Loading...
HomeMy WebLinkAboutContract 55144���� � �����l.�i�Y �4,lrt' ",'��'-•i,.F'.'��Y �� ti. '+.f�! c' ��{� iw.: � s;.�' ��,� �._. - `---.,.._ .. ��������� PROJECT MANUAL FOR THE COI�STRUCTION OF �Q�O CONCRETE RESTORATIOIlT CONTRACT � AT VARIOUS LOCATIONS City Project No.1Q2b96 Betsy Price David Cooke Mayor City Manager William Johnson Director, Transpartatzon and Public Works Department Pxepared for Th� City af Fort Wvxth TRA�TSPORTATION All�D PUSLIC WORKS 2020 ���V - � Y[}FFOHi" C�TY S�CREFk�,t �� �����i��� �s����� �u`� �� �a3��'��� ��h �`!N� V �� �99 OOOOOD-1 TABLE OF CONTENTS Page 1 of 2 2 3 4 5 6 7 8 9 10 ll 12 13 14 15 16 17 i8 19 20 21 22 23 24 25 26 27 2$ 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 � 45 46 47 48 49 SECTION 00 00 00 TABLE OF CONTENTS Division OQ - Genera� Conditions 00 OS k0 Mayor and Counczl Communicatian 00 OS 15 Addenda 00 11 13 Inr�itation io Bidders fl0 21 13 Instructions to Bidders OQ 32 15 Construction Project Schedule OQ 32 15.1 Const�uction Project Schedule-Baseline Example 00 32 15.2 Construction Project Schedule-Progress Example DO 32 15.3 Construction Froject Schedule-Frogress Narrative 00 32 15.4 Construct�on Project Schedule-Submittal Process 00 35 13 Conflzct of Interest Affidavit flQ 41 00 Bid Form 00 42 43 �'roposal Fozm Unit Przce 00 43 13 Bid Bond 00 43 37 Vendor Compliance to State Law Nonresident Bidder 00 45 12 Pre-Quali�cation State�nent 00 45 26 Contractor Compliance with Workers' Compensation Law 00 �S �0 Minority Business Enterprise Goal DO 52 43 Agreement 00 61 13 Performance Bond DO 6� 14 Payment Bond 00 61 19 Maintenance Bond 00 61 25 Cextificate of �nsuxance 00 72 00 GeneraI Candi�ions 00 73 00 Supplementary Conditions Dxv�szon 0� - General Requirements OI 11 00 Summary of Work 01 25 Oa Substitutian Procedures 01 31 19 Freconstruction Meeting O1 31 20 Project Meeiings O1 32 33 Preconstruciion Video O1 �3 QO Submittals 0� 35 13 Special Praject Proeedures Ol 45 23 Test�ng and Inspection Services ax so oa Ternpor�.ry �'acilities and Contro�s 01 55 26 5treet Use Permit and Modifications to Traffic Control Oi 57 13 Storm Water PolIution Prevention Plan 01 58 13 Temporary Project Signage O 1 6fl a0 Froduct Requirement DI 70 00 Mobilization and Remobilizataon Ql 71 23 Construction StaZcing ax�d Survey 01 71 23.16.fl1 Aitachment A-Suz-vey Staking Standards O1 74 23 Cl�aniing OJ. 77 19 Closeout Requirements 01 7$ 23 Operation and Maintenance Data 01 78 39 Project Record Documents C1TY OFFORT WORTH 3'i"ANl]ARD CONS'I'RUC'I'IOIV SP�CIFJCATiON DpGUMEI�TS Revised November 22, 2013 2020 CONCRETE RESTORATION COIVTRACT 4 City Projecc No. 1 D2169b 00 00 00 - z i'ABLE OF COIVTSNTS Page 2 of 2 i 2 3 4 5 6 7 8 9 IO I1 12 13 14 rs is ].7 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 �44 45 46 Technical Specificatians which have �een modi�ed by the Engineer specifically for this Project; hard copies are incladed in the Project's Contract Documents Division 31 - Earthwork 31 23 16 Unclassified Excavations Division 32 - Exterior Imprnvements 32 11 23 FlexibTe Base Courses 32 13 I3 Concrete Yaving 32 I3 20 Concrete Sidewalks Driveways and Barrier Free Ramps 32 I3 73 Concrete Paving 7oint Sealants 32 91 19 Topsoil Placement and Finishing of Parkways Di�ision 33 — Utilities 33 05 14 Adjusting Manholes, Inlets, Valve Boxes, and Other Structures to Grade Division 34 - Transpartation 34 71 13 Traffic Controi �pecial Specification 49 99 00 Geogrid, Tensar TriAX 1�0-�75 Technical Specifications listed below are included for this Project by reference and can be viewed/downloaded from the City's website at: hti�:/lfortworthtexas. �av/cnwlcontractorsl Division 02 - Existing Conditions �2 41 13 Selective Site Demolition fl2 4i 15 Paving Removal Division 32 — Exterior �xnpxovements 32 17 23 Pavement Markings 32 17 25 Curb Address Painting 32 92 13 Hydro mulching, Seeding and Sadding Division 33 — Utilities 33 OS J 0 Uii�iiy Trench Excava�ion, Embedment, and Backfill Appendzx GG6.06.D GC-6.07 GN -1.� sD -i.a FQ -i.a PM -1.4 Minority and Women Ovvned Business Enterprise Compliance Wage Rates General Notes Standard Construction Details Froject Quantity Project Map �7 �ND OF SECTION CITY OF hOR'1' WdK'1'H STANDARD CONSTl2UC'I'IO�T SPEC�ICA'I'ION T�OCUM�:iV'fS 12evised November 22, 2013 202Q CONCRSTE �ESTDI2A'1'I�1V CONT12AC1' 4 City Project No. 1021696 h7c�.C' l��;vi���r CITY ��U�l�IL �C'���1� I]A`T�: � ��11 Ql���� � �����h1�� "M&�; 'T.0- NO.: 0�27 �'a�� J c�f'? Ufnd�l ,IEe oF �I�e �i�y ui I��l 4+.�t5,i�,, ocx�s ��������}���� _��- ������ ��NCRET� I��� NA14�l�: F����F����1'Ifl�V C���1'�"F�A��` 4 ��D�: � T1�P�: C��ISE�VT �UEi�.f� #+�O Ff�A�INC: �{J�J���: (Al.l�j Aur�vr€�e Fx�cu#�or� af a�nrstr�ct wilFr tilV�sthil� C;ons�rucl�an anc_, in �he Am�ur�i of ��f,'E89,797_OQ for �#]�� ��n�rete T�es�ar�ti�n Can�raci -0 at V,�ri�us �aCati�ns Rf�C�fiA�U4�1�iDATI�N; E� iS �"ee�[x�s��l��d��f t�e� !he ��ty ��t�e��.fl �uth�r�ze exeruti�� of 2r �0�1#��ct with 4�Vesth�ll ��r�s�r�c#ipr� fr�c., Jn �he amo�r�t c�i ��1,�189,797_�� for �0�� Concret� �estoratian �r�rwir�ci �i prajec� {CEiy Project h��, ������} at �+ariau� ��cat�orEs�, DIS��J�SIOIV�: �rM t.hc� ��sr;al Y�ar �Q�O �ay.��o ���t���ci �tfe�i Ni�inte���rtce �ra�r��n, var�nus ty��s o� sir�c�i rr�,�irstenr�tr�;a �+r� gr�uped ir�k� spe�ifi� cs�n�rftct �ack�ges, 1'�i� 2��p �anc�el� �es�at�aElan {��rr�tra�t � �f€��+i�es �or t#�e eepalr ar�d a�ec�n�teucti�n o� faF��d c�r�creie ps�+errxeni at twen�y eGg�� lac�#E��� li�t�ci �n !h� sir��l G�sl �ii��l�rric��n� ��Gly Prb�c�cf !�l�. ����69��. C�t�siRu�tic�n ��r U��s pra�ect �s r�kpe���� to starl in early �R��I �rtirl tca x}�, ��xr��l�i�d Ery starx�rr��r ��2�1. U�otr c,�ar��Eelioar �f 115� ��roj��:k lftiere will b� R3❑ �nkic���#ed lm��ct �e� R[�e Gen��a� F�ind �pe��Rf��g E��i��eE_ TI'w�s pra���:E w�s advcrki��d fc�r �id or� J�rly �3, �0�0. �ir�d July 3�, �02�, ir� the �or1 lNo�[�t 5tar- 7�r����r�rr�. c]��w l�ug�s[ ��, ����, lh� ialfc�ww�rc� �sic�� v��re r�ceiveci � Bt��ers � A�rrount UV��t�i[l �anstruct�aGi, 1 r�c, � ��1 _ 1�5�, 7�J7.�0 �i�kou Inc �1.�7�,83�_�0 kClu�� �ortstr�c#ior� $�,���,L��7 �.{� F#��i-�I �oe�st���trae� ��,�54,3�0.0� Lfrbarr �n#r��orrstru��i�n, LL� �� ,�4C�-� ,�7�, 00 ri ,� Ti-�ack��n�rate Inc_ $�r�4�,�2�.�0 M 1�V ��nel T�cl7 $�,5�8,Q��.00 ��y�� �f��,p � ���,��a,��i�_o� K�n�•D� �or�tr��tin� �7 ,�3��, ��0. Q� 1+Ac���i�don �oristruction � ��,4�7,�08.�0 MIW�E OFFI�F —�l�les#hi�l Conslru�.lirsr�, lrEc. �s in r:�mpll�r��� wii��r iir� ���y's 6D� Or[�in�r��� �y c��r��n�IRlin� l0 141"f� A+1F�F ���il�i���iEoa� n�� Ih�is prc�j�[�t, �'I7e C: ily's f�h[3� ��1�1 �)�1 1h�S j�rrrr�C� �3 1�1"la, Tl�e �Jty r�serves the rag�l t� inc��2se ar �ecr�ra�� quanti�ies of Fr�divid�al �ay if�ms wi�hin the conir�cl p��vic€c�cf l���a� �hr� Er�t�l c�r�ir�ci ����7ourwl re�n��ns vuitYMin pl��� or rrMlnus �5�9�� of iFrd c;�or�t�act ativ�rd_ TF�is proj�cl Es �o�ated �r� ALL ��i1���L D�STT�I�T�_ �Ia�AL I1V��RIU�ATIQhfl�EftTI�ICATIOF�; Tiie Director of �F�iance ��rtlfies ihaf fuh�s are avalEa�le rn #he curraa�i ca�ita! �u�ge#, as �revio�sly htt��:IlHf��iti.t.�'�vlZ�i_[rr�,{�nu��cilJ��c€:et{rr�c_re������.asj�'�1��='�8��1Csc4ccc��incilclK�ie=11�IC1f?�}�?a] I I!! �'S�.�tl-_>il ��r5'ci' ltevickv i'�,ge � n f` t a��ropriated, In thc ��r�ara� Cr���it�l F�r��ects ��ind For tl��: 2��4 CI� �`.�an�r�ci 4���nj�r:,a #c� s����part iii� �p�fa�+al ofi thc ��o�+o r��:�rr�rnenc�a�io� anrJ ex�c��tr�� o� li�� �nn�e�ct, F'ri�r tn a��y �xt����rlr�aaoe heir�g ir�curr�d, ����'rrar3����+r������ arrd F'�,�il�c W��ks Uepartm�r�t ha� the r�sp�r�si��l1ty t� �+�li���te tha �ua�I�biGty n� f���s. TO ��r�� i�epa�t.�n+��t A��aunl Prvje�# Program � A�tivit� � 8�,dg�+t � Roi�r�nca # � ArrGaur�l ! �D �� 1Cear _���,afFfi��d_��._ .. FROM _ .._.-------------. . ...._..--- --�-- � � - , Ful�d O�p�rttzs�nk Acc�unt Praject �rrrgram Activrty ���a�gel I Refierer��:� �� A��r�v�anl ID _.. ID . , Year a�Cl�arf�eld 2� ^�ubmitted for �4#V Marraqer's Df#ice .b.y,: �rigatr�tir�� �epat#flzent �i�ad4 �dditional Infor�x�at�ort �o�#aa#: Dana �urghdaf# ��{i�8) V�flliam Johns4e� (780"[) Jeffrey Pe�rig� (�rtrt7j ATTA�HIh��NT� 5����� �IS7 A�if� �fAP_qdf h�tE�;l1��-r��,clwne[.nr�lcc��ncil pac�celln�c�feviev�,��p'?IU=�R3�}6�c�e�e�<;ik�l�l�-� �II�J'?3Y��J l Ill lr`�,�,f17i1 ��7'� t�l{ 1{'ili�T V►+[]f�'i'H TI�A���`E}i�T�i�'E(}N r�IVT1 �'��'731.��' 1�4F{�.l�t{� A�}DLI�,'1]L'�49 N�}. 1 I's, f��e �p�citcalions ��n�3 (=�ntr�ct L�o4;umcnts t��r �0�[F Co�ic�•e�e itecrnr�ckr�,� C+����r�c� � C{TY PT�Cf.1T�'I` �`Cl.: 10�69�4 A�I[E�r�diim iVo. ]�ssucii: A��gusl 13, 2U�1� i'ros��ec[��e �3�dders are liere�r�+ riaxtitt�d ��t' ifle (�O� �+)}YZTI�* i'eV181t)11= ��C'TI(lh �1� y � :�:i lNVI7"A'i'f�:� T'C1 �rll1�L�lt�: Tiie l�iil� �i}�' t1i4, cc��s[r;�t:[i<>n ot' f'.�1".[] i:DI�lC'1�'�'� f�ES'3`C3k�'1'I��� ���N']'I�AC"�" �, C'.��}� �'r�jc c� !Jo_ E{MZ.Ca{J6 ��riiE l�e� rec�ivc;i fay L�te �`ity s>t'�[�1'[ ��t:F�'ll7 T'u�'c:lY�sii��; (�f'�4;�: �ui;il I;3s) �',�. �,�T, Tr��i��d�y, A,M���.�I. 27. ��12U as fur�l�c�� r��s�rib�.d belo�v_ �,�l.y of��ori 1�V�srti� f �Ir��lE1�1t1� �1ViSiL1Cl '{��r'T'c�xas *�'ir�ei �'��k�E V���rtai, Te��Ms 7fr1�1�. F�icks �vril ]�c� acce��i�:�€ �,�; !, fJS M�ii� ai ti�� adc3r�ss airo��e. �, �3� �4���rier. T�ciE� ax�� f:a�rc� cicl��re�ry fi-+.�rh �:3i)- I;�R) on -i.-hur�c3;a}�� cmly .it �hc �t��Gltz Entii f.oia�ay at' f':ly �-�t��l ft�c�rea �� ?oo �rexas ��rec�, Fc�» W��rEh, T�aaas 7fs l I}�_ �. C'urt:E�;�ssi�g 1���+ari�n�st� �l;��f �a�r��ri� wifl bv �iv�ail:�l�le ��, :��.c;��l �lte ��i{Q :i���I ��r{,.�is�� :G �ir�t� stfai��p�cj rz��i�t: nr �i, !F 1l��, ���des desir�s ln s�a;�mit r11� �l{J {}ll �C {�?]� {73" �llll� {]LEl��' C}1�Cli iEl� L{�Sl��ilii��i.� i'�llli'�{�F��, tl�e E�i�€der�����,�� cs���tact t��e.P�rc�4as€ng l�e��nr���ren� �G��rirrg nanrrai �wr��r�in�; hnu�:�.�t 817- 35��-2�Ci� l� iutke �n {rt}�p�+i�tr�ient to €�ieei a� F°lEl"��1Ff51I1�" �l',#1FE311��1� E3i1R�0�'�� fl� t}l� �{}Llt�l E:��r�r� 1,{���l�y c�f Ciiy ��::]] luc,at�4i F�t ?{}0 �T'cxns Sir�c:�, f ur� 1�4fc�ft��. T�x��s !(��i, �h�:re iEtc �icl�s} w�J I Ue �ec�`sv�,i an�l tin��rc��.te �t�i»a�ed as d�ir�v�. I�.icls wil] �rc �pe�cc� p��bJi�ly xtti� re�ci ��I+�uc� ;et �:U� I'I�� C�'!� in �lre �'��y �'csuF,cil Cha�nb�rs :�nr� t�rt�adc��t #lv�a�gfti �:v� sn�earrt and CI�1�U ��u��lic teE�visir�i� ����31c1� cai� b�. ac�e�s�d nt ��ttn;l{f�,rlw��it�4�xns^unv�f�vtvl, -I�']iu �����;ral �a�ia}li�; t�+i�l ric�l, b�: i�IC{tv,'C�L� 11! iCli' �,3I�+ C'1111i1C]I � �ti1SI1�YL'FS � ��E'il�{' i1C�CR{}lVi�{��� i2CL:1�}� C}'�f�114 �C{CL{CIkt�LlfIl �'/ 51�9i111� dli{� �I1SC1"C131�T 1I1iC3 �+UlLL" �JfO}JOSB� i.ft [�l� �iikG� c�f �]i�ic��t��,, rF�il����c ��k r�:t4�G�t� a sig���ii cs}p}� r,�i���� ��isicric��G��r ti�.zy l�c� �r���M�tei� F{��� r�;s�4i�:i-itG� iiac hirl as i�r��u•csp�nsiva. l�ecei�3t r'lciu�o��•l��g�s: � ��- ��'_�-. �,� �?� � I��: �c� ls��r� — - T�������. i����, i�RC�J�C:T �vI�1hi11{;F.�t CITY OF FORT WORTH TRANSPORTATION AND PUBLIC WORKS ADDENDUM NO. 1 To the Specifications and Contraci Documents for �D�O Concrete Restoration Contract 4 CITY PROJECT NO.: 1U2696 Addendum Na. 1 Issued: August 12, 2020 Praspeciive Bidders are hereby notified of the following revision: SECTION 00 1133 INVITATION TO BIDDERS: The bids for the construction af 2020 CONCRETE RESTORATION CONTRACT 4, City Project No. 102696 will be r�ceived by the City of Fort Worth Furchasing Office until 1:30 P.M. C�T, Thursday, August 2'7', 2020 as further desc:ribed belovc+: City of Fort Worth Purchasing Division 200 Te�as Street Fort Worth, Texas 76102 Bids wiIl be accepted by: 1. US Mail at the address above, 2. By courier, FedEx or hand delivery from 8:30-1:30 an Thursdays only at the South End Lobby of City Hail located at 200 Texas Street, Fari Wortl�, Texas 76102. A Purchasing Department staff person will be available to accept the bid and provide a time stamped receipt; or 3. If the bidder desires to submit the bid on a day ar iime ather than the designated Thursday, the bidder must contact the Purchasing Departmer�t dzu-ing normal working hours at S I7- 392-2462 to zxzake an appointment to meet a Purchasing Department employee at the South End Lobby of City Hall located at 2Q0 Texas Street, Fort Worth, Texas 761a2, where the bid{s) vvill be received and time/date stamped as above. Bids will be opened publicly and read aloud at 2:00 PM CST in the City Cauncil Chambers and broadcast through live stream and CFW public tele�rision which can be accessed ai httn://fortworthtexas.�ov/fwtv/. The generai public will not be allowed in the City Council Chambers. Please acknowledge receipt of #.�is addendum by signing and inserting into yaur proposal at the time of bidding. Failure io return a signed copy oi this addendum may be grounds %r rendering the bid as nanresponsive. Receipt Acknowledges: By: �-�-��. By: Ta�lg'LlG �s�awf TARIQUL ISLAM, PROIECT MANAGER OD7113 INVITATION TO BiDDER5 Page I of 3 SECTION 0011 13 INVITATION TO BIDDERS RECEIPT OF BIDS Due to the COVID 19 Emergency declared by the City of Fort Worth and untii the emergency declaration, as amended, is rescinded, sealed bids for the construction of 2020 CONCRETE RESTORATION CONTRACT 4, Ciry Project No. 102b96 will be received by the City of Fort Worth Puzchasing Office untzl 1:30 P.M. CST, Thursday, August 2fl, 2020 as further described below: City of ForE Worth Purchasing Division 20a Texas Street Fort Worth, Texas 76i02 Bids will be accepted by: 1. US Mail at the address above, 2. By courier, FedEx or hand delivery from 8:30-f :3� on Thursdays only at the South End Lobby o� Ciiy Hall Iocated ai 200 `i'exas S�reet, k'ort Woxth, T�xas 76102. A Parchasing Departrr�ent staff persan will be availab�e to accept the bid and provide a time stamped receipt; or 3. If the bidder desires to submit the bid on a day or [ime other than the designated Thnrsday, the bidder must contact the Purchasing Department c�uring normal working hours at 817-392-2462 to make an appointment to meet a Purchasing Department empIoyee at the South End Lobby of City Hall located at 200 Texas Street, Fort Worth, Texas 76102, wk�ere tS�e bid(s) will be recsiv�d and time/date staz�rzped as above. Eids will be opened publicly and read aloud at 2:00 PM CST in the City Council Chambers and broadcast through live stream and CFW public television w�ich can be accessed at http:Nfartwortht�xas.gov/fwtv/. The general public will not be allowed in the City Cauncil Chambers. In addition, in lieu of de�ivering completed MBE forms for the project to the Purchasing Office, bidd�rs shall e-mail th� coxrzplet�d MBE forx�rzs io the City Pzoj�ct Maziager no later than 2:00 p.m, on the second City business day after the bid opening date, exclusive of tlae bid ope�ing date. GENERAL DESCR�PTXON OF WORK The major vc+ork �s�vill consist of the (approximate} following: 12,270 S.Y. Remove Concrete and Rep2ace with 7" Concrete Pavement HES 1,500 C.Y. Flex Base 7,OQ0 S.Y Geogrid DOCUMENT EXAMINATIOIV AND PROCUREMENTS CITY OF EORT WORTH STANI�ARD CONSTRUC'I'IO1V SPECIFICATIOlV DOCiJNIENT' Temporarily Revised Apri] 6, 2020 due to COVID19 Emergency 2D20 CO]VCRETE �2ESTORAI'ZON CONTRACT 4 C1TY PR07ECT NO. 102696 00 ] 1 13 INVIl'A'I'ION 1'O BIDDERS Page Z of 3 The Bidding and Contract Documents may be examined or obtaineci on-line by visiting the City of Fort Worth's Purchasing Division website at htt�,:/lwww,fortworthtexa-.�uv/purc�iasin�/ and clicking on the link to the adv�rtised pzoject �alders on the City's eTectronic dacument management and collabora�ion system site. The Cantract Docr�ments may be da�vnloaded, viewed., and printed by interested contractors and/or suppliers. Copies of the Bidding and Contract Documents may be purchased from Nikki McLeroy, $17- 392-8363. City of r'ort Worth, TFW, 2Q0 Texas St., Fort Warth, TX 76102. The cost of Bidding az�d Contzact Docuznents is: $30.00 PREBID CONFERENCE A prebid conference may be held as discussed in Seciion 00 21 13 - INSTRUCTIONS TO BIDDERS at the following date, and time via a web conferencing appIication: DATE: Wednesday, August 5, 2020 TIME: 11.00 A.M. If a prebid con%rence will be held on�ix�e via a web conferencing application, invitations r�ill be distributed directly to those who have subznitted Expzessions of Interest in the project ta the City Proj�ct Manager and/oz tk�e Design Engineer. The presentation given at the prebid eonference and any questions and answers provided at the prebid conference will be issued as an Addendum to the call for bids. If a prebid conference is not being Y�eld, prospecCive 6iddexs can e-xnail questzons or comments in accardance with Sectaon 6 of ti�e Instzuctions to Bidders referenced abo�re to the projeet x�nanagez(s) at the e-mail addresses Iisted below. �mailed questions will suffice as "questions in writing" and the req�xirement to formally mail questions is suspended. If necessary, Addenda will be issued pursuant to the Instructions to Bidders. CITY'S RIGHT TO ACCEPT OR RE,TECT BIDS City reserves the right to waive irregularities and to accept or reject bids. AWARD City will award a contract ta the Bidder present�ng the lawest price, qua]ifications and competencies considered. TUNDING Any Cantract awarded under this INVITATION TD BIDDERS is expected to be funded from revenues generated fronn bonds, gra�ats etc. and zeserved by the City for the Projeet. INQUIRIES All inquiries relative to this procurement should be addressed to the following: All inquiries relative to this procurement should be addressed ta the �ollowing: Attn: Tariqul Islam, City oi Fort Worfih Email: tariqul.islam@fortworthtexas.�o� EXPRESS�ON OF YNTERS�ST Cl'fY Ok� FOT2"I' WOI2"I`H 2O20 CONCI2E`1'E ftES'1'OIiATION CONTRACT 4 STANDAAD COIVSTRUC'I'IdN SPEC1FiCATION DOCCIME1�iT' Temporarily Revised Apri16, 2020 due to COVIDl9 Emergcncy CiTY PROJECT 1V0. 102595 00 11 13 ]NVITATION TO BIDDERS Page 3 of 3 To ensure bzdders are kept up to date of az�y new infozix�atzon pertinent to this project or the COVID19 emergency declaration, as amended, as zt rnay relaie ta this pxoject, bidders az�e requested to email Expressions of Interest in this procurement to the City Project Manager. The email should include the bidder's company ntune, contact person, that individuals email address and phone number. All Addenda wiI1 be distributed directly to those who have expressed an interest in the procurement and will a�so be posted in the City of Fort Worth's purchasing website at http://fortworthtexas.gov/purchasing/ PLAN HOLDERS To ensure you are kept up to date o� any �ew inforzaaation pertiz�ez�t to this pzoject such as when an addenda is issued, download the Plan Holder Registratian form to your camputer, complete and email �t to the City Project Manager. The City Project Manager is responsible to upioad the Plans Holder Registration form to the Plan Holders folder in BIM36fl. MaiI yaur completed Plan Holder Registration form ta those Iisted in INQUIRIES above. ADVERTIS�M�NT DATES July 23, 202p July 30, 2020 END OF SECT[ON CTI'Y OF FORT WQRTH 2O2p CQNCRETE RESTQRATION CONTRAC'I' 4 STANDAILD CONSTI2UCTTON SP�CII�TCA'T'ION 170CT]MEN1 Temporarily Revised Apri3 6, 202D due co COVIE�14 Emergency CTPY PROJECT NO. I02696 oaai �3 mrs�zucTTor�s To �mnFxs Yage 1 of 9 SECTION OQ �,1 13 INSTRUCTTONS TO BIDDERS 1. De�ned Terrns 1.1. Terms used in these INSTRUCTIONS TO BIDD�RS, which are defined in Section 00 72 OD - GENERA.L CONDITIONS. 1.2. Certain additional terms used in these INSTRUCTIONS T4 BIDD�RS have the meanings indicated below �hich are appIicable to both the singular and plural thereof. I.2.1. Bidder: Any person, firm, partnersi�ip, company, association, or corporation acting direc tly thraugh a duly authorized representati�+e, submitting a bid for performing the work contemplated under the Contract Documents. 1.2.2. Nonresident Bidder: Any person, firm, partnership, company, association, or corporation acting directly through a duly auiharized representative, subxnitting a bid for per%rnung the work contemplated under tfie Contract Documents whose principal place of business is not in the State of Texas. I.2.3. Successfizl Bidder: The lowest responsible and responsive Bidder to wl�om City (on the basis of City's evaluation as hereinafter provided) makes an award. 2. Copies of Bidding Documents 2,1, NeiEher City nor Engineer shall assume any responsibility for errors or misinterpretations resulting from the Bidders use of incomplete sets af Bidding Documents. 2.2. City and Engineer in malcing copies of Bidding Documents available da so only for the purpose of obtaining Bids %r the Work and cio not authorize or confer a license or grant for any other use. 3. Prequali�cation of Bidders (Prime Contractars and Subcontractors) OMITTED 4. Examination of Sidding and Contract Docvments, �ther Related Data, and Site 4.1. Beiore submitting a Bid, each Bidder shall: 4,1,1. �xamine and carefully study the Contract Documenis and other related data identified in the Bidding Documents (including "technical data° referred to in Paragraph 4.2. below). No information given by City or any representative of the City other than thaE contained in the Contract Documents and officially promulgated addenda thereto, shall be binding upon the City. 4.1.2. Visit the site to become �amiliar with and saCisiy Bidder as to Che general, local and sit� condiiions t�at naay affect cost, pzogzess, pez-�ozzx�ance oz fuzxzishing of �iae Wark. C1TY OF FORT WORTIi 2D2D CONCI2�TB 12�51 �KA'PION CONTRACl' 4 S'I'ANDA.R]] CONSTRUC'�'IOI�1 SPk:CTPICA,'I'[�N AdCUMEN'I' Temporarily Revised Aprii 24, 2020 due to COVllJ14 N;mergency Cl'1'Y YROJ�CP NO. 102696 OD 21 13 INS"FRiJCTIONS TO BIDDL�RS Page 2 of 9 4.1.3. Consid�r federal, state and iocal Laws and lZegulations that may af%ct cost, progress, pez-formance oz� fuznishing of the Work. 4. L4. OMITTED 4.1.5. Study all: (i) reports of explorations and tests af subsurface conditions at or contiguous to the Site and all drawings of physical conditions relating to existing surface or subsurface structures at the Site (except Und�rground Facilities) that have been identified in the Contract Documents as containing reliable "technical data" and (ii) reports and drawings of Hazardous Environmental Conditions, if any, at the Site that hav� been identified in the Contract Documents as conCaining reliabXe "technical daia." 4, f.6. Be advised that the Contract Documents on file with the City shall constitute aII of tfie information which the City will furnis�a. All additiQnal information and data which the City will supply aiter prom�Igation of the formal Ca�tract Documents shall be issued in the form of written addenda and shalI become part of the Contract Documents just as though such addenda were actually written into the origmal Contract Documents. No information given by the City other than that contained in the Contract Documents and officially promulgated addenda thereto, shaIl be binding upon the City. 4.1.7. Perform independent research, invesCigations, tests, borings, and such other means as may be necessary to gai� a cozzzplet� know�edge of the conditaox�s which will be encountered during the constr�ction of the project. On request, City may provide each Bidder access to the site to conduct such examinations, �nvestigations, explorations, tests and studies as each Bidder deems necessary for submission of a Bid. Bidder must �11 all holes and clean up and restore the site ta its former conditions upon comple�ion af such explorations, investigations, tests and studies. 4.1.8. Determine the difficulties of the Work and ail attending eircumstances affecting the cost of doing the Wozk, tiznie requzred for its co�npletion, and obiaix� all infozzx�ation required to mal�e a proposal. Bidders ShaIl rely exclusively a�d sole�y up�n their own estimates, investigation, research, tesEs, explorations, and other data which are necessary for full and complete information upo� which the proposal is to be based. It is understood that the submission of a proposal is prima-facie evidence that the Bidder has made the investigation, examinations and tests h�rein required. Claims for additionai compensation due to variations between conditions actually encountered in construction and as indicated in the Contract Documents will not be allowed. 4.1.9. Promptly notafy City of all conflicts, enrors, ambiguitaes or discrepancies in or batween the Contraci Documenis afld such other reiated docunraents. Tk�e Conhactor sha�� not take advantage of any gross erz-oz or omission in the Coniract Dacumex�is, and the City shall be permitted to malce sucfi corrections ar interpretations as rnay be deemed necessary for fulfillment of the intent of the Contract Documents. 4.2. Reference is made to 5ec�ion 00 73 00 — Supplementary Conditions for identification of: CTI'Y OF FORT WORTH 2O20 CONCRETE RESTORATION CONTRACI` 4 STANDARA COIVS"['RUCT[ON SPECIFICATION DOCUMF�IT "1'emporarily Ttevised Apri124, 2020 duc to COVIAI9 Emergency CI'I'Y PAOJ�C'I' NO. 102696 00 21 13 ll�lS'1'12UC1IOI�iS'1'O B1QllERS Fage 3 of 9 4.2.1. those zepoxts of explorations and tests of subsuriace conditions at or con�iguous to the site which have been utilized by City in preparation of the Contzact Documents. The iogs of Soil Borings, if any, on the plans are for general infarmat�on only. Neither the City nar the Engineer guarantee that the data shown is representative of conditions which actually exist. 4.2.2. tl�os� dz�awings of pk�ysical conditions zn or relating to existing swrface and subsuz-face stzuctuxes (except Underground Facilities) which are at ox contiguous io the site t�at have been utilized by City in preparatian of the Contract Documents, 4-.2.3. copies of such reparts and drawings will be made available by City to any Bidder on request. Those reports and drawings may not be part of the Cantract Documents, but the "technical data" contained therein upon which Bidder is entitled to rely as provided in Faragraph 4.Q2. of the General Conditions has been identified and established in Faragraph SC 4.02 of the Supplementary Conditions. Bidder is responsible %r any interpretation or conclusion drawn From any "technical data" or any otk��x data, i�tezpxetations, opanio�as or ixxformation. 4.3. The submission of a Bid vvill constitute an incaniro�vertible representation by Bidder {i} that Bidder has complied �,vith every requirement of Yhis Paragraph 4, (ii) that without exception th� Bid is premised upon performing and furnishing the Work required by the Contract Documents and applying the specific means, methods, techniques, sequences or procedures of construction (if any) that may be shown or indicated or expressly required by the Contzact Documents, (iiz) that Bidder has given Ciry written notice of aII conflicts, errars, ambiguities and discrepancies in the Coni�'act Documents and the written resolutions thereof by City are acceptable to Bidder, and when said conflicLs, etc., have not been resol�ed through the interpretations hy City as described in Paragraph 6., and (iv) that the Cantract Documents are generally suf�cient to indicate and convey understanding of all ter�ns and condi�ions for performing and furnishing the W ork. 4.4, The pravisians of this Paragraph 4, inclusive, do nat appIy ta Asbestos, PolychTorinated bip�enyls {�'CBs}, Petroieu�n, Hazardous WasLe or Radiaacti�ve Material co�vered by Paragraph A.06. of the General Conditions, unless specifically identified in the Contraci Documents. 5. Availability of Lands for Wark, Ftc. S.l . Th� lands upon whic�a tlae Wozk is to be pezfozz�aed, �g�ts-of-way ax�d �as�z�r�ents foz� access thereto and other lands designated for use by Contractar in performing the Work are identified in the Contract Documents_ All additional Iands and access thereto required for temporary construc�ion facilities, construction eqr�ipment or storage of materials and equipment to be incorporated in the Work are to be obtained and paid for by Contractor. Easements for permanent structures ar permanent changes in existing facilities are to be obtained and paid far by City unless otherwise provided in the Contract Documents. C1TY OR RORT WQRTH 2t120 CONCItETE RESTQRATIQN CpNTRACT A STAIVDARll CO1�I5'1'RTJCPION S�'EC1f�1CA'i'TON llOC� M�I�`1' Temporarily Revised April 24, 202� due to COVIDI9 Emergency CiTY PRQ]E.CT i�TO. 102696 002I 13 INSTRUCTIONS TU BIDDERS Page 4 of 9 5.2. Outstanding right-of way, easements, and/or permits to be acquired by the City are listed in Paragraph SC 4.01 of t�e Supplementary CondiCions. In the event Che necessary righi- of way, easements, and/or permiis are not obtained, the City reserves the righi to cancel the award of contract at any time before the Bidder be�ins any construcEion work on the project. 5.3. The Bidder shall be prepared to cornmence construction without all executed right-of- way, easements, and/or permits, and shall submit a schedule to the City of how construction will proceed in the other areas of the project that do not require permits andlor easements. 6. Interpretations and Addenda 6.1. All questia�as aboui the meanzng oz zntent of tk�e Bidding Documents are ta be d'zz�cted io City in writzng on or bafore 2 p.rx�., the Monday prior to the Bid opening. Questaons zeceived after this day rnay nat i�e responded ta Intezpzetatzons or claz�£�cations considered necessary by City in response to such questians will be issned by Addenda c[elivered to alI parties recorded by City as having received the Bidding Documents. Only quesrions answered by formal written Addenda will be binding. Oral and other interpretations or clarifications will be without legal effect. Address quest�ons to: Ciiy of Fort Worth 200 `�'exas Sizeet Fort Warth, TX 76102 Attn: Tariqr� Tslam, Transportation and Public Worlcs Fax: 817-392-7959 Email: tariqul.islam@fortworthtexas.gov , Phone: 817-392-2486 6.2. Addenda may also be issued to modify the Bidding Documents as deemed advisable by City. 6.3. Adde�da or clarifications may be posied via the City's electronic dacument management and collabaration systern at httqs:��docs.b36ti.autodesk.cam/shares�a29cecd3-b45a- 4c93-bf96-4116e835c849 6.4. A prebid conference may be held at th� tim� and place indicated in t1�e Advertisezn�nt or INVTT'ATION TO BIDDERS. Representaiives af City will be pzesez�t to discuss the Pzoject. Bidders are encouraged to attend and participate in the canference. City wiIl tzansznit to all prospective Bidders of record such Addenda as City cansiders necessary in response to questions arising at the conference. Oral statements may not be relied upon and will not be binding or legally effective. 7. Bid Security 7.1. Each Bid must be accoxnpanied by Bid Bond made payable to City in an amount of five {5} percent of Bidder's maximum Bid price on form attached, issued by a surety meeting the requirements ofPa�ragzaphs 5.01 of tk�e General Conditions. CITY OF FORT WQRTH 2O2D CONCRLTE RESTORATION CON'PRACT 4 S1'ANIJARD CONS`I'I2UCTION SPECIFICA'I'ION DpCUMENT TemQorarily Revised Apri124, 2D20 due ko CO'VID19 Emergency CTTY PR07EC'I' 1+10. 102696 00 21 13 INSTRUCTIOI+IS Tp BIDDERS Page 5 af 9 7.2. The Bid Bond of all Bidders will be retained until the conditions af the Notice of Award have been satisfied. If the Successful Biddez fails to �xecute and deliver the complete Agreement within 1Q days after the Notice of Award, City may consider Bidder to be zn default, rescind the Notice of Award, and the BicE Bond of that Bidder will be forfeited. Such forfeiture shall be City's exclusive remedy if Bidder defaults. The Bid Bond of all other Bidders whom City believes to have a reasonable chance of receiving the award will be zetained by City uz�tzl final contract executian. 8. Cantract Tirnes The number of days within which, or the dates by which, Milestones are to be achieved in accordance with the General Requirements and the Work is to be completed and ready for Final Acceptance is set forth in the Agreement or incorporated therein by reference to the attached Bid Form. 9. Liquidated Damages Provisions for liquidated damages are set farth in the Agreement. 