Loading...
HomeMy WebLinkAboutContract 57922��� ���'� �-i��a �'�� F`�f�n�� "'- � s- ° -_�' = F,c+a-- a� v �. �:�ris�ruc#1on ���' - f � ��� ���� � C�C fVo. 57922 COliYTRACT FOR TH� C011TSTRUCTION OF ���� ������� 3�0�11�TORTH RIVERSIDE RESURFAC�TG PROJECT City Project No. 102877 Mattie 1'acker Mayor David Cooke City Manager William Johnson Director, Transportation and Public Works Department Prepared for The City of Fort Warth TRAllTSPORTATIOl�T Al�TD PUBLIC WORKS 2022 �� _ � � �E���� �.�"�. _ _. :TA��� � - ;��, �'fi � �� � �� � � � � ��� o� �o�°� V����� � Standard Construction Specification Documents Adopt�d September 2011 ao 00 oa STANDARD CO�f STItUCTION SPBCICICAT[ON DOC�JMENTS Page ] aP4 5�CilON 00 flfl 00 TABLE OF CONTENTS Di�ision 00 - General Conditions i,act Rer+ice�l 00 OS 1� Mayoi• and Council CommunicaYian 07/01/2011 nnv� ,c��gfif� n��n�z- DO I 1 13 Invitation to Bidders 07/I912021 00 2] I3 Instructions to Bidders 11/42l2021 00 3S 13 Conflict of Interest Statement 02/24/2020 DO 41 00 Bid Form 09/3�12021 00 42 43 PrnposaI Form Unit Price 01/20/2012 QO 43 13 Bid Bond 09/11/2017 �D 43 37 Vendor Compliance to StaYe Law Nonresident Bidder 06/2�120I 1 00 45 l l Bidders Prequali%cation 07/Q1/2011 00 45 12 Prequalification Staiement Q9/30/2021 �0 45 l3 Bidder Frequalification Application 08/13/2021 40 45 26 Cpntractor Compliance with Workers' Compensation Law 07/01/2q I 1 60 45 4D Business Equity Goal 10/2�/2021 00 52 43 Agreetnent 11/23/2021 00 61 13 Ferforinance Bond Q7/01/2011 00 61 14 Payment Bond 07/0ll20I 1 00 61 19 Maintenance Bond 07/01/2q I 1 DO 61 25 Certifieate of Insurance 07/01/20I 1 Oa 72 00 General Canditions 08/23/2021 00 73 00 Supplementary Cc�ndifions 03/09/2Q20 C1T'Y OF PORT WORTH 2O21 NDRTH RIVERSIDH RGSURPACI3YGPRpJECT STANDARD CONSTRUCTION SP�CIFICAT[ON DOCUMENTS City Project Na. 102877 Revised March 9, 2020 0o aa o0 5TANDARD CO�ISTRUCTION SPECIFICATION DOCUh4GNTS Page 2 of 4 Technical Speciiications which have been modi�ed by the Engineer specifically far this Project; hard capies are included in the Yrojeet's Contract Docu.ments Date Modi�ed Divisio.n 3� - Exterior Xm rovcrnen 32 1 i 23 FlexiUle Base Courses 32 13 20 Conerate Sidewalks, L 32 91 19 I Topsai] Placement and Barrier Free � of Par�vays 12/20/2012 12/09/202I 12/20/2012 Divisian 34 — Trans ortatzon 34 71 13 Traffic Control 03/22/2021 Technical Speci£'icataons listed below are included for this Project by reference and eau be viewed/downloaded frorn tha City's website at: Divisian 03 - Cancrete 03 30 00 C.ast-In-Place Cancrete 12/20/20I2 Division 31- Earthwork 3I 23 16 Unclassified E�ca�ation 41/28/2013 Division 32 - Exterior Im 32 12 I6 Asphalt Pa� 32 1b 13 Concrete C 32 17 23 Pavement T 32 92 13 Hvdro-Mul Division 33 - UtiliEies and Gutters Seedin�, and S Gutters 12IzoIzol2 12/09/2421 11/22/2013 05/13/2021 33 OS 10 Utility Trench Excavation, �mbedrnent, and Bac1�iII 12/12/20I6 33 05 13 Prara�e, Cov�r and Grade Rings — Cast Iron Oi12212016 33 OS 13.10 Frame, Co�er and Grade Rings — Cnmposite 0 1/2 212 0 1 6 33 45 14 Ad�usting Manholes, Inlets, Valve Boxes, and Other Structures to 03/11/202.2 Grade 33 OS 16 Concrate Water Vaults 12/20/2012 33 OS 17 Concrete Collars 12/20/2012 33 t2 10 Water Services 1-inch to 2-inch 02/14/2017 CITY OF FORT WORTII 2021 N�RTH RIVERSIIlE R�SURFACING PRO.IECT STANDAR� CONSTRUC3"IbN SPECIFTCATTON DOCiIN�E11;Ts City Project No. 102877 Itevised March 9, 2020 http:llfo rtr�vorkhtexas.gov/fi�/contractors/ or httns:/lanps.fortworth#exas.�ovlPrai eeiReso�rtesl 00 00 Op 5TA3+IDARn CQNSTRUCTIQN SPECIFICATIpN I]OCUMENTS Page 3 of 4 33 46 00 Subdrainage 12/20/2012 Division 34 - Trans artal 34 41 10 Traffic Sig 34 41 30 Aluminum 3/11/2022 11/12/2013 Appendix END OF SECTION CITY OF F�RT WQKTH 2O21 NORTH I2IV�R5IDE RESURFAGING PR�7ECT STANDARD CONSTRUCTIpN SPECIFICATION DQCUMENTS City Project No. 102877 Aevised March 9, 2D20 +City nf Fort W�r#h, M�y�r �r�d Texas �OU�1�1� ���'1C1'lll�l�������1 E��kT�: ��11�l�2 N1&C �IL� �JU�1B�F2; F�18�� 22-�745{� �O� tVA�rtE: 202�2�21 N�k��fri �I�e_���iDE F2E��J�FACENG ��OJ�.C3 SU91J��T {�D �t and [��7 5} J�ulh�ra� Ex�eution oE a Coniracl vrith t�xas Maleriala �rau}�, Inc.. �ba T�xas �il� In U�e AmoUn[ of 51.7�7,F[33.1+� for ik�� 20�1 �I��trr F����rslr�e Ori�e Resui�f€,ctr7g Pro�eck Ft�CQl�INI�H�ATION; IC is �ec:Ul#itttEi3[I9� Ch�11I1�:? C;IIy [:o��nCxl a��Cftr�i[2 eSCEG�k�+lati Of .� CA�3tf�c1 WiCFI �'�x35 #srl�ltSC��IS GF��Ip. I��c„ d�� 'Ccx�'�� �iEk. in ahe ��ou�7i �sf �1.7C7,�;�3,14 ior th� 2��� �vr.��l�� Riverslde Dr��r� ras��rfac�n� �Eo�ec� ���ty PrU�e�l �Ju, �14�87; j an �pp�nxlm�,�aEy slrc lane rr�lies of sir�a; S�$Iliellis. i �� Tj�e Fis.�a1 Y�,�r za�1 f�8yGo �ontirect �S�raes �1aEnt�+�anr�e F'rograrn t�ro�r�rs v�ncus kyprs oi sire,ek m��n#enan�:� �nko spaa�� crsn�racfi packag�s, �'ne re�arn�n�rFdeci consiruction cni�ifacl a��1�ln�,d in ih3s F�A�}rar and Ca�mcit Cnrs�rnur�i�aklon (�t8��} wAf wra�iele si�e[�R r�r�a!�Illiallc�n i�l' �pr�roxlnralely slx lars� m�les n€ s�raet segmenls af �la���� �Iverki�a E�ri�r� iresnr 4!� iees s��st� c�f �'lary Ave�nue 1� Norlk}e�s! 29�h Sfreel, l3�ls co�rract hn�Miud�s pavemerri enarklMrgs wilh new lars� r.r�nf�gura;x�ns ar�d s��na{�e I�n��,ro�en��nlx (��ky F'ro��l �lo, 9�2d77�. Gonstruc�l�on 11�r #his �roJec:� is expeciecl to sE�rt �n sumrsu�e �022 and be �orn�lets:d by v�inker 7�7��. �Ipon �omplel�[�n of th� �roJeck, Ihr�re wlfl L,c� no �nticl�aket! len��tt s�rr th� Gene�al Femd n�eraNrsg budgeL Thls �rofecl w�s �dve��se+� �or �id on Mareh �"l, 202�, arf� Ma�ch 2�. �0��, in the �t7� �Vart�M �far-Te�r�r�raia�, �n A�xril 1�, �02�, �a�e iollowan� b�ds were �e�ca�+�d; �idder-� Amor�nR Texas Bll $1,707�B�3,rt�� �eac]��c� C,�r�5lruGii�rf, Ud. �i1,864,9�1.90 �a�e�on Pu�Mlc Works, L� - - — -=��,1€19,7�7, ]��{1�. Fursttl�rg Is h�clgeled the th� �'rr��sp�rt�rinr� an�! Puhl�e 4Uo�its f�[��rl�nk's c3erserai �apl��l Pra�ec�s F�in� i�r Ih� purpose af Fundlr�c� U�e 20�7 FfMA�: 7-h! I�iu�rsGd� Dr p�a�eci. as �p}aroprlat��, �,1ll�R� C]�F'I�:�—'f��xas Materl��ls C�ruup �Un�pll[�s with i�re {:Ily's C3usiness �quaky DrrJl�3�n�s by c�omtnllilr�g Co 23°f� Buean�ss �qkrlty ��a�#IcEpa���on in ��,Is p�xeCi, T�e �Itgl`s auslness Fc�ully goaG for Ehls p�ojeU Is ��°Ja, Thi� Qrpject Is C��al�d in COk�PlC�L [JC�uTR��7� -0 r�n� �1, A F�orrz-r 1295 Is rrcrl ret�u�red 1�eca�se; ��s r.o�lrsct wllt �� wl�h a p�blir_�y-kraried h�sGr�e�:; erruty �r � wl�olfy-�wnad s�bsidiary ar a ps�t�l�cly-�r�tfad busrness eniiky; �RH �ESC1k��F�R�UTATIDN f CEC�'�I�I�AYIOf�J: ihe Dlre['�#�e of Fln�n�e �erlifie5 �hs�t iur�ds are 2�vsll�bie tn ih� ct�rreni t��il�I bud�e�, as �revho��sly appraprla�e�l, in th� �eneral �apiEaG F'ro�ecCS r un�f for Ih� 2�21 FI�1A� 2�h# RIVe�ssd6 Df �rof ec� C4 �up�strl't ��+e a�pr�waF of a�e abo�+� re�asnmendeilnn and �xecua��n nf �ha contr���. Rrior �o a�ny experitl�ts�re 1�els�� incsrrrnd, ihe Tr�nsp�rl�tlon �r�d P��1�Ric: W�iri�s Uc��a�lrrt�ni kies kMie r2spo�is��ifity to v�lid��t€e Ihe ��v�i��biliEy o( fu��ds. Sul ,�Ilted ior Cf4y i�la�ag�tr'S OHfCe l?y.; Dsn� �Urgh��ff SU18 Ofiginaii�g B�si#tes�_UJpi[.��1 wilGi�m .I�hns�n 780�I �j�j�l,�� Informalinrr ��r�tact: ManEy+ Hall �862 00 � i �a INVITATION T4BID17ER5 Page 1 of2 SECTION 00 Il 13 INVITATTON TQ BIDDERS 3 RECEIPT OF BIDS 4 Sealed bids for the construction o�' 2021 NORTH RIVERSID� RESUR�'ACING PRO]ECT, City 5 pi•oject No. 102877 will be received by the City of Fort W�rth 1'ut�chasing Office until 1:30 P.M. G CST, Thursday, April l4, 2022 as further described below: 7 8 City af Fai�t Worth 9 Purcnasing Division 10 200 Texas Street 11 Port Worth, Texas 76IO2 12 13 14 rs i6 17 18 19 20 21 22 23 24 25 26 27 28 �ids wiil he accepted by: US Mail, Coutier, FedEx ar hand delivery at the address above; Bids wiil be oper�ed publicly and read aloud at 2:00 PM CST In the City Council Cha►x�be�•s. GENERAL DESCRIPTION OF WORK The majoi• work �vill consist of the {a�proximate) f�llawing: 44,OOfl SY 44,000 SY 2fl0 CY 3,520 SF 5,800 SF S,SOD LF 34,0b0 LF 4 EA 2" Asphalt Pa�ement Surface Coucse, Type D 2" Surface Milling Asphalt Base Repair Barrier Free Ramp 4" Sidewallc 7" Concrete Curb & Gutter HAS Pavement Marking RRFB Assembly Double. Sided, Solar 29 PREQiIALIf+'ICATION 30 Certain improvements included in this praject must i�e performed hy a contractar or designated 31 subcontractar who is pre-qualified by the City at the time af bid o�ening. The pracedures for 32 qualificatian and pr�-quafif cation ace outiined in the Section 3 of 00 21 13 — INSTRUCTiQNS 33 TO BIDDERS. 34 35 36 37 3$ 39 �4 41 42 43 44 45 46 DOCiT1VIENT EXAMINATION AND PROCUREMENTS The Bidding and Contract Docum�nts may be examined or obtaineci on-line by visiting the City of Forf Worth's Pu�•chasing Divisi�n website at htt :Ilwwu _tortworEhteX�s.�ov/aurch�,in�,' and clicking on ihe linEc to the advertised project folders an the City's electronie document management and collaboratian system site. The Contract Documents may be downioaded, viewed, and pt•inted by interested cont�actors andlor suppliers. Capies of the Bidding and Cantract Docum�nts may be p�u•ehased fi•om Nikki McLeroy, 817- 392-83b3. City of Fort Worth, TPW, 200 Texas St., Fort Wo�th, TX 76102. The cost of Bidding and Contract Documents is: $30.00 EXPRESSION OF INTERSEST CLTY OT PORT WORTH 2O21 NORTH RIVERSIDE RESURFACING PR07�CT STANDARD CONSTRIICTTON SPECIFiCATIdN OOCUMENT City Project No. 102$77 Revised 7i19l202i 00 l i l3 �lVI'I'ATION TO BTDbERS Page 2 of 2 47 48 49 50 51 52 5.3 54 55 SG 57 S8 59 60 (al 62 Tn ensure potential biddei•s are kept up to date of any new information pertinent to this project, all interested parties at•e requested to ecnail Exp�•essions af Interest in this proeurement to ihe Ciry Project Manager and the Design Engineer, The email shoul� include the company's name, contact person and that individual's email address and �hone nurnber. AI! Addenda will be distributed direetly to those who have expressed a� interest in the procurement and will also be posted in the City of Fort Woi�Eh's purchasing website at http:�/fortwor�htexas.gov/purchasing,' PREBID CON�'�RENCE — Web Canference A prebid canfel•ence wil] be held as discuss�d in Section 00 2l 13 - INSTRUCTXONS TO BIDDERS at lhe following date, and time �ia a web conferencin� apglication: DATE: Tuesday, March 29, 2022 TIME; 10A0 A.M, Invitations with links to the web conferencing applicaiion wi1] be distributec[ direetly ta those who have subtnitted an Exp�•ession of Interest. 63 If a pz'ebid confet•ence is held, the presentation and any questions and answers p�•ovided at the 6� prebid conference will be issued as an Add�ndum to #he call for bids. If a pre6id confei•ence is not b5 being lae[d, prospective bidders can e-mail questions or comments in accordance with Section 6 56 of the Instructions to Bidders referenced above to the project manage�•(s) at the e-mail add�•esses G7 listed beEow. �mail�d questians �ill suffice as "questions �n writing." If necessary, Addenda will G8 be issued pursuant to the Instt•uctions to Bidders. 69 70 7l 72 73 74 75 7& C�TY'S RIGHT TO ACCEPT OR RE�CT BIDS City reserves the right io wai�e iY-�•egularities and to accepY at� rej ect any or all bids. . r.a:l Ciiy wijl award a contract to the Bidder presenting the Iawest price, qualifications and campetencies considered. 77 FUNDING 78 Atay Contract awarded under this INVITATION TO BIDDERS is expec#ed to be funded from 79 reven�es �enerated from bonds, geants etc. and reser��d by the City for the Project. 80 S1 82 83 84 85 8G 87 88 89 90 91 INQUIRIES AlI inqutries relative to this pracur�rnent should be addeessed to the follawing; Aitn: Tariqui Islam, City af Fort Wof�Ch Email: tai�alarra�c�turtw���thtehds.�oV ADVERTIS�MENT DATES March 1 �, 2022 March 24, zozz END O�' SECTION GITY OF FOItT WbRTH 2O21 ISORTH RIVER5II7E It�5URFACING PRO�ECT 5TAI�IDARD CONSTRUC.TIOI�T SPEC�ICAT[ON DOCUMLNT City Projeet Na. ]028'77 Revised 7I1972Q21 �021 !3 CACST1tUCTIONS TO BIDI?ER5 Page l af 10 S�CTION OU �1 l.3 INSTRUCTIONS T4 �IDDERS L Defined Term� 1.1. Capitalized terms used in these INSTRUCTC�NS TO BIDDERS are defined in Section 00 72 04 - GENERAL COND�TIONS. i.2. Certain additional tierms used in these INSTRUCTIONS TQ BIDDERS have the meanings in.dicated halow which are appIical�ie to both the singuiar and plural thereaf. 1.�.1. Bidder: Any person, firm, pat�Ynership, company, associ�tion, or corporation aciing directly through a duly authorized representative, subznitting a bid for perfornaing the work contemplated under the Cantract Documents. 1.2.2. Nonresident Bidder: Any pers�n, firm, partnership, company, association, oz' corporation ac#ing directly through a du�y autharixed repr�sentative, submitting a bid for performing the work contemplated under tha Contract Documents whose principal place of business is nat in the 5tate of Texas. 1.2.3. Successful Bidder: The lowest responsible and responsive Bidder to wham City (on the basis of Gity's evaluation as hereinat�er pro�ided) makes an av�ard. 2. Copies o� Bidding Documents 2.1. Neither City nor Engineer shalI assume any responsibility for errors or misinterpretations resulting froin the Bidders use af incamplete sets af Bidding Documents. 2.2. City and Engineer in making copies af Bidding Documents aeailable do so only for the purpose of o�taining Bids for the Work and do not authorize or confer a license or grant far any other use. 3. Prequali�ic�Han of Sidders (Pri�te Contractors and Subcontraciors) 3.1. IIidders or �heir deslgnated subcontractors are required to be prequalifieci for fhe work types requiring prequalification as per Sections 00 45 1 I B�i7DER,S PREQUALl�`ICATIONS and 00 4S 12 PREQUALIFICATION STATEMENT. Firms seeking pre-qualification, m�st subtnit the doeumeniation idantified in Section 00 4S I 1 on 5ectian 00 45 13 PREQLTALIFICATION APPLICATION at least seven ('�) ealendar days prior to Bid opening far review and, if quali�ied, acceptance. The subcontractors listed by a Bidder op OQ 45 12 must be prequalified for the appropz'iate work types. Subcontractors must follow the same tim�lines as Bidders for obta�ning prequalification review. Bidders or Subcontractors who are not prequalified at the time bids are opened and reviewed may cause the bid to be rejected. Fr�quali�cation requirement wark types and documentation are available by accessing all required files through the City's website at: �s_/i�us.fvrtworthLr- as•�/t'ro'e� ctxesaurces/ 3.1.1. Paving — Requirements docwnent located at: CITY OP T^�RT WOATH 2�2i NOTL'Pf3 R3VEA5IDE RESLTRFACING PROlECT $TANDARD CONSTRUCTION SPECIFICA'PION DOCUMEiYT City ProjectNo. 102877 Revised/Updated Na�em6er 2, 2021 00 2] 13 INSTRUCTIONS TO BT]]DLRS Page 2 af L O htt s:lla s.fortworthtex�. o�/�ro'ectResourceslResourcesPlQ2°/n�0- °/a20Construction%20Documents/Contractor%20Pre ualifica#ion/TPW%2�Pavin %20Contractor%20Pr�qua[ ifcation%2QProgram/PREOUALTFICATION°/a20REQ. U�REMENTS%20FOR°fo20FAVlNG%2DCONTRAGTORS. f 3.1.2. Roadway and Pedestrian Lighting--Requiretnents document located at: h s:lla s.tortworthtexas. ov/Pro'ectResnurceslResourcesP/02%20- %20Construction%20DocumentslContractor%20Pre ualificationlTPW°1o20Roadwa %20and%24Pedestrian°fa2�Li htin %20Pre ualification%2QPro amISTREET% 20LIGHT%20PRE UAL%20RE MNTS�pdf 3.I .3. Water and Sanitary Sewer — Requirements document located at: htt sJ�a s.foi�worthtexa�. o�IPro�ectResources/ResouressP/D2°%20- %20ConstructiQn%20Doc�unents/Cantr�ctor%20Pre ualification/Water%20and%2 45anitacy%20Sewer°1o20Coniractor%2QPreqi�al if cation%20 Pro�ram/ W S S°/n20�re ual%20re uirements. df 3.2. Eac� Bldder, unless currently prequalified, must submit to City at least sewer� ('�) calendar days prior to Bic� apen�ing, the documentation identified in Section OQ 45 11, BIDDERS YR�QUALIFICATIdNS. 3.2.1.Submission qf and/or questions relatad to prequalification should be addressed to the City eontact as provided in ParagY•a�ph 6.1. 3.3. Th� City reserves the rigE�t to r�quire any pre-qualified oontractof• �ho is the apparent low bidder for a project to sUbmit such additional information as the City, in its sale discretion may require, including but not limiteci to manpower and eQuipment recards, information about key perso.nnel ta be assigned to the praject, and construction schedule to assis# the City in e�aluating and assessingthe ability af the apparent low bidder to deliver a quality produet and successfully compl�te projecis far tl�e amount hid within the stipulafed time frarne. Based upon the City's assessment of the submitted information, a recammendation regarding the award oia contract will be made to the City Cauncil. Failure to submit the additionat infar'mation, if requested, may be graunds for rejecting the ap�arent 1ow biddec as non-responsive. AfFected contractors wi11 be notified in writing of a recommendation to the City Council, 3.4. In addition to prequaliiication, additional z'equirements for quali�catian may be required within various sections of the Contract Documents. 3.5. OMITTED 4. Examination of Bidding and Contract Documents, Other Related Data, and Site 4.I. Before submitting a Bid, each Bidder: CITY OF PORT WORTH 2O21 hIORTH RIVEIiSlDE RESURPACING PRO]�CT STANDARI} CpNS"�RUCTI�N SY�CTPICATION �OCUMEN'I' City .Praject Nv. 1 Q2877 Revised/Updated l�ove�nber 2, 202 [ 00 21 13 ]NSTRUCTIONS TO B1DD�RS Page 3 af i p �4.Z.1. Shall e,�amine aud careful�y study fhe Contract Documents and other related data identified in the Bidding Dnc�xne�ts (including "t�chnical data" referred to in Paragraph A.2. below}. No information given by City or any representative of tlae City other t��an that contained in the Contract Dacurrtents and officially p�•ornulgated addenda thereto, s�all be binding upon t1Ye City. 4.1.2. Should visit the site to become familiar vvith and satisfy Bidder as to the general, local and site conditions that may affeet cost, progress, performance or furnishing of the VVark. 4.1,�. Shall consider %deral, state and local Laws and Regu�ations that may affect cost, progress, performance or furnishing of the Work. 4.1.4. OMITTED 4. LS. Shall study all: (i) reports af exploj•ations and tests of subsuriace conditions at or contiguous to the Site and alI drawings oiphysical conditions relating to exist�ng surface or subsurface structures at the Site (�xcept Underground Faciliiies} that have been identified in the Contract Documents as containing reliable "technieal data" and (ii) reports and drawings ofHazardous Environmental Gonditions, if any, at the Site that have been identified in the Cantract Documents as containing reliabie "technical data." 4.1.5. Is advised that the Contract Documents on fi1e with the City shall conatitute alj of the information which the City will furnis�. All additional information anci data which the City will supply after pramUlgation of the forma] Contract Documents shalj be issued in the form of written addenda and shajl become part of the Cantract Docuznents just as though such addenda were aetually written into the original Coz�tract Documenis. No information given by the City other than that contained in the Contract Documents and of�cially promulgated add�nda thereto, shall be binding upon the City. 4.1.7. Should perform independant research, in�estigations, tests, borings, and such other means as may 6e necessary to gain a complete kx�owledge of the conditions whieh will be encountered during the cc�nstruction ofthe project. For prajects with restricted access, Upon requsst, City may provide each Bidder access to the site to canduct such examinations, investigations, explarations, tests and studi�s as each Bidder deems necessary for submission of a Bid. Bidder must iill aIl holes and clean up and restore the site to its former conditions upon completian o,f such expIorations, inv�stigations, tests and. studies. 4.1.8. Shail determine the ciifficulties of the Work and all attending cireumstanees affecting the cost of doing the Work, time required for its completian, and obtain all information required to malce a proposal. Bidc�ers shail rely exclusively and soiely upon iheir own estimate5, in�estigation, research, tests, explora#ians, and other data which are necessary for full and complete information upon which the proposal is. to be based. It is understood that the submission oi a proposai or bid is prima-facie evidence that the Bidder has rnade the investigatians, examinations and tests h�rain required. C1TY �P FORT WORTH 2O21 NORTH RIVERSIDE itSSURFACING PROJECT STANDAItD CONS9'RUCTION SI'ECIFICATIOIV I�OCUMENT City Project No. 102877 RevisedliJpdated 1Vnvember 2, 2U21 002] ]3 INSTRTJCTIONS 7'D BIDDERS Page 4 nf 10 4.19. Shal] prompYly notiiy City of all canflicts, errors, ambiguities or discr�pancies in or bet�veen the Coni�act Documents and such ather relat�d documents. The Contractor shall not take advantage of any gross error or omission in the Contract Documents, and the Gity sha]] be permitted io make sucl� correction� or in�erpretatians as may [�e dsemed necessary for fulfillinent of the intent of tha Contract Documents. 4.�, Reference is �nade to Section 00 73 00 — Supplementary Conditions fnr identificatian of: 4.2.I. those reparts of e�tplorations and tests of subsurface conditions at or contiguous io the site wl�ich have been utilized by City in preparation of the Contract Documents. The logs of Soil Borings, if any, on the plans az•e foz' general information only. N�ither the City nor the Engineer guarantee that the data shown is representative of cnnditions which actually exist. 4.2.2. those d�•awings of physical conditions in or relating to existing suzface and substu�face structures (except Underground Facilities) which are at or contiguous to the site that ha�e been utilized by City in preparatian of tlie ContE•act Documents. 4.2.3. copies of such reports and drawings will be made available by City to any Bidder on request. Those reports and di•awings may not be part oftl�e Contract Documents, bui the "technical data" contained therein upon which Bidder is entitled fo rely as provided in Paragraph 4.02. af the General Conditians has been identified and established in Paragraph SC 4.02 of the �upplementary Conditions, Bidder is responsible for any interpreta#ion or conclusion drawn from any "t�chnical data" or any other data, interpretations, opinions or information. 4.2.4.Standasd insurance requireinents, coverages and limits. 4.3. The submission of a Bid wilI canstitute an inconfrovertible representatio.n by Bidde� :{i) that Bidaer has complied with every �•equitemant of this Paragraph 4, (ii} that withaut exception the �id is premised upon perfar�ing and furnishing the Work required by the Contract Dacu�nents and applying the speci�c means, methods, techniqLies, seqt,Eences or procedures of construction (ifany) that rnay be shown or indicated or expressIy required by the Contj•act Documents, (iii) tha� Bidder has given City written notice of aIl conflicts, errors, am6iguitias and discrepancies in the Contract Documents and the written resolutions thereof E�y C1ty are accepta6le to Biddez•, and when said conflicts, etc., ha�e not been resolved througl'i the interpretations by City as described in Parag�•aph 6., and {iv) that the Contract Documents are generally suf�cient to lndicate and eon�ey understanding of ail ierms and conditions for perfarming and fuinishing the Work. 4.4. The provisions of this Paragraph 4, inclusive, da nat apply to Asbestos, Polychlorinated biphenyls (FCBs), Petrdleum, Hazardous Waste ar Radioactive Material cover�d by Paragraph 4.06. of the Genera� Canditions, unless speci�cally identified in the Contract Dacuments. S. Availability o.f Lands for Work, �tc. CTl`Y QF F'QAT WORTH 2O21 NQRTkI R[VERSID� ]2ESLTAI'ACING PR01�CT 5'PANDARD CpNSTRUCTIQN SP�CIFCCATION DQCUMENT City L'roject No. 102877 Revisedlllpdated Nnvemher 2, 2021 00 21 13 [NSTRUCSIONS "i0 BIDDERS Page 5 of 10 5.1. The lands upon which t�e Work is to be perfoz'tned, rights-of-way and easements for access thereto ar�d other lands designated for use by Contractor in performing the Work ar� identified in the Gontract Docum.ents. AlI additional lancis and aecess thereto required for temporary constructian faeilifies, const� uction equipment or storage af materials and equipinent to be incorporated in the Work are to be obtained and paid for by Contractor. Easements for permanent structures or �ermanent cl�anges in existing faciliYies are to be obtained and paid for by City un�ess atherwise pro�ided in the Contract Documents. 5.2. Outstanding right-of-way, easements, and/or permits to be acquired by t�►e City are Iisted in Paragtaph SC 4.01 of the Supplementary Conditions. In the event the necessary right- of-way, easeinents, and/or permits are not obtained, the City reserves tlze right ta cance3 the award of cantract at any time before the Bidder begins any construction work on the project. 5.3. The Bidder sha11 be pre�ared to comznence construction without all executed right-of way, easernents, and/or permits, and shail submit a sehedule ta the City of how cansiruciion will pr.oceed in the other areas of the project that do not reguire permits and/or easements. 6. Xnterpretations an�l Addenda 6.1. All questions about the meanix�g ar intent of the Bidding Documents are to be directed to City in writing on or before 2 p.m., the Monday prior to tha Bid opening. Q�estions received ai�er this day may no� be responded to. Interpretatians or clari��ations consitiered neeessary by City in respor�se to such questians will be issued b.y Adde�da delivered to all parties recorded by City as having received the Bidding Documents. Only questions anstvered by formal written Addenda will be binding. Oral and ofher interpretations or c�arifications wi11 be without Iegal effect. Addz'ess questions to: City of Fort Worth 200 Taxas Street Fort Worth, TX 7b102 Attn: Tariqu� Islam, Transportation and Public Works EmaiL• t�u•iqul.islam@fortworthte�s.gov Phone: 817-392-2486 6..2. Addenda may also be issued to rnodify the Bidding Documents as deemed advisable by City. 6.3. Addenda or clarificaiions may be posfed via the City's electronic dacument rnar�agement and collaboration system at htt s://docs.b380.autociesk.com/sharesle2fe699f-b723 4e64-bda0-eb2032863e7a C1TI' OF CORT WQKTH 2O21 NQRTk3 RCVERSID� RESU►2FACIIVG FRO]ECT STAN�ARD CONSTRUCTION SPECIPICATIOI�i DOCCfMENT City Project No. id2$77 Aevised/[Tpdated November 2, 2021 OD 2l l3 INSTRUCTIQNS TO T3IbDERS Page 6 of 1 p 6.4, A prebid con%rence may be held at the time and place indicated in the Advettisement ar INViTATION TO BIDDERS. Representatives of City will be present to discuss the I'roj ect. Bi.ddets are enconxagec! to a�tend and participate in the conference. City will trar�smit to all prospective Bidde��s of recnrd suc1� Addenda as City considers necessary in r�sponse to qtiestions arising at the conference. Oral siatements may not be reiied upan and will not be 6inding or Iegally ef�'ective, 7 Bid Security 7. T. Each Bid cnust be accompanied by a Bid Bond inade payable to City in an amount of fve {S) percent of Bidder's maximum Bid p:rice, on the form attached or equivaletxt, issued by a surety meeting the requz�-ements of Paragraph S.O1 of the General Conditions, 7.2. The Bid Bonds pxovided by a Bidder will i�e retained until tlie eonditians of the Notice of Awac•d �ave been satisfiied. If the SuccessfuI Bidder fa.ils to execute axid return the Contract Documents within 14 days after the Notice of Award conveying sama, City may cons[der Bidder to be in default, rescind the Notice of Award and act on the Bid Band. Such aciion shail be City's exclusive remedy in the evet�t Bidder is deemed to ltave defaulfed. 8. Contract Times The number of days within whicla, or the dates by which, Milestones are to be achieved in accardance with the Ge�eral Requirements anc! the Warlc is to be complet�d and ready for Final Aceeptance is set fortl� in the Agreement or incoiporated therein by ref�renee ta the attached Bid Porm. 9. Liqtridated Damages Provisions for ]iquidated damages are set foi�h in the Agreement. �0. Substitute and '"Or-Equal" Items '�'he Contract, if awarded, wi11 be on the basis of materials and equipment described in the Bidding Dacuments without consideration of possible substituYe or °or-equaI" items. Whenever it is indicated or specified in the Bidding Documents �laat a"substitute" or "or- equal" item of material or equiptnent inay be furnished or used by C.oniractor if aaceptable to City, application for such acceptance will not Ue considered by City until after the �ffective Date of the Agreement. The procedure far submissian of any sueh applica�ion by Contractor and eonsideration by Gity is set forth in Paragraphs 6.OSA., 6.DSB, and 6.OSC. of the General Candttions and is supplemented in Section D1 25 OD ofthe Genera[ Requirements. 11. Subcontractors, SuQpliers and Otl�ers I 1.1. In accardance with th� City's Busaness Equity Ordinanee No.25165-1p-2Q21 the City has goals for the participation of minority business and/or �uomen 6usiness enterprises in City contrac�s $1 DO,OflO or greater, See Sectian 00 45 40 for the M/WBE Praject Goals and additional requirements, �'ailure to comply shall render the Bidder as non-responsive. Business Equity Ordinance No.25I65-10-2021, as amended (replacing Ordinance No. 24534-I 1-2020), codified at: https:/lcodelibr .amle�aI•uom/codes/ftwortthllatestiftworth txlU-0-0-22593 CITY OF FC7RT WORTH 2O21 N�RTH RIVCItSIIJE RESITI2FACING PR07ECT STANDARD Gp]VSTRUCTION SP�CIFICATIQN �]flCUMENT City Praject Na. 162877 RevisedlUpdated Idavemher 2, 2Q21 0.0 2l l3 ENSTRUCT[OiVS TO BIDDERS �'age 7 of 10 11.2. No Contractor shall be required to employ any Subcontractor, Supplier, other person or organization against whom Contractor or City has reasonable objectian. 12. Bid Form 12,1. The Bid Form is ineluded with tlae �idding Documents; additional capies may be obtained from the City. 12.2. All blanks on the Bid Farm must be completed and the Bid Form sign�d in ink. Erasures or alterations shall be initialed in ink by the p�rson sigtting the Bid Forrn. A Bid price shall ba indicated for each Bid item, altejnati�e, and unit price item listed therein. In the case af optional aIternafives, filie �ords "No Bzd," "No Change," or "Not Applicable" may be entered. Bidder shall state the prices for which the Bidder proposes to do the vaork contemplated or furnish materials raquired. All entries shall be legible. 12.3. Bids by corporations sk�all be executed in the corporate name by the president or a vice�president or ather corparate ofFcer accompanied by avidence of autliority to sign. The corporate sea� sha11 be afFixed. The corpnrate address and state of inGorporation shall be shawn below the signature. I2.4. Bids by par�nerships shaI1 be executed in the partnars�ip name and signed by a partn�r, whose title must appear under the signature accompanied by evidence of authority to sign. The q�cial address of the �artnership shall be shown below Yhe signature. 12.5. Bids by limited liability companies shalI be execuied in the nam�e of the firm by a member and accompanied by evidence of autharity to si.gn. The state af formation of the firm and the official address of the firm shall be shown. 52.6. Bids by individual� shail show the Bidder's name and official address. 12.7. Bids by joint ventures shall be executed by each joint venture in the manner indicated on the Bid Form. The offioial addrass of the joint venture shall be shown. 12.8. 12.9. AII names shall be typed or printed in ink be1Qw the signature. The Bid shall cantain an acknowledgement of receipt of a31 Addenda, the numbers of whieh shali he filled in an the Bid Foim. 12.10. Postal and e-mail addresses and felephone number for eommunications regarding the Bid sha11 be shown. 12. l 1. Evidence of authority to conduct business as a Nonresident Bidder in the state of Texas shall ba provided in accordance with Sectipn 00 43 37 — Vendor Compliat�c� to State Law Nan Resident Bidder. CITY OF FOBT WORT'H 202 ] NO�TH RIV�RSIDE ItESURPACING PROJECT STANDARD CONSTRUCTION SPEC�ICATION dOCUMENT City Project No. 302877 RevisedlUpcEaYed Noveraber 2, 2021 04 21 13 INSTRUCTIONS Tp B1pT]CRS Page 8 of 1 D �3. Subzttission of Bids Bids shall be submitted on�the grescribed Bid rarm, pravided with the Bidding Docuinents, at th� time and piace indicated in the Advertiser�aent or INVITATION TO BIDDERS, addressed to Pct�•chasing Manager ofthe City, and shall be enelosed in an opaque sealed envelops, marked with the City Project Number, Prpject iitle, the name and address of Bidder, and acco�panied by the Bid security and other xequired documents. Ifthe Bid is sent through the mail or ather delivery system, the sealed envelope shall ba encIosed in a separate envelope with the notation "BID ENCI.OSED" on the face of it. 14. Withdrawal of Bids 14.1. Bids addressed �o the Purchasing Manager ac�d �led with the Purchasing Office may be wifhdr�wn priar to the time set for bid opening. A request for withdrawal must be made in writing ancf cfelivered to the Purchasing Office to receive a time stamp prior to the opening of Bids.. A timely withdrawn bid will be return�d to the Bidder ar, if the request is within one hour of bid opening, will not be read aloud and wil� thereafter be returned unopened. 14.2, In the event any Bid for which a withdrawal request has been timely filad has been inadvertently opened, said Bid and any t'ecord thereof wil] subsequently be rnarked "Withdrawn" and will be given no furthei• consideration for the award of contract. 15. Opening of Bids Bids wi11 be opened and read aloud puhlicly. An abstract of fhe amounts af the base Bids and major alternates (if any) wifl be made available to Bidders after the apening of Bids. 16. Bids to Remain Subject to Acceptance AIl Bids wilI re�xiain suhject to acceptance for a cninimuin of 90 days or the time period specified for Natice o� Award and execution and delivery of a eomplete Agreement by Successful Bidder. City rnay, at City's sole discretion, release any Bid and nulIify the Bid security prior to that date. 17. Evaluation of Bids and Award of Coniract 17.1, City reser�es the right to reject any ar all Bids, inclucEing without 1iir�itat�on the rigl�ts to z'eject any or all nonconforining, nonresponsive, unbalanced or conditional Sids and ta reject the Bid of any Bidder if City be.lieves t�.at it would not be in the best interest of tiae Project ta make an award ta that Bidder. City reserves the right to waive infarmalities not in�olving price, contract time or changes in the Work and award a contract ta such Bidder. Discrepancies between tha mu]kiplication of units of Work and unit prices wili be z'esolved in favor of the unit prices. Discrepancies between the indicated sum af any colutrin of figures and the correct sum th�reof will be resolved in favar of the correct stlm. Discrepancies between words and itgures will be resolved in favor of the words, CITY dF PORT WORTH 2O21 iVORTH RIVERSII7E R�SURi'ACING PRO]ECT STANDARD CONST2UCTION SPECIFICATION 170C[IME:N`I' City Pr4jeCt NO. 102877 RevisedlClpdaled No�emher 2, 202 l aa2t i3 I1�45TRi7CT10N5 TO BIDDERS Page 4 of I O 17.1.1. Any or a11 bids will be; re�ected if City has reason to believe that col.lusion exists among the Biddez's, Bidder is an interested party to any litigation against City, City or Bidder may �ave a ciaim against the ather or be engaged in litigation, Bidder is in arrears on any existing contract or has defaulted on a previous contract, Bidder has performed a priar contract in an unsaiisfactary manner, or Bidder has uncorr►pleted work which in the judgment of the City r�vill prevent or hinder the prompt completion of additional work if awarc�ed. 17.2. In addition to Bidder's relevan.t prequali�ication reguireinents, City may consider the qualifieations and experienca of Subcontractors, Suppliers, and other persons and organizations propased for those portions of the Work where the identity of such Subcontractors, Suppliers, and other persons and organizations must be submittad as provided in the Contracf Documents or upon the request of the City. City also may consider th� operating costs, maintenance requirements, performance data and guarantees of major items of materiais and equipment proposed for incorporation in the Worlc when such data is required to be submitted priar fo t�e Notice of Award. 17.3. City may conduct suc17 investigatioz�s as City deems necessaxy to assist in the evaluatian of any Bid and to establish the responsibility, qualifications, and finaneial ability of Bidders, proposed Subcontractors, Suppliers and otk�er persons ar�d organizatians to perform and �urnish the G`lork in aceordance with the �Coratract Documents to City's satisfaction within the prescri6ed time. 17.4. Contz'actor shall perform with his own organization, work of a value not less than 35% of the vrtlue embraceci on the Contract, unless otherwise approved by the City. l 7.5. If the Contract is ta be awarded, it wiil be awarded to lowest responsibie and responsive Bidder whose evaluation by Gity indicates that the award vwill be �n the best interests nf tha Czty. 17.6. �'ursuant to Texas Government Code Chap.ter 2252.001, the City will not award contract tQ a Nonresident Bidder unless the Nonresident Bidder's bid is lower than the lowest bid suhmitted by a responsible Texas Bidcier by the same amount that a Texas resident bidder would be required to underbid a No�u'esident Bidder to obtain a comparable contract in the state in which the nanresident's �rineipal place of business is located. 17.'1. A contract is not awarded until formal City Council authorization. If the Contract is to be awaxded, City will award the Cantract within 90 days afier the day of the Sid opening uniess extended in writin�. Na other act of City ar others will constitute acceptanca of a Bid. Upon the contraet awat•d, a Notice af Award will be lssued hy the City. 17.7.1. The contractar is required ta fill o�t and sign t�e Certificate of Interested Parties Form 1�9� a�d the form must be submitted to the Project Manager before the contratt will bc presented to the City Council. The %rm can be obtained at �sttvs:llwww.ethics.state.tx.usldatalforms/1�95/129S�df 17.8. Failure ar refusal to camply with the requirements may result in rej ection of Sid. 18. Signiag of Agreement CITY OF FpRT VJOTtTH 2O21 NORTH RNCKSIDE RESURFACING PROIECT STANDr1RA CONSTRUCTION SPECIFICATION DOCi]MEN'1' City Project I�a. 1 Q2877 Kevised/Updated November 2, 2D21 04 21 13 INS7'RUCTIONS Tp BID]aER5 Page l � of 14 18.1. When City issues a Notice of Award to the Successful Bidder, it will be accompanied by th� required number of unsigned counterpaxts of the Project Manual. Within l4 days Yhe�•eaiter, Contractor shall sign and deliver the req�ired numher of counterpa�s of the Project Manual to City with the required Bonds, Cei�ti�cates of Insuranee, and alI other raquired documentation. 18.�.. City shall fhereafter deliver one fiilly signed counterpart ta Cantractar. END OF SECTION CTI'Y OF FOTt'I' WORTH 2p21 NORTH RIVERSIDE RESURrACING PRpJECT STANDAEZD CONSTRUC'FION SAECiFICATTQN DOCUtv1ENT City Project No, 102877 Rcvised/[Jpdated November 2, 2D21 00 35 13 CONFLICT OF INT�REST STATEMENT F'age 1 of 1 S�C�IDN QD 3� 13 CONFLICT OF 1NTEREST STATEMENT Each bidder, offeror ar respondent to a City of Fari Worth procurement is required to cormplete a Canffict of Interest Questionnaire or cer#ify that one is current and on file with the City Secre�ary's Office pursuanfi to state law. If a member of the Fort Worth City Council, any one or mor� of the City Manager or Assistant City Managers, or an agent of the City who exercise discre�ion in the planning, recommending, selecting or contracting with a bidder, afferor or respondent is affiliated with your company, then a Local Gavernment Officer Conflicts Disclasure Statemer�t {CIS) may be required. You are urged to consult with counsef regarding the applicability of these forms and Local Government Code Chapter 176 to your carn�any. The referenced forms may be downloaded from the links provide� �elow. Fo�m CiQ (Conflict of Interest Questionnaire) {state.tx.us) �tt s:/Iwww.ethics.state.tx,usldatalformslcanffictlClS. df ❑ CIQ Form does not appiy � CIQ Form is on file with City Secretary ❑ CIQ Form is being prawided to the City Secretary ❑ GIS Form does not apply C� CIS Form is on File with Gity Secretary ❑ CIS Form is being pro�ided to the City Secretary �I���F�: gy: Ronald D. 5tinson, Jr. Signature: ;' � _ , ' -- � ; - Title: Estimating Manager EN� O� SECTfOi� CITY DF FOR�f WORTH STAN�ARD CONSTRUCTION Sf'�CIFICATION �OCUM�NTS Revised F�hrusry 24, 2020 QO Q1 40 Bid Proposal Workbnok 0o a� o0 61a FDRM PaOe 1 of 3 SECTION DO 4'� 00 BID FORM TD: The Purcftasing M�nager clo: The Purchasing Dlvision 200 Texas Street City of Fart Worth, 7exas 78102 FDFt: City Projeet No.: UnitslSections: 202� NOF2TH RIV�RSipE RESIJRF'ACING PROJ�C7 '�OZBi� PAVINC �. �nter Into Agpeement The underslgned Bidder praposes and agrees, if t�is Bid is accepted, to enter into an Agreement with Ciiy in the form Included in t�e Bldding pocuments to perform and furnish aU Worlr as specif[ad or indicated in the Cantract Documents for the Bid Price and withir� the Contrack Tima indicated in this 81d and in accordance wlth the other kerms and conditlons of tha Cantract Documents. 2. B�oD�R Acknowledgsments and Gertifleatlon 2.1. In submitting this Bid, BEdder accepts all oF the terms and conditions of the INVI7A710N TO BI�D�RS and INSTRLfC710NS TO BIRDERS, including w�i�ou# Ilmitatlon those dealing with #he disposition nf B1d Bond. 2,2. Bidder is aware of a11 costs to provlde the required insurance, wfll do so pending contract award, and wlll �rovide a valid Insuranae oertiflcate meeting all requlretnants within 14 days of notificatinn af award. 2.3. Bidder cerii#les that th�s Bld is genuine and not rnade In the interest of or on behalf of any c�n�isclased individual or entify and is nat submitted in conformity with any collusive agreement ar rules af any graup, assocfation, organizaiion, ar corporation, 2,4, Bidder has not direc�ly or ind9rectly inducsd or solicite� any other Bld�er ka submi# a false or sham Bid. 2.5. Bidder �as not solicited or induced any individual or entify to refraIn fram b[dding. 2.6, Ciidder has not engaged in corrupt, fraudulent, colfusive, or coercive practices in aampeting far the ConEract. For ti�e purposea af fhis Paragraph; a, "carrupt praciice" means the offering, gfuing, receiving, or sol�citing of any thing of value likely to inFluenae the actlan of a pub[ic offlaial in #he biddfng pracess. b, "frauduler�k pr�c#loe° means an lnfentional misrepresentatior� of facts ma�e (a) to influence #he bidding process to the detriment af Gity (b) ta esfablish Bid prfces at artificlal non-compefitive levsls, or (o) to deprive Cfty of tha benefifs of free and apen competltion. c. "collusive practfce" means a scheme ar arrangemenf befi+vesn two or more Bidders, w(th ar without the knowfedge of Cify, � purpnse of which is to establish Bid prlces at artiflci�l, non-competitive levels. CITY OF FORT WOl�TW STANDARO CONSTRUCTION SPECIFICATION AOCUME�IT5 202�{ NORiH RIVERSIbE RESURFACING PROJECT t02877 Revised 9/3012021 00 41 00 Bid Proposal Workbaak 00 44 40 &1D FQRM Pags 2 of 3 d. "coereive praotice" means harm�ng or fhreatening ta harm, directly or in�ir�ctly, persons or their prape�ty to influence thelr par�icipation in the bidding process qr affeoi the execution af the Gontract. 3. Prequalif�cation The Bidder acknawledges thai the fallowing work types must be performed oniy by p�equalified contraciors and subconfractora; a, Asphalt Paving b. - c. - C#. - e, - f. - g, . h, - 4. �'ime of Complet€on 4.�. The Work wllf be complete for Final Acceptance within 180 days after the date vuhen the t�e Contract Tima cammences to run as provided in Paragraph 2,03 of khe General Conditions. 4.2, Bidder accepfs thB provisians of the Agreemeni as t� liquidated damages In the event of failure to complete the INork {andlar aehievement of MiEestones} withEn the tfines specffied in the Agreement. 5. Attached to this Bid The fQl�awing docurrtents are aitached ta and made a part of this Bid: a. Thls Bid Form, Section 00 41 40 b. Ftequired Sid Bond, Seciion 00 43 13 issued �y a sursty meeting fhe requirements af Paragraph 5,01 0� the �eneral Conditions. c. proposal �'orm, SectEon tl0 42 43 d. Vendcrr Compliance to Sta#e Law Non Resident Bidtler, Seation QO 43 37 e. MWBE Forrns (aptlonal at time of bidj f. Prequalificafion Statement, Seotion 00 45 12 g. Canflict of Interest Affl�avlt, Section �0 36 13 *If neaessary, CIQ or GIS forms are to be provlded diractly ta Cify Secretary h. Any additional documents that rriay be requlred by Seetiar� 12 of the Instruations to Bfdders cirr o� FoaT woRrM S7ANDARD CONSTRUCTION SPEC]FICATION �OCUMENTS 2021 NOft7M RIV�RSIp� RESURFACINC3 PROJECT 1D2877 Revlsed 8130I2021 40 41 Op Bid Proposaf Warkbook ' . o0 41 ao BID FORM ; Paga 3 0! 3 B. To�af Bid Amoun# 6.'I . Bidder will complefe the Wark In accardance with the Contract Documents for the foilowing bid amaur�k. In the space provided below, please enter the total bld amount for tt�is �ro)ect, Only this figure wfA be read pubficly by khe Clly at the bld opening. 6,2. It is wnderstood and agread by the �iidder fn slgning this proposal that the #otal bEd emounf entered below is su�ject to veriFca#ior� andlor modificatio� by mul#i�ly�ng the unit bid prices for each pay iEam by the respecpve estimated quantikles shown in thia propasal and then total�ng al1 af fhe extended amaunts. 8.3. 7otal Base �id $1,7a7,BB3.14 $0.00 $0.00 �a.oa Yota! Bid $'i,7b7,683.'i4 7. �id �uhmittal This Bid ls submilted o� 04/14/2022 � Respec submitted, � I I By: ��� {Signature) � Ronald D Sf�nsan. Jr (Pri�tted Name) Tltle: Estlmakir�g Manager Company: Texas Materlals Group, dba; Texas �It Addr�ss: 426 Decicer Qr Irving, Texas 75062 Sta#e of Incorporatlon: �maEl; ronald.stinaon�texasbit,com Phane: 817-b38-9635 by the ent�ty named below. Addendum Na 1: Addendum �a, 2: Addendum �a 3; Addendum No, 4: In[tial �W� O� ��C'�i0i� CITY OF' �bRT WORTii STANDAR{] CdNSTRLJCTIQN SP£CIFICA'ilON RaCUMENTS Revlaed 9l90I2021 ���� �� #20 �ECt{�R DRM1� &u�`� ��o i�vir�c. ��s �so��� �' �otpo�'ate ��al: , .. , �� , � � �� �� ,.� . �t 4' � . . ^ � ... - , � _� , , ��� y ..� 2021 NORTH RIVERSI�E R�SURFACtNQ PRQJECT 1�2877 v0 A1 00 Bld Propoeal Workbook 0a�243 Il�PIiUY03Af. ILya l of1 sECTipN ao ea aa PROPOSALFDRM �L:J�y, _ .� � I1' !3� O�t+i" ' _ - - - �um �f+lVa�i� � -- ���o�T�rr, srar�onnncmisntuc�coN�rec�cnnotrix�c�n:K� �o�� tmRttcervxHsumsr•suna�cuauvua��cr i�a�� Re�4aH 91dU11071 0041 OD 67d PropasJ Ww1hoek Ui�l�' ��I�� �I� �idd�r'� �pplic��9�n 00 a1 d3 17m QltOtbSM. Page ] 0[2 ���� ����� ��� SECTlON OU 42 48 Fi30POSAL FORM �Iddgr's Applic�4ion Totnl Ued¢eflW AHe�valr Tatxl Addil[vo AIlernnls 'ra1nl Ald 5� 7p7 831 6NA Q1T$kLT10N , T��A� 8 f� �� ���rc�� ���v�� s�rr� �� IFiVM'�IG, Y�y$ ��n ' CRYOFFORI'lYDltili STM'MR�C4k9T3iUCIION 9PECffICA'fA)H iXICUMF1fIS 7011 NOH7F[ It1VEA81DII M811MAi;MU pllqlECT �01177 � RcrSmtU7JW102E OOd]1q1i3dRv�rosslWqkhaak Allen�nle 9Id Toln1 Ailemnle IIld 00 A313 BfD 801�E4 Page 8 af e 3�CTION 00 A3 93 gin �oNa KNOW ALL BY TH�S� �'RESENTS: That we, Texa.s Mater�ais �rou ,�nc . , known as "Bidder° herein and Libe�cty Mu�ua7, zns .�o . a corporale surely duly authorized to do buslness In the 5taie of Texas, known as "5urely" herein, ere heid and firmly hound unto the Clty of Fort Worlh, a municipaf corporation created pursuant to the laws of Texas, knawn as "City' hereln, IR the penal sum af five percent (5%) of Sidder's maximum bld pr1cQ, In lawful money of ihe UnEted Staies, io be paid in Fort Worth, Tarrant County, Texas for fhe payment of whlch sum we1[ and truly ta be made, we bind ourselves, our helrs, execukors, adminlstrators, s�ccessars and assigns, Jointly and severally, firr�ly by these presents. WHEI2�AS, the Princtpal has submftted a bld ar praposa! lo perform Wor]< for the following project designated as 2024 NORTH RlVER81E]� RESLIR�AClNG pROJ�GT MOW, THEREFORE, ihe condlt{on of ihls abllgatlan is such that if ihe Clly shall award the Contracf for the foregoing project to ihe Principal, and the Prinaipal shall satisfy all requiremenls and condiHons required far ihe execution of the Cnntraot and shaif enter Into tha Cantract in writing with the Cify in accordance with ihe terms af such same, then this olaligation shall be and become null and void. If, hnwever, the Princ9pal falfs to execute such Contract ln accordance with the terms at same nr falls ta saftsfy all requlrements and conditlons required for the executian vf the Conlraci, this band shall became lhe properly of fhe City, without recours� of the �rincipal andlor Surety, nat to excsed ihe pena[ly hereof, and shali ba used to compensate Cily for the differencs betwaen PrinaipaPs tota! hld amount and lhe next sslected bidder's total bid a�ount. PROVIQED FUR7`Ii�R, that if any Isgal aciion Ue filed on this Bond, vonue shall lie 1n Tarrant Couniy, Texas or the United States 09strict Court for tf�e Northern Distric# af Texas, �art Worth Dlvisian. IN LUITNESS WHEREOF, lhe Prtnoipal and khe Surety have SIGI�Ed and SEAL�D this insirument by d�ly authorized agents and officers on this the ��j1 dayof Ap�3,� , 2022. ATT'ES7: � ��(f � � r ! 'C, r- _ t — Witness as t rincipa� CITY OF FORT WORTH STANdARO C4NSTRUCTION SpECIFICATI0M1 DDCUM�NTS ReviSed SI3tr12021 ' pRINClPAL: TEXAS MATERZALS GRpUP, �NC. , ~-"� r - . _> BY: Slgnaiure , ' Rox�, S�.inson, Es�imati_n.g Manage� Name anek iitle 2829 NORTH RNERSIUE R�SURFAClMG pR6JEGT 102877 0� 47 �D 81d propasal Warkbook 00 43 73 BID BDN� Rage 7 of 8 � -�= W[tness as to 5urei Attach Power of Altornay (Surety) for Attorney-]n-Fact Addrass; 420 Decker Dr., Ste. 20U ���rin T S U RE7Y. Libex�. Mu�ua1 Zns. Co. BY; ~� ' �dl " � � ��c"`' _ , SI �aEure • Pa�ricia L. McCa1�., A�tv-�ne�'ac� Name and "fltle Adaress: �p Decker Dr. , S�e. 200 �rvin�, TX „75 b2 , Teiephone�fumber; Z�. �.d 5 1 X85718 'Nota: If signed by an oificer of the 5urety Company, fhere musi be on fEte a certified extract from ihe by laws showing that this person has authorily to sign such obligation. Ifi 5urefy's physical address Is dlffereni from Its malling address, both must be provlded. The date of the band shall not be priorto the date the Cantraci is awarded. END OF S�CTI�N CITY OF FORT WOR3'H STANDARb CONST�iUCTION 3P�CIFICATION �OCl1hhENT3 2(}21 NORTIi RIVER3I�E RESLlRFACIN(3 PROJEC7102877 Revisad 913p12021 �0 bi 00 eld Propneal Work6oak � TNIaPB�araP�,t4am�yllr�l4sthes�af4hos��amsdh�r�ln,an�#hsyfl�v�noau4ha�ly4o o klndlh�C�mpanyaxcs�4ln th� rrtaener eed 4��� oul�i� h��ain at�d, ' ���� Llber�y Mutu�l Insurancp ��mp�vey � �� . o ihe Dh�o Css��lty I�guranr�a CompanY Cc�Ifir�feNo: �205iy4•�090� 'Sll.��iY . We�iAm��cs� I��uranc� Comp�ny • � �0��� �� e���%'�9�� €iNpWPI ALL PgR�{#N6 �Y Yf��8� P�S�S: Tha! The Dhlo Caeu�liy Ineurenw Canpany b a co�par�tton duty nrg�dzad undar Ihe I�va oi the 5� af Ne�.� Hempshlre, U�ai Llhe�► Nlutu�l l�urence Cumpany.fs a�pere�on dulyo�ar�l uadsr Ihe Iena�cT tlte SfetaatNE�uues�a� end Weat Ame�Ecen ineurattee Can�reny Ieseorporetic� dulyt�a��ed und� Ihe Isars of th� Stele oi IndiBna (h�l� odfedhrely cal�ed �`Campani�s°}, pur�uant So and hy aul�wHy her�ln sei 1io�, dc�e harehy r�ame, Coi►fftifuta end aypo{nt, Q cia L. 1VlaCaU • ��� , aEl �fli� dty ct � s�ele �• [ ea divGivally Nl�e�s t�or� N[an 9ae n.I�ns�, � pu� �nd ��, e+ai, nnw� e�d ,�or-an� � behatE �s eu and� �S a�t end d�ed, �ny �nd xll btd bonds on h�lielf aT T�xae Met�ri�ts �� �eydn-t�ci to maka, eae D ,� �s n0 upon a panyas e u o_ � ��n ex nn s' , n �um�ce � ._.�.._.��__._.�_ ._.__..T.,._�...,__....._..._..�._._._.__Y._.An __ll ' .Iha.Cam�any.in�Ehdr•a��rapar��one; --•� - IM YV�NESS �P���OF,1h� Pawarof Atfnmsy fias 6een subscribe�! by en euUtari� aiT�er or oMfdat aFtqs ��enisa sndihe corpo�ate ee�� �f the Gbmpsniee have Daen �[�d � Ihl� 2a.d tEBya4. A� ,_ 2021 . tya I�h�iY M�d�i Inawsnoa CompanY �"`�� "�,� �,��N�� �'��P�t°`�� VYest IameriRan Inau�na� Caun p�� P�Y ��'�� � 9�1� 9�1 r+ ��� �� ��: � �� ��� p � � , � �' �'1,� A� Y S�S4 * . ►.� �y►: h.wJ.�'a■ �..�.. �"'_'". n. .. . mep�sm��ai�ye�u�e��au�a�,carey,whaasknawledgadhima�l4tafreU�eAw�ntSeorel�yML16e�1yARulua! an lnrurence Co�eY� �rid liu�t he, as a�oh� being auther[xed.ev so do, execu6e ihe iae9da9 Inelruument ia !h� r htr�slfaa adu�y a�thnah��d effl�r. 1�t�l�3 Wt,ER�A�, I have hereur�a eubsc�ibed my nem� snd aA'ut� my aoEe� eeal �t King o� Pr�ela, Pem�yivania� on Ihe dsy �d yesr �irat ehove wit�eri, .. �_ Pawar o� p�i�y te matl� end �ea�d p��sua�tl to�and by avthqrily oi Ehe tdl�W�g� @y�ewe �n� Aul�u�tlane ai lha Ohlo C�e1qr In'sumnoa CamP�Y� �d� Mu �n�a Company, �nd VY�4t;4m��{can Irysura� CdhtipenY vrhid� resoiuhans �re no•� in�tull �e am€ §K�t rea�ng s� fa�ow�, A�it�I.E iY��F�lC�R�, Se�ton 72. POw� ofAl6�n�y. . � • . Any nt�cef ar Whar oflldsl oi'Ehg C�ppr�fEc� aud�o�i F�r that pw�a !n r,�}dng by the Ch�![men or th� p�sldaM, end eubje� bo aud� �n[��on 6s ri�o Cf�lm�an or Pr�s�t meW h��, �� e�6lnt�uch �naYa�rfac� as m�y be nac�ry b�ct In b��iF oi �ha Ca�oraqcn to maise, aKeoute, �al, a�qi.n,�dBQ �d d�lluer ss eu �Y ��u��6� bap�a��s b�s,�siid alh6r e��etYobllgqHons, SucH a4�ri�Y���t e�je� ta'I�e Eh��{boiw sat [alh �n Ihsfr �espee�w p�xa�s ai etEamey� s hav� tu� ' usr !a btnd q�e' Y eign�� �d. �ceartl� o� any euc� io�hume�l� end lo �ttedi� ihe�sto Hie s�ea1 ot Fhe pai�or�an, Wi�� sa �xoaitad, e Inainet�onts shaff be. �s �[n�� aa ff mmtgnrd �y d�a [�rrealld�t and �tad la by Ihe Sa�}ary, AnY R� o+` auf�tEqr pr�p�sl to �nY repree�f�r,a a el6om�y�ln�taot und�r Prov�oha o�lh� aHtd� m�y 6� r�d �tah�$me tiy the#iaerd, Ihe Che�snan, tl� �resl��t or 6y I�e tlf�Cer or o�ii�na g�111ng �h Po�yer or eulhorlty, • ��x�ii—���� ���io� s�, b. s���„ ��� a,� � �„��{� he ag binang � I� ��ay be n��ry ta a���he CnmppnY maKe �x�ea�e, �es1, ed�nn�ed'g� �d�e11�r �� ur� any a�d ail�nd�Hald nt6on� �� n! agch eHameys�. oMlgaNahs. ' � ng�, repogn ws�doii�au�r 14u1har�allog — 9y un�� ���G�ed ��of an 6aazd af �Ir�ckas� #ha Campe�y coDnaen� fhat iett�almRe nr rr+scfianlcal�y repfaduced a�na4�re cf �nY �8te�e�t ��y of U�e C�i?�ny, wllerever �pY Y P��rvf a6o�ney lesued fiylhe Coh�pany In afnneCtlnn �flh suroly bonde, sh�ll b� v�id and 61n�in u Ifi6 Cam th9 s�m� 1�oe and �s�thoU�h m�nudfy a�6ced, - , 9 I� Pe�Y �h �� �i�a C. ile�ltlm,liie und,er�lgned� +4sslg�prit � e Ohlo C@suaky Inaurance Company, llbedy Muh�el Inauranca Cam �sn h�ra6y oa�tl�y th�f'th9'art➢ir�1 pawar a� altcm�y �f+�h[���np Is a full� tnre �nd carc�tct�Ycflhe Pa�reraf �tamey �xeditad�6y eefd Cam�l�s�� (n W�Utor�e anCd eE�a4y d hee nnE 6ean rsxq�i�f, • 14� iES�IA[D1dY WHER�OF, I have hereuoto set �ny �end and at[uced the s�a�s ot'sal� Compsnles IhEs th dayoF �. �2 . a��+�' ' . - Kw � su �; , ►i� ,� . ��,`9gd��� � � �1� � � ���9 � �` . cH�� �o�'H tirs�� v � �y` - � �. ti ' '�V; * �, �'� 'yr""ti� ge� yn� t Boreta,y LM6•726ppLA7iCOCICWAICl�lu1�(;o�d@p�}d021Z1 • 00 43 37 VENC30R COMPLiANCE TO STATE LAW Pags 1 of 1 SECTIQN 00 43 37 V�NbOR COMPL.IANC� TO �TATE LAW NON RESIDEN7 BIC�D�R Texas Go�ernment Code Chapter 2262 wae adopted for ihe award of contracts to �onresident bidders, '�his law pravPdes that, in order fa be awarded a cnntract as low bid�er, nonresident bidders (ouk-o#-state contractars whase corporate 4ffICQS or prfncipal place of business are outsEde the State of Texas) bEd projscts for constr�ation, improvemsnts, suppEies or services !n Taxas a# an amount lower than t}�e lowest �exas resident bidder by the same amount that a Texas rasident bidclef would be required to underbid a nonresident bldder 9n order to obtaln a cam�arable aontract fn the Sta#e which the nonresident's princ�pal place of business is Incated. The a�praprlate blanks in Sectlon A must be filled out by al! �onresEdent bidd�ra in order for your bid to meet specifiaaiions. The failure of nanresident bidders to do so wil[ aufamatically disqualify that bldder. Resident bidders must check the bax in Section B, A. Nonres�dent bidcfers in the State of , aur principal place of business, are required to be peraent [ower than resEdent bidders by State Law. A copy ofi t�e sfafute Es attaahed. Nonresident bEdders in the State of , aur principal place of buslness, are not required #o underbid residant bidders, �. 7he pr�ncipal place nf business af our company or nur parent company or major�ty o+�ner is � In the S#ate of �'exas, �7 �I�DEF�: Texas Materiala Group, dba; iexas Bi# By: Ronald � Stinson, Jr 1 �� (Signature) Title: �stima#ing Manager �ND Or S�CTIO�+[ []ate: 4!'E�412022 CITY OF FORT WqRTM STANDqRp CDMSTRUC710N S�ECIFICATION AOCUMENTS 2021 NdRTH RIV�R51pE RE9UR�ACIIVG PROJECT 102877 Revleed 913U12021 00 41 0o Bld PropnsaE Workbook OD 45 12 PREQUALIFICATION 3TAT�IVIEiVT P8$� 10f 1 s�c��o� oa a� �z PR�QUALIFICATION STATEM�Ni �ach �idder far a Cify praourement Is requlred to complete tha infnrmaflon bslow by identifyfng the prequalifie�} contractors andlor sub�ontraotors wham they intend to utillze for the maJor work type(s) listed, Major Work Type Contracto�lSubcantractor Compar�y Name �'�equalificatian Ex Iratian Dat� Asphatt paving 7exas Ma#erials Grau�, dba; Texas Blt 22-Rec The undersigned hereby c�rtifies that the contractors andlor subcantractors described In the table abave are currentiy prequalified for the work types Elsfed. �I���R: Texas Materiais Grpup, dba; iexas Bit 420 Deckar Dr Irving, iexas'76p82 E�y: �tonald f7 Stinsfln, r � _ --� �� � ��� -� -- �.�-� — (5ignature) Titla: �stimating Manager �ate: `T r' f L1 � � � � � E�ED OF' S�Gi�OPi CiTY OF FORT WOR7H STANDARp CONSTRUCTION SPECIFICATION DpCUMEIVT5 Revlsed UB13DI2021 UO 49 00 B!d proposal Workbook uuas i;.K r�innr.•,izrn���n�.TF�cnT�o� n��rr_lcn•rioN Pugc 8 a I' B BIDD�R pREQ11ALx�ICA1'iON AFFIDAVIT S'�`AT� OF OPx�,� G4UN7'Y �I� -_ �r�� - The undersignc:d hereE�y dec�a�•es that t9�e %re�oin}; is t� tt�tte statenicnt of the firtt�ncia� e�ncEition o�' clie entity Eie�•e�n �rsc named, as vf tlie cIa#e herein f t•st given; t�ltl� �Ii15 StRtEIII£ElE 15 �Ol' ��]� C7{jll'CS$ �]liE`�705e pf inducin� ti�e pai•ty to whom it is submi#ted to award the stii�mitter a eontraat; �t�cl that the ucc�Y�nt�nt wha pi•epared the balance sl�e�t �ccompanyit�g tliis repa�•t as well as any d���ositoiy, vendur o�� �ny other agency i�ereir� named is hereby autl�orized to su}�ply eaclt ayat•ty witl� Any info��ntation, while Nlis st�tement is i�� fgl:�necessaiy to �erify said statement, -':���f�.'.—.��L`i�., � _�, t�e€�,g duly svvarn, deposes a�id says that �telshe is the � �.__.�,v�., �. ....... ._ ��f _..��t�s�7 =' _ , ti�e e3�tity �c.c�� �. deserib�d in nnd w�3icit e ct►ted tEie�or oin�; st�tement that h�/she is fantilia�• t�viti� ths books nf tl�e s��iel ei�tity shawin� its fn�nci�l conditinn; thttt the fo��s�ning �n�ncial statement take�� from tlie E�oaks nf the st�id entity As of tlle d�te t3�er�pf �ncE thet tlie a��swers ta th� c�uestians of the foi•egoing I3iddeti• Prec�ualification A��plication �re cor�•eet and h'ue as of tl�e �i�te of this Afficl�vit, � Firm N�me, —.���� „G��r�r �v , ��,tu �i� Si�nature: Swai'll �0 ���U1'C iT]C fi115 . _ /�./'� ti�y nf , r� %' , a � � �� - . , r o#aT•y Public 1� — . �4.u..�a �va�cr'r'F Mj,tii�� �•'`' ~��,:wlRry�ubllc.5i■��ol�rra �� � Co�rtm. E�plrrr ��•1l-2da# ��+►�y�x�' Filolirp }p 1�3���D�� Notary 1'�b1ic niust �ine be �n office��, dia��ctor, or stockl�older ar reltttive tl�ereot', C]'fY [.}r �(II�T Wc3RT11 2021 NORTI[ I;N�RSfD& RGSURFACIiY(3 ['R03F:�'T S'fANDARb CQNS'1'RUCTION SPF.CIF1CATlON nUCUA4ENTS Cily Projacl Nn, i D?.R77 Reviscd Atigusl 13, 2�21 a� as zf� - ► CQNTRA(:1'Oit COMPI,iANCG WiTI-I WOR�CFR'S Cpi�1Pi�NSA'I'fON LAW Pugc I of � 1 S�CTiON Q4 45 26 2 CON'1'RAC'1'OR CUMPLIANC� WITH WORKER'S COMPENSAT[ON LAW 3 P��rsuant to Tex�s �.�bo�• Code Sectioiti 40G,D96(a), as a�ljended, Coijtr�cto�� certi#ie5 tltat it 4 pravides w�rker's compe��satioi� ii�s�irance coverag� for ftll of its etnplayees einployeci on City S Project No, 102877 Contraclar further ce�•tifie5 that, pu�•snant tn Texsis L.aboi• !Code, Sectiait 6 4Q6,096(t�), �as nrr�attdsd, it wiil pravid�; tn City its s���ca��tractoi's certi�ic�tes of compli�nce witlt 7 worker's cc�n�pei�sation caverage. COI�TTRACTOR: i0 �� 12 13 l4 IS 16 17 i8 19 20 2l 22 23 24 / �,�7 Y �on�ld �, �tinso�, Jr, �= � 1 � �! '/;-i : fZ ��" J_' . 1/� � LJ . Cnmpany {Pl��sc Print) ��a ����e� �r, suife �ao '�-' r +' ! ` �� Signt�ture, Address r Irving, iexas 75U62 CitylStatelZip TH� S'1'ATU OF'CEXAS COUNTY OF TARRANT �stimaiing Manag�r Tit.le: {Please Prii�t) 2S �E�� the wndersigned a�tthoriky, nn this d�y pe��sonfllly appeared zd �].�„�, �� � _, known to me to i�e the per�at� whnse z�ame is 27 SU�7SCt'Ib�(� tn CilB �Ol•egoing instrtiment, Knd �cknowledged tn me that i�e/s�ie executed the same ati 28 [�1� �lCk r�I1CI i���d 0�,�.._.ZL'�� i•: �'' %r the pur�oses a�yd 29 considerntioi� khei'eiu expressed �nd i�� ��le capflcity thereiu stated. 30 31 32 33 34 35 3G 37 GTVEN ER MY HANT.] AND SP..AL OF OFFICE tnis '��� day nF � - _, 2a�,s; � _ t�-- � — % � .. ..r' , �� �_ . . i NOtill'y PLlY1�lc�fi d a�• the State oi'Tex�s � � 38 END OF SECTrON ' - ri:=�i . " ,,-; �,e �; `. •f�� °u�i : < � - �e-4e 39 - `�E►' . " _ - � � -+rn, iaqp�o� c�m.t. _ __�. . - -` �N�tr�ryr ID 1&��r ,�! ;; ��- - - _ � CITY o� �"pR'C WOI�'CH STANbARD CniVS'['RUCTION SPT:C'IPiCA'!'ip1V DQCi3ivlf•:NT5 Raviscd Ju{y I, 201I 202! NORTH �tiVFR5AJE R'B,SUR'FAL.�iNr, p�oJec7� CITY flROICC'I'l�lO. }02R77 00454D-1 Busivess Ec�uity Goal Page 1 of 2 1 SECTION 00 45 40 2 Business Equity Goal 3 APPLICATION OF POLICY 4 If the total dallar value nf the enntract is $100,000 or more, then a Business �quity goal is ap.plicable. 5 A Bnsiness Equity Firm refers to certi�ed Minority-, xnd/or Women-, owned Business Enterprises 6 (MIWBEs). 7 8 POL�CY STAT�MENT 9 It is the palicy of the City of Fort Worti� to ensure the full and equitable participation of Business Equity 10 Firms when applicable, in the procuremeni of al[ goads and services. All requirements and regulations 1I stated in the City..'s Business Equity Ordinance No.25165-10-2021, (repl.acing Ordinance No. 24534-11- 12 2020 (codified at: htEp�:l/cadelibra,,,y.�-nle�nt.comicodesifl.voRh/latest/ftworthot�c10-0-0-22593� apply to 13 this bid. 14 15 BUSINESS E UiTY PROJECT GOAL 16 The Ci#y's Business �quity goaI on th'ts prnject is 20%a of the total bid �alue of the contract (Bc�se bid 17 appires to PQ�ks c�ad Community Se�vices). 18 19 METHODS TO COMPLY WITH THE GOAL 20 On City contracts where a B�siness Equity Goal is applied, offerors are requu•ed to comply with the City's 21 Business Equity Ordinance by meeting or exceeding the above sfated goal nr otherrvise comply with the 22 ordinance through one of the following methods: 1. Commercially useful services perfarmed by a 23 Business Eqai#y prime contractor, �. Business Equity subcontracting participation, 3. Cornbination 24 oi Susiness Equziy prizne servites and Business Equity subcontracting participation, 4. Business 25 Equify Joi�nt Venture/Mentor-Protege participation, 5. Good Faith �ffort documentation, ar 6. 26 Prime contractor Waiver documeutation. 27 28 SUBMITTAL OF_RE4UIRED DOCUMENTATI4N 29 Applicable documents (listed below) must be recei�ed by the Purchasin� Dit�ision, �R the offeror shal.l 30 EMAIL the Business Equity documentation to the assigned City of Fort Worth Pr�ajeci Manag�r nr 31 DeparYment Designee. Documents are to be received no later th�n 2:00 p.m., on the third Ciiy 32 business day afte:r the bid opez�ing date, exclusive of the bid opening date. 33 34 The Offeror must submit one ar mara of tl�e following documents: 35 1. Utilization Form ancl Letter(s) of Yntent, if the goal is znet or exceeded; 36 2. Good Faith Effort Form and Utilizatian Form, including supparting documentation, if 37 participation is less than stated goal, or no Business Equity. participation is accomplished; 38 3. Prime Contractor Wai�er T+orm, including supporting documentation, if the Offeror will perforiaa 39 all subcontt'acting/suppiier opportunities; or 40 4. Joint Ve�aturefMentor-Protege Form, if goal is met or exceeded with a Joint Vanture or Mentor- 41 Proteg� participation. 42 43 These forms can be found at: �44 Business Equity UtiIization Form and Letter oiIntent 45 httt�s^I/apps.fartworthtexas.gov/ProjectResaurceslResourcesP/6� - MWB�/Business l��uitv Uti]iza#ion 46 FormoDVIN 2022 220324.pdf 47 48 Letter of Intent CITY OF FORT V4'ORTH 2O21 N. RIVERSIDB RESURFACING PROJECT STANDAR]7 CQNSTRUCTION SPECIFICATIdN DDCUMENTS CITY PRO�lECT NO. 102877 l�evised Octoher 27, 2021 oaasao-z Business Equity Goal Page 2 of 2 i https:/lapus.iortwortht�.,as.g_ov�Yroj�atRE�ourceslREsourcesY/60 - MWBF'Let�.:r ot� Intent DVII�I 2 2Q21.pdf 3 4 Business Equity Good Faiih Eifort Form S https:/la��.for�wortht��as.�❑rlFr�jc�tResou�ce�l�t,ourcesP/5U - MWBF!Gaod k�aith Effor: 6 �'orm DY[1*, 2v��,.�a� 7 8 Business EqLiity Prime Contraetor Waiver Form 9 hitp5;//,a�atas.fortworthte..as.gov/PrdjeciResout�_s/R� °3ource5P/6U - IVIWBE/MWBE �'rime Contractoa 10 Vt'aiver-?20313.pdf 11 12 13 14 15 16 17 18 19 20 2I 22 23 24 25 26 27 28 29 30 Business Equity doint Venture Form httos:/ia�ps.fortworthtexaa.�ovlProiectResources/ResourcesP/60 - MWBE/MWf3E Joint _venturc 220?,2S.pdf FAI�IIR� TO ACHI�VE THE GOAL OR OTHERWISE COMPLY WITH THE ORDINANCE WILL RESULT IN THE BIDD�RIOT�FERUR B�ING DECLARED NON-RESPONSiVE AND TFIE BID REJECT�D. FAILUlt� TO SUBMIT TH� R�aCJ�R�D BUSINESS EOUTY DOCUMENTATION OR OTH�RWISE COMPLY WITH THE ORT]INANCE WILL RESUT�T IN TH� BID BEING D�CLARED NON- RESPONSIVE THE BID REJECTED AND MAY SUSJECT THE BIDDERIOFFEROR'I'O SANCTIQNS AS D�SCRIBED IN SEC. 20-373 OF THE ORDINANCE. For Questions, Please Contact The Business Equity Division of the Department of Di�ersity and Inclusion at (81i} 39�-�6'%4. END OF S�CTION CITY OF FOR�' WORTH S`I'ANDARD CON5IRUCTjON SPECIFICA�IQN DOCiJMEN7'S Revised October 27, 2021 2021 N. RIVER5iilE RESURFACING PRqJECT C1TY PROJECT Na. 102877 005243-1 Agreement Page 1 of6 S�CTION 00 52 43 AGREEMENT THI� AGREEMENT, authorized on 14 June 2Q22 ' is made by and between tha City of Fort Woi�th, a Texas home rule municipality, acting by and tk�rougYi its duly authorized City Manager, ("City"}, and Te�s Materials Group, Inc. dba Texas Bit, aut�orized to do business in Texas, acting by and throug€� its duly authorized representative, ("C.ontractor"). City and Contractor may jointly be referr�d ta as Parties. Ciiy and Contractar, in consida��ation of the mutual covenants hereinafter set forth, agree as follows: Article 1. WORK Contractor shall complete all Work as specified ar indacated in the Contract Documents for the Projeci ideniifed herein. Article �. PROJ�CT The prnject for which the Work under the Cantract Documents rnay be tl�a whole or only a gart is generally described as follows: 2Q21 NORT'H RIVERSCDE RESURFACING PA(�JECT CITY PROdECT NUMBER 1 Q2877 Article 3. CDNTRACT PRIC� City agrees ta pay Contractor for performance of the Work in accordance with the Contract Docu�enl;s an amount, in current iunds, af ONE MILLYON SEVEN HLTNDRED SEVEN THOU�AND, SIX Hi7NDRED EIGFITY-TIIREE AND 14i1QQ Dol�ars ($1,�D'�,683.1�). Con�raet price tnay be adjttsted by change orders duly authorized by the �arties. Article 4. CONTRACT TIM� 4,1 Final Acceptanc�. The Work shall be c.omplet� for Final Acceptance vri#hin 180 days aftex the date when the Contraet Time cammences to run, as pz'ovided in I'aragraph 2.02 ofthe General Conditions, plus any extension thereaf alIowed in accordanc� with Article 12 of the General Cond'ations. 4.2 Liquidated Dauiages Cantractor recognizes that time is of the essence for completion of Milestanes, if an,y, and fo achieve Fina] Acceptance of the Work and City and the public will suffer from ]oss of use if the Work is not cotr�pleted within the time(s) specified in Paragraph 4.1 abave, ThE Contractor alsa recognizes the delays, expense and difficulties involved in pra�ing in a Iegal proceeding, the actual loss st�ffered by the City if the Work is not completed on time. Accordingly, instead of requiring any such pr00% Contractor �grees that as liquidated damages for delay (but not as a penalty}, Contracfar sha�l pay City Six Hundred Fifty Dollars ($&50.40) for each day that expires after the tiine speci�ed ia Paragraph 4.1 for �'inal Acceptance uRtil the City issues the Final Letter of Acceptance. CETY pF FORT WORTI{ 2021 NORTH RIVERSIpE ACSURFACING PR07ECT STANDARD CONSTRUCTION SPECIPICATION DOCUMENTS CITY PROIECT NO. 1 Q2877 Revised 1 ] /23/2021 OU5243-2 Agreement Page 2 0� 6 Article 5. CONTRACT DOCUMENTS 5.1 CONTENTS: A. The Contract Documents which comprise the entire agreement between City and Contractor concerning the VVork co�sist of the following: l. This Agree�nent. 2. Attachments tn this Agreement: a. Bid Form l) Proposal Farm 2) Vendor Compliance to State Law Non-Resident B.icider 3) Prequalification �tate3nent 4} State and rederal documents (project specifac) b. Current Prevailing Wage Rate Table c. Insurance ACORD Forin(s) d. Payment Bond e. Performance Band f, Maintenance Bond g. Power of Attorney for the Bonds h. Warker's Compensation Affdavit i. h�IBE andlor SBE Utilization Form 3. General Canditions. 4. Supplementary Canditions. 5. Specifications specifically made a part of the Cnntz'act Documents by attachrnent or, if not attached, as incorporated by refer�nce and described in the Tab1e of Contents ofthe Project's Contract Documents. 6. Qrawings. 7. Addenda. 8. Docurnantation submitted by Contractor prior to Notice af Award. 9. The foiIowing which may be delivered or issued aftar the Effective Date of the Agreement and, if issued, hecame an incorporated part of the Contract Dacuments: a. Notice to Proce�d. b. Field Orders. c. Chang� Orders. d. Letter oi Final Acceptance. Article 6. INDEMNIFICAT��N 6.1 Contractor covenants and agrees to indernnify, hold harmless and defend, at its own expense, the cify, its officers, servanfs and emp[oyees, from and against any and a�l claims arising out of, or alleged to arise out of, the work and services to be performed b� the confiractar, i#s officers, age�#s, amployees, su6contractors, licenses or invitees under this contract. This indemnification orovisian is specifical[v intended to oqewate and be effective even if it is alle�ed ar nroven that all or some of tl�e da�na�es being sau��t were ca.used. in whole or in part, bv any act, vmission or negligence of the city. This indemnity provision is intended io include, without limitatxon, indemniiy for costs, expenses and legal fees incnrred by the city in defendi�g agai�nst such clai�ns a�d causes of aetxons. CITY OF PORT WOR1'H 2Q2I NQRTH RIVERSIDE RESURFACING PR0IBCT STANDARD CON5TRUCTTON SP�CIi'ICAT[03�T DOCUIvIENTS GCfYPROIECTNO. IQ2877 Revised 1112312D21 aoszaa-3 Agreement Page 3 of 4 6.2 Coatractor covenants and Rgrees to indemnify and hold harnnless, at its own expense, the city, its of�cers, serv�nts and emplayees, fram and aga�inst any and all loss, damage or destruction of property of the city, arising out of, or alleged tn arise out o�, fhe worlc and serviees to be performed by the contractor, its officers, agen#s, eznployees, subcontractors, licensees or invi#ees under this coniract. This indemni�catian rovision is s ecificall intez�ded to o erate and be effective even if it is aIle ed or proven that all or �ome of the dama es �rein,� sou.ght were caused, in whole pr in part, by any ac�, omission or ne�li�ence of the citv. Artiele '�. MISCELLANEOUS 7.l Terms. Terms used in this Agreement which axe defined in Article 1 of the General Gonditions wiIl have the ineanings ind'acated zn the General Conditions. 7.2 Assignment o�' Cantract. This Agreeinent, including all of tl�e Contract Documents may not be assigned by the Contractor withaut the advanced express writ�en consent of the City. 7.3 Successors and Assigns. City and Contractor each binds itself, its partners, successors, assigns and Iegal representatives to the other pat�#y hereto, in respect to all covenants, agreements and obligations contained in the Contract Documents. 7.4 Sav�rability/Non-Waiver of Claims. Any provision ar part of the Contract Documents held to be unconstituttonal, void or unenfo�•ceable by a court of competent jurisdiction shall be deeinee[ stricken, and aiI remaining provisians shall continue ta be valid and binding upan City and Gontractar, The failure af City or Contractor to insist upon tha pez'formance of any term or provision af this Agreement or to exercise any right granted herein shaIl not constitute a waiver of City's az' ConE�'actor's respective right to insist upon appropriate performance or to assert any such right on any future occasian. 7.5 Gaverning L�u� and Venue. T1iis Agreement, including a�l of th� Cantract Documents is performable in the State of Texas. Venue shalI be "Carrant County, Texas, or the United States District Coui�t for the Northern District af Texas, Fart Worth Division. 7.6 Authority to Sign. Contractor shalI attach evidence of authority to sign A�reement if signed by someone other than the duly authorized signatory of the Contractar. 7.7 Nan-appropriation of Funds. In the event no funds or insufficient funds are appropriated by City in any fis�cal period for any payments due hereunder, City will notify Vendor of such occurrence and this Agreement shall #erminate on the last day of the iiscal period for which appropriations were recei�ed withaut penalty or expense ta City of any kind whatsoever, except as to the portions of the payments herein agreed upon for which funds have been appropriated. C1TY OF PORT WORTH 2O21 NORTH RTVHk281D� R�SURFACING PRQ7ECT 5TAN17ARD CON5TRUCTIQN SPEC[F'ICATION �OCUM�NTS CITY PR07ECT l�FQ, ] p2877 Revised 11/23l2p2[ aasza3-a Agreement E�age 4 of fi 7.8 Prohibitian On Contracts With Com�a�ies Boycotting Israel. Contractor, unless a sole prQprietor, acknowledges that in accordance with Chapter 2271 of the Texas Gavernment Code, if Contractor has 10 or rriore fitll time-employees and the eontract vatlue is $] OQ,000 ar more, the City is prohibited frorn entering into a contract �vith a company far gaods or ser�ices unless the contract contains a writYen verification from the company that it: (1) daes not boycott Israel; and (2) w�ill not bay�cott Israel during the term of the contract. The terms "boycott Israei" and "company" sha11 have the meanings ascribed to those terms in Sectian 808.001 of Y.he Texas Gov�rnment Code. By signing this contract, Cflntractor eertifies Ehat Contractor's signature provides written verifieation to the City #hat if Chapter 2271, Texas Gavernment Code appEies, Contractior: {1) does not boycotE Israel; and (2} will not boycott Israe[ du.ring the Eerm of the contract. 7.9 Prohibition an Boycott�ng �nergy Companies. Contractor acknowledges that in accordance with Chapter 2274 of the Texas Government CQd�-(as added by Acts 2021, 87th Leg., R.S., S.B. 13, § 2), the City is p��ohibited from entering into a contract far gaods or serv'ices that has a value of $ l 0�,000 or more, which will be paid wholly or partiy from public funds of the City, with a company (with 3 0 or mare full-time emplayees} unless the contract cantains a written verification fi•om the compat�.y that it: (1} does not boycott energy eompanies; and (2) will not boycott energy companies during the term of the contract. The terms "baycott energy carripany" and "company" have the meaning ascribed to those terms by Chapter 2274 of the Texas Gnvernment Code {as added by Acts. 2Q21, 87th Leg., R.S., S.B. 13, §. 2). To the extent that Chap�er �27�t of the Governrnent Code is applicable to this Agreement, by signing this Age'ee�rnent, Contrattor cerfi�es that Contractor's sxgnature provides written verification to the Cify that Contractor: (1) does not boycott energy companies; and {2) will not bt�ycott energy companies daring the term oi this A$reemenf. 7.10 Proivbition on Discrimination Against Firearm and Ammunition Industries. Cnt�t�'actor aclrnowledges that except as otherwise provided by Chaptex' 2274 of the Texas Government Code (as added by Acts 2021, 87th Leg., R.S., S.B. 19, § 1), tl�e City is prohibited from entering into a contract for �oods. ar services that has a �alue of $lOD,000 or more which wili be paid wholly or part3y frnm public funds of the City, with a company (with 10 or more fu1S-time em.ployees) unless the contract contains a written verificatian fro�► the coa�pany thaY it: (1) do�s not have a practice, policy, guidar�ce, or directi�e that discriminates against a firearzn eniity or fir�arm trade association; and (2) will not discriminate during the term of the cantraet against a freartn entity or iirearm trade assaciation. The t£T'lilS °GC�15Ct'1I11117a��," acflC2aTIT1 Blltlty" �i[Ci "fli'�81'lll iTaC18 aSSOGi�IOII" have the meaning ascribed to those terms by Chapter 2274 of the Texas Government Code (as added by Acts 2021, 87th Leg., R.S., S.B. 19, § 1). To the extcnt that Chapter ZZ74 of th� Governmen� Code is applicable to this Agreement, by signing t�is Agreement, Contraetor certifies fhat Contractor's signature provides written verrfication ta the City that Cantractor: (1) does not have a practice, policy, guidance, or directive thaY discriminates against a fireariu entity or firearm trade assoeiation; and (�) w�ill nat discriuminate �gainsf a firearm entity or �rearm trade association during the term af this Agreement. C1TY OF FORT 17VORTH 2O21 AiORTH RIVERSIDE RESIJRFACING PiiO3ECT STANDAW] COI+IS`PItUCTI�N SPE�IPiCATION DOCt.1MEN7'S CITY FROJEGTNb. 