement of defective Work, City prefers to accept it, City may do so. Contractor shall pay all claims, costs, losses, and damages (including but not limited to a11 fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) attributable to City's evaluation of and determination to accept such defective Work and for the dunuushed value of the Work to the extent not otherwise paid by Contractor. If any such acceptance occurs prior to Final Acceptance, a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work, and City sha11 be entitled to an appropriate decrease in the Contract Price, reflecting the diminished value of Work so accepted. 13.09 City May Correct Defective Work A If Contractor fails within a reasonable time after written notice from City to correct defective Work, or to remove and replace rej ected Work as required by City in accordance with Paragraph 13.06.A, or if Contractor fails to perform the Work in accordance with the Contract Documents, or if Contractor fails to comply with any other provision of the Contract Documents, City may, after seven (7) days written notice to Contractor, correct, or remedy any such deficiency. B� In exercising the rights and remedies under this Paragraph 13.09, City shall proceed expeditiously. In connection with such corrective or remedial action, City may exclude Contractor from a11 or part of a Site, take possession of a11 or part of the Work and suspend Contractor's services related thereto, and incorporate in the Work a11 materials and equipment incorporated in the Work, stored at a Site or for which City has paid Contractor but which are stored elsewhere. Contractor shall a11ow City, City's representatives, agents, consultants, employees, and City's other contractors, access to a Site to enable City to exercise the rights and remedies under this Paragraph. C All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and a11 court or other dispute resolution CIT Y OF FORT WORTH STANDARDCONSTRUCTION SPECIFICATION DOCUMENTS Small-Scale Infrashucture Program Unit Price Construction Revision: 8/23/2021 Contract for Driveways, Alleys, Sidewalks, and Incidental Flatwork Various City Project Numbers 007200-1 GENERALCONDITIONS Page 52 of 63 costs) incurred or sustained by City in exercising the rights and remedies under this Paragraph 13.09 will be charged against Contractor, and a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work; and City shall be entitled to an appropriate decrease in the Contract Price. D Contractor shall not be allowed an extension of the Contract Time because of any delay in the performance of the Work attributable to the exercise of City's rights and remedies under this Paragraph 13.09. ARTICLE 14 — PAYMENTS TO CONTRACTOR AND COMPLETION 14.01 14.02 Schedule of Values The Schedule of Values for lump sum contracts established as provided in Paragraph 2.07 will serve as the basis for progress payments and will be incorporated into a form of Application for Payment acceptable to City. Progress payments on account of Unit Price Work will be based on the number of units completed. Progress Payments A. Applications for Payments: 1. Contractor is responsible for providing all information as required to become a vendar of the City. 2. At least 20 days before the date established in the General Requirements for each progress payment, Contractor shall submit to City for review an Application for Payment filled out and signed by Contractor covering the Work completed as of the date of the Application and accompanied by such supporting documentation as is required by the Contract Documents. 3. If payment is requested on the basis of materials and equipment not incorporated in the Work but delivered and suitably stored at a Site or at another location agreed to in writing, the Application for Payment shall also be accompanied by a bill of sale, invoice, or other documentation warranting that City has received the materials and equipment free and clear of a11 Liens and evidence that the materials and equipment are covered by appropriate insurance or other arrangements to protect City's interest therein, all of which must be satisfactory to City. 4. Beginning with the second Application for Payment, each Application shall include an affidavit of Contractor stating that previous progress payments received on account of the Work have been applied on account to discharge Contractor's legitimate obligations associated with prior Applications for Payment. 5. The amount of retainage with respect to progress payments will be as described in subsection C. unless otherwise stipulated inthe ContractDocuments. CIT Y OF FORT WORTH STANDARDCONSTRUCTION SPECIFICATION DOCUMENTS Small-Scale Infrashucture Program Unit Price Construction Revision: 8/23/2021 Contract for Driveways, Alleys, Sidewalks, and Incidental Flatwork Various City Project Numbers 007200-1 GENERALCONDITIONS Page 53 of63 B. Review ofApplications: City will, after receipt of each Application for Payment, either indicate in writing a recommendation of payment or return the Application to Contractar indicating reasons for refusing payment. In the latter case, Contractor may make the necessary corrections and resubmit the Application. 2. City's processing of any payment requested in an Application for Payment will be based on City's observations of the executed Work, and on City's review of the Application for Payment and the accompanying data and schedules, that to the best of City's knowledge: a the Work has progressed to the point indicated; b. the quality of the Work is generally in accordance with the Contract Documents (subject to an evaluation of the Work as a functioning whole prior to or upon Final Acceptance, the results of any subsequent tests called for in the Contract Documents, a final determination of quantities and classifications for Work performed under Paragraph 9.05, and any other qualifications stated in the recommendation). 3. Processing any such payment will not thereby be deemed to have represented that: a inspections made to check the quality or the quantity of the Work as it has been performed ha�e been e�austive, extended to every aspect ofthe Work inprogress, or involved detailed inspections of the Work beyond the responsibilities specifically assigned to City in the Contract Documents; or b. there may not be other matters or issues between the parties that might entitle Contractor to be paid additionally by City or entitle City to withhold payment to Contractor; or c. Contractor has complied with Laws and Regulations applicable to Contractor's performance of the Work. 4. City may refuse to process the whole or any part of any payment because of subsequently discovered evidence or the results of subsequent inspections or tests, and revise or revoke any such payment previously made, to such extent as may be necessary to protect City from loss because: a the Work is defective or completed Wark has been damaged by the Contractor or subcontractors requiring correction or replacement; b discrepancies in quantities contained in previous applications for payment; c. the Contract Price has been reducedby Change Orders; d City has been required to correct defective Work or complete Work in accordance with Paragraph 13.09; or CIT Y OF FORT WORTH STANDARDCONSTRUCTION SPECIFICATION DOCUMENTS Small-Scale Infrashucture Program Unit Price Construction Revision: 8/23/2021 Contract for Driveways, Alleys, Sidewalks, and Incidental Flatwork Various City Project Numbers 007200-1 GENERALCONDITIONS Page 54 of 63 e. City has actual knowledge of the occurrence of any of the events enumerated in Paragraph 15.02.A. C. Retainage: 1. For Task Orders less than $400,000 at the tune of execution, retainage shall be ten percent (10%). 2. For Task Orders greater than $400,000 at the time of execution, retainage shall be five percent (5%). . .. . : �:,.:��,,:.�::.:,:.:�,;..."::, - - - - - - - - - - - -- _ - _ - _!� - E. Payment: Contractor will be paid pursuant to the requirements of this Article 14 and payment will become due in accordance with the Contract Documents. F. Reduction in Payment: 1. City may refuse to make payment of the amount requested because: a Liens have been filed in connection with the Work, except where Contractor has delivered a specific bond satisfactory to City to secure the satisfaction and discharge of such Liens; b. there are other items entitling City to a set-off against the amount recommended; or c. City has actual knowledge of the occurrence of any of the events enumerated in Paragraphs 14.02.B.4.a through 14.02.B.4.e or Paragraph 15.02.A. 2. If City refuses to make payment of the amount requested, City will give Contractor written notice stating the reasons for such action and pay Contractor any amount remaining after deduction of the amount so withheld. City sha11 pay Contractor the amount so withheld, or any adjustment thereto agreed to by City and Contractor, when Contractor remedies the reasons for such action. 14.03 Contractor's Warranty of Title Contractor warrants and guarantees that title to a11 Work, materials, and equipment covered by any Application for Payment, whether incorporated in the Project or not, will pass to City no later than the time of payment free and clear of all Liens. CIT Y OF FORT WORTH STANDARDCONSTRUCTION SPECIFICATION DOCUMENTS Small-Scale Infrashucture Program Unit Price Construction Revision: 8/23/2021 Contract for Driveways, Alleys, Sidewalks, and Incidental Flatwork Various City Project Numbers 007200-1 GENERALCONDITIONS Page 55 of63 14.04 Partial Utilization 14.05 A. Prior to Fina1 Acceptance of all the Wark, City may use or occupy any part of the Work which has specifically been identified in the Contract Documents, or which City determines constitutes a separately functioning and usable part of the Work that can be used for its intended purpose without significant interference with Contractor's performance of the remainder of the Work. City at any time may notify Contractor in writing to permit City to use or occupy any such part of the Work which City determines to be ready for its intended use, subject to the following conditions: 1. Contractor at any time may notify City in writing that Contractor considers any such part of the Work ready for its intended use. 2. Within a reasonable tune after notification as enumerated in Paragraph 14.OS.A.1, City and Contractor shall make an inspection of that part of the Work to determine its status of completion. If City does not consider that part of the Work to be substantially complete, City will notify Contractor in writing giving the reasons therefor. 3. Partial Utilization will not constitute Fina1 Acceptance by City. Final Inspection A. Upon written notice from Contractor that the entire Work is Substantially Complete in accordance with the Contract Documents: 1. Within 10 days, City will schedule a Fina1 Inspection withContractor. 2. City will notify Contractor in writing of a11 particulars in which this inspection reveals that the Work is incomplete or defective ("Punch List Items"). Contractor shall immediately take such measures as are necessary to complete such Work or remedy such deficiencies. B. No time charge will be made against the Contractor between said date of notification to the City of Substantial Completion and the date of Fina1 Inspection. Should the City determine that the Wark is not ready for Final Inspection, City will notify the Contractor in writing of the reasons and Contract Time will resume. 14.(a6 2. Should the City concur that Substantial Completion has been achieved with the exception of any Punch List Items, Contract Time will resume for the duration it takes for Contractor to achieve Final Acceptance. Final Acceptance Upon completion by Contractor to City's satisfaction, of any additional Wark identified in the Fina1 Inspection, City will issue to Contractor a letter of Fina1 Acceptance. CIT Y OF FORT WORTH STANDARDCONSTRUCTION SPECIFICATION DOCUMENTS Small-Scale Infrashucture Program Unit Price Construction Revision: 8/23/2021 Contract for Driveways, Alleys, Sidewalks, and Incidental Flatwork Various City Project Numbers 007200-1 GENERALCONDITIONS Page 56 of63 14.07 Final Payment A. Application forPayment.• Upon Fina1 Acceptance, and in the opinion of City, Contractor may make an application for final payment following the procedure for progress payments in accordance with the Contract Documents. 2. The final Application for Payment sha11 be accompanied (except as previously delivered) by: a all documentation called for in the Contract Documents, including but not limited to the evidence of insurance required by Paragraph 5.03; b. consent of the surety, if any, to finalpayment; c. a list of all pending or released Damage Claims against City that Contractor believes are unsettled; and d affida�its of payments and complete and legally effective releases or waivers (satisfactory to City) of all Lien rights arising out of or Liens filed in connection with the Work. B. Payment BecomesDue: After City's acceptance of the Application for Payment and accompanying documentation, requested by Contractor, less previous payments made and any sum City is entitled, including but not limited to liquidated damages, will become due and payable. 2. After all Damage Claims have been resolved: a directly by the Contractor or; b. Contractor provides evidence that the Damage Claim has been reported to Contractor's insurance provider for resolution. l: 3. The making of the final payment by the City shall not relieve the Contractor of any guarantees or other requirements of the Contract Documents which specifically continue thereafter. Final Completion Delayed and Partial Retainage Release A. If final completion of the Work is significantly delayed, and if City so confirms, City may, upon receipt of Contractor's final Application for Payment, and without ternvnating the Contract, make payment of the balance due for that portion of the Work fu11y completed and accepted. If the remaining balance to be held by City for Work not fully completed or corrected is less than the retainage stipulated in Paragraph 14.02.C, and ifbonds have been furnished as required in Paragraph 5.02, the written consent of the surety to the payment of the balance due for that CIT Y OF FORT WORTH STANDARDCONSTRUCTION SPECIFICATION DOCUMENTS Small-Scale Infrashucture Program Unit Price Construction Revision: 8/23/2021 Contract for Driveways, Alleys, Sidewalks, and Incidental Flatwork Various City Project Numbers 007200-1 GENERALCONDITIONS Page 57 of63 portion of the Work fully completed and accepted shall be submitted by Contractor to City with the Application for such payment. Such payment shall be made under the terms and conditions governing final payment, except that it shall not constitute a waiver of Contract Claims. B. Partial Retainage Release. For a Contract that provides for a separate vegetative establishment and maintenance, and test and performance periods following the completion of all other construction in the Contract Documents for all Work locations, the City may release a portion of the amount retained provided that a11 other work is completed as deternuned by the City. Before the release, all submittals and final quantities must be completed and accepted for all other work. An amount sufficient to ensure Contract compliance will be retained. 14.09 Waiver of Claims The acceptance of final payment will constitute a release of the City from a11 claims or liabilities under the Contract for anything done or furnished or relating to the work under the Contract Documents or any act or neglect of City related to or connected with the Contract. ARTICLE 15 — SUSPENSION OF WORK AND TERMINATION 15.01 City May Suspend WoNk A At any time and without cause, for any reason, including Special Events within the city, the City may suspend the Work or any portion thereof by written notice to Contractor and which may f� the date on which Work will be resumed. Contractor shall resume the Work on the date so fixed. During temporary suspension of the Wark covered by these Contract Documents, for any reason, the City will make no extra payment for stand-by time of construction equipment and/or construction crews. B. Should the Contractor not be able to complete a portion of the Project due to causes beyond the control of and without the fault or negligence of the Contractor, and should it be determined by mutual consent of the Contractor and City that a solution to a11ow construction to proceed is not a�ailable within a reasonable period of time, Contractor may request an e�tension in Contract Time, directly attributable to any such suspension. C. If it should become necessary to suspend the Work for an indefinite period, the Contractor shall store all materials in such a manner that they will not obstruct or impede the public unnecessarily nor become damaged in any way, and he shall take every precaution to prevent damage or deterioration of the work performed; he shall provide suitable drainage about the work, and erect temporary structures where necessary. D. Contractor may be reimbursed for the cost of moving his equipment off the job and returning the necessary equipment to the job when it is determined by the City that construction may be resumed. Such reimbursement shall be based on actual cost to the Contractor of moving the equipment and no profit will be allowed. Reimbursement may not be allowed if the equipment is moved to another construction project for the City. CIT Y OF FORT WORTH STANDARDCONSTRUCTION SPECIFICATION DOCUMENTS Small-Scale Infrashucture Program Unit Price Construction Revision: 8/23/2021 Contract for Driveways, Alleys, Sidewalks, and Incidental Flatwork Various City Project Numbers 00 �2 00 - i GENERALCONDITION S Page 58 of63 15.02 City May Terminate for Cause A The occurrence of any one or more of the following events by way of example, but not of limitation, may justify termination forcause: Contractor's persistent failure to perform the Work in accordance with the Contract Documents (including, but not limited to, failure to supply sufficient skilled workers or suitable materials or equipment, failure to adhere to the Project Schedule established under Paragraph 2.07 as adjusted from time to time pursuant to Paragraph 6.04; 2 Contractor's disregard of Laws or Regulations of any public body having jurisdiction; 3. Contractor's repeated disregard of the authority of City; or 4. Contractor's violation in any substantial way of any provisions of the Contract Documents; or 5. Contractor's failure to prompdy make good any defect in materials or workmanship, or defects of any nature, the correction of which has been directed in writing by the City; or 6. Substantial indication that the Contractor has made an unauthorized assignment of the Contract or any funds due therefrom for the benefit of any creditor or for any other purpose; or 7. Substantial evidence that the Contractor has become insolvent or bankrupt, or otherwise financially unable to carry on the Work satisfactorily; or 8. Contractor commences legal action in a court of competent jurisdiction against the City. B. If one or more of the events identified in Paragraph 15.02A. occur, City will provide written notice to Contractor and Surety to arrange a conference with Contractor and Surety to address Contractor's failure to perform the Work. Conference sha11 be held not later than 15 days, after receipt of notice. 1. If the City, the Contractor, and the Surety do not agree to a11ow the Contractor to proceed to perform the construction Contract, the City may, to the extent pernutted by Laws and Regulations, declare a Contractor default and fornially terminate the Contractor's right to complete the Contract. Contractor default sha11 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 sha11 be obligated to take over and perform the Work. If Surety does not commence performance thereof within 15 consecutive calendar days after date of an additional written notice demanding Surety's performance of its CIT Y OF FORT WORTH STANDARDCONSTRUCTION SPECIFICATION DOCUMENTS Small-Scale Infrastructure Program Unit Price Construction Revision: 8/23/2021 Contract for Driveways, Alleys, Sidewalks, and Incidental Flatwork Vazious City Project Numbers 007200-1 GENERALCONDITIONS Page 59 of 63 obligations, then City, without process or action at law, may take over any portion of the Work and complete it as described below. a If City completes the Work, City may exclude Contractor and Surety from a site and take possession of the Work, and all materials and equipment incorporated into the Work stored at a Site or for which City has paid Contractor or Surety but which are stored elsewhere, and finish the Work as City may deem expedient. 3. Whether City or Surety completes the Work, Contractor shall not be entitled to receive any further payment until the Work is finished. If the unpaid balance of the Contract Price exceeds all claims, costs, losses and damages sustained by City arising out of or resulting from completing the Work, such excess will be paid to Contractor. If such claims, costs, losses and damages exceed suchunpaid balance, Contractor shall pay the difference to City. Such claims, costs, losses and damages incurred by City will be incorporated in a Change Order, provided that when exercising any rights or remedies under this Paragraph, City shall not be required to obtain the lowest price for the Work performed. 4. Neither City, nor any of its respective consultants, agents, officers, directors or employees shall be in any way liable or accountable to Contractor or Surety for the method by which the completion of the said Work, or any portion thereof, may be accomplished or for the price paid therefor. 5. City, notwithstanding the method used in completing the Contract, shall not forfeit the right to recover damages from Contractor or Surety for Contractor's failure to timely complete the entire Contract. Contractor shall not be entitled to any claim on account of the method used by City in completing the Contract. 6. Maintenance of the Work shall continue to be Contractor's and Surety's responsibilities as provided for in the bond requirements of the Contract Documents or any special guarantees provided for under the Contract Documents or any other obligations otherwise prescribed by law. C. Notwithstanding Paragraphs 15.02.B, Contractor's services will not be terminated if Contractor begins within seven days of receipt of notice of intent to terminate to correct its failure to perform and proceeds diligently to cure such failure within no more than 30 days of receipt of said notice. D. Where Contractor's services have been so terminated by City, the termination will not affect any rights or remedies of City against Contractor then e�sting or which may thereafter accrue. Any retention or payment of moneys due Contractor by City will not release Contractor from liability. E. If and to the extent that Contractor has provided a performance bond under the provisions of Paragraph 5.02, the termination procedures of that bond sha11 not supersede the provisions of this Article. CIT Y OF FORT WORTH STANDARDCONSTRUCTION SPECIFICATION DOCUMENTS Small-Scale Infrashucture Program Unit Price Construction Revision: 8/23/2021 Contract for Driveways, Alleys, Sidewalks, and Incidental Flatwork Various City Project Numbers 007200-1 GENERALCONDITIONS Page 60 of 63 15.03 City May Terminate ForConvenience A City may, without cause and without prejudice to any other right or remedy of City, terminate the Contract. Any termination shall be effected by mailing a notice of the termination to the Contractor specifying the extent to which performance of Work under the contract is terminated, and the date upon which such termination becomes effective. Receipt of the notice shall be deemed conclusively presumed and established when the letter is placed in the United States Postal Service Mail by the City. Further, it shall be deemed conclusively presumed and established that such terniination is made with just cause as therein stated; and no proof in any claim, demand or suit shall be required of the City regarding such discretionary action. B. After receipt of a notice of termination, and except as otherwise directed by the City, the Contractor shall: 1. Stop work under the Contract on the date and to the extent specified in the notice of termination; 2. place no further orders or subcontracts for materials, services or facilities except as may be necessary for completion of such portion of the Work under the Contract as is not terminated; 3. terminate all orders and subcontracts to the extent that they relate to the performance of the Work terminated by notice of termination; 4. transfer title to the City and deliver in the manner, at the times, and to the extent, if any, directed by the City: a the fabricated or unfabricated parts, Work in progress, completed Work, supplies and other material produced as a part of, or acquired in connection with the performance of, the Work terminated by the notice of the termination; and b. the completed, or partially completed plans, drawings, information and other property which, if the Contract had been completed, would have been required to be furnished to the City. 5. complete performance of such Wark as shall not have been terminated by the notice of termination; and 6. take such action as may be necessary, or as the City may direct, for the protection and preservation of the property related to its contract which is in the possession of the Contractor and in which the owner has or may acquire the rest. C. At a time not later than 30 days after the termination date specified in the notice of termination, the Contractor may submit to the City a list, certified as to quantity and quality, of any or all items of terniination inventory not previously disposed of, exclusive of items the disposition of which has been directed or authorized by City. CIT Y OF FORT WORTH STANDARDCONSTRUCTION SPECIFICATION DOCUMENTS Small-Scale Infrashucture Program Unit Price Construction Revision: 8/23/2021 Contract for Driveways, Alleys, Sidewalks, and Incidental Flatwork Various City Project Numbers 007200-1 GENERALCONDITIONS Page 61 of 63 D. Not later than 15 days thereafter, the City sha11 accept title to such items provided, that the list submitted shall be subject to verification by the City upon removal of the items or, if the items are stored, within 45 days from the date of submission of the list, and any necessary adjustments to correct the list as submitted, shall be made prior to final settlement. E. Not later than 60 days after the notice of termination, the Contractor shall submit his termination claim to the City in the form and with the certification prescribed by the City. Unless an extension is made in writing within such 60 day period by the Contractor, and granted by the City, any and all such claims shall be conclusively deemed waived. E In such case, Contractor shall be paid for (without duplication of any items): 1. completed and acceptable Work executed in accordance with the Contract Documents prior to the effective date of ternunation, including fair and reasonable sums for overhead and profit on such Work; 2. expenses sustained prior to the effective date of termination in performing services and furnishing labor, materials, or equipment as required by the Contract Documents in connection with uncompleted Work, plus fair and reasonable sums for overhead and profit on such expenses; and 3. reasonable expenses directly attributable to ternunation. G In the event of the failure of the Contractor and City to agree upon the whole amount to be paid to the Contractor by reason of the terniination of the Work, the City sha11 determine, on the basis of information available to it, the amount, if any, due to the Contractor by reason of the termination and shall pay to the Contractor the amounts determined. Contractor shall not be paid on account of loss of anticipated profits or revenue or other economic loss arising out of or resulting from such ternunation. . . . � . . ., . . �..�.�.��r....�. � A %��%17�1I115TSS�l1���t 174�94�9LT "' �' "' '_" � �' _' ' ' ' '" "' "" '""""" "' "' ' "' "' Y"' '_ "' ' """ ' '" � . . � � _ ' . = `%'� " � � �eei�:�a�:ii�e�: " ��:�:�ws.i�ei�vii ��� �uQ��ee�ei - �:i�u��:n�:�i �� � ----------- - - -� -- - - ' -' - -- -- -- ' � � �ii7.i� 35- ' ' !l1.7�i!!4l�� R�i}l�7�lf_ � � _ _�!!4�f - - -- - �- -' ---- � �- - � �- � --- ------- -- --- - -- -' � -- - --- CIT Y OF FORT WORTH STANDARDCONSTRUCTION SPECIFICATION DOCUMENTS Small-Scale Infrashucture Program Unit Price Construction Revision: 8/23/2021 Contract for Driveways, Alleys, Sidewalks, and Incidental Flatwork Various City Project Numbers 007200-1 GENERALCONDITIONS Page 62 of 63 � �� ARTICLE 17 — MISCELLANEOUS 17. 01 Giving Notice A. Whenever any provision of the Contract Documents requires the giving of written notice, it will be deemed to ha�e been validly given if: 1. delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended; or 2. delivered at or sent by registered or certified mail, postage prepaid, to the last business address known to the giver of the notice. B. Business address changes must be promptly made in writing to the other party. C. Whenever the Contract Documents specifies giving notice by electronic means such electronic notice shall be deemed sufficient upon confirmation of receipt by the receiving party. 17. 02 Computation of Times When any period of time is referred to in the Contract Documents by days, it will be computed to exclude the first and include the last day of such period. If the last day of any such period fa11s on a Saturday or Sunday or on a day made a legal holiday the next Working Day shall become the last day of the period. 17.03 Cumulative Remedies The duties and obligations imposed by these General Conditions and the rights and remedies available hereunder to the parties hereto are in addition to, and are not to be construed in any way as a limitation of, any rights and remedies a�ailable to any or a11 of them which are otherwise imposed or available by Laws or Regulations, by special warranty or guarantee, or by other provisions of the Contract Documents. The provisions of this Paragraph will be as effective as if repeated specifically in the Contract Documents in connection with each particular duty, obligation, right, and remedy to which they apply. CIT Y OF FORT WORTH STANDARDCONSTRUCTION SPECIFICATION DOCUMENTS Small-Scale Infrashucture Program Unit Price Construction Revision: 8/23/2021 Contract for Driveways, Alleys, Sidewalks, and Incidental Flatwork Various City Project Numbers 007200-1 GENERALCONDITIONS Page 63 of 63 17.04 Survival ofObligations All representations, indemnifications, warranties, and guarantees made in, required by, or given in accordance with the Contract Documents, as well as all continuing obligations indicated in the Contract Documents, will survive final payment, completion, and acceptance of the Work or termination or completion of the Contract or ternlination of the services of Contractor. 17.05 Headings Article and paragraph headings are inserted for convenience only and do not constitute parts of these General Conditions. CIT Y OF FORT WORTH STANDARDCONSTRUCTION SPECIFICATION DOCUMENTS Small-Scale Infrashucture Program Unit Price Construction Revision: 8/23/2021 Contract for Driveways, Alleys, Sidewalks, and Incidental Flatwork Various City Project Numbers 00 73 00 SUPPLEMENTARY CONDITIONS Page 1 of 7 SECTION 00 73 00 SUPPLEMENTARY CONDITIONS TO GENERAL CONDITTONS Supplementary Conditions These Supplementary Conditions modify and supplement Section 00 72 00 - General Conditions, and other provisions of the Contract Documents as indicated below. All provisions of the General Conditions that are modified or supplemented remain in full force and effect as so modified or supplemented. All provisions of the General Conditions which are not so modified or supplemented remain in full force and effect. Defined Terms The terms used in these Supplementary Conditions which are defined in the General Conditions have the meaning assigned to them in the General Conditions, unless specifically noted herein. Modifications and Supplements The following are instructions that modify or supplement specific paragraphs in the General Conditions and other Contract Documents. SC-3.03B.2, "Resolving Discrepancies" Plans govern over Specifications. SC-4.OlA , SC-4.O1A.1., "Availability of Lands" The following is a list of known outstanding right-of-way, and/or easements to be acquired, if any as of February 14, 2024. Outstanding Right-Of-Way, and/or Easements to Be Acquired PARCEL OWNER TARGET DATE NUMBER OF POSSESSION To be determined on a Task Order Basis. The Contractar understands and agrees that the dates listed above are estimates only, are not guaranteed, and do not bind the City. If Contractor considers the final easements provided to differ materially from the representations on the Contract Drawings, Contractor shall within five (5) Business Days and before proceeding with the Work, notify City in writing associated with the differing easement line locations. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised October 6, 2023 Small-Scale Infrastructure Program Unit Price Construction Contract far Driveways, Alleys, Sidewalks, and Incidental Flatwork Various City Project Numbers 00 73 00 SUPPLEMENTARY CONDITIONS Page 2 of 7 SC-4.O1A.2, "Availability of Lands" Utilities or obstructions to be removed, adjusted, and/or relocated The following is a list of utilities and/or obstructions that have not been removed, adjusted, and/or relocated as of February 14, 2024. EXPECTED UTILITY AND LOCATION TARGET DATE OF OWNER ADJUSTMENT To be determined on a Task Order Basis. The Contractar understands and agrees that the dates listed above are estimates only, are not guaranteed, and do not bind the City. SC-4.02A., "Subsurface and Physical Conditions" The following are reports of explorations and tests of subsurface conditions at the site of the Work: To be determined on a Task Order Basis. SC-4.06A., "Hazardous Environmental Conditions at Site" To be determined on a Task Order Basis. SG5.03A., "Certificates of Insurance" The entities listed below are "additional insureds as their interest may appear" including their respective officers, directors, agents and employees. (1) City (2) Consultant: None. (3) Other: To be determined on a Task Order Basis. SG5.04A., "Contractor's Insurance" The limits of liability for the insurance required by Paragraph GG5.04 shall provide the following coverages for not less than the following amounts or greater where required by laws and regulations: 5.04A. Workers' Compensation, under Paragraph GG5.04A. Statutory limits Employer's liabiliry $100,000 each accident/occurrence $100,000 Disease - each employee $500,000 Disease - policy limit SG5.04B., "Contractor's Insurance" 5.04B. Commercial General Liability, under Paragraph GG5.04B. Contractor's Liability Insurance under Paragraph GG5.04B., which shall be on a per project basis covering the Contractor with minimum limits of: CITY OF FORT WORTH Small-Scale Infrastructure Program Unit Price Construction STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Contract far Driveways, Alleys, Sidewalks, and Incidental Flatwork Revised October 6, 2023 Various City Project Numbers 00 73 00 SUPPLEMENTARY CONDITIONS Page 3 of 7 $1,000,000 each occurrence $2,000,000 aggregate limit The policy must have an endorsement (Amendment — Aggregate Limits of Insurance) making the General Aggregate Limits apply separately to each job site. The Commercial General Liability Insurance policies shall provide "X", "C", and "U" coverage's. Verification of such coverage must be shown in the Remarks Article of the Certificate of Insurance. SC 5.04C., "Contractor's Insurance" 5.04C. Automobile Liability, under Paragraph GC-5.04C. Contractor's Liability Insurance under Paragraph GC-5.04C., which shall be in an amount not less than the following amounts: (1) Automobile Liability - a commercial business policy shall provide coverage on "Any Auto", defined as autos owned, hired and non-owned. $1,000,000 each accident on a combined single limit basis. Split limits are acceptable if limits are at least: $250,000 Bodily Injury per person / $500,000 Bodily Injury per accident / $100,000 Property Damage SG5.04D., "Contractor's Insurance" The Contractar's construction activities will require its employees, agents, subcontractors, equipment, and material deliveries to cross railroad properties and tracks [to be determined by each task order]. The Contractor shall conduct its operations on railroad properties in such a manner as not to interfere with, hinder, ar obstruct the railroad company in any manner whatsoever in the use or operation of its/their trains or other property. Such operations on railroad properties may require that Contractor to execute a"Right of Entry Agreement" with the particular railroad company or companies involved, and to this end the Contractor should satisfy itself as to the requirements of each railroad company and be prepared to execute the right-of-entry (if any) required by a railroad company. The requirements specified herein likewise relate to the Contractor's use of private and/ar construction access roads crossing said railroad company's properties. The Contractual Liability coverage required by Paragraph 5.04D of the General Conditions shall provide coverage for not less than the following amounts, issued by companies satisfactory to the City and to the Railroad Company for a term that continues for so long as the Contractor's operations and work cross, occupy, or touch railroad property: (1) General Aggregate: (2) Each Occurrence: Required for this Contract $Confirm Limits with Railroad $Confirm Limits with Railroad X Not required for this Contract With respect to the above outlined insurance requirements, the following shall govern: CITY OF FORT WORTH Small-Scale Infrastructure Program Unit Price Construction STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Contract far Driveways, Alleys, Sidewalks, Revised October 6, 2023 and Incidental Flatwork Various City Project Numbers 00 73 00 SUPPLEMENTARY CONDITIONS Page 4 of 7 1. Where a single railroad company is involved, the Contractor shall provide one insurance policy in the name of the railroad company. However, if more than one grade separation ar at-grade crossing is affected by the Project at entirely separate locations on the line or lines of the same railroad company, separate coverage may be required, each in the amount stated above. 