10. Substitute and "Or-Eq�al" Items The Contraet, if awarded, will be an Yhe basis of materials and equipment desczibed �� tk�e Bidding Documents vvithout consideration of possibTe substitute or "oz�-equal" iiezns. Whenever it is indicated or specified in the Bidding Documents that a"substitute" or "or� equal" item of material ar equipment may be furnished or used by ConYractar if acceptable to City, appiication for such acceptance will not be considered by City until after the Effective Dat� of t.he Agreement. The procedure �or submission of any such application by Coniractor and consideratian by City is set forth in Paragraphs 6.�5A., 6.05�3. and 6.OSC. of the General Conditions and is supplerne�ted in Section Ol 25 00 of the General Requirements. ll. Subcontractors, Suppliers and Others 11.1. In accordance with the City's Business Diversity Enterprise Ordinance No. 20020- 12-20I1 {as azr�ended), the Ciry has goals for the participation of minority business andlar small business enterprises in City conbracts. A copy of the Ordinance can be obtained from the �ffiee of the City Secretary. The Bidder shall submit the MBE and SBE Utilization Form, SubcontractorlSupplier Utilization Form, Prime Cnntractor Waiver Form and/or Good Faith Effort Form with documenta�ion and/or roint Venture Farm as appropriate. The Forms including .documentation must be received by the City no later than 2:00 P.M. CST, on the second business day aft�r the bid opening date. The Bidder shall obtain a receipt from the City as evidence the documentataon was rec�iv�d. Failure to comply shall render the bid as non- responsive, 11.2. No Contractor shall be required to employ any Subcontractor, Suppliez, othez� p�zson or organization against whom Cont�actor has reasonable objecTion. 1�. Bid Form 12, l, T�ae Bid Forzx� is included wiih the Bidding Documents; additional copies may be abtained fram the City. C1TY OF FORT WpRTH 2O20 CONCl2�1"E Tt�,S'i'OT2A1'lON CON'PRACT 4 STANllAl2D CONSTRC:CTfON SPEC1FiCATLOIV DOCUMEriIT Temporarily Revised Apri124, 2020 due to COVIDI9 Smergency CITY YROJEC`1' NO. 102696 00 21 13 1NSTRUCTIONS'f'O BIDDERS Page 6 of 9 12.2. All blanks on the Bid Form must be completed by printing in ink and the Bid Form signed in ink. Erasures or alterations shall be initialed in ink by the person signing the Bid Form. A Bid price shall be indicaCed For each Bid iCem, alternative, and unit price item lisCed therein. �i� ihe case of optaonal alteznatives, t�e wozds "No Bid," "No Change," or "Not Applicable" may be entered. Bidder shalJ. state the prices, written in ink in both wozds ax�d numerals, foz which tk�e Bidder pzoposes ta do the wozk cantez�r�plaied or furnish materials required. All priees shall be vvritten legibly. In case of discrepancy between price in vvritten words ar�d the priee in written r�umerals, the priee in written vvords shall govern. 123. Bids by corporations shall be executed in the corporate name by the president or a vice-president or other carporate off cer accompanied by evidence of authority to sign. The corporate seal shaIl be affixed. The corporate address and state oi incorporation shall be shown below the signature. 12.4. Bids by partnerships shall be executed in the parinership narne and sigz�ed by a partner, whose title must appear under the signatuze accompanied by evidenee of authorzry to sig�r�. The official address of the partnership shall be shawn below the szgxzature. 12.5. Bids by Iimited liabiliry companies shall be executed in the name of the �rm by a mernber and acco�npanied by evidence of authoriry to sign. The state of formation of the �rm and the official address of the firm shall be shown. 12.6. Bids by individuais shall show the Bidder's nanne and official address. 12.7. Bids by joint ventures shai� be executed by each joint venture in the manner indieated on the Bid Fozm. The official address of the jaint venture shatl be shown. 12.$. AlI names shall be typed or printed in ink below the signature. I2.9. The Bid shall contain an acknowledgement of receipt oi all Addenda, the numbexs of which shall be f lled in on the Bid Form. 12.10. Fostal and e-mail addresses a�d telephone number for communicatia�s regarding the Bid shall be shown. Z2.11. Evide�ace of autharity to conduct business as a Nonresident Bidder in the state of Texas shall be provided in accordance with Section 00 43 37 — Vendor Compliance to 5tate Law Non Resident Bidder. 13. Subn�ission o� Bids Bids shall be submitted on the prescribed Bid Form, provicled with the Bidding Docuxne�ats, at the time and place indicated in the AdvertisemenC or INVITATION TO BIDDERS, addressed to Purchasing Manager oi ihe Ciiy, and shaJl be e�closed in an apaque sealed envelope, marked with the City �roject Number, Project title, the name and address of Bidder, and accozaapanied by the Bid secu�r�ty and other required documents. If the Bid is sent through the znail ar ather delivery system, the sealed envelope shall be enclosed in a separate envelope with the notatipn "BID ENCLQSED" on the face of it. CTT'Y OP P012'T'WORTH 2O20 CONCRETE RESTORATION CON'1'RACT 4 STANDARD CONSTRUCTION SPECiFICATTOIV ]70Ci1MENT lemporarily Re�ised Apri124, 2020 due to COVIDl9 Emergency CI'I'X PAOJ�?CT NO. 1 D2G96 00 21 13 �rrs�rauc�rzo�rs xo :e�n�xs Page 7 of 9 14. Modi�cation and Withdrawal of Bids 14.I. Bids addressed to the Purchasing Manager and filed witk� the Purchasing Oiiice cannot be withdrawn prior to the ti�ne seY for bid opening. A request for witl�drawal must be made in writing by an apprapriate document duly executed in the znannez� that a Bid must be executed and delivered to the place where Bids are to be submitted at any time prior to the opening of Bids. After all Bids not requested for withdrawal are opened and publicly read aloud, the Bids for which a withdrawal request has been properly filed may, at th� optiox� of th� City, be zeturned unopened. 1�.2. Bidders may modify their Bid by electronic communication at any tirne prior to the time set for the closing of Bid receipt. 15. Opening af Bids Bids will be opened and read aloud publicly at the place where Bids are to be submitted. An abstract of the amounts of the base Bids and major alternates {if any) will be made a�ai�abie to Bidders after the oper�ng o� Bids. l6. Sicl�s to Remain Subject to Acceptance All Bids will remain subject to acceptance for the tzme peziod specified for Notice ot� Award and execution and delivery af a camplete Agreement by SuccessfuT Bidder. City xnay, at City's sole discretion, re�ease any Bid and nullify the Bid security prior to that date. 1'�. Evaluation of Bids and Award of Contract 17.1. City resezves the zzg�at to z�ject any or all Bids, including without limitation the rights to rejeet any or �11 nonconforming, nonresponsive, unbalanced or co�d�ttional Bids and ta rejeet the Bid af any Bidder if City believes that it wauld not be in the best interest of the Project to make an award to that Bidder, vvhether because the Bid is not responsive or the Bidder is unqualit�ed or of doubtful financia� ability or fails to rneet any other pertinent standard or criteria esiablished by City. City also reserves the right to waive informalities not in�ol�ing price, contract time or changes in the Work with the Successful Bidder. Discz�epancies between the mul�iplication of units of Work and unit prices will be resalved in favor o� the unit pxices. Discrepancies b�tween the indicated sum of any colurnri of figures and the correct sum thereof wilI be resolved in favor af the correct sum. Discrepancies betweer� wards and fi�ures will be resolved in favor of the words. 17.1.1. Any or all bids will be rejected if City has reason ta believe Ehat collusion exists among the Bidders, Bidder is an interested party to any litigation against City, City or Biddez may have a claizx� against t�ie other or be engaged in lit�ga�ion, Bidder is in arrears on any existing contract ox has defaulted on a pz'evzaus cantract, Bidder has performed a prior contract in an unsatisfactozy manner, or Bidder has uncompleted work whieh in the judgment af the City wiIl prevent or I�inder the prompt completion of additional work if a�arded. CTTY OF RORT WORTH 2O20 COTVC1tN,TN, TtESTORATiON CONTRACT 4 STANllATZD CONSTRUCTION SPECIFICATiON D(]CUMENT Temporarily Revised April 24, 2020 due to COViDl9 Emergcncy C1TY PROIECT N0. IU2696 00 21 13 F�TS'�2UC'I'IO1VS TO BiDDERS 1'age 8 of 9 17.2. City may consider �he qualifications and experience of Subcontractors, Suppliers, and other persons and organizations proposed far those portians of the Work as to which the identiry of Subcontractors, Suppliers, and other persons and organizations must be subznitted as provided in ihe Coz�traci Docuxx�ents or upon the xequest of t�e Ciry. City also znay considez ilae op�rating costs, maintenance requirements, perfarmance daia and guarantees of major items of materials and equzpznez�t proposed foz incarporation in the Worlc when such daia is reqt�ired io be submitted prior ta the Notice o� Award. 17.3. City may conduct such investigations as City deems necessary to assist in the evaluation of any Bid and to estabIish the responsibility, qualifications, and financial ability of Bidders, proposed Subcontractors, Suppliers and other persons and organizations to perform and furnish the Work in accordance with the Contract Dacuments to City's saiisfaction wit[un the prescribed time. ] 7.4-. Contractor shall perforna witk� hi�s own ozganizataon, work of a value noi Zess than 35% of itae value embraced on ti�e Contract, unless athezwise approved by the City. 17.5. If the Contract is to be awarded, iE will be awarded to lowest responsible and responsive Bidder whose evaluation by City indicates that the award vvill be in the best int�rests of the City. 17.6. Pursuant to Texas Government Code ChapEer 2252.001, the City will not award contract to a Nonresident Bidder unless the Nonresident Bidder's bid is lower than the lowest bid submitied by a responsibl� T�xas Sidder by the same amount that a Texas resident bidder would be required ta anderbid a Nonresideni Bidder to obtain a caz�parable contract in the state in which the nonresident's principal place o� business is loeated. 17.7. A contract is not awarded until formal City Council authorization. If the Contract is to be awarded, City will award the Contract within 90 days after the day of the Bid opening unless extended in writing. No other act of City or others will constitute accepiance oi a BicE. Upon ihe conEractor awa�rd a Notice of Award will be issued by the Czty. 17.7.1. The contractor is required to iill oui and sign the CerEificaie of Interesied Parties �'orm 1�95 and the fornn nciu,st be submiited to the Project Manager before the cont�ract will be prese�ted to the Cxty Cau�acil. The foxraa can be obtained at �#tus://www.e#hics.state.tx.us/data/furms1129S/1�95.pdf 17.8. Failure or refusal to comply with the requirements may resuIt in rejection of Bid. 1$. Signing of Agreement 18.1. When Ciry issues a Not�c� of Awaxd to the Successful Bidder, ii will b� accoznpanied by ihe zequired number of unsigned counierparts of the Agreement. Within 14 days thereafter Contractor shall sign and deliver the required number of connterparts of the Agreement to City with the required Bonds, Certificates of Insurance, and all otl�er required doeumentation. 18.2. Failure to execute a duly awarded contact may subject the Contractor to penaIties. CFTY QP FORT WpRTH 2D20 CONCRETE RES 1'OKATION CONTRACT 4 STAFdDAEtD CON3'T'RYJCT`TON 3PECTFICA'I'TON DOCUM�I+I`I' Temporarily Revised Apri124, 2020 due to COVIIJI9 Emergency C11'Y i'12d1ECT NO. 102696 OQ 21 13 INS'�UC'I'TOAIS'T'O BTllllERS Page 9 of 9 18.3. City shall thereafter c�eli�er one fully signed counterpart ta Contractor. END OF SECTI�N C1TY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATIDN DOCUMENT Temporarily Revised Aprii 24, 2020 due tn COVIDI9 Smergency 2020 CONCRETE RESTORATION CONTAACT 4 C1TY PRQJEC'I' NO. 102696 003215-4 CQNSTRUCTiON PROGRESS SCHEllULE Page 1 of 10 1 2 3 PART1- GENERAL 4 i.1 SUMMARY 5 A. Section Includes: 6 7 8 9 SECTION 00 32 1S CONSTRUCTION FR07ECT SCHEDULE 1. General requirements for ihe prepa�ratio�a, subznittal, updating, siatus reporting and management oi the Construction Prajeci Schedule B. Deviaiions fzozrz ihis Ciiy of Fort Worth Standard Specification 1. None. 10 C. Relaied Specification Sections include, bui are not necessarily limited to: 11 l. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 12 2. Division T— General Requirements 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 D. Purpase The City of Fort Worth (City) is cammitted to delivering quality, cost-effective infrastructure to its citizens in a timely ananner. A key iool io achieve this puzpose is a properly structured schedule with accurate updates. This supparts effective znoniioxing of progress and is input to critical decisio� znakar�g by tk�e project znana�ez tfiraughout the life of tk�e project. Data fram tfie updated praject sehedule is utiIized in status reparting to vazious l�vels of the City organization and the ci�izenry. This Document complements the City's Standard Agreement to g�ide the constructian contractor (Contractor) in preparing and submitting acceptable schedules for use by t�e City in project delivery. The expectation is Che performance oi the work follows tk�e accepted schedule and adhere to the contractual tinraelir�e. The Coniractor will designate a qualified representa�ive (Project Scheduler) responsible for developing and updating the schedule and preparing status reporting as required by the Ciiy. 1.� PRICE AND PAYMENT 1'ROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsicliary to the various items bid. No separate payment will be allowed for this Item. 2. Non-compliance with this specification is grounds for City to witk�hold payment of the Co�tractoz-'s invoices until Contractor achieves said compliance. 36 1.3 REFERENCES 37 A. ProjeciSchedules 38 Each project is represenied by City's rnaster project schedule that encompasses the 39 eniixe scope of activities envisioned by the City to properly deliver the work. When the 40 City contracts with a Contractor to perform cQnstruction of the Work, the Cantractor CITY OP PORT WORTH 2O20 CONCRETE RESTORATIQN CON'FRACT 4 STANDARD SPECIFICATiON City Project No. 102696 Revised J[TLY 20, 20I S Q03215-Q COIVS'Z`IiUC"I'ION P]20GIt�SS SCT��DI[]LE Page 2 of 10 1 will develop and maintain a schedule for their scope of work in alignment with the 2 City's standard schedule requirements as defined herein. The data and information of 3 each such schedule will be leveraged azid become integral in the master project 4 schedule as deemed appz�opz�ate by th� City's Project Controi Specialist and appro�ed 5 by the City's Project Manager. 6 7 1. Master Project Schedule 8 The xnasier project schedule is a hoListic representation of the scheduled activities 9 and milestones far the total project a�d b� Cxitical Path Method (CPM) based. The 10 City's Project Managez� is accauntabl� for oversight of the development and 11 maintaining a master project schedule for each project. When the City contzacts �ox 12 the design and/or constraction of the project, Yhe master project schedule will ] 3 incorporate elements of the Des'rgn and Construction schedules as deemed l4 appropriate by the City's Project Control Specialist. The assigned City Praject ] 5 Control Specialist creates and maintains tE�e master project schedule in P6 (City's l.6 scheduling software). 17 18 19 20 21 22 23 24 25 26 2. Con�stz-uctzox� Sc�edule The Contractor is responsible for developi�g and xirzaiz�taining a sclaedule for the scope af the Contractar's contractual zequixezxae�ts. Tk�e Contractax will issue an initial schedule for review and accepY�nce by the City's Project Control Specialist and the City's Project Manager as a baseIine schedule for Concractor's scope of work. Contractor will issue current, accurate updates af their schedule (Progress Schedul�} to t�ae City at the end oi each month throughout the life of their wark. B. Sehedule Tiers 27 Th� City has a por�olia af projects that �ary widely in size, complexity and content 28 requiring different scheduling ta effectively deliv�r eacl� project. The City uses a 29 "tiered" approach to aIign the proper schedule with the criteria for each project. The 30 City's �'ro�ect Manager determines the appropriate schedule tier for each project, and 31 includes that designation and. the associated requiz'�men�ts in the Contzactor's scope of 32 wc�rk. The following is a summary of the "tiers". 33 34 1. Tier 1: Small Size and Shart Duration Project {design not required) 35 The City develops and maintains a Master Project Sci�edule for the project. No 36 schedale submittal is required from Contractor. City's Project Control Specialist 37 acquires any necessary schedule status data or information thraugh discussions with 38 the respective party on an as-needed basis. 39 40 2. Tier 2: Small Size and Short to Medium Dur�tian Project 41 The City develops and maintains a Master Project Schedule for the project. The 42 Contractor identifies "start" and "�nish" milestone dates on key elements of their 43 work as agreed with the City's Project Manager at the kickaff of their work effort. 44 The Cantractor issues to the City, updates to the "start" and "finish" dates for such 45 milestones at tiie end oi each month thraughout the life of their work on the project. 45 47 3. Tier 3: Medium and Large Size and/or Compiex Projects Regardless of Duratzon 48 The City develops and maintains a Master Projeet Schedule for the project. The 49 Contractor develops a Baseline Schedule and maintains the schedule of their 50 respective scope of work on the project at a Ievel of detail (generally Level 3) and in C1T'Y ON' FORT'WOI21'H 2D20 CONCRETE RESTORA'C'ION CONTRAC'I' 4 STANDARD SPECIPICA'I'ION City Project No_ 102696 Revised 7ULY 2D, 2018 Q032f5-0 COIVSTRl7C1'ION PROGRESS SCH�DUL.� Page 3 of 10 1 alignment with the WBS structure in Section 1.4.H as agreed by the Project Manager. 2 The Contractor issues to the Ciry, updates of their respective schedule (Progress 3 �che�ule) at the end of each manth throughout the life of their work on the project. 4 C. Schedule Types 5 Project delivery far the City utilizes iwo types of schedules as noted below. The City 6 develops and maintains a Master Project Schedule as a"baseline" schednle and issue 7 monthly updates to the City Froject Manager (end of each month) as a"progress" 8 scY�edule. The Contractor prepares and submits each schedule typ� to fulfil� their 9 coniractual zequirexnerzts. 10 11 1. BaseIine Schedule 12 The Contractor develops and submits to the City, an initial schedule for their scope 13 of work in alignment with this specification. Once reviewed and accepted by the 14 City, it becomas the `BaseIine" schedule and is the basis against which all progress 15 is measured. The baseline schedule will be updated when there is a change or 16 addition to the scope of work impacting the duration of the work, and only after 17 receipt af a duly authozized chang� order issued by the City. Zn i�ae event pzogress is 18 signifcantly behind schedule, the City's Project Manager may aui�aorize az� update 14 io the baseline schedule io facilitate a moz�e pzactical evaluation of progress. A� 20 example of a Baseline Schednle is provided in Specification QO 32 15.1 21 Construction Praject Schedule BaseIine Example. 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 1.4 37 38 2. Progress Schedule The Contractor updates their schedule at the end of each month to represent the progress achieved in the work which includes any impact from auiharized changes in the work. T�e updated schedule zrxust accurately re£�ect the current status af the work at that point in tzzne and zs zefezxed to as the "�rogress Schedule". The City's Project Manager and Project Contral Specialist reviews and accepts each progress schedule. In the event a progress schedule is deemed not acceptable, the unacceptable issues are identifred by the City within 5 working days and the Contractor must provide an acceptable progress schedule within 5 working days after receipt of non-acceptance notiiication. An example of a Progress Schedule zs provided in Specification 0� 32 15.2 Constxuciion Project Schedule Firog�ress Exampie. CITY STANDARD SCHEDULE REQi7IREMENTS Tk�e followzng is an overview of the methodology for deveia�ing and maintaining a schedule for delivery of a projeet. 39 40 A. Schedule Framework 41 The sched�le will be based on the defined scope oi work and %llow the (Critical Paih 42 Methodology) CPM method. The Contractor's schedule will align with Ehe requirements 43 of this specification and wiil be cost loaded to zeflect their plan for executzon, Overall 44 schedule durataon will align with the contracival req�irements far the respective scope of 45 work and be reflecied in City's Masier Projeci Schedule. The Project N�mber and Name 46 oi the Projcct is z�equzred on each scheduie and m�st match the City's project data. 47 48 B. Schedule �'ile Na�ne C1TY OF FORT'WORTT� 202U CQNCRETE RESTQRATION CQNTRACT A STANDARD SPECIFICA7`ION City Project No. 1 D2696 Revised ]ULY 20, 2018 0032?5-0 CONSTRUCTION PROGRESS SCHEDULE Yage 4 of 10 1 2 3 4 5 6 7 8 9 10 lI 12 13 14 15 l6 I7 I8 I9 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 3$ 39 40 41 42 43 44 45 46 47 48 49 All schedules submitted to the City far a project �svill have a file name t[�at begins wzth the City's psoject numher followed by the name of the project fallovoed by baseline (if a baseline schedule) or the year and month (if a progress schedule), as shown below. o Baseline Sch�dule File Name Format: City Project Number Fro�ect Naxxie_Baseline Example: 101376_North Montgomery Street HMAC_Baseline � Progress Schedule File Name Format: City Project Number_Project Narne_YYYY-MM Example: 101376_North Montgomery 5treet HMAC_2018_Q1 • �roject Sclaedule Progress Nar�ra�av� File Name Fozznai: City Project Nuzxiber_Project Name PN_YYYY-MM Example: 101376.�Narth Montgoz�r�ezy Street HMAC_PN_2018 O1 C. Sehedule Temp�ates The Contractor wiil utilize the relevant sections from the City's templates provided in the City's document management system as the basis for creating their respective project schedule. Specifically, the Contractar's schedule wilI align with the layout of the Construciion section. The templates are identified by type of project as nated below. � Arterials + Aviation • Neighborhood Streets o Sidewalks {Iater) o Quiet Zones (later) e Street Lights (Iater} � InCersection Improvements (later} � Parks � Storm water � Street Maintenance o Traf�fic � Water D. Schedule Calendar The City's standard calendar far schedule deveIapment purposes is based an a 5-day workweek and accounts for the City's eight standard holidays (New Years, Martin Luther King, Memariai, Independence, Labor, Thanksgiving, day after Thanksgiving, Ctxristzx►as). Th� Cont�actor will establish a schedule calendar as part of the scheduie de�elopment process and pro�vide to the Project Control Specialist as part of th� basis for their sehedule. Variations bet�een the City's calendar and the Contractor's calendaz� must be resolved prior to the City's acceptance of t�eir Baseline project schedule. E. WBS & Milestone Standards for Schedule Development The scope af work to be accomplished by the Contractor is represented ir� the schedule in the foz-�x� of a Woxk Bx�al�down Structure (WBS). The WBS is the basis for the de�elopment of the schedule aciivities and shall be imbedded and depicted in the schedule. C1TY OF FORT WORT�I STANDARD SYL-�CIFICAT101+I Revised JULY 20, 201& 2020 CONCRETE R�ST�RATION COI�iTRACT 4 Ciry Project No. 162596 003215-0 CONSTRUCI'lON P120G12ESS SCI�DULE PageS of �0 T The foilowing is a sumYnary of the standards to be follovved in preparing and maintaining 2 a schedul� for project delivery. 3 4 1. Contractor is required ta utilize the City's WBS structure and respective project type 5 tempiate far "Construct�on" as shown in Section ].4.H below. Additional activities 6 may be added to Levels 1- 4 to accommodate the needs of the organization executing 7 the work. Specifically the Contractor will add activities under WBS XXXXXX.80.83 8 "Constz�uction Execution" that delineates the activities associated with the variaus 9 corr�ponents of the �n+ork. 10 1l 12 13 I4 15 2. Contractor is required to adhere ta the Crry's Standard Milestones as shown in Sectian 1.4.I below. Contractor will include additional milestones representing intermediate deiiverables as required to accurately reflect their scope of work. F. Schedule Activities 16 Activities are the discreCe elemenEs of work that make up the schedule. They will be 17 organized under th� uznbzella of the WBS. Activity d�sc�ptaons sk�ould adequately 18 desc�be tk�e activity, and in same cases the extent of t.he activity. All activities are 19 logzcally iied witt� a predecessoz and a successoz. T�e only exception to this rule is far 20 "project siart" and "project finish" milestones. 21 22 The activity duration is based on the physical amount of work to be perfarmed for the 23 stated activity, with a maximum duration of 20 working days. If the work for any one 24 activity exceeds 20 days, break thaC activity down incrementally to achieve this duration 25 constraint. Any exception to this requires review and accepCance by the City's Project 26 Control Specialist. 27 28 G. Change 4rders 29 When a Change Order is issued by the City, the rmpact is incorporatec! into the previously 30 accepted baseline schedule as an update, to clearly show impact to the project timeline. 31 The Contractor submits this updated baseline schedule to the City for review and 32 acceptance as described in SecCion 1.5 below. Updaied baseline schedules adhere to the 33 following: 34 35 36 37 38 39 40 41 1. Tiz�r�e extensiQns associaied with approved contract modificatians are limited io the actual amauni of time ihe project activities are aniicipated to be delayed, unless otherwise approved by the 1'rogram Manager. 2. The re-baselined schedule is submitted by the Contraetor within ten workdays after the date of receipt of the approved Change Order. 42 3. The changes in logic or durations approved by the City are used Eo analyze the impact 43 of the change and is included in the Change Ozder. Th� coding for a n�w actzvity{s) 44 added to the schedule for the Change Order includes the Change �rder number in the 45 Activity ID. Usa as xnany activities as needed io accurately shaw the work of the 46 Change Order. Revisions ta the baseline schedule are not effective until accepted by 47 the City. 48 49 50 H. City's Work Breakdown Structure CiTY O� �ORT 4V012`I'�T 2U2p CONCRETE RESTORATION CONTRACT 4 STANDARD SPECIFICA7'ION City Project No. 1D2b96 Revised JllLY 2D, 2018 0032i5-0 CONSTRUCTION PROGRESS SCHEDULF, Y�ge 6 of 10 1 2 3 4 5 6 7 8 9 ZO 11 I2 13 14 15 lb 17 18 19 20 21 22 23 24 zs z6 z� 2$ 29 30 31 32 33 34 35 36 37 38 39 40 4 J. 42 43 44 4S 46 WBS Code WBS Name , XXXXXX Pxoject Nazx�e XXXXXX.30 Design XXXXXX.30. J 0 Design Contz�actor Agreement XXXXXX.30.20 Conceptual Design (30%) XXXXXX.30.30 Preliminary Design (60%) XXXXXX.30.40 Final Design XXXXXX.30.50 Environmental XXXXXX.30.60 Permits XXXXXX.30.60.10 Permits - Iden�ification XXXXXX.30.60.20 Permits - Revi�w/Approve XXXXXX.40 RQW & Easements XXXXXX.40.1Q ROW Negatiations XXXXXX.40.20 Condemnation XXXXXX.70 Utiliiy Relocaiion XXXXXK.70.10 Utility Relocatian Co-ordination XXXXXX.84 ConsYruction XXXXXX.80.81 Bid �nd Award XXXXXX.80.83 Construc�ion Execution X X XXXX, $0. $5 Inspection XXXXXX.$0.86 Landscaping XXXXXX90 CloseouE XXXXXX.9fl.I0 Const�ruuction Contxact Close-out XXXXXX.90.4D Design Contract Closuz�e I. City's Standard Milestones T[ae following mulestone activitaes (i.e., ir�portant events an a praject that mark critical points zn iima) arc af partzcular intez�esi to the City and must be reflected in the project sehedule for all phases af work. Activity YD Design �ozo 3040 31a0 3120 3�50 31b0 3I7fl 322fl 3254 3260 CiTY OF FORT WORTH STANDARD SPECIFICATION Kevised IULY 20, 2018 Activitv Narae Award Design Agzeezn�nt Issue Notice To Proceed - Design Engineer Design Kick-off Mceting Submit Canceptual Plans Eo Utilities, ROW, Traffic, Parks, Storm Water, Water & Sewer P�er Review Meeting/Design Review meeiing (technical) Conduct Design Fublic Meeting #1 (required) Conceptual Design Complete Submit Preliminaiy Plans and Specifications to Utilit�es, ROW, Traffic, Parks, Storm Water, Water & Sewer Conduct Desigz� Pablic Meeting #2 (required) Preliminary Design Co�nplete 2020 CONCRETE RES'TORA'PIdN COI�ITRACT 4 Ciry Pcoject No. 102696 003215-0 CONSTRUCTIO]V PROGRESS SCHEllU1,E Page 7 of ] 0 1 33Ia Submit Final Design ia Utilities, R4W, Traffic, Parks, Storm Water, 2 Water & Sew�r 3 3330 Condnct Design Fublic Meeting #3 (if required) 4 3360 Final Design Complete 5 ROW & Easements 6 4000 Right of Way Stazi 7 423D Right of Way Complete 8 Utility Relocat�on 9 7000 Uiilities Start 10 7120 Utiliti�s Cleared/Coa�plete 11 Construction 12 Bid and Award 13 81 I 0 Start Advertisement 14 8150 Conduct Bic! Opening 15 8240 Award Construction Contract 16 Construction Execution 17 $330 Conduct Construction Public Meeting #4 Pre-Construction 18 8350 Constx�ciion Start 19 8370 Substantaal Cozx►pletion 20 85�0 Construction Completian 21 9130 Notice of Completion/Green Sheet 22 91 SO Construction Contract Clased 23 9420 Deszgn Cantract Clase� 2A- 1.5 SUSM�TTALS 25 26 27 28 29 30 3i 32 33 34 3S 36 37 38 39 40 41 �z �3 44 4S 46 47 A. Schedule Submitial & Revievc+ The City's Project Manager is responsible for reviews and acceptance of the Contractor's schedule. The City's Project Control Specialist is responsible for ensuring aiignmenC oi the Cantractor's baseline and progress scl�edules with the Master Fraject ,�chednle as support to the City's Project Manager. The City reviews and accepis or rejects the schedule within ten workdays of Contractor's subz�rzittal. ].. Schedule Format The Contractor wi�l submit each schedule in two electronic forms, one in native f�le forrnat (.xer, .xml, .mpx) and the second in apdf format, in the City's document management system m the location dedicated for this purpose and identified by the Project Manager. In the event the Contractor does not use Frimavera F6 or MS Project for scheduling purposes, the schedule information must be submitted in .xls nr .xlsx format in compIiance with the sample �ayo�t (Se� Specification 00 32 I X5.1 Construction Praject Schedule Baseliz�e Example), including activiiy predecessors, successors and total float. 