102877 Revised 1 kl2312021 005243-5 Agreeinent Page 5 of 6 7.I ] Im�nigra'tion Nationalit� Act. Contractor shall verif� the identity and employment eligibility of its employees who perform wnrk under this Agreement, including completing ihe Employmeni Eligibility Verification Form (I-9). Upon request by City, Contractar s11a11 provide City witl� eopies of all [-9 farms and supporting eligibility documentation for each amployee wl�o perForms work under fhis Agreement. Contractor sha11 adhera to alI Federal and State Iaws as well as astablish apprap�•iat� procedures and controls so that no services will be pegformed by any Cantractor empl�oy�e who is not legally elig�ble lo perforrn such services, CONTRACTOR SHALL INDEMN[�Y CITY AND iiOLD CITY HARMLESS FROM ANY PENAL'�XES, LIABILIT�ES, OR LOSSES DUE TO VIQLATIONS OF THIS PARAGItAYH BY CONTRACTOR, CONTRACTOR'S EMPLOYEES, SUBCONTRACTORS, AGENTS, OR LXCENSEES. City, upon written notice to Contractor, shall have the right to immediately tertninate this Agreement for violations of �his provision by Contractor, 7.12 No Third-Party Beneficiaries. This Agreement gives no rights or benefits to anyone ofher than the City and the Coniractar and there are no third-pa�ty beneficiaries. '7.I3 No Cause of Ac#�on Against Engineer, Cantra�tor, its subcontractors and equipc•rzent and materials snppliers on the 1'ROJECT qr their surefies, shall maintain no direct action againsi the Engineer, its officers, employees, and subcont�•actors, fot• any claiYn arising out of, in connection with, or resulting $om the engmeering services performed. Only the City wil] be the beneficiary of any undertaking by fhe Engineer. The presence or duties of the Engineet''s personnel at a construction site, whether as on-site representatives or otherwise, do not make the Engxn,eer or its personnel in any way responsible %r those duties that belong to �e City andlor the City's eonstructiop contractors or othe�• entities, and dq not relieve the constr�ction contractors or any other entity of their obligations, duties, and responsibilities, including, but not timited io, all eonstt�uction metlZods, means, techniques, sequences, and procedures necessary for caorainating and cornpleting al] portions of the constructian work in accordance with the Cantract Documents and any health or safety precautions requixed by such construetion work. The Engin�er and its personnel have no authority to exercise any control o�er any construction contractor or other entity nr their employees in connection with their work or any I�ealth or safety precautions. CITY OF FORT WOR1'I-[ 2fl21 IVORTH It[VL•.R5II7E RGSURFACING PROJ�CT STANDAR� CONST[ZUCTION 5PEC1F'ICf'.TIQN DOCLIMENTS C1TY PROJECT I�iO. I 02877 Revised 11/23/2D21 OD52-03-G Agrcelncitl Paga G of G IN VI►ITN�SS WHEREO�, City EiElil C011�1'flCtOi 11ava encli e�ceeXited t11is Agreeme��t fo lse effectiva as of tlte dAte subscrlbed by the City's desi�nated Assistant City Mauager {"G�ffeci€ve Date"}. Cpnt�•act4r: Texas M�terials Grot��, Ii�c. cibA Texas Bit By; , ` Signaiure Ron ��in�on (Printed Name) �stimating Nlanager Title . 42D Decker Dr. Suite 200 Address I�•ving, Texas 75062 CiEy/StakelZip �ui 15, �022 Date crrY or roR�E• wa�rr�i STANDA[tD CONSTRUCT[OPf SPECI�ICATION AOCUMiGN'I'S [tev�sed 11/2]12021 City of Tart Wa•tl� � 1 / i ,/I / / r �� D�na Bi�rghdoif As.sistai�t City Mana�e�� Jul 29, 2a22 Date A#test; T�annefi'e .S Gaodcrll Jannetis Goadall, City Secreta�•y (seal} � .�� � ��'�� .�' ��,�� � �� .,..� �• •y � ' ; :1 �:'.�.""% -,�;,r' ' ""��., � �,� i :.� i f � � 3�,; �� � . �� � M&C: 22-0455 • �'���' ,� Date; 6-14-2022 � � • � ' Form 1295 No.; N/A Gontract Compliance Manag�r: Hy signing, l acicnowledge that I a�'n the pexson respansible fo�� the inon9to��ing and administration vfthis caiztract, including ensurin� all �erformf►nce and cepo��ting ��eguirements, .� Ta�•iqul Islam P�•a,�ect Manage�� Approved as to Fot•m and Leg�lity; �I Dauglas W. Black S�•. Assistant City Atto�•ney APP�tOVAI. RECOMML�idD�D: ����� ,... i�y(.� Wf[liain Jnitnson, DiE'0Ct4e TransportAkion & Public Wo��ics Department 2o2t Noa�rH 2Nettsi� � �t��r�;e�'i tr�r rnar.•c�• rto. ia�sa� � , 1 y .. � g a��.�na�ba.e.L � �`I', �4i��'T4�1, `� � Bond No.Ui42493Qb 0o s1 i3 - i PERFORMANCB Bp�D Page 1 of 2 1 2 3 4 5 6 7 8 9 10 11 iz 13 l4 15 �6 17 18 1R 20 21 22 23 24 25 2G 27 28 29 30 SECTION 6U G113 PERFORMANCE BOND THE STATE OF TEXAS § � KNOW ALL BY THESE PRESENTS: CourrTY oF T�RR�NT § That we, Texas Materials Group, Inc. dba Texas Bitt known as "Principal" herein and Liberty iVluEual Iosurance Company , a corporate surety(Sureties, if moxe khan one) duly authorized to do business in the State af Texas,lrnown as "Surety" herein (avhether one or more}, are 3�eld and firmly bound unio the City of �ort Worth, a municipal corporation created pu.rsuani to the laws of Texas, known as "Cit}+" herein, in the penal sum of, ONE MILLION SEVEN HUNDRED SEVEN THOUSAND, SIX H[]NDRED EIGHTY�-THREE AND 141IOU DOLLARS $1,'�a'�,b831�1), lawful money af the United �tates, to be paid in Fort Worth, Tarrant County, Texas for the payment of w3�ich surn v�ell and tauly to be made, we binci ourselves, our heirs, executors, administrators, successors and assigns, joitatly and saverally, firsniy by tbese presents. WHEREAS, fhe Frincipal has entered into a certain writ�en contract wit� the City awarded the 1�4�` day of Juae, 2Q22, which Contract is hereby referred to and made a part hereoi for au purp4ses as if iuily set forth herein, to furnish all materials, equipment labar and other accessories defined by law, ir� the prosecutian af the Work, including any Change Orders, as provided for in said Contract desig�aated as 2021 NORTH RIVERSII]E RESURFACING PROJECT, City Project No. ] 02$77. NOW, THEREFORE, the condition af this obligation is such that if the said Principal sh�ll faithfully perf'o�•m it obliga�ions under the Contract and shall in all respects duly and faithful�y perFonn the VVork, including Change �rders, under the Contract, according to the plans, speciiications, and contract documents th�r�it� referred to, and as well during. any period of extension af fhe Cantract that may be granted on tk�e pat�Y of the City, tik�en this abligation shail be and becoine null and void, ntherwise ta remain in fuIl fnrce and effeet. PROVIDED FLTRTHER, thai if any legai acti.on be �iled on tYus B�and, venue sha11 �ie in Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort 31 Worth Di�ision. C1TY QF FORT WO1tTI3 5TANI�A[2D CONSTItUCTION SPECIFICATION DOCUMENTS Aevised 7uly i, 20i l 202i NE7It7'H RNEIiSIAE RESU[tFACIlVG PROJECT C1T'Y PAflJECT' NO. 1 a2877 OD6l 13-2 PBRFQI2MANCE BONA F'age 2 of 2 l This bond is made and executed in compliance with the provisions of Chapter 2253 of the 2 Texas Governrr�ent Code, as arnended, and all liabilities on this bond shall be determined in 3 accordance with the provisions of saic� statue. 4 IN WTrNESS WAEREOF, the Principal and the Surery have SIGNED and SEALED 5 this instr�smeiit by d�ly aufk�.oxized agents and vffiicers on t�is the 29�� day of June ,�02z. 7 S 9 aa ll 12 i3 14 �s 16 L7 18 19 �a 21 22 23 24 25 26 27 28 29 3fl 31 32 33 34 35 36 37 38 39 40 41 4z 43 44 45 ATTEST: (Principal) Secretary �... .� � �Cc �' t � Witness as to Principal Wim as to 5urety Jessica Richmond, Witness PRINCIPAL: Texas Materials Group. Inc. dba Texas Bit_ BY Signature � �DE� �G✓J /� �%/ � S`� •� � .59'i al /U � �� Name and Title SURETY: I,iberty Mutual Ins�rance Company � BY: � - . r Si�na e Address: 420 Dec ker Dt, Suite 200 [rving, TX 75062 Stephanie Gross, Attorney-in-Fact Name and Title Address: 2g29 Allen Parkway s„�t� zsua Houaton, TX 79019 Telephone Numbe r: 713-526-3366 *Note: If sigined by an officer of the Surety Cvmpany, t�ere must be on file a certified extract from �he by-lav�+s showing that this person has authority to sign such obligation. If Surety's physical address is different fro� its mai�ing address, both must be provided. The date of the bond shall not be prior to the date the Contract is avvarded. CiTY bF' I'ORT WOATH STANDARD CONSTRUCTiON SPECIFICATION DOCiIMENTS Revised July 1, 2011 2021 NORTH RN�RSIDE RE5[JRF'AC1NG PR07ECT CITY PIiO7ECT NO, 102877 Sond No.0142493U6 OOG1 14-1 PAYMENT SpND Page 1 of 2 1 2 3 4 5 6 '7 S 9 10 lI 12 13 14 15 16 17 18 19 20 21 22 THE STATE OF TEXAS CUUNTY �F TARRANT SECTION 00 61 I4 PAYNIENT BOND § § �NOW ALL BY THESE PRESENTS: � T}�at we, Texas Materials Graua. Inc. dba Texas Bit known as "Principal" l�erein, and Liherty Mntua! Insurance Company a corporate Surety (sureties), duly authoxized to do business in the State of Texas, knawn as "Surety" herein (whether one or rnare}, are held and fsrmly bound unto the City af Fort Worth, a t�aunicipal corporation created pursuant to the laws of the Siate of Texas, known as "City" herain, in t�e penal sum of ONE 1VIILLION SEVEN HUNDRED SEVEN THOUSAND, SIX H[7NDRED �IGHTY-THREE AND 14110� DOLLARS ($1,'�0'�,6$3.14), lawful money of the United 5tates, to be paid in Fort Worth, Tac7tant County, Texas, for the payment of which sum well and truly be made, we bind ours�lves, ou�• heirs, exacutars, administrators, successors and assigns, jointly and severally, �rmly by thes� presents: WI3EREAS, Princi.pal has entered inta a certair► written Contraet with City, awarded the 14�h day of 7une. 2022, which Contract is hereby referted to and made a part hereof for alI purposas as zf fulIy set forth hcrein, to furnish all materials, equigment, labar and aiher accessaries as de�ined by law, iz� the prosecution nf the Wark as provided foi• in saici Cont�act anci designated as 2Q21 NORTH RIVRSIDE RESi7RFACING PROJECT, City Project Na.102877. NOW, THER�FQRE, THE CONDITION �F THIS OBLIGATTON is such that if 23 Principal shall pay all monies owing to any (and all) payment bond beneficiary {as de�ined in 24 Chapter 2253 of the Texas Government Cade, as amended) in �he prasecution of tlie Work under 25 the Contract, then this obligation shali be and become nuIl and �vid; otherwise to remain in full 26 faree and effect. 27 2& 29 3Q This bnn.d is made and exec�ted in compliance with the provisions of Chapter 2253 t�f the Texas Government Code, as amended, and all liabilities on this bond shail be determined in accordance with the proviszans of said statute. C1TY OF FORT WqATH STANDAL2Il CONSTRUCTION SPECtFICATION DOCUMEN'�S Revised July 1, 2011 2021 NQATi�i RiVE�RSID� CLESURFACIlVG PR03ECT CITY PR03ECT NO. 102R77 oa 6� ia - z PAYMEhfT BOND Fage 2 of 2 1 2 3 4 5 6 7 8 9 ra li 12 IN WITNESS WHER�OF, the Principal and Surety have each SIGNED and SEALED this instrume�nt by duly authoxized agents and off"icers Qn this t�re z9th day of aun� , 20 z2 ATTEST: (Principal) Secretary �t P�c� c.a� �- Witness as to Principal ATTEST: NIA {5urety) Secretary Wi�es s to Surety Jessic ichmond, Witness PRINCIPAL: Texas Materials Croup, Ine. dba Texas Bit BY: �Si ature ��f � �� %� � /1 �-�t? �S'� � G ��/'�- Name and Title Addrass: 4ZD Decker Dr. Suite 200 Irving, TX 75062 SURETY: L'eberty Mutual Insurance Company . - . .� , B'Y: � t-f.- � Signature � 5te hanie Gross, Attorne -�n-Fact Name and Title 1�dClT0s5: 2929 �lllen Parkwa Suite 2500 Houstan TX 7'1019 Telephone Number: �;3-�26-3366 Nate: If signed by an officer of the Surety, there must l�e on file a certified extract frorn tYte bylaws showing that this person has authority to sign such obiigation. If 5urery's physical address is difEerent from its tnailing address, both mu5t be provided. Tlie date of the bond shall not be prior to the date tne Contract is awarc�ed. END OF SECTION C1TY OF FO12T WORTH STANDAR� CONS`!`RUCTION SPECIPICATION I]OCUMENTS Rcvised 7uly 1, 2011 2021 NORTH I2IVL-'ERSIDE RP:SURFAGING PR07ECT CTTY PRO7P.CT NO. 142877 Bon� No.0I4249306M no6� i9-i MAINTENANCE B�ND T'age 1 of 3 1 2 3 4 5 b 'I 8 9 ]0 il 12 13 14 15 l6 17 18 19 2Q 21 22 23 24 25 26 27 28 29 30 3I 3z SECTION 00 61 i9 MAINT�NANCE BOND THE STATE OF TEXAS COUNTY OF TARRANT § § �NOW ALL BY THESE PRESENTS: � That we Texas Materials Grauq, Inc. dba Texas Bit knowr� as "Principal" herein and Libe M�tual Insurance Com any a corparate surety (sureties, if more than ane} duly authorized to do business in the State af Texas, known as "Surety" herein (whether one or more), are held and firmly bound unto the City of Fart Worth, a municipal cor}�oration created pursuant to the laws of the State of T�xas, known as "City" herein, in ihe sum of ONE MILLION S�VEN HUNDRED SEVEN THOUSAND SIX HUNDRED EIGHTY�THREE AND 14I100 DOLLARS ($1,'707,6$3.14), lawful, maney of the LTnited States, to be paid in �ort Worth, Tarrant County, Texas, far payment of which sum nvell and tiuly be made unto the City and its successors, we bind ourselves, our heirs, executars, administratars, successors and assigns, jointl.y and severally, firmiy by �hese presents. WHEREAS, the Frincipal has entered into a certain wxitten contract vc�ith the City av�rardeci the 14°i day of June, 2022, which Contract is hereby referred io and a made part hereof for all purposes as ii fully set forth herein, to furnish all materials, equiprnent labor and other accessories as ciefined by law, in the proseeution of the Work, including any Wark xesulting fro�n a duly authorixed Change Order (collectivaly herein, th� "Work") as provided for in said co.�tract and designated as 202I NORTH RIVERSIDE RESURF'ACING PR�.TE�T, City Froject No.102S77; and W�I�REAS, Principal hinds itself to use such materials and to so construct the iWork in accoxdance with the �lans, specifications and Cantract Documents that the Wozk is and will remain free from defects in inaterials or workmanship fax an.d during the period of two {2} years after the date of Final Acaeptance of the Wark hy �he City ("Maintenance Period"}; and VVIdCREAS, Principal binds itself ta repair or reconstruct the Work in whole or in part 33 upon receiving �otice from the Ciiy of t�e need therefor at any tima vc�ithin the Maintenance 34 Feriod. CiTY QF FORT WORTIi STANDARD CQNS'FRUC7'ION SPECIF[CA'CI03V DOCLTMEN'1'S Revised 7uly l, 20ll 2021 NOiLT�E RIVERSiD£ KESl1RTACING PRbJEC'i' CTl'Y PROJLCT NO. 1U2877 oo�i i�-z NiAIIYTENAAiCE BOND Page 2 of 3 1 2 NOW TAEREFORE, the condition oi this ob�igation is �uch that if Principal shall 3 remedy any defecti�e Work, for which tirnely notice was pravided by City, to a complation 4 satisfactary #o the City, then this obligation s�all become null and vofd; otherwise to remain in 5 full force and ef%ct. G 7 S 9 10 11 12 13 14 i5 lb 17 18 19 Za PROVIDED, HOWEVER, if Princi�ai shall fail so ta repair ar reconstruct any timel}� naticed defective Work, it is agreed that the City �nay cause any and all such defective Work to be repaired and/or reeonstructed with all associated costs thereaf being bome by the Principal and the Sure .ty under this Maintenance bond; and PR4VIDED FURTi�R, that if a�y legal action be filed on this Bond, venue shall lie in Tarrant County, Texas ar the United States District Court for the Northern District of Texas, Fort Workh Divisioa; and PROVIDED FURTHER, that this obligation shall be continuous in nature and successive recoveries may be had hereon for successive breaches_ CiTY OF FORT WOR'i'H S'�'ANDARD CONSTRUC'T'IQN SPECIFICATI03�I DOCUMENTS Revised Ittly 1, 2011 2p21 ]+70R'i'H RTVERSIDE RE�URFACING PROJEC`I' C1TY PROJEC'T NO. 102877 006i i4-3 MAINTBNANCE BONj] Page 3 of 3 1 IN VVITNESS WHEREOF, the Principal and the 5urety have each SIGNED and SEALED this 2 instrument by duly authorized agents and officers on this tlae 2gth day of June 3 , 20 22 4 S 6 7 8 9 10 11 12 13 �4 LS i6 17 18 i9 24 21 22 23 24 25 26 z� 28 29 3U 31 32 33 34 35 ATTEST: {Principal) Secretary t� Witness as ta Principal ATTEST: NIA (Surety) Secretar�+ Witness to Sar ety� Jessi 'chmond,Witness PRINCIPAL: Texas Materials Grou Inc. dba Texas it BY:� l � Signatui•en �e.� 1�41J %J �%/�.iQ� ��- .���/f-�'r t' � � Name and Title Address: 420 Decker Dr. Suite 200 Ireing, TX 75D62 SURETY: Lihertu �tc�wl Tnc.nrance Co 8 13Y: "' ;� . � Signat � Stephanie Gross, Aftorney-in-Fact _ Name and Title Address: 2429 Allen ParKway _ Suite 254U HousYon, TX 7701n Telephone Number: 713-526-3366 If signed by an offcer of the Surety Company, t�aere must be an file a certi�"ied extract from the by-laws sho�ri�g that this person has auti�ority to sign such obligation. Tf Surety's physical address is different fram its mailing address, both must be provided. The date of the bond shall not be prior to the date th� Contract is avva�rded. 36 *Note: 37 3$ 39 40 C1TY OF FORT WORTH S'I'ANDA32D COIVSTRUCTION SPCCIFICATION DOCUM�N'i"S Revisc� 7uly 1, 2�11 za2i �taxT� �uv�xsID� x�su�rAciN� ��o��cr CTTY PRQ�CT NO. 102&77 �• ����� M���e SIJRFTY 71is Pb�rafiA�6orr�ey lirrilsthe acts a�tl�a�e�rBd F�r� �d they have noa�lthariiiyto hind the Corrf�enY �ae�t in the maerier a�nd tolhe �Ear� heaiein �ted Liberty Mutual Insurance Company The Ohio Casualty lnsurance Company WestAmerican l�surance Company ����� �� �������� C�ertific�e `Vp: 8204862-022001 F�VR�1+1 ALL P�50P� g1( i}lESE PF�I[5: Th� The Otio C�u21ty Irstrarioe CArrpay is a ooiporalion diy aganiaed tr� the lavus oF the 5tate of New Viarrpst��, tF�af Lil�erfy Mival Irar�'ioe Corrpany iS a oo�or�ion duly a�d uxler the fav�s of ihe SIa2e of M�adY,�etts, ard V�kst Prrerican Ir�suarioe C�rrpan�+ is a oapa-�lian duly organiz�d irderihe lav�s of the Slate oF Ir�ar►a (F+�ein odfecliu�eiy called �"CarrparrEs'j, p�rs� to and t�r a�,o�ity h�n set tort�,, �oes n�eby reme, oonse�ae and a�oir�, cnE�seg Nielsan; Jessica Richettond; Joyce A. dahnson; Phili N. Bair; Ste hanie L'sross all oftt� city of Houston � af TX eadt irxii�iduafly ffthFxet�e rrn�th2rs or�e narr�ed, its true ard lawfi� atfomey-irEfec3 to r►�alc�, �, s�l, ��nledge ard deliuer, fa arid on its h�haif as stre{y and as its arf 2nd t�ecl, 2r'N and al l u�de�akir�s, bor�ls� r�eoogniz�oes and other sia�ety ohl'�atia�s, in pixsuarioe aF li�e Pr�s ard shall be � bir�rig �on the Garperi�.s as if they haue beer� chiY s19� �h+ � P�dad atd attesfed k�l the sea�ary of th� Conp�anies in thelr ann proper pers�r�s• IN W17T�SS W4� this Pbv�er of Aftarney F� br�n sibsctil7red byr a� aiihoriaed officer or offidal of the �nes and the oorpa�te seals of the Carrparies hau� be.� alfi�d �p �hls 12th d�l of Pebruary , 2Q21 . Liherly Mutt$I Insurar�Corrpau� 41tSSUR 4�Y 4ldSp ��, 1NSbR4 The0hi0C26L18dlylrlSUPdnCeCA[rParN h�jPGdppol� fqy� y�1P4pRPqRqT�V,y `�+o"oo�+R°Rar '�'p V4ESt Af[Ptic�11 If1Sl1�Tt02 COTTp�fi�l � a' Fotn �a' en �3� `Pofi 'i99� � Q 1$19 � ��999 o i/ v; E a � �'�Bg�fCHUg��D y��yHAtS45�`��L� Y���NRfAN�`�.aa� By. �'� ` G'"" :� c? �� * � b� �` � �� � � pa�id M (:�ey, pss�t S�e4a�y � � �� � P�V�SYI..VANA � ��� � � Ul thls 12th da�r Of ri'e6�, 2021 b�o2 me i�ersoi'+ally 2PP�� �d M�ar�l, v�k� adv�led�:l� �rr�eif to 6e tl'1e PS5istar� 5edet�y OF Libe�[y M�flral I i¢ Carpar�y, li� Chio C,�raiiy i�rrpa��Y, and V1�s[ fVr�icati Ir�sua�oe Ca�aa�, and th� h� as surh� b�r�g a�thorined so ta do, e�ate the for«�oir�g ir�nrrea'it for the y ttierein oorritained [� siguur� on t�ehalf o# the ootporatia�s by hir�eif as a duly au�rmed a4hoer. cri � � .y N O � 1� 3 q� C IN W 7i4'�SS V4�OF, I hau� hereuto s�rt�sc�ibed rry r�arne arxl a6�d rry notari2l se�al a� }Grg of Prussia, F�rr�llvania, an the day ard ye�' first apoue written. 6p, Pp� Q,Fr �p�W r�� COmmon�•reall� of Pannayi�anis • Nalery Seal �r� �'� �ta5 F Ta�esa Paalolle, Natary F'uhT;c � nF �b��Y Caunty �� MywmmiaslonexQlreaMarch28.2025 By• --- ��r Commisslon numqer 11260�4 a � 4s�YL��'� �G Mam6er, Pennay4an�a Aeaxia�on of NMariea ��� �IC v�� �p„ l�his P�' of Ailomey is rr�tde and e�:ated pu'suard to and l�r authaity oF tlie fdlouuir�g By-la�s ar�d Athha'traUor�s aF Zhe Oiio Castslty Ir�suance C�mp�any� �f15llcli"IL+E �'OIT��. � �'� ��IC2!'1 �CL9ii�111� �1hk1C�11E'SO�1.�01'LS �2 flOAll lI1 {L�� fOfOe � �� 12�Cilf� &5 ff1��pJYB: tiberly Af�iICLE N—OFFIGERS; SecGon 12. Rwyer oFAthx�y. ,�ty dfioer ar aher afficial af iY�e (Axpor�on aulharized for Uiat p�xpose in writing by the Ghaim�n or the Pr�esid�t, ard siiojed ko suc� I�itation as the Q�aimen or tFie � Presid�t rcey presail�e, sh�f appdrt such atta�rs-in�fact, as may he neoe�aiy tn act in t�a1f of the �ian to rr�, �e, sea4, adaiarde�e and dpJiver � s�neiy �tyr a�xi �I uxlertatdngs, brnxls, �oogr� and c#k+a'sue[Y oblig�ia+s. ��ltameys-in#act, s�jed ta tlie lirritations set forth in tV�eir �spediue po�n,nxs c� attoir�.y, shall • h3HF'. �� pGIM1�Fl b0 �]IfIC� tilE �IpOf�10►1 byl f�lEkr SIgC1�UB �ld P�011 Qf Rljl �lCfl If15611CT�1'1�5 �ld f0 21F2�7 fi12�01� 92� Of l� ��ilal. 1N1BT1 SO �� 8l1CtI i� shafl he � k�r� as if si�ed by tl�e F�esidgt and ffite�ed fo ky the SevetarY a'�Y P� a' ��Y 5� �$N ���'• a arttaneyl�faci u�der t�ie ' pr�uisial5 of this artide rray be re�aed at art�i tirre qy the Boarci, the Gf�airrr�, ihe Pr�ident or by Ihe alfiar or o(fioers grar�irg sudl pou�r a' aW�ailY• i AR1ICL.E 70}I — E�tEan a# C�ntra� SecBm 5. 9u�ely Baxis and lhdertarir�gs. pry offio� aF lhe �ry aulhori�ac,i for ihart pupose in v�citirg by the c�aim� or the p�sider�t, a'�d s�ect to sudi Ifrrrtart�ots as ihe diairtreri ar il� Presfcl�i ►r�Y [x�aibe, sha01 appoird sufi adtaneys-in�act, as may be rieaessary lo ad in �half af the Carpeny� to meke �ate, s�l, ad�r�a+�e�e aM d2iiuer as s�r�iy any �d a11 tnd�i�dr�gs. bonds, � and o�'sur�ty oblig�ians. SUd� altar�.ysirrfact subjEct to the lirdl�ior�s set fa4h �n their respedive Ra'uE�rs aF �MmeY� shall ha4e fiil pon,erto bind the �P�N �N �r signatue aritl exeaiion of ay � ir�shur�ds and to aftaeh tlo�seto the s�l o� tF� Corrpery. Wien so �ed sud't insUtmp'ils s�aiV be as hindirig as 'rf sigr�ed b�llhe Presid�t ard adtested by the se�ry. c���e � oe��n — me ��,r o� � car�y, �ir� pusuant ro tr� ��n.s a� � ca�y, aw,orizes �d M c�rey, ,�ssis� Se�ary ta appoird such arianeys-in- tact as r�e+y tje neoess�y fa aet «� be�lf a€tne conpanyr m rr�Fre, �cea�t� s�l, aola'�a ana delit�r as sue�}r any arxl �l� underfaltir�gs, borxis, reoognfran�s ana dt�er s�uely d�ligatia�s. A�hariz�tlon— �f u�anirrnus oaserrt di the C�xrpar�is �oard af Cfr�ertors, the Cerrpay oa�sends that Facsimle or me�anica4ly renroc� �d sigr�atue.� any assist�t secreiary of the (�rparryr, �• app�rir�q upon a certfied oopy of arr� pa�r oF a�orrey issued bythe Carper�yin oorr�on wifh suely borids, sF�all bev�id and pirxfir�g ipon the Corrpary with tl�e sara� for�e arid eftect as i�ough r��aly aRuaed. I, {�r� � LfevaeEiyn, U�e �aide�sigr�ed. A�istant 5ea��rY. 'ihe OhiD �sually lr�stranoe Gor�r�Y, Libe�iy Milua1 Ir�rarioe Corrl�l, arxi Ul�st Ptr�[ipn Insuanoe Comparry d0 F�ebY oerbfy that the ori�rel po�ner of attorr�ey aF+ntich the ta�oir�g is a fill, true ar�d CoR�ect oop�l aF1he Faower aFArimr�l e�aBcuted by said Corrpar�es, is in fidl ioree arxl �fed and I� rnt bee� r�oi�l, IN TES"f lhf�kYY VMt�FiBDF, I have E�nto set rty hand ard afl'i�i the s€als aF s�id Corrpanies tlis 29th daY ai June , 2022 . hJP4o po RRqy� �JP4oRro��R9Z .�'Q'uo�aR,���'Y�' � � `°ofi Q�' '�oa �a otn • � 19R2 o a'f9�9 � � 1999 Q '� B �y1�8��H�9�,aD �as�'HAp45�a��O YS, ML3AN�' .�b� Y� Fb�'�eeC lk�1ellyn,�515ta[#S�Ei�y 9j7 * �ta �F/d * �,� d,�4 * l�ta O da" � N c� m � c�o m U LNfS-12873 LMIC OCIC WAIC Multi Ca O7121 �.u�er�y NI�t�.�. SUR�'YY TEXAS IMPORTANT N4TICE To obtain information ar make a cnmpl�int: You may eall toll-free for infox7n:ation or to �nalce a compiai�t at 1-866-600-4461 Yot� may also write to: Liberty Mutual Sure3.y Claiins PO Sax 34526 Se�tt1e, WA 98124 You may contact the Texas Department of Insurance to obtain information on companies, coverages, righ�s or complaints at 1-500-252-3�39 You may write the Texas Department of Insurance Consumer Pratectio� (111-1 A) P. O. Box I�F9091 Austin, TX 78714-9091 �'AX: (512} 49Q-1007 Web: http:/Iwww.tdi,texas.�ov E-ma.il: ConsumerProtec#ion tdi.texas. ov PREMIUM OR CLAIM DISPUTE�: Should you have a dispute concerr�ing your premium or about a cla.im you shnuld fii•st contact the agent or call 1-840-252-3�39. If �e dispute is not resalved, you may contact t�xe Texas Departnnent of Insurance. ATTACH THIS NOTICE TO YOUR POLICY: This nptice is f4i• iun.farmation o�ly and does not becorne a part ar conditzori of the attach�d document. Liberty Mutual 5urety Attention; LMS Claims Pp Box 34526 5eattle, WA 98124 phone: (246) 473-6�10 Fax: (866) 548•fi873 �maN: HOSCL�libertymutual,com www.LibertyMutualSuretyClaims.com TEXAS A�1'I�O IMPORTANTE l�ara obtener informacion o paa�a snm��er una quej a: Usted puede llamar al numero de telefono gratis para infor�n,acion o pa.�a sorneter una queja al 1-866-600-04�61 Usted tambien puede escribir a: Liberty Mutaal S�uety Claiins PO Box 34526 Seaitle, WA 98124 Puede comunicarse can el Depaz-tamento de Seguros de 'T'exas para obtener informacion acerca de companias, coberluras, derechos o quejas al i-800-252-3439 Puede escribir al Departamento de Se�ros de Texas Consumer Frotec�ion ( i i 1- lA} P. O. Box 149091 Austin, TX 78714-9Q9 i FAX # (512) 490-1407 Web: h :l/wwrv.tdi.texas. av E-mail: ConsumexPratection tdi.texas. ov DISPUTAS SOSRE PRIMAS O RECLAMOS: Si tiena una disputa concernien:�e a su prima o a un reclama, debe comunicarse cor� �l age�te o primera. Si no se resuelve la dzsputa, puede entonces comunicarse con el departamento (TDI} UNA ESTE AVISD A SU POLIZA: Esie aviso es sola para proposito de infon�aacion y na se convierte en parte o condicinn del documento adjunto. NNT" 70 68 09 O l I.MS-1529210l15 STAll1�� GEI�ERAL COI�IT��l�TS OF �I� ��l�STRU�TI�l� C�llTTRA�T crr� o� FoxT wort�rx STANDARDCONSTRUCTION SPGCIFIGATION DOCi7MENTS 12evision:�021 ST�NDAR.D GENERAL CONDITIONS QF THE CONSTRUCTION CONTRACT TAELE OF C�li�TElV'TS Page Article � —De�nitions and Termiriology .......................................................................................................... ] 1.OI Defined Terms ...............................................................................................................................1 1.�2 Tertriinology ..................................................................................................................................6 Article2— Prelitninary Matters ......................................................................................................................... 7 2,01 Copies af Doc�ments ....................................................................................................................7 2.02 Commencement of Contract Tirne; Notice to Proceed ..................................................�............. 7 2.03 Starting the Wor1c .......................................................................................................................... 8 2.04 Before Star�ing Construction ........................................................................................................ 8 2.05 Preconstruction Conference .......................................................................................................... S 2.Ob Public Meetirtg ...............................,...�....................,....................,..................,......,.....................8 2.07 In�ial Acceptance ofSchedules .............................................................................................�......8 Article 3— Contract Dacuments: Intent, Amendi�g, Reus� ............................................................................ S 3.Oi Intent ..............................................................................................................................................8 3A2Reference 5tandards ...................................................................................................................... 9 3.03 Reporting and Resolving Discrepaneies........� ..............................................................................9 3.04 Amending and Supplerneniing ContractDocuments .................................................................1D 3.05 Reuse ofDacurnents ................................................................................................................... IO 3.06 Electronic Data ............................................................................................................................ ll Article 4— Availability af Lands; Subsurface and Physical Conc�itions; Hazardous Eneironmental Conditions; Referenee 1'ain.ts ...........................................................................................................1I 4.O1 Availability of Lai�ds ..................................................................................................................11 4.02 Subsurface and Ph.ysical Condiiions ..............................................�..........................,................12 4.Q3 Differing Subsurface or Physical Conditians .............................................................................12 4.04 Underground Faciliti�s ...............................................................................................................13 4.05 Reference Points .........................................................................................................................14 4.06 Hazardous Environmenta.l Condition at Site ..............................................................................14 ArticIe 5 �iands and Insurance .....................................................................................................................16 S,OI Licensed Sureties andInsurers ...................................................................................................16 5.02 Perfoemance, Payment, and Maintenance Bands ....................................................................... I6 S.a3 Certificates of Insurance .............................................................................................................16 5.0� Contractor's Insurance ..................................................................................................�.............18 S.OS Acceptance of Bands and Insurance; Option to Replace ...........................................................19 A�ticle 6 — Cont�•actar's Responsibilities ........................................................................................................19 b.01 Supervi�ion and S�perintandence ...........................................................................................�... I9 ciTror FaRT won�ri STAND�RDC�NSTRUCTION SPECIPICATIpTV 170C[1MEI�lTS Revisiou; �3�2021 6,Q2 6.03 5.04 6.05 6.06 6.Q'1 6.08 6.09 6.10 6.11 6.12 6.13 6.14 6.15 b.16 6.17 6.I8 6.19 6.20 6.21 6.22 6.23 6.24 Labor; Wo�•king Hours ................................................................................................................2a Services, Materials, and Equipment ...........................................................................................20 �'roject Schedule ..........................................................................................................................21 �ubstitutes ar�d "Or-Equals" ....................................................................................................... 21 Concerning Subconiractors, Suppliers, and Others .................................................................... 24 WageRates .................................................................................................................................. 25 Patent k'ees and Royalties ...........................................................................................................26 Permits and Utilities ....................................................................................................................27 Lawsand Regulations .................................................................................................................27 Taxes................................................................................................ , .......................................28 Useof Si�e and Other Areas .......................................................................................................28 RecordDocuments ......................................................................................................................29 Safetyand Protection ..................................................................................................................29 Sa�ety Representative ..................................................................................................................34 HazardCommunication Programs .............................................................................................3� Emergencies and/or Rectification ...............................................................................................30 Submittals.................................................................................................................................... 31 Continuingthe Work ...................................................................................................................32 Contractor's General Warranty and Guarantee ..........................................................................32 Indemnif'ication .........................................................................................................................33 Delegation nf Profession.al Design Ser�vices ..............................................................................34 Rightta Audit ..............................................................................................................................34 Nandiscrimination....................... ................................................................................................ 3S Ar�icle 7- Other Work ai the Site ...................................................................................................................35 7.01 Related Work at Site ...................................................................................................................35 7.02 Coordination ................................................................................................................................36 Article $ - City's Respansibili�ties ...................................................................................................................3b 8.01 Communications to Contractar ...................................................................................................3b 8.02 Furnish Data ................................................................................................................................ 36 8.03 Pay 1�Vhen Due ............................................................................................................................ 36 $.04 Lands and Easements; Reports and Tests ...................................................................................36 8.05 Chaz�ge Orders ............................................................................................................................. 3b 8.06 Inspections, Tests, and Appcova�s ..............................................................................................36 $.07 Limitations on City's Respons�bilities .......................................................................................37 8.0$ Undisclosed Hazardous Envirotunental Candi�ion .................................................................... 37 8.09 Compliance with �afety Program ...............................................................................................37 Article 9- City's Observation Status During Canstructian ........................................................................... 37 9.O1 City's Project Manager ............................................................................................................37 9.02 Visits to Site ................................................................................................................................37 9A3 Authorized Variations in Work .................................................................................................. 38 9.04 Rejecting Defective Work ..........................................................................................................38 9.OS Determinations far Wark Perforn�ed ..........................................................................................38 9.06 Decisions on Requirements of Contract Dacuments and Accepta.bility of Work .....................38 C1TY OF FbRT WOR'CH 5TANDAKT]CONSTRilCTION SPECIPICATIaN DOCUMENTS Re�isian: 823f�21 Article 10 - Changes in the Wark; CIaims; Extra Wor1� ................................................................................38 10.0I Authorized Changes in the Work ...............................................................................................38 10.02 LTnauthorized Changes in the Work ..� ........................................................................................39 10..03 Executian of +Change Orders .......................................................................................................39 ]0.04 Extra Work ..................................................................................................................................39 I4.05 Notification to Surety ..........................................�...........,..................................,........................39 10.06 Cont�act Claims Process .....................................................................................................�.......40 Article 11 - Cost of the Work; Allowances; Unit Price Work; Plans Quantity Measurement ......................41 1 I,DI Cost o�the Work .........................................................................................................................41 11.02 Allowances ............................................................�..............................................,....,....,............43 11.03 L7ni� Price Work ..........................................................................................................................44 11.0� Plans Quantiiy Measureinent ......................................................................................................45 Article 12 - Ghange aiContractPrice; Ghange of ContractTime .................................................................46 I2.01 ChangeafContractPriee .......................................................................................,..............,.....46 12,02 Change of ContractTime ............................................................................................................47 12.03 Delays ..........................................................................,.........,............................................,........A�7 Article 13 -Tests and Inspections; Correction, Remaval a�• Acceptance of Defective Work ...............�......48 I3.01 Notice of De%cts ........................................................................................................................48 13.02 Access to Work ................................................................................,......,.............................,.....48 13,03 Tesfis and Inspectians ..................................................................................................................48 13.Q4 Uncavering Wnrk ........................................................................................................................49 13.05 City May Stop the Work .............................................................................................................49 13.D6 Corr�ction orRemoval of Defective Warlc ................................................................................50 13.07 Correction Period ........................................................................................................................50 13.08 Acceptance ofDefective �ilork ...................................................................................................51 13.09 City May CorrectDe�ect'rve Work.�... ........................................................................................51 Article 14 -Payinents to Contractar and Cort�pletion ....................................................................................52 14.01 Schedule of Values ...................................................................................................................... 52 14.02 ProgxessPayments .................................................................................................................�...,52 14.Q3 Contractor's Warran.tyoiTitle ......................................................�..............,.............................54 1�.U4 Partial Utilizatian ........................................................................................................................55 14.05 FinaI Inspectior� ...........................................................................................................................55 14.06 Firial Acceptance ......................................................................,..,.................................,.............55 14.07 Final Payrrient ........................�,...........,....................,...................................,...............................56 14.08 Final Complation Delayed and Partial Retainage Release ........................................................56 1�4.09 Wai�er aiClaims ...........................................................................................................�............57 Article 15 - Susp�nsion af Work and T�rmination ...................................................................�..�..... ........57 15.01 City May Suspend Work .............................................................................................................57 15.02 City May Ternlinate forCause ...................................................................................................58 15.03 City May Terminate For Con.venience .......................................................................................60 ArticI� 16 -Daspute ResoIution ......................................................................................................................61 16.O1 Methods and Procedures .............................................................................................................6I crrY or �oxT woxrx STP.NDARRC6�5TRlICTIDN SPECINICATION DOCUMENTS Revision; 823/LDZ] Article17 Miscellaneous ..............................................................................................................................62 17.01 Gi�ving Notice .............................................................................................................................. 62 17.02 Computation of Times ................................................................................................................52 17.03 Cu�nulative Rernedies .................................................................................................................62 1'1.04 Survival of 4bligations ............................................................................................................... 63 17.aS Headings ......................................................................................................................................63 C1TY OF FORT WORTH STANDAItI7CON5TkUCT10N S�ECIAICATI4N I]QCiJMCN'I'5 Revisian: SIZ�IXl2] ao �z oo - i GEN�RAL CANDITIDN S Page 1 of 63 ARTICLE 1— DEFINITIONS AND TERNIINOLOGY 1.01 Defined Te�fns A. Whereverused in these General Condrtzons or in other Contract Documents, the terms listed below h�ve the �neanings indicated which are a�pLcable to both the stngular and plural thereof, and words denoiing gender shall include th� masculit�e, feminirie and neuter. Said terms are generally capitalized or written in italics, but nat always. VVhen used in a conteXt consistent with tlt� defu�itzon af a listed-defined term, the terrri shalI Have a nr�eanmg as defined below w�ether capitalized nr italicazed or otherwi�e. In addition capitall�tters in the Contxact Documenis inclade and the til-les of other docu�nents ar forms. to terms speci�cally define.d, terms wrth initial re�'erences to ident�fieci az�icles anci paragraphs, Addenda Written or graphic instruments issu�d prior to the opening af Bids which clarify, correct, or change the Bidding Requu•ennents or the proposed Contract Documents. 2, Agr�eement—The written instrument which is evidence of the agreement betwaen City and Coniractor covering the Work. 3. tlpplication fo� Payrrrent—The form aceeptable to City which is to be us�.d by Cantractar during the course of the Work in requesting progress or final payments and which is to be accompanied by such supporting docume�tation as is required by the Conf�ac# Documents, 4. As�estos--Any material that conta.ins more than ane percent asb�stos anc� is #'riable or is releasit�g asbestos fibers it�to the au above currant action levels established by the United States Occupational Safety and Health Administration. S. flrvard — Authorization Y�y tk�e City CnUncil fpr the City to er�ter into an Agreement. 6. Bid=I`he offer or proposal af a Bidder submitted on the prescribed form setting forth the prices for tIje Worlc to be performed. 7. Bidder�The mdividual or entity wh� submits a Bid directty to City, 8. Bidding Documents The Bidding Requirem�nts and f�e proposed Contract Documents {incIuding ali Addenda). 9, BiddingRequi�emenis—The advertisem�nt or Invitation to Bid, Instructions to Bidders, Bid security of acceptable farnra, �f any, and ihe Bid Farin with any s�pp�ements. 10. Business Day— A business day i� defined as a day that the City eonducts normal business, genera�ly Monday through Friday, except for f�deral ar state holidays abserved by the City. 1 I. Calenda�Day—A day consisting af 24 haurs rneasured from midnight to tk►e next midnight. CITY OF FOItT WORTH SiANl7ARDCONSTRUCT]DN SP�C[PICATION DOCIIM�;NTS Revision: &2�LI oo7aQo-� GENERAL CAN�ITI�N S Pagc 2 o-f 63 12. Change Order A document, which is prepared and appraved by the City, which is signed by Contractor and City and authorizes an addition, deleti�n, or revision in the Work or an adjustment in the Contract Price or the Cont�act Titne, issued on or after the Effective Date of the Agreement. 13. City— TY�e City of Fort Worth, Texas, a home-rule municipal corporation, authorized and chart�red utider the Texas State Statutes, acting by iks go�erning body through i�s City Manager, his designee, or agents autllorized ursder his behalf, each of which is required by Charter ta per%rrr� spacif'ic duties with responsibility for final enforcement of the contracts involving the Crty af Fort Worth is by Charler vested in the City Nlanager ar�d is the entity with whom Contra�tor has entereci inta tY�e Agreament and for whom �he Work is to be perfarrned. 1�. City Aitorney — The officially a�painted City Attorney of th� City o� �'ort Worth, Te�s, ar hi� duly authorized representative. 15. City Council - The duly elected and qualified governing body of the City of Forfi Worth, Texas. 16. City Manage� — The officially appointed and authorized City Manager af the Ci�y of Fo�t Worth, Texas, or �s duly authorize� representativ�. 17. Contract Claim—A demand or assertion by Ciity or Contractor seeking an adjustment of Cantract Price or Contract Time, or both, or oiher re�ief wifh respect to the tarms of the Contract. A demand for money or services by a third pa�ty is not a Contract Claim. 1�. Cont�act—The enti�e anci �tegrated w�•itten document between th� City and Contractor concerning tne Work. Tha Contxact cantains the Agreement and all Contract Documents and supersedes prior negotiations, representations, or agreements, whether wri�tten ar oral. 19. Cont�act Documents—Thase items so designated in the Agreement. All itezns listed in tlze Agreernent are Contract Docwnnents. Approved Subrnittals, other Contractor submittals, and the repnrts and drawings of su�rsurface anci physical conditions are not Contract Documents. 20. Conir�act Price—The zxianeys payable by City to Contractor for completion of the Work in ac�ordance w�h the Contract Documents as siated � the Agreeznent (sub�ect to the provisions of Paragra.ph 11.03 in the case of LFnit Price Work). 21. Cor�tract Time The number of days or the dates stated in the Agreement to: (i) achieve Milestones, i�any and (ii) complete the Work so that it is ready for Final Acceptance. 22. Co�atractor The individual or entity with whom Ciry has entered into the Agreement. 23. Costaf the YYork—See Paragraph I l.Ql ofthese General Canditians for defmition. CITYOFFOR'f WORTH STAND�1ItDCONSTRUCTION SPECIFICATION DOCUMIEIVTS Revision: 823l2(121 ao �2 oa - i G�NERALCAN�ITIONS Page 3 of G3 24. Da�rage Claims — A demand for money or services a�•�s.ing from the Arojecti or Sit� irom a third party, City or Cont�•actor exclusrve of a Cont�act Claim. 25. Dcry or day-- A day, unless otherwise defined, shall rnean a Calendar Day. 26. Directo� of Aviation — The oificially appointed Director of the Aviatton De�partment of the City of Fort Worth, Te�s, or his du�y appointed r�presentative, ass'rstant, or agents. 27. Di�ector af Pa�ks and Cor�rfnunily Set^vaces -- The officially appointed Director of tiha Parlcs and Corrununity Services Department afthe City of Fort Worth, Te�s, or his duly appointed representati�e, ass�stant, or agents. 28. Di��ctor� of Planningand Development— The officially appointed D�r�ctor of the Plannin� and Der�elnpment Department of the City of Fort Worth, Texas, or his duly appoint�d representative, assistant, or agents. 29, Director of T�ansportation Puhlic Wo�ks — The of�cia�ly appointed Director of the Transportation Public Works Department of the C�.y of Fort Worth, Texas, or his duly appainted representative, as�istant, or agents. 30. Director of WareY Depariment — The off'ici�lly appoinfed Director of the Water Departrnent of Yhe City of �'ort Warth, Te�.s, ar his duly appointed representative, assis�ant, or agents. 31. D�awings—That part of th� Contract Documents prepared or approved by Engineer which graphically shows the scope, extent, and cI�aracter of the Work to be performed by Contractor. Submittals are not Drawings as so de�'u�ed. 32. Effective Date of the Agreerrtent—The date indicated in the Ag7reernent on whieh it becomes efFective, but iF na such date is indicated, rt means the date on which th� Agreement is signed and delivered by the last of the two parties ta sign and deliver. 33. Engine�er Tk�e licansed professional engit3eer or engineering frrm registered 'm the State of Te�as performing professional serviees for the City. 34. Extf-a �ork -- Additional worlc made n�cessary by ehanges or alterations of the Contract Dacuments or of quantities ar for other reasons for which no prices are provided in the Contract Documents. E�ra work snall b� par� of the Work. 35. Field Drder—A written order issued by CiEy which requires ehanges in the Work but whieh does nat invol�e a change ir� the Contract Price, Contract Tim�, or the intent of ihe Engineer. Field Orders are paid from Field Order Allowances incorporated 'mto the Contract by funded war�C type at the tune of award. 36. Final Acceptance — The written notice given by the City to the Contractor t�at the Work spec�ed in the Contxact Dacuments has been completed to the satisFaction af the City. C7TY OF FflRT W�RTH STA[�fDARI}CONSTRIICTI�N SPGC[C]C.ATION llOCUMENTS Rev ision: 8rL3r2021 aa�zoo-� GENERAL CQNI]ITIONS Page 4 of 63 37. Finai Inspeclfon — Inspection carried out 4�y the City to verify that the Contractor has eompleted the Work, and each and every part or appurtenance thereaf, fully, enti�ely, and in canformance with the Contract Dacuments. 38. GeneralRequirements—Sections ofDi�ision 1 af the ConiractDocuments. 39. Ha�ardous Environm�nial Candrtaon The presence at the Srte of Asbestos, PCSs, Petro�eurr�, Hazardous Waste, Radioacti�e MaterFal, or other materials in sueh quantities or circumstances that may present a substantial danger fo persons or property exposed thereto. 40. Hazardous Waste Hazardous waste is defir�ed as a�ry salid �aste lisied as hazardous or pnssesses orze or mt�re hazardaus characteristics as defined in the federal v�aste regulations, as ajnended from time to tirr�e. 41. Laws arad Regulaiians—Any and all applicable laws, rules, regulat�ons, ordinances, codes, and arders af any and all governmental bodies, agencies, authaxi�ies, and courts having � i�diction, 42. Liens—Charges, security interests, or encumbrances upon Pcolect funds, real property, oar personal property. 43. Major� Item— An Item of work included ir� the Cont�act Dacumcnts that has a total cosf equaf to ar greater than S% of the orig�nal CQntract Price ar$25,OQ0 whichcver is less. 44. Milesione A principal ev�nt spec�ied in the Cont7ractDncurnents rela.ting to an intermediate Contract T�ne prior to Final Acceptance af the Wark. 45. Notice of Award—The written notice by City to the �uccessFul Bidder stating that upon tunely �omplianee by t�e Successful Bic�der with the conditions precedent listed therein, City wi13 sign and deliver the Agreemant. 46. Natice to Proceed—A wrikten notice given by City to Con.tractar f�ing the date on which the Contract Time will comtnence to cun and on which Cnntractor shall start to per%r•m the War� specified in Contract Dacuments. 47. PC13s—Pojychlor�nated biphenyls. 48. Petroleuyn--Pet�roleum, ineluding crude oil or any fractian 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, ail sludge, ail refuse, gasaline, kerosene, and ail m�ed wzth other non-HazardoUs Waste and crude oils. 49. Plans — 5ee deiu�ition af Dra��ngs. C1TY aF FORT WORTf-I STANDAA�CONSTRiiCTI(7N SPECIFICATiON bOCi1MENTS Revision: 87231�'J21 ao �z oa - i GEIV�RALCpNDfTIONS Page 5 of G3 S0. Project� Scd�edule A schedule., prepared and mainfained by Contractar, in accordance with the General Requirements, describing the se�quence and duration nf the actiNit�;s comprising the Contractor's plan to accomplish the Wark within the Cont��aet Time. 51. Project—The Warkto be perFormed under the Contract Documents, 52. Praject Manager The authorized representa.ti�e of tl�e City who �vill be assigned to the �ite. 53. �'ublic Meeting — An announced meeting conducted by the City ta facilitate public pa�icipation and to assist t�e public in gaining an it�t'ormed view of the Pro�ect. 54. Radioactive Material--Source, special nuclear, or byprocluct material as defined by tlze Atonnic Energy Act of 1954 (42 USC Section 2011 et seq.) as amended from time to time. 55. Regular Working Hours —Hours beginn�g at 7:00 a.m. and ending at 6:Q0 p.m., Monday thru Friday (excluding legal holidays). 56. Samples—Physical exarnples of materials, equipment, or workmanship that are representativa of some portion oithe Work and which establish the standards by which such portion o�the Work will be judged, 57. Schedule of Submittals—A schedule, prepared and maintained by Cnntractor, of required suhmitta� and the time requirements to support schedul�d performance of related construction acti�ities. 58. Schedule of i�alue�A schedule, prepared and maintained by Cant�-actor, allocating partians of the Con�ract Price to �varinus paz�tions af the Work and �ased as the basis t'or reviewing Contractor's Applications for Payrn.ent. 59. Siie—Lands or areas indicated in the Contract Documents as being fiarnished by Ciry upnn whicH the Work is ta be performed, including rights-of-vvay, per�nits, and easenaents for access thereto, and such other lands furnish�d by City which are designated for the use of Con�ractor. 60. Specdf icatiorrs That part of the Confract Docurn�nts consisting of vvritten requu�ements �or materials, equipment, systeins, standards and workmanship as applied to the Work, and certain administrative req�irements and procedural matters applicable thereto. Spec�cations rnay be specificalIy made a part of the Contract Docuinents by attachment or, if not attached, may be incorporated b� ceference as indicatad in the Table af Contents (Division �70 00 00) of each Project. bl . Subcont�actaN An inc�ividua� ar entity having a direct contract wikh Contractor ar with any ather Subcontractor far tne perFarrriance of a part of the Work at the �ite, CTI'Y OF' FORT Vt'ORTH STANDARI7CONSTRUCT]�N 3PEC[FTCATIOK pOCUMEIVTS Revision: 82"�2021 (}0 72 op -1 G�NERALCON�lTION 5 Yage 6 of 63 62. 5'ubrreittal�s Ali drawings, diagrams, illustratians, scheduies, and ather data or infor�nation which are sp�cifically prepared ar assembled by or far Contractor and subnaitted by Contractor to illustrate same partian of the Wor�c. b3. Substantial Com�aletian �- The stage in the progress of the Project wl�en ihe Wark is sufficiently cornplete in accarciance wit.h the Gontract Documents for �'irsal Inspection. �4. Successful Bidder The Bidder �ubm�tting the lov�rest and most responsive Bid to whom City makes an Award. b5. Superintendent— The representative af the Contractor who is available at all times and able to receive instructions frorn the Gi�ty and to aci for the Coiatractor. 66. Supplementary� Conditian�That part of the Cor�tract Docuznenis which amends or supplemen�s these General Condi�ions. 67. 5upplier—A rraanufacturer, fabricator, supplier, distributor, materialman, or vendar having a direct contraet witn Contractor or with any Subcon�ractor to furnish materials or equipment ta be incorparated in the Work by Cont�actar or Subcontractor. 48. Undergraund Facilities All underground pipelines, candurts, ducts, cables, wires, rnanhoies, vaults, tanks, tunnels, or other such facilities or attachments, ar�d any encasemer� containing such faci�ities, including but not lim�ed to, those that canvey electricity, gases, stearn, liquici petroleum products, i�Iephone or otl�er communications, cable television, water, vwastewater, starm water, ather liquids or chemicals, or traf�'ic or otlaer control systaens. 69 UnitPrice YVor�k—See P�ragraph 11.03 of these General Conditions for defuutian. 70. Weei�endWorkingHours—Hours beginning at 4:Oa a.m. and �nd'mg at 5:00 p.rn., Saturday, Sun�ay or legal haliday, as approved iri advance by the City. 71. Work The entue construction or the various separately identifiable parts thereof required to be provided under the Con�act Documents. Work includes and is the result of performing or providing all fabor, services, and dacumentation necessary to praduce such canstruction ittcluding any C�ange Order ar Field Order, and furnishing, installing, and in.corporating a11 raaterials and equipnnent uito such construction, all as required hy the Contract Docum.ents. 72. TTWorking Day-- A working day i� defined as a day, not including Satzudays, Sundays, or legal holiciays authorized by the City for contract purposes, in which weather or ather conditions not under the conirol of the Contractrnr will permit the perforxnar►ce af the principal ur�it of work underway for a continuous period o� not less than 7 hours between 7 a.rn. and 6 p.m. Ld2 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 Con�raet Documents, have the indicated meaning. B. Intent af Certain �'errrts o�Adjectives: C1TY OF FORT WORTH 3TAlVIIARDCONSTR4CTI0N SPECIFICATION DOCiTMEIVTS Revision: $'L'i�fJ21 ao�zoa-i GEN�RAL CONp ITION 5 Page 7 ofi fi3 1. The Contract Doc�aments in.clude the terms "as allawed," "as approved," "as ordexed," "as directed" or terms of like effect or import to authorize an axercise af judgment by City. In addition, the adjecti�es "reasonable," "sui�able," "acceptable," "proper," "satisfactory," or adjectives of like effect or import are used to describe an aetion or determination of City as to the Warlc. It Rs intended that such exercise of professional judgment, action, or determination will be soIely to evaluate, in general, the Work %r carnpliance with the information in the Contract Docurnents and with the das.ign concept of the Project as a functioning �uhole as shown or indicated in the Contract Documents (unless tltere is a speci#ic statement indicating aiherwis�). C. De, f'ectt�ve: l. The word "defec�i�ve," when nnodifying ihe word "Work," refers to Work that is unsatis�actory, faulty, ar deficient in that i�: a. does not conform to the Contract Documents; or b. dots nat meet the requ�rements of any applicab�e inspecfiion, reference standard, test, az• approval referred to in the Cantract Docurnents; or c. has been damaged prior fio City's written acceptan�e. D. F'urnish, Install, Perf'orrrry Provide: l. The word `�'urnish" or the word "Install" or the word "Perform" or the ward `�r�ovide" or the word "SuppIy," or any combination oz� similar directive or usage thereof, shall mean furnishing and incoiporatic�g in the Work irtelud'm� all necessary labor, materials, equipment, and e�erything necessary to perform th� Work indicated, unless specifically lirnited in the context used. E. Unless stated otherw�se in the Contz�act Documents, words or pluases that have a well-known technical or construction industxy or trade meaning are used in ihe Contract Docurnen�s in aceordance with such recognized meaning, ARTICLE 2 — P1Z�LIMINARY MATTERS 2.01 Copies of Docu�ents City shall furnish to Gontractor one (1} origina� executed copy and one (1} eleetranie copy of the Contract Documents, and fo�.u� (4) additional copies of the Drawings. Addiiional copies wi� be furnisl�ed upon request at fihe cost of reproductinn. 2,02 Coinmence�rrentof Conlra.etTime; Notiee ta Froceed Tk�e Contract Time will conr�mence to rur� on the day indicated in tl�e Notice to Proceed. A Notice to �roceedmaybe given no earlier than 14 days afterthe Effective Date ofthe Ag�eernent,unless agreed to 6y both parties in writir�g. C1TY OP FORT WORTH STAI�lDARDCONSTRUGTIOtJ SPEC3F[CAT[ON DOCUMENTS Re�ision: B/23/ip21 007200-1 GENERAL CANDITfON 5 Page 8 of 63 2.03 Star�trng the Work Coniractar shall start to perform the VVork on the date �vhen the Contract Time comtnences to run. No �Vork shall be done atthe Site priar to the date on r�vhic�► the Contract Time eorrunences to run. 2.04 Before StaptingCons�uction Baseline ,Schedules: Submit in accordance with tI�� Cantract Documents, and prior to stai�iirig the Wo�•k. 2.05 Preconst�uction Conference Before any Work at the Site is started, the Contractor shall atten.d a Preconstruction Confei•ence as specif'�e� m the ContractDocuments. 2.Q6 Puhlic Meeting Contractor may not mobilize any ec{�ipment, materials or resvurces to the �rte prior to Contractor attending the Puhlic Meeting as scheduled by the City. 2,07 Initial �cceptance of5ched'ules No progress payment shall b� made to Contractor until acceptable scheduIes are submi�ed to City in accordance with the ScheduIe Specifica�ion as prvvided in the Contract Documents. ARTICLE 3-- CONTRACT DOCUMENTS: INTENT, AM�NDING, REUSE 3.01 Intent A. The Contract Docunn.ents are complementary; what is required by one is as binding as i�f requ�ed by all. B. It is the mtent of the Contract Documen�s to d�scribe a functionally camplete pra�ect (or part therea� to be constructed in accordance with the Contract Docur�nents. Any la.bor, documentation, services, ma.teriais, or equi�znent that reasonably may be inferred fron:� the Contract Documents or from preva�ling custom or trade usage as being requ�red to produce the indicated result wi11 be pror�ided whether or not spec�fca3ly called for, at no additional c�st to City. C. Clarifications and interpretatians of the Contract Documents shall be issued by City. D. The Specifcatians may vary in form, format and style. Some Specif'ication sections may be written in �arying degrees of 5trearrili�r�ed or declaraiive style and some sections may be relatrvely narrative by cornpazison. Omission of such words and phrases as "the Contractor shall," "in GOIlf027171� Wl�l," "aS SiIOWri," OI "aS specif'ted°' 7T� intentional �n streamlined sections. Omitted words and pilrases shall be supplied by inference. Similar types of pro�isio�ts may ap}�ear iri various parts oi a section or ar�icles within a part c�epend�g an the format of the CiTY dF FORT WQRTH STANDARDCONSTRUCTION SPECCFICATl�l� DOCUMEI�TTS Revisian_ &23fLD21 OD7200-1 GENERAL CONtiITIQN S Page 9 af 63 3.02 3.03 section. The Cantractor shalI nol; take advantage of any �ariatian af forrn, format or styie i� rnaking Cont�-act CIaims. E. The cross referenaing of specification S�C�IOI7S under tl�e subparagraph heacling "Related Sectrons include but are not necessariIy IimRed to:" and elsewhere within each Specification section is provided as an aid anc! convenien�e to the Contractor. The Cantractor shall not rely on tk�e cross r�ferencirag provided and shall be responsible ta coordinate the entire Work under the Coniract Documents and provide a camplete Project whether or not the cross re£erencing is provided in each section or whether or not the cross referencing is complete. Reference Standards A. Standards, Spec�cations, Codes, Laws, and Regu]ations 1. Reference ta standards, specifications, manuals, or coc[es af any technical society, organization, or assaciation, or to Laws or Regulations, whether such reference be spec�ic or by implicatian, shall mean tne standarcf, speczficatian, manual, code, or Laws or Regulations in effe�t at the time of opening of Bids {oz� on the �ffective Date of the Agreement if there were no Bids}, except as may be oihez�wise specificaIly stated in the Cont�•act Docu��ents. 2. No provision of any such standard, speci�cation, manual, or code, or any instruction of a Supplier, shall be efFective io change the dutie� or respansibilities of City, Contractor, or any of theu• subcont�actors, cansultants, agents, or employees, from those set for�h in the Contracf Documents. No such provision or instruction shall be effective io assigri to City, or any of i�s officers, dir�ctars, members, partners, employees, agents, consultants, or subcontraciors, any duty or authority tn supervise ar direct the per�ornnance af the Work or any duty or authority to undertake responsibility inconsistent wi�h tYte provisions of the Contract Docurnents. Reporting and ResolvingDiscr�epu�cie.s A. Re�ortingDiscrepancaes: 1. Contractor'sRevie�vofCon�actDocumentsBeforeStartingWark: Befr�re �andertaIcing each part of the Work, Contractar shall carefully study and coinpar� the Gontract Doct,unents and check and �verify pe�tinent figures tharein against alI applicable field meas�rements and conditions. Con�iactor shall promptly report zn writing to C�.y any conf�ict, error, ambiguity, or discrepancy which written interpretation thereby, Contrantor discavers, or has actual I�nowledge af, and shall obtain a �r clarification from City before proceeding wikh any Work affect�d 2. Contractor's Review of Contrr�et Document,s Du�ing Pe�fa�mance of Work: If, d�ring tha performance of the Work, Contractor discavers any conf�ic�, error, ambiguiry, or d�crepancy within the Contract Documents, ar between the Contract Dacunlents and (a} any applica6Ie Law ar Regulation ,{6) any standard, specification, manual, or eode, or {c) any instxuction of any Supplier, then Cantracior shall prarnptly report it to City in wrrting. Car�t�ractor shall nat praceed with the Work affected thereby (e�cept in ar� emergency as requued by Paragraph etTY a� �o��r waxTx S1'ANDARDCONSTR[lCTION SPEG[E'tCATION DOCUMENTS Revision: 8�Z3C10Z1 oo�aao-i GENERALCQNDITION S Page ] 0 af 63 6.17.A) u�til an amendrnent or supp�ement ta the Contract Dacuments has been iss�ed by one of the methods iridicated in Paragraph 3.Q4. 3. Contractor shall not be liable to City for failure to report any conflict, error, amt�iguity, or disc�•epancy in tYie Contract Documents unless �ontractox k�ad actual lcnowledge thereof. B. Resoiving Disc�epancies: 1. Except as may be otheztivise spec�ically �tated in the Contract Documents, the pro��sions of the Contract DocUmen�s sha]I take precedence in resalving any conflict, errar, amhiguity, or discrepancy hetween the provisions o� the Canf�act Documen�s and the prov�s�ons of any standard, specification, manual, or the instruction of any Supplier {whether or not specifically uacorporated 6y reference in the Contract Documents). 2. In case of discrepancies, �igured dirrzensians shall govern over scaled dimensions, P�ans shail govern aver 5pecifications, Supplementary Conditions shall govern aver General Conditions and Specif�cations, and quantities shovcrn on the Plans shall govern over thase shown in the proposal. 3.04 Atnending and Supplementing ContractDocumerats A. The Con�ract Documenis may be amended to provide for addrtions, deletions, and revisions in the Work or ta modify the terms and canditions thereof by a Change Order. B. The requirements of �he Cnniract Docuznents ma� be supplemented, and minor variations an� deviations in the Work not inval�ing a ehange � Cantract Price or Can�eact Tirne, may be autharized, by one or more of the fo�lawing ways: 1. A Field Order; 2, City's r�view of a Submiltal (subject to the provisions of Para�aph 6.18.C); or 3. City's written interpretation or olariiication. 3.d5 Reuse of Docurraents A. Contractor and any Subcontractor or Supplier shall not: I. have or acquir� any title to or nwnership rights iri any of the Drawir�gs, Spec�'icatians, or nther doevriaents (or capies of any thereofl prepared by or bearing the seal of Engineer, inc�uding electronuc rnedia editions; or 2. reuse any such Drawings, Specifications, other documen�s, or copies thereof on e�ensions of the Project or any ather project withou� written con5ent of City and specific written ver�ication or adaptation by Engineer. CITY OP FORT WORTH 5'TANDART]CQTiSTRUCT]ON SPECIFiCATION DOCUMCNTS Revisi on: 811.3l2021 oa�zoo-i GENERALCONdITI�NS Page 11 �f 63 B. The prohibitions of thi� Pacagraph 3.Q5 will survive �nal payment, or termination of the Contract. Nathing herein sha�l preclude Contractar �rom retaining cop�es of the Contract DpGUl'11CIit5 fQY 1'BCOT� �L1C�OSeS. 3.06 Electronfc Data A. Unless nthei�vise stated in the Supplementary Conditions, the data furnished by City or Engineer to Contractor, or by Contractor to City ar Engin�er, that ma� be reked upon are li�nited to the printed copias included in the Cantract Dacuments (also lrnown as hard copies) and other Specifications referer�ced and located on th� City'� on-line electronic document management and collabaration system site. Files in electronic media format of text, data, graplucs, or oiher types are furnished only far tk�e convenienee af the receiving party. Any conclusion or in�ormatxon obtained or derived fi•om such electronic files will be at�he user's sole risk. Ifthere is a discrepancy beiween the electeon'rc f"rlas and the hard copies, the hard copies govern. B. When transferring documents in electronic tnedia forr►xat, the trans�erring party makes no reparesentations as �o long tertr� compatibility, usabi�ity, or readability of tloclunents resulting from the use of software application pacl<ages, operatiz�.g systems, nr computer hardware dif�ering fro�x� those used by the data's creator. ARTICLE 4— AVAILABILTTY OF LANDS; SUBSURFACE AND PHYSIGAL COND�TIONS; HAZARDOUS ENVIRONMENTAL CONDITIONS; REFERENCE POINT� 4.01 Availab ilily of Lands A. Ciry shall �urnish the S�te. City shall notify Contraetor of any encumbrances or restrictions not of general application but specif'ically related to use of the Site with which Contrac�or must comply in performing t1�e Work. City will obtain in a timely rrranner and pay for easements far permanent siructures ar pertnanent changes in existing facilities. The City has obtained ar antzcipates acquisi�ion of and/ar acc�ss to right-of-way, and/or easements. Any outstanding right-of vway andl�r easements are anticipated to be acquired in accordanca with the schedule set farth in the Supplementary Conditions. The Projeci Scheduie submitted by tne Contractor in accordance with ihe Contract Documents rnust consider any outstanding right-af way, and/or easements. 2. The City has or aniicipat�s removing and/or relocating utilities, and obsiructions to ihe Site. Any outstanding rernn�al or relocation of utilities ar obstructions is anticipated in accordance with the schedule setforth it� the Supplamentary Gonditions. The Praject Schedule submitted by the Contractor in �.ccordance with the Cantract Documants must eonsider any outstanding utilities or obstructions to be rernoved, adjusted, and/nr relocated by others, B. Upon reasonable written request, City shall furnish Con�ractor with a current sfiatemen� of record legal tit�e and legal description of the lands upon which the Work is to be perform�cE. CITY OF FOAT WOEtTH STANDAI2�CON5TRUCTCOH SPLC[FICA1'[ON I]OCiTME11TS Revision: 8F�3/Z021 D07200-1 GENERALCAN�ITION S Page 12 of 63 C. Contractor shal[ provide for all additional lands and access thereto that may be reguired for construction facilities or storage of �natexials and eqUipinent. 4.02 Subsu�-face andPhysical Gonditions A. Reports a�adDra►vangs: The Suppleinentary Conditions ideniify: 1, those reports known ta Ciry af exploratians and tests of subsurfac� conditions at ar cor�tiguous ta the �ite; and 2. those drawings lrnown to City of physical conditions relating to existing surface or subsurfac� structures at the S�te (except Underground �acilities). B. Limited Reliance $y Contractor on Technical Data Authorfzed: Cont�•actor may rely upon the accuracy of the "technica] data" contained ir� such reports and drawings, but such reports and drawings are not Contract Docurnents. Such "technical data" is identif'ied iri the Supplementa ry Candi�ions. Con�ractor may nat mak.e any Contxact Claim against City, ar any of their officerrs, directars, m�mbers, partners, empioyees, agents, consultants, or subcontractors with respect to: 1. the completeness af such reports and dxawings for Contractor's purposes, ir�cludir�g, but not limited to, any aspects of the means, methods, techniques, sequences, and procedures of construction to be �mploy�d by Contractor, and safety precautions and programs incident thereta; or 2, other data, iriterpretations, opinions, and informatian contained in such reports or s�avvn or indicated in such drawings; or 3. any Contractor interpretation af or conclusion drawn from any "�echnical data" or any such othec data, interpretatians, opinions, or information. 4.03 DiffeYi�agSulisurface or Plzysical Conditions A. Notice: If Cont�ractor belie�es that any subsurface or physical condi�ion that is uncovered or revealed eith�r: i. is of such a nature as to esta,blish that any "technical data." on which Corttractor is etrtitled to rely as pro�ided 'm Paragraph 4.02 is materially inaccurate; or 2. is of such a nature as to requne a change in the Conlract Docu�nents; or 3. d�fers materially from that shown or indicated in the Contract Dacuments; or 4. i� of an unusual nature, anci d�ffers materia.11y from conditions ordinarily eneountered and generally recogniz�d as inherent in work of tb.e character pravided for in the Contract Documen#s; CITY OP �'QRT WORTH S'TANDARDCONSTRUCTIOiT SPECIRICAT[ON DDCUMEh]`I5 Revisian: $�132021 oa�2on-f GENERALCONnITI�N S Page 13 of 63 then Canfiractor shall, pz•omptly after b�coming aware thereof and before further disiurbing the subslu•face or physical conditinns or perfarrnir�g any VVork in connection therewith (except in an emergency as required by Paragraph 6.17.A), notify City in writing abaut such condition. B. Possible P�ice and Time Adjustments Cont�ractor shall not be entitled to any adjustment in the Contract Px•ice or Contract Time i� 1. Contractor kne�v of the existence of such conditions at the time Contractar made a fina] comrnifinent to Ciry with respeet to Contract P�ice and Cantract Tune by the submission of a Bid or becoming bound under a negotiated cantracf; or 2, the existance of such condition couId reasonably have been discovered or revealed as a result of tne examinatzan of the Contract Documents or the Site; or 3. Contractox• fai[ed to give the rvritten noiice as required by Paragraph 4.03.A. 4.04 Underg�ound �'acililres A. Shotivn or Indicated.• The information and data shown or indicated 'ul the Conh•act Documents with respectto existing Undergraund Facilities at or contiguous to the Srte is based on informa�ion �nd data furnished to Gity or Engir�eer by the awners oi such Unt�erground Faeilities, including Gity, or by others. Unless it is atherwise expressly provided � the Supplementary Conditians : 1. Gity and Engineer shall nof 6e responsible for th� accuracy or completen�s� af any such information or data provided by others; and 2. the cast of all of the followi�g wilI 6e inct�ded in the Contract Price, and Coniractor shal� have f�tll responsibility for: a. ra�iewing and checicing aIl such infarma�ior� and data; b. lncating all Llnderground FaciGties shown or indicatad iri the Cont�actDocuments; c. caordination and adjustment of the Worlc with the owners of such Undez�ground Facilities, including City, during construction; and d. �he safety and protect'ran of a�l such Underground Facili�ies and repairir�g any damage ihereto resulting from the Work. B. NotShativn or Indictated: 1. If an Underground �'acility which conflicts with the Work is uncavered or revealed at or contiguous to the Srte which was nat snown. or indicated, or not ahown or indicated vcrith reasonahle accuracy in the Contract Doeuments, Contractor shall, prompily after becoming aware thereof and before further disturbing conditions affected t�zereby or perfarming any CIT Y QF PORT WORTH STANDf�R77CONSTRUCTIDN SPECIFICATiON DOGLTNIEN"I'S Revisian; 8Q,9l1021 00 7z aa - i GENERAL CAhlDITION S Page 14 af 63 Work in connection therewith (except in an emergency as requued by Paragraph 6.17.A), identify the owner of such [_Tndergi'ound Facility and �ve notice to that owr�er and to Ciry. City will re�ievv the disco�ered Underground �'acility and determine the extent, if any, to which a change may be required in the Contract Documents to reflect and document t13e consec�uenees af the existence or location of the Underground Facility. �Cantractar shall be responsi6le for the safety anci protection of sueh discovered Underground Facility. 2. If City cancludes t�at a cha�ge in the Contract DocUments i� requireci, a Change Order may be issued to refl�ct and document such conseq�ances. 3. Verification of existing uiiilities, structures, and service lines shall incluc�e noti�'ication of all u�ility companies a minimum of 48 hours in advance of canstruction including exploratory exca�ation � necessary. 4.05 Refe�ence Points A. City shalI provide engineering surveys to �sta�lish reference paints for construct'ran, vvhich ir� City's judgn�ent are necessarytn enable Contractor to proceed with the Work. City will provide construction stakes or oth�r customary method of marking to establ�sh line and grades for roadway and utility constructian, c�nterlines and b�nchmarks for l�rid�ework. Cantractor shall protect and presezve tke established re%r�nce points and property monuments, and shall make no ehanges or r�locations. Contractor shall report to City whenever any reference pouat or properly monument is lost or dastroyed or requires relocation because of necessary changes in grades or locations. The City shall 6e res�aonsbl� for the replacement ar relocation of ref�rence po�ts or property monuments not carelessly or willfully destroyad by the Con�ractor. The Contractor shal� notify City in advance and witl� suf�cient time to avoid delays. S. Whenever, in the opinion of the City, any reference point or monument has been careless�y or willfully destroyed, disturbed, or removed by the Contractor or any of his employees, the full cost far replacing such points plus 25% will be charged against the Contractor, and the full amount will be dedUcted from payment ciue the Contractor. 