2. Where more than one railroad company is operating on the same right-of-way or where several railroad companies are involved and operated on their own separate rights-of-way, the Contractor may be required to provide separate insurance policies in the name of each railroad company. 3. If, in addition to a grade separation or an at-grade crossing, other work or activity is proposed on a railroad company's right-of-way at a location entirely separate from the grade separation or at-grade crossing, insurance coverage for this work must be included in the policy covering the grade separation. 4. If no grade separation is involved but other wark is proposed on a railroad company's right-of-way, all such other work may be covered in a single policy for that railroad, even though the work may be at two ar more separate locations. No work or activities on a railroad company's property to be performed by the Contractor shall be commenced until the Contractor has furnished the City with an original policy or policies of the insurance for each railroad company named, as required above. All such insurance must be approved by the City and each affected Railroad Company prior to the Contractor's beginning work. The insurance specified above must be carried until all Work to be performed on the railroad right-of-way has been completed and the grade crossing, if any, is no longer used by the Contractor. In addition, insurance must be carried during all maintenance and/ar repair wark performed in the railroad right-of-way. Such insurance must name the railroad company as the insured, together with any tenant or lessee of the railroad company operating over tracks involved in the Project. SC-6.04., "Project Schedule" Project schedule shall be Tier 2 for the majority of projects, each to be specified in the Task Order and at the discretion of the Sr. Capital Projects Officer. In general, Tier 1 projects shall be defined as construction projects that ha�e a construction duration that is less than two weeks. Tier 2 projects shall be defined as construction projects that have a construction duration between two weeks and three months. Tier 3 projects shall include construction projects that exceed three months. SC-6.07 A.., "Duty to pay Prevailing Wage Rates" The following is the prevailing wage rate table(s) applicable to this project and is provided in the Appendixes: 2013 Prevailing Wage Rates (Heavy and Highway Construction Projects) A copy of the table is also auailable by accessing the City's website at: httns: //a nns. fortworthtexas. gov/Proi ectResou rces/ You can access the file by following the directory path: 02-Construction Documents/Specifications/Div00 — General Conditions SC-6.07 F., "Progress Payments" CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised October 6, 2023 Small-Scale Infrastructure Program Unit Price Construction Contract far Driveways, Alleys, Sidewalks, and Incidental Flatwork Various City Project Numbers 00 73 00 SUPPLEMENTARY CONDITIONS Page 5 of 7 Contractor shall submit an affidavit stating that the Contractor has complied with the requirements of Chapter 2258, Texas Government Code on completion of each Task Order. SC-6.09., "Permits and Utilities" SC-6.09A., "Contractor obtained permits and licenses" The following are known permits and/or licenses required by the Contract to be acquired by the Contractor: To be determined on a Task Order Basis. SC-6.09B. "City obtained permits and licenses" The following are known permits and/or licenses required by the Contract to be acquired by the City: To be determined on a Task Order Basis. SC-6.09C. "Outstanding permits and licenses" The following is a list of known outstanding permits and/or licenses to be acquired, if any as of February 14, 2024. Outstanding Permits and/or Licenses to Be Acquired OWNER PERMIT OR LICENSE AND LOCATION TARGET DATE OF POSSESSION None SC-6.24B., "Title VI, Civil Rights Act of 1964 as amended" During the performance of this Contract, the Contractor, for itself, its assignees and successors in interest (hereinafter referred to as the "Contractor") agrees as follows: 1. Compliance with Regulations: The Contractor shall comply with the Regulation relative to nondiscrimination in Federally-assisted programs of the Department of Transportation (hereinafter, "DOT") Title 49, Code of Federal Regulations, Part 21, as they may be amended from time to time, (hereinafter referred to as the Regulations), which are herein incorparated by reference and made a part of this contract. 2. Nondiscrimination: The Contractor, with regard to the work performed by it during the contract, shall not discriminate on the grounds of race, color, or national origin, in the selection and retention of subcontractors, including procurements of materials and leases of equipment. The Contractor shall not participate either directly or indirectly in the discrimination prohibited by 49 CFR, section 21.5 of the Regulations, including employment practices when the contract covers a program set forth in Appendix B of the Regulations. 3. Solicitations for Subcontractors, Including Procurements of Materials and Equipment: In all solicitations either by competitive bidding or negotiation made by the contractor far work to be performed under a subcontract, including procurements of materials or leases of equipment, each potential subcontractor or supplier shall be notified by the Contractor of the Contractor's obligations under this contract and the Regulations relative to nondiscrimination on the grounds of race, color, or national origin. CITY OF FORT WORTH Small-Scale Infrastructure Program Unit Price Construction STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Contract far Driveways, Alleys, Sidewalks, and Incidental Flatwork Revised October 6, 2023 Various City Project Numbers 00 73 00 SUPPLEMENTARY CONDITIONS Page 6 of 7 4. Information and Reports: The Contractor shall provide all information and reports required by the Regulations or directives issued pursuant thereto, and shall permit access to its books, records, accounts, other sources of information and its facilities as may be determined by City or the Texas Department of Transportation to be pertinent to ascertain compliance with such Regulations, orders and instructions. Where any information required of a contractar is in the exclusive possession of another who fails or refuses to furnish this information the contractor shall so certify to the City, or the Texas Department of Transportation, as appropriate, and shall set forth what efforts it has made to obtain the information. 5. Sanctions for Noncompliance: In the event of the Contractor's noncompliance with the nondiscrimination provisions of this Contract, City shall impose such contract sanctions as it or the Texas Departrnent of Transportation may determine to be appropriate, including, but not limited to: a. withholding of payments to the Contractor under the Contract until the Contractor complies, and/or b. cancellation, termination ar suspension of the Contract, in whole or in part. 6. Incorporation of Provisions: The Contractor shall include the provisions of paragraphs (1) through (6) in every subcontract, including procurements of materials and leases of equipment, unless exempt by the Regulations, or directives issued pursuant thereto. The Contractor shall take such action with respect to any subcontract ar procurement as City or the Texas Department of Transportation may direct as a means of enforcing such provisions including sanctions for non-compliance: Provided, however, that, in the event a contractar becomes involved in, or is threatened with, litigation with a subcontractar or supplier as a result of such direction, the contractor may request City to enter into such litigation to protect the interests of City, and, in addition, the contractor may request the United States to enter into such litigation to protect the interests of the United States. Additional Title VI requirements can be found in the Appendix. SC-7.02., "Coordination" SC-8.01, "Communications to Contractor" None. SC-9.01., "City's Project Manager" The City's Project Manager for this Contract is Jenna Lynn Henderson, PE, PMP or his/her successor pursuant to written notification from the Sr. Capital Projects Officer. SG11.04 A-D., "Plans Quantity Measurement" CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised October 6, 2023 Small-Scale Infrastructure Program Unit Price Construction Contract far Driveways, Alleys, Sidewalks, and Incidental Flatwork Various City Project Numbers The individuals or entities listed below have contracts with the City for the performance of other work at the Site: 00 73 00 SUPPLEMENTARY CONDITIONS Page 7 of 7 Actual quantities may vary, Contractors are advised that the quantities shown on the work order are estimates, Contractor to provide their own estimate. During the course of a job, the City reserves the right to increase of decrease the total estimated quantities of individual line items. Unit costs will not be adjusted to reflect changes in quantity. SC-13.03C., "Tests and Inspections" Per Specification Section O1 45 23, which indicates Material Testing is subsidiary to line items. SC-16.O1C1, "Methods and Procedures" None. END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 1/22/2016 F. Griffin SG9.01., "City's Project Representative" wording changed to City's Project Manager. 3/9/2020 D.V. Magana SG6.07, Updated the link such that files can be accessed via the City's website. 10/06/23 Michael Owen SG6.07, Allow affidavit regarding paying prevailing wages to be submitted on completion of job, as opposed to with each progress report CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised October 6, 2023 Small-Scale Infrastructure Program Unit Price Construction Contract far Driveways, Alleys, Sidewalks, and Incidental Flatwork Various City Project Numbers oiiioo-i SUMMARY OF WORK Page 1 of 3 SECTION O1 11 00 SUMMARY OF WORK PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Summary of Work to be performed in accordance with the Contract Documents B. Deviations from this City of Fort Worth Standard Specification L None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0- Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1- General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment l. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Work Covered by Contract Documents Work is to include furnishing all labor, materials, and equipment, and performing all Work necessary for this construction project as detailed in the Drawings and Specifications. B. Subsidiary Work Any and all Work specifically governed by documentary requirements for the project, such as conditions imposed by the Drawings or Contract Documents in which no specific item for bid has been provided for in the Proposal and the item is not a typical unit bid item included on the standard bid item list, then the item shall be considered as a subsidiary item of Work, the cost of which shall be included in the price bid in the Proposal for various bid items. C. Use of Premises 1. Coordinate uses of premises under direction of the City. 2. Assume full responsibility for protection and safekeeping of materials and equipment stored on the Site. 3. Use and occupy only portions of the public streets and alleys, or other public places or other rights-of-way as provided for in the ordinances of the City, as shown in the Contract Documents, or as may be specifically authorized in writing by the City. a. A reasonable amount of tools, materials, and equipment for construction purposes may be stored in such space, but no more than is necessary to avoid delay in the construction operations. CITY OF FORT WORTH Small-Scale Infrastructure Program Unit Price Construction Contract for Driveways, Alleys, Sidewalks, and Incidental Flatwork STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various City Project Numbers Revised December 20, 2012 oi ii oo-z SUMMARY OF WORK Page 2 of 3 b c. Excavated and waste materials shall be stored in such a way as not to interfere with the use of spaces that may be designated to be left free and unobstructed and so as not to inconvenience occupants of adjacent property. If the street is occupied by railroad tracks, the Work sball be carried on in such manner as not to interfere with the operation of the railroad. 1) All Work shall be in accordance with railroad requirements set forth in Division 0 as well as the railroad permit. D. Work within Easements 1. Do not enter upon private property for any purpose without having previously obtained permission from the owner of such property. 2. Do not store equipment or material on private property unless and until the specified approval of the property owner has been secured in writing by the Contractor and a copy furnished to the City. 3. Unless specifically provided otherwise, clear all rights-of-way or easements of obstructions which must be removed to make possible proper prosecution of the Work as a part of the project construction operations. 4. Preserve and use every precaution to prevent damage to, all trees, shrubbery, plants, lawns, fences, culverts, curbing, and all other types of structures or improvements, to all water, sewer, and gas lines, to all conduits, overhead pole lines, ar appurtenances thereof, including the construction of temporary fences and to all other public or private property adjacent to the Work. 5. Notify the proper representatives of the owners or occupants of the public or private lands of interest in lands which might be affected by the Work. a. Such notice shall be made at least 48 hours in advance of the beginning of the Work. b. Notices shall be applicable to both public and private utility companies and any corporation, company, individual, or other, either as owners or occupants, whose land or interest in land might be affected by the Work. c. Be responsible far all damage or injury to property of any character resulting from any act, omission, neglect, or misconduct in the manner or method or execution of the Work, or at any time due to defective work, material, or equipment. 6. Fence a. Restore all fences encountered and removed during construction of the Project b c. to the original or a better than original condition. Erect temporary fencing in place of the fencing removed whenever the Work is not in progress and when the site is vacated overnight, and/or at all times to provide site security. The cost for all fence work within easements, including removal, temporary closures and replacement, shall be subsidiary to the various items bid in the project proposal, unless a bid item is speciiically provided in the proposal. Small-Scale Infrastructure Program Unit Price Construction CITY OF FORT WORTH Contract for Driveways, Alleys, Sidewalks, and Incidental Flatwork STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various City Project Numbers Revised December 20, 2012 Ol ll 00-3 SUMMARY OF WORK Page 3 of 3 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE Small-Scale Infrastructure Program Unit Price Construction CITY OF FORT WORTH Contract for Driveways, Alleys, Sidewalks, and Incidental Flatwork STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various City Project Numbers Revised December 20, 2012 oiasoo-i SUBSTITUTION PROCEDURES Page 1 of 4 SECTION O1 25 00 SUBSTITUTION PROCEDL]RES PART1- GENERAL 1.1 SUMMARY A. Section Includes: The procedure for requesting the approval of substitution of a product that is not equivalent to a product which is specified by descriptive or performance criteria or defined by reference to 1 or more of the following: a. Name of manufacturer b. Name of vendor c. Trade name d. Catalog number 2. Substitutions are not "or-equals". B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Request for Substitution - General l. Within 30 days after award of Contract (unless noted otherwise), the City will consider formal requests from Contractor for substitution of products in place of those speciiied. 2. Certain types of equipment and kinds of material are described in Specifications by means of references to names of manufacturers and vendors, trade names, or catalog numbers. a. When this method of specifying is used, it is not intended to exclude from consideration other products bearing other manufacturer's or vendor's names, trade names, or catalog numbers, provided said products are "or-equals," as determined by City. 3. Other types of equipment and kinds of material may be acceptable substitutions under the following conditions: a. Or-equals are unavailable due to strike, discontinued production of products meeting specified requirements, or other factors beyond control of Contractor; or, CITY OF FORT WORTH Small-Scale Infrastructure Program Unit Price Construction Contract for Driveways, Alleys, Sidewalks, and Incidental Flatwork STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various City Project Numbers Revised July 1, 2011 oi as oo - z SUBSTITUTION PROCEDURES Page 2 of 4 b. Contractor proposes a cost and/or time reduction incentive to the City. 1.5 SUBMITTALS A. See Request for Substitution Form (attached) B. Procedure for Requesting Substitution 1. Substitution shall be considered only: a. After award of Contract b. Under the conditions stated herein b c. Submit 3 copies of each written request for substitution, including: a. Documentation 1) Complete data substantiating compliance ofproposed substitution with Contract Documents 2) Data relating to changes in construction schedule, when a reduction is proposed 3) Data relating to changes in cost For products 1) Product identification a) Manufacturer's name b) Telephone number and representative contact name c) Specifcation Section or Drawing reference of originally specified product, including discrete name or tag number assigned to original product in the Contract Documents 2) Manufacturer's literature clearly marked to show compliance of proposed product with Contract Documents 3) Itemized comparison of original and proposed product addressing product characteristics including, but not necessarily limited to: a) Size b) Composition or materials of construction c) Weight d) Electrical or mechanical requirements 4) Product experience a) Location of past projects utilizing product b) Name and telephone number of persons associated with referenced projects knowledgeable concerning proposed product c) Available field data and reports associated with proposed product 5) Samples a) Provide at request of City. b) Samples become the property of the City. For construction methods: 1) Detailed description of proposed method 2) Illustration drawings C. Approval or Rejection 1. Written approval or rejection of substitution given by the City 2. City reserves the right to require proposed product to comply with color and pattern of specified product if necessary to secure design intent. 3. In the event the substitution is approved, the resulting cost and/or time reduction will be documented by Change Order in accordance with the General Conditions. CITY OF FORT WORTH Small-Scale Infrastructure Program Unit Price Construction Contract for Driveways, Alleys, Sidewalks, and Incidental Flatwork STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various City Project Numbers Revised July 1, 2011 012500-3 SUBSTITUTION PROCEDURES Page 3 of 4 4. No additional contract time will be given for substitution. Substitution will be rejected i£ a. Submittal is not through the Contractor with his stamp of approval b. Request is not made in accordance with this Specification Section c. In the City's opinion, acceptance will require substantial revision of the original design d. In the City's opinion, substitution will not perform adequately the function consistent with the design intent 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. In making request for substitution or in using an approved product, the Contractor represents that the Contractor: 1. Has investigated proposed product, and has determined that it is adequate or superior in all respects to that specified, and that it will perform function for which it is intended 2. Will provide same guarantee for substitute item as for product specified 3. Will coordinate installation of accepted substitution into Work, to include building modifications if necessary, making such changes as may be required for Work to be complete in all respects 4. Waives all claims for additional costs related to substitution which subsequently arise 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Small-Scale Infrastructure Program Unit Price Construction Contract for Driveways, Alleys, Sidewalks, and Incidental Flatwork STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various City Project Numbers Revised July 1, 2011 O1 25 00 - 4 SUBSTITUTION PROCEDURES Page 4 of 4 EXHIBIT A REQUEST FOR SUBSTITUTION FORM: TO: PROJECT: DATE: We hereby submit for your consideration the following product instead of the specified item for the above project: SECTION PARAGRAPH SPECIFIED ITEM Proposed Substitution: Reason for Substitution: Include complete information on changes to Drawings and/or Specifications which proposed substitution will require for its proper installation. Fill in Blanks Below: A. Will the undersigned contractor pay for changes to the building design, including engineering and detailing costs caused by the requested substitution? B. What effect does substitution have on other trades? C. Differences between proposed substitution and specified item? D. Differences in product cost or product delivery time? E. Manufacturer's guarantees of the proposed and specified items are: Equal Better (explain on attachment) The undersigned states that the function, appearance and quality are equivalent or superior to the specified item. Submitted By: For Use by City S ignature as noted Recommended Recommended Firm Address Date Telephone For Use by City: Approved City Not recommended Received late By Date Remarks Date Rejected CITY OF FORT WORTH Small-Scale Infrastructure Program Unit Price Construction Contract for Driveways, Alleys, Sidewalks, and Incidental Flatwork STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various City Project Numbers Revised July 1, 2011 013119-1 PRECONSTRUCTION MEETING Page 1 of 3 SECTION 0131 19 PRECONSTRUCTION MEETING PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Provisions for the preconstruction meeting to be held prior to the start of Work to clarify construction contract administration procedures B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Coordination Attend preconstruction meeting. 2. Representatives of Contractor, subcontractors and suppliers attending meetings shall be qualified and authorized to act on behalf of the entity each represents. 3. Meeting administered by City may be tape recorded. a. If recorded, tapes will be used to prepare minutes and retained by City for future reference. B. Preconstruction Meeting 1. A preconstruction meeting will be held within 14 days after the execution of the Agreement and before Work is started. a. The meeting will be scheduled and administered by the City. 2. The Project Representative will preside at the meeting, prepare the notes of the meeting and distribute copies of same to all participants who so request by fully completing the attendance form to be circulated at the beginning of the meeting. 3. Attendance shall include: a. Project Representative b. Contractor's project manager c. Contractor's superintendent d. Any subcontractor or supplier representatives whom the Contractor may desire to invite or the City may request CITY OF FORT WORTH Small-Scale Infrastructure Program Unit Price Construction Contract for Driveways, Alleys, Sidewalks, and Incidental Flatwork STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various City Project Numbers Revised August 17, 2012 O1 31 19 - 2 PRECONSTRUCTION MEETING Page 2 of 3 e. Other City representatives £ Others as appropriate 4. Construction Schedule a. Prepare baseline construction schedule in accordance with Section O1 32 16 and provide at Preconstruction Meeting. b. City will notify Contractor of any schedule changes upon Notice of Preconstruction Meeting. 5. Preliminary Agenda may include: a. Introduction of Project Personnel b. General Description of Project c. Status of right-of-way, utility clearances, easements or other pertinent permits d. Contractor's work plan and schedule e. Contract Time £ Notice to Proceed g. Construction Staking h. Progress Payments i. Extra Work and Change Order Procedures j. Field Orders k. Disposal Site Letter for Waste Material 1. Insurance Renewals m. Payroll Certiiication n. Material Certifications and Quality Control Testing o. Public Safety and Convenience p. Documentation of Pre-Construction Conditions q. Weekend Work Notification r. Legal Holidays s. Trench Safety Plans t. Confined Space Entry Standards u. Coordination with the City's representative for operations of existing water systems v. Storm Water Pollution Prevention Plan w. Coordination with other Contractors x. Early Warning System y. Contractor Evaluation z. Special Conditions applicable to the project aa. Damages Claims bb. Submittal Procedures cc. Substitution Procedures dd. Correspondence Routing ee. Record Drawings f£ Temporary construction facilities gg. M/WBE or MBE/SBE procedures hh. Final Acceptance ii. Final Payment jj. Questions or Comments CITY OF FORT WORTH Small-Scale Infrastructure Program Unit Price Construction Contract for Driveways, Alleys, Sidewalks, and Incidental Flatwork STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various City Project Numbers Revised August 17, 2012 O1 31 19 - 3 PRECONSTRUCTION MEETING Page 3 of 3 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Small-Scale Infrastructure Program Unit Price Construction Contract for Driveways, Alleys, Sidewalks, and Incidental Flatwork STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various City Project Numbers Revised August 17, 2012 013216-1 CONSTRUCTION PROGRESS SCHEDULE Page 1 of 10 2 3 PART1- GENERAL 4 1.1 SUMMARY 5 6 7 8 9 10 11 A. Section Includes: SECTION 0132 16 CONSTRUCTION SCHEDULE 1. General requirements for the preparation, submittal, updating, status reporting and management of the Construction Progress Schedule 2. Specific requirements are presented in the City of Fort Worth Schedule Guidance Document B. Deviations from this City of Fort Worth Standard Speciiication � Design required on Tier 1 Projects. 12 C. Related Specification Sections include, but are not necessarily limited to: 13 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 14 2. Division 1— General Requirements 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 D. Purpose The City of Fort Worth (City) is committed to delivering quality, cost-effective infrastructure to its citizens in a timely manner. A key tool to achieve this purpose is a properly structured schedule with accurate updates. This supports effective monitoring of progress and is input to critical decision making by the project manager throughout the life of the project. Data from the updated project schedule is utilized in status reporting to various levels of the City organization and the citizenry. This Document complements the City's Standard Agreement to guide the construction contractor (Contractor) in preparing and submitting acceptable schedules for use by the City in project delivery. The expectation is the performance of the work follows the accepted schedule and adhere to the contractual timeline. The Contractor will designate a qualified representative (Project Scheduler) responsible for developing and updating the schedule and preparing status reporting as required by the City. 31 1.2 PRICE AND PAYMENT PROCEDURES 32 33 34 35 36 A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 2. Non-compliance with this specification is grounds for City to withhold payment of the Contractor's invoices until Contractor achieves said compliance. 37 1.3 REFERENCES 38 A. Project Schedules CITY OF FORT WORTH Small-Scale Infrastructure Program Unit Price Construction Contract for Driveways, Alleys, Sidewalks, and Incidental Flatwork STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various City Project Numbers Revised October 6, 2023 013216-2 CONSTRUCTION PROGRESS SCHEDULE Page 2 of 10 1 Each project is represented by City's master project schedule that encompasses the 2 entire scope of activities envisioned by the City to properly deliver the work. When the 3 City contracts with a Contractor to perform construction of the Work, the Contractor 4 will develop and maintain a schedule for their scope of work in alignment with the 5 City's standard schedule requirements as deimed herein. The data and information of 6 each such schedule will be leveraged and become integral in the master project 7 schedule as deemed appropriate by the City's Project Control Specialist and approved 8 by the City's Project Manager. 9 10 1. Master Project Schedule 11 The master project schedule is a holistic representation of the scheduled activities 12 and milestones for the total project and be Critical Path Method (CPM) based. The 13 City's Project Manager is accountable for oversight of the development and 14 maintaining a master project schedule for each project. When the City contracts for 15 the design and/or construction of the project, the master project schedule will 16 incorporate elements of the Design and Construction schedules as deemed 17 appropriate by the City's Project Control Specialist. The assigned City Project 18 Control Specialist creates and maintains the master project schedule in P6 (City's 19 scheduling software). 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 2. Construction Schedule The Contractor is responsible for developing and maintaining a schedule for the scope of the Contractor's contractual requirements. The Contractor will issue an initial schedule for review and acceptance by the City's Project Control Specialist and the City's Project Manager as a baseline schedule for Contractor's scope of wark. Contractor will issue current, accurate updates of their schedule (Progress Schedule) to the City at the end of each month throughout the life of their work. B. Schedule Tiers The City has a portfolio of projects that vary widely in size, complexity and content requiring different scheduling to effectively deliver each project. The City uses a "tiered" approach to align the proper schedule with the criteria for each project. The City's Project Manager determines the appropriate schedule tier for each project, and includes that designation and the associated requirements in the Contractor's scope of work. The following is a summary of the "tiers". 36 1. Tier 1: Small Size and Short Duration Project �.a,:,�:��� ��* r�����r�a` 37 The City develops and maintains a Master Project Schedule for the project. No 38 schedule submittal is required from Contractor. City's Project Control Specialist 39 acquires any necessary schedule status data or information through discussions with 40 the respective party on an as-needed basis. 41 42 43 44 45 46 47 48 49 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 identifies "start" and "finish" milestone dates on key elements of their work as agreed with the City's Project Manager at the kickoff of their work effort. The Contractor issues to the City, updates to the "start" and "finish" dates for such milestones at the end of each month throughout the life of their work on the project. 3. Tier 3: Medium and Large Size and/or Complex Projects Regardless of Duration CITY OF FORT WORTH Small-Scale Infrastructure Program Unit Price Construction Contract for Driveways, Alleys, Sidewalks, and Incidental Flatwork STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various City Project Numbers Revised October 6, 2023 013216-3 CONSTRUCTION PROGRESS SCHEDULE Page 3 of 10 1 The City develops and maintains a Master Project Schedule for the project. The 2 Contractor develops a Baseline Schedule and maintains the schedule of their 3 respective scope of work on the project at a level of detail (generally Leve13) and in 4 alignment with the WBS structure in Section 1.4.H as agreed by the Project 5 Manager. The Contractar issues to the City, updates of their respective schedule 6 (Progress Schedule) at the end of each month throughout the life of their work on the 7 project. 8 C. Schedule Types 9 Project delivery for the City utilizes two types of schedules as noted below. The City 10 develops and maintains a Master Project Schedule as a"baseline" schedule and issue 11 monthly updates to the City Project Manager (end of each month) as a"progress" 12 schedule. The Contractor prepares and submits each schedule type to fulfill their 13 contractual requirements. 14 15 1. Baseline Schedule 16 The Contractor develops and submi�s to the City, an initial schedule for their scope 17 of work in alignment with this specification. Once reviewed and accepted by the 18 Cit}�, it becomes the `Baseline" schedule and is the basis against which all progress 19 is measured. The baseline schedule will be updated when there is a change or 20 addition to the scope of work impacting the duration of the work, and only after 21 receipt of a duly autharized change order issued by the City. In the event progress is 22 significantly behind schedule, the City's Project Manager may authorize an update 23 to the baseline schedule to facilitate a more practical evaluation of progress. An 24 example of a Baseline Schedule is provided in Specification O1 32 16.1 25 Construction Project Schedule Baseline Example. 