2. Initzal & Baseline Schedule The Con#raciar will develop their schedule for their scope of work and submit their initial schedule in electronic form (in the file formats nated above), in the City's document management system in the location dedicated for tlus purpose tivithin ten workdays of the Notice of Award. C1TY OF FORT WORTfI 202D COIVC�`I'E IiEST0�2A'I'ION CON'1'T2ACT' 4 S"d'ANDARD SPECIRICAT10Ai City Project Na. 702696 Revised JUL,1' 20, 2015 003215-0 CONS'i'RUC'F[ON PROGRESS SCHEDULE Page 8 pf 1 Q 1 2 3 4 5 6 7 8 9 l0 11 12 13 14 ]5 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 3] 32 33 34 35 36 37 38 39 40 41 42 43 44 4S 46 47 The City's Project Manager and Project ControT Specialist revzew tlazs initiai schedule to determine alignment with the Ciiy's Master Project Schedule, incTuding fornnat & WBS structure. Foilowing the City's review, feedback is provided to the Contractar For their use in finalizing their initial schedule and issuing (within,five wo�kdays) their Baselina Schedule for final review and acceptance by the City. 3. Progress Scheduie The Cont�•actor will update and issue their project schedule (1'rogress ScheduTe) by the last day of each month throughout the life of their work on the project. The Progress Schedule is submitted in e�ectronic form as noted abave, in the City's docurnent zrzanagezxient system in the locaCion dedicated fc�r this purpose. The City's Project Control team re�iews each Progz�ess Schedule t�or data and information that support the assessz�nent of the ugdaie to the schedule. In the event data or information is missing or incomplete, the �raject Controls Specialist communicates directly with the Contractor's scheduler for providing same. The Contractor re-submits the corrected Progress Schedule withir� 5 warkdays, followzng the submittal process noted above. The City's Project Manager and Project Con�-ol Sp�cialist review the Contractor's progress schedule for acceptance and to monitor performance and progress. The follor�ing Iist of items are required to ensure propez� staius iniormation is contained in the Progress Schedule. � �aseline Start date o Baseline Finish Date � % Cozaaplete • k'loat • Actzv�ity Logic (dependencies) • Critical Path • Aetivities added or deleted o Expected Baseline Finish date o Variance to tfie Baseline Finish Date B. Monthly Construction 5tatus Report The Contractar submits a written status report (referred to as a progress narrative) at the end of each naonth io accompany the �rogress Schedule submittal, using the standard format pro�ided in Speci�ication 00 32 J.5.3 Construction Project Schedule Progress Narrative. The content of the Constructian Project Schedule Progress Narrative should be concise and complete to: � Reflect ihe current status o� the work for the reporting period (including actual activities started and/or completed during the reporting periad) � Explain �ariances from the baseline on critical path activities � Explain any potential schedule conflicts or delays � Dcscxibe recovery plans where appropriate � Provide a summary forecast of the work to be achieved in the next reporting period. C, Submittal Process CfTY OF FORT WORTH STANDAI:D SYECIFICATION Revised 7ULY 2U, 2018 2020 CONCRETE RESTORATJON COIV'�2AC'1' 4 City Project No. ] 02696 043215-D CONSTRUC`I'ION PROGRESS SCHEDULE Page 9 of 10 1 2 3 4 5 6 a Schedules and Monthly Constructian StaCus Reports are submitted in Buzzsaw foilowing the steps outlined in Specification 00 32 15.4 Construction Project Schedule SubzxuttaJ Process. • Qnce the project has been completed and k'iz�al Acceptance k�as been zssued by the City, no furCher progress schedules or consir�ctipn stat�s reports are required from the Contractar. 7 1.6 ACT�ON SUBMITTALS/XNFORMATXONAL SUBM�TTALS [NOT USED] 8 l.'� CLOS�OUT SUBMiTTAL� [N4T US�D] 9 1.8 MAINTENANCE MATERIAL ST_TBMITTALS [NOT USED� 10 L9 QUALITY ASSLTR.ANCE ll A. The person preparing and revising the Contractor's Project ScheduIe shall be 12 experiencec� in the preparation of schedules of sirriilar complexity. i3 B. Schedule and supporting documents addressed in this Specification shall be prepared, 14 updated and revised to accuraiely retlect the perFormance oi the Contractor's scope of 15 work. 1G C. Tlae Coz�tractoz is responsible for the qualzty o�all submittals in this section mee�ing the 17 standard of care for Yhe canstruction industry %r simiIat projects. IS 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 19 l..l l. F�ELD [SITE] CONDXTIONS [N�T USED] z0 1.12 WAARANTY [NOT USED] 21 I.13 ATTACHMENTS 22 Spec 00 32 15.1 Construction Froject Schedule Baseline Example 23 Spec DO 32 15.2 Construction Project Schedule Frogress Example 24 Spec 00 32 15.3 Const�uction �roject Schedule �zogress Narratzve 2S Spec 00 32 15.4 Constructian Ptoject Schedule 5ubmittal Process 26 27 28 PART 2- PRODUCTS [NOT USED] 29 PAR'1' 3 - �XECUTZON [NOT LTSED] 30 3I 32 33 34 END OT SECTION C1TY OP FORT WORTH 2O20 CONCRETE RES"FORATION CONTRACI' 4 S'['ANDARD SPECIFICATIQN City Projeci No. 1D2696 12evised 7ULY 20, 2018 D03215-0 COI�STRUCTI4I�I PRpGRESS SCHEDULE Page 10 of 10 Revision Log DAT� NAME SUMMARY ��' CHANG� JuEy 24, 2018 M. 7azre[1 initial �ssue CITY OF RQRT WORTH 2O20 COI�ICRE'I'E I2L�STORAT'TON CONTI2A,C'T 4 STANDARD SPSCiFiCATiON City Project No. 7 D2696 Reviseci 7iJL.Y 20, 207 8 00 32 15.1 - 0 CONSTRUC"I'ION PROGRESS SCHEDULE — BASELINE EXAMPLE Page 1 of 5 1 2 SECTION 00 3� 15.1 CONSTRUCTTON PROJECT SCHEDULE — BASELINE EXAMPLE 3 PARTI- GENERAL 4 5 6 7 8 9 10 11 12 13 I� 15 16 X7 18 I9 20 2i 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 �40 4 J. 42 43 44 45 46 The follovc+ing is an example of a Contractor's project schedule that illustrates the data and expectation for schedule content deprcting the baseline for the project. This version of the schedule is referred to as a"baseline" schedule. This example is intended to provide guidance for the Conkractor when developing and submitting a baseline scheduie. See CFW Specifica�ion 00 32 15 Construction Project Schedule for details and requirements regarding the Contractor's project schedule. CPPY OF FORT WORTH 2O20 CONC1iET� 12LS'1'012ATIOIV CONTRACT 4 STANDARD CONSTRUC'f10N SPECIFICATION DOCiIMENTS City Project No. 102696 Revised 7TJLY 20, 2p1 S 00 3z �s.i - o CONSTRIJCTION PROGRESS SCHEDULE — BASELII�lE EXt1MPLE Page 2 of 5 r m � r7 � � � � rr � � � �: � � �r � � � � � � � ,� rt� I.L � � � � �p !� U � i � � � H � . ._,.�- . .- --- '--... _..-'--- ---._ . . _ .. � I I Y I I I � I .."._"'"i"_""... .�.._.J.__..,-�E.._.__." .._""'1_""_"'_,L_._._. _L_""__....�.._'""_J"""'" ""'"_"L.....--. � '�- i i � � ,� 1 j .j, . . �{�-- i E , . „�.. .,,,, .�. .. j. .�,� �„ ., f . � , . ... � "����� R�� #�� ;r F: �i' i.P;.. � I�:'� i���r`S I I ' . cx u I�i���: �i�i� �� •i u Yt ri�a� iJ i I i{ .� � i i 1 ' � u �* � N � .Y rts.�;� ai , �i `:E�iE:; i: ��� :i iy.� 'i �5 �I ii .1 :1 ry '�' .�,`:� -' " �a �I I I 4+ �i t � ♦ ' Yi 1 �j� I' � �` � �� I� I�� I��� �� b �in LIF�� � �,� � ���� � ��� Y � � � � w� i�I �1,� L y I {4 I � � L" .{{ �. iF i � �, ;x � � i.� �r�i u fi � .:' �; .1 ": I � .,_, , „__, , ,.. ...�..__._. �.. �. ,_,.__._. .. . .. . . . ..... .... ...,...., ,. ,�.._ . . ..--�-- -�=--------��_. � . ���---��-��'p��•��i--�-�:�--�--•��r��--1•---± �-•--�—••--1-- d L!� �.... . ��-�; ;'y;;� G: CF.,..�, :.,6:i:-rl .:r � � Y, ..:-;ri` � �� . w; Fa I `s=: �r �: _; �i .' . �� ,; '�i..� n . :��� . � - � �. .� �r�' �� a ,r � '' i' W }:���.3: k. �� .. i: ?F'v' � � � ..., .. ".''r; :..i ,� � �� ., r I wl� li a ,..� �. � IM1 �p� � e. � � , i u L 16 'tii Ll lY �'� r�i R ri rt� v�.,�' '�r ri �i �ri� ,ii W ui ai �' � iii n•, `1 �{i iu u�i `n ai i � u sa •i �i wi w � _i 8 {,� � i] • '. ,. :. £� [+ � u a} [a � r� �� i i � ¢' iJ U +y � a� �3' i] � I'4 i 1. � ' i�i '� j S�' r f f � �fi ,� ) I f ti - � i i.�, �' �'� �� J � +j �i� 4. � � � kl' �*� � Yi.� �y� ry �� �{ cy'� n fl �,� � .+ ,-i a; :' �=��i „;,,�.; .!� � i� ��� b #� a;}{ d r � '?����a •i '�, . � I ^ Y. .� w.�u w..� ii�c �i.a r. t.,�`�� i�.� �� w'.� 5f :. !a :�,:.; �; �� i ^;�j�� �ti'I � ! L'R�I 'F�,n ;�:., �� ;f,;; � � � a'� � �f;� a:� � �i�� � � 4'� � �.��� � � �� ��� �� � * �{ �i ` q .,, n�. .,,� r�I� L�., �.�,a f, k# � r� ��i'i , 4 L ��f.F�li I+ . . I y R � ��r y� �� q;��� ,. �E GI � � £ � �:�„ �. � �� n � „� .� ;�,��� � � i' � I + J � ��� �� �I.��YI Yli� �I� �} � � r � h. �tlki f� �. i .i }�i�;{�� ., � N �.�F � � � � � .� � � O � � � GJ Y9 � � ��.y q.l 'V � � � � � � �' •� � � � � � I � � O 9 � I � L � j� W nr � � C � "�' a, � � V 1,�� + ♦ . , � , '� � �I ♦ O ♦ i' V ' # �` � � I7 �� � I I}i ¢,f'�I"� F! I. �' � , rk}� y�` � y � �I � � ki �: C �[J. �'� S ��� �{ � r � � � �z Z ��*''�, a 4i rt�� �* � u d � � � r.� ��„ � .� �� s ;; �,7:;.�,t� ���8','�4..� �P'7� .�'i��,� �1�d � ii .,.[, u ..i�ri {.� �.:i� ~.i � c, u�a a � �. r. � �t,:rr;;���.a , .��^����r�a�� _,���_� * -i� .�Ti ^ r ' � I 4+ , A4 C£I'Y OP PORT WORTH STANDARD CpNSTRUCTION SPECIFICATION DQCUMENTS Aevised rUI.Y 20, 2018 .� L3 A 4 s � 4, � '� I � � � � Yi Y � � I� � � � � �iA i.� � � � '�'�n" � � ^ � Q � I � � 2020 CONCRETE RESTORATION CO3�TTAAC� 4 City Proj ect No, 102696 00 32 15.1 - 0 CONSTRUCTIQN PRpGRESS SCHEDULE -- BASELINE EXAMYLE Page 3 of S 1 2 � � � � c � ry � �' .� �" � � �� � �' � � � � a o� •� � � '� I� � � � � ��r�J � L..t �..,,.1,. ----..T7. ,. ; „�,. .._.,.;��,.. .,.-T, ., , -----_.....-�-- f�•�..-••--•--±--.,,._ sa...---•-•--�--•---••a.-•-•---•• - , � --- - — i j � � f ------�---- --------- �----�--- �--•-�--.._-------. .__.,,_. �_._ ,�,...�,... ; �--� y u��. u�F. . I�.�r• r:� r: s� iF u�1�n o.o�n ia n u u � u i � I+4 . I � �!L :' i I ' I � � I i' ;: ' ' �:�" .: ': �� '� L:I�i:" " ' �;..i��., o ra:�? :i �i ? ��!°:,� ��i � �� �� :i n n � "� �d � � :1 i �# �:� ��' � � �� �� I; � .l r� � _� I '�1 {J 2'' .ti141'�O 1 P — YJ �'i A:+�i �4 + �rj} r'�� ] nI '] �'1 NF�.iiIM1'�F +i:l'. i�+i Y}.iry��+i il .4 r}�i-�}I� +} ia �� n_ ui Y xi I�i i ui ia a1 iii � u w i>: u I^� �F .s ai� �ai� l� I ui .�� �, L� ��1 �{:I� ��� u;.�'-, . r'.l �� ���,p • ii .,,�,�., u f{ {� il 1-I ff.ii I�i:ll i. � II Iw fi.i4 .� i' I i� F� I �: _ III �` � �L �' � �I 4: �:�L� "'" . �C ���+ n '�'S� � �L q'�E �'�� { k I Lt � ]� �1 i5 '� �I I}�Il � I�1 �� �p!. Fi�I7 t �� �~5 '�. � � L�:" . �i .'F�,�'i.r �. ��� i� �� Cr 6l T'�'� �i � uY J , i. w ui ��. i�.iti �t •i w.i � i u��.l ..'a1 u� # M� i- i.. 5'� i� r ��t��.'v� n { H ii `.h��i ii ±� 3��..i �� :i :i �: ����b. �S �:$: y �} '� ���• w; 4� 6 ��� S i. - '�� i: A{� � �?i i I�j .;��, �i" �1i7 1� "' i_: , �.� . ���, � � .,, fi; ' :� A���b "�. ,1 ,n r. � .� - ��.� f, .� : -.ri �,.�rl�� � ��� �� .. - . ! I FI ' : � .��,,. � � ' ,,,� u�� :� w „:y „ �I�,.,, � � _. .�y,� r, ��I,� .�I �i �.I_ � i '_ y;. ...1! 4i�Ntiil'� w�si ���} i��� ��I'� 4� 4F i� +� �Ilrl!� 4} rF i ' ' i ' I I �I�r �:� .a:t, � �� � a � M. � sA '4' �'� � � �I LL ny F �� n x!�� �u � 'v i �. ,;��l. �r P:r:I�J1e. i�` , �� � � ' N' "' ^' � M. �. h }�,� ti 7, , r I r.� W�.�- a'y : � ai �'� u� nil,' o J, r:+,,��' �.�i r�� �. .`�,� ��a 4 H w� � F ", I�: �j � }� ;; � ! F ���.� m; �,a. � �� .� k� � � � ,,, �§ r-� �i, r,� a. ��r-ii��.��''i'F ,� . �,iLL,s, -0 �i' ICF I- FI � .�• � u�a �x a�ri�t. ti -�a�nii� a � si:;� ;r'� ���,�.�� x: � � � —:s; f� � ��� � {� � �. s���� s� �..I�I., ,,� � � � �,�.,�.. :, I r, � M CITY OF FQRT WORTH S'I'ADIDART� CONST1ZiJCTTON SPECIPICA,'I'IO1V DOCUMENTS Revised dLILY 20, 2018 � �--i I I_ , ��� .�.�� � ; I�I � t �.�h ��' � � I p : -� �'� �:�.� M.. �l N W'10 41�CL'u'�+ �'W .,. .. � . �� ��� � � .� �j�'4• 3 � � 1�} � 4k r I ���r� rt �i� y� �:i �.a� `: i� i o �,� '� �� I�:ir t' m �I8 .IF' �k I G"IJl � . "` �i . . I �� ffiI �I �l r. � �,N �`� J #� � , � [x � � r �o����;� � {, � � �� i� �; N '.,� - `: LL ; �3 � 4 �] 4 S� � � a4 C� _� „� --� -,� ;,� . ,. � � � � f` iy � � � � � �� `-� o i� $8 ,. n� � � �,� �. � ..�� m � � it L} � �i8 � h� ���°� �� � � Ft T 7'1 �. � V� ..� .,� � .��'��`� ��Q� �i i� i i ! i �y� � � � � � �I � �^ � �� ;� �; � 4 � � i�s i� i�i � � �r �i ,�� ��.,_ 3;, � i r1 i� Hi1441�i�� � � ! � .. I :.� � G � � � � �'�`� I ��� _ � ��� � � � +� � Fi V� � +i � � L � 1s �,° ., � � V E� � '. L3. `� 'C i 5 °�' � �f9 ay� �" �� + � '� � iG � i � ��i � � � r,o r� � � ;, ,'3 'c � a '� � � �y � � � "'��� °� '�� ' � � 2020 CONCRETE RF.STORATION CONZRACT 4 City Project �Ta. 1D2696 00 32 15.1 - 0 CQl�l51'RUC110N YRdGRESS SCHEDULE — BASELINE �XAMYLE Page 4 of 5 CI'�'1' OF FORT WOIi�S 2020 CONCRETE, RESTpRATIQN CONTRACT 4 STANDARD CONSTRUCTIOIV SPECIFICATION DQCUMENTS Cify Project No. 102696 Revised JULY 20, 2018 003275.1-0 CONSTRUCTION PROGRESS SCHEDULE — BA3ELINE EXAMPLE Page 5 of 5 1 END O�' SECTION Revis4on Log DATE NAME SUMIVIARY OF CHANGE July 20, 2018 M. Jaree]E Initial Issue C1TY OF FORT WORTH 2O20 CONCRBTE RESTOiiATION COIVTRACT 4 STANDARD CONSTRUC'fION SPECIPICATION ➢OCUMENTS City Project No. 102696 Revised JULY 20, 2D1$ ao 3z is.z - a CONST3ZUCTiON PROGRESS SCHEDULE—PROGRESS EXAMPLE Page I af 4 1 2 sEcTzoN oo �z. �s.� CONSTRL7CTION PROJECT SCHEDULE — PROGRESS EXAMPLE 3 PART1- GENERAL 4 The following is an exaz�rzple of a Contractor's project schedule that illustrates the data and 5 expectation far scfiedule content depicting the pragress for the project. This �ersion ot� the 6 schedule is referred to as a"progress" schedule. This example is intended to pzovi�de 7 guidance for the Contractor when developing and submitting a pragress schedule. See 8 CFW Specification 00 32 IS Construction Project Schedule for details and requirements 9 regarding the Contractor's project schedule. 10 11 12 13 X4 15 I6 17 18 19 20 21 22 23 24 25 26 27 C1TY OF FORT WORTH 2O20 CONCRETE RESTORATION CdNTRACl' 4 STANDARD CONSTRUCTION SPECIFICATION DOCUM�N3'S City Project No. t 02696 Revised J [1LY 2Q, 2018 00 32 15.2 - D CONSTRUCTION PR4GRESS SCHEDULE — PROGR�SS BXAMPLE Page 2 of 4 1 � o � � � � � C`� � �1 C .� � � � � � � L� � � � �� � � � � ❑ � � I� � � �� � F"' J � � � � � � � � U 'I i 'k I �� �'�"` � �.� �'F� � ��:� � � � y. ?. Y �M. J1. +i .d ��ii W rt i�i iU ��i � ��"�� � ��� � �r f��� �= �!� ��� I Fl i�l,;i :;1 al � � ���� * �; � � ����� ��.�� u ���i�r .. ..i�� � ri�;�! r r .- n i� '+'�� c'+ .'�,' ��t i NI�IR�'W 5�1}Ir f'} V I 4I ��- ' R '� � �i I�I J i I � � � �. M � 9� ��� � �� �`.ia ��; ,� '� o I� � �� E� �. � ! � � �f��� '�'i ���h'�� � �I.�, 1'd �'P! �i L' � I - Ki�i:n � n S � � �.bi i4R �icS �i� jI , I I ,l li:i {� o isii..l., ro.� ��'�i.�.i��:� c+ �_ � i.� u u�criu ��� �: �:'k: a:il= W o i� K� . I " . � .. . + . .i �i ,��-'���i.�'��� .� w, r� .� .� .� �� .i � =M �}� I1 k� � ii i T �`�' � � % i;'�%.F��fil�fl il S� kl �� � C�� � � �' �` ry `� I I.,L�rS�����.i,�����:Je�e��,�s. ���' 1 f� 5� �, +�� F y Fj' r 1 1 y 4. 'N '.� �I `L . � ' J'�:'1='�e`� � �'F ' -�.� :: �� hi l?' ia i� �; � r�� �: r� i.} ^} .n � n� w �s iir n� m �� I�r� il� rI s1 ai 11 n• Ir: ii{ RV ir, �I, n. v_� {I F �0 4 il f5 % }{r�'�i.•� � �' ���'�:�F��i' �� 1' �j { i} � �l �F �s Lk �} L'1 �1I i� i� � � �S F.' �' � `F � - � L ; �' f $ F } I i� '� � � #�J���F1'� �.���i�!�� y� 4� a .� �;��'? �� j � � � �� ,� � �' �� � b o;��� . �i , . . ,, � . „ �r ,� a� .� +rl a ��. w r�: ��� .��� .� .� :� _� �� ,} �� ., u, �i � w �� �� � � ;i��#�. ����ir �.� r � ������'���, z,`�' `{ �'a t, :.{ w� �� k� #7 � �� ��, �: � '� �:�.�j,�����:�',� ,�� � :,��.; � ���' � � � _� � �,� � �.y� � :r�;.. �" u!.� i.,. "i=. - 4; :=. ,. _ z�i z, �:, � ., �., � ,,.�Y � � � � ;�, ��, i .. � ., ,� ,,.: W � , �,� �. M.; .,,,.,�, � . . � a ., ,�� � � , � .. {{ �{ F slul� �;�� 0��{1:II � g L -; t` �C;�i .i ,� �� �� ;.i a.I n � � � 1;:���:� � '7 � a�� � ;a � z�� ,�'� �'� � � � g �i � �� � � a',� �u �': .� .a��; �4 Eh s�i�-��,• ;�.. � � i� :a� � � �, :� i� t;��'.� ;r�u,�'2��;� �i�;�:�'��� �'������ �L�: i I I i ii +� � ;r'Y:'°ri+��l"FI4rl� �i° <:''� � �'�r. �.io. 4;��f ��. GC ii r.� �.� .� � i ' � i�ili I i .I ,�'i, S ^�^Ir"! �� ^i^!i3 #3,t?�� � ,I", c,, �� ��.���i�� ,� � .. �t r� �7 "i.�.p � � .. ... . ._ � ' _. I � � I � � � I ' � � � � � i I I I ( � � � � � � � � � _. � t'... � �; ` ti,� �1� �w;�� � ����r i,;�� �� � � 6 �' � Y': � �Y �� ' �- �� � fl����'c: 4�'�'-��i- � � 9� �� r "� �±:'°'+ ��.�i �� e u � �� '�' Lf � — K��y ,m � �� �`-i �, � � �'� �i�� u+ �.n ��c'�:�� � ��f��,�l� i: iil � i"i. � i� d4 � � �il +�',�;;� � I � ��r'wy�l�:l�2�f��",af.';,�$"�"*�R ;��� `:�.�i�;�:�i..,�y ��;,.:,�. , .rF� � ����::��� ��; Fl��lr � � n CTPY OF FORT WORTH S'�'ANDARD CO1V5'�'RTJCTIpIV SPECIFICATION DOCLJMENTS Ttevised 7UL�Y 20, 20L8 � � � � Q � $ � � � � � � � � � � :� � � a '� � �, � I � �i �i � �( � �/ � � � � J:a � �� � � � � i � �r � � � � � � � * � � � � �v, � 2020 CONCfLETE RESTORATIdN CONTRACT 4 City Project No. 102b96 � 2 �, rt fi} {�� f1 � � � � �` � R � C¢ 0. � L� � �y"y' L/ ■ C� � #+ #� � .� � � � � -� � �� � �? � � � � � � � � �� �� 00 32 152-0 CONSTRUCTION PROGRESS SCHN,llULE — PROGRESS EXAMPLE Page 3 of 4 i F i i I i i I 3 . � �----�--------:r_..----�------------! -------._�----------=--------!---------�- ------- � ------ ' - - - . -- - . ;__ , �.; ..---- � __..._.,�-------- ---------- �---�� ---� ------- - • �- ---- - -----; _-- —_— - ., � „ ., ,,.��. , . __i.. �:i�.. � . r�..i.���.� ""' • ' � "� ' �., ��.� � � ��----��--_T:�::_:1- �—� , . ,- ��..----- � _ . j _��__��i.�a��*� T'�L�-'_�. .,,' ���1;'. � -_ ---- � _ ..,.-^ --�----- �--•----�- �--� --�- ... � � . . --- . . . . �- �.- yT. —.�. .., „r , .• �+ .� aa ,.-.. ,� ,a ��.,,:,, ., .� ,,.. .�� „ ,,,°„ „- � � L'r'z w G 4� ��,d »�, s� „ or. k+ � ��� �, ., .-. ' F u M1 ii' r� nl w� yi w•i �ai u�i w� iir li ii� ,i� ��ii .{� .i� �. .� � I :1 �4 �, ��I Sf ! �' �i �1 I F1 �� � 41 1�1.FI "�i�,f� � 4; �' � �i;�� {r �,� � ����, ,w y � �._ �"� ;'��I�t��l�� �;5�`�Y;:;F-�:; �' ��a"'.�;�".,, ��kl:'e'�' �'� � � '���}���'"j���' 'r�i1r 4 ���b �'�� ���+'�'�J''���+':����;��� , � i ,� r } � =! . . . � � �- L' _ :r] � i: � � tS , . f tl � P dp Nr �rlii r. . �� �1 - '� �� �� ;I 7� a; y� �.� .� F� .��i t' �i s� ��?�:u �� � � � � �� � � � { �I � � ^ ^� r� j. , , 5� � � �� +�� t;, .� � '�� � 'f ,� 7 _. , „ „ !- � � „ � , ,., . ' jk7 ,e� �' :'1 , � �5 � ' � �I }1 i: c� i� SL � :� :� �; � �Ifl }� � h'k:i��� w�l}�!��2��� ����";�fi�,�����,a�!� _ �y t. ._ � ., : �' =�' :�. :A I} �4��� � � iy :+i�.";',: iJ .���� U ia u � u 6 ks 2� � C.s u u�j u I + 4���,IN�+'i +Y � L'r�� �i4ri� Nt �.� r���i �. t..�ISM f1l.J t� - � iitlu� � T1 4 �y.� � ��- F� � �� ; Ir� �*� � � A F{ 'l � � I � �' I o u I I � � �� M � � �j �� j{ f, � ,� j4��w� �� F' ]� �� G. 1-J M1" } yy� � L r i n �. i,i � I� i' fi �� y� � n ! � ,�i� I i „ . � � :s �,��, _ }� �.y � �� ��I��`a'� � ����G i ��� ���I r� d' , s ����`��� :i �.i.��� �y ���, 4 �s � :k��I ■ f� l,�,kl i1 i! fl n' � � t ;S� :� i � � �:I �iI�,�S ����1 C1TY dF FORT WdRTH S'xf�N�AItI� CONS'1'RL�C'I'IDI�T SP�CTF'ICATION I]OC[7M�1VTS Revised JCSLY 20, 2018 ,,.,.. t�, ., „ ., oi� ih �.x I �. �7 :� I [ ��; �� I � V � � �?l�� r 'j;� � ��� �. � ; � . - •^lin,i. { rn +ry �� � � •I , , , � ,�j'�� �� � � I '{I �1 C, :` a ,. �� I ��' �,�L'���i � � t. Fr ri ...i .� .� �i .i �... � •� � u:�P ^ � ����, ih ! ti� kt ., • . €'��IR�P'rl•`jj1 �[e�{� � � � q i �y �'�i+i � �I�� , t.v�� �ry +y y' ���� r{�1� �1r .} � I � I a.��ii{n,��� �� I�.� ' ��� ' � r,' � :����.���4. �' �� ,,. � .. .w. 0 .�, . . M � ,l:f� �; �� i; �, �I� F.t �' �.1� v�;'���I�iI al:��;} F� '� 'FlI �� u 2,' N� �' �'�� � � I o � � #����'$��� . S�i � � � � � � � f� �� bJ � � � � � � � � � 4 o CF, +� u� � � � � .� �t � G � �I �--I G � �n • ,., � . :I � r. ,.� � n ml� F n . I ��:I- " -,�. I . � � i�� '� '�':r:� � .. �� " � �`-'. 'ai p � n r � $ 4I a �, � �;�� �� �� �� � ����Ir !W S $ � M! � � }i � � � '��.t .������ � �` I I� �� � 1� I � �n y' C '�3�b i]� i,� 5 � � i� � �'��� � � � � � �� <� - �� ��;��� � r V. ��� � �+r� � � � � b c �}�L M �5 L �I �F „`'r � �i t;:t T� . . � t4 � :l � �:a?�r�� &�a...i . � � � � � � � � p � � U ♦ � � T # �" � �yy+ L � � � �� .� � � U ��� 2020 CQNCRETE RESTORATCON CO�T'I'RACT A Ciey Project No. 102696 DO 32 15.2 - Q CONSTRUCI70N PROGRESS SCHEl]ULE — PROGRESS EXAMPL,E Page 4 of 4 1 END OF SECTION Revision Log DATE NAME �UMMARY OF CHANGE .Tuly20,201$ M..Tarrell TnitialIssue crr� o� �ox� vvoxrx STANDARD CONSTRUCTION SPECIFICATION DQCUMENTS Revised JULY 20, 2018 202U COWCRETE RESTORATION CONTRACT 4 City Project No. 102696 00 32 15.3 - 0 — P80CxAESS �IARRATIVE Page 1 of 1 SECT�ON 04 32 l S.3 CONSTftEJCTION PR07ECT SCHEDULE PROGRESS NARRATNE Reparting Period: Date Issued: Project Name: Company Name: City Project No: Engineer's Project No: City Project Manager: Engineer's Project Manager: A. List af acti�ities accomplished in the reparting period. 1. 2. 3. �. 5. 6, {insert text herej (insert text here} (insert text herej (insert text herej �insert text herej �insert text herej B. E.ist of acti�ities to be accomplished in the �ext reparting perioc� 1. 2. 3. 4. S. 6. (insert text here) (insert text here) (insert text here) (insert text here} (insert tex� here) (insert text here) C. List any potential de 1. (insert text here) 2. (insert text here} 3. finsert text here] D. List any actual de �. (insert text hereJ 2. (insert text here) 3. (insert text here) and and ide mitiqation actions de reco�er� actions City of Fort Worth, Texas Construction Project Schedule Narrative Report for CFW Projects 7PW Official Release Date: 7.20.2018 Page 1 of 1 00 32 15.4 - 0 CQI�STRUCTiON PROGI2E55 SCHEDULE — SUBMI'ITAL PROCSSS Page 1 of 7 1 2 SECTXON 40 3� 15.4 CONSTRUCTION PR07ECT SCHEDULE — SUBMITTAL YROCESS 3 PART1- GENERAL �4 5 6 7 $ 9 10 lI I2 13 14 15 16 z� 1$ 19 20 21 22 23 24 25 The following information provides the process steps for the Confiractor to follo�x+ for submitting a project baseline ar progress schedule for a capital project to the City of Fort Worth. See CFW Specification Oa 32 15 Construction Project ScheduIe for details and requirements regarding the ConCractor's project schedule. If you are �ot a registered CFW Buzzsaw user, please email or contact: Fred GrifFin, Buzzsaw Administrator City of Fort Worth Fred.GriffinC fortworthgov.org 817-392-$868 � Navigate to your Project Folder. Verify that your Project ID and Project Narrie are consistent with Project Folder Name. Navigate to the Schedule Directory under your Project Folder. The OQ701-F1aYseed Drainage Improvements project is used for illustration. C1TY pF FpRT WORTFi 2020 CONCRB'� IiEST012ATTOIV CONTRACT 4 STAI+�DP 1217 COIVSTK[ICTION SP�Cll�TCATION DOCUMEIV'FS City Projecl Nv. 102696 Revised 7ULY 20, 201 S Using your registered username and password log into the City's Buzzsaw Site 003215.4-0 CONSTRUCTiON YROGI2�SS SC�TE1�iJI�E — SUIIIMI'I"I'AL PRpCESS 1'age 2 af 7 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 p. Est Slew �L ueo � f� .J �,1dy= '`� ' i � ��� �� �-.�_.�.��,�Y J I ��,,.- �,,; ; w , , �t� Jr �i i� � i ' . ; '�' xS I � ",• �,;� I w� �. I �' �. - I {7J . I - [� o����ne.xrha-�.vo�.�ac.cJ., *� : 'a' U S.� F�nry i: ;� a� 5�aw�scs � ": r� ��+rYii_IW� ..� J CvnJ.ydlc � tiJ CcnYe=Lff Ci..dll � �'{WV��"� �. �JCrr�aCrAa�L6Laeaiilsr.t5 'a f� �Oe-rt�ra'�,n4s �a. � �iHi Mi*a'pM ��: �1 xw n� i+ � . "� t3� � ,� ur.ru.� ry� �: � 6p795 �uRvn f�e+Ca�riUu�' i. � Mh�S-SHw�YI�,.�<a�r�{hulr' �r �J. � �7p7ilo LFL�n1YK+siF��� 9di� � � PpAS-lwNrvYbr+� SCCk+fUn �k+� - {, � y.1F'� • i..rS•++n0.al-.IsinnLa. �h� W73S-I'nqP'YpilYU9S'Ye�rL�l i. �' 4P�Wk-0•SsAoed-�Frn I-�n In�'r� �+. � .7G7ilE �I�ka,Y]uvW !� � S777d-9�er�Ueekda5*-u'Qe��� +. ��qt�t - f.Fh+�r Ikxd � kL.� m a � n. -:,ta�.r.w�.a..n.�n�n,w.•�� S �' 4 Ti I�ni F!6{c+h L4'�In.r7� i t�_��c4� .r�� � L I+�+�F� .�nl_ S loid� Wke�� h'J�nIM1• L93 �1 ��—'- s� k� �ar�l ix� =4... IUA r, Two files will be uploaded for each submittal. A natave schedule file forznat ezther Priznavera .xer or M� Project .mpp and a PDF vers'ron of the schedule will be uploaded Verify that the file name contains the 5-digit Project ID, Project Name, and Submittal Date and follows the standard naming con�rention. Lnitial schedule submittal will be labeled as `Baseline' for example: Q07 01-F1�cseedDrainagelmprovezxaen ts-B aseline Schedule subz�azttal updates will be labeled with Schedule Submittal Date `YYYY_MM' for example: 00701-F1aYseedDrainageImprovements-2009_a 1 Expand or select the Schec�ules folder and add boCh the native file and PDF file to the directory. From the Toolbar Select ❑Add Dacument C1I'Y OR FORT' WORTH STAIVDARD COIVSTRUCTION SPECLFICATION DOCUMEN`1`S 1Ze�ised .TUI.Y 20, 2D18 2U20 CONCRETE RESTOTtA'tTON CONTI2AC'I` 4 Ci[y Projec€ No. I02696 ao sz zs.a - o CONSTT21[JCTION PROGRESS SCHEDULE — SUBMITTAL PROCESS Page 3 of 7 � 2 3 4 5 6 7 $ 9 za -r+x Esl Y.n 7cc+. '+eb � "�� I �°°� � I�I �.. � ��;a *� *�I � ' �{ � I'i I- � . ... � Fyu4� I� Q �e�� .. I -I r:��._; (=1 �,��� �.:�_�� �a:: ' � �_rk uu7ui �;,r�dnu,.q.F�w�..�-J�. �� . ..oY.er _ r�f:Fsm� �� ' — '��,] LL-�4�'PEr+er � j�J Ccratruh�� + U rmr��tuiLs � {GI.'M"'fil � 5.�4�411P�II:�i{'{{ .. � �A�ne�[x,:a?14r�:-n; �a-�,'.Syre'-- ;fl "r�.'xcY�4-S: . ��f P�^;:a�erY�Gs r ��f fierlFrnpr�rr �� J� Srl�.�ki.. Ux-.� .4 j_'� :lUk� i+��[GJ9! U'ben4'��n7esCs^�3L1�sG�ru1 b ,[� W'T05�IYt�nNS��e�LanvLaxf�r�;y' [i � OIITJd . I4�IM .�'.��.� a` Ck.�l�l {iYrr.'�i, ii� � UI11iG5 -LY^:^ F�a,lef iECFaha r;e� raf 5 � WJ1yd-5a�1a4'SeaeRtl�d�KanheciLY �r � OJ73S �?I-s4�orRdIC94 tJi�ll�+r 1 QYe� ? � 677Cd �Drk�{Sp�! S'1un[U.ri14{r�fn . � i077d L!4'�+•'Qwrid . [�j} �7177de -:n.�mlrC,ee4 hS�nnaro ;3ir�1 r: � 1 Select Browse and go to the location of the fiies on your desktop. Select Onen � -- � _ — �I _ ti���— _�I �setrexwTen:jruxrorreprapecinrad�xwran,�ea�wma�osuv.k?qµ�a[���U� � M►�� �. � � , � . , , o��e Alxht,m����rt �erla+u FieLx�hu�� M1�YF.._ S;u� Sn.k E�a� rp}Rvla�� Lu�h � � ` �, C� '�l ' z ��Htdav'enu �xnUL�l^[rxh�rvqyPr4J I� I �'�NCc�fW�r �n1�mo�oGesPayer FarPsceY �.Jltylik�:�ilYyef� �jir�UrlryoF`e�' � Lloei.racfi � ��2o�r.�a6aklF7c?=��m� rt7gcarpyj�w,�": a-- � ilarn{L'�+R#.i� �CerrY.xtieo'p �- ���.� y��e�az..r�ae �c�xv�e,c:•:r�cre:s � � � � i.i�+J� i�i� � � �. ' � I I . � � ' I M��� {"M�'�hILL4PN �j4osfxr��F71'LM:c7F�] �Fi�N'w �;���I �Gy�u! 0.�vb NO] � �a�ram �o��v�-+an�rtQ�.a�,�.r�A hYfGx�.-a�. ���F��"to�YkC�c:ese �'�i�.ehw�v+ls .�y{.:l Gl�Yuu�uil M: J�r �FkF'.aiWYJRPGC+�G � 1 �'IPSduhxSCir-�r Frr.i.s�xra7E�de� "•• /�'� !�muesCar�e:i La�np?e�rlh �{�� �Trr. ��loar. RM �n4vaiaf['.�aYers�26CI�riirOukeG.�4 ��tL�'er�'A � { ' _ S µd Nk.a4 1,5e rwn � �icfe fi..+t ry�,. Cy.rd ��� J AF�f� The file w211 appear in the Buzzsaw Add to Project — Select Documents window Select Next. CITY QF FpRT WQRTH S'T'ANT7AI2ll COAISTRUCTiON SPECIRICAl'IOIV DOCUMENTS Revised 7ULY 20, 201 S 2020 CONC�`I'E RES`I'OAATIOl� CONTRACT 4 Gyty Project No. 102696 00 32 15.4 - 0 CONSTRUCTION PROGRESS SCHEDULE — SUBMl'l l'AL PROC�SS Page 4 of 7 1 2 Do nat select Finish at this time. ' ��I � S�Jeudoa,�ieiGvueaitlrrtl�epreffeclxebf3r.h'w�€aaNsoadrtiaaCSscun�er-iReyYierf�'+�7� 4: grkat f � r�se.. 7 I �� . ��. ��� .�� i . �� harummta ,5:tbi�[r,nunenk fieF��e — — ---- — F"4Lacahon hhdd_. Seee ��td}d��"'���.:=:�w�lnmrauemen��2}]7��ioc L��a�mberd�.. iiJ�'_�_ 7{5]8 ia� [� NIICia�i 3 4 5 b 7 8 9 10 ll 12 13 14 � � � :-}�iii�....ii:iil I . i F�}i.initl��d• ri�Gl���� i i �� , � � �� [' � �{r����. s�j�l,�n ,I �., �. .— ._ ..I— ��t� �._J �.d.,..� _ .F��,�.I You will be placed into the At�ach Comment window to enier a record into the Prajeet Schedule Submittal Log. Enter the Project ID-Project Name-5ubmittal in the Subject Line. Type Submittal and Cornpaz�y Nazaae z�to the Comment window along with Contact Narrie and Contact Phane Number. Select Next. ic �tirl�F'AOtlmnlMYlMihefahtrlhrt��'ia11dlEO�pi�1MRr1'Fk�}{�nGp�lrf*hfiHi4iL+41��'Hkr1� l�r� ►ia4� 4 upka�ul +�.t�t'Y�.,...�y r �ddrnnrrrn[�newd��� ..��.���,K,�� �� �I �fJ�l �� �J � ���J -:J� U --I �dY��lEdd �%i}�y�,' �+�}j�LS�Y�Jlla05'£IIC.fI`J' �iOGIfIG Ha��Lti�x. 6�6 SdN2Ur 9iknklal h�n 'LLw�+�na.`�+r-e ` Css+aCl r+e11K �=w �[LPhW�I Ir S�ed1r �inmrld �rac 't rQ¢�4 ' L�Tr` tar �r�mk �n knmrd w �� ]om�.•rY ] i_ ]{i�3 icL �lin- iiLFi7W�+� � I • �* 1_ rlrYt �=I Frlsl.�_ .I _;_��i I +Irfi � 15 .,, � 16 C1TY OF P012`i' VVOR'F�T STANDARD CONSTRi3CTlON SPECIFICA'PION DOCUMENTS Revised J 11LY 20, 2018 2020 CONCRETE RESTpRATIpN CpI+ITRACT 4 City Yroject I�To. 1D2696 003215.4-0 CONSTi2UC1'ION PROGRESS SCHEDULE -- SUBMITTAL PROCESS Page 5 of 7 1 2 3 4 5 6 7 8 9 10 lI 12 I3 14 15 You will be placed into t[�e Send Eznail Notzfication windaw. Select To and the Select Recipients windaw will appear with a list of Project Contacts. Select the Project M�ager as the To Recipient and the �zoject Controls Graup as tlae Copy Recipient. 4�-��+----'�. �. "" � — � � _I �Iar.IrNiy.+�rt.w.r�Ni�w.�rrw.�y�rn��r��.�-�..wl�i.niF..�m..,.nn..��a �r` ��ii. ra�Mrw�+Nn� .�. ,,.,,. • . .�'..I_ :f __� �� .. I.� I *.I , �....� �.,�,� �,: 1 I — w ..�.�-� �� — - � c=.. x.��. i� � �i.��,r.w � hu�N �j :{�1.nuw�dG�� M�i I � � �3:�;��� � I.�.n _�� _I ��. � �;��:�:��„f, M im.7. r. . ��a � T�hi:k f.. i. Iw., f�u_.. ]uslet 9x 4 �a�er 5w,i s8erry�a lfN9?M1EBa oo�eaciu Y@W E�IN T�xrt � ]44�� �4�� l�iir4��.. f.. 11. T�I... 13i... ll � w i1 � 11 r 1M-� i �� Y+nrt�l T.� tY_. ir} VI. r.u.�. 5ii T�.. if1�.� ri� . M��rrt.� Y.�, �Y... +1A._� WN.. . Y... . �f'+. Wwr . �4.. Y.. .0 . I�. R.�. We� . ti'1.. �f?. waiw ,va r.. [�i.. i�.:� .. �� WS.�.... ���. • . h��... li... -., WS� I .. I O. L11.. �.. Yve�i. fi.. r�� i i/ . iee�.. rw ro- . �. rooe�i.� . i� n... rr�... �' r w. ., u , c,,.., �ra . ;+i �- . ,... Y. . fi � C/... ]f1 . i i�WL . � b'wr . •.._ .._ w��� {1r_ � e,l._. rt 4�iLu Lif���.m _.I �� . I Nirn.�:rwn "' ?I — __ � ' Select the Paste Comment button to copy the Comment into the body of the ernail Select Finish. CTI'Y OP FORT WORTH STANDARD CONSTRUCTIQN SPECIFICATION i]OCUMENTS Revised J[JI.X 2D, 2018 2020 CONCRETE RESTORATION CONTRACT 4 City Project Na. 102696 003215.4-0 CONSTRUCTI(�N PROGRESS SCHEDULE -- SUBMITI`AL PROCESS Page 6 of 7 <K ��3e'+'d �Rd ti a1fA'r fwT�Jert merm� ro4d}np Liem wf �r new v upd���klies. 9ks alq a e'PW'd #�er.l8oa�emLa I �1� �o�r.ir�i' � �+���.,t ;��.,.,- :,1 �J �� �.I �J .*.1 ��+S�C»dEHF�� xo_.� P�ralr fn --- - -- -- — — — - — -- ' IMlJv�#len � , QG_. �Pfbl�lCtritrdsTr2m �.. �J�h 4o-TGl�etri��rty���renls���e � $rim�i.or �mmrtvl hvn Ya�qu�„� nmr' R'r� ��4�R � 2 3 4 5 ,�'+�1.� 54hmlMll f� �P�ly FiAnu' f8' wrfk u�nrmrt �Q m L�v_vey 3 k. :�'C9 MdR,# P}�ry;{ `�[t� I� f#M�'� Cxq� I+a1R "['he schedule file is uploaded to tEie directory. An emaii is sent to the City's Projeet Manager and Project Control S�ecialist. , �s�:�� p ,� � +� • -� �� �] a;. � r# x P � , I tx �� � �:.� � i �� � �' ..I - I � ' � F:,� ��� ���, �I I r�:-:���i�, e�. - ---,-- ...I.'L'�.1111M:�.�-� ' F!Y'ry � .' ..'.y .. taro, R.....ao�.�U.,t. :�i�. qre� +�1� 6w t. . F�IY� �.�3 a� � Fd�Fu�n �]�r.�rs4V�s w f.+E��M1n 5�771+ FM. �YFFsyYf 4L�1'd0J1 a 7qR ,�L1a��nR�r '�� .ti��r.... 1it4� x:A�� N;ak4 -� i� � [.vti�� - •� � Ca^rYa•-+ �;�arlr s' �. ;� is,ayo�dx= �::���� � ��irv�ir��e.�Cs�.rc�L•r'::cs r J �"^e,�SR�,a. '- _ �-� .�r FY.ez, � . . . J rxn�r�:=�. 6 7 8 9 10 11 -'J�+� �,a�r:r�....�,.,wr ����,.�: �J wau�uL1 ., � J una.� .i.� WniS.iilw��l.a•[.aa�4ww•rzl u' � WXuS L�WnYl�+CirQ�Unle"ti.� i Wm-iiMRt�.,iYr.5iiW4e�rfs� f 4PfiA-uIR+�'J.�Xf.1.41i.r;.. i � 07Y� 'xcrr5.�m qW�:x��.�i�t �+ � N'fx' Flyr.re M 3p'H GF'fm L �ia �T'J - IS�II R4� -�/rf f.r a [-ifr. F � hi71�.i.L-.•t'�ra� � 1 l ! Uplaad the PDF file using the same guideline. 12 END O�' SECTYON 13 � 14 C1TY OF FdRT WOKTH STANDARD COIYSTRUCTION SPECIFICATION DOCUMS�ITS Re�ised ]ULY 20, 2018 0 2020 CONCRE'�'E RES'I'ORATION CflNTRACT 4 City Project No. 102696 00 32 15.4 - 0 CONSTRUCTION PROGRESS SCHEDLILE -- SUBMITTAL PRQCESS Page 7 of 7 Revision Log DATE NAME SUMMARY O� CHANGE 7uly 20, 2018 M. Janell Initial Issue Ck'I'Y OF FORT` WOR"1'H 2O20 CONCRETE RESTOltATION CONTRACT 4 STANDARD CONSTRUCTION SPECIFICATiON DOCiTMENTS Caly Pioject Na. 102696 Revised NLY 2Q 2018 0035I3-1 CDNFLICT OF 1NTERSST AFFIDAVIT Page 1 of 1 i 2 3 4 5 6 7 8 9 ia 11 12 13 14 15 16 17 18 19 20 2I 22 23 2A� 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 SECTION 00 3513 CONFLICT O�' YNTEREST AFFIDAVIT Each bidder, ofFeror or respondent (hereinafter refez-red to as "You"} to a City of Fort Worth procurement may be required to complete a Conf[ict oiInterest Questionnaire (the attached CIQ Form) andlor a Locat Government Officer Conflicts Disclosure Statement {the attached CIS Form) pursuant to state Ia�c�w. You are urged to consult with counsel regarding the applicability of these forr�s to your company. The referenced forms may be downlaaded from the �inks provided below. htt s:ip iwwv� etni�s_st ite t�_.us/formslconflict' � � � �� � � CIQ Form does not apply CIQ Forrn is on file with City Secretary CIQ Form is b�ing provided to tl�e City 5ecretary CIQ Form c3oes not apply CIS Farm is on File with City Secretary CIS Form is being provided to the City Secretary BrDDER: �, _ , . �,1 ��.s�e���,.. Company ��.n���.-� Address � � ' ��, �.��� } City/State/Zip .