4.06 Hazr�rdaus Environnzental Corrdition at Site A. Repor�tsandD�awings: The Supplementary Gonditions identify those reports and drawings known to City relating to Hazardous En�ironmental Conditions that have heen identified at the Site. S. Lamited Reliance by Contract�r on Technical Data Autho�ized: Contractor may r�ly up�n the accuracy of the "technical data" contair�ed in such reparis and drawmgs, but,such reports and drawings are not Contract Documents. Such "technical data'' is identified in the Supplementary Conditions. Cantractor may not malce arry Cdrit�'act Claux� against City, or any of their o�ficers, directars, members, partners, employees, agents, consultants, or subcontractors with resp�ct to: 1. the completeness of such repoi�ts anci drawings for Co��ractor's purposes, inc�uding, but not limited to, any aspects of the means, methods, techniques, sequences and procedures of crrY or ro�T woxmx S`I'ANDARDCONSTR[1CT[DN SPECIFiCATI�N DOCiIMENTS Revision: Y,2�2021 ao�zoa-i GEl�IERAL QONd1TI0N S Page 15 of 63 const�uction ta be employed by Contractor and safety precautions and pragrams zncident thereta; or 2. other data, interpretations, opinions and inforrnation contained in such reparts or shown or iridicated ir► such drawrt�gs; or 3, any Con�ractar interpretatian of or conclusion drawn �rom any "technical data" or any such oiher data., interpretations, opinions or infox-xnation. C. Contractor snall not be respansible for any Hazardous Envirorun�ntal Condition uncovered or reyeaIed atthe Site which was nat snown or indicated iti Drawings or �pec�catidns or identified in fihe Cantract Documents io be within the scope of the �Vorlc. Contractor shall be responsi�Ie for a Ha�ardous Environ�mental Condition created with any ir�atez•ia�s brought to the Site by Contractor, Subcontractors, Suppliers, or anyane else for whazn Contractor is responsi6le. D. If Contractor encaUnters a Hazardous Environmental Gondition or if Cont�actor or anyone for �vhom Cantractor is responsible creates a Hazardous �nvironrnental Condition, Cont�•actor shall immediately: {i) secure or otherwise isoiate such condition; (ii) stop all Wnrk in connection with such conditi�n and in. any area affected th�reby {except in an emergency as rec�uired by Paragraph 6.17.�i); and (iii) notify City (and prampily thereafter canf'�rm such notice in writing). City may considar the necessity ta retain a qualified expert to eval�aate such condition or ta.ke corrective action, if any. E. Contractor snall nflt be required �o res�rne Work m connect�on with such condition or in any affectedareauntiI afterCity hasabtained anyr�quired permi�s relatedthereto ana de[ivered written notice to Contractor: (i) speciiying that such conditian and any affected area is ar has been rendered sui�able for the resumption of Work; ar (u� specifying any sp�cial conditions under which suck� Work may be resumed. F'. If aftar receipt of such written notice Contracior do�s not agree to resunne such Warlc 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 Worlc that is in the area affected by such canditian to be deleted from the Worlc. City may have such deIeted portion of the Work perForrr�ed by City's awn forces or others. G. To the fullest extenP�eNrnitted by Laws and Regulations, Cont�actor shall indemnify and hold h�t�rnless City, frorrt a�ad against all clain7s, costs, losses, and datrrages (including bttt nat limfted to all fees and charges of engineers, archiiects, at�orneys, and othe� professior�als and all eou�t or a�l�it�ation ar other dispute resalution costs) arising out of o� �el'atang ta a Hctzardoxts EnviYonmental Condition c�eated by Contractoror byanyoneforwho�rtCantractor is r�esponsihle. Nothing in this Pa�agrcrph 4.OS.Gshall o�ligate Cantractor to indemn� any individual or� entity ,f'rorrs and against the consequences nf that individual's or entrty's own negligence. H. The provisions of Paragraphs 4.U2, 4.03, and 4.04 do not apply to a Hazardous Enviror�mental Candition uncoverad or re�ealed at the S�te. C]TYQF FORT WORTH ST'ANpARDCONSTRUCTION SI'ECIPICA'C[ON DOCIIMLNTS Revisivn; 8%1.3CLE121 oa�zao-� GENERAI.CONDITION S Page tb of 63 ARTICLE 5— BONDS AND INSURANCE 5.01 Licensed Sureties and Insure�s All bonds and insurance required by the Contract Docurnents tn be purchased and mainta.ined by Conttactor shal� be obtained from surety or insurance companies that are duly licensed or authorized in the State of Te�as to issu� bands or insurance policies for the 1'units and coverages so required. Sueh surety and i�surance companies s�all also m�et such additional requirernents and qualifications as may be provided in the Supplementary Conditians. 5.02 Performance, Payment, and:Nlaintencr�ce B�n�s A. Contractor sha�l furnish perfornnance and payinent bonds, in accordance with Texas Go�ernment Cocie Chapter 2253 or successor statute, each in an amonnt equal to the Caniract Price as security far the faithfial per%rmance and payment of a11 of Contractor's obligations under the Con�ract Documents. B. Contractor shall f�rnish maintenance bonds in an amount equal to the Contract Price as securiry to protect the City against any defects in any porCian of the Work described in the Contract Documents. Maintenance bands shall remain in efFect for twa (2} years after the date of Final Acceptance by ihe City. C. A�I bands shall be in the form prescribed by the Cantract Documents except as provided ot�ierwise by Laws ar Regulations, and shall he e�eeuted by such sureties as are named in the �ist of "Companies Holding Certi�cates of Authoriry as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring C�mpanies" as publ�shed in Circular 570 (arnendeci) by the Financia! 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 sealeci and dated pawer of attorney which shall show �at it i� effiect�ve on tl�e date tl�e agant or ai�orney-in-£act si�ed each bond. D. If the surety on any bond fUrnished by Cantractor is decla.red bankrupt or becomes insolvent or its right ta do business is tez�minated in the Sfate of Te�as or• i� ceases to �neet tha requ�ements oi Paragraph 5.02.C, Contraetor shall prornptly not.�fy City and sha.l� within 30 days after the event giving rise �o such r�otification, provide az�other bond and surety, bath of which shall comply with the reyuirements of Paragraphs S.O1 and 5.02.C. 5.03 Cet�iificates of Insurance Contractor shall deliver to Ciry, with copies to each additional insured and loss payee identifeci in the �upplementary Condi�ions, certif"icates of insurance (other evidenee of insurance reyuested by City or any other additional msured) in at �east the �ninimum amount as specified in the Supplementary Conditions which Contractor i� required �a purchase and main#ain. The certifcate of insurance shall document the City, and all identif�ed entities named in the Supple�nentary Cond�ions as "Additiona! Insured" on all liability policies. C1TY OC' FQRT WQRTH STAIYI]ARI]CANSTRUCTI�N SPECICICATION DdC[7MENTS Revision: �] Op7200-1 GENERAL CONp ITION 5 Page 17 of 63 2. The Contractor's general liabi[iiy insurance shall include a, "per proj�ct" or "per location"', endorsement, which shall be identified in the certificate of insurance provided to the City. 3. The certificate shall be sig�ed by an agent authorized to bind co�erage on beha�'ofthe arnsured, be complete in i�s ent�ety, and show cornplete insurance ca�-rier names as list�d in tk�e current A.M. Best Property & Casualty Guida �. The insurers f'or aIl policies must be licensed and/or approved to do business in the State of Texas, Except faar workers' compensation, all ins�arers must have a minimum rating of A-: VII in the current A. M. Best Key Rating Guide ar ha�e reasonably equivaIent financial strength and solvency to the satisfaction of Risk Management. If the rating is below that requirad, written approval of City is required. S. All appIicable palicies shall incl�de a Waiver of Subrogation {Rights of Recovery} in favor of the City. In addition, the Contractor agrees to wafve all rights of subrogation agairist the Engi�eer (if app�icable}, and each addi�ional insured ident�ified in the Supplementary Conditions 6. Failure of the City to deznand such certificates or other ev�dence af fuI� compliance w�h the insuranca requirements or failure of tl�te City ta identify a deficiency frc�m evidence t1�at is provided shall nat be construed as a wai�er of Contractor's abligation to maintain such li�es oi insurance coverage. 7. If insurance palicies are not writien for specified coverage lim�its, an Uix�brella. or �xcess Liability insurance for any differences is required. Excess Liability shall follow foarm of the primary ca�erage. $. Llnless a�erwise stated, all required insurance shall be written on the "occurrenee basis". If coverage is under�vritten on a clauns-made basis, tYre reteoactive data shall l�e coincidenr with or priax to the date of tf�e effectNe date of the agreement and the certificate of insurance sha1l state that the caverag� is claims-rnade anc! the retroactiv� date. The insUrance coverage shaIl be mainra.ined for the duration of the Conri•a.ct and for three (3} years following FinaI Acceptance proaidad under th� Cant��act Documents or �or the warrantyperiod, whichever is Zonger. An annual certifica�e of insurance submitted to the C�ty shall e�idence such insurance coverage. Policies shall nave no e�celusions by endarsements, which, ne�ther nullify or amend, the required lines of coverage, nor decrease the 1'vnits of said coverage unless such endorsernents are approved in wrrting by the City. In the event a Contract has 6een bid ar ex�cuted and the e�clusions are determined to be unacceptable or the Ciiy desires additional insurance coverage, ancl the Ciry desires the eontractox/engineer to obtain such coverage, the contract pric� shall b� adjusted by the cost of the premium for such addrtior�al coverage plus 14%. 10. Any self-insured retention (SIR}, in e�cess af $25,000.00, affecting required irisurance coverage shalI be appro�ed by the City in regards to asset value and stocltholders' equity. In CITY OP FORT WORTH STA]VI?ARDCONSTRUCTIQR' SPECIF[CATIOtd DOCLIMEI�fTS Revision: 823s2(121 oa�zno-i GENERAL CONDITiON S Page 18 af G3 lieu of traditional insurance, alternative coverage mainfained thrdugh insurance pools or risk retention groups, must also be appro�ed by Ciry. 11. Any deducti6le in excess of $5,000.00, for any policy that does not provide coverage on a first-dolla� basis, must be acceptable to and approved by the City. 12. City, at i�s sole discretian, reserves the right ta review the insucance requirements and to inake reasonable adjustments to insurance coverage's and their lim�ts when d�emed necessary and prudent by the City based upon changes in statutary �aw, court decisian or the claims history of the in�ustry as we�l as of th� contracting party to the City. The City shall be rec�uued to provid� prior natice of 90 days, and the insurance adjustments sha�l be ineorporated into the War� by Change Order. 13. City shall l�e entit�ed, upon written request and without expense, to receive copies of poli�ie s and endorseir�ents thereto and may make any reasanable requests for deletion or revision or modifcatians of particu�ar policy terms, conditions, 1'nnitations, or exclusions neoessary to conform the policy and endorsements to the requirements of the Cont�•act. Deletions, revisions, or modi�catians sha1� not be required where policy provisions are established by law or regulations bincling upon erther parly or the underwriter on any such policies. 14. City shall nat be responsibl� for the direct payment of insuran.ee premium costs for Cont�actar's insurance. SA� Contt•actor's Insura,�tce A. Wo�kers Cotnpensatian and E�raployers' Liability. Cantractoi shall purchase and maintain such insurance coverage with limits consistent with statutory benef�ts outlined in the Texas Workers' Com�pensation Act {Texas Labor Code, Ch. 406, as amend�d), and rr►inimum limi�ts for Employers' LiabiUty as is appropriate for th� Wor�Cbeing perfQrmed and aswill provide protection from claims set forth below which may arise out of or result f'rom Contractor's performance of the Work and Contractor's other abligations under the Contract Docuinents, whether it is ta be perforn�.ed by Contractor, any Subconttractor or Supplier, or by anyone directly or ind�ectly emplayed by any of them to perform any of the Work, or by anyone for whase ac�s any of them may be jiable: 1. claims under workers' compensation, disability benefits, and other sinailar employee henefi� acts; 2. elaims far dainages because of bodily injury, occupational sickness or disease, or death of Contractor's employees. B. Commercial General Liabflity. Co�erage shal� include but not be limi�ed to oovering liability {bodily zn�ury or �roperry da�nage) arising from: premis�s/operations, independent contractors, product�leompleted operations, personal injury, and liab�ty Ur�der an insured contract. Insurance shall be provided on an occurrence basis, and as comprehensive as the current Insurance Services Office {ISO) pojicy. This insurance shall apply as primary insurance with respect to any other CITY OF FORT W�RTH STANDARDC�N3rRiFC�TION SPCCiFICAT10N DOCiJMEI+iT5 Revision: B/�.'�2] QO72Op-I GENERAL C(3NQfTION S Pagc l9 of fi3 insurance or self-insurance programs afforded to the Ciry. The Commercial General Liability paiicy, shaIl have no exclusions by endorseinents that would alter of nullify premises/operations, productslcompleted qperations, contract�aal, personal �jury�, ar advertising inj�•y, wHich are normally containad with the policy, unless the City approves such exclusions in writing. For construction projects that present a substantial canrapleted operation exposure, the City may require the con�ractor to maintain cozxzpleted ope�•ations covarage for a minimtiim of na less than three (3) years following the connpletion of the project (if identified in the Supplementary Conditions}. C. �utornobile Lrability. A conrunercia] busin.ess auto po�icy sk►all pro�ide coverage on "any auto", defzned as autos awned, hired and non-awned and pro�id� indeirinity for ctai�ns fo�- damag�s because bodily injury or death of any person and or property damage arising out of the work, rnaintenance or use of any motor vchicIe by tl�e Cont�•actor, any Subcont�acior or Supplier, ar by anyone directly or indirectly employed by any af thern to perform any of the Worlc, or by anyone for whase acts any of fihern may be liable. D. Raalroad P�oiective Lfability. If any of the work or any warranty work is within the I�rruts of rai�r'oad right-ot=way, the Contractar shali comply with the requirements identi�ecf in the Supplernentary Conditions. E, Notification of Poliey Cancellation: Contractor shall immediately notify City �apon cancel]at�on or other loss of insurance coverage. Contraetor shall stop work �ntil replacetnent insuranee has been proc�red. There shall be no time credrt far days not worked pursuant to this section. 5.OS Acceptance ofBonds and Insurance; Option io Replace If City has any objection to the coverage afforded by ar other pro�isions of the bonds or insurance required to be purchased and maintained by the Contractar u1 accardance with Ai�icle 5 on the basis of non canformance vvith the Cont�•act Doeuments, the City shall so notify the Contractor in writing within 10 Business Days afterreceipt of the certifcates (or other evidence requested). Contractor shall provid� to the City such additianal inforination in respect af insuranc� provided as the City may reasonably req�est. If Contractor does not purchase or maintain all af tHe bands and insurance required by the Contract Docuinents, the City sha11 notify the Contraator in writing of su�h failure prior to the start af the Wark, or of such failure to maintain prior to any change in the requir�d coverage. ARTICLE 6 -- CONTRACT�R'S RESPONSIBILITIES 6.fl1 Supervision andSuperintendence A. Contractor shaIl super��se, inspect, and direct the Work competently and ef�ci�nfily, devoting such attention thereta and applying such skills and e�pertise as may be necessaryto perform the Work in accordanee with the Cont�act Documents. Contractor shall be solely r�sponsible for the means, methods, techniqu�s, sequences, and procedures of construction. CITY (]F FORT WPRTH 57'ANDARDCONSTR[7CTION SPECIFICATION DOCiIMENTS Revision: 8i132D21 ao �z on - i GEIVERALCANDITION S Fage 20 uf 63 B. At all times during the progress of the Work, Contractor shal� assign a coinpetent, English- speaking, Superintendent who shall not be replaced without written notice to City. The Superintendent will be Contractor's representative at the Site and shall have authority to act on beha�f of Contractor. All comir�unication given to or reeeived from the Superintandent sk�all be binding an Contractor. C. Contractar shaIl notify the Gi�ty 24 ho�rs priar to �noving areas during the sequence of construction. 6.02 Laba�; TWorkrngl�'ours A. Contractor shall pro�ide competent, suitably qualified personnel to perform construetion as required by the Contract Documents. Contractox shaIl at all times maintain gaod discipline and orcier at the Site. B. Except as otherwise �•equired for the safety ar protectiion of persons or the Work or property at the Site or adjaeent thereto, ar�d except as otherwise staied in the Contract Documents, all Work ai the Site shal� be performed during RaguIar �Vorking Hours. Contractor will not permi� f,he performanee of Work beyond Regular Worlculg Hours or for Weelcend Worlring Ho�u�s without City's written consent (which will not be unreasonabl� withheld). Written rec�uest (by letter or e�ectronic communication) to perforrn Work: l, for beyond Regular Working Hou�s rec�uest must be mad� by noon at Ieast two (2) Business Days prior 2. for Weekend Warking Hoi.us requestmust be mad� by noon af the preceding Thursday 3. �or legal holidays request must be made by noon two Business Days priar ta the legal holiday. 6.a3 Serurces, Nfater°iais, and Eq�cipment A. Unless otherwise speciiied in the Contract Documents, Contractor shall pravide and assume fuil responsibility for all servic�s, material�, equipment, labor, transporYatian, construction equipnnen� and machinery, tools, appliances, fue3, power, Iight, heat, telephone, water, sanitary facilities, t�mporary facilities, and all other facilities and incidentals necessary far the perforrnance, Contractor requireci testing, start-up, and completion of the Work. B. AIl materials and equipment incorporated inta the Work shall be as specified or, if not specif'�ed, shall be of goad qualiry and new, exce�t as otherwise provided in the Contract Documenis. All special watranties and guarantees required by tk►e Specifications sk�all expres�ly run ta tne ben��t of Ciry. If required by City, Contractor shall furnish sat�sfactory eviden�� (including reports of required tests} as to the source, kirid, a�.d quality of materiaJs and equi�ment. CPTY OF FORT WORTH STANDARDCONSTRUCT[ON SPECIPICATION DOCiJMEN7'S Revision: ft�3/m21 007200-I G�NERALCON�ITION S Page 21 of 63 6.04 C. AII materials and equipnnent to be incarporated inta the WorIc shaI� be stored, ap��ied, instaIled, connected, erected, protected, used, cleaned, and conditioned in accor�ance with instructions of the applicable Supplier, axcept as otherwise may be p��o�ided in tI�e Conh�act Docum�nts. D. All items of standard equiprnent to be incor�orated into the Work shall ba the iatest madel at the tiime of bid, unless otherwise spec�ed. Pt�aject�ehedule A. Cont�•actor shalI adhere to the Project Schedule astablished in accordance with Paragraph 2.07' and the General Requirements as if inay be adjusted frorn time ta time as pro�ided below. Contractor shall subrnit to Ciry for acceptance (to the extent mdicated m Paragraph 2.Q7 and the General Requirements} proposec� adjustinents in tha Project Schedul� that wiil not result in changing the Canfract Time. Such adjustments will coanply with any pravisions of t�e General Requirements applicable thereto. 2, Contractor shall submit tn Ciry a monthly Project Schedule with a manthly progress payinent for the duration of the Contraet in aceordance with the sch�dule specification OT 32 16, Proposed adjus�nen�s in the Project Schedule t�at will submitted in accordance with the requiremients of Article may only be made by a Change Order, 6.05 Substitutes and "Or-Eguals" change the Contract Time shall be 12. Adjustinents in Cont�act Tirri� A. Whenever an itarr� of material or equipment is specified ar deseri6ed in fhe Contract Documents by using the name of a proprietary i�em or ihe name of a particular Supplier, th� specification ar cfescription is intended to establish the type, function, appearance, and q�ality r�quu•ed. Unless the specification or descriptian contains or is follawed by words reac�ing tha� no I�ce, equivalent, ar "or-eqUal" item or na substitutian is perrnitted, other items of materia� or equipment of o�er Suppliers may b� submit�ect to City for review under the circ�amstances described ba�ovw. 1. "Or-Equal "Iterrls: If in CiEy's sole discretion an item af rnat�rial or equipment proposed by Contractor is functionaIIy equal to that named and suf�cientIy similar so that na change in r�lated Work will be required, it may be considered by eiiy as an "ar-equal" item, in which case review and appravai of the propased item may, in Ciry's sole discretion, be accorriplished withaut complianee w� some or all of t�e requirements for appro�vaI of proposed substitute items. For the purposes of �is Paragr�ph 6.OS.A. I, a praposed i�arr� of material or eq�ipment wilI be considered functionally equal to an item so named i�: a. t�e Ci�y determines that: 1) it is at least equal irz materia�s of construction, quality, durability, appearance, strength, anddesign charact�ristics; CITYDF F012T WDRTH STANDAIbDCdNS'CI�UCTION SPECIF[CATION DOCUMENTS Revision: &�3f1Q21 Ob7240-1 GEN�RAL CONDITION S Page 22 of 63 2) i� will xeliably perForm at least equally well the iUnction and achieve the resuhs imposed by the design cc�ncept of the completed Project as a func#ioning whole, and 3} rt has a praven record of performance and availa6ility of responsive ser�ice; and b. Contractor certifies that, if approved and incorporated inta �he Work: 1} there will be �io increas� in cost to the City or increase � Contract Time; anc� 2) it will conform substant�Uy to the detailed requirements of the item named �n the Cont�•act Documents. 2. Substituie �tems: a. If in City's sole discre�ion an item of material or equipment pro�c�sed by Contxactar do�s nat qualify as an "or-equa.l" item under Paragraph 6.OS.A.1, it may be submitted as a propos�d substitute item. b. Contractor shall submi� sufficient in�ormation as provided below to a➢ow City to c�etermine if the item of material ar ecluipiment prnposed is essentially equi`+alenfi tn thai named and an acceptable substitute therefor. Requests for review o� proposed substi�ute items of material or equipment will nnt be accepted by City from anyone other than Coniractor. c. Contractor shaIl make written application to City for rev�ew of a proposed substitute item of materia� or equipment that Contractor seeks to furnish or use. The application shall comply wrth Section 01 25 00 and: 1) shall certify tha.t the propased substitute ztem will: a) perform adequately the functions and achieve the resuits called for by the general de�igr�; b) be similar in subsfance to that speci�ed; c} be suited to the same use as that specif"ied; and 2) wiIl sfate: a) the e�ent, if any, to which the use of the proposed substitute item will prejudice Contractor's achie�ement af imal completion on time; b} whether use of the proposed subst�tute item in the Worlc will require a change in any of the Con�ract Do�urr�ents (ar in tha provisions af any other direct contract r�vith City for other work on ihe Prolect) to adapt the design t�o the proposed substitute item; CITY OF FORT WQitTH STANDARDCONSTRUCTION SPECiP�CATION DOCE3MEIV'I'S Revision: SFL�1 �Q72Q0-1 GENERAI.CAN�lT10l�S Page 23 of 53 c) whether incorporation or use of tha proposed. substit�te itein in connection with t�ae Warlc is subJect to payment of any license fee or royalty; and 3) will �dentify: a) all variations of tI�e proposed subsfituie item fi•om that specif"ied; b) avai�able engineering, sales, maintenance, repair, and replacement ser�ices; and 4} shaIl contain an i�emized estimate of all costs or credits that will result diractly or indirectly firom use ot' such substitui:e it�m, including costs of i�edesign and Da�nage Cla.uns of othe.r eqntractors affected by any resulting change. B. Substitute ConstrucfianMethodsorP�acedures; if a specific means, naethod, iechnique, sequence, or procedure of construction is expressly requiu•ed by the Contract Documents, Canta•actar rnay iUrnish or utiliz� a substrtute ineans, meihad, technique, sequence, or procedure of constructian appraved by City. Contractor shall subnnit sufficient �nfarmation to allow City, in City's so�e di�cretion, to determine tl�at the substi�uta proposed is eyuivalent to that expressly caIled for by the Cnntract Documents. Cantractor shall rnaice written application to Ciry for review � the same manner as thase pravided in Paragraph 6,Q5.A.2. C. City's Evaluatidn: City will be alIowed a reasonable tir�e v,�ithin �,vhich to evaluate each proposal or submittal made pursuant to Parag;raphs 6.OS.A and 6,OS.B. CiLy may rec�uire Contractor to furnish addi�ional data about the proposed subsiitute. Crty will be ih� soie judge of acceptability. No "or-equal" or substitute will b� ordered, installed ar utilized �antil City's re�iew is cornplete, which will be evidenced by a Change Ord�r iri the case of a substi�ute and an accepted Submi�tal for an "or-equal." Cit�y will advise Contractor in writing of its determination. D. Specirxl Guarantee: City zna� require Contractor to furnish at Cont�actor's expense a special pei-formance guarantee, warranty, ar other surety with respect to any subst�ute. Contractar �hall inderr�n fy and hold harmless Ci1y and anyone dir�ectly or indfrectly errrployed by the�f�drr� and againstanya.ndallclaims, damages, lo.ssesanc�exper�ses(aracludfngattarneysfees)arisingoutaf the use of substituted rnater^ials or eqicipment. E. City's CostReirazhursen�aent: City will recard City's costs in evajuating a substiiute praposed or submitted by Cont�-actor purs�ant to I'aragrapkzs 6.OS.A.2 and 6.OS.B. Whether or not C�ty approves a substitute so proposed or submitted by Cnniractar, Contractor may be required to z•eimbursa City for evaluating �ach such proposed substitute. Contractor may also be required to reimburse Ciry for the charges for maIcing changes in the Contract Documents (or in th� provisions of any oiner direct contract with City) resulting from the acceptance of each proposed substitute, F. Contractor's Experrse: Can#ractor shall provide all data in svppor� af any proposed substitute or "or�equal" at Contractor's expense, C1TY OF FOI2T WORTH STANDARDCONSTRIICT[ON SPECIFIGATCON DOCUMENTS Re`+isian: 8Q.3IL021 007200-1 GENERALCON�ITIONS Psge 24 of 63 G. City Substitute Reimburserrrent: Costs {savings o�� charges} attrbutable to acceptance af a 5ubstitute shall be incorporated to t�ie Contract by Change Order. H. Tirne Extensions:No addrtional time wijl be granted for subst�tutiQns. 6.06 Conce�ning Su�coniractors, Supplie�.r, and Others A. Contractor shall perform wiYh l�is own organization, worIc of a value not �ess than 35% of t�►e �+alue embraced on the Contract, unless otherw�se approved by the City. B. Cantractor shal� not employ any Subcon�racto�, Supplier, or other indi�idual or �ntity, whet4ler initially or as a replacement, aga�nst whorn Ciiy may have reasona�ie objection. Cantractor shall not be ret�uired to empioy any Subcontractor, S�applier, or o�►er individual or entity ta furnish or perform any of the Wark against vvhom Cont�actor has r�asonable objec�ian (exclL�ding those acceptable to City as �ndicated in Paragraph 6.06.C}. C. The City may froin time to tirne require the use of certam Subcontractors, Suppliers, or other individuals or entities on the project, and will provide such requiremenis in the Supplennenta,ry Conditians. D. Mi�aority Business EnteYprise Compliar�ce: It is City poYicy to ensure the full and equita.ble participatzon by Minarity Busmess Enterprises {MBE) in tkte procurement of gaoc�s and services on a cantractual basis. I�'the Contraci Do�cunnents provide for a MBE goal, Contractor is rec�uired to comply r�vith the intent of the City's MBE Ordinance (as amanded} by the following: 1. ContxactQr sha11, upon request by City, pro�+ide complet� and accurate information regarding acival work perforrned by a MBE on the Cantract ar�d �ayment therefor. 2. Contractor will not make additions, deletions, or subsi�tutions of accepted MSE without writken consent of the City. Any unjust�'ied change or deletion shall be a material breaeh of Co�traet and may result iri debarment iri accordance with the proced�ares out�in.ed in the Ordinance. 3. Contractor shall, upon requestby City, allow an audit andlor examir�ation of any books, records, or files in the possession of the Contracfiar tha.t will substantiate the actual work performed hy an MBE. Material misrepresentation of any nature will be grour�ds for terminatian of the Contract in accarciance with Paragraph 15.02.A. Any such axaiisrepresentation may be grounds for clisqualif'icatian of Coniractor ta bid on futvre coniracts with the City for a period of not less than t1u�e years. E. Contracfiar shall be iully �esponsible to City for all act� and omissions of the Subcontractars, Suppliers, and oihex individuals or entities performing or furn:ishing any of the Wark just as Contractar is re�ponsible %r Contractor's own acts and omissions. Nothing in. the Contract Dacuments: CITY OF FORT WORTH BTANDARDCONSTRUCTION SPECIFlCATIaN D�CIJNiENTS Revision_ 8?3/m21 oo�aoo-i GENERALCON�ITIONS Psge 25 nf 63 I. shall create for tl�e benefit of any such Su6contxactor, Supplier, or other individual or entity any cantractual reiationshi}a between City and any such Subcantractar, Supplier nr ofihez• indi�idua 1 or eniity; nar 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 mdivzctual or eniity except as may otherwise be required by Laws and Regulations. F. Contractnr snall be solely responsible for scheduling and coordinafir�g the Wnrk of Subcantractors, Suppli�rs, and other individuals or entiti�s perfarming or furnishir�g any of the Work undar a di�ect ar indirect contract with Contractor. G. All Subcont�actors, Suppliers, and sucl� ather individuals or entitias performing or fr�rnishing any of the Woric shaIl corr�municate with City through Contractor. H, All Work perfortxred for Contractor by a Subcontractor or Suppfier will be pursuant to an apprapriate agreement bettiveen �antractor and the Subcontractot or �uppker which specifically 6�nds the Subcontractor or �upplier fio the applicable ternr�s and conditions of the Ca�tracf Documents far the benefit af City. 6.07 t�ag� Rates A. Du�y to pay Prevailitag Wage Rates. The Contractor shall comply with all requuements of Chapter 2258, Texas Government Code (as amendec�), including the pay�ent of not less than the rates determined by the City Council of the City of Fort �orl-h to be tihe preva�lir�g wage rates in accordance with Chapter 2258. Such prevailit�g vs�age rates are included in Chese Cantract Documents. B. Penaltyfor� Violatiara, A Con�ractar or any Subcon�ractor who does not pay the prevai�ing wag� shall, upon demand znade by the City, pay to the City $60 foi� each worker employed for each calendar day or part of the day t11at the worlcer is paid less than the prevailirig wage rates stipulated in thase contract documen�s. This penalty shali be retained by the City to affset its administcati�e casts, pursuant to Te�s Gave�nment Code 2258.023. C. Cornplaints of Violatio�s ar�d City Determination of Good Cause. On receipt af information, iricluding a complaint by a worker, concernmg an alleged viola.tian af 2258.023, Texas Gavernment Code, by a Contractor or Subconta�actor, the City shail ma�ce an initial determination, befare the 3lst day afterthe date the City receives the inf'ormation, as to vvhefi.her good cause exists to b�lieve that the violation occurred. The City shaIl natify in �,vri�ing t�e Contractor or Subcontractor and any aft'ected worker of i�s initia! determination. Upon the City's determination that there is goad cause to beliave the Contractor or Subcontractar has violated Chapter 2258, the City shall retain the £ull arnounts claimed by the clauzaant ar cla�mants as the difference betweenwagespaid andwagesdue iuider the pre�ailing wage rates,suchamounts being subtracted from successive progress payments pending a�'inal determiriatYon of tlae violation. CITY OF FOAT WqRTH STANDARDCONSTRUC'fION SPECIPICAT[ON L7UCUMENTS Revisian: 8�2021 oo�aoo-� GENERAtfAN�VTION S Page 26 of G3 D. Arbitj-ation Req�eired af Vialatian NatResolved. An issUe rrelating to an alleged violation of Section 2258.023, Texas Government Code, including a penalty owed ta the City or an affectedworker, shall be submztted to binding arbi�ration in accordanee vvith the Te�s General Arbitration �.ct (ArLic�e 224 etseq., Revised Statutes) if the Contractor or Subcantractor and any affectedwork�r does not resolve the issue by agteemantbefore the 15th day afterthe ciate the City malces its initial determination pursuant to Paragraph C abo�e. If the persons required to arbrtrate under this section do not agree an an arbitrator before the I lth. day aftar the date that ar�if�atiQn is requi�ed, a district court shall appoint an arbitrator on the petition of any of the persons. The City is not a party ia the arbitraiion. Th�e deci�ion and award of the arbitrator is �'inal and binding on ali parties and may be enfarced in any court oi corr��etent jurisdiction. E. Records to be Maintained. The Contracta� and each SUbcan�ractor shall, for a p�riad of three {3} years folIowing the date of acceptanee of the wark, maintain records tha.t show (� the name and accupation of eachworlcer employed by the Contractor in the cor►siruction of the Work provided for in this Contract; and (u) the actual per diam wages pai� ta each worlcer. The records shall be open at aIi reasonable hours for inspection by tl�e City. The provisians of Paragraph 6.23, Right to Audi�, sha�l pertain ta this inspection. F. Progress P�'yments. With each �rogress paymen.t or payroll period, whiche�er � less, the Contractor shali subrr�it an af�da�it stating ihat the Contractor has complied with the requirements of Chapter 2258, Texas G�overnment Code. G. Posting of �age Rates. The Contractor shall past prevaili�g wage rates in a conspicuous place at all tunes. H. Subcontf-actor Corn�iiance. Th� Contractor shall iriclude in rts subcontracts andlar shall otherwise requ�re all of its Subcontractors to camply with Paragraphs A through G abo�ve. fi.08 PatentFees and Royalties A. Contractar shall pay all license fees and rayalties and assume all costs it�cident to the use in the performance of the Work or the incorporation in tha Wark of any invention, design, process, product, or device which is the subject of patent rights or eopyrights held by others. If a particular inventian, design, process, product, or device is speciiied 'm the Contract Documents for use in the parformance of the Work and �f, to the actual knowledge of City, its use i�s subject to patent rights or capyrights calling far the payment of any licerise fee or royalty to athers, the e�stence of such rights shall be disclosed by City in t4�e Gontract Documents. Failure of the City to disciose such infornnation does not relieve the Contractor from its obligations ia pay for the use of said fees or royalties to others. B. To the fullest extent permit%d by Laws and Regulations, Contractor shall indemnify and hald harmless Gity, frorn and against ald clain�s, costs, dosses, and darnages (inclucca'ing but notii�nited ta all fees and charges of engdneers, architects, attorneys, and other professional�r and ail cout�f o� a�bit�atian or othe� dispute resolution casts) arising out af oY �edating to any anfringement of patent righf� or copyraghts incident to the use in the performance of the Work or resulfingfrorn C1TY OF FORT WORTI-I STANDAKDCONSTRUCT[dN SPECTFICATION DOCUMENTS Revision: 82�021 Q0720p-I GENERALCON�ITIONS Page 27 nf 63 the incorporatao� i�a t�ie �ork af any invention, desig�t, process, p�oduct, or deviee nofspeeifaed in the ContractDocu»te�ts. 6.09 Pe�rnats and Utilaties A. Corttr�actor obtained pern�its ctnd license.s. Caniractor shall obfain and pay for aIl construction per�rizts and ficenses except those provic�ed for in the Supplementary Condi�ior�s or Contract Documents. City snall assist Contxacior, when necessary, in obtainir�g such permits and licenses. Contractor sha11 pay alI governmental charges and inspection fees necessary for fhe prosecution of the Worlc which are applicabie at tha time of opening of Bids, or, if' there are no Bids, on the Effective Date of the Agraement, �xcept far permits provided by tI�� City as specifiad in G.04.B. City sk�all pay a�l charges of utility owners far connections for providing permaneni service to the Work. B. City obtainedpermats cznd lic�nses. City will obtain and pay for all permi�s and licenses as provide d for it� the Supplementary Canditions or Contt�act Documents. It will be tk�e Contractor's r�spansibil�ity to cariy out the provisions of the permit. If �e Coniraetor inztiates cHanges to the Cont�•act and tl�e City approves the changes, the Contractar is respansi6le far obtaining c�earances and coardinating with ihe appropriate regulaidry agency. The City wi� not re�nburse the Cantraetnr far any cost associated with these requirernents of any City acquired permit. Tlie follaw�ng are permits the City will obtain if required: 1. Texas Depai�tment oi'I'ra�sportation Permi�s 2. U.S. Axrny Corps of Engineers Permits 3. Texas Co�nmission. on En�u•orunental Quality Permits 4. Railroad Campany Permits C. OuCstanding permits and licenses, The City anticipates acquisition of and/or access to permits and licenses. Any outstanding permits and licenses are anttcipated to be acquired in accordance with the schedule s�t forth in the Supplementary Condi�ions, The Project ScheduIe submitted by the Cantractar in accordanc�e with the Contract Docurrients must consider any outstanding permits and licenses. 6.10 L�aws and Regulations A. Cantractor shall give all notices required by and shall comply with all Laws and Regulations applicable to the perforn�ance of the Work. Except where otherwise expressly re€�uired by applicable Laws and Regulations, the City shall not be responsible for monitoring Contractor's compliance with any Laws or Regulations. B. If Cantcactor performs any Work knowing or l�aving reason to know that it is contrary to Laws or Regula.tions, Cantractor shall bear all claims, costs, losses, and damages (including but not Iimitad to all fees and charges of engineers, architects, attorneys, and other professionals and ali CITY OF' I'ORT WORTH STANDAIiDCOHSTItUCTfON SPECIrICATION pQCUMENT3 Revision: 823C�D21 0o rz an - i G�NERAL CONDITIQN 5 Page 28 af 63 court or arbi�lration ar other dispute resolution costs) arisir�g out of ar relatin� to such Work. However, i� skall not be Contractor's responsibility to make certain that the Specifications and Drawings are in accorciance wit11 Laws and Regulations, but this shall not relieve Conl�actar af Contracto��'s obligations under Paragraph 3.02. C. Changes in Laws or Regulations not known at the time of apening of Bids having an effect on the cast nr tn�ne o£perfarmance o�the Worlc may be the su�ject af an adjustment in Contract Price oi• Contract Time. 6.11 Taxes A. On a contract awarded by the City, an organization 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 rnater�als, supplies and equipment used or consumed in t.he perForma�►ee af this cantract by �ssuing to his supplier an exemption certificate in lieu of the tax, said exemption certificate to comply with State Comptroller's Ruling .007. Any such e�emption certif'�cate issued to the Contractor in lieu of the tax shal! be svbject to and shall comply with the provi�ion of State Comp�i•oller's Ruling .011, and any other applicable rulings pe►�ainitig to the Texas Tax Code, Subchapter H. B. Texas Taxpermits and information rraay ba obtained from: 1. Cornptroller of Public Accour�ts Sales Tax Di�ision Capitol Statian Austin, TX 7$711; or 2. httpJ/www.windvw.,tate.tx.us/ta�nfolta�orms/93-forms.html 6.12 Use of Site and Oth.e� �Ia�eas A. �imitation on Use of Site and 4theN Areas: Contractor shaU cor�fine �onstruction equipment, tHe storage af materials and equipment, and the opera�ions of workers to the Site and of.her areas permitted by La�rs and Regulations, and shall not unreasonably encumber the Site and other areaswith construction equiprnent or other materia�s or equipment. Contractor shaIl assume full responsibility for any damage to any such �az�d or area, or to the owner or occupant thereof, ar of any adjacent land or areas resulting from the performance of t4ie Work, 2. At any tirr►e when, ir� the judgment of the Ci�y, the Contractor has o�structed ar ckased or is carrying on operations in a portion of a street, right-o� way, ar easernent greater than is necessaty for proper execution o�the Wark, the City may require the Contractor to fmish the section on which operations are in progress befare work is cammenced on any additional area of the Si�e. C1TY OP FORT WOl2TH $`PANT)ARDCONSTRUCTIOR' SPECtFICAT{OI� UOCUMENTS Revision: H113l1021 ao�zoa-i GENERAL CQNOlTIDN S Page 29 of 63 3. Should any Damage Claim be made by a�ty sucl� awner or occupant because ofthe perfarrrzance af tkie Work, Contractar shaI1 promptly atte�npt ta resal�e th� Damage Claim. 4. Pursua.ntta Paragraph b.21, ContractoN shall indemnify and hold haNrnless Cify, frona and againstall claims, casts, los�ses, crnd damages arisingout ofar r�elating to any clai�n or aclio� regal or equitabde, braught by cany such owneN oY occupant against City. B. Removal of Debt�is During Pe�fornuance of the Wopk.• Duritlg t1�e progress of the Work Contractar shall ke�p the Site and other areas free from accumulations of waste rna��rials, rubbish, and oeher debris. Removal and d�sposal of such waste rnaterials, rubbish, and otI�er debris shall confarm to applicable Lavvs and Regulations. C. Site Maintenance Cleaning: 24 hours aftar written notice is given io the Cant�actar that the clean-up on the job siie is proceeding in a manner unsatisfactory to the City, if the Contractnr fails to correct the unsatisfacto�ry pracedure, the City ;nay talie such direct action as the City deems apprapriate to correct the clean-up deiiciencies ci�ed to ihe Conlractar in the written notice (by letter or el�ctronic cornmunicafiion), and the casts of sueh di�ect action, plUs 25 % of sueh c�sts, shall be deducted f'rom the t�onies due or ta become due ta the eontractor. D. FinalSite Cleaning: Priorto �'inal Acceptance af ihe Wark Contractor shall cIean th� Site and the Work and rx�al�e i� ready �or utilization by City or adjacentproperty owner. Atihe cqmp�etion of the Work Contracfior shall remave ftom the Site all fiools, appliances, con�iruction equipment and ma.chinery, and surplus materials and shall restore to original condition or better al� property disturbed by the Work. E. L�cading Str°uctu�es; Contractar shall not load nor permit any part of any st�ucture to be Ioaded in any manner that wi� endanger the �truet�re, nar shall Contractar subject any part of the Work or adjacent property to stresses or pressures that will endanger rt. 6.13 Record Docu�nents A. Con�ractor shall mai�tain in a safe place at the Site or in a place designated by tHe Con�ractor and appraved by the City, an� (1} recard copy of all Drawirigs, Specifications, Adden.da, Change Orders, Field Orders, and written interpretations and clarifications in good arder and annotated to show changes made during construction. These record documents together with all approved Sainples and a eaunterpart af all accepted Subrnitta�s �ill be a�ailable to City for �eference. Upan completion af the Work, these record docunnents, any operation and maintenanca manuals, and SUbrnittals will be delivered to Ciiy prior to Fir�al Inspection. Contractor shal� include accuracte lacations for buried and imbedded �erns. 6.14 Safety and Pt�atection A. Contractor shall be solely respansible for initiating, rnaintaining and supervising a11 safety precautions and programs in connection with the Work. Such responsibiirty does not relieve Su6contra�tars of their responsibility for the safety of persa�s or property in the performance af their work, nor for compiiance with applicable safeiy Lav,rs ana Regulations. Contractar sha1l CITI�OF FORT WORTH STANDARbCONSTRUCTION SPECIFICATION DOCUIVIENI'S Re�i sion: 8r23I202[ aa�zao-� GENERAL CONDITI4N S Page 30 of G3 talce all necessaiy precautions for ihe safety o% and shall provide the necessary protection to prevent damage, injury or Ioss to: 1. all persons an the Site or who may be af�ected by the Work; 2, aIl the Work and inaterials and equipment to be inc�rporated therein, whether in storage on or oifthe Site; and other property at the Site or adjacent thereto, including trees, shrubs, lawns, wallcs, pavements, roadways, structures, utilities, and Underground Facilities not designated for removal, relocation, ar replacement in the course of construction. B. Gantractor shall comply wi�h all applicable Laws and Regulations relating to the safety of persans or property, or to the pratecfion of persans or property froin daznage, m�ury, or lass; and sha1� erect and maintain al� necessary safeguards fnr such safety and protection. Contractor shall notify owners nf adjacent property and of Unc�erground Faciiities and other utility owners when prasecution of the Work may affect th�m, and shall cooperate w�th them in the protectian, rernoval, relocation, and replacement of theu proparty. C. Contractar shall comply with tlie applicable requirements af City's safety prograrns, if any. D. Contractor sha�I ir►form City of the specif'ic requirements of Contractor's safety program, if any, wYth vwhieh City's employ�es and i•epresentativ�s must comply while at the Site. E. A3l damage, injury, or loss to any property referred to in Paragraph 6.14.A.2 or 6.IA�.A.3 caused, directly or mdirectly, in whole or in part, by Contractor, any Subeontractar, Suppker, ox any oth�r individual or entity daectly or i�directiy ernployed by any of thetr� to perform any of tne Worlt, ar anyone for whose acts any of tllena may be liable, shall be remedied by Cont�actor. F. Contractor's duti�s and respansbilities for safery and far proteetion oi th� Wark shall continve until such time as all the Work i� completed and City �as acc�pted the Work. 6.15 Safedy Representative Contractor shall inform City in writir�g of Contractor's designated safety r•epresentative at the Site. 6.16 Hazard Corramunication Pragrams Contractar shall be responsible far coardinating any exchange of material safety data sbeets or other hazard communication information required ta be made available to or exchanged between or among employers in accordance w�th Laws or Regulatio�s. 6.17 Emepgencies and/or Recti�cation A. In emergencies affecting the safety ar protection of persons or the Work or property at the Site or adjacent thereto, Contracior is obligated to act to prevent threatened damage, injur�, or loss. Contractor shall give City prompt written natice � Contractor belie�es thai any sig�nificant CITT' OF FORT WORTH STANIJ�RDCdNSTItUC'CION 5!'�CEPICATIQN DOCUMk,'1V'I'S Aevisian: 8lL'�f2621 oanoo-i G�NERALCON�ITIONS Page 31 of b3 changes in t1�e Woric ar variations frorn the Coniract Documents hav� been c>aused thereby ar are requtred as a result thereo£ If City determines that a change in the Coni��act Documenrs is required b�cause of the action taken by Contractoi� in response ta such an einergeney, a Change Order tx�ay be issued. B. �hould the Contractor fail to respond to a request from the City to rectify any discrepancies, oznissions, or correc�ian necessary to canform with the requireznents of the Contract Documents, the City shall give the Contractor wrzttan nofic� tI�afi suck� work or changes are to be perfarmed. The written notice shall di�ect attention to the discrepant cond�ion and request the Contractor to take remedial action to correct �he condition. In the event the Contractor does not take posi�ive steps to fulf'ill this wri�ten request, or does not shaw just cause for not taking the praper action, withu� 24 hours, the City may take sueh rernedial action witM Crty forces or by contract. The Ci�y sha�l deduct an ainouzit equal tio the entire costs for such remedial action, plus 25°/a, from any funds d�e ar become d�e the Contractor on the Project. 6.18 Subr�ittals A. Contractar sha11 submit required Submiita�s to City for review a�d acceptance in accordance with the accepted Schedule of Submittals {as required by Paragraph 2.07}. Each subrxiittai wilI be ideniif"ied as City �nay requi�e. l. Submi� number of copies specified in the Ge�eral ReqUirements, 2. Data shown on the Submittals witi be complete with respectto quantities, dimensions, specif'ied perfvrmanc� and design criter�a, materials, and sunilar data to show City the ser�ices, materials, and equipment Contracto.r propases to pro�vide and to enable City to review the information %r t�e Iimited purposes required by Paragraph 6.18.C. 3. �ubmittals subtx�ztted as herein pz•ovided by Conlractor and reviewed by City %r conformance wrth the design concept shalI be executed in ennfo.rmi�y with the Contract Daci.unents unless other�w�se required by City. 4. When Submittals are submitted for the purpose of showing the instalIation iti greater detail, their revievv shaU not excuse Contraetor fram requir�ments shown on the Dt•awings and Spec�'ications. 5. For-Information-4nly submittals upan which the City is not expected t� conduct review or take responsi�e action rnay be so identif'ied in the Contract Documents. b, Submit requirad number of Sample� specife� in the Specifications. 7. Clearly identi�y each Sample as to material, Supplier, pertinent data such as cata�og �nurnbers, the use for which inter�ded anc� other data as Ciry ma� require to enable City to re�iew the submittal for the Iimited purposes requi�ed by Paragraph 6.18.C. ciT� or roxT �ox� STANI)AFtDCONSTRIICTfON 5PECIPICATION DpCUMENTS Revisian: 8rL31�1 �07200-1 GENERALCONn1710N 5 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 re�iew a�d acceptance of the pertinent sub�niktal wiil be at ihe so�e exper�se and responsibility of Contractor. C. Cr.'ty's Review: 7. City vvil� prar�ide t�mely review of required Submittals in accordance wi�h the Scl�edule of Submittals acceptable to Ci�y. City's revievc� anc� acceptance will be on�y t� determine ii the items covered by the submittals wi�l, after instal�ation or incorporation in the Work, canfor•m to the inforrnation gNen in the ContractDocuments and be compatible with the design concept of the coi�npleted Praject as a functioning whole as inciicated by the Contract Documents. 2. Crty's review and acceptance wilj not extend to ineans, methads, �echx�iques, 5equences, or procedur�s of construction (except wh�re a particu�ar means, nr►ethod, technique, sequence, or procedure of construction is specifically and expressly called far by the Contract Documents) or to safety precautians or prograrns incident thereio. The review and acceptance of a separate ztem as such will not indicate approva� of �he assembly in which the item fianctions. 3. City's review and accepta.nec sha�l not relieve Con�ractnr From respansibility for any vari�tion from t1�re requ�rements of the Contract Documents unless Contractor has complied with the requirements of Sectian 01 33 00 an�l City has given written acceptance of each such variation by specii'ic written notation thereof �ncorporated in ar acaoznpanyin� the 5ubmittal. City's review and aceeptance shail not relieve Cant�actor from responsibility for comply�ng with the reauirements ofthe Contract Documents. 6.19 Continu��xgthe Work Except as otherwise provided, Contractar shall car�y on the Work and adhere to the Project Schedule during ail disputes or disagree�nents with City. No Work shall be delayed ar postponed pending resolution of any disputes or disagreements, except as City and Contractnr �nay otherwise agree irs writir�g. 6.20 Cantractor's General War�aniy artd Guarantee A. Contxactor warrants and guarantees to City that all Weark will be � accordance with the Contract Documents and w�l not b� defective. Gity and its of�cers, directors, members, partners, employe�s, agents, consu�tants, and subcontractors s1�a11 be entitled to rely on representation of Contractor's warranty and guarantee. B. Coniractor's warranty and guarantee hereunder e�cludes defects or damage caused b�: l. abuse, �nodification, or improper rnaintenance or operatian by persons other than Contractor, Subcontractors, Suppliers, or any other individual or entity for whom Con�ractor is responsible; ot CITY 4F FOT�`I' WORTH STANDARllCONSTAUCTION SPECIPiCATION DOCiTMENTS Revision: 8(L�(12•I ao �z ao - i C,ENERP.LCQNDITIONS Page 33 of b3 2. norinal wear and tea;- under normal usage. C, Contractar's obligation l-o perform and coznplete the Work in accordance with the Contraet Documents shall be absolute. None of the following will constitu�e an acceptance of Work that is not in accardanc� with the Contract Documants ar a release of Contractor's nbl�gation to perform the Woric in accordance with the Cont�act Documents: 1. observat�ons by City; 2. recarr�mendatian or payment by City of any prograss or final payment; ihe issuance of a certificate of Final Acceptance by City or any pay�rzent reIated thereto by Ciiy; 4. use or occupancy of the Work or any part thereof by City; 5, anyraview and acceptance of a Submittal by Ciry; 6. any inspectlon, test, or approval by others; or 7. any correctian of defective Work by City. D. The Contractar shall remedy any defects or damage� in� the �Vork and pay for any damaga to other wark or prpperty resulting therefrom which shall appear within a period of two (2) years from fhe date of Final Aeceptance of t�e Work unless a�ongar period is spacified and shaU furnis h a good and sufficient maintenance bond, complying with the r�quirements af Article 5.02.B. The City �vill give natice ofobserved defects with reasonable promptness. 6.21 rndemnification A. Contractor covenants and agrees to indernnify, hold harmless and defend, at its own expense, #he City, its officers, servants and employees, fnom and a�ainst any and all claims arising out af, or alleged to arise ou� of, th� vPork and services to be pe�'ormed by the Contractnr, its officers, agents, employees, subcontractors, licenses or invitees under thi� Contr�tct. ZA S TN�EMNT�TCA�'TONPR(]V��IO�� SPFC"�FIC'AT i V TNTFNTI Tn flPFRATF ANn RF T,FF .(�TTVF F'V�'N iF TT i.S A T T(�TFn R PRnVFN THAT AT 1 �R �OMF, [lF THF_nAMAC,F� .IN(: 40iTCHT'Wf<'RF � T1SFTl iN WFT[)T F�yR_iN PART. RY ANV AC'T. OMISSinN OR F[YT TC�FN F OF THF CiTV, This indemnity provision is intended to include, without �imitation, indemnity for eosts, exg�nses and legat fee� incurred by the City in defendiug against such claims and causes ofactions. B. Contractorcovenatttsandag�reestoindemnifyandttoldharttiless,atitsownea�pense,tl�eCiLy, its nfficers, servants and ernployee�, from and against any and all loss, aamage oxdestract�an of properky ofthe City, arising outo£, or alIeged to ax-ise out of, t�e work and services to be perfornned by the Contractor, its officers, agents, employees, subcontracto�rs, licensees ox- invitees trnder thas Contract. TAiS iNDF,MNTFTC".ATInN P�OV[�TnN TS C1TY OF FOitT WORTH STAN]7ARDCDNSTR[ICTION SPECIF[CATION pUC;UI+�IEIVTS Ttevision: 8f�3i�121 oa �z oo - � G�NERALCfJNbIT10N S Page 34 af G3 " \ \1_ 1 _1 1'_ �° - =►1 :_ _ _ /_ �-� --- - ---Ir1_:__':� 1---._ = f: iIJ-�- �--i�U--- '--� 1 .II_ .l : 1 ► ■1� i i : 1 ' : :_ _ : _ : ► _ i I__�__ 1 ► 4 � � _ _►__ 1 :1 _ 6.22 Delegation of P�ofessianal Desigva SeNvices A. Contractor wili not be reQuired to provide professional design services unless such services are specificaliy requ�ed by the Cantract Documents for a portion of the Work ar un�ess such services are reqUi�ed to carry out Cnntractor's responsibiiities for construction means, rnethods, techniques, sequences and proced�res. B. If professional desigi services or certifcations by a design professional relat�d to systems, materials or equipment ar� specafcaily required of Caniractor hy fkie Contract Documents, Ciiy wi13 spec�y all perfo�inance and design cri�eria tha.t such s�rrrices must satisfy. Contractor shall cause such services or certifications to be provided by a properly licensed professional, whose signature and seal sha�l appear on ail drawit�gs, calculations, spec�'ications, certifications, and Subrnitta�s prepared by such professianal. 5ubmittals relai�d to the Work designed or certifed by such prafessional, if prepared by others, shall bear such prof�ssionaI's written approval when sUbmitted ta City. C. City sha31 be entitled tcr rely upon the adeqUacy, accuracy and completeness of Che services, certif'xcafions or approval� performed by such design prafessiona�s, provided City has specit"ied to Cont�actor performance and design criteri� that such ser�ices must satisfy. D. Pursuantto this Paragraph 6.22, Gity's review and acceptance of design calculations and design drawings will be only for the �imited purpose of checicmg for eonformance with performance and design cr�eria given and the design concept expresseci in the Contract Docurr�ents. City's review and aecep�tance of SubmittaLs (except design calcula.tions and design cirawir�gs} will be only far the pUrpose stated in Paragraph 6.18.C. 6.23 Right to Audit A. The Contractor agrees tlaat the City shall, until the expiration of three (3) yaars after fir�al payment under this Contract, ha�e access to and the right to e�amine and photacopy any directly perta�en� books, documen�, papers, and records of the Contractor involving transaction� r�lating to this Contract. Contractor agrees that the Ci�y shall k�ave access durirxg Regular Working Ho�ars to a13 necessary Contrac�or facilities and shall be provic�ed adequate and appropriate work space in order to conduct auc�iis in compliance with the pro�isiot�s of this Paragrapk�. The City shall give Con�ractor reasonable ad�ance no#ice oF inter�ded audits. B. Contractor further agrees to include in all its subcontracts hereunder aprovision to the effecttl�at the subcontractor agrees that the City shall, until the expnation af three (3) years after fu�al payrnenfi under this Contract, have access to and the right to ex.amine and phatocopy any directly pertinent books, documents, papers, and records of such Subeontractor, ir�volving transactions to the suboontract, and further, that City shall ha�e access during Regular W�rking Hours ta all C1TY OF FORT WOR'�II STANDARDCONSTROCT[ON SPEC[FICATIDN BOCIiI�[ENTS Revision: 812.�1 007200-1 GEM1I�RALCON�ITIONS Page 35 o f G3 Subcontractor facilities, and shall be provided adeqUate and approptiate work space in order to conduct aud�ts in compliance with the provisions of this Paragraph. The City shall give Subcontractor reasonable advance nof�ce of intended audits. C. Contractor and Subcontracior agrae to phatacopy such documents as may be requested by the Ciry. The Ciry agrees to reitnburse Contractorfor the eost of the capies as follows at the rate published in the Texas Administrative Code in effect as of the time cop�ing is performed, 6.24 Nondiscrirr�ination A. The City is r�sponsible far operating Public Transportatzon Programs and implem�nting transit- related projects, which are funded in part with Fedez•aI financial assistance avvarded by the U.�, Department of Transportation and the Federal Transit Adnninistration (FTA}, without discriminating against any person in the United States nn the basis of race, color, or nation�.l origin. B. Title VI, Civil Rights Act of I964 as amended.• Contractor shall compIy with the requirements af the Act and the R�eguiations as �urther de%ned in the Supplementary Conditions for any project receivin� Federal assistance. ARTICLE '� — OTHER WQRK AT THE SITE 7.01 Ilelated Wo�k atS��e A. City may perform other woric re�ated to the Project at the Si�e with City's ernployees, nr other Gity contraciors, or througn otiher duect contracis therefar, or have other workperformed 6y utility owners. If such other wo�•k is nnt noted in. tt�e �ontcaet Documents, then written notice thereof will be given fio Contractor prtor ta starting any such ather work; and B. Conieactor shalI affard each a�her contractor wha is a. party to such a dieect contract, each utility owner, and City, if City is performing other work with City's empIoyees or other City contractors, proper and safe access to the Site, prnvide a reasonable oppor�unity for the iniracluction and sfiorage af materia.ls and equipment and the execution af such other work, and properly coardinate the Work with theirs. Contractor shall do aIl eutting, %tting, and patchic�g af the Work that may be required to proper#y connect or otherwise inalce its several parts came together and proparly integrate with such other work. Contractor shali not endanger any work of others by cutting, excavating, or otherw�se aIter�ng such �vnrk; provided, howe�er, that Contractor inay cut or aIter others' worlc with tha wriiten consent of City and the others whose worlc will be affected. C. Ifthe propar execution or results of any pax�t af Coniractor's Work depends upon worlc performed by others ur�der this Article 7, Contractor shall inspect such other wor�C and promptly report to City in writing any delays, defects, or de�ciencies in such other �vork that render it unavailable ar uns�itab�e for the prop�r execution and results of Contractor's Work. Cantractar's failure to sa report will constitute an acceptance of sueh other wark as frt and prop�r for i�tegration with Contractor's Work except for latent defects m the worlc provided by others, C7TYOF FOAT WOl2TEI STANDAR]]CONSTRUC'C[ON SPECCFICATION DOC[Iiv1ENT� Revisian: i3�L"3�+d�21 007200-1 GEf�ERALCOiJ�ITIONS Page 3G of 63 7.Q2 Coordinatian A. If City intends to contract with others for the perfor�nance of other work on the Projeet at the Site, t.he %�lawing will be set forth in Supplementary CQ�lditions: 1. the indNidual or enti�y who will have authority and responsibi�ity for caordination of the activities among the various cont�ractors will he identiiied; 2. the specific matters to be eovered by such a�athority and respor�sibility will be itemized; and 3. tI�e extent of such authority and respo�sibilities will be provided. B. U�less otherwise provide� in the Supplementary Conditions, Ciry shall have authority foi• such coardination. ARTICL� 8 — CITY'� RESPONSIBILIT�ES 8.01 Comrraunications to Con�actat- Except as otherwise provided in the Supplementary Conditions, City shall issue all cor�ununications to Contractar. 8.02 Furraish Data City shall tirnely furnish th� data required under the Con�ract Documents. 8.03 Pay When Due City shall make payments to Contractor in accordance with Article 14. 8.04 Lcznds and Easemerats; Repo�ts and �'ests City's dUties with respect to providing lands and easem�nts and providing engineering surveys to establish reference points axe set forth in Paragraphs 4.OI and 4.05. Paragraph 4.02 rre�ers to City's identifying and makulg availabte to Coniractor copies of repo�s of e�plorations and tests of subsurface conditions and drawings of �hysical conditions relating to existing surface or subsurface structures at or contiguous to the Srte tha� have been utilized by Ciry in preparing the Contract Dacu�nents. 8.05 Change O�de�s City shall execute Change Orders in accordance with Paragraph 10.03. 8.06 Inspectaarrs, 2'ests, and Approvals Ci�°s respons�bil�y vvith respect to certain inspections, tesfs, and approvals is sei forth in Parageaph 13.Q3. CITY OF I'Oi�T WORTIi STANDARDCONSTRUC't'[bN SPECiFTCATCON DOCiJM&NTS Revision: 82?�A21 00 �z oa - i GENERAL CqNp ITION S Page 37 of G3 8.07 .Larriitations on City's Respa�sibiliiies A. The Czty shall not supervise, direct, ar hav� control or authoriry over, nor be respansibl� %r, Cor�tracior's means, methods, teckuiiques, sequences, or proeed�ares of constructzan, or tlie safety precautians and pzograins in�ident thereto, or for any faiiure of Contractor to comply u�ith Laws and Regulations applicable to the performance of the Wark. City will not b� r�sponsib�e for Contraetor's failure to pe�'orm th� Work in accordance witn the Contract Doctunents. B. City will notify the Contractor oi applicable safety plans pu�•suant to Paragraph 6.14. 8.Q$ Undisclosed Hazardous Enva�nnmental Conditiorx Ci�y's responsibility with r�spectto an undisclosed Hazardo�as Environmental Condition is setforth in Yara.graph 4..OG. 8.09 Corrrpliance with Safety Pr�grarra While at the Site, City's einployees and represeniatives shall compIy with the specific applicable requieeinents, of Contractar's safety programs of which City has been it�formed pursuant to Paragraph 6.14. ARTICLE 9— CITY'S OBSERVATIQN STATUS DURING CON�TRUCTION 9.01 City'sP�ojectManczger Ci�ty w'rll provide one or more Project Mana.ger{s) during the construction period. The duties and respnnsibiIi�ies and the limi�ations af authorzty of City's Project Manager during construction are set forth in the Coni�aet Documents. The City's Project Manager for this Contract is identiiied in the Supplementary Conditions. 9.02 Visits to Site A. City's Project Manager will malce visits to the Site at intervals appropriate to tIze va�•ious siages of construction as City deems necessary in order to obser�e the progress tl�at has 6een made and the quality oi t�e �arious aspects af Cantractor's e��cuted Work, Based on inforination obtairied during such visits and obser�ations, City's ProjectManagerwill determir�e, in general, if the Work is proceeding in accordance with the Contract Do�uments. City's Praject Manager wilI not be required to make e�austi�e or continuous inspections on th� Site to check the quality or quantity of the Work. City's Project Manager's �fForts wili 6e directed toward providing City a greater degree of confdenca that the completed Work will conform generally io the Contract Doc unnents. B. City's ProjactManager's visits and observations are subject �o all the limiiations on authority and responsibility in the Cant�•aet Docurrients inoIudu�g those set Forth in Paragraph 8.07. C1TY OF FORT WORTH STANI7ARDCpNSTRUCTION SI'ECINICATION DflCUMENTS Revisian: R0.3�Df1�1 oo�zno-i GEN�RAL CANOITION S Page 38 of G3 9.03 Authorized Variations in Work City's Project Manager n�ay aut�orize minor variations in the Work from the requirements of the Contract Documents which do not involve an adjustrnent iri the Contract Price or the Contract Time and are compatible with the desi�m concept of the completed Project as a£unctioning whale as indicated by the Cantract Documents. These may be accomplished by a Field Order and will be bi�ding on City and also on Contractor, who si�all perform the Work involved promptly. 9.04 Rej ecting Defective Wark City will have autharity to reject Worlc which City's Project Manager believes to be defective, or will not �roduce a campieted Project that conforms tn the Contract Documen:ts or that will prejudice the ir�tegrity of the design concept of the completed Pxoject as a functioning whole as indicateci by the Contract Documents. City vvill have authority to canduct special inspection ar testirig of the Wark as provided in Article 13, wk►ether or nat the V1Tork is fabricated, itjstalled, or completed. 9.05 DeteYminataons for Wd�kPerfarmed Cont�•actor wi� determine the actual quantities and c�ass�cations of Work perforxned. City's Projeet Manager w�.l re�iew with Confi�actor the preliminary determinations on such matters before rendering a written recom�nendatior�. City's writ�en decision will be fu�al (except as madifed io reflect changeci factual condiiians or more accurate data). 9.06 Decisions anRequirerrlents of �antract Docunzents and Acceptability of N�ork A. City will be the initial �nterpreter of the requirernents of the Contract Documents and �dge of the acceptabil�ty of the. Work thereunder. B. City will render a writt�n d�cision on any issue referred. C. City's written decision on the issue referredwill be final and bir�d'u�g an t�►e Contractor, subject to the provisions of Paragraph 10.06. ARTICLE 10 — CHANGES I.N THE WORK; CLAIMS; EXTRA WORK 10.01 Authorized Changes in the Wark A. W iti�oui invalidating the Contract and withaut notice to any surety, City �nay, at any time gr from time ta time, arder E�a Work. Upon notice of such Extra Work, ContractQr shall promptly proceed with the Work invoIved which will be performed under the applicable conditions of the Contract Documents (except as othei-w�se speci#ically provided}. Extra Work shall be me�norialized by a Change O�der which may or may nat precede an order of E�ra work. B. Far rr�inor changes af Work not requiring changes ta Contract Ticne or Contr�et Price, a Field Order may be issu�d by the City. crr� ar ro�T vwoxTx STANDARI3CONSTRUCTION SPECIFICATIflN I7QC[JME1V'CS Revisian: �l D072q0-1 GEIV�RP,LCOiJDITIDN S Page 39 of b3 10.02 Unauthorized Changes i� t1�e Wo�k Con�eactor shalI nof be entitIed to an increase in the Con�ract I'rice or an e.�ztension of the Contra.ct Time wit1� respect to any work perforrnad that is not req�ired by the Cont�•act Docum�nts as amended, modrfied, ar supplemented as provided v� Paragraph 3.Qq, except m the case of an ex�nergency as provided in Paragraph 6.17. 10.Q3 Executian of Change Orders A. City and Coniractor shall execute appropriate Change Orders covering; 1, changes in the Vdarlc which are: (i) ordered by City pursuant to Paragraph 10.0I.A, (u) reqUired because of acceptance of defective Worlc under Paragraph 13.08 or �i�y°s correction of defective Worlc under Paragraph 13.09, ar(iii} agreed to by ihe pa.rties; 2. changes in the Contract Price or Contract Titne which are agreed to by the parties, including any undisputed sum or amount of time iar Work actualiy pe�•formed. 10.04 Eact�a Work A. Shauld a difference arise as to what does ar does not constitute Extra Work, or as to the payment ther�of, and the Gity insists upon its performance, the Coniractor sk�all proceed with the woi•lc after making v,�ritten request fa�• written ordars and shal[ keep accurate aceount of the actual reas.nnable cast thereof. Conf��ct Claims regarding Extra Worl� shall be made pursuant to Paragraph IQ.06. B. The Contractor shall furnish the Ci�ty such irtstallation records af all cfeviations from the original Contcact DQcuments as may 6e necessary to enable the City ta prepare for permanent recard a. corrected set of plans showing the actual installation, C. The campe��5ation agreed upoM for Extra Worlc whether or not initiated by a Change Order shaIl be a full, camplete and final payment for aIl cosis Contractor incurs as a resuIt or relating to the change or Extra Work, whether said costs are imawn, unknown, foreseen ar unforeseen at that time, including wi�out limitation, any costs far delay, a�ctended ov�rhead, rippie or iinpact cost, ar any of��r eFfect on changed or unchanged work as a result of the change or Extra Work. 10.05 Natification to Surety Iftk►e provisions �f any bond reguire notice ta be givan to a surety oFany change affectingfhe general scape of the Worlc or the provisions af tk�e Confi�act Docurnents (including, but not lunit�d to, Contract Price or Contract Time), the giving of any such notic� wi� be Contractor's responsibility. The amount of each applicable bond wilI be adJusted by tha Contractor to ret�ect the effect of any such change. CITY QF FORT WORTH 57'ANDARDCOA'STHUCTIOtJ SPECIP[CATION DqCUME1rIT5 Revision: 87.'�fZ(121 OD7200-I G�NERAL CONp ITION 8 Page 4fl of 63 I0.06 Contract Claims Process A. City's Decision RequiYed: All Contract Ciaims, except tl�ose waived pursuant ta Paragraph 14.09, shall be referred to the City for decision. A decision by City shall be required as a condition precedent to any exercisa by Cant�actor of any rights ar remedies he may atherwise ha�e under t�►e Coritract Docum.ents or by Laws and Regulations in respect of such Contract Clairns. B. Notice: 1. Written natice stating the generaj nature of each Contract Claim shall be deli�ered by the Contrac�or to City no Iater than l S days after tha start of the event gi�ing rise thereto. The responsibiliry to substanfiiate a Contxact Claim shall rest with the party making t�e Cont�act Claim. 2. Notice of the amount or extent of the Con�ract Claim, with supporting data s�a� be delivered to the City on or• before 45 days from. the start of the event giving r�se thereto (unless the City al�ows additianal time for Con�ractor to subrnit additional o� more accuraie data in support of such Contracf Claim). 3. A Contract Claim for an adjustment iri Contiract Price sl3all be prepared �n aceordance wi�� the pro�i�ions of Paragrapk 12.01. �, A Cont�act Claim for an adjustment in Contract Time shall be prepared in accardance with the pravisions of Paragraph 12.02. 5. Each Contract Claim shall be acco�npanied by Gont�actor's writtez� statement that the adjustment claimed is the entire adjLrstment to which the Conixactor believes it is entitled as a result of said event. 6. The City shall subxnit any respQnse ta the Contractor within 30 days after receipt of the cl�i�nant's last submiltal (unless Contract allows a�ditional time). C. City'sActfon: Ciry will review each Con�ract C1aim and, within 30 days after receipt of the last submittal of the Contractor, if any, ta�e one of the follawing actions in writing: 1. deny the Contract Clainn m whole or in part; 2. approve the Contract Clairn, or 3. notify the Contractar that t�e City is unable to resol�e the Contract Claim if, in the City's sole discretion, it would be inappropriate for the City to do so. For putposes of furt�er resolution of the Cont�act Claim, such notice shall be deemed a denial, CiTY OF FORT WORTH STANDARDCQNSTRUC7"IDN SPECEFICAT[ON DDCUNIEN�5 Revision: 8T13/L�21 oo�zoo-i c�N�RA�coNoiriar�s Page 41 nf 63 D. City's written action un.der Paragraph 10.06.0 will be �nal and b�ding, unless Ci�y or Coi�tractor invoke the dispute resolution pracecEure set farth in Ar�icle 16 within 30 days of such action or d�nial. E. No Contract Clairzi for an adjustcnent u1 Con�ract Price or Contract Time r�vill be �al�cE if not submitted in accordance with this Paragraph 10.06. ARTICLE 11— CUST OF THE WORK; ALLOWANCES; LTNIT PRICE WORK; PL.ANS QiTANTrTY MEASUREMENT 1 I.OI Cost of the Wa�k A. Costs I�ccluded: The term Cost af the Work means the sum of all costs, except those excluded in Paragraph 11.01.B, necessarily incUz�red. and paid by Contractor in ihe proper p�rformance af the Wnrk. When the vaIue of any Worlc covered by a Change O�•der, the costs to be reunbursed to Contrac#or vwill be only those additional or incremental casts requieed because afthe change m the Work. Such cosfis shall not incIude any of the costs itemiz�d in Paragraph 11.01.B, and shal] �clude but not be Iimited to the following items: Payroll costs far einployeE Work under schedules of employees shall include, ` employad full time on the Wark shall be apportioneri include; ;s in the direct empIoy af Cantractor in the per%rrna.nce af the job classiflcatians agreed upon by Ciry and Contractor. Such vithout limita.tion, superintendents, foremen, and other personnel Work. Payro�l casis fnr employees not emp�oyed full tiune on the on the basis of th�ir tnne spent on the Work. Payroll costs shall a. salaries with a 55% markup, ar l�. salaries and wages plus the cost of fringe benefits, �which shall incIude social security cantributions, unemploym�n�, exeise, and payrolI taxes, worlcars' compensation, health anc! retirement bene�ts, bonuses, sick leave, vacation and holiday pay applicable thereta. The expenses of perfortning Worlc outside af Regular Working Hours, Weekend Working Hours, or legal holidays, shall be inctuded in the abo�e to the eXtent authorized by City. 2. Cost of alI materials ana equipment furnisbed ancf incorporated in the Wnrk, including cosis of transportation and storage thereof, and �uppiiers' field services requued in connection therewith. R�ntals of all canstruetion equipment and machinery, and the parts thereflf whether rented from Contractar or others in accordance wiih rental agreetnenis approved by City, and the costs of transportation, loading, unloading, assembly, dismantling, and rernoval thereof. AlI such costs shall be in accordance with the ter�-ns of satd renta� agreemants. The rental o�' any such e�uipment, machinery, or parts shall cease when ihe use thereof is no longer necessaty far the Work. CITYpF FflRT W�RTT-E STAiVDAItDCONSTRUCTTON SPEC[PICAT[ON DOC[JMENTS Revision: $2312021 oo�aoo-� G�NERAL CONDITION S Page 42 of 63 4_ Payments made by Contractor to Subcontractors for Wark performed by Subcontractors. If required by City, Coniractor shall obtain campetitive bids fram subcontractors acceptable to City and Contractor and shaIi deliver such bids ta City, vaho wiU 1:hen determine, which bids, if any, will be acceptable. If any subcontract pro�ides ihat ihe Subcontractor is to be paid on the basis af Cost af the Work plus a fee, the Subcontractor's Cost of the Work and fee shal! be determu�ed in the sa�ne mannar as Contractor's Cost af the Wark ar�d fee as provideci in this Paragraph 11.01. 