26 27 2. Progress Schedule 28 The Contractor updates their schedule at the end of each month to represent the 29 progress achieved in the wark which includes any impact from authorized changes 30 in the work. The updated schedule must accurately reflect the current status of the 31 work at that point in time and is referred to as the "Progress Schedule". The City's 32 Project Manager and Project Control Specialist reviews and accepts each progress 33 schedule. In the event a progress schedule is deemed not acceptable, the 34 unacceptable issues are identified by the City within 5 working days and the 35 Contractor must provide an acceptable progress schedule within 5 working days 36 after receipt of non-acceptance notification. An example of a Progress Schedule is 37 provided in Specification O1 32 16.2 Construction Project Schedule Progress 38 Example. 39 D. City Standard Schedule requirements 40 The following is an overview of the methodology for developing and maintaining a 41 schedule for delivery of a project. CITY OF FORT WORTH Small-Scale Infrastructure Program Unit Price Construction Contract for Driveways, Alleys, Sidewalks, and Incidental Flatwork STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various City Project Numbers Revised October 6, 2023 013216-4 CONSTRUCTION PROGRESS SCHEDULE Page 4 of 10 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 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 Schedule Framework - The schedule will be based on the defined scope of work and follow the (Critical Path Methodology) CPM method. The Contractor's schedule will align with the requirements of this specification and will be cost loaded to reflect their plan for execution. Compliance with cost loading can be provided with traditional cost loading of line items OR a projected cost per month for the project when the initial schedule is submitted, updated on a quarterly basis is signi�cant change is anticipated. Overall schedule duration will align with the contractual requirements for the respective scope of work and be reflected in City's Master Project Schedule. The Project Number and Name of the Project is required on each schedule and must match the City's project data. E. Schedule File Name All schedules submitted to the City for a project will have a file name that begins with the City's project number followed by the name of the project followed by baseline (if a baseline schedule) or the year and month (if a progress schedule), as shown below. • Baseline Schedule File Name Format: City Project Number Project Name_Baseline Example: 101376 North Montgomery Street HMAC_Baseline • Progress Schedule File Name Format: City Project Number Project Name_YYYY-MM Example: 101376 North Montgomery Street HMAC_2018_O1 • Project Schedule Progress Narrative File Name Format: City Project Number Project Name_PN YYYY-MM Example: 101376 North Montgomery Street HMAC_PN 2018_O1 F. Schedule Templates The Contractor will utilize the relevant sections from the City's templates provided in the City's document management system as the basis for creating their respective project schedule. Specifically, the Contractor's schedule will align with the layout of the Construction section. The templates are identified by type of project as noted below. • Arterials • Aviation • Neighborhood Streets • Sidewalks (later) • Quiet Zones (later) • Street Lights (later) • Intersection Improvements (later) • Parks • Storm water • Street Maintenance • Traffic • Water 48 G. Schedule Calendar CITY OF FORT WORTH Small-Scale Infrastructure Program Unit Price Construction Contract for Driveways, Alleys, Sidewalks, and Incidental Flatwork STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various City Project Numbers Revised October 6, 2023 013216-5 CONSTRUCTION PROGRESS SCHEDULE Page 5 of 10 1 The City's standard calendar for schedule development purposes is based on a 5-day 2 workweek and accounts for the City's nine standard holidays (New Years, Martin 3 Luther King, Memorial, Juneteenth, Independence, Labor, Thanksgiving, day after 4 Thanksgiving, and Christmas). The Contractor will establish a schedule calendar as 5 part of the schedule development process and provide to the Project Control Specialist 6 as part of the basis for their schedule. Variations between the City's calendar and the 7 Contractor's calendar must be resolved prior to the City's acceptance of their Baseline 8 project schedule. 9 10 H. WBS & Milestone Standards for Schedule Development 11 The scope of work to be accomplished by the Contractor is represented in the schedule 12 in the form of a Work Breakdown Structure (WBS). The WBS is the basis for the 13 development of the schedule activities and shall be imbedded and depicted in the 14 schedule. 15 16 17 18 The following is a summary of the standards to be followed in preparing and maintaining a schedule for project delivery. 19 1. Contractar is required to utilize the City's WBS structure and respective 20 project type template for "Construction" as shown in Section 1.4.H below. 21 Additional activities may be added to Levels 1- 4 to accommodate the needs 22 of the organization executing the work. Specifically, the Contractor will add 23 activities under WBS XXXXXX.80.83 "Construction Execution" that 24 25 delineates the activities associated with the various components of the work. 26 2. Contractar is required to adhere to the City's Standard Milestones as shown 27 in Section 1.4.I below. Contractor will include additional milestones 28 representing intermediate deliverables as required to accurately reflect their 29 scope of work. 30 31 32 33 34 35 36 37 L Schedule Activities Activities are the discrete elements of work that make up the schedule. They will be organized under the umbrella of the WBS. Activity descriptions should adequately describe the activiry, and in some cases the extent of the activity. All activities are logically tied with a predecessor and a successor. The only exception to this rule is for "project start" and "project imish" milestones. 38 The activity duration is based on the physical amount of work to be performed for the 39 stated activity, with a maximum duration of 20 working days OR a continuous activity 40 in one location. If the work for any one activity exceeds 20 days, break that activity 41 down incrementally to achieve this duration constraint. Any exception to this requires 42 review and acceptance by the City's Project Control Specialist. 43 44 J. Change Orders 45 When a Change Order is issued by the City, the impact is incorporated into the 46 previously accepted baseline schedule as an update, to clearly show impact to the 47 project timeline. The Contractor submits this updated baseline schedule to the City for CITY OF FORT WORTH Small-Scale Infrastructure Program Unit Price Construction Contract for Driveways, Alleys, Sidewalks, and Incidental Flatwork STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various City Project Numbers Revised October 6, 2023 013216-6 CONSTRUCTION PROGRESS SCHEDULE Page 6 of 10 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 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 review and acceptance as described in Section 1.5 below. Updated baseline schedules adhere to the following: 1. Time extensions associated with approved contract modifications are limited to the actual amount of time the project activities are anticipated to be delayed, unless otherwise approved by the Program Manager. 2. The re-baselined schedule is submitted by the Contractor within ten workdays after the date of receipt of the approved Change Order. 3. The changes in logic or durations approved by the City are used to analyze the impact of the change and is included in the Change Order. The coding for a new activity(s) added to the schedule for the Change Order includes the Change Order number in the Activity ID. Use as many activities as needed to accurately show the work of the Change Order. Revisions to the baseline schedule are not effective until accepted by the City. K. City's Work Breakdown Structure WBS Code WBS Name XXXXXX Project Name XXXXXX.30 Design XXXXXX.30.10 Design Contractor Agreement XXXXXX.30.20 Conceptual Design (30%) XXXXXX.30.30 Preliminary Design (60%) XXXXXX.30.40 Final Design XXXXXX.30.50 Environmental XXXXXX.30.60 Permits XXXXXX.30.60.10 Permits - Identification XXXXXX.30.60.20 Permits - Review/Approve XXXXXX.40 ROW & Easements XXXXXX.40.10 ROW Negotiations XXXXXX.40.20 Condemnation XXXXXX.70 Utility Relocation XXXXXX.70.10 Utility Relocation Co-ordination XXXXXX.80 Construction XXXXXX.80.81 Bid and Award XXXXXX.80.83 Construction Execution XXXXXX.80.85 Inspection XXXXXX.80.86 Landscaping XXXXXX.90 Closeout XXXXXX.90.10 Construction Contract Clos�out XXXXXX.90.40 Design Contract Closure L. City's Standard Milestones The following milestone activities (i.e., important events on a project that mark critical points in time) are of particular interest to the City and must be reflected in the project schedule for all phases of work. CITY OF FORT WORTH Small-Scale Infrastructure Program Unit Price Construction Contract for Driveways, Alleys, Sidewalks, and Incidental Flatwork STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various City Project Numbers Revised October 6, 2023 013216-7 CONSTRUCTION PROGRESS SCHEDULE Page 7 of 10 1 Activitv ID Activitv Name 2 Design 3 3020 Award Design Agreement 4 3040 Issue Notice to Proceed - Design Engineer 5 3100 Design Kick-off Meeting 6 3120 Submit Conceptual Plans to Utilities, ROW, Traffic, Parks, Storm Water, 7 Water & Sewer 8 3150 Peer Review Meeting/Design Review meeting (technical) 9 3160 Conduct Design Public Meeting #1 (required) 10 3170 Conceptual Design Complete 11 3220 Submit Preliminary Plans and Specifications to Utilities, ROW, Traffic, 12 Parks, Storm Water, Water & Sewer 13 3250 Conduct Design Public Meeting #2 (required) 14 3260 Preliminary Design Complete 15 3310 Submit Final Design to Utilities, ROW, Traffic, Parks, Storm Water, 16 Water & Sewer 17 3330 Conduct Design Public Meeting #3 (if required) 18 3360 Final Design Complete 19 ROW & Easements 20 4000 Right of Way Start 21 4230 Right of Way Complete 22 Utility Relocation 23 7000 Utilities Start 24 7120 Utilities Cleared/Complete 25 Construction 26 Bid and Award 27 8110 Start Advertisement 28 8150 Conduct Bid Opening 29 8240 Award Construction Contract 30 Construction Execution 31 8330 Conduct Construction Public Meeting #4 Pre-Construction 32 8350 Construction Start 33 8370 Substantial Completion 34 8540 Construction Completion 35 9130 Notice of Completion/Green Sheet 36 9150 Construction Contract Closed 37 9420 Design Contract Closed 38 39 1.4 SUBMITTALS 40 41 42 43 44 45 46 A. Schedule Submittal & Review The City's Project Manager is responsible for reviews and acceptance of the Contractor's schedule. The City's Project Control Specialist is responsible for ensuring alignment of the Contractor's baseline and progress schedules with the Master Project Schedule as support to the City's Project Manager. The City reviews and accepts or rejects the schedule within ten workdays of Contractar's submittal. CITY OF FORT WORTH Small-Scale Infrastructure Program Unit Price Construction Contract for Driveways, Alleys, Sidewalks, and Incidental Flatwork STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various City Project Numbers Revised October 6, 2023 013216-8 CONSTRUCTION PROGRESS SCHEDULE Page 8 of 10 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 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 1. Schedule Format The Contractor will submit each schedule in two electronic forms, one in native file format (.xer, .xml, .mpx) and the second in a pdf format, in the City's document management system in the location dedicated for this purpose and identified by the Project Manager. In the event the Contractar does not use Primavera P6 or MS Project for scheduling purposes, the schedule information must be submitted in .xls or .xlsx format in compliance with the sample layout (See Specification O1 32 16.1 Construction Project Schedule Baseline Example), including activity predecessors, successors and total float. 2. Initial & Baseline Schedule The Contractor will develop their schedule for their scope of work and submit their initial schedule in electronic form (in the file formats noted above), in the City's document management system in the location dedicated for this purpose at least 5 working days prior to Pre Construction Meeting. The City's Project Manager and Project Control Specialist review this initial schedule to determine alignment with the City's Master Project Schedule, including format & WBS structure. Following the City's review, feedback is provided to the Contractor far their use in finalizing their initial schedule and issuing (within five workdays) their Baseline Schedule for final review and acceptance by the City. 3. Progress Schedule The Contractor will update and issue their project schedule (Progress Schedule) by the last day of each month throughout the life of their work on the project. The Progress Schedule is submitted in electronic form as noted above, in the City's document management system in the location dedicated for this purpose. The City's Project Control team reviews each Progress Schedule for data and information that support the assessment of the update to the schedule. In the event data or information is missing or incomplete, the Project Controls Specialist communicates directly with the Contractor's scheduler far providing same. The Contractor re-submits the corrected Progress Schedule within 5 workdays, following the submittal process noted above. The City's Project Manager and Project Control Specialist review the Contractor's progress schedule for acceptance and to monitor performance and progress. The following list of items are required to ensure proper status information is contained in the Progress Schedule. • Baseline Start date • Baseline Finish Date • % Complete • Float • Activity Logic (dependencies) • Critical Path • Activities added or deleted • Expected Baseline Finish date • Variance to the Baseline Finish Date CITY OF FORT WORTH Small-Scale Infrastructure Program Unit Price Construction Contract for Driveways, Alleys, Sidewalks, and Incidental Flatwork STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various City Project Numbers Revised October 6, 2023 013216-9 CONSTRUCTION PROGRESS SCHEDULE Page 9 of 10 1 2 3 4 5 6 7 8 9 10 11 B. Monthly Construction Status Report The Contractor submits a written status report (referred to as a progress narrative) at the monthly progress meeting (if monthly meetings are held) or at the end of each month to accompany the Progress Schedule submittal, using the standard format provided in Specification O1 32 16.3 Construction Project Schedule Progress Narrative. The content of the Construction Project Schedule Progress Narrative should be concise and complete to include only changes, delays, and anticipated problems. C. Submittal Process • Schedules and Monthly Construction Status Reports are submitted in in the City's document management system in the location dedicated for this purpose. 12 • Once the project has been completed and Final Acceptance has been issued by the 13 City, no further progress schedules or construction status reports are required from 14 the Contractor. 15 1. 16 1.5 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 17 1.6 CLOSEOUT SUBMITTALS [NOT USED] 18 1.7 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 19 1.8 QUALITY ASSURANCE 20 21 22 23 24 25 A. The person preparing and revising the construction Progress Schedule shall be experienced in the preparation of schedules of similar complexity. B. Schedule and supporting documents addressed in this Specification shall be prepared, updated and revised to accurately reflect the performance of the construction. C. Contractor is responsible for the quality of all submittals in this section meeting the standard of care for the construction industry for similar projects. 26 1.9 DELIVERY, STORAGE, AND HANDLING [NOT USED] 27 1.10 FIELD [SITE] CONDITIONS [NOT USED] 28 1.11 WARRANTY [NOT USED] 29 1.12 ATTACHMENTS 30 Spec O1 32 16.1 Construction Project Schedule Baseline Example 31 Spec O1 32 16.2 Construction Project Schedule Progress Example 32 Spec O1 32 163 Construction Project Schedule Progress Narrative 33 CITY OF FORT WORTH Small-Scale Infrastructure Program Unit Price Construction Contract for Driveways, Alleys, Sidewalks, and Incidental Flatwork STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various City Project Numbers Revised October 6, 2023 Ol 32 16 - 10 CONSTRUCTION PROGRESS SCHEDULE Page 10 of 10 2 PART 2- PRODUCTS [NOT U5ED] 3 PART 3- EXECUTION [NOT USED] 4 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 8/13/2021 Michael Owen Revised to update specification requirements and eliminate duplicate schedule specifications. 10/06/2023 Michael Owen Added "Juneteenth" to list of Ciry Holidays under 1.3 G. "Schedule Calendar" CITY OF FORT WORTH Small-Scale Infrastructure Program Unit Price Construction Contract for Driveways, Alleys, Sidewalks, and Incidental Flatwork STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various City Project Numbers Revised October 6, 2023 O1 32 161 CONSTRUCTION PROGRESS SCHEDULE— BASELINE EXAMPLE Page 1 of5 2 SECTION 0132 16.1 CONSTRUCTION SCHEDULE — BASELINE EXAMPLE 3 PART1- GENERAL 4 5 6 7 8 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 34 35 36 37 38 39 40 41 42 43 44 45 46 The following is an example of a Contractor's project schedule that illustrates the data and expectation for schedule content depicting the baseline for the project. This version of the schedule is referred to as a"baseline" schedule. This example is intended to provide guidance for the Contractor when developing and submitting a baseline schedule. See CFW Specification O1 32 16 Construction Schedule for details and requirements regarding the Contractor's project schedule. CITY OF FORT WORTH Small-Scale Infrastructure Program Unit Price Construction Contract for Driveways, Alleys, Sidewalks, and Incidental Flatwork STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various City Project Numbers Revised August 13, 2021 O1 32 161 CONSTRUCTION PROGRESS SCHEDULE- BASELINE EXAMPLE Page2 of5 m ` � � 0 r� a� �s ❑ � � ❑ d � � � � V � ir � a ,Q a � {3? O � � � � � C � � U � � , ; , ; ; � -• ----�----- --------�-•--.__..-�-=----�-----��---------�---�------.�--- �---------- ; ..----,----�------� ...........: . ... ; , � ; ; � , , � , , . ..• •.--..--• ............:....... .-•-•-.--..,....... �......,.......,...,�.........i...,.a.;�,..........................wtt1 r- ---- . - --•----•--- - --- . . : ; .. _, .... �t ,; .�, - �. - - . - - - : : ; _ - - . . � � � '� _ � _' rt � n �: � �, ,; �SS� ��: ��F,�� C1 �'i f! T� l� I�i li f�� t�l f'� � _ ,. =���� r�_ r��? • I f i�l I'� 1�1 C� � ,_ . . � iv �• a :.� a`: .. .-. ;: �: �. -. ,=� a, �. ,.. _. ,. .,. �, .. - �x� - - g 3 �" •� �r ��. - - - - '_-' �n a � � � _ � - � � :�� ^ J „� "I �� ' � � ��� � - i� � r s _k. � � � a �y. � � ,[ ti^ ,n � i� 7 �r _ _ . r_ �+' ` " ' ' _ . �: . '� Y'' .. :n � _ _ .� _ �' "5 „ . � `m m � � m O � 0 a s � m � � c� O w o� c �+ =+ s: � � � � � � Q � s r .. � � `� � ' � .0 'e� � G � � � L''^ ^ T�.A�r Q 1 L �G � ti../ � � C � � � � r - - v -. � . = u : : ,t "` � IT�. � � .1 � .J 1 � � � � ., � C � � - � �! P: , � = � + � Lr 3 � _� J, r ' S n u �. , L J.� - - - - � _ _ , � � � a �;, _ - -- ;Y, � i�S i: "GW` 5I Si `. c '� y' �r. �n ;.; � c. � .',i .. �r w .. .; y �: r � � � 8� � - - � - ^ r }� � ij .S� .' `--' o �,i u� � - �. � ,?� T 4 c e��-' � S} � � �o <e . - ��: 'v �.. .. - II��I �� �� `I� _� � IM v � � � c a fp a ` � `-' E � c - 1 Z �C.�l L� ` � �� ♦ • ♦ ;i : t , p „� F � � � • i • �' a. i: 3 � � F � � F, '�r' � _ � T M n � �, 3 '� �e ,� � � -'7x u y �, ` � ' S+ � `c 4 „ _' � .. r - F " � � � _ � Q� � � x � � �' � i' s � � r � ' i � '� _. �, � i� o � � u � � " �„ � F � _ � `� � � � E � � LL N �" ' g c � f � ,. � E � . ,, . � � � , � 6 , � v, v '�1 � � % ,S � - �, J � �� Y � r �.'f c� , - y [ � `�� _ . . �°: �� , � .. �� � . . ,i � � � , ' I I 1 Small-Scale Infrastructure Program Unit Price Construction CITY OF FORT WORTH Contract for Driveways, Alleys, Sidewalks, and Incidental Flatwork STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various City Project Numbers Revised August 13, 2021 O1 32 161 CONSTRUCTION PROGRESS SCHEDULE— BASELINE EXAMPLE Page3 of5 m � sv O C� � Ltf ❑ � N ❑ a 7 � � V � �� � a ,a L a � i I �, . -- -:�•-..:._--Y--------- I�_._._._;.�_.-•-.,�-..----•-,>�-�.---••-!----�..-- � ----•-• - ----�--- - , I I ' i ...�-_._.•-- -- - , � ! ! �.�t 'l�.� �_ , ` .........i�. ...... ........�---•-•�-• � i� . � ; ......:._......._„'_"__..: � ._..... �"..,._. ,..."_'_'_"... ..,...."'.'_.�..._......_s ...................... :. _ _._�=�� --=t.�,:�..� r;', �. � :� r� r: :� ni o�i ��`.�. �^ 1�bi �`��i' n i'�� �i e3 e��r c', r�i H :Q 'L �S' _ � � - r r. . _ , r . .. '� � :3 : ; r F: � � � a i . �. ;? � a. � 4 F a; � .. . �; ; ; � .0 - :G J� t Y.. ![� W .3� f� q. p �� � � - r y { 4� � �i � ✓Si � � � ic k il` �' _u` 9. �fi �. i` � '�' � A' y 7� .� s '' � � �. s e m' _ '� _ � .+� �K - Jf V 't �i - . � � CI t �. 4i '�i - C , � xi _ _ �Y L i �� �,'`{( tc ' `� � S r . a. -. . t. . r x � , s .{ .. ` '. L � � ' � T L 1" ` � � � 4 Z � ..] 'r '� � u " . _, �. _ � ?. % � _ _ 3 _ � �� � �V � e J =. �� � l 7 _ J K• i�.�- ;;_Tw 4a -�kri— - �.�s .9 •K �-b�_,,,,� _,� ;�, „ '. = �• el ffi -: r - ',z`-r'�-r, ., � = o i�i �.�x+ ? �. -v :- �� � - _ � � = a n 'n ?'I = � . ui Ri � 0 � � � � � C i L.L � � � I ' I I"� I �� � "' � I ,7 � L �a ;� � � ;:� � � t' � o' �: � _ i.�; ���3� t '; T =. �; i� `� - r<� Z, k � - ^ . � � ro � € y ^ ; LL 1 t LL - ; � � fl �� k ,; !9 7 g - u 5� ,} � " � ° 7 ' ' s M �' y. � - a � `'' 1 _ 5 '' - , ., � 'k .. T �' T 'S � t k � w � `, � i .� � � w . .. � � -, ; � " � . :y � � � � �? �S � r, :; v 7 � � � ., � r.Tr �'d aG � � � � C �y+ � 6r � :/` C.� ".J "� G �j s r s � � � nL .- '� � � n e� � � � ^ 1� C "/�'�' 't. Y..I � � � � � � �J f � C C � 1! � � � � � a � � � � �� 4 � � � � 9t '� � Z U L7 � ♦ � • • � � � � O � � � m g a � �i � �' _ � � � .y� C� � a a' V ' I � 1 Small-Scale Infrastructure Program Unit Price Construction CITY OF FORT WORTH Contract for Driveways, Alleys, Sidewalks, and Incidental Flatwork STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various City Project Numbers Revised August 13, 2021 O1 32 161 CONSTRUCTION PROGRESS SCHEDULE— BASELINE EXAMPLE Page4 of5 m � � � 0 � � c� ❑ � ca ❑ � � L ...�..._', ............:...........:............�----- 0� 7 '� CJ s � N � a rQ L a � � rn � a � � � � � 1 � U ;; - - v� :1 i �t S� ._ < <,�T�.o� � �. .� .� � � •r� , -- - -.� -,a�- y � � � 1 a 3 �+i � ,�1. � ` �. �' _'` ___. _ _���_— _ �. _ J y�� i �� t � L� w` r� i1,� 1b :� � a7� �G ' � ,_ _���.,,r�..;:_ _ �� -����,�a<� --.�_ � ; - = f s � S 4 n s ` = � : �a � _ _ � z t' e �� . � 1 � � i' �- _��-�-:�' ���, _- _.�� �-- _o� � �a _ = 'vi�� ' , � � O = - ' - - ' z H m � � oE c� � G a ��"- a� � i � � � -^ � : �� � _ � � � � � bL ._ 'n� e� � � � �q C,^ � r• C � •� U � � Li � � � V � , � � C � J-' � '� � � a � � � � a �� _ �# � �'�� � � � _ '� � 2 U c] ♦ • ♦ • • ► � �� � �� � � � � v c � � _ � � � a � V ' I � 1 Small-Scale Infrastructure Program Unit Price Construction CITY OF FORT WORTH Contract for Driveways, Alleys, Sidewalks, and Incidental Flatwork STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various City Project Numbers Revised August 13, 2021 O1 32 161 CONSTRUCTION PROGRESS SCHEDULE— BASELINE EXAMPLE PageS of5 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE July 20, 2018 M. Jarrell Iniflal Issue May 7, 2021 M Owen Revised name due to revising the schedule specification CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised August 13, 2021 Small-Scale Infrastructure Program Unit Price Construction Contract for Driveways, Alleys, Sidewalks, and Incidental Flatwork Various City Project Numbers O1 32 16.2 CONSTRUCTION PROGRESS SCHEDULE— PROGRESS EXAMPLE Page 1 of5 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 26 27 SECTION 0132 16.2 CONSTRUCTION SCHEDULE — PROGRESS EXAMPLE PART1- GENERAL The following is an example of a Contractor's project schedule that illustrates the data and expectation for schedule content depicting the progress for the project. This version of the schedule is referred to as a"progress" schedule. This example is intended to provide guidance for the Contractor when developing and submitting a progress schedule. See CFW Specification O1 32 16 Construction Schedule for details and requirements regarding the Contractor's project schedule. CITY OF FORT WORTH Small-Scale Infrastructure Program Unit Price Construction STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Contract for Driveways, Alleys, Sidewalks, and Incidental Flatwork Revised August 13, 2021 Various City Project Numbers O1 32 16.2 CONSTRUCTION PROGRESS SCHEDULE— PROGRESS EXAMPLE Page2 of5 � L Q D +�+ N ❑ � S� ❑ d � �A' W � V � �.+ c� � �O L a � � � 0 Q � �rn V! �� C � � U .._- —�- :.----�--�------_=.- -- _=.-------:._._... .,_.- - --�--_....---- --- ---� ----- .�.. -� , � � ""_'_'_'_''_"_"'_.�_�.._.__.,, ........._�..__..._._.."'"""_."'_'.�._a."_-'__"_'_"""' '_""'_"'"__"""'.._� ._. ._" � 1 I � � . � , � � � � � . . , , , �--------------------•------- . . . � . . r--------. . . J__ �_ . � I i - I , i � __.._...._..---•---^`.__.......-..._.. .-----....,._.___....._ _... - - - --... - - - � � , ...... -..__. — -----'-'-----'-------- --'---•----- '-------- ! , �.�rr Ti T! G E � : � i � YJ' i= . q � fi �_ _ O� ' ^ 7 = - � �7 � 1� � _ _ _ ` _ �- n i-�. i. .. •t •? �+' ,- .c w ., ,z ,1, oj ' . -. � � � ` " ' � "' _ .. . - . . "_� `� �. 2� � = ` � 'a � V� d . n d, � �n n �` � . . m n ^ �i � � � � Q a �� i . '�r', � ,� ,� � ,�;. n .'t - ��; `-`' - =. � '. � � g i � e� � � t C � � ��-" y. .. .1.- . � �: `� 'v� � t'r : + . ."s ro . .c n x �, � . . . » x, � ,; � a. .� � a w -7 � � � Q S 4-Y S L L L %i TI ��4 y i i � 7�� � K JY -t 4 l' � _ _ � � - I� _ _ � .'�. � -� �� � r} 4 1'. .i ^ � �}� . . .-! � � -� -� �v` J � ,.Z E'� � � W ��c• 4+ C �+ � r �r � �iI � � C �..�r G' � � � .^G � F-. � 1 � � pC'q � T � 'L v � � W � 6r a . �� a. ,n � :c x m a �' m � _ = �i - > w K n � co ,M i ry �7, n f. r, F � '.f, ' 3 � 7 .3 � � `� 7 .Y � . f, ; 7 f � � � � � ' _ - `, .. .- �' :} o c = • -- - - + o� v� � - - � - .. - � . a � _ - 9 m m � � C7 O � 0 a . -. _ . s�• v �� � � � � �. - : A � ` _ �• 1 ,x� :: � �� y A � � � Z, - Q ? � '�. _ �' r. - 7 .� � d � .i a a = .r � 'r + -n - _� � _ . '�� � r; r _, � � rt ?z ' i� -. _ t '� ,'.,• F: . . f , . r. - - � ' �' :� 1�a .'� . � � � � �` � �: � � i a � � � � � � � a� � � � � � > � c � � - � � a . ���_��:-�����<<�;�,�.,,�:��-=r>� ..M�,�>;,,�.�. r. .: _ _ � � �.? ri �d y ;5� v o. .2 � � °s � �r. �� � ': � ..��c � �t � � �r. <e . rF`,. o �.. . � � � 1 � - Illl II II IIII =� = c�� �� � a � ,� � :� � a � a c� c� � � ♦ • ♦ r � � � �' 2 � • • • F �_� � x � � � � a " � g � �� y � 4 ', � � � '' � k r e � `� 5 2 * � ' � ^ ' '� � � � i a ~ i �i '� _ � � A � � . � y l X z - r, '� - �� fi � n l,' - u � - � _ � i � ? � � ,�. .� � k - � , �,c G �T �i. � � � � � � � _ n 'V _ •� ' y � = y � _ ' ' _ � '� � � 9 �3 5n,��, .�„-,��, ,� -��.. �v� Y :� �_ _ � � �_ � � � , ' I I 1 Small-Scale Infrastructure Program Unit Price Construction CITY OF FORT WORTH Contract for Driveways, Alleys, Sidewalks, and Incidental Flatwork STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various City Project Numbers Revised August 13, 2021 O1 32 16.2 CONSTRUCTION PROGRESS SCHEDULE— PROGRESS EXAMPLE Page3 of5 � � L Q � � � � ❑ � S� ❑ � � � � � :i � i.+ ci a ,Q L a � , , - - -- -- - - -- --- --�- - _ - � -- - - � -- - - - -- ----- -- --- --- _- ---- ------- ------.-.-. . . . �. � '__'_.-_'.. . � . � t I I � � i .. :.............�......"�"".�"�" " ' """ ." '"" ' """"""'"'...' �' _' _ ...._.. � ....--....._"" " ' .. � -'•-�� 1 � � .7 ' � f_ '� - = - '7 � ..� .., _ L- . _ = - - (, .� c o _ _ �, _ _ .� c ,.- - _ .� ., x s. - � ;< �, :� - _ _ _ - . �{ h � � t!,t d C � 'F � � � .� 2 '� � f- y� �j Y � ,`5 ry � L � � t T �, ry � .. .5' _ - v. - �, � �+. � � `C � . .. '�; � � - '"� �i � � , � S. ..� �.i � ,� - -:� _ t _ � ,.--:t.rx _�x -_-- ,� _ _ - . e� �, � -:z i i s e _ e F � 2 , t ` V ^ ' _ L - 4 � Z - ., - - 4 - L � • , . _. � _ � � s i �- _ - : x, ua a� � :° ` :c� .b , r� w . . x. n,. : 4, �. ce. ,e;. m x• ^ ,a � �' - _ ' � r ^_' _ h � ,�' S .i .� 4, r '+ � :� � .�' 3 5 . F r" " � ,s � y -1 � - ' = a i - ^ - _ = : t s - - : i �- - � ?: _ . � . _ . , x: . `'� . , - � _ - - � ' : c _ . . _ � r. ' _ - - ' .c = ' �C� _ - ._ A � � � - _ _ _ .. _ � _ r T .. .` � nl �' � y si r'- t .4 a1 � � � � � s i : , ' _ � - _ :+ _ � i t. _ ' ' _ a. '. fit '. 'x,i .'.a �. - -� +: . � -- .� . - _ - .. _ - i i?.� " _ ' C _ s�_ i F F a� 4�' SF b 1 =�� j` C x P� 3= � 3$� J •ti� � _ ;� r Y w �� - I[i � ;� _ ,oyTl �Q.: �q . 'sy - L' '�' � _ . �� � - '� Y. �, - ,= c• i � e c- r7-', -+n �-r. r, ,_ a �� r�''i.:�y 7 ��. �%S '�' �n �; = C' '� � � � o fi 7�{ �_ p c, � II I LS � � � � � rn � c � L.L � fM�'��"� I �� � "' I I �7� � � f � Bi a .d � � I� a j � = k � � r� � �`�s � e � � - � •. s F �� i 2 �. *� _ '- _ ' 'z _ � ' � ? ^ x g LL S -! ^ � ^ s a J - � � ,_ F � S. � C - - � � � _ � `�' � T LL G LL ' M LL ? � � � _ r ..' S .+ W �• .4 :. I F' ��i R? ti � U la r _ w� - , �;. - � � _, .-, ,. � �i *' .. . � , 42 � 1 � ,��,. ia Ci � , FJ', G � T 7 � -. v . . �j � � Z E-' � � � � 1�• L C t � � Y. y� 'zl f G C �7 C �+ � � C ✓' t � ar, ��.+� ��J 4N z� �� � r ^ C `i � 1-�r � V � C. �i : � C � J� � � � � a � � � � � � 4 � � � � 9t '� � Z U L7 � � � • • 1 t � � � O C � s � � �� � � � A. � � � � � a' V ' I � 1 Small-Scale Infrastructure Program Unit Price Construction CITY OF FORT WORTH Contract for Driveways, Alleys, Sidewalks, and Incidental Flatwork STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various City Project Numbers Revised August 13, 2021 O1 32 16.2 CONSTRUCTION PROGRESS SCHEDULE— PROGRESS EXAMPLE Page4 of5 � � L � � Q � � � � � t0 � a � � � � V N �+ d O a � m Q a v N � � C � LL i.� � _ .. �i ._ I�I 4�. �� �. ._ r���p , _ " — _ _ � j _ ' S. � 1 ! �� I'i l � (1 �?� L' T ' \ 4_. � � � � � A� � = a �•�I ?• 1 _ } j '� "4 '� 1 '� u '�' — _ � 1 7 � 7 'l — _ �. , , �.��.,--� .::'_�'_ ���� c,i-� t= _ � q '� _ G = k [ .i le' 't. � :3 ,� z � � f r ,t _ � - Ca s �z ; ; - Fs' - -..�:s; �;� �;r:� �-�- -��-,."� �r'v.v����:o�o� � � ix r n � t r '� � F ;F _ � � � �, _ T f � — — �mmm _ _ - M "1� � _ 1 Y — 'S � - =t - � L �� � m ' - _ �S � c � =- - s� �_ ===--� !� - p Q C� � . � J � � � T F-� � � ���../ Fia 7�[ L C �+ � Y '� G � �.G�y ^ V � � � � � � Q V` Wl �' y w. L ^ n � C � � � 7 u � �, � � V � � � '� � m �a � � a �1I m 0 ay �c 4 � � � � � � � � � � � � � � � oi � G .� � � � � � C � `� �� : ¢ � u � I � 1 Small-Scale Infrastructure Program Unit Price Construction CITY OF FORT WORTH Contract for Driveways, Alleys, Sidewalks, and Incidental Flatwork STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various City Project Numbers Revised August 13, 2021 O1 32 16.2 CONSTRUCTION PROGRESS SCHEDULE— PROGRESS EXAMPLE PageS of5 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE July 20, 2018 M. Jarrell Iniflal Issue May 7, 2021 M Owen Revised name due to revising the schedule specification CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised August 13, 2021 Small-Scale Infrastructure Program Unit Price Construction Contract for Driveways, Alleys, Sidewalks, and Incidental Flatwork Various City Project Numbers 0132 16.3 — PROGRES S NARRAT IVE Page 1 of 1 SECTION O1 32 16.3 CONSTRUCTION PROJECT SCHEDULE PROGRESS NARRATIVE Reporting Period: Date Issued: ProjectName: ContractorCompanyName: City Project No: Contractor5cheduleContact: City Project Manager: A. List of activ ities chan 1. (insert text here) 2. (insert text here) 3. (insert text here) 4. (insert text here) 5. (insert text here) 6. (insert text here) B. List any potential 1. (insert text here) 2. (insert text here) 3. (insert text here) C. List any actual de 1. (insert text here) 2. (insert text here) 3. (insert text here) in the re and nq period. ide mitiaation actions and arovide recovery actions City of Fort Worth, Texas Construction Project Schedule Narrative Report for CFW Projects Small-Scale Infrastructure Program Unit Price Construction Revised August 13, 2021 Contract for Driveways, Alleys, Sidewalks, and Incidental Flatwork Page 1 of 1 Various City Project Numbers 013233-1 PRECONSTRUCTION VIDEO Page 1 of 2 SECTION 0132 33 PRECONSTRUCTION VIDEO PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Administrative and procedural requirements for: a. Preconstruction Videos B. Deviations from this City of Fort Worth Standard Specification l. None. C. Related Speciiication Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Preconstruction Video 1. Produce a preconstruction video of the site/alignment, including all areas in the vicinity of and to be affected by construction. a. Provide digital copy of video upon request by the City. 2. Retain a copy of the preconstruction video until the end of the maintenance surety period. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] CITY OF FORT WORTH Small-Scale Infrastructure Program Unit Price Construction STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Contract for Driveways, Alleys, Sidewalks, and Incidental Flatwork Revised July 1, 2011 Various City Project Numbers 013233-2 PRECONSTRUCTION VIDEO Page 2 of 2 PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Small-Scale Infrastructure Program Unit Price Construction STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Contract for Driveways, Alleys, Sidewalks, and Incidental Flatwork Revised July 1, 2011 Various City Project Numbers 013300-1 SUBMTTTALS Page 1 of 8 SECTION 0133 00 SUBMITTALS PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. General methods and requirements of submissions applicable to the following Work-related submittals: a. Shop Drawings b. Product Data (including Standard Product List submittals) c. Samples d. Mock Ups B. Deviations from this City of Fort Worth Standard Specification l. None. C. Related Speciiication Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment l. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Coordination 1. Notify the City in writing, at the time of submittal, of any deviations in the submittals from the requirements of the Contract Documents. 