� By: �� � , 1��� - lease Print) i , ,> Signat% `i �.. Y,�,tv Title: ����.h {Please Pi'��, 41 END OF SECTION CITY OF FOR'T WORTH STANDARD CO3VSTRUCTIOi�! SPECIFICATION DOCFTMEI�lTS Revised August 21, 20i8 2020 CONCIiETE RBSTORATION CONTi2ACT 4 City Project No.102696 00 41 00 BID FORM Page 1 of 16 sEc�io� ao a.z o0 BID FORM TO: The Purchasing Manager clo: The Purchasing DiWision Texas S�reet City of Forf Worfh, Texas 76902 FOR: Ciiy Praject Na. UnitslSectiorts: 2020 CONCRETE RESTOI�A710N CONTRACT 4 AT VARIOUS LOCATfONS 102696 9. Enter Into l�greement The undersigned Bidcler proposes and agrees, if this Bid is accepted, to enter into an Agreement with City in #he form included in the Bidding Dacuments to perform and furnish all Work as specified or indicated in the Contraci �oc�ments for the Bid �rice and within the Contract Time indicated in fhis Bid and in accordance with the �ther terms and canditions of the Contract �ocuments. �. BIDD@R Ac�Cnowledgemenfs and Certification 2.1. In submitting this Bid, Bidder accepts a!I af #he terms and conditions of the INVITATION TO BIa�ERS and If�STRUCTIONS TO BIDDERS, including without limitat+on those dealing with the disposition of Bid Bond. 2.2. Bidder is aware of a[I costs io provide the required insurance, will do so pentEing contract award, and will pravide a valid ir�surance certificate meeting al! requirements within 14 days of notification af award. 2.3. Bidder certifies that this Bid is genuine and not made in the interest of or on behalf of any undisclosed indi�idual or entity and is nof submitted in conformity with any coflusive agreement or rules of any group, association, or�anizatian, ar corporation. 2.4. Bidder has not directly or indiractly induced or solicited any other Bidder #o submit a false or sham Bid. 2.5. Bidder has nat salicited or induced any individual or entity to refrain from bidding. 2.6. 8idder has not engaged in corrupt, fraudulent, callusive, Qr coercive practices in competing far ihe Contract. For the purposes of this Paragraph: a. "corrupt practice" means the offering, giving, recei�ing, or so�iciting af any thing af value likely to infEuence the action of a public official in the bidding process. b. "frauduier�f pracfice" means an intentional misrepresentation of facts made (a) to influence the bidding process to the detriment of Ciry (b) to establish 8id prices at artificial non-competitive le�els, or (c) to deprive City of the benefits of free and open competikion. c. "collusi�e practice" means a scheme Qr arrangement between twa or more Bidders, with or without #he knowledge of City, a purpose of which is to establish Bid prices at artificia], non-competitive levels. d. "coercive practice" means harming ar ihreatening to harm, directEy or indirectly, persons or their property to influence ti�eir participatian in the bidding process or affect the execufion of the CITY OF FORT WORTFf 2D20 CONGR�T� RESTORATION CONiRACT G STAN�ARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 902696 Form Revised 2095082� oa �� oa Bl� FORM Page 2 of 70 Contract. 3. PrequaEification: OMITiED 4. iime of Complet�on 4.'E. The Work will be complete for Final Acceptance within 240 days after the date when the the Co�tracf Time commences to run as provided in Paragraph 2.03 of the General C�nditions. 4.2. Bidder accepts the pravisions Qf the Agreement as to fiquidated damages in the e�ent of faifure to campfata the Work {andlor achievement of Milestanes} within the times specified in the Agreemenf. 5. A4tached to this Bid The following documents are a#tached to and rnade a part of this Bid: a. This Bid Form, Sectian 00 41 QQ b. Required Bid Bond, Section OQ 43 13 issued by a surety meeting the requirements of Paragraph 5.a1 of the General Canditions. c. Propasal Form, Section p0 42 43 d. Vendor Compliance to State Law Non Resident Bidder, Section 00 43 37 e. MWBE Forms (optianal at time of bid) f, Praqualification Statement, Section 00 A�5 12 g. Canflfc# of Interest Affidavi#, Section 00 35 13 �`[f necessary, CIQ or CIS torms are to be provided directly ta City Secretary h. Any additional documen#s khat may be required by Sectian 12 of the Instructions to Bidders 6. Total �ic� Amount �.1. Bidder will camplete t�e Work in accordance with ihe Contract Documents for the following bid amount. In the space providecE belaw, please enter the total bid amount for this project. Only this figure will be read publicly by the City at the bid opening. 6.2. It is understood and agreed by the Bidder in signing this proposal #hat fhe total bid amouni entered below is subject to �erification andlor modificatian by multiplying the unit bid pr[ces for each pay item by the respective estimated quantities shown in this proposal and then totaling all of the extended amounts. Tota! Bid 7. Bid Submittal This Bid is sui�mitied on August 27 2020 $1,189,797.00 by th� entity named befow. Respectfuily submitted, CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 2U150821 Receipt is acknowledged of thei in�r��i 2020 CONCRETE RESTOIZATION COIVTRAGT 4 CPIV 702696 ao a� oa BID FORM Page 3 of 30 : ,a, �y' a' F�--��' =� (Signature) Anqela Revnafds (Printed Name) Title: secretary Company: Westhill Construction, lnc. Address: 402 N. Border Cleburne, Texas 76031 State af incorppration Texas Email: �:���n�llcons�;aol.c�.:z Phon�: 817-558-25�4 �WI] O� S�CC710N CITY OF FORT WORTN STAN�AR� CONSTRUCTIOM SPECIFICATION DOCUMENTS Form Revised 20i50821 fo3lQwin Addenda: """"' Adde�dum No. 9: AR Addendum 1Vo. 2: Addendum No. 3: Addendum No. 4: Corporate Seal: 2020 CONCRETE RESTDRATION CQNTRACT 4 CPN 1 D2696 �oa u: Bid Bond . 11�arke'I lnsur�r��e Ct�r�pan� � �iIVIITFD PDWFR OF AT"fORNEY Know All tVlen by These Presents, That MARKEE INSll(iANCE COMPANY [the "Compan}�'}, a torporation duiy organized and existing under the faws of the State Df Illinois, and having its principaEadministrative office in Gien Allen, Virginia, does bythese presents make, cvnstitu#e and appvint Teresa Godsey . its true and lawful Attorney-in-fact, with full power and authoriYy herebyconferred in its name, place anci steacl, eo execute, acknowledge and deliver any anc! ali bonds, recagnizances, unciertakings df ather ins#r.uments or contracts af suretyship to. include waivers to the conditions of contracts and consents of surety fot, . providing the band penaity does nat ex¢�ed � . . Principal: �fggthlll C011Sf�'UCtIQI�, �nG. obli�ee: City of �'ort Worth, Texas � Amoun�s:S Fi�e Percent of the Great�st,4i'nount Bid by Principal {5°/a GAB} and ta bind the Compa'ny thereBy as fully and to the same extent as 'if such bond were sigrted by'the Aresident, sealed with the corporate seal of the Cornpany and duly attested by its Secretary, herehy ratifying and conFirm�ng all that ihe said Attorney-in-Fact may do in the premises. Said appointmenE is.made under and hy authority of the Following resolution vfi the Board of �irectors of Markel fnsurance Company: � RE5fll.VE�, fhat the Presldent, any Senior Vice President, V.ice Presidenl, Assistant Vice President, Secretary, Assistan.t 5ecretary ar Assistant Treasurer shafl be and is hereby vestetf with fiufi power and authorlty to appoinC any one or rnore suitable persons as Attorney�sj-in-Fact to represent and acffar on behalf of the Company, subjeeE to tbe folfowing provislons: Attorney-in-Facc may be gi�en fuli power and autharity for and in the name oi and nn behalf of the Campany, to execute, acknowiedge and deliver, any anc!-alE honds, recognizances, contracts, agreements or indemnity and ofher conditional or obligatory underta&ings and any and all notices and dvcutnents cancel3ng or terminating the Gompany's iiabiiiry therevnder, and any su�h fnstruments so executed 6y any such Attorney- in-�acE shall pe binding upon the Campanq as if signed by the-President and sealed and eifected by the Secretary, FU aTH�Et RESOtVEb, that the signatu re oi any auihorized officer and seal of Che Companyheretofore or hereafter afiixed to a ny power of attorney or a�y certiflcate reiating thereta by faesimile, and ariy power nf �ttbrney or cer#ifica#e 6earing fatsimile signaEure or faesimile seal shall 6e valid and binding upon the Company with respect.to any bond �or undertaking to whlch it is atYached, In Witness Whereof, MARKEL INSURANCE LOMpAiVY has Caused these presents to be'signed hy its Senior Vice Yresident, and its corparate seal to be heretu affixed this 20th day of Auc�ust . zo 2�0 . .. Comrrlonwealth of Virginia Henrico County M A R KEI.-1 N SU�J CE��M PA N Y .r I " r-,,..-•..,... . ��"' •- ,� ..� �y: � ��'�.�-•� . Ro61 Russo, nior Vice President On this 20th day of AGQUSt' -, 20 2d before me personally came Roqin Russo, ia me &nown, who'being 6y me duly sworn, did depose and say that he r.esides in NenriCo County, Virginia, the he-Is 5enioi 1/1ce F'resident of M.ARKELlNSURA[VC� C0IVIPANY, Che company descri6ed in and which executed the above ins.trument; that he knows the seal af said Company; thai the seal �ffixed to said instrument is such corporate seal; that it wes so affixed by order of the 8oard of fJRrectors of said Company; and that he signed his name thereto by like order. . , ; . JJj _ �IDz:x , �y�,AKY � �I 1� f£��j f T.r ..� - `.•�`�'.�y,AY9� E,.�ry3�i2`�� GaGA�I!�Ls . �.�5'°"�����fF"l.�j'r'�.:.�}_,3 . - •.�` 5, if ¢ � d� { : a r" r ; �lFli�'y Atli7�iC, �T�EB Of �S �y' � s•; .'�; t�aY�sn,r 6�,::�f 1��c����x€? - Casey Gauntt, Natary Puhlit �''"�N .� �y Cwm��sslnn ��i.es ""o� ��' �a�i�� ��, ��� ' f, Richard R. Grinnan, Vice President and Setcetary-of MARKEL IiVSliRANCE COMPANY,. da hereby certify that the �boae and foregoing is true and cvrrect capy of a Power of Attomey, executed by said Company; which is still in full'farce and e,ffect; an�, furthermore, the resoluEions of the 8oard 6f �irectors,set out in the pawer of Attorney are in fuil force and effect. - Given under my hand and the seal of said�Company at Glen ICller�, Virginla this 2�fh day a( AU�USt , Zp24 , � � . - By: �t,�$�+d'�a'�7 i�r'� ,,,.,,_•-'m`-- � REchard R. Grinnan, Vice Pr�esident and Secretary Any instrument issued in ekeess of the penalty stated above 1s.totally void ancl.wlthout any vafidity. For verificatlon of the authority of thii Pawer you may call (713j 812-0800 on any buslness daq b�etween $:30 RNf and S:OD PM CST. M�r��� �n���°a��� ��rnp�n� f�,11� ��N� �I�l�� C�IViAIIVS 1�PO�YANY COV��A�E IIVF'ORi�YAYI�N Stafutory Complaint P�ofiice To o�tain infarma#ion or make a complaint: Ya� may caff the Surety's fall free telephane number for information or to make a complaint at: 1-8E6-732-d099. You may also write to the Surety at: Markel Insurance Company 9737 Great Hills �'rail, Suite 320 Austin, TX 78759 iVon-Texas Rider a10106 W 4243 Blo FORM Page 1 a11 SECTTON 00 42 43 PROPOSAL FORM U��� ����� ��� Bidder's Application Project Item Information Bidder's Proposal Bidlis# pescripkion Specification Unitof 6id Unit Price Bid Value Item No. Sactipn No, Measure Quanfity 1 0135.020i Remobilization 017000 EA i $500.OD $500.00 z 347].00�2 Portabie Messa e Si n 34 7S 13 WK 15 $700.40 $10,SOO.OU 3 9999.0000 Removs and Re lace 6" Concrete orivewa 02 41 13f 32 13 20 SF 2,000 $8.00 $16,QOO.DO 4 9999.0000 Remove Concrete and Re lace with 7" Cancrete Pavemeni HES 42 4i 151321313 SY 12,270 $76.10 $933,747.00 5 3i23.0101 Unclassified Excavafion 31 23 i6 CY 200 $5.00 $1,206.60 6 3211.0922 Flex Base T e A GR-2 32 i'I 23 CY 1,500 $40.00 $6�,000.00 � 3213.0206 Concrete HES extra Ae th 32 13 13 CY 100 $130.00 $13,000.06 $ 3292.0104 Block Sod Placement 32 92 13 SY 2,000 $12.04 $24,0�6.00 9 3213.0706 3oint SeaEant 32 13 73 LF 2,000 $1.00 $2,Q00.00 90 3305.Oi08 MiscellaneousAd'ustment Ulilities 33051A LS 1 $10,000.00 $10,Oa0.00 t1 9999.0000 Ge rid Tensar 7RIAX 140-475 orA roved e usl 99 � 00 SY 7,000 $4.00 $28,000.00 12 3217.200� RaisedMar[cerTYW 321723 EA 20U $5.OU $1,000.OQ 13 321720D2 RaisetlMarkerTYY 321723 �A 20� $5.00 $1,Q00.00 19 32172141 REFL Raised Marker 1Y I-A 32 17 23 EA i00 $5.00 $500.00 ,� 3277.2902 REFL Raised MarkerTY1-C 32 t723 EA 100 $5.06 $500.00 16 32t72103 REFLRaisedMarkerTYII-A-A 321723 EA 1QO $5.00 $500.06 �� 32172�04 REFL Ralsed Maricer lY II-C-R 32 17 23 EA 140 $5.00 $50Q.00 i$ 344f.1301 Loo �etectorCaBteSawcut 344914 LF 400 $1.00 $400.60 19 30.0.1.1302 14 AWG Loo Ueiec[ Cehle 34 41 10 LF 400 $1.00 $4Q�.00 20 3217.000'I 4' Solid Thermo lastic HAS Lane Line 32 17 23 LF 2,OOa $6.00 $12,Q00.00 21 32i7.0261 8" Salid Thermo laslic HAS Lane Llne 32 97 23 LF 404 $6.00 $2,400.00 zZ 3217.0301 12" SL� Pvmt NFarkin FiAE 32 i7 23 LF 400 $'10.a0 $4,OOO.DO z3 3217.040i t8" SL� Pv�nt Markin WAE 32 f723 LF 440 $"15.00 $6,OQ6.00 24 3217.0501 24" SLD Pvm[ Markin iiAB 32 4723 LF 400 $20.00 $S,OQ0.00 25 3213.050t Remova and Re lece Barcier Free Ram T e P-1IP-2 �2 a1 13! 32 13 20 EA 4 $2,900.00 $'11,60Q.00 26 3213.0501 Remove and Re lace 8arrier Free Ram T e R-9 02 41 93! 32 13 2o eA 3 $3,750.00 $11,25Q.00 27 8989,ppp0 Remova and Re laca 4" Sidewalk 02 41 131 32 13 20 SF 690 $7.00 $4,200.00 28 3305.0106 Manhola Ad'usiment, Maior 3305 14 EA 5 $9,000.00 $6,000.00 z9 3217.5009 Curb Address PainUn 32 1725 EA 40 $40.00 $1,600.00 3p 9999,4096 Paving Construclion Allawance EA 1 $20,006.00 $20,000.00 Taafl Sid $7,789,797.00 CfTYOF FORT WORTH 2O20 CONCREfE RESTORATION CONTftpCTA S7AN�ARU CONS7f1UCTION SAEC3FICATION�OCUMENTS CPN 1aT686 Fwm RerheU 20150ffi1 r-� �l � ' � �� �, , , 1��, . � B!� BON� -.�,n. :.r..�.i KNOW ALL MEN BY THESE PRESENTS, thaf we 1Nesthilf Constr�ction, �nc. as principal, hereinafter called t�e "Principal," and MARK��. INSURAHCE COMPANY, at 4521 Highwood Parkway, Glen Aller� VA23060 , as surety, hereirtafter called the "Surety," are held ar�d firmly bound unto city of F'ort Worth, Texas as obligee, hereinafter called the Obfigee, in the surri of Five Percent { 5%) of the Amount 8id by Principal for the payment of which sum wel! and truly to be made, ihe said Principal and the said Surety, bind ourselves, aur h�irs, executors, adrninistraiors, successars and assigns, jointly and s�verally, firmly by these presents. WHER�AS, the principal has submitted a bid for_2Q2Q_Concr_�te R�storation �;or�tracf 4 at Various �ocations NOW, TF#�REFORE, if the confract be timely award�d to th� Principal and the Principaf shaff within suc� iime as specified in the bid, en#er into a contract in wrifing or, in the e�ent of the fail�re of the Pri�cipal to enter into such Contract, if the Principal shal! pay to the Obligee the difFerence not to exceed the penalty hereof between the amount specified in said bic! and such larger amount for which the Obligee may in good faith cantract with anotl�er party #o perform the work couered by said bid, then ihis abligation shafl be null and void, oth�rwis� io r�main in ful! force and effect. PROVID��, HOWEV�R, neither Principal nor Surety shafl be bound hereunder unless Obligee prior #o execution of the fir�al contract shali furn�sh evidence of financing in a manner ar�d form accepfable to Principal and Surety t�at financi�g has been frmly cammitted to cover the entire cost of th� project. SIGNED, sealed and daied t�is 20th day of Auqust , 20 20 . Westhili Constr�ction, Inc. (Principal) � ► = ' --- - ---_ � - _ ; - w ` ` Markel Insurance Companv �.� � � � BY: "\ ^ — a - Teresa Godsey , orr�ey�in-��ct 7H� RIf]�R A7TACH�CI HEREI'O IS [tVCORPORAiED IN THIS BOND AHD �IIODIFI�S COV�RAG� UND�R THIS 60ND. MSUR1� 03 '18 fl0 43 37 BID FORM Page 70 of '10 5�C710N 00 43 37 VENDOR COMPL.IANCE TO STATE LAW NON RESIQENT BIDDER Texas Government Cocfe Chapter 2252 was adopted far the award of cantracfs to nonresident bidders. This law provides that, in order to be awarded a contract as low bidder, nonresident bidders (out-of-state contractors whose corporate offices or principal place of business are oufside the State of Texas) bid projects for cons#ruction, improvements, supplies or services in Texas at an amount lower than the lowest Texas resid�nt bidder by the same amount that a 7exas resident bEdder would be required to underbid a nonresident bidder in order to obtain a comparable contract in the State which the nonresidenYs principal place of business is located. The appropriate blanks in Section A must be filled out by all nanresid�nf bidders in ard�r far your bfd fo meet specifications. The failure of nonresident bidders to do so will automatically disq�alify that bidder. Resident bidders must check the bax in Sectian B. A. Nonrasident bidders in the State of , our principal place of business, are required ta be percent lower than resident bidders by State Law. A copy of the statute �s attached. Nonresident bidders in #he State of are not requirad to underbid resident bidders. , our principal place af business, B. The principal place ofi business pf our company or aur parent company or majority owner is in the State of Texas. BIDDER: � � .7�'t� � • v:t� � �a+t� �.`n��- ��v�� ��x�`1��3t � BY �Y��.,� ���1� � - J� x,^.� ��-- - ' - (Signaiu Tiile: '� Date: � � �� � �Q END OF SECTIDN CITY OF FORT WORTH 2O20 CdiVCRET� RESTqRATION COI�TRACT 4 STANDARb CONSTRUC710N SPECIFICAiION bOCUM�NTS GPN 7a2696 Form Revised 20150829 00 45 26 - l CpNTRACTQR COMPLIANCE WITH WORKER'S COMPENSATION LAW Page i of 1 1 SECTION 00 45 26 2 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW 3 Pursuant to Texas Labor Code Section 406.096(a), as amended, Cor�tracfior certifies that it 4 provides worker's compensation insurance coverage for all of its employees employec� on City 5 Project No. 102696 Contractor further certifies tha�, pursuant to Texas Labor Code, Section 6 406.096(b), as amended, it will provide to City its subcontractor's certificates of compliance with 7 worker's compensation coverage. 8 9 CONTRACTOR: 10 ` , 11 �� `� � �iOw.,�, BY: � � � ��_ �_ � 12 Company {�. (please Prin , ) 14 � �� � [ ���� � Signatur� \ 15 Address 16 17 18 19 20 21 22 :��J�Y'�- ,� `� � j�;� � City/State/Zip THE STATE OF TEXAS 0 23 COUNTY OF TARRANT § 24 Title: {� (Please Pri 25 BEFORE ME, tY�e unde�rsigned authority, on this day personally appeared 26 �" �'�,� ,,� , known to me to be the person whose name is 27 subs ibed to t e foregoin instrument, a�d acknowledged to me that he/she executed the same as 28 ihe act and deed of ��?,►';; !�j� �UC'�rd!"i_ yrw? for the purposes and 29 consideration therein expressed anc� in the capacity �herein stated. 30 3I GI�1 EN iJNI�R MY HAND AND SEAL Q� OFFICE this ��+ day of 32 f�lqU , 20 �i.•' 33 34 ,�j � 35 �,�,,,,,,, // �� J � r"'ur n� % MA�2ILYN K. N�WBY � 36 =a��e��,� �otary �ubtic Notary Public n and for the State af Te � *, ; *� 5"FA,'I'� OF 7'�XAS 37 �w:�. .'e`� Nouiry I� A� 11815Sg� '`�'�,of�� l�ycomrn.F�p. t�.2ad�e 38 END OF SECTION fC3:� CITX OF PORT WORTH 2O20 CONCRETE RESTORATION COI�TRACT 4 STANDARD CONS7RCJCTTON SPECIFICATION DQCUMENTS Cily Project No. 102696 Revised luly 1, 2011 005243-� Agreement Page T of 5 � SECTION 00 52 43 AGREEMENT 3 THIS AGREEMENT, authorized on 1VovelnLer I0, 2020 is �made by and between the City of 4 Fort� Worth, a Te�as home rul� municipality, acting by and through its duly authorized City 5 Manager, ("City"), and Westhill Consirucrion Inc. authoriz�d to do �usiness in Texas, act�ng by 6 a�d tbx'ough its duly authoriz�a representative, ("Contractor"}. 7 Czty az�d Contractor, in considera�ion of the mutual covenants hereinafter set forth, agree as 8 foilows: 9 Article 1. WQRK 10 11 I2 13 1 A� 15 16 17 Contractor shall complete all Work as spec�fied or indicated in the Contract Documents for ihe Project ideniif ed herein. Article �. PROJECT The project for which the Work under the Contract Documents may be the vw�ole oz' only a part is generally described as follows: 2�20 CONCRETE RESTORATION CONTRACT 4 AT VARIOUS LOCAITONS CITY PROJECT NUMBER 102696 Article 3. CONTRACT PRICE 18 City agrees to pay Confractor for performance of the Wark i� accordance with the Confirac� 19 Documents an atz�ount, itx current funds, of ONE MILLION ONE Ili_JNDRED EIGHTYNIl�TE 20 THOUSAND, SEVEN I1[.JNDRED NINETYSEVEN.ANT� 0/1d0 Dallars (�1�189,797.00). 21 2z 23 24 25 26 Article 4. CONTRACT TIME 4.1 FinaI Acceptance. The Work will be compiete for Final Acceptance within 24�0 days after the date when the Contract Time commences to run, as provided in Paragraph 2.03 o�t}�e General Conditions, pl�xs any extensian t�ereof allowed in accordance with Artic�e 12 of the General Conditions. 27 4.2 Liquidated Damages 28 29 30 31 32 33 34 35 36 Contractor recognizes that tirtze is of the essence for completion of Milestones, ii any, and to achieve FznaI Acceptance of the Wor�C and City wiIl suffer financialloss if the Wor� is not completed within the tirrae(s) specified in Paragraph 4.1 above. The Contractor also recogniz�s the delays, expense and difficulties involved in praving in a�egal proceeding, the actual loss suffered by the City if the V57ork is not comple�ed on fime. Accordingly, insi�ad of requiring any such proof, Contractor agrees that as liquidated darnages for delay (bt�t not as a penalty}, Coiltractor shall pay City Six Hundred Fifly Dollars ($650.a0} for each day that expires after the time specified in Paragraph 4.1 for Final Acceptance until the City 2ssues the �'inaI Letter oiAcceptance. 37 Article S. CONTRACT DOCUMENTS 38 S.l C�NT�NTS: 39 A. The Conlract Documents which comprise the entire agreeme�i between City and 40 Contractor concerning the Wor� cansisi of the following: CI'I'Y OF PORT WORTH STA�]DAI2D CONSTRUCT[ON SPECIFICATION DOCiTMENTS 2020 CONCRE"I� RESTORATION CONTRACT 4 Revised 11,15.17 CITY PKQ)ECT NO. 102696 00 52 43 - 2 Agreement Page 2 of 5 41 42 43 �� 45 46 47 48 49 50 5I 52 53 54 55 56 F�1 1. This Agreement. 2. Attachments to this Agreement: a. Bid Form 1} ProposaI Forr� 2) Vendor Compliance to 5tate Law Nan-Resident Bidder 3) �:requali�cation Statemer�t 4) 5tate and Federal documetats (project specific) b. Curz'ent Prevailing Wage Rate Table c. Insurance ACORD k'orm(s} d. Payment Bond e. Performance Bond % Maintenance Bond g. Pavvez' of Attorney for the Bonds h. Worker's Compensatioza Affidavit i. MBE and/or SBE Utilization Form 3. General Conditions. �. Supplementary Conditions. 58 5. Specifications specifically �nrtade a part of ihe Contract Docume�ts by attachment S9 ar, if not attached, as incorporated by reference and described i�z the Tabl� of 60 Contents of the Praject's Contract Docum�nts. 61 6. Drawings. 62 7. Addenda. 63 64 65 66 67 68 69 70 71 72 73 74 75 76 77 78 79 SO S1 82 S. Docurzlentation submitted by Contractor prior to Notice of Award. 9. The followi�g which may be delivered or issued after the Effective Date of the Age�ment and, ii issued, become an incorporated part of the Contract Dacuments: a. Notice to �roceed. b. Fielc� Orders. c. Change Orders. d. Letter of FinaI Acceptance. ArYic�e G. INDEMNIFICATION 6.1 Contractor covenants and agrees to indemnify, hold harmless and defend, at its o�rvn expense, the cify, ifs offcers, servants and emp�oyees, from and against any and all c�ai�as ax7ising out af, or aIleged ta arise out of, the work and services to be per#'orrned by the contractor, its officers, agenYs, emp�oyees, subcon�ractors, licenses or invitees under this contract. This indetnnification provision is specif�cal�y inten�dec� fo operate and be effective even i� it is alle�ed or proven t�at aIl ar some of the dama�es being sou�ht were caused, in whole or in part, b;�„a.n� acf, amission or neeligence of the citv. Th�s in�demnity provision is intended to incluc�e, without limitation, indemnify for costs, expenses and legaI fees incurred by the city in defending against such claims and causes of actions. CITY OF FORT WORTH S`�AiVDrliiI7 CONSTRUCTION SPECIPICATION DOCUMENTS 2020 CONCIZL,TE RESTQKATION CONTRACT 4 Revised 11.15.17 CITY PROJECT NO. 102G96 Q05243-3 Agreement 1'age 3 of 5 83 84 85 86 87 88 89 90 91 92 6.� Contractor covenants and agrees to inde�nnify and hold harmless, at its own expense, the city, its officers, servants and �mployees, from and against any and a�� �ass, darnage or destructian of property of the city, arising out of, or aIleged to arise o�t of, the work and services to be perforrned by the eontractor, its officers, agents, em�loyees, subcontractors, licensees or invitees under this contracf. This indemnification Axovision is sAecifically iniended to oAera�e and �e effective even if it is alle�ed or pro�en that all or some of the dama�es bein� sought were cansed, in whole or 'rn part�, bv anv act, omission or ne�li�ence of the city. Article '�. Mi�CELLANEOUS 93 7.1 Terms. 94 Terms used in this Agreement which are defined in Article 1 of the General Conditions wilI 95 have the meanings indicated in the General Conditions. 96 7.2 Assignment o.f Contract. 97 This Agreen�zent, i�acluding all of t�e Contraci Documents may not be assigned by the 98 Contractor wrthout the advanced express written consent of the City. 99 73 Successors and Assigns. 100 City and Contractor each binds itself, its partners, successors, assigns at�d legal 101 repr�s�ntatives to the other party hereto, in respect to alI covenants, agreemen�s and 102 obligations contained in the Contract Documents. 103 7.� Severability. 104 Any provision or part of the Contract Documents held to be unconsl itutianal, vaid ar 105 unenforceabie by a court oi competent jurisdiction shal� be deemed stricken, and all i06 remaining provisions shall continue to be vaIid a�d bi�ding upon CITY and 107 CONTRACTOR. 108 7.5 Governing r,aw and Venue. 109 This Agreement, including aIl oi the Confract Documents is perFormable it� tile S#ate of i 10 Te�as. Venue shall be Tarrant County, Texas, or the United States District Court for the 111 Northern District of Texas, Fort Worth Division. 112 7.6 Authority to Sign. 113 114 11S �I6 117 118 119 120 Contractor shall attach evidence of a�atI�ority to sign Agreement if signed by someone other than the duly authorized signatory of the Contractor. 7.7 Prohibition On Contracts With Companies Boycotting Israel. Contractor acknowledges that in accordance with Chapter 227d of the T�xas Govemment Code, the City is prohibiied from entering inio a contract with a company for goods or services unless the con�ract coniains a written verification from the company that it: (1) does not boycott Israel; and {2} will not boycott Israel during the term of the contract. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIk'ICATION IJOCiJMENTS Revised 11.15.17 2020 CONCRETE I2�STORATION COI�TRACT 4 CITY PROJECT NO, 102696 005243-4 rl greement Page 4 of 5 l21 The fierms "boycott Israel" and "company" shall l�ave the meanings ascribed to those terms I22 in �ection 808.001 of tt�e Texas Govexnznent C�de. By signing this contract, Contractor 123 ceri�es that Contractor's signature provides written verificafion fo the City that 124 Contractor: (1) does not hoycott Israel; and (2) will not boycott Is�aeC cluring the term of 125 the contract. 126 127 7.8 Immigrafiion Nationality Act. 128 Contractor shalI verify the identity and employment eligibility of its employees who 129 perform work under this Agreeta�eni, including completing the Employment Eligibility I30 V�rification Porm (I-9). Upon request by City, Contractor shall provide City with copies of 13I all i-9 far�s and supporting eligibility documentation for each employee who pez-f�orms 132 work under this Agreement. Coniractor shall adhere to all F�deral and Stafie laws as weIl as 133 estabIzsh appropriate procedures and controls so that no services wi11 be perforrned by any 134 Contractor employee who is not legally eligible to perform such services. 135 CONTRACTOR SIIAI,L IND�MNIFY CITY AND HOLD CITY HARNILE�S 136 FROM ANY P�NALTIES, LIABILITIES, OR LOSSES DUE T� VIOLATIONS OF i37 THIS PARAGRAPH BY CONTRACTOR, CONTRACTOR'S EMPLOYEES, 138 SiTBCONTRACTORS, AGENTS, OR LICENSEES. City, upon written notice to I39 Contractor, shall have the right to �m nrzediately terminate fihis Agreement for violations of 140 this provision by Contractor. 141 142 7.9 No Third-Party Beneficiaries. I43 This Agreement gives no rights or bene�ts to anyone other ihan the City and the Contractor 144 and there are no third-party beneficiaries. 145 146 '7.10 No Cause of Action Against Engineer. I47 Contractor, its subcontractors and eyuipment and materials suppliers on the �R07ECT or their 148 sureties, shall maintain no direct action against the Engineer, its officers, employees, and 149 subcontractors, for atty claim arising out of, in contaection with, or resulting from the 150 engineering sex'vices pe�£ornried. 4nly the City will be the beneficiary of any undertaking by 151 the Engineer. The presence or duties of the Engineer's persoz�el at a consfruction site, 152 vvhether as on-sit� representatives or otherwise, do not malce the Engineer or its person�el 153 in any way responsible for those duties that be�ong to the City andlor the City's construction 154 contractors or other et�ti�ies, and do not relieve the construction coz�tz'act�rs ar any other 155 entity of their obligatians, duties, and r�sponsibilities, including, but not limited to, al1 156 construc�ion methods, means, techniques, sequences, and procedures necessary %r 157 coordinating and comp�eting all portions of the construction work in accordance �vzih the 158 Contract Documents and any health or safety px'ecautions required by such construction 159 work. Ti�e Engineer and its personne� have no authority to exercise atay conirol over any 160 construction contractor ar other entity or their �mployees in connection with their work or 161 any health or safety precautions. 162 163 SIGNATURE PAGE TO �'OLLOW 164 CITY OF FOR1' WORTH STAMDARD COI�T3TRTJCTION SPECIFICATION DOCI]MEi�TS Revised 1f.15.17 2020 CONCRETE RESTOAATION CONTRACT 4 CITY PR07EC'f NO. 102696 005243-5 A$reemenf Page 5 of 5 165 tfi6 167 168 169 TN WT'1�`NESS WI�REOF, City and Contractor have each executed this Agreemeni to be cffeotive as af the date subscribed by the Gity's designated Assistant Ciiy Maiiag;e�• ("Effective Date"}. Contractor: Westhi�l Construction In.c. �_. Y . '�. 4 `� f ` `R g�,. � - — - -- . �. . 'gnature) • -� , .� � ��. � . �''C .�a�: �� �. �v�� (Printed e) Tit�e: . � ���. � �,! Address:402 N. Barde�• City/Sta#e/Zip: Cleburne, Texas 76031 . � F+ - .w.`►�� "� Date (Seal) Nr&c: 20 - a��� Da#e: 11/10/2020 Form 1295:2020 - b62686 ��' �F � ��� T r�_ ������ �� ���• `� ��'•tT��. � �� , �� , '•.: .� :� � �. . : �.,� � � A �, �,`.i°R:°, i 1 ��,� � ; � h ,.R T ,.�` ��5' . : � ; ���,,,,«- � � . s-' } � � �� . ;�.. �� ''�� 3� . �� . ��� � ��'� ; ��"F: �:� ,� �h... � � ...9Y.,� 'Y�x�' rti' '�,,,�� a;yt:�'` Con.tract Campliance Manager: By signing, I acknowledge that I am the person respansible foz• the rmonitoring and administr•ation of this contract, incluc�ing enstrring alI pea•formance and reporting �•equirements. ��f/.� � Taf�rqul Isl.an� (�roject Manager) Approved as to Foi•m and Legality: �� �e�,��.,�,.�,� �-. Do�aglas W. Black Assistant Ciiy Attorney 170 171 172 173 17�4 �75 I76 1']'7' CITY OF FORT WQRTI-� STATIDARD CONSTRUCTI4N SPBCIFICATIOF�I DOCUMENTS Revised 12.15.17 �' City of �oi�t Worth r � �, , By: � �:'..: ,�S saa B hdoff As�fstant C� Manager Date � �' �. �� Attest: � ` � --' �� �?�-�—� .-��City Secreta�y �.�°;�;;r-�..,,,, APPR VA CO ED: rlliarrr .Tohrrson DIRECTOR, Ti�an.cnns•tatinn and Public Works ����9����a ������ � c�9°�� ����3�1"��"A� :D• � �`�;, , � �=[' , � � ' , 2020 CONCRETE R��.�I�AhEv;��--�'� C1TY PRO]ECT NO. 1 D2696 Bond # 4435536 04b113-1 PERFO[ti1+tA7�IG& BOT�ID Fagc I ol2 1 z 3 A 5 6 7 S 4 10 1I 12 13 �4 15 16 TI� �TATE OF TE�LA� s�cTzoN ao s�t �3 PERFO�ANC� $D�tD § § KNOW ALL BY THES� PR�SENTS: COUNTY OF TARR.A.N'�' § "�`haC vve, Westhill Gonst�•uction, Inc„ known as "Prittci�ral" herein au.d Markel Insurance Company _ T� a coipora.te surety(s�t��eties, if �nore tha�i ox�e) du�y authorized ta do bt�siness in Che ,State of Texas, known as "Sur�ty" herein (wh�tlaer one or more), Are hetd and %mIy �ound unto tha City of Foz� Warth, a�u�icipal co�•poration created pursuani: ta ti�e lavvs of Texas, known as "City" herein, in tlae penal sum of, ON� MIL�.,ZON ONE HiJNDRED EZG.HTYNINE THOU�AND, SEVEN HUNllRED N7N�T'YSEVEN AND U11a0 DCILLARS ($�,1$9,'�9'�.00), lawful maney of the United States, io be paid in k'oz't Wo�'th, Tai•rant County, Texas for the payment ��which surn well and t�-�ly to 6e made, we bind oua-selves, au�• heirs, exeautoz•s, adrninistrators, successoi�s and assigns, Joi�atly anc� severaIly, %�1y by these px•esents. 