5. Costs of special cor�su�tants (including but not Iimited tn engineers, architects, testi�g laboratories, surveyors, attorneys, and accountants) employed far ser�ices specifically reiated to the Work. 6. Suppi�menta� costs including the following: a. The propartion of necessary transport�.tion, travel, and subsistence exp�nses of Con�ractor's errsp�oyees ineurr�d in discharge of duties connected with the Warlc. b. Cnst, including transportation and maintenance, of al� materials, supplies, equipment, r�achinery, appliances, of�ce, ar►d temparary facilities at the Site, and hand tools not owned by the workers, which are consumed in th� perforrx�ance of the Work, and cost, les� market value, of suc� items used but not consumad which remain ihe property of Contractor. c. Sales, consumer, use, and other simila.r ta�es reIated to the Work, and far which Con�ractor is liable not co�ered under Paragraph 6.1I, as imposed by Laws and Regulations. d. Deposits �ost for causes other than negligence of Contractor, any Subcontractor, ar anyone directly or indire�tly emplayed by any of them or for whnse acts any of them may be liable, and royahy payments and fees far permits anc� licenses. e. Lasses and darnages �and rela.ted expenses) caused by damage to the Work, not compe�saied by it�suranca or otherwise, sustained by Contractor in connec�ion wit� t�e perforixiance of the Work, provid�d such lasses and damages ha�re resulted fram causes other than the negIigence of Coniractor, any Sub.contractor, or anyone directly ar inclirectly empIoyed by any of them or for whose acts any af them may be ]iable. Such losses shall include sett�e�ents made with the written consent and approval of Ci�ty. No such losses, damages, and expenses shal� be included 'm the Cost o� the Work for the purpose of determining Coniractor's fee. f The cost of utilities, fu�l, and sanitary facil�ties at the Site. g. Minor expenses such as telegrams, long distance telephone calls, telephone and coinmunication services at the Site, e�ress and couri�r services, and sitnilar �aeriy cash �ems in connectior� with the Wark. C1TY OF FOILT WORTH 5TA3JdARDCDNSTRUCT[ON 3PEC[�ICATI03V DOCUMENTS ReVisiop: 8t1311021 oo�zoa-i GEN�RAL COND IT14N S Page 43 of 63 h. The costs of prenaiums for all bonds and irisurance Cantz•actor is requu•ed by the Contract Documents to purchase and maintain. B. Costs Excluded: The i:erm Cost of the Work shall not incIude any of the following i�ems: �. Payroll costs and other corz�pensation oi Cantt•actar's officers, executives., principals (of partnerships and sole proprietorships), general managers, safety managers, engineers, archrtects, estimators, attorneys, auditars, accountants, purchasing and cantracting agents, expediiers, tunekeepers, clarks, and ot�►er personnel employed by Coniractor, whether at the Si�e or in Contractar's principal or branch office for general administration of the Work and not specifica�ly includad �n the agreed upnn schedule of job classi�cations referred to iva Paragraph I 1.01.A, I or speci�cally covered by Paragraph 11.O1.A.4, al[ of which ai�e to be considez�ed adininistrative costs cover�d by the Cantractor's fee. 2. Expenses o�' Contractor's principal and branch a��c�s other than Contractor's of�ce at the Site. 3. Any part af Contractor's capita� expenses, including interest Qn Contracror's capital arriployed for the Work and charges against �ontractar for delmquenf payments. �. Costs due to the negligence of Cantractor, an.y �ubcont�'actor, or anyone directly or indirectly einplayed by any of them or for wvhose acts any of thern may be liable, including 6ut not limited ta, the correction of de%etive Warl�, disposal af materials or equiptnent wrangly supplied, and making good any damage to property. 5. Other overhead or gen�ral exp�rase costs ni any kind. G. Ca�at�actor's Fee: When aIl the Warlc is performed on �he basis of cost-plus, Contraetor's fee shaII 6e determined as set farth in the Ag,reement. When the value of any Warlc co�ered by a Change Order �or an adjustznent in Contract Price is deiermined on %Yte basis of Cost of the Work, Contractor's �'ee shall be determined as set forth in Paragraph 12.O1.C. D. Docurraentcrtion: Whenever the Cost of t�e Work for any purpose is to be detarznined pursuant ta Paragraphs 11.Ql.A and 11.O1.B, Contractor will establish and maintain records thereof in ac�ardance wrth genera�ly accep�ed accounting practices and submit in a form acceptable ta City an itemized cost breakdawn together with supporting data. 11.02 Allawances A. Specified Allowance: lt is understood that Contractor has included in fhe Contract Pric� all allowances so named in the Contract Doc�m�nts and shal� cause the Worl� �o covered to be performed for such sums and by such persons nr entities as may be acceptable to City. B. Pre�bid Allowances: 1. Contractor agrees that: ciTx or FORT wnx-rx STANBAR]JCONS'£liUCT10N SPEL'IFICA'i14N I70CLIMENTS Revision; B�2'�-02l oo7zao-� GENERAL CONQITION 5 Page A4 of 63 a. the pre-bid allowances include the costto Contractor of materials and equipinent required by the allowances to be delivered at the Site, and all applicable taxes; and b. Contractor's costs for unloading and handling on the Site, labor, instaIl�tion, o�erhead, profi�, and other expenses contemplated %r the pre-bid allowances have been included in tl�e a�lawances, an.d no demand for additional payment on accaunt of any of the foeegoing wiil i�e va�id. C. ContingencyAllowance: Contractor agrees that a contingency allowance, � any, is for the sole use of City. D. Pcior to f�nal paym�nt, an appropriate Change Order vvill be issued io reflect actual a�nounts due Contractor on aceount of Work covered by allowances, and the Contract Price shall be carrespondingly adjusted. 11.03 UnitPr�ice War�k A. Where the Contract Docurnents provide that ati or part of the Work is to be Unit Price Work, init�ally the ConLract Price will b� deerr�ed to include for all Unrt Price V1Tork an anno�t equal to the surn of �k►e unit price for each separately ident�ed �tem of Unit Price Work titnes the estimated quantity af each item as indicated in the Agreement. B. The esticnated quantities ai iterr�s of Unit Price Work are not guaranteed and are sQl��y fbr the purpose of comparison of Bids a�d determ�ning an irjrtial Contract Price. Determ�nations of th� actua� quantities and class�"ications of Unit Price Work performed by Cantractc�r will be naade by City subject to ihe provisions af Paragraph 9.05. C. Each unit price wili be deemed to include an amount considered �y Cont�actor to he adequate to cover Contractor's overhead and profit for eaeh separately ideniified item. �Vork descr�bed in the Con�act Doeurr�ents, or rea5onably inferred as required far a functionally complete installation, but not identified in the listing of unit price �tems sha]I be considered incidan#al to unit price work listed and the cost of incidental work included as par� of the uni� price, D. Ciry may make an adjustment in the Contract Price in accordance with Paragraph 12.01 if: 1. the quantity of any item of Unit �'rice Wark perforrm.ed by Contraetor dzffers materially and significant�y from the estimated quantity of such item indicated in the Agreement; and 2. there is no corresponding adjustment with respect ta any other rtem af Work. E. Increased or Decreased Quantities: The City reserves �e right to order Extra Wark in accordance with Parag7raph 10.01. 1. If the changes in quantities or the alterations do not sigr�if'�cantly change the character of work under the Contract Documents, the a�tered work will ba paid for at �e Contract unit price. CITYOF FORT WQRTFi STANDARDCONSTRUCTION SPECIFICATION DDCUMENTS Revision: 8�J3fA(121 oo�zoa-i GEiVERAL GONO ITION S Page 45 oF 63 2. If the changes in quantities or alterations signi�cantly change the character of work, tlae Contract will be arnended by a Change Ordex•. 3. If no unit prices e�ist, this �i11 be constdered Extra Work and the Carttract will be amended by a Change Order in accordance with Article 12. 4. A significant change in the character af v;rork occurs when: a. tha character of work for any Item as altered di£fers rnai�ria�ly in lcind or riat�r� from that ir� the Contract or b. a Major Item of worlc varies by more than 25% from the origirza� Coniract quantity. When the quantity of work to be dane under any Major Item of th� Cont��aet is more than l25% of the ariginal quantity stated in the Canfixact, then either party to the Contract may request an adjustment to the unit price on the portion of the work that is abo�te 125%. b. When the quantity af wark to be done under any Major Item of tlae Contract �s Iess than 75% of the original quantity stated in the Cant�•act, then either party to the Conira.ct may request an adjustment to the unit price. 11.04 Plans Quqntity Mer�surenzent A. Pla.ns quantities may or rnay not representthe exact quantity of worlt per%r�ned or rnaterial moved, handled, or placed during the e�ecution of the Coni�act. The estunated bid quantiiies are designated a� final payment quantities, unless re�ised by the governing Section or this Article. B. If the quantity measured as autlined under "Price and Payment Pz•ocedures" varies by rnore than 25°/a (or as stipulated under "PricO and Payment Procedvres" for specific Items) fram the total estimatad yuantity for an i�dividual rtem origir�ally sh,own in the Coniract Documents, an adjustment may be made to the quantity of authorized work dona for payment purposes. The garky to the Contract requesting �lle adjustment �vill provide field measurements and calculatians showing the final quantity far which pay�nent will be made. Payment for revised quantity will be made at the �nit price bid for that Item, except as provided for in Article 10. C. When quantities are revised by a ch�nge in design approved by the Giry, by Ch�nge �rc�er, or to correctan er�•or, or to correctan�rror on the plans, the pIans quantity will be increased or decreaseci by the amount i�volved in the change, and the 25% variance �vill apply to the n.ew plans quarnity. D. If the total Contract quantity multiplied by the unit price bid for an indrvidual It�m is less than $250 and fhe Item �s nofi originally a plans quantity Item, th�n the Item rriay be paid as a plans quantity Item if the City and Contraetor agree in, writing to f� the finaI quantity as a plans quantity. CTTYpF �ORT WORTIi STANDA[�DCONSTRIICTION SPECIFICATfUN DOCUMENT5 EZevision: 82"3/20Z1 007200-I GENERAL CdNDIT10N 5 Paige 46 af G3 E. I'or callout work or non-site specif'ic Cor�tracts, the plans quantiry measurement requirements are not applicable. ARTICLE 1� — CHANGE OF CONTRACT PRICE; CHANGE OF CONTRACT T1ME 12.01 Change of Contract Price A. The ContractPrice inay on�y be changed by a Change Order. B. The value of any Work covered by a Change Order will be determined as fo�lows: 1. where the Work involved is covered by unit prices cantained in the Contract Docuix►ents, by applicatian of such �.�n�t prices to the quantities ofihe items invoI�+ed (subject to the �aroviusions of Paragraph l 1.03}; or 2, where the Work involved is nat covered by unit prices contained in the Cantraci Doclurients, by a rr�utually agreed lump sum or unit price (which may include an allowance far overhead and profrt not necessarily in accordance with Paragraph 12.O1.C.2), and shall include the cost of any secondary impacts that are foreseeable at #h� t�me of ,pricing the cost of Ea�tra Work; or 3. where the Woriz involved is not covered by unit prices conta.ined iri the Contract Documents and agreementi to a lurr�p sum or unii price is not reached under Paragrap�►12.01.B.2, on the basis of tlae Cost afthe Wo�•k (determined as provided in Paragraph 11.01) plus a Contractor's fee %r overhead anc� profit (determir►ed as proviciec� in Paragraph 12.01.C}. C. Cont�acta�'s Fee: The Contractor's additional f�� for overhead and prof�t sY�all be determined as follows: 1. a mutually acceptable fixed fee; or 2. if a f�ed fee is not agreed upon, then a fee based on the following percentages oFthe variaus portians of the Cost of the Work: a. for cost� incurred un.der Paragraphs II.QLA.I, 11.O1.A.2. and 11.O1.A.3, the Contracior's addrt:ional fee shall be 15 percentexcept%r: 1} rez�tal fees for Contractor's own eqUipment using siandatd rental �ates; 2} bonds and ir�surance; b, for costs inc�rred under Paragraph 11.Q1.A.4 and 1I.OI.A.S, the Contractor's fee shall be fNe percerrt (5°10); i) where o�e or mare tiers of subcontracts are on the basis of Cost of the Work plus a fee and n� fxed #�ee is agreed upon, the mt�nt of Paragraphs 12.01.C.2.a anci 12.O1.C.2.b is that t1�e Subcontractar who actually perforrris the Wark, at whatever CITY OF FORT WORTii S'I'ANDAILDCONSTRUCTION SPECIFICATION i3UC:UMENTS Revisian: 8�231�021 QO7200-] GENERAL CdN�ITION S Page 47 of 63 iier, w�ll be paid � fee �f 1S percent o��he costs incurred by such Suheontractor under Paragraphs I1.O1.A.1 and 11.01.A.2 and that any higher tier S�abcontractor and Contractor wilI each be paid a fee of five parceni (5%) af fhe amo�nt paid to the next lower tier Subcontractor, however in no case shall the cumulati�e total of fees paid be in excess of 2S%; c, no fee shall be pa�a6le on the basis of costs itetnized under Paragraphs 11.O�.A.6, and 11,01.B; d. the amount of credrt to be auowed by Coniraetor ta City for any changa which results in a net deerease in c�st will be the amount af �he actual net decrease �n enst plus a dec�uction in Contractor's �ee by an ainorut� equal to frve percent {5%) of suc.h net decrease. 12.�2 Cha�rge of Cortl�actTirn� A. 'The Contract Time may only be changed by a Change Order. B. No extension of #he Cantrae� Tune will be allowed far E�tra Work or far claimed delay unless the Extra V4jork contemptated or claimed delay is shawn to h� on the czitical path of tk�e Projact Schedule or Conixactor can show 6y Critical Path Method analysis haw the Exh•a Work or clairne d delay adversely affects the critical path. 12.03 Delays A. Where Cantractor is reasonably de�a.yed in the per�ormance or comp�etion of any part of ihe Work within Yhe Cont�•act Time due to delay beyond the control of Contractor, the Contract T�me may be extanded in an amount equal io the time lost due to �uch delay if a Contract Clairri is made therefor. Delays beyond the control of Contractor shall include, but not be limited ta, acts or neglect by City, acts ar neglect of utility owners or other contractors performing other work as contetnplated by Article 7, fires, floods, epidemics, abnor�nal weatner conditions, or acts of God. Such an adjusiment shall be Contracior's sole and exclusive remec�y for the delays descri6ed in this P aragraph. B. If Contractar is delayed, City shall not be liable to Contractoi• far any clairns, costs, losses, or damages (including but no� Iinnited to all fees and charges af engineers, archrteets, attorneys, anr� o�her professionals and al� court or arbitration or other di�pute resolution costs) 5U5Yx`11ri8d i7j� Conf.ractor on or in connection with any other praject or anticipated project. G. Contractot shall not be entitled fo an adjustment in Contraci Price or Contract Tim� far delays within the controI of Cont�actor. Delays attributable to and within tlie control of a Subcontractor ar supplier shau be deemed to be delays within the control of CQntracfor. D. The Contractor shall receive no compensation fo�• delays or hindrances to the Work, except when direct and unavoidab�e e�tra ca�t to the Contractar is caused by the failure of the City to provide inforrnation or material, if any, which is to be furnished by the City. CITYOF FORT WqRTH 5TP.NDARDCON57'ItIICTION SPECIPICATI4N DOCLlMENTS R�visian: R�31�21 Q072D�-I GEf�ERAL CaN�ITION S Page 48 of b3 ARTICLE 13 — TESTS AND INSPEC'I��NS; CORRECTION,I�MC)VAL OR ACCEPTANCE OF DEFECTIVE WORK 13.01 Natice of Defects Notice of all defectNe Vdork of vvhich City has actUal knawIedge wiil be gi�en to Contractor. D�fective Work ir�ay be rejected, corrected, or accepted as provided in this Article 13. 13.02 Access to WoYk City, independent testirig laborataries, and govern�nental agencies with �{ur�sdictional interests will have access to the Site and the Work at reasonable times far their observatian, inspection, and testirig. Contractor shall provide them pxoper and safe conditions far such access and advi�e them of Con�ractor's safety procedures and pragrams so that they may camp�y therewith as applicable. 13.03 Tests and Inspections A. Contractor shall give Cily tanely notice of read'mess of the Wark for al� required inspections, tests, or appro�als and shall cooperat� with ir�spection and testing p�rsonnel ta faciiitate required inspections ar tests. B. If Cont�act Documents, Laws or Regulations of any public body having jurisdiction require any of the Work (or part tllereo� to be inspected, tested, or approved, Contxactor shall asswme fujl responsibility for arranging and obtaining such independent inspectians, tests, retests ar appro�als, pay all costs �n cannection therewith, and furni�h City th� ree}uired certificaies of insp�ction or approval; excepting, however, those fees speeifically identif'ied in the Suppiernentary Canditions or any Texas Depart�ment af Licensure and Regulat�on (TDLR) inspections, r�hic4� shall be paid as deseribed in the Supplementary Canditions. ' C. Contractor shall be responsible for arrangirig anc� obtaining and sha1I pay a1S costs ia connection with an� inspeciions, tests, re-�ests, or appra�a3s required for City's acceptance of materials or equipment to be ineorporated in the Work; or acceptance of rnaterials, mix designs, or equip�nent submitted for appraval prior to Contractor's purchase thereof for incorporation in the Worlc, Such inspections, tests, re-tests, or ap�arovals sha�l be performed by organizations acceptable to Ci�y. D. City may arrange for perfoxrn any inspectio City. the sexvices of an independent testi�g laboratory ("Testing Lab") to ns or tests ("`I`esting") for any part af the Work, as deternnined salely by 1. City will coordinate sucY� Testi�g to the extent possible, with Contractor; 2. Should any Testing under this Section 13.03 D resuit in a"fail", "did not pass" or other similar negative result, the Contractor shall be responsibie for paying for any and aIl retest�. Contractor's cancella.tion without cause of City initiated Testing shall be cieamed a negat'rve resu�t and require a retest. C1TY OF FORT WORTH STAi�[BARDCONSTRUCT[ON SP�CIFIGATION DciC:UME�lTS Revisinn: 823/2021 aonoo-� GENERAL CONpITION S Pa$e 49 nf 63 3. Any amounts owed for any retest under thi� Section 13.03 D shall be paid directly to the Testing Lab by Contractor. City wi11 forward all invoices for retests to Cantractor. 4. If Conf�actor fails to pay the Testing Lab, City will nat issue Fina1 Payment until the Testin.g Lab is paid. E, If any Work (or the work of others} that is to be inspected, fiesied, or approved is covered by Coniractor withaut writt�n concurrence of Ciry, Cantractor shaIl, if requested by Ciry, uncover such Work for observation. F. Uncovering Worlc as pravided 'm Paragraph ]3.03.E shall be at Contraciar's expense. G. C.ontra.ctar shaU have the right �o make a Cont�•act Clainn regarding any retest or invoice i�sued under Section 13.03 D. 13.Q4 I�ncaverang Work A. If any Work is eovered 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 ai Cantractor's expense. B. If �rty consid�rs rt necessary or advisab3e that cavered IVork �e nbser�ed by City or inspected or tested by others, Contractor, at City's request, shall uneover, expose, or otherwise make available far observation, inspection, or testing as City may require, �hat portion oi the Work in question, furnishing all necessary labor, zx�ateria�, and equipnnen�. IF i� is fouz�d that the uncovered Work is defective, Contractor sha.11 pay all c�avns, costs, �asses, and damages (including but not limited to all fees ancE charges of engineers, archi�ects, attorneys, and other professionals and all court or other disput� resolution eosts) ari�ing out of or relating to such uncovering, expasure, abser�ation, inspection, and testing, and of satisfactary replacement or recor�structinn (ineluding bui not limited to a]I casts of repair or replAcement of work of others); or City shall be entit�ad to accept defective Work in accordance �vith 1'aragraph 13.08 ui which case eontractar shall still be respansible idr aIl costs associated with exposing, observing, and t�sting the defective Work. 2. If the uncovered Work is not fauncE to be defective, Contractor shall be allavved an increase in the Con�ract Price or an extension of tha ContractTime, or both, directly attributable to such uncovering, exposura, abserva�ian, inspection, testing, replacement, and reconstruction. 13.05 City May Stop the Work If th� Warl{ is defective, or Contractor fails to supply suffcient skilled warkers or suitable materials or equipment, or fails to perfarm the Work in such a way that the completea Woric will conform to the ContractDocuments, City may order Ccant�ractor to stop the Warlc, or any portion thereof, until the cause �or such order has been eliminated; howe�v�r, this right of City to stop the Work shall not gi�e rise to any duty on the part of City to exercise this right for the 6enefit of Contractor, any C1TY OC FORT WORTH STANDAILDCONSTRUCTiON SPECi]'ICATiON DOCiJIVIENTS Rcvision: 8�13�1Q2] 007204-1 GENERALCONf]ITION S Pa$e SQ of 63 Subcontractor, any Supplier, any ather individual ar entity, ar any surety for, or employee or agent of any oi them. 13.06 Correction orRernoval of Defectrve Wnrk A. Promptly after receipt of written notice, Contractor shall cortect aIl defective Warlc pui•suant to an aeeeptable sc4�edule, whether or not fabricated, installed, or completed, or, if the Worlc has been rejected by City, remove it from the Project and �•eplace it with Work that is not defective. Contractor shall pay aIl claims, costs, additionaj testing, Iosses, and damages {including but not Limited ta all fees and charges oF engineers, architects, attorneys, and ather professianals and a11 court or arbitration or other d�pute resol�i�n costs) arisiag out of or relating to such carrection or rema�+al (including but not limited to all costs of rapair or replacement of wark of athers). Faiiure to re�uire the removal of any defective Worlc shal� not consti�tute acceptance ofsuch Work. B. When correcting defective Work under the terms of this Paragra�ah I3.06 or Paragraph 13.07, Contracl:ar shall take no action that would void ar otherwise impair City's specia! warranty and guarantee, if any, on said Wor�c. 13.0'7 CorYection Pe�-iod A. If witivn two (2) years af�er the date af Final Acceptance (or such longer period o�time as may be prescr�bed by the te�ms of any applicable special guarantee required by the Conta�act Documents), any Worlc is found to be def�cii�e, or if the repair af any damages to the land or areas made availa.ble frnr Contractor's use by City or per�nittad by La.ws and Regulations as contemplated in �aragraph6.1D.A is %und to be defeciive, Con�ractar shali promptly, wit�out cnstto City and in accordance with City's written instructions: 1. repair such defective land or areas; ar 2. correct such defective Work; or 3. if the defective Wark has been rejected by Ci�.y, remove rt from the Project and repiace it wi�h Work that is not defect�ve, and 4, sat�sfactorily correct or repair or rema�e and rep�ce az�y darnage to other Work, #o the work of others or other �and or areas resul�ing therefram. B. If Contraator does not promptly coanply with the tertns of City's wrikten instructions, or in an emergency wh.ere dela.y would cause serious risk oF loss or damage, City rnay have the def�ct'rve Work corrected or repaired or may have the rejected Work removed and repl�ced. All claims, costs, lasses, and damages {includirzg but not limited to all fees and charges of engineers, architects, aitome�s, and other professionais and all court or other dispute resolution. casts) arising out of or relating tn such correction ar repair or such removal and replacement (includin.g but not Wnited to aU costs of repair or replacemer�t of work of others) will be paid by Cantractor. CITY OF FflAT WORTH STAAfI?ARIJCONSTRUCI'i01� SI'EGIFICATEQN DOCUMENTS Rev i s i on: 8�1.'iI1(�L I oa �z oa - � GENERALCONpITIONS Page 51 of 63 C. In spacial circumstances where a partic�lar item af ec�uipment is pIaced in cdntinuous servic.e before FinaI Accep#ance of ali the Wark, th� correction period fQr that item may staz•ti:o run from aa earlier date if so provided in the Contract Docunnents. D. Where defective Work (and damage to oiher Work resulting therefrQin) has been corrected or removed and replaced under this Paragraph 13.07, tF�e correeiion periad hereund�r with respect �a such Work may be required to be extended for an additional periad of one year after the end of the initial corr�ctian period. City shail provide 30 days writt�n notice to Contractar should such adclitional warraniy coverage be requu•ed, Contractor may dispute th�s r�quirement by filing a Cantract Claim, pursuant to Paragraph 10.0&. E, Contractor's obligations under thiS Paragrap�a T3.07 are in addilion to any other obligation ot warranty. The provisions of this Paragraph 13,07 shall not be consirued as a substilute for, or a waiver of, the provisions of any applicable statute oi li�nztation or repose. 13.08 Acceptance of Defective Wo�^k If, instead of requiring correctian or removal and replacement of defective Work, City prefers to accept it, City rnay do so. Contractor shall pay all claims, costs, losses, aiid damages (including but not limit�d to aI� fees and charges of engirleers, archii�cts, attorneys, and ather professionals and all court or other dispute resolution costs} a�lributable tn Ciry's evaluatian of and determination to aceept such defective Wor•k and far the dimini�hed value af the Work to the extent nat otherwise paid by Contractoz. If any such acceptance accurs prior to Final Acceptanc�e, a Cnange Order will be issued incorporating the necessary r�visions in the Contrac� Documents wzth respec� to the Wor1�, and City shall be ent'rtled to an appropriate decrease in the Contract Price, reflec�ing the diminish�d value of Work sa accepted. 13.Q9 City May CorNectDefective Wor�k A. If Con�ractor fails within a reasonable time after written notice from Ciry to corz•ect de�ective Work, or to remove and replace rejected Work as requu•ed by City in acoordance with Paragraph 13.06.A, or if Cont�actar fails ia perfarm the Work in accordance with the Contract Documents, or if Contractor fails to comply with any other pro�ision of the Contract Documents, City may, after seven (� days written natice to �ontraciar, correct, or remedy any stach de�ci�ncy. B. In exereising the rfghts and remedies under this ParagrapI� 13.09, C�ty shall procead expeditiousIy. In connection with such correc�ive or rerr�edial action, City may exclude Contractar irom all or part of the Site, t�ke possession of all ar part of the Work and suspend Contractor's services related thereta, and in�orporata in the Work all inaterials and equiprnent incorparated in the WorIr, stored at the Site ar for which City has pald Contractor but which are stored �Isewhere. Contractor shall aliow City, City's representatives, agents, consultants, employees, and City's other contractors, access to the Si�e to enable City to exercise the rights and rernedies under this P aragraph. C. Al[ claims, costs, losses, and damages {including but not limited to alI fees anc� charges of engineers, architects, attorneys, and othar professionals and all court or other dispute resolutian CITY OF PQRT W012TI-I STANDAI�.DCONSTRIIC'C[ON SPECIFICATION DOCUMENTS Revisi.on: 8iL3F�Q21 oo�zoo-� C�N�i2AL C4EJDITION S Page 52 of63 costs) ir�curred or sustained by C�ty 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 necessaryrevisions in �he Coniract Documents with respect to the Work; and City shall be enti�led to an appropriate decrease in the Contract Price. D. Contractor shall not be allowed an e�ension of the Contract Tune because of any delay in the perFormance of I:l�e Wnrk attributable to the exercise of City's rights and re�nedies under this Paragraph 13.09. ARTICLE 14 -- PAYMENTS TO CONTRACTOR AND COMPL�TION 14.01 �'chedule of Ycalues The Schedule of Values for lump sum eontracts estabiish�d as provzded in Paragraph 2.0'1 wi�1 serrre as the basis far pragress paymen�s' and will b� incorporated into a form of Appiication for Paynnerrt acceptable to City. Progress payments on account of Unit Price Work will be based an the number of units completed. 14.02 Progress Payments A. Applicatiotzsfo� Payjnents: 4. 5. l. Con�ractor is responsible for providing a�l mfarmation as reyuued to become a vendor of the Ciry. 2. At least 20 days befor� the date established in the General R�quirements for each progress payment, Contractor shall submzt to City %r re�iew an Applicatian for Payznent filled out and signed by Contractor covering the Work completed as of the date of the Application and accompanied l�y such supportu�g documentation as is required by the Contract Documents. 3. IFpayment is requested on the basis of materials and equipment not incorpoxated in tha Work but del�vered and suitably stored at the Site or at another laGation agreed to in wriirng, the Application for Paycnent sh�ll also be accampanied by a biil of sale, irivoice, or other documentation warrantu�g th�t City has reeeived the mat�rials and equipment free and clear of all Liens and evidenc� that the materia�s and equiprraent are cavered by appropriate insurance or othar arrangemenfis to protect Ciry's interest �herein, all of which must be satisfactory to Czty. Beginning with the second A�}�lication for Payrnent, each Ap�lication shall irxclude an a�fidavit of Contractor statmg that previous pragress payments recerved on account of the Work have heen applied on account to discharge Cnntractor's le�timate obligations associated with prior Applications for Payment. The amaunt of retainage with respect to progress paymenfis will be as described in sUbsection C. unless otherwise s�ipulated in ihe Contcact Documents. CITY OF FORT WORTH STANDARDCONSTAi]CTION SPEC[FICATION DpCUMENTS Revisinn: Fl13I�.1 oo�aoo-i GEN�RALCON�ITIONS Page 53 of G3 B. Review ofApplicatidns: I. City will, aFter receipt of each Application for Paymen�, either indicate in writing a recommendation of payinen� or return the App�ication io Contractor indicating reasons for refusing paymen� In the latter case, Contractor may malce the necessary corrections and resubmit the Application. 2. City's processing of any payznent requested in an Application for Payment will be based on City's obset�vations of the executed I�Var1c, and on City's review of the Application. far Payment and ihe accompanyi�n�g data and schec�ules, that to the best of City°s Icnowledge: a. the Work has progressad to tk�e point �indicated; b. the yuajity of the Woric is generally in accordance with the Cantxact Documents (subject to an evalc�atian of the Wo�•k as a functioning whole prior to or upon Fina.l Acceptance, tl� results of any s�absequent tests calIed for in the Con�•act Documents, a funal determinaiion of quantities and cIassi�ications for WorIc performed under Para�;raph 9.05, and any nther qualifications stated 'u1 the recoinmendatzon}. 3. Processir�g any such payment will not thereby be deemed to have represeni�d that: a. inspections made to checkthe quality or the quantity of tha Work as it has beenpe�ormed ha�e been e�austive, extended to ev�ry aspect of the Work in progress, or involved detailed inspections af the Work beyond the responsibilities specitically assigned to City in th� Cani�•act Documents; or b. there may not be other ma�ters or issues betweenthe parties that might enti�le Cont�actar ta be paid additionally by City or entitle City to withY►old gayxnent io Contractor; or c. Contractor has complied with Laws and Regu]atians applicable to Cantractor's pef•forznance of the Work. �. City may refuse ta proeess the whole or any part of any payment because of subsequently discovered evidence or the results of subsequent inspections or fiests, an.d revise or revoke an� such payment praviously made, to such extent as may be neceasaz-y to protect City fram loss because: a. the Work is def�ct�ve or completed Work l�as been damaged by the Con�c•actor or subcontractors requiring correction or replacement; b. discrepancies in yuantities contained in previous appficatiions far payrr�ent; c, the Cantraet Price has E�een reduced by Change Orders; d. City has been requirad to correct defective Wark or complete Work in accordance with Paragr.apla 13.09; or C1TY OP FORT WORTH STANDARQCONSTRUCTION SP6CIP[CATION I70CUMETV"TS Revisian: &23JLD21 00-�200-� G�NERAtCANDlTION S Page 54 of 63 0. Czty has actual lmowledge of the accurrence of any af the avent� enumerated in Paragraph 15.02.A. C. Retainage: S. For contracts less than $400,400 at the time af execution, retainage shali be ten percent (10%). 2, Far cantracts greater than $400,000 at the �une of execution, retainage sha�l be five percent (5%). D. Liquidated Damages. For each calendar day that any work shall remain uncompleted after the time specif'�eci m the Contract Documents, the sum per ciay specified ir� the Agreernent will be assessed against the manies due the Contractor, not as a penalty, but as damages sut'fered by the City. E. Payment: Contracior will be paid pursuant ta the requirements of this Article 14 and payment wz�l become due in accardance �vith the Contract Documents. �. Reduction in Payment: 1. City may refuse to malce payment of the a�x�ount rec�uested because: a. Liens have been filad iri co�►nectian with the Work, except where Contractor has delivered a specific bonci satisfactory to City to secure the satisfaction and discharge of such Liens; b. there are other items entitling City ta a set-off agaiulst the amount recommended; or a City has actual knowledge of the occUrrence of any of the events enwrr�erated in Paragraphs 14.02.B.�.a through IA�.02.B.4.e or Para�ra�h 15.fl2.A. 2. If City refuses to ma�Ce paym�nt of the ainount reqaested, City will give Contractor written notice stating the reasons for such action and pay Contractor any arr�aunt remauung after deduction of`t11e amount so withheld. Ciry shall pay Cont�actorthe am�unt so withheld, ar any adjustmenfi �hereto agreed to by City and Cont�actar, when Coniractor remedies the reasans for such action. I4.03 Contf-actar's YYarr�anty of Title Contractor warrants and guarantees that titl� tn all Work, matarials, and equapment covered by any App�ication for Payment, whether incorporated in the Projec� or not, wili pass to City no later than the time of payment free and cl�ear of all Liens. CITY OF EORT WORTH STANDARDCDNSTRUCTi�N SPECI�ICATION DOCiTMENTS Aevision: 82�1 ao��.oa-� GENERAL CONDITION S P�ge 55 of 63 Iq�.04 Partial Utilization A. Prior to Final Acceptance ai all the Work, City may use ar occupy aily part of the VVoric which has specit"ically been ident�ed in the Contract Docuinents, or which City det�er�x►inas constitutes a separately fianctioning and usable part af the WorIc that can be used foar its intended purpose without significant interference with Contractor's performance of ihe remainder of the Work. City at any time may notify Contracto�• in writing to permit City to use or occupy any such part of the War�C which City determines to be ready for its mtenc�ed us�, subject to the following conditions: 1, Contractar at any time may notify Ciry in �vriting that Contractor considers any such pari of the Work ready i'or its intended use. 2. l�lrithir� a reasonable time after notification as enumeratad in Paragraph I4.OS.A.1, City and Cantractor shaIl make an irispection of that part af ihe Work to determine its status of cornpletion. If City does not consider ihat part of the Work to be substantially connplete, City will noti�y Cantractor in writing gi�vmg the reasons iherefor. 3. Partial Utilization will not constitute Final Acceptance by City. 14.05 Fanallnspection A. Upon writien notice fi•om Contractor that the antire Work is 5ubstantially Complete in accardance with the Contract Dacurnents: 1. Within l0 days, City vvill schedule a Final Inspection with Contractor. 2. City will natify Contractar in wri�mg of aA particulars in which this inspection reveals 1:hat the Work is incomplete or defect�ve ("Ptanch List Itetns"). Contractor shall imrnediately take sUch rneasur�s as are necessaty to cornplete such Work or remedy such deficiencies. B. No 1;irm.e charge will be made �gainst the Contracior heriveen said date of notification to tI�e Ciiy af Substantial Completion and the date of Final Inspection. i. Should the Czty determine thatthe Wark is not ready for FinaI Inspection, Ci�ty will notify the Contractor in �uriting of the reasons and Coni�act Time will rest,une. 2. Should the City concur that Substantia.l Completion has been achieved with tha exception of any P�aneh List Itetns, Contract Time will resume for the duration it fakes for Contractor to achieve Final Acceptance. 14.Q6 FinalAcceptance Upan completion by Coni�actor to City's satisfactian, of any addrtional Work identified in the Final Inspection, City will issue to Contraetor a letter of Final Acc�ptance. ciTY or roxT wax�-x STANDARDCOlVSTRUCTIQN SPEC[FICATION DOCUMENTS Revision: �1 oanaa-� GEN�RAL CONDITIOiJ S Page SG oFb3 14.07 Final Payrrtent A. Application fot� Payr�ent: i. Upon �'inal Acceptance, and in the opir�ion of City, Contractor inay make an a�plication for final paynnent folfowing the pracedure for progress payments in accordance vvith the Contract Doeum.en�s. 2. The finai Application for �'ayment shal� be accompanied (except as pre�iously delivered) by: a. all documentation calfed for in the Contract Documents, including but not limi�ed to the evidence of insurance required by Paragraph 5.03; b. consent of the surety, if any, to final payment; c. a list of all pend'u�g or re�eased Damage Claims against City that Cont�actor beiieves are iu�settled; and d. af�'idavits of paymen�s and complete and legally effective releases ar waivers (satisfactory to City) of ali Lien rights arising out af or Liens filed in connection wifh the Work. B. Paylnent Becomes �ue: l. After Gity's acceptance of the A�plication for Payment and accompanying docunnentation, requested by Coniractor, less previous payrr�ents made and any s�n City is entitIe d, including brat not limited to liquidated darnages, will became due and payab�e. 2. Af�er all Damage Clauns have been resolved: a. diractly by the Can�ractor or; b. Con�ractor provides evidence that the Darnage Claim has been reported to Contractor's insurance provider for resolution. 3. The making of the final payment by the C.ity shall not reiieve the Cantractor of any guarantees ar other requirernents of the Contract Documents which specifcalty cQntinue thereafter. I4.0$ Fina� Completion Delayed and Partial RetainageRelease A. If f�nal completion of the Work is significantly de�.yed, and if City so conf'�rn�s, Ciiy may, upan receipt of Contractor's final Application for �'ayment, and without terminating the Contract, raake payr�ent of the balance due for tliai portion Qf the Work fially comple�ed and accepted. If the remaining ba�.nce ta be held by City fnr Worl� not fully completed or corrected is Iess than the retairiage stipulated in Paragraph I4.02.C, and if bonds have been furr�ished as required in Paragraph 5.02, the written cansent of the surety to tile payment af the balance due for that C1TY�F i�ORT WORTH S"I'ANDA.RDCOIVSTRUCTION SPECIFICATiON DOCiJMk,1VT5 Revis.ion: 81�3/262! oo�zoo-� GENERALCQNnITION S Page S7 of 63 portion of the Work fully eorrapleted and accepted shall be submitted by Contractar to City with the Applzcation far such payment, Such payment sha11 b� made under the terrns and conc�itions ga�erning finaI payment, except ihat it shall not constitute a waiver of Contract Claims. B. Partial RetainageRelease, For a Contract ihat provides far a separate vegefatz�e estab]iskiment and inaintenance, and test and performance periods fal�owing the corzlpletion nf all ather constructian in tha Contract Docuznents for alI Wark Zocai:ions, the City may reiease a partion of the amount retained pro�ided that a�l other work is completed as determined by the City. Before the release, alI subm�tal� an.d final quantities must be cflmgieted and accepted �ar alI other woric. An amount sufficient to ensure Contract ca�npliance vc�ill be retained. 14.09 YI'aiver of Clr�ims The acceptance o�final paymentwill constitute a release ofthe City frazn alI clauns or liabilities under the Contract for any�hirig done ar furnished ar relatmg to the worIc under the Gontt�act Dneuments or any act or neglect of City related to or connecied with the Contract. ARTICLE 1�— SUSPENSION OF WORK AND TERMINATION 15.01 City May Suspend YYark A. At any time and without cause, Ci�ly may suspend the Worlc or any poirt�on thereaf by written notiee �o Cantractar and which may %x the date on which Work will be resuined. Contractac sk�all resume the Wark on the date so f�ed, During tenr�porary suspension of the Work covered by thase Cant�act Documents, for any reason, the City wi� malce no extra payment �or stand-by time of construction ec�uipment aand/or canstruction crews. B. Should the Contractor not be able ta complete a portion of the Projeei due to causes beyond the contro] of and wrthout the fault or negligence of the Contractor, and sho��d �t be determined by mut�al consent of the Contractar and City that a soltrtion to allnw construction to proceed is not available within a reasonable period of time, Can.tractar may request an exiension ir� Contract Time, d'u•ectly attributable to any such suspension. C. If it should become necessary to suspend the Work for an indefinite period, the Contractor shall store a�l materials in such a manner that they wilI not obstruct or imped� the public unnecessarily nor become dannaged in any way, and he shaIl take e�ery precaution to pre�ent damage �r deterioration of tk�e work per%rmed; he shaIl provide suitable drainage abotzt the wark, and erect temparary stxuctures where necessary. D. Contxactor inay be reim%ursed f4r the cost of moving his equipment off the job and returning the necessary equipment to the job when it is determined by t1-►e City that construction may be resumed, Such reimbursament sha11 be bas�d on actual cost to the Contractor o�' mnving the equipment and no prof'it will be allawed. Rei�nbursement ma.y not be all�wed if the ec�uipment �s moved to another construction project for il�e City. CITY OF FORT VJOR'I'H ST'ANDARDCONSTR[IGTION SPECIF[CATiON DOCUM�i`iT5 Revision: 8113i1D21 oo�aoo-� GENERALCOhlDITION 5 Paga 5$ of 63 15.02 City Nlay �"erminate fo� Cause A. The occurren.ce af any ane or rnore of �he following e�ents by way of example, bui not of limitation , may justify terrnination for cause: 1. Contractor's persistent failure to parfarm t�e Woric in aecordanee with the Contract Documents (including, but npt limrted to, failur� to supply suffieient skilled worlcers or suitable i�naterials or equipment, failure to adhere to the Praject Sehedule established under Paragraph 2.07 as adjusted Fi•om time to tirne pursuant ta Parag�aph 6.04, or failure to �.dhere to the City's Business Diversity Enter}arise Ordinance #20020-12-2411established under Paragra� 6.06.D); 2, Conteactor's disregard of Laws or Regulations of any public body having juri�diction; 3. Cor�tractor's repeaied disregard of the authority of City; or 4. Contractar's vialation in any substantial way of a�ny pro�isions of the Canlract Documents; or 5. Contractar's fail�are to prarrfptly make good any defect in m.aterials or worknnanship, or defects of any nature, the correction of which has been directed iri writing by the C�ty; or 6. Substantial indication that the Contractor has made an unauthorized assignment of the Contract ar any funds due therefrom for the ben�fit of any creditor or for arzy other purpose; or 7. Substantial evidenc� that t13e Contractar has become insol�ent or baril�vpt, or otherwise fuaancially unable to carry on the Work sati�faciorily; or $. Contractor commences legal action in a court of competent jurisdiction against the Ci�y. B. If one or more of the events identified in Paragraph 15.U2A. occur, City wiJl provide written n.otice to Contractor and Surety to arrange a conference witln Contractor and Surety to address Contractor's failure to perform the Work. Comference shail be held not later t�an 1S days, after receipt of natiae. 1. If the City, the Contractor, and the �urety do noi agree �o allow the Contractor ta praceed to perform the canstructian Contract, the City rnay, to the extent pertnitted by Lavvs and Regula.tians, decla.re a Coniracior default and �'orrr�ally terminate th� Contractor's right to complete t1�e Conti•act. Contractar defau�lt s�all not be declared earizer than 2� days after �he Cont�aetor and Surety ha�e received natice of cor�ference ta address Contractor's failure ta perfarm the Work. 2. If Con�t�ractor's services are t�rn�inated, Surety shall be obligated to take avar and perform the Work. If Surety does not corr�mence performance thereaf within I5 consecvti�e calendar days afte� date of an additional rvritten notice demanding S�arety's perfocmance of its CTTY aP FDRT W�RT%I STANDARDCONSTRUCTION SPECIFICATION DOCi]MCi�ITS Revision: S�L31�(121 ao�2oo-i G�NERAL CONDITION S Page 59 nf G3 obIigations, then Cit�, wzthout proc�ss or actian at law, may tal�a aver any portion of the Wark and complete il as descrbed below. a, If Ci�y completes the WorIc, City tn.ay exclude Cantractoz• and Surety fram the site and take possession of the Work, and all mat�rials and equipxnent incorpn�•ated into the Worlc stared at the Siie or for which City has paid Cantractar or Surety but which are stored elsewhere, and finish the Wark as City may deenn expedient. 3, Whether City or Surety completes the Work, Contz'actor shall not be entitled to receive any further payrnent until the Worlc is finished. If the unpaid balance of the Contract Price exeeeds all cIaims, eosts, losses and damages sustairied by City arising out of or resulting frorn completing the Work, such excess v�ill be paid to Contractor. If such claims, costs, losses and damages exceedsuch unpaid balance, Contractor sha�l pay the difference to City. Such claims, costs, losses and damages incurred by City will be inaarporated in a Change Order, pravided that when exercising any rights nr xemedies under this Paragaph, Czty shall not be required to obtain the lowest price for the Work perforrrzed. 4. Neither City, nar any of its respecti�e consuitant�, agents, of�cers, directars or employees shall be in any way liable or aceountable ta Contractor or St.uety fnr the inethod by which the co�npletion of the said Work, or any portion thereof, may be accomplished or for ihe price paid therefor. 5. City, notw�ihstanding the meihod used in completing th� Contract, shall not forfeit the right to recover damages from Contractor or Surety for Contractor's failure to tirr►ely complete t.he entire Cantract. Contractor shall not be entitled to any clau�a on account of the method used by City tn completing the Con�act. 6, Maintenance of the Worlc sY►all cantinue to be Contracl:or's and Surety's responsibiI�ties as provided for in the band raquuements of the Coniract Dacuments or any specia� guarantees provided i'or under the �ontraet Do�uments o� any other obligations otherwise prescribed by ]aw. C. Not�vithstanding �'arageaphs 15.02.8, Contractor's services will not be terminated �f Contractor begins within seven days of'receipt of notice of intent to terminate to coi�rect its failare to perforrn and praceeds diligently ta cure such failure within no rr�ore than 30 days of receipt of said nntice. D. Where Contractor's sereices k�aue been sn terirunated by City, ihe termination will noi affect any rights or rernedies of City against Contractor then existing or which n�ay thereaft�r accrue. Any retention or payment of moneys due Contractor by City will not release Contractnr from liability. E. Tf and to the extent that Contractor has pro�idad a perforznance bond under the prov�sians of Paragraph 5.02, the terrninatiQn procec�ures ofthat bond shall not supersede the provisians of this ArticIe. CITY dF FORT WORTH STAIQpARDCONSTRUCTTON SPECIF[CAT[ON DOCIJMFNTS Reyision: &23/�2] oo�zoa-i GEN�RAL CONDITI01� 5 Page 60 of 63 15.03 �ity May Terminate For Cortvenaence A. City may, without caus� anci without prejudice to any other right or re�nedy of City, terrninate the Contract. Any termination shall bc effectedby mailing a notice of the termination to the Contractor speeifyir�g the e�tent to which performance of Work urider the contract �s ternvnated, and the date upon which such terrnination becames effective. Receipt nf the notice shaIl be deemed conclusively presumed and established when the letter is placed in the United States Postal Service Mail by the City. Further, it shaI� be deemed conclusively presu�ned and �stablished that such termination is rnade with just cause as therein stated; and no proof in a�y claim, deinand oz suit shall be reyuired oi�he City r�garding such discretionary aetion. B. Aiter receipt of a notice o�' termination, and e�cept as otherwise directecf by the City, the Contractor shall: 1. 5top work under the Gontracton t�e date and to the extent specifi�d in the notice a�termination; 2, p�ac� no further orders or subcontracts for materials, services ar facilities except as may be necessary for cornpletion of such portion of the Work undcr the Contract as is not terminated; 3. terminate all arders and subcon.tracts to the extent that they relate to the perforrrrance of the Work terrninated by notice of termmation; 4. transfer ti�le to the City and deliver in the ananner, at the times, and to the extent, if any, directed by the City: a. the fabricated or unfabricated parts, Work in progress, compl��ad Work, supplies and other material producsd as a part of, or acquired in connection with the performance of, the Work tarminated by the notic� of the ter�nnination; and b. the aompleted, or partially completed plans, draw�gs, i�for�natian and other property which, if the Contract had been comp�eted, vvould have been requirad to be furnished to tl�e City. S. complete performance of such Work as �hall not have been t�rrrLinated by the notice of termination; and 6, take such action as may be n�cessaey, or as the City may direct, for the protection and �reservation af the property related to �ts contract vvhick is iu� the possession of the Contractor and iri vvhich the owner has or inay acquire the rest. C. At a time not later than 30 day� afterthe termination date specif"xed in the notice of termination, the Con.tractor may suhmit ta tl�e City a list, certi£'zed as ia quantity and quality, oF any or all items of termination inventory not previously disposed of, exclusive of rtems the disposition of which has been d�rect�d or authorized by City. CITY O�' FORT WORTH STAA[i�AI2DCDN5TRi1CTIaN SPECIFICATION [)OCi.Il41L•"N�'S Revision: $2�.1 Od7200-I GENERALCDN�ITIONS Page G [ of 63 D. Not ]atar than 15 days thereaf�er,the �i[y shall accepttitle to such zterns provided, tllat thc list submitted shall be subject to ver�ication by the Crty upon rem.o�al of the it�ms or, if the iterns are siared, wifhin 45 days from the date of submis�ion of the list, and any necessary adjEastments to correet t.�ae list as �ubmit-�ed, shall be made prior fio final settlement. E. Not later than 64 days after the notice of termination, the Contractor shall subirut his teimination claim to the City in the foz�m and with the certification prescrbed by the City. Unless an extensian is made in writing within such �0 day period by the Contractor, and granted by the City, any and au such claims shall be conclusively deerrzed waived. F. In such case, Contractor shall be paid for {witllout duplication of any i�ems): l. carnpleted and acceptable Work executeci in accordance with the Contract Documents prior to the effectiv� date of termination, including fair and reasonable sums for overhead and prafrt on such Wark; 2. ��enses sustained priar to the effective date oi termination in performing services and furnishing labar, materials, or equipment as r�quired 6y tk�e Contrac� Documents in eonnection vvith uncom�iated Work, plus £air and reasonable sums for overhead and profit on such expenses; and 3. reasonable e�penses directly attributable ta termination. G. In the ev�nt af the fail�re of the Contractar and City to agxee upo� the whole amount to be paid to the Contt•actor by reason of the termination of the Woi•k, �he Czty shall determine, on the basis of mformation available to it, the amount, if any, due to the Contractor by reasonof the termination and shall pay to tne Contractor the amounts determined. Contractor shall not be paid on account of loss af anticipated profrts or revenu� or other economic Ioss arising out of or rasulting fram such termination. ARTICLE 16 — DISPUTE RESOLUTION 16.01 Meihods and Procedures A. Either City or Contractor ir�ay request rnediation of any Contract �laim submi�ted for a decision under Paragraph 10.D6 before such dec�sion becomes final and binding. The request for �nediatian shall be submitted fo the other party to the Canteact. Timely submission of ihe request sha.11 stay the efFect of Paragraph 10.�6.E, B. City and Cantractor shall participate in the mediation process iri gaad faith. Tl�e process shall be commenced within 60 da�s o�filing of th.e request. C. If the Contraci Claim is not resolved by media#ion, City's action under Paragraph 10.06.0 or a denial pursuant to Paragraphs 10.06.C.3 or 10.06.D shall become �'inal and bindirzg 30 days after terrr�ation of the mediation unless, within that time period, City or Contrac�or: eim�r or• roxr wox�x STANDAl2DCaN5TRUC'ftQN S?ECIFICATION DOCiTMENTS Ravision: Brii2Q21 oa�zaa-i GENERAL C4NQITlON 5 Page 62 of G3 1. elects in writing to in�olce any other dispute zesalution process provided for in the Supplementary Conditions; or 2, agrees with the other party to submit the Con1ract Clair►a ta another daspuie resolution process;or 3. gives written notica to the other parry af the intent to submi� the Cont�ract Claim to a court of cornpetent jurisdzction. ARTICLE 17 — MISCELLANEOUS ] 7.01 Gfving Notice A. Whenever any pro�ision of the Contract Documents requues the giving of �+ritten natice, it w�ll be deemed to Have been validly �en if: 1, delivered in persan to the iridividual or to a member af ihe firm or to ar� officer of the corporation for whorn it is intended; or 2. deli�ered at or seni by registered or c�rtified mail, postage prepaid, to ihe last business address known to the gi�er of the notice. B. Business address changes must be prampt�y made in vsrriting to the nther pazrty. C. Whenever the Contract Documents speeif'ies gi�ing notice by eIectronic means such electronic notice sl�aU b� deemed sufficient upon confirmation of receipt by the receiving party. 17.02 Compa�tatfon ofTrmes When any period p�' iime is referredtQ in the Contract Docu�nents by days, it wi� be computed to ez�clude the f�rst and include the last day of such period. If the I�st day of any such period falls on a SatUrday or Sunday or on a day rnade a legal holiday the next War�ng Day shall b�come tk�e last day af the period. 17.03 Cumulative Rernedies The duties and obligations imposed by these General Conditions and the rights and remedies available hereunder ta the parties hereto are in addition to, and arenot to be consfirued in any wa�as a limita�ion af, any rights and remedies ava�able to any or all of them v�+hich are ofberwise imposed or available by Laws or Regulatians, by special warranty or giaarantee, ar by other provisions of the Contract Documents. The provisions of this Paragraph will be as effectzve as if repeated specif'ically in the Contract Documents in connection with each particular duty, o'biigation, right, and remedy to which they apply. CT'I'Y OF FORT WORTH STANDARDCdNSTRUC7'IDN SPECLFICATIQN DOCUMENTS Revision: 8123l1[7l1 0672DO-I GENERALCONIlITION S Psge b3 pf G3 17.04 S��vival of�bligaiions All represe�tations, indetnnifications, warranties, and guarantees made in, required by, or given in accordance with the Contract Documanis, as well as all continuing obligations indicated i►3 the Cont�•act Documents, will survive fmal paymerat, coinpletion, and acceptance of the WorIc or termination ar completion of the Coniract or termination of the services oi Cont�•actor. 17.OS Headings Article and paragraph headings are inserted fo� convenience only and do not constitute parts of these General Conditians. CITY OF FORT WORTH 5'CAMDAIt.DCONSTRUCTIQN SPECITfCAT[ON DOCUM$NT5 Revision: 823/�i121 QO 73 00 SiiPPLEM6N1'ARY CO[�T➢1TTONS Page 1 of 6 SECTION 00'�3 00 SUP�LEMENTARY CONDITIONS TO GENERAI. CONDITIONS Supplementary Conditions These Supplen�entary Conditions modiiy and supplement 5ection OQ 72 00 - General Conditians, and qther pravisions of the Contract Docunnents as indieated below. Al! provisions oF tlie General Conditions that are modiiied or supplemented remain in full force and effect as so modiiied or supplemented. All pravisions of the General Condi#ions which at'e not so nlodified or supplemented remain in fulj force and effect. Defined '�erms The terms used in these Supp3ementary Canditions which are defin�d in the General Conditions hav� the meaning assigned ta them in the General CondiTians, unless specifically noted herein. Modifications and Supplements The following are instructions that madify or suppiement specific paragraphs in the General Conditions and other Cantract Docun�en�s.. SC-3.03B.2, "Resolving Discrepancies" PIans govern over 5peci%cations. SC-4.01A Eas.ement limits shown an tiie Drawing are approximace and were provided to establish a basis for bidding. Upon recaiving the final easements descrip�ions, Cantractor shaIl compare them to the lines shawn on ti�e Contract Drawings. SC-4.O1A.1., "Availability of Lands" The fallowing is a list oF known outstandin� right-of-�vay, and/ar easements tv be acquired, if any as o� July 1, 202Q: Outstanding Right-Of-Way, andlor Easements to �e Acquired PARCEL OW[�4LR NUMSER NONE TARGET DA'�E OF POSSE55ION The Contractox understands and agrees that the dates iisted abvve aze estimates only, are not guaranteed, and do not bind the City. If Contractor cansiders the %nal easelnents provided to differ materiallq &am the representa�ians on the Contract Drawirigs, Contractor shall within �ive (5} Business Days and before proceeding with the Work, notify City in writing associated with the difFering easement Iine locations. SC-4.01A.�, "Availability oi Lands" C1TY OF FQRT WC?RTH STANDARD CaNSTRUCTIDN SPECIP[CAT10N DQCUMEN'I'S 2021 NORTH RIVERSIDE RESURFACIIVG PR03�CT Revised March 9, 2020 Cl7'Y PROJECC NO. 102877 00 73 00 SUPPLEMENTARY CONQlTId1V5 Page 2 of b Utilities or obstructions to be remo�ed, adjusted, and/or relocated The following is list of utiIities and/or obstructions that have not been removed, adjusted, andlor relacated as of 3uly 1, 2020: EXT'ECTL�D UTILITY AIVD LOCATI�N OWN�R NONE TARGET DATE OF AD7U5TMENT The Contractor und�rstands and ageees that the dates listed above ar� estiniates anly, are nat guaranteed, and do not bind the City. SC-4.02A., ��Snbsuriace and Physical C.onditions" The following are reports of explorations and tests oi su5surface Cnndirions at t1�e site of the Work; A"None" Report No. , dated , prepared by "Nane" a sub-consUltant of "None", a cansultant of the City, pro�iding additianal mformation an "None" The following are drawings af physical conditians in or relaCing to existing surface and subsurFac� structures (excapt Under�round Facilities) �vhich are at or cantiguous to the site of the W�rk: "None" SG4.06A., "Hazardo.us Environmemtal Conditions at Site" The following are reparts and drawings of existing hazardous anvironmental c.ondi�ions knowtt to the Ciry: "None" SG5.U3A., "Certificates of Insurante" The entities listed 6elow are "additional insureds as their interest m respective officers, directors, agents and employees. (7} City (2) Cons�ltant: 'None" (3} DEher: "None'° �C-S.04A., "Contracfor's Insurance" ay ap�zear" including their The ]zmits of liahility far the insurance required by Paragraph GC-5.04 shall provide tE�e following coverages far not less than the follawing amounts ar greater where req�iired by laws and xegulatiarns: 5A4A. Workers' Compensation, urader Paragraph GC-5.04A. Statutory limits �mployer's liability $1QO,QDD each accidentloccurrence $1QQ,000 Disease - each empIoyee $500,U00 Disease - policy Iimit SC-S.04B., °�Contractor's Tnsurance" CLTY pF FORT WORTH STANDAI2D CONSTRUCTION SPECIFICATION DOC�IMENTS 2D2I NOATH RIVER�IDE 12ESURFACING FR07ECT Revised Mareh 4, 2020 CITY PROJEC'1' Nd, IQ2$77 DO 73 00 SUI'PLEivIENTARY CONiDITTONS Page 3 nf 6 5.045. Commercial General Liahility, under Paragraph GG5.b4B. Contractor's Liability Insurance under Paragraph GGS.(k�B., wluch shall be on a per pxoject basis cavering the Contractor with minimum limits of: $1,Q00,00{1 each occurrence $�,40Q,OOp aggregate limit 'I'he poIicy must have an endorsement (Amendment — Aggregate Limits of Insurance) maicing the General Aggregate Limits apply separately tn each job site. The Commercial General i.iahility Insurance policies shall provide "X", "C", and "U" c.overage's. Verification of such coverage must be shown in the Remarks Article of the Cei�ificate of Insurance. SC S.Q4C., "Contractor's Insurance" 5.44C. Automobzle Liability, under Paragraph GG5.04C. Cont7ractor's Liabiiity Insurance under Paragraph GG5.04C., which shall be in an amount not Iess than the following amounts: (1) Antomobile Liability - a commercial business policy shall provide coverage on "�1ny Auto", deiined as autos owned, hired and non-owned. $1,00�,�Oq each accident on a combined single limit basis, Split limiTs are accepta6le if limits are at least: $250,000 �adily Injury per person / $S�Q,ODO Bodily Injury per accident / $1Q0,004 Property Damage SC-5.04D., "Contractor's Insurance" The Cantractor's construction acdvities will requize its empjoyees, agents, subcontractors, equipm�cnt, and material deliveries ta cross railroad properties and tracks "None". The Contractor shall conduct its operatians on railroad properki�s in such a manner as not tn interfere with, hinder, or obstruct the railroad campany in any Tnanner whatsoever in the use or operaiion of it5ltheir trains or other property. 5uch operations an railroad pxoperties may require tllat Contractor ta execute a"Right of Entry Agreement' with the particular railroad company vr companies involved, and to this end the Coniractar should satisfy itself as to the requirements of each railroad company and he prepared to axecute the right-of-entry (if any) required by a taikoad company. The requirements specified herein likewise relate ta tEie Contractor's use of pri�ate andlor construction access roads crossing said railroad company's properties. The Contractual Liability caverage reqnixed 6y Paragraph 5.04D of the General Conditions shall provide coverage for nat less than the following amounts, issued by companies satisfactary to Fhe City and to the Railroad Company fox a term that ct�ntinues far so Iong as the Contractor's operations and work crass, occapy, ox touch railrnad property: (1) General Aggregate: (2} Eaeh Occurrence: Required for this Contract NIA N!A X Not required for this Contract With respect to the above outlined insurance requirements, the fallowing shall govern: CIT1 OF FQA'C WORTH STANDARD CONSTI2UCTI�N SPECIFICATLON DOCUMENTS 2p21 NORTH RIV�RSII]� R�SURI�;4C1NG PRO.�ECC Revised ]Vlarch 9, 2D20 CITY PRO]ECT NO. 102877 00 73 00 SUPPLEMENTARY CONDITIONS Page 4 of b 1. Where a single raih•oad eompany is invoTved, the Contractor shall provide ane insurance policy in the name of the raikoad company, How�ver, if more than ane grade separation or at-grade crossing is affected by the Projeet at entirely s.eparate [ocations on the line or lines of the same railroad campany, separate co�erage may be required, each in the amaunt statad above. Z. Where more #han one railroad company zs operating on the san�e right-oF-way or where severa] railroad con�panies are invol�ed and operated on their own separate rights-of-way, the Contractor may be required to pravide separate insurance policies in tha name of each railroad company. 3. if, in additian to a grade separation or an at-grade crossin�, other work or activity is proposed on a railroad company's right-of-way aT a location entarely separate from the grade separation or at- grade crossing, insurance coverag� for this work must be included in the policy covering rhe grad� separa�ion, 4. If no grade separatian is inr+olvec! but other work is proposed on a raiIroad company's right-of- way, all such other worie may be cavered in a single po�icy For that railroad, even though the wor�C may be at two or more separate lacations. No work or acti�ities on a railroad company's property ta be perfarmed by the Contractor shall be comrnenced until the �ontractor has furnished the City with an originaI policy or policies of the insuxance for each raiiroad comparay named, as required above, All sach insurance must be approaed by the City and each affected Railroad Company prior to the Conhactar's beginning work. The insurance specified above must be can•ied �antil all Work to be performed on the raiLroad right-of-way has been completed and the grade crossing, if any, is no longer nsed by the ContractQr. In addirian, insurance must be carried during all maintenance and/or repair work parformed in the railroad right of-vvay, 3uch insurance must name the raitraad comgany as the insured, together r�vith any tenant ox lesse� of the railroaci company operating over traeks involved in the Pcojeet. SC-6.U4., ��Project Schedule" Project schedule shall be tier 3 for the pxoject, � SC-6A�'., "Wa�e Rates" The folIowing is the prevailing wage rate table(s} applicable ta this project and is pravided in the Appendixes: GC 6.p7 24I3 Prevailing Wage Rates (Hea�y and Highway Construction Project} A capy of tEie tabl� is also a�ailable by accessing the City's w�bsite at: https://apps.fortworihtexas.�o�/Pro i ectResources/ You can access the file by folZowing; the directory path: 02-Construction DocumentslSpeeifications/Div00 — Genezal Conditions SC-6.69., °�eruuts and U#flit�es" SC-6.09A., `°Contractar obta�ined permits aud licenses" The following are lcnown permits and/or licenses required by the Contract to be acquired by the Contractor; "None" SG6.09B. `°City obtained permits and licenses" CFPY OF FpRT pV012TH 2O21 NORTH RIV$RSm� PtESURFACING FRD7SCT STANDARIa COI�lSTRLTCTIDN SPECIFICAT10iV DOCUMENTS Revised IVlarch 9, 2Q20 CITY 1'ROTECT NO, 1Q2877 ao �3 on SUPPLEMEI�'I'ARY CONDITIONS Page 5 of 6 The follawing are knowu �ermits andfor licenses required by the Contract to be acquired by the City: "None" SG6A9C. "Outstanding pernvts and licenses" The foliowing is a list of known out�tanding permits and/or licenses to be acquired, if any as vf July 1, 2D24: Outstancling 1'ermiis xndlvr Licenses to Be Acquired OWNER PERMIT OR LICENSE AND LOCATION "None" SGi.02., "Coardinatian" TARGBT DATE OF POSSESSION The indi�iduals or entides listed below have contracts witx► the City for the performance of other work at the Site: "Noae" Vendor Sco e of Work Coordinatia� Authori Nane None � None 5C-8.01, "Comrnun4cations to Contractor" "None" SC-9.O1.., "City's Project Manager" The City's Praject Manager for this Contract is Tariqnl Islam or hislner successor pursuant to wx-itten notif cation irom the Director of Transportation and Public Works SC-13.43C., "Tests and Tnspections" "None" SC-16A1C1, "Methads and Procedures" "None" END OF SECTION Revision Lag DAT� I NAME CITY OF FORT WORTI-T STAAl1]ARD CONSTRUCi'ION SPECIPICATIO[d DOCUMENTS SUMMARY OF CNANGE 2021 IYOIZTH RiVERSIDE RESURFACING PR07ECT Revised Marc� 9, 20ZU Ci'1`Y P�OJEC"1' Na. ] 02877 00 73 QO SUPYL�MENTARY CON�IT[ON5 Page G of 6 1I22/201fi � F. Griffin �5C-9.0�., "City's Project Representative" wording changed ta City's Praject Manager. 31912Q2D I D.V. Ma�ana I�� 6;07, Updated the link such that files can be accessed via the Gity's C1TY pP FORT WORTH STAIVDAItI] CONSTRUCTION SP$CIFfCATION DOCUNiENTS 2021 NORTH RIVERSIDE RESi1I�PACING PROIECT Revised March 9, 2020 CITY PRd7EG'I`NO. ]02877 o>>ioo-� SlIM1VfAftY OF WORK Page 1 of 3 2 sECTiorr ox x� aa SUMMARY OF WORIC 3 PART 1- GENERAL 4 1.1 SUMMARY S 6 7 8 9 la 11 12 I3 14 A. Section Includes: i. Suinmary of Work to be perf�rmed in accordance with the Cantract Documents B. Daviations from this City of Fort Worth Standard Specification 1. MOBILIZATION AND DEMOBILIZATI4N SHALL BE SUBSIDIARY T4 THIS PROJECT PAY ITEMS, NO SEPARATE PAY. NO PAYMENT WI�,L BE MADE FOR MQBTI.JZATION AND DEMOBILIZATION �'ROM ONE LOCATION TO ANOTHER IN NORMAL PROGRESS OF PERFORMiNG THE WORK. REMDBILIZATION PAY ITEM SHALL BE PAID FOR SUS�'ENSION OF WORK Sl'ECIFICALLY REQUIRED IN THE C4NTRACT DOCT.TMLNTS OR AS REQU I RED BY THE CITY. 15 C. Related Specification 5ections include, but are not necessarily limited to: 16 1. Division 0- Bidding Requirements, Contract Forms, and Conditions of the Contract 17 2. D'ivision 1- General Requirements 18 1.2 PRXCE AND PAYMENT PROCEDURES 19 A. Measureinent and Payment 20 1. Work associated with this Item is considered subsidiary to the various iiems bid. 21 No separafe payment will be allawed fQr this Ttem. 22 i.3 REFERENCES [NOT T3SEDj 23 1.4 ADMINISTRATNE REQT]IREMENTS 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 A. Work Covered by Contract Documents Work is to inelude furnislting all labar, �naterials, and equipment, and performing all Work ne�essary for this construction projact as detailed in the Drawings and Speci�cations. B. Subsidiaty Work 1. Any and all Wark sgecifically governed by documentary requirements far the project, such as condifions imposed by the Drawings or Contract Dacuments in which na speciiic item for bid has been provided for in the Praposal and the item is nat a typical unit bid item included on the standard bid itern list, then the item sha�l be eansidered as a subsidia�y item nf Work, the cost af wkiich shall be inclL�ded in the price bid in the Proposal far various bid items. 2. MOBILIZATION AND DEMOBIL�ZATION SHALI. NOT BE PAID DiRECTLY BUT SHALL BE CONSIDERED SUBSID[ARY TO THE MAJaR ITEMS OF WORK. NO PAYMENT WILL BE MADB FOR M�BILIZATION AND DEMIBILIZATION FROM �NE LOCATION TD ANOTHER 1N N�RMAL FR�GRESS OF PERFORMING THE WORK. C1TY OF FORT W�RTH STANDARD CONSTRUCT[bN SPBCIFICATION �OCUM�NTS Revisad December 2fl, 2012 2021 NORTH RIVETtSIDE RESURFACING PR07ECT CITY PItOJECTNO. 102877 at ito.o-z SUMMARY pF WORK Page 2 of 3 1 C. LTse of Premis�s 2 I. Coordinata uses of premises under direction of the City. 3 2, Assume full responsibility for protection and safekeeping of znaterials and 4 equipinent stored an the 8ite. 5 3. Use and occupy onIy portions of the public streets and alleys, or ather public places 6 or other rights-of-�vay as provided for in the oz'dinances of the City, as shown in the 7 Contract Doc�ments, or as may 6e spectfically authorized in writing by the City. 8 a. A reasonable amo�ant of taols, materials, and equipment for construation 9 purpose� tnay be stored in such space, bLit na more than is necessary to avaid 10 delay in the constructian operations. 11 b. Excavateti and waste materials slaal] be stored in such a way as not to interfere T2 with the use of spaces that may be designated to be left fi•ee and unobstrueted 13 and so as not ta inconvenience aceupants o�' adj aceni property, 14 c. If the street is occupied by railrQad tracks, the Work shall be carried on in sucla 15 manner as not to interfer� with the operation of the railroad. 16 1) AIl Work shal] be in accoxdanc� witli railroad requirements set forfh in 17 Division 0 as well as the railroad permit. 18 D. Work witliin Easements 19 1. Do not enter upon private property for any purpase without having pre�iously 2fl obtained permission fram the owner of such property. 21 2, Do not store equipment or material on private pzoperty unless and unti� the 22 speci�ed approval af the properiy owner has been seeured in writing by tlie 23 Contractor and a copy furnislled to the City. 2� 3. LTnless specif eally provided otherwise, clear a1I rights-o� way or easements af 25 obstructions which �nust be r�moved ta make possible proper prosecution of the 26 Wor% as a part of th� project constructi.on operations. 27 28 29 30 3l 32 33 34 35 36 37 38 39 40 41 42 43 44 45 4. Preserve and use every precaution to prevent damage to, al� trees, shrubbary, plants, lawns, %nces, culverts, curbing, and alI other types of structures or improwements, to all water, sewer, and gas ]ines, to aII conduits, o�erhead pole lin�s, or appurtenances ihereof, includin� the construction of temporary fences and to aIl other public oz' private property adjacent to the Work. 5. Notify the proper r�presentatives of the orvners or occupants ofthe public ar pri�ate lands of interest in lands which might be affected 6y the Work. a. Such notice shall be nnade at least �8 haurs zn advance of the beginning of the Wark. b. Notices shall be applicable to both public and private utility companies and any corparation, company, individual, or other, either as owners or occupants, whose Iand or interest in land rnight be affected by the Work. c, Be eesponsible for a11 damage or inju�y to property of any character resuItin.g from any act, amission, neglect, or mis.conduct in the manner or method or execution af the Work, or at any time due to defective work, �naierial, or equipment. 6. Fence a. Restore aII fences encauntered and removed during construction of the Project to the original or a better than original condition. C1TY OF FORT WOKTH STANDsARD CflNSTRUCTION SPECIFTCATION BOCITMENTS [tevised Becember 20, 2012 2d21 NqRTH RIVERSIDE RESURFACING PROJECT CI`I'Y PRdJECT I�iO. 102877 1 2 3 4 5 6 7 8 011100-3 SUMMARY Or' WORK Page 3 of 3 b. Erect temporary fencing in place of the fencing removed whenever the Worl� is not in progress and when the site is vacated overnight, and/ar at all times ta pravide site security. c. The cost for a11 fence work within e�sements, inciuding remoWal, temporary ciosures and raplacement, shall be subsidiary to the various items bid in the project praposal, unless a bid rtem is specifically grovided in the praposal. LS SUBMITTALS [NOT U�ED] 1.6 ACTION SUBMITTALSIINRORMATIONAL SUBMiTTALS [NOT US�D] 9 1.7 CLOSEOUT SUBMITTALS [NOT US�D] 10 1,8 MAINTENANCE MATERTAL SUBMITTALS �NOT USED] 11 1.9 QUALITY ASSURANCE [NOT USED] 12 114 DELIVERY, STORAGE, AND HANDLING [NOT USED] 13 l.11 FIELD [SiTEj CONDITIONS [NOT USED] 14 L12 WARRANTY �NOT USED] 15 PART Z- PRODUCTS [NOT USED] 16 PART 3- EXECUTION [NOT USED] 17 l8 END OF SECTI�N Revision Log DATE NAME SUNIlvIARY OF CH.�NGE 19 CI'iY QF FORT WOIiTii 202] I�fORTH RIVERSIDE RESURFACINGPRD3ECT STANDARD GONS"I'RUCTION SPECIFICATI�N DOCUMEN"I'S Revised December 2�, 2012 C1TY PRO.TECT NO. 1fl2877 oi�,soo-t 3i7BSTITIlTIQIQ PROCEDURE:S Page t oF5 � z 3 PART1- GENERAL 4 1.1 STTMMARY ,sECTioN a� �.� o0 SUBSTITUTION PROCEDURES 5 A. Section Includes: 6 1. The procedure for requesting the appzoval of s�►bstitution of a product #hat is not 7 equivalent tn a produet which is s.p�ciiied by descriptive oz performance critaria or S defined by referenc� to I or more of the following: 9 a. Name of manufacturer 1Q b. Name af vendor 11 c. Trade name 12 d. Catalog number i3 2. Substitutions are not "or-equals". I4 B. Deviations from �is City of Fort �Vartb. Standard Speciiic��ion 15 1, None. 16 C. Relat�d Specificatian Section� include, but are not neeessarily Iimited to; 17 1. Division [} — Bidding Requuements, Contract Forms and Conditions of the Contract 18 2. Division 1— General Requirements 19 1.� PRICE AND PAYMENT PROCEDUR�S 20 A, Measurement and Payment 21 �.. Work associated with this Item is eonsidered subsidiary to the various items bid. 22 No separate paytnent will be aI.lowed for this Item, 23 1.3 REFERENCES [N�T USED] 24 1.4 ADMINISTRATIVE REQIIIREMENTS 25 26 27 28 29 30 3 J. 32 33 34 35 36 37 A. Request far Substitution - General 1. Within 30 days after award of Contraet (unless noted otherwise), tbe City will cansider fornnaI requests from Cantzactor for substitut�on of praducts in piace of those specified. 2. Certain rypes of equipment and kinds of material are describ�d in Specificatiqns by means of references ta names of maizufaeturers and vendars, trade names, or catalog numbers. a. When this method of specif'ying is used, it is not intended to exclude from consid�ration other products bearing other rr�a�ufacturer's or vendar's names, trade names, or cataZog numbers, provided said products are "or-eq�als," as determined by Ciry. 3. Other types of equipment and kinds of material may be acceptable substitutians under the following canditions; C1TY OF FORT W�RTH ST:�NDARD CONSTiZUCTION SPECFFICATION DQCUM�NTS Revised 7uly 1, 2011 2021 I�'ORTH RIVERSII]E AESURFACING PRO]�CT CTCY YItOdECT IYd. 102877 012500-2 SUBSTITUT[ON PROC�L7URHS Page 2 of 5 1 a. Or-equals are unavailable due to strike, discontinued production of prnducts 2 meeting specified zequirements, or other iactors beyond contral of Contractor; 3 or, 4 b. Contractor propos�s a cost andlor time reduction incenti�e to the City. S 1.5 �UBMYTTALS 6 A.. See Request for Substitution Form {attached) 7 B. Pracedur� for Requesting Subs.titukion 8 1. Substitution shall be con�idered only: 9 a. After award of Contract 1D b. Under the condi�ions stated herein 11 12 l3 14 15 16 17 18 I9 20 2I 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 2. Submit 3 copies of each written request for substitution, including: a. Documentarinn 1) Complete data substantiating compliance of proposed substitution with Contract Dacuments 2) Data relating to char�ges in construction schedule, when a reduc�ion is proposed 3) Data relating to changes in cast b. �or pz'oducts lj Product identification a) Manufacturer's name b) Telephone number and representative contact name c) Specification Sectior� or Drawing refer8nce of originally speci�ied praduct, including discrete name or ta� namber assigned to original praduct in the Cantract Docurnents 2) Manuf�cturer's literature clearly rriarked to show compliance of prnposed praduct with ConCract Documents 3) Itemized coznparison of original and proposed product addressing product characteristacs including, but not necessarily limited to: a) Size b) Composition or materials of canstrucrion c) Weight d) Electz�cal or mechanical requirements 4) Productexperience a) Lncatian of past projects ukilizing producC b} Name and telephone number of persflns associaked wi� referenced projects knowledg�able concerning propos�d product c) Available field data and reports associated with proposed product 5) Samples a) Provide at request of City. b) 5arnples become the property of the City. c. For canstruction nn�thads: I} Detailed descri.ptian of proposed methad 2) Illustration drawings C. Approval or Re3ection 45 1. Written approeal nr rejection of substitukion given by the City C1TY OF FORT WOAT1-1 2021 IVORTH I2IVERSIDE RESURFACING PROJECI' STA1�fDAT2D CONSTRU�TION SPECif�ICATION I?QCLiME�TTS Revised Iuly 1, 2011 C1TY PROJECT NO. 102877 oiasnn-� S[J13ST1'PIITIOIV PROCP,DURES Page 3 af 5 1 2 3 4 5 6 7 8 9 10 11 12 2_ City reserves the right to require proposed produ.ct io comply with color and pattern of specified product if necessary to secure design intent. 3. In the ev�nt the subsiitutian is appzaved, the resulting cast andlor time reduction will be documented by Change Ord�r in accordance with the General Conditians. 4. No additional contract time will be given for substitution. 5, Substitution will be rejected if: a. 3ubmittal is not tluough the Contractor with his stamp of approval b. Request is not made in accordance with this Specification Sectinn c. Tn the City's opinion, acceptance will require substantial revision of the original design d. In the City's opinion, substitutaon wi11 not perform adequately the function consistent with the design intent 13 X.6 ACTION S�7BMIT'�ALSIINF'ORMATIONAL SUBMITTALS [NOT IISED] 14 1.'