2. Coordination of Submittal Times a. Prepare, prioritize and transmit each submittal sufficiently in advance of performing the related Work or other applicable activities, or within the time specified in the individual Work Sections, of the Specifications. b. Contractor is responsible such that the installation will not be delayed by processing times including, but not limited to: a) Disapproval and resubmittal (if required) b) Coordination with other submittals c) Testing d) Purchasing e) Fabrication f j Delivery g) Similar sequenced activities c. No extension of time will be authorized because of the Contractor's failure to transmit submittals sufficiently in advance of the Work. CITY OF FORT WORTH Small-Scale Infrastructure Program Unit Price Construction STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Contract for Driveways, Alleys, Sidewalks, and Incidental Flatwork Revised December 20, 2012 Various City Project Numbers Ol 33 00 - 2 SUBMTTTALS Page 2 of 8 : d. Make submittals promptly in accordance with approved schedule, and in such sequence as to cause no delay in the Work or in the work of any other contractor. Submittal Numbering When submitting shop drawings or samples, utilize a 9-character submittal cross- reference identification numbering system in the following manner: a. Use the first 6 digits of the applicable Specification Section Number. b. For the next 2 digits number use numbers 01-99 to sequentially number each initial separate item or drawing submitted under each specific Section number. c. Last use a letter, A-Z, indicating the resubmission of the same drawing (i.e. A=2nd submission, B=3rd submission, C=4th submission, etc.). A typical submittal number would be as follows: [17i�iilIlZla1% : 1) 03 30 00 is the Specification Section for Concrete 2) 08 is the eighth initial submittal under this Specification Section 3) B is the third submission (second resubmission) of that particular shop drawing C. Contractor Certification 1. Review shop drawings, product data and samples, including those by subcontractors, prior to submission to determine and verify the following: a. Field measurements b. Field construction criteria c. Catalog numbers and similar data d. Conformance with the Contract Documents Provide each shop drawing sample and product data submitted by the Contractor with a Certiiication Statement affixed including: a. The Contractor's Company name b. Signature of submittal reviewer c. Certification Statement 1) `By this submittal, I hereby represent that I have determined and veriiied field measurements, field construction criteria, materials, dimensions, catalog numbers and similar data and I have checked and coordinated each item with other applicable approved shop drawings." D. Submittal Format 1. Fold shop drawings larger than 8 YZ inches x 11 inches to 8'/2 inches x ll inches. 2. Bind shop drawings and product data sheets together. 3. Order a. Cover Sheet 1) Description of Packet 2) Contractor Certification b. List of items / Table of Contents c. Product Data /Shop Drawings/Samples /Calculations E. Submittal Content 1. The date of submission and the dates of any previous submissions CITY OF FORT WORTH Small-Scale Infrastructure Program Unit Price Construction STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Contract for Driveways, Alleys, Sidewalks, and Incidental Flatwork Revised December 20, 2012 Various City Project Numbers O1 33 00 - 3 SUBMTTTALS Page 3 of 8 F 2. The Project title and number 3. Contractor identification 4. The names o£ a. Contractor b. Supplier c. Manufacturer 5. Identification of the product, with the Specification Section number, page and paragraph(s) 6. Field dimensions, clearly identified as such 7. Relation to adjacent or critical features of the Work or materials 8. Applicable standards, such as ASTM or Federal Speciiication numbers 9. Identification by highlighting of deviations from Contract Documents 10. Identiiication by highlighting of revisions on resubmittals 11. An 8-inch x 3-inch blank space for Contractor and City stamps Shop Drawings 1. As specified in individual Work Sections includes, but is not necessarily limited to: a. Custom-prepared data such as fabrication and erection/installation (working) drawings b. Scheduled information c. Setting diagrams d. Actual shopwork manufacturing instructions e. Custom templates £ Special wiring diagrams g. Coordination drawings h. Individual system or equipment inspection and test reports including: 1) Performance curves and certifications i. As applicable to the Work 2. Details a. Relation of the various parts to the main members and lines of the structure b. Where correct fabrication of the Work depends upon field measurements 1) Provide such measurements and note on the drawings prior to submitting for approval. G. Product Data 1. For submittals of product data for products included on the City's Standard Product List, clearly identify each item selected for use on the Project. Z. For submittals of product data for products not included on the City's Standard Product List, submittal data may include, but is not necessarily limited to: a. Standard prepared data for manufactured products (sometimes referred to as catalog data) 1) Such as the manufacturer's product specification and installation instructions 2) Availability of colors and patterns 3) Manufacturer's printed statements of compliances and applicability 4) Roughing-in diagrams and templates 5) Catalog cuts 6) Product photographs CITY OF FORT WORTH Small-Scale Infrastructure Program Unit Price Construction STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Contract for Driveways, Alleys, Sidewalks, and Incidental Flatwork Revised December 20, 2012 Various City Project Numbers O1 33 00 - 4 SUBMTTTALS Page 4 of 8 7) Standard wiring diagrams 8) Printed performance curves and operational-range diagrams 9) Production or quality control inspection and test reports and certiiications 10) Mill reports 11) Product operating and maintenance instructions and recommended spar�parts listing and printed product warranties 12) As applicable to the Work H. Samples As specified in individual Sections, include, but are not necessarily limited to: a. Physical examples of the Work such as: 1) Sections ofmanufactured or fabricated Work 2) Small cuts or containers of materials 3) Complete units of repetitively used products color/texture/pattern swatches and range sets 4) Specimens for coordination of visual effect 5) Graphic symbols and units of Work to be used by the City for independent inspection and testing, as applicable to the Work I. Do not start Work requiring a shop drawing, sample or product data nor any material to be fabricated or installed prior to the approval or qualified approval of such item. 1. Fabrication performed, materials purchased or on-site construction accomplished which does not conform to approved shop drawings and data is at the Contractor's risk. 2. The City will not be liable for any expense or delay due to corrections or remedies required to accomplish conformity. 3. Complete project Work, materials, fabrication, and installations in conformance with approved shop drawings, applicable samples, and product data. J. Submittal Distribution Electronic Distribution a. Confirm development of Project directory for electronic submittals to be uploaded to City's Buzzsaw site, or another external FTP site approved by the City. b. Shop Drawings 1) Upload submittal to designated project directory and notify appropriate City representatives via email of submittal posting. 2) Hard Copies a) 3 copies for all submittals b) If Contractor requires more than 1 hard copy of Shop Drawings returned, Contractor shall submit more than the number of copies listed above. c. Product Data 1) Upload submittal to designated project directory and notify appropriate City representatives via email of submittal posting. 2) Hard Copies a) 3 copies for all submittals d. Samples 1) Distributed to the Project Representative 2. Hard Copy Distribution (if required in lieu of electronic distribution) CITY OF FORT WORTH Small-Scale Infrastructure Program Unit Price Construction STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Contract for Driveways, Alleys, Sidewalks, and Incidental Flatwork Revised December 20, 2012 Various City Project Numbers 013300-5 SUBMTTTALS Page 5 of 8 a. Shop Drawings 1) Distributed to the City 2) Copies a) 8 copies for mechanical submittals b) 7 copies for all other submittals c) If Contractor requires more than 3 copies of Shop Drawings returned, Contractor shall submit mare than the number of copies listed above. b. Product Data 1) Distributed to the City 2) Copies a) 4 copies c. Samples 1) Distributed to the Project Representative 2) Copies a) Submit the number stated in the respective Specification Sections. 3. Distribute reproductions of approved shop drawings and copies of approved product data and samples, where required, to the job site iile and elsewhere as directed by the City. a. Provide number of copies as directed by the City but not exceeding the number previously specified. K. Submittal Review 1. The review of shop drawings, data and samples will be for general conformance with the design concept and Contract Documents. This is not to be construed as: a. Permitting any departure from the Contract requirements b. Relieving the Contractor of responsibility for any errors, including details, dimensions, and materials c. Approving departures from details furnished by the City, except as otherwise provided herein 2. The review and approval of shop drawings, samples or product data by the City does not relieve the Contractor from his/her responsibility with regard to the fulfllment of the terms of the Contract. a. All risks of error and omission are assumed by the Contractor, and the City will have no responsibiliry therefore. 3. The Contractor remains responsible for details and accuracy, for coordinating the Work with all other associated work and trades, for selecting fabrication processes, for techniques of assembly and for performing Work in a safe manner. 4. If the shop drawings, data or samples as submitted describe variations and show a departure from the Contract requirements which City finds to be in the interest of the City and to be so minor as not to involve a change in Contract Price or time for performance, the City may return the reviewed drawings without noting an exception. 5. Submittals will be returned to the Contractor under 1 of the following codes: a. Code 1 1) "NO EXCEPTIONS TAKEN" is assigned when there are no notations or comments on the submittal. a) When returned under this code the Contractor may release the equipment and/ar material for manufacture. b. Code 2 CITY OF FORT WORTH Small-Scale Infrastructure Program Unit Price Construction STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Contract for Driveways, Alleys, Sidewalks, and Incidental Flatwork Revised December 20, 2012 Various City Project Numbers 013300-6 SUBMTTTALS Page 6 of 8 1) "EXCEPTIONS NOTED". This code is assigned when a confirmation of the notations and comments IS NOT required by the Contractor. a) The Contractor may release the equipment or material for manufacture; however, all notations and comments must be incorporated into the final product. a Code 3 1) "EXCEPTIONS NOTED/RESUBMIT". This combination of codes is assigned when notations and comments are extensive enough to require a resubmittal of the package. a) The Contractor may release the equipment or material for manufacture; however, all notations and comments must be incorporated into the final product. b) This resubmittal is to address all comments, omissions and non-conforming items that were noted. c) Resubmittal is to be received by the City within 15 Calendar Days of the date of the City's transmittal requiring the resubmittal. d. Code 4 1) "NOT APPROVED" is assigned when the submittal does not meet the intent of the Contract Documents. a) The Contractor must resubmit the entire package revised to bring the submittal into conformance. b) It may be necessary to resubmit using a different manufacturer/vendor to meet the Contract Documents. Resubmittals a. Handled in the same manner as frst submittals 1) Corrections other than requested by the City 2) Marked with revision triangle or other similar method a) At Contractor's risk if not marked b. Submittals for each item will be reviewed no more than twice at the City's expense. 1) All subsequent reviews will be performed at times convenient to the City and at the Contractor's expense, based on the City's or City Representative's then prevailing rates. 2) Provide Contractor reimbursement to the City within 30 Calendar Days for all such fees invoiced by the City. c. The need for more than 1 resubmission or any other delay in obtaining City's review of submittals, will not entitle the Contractor to an extension of Contract Time. 7. Partial Submittals a. City reserves the right to not review submittals deemed partial, at the City's discretion. b. Submittals deemed by the City to be not complete will be returned to the Contractor, and will be considered "Not Approved" until resubmitted. a The City may at its option provide a list or mark the submittal directing the Contractor to the areas that are incomplete. 8. If the Contractor considers any correction indicated on the shop drawings to constitute a change to the Contract Documents, then written notice must be provided thereof to the City at least 7 Calendar Days prior to release for manufacture. CITY OF FORT WORTH Small-Scale Infrastructure Program Unit Price Construction STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Contract for Driveways, Alleys, Sidewalks, and Incidental Flatwork Revised December 20, 2012 Various City Project Numbers 013300-7 SUBMTTTALS Page 7 of 8 9. When the shop drawings ha�e been completed to the satisfaction of the City, the Contractor may carry out the construction in accordance therewith and no further changes therein except upon written instructions from the City. 10. Each submittal, appropriately coded, will be returned within 30 Calendar Days following receipt of submittal by the City. L. Mock ups 1. Mock Up units as specified in individual Sections, include, but are not necessarily limited to, complete units of the standard of acceptance for that type of Work to be used on the Project. Remove at the completion of the Work or when directed. M. Qualifications 1. If specifically required in other Sections of these Specifications, submit a P.E. Certification for each item required. N. Request for Information (RFI) Contractor Request for additional information a. Clarification or interpretation of the contract documents b. When the Contractor believes there is a conflict between Contract Documents c. When the Contractor believes there is a conflict between the Drawings and Specifications 1) Identify the conflict and request clarification 2. Use the Request for Information (RFI) form provided by the City. 3. Numbering of RFI a. Prefix with "RFP' followed by series number, "-xxx", beginning with "O1" and increasing sequentially with each additional transmittal. 4. Sufiicient information shall be attached to permit a written response without further information. 5. The City will log each request and will review the request. a. If review of the project information request indicates that a change to the Contract Documents is required, the City will issue a Field Order or Change Order, as appropriate. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] CITY OF FORT WORTH Small-Scale Infrastructure Program Unit Price Construction STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Contract for Driveways, Alleys, Sidewalks, and Incidental Flatwork Revised December 20, 2012 Various City Project Numbers 013300-8 SUBMTTTALS Page 8 of 8 PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 1.4.K.8. Working Days modified to Calendar Days CITY OF FORT WORTH Small-Scale Infrastructure Program Unit Price Construction STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Contract for Driveways, Alleys, Sidewalks, and Incidental Flatwork Revised December 20, 2012 Various City Project Numbers 013513-1 SPECIAL PROJECT PROCEDURES Page 1 of 8 2 3 PART1- GENERAL 4 1.1 SUMMARY 5 6 7 8 9 10 11 12 13 14 15 16 17 18 A. Section Includes: SECTION 0135 13 SPECIAL PROJECT PROCEDURES The procedures for special project circumstances that includes, but is not limited to: a. Coordination with the Texas Department of Transportation b. Work near High Voltage Lines c. Confined Space Entry Program d. Use of Explosives, Drop Weight, Etc. e. Water Department Notiiication f. Public Notification Prior to Beginning Construction g. Coordination with United States Army Corps of Engineers h. Coordination within Railroad permits areas i. Dust Control j. Employee Parking B. Deviations from this City of Fort Worth Standard Specification 1. None. 19 C. Related Specification Sections include, but are not necessarily limited to: 20 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 21 2. Division 1— General Requirements 22 3. Section 33 12 25 — Connection to Existing Water Mains 23 1.2 PRICE AND PAYMENT PROCEDURES 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 A. Measurement and Payment 1. Coordination within Railroad permit areas a. Measurement 1) Measurement for this Item will 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 for Railroad Coordination. c. The price bid shall include: 1) Mobilization 2) Inspection 3) Safety training 4) Additionallnsurance 5) Insurance Certificates 6) Other requirements associated with general coordination with Railroad, including additional employees required to protect the right-of-way and property of the Railroad from damage arising out of and/or from the construction of the Project. CITY OF FORT WORTH Small-Scale Infrastructure Program Unit Price Construction Contract far Driveways, Alleys, Sidewalks, and Incidental Flatwork STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Vazious City Project Numbers Revised March 11. 2022 Ol 35 13 - 2 SPECIAL PROJECT PROCEDURES Page 2 of 8 1 2 3 4 5 6 7 8 9 10 11 12 13 14 2. Railroad Flagmen a. Measurement 1) Measurement for this Item will be per working day. b. Payment 1) The work performed and materials furnished in accordance with this Item will be paid for each warking day that Railroad Flagmen are present at the Site. c. The price bid shall include: 1) Coordination for scheduling flagmen 2) Flagmen 3) Other requirements associated with Railroad 3. All other items a. Work associated with these Items is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 15 1.3 REFERENCES 16 A. Reference Standards 17 1. Reference standards cited in this Specification refer to the current reference 18 standard published at the time of the latest revision date logged at the end of this 19 Specification, unless a date is specifically cited. 20 2. Health and Safety Code, Title 9. Safety, Subtitle A. Public Safety, Chapter 752. 21 High Voltage Overhead Lines. 22 1.4 ADMINISTRATIVE REQUIREMENTS 23 A. Coordination with the Texas Department of Transportation 24 25 26 27 28 29 30 31 When wark in the right-of-way which is under the jurisdiction of the Texas Department of Transportation (TxDOT): a. Notify the Texas Department of Transportation prior to commencing any work therein in accardance with the provisions of the permit b. All work performed in the TxDOT right-of-way shall be performed in compliance with and subject to approval from the Texas Department of Transportation B. Work near High Voltage Lines 32 1. Regulatory Requirements 33 a. All Work near High Voltage Lines (more than 600 volts measured between 34 conductors or between a conductar and the ground) shall be in accordance with 35 Health and Safety Code, Title 9, Subtitle A, Chapter 752. 36 2. Warning sign 37 a. Provide sign of sufficient size meeting all OSHA requirements. 38 3. Equipment operating within 10 feet ofhigh voltage lines will require the following 39 safety features 40 a. Insulating cage-type of guard about the boom or arm 41 b. Insulator links on the lift hook connections for back hoes or dippers 42 c. Equipment must meet the safety requirements as set forth by OSHA and the 43 safety requirements of the owner of the high voltage lines 44 4. Work within 6 feet of high voltage electric lines CITY OF FORT WORTH Small-Scale Infrastructure Program Unit Price Construction Contract far Driveways, Alleys, Sidewalks, and Incidental Flatwork STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Vazious City Project Numbers Revised March 11. 2022 O1 35 13 - 3 SPECIAL PROJECT PROCEDURES Page 3 of 8 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 26 a. Notification shall be given to: 1) The power company (example: ONCOR) a) Maintain an accurate log of all such calls to power company and record action taken in each case. b. Coordination with power company 1) After notification coordinate with the power company to: a) Erect temporary mechanical barriers, de-energize the lines, or raise or lower the lines c. No personnel may work within 6 feet of a high voltage line before the above requirements ha�e been met. C. Confined Space Entry Program 1. Provide and follow approved Confined Space Entry Program in accardance with OSHA requirements. 2. Confined Spaces include: a. Manholes b. All other confined spaces in accordance with OSHA's Permit Required for Confined Spaces D. TCEQ Air Permit 1. Obtain TCEQ Air Permit for construction activities per requirements of TCEQ. E. Use of Explosives, Drop Weight, Etc. 1. When Contract Documents permit on the project the following will apply: a. Public Notification 1) Submit notice to City and proof of adequate insurance coverage, 24 hours prior to commencing. 2) Minimum 24 hour public notification in accardance with Section O1 31 13 F. Water Department Coardination 27 1. During the construction of this project, it will be necessary to deactivate, for a 28 period of time, existing lines. The Contractor shall be required to coordinate with 29 the Water Department to determine the best times for deactivating and activating 30 those lines. 31 2. Coordinate any event that will require connecting to or the operation of an existing 32 City water line system with the City's representative. 33 a. Coordination shall be in accordance with Section 33 12 25. 34 b. If needed, obtain a hydrant water meter from the Water Department for use 35 during the life of named project. 36 c. In the event that a water valve on an existing live system be turned off and on 37 to accommodate the construction of the project is required, coordinate this 38 activity through the appropriate City representative. 39 1) Do not operate water line valves of existing water system. 40 a) Failure to comply will render the Contractor in violation of Texas Penal 41 Code Title 7, Chapter 28.03 (Criminal Mischie� and the Contractor 42 will be prosecuted to the full extent of the law. 43 b) In addition, the Contractor will assume all liabilities and 44 responsibilities as a result of these actions. 45 G. Public Notification Prior to Beginning Construction CITY OF FORT WORTH Small-Scale Infrastructure Program Unit Price Construction Contract far Driveways, Alleys, Sidewalks, and Incidental Flatwork STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Vazious City Project Numbers Revised March 11. 2022 O1 35 13 - 4 SPECIAL PROJECT PROCEDURES Page 4 of 8 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 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 Prior to beginning construction on any block in the project, on a block by block basis, prepare and deliver a notice or flyer of the pending construction to the front door of each residence or business that will be impacted by construction. The notice shall be prepared as follows: a. Post notice or flyer and City of Fort Worth Door Hangers, 7 days prior to beginning any construction activity on each block in the project area. 1) Prepare flyer on the Contractor'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 foreman and phone number fl Name of the City's inspector and phone number g) City's after-hours phone number 2) A sample of the `pre-construction notifrcation' flyer is attached as Exhibit A. 3) City of Fort Worth Door Hangers will be provided to the Contractor for distribution with their notice. 4) Submit schedule showing the construction start and finish time for each block of the project to the inspector. 5) Deliver flyer to the City Inspector for review prior to distribution. b. No construction will be allowed to begin on any block until the flyer and door hangers are delivered to all residents of the block. H. Public Notification of Temporary Water Service Interruption during Construction 1. In the event it becomes necessary to temporarily shut down water service to residents or businesses during construction, prepare and deliver a notice or flyer of the pending interruption to the front door of each affected resident. 2. Prepared notice as follows: a. The notification or flyer shall be posted 24 hours prior to the temporary interruption. b. Prepare flyer on the contractor's letterhead and include the following information: 1) Name of the project 2) City Project Number 3) Date of the interruption of service 4) Period the interruption will take place 5) Name of the contractor's foreman and phone number 6) Name of the City's inspector and phone number c. A sample of the temporary water service interruption notification is attached as E�ibit B. d. Deliver a copy of the temporary interruption notification to the City inspector for review prior to being distributed. e. No interruption of water service can occur until the flyer has been delivered to all affected residents and businesses. f. Electronic versions of the sample flyers can be obtained from the Project Construction Inspector. CITY OF FORT WORTH Small-Scale Infrastructure Program Unit Price Construction Contract far Driveways, Alleys, Sidewalks, and Incidental Flatwork STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Vazious City Project Numbers Revised March 11. 2022 O1 35 13 - 5 SPECIAL PROJECT PROCEDURES Page 5 of 8 L Coordination with United States Army Corps of Engineers (USACE) 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 1. At locations in the Project where construction activities occur in areas where USACE permits are required, meet all requirements set forth in each designated permit. J. Coordination within Railroad Permit Areas At locations in the project where construction activities occur in areas where railroad permits are required, meet all requirements set forth in each designated railroad permit. This includes, but is not limited to, provisions for: a. Flagmen b. Inspectors c. Safety training d. Additional insurance e. Insurance certificates f. Other employees required to protect the right-of-way and property of the Railroad Company from damage arising out of and/or from the construction of the project. Proper utility clearance procedures shall be used in accordance with the permit guidelines. 2. Obtain any supplemental information needed to comply with the railroad's requirements. 3. Railroad Flagmen a. Submit receipts to City for verification of working days that railroad flagmen were present on Site. K. Dust Control 1. Use acceptable measures to control dust at the Site. a. If water is used to control dust, capture and properly dispose of waste water. b. If wet saw cutting is performed, capture and properly dispose of slurry. L. Employee Parking 1. Provide parking for employees at locations approved by the City. CITY OF FORT WORTH Small-Scale Infrastructure Program Unit Price Construction Contract far Driveways, Alleys, Sidewalks, and Incidental Flatwork STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Vazious City Project Numbers Revised March 11. 2022 O1 35 13 - 6 SPECIAL PROJECT PROCEDURES Page 6 of 8 1 1.5 SUBMITTALS [NOT USED] 2 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 3 1.7 CLOSEOUT SUBMITTALS [NOT USED] 4 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 5 1.9 QUALITY ASSURANCE [NOT USED] 6 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 7 1.11 FIELD [SITE] CONDITIONS [NOT USED] 8 1.12 WARRANTY [NOT USED] 9 PART 2- PRODUCTS [NOT USED] 10 PART 3- EXECUTION [NOT USED] 11 12 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 1.4.B — Added requirement of compliance with Health and Safety Code, Title 9. 8/31/2012 D. Johnson Safery, Subtitle A. Public Safety, Chapter 752. High Voltage Overhead Lines. 1.4.E — Added Contractor responsibility for obtaining a TCEQ Air Permit Remove references to Air Pollution watch Days and NCTCOG Clean construction 3/11/2022 M Owen Specifcation requirements. Clarify need for poor Hangers under in addition to contractor notif cation of public. 13 CITY OF FORT WORTH Small-Scale Infrastructure Program Unit Price Construction Contract far Driveways, Alleys, Sidewalks, and Incidental Flatwork STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Vazious City Project Numbers Revised March 11. 2022 O1 35 13 - 7 SPECIAL PROJECT PROCEDURES Page 7 of 8 2 3 4 5 6 7 8 9 l0 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 EXHIBIT A (To be printed on Contractor's Letterhead) Date: CPN No.: Project Name: Mapsco Location: Limits of Construction: I THIS IS TO INFORM YOU THAT UNDER A CONTRACT WITH THE CITY OF FORT WORTH, OUR COMPANY WILL WORK ON UTILITY LINES ON OR AROUND YOUR PROPE RTY. CONSTRUCTION WILL BEGIN APPROXIMATELY SEVEN DAYS FROM THE DATE OF THIS NOTICE. IF YOU HAVE QUESTIONS ABOUT ACCESS, SECURITY, SAFETY OR ANY OTHER ISSUE, PLEASE CALL: Mr. <CONTRACTOR�S SUPERINTENDENT> AT <TELEPHONE NO.> C�77 Mr. <CITY INSPECTOR> AT < TELEPHONE NO.> AFTER 4:30 PM OR ON WEEKENDS, PLEASE CALL (817) 392 8306 PLEASE KEEP THIS FLYER HANDY WHEN YOU CALL CITY OF FORT WORTH Small-Scale Infrastructure Program Unit Price Construction Contract far Driveways, Alleys, Sidewalks, and Incidental Flatwork STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Vazious City Project Numbers Revised March 11. 2022 O1 35 13 - 8 SPECIAL PROJECT PROCEDURES Page 8 of 8 1 2 EXHIBIT B FORT i�Vo��rH� � ov� �+v. �ua Projatt Hame: Iy�TICE OF TEMPORARY WATER SERVICE znrE�u�r�v� DUE 1'O UTILITY 1MPRQ�.MF.IISTC IN YOI3R NEICHBORIi00b. YOUR WATE[i SEIiVICE W1LL BE INTERRUPTED aN e�'rw�EN TeE �ivu�s ��' .�.xn _ IF 1'�lJ IiAVE Q[IE5TIOPIS ABOUT THIS SFli1T-�l1'T', PLEASE CALL: M K. AT (CpNTRACTORS SUPEEiIIv'1'�.tv��:n i�� ('1ELEPHU1r1E hii1MBER) OR MR. AT (CiTY INSPECTOR) ('I'ELEPHdNE NUMBER] THIS INCONVENIENC� WILL BE AS SHORT AS PUSSIBLE. THANK YOU, C�IVTRACTOR 3 4 CITY OF FORT WORTH Small-Scale Infrastructure Program Unit Price Construction Contract far Driveways, Alleys, Sidewalks, and Incidental Flatwork STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Vazious City Project Numbers Revised March 11. 2022 Ol 45 23 TESTING AND INSPECTION SERVICES Page 1 of 2 SECTION O1 45 23 TESTING AND INSPECTION SERVICES PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Testing and inspection services procedures and coordination B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. a. Contractor is responsible for performing, coordinating, and payment of all Quality Control testing. b. City is responsible for performing and payment for frst set of Quality Assurance testing. 1) If the iirst Quality Assurance test performed by the City fails, the Contractor is responsible for payment of subsequent Quality Assurance testing until a passing test occurs. a) Final acceptance will not be issued by City until all required payments for testing by Contractor ha�e been paid in full. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Testing 1. Complete testing in accordance with the Contract Documents. 2. Coordination a. When testing is required to be performed by the City, notify City, sufficiently in advance, when testing is needed. b. When testing is required to be completed by the Contractor, notify City, sufficiently in advance, that testing will be performed. 3. Distribution of Testing Reports a. Electronic Distribution 1) Coniirm development of Project directory for electronic submittals to be uploaded to the City's document management system, or another ea�ternal FTP site approved by the City. CITY OF FORT WORTH Small-Scale Infrastructure Program Unit Price Construction STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Contract for Driveways, Alleys, Sidewalks, and Incidental Flatwork Revised Mazch 9, 2020 Various City Project Numbers Ol 45 23 TESTING AND INSPECTION SERVICES Page 2 of 2 2) Upload test reports to designated project directory and notify appropriate City representatives via email of submittal posting. 3) Hard Copies a) 1 copy for all submittals submitted to the Project Representative b. Hard Copy Distribution (if required in lieu of electronic distribution) 1) Tests performed by City a) Distribute 1 hard copy to the Contractor 2) Tests performed by the Contractor a) Distribute 3 hard copies to City's Project Representative 4. Provide City's Project Representative with trip tickets for each delivered load of Concrete or Lime material including the following information: a. Name of pit b. Date of delivery c. Material delivered B. Inspection 1. Inspection or lack of inspection does not relieve the Contractor from obligation to perform work in accordance with the Contract Documents. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] L12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 3/9/2020 D.V. Magana Removed reference to Buzzsaw and noted that electronic submittals be uploaded through the City's document management system. CITY OF FORT WORTH Small-Scale Infrastructure Program Unit Price Construction STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Contract for Driveways, Alleys, Sidewalks, and Incidental Flatwork Revised Mazch 9, 2020 Various City Project Numbers 015000-1 TEMPORARY FACILITIES AND CONTROLS Page 1 of 4 SECTION O1 50 00 TEMPORARY FACILITIES AND CONTROLS PART1- GENERAL 1.1 SUMMARY A. Section Includes: Provide temporary facilities and controls needed for the Work including, but not necessarily limited to: a. Temporary utilities b. Sanitary facilities c. Storage Sheds and Buildings d. Dust control e. Temporary fencing of the construction site B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment l. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Temporary Utilities Obtaining Temporary Service a. Make arrangements with utility service companies for temporary services. b. Abide by rules and regulations of utility service companies or authorities having jurisdiction. c. Be responsible for utility service costs until Work is approved for Final Acceptance. 1) Included are fuel, power, light, heat and other utility services necessary for execution, completion, testing and initial operation of Work. Water a. Contractor to provide water required for and in connection with Work to be performed and for specified tests of piping, equipment, devices or other use as required for the completion of the Work. b. Provide and maintain adequate supply of potable water for domestic consumption by Contractor personnel and City's Project Representatives. c. Coordination 1) Contact City 1 week before water for construction is desired CITY OF FORT WORTH Small-Scale Infrastructure Program Unit Price Construction STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Contract for Driveways, Alleys, Sidewalks, and Incidental Flatwork Revised July 1, 2011 Various City Project Numbers 015000-2 TEMPORARY FACILITIES AND CONTROLS Page 2 of 4 : C d. Contractor Payment for Construction Water 1) Obtain construction water meter from City for payment as billed by City's established rates. 3. Electricity and Lighting a. Provide and pay for electric powered service as required for Work, including testing of Work. 1) Provide power for lighting, operation of equipment, or other use. b. Electric power service includes temporary power service or generator to maintain operations during scheduled shutdown. 4. Telephone a. Provide emergency telephone service at Site for use by Contractor personnel and others performing work or furnishing services at Site. 5. Temporary Heat and Ventilation a. Provide temporary heat as necessary for protection or completion of Work. b. Provide temporary heat and ventilation to assure safe working conditions. Sanitary Facilities 1. Provide and maintain sanitary facilities for persons on Site. a. Comply with regulations of State and local departments of health. 2. Enforce use of sanitary facilities by construction personnel at job site. a. Enclose and anchor sanitary facilities. b. No discharge will be allowed from these facilities. a Collect and store sewage and waste so as not to cause nuisance or health problem. d. Haul sewage and waste off-site at no less than weekly intervals and properly dispose in accordance with applicable regulation. 3. Locate facilities near Work Site and keep clean and maintained throughout Project. 4. Remove facilities at completion of Project Storage Sheds and Buildings 1. Provide adequately ventilated, watertight, weatherproof storage facilities with floor above ground level for materials and equipment susceptible to weather damage. 2. Storage of materials not susceptible to weather damage may be on blocks off ground. 