17 'UV7�ERCr�S, th;e Pt•i�acipal has entered into a eea-�ain written conhact with tl�e City 18 awarded the 1 Qth day of November, 2020, which Cont��act is hereby raf��xed to and made a pa.rt 19 hereof foz• all purposes as if fuily set %rth herein, to fur�ish ali matex•ials, equi�ment Iabor and 20 other accessories dafined by law, in� thte prasecution of th� Work, �cl��ding a�ay Change Orders, 2 i as pt•ovidec! %r in said Cant��act design�ted as 2Q20 CDNCRETC RES"TORATTON CONTRACT �2 4, City Pz•ajeat No. I02646. 23 NO�V, 7'H�R�Pi ORE, the cvnditian of tl�is obligatian is such that if the said Fri�icipa� 24 shall f�zthfiil�y perform it obligations under the Contract and s1�all in alf respects duly and 25 faithfitlly perform the Woz�k, including Chan.ge Orders, under the Co�ii�act, according to the pians, 26 specifications, and contract documents thet e�n: a•efer�•ed to, and as weIl during any pei•iod of 27 extension of the Conh-act that may be granted at► the pact af the City, #hen this obl�gation s3�ai1 be 28 and become nutl and void, otY€ervvise to remain in full foree and effect. 29 3Q PROVID�D I'URTF�R, that if any legaI action be £z�ed ar� tliis Band, ven�� sha1� iie in Tai�rant County, Texas ar the Uni�ad S�ies Disti•ict Caurt for the Norther;� District af Texas, Fot�: 31 Wort� Division. C1TY (3F FQRT W(3RTH 2O20 CONCRE'iE RESTORATIpN CONT�iA.CT 4 STAN�AItD C(3i�iSi'RUG i'ION SPECICiCAT1QN DOCUMEIVTS Ciry Project No. ! 02696 Revised 7uly l, 20i i Bond # 4438536 na 6� i� - a n��or�na�,�rc� �orrD Pege 2 of2 � 2 3 This bond is mad� and executed in compIianee with the pravisians af Chapier 2253 of the Texas Gova�ntxi.ent Code, as amended, and al� liabilities on tl�is bond shalI be determined �n accordance with the provisions of said statue. 4 �N WXThIESS WHEREOF, the Frincipal ar�d the Sut�ety �ave SIGNED and �EALED 5 this insh•uxneni by duly autharized agenEs and offcers on this the � 6th day of 6 December 2p 2p , , 7 8 � 10 IL 12 13 14 15 16 17 18 19 2Q 2i 22 23 24 25 26 27 zs 29 30 31 32 33 3�4 35 3d 3'1 38 39 40 41 42 43 ATT'ES'I': {PrineipaI} Secretary _, � �-� � Witness a o Pt u�cipal �� �' '_ _ � �� - Witne ass � Surety m Address: A02 N, BaYder CIebu�°ne, Texas 7603 � SUR�TY; Markel Insurance Com an � ` BiC:c� A O .� ,r� ��� ��"�-�- `� ` `_��1 Teresa Godsey, Aktorney-in-�act Narne and TitIe Addrass: 4521 Highwoods Parkway Glen Allert, VA 23060 Telephon� Nunuber: 512-732-0�99 *Note: If sigtaed by an officer of the S�.irety CQmpa�ty, th��e must be an file a ceirtified extrac� from the by-laws showing that this �erson has authority to sign sucla obiigation. If Surety's physical addtess is diffe�+ent from its ivailing address, both m��st b� provided, The date a� the bond shail uot be pria�• ta the date ihe Canit•aet is awarded. FRINGIPAI.: Wasthiil Constructian Inc. BY!� _ _ . � Signatut � � _,,, _ T - .�.�--.� Name and Tit1e ` 4� C1TY OF FORT WE)�'I'I� 202� CONCRETE RESTO�tATIQN CONTRACT 4 STANDACtQ CONST1tUCTiQN SPECIFICATION DOCUMENTS City ProjecE No. L02G9& Revised 7uly Z, 2011 Bond # 4438536 oa 6i �4 - a PA7'MENT QOA[D Page 1 of 2 1 2 3 4 S 6 7 8 9 za lt �z 13 14 15 16 T�E STA`�`� O�+ `�'EXAS COUNTY OF TARRANT SECT�ON' OU 61 �.4 PAYEV�NT BOND § § KNOW ALL I3Y THESE PRESENTS: § Tha� we, Westhill Construction rnc., known as "Pri�cipai" herein, and Markel Insurance Company , a aotporate surety (suratias}, duly authorized to da business in the State of Texas, knawn as "Surety" hexein {whether one or more}, a�•e held and �z�ly bou.nd unta the City of Fart Worth, a nz►unicipal carparafian created p�rsuan# to the Iaws af tha State of Texas, kt�own as "City" herein, in the penaI surn nf ONE MII,LTON ONE T�UNDRE�} EIGH�'YNIlv� THaUSAND �EVEN AU1rTDRED NIl�ETYSEVEN AND Of10U _DOLLAR� ($1,189,797.OQ), lawful lnoney of the United States, to be paid ir� Faa�t Worth, Tarrant Coti�nty, Texas, for tlze payjne�t of which sum well azid t�'uIy be rnade, we bind oui•sefves, our heirs, exec�tors, administ��ators, successors and assig,r�s, jQintIy and severally, fu•mly by these presents: 17 'WH�R�AS, Principa.I has entered inta a certain t�vc�i�en Can�i•aet with Ci#y, awarded the 18 1Qth day af November, 20241, vtirhich Cont�act is het`�by refei�ed to and made a pa��t heceaf far all �9 purposes as if fi�lly set fai�th herein, �o fuz-nisk� all materials, equip�lent, �abor and other 20 accessal-�es as defined by law, in ti�e p�•osecution of the Work as provided far irt said Contract and 21 designated as 202p C4NCRET`� RESTORATION CONTRACT 4, City ProjectNo. 1�2696. 22 NOW, Tl�+ REFO�+ , THE CONDITION �� THIS OBLICfATION is such that if 23 Principal shall pay aI� monies owing to any (and alI) payme�af bond beneitciary (as defi�ed in 24 Chaptez' 2253 af th� Texas �rave�runent Cade, as am�nded} in the p��osecution of the �rVork under 25 tIte Cantraet, then this obligation sl�all be and became null and void, othea•r7vise to �'et�2a:€n in fu11 2fi force and e�'eeY. 27 28 zs 30 This band is mada and e�ecuted in coz�r�pliance wit1� ihe pi�ovisions QF Chapt�r 2253 of the Te�as Gov�rtunent Code, as amended, and a11 1�abi��fies an this bond shall ba detexrnined in accardanc� wit�� the prov�sions of said statute. CF!'Y OF FORT WORTEI 262U CONCRETE RESTditAT10N CONTRACT 4 STANDARD CONSTRUCT[dN SPECIFICA'[1pAI I)OC[]MENTS City Projeci No. 10269G Revised 3uly 1, 201 T Bond # 4438536 00G114-2 PA.XPvTENT BONfa ['age 2 of 2 1 IN WITNESS W�REOF, the P��incipal and Surety ha�e eack� SIGNED and �EA.LED 2 this ins%•�ment by duiy autho�•ized agents and officers on this the 16th ��Y Q� 3 Qecember , 2p 20 4 ATTEST: (�rincipal) Sec�•etary ,t �� - ��--� - -�,.�`` . VS7itne�Kas ia Frinci�al ATTEST: (Surefy) Secr�ta�y � - �`. ..� Witne�s'as to Stuety S 6 7 8 9 10 PRINCIPAL: WesEhill Construction Inc. B� �'" - � ..3� � - _ z_'_�i Signatui�e t��a�.����.�.,. �-- �.. Narne and Tit e - Address: 4�2 N. Borde�� Clebiu�ne, Texas 76031 SITItETY: Markel Insurance Company ' � � �Y: S � lkure ` - ,� Teresa Godsey, Attorney-in-Facf I�ame and Title Address: 4521 Niqhwoods Parkway Gfen Allen, VA 23060 Telephone Nuzxabet; 512-732-0099 Note: �f sigiaed by at► o�'iicer of tl�e Surety, there must be on iile a ce��ii�ed extract frorr� the bylaws st�ovva�ng t�at tb.is person has authority to sigu s�zc�► o6ligatian. If Surety's physical address is different fi•om its mailing address, both must be pravided. The date o�tF�e bond shall not be prior to the date t�e Ca�ta'act is awarded. �� Elvn o� sa�cTxoN �2 CtTY OF FORT �JQRTH 2O20 COIJCRETE RESTQTtA.TIpI+� CpNT[tN1CT 4 3TAI�iDARD CQNSTRUCTIUN SP�CIFICATTdN DOCUIvfENTS City Prnjecf No. 102646 Revised 7u1y 1, 2011 Bond # 4438536 00 �� i9 - i n�Anv�N�rrc� sorrr� Page 1 of3 1 2 � � 5 6 7 8 9 10 �1 12 13 14 15 16 17 18 TH� STATE OF TEXA� { COUNTY �I+ TA,��RANT SECTION UO 61 19 �TEr�,v�re� �orrn § § I�N�W ALL BY �'�TSE PRESENTS: § That we Westhill Const�•uctian, Inc,1c►tovvn as "PrineipaI" Ia�rein and Markef fnsurance Company , a co�•poraie surety {s�raties, if mare than one) duly atttharized to do business in the State of Texas, Icnown as "S�zreiy" h�i�ein (whether one or mo�•e), ate held and fii�nly bound u�to the City of Foit Warth, a rnunicipal carporation created puf•suant to tt�c Iaws ofthe State o�`�'e�as, kaown as "City" herein, in the suni of E)N� MiT,Lx�N 4NE �l�[JNDR�D EIGHTY1�iINE THOUSAIV� SEVEl� HUNDRED 1YINETYSEVEN AND 0/100 DOLLARS {$�,,� $9,'7g7,60), lawful znQney af the United �taies, to be paid in Fort Worth, Ta��•ant County, Texas, for payment of which sum weli and t�•uIy be made unto the City and iYs success�rs, we bind o�•selves, aur heirs, executois, admi�istrators, successdrs and assigns, jointiy and severally, �'it�mly by thesu presents. i 9 W�REAS, th� Prit�eipaI t�as entet•ed iz�to a certair� writien eont� act with �Iie City a�arded 20 tl�e l Oth day of Navezztber, 202U, which Coni�act is hereby refen•ed to a�d a z�ade pa� he�'eof for 2I alI put'poses as z�fully se� fo��th he1'ein, to furr�ish alI inatarials, equip�nent labor �nd other 22 accessaries as de�ined 6y taw, in the prosecutinn of the Work, ir�cluding any Work resultiug fi�o�n 23 a duly autl�oi-�zed Change Order (collect�vely herein, the "Waxk") as p�•ovided far in said contract 24 and designated ffs 2020 CONCRETE RESTORA`�'ION CON'TRACT 4, Gity P�•oject No. I02696; 25 and 26 27 28 29 3D 31 32 33 34 W�E�AS, Principal bir►ds itselFto use such materials and to sa const�•�ct the V�orl� sn acco�•dance with ti�e plans, specifieatians and Cant�•act Docurnents that �ize Work is and wiil re�rtain free froin defects in anateriais or �orkmaas��[p foa• az�c� duz�ng ihe period of t�wa (2) years after the date af Fizlal Acc��tanr.� of tI1� V4rork by the Gity ("Mainte�at�ce �Period"); and WHCTtCAS, Pcincipal binds itself ta repair or reconst�•uct the Work in whol� o�• in part upon ieceiving notic� from �1�e City oi the need thercfoa• at axry ti�ne within the Maintenance Period. CITY OF FORT WORTH 2U20 CONCRETE RESTORATiON COI�TRACT 4 STA�A�Itfa CONS7'RUC`i'iON SPECiFICATION DOCUMENTS Cify i'rojactNo. iU2696 lteviaed Jt�ly 2, 201 I Bond # 4438536 oo6i is-a �n���rrnrrc� Ba� Page 2 of3 1 2 NOW TI- ��REFORE, the conditiat� of this obligation is such that if Prinoipal shall 3 retnedy any defective ViTotl�, fQr which tirnely notice was provided by Cii�, l-a a com�pletio�n 4 satisfactory to tk�e Caty, -the� this �biigation shall become n�all ar�d void; otherwise to ��emain in 5 fu11 force and effect. G 7 PR�VIDED, HOWEVER, if Princi�al shall fail so to repau ar recous�ruct any timely 8 �oticed defective Work, it is agi•eed tha.# �ie City may cause any and al� such defec#i�ve Woz•k ia 9 be repaired andlo�• �•ecans�ructed vvith all associated cos�s the��eof be�ng boA�e by the Principal and lo the Sureiy under this Main#enance bond; and I1 l2 PR�VID�D FURTHER, tl�at i�a�zy legal action be fled on filiis Bond, venue shall �ie in I3 Tarrant Caunty, Texas or the United States Dislx�ict Court for the Nortl�ern Uistrict of Texas, Fort 14 Worth Division; and 15 1G i7 18 �9 2� PROVTI)E� FURTIiTR, tk�at tk��s obligation shall be continuous in natura and successive recove�-ies �nay be had he�•eon far succassive breaelies. ClTY OP PORT WQRTFi 2020 CONCRE'!'E RESTORATIOi�f COidTRACT 4 STANBARB CONSTRUCTIQN SPECIFICATIO�f DOCUMEN'iS City Project No, 102696 lZevised J�ly l, 2011 Bond # 4438536 OD6i 19-3 MAINTEi�iANCE BOND Page 3 of3 1 7 3 4 5 & 7 8 9 10 11 12 13 1A 1S �6 ii �s 19 aa z� z2 23 24 25 26 27 28 29 3� 31 32 33 34 3S 36 37 3& 39 IN WITN�SS W1�E�tEO�+', tk►e Prit�cipal and the Surety have each SIGN�D and SEALED this instrument by di�ly tzuthorized agex�fs and officers oxt tliis the ��k� day a�' December , 2p 20 ATT�ST: {P��incipal) Secrekary , r - �.f�._ Witn s as ta Principai A'�'"I'.EST: (Surety) �ecretar � - ___._.___� '�.�. • --- — Witne as co Surety PR�NCLt'AL: W 'll Construction. Inc. � Bi�'. i--� . �-'~ ��.5� _ ��. � ,� Signature - � , �.�-,�,� � �_ � Name and itle Address: 402 N. Border Cleburne, Texas 76031 SiTRETY: Markel fnsurance Company --- - � . .�...� ' 1 Y � BY�-� �n�r��' � .,�.k�1� �ig�ature (' ` .� Teresa Godse Attorne -in-Fact Name and Title Address: �5�1 Highwoods ?�rkv�lay Glen Allen, VA 2�U�D � Telepho�zeNumber: ��2-732-0099 '�ote; Ii sig,ned by an officer af the Su�ety CoYnpany, there musi be an file a ce�'tified ext�•act fram the by�laws showing that this person has author�fy to sign such obligation. I� Sur�ty's physica� addt•ess is differeut fi•am its maiting address, bath inust be provided. TI�� dafe af the bond shall not be prior #o the date t.�e Co�itract is awarded. CPfY OF FORT WOR'1'E� STANDARD CO%1STLZIICT[ON SPEClCICATION DOCUMENTS Revised Ju[y 1, 2011 2020 CONCRF?TE 12�?STC)RA�TIpAT CON7'RACT 4 City Prajeat No. L0.�696 Poa.�:4438538 Markel Fnsurar��� Cor�pan� LIMtT�D PdWER OF ATTORNEY Know All Men 6y These Presents, That MARKEI. INSURANC� COMPANY (the "Company"j, a carparation duly organized and existing under the laws of the State of lifinois, and having its principal administrative off.ice in Glen Allen, Virginia, does by Chese pcesents make, constitute a�d appoint Teresa Godsey its true and lawful Attorney-in-fact, with fufl power and authority hereby conferred in its name, place and stead, to execute, acknawledge and deliver any and ail bonds, recognizances, undertakings aF ather instruments or contracts of suretyship to inctude waivers to the coreditions of contracts and consents of surety for, providing the bond penalty does not ex[eec! Principal: WgStilfll COC1StrUCflpn, �nC. obiigee: Ciiy of Fort Worth Amaunu:$ One Million �ne Hundred Eighfy-Nine Thousand, 5even Hundred Ninety-Seven and Npl10p �allars ($1,189,797.00) and to bind the Cnmpany therehy as fulEy and ta the same extent as if such bond were sigrted hy the President, sealed with the corpprate seal of the Company and duEy altesEed 6y its Secretary, herehy ratiiying and con�rming a�� that the said AEYorney-in-Fact may do in the premises. Said appointment is made under and by authority nf the following resolution o#the Board of Directors of IVfarkel insurance Company: RESOLIlED,;fiat the President any 5enior Vice President, Vice president, Assistant Vice President, Secretary, Assistant Se�retary or AssistanY Treasurer shall he and is hereby uesCed with full power and authorify to appoint any one or more suitahle persons as Attarney{s)-in-Fact #6 represent and act far on hehalf of the Campany, subject to the tollowing provisions: Attorney-in-Fact may 6e gi�en fulf power and authority for and in the name nf and on behalf of the Co[npany, to execute, acknowledge and deliver, any and al! 6onds, recognixances, contra[ts, agreements or indemnity and oYher conditionai or ab[igatory undertakings and any and all nOtices and documents canc2ling or terminafing fhe Company's liabifity thereunder, and any such insfruments so executed 6y any suc� Attorney- in-Fact shal[ be binding upon the Company as if signed by Ehe President and sealed and effected by the Secretary. FURTNER RESOLVED, tha# the signature of any authorized ofFicer and sea! of the Company heretotore or hereaFfBr a�xed to any power of atiorney or any certificate relating thereto by facsimile, and any power of attoroey or certificate E�earing facsimile sigrtature or facsimile seal shall be valid and binding upon the Company with respe[t to any bond or undertaking to whiGh iE is attached. In Wftness Whereaf, MARKEL INSURANCE COMPANY has eaused these presents to 6e signed by its Senior Vice Presldent, and its [orpaeafe seal ta 6e heretn a�xed ch�s 16th day ot Qecembe[ zo 20. Commonwealth oF Virginia Henrico County 11APIRKEL 1NSU�PICE,�QMPANY B � ��;1` �6 �� .,�; �.......�. - U��Rahi Russo, enior Vice President On this � 6th day of December,, 20 20 before me perspnalfy came Ro6in Russo, to me known, who 6eing by me duly sworn, did depose ar�d say #hat he resides in Henrica County, Virginia, the he is 5enior Vice !'resident of MARKEi INSURANCE COfc+tPANY, the com�any described in and whicn executed the a��ve instrumen�; that he knows the seal of said Comgany; that th.e seat affixed to said ir�strument is such corpurate seaf; that it was so afFixed hy order of •�he Board nf �irectArs nf said Company; and that he signed his name thareto 6y [ike order. } � '� 4 a�»:sxa.csc�t^ra.�.-..�..- � r' � ��'� - ;t�(#� �✓ ;� ! { :di5�t,!'ko��. F.J'�"w"``�.§ s� 4 S_3 �_a.�_ J F����1, ��"� �`f`-(r'�r �.:�.1. �� ���.- �- _`"' �--� =?:':� �•.4�: i�I�&I'yFLi]I1_sl,'��.'.75E��R�Bs - By3 f°' �r � .`� *�. f�lt�+,�;���¢����g����a Casey@aunt#,iVataryPublic ;",.h, p: .:�*p';. � {'otYl!T3f5:;(]sk c:`.E.,,�`€rsS �ris�Fi;��4 ��� ��� I, Richard R. Grinnan, vice President and Secretary of MARKEL INSURA�lCE COMPANY, do here6y certify that the above and foregoing is true and corred cnpy of a Power of Attorney, execuCed hy sa id Comparty, which is stil! in full farce and efFect; and, Furthermore, the resolutions af the 8oard of Oirectors, set out in the Power of Attorney are in full force and effect. Given under my hand and the seai of said Company at Glen Allen, Virgirria thls 16fh day pt _ �ecember , Zo 20 .. gy: �� � � �� � f. L.�`r,� F.r�i ] • , ^'r� �--�._._.....�_ Richard R. Grinnan, ��� Vice PresEdent and Secretary Any instrument Issued in eacess of ihe penalty siated above is tatally void and wlthout any vaEidity_ For veri�cation of the autharity of thls Power you may cal[ �713j 812-080D on any business day between S30 AM and 5:00 PM CST. �a�°��� �r��u�°�n�� C�����y i�11� B�iV� RI��� �ON�AINS I�!lVPORir4iVi COVERAGE flli��RI�Y�►i10� �tatutory Com plain4 iVo�ice To obtain information or make a complaint: You may call the Surety's to(f free telephone number for information or to make a corrtplaint at: 1-866-732-0099. You may also write to the Surety at: Marke! Insurance Cvmpany 9737 Great Hills Trail, Suite 320 Austin, TX 78759 Non-Texas Rider 010106 �`TAI�TDARD GEl�]E�L COI'��TT�Ol�� OF �'HE CO�l1STI�UCTI01l� C011T�'1tt��T C1TY OF FORT WORTH STANDARD CONSTRUCTION SPECIPICATION DOCiJMENTS Revision: M�ch9, 2020 STANDARD GENERAL CONDITIONS OF THE CONSTRUCTI4N C4NTRACT TABLE OF C01�TEI�7T� Artzc�e � — Definitzorzs and Terminology .................................. 1.01 Defined Terms ....................................................... 1.02 Terminology .......................................................... . ......... . . .. . . .... .................... .................... Page .............................1 .............................1 ............................. 6 Art�icle 2— F�elxmznary Matters ......................................................................................................................... 7 2.01 Copies af Documents .................................................................................................................... 7 2.02 Commencement of Contract Time; Notrce to Proceed ................................................................ 7 2.03 Starting th�e Work ..............................�-�--......-�---............................................................................8 2.04 Before Starting Construction ........................................................................................................ 8 Z.OS Preconstruction Conference .......................................................................................................... $ 2.06 Public Meeting .................................................................. ... 8 ......................................................... 2.07 Initial Acceptance af Schedules .................................................................................................... 8 Article 3-- Con�ract Docunnents: Intent, Amending, Reuse ............................................................................ 8 3.01 Intent ..... ............ . .. ...... . .......... . .. ......... . . . . ......... .......... .. ....... . .......... . . . . ......... . . . .......... .. .......... . . ....... . .. 8 3.02 Re�erence Standards ........................................................................�-----................--��---.................9 3.03 Reparting and Resolving Discrepancies .......................................................................................9 3.04 Amending and Supplementing Contract Docurnents .................................................................10 3.05 Reuse af Documents .--� ...............................................................................................................10 3.06 Electronic Data ............................................................................................................................ I l Article 4-- Availability of Laz�ds; SubsurFace and Physical Conditions; Hazardous Environmental Conditians; Reference Points ...........................................................................................................11 4.01 Availability of Lands .........................................................................................................�---..... I 1 4.02 Subsuz�ace and Physieal Conc�tions ..........................................................................................12 4.03 Differing Subsurface or Physical Conditions ............................................................................. l 2 4.04 Underground Facilities ................•--��-----.............-�-�---��--•--..........................................................13 4.05 Reference Points .........................................................................................................................14 4.06 Hazardous Environmental Conditzo� at Site .............................................................................. lA� Article 5— Bonds and Insurance ...--••---� .................................................................................... 5.01 Licensed Sureties and Insurers ............................................................................. 5.02 Performance, Payment, and Marntenanee Bonds ................................................. 5.03 Certificates of �nsurance ....................................................................................... 5.04 Contractor's Insurance .......................................................................................... 5.05 Acceptat�ce of Bonds and Insurance; Option to Replace ..................................... Article 6 — Contractor's Responsibiliiies ................. 6.01 Supervision and Superintendence........ ..................16 ..................16 ..................1 � ..................16 ..................18 ..................19 ........................................................ I9 ........................................................19 C1TY OFhOR'1' WdRTH STANDAR� COI�ISTRUCTION SYBCLFTCA'iTON DdCUMENTS Revision: Ma�h9,202() 6.02 Labor; Working Hours .............................................................................................. 6.03 Services, Mater�als, and Equipz�aent ......................................................................... 6.04 Project Scnedule ....................................�---�---............................................................ 6.05 Substitutes and "Or-Equals" ............................................................................... b.Q6 Concerning Subcontractors, SUppliers, �d ��ers ................................................... 6.07 Wage Rat�s .........................................................�----�-................................................ 6.08 Patent Fees and RoyalYies ......................................................................................... 6.09 Pernlits and Utilities ................................................................................................... G.10 LawsandRegulations ...............................................�---------�....................................., 6.l l Taxes ......................................................................................................................... 6.12 Use af Site and Otl�er Areas ...................................................................................... 6.13 Record Docurnents ..........................................................•---.........---........................... 6.14 Safety and Protection ................................................................................................. 6.15 Sa�ety Representative ...........................�-----....---......................................................... b.16 Hazard Communication Programs ....................•----................................................... 6. J 7 Ezxiergencies and/or Rectification .............................................................................. 6.18 Subrnittals ..........................................................��----................................................... 6.19 Continuing the Work .................................................................................................. 6.20 Contractor's General Warranty and Guarantee ......................................................... b.21 Yndemnification .......................................................................................................... 6.22 Delegation of Professional Design Services ...--•.-.------• .............................................. 6.23 Right to Audit ............................................................................................................. 6.2� Nondiscrimination---....---• ........................................................................................... Article 7- Other Work at the Site ........................................................................•-----...... 7.D1 Related Work at Site .................................................................................... 7.02 Coordination ................................................................................................. ................. 20 ................. 20 ................. 21 .....-•--••---...21 ................. 24 ................. 25 .................26 ................. 27 ................. 27 .................28 ................28 ................ 29 ................ 29 ................ 30 ................ 30 ................ 30 ................ 3 J -�--��---�--�---32 ................ 32 .............. 33 ................ 34 ................ 34 ................ 35 ...................... 3S ...................... 35 ...................... 36 Article S -City's Responsibilities ...................................................................................................................36 8.01 Cammunications to Conixactox ...................................................................................................36 8.02 Furnish Data ......................................................••--------�---�...........................................................36 8.03 Pay When Due ..................................................................................................... 36 ....................... 8.04 Lands and Ease�ents; Reports and Tests ...................................................................................36 8.05 Change Orders ...........................................................................•--�-••-�----�---....------�---...................36 8.06 Inspect�ons, Tests, and Approvals .............................................................................................. 36 8.07 Limitaiions on City's Responsibilitzes ....................................................................................... 37 $.08 Undisclosed Hazardous Environmental Condition ....................................................................37 8.09 Cornpliance with Safety Prog�am ............................................................................................... 37 Article 9- City's Observa�ion Status During Construction ........................................................................... 37 9.01 City's Project Manager ........................................................��----�-----•.......................................37 9.02 Visits to Site ................................................................................................................................ 37 9.03 Authorized Variations in Work .................................................................................................. 38 9.04 Rejecting Defective Work .....................................................................................................•-•..3$ 9.a5 Determinations for Wark Perfortned .......................................................................................... 38 9.06 Decisions on Requirerrients oF Contract Documents and Acceptability of Work ..................... 38 C1TY OF FQRT WORTH STANDARD CONSTRUC�'IO�T SPECIFTCATIOIV IJOCUNIEN'I'S Revision: March9,2020 Article 10 - Changes in the Wark; Claims; Ext�a Work .. 10.01 Authorized Changes in the Work ................ 10.02 Unautho�ized Changes in the Work ............. 10.03 Execution of Change Orders ........................ . 10.04 Extra Work .................................................... 10.05 Not�fication to Surety .................................... 10.06 Contract Claims Process ............................... ............................................................... ................................................................ .......................................................... .......................................................... .......................................................... ............... 38 ............... 38 ............... 39 ............... 39 ............... 39 ............... 39 ............... 4� Article 11 - Cast of the Work; Allowances; Unit Price Wark; Plans Quantity M�as�rement ......................41 11.01 Cost of the Work .........................................................................................................................41 ].]..02 Allowazzces ...................................................�---.........................---...............................................43 11.03 UnitPriceWork ...........................................................................................................................44 11.04 Plans QuanYity Measurement ......................................................................................................45 Article 12 - Cl�ange o� Contract Price; Change of Contract Time ................................................................. 46 12.01 Change o� Contract Price ............................................................................................................46 12.02 Change of Cantract Time ............................................................................................................47 12.Q3 Delays ...................................................................................�----...........................-•-•---................47 Article 13 - Tests and Inspections; Correctio�, Removal ar Acceptance of De�ecti�ve Work ................... 13.01 Notice o� De�ects .................................................................................................................... 13.02 Access ta Wark..----�--...--�-� ...................................................................................................... 13.03 Tests and Inspections .............................................................................................................. 13.04 Uncovering Work---�---�-----� ...................................................................................................... 13.05 City May Stop the Work ......................................................................................................... 13.06 Correciion or Removal o�Defeciive Work ....................•......---........--.-.---....--.--..................... 13.07 Correction Period .................................................................................................................... 13.08 Acceptance of Defective Work ............................................................................................... 13.09 City May Correct Defective Wark ......................................................................................... 48 48 48 48 49 49 50 50 51 51 Article 14 - Payments to Contractor and Completion .................................................................................... 52 14.01 Schedule of Values .............................................................................�----.....-----.........---�----......... 52 14.02 Progress Payments ......................................................................................................................52 14.43 Contractor's Warranty of Title ...................................................................................................54 14.�4 PartialLTtilization .....................