� CLOSEO�iTT SUBMITTALS [NOT USED] 15 1,8 MAINTENANCE MATERIAL SUSMITTALS 1NOT USED] 16 19 QUALITY ASSURANCE 17 18 19 aa 21 22 23 24 25 26 27 28 29 30 A. In maldng request for substitution or in �sing an approved product, the Contractor represents that the Contractor: 1. Has in�estigated proposed prod�ct, �nd has ztetermined that ir is adequate or superiar in all respects to that specified, and that it wi11 perform function for which it is inten.ded 2. Will provide same guarantee for substitute item as inr product specified 3. Will coordinate instalIation of accepted substitut�on into Work, to include building tnodifications if necessary, making such changes as znay be required for Work to be complet� in all respects 4. Wai�es all claims for additional costs related to substitution wfiich subsequently arisa 110 DELIVERY, STORAGE, ANIl HANDLING [NOT USED] 111 �'IELD [SITE] CONDXTZONS [NOT USED] L12 WARRANTY [NOT USED] 31 PART 2- PRODUCTS [NOT USED] 32 PART 3- EXECLJTION [NOT USED] 33 34 END O�' SECTION Revision Lag CI'I"Y OF FORT WOKTH S`I'ANDAItD COi�ISTRUCTION SYECIFICATION DDCUMeNT5 Revised July l, 2011 2021 NQATH KIVERSIDE AESURPACING PR07BCT CTPY PROJBCT 3V0. 1.02877 q1250d-4 SilBSTITUTION PROCEDURES Page 4 of 5 C1TY OF POL2T WORTH 2O21 NORT43 RIVERSIDE 12ESURFACING AROIEC'!' S'I'�ARD COIVSTBUCTIOIrI SPECIFICATIQN AOCUMENTS Revised July 1, 201 i CTI`Y PRQ,IEGI' NQ. 102577 012500-5 SUBSTI`I"�JTION YRQCBllURES Page 5 of 5 1 2 3 4 5 G 7 8 9 IO 11 l2 I3 14 15 16 17 18 19 20 2I 22 23 24 25 26 27 28 29 30 3I 32 33 34 35 36 37 38 39 � 4I 42 43 44 45 46 47 48 49 EXHIBIT A REQUEST FOR Si]B�TITLTTION FORM: �O: PR07ECT: DATE: We hereby suhmit for ynur consideratzon the following product instead of the specified item for the abo�e project: SECTIQN PAK.AGRAPH SPECIFIED ITEM Proposed Substitution: Reaspn for Suhstitution: �clude complete information on chazages to Drawings and/or Specif ca�ians which propased substitut�on wiII zequire for its pioper instalIation. FiII in Blanks Below: A. WiI� the undersigned contractor pay for changas to the building design, including engineering and detailing costs caused by the requested substitution? B. What effect does substitutian haae an ofhez' t��ades? C. Dif�erences between proposed substitution and specified item? D. DifFerences in praduct cost ar product delivery time? E. Manufacturer's guarantees of the p�•oposed and specified items are: Equal Bet�er (explain on attachment} The undersigned states that the function, appearance and quality are equivalent or superior to the specified item. Su6mitted By; For Use by Ciry Signature as noted Firrn Address Date Telephone Far Use by City: Approved City ` Recammended Recomtnet�ded ., Not recomnnended �Received late By Date Remarks Date Ci!'Y QP FORT WORT'H STANDAIt.D CONSTRUCTiON SPBCIFICAT[QN DQCUMENTS Revised 7uly ], 2011 Rejected 2021 NORTH RIVfiRSIDE RESUTZFACING PR07�CT C1TY PRO]ECT NO. 102877 013119-1 PRECON5TFZUCTiON MEETI�VG Page 1 of 3 1 2 �ECTION 013� 19 PRECONSTRUCTION MEETING 3 PART 1 - GENERAI. 4 11 SUMMARY 5 A. Sectian Includes: 6 1. �'ro�isions for the prec�nstruction meetsng to be he1d prior to the start of Work to 7 clariiy constructian con�'act administratian proced�res 8 B. Deviations from this City of Fort Worth Standard 5pecification 9 1. Nane. 10 C. Related Specification Sections include, but are not necessa�'ily limited to: 11 1. Division 0— Bidding Requirements, Cant� act Forms and Conditions of the Contract �2 2. Division 1— General Requirements 13 1.2 PRICE AND PAYMENT PROCEDU1tES 14 A. Measurement and Paymant 1S I. Work associated with this Item is cansidered subsidzary to the va�'iQus items bid. lb No sepazaCa payment wiII be allnwed for this Itern. 17 1.3 REFERENCES CNOT USED] 18 1.,4 ADMIlVISTRATIVE REQUIREM�NTS 19 20 21 22 23 24 25 26 27 28 29 3Q 31 32 33 34 35 36 37 38 A. Coordination l. Attand preconstz'uction meeting. 2. Representatives of Cantractor, subcantraciors and �suppliers attending meetings shall ba qaalified and authorized to act on hehalf of the en�ity each represents. 3. Meeting administered by City may be tage recorded. a. If recoz'ded, tapes �vill be used to prepare zninutes and retained by City for future reference. B. Precanstruction Meeting l. A preconstruction meeting will be held within 14 days after the execution of the Agreemant and before Work is started. a. The rneeting will be scheduIed and administered by the City. 2. The Project Represen[ative will preside at the meeting, pz'epare the notes of k11e meeting and distribute copies of same to all participants wiao so request by fully completing the atEendance form to be circuiated at the beginning of the meeting. 3. Attendance shall znclude: a. Project Representati�e b, Contractor's project manager c. Contractor's superintendent d. Any subcon�'actor or supplier representatives whom the Contzactor may desue to invite or the City may request CTTY OF' FORT R'ORTH 5'i'ANDARD COIVSTRIICTIO[Y SPECII�ICATI�l�f DbCUMEIdTS Itevised August 17, 2012 2021 NOit'Cki RIVERSIDE RESUI2FACIAIG PROJECT C1TY PRp7ECT 3Y0. 1 D2877 O1 31 19 - 2 PRECQNSTR.iJCTIDN MEBTINC: Pagc 2 of 3 7 2 3 4 5 6 7 8 9 IO I1 12 13 1�4 15 I6 17 1.8 14 2D 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 e. Other City zepresentat�ves f. Others as appropriate 4. Canstruet�on Sehedule " a. Prepare b�seline constructian schedule in aecordanee with Section O1 32 lb and pravide at Preconstruction Meeting. b. Ciky wiu notify Contractor of any schedule changes upon Notice of Preconstructian Meeting. 5. Preliminary Agenda may include: a. Introduction of Project 1'ersonnei b. General Description of P�'nject c. Status of right-of-way, utility clearances, easements or other pertinent permits d. Contractor's wnrk plan and scheduIe e. Contract Time f. Natice to Proceed g. Construction Staking h. Progress �ayments i. Extra Work and Change Order Procedures j. Field Orders k. Disposal Site Letter for Waste 1Vlaterial 1. Insurance Renewals m, PayzoIl Certification n. MaCerial CerUfications and Qualzty Cont�ol Testing o. Public Safety and Convenience p. Documentatian of Pre-Construetion Coflditions q. Weekend Work NotificaCion r, Legal Holidays s. Trench Safety Plans t. Confined Space Entry Standards �z. Caordination with the City's representative for qperations of existing water systems v. Storm �ater Follution Pz�eventian Plan w. Coordinat�oa with other Contractors x. Early VVarnizag System y. Contraetor Evaluation z. Special Conditions applica6Z� to the project aa. Damages Claims bb, SubmittaI Procedures cc. Substitution Proceduzes dd. Correspondence Routing ee. Record Drawings ff. Temporary co.nstruction faCilities gg, M/WBE ar MBE/SBE procedures hh. Final Acceptauc� ii. �'inal Payment jj. Questians or Comrr��nts CTCY OF FORT WORTH STANDARd CONSTRUCTId1V SPECIPICATION DQCUM�NTS Revised Augus[ 17, 2012 2021 NORTH RiVERSIDE RES[IRFACING PRO.IECT CITY PROJECT N�. 102877 n� 3� �9 - � PRE,CQ3�?STIZUCTION MEEPING Page 3 of 3 1 IS SUBMITTALS [NOT USED] 2 1.6 ACTION SUBMITTAL�/INFORMATIONAL SUBMITTt�LS [NUT USED] 3 1.7 CLOSE�UT SUBMITT,ALS [N�T US�D] 4 1.S MAINTENANCE MATERIAL SUSMXTTALS [NOT USED] 5 1.9 QUALITY ASSURANCE [N�T USED] 6 110 DELIVERY, ST�RAGE, AND HANDLING [NOT CJSED] 7 1.1f FIELD C�ITE] CONDITIONS [NOT USED� 8 1.1� WARRANTY [NOT USED] 9 PART 2- PRODUCTS [NOT USED] 10 PART 3- EXECiI'PION [NOT USED] i� i� DATE NAME 13 END OF SECTIQN Re�ision Log SUNfMARs' OF CHANGE C1TY OF FOT2T WORTH 2O21 1�'ORTH RIVERSIDE RESiIRFACING PROIP.CI' STANDRRD CO1+15'I'RUC'i'ION SPECIFICATION DDCUM�NTS Revised Aug��st 17, 2012 Cl'PY PR07ECT ND. 102877 Ol 3I 2D - l PROJEGT MEETING$ Page l of 3 1] 3 PART 1- GENERA,L 4 1.1 SUNIlVIARY SECTION 013120 PROJECT MEETlNGS 5 A. Section Includes: � I. Provisions for project meetings throughout the construction per�od lo enable orderly 7 review of the progzess of the Wnzk and to provide for systematic discussion of 8 potential problems 9 B. Deviations this City of Fart Worth Standazd Specification 10 I. None, 1T 12 13 14 1,� C, Related Specification Sections include, but ar� not necessarily limited to: 1. Division 0—Bidding Requrrernents, Contrack �orms and Conditions of the Contract 2. Division 1— Ganeral Requirements PRICE AND PAYMENT PROC�DURES 15 A. Measur�zr�ent and Paym�nt 16 1. Work associated with this Item is considered subsidrary to the �arious items bid. 17 No separate payment vviil be allowed fox this Item. 18 L3 REFERENCES [NOT iT,�ED] 14 1.4 ADMINISTRAT�VE REQ�TIREMENTS 2fl A. Caordina�ion 21 1. Schedule, attend and administer as specified, peziodic progress meetings, and 22 speeia�lq called meetings throughout pz'ogress of the Work. 23 2. Reprasentaiives of Contractor, subcontract�rs and suppliers attending meetings 24 shall be qu�lifiec! and authorized to act on behaIf of the entity each represents. 25 3. Meetings administered by City may be tap� recflrded. 26 a. If recorded, tapes wiIl be used to prepare zx►inutes and retained by City for 27 iuture reference. �� �. Meetxngs, in addition to those specified in tt�is Sectaon, may be laeld when reque�ted 24 by t�e City, Engineer or Contractoz. 3.0 B. Pre-Construction Neighborhood Meeting 31 1. After the execution of the Agreement, but be%re consktuction is allowed to begin, �2 attend 1 Public Meeting witki affected residents to: 33 a. Present projected schedule, ineluding cc�nstruction start date 34 b. Answer any construction related questions 35 2. Meeting Location 3b a. Locatian of ineeting to be deter�z�zned by the City. 37 3. Attendees �g a. Contractor C1TY OF FORT 1�ORTH 5TANDAIZD COPISTRUCTI0I�I SPECIFICATTON DOCUMENTS Revised July 1, 2011 2021 NORTH RNERSIDE RESURFACING PI�07ECT CE'I'Y PRQ7ECT NO. 102677 o� ai zo-z PR07ECT MEETI[�TGS Page 2 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 2S 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 �l2 43 44 45 46 47 48 b. Project Repres�ntati�e c. Other City representatives 4. Meeting Schedule a. Xn ganeral, the neighbarhood meeting will occur within the 2 weeks follovvin� the pre-eonstructian conference. b. � no case will construction be allowed ta begin until this meeting is he�d. C. Progress Meetings 1. Formal project coard'znation meetings will he held periodically. Meetings will be scheduled and administered by 1'roject Representative. 2. Additional progress meetings to discuss specific topics will be conducted on an as- needed basis. Such additional nneetings shall include, but taat be limited to: a. Coordinatzn.g shutdawns b. Installation af piping and equipment c. Coordination between otkier construction projects d. Resolution af cons#suction issues e, Equipment approval 3 :� S The Projeci Representative wiIl preside at progress meetings, prepaze the notes of the meeting and distribut� copies of the same to all participants who sa requesC by fuIIy completing the attendance form to be circulated at the beginning of each meeting. Attendance shall include: a. Cont�actor's project managet b. Contractar's superiatendent c. Any subcontraetor pr snppliar representakives whom the Contraetor may desire to invite or the City may request d. Engineer's representatives e. City's representatives f. Others, as requested by the Pz'aject Representative Fre3iz�ninary Agenda may include: a. Re�iew of Wark progress since previous meeting b. Field obsertrations�, problems, conflicts c. Items which impede constructian schedule d, Review of off-site fabrication, deiivery schedules e. Review of construction interfacing and sequencing requirements with ather con5trucCipn contracts f. Corrective measures and procedures tn regain prolected schedule g. Revisions ta construction schedule h. Pragress, schedule, during succeeding Work period i. Coardination of schedules j. Review snbmittal sck�edules k. Maintenance of quality standards 1. Pending changes and substitutzons m. Reviaw proposed changes for: 1} Effect on construction scheduie and an campletion date 2) Effect on other contracts. of the Project n. Review Record Docurnents o. Review monthly pay request p. Re�iew status of Requesks for Information CTI'Y OF PORT WdRTH STA3YDAKT] CQIVSTRUCTION S�ECIFICATIOIV AOGUMSNTS Revised 7uly 1, 2011 2Q21 I10I2TH 1ZNERSII)E RESURFACING PL�OJECT CITY PROd�CT' NO. 10287T 013120-3 PROdECT NIB8TING5 Page 3 of 3 1 6. Meeting Schedule 2 a. Progress meetings wiII be held periadically as deternnined by the Project 3 RepresentaEzve. 4 1) AdditionaI meetings znay be held at the request of the: � a) City 6 b} Engineer 7 c} Cont�•actor 8 7. Mee�ing Location � a. The Czty will establzsh a meeting location. 10 1) To the extent practzcable, meetings wilI be hald at Che Site. 11 1.� SURMITTALS [NOT USEDJ 12 1..6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED� 13 l.q CLO�EOUT 5UBMITTALS [NOT USED] 14 1.8 MAINTENANCE MATERIAL SUBMITTAL$ [NOT USED] ] 5 1.9 QUALITY ASSURANCE [NOT LT,SED] 16 1.10 DELIVERY, STORAGE, AND HANDLING [NOT TJSED] 17 I.11 FZELD [SITE] CONDITIONS �NOT U��D� I8 1.12, WARI�ANTY [NOT USED] 19 zo 21 22 23 PART 2 - �'RODUCTS [NOT iTSED] PART 3 - EXECUTION [NOT LTSED) END OF S�CTION DATE I NAME Revision L.og Si.1MMARY OF CHANGE C1TY OF PORT RIQRTA STANDARD CONS'CRUC'TION SYECIF[CATION DOCUMENTS Revised ]uly l, 2011 2021 NORTH ANERSIDH RESi7RFACII�G YROJECT CITY PR07ECT NO. 102877 ai3z�d-i CONSTAUCTIO3�I PROGIi�CSS SCHEDUL� Page 1 of 10 2 3 4 5 SECTION 013216 CONSTRUCTION SCHEDULE PARTi- GENERAL i.i su�.RY A. Seetion IncIudes: 6 1. General requirements for the preparation, submittal, updating, status repot•ting and 7 management of ti�e Construction Progress Schedule g 2. Specific requiresnents �re p�'esented in �he City af Fort Woi�th Schedule Guidance g Document l0 1] B. Deviations fi�om this Ciry of Fort Worth Standard Specificatian 1. None. i2 C. Re�ated Speciiication Sections include, bui are not necessarily limited to: l3 1. Division 0— Bidding Requirements, Contract Forms and Con�itions of the Contract 14 2. Division 1— General Rec�uirements 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 D. Pu�'pose The City of Fort Worth (Ciiy) is committed to deli�ering quality, cost-effecti�e infrast�'ucture to its citizens in a timeiy inanner. A key tool to aclueve tk�s purpose is a properly structured scheduie with accurate updates. This supports effective monitoring of progress and is input to criticaI decision making hy t�e project manager tluoughout the life of the project. Data from the updated p�oject schedule is utilized in status reporting t� various leve[s of the City organization at�d the citizenry. This Document comple�nents the City's Standard Agreement to guide the canstruction cantractor {Contractor) it� preparing an.d submitting accep#able schedules for use by the City in praject delivery. The expectation is tl�e perfarmance afthe work follows the accepted schedule and adhere to the cantractuai timeline. The Contractor wi�l designate a quaiified representative (Praject Scheduler) responsible for developing and updating the schedule and preparing status �'eporting as required by the City. 3l 1.� PR.�CE AND PAYM�NT PROCEDURES 32 A. Measuretnent and Payment 33 1. Worlc associated with this Iiem is considered subsidiary to tt�e various items bid. 34 No separate paynnent wili be allawed far tiais Item. 35 2. Non-campliance vvit� this specification is graunds f�r City to withhajd payment oi 36 the Cantractor's invoices un�il Contractor achieves said compliance. 37 1.3 REFERENCES 38 A. ProjectScheduies CIT1' OF FORT WOIYI`fi STA1�fflARD CONSTRUCTION SPECIF1CATlON DOCUMENTS Revised August 13, 2U21 2�21 NQR`I�I [2IVER51pER�5URFACINGPR07ECT CITY PRO7EG`I' 1�0. 102877 01321b-2 CONSTRUCTIQN PROGItL'S5 SC1i�.DI1LE Page2oi10 1 Each project is represented by City's illaster pt•oject scheduIe that encompasses the 2 entire scope af activities en�isianed by the City to properly deliver the wark. W&en tlte 3 City cantracts with a Conteactoa'to perform construction o�the Work, ihe Cont��actor 4 will d�velop ar�d maintain a sch�dule for their scope of vvork in a[ignment with the 5 City's standa.f•d schedule requirements as def r�ed herein. The data and inforrnatian of � each such schedule will be leveraged and become integraf in the master projeet '1 schedule as deemea appropriate by the City's P�•oject Control Specialist and approveci g by the City's Project Manager. ia 11 12 13 14 15 1G 17 I8 l9 20 2� 22 23 24 25 26 27 28 29 30 31 32 33 34 35 l , Master Project Sched�le "The maste�• p�•oject schadul� is a holistic represenf:at[on of the scheduled ac#ivities aqd milestones far the iotal project and 6e Critical Path Method {CPN� based. The City's Project Manager is accountable fa�' aversight of the developtnent and maii�taining a master project scheclule for each project, When the City contracts for the design and/or co��st�uction af th� pi•oject, the master praject schedule w[I1 iilcarparate elements of th� Design and Construction scheduEes as deemed appropriate by the City's Peoject Control Speciaflst. The assigned City Project Contra] Specialist creates and maii�tains the master praject sch�dule in P6 (City's schedu�ing scsftware}. 2. Construction ScY�adu�e The Cont��actor is responsiUle fot- developing and ma�nta[ning a schedule for the scope ofthe Contractar's con.tractual requirements. The Contractoi• will issue an initial schadule for z•eview a.nd acceptance by the City's Project Con�rol Specialist and the City's Project Mat�ager as a baseline scheduIe far Cantractor's scope of work. Contractai• will issue current, accurate updates of their sc[aedule (Progress Schedule) to the City at tize end of each manth thf•oughout the life of their work, B. Schedu,[e Tters The City has a poi•tfolio ofprojects that vaey widely in size, comptexity and content requif•ing different scheduling to effectively dellvez' each pt�oject. The City uses a "tiered" approach to align the proper schedule with the criteria for each project. The City's Projact Manager determines the app��opriate schedule tier foa` each project, and includes that designation anc! the associated t•equirements in the Cor�tractar's scope of work. The follow[ng is a summary ofthe "tiers". 3G 1, Tler I; Small Si�e and Short Diu•ation Project (design not i�equired) 3"1 The City develops amd maintains a Master Projeci Schedttle for the ptoj�ct. No 3$ schedule submittal is ��equired from Contractol•. City's Pl•oject Control Specialis# 39 acc�uires any necessary schedule status data or information througli discussions with 40 the respective party on an as-needed basis. 41 42 �43 4� 45 46 47 48 �}9 2. T'ier 2: Sma11 Size and Short to Medium Duration Praject The City develops and mainfains a Maste�• Project Schedule fo�• the proj ect. Tne Cani�ractor identifies "stat�" and "finish" m.ilestone dates an key elements af thei�• work as agreed with the City's Proj ect Manager at the kickoff of their work effort. Tke Cantractor issues to the City, updates to #he "siart" and "�nish" dates for such mi�estones at the end flf each month throughout the 2ife of their work on the pt•oj ect. 3. 7'ier 3: Medium anc! Large Size and/or Com.plex Projects Regaedless ofDuration CITY OF FORT WORTI-I STANDARD CON5T12UCTIpI�i SPECTFICATIOAI DOCiJMEN1'S Revised August 13, 202 l 2021 NORTH RIVERSIDE RESURFACI�TG PRQJECT CITY PROJECT NO. [ 02877 013216-3 CONSTRUCTIpN PROGR�SS SCI-I�dULE Page 3 oi 10 r The City develops and maintains a Master Project ScIaedL�le %t• the praj ect. The 2 Contractor develops a Baseline �chedule and maintains the scheduie of their 3 respective seope of waz'ic on the proj ect at a Ie�el of detail (generally Leve13) and in 4 alignmet�t withthe WBS strueture in Section 1,4.H as agreed by tlZe Project S Manager. The Caniracto� issues to the City, updates of their respecti�e schedule (, (Progress Schedule) at the end �f each month throughout the life of their warlc on the 7 Qro� ect. S C. Schedule Types 9 Projeet delivery far the City utilizes two types of schedules as not�d below. The City 10 develops an� rnairitains a Master Project Schedule as a"62�,seline" schedule and issue 11 month[y updates to the City ProjectlVlanager (end of each month) as a"progress" 12 schedule. The Contractor prepares and submits each schedule type t�o fuliijl their 13 conieacival requirements. 14 15 1. Baseline Schedule 16 The Contractor develops and submits to the City, an initial schedule for their scope I7 of wark in alignment with this speeification. �nce reviewed and accepted by the l8 City, it becomes tkte `Baseline" scheduie and is the basis against which all progress 19 is rneasured. The baseline schedule wi11 be updated when there is a change or 24 addition to the scope of wat-k iinpaetittg the duration of the work, and only after 21 reGeipt of a duly authorized change order issued by the City. In the event progress is 22 significantly behind schedule, the City's Project Manager may authorize an update 23 ta the baseline schedule to facilitate a more practica! evaivatian of progress. An 2� example o.f a Basejine 5chedule is provided in Speciiication O1 32 16.1 Z5 Construction Froject Schedufe Baseline Example. 26 Z7 2. Progress Schedule 28 The Contractor updates their schedule at the end of each month to represent the 2g progress acl�ieved in the wack which includes any impact fratn authorized changes 34 in the wo�•k. The updated schedule m.ust accurately re�lect the cu�•rent status af the 31 work at thai point in time and is referced to as the "Progress Schedule". The City's 3� Project Manager and Pro�ect Conh'ol Specialist reviews and accepts each progress 33 schedule. In the event a progress schedule is deemed not acceptable, the 34 unacceptable issues are identiiied by the City within 5 warlting days and the 35 Con�ractar must provide an acceptable progress schedule within 5 working days 36 after receipt of nan-acceptance noti�ication. An exan�ple of a Progress �chedu�e is 37 provided in Specif cation O1 32 I6.2 Construciian Pro�ect Schedule Pragress 3 g Example, 39 D. City Standa.rd Schedule req�airements q� The following is an overview of the znethodalogy for developing and maintaining a 4I s�heduie for deli�ery of a project. ClTY 01� FORT WORTH 2021 NOItTH RIVERSIDE RESUR�'AC.IlVG PRO.IEC'f" STANDARD CONS'fRUCTI�N SP�CIFICATION DOCUIv1ENTS Cl'fY PItOJECT NO. i02$77 Ttevised August 13, 2U21 01 32 [6-4 CONSTRUCTION PR�GR�SS SCH�DULE Page 4 pf 10 1 2 3 4 5 6 7 8 9 10 11 12 I3 1� i5 1G l7 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 aa 4I 42 43 44 45 46 47 Schedule Framework - The schedule will 6e based an the de�ned scope of work and fallow the {Ci�itical Path Methodology) CFM methad. The Cont�'actor's schedule wrll ali�n witl� the z•equirements of this specifcatian and will be cost loc�derl to eeflect their pIart for execution. Compliance wrriti� cost loading can be �ravided with traditional cost loading of line i#ems OR a prajected cost per mo�ath for the project when the initia[ sc�edale is submitted, updated on a quarterly basis is signi�cant change is anticipated. Overall �chedule duratioa7 will a[ign with the cantractual requirements for the respective scap� of wor[< 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 �rojeci data. E. Schedule File Narne All schedules subt�aitted ta the C�ty for a project will have a fil� name that bagins with the City's project numbel� followed 6y the name of tlae praject %1lowed by baselit�e (if a baseIine schednle) or the year ¢nn► tnar�th (if a progress scheduie), as shown belava. � Baseline Schedule File Name Fo�•mat: City ProjectNumber ProjectName_Baseline Example: 10I376 North Montgomery Strest HMAC Baseline p Progress Schedule File Natne Format; City Praject Number Project Nanie YYYY MM Example: 101376 North Montgamery Steeet I IMAC 201 S O 1 a Project Schedule Pz'ogress Narrative File Name Forntat: City Project Number Project Narrze PN YYYY-MM Cxample: 1 Q1376 Narth Montgomery 5treet HMAC PN 20I8 O1 F. Schedule Templates The Cont�-actor will utilize the rele�ant sections from the City's teznplates pl•ovided in the City's doeument management system as tl�e basis for creating theii• respective praject schedule. Specifical[y, the Cont��actor's schedule will align with �e layout of the ConStruction secfion. Tl�e templates are identified by type �f praject as noted belaw. • At-�erials � A�iation o Neighborhaad Streets @ Sidewallcs (later) � Quiet Zanes (later) � Street Lights {Iate�•) a Intet'sectian Imp�•ovements {Iatet•) e Parks � Stflrrn water � Street Maintenance • Traffic � Water CITY OF' FORT WORTH STANDARI7 CONSTRUGTION SPECIFICATIOIV DOCUMENTS Revised August 13, 2p2 [ 2021 NORTI-[ R]VERSIDE RESURF'�CING PROICCT CITY PROJECT NQ. 102877 O13216-5 COI�FSTRUCTipN PROGRESS S�H�DULE Fage 5 of ] 0 7 8 ro 11 12 13 I4 1S 16 17 18 19 20 21 22 23 24 25 26 G. Scliedule Calen�ar The City's standard calendar for schedule de�elopment purposes ia based on a 5-day wor[twaek and accounts fot• �he City's eight standard halidays (New Years, Martin Luther ��ing, Memorial, Independ�nce, Labor, Thanksgiving, day afier Thanksgiving, Christmas). The Cor�t�•actar will establish a schedule calendar as pa� of the schedule development �rocess and provide to the Pro3ect Control Specialist as part of the basis for thei� schedule. Vaz'iations between the City's calendar and the Cont�actar's calendaj• inust 6e r�soived prior tn the City's acceptailce of'their Baseline project schedule. H. WBS & Milestone Standards for Scl�edule Developtnent The seope of work to be accomplished by the Contractoz• is represented in 1he schedule in the farm of a Work Bcealcdown Structure {WBS). The WBS is tihe basis for the d��elopment of the schedule acti�ities and shall be imbedded and depicfed in the schedule. The following is a summary of the standar'ris to be follovaed in preparing and maintaining a schedufe foa• project delivery. Conta•actor is required to utilize the City's WBS structure and respective project type templata far "Constr�ucti�n" as shown in Section 1.4.H below. Additianal activities may be add�d ta Levels 1- 4 fo accommodate the needs of the organization executing the work. Specifically the Contractor wiIl add activities under WB5 XXXXXX.80.83 "Construction Execution" that delineates the activities associated with the vaeious components of the worlc. 27 2. Contractor is required to �dltere to the City's Standard Milestanes as shown 2g in. Section 1.4.I belaw. Contractor wiii include additional milestones 2g representing intermediate deliverables as required to aec�u'ately reflect th�ir 3p scope flf woxk. 31 32 33 34 35 3b 37 38 34 40 �1 42 �43 44 Schedule Activities Activities are the discrete e�ements of work that malce up the sehedule. They will be organized under th� uml�rella of the WSS. Activiiy descriptions should adequately describe the activity, a�td in some cases the extent of the activity. All activities ar� logically tied with a predecessor and a successor. The only exceptian ta this rule is for "project start" and "projeet finish" rniles#ones. TI�e activity duratian is i�ased on the physical atnount of waj'k to he performed far the stated activiiy, with a maxunum dw'ation of 20 working days OR a continuous activity in ane location. If the wark for any one activity exceec�s 24 days, break that activity down incrementally to achi�ve t.�is duration. constraint. Any exception �o this requires review and acce�atance by the City's Project Control Specialist. 45 J. Chang� Ordecs 46 When a Change Order is issued by the City, the impact is incorporated into the 47 previausly accepted basel.ine schedule as an update, to clearly show ir�paet to the 48 project ti�neline. The Cont�'actor submits this updated baseline schedule to the City for CITY OF FORT WOR'CH STANDARD CONSTRUCTIOW SPECII'TCATIOAf UOCUM�NTS Revised August i3, 202I 2EJ21 NORTH AIVERSIDE RESURF'ACING PR07ECT CI'I'Y PR07�Cr NO. 102877 0132.[6-6 CQNSTRUCTION PROGRESS 5CI-I�BULE Page 6 of 10 l 2 3 4 5 b 7 8 9 10 11 I2 13 14 15 i� 17 18 19 20 21 22 23 24 25 2b 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 4�F 45 4b 47 t•eview and accepta�ce as desci•ibed in Section 1.5 below. LTpdated baseline schedule.s adhere to the following: 1, Time extensions associated with app�•oved cont��act inodifica#ions are limited to the actual amount of time the projeci activities a�e anticipated to be deiayed, waless ntlierwise approved by the Program Managar. 2. The re-baselined schedule is submit�ed 6y the Contractor tvithit� tert workdays a$er the date of receipt of tlae appi•oved Chan�e Ordef•. 3. The char�ges in lag.ic or durations approved by the City �re used to a��alyze the impact of the cha.nge and is included in the Chang� Order. The eoding for a new activity{s) added to the schedule far the Change Ordet• includes the Change Order number in the Activity ID. Use as maily acfivities as needed to accurately sho� the vvork of the Change Order. Revisions to the baseline schedul� are not effeetive t�ntil accepied by the City, K. City's Wark Brealcdown Structure WSS Cade WBS Name XXXX:XX Project Name XXXXXX.30 Design XX3CXXX.30.10 Design Contt•acior Agreemen� XXXXXX.3Q.20 Conceptual Design (30%) X��XXXX.303C Prelimin.ary Design (50%) XXXXXX.30.40 Fina[ Design XXXXXX.30.S0 En�ironmental XXXKXX.30.60 Per�nits XXXXXX.30.60.10 Permits - Identification XXXXXX.30.b0.20 Permiis - Re�iew/Approve XXXXXX.�40 ROW & Easemenis XX�XX�.40,10 RO W Negatiations XXXKXX.40.20 Condemnation XXXXXX,'�� Utiliky Relocation XXXXXX.70.10 Util[t� Relocation Co-ordination XXXX�.SO Construction XXXXXX.80.81 Bid and Award XXKXXX.80,83 Construction Exec�etion XXXXXX. S 0. $ 5 Inspection XXXXXX.84.86 �andscaping �' X.90 Closeou� �XXXXX.90.10 Const��uction Cantract Close-out XXXXXX.90.40 Design Contract Closure L. City's Standard Milestones The fallowing milestQne activities (i.e., impartant events on a pro�ect that marlc critical points in titzae) are of partieular interest to the City ancl must be reflected in the project schedule far a11 phases o�' wqrk. crm�r oF �aR�r waRmx STANDARD CO]�TSTRUCTIQN SP�CIFICATION DOCUMEN'TS Revised August l3, 2021 2a2] NORTH RIVERSIDE ItGSURFACING PROJECT CITY PROJ�CTNQ, 102877 013216-7 CON3TRUCTION PItOGRESS SCHEDiiLB Pagc 7 of 10 l 2 3 � 5 G 7 8 9 10 11 12 13 14 1S 16 j7 18 i9 20 21 22 23 24 25 Zs 27 28 29 30 31 32 33 34 35 36 37 Activitv ID AttivitY Name Design 3020 Award Desigt� Agreeinen.t 30�0 Issue Notice to Proceed - Design Engineer 3 I00 Design Kicic-off Meeting 3120 Submit Concaptual Flans tn Utilities, ROW, Traf�c, Parks, Storr�i Water, Water & Sewer 3150 Peer Review Meeting/Design Review meeting (technical) 3 I 60 Canduct Design P�b1ic Meeting # 1(required) 3170 Conceptual Design Camplete 3220 Subznit Preliminaay Pjans and Speciiications to Utilities, ROW, Traffic, Parks, Storm Water, Water & 5ewer 3250 Conduci Design E'ublic Meetiri� #2 (required} 32b0 Pre�iminary Design Complete 3310 Submit Pinal Design to Utilities, ROW, Traf�c, Parks, Storm Water, Waier & Sewer 3330 Conduct Design Public Meeting #3 (if requiredj 336p �ina�l Design C�oinplete ROW & Easements 4000 Right af Vday St�t�t 4230 Right of Way Complete Utiliiy Reloca�inn 70D0 Utilities Start 7120 Utilities C1ea.redlConr�plete Constractioa Bid and Award 81 l 0 Stari Advertis�ment 8150 Conduct Bid Opening 8240 Awacd Construction Contt•act Constraction Executiox� $330 Conduct Constt`uctian Public Meeting #4 Pre-Const��uction 8350 Construction Start 8370 Substantial Completion 8540 Constructian Campletian 9130 Nntiee af Completion/Gxean Sheet 9150 Construction Confract Closed 9420 Design Contract Closed 38 39 1.�4 SUBNIITTALS 40 A. Schedule Submittal & Reviet� 41 The City's Praject Manager is responsible for reviews and acceptance of the Cont�•actar's 42 schedule. The City's Project Control Specialist is responsible for ensuring alignment af �3 the Cantcactor's baseline and progress schedules with the Mastet Project ScheduIe as 44 support ta the City's Project Managez•. The City reviews and accepts or rejects the 45 schedL�le tivitlain ten workdr�ys of Contractar's subtnittal. CITY OF PORT WORTH $7'ANDARL3 CQNSTKUCTION SPECIFICATION DOCLTMENTS Revised At�gust 13, 2021 2p21 NC3127"H RIVERSmE RESURFACING PROdEGT C1TY PROJECT 1VD. ] 02877 613216-8 CdNSTRUCTION PRQGR�.SS SCFIEDULE Page 8 of 10 2 I. Salxedule Farmat 3 The Conit�actai• will submit each schedule in twa �lectronic forms, ane in native file 4 format (.xer, .xml, .m�rx) at�d the second in a p[lf format, in the City's docutnent 5 managann�nt system in the lacation dedicated for this put-pose arid identified by the 6 Proj ect Manager. In the e�ant the Cant�•actar does �at use Frimavera P6 or MS 7 Prolect far scheduli.ng putposes, the schedule information must be submitted in .xls or S .xlsx format in cqmpliance with the sample layout (See 5peci�cation 01 32 16.1 9 Construction Prnject S.chedule Baseline Example}, including activity predecessr�rs, 10 successors and total float. 11 12 2. Initial & Baseline Sched.u[e 13 The Cont�-actor will develop their scheduie far tlaeir scope of work and subtnit their 14 initial schedule in electronic fo�'m (in the file formats noted above), in the City's I5 document t�anag�ment system in the locatinn dedicated fo�' tlus purpose at Ieast S 1b wor�king dnyspriar� to Pre Constructio� Meeting. r� ia 19 20 21 22 23 24 25 2b 27 28 29 30 31 32 33 34 as 36 37 38 The City's Project Manager and Proj ect Cantrol Specialist review this initial schedule to determine alignmenY with the City's Mas�er Project �chedule, including format & WBS structure. Fo�lowing the City's review, f�edback is provided to the Coniractor fot• #heir use in finalizing their initial schedule and issuing (witiain five worhdays) thei�• Baseline Schedule fof• final review anc{ acceptanc� by the City. 3. Progress Schedule The Con�ractor will update and issu.e tlieir p��oject schedule (Pra.gress Schedule) hy the lt�st drty of eaeh rnontla throughout the li�e of th�ir work on the project. The Progress Schedule is submitted in electronic form as noted above, in the City's document �azaagement system ir� the location dedicated for this puepose. The City's Pz•oj�ct Conti•o] team reviews each Progress Schedule for data and infoi•mation #hat support the assessment oi the update to the scllecfule. In the even� data or if�fot�natian is missing or incomplete, the Project Cantt'o]s Specialist communicates directly with the Gontracfor's scheduler for provit{ing s�me. The Cont��actor re-submits the carrected Progress Schedufe withi�a S warkriays, following the submittal process not�d above. The City's Praject Manage�� atad Project Cont�•ol �pecialist review the Coniractor's pro.gcess schedule for acceptance and to monitor performance and progress. 39 The foll.owing list a� items �re required to ensure proper status information is 40 contained in the prn�•ess 5chedule, 41 o Baseline Start date 42 � Baseline Finish Date 43 � °/a Complete 44 � Float 45 � Activity Logic (dependencies.} 4b p Critical Path 47 o Activities added or deleted 48 o Expected Baseline Finish date 49 a Variance to the Baseline �`inish Date CITY OF I'ORT WQRTI-I 5TANDARD CONS'1'RUCTIOIV SPECII'ICATIQI�I T70ClIMENTS Revised August l3, 2021 2Q21 NORTI� E�IVERSIDE RESURFACIPIG PRO.TECT CITYPROIECTNO. k02877 n� 3a i6-9 CDNSTRL3CTION PROGRESS SCHE�ULE Pagc 9 of 10 1 2 3 4 5 b 7 8 9 10 il 12 I3 14 1S 16 B. Monthly Construction Status Raport The Contractnr submits � written s#atus report (referred to as a�rog.ress narrative) at the mo�thly progress meeting (if nnonthly meetings are held) or at the end of each month to aceornpany the Progress Schedu�e submittal, using the standard format provided in Specificaiion O1 32 16.3 ConstR'uction Pcoject 8chedule Progress Nar�•ative. The content of the Construction Project Schedule Progress Narj•ative should be concise and complete to include o��ly changes, delays, and anticipated �aroblems. C. Submittal Process � Schedules and Monthly Construction Status Reports are submitted in in the City's docurnent management system in the loca#ion ciedicated for this purpose. + Once fihe project has been completed and Final Acceptance has been issued by the City, na further pro�n'ess schedules oe constt•uction status reports are required from the Cont�'actoa•. 1. 17 1.5 ACTION SUBMITTALSIINk'ORMATIONAL SUSMITT.ALS jNOT USED] 18 1.6 CL�SEOUT SUBMITTAL� [NOT USED] j9 1.7 MA.INTENANCE MATERIA.L;SUBMITTAL� [NOT USED] 2a 1.8 QUALITY ASSURANCE 21 22 23 24 25 26 A. The person pt'eparing and revising the construction Pr�gress Schedule shall be experienced in the preparation of schedules of similar complexity. B. Schedule and supparting documents addressed in this Specification shail be prepared, updated and revised to accui•ately reflect the performance of the constructian. C. Contractor is ►•esponsible for the Guality af all submittais in this section meeting the standard nf care for the construction industry for similar projects. 27 1.9 DELIVERY, STORAGE, AND HANDLING [NOT USED] 28 1.10 FIELD [STT�] CONDITIONS [NOT USED] 29 1.11 WARRANTY [NOT USED] 30 31 �2 33 34 1.1� ATTACHMENTS Spec O1 32 16.1 Consfi��uctio� Project Schedule Baseline Example Spec O 1 32 16.2 Construction Project Sct�edule Progress Example Spec Ol 32 i 63 Const:ruction Project Schedule Progress NarraYi�e CiTY OF FORT WORTEi STANDARD CONSTItWCTION 3PECIPICATION DOCUMEI�TS Revised August 13, 2fl21 2021 NORTIi FtIVERSIDE RPSURFr�CINECr PR038CT CITYYROJECTNQ. [a2877 pl 32 IC - lfl CONSTI2UCTION PRbGRESS SCH$DiILE Page 10 of ]0 2 PART 2- PRODUCTS [NOT USED] 3 PART 3- EXECUTION [NOT i7SED] 4 END OF SECT�ON CITY OF FORT WORTH 2021 NOiZT�-T RIVERSIDE RESURFACING I'R07CCT STANDARD CO]V$TRUGTIOId 5P�CIFIGATION DOCUMENT� C1TY PROdECT NO. 102877 Revised A�gust 13, 2021 fll 32 [6.1 efl]dSi'RCTCTION PROGR�SS SCI�SDULE — BAS�LINE �3�AMPLE Page l of 7 � SECTION Ol 32 ]b.l CONSTRi1C'l"�ON SCHEDULE — BASELINE EXAMPLE 3 PART�- GENERAL 4 5 6 � 8 9 10 ll I2 13 14 15 lb I7 18 19 20 21 22 23 2�4 25 26 27 28 29 30 31 32 3� 34 35 3b 37 38 39 �40 41 42 43 44 45 The following is an example of a Contractor's project schedu�e that illush•ates the data and expectation fnr scheciule content depicting th� baseline for the pj'oject. This vet-s.ian af tlie schedule is referred to as a"baseline" schedule. This example is intended to provide guidance for the Gontractor when developing and submitti�g a b.aseline schadUle. See CFW Specification O I 32 16 Constt'uction Scheduie for details and �-ec�uireinenYs regarding the Contractox''s project schedule. CI7'Y OF FORT WORTH STANDARD CONSTRUGTfON SP�CiFICATiOi� DQCUMENTS Ttevised August 13, 202 { 2az� NoxTx xrvERszD� �sux�nc�� �zzaJ�cr City Project No. 102877 O1 32 16.I CdNSTRLICTION PIZOGRESS SCHCDULE — BASELINE C3CAMPLE Page 2 of 7 CITY OP FORT 1UORTH STANDARB CQNSTRUCTION 5PECIFICATION DOCUIv1ENTS Revised August 13, 2021 2�21 NORTH IZIVERSTI7B RESURFACING P120JECT Ci[y Project No. ] 02877 oi 3z is.z CONSTRUCTIOIV PROGR�S3 SCHEDlILE--BAS�LII�B EXAIvIPLE Page 3 aP 7 1 t•'� `v � n. � � � � � � . � � � � � � �' � � ,•�'' . c� �] �' ,'�'° � � � t�G F � � � � _1_.__.,J.. ------ „ �� ,,,-�-- ' ��- - . '. �, _ , , ; �� �� �1�3i1Y'Fil] U`� - {�� V.. � Fi �: ' G:;;I� � j� i4 ' � r4 � �---�-•-�-� i l �---a-�----.I..,,.._.�' � 1,...--�----•••----�----.__ . I E ��--�-...-•.-�-----� E i I i , . i . , � —_9 �----•#�-�---E-•----�---i•... —i_�—._.w _..__..i.....__...._•-- -- .�, ---- � i ' i � 3 � � ' ' i . , , � � .,,-•--��� --�_._.I-------�.. ,,,�..,. .,,,..•�-s-�•�-�--- .._._..�.,. -� ��-i--------�- `,,....., ! ..,�. , � i ��[ ��- � . . . ....�,- =��-�- ,�,�.,,,., -. .;.�... .7 ' ._._'�"��i I'1�k�,, ..__�� {' ,.� , , ��},�� ..,a. _��t ,s„ , ...,..�,� ; � � � } 1' . � .. .i ,, i i. "- . � SF t _. � � ;� h ��Fi : . , i . Y 7 'F '� !F"' St �� :'r 4 �i . �i .� a :i:, '� .r: .., �.., ., y: }k S; T y: %; `+: �+i :. w., F, ., ., a r. M, C� L� � �+ � +` � F.a .1 I ' i +O ' I �; *i o �} ij � V �� i i �i � �r �O Y +1 . W � Y! � ;' � A i , G � .fi r' � r4 rl � i r1 ..� � . Y. +'I • •Y �� .R�w� i .. - � � t { ��� l q �,�,. ._ �W..w{�L�}'= {i i} i� �'� # I, + �i +1 � .i {� �1 ; iY �i ' F ii rr � �.F IM � � �I ;i r� .f �1 1 ^ /� +J �; iJi� •� 3 y +{ h � y � .�] � ii �� � � ����# ��) � a� �� r��f �.��' i {1 �I'���`� �� �J��,`�S � . ., , q r5 �� ' � - i. - i:: .'r�� .a �� 't`-i+i� - ��„„ wud ��� d� ��.+':i,. �� «n A r ; � I ' •` : : : � F ' y� G ; ; : i � o` � � ' ; i 1 f : %j , '.j n t a +' � ' 1 ; k 1 c � `1 i ' � ` : ` � �, �' } +� � r � - � F" �' +� fi " ?3 i � �+ � �' c� !+ � �I' ' �{' �' , x y; •• � ��,'y.;�,�'k �����}:i���,�'iu.. .�i�.h,,��,��G��Ur�a,�� �' . : .. .� a �. .� 7 ��.n...�;- �����r.71..�...�skS1^����n���.,.�.}���,,..�159='��� I: � ���- - � I; „!�'J• �a�4 q.�. %3#t .,_�j�'��,,.w,��� •�-�%k�1. � � .` �+I � � Q � � � � O ^�" � � � � � � � � � � �F � a o T, G � O {/j � � bL � .,. r � � � � F-� '�' I � I I � � �� � � � � I �� i � �� � .� � � � I � �, � .�. _ f. � �, � � ♦ � ♦ � � :� � � I � � �y � � � h � � � �' � �5 � } q����� � �r 4 • ��'�* �" � � �� � �I .I i', k � � • '. '; A �y � � m ' �5 � i,� � x ff � � �{ u ? .i �; �,"� r � - � I� ° 1� '~ � m 5!' C � �{ � � � � + Y' * n' y' � � 4' � � � F t � r" ;' - � �` � � . ;, $ � � L� � C i �j � ;; �. + �,�' �` a { � n � ��� ii � � � � n �'ii .i �' -4 � '.7 � i i a l[ t# � � � _ � " , .I ;� � :S 7� .� .. 1' } � � � .:, .I ��� .- � -..� .. �� � :'� � � a� 4`} � .`+ .t o r+ � � T � ]j � c � '�.� �' :R 1�' :� :. ii �+ � l�: � - E I � � C1TY O� PORT WORTH 262 { N�RTH RNGI2SII7E RESUI2FACING PROJSCT STANDARD CONST`IiUCTION SPECIFICATION BOCUMENTS City Yroject Nu. 102877 Revised August l3, 2021 Ol 32 lG.l CC)NSTRUCT'I03V PROGRESS SCHEDULE-- AA5ELINE EXAMPLE Page �4 af 7 I � r' � � ���,F �� w r. � []. � � � � � r � � � � � � � � � ; � � ; � � � i , �_ � , . _,. , ... . ,..----- ._.-� ---� ........ ..... ........�------�- --��,,., , , r 1._ �._ .._._. : ---- � ,�t..._._.."'' _�__� .�.�.�...,J.,.�._""1_"""""�...���..� .�. ���.. ."'"_"""'"'" _""_ -•— - . i . . � .- ---- ._. . . . .. ..- . �-.- ---�.-.-.----� . � �+ �,� . . �.-.-� ...............-�. ., --T.. ._....�.. , .,�., , .� �_ - . .� ' ' . . r �14 - : . ���� � . ' """ 1 I 1.�: ���� �..�d._...i..J..._ i-.__I.__� .�...���..4,�..._ «i�.. � .. �. � � : ' � I : �� I � ,.._�.,._ . ,1 : ... .. .. ...... � , . . ......� ..... . �_...,..._ ,,, . , , . ., ,,. . .� _... ; ?� I � � �.,.,., _., � . i._._ I. �} ...I Y.I R t .i i• si _ 1• ,. .I .i �r �i �i 4.t.i i. I.I . i i•t �.i �t ii , • � i� 4� i} t /i �I . r _� ti � r r .I �I ;f [j.:l :E,:� . '�l .�'"�i :� a � 51 w :{ ;� :� :� .. '8 .� ., .� .! ': 'I '1 :f � # � .. .� �;.'.� � � .' '''K. ' :i ., _i ;�; ,', �; 4A �. �� 'j� � �i �� �i il � i� F� •! �� yi �� i11 1��,�� �I /� i� i�� �� ii �`� `� ' � # Y � �� �� 4 � �' � � t * +�' � � 4 $ > T� 4 ';', . � ;J . — . �S .. . „ :I 7] - .��4 � :; S .. . :� .. ., � � .. h� .. .� .. w � ., .� .� t� .. � ,« .. �� t.m '�I ;r `i � � � ': `I ': '.,� � � :� ': ' � 1: `i :' j ; i ;i iK }1 � � � � s!i f, il ' { _ + �• ii � k � � { 2 a w � ,� �� �� � ,, � „ y� r � 1 '�;� � . � .� •1 � ~ •• � � • a �F��'� .. �� �, :I�.. .�� •� � i . � �i •4 ..� �� •i � fF C1�i! � � x �k •r ��.=� +i � +} 6 O }l il LI I � � � . #� r� �i �� i�� �� �t � � i. I'I 'r;l - 'i�� 'J �r SI i± � r � ��1 � � �r Y.i r'3 u N t: � {W �„ : � � � � J � � � J � � �� ' :� �� i N� � s I I �" '` �� � rt ti � �' � ''I M �:� t;:i `�;; .� �' ;! + � t! � � � � �~ � y' " �' ; � � � y �' 1; � �a � i � �I �' M R � , � '� +i n � �� • � � • r � ;� a 7; '� � 41 + + �' � � q „ � .� F .� ., 4� ,� a N� ` "1 f1 Y { � , I n L . � � F � '� '�' 4� � 4 r {7 � � : R : � I : � i � 71 '.' F r I ` , , � � ; , ; � r I � i r a, � : , : I f ; � .`� �. � re Ni .. .� � 4� . .� '�Y �I �� y �3�"- • %� r� +� , � a � � `li �ii ,li -• �ii � -` �'I Y v rF F `:� "; s'� ,. .� ai +y � •'� '� � i k � � .L k� � '� '�. � ia � �� . ;i '� �� ..' :' � � _ �� ��� ��� � �n .i� - w � :� +* {I I� /F i�� R� �% �-� n 1� � � k� lf ,�. ;F , .I 'I � iF' � : '{ rl C� i} �} � w ii i� � y, I I ��'� " M i3 w �� �i �; � � � �a � � � �, £ � � # �, � i-� i� � g � I 4 �; 1 •L' ! ' ry.} � rS ys � � � * � 9 a� -� 1� � G� � �����!- 4� i.l k i � � Y � 5 r`rt�' y} � n �r :I. �ii',�. �. �� � . � � �d �� � � � �..% � � r i,� � � � i/7 �. � � Q � � � u � � � � �i p t� � � %, " iV 4 � rl � � � e� ���. � �w � '`� u � � � .k S � i.� � � ♦ �D � � 4 O � 'r' �� I:h � � '� � � ti_ � � � � CITY OF FORT WORTH 2O21 1VORTH RIVEAS[IaE RESLIRPACING PROdECT STA1dDARf3 COIrfSTRUCTIpN SPCCIFICAT[ON DdCUMENTS City Project No. 102877 Revised August 13, 3021 Ql 32 16.1 CONSTRi3CTION PROGR�SS SCHEDl3LE--I3ASELIN�EXAIVIPL� Page 5 of 7 CITY QF FQRT WORTH 5TAN�ARD CONSTRUCTLOAISPECTFiCATION DOC[JIVIBNTS Revised August 13, 2021 2021 N012TH R[VEI2SIDE RESURFACiNG PRD7EC'I' City Project No. ] 02877 O1 32 16.I CONSTRUCTiON PRQGRESS SCHEI}ULE — BASEL[NE �.3;AMPL� Page 6 of 7 CITI' OF FORT WORTH STANDATi� CQNSTRUCTION SPECIF[CATI�N I70CUMEN'fS Revised August 13, 202 l 2021 NORTH RNERSTD� RESURFAC�VG 1'KOIEC'f Ciiy Project No, 102877 O1 32 16.1 C�ONS�CRLICTION P1tOGRE55 SCIt�DLTLE— BASELiA1E EXAMPL.E Page 7 oF 7 1 ENll DF SECTION CiTY QP F�TiT WORTEI STAN�AAD G�NSTI2UCTION SPECii'FCATION I70CUMENTS Revised August 13, 2U2 i 2021 NORTIi RIVERSTDE ItESURFACING PR07ECT CiEy Project I�To. 102877 Ol 32 16.2 CQitISTI2tJCTION PROGRESS 5CT-I�dULE— PROGItE55 T3�AMPLE Page 1 nf 5 9 3 4 5 6 7 8 9 1� lx 12 l3 14 I5 16 17 I8 19 20 21 22 23 24 25 26 SECTION 0132 16.2 CONSTRUCTION SCHEDULE — PRQGRESS EXAMPLE PART1- GENERAL The following is an exanaple of a Cont��actor's praject schedule that illustrates the data and expectation for schedule cont�nt depicting lhe progress for the p�-oject. This vet'sion of the schedule is refea�red to as a"pragress" schedule. This exacnple is intended to prov[de guidance far the Cantractor when developing and su6initting a pragress scheduie, See GFW Specification. O1 32 16 Construction Schedule for details and r�quiretnents regarding. the Contractor's project schedule. CITY O�' PORT WORTH 202 ] NORTC�I RNERSID� RESURFt�CING PRQ]ECT STANDARD CONSTRUCTION SPECIFICATIbN DpiCUMENTS Gity Project Na. 102877 ltevised August 13, 2021 oi 3z i6.2 CO�fSTRUCTION PRflGl2ESS BCHE�ULE — PItOGRESS EXAMPLE Page 2 nf S CITY OF FORT WOl2`I'H STANDARD COWSTRUCTION SPEC�'ICATTON 1]OCUMEiVT5 Revised August l3, ZD21 2021 3VORTH R[VER$IDE RESUTtf'ACI]VG PROIECT City Prnject No. IA2877 � a� t.. � r; r�, � � � � rn r� � y} � iq � 4� � � � 0� I.I; � � � � � � .� � � � � 4� �. � �[I � �. � � � � � � � D I 32 ] 6:2 CONSTRLICCCON PROGRESS SCH�DULE--PROGRESS EXAMt'L� Page 3 of 5 - � � -� ; , �_-�------' - ._ . __.._.,,_,-�--._. .,--•-•-- ---- -- ..... - -�-- - - • f ��---- -- �- , , _T ,., ,..,, -- - ----�- , _ _ _ '" .,,,, ,,._� .. .. ..............................-.,,.,..,,. ,,,. _. . ,., -, , ,,. , „ .., . _. ,..a ....._. __.. . __.�„ - ,. , .._.,� ,. --�----��}�-----� - - .... . .........:.......... .......� — — -�-�- , „ , „ ,..�,,.,. -- -..._..3.------ _ 1�-- • � ; � . ..:.. . .. . . . . . ......�--:....���,.� �.__��...�. .... _. .__.. . G._....... F' .�....�] . . � ,; ' -�,,...��. ..�,� � ' , ' ' . ._.. ..}�. ..l .. .. __'—'..�.—"_ _—'_" """"" � �����,..' '_-- � """""'�. ��. ,. $ � ��r � .���.���.1.—"'_'�.-- —' "'t".""" .� ... ..� �_,��."�u""__�'_"�"�"Lr'��" ' , .� .� � _._.- - -- , .. ••. „-- .. --� F „�__ � " 1 — _ _ 1.�4. _ _ _ _! ' �. . . � . � . � -� -- - - �-- �� - ,.. . , � � -- ------ - � • ' , „ ,� ---- - '- { = �-=�T- � ,..,, _ ''r: �'i�� l_' �.. � �1 Y „L�. ._1 _"�_'� �`' ���-��.� �.�— .�.� �� ,,....f�.s�..s......�n.i.i+ a...,..�i,i�,.�. .�.�... «..,t _� � � �; � y� , !4I �" i� ' +I � # #� c� n� •� P i'I �� �� r� � f�i :_ . � Y*� M li it Y al fi a. � IF t. � � I � �ii ry ri �� x� i lii . iF il h� i+ Y '�' {I �•�"`f" � � alk� r.]* '� .�F u i:f'��� � ^9111k��',�o I�� :'�}� �I 1� ;p �,� Fl ;i � � �'�I; a +_t �� .� �� �j _{ ��� � �� � � �� � � �r I' � � ;; , . .. ._ � �� �1� ., I�3:.�1� -��:�:�;��, . � �5�± +� a K ._ f+� ..�.', .�„_ .� � a „�.�.�. ..�,t . ��. ..,— �. .��� "'J ;� " � .� {� �: i� "2: }: :'i Y r. r• r� ti "' �: S 'r � I ]: 'I ': Y `i �l ]: � I '" 4r i. ' }�� ff r M � � A 5� .. � � � 7 � � '� f }I � � � � � .. � 1 � �`i 1 �`�F ' � � � � �'� ,I� � � r i � � �+ ri u :� u � t � � ,. ,� sr �rG � G� . ta r r. '� � �� ,. � � �, :{ ° r3 �� ,,, „ ., , , } . � ... �, ., .. ., ,,, � y, � .. ,,, � :; � i;' i � i; �* F: :; a � ;+ ; � �.� :: � �F �7 � # i�I 1: 44 ;d � ��, i. �4 }k �f �" st i� :: r• � } ; �f i; i, k �:���`���� �.� r��� _ ��������`.������„�� �,��{����� , . �i '. 71 � �' ., �J �'�'' 7�1 ., .. _ ;� Fi � a, � •� �'. "� }• sl ". ��.�'�I'�.`,��{+ ;i��`�f:ii}��..;'1�:�r�4' � �f1irJ" I:�i�^��•"JI; :��i�j:� { � � �� �1 �I �i f �4 T ��� �I #x,� ����� �:4 ��f'�i�#�.��� 3�.�II:;�:I����,.r��.i' �t��i',�������.��'`_+ .rl. ��G':�� R' � 7I ���;s :.� � t. I� � � Gi � u i. � L� S li � L u�# C� f{ L� � � � `� � � � � � � � � � � � « � � � � O � � � � � CI4 � �u � � r-1 O � � .� �.. �.�.- - f:F�1�• ,•14*•�_����:kll'- • c �I � � .. �.sl,�. ��-��I Il:..y� w _., ��r � f� _ _ . : fl � . �! �i� . � .. ��.;{ �] :' o C � ^ �:'rr . ;'� � ri i�. �� � !�., � � � �� -� �'i LL� �� � I �i I a I � ^ ,i � � � � I I � � � � � 2r f� � � i � �� �� � � �Si '� � � ♦ � �c Pd: �� � � � � � r;�!��� � �� �u��� � � �' � f Y* f � � • � +� � ■ �� •y � '� f F ir i� F f' 'r K � � � � •`• � � f,ti iy � ;� # �ex i �� fy � .k - �5 _ '� L' h� � f �, � .- � ai n C� n � � � � ��� � � +F �i R � l, � � i # r� s �'�-+' �j �. �r �, � � �! y � k �+ � }� g i� � � :;�a. i� i �, r�3�} 4.���..� ��'�� 1�P�� ��1=�'a,F��d ��1 ;o t � w - y }: '. � � .� � y 4. y� �. .. .� � � q;';. SC = f trl �k 1' iS Y i` �_, ^ � .. � � �.�i � � *� , s ��"�9+Ir5��Y.r�MHr�M��, � � . ,���� ,,.� :3rkr��:�F� r.r � ca : :s .'r l I '� i�' '.k � � � � � �, CITY OP FORT WORTH 2O2f NORTH RIVERSTI]E RESLfRFACING PROJECT STANI7ARD CONSTRUGTIpN SPCCIF[GATIDN DOC[IMCAITS CityProjectNo. 1�2877 Revised Augast I3, 202d 01 32 16.2 CONSTRUGTIq1� PROGRESS SCHSDULC — PROGR�SS E.xAMPLE Page 4 of 5 � � � � � � � CH � � � � � � � � � � ..� � � � �. � � � }� L � ; � � � � � � � �.1 � y �.i� .., „ . � ., .—�, -;---�.,. ,,, ,,,- . �,. . .._ � „,. , � ,— : .a... ,_ ,.. . . ,.j .. . , ,.._.. ,..,, _ .., ., � -y' ----�--._..,, ..,,T�--',_. ,. � F�� � � . " "'"""" C�_.._ �..T� . I"'""'_'__"" I """_ "_._ ...' ' ' ' "_""" ' ' _" ' ' - "_"""__"_" �""'""' � �' . .. �.- _....L'"'_—'"._��, ...��""""" � . , '" " ""' '. ���.�i-...._. ... � ���� � ..I �' -� ��1.. �.i. . _...�.�- � ... ���J. � �� .�... . . . �_._ ~4aTk l.i�_��.��.- . "� ":---i W:r... _..�-- - -- ---- ._�.�� - •.�� � _��--� — �113 L : . .. - -.._ .... � '. � � . , � � ��� - . ' ' "" "., .... . .. .:. I � � . � � ! - r "_��� � , . ___ � _9. . _.. .r„y.:...... �.........:a�.. . y. _ .�.. _T.�. - � �- -�--. _. _, , f _z �—r�"-�-• r '�---� ' � ] �I � i �i ..��'ii i^. .. �..I'.. .} .. ,r �..r , . , , . rr,�i i. 4� ra•e� l ['Ij C} �. r� .�•r�i. ris.. ,. .y��a ^�:.'Li I.� L. C. y.':a .t'�+.,, n a, �i �. ¢ n o n n � .F �. n., „ - ,.y � 7i w.� .x ., �. . , w « ., �� � .� -..��� . . N� ��, r -s �. N � w � r. �� � �,� ii�'1;:.��,�� � ��4f� r.� i�??s slt[�: k�;:�r�i#1,t' i•I �t1 � 6�i#:%�r'f� ��� F� 1 �� �� �� '��� � � � �k ���� � y� � � � �, � ���;�.k'!*���� .l:��� �����',�� r- ��`« ��,Y�,�a_FM1..���� .� 7 r. �..r. . :M { i�. .� r� rl . ,� ' a . � r� ^ �.� �i iF a .� r. .} .fi tti 4 +• ii ili .I�.H f* 4 t i. t\ iw �'�i�`I'it5� T:"�'>}r�*�*'k�:fP����?:S� � �� " �����'�:�^ IRf r7 ����� � �����l�l��;�y �h,�?:�� x� �{� 5 3 �{� 3 �,4 ��; �- =-:'�id:�..�: �; r�r��i� ,��:���, ;4�$����' . ._ �, y .l ,,, , , ,I � . .�, � ,�, ,� �„ . .Ix� .._ -: ,� � �� „ fi ,� ,��y +� � .. ,, .. �„ ,.r ��}'�� F u S� �� �� r r� 'I fl � i. Si 'T {� i i,� �. C� � �i y� JI i� �i C Y � S{i, tiY I, {4 � ""4t�'�*�� }f� � � �`�� h#�.�a �����' � 4���'�� �# �-4 � , � , . , - - .. � :li�"�.�.�u�i:i.ri1���������ii�;i;�x J.i#i i. .a 1�_� �� � �i � 4i i� ... � � r.+ �.� r� n� �' �R li i . M , w •^ ill � {'F,},�..}t� ��C��'���'K����!���� '��{��9 ����:�Y.� � � h��;G�� ��_�...f..l�:kl:,.1�...�'i �.{� ��F • - f f d � 1• 7n � � j � i , +. � � l f Jc ! . ! � F � � f f - ! l � � ,.J, ! E, � u z. o.i n � n� ,i, n � � .� .. �� � u if � � .+ �i .. riY 'a .��' u u �� �� il��• i. !i •� � '' iH "'� X i��++ . .. - '� ,. �� }; �; ¢ +�'7 � +' �Y �'F 'r: _ + � o n ,i !� ` .F '�, f� :' :: - W ;' *i u' � SE :. - F � � � � i� � * :� �� , � � ,. � � k �I � �:� � �` � y :. � , L rt � ^ � �Gr i� �� I� �,��� �! �� .�_�a t. "�� tt � � P���e� � ����#� � '`"�'�` ��-����I �n y k �'r � h � F.� � ;; _ � � �1+4 n � „� � � � � �G � iF r * 'Yx � � „ � Y � • � � � � � � LS a i +r LL� 15YI ,�'s f� � r� y ��� ��k�i !� ���i .G�,y � �� �� �! .4 5 �� u�4.F � r� � in 1 1 I- i�i } i.. � U � �� R3 f5 4 q �+ +� { r� u^ .# � � � �, �, .{ �.' aF �;'j `—' Fk r'7�L7 $3 �i� �:.1 .I W i" n�i :I �.y C.,' C�.I � Ci FL �'� X:S 7� .n �i� :� �+ . � � - , �"� � :� . ,, .� � � 4 .i � {� M � ��r,� W � � .� � � � � � � � � � u� a � �' .: � G {J� � � �� �6 q!� � �I � � � LJ m � �� �� ��� � E �w� #.� � • � � � � '� � .� �Vq �� 1-r � � � � I CiTY OF FORT WORTH 2O21 I+IORTH RIVERSIDE 12ESURFACING PROJECT STAI�IDARD CONSTRUCTTON SAECIFICA'i'ION 170CU1VIENTS City Project No. 102877 Rcvised August 13, 2a21 O l 32 ] 6.2 CONS`I'RUCTIQN P�tOGRE55 SCHEDULE—PROGItC55 F..XAMPI,� Pagc S oF5 1 END OF SL+�'CTION CTTY OF FORT WORTfi STANDftRD COIriSTRUCTION SPCCIFICATION DOCUM�NTS Tte�ised August 13, 2021 2021 NORT�I IiIV�.I25IDE �SURFACING PROJECT City Project Na. 102877 0132 163 — PROCE12�S5 NARRATIVE Page 1 of 1 Reporting F'eriad: Project Name: City Project Na: City Project Manager: A. L,ist of acti�ities c1 1. (inser� text here) 2. (insert text here) 3. {insert text here) 4, (insert text here) 5. (insert text f�ere) 6. (insert text herej �. List any potential 1. (insert text here� 2, (ir�ser� text here) 3. �ins�rt text here) C, List any actual de 1. (insert text herej 2. (inser� text here) 3. (insert text here} SECTION Ol 32 1.G.3 COIVSTRUCTION PROJECT SCHEDULE PROGR�SS NARRATIVE in the re and provide mif and pravide �ate Issued: Contractar Campany Name: Contractor 5chedule Contact: on actions actions City of Fort Worth, Texas ConstrucYion Project Schadule Narrative Report for CFW Projects Revised August 13, 2021 Page 1 nf 1 013233-1 PI2ECON�TAUCTID[�i V7I]EO Pk�e 1 of 2 1 2 3 PART1- GENERAL 4 1.1 SUMMARY SECTTON 0132 33 PRECONSTRUCTION VIDEO 5 A. 5ection Includes: 6 1. Adininistratave and procedura] requiremen#s fpr: 7 a. Preconstruction Videos 8 B. Deviations from thzs CiCy of Fart Wpzth Standard Speczfication 9 1. Nane. IO C. Related Specification. 5ections include, but are not necessarily li.mited to: 11 1. Division 0— Bidding Itequirements, Cantract I'oi�s and Conditions of the Contract 12 2. Divisioz� 1— General Requirements 13 1.2 PRICE AND PAYMENT PROCEDURES 14 A. Measurement and Fayment I5 1. Work associated with this Item is considered subsidiary to the various items bid. I6 No separate payrnenC wi11 be allowed for this Item. 17 �.3 REFERENCES [NOT IISED] 7 8 T.4 ADMXIVISTRATIVE REQUIREMEIV'I'S 19 A. Preconstruction Video 2D 1. Produce a precanstructior� video of the site/alignment, includiz�g a�l areas in the 21 vicinity of and to be affected by construction. 22 a. Pro�ide digital copy of video upon request by the City. 23 2, Retain a copy pf Ehe preconstruction video until the end af the maintenazzce surety 2� per�od. 25 1.5 SUBMITTALS [NOT USED7 25 1.6 ACTION SUSMITTALS/[NFORMATIONAL �SUBMITTALS �NOT iTSEI�] 27 Li CLOSEQUT SUBMITTALS [NOT i]5ED] 28 1.$ MAINTENANCE MATERIA_L, SUBMITTALS [NOT IISED] 29 1,9 QUALTTY ASSURANCE [NOT USED] 30 1.10 DELIVERY, STORAG�, AND HANDLING [NOT USED] 31 1.11 FIELD [SITE] CQNDITTONS [NOT USED] 32 1.I2 WARRANTY [NOT USED] 33 PART 2� - PRODUCTS [NOT USED] C�1'Y f)F FORT WQRTH 2O21 NOIZTH 12IVERSIBE RE,SURFACING PROlECT STr1N]]AAD COPTSTRUCTIOIrI SFECIFFCATION DOCUMENTS Revised 7uly 1, 2011 CPTP PROJECT NO. 102877 O13233-2 L'RECONSTRUCTION VIDEO Page 2 of 2 PART 3 - EXECi7TION [NOT USED� END OF SECTION C1TY OF FORT WORTH 2O21 iYORTH RIVERSIDE RESUAFACING PRdJEC'P STANDARD CONSTIiUCT10N SPECIT7ICATIQN DOCUMENTS Re�ised July ], 2011 CITY PAOIECT NO. 1D2877 013304-1 SUI3 MI'I"1'ALS Page I of 8 1 2 3 PART 1 - GENEIZAL 4 11 SiJMMARY SECTION 01 33 QO SUBMITTALS 5 A. 5eetion Ineludes: 6 1. GeneraI methods and requirements pf submissions applicabl� ta the following 7 Work-related subznittals: 8 a. Shop Drawings 9 b. Product Data (including Standard Product LisC subn�ittals) 10 c. Samples ll d. Mock Ups 12 B. De�iations from this City of Fort Vlorth Standard Speciiication I3 I. None. 14 15 i6 17 ?.2 C. Related Specifzcation Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms and Conditians of the Cont�•act 2. Division 1— General Requirements PRZCE AND PAYNLENT �ROCEDiTRES 18 A. Measurement and PaymenC l4 1. Work assaciated with this item is considered subsidiary to the vario�s items bid. 20 No separate payment will be allowed for this Item. 21 1.3 REFE�tENCES [NOT iI5ED] 22 1.4 ADMINISTRATIVE REQUIREMENTS 23 24 25 26 27 28 29 30 31 32 33 34 35 36 3'7 38 39 40 A. Coordin,ation 1. Notify tk�e City in vvriting, at the time of submittal, of any deviations in the submittals firom [he requirements of the Contract r]ocuznents, 2. Coordinatio�n of Submittal Times a. Prepare, prioritize and transmit eaeh submittal sufffcien.tly in advance of performing the related Wark or other applicable acti�+ities, or within the time specified in t�e individual Work Sections, of the Specifications. b. Contractor is respanszble such that the installation will not be delayed by pz-ocessing Cimes including, but not Iimited to: a) Disapproval and resubmittal (if required) b) Coordination with. ather submittals c) Tes�ing d) �urchasing e) Fabrication f} Delivery g) Simi�ar sequenced activities c. No extension of time will be authorized because of the ContracEoz'`s failure to tra�nsmit submittals sufficiently in advance of tha Work. crr�r o� Fax�r wox�H STANDARD CONSTIZUCTION SPECIFICATION DOCilIMENTS Revised D�camaer 20, 2012 2Q21 NORTH RIVERSID�' RESl7RFACING PR07ECT C1TY PROJECT N0, 102877 U13300-2 Si7BMITTAL5 Page 2 of S 1 2 3 � 5 6 7 8 9 IO 11 12 13 14 15 16 17 18 19 2D 21 zz 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 4I 42 43 Q�4 �5 d. Make submittals �romptly in accordance with approved schedule, and in such sequence as to ea�se no delay in the Work or in the vaaz'k of any other eontractor. B. Submittal Numbering 1. When sul�mitting shop dzauvings or samples, utilize a 9-charaeker submittal cross- reference identification nuinr�bering s�stem in the following manner: a. Use the first � digits of tha applicable Specification Section Number. b. For the next 2 digits number use numbers 01-99 tQ sequentially number each initial separate item or drawing submitCed undez- each speeific Section number. c. Last use a letter, A-Z, indicating the resubmissian of the same drawing (i.e. A=2nd sabmisszon, B=3rd submission, C=4th submission, ete.). A typicai submittal number would be as follows: 03 3o aa-os-B 1) 03 30 00 is the 5pecification 5ectjon for Concrete 2) OS is the eigl�th 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, praduct data and samples, inclurling those by sub�ontractors, prior tp submission to determine ar�.d verify the following: a. Field a�easurements b. Field construckion criteria c. Cata�ng numbers and similar data d. Confoz'nnance with the Contract Docuzn�ents 2. Provide each shop drawing, sample and product data submitted by the Contractor with a Certification Statement affixed inclading: a. The Contractar's Company name b. Signature 4f submittal reviewer c. Certification Statement 1) `By this submittal, I hereby represent that I have determin�d and verified field measurements, ficld construction criteria, materials, dimensions, catalog numbers and si�ilar data and I have cheeked and caardinated each item witl� other applicabl� approved shop drawings." ➢. Su�mittal Format 1, Fold shop drawings lazgez than $�/z inches x 11 inches to 8�/z inches x l linches. 2. Bind shap drawings and product data sheets tagather. 3. Order a. Cover Sheet 1) Descripiion of Packet 2j Contractor Certification b. List of items I Table of Contents c. Product Data /Shop DrawingslSamples lCalculatians E. 5ubmittal Content 46 1. The date of submission and the dates of any prevaous submissions C1TY OP FOAT WdRTH 2O21 NORTEI RIVERSIDE I2ESURFACT[QG PIiO:CECT STAIYDARl7 COIVSTRUCTIQN SPSCIPICA'FION DOCUMENTS Revised December 20, 2D12 CTI'Y PR07�CT NO. 102$77 013300-3 SlIBMITT't�L3 Page 3 of 8 2 3 � 5 6 7 8 9 10 2. The Project title and number 3. Contractor identification 4. Th� names of: a. Co.ntractor b. Suppiier c. Manufacturer S. Identificatzon of the product, with the Speczfzeation Section number, page and paragraph(s) 6. Field dimensions, clearly identified as such 7. Relation to adjacent or criticaI features of the Wark or materials 11 8. Applicable standards, such as ,ASTM ar Federal Specification numbers 12 9. Zdentiiication by highlighting of deviations from Contract Documents 13 10. Identification by highlighting of revisions on resubmittals 14 1 I. An $-incla x 3-inch blank space for Contractar and City stamps 15 16 17 18 I9 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 4Q 41 42 Q-3 4� 45 46 F. Shop Drawings 1. As specified in indi�idual Work Sections includes, but is not necessariIy limited to; a. Custom-prepared data such as fabrication and erect�onlinstallaiion (working) drawings b. Scheduled information c. Setting diagrams d. Actual shopwork manufacturing instructions e, Custom tea�plates f. Special wirzng diagrams g. Coorctination drawings h. Individual system or eyuipment inspection and tes.t raportx including: 1) Performance cut-�ves and certifica�ions i. As appIicable to the Work 2. Details a. Relation of the various parts to the rnain meinbers and lines of the structure b. Where cqzxect �abrication of the Work depends upon field meas�rements 1) Provide such measurements and note on the dravvings priar ta submitting for apprpval. G. Product Data I. For submittals of product data for products included on the Citq's .Standard Product List, clearly identify each ite�n selected for use on the Project. 2. For submittals of product data for products not included on the Ciiy's Standard Product List, submittal data may incl�d�, but is not necessarily limited ta: a. Standard pre�ared dat�t for manufactured prodncts (sometimes referred to as catalog data) 1) Such as the tnanufacturer's product specificatzon and installation instructions 2) Availability of colors and pat�erns 3) Manufacturer's printed state�nents of compliances and applicability 4) Roughing-in diagrarns and templates 5) Cakalog cuts 6} 1'roducC photographs CITY pF FORT WOR'I`H S.TAI�lDARD CONSTRIICTIDN SPECIFICA'IYON DOCUMENTS T2evised Deaemher 20, 2012 2021 NORTH RIVER5ID8 AESURFACING PitOJECT CTI'Y PR07ECT NO. 102877 O] 33D0-4 SUI3MITTALS Page 4 af $ 4 9 10 11 12 13 l4 15 16 17 18 19 20 21 22 7} Standard wiring diagracns $) Printed performance curves and aperational-range diagrams 9) Production or quality con[rol inspection and test reports and certifications 10) Mill reparts 11) Product operating and maintenance instructions and recommend�d spare-parts listing and printed product warranties 12) As applicable to the Wark H. 5 amples 1. As specified in individual Sectians, inelude, but are not necessarily Limited to: a. Physical exampies of the Work such as: 1) Sections of manufactured or fabricated' Wor� 2) Small cuts or containers of materials 3) Complete units of z'epetitiveiy used pro.ducts color/texture/pattern swatches and range sets 4) Specimens for caordination of visual e�ect 5) Graphic symbols and units of Work to be used by the Ciry for independent inspection and testing, as applicable ta the Wark I. Do nat start Work requiring a shop drawing, sarnple or product data nor any material to be fabricated or installed p.z'ior to the approval or qualified approval of such item. 1. Fabrication perfornaed, materials pur�hased or on-site construction accomplished which does not conforinn ta appro�ed shop drawings and data is at the Contractor's risk. 23 2. The City wiIl not 'be liable for any expensa or delay due to cozrections or re�r►edies 24 required to acconnplish canformity. 25 3. Complete projeet Work, materials, fabrication, and installations in conformanee 26 with appro�ed shop drawings, agplicable samples, and product data. 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 7. Subrnittal Disttibution c. � Electronic Distribukion a. Confirm development of Froject directory for electronic submittals to be uploaded to City's Buzzsaw site, ar anQther externa] �I`1' site approved by the City. b. Shap Drawi.ngs 1} Upload submittal to designated prflject directary and notify appropriate Cit� representatives vza emal of submittal postir►g. 2) Hard Copies a} 3 copies for all sub�nittals b) If Contractor z'equires more than 1 hard copy of Shop Drawings returned, Contractar shall submit mdz'a than the number af copies listed above. Praduct Data 1) Upload submittal to designated praject directory and notify appropriate City representatives �ia emai! of submittal pasting. 2) Hard Copies a) 3 copies for aIl submittals Samples 1) Distx'ibuted to the Froject Reprasentative 47 2. Hard Copy Distribution (if required in lieu of electronic distribution) Cil'Y �E FORT WOTiTH 2O21 NORTH RIVERSiDE [�ESiJRFACING PROJECT STANDAIiD COI+ISTRUCTIOAI 3PBCIFICA.TIq[�T ]�OCLTMEN'PS Revised December 2a, 2U12 CiTY PROTECT I+CO. L02877 oi�3oo-s suaMirrnLs Page 5 of 8 1 a. Shop Dzawings 2 I} Distzib.uted to the City 3 2) Copies 4 a) $ copies for mechanical submittals 5 b) 7 copies for all other submittals 6 c) If Contractoz- requires more than 3 c�pies of Shap Drawings retuzned, 7 Contractar shall submit more than the number of copies listed above. 8 b, �'roduct Data 9 1) Distributed to the City 10 2} Copi�s - l i a) 4 copies l 2 c. 5 amples I3 1) Distri[�uted to the Project Representative 14 2) Copies I5 a) Submit the number stated in the respective Specification �ections. 1�i 3. Distribute reproductions of approved shop drawings and cnpies of approved 17 product data and samples, where required, to the job site �ile and elsewhere as 18 directed hy th� City. 14 a. Provide number of cQpies as directed by the City but not exceeding the number 26 pr�viously specified. 21 22 23 24 25 26 27 28 29 3� 31 32 33 34 35 36 K. Submittal Review 1. The re�iew af shop dzawings, data and samples will be far general confozmance with the design concept and Contract Documents. This is not to be construed as: a. Permitting any departure from tk►e Contract requirements b. Relzewing the Contractor of responsibility for any errors, including detaits, dimensions, and materials c. Approving departures from details furnished by the City, except as othenrvise provided herein 2. The review and approval of shop drawings, samples or product data by the City does not relie�e the Contractor from his/her respansibility with regard to the fulfillment of the terms of the Cont�-act. a. All risks of error and oinission axe assumed by the Con�ractor, and the City wi11 have no r�sponsibility therefore. 3. The Cantractor remains responsible for details and accuracy, for coardinating the Work with all othez associated work and trades, for selecting fabrication processes, for techniques of assennbly' and for perfarming Work in a safe manner. 37 4. If the shop drawings, data or s�nples as submitted describe variations and show a 38 departure from the Contract requirements which City finds to be in the interest of 39 tha City and to be so minor as not ta in�olve a change in Contract Price or time for 40 performance, the City may return the reviewed drawings without noting an 41 exception, 42 43 44 A5 46 47 48 S. Submittals will be returned to the Contractor under 1 of the f.oIlowing codes: a. Code 1 1) "NO EXCEPTiONS TAK�N'° is assigned whan there are no nniations or comments on the subrnittal. a} When returned under this code the Contractox may release the equipment and/or matazial %r manufacture. b. Cod� 2 CI'i'Y OF �OItT WORTH STANDARD CON3TAUCTION SPEC�ICATCON DQCUMENTS Revised decamber 20, 2012 2021 NORTH RIVERSIDL IiE5LTRFACING PRQJ�CT C1TY PR07CCT' �lQ. 102677 oi s� aa - � 5UBMITTAl�S Page 6 of S 1 1) "EXCEPTIONS NOTED". This code is assigned when a cor�firmation of 2 the notations and cnmments IS NOT required by the Cvnt�•actor. 3 a) The Contraetor may release the equipment or material for nnanufacture; r� howaver, all notations and comments rnust be incorporaCed into the 5 final pz'oduct. 7 8 1.0 lI 12 13 14 IS 16 17 18 19 20 21 22 23 c. Code 3 1) "EXCEPTIONS NOTED/RESiTBMI'i"'. This cornbination oicodes is assigned when notations and comments are extensive enough to require a resubrtaittal af the package, a) The Contractor may release the equiprnent or material fnr rr�anufacture; hovvever, aIl notations and comments must be incorporated intn the final product. b) T4iis resubmittal is io address all comments, omissions and non-conforming items that wexe noted. c} Resuhmittal is ta he received by tha City witlun 15 Calendar Days of the date of the City's tzansmittal requiring the resubznittal. d. Code 4 1) "NOT APPROVED" is assigned wl�en the submittal does not meet the intent af the Contract Documents. �) The Contractor must resubmit the entire package revised to bring the submittal into confoz`mance. b} It may be necessary ta resubrnit using a different manufacturerlvendor to meet the Cantract Docurrtents. 24 6. Resubmittals 25 a. Handled in the same manner as first submittals 26 1) Correckions oth�r khan requested by the City 27 2) Marked wiCh revision triangle or othez sizzailar method 28 a) At Contractoz''s risk if not marked 29 b. Submittals for each item will be reviewed na more tl�an twice at the City's 30 31 32 33 34 35 36 37 38 39 40 4I 42 43 44 4S 46 47 48 49 expense. 1) All subsequent reviews will be perfarmed at times convenient Cn the City and at the Contractor's expens�, based on the City's vr City Repr�sentati�e's then prevailing zates. 2) Provide Contractor reimbursement to the City within 30 CaIendar Days for all st�ch fees invoiced by the City. c. The need for more than 1 resubmission or any othar delay in o.btaining City's re�+iew af submittals, will not entitle the Contractor to an exiension oi Contract Time. 7. Partial Submittals a. City reserves the right to not review submittals deemed paz�ial, at the City's discretion. b. Submittals deemed by the City to be not complete wzll be returned to the Contractor, and will be considered "Nat Approved" un.til resubmitted. c. The City may at its option provide a list or mark the submittal directing the Contractor to the areas th.at are incomplete. 8. If the Contractor considers any correction indicated on the shop drawings to cons#itute a change to the Contract Documents, then written notice musz be provided thereof ta the City at least 7 Calendar Days prior to reIease for manufacture. C1TY OF PORT WORTH STt1NDARD CQNSTRUC'f'IpN SPECIFICATiOIV I]DCUMENTS Revised Decemher 20, 2012 2021 [�TORTH RIVERSIDB RESLTRFACING PROJECT CITY PROdECT NO, 102877 a.i a� o.o - � SUBMl'I"I'AIS Page 7 of S ] 9. When the shop drawings have been eompletea to the satisfactzon af the City, the 2 Contractor nnay carry out the construction in accordance therewith and no f�rther 3 changes therein except upon written instructions from the City. 4 10. Each submittal, appropriateIy codetl, will be returned within 30 Calendar Days 5 foIIowing receiPt of submittal by tE�e City. 6 L. Mock ups 7 1. Mock Up units as specified in indi�idual Sections, include, bnt are not necessarzl� 8 lizr�ited Co, complete units of the standard of acceptance for that type of Work to be 9 used on the Project. Remove at the completion of the Work oz- when directed. 10 M. Qualifications 11 1. If specifically required in other Sections nf t�ese Specificatxons, subzzut a P.E, 12 Certification for �;ach item required. 13 14 IS 16 17 18 19 20 N. Request for Infarmati'on (.RFn l. Contractor RequesC foz' additionaI information a. Clarification ar inte�rpretation of the con[�act doeurr�ents b. When the Contractor believes there is a canflict between Contract Dacuments c. When the Contrackor believes there is a conflict between the Dra�vings and Specifications 1) Identify the conflict and request clarification 2. Use the Requesi for Information (RFI) �ozm pravided by the City. 2I 3. Numberi.ng of RFI 22 a. Prefix with "RFI" followed by series number, "-xxx'°, beginning with "Ol" anci 23 incre.asing sequentially with each additianal transznittal. 24 4. Sufficient information shall be attached to permit a written response without furt}�er 25 information. 2f 5. The City will log eaeh request and will rcview the request. 27 a. If review of th�e project informa�ion request indicates that a change Co the 28 Contraet Documents is required, the City will issue a Field Order or Chang� 29 �rdar, as appropriate. 30 1.5 SU�MITTALS [NOT LTSED] 31 I.G ACT�ON SiTSNIITTALSIINFORMATIONAL SiIBNIITTALS [NOT USED] 32 L9 CLOSEOUT SUBMITTALS [NOT USED] 33 1.8 MAINTENANCE MATERIAL Si]BNXITTALS [NOT USED] 34 1.9 QUALITY ASSURANCE [NOT USED] 35 L10 DELIVERY, STORAGE, AND HANDLING �1VOT U,SED] 3G 37 11l �'TELD [SITE] CONI?IT�ONS [NOT iTSEDj 1.12� WARRANTY [NOT USEDJ CI'I'Y �P FQRT WdRTH STANDARD CQNSi'RUCTION SPECIFICATIDN DpCLTNaENTS Rer+ised I�ecember 20, 2012 2021 NORTH itIVERSIDH R�SURRACING PROISCT CITY PR07ECT NO, I02877 at a3 00 - a SUBIVIIT'I'AL5 Pa�e 8 of 8 1 PART Z- PRODUCTS [NOT USED] 2 PART 3 - �XECUTIQN [NOT USED� 3 END OF S�CT�ON � DATE NAME 12/20/2012 D,Johnson Revision Log 5UMMARY OF CHAN GE� 1.4.IK.8. Warking Days modifiad to Calendar �ays C1T'Y QP FQRT WDRTH STANDARI� C�NSTRUCPION SPECIFICATION DOCUMENTS Revised Becember 20, 2012 2021 NORTH RIVEItSIQE RESURFACIAfG PROJECT Ci'1`Y PR07ECT NO. 162$77 013513-1 SP8CIAL PROJECT PROC�:DURES Page f of $ 2 3 PART1- GENERAL 4 1.1 SLTII�[MARY 5 A. Section Inclut[es: 6 7 $ 9 10 11 ]2 i3 I4 15 16 17 18 19 ' �ECTION 0135 �3 SPECIAL PROJECT PROCEDURES 1. The pracedures for special project ci�c�mstances that includes, but is not limited to: a. Co.ordination with th�e Texas Departrrient of Transpartal�on b. Work near High Voltage Lines c. Confined Space Entty Prqgram d. Air Pollution Watch Days e. Use of �xplosives, Diop �Veight, �tc. f. Water Department Notification g. 1'ublic Notification P�or to Beginning Construction h. Coordination with United States Army Corps of Engineers i. CoordinaCion within Razlroad permits areas ,�. Dust Contz-ol k, Emplayee Parking B. bevzations from this City of Fort Warth Standard Speczfzcation 1. None. 20 C. Reiated Specification Sec;tions include, but are noi necessarily limited to: 21 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 22 2. Divisian 1— General Requirerri�nts 23 3. 5ection 33 12 25 — Connection, to Existing Watez Mains 24 1.2 PRICE AND PAYMENT PROC�DUItE5 25 26 27 28 29 30 31 32 33 34 35 3.6 37 38 39 40 4I 42 A. Measurement and Payment 1. Coordination within RaiI��oad permit �reas a. Measurerrient i) Measurement for this Item will be by lump sum. b. Payment 1} The work performeeE and materials furnish.ed in accordanc� with this Item will be paid for at the lump sum priee bid fnr Railroad Coordination. c. The price bid shall include: 1) Mobilization 2) Inspection 3) Safety training 4) AdditionalInsurance 5) Insurance Certificates 6) �ther requiremants associated wlth general coordination with Railroad, including additional emplo�ees required to protect the riglat-of-way and property pf the RaiZroad from damage arising out of ar�d/or frozzz the canstructinz� of the Project. 2. Railroad Flagmen C1TY OF FORT WORTH STANDARD CONSTRL3CTIDN SFECIFICATIO�f DpCLTMEI+I'I'5 Revised Decemher 20, 2012 2Q21 NORTH RIVEIZSA7E 12�ST7RFACING PROJECI' C1TY PROJECI` NO. 1 Q2877 O l 35 13 - 2 SPECIAL PR07ECT PROCEDIIRHS Page 2 of S 1 2 3 4 S 6 7 8 9 1p I1 12 13 a, Measurement I) Measurement for this Item will be per vS+orking day. b. Payment 1) The work performed and maierials fitrnished in accordance with this Item wilI be paid far each working day ihat Raih•oad Flagmen are present at ttte Site. c. The price bid st�all include: 1) Coordination for scheduling flagmen 2) Flag.men 3) Other requirements associated wikh Railroad 3. All ather items a. Work assaciat�d with these Iterns is cansidered subsidiazy to the various Itezns bid. No separate payment will be allowed far-this Item. �4 1.3 REFER�NCES 1S A. Reference Standards 16 17 18 19 20 21 22 A. Coordination witla the Texas Departrz�ent of Transportation 1. When worl� in the right-of-way which is under the jurisdiction of the Te�cas Depa�rtment of Transportatian {TxDOT): a. No�zfy the Texas Departrnent of Transportatian prior to commencing any work therein in accordance with the provisions of the permit b. All wark performed in tha TxD�T rigk�t-of�way shall ba pez'formed in compliance with and subject to approval from the Texas Department of Transportation 23 1.4 AIIMINISTRATIVE REQUIREMF.NTS 24 25 26 27 28 29 3Q 31 32 B. Work near High Voltage �.inas 33 1. ReguJ.atary Requirements 34 a. All Work near High Voltage Lines (more than 600 volts measured between 3S conductors or between a conductor and the ground) shall be in accordanc� vvit.h 36 Health and Safety Code, Title 9, Subtitle A, Chapter '152. 37 3$ 39 4D 41 42 43 44 45 � 3. 4. 1, Reference standa�rds cited in this Specifzcation refer to the current reference standard pubIished at the time af khe latest revision daie logged at the end of this 5pecification, unle:ss a date is specifically cited. 2. Health and Safary Code, Title 9. Safery, Subtitle A. Public Safety, Chapter 752. High Valtage Qverhead Lines. 3. Nort� Central Texas Couneil of Governments {NCTC�G) — Clean ConsF�ruction Specification Warning sign a. Provide sign af snfficient size meeting all OSHA requirements. Equipment ope�ati.ng within 10 feet of �igh voltage lines will require the iollovving safety features a. Insulating cage-type of guard about the boom or arm b. Insulator links on the lift hook connections for back hoes or dippers c. Equipment must meet the safety requuemenSs as set fortli by OSHA and the safety requirements af the owner of the inigh �oltage linea Work within 6 feet ai high voltage electric lin�s C1TY OA FORT VtrORTH STAIVDARD CONSTRi1CTIOIV SPECIFICAT[ON ➢OCUNiENi'S Revised December 20, 2012 2021 I�iOATH ItiVERSIDE RESURFACiNC's PAOJEC'I' CTI'Y PROJECT NO. 102877 U13513-3 5P$CIAL PIZQJECT PROCEDLIA83 Page 3 of 8 1 2 3 4 5 6 7 8 9 1D 11 12 13 i4 IS 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 a. Notificaiion shal] be given to: 1) The power compar�y (exarnple: ONCOR} a) Maintain an accurate lag of al� such calls to povver campany and record action tal�en in each case, b. Coordination �ri� power company 1) After notification coordinate with tlae power company tfl: a) Erect temparary mechanical barriers, de-energize tY�e Iines, or raise or lower fhe lines c. No personnel may work wit[Zin ��eei of a high voliage line before the abov� requirements have been met. C. Canfined Spaca Entry Program 1, Provide and follow ap�roved Cflnfined ,�pace Entry Program in accordance with OSHA requirements. 