3. Store materials in a neat and orderly manner. a. Place materials and equipment to permit easy access for identifcation, inspection and inventory. 4. Equip building with lockable doors and lighting, and provide electrical service for equipment space heaters and heating or ventilation as necessary to provide storage environments acceptable to specified manufacturers. 5. Fill and grade site for temporary structures to provide drainage away from temporary and existing buildings. 6. Remove building from site prior to Final Acceptance. D. Temporary Fencing 1. Provide and maintain for the duration or construction when required in contract documents E. Dust Control CITY OF FORT WORTH Small-Scale Infrastructure Program Unit Price Construction STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Contract for Driveways, Alleys, Sidewalks, and Incidental Flatwork Revised July 1, 2011 Various City Project Numbers O1 50 00 - 3 TEMPORARY FACILITIES AND CONTROLS Page 3 of 4 1. Contractor is responsible for maintaining dust control through the duration of the project. a. Contractor remains on-call at all times b. Must respond in a timely manner F. Temporary Protection of Construction 1. Contractor or subcontractors are responsible for protecting Work from damage due to weather. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. Temporary Facilities 1. Maintain all temporary facilities for duration of construction activities as needed. 3.5 [REPAIR] / [RESTORATION] 3.6 RE-INSTALLATION 3.7 FIELD [ox] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES A. Temporary Facilities CITY OF FORT WORTH Small-Scale Infrastructure Program Unit Price Construction STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Contract for Driveways, Alleys, Sidewalks, and Incidental Flatwork Revised July 1, 2011 Various City Project Numbers 015000-4 TEMPORARY FACILITIES AND CONTROLS Page 4 of 4 1. Remove all temporary facilities and restore area after completion of the Work, to a condition equal to or better than prior to start of Work. 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Small-Scale Infrastructure Program Unit Price Construction STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Contract for Driveways, Alleys, Sidewalks, and Incidental Flatwork Revised July 1, 2011 Various City Project Numbers oi ss a6- i DAP STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 1 of 3 1 2 SECTION O1 55 26 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Administrative procedures for: 7 a. Street Use Permit 8 b. Modification of approved traffic control 9 c. Removal of Street Signs 10 B. Deviations from this City of Fort Worth Standard Spec�cation ll z. ���Changes shown in bold below. 12 C. Related Specification Sections include, but are not necessarily limited fo: 13 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 14 2. Division 1— General Requirements 15 3. Section 34 71 13 — Traffic Control 16 1.2 PRICE AND PAYMENT PROCEDURES 17 18 19 20 21 22 A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 2. Small-Scale Infrastructure Program Only: The work performed and the materials furnished in accordance with this Item will be paid for at the unit price bid per each "Street Use Permit" completed. 23 1.3 REFERENCES 24 A.Reference Standards 25 1. Reference standards cited in this specification refer to the current reference standard 26 published at the time of the latest revision date logged at the end of this 27 specification, unless a date is specifically cited. 28 2. Texas Manual on Uniform Traffic Control Devices (TMUTCD). 29 1.4 ADMINISTRATIVE REQUIREMENTS 30 31 32 33 34 35 36 37 A. Traffic Control 1. General a. When traffic control plans are included in the Drawings, provide Traffic Control in accordance with Drawings and Section 34 71 13. b. When traffic control plans are not included in the Drawings, prepare traffic control plans in accordance with Section 34 71 13 and submit to City for review. 1) Allow minimum 10 working days for review of proposed Traffic Control. CITY OF FORT WORTH Small-Scale Infrastructure Program Unit Price Construction Contract for Driveways, Alleys, Sidewalks, and Incidental Flatwork STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 Vazious City ProjectNumbers oi ss ab-a DAP STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 2 of 3 B. Street Use Permit 2 3 4 5 6 7 8 9 10 11 12 13 14 15 1. Prior to installation of Traffic Control, a City Street Use Permit is required. a. To obtain Street Use Permit, submit Traffic Control Plans to City Transportation and Public Works Department. 1) Allow a minimum of 5 working days for permit review. 2) Contractor's responsibility to coordinate review of Traffic Control plans for Street Use Permit, such that construction is not delayed. C. Modification to Approved Traffic Control 1. Prior to installation traffic control: a. Submit revised traffic control plans to City Department Transportation and Public Works Department. 1) Revise Traffic Control plans in accordance with Section 34 71 13. 2) Allow minimum 5 working days for review of revised Traffic Control. 3) It is the Contractor's responsibility to coordinate review of Traffic Control plans for Street Use Permit, such that construction is not delayed. 16 D. Removal of Street Sign 17 1. If it is determined that a street sign must be removed for construction, then contact 18 City Transportation and Public Works Department, Signs and Markings Division to 19 remove the sign. 20 21 22 23 24 25 26 27 28 29 E. Temporary Signage 1. In the case of regulatory signs, replace permanent sign with temporary sign meeting requirements of the latest edition of the Texas Manual on Uniform Traffic Control Devices (MUTCD). 2. Install temporary sign before the removal of permanent sign. 3. When construction is complete, to the extent that the permanent sign can be reinstalled, contact the City Transportation and Public Works Department, Signs and Markings Division, to reinstall the permanent sign. F. Traffc Control Standards 1. Traffic Control Standards can be found on the City's Buzzsaw website. CITY OF FORT WORTH Small-Scale Infrastructure Program Unit Price Construction Contract for Driveways, Alleys, Sidewalks, and Incidental Flatwork STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 Vazious City ProjectNumbers O1 55 26 - 3 DAP STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 3 of 3 1 1.5 SUBMITTALS [NOT USED] 2 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 3 1.7 CLOSEOUT SUBMITTALS [NOT USED] 4 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 5 1.9 QUALITY ASSURANCE [NOT USED] 6 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 7 1.11 FIELD [SITE] CONDITIONS [NOT USED] 8 1.12 WARRANTY [NOT USED] 9 PART 2- PRODUCTS [NOT USED] 10 PART 3- EXECUTION [NOT U5ED] 11 12 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 13 CITY OF FORT WORTH Small-Scale Infrastructure Program Unit Price Construction Contract for Driveways, Alleys, Sidewalks, and Incidental Flatwork STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 Vazious City ProjectNumbers O1 57 13 - 1 STORM WATER POLLUTION PREVENTION Page 1 of 3 SECTION O1 57 13 STORM WATER POLLUTION PREVENTION PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Procedures for Storm Water Pollution Prevention Plans B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements 3. Section 31 25 00 — Erosion and Sediment Control 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Construction Activities resulting in less than 1 acre of disturbance a. Wark associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 2. Construction Activities resulting in greater than 1 acre of disturbance a. Measurement and Payment shall be in accordance with Section 31 25 00. 1.3 REFERENCES A. Abbreviations and Acronyms 1. Notice of Intent: NOI 2. Notice of Termination: NOT 3. Storm Water Pollution Prevention Plan: SWPPP 4. Texas Commission on Environmental Quality: TCEQ 5. Notice of Change: NOC A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. Integrated Storm Management (iSWM) Technical Manual for Construction Controls 1.4 ADMINISTRATIVE REQUIREMENTS A. General 1. Contractor is responsible for resolution and payment of any fines issued associated with compliance to Stormwater Pollution Prevention Plan. CITY OF FORT WORTH Small-Scale Infrastructure Program Unit Price Construction STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Contract for Driveways, Alleys, Sidewalks, and Incidental Flatwork Revised July 1, 2011 Various City Project Numbers O1 57 13 - 2 STORM WATER POLLUTION PREVENTION Page 2 of 3 B. Construction Activities resulting in: l. Less than 1 acre of disturbance a. Provide erosion and sediment control in accordance with Section 31 25 00 and Drawings. 2. 1 to less than 5 acres of disturbance a. Texas Pollutant Discharge Elimination System (TPDES) General Construction Permit is required b. Complete SWPPP in accordance with TCEQ requirements 1) TCEQ Small Construction Site Notice Required under general permit TXR 150000 a) Sign and post at job site b) Prior to Preconstruction Meeting, send 1 copy to City Department of Transportation and Public Works, Environmental Division, (817) 392- 6088. 2) Provide erosion and sediment control in accordance with: a) Section 31 25 00 b) The Drawings c) TXR150000 General Permit d) SWPPP e) TCEQ requirements 3. 5 acres or more of Disturbance a. Texas Pollutant Discharge Elimination System (TPDES) General Construction Permit is required b. Complete SWPPP in accordance with TCEQ requirements 1) Prepare a TCEQ NOI form and submit to TCEQ along with required fee a) Sign and post at job site b) Send copy to City Department of Transportation and Public Works, Environmental Division, (817) 392-6088. 2) TCEQ Notice of Change required if making changes or updates to NOI 3) Provide erosion and sediment control in accordance with: a) Section 31 25 00 b) The Drawings c) TXR150000 General Permit d) SWPPP e) TCEQ requirements 4) Once the project has been completed and all the closeout requirements of TCEQ have been met a TCEQ Notice of Termination can be submitted. a) Send copy to City Department of Transportation and Public Works, Environmental Division, (817) 392-6088. 1.5 SUBMITTALS A. SWPPP Submit in accordance with Section O1 33 00, except as stated herein. a. Prior to the Preconstruction Meeting, submit a draft copy of SWPPP to the City as follows: 1) 1 copy to the City Project Manager a) City Project Manager will forward to the City Department of Transportation and Public Works, Environmental Division for review CITY OF FORT WORTH Small-Scale Infrastructure Program Unit Price Construction STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Contract for Driveways, Alleys, Sidewalks, and Incidental Flatwork Revised July 1, 2011 Various City Project Numbers 01 57 13 - 3 STORM WATER POLLUTION PREVENTION Page 3 of 3 B. Modified SWPPP l. If the SWPPP is revised during construction, resubmit modified SWPPP to the City in accordance with Section O1 33 00. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Small-Scale Infrastructure Program Unit Price Construction STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Contract for Driveways, Alleys, Sidewalks, and Incidental Flatwork Revised July 1, 2011 Various City Project Numbers 015813-1 TEMPORARY PROJECT SIGNAGE Page 1 of 3 SECTION O1 58 13 TEMPORARY PROJECT SIGNAGE PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Temporary Project Signage Requirements B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment l. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART2- PRODUCTS 2.1 OWNER-FURNISHED [ox] OWNER-SUPPLIEDPRODUCTS [NOT USED] 2.2 EQUIPMENT, PRODUCT TYPES, AND MATERIALS A. Design Criteria 1. Provide free standing Project Designation Sign in accordance with City's Standard Details for project signs. CITY OF FORT WORTH Small-Scale Infrastructure Program Unit Price Construction STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Contract for Driveways, Alleys, Sidewalks, and Incidental Flatwork Revised July 1, 2011 Various City Project Numbers O1 58 13 - 2 TEMPORARY PROJECT SIGNAGE Page 2 of 3 B. Materials l. Sign a. Constructed of 3/4-inch fir plywood, grade A-C (exterior) or better 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. General 1. Provide vertical installation at extents of project. 2. Relocate sign as needed, upon request of the City. B. Mounting options a. Skids b. Posts c. Barricade 3.5 REPAIR / RESTORATION [NOT USED] 3.6 R�INSTALLATION [NOT USED] 3.7 FIELD [ox] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE A. General l. Maintenance will include painting and repairs as needed or directed by the City. 3.14 ATTACHMENTS [NOT USED] END OF SECTION CITY OF FORT WORTH Small-Scale Infrastructure Program Unit Price Construction STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Contract for Driveways, Alleys, Sidewalks, and Incidental Flatwork Revised July 1, 2011 Various City Project Numbers O1 58 13 - 3 TEMPORARY PROJECT SIGNAGE Page 3 of 3 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Small-Scale Infrastructure Program Unit Price Construction STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Contract for Driveways, Alleys, Sidewalks, and Incidental Flatwork Revised July 1, 2011 Various City Project Numbers oi 60 00 PRODUCT REQUIREMENTS Page 1 of 2 SECTION O1 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 Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements 1.2 PRICE AND PAYMENT PROCEDURES [NOT USED] 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. A list of City approved products for use is available through the City's website at: https://apps.fortworthtexas.gov/ProjectResources/ and following the directory path; 02 - Construction Documents/Standard Products List B. Only products specifically included on Ciry's Standard Product List in these Contract Documents shall be allowed for use on the Project. 1. Any subsequently approved products will only be allowed for use upon specific approval by the City. C. Any specific product requirements in the Contract Documents supersede similar products included on the City's Standard Product List. 1. The City reserves the right to not allow products to be used for certain projects even though the product is listed on the City's Standard Product List. D. Although a speciiic product is included on City's Standard Product List, not all products from that manufacturer are approved for use, including but not limited to, that manufacturer's standard product. E. See Section O1 33 00 for submittal requirements of Product Data included on City's Standard Product List. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] CITY OF FORT WORTH Small-Scale Infrastructure Program Unit Price Construction STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Contract for Driveways, Alleys, Sidewalks, and Incidental Flatwork Revised Mazch 9, 2020 Various City Project Numbers oi 60 00 PRODUCT REQUIREMENTS Page 2 of 2 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 10/12/12 D. Johnson Modified Location of City's Standard Product List 3/9/2020 D.V. Magana Removed reference to Buzzsaw and noted that the City approved products list is accessible through the City's website. CITY OF FORT WORTH Small-Scale Infrastructure Program Unit Price Construction STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Contract for Driveways, Alleys, Sidewalks, and Incidental Flatwork Revised Mazch 9, 2020 Various City Project Numbers oi 66 00 - i PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 1 of 4 SECTION O1 66 00 PRODUCT STORAGE AND HANDLING REQUIREMENTS PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Scheduling of product delivery 2. Packaging of products for delivery 3. Protection of products against damage from: a. Handling b. Exposure to elements or harsh environments B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY AND HANDLING A. Delivery Requirements 1. Schedule delivery of products or equipment as required to allow timely installation and to avoid prolonged storage. 2. Provide appropriate personnel and equipment to receive deliveries. 3. Delivery trucks will not be permitted to wait extended periods of time on the Site for personnel or equipment to receive the delivery. CITY OF FORT WORTH Small-Scale Infrastructure Program Unit Price Construction STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Contract for Driveways, Alleys, Sidewalks, and Incidental Flatwork Revised July 1, 2011 Various City Project Numbers oi 6600-z PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 2 of 4 . C�' 4. Deliver products or equipment in manufacturer's original unbroken cartons or other containers designed and constructed to protect the contents from physical or environmental damage. 5. Clearly and fully mark and identify as to manufacturer, item and installation location. 6. Provide manufacturer's instructions for storage and handling. Handling Requirements l. Handle products or equipment in accordance with these Contract Documents and manufacturer's recommendations and instructions. Storage Requirements 1. Store materials in accordance with manufacturer's recommendations and requirements of these Specifications. 2. Make necessary provisions for safe storage of materials and equipment. a. Place loose soil materials and materials to be incorporated into Work to prevent damage to any part of Work or existing facilities and to maintain free access at all times to all parts of Work and to utility service company installations in vicinity of Work. 3. Keep materials and equipment neatly and compactly stored in locations that will cause minimum inconvenience to other contractors, public tra�el, adjoining owners, tenants and occupants. a. Arrange storage to provide easy access for inspection. 4. Restrict storage to areas available on construction site for storage of material and equipment as shown on Drawings, or approved by City's Project Representative. 5. Provide off-site storage and protection when on-site storage is not adequate. a. Provide addresses of and access to off-site storage locations for inspection by City's Project Representative. 6. Do not use lawns, grass plots or other private property for storage purposes without written permission of owner or other person in possession or control of premises. 7. Store in manufacturers' unopened containers. 8. Neatly, safely and compactly stack materials delivered and stared along line of Wark to avoid inconvenience and damage to property owners and general public and maintain at least 3 feet from iire hydrant. 9. Keep public and private driveways and street crossings open. 10. Repair or replace damaged lawns, sidewalks, streets or other improvements to satisfaction of City's Project Representative. a. Total length which materials may be distributed along route of construction at one time is 1,000 linear feet, unless otherwise approved in writing by City's Project Representative. CITY OF FORT WORTH Small-Scale Infrastructure Program Unit Price Construction STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Contract for Driveways, Alleys, Sidewalks, and Incidental Flatwork Revised July 1, 2011 Various City Project Numbers 016600-3 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 3 of 4 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 ERECTION [NOT USED] 3.5 REPAIR / RESTORATION [NOT USED] 3.6 R�INSTALLATION [NOT USED] 3.7 FIELD [ox] SITE QUALITY CONTROL A. Tests and Inspections 1. Inspect all products or equipment delivered to the site prior to unloading. B. Non-Conforming Work 1. Reject all products or equipment that are damaged, used or in any other way unsatisfactory for use on the project. 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION A. Protect all products or equipment in accordance with manufacturer's written directions. B. Store products or equipment in location to avoid physical damage to items while in storage. C. Protect equipment from exposure to elements and keep thoroughly dry if required by the manufacturer. 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION CITY OF FORT WORTH Small-Scale Infrastructure Program Unit Price Construction STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Contract for Driveways, Alleys, Sidewalks, and Incidental Flatwork Revised July 1, 2011 Various City Project Numbers 016600-4 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 4 of 4 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 Small-Scale Infrastructure Program Unit Price Construction Contract for Driveways, Alleys, Sidewalks, and Incidental Flatwork Various City Project Numbers oi�000-i MOBILIZATION AND REMOBILIZATION Page 1 of 6 1 SECTION Ol 70 00 2 MOBILIZATION AND REMOBILIZATION 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 �. A�Tl.L.:1:.�...4:..« ..«.] Tl..«,.l.1.:1:.�...4:..« 7 . T iT..L.:l:....a:,.« 8 ' > > 9 �.. ��;z 10 ' 11 �` `�2 ' - - - - - - -r�s�e��es�s _ � - •-- -- --• -- - - -- --- --- -- - '- --• -- - ------• •--- • -- -- - -- -- •- - - --- • -- . --- - -- - -- -- - -- -- -- - `---- 18 ' > > 19 20 21 22 �v�i�e 23 . 24 . 25 '1 l� ......,L:1:._,.4:.,.. 26 . 27 . 28 29 ' > > 30 31 , � , 32 . 33 34 35 ' > > 36 . 37 ' 38 . 39 . 40 41 . 42 43 44 3. Mobilizations, Remobilization and Demobilization for 45 � Small-Scale Infrastructure Program CITY OF FORT WORTH Small-Scale Infrastructure Program Unit Price Construction STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Contract for Driveways, Alleys, Sidewalks, and Incidental Flatwork Revised November 22, 2016 Various City Project Numbers oi �o oo-a MOBILIZATION AND REMOBILIZATION Page 2 of 6 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 26 a. b. Mobilization, Remobilization and Demobilization 1) Mobilization shall consist of the activities and cost on a Work 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 Contractor's operation at the Site for the issued Work Order 2) Demobilization shall consist of the activities and cost necessary for: a) Transportation of Contractor's personnel, equipment, and operating supplies from the Site including disassembly for each issued Work Order b) Site Clea�rup for each issued Work Order c) Removal of all buildings or other facilities assembled at the Site for each Work Oder 3) Remobilization shall consist of the activities and cost on a Work 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 Contractor's operation at the Site for the issued Work Order Mobilization, Remobilization and Demobilization do not include activities for specific items of work for which payment is provided elsewhere in the contract. 27 28 - --- ---- ��-- -- --- --- �- --- -- -- - �� --- ---- - � - -- - _ � ---- -- -- --- - - - � -- - - -- -- ---- - -- - � -- B. Deviations from this City of Fort Worth Standard Specification �. ��Changes shown in bold or crossed out. 29 C. Related Specification Sections include, but are not necessarily limited to: 30 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 31 2. Division 1— General Requirements 32 1.2 PRICE AND PAYMENT PROCEDURES 33 34 35 36 37 38 39 40 41 42 43 44 45 . . . _ .. „-- -- -- --- �----- -- -- �- - ��e CITY OF FORT WORTH Small-Scale Infrastructure Program Unit Price Construction STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Contract for Driveways, Alleys, Sidewalks, and Incidental Flatwork Revised November 22, 2016 Various City Project Numbers 017000-3 MOBILIZATION AND REMOBILIZATION Page 3 of 6 1 2 . 3 . 4 . 5 � 6 , 7 . 8 . 9 ° 10 � o i 11 , , . 12 13 , 14 , , � . 15 . 16 17 , 18 , , . 19 . 20 " 21 22 23 24 25 26 27 �. ... . . .. _. .. - - ---. . .... .. -- - - .... ... .. .... ..... r �. • ; - � .. .•• • • .. . .. .. .. .. .... ..... . . . _ .. .... ..._ 1 ' ' - • •-- • -. . -� • - - • -- • -. •• - -.-•• -• •-•.- 32 33 " " 34 35 . " " 36 . 37 . 38 39 40 41 42 43 44 45 .._.....:.....�.,�....�.,.. �` �.....:.....�.,,.... ,�,����___� � .. T4...« ,. �.. : .� 46 « » « » « > > 47 " � 48 . 49 . 50 . CITY OF FORT WORTH Small-Scale Infrastructure Program Unit Price Construction STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Contract for Driveways, Alleys, Sidewalks, and Incidental Flatwork Revised November 22, 2016 Various City Project Numbers 01 70 00 - 4 MOBILIZATION AND REMOBILIZATION Page 4 of 6 1 � 2 3 4 . 5 « »« » « > > 6 " � 7 , 8 . 9 . 10 ° 11 , 12 � , , 13 , , � . 14 15 , 16 � , , 17 , , . 18 __.:>> L.. a..a__..�..a r �w. ��.:,. .. 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 _,:11 L... .]...1....a...] F .....,. aL.:,. ,. ....a �� � �_.���..� ,.i.�n �.. .. ..aa.._..a ___.��i�_._..a �_.a � .. r..� ...._,._a..��a_.._ �� ��:�w _.��tr_r.e:.w� - - - - - - - - - - �..._es�..tr�rrrs�.�e�eEe��s�:.w:� T,�..__w..._�,. �re, r T���___�...�_� � « » « »• r.,. �4,. �s • > > � 47 48 ..ro....4:�_ nn -�� nn CITY OF FORT WORTH Small-Scale Infrastructure Program Unit Price Construction STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Contract for Driveways, Alleys, Sidewalks, and Incidental Flatwork Revised November 22, 2016 Various City Project Numbers oi �o oo- s MOBILIZATION AND REMOBILIZATION Page 5 of 6 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 26 27 28 29 30 31 32 33 34 35 36 37 4. Mobilizations, Remobilization and Demobilizations for �Small-Scale Infrastructure Program a. Measurement 1) Measurement for this Item shall be for each Mobilization and Demobilization required by the Contract Documents b. Payment 1) The Work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price per each "Work Order Mobilization" and "Remobilization" in accordance with Contract Documents. Demobilization shall be considered subsidiary to mobilization and shall not be paid for separately. c. The price shall include: 1) Mobilization and Remobilization as described in (Section 1.1.A.3.a.1) and listed in Section 00 42 43 for each task order. 2) Demobilization as described in (Section 1.1.A.3.a.2) from the site. 3) Remobilization as described in (Section 1.1.A.3.a.3) when needed and on a task order basis. d. No payments will be made for standby, idle time, or lost profits associated this Item. --- ---- ��-- -- --- --- �- --- -- --- - �� --- ---- - � - -- - �----- -- -- -- -- - -- -- -- �-- ---- - .. - -- -- ---- - � -- --- ---- �--- -- -- - ---- ----- - �-- - �- - ._ 38 1.3 REFERENCES [NOT USED] 39 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 40 1.5 SUBMITTALS [NOT USED] 41 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 42 1.7 CLOSEOUT SUBMITTALS [NOT USED] 43 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 44 1.9 QUALITY ASSURANCE [NOT USED] CITY OF FORT WORTH Small-Scale Infrastructure Program Unit Price Construction STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Contract for Driveways, Alleys, Sidewalks, and Incidental Flatwork Revised November 22, 2016 Various City Project Numbers 017000-6 MOBILIZATION AND REMOBILIZATION Page 6 of 6 1 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 2 1.11 FIELD [SITE] CONDITIONS [NOT USED] 3 1.12 WARRANTY [NOT USED] 4 PART 2- PRODUCTS [NOT USED] 5 PART 3- EXECUTION [NOT USED] 6 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 11/22/16 Michael Owen 1.2 Price and Payment Procedures - Revised specification, including blue text, to make specification flexible for either subsidiary or paid bid item far Mobilization. CITY OF FORT WORTH Small-Scale Infrastructure Program Unit Price Construction STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Contract for Driveways, Alleys, Sidewalks, and Incidental Flatwork Revised November 22, 2016 Various City Project Numbers � Section 01 71 23.01- Attachment A Survey Staking Standards February 2017 O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\0171 23.16.01_Attachment A_Survey Staking Standards.docx Page 1 of 22 2024 Small-Scale Lighting Unit Price Construction Contract Various City Project Numbers These procedures are intended to provide a standard method for construction staking services associated with the City of Fort Worth projects. These are not to be considered all inclusive, but only as a general guideline. For projects on TXDOT right-of-way or through joint TXDOT participation, adherence to the TXDOT Survey Manual shall be followed and if a discrepancy arises, the TXDOT manual shall prevail. (http://onlinemanuals.txdot.�ov/txdotmanuals/ess/ess.pdf) If you have a unique circumstance, please consult with the project manager, inspector, or survey department at 817-392-7925. Table of Contents I. City of Fort Worth Contact Information II. Construction Colors III. Standard Staking Supplies IV. Survey Equipment, Control, and Datum Standards V. Water Staking VI. Sanitary Sewer Staking VII. Storm Staking VIII. Curb and Gutter Staking IX. Cut Sheets X. As-built Survey O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\0171 23.16.01_Attachment A_Survey Staking Standards.docx Page 2 of 22 2024 Small-Scale Lighting Unit Price Construction Contract Various City Project Numbers I. Survev Department Contact Information Physical and mailing address: 8851 Camp Bowie West Boulevard Suite 300 Fort Worth, Texas 76116 Office: (817) 392-7925 Survey Superintendent, direct line: (817) 392-8971 II. Construction Colors The following colors shall be used for staking or identifying features in the field. This includes flagging, paint of laths/stakes, paint of hubs, and any identification such as pin flags if necessary. Utility Color PROPOSED EXCAVATION WHITE ALL ELECTRIC AND CONDUITS POTABLE WATER GAS OR OIL YELLOW TELEPHONE/FIBER OPTIC ORANGE SURVEY CONTROL POINTS, BENCHMARKS, PROPERTY CORNERS, RIGHT-OF-WAYS, AND PINK ALL PAVING INCLUDING CURB, SIDEWALK, BUILDING CORNERS SANITARY SEWER IRRIGATION AND RECLAIMED WATER ' ' ` III. Standard Stakin� Suaplies Item Minimum size Lath/Stake 36" tall Wooden Hub (2"x2" min. square preferred) 6" tall Pin Flags (2.5" x 3.5" preferred) 21" long Guard Stakes Not required PK or Mag nails 1" long Iron Rods (1/2" or greater diameter) 18" long Survey Markin Paint Water-based Flagging 1" wide Marking Whiskers (feathers) 6" long Tacks (for marking hubs) 3/4" long O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\0171 23.16.01_Attachment A_Survey Staking Standards.docx Page 3 of 22 2024 Small-Scale Lighting Unit Price Conshucrion Contract Various City ProjectNumbers IV. Survev Equipment, Control. and Datum Standards A. City Benchmarks All city benchmarks can be found here: htta://fortworthtexas.�ov/itsolutions/GIS/ Look for'Zoning Maps'. Under'Layers' , expand 'Basemap Layers', and check on 'Benchmarks'. 6. Conventional or Robotic Total Station Equipment I. A minimum of a 10 arc-second instrument is required. II. A copy of the latest calibration report may be requested by the City at any time. It is recommended that an instrument be calibrated by certified technician at least 1 occurrence every 6 months. C. Network/V.R.S. and static GPS Equipment It is critical that the surveyor verify the correct horizontal and vertical datum prior commencing work. A site calibration may be required and shall consist of at least 4 control points spaced evenly apart and in varying quadrants. Additional field checks of the horizontal and vertical accuracies shall be completed and the City may ask for a copy of the calibration report at any time. Network GPS such as the Western Data Systems or SmartNet systems may be used for staking of property/R.O.W, forced-main water lines, and rough-grade only. No GPS stakine for concrete. sanitary sewer. storm drain. final erade. or anvthine that needs vertical eradine with a tolerance of 0.25' or less is allowed. D. Control Points Set All control points set shall be accompanied by a lath with the appropriate Northing, Easting, and Elevation (if applicable) of the point set. Control points can be set rebar, 'X' in concrete, or any other appropriate item with a stable base and of a semi-permanent nature. A rebar cap is optional, but preferred if the cap is marked 'control point' or similar wording. Datasheets are required for all control points set. Datasheet should include: A. Horizontal and Vertical Datum used, Example: N.A.D.83, North Central Zone 4202, NAVD 88 Elevations B. Grid or ground distance. — If ground, provide scale factor used and base point coordinate, Example: C.S.F.=0.999125, Base point=North: 0, East=O C. Geoid model used, Example: GEOIDI2A O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\0171 23.16.01_Attachment A_Survey Staking Standards.docx Page 4 of 22 2024 Small-Scale Lighting Unit Price Conshuction Contract Various City Project Numbers E. Preferred Grid Datum Although many plan sets can be in surface coordinates, the City's preferred grid datum is listed below. Careful consideration must be taken to verify what datum each project is in prior to beginning work. It is essential the surveyor be familiar with coordinate transformations and how a grid/surface/assumed coordinate system affect a project. Proiected Coordinate System: NAD_1983_StatePlane_Texas_North_Central_FIPS_4202_Feet Projection: Lambert_Conformal_Conic False_Easting: 1968500.00000000 Fa Ise_No rth i ng: 6561666.66666667 Central Meridian: -98.50000000 Standard Parallel 1: 32.13333333 Standard Parallel 2: 33.96666667 Latitude_Of Origin: 31.66666667 Linear Unit: Foot US Geographic Coordinate System: GCS_North_American_1983 Datum: D North American 1983 Prime Meridian: Greenwich Angular Unit: Degree Note: Regardless of what datum each particular project is in, deliverables to the City must be converted/translated into this preferred grid datum. 1 copy of the deliverable should be in the project datum (whatever it may be) and 1 copy should be in the NAD83, TX North Central 4202 zone. See Preferred File Namina Convention below F. Preferred Deliverable Format .txt .csv .dwg .job G. Preferred Data Format P,N,E,Z,D,N Point Number, Northing, Easting, Elevation, Description, Notes (if applicable) H. Preferred File Naming Convention This is the preferred format: City Project Number_Description_Datum.csv Examole for a proiect that has surface coordinates which must be translated: File 1: C1234 As-built of Water on Main Street Grid NAD83 TXSP 4202.csv O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\0171 23.16.01_Attachment A_Survey Staking Standards.docx Page 5 of 22 2024 Small-Scale Lighting Unit Price Construction Contract Various City Project Numbers File 2: C1234_As-built of Water on Main Street_Project Specific Datum.csv Example Control Stakes O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\0171 23.16.01_Attachment A_Survey Staking Standards.docx Page 6 of 22 2024 Small-Scale Lighting Unit Price Construction Contract Various City Project Numbers � � � � �� . �;� - �_ ,� _ w -- li I_: r �� - �'ar - �: ��., � L � �_ 'T'`� I : � _ � � � � � � W m � =s � � � � � � 1U1� � W C� � � � � � � � r� C� � � O r� �I � � � � _ ��? �' � U7 W � u � � � � CC � _ � '� � �F] � J m � U � �1 � z � � � � w � W E�. _ � �o. Qa' � I�-1 � � � O � C� r� C1 N=�aoa.a� E=�oa�.ao W C� � � ' W � CC � � Z � � � � 7 � � � � _ � �� T � � J � � W L'Y_` � � �� W � Cr r� �N V. Water Stakin� Standards O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\0171 23.16.01_Attachment A_Survey Staking Standards.docx Page 7 of 22 2024 Small-Scale Lighting Unit Price Construction Contract Various City Project Numbers A. Centerline Staking — Straight Line Tangents I. Offset lath/stakes every 200' on even stations II. Painted blue lath/stake only, no hub is required III. Grade is to top of pipe (T/P) for 12" diameter pipes or smaller IV. Grade to flow line (F/L) for 16" and larger diameter pipes V. Grade should be 3.50' below the proposed top of curb line for 10" and smaller diameter pipes VI. Grade should be 4.00' below the proposed top of curb line for 12" and larger diameter pipes VII. Cut Sheets are required on all staking and a copy can be received from the survey superintendent Optional: Actual stakes shall consist of a 60D nail or hub set with a whisker B. Centerline Staking - Curves I. If arc length is greater than 100', POC (Point of Curvature) offset stakes should be set at a 25' interval II. Same grading guidelines as above III. Staking of radius points of greater than 100' may be omitted C. Water Meter Boxes I. 7.0' perpendicular offset is preferred to the center of the box II. Center of the meter should be 3.0' behind the proposed face of curb III. Meter should be staked a minimum of 4.5' away from the edge of a driveway IV. Grade is to top of box and should be +0.06' higher than the proposed top of curb unless shown otherwise on the plans D. Fire Hydrants I. Center of Hydrant should be 3.0' behind proposed face of curb II. Survey offset stake should be 7.0' from the center and perpendicular to the curb line or water main III. Grade of hydrants should be +0.30 higher than the adjacent top of curb E. Water Valves & Vaults I. Offsets should be perpendicular to the proposed water main II. RIM grades should only be provided if on plans Example Water Stakes O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\0171 23.16.01_Attachment A_Survey Staking Standards.docx Page 8 of 22 2024 Small-Scale Lighting Unit Price Conshuction Contract Various City ProjectNumbers '�; �a r _. 