�•---..............................................................................................55 �4.05 Final Inspection ...........................................................................................................................55 14.Q6 Final Acc�ptance ........................................................�---...--�--�---�---..........-�----�----..............--�---....55 14.07 Final Payment .............................................................................................................................. Sb 14.08 Final Completion Delayed and Partial Retainage Release ........................................................ 56 14.09 Wazver of Claims ........---� .................................�--........................................................................57 Article 15 - Suspension of Work and Termination ........................................................................................ 57 15.01 City May Suspend Work ............................................................................................................. S7 15.02 City May Terminate �or Cause ................................................................................................... 58 15.03 City May Terminate For Convenience ....................................................................................... 60 Arti�c�e J 6- Dispute Resolution ................ 16.01 Methods and Procedures ....... ................................................ 61 ................................................ 61 CITY OF FOAT WORTH S1'ANI7ARI�COIdSTRUCiTON SPECIFTCA`ITOt�T �OCUMENTS Revisian: Maicti 9, 2020 Article 17 -- Miscelianeous .............. 17.01 Giving Notice ............... 17.02 Com�utation of Times . 17.03 Cumulative Remedies .. 17.04 Survival of Obliga�ions 17.05 Headings ....................... ........................................................................................................... 62 ........................................................................................................ �-- �2 ........:.................................................................................................. 62 ........................................................................................................... 62 .................................................�---......---��-•-----.....----�-----................---..63 ........................................................................................................... 63 ci�rY o� Fax•r woRi� STANDARD CpNSTRUCT14N SPECIFiCAT10N DOCUMENTS Revision: Mu�ch 9, 2020 007200-1 GENERAL CO�lDITIONS Page 1 of 53 ARTICLE 1— DEFINITIONS AND TERMINOLOGY 1.01 Defined Terms A. Wherevex Used 'zrz these General Conditions or in other Contract Documents, the terms listed below have the meanings indicated wY�icl� ar� applicable to both the singular and plurai ihereof, and words denotiz�g gender sk�alI include the masculine, feminine and neuter. Said terms are generally capitaiized or written in italics, but not always. When used in a context consistent with th� definition o� a listed�defined te�, the term shall have a meaning as defined below whe�er capitalzzed ox italzcized or otherwise. In addition to terms specifically defined, terms with initial capitai leEters in the Contraet Documents includc ref�rences to identified articles and �aaragraphs, and the titles af other docurnents or farms. J.. Addenda Written or grapk�zc instruzx�ents issued pr�or to the opening of Bids which clarify, correct, or change the Bidding Requirements ar the �ro�osed Contract Documents. 2. Agreemen�—The written instrument which is e�vidence of the agreement between City and Contractor covez�ng the Work. 3. Application for Payment—The form acceptable to City which is to be used by Contractor during the co�se of the Work in reques�ing progress or final payments and which is to be accompazued by such supporting docunne�tatxon as is required by the Contract Documents. 4. Asbestos—Any material that cantains more than ane percent asbestas and is friable or is releasing asbestos fibers into the air above cuzxent action Ievels established by the iTnited States Occupat�anal Safety and Health Adt�inistration. 5. Award --- Authorizatron by the City Council for the City to ez�ter iz�to an Agireezxzez�t. 6. Bid The offex or proposal of a Bidder submitted an the prescribed fonn setting forth the prices for the Work to be perfarmed. 7. Bidder Th� zndividua� ox entity wha subznits a Bid directly to City. S. Bidding Documents—The Bidding Requirements and the �roposed Contract Documents (includir�g all Addenda). 9. Bidding Requirements The ad�ertisezne�t or In�ita�tion to Bid, Instructions to Bidders, Bid secu�ity of acceptable form, if any, and the Bid Form wrth any supplements. 10. Business Day — A business day is defned as a day that the City conducts normal business, generally Monday through Friday,. except for federa� or state hoI.idays obsezved by the Czty. 11. Calendar Day — A day cansist�ng of 24 hours measured fram midnight to the next midnight. CITY UFRORT WORTH STANDARD CONSTRUCTIdN SPEC[F`ICATIQN DOCUNfENTS Revision: M:�h 9, 2Q20 0072OD-I GENERAL CONDITIONS Page 2 of 63 12. Change O�der A document, which is prepared. and approved by tlae City, wk�zck� zs signed by Contractor and Ciiy and authorizes an addiiion, deletion, or revision in the Work or an adjustment in ihe Cor�tract P�zce orr the Contract Time, iss�ed on or after Y,he Effec�ive Date of the Agreement. 13. City— The City of Fort Worth, T�xas, a home-rule municipai corporation, authorized and chartered under the Texas State Statutes, acting by its goveming body through its City Manager, his designee, ar agents authorized undez �is bek�alf, each of which is rrequired by Charter ta �erform specific duties with responsibility for iinat enforcement of tl�e contracts involving the City of Fort Worth is by Charter vested in the City Manager and is the entity with whom Contractor has entered into the Agreement and �ox whoz�n the Wor� is to be performed. 14. City Attorney -- The officially appointed City Attorney of the City of Fart Worth, Texas, or his duly authorized representative. 15. City Council - The duly elected and quaiiiied governing body af the City af Fort Worth, Texas. 16. City Manager — The officially appointed and authoz�zed Cziy Managez of the City of Fort Worth, Texas, or his duly auihorized representative. 17. Cantract Claim—A demand or assertion by City or Contractor seeking an adjustrnent of Contract Pzi�ce or Contract Time, or both, or other relief wif,h respect to the terms of the Contract. A demand for money or services by a third party is not a Contract Claim. 18. Contract The entire and integrated vvritten doeument between the City and Contractor co�cezx�ing t.�e Work. Tl�e Cantract contains the Agreement and alI Contract Docurnents and sup�rsed�s prior negotiations, representations, or agreements, whether written or oral. 19. Contract Documents—Those items so designated in the Agr�cment. All items listed in the Agreement are Contract Documents. Appzoved Subzx�uttals, other Can�ractorr submittals, and th� reports and drawings of subsurface and physical conditions are not Contract Documents. 20. Contract PYice The moneys payable by Cit� io Contractor for completion of the Work in accoxdaz�ce witk� the Contract Docunaents as stated in the Agreement (subject to the provisians oi Paragraph 11.03 in the case oi Unit Price Work). 21. Contract �'ime=The number of days or Yhe dates stated in the Agreement to: (i) achieve Milesiones, if any and (ii} coznpieie the War� so that it is ready for Final Acceptance. 22. Contractor The individual or entity with whom City has entered into the Agreement. 23. Cost of the Work�ee Paragraph 11.01 of ihese General Conditions for definition. Cl'I`Y OF FORT WOR'I`H STANDARD CONSTRUCTION SPECIFTCATION DOCUMENTS Revisian: NTu�li9, 2ff10 00 �z oo - t CaE[�ERAL CONDITIONS Page 3 of 63 24. Dccmage Claims — A demand for money or services arising from �he Project or Site from a third party, City or Contractor exclusive of a Contract Clarm. 25. Day or day — A day, unless otherwise defin�d, shail mean a Calendar Day. 26. Director of'Aviation — The of�cially appointed Director oi the Aviation Department of tkae City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 27, Director of Parks and Community Ser-vices — The off'icially appointed Director of the Parks and Community Services Depari�nent of the City of Fort Wortb, Texas, or k�zs duly appointed representatrve, assistant, or agents. 28. Director of Planning and Developmertt — Th� official�y a�pointed Director of the Planning and Develo�ment Department of the City af Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 29. Director af Transportation Public Work,s — The officially appointed Director of the Transportation Public Works Department af the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 30. Director af Water Department — The off'icially appointed Director of th� Water Department of the City of Fort Worth, Texas, or his duly appoiz�ted repxesentative, assistant, or agents. 31. Drawings—Thai part of the Contract Documents prepared or approved by Engineer which graghicaIly shows the scope, extent, and character of the Work to be pezformed by Contracto�. S�bmittals are not Drawings as so defined. 32. Effective Dc�te af the Agreement—Th� daie indicated ir� the Agreement on which it becomes efFective, but i� no such date is indicated, it means t�e date on whzch the Agxeennent is signed and delivered by the �ast of the twa parties to sign at�d deliver. 33. Engineer The licensed p�ofessional engineer ar engineering firm registexed in the State of Texas pez�or�nning prafessionai services for the City. 34. Extra Work — Addit�onal work inade necessary by changes or alt�ratians af the Contract Documcnts or of quantities or for ather reasons for which no prices are provided in the Contraci Docuzxaents. E�tra wark shall be part of the Wark. 35. Field Order — A written ord�r issued by City which requires changes in the Work but which does not in�alve a change in tlie Contract Price, Contract Tirr�e, orr the in.t�nt of the Engi�eer. Field Ordexs are paid fram Field �rder Allowar�ces incorporated into the Con�-act by iunded work type at the time of award. 36. Final Acceptance -- The written notice given by the City to tk�e Cor�tractor tk�at the Work specified iz� the Contract Documents has been cornpleted to the satis�action ai the City. C1TY OF FORT WORTH STANDARD CONSTRUCT[pN SPECIFICATION llOCUMENTS Revision: M:unh 9, 2020 oo�aoo- i G�N�RAL CONDIT]ONS Page 4 vf 63 37. Final Inspection — Inspection carrfed out by tile City to verify that Yhe Contraclor has cozx�pleted ihe Wor�C, and each and evezy part ox appurtenaz�ce t�ereof, fulty, entirely, and in conforr�ance with the Contract Documents. 38. General Requirements Sections of Division 1 of the Contract Documents. 39. Hazardous Environmentrxl Condition The presence at the Site of Asbestos, PCBs, Petroleum, Hazardous Waste, Radioactive Material, or other materiais in such quantities or circurnstances that rnay present a substantial danger ta persons or properiy expased thereto. 40. Hazardous Waste Hazardous waste is defined as any solid waste Iisted as hazardous or possesses one or more haza.�-dous characteristics as deiined in the federal waste regulations, as amend�d from time to iime. 41. Laws and Regulation.s—Any and all applieable la�uvs, rules, regulations, ordinances, codes, and oxders o� any and all govexnmenial bodies, agencies, autho�itxes, and courts having jurisdiction. 42. Liens----Charges, security interests, or encurnbrances upon Project funds, real property, or persanal property. A�3. Major 1'tem — An Item of work included in the Contract Documents ihai has a total cost equal to or greater than 5%o of the origina� Contract Price or $25,000 whichever is less. 44. Milestone A principal e�ent specified in the Contract Documents relating to an intermediate Contraci Time prior to Final Acceptance of ihe Work. 45. Notice of Award—The written nolice by City to the Successful Bidder stating Chai upon tzme�y cozxap�iance by the Successful Bidder with the conditions precedent listed therein, City will sign and deliver the Ageeement. 46. Notice fio Proceed—A written notice given by City to Contractor fixing the date on vvhich the Contract Ti�xae will commence to run and on which Contractoc shall start io perForm the Work sp�cified in Contract Documents. 47. PCBs Polychlorinated biphenyls. 48. Petroleum Petz�oleut�a, including crude oil or any fraction thereof which is liquid at standard conditions of temperature and pressure (64 degrees Fahrenheit and 1�.7 pounds per square inch absoluie), such as oil, petroleum, fuel oil, oiI sludge, oi� refuse, gasoline, kerosene, and oiI mixed with othe� non-Hazardous Waste and crude oils. �49. Plans — See defnition of Drawings. ci�rY o� �oxx woz�x�z STt�NDARD CaNSTRlJCT101V SP8C7FICATION DOCUN[L�NTS Aevasion: Mazch 9,2p20 0072OD-I G�NEFtAL CaNDl7lON5 Pagc S o C 63 50. Project Schedule A schedule, prepared �d maintained b� Cantractor, in accordance with the Ge�eral Requirements, describing the sequence and duration of the activities comprising the Contractor's plan to accamplish the Work within the Contract Time. 51. Prvject Tka� Woxk to be pez-faxrrmed under tk�e Contraci Docutnents. 52. Project Manager The auLhorized representat�ve oi the City who will be assigned to the Site. 53. Public Meeting -- An announced meeting conducied by #he City to facilitate public participatian and to assist the public in gaining an informed view of the Project. 54. Radioactive Material�ource, special nuclear, or bypxoduct zxzatez-ial as defined by the Ato�c Energy Act a� 1954 (42 USC Section 2011 et seq.} as amended. fro�n time to time. 55. Regular Working Hou�s — Hours beginning at 7:00 a.m. and ending at 6:0� p.m., Monday thru Friday {excluding legal halidays). 56. Samples PhysicaJ. exaznples of znatex ials, equiprnent, or workmansk�ip that are representative of soine portion of the Work and which establish the standards by which such portion of the Wark will be judged. 57. Schedule of Submittals—A schedule, prepared and maintained by Contractor, of requir�d submitials and the time requirements to support scheduled perfortnance of related construetion acti�itaes. 58. Schedule af Vulues—A scheduie, prepared and maintained by Contractor, allocating portions of the Contract Price to �various portions of the Worl� and used as the basis for reviewing Contracior's Applications for Payment. 59. Site—Lands or areas indicated in the Contract Documents as being furnished by City apon �vhich the Work is to be pez�oz-rn.ed, including z�g�ts-of-way, pezxnits, azad easezz�ents for access thereto, and such ather lands ��rnished by City whic�i are designated iar the use of Contractor. 60. Specifications—That part of the Contract Documents consisY�ng of written require�nenLs for materials, equipnaent, systezxzs, stazadards and workmanship as app�ied to ihe Wark, and certain administrative requirements and proc�dural matters applicable thereto. Specifications may be specifically made a part of the Contract Documents by attachment ar, if not attached, �nay be incozpo�ated by reference as indicaied in the Table of Contents (Di�ision 00 DO 00) of each Project. 61. Suhcontractor An individual or entity having a direct contract with Contractar or witY� az�y othex S�bcox►tractor for the performance af a part of the Wark at the Site. CI7`Y OF FQItT WOIt`Pf3 STANDARD CONSTRUCT[OI�T SPEC[F[CAT[ON DOCUFVISNTS Revision: Maich9, 2Q2A OQ7200-1 CtiENERAL CONDITIONS Page 6 of 63 62. Subsnittals—All drawings, diagrams, illustrations, schedules, and other data or information which are specif cally prepared or assembled by or for Contractor and submitted by Contractor to illustrate some portion oi the Work. 63. Successful Bidder The Bidder submitting the lowest and most responsive Bid to whom City makes an Award. 64. Superintendent — The repxeseniative af the Contracior who is available at all �imes and able to receive instructions from th� City and to act �or the Contractor. G5. Supplementary Conditions—That part of the Contract Documents which amends or supplexxaents these Genexal Co�nditzons. 66. Sup�lier—A manufacturer, fabricator, supplier, distributor, materialman, or vendor having a direct cantract with Contractar or with any Subcontractor to furnish materials or equipment to be incorporaied in the Wor� by Contractor ox Subcontractor. 67. Underground Facilities--All undergxound pipe�ines, conduits, ducts, cables, wixes, manlZoIes, vaults, tanks, tunnels, or oiher such faciliti�s or aitachm�nts, and any encas�ments containing such facilities, including but not limited to, those that convey electricity, gases, stearn, liquid petroleuan products, tele�hone or oiher communicatians, cable televzsion, wat�r, wastewater, storm water, other liquids or chemicals, or traffic or other control systems. 68 Unit Price Work�See Paragraph J l.03 of these Generral Condztions fox definition. 69. Weekend Working Hours — Hours begzn�ing at 9:00 a.z�a. arnd ending at 5:00 p.nn., Saturday, Sunday ar l�gal holiday, as approved in advanc� by the Ciiy. 70. Work The entire constr�ction or the various separately identifiable parts Chereof required to be provided. under the Contract Documents. Wark includes and is the resuit of performzng ox providing all labor, services, and documentaiion necessary to produce sucY� construction inclucling any Change Order or Field Order, and furnishing, installing, and incorporating all materials and equipment into such construction, a.11 as required by the Contract Documents. 71. Working Day — A working day is defin�d as a day, not inc�uding Saiurdays, Sundays, ar legal holidays authorized by the Czty for contract purposes, in which weather or other conditions nat under the control af the Contractor will permit the perFormance of the principal unit o� work underway for a continuous period of not l�ss than 7 hours between 7 a.m. and 6 p.m. 1.OZ Terminalogy A. Tne words and terms disc�ssed in Paragraph 1.02.B through E are not defined but, when used in the Bidding Requirements or Contract Documents, have the indicated meaning. B. Intent of Certain �'erms or Adjectives: C1TY OF FORT WORTH STANDARD CONSTRLTCI'IO�T SPECiFICA7'ION DOCUMENTS 12evision: M�ch9,2020 oo�aoo-i GENERAL CONDITI4NS T'age 7 of G3 1. The Contract Documents include the terms "as allowed," "as appro�ed," "as ordered," "as directed" or terms of like effect or izx�port to autk�oz�ze an exercise of judgnnent by City. In addition, tY�e adjectiv�s "reasonable," "suitable," "acceptable," "proper," "satisfactory," or adjectives of like efFect or import are used to describe an acYion or detertnina�ion a� City as to the Wark. It is intended that such exe�cise of professional judgment, action, or deternunation will be solely to evaluate, in general, the Work for compliance with the information in i�Y�e Cont�aci Docuz�nen.ts a�d with t�e de�ign concept o£ the Projeci as a functioning whole as shawn or indicated in fihe Contract Documents (unless th�re is a specific statemcnt indicating otherwise}, C. Defective: 1. The word "defective," when modifying the word "Work," refers to Work that is unsatisfactory, fault�, or deficient in that it: a. does not canform to the Contract Documents; ar b. does not meet the requirements oi any applicable inspection, reference standard, test, or a��roval referred to in the Cantract Docurnents; or c. has been dazx3aged pz�or to City's wz�tten acceptance. D. Furnish, Install, Perform, Provide: 1. The word "Furnish" or the word "�r�stall" or the word "Perform" or the ward "Provide" or the word "Supply," ox any cQmbiz�ation ox siznilar directxve ox usage thereo�, sha11 mean furnishing and incorporating in the Work inclucl�ng all necessary labor, materials, equipm�nt, and everything necessary to perform the Work indicated, unless specifically limited in the context used. E. Unless stated otherwise in the Contract Documents, words or phrases that have a well-known technical or construction industry or trade meani�g are used in the Contzact Documents in accordance with such recognized meaning. ART�CLE 2 — PRELTMTNARY MATTER� 2.41 Copies of Documents City shail furnish to Contractor one (1} original executed copy and one (1} electronic copy of the Contract Documents, and four (4} additianal copies of the Dra`nrings. Additional copies vvill be fi7rtushed upon request at tr�e cost of r�praduction. 2.02 ComYnencement of Contract Time; Notiee to Proceed The Contract Time wiil connrmence to zun on tkae day xndicated zn the Notzce to �roceed. A Notice to Proceed may be given no earlier t11an 1� days aiter tt�e Effective Date of the Agreement, uniess agreed to by both parta�s in wz7itang. CPTY OF PORT WORTH STANDARI� CONSTRUC'fION SPECffTCATION DOCUMENTS Revision: M�ch9, 2020 00 72 OD - I GEN�RAL COND171aNS Page 8 of 63 2.03 Starting the Work Con�ractor shall siart to perr-form the Wark on the date wher� the Cont�act Tizne co�amences to run. No Work shall be done at the Site priar to the date on which the Contract Time commences to run. 2.04 Before Starting Constncction Baseline Schedules: Submit in accordance with the Contract Documents, and prior to starting the Work. 2.05 Preconstruction ConfeYence Before any Work at the Site is started, t�ie Contractor shall attend a Precanstruction Conferenc� as speci�ed in the Contract Documents. 2.06 Public Meeting Contractor may not mobilize any equipment, materials or resources to the Site prior to Contractor attending the Public Meeting as scheduled by the City. 2.07 Initial Acceptance of Schedules No progress payment shall be r�xzade to Contracior until acceptable schedules are subzxvtted to City in accordance with tl�e Schedule Specification as provided in the Contract Documents. ARTZCLE 3-- CONTRACT DOCUMENTS: INTENT, AMEND�IVG, R�USE 3.O1 Intent A. The Contract Documents ai-e complementary; what is required by one is as binding as if required by all. B. It is the intent of the Contract Documents to describe a fi�nctio�ally complete project (or part tl�ereofi� to be constructed in accordance with the Contract Documents. Any labor, documentation, services, rnaterials, or ec�uipment that reasonably rnay be inferred from the Contract Documents or fra�m prevaili�g custa�a oz- trade usage as being required io produce the indicated resu�t will be provided whether or not specifically called �or, at no addiiional cost io City. C. Clarifications and interpreiatrons of the Contract Documents shal� be issned by City. D. The Specif cations may vary in form, fonr�aat an.d siyle. So�x�:e Specification sectaons may be written in varying degrees of streamlined or decl�ative style and some sections may be relatively narrarive by comparison. Omission of such �c�vords and phrases as "the Contractor shall," "in COIl�Of'II21ti�7 'W1�1," "aS 5110WI1," OL "aS speci�ed" �'e lI1te11tIOfl� 1I1 streamlined sections. Omitted words and phrases shall be supplied by in%rence. Similar types of provisions may appear in vario�xs parts oi a sec�ion or articles within a�art de�ending on the format of the CTTY OF FO1ZT IrVO12T�T STANDARD CONSTRUCTION SPECIFICATION DOCUME,NTS Revision: IvIatih 9,2020 007200-I GENERAL COND]TIO�lS Page 9 of 63 section. The Contractor shall not take advantage of any variation of %rm, format or style in �naking Contract Claims. E. The cross referencing of specificat�on sections under the subparagraph heading "Related Sections include but ar� not necessarily limited to:" and elsewhere within each Specification sectxo� is pxo�ided as an aid and convenience to the Contracior. The Contractor shail not rely on the cross referencing provided and shall be responsibie to coarcl�nate the entire Wark under the Contract Dacuments and pro�vide a complete Project whether or noi the cross referencing is provided in each section ar whether or not the cross referencing is complete. 3.02 Reference Standards A. Standards, Specifications, Codes, Laws, azzd Regulatio�s l. Refexence to standards, speci�icatzons, manuaXs, or codes of any technical society, organization, or association, or to Laws or Regulations, whether such reference be s�ecific or by implication, shall mean the standard, specification, manua�, code, or Laws or Regulations in effect at the time of opening of Bids (or on the Effective Date of the Agreement if there were no Bids), except as may be otherwise specifically stat�d in the Contract DocumEnts. 2. No provisian of any such standard, specification, manual, or code, or any instructzon of a Supplier, shall be effective to change the duties or responsibilities af City, Contractor, or any of their subcontractors, consultants, agents, or employees, from thase set forth in the Contract Docuzz�ents. No such provision or inst�-uction shall be effective to assign to City, ar any of its officers, directors, members, partriers, ernployees, agents, cansultants, or subcontractars, any duty ox authoz�ty to sup�zvise or dzreci tk�e �erFoz-xxaance o� tk�e Work or az�y duty or autk�o�ty to undertake responsibility inconsisfient with the provisions oi the Contract Documents. 3.03 Reporting and Resolving Discrepancies A. Reporting Discrepancies: Contractor's Review of Contract Documents Before Sturting Work: Before undertaking each part of the Work, Contractor sha[1 carefully study and compare the Cantraci Documents and check and verify �ertinent figures therein a�ainst all ap�licable field measurements and candiiians. Contractar shall promptly report in writing to City any conflict, error, ambiguity, or discrepancy which Contractor discovers, or has actual knowledge of, and shall obtain a written intcrpretation ar clarification from City before �roceeding with any Work affected Y.hereby. 2. Contractor's Review of Contract Docuynentr During Performance of Wa�'k: If, during the performanc� of the Work, Coniractor discovers any conflict, error, ambiguity, or discre�ancy wzthin the Contract Documents, or betwee� the Contract Docuznents a�d (a} az�y applicabie Law or Regulation ,(b) any standard, specification, manual, or code, or (c) any instraciion of any Supplier, then Cantractor shall promp.tly report it to City in writing. Contractor shall not proceed with the Wor� affected thereby (e�cept in an ezxzexgency as requixed by Paragrapk� Cl'1'Y OP PORT WOR'I`H STANDARD COI�iSTRUC'1'IOI�S SY�CIFICAITON DOCDMEI�ITS Aevision: M�ch 9, 2(710 00 72 00 - 1 GEN�RAL CONDiTIONS Page 10 of 63 5.17.A) iu�til an axxzendment or supplement to Yhe Contract Documents has been issued by one of the methods indicated in Paragraph 3.04. 3. Contractor shall not be liable to City for failurc to repari any conflict, error, ambiguity, or discrepancy in the Contract Doc�tments unless Contractor had act�aal knowledge th�reof. B. Resolving Discrepancies: Except as may b� otherwise specifically stated in t�e Contract Docu�nents, the provisions of the Contract Documents shall tal�e precedence in resolving any conflict, error, ambiguity, or discrepancy between the pxovisions of t1�e Cont�act Documents and the provisions of any standard, s�ecification, manual, or the instruc�ion of any Supplier (whether or not specifically incorporated by reference rn the Contract Documents}. 2. Yn case of discrepancies, figured dixxae�sions shali govern ovez scaled dimensions, Plans shall govern over Specifications, Supplementary Conditions shall govern over Genez'al Cond�tians and Specifications, and quantities shown on the Plans shall goverr� ov�r those shown in the pxoposal. 3.04 Amending and Supplementing Contract Documents A. The Contract Docurnents may be amended to provide for additions, deletions, and revisions in the Work or to modi�y the texms and conditions thereof by a Change Order. B. The requirements oi tl�e Contraci Documents may be supplemented, and minor variatians and deviatians in the Work not invalving a change in Contract Price or Contract Time, may be auihorized, by one ox zxaore a� the �ollowing ways: 1. A Field Order; 2. City's review of a Submittal {subject to the provisians of Paragraph 6.18.C}; or 3. City's written interpretation or clarification. 3.OS Reuse of Documents A. Contractor and any Subcontracior or Supplier shaIl not: have or acquire any tztle to or ownersk�up rights in any of the Drawings, Specifications, or other c�ocuments {or copies of any thexeo� pxepaxed by orr bea�ng the seal of Engineer, including elec�ronic rnedia editi�ns; or 2. reuse any such Drawings, Specifications, other dacuments, or copies thereof on extensions of the Project or any other projeet withont written consent of City and specific w�itten verification or adaptation by Engineer. C1T'Y OF FORT WORTH S'I'ANAABD CONSTRiTC7'IOiN SPEC�kICA'['IOIV 1]OCiJiMEIV'I'S Revision: Maxch9, 2D20 oo�zoo-� GENERAL COiVDITiONS Yage 11 of b3 B. T'he prohibitions of this Paragraph 3.05 will suxvzve final payment, or terminatian of the Cantract. Nathing herein shall preclude Contractor from retaining copies of the Contract Documents for record purposes. 3.06 Electronic Data A. Unless otherwise stated in �he Suppletnentary Conditions, the data furnished by City or Engiz�eex ta Contractor, or by Contractor to Ciiy ox Engineer, that may be relied upon are Iimited to the printed copies included in fi.he Contract Documents (also known as hard copies) and other Specifications referenced and located on the City's on�line electronic document managezxzent and collaboration system site. Files in electranic media format oi text, data, graphics, ar other types are furnished only for ttie convenienc� of ihe receiving party. Any conclusion or information obtained or derived from such electronic files will be at the nser's sole ris�. �f there zs a discrepancy between the electzonic �iles and the hard capies, the hard copies govern. B. When transferring dacuunents in electronic media format, t�e transferring party makes no representations as to lang term compatibility, u�ability, or readability of documents resulting fxoxn the use of soft�vare appLicataon pac�ages, operating systems, or computer hardware differing from those used by the data's creator. ARTTCLE 4-- AVAILASILITY OF LANDS; SUBSURFACE AND PHYSICAL CONDITION�; HAZARDOUS ENVIRONMENTAL CONDITIONS; REFERENCE POINTS �.Q1 Availability of Lunds A. City shall furnish the Site. City shall n.atify Contractor of any encumbrances or restrictions not oF general applicat�on but specifically r�lai�d io use of the Site with which Contractor must camply in perforn�ng ihe Work. City will obtain in a timely manner and pay for easements for pez-zxzanent st�actuz-�s or permanent changes in existing facilities. The City has obtained or anticipates acquisition of andlor access to right-af-way, andlor easements. Any outstanding right-o�-way and/or easements are anticipated to be acquired in accordance with the schedule sei forth in the Supplementary Conditions. The Projeci Schedule submitied by the Contractor in accordance with the Contract Docurnents must consider any outstanding righi-of-way, az�d/or ease�ments. 2. The City has or ant�cipates removing and/or relocating utilities, and abstructions to the Site. Any outsianding removal or relacation of utilitres or obstructions is anticipated in accoxdance with t�e schedule set forth in the Supplementary Canditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must cansider any outstanding uiilities or obstructions to be remo�ved, adjusted, and/or relocated by oihers. B. Upon reasonable w�itten request, City shall furnish Contractor with a current statement of recard Iegal title and legal description of the lands upon which the Work is to be perFormed. C1TY OF FORT WORTH STANL3ARD CONSTRUCTION SPECIFICATION BOCTIMEN3'S 1Zevision: M<uch 9, 2020 ao �z ao - i GENERAL CONDfTiONS Page 12 of 63 C. Contractor shall provide for all additio�al lands and access thereto that may be required for construction facilities or storage of materials and equipment. 