2. Confined Spaces include; a. Manholes b. All otk�er confined spaces in accordance wzth O�HA's Per�nit Required for Confined Spaces D. Air Pol�ution Watch Days I. GeneraI a. Observe the following guidelines relatang to wvrking on City construetian sites on days designated as "AIR POLLUTIQN WATCH DAYS". b. Tygical Ozone Season 1) May 1 thraugh Octob�r 3I, c. Critical Emission Time 1} 6:00 a,m, to IO:aO a.m. 2. Watch Days �. The Texas Commission on �nvironmental Quality (TCEQ), zn coordination with the National Weather Service, will issue the Air Pollution Watch by 3:OD p.rn. on the afterrioon pzior to the WATCH day. b. Requirements 1) Begin work after 14:Op a.zrk, whenever constrnction phasing requires the nse o.f mvtorized equipment fqr periods in excess of 1 haur. 2) However, the Contractor may begin wvork prior to 1p:�Q a.m. if: a} Use of motorized equipment is less than 1 hour, or b) If equipment zs new and certified by EPA as "Low Emitting", or equipment burns Ult��a Low Sulfur lliesel (ULSD}, ciiesel emulsions, or alternati�e fuels such as CNG. E. TCEQ Air Permzt I. Obtain TCEQ Air Permit for construction activities per requiremenEs of TCEQ. F. Use of Explosives, Drap Weight, Etc. 1. 'VVhen Contract Documents permit on the project the following t�vill apply: a.. Public Natification 1) Subznii notice to City and proof af adequat� znsurance coverage, 24 hours prior to commencing, Z) Mini�um 24 hour public no.tification in accordance with 5ection 01 31 13 a6 G. WaCer Departrnent Coordination C1TY pF FORT' WORTH STANDARD CONSTRUCTION SP�CTFICATIDN DOCU11rIENT5 Re�ised Deeembcr 20, 2012 202I NORTIi AIVERSIDE RESURFACING PROIECT C1TY PRDTECT N�. 102877 oissi3-4 SPECIAL PR07ECT PROCEI?iIRES Paga 4 of 8 1 1, During the construction of this project, it will be necessary tn deactivate,. far a 2 period of time, existing lines. The Contractor shall be reqnired to coordinate with 3 the Watez' Department to determine the best times for deactivating and activating 4 thosa lines. 5 2. Coordinate any event that will reyuire connecting to or the ope�'ation af an existing 6 CiCy water line system with the City's representative. '7 a. Coordination shall be in accordance with Section 33 ] 2 25. g b. Tf needed, obtain a hydrant water meter from the Water Departnnent €or use 9 during the life of named project. 10 c, In tY�a �vent thaC a�+ater valve on an existing live system be turned off and on 11 to accommodate the constructaon af the pro�ect is required, coordinate this 12, activity tluough the apprapriate City representatzve. 13 1) Do not aperate water line valves of e�sting water system.. 14 a) Failure to compIy will render the Contzactor in violatian of Texas Peaal 15 Code Title 7, Chaptez' 2&.03 (Criminal Mischie� and the Contractor i 6 will be prosecuted to the full extent of t�e law. 17 bj I� addition, the Contraetor will asst�me all liahilities and 18 respansibiliiies as a result of these aetions. 19 H. Public Notificatian Prior to Beginning Constructaon 20 1. Prior to beginning canstruetion an any block in the projecC, on a block by block �� basis, prepare and deliver a notiee or flyer of the pending construction ta the front �,2 door v� each residance or business that will be impacted by construction. The notiee 23 shall he prepar�d as follows: 24 a. Post natice or flyer 7 days priar to beginning any construct�on aetivily an each 25 block in the project area. 2ry I) Prepare flyer on the Contractor's letterhead and include the iollowing 2� information: Zg a) Name of Project 29 b) City Project No (CPNj 3� c) Scope of �roject (i.e. type of constructinza acti�ity) 31 d) Actual construction duration withia the block 32 e) Name af the conteactor's foreman an.d phone number 33 � Nam� af the City's inspector and phone number 3A. g) City's after-hours phane number 35 2} A sample of the `pre-construction notification' flyer is attached as Exhibit 36 A- 37 3) Submit schedule showing ti�e constructian start and finish time for each 38 block of the project ta t�►e inspector. 39 4} Deliver flyer to the City Inspector fo�' re�iew prior tn distribution. 44 b. No construction will be a�lowed to begin on any block until the flyer is q l delivered to a13 residents af the block. 42 I. Public Noiificarion af Tempflrary Water 5ervice Interruption during Construction �3 1. In the e�vent it becomes necessary to teranporarily shut down water sert+ice to 44. residents or businesses during construction, prepare and deliver a notice or flyer of 45 the pending interrupSinn ko the fronC daor of each af�ected resident. 46 2. Prepared notice as fnllows; 4'7 a. The notification or flyer shall b� pasted 24 hours prior ta the temporary 4g interruption. CTI`Y OP FORT WORTH 2D21 NDRTFi RIVERSmE RES[JRPACING P1t03ECT STAI+[S]ARD COIVSTRLfCT10N SPECFE'ICATI03Y DOCiJ113ENT� Revised pecember 20, 2072 CITY PROJECT IVQ. LQ2877 013513-5 SPHCiAL PROJ�CT YROCEIJURES P�ge 5 pf 8 3 2 3 � 5 6 7 S 9 10 1I 12 13 14 15 I6 h. Prepare flyer o.n the contractor's letterhead and include the following information: 1) Name of tha project 2) City Projeet Nuznber 3) Date of the interruption of service 4) Period tfie interruptzon wil� tal�e place S) Name of the contractar's foreman and ghone nurr�ber 6) Name aF the City's inspector and phone number c. A sample of the temporary water service interruption notification is attached as Exhibit B. d. Deliver a copy of the temporaiy interruption notificaiion ta the City inspector for review prior to being distributed. e. No interruption of �vater service can occur until the fly�r has been delivered to alZ affect�d residents and businesses. f. Electronic versions of the samQle flyers can be obtainerl from the Project Construction Inspectar. 17 J. Coordination wit.� United States Army Corps of Engineers (USACEj 18 1. At locatzons in the Project where construction ac�ivities occur zn areas where �� USACE p�rmiCs are rec�uized, meet aII requirements set forth in each dasignated 2Q permit. 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 4Q 41 42 K, Coordination within Railroad l�srmit Areas 1. At locations in the project where constructipn actir�ities occuz- in areas where railroad permits are required, zr�eet all requirements set forth in each designaCed railzoad permit. �'kus incIades, but i� not limited to, provisions for: a. Plagrnen b. Inspectors c. Safety training d. Additional znsurance e. Insurance certzficates f. Other employees required tp proCec.t the right-af-way and property of th� Railroad Comp�ny from damage arising out of andlor from the constructian af the project. Proper uCility clearance procedures shaIl be used in accordance with the permit guidelizaes. 2. Obtain any supplemental informatian needed to comply vcrith the railroad's requirements. 3. Railroad Flagmen a. Submit receipts to City for v�rification of warking days that zailroad flagmen were gresent on Site. L. Dust Control I. Use acceptable measures to control dust at the Site. a. If water is used to control dust, capture and properly dispose of waste �ater. b. If wet saw cut[ing is perforrned, capfure an.d properly dispose of sl�rry. 43 M. EmpInyee Facking 44 I. 1'xovide parking fpr employees at locations approved b� the City, CPI`Y OP FpRT WORTH 202] �TQRTH RIVEASIDE RESUREACING pRQJECT STANDARD CONSTRUCTION SPECIF[CATTdN DOCUMENT3 Revised decect�ber 20, �012 CITY PR0IECT NO. 102877 013513-6 SPLCIAL PAOJECT PROCED4J12ES Page 6 of 8 L 2 3 4 5 s 7 8 9 I.5 SUBMITTALS [NOT iI,SED] i.G ACTION SUBMXTTALSIINTORMATIONAL SUBMITTALS [NOT USED] 1..7 CLO5�OUT SUBMITTAL� [NOT USE➢] I.8 MAINTENANCE MATERIAI. SUBMITTALS [NOT USED] 1.9 QUALITY ASSLIRANCE [N�T i15ED] 110 DELIVERY, 5TORAGE, AND HANDLING [NOT USE➢] 1.11 F�LD [SITE] CONDYT�ONS �NOT USED] 1.1� WARRANTY [NOT L15ED] PART 2 - PRODUCTS [NOT USED] 10 PART 3- EXECUTION [NOT USED] lI 12 END OF SECTION Revision I.og DATE NAlViE SUMMARY OF CHANGE 1.4,B —Added requirement of compliance with Health and Safety Code, Title 9. 8l3l12012 D. Johnson Safety, Su6tifle A. Public Safety, Chapter 752. High VoItage Overhead T,ines. 1.4.E -- Added Contractor responsibility for obtaining a TCEQ Air Pemut 13 CITY OF FOKT WOItTH 2U21 NORT�-1 RIVERSIDE R�SUIiFACING PROIECT STANDARD CONSTRUCTiO1V SPECIFTCAT30N DQCEIMENTS Revised December 24, 2D12 Cl'I'Y PRdlECT NO. 1U2877 0135 13-7 5PECTAL PROJECT PROCE7JI[1TZE5 Page 7 of 8 2 3 4 5 6 7 s 9 10 1] 12 13 14 15 L6 17 18 19 zn 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 EXH�BIT A (To be printed an Contractor's Letterhead) Date: CPN Na.: Prnject Nam�: Mapsco Location: Limits of Construction: � � - � - - - - , I 1 i I� i i � t � I _ i �bIS 15 i0 IN�'QRIV� YOU iHAi UN��R A CONiRACT' Wlii� YH� CIiY QF �'O�� 1NORTb, OUR COF�APANY WI�� WORK OAl Uii�ITY LINES Ok� QR A�OUND YOUR P�tO��RiY. CONS�'�UC�IOR� WILL ��CIN Ap�ROX[�flAi�LY S�V�N �AYS �FtOM �W� DAiE OF TFilS NO iIC�. I�r YOU HAV� QU�S710N5 A�OUY ACC�SS, S�CURIiY, S�e��7Y OR ANY Q�b�� ISSU�, P�EASE CAL�.: MP. cCOIVTRACTOR'S SUP�F{INT�NDENT� AT ¢T�LEPHONE NO.� o� riilP. [CITY lN5P�CTOR� �T ¢ TELEPHQNE NO.� AIrY�� 4:50 PfVI OR 4FV W��F��NaS, PL�►4S� CA�.� (S�i) 392 83Q6 PLEASE KEEP THfS FLYER NANDY WHEN YOU CAL.L CTiY OF FORT WORTET ST:4NpARl7 CONSTEtUCTION SPECIFICATION DOCUMENTS Re�ised December 2d, 2012 2021 NORTH RNERSIDS RESUHFA�IIYG PR078CT CfI'Y PROJ�CI' NO. 102$77 013513-8 SPECIAL PAO]LCT PROCE�URES Pagc 8 af S i z EXHIBIT B �ORT �ORT�I � �: �� ��. � � �: ��'�"IC� O�` i��'1��1�1��C W�'�°�� ����C� �i�����,��'[�O�i DT7E; TO U'I'lLITX IMPROV�MENTS I1V XOUR 1�TEIGHBOItHOQD, YOUIi WATER SERVICE WILL BE INTERRUPTED QN BETWEEN THE k7011R5 OF — — �D IFY'OU HAVE QIJESTIQ1+iS ABOUT TRI5 SHUT-Oi7'P, PLEASE CAi.i.a mR AT [CONTRACTOR$ SUP�Ri1�iTEPTDElYT1 (TELEPHUI�TE 1�T[71VIBER) QIt 1VIIt. •�'T (CiTY II�iSP�C'fOR) (TELEPHONE NLTNIBER) THiS Ii�ICO1VVENIE�T�E WILL B� A.S SHORT AS PO�SiHI.E. TFIAPIK YflU, CO1�iTRAC'FOIt � � CTTY OF FORT WORTH 2O21 ATORTH RTVE[iSIDS RESiIRFACING PIL07ECT STANDARD COPT5TRUCTION SPECIi�ICA'iT01V DOCUIVIENTS Revised Aecember 20, 20i7. CI7'Y PI20J$CT NO. 102877 a i as z3 'C'�STING AND INSP�CTION SERVIC$5 Page 1 of2 SECTION 0145 23 TE�TING AND INSl'�C`I'ION SERVICES PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: I. Testing and inspection services procedures a�d coot'd'anation B. Det�iations from this City of Fort Worth Standard Specification 1. None. C. Related �pecification Sections include, but are not necessarily limited to: 1. Divisian 0— Bidding Requirements, Contract Forms and Conditians of lhe Contract 2. Divisicsn l-- General Requirements 1.2 PRIC� AND PAYMENT PROCED�(J1ZES A. Measurement and Payat�ant 1. Work associated with this Item is eonsidered subsidiaiy to the variaus Itetns bid. No separate payment will be allawed for this Item. a. Contractor [s responsible for performing, coordinating, and payinent of aIl Quality Control testing. b. City is responsi6le for perfa�•ming and payment far f rst set of Quality Assurance iesting. 1) If th� �rsfi Qualiiy Assurance test parformed by the City faiIs, the Contractor is responsible for payment nf subsec�uent Quality Assurance testing until a passing test occurs. a} Final acceptance will not be issued by City until all required payments for testing by Cont�•actor have been paid in full, 1.3 REFERENCES [NOT USED] I.4 ADNII1vISTRATIVE REQUIRElVIENTS A. Testing 1. Cotnpiete testing in accordance with the Contracf Documents. 2. Coardination a. When testing is required to be performed by the City, notify City, suf�ciently in advance, when testing is needed. b. VV�en testing is required to be campleted by the Contractor, notify City, suf�ciently in advance, that testing will be performed. 3. Distribution of Testing Reports a. Electronic Distribution 1) Confirm devalopment of Project directary for electronic submittals to be ugloaded to the. City's doctlment management system, or another external �'TP site appr�ved by the City. CTI'Y �F FOFtf WQRTH 2O�1 IZ�Ii'fH F�IVEERSIDE RESURPACING PROI�CT STAIVDARD CONSTRiICTION SPEG[r3CATION DOCUMENTS PROJEC`1'NO. I�2877 Revised March 9, 2020 O 1 45 23 T�STING AND INSPECT[ON SE[tV1CC5 Page 2 af 2 2) Upload test reports to designated proj ect direciory and notify appropriate City representatives via email of submittaj posting. 3) Hard Copies a) 1. copy for a!1 submittals submitted to the Project R�presentative b. Hard Copy� Distribution {if required itt lieu of electronie distribution) 1) Tests performed by City a) Distribute i l�ard co�y to the Contractor 2} Tests performed by the Contractor a) Distribvte 3 hard capies to City's Project Repz'esentative 4. Pr�vide City's Projeet Represen�ative with trip tickets for each delivered load of Concrete or �.ima material including the following informafion: a. Nazne of pit b. Date of deli�ery c. Material deIivered B. InspecCion 1. Inspection 4r lack of inspection does not xelie�e the Contractor from obligation to perform work in accordance with the Contract Docum�nts. 1.� SUB�1'IITTALS [NOT USED] 1.6 ACTiON SUSMITTALSIXN�ORMA'I'IONAL SUBMITTALS [NOT USED] l.i CLOSEOUT SUBMITTALS [NOT US�D] 1.8 MAINTENANCE MATERIAL SUBNIITTALS [NOT TJSED] 1.9 QUALITY ASSi7RANCE [NOT USED] 1.10 DELZV�RY, STORAGE, AND HANDLING [N�T IISED] 1.11 FIELD [SITE] CONDITIONS �NOT USEDJ 1.1� WARR�iNTY [NOT U�ED] PART � - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED} END DF SECTION Revision Log DATE I NAME I SUMMARY OF CHEINGB 3/912020 D.V, Magaiia Removed reference to Buzzsaw and noted that electronic submittals be uploaded through the City's document management system. CTTY QF FORT WORTH 2O21 TIORTH RIVEERSIDE R�SUEtFACINQ PRQ7ECT STANDAI2D CONSTRUCT[ON SPECIFICATIOIV I]OCi1ME3YTS FRQJ�CTNQ. 1a2877 Revised March 9, 202D oisoao-i 'TEtJ1PORARY FACILITiES AND CONTRdLS Puge � af 4 1 2 SECTION 0154 00 TEMPORARY I'ACILITTES AND CONTROLS 3 PART1- GENERAL 4 1.1 SUNLMARY 5 A. Section Includes: 6 1. Provide temporary facilities ar►d cont�•ols needed for the Work including, but nol 7 nec�ss.arily limited to: S a. Ternporary uti�ities 9 b. Sanitary facilities 1p c. Storage Sheds and Buildings 11 d. Dust control 12 e. Temporaiy fencing of the construction site !3 S. Deviations from this City of �'ort Woith Standard Specification I4 1. Nan�. 15 16 17 1 S L2 C. Related Specification Sections include, but are nat necessarily Limited to: 1. Di�ision �} -- Bidding Requirernents, Contract Forms and Canditions of the Contract 2. Division 1— GeneraI Requirements PRICE AND PAYMENT PROCEDURES 19 A. Measuiement and Paymeni 20 1. Work associated with this Item is considered subsidiary to the various Items bid. 21 Na separate paymenE will be allowed for this Item, 22 1.3 REFER�NCES [NOT USED] 23 1.4 ADMINISTRATIVE REQUIREMENTS 24 25 26 27 28 29 30 31 32 33 3�4 35 36 37 38 39 40 A. Temporary Utilities l. Obtaining Tempora�y Sei�ice a. Make arrangements with utility ser�ice companies for temporary services. b. Abide by rules and regulations of ukility service companies or authorities laa�ing juriscliction. c, Be responsible for utility sez�vice costs until Wqr� is appro�ed for Final Acceptance. I} Included are �uel, power, light, heat and other utility sezvices necessary far execution, completion, testing and initial operakion af Work. 2, Water a. Cnntractor to proeide vvater required for ar�d in connecti4n with Waz'k to be perFormed. and for specified tests of piping, equipment, devices or pther use as required for the completian oithe Work. b. Provide and maintain adequate supply of potable water for domestic cons�mption by Contractor persann�l and City's Project Representatives. c. Coordinatian 1} Contact City 1 w�ek before water for constru�tion is desired C1TY OP PQRT WOATH STANl]ARD CON�TRUCTION SPECiFTCATION DDCUMSNTS 12evised7uly 1, 2D11 2021 NORTH RNERSIDE RESLTRFACING PRaJECT C1Tl' PROJ�CT NO. ] 02877 ai saoa-z TEMPORARY FACILPfIES A[Vl� COIVTROLS Page 2 of 4 i 2 3 �4 5 6 7 8 9 10 11 I2 13 14 IS 16 17 18 19 2Q 21 22 23 24 25 25 27 28 29 30 31 32 33 34 35 35 37 38 39 40 41 d. Coutracior Payment far Construction Water 1) O$Ea#n construction water meter from City far payment as billed by City's esta6lished rates. 3. Electricity and Lighting a. Provide and pay for electric powered ser�ice as :required for Wozk, including testing of Wark. 1) 1'rovide power for lighting, operatian of equipment, ar other use. b. Electric power sei-vzce includes temporary power ser�ice or generator to maintain operations during scheduled shutdown. 4. T�lephone a. Provide emerge�cy telep�sone service at S.ite for use by Contractor personnel and others perforzning work or furnis�ing services at Site. 5. Temporary Heat and Ventilation a. Provide temporary heat as necessary for protec�ion or completion of Work. b. Provide temporary heat and ventilation to assure safe working conditions. B. Sanikary Facili�ies I. Pro�ide and maintain sanitary faciiities for persons on 5ite. a. Comply with regu�ations of State and local departments of health. 2. Enforce nse Qf sanitaxy facilities by construction personnel at job site. a. Enclose and anchar sanitary facilities. b. No discharge will be allovved from these facilities. c. Colleci and store sewage and waste so as not to cause nuisance ar healtkt prablem. d. Ha�l sewage and waste off-site at na less than weekly intervals. and properly dispose in accordance with applicable reguiation. 3. Locate facilities near Work Site and keep clean and maintained throughout Project. 4. Remove facilities at completion af Project C. Storage Sh�ds and Buildings 1. Provide adequately ventilated, watertight, weatherproaf storage facilitzes with floor above ground le�eI for materials and equipment susceptible to weatkier damage. 2. Storage af materiais not susceptible ta weaCher damage may be on blocks off ground. 3. Stoz'e materials in a neat and orderly mann�z. a. Place materials and equipment to perrnit easy access for identification, inspect�on ffnd inventory. 4. Equip building with lockable doors and lighting, and provide electrical ser�ice %r equipment space heaters and heating or ventilation as necessary to pravide storage environments accepiable ta specified manufactiirers. 5. �'ill and grade siie for temporary structures to provide drainage away from temporary and e7cisting buildings. 6. Remove building from site prior ta Final Acceptance. 42 D. Temparary Fenczng 43 1. Provide an.d maintain for the duration or construction when r�quired in contract 44 documents 45 E. Dust Control CTl'Y OF FORT WORTH STANDARD CON3TRL3CTION SPECD'ICATIQN DOCiJNIEN'I'S Revised 7aly 1, 2Ui] 202i NORTH RiVEASIUE RESURFACING PRO]LCT C1TY PROIECI' NO. 142877 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 at sa oa - a TEMPORARY FAC7i.ITIES .SI�lD CON7'ROIS Page 3 af 4 1. Contractor is respansible for maintaining dust control theough the duration of the proje�t. a. Contractor remains on-call at all times b. Must respond in a time�y manner �'. Temporary Protection o� Construction 1. Contractor or subcontractors are responsible for protecring Woz'k fz-om damage due to weather. 1.� SUBMXTTALS [NOT USED] 1.6 ACTIQN SIIBMITTALS/IN�`ORMATIONAL SUBMITTALS [NOT USED] L'� CLOSEOUT SUBMITTALS [NOT USED1 1.S MAINTENANCE MATERIAL SUBMITTALS [NOT U�ED] 1.9 QUALITY ASSUXiANC� [N�T USED] 1.10 DELIV�RY, STOR.AGE, AND �IANDLXNG [NOT USED] 11x FIELD [SITE] CONDTTION� [NOT USED] I.I2 WA1t1tANTY [NOT USED] PART 2 - PR�DUCTS [NOT USED] 17 PART 3- EXECUTION [NUT USED] 18 3.I INSTALLERS [NOT USED] 14 3.� EXAMINA'X"�ON [NOT USED] 2a 3.3 PR�PARATION [NOT IISED] 21 3.4 ZNSTALLATION 22 A. Temporary Facilities 23 I. Maintain all Eemporary facilities for duratinn nf construction activities as needed. 2� 3.5 [REPAZR] / �1��TORAT�ON] 25 3.6 RE-INSTALLATION 26 3.� FIELD [ox] S�TE QUALITY CONTROL [NOT IISED] 27 3.8 SYSTEM STARTUP [NOT USED] 28 3,9 ADJLTSTING [N�T IISED] 29 3.10 CLEANING [NUT USED] 3Q 311 CLOSEOUT ACTIVITZES 31 A. Te�npprary Facilities C1TY OF FORT WORTH 2O21 NORTH RIVERSIDE R$SURPACING PROJECT STANDARD CQNSTRUC"I'TON SPECIPICATION DOCIIMENTS Revised 7uly 1, 2011 �ITY PR07ECT N0. 102877 t11 5000-4 'FEMPORARY PACTLITIES AND CONTROLS Pape 4 of4 1 2 3 4 5 6 7 8 1. Remove all i�mporary facilities and restore area after campletipn af the Work, ta a condition equal ta ar better than prior to start of Work. 3.I� PROTECTION [NOT USED] 3.13 MA�NTENANC� [NOT USED] 3.14 ATTACHMENTS LNOT USED] END OI+ SECTTON DATE � NAME Reaision Log SLTMMARY OF CHANGE Cll'Y OF FQRT WORTH 2D2.1 NORTH AIVERSIDE RESUAFACING PAOJECT STt�NDARD COI*�3TRUCTION SPECIFjCATIQN I30CUMEASTS Revised July 1, 2D11 Cl"1'Y PA03ECT NO. 102877 015526-t STREBT LJSE PERiV]IT AND MDDII�ICATIpNS TO TitAFFIC CONTR6L Puge l of 3 1 SECTION 4155 26 2 �TREET USE PERMI�i' AND MODIFICATIONS Td `TR.AIi,FIC CONTROL 3 PART1- GENERAL �} 1.1 SiTNIlVIARY 5 A. Section Includes: 6 I. Administrative proc�dures for: 7 a. Street [Tse Permit 8 b. Modification of approved traffic control 9 c. Removal of Street Signs 10 B. Devzatians from this City o.f Fpzt Worth Standard Specification 11 1. Nane. 12 C. Related Specificaiion Sections include, but are not necessarily limitcd to: 13 I. Division p— Bidding Requuements, Contract Forms and Canditions of the C.ontraet 14 2. Division 1— General Requirements 15 3. Section 34 71 I3 — Traffic Contro� I6 1.Z 1'R�CE AND PAYMENT PROCEDURES I7 A. Measur�ment and Payment 1 S i. �Jork assQciated with this Item is considered subsidiary to the various Items l�id. 19 No separat� payment will be allowed for this Ttem. 20 1.3 REFERENCES 21 A. Reference Standards 22 1. Reference standards cited in thzs specificaEion rafer ta the current reference standard 23 gublished at the �irne of tha latest revision date lo.gged at the end of this 24 specificatzon, unless a date is specifically cited. 25 2. Texas Manual on Uniform Traffic Control Devices {TMUTCD). 26 I.4 ADMINISTRATIVE REQI]IREM�NTS 27 A. Traffic Control 28 1. General 29 a. When traffic control plans are included in the Drawings, provide Traffic 3D Control in accordance with Drawings and Section 34 71 I3. 31 b. When traffic control plans are not included in the Drawings, prepare txaffic 32 epntrol plans in accordance wzth Section 34 71 I3 and submit to City for 33 re�iew. 34 1} Allow rniniznuxn IO worlc�ng days for reviaw of proposed Traffic Control. 35 B. Street iTse Perrnit 36 I. Prior to installation of `i"raffie Controt, a City Street Use Permit is required. 37 a. To obtain Streek Use Permit, su6mit Traffic Conttol Plans to City 38 Transportation and Public VWorks Department. C1TY OF FORT WpRTH 2O21 iVORTH 121VERSiDE RESURFACINC`i PRO]�CT STANDARD CONST.RLICTIDN SPECIPTCATIpN IIOCUMEi�IT3 Revised July 1, 201L C1T'Y Y120dECT I�TO. 102877 oissz�-z STREET USE PERM3T AND NiODIFlCA'I'If)AIS TO'i'KAFFIC CONTROL Page 2 nf 3 1 2 3 4 5 6 7 8 9 10 11 1) AIIow a miziimum of 5 vvorki�g days for permit review. 2} Cantractor's responsibility to coordinate review of Traffic Control plans for Street CJse Permit, such thai canstruction is nvt delayed. C, Modificakion to Appro��d Traffic Control 1. Prior to installatioz� traffic control: a. Submit revised traffic cantrol plans to City Depactment Transportation and Public Works Department. 1) Revise Trafitc Control plans in aceordance with Sectian 34 7I 13. 2) Allaw minimum 5 working days for review of re�ised Traffic Control. 3} It zs the Contractor's resppnsibility to coardinate review of Tx'af�c Control pIans for Street Use Permik, such thai const7'uetion is not delayed. 12 D. Removal of Street Sign 13 1. If it is de[ermined that a sCrect sign must be removed for construction, then contact 14 City Transportation and Public Warks Departm�nt, Signs and Marltings Division to IS remove tYke sign. 16 17 18 I9 2� 21 22 23 24 25 26 E. Temporary Signage 1. In the case of reguIatory signs, replace permanent sign with terr�porary sign meeti�g requir�ments of the iatest edition of the Texas Manual on Uniform Traffic Control De�itces (MLTTCD). 2. Install temporary sign before the rerrioval Qf permanent sign. 3. When canstruction is complete, to the ext�nt that the perman�nt sign oan be reinstalled, contact the City Transportat�on and Public Worlcs Department, Signs and Markings Division, to reinstall the permanent sign. F. Traific Cantrol Standards 1. Tr�fic Control Standards can be found on the City's Buzzsaw website. 1.5 SUBMITTALS [NOT IISED] 27 1.6 ACTION SUSMITTALS/IN�'�RM�TIONAL SL]BMITTALS [N�T iTSED] 28 1.7 CL�SEOUT SUBMITTALS [NOT US�D] 29 l.S MAINTENANCE MATERIAL SITBMITTALS [NOT USED] 30 1.9 QiIALITY ASSURANCE [N�T USED� 31 1.10 DELNERY, STORAGE, AND HANDLING [NOT iJSED] 32 33 1.11 FIELD [SITE] CONDIT�ONS [NOT iTSED] 112 WARRANTY [N�T USED] 34 PART 2- PRODUCTS [NOT USED] 35 PART 3 - EXECUTION [NOT IISED] 36 END �F SECTION CITY OF FORT WORTH 5'IANAARD COI�T5TRUCTTaI�T SPECIFICATION flOCUMENT5 Revised 7uly 1, 201 L 2021 NQRTH RIVEASIDE RESURFACING PROIECT CiI'Y P1�OJECT 3V0. I 02877 oi ssz6-a 51'f;eET USE PERMIT AND NiOBIPICATIONS TO TRAFFIC CpNTROL Page 3 of 3 CPI'Y OF P�RT WORTH 2O21 NORTH 12TVERSIDE RESURFACING PROJECT STAPiDARD CONS'T"12UCTION SPECIFICATION DOCUMENTS Re�ised July 1, 2011 C1TY PRO.fECT N4. L02877 Oj5713-1 S"i'012M Wr1TEI� POLLi1TION PREV�[YTION Page ] of 3 1 2 SECTION U� 5713 STORM WATER �OLLi1TION FREVENTIaN 3 PARTl- GENERAL 4 1.1 SUMMARY 5 6 7 8 �1. Section Includes: 1. Procedures for Storm W ater Pollu�on Preventinn Plans B. Deviations from this City of Fart Worth Standard Specification l. None. 9 C. Related Specification Sections include, but are not necessarily limited ta: 1 Q 1. Division 0-- Biddirig Requirements, Contract Forms and Conditians of the 11 Contract I2 2. Division 1— General Requirements 13 3. 5ection 3 T 2S 00 — Ernsion and Sediment Coniral 14 15 16 17 �8 19 20 1.� PRICE AND PAYNiENT PROCEDURES A. Measurement and Payment 1. Construction Activities resulting in less than 1 acre of disturbance a. Work associated witf� this �tem is considered suhsidiary to the various Items bid. Na separate payment will be allowed fo:r this Item. 2. Construetian Activities resulting in greate� than 1 acre of disturbance a. Measurement and Payrment shall be in accordance with Section 3 I 2S OQ. 21 �.3 REFERENCES 22 23 24 25 26 27 28 29 30 31 32 33 A. Abbr�viations and Acronynns 1, Notice of Intent: NOI 2. Notice of Ternunation: NOT 3. Starm Water Follution Prevention Flan: SWPPP 4. Texas Commission on Environmental Quality: TCEQ 5. Natice of Change: N4C A. Reference Standards 1. Reference standards cited in this Speci�ication refar to the curren.t xeference standard published at tt�e time of the latest revision date logged at the end of this Speeification, unless a date is specifically cited. 2, Integrated Stornr� Management (iSWM) Technical Manual for Construction Controls 34 1.4 ADNn1�IISTRATIVE REQUIREMENTS 35 A. General 36 1. Contractor is responsible for resolution and payment of any fines issued associated 37 with campliance to Stormwater Pollntion Frevent�on Plan. CLTY QF FdRT WOCtTH 2O21 IYORTH RTV�125IDE RESURFACING PRQ.ISCT STANDARD C��VSTRiSCTI�N SYECIF'ICATION DOCUMENi'TS Revised July 1, 2D17 CPPY P120.1ECF NQ. 102877 a� s� t3-z STQRM VJATEA POLLUTIQN PREVENTION Page 2 of 3 1 B. Consttvction Activities i�esul.ting in: 2 1. Less than 1 acre of disturbance 3 a. Provide erosion and sedizzzent control in accardance with 5ectian 3I 25 QO and 4 Drawings. 5 2. 1 t� less than 5 acres �f disturban.ce 6 a. Texas Pollutant Discharg�; Eiimination 5ystem (TPDES) General Canstrt�ction 7 P�rmit is required 8 b. Complete S W�PP in accordance vaith TC�Q re uirements 10 li 12 13 i� �s 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 � 1) TCEQ Small Cnz�struction Site Notice Required under general permit TXR1500�0 a) Sign and post ai Job siie b) Prior to Preconstruction Meeting, send 1 copy to City Departn��nt oi Transportation and Publzc Works, Envirannrzenta.l Division, {817} 392- �osg. 2) Provide erosion and sedimenr control in accordance with; a) Section 31 2S 00 b) The Drawings c} TXR150p00 General Permit dJ SWPPP e) TCEQ requirernents 3. 5 acres or more of Disturbance a. Texas Pollutant Discharge EIirnination Systenl {TPDES) General Construction Fermit is requzred b. Coznplete SWPPP in accordance with TC�Q requirements 1} Prepare a TCEQ NOT form and submit to TCEQ aIong with required fee a) Sign and post at job site b) Sand cogy to City Depa�.-tment of Transpprtation and Public Warks, Enviranznental Divisian, (817} 342-6088. 2) TCEQ Notice of Change reqr�ired if making changes or updates to N�r 3) Frovide erosion and sediment cpntzol in accordance witt�; a) Section 31 2S DO b} The Drawings c} TXR150000 General Permit d) SWPPP e) TC�Q requirements 4) Once the proj�ct has been complcted and a11 the closeout requirements of TCEQ have been met a TCEQ Notice of Termination can be submitted. a) Send capy to City Department q�Transportation and �ublic Worka, Environmental Division, (817) 392-6088. 4D 1.5 SUBMITTALS 41 A2 �3 44 45 46 47 A. SWFPP I. Submit in accordance with Section Q1 33 00, except as stated herein. a. Prior ta the Preconstruction. Meeting, submit a draft copy of SWPPP to the City as follows: 1) 1 eopy ta the City �roject Manager a) City Project Manager wiI1 foi�ward ta tYze City Department of Tzansportation and Public Works, En�ironmental Division foz review CPI"Y OF FdRT �flRTfi STANDARD CpNSTRUC`TION SPECIFICA'I`IDN I�OCUMENTS Revised 7uly 1, 2011 2021 NOATH RIVEIZSIDE RBSUIRPACII+iG PRQ7P.CT C1TY PRQ7ECT NO. ] 02877 O1 S7 13 - 3 STOItM WATER POLLUTION PREVE1�iTION Page 3 of 3 1 B. Modified SWPPP 2 l. Tf the �WP�'�' is revised during const��zction, resubmit madified SWFPP to the City 3 in accordance with Section fll 33 Qa. � 1.6 ACTION SUBMITTALSRNI+'ORMATIONAL SUBMITTALS [NOT USED] S 1.7 CLOSEQUT SUBNIITTALS [NOT U5ED] b 1.8 MAINTTNANC� MATERIAL Si1BNIITTALS [N�T i1SED] 7 S 4 10 lI 1.9 QUALITY ASSURANCE jNOT USED] L10 DELZVERY, STORAGE, AND HANDLING [NOT USED] 111 FIELD [SITE] CONDITIOI�S LNOT USED] 112 WARRANTY �NOT U�ED] PART � - PRODUCTS [NOT USED] 12 PART 3- EXECUTION [NOT USED] 13 14 15 END OF SECTTON C1TY OF F�RT WORTH 2O21 NC7RTH RIVERSIDE 12E5URFAGING PRiOJECT STANDARD CONSTI2UCTION 5PECIFICATION DOCUMENTS Ravised 7uly l, 2011 C1TY PROJECC 1V0. 1Q2877 015813-1 TEMPORARY FROdECT SIGI+�AGS Page I a.f 3 1 2 3 PART 1 - GEIVERA.L 4 1.1 SUMMARY SECTI�N Ol 58 ]3 TEMPORARY PA�JECT S�GNAGE 5 A. Sectian Includes: 6 1. Temporary Project Sign.age Requirements 7 B. Deviations from tlus City of Fort Worth Stand�d Specification 8 1, Nnne. 9 C. Related Specification Sections include, but are not necessarily limited to: 1p 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 11 2. Division 1-- General Req�xirements 12 L2 PRICE AND P�iYMENT PROCEDURES 13 A. Measurement and Payment l�4 1. Work associated with this I�em is considered suhsidiary to the various Items bid. 15 No separate payment will be allowed for Ehis Itezz�. 15 1.3 REFERENCES �NOT USED] 17 1.4 ADMINISTRATIVE REQUZREMENT� [NOT US�D] 18 1.� �UBMITTALS [NOT USED] 19 x.6 ACTION SUBM�TTALSIINFORMATXONAL SUBMITTALS [NOT USED� 20 l.7 CL05EOUT SLTBMITTALS [N�T USCD] 21 1.8 MAINT�NANCE MATER.IAL SUBMITTALS rNOT USED] 22 1.9 QUALZTY ASSIIRANC� [NOT USED] 23 1.1� DELNERY, ST�RAGE, AND HANDLING [NOT USED] 24 1.1� I`IELD [S�TE] CONDITIONS [N�T USED] 25 1.12 WARRANTY [NOT USED] 26 PART � - PRODUCTS 27 �.1 OWNER-FZTRl�TISHED [oR� OWN�R-SUPPLIEDPRODUCTS [NOT USEDJ 28 �.2 EQU�PMENT, PRODLICT TYPES, AND MATERIALS 29 A. Design Criteria CITY QF FORT W�TtTH 2O21 1VO�TH RiVERSIDE RESLIIZFACING FK07ECT STANDARD CONS'CRUCTION SPECIPICtaTION DOCUMeNTS Revised 7uly I, 2011 CITY PR�JBCT NO. 102$77 oi ss ia - 2 TEMPORARX PROIECi' SIG3�'AGE Pa�e 2 of 3 1 2 3 � 5 6 11 1. Provide free standing Project Designation Sign in accordance with City's 5tandard Details far project signs. B. Materials. 1. Sign a. Constructed of 3/a-inch fir plywood, grade A-C (exterior) or better 2.3 ACCESSORIES [NOT CISED] �.4 SOURCE Qi1ALITY CONTROL [NOT USED] 8 PART 3 - EXECUTION 9 3.1 INSTALLERS [NOT USED] io 3.� EXAII�INA7TQN CNOT IISED] ll 3.3 PREPARATION [NOT USED] 12 3.4 TNSTALLATION 13 14 15 16 17 I8 19 2D 21 22 23 24 zs 26 27 28 A. General 1. Provide vertical installa�ion at extents af pz'oject. 2. Relocate sign as needed, upon request Qf khe City. B. Mounting options a. Skids b. Posts c. Barricade 3.5 IiEPAIR 1 RESTORATYON [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.'� FIE�,D [aR] SITE QUAL�TY CONTROL [NOT USED] 3.$ SYSTEM STARTUP [NOT USED] 3.9 ADJCISTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.1� PROTECTION [NOT USED] 3.13 MAINTENANCE 29 A. General 30 1. Maintenance wifl include QainCing and repairs as needed or directed by the City. 31 3.14 ATTACHMENTS [NOT USED] 32 33 END OF SECTrON C1TY OF FOR1' WORTH 2D21 IYORTH RIVEASIDE RESifRFAC1NG PRO]ECT 5'i`AN�]ARD CON5T12UCT10N SPECIFICATION DOCi1NfEI�TTS Revised duly 1, 2D11 CITY PR07ECT NO. 1D2$77 0158i3-3 7'�MPORARY PR07ECT SiCrNAGE P2ge 3 of 3 Revision J.ag DATE NAlVIE SUMMARY OF CH�NGE C1TY QF FQRT WDI2TFI 2021 n'OR`I"H RIYERSIDE RESURFACIF�IG YItOdECT STAi�TDA12D CONSTRUCTIQN SPECIFICATION DOCUMENTS l�evised 7u1y L, 2011 GlTY PROJECT Np. ]U2877 o i 6n ao PRODUCT TtEQU[REMCNTS Page 1 of2 SECTION �1 6Q QO PRODUCT REQUIREMENTS �ART1- GEN�RAL 11 SUMMARY A. Section Includes: References far Product Reyuirements and City Standard Products List B. Deviations from this City of Fort Woi�h Standard Specification 1. None. C. Related Speeifcatinn Sactions include, but are not necessarily iimited to: 1. Division 0— Bidding Requirements, Contract Forms and Conditians ofthe Contract 2. Divisian 1— General Requirements 1.2 PRXCE AND PAYMENT PROCEDURES [NOT IISED] 1.3 REFERENCES [NOT USED] L4 AD1Yn1�ISTRATIVE REQU�RENLCNTS A. A list of City ap�roved products far use is available through tlZe City's website at: https:llapps.fortwnrthEexas.govlProSectResources/ and fol1owing the directary patii; 02 - Construction DacumentslStandard Products List S. Only products specifically includeci on Cify°s 5tandard Product List in these Contract Documents shall be allowed for use on the Pro�ect. 1. Any subsequently approved products vuill only be allowed for use ��on specific approval by the City. C. Any speci�c product reguiretnents in the Cantract Documents supersede similar praducts included on the City's Standard Prpduct I.,ist. 1. The City reserves the right to nat aiiow products to be used for certain proj ects even though the product is listed on the City's Stan�lard Product L'1st. D. Although a speeific product is included on City's Standard Product List, not all products frnm that rnanufacturer are approved for use, including but not limited to, that manufacturer's standard product. E. Sea Section Ol 33 00 for submittal requirements of Produci Data ineluded an City's Standard Product List. 1.� SiTBMITTALS [NDT USED] 1.6 ACTION SUBMII'TALSIINF�RMATIONAL SUBMITTALS [NOT IISED] 1.'� CLOS�OUT SUBMITTALS jNOT IISED] 1.8 MAINTENANCE 1VIATERXAL Si7BMXTTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] C!'fY 0�' FORT WDRTIi 2021 NORTH RIVEERSIDE RESUT2FAC17+ICf PROIBCT STANDARD CONSTRUCTION 5PECIFICATION DOCiJMEiQ'C5 PROJECTNO. i02877 Revised ivlarch 9, 2Q2U O 1 60 (}0 PR�DUCT R�QUIIZE.M�IVTS Page 2 o.F2 .�.1Q DE�TVERY, STQR.AGE, AND I3ANDLING [NOT USED] l.l.l �+IELD [SITE] CONDITION� [NOT USED] 1.I2 WARRANTY [NDT U��D] PART 2 - PRODIICTS [NQT USED] PART 3 - EXECUTION [NOT US�D] END O� SECTION Revision L,og DATE NAM E 10/12J12 D. )ohnsan 3/9/2020 D.'V. Ma�a6a SUMMARY OF CI3ANGE Modiiied LocatiQn of City's Standard Produet List Removcd ref�rence to Buzzsaw ¢nd noted tE�at the City approved praducts list is accessible through the City's website. CITY pI' FORT WORTH 202 I NORTH RIV EERSIDB RE5LIRPACINCz PROJECT STANDARD CDNSTRUCTION SPECIF[C.�TIdN DbCUIvI�NTS PRd7ECTN0, 142877 Revised March 9, 202i1 oi 70 00 - i MOB.ILIZATTON AIYD REMOBILIZATTOIV Pa�e 1 of 4 � 2 3 4 5 6 7 8 9 1D 11 I2 13 1�4 15 16 17 18 19 20 21 22 2.3 24 25 26 27 2$ 29 3D 31 32 33 3� 3.5 36 37 38 39 40 41 4� �3 4� 45 s�cTzoN oi �o oa MOBXLIZATION AND REMOBII.IZATION PART1- GENERAL 1.1 SUMMA.RY A. Section Includes: i7 3. J . Mobilizatian and Demabilizatzon a. Mo:bilization 1) Transpartatian of Contractor's personnel, equipment, aud operating supplies to the Site 2) Establishntent of necessary general facilities for the Cantractor's operatian at the S�te 3) Premiums paid fox performance and payment bonds 4) Transportation of Contractoz's personnel, equipment, and operating supplies to ano�her location within the designaied Site 5} Relocation of necess.ary general facilities for the Contractor's aperation from 1 lacation ta another locarion on the Site. b. Demabilization 1) Transpartation of Contrackor's personnel, equipme�t, and operating supplies away from the S.ite including disassembly* 2) Site Clean-up ' 3) Rennova3 of all buildings andlor other facilities assembled at the Site for this Contract c. Mobilization and Demobilization do not include activities for specific items of worl� that are for which payrr►ent is prpvided elsewhere in the contract. Remobilization a. Remobilization %r Suspension of Wnrk specifically requiz'�d in the Contraci Documents ar as required by City zncludes: 1) Damabilizatian a) Transportation af Contractor's personnel, equipment, and operating supplies from t11e Site including disassembly ar temporarily securing equipment, supplies, and othar facilities as designated by the C.ontxact Documents neeessary to suspend ttze Work. b) Site Clean�up as designated in the Contract Documeats 2) Remobilization a} Transportation of Cantractor's personnel, equi�ment, and operat�ng su�plies to the 5ite necessary to resume the Work. h) Establishment oi necessary general facilities for the �antractor's operativn at the Site necessary to resume the Work. 3) Na Payments wiil be made for: a) Mobilization and Demobilization from one location to another on the Site in ihe narmal pragress Qf performiz7g the Work. b} Sta�d-by or idle time c) Lost profits Mobilizations and Demobzlization for Miscellaneous Projects a. Mobi1ization and Demobilization C1TY OP PORT WOR'PH 5'I'ANDp.RD COlYSTRiICTIOi�T SPECIF[CATION DOCUME3+lTS Revised 3Yovem6er 22, 201G 2021 AIORTH RIVE123IDE RESURFt1CING PROlECT CPC'Y PRQlECT NO. ]02&77 o� �000-a MOBILIZATIQN A1�ID REMdBILIZATION Page 2 of 4 1 2 3 4 5 6 7 $ 9 1Q I1 12 13 14 IS 16 17 i8 19 20 1) MobiIization shall consist afi the acri�iCies and cost on a Wark �rder basis necessary for: a} Transportation of ConEractor's personi�el, equipment, and operating supplies to the Site for the issued Work Order. b) Eatablishment of necessary general facilities for tIxe Contractar's operation at the S:ite for the issued Worl� Qrder 2) Demobilization shall consist of khe activities and cost necessary for: a) Transpot•tation of Contractor's pez-�onnet, equipment, and operating supplies frnm the Site including dzsassemhiy for each issued Work 4rder b) Site Clean-up for each issued Work Qrder c} Removal of aI7 buildings oz' ather faciIzties assembied at the Site for each WoFk Oder b. Mabilization an.d DemabiIzzation da not include aetivities foz specific items of work for which payment is provided elsewhere in the contract. 4. Em�rgency Mo6ilizations and Dernpbilization for Miscellaneous Projeets �. A Mobilzzation for MiscelIaneous Frojects when directed by the City and the mohilizatian occurs trai.thin 24 houzs af the issuance of th� Work Order. B. De�iations from this City of Fort Vi�orth Standard Specification 1, None. 21 C. Related Speciiication Sec�ions include, but are not necessarily limited Co: 22 1. Divisian 0— B idding Requir�men.ts, Contr�ct Forms and Conditions of the Contz-act 23 2, Division 1— General Requiremea�ts 24 1,2 PRICE AND PAYMENT PROCEDURES 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 A. Measuremen[ and Payment [Cons�It City DepartmantlDivision for directian on if Mobilizatiprz pay itern to be included or tha itezr� should be subsidiary, IncZude the appropriate Saction 1.2 A. 1.] 1. Mobilization and Derzzobilization a. Measare 1) This Ztem is cansidered subsidiary to the various Items bid. b. Payment 1) The work performed and mat�rials furnished in accordance wiih this Item are subsidiary to the �arious Items bicf and no at�er compensation wil] be allorwed. �MNIITTED 2) The work perforaned and materials furnished for demobilization in accordance with this Item are subsidiary to the vario�s Items bid and no other Compensation will he allowed. 41 2, Remobili�ation for suspension oi Work as specifically required in the Contract `�2 Documents 43 a. Measurement 44 1) Measurement for this Item shalI be per each remobilization performed. 4S b. Payment C1TY QR FORT WORTI-1 2.D21 NORTH RIVERSIDE RESLIRFACING I'ROTECT ST�1IVDt1RD CpNS"I`R[lCTION 3PECIFICAT[ON 170CUMSNTS Revised Navember 22, 201 b CPPY PRO]ECT N�. 102877 D17000-3 1vIpBII.IZATiOl�i AND RENTOBIL3ZA'CION Pa�e 3 of 4 2 3 4 c. d. 9 1) The work perforin�ed and mate�ials furnished in accordance with tl�is Item and meas.ured as pro�ided under "Measuz°ement" will be paid far at the unit priee Qer each "Specified Remobilization" in accordance with Contract Documents. The grice shall include: 1) Demohilization as described in Section 1.1.A.2.a.1} 2} Remobilization as described in Section L1.A.2.a.2) No payments will be rnade for standby, idle time, or lost profits associated this Item. 10 3. Remobilization for suspensian of Wark as reguired by City 11 a. Measuremerit and Paymertt 1� 1) Tlus shall be suhmitted as a Contract Claim in accordance with Ai-�icle 10 13 of Section 00 72 00. 14 2) No �ayments will be made for standby, idle tzme, or Iost profits associated 15 with this Item. X6 4. Mobiliza�ions and Demobilizations for Miscellaneous Pro3ects 1� a. Measurement �g I) Measurement for this Item shall be for each Mobilization and ig Demobilization rec�uired by the Contract Dacum�nts 20 21 22 23 24 25 26 27 2$ 29 3� 31 32 33 34 35 36 37 38 39 40 4I 42 43 44 45 46 47 � c. d. Emergt;ncy Mobilizataons and Demobilizaiior►s far Miscellaneous Projects a. Measurement 1) Measurement for this Item shall ba for each Mobil'tzation and Demobilizatio.n required by the Cantract Docnments 1'ayment I) The Work �erformed and mate�ials furxiished in accordance wiCh this Itern and measured as provided under "Measuz'ement" will be paid for ai the unit price per each "Wa�k Order Mobilization" in accardance with Cont�act Documents. Demobilization shall be considered subsidiary to mobilization and sha11 not be paid for separataly. The price shall include: 1) Mabiiization as deseribed in Section 1.1.A.3.a.1) 2) Demobifization as described in Sectian 1.1.A.3.a.2) No payments will be made for star�.dby, idle time, ar lost profits associated this Itezn. � c. � Payment 1) The Wark perforrzzed and materials furnished in accordance with this Item and measared as pro�ided under "1Vleasurement" wi11 he paid for at the unit price per each "Wnrk Order Emergeney Mobilization" in accordance with Contract Docunnents. Demabilization shall be considez'ed subsidiary to mobilizatian and shall not be paid for separately. The price shall incl�tde 1) Mobilization as described in Section 1.1.A.4.a} 2) Demo.bilization as described in 5ectian 1.1.A.3.a.2) Na payments will be made for standby, idle time, o� lost profits associated tt�►is Item. L3 REF�R�NCES [NOT LTSED] 1.4 ADNIINISTRATIVE �Q���ENTS [NOT TjSED] CTI'Y O� FORT WORTH S`iAIVDAR➢ CQNSTRUCTIDN SPECiFICATION IJOCIjMBi+fTS Revised November 22, 2016 202 L IJQRTii RN$RSIDS RE5URPACi3�lCz pROJEt�I' C1TY PAOJEC'�' 1VD. I02877 OI700p�4 MO}3ILTZATION AND REMOBILIZATION Yagc 4 of 4 1 1.5 SiTBMITTALS [NOT USED] 2 1•6 IlVI'ORMAT�ONAL SUBMZTTAL� [NOT USED] 3 1.7 CLO,S�OUT SUBNIITTALS [N�T US�D] 4 1.8 MAINTENANCE MATERIAL Si7BMITTALS [NOT iTSED] 5 1.9 QUALITY ASSURANCE [NOT USED7 6 110 DELIVERY, STORAGE, AND HANDLING [NDT USED] 7 I.I1 FIELD [,SxTE] CONDITIONS [NOT US�D] 8 11� WARRANTY [NOT USED] 9 10 I1 12 PART 2 - PRODIICTS [NOT USED] PART 3 - EXECUTION �NOT USED] �ND OF SECTION DATE 11/22/16 I3 Revision Log NAME SUMMARY Q� CHANGE Michael Owen Y•2 Price and Peyment Procedures - Revised specitication, including 6lue text, to matce speeif'ication flexi6le for either su6sidiaiy or �aid bid item for Mobili�ation. CTl'Y OF FOT2T WORTH 2O21 NORTH RIVEASIDE RESURFAClNG PR07EGT' STANDARD CONS"I'RUCTION SPECIFICATI4N DOCUIvTENTS Revisec� Novembcr 22, 2016 CITY PR07ECT NQ. 1Q2877 o��iz3-� GON5TR[JC"i'[QN STAKING ANR SURVCY Page l oi8 � SECTION 01 '�123 CONSTRUCTION STAKING AND SURVEY 3 PARTI- GENERAL 4 1.1 SiTMMARY 5 A. Section Includes: G 1. Requireme�ts for construction stalcing and const�•uction survey 7 B. Deviations from this Gity of Fort Warth Standard Sp�cification 8 1. None. 9 ln 11 12 1..2 13 14 15 16 17 38 19 20 2l 22 23 24 25 2G 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 C. Related Speci�cation Sections include, but are not necessarily limited to: 1. Division 0— Bidding ReqUirements, Contract Forms and Conditions of the Contrac# 2. Division 1— General Requirements PRICE AND PAYMENT PROCEDiTR�� A. Measuremeni and 1'ayment 1. Construction Staking a. Measurement 1) Measi.u'ement for this Item shall be by lump sum. h. Payment 1} The work performed and tha materials furnished in accordar�ce with this Item shall be paid for at the lump sum price bid for "Gonstruction Staking". 2) Payment for "Constxuctian 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 in.clude, but not be limited to tha following: 1) Verification of conta'ol ciata pro�ided by City. 2) Placemen�, maintenance and replacemeni of required stakes and markings in the field. 3) Freparation and submittal of construction stalcing documentation in the farm of "cut sheets" using the City's standard template. 2, Construetion Survey a. Measurement 1) This Tt�m is considered subsidiary to the various Items 6id. b. Payment I) The rvork per%rrried and the materials furnished in accordance with this Item are subsidiary to the various Items bid and no other comp�nsation wiil be allowed. 3. As-Built �urvey a. Measurement 1) Measurement for this Itezn shall be by lump sum. b. Payment 1} The work perform�d and the materials iurnished in accordance with this Item sha11 be paid for at the lump sutn price bid for "As-Built Survey". CITY OF FQRT WDEZI'H 5TAI�DARD CONSTRUC'1'ION SPECIFICATION DOCUMENTS Revised P'ehruary 14, ZO18 2�2I NOIYTFi RIVERSmE RESUI2Fr�CING PRO]ECT Cl'I'Y PROdECT N0.102877 Q17123-2 CONSTEtUCT[QN STAKIF�TG AND SUf2VEY Page 2 of S 1 2 3 4 5 6 7 8 9 A. De�nitions 3 0 1.3 REFERENCES II 12 13 14 1S 16 ]7 18 19 20 2] 22 23 24 25 26 27 28 29 30 31 32 33 2.. 3. A. 2) Paymen� for "Canstruction Staking" shall be made in partial payments prorated by work corrmpleted compared to total wark included in the Iump sum item. c. The price 6id shal] include, but no� be limited to the following:: 1) Field meast�remen#s and survey shots to identify locatian af completed facilities. 2) Dacutneniation and submittal of as-built survey data onto contractor redline plans ar�d digital survey files. Construction Survev - The surrr�y measurements made prior to or while construction is in pro�ress to cont�•oI elevatinn, IZorizontal pasi.tion, dimensions and conftguraiion of structureslirriprovernents incIuded in th� Project Drawin�s. As-built Surve --The measureinents made after the construction af the iinprovement featuz�es are complete to provide posiiion coordinates for the features o�' a proj ect. Construction Stakin� — The placement of stakes and markings to pro�ide offsets and elevations to cut anc� f 11 in nrder to locate ar� the gractnd the designed structureslimprovements included in the Project Drawings. Construction staking shall include staking easements and/or right of way if indicated an the plans. SurveV "�'r�ld Checks" — Measureinents inade after construction staking is completed attci before cQnstt•uction wark b�gins to ensure that sh•uctur�s marked on the ground are accurataly located per Project Drawings. B. Tachnical References I. City ofFort Worth — Construction Staking S#andards {available on City's Buzzsaw websit�) -- 01 71 23.16.01W Attachment A_Survey 5taking Standards 2. City of �'ort Worth - Standard Survey Data Collectar Library (fxl) �l�s {a�ailable on Cit�'s Buzzsaw wehsite). 3. Texas bepartrn�nt of Transportation (TxDOT) Survey 14�Ianual, Iatest revision 4. Texas Society of Pro�essional Land Surveyors (TS�'S}, Manual of Practice far Land Surveying in the 5tate of Texas, Categary 5 34 1.4 ADMIN]STRATIV� REQUIR�M�NTS 35 A. The Contractarr's selection of a surveyor rnps� comply with Texas Governrnent 36 Code 22�4 (quali�cations b�sed selection) %r this project. 37 1.5 SLTBMITTALS 38 A. Submittals, if required, shall be in accordance with Section 01 33 D0. 39 B, All submittals shail be receivad and reviewed by the City prior to delivery of work. �FO 1.6 ACTION SUBMITTALS/IN�'ORMATIONAL SUBMITTALS 4l A. Field C�uality Control Submittals CITY OP' PORT WOIZ'I'E3 STANDARD CONSTRUCTION SPEC[PICATI�N DOCUMENTS Itevised ['ehruary I4, 2D18 2D21 NOR'I'H it1VL•.ASIDE RESURFACING PROJBCT CITi' I'k20JECT NQ.102877 017123-3 COIVSTRUCTIU]V STAKING ANll 5UAV13Y Page 3 of 8 1 i. Docume.ntation verifying accuracy of field engin�ering work, including caordinate 2 conversions iiplans do not indicate grid or ground coardinates.. 3 2. Subrr�it "Cut Sheets" confarming to the standard template. provided by the City q {refer to O 1 71 23. 3 6.01— Attachment A— Surv�y Staicing Standards). 5 1.7 CLOSEOUT SUBMTTTALS 6 B. As-built Redline Drawing Submittal 7 8 9 14 11 12 13 I4 15 1. Submit As-Built Survey Redline Drawings dacumenfing the lacations/elevations af constructed i�nprovetnents signed and sealed by Registered Professional Land Survayor (RPLS} responsible for the wark (refer to O1 71 23.16.01 — Attaci�rrient A — Survey Staking Standards) . 2. Contractor shall submit the proposed as-built and completed redline drawing submittal one (1) week priQr to scheduling tl�e prc�jeet final inspection for City review and co.zt�ment. Revisions, if necessazy, shall be made ta the as-built redline drawings and resubmitted to the City prior to scheduling the construction final inspectian. 16 1.8 MAINTENANCE MATERIAL SUBMITTAIS [N�T USED] 17 1.9 QUALITY ASSURANC� I8 A. Constructinn Staking 19 1. Consiruction staking will6e perinrme� by the Contractor. 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 3$ 39 �6 41 42 43 2. Caordination a. Contact City's Project Reprasentative at least one week in advance notifying the City of when Consttuction Stal�ing is seheduled. h. It is the Contractor's responsibility to coordinate staking such that construction activities are nat delayed or negatively impacted. 3. General a. Contractor is responsible for preserving and rnaintaining stakes. If City surveyors are required ta re-stake for any reasan, the Contraetor will be responsible iar costs t� perform stalc[ng. If in the opininn of the City, a su�cient numb�r of stakes or markings have been lnst, destroyed disturbed or omitted that the contracted Work cannoi take plaee then the Cantractor will be required to stake or re-sta�Ce the deficient areas. B. Construction 5urvey 1. Construction Sur�ey will be perFarmed by the Cantractor. 2, Coordination a. Cor�tractor tp verify that harizontal and vertical control data established in the design suz'vey anci required far construction survey is available and in place. 3, General a. Construction survey will be perfortned in order to construct the wo�•k shawn on the Construction Drawings and specified in the Contract Documents. b. Far eonstructian rnethods other than open cut, the Coniractor shall perform construction survey and verify control data including, but not limited to, the following: 1) Verification that established benchmarks a�d control are accurate. CITY O� FORT WORTH STANDARD CONSTRUCTION SPECIFICAT[ON DOCLTMENTS Revised l+'e6ruxry I�, 2�18 2D21 NQR'i'H RiVERSIDC 12E5URFACING PRO,fECT CITY PRaJECT N0.102877 QI7123-A CONSTRLTCT�ON STAKING AND SURV�Y Page 4 of 8 1 2) Use of Benchmarks to furnish and maintain al] referenca ] ines and grades 2 for tunneling. 3 3) Use of iine and grades to establish the location of the pipe. 4 Q-) Subnait to the City copies of field nc�tesused to establish all lines and 5 grades, if requested, and allow the City to check guidance system setup prior 6 to beginning each tunneling drive. 7 5) Peovide access for the City, if requested, to verify the guidance system and 8 th� line and grade of the carriar pipe. 9 6) The Contractol• remains fully responsible for the accuracy of ihe work and 1Q correction oiit, as required. 11 7) 1Vlo�itor line and grade continuousXy during consiruction, 12 8) Recard deviation with respect to design line and grade once at each pipe 13 joint and submit daily records to the City. ] 4 9} If the installation does not meet the speci�ed tolerances (as outIined in 15 �ections 33 OS 23 and/oz' 33 QS 24), immediately noti�y t�t� City and eoi•rect 16 the insta]]ation in aceordance wi�h the Confract Documents. I7 I8 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 C. As-Built Sur�ey 1. Required As-Bui1t Sur�ey will be pez-%nned by the Con#ractor, 2. Coordinaetion. a. Contractat' is to coordinate with City to confirm which features reqtai�•e as- built sur�reying. b. It is the Contractnx's responsibiIity to coordinat� the as-built survey and reqliired measurements for itetns that are to be b�tried such that construction activities are not delayed oz' ttegatively itnpacted. c. �'or sewer mains and water mains 12" and under in diameter, it is acceptabte #o physiealIy measure depth and mark the location during the pragress of canstructinn and take as-built survey aftez' the facility 17as b.een bu.ried. TIie Contractar is responsible for the quality cantrol needed to ensure accuracy. 3. General a. The Contractor shall provide as-6ttilt survey including the elevation and location (and provide written documentation to the City) a�' const�•uction %atures durin� the progress of tk�e construction including the following: 1) Water Lines a) Top of pipe elevations and coordinates for waterlines at fha following locatians: (1) Minimum every 250 linear feet, including (2) Horizontal and vertical paints oi inflection, curvature, ete. (3) Fire line tee (�4) Plugs, stub-auts, dead-end ]inas {5} Casing pipe {each end} and a116uried fitt.ings 2j San[tary Sewer a) Top of pipe elevations and coordinates #�or force mains and siphon sanitary sewer lines (non-gravity facilities} at the follovring locations: (1) Minimum every 250 linear feet and any buried fitttngs (2) Horizontal and vertical points of iqflection, curvature, etc. 3) Storrriwater — Not AppIicable CII'Y OP FORT WpRTH STANDAR.D CO�ISTRUCTION 5PEC1I'TCATION DqCUMENTS Revised Ce6ruary 14, 2018 2fl21 NbRTH 1tIV�.RSIDE RESURFACING PROdECT CITY PRQJECT NO.102877 o� �� za-s CQNSTRUCT"IOI+l S`1'AKiNG AND SURVEY Page 5 of 8 1 2 3 4 5 b 7 8 9 10 11 I2 13 14 L5 16 17 18 19 20 21 zz 23 24 25 b. The Contractor slxall provide as-built survey including the elevatian and location (and provide written documentation to lhe City) of canstruction features after the construction is completed including the following: 1) Manholes a} Rim and flowiine elevations and coordinates for each manhole 2) Water I,ines a) Cathodic protection tast stations b) Sampling stations c) Meter boxes/vaults (A�1 sizes) d) Fire hydrants e) Valves (gate, butterfly, ete.) f} Air R�lease vaIves (Mar�hole rim and vent pipe) g) Slow off valves (Manhole rim and valve ljd) h) Pressure plane valves i) Underground Vaults (1} Rim and flowline elevations and coordinates for each Under�round Vaujt. 3) Sanitary 5ewer a) �Ieanouts (1) Rim and flnwline elevations and coordinates for each b) I�Ianhajes and Junction Steuctures (1) Rina and flowline elevatzons and eoordinates for each manhole and junction structure. 4) Stormwater -- Not Applicable 1.10 DELNERY, �TORAG�, AND HANDLXNG [NOT iTSED] 26 i.11 FIELD [SXTE] CONDITIONS [NOT USED] 27 1.1� WARRANTY 28 PART � - PRODUCTS 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 A. A construction survey wili produce, but will nat 1ae lirnited to:: i. Recovery af relevant control points, points of curvature and points of intersection. 2. Establish temporary horizontal and vertical control elevations (benchmarks) suff�ciently permanent and located in a manner to be used throughout construction. 3. T'�e location of planned facalities, easements and improvements. a. Establishing fnal line and grade stakes for piers, floars,. grade beams, parking areas, utilities, streets, highways, tunnels, and o�her conshuction.. b. A record of revisions or corrections noted in an orderly mann�r for reference. c. A drawing, when required by tha client, indicating the horizontal and vertical location of facilities, easements and improvemenis, as built. A. Cut sheets shall be provided to the Cit}+ inspector and Survey Superintendent for all construction staking projects. These cut sheets shall be on the standard city template which can be obtained �'rom the Survey Superinte.ndent (817-392-7925). 5. DigiYal survey �les in the following forrnats shall be acceptable: a. AutoCAD (.dwg) b. ESRi Shapefile (.shp} CTI'Y OF P'ORT WORTH STAIYDARB CONS'iRUCTIpN 5PBCIFICA7TOiY DOCUMEI�IT3 Revised I'e6r¢ary 14, 2018 2021 NOl�TH RIVERSIDE RESURPACING PR47BCT C1TY PROJCCT N0.102877 az��z3-6 CONS'I'I2UCTION STAK[IVG AND SU.RVCY Page 5 of 8 1 c. CSV file (.csv}, for��atted with X and Y coardinates in separate columns (use 2 standdrd templates, if available) 3 6. 5urvey files shall incIude vei�tical and hoz�izontal data tied to originaI project 4 control and benchmarks., and shall [nclude feature desct�iptions 5 PART 3 - EXECUTION S 3.1 INSTALLERS 7 A. Tolerances; 8 1. The staE�ed locatiqn of any improvement or facility should be as accurate as 9 practical and necessaty. The degree of precision requir�d is dependent on tnany 10 factors a11 of which must remain judgmental. The tolerances listed hereaf�er are 1 l based on generalities and, under caz�ain circumstances, shall yield to specific ] 2 requlremenl:s. The surveyar shall assess any si�uation by review of the o�erall plans 13 and tk�rough consultation with responsible parties as to the need for specific 14 Yolerances. I S a. Eartlawoz�k: Grades for eartl�worlc or rough cut should not exeeed 0,1 ft. vertical I6 talerance. Horizontal alignment for earthwork and rough cut should not exceed I 7 I A ft. tolerance. 18 b. Horizontal alignment on a structure shali t�e within .D.1$ tolerance. 19 c. Faving or concrete far stz'�ets, curbs, gutters, parking areas, drives, alleys and 20 wafkways shall be located within ti�e co�fines of the site Uoundaries and, 2] occasionally, along a boundary or any other restrictive line. Away fi•om any 22 restrictive line, these faeilities should be staked with an aecuracy producing na 23 inore than O.OSft. toferance from their specified locations. 24 d. LTnderground and overhead utilities, such as sewers, gas, water, telephone and 25 electric lines, sha[i be loeated harizantally within their prescribed areas ar 26 easements. Within assigned areas, the�e utilities should be stakad with an 27 accui•acy producing no mare ti�an 0.1 ft tolerance from a specified location. 28 e. The accuracy required far the verti�a[ location of utilities varies widely, Many 29 underground utilities requr.re only a�ninimum co�er and a tolerance of 0.1 ft. 30 should be maintair�ed, Underground and overh�ad utilities an planned profile, 31 but not d�p�nding on gravity flaw far performance, should not exceed 0.1 ft. 32 ioIerance. 33 �. Surveying instruments shail be kept in close adjustinent aecording to manufacturer's 34 specifications or in com�aliance to standards. The City reserves the right to requesf a 35 ca3ibratian repoi�t at any time and recommends regular maintenance schedule be 36 perFo�'tned by a certified technieian every 6 rtaonths. 37 1, Field nneasuraments of angles and distances shal] be done in such fashion as to 38 safisfy the closures and tolerances expressecf in Part 3.l .A. 39 2. Vertica.l lacations shall be establish�d from a pre-established benchmark and 40 checked by clasing to a different beneh mark on the same datuzn. 41 3. Construction survey field work shaII correspond to the client's plans. Irregularities 42 or conflicts found shall be reported �arotnptly to the City. 43 4. Revisions, corrections and other pertinant data sha11 be logged for future r�ference. �4 CITY OF FORT WORTI-3 2021 NOEiTH R[V�RSIDE RESURFACI]VC� PR(?.TLCT STANDAI2D CONSTftUGTION 5PEGEFICAT]ON DOCUMENTS Bevised I+ehruary 14, 2018 C1TY PRpdF,CT NO. I02877 017123-7 CONSTRUCTIpN STAKl1�'G AAlD SURVEY Page 7 aF8 I 3.2 �XAMINATION [NOT USED] 2 3.3 PR�PARATION [NOT USED] 3 3.4 APPLXCATION 4 3.5 REPAIR 1 R�STORATION S 6 7 8 9 1Q 11 12 13 14 3.6 A. Tf the Cantractor's work ciama�es ar desfroys one or mo�'e of the control - monuments/p�ints set by tl�e City, the monuments shall be adequately referenced for expedienf restoration. 1. Notify City if any control data neecis to be restored or replaced due to datnage caused during construction aperations. a. Contractor shall perfarm replacements and/oz'restorations. b. The City may require at any tiine a sUrvey "Field Check" of any monument or benehma�-ks that are sei be verified by the City surveyots befoxe �urther associated work can move forward. RE-INSTALLATION [NOT USED] 1S 3.7 FIELD [o�] SITE QUALITY CONTROL 16 A. It is the Contraetor's responsibility to maintain all stakes and control data placed by tl�e I7 City in a�ccardance with this Specification. This includes easements and righi of way, if 18 noted on the plans. l9 B. Do not change or relocate stalces or control data without approvaI from the City. 20 3.8 SYSTEM STARTUP 21 22 23 24 25 2b 27 28 29 30 31 32 33 34 A. Survey Checks 1. The City reserves the right to perform a SUrvey Check at any time dee�►ed necessary. 2. Checks by City personnel or 3� p�rty contracted surveyor are noi intended to relieve the contractor of his/her respoasibility for accuracy. 3.9 ADJUSTING [NOT T]SED] 3.ID CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.1� PROTECTION [NOT USEDj 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [N�T USED] END OF� SECTION Revision Log. CITY OF rORT WORTH STANDARD CdNSTEtUCTION SYEGIFSCATIOi*f DDCUNi�NTS Tievised ref�ruary lA, 201$ zU2l NORTH RIV�RSIDE RESURFACIlVG PROIECT C1TY PR01�CT N0,102877 017123-8 C�NSTRUCTI�N 5TAKITIG AAID SURVEY Page 8 of 8 DATE NAME SUMMARY OF CHANGE 8/31/2012 D.7ohnsan Added instructiou and modified measurement & payment under 1.2; added 8/3 1120 1 7 M, Owen definitions and references wnder 1.3; n�odified i.G; added 1.7 closeout suUmittal rac�uirements; modified 1.9 Quatity Assui�ance; addad PART 2— FRQDUCTS ; Added 3.1 Installers; �dded 3,5 Regair/IZestorafion; and added 3.8 Sy�stem Stacfiup. Removed "blue text"; revised measurement and payntent s.ectFans for Construction Staking and As-Bui[t 5arvey; added i�eferenca to seleciion compliance wit6 TGC 2/14/2015 M Owen 225A; re�ised action and Closenut submiita[ requirements; added aeceptable depth measurement c�•iteria; rcuised ]ist ofitems requiri�zg as-built survey "during" a�id "after" construcCion; and revised acce�Yable digita] survey file format CITY OF FORT WORTH 2421 NORTH RlVEASIDE RESUI2F'AC1NG PI20dECT STAHDARA CONSTRilCT[ON �PECIFICAT[QN DQCUM�N'TS Rc�ised Fehruary I4, 2018 Cll'Y PROJL.CT �ID.102877 oi��23-� CONSTRUCTIOhf STAKING AND SURVBY Page 1 of 8 i 2 SECTION Ol '7123 CONSTRUCTION STAKING AND SURVEY 3 PART1- GENERAL 4 Ll Si11VIMARY S A. Sectian Includes: 6 I. Requirements far construction staking and construction surv�y 7 B. Deviations fram this City of �'ort Warth Standard 5pecification 8 1. None. 9 1� 11 12 1.Z z3 14 15 16 17 18 19 20 21 22 23 24 zs 26 27 28 29 30 31 3.2 33 34 35 36 37 38 39 4Q 41 C. Related Specification Secrions include, but are not necessa�ily limitad to: 1. Division 0— Bidding Requiz'eznents, Contract Forms and Conditaons of the Contract 2. Divisinn 1-- Gene:ral Requirements PRICE AND PAYMENT PROCEDiJR�S A. Measurement and Payznent 1. Constructson Staking a. Measurement 1) Measuz'ement for this Item shaii be by lump sum. b, Paymeni ]) The work �erformed and the materials iurnished in accordance with this Item sk�all be paid for at the lump sum price bid for "Construction Staking". �) Payment for "Construction Staldng" shall be nr�ade in part�al payments prorated by work completed coz�npared ko totial work included in the lump sum item. c. The price bid shall include, but not be limited to the fol3owing: 1) Veri%eation of control data provided by City. 2) Plaeement, maintenance and replacement of req�ixed stakes and rnarldngs in the field. 3) Praparation and suba�ittal of construction staking documentation in the fosm of "cut sheets" using the Ciiy's standard template. 2. Construction Survey a. Measurement 1) This Item is considered subsidiary to the various Items hid. b. PaymenC 1) The work pezformed and the materials furnishad in accordanca with this Item are subsidiary to the various Items bid and no other compensakion wi11 be allawed. 3. . As-Built Survey a. Measurement 1) Measurement for this Item shall be by l�mp sum, b. Payment 1) The work performed and the rz�aterials furnished in accordance with this Item shall be paid for at the lump su� price bid for "As-Built Survey". C1TY OF PORT WORTH STANDARD CdNS'1'RUCT[bN 5P�CiF'ICA"1'TON DOCUMeNTS Revised February 14, 2018 2021 I�ORTH RiVERSIDERESURFACING PRQJECT C1TY PI20JBC'I' i�I0.102877 017123-2 CpNSTRUCTTOI�! 5'TAKIIVG AND SURVEY Pagc 2 of $ 1 2 3 4 5 6 7 S 9 A. De�initions i 0 1.3 REFERENCE� Z1 I2 13 14 15 16 17 18 19 2Q 21 22 23 24 25 26 27 2$ z� 3fl 31 32 33 1, City qf �'ort Warth — Construction Stal�ing Standards (available on City's Buzzsaw website) -- O1 7I 23,16.01_ Attachment A_Suivey Staking Standards 2. City of Fort Worth - Standard Survey Data Collector Library (fxl) files (available on City's Buzzsaw website). 3. Texas Department af Transpo�tatzon (TxDOT} Survey Manual, latest re�visian 4. Texas Society of Professional Land Surveyors (TSPS), Manual of Practice for Land Surveying in the State of Te�as, Categazy S 34 1.4 ADMXNXSTRATIVE REQiJIREMENT$ 35 36 37 �8 2. 3. Q-. 2) Payment for "Construct�pn Staking" shaIl be made in partial payments prorated by work carrspleted comparad ta total work included in the lump sum item. c. Th� price bid shall include, but not be limited to the following:: I) Field measurements and survey shots to identify ]ocatzon of compleled faczlities. 2} Documentation and submittal of as-built survey data onrp contz`actor redline plans and digital survey files. Construction Survev - The survey measurements made pzior to or while const��uction is in progress to control eleva�ion, horizqntal position, dimensi�ns and configuration of structureslimprovemenfs included in tha Pz'oject Drawings. As-built Survey —The meas.urements made after the constructian of the impro�ement features are complete to provide position coardinat�s for the featUzes of a project. Construction Stakin� — The placement of stakes and markings to provide offsets and elevations to cut and filI in order to locate nn the ground the designed stzuctures/improvements included in the Projeet Drawings. Construction staking shall include staking easements and/or right of way if indicat�d on the plans. Surve "FieId Checks" — Measurements rr►ade after const�vction staking is completed and befprc construction work begins ta ensure that structures marked on the ground are accurately ]ocated per Prnject Drawings. B. `i'echnical Re�'erences A. The Contrractor's selection of a surveyor must comp[y wifh Texas Government Code 2254 (qual'rf'ications based selection} for this project. 1.5 SUBMITTALS A. Submittals, if required, shall be in accnrdance wiih SecCion O1 33 00. 39 B. All submittals shall be received and reviewed by the City prior to delivery of work. 40 1.6 ACTION SUBMITTALS/INFORMATIONAL SiTBMITTAL5 41 A. Field Quality Control Submittals C£I'Y OF FORT WOi2TH 5TAI�IDARD C(7NSTRUC`CION SFECIFICATIpN DOCUMENTS Revised Fel�raary 14, 2016 2�21 I�T012"FH RIVER9IDE RESURPACING PROJECT CITY FROJECT' ND,1D2877 Qi7123-3 CONSTRUCTIOdY STAKI[YG AI�TD SURV�Y Page 3 of 8 1 1. Docun�entation verifying accuracy of �eld engineering work, including conrdinate 2 conversions if plans do not indicate grid or ground coordinates. 3 2. Submit "Cut-Sheets" confo�ming ko tha standard temglate pravided by the City 4 (refer to O1 71 23. I6.� 1— Attach�zsent A— Survey Staking Standards). 5 1.'� CLOSEOUT Si]BMITTAL� 6 7 8 9 xa 1� 12 13 14 15 B. As-built Redline Drawing Submittal 1 2. Submit As-Built Sur�ey Redline Dz'awings doeumenting the locations/�levations of constrt�cted improvements signed and sealed by Registered Professional Land Surveyor (RPLS) responsible for the work (refer to O1 71 2;3.16A1 — Attachment A — Sur�ey Staking Standards) . Contractor shall subrnit khe praposed as-built and completed redline drawing submittal one (1} weel� prior to scheduling �lie project final inspection for City review and comm�nt. Revisions, if necessary, shali be rr�ade ta t�e as-built redline drawings and z'�submitted to the City prior to scheduling the canstruction final inspection. 1b 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 17 1..9 Qi7ALTTY ASSURANCE 18 A. Construction Staking 19 1. Constxuction staking will be pei�formed by tlie Contractor. 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 4I 42 43 2. Coosdinatian a. Cantack City's Project Representa�ive at lea�t one week in advance notifying the City of when Construction Stal�ing is schecluled. b. Zt is fihe Contractor's responsibility to coordinate staking such that cnnstruction activities aze not delayed or negatively impacted. 3. General a. Contractor is responsible for preserving and maintaisung stakes. rf City surveyors are requued to re-stake for any reason, the Contractor wiJl be responsible for costs to pe�drm staking. If in the opinion of the City, a sufficient number of stakes ar znarkings have been Iost, destroy�d disturbed or omitted that the contraeted Work cannot take place then the Cantractor will ba required to stake or z'e-stake the de�tcient areas. �. Consiruction Survey 1. Canstruetion Survey will b.e pez'formed by the Contractor. 2. Coordination a. Contractor to verify that ho�rizontal and vertical control data established in the design survey and required for con5truction survey is available and in place. 3. General a. Construetion sur�ey will be performed in order to canstract the work s�own on the Consmuciian Drawings and sge.cified in the Contract Documents. b. For construction methads other than open c�t, the Contractor shall perform construction sutvey and verify conixol data including, but nat limited to, the following: 1) Veri�ea�ion that established b�nchmarks and control are accurate. Cl'T'Y OF FORT WQRTH STANDARD CONST12i7CTiON SPECIFICATIdN DOCUNIENT3 Revised February 14, 2018 2021 NORTH RIVERSIBE RESURFACIIVG PROIECT CPI'll PROJEC'I' IVO.lU2877 01 7123 - 4 CpNSTRLICT[DIV STAKING AND SL]RVEY Page 4 of 8 10 I1 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 37 32 33 34 35 36 37 38 39 40 41 �l2 43 44 45 4C 47 48 2,) Use of Benchmarks to furnish and maintain all reference lines and grades fa�- tunneling. 3) Use of line and grades to establish the l�eation o�' the pipe. 4) ,5ubn�at to the City copies of �eld notesused to establish all lines and grades, if requ�sted, and all.ow Ehe City to check guidance sysCem setup prior Eo beginning each tunneling drive. S) Provide access for the City, if requested, to verify the guidance system and the ]ine and grade of the carrier pip�. 6) The Contractor remains fuIly responsible for the accLu•acy 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 n.ot meet the specified tplerances (as outlined in 5ectio.ns 33 4S 23 and/or 33 OS 24), immediately notify the City and correct the installation in aecordance with the Contract Documents. C. As-Built Survey 1. R�quireti As-Bailt Survey will be pez'formed by the Contractor. 2. Coardination a. Cont�-actor is to coordinate with City to confizm which features require as- built surveying. b. It is the Cantzactor'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 pr negatively impacted. c. For sewer mains and water mains 12" and under in diameter, it is acceptable to physicaliy measLue dapth and inark rhe location during the progress of constzuctian and take as-buiIt survey after tha facility has been buried. The Contractoz' is responsibie for the quality control needed to ensure accuracy. 3. General a. The Contractor shall pro�ide as-built sur�ey inelading the el�vaiion and location (and provide written docur�entation to the City) of construction features during the progress of the construction including the foIip�vzt�g: 1) Water Lines a) Top of pipe elevations and caardinates for waterlines at the foilowing locations: (1} Minimurn every 2501inear feet, including (2) Horizontal and vertieal painrs af znflection, curvature, etc. (3) Fire line tee {A�) Plugs, stub-outs, dead-end lines {5) Casing pipe (each �n.d} and ail buried fittings 2) Sanitary Sewer a) Tap of pipe elevations a�d coordinates foz' force rnains and siphon sanitary sew�r lines (non-gravity facilities) at the following locations: (1) Mznzmum every ZSO linear feek and azzy buried fittings (2) Horizontal and vertical points of inflection, curvature, etc. 3) Stormwater — Nat Applicable C1TY QF FORT WORTFi STANDAR➢ CQ�IS'I`12UCTfON SPECIFICATI03� DOCiJMEN'I'S Revised Fehruary I4, 2018 2021 1VOE�TH R.IVERSIDB RESURFACING PR07EC'I' C£1"'Y PROdEC'I' N�.1d2$77 017123-5 CONSTRUCTIO[�T STAKII+IG ANl] SUAVEY Page 5 of 8 i 2 3 � 5 6 7 8 4 ID ]1 I2 l3 14 1S 16 17 18 19 20 21 22 23 24 25 26 27 b. The ContracCor shall provide as-built survey ineluding th� el.evation and location (and provide w�tten documentatian to the City} of canstruction features afier the construction is completed including the following: 1 } Manholes a) Rim and flowline elevations and coordinaCes for each manhole 2) Water Lines a) Cathodic prot�ction test stations b) Saznpling stations c) Meter boxes/vau3ts (All sizes) d) Fire hydrants e) Valves (gate, buttarfly, etc.} t7 Air Releasa valves (Manhole rim and vent pipe) g) Blow off valves (Manhole rim and valve lid) h) Pressuze }�lane valves i} Under�;round Vaults (1) Rim and flowline ele�atipns and coordinates for eack► LTnderground Vaul�. 3} Sanitary 5evuer aj Cleanouts (1) Rim and flov�line elevations and coordinates for oach b} Manholes and Junct'ron Structures (1) Rim and flowl�z►e e3evations and coordinates for each manliole and junction structure. 4) Stormwater — Not Applicable 1.10 DELIVERY, STORAGE, AND HANDLING �NOT LTSED] 111 FIELD [SITE� CONDITIONS [NOT USED] I.12 WARRANTY 28 PART � w PRODUCTS 29 �a 31 �z 33 34 35 36 37 38 39 40 41 42 43 44 A. A construction sur�ey will produce, but will not be limited to: 1. Recovery of relevant control poinCs, points of curvature and points of iniersectian. 2. Establish temporary horizontal and vertical control elevations (benchmarks) suf�iciently permanent and located in a manner to be used throughout cons�xuction. 3. The location of planned facilities, easennents and improvements. a. Establishing final line and grade stakes for piers, floors, grade bearris, parking axeas, utilities, streets, highv�vays, tunnels, and other construc�ion. b. A record of revzsions or corrections noted in an orderly marzner for referenc�. c. A drawing, when required by the client, indicating the hozizontal and �ertical loeation af facilities, ease�ents and improvemants, 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 or� tt�e standard city template which can be obtaaned from the Survey 5uperintendent {8l 7-392-7925). S. Digital survey �'�les in ihe following %rmats shall be acceptable: a. AutoCAD (.dwg) b. ESRI Shapef"�le (.shp) CI'i`Y OP C�012T WORTH S'1'A3��ARD CONSTRllCTT�N SYECIFICATION BOCUMEIVTS Reoised Fe6ruary 14, Z01S 2021 NOR"I'H RiVL-zRS1T3� RESURFACING PROJECT CTl'Y PRO]LC1' NQ.1 D2877 017123-6 CCJNS'PRUCTION S'I'AKIiVG AND SURVEY Pege 6 of 8 1 c. CSV file (.csv), fornnaited with X and Y coordinates in separate columns (use 2 standard templates, if available) 3 6. Suivey files shaII include �ertic�l and hozizontaI data tied to original project 4 control and benehmarks, and shall inciude feature descriptions 5 PART 3 - EXECUTION 6 31 INSTALLERS 7 A. Talerances: 8 1. The staked Iocation oi any improvement or facility should be as accurate as 9 praetical and n�cessary. The degree of precision t•equzred is dependent on many 10 factors all of which must remain judgmental. The tolerances Iist�d hereafter are 11 based on generalities and, und�r certain circumstances, shall yield tp sp�.ci�ic 72 requirements. The siu•veyar shall assess any' situation by revievv of the averall plans 13 ar►d through consultation with responsible paraes as Co the need for speeific �4 tol�z-ances. I5 a. Earthwork: Grades for earthwork or rough cut should not exceed 0.1 ft. vertical I6 tplez-ance. Horizontal alignnlent for earthwozk and rough eut should not e�ceed 17 1.0 ft. tokerance. 18 b. Horizon#al alignment on a structure shall be within .0.1ft tnIerance. 19 e. Paving or concrete foz streets, curbs, gutters, parking areas, drives, alleys and 20 waIkways shall be located within ihe con�nes of the site boundaries and, 21 occasionally, along a boundazy oz' any Qther restrictive line. Away from any 22 xestrictive Iine, these faciliEies should be staked with an accuracy prod�cing no 23 rnore than 0.05ft. tolerance from their specifzed locations. 24 d. Undezground and overhead utilities, such as sewers, gas, water, telephone and 25 electric lines, shaIl be located horizontally within their prescribed areas or 26 easements. Within assigned are�s, these utilities should be staked with an 27 accuracy producing no more than O.I ft tolerance frorn a specified iocation. 28 e. The accuraey required for the vez't�cal locatio.n of utiIities uarres wiciely, Many 29 underground utilities require only a�xurzi�mum cover and a tolerance af 0.1 ft. 30 shpuld be maintained. Underground and ovexhcad utilities on planned profile, 31 but not dep.ending on gravity flow for performar�ce, should not exceed 0.1 ft. 32 tolerance. 33 34 35 36 37 38 39 40 41 42 43 44 B. Sur�eying instruments shall be kept in clasa adjustment according to manufacturer's specifications or in compliance tp standards. The City reserves the right to �-equest a calibzation report at any time and recomznends regular maintenance sehedule b� pez-�o�-med by a certi�ed technician e�v�ry 6 zz►ontfis. 1. �'ield nneasurements of angles and distances shall be clone in s�ch fashion as to satisfy tt�� closures and toIerances expressed i.n Part 3.1.A. 2. Vertical Iocaiions shall l�e established from a pre-established benchmark and checked by closing to a different beneh mark on the same datum. 