'a' �4 y �a r: - 4� � .'. ti % 1 r, � � l� r-. � �� �� � � �I If �� � �� � � rtiW a �� �. �� ` �_ 1 _� � 7 0 f5 � WjL �rn�2+aa.� � c-3.s2 — � w � � � � r�c's� I 1ti r� �"�JW Y� �q w U'y � � ���W l �" �: L i l � W�``7 I � � L�� _r GLr1�� � l _ �-s � � %' Q�S � W�L ,� w STA=T+72.81 F C-3.$1 1� -' � � � � 0 1 � U� � � + � ti � � c� � � �oi� El.— 1�1.15� � { CL7 � J � �I � ~ � � � J � � �� y � � � � cY.T T. d � � �� � � _ w � `o � z� � W J {i �� U` � W � � '� � F. U � J �`- � Q O � � � � �� r �iw G^ ~ U �� 1 a J r-, � z � � �+ 'l �o � �w c� �� o � �� ,�� � J � ,�+� �� F z 3� ti� �� � [a t',' � � � wo �� � � I` � TL Cri] �, tis {!i ❑ r4"j '1 i f.: t l� ` �1 �;� � � � � � - � � 7�Yr � � � ,7�0/S`�� W;L� `rn=o+a� .�7�—�.� - 555��7�y �/ � . _ _ F � �5't � G �.� I� 1 W I �`°�� L� � � -���. r� 4 _1J V 1 � � ��� � � w� � � � 1076 19pA � 4 �' J Q U � q; � � '� � LL � � � ��3� i� �7 } m 7 � 6 W = m "4 m Z 7 2 VI. Sanitary Sewer Stakin� O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\0171 23.16.01_Attachment A_Survey Staking Standards.docx Page 9 of 22 2024 Small-Scale Lighting Unit Price Construction Contract Various City Project Numbers A. Centerline Staking — Straight Line Tangents I. Inverts shall be field verified and compared against the plans before staking II. Painted green lath/stake WITH hub and tack or marker dot, no flagging required III. 1 offset stake between manholes if manholes are 400' or less apart IV. Offset stakes should be located at even distances and perpendicular to the centerline V. Grades will be per plan and the date of the plans used should be noted VI. If multiple lines are at one manhole, each line shall have a cut/fill and direction noted VII. Stakes at every grade break VIII. Cut sheets are required on all staking Optional: Actual stakes shall consist of a 60D nail or hub set with a whisker B. Centerline5taking—Curves I. If arc length is greater than 100', POC (Point of Curvature) offset stakes should be set at a 25' interval II. Staking of radius points of greater than 100' may be omitted C. Sanitary Sewer Manholes I. 2 offset stakes per manhole for the purpose of providing alignment to the contractor II. Flowline grade should be on the lath/stake for each flowline and direction noted III. RIM grade should only be on the stake when provided in the plans O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\0171 23.16.01_Attachment A_Survey Staking Standards.docx Page 10 of 22 2024 Small-Scale Lighting Unit Price Conshucrion Contract Various City Project Numbers Example Sanitary Sewer Stakes �1�� ���� ;•, �� �� � � � ���� 1� �� ,��. �� � '� ��_ �, :� , �.� , �� ��� � I;�.� � 1, � � �7�0/S � SS I� STA=3+71�II�r� c-a� �� c-a�l �C-0°i ,� � :,� �� W 1 ' ¢ I I LJ.J 11 lf�/ � � r� F � � � �{CY�f�� i I �� � J � '�� � � � ��� II .ti! r+ny y �4 en � Z � � r�a� �� ?3��� � � x � . � � !,12� {7�5 � SS � 6TA-3+71� I �sn C-3� � �� C-3� � �6� f .•f? ,�-� _ � }�� � � �I r��_b , : �' � � �J I ��T�w tii �{`f^�' �fl w � � Ywvi�F 14� `� e �- �W ~ C� I Ww�ns�, ,d� G�` � � mm�r�- � l ��� o � �° ��� � �� �_ r�� � LL �4� - � �w � T�� � w , N� � � �� � .. �y r � �: `� �! W W �� '� � a a a a ' �; � W '� � O �il 5 4 W�� W aZ � � � W � � W � � Y� r�' S - !�- 4 gL �� H � 5 � I f/i � I � }f I :. } 'd}w zS 0�5 �� OU' �� = �O� t!� � � - � � � � j�W � W �y�y � ��� ��' i�. U r� ��,. � = Wa �1 2 w�' tn 47t�i kf f` i � ��7G i F" F F� �� �� F� F F�� yll �.�'jj 3m� �� �'�� � d ri o� �a a� �� w��,� h i 1;' w�� ' �W❑ ��L �7�4/ _5'~� SS � sr,�-Qa-04}�I"t-z�(C-5 �in C-S �` Ft�{l��y��F �a�� � - �—�- ��� - ���, � F i m !'I �-� a � `^ � W ( Qds��F LL � � '� +� � 2 �� � (f'] 4�' � m � J r-< •✓ �;} l = � z �� 'I rs•'.f � •i f � � � � {'� O � q ;'t � } o/s % s5 I� Csr- o, � c-�� I �� �s�- � c-a� �f�'���,{fI�. �� (�"}j/ � W F U.� iA W � I �•ti J m LL� Y t'. � sK � W Y w y Y � � [] F-�. L�H � �R w�Z� xrn � ~ra �J� �� 4�1 'J � F � i l.. � �Q�'y Q� 02 p ty r Q I� V] � � W � -2�- � N � OC � L3 " �7 a x ae ca O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\0171 23.16.01_Attachment A_Survey Staking Standards.docx Page 11 of 22 2024 Small-Scale Lighting Unit Price Conshuction Contract Various City Project Numbers VII. Storm Sewer & Inlet Stakin� A. Centerline Staking — Straight Line Tangents I. 1 offset stake every 200' on even stations II. Grades are to flowline of pipe unless otherwise shown on plans III. Stakes at every grade break IV. Cut sheets are required on all staking Optional: Actual stakes shall consist of a 60D nail or hub set with a whisker B. CenterlineStaking—Curves I. If arc length is greater than 100', POC (Point of Curvature) offset stakes should be set at a 25' interval II. Staking of radius points of greater than 100' may be omitted C. Storm Drain Inlets I. Staking distances should be measured from end of wing II. Standard 10' Inlet = 16.00' total length III. Recessed 10' Inlet = 20.00' total length IV. Standard double 10' inlet = 26.67' total length V. Recessed double 10' inlet = 30.67' total length D. Storm Drain Manholes I. 2 offset stakes per manhole for the purpose of providing alignment to the contractor II. Flowline grade should be on the lath/stake for each flowline and direction noted III. RIM grade should only be on the stake when provided in the plans O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\0171 23.16.01_Attachment A_Survey Staking Standards.docx Page 12 of 22 2024 Small-Scale Lighting Unit Price Construction Contract Various City Project Numbers Example Storm Inlet Stakes B�4CIi �ne F�nc R.aw.) P�M t fikl SL i �ai.e �,�nnon� m F��NT {�I�E FACIIJG �� � � � � n m 0 � a r 1 � � �� �r IpEry nFl�S 1VH1f�i r�' Q+ID OF TFIE 41NJ6 � BEING STAdCEU � $ Ia�Er �r,anoN t f.IF N07E0 4Uf pLANSI � `T�� IQE7uTIFlES i+RAt+E � TC} Tt7P OF Cl�RB + O � ��pENT1FlES �RhpE T+] FLA4NNE c7 I .t � �� �f� T ��IDE FR�IN� �) ��,�� ;soe F:u�wc R.a.w_} p�117r � I qF lf. Hue ar�wxaoH o 5 � a � c n � � � r � 3 � 1�� i�ha�FlES �Y1�Ch END OF TF1E 'MNG � 9E]NG �STAICf!} � � t � T/C �1 + O � � C7 I .A � pl�`FANL'Efi FOR INLETS --�------ STArldAF'U 10' — 16' ktL�SSt4 1U` — Z{Y STAN�P1;0 04UBLE 10' — 26.67 FWCr� W1Tii TiJL'K — -- — — — RECESSEG ObJBLE � 0` —3¢ 6T — — — — — -- — — -- — � � — — — — — — — — — — - — � � � e7dLfi :'F iiJLb'I �� s " � � �� '^,' ,y" �- ' 'j' �S. � � �I �+.� `}-��M1`� . ,j ul " i� I,I,�.tIHi}LE ti ��� RIiA +� �_� ¢� � .�� � � �a+� � 9,4�' fjF �'�JftB — — — — — — — — — . � �SN�J'.�a •..'q m ?� "�' �' �'�4r1N;,,�.'��. .. . . .. . __,. . .. . . . , .. �L�JhLIh7E FA�E OF INLEf F.�::E Cf" ItJLET ��£ QF Prh�6.1ENT EDI� OF PP;v4AEhJT � � ED� OF PA'4EIAEMT O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\0171 23.16.01_Attachment A_Survey Staking Standards.docx Page 13 of 22 BluGh. OF C.URB — — FL?'h1.1ME — — — EOGE �;!F Pr.4EhiENi 2024 Small-Scale Lighting Unit Price Construction Contract Various City Project Numbers VIII. Curb and Gutter Stakin� A. Centerline Staking — Straight Line Tangents V. 1 offset stake every 50' on even stations VI. Grades are to top of curb unless otherwise shown on plans VII. Stakes at every grade break VIII. Cut sheets are required on all staking Optional: Actual stakes shall consist of a 60D nail or hub set with a whisker B. CenterlineStaking—Curves III. If arc length is greater than 100', POC (Point of Curvature) offset stakes should be set at a 25' interval IV. Staking of radius points of greater than 100' may be omitted O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\0171 23.16.01_Attachment A_Survey Staking Standards.docx Page 14 of 22 2024 Small-Scale Lighting Unit Price Conshuction Contract Various City ProjectNumbers Example Curb & Gutter Stakes F � � f`��J T �SIUE FA:C:II�Ja �k) �. a FF�GNT �o�rv�Es Er� F I� � I�J T � {`S�E FACING � FOINT ijF TyF76'ENF �. F� a �v T � 1t (SIaE FACING �� IOEAI11VlE5 SFART P� �pE FACING �1 ° PONi 4F rJJRVAiURE � f � 1� o n o BC: �. u � ti � � 1� �, � ��� "' �o�nFl�a u�s� �3 re � � � {SIDE FACING ft.0,'N.} ./[ g,a�r o� cuae oa �jc r!c � o �� � R7F7 Fh:� Of C11F9 �� a � y + � N. I I 1 I PCINT ��� � � g�� � I I I I � ,+, _ ��� � � i�nFles c�tho� is I I I I � �T� Tb PC]P 9F CURH �— o� i I` I Hue E�_EUAnar� o + ��us �,,°� � l � � �i � � i�..�Q..r•��ti3;I,�;�.��C�;,� ��— � { i 1 II, I_;i �� � �. ��li!' >�,�.� �'� i� � li, ti_ � y --ti-= -�-- I 1 � I � _ _ - - ,�?� f i � � � I II '�� � i! 1 t I -�--_,---� �' rb . ! I i 1 ��� r� '�. � f `1 � ' �h ,� / ++ ��� f { r t �r f ��. � i ff - ,F y r � '� .!- -J ft _._- r t '�--= - < T�IP G1F uiJRR �--y _ - � ��' - I ��;ti: _ -= 7 f- _ _ f "� �— }`-.�-=-r . �t . .�� � _ _ � _ _ I �� f . ,,.y�ch - - ._ f1 `_ y'� �F F ,y} f � BAGk, �F ryIRC� -��, � _ - � __ '- . _,. _ �._ � '��--�-- - -- - �r i��, ��� _ Y - x r - J' x ~ ( ' �w� �� t,-r u�_r = __—��5-�� 4� FACE C�F GL�F.B I I _���/-tis�,� ♦1 7��i. 1 ' 4_1 .v �_` _ _ �_ _ - = tr; p ;�, t FLt?V4LI �!C ED�,�E �_+F F'Ak!Eh�,4EhJT Example Curb & Gutter Stakes at Intersection O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\0171 23.16.01_Attachment A_Survey Staking Standards.docx Page 15 of 22 2024 Small-Scale Lighting Unit Price Conshuction Contract Various City Project Numbers � c� �"o F— _��� � c� a � � �° � � o`om� LL ��� � a a/s �m� srn=z+so II � F+o°2 � � w � � � v LL r Z � EF n ¢ �l>� ,n-�xn �..'.-- . OV� � � }� � H � a � � �--- w V � S � � V r � a � a � � � �n a x � � q" _ _ . 47 � � � � � ❑ x< Q S o � ~ wa 4a�� a � .� I ° �� � s �, a� ��� �WL� � O� 7� __� Ory`2 � 2�W Q f � � � �Tt � ~� ¢�� �P � a� n � � p. ,U l i W �,W¢� f� a 1-f ��'� i :�l:f a£c' r � • �,�LL,� �/ _j ,� � a: • �, ��;� �` [[ S. 6 U� C� 2 �� 3 � � R W �C7 �� � I ^ ; _ I �. ; �T•I 3�NHlSi�] zb'!V .0� I r .W c"i �� Y 1 �~ W � Fz�{WR � w' ¢1 W m Q Jr �J u -_ � xa�= m LL � a 'n :7 ,d eano �o ��ve � � � a�Nals,o -xvw .os � Y, �W ;� I I �'�a d b . �c7r . �.N�.4 . �'' z O r W W d n♦ `''�4n w ��) ��gw ,'��„ o U !s" , 3'L.ri a a �¢ a_ til' ' � oC� �.q ��' `. �� I- — — -e �' W � a � � sd� � 0. � O � � 3 ¢ � b �- �S "% tn � F �, W w q — � ��dN �� � �'� �_ �} W O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\0171 23.16.01_Attachment A_Survey Staking Standards.docx Page 16 of 22 2024 Small-Scale Lighting Unit Price Construction Contract Various City Project Numbers IX. Cut Sheets A. Date of field work B. Staking Method (GPS, total station) C. Project Name D. City Project Number (Example: C01234) E. Location (Address, cross streets, GPS coordinate) F. Survey company name G. Crew chief name H. A blank template can be obtained from the survey superintendent (see item I above) Standard Citv Cut Sheet Date: ❑ ❑O❑❑L Staking Method: ❑ ❑P❑ ❑❑❑❑ION LOCATION: City Project Number: Project Name: ❑ O❑❑❑R CONSULTANT/CONTRACTOR SURVEY CREW INITIALS �� • � •- •• • � � � •■■■■■ "�' ■■■■■� '■ ■ ■■■■ • �■■ ' '■ • ■ ■■ ■ ■ �i ■ ���' ■ ■ ' ■ � ■ ■ ■ ■ _ - -- - - -- _ - -- _ - -- - - -- _ - -- - - -- _ - -- _ - -- _ - -- _ - --- O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\0171 23.16.01_Attachment A_Survey Staking Standards.docx Page 17 of 22 2024 Small-Scale Lighting Unit Price Construction Contract Various City Project Numbers X. As-built Survev A. Definition and Purpose The purpose of an as-built survey is to verify the asset was installed in the proper location and grade. Furthermore, the information gathered will be used to supplement the City's GIS data and must be in the proper format when submitted. See section IV. As-built survey should include the following (additional items may be requested): Manholes Top of pipe elevations every 250 feet Horizontal and vertical points of inflection, curvature, etc. (All FittingsJ Cathodic protection test stations Sampling stations Meter boxes/vaults (All sizesJ Fire lines Fire hydrants Gate valves (rim and top of nut) Plugs, stub-outs, dead-end lines Air Release valves (Manhole rim and vent pipeJ Blow off valves (Manhole rim and valve lid) Pressure plane valves Cleaning wyes Clean outs Casing pipe (each endJ Inverts of pipes Turbo Meters O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\0171 23.16.01_Attachment A_Survey Staking Standards.docx Page 18 of 22 2024 Small-Scale Lighting Unit Price Construction Contract Various City Project Numbers B. Example Deliverable A hand written red line by the field surveyor is acceptable in most cases. This should be a copy of the plans with the point number noted by each asset. If the asset is missing, then the surveyor should write "NOT FOUND" to notify the City. O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\0171 23.16.01_Attachment A_Survey Staking Standards.docx Page 19 of 22 2024 Small-Scale Lighting Unit Price Construction Contract Various City Project Numbers I -- — - 9Z61L-X '-v('sa/o,rn�sy -8 /1dW UC61p nN 1J3f�Ud AU� �j-WSM llCd �tl1Nf37 lN3N3Ntd3b' tl3A1�5 IN✓�1Mf5 OhV J31VM � �3F.E� 3 '� � y � y� p� 6 � ' � I � i i §'� � d � �� aE� naz ���L� Qg ,? W � 'a ` #:� _ 'p'4,- ';�65 ��a�oe .�t T � : � j�� ?��4�.�-� Q` � 3'4�� E�� �l �� I I I I I �� x K 5 F� �} Y �� �! I i M k �g k $ 0@6 �B �L � ' � B r5',�� b e. � � � �� �� 9 S�i A � q � �q g 4@. I � i�-. . �'I _ � - I � =d�6 �5,? I � �3� � '��a � �� y ��k �a �q� zg y� ���'€ �� � � F� a � ' �I� ��, I ;�9d y��.�� �� w � p€�q $ � a� � e; € � 3 - ` j § � I 'I �„ �3� � I� i ��� �� e4 w 6 6 Q a � 5a'` g, , i {�' �, a � � � `�"� �°�� S Pa� ���8 '"b � .. a� £ s �! � � - � �� � �'. �� � � � �s $a �i rg� ��`� "'� �'8�y� p �'= - g:',vb.= �"�. � ,�7 r� �£ € ���� �I �fi� �§f ��.��� �aY � s � ���I���!i �i g � �I��:;� i5_ a ::: � ` L � `.;� `� OS-bV1S 3N17 H.71rMJ_ �. I .�y .� �{NI �� 4rY i '�.._ \ _ � � � � . �� '� I � ,aM+ 'Nu ai . � I - ��-.. I i �7��f gv� +{I_ lil I'�i, {I I� .��`" i�W�.��x4 ��+k��'94'�ir {�� 1i i I���a� '-M1� II ly Im}J�rl �3:�'�E �� � �` t �l �y S � ._ .«� � I� L � � �J_ I I � � I� � I ��� ���x�. a �G II -� I i I— � G , � i � ��- ' M —�J �i� �� � i�ii i� II � I I ��,- i I I li I� I J, I I i II ��� * �t.�- , i . �E �{ I .. I i .,. ��� . I i tr J ��S � ��� � - � � � ��l � � #� � I �i I':I II I II I � I I� ` ; `� F1";�� �� i I —� ` i �—r — � � i' �' i � � i �;, I.i"� '�F'. i il �'I. I I IiI i II �.5`��I ..: I I� i.I. i I € ¢i.3 i � yti � 1� . � i i i i: I w f I:.. I I ii I II i.. I I ;�h ..� h� �� �� ..�k.�: I���� ��..� � i��� i � � � �� � I i �.� I I I � � 4 s I P I f�� l'� I, I f 1� � I II , � i I�, � �_: � � �'I "� .� �..�, i I�i� � � �'j� �'� _ � I I _.� i il m:�r'�,�� �JE � s� .�. li� ( �' � �I �I Ilo IJj �T�ii .I� ��Ilil Ih���i ili .: $ I U �� I � I : i l I I I! �V�S� I 'r �� �r -�� a3 :r; i�..i'�ll�J�` �C i� � �� _ . a � � - I �I I' � � '�I T �ai � !'.� i I I "I � i-L- � � �` � �g �p 1' i 6k '� ��� �) _ � 1 i �i ����� ,�'1 ll ���� �s � — ��'1 � , s � I � � � � , i i �} 1' � I ;,�� �r ' i �, i )) � �� � (( � '`"�tI � " �e� a�" q �, � ��-i , � i� � �� �� � /--'� '� �. �� �S — j!' 'Ii r b� T _4 I 'll I � �-��� II ,. yh' �iI rl �� . �jA a I!:I �il �!..Iill���� ��'Si�i ill-Irl��ll� :��. f � ��� I i ii p � _F I�i I, '� i I`- �� I a � _ �� � - I 1! 'i�� ii �!� r j���t..�§' '� ,� i l �„ 1�� T/ I �:I i I I I.I I, � I i$� i� I I I��I f��4����;� � �� ; i ' I� a'''�i i�",�f I I I Ili I'i�'i li �iil `14 � F�5! i-�.. �I y : y } � �I t' �"rt� I ii li li ' i I � il �'�� i i li i I i I ���°a Nf.p \ 4b��� 7� I � g�� � xM.�'' �-r � j-� �� Ijs I I � wl�$ g ��-- � b j "V � �„ t _, d �,7 _�� i� i �� i.. �o � , �[� -'� �� ` I �I�'� � i:: . // � � I�� x �, � t I � I; � b ° � i il i i i� �r� - � � Ir.�l II �� � �s i�r� � i�kr r �3'M� �� i�I �� I_� I I I II �'�I . I> � �� �:y .. .��. (i' �� ��� I -iy r� i � o- �. ! i"� � �� I ', � ,� �z _ � � i � � � � �� �'i v , �. r �� �; T' � �R �F �' � ,��� J'� M ,i,�� � 6� �� � , "i �� ��ii i� � �h�3( �� �� �� � � nr�s�r �i I : ��i I � ,a,r,r e ' � � �� g< � , � �1 II �1� ���� { a ���a �� �� `^� ,�d � � ������r I , I �� ,� ��� �F,A��4?3ff� .�",db ��a_� � � � "�. ���� �3� 3�� � I i � �� I iI������1� � }� Y �i I � '�: '� �i ,��.: 'k. �� - Q°j"E� � �II I�U �^7TT'�'�V�-Ar- I �j� .�,I'.� �� 5'i �� � II I I I I�'i ,yl'+Y'i C____""" ' a �., s,�11a \ �I II 'i � I I_I i i I I . i � I II �� I I (�e . ����� ������ /�/� �li Il�j I � �II��� I I '� I ���ill �r��l �� ��_ }�� ,/',s � r e�p �'�„e% �i �,i illl i� + ui �'� ���Il�i�l " I i��ii �°��y �X l �"��1� � � ��� a'�Oj� ,r` X4' � � I�,�I i � , �� i I �i 'I I I.i I � i � �' "I y r) t y I I ,i i h' 5 4�'�r � g Y .i.. i1 �_�' I I i a li 3g�5.. '�q�4 a k� 4k ����� � �,� (_ . i i': i I II 7.i i — ., r � _s9`. -`' 's; "'� ( '- ' � aI ' e, �., � 2; _ - a . . . _ . -- -'1 - I -a , � / r 1 _ I 1f . O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\0171 23.16.01_Attachment A_Survey Staking Standards.docx Page 20 of 22 2024 Small-Scale Lighting Unit Price Construction Contract Various City Project Numbers �A p��m - fQWt AY.LY.CfCW FdQI STAQ'STQ7 - l2WL fF[Ol'D qq1 •- Sill iJ�'� - fSW� 7F[A'n P4/ REIAVE i SNYK•E FeiISI. ;�h n�. r wa� cae v�cve � r�oucER 11V ca�� m u�s� a w� �� .��� 7FF +�. GYSfAtL• f f25�N/D SLEfYE Si�t P�AI - l2WL !- IP X rT REl.l.CER � � .rlP�M�72.BF.]YD � I M3TAIl, ��,. ;, : .I-fF _ .,�1 •� FI�f.RE VAfYE � �� � f/2�SVERf BENO S7A68G73 -8WL ,/ �1l/W6 P�J i . . � N39fI1bcbJl — 4'�!"�iXIQ9569�D � _ N�RF75/73 IMSTAlL , , i �.?.p6T2�Ji9E E"22'3E-Y37,79e �ti/' E•22%.i,7.S770 I-12X FAAPJka4 rEE � � L.' � 1 f-B64E VAfYE� - -- f flRE h71kbWJ.i/. 's� �. ///� N1f 9M'ORAM' iEAO ���� - sva�..� tm� �',!. � f� � h72G�(TE VNY� rws:�� d •',� g �a�lr�� i,R`1 ktiSB�3RDF55 � .�r�..e.+s � / �. ' F-??�2R92i99 ��c.\ ';_ ��r � iai•rurrax�F. / I i ��v S �,��N%, I � Q � 1i" i - �. � � `-�'-, �'�,��.yj/ �4'� �+ �E' ✓ � Cp •G! 7w r: �r ti ir.. �7 xv,. � y �\ \~'�l- ) f w M XIF 039R�/ MM.�� R� rt � ,'�� .'±. � E4�S�5.9PAi BLI� 5 ` � �?:;� H . � '��i # EIEl+. TP3.�P fll/ : .� ��� f' � ,�;!� � r� i+�v:z� � S� NW/qbv �f.FalWMIi '� �� \ 1?e6�tm 6xn`mV.r W �•\` � � �� 1� me•I7P�m8Ert1a ACIaRArd .�i RE�KIVE FJflST. .`'y� �.• \ �'ms � xa✓ IP'W�tTfR r�� /t %I'� �r��'�� \�sw�� �-r ' � 'V. �` i s � .. � � ��: ��,��� o¢ �};y �� �� ���- Ww �, .yy�� � }t f� i4]1R' 'T" f�rG.v✓�2C�A � ���,` . �_= j�-�'_- � . .. . . . . • -.f ; .r _ 7 � %/�s �- �I `��; !Z'WATER• � � f �` � � � ; . � f' s'�f;%��:` � � —d'- [�� ' "�' �y/ � �w . � �i� - Fr. s ss-- �------- �( .� r Yir / ` ! � � 1 F 9r r8u '1 f 1� %� P c�fi'�� / �„`z"' G�; sw f /f �� r�0r ��� a ��.^�. . � ,! , �/�°� �' �- ;,,� -�, ���- /�i � `j�! � � �`k 4 F PROl�05ED I a � er '� .'% +�� �riwE e s�tv,es� �"� ` , `'�a'��, savrrAA�r S, "'� . ° 5EE SHEEI r � �. �j �xrsr. s,ve vkrE � `�. . ,'~� srn. o-�a - rz w � A `�v lHS7A14 �� � �% � 1•!26'YER%BEIfU � � �•�aaral-arwrn � �.��� � .�Q" / % / ��.v�` � n'� �:� crxvs�, � / / , STA C�Q7L17 - IZWL (FlLA'D dll STA6�S758 - f2W 5TAO�6('L53 - YIW \� \�� � 11f5T.ILL• lNSTAfL lNSfALL % f i-l2YJ. SIXIO siFEVE h 12 �6'YFFI. BEArB f 12 fSVERT BEYD 57 IF Q� !2'WATER PlFE k�4705`�u`TF' kfi9�f705T'�f" �53 OG1MItECl TU £X157: IE'WQER E-2�.'F,30391773 c-724�:i01ii3JU Hc9f77459�7s FYxt'.7IYiF1'l, _�--�.- - �: - P ���- : : ' T ° : � _ _�i—� } f� ;— _ ��� = �—=�—E _ �_ —�� -�=. ' .—��-� _ - = � � ', . —� r x--�—• —� I — � O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\0171 23.16.01_Attachment A_Survey Staking Standards.docx Page 21 of 22 2024 Small-Scale Lighting Unit Price Construction Contract Various City Project Numbers ��r s�� � "� � f� �+e �4V�I w�4€.^I e�� '.�,�,� II�. 9�������4 �_ z.f ;y C �.s�i G. Ay`� I � B W� � $�k$� &�s L� s a � le � � ���� I =�a��l .s � �a"a ����°- `� �� I .';.. � � I� � � s �� � il! �? a I` ��: ( '�� �.��` � �"� p F8 3€S �k :� � _ . - `J � a � '. ,�I `. I� I � z atl�� s � as gi."g 4ac a 3 �� `�� � d� ��� a-�� �r ��� �e �� � '�'- � �� � �� �� �� � ��s� �' � �r� 6 .. . �, .' � t � � � ��s � f�q�tt� f� ��$�t $ i��� � a ����� � p j� � � s��� i33 � r��� $ '" � � � � � `�' ' � p 4 3 �e � i �� I y�4� �-J ..� Y d��� � F (tr� �bh °� � c�� I 4 °� � � � �° ,� � x .; � °d� �7 � � i'���- � y� � i ��� � ti�� �tt���� �m � 7ul � � I �� �.I �� �-� � 1 � � �.��� W ��� ��� ;������ �..� �� � "� ��� " ia o �1 � i��l, r: � � � I�. ary. = - = �� < <� .� � i V 3NIl SS dO�Jd OS•0 VJS 3N17 rl�lt/PI _ I� � ���, ;qy h� l� y� �'�N1'� r,P� M�h I � ��� Q � —_,i'_.— i i:�i i i`riii I ii"ii'�uT rr 11 � h - -�.a �.. � �-- il�ii�i I � li Illi i!I il � i I I i il i illli il � I�ii4 � ��.. � � I _ ii � I I��w�al�llli i�,����I�i h4 ��i� ��i� °�14 �,� �I �t�l1k'I li � ��'�'�I�' ��li� �{� ��, I �rl'� �1'��l �ill I�� ''(��I Ix�l'� �1� � I I� a. i -I I iii li., i li I Pa i � � .. � i�r � il i I i IUff Tt i � i il Ili I� f �1 I� �Id� � �� ��If� il-��1�1 �� i �I�ill�� i� �� � I Ilr�t���������iil�� I_r� �._ g j.t r I Erl1. J L� C u� � I�J -i. r il I'� � � I : � a� y i g� � � ' ���i� � ' ��I � I '� I;: �r' ��, I �i���i s `�� � �'"1� g ��t I � II I�-il� ��iil Ili i;i� Ili � I',.�' f� � i I il '�i II ' �.� � r � �", _, � � i � I I i �� ' `� �1 � � �j� :�: i i u i �� i i i �il '°�r �p("�I �� � li � li i �� i i ii�i I.i ill i:. � �f'� w� ��� � �s`� ���Qa� � �� ��I�� � i I� I I� il I I i� �.�. � �Il��li��.... � � � '� 3 . I a � � �N�.. �.ia i p: I�I � i ,�'�i t � � '�, g ' '���s i � � I �II� � ��¢�" � � ( : I �i��li � �iii �.� Q i Ab� �'� ii �I I II�.I.II I i r� i ,7 �8; i—�, +, i �n',�i a���s-; �� t. a��� �����JI III i'i I lli ili i �`7 ��tll '���r pk ,� �: a�5 ���� e� i I I li III ii r$I� i � I� II I � I �r , t i:l �� F I- I!x II•i � ii lii �I �� 1•3 i, � a_. ii .�i II i � �"# �i '�11� ��� .. i� �. �. 0 �:c,�:. �� � i I L- II F-�'._._lL .� I I l. � b i �a i +� i u i y� _ rl�" I�i i i i i� i o�s�frYll �' i�l �.�� liil I,I:II I�I�i � i�i_ II ��Ilt�I r�1 i Ili �. li i i,'lilli I Ri,: �; � � _I \ ` I �.�. �J �� II-:II II I`!�� ti li I �I ill'.II i� �'t g " � k °� � 1 � i 4, � � � � ,d, � ,� � �( i , I =� i � ✓ � ', � ii i i il;i i�, � I t �� I �¢ �: 6, B C�� � �l� I i .. d � _'4 r'+—�� ui li �W I ;v-- ge � _ . � P'� �� ` aY , � �y ,,. I,: �' I' �;�'' b � U I I i:� � cp' � �� III II 9 C� I, L 3 �.il� I I I I I.. II II I. I I I l+ !� I� .. I i��� � I.,. , { v k a. I�; �i I I� Il.ii.,� i i 117; � I 'I li �" ti e �'Z�,? li � I R�'�t5� �+l rrl �i i..I'��..�i�l� �I �I iI' � I���i.��:w I� �_. � W�i I - '�' � �v EY; �S � �.�,I I I�,� II� II .�':: I, I�i ]' i�� Ilma`i r'� � 5�.� � d II. I II I... I .,I� I I il ii I gkZW I__ _ �; il ��i '^� �, �w �_I II i I�.,; � il I I II�.� I li II .� I J�� �.I��I I�. Sa� `�� .i '\ O i'. I I�I I ... I II r i i lii � � �I�.,�� �i li, � � i i I il II�� ii lir I f++s7 I�� ii '.l.:� � A� b � `�J � � �II III� � �I I�I..� i II I � ,.I I �I � ��.,� ���N� lil. � �. ii �� �� � TI i'i�� l� I i�Ili i� I� li ��il I I �+ �l a i� i � � 7 � I� �' "-4--1�+r�iv'I r.� �,� € '� i � � I�I1: i� i i ���- ���I �I I r �� � �`�iil il I �I I ¢�� �° � </ i II I��� iiji I� I�il li I i�l� �� ' I� �r �',�� ��r� i� I� ; �I�ii �i i"� _ _ '�3 i..: � I i I �y i i'�, � - i �,i. n;.l I ' r I II:.II � i i I I� i; � I� � S � �.����� - .� ��p ii � I., i �� ��i�.�,i _�� �i _''� _ � � xd i � � �.'�3 �. I`W .$ 3 i lill�� ii� lilli �i IId�I'�d/ii �i iiil Sc� : � � ` �� � �;��.I � I i la-! I� iil I I i' �I � 'r! I i I�il i�ll.� i: i� � �� �A'��.. I .I� .,� 'l"� �Pyy �I� �I ��'_I �'� "�,.rl r'I �i �f � ��IIc � �����I � �� ��� �� � ��� 'W ., � q' � i 'a� d�''" � I, � .� I I� �I i E w N'3aA^� i Y i I� r� IT I /� � =� ?• <�'' � % hl� t I� � ,.s'�`,'��'� � ���I vn� � � � � rs III II !��`` � �' �i/ jl� i�� .I�� �� 1 , ' I���� II ,W II �� ��� 4�. `�� a � k" e ..� , _ F r � ��J� s � n'�. �. B� l � "_ w In� ��� € p�/ . �n �v�, ,d�� �eu � �' � � �{�j�� � � $. � y �`�. I ap, IuFiE�i�0ab8��'€y /�� m �.' �F.���{ � � �����W � . � I iL�IL.I �� i ��,, � i_ i ir Oil�lvt��- I��,� ����� I I I I' �� r'°� � d iii -�� ��i�?� I� � l i i li � �:� � k i i � I�I i�:f' i i.i_ i 1�a � I �i I i� �.I' Fs ��� _: 'il I� ill n I� ilil � id '��� � I I i i�ll bs �s;..l �I ii �-II I I II i il i � Ill i I I � I � 4 1intl���._ I �II I I I-� I� J��'� p I I �il�ll I I. �IIII ..I � J ilrl II �. li��..il�lll iilliil��l.il �il"_ � ii � � � , iI ��� i I ��� `y. ����I �I �� "�`�i�"�r,�� {�'�r��. � � � � li-+�'���I,��F� �\,(\ I� I�i�, li .... ��ili� I � ifi V�i*rzei �i i� � ` _. i-; � III i i I � i i_. ..��iil� I Ili.� f' i i � � 'Y 'I 'i � � �iil I�� �. ..i i rillh....1�ii �� �,f.iii�i;������i.��.��.. i yl�iii,�,i, �.,.i�;i Wi�,�i�l' i � ' �� � �I Q �� � _ _ _' _ . � ,- . _ .� � .. �il. ' � ` _ . ' ';1 li .- ._ 23.16.01_Attachment A_Survey Staking Standards.docx Page 22 of 22 2024 Small-Scale Lighting Unit Price Construction Contract Various City Project Numbers O:\Spe Page 23 of 23 \01 71 2024 Small-Scale Lighting Unit Price Construction Contract Various City Project Numbers 23.16.01_Attachment A_Survey Staking Standards.docx Obviously the .csv or .txt file cannot be signed/sealed by a surveyor in the format requested. This is just an example and all this information should be noted when delivered to the City so it is clear to what coordinate system the data is in. ;����r; ivt�. 1 2 3 4 6 7 8 9 10 11 12 13 14 is lE 17 18 19 20 77 22 23 �4 ZS 26 27 28 29 30 31 32 33 3a 35 36 37 38 39 40 41 QZ 43 A4 45 46 NORTHING EASTING ELEV 6946257.189 2296D79.165 694b260.893 2296062.141 69463D7.394 2296038.306 6946220.582 2296011.025 6'J46195.23 22�6D15.116 6946190.528 2296022.721 6946136.012 2295992.115 6946002.Z67 2295919.133 6946003.055 2295933.418 6945934,677 229588052 b945936.473 Z295S69.392 5945895.077 2295860.962 6 94589 6.591 2 295 862.188 6945934.2R6 2295841.925 6945936.727 2295830.441 E°45&35,678 2245744.7�J7 6945817.488 2295827.011 6945759.776 2245758.643 6945768.563 2295778.424 69A5743318 2295783.392 n9457?3.?19 2?95�54.344 694568 2.21 2 295744.2 2 6945621.902 2295fiG9.471 6945643.4U7 Z295736.03 6945571.059 2295655.195 694553�.498 22�5657.803 6945519.834 2295fi19.49 6945417.879 2295550.27 6945456.557 Z295643.145 6�45387356 2295597101 6945370.683 2295606.793 6945383.53 229561D.559 69+15321.?28 2295551.10� 6945319.365 2295539.728 6945242.289 2Z9557Q715 6945233.624 2295544.626 6945206.483 2295529.305 6945142.015 2295557.666 6945113.445 2295520.335 6945049.02 2295�27.345 6945041.024 2295552.675 6945038.878 2295552.147 694500b.397 2295518.135 6944944.�82 2295520.635 6944943.432 2295556.479 6944860.416 2295534397 DESCRIPTION 72fi.09 SSMH RIM 725.668 GV RIM 726.85 GV RIM 723.358 SSMH RIM 722.123 GV RIM 722.325 FH 719.448 WM RIM 713.331 WM RIM 713.652 CO RIM 711.h62 SSMFI RIM 710.046 �NM RIM 707.72 WM RIM 708.205 WM RIM 7p9Ah7 WM RIM 710.084 CO RIM 70? ??4 SSMH RIM 708392 SSMH RIM 711.Z18 SSMH RIM 710 086 GV RIM 710,h31 f,V RIM 71? R��3 GV Rlfvl 716,686 WM RIM 723.7G WM RIM 719.737 CO RIM 727.514 SSMH RIM 72�.123 WM RIM 732.689 WM RIM 740.521 WM RIM 736.451 CO RIM 740J56 GV RIM 740.976 GV RIM 74D.408 FH ?46.3�1 WM RIR� 746 777 CO RIM 748Ai4 WM RIM 749.59 SSMH RIM 751.058 WM RIM 750.853 WM RIM 751.871 WM RIM 752.257 SSMH RIM 751.79 WM RIM 751.88 WM RIM 752.615 WM RIM 752.801 WM RIM 752.156 WM RIM 752.986 SSMH RIM ,l. i , . _ i � �4 ,� ' � t - T x ti� , �t�'�1b-hT -. � �� �-1 . _ ,� , �'�1t�1�-: � �l�J � �� 44 , � 1 �.' /, �_ I IJ('c1f-E t� � ; �v � ��Q Cr }�G� r- ' , ..�-+�.b � � � , ' � f � lgh� -� � i-r-:�� r ���L�- -" ,�rkti� � t �_ . / `,. ; �; � �{ �. , `� �• 1��}✓ � ���Y�6� s1��ifF � �n� /{T I ����✓���,_ �� ��l/�n O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\0171 23.16.01_Attachment A_Survey Staking Standards.docx Page 24 of 24 2024 Small-Scale Lighting Unit Price Construction Contract Various City Project Numbers C. Other preferred as-built deliverable Some vendors have indicated that it is easier to deliver this information in a different format. Below is an example spreadsheet that is also acceptable and can be obtained by request from the survey superintendent. O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\0171 23.16.01_Attachment A_Survey Staking Standards.docx Page 25 of 25 2024 Small-Scale Lighting Unit Price Construction Contract Various City Project Numbers O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\0171 23.16.01_Attachment A_Survey Staking Standards.docx Page 26 of 26 2024 Small-Scale Lighring Unit Price Construction Contract Various City Project Numbers 01 71 23 - 1 CONSTRUCTION STAKING AND SURVEY Page 1 of 8 SECTION O1 71 23 CONSTRUCTION STAKING AND SURVEY PART 1- GENERAL 1.1 SUMMARY A. Section Includes: Requirements for construction staking and construction survey B. Deviations from this City of Fort Worth Standard Specification None. Changes shown below in bold. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment Construction Staking a. Measurement 1) Measurement for this Item shall be by lump sum. b. Payment 1) The work performed and the materials furnished in accordance with this Item shall be paid for at the lump sum price bid for "Construction Staking". 2) Payment for "Construction Staking" shall be made in partial payments prorated by work completed compared to total work included in the lump sum item. c. The price bid shall include, but not be limited to the following: 1) ' .Small-Scale Infrastructure Program Only: Contractor to place control data for projects. 2) Placement, maintenance and replacement of required stakes and markings in the field. 3) Preparation and submittal of construction staking documentation in the form of "cut sheets" using the City's standardtemplate. 2. Construction Survey a. Measurement 1) This Item is considered subsidiary to the various Items bid. b. Payment 1) The work performed and the materials furnished in accordance with this Item are subsidiary to the various Items bid and no other compensation will be allowed. 3. As-Built Survey a. Measurement 1) Measurement for this Item shall be by lump sum. b. Payment 1) The work performed and the materials furnished in accordance withthis Item shall be paid for at the lump sum price bid for "As-Built Survey". CITY OF FORT WORTH Small-Scale Infrastructure Program Unit Price Construction STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Contract for Driveways, Alleys, Sidewalks, and Incidental Flatwork Revised February 14, 2018 Various City Project Numbers Ol 71 23 - 2 CONSTRUCTION STAKING AND SURVEY Page 2 of 8 2) Payment for "Construction Staking" shall be made in partial payments prorated by work completed compared to total work included in the lump sum item. c. The price bid shall include, but not be limited to the following:: 1) Field measurements and survey shots to identify location of completed facilities. 2) Documentation and submittal of as-built survey data onto contractor redline plans and digital survey files. 1.3 REFERENCES A. Definitions 1. Construction Survev - The survey measurements made prior to or while construction is in progress to control elevation, horizontal position, dimensions and configuration of structures/improvements included in the Project Drawings. 2. As-built Survev —The measurements made after the construction of the improvement features are complete to provide position coordinates for the features of a project. 3. Construction Stakin� — The placement of stakes and markings to provide offsets and elevations to cut and fill in order to locate on the ground the designed structures/improvements included in the Project Drawings. Construction staking shall include staking easements and/or right of way if indicated on the plans. 4. Survev "Field Checks" — Measurements made after construction staking is completed and before construction work begins to ensure that structures marked on the ground are accurately located per Project Drawings. B. Technical References 1. City of Fort Worth— Construction Staking Standards (available on City's Buzzsaw website) — O1 71 23.16.01_ Attachment A Survey Staking Standards 2. City of Fort Worth - Standard Survey Data Collector Library (�l) files (available on City's Buzzsaw website). 3. Texas Department of Transportation (T�OT) Survey Manual, latest revision 4. Texas Society of Professional Land Surveyors (TSPS), Manual of Practice forLand Surveying in the State of Texas, Category 5 1.4 ADMINISTRATIVE REQUIREMENTS A.The Contractor's selection of a surveyor must comply with Texas Government Code 2254 (qualifications based selection) for this project. 1.5 SUBMITTALS A. Submittals, if required, shall be in accordance with Section O 1 33 00. B. All submittals shall be received and reviewed by the City prior to delivery ofwork. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Field Quality Control Submittals CITY OF FORT WORTH Small-Scale Infrastructure Program Unit Price Construction STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Contract for Driveways, Alleys, Sidewalks, and Incidental Flatwork Revised February 14, 2018 Various City Project Numbers 017123-3 CONSTRUCTION STAKING AND SURVEY Page 3 of 8 1. Documentation verifying accuracy of field engineering work, including coordinate conversions if plans do not indicate grid or ground coordinates. 2. Submit "Cut Sheets" conforming to the standard template provided by the City (refer to O 1 71 23.16.01— Attachment A— Survey Staking Standards). 1.7 CLOSEOUT SUBMITTALS B. As-built Redline Drawing Submittal 1. Submit As-Built Survey Redline Drawings documenting the locations/elevations of constructed improvements signed and sealed by Registered Professional Land Surveyor (RPLS) responsible for the work (refer to O1 71 23.16.01— AttachmentA — Survey Staking Standards) . 2. Contractor shall submit the proposed as-built and completed redline drawing submittal one (1) week prior to scheduling the project final inspection for City review and comment. Revisions, if necessary, shall be made to the as-built redline drawings and resubmitted to the City prior to scheduling the construction final inspection. 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Construction Staking 1. Construction staking will be performed by the Contractor. 2. Coordination a. Contact City's Project Representative at least one week in advance notifying the City of when Construction Staking is scheduled. b. It is the Contractor's responsibility to coordinate staking such that construction activities are not delayed or negatively impacted. 3. General a. Contractor is responsible for preserving and maintaining stakes. If City surveyors are required to r�stake for any reason, the Contractor will be responsible for costs to perform staking. If in the opinion of the City, a sufficient number of stakes or markings have been lost, destroyed disturbed or omitted that the contracted Work cannot take place then the Contractor will be required to stake or r�stake the deficient areas. B. Construction Survey 1. Construction Survey will be performed by the Contractor. 2. Coordination a. Contractor to verify that horizontal and vertical control data established in the design survey and required for construction survey is available and in place. 3. General a. Construction survey will be performed in order to construct the work shown on the Construction Drawings and specified in the Contract Documents. b. For construction methods other than open cut, the Contractor shall perform construction survey and verify control data including, but not limited to, the following: 1) Verifcation that established benchmarks and control are accurate. CITY OF FORT WORTH Small-Scale Infrastructure Program Unit Price Construction STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Contract for Driveways, Alleys, Sidewalks, and Incidental Flatwork Revised February 14, 2018 Various City Project Numbers O1 71 23 - 4 CONSTRUCTION STAKING AND SURVEY Page 4 of 8 2) Use of Benchmarks to furnish and maintain all reference lines and grades for tunneling. 