4.02 Subsurface and Physical Conditions A. Reports and Drawings: The Supplementary Canditions zdenti�y: 1. those reports known to City oi explorations and iests of subsurFace conditions ai ox coniiguous to the Site; and 2. those drawings known to City of physical conditions relating to e�isting surface or snbsurface stnictures at the Site (except Underground Facilit�es}. B. Limited Reliance by Contractor on TechnicRl Data Authorized: Contractor may rely upon the accuracy of the "technical data" contained in such reports ant� drawings, but such reports and drawings are not Contract Documents. Such "tech�ical data" zs i.dentified zn the Supplementary Condiiions. Contractor may noi rnake any Contract Claim against City, or any oi their officers, direciozs, naenabers, partners, employees, agents, consultants, or subcontractors with respect to: 1. i11e completeness of such reports and drawings for Co�t�ractor's pt�rposes, including, but not lirnited ta, any aspects of the ��ans, methods, techniques, sequences, and procedures of constr�action to be employed �y Cantractor, and safety precautions and �rograms incident thereto; or 2, ather data, interpretaiions, o�inions, and information contained in such reports or shown ox indicated in such drawings; ar 3. any Contractor interpretation oi or conclu�ion drawn from any "technical data" ox az�y such other data, interpretations, o�inions, or inforn�ation. �G.03 Differing Subsurface ar Physical Conditions A. Notice: Ii Contracfior believes t�iat any subsurface or physical condition that is uncov�xed or revealed either: I. is of such a nature as to �stabiish that any "technical data" on �cwhich Contractar is entitled to rely as provided in Paragraph 4.D2 is materially inaccurate; or 2. is of such a nature as io require a change in th� Contract Docurnents; ar 3, differs rnatez-�ally from that shown ox i�dicat�d in the Cantract Docurnents; or 4, zs o� an unusuaJ naiuxe, and di�fers naaterialiy from conditions ordinarily encountered and generally recognized as inherent in work of the character provided for in t�e Contract Dacuments; CTI'Y OF FORT WdRTH STANDAI2D CONSTRUC'1'lON SPEClF1CATI0IV DOCi.JMF.NTS Revision: M�ch9,2020 oo�zoo-� GENEFiAL C�NDIT[ONS P�be 13 af 63 t�en Contractor shaI.l, promptly after becoming aware thereof and before further distnrbing tlie subsurface or physicai condit�ons or perforn�ing any Work in connection iherewith (except in an emergency as �•equired by Paragraph 6.17.A}, z�otify City in writ�ng about such candition. B. Possible Price and Time Adjustments Cont:ractor shall nat be entztled to any adjustnaent in the Contxact Price or Contract Time if: l. Co�tractor knew af the existence of such conditions at the time Cont:ractor made a final commihnent to City with respect to Contract Price and Contract Time by the submission of a Bid or becoming bound under a negotiated contract; or 2. tlze existence of su.ch condition could reasonably have been discovered or revealed as a result of the examination of the Contract Documents or the Sitc; or 3. Cantractor failed to give the written notice as required by Pa�ragraph 4.03.A. 4.04 Underground Facilities A. Shown or Indicated: Th� information and data shown or indicated in the Contract Documents with respect to e��s�ng Underground Facilities at or contiguous to the Site is based on in�oxmatiar� and daia furnisl�ed to City or Engineer by the owners of such Underground Facilities, including City, or by others. Unless it is other�vise expressly provided in the Supplementary Conditians: 1. City and Engineer shall not be responsible fnr the accuracy or completeness o� any such inforrnation or data pro�ided by others; and 2. the cost o� a11 of the following will be included in the Contract Price, and Contractor shall have full respansibility for: a. reviewing and checking all such infarmation and data; b. loca1�ng all Underground Facilitias shown or indicaied in the Contraci Documents; c. coordination and adjustrzaent af t�e Work wxth the owners of such ilnderground Facilitzes, including City, during constructian; and d. the sa�ety and protection of all such Underground Facilities and repairing ar�y damage thereto resulting frorn the Worlc. B. Not Shown or Indicated: 1. if an Undergraund Facility which conflicts with the Work is uncovered or revealed at ar contiguous to the Site whzch was not sl�own or iz�dicated, or not s�own or indicated with reasonable accuracy in the Contract Documents, Cantractar shall, pramptly afier becoming aware ther�of and before further disturbing conditions affected thereby or perfot7ning any CT'1'Y OF NOTt'� 1�V012"LT� STANDAitDCONSTRUCTiOI�f SPEC1l�TCA'TTON DOC��iVTS Revisian; M�h 9, 2020 00 �a oo - i G�N�RAL CONDIifONS Page 14 of 63 Work in connection therewit�i (except in an emergency as required by Paragraph 6.17.A), iden�ify t�e ow�ex of suc� Ux�dezgiround Facility and give notice to that owner and to Cxty. City will review th� discovered Underground Facility and determine ihe extent, if any, to which a c�ange may be required in the Contract Documents to reflect and document the consequences of t�e existence ar locatzor� of t.he Undexground Facility. Contractor shall be responsible for the safety and protection of such discovered Underground Facility. 2. If City concludes that a change in the Contract Documents is required, a Change Order may be issued to reflect and docwrxaeni such consequences. 3. Verification of existing �tilities, �tructures, and sezvice lines shall include noti�cation of all utility companies a minimum af 48 hours in advance of construction including exploratary e�cavation i� necessary. �-.05 Reference Points A. City shall provide engineering surveys to establish reference points for construction, which in City's judgment are necessary to enable Contractor ta proceed vvith the Wark. City will provide construction stakes or oihex customary rnethod o� xzaarking to establish line and grades for roadway and utility construction, centerlines and benchmarks for bridgework. Caniractor shalI proteci and preserve the established reference paints and property monuments, and shall make no changes ar relacatzons. Contractor shall report to City whenever any reference point or property monument is lost or destroyed or requires relocation because of necessary changes in grades or locations. The City shall be responsible for the replacement or relocation of reference points or property xzzonuments not careless�y or willfully destroyed by the Contractor. The Contractor shall notify City in advance and with sufficient time to avoid delays. B. Whenever, in the opinio� of the City, any xeference point ox monument has been carelessly or wzl�fuI�y destroyed, disiurbed, or remaved by the Contractor or any of his ernployees, the full cost for repZacing such points plus 25°Io �w�rill be charged against the Contractor, and the full amount vvill be deducted from payment due the Contractor. 4.06 Hazardous Environmental Condition at Site A. Reports and Drawings: The Supplementary Conditions identify those reports anc� drar�vings known to City relating to Hazaxdous Enviranmenta� Conditions thai have been identified at ihe Siie. B. Limited Reliance by Contractor on Technical Drxta AuthoriZed: Contractar may rely upan the accuracy of the "�echnicai data" contained in such reports and dravvings, but such reports and dravvings are not Contract Docu�x�ents. Such "technical data" zs identified i� the Supplexr�entaxy Conditions. Contractor may not make any Contract Claim against City, or any of their o�ficers, directors, memb�rs, partners, employees, agents, consultants, or subcontractors with respect to: 1. the completeness of such rreports az�d drawzn�s fox Contracior's puzposes, i�cinding, but �ot li�nited to, any aspects of the rneans, methocis, technic�ues, s�qu�nces and procedures of CITY OF POlt'P'4VOT2T�T STANDARD CONSTRUCTION SPECIFICATION 1]OCiJMENTS Revisian: M�uch9, 2020 oa�2oo-i ��N�RAL GaND1710NS Page ] 5 af 63 constructaon to be employed by Contractor and safety precautions and programs incident thereto; ar 2. of�ier data, interpretations, opinions and informatian contained in such reports or shown or indicated in such dzawings; or 3. any Contractor interpretation of or conclusion drawn from any "technical data" or any such ather data, interpretations, opinions or information. C. Cantractor shall nat be responsible �or any Hazardous Environmental Condi�ion uncovered or r�v�al�d at the Site which was not slzown or indicatad in Drawings or Specifications or identified in t�e Contract Docuzzaents to be within tkae scope of the Work. Con�ractor shall be responsible foz a Hazardous Environm�ntal Condition created with any materiais brought to the Site by Cantractor, Subeontractars, Sugpliers, or anyone else for whom Contractor is responsible. D. �f. Contractor e�counters a Hazardous Ez��zxonmental Canditzo�n or if Contractox or anyone for whorn Cantractor is responsible creates a Hazardous Environmental Condition, Cantractor shali irnmediately: (i) secure ar otherwise isolate such condition; (ii) stop all Work in connection with such condition and in any area affected thereby {except in an emergency as required b� Paragraph 6.17.A); and (iii) noti�y City (and �romptly thereafter confinn such notice in wri�ng). City may consider the necessity to retain a quali�ied expert to evaluate such conditian or take corrective action, if any. E. Contracior shall not be required to resume Work in connection with such condition or in any affected area untal after City has obtazned any xequired p�z7x�its related thereto and delivered wzitten notice ta Contractor: (i} sp�cifying thai such condition and any affected area is or has been rendered suitable for the resumptian of Work; or {ii} s�ecifying any special conditions under which such Wark may be resurned. F. If after receipt of sucI� written notice Contractor does not agree to resume such Work based on a reasonable belief it is unsa�e, or does not agr�e io resuzne suc� Woxk under such special conditions, t:lien City may order the portion of the Work that is in the area affected by such condition to be deleted from the Work. City rnay ha�e such deleted portion of the Wark performed by City's own forces or otk�exs. G. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold harmles,s City, from and again,st ali claims, costs, losses, and damages (including but nat limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute rerolution co.sts) arising aut of or relating to a Hazardous Environmental Condition created by Contractor or by anyone for whom ContYactor is responsible. Nothing in this Paragraph 4.06.G shall obligate Contractor to indernnify any individual or entity fr-orrt and again,st the consequences of that individual's ar entity's own negligence. H. The pro�isions of Paragraphs 4.02, 4.03, and 4.04 do not a��ly io a Hazardous En�ironrnentai Condition uncovered or revealed at the Site. CI'�'I' OF FOR'I' WQIt'� S`PAIV�DA1z1] C�NSTRUC"fIOlV SP�CTFTCATTOI�I T]OCtiM�NTS Revision: Ma�ch 9, 2020 OD7200-] GENERAL CONDITfONS Page lb of 63 ARTICLE � — BONDS AND INSURANCE 5.01 Licensed Sureties and Insurers All bonds and insurance requued 3�y the Contract Documents to be purchased and znarzztained by Coniractor shall be obtained from surety ar insurance companies that are dvly licensed or authorized in th� State of Texas to issue bonds or insurance policies far the limits and coverages so required. Such surety and insurance companies shall also meet such additional requirements and qualifications as znay be provid.ed in the Supplementary Conci�tions. 5.02 Performance, Payment, and Maintenance Bonds A. Contractor shall furnish perfornrzance and payment bon.ds, in accordance wztb Te�as Govexnment Code Chapter 2253 or successox statute, eack� zzz an amount equai to ihe Contract Price as security for the faithful performance and payment of all af Contractar's obligations under the Contract Documents. B. Contractar shall fii�zisk� zxaaintenance bond.s in an arnount equal to ihe Contract Price as security to protect the City against any de%cts in any portion o� fihe Work described in th� Contract Documents. Maintenance bot�ds shall remain in effect for two (2) years after the date of Final Acce�tance by ik�e City. C. All bonds shall be in the form prescribed by t�ie Contract Documents except as provided otherwise by Laws or Regulations, and shall ]�e executed by such sureties as are named zn tY�e list of "Companies Holding Certzficates of Autk�oz�ty as Acceptable Suxet�es on Federal Bor�ds and as Acceptable Reinsuring Companies" as �vblished in Circular 570 (amended) by the Financial Managernent Service, Surety Bond Branch, U.S. Department of the Treasury. All bonds szgned by ax� agent or attoz7rzey-in-fact must be accompanied by a sealed and dated power of attorney which shail show that it is effective on the date Yhe agent or attorney-in-fact signed each bond. D. If the surety on any bond fiunished by Contractar is dec�ared banktlipt or becomes insolvent or its right to da business is terminated in the Staie o� Texas or it ceases to meet the requirements of Paragraph 5.02.C, Contractor shali promptly notify City and shall, within 30 days after the event giving rise to such notifica�ion, provide a�othex bond and sUrety, both of whxch shalX comply with the requirements of Paragxaphs 5.01 and 5.02.C. 5.43 Certificates of Insurance Contracior shall deliver to City, �c�via:h copies ta each additional insured and loss payee identified in the Supple�entary Conditions, certificates of insurance (other evidence oi insurance requested by City or any other additional insured) in ai least the rr�rumum amount as specified in the Supplementary Conditions which Contractor is required to purchase anci maintain. The certificate of insurance shall document th� City, and all identified �ntiti�s named in the Suppiementary Condiiions as "Additional Insured" on all lia�ility po�icies. CTl'Y OF PORT WORTH STATiDARD CO1�STi2UCTION SPECIFICATION DOCUMENTS Aevision: Ma�ch 9, 2D20 007200-1 CtiENERAL CO�lDITIONS Page 17 of 53 2. The Contractor's general liability insurance shall include a, "per proj�ct" or "�er locatian", endorsement, vvhich shall be identified in the certificate of insurance provided to the City. 3. The certificate shall be signed by an agent auT.horized to bind coverage on behalf of the i�sured, be camplete in its entirety, and show complete insurance carrier n�mes as listed in the c�urent A.M. Best Pxoperty & Casua�ty Guide 4. The insurers for alI policies must be licensed andlor ap�roved to do business in the Staie of Texas. Exce�t for workers' compensation, all ansurers zxzust have a ixaini�xzuzxa rat�ng o� A-: VII in the current A. M. Best Key Rating Guide or have reasonably equivalent iinancial strength and solvency to the satisfaction of Risk Management. If the rating is below thai required, written approval o£ City is �equired. 5. All app�icabie policies shall include a Waiver af Subrogation (Rights of Recovery) in favor of th� City. In addition, the Contractor agrees to waive all rights of subragation against Yhe Engineer (if applicable}, and each additional insured identified in the Supplementary Conditions 6. Faiiure of the City to demand such certificates ar other evidence of full campliance with ii�e ins�u�ance requirements or fail�are of the City to zdentify a deficiency from e�zdence that is provided shall not be construed as a waiver of Contractor's obligat�on to maintain such lines of insurance coverage. 7. �f iz�suzance policies are not wr�tten far specified co�erage limits, an Umbrella or Excess Liability insurance for any ciifferences is required. Excess Liability shall follow form of the primary coverage. 8. Unless otherwise stated, all required insurance shall be written on the "occurrence basis". Ii coverage is u�dervc�ritten on a clairns-made basis, t�ie retroactive date shall be coincident with or pz�or io the date of the effective date of ihe agreement and the certificate of insurance shall state that t�ie coverage is claims-made and the retroactive date. The insurance caverage shall be maintained �or flie d�a�ion oF the Contract and for three (3) years foIlowing Final Acceptance provided under the Contract Documents or for the warranty period, whichever is �o�g�r. An annual certificate of insurance subrnitted to the City shall evidence such insurance coverage. 9. Policies sha11 have no exclusions by endarsements, wi�ich, neither nullify or amend, the rec�uired lines of coverage, nor decrease the limits af said coverage unless such endorsements are approvcd in wz�ting by tk�e Czty. Iz� the event a Cantract has been bzd or executed and the exclusions are deternuned to be unacceptable or the City desires additional insurance coverage, and the City desires the contractor/engineer to obtain such co�verage, ihe contract price shall be adjusted by tk�e cost o£ the pxezniuzz� for such additional coverage plus 10%. 10. Any self insured retention (SIl2}, in excess of $25,000.oa, affecting r�quired insurance coverage shall be approved by the City in regards fo asset value and stockholders' equity. In Cl'I'Y OF FOR'1' WOR`PH STANDA.R.DCONSTRUCI'lON SP�.CR�TCA'I'ION DOC6.JM�IVTS Rc�ision: Ma�h 9, 2Q20 oo�aoo- i G�N�RAL CONDlTIONS Page 18 of 63 lieu of traditional insurance, alternative coverage maintained through insurance pools or risk xetentiox� groups, must also be approved by City. 11. Any deductible in excess of $5,000.00, for any policy thai does not provide coverage on a first-dollar basis, must be acceptable to and approved by the City. l2. City, at its sole discxetion, xesex-ves the right to revzew t�e insura�rzce requirexxzents and to make reasanable adjustments to insurance coverage's and their limits when deemed necessary and prudent by the City based upon changes in statutory law, court decision or the claims history of the industrry as well as of the contractzng party to �e City. The City shall be reqnirred to provide prior notice of 40 days, and the insurance adjustrrients sha11 be incorporated into the Work by Change Order. 13. City sha�I be enti�led, upon written request and without expense, to receive copies of policies and endorsements tl�ereto and may make any reasonable requests for deletion or revision or mocl�fications oi particular policy terms, conditions, limitations, or exclusions necessary to conform �ie policy and endorsements to t�e requirements of the Contract. Deletrons, revisions, ox �odifications shall not be required where palicy provisioz�s are established by Iaw ox regulations binding upon either party or the underwrit�r on any such po�icies. 14. City shall not be responsible forr the di�r�ct payment of insurance premium costs for Contractor's insurance. 5.04 Contractor's Insurance A. Workers Compensation and Employers' Liability. Contractor shall purchase and maintain such insurance caverage with limits consistent with statutaty bene�ts outlined in the Texas Workers' Compensation Act (Texas Labor Code, Ch. 446, as amended}, and minirnum limits forEmployers' Liability as is appxopx.iate �ar the Work being performed and as will provide proteciion from cXaims set forth below which may arise out af or result from Contractor's performance of the Wark and Contractor's other obligations �rnder the Contract Documents, wheiher it is to be performed by Contraclor, any Subcontractor or Suppliex, or by anyone dirrectly or indixecily employed by any of them to perform any o� the Work, or by anyone far whose acts any of them may be liable: 1. clairns under workers' compensation, disability benefits, and other similar employee benefit acts; 2. claims for damages because of bodily injury, occupational sickness or disease, or death of Contractor's employees. B. Com�rxercial Generai Liability. Coverage shall include but not be limited to covering liability (bodily injtuy ax pzoperty damage) arising from: premises/operations, independent cantractors, products/cornpleted operations, personal injury, and iiability under an insured contract. Insurance shall be provided on an occurrence basis, and as comprehensive as the current Insurance Services Ofr�ice (ISO) policy. 'I'�is insurance sl�all apply as primary insurance wrth respect to any other crr� o� �ozzr wox�z STANDAItD CQN3TRiJCT10N SPECiFICATION T70CiJNI�1VTS Revision: Ma�h9, 2D20 oo�zao-i GENERAL GaN�17[ON5 I'age 19 of 63 insurance ar self-insurance programs afforded to �e City. The Commercial General Liability po�icy, shal� have no excluszar�s by endorsements that would alter of nullify premisesloperations, prodUcts/completed operations, cantractual, personal injury, or advertising injury, which are not�nall� contained with the policy, unless the City approves such exclusions in writing. Far construction projects that present a substantial completed operation exposure, the City may require the contractar to rnaintain completed operations coverage for a minimum of no less than three (3) years foilowing the completion of the praject (if identified in the Supplementary Conditions). C. Automobile Liability. A cornmercial business auto policy shall provide caverage on "any autd', defined as autos owned, hired and non-owned and �rovide indemnity for clairns for damages because bodiiy injut•y or deaYh of any person and or property damage arising out of the work, zxaaintenaz�ce or use o£ any rz�otox ve�icle by the Contractar, any Subcontractor or Supplier, or by anyon� directly or indirectly �mployed by any of them to perforr�-i any of the Work, or by anyane for �cx�hose acts any of them may be liable. D. Railroad Protective Liability. If any of the work or any warranty work is within the limiis of railroad right-of-way, the Coniractor shall com�ly wiih th� rec��irem�nts identified in the Supplernentary Conditions. E. Notificc�tion af Policy Cancellation: Contractar shall immediately notify City up�n cancelia�on or other loss nf insurance caverage. Contractor shail stop work until replacernent insurance has been procured. There sha11 be no t�me credit for days not worked pursuant to this section. S.QS Acceptance of Bonds and Insurance; Option to Replace If City has any objection to the co�erage afforded by ox othex provisions of �e boz�ds or i�surance required ta be purchased and maintained by the Contractor in accordance with Article 5 on the basis of non-conformance with the Cantract Documents, Yhe Cit� shall so noirfy the Contractor in wriY�ng wzthin J.0 Busi�ess Days a£ter receipt of the certi�icates (ar other evidence requested). Contractor shail provide to the City suci� additional infarmation in respect of insurance provided as the City may reasonably z-equest. If Cor�tractor does �ot purchase or �naintain all of tk�e bonds and insurance xequired by the Contract Documents, the City shall notiiy the Contractor in writing of such failure priar to the start of the Work, ar of such failure to maintain prior to any change in the required coverage. ARTICLE 6 — CONTRACTOR'S RESPONSIBILITIES 6.01 Supervision and Superintendence A. Contractor shall supervise, inspect, and direct the Work campetently and efficiently, devating suc� atteniion thereto and applying such skills and expertise as may be necessary to perForm the Work in accordance wit1� the Contract Documenfis. Contractor shali be solely responsible %r the rneans, methods, techniques, sequences, and procedures of construction. CI'I`Y OF FORT WORTH STAN6]AKD CONSTRUCTIOIV SPECCF[CAT[ON DOCUMENTS Revision: N1azch9,2020 00 72 00 - 1 CKENERAL CONDITIONS Page 20 of 63 B. At ail t�mes during the progress of the Work, Contractor shall assign a competent, English- speaking, Superintendent who shail not be replaced without written notice to City. The Supe�nie�de�t will be Contractor's representative at the Site and shall have authority to act on bel�alf of Contractor. A11 communicatian given to or received from the Superintendent shail be binding on Contractar. C. Contractor shall notify Yhe City 24 haurs prior to moving areas during the sequence of construction. 6.02 Labor; Warking Hou�s A. Contractor shall provide cornpetent, suitably qualified personnel to perform construction as required by the Contract Docu�n:ents. Contractoz shall at all tizxzes znaintain good discipline and order at the Site. B. Except as otherwise r�quir�d for th� safety or protection of persons ar the Work or property at �e Site or adjacent thereto, and except as otherwise stated in the Contract Documents, all Wor� a� the Site shall be pe�t£orzned during RegUlar Working Hours. Contractor will not pernlit the performance oi Work beyond Regular Working Hours or for We�kend Working Hours without City's written conseni (which will not be unreasonably vvithheld). Written request (by Ietter or electronic communication) to perfarm Work: 1. �or beyond Regular Working Hours r�qu�st must be made by noan at least two (2) Business Days prior 2. fox Wee�end Working Hours request must be made by noon of the �receding Thursday 3. %r legal holidays request must be made by naon �wo Business Days priar to the legal holiday. 6.03 Services, Materials, and Equipment A. Unless otherwise specified in th� Contract Documents, Cantractar shall provide and assume full responsibility for aIl services, materials, equipment, labor, tarar�spoxtatzon, constructiorz equipment and machinery, tools, appliances, fuel, power, light, heat, telephone, water, sanitary faciliti�s, temporary facilities, and all other facilities and incidentals necessary for the performance, Contractor required testing, start-up, and completion of the Wox�. B. Ail matez�als and equipment incarporated into the Work shall be as specified or, ii not specified, shall be of good quality and new, except as otherwise �rovided in the Contract Documents. All s�ecial warranties and guarantees required by the Specifications shall expressly t�uz ta the benefit of City. If required by City, Cantractar shail furnish satisfactory evidence (including reports of required tests) as to the source, kind, and quality of materials and ec�uipment. C1TY OF FORT WORTFI $TANDARD CONSTRUCTION SPECIFICATION DOCi7MENTS Revision: Match 9,2020 QO7200- 1 GENERAL CONDIT[ONS Page 2I oP 63 C. All materials and equipment to be incorporated into the Work shal� be stored, applied, installed, connected, erected, protected, used, cleaned, and conditioned in accordance with instr�ctiions of the applicable Supplier, except as otl�erwise may be provided in t1�e Contract Documents. D. All items of st�ndard equi�ment io ba incorporated into tha Work shall be the la��st model at the time of bid, unless otherwzse specified. 6.44 Project �'chedule A. Contractor sY�all adhere to the Project Schedule established in accordance vc�ith Paragraph 2.07 and the General Requirements as it may be adjusted from time to time as pro�ided belaw. Contractor shali subtr�it to City for acceptance (to the extent indicated in Paragraph 2.07 and the General Requirements) proposed adjustrnents in Yhe Project Schedule tha�t vcrill not result in changing the Contraci Time. Such adjustments will comply with any pro�isions af the General Requirements a�aplicable thereto. 2. Contractor shall submit to City a month�y Project Schedule with a monthly progress payment for the duration of the Contract in accordance with the schedule specification O1 32 �6. Proposed adjustmenis in th� Pro�ect Schedule that will chang� the Contract Time shall be submitted in accordance with the requirements of Article 12. Adjustments in Cont�act Txme may only be made by a Change Order. G.05 Substitures and "Or-Equals" A. Whenever an item of materiai or equipment is speciiied or described in the Contract Documents by using the name of a proprietary itern ar the name of a particular Supplier, the specification or desc�iption is intencEed to establish the type, �Unction, appearance, and quality z-equzred. Unless �e specification or description contains or is followed by words reading that no like, equivalent, or "or�equal" itern or no subsYitution is permitted, other items of material or equipment of other Suppliers may be submitted ta City for review under the circumstances described beiow. "Or-Equal" Items: I� in City's sole discretion an item of material ar equipment proposed by Contractor is functionally equal to that named and sufhciently sinaxlar so t�at no change in related Work will be required, it may be considered by City as an "or-equal" item, in which case re�iew and approval of the proposed item may, in City's sole discretian, be accomplished without campliance with some or all af the requirements for approval of pro�osed substitute iter�s. For the purposes oi this Paragraph 6.45.A.1, a proposed item of materiai or equipment will be considered functionally equal to an item so named if: a. the City determines that: 1) it is at least equal in materials of construciion, quality, durability, appearanc�, strength, and design characteristics; C1TY OP FORT WORTH STANDARl] CONSTRUCTI�N SPECIFTCAITON DOCj.TMENTS Aevision: M�ch9,2020 00 72 00 - 1 GENERAL COND]TIO�fS Page 22 of 63 2) it will reliably perform at least equally well tkze functzon and achieve �e results im�osed by the design concept of the co�npleted Project as a functioning whole; and 3) zt has a proven record of performar�ce and availability of responsive service; and b. Contzactox certifies that, if approved and incorporated into the Work: 1) there wili be no inczease in cost io the City or increase in Contract Time; and 2) it will conform substantially io the detaiXed z-eqUixez�aenis of tk�e itena nanaed in t�e Contract Documents. 