3. Canstruction survey field �vozk shall correspond to the client's plans. Irregutarities or conflicts found shall be reported pxomptly to the Ciry. 4. Revisions, corre�ctions and other pertinent data shall be logged for fuhtze re%rence. crrY oP roxm �+o�T�i STANDARD CONSTRUCTION SPECIPICATION IJOCUMSNT3 I�evised I'ehruary 14, 2018 2021 NORTH RIVERSIDE RE5U12FACING PRQJEC'E' CITY PRO.TBCT NQ.102877 417123-7 CQNSTRUCTION STAKING ANl] 3URVSY Pa�;e 7 of 8 1 3.2 EXAMINATION LNOT USED] 2 3.3 PREPAIZ.ATION [N�T USED� 3 3,4 APPLICATION 4 5 6 7 S 9 10 11 12 13 14 1S 16 17 18 19 20 21 22 23 24 25 26 27 2$ 29 30 31 32 33 34 3.5 R�PAIR ! RESTORATTON A. Ii the Contt'actor's work damages or dest�oys one or mare of the conkrol monuments/points set by the City, the monuments shall be adequately referenced for expedi��zt restoz'ation. 1.. Natify City if any control data needs to be restored or replaced due to damage caused during cansiructaon operations. a. Contractor shall perform replacem�nts and/or restorations. b. The City may require at any time � surv�ey "Field Check" of any monu ment or benchmarks that are set be veri%ed by the City s�►rveyors before fi�rthez' associated ruork can move forward. 3.5 RE-INSTALLATIDN [NOT iTSED] 3.7 FIELD [o�] SITE QXIALITY CONTROL A. It is t�ae Contractor's responsibi3ity to maintazn all stakes and cantral data placed by khe City in accoz'dance with this 5pecification. This includes easements and right of way, if noted on the plans. B. Do not change or relocate stakes oz control data without approval from the City. 3.8 SYSTEM STARTUP A. Survey Checks 1, The �ity reserves the right to perfarm a Sur�ey Cheek at any time deemed necessary. 2. Checks by City personnel or 3`d party cnntracted surveyor are not intended tn relieve the contractor of hislher z`espansibiliry for accuracy. 3.9 ADr[JSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLO�EOUT ACTIVITIES [NOT USED] 3.1� PROTECTYON [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHNTENTS [NOT i]SED] END OF SECTZ�N Revisian Log C1TY UF �ORT W012TH STANDARD CQI�ISTRUCTI(?N SY�CIP[CATION DOCUMENT5 Revesed �'ebruary 14, 2018 2U21 NORTH RiVERSIDE 1�SU12PACINCr PROJECT CTI'X PROIECT I�i0.102877 01 71 23 - 8 CONSTRIJCI'ION 5TAK11VG ANI] SURVEY Page S of 8 DATE NAM� SLTMMARY O�' CHANGE 8/3I/2p12 D..Tohnson Added instr�etion and modified measurement & payment under 1.2; added 8/31/2017 M, pwen defnitions and references under i.3; moda�ed 1.6; added 1.7 closeout subr�uttal requaremen#s; modified 1.9 Quality Assurance; added PA,RT 2— PR017UCTS ; Added 3.1 Installars; added 3.5 Repair/Restoration; anH added 3.8 System Startup, Removed "h[ae lexY"; revised measurement and payment sections for Constructinn Staking and As-Built Survey; added reference to selection compliance with TGC 2/14/2018 M�wen 2254; revased action and Closeouc su6mittal requirements; added acceptable depth measuremcot criteria; revised list of items requiring as-built sur /ey "during" and "after" constructipn; and revised acceptabte digital survey �ile format C1TY OF FORT WOATH 2O21 IVOR1'H I2IVE�tSIDE RESURFACING PROJECT STAIZpARD CQbIST12Cl'CTION SPECTFICATIDN DOCi3MENTS Revised Fe6ruary 14, 2418 CTTY PRD7EG"f 1V0.102�i77 � Sec�i�n 017� �3.0� � A���chr�ent � 5u ���y St� ki ng Sta �d� rds Fe6ruary 2017 C:\Users�1slamT�AppQata�Loca1�Temp\017123.16.01_Attachmer�t A 5u�-vey 5taking 5tandards.docx Page 1 of 22 These procedur�s are intended to provide a standard method for constr�ction staking services associated with thE City of Fort Worth projects. These are not to be considered all inclusive, but on[y as a generaf guidelin�. Far projects on TXDOT right-af-way or thraugh joint TXDOT pprticipation, adherence to the TXDOT Survey Manual shall be followed and if a discrepancy arises, the TXDOT manualshallprevplT. �htt,p://onlinema_n_uals.txdot.�o�/txdatmanuals/ess/ess.�dfj If you ha�e a unique circumstance, please consult with the praject manager, inspectar, or sur�ey department at 817-392-7925. 7'able of Con�enis I. City of Fort Warth Contact Information II. Construction Colors Ifl. Standard Staking S�ppfies IV. Survey Equipment, Control, and Datum Standards V. Water Staking VI. Sanitary 5ewer 5taking VII. Storm Staking VIII. Curb and Gutter Staking IX. Cut Sheets X. As-built Survey G:�Us�rs�1slamT�A�pData�Loca1�iemp�01 7123,7;6.a1_Attachment A_5urvey Staking Standards.docx Page 2 of 22 I. Surr�ev Depar�ment �onfac� Ingorma�ion Physical and mailing address: 8851 Camp Bowie West 8oufe�ard Sui�e 3Q0 Fort Worth, Texas 76116 Office; (817) 392-7925 Sur�ey 5u�erintendent, direct line: (817j 392�8971. II. Construction Colors The following calors shall be used for sfaking or identifying features in the field. This includes ffagging, paint of laths/stakes, paint of hubs, ancE any identification such as pin flags if �ecessary. U�ili�iy Color PROPOSED EXCAVATION WHI7E ALL ELECTRIC AND CONQUITS ' � PD7ABL£ WATER GAS OR O!L Y�LLC}W TELEPHONE/FIBER OPTiC �RAE��E SURVEY COI�TROL POINT5, BENCHMARKS, PROPERTY CORNERS, RIGH7-OF-WAYS, AND �1�61{ ALL PAVING INCLUDING CURB, 51DEWALK, eUILDING CORNERS SANITARY SEWER �''� =�� IRRIGATION AND R�CLAiMED WATER III. S�at�dard Siakin Su lies I#em illiinimum size Lath/5take 3fi" tall Wooden Hub (2"x2" min. square preferred� 6" tall Pin Flags (2.5" x 3.5" preferred) 21." lang Guard Sta[ces Not required PK ar Mag nails 1" long Iron Rods (1/Z" or greater diame#er) 18" long 5ur�ey Marking Paint Water-based Flagging 1" wide Marking Whiskers �feathers} 6" long Tacks (for marking hubs) 3/4'" long C:�Lisers�1slamT\AppData�Loca1�Temp�017123.16.41 Attachment A_Survey Staking Standards.docx Page 3 of 22 IV. Sur�ey �quipmert�, Con�rol, and Datum Standards A. City Benchmarks All city benchmar[�s can be found here Look for'Zaning Maps'. Under'Layers' `Benchmarl<s'. http://fortworthtexas.�a�/itsolutions/GIS/ , expand'Basemap Layers', and check on B. Can�entional or Rohatic iotal 5tation Equipmen# 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. lt is recommended that an instrument be calibrated by �ertified technician at least 1 occurrence every 6 months. C. Network/V.R.5. and static GPS Equipment It is critical that the surveyor ��rify the carrect horizontai and ver�ic�l datum prior cammencing wark. A site calibration may be required and shall tonsist Qf at least 4 control points spaced e�enly a�art and in �arying quadrants. Additional field checks o�the horixnntal artd vertical accuracies shall he compf�ted and the City may ask far a capy of the cali6ration report at any time. Network 6PS such as the Western Data Systems or Srr�artNet systems may be used for staking of property/RA.W, forced-main water lines, and rough-grade anly. fVo CRS stakin� fot concrete, sanitary sewer, starm drain,, final �rade, or an thin that needs �erticaf radin with a tolerance of 0.25' or less is allowed. Q. Control points Set i. All contro[ points set shall be accompanied by a lath with the a�propriate Northing, �asting, and Ele�ation (if applicable) of the point set. Control poinfs can b� set rebar, 'X' in concrete, ar any other appropriate item with a stable base and of a semi-permanent nature. A rek�ar cap is optional, but preferred if the cap is mark�d `cantrol point' o� similar wording. fl. Datasheets are required far all controf points set. Datasheet should include; A. Horizontal and Ver��cal Daturn used, Example: N.A.D,83, fVorth Centrai Zone 4202, NAVD S$ E[evations B. Grid or ground distance. — If ground, provide scale factar used and base point coordinate, Example: C.S.F.=0.999125, Base point=Narth; 0, �ast=� C. Geoid model used, Example: GE01�12A C:\Users�1sfam7�Appbata�Loca1�Terrmp�D171 23.16.01_AYtacf�ment A_Survey Staking Siandards.docx Page 4 of 2Z � E. Preferred Grid Datum Although many plan s.ets can be in surface coordinates, the City's preferred grid datum is listed befow. Careful consideration must be taken ta verify w�at datum each �raject is in prior to beginning work. It is essential the sur�eyor be familiar wi�h coordinate transformations and how a grid/surface/assumed caordinate system affect a project. Pralected Coordinate 5ystem: NAU_1983_5tatePlane Texas_Narth_Central_FIPS 420z�Feet Projection: Lambert_Conformal_Conic Fa l se_Ea st in g: 196 8500.D0000000 Fa I se_N orth i ng: 6561666.66666667 Centra! Meridian: -98.50afl00Q0 Sfiandard Parallel 1: 32.1333333� Standard Parallel 2: 33.96666667 Latitude_Of_Qrigin: 31.65665667 Linear lJnit: Foat US Geographic Coordina#e 5ystem: GCS_Narth_American_1983 Datum: D North American 1983 Prirrte Meridian; Greenwich Angular Unit: Degree Note: Regardless of what daturr, each particular pro��ci �� fn, d�liverables to th� City must be converted/trans�ated inta thls pre#erred grfd daturrr. l copy af the deliverable �hould be in the project da#um Sw.hatever it may bej ancf 1 co�y should be in the NAD83, TX North Central 4202 zone. See pre erred File Namin Con�vention fielaw F. Preferred Deli�erable �ormat txt .csv .dwg .job G. Preferred Data Forrnat P,N,E,Z,D,N Point Number, Nor�hing, Easting, Elevation, Descriptian, Notes (if applicable) H. Preferred File Naming Con�entian This is the pr�ferred format: City Project Number_Description_Datum.csv Example for a proiect that has surface caordinates which must be translated: File 1: C1234 As-�uilt of Water on Main Street Grid NAD83 TXSP 4202.csv File 2: C1234_As-built of Water on Main Street_Project Specific Datum.cs� C:\Users\IslamT�AppData\Loca1�Temp\017123.16.0� Attachment A_Sutvey 5taicing Standards.docx Page 5 of 22 Exam le Control 5taEces � � � � _L� _, , �. �� c.� �_:: .. �� __ , r - �� <-,: �� �.}_ �'` �:�I � � � � � � � �— _ � � � � J � Q � F— m Z � n Q � � CP �� j �=�aoo.oa � � � � � � w m � � z � � � � 101 G � � � ¢ � _ � d � � w J m � O G z 0 � Q � W J W EL.= 10D.0�' o� zw � � � � � Z C� Q _ � H Z � — (= 0 _ J C' !.�- �� Q X �� W �y � � � w F--- � L] � d � �� �=�aaa.aa , i�===�. � �,, � C:�Users�[slamT�Appdata��oca1�Temp�fl17123.1fi.01 Attachment A_Survey Staking Standards.docx Page 6 of 22 V. Wa�er Stakin� S�andards A. Cen#erline Staking --Straight Line 7angen4s I. Offset lath/stakes every 200' on e��n 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. Grad� to flow line (F/L) for 16" and larger diameter pipes V. Grade Should be 3.5Q' below the proposed ttip of curb line for 10° and smaller diameter pipes VI. Grade should be 4.d�' belaw the proposed top of curb line for 12" and larger diameter pipes Vfl. Cut 5heets are required on al! staking and a copy can be received from the survey superintendent Optional: Actual stakes shal! consist of a&OD nai! or hub set with a whisker B, Centerline 5taking - Curves I, ]f arc length is greater than 100', ROC (Point of Curvaturej Offset stakes should be set at a 25' interval II. Same grading guidelines as above Ill. Staking of radius points of greater than 100' may be omitted C, Water Meter Boxes I. 7.0' perpendicular offset is pre�erred to the center of the box II, Center of the meter should be 3.Q' behind the praposed fac� of curb III. Meter should be staked a minimurn of 4.5' away from the edge of a driveway IV. Grade is to tap of box and should be +0.06' hi�her than the proposec� top af curb unless shown o�rherwise an the plans p, Fire Wydrants I. Center of Hydrant shauld be 3.0' behind proposed face of curb If. Sur�ey offset stake should be 7.0' from the �center and p�rpet�dicular to the curb line or water main lII. G�ade of hydrants should be +p.30 higher than the adjacent tap af curb E. Water ValVes & Waults l, Offsets should }�e perpendicular to the proposed wat�r main II. RIM �rades shoulcE only be pra�ided if on plans C:\Users�1slamT�AppData�Loca1�Temp�017123.16.01 Attachment A_Survey 5taking Standards.docx Page 7 af 22 Example 11Va�er S�a[ces S�, �� �� �� �x ��� 4� �,�`�' � - � f �" y ~� � Z i' � O � ��� � �� �%� �. W%L II' STR=2tQp II �. C--3.6�� ..-�"` ;,,. � LL J� � ��y� � 4f I •� � 1` ` ti/ � � t 1 � ��� } � � I � � � �� � � � �� � � ,- - � ?� � I � � 17� D�S � W�L � w STA=1+72.9�� C-3.81 � � _ JL W �LL � � � I `� �.1 � � �an EL.� 1a�.16�— - - - - - � � � � _ �---� � � � � � r � � J � � � � '1 � � I l � � � 4 � � , �.; � �� � �.,, 4; � � ti_ ,� rs� � �` ' _1 „$,Z � � 5 � � F � � - S. z _ � c�-� �.} � � � � �. _ � c� � �� ... � �� �t. � z '- (,a — , v�t� ,,.��a� � �d `�. V�jfL��LSTA=4+i}d'If � G-3.7 � � '- � �� L� � � W�� � � � `�, � �S W � � — � ��e _ �oao ���� m � ' $��� � �. � � d�� m �m� � C:\Users�1slamT�Appbata\LocalrTemp�0171 23.15.01_Attachment A_Survey Staking Standards.docx Page S of 22 1/1. Sani�arb 5e�rer S�akin� A. Centerline S#aking — Straight Line Tangents I. In�erts shali be field verified and compared agaEnst the plans before staking II. Painted green lath/stake WITH hub and tack or marker dot, no flagging required lll, 1 offset stake between manholes if manholes are 40�' or less apart IV. �ffset stakes should be lacated at even distant�s and perpendicular to the centerline V. Grades will 6e per plan and the date of the plans used s�ould be nated VI. If multiple lines are at one manhole, each line shall ha�e a cut/fiA and direction noted VII. Stakes at e�ery grade break VIlI. Cui sheets are required on all staking Optional: Actua! stakes shal! consist af a 60D nail ar hub set vvith a whisker B. Centerli�e 5taking-�Cun►es L If arc length is greater than 100', pOC (Point flf Curvature) offset stakes should be set at a 25' interval Il, Staking of radius points of �reater than 100' may be omitted C. Sanitary Sewer Manholes f. 2 offset stakes per manhole for �he purpose of providing alignment to the contractor If. Flowline grade sF�ould be on the lath/stake for each flowline and direction noted III. RIM grade should onfy be on the stake when pro�ided in the plans C:�Users�lslamT�AppQata�Locaf\Temp�017� 23.16.01 Attachment A_5urvey Staking Standards.docx Page 9 0# 2� Example 5anitary Sewer Stakes �r���'� � N �� ���� :`�� rif r-. � �„ �� }� � ��' ' � `� V � � � _ - - � j�j � � �. W �� � � �� 7`7C1/S � SS ��� STA=3+Ti jl�v, c-i �l�z °'° I� � C-o � � � � �' � � � �— � � � � � � � � � � � }? , � � �v° �'�,' , � � .' � - __ �� � �; , - c� �. _ :_. - � � � �� �� 12' U f 5� 55 I� � I� Sf/w3+it�� � wf G-3� �� x C-3'� I� � F Q� � G�� � R�a � � � � 1 � j� � � Y �` �` �� � �� � fi' -- �„ � c� � h. � �f � � � � �� ��S `� �'S tl '�T4�1-h8K"' �J.l � G-4CZ � � JL W � � � i ; �L p � � - .✓ � '�1 �, � � �� r �� � � � � �,: � � � � W i T � N`�'� � � i j }? � t �� � �� � , �� � � �, �� �� � �� � �og4 � , � � � � _ �� �} � �'Si N Y}+�s � � � � � ,� � � �vl s" �' �, cs��, ' f (� : �; �� ��� .� ��� ,� .sd �� � � _._ ._._. _-- - - -' '- ' �- ..� ��� � � �' i0%.` .�_S5 � 1��� sr,wEr►oa ���`.�� c_s� �+r3 c-s�� a, rfio � � I s � � � w � ��� � C3 ti � 4 3 �, � a��f 1 � ��� F— ��,' r' � � � � ���' [� � 18� Of5 � 5S ��� srR-��A�>>��x C-s� ��v, c-s��� c_o� � � � � �� �. ��� � O i a � J� � � � y.i z � �� .y. � � �, �� r �� � �� �� �� C;�Users�lslam"f�App!]ata�Loca1�Ternp�d171 23.16.01_Attachment A_Survey Staking 5tandarc#s.docx Page 10 of 22 Vll. Storm Sewer � Inlef S�al�ing A. Centerline Statcing--Straight Line Tangenis I. 1 offsei stal�e every 200' on e�en stations II. Grac{es are_ta flowline of pipe unless otherwise shown on plans III. Stakes at every grade 6reak IV. Cut sheets are required on a1l staking Optianal: Actucrl stakes shall consist of a 60l7 nail or h�b set with p whisker B. Centerline 5taking — Cur�es I, If arc length is gr�ater than 104', PQC (Point af Curvaturej offset stake5 should be s�t at a 25' interval 11. 5taking of radius points af greater than lOD' may be omitted C. Storm Drain inlets I. 5taking distances should be measured #rom end of wing il. Standard 10' Inlet = 16.00' total length III. Recessed 10' Inlet = 20A0' tatal length IV. Sfandard double 10' in[et = 26.67' total length V. Recessed double 10' inlet = 30.67' total length D. Stnrm Drain Manholes I. 2 offset stakes per manhole for the purpose ofi providin� alignment to the contractor IL Flowline grade should be on the lath/stak� for each flowline and direction noted III. RfM grade shauld only be on the sta[ce when pro�ided in the plans C:\l�sers�1slamT�AppData\Lnca1�Temp�017Z 23.16.01_Attachment AwSurvey Staking Standards.docx Page 11 of 22 Exam le Siorm Inle� S�akes FR�NT {si�E �a�i€vc �� e�c� (aae �a�anio p.aw.� PCIN} . , lue e.evnnar � 1 � � �: 4 � � A n m � a m 1 # � R �� 'L. r.. , n � ` El'� dF T17� yNt`.� � HEtH� 87P�CED -�'i F�R � N T (�ioE ���ir�� �.) J ., . _. . �,. _.� ;;,._�_. { � I..GE* 67A710N � lT617 �N WLANSj � �TfC; PIE9 GNhDE � r� cs� � I �� -�;-- . -•-- � _ � � ��,�x {5oE Fannc e.aw) r.'."n F r"' � HUq @.EV�71pN � I q � �. �-`�'--� A � � � � � � �, : � �i ��e...re� � i L nm �� e.� _...._. 1 ^} � �. i/c f � � � � .� �. _ - oi�rn�ces FOR ir��Er�s ,AY_. 4 � "` `� srallonRn io' � �s' RF�SSEO 1l7' d � 5TAN�PRB OZYJBLE 1a' — 3fi.6Y ffu� vrtm r� I --- --- F�CE55E{3 I7nU6LE 1U_ �3�67 `— � ---��----l�Q �" � � r 6ACfi pF 1N[ET �I ��'i. �ti'.1i;;`r ��: •i: ;�� '��, I �� �. ' oi �I � AiAl�IH�OLE • ,� � I . ol :6� �� I BACIC L�F CUAB � _ . .. � — — — F1.SYhLIME — — E6GE OF PAVf}AENTT : � � ��.�:�� FALE OF ENLEI' EL� DF PhH�MR+iT - j T .... � �� - FACi L�F Ih[LET •• e��e aF Pkv���r�r �K pF CURB .� ..... FLSSVNNE � EOGE # PAYEMENT C:�Users�1slamT'�AppData�Loca1�Temp�0171 23.16.01_Attachment A Survey Staking Standards.docx Page 12 of 22 1/111. Curb and Gutter S�akin� A. Cent�rline Staking — Straight Line 3angents V. 1 offset stake e�ery 50' on e�en stations Vf. Grades are to top of cur6 unless ntherwise shawn on p{ans VII. Stakes at every grade break Vlll. Cut sheets are required on all stai�ing Optional: Actualstakes shall consist of a 60D nai! or hub set with a whisker B. Centerline 5tafcing — Curues �IT IV �f arc lengfih is greater than 10(}', POC (Point af Curvature) offset stakes should �e set at a 25' interval Staking of radius points af grea�er than 100' may be omitted �xample Curb 8� �u��er Siakes BACK (SIDE FACINO R,O�W. I �••� ! n� �� n r. 3 E yi� �� .� _ ._�_ _ FF�DNT (S[DE FACIiVG � �R�NT (s�o� Facir�c �) oI FR�NT � ' (SnE FACtNa @,} -- --- --- s�� FRQNT � " �„ PC � (51pE FACIN4 �j � � � t_a �77� � � � o �� �- m � � �i � '� _ _ _ __ � Q *� � 3 ` ;'" . ' ,� � q � ..Y! f.- � _. a i p � q 0 � � � � � � � � f � � � � � � ( � � �r19 - — a III I ,�4,�� —�Il� * � rtr,owa �awrs - � � � . � � � `'� � _ rr j � , -- �� + �a j �.� �. �����' �: rii� i J� �� @��✓ f f f � /! I f � — ''`•.;�� � I � � � . �� r r / ��, r � � f �� {� �� �= �' � -'''� r r / - -- TOP QF CEJRB �." .-.�s-'y rf �f / .� �' � �` ♦ X� .r'" s � �y / '"�� -, ��,� "'�f�"'i / ��� r�-r I ��/' + � �1�� �r� r��,���� � �' y � r'� r" .�""' 1..�.'= x,�+ s�ct�c�F cu�� �,��;{—�r� —��---�" �.�_ c� _.�— 'r�' � ,�.�— ��� i � —�-� ��.�_ � � FACE ��' CURH � � _.�-�- -� � 0� � � �_�.�- ��� FLC1Vs+Ll NE Eoc� o� �,av��aErvT C:�Users�IslarriT\AppData�Loca1�Temp�017123.16A1 Attachment A_Survey Staking Standards.dacx Page 13 of 22 Exam le Curb � Gu�t�r S�akes a� Intersecfion K � ���. �^� � ' � L � U �C� � {0' O/S�'`m�'�sT.ar2tbo�l �. P+041 � � � � �O �. ,0 t .q" _ O � ` b�� k �1 �1 �� �! • y � � _ j� I�l1 i �{ i a . -� _.,. _ .� i ii � ° —f — i; �l 4 , _ � .. � Li •I e. � �. � �� �; �; � `� � 4�� ` �a� � r=� ,[3l '� -- 4 , ;�� W ��� � � 4 n o O 1V� / . � W � ` ��V/��` f Q/ �y� C .t7C1� �y��j �� � � ,� � f 1� 4 4 � �. pl --'. "'--'_ --'a I � ET- �4� ���� � �41�� \ �f 0 eaao 3o s�ve pi : � o .,; �'i 1 e e � . � � *� � „��i��� �\ . . ���` � .: I • � ' �� � ,0l. � . -- a a I � ,� ��� � � � —� � .a� ,� C;\Users�1slamT�AppData�Laca1�Temp�D171 23.16,01_Attachment A_Survey Staking Standards.docx Page 14 of 22 I�. Cut Sheefs A. Date of field work B. Staking Method (GPS, total stationj C. Project Name Q. City Praject Number (Example: C01234) E. Location (Address, cross streets, 6P5 coordinate) F. 5ur�ey campany name G. Crew chief name �. �q biar�k temr at� can i�. aotain�d firr�m h� � s�:rv�;: =:�p: �in��ncie�r Csaa it�� � a�=��� Standard Citv Cut Sheet pate: ❑ TOTAL 5taking Methad: ❑ GPS STATfON LOCATION: City Project Number: ProJect Name: ❑ OTH�.R CONSU LTANTIC�NTRACTOR SURVEY CREW 1NITIA�.S ALL GAA�ES AR� 7D F'LOWLINE OR TOP OF CURB UNLESS OTHERWIS� IVOiED. PT # STATION OFFSET DESCRiPTION PROP. STAKED _ CUT + FILL -LTI+�RT GRADE ELEV. C:�Users�1slam7�AppData�Local\Temp�017123.16.01 Attachment A_Survey Staking 5tandards.docx Page 15 of 22 X. As-h�ailt Survev A. Uefinition and Purpose The pur�ose of an as-built survey is to verify the asset wa� installed in the proper location and grade. Furthermore., the information gathered will be used to supplement the City's GI5 data and must be in the Aroper format when subr�sitted. See sectinn 1V. As-puilt survey should include the folfawing (additional items may be �'equested): Manholes Top of pipe elevations every Z50 feet Horizontal and vertical paitats of inflection, curvature, etc. (A!1 Fittings} Cathodlc pratection tesi� stations Sampling stations Meter boxes/vaults (AI! sizesJ Fire lines Frre hydrants Gate valves (rim and top of nutj P1ugs, stu6-outs, dead-end lines Air Release valUes (Manhole rim and vent pipeJ Blow off vcrlves (Manhole rim and �alv� !id) Pressure plane valves Cleaning wyes Clean outs Casiny pipe (each endJ lnverts of pipes Turbo Meters C:\Users�1slamT�AppData�Loca[�Temp�01 7123.15.01_Attachment A�Survey Staking Standards.docx Page 16 of 22 B, Exampfe Deli�erak�le A hand written red I.ine by the field surveyor is acceptable in most cases. This should be a copy of the plans vsrith the point number noted by each asse#, If the asset is missing, then the surveyor should write "_��' FOU� �" to notify ihe City. �` ! r 6` 3� � � � � � +� � i�� ���.� �� � w ! �. � � � � _ w � S �i � � � A � � � � � !�� �i I Y�9 ��. ����� �,�� � � � i� 3= �H � ''�1�=' --"��s-rr�'�3kr� r�:ur� � .i:' ' " ;���`. .��;: =��.... �1�:'- "'''•*C 1�.:i�C:`,=,. . , � ;-'-.�a ; = � . F .,-.i+�; —�• , � '� �, -i;� ��;.• _ �, ' i �--�-_�- _ _ _�-.._. ��T _—. ;.i=._T�+..-;:�, ---�,�� ' i���:�1 �-=��'�'� --.._:. , .-�Ir_�-- �"!'—I��� -Q.�r�. �� � ' �---- .�'� i-�---- =.iRT_'ia'I� .:__.L^ _i_:iI .i. _I'_—� �.-_�' -�w��y ;I I `"`_ _� �-� __ � -�L_ — — L..� -�� -- �{�'�.. f���� _i'�-`- --`'�=.i4' :i - `'rF���'F+-',�1+ � .�._�.��y� _ � --=i.:' �-=� - �- :�-�- r��-` = =� � - ; 1 -::�i. :��='--'��� -� -: • .:-�:.� -.��_+T:; d . ;�r� k-.=.=�I���:�-��:. �_:� ��� w _� '.!�1�-��#` 'E"_:G�•.i-�--7TJ� �,•� �,y�ij.—_' _ —I'-!=__,_, +;"'�+7�. ' {�: . . f � i�' I ' [ + ' if�` ..._ ._. ?�� : li:--'-- �-�_+:r +i � _ :��.'_: ._.. � yfl:__' '-- -- ' _ 1 : ,�ri. a �y��!' _ ', � . �'i4?-,a- - -� l �I �'�- " . �'F -',=�f----': '!f '. _ ii i �___ __ _ �T � . _,.� -r _:-:_: �,� _��=- -�. �;--����' --- � ;; , ., . _ �: - —. . -L�" G� :1�.4'— �' "''_', ��rrFa i I'; __ l ' �-�'.i`� ; - = .- 'f, :f. ; . . . i�_ , �' "�i�s�l,� �� . c.� _— . ��i� ., . .I , � ��'+ : .�.' . _ .- -..._ . `-E_��: _ ��,', -+'�i"r�r.ici'•t�, -- -+i*� . ��' - _�r.s I _�.l�*Vi�+i']._=_~,��.°�'-_'"_�—'_'�-.. ":- — .I ' ,�.~_. . ; 1 I�f " +��.'_���r � r!� -�hr4�: _"�����-.. ��_. . . �� :F-- L-_ r_ �" I � ' -:s� . �aC� �r' ' 'r-- .�.,,.j:� �.. 7 =-`-���1`--- ' i _ �a�.,;�vY,ti��`� —�� ="_-Yy,=.''._�l' � ` r�'�=.T;�j =--- � . .. F _.i�� �_ . +_' f + 54 : .' _— -- ��::'���.�:...':;�� :.-� ;�±�i� _'_.'�_.- . - -- ��-�;�`: :-"° _-:-�` .. . �.�.:; =���- � �' �.-I, '��.. ..�..� � t`� � Fr ,. +�:j ;-; j� ��: ,_I !;'-'�._�-���:��;�`,��.-,�.�= ' _.:�;; ' —r.- ' ' �' , �,', � _L.,. "� ' + IIT�r�. ,_��� '-'--' �"- —' f o; g K x r r� � j `�� �� {�ak#f .�'��f�_f~�' , G4o- ���� -i;l j��E�l ' �� "� t, -���t I + � � .;i I I�'��r� ! ���� � � �: _ .. ����� v��� � .� . � � � i ��} C;�Users�1slamT�AppData�Loca1�Temp�0171 z3.16.0�_Attachment A Survey Staicing Standards.docx Page 17 of 22 - rzwc na:crarar � i - !2'►YL fFlDYD 041 I�fV.QFlt E � �/� 6 � !Oi 2 � ��,«_�,.� ���W x�r.�we Ex�sr; � ���� � ��� iSffi.P,�Mb T3R42 O � s 1 �C� a. , STA o-SlfJt7 - lQiVL ffLfND� A9Y RELi7Vf b SA[VAC�' f�'JST. 6ATE V/1f�E 4 R�'DIME'ft LQYBEC?' 1'n EXfSf.d[VATER G'st'stl, !-fx5W/D SLEEV£ hfiX 8'Ft�u+CER h1E'dPE VRWE � . N�+941[A5�f0 � zaasr�rns� � � �"� �mrArm. •,� • ����� � � ���� '�l��i / f �� - ��� ,. . .� �Y� �,�rx'�irii.r�arf� ���r.�.�ii��'.�+i.A� . � "�iii�ii�oiy4�w.�.:r�.� �v�..i►�wsis� . ����/', ��� �'/ — r�"�*���� , � �.' , L ���� � •-------,� � � r � ' � � � ��t ' -�. �.� , .;. a� , _ :y. �:�—� =. � �- -.-_--��� � STA68di5 � sipl . � 1N�TA1la hlgX BJ�I�Jpri rF,E � 1-BFrVE Vi4CVE� PFfRE HIYiuMx !!LF @'HI'(NLty1' lF1Q � FIg'G�VfVAiYlE / E �?aw�i89 wrr �p.� srpperinktMteiH�a 'k'aUr �� ��� nn !�1/Lti8Jd017 £�5�'i9Jqp f4V. 7Z330 � wwnvry 8 1 . •• PhY1ADS�D SANR"ARY ; SE�' SH�E C:�Users�1slamT\AppData�Local\Temp�017i 23.16.01_Attachment A_5urvey Staking Standards.docx Page 18 of 22 �i�/W�"f�` .f'l�(��-�j.'�r c✓�� C;�Users�1slarnT�AppData\Loca1�Temp�017123.16,01_Attachment A_5ur�ey Staking Standards.docx Page 19 of 22 C:�Users rds.dncx Page 20 of 22 Obviously th� .csv or .txt file cannot be signed/sealed by a surveyor in the farmat rec�uested. �his is just an example and all this information shnuld be noted when deli�erec{ to the City so it is clear to what coordinate system the data is in. POINi IVO. NORiNING EASiING FlEV 1 6946257.189 2296U79.265 2 G946�6p.893 22960&2.141 3 6946307.399 2296038.3Q6 A 6946220.582 2296011.025 5 6946195.23 2296015.116 6 69A6190.528 2296022.721 7 69A6136.012 2295992.115 8 69A6D02,267 229531R.133 9 6946003.056 2295933.A18 10 69d59S4.G77 2295880.52 11 fi94548G.473 22958&9.892 12 6445&95.077 22958&0.962 13 6945896.591 2295862.188 14 6945934�ZH6 2295541.925 15 6945936,727 2Z95830.441 16 6945835.678 2295799,707 17 6945817,488 2295827,011 1& 6945759.77fi 2295TSS.6A3 19 5945758.563 2295i78.424 20 5945743.3i6 2295788.392 21 6945723.219 229575439A 22 5945682.21 22957AA.22 23 6945621.902 2295669.471 24 6945643.407 2245736.43 25 6945571,fl59 2295655395 26 6945539.498 2295fi67.803 27 6945519.834 2295619.49 28 69454I7.879 2295580.27 29 6945456,557 2295643.145 30 fi945387.358 2295597.iD1 31 694537Q,fi&8 2Z9560b.793 32 6945383,53 2295610.549 33 6945321.?28 2Z9S551,105 34 6445319.365 7295539.728 35 694524Z.289 2295570.715 36 5945233.624 2295544.526 37 fi945206.483 2295529.3tl5 38 6945142.015 2Z95S57.666 39 6945113.445 2245520.335 AO 69ASQA9,42 229552�.345 A1 69ASQA1,U24 2Z95552.675 �l2 694503$.878 �295532.147 43 6945605.397 2295SJ.8.135 44 699k944J82 2295520.635 45 69A4443.432 2295556.479 A6 fi9448b0.416 2295534.347 oescatPTioN 726.09 SSMH RIM 7�S.fi68 GV RIM 726.85 GV ftIM 7Z3.358 SSMH RIM 722.123 GV RIM 722325 FH 719.448 WM R!M 713.331 WM R1M 723:65Z CO RIM 7i1,662 SSMN RIM 710.046 WM RIM 707.72 WIN RIM 708.205 WM RIM 709.q67 WM RIM 710.084 CD RIM 707.774 SSMFi RIM 7fl8392 SSMIi R�M 711.218 SS.MH RIM 710.086 GV RIMI 710.63i GV RIMi 712.849 GV RINf 716.G86 WM HIM 723.75 WM RIM 719.737 C� RIiV� 727.514 SSiNH RIM 723.123 WM R]M 732.589 WM RIM 7A0.521 W1N RIM 73G.451 CQ RkM 7A0.756 GV RIM 7A0.976 GV RIM 7A0.408 FFt 746.3A WM RINI 746.777 CO R!M 748.9$4 4NM R�M 749.59 SSMN RINk 751.OSB WM RIM 7SU.853 WM RIM 751.8y1 tiUM R!M y52.25T SSMH RIM 751.79 WM RiM 751.88 WiN H![vl 75Z.835 WIVI RIM 752.8U1 WM RIM 752.15fi WM RIM 752.986 SSMH RIM 1�`�' _ � � f Z,' -�T('r0 L f'�- l S�,jy � e � �1�i-� { � - � ' .� � � up. � S�F , �9i.�i� ; 5,�d' C;�Llsers�1slam7�Appaata�Loca{�Temp�OZ 7123.3.6.01_Attachment A�,Survey Staking 5tandards.dacx Page 21 of 22 C, O.ther preiQrred as-built deliverable Some vendors have indicated that it is easier to deliver this information in a different farmat. Below is an example spreadshee� �hat is also acceptable and can be obtained by request frorn the survey superintendent. C:��Jsers�1slamT�AppData�l.oca1�Temp�0171 23.16.04�Attachment A_Survey Staking Standards.docx Page 22 of 2z 017423-1 CLEANING Page 1 oF 4 S 2 3 PART 1- GENERAL 4 S 6 7 8 9 �a 11 12 13 I� 1S 16 17 18 14 Za 21 22 23 24 25 � 2'7 28 SECTION O1 '�4 �3 CLEANING l.l SUMMARY A. Sectinn Ineludes: l, Intermediate and final cleaning for Work not including special cleazairtg of closed systems specified elsewhere B. D�viatians from this Ciry of Foa� Worth Standard Specification 1. None. C. Related Spacifieation Seclions include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract �'orms and Canditions of the Cont�act 2. Division 1— Genezal Require�ments 3. Section 32 92 13 — Hydro-Mu3ching, Seeding and Sodding 1.2 PRICE AND PAYMENT PROCED[TRES A. Measurement and Payment 1. Work associated with this Item is cansidered subsidiary' to the vario�s Items bid. No separate payment will be allowed far this Iter�-�. L3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUTREN�NTS A. Scheduling 1. Schedule cleaning aperations so that dust and otf�er contaminants disturbed by cleaning process will not fall on newly painted surfaces. 2. Schedule final cleaning upon completion of Work and ilnmediately prior to final inspection. 1.� SUBMITTALS [NOT USED] � i.6 ACTION SUBNIITTALS/TNk'ORMATIONAL SUBNIITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTE�IANCE MATER,IAL SUBMITTALS [NUT USED] 29 L9 QUALITY AS�URANCE [NOT USED] 30 1.10 STORAGE, AND HANDLING 3l A. Storage and Handling Raqnirernents 32 1. 5tore cleaning praducts and cleaning wastes in containers specifica3ly designed for 33 those mat�rials. C1TY OP FORT WORTH 2O21 1VORT'H RiVERSID� RESURFt1CIlVG PRDJECT STAIVDAR� CONSTRLJC'i'IOIY SPECIF�[CATION IaOC[IMENTS Revised July 1, 2011 C1TY PRQ7ECT NO. i02$77 01 74 23 - 2 CLEANINC3 Page 2 of 4 1 I.11 I+ IELD [SIT�] CONDITIONS [NOT USED] 2 1.12 WARRANTY [NOT USED] 3 PART � - PRODi7CTS 4 21 OWNER-FiTRll�ISHED �n�] OWNER-,SUPPLIEDPRODUCTS �NOT iTSED] 5 2.2 MATERIALS 6 A. CIeaning A�ents 7 1. Connpatibie with surface bezng cleaned S 2. New and uncontaminated � 9 3. Far manufacCured surfaces IO a. Material recommended by manufacturer 11 2.3 ACCE550RIES [N�T USED] 12 2.4 SOiTRCE QiTALITY CONTROL [NOT USED] 13 PART 3 - EXECUTIQN I4 3.1 INSTALLERS [NOT T]SED] 15 3.2 EXAM�NATION [NOT L]S�D] 16 3.3 PREPARATION [NOT USED] 17 3.4 APPLICAT�ON [NOT i1SED] 18 3.� REPAIR 1 RESTORATION [NOT USED] 19 3.6 RE-INSTALLATXON [NOT USED] 20 3.7 �'IELD [ou] SITE QUALITY CONTROL [N�T USED] 21 3.8 SYSTEM STARTUP [_N�T USED] 22 3.9 ADJUSTING [NOT US�D� 23 3.1a CL�ANING 24 A. General 25 1. Prevent accumulation of wastes that create hazardous eqnditions. 26 2. Conduct cleaning and disposal operaaons to comply with laws and safery orders of 27 governing autharlties. 28 3. Do not dispose of volatile wastes such as mineral spirits, oi1 or paint thinnez in 29 storm ox sanitary drains or sewers. 3� 4. Dispose of degradable debris at an approved solid waste disposal site. 31 S. Dispose of nondegradable debris at an approved so�id waste disposal site or in an 32 alternate �rzianner approved by City and regulatary agencies. C1Tl' QF FOR'I' WORTH 2f12] NdRTH ftIVERSIDE RE5UItFACING PRp,TECT ST.4I�iUARD CdNSTRi1C'I'IO1V SPECIIGICATEOI�T DOCUMENTS Revised 7u3y l, 2�11 C1TY PROJECI' Nfl. 102677 017423-3 CLEANING Page 3 of 4 1 6. Handle materials in a controlled manner with as few handlin�s as possible. 2 7. Thnraughly clean, sweep, wash and polish all Work and equipment associated with 3 this projeet. 4 S. 5 6 9. 7 8 lfl 9 ].0 11 12 13 14 15 l6 17 18 19 20 Remove all signs of tamporary construction and activities incidental to construction of required permanent Work. If project is not cleaned to the sa�isfactian of the City, the City reserves the right to have the cleaning completed at the expense o� ti�e Contractor. Do not burn on-site. B. Interinediake Cleaning during Construction 1. 2. 3. 4. �� 21 22 23 24 25 26 27 28 29 3D 31 32 33 34 35 36 37 38 Keep Work areas clean so as nat to hinder health, safety or con�enience of personnel in e�sting iacility apera�ions. At maximn�n wee�ly intervals, dispose of waste materials, debris and rubbish. Confine canstruction debris daily in strategically located container(s): a. Cover to prevent blowing by wind b. Store debris away from cnnstruction or operation.al activities c. Hau3 from site at a minimum of once per week Vacuum clean interior axeas when ready to receive finish painting. a. Continue vacuum cleaning on an as-needed basis, until �inal Acceptance. Prior ta storm events, thvraughly clean sita of all loose ar unsecured items, which may beeome airborne or transported by flowing water during ti�e storm. C. Interior Final Cleanin� l. 2. 3. �. 5. 6. 7. Remove grease, mastic, adhesives, dust, dirt, stains, �ngerprints, labels and other foreign materials from sight exposed suriaces. Wipe all Lighting fixture reflectors, lenses, lamps and trims clean. Wash and shine glazing and m�rrars. Polish glossy surfaces to a clear slune. Ventiiating systems a. Clean p�zmanent filters and replace disposable filters if units were operated duiing construction. b. Clean ducts, blowers and coils if un�its were operated without filters during eonstruction. Replace aIl burned out lamps. Broom cl�an process area floors. S. Mop office and control room flooxs. D. Exterior (Site or Right of Way) Final Cleaning 1. Remove trash and debris containez's from site. a. Re-seed areas disturbed by l ocation of trash and debris containers in accordance with Section 32 92 13. 39 2. Sweep roadway to remave a�l racks, pieces of asphalt, cnnerete or any other object 40 tlzat may hinder or disrupt the flow of traffic along the roadway. 41 3. Clean any interior areaa including, but not limited to, vauSts, manholes, stru�tures, 42 junction boxes and inlets. CITY OF FORT W012'TH 2tl21 IVORTH RIVEI�SIDE HESURFACING P120JECT STAI�IaARD CONSTRUCTIQN SPECIFTCATION DOCLTIv[�'3YT5 Revised 7uly 1, 2011 CCl'Y PROJECT NO. 102677 �17423-4 CLEAIVING Page �4 of 4 l 4. If na longer required for maintenance of erosipn facilides, and upon approval by 2 City, remove erosion control from site. 3 5. CIean signs, lights, signals, etc, 4 3.11 CLOSEOUT ACTIVITI�S [NOT U�ED] 5 3.12 PROTECTION LNOT �[TSED] 6 3.13 MA�NTENANC� [NOT USED] 7 3.14 ATTACHMENTS [NOT USED] 8 9 END QI+' �ECTION Revisian Log DATE NAME SUMMARY OF CHANGE 10 C1TY pF FOIiT WORTH 2fl21 IQOR'1'H RIVERSIDE RESURFACTNG PR4]LCT 5'1'ANDARD CONSTRUCTION SPBCIPICATION DOCUMENTS Reuised July 1, ZOl l C1T'Y PTtOdECTNO. ]02877 oi �� i9- i Ci.OSGOUT ItEQUIREMENTS Page I of 3 l 2 SE�TION Ul �� l9 CLOSEOUT REQUIREMENTS 3 PART 1- GENERAi, 4 � .1 SUMMARY 5 6 7 8 9 10 I1 12 13 14 1S 15 17 18 19 2U 21 22 23 24 25 2fi 27 28 29 30 31 32 A. Section Includes: 1. The procedure for closing out a cantract B. Deviations from this City ofFort WortF� 5tandard Specifcation 1. None. C. Related Speci�catipn Sections inciude, but a�'e nat necessariIy limited ta: 1. Division a— Sidding Requirements, Contract �'ot'ms and Conditians of the Cont�act 2. Di�ision I— General Requireme�ts 1,2 PRICE AND PAYMENT PROCEDiTRES A. Measurement and Payment 3. Wortc associated with this Item is eonsidered subsidiary to the �arious Items bid. No separate payment wi11 be allowed for this Item. 1.3 REFERENCES [NOT USED] lA ADMINISTRATNE R�QiTIREMENTS A. Guarantees, �onds and Affidavits 1. No application foj• final payment wi[I be accepted until all guarantees, bands, ce�i%cates, licenses and afiidavits r�quued for Work or equipment as specified are satisfactorily filed with the City. B. Release of Liens or Claims 1. No application for fnal payment will be accepted ue�til satisfactory evidence of release of liens has h.een subnnitted to the City. 1.5 SUBMITTALS A. 8ubrnait all required doeumentatian ta City's Project Representative. 1.6 INFORMATIONAL Si7BMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] PART 2 - PRODIICTS [NOT USED] CITY OF FORT WORT7-I STAMDARD CONS'I'RUCTION SPECIFiGATIbN bOCU1V1ENT5 Revised March 22, 2021 2021 NORTH RIVERSIDE RESURFACING PRQJECT City ProjecE No. 102877 O17719-2 CLOSEOU"f Ct�,QUIREIviENTS Pege 2 of3 �'ART 3 - EXECT7TION 2 31 iNSTALLERS [NOT USED] 3 3.2 EXAMiNATION jNOT USEDJ � 3.3 PREPARATION [N�T i7SED] 5 3.4 CLOSEOUT PRQCEDtiRE 6 A. Prior to requ�stiiig Final Inspection, submit: 7 1. Project Record Documents in accorda�ace with Section Ol 7$ 39 8 2. Operation and Maintenance Data, if rec�uired, in accoi•dance with Section O I 7$ 23 9 i0 Il 12 r� 14 15 16 17 l8 [9 20 �1 22 23 24 25 2G 27 28 29 30 31 32 33 34 35 3b 37 B. Prior to requesfin� Final Inspection, perform fiilal cleaning in aecordarice with S�ction O1 74 23. C, FinalInspection 1. After final c[eaning, provide noi[ce tn the City Project Repr�s�ntative that the Wo�•1� is completed. a. The City will make an initial Final Inspection with the Contt'actor pi•esent. b. Upora completian of this inspectian, the City will notify the Cantt•acto�•, in wt•iYing within 10 business days, of any particulars in which this inspection re�eals that the Work is defective ar incomplete. 2. i1po�-► receiving w�•it�en natice fram the City, immediately underta[ce the Work required to remedy defici�ncies and complete the Warlc to the satisfaetion of the City. 3. The Right-of-way shall be cleared of all construction materials, barricades, and temporary signage. 4. Upon completion of Worlc associated with the items listed in the City's written natiee, inforrrz the City #hat the required Wo�-k has been completed. Llpon receipt of this notice, the City, in the presence af the Cont��aator, will malce a subsequettt Fina! Inspec#ian ofthe project. 5, Provide all special accessor[es requii�ed to place each item of equipment in full operatian. Tltese special accessary items inc]ude, bu# are not liinited to: a. Specified spare parts b. Adequate oiI and grease as required for tlie fitst lubrication of fhe equipment c. I��itial �11 up of all chemical tanks and fuel tanks d. Light bulbs e. Fuses f. Vault keys g. Handwheels h. Other expendable items as required for initial start-up and aperation of all equipment 38 D. Natice of Praject Completion 39 1, Once the City Project Representative finds the Woik subsequent to Final inspection 40 to be satisfactory, the Ci1y vaill issue a Natice of Paraject Completion (Gr�en Sheet}, 41 E. Supporting Doeuma�ltation crz� o� roxT waRrx STANDARU CDI�fSTRtICTION SPECIFICATION DOCUMfl1+1T5 2021 NORTH RIVERSTI}E RESURF"ACTfVG PROSECT City Project No. 1�2877 Itevised Ivfarch 22, 202 i 017719-3 CLOS�OUT R�QiJTI�EI1rfENTS Page 3 of 3 l z 3 4 5 G 7 8 9 1Q 11 i� 13 14 15 16 17 18 19 aa 21 22 23 24 25 1. Coordinate with tha City Project Representativ� Co complete the following additional forms: a. Final Payment Request b. Statement af Contract Tim� c. Aff davit of Payment and Release of Liens ci. Consent of Surety to Fina1 Pay:ment e. Pipe Report (if required} f. Contractor's Cval.uation of Ciiy g. Perfot'inance Evaluation of Contractor F. L�tter af Fir�al Acceptance i. LTpon re�iew and acceptance of Notice of Project Completion ar►d Supporting Documentatio�, in accordance with Gen�eral Conditions, City wi�l issue Letter of Fina! Acceptance and ielease the Final Paym�nt Request for payment. 3S REPAiit 1 RESTDRATION [NOT LTSED] 3.6 RE-1NSTALLATION [NOT US�D] 3.7 �IELD [ar�] SITE QUALITY CONTR4L [NOT USED] 3.8 SYSTEIVI STARTiJP [NOT US�D] 3.9 ADJUSTING [NOT i]SED] 3.1D CLEANING [NOT i7�ED] 3.11 CLOSEUUT ACTIViTIES �NOT IISED] 3.1� PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT i7SED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DAT'� NAME SLTMMARY OF CHANGE 3 /2 212 0 2 1 M Owen 3.4 C, Added language to clarify and e�nphasize requirement to "Clearing ROW" 26 C1TY OI' FOitf WORTH STANDARD CO�ISTltiJCT10N SPECIFICATION DOCUMENTS Revised March 22, 2021 2021 NORTH RN�RSIDE R�S[JILFACIl�iG PROJECT Ctty Prnject No, 102877 01 78 23 - 1 OPFRATIQiV AND MAINTENANCE DATA Page 1 nf 5 1 2 3 PART1- GENERAL 4 Ll SUMMARY SECTION 0175 �3 OP�RATION AND MA�ITENANCE DA,`I'A S A. Section Inciudes: 6 1. Praduct data and related information approprzate for Cify's maintenance and 7 operation of producYs fuznished under Contract 8 2. Such products may includ�, but are not limited to: 9 a. Traffic Cont�ollers 10 b. Irrigation Cont�ollers (to be operated by the City) I1 c. Butterfly Valves , 12 B. Deviations from this City af �ort Worth Standard Specification 13 l, None. 14 15 I6 17 1..� 18 19 2d 21 1.3 C. Related Specification Sections include, but are n�t necessarily limited to: 1. Division 0— Bidding Reqnirements, Cantraet Forzns and Conditians of the Contract 2. Division I— Crenera! Requu-ements PRICE AND PAYIVI�NT PROCEDUI�S A. Measurement and �ayment 1. Work associated with this Item is considered subsidiary to the various Items bid. Na separate paymant will be allowed for this Item. REFERENCES [NOT USED] 22 1.4 ADNIINXSTRATIVE REQUXREMENTS 23 A. Schedule 2� 1. Submit rnan�xals in final form Eo the City wvithin 30 calendar days of praduct 25 shipment to the pzoject site. 26 1.5 SUBMITTALS 27 A. Subz�aittafs sha11 be in acCordance with Section OI 33 00 . All submittals shall be 28 apprqved by the City prior to delivery. 29 1.6 I1V�+ QRMATIONAL SUBMITTALS 30 3I 32 33 34 35 36 37 A. Submittal �'nrm I. Prepare data in form of an rnstructional manual for use by City persnnnel, 2. Format a. Size: 8'/z inches x 1�. inches b. Paper 1) 40 pound niinizr�um, white, for ryped pages 2) Holes reinforced witk� plastic, cloth or metal c. Text: Manufacturer's prianted data, or neatlp typewritten C1TY pF POR'1' WOItTH STAIVI]A[iD CONSTRUCTIQN SPECIFICATION DOCUMENTS Ravised Decemher 20, 2012 202I IrTORi'H RIVERSIDB ItESURFACING PROJEC'I' C1TY PR07ECT NO. [ 028:77 017823-2 OYERATTON AND MAl]VTSNAI�CE D�'I'A Page 2 of 5 1 2 3 4 5 6 7 $ 9 14 11 12 13 14 IS 16 17 18 19 20 21 22 23 24 25 26 27 2$ 29 30 31 3.2 3.3 34 35 35 37 38 39 �0 41 42 43 44 45 46 47 48 3. 4. d. Drawings 1) Pra�vide reinforced punched binder tab, bind in wzth text 2) Reduce larger drawings and fold to size af Cext pagas. e. �rovide fly-leaf for each separate product, or each piece of operating eqaipment. 1} �rovide typed de`scriptzon af product, and major component parts of equipment. 2) Provide indexed tabs. f. Cover 1) Identify each voluzzz� with ryped or prinkeci title "OPERATING AND MAINTENANCE INSTRUCTIONS". 2) List: a) TitIe of Project b) Identity of separate structure as agplicable c) Identity of gen�ral subject maCter covez'ed in tlie manual Binders a. Commercial quality 3 ring binders with durable and cleanable plas�ic covers b. When multiple binders are used, correlate the data into relaCed consistent groupings. If available, pro�ide an electronic form oi the O&M 1Vlanual. B. Manual Content 2. 3 4. 1. Neatly typewritten table af contents for each valume, arranged in sys�ematie order a. Contractor, narr►e of responsible principal, address and telepl�one number b. A list of each product re.guired to be included, indexed to cantent of the volu�ne c. List, with each product: 1) Th� name, address and telephnne number of the subcnntractor or installer 2) A list of each product required ta be included, indexed ta content of the volume 3} Xdentify area of responsibility of each 4) Local sourca of supply for parts and replacement d. Identzfy each product by product name and other identifying s�mbols as seL forth in Contract Documents. Produck Data a. �nclude only those sheets which are pertinent to the specific product. b. Annatate each sheet to: 1) Clearly identify speci%e praduct or part installed 2) Clearly identify data applicable to installation 3) Delete references to inapplicable informatian Drawings a. Su�plement praduci data with drawings as necessary to clearly illustz'ate: 1} Relations of component parts of equipznent and systems 2) Control and �.ovw diagrams b. Coordinata dz'awzngs with infarmation ir► Prqject Record Docurnents to assure correct illustration of completed installation. c. Do not use 1'roject Record Drawings as rnaintenaiice drawings. Written text, as required to supplement product data for the particular installation: a. Organiz�: in consistent format under separate headings for different procedures. b. Provide logical sequence of instructions of each proccdure. CTI'Y QF FDRT WORTH STANI�ARD CQNSTRUCTION SPECiFICATI�N DOCUMENTS Revised December 20, 2012 2021 DiORTH RIVERSIDE RESUI�ACD�IG PRO.�ECT C1TY PRO]ECT �lO. I D2877 017623-3 OPERATIbN AND MAINTENtINCE bATA Page 3 of 5 I 5. Copy of each warranty, bond and service contract issued Z a. Provide infozmation sheet for City personnel giving: 3 1) Proper procedures in event af failure � 2) Instances which might affect validity of warranties or bonds 5 C. Manual for Materials ar►d Finishes 6 1. Submit 5 copies of complete manual in final form. 7 2. Content, for architecturaI praducts, applied mater�als and finishes: 8 a. Manufacturer's data, givzng �ull information on products 9 1) Catalog number, size, com.position IO 2) Color and textt�re designations 11 3) Information required far reordering special manufactured products 12 b. Insti�uctions for care and maintenance 13 1) Man�facturer's recommendation fnr types of cleaning agents and methods 14 2} Cautions againat eleaning agents and znethods which are detrimental to 1 S product 16 3) Recommended schedule for cIeaning and n�aintenance 17 18 19 20 21 22 23 24 25 26 z� 28 29 3Q 31 32 33 34 35 36 37 38 39 40 41 42 43 �l4 A�5 4b 47 48 3. Contant, far moisture protectian and w�eather exposure products: a. Maraufacturer's data, giving; full infarmation on products 1) Applicable standards 2) Chemical compositifln 3) Details of installation b. Instructions for insgection, maintenance and repair D. Manual for Equipment and Systems 1. Submit 5 copies of compiete rz�anual in final form. 2. Content, for �ach unit of equipment and system, as appropriate: a. Description o.f unit and component parts 1) Function, normal operating characteristies and limiting conditions 2) Ferformance curves, engineering data and tests 3) Complete nornenclature and commercial number of replaceable parts �a. Operating procedures 1) Start-up, break-in, routine and normal op�zating instruetions 2) Re�ulation, control, stopping, shut-dawn and em�rgency instructions 3) Summer and winter operating instructions �) Special operating instructions c. Maintenance prQcedures e. f. �• h. 1) Routine operations 2) Guide to "trouble shooting" 3} Dis.assembly, r�pair and reassembly 4) Aligriment, adjusting and checkiag Servicing and lubrication schedule 1) Lzst of lubricants required Manufacturez's printed ogerating and maintenanee instructions Description of sequence o#' operation by control manufactw:er 1) Predicted life o�'parts subject to weat 2} Items recomnn�nded to be stocked as spare parts As instaIled contrnl dia�rams by controls manufacturer Each contractor's coordinatian drawings 1) As insta.11ed color coded piping diagrams CT!'Y OF FORT WOATH STAAIDARD CONSTALIC'�'ION SYECIFICATION DQC[]IVI�T''I'S l�evised ➢ecember 20, 2012 2d2I NORTH RIVERSIDE RESURFACIIVG P120JECT C1TY L'RQdHCT NO. 1Q2877 017823-4 QPERA'I'ION AND MP:INT�NANCE DATA Page 4 df 5 1 2 3 4 5 6 7 $ 9 1D 11 T2 13 14 15 16 17 18 19 20 21 22 23 2� 25 26 27 3. 4. I. ]• k. Charts nf valve iag numbers, witia location and funciion of each valve List of original manufacturar`s spare parts, manufacturer's current prices, and recommended quantities to be nrzaintained in storage Other data as required under pertinent Sections of Specifications 28 24 Cantent, for each e.lectric and elect�-onac system, as appropriate; a. Descripkion of system and component parts 1) Function, normal operating charaeteristies, and limiting canditions 2) Performance curves, engineering data and tests 3) Gomplete nomenclaiur� and cpmmercial number oi replacea6le parts b. Circuit directoiies of panelboards 1) Electrical sei•vice 2) Controls 3) Communicatians e. As installed color eoded wiring diagrams d. Operating procedures 1) Routine and norzn�l operating instructions 2) Sequencesr�quired 3) 5pecial operating instruc�ions e. Maintenance procedures 1) Routine operations 2) Guide to "trauble shooting" 3) Disassembly, r�pazr and reassembly 4) Adjnstm�nt and checking f. Manufacturer's printed operating and maintenance instructions g. List of oz'iginal manufacturer's spare parts, manufacturer's current prices, and recommended quanfaties to be mainiained in starage h. �ther data as reyuired under pertinent Sections of Specifications Prepare and inciude additianal data when the need for such data becomes appa�'ent during inst�uc�ion af City's personnel. 30 1.7 CLQ,SEOUT SUBMYTTALS [NOT USED] 31 1..8 MAINTENANCE MATERIAL SUBMiTTALS [NOT U��D] 32 L9 QUALITY ASSURANCE 33 A. Provide operation and maintenance data by personnel with the following criteria: 34 1. Trained az�d experienced in maintenance and operation of described products 35 2. Skilled as technical writer to the extent rec�uired to communicate ess�ntial data 36 3. 5killed as draftsman competent to prepare required drawings CTCY OF FORT WORTH STANDAItD CON3TRUCTI01�i SP�CIFICAi'iOIY DqCUMENTS Revised lleceinber 2Q, 2012 2021 NORTH RTVLR3iDE RESiTRFACING PRO]ECT CITY PROTECT NO. i02877 OI7823-5 OPE12A`I'iQN AND MAIAI I'ENA3+ICE DATA Page 5 of 5 1 1.10 DELNERY, �TORAGE, AND HANDLING [NOT U,SED] 2 1.11 FIELD [SITE] CONDITIONS [NOT USED] 3 1.1� WARR.ANTY [NOT USED] �4 PART 2, - PR�DUCTS [NOT USED] S PART 3- EXECUTZON [NOT USED� 6 END OF SECTION Revision Log DATE NAME SUMMARY OT' CHANGE 8/31/2412 D. .lohnson 1.5.A. ]— tiile af s.ection zcmoved CITY OF FORT WQRTH 2O21 NORTfi RIVERSIDE R�SUI217ACING PA07ECT STANDARD COI�IS I'iZUCTION SPECI[�ICATiON I]QCUMSNTS Revised December 20, 2012 C1TY PROJSCT NO, 102877 017839-i PROJECT RECQRD fl�CUMENTS Page 1 of 4 1 2 3 a SECTiON 0178 34 FROJECT RECORD DOCUMENTS PARTI- GENERAL x.x su�aRY 5 A. Section IncIudes: 6 1. Wark associated with the documenting the project and recording changes to gro3ect 7 documen.ts, including: 8 a. Record Drawings 9 b. Wdter Meter Service Reports 10 c. SaniGary 5ewer Service Reports 11 d. Large Water Meter R�ports T2 B. Deviat�ons from this City of �rart Worth Standard Specification 13 1. None. 14 C. Relat�d Specification Sectians inc3ude, but are not necessaz'iIy limited to: 15 1. Di�ision 0— Bidding Requiremen�s, Contract Forms and Conditions of the Cont�act 16 2. Di�ision 1— General Requirements 17 1.2 PRICE ANll pAYNICNT PROCEDURES 18 A. Measurement and Payment 19 1. Work associated with t�ais Item is considered subsidiary to the various Ttems bid. 2D Na separate payment will be allowed for this Itern. 21 1.3 REFERCNCES INOT IISED] 22 23 1.4 ADMIIVISTRATIVE REQiiIR�MENTS [NOT USED] 1.5 SUBMITTAL,S 24 A. Prior to submitting a request for Final Inspection, deliver Proj ect Record Documents ta 25 City's Project Representakive. 26 1.6 ACTION �UBMITTALSIIlVFORMATIONAL SUBMYTTALS [NOT USED] 27 28 29 30 3i 32 33 34 35 36 i.7 CLOSEOUT SUBMTTTALS [NOT USED] 1.8 MAINTEIVANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QLTALITY ASSiTRANCE A. Accuraey of Records l, Thoroughly coordinate changes withi� the Reeard Doeuments, making adequate and proper entz'ies on each page of Specifications and each sheet of Drawings and other pocutnents whare such entry is z'equired to show the change properly. 2. Accnracy of records sha11 be such that future search far items shown in the Contract Documents may rely reasonably on infoxrriation obtained from the approved Project Record Do.cuments. CTPY OF POA`f WORTH STANDARD CONSTRUCTION SPECIFICATIqN DOCUMENTS Revised July 1, 2Q11 2021 NpLZTH R[VERSTDE IZE;SURFAC.ING PEtUJECT CTI`Y PRQIECT NO. 102877 O1 78 39 - 2 YItOJECTREGOKD I}OCUMEIVTS Page 2 of 4 I 3. To facilitate accuracy of records, make ent��ies within 24 hours after z�ecei�t of 2 information that the change has occurred. 3 �-. Provide factual in%rmation regarding n�l aspects of the Work, both concealed and 4 visible, to enable future modification o.f the Work to proc�ed wi#hout lengthy and 5 expensi��; site measurement, investigatian and examination. 6 1.10 STORAGE AND HANDLING 7 A. Storage ar�d Handling Requirements 8 ].. Maintain the job set of Recnrd Docnments completely protected from deteriaration 9 and from loss and darnage until cozr�pletion of the Wark and transfer of all recorded 10 data to the final Froject Recard Doeuments. i l 2. In the event of loss of recorded data, use mean.s necessary to aga.in secura the data 12 to the City's approval. 13 a. In such c�se, provide repIacements to the standaz�ds ariginalIy required by the 14 Contracr Dpcuments. 15 1.11 FIELD [SITE] CONDITIONS [NOT USED] lb 11� WARRANTY �1VQT L]SED] 17 �ART � � PRODUCTS 18 2.�. OWNER-FURNISHED [an] OWNER-SUPPLIED PRQDUCTS [NOT USED] 19 2.� RECORD DOCUMENTS 20 A. Job s�t 21 1. Promptly followin� zeceipt of the Notice to Proceed, secure from �he City, at no 22 charge t4 the Contractor, 1 camplete set of all Dpcuments comprising the Contract. 23 ]3. Final Record Documents 24 1. At a time nearing the completion of the Work and prior ta Final Inspection, provide 25 the City 1 complete set of all �inal Record Drawings in the Cnntr�ct. 26 2.3 ACCESSORI�S [NOT USED] 27 2.4 SOURCE QiJALITY CONTROL [NOT USED] 28 PART 3 - EX�CUTION 29 3.1 INSTALLERS [NOT USED� 30 3.�, �xA�A�oN �NOT usEn� 31 3.3 PREPARATI�N [NOT U�ED� 32 3.4 MAINTENANCE DOC.UM�NTS 33 A. Maint�nance of .Tob Set 3�- 1. Imrzz�diately upon receipt of the job s�t, idantiiy each of the Documents with the 35 title, "RECORD DOCUMENTS - 708 SET". CiTY OF PORT WORTI� 202f [�TbRTH KIVERSIDE RESURFACING PROJECT STf1NDARD CO1�F5'I'I2UCTIOPi SPECIFICATIpIV DUC;UMEIVTS Rev'tsed July 1, 2011 CTPY PR07ECT Np, 1U2877 017839-3 PR07�CT RECORD DOCUM�NTS Page 3 of 4 1 2. Freser�atian 2 a, Considezing rhe Contract completion time, the probabl� number of occasians 3 upon r�vhich the job set must be taken out for new en�ries and far examination, 4 and the cnnditions under which these activities will be perfarmed, devise a 5 suitable method for protecting �he job set. 6 b. Do not use the job set far any purptise except entry of new data and for revzew 7 by the City, until start of transfer of data to �'inal Project Recard Documents. 8 c. IVlaintain the job set at the site af vvork. 9 3. Coordination with Construction Survey 1D a. At a�ninimum, in accordance with the inte�'vals set forth in �eciion al 71 23, 11 clearly r�ark any deviations from Contract Documents associated witla 12 installation of the infrastructure. 13 I4 l5 16 17 18 19 20 21 22 23 2� 25 26 27 28 29 30 3I 32 33 34 35 36 37 38 39 40 41 42 4. Making entries on Dravwin�s a. Recard any deviations fxom Contract Dqcuments. b. Use an erasable coIQred pencil (not ink pr indelible peneil), clearly describe the change hy graphic line and note as required. c. Date all entries. d. Call attention ta tiie entry hy a"cloud" drawn araund the area or areas affected. e. In the event of overlapping changes, use different colors for the overlapping c�anges. 5. Conversion of schematic layouts a. In some cases on the Dz'awings, arrangements of conduits, circuits, piping, ducts,. and similar items, are shown schematically and are not intended to portray precise physical layont. 1) Final physical arrangement is determined by the C�ont�actor, subject to the City's approval. 2) Hawever, design of future modifications of the facility may require accu�ate infoz'mation as ta the final physical iayout of items which are shown only schematically on the Drawings. b. Show on the jab set of Record Drawings, by dimension accurate to within I inch, the centerline of each run oi items. 1) �inal physical arrangement is detetmined by the Contractor, subject to the City's approval. 2) Shaw, by symbol or note, the vertical location of the Item ("under slab", "in ceiling plenum", "exposed", and the Iike). 3) Make all identification sufficiently descriptive tliat it may he related relia6ly to the Specifications. c. The Ciry may waive the requirements for eanversian of schematic layouts where, in the City's judgment, conversion serves no useful puzpose, However, do not rely upon waivers being issued except as specificall�+ zssued in writing by the City. B. Final Praject Record Documents 43 L Transfer of data. to Drawings 44 a. Carefully trans%r change data shown on the jo6 set of Recoz'd Drawings to the 45 corresponding final dacuments, coordinating the changes as required. , 46 b. Clearly indicate at each affected detail and other Dz'awing a full descriptian of 47 changes n�aade during constr�ction, and the actual location of items. C1TY �F FORT WORTH 2O21 I�'�RTH ItIV�ASIDE RESUI2FACINCr PR07ECT STANDARD CONSTRUCTION SPECIFTCATIQIV DOCLIMENTS Revised.Fuly 1, 201 I C1TY FRO.IECT NO. 102877 017839-A PR07ECT RECOItD DOCUMENTS Yage 4 of 4 1 2 3 4 S 6 7 8 9 10 I1 I2 13 lA I5 1G 17 18 19 20 21 22 23 z� as c. Call attention to each entzy 6y dravving a"cloud" araund th� area or areas affected. tl. Make changes neat�y, consistently and with the proper media ro assure Iong�vity and clear reproduct�on. 2. Transfer of data to other pocuments a. If the Docurr�enEs, other than Drawings, have been kept clean during progz-ess of the Work, and if entries thereon ha�e been ordezty to the appraval of the City, the job set of those Documents, ather than Drawings, will be acceQted as fiizal Record Documents. b. If any such Docnment is not so appro�ed by the City, s�cure a new copy of that Document from the City at xhe City's usual charge for reprpductzon and handling, and carefully transfer th� change data to the new co�y tq the approval of t�e City, 3.5 REPAiR / RESTORATION [NUT U�ED] 3.6 RE-INSTALLATION [NOT USED] 3.'� FIELD �on] SITE QUALITY CONTROL [N�T LISED] 3,8 SYSTEM STARTUP [NOT USE➢] 39 ADJUSTING [N�T USED7 3.x4 CLEANING [NOT TJSED] 3.11 GLOSEOIIT ACTIVITIES [NOT i7SED] 3.12 PROTECTION [NOT USED] 3.13 M�INT�NANCE [NOT U�ED] 3.14 ATTACHMENTS �NOT USED] Eivn oF sE��oN Revision Log DATE NAME SUMMARY �F CHANGE 26 CiTY OF FQRT WDRTH 5TFINDARD COAISTRUC'I`IDN SPECIFICATION pOCi1M�NTS Revised July l, 20] l 2Q21 NORTH RIV�RSIDE It�?5URFACTNG PROJECT' CITY PRpJEC`I' N0. ] 0�877 321123-1 PLEXIBLE BASE COURSSS Page 1 of 7 i 2 sEeT�oN �2 �i 23 FLEXIBLE BAS� COURSES 3 PART1- GENERAL 4 1.1 SiTMMARY 5 6 7 8 9 IO 11 l2 l3 1 �4 15 1G !7 18 1.� 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 a6 37 3$ A. Sectian Includes: 1. �oundation course for surface course or for other hase course compos�cf of flexible laase canstructed in one or mare cou�'ses in conformity with the typical section. B. Deviations f�om this City of Fort Worth Standard Specification 1. �'OR THIS PROJECT FL,EXIBLE SASE COURSES SECTION 32 I 1 23 SHALL SE MEASURED BY THE CUBIC YARD OF COMFLETED QUANTITY. 2. UNCLA5SIFIED EXCAVATION AND HAi1LING REQUIRE TO �'�ACE FLEXIBLE BASE COURS� SHAI.L BE CONS�DERED SUBSIDIARY, NO SEPAR.A'I'E PAY. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirezne�Ys, Conh•act Forms, and Conditions of the Cantract 2. Di�ision 3— Gener�l Requit'e�ents PRXCE AND PAYMENT PROCEDURES A. Meast�rement and Payment L Measurement a. Measuremeni fo�� this Ifern will be by the �e CUBTC yard of Flexi6le Base Course for various.: 1) Depths 2} Types 3} Gradations 2. Payment a. The work perfocmed and materials furnished in accordance with this Item and measureci as provided under "1Vleasure�ent" will be paid for at the unit price hid per �� CLTBIC yard of Flexible Base Gaurse. 3. The price bid shall include: a. Preparatinn and correction of subgrade b. Furnishing of material c. Hauling d. Bladin� e. Sprinkling f. Compacting g, UNCLASSIFiED EXCAVATION AND HAULING REQUIl�E TO PLACE �'LEXIBLE BASE COURSE 39 1.3 REF+ERENCES 40 A. Definitians 41 1. RAP — Recycled Asphalt Pavem�nt. CTTY QF PORT WORTI-I STANDARD CONSTRUCTION SPECIFICATION DOC[7MENT5 Aevised December 20, 2012 2021 NORTH RIVERSIDE RE3URFACING PRO.TECT CITY PROJECT NQ, 102877 32I123-2 PLEXIBLE BA3E COURSES Page 2 of 7 1 2 3 � 5 6 7 8 9 JO li tz �3 14 J5 16 1'7 18 19 1.4 20 1.5 21 1.6 �. Reference Standards i. Reference standards cited in this sp�ci�catioil refef• to the cut�t•ent reference standard published at Che tifne of the latest revision date lo�ged at the e�id of this specification, unless a date is s�aecifically cited. 2. ASTN[ international (A�TM): a. DS9$, Standard Test Methods for C,abox'ato�y Compaction Characteristics of Soil Using Standard Effort (12 �00 ft-lbf/ft3 (6001cN-m/m3)) 3. Texas Department of T'i�anspot•tatian (TXDOT): a. Tex-104-E, Determining I,iquid Limiis of Soils b. Tex-106-E, Calculating the Plasticity Index of Soils c. Tex-107-E, Determining tha Bar Linear Shrinkage of Sails d. Tex-110-E, Farticle Size Analysis of Sails e. Tex-116-E, Ba11 Mill Method far Det�rmining the Disintegration of F�exible Base Material f. Tex-I 17-�, T►-iaxial Compression far Disturbed Soils and Base Materia[s g. Tex-41 l-A, Soundness ofAggregate Using Sodium Sulfate oj� Magnesiwn Sulfate �. Tex-4l3-A, Dete�•mining D�leterious Material in Mineral A�;gr��ate ADMINISTRATIVE REQUYREMENTS [NOT USED] ACTION SUBMITTALS [NOT USED] ACTION SUBMITTALS/IN�'ORMATZONAL Si1BMITTALS [NOT C7�ED] 22 1.7 CLQSEOIIT SUBMITTALS [NOT iTSED] 23 1.8 MA�NTENANCE MAT�RiAL SUBA'IITTALS [NOT USED] 24 25 2G 27 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] l..l� FIELD [SITE] CONDITIONS [NOT ZTSED] 112 WARRANTY [NOT USED] 28 PART 2- PRODIICTS [NOT USED] 29 2.1 OWNER-FUi2NISHED PRODi7CT5 [NOT USED] 30 31 32 33 34 35 3G 37 A. General 1. Furnish uncontaminated mate��ials of uniform quality that m.�et the requirements of the Drawings and speci�cations. 2. Obtain materials fi•om appro�ed sourc�s. 3. Notify Cit}� of changes to material souz�ces. 4. The City may sample and test project ta'�aterials at any time before campaction thro�ghout the duration of the project to assure spaci�cation complianee. 38 B. Aggregate 39 1. Furnish aggr�gate of the type and grade shown on the Drawings and conforming to 40 the requirements of T'able 1. CITY OF FORT WOI2TH 2O21 NflRTH RIV�RSIDE RESURF�ICIIQG PROJCCT 5TA1VDA12D COIdSTRUCTION SYECIF[CATIVIV DOCUMSN'1'S Revised December 2p, 2012 CITY PRQJECT 1�'O. 1a2877 �.2 MATERYALS 32l{23-3 CLEXiBLE BASE COURSES Page 3 of 7 1 2 3 4 5 G 7 2. Each source must meet Table i requirements for liquid limit, plastiCiiy index, and wet ball mill for fl�e grade specified, 3. Do not use additi�ves s�ch as but not limited to Iirr�e, cement, or fly ash to modify aggregates ta meet the requirer►�ents of Table 1, uniess shawn on th.e Drawings. Table 1 Mxter�Al Reqni Master g-adation sieve 1 I Grede 2 2-1/2 in. — U l-3l4 in. 0 0—i0 7/8in. Tex-l10-E 14-35 — 318 in. 30-50 — No.4 4S—&5 45-75 No.40 7U-85 6�85 PlastiCi index n�a�c.' Teac-10G-E l0 12 Wet ball mill %o max.� 40 45 Wek ball mill, % inax. Tex-1 l b-� increase passing the 2� 20 ]Vo. 40 sieve Classification' 1.0 I.1 2 Ivtin. compressiva stren,gth', psi Tex l 17-E lateral pressure 0 psi 4� 35 lateral pressure k 5 psi 175 175 I. Determine plastic index in aacurdance with Tex lU7-� (linear shcinkagej when liquid limit is unattainable as defined in Tex-104-�. 2. When a soundness valuc is required 6y Ehe Drawings, test material in accordance with Tex-�111-A. 3. ivleet both the elassification and the minimum compressive strength, unless otherwise shown on the Dratvings. 8 9 10 11 iz 13 I4 15 l6 l7 18 19 24 21 22 23 24 zs 26 27 28 4. Material Tolerances a. The City may accept material ii no tnnre Chan 1 of the 5 most recent gradation tests has an individual sieve outside the specified limi#s af the gradation. b. When target g�•ading is required by the Drawings, no single failing test may exceed the master grading by raao�'e than 5 percent�ge points on sieves No. 4 and larger ar 3 percentage points or� sie�+es smaller thau No. 4. c. The City may aceep# rnaterial if no more than 1 of the 5 most �•ecent plasticity index tests is outside the specified limit. No single failing t�st may exceed the allowable limi.t by more that� 2�oints. 5. Material Tyg�es a. Do not �se fillers or binders unless approved. b. Furnish the type speci�ed on the Drawings in accordance v�+ith khe following: L ) Type A a) Ci•ushed s#one produced and graded from oversize qua.iried aggregate that originates fi•om a single, naturally accurring source. b) Do not use gra�el or multiple sources. z} Typ� B a} Only for use as base material for tem�arary pa�ement repairs. b} Do not exceed 20 percent RAP by weight unless shawn on Drawings. 3) Type D CITY OF PORT WORTH STANI7ARB CONSTRUCTIpN SPECII ICATION TJOCLTIVIENT3 Ravised Decemher 20, 2012 2Q21 NORTf� RNERSIDE RESURFACING PROJECT CITY PRD7ECT N4. 1D2$77 321123-4 FLEXIBLE T3A5� COiTRSES Page 4 of 7 I 2 3 4 5 6 7 8 9 14 1 E C. Water a) Type A materia! or crushed conc�•ete. b} Crushed concrete containing gra�el wil] be considered Type D fnaterial. c} The City n�ay �•equi�•e separai:e dedicated stacicpiles in oz•der to ��rify compliance. d) Crushed concrete must rn�et the follawing i•equirements: (1) Table 1 fot• the grade spaci�ed. (2) Recycled materials must be fi•ee from reinforcing steel and other objectionable mate�•ial and have at most 1.S pe.��cent deletei�iaus mater[a] when te�ted in accordance with TEX-413-A. 12 1. Furnish water free of industrial wastes a�id other objectionable matter, 13 2.3 ACCES50RIES [NOT USED] 14 2A SOURCE QIIALITY CONTROL [NOT US�D] IS 1'ART 3 - �XECIITION 16 31 �N�TALLERS [NOT USED] 17 3.2 EXAMINATION [NOT USED] 18 3.3 PREPARATION 19 24 21 22 23 24 25 2G 27 28 29 30 31 32 33 34 35 3b 37 38 39 40 41 42 A. General 1. Shape the subgrade or exisking base to conform to the typical sections shown an Che Drawings flr as directed. 2. When new base is required to be inixed with existing base: a. Deliver, place, and spread the new flexible base in the required amount. b. Manipulaie and thot•oughly mix the new base with existing materia[ to provide a unifo�m �nixhue to the specified depth before shapi�lg. B. Subgrade Compaction 1. Proof roll the roadbed befo�'e putverizing or scarifying in accar•dance with tk�te following: a. Fr�of Rolling 1) City Froject Representative must be an-site during proof rolling operations. 2) Use enuipment that will apply suffic[ent load to identify sof# spots that rut or pump, a} Acceptable equipinent includes fully loaded single-axle water truck with a i S00 gallon capacity. 3) Ma.[ce at least 2 passes with the proof roIIer (dow� and back =1 pass}, 4) Offset each trip by at zr�ost 1 tire width. 5) If an unstable or non-uniform ar�a is fo.und, correct the area. 6. Carrect 1} Soft spots thai rut ot• pump greater than 3/4 inch 2) Areas that aE•e unstab.le or non-uniform 2. I.n. stallatian of base tnaterial catuioi: proceed until compacted subgt-ade approved hy the City. CITY OF FpRT WQf2TH STANDAI2D CQNSTRUCTI4N SFEC�ICA'1']ON DOCUMEI�TS Re�ised December 20, 2D l2 2021 IVDRTI-i RIVERSITJH 1t�SClRFACII+IG PR47ECT CITY PR07ECT N0. 102877 321123-5 FLEXIBLE BA5E COURSE5 Page 5 of 7 3.4 INSTALLATION 2 A. Generai 3 1. Construct each layer unifo�•mEy, free of loose or segregated areas, and with the 4 required density and moisture content. S 2. P�•ovide a smoa.th surface that conforms to the typical sections, lines, and grades 6 shown on tfte Drawings or as d�eected. 7 3. Haui approved flexible base in clean, covered trucks. S B. Equipmeni 9 1. Generaf 10 a. Provide machinery, toals, and equipment necessary for pi•oper �xecution af lhe I 1 work. 12 13 14 15 16 17 18 19 20 21 22 23 2� 25 z6 27 28 24 30 31 32 33 34 35 3b 37 38 39 �a 41 42 43 44 45 2. Rollet-s a. The Contractor inay use any type of roller ta meet the production rates and quality requi� etnents of the Contract un�ess otherwise shown nn the Drawings or directed. b, When speci�c types of equipment are required, use equipment that meets the speciFaed requuements. c. Alternate Equiptnent. 1) Instead af the specified eyuipment, fihe Contractor may, as approved, operate other compaction equipment that produces equivalent results. 2} Discontinue the t�se of the alternate eyuipment and furnish the specifted equiprnent if the desired results are not achieved. d. City may rec�uire Co��tractor to substiiute equipment if production rate and quality requirements of the Contract are no.t met. C. Piacing i. 2. 3. 4. 5. 6. 7. 8. Spread and shape flexible hase into a uniform layer by approved means the same day as delivered un.less oti�erwise approved. �'laee rnaterial such that it is inixed to minimize segregation. Canstruct layets to the tl�ickness shown on the Drawings, while maintaining the shape of the course. Where sub6ase a�• base caurse exceeds 6 inches in th.ickness, construet in 2 oc more courses of equal thickness. Minimum lift depth: 3 inches Cont��ol dust by sprinkling. Correct or replace segregated areas as directed. Place successive I�ase courses and �nish aotuses using the same construction methods requij�ed for the first cot�rse. D. Compaction 1. Genef•al a. Compact using density control unless otherwise shown on the Drawings. b. Multiple lifts are permitted when shown on ihe Drawings or appraved. c. Bring each layer to the moisture conterit directed. When necessary, sprinkle the material to ihe extent necessary to �rovide not less than the requir�d density. d. Calnpact the full depth af the subbase or base to the extenf n�cessary to t•emain iirrn anci stable undet� construction equigment. C1TY OP FORT WORTH STANDARD CON5TRi1CTIdN SPEC�'ICATiON DOCUMEUTS Revised December 20, 2012 2p21 3VbRT`H RIVERSID� RE5L3RFACiNG FR07ECT C1TY PROJECT NO. iD2877 321123-6 PL.FXIBLE BASE CpU2SES Page G of 7 3 4 5 6 7 8 9 10 11 12 la 14 ]5 ]6 17 18 19 20 2I 22 23 24 25 26 27 28 29 30 31 32 33 34 35 3G 37 38 39 44 �[ 42 43 44 45 2. Rolling a. Begin ralling longitudinally at the sides and proceed towards the center, overlapping on successive trips by at least If2 the width of the roller unit. b. On superelevated cur'�es, begin ra.11ing at tl�e low side and progress toward the high sicfe. c. Offset alternate t� ips of the roller. d. Operate rollers at a speed between 2 and 6 rrzph as dieected. e. Rework, a•ecompact, and re�nish material that fails to meet ar that ]oses required moistute, density, stability, or fn�sh befox•a the next course is placed flt� the project is accepted. f. Cantinue �vork until speci�cation rec�uit•ements are met. g, Proof roll the compacfed �lexible base in accordance with the following: 1) Proof Rolling a) City Pi•oject Representative tllust be on-site dlu-ing pi•o�f rolling op erations. b) Use equipment that will apply sufficient load ta identify soft spots that rut or pump. (1) Aceeptable equipment includes fully loaded single-aa�le water teuck vvith a I500 galfon capacity. c) Make at leas# 2 passes with the proof roller (down and Uack = 1�ass}. d} Offset each trip by at z�tast 1 tira width. e} If an unstable or non-uni�'nt•m ��ea is found, coi�ect the area. 2} Carrect a) Saft spo#s that rut or pump greafer than 3/4 inch. b) Areas that are unstable or non-uniform, 3. Talerances a. Maintain the shape of the cou�-se by blading. b. Complet�d surface shall be smooth and in confoemity with the typical sec#ions shown on the Drawings to the estabIished lines and grades. c. For subgrade 6eneath paving surfaces, correct any deviation in excess of 1/4 inch in cross section in length greater than 16 feet measured longitudinally 6y loosening, adding or t•einoving iiiatet•ia1. Reshape and recampact by sprinlcling and ralling. d. Correct all fi�act�res, settlenrient or segregation immediately by scarifying th� at•eas affected, adding suitable material as requi►•ed. Reshape and recampact by sprink[ing and rolling. e. Shauld the subbase or base cow•se, due to any reasan, ldse the requieed stabtlity, deasity and finish before the su�•facing is camplete, it shall be recninpacted at the sole expense of the Cont��actor. 4. Density Contral a. Minirnum De:nsity: 95 percent co�npaction as determined by ASTM D698. b. Moisture cantent: minus 2 to plus 4 of optimum. E. Finishing 1. After completing compaction, clip, skin, oz-tight-blade the surface with a maintainer or subgrade trimmer ta a depth of approximately 1/4 inch. 46 2. Remove laosened material ancf dispose af it at an approved ]oeation. 47 3. Seal the clipped surface immediately by rolIing with an appropriate size pneumatic A�8 tire roller untEl a sinooth surface is atCained. CTTY C7P PORT WqRTH 2O21 NORTH [tiVERSi]]� RESURFACING YTtQ7ECT STANDARD CqNS'I'RUCT[ON SPECIFICATION DOCUM�N'E'S Revised December 20, 2012 C1TY PR07ECT NO. l D2877 32ll23-7 FLLXIBLE BAS� COEJRSES Rage 7 oF 7 1 2 3 4 5 G ? 8 9 3.5 IQ 3.6 11 3.7 12 i3 14 15 16 � 7 3.8 �4. Add small increra�ents af watej� as needed during t•alling. 5. 5lzape and maintain Yhe coucse and sui•face in conformity with khe rypical sections, lines, and gracfes as shown on the Drawings or as directed. 6. In areas wltere su�'facing is ko be pla�ed, correct grade deviations greater than 1/4 inch in 15 feet measured longitudinally or greater thai� 1/4 inch ovej• the entire width of the cross-section. 7. Carreci by loasening, adding, ar remo�ing material. 8. Reshape and recompact in accordance with 3.4.C. REPAIR/REST�RAT��N [NOT �C1SEDj RE-IN�TALLATXON [NOT USED] QiTALITY CONTR�L A. Density Tast 1. City to measure density af flexible base course. a. No�ify City P�'oject Representative when flexible base ready for density tes#in�. b, Spacing diz•ected by City (1 �er block minimum). e. City Project Representative determines location of density testing. SYSTEM STARTUP [NOT USED] 18 3.9 ADJUSTING [NOT USED] 19 3,10 CLEANING [NOT USED] 20 3.11 CL08EOUT ACTIV�'�ES [NOT iISED] 2l 312 PROTECTION [NOT USED� 22 313 1VIAINTENANCE [NOT USEDj 23 314 ATTACHMENTS [NOT USED] 24 25 DATE NAME 26 END OF SECTION Revision Log SUMMARY OF CHA.NGE C1TY OF FORT WORTH STANDARD CQNSTRUCTIOI+I SPE�IFICATION DOCC]MENTS Revised December 20, 2012 2021 NOR'fH �tIVERSIDE RESiIRFACING PRqdECT Cl'i'Y PROJEC7" I+IO. i02877 32i32�-1 CONCI2E"f�.SIDEWALKS, DRIVEWAYS ANp I3ARiiI�R PREE RM4I'S Page 1 afb 2 SECTTON 32 � 3 �4 CONCRETE SIDEVVFILKS, DRIVEWAYS AND BARRIER rRE� RAM�S 3 PART1- GEN�RAL 4 1.1 SLTMMARY 5 A. 5ection Inciudes: 6 1. Concrete sidewalks 7 2. Drzveways 8 3. Barrier free ramps 9 B. Deviaiions fromthis City ofFort WortliStanda.rd S�eci�cation 10 1. FOR THIS PROJCCT MANUFACTUR�R OF DETECTABLE WARNING DOME- TILE FOR BARRIEA FREE RAMP HAS BEEN RE'VIS�D AS ADA SOLUTIONS INC. C)R APPROVED EQUAL BY THE CITY. � 1 C. Related 5pecification Sections ittclude, but are not necessariIy limited to: 12 I. Division 0- Bidding Requirements, Cont�•act Forms, and Conditians ofthe Contract 13 2. Division 1- G�neral Requirements I4 3. Section 02 41 I3 - Seleciive Sit� Dettaolition 15 4. Section 32 13 13 - Concrete Paving 16 5. Section 32 13 73 - Concrete Paving Joint Sea:lants 17 1.2 PRICE AND PAYMENT PROC�DURES 1S 19 20 21 22 23 24 25 2� 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 A. Measurement and Payment 1. Concrete �idewallc a. Measurement 1) Measurement for this Item shali be by the square foot of completed and accept�d Concrete Sidewalk in its final position far various: a) Thicknesses b} Types b. Payment 1) The work �er�armed and materials furnished in accordance wit11 this Item and measured as provided under "Meastirement" will be paid for atthe unit price bid per square foot of Cancreie Sidewalk. c. The price bid shall inelude: 1) Excavafiingand prepa�•ingthesubgrade 2) Pu rnish[ng and placing a11 materials , 3) Thickened edge under sidewalk limits, if adjacent ta c�rt'b or r�tainingwalI 2. Concrete Curb at Back nf Sidewalk (6 to 12 inch max} a. Measurement 1) Measuremeni for this Item sha11 be by the linear foat oF ctianpleted and accepted Concrete Curb at the Back oi Sidewalk within the 6 to I 2[nch ctu•b height at back af walk in its #ina] position. b. Payment 1) The work perforrned and materials furnished in accordance with this Item and measur�d as provided under "Measurement" will be paid for at the unit CI"["Y OP T'ORT VVORTH ZQ21 NORTH R1V�RSID� RESURFACING PRQ]ECT STANDARD C�NSTRUC7'30N SPECIFICATIdN DOCUMENTS CITY PAO.]ECT NO. 102877 Revised Daeember 9, 2�21 32 1320 -2 CONCRGT� Sl➢�WALKS, DRIVEWAYS A]�D 13ARRIER FRE� RAMP'S Page 2 of 6 42 6 7 8 9 �a 1I i2 13 14 15 16 17 I8 l9 2Q 2i 22 23 24 25 26 27 28 29 30 3I 32 33 34 35 36 37 38 39 40 41 �2 43 1) Measurement for this Item shall be par eae� SQUARE FOOT Barrier Free Ramp completed and accepted for various; a) Types �. Payment 1} The work perforined and materials furnishec� in accprdance with this Item and measured as pravided under "Meas�zrement" will be paid for at fihe unit price bid ger each "Barz'ier �'ree Ramp" installed. c. The price bid shall include: 1) Excavatir�g and preparin� the subgrade 2) Furnishing and placing a�l znaterials 3) Curb Ramp 4) Landing and detectable warning surface as shown on the Drawings S) Adjacent flares or side curb 6) Concrete gutter vvidth along ramp opening 7) Doweliag into adjacent conerete pauerr►ent, if appiicable 4� 1.3 REFERENCES 45 A. Abbz'eviations and Acron}�ms 46 1. TAS -- Texas Accessibility Standards 47 2. TDLR— Texas Department of C�icensing and Regulation a. b. c. price bid per lineai• foot of Concrete Curb at the Back of Sidewalk. c. The price bid shall inciude: 1) Excavating and preparing the su6gracfe 2) Furnishing and piacing all materials, including cflncrete anci reinforcing ste�l 3} Excavation in back of "retaining" cur6 4} Furrushing,. placing, and co.mpacting hackfill Concrete Driveway Measurement 1) Measur�inent for this Ttern shall be by tY�e square foot of coinpletad and accepted Concrate Driveway in its final positior� for various: a) Thicknesses b} Types 2) Dimensians will be taken from the back of the projected curb, including the area ofthe curb radii and will extend to the limits sgeeiiied in the Drawings. 3) Sidewalk porlion of drive wiIl be included in driveway measurernent. 4} Curb on drive will be included in the driveway zneasurement. Payment l) The work perfQrmed and materials furnished in accordance with this �tem and measured as provided under "Measurement" will be paid for atthe unit price hid per square foot of Cancrete Driveway. Tlie price bid shail include: 1) Excavating and prepaxing the subgrade 2) Furnishing and placing all materials 3) Teinporary asphait transition ai width shown on plans (typieally 9 inches} when the pavemenfi adjacent �o the driveway will be impro��d 4. Barrier Free Ramps a.. Measurement CITY OF FORT WpRTH 2O21 NORTIi RN�RSIDE RESURFACING PRO.fECT 5TANDARD CDNSTRl1CTIp�T SPECIPICA'['CON BOCUMENTS CITY PR07ECTN0. 102877 12evised December 9, 202] 32 1320 -3 CD3ICR�TE SII7EWALKS, D1i1V E�WAYS AN� BARRIER FREE RAMI'S Page 3 of S 48 1 2 3 4 5 b 7 8 9 IO 11 B. Reference Standards 1. Reference standards eited in this Specifcation refer to t11e cut�'ent reference standard puhlish�d atthe time of the latest revision date logged atthe end ofi-3ais Specification, unless a date is specifically cited. 2. American Society for Testing and Materials {ASTM) a. DSAS, Test Methods for Preformed Expansion Joint Fillers for Concrefe Cons�ruction (Non-extruding and Resilient Types) b. D698, Te5t Methods for Labar'atoz'� Cotx►paetion Characteristics of 5oi1 Using Standard Effort (12;4p� �t-Ib�'/ft3} 1,4 ADNi1NISTRA.TIVE R�QUIREMENTS [NOT iTSED] 1.5 SUBNIITTALS [NOT U�5ED] 1.G ACTION SUBMITTALSlINFORMATIONAL SUBMITTA�S 12 A. Mix Design: s.�bmit far appraval. Sectinn 32 13 13. 13 $. Product Data: submit product daia and sample for pre-cast detectable warning f�r 14 barriec• free ramp, 15 I.7 CLOSEOUT SUBMITTALS [NOT USED] 16 �.8 MAINT�NANCE 1WIATERIAL SUBNIITTALS [NOT U�ED] 17 1.9 QUALITY ASSURANCE [NQT USED] l8 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 19 1.11 FIELD CONDITIQNS 2� A. Weather Conditions: Plaeement af concrete shall be as specified in 5ection 32 i 3 13. 