3) Use of line and grades to establish the location of the pipe. 4) Submit to the City copies of field notes used to establish all lines and grades, if requested, and allow the City to check guidance system setup prior to beginning each tunneling drive. 5) Provide access for the City, if requested, to verify the guidance system and the line and grade of the carrier pipe. 6) The Contractor remains fully responsible for the accuracy of the work and correction of it, as required. 7) Monitor line and grade continuously during construction. 8) Record deviation with respect to design line and grade once at each pipe joint and submit daily records to the City. 9) If the installation does not meet the specified tolerances (as outlined in Sections 33 OS 23 and/or 33 OS 24), immediately notify the City and correct the installation in accordance with the Contract Documents. C. As-Built Survey 1. Required As-Built Survey will be performed by the Contractor. 2. Coordination a. Contractor is to coordinate with City to confirm which features require as- built surveying. b. It is the Contractor's responsibility to coordinate the as-built survey and required measurements for items that are to be buried such that construction activities are not delayed or negatively impacted. c. For sewer mains and water mains 12" and under in diameter, it is acceptable to physically measure depth and mark the location during the progress of construction and take as-built survey after the facility has been buried. The Contractor is responsible for the quality control needed to ensure accuracy. General a. The Contractor shall provide as-built survey including the elevation and location (and provide written documentation to the City) of construction features during the progress of the construction including the following: 1) Water Lines a) Top of pipe elevations and coordinates for waterlines at the following locations: (1) Minimum every 250 linear feet, including (2) Horizontal and vertical points of inflection, curvature, etc. (3) Fire line tee (4) Plugs, stulrouts, dead-end lines (5) Casing pipe (each end) and all buried fittings 2) Sanitary Sewer a) Top of pipe elevations and coordinates for force mains and siphon sanitary sewer lines (non-gravity facilities) at the followinglocations: (1) Minimum every 250 linear feet and any buried fttings (2) Horizontal and vertical points of inflection, curvature, etc. 3) Stormwater—NotApplicable CITY OF FORT WORTH Small-Scale Infrastructure Program Unit Price Construction STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Contract for Driveways, Alleys, Sidewalks, and Incidental Flatwork Revised February 14, 2018 Various City Project Numbers 017123-5 CONSTRUCTION STAKING AND SURVEY Page 5 of 8 b. The Contractor shall provide as-built survey including the elevation and location (and provide written documentation to the City) of construction features after the construction is completed including the following: 1) Manholes a) Rim and flowline elevations and coordinates for each manhole 2) Water Lines a) b) c) d) e) fl g) h) i) Cathodic protection test stations Sampling stations Meter boxes/vaults (All sizes) Fire hydrants Valves (gate, butterfly, etc.) Air Release valves (Manhole rim and vent pipe) Blow off valves (Manhole rim and valve lid) Pressure plane valves Underground Vaults (1) Rim and flowline elevations and coordinates for each Underground Vault. 3) Sanitary Sewer a) Cleanouts (1) Rim and flowline elevations and coordinates for each b) Manholes and Junction Structures (1) Rim and flowline elevations and coordinates for each manhole and junction structure. 4) Stormwater—NotApplicable 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY PART 2 - PRODUCTS A. A construction survey will produce, but will not be limited to: 1. Recovery of relevant control points, points of curvature and points of intersection. 2. Establish temporary horizontal and vertical control elevations (benchmarks) sufficiently permanent and located in a manner to be used throughout construction. 3. The location of planned facilities, easements and improvements. a. Establishing fnal line and grade stakes for piers, floors, grade beams, parking areas, utilities, streets, highways, tunnels, and other construction. b. A record of revisions or corrections noted in an orderly manner forreference. c. A drawing, when required by the client, indicating the horizontal and vertical location of facilities, easements and improvements, as built. 4. Cut sheets shall be provided to the City inspector and Survey Superintendent for all construction staking projects. These cut sheets shall be on the standard citytemplate which can be obtained from the Survey Superintendent (817-392-7925). 5. Digital survey files in the following formats shall be acceptable: a. AutoCAD (.dwg) b. ESRI Shapefile (.shp) CITY OF FORT WORTH Small-Scale Infrastructure Program Unit Price Construction STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Contract for Driveways, Alleys, Sidewalks, and Incidental Flatwork Revised February 14, 2018 Various City Project Numbers 01 71 23 - 6 CONSTRUCTION STAKING AND SURVEY Page 6 of 8 c. CSV file (.csv), formatted with X and Y coordinates in separate columns (use standard templates, if available) 6. Survey files shall include vertical and horizontal data tied to original project control and benchmarks, and shall include feature descriptions PART 3 - EXECUTION 3.1 INSTALLERS A.Tolerances: The staked location of any improvement or facility should be as accurate as practical and necessary. The degree of precision required is dependent on many factors all of which must remain judgmental. The tolerances listed hereafter are based on generalities and, under certain circumstances, shall yield to specific requirements. The surveyor shall assess any situation by review of the overall plans and through consultation with responsible parties as to the need for specific tolerances. a. Earthwork: Grades for earthwork or rough cut should not exceed 0.1 ft. vertical tolerance. Horizontal alignment for earthwork and rough cut should not exceed 1.0 ft. tolerance. b. Horizontal alignment on a structure shall be within .O.lfttolerance. c. Paving or concrete for streets, curbs, gutters, parking areas, drives, alleys and walkways shall be located within the confines of the site boundaries and, occasionally, along a boundary or any other restrictive line. Away from any restrictive line, these facilities should be staked with an accuracy producingno more than O.OSft. tolerance from their specified locations. d. Underground and overhead utilities, such as sewers, gas, water, telephone and electric lines, shall be located horizontally within their prescribed areas or easements. Within assigned areas, these utilities should be staked with an accuracy producing no mare than 0.1 ft tolerance from a specifed location. e. The accuracy required for the vertical location of utilities varies widely. Many underground utilities require only a minimum cover and a tolerance of 0.1 ft. should be maintained. Underground and overhead utilities on planned profile, but not depending on gravity flow for performance, should not exceed 0.1 ft. tolerance. B. Surveying instruments shall be kept in close adjustment according to manufacturer's specifications or in compliance to standards. The City reserves the right to request a calibration report at any time and recommends regular maintenance schedule be performed by a certifed technician every 6 months. 1. Field measurements of angles and distances shall be done in such fashion as to satisfy the closures and tolerances expressed in Part 3.1.A. 2. Vertical locations shall be established from a pre-established benchmark and checked by closing to a different bench mark on the same datum. 3. Construction survey field work shall correspond to the client's plans. Irregularities or conflicts found shall be reported promptly to the City. 4. Revisions, corrections and other pertinent data shall be logged for future reference. CITY OF FORT WORTH Small-Scale Infrastructure Program Unit Price Construction STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Contract for Driveways, Alleys, Sidewalks, and Incidental Flatwork Revised February 14, 2018 Various City Project Numbers 017123-7 CONSTRUCTION STAKING AND SURVEY Page 7 of 8 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 APPLICATION 3.5 REPAIR / RESTORATION A.If the Contractor's work damages or destroys one or more of the control monuments/points set by the City, the monuments shall be adequately referenced for expedient restoration. 1. Notify City if any control data needs to be restored or replaced due to damage caused during construction operations. a. Contractor shall perform replacements and/or restorations. b. The City may require at any time a survey "Field Check" of any monument ar benchmarks that are set be veriiied by the City surveyors before further associated work can move forward. 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD [ox] SITE QUALITY CONTROL A.It is the Contractor's responsibility to maintain all stakes and control data placed bythe City in accordance with this Specification. This includes easements and right of way, if noted on the plans. B.Do not change or relocate stakes or control data without approval from the City. 3.8 SYSTEM STARTUP A. Survey Checks 1. The City reserves the right to perform a Survey Check at any time deemed necessary. 2. Checks by City personnel or 3`d party contracted surveyor are not intended to relieve the contractor of his/her responsibiliry for accuracy. 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION CITY OF FORT WORTH Small-Scale Infrastructure Program Unit Price Construction STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Contract for Driveways, Alleys, Sidewalks, and Incidental Flatwork Revised February 14, 2018 Various City Project Numbers 01 71 23 - 8 CONSTRUCTION STAKING AND SURVEY Page 7 of 8 Revision Log DATE NAME SUMMARY OF CHANGE 8/31/2012 D.Johnson Added instruction and modified measurement & payment under 1.2; added 8/31/2017 M. Owen definitions and references under 1.3; modified 1.6; added 1.7 closeout submittal requirements, modified 1.9 Quality Assurance; added PART 2— PRODUCTS ; Added 31 Installers; added 3.5 Repair/Restaration; and added 3.8 System Startup. Removed "blue texP'; revised measurement and payment sections for Construction Staking and As-Built 5urvey; added reference to selection compliance with TGC 2/14/2018 M Owen 2254; revised action and Closeout submittal requirements; added acceptable depth measurement criteria; revised list of items requiring a�built survey "during" and "after" construction; and revised acceptable digital survey file format CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised February 14, 2018 Small-Scale Infrastructure Program Unit Price Construction Contract for Driveways, Alleys, Sidewalks, and Incidental Flatwork Various City Project Numbers 01 71 23 - 8 CONSTRUCTION STAKING AND SURVEY Page 8 of 8 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised February 14, 2018 Small-Scale Infrastructure Program Unit Price Construction Contract for Driveways, Alleys, Sidewalks, and Incidental Flatwork Various City Project Numbers 017423-1 CLEANING Page 1 of 4 SECTION O1 74 23 CLEANING PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Intermediate and final cleaning for Work not including special cleaning of closed systems specified elsewhere B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements 3. Section 32 92 13 — Hydro-Mulching, Seeding and Sodding 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIItEMENTS A. Scheduling 1. Schedule cleaning operations so that dust and other contaminants disturbed by cleaning process will not fall on newly painted surfaces. 2. Schedule final cleaning upon completion of Work and immediately prior to final inspection. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 STORAGE, AND HANDLING A. Storage and Handling Requirements 1. Store cleaning products and cleaning wastes in containers specifically designed for those materials. CITY OF FORT WORTH Small-Scale Infrastructure Program Unit Price Construction STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Contract for Driveways, Alleys, Sidewalks, and Incidental Flatwork Revised July 1, 2011 Various City Project Numbers 017423-2 CLEANING Page 2 of 4 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART2- PRODUCTS 2.1 OWNER-FURNISHED [ox] OWNER-SUPPLIEDPRODUCTS [NOT USED] 2.2 MATERIALS A. Cleaning Agents 1. Compatible with surface being cleaned 2. New and uncontaminated 3. For manufactured surfaces a. Material recommended by manufacturer 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 APPLICATION [NOT USED] 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD [ox] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] K�[IZy 1_I �I\�I�[e� A. General 1. Prevent accumulation of wastes that create hazardous conditions. 2. Conduct cleaning and disposal operations to comply with laws and safety orders of governing authorities. 3. Do not dispose of volatile wastes such as mineral spirits, oil or paint thinner in storm or sanitary drains or sewers. 4. Dispose of degradable debris at an approved solid waste disposal site. 5. Dispose of nondegradable debris at an approved solid waste disposal site or in an alternate manner approved by City and regulatory agencies. CITY OF FORT WORTH Small-Scale Infrastructure Program Unit Price Construction STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Contract for Driveways, Alleys, Sidewalks, and Incidental Flatwork Revised July 1, 2011 Various City Project Numbers 017423-3 CLEANING Page 3 of 4 6. Handle materials in a controlled manner with as few handlings as possible. 7. Thoroughly clean, sweep, wash and polish all Work and equipment associated with this project. 8. Remove all signs of temporary construction and activities incidental to construction of required permanent Work. 9. If project is not cleaned to the satisfaction of the City, the City reserves the right to have the cleaning completed at the expense of the Contractor. 10. Do not burn on-site. B. Intermediate Cleaning during Construction 1. Keep Work areas clean so as not to hinder health, safety or convenience of personnel in existing facility operations. 2. At maximum weekly intervals, dispose of waste materials, debris and rubbish. 3. Confine construction debris daily in strategically located container(s): a. Cover to prevent blowing by wind b. Store debris away from construction or operational activities c. Haul from site at a minimum of once per week 4. Vacuum clean interior areas when ready to receive iinish painting. a. Continue vacuum cleaning on an as-needed basis, until Final Acceptance. 5. Prior to storm events, thoroughly clean site of all loose or unsecured items, which may become airborne or transported by flowing water during the storm. C. Interior Final Cleaning 1. Remove grease, mastic, adhesives, dust, dirt, stains, fingerprints, labels and other foreign materials from sight-exposed surfaces. 2. Wipe all lighting fixture reflectors, lenses, lamps and trims clean. 3. Wash and shine glazing and mirrors. 4. Polish glossy surfaces to a clear shine. 5. Ventilating systems a. Clean permanent filters and replace disposable filters if units were operated during construction. b. Clean ducts, blowers and coils if units were operated without filters during construction. 6. Replace all burned out lamps. 7. Broom clean process area floors. 8. Mop office and control room floors. D. Exterior (Site or Right of Way) Final Cleaning 1. Remove trash and debris containers from site. a. R�seed areas disturbed by location of trash and debris containers in accordance with Section 32 92 13. 2. Sweep roadway to remove all rocks, pieces of asphalt, concrete or any other object that may hinder or disrupt the flow of traffic along the roadway. 3. Clean any interior areas including, but not limited to, vaults, manholes, structures, junction boxes and inlets. CITY OF FORT WORTH Small-Scale Infrastructure Program Unit Price Construction STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Contract for Driveways, Alleys, Sidewalks, and Incidental Flatwork Revised July 1, 2011 Various City Project Numbers 017423-4 CLEANING Page 4 of 4 4. If no longer required for maintenance of erosion facilities, and upon approval by City, remove erosion control from site. 5. Clean signs, lights, signals, etc. 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Small-Scale Infrastructure Program Unit Price Construction STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Contract for Driveways, Alleys, Sidewalks, and Incidental Flatwork Revised July 1, 2011 Various City Project Numbers 01 77 19 -1 CLOSEOUT REQUIREMENTS Page 1 of 3 1 2 3 PART 1- GINERAL 4 1.1 SUNIlVIARY SECTION O1 77 19 CLOSEOUT REQUIREMENTS 5 A. Section Includes: 6 1. The procedure for closing out a contract 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 11 2. Division 1— General Requirements 12 1.2 PRICE AND PAYIV�IT PROCIDLJRES 13 A, Measurement and Payment 14 1. Wark associated with this Item is considered subsidiary to the various Items bid. 15 No separate payment will be allowed for this Item. 16 1.3 REFERINCFS [NOT USID] 17 1.4 ADMI1vISTRATIVE REQUIRIIVIINTS 18 A. Guarantees, Bonds and Affidavits 19 1. No application for final payment will be accepted until all guarantees, bonds, 20 certificates, licenses and affidavits required for Work or equipment as specified are 21 satisfactorily filed with the City. 22 B. Release of Liens or Claims 23 1. No application for final payment will be accepted until satisfactory evidence of 24 release of liens has been submitted to the City. 25 1.5 SUBMITTALS 26 27 28 29 30 31 32 A, Submit all required documentation to City's Project Representative. 1.6 INFORMATIONAL SUBMITTALS [NOT USID] 1.7 CLOSEOiJT SUBMITTALS [NOT USID] PART 2 - PRODUCTS [NOT USID] CITY OF FORT WORTH Small-Scale Infrastructure Program Unit Price Construction STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Contract for Driveways, Alleys, Sidewalks, and Incidental Flatwork Revised March 22, 2021 Various City Project Numbers O1 77 19 -2 CLOSEOUT REQUIREMENTS Page2of3 PART 3 - EXECUTION 2 3.1 INSTALLERS [NOT USID] 3 3.2 EXAMINATION [NOT USID] 4 3.3 PREPARATION [NOT USID] 5 3.4 CLOSEOUT PROCIDURE 6 A, Prior to requesting Final Inspection, submit: 7 1. Project Record Documents in accordance with Section O1 78 39 8 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 34 35 36 37 2. Operation and Maintenance Data, if required, in accordance with Section O1 78 23 B. Prior to requesting Final Inspection, perform final cleaning in accordance with Section O1 74 23. C. FinalInspection L After final cleaning, provide notice to the City Project Representative that the Work is completed. a. The City will make an initial Final Inspection with the Contractorpresent b. Upon completion of this inspection, the City will notify the Contractor, in writing within 10 business days, of any particulars in which this inspection reveals that the Wark is defective or incomplete. 2. Upon receiving written notice from the City, immediately undertake the Work required to remedy deficiencies and complete the Work to the satisfaction of the City. 3. The Right-of-way shall be cleared of all construction materials, barricades, and temparary signage. 4. Upon completion of Work associated with the items listed in the City's written notice, inform the City that the required Work has been completed. Upon receipt of this notice, the City, in the presence of the Contractor, will make a subsequent Final Inspection of the project. 5. Provide all special accessaries required to place each item of equipment in full operation. These special accessory items include, but are not lunited to: a. Specified spare parts b. Adequate oil and grease as required for the first lubrication of the equipment c. Initial fill up of all chemical tanks and fuel tanks d. Light bulbs e. Fuses £ Vault keys g. Handwheels h. Other expendable items as required for initial start-up and operation of all equipment 38 D. Notice of Project Completion 39 1. Once the City Project Representative finds the Work subsequent to FinalInspection 40 to be satisfactory, the City will issue a Notice of Project Completion (Green Sheet). 41 E. Supporting Documentation CITY OF FORT WORTH Small-Scale Infrastructure Program Unit Price Construction STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Contract for Driveways, Alleys, Sidewalks, and Incidental Flatwork Revised March 22, 2021 Various City Project Numbers O1 77 19 -3 CLOSEOUT REQUIREMENTS Page 3 of 3 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 1. Coordinate with the City Project Representative to complete the following additional forms: a. Final Payment Request b. Statement of Contract Time c. Affidavit of Payment and Release of Liens d. Consent of Surety to Final Payment e. Pipe Repart (if required) £ Contractor's Evaluation of City g. Performance Evaluation of Contractor F. Letter of Final Acceptance 1. Upon review and acceptance of Notice of Project Completion and Supporting Documentation, in accordance with General Conditions, City will issue Letter of Final Acceptance and release the Final Payment Request for payment. 3.5 REPAIR / RESTORATION [NOT USID] 3.6 R�INSTALLAITON [NOT iTSID] 3.7 FIII,D [ox] SITE QUALITY CONTROL [NOT USID] 3.8 SYSTIIVI STARTUP [NOT USID] 3.9 ADJUSTING [NOT USID] 3.10 CLEAIVING [NOT USID] 3.11 CLOSEOiJT ACTIVITIFS [NOT iTSID] 3.12 PROTECTION [NOT USID] 3.13 MAINTINANCE [NOT USID] 3.14 ATTACHNICNTS [NOT USID] IND OF SECTION Revision Log DATE NAME SUMMARYOF CHANGE 3/22/2021 M Owen 3.4 C. Added language to clarify and emphasize requirement to "Clearing ROW" � CITY OF FORT WORTH Small-Scale Infrastructure Program Unit Price Construction STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Contract for Driveways, Alleys, Sidewalks, and Incidental Flatwork Revised March 22, 2021 Various City Project Numbers O1 78 23 - 1 OPERATION AND MAINTENANCE DATA Page 1 of 5 SECTION O1 78 23 OPERATION AND MAINTENANCE DATA PART1- GENERAL 1.1 SUMMARY A. Section Includes: l. Product data and related information appropriate for City's maintenance and operation of products furnished under Contract 2. Such products may include, but are not limited to: a. Traffic Controllers b. Irrigation Controllers (to be operated by the City) c. Butterfly Valves B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Schedule 1. Submit manuals in iinal form to the City within 30 calendar days of product shipment to the project site. 1.5 SUBMITTALS A. Submittals shall be in accordance with Section O1 33 00 . All submittals shall be approved by the City prior to delivery. 1.6 INFORMATIONAL SUBMITTALS A. Submittal Form 1. Prepare data in form of an instructional manual for use by City personnel. 2. Format a. Size: 8'/z inches x 11 inches b. Paper 1) 40 pound minimum, white, for typed pages 2) Holes reinforced with plastic, cloth or metal a Tea�t: Manufacturer's printed data, or neatly typewritten CITY OF FORT WORTH Small-Scale Infrastructure Program Unit Price Construction STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Contract for Driveways, Alleys, Sidewalks, and Incidental Flatwork Revised December 20, 2012 Various City Project Numbers 01 78 23 - 2 OPERATION AND MAINTENANCE DATA Page 2 of 5 d e. f. Drawings 1) Provide reinforced punched binder tab, bind in with text 2) Reduce larger drawings and fold to size of text pages. Provide fly-leaf for each separate product, or each piece of operating equipment. 1) Provide typed description of product, and major component parts of equipment. 2) Provide indexed tabs. Cover 1) Identify each volume with typed or printed title "OPERATING AND MAINTENANCE INSTRUCTIONS". 2) List: a) Title of Project b) Identity of separate structure as applicable c) Identity of general subject matter covered in the manual 3. Binders a. Commercial quality 3-ring binders with durable and cleanable plastic covers b. When multiple binders are used, correlate the data into related consistent groupings. 4. If available, provide an electronic form of the O&M Manual. B. Manual Content Neatly typewritten table of contents for each volume, arranged in systematic order a. Contractor, name of responsible principal, address and telephone number b. A list of each product required to be included, indexed to content of the volume c. List, with each product: 1) The name, address and telephone number of the subcontractor or installer 2) A list of each product required to be included, indexed to content of the volume 3) Identify area of responsibility of each 4) Local source of supply for parts and replacement d. Identify each product by product name and other identifying symbols as set forth in Contract Documents. Product Data a. Include only those sheets wbich are pertinent to the specific product. b. Annotate each sheet to: 1) Clearly identify specific product or part installed 2) Clearly identify data applicable to installation 3) Delete references to inapplicable information 3. Drawings a. Supplement product data with drawings as necessary to clearly illustrate: 1) Relations of component parts of equipment and systems 2) Control and flow diagrams b. Coordinate drawings with information in Project Record Documents to assure correct illustration of completed installation. c. Do not use Project Record Drawings as maintenance drawings. 4. Written text, as required to supplement product data for the particular installation: a. Organize in consistent format under separate headings for different procedures. b. Provide logical sequence of instructions of each procedure. CITY OF FORT WORTH Small-Scale Infrastructure Program Unit Price Construction STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Contract for Driveways, Alleys, Sidewalks, and Incidental Flatwork Revised December 20, 2012 Various City Project Numbers 017823-3 OPERATION AND MAINTENANCE DATA Page 3 of 5 5. Copy of each warranty, bond and service contract issued a. Provide information sheet for City personnel giving: 1) Proper procedures in event of failure 2) Instances which might affect validity of warranties or bonds C. Manual for Materials and Finishes 1. Submit 5 copies of complete manual in final form. Content, for architectural products, applied materials and iinishes: a. Manufacturer's data, giving full information on products 1) Catalog number, size, composition 2) Color and texture designations 3) Information required for reordering special manufactured products b. Instructions for care and maintenance 1) Manufacturer's recommendation for types of cleaning agents and methods 2) Cautions against cleaning agents and methods which are detrimental to product 3) Recommended schedule for cleaning and maintenance Content, for moisture protection and weather exposure products: a. Manufacturer's data, giving full information on products 1) Applicable standards 2) Chemical composition 3) Details of installation b. Instructions for inspection, maintenance and repair D. Manual for Equipment and Systems 1. Submit 5 copies of complete manual in final form. Content, for each unit of equipment and system, as appropriate: a. Description of unit and component parts 1) Function, normal operating characteristics and limiting conditions 2) Performance curves, engineering data and tests 3) Complete nomenclature and commercial number of replaceable parts b. Operating procedures 1) Start-up, break-in, routine and normal operating instructions 2) Regulation, control, stopping, shut-down and emergency instructions 3) Summer and winter operating instructions 4) Special operating instructions c. Maintenance procedures 1) Routine operations 2) Guide to "trouble shooting" 3) Disassembly, repair and reassembly 4) Alignment, adjusting and checking d. Servicing and lubrication schedule 1) List of lubricants required e. Manufacturer's printed operating and maintenance instructions £ Description of sequence of operation by control manufacturer 1) Predicted life of parts subject to wear 2) Items recommended to be stocked as spare parts g. As installed control diagrams by controls manufacturer h. Each contractor's coordination drawings 1) As installed color coded piping diagrams CITY OF FORT WORTH Small-Scale Infrastructure Program Unit Price Construction STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Contract for Driveways, Alleys, Sidewalks, and Incidental Flatwork Revised December 20, 2012 Various City Project Numbers 01 78 23 - 4 OPERATION AND MAINTENANCE DATA Page 4 of 5 i. Charts of valve tag numbers, with location and function of each valve j. List of original manufacturer's spare parts, manufacturer's current prices, and recommended quantities to be maintained in storage k. Other data as required under pertinent Sections of Specifications 3. Content, for each electric and electronic system, as appropriate: a. Description of system and component parts 1) Function, normal operating characteristics, and limiting conditions 2) Performance curves, engineering data and tests 3) Complete nomenclature and commercial number of replaceable parts b. Circuit directories of panelboards 1) Electrical service 2) Controls 3) Communications c. As installed color coded wiring diagrams d. Operating procedures 1) Routine and normal operating instructions 2) Sequences required 3) Special operating instructions e. Maintenance procedures 1) Routine operations 2) Guide to "trouble shooting" 3) Disassembly, repair and reassembly 4) Adjustment and checking £ Manufacturer's printed operating and maintenance instructions g. List of original manufacturer's spare parts, manufacturer's current prices, and recommended quantities to be maintained in storage h. Other data as required under pertinent Sections of Specifications 4. Prepare and include additional data when the need for such data becomes apparent during instruction of City's personnel. 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Provide operation and maintenance data by personnel with the following criteria: 1. Trained and experienced in maintenance and operation of described products 2. Skilled as technical writer to the extent required to communicate essential data 3. Skilled as draftsman competent to prepare required drawings CITY OF FORT WORTH Small-Scale Infrastructure Program Unit Price Construction STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Contract for Driveways, Alleys, Sidewalks, and Incidental Flatwork Revised December 20, 2012 Various City Project Numbers 01 78 23 - 5 OPERATION AND MAINTENANCE DATA Page 5 of 5 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 8/31/2012 D. Johnson 1.S.A.1— title of section removed CITY OF FORT WORTH Small-Scale Infrastructure Program Unit Price Construction STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Contract for Driveways, Alleys, Sidewalks, and Incidental Flatwork Revised December 20, 2012 Various City Project Numbers O1 78 39 - 1 PROJECT RECORD DOCUMENTS Page 1 of 4 SECTION O1 78 39 PROJECT RECORD DOCUMENTS PART1- GENERAL 11 SUMMARY A. Section Includes: Work associated with the documenting the project and recording changes to project documents, including: a. Record Drawings b. Water Meter Service Reports c. Sanitary Sewer Service Reports d. Large Water Meter Reports B. Deviations from this City of Fort Worth Standard Specification l. None. C. Related Speciiication Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Prior to submitting a request for Final Inspection, deliver Project Record Documents to City's Project Representative. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Accuracy of Records 1. Thoroughly coordinate changes within the Record Documents, making adequate and proper entries on each page of Specifications and each sheet of Drawings and other pocuments where such entry is required to show the change properly. 2. Accuracy of records shall be such that future search for items shown in the Contract Documents may rely reasonably on information obtained from the approved Project Record Documents. CITY OF FORT WORTH Small-Scale Infrastructure Program Unit Price Construction STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Contract for Driveways, Alleys, Sidewalks, and Incidental Flatwork Revised July 1, 2011 Various City Project Numbers O1 78 39 - 2 PROJECT RECORD DOCUMENTS Page 2 of 4 3. To facilitate accuracy of records, make entries within 24 hours after receipt of information that the change has occurred. 4. Provide factual information regarding all aspects of the Work, both concealed and visible, to enable future modification of the Wark to proceed without lengthy and expensive site measurement, investigation and examination. f�iD�-YIT�7;7:�e�I: ►I�` 1];/: ►I�` 1]�I�[ei A. Storage and Handling Requirements 1. Maintain the job set of Record Documents completely protected from deterioration and from loss and damage 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, provide replacements to the standards originally required by the Contract Documents. 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART2- PRODUCTS 2.1 OWNER-FURNISHED [ox] OWNER-SUPPLIED PRODUCTS [NOT USED] 2.2 RECORD DOCUMENTS A. Job set 1. Promptly following receipt of the Notice to Proceed, secure from the City, at no charge to the Contractor, 1 complete set of all Documents comprising the Contract. B. Final Record Documents 1. At a time nearing the completion of the Work and prior to Final Inspection, provide the City 1 complete set of all Final Record Drawings in the Contract. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 MAINTENANCE DOCUMENTS A. Maintenance of Job Set 1. Immediately upon receipt of the job set, identify each of the Documents with the title, "RECORD DOCUMENTS - JOB SET". CITY OF FORT WORTH Small-Scale Infrastructure Program Unit Price Construction STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Contract for Driveways, Alleys, Sidewalks, and Incidental Flatwork Revised July 1, 2011 Various City Project Numbers O1 78 39 - 3 PROJECT RECORD DOCUMENTS Page 3 of 4 Preservation a. Considering the Contract completion time, the probable number of occasions upon which the job set must be taken out for new entries and for examination, and the conditions under which these activities will be performed, devise a suitable method for protecting the job set. b. Do not use the job set for any purpose except entry of new data and for review by the City, until start of transfer of data to iinal Project Record Documents. c. Maintain the job set at the site of work. Coordination with Construction Survey a. At a minimum, in accordance with the intervals set forth in Section O1 71 23, clearly mark any deviations from Contract Documents associated with installation of the infrastructure. Making entries on Drawings a. Record any deviations from Contract Documents. b. Use an erasable colored pencil (not ink or indelible pencil), clearly describe the change by graphic line and note as required. c. Date all entries. d. Call attention to the entry by a"cloud" drawn around the area or areas affected. e. In the event of overlapping changes, use different colors for the overlapping changes. Conversion of schematic layouts a. In some cases on the Drawings, arrangements of conduits, circuits, piping, ducts, and similar items, are shown schematically and are not intended to portray precise physical layout. 1) Final physical arrangement is determined by the Contractor, subject to the City's approval. 2) However, design of future modifications of the facility may require accurate information as to the fnal physical layout of items which are shown only schematically on the Drawings. b. Show on the job set of Record Drawings, by dimension accurate to within 1 inch, the centerline of each run of items. 