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.