2I 1.12 WARRANTY [NOT IISED] 22 23 24 25 26 27 28 29 30 31 PART2- PRODUCTS 2.1 OWNER-�'URNISHED PRQDLTCTS [NOT i7SED] 2.2 EQUIPMENT AND MATERIALS A. Fnrms; wood or metal straight, free from warp and of a depth equal to the thickness of the finished work. B. Concrete: see Section 32 13 13. 1. i7nless atherwise shown on the Drawings ar detailed spec�fications, the standard c[ass for concrete sidewalks, driveways and barz'ier free ramps is shown in the following tabl�: 5tandard Glasses of Pave�nent Cancrete Class of Minimum 28 Day Min. Maximum Course Concrete� Cementitious, Campress.ive V1Waterl Aggregate Lb./CY Strengthz Cainentitioas Maximum psi Ratio Size, inch A 470 3000 O.S8 1-I/2 32 C. Reinfarcement: see Section 32 13 13. CITY OF FbRT VJORTH 2O21 NOR'TH 2IV8A51DE RESURFACING PR01EC'T' STANI}ARD CONSTRiJCTION SPECiPICATIOt�T DdCUMENTS CTTY PR07ECTN0. 1Q2877 Revised December 9, 202 ] 32 132U-4 CONCA�T� S IDEWALKS, DRIVEYtrAYS A1+1D BARR3ER FREEAAMPS Page 4 of G 1 2 3 4 5 6 7 8 9 IQ 11 2. Pre-Molded Asphalt Baard Filler a. Use �n1y in a.reas where not practical for wood boat�ds. b. Pre-molded asphalt board filler: ASTM D545. c. Install the required size and unl.form thickness and as specifiec� in Drawings. a. z��zua� 2 ai�►er5 o�a.416 asphalt impregnated lc�•aft paper filled witla a mastie mixture of asphalt and vegetabl� fiber and/or mineral fiiler. 12 E. Expansion Joint Sealant: see 5ection 32 13 73 vvhere shown on the Drawings. 13 2.3 ACCESSOItIES [NOT USED] 14 2.4 SOURCE QUALITY CONTROL [NOT USED� 15 PART 3 - EXECUTIQN 16 3.1 INSTALLERS [NOT US�D] 17 3.2 EXAMINATION [NOT U�ED] 18 3.3 PREPARATXON 1.9 A. Surface Preparation 20 1. Excavatian: Excar�ation requi3•ed for the eonstruction of sidewalks, driveways and 21 barrier free ramps shall be fo the lines and grades as shown on the Drawings or as 22 established 6y the Ciiy. 23 2. Pine Grading 24 a. The Contractor shall do all necessary filling, ieveling and fine grading required 2S to laring the subgrade ta the exact grades specif ed and compac#ed to at least 9�0 26 percent of maximum density as determined by ASTM D6R8. 27 h. Moisiure content shall be within min�s 2 to plus 4 of optimum. 28 e. Any over-excauation shall be repairedto the satisfaction of the City. 29 B. Demolitian/R��x�oval 30 1, Sidewalk, Driveway andl or Barrier �'ree Ramp Removal: see Section 02 41 13. 31 3.4 INSTALLATrON 32 33 34 35 36 37 38 39 40 1. 5id�walk, driveway a�d bar��ier free i•amp reinforcing steel shall be #3 deformed bars at l$ inches on-center-hath-ways at the center plane af all slabs, ut�less otherwise shown on tl�e Drawings or detailed speci�catians. D. .Toint Fif ler 1. Wood Filler: see Section 3213 13. A. General 2. 3. 1. Concrete sidewaiks shall have a minimum thickness of 4 inches. Sidewalks cor►structed ir� driveway approaeh sections shall have a minimum thickness equal to that of driveway approach or as called for by Dra�vings and specifications wit�in the limits of the driveway approach. Driveways sha1111at+e a nninimum thickness af 6 inches. Standard cross-slopes for walics shall be 2 percent max in aecordan�e with current TAS/TDLR guideGnes. The canstruction ofthe driveway approach shall include the variable height radius curb or a pan driveway approach in accordance with the Drawings. CITY OP I'ORT WORTH 2O21 HORTH RIVERSIDE RES[7RFACING PRO.T�CT STANI�ARD CONSTRUCTIOIY SPECIFICATIQN DOCUMENTS GI'I'Y PROJECTNO. 102877 Revised December 9, 2021 32 1320 -5 CONCRETE SIDEWALK5,1712IVEWAYS AND BARRIERFRE8I2AMPS Page 5 of G I 2 3 4 5 6 7 8 9 10 11 12 13 14 4. All pedestrian facilities shall comply with provisions ofTAS incl�ding location, slo.pe, width, shapes, texture and coloz•ing. Ped�strian facilities installed by t�e Contractor and not meeting TAS must be remo�ed and repl.ac�d to 3neet TAS {no separate pay). B. Forms: �`orzns shall be securely staleed to line a�d grade and maintained in a tr�ze positian duringthe depositing of canc3•ete. C. Reinforcement: see Section 32 13 13. D. Conerete Placement: see Section 32 ] 3 I 3. E. Finishing 1. Concret� sidewalks, driveways and barri�r free ratnps shall be �in[shed to a true, even surface. 2. Trawel and then brush transversely ta obtain a smooth unifarm brush finish. 3. P�•ovide expased aggregate fin[sh for driveways and si.dewalks if specified. 4. Edge joints and sides shall with suitable tools. I S F. Joints 16 1. Expansion joints foz' sidewalks, driveways and barrier free ramps shall 6e formed 17 using redwood. 18 19 2� 21 22 23 24 25 26 27 28 za 30 31 32 33 34 35 36 37 38 39 2. Expansion joints shall be placed at inteivals ten times the wldth of the sidev,+alk. 3. Expansion joints shall also be placed ai all intersections, sidewalks with conet•ete dri�eways, curbs, formations, other side�valks and othar adjacent old concrete work, Similar material shall be placed around all obstructions protruding into or through sidewalks ar driveways. 4. All expansian jnints shall be 112 'tnc11 in thicI�ness. 5. Edges of al1 construction and expansion joints and o«ter edges of a11 sidewalks shall be finished to app�•oximately a 1/2 inch radius with a suitable �nishing tiool. 6. Sidewa[ks shall he marked at itttervals equal to tne width of �he walk wifh a marking tool. Saw ctittiing of join�s to the required depth may be desirable on w[der sidewallcs and is acceptable if approved by the City 7. When sidewalk is against the curb, expansian joints shall be spaced to matcl� those in the curb, possibly in addition to the required spacing above, G. Barrier Free Ramp i. �'urnish and insiall brick red color �e-sas� �AST IN PLAC� deteciable warning Dame- 'fiie, manufactured by ADA SOLUTION INC. or �pproved equal by the City. 2. Detectable warning surface shall be a mini�num of 24-inch in depth in the direction af pedestrian fravel, and extend to the limit of the widtll of the landing wh�re the pedestrian access route enters the street. 3. Locate detectable warning su:rface so that the edge nearest the cu�•b line is at the exter►sion of the face of the cur6. 4. Detectat�le warning Dome-Tile surface may be curved along the corner radius. S, Install detectable waming surface accordingto mamifacturer's ins�ructzons. C1TY OF F'ORT WORTH 2O21 NORTH RiVERSIDE RESURFACII�G PIiOJECT S'I'ANDARD CONSTRUCTIpN SPECIFICAT3QN DOCiJNFENTS CITY PROJECT NQ, ]02877 Re�ised Decemher9, 2021 32 1320 -6 CQNCRETE SID�WALKS, DRIVEWAYS AND BARRIER i'R&E RAMPS Page 6 of 6 1 2 3 4 S 5 7 8 9 10 lI 3.5 REPAIIt/RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT US�D] 3.7 FIELD QUALTTY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT US�D] 3.9 ADJUSTING [NOT USED] 3.10 CL�ANiNG [NOT USED] 3.11 CLOSEOUT ACT�VXTXES [NOT USED] 3.12 PROTECTION [NOT T7SED] 3.13 MAINTENANCE [N�T USED] 3.i� ATTACHMENTS [NQTi7�EDI END OF SECTION Re�isian Log DATE NAME SUMMARY OF CH�NGE L2/2012012 D. 7ohnson ��Z,A.3 -- Measurement and Payment for Barrier Free Ramps niodified tq match updated City Details 4/30/2013 F. Giiffin �onecEed Pait i, 1.2, A, 3, b, L to read; frotn .., square foot of Concrete Sidervalk. tn ...each " Bu�•ier Free Ramp" installed. 7une S, 2Q 18 M Owen Rerrised Measurement and Pa}Fment.section. April 29, 2Q21 M Owen 1.2 A. 4. c. Rcvise Barrier Tree Ramp — Payroent Section Dece►nber 9, � Owen j•2'�'• i.c, and 1.2A. 3. c. Clarified what is included inbid items forsidewalk and 2021 driveway, respeetiWely 12 C1TY OF PaRT WORTH 2U21 NORTH RIVEItSIDE RESURf ACIiVG PR�JECT STA�IDARD C�NSTRUCTIpN SPEC�'ICATI(}iY DOCI]MENTS C1TY PRQI�CT NO. I Q2877 Ravised December 9, 2021 32 9l l9 - 1 'COPSOIf.. PLACEMENT AND F[rI1SHING OF PARKWAYS Page 1 of 3 1 2 SECTION 3� 91 19 TOPSOIL 1'LAC�M�NT A,ND F1NI�HING OF FARKVJAYS 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 l. Furnish and place lopsoil to the depfhs and on the areas shnwn on the Drawings. 7 B. Deviatians irom this City oiFort Worth Standard Specification 8 1. FOR THI� PE�4JECT FURNISHING, HAULING, LOADING AND PLACING 9 TOP SOIL BEHIND CURB SHALL BE CONSIDERED SI]B5IDIARY TO l0 MAJOR PAY ITEMS. P'URNISHING AND PLACING TOP SOIL TO THE 1] DEPTHS IN THE AREA OTH�R THAN BACK OP CURB I5 PAYABLE 12 UNDER THIS ITEM. 13 C. Related Speci�cation Sections include but are not necessarily limited to 14 1, Di�ision 0- Bidding Requirements, Cantract Forms, and Conditions of tilie Centract 15 2. Division I- General Requirements 16 1.2 PRICE AND PAYM�NT PROCEDURES 17 18 39 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 1.3 A. Measuc'ement and �'ayment TOP SOIL �3EHIND CURB IS SLJBSIDIARY TO MAJOR PAY ITEMS. 1. Measurement a. Measurement for this Itern shall be [ay cubic yard of Topsoil in plac.e. 2. Payment a. Th� wotk performed and materials furnished in accordan.c� with this Item and measut•ed as pro�ided under "Measurement" will be paid far at the unil price bld pex• cubic yard of Topsoil. b. All excatration t'equired by this Item in cut sections shall be measured in accordanae vvitl� pravisions For tlse �arious �xcavation items involved with th� provision that excavatian will be measured and paid %�• oilce, t•egardless of the manipulat�ons involved. 3. Th� p�'ice bid shall include: a. Put•nishing Topsoil b. Loading c. Hauling d. Placing REFERENCES [NOT US�D] 35 1.4 ADMINISTRATN� R�QUXREMENTS [NOT USED] 3G 1.� ACTION SLTBMITTALS [NOT USEI�] 37 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT IISED] 38 1.7 CLOSEOUT SiJBMITTALS [NOT USED] 39 1.8 MAINTENANCE MAT�RIAL SUBMITTALS [NOT iTSED] CIT'Y OF EORT WORTH STANDARD CONSTRUCT[pN SPECIFICA7ION DOCUMENTS Revised �ecember 20, 2012 2021 NORTH ItIVERSIDE [iESURI�'ACINCy PRO.TECT C1TY PR07GCT AiO. l Q2877 329i 19-2 TOPSOIL PL/ACEMEN7' AND FINISHIIVG Di' PA1tKWAYS Page 2 of 3 1 1.9 QUALITY ASSIIRANCE �NOT USED] 2 1.10 DELIVERY, STURAGE, ANII HANDLING [N�T USED] 3 1.11 FIELD [S�`E] CONDXTIONS [NOT USED] �1 1.12 WARRANTY [NOT USED] 5 PART � - PRODUCTS C� 2.I OWNER FURNISHED [aR] OWNER-SU��LXEDPRODUCTS [NOT USED] 7 2.2 MATERIALS 8 9 ia 11 I2 I3 i� IS 16 17 18 14 2Q 21 22 �.3 23 2.4 A. Topsoil 1. Use easily cultivated, fei�tile topsofl that: a. is fi'ee from objectionable material including subsoil, weeds, clay lumps, n.an- soil materials, roots, stumps or stones larger than i.5 inehes b. Has a high resistance to �rosion c. Is able to suppot�t plant grawth 2. Secure iopsoil from approved saurces. 3. Topsail is subject to iesting by the City. 4. pH: 5.5 to $.S. S. Liquid L,imit: S.0 ar less 6. Plasticity Tndex: 20 or less 7. Gradation: maxiin�m of 10 percent passing No. 240 sieve B. Water: Clean and free of industrial wastes and other substances harmfai io the grawth of v�gatation ACCESSOR�ES [NOT [TSED] SO[TRCE QIIALITY CONTROL [NOT iTSED] 24 PART 3 - EXECUTION 25 3.1 INSTALLERS �NOT U�ED] 26 3.2 EXAMINATION [NOT USED] 27 3.3 PREPARATION [NOT USED] 28 3.4 INSTALLATION 29 30 31 32 33 3� 35 36 37 38 A. Finishin� of k'axkways I. Smoothly shape parkways, should�rs, slopes, and ditches. 2. Cut p.ar[tways ta iinish grade prior to the placing of any improvements in or adjacent to the roadway. 3. In ih� er�ent thai unsuitable rnaterial for parkways is encountered, extend the depth of excavation in the parkways 6 inches and backfiIl with top soil. 4. Make standard parlcway grade perpendiculai to and draining to #lte curb iine. a. Minimum: 1/� inch per foot b. Maximum:4:1 c. City may appi•ove variations from these tequieements in special cases. CITY [)r PORT WOR'I'H STANDARD Cp3�lSTRUCTION 3YHCIF[CATION DOCL[MEAfTS Revised December 20, 2012 2021 NbRTH RIV�R51T]E RESURFACING PR07ECT CI"I'Y PROJEGT Np, 102877 32 91 19 - 3 TOPSOIL PLAC�N{CNT AF,1D PINISH[I�iG OF PARKW1lY5 Pgge 3 af 3 1 5. IUhenever the adjacent property is lo�v�z'tlian the design curb grade and runoff 2 drains away from the street, the parlcway grade must be set level with the top of the 3 curb. 4 6. The design geade fi•om the pa.rlcway extends to the baelc af the �vallc line. 5 7. F�'om that paint (�ehind the wallc), the gracEe may slope up or dawn at ►n�imum b Saape of4:�. 7 B. Placing af Tapsail 8 I. Spread the topsoil ta a ur�iform laos� cov�r at the thickness speci�ed. 9 2. Place and shape the topsoil as direeted. 14 3. Hand rake finish a mini�rum of 5 feet frorrt all flatvaark. 11 4. Tamp the topsoil with a li�ht roller or othex' suitable equipment. 12 3.� REPAIRIRESTORATION] [NOT USED] 13 3.6 R�-INSTALLATION [NOT USED] 14 3.� FIELD QUALITY CONTROL [NOT USED] 1' 3.8 SYSTEM STARTITP [NOT USEDI I6 3.9 ADJUSTING [NOT U��D] 17 3.10 CLEANING [NOT iiSEDJ 18 3.11 CLOSEOIIT ACT�VITIES [NOT US�D] 19 3.1� PROTECTION [NOT USED] 20 3.1.3 MAINT�NANCE [NOT USED] 21 3.14 ATTACHMENTS [NOT USED] 22 23 END OF SECTION Re�ision Lag DATE NAME SUMMARY OF CHANGE 2�4 CET'Y OF PORT �ORTI-T 2021 NOT2TH [tIWCRSIDE RESURFACING PRO]ECT STANDARD COIY$TRUCTIDN SPECIFiCAT[ON DOCUMEI�TS Revised December 20, 2012 C1TY PROJECT NO. 102877 39 71 l3 - 1 TRAFFIC CONTROL Page l of 7 � 3 PART1 - GEN�RAL 4 1.l Si7MMARY SECTTON 3� i1 13 TRAFFIC CONTROL 5 A. Section Includes; 6 1. Installation of Traffic Cont�•ol Devices ar�d preparation of Traffic Cor�t�'ol Plans 7 S B. Deviatians from this City of Fort Wnrth Standard Specification 2. 3 4. FOR THIS PROSECT TRA_FFIC CONTROL SECTION 34 71 13 SHALL B� CONSID�R�D SUBSIDIARY WORK, NO SEPARATE PAY. TRAFF'CC CONTRQL IMPLEMENTATION, INSTALLATION, MAINTENANCE, ADJLTSTMENTS, REPLACEMENTS AND REMOVAL OF TRAFFIC CON7'ROL DEVICES SHALL BE CONSIDERED SUBSII7IARY WORK, Nd SEPARATE PAY. �'�EPARA'1"ION OF '3'RAF�'IC CONTROL PLAN DETAIL.S, ADHERENCE TO CITY AND TEXAS MANUAL ON UNIFORM TRAFFIC CQNTROL DEVICES {TMUTCD), OBTAINING SIGNATURE AND SEAL OP' A LICENSED TEXAS PROFESSIONAL ENGINEER SHALL BE CONSIDERED SUBSIDIARY WORK, NO SEPARATE PAY. SUPPLY AND INSTALLATiON OF TEMPORARY TABS AND � TEMPORARY LANE MARKINGS SHALL BE CONSIDERED SUBSIDIARY TO TRAFFIC COTROL SECTION 34 71 13, NO SEPARATE PAY. 9 C. Relaied Specification Sections include, but are not necessarily limited ta: 10 1. Division 0- Bidding Requireinents, Contract FQrms and Conditions of the Contz'act 11 2. Division 1- General Requirements 12 i.Z PRICE AND PAYNI�NT PROCEDLTRES 13 A. Measurement and Payment 14 1. InstaIIation of Trafiic Control Devices and TEMPORARY LANE MARKINGS: SUBSIDIARY NO SEFARATE PAY 15 a. �4�eas�e� lb�� �,rn..R..,.��,..�„+� ,. m,...rr.,, r-�,..,,.»,.1 net,.�e ��,.,ii �.o ..or .,., ..+ti ��. fko n,.�:o,.* 17 �: 18 n� n �„ ,,.t, ;.. ,�of:.,o,� „� �n ,,.,i°Aa.,.. a.,..., 19 b. � 20 I} 21 r< „ 22 ��se��er "'���C-ent�e'� 23 s. rrt,o,,,.t,.oy..;a ��,.,i� : ,.i..,�e. � ,� -r«.,faF;.. r-�.,.,+,.,,1:...,..10,,,0�+.,�:,,.� 25 26 se 27 2S �—R���e�s CITY QF FORT WaRTH 2O21 NQRTH RIVEIiSIDE RESi7RFACING i'R07ECT STANDARD CONSTItIJCTION SP�CIFICATIpN DOCIJMENTS CITY PRO.E�CT N�. 102877 Revised March 22, 2Q21 sa�t �3.z 'CIZAFFIC GONTRQL 29 30 31 32 33 34 35 36 37 38 39 40 4I 42 Page 2 of 7 6) �� '71 D..�1;..., ., :�t.,,,..,., .7....;.,,......,.,T.7,.,.,,..n 2. Porta6le Message Signs a. Measiirernent I} Meas.urement for this Item shall be per �eek for the duration of use. b. Payment 1} TIZe work performed and inaterfals furnished in acco�•dance to this Item and measured as pravided under "Measurement" shall be paid for at the unit price bid per week for "F4rtable Message Sign" rental. a The price bid shaii include: 1} Delivery of Portable Message Sign to Site 2) Message updating 3) 5ign movement throughout construction 4) Return of the Portable Message Sign po�t-consi�•uction 1 3. Preparation af Tr�c Cantro[ Plan Details: SUBSIDIARY NO SEPARATE PAY � a �4e� 4 �—�a�z�rt � t���� � ,a � ++}� 1-,•�r �t �;„ r..� i r. i» �iau Lipic}cr �i u�� @-'�x'13�6�vicrp2�' 8&G�3 ��rm-crnT�Ar����r � i� o,.e�.,...,,..+�.e m...,��:.. r�,.,,f..,.i nt.,ri rti„t,,;i� �,. „in,,.,,..,,, ,.�nn �,,,..,,,, ,. � �,,,,ge� � r�rn e r T�rrr,� }� n �7--����C—t#�c-at�e�ts 15 1.3 RE�+'ERENC��S 16 A. Reference Standards I7 I8 19 za 21 22 23 1. Reference s�andards cited in this 5pecification refer to the current reference standard published at the tiir�e of the latest revisian date logged at tihe end af tltis Specifieation, un�ess a date is specifically cited. 2. Texas Manual on Uniform Tra�fie Gontrol Devices (TMUTCD), 3. Item 502, Ba�ricades, Signs, and T�affic Handling of the Texas Department af Transportation, 5tandard Specifications for Canstruction and Maintenance of Highways, Sh•eets, and Bridges. 24 1.4 ADMINISTRATIVE REQUIltEMENTS 25 26 27 28 29 30 3l 32 A. General 1. Contractor shall minimize lane closures and irnpact to vehicula�•Ipedestrian traffic. B. Coordination �. Contact Tra#'fic Services Division ($17-392-773 S) a minirxium of 48 hours prior to implementing Traff"ic Contral within 50Q feet af a traffic signal. C. Sequencing 1. Any deviatians to the Traffc Control Plan included in the Drawings must be first appro�ed by the City and design Engineer 6efare implemen�tation.. CTTY OF FORT WORTIi 2021 NOR1'H RIVERSIDE EtESURFACCIdG PRC�7�CT STANI�A1217 CONSTRUCTION SP�CIFICATIbN DOCi.JMENTS CTTY PR07F.CT NO. 102877 Revised March 22, 2021 3471 13-3 TRAPPIC CONTROL Page 3 of 7 33 1.5 SUBNIITTALS 34 A. Pr�vide the City with a current list af quali�ed flaggers before beginning flagging 35 activities. Use only flaggers on tlie qualified list. 3b B. 4btain a 5ireet Use �'erno it fror�a the TPW Department's Transpoi�tation Divisian. The 37 Traffic Cnntrol Plan (TCP} for tlle Project shall be as detailed an the Traffic Contral 38 Plan Detail sheets of the D�•awing set. A copy oithis Traffic Coiztrol Plan shall be 39 submitted with the Street Use Permit. 44 C. Traffic Control Plans shall be signed and sea.led hy a licensed Texas Professional 41 Engineer. CITY OP �DRT WORTH 2O2:1 iVOCt'I'H Iti�ERSiDE RESURFACING PROdECT ' 5TANDARD CONBTRUCTION SP�CIF'ICATION DOC[JMENTS CITY YROJ�CT 1V0. 102877 Revised iVlarch 22, 2021 34 71 l3 -4 'I'ILAI'FIC CO�I'tROL Page 4 oF 7 i 2 3 4 5 6 7 8 9 10 D. Contractor shall prepare `I'raf�c Conirol Plans if required by ihe Drawings oz� Specifications. The Contrac#or will Y�e responsible for having a licensed Texas Profassional Engineer sign and seal il�e Traffic Contra] Plan sheets.A traf�ic control "Typical" published by City ofr'orL Woi�h, the Texas Manua[Uniifed Trafrc Conteol Devices (TMUTCD) or Texas Departmeni of Transportation (TxDOT) can be used as an alternati�e to preparingprojecdsite specific tt•affic control plan ifthe typica] is applicable to the specific project/site. E. Lane clos.ures 24 hours or longer shail require a site-specific traffic control plan. F. Contraetor responsible £or having a licensed Texas Professional Engineer sign and seal changes to the Traffic Control Plan{s) developecf by the Design Engineer. 11 �.6 ACTI�N SUSII�IITTALSIINFORIVMATIONAL SUBNIITTALS [NOT USED] 12 1.7 CLOSEOUT STJBMITTALS [NOT CTSED� 13 1.8 MAINT�NANCE MATERIAL SUBMITTALS [NOT iTS�D] I� 1.9 QUALITY ASSiTRANCE [NOT USED] 15 i.10 DELNERY, STORAGE, AND HANDLING [NOT USED] 16 1.11 FI�LD [SIT�] CONDITIONS [NOT USED] 17 112 WARRANTY [NOT USED] 18 PART2- PRODUCTS l9 2.1 OWNER-FURNISHED [ox] OWNER-SUPPLIED PRODiTCTS [NOTUSEDI 2Q 2.2 ASSE_MBLXES AND MATERTALS 21 A. Description 22 1. Regulatozy Require:ments � 23 a. Provid� Traf�c Control Devices that cnnform to details shown on the 24 Drawings, the TMUTCD, and TxDOT's Compliant Work Zone Traffic Control 25 I�evice List {CWZTCDL). 26 2. Materials 27 a. Traffic Control Devices m�st rrjeet all reflectivity requirernents included in the 28 TMUTCD and TxDOT Specifications — Itein 502 at all times during 29 constructi on. 30 1�. Electranic message boards shall be provided in accordance �ith the TMUTCD. CITY (7P FORT WORTII 2021 3+IQRTH It[VERSIDE RE5URFAGING PRO7$C'C 5TA3�IDARD CONSTRUCTION SPEC�'ICATION DOCi.JN�ENT5 C[TY PR07GC.TNO. 102E77 Re�ised March 22, 2021 347113-5 TRAFFIC CO%ITRdL Page 5 of 7 1 2.3 ACCESSORIES [NOT USED] 2 2.4 SOURCE QUALITY CDNTROL [NOT USEDJ 3 PART3- EXECUTION 4 3.1 EXAMINATXON [NUT iTS�D] 5 3.2 PREP.ARATION 6 A. Protection of Cn-�'lace Conditions 7 1. Protect existing t�•affic signal equipment. 8 3.3 INSTALLATION 9 10 11 A. Pollow the 'I'�•aff c Conh•ol Plan (TCP) and install Traffic Control Devices as showtl on the Drawings and as directed. B. lnsiall Traffic Contral Devicas straight and plumb. 12 C. Do not make changes to the location of any device or implement any other changes to I3 the Traffic Gontral Pian without the approval of the Engineer. 14 1. Minor adjustments to meet field constructability and visibility are allowed. 15 D. Maintain Traffic Contral Devices by taking correciive aciion as soon as possible. 16 1. Corrective action ineludes but is nat limited to cleaning, replacing, straightening, 17 �overing, or removing Devices. 18 2. Maintain the Devices such that they are properly positioned,. spaced, and legible, 19 and Y.hat retrarefleetive charaeteristics meet requirements during darkness and rain. 20 E. If the Inspec#or discovers that the Con#ractor has failed to comply with applicable federal 21 az�d state laws (t�y faijing to furnish the necessary flagmen, warning devices, barricades, 22 lights, signs, or other precautionary measur�s for the protection of persons ar praperty), the 23 Insp�ctor may order such additional precautionary measures be talcen to protect perso�s 24 and property. 25 F. Subj ect to the approval of th� Inspactor, portions of this Prqject, which are not afFected by 26 or in. conflict with the proposed method of handling traffic or utility adjustments, can be 27 consiructed during any phase. 2$ 29 30 31 32 33 34 35 36 G. Barricades and signs shall be placed in such a manner as to not interfere with tne sight distance of drivers entering the highway from driveways or side streets. H. To facilitate shifting, bart'icades and signs useci in lane closures or traftic s�aging may be erected and mounted on portahle supports. 1. The stxpport design is subj ect to the approval of the Engineer. I. Lane ejosures shall be in accordancewiththe approved Traf�ic ControlPlans. J. If at any time the existing traffic signals become inoperable as a result of construction operations, the Contractor shall pravide portable stop signs with 2 orange flags, as approved by the Engineer, to be used for Traff c Control. C1TY OF FORT WORTH 2D21 NL}RTH RNERSIDE FtESURFACIIVG PROIECT STANDARD CO3�[STRUCTION SPL�CI�'ICATION DOCCTMENTS CITY PRO.TECT NO, 102877 Revised March 22, 2Q21 34 71 13 -5 TRAFFIC CONTROL Pq�e fi of 7 I 2 3 4 5 6 7 S 9 l0 lI 12 13 f4 15 16 17 I8 I9 20 21 22 23 24 K. Contractox shall ma.ke arran.�emenis �or police assistanee to cEi�ectiraffic ift�•affic signal turn-ons, st�•eet ligl�t poIe installation, ar other consti•uction will b� dane during peak t�-afi�c tiines (AM: 7 arn — 9 am, PM: 4 pm - 6 pm). L. F�aggers 1. Provide a Contz'actor tepresentative who has been cerCified as aflagging instructor tl�rough courses offered by the Texas Engineering �xtension 5ervice, tl�e Arnerican Trafiic Saiaty Services Association, the Nationa] Safety Council, or other approved organizations. a. Provide the certifi�ate inciieating ca«rse completion when requested. b. This representative is responsible for training and assuring that aII flaggers are qualified to perform flagging duties. 2. A qua]i�ed ila�ger must be ir�dependently certified by 1 of the orga,nizations listed above or trained by the Contractor's certified �Iagging instructor. 3, Flagge�•s r�nust be caLitteous and able to eifectively communicate with the public. 4. When directing traffic, �Iaggers musi use standard attire, flag�, si�ns, and signals and follow the flagging procedures. set forth in the T'MiJTCD. 5. Frovide and maintain flaggers at sueh points and for sueh p�riods o�time as may be required to provide for the safety and conveniance af public travel azid Contractor's pet•sonnal, and as shown on the Dravvings or as directed by the Engineer, a. These flaggers shalf be �ocated at each end of the lane c�asure. M. Removal I. Upon completion af Work, i�emove from the 5ite all barricades, signs, cones, lights and other Traffic Control Devices used for work-zone ira��c handling as soon as practical in a fi�nely manner, unless otharvaise shown on the Drawin�s. 25 3.4 REPAIR / RESTORATION [NOT USED] 2b 3.5 RE-INSTALLAT�ON [NOT USED] 27 3.6 FI�LD [oR] SITE QUALYTY CONTROL [NOT T7SEDJ 28 3.7 SYSTEM STARTUP [NOT USED] 29 3.8 ADJUSTING [NOT U��D] 3fl 3.9 CLEANING [NOT USED] 31 310 CLOSEOUT ACTTVITI�S [NOT USED] 32 33 34 35 3b 37 3.11 PROTECTION [NOT US�D] 3.12 MAINT�NANCE [NOT US�D] 3.13 ATTACHIVIENTS [NOT US�D] END OF S�CTION CITY OF FORT WORTH 2O21 NORTH RIVE�iSIDr RESLIRFACING PROJECT STAND�RD CONS'ITtUCTC�N SPCCIFICATION DOCUMENTS CITY PR4dECT NO. 102877 Revised 1Vlarch 22, 202 ] 34 71 13 -7 'I'RAFFIC CONTROL Pagc 7 of 7 Revision Log DATE NAME SUMMARY O�' CHANGE 11/22/13 S. Arnold Added police assistance, reqairement far when a site specific TCP is required 1,4 A, Added iang�uage to einphasize miaimizing nf lane clos�res and impact to tr•affic. 3/22/2021 M O�ven I.5 Clari�ied submittal re�Liirements 3.3 M. Cla3•ified reinoval requiremeiits CITY OF FOIt'1"WOiiTH 2O21 1VqR"CI1 R1VE1tS1I]E RESUItFACING PR07ECT 5TAAfDARD CQNSTRUCTION SPECIf'ICATiON UOCUM�NT3 Cl7`Y PROJ�CT NO. I p2877 Revised Mareh 22, 2fl21 G��6.O�o� 1�1[i����t� and �o�rn�� ��a�ed ]�a��ime�s En���p�Xse �o�m��gar��e TI�CS 1���1E �L�EI'7[' ��T��EN7['��I��LLY I�LAl�Ti� 202�. NOR7'H ftIVERSIbE �t�SIJRFACING PROJECT City Project Na. 102877 ¢� �� �� U4 � a � � � � � � U `� � � S � � � � l3.e 0 ,� � � � � � :� � N N o � 'g- m � � � w � Z N ❑ � !� C9 .� � i� � � � � L�] � .� � � � � � n1 � � ,�9 �°- � � � v 6 � � � � g O � C] �tr.. NN � � � ;� � � N � � � � � � ❑ � � � � v , m (� L , � � � � p � � � � N � � m � � C � � '� a�i m 0 o z � v LS � � ❑ O M • � � � O O ��i' � � � � ifi � fi ,�' �' m � `o � � u� � �4�i � jjj�'' ���� ¢ � tA {� $ � � �Q ,� � � LE.I � w � � o �a � m F. � � E ffi �A .� � O �' � U7 X N � � � � � � � � � m � � � Q � � � .L1 '� � � `ii � 'c�, ,0; �= � N C] � � o '� � � • � � N p � u G1 LL '� � N ' � U� E�! � � � Z 'C � .� � � B � �u � � U cn kf � � 'd' � c � u1 B � � A � � � l'�U �A � ' � Q ti, p] � � � � � � � � � '�'� � � � E � � Cr[ (� � y � � c�u � � G n�°+ � � � �' °' `� �n � � � w °° � 3 c�'a a � �, � � B � �� � � rL � � � � � uo �a 0� � � �� � � B � � � � � ti � � � � i x �� � � � � � � � � � � � � � � O CV @ � � t"" �U � � � f�� � W � � .G C .F] � 7 p '� a �� O c w •� n p. � O a� .G � N � w N� n �� N ,� C � . � 7 � � � �y U p � � w � [� 0 a� G W � o � N� C ¢ c� �U y � � O C � U O W �N y ? � G o � � m'i i��7 � � � � �b .a � N C ,� o li7 y L� � c � 6f � d N� •� C � � � � w � u� .a r�.. � m� a� � d +r c�� � � _ � 3 N •1� � � � Y�-' C � � U � � � ql U w'� [p C O •� a d � 3 v�' c o � C � n � � n� � � e � V� � O 7 � N N � � � � y o � N II •- �r. �ta � � C � � H y � 'o �F v M� � o � O �' � a c Ll.� N N � N n, C � .� � � � w � � � � � D � _ W � � � m a io � v � � c�n � o� G � � y c 0 d � � Ul � �[3 � Q1 tA ��a � g � a � o � .� � � � �. C N� a. ��� C p � �� c �� � � � � m � o� � � C �US m � C �� U C N 6 � W � � � .� � .� rn m U! � ""' c N � C � .�O C 61 "c w � O � a .fl � O �p �n �. :� � N � � � w F ro� � M � '',�..t7 Y� c`� '� � y V� U3 � w c p �� .°�� p � q C w � ,a � O � m w 'O � � � W �Ai U v � � �, �� � � �' � w F3 m m � . � N � � � N K � � U fA O�Z �� �� � � o � �. �U w� aci U � � c c .� m 3 � � `o w � � � �� f� '� � 4.:� �e P l� '� � � U E G �� . � �U � '� Q C ` � a ? � �� t � � O � � � �� o. � x C� � �� a�. � �n � ^ � U � � �U b� vi �j � C i: � � O C l� � � � U � p � � m � � � w.�+ •_ � U � � � <�Ci? � {� G C C � ;� N � :� � � m O �= cA O � � a� � •� o . � � m � -�s � �ro � U � � ?+.� ,w � � � � w � � Q � A N � "d Ef .�I � O � � tA �` 7 � N �' � c�4� � w d �i � -o � o � O ���� � � �� w O C .Q � � � N � � � ���a • n � � � p�� �- A �' �,,,?' C C? L!� � Q � �+� tA y � •L C � � y �� C � m N � � .� � � � � �. u? . f7 � � �� R1 o�a m n�a�� N � Eu o ���� � y � � V � � � � � � v..�e � ��� �� c°.p 0 � {4 � � — � +w �-: 3rnya�i O � V � ��� d Q '- °1 m � � � � R.. � � � � � � � rt�+ 'U1 � �r 'o' �1 4� � � d � � �� � •i�'r'Z. �.a�o y � � R a��� ,z��:� �u" h w � w ���r c � � � b¢1 'f0 `� � Ci YLI �� o� �� m d .� � � 0 � w �^ � O �p a o � y � '� q � ty � � .�« � N p � u �.��� w� . i i.,, � (� '3 O � a m� �� @ � a o �i a`�'i � � �•Q� � � � � .� � N f�6 v� C � � L�`- �+ qt � � n., •c � .�' -�� ��- � l0 UI y O � � ;a � � O -� .�■ � � � � .L7 fO � � eQ � p � O m p�� Q. �LU Q m o� n� U '�'.�.J' � ,� a��n.��' ��c� a p fp � � y �l�J '� ���� 7- � Q � L. r�" O N 'O N C � � � � rn .�c = $,�u� �`�c� � ltl D � 7 ��N�"" �L �� � O � � L!J U � O m d � � Q�� �„ d � � O � � � C'��' � � O y �u`}E°' c � N a .k,° � °� � � � ��a�i`o � � � ¢ Qy y � y '.0 l��4 m '� �- a� � 3 N � ro c�s � (n ti. � N � O j � � w p� � O l0 � 'LS �. •4Y LIJ N � � O � �a � � � � � � � � O Q �� � � � o�o ����� U m n1�6 O� �� ��� a� ,C q) � a � y �•�=' C � UwG�c�i ¢� h� WN � T d. Q d � � � � .� � � � ��� ' � � r�.- ss Oq�� d .A N q�j � O �- � U � �a � w � � �y�ci7o a� � � v � � � � �U. • . vf oC � � � � � � •� � � � � 3 � � � � � �•� dl � c�i � .,-. ���� ��ca� m�y,� � U � � �stl�i�' +� o �ia�o •�maa � � m c�. -m ` � N ,o � ��� m o,Z^m� �'=�m Oa��c €`�c�i a� a � N � C31 � ' � q m W � O d U � � �� �6 O � 5a�3�ia� wE�m'�'i �a v� � W m �rri o �"� o +-� N U m � � � w v�� w m ���0 € � �mw'a a°�iN��� � NQ- �f� � e du�� ��..'y3 m�c$ �=�m� � �, � � � p'a .� (� � C � W p� �" d p ���,�� �� �� � ti �•� � y,� 6ai- L! .; � �mo-o� � � n m .��Q�� �� � m � v� .� � �°' �w w . �, � �. � � '� � 7, � o� cu ���W!� ����'a �o��� w y •U � � � � � m v � U "" '-^ a�sa��Lv � � ��v� �a � � � O � Cz. c�s � �� � � y U �� fl7 � U � m Z � � � o � � �� 3� �. � o c� ..-� c�i � � � a � � � a� � � ro ,�'' � � c� � Q� � .,'G.. � �7 C � •0] O �� �o 3 E o � m cs � '� � � �� � w N �. � f�A [0 �� � � �� � �� C 7 � U �� o ,� v � u- a o oU � as � � � a � '� .� .0 a� � 0. .n v � o, � ��� � �s m �� � N m � N � � �� a U U N � � � � G � � U � C U � �] .� t� � CtJ ,� d � �1 � W . C � ;� N C ta �� 'C N ,7 3f �'� � T Z Q � 2 Z� z � � Q � � � � � � � � � � [ll W ¢� y `C7 � � f4 C �f1 C�p � � � � V � U a. u- �N u- N � tl5 � � � � � � +� � � � @ � �y C fq � �� � � � � c�c � � � � � � � � �a � � � 'u, m � w 'rn m ar :� 'm ttf � Q Q U � rC Q U � Q¢ t} ���� ���� ��❑� v U U U � �] m � � U � U � U �, � o ¢ � II 0 v $� U� }- d� U F- �� U I- r,: � � � F- O � d � F�- � d � � I� � � � �l�L�Cj � 00 �❑0 � 0001� � � . m d � � ;�, +n T � � r � B � � L.i a_ Q � � � o y- �� � � � � � Q ti Vl a � �� cf7 ��� f!7 � c+� ju�] � O�D p�p �7 .� c j � us � N tlD � � � � � c� w � c� � � � �' oTo � � :� � � LL�. � � ,� -y � u� � , � F- a� Q - F� �� � � � � ..� � � � � L�d O v� ' � O N �. � O o� [7 I�°-� G" a Q I Q � p�, - 4 �'� �= Q � U ta a er� �'� ur Q U � � a � � �r � ,� LrJ U � . � G�D � � � h � �' ti � ti > VJ L�U � �•� � e�-� N U x � � � l� Cy � � 0! � `' C �, ti) � a x _r� �°�" o ~ {J � � �� '�-c �- �'�N� � � r� �� o,� 8 ��� c°.,' C} E �.a�' o c!3 e� � � � o � � � � m ° � e a�¢d'u� °' � � � Q � .� r� n �n � '`1' �- a� � � � M � c°, � � � � Q E � � �' � � '� � � � �� �' � � � El cV � «�..� > � rAN•� �� � � � � � � aa � y � o � � U � e� � d � � Q � � N � A�i N , t�.! p�i �y , � � Q1 � .7: l6 � 4f � :.. �4 � Q1 � � . e � '� .ra . � � '� rr+ . � � •a � �s � a� � N � �� � �a a �� � � � �� o � � .�� � � � �� o m a �, � c� n a � u� c� �o a�� c� O N � � v� O 0 2a �a L�CI � Z � � � U �" � ¢ � � � � � i Q � � � � C�1 � � � � tl1 .g � N '� � � � � � � v � � .� -a m � � � 4� .� � N � � a m .� � � � � � � �� � � m � � � G � C � C) � U � U � [.� � Cf] .� N � �] � � '� Ofl .� � •�V—,. m .@ � •V o � �n � o � �a E o N m� o y �� �' z � Z� z z ZQ � � Z� Z S �� ,� � � � � I.�k � � � � � � � � � c i� c � [ ro c � � � � c�i E c�i � �i m m � � u� � m u- w �- m � ❑ ¢ ro ❑ a � 0 ¢ � � ¢� � � � � � � � � � � � � � � � � � � � � a � � � ¢ ¢ � � a a" � � � Q � � ❑❑❑ � ��❑ � ❑�❑ ❑ ❑�� � U U C�7 U � m m � � � d Q � � � n� C¢] F- � g U F- ��� h- ��(dj O L � � � � G � m � U O � � � � xO r � � � �] � � � �❑� O � � �❑� Cj 0 � !-� Q � ❑ Z h� � � m �, k` � �' � �. .� � � N) � {J � 6 � � , m � � � p � m � � � •E:'. Co Ca • � .� � f~ � �Q C"9 � � � � h M � � � �3 G, � � �] � C+9 � R1 1] � � � N � � � N � � � e� � .w N '-� � m � - � .� - F� .d =i � �O O c � � � � � � t`� I- � rn � °i '� � � _ � � ' � �� �� - a �� � a a - a � ,— � � .� � - � r� - �, � � 0 � U �� � �� � �� � tl7 .� I� �R � NJ � � �. � ,� k O u�u � �'w � � tl��� v' � � �� !� � N'� � � � � �, � �s �� � m� �� �' � � �m� .� � � � � vj � � G �' N � CO N ,,,�! a +�,' � M m � � � u� � 'C ti � � � � � � � � a � � � O e-^ Qy � io � lC? Id.. Oa � ¢ a w � � C? � � �� � � � � � � � � � � � � V � � � a�a � a�a � m � y y �. V�J fID � � I!% .� y W � N Gi .�+ � � � ,�, t% ;� � Qj " � � � aj ,r�,, � � � � ,�, [a . e.. � •� �m � � •� r� � yo � •� ,k+ � � g .o � tl� � B � C f11 `C3 8 � LS V1 '� � � � 44 '� � � � a � ,s � � � � � � o � � .� � � � � .� � � d 4 #. W Ci I� �$ � !id C� � � �, � Ci ➢� 4 t� !� <J � r H � e- � �� o� 0 >� � a. w� ¢� �o �� � U �' k ¢ � i�n �s � � � � � i�]r � � � T' � � � � � �s t�• � � � m � � � � � � � � � p p � � � � � � �C S � � � N � t�i � .a � � � � � �� � ,� � [� o � � � � J W •� w � � ;� U L�J � � � � b � � � � .d � � � � � � � � � '� N rA C� � � � � m � t± F� � � 0 0 0 � O o a g Q Q Q -� J �s � � a o a o � o ❑ ❑ � t�3 [� t[� � � � � � u- a � � � � � 0 � N � � .l� [� � p � X "d �� ;�' .� � a� � v � � �s'�'� � ���� � � ro 4 � -� = C � � � N � � Isi��� w � � y � �.. ° � � G qs �y (� � ii� L g` i.�.. � � � � � � � C5i � 0 N a��w Q. v � � fU -� = � r�-. � , � � � � -� � U C3! � � � .� N 7' '� iS � � � � � � � c� � � Qy "� L� C � � � '� N � � � o ,� � a�i ���� o��� � � � c°� .w. 4� 'a -a � O +�' .� `. �� �� L � O � � � � � � � a � '� '� a���� "� �^ V .r0 N � b. � 'ti 0 0 � � = '+� � o � � � O G � � � � � ��� ��� � � v ,� .� � a� � D = tCS U�5 — � .0 '� .�� �� � O � 7+� � '� y � � ,R O � -� �- � � � W � t�s � � �i" CA f4 w-�. � � � � � � -�� p a� Fyr1 Ut.,� m � Q � � � � +r -� '� � iB � �' �6 ����� . � 3� � �� N � c c� � �,a��� �d�,�•� ���`�—�.� � �p .� � ?� [Ci �y a � � N fl3 •���.a n��,..oa � � � ��",�O U N .y � � .�-� � � (� �4" (n L" � � � � � � � � Q � � � � � � v c cu 3 �U� ���".cv '� � r.. N '�' � +Q-' w O � � r�n � � 5, � � � � C �t� k"' L '� � f�li U.""r?�' O �- � Q1 0! � � �U � p � L!J a � L ,� dj N�4 O�� O � � � UI � N �� C � � O � r����wo °ml�— �,N`s � o U� � �' N � �a� �rs��oc�n� � � � � � � � ��cp.�c�� ������ � � � t:% . + � L.�. � � � � � � � U Q ���c�� Il3 O �,U �'� � ,� � C]. � R3 Cl.. ui � � � � N a� � W � � e � .� cfi � '� `�" O N 4] Q7 �� �� N � (`I'1 �, L�.I � � � � � � E O N Y � � U1 �' Q O � C � i � � � N � � �r' � �) � �L�� U.S � 'u�� o� cn c��c°�'� D � �:r�" � � A ��,� �� � � ._ c�c��'�a� T�X��� f:Il � � !7. C2. �G � � CB u� a� �� )� 3� 7� � N 's� �i �i � � � � ?;� � '.��w � � � � ti? � N � � � � � � � � '� �' g p 'ta �' .� 'v� �L�4�p � � � � � � � O N .� � � � X � � 8 � N � � ❑ � � � d � � � � Li� � � X � {ii a � �. � � U � N � p � O N o� �� � g. u� � � a .� W � C y 7 � m rn � y o x 5� U � � �'r� �� � �1 V �O� w p �I � d�� �A� �.'� ' d LJ�.1 0�.. ���� �� ��' � _ �RO��C�# 1C��f7 �,,,�� ����� ���� �f!j9f1�11t�11�� �h°�='�.'=4�� ���iry�� E�t�i�v ��u��ian ���r��� �� i���!,� � A. �+ 9;nB�S �q��uUb-Ct01�doCiC�.SU�.*�t I^4�,m,a��,�: Alt�rti�atl Bu�►�s �n�iri� ��rn i� av�ati i►V � hllnurit�+ crrW�tir�an �uaTrwss� E�r�IDds� FMlWBf�l �r�� aL��^� t'3 U�:@ �:�f Qf �GFi i��4�:�5 i��„�cina'CS ��111� �ryii,n�nr�F �a,r�i,fi,or� �L'�'^�.',.�3 Eq�l�r �FffTf4 �?artir_.inatin� �nrig� �;^o�, ['j.�tiU^•?.^:=..o Rtl]S r--' -' �� :FSed �!�!+t xp J'�.mmmgrxVarior� nf 2��1 i�ti a:�er Ca b� cM;.Y^twd !�wW�s I�e Qussness F,�����y �.^-,"�'a�t �-^al. Cer�ving �ger �r��tani� hy Ch� Cut;_ �+ortl� G'o;�vr�1 TQYYs �?eaienal C�r�fica�on Aaency (P�Gr��r,�n�, �,�r����nrt 1+�;,� M�nt�ritv g��p ',�vycjnnmel7C �,`0'Lmr.i� �T..,� ��� �:Ar..n�}. U�.�'JRIE!1�6 ��L�:.^��S {�,u�5nG1� - .."�.yl:Mhwa51 �y;r4l'.fi� 0� �{B �.�.%�5 �P�attrrtPnt F�anspattatian �T�+v�}, I�tot�: �G� ��de*Y1V�.F4flS�t'� �i4]ECtS C.h9 �^:: rr�sl !:� arTM�� as a�:s..�dv�^}�ged B�s,,,��!':� EnterP�s$ (DRE) 1 ��n'T'T[;�G anrlln� T,�D�J? o";y,� �.11 F"�I�S �.*9 R��tlt�l - DD PI� f�HS �y�flk f. N�i:BefPi4��1' ���1 ���.i41l�LYP_i'Ct['�P ��.C.;ai:�.a.-.r:,�ri� -- — �. ��mo ��,.w�1F��tn^ec:.^��c:- ��xas PU!a+,�r�a[s �fnlf�� ���. db� Tex�s Btt $. h��z:e oi�usine�s Equity Fi::*�: lVE�!�:O+a In��_ - :iwir# ca• ���FV � LL�Q���, �f�+'` �� ��� oiphnn I'Yf'.��$�n� f���.�� � ������G' ��L� ,, �.�, r Ff^n Crni t Nar,! s' -- -- r�nn�017 �'1�?- R�� nrlsrgi7t�� 3 F�2 � E4 �^T�il trl$ �G L} �.'-. +,�4: Y' r 5. �, k:_ a�toe ; r.tinn dr ka �hnva �f�7r ��nn {e�„rri � ri4^,�T�i k^� tu� f.^, C:.� �f ,� 1(I C4 I1E_ ; I�TI4 �rD}B �- �}'� u �. � p r— P�...,, �..� r-"'3�' Y [;nncrei� FI��►h1nr� '�h��S �oi�; ����a� �, �,e�naur.laPS ���'��� 1� ir��'�. ��� K�-�. � (�'vube:� A1iEhD►imed A�ie7;O 7Y�t °'r Pfirt Wa:rs �7 1 � n�Ti�eat4vrrie,iAulhar�:lA�er�ke�Cerh�Fed�'6E.sf�VdtyFii7r1} ���6 f31�iC�11111C; �lYI�I�.CS7�iT1 f�'tGllAddie�j — $. A�i�9Y� C� ��f��1Tl19 �n„'a,}tn:J �nw. (!�me �� �crtiited E�; :�'�ees �Ry� Fir.rj U4:1 Sf20�� �=��� � � �-'���_�..,��� {Priann Numdery � H�R�Y bFC#�R� J�NQl�FRRI.i It�ai I��fl$IC� D��iThSUll.� �.Cr �fi �,".� d�!ly �„tnryr4e� r�p�rssenta�ue oP {uW41bTlA W 3�ar�4� A;G^F} Tex�� Ni�#eraafs �ro�p, 1 E�l�. dl�� 7G7C�S [�3[t _, r,� thal I hav� Q�sen�ily r�v:s�:�d 1he m�+fl�al �Rd {a.,^�,s (#iil{hG R� Oflrl�!Prl[�W� .0 s�t forth ia i.�is L.�tse� af in��nt Ta tho �st af my kr�wledC�. Infu��tlA3k '�1.IIfj �Br�l, l��:a f�^� I� �his fi�::� �;� �+!s, �n� e�o r�at��i�G fdCts h�: e�er� om; I'��3, Pu�sua�l ta ire �ity af �or{'NarL�'� �iusi�iess �q�iiy Ordina^�. �ny parso,ti►Rnh�y �:h�� m��..�s a false af f�uduient s!a�m�nt I� aonna�tir,n wiih par�r�ip�4on a` a car�fie� firm Rn a.^.y �i"� a[ Fa!1 �J�"h c�::�at may � r���ed f�t del�armerrt �rocedures �,r,��� ��e C;�y �t ran Wart��'s Bu siness Equl�y O:di►;an�, I da so�emn#y s��ar ar a�Frm 1��E tt�� si���tures c4nlained h�:sin �r�d ihs ir�farma6on pmy;rl�ar� ��r I.}io �fferorlPrirne a.� wn�Y �erd c;rrr�c� �,,d th ai I am auihar�ze d an hehalF �f t�e {�tferorlPnm.� i'a m�k.� th� �fi�+�ukt ��C1�1d D �tlr'I�QfI. .�r {pwner! Auliaarera! l�ga�rtj'f17u a[ Frlrrt Mime 1 ' �-� �. "{ � -_ , �� _ _ , ��— ,-�_�. �8ig�icof�rier�dudGPliud A�en��- k- r�r� a I�i.sti ��o ����x� s b�t, ��m �ma�r Aad: cs,,j 1}eparla,eoS �`]�i4�[5i:►� en.� EneE�ioa I3491htS3 �'a�iil}•�7'srtion Ern.�31; E���?�_,NfQ����fo�ti�r[hls�xus oo� Qh=S13.9�7•�Gfq Te�s Materials i�raun. CtJC_ ��ba Texas_�i� (Nan�a af Oc;B;;s.�u;iT��] r��rib 9 �, 2��� ���'e� �1 �--7�19 -��r�� {Phor�eHun�ter� L;�ective � 3 fC it�ti2Y ltcuise� G-8-?a �C��o�i i�a�e I����s �'I�[IS �.��-� �L]EF'T Il�T7�]EN�'I�I�AL]L�' ]��L�1�TI� 2Q21 NORTH R�VERS[DE RESURFACING PROJECT City Project Na. 102877 �013 PREVAILING WAGE RATES (Heavy and Highway Construction Prfljectsj CLASSIFICATIOfV DESC4�IPTIOk� Asphalt Distributor aperator Asphal� Paving Machine Operator Asphalt Raker Broom vr Sweeper Operator Concrete Finisher, Pa�ing and 5tructures Concrete Pa�ement Finishing Machine Operator Concrete 5aw Operator Crane Operator, Hydraulic 80 tons ar less Crane Operator, Lattice Boom $0 Tons or Less Crane Qperator, Laftice Boom Over 80 Tons Crawler Tractor Operator Electrician Excavator Operator, 50,D00 pounds er less Exca�ator Operator, Over 50,ODD pounds Flagger Form Builder/Setter, Structures Form 5etter, Paving & Curb Foundation DrillOperator, Crawler Mounted Foundation Drill Operator, Truck Mounted Front End Loader Operator, 3 CY ar Less Front End Laader Operator, Over 3 CY Laborer, Cammon Laborer, Utility Loader/Backhoe Operator Mechanic Mllling Machine Operator Motor Grader Operator, Fi�e Grade Motor Grader Qperator, Rough Off Road Hauler Pavement Marking Machine Op�rator Pipelayer Reclaimer/Pulverizer Operator Reinforcing 5tee1 Worker Roller aperator, Asphalt Roller Operator, Other Scraper Operator 5ervicer Small Slipform Machine Operator Spreader 8ox Operatar Truck Driver Lowboy-Float Truck DriverTransit-Mix Truck Driver, Single Axle Truck Dri�er, 5ingle orTandem Axle Dump Truck Truck Dri�er, Tandem Axle Tractorwith 5emi Trailer Welder Work Zone Barricade 5ervicer Wage Rate $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ � $ $ $ $ $ $ $ � $ 15.3Z 13.99 12.69 11.74 14.12 16.05 14.48 la.iz 1�.z� 20.52 14:Q7 19.80 17.19 16.99 1D.06 13.84 13.1fi 17.99 21.07 13.69 14.72 10.7� 1232 15.18 17.68 14.32 57.19 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 12.52 sz.ss �.4.84 11.68 The Davis-Bacvn Act prevailing wage rates showro for Heavy and Highway construttion 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 qf Texas' StancEard Joh Classiflcatians and �eserlptions for Highway, Fieavy, Utilities, and Industr{al Construction in Texas. Page 1 of 1 �l���lo� �e�era� I�To��s �'�l[� �PA�E �L��T ][1�T'I'EN���31�TA]C.�L�' �I1AIlTI� 2021 NORTH RIV�RSlDE RESURFACING PFiOJECT City Project No. 102877 General l�otes Division 01— General Requirements Gener•al : 1. The Cantractor shall be responsible for locating all uti�ities, whether publie or privaYe, prior to excauation. The information and data shown with respect to existing underground facilities at or contiguous to khe site is approxirnate and based on information furnished by the owner•s of such underground facilities or on physical appurtenances c�bseived in the field. The City and Eng�neer shall not be responsible for Che accuracy or completeness of any such info�'rnation or data. Ti�e Cont�'actar shall ha�e full responsibility for re�iewing and checlting all such infor�nation or data, %r focating all underground facilities, for coo�'dinati�n of the work with the owners of such und��'graund facilities during construetion and for the safety and protection tharet�f and repairing any damage thereto resulting fi�om the Work. 'X'kus Work shall be consider�d as a subsidiaiy i#em of Wark, the casf of which shall be included in the price bid in the Proposal for varioUs bid items. The Cantractor shall natify any affected ovvners (utility companies} or agencies in writing at least 48 hours prior to const�uct�an. a. Notify TEXAS 811 (1-800-DIG-7'ES�S o� wtivu+.texas811.org} to locate existing uti�ities prior to consiructian. b. Caution! Buried electric lines may exist a[ong this project. Cantact electrical praviders 48 hours prior to excavation : o ONCOR �ill Riegler 517-215-6707 � Tri County Kevon Moaney 817-752-8160 c. Caution! BKu•ied gas lines may exist along this project. Cdntact Atmos Energy 48 hours prior to excavation, and witlain twa (2) hoi.us of encountering a gas line (John Crane: 817-207-2845) d. Caution! Buried comzaaunication cables may exist along this project. Contact communication campaqies 48 hours prior to excavation: • ,Spectrum/Ch�rter Co�nmunication Sherri 7"ra�ian 817-271-8108 � AT&�' Gary Tilory 817-338-6202 2. 3, � One Saurce Corrcmunications .Terenay Hegwoad 8i 7-7�5-2243 e. Cauiion! When doing wo�ic within 200 feet of any signalized intersection, the Contractor sha11 notify Traffc Management Division of City of Fort Worth T/PW, 72 hours prior to excavation (Kassem Elkhalrl.� Si7-392-8742). Tha Contractor shall proteci existing signal ha.rdware, ground. bo�es, detection loops, ar�d undergraund conduit at signalized intersections. Any damages at signalized int�tsections shall be i•eplaced at the expense of th� Gontractor. The Contractor shall contact the City at 817-392-814C1 to pe�'form conduit line locates af signalized intersections 72 hours prioz• to commencing work at the intersection. f. The Contractar shall notify the City of Fort Wo�th Project Mar�ager 48 haurs prior ta the start of ar►y excavation (Tariqul Islam: 817-392-248� Conh•actor's pe�•sc�nnel shall have identifyittg clotk�ng, hats ar badges at all times which identify the Contcactar's name, logo or company. Pro�ect co�►crete curb and gutter, driveways, and sifle�alks that are not designated for removal. Removal and replacement of these items shall be as designated in the drawings. CiTY OF FORT WORTH STANDARC] CONSTRLfCTION GEIVERALNOT�S Varsinn Re[ease December 18, 2017 Division 32 -- �xterior Improvements General : L At locations where the curb and gutter are to be a�eplaced, the Contractor shall assume all responsibility for the re-establishment af e�sting sireet and gutter grades. Establishment of grades shall be considered as a subsidiary item of Work, the cost of which shall be included in th� price bid in tt�e Propasal %r �arious bid items. 2. All driveways, vvhich are open cut, shalI have at least a terr�pot�aty driving sueface at the end of each day. The tempo�•a.ry surface shall be considered as a subsidiary itetn of Work. The cost of which shall he incl�ided in the priee 6id in the Praposal for �arious bid Rte�ns. Bilte Lanes at�d Shared Pavement Maekings: 1. Proposed bike lanes should maintain a minimuzn efFective width of 4 feet {nleasut'ed from edge of gutter to cent�r of st��ipe}. 2. Bicycl� pavernent markings should be located 20 feet fi�om the curb return, stop bar, oa' cross wallc (whichever is applicable) unless denoted otherwise in f��e drawings. 3. CorrEbined width af bilce lane and on-street parking shoul�i nat b� less than 13 feet. 4, If travel Iane is greater than 14 feet wide, shared pavement marlcings shall be placed 4 feet fc•am face of curb oi• edge of on-st�•eet parlting (whichever is applicable}. 5. If travel [ane is less than or equ�.l to 14 feet wide, shared pavement markings shall be placed in fhe middle of the trave[ lane. �. Bike lane symbol, a.rrovt�, and shared pavement nna�-�ungs should be eepeated at the b�ginning of each int�rsecfiion, 4. On unintarf•upted sectians of roadway, bike lane sym.bol and arrow should not be spaced more than 330 feet apaet and shaa�ed pavement rnarlcings should not be spaced mo�•e than 250 %et apa�•t. 5. Bike ]ane sy�nbol, arrow, and shared pa�ement tnarlcings should not be placed at private deiveways or public intersections. 6. Bilce lane striping should be 4 inches solid wlute, hol-applied thermopiaskic unless specified otherwise in the drawings. A11 othei bike lane paverrient maelzings shall also be white, hot applied thermoplastic unless otherwise specifisd i�� the drawings. 7. All dimensions are fi�nm face of curb and are to center of the pavement marlcing. 8. Shared pa�ement mar[ciz�gs should nat be used on facilities with a posted speed greater thari 35 mph. Sidewalks and Curb Ramps: 1, Th� curb ramp standard de#ails a�•e intended to show typical layouts for the construciion of the curb ra�nps. The information shown on ihe standaa'd details meet the req�irements shown in the "2012 Texas Accessibiliiy Standards" (TAS) and tha "2010 ADA Standards far Accessible Design" by tlle Departm�nt of Jusiice. 2. City of Fort Worth Standard Details are oniy intended to indicaYe pay limits for each type of ramp, the Engineer ia responsible for the development and design of th� sidewalk and curb ramp [ayaut, including actual dirr�ensions and slape percentages. 3. The Contractor may not make changes to the sidewall� and curb ramp layout vvithout approval of the City. The Contractor may propose changes to the sidewalk and curb ramp ]ayout due to field condiiians., but any proposed changes must be app:roved by the City. �. Curb ramp runt�ing slopes shall not be steeper than $.3% (12:1), Adjust curb ramp length or grade of approach sidewallcs as directed by the City. 5. Curb ramp flare slopes sl�all not be steeper than l Q% (10;1 } as measu�ed alang back of curb. 6. Maximum allowable cross slop� on sidewaLk and curb ramp surfaces is 2%. 7. The minitnum v�+idth of sidewalks and curb ramps shall be 4 feet. CITY OF FORT WOltTH STANDAI2➢ COAlSTRiJCTlON GENERAL NOTES Vea•sion Release DecemUer l8, 2017 3. Landings shall 6e provided. at the top of curb ramps. The landing clear langth shall be 5 feet minimum frorn the enci of ramp. The landing cIear width shall be at least as wide as the elu•b ranip, exciuding fiares. The landing shall have a maximum slape of 2% ii1 any di�•ection. a, In alterations wL�ere there is no landing at the top of tl�e curb ra�p, curb ramp flaces shall be provided and shall not be st�epet'than 8.3°/a (12:1). 10. Where turning is required, man�uverir�g space at the top and bottom of cu�'h ramps shall be 5 fect by S feet minimum. The space at the bottom shall be wholly cnntained within the ci•o�swallc markings arid shall not projecY inta vehicular traffc lanes. 11. Curb rainps with i•etut'ned curbs may be used only w�ere pedest�ians would normaIly walk across the ramp, either because the atijaeent s�irface is planting ar other non-wallcing surface ar beeause the side approach is substantzally obst�•ucted. 12. Where curb ramps are provided, crasswalk markings shall he requir•ed and ramps shall be aligned with the crosswalk. 13. Counter slopes af adjoining gutters anci road stu`faces imtatediately adjacent to the. curb ramp shall not be steeper than 5°/o {20:1) in any direct�on. CI'I`I' OF PORT WORTH STANDA[2I� CONSTRU.CT10%f GENERAL N07'�S Versian Release I]ecember 18, 2017 Divisian 33 - iTfilities General: 1. Far utility work within utility easements, once pipe or appurtenances I�ar�� been installed ot� rel�abilitated, immediately comrnenee t�m.pat-ary surface restoration. Cox�pl�te siuface restora�ion to the awner's satisfaction within seven (7} days af work finishing on-site, Pailure to inaintain surface restoration, as noted abave, may result in suspension of work until restot'ation is complete. 2. F,xisting vertical deflections and pipe slopes shown on the drawings are appt•oximate and have not been �eld verified, unless atherwise noLed. Rim elevations, �fovv ]ines, and horizontaL loca�i.ons of existing manholes were deleY•tnined from field survey. If f eld cpnditiat�s vary froin those shawn on drawings Contractor shall notify City. 3. Maintain all existing water and sewer connections to customers in wQrlcing o�•der at all times, exce�t for brief inte��ruptions in sejvice for �+ater and sewer services to be reinstated. In no case shall services be allowed to t•emain out of set'vice overnight. 4. Establish and maintain a trenah safety system in accordance with the excavation s.afety plan and FederaI, State or Iocal safety requ�i•ements. 5. Provide and fdlow approved Confined Space EntE•y Program in accordanee with OSHA r�quirements. Confned 5�aces shall include rnanhoies and all ather contined spaces in aceordance with 05HA's Perinit required for Con�ned Spaces. 6. Qnly City prequalified Contractars, by appropriate Water Depai�tment work category, shall be allowed to adjust valve hoxes, manhales, ring & co�ers, etc. Vi�atet•: 1. Provide thrust restraint by means of restraining joints at ft�ings and cancrete blaclung. Wh�n speci�cally indicated on the D.rawings, pro�ide thrust �•estra[nt at designated joints beyond the fittings. Each method shall be capable of thrust restraint indepeadent of the other system. The Cantractor shal! refer to City Standard Details fof• area requu•ed to ir�stafl concrete blocking. 2. All ductile iron mechanical joint ftttings shap be restrained to pipe using retainer glands. 3. Proposed water mains shall have a minimurn cover of 48�inches cover above the top of pipe, unless shown otllerwise on the drawings qr details. 4. All water seivices shall b.e insta[Ied above storm sewa►-s, except where shown otherwis� in the drawings. 5, El�vation adjustmant at connections may be made with ben�is, offsets, or joint deflections, Joint de�lections shal] not exceed fifty percent (50%} of manufacture�•'s recammendations. 6., Tetnpa�-ary pressure plugs requi�•ed �'ot• seque.ncing of const�•uction and testing of proposed water lines shall be eonsidered subsidiary to the worlc and shall be included in t[ae price bid in the Proposal for various bid items. Sanitary Sewer: 1. Verify that all connectians to the sanitary sewer system are for sanitary sewei• only. Notify City of any discovet•ed illicit connections, 2. The Con�actor shall be liable for all damages to properties, hames, and basements from backup, which may result during the installatian of new pipe and/or abandonnnent of existing pipe. The Cont�•actar will be allowed to open clea:� outs where avaiiable. The Cantractor will be respansible for all olean up associated with opening clean outs. 3. Fflr aIl sanitary sewe� seiviee connect[ons at manho[es, provide a hydraulic slide in accordance with the details. CITY OF PORT WORT"H STANDARD CONSTRUCTIOIV GE�RAL NOTES Version 12eleasa Decem6er l8, 2017 Stoem Drain: i. Maintain the existing stor•m drainage system until the proposed sysiem zs in service. In no case should the Contractot' leave the existing storm drain out of set�+ice whereby runoff wo.uld cause damage to adjacent praperty. 2. Construet ail dj'ainage itnpro�ements from the dnwnstream end to the upstream end to ailow continued storrn draiq service. If the Contractor proposes to construct the system otherwise, the Cont�'actor shall submit a sequencing plan to the City for approval. 3. Take appr�apriate measu�•es to preserve wildli% in accordance wit�� ap.plicable federal, state and �ocal guidel�nes. C1TY OF FORT WORTH STANDARD COI�STRUCTTQN GEN�ItALNOTES Version Release December l 8, 2U 17 Division 34 - Transportation General: 1. Prior to activating traffic signals with new oi• revised signal titnin� the contractor should e-mail Aziz Ral�man, Sr. P��ofessional Engineer, at Aziz.R_ahman c�l,fortworthtexas.ga� at least tYu•ee (3) weeks in advance to schedule that. 2. If new cabinets and controlle��s at'e being installed and the controllei•s n��d ta be programmed and tested by �ity �'orc�s; the contractor should deliver them to �he City of Fort Worth, Signal Shop at SOdI James A�ve,, at Ieasi tlu•ee (3) weeks in ad�ance to s�hedute thaf. 3. Unless there is � compelling reason, a new traffic signal will be put on flash on Thursdays and workiag colars the following'I'uesday. 4. Switching fi•om old tt�affic signal ta a ne� one, this should be done nn Tuesdays only. 5. Notify Tra�ic Management Divisian (81'7-392-7738) Project Representative at least 24-haurs in advance of all conerete pours. Inspector must be present when cancrete is placad on the project site. 6. If annlicable, equipment supplied by the City will be a�ailable for pick up frarn the Ti•anspoEtation/Public Wo�•ks (`I'/P� Warehouse at 5001 lamnes Avenue andlor the Village Cre�k Pole Yard (5000 MLK �'�'eeway). The Project Representati�e must authorize all equipment pickups. '7. Design consultant sha.[I submit eIectronic file in CAD format as well as PDP {1 I" X 17'°) of final signed and sealed plans to the City. 8. Conteactor shall pro�vtde a 5-year manufactur�:r warranty on APS systerns. The warranty documentation shall includa th� start date (when material �s deliveted to job site) and the e�1d date of the warranty and the aerial �,uxnber of the equipment. Traffic Signals: 1. The City will not provide traffic signal cahinet or traf%c signal con#rolle�• to th� Contractor. The cost far these items must he �ncluded in the City project budget, or for all privately fundad p�•ojeets, the cost must be included in the bid package foi• purehase from the vendor. 2. The Contractor shall providc ali materials needed to construct a fully operatia��al traffic signal as call�d out for in the p.lans and specifications. 3. All existang signal equipment shall remain in place and aperating until new equiptnent is in place and ready to op�rate, 4. The Contractor is responsible for hauling and properly disposing of salvaged rnaterial fi•ona the j ob site to a disposal site af thear choosing, The Contractor will not be allowed to drop off sal�aged mate��ials at the City yards. Foundations: CITY OF' FORT WORTH STANDARD G�NSTRUCTION GENE1tAL NOT�S Versian Release Decentber 18, 2017 I. Dimensions shown an plans for lacations of signal foundations, condtili�, and ot�e�' it�xns may vary in order to meet local canditions. All lacations of foundations, conduit, and ground boxes shall be ap�rnved by the Traff'ic Si�al Inspector or the City Engineer. 2. Contractor shall co�ltact the City traffic signal inspector prior to pouring cabinat foundation to be sure that template and bolt patterns are carrect for type of cabinet beiiig supplied. Founda�ion shall be installed per City Specification and City Detail. 3. Piej• Fauudations shal! be pou�'ed together in one piece. 4. No signal pol�s shall be placed on foundations prior to tive (5} calandar days foilowing pouring af concrete. 5. Cont�•actor shall clean u�a and remave all loase material resulting frortt construction operations each day p�•ior to the work. is being suspended. 6. Controller cabinet concrete apron shall be subsid.iaiy to the bid item for the controller cabinet foundatiQn. Cabinet iaundatian a.nd apron shall be pou��ed tog;ether in one }�iece. Controller and Cabinet: 1. Cont�actar shall install controller cab.inet and connect all assaciated field w�ii•ing. 2. City will install signal timing and program controller. Conduit: 1. A continuous geounded system shall be pt�ovided in PVC conduii by running 1-##8 bare copper wire in conduit faetween foundations and grounding at each faundation gt•ound rod. 2. All conduits shal! be Sehedule 80 PVC. 3. Electrical service shali be installed par City Specifications and City Detail in separate 2" conduit from the meter to the signal cabinet. Sigxral Heads: 1. All signal heads shall be McCainTM, EconoliteTM, or approved equivalent style and dimensions. 2. All sigr�al heads shall be covea�ad with burlap ar other approved material from the tirne of installation until the si�naI is placed in operation. 3, All signal head attachments shall be designed such that the w3ring ta each signal head shali pass from the mast arm through a ra.in tight connector to the si�nal head bracing or attachment hard�a�re to the signal head. A stnall amount of expased signal cable shall foz•m a drip 1oop. 4. All LED signal indicatians shaIl be General Electric {GE) GelcareTM ox equivalent and sha[1 meet the Latest ITE standards. 5. Signal heads {all displays) and pedestrian WaIlc and Don't Walk heads with coun.tdawn displays shall have LED inserts. 6. Clam-Shell mounting assemblies shall be u�ed for pedestrian indications. CiTY OF PORT WaRTH STANI}ART7 CONSTRUCTIQN GENERAL NdTES Versian Release December 1.8, 2017 7. All LED signals shall be of the incandescent appearance. $. All signal h�ads shall have b3acic aluminum, louverad, single piece back pl.ates campatible with McCainTM, EconoliteTM, oi� approved equivalent signal head ho.usings. Traf�c Signs an[3 Pav�ment Markings: 1. AlI �•affic signs and mourafing haedware shown on the plans will be f�rn[shed and installed Uy the cantractor including the metro street name signs. The contractor sha[I provide a deta�l sheet for the metro street name signs w�th block numbers to the City for appraval prior to fabrication and installatinn. 2. ExistiE�g stop signs and �osts will be removed by the cflntractar upon, or before, the signal turn-on. D�tection ,5ystem: 1. The Contractar shall furnish and install the Ite�-isTM Vantage Vector Hybrid Detec�ion System and cable, 2. The Contractar shall install, aiin and program all detectors as per City Standard Specificatians and City Detai�s. 3. The Cont�•actor shall refer to and City Standard Details and project plans for d�tection zanes placement. Emergency Vel�'rcle PreempEion Equipment (EVP}: 1. The Contractot' shall furnish and install the Opticon�TM EVP (detectors, cable, and discriminatoi• units}. The Contractor shall install the EVP detectors on the mast arna as shown on the plans and apprapriate City Detail, and run a�e eontinuous EVP cable from �lae detector to the cabinet. I«stall�tian ofthe EVP system will be pa�d for per bid item. Accessible Pedestrian Sfgnal (APS): 1. APS units with audible message shal] be installed on all T�DOT locations or at the direction of the C�ty Engineer. 2. APS uni#s shall comply with the latest version af tE�te Texas Manual on Uni%rm TrafFc Control Dcvices {TMUTCD). 3. APS units shall be installed per City Standard �peci�cation and City DetaiI. Sattery Backup: 1, If called out for in the plans, bat�ery backup �nits supplied shall cnmply with the City Standard Specifications. Installation shal] be corr►pleted per City 5tandard Speciticatians and City Detail. Traffic Contral; 1. The Cantractor shall submit a Work Schedule, Traffic Control Plan, at�d acquire a Developtnent Permit from Development Departmen#, at 200 Texas Street. Cantact Chuck McLw•e (8I7-392- 7219), C1TY OF FORT WORT[-1 ST�]VpARD CONSTRiICTTON GE�IERAL I+IOTES Version Relaase I]ecernber 18, 20 [ 7 2. The Cont�•actor shall be iesponsible for the safety of pedestriar�s and �notof•ists iil the axea of the traffic signal canstruction site. 3. Roads and streets shall be lcept open to trafiic at all times. Contractor shall arrange construcfian so as to close only one lane of a roadway at a time. 4. Al! construction operations shall be conducted to provide minimal in#erference to t�'affic, All traffic signal equipment installations shali be ar�•anged so as ta permit canCinuous movernent of traffic in all directions at all times. �. Contractor shali be cesponsihle far any sigttage nacessary during cans�uction. 6. Unless otherwise nated,. it is the cont�actoz•'s responsibility to ensure that signa[ indications and tirning are adjusted and maintained to ensua•e safety in work zone at al1 tirr►es. 7. Any traffic signal modifications during constcuction are subsidiary ta traffic cQntrol plan (TCP) pay item. 8. Any traffic signal modiiications sh.ould be in compliance with the latest version of the Texas Manual on Uniform Traffic Co.ntrol Devices {TMUTCD) and the City of Fot't Worth Standards. 9. Tha cantractor shall submit any proposed traffic signal modiiicatians to the Traffic Signal Seetion for their approval ten (10) days prior to any changes. E[ectric Se�vice: 1. Install the required �lecti�ic services and obtatn an electrieal service perinit in each Instance, cost of whicli wi�l be paicl by the Contractor. 2. The elec�tical s�r�vice shall be 100 amps with 120/240 �altage branch cucuit and shall comply with City Standa.i'd Specifcations and City Details as applica6le per plans. Luminaires: 1. The City wi11 not furnish luminaire material ta the contractor. The Contractor shall furnish and install I�ED luminaires for trafFic signals in a�cordance with the latest City Standard Specifications, City D�tails, and plans. 2. All nery streetlight pole types shail match those of the surrounding asea af Fort Worth for which they are being installed in. Contact the Gity Traffic Management, S#reeY Light Section at (8l 7) �92- '773$ for direction on light pale types allowed areas. The same pales sha]1 be cansistenfly used throughout subdivisions. C1TY �F FORT WORTI-I STAN�ARD CqN5TRUC`1'ION GENERALTiO'CES Version Release December 18, 2017 S���aQ�� Starndia�°d ���n�t��.c$Ilo�a �e��i�s '��[�S P�G]E ]C.]E]�7C �I�T�EI�T7���l�AY�I�� ��LAI�� 2021 NORTH RIV�R51bE RESURFACING PROJ�CT' City Project No, 1Q2877 4' �� - �1��� 41 �� 2 � ��� ���� �-- - �- 4 _ ..�_ :� 61„ . _- �„ 2 � � �,� 31 � �� • � �� � � 6� � � � 1" $2„ ��r�d�� � � � �„ 11„ 2 21,� 2 .� 2,� 11„ 2 12" R1" TYP. Contractor: ��ntra��or'� N��� - Questions on this Projec� Call. — �� 17 ) 392 - XXXX A�er Hlours Call, (�17) 39� - XXXX 1 " TYP. 1„ 2 11" 2 ,,, ,,� 2i�� 2 FONTS: [�[OT�S: FORT WQRTM LOGO IN CHELTINGHAM BOLD 1F APPLICABL� TO THE PRDJECT, ALL OTH�R LETTERII�G I!V ARIAL BOL� CONTRAC7QR SHALL OBTAIN VINYL 5TICICER "CITY GAS LEASE REVENUE COLORS: IN ACTI�f�" 1 LDGO A7 CDIt SIGN AN� FORT WORTii - PMS 288 - BLUE �NGRAVING, 6311 EAST LANGASTER L�i�GHORN LOGO - PMS 725 - BROWN AVE (817-451-468A), PEEL AND PLACE LETTERING - PMS 288 . BWE IN FUNDING S�CT[ON. BACKGROUND - WHITE BORDER-BLU� PROJECi ��SIC�NAiIC)N SIGN � ��a #� ��� c� ����o � z �`� a'i ����� � ����� � ��I��� � \ � � a - m� —i� �O �b � ' i � I � I � I �i �i � i � � i �4 �i G Z � � n r'"�' a� ��� ��q W ��a o M� s � m � �� � T.�� i��� �� ��n _ �� �m,a^ .114!? �a ��� I -- � -il �a� �< � �� ��g "� �' ��` m �y� � N�Fr RaSb ��S �.Sa� �� �� So "7 � i7cvwl xpz Cr+in) xsn � I. � ���N� � a �� �� ���� � �� �� � �g � ��m i = N �J �g �; s 4 �3�� � o�� b� b� a b �`�irt�� � ei..n � t� nn. aomd I ��n � � ] ~ \ 1 I (1[V%) 'lp'E � � �� ! (NIW} YS'p � �L� b �� Y f ��� II;,. _ -� _l�� �� � �J, � 1 �� .— �„ �� :3 i � : � E � ] , S € 1 � E' �� ig(� � F � �I � � �i j � : i � �� � v i�� �� � � � I � � i � Yi � �� � ��� ��ki � � a Z 0 � a �� zr 0 V X ZW oz ¢ �' a� am � ❑ ��� ��� � � ��/ � F � ���'1 0 � if � P�3 �� � � � � �a� �gg � � Q � �� � �,�� �� �` CJ _I�� � : ' ``: ��� �o 's.Q°' ;Z� r� , ,r� � � � �:<� � . t enna d0 H�YB :• �;j'. 0 � � �� � .4:� � o� �m ��+' ,.�_�, �J, ,,• ��I� . '..... � �"'y �� � � I � , ri:�� � � a , � � � � �� � i � f '�,� � a �g €#o f +. �I �M � �i a � � � i � 'i �� � W � �;� o ,� �� ':1 � � ' �.i n. I +�, . � �.�..I��I � �g .e � �N�;} •I � � °`� � �---� •M•o•d � � � � x t ��H ��ff��o�� z�i ��� � ?$ �$ � �° e ��� �i ������ �'a ga� ` q� �� � �'� ��9 ������# ��� ��� �a�m �� `,�� �m 2 � �01 �� � a m�W � � o �Ya � �� �� � � ��� � � #_o ����g�� ��� ���� ���� �� � �� � m � ������� ��� �x�� �ao•w <.� � �� �y s �a n �� '� i � �q$'�'0.b� �'# ��`� €���� m� Z� � Q� . mo�"' �� � °iB � � w� �� �oo� W�a ��� �K� rO � �mF � � e� ad� Di�da t �- YS &�o�!_�s �W�S���' ��� ���� �����K W� V ���1 a�-`�O ��W��NvI O'6U Pf p00 LL� d F ��� 6'J� a � s �s � ,: �; }i. � LL �. a �;. �m � � ��� � •.���—u 4F _ � < `� � {, '�" o ; �# � � �;�� � �� � � I' ¢ � �I�-� �� � �w� 'i� �� � .. i � � ��� _ P� �m ; - ��; �� r p AQ NG`, � TO �ES1GNEk 1. ^��AIL DzfINES PAY J�A'".. 0 HARA( TRANSI7IQN SU9�lp3AR'� TO Th� i.�NGF-'� YAI.L.EY GUT1�K CO1VS'�tUCn01' . � JOINTS A � PEft 32 13 13-D513 / _ — � � A� � 9" HMAC / TRANSITI ON PEft SECTIOM 32 �z is i g�� SEE No7E 4 ��_ 4 �. _�. / / / �24" HMAG � 7FtANSITI�N PEft SECTION EXPANSION - 32 12 16 � 1 JOINTS PER \ 32 93 13-�513 0 U : O \' — I _ _ — — / °� � � SEE IVOTE 4 / INTERSECIING VALLEY PLAN VIEW g.� $4 6ARS � S�� 18" D.C,B.W. 1" MAX OR A5 DIREC7f� BY Np� 4 THE ENGINEER :o'.. .'.. .r'- � t •�- • .. ..,,�..., � ..�i.,•� >'�•' •-'��,�_'�Ir_-���.�'. ' � ' �. ' 1 �_—_ _ _--��— COMPACTED I 8'-0' MIN. SIJBGRAdE (RESIOEN7IAL STREETS) (SEE NOTE 2} SECTION A-A NO'fES: � 1. 'fFIE 7" REINFQRCED CONCRETE VALLEY SHALL REPLACE iHE TOP 7'� OF THE PAV-tMENT WITH 1H� REMAINING PORTION QF PAVEME?JT TO 8E CONSiRUC1Ep INCl,U4kiVG SUBGRAQE TREATMENT, IN ACC4RDA�EC� WYTH THE TYPICAL PAVING SEC110N, 2. B" FLEX BNS�, iYpE A, GR-1 OR MATCH 1HE PR�PARE� 5l1BGRA�E REQUIREMENTS FOR THE PAVE�IENT SECiION. TYP� a OR TYPE B ASPHALT OR PR�PARED SUBGRADE MAY SE USEI). 3. PAY UMITS F'ROM EXPANSION Jfl1NT TO EXPANSION JOINT. 4. 9" AND 24" HMAC TRANS1TlON SUBSI�IARY TO CONGRE'fE VALLEY GUTTER. CiTY MAY APPROVE AD�ITIONAI. HMAC 7RAN5lT10N 6EYON� 7HESE IJMTS UN�ER SEPARA7E PAY I'i�M FOR HMAC TRANSITION PER SEC7IDN 32 12 16. 5. GUTTEkZ TO BE SfiAP�� TO CONFOR�1 W11H CONCRE'TE VALLEY (�R PAVEMENT). ��,�����,� CITY O� FORT WOR7H, TEXAS REViS�Q_08-3�-2012 COf��R�i� V�eLLEY {�U�i�R 3216 13aD53D N � 4� �� N �R �� � 9� K 3 � e �� � � �� . � C �I � � a I � � I � _ . 1 i 1 i I � � : �3 [ � il 1 � i i; � �i ! .� ir E� ��n ��� I ` i 0 0 � d 3�n I-� Y �j� ��s II�L, �.! � 1 i � S �� � yWb F ��u a � � ��� � 0 �� �.�n' d � yp U afYN -, I I `i i �`���`�t. .°`� __. - I -I � � \�`��\�` .a_ . � :_ I l��f I ` `` .:� �. II \'\`l ` . '� � \~�: \ R.1�' ��,'f.; �S y�`. I � ' '. i �::� — ,� - h� `.� ` ';•���, �.�9 ���•�.I I! � pNn9 � �O°� . t ,•� .__. .r :.:Y��: X :� � :. I I- _ : .� •; � :' �,'-� �. � C -. �I LLn [ � ,,. �.• �•'+' • �.0, f I - �, .: :. ' p-,.. L O ` �— - o,. '_r ,• 6?' I - � I I� e� � �� '�.n:R � �� � . g � :�,��� € ��� _ s � F k QaN I'Hlrt .91 a � F W W � N i� z F X W � e, � p �#� ��� ��5� i� � g � r � � � n R� � a �� ~ a Z � U � � fl U w Cz �aW N �� � � � ����� a�gs� � �R �i a� � G ��% �QQQW �� � N Q d � z ¢ a w � W F~- � � 4 m � U W U Lai. � 7 N � z � a 3 I n Z m K Z U o � � o z � ce � � a� I ax \ W � � � � � � � � X ��eM3ais N � � � mv �� w� �� � � O N U z� �� 3M ,_``�, a m� r� U 4 � � � O (�17 � � Cl Q d' � �p3o � �a X 'NIW 4�Q� �� �xdry ��a� - avava—' c ��� ��2 �aa� OV❑ �d0 ��m �. �Q� ���� ��d� UD�p ac�z� � U ���� z ���� `�a�� �=�Q � ��xa z�z� aa g�'° � F o��� � �Z °;¢o� O W � , � �� U � � v , r . +•+ \ +`��t++'.c'�+�� `\ 4i4{+�A�}4+++ �` / ~+4iv;.F}}�♦ � � `\ � �r;+°Mtr*r • i b ? + } 3@ri+++� � \ ..���� i ♦ ♦ 4 • fi F i f A • i i s r • i / + �\ i� !w i + \� +Fr+�*+'� �// +�`+t++ �C `\�. .� , a t�i � f ' �' U � I a a? I d N � I p ¢ a � � �� � X � �o �� � ( r- z 0 � z 0 z r. �a �� i X Q6� �� Q�� � O N N 'XdYV 9'Z _ 'x�v� _ %Z � W 0 � 1/ � � � �'` � 7 � � � � � � a� � � � � Q � W a � m O' lY W � 0.' U r N �O v c� z a U 3� o� z r�i m a � c� � P w � � (.� Z � W � U I � �� a a d' m � U c� z 0 ¢ z � in m � � U L� O w U ¢ �. e Npu�d�tc} &�yR�b� r���J "4i� .s ��� �. �� � �� Y � } ` � .��'byy . r", ,� � . µ � ' * * * •R*� '�yw * �E f { � ``� �� f �M w * �* * � Y ; µ , ♦ � 1 � Q,= _ �/�. , �� � � i. 1 �N . � � '� � � �1 � J � � 1 / / � ! NldM�015 N � w U �w 50 �� c� R' � = N � V p 4 o �� � � a � W a 0 a. N �X � a � � *- � N U � � � N � � ♦ Z � �� Z � C] � Z I g X Z �� � � _� 7 ` � � O ``` N F z�a � e �v � � � r' W �� � U� o. Q �a I � � Q � � a� � p o s°- � �� � �� W � �a p4 � co � z o� z gX v a / /` Da ( � a i �, �� o � �p � � J li � Q 4 d � � z.. � Y � J �' � �� Wv o W 0 0 4 � � Z a s�� � �EUQ � 4.��� o ��=z � � z � ViUQ � 2� � ����� W Z�QA� 4� O � ����F .. � �¢��� s � � ��UdW a w � ��azq �7 ���d~ ~ �ao� OE� �, � u� u� a �4�ayzo d � N ff ; � � Q Z •- N—Lli�LL Q '`y ,\``� y "x , a� +t� ` r +'� ` �t R •_^*• 1 � �Y � + 1 ��Nht �p,MP 4' k .' • : � '•'** ,�'Z.� � �1�' � ` +� ' t .� + ` 24�' -f r b �/ ` O � / � \ � `���� � � �� � -T � � � � xvW � �6Z � � � Y � � W � � � � � � � Z Z Q' � ^ J � mw � U V 4 L� � O:t�l1 ¢ 3 0 � Z Z P � F= � � Z Z p 4 �y a `� J X � �,� w.. W l o ��� u � : � P . : e L a ; � F � i F F i �� E A E � i � ' i °z , � ��� � Qa i �' U O � i ��� i ��a �� U � �aa o�z i 2�0 � 3 W � (A : �j� • �, � � � �QU i �r� � U oi 3 ��0 � Z � � � N O m C� � � Z � L�U � V � � ��paf > �'_�� S O ; � o��o i 0. � U V - �ia�� �x�v� _ �z I ^ I � , z� � o �n I �x I y i I �� ��_ z 0 � 0 a `�` a w� ,'XVW � �z o- ¢ � � � u7 O i 0 �N �� Z ^ Q �l � � J Q �� H a �� o� h Z W � a a �a o� ¢ �� �� J � � � � U L� O U Q � % 1 �~ / � �z �X U a d,/ C7 � i � � � +++�+� � +�ih+y+ 'N1W L�OZ *+++�+ � •xvw t �Z G +++•,* � ;� z dW� +*+�,*, � � .;+t.+� � ��*��� I !iF}Tr' I , � 1 I z �`�� � � � m F 1 � ``��. I U � �� z� a a� 3 c�r� 0 � � Z � O Z � Q � Z O J Z }--� a ,_, a W X � � � W v N .� i � � � r � � ¢ � � I � a � O � � � 1 � � � �� I I �� I � � � � I ~ ' � ��� e i �Fp �°; � ���r �� � i Z NN� �,� i a � p � I Oa� I � ��� � ��� � �dU mH� P5 ��_ � U m � $ odz � z�o r- p��u x F�m �! �Ow �Ea �. � 5 � �� w � � a �~z � o} =`�a�' �. F. a : g wx�� � �8 0� � � �� ���o �aa a��v ..: ni�=t�n � z 0 z 0 G � X � �.�. � 3 W � � .x, ari . �a a�� Q�r � O N N � Z � Oz jn Q X J � v � / � � � � � � � � � � �, a -� �� � i � � �� � � � 7 �� � r � � I 6�o���C +t+�rt� +s*+;�* + ♦ • + + + + + s x� t{ti*++♦ '�aZ �+++,�+� + + + i ♦ + � r ♦ * + + a + + ♦ � ♦ ♦�♦ i ♦ + XZ 17 7 ��� � � � � a � aNN y � i � � i� � I � � ��d000 a� � � � 'XtlYV � � �' � � Y � � � W o � � Z a� �w z� Q� Z� m � � V � O W V � 0 W � ma �� U � ep � if3 � � v � �, z � � o � � m"`� c�ia� ��w oina � a � a a U F � Z o � z o �'o' w � � � � a a � O � �0. � � � �xew P a Q a., a^ %a �� a �.� W" �d �� o00000 � � �, � � 3 0 N SY) � UW � M F�LY W � �., a�a � aa� I � � `��� m �NN I � � � •Niw ,� � I a + ♦ + I + r a a + I f 1� ♦* iil++}4 F +;f*+*+ I � 4 f + I ln � xvw - *•'�`�+ I �Z �+++*++ I ++.++*+ � ,3„ � �o nsi I d I Y I � � � � � � z "' I zQ� �a' '� �1 y� J � / i � � Q g Q Q��Z~ i ffj = fn � � � m�F� ot U��� � � �_�_ Q � LL�jO�nrli � E�U�� � �a��uM 3 � 00 � � ���� � � � u aU=� � � ��Q�u�.� � � Z � ��}pQ � " 5`��EW � � ao��n z w ni�t�n�d � %< Z I ��g � � � N Q i U �h � O � W � � ' � � W �.� 000aao �� U � i� � �' _'Xtl4Y _ d '� 96Z � O J Z ,� a a� w a o �� � � z Y --� w �� O j z rn � � � � � � � � I � � Nl�/M3415 N � � � i � Y� J O Q � Wan ��� w W�UZ a �flQO � ��=y � � ��a� H � U��U � �+��� a Q1=� � �W��� i d � � O N a�F" � r � �a� � ] � � °p Q G g d � gJ � � W Lu �� � � � � � il.' � �� ��o°w�� q �a o���� '' �¢ 0�x'3�� v, w.� aw��d F+ aa 0.0��Q � �" cV z F�1] 0. �r�iri �� � � � � ��� � �. m Q' U � F- z w L� � 0 a a� 0¢ L�U �d+ 1 � �� � � � � � a+++�; T� + + � + • • �Ai♦ � � • f � } � � 'NIYV 6�OZ ��,'++ . :.'. o;n 'XV'N' I�ZL ' «�+' •�.�ti g X dW7i! •;� F+• '•'+' a a • • � i�i�l.i •.�+• V ; • ♦ 'F II 11 + f i A .1 ♦ i � � � I � W Q O � �� � � � �� � Z .-. U � ? � � a ia � z �(1 �� �o N mr U � �� z � � ¢ U �O Z J Z Q � � F .�. `� o r 7 ,rQVO � ��Z W W � �{�l]v � �oiV �S w Y WW � �V�~m � �� m.=o ����am�W� w qa�ay.�a��o�oa ��UF-m1=ZOaQ�(IZ� ¢ [9 Cj O QF-Y-YQVIai.U�U��ygU f}Li¢4W'��¢a��dW�� domc�ncnd�o�oc�o � O� z ,-= z a� � �o � �� m � U O cwi 4 � H Z W Q a �a O � � g� �o 'NIW NOIlISNb'i!L ,� aan� P��.��. � � Z 1 �� ? X I � � N�1iM3t115 N ¢ � Z'� » � I �X I �n I `" r z 0 � z O Z � �� � 0 Q d � � � � ���� U V��� 0��^�� IL'�JY�F ��CJQ� N r niQ��� a z m� ��aBU ��� �aV�� ����� C� � 5�ao0 o""pEw ����a r_Ul�LL •�•�+r i i 1 i i 4 + ,,,, N�W Y'�Z i�}�i�; 'Xb'W L�ZI t*t+t*t dYV4J2E »,*,',* <.,, i i t • i • •� 0 w � S m c� C�3 � m � a. �� z� �oI $N m M H N U M1 0 fl. � �� 4 310N 335 o�� �mp WY �JU�W Vic]aW2l.��� �mQ2�~YWa� ��F-ZOOaC�aU CW1~W4V W WIJ/IK Z�Q�Q�lyl O H Q�� d N�� J a �w��c°Z��z ��KrQZ�WX ',�.i'�oc��ovTig¢�� z� z a� � �o � �� z 0 � a U U QJ Z J Z Q �' 2' 4 �F.. �a� J � � }a- U O U � Z w �w ou�i� m � � U � O w U ¢ L� c� �, z ,� z in � o ��N � vt�] ¢UN U�M � v�y a x�an�ssaa� F� 2 �l � a a tia �� ¢ �� �- CC � 1 Q a � `�� \ �` \ ����oo .''+'. ` , . .' f P i ! �*�f# 'NIW I�OZ � .t � � ,�«4.a. .xHW l �Z 4 � � .... .•.'. "�YV�a � z'n `+., ¢x a a a • J 4 4 ♦ � 1++'�*� v + + Y 'f ���,NIW, al� f/� 9 . / � *- x �f o� /, .., + T a + ♦ a 'NIIM G �OZ +".+�� .,, 'X1�W l �Z L *+*.r j. dW�� .•.a,' ++a�a� � + i ! 1 ♦ ♦�l�1k + 4 i • �` 1` � x � oa � �� m � � � � O w U ¢ � d m F a � � � U q � �� 0 � z U q � m [L � U 4'S �` Z � p `� W U a'��j � ��N � �� � m �� I-4- t-3 N (� � M W 7 W a v� a >9ltllNSSOii� I L �o�go 0.�=� � � � � V U��Q O � � LL.�.Z. Og�Qtrd az0r �Q��� mZ D ���W� ¢ ��w =ac�v�x c,a��a � z Q��ao �+���a ����a W U Li¢.. '� � 4 � W N � Q C7 Q ? 41 F- � a �i �j� a Z� pa � � !_ � � �o � � � � � � � � � 7 7 � � � � � � � � � � � � � a� oo�oo� Qo� o� d ������ ��� � � a U O Lvl U � + ♦ a + . a i � { t {. 4 h �! Y •;*;*: �Niv� ��oz z 'NIW ��az :�:*:*r I t4+•�* 'XVW 1�Z4 Z� .X'9'Y'I �Z� •r�+**} Z trtei+ ' diyVZ{ z� dW'di! *���°��' i �� + a x 6 h♦ t I 4 i ! sff*e 'J ! ♦ f 4 �ii�i*+ v ++f•i*� I 4�i*+� �'F+}4+* I f Y 4 ' �oo �oo��o����io��s.�������,�.......� � � i i i . . . . 'i �l � 'IVIW � � 'i � � '� � � � � � � � � � �a � a ��.-. v�� 3 � � e a� co a U m a L�.7 � [9 z � n 9 ¢ ^�I U � n: o ¢ W � N li. J +� �ry a �.- �Niw � 4 � ,a ��� lxJ � LJ P ��o �� � IA d . N�vx�ssoaa Fzcaz 0.��� �� � ��0� U ���� i � ��z �gV�� � �Q��; mQ U��W� � � ��V�� ����� � z o�>o� �� au�Q�� ao��a �?u�i a m � a U � D w U � '�'�•�* w ♦ ♦ + i r a • ♦ • + • .*. �... � ' *.'+r +++}ait T�4 } Y ; 4 i+ I ! • 3 4 R i i 4 1 Y ;l�+ i *i;*;*+ I � � Y O+f+ •*��s;i� Y T t Y 4 i i i ' f 4} f f i + f i Y 4 9 i 1 I ?'*i'�' ;*�*i~+ I 4 ♦ ! 8 4 J # 4 i f i i f h I � ¢ a� Y (7.� � v� � m� � U U �� i' z w � a a � �- o� a �� H � O J � J � � � a � ¢ � � z Z � ooaoa a0000 00000 oaoao 00000 ��y� aaaoo NVRi1S3Q3d 000ao oaaoo o Noil�3ai aaoao 00000 a � a � �3nval N'dI�1.I.S3Cl�d �0 Nou�aaia 'NIW pVZ � 4 � W 0 E9 LW) Q � � � [li 4� U Z a3 m � � U L� O U a ti Ei l U � � �� �� � O � ea000 a0000 oaooa 00000 aaoao oa000 dy�lda oa000 oa000 oaaao aoaoo oaaoa \ 'NIYV ��bZ w � a �� wa A �.. M 0 �P p i- 4 Z w a c� � K 7 U � � IrJ U Q � F R R � � a W � � J �X��v o ���ia o z i � � ��n �~�a� a z� � `'- r-� �-- a u� ``'a Z�}~� O C7 —VV1�J OIl1 az~7 ¢ U% Z V�(A �Na�w�� W ��WC?Q �� O=�O W F I-�- � �� f'i'.'v�iza�r � w��wc~.� �o ca�c�''�a m¢ z m�� �����wz � �6��� �a vFiad� c�i °" � '�' a� — � � � w c� w � a� cn � � �"�az��z a;i.�z�r���� z?i''� � a � w�c� ¢o��zzQ � N� aaO�Q Oz�� O w � � �� �^o��WZ o D��r`��U��a c���4 � � at � �p r � a � E� � l.l �Zv a a z �or�n� a k� � z a.�, �c> c���a��� a ��a Q��� ��zz a W r � �na zr�n�gmrWn� ��'z���¢Q�ir.i �r�� ? t° z a �� 3�c�i"��C�`°' m�¢za0wa�� o��p� v~i �'-' r } at' �3��L�_�,i_ wv1i vl � �c9�m VpW o ca.� p m � �z �C7�c���W Qwmwam az~ H�~ [� a v1 c�� �+- � z a ���� �m W� Jz� 0��� WU�� ��O W � Z� �j�~U��� oQN.-PW�V79�� �Z��O��W a ..�i 3roJ ���^Za�� �zw�°-W�Sar �=a�aw�r a � �~,r.i ¢�navioz� �"��a`''�,X��00 ���a�o�o cJi a a#-`'d z�`~-'cw.���(.�� Ud����Wmz� �¢ ¢r��� p a i--w F'�6�OF� j`L�ZW�Wra� �aW�U3dQ� W � U{..�pp p�����������l�ilN�a3a��LLra��a�� ri z W�Q Wazcn�zz���zW�za�`�`Z�F�Qu�.��aw�z� a �Na ��'�?�`�������z��r'''aa}��zcn�o�n�? �r, 3 �a� �����oacai�3�7an'oai,r�c~agww���ac�oW�a J�`r�'n�ur ���a¢w�c�o ��z�z���>-Nw�o�Za��a °°z��w �arz a�� oa �� r�s a � a �� �ea �Fzo�mo� mzJmm�orn� I n"a�.��ocn��� �riwz � W��~�@i-a-F��'z�UW�N`��aaa��c�i �"�mm ff�'_I/VW>U p��wa��WazdWUa�UZZ�c���co�'��¢�rzo=a-.� � Iil�la.Ud0.0WQ��i�iJ�QW�d��n�aw�aa"'a Wz� ��oaaai--a��moo�o���ao���a���.; N �; �rn�n z.= �i r�i d� ui ca r � co od eo � � U � � J O uI ¢ � Z Z � � � Z � KW �2 J �WT [n �O 4~ d�� UF-O mnW W^ —�� a =� U Q 1-- � X ���j � v0 li F U � � � � � � � U � � 7 Z � 4 w� �� U Z � M VY a� ZXa UYy ��3 Za� �� pOU Q�S ,SF� VJ U� ¢ Z ¢ ��jy f�lf W� �p� Q � S — — — — z U � � �� aw �o �O - � V � �z ma � � � -"' � F� m o ¢ ¢ w pw �� � �a ¢m `�' � a � c�a ,,�, � o � �m a a � U N �� rt� � �� � �� �� � �� o m � �� � �e � �� �� � �� � � � � �I ' �, " I K da � m �� �� !,1 Y ab m � � U b a � w m �� � Oj � �� m �� � FU � L a,� xvYl .e ai 'Niry �1 .A� � �� �� ���� � �� - � � --ii�E � � , — i:=:I�Ci:=��;_.� -- " Y �_-,-�I�l� ����� �,�. � � `"_" � ' ��� ' m � e o � � �' x - m � z U � � � �e � � 00 a o � � N � g�d U t� O 4 YV 3t m m � ��b .i' � �� d � `� �' o ��� �� � � � �m ��� b� �u �a ��� �ry Y ��� � �� ��� � ��i� � ��� � ��a � � �� o. � E i �� � ,� ����, J � ��a Q 3 Q yZ O�� �� i S° O � � ia �� o *� �' o 0 �� a� �� # �S � � �m a �o �y d � 0 � � ~�.; � �� � I m �� s� �e a � U �� H S� oa F �' U � W a N� � � � � ��� � ��� � � �' �i q a � �� �� 5 ,�i 'r �l� � O � ClA K a � � 1 +� � ��� �a� o �� �-" f`�.1 �� �i d � �i a S °" o ¢ F � N F a � � � �� � r�` U �y ll,S m 'NI A �ci �� �� �� �� �o �� �.aa L���liIQ�4 LIST �►N� I�AP 2021 N4RTH RIVERSIDE RESURFACiNG PROJECT CITY PROJECT N�. 102877 � � � O � � C9 � C] Q u. � n � � � � � � � � �� d � � a � � 7 � � � � � � N O N � � � � � � � v � � m d � � � � 2 � � N w z �, � Q � � � g � LL � � � O � � � �G m {� N � O m Q c-I � n � w 0 � � 5 � z Capyrighf26tiCAyofFORWMh.U�su�horfzsd�eprfl��c9lonis�avl�ffonofeppliceblelews.77i1sprnductlslorinformaGonpurposeaandmaynafAaveSeenSreparedlarorLe8++1tab1ePorlegel,englneeHng,araurveyingpurpoear. ijgt8:9/21/i�21J !1 does no1 rep�eenf en on-Iheymund survey and representa oMyfhe eppmximete refaflva locelroe olpropertydo�qdBnea, 7he'C'!y al Fad Worih essumes nofBBpa'ISf6Allyld� Iha eccuracy ofsatd dafa. R�orth �.id�r��id� �� (��0` S of �lary ��e n NlIVV ���h St), ��N '� 0��71