1) Final physical arrangement is determined by the Contractor, subject to the City's approval. 2) Show, by symbol or note, the vertical location of the Item ("under slab", "in ceiling plenum", "exposed", and the like). 3) Make all identification sufficiently descriptive that it may be related reliably to the Specifications. a The City may waive the requirements for conversion of schematic layouts where, in the City's judgment, conversion serves no useful purpose. However, do not rely upon waivers being issued except as specifically issued in writing by the City. B. Final Project Record Documents 1. Transfer of data to Drawings a. Carefully transfer change data shown on the job set of Record Drawings to the corresponding final documents, coordinating the changes as required. b. Clearly indicate at each affected detail and other Drawing a full description of changes made during construction, and the actual location of items. CITY OF FORT WORTH Small-Scale Infrastructure Program Unit Price Construction STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Contract for Driveways, Alleys, Sidewalks, and Incidental Flatwork Revised July 1, 2011 Various City Project Numbers O1 78 39 - 4 PROJECT RECORD DOCUMENTS Page 4 of 4 c. Call attention to each entry by drawing a"cloud" around the area or areas affected. d. Make changes neatly, consistently and with the proper media to assure longevity and clear reproduction. 2. Transfer of data to other pocuments a. If the Documents, other than Drawings, have been kept clean during progress of the Work, and if entries thereon have been orderly to the approval of the City, the job set of those Documents, other than Drawings, will be accepted as final Record Documents. b. If any such Document is not so approved by the City, secure a new copy of that Document from the City at the City's usual charge for reproduction and handling, and carefully transfer the change data to the new copy to the approval of the City. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 R�INSTALLATION [NOT USED] 3.7 FIELD [ox] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 314 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Small-Scale Infrastructure Program Unit Price Construction STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Contract for Driveways, Alleys, Sidewalks, and Incidental Flatwork Revised July 1, 2011 Various City Project Numbers 1:������►:1 GG6.07 Wage Rates GR O1 60 00 Product Requirements APPENDIX CITY OF FORT WORTH Small-Scale Infrastructure Program Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS for Driveways, Alleys, Sidewalks, and Incidental Flatwork Various City Project Numbers Revised July 1, 2011 GC-6.07 Wage Rates THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 Small-Scale Infrastructure Program Unit Price Construction Contract for Driveways, Alleys, Sidewalks, and Incidental Flatwork Various City Project Numbers 2013 PREVAILING WAGE RATES (Heavy and Highway Construction Projects) CLASSIFICATION DESCRIPTION Asphalt Distributor Operator Asphalt Paving Machine Operator Asphalt Raker Broom or Sweeper Operator Concrete Finisher, Paving and Structures Concrete Pavement Finishing Machine Operator Concrete Saw Operator Crane Operator, Hydraulic 80 tons or less Crane Operator, Lattice Boom 80 Tons or Less Crane Operator, Lattice Boom Over 80 Tons Crawler Tractor Operator Electrician Excavator Operator, 50,000 pounds or less Excavator Operator, Over 50,000 pounds Flagger Form Builder/Setter, Structures Form Setter, Paving & Curb Foundation Drill Operator, Crawler Mounted Foundation Drill Operator, Truck Mounted Front End Loader Operator, 3 CY or Less Front End Loader Operator, Over 3 CY Laborer, Common Laborer, Utility Loader/Backhoe Operator Mechanic Milling Machine Operator Motor Grader Operator, Fine Grade Motor Grader Operator, Rough Off Road Hauler Pavement Marking Machine Operator Pipelayer Reclaimer/Pulverizer Operator Reinforcing Steel Worker Roller Operator, Asphalt Roller Operator, Other Scraper Operator Servicer Small Slipform Machine Operator Spreader Box Operator Truck Driver Lowboy-Float Truck Driver Transit-Mix Truck Driver, Single Axle Truck Driver, Single or Tandem Axle Dump Truck Truck Driver, Tandem Axle Tractor with Semi Trailer Welder Work Zone Barricade Servicer Wage Rate $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ 15.32 13.99 12.69 11.74 14.12 16.05 14.48 18.12 17.27 20.52 14.07 19.80 17.19 16.99 10.06 13.84 13.16 17.99 21.07 13.69 14.72 10.72 12.32 15.18 17.68 14.32 17.19 16.02 12.25 13.63 13.24 11.01 16.18 13.08 11.51 12.96 14.58 15.96 14.73 16.24 14.14 12.31 12.62 12.86 14.84 11.68 The Davis-Bacon Act prevailing wage rates shown for Heavy and Highway construction projects were determined by the United States Department of Labor and current as of September 2013. The titles and descriptions for the classifications listed are detailed in the AGC of Texas' Standard Job Classifications and Descriptions for Highway, Heavy, Utilities, and Industrial Construction in Texas. Page 1 of 1 GR-01 60 00 Product Requirements THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 Small-Scale Infrastructure Program Unit Price Construction Contract for Driveways, Alleys, Sidewalks, and Incidental Flatwork Various City Project Numbers � � � � �y Fi 1�1 � s aJ o � 6 � d � U � � Q a 3 3 > U q = ro " � 3 b T � a ,� Q � , -p y '" E `° w' E x 3 � u F m " `�° .o K o u a b0 'v� Q P7 ° � Q v; U .� Q �� y Q K � i � � _ O s F � — �� f° 3 `� � a 3 —�F > � y � � „ ° > = � �' � 3 � ,��, �Q 3 � > � - ? v� o '�" u, c:i .�oFoma a Y �' y'« �vq'3 v � � �n . � m o = � U �� � o rn o � °3' � � _ � � ° Ca °J � W � .? 't°. ° v C7 '` �n ro �� N E °q y " a3 y � _ .: � - N �.� � c� Q� _ .. � � s y y '� 3 � � a�Ni ���� �b0 W �� S F C � V� ,� � y C�+ C� L L � A' c0 c0 c0 c0 c0 �� k � c � a y " ,� � � G G� z��' � � � � � �0. �0�� " U-- a�� a � �0. �°' � 2 "a 3 � " �'�'� a.a.�� ¢��.0° a a a a a a � 0 3 43' w W� �� .t �� a� � � F�' � �� 2.Z ce o �S � �� �, � �� a A F '_ � � � � '� '� '� a = " � ? y �' �; � a a. �o � '� `�° �, ; w �; � � � F °' � � c �, � � a � � � � V a' � a m .F�-. - � " o y 'D F c � 0. - � � F` �v o � �� �� '� Q o 'a � � � y m m � � o c� o� a a � � a ° o�' Q c _ 3. 3 w w �� .. .. c„� � �� c c c c c cFa .� •W .� F 3 v"i s`^vU �� �L�`o ��0.aa Ll `°�� v�cn �ri"iri"i ,"- °' " v�i i�� ?? � � 0. �a �a o 0 3��b � � E �.'>- � 0. 11"�"�v �a �«.° a x������� v r � c3i � c�>> ��.� W 9 ���� �a v. CI L'i :=1 � o Y m m �-o Ll y 3 c w w'�3 '3 4 V.5 W W 3 3 'ti ,� � o 0 0 0 0 0 0 o i o�`o �`o `, o � o o� o� o c c o 0 0 0 0 0 0 0 `'`' �.� 0. 0. `n v' y d� t a a� y{y �w `" s s�C k—�, v' °' `'.�k... � �(7,Z aa.x.x.x.x.x x .x.x X X y�ssy� ��.°. �S 3�'x'x�n�n n m E'x'xQ o O� O O d d d d d d d d y d��.�- d ej d d� L L L L L� L L CL .. tJ "'� �+�' � � � ra G G G G G G G` G °' G G G�' G o o v�� m m m a, m„ a, m'� ',� „ "��,m, v a 3�a o.�°. o.�°. o.�°. o.�°. o.�°. 3 3`o ,�`o ,�`o ;; 0 0 0 0 0 0 0 0`�O o 0 0" o U o o" o ��� v v v� v�. � v "� ��� c$`n U'x x x x x x�y k�„ `" x x"� G�' � G U U U U U U U U 3 U U U o U._ U U� U v a��+ ' v c`�i o — o o � o o � o a a � o o�� i`o�.�.�.�. w p�.�. �� o .. U. _ U._ � c c c c c c' c c �[i U ����� oJ o o.y ._ ._ ._ ._ ._ ._ ._ �._ ._ . _ a.y . o U 9�o 0 0 0 0 0 o y o o c G o._ .y ._ v.� .y .y �; o U Ci°UU aaaaaaa._aa.a.'Qaoaa�0.aoo'_ �UUUUUU UU�oU" "aaa vU.' U' o 0 0 0 0 0 0 o Q' o � � o 0 0 0 o U U P. s s... .. .. .. .. . � �... .. U V... � � � � � � �'�' v � � �. . 0. 0. 0. �O O O ��O � O O� O�^ '� '- '- 0. 0. 0. 0. 0. 6 F[ ��'r"n 'y � O O O � 3 O O O C C C C C C G�� C G G 4 O °� oo ������ � '^ v� ��'� � o, a� a a o o M M o o v, o 0 0 0 0 0 0 o c c o 0 0 0 ��� o o a� � o� �`' `�' � ftl U U U U U U U o� U U U �� a v ��� o o N� v' o v� � o°O o{=aj o 0 o O � o � � � � .-. � � _ U U._ _ o•- 0o m m v, � o 0 o v v v m m Q v m .- o a� o 0 0 0o N o�y 'y 'y 'y 'y 'y '" "'y '" o P� �.- .- .- = i.- .- m a� .- o v, �o .- o o �o �^ M v Qo v v C7 C7 C7 C7 C7 C7 C7 C7 Q v. `�' o� o v°�i �� o o N a' `�' v. � � o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 o F W ' o� o¢¢�''—` o 0 0 0� "' � o� o 0 0 0 0 0 0 0 0 � �0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0������"'`" o 0 0 0 0 �� U U U U� U U U m v m v v m m...- v v, v c�y o �� O O O O O O O O O O O O O O O O O O O� O O o y � U U U U U U U N ca � o m No P No ca N�n � � m - U� U U r� .�- v"li vl�i ���� o.� ��'` '` � V � � V O� o�o �a o 00 0���03333�3833� ��� M�,�,��, o v v C] C] C] C] C] C] C] C] C] C] C] C] C] C] C] C] C] C] C] — U v v v v v, ,., i� v — c=. c=. c=. c=. c=. w c=. c=. v v v, v �o v � U= c c c c a a a a E E E E K�. 0 0 0 p � c U U U U _ a �' � U 0 0 0 o v v v o o y y y y y y y y y y y''''' �'' c c c G G � � G G G G �� U O D U �' �' �' U U����� ������"" c c c a c c o 0 0 0 0 0 0 0 0 0 0 0 " 0 0 0 0 0 0 0 0 0 0 o U U U U U U U U U U U U F' ` F F F F F H F F F F F U U U U O U O O____________ E U U U o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 U U U U o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 o C� C� C� F- F- c"""" """"" °' s U ���� �. b0 b0 b0 b0 b0 b0 b0 b0 b0 b0 b0 b0 b0 b0 b0 b0 b0 FO b9 b9 b9 b9 b9 3 3 3 3 3 � 3 3 3 3 3 N N����d �� Lt Lt Lt Lt Lt Lt Lt Lt Lt Lt Lt Lt F.� QQQQQQQQQQQQQQQQQQQQQQQinininininininininin oa iaiaiaiaiac�c�c�c�c�c�c�c�c�c�c�c�c�c�c�c�c�c�c�c�c�U - c ❑ ❑ c c ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ c ❑ co co co co F co co co co co co co co co co co co co co co co co co co co co co co co co co co co ho dn co co 000000000000000000000000000000000 A 0000000000 A L1L1L1L1L1L1L1L1L1L1L1L1L1L100 x x �cx+ �cx+ x x x x x x x x x x x x x x x x x x x x x x x x x x x x x x x �cx+ �cx+ �cx+ �cx+ �cx+ �cx+ �cx+ �cx+ �cx x �cx+ �cx+ �cx+ �cx+ �cx+ �cx+ �cx+ �cx+ �cx+ �cx+ �cx+ �cx+ �cx+ �cx+ x x G L, ,c, ,c, ,G G G G G G G G G G G G G G G G G G G G G G G G G G G G G ,� ,G ,c, ,c, ,c, ,c, ,c, ,c, ,c, ,c, ,c, � �4 �4 �4 �4 �4 �4 �4 �4 �4 �4 �4 �4 �4 �4 L G V OO O O O O O O O� O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O� O O O O O O O O O O O O� O O O O O O O O O O O O O O O O O O O O O O C O O M O O O O O O O O O O O O O O O O O O O . m m m m m m m m m m m m m m m m m m m m m m m m� m m m m m m m m m m m m m m m m m m � O U O O O O O O O O O O O O O O O O O O O O O O N N N N N N N N N N N N N N N N N N N N N N N N N m N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N�N N N N N N N N N N N�N N N N N N N N N N N N N N N N N � � � � � � � � � � � � � � � � � � � � � � � � � N � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � P P P P P P P P P P P P P P P P P P P P P P P P P�n P P P P P P P O� P P P P V P P P P P O� P P P P P P P P P P P P P P P P � F" CS � �y Fi 1�1 3 3 m � __ G G 'e a a O p o F zz G e � � _ 9 F .. � z WW � O " T �' � � � p � = O 'D �' L, Q Ca .� W ��� 3� c� Q O -G � � N Y � Q W GL � Z qj vY '�' W y? �' � w �d N m ti � a y «' �� w � 0.� b9 � 3 j N 4 � � y " V� `� v� �� V v� �� W O cE� ° � � � � F in a�' A A m m m m°° d ., v� v' ,,� y 6 F w co c° cu °N' a nu F¢¢ .> .> �T �T 3 � o -� G"-°'..'a .�a � N� Q'c .� .g � c - 5 U o - � � 'Y s °4 a �0. � A .c � Qn Qn .� �� Q- Q. a�i ' a�i ' � a�i a�i �,� .5 .S .S .5 � v o -a 'T' ¢q' .x p„ � d .. Q �� �'a v `v� `° � a 2 .c° °q � - - a � a � � � � �o ' ' ' ;� a a a m 4 ❑ � " c fL d � �°�' m � c q � a ��� a m� c en .� a 3 3 v' v' a,c cC r1 x x m oFo .oFo ou �,�-� x x° ���� v v F" �" .� �� Q,X' � a�'+ w m d. �.' � �`° ma'a' �c� '�'� � � ° `T..O'z..a' A A A °°� a a a a•... .o o'� aa'.�f�� a+ ��va'X � m m� ���.z .z �� � q� Ca Co a a a A o7 07 5 5 Y m �'g � 3,o g � �� a ��°' c�i� �s E $�00 ==FFQO ��, a�i -a�i� c9, c9, c9, c° � � � 2�aaaa00�.. �� �a -,o �,:�'S�'x� v� r � a = > a > cu cu ,� s :: x _. � o�- n � o ,� .. .. �cz �cz o -- 3,-. 3 a m m m c�� c itl �-. � c c c c dS 4S' s'��" a�,g v p, v `i' �, ,9 ,o p, 'v �� � L `° � 'o = = �+ �+ �„`o = � �n 9 V cn V .o '� '� d w w y � 's� 's� 's� 's� � � x F, v � � -a � 3 w v � �a� .a rn � �7.' a Q o o � o � G � ^ p � � � `° `° " `v a3i 9 °° i° o °° o c c c 0. v' 0. ° .N .N � > > a " ' d � �+ �' � m d � d � �. v m �`o � ,o � �W: x� x0 �°,.'�o�o 0 o v��0 9i,t W�o�,'� W r,c� W',r�' �c,�-�"�����'�' � v�g-�-�jn�.��`o �9v' i�.°'. G G'x kQ k o o'G '� `-° 'G �� x�� o��' �ri� �ri� v�i k. k. `e G� v� W o o W o o'S 'S 'S ,i �,i Z U U a J w° w° w° w° wo wo w�C W> q.T. p� m o�, J o U�j w° �, `° .�. Pl � � c.� � x o x x x x x x w x v o �7 ._ � w 0 0 °�,' o. o o x o 0 0 �`o �`o �`o ... �`o �`o �`o 0 y O^` N� N a•�i G O �; O O v %.% .% O� O k O� �� � O w v v � U�m .N .n 4` � a'�i k � � � � � �� � v� X X�^ X X W K� K G G X G� X X X v k k k z K Z z z Z k k a'�i k a� y.. «.. .� o ""Z7 3 " o c o o �- a,'� '� c� ',�--- '�' '�' � � � m � ., � '� ., � '� '� '� G c G � � � � ^c °'. °'. :'. °'. m m � � �, � � � c °�' c o N o o � � o o ° o U U U V] U V U U U a� aui -� y � F aui U V t�J V G` aui O U O a'�i ` a'�i � a'�i C C C C O O � � L/ � Q Q U O D U O � V V G U U N` a a a� M. u u v u o u° u o o u o 0 o u u U._ U`' '- o'- o 0 0 o U U ._ U U�h U�h " q �' o" a a n c a� a� o. " a� c o 0 3 c o U v U U U U �- a, �y c c c v c U U U U c c� c.., �y o� Q A o 0 0° 0 0 0 0 0 0 0 0 o p o 0 o V, o�- o o._ o 0 o a o a o 0 0 0....,.,.,'y'y o 0 0� o�" � "' � o ;J 0 0�� o io � o io C7 � O O � O O. _ O�,, O.' .' O.' O O O D U U��' U" U U o U o 3 � p� v, o�D. .- 0 o r, r, v M v Q p.' .' o._ .' .' a o.y .' a n..y n. a.' .' .' o 0 0�h �h �h �h o o�h �h o�h � o� c� iv d�� v m v a - .-. .... __,..,p aa_ o,aaov, ao aoo a000 aaa�v,o �.�o.�000 � ov 2� ..o.,.,C.-�--�n Noov- oo �o o��o`�.°,v000� V o0000 ��MM000Xo`^ao�o��Wi, -'C��o W�o W o �y c� c� �y ci o� Q o o � � o 0 o U Z U o o � a a v, o�� U 9 9 _ ¢�¢ C7 C7 ¢ d Q d Z'z d � o� o� o� � 3 v i i� i i v v v i � i� i %' %' %' %' � � m � �i i' x x x��������• O' �� 0 o vz, o vz, M �o o.-i U v� o o rv, �o �o �o �o �o ��o �o �o M M M� o �n � �� M�n �n N M N M o U U U v .� v o.�,'^n v v v U U U c� m a. N m c� � m c� a a a a a cv <v m<v N m<v cv <v m N m �'m C7 C7 C7 U a a a a a U � � � '�, c c c a. >. >. >. F >. >. � � � � � � � � � � F X X X X X X X X X X X X X X X X X X X X X X k k k k k k k k k k k k k k k k k�� �� �� 4� 4� 4� 4� 4� 4� 4� 4� 4� 4� n. n. n. iO n. n. n. a a a a._ E E E E E E E E E E E'�'�'�'�'�'�'�'�'�'�'�'�'�'�'�'�'�'�'�'�'�'������������������ v v v°'SaS�aSaSaSaSaSaSaS ' 0 0 0 0 0 0 0 0 0 0 0 ��� v v� UUUUUUUUGUU�n�n�n�n�n�n�n�n�n�n�n�n�n�n�n�n�n�n�n�n�n�naaaaaaaaaaaaaaaaa � � � � � � � � � � � � .- � C� C� C� C� C� C� C� C� C� C� C� C� C� C� C� C� C� C� C� C� C� C� d. d. d. d. d. d. d. d. W. d. d. d. W. d. d. d. d. �, ��•• •• •• •• •• •• •• •• •• •�• � ���������� �. C C C C C C C C C C C C C C C C C �" C C C C C C C C C G O """"""""""" 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 G G G°°°°°°°°°°; 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0°°° U U U U U U U U U U U U U U U U U U U U U F F F F F F F F F F F F F F F F F F F F F F F; F; F; F; F; F; F; F; F; F; F; F; F; F; F; F; F; U U U ^� ^� ^� ^� ^� ^� ^� ^� ^� P� �' �� � ������� 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 x x x � � � � � � � � 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 o U U U^^^^^^^��� o U U U U U U U U U U U U U U U U U U U U U U U U U U U U U U U U U U U U U U U U U U U U U U U U U U C7 C7 C7 .�-i .�-i .�-i .�-i .�-i .�-i .�-i .�-i .�-i .�-i '.I,' c c c c c c c c c c c c c c c c c c c c c c c c c c c c c c c a c c co co co co co co co co co co co co co co co co co co co co co co co co co co co co co co co co � co �_co _co d O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O A A A A A A A A A A A A A A A A A A A A A A A A A A A A q A A � x x x x x x x x x x x x x x x x x x x x x x x x x x x x x x x x x x x x x x x x x x x x x x x x x x x x x x x x x x x x x K x x e �- �� �c+�c+ �- �- �- �- �- �- �- �- �- �- �- �- �- �- �- �- �- �- �- �- �- �- �- �- �- �- �- �- �- a a a a a a a a a a a a a a a a a a a a a a a a a a a � a a aa G ,G ,c, ,c, L G G G G G G G G G G G G G G G G G G G G G G G G G G G G ,� ,� ,� ,� ,� ,� ,� ,� ,� ,� ,� ,� ,� ,� ,� ,� ,� ,� ,� ,� ,� ,� ,� ,� ,� ,� ,� ,� � ,� ,� .0 U 0 0 0 0 � o 0 0 0 0 0 0 0 0 0 0 0 0� � o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0� � o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 `e � o v v v v o Uo `�'M"' N � N N N N N N N N O m N N N N N N N N N N N N N N N N N N N N N N N N N N N O N N N N N N N N N N N N N N N N N N N N N N M N N N N N N N N N N N N N N O O N N N N N N N N�N \ N� N O N N O � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � N m � � � � � � � � � � � � � � P P P P P P P P.- � vi P P P P P P P P P P P P P P P P P P P P P P O� O� O� O� O� -� O� O� O� O� O� O� O� O� O� vh -� O� O� O� O� O� O� O� O� O� O� O� V O� O� � � � � �y Fi 1�1 0 W c 3 o a c o x ti n o F a"i y � "' � m � o o y o 0 o a � `�° � c c o "" � o c ro �n �n k. W a r/ ,� � 9 m o o . a° co W v p:, 2'm y yp 3 � . � k- k. � o .� � `> ; > C] ti i3 N `C � b9 b9 a3i �� ;y U�'' o G -a ❑ p0 � V] V] > ^ O —,vi V^`j .� y N y '� `� �0.�" ��O �� � ��9� Y a 3 � y " � � ` � .c a a " c° � � � � � �° a � � N 3 �n ,�., = q .�a � a F x c c y.> c CL CL ,T, •� �> �� r ,. ,. a � r- . . . r h •"a ? �o F-� m m,� �o �" a a, a a a a a a ^ �� �.�° a w.S .c ❑.5 x�. � c c c c q c 3�' � w w Fn Fn u . eo m A � � � � m m " � � � 'a � � � a � � d � ^- ro ro ro ro �� ro � � � � �•• �m c��i co 3�:. :. o— �`-' y� x a x x x x x x �,.�j ___� n, � � a w a w x o K A w w w w p, w� ca .ti c n' � F-�a � 0000amF.�v�vvvvv� �'.- .�. �a w°' °'a °'w° c`��° ^c d d d d'a dw° ,9 m oJ o � � .� "- � N o co� � � ¢ �� v� �y � x � � � � � � c v��i �� °' °' a"i� °' m � � � � a `�° v � � � � � � � � � � v :; � �.,3 A� o 0 o a a a w�'+ .. a`" w w w w w.. °1 3 3 � E 3 � �= � � �� � � = -- � � � � � � � � � � � 2 2 � 2 � � � �o � � � 3 ' h- �a 9 9 �a 9 �a � � � 3 .c .�, ' � .0.00. 0.o m �"�0�� a3iaO�v��v�v�v�v�v�v�Uv� o�������x'S�'xx � °�v9', �S',x',Z"�"S�','x'S�'.� �i�9"� � °i� cn cn v� cn �T � E a� a� -o o ,,.,`o ° w° w° ° °"° w `o ,� �y � U w`o �`o, W,�`o w`o w`o 3 � c o� �� �`�' ° o 0 0 0 0 0 0 0 0 0� o 0 0 0 0 0� o 0 0 0 0 o a o 0 0 o y o x xx x x x o�Or"n00 o u ,�, �o.00 N�o � � ._ ._ .. ._ ._ ._ u � u a� � a� a� a� a� a� a� a� a� � a� a� v a� a� � .. .. .. � .. .. .. .. °: :: °: °..' °: � .. :: °' .. '� '� �.°. '� '� '� o o�,�`o ,�`o ,�,`o � o c o G� G G G G G G G G� G G� G G" c c c c c a c c c o 0 0 0 0~ o M� c G o' �� c m;; d;; m;? a- `^ � U o U o° o 0 0 0 0 0 0 0 � o o G o 0 0 0 0 o a o 0 0 o G a a ` v" a m y m y m m m?3 m m m m �- U... U v U U U U U U U U U U U V U U U U U U U U.k U U U U U U U U-,°� U �� U __ a X U � .. .. .. � � .- � o n.'�, a.'y ._ �- �- �- �- �- �- �- �- �- �- �- �- 'y 'y �, �y �, ro �, 'y �, ��, '�, '�, '�, '�, .- '�, m ,"y �h h h U u c c c c c c � � c c c c U o a oo a a n. a n. a n. a n. ._ a a�� a a a " " "� _ y a 0 0 0 0 0 0 0 0 0 0._ a a. F � CJ CJ CJ CJ �p � ������ O O R' O O � O� o�� �'-' � o� O O O O O O C'-" � O O� � CJ CJ CJ CJ CJ CJ Qi U.' '''�' � a o o �n o v� � o o v� v� v� v� v� � v� � o 0 o N o,+{ o 0 0 0 0 0 o io io o io io o `^ � v, .� o . o ' a. ' a' o. '�' ' a' a.�, ._ a. � a� a. � a o Q m" � m m^ m m m m v` v` m m�.. a- v- v� v v v" � v" � v" v v" v" v" v" v" v" � v" �� v" m`�" .,�� `�° a- n. a o m m � � o�� �o � v, v v v .-. v m�n � o<„ �G�G v v v v v v a v m� m m o v, m� N M � o 0 0�� o� o o��� o �'S 'S U� � N� N m m m M� cy v N � N M v v v v.- � m v m v p p p p M o� r, ��^ o � 3 N m� o�., ',z �4' .MZ'o .Mxo .M"'o �.Mzo .M�4'o z x o 0 0. � M �� o� x�� o _ �.- .- a� o.- � oo .- a� o•- •- •- �^, ^, ^, ^�'� v v m v � v v v v v v v v v v v v v v v v v v v v� v M v v M � o v v - �����"M��°°�����"xo"x"x"x"x"x"x"x"x�"x"x"x"x"x"aoa�������������a������M�� C C K 0.�i F�i 0.�i K K 0.�. K K K 0.' L� N N N N I'+ I'+ I'+ I'+ I'+ I'+ I'+ I'+ I'+ I'+ O O O O O O O O O O O O .� .� .� .� .� .� .� .� .� .� .� .� .� .� .� .� .� . . . . . . . . . .v .4 .4 .4 .4 .4 .4 .4 .4 .4 .4 .4 .v . v v� v� r� r� v� v� v� v� v� v� v� v� o 0 0 0 .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. F � � � � � � � � � „ •, ., ., ., ., ., ., ., ., ., ., 4 � 4 ' ti ti ti ti � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � E E E E E E E E E E E E-o -o -o -o c c c c c c c c c c c c c c c c c c c c c c c c c c ' ' ' ' ' ' ' ' ' ' ' _ . � . � . � . � . ` ' ' ' ' ' ' ' ' ' ' ' ' ' ' ' C t t �t �t t t t t t .�a .�a .�a .�a .�a .�a .�a .�a .�a .�a .�a .�a .�a � .�a 0 0 0 0 0 0 0 0 0 0 0 0 0' , o' o' �� rT rTi rTi rTi rT rT r�C rT rT rT rT rT ^1 r1 ^1 r1 G G G G G G G G G G G G G G G G����������,� ,� ,� ,� ,� ,� ,� ,� ,� ,� ,� ,� ,� �,� F G G G F F C C C C C C C C C C C C C C C C C C C C C C C C b0 b0 b0 b0 b0 b0 b0 b0 b0 b0 b0 b0 b0 b0 b0 b0 b0 b0 b0 b0 b0 b0 b0 b0 b0 b0 b0 b0 b0 b0 b0 b0 � b0 9 (� (� (� (� (� (� (� (� (� (� (� (� (� (� (� (� (� (� (� (� (� (� (� (� (� (� (� (� (� (� (� (� (� �i �i �i �i �i �i �i �i �i �i �i �i �i �i �i �i �i �i �i �i �i �i �i �i � ,% % % % % % % % % % % % % % % % % % % % % % % % % % % % % % % % X k k k k k k k k k k k k k k k k k k k k k k k k �c+ �c+ ":� '�.7 67 67 67 67 67 67 67 67 67 67 67 67 67 67 67 67 67 67 67 ' :� 67 C G,G ,c, ,c, L G G G G G G G G G G G G G G G G G G G G G G G G G G G G,� ,� ,� ,� ,� ,� ,� ,� ,� ,� ,� ,� ,� ,� ,� ,� ,� ,� ,� ,� ,� ,� ,� ,� .0 [) O O O O V O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O� -M+ O O O O O O O�N O O�N -M+ O-M+ O O O� O O� O O� O C M M O M M O M M O M � O U O O V O m O m O V O M M� N N N N N N N N N N N N O N N N N N M N M N N N N N N N N N N N N N N N N N N N N O O N N N N N N N N N N N N M M N M N N N N N N N N N O N N O N O N N O O O N N O O O O O N N O N N N N N N N� O N O O N O N O O N N N N N N N N N N O O N O � � � � � � .- � � l� � V � � � � � � � � � � \ � N � N � \ � N � N N � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � N P P P P P P.- P P P.- P V V V.- P P P P P P P P P P P P P P P P.- -� O� O� O� O� O� O� O� V V V V V V�n V � � CS � Hy Fi 1�1 k � O G ti � O O � p a O y LG [L� a � � m � � G � � z v��v�i � �� � �x .o � � " r�� ¢ v' " 7 � c F F' � 'x '-� � � q n, ` �° Y „ a �o '� � 3 .�e cj v C 4 � o❑ � � w m � �o = y v v � o � .o °° � s � " C7 .° � � `n = c v� c°o s° s° �e m � p � P.' � .� t° c.E o �� ��o W . �� n�u x" 3 c c ��i F� a a C m ��� � v' � n' c, � a, . °° o cG .; 2 - m'� Q p a.,i �a �a � a 3 x � a � � � o � � � '� a. 0. ¢ .o ¢q' �j .�- �i �� w a 8 � tr.. a Y � � � �n X 9 °° � m v v 3 A @3 �' 0. � � � �o �. ti d �� ^�,�c •-Oa '� � �' � .. v, rn o F y � o � A o `°. .� v� v� .> � � °'d c � � � � � � � a q y „ � �' � � •- a ' ro � -a � c� `° � , m �o m a � � 3 �' a" = � s a � a a p` �` " = s = a 0. a . � � � o � �' � " ° w a �� .S .S .� � a y � ; _ m m a � � o � � s. [i [i � .-. � 3" u�O .� a�oi m� � � 3 .c � o W K x a a a _�' .S q U 3 � _^°' _ = 9 cp ; � ",o o -- c� �°.n � � S ,y " a - ti ; � `� � � 2 � � � � °' a a w +? � s .. �- S a K ce �" Ca C] FA o � a x � 5 � �m o .T m a '� .c f5 Y - a �" � � .� m � � � m � i ❑ '° °' c � -� aq J � � C� U ,D wo x x (7 .- �..`o o '�- o �..`o o � 3 �o � � ro a� a C7 N" x x o N � ° � � a ,� «, -'� � '`y^' � � .� p„ pr ,g Q���`o�..`ou..`o o^ c� o�..`o��� c c � U o� 0.�p F�K� ���� o c d �� c��a'99a� � ufa �� �t4� �� a .-. _:'. °�,' '-' °y' '-' '; � 3?? u°..' a� G u u k. � c o� C7 a s a3i 3� a� .N � �^ o a o� a a G o 0 o v x .> m „ ' 2 � �O � �-' " � `� `� � q` F? ro ,'� � 'V" � �o m v� u G G o 0 0� G u u U U U o o v o 0 0�`0 2= v� o?� U� q` 'D c c H� u p? r�i� a'�7 �"" W y�, '�' x x x'S�' � �.c° � - 1, '� �'" �'' a a o 0 0 o a� u o 0 0 o U U o._ U U U a o `n o o ,.a �`o s ,�`0 2 �^� c UUU m UUU o o._ U - a o9 o W c� �oa o U o www° C+ -c 3 c a W� v m U � m m o ._ a. �y '� ='• �� o o U U o w�`o U� o v"° w° o.� P� � �._ a ,y 4. 4. 6 '� Q, 6 6� tJ tJ K � w �.� 1 k N N K k k k Vi H U �G Q� 3 � O O O`�" p. P. U U U�.^ '� � X X R Q O,� O O k K K N N,k k Ck+.k � K, , k k C+ C+ � C+ �' O O 0. O O O�- � O O� 0o b O O O F O O u y ��� �� �G '2' �[i� W� Z�" �" � �G �G � O w w O O 4, �- r�Ti � �G r�Pi a� O D U U d �� po o M^ �p O D U U V Z'F..y O O Y y � � �� N m i i� �o � M� Q� Q� Q o o�.. �.. �' v? v m � m v" v" ._ a� a° � o` � � a��i _ «' o o:'• � i � m�� d� y y m:: ��.�. m d� i m v w° w° w° w° w° Fo o m \ \ � � c ` � \ M U � � n. o o cJ U " � °: :: v v :'. .. . •' .. o o .. .. .. � .. .. .. O O O M V� � O F F V`n X j.s O ^ O... O O�O C C i" C C C Q C C C G C� C C,� ««««« o�� � o c� c� c� 3 c c `c c c � 3 a U U U�.0 �� � x x � U o 0 0� m m .- �o '^ o' a_ U° o 0 0�� °° o°� ° o U °" m � U o 0 o o o o 0 0 .m. .m. .m. .m. :'. -__ A v- v- v- }L _ U U m�� o m m m� �'+- a- o�� o� ����.' U w U U � o U U U U R1 �. w U � U .. U._ U U U U U U U y fa o 0 0 0 0 ca a ca � y y.� ��� r� y v� v� a��, �� o 0 0 0 � a�h _... ... ���y �h �y h h�y N... y h h y h h y y y y h o v v oo m.- � v, a a o o � v, ..�-t vui vui � o a�� o y y . N ... ... . y. .. . , . �a r U U U U U 0 0 o v �o v w�o 0 0 0 �o � o � v; � � p., `o ti o 0 0�� o o c c � o 0 0 0 0 0� o� �� o o c o 0 0 0�� n v" ro ro� �o �o vi vS � �o �.i v, � �o ,., o o� �' '^ ���� `?- "' T r� o N ��� c� M o.-. .-. � v v v v M M� y y y a m`r � Y`r ,�ip: p: d d d d d� m m m� a ' M�NvvvvNv,�o�mmo�� �>�>� i i� i Q000 00o N.-.�oaN�N�vv���°iv�vvaN��v�vv �oo.�o.�o� i i�� m v`�, `� ,N„ `� cv o Q o w �`�i, �`�i,vWiA �nm�`�i,00�Ni, `^ p.,�Vi,,Unv�iqP�n � '� 2 CG w' � f�'' � � a r�1 � `foG o i i `� `� '� � o `p `^ o �Ni, v, `^ `^ v, r, .-. .-. � .-. -� -� .-. .-. o; v o; o; v _ � r, v v v v v v v v v v � cJ cJ v�i v� v� �' �' � � � �° '� '� '� '� '� ¢ - .-• .-• .-. .-. .-. N ^ .-. ,.,, �^ .-. ^ Q p, .-• .-• � � �' o 0 3¢¢ ^�--aa�a�a��A"c7aCzzaC��� aC�aaz ' N N N N�����^�^^ v X X.-� .-� .-� X X.-� .-� F o a a a a a �' o 0 0 0 0 o v, o v, o 0 0 0 0 0 0 0 o v v o v, o� o 0 0� o � FC FC .7 .7 .7 CC FC FC FC FL O' FL FL z F F U U U F F U U Fc v FL FL FL F� FL C] i W -� W W P. v ri v v X X X X X X X X X X K � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � T T T T T T T T T T � � � � � _ 9 9 � � � � � � � � ���������������n 9 9 9 9 9 x x x x x x x x x x x x x x x x x x x x x x x x x x x x x x a a a a a � z ce ce ce ce ce ce ce ce ce ce c c z z z z z � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � ��+ ��+ ��+ ��+ �'y N N �Nc t' t' � � � � � � � C C FC FC FC FC FC FC FC FC FC FC 3 3'O 'O 'O 9'O 1 �.� .� .� .� .� .� .� .� .� .� .� .� .� .� .� .� .� .� .� .� .� .� .� .� .� .� .� p F4 F4 F4 F4 W p7 p7 p7p7p7p7p7p7 a a a a a� a�n G �G �4 �� G G G G G � G �� Z Z Z Z Z Z Z Z Z Z Z O O FG FG FG FG FG C� R�i R�i R�i R�i R�i R�i R�i FC R�i R�i R�i R�i R�i R�i R�i R�i R�i R�i R�i R�i R�i R�i R�i FC FC FC FC FC FC c G G G c c co c c C C C C C C C C C C C C C C C C C C C C C C C C C C C C C C C C C C b0 b0 b0 b0 b0 b0 b0 b0 b0 b0 b0 b0 b0 b0 b0 b0 b0 b0 b0 b0 b0 b0 b0 b0 c b0 b0 b0 b0 b0 b0 b0 � h0 h0 h0 h0 9 (� (� (� (� (� (� (� (� (� (� (� (� (� (� (� (� (� (� (� (� (� (� (� (� (� (� (� (� (� (� (� (� (� [i �i �i �i �i �i �i �i �i �i �i �i �i �i �i �i �i �i �i �i �i �i �i �i �i �i �i �i �i �i �i �i �i �i �,% %%%%%%%%%%%%%%%%%%%%%%%%%%%%%%% X k k k k k k k k k k k k k k k k k k k k k k k k k k k k k k k k k k �c+ �c+ ":� '�.7 67 67 67 67 67 67 67 67 67 67 67 67 67 67 67 67 67 67 67 67 67 67 67 67 67 67 67 67 67 ' :� 67 C G ,G ,c, ,c, L G G G G G G G G G G G G G G G G G G G G G G G G G G G G ,� ,� ,� ,� ,� ,� ,� ,� ,� ,� ,� ,� ,� ,� ,� ,� ,� ,� ,� ,� ,� ,� ,� ,� ,� ,� ,� ,� ,� ,� ,� ,� ,� ,� .0 [) O O O O O � O N N O O O O N O� O� O O N O O O O O� � O� O O O O O O O-M+ O O O O O O O O O-M+ -M+ O O O O O O O O O O O O O O O-M+ -M+ O O O M V O O V O O V V V O O V V O C � UoMM`M" `„M`„ N N �n c� c� �n �n N�n o a a a N N N N N N N N N N N N N N N a a a a a a a a<v a a c� c� c� c� c� a a a c� c� c� c� c� N N N N N N c� c� c� c� c� N N a o o a N N� c� o c� c� o 0 0 0 0 0 0 0 0 0 0 0 0 0 o c� N o N N o 0 0 0 0 o N - N N O N O�� O N N N N N N N N N N N N N N N O O N O O N N N N N N O N N N � � N N N N N O � � � � N V V V V V V V O O V V ca � � � � � � � � Oi � � � � � � � � � � � � � � � � vi vi vi � � � � � � N N V V V V V m V�� ������� � N N � O� N O� . i N N N� v�i i0 i0 i0 i0 m � .- P P P P� � l� l� .- �� � P O� O� O� O� O� O� O� O� O� O� O� O� O� O� O� O� O� O� O� O� O� O� O� -. vi U U U U U � F- CS � �y Fi 1�1 � x w 3 > Ca � C7 a, c A � a � ^ U a � c m ro o K a` a,' � Q `° 3 ¢ ¢ �o s � v' � .?i Q � � C� >. � °° m K � � a 3 3 m�� eo Y o W q ou `� � �'-' cn ��>,° S-a ❑ u�o � (� - � a. •a � o � A y � o m� � �u �� a � °' � n. ;? '� u�o u�o o. 0. � � � w° °°- � .c u�o'�0. W c „ .> Q � > m m nu� m-- � ���3 o��a �2 c°A 2 p` � � � aa��,z:�.0. 3 3' a m � Q 0. � � �� � � � � � Z3 C] c�Oi c�Oi a " 'c d �n ,� a � � 0. ` 0. � �'• " p � �o a�i � � � � � 'S v, �n � ou W�,�-� ou Q `� a A 3 3 "� u �s� �; �� c or�`"j � � q�, � C7� mU�� �aa 5 0 ow°w° U �T .� 'o °' ," � m m m ,U �""' y o� � y�9 � o._ �.Y � E o�`@3 m 39 0�� � ��o�a�i�� ��� ro �-- o�. °° � W �'Z n' n' F � r° m � p a � m � �� c.-. u�'Co_.� � ox o x���� �U ��v=U -0.ov-ac�i'�'�2>" a��i a��i g F U�� a3i v�i F���� � p p �� A" � o� o°3' °°� o� o 0 0 0 0 0 0 0 0� 'S a ? � x 'S c � " c � .� o � '�' •� � .� �r� .x ''� o x ,2 .x �� �� �� �� ci ci U U :? o �' o m v- �,. �.. o� � o� a a� �`° o�' �°`o' o o U ` G U o 0 o v� a 3 °-' o o v m�°' � P-' v a� a��i a��i a��i '' . x o._ c� ., �����' o 0 0 0 m� m m m m o o V°� o o V o� ti U a'�, °" o U o c � o 0 0 0 0�o � o o z c c c c c �? c,,�o"" aU" -_ o a,U oU�-UU oUUUUU �� a' ?; 0 0 0 0 0�� o o -� a. a o � U�- a�- _ U�" """" � � � � U � U U U U v" 0. 0 0. � 0.� o 0 0 o a. ... 0. o a p, .,^� a 0. 0. 0. a�e ro m m� _mg�xaaMg�=o�Moa�Mgo�00000����u 0..m. c" P. P. �� 0. Q, cC cC 0.�� o' v 4 4 0 0 0 0 o io 00 0 00 00 �� 0 0 0 0 0 o v, 0.'S� o��� U'^ N in ^' o n, N v M o^ N^ v v vi .o M� °O x o� o 0 0 0�� o� o�"� Q�� o 0 0 0 0 0�� �-y �-y � o � ry ry - O N o O O o � �O �O � f� �O � M k- k- �O ��� O�� v O�. O O�n� O�n� O O O O m ' o�.,o0 33c�3333333c�c�3Ma3x"' `°`",.N,` ` v v r� v G Lc Lc F Lc Lc Lc Lc Lc Lc Lc F F Lc U Lc F o N o ��m v M a r�i :� x :� :� x � � � � � � � � � ,�, � �� �� d d d d d d d� 4'Oi 9 9 k 0 0 0 0 0 0 0 0 0 0 0 0 0�0 0 0�o a a a a a a a�����' UUUUUUUUUUUUUU `�UU •-•-•-•-•-•-•- �a U U5 U5 U5 U U U" F cC F cC �������" � a a a� a� a� a � a � � � � � � � � � � � � ` � ` ` � 2 2 2 2 2 2 2 � �O -o -o � �n vi vi vi ti v, F F F F F F F F F F F F F F F F F�-- �-- �-- �-- �-- �-- �-- 3 3 3 3 3 co c�o c°o ° co co co co co co co co co co co co co co co co co co co co co co co co co co co co co ��� 9 (� (� (� (� (� (� (� (� (� (� (� (� (� (� (� (� (� (� (� (� (� (� (� (� (� (� (� (� (� (� (� (� (� �i �i �i ;,x,x.�cx+.�cx+,x,x,x,x,x,x,x,x,x,x,x,x,x,x,x,x,x,x,x,x,x,x,x,x,x,x,x,x,x.K K K C G,G ,c, ,c, L G G G G G G G G G G G G G G G G G G G G G G G G G G� G,� ,� ,� � � - �ooSSo�00000000��00000000000000o��ooa `e oM o M M o - V o M M M M M� N N N N N N N N m N N N N N N N N N N O O N N N N N N N N N N N N O O N N N N N O O N N N N N N � N N O �� ���� P P P P N� v�i P P P P P P P P P P�� P P P P P P P P P P P P-\\.~ O� a 0 m � ro 0. �j G4 �7 � ;3 �3 � � � 'C 0. � F �v � = J O y � �- GJ r� . N F o a x q U S � F .ro � � � y � O O � o � � � � 3 0 _ � J � � � y W O O � Cq a9i ? � ^ F � N h r�i'. N G Q d � � �¢ � w 3 w 0 0 °' .". .". a .". ` ro ro o o � `o y y V V p, � •`-33 3 33 L ia ia ia ci ci 3 � y�� � NN q M M M M M N N N N N N N N O O � � P P r P P O� O� R � F- m � E• ac t� � F- m �r Ey• Fi 1�1 �� " ���������� ���������aa= ����������� ������UU�vv� - ���������������������������������������zz� �HHHFFFFFF����������������������FHHHHH���� ��������� �� � ¢ a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a¢ 6¢¢¢¢¢¢ a � � s° v � X d � � - - - v - - - - - - .� X X X X X X X X >C >C � '� _ ___ r, � r, v, r, �n r, � ca v n n m v n"_ _ a E -`�� �� X'^ X`O X o ''� X °"^ X°' iO X°' " X °' 0° X°' X X X v X iC k k� �� o k X x X x � x r., x m n n n'K v��x �., ��x m�x ��x �o ��v v, �o X r., � r., - �'�, � - - � � a - - � ���� � a � � a � � a � � a � � a °' � r � � i � � �, � N w �, N w �, N w �, N w �, N w � " " N � � � � y y .°o Z �� d� N�"' �"' �F F F N�� m N�� m N�� m N�� m N�� m._,���� " cc cc � N�n, �n �,y �,y �,y w w w� r�Vj cC �� r�Vj cC �� r�Vj cC �� r�Vj cC �� r�Vj cC h h h� o 0 0 0 0 o k" °' ��.� .� 0.� 0.� 0.�"'� "'� "'� 0. ti F 0. ti F 0. ti F 0. ti F 0. ti F��� a� p� p� p� p� p� p� � a O Q O Q O Q Z Z Z O Q� O Q� O Q� O Q� O Q i z z z o ���� i�i i�i i�i ��� F W v F W v, F W�n F W v F W v, � o 0 0 0 0 0` e vFivFiQQFFFFFF rFi�rFi�rFi�rFi�rFi�rFi�rFi�rFi��rFi�����rFi���N «. a r. r. a a�n QQCiCiv�v�v�v�v�v�Q Q Q '�' " ❑ ❑ ❑ ❑ ❑ � U O W W d d d d d d U U U Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q 4 4 4 .�-. ,�, ,�, ,�, ,�, ,�, � 0. 0. c� c� c� c� c� c� w w w c� c� c� c� c� c� c� c� c� c� c� c� c� c� c� c� c� c�'� � w w w,� w w w w w w x x x w w w w w w w w w w w w w w w w w w ������� p: p: CG CG CG K a. a. a. K K K K K K K K K K K K K K K K K K m o o`o 0 0 0 0. 0. o N 0.. 0.. 0. 0. 0. 0.� � 0. 0. 0. 0. 0. 0. 0. 0. 0. 0. 0. 0. 0. 0. 0. 0. 0. 0.�� ����� Q v y v Y Y v v �� O O•- •- � o o N O O N.- .- N.- .- N.- .- N o0 00 00 V co V�n v'J m - N ~ ������ v v v v v v v v v v v v v v v v v v v v v X X k k k k k�� rn 4� � �K K K v v io io jS � jS v v v io io io � � � v �o v v� v�n ___ �� a�i a�i d 0 0 o X X X X X X o o X X X X X X X X X X X X X X X X� X,. -vv�s�s�e�e--,����������5�5�5���v �e waaa= - F F F F F F F F F F U' U' U' U' CJ U' �� � � � � �� y y d FC 0.' 0.' 0.' 0.' CG (Y GG GG (Y 0. 0. 0. 0. 0. 0. 0. 0. 0. 0. 0. 0. 0. 0. 0. 0. 0. 0. 0. 0. 0. v v v v v� ��,� ` �c Lc Lc Lc Lc Lc Lc Lc Lc Lc F F F F F F F F F F F F F F F F F F F F F 0. 0. P. P. P. P. P. f. � 0 c 4 \ 0. 0. 0. 0. 0. 0. 0. 0. 0. 0. 0. 0. 0. 0. 0. 0. 0. 0. 0. 0. 0. � � � � � � � � � � � � � � � � � � � � � '� '� � O O O O O O O O O O O O O O O O O O O O O O O 555555555555555555555 �,c�c��; ���aaaaaaaaaaaaaaa��� - � �0. �0. �0. �0. �0. �0. �0. �0. �0. �0. �0. �0. �0. �0. �0. �0. �0. �0. �0. �0. �0. �� o: o: 0. 0 c c 5 ,e o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 o m y'� o 0 C��������� a a a a a a a a a a a a a a a a a a a a a�������.. �` E E E E E E E E E E E E E E E E E E E E E � � � � � � � y E E o a C C C C C C C C C o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0.a .a .a .a .a .a .a c o o � w w° w° w° c*°. v°. v°. v°. v°. v°. F F F F F F F F F F F F F F F F F F F F F O O O O O O O cZ F F [= s 5 M � � � M a � y ti d M a 4 � k k `^ � � o �n x Y V] u aS � c c c o 0 0 0 0 o c c c o 0 0 0 0 0 0 0 0 0 0 0 0 0 0��� o 0 0 0 0 0 0 o,S,S - �' a aaas � aaas o 0 0 � L�������� � � � � 7 7 7 N N N N N N a a a N N N N N N N N N N N N N N N N N .�j .�j p ��ooiiiiii���iiiiiiiiiiiiiiio`o`o`iizzzzzz���> � a a _ �,00000 000 0000000000o Q e �, �, �, � v ;a���M °;aaa°; °;aaaaaaaaaaa°; � " �M 0000000000��������������������� � ���������������������������������NNNNNNNNN 000000000000000000000000000000000000000000 - N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N � m P P P P P P P P P P P P P P P P P P P P P ���������� N N N N N N N N N N N? FORTW�RTH Routing and Transmittal Slip Development Services DOCUMENT TITLE: Small-Scale Infrastructure Program Unit Price Construction Contract for Driveway, Alleys, Sidewalks and Incidental Flatwork M&C:240957 CPN N/A CSO# DOC# Remarks: Contract documents are being routed to execute a contract with Ti-Zack Concrete, LLC, such to provide construction services on an as-needed (task order) basis for the construction of projects relating to the installation of small-scale or infill developer-led projects, for the Development Services Department's Small-Scale Infrastructure Program. DATE to 1St Reviewer: INITIALS DATE OUT 1. Cannon Henry, Asst. Dir. �„R �0�02�2025 2. D.J. Harell, Dir. p� 10/03/2025 3. Jesica McEachern, ACM C� �oi�oi�o�5 4. Katherine Cenicola «� �oi��i�o�5 5. Jannette Goodall, City Sec � �oi��i�o�s 6. Allison Tidwell, CS Office � DOCUMENTS FOR CITY MANAGER'S SIGNATURE: All documents received from any and all City Departments requesting City Manager's signature for approval MUST BE ROUTED TO THE APPROPRIATE ACM for approval first. Once the ACM has signed the routing slip, Jay will review and take the ne� steps. NEEDS TO BE NOTARIZED: ❑Yes X►vo RUSH: ❑ Yes X No SAME DAY: ❑ Yes X No ROUTING TO CSO: X Yes ❑ No Action Reauired: ❑ As Requested ❑ For Your Information X Signature/Routing and or Recording ❑ Comment ❑ File NEXT DAY: ❑ Yes X No ❑ Attach Signature, Initial and Notary Tabs Please call Tablisha Taylor at ext. 6250 for questions. Thank you.