2. Substitute Items: a. �f in Czty's soXe discretion ar� item of material or eqnipment proposed by Contractor does not qualiiy as an "or-equal" item under Paragraph �.05.A.1, it may be submitted as a proposed subs�itute item. b. Cont�actor shall sub�nit sufficient information as provided belovv to alIow City to deiermine if the item of material or equipment proposed is essentially equivalent to that named and an acceptable substitute therefar. Re�uests for review of �ropos�d substitute items of �zatez�al ox equipzxzent will not be accepted by City froin anyone other than Contractor. c. Contractar shall make written applicaiion ta City for review of a praposed substitute item of rnaterial or equipment that Contractor seeks to furnish or use. Th� application shall co�ply with Sectio� Ol 25 00 and: 1) shall certify t�at the pro�osed substitute item will: a) perform adequately the functions and achieve the results called for by th� general design; b) be similar in substance to that specified; c) be suited to the same use as Yhat specified; and 2) will state: a) the extent, if any, to which t1�e use o� the pxoposed subsiitute item wili pxejudice Contractor's achievement oi final cornpletion on t�me; b) whether use of the proposed substitute item in the Work will rec�uire a chang� in any of the Conixact Docu�x�e�ts (ox in the provisions of any other direct contract with Ciiy for other work on the Project} lo adapt the design to the proposed substitute itern; CTTY OP PORT WORTH STA3�DAR_D COIVSTRiJCT10N SPECIFICATIOIV DOCUNI�N'fS Revision: M�h 9, 2020 oo�zoo-i GENERAL COfVDIT]ONS Page 23 af 63 c) whether incorporation or use of the propased substitute item in connection with the Work is subject to payment of any Iieense fee or royalty; and 3) will identify: a} all variations of th� pro�osed sUbstitute item from that speci�ed; b} available engzneeriz�g, sales, nnaintenance, xepaar, and replacement services; and 4) sha�l contain an itemized estimate of all costs or credits that wi11 resu�t directly ar indirectly frorn use of such substitute item, including costs of redesign and Datr�age Clairns of oYher contractors affected by any resulting change. B. Substitute Construction Methods or Procedures: If a specific means, method, technique, sequence, or procedure of constructian is expressly required by the Contract Documents, Contractor may furnish or utiIize a substitate tneans, method, technique, sequence, or procedure of cons�ruction approved by City. Contractor shall submit sufficient informat�on to a11ow City, in City's sole discretion, ta deternzine that the s�bstitute pro�os�d is equivalent to that expressly catled for by the Contract Documents. Contractor shall make written application to City for revzew in the saxne z�aanz�er as those pxovided in Paragraph 5.05.A.2. C. City's Evaluation: City will be allowed a reasonable �ime within which to e�aluate each proposal or submittal nnade pursuant to Paragirap�s fi.05.A and 6.OS.B. Cxty zx�ay require Contractor to furnish additional data abo�at the proposed substitute. City will be the sole judg� of acceptability. No "or-equal" or substitute will be ordered, installed or u�ilized until City's revrew is complete, which will be evidenced by a Change Order in the case of a substitute and an accepted Submittal far an "or-equal." City will advise Contractar in writing af its determinatian. D. Speeiai Guarantee: City zxiay rrequire Coz�t�actaz to fuz-nzsh at Contractor's expense a special performance guarantee, warranty, or other surety with respect to any subsritute. Contractor shall indernnify and hold har�cless City and anyone directly or indirectly employed by them from and against any and all claims, damages, losses and expenses (including attarneys,fees} ari,sing out of the use of substituted materials or equipment. E. City's Cost Reimbursement: City will record City's costs in evaluating a subsYitute proposed or submitted by Contractor pursuan.t to Paragrapk�s 6.OS.A.2 a�rad 6.OS.B. Whether ox not Ciiy approves a substitute so proposed or submitted by Contractor, Contractor may be required to reimburs� City for evaluating each s�ch proposed substitute. Contractor may also be required to reimburse City for t�e charges �or making changes in the Cont�'act Dacuments {or in the provisions of any other direct contract with City) resulting from the acceptance of each proposed substitute. F. Contractor's Expen.se: Contractor shall provide all data in support of any pro�osed substitute ox "or-eqnai" at Contxactox's expense. C1TY OF FDRT WORTH ST'ANDARI� COIVSTI2LTC"I'ION SP�.CTF7CATIdN DOCiJMENTB Revision: Macch 9, 2020 oo�zoo-i CCENERAL CONDITIONS Page 24 of b3 G. City Substitute Reimbursement: Costs (savings or charges) attributable to acceptance of a substitute shall be incorpoxated to the Contrract by Change Order. H. Time Extensions: No additional time wiIl be granted for subsiitn�ions. 6.06 Concerning Subcontraetars, suppliers, and Others A. Cont�ractor shall pez�o� with his own organization, work of a valu� not less than 35a/o of the value embraced on the Contract, unless othez�wise approved by the City. B. Confiractor shall not employ any Subcontractor, Supplier, or other individual ox entity, whet�er initially or as a replacement, against wl�orn City may hav� r�asonable objection. Contractar shall not be required to employ any Subcontractor, Supplier, or other individual or entity to furnish or perform any of tiie Work against whom Cantractar has reasonable objection (excJndang tkzose acceptable to City as indicated in Paragraph 6.06.C). C. The City may from time to tirne zequire the use of certain Subcontractors, Suppliers, or other individuals or entities on the praject, and will provide such requirernents in the Supplementary CondiYions. D. Minority Busine,ss Enterprise Comp2iance: It is City policy to ensure the fuIl and ec�Uitable participa�ion by Minority Business Enterprises (MBE) in the procurer�xient of goods and services on a contractnal basis. If the Contract Documents provide for a MBE goal, Contractor is required to cozxzply with the intent of the Crty's MBE Ordinance (as amended} by the following: 1. Contractar shall, upon request by City, provide complete and accu.ratc infoz7mat�on regarding actual work performed by a MBE on the Contract and payment th�refor. 2. Contractox will not �x�al�e additions, deletrons, or srxbstituYions of accepted MBE without written consent of the City. Any unjustified change or deletion shali be a mate�ial bxeach of Contract and may result in debartnent in accordance with th� procedures outlined in the Ordinance. 3. Contractor shall, upon request by City, allow an audit and/or examination o� any boo�s, zecards, or files in the possession of the Contractor that will substantiat� the actual work performed by an MBE. Material misrepresentation o� any �atuxe wzll be grounds for ternunatian of the Contract in accordance with Paragraph 15.02.A. Any such misxepxesentation rmay be grounds for disqualification of Contractar to bid on future contracis with the City %r a period o� not Iess than three years. E. Contractor shaZl be iully responsible to City for all acts and omissxons of the Subcontractors, Suppliers, and oth�r individuals or entities perfornling or iurnishing any of the Work just as Cont�actor is responsible £or Canirractor's own acts and omissrons. Nothing in the Coniract Documents: C�'X OF FOIiT W012TH STAI�DARDCONSTRlICT10N SPECIFiCATiON DOCUFVIENT5 Revision: M�ch 9, 2p20 00 �2 00 - i GENERAL CON�ITIONS Page 25 of 63 1. shail create £ox the benefit of any such Subcontractor, Suppiier, or other individual or �ntity any cantractual relationshi� between City and any such Subcontractor, Supplier ar other individual or entity; nor 2. shall create any obligation on the part oi Cifiy to pay or to see to the payment of any moneys due any such Subcontractor, Supplier, or other individual or entity excepi as zxaay otherwise be required by Laws and Regulat�ons. F. Contractor shall be solely responsible for scheduling and coordina�ing the Work of Subcontractors, Suppliers, and other indi�iduals or entities pe�oz�i�g or furx�isk�i�g any o�'the Work under a direct ox ind'zrect contract with Contractor. G. All Subcontractors, Suppliers, and such other individuals or entitres performing or fuxrazshiz�g any of the Work snall comrnunicate �with City through Contractor. H. A�1 Work performed for Contractor by a Subcontractor or Supplier will b� pursuant to an appropriate agreement between Contractor and th� Subcontractor or Su�a�lier which specifically binds the Subcontractor ar Supplier to the applicable tez-rx�s and condit�ons of the Con#ract Documents for the benefit of City. 6.07 Wage Rates A. Duty to pay P�-evctiling Wage Rates. The Contractar shall comply with all requirements o� Chapter 2258, Texas Government Code {as amended), including Y.he pa�ment of not less t�.an the rates deter�nined by the City Council of the City of Fort Wort1� to be t�e prevai�xng wage rates in accordance with Chapter 2258. Such prevailing wage rates arc included in these Contract Documenis. B. Penalty far Violation. A Contracior or any Subconiractor who c�oes not pay t11e prevailing wage shall, upon demand rr�ade by the City, pay to the City $60 for each r�vorker employed for each calendar day or part bf the day that the worker is pard Iess than the pxevailing wage rates stipulated in these contract documents. This penalty shall be retained by the City to offsei its administrative costs, pursuant to Texas Gov�rnment Code 22S$.023. C. Compiaints af Violations and City Determination of Good Cause. On receipt of information, including a complaznt by a worker, concerning an alleged violation of 2258.023, Tcxas Government Code, by a Contractor ar Subcont�actor, the City shall make an i�tiaJ. determination, before the 31st day aftex the date the City recei�es the information, as to whether gaad cause exists to believe that the violation occurred. The City sI�all no�ify in writing the Contractar or Subcontractor and any affected worker of zts initial detez-�xainatxon. Upon the City's detet-rnination that there i.s goad cause to believe the Cantractor or Subcontractor has violated Chapter 2258, the City shall retain the full amounts claimed by the clairnant or clairnants as the diff�rence between wages paid a�d wages due under the prevailing wage rates, such amounts being subtxacted fro�n successive progress payments pending a final detern�ination of the violation. CiTY ON k�OTt'1" WOI2'S� STANDAItD CONS'fRUC'1'ION SPLCTPICATTON 1�OCLTMk?IVTS I2evision: Ma�h 9, 2(l20 00 72 00 - 1 G�NERAL COND1TIOf�S Page 26 af 63 D. Arbitration Required if Violcction Not Resolved. An issue relating to an alleged violation of Sectioz� 2258.023, Texas Government Code, including a penalty owed to the City or an affected worker, shall be submitted to binding arbitration in accordance with the Texas G�neral Arbitration Act (Ariicle 224 et seq., Revised Statutes) i� the Contractor or Subcontractor and any affected worker c�aes not resolve the is�ue by agreement before the 15th day after the date the City makes its init�ai determination pursuant to Paragraph C above. If the persons required to arbitrate under this section do not agree on an arbitratar i�efore the 11th day after the date that arbitration is required, a district court shalX appoint an arbitrator on the petzt�on of any of the persons. The City is not a party in the arbitration. The decision and award af the arbitrator is final and binding on all parlies and may be enforced in any court of competent jurisdiction. E. Recards° to be Maintained. The Contrractox and eackz Subcontzactox shall, for a period o� three (3) years %Ilowing the date af acc�ptance of the work, maintain records thai show (i) th� name and occupation of each worker ernployed by the Coniractor in �he construction of the Work pravided for in this Contract; az�d (iz) t�e actual pex diezxz wages pazd to each wor�er. Tkze records shali be open at all reasonable hours %r inspection by the City. The provisions of Paragraph 6.23, Right to Audit, shall pertain to this inspection. F. Progress Payments. With each progress payrnent or payiroll pe�iad, whichever is less, the Contractor shall submit an affidavit stat�ng that the Contractor has complied with the requirements of Chapter 2258, TexaS Governrnent Code. G. Posting of Wage Rates. The Contractor shall post prevailing wage rates in a conspzcuo�s piace at all times. H. Subcontractor Compliance. The Contractor shall include in its sUbcontracts andlor shall otlierwise requirre ail of its Subcontractorrs to cozxap�y w�ih Paragraphs A thxo�gh G above. 6.08 Patent Fees and Royalties A. Cantractor shall pay all license fees and royalties and assu�ne all costs incident to the use in the performance of tk�e Work oz the incozpoxatzon in the Work of any �nventzon, deszgn, process, product, or device which is the subject of �atent �ights or copyrights held by others. If a particular inv�ntion, design, process, product, or device is specified in the Contract Docurnents for use in Y,he pe�oz-mat�ce o� tl�e Work and if, to the actual knawledge of City, its use is subject to patent rights or copyrights calling for the paymeni of any iicense fee or royaIiy to others, the existence of such rights shall be disclosed by City in �he Contract Documents. Failure of f,he City to disclose such znfoz-mation does noi relieve the Contractor from its obligations to pay for the use of said fees or royatties io others. B. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold harrnless City, from and against all claims, costs, losses, and dafnages (including but not limited to all fees and charges of engineers, architects, attorneys, and ather prafessionals and all court or arbitration or other dispute resolution costs} arising out of or relating to any infringement of patent rights or copyrights incident to the use in the performance of the Work or resulting frorn C�'X Ok� FOI2T WOR� STANi7�i{� CONSTI2�IJCTIOA! SYECIPICA'I'IO1V AOCLTMENTS Revisipn: Macch 9, 202p oo�zao-� G�N�RAL CONDITIOf�S Pagc 27 of 63 the incorporation in the Work of�any invention, design, process, product, or device not specified in the Contraet Documents. 6.�9 Permits and Uiilities A. Contractor nbtained permits and licenses. Contractor shall obtain and pay for alI construction permits and licenses except thase provided for in the Supplementary Candi�ions or Contract Docum�nts. City shall assist Contractor, when necessary, in obtaining such permits and licenses. Contractor shall pay all governmental charges and inspection fees necessary for the prosecu�ion of the Work which are appiicable at the time of opening of Bids, or, if there are no Bids, on the Effective Dat� of the Agre�ment, exce�t for �ermits provided by the City as sp�cified in 6.09.B. City shall pay aIl charges of utility owners for connections for providing permanent service to the Work. B. City obtained permits and licenses. City will obtain and pay #or all permits and licenses as provided for in the Supplernentary Condi�ions ar Contract Documents. It wi]I be ihe Cantractor's responsibility to carry out the provisions of the permit. If the Contractor initiates changes to the Contract and the City approves the changes, the Contractor is responsible for obtaining ciearances and coordinating with the appropriate regulatory agency. The City will nat reimburse the Contractor for any cost associated wi#h these requirerr�ents of any City acquired permit. The follawing are permits the City will obtain if required: 1. Texas Department of Transportation Pem�its 2. LT.S. Army Corps of Engineers Permits 3. Texas Comznisszon on Envzronz�ental QUa�ity Pez7mits 4. Railroad Company Permits C. Outstanding permits and licenses. The City anticipates acquisition of andlor access to permits and Iicenses. Any outstandzng perrz�azts and lzcenses are az�tzcipated to be acquired in accordanc� with th� schedule set forth in the Su�aglementary Conditions. The Project Schedule submitt�d by the Contractor in accordance wiYh Y.he Contract Documents must consider any outstanding pertnits and licenses. 6.10 La�vs and Regulations A. Contractor sk�aJl gi�e al� z�otices requixed by �nd shall compky with all Laws az�d Regulations applicable to the perFormance of the Wark. Except where otherwise expressly required by applicable Laws and Regulations, the City shall not be responsible for monitoring Contractor's compliance with any Laws or Regulations. B. I� Contractor perfarms any Work knowing or having reason to know that it is contrary to Laws or R�gulaiions, Contractor shall bear all claims, costs, losses, dnd dama�es (inciuding but not limitcd to all fees and c�a�rges of e�gineers, architects, attor�eys, and other pxo�essionals and all CTT"Y OF k'ORT WORTH STANllAItll CONST12ilC1TON SYLCIPICATTQN T]OCLTMC;NTS Revision: Mair.h 9, 2()20 00 �2 ao - i GENERAL CONDITIONS P�ge 28 of �3 caurt or arbitra�ion or other dispnte rresolntion costs) arising out of oz relating to such Work. Howevex, it shall not be Contractor's responsibility to make certain that the Specifications and Drawings are in accordance r�iYh Lavvs and Regulations, but Yhis shall not relieve Contz�actor of Contractor's obligations under Paragraph 3.Q2. C. Changes in Laws ox Regulations not known at the time of opening oi Bids having an effect an the cost or time ai performance of the Work may be the subject of an adjustment in Contract Price or Contract Time. 6.11 Taxes A. On a contract awarded by ihe City, an organization which c�ualifies for e�emption pursuant to Texas Tax Code, Subchapter H, Sections 151.30i-335 {as amended}, the Contractox may purchase, rent or lease all matezials, supplies and equipmeni used or consumed in the performar�ce of this contract by issuing to his supplier an exempiion certificate in Iieu of the tax, said e�emption certificate to comply with State Coanptroller's Ruling .007. Any such exemption certi�caie issued ta the Contractor in Iieu of the tax s�all be subject to and shalX comply with the provision of State Cozxaptroller's Ruling .011, and any other applicable rulings pertaining to ihe Texas Tax Code, Subchapter H. B. Texas Tax permits and in�foz-x�natzon rnay be obtained fror�: � . Comptroller of Public Accounts Sales TaY Division Capitol Station Ausiin, TX 78711; or 2. http://www.window.state.tx.us/taacinfo/taacforms/93-forms.html, 6.12 Use of Site and Other Areas A. Limitation on Use af Site and Other Areas: Contractor shall confine construction equipment, the storage of materials az�d equipment, a�d the operations of vc�orkers to the Site and other areas permitted by Laws and Aegulaiions, and shall not uzu-easonably encumber the Site and other areas with construction et�ui�ment or other materials or equipment. Contractor shall assurne fnll responsibility for any damage to any such land or area, or to the owner or occupant ihereof, or of any adjacent land ar areas resulting frozxz t�e pez�ormance of the Wark. 2. At any time when, in the judgm�nt of ihe City, the Coniractor has obstructed or closed or is ca�rying on operations in a portioz� ofr a stzeet, z-ight-of-way, or easement greater than is necessary �or pro�er execution of the Work, the City may require the Contractor to finish the section on which operations are in progress before worl� is commenced on any additional area oi the Site. CiTY OF �'OTZT' WO1tTT� STANDARD CQiYSTRUCTION SPECTFICATTON DOCiJNfENTS Revision: Iv[a�ch 9, 2D20 OD 72 00 - 1 G�N�RAL CONDITIONS 1'age 29 of 63 3. Should any Dazxiage Claim. be made by any snch owner or occupant because of the perfo�nance of the Work, Cantractor shall pramptly attempt to resalve the Da�nage Claim. 4. Pu�suant to Paragraph 6.21, Contractor shall indemnify and hold harmZess City, from and against all claims, costs, losses, and darnages arising out of or relating to any claim or rzction, legal or equitable, brought by any such owner or accupcznt against City. B. Removal of Debris During Performance of the Work: During �he progress of the Wark Contractor shall �Ceep the Site and othex areas free frozxa accumuiations of waste zxzatezials, rubbish, and other debris. Aemaval and disposal of such waste materials, rubbish, and other debz�s sha[1 confarm to applicable Laws and Regula�ions. C. Site Maintenance Cleaning: 24 hours after written notice is given to the Contractor that the clean-up on the job site is proceeding in a manner unsatisiaciory to the City, if the Contractor fails ta correct the unsatrs�actary procedure, the City may take such direct action as the City deerns appxopriate to correct the clean-up deficiencies cited to the Contractor in the r�vritten notice (by letter ar electronic cornmunication), and the costs of such direct action, plus 25 °Io of such costs, shall be deducted from the monies due or to becomc due to tl�e Contractor. D. Final Site Cleaning: Pz�ox to FxnaJ Acceptance of the Wor� Carnnactaz shall clean the Site and the Work and make it ready for utilization by City or adjacent property awner. At the completion of the Work Contractor shall remo�ve from the Site all tools, appliat�ces, construction equipment and machinery, and surplus materials and shail restare to original condition or better all property disturbed by the Wark. E. Loading Structures: Contractar shaJl not load z�or pez-xz�it any part of any structure to be loaded in any manner that will endanger the structure, nor shall Contractor subject any part of the Work or adjacent property to stresses or pressures t�iat wi11 endanger it. 6.13 l2ecord Documents A. Contractor shall maintain in a safe place a� t�e Site or in a place designated by the Cantractar and approved by the City, one (1) record copy of all Drawings, Specifieations, Addenda, Change Orders, Field Orders, and written interpretations and clarifications in good arder and annotated to show changes rnade during construction. These record documents together with all approved Samples and a counterpart of all accepted Submittais wili be available to City for re�erence. Upon completion of the Wark, tt�ese record documents, any operation and maintenance manuals, and Submittals will be delivered to Crty prior to Final Inspection. Contractar shall include accurate locations for buried and imbedded items. 6.14 5'afety and Proiection A. Contractor shall be soiely responsible �or initiating, rnaintaining and super�vising all safety precautions and programs in connection wiih the Wark. Such responsibility does nat re�ie�e Subcontractors o� their responsibility for the safety of persans or praperty in the performance of their woxk, nor foz complzance with applicable safety Laws ax�d Reguiations. Contractor shall cz�rY oF Fo�T wox� STANDARDCOIVS'1'R[JCTTON SPECIPICATIQN T7dCUM�N`C'S Revision: MucU9,2020 00 �a oo - i G�N�RAL CONDI7fONS Page 30 of 63 take all necessary precautions for the sa%ty of, and shall provide the necessary protection to prevent damage, injury or loss ta: 1. alI persons on the Site or �c�vho may be affected by the Work; 2. all Yhe Work and materials and equipment to be incorporated ther�in, whether in storage on ox off the Site; and 3. other property at the Site or adjacent thereto, incZUding tz'ees, shrubs, Xawns, walks, pavements, roadways, structures, uY�Iities, and Underground Facilities not designated for removal, relocatron, or replacement in the course of construction. B. Contractor shall comply with aIl applicable Laws and Regulations relating to the safety of persans or property, or to the protection oi persons or property from damage, injury, or ioss; and shall erect and maintain all neces�ary safeguards for such safety and protection. Cantractor shall natify awners of adjacent prvperty and of Undexground Facilitaes and ot�ex utility owners when prosecution of the Wark may affect them, and shall cooperate with them in the protection, removal, relocation, and replacement of their property. G Contractor shall conr�ply with the applicable requireme�zts of City's safety pxograms, if any. D. Contractor shall iri%rm City of filze specific requirements oi Contractor's sa%ty program, if any, with which City's em�loyees and representatives must comply while at the Site. E. All damage, injUry, Qx Xoss to any property referred to in Pa�ragraph 6.14.A.2 ox 6.J4.A.3 caused, directly or indirectly, in whole or in part, by Contractor, any Subcontractor, Supplier, or any other individual or entiiy directiy or indirectly ernployed by any of them to perForm any of the Work, or anyone for whose acts any of therxz may be liable, shali be remedied by Contractor. F. Coniractor's duties and responsibilities for safety and for protection oi the Work shall continue until such time as all the Work is completed and City has accepted the Wark. �.15 Safety Representative Contractor shall inform City in writing of Contractor's designated safety re�resentative at the Site. 6.16 Hazard Communication Program>s Contractor shall be respo�zszble fox cooxdinaiing a�y exchange of zz�aiex ial safety data sheets or other hazard cornmunication information required io be made available to ar exchanged between or arr�ong ernpto�+ers in accordance �c�vit�i Laws or Regulations. 6.17 Emergencies and/or Rectification A. In �m�rgencies affecting the safety or protecrion of �ersons or the Work or praperty at the Site or adjacent thereto, Contractor is obligated to act to prevent threatened da�nage, injury, or loss. Co�tractor shall give City prompt written notice if Contracior believes that any signi£'icar�t CPI'Y OF FOItT WOI2T�I STANDARD CONSTRUCTiON SPECiFICATIOIV TJOCUMENTS Rev� sion: Ivl�r.l� 9, 7A2A 00 72 00 - t GENERAL CdNDITIONS Page 31 of 63 changes in the Work or �variations frorn the Contract Doc�ments have been. caused thereby or are requzzed a� a xesult thereaf. If City determines that a change in the Contraci Documents is required because of the action talcen by Contractor in response to such an emergency, a Change Ordex znay be issued. B. Should the Contractor fail to respond to a rec�uest from the City to rectify any discrepancies, omissions, or correction �ecessary to confarm r�vith the requirements of the Contract Docu�xaent�, the City shall give the Contractar written not�ce that such work or changes are to be performed. The written notice shall direct attention ta the discrepant condition and request the Contractor to take remedial action to correct the conditron. In �e event the Contractox does not iake positive steps io fulfill this written request, or does not show just cause far not iaking the �roper action, within 24 ho�rs, th� City may take s�ch remedial acrian with City farces or by contract. The City shall deduct an amount equal to t�e entixe costs far such rernedial action, plus 25°Io, from any fi�nds due orr become due the Contractar an the Project. b.1$ Submittals A. Contractor shall sub�nit required Submittals to City £ox review and acceptance in accordance with the accepted Schedule o� Submittals (as required by Paragraph 2.07). Each submittal will be identified as City may rec�uire. 1. Submit number of copies specified in �ie General Requirem�nts. 2. Data sl�own on the Subrnittals will b� cornplete with respect to quantities, dimensions, specified performance a�nd desigz� cz7tez-ia, �mate�als, and similar data ta show City the services, materials, and equipment Contractor proposes to provide and to �nabl� City to review ihe information far the limited purposes required by Paragraph 6.1 S.C. 3. Subz�n.ittals subnaztted as herein provided by Contractor and reviewed by City �or con%rmance with the design conc�pi shall be executed in conformity with the Contract Docurnents unless oY�erwise required by City. 4. When Submittals are submitted for the purpase of showing the installation in greater detail, their re�iew shall not excuse Contractor from requirements sY�awn on the Drawings az�d Specifications. 5. For-Tnfarmation-Only submittals upon which the City is nat expected to conduct re�iew or take respansive action may be so identified in the Contract Documents. 6. Submzt required number of Samples specified in the Speciiications. 7. C�early identify each Sample as to material, Supplier, pertinent data such as catalog numbers, the ase for which intended and oYher data as City may require to enable City to review the submittal fox tbe lxrzazted puzposes required by Paragraph 6.18.C. CITY OF FORT WORTH STANDARIJ CONSTRUCTTOi,! SPECIF[CATIOl� DQCUMENTS Re�ision: TVTazcli 9, 2020 00 72 00 - 1 GENERAL COND]TIONS Page 32 of 63 B. Wbeze a Sub�nittal is required by tl�e Contract Documents or the Schedule of Subzx�uttals, any related Work perfonned prior to City's review and acceptance of the pertinent submi�:tal will be at the sole expense and responsibility of Contractor. C. City',s Review: 1. City will provide timeiy review of required Submittals in accordance with the Schedule of Submittals acceptable to City. City's review and acceptance will be only to determine if the items covered by the su3�mittals will, after installation or incorparation in the Work, conform to the informaiian given in the Contract Documents and be compatible wiih the design coneept af the com�leted Project as a functioning whnle as indicated by the Contract Documents. 2. City's review and acceptance will not extenc� to means, methods, techniques, sequences, ox procedures of construction (except where a particular means, method, technique, sequence, or procedure o� construction is specifically and �xpressly called for by th� Contract Docurnents} or to safety precaufions or programs incident tY�ereio. The revievv and accepfance of a separate ite�x� as such will not iz�dzcate approval o� the assex�abiy in which the ztem functions. 3. City's revievcr and acceptance shall not relieve Contractor from responsibility for any variation from the requirements of the Cont�act Docuznents unless Contractor has corr�plied with the requirements oi Section Ol 33 DO and City has given written acceptance of each such variation by specific vvritten notatron thereof incorparated in or accompanying the Subxniital. Czty's review and acceptance shall noi relieve Contractor from responsibility for complying with the requirements of the Coniract Documents. 6.19 Continuing the Work Except as otherwise provided, Contractor shall cany on the Work and adliere to ihe Project Schedule during alI disputes or disagreemenis with City. No Wark shall be deIayed or postponed pending resolution of any disputes or disagreenr�ents, except as City and Contractox may othe:rwise agree in writing. 6.20 Contracior's General Warranty and Guarantee A. Contractor warrants and guarrantees to City thai all Work will be in acco�rdance wzth the Contzact Docurnents and will noi be defective. City and its officers, clirectars, members, partners, employees, agents, consultants, and subcantractors shall be entitled to rely on representatian of Contractor's vc+arranty and guarantee. B. Contractor's warranty and guarantee hereunder excludes de%cts ar damage caused by: 1. abuse, modiiication, or improp�r maint�nance or op�ration by persons other than Contractor, Subcontractors, Suppiiers, or az�y other indzviduai or entiiy �ox whom Cont�aciox is responsible; or Cl'I'i' OP FORT WORTkT STANDA1217 CONSTRLTCTION SPECIFTCATIQN DOCUNTENTS Revisipn: Macch 9, 2020 00 �z oo � i GEN�RAL CONDITIONS Page 33 of 63 2, norrnal wear and tear under norn �a� usage. C. Contractar's obligation to perform and co�nplete thc Work in accordance with the Contract Documents shall be absolute. None of fhe fallowing will constitute an acceptance of Worl� that is nat in accordance with the Contract Doctiments or a release of Contractor's obligation to perform the Work in accordance with the Contract Documents: 1. observations �y City; 2. r�commendation or �ayment by City of any progress or final payment; the issuance of a certificate of Final Acceptance by City ar any payment related thereto by City; 4. use or occ�pancy of the Work or any part thereof by City; 5. any review and acceptance of a Submittal by City; 6. any inspection, test, or appro�al by others; or '7. any car�-ection of de%ct�ve Work by City. D. The Contractor shall remedy any defects or damages in the Work and �ay for any damage to othex work ox property resulting therefrom which sha11 appear within a period af two (2) years from tl�e dat.� of Final Acc��iance of th� Work unl�ss a longer �eriod is s�ecifi�d and shall furnish a good and sufficrent maintenance bond, complying with the requirements of Article 5.02.8. The City will give notice o� observed defects with reasonable promptness. 6.21 Indemnification A. Contractor co�enants and agrees to indemnify, hold harmless and defend, at its own expense, the City, its officers, servants and emplayees, iram and against any and aIl clai�ns arising out of, or alleged io arise out of, �he work and ser�ices ta be performed by the Contractor, i�s offcers, agents, employees, subcontractars, licenses or invitees under tihfs Cantract. THLS IlVDEMNIFICATION PROV�.SION IS SPECIFICALLY INTENDED TO. OPERATE AND BE EFFECTNE EVEN iF TT TS ALLEGED QR PRQVEN THAT ALL OR SOME OF THE DAMAGES BEING SOUGHT WERE CAUSED. IN WHOLE OR IN, PART. BY ANY ACT. OMISSInN nR NE("TLIGENCE OF THE CITY. This indemnity pro�ision is intended to include, without limitation, indemnity for costs, expenses and legaI fees incux�red by the City in defending against such claims and causes of actions. B. Contractor ca�enants and agrees to indemnify and hold harrnless, at its o�vn e�rpense, fhe City, its offcers, servants and employees, from and against any and ail ioss, damage or destruction o� pxoperty of the City, arising out o£, or alleged to arise aut of, the work and service� to be performed by the Contractar, its afficers, agents, em�layees, subcontrac�ors, licensees or invitees under this Contract. THIS INDEMNIFICATION PROVISInN IS C1TY QF FORT WQRTH S`I'At�I]F�T� COI3STRiJCTION SPECTFICATTpN DOCUMSNTS Revisian: MairSi 9, 2020 0072OD-1 GENERA�. CONDITIONS Page 34 of 63 SPECIFICALLY INTENDED TO OPERATE Al�ID _ BE EFFECTIVE_ EY_EN_IF_ IT_ I� ALLEGED OR PROVEN THAT ALL OR SOME OF THE DAMAGES BEING SOUGHT WERE CAUSED. IN WHOLE OR IN PART. BY ANY ACT. OMI�SS�ON OR NEGLxGENCE OF THE CZTY. 6.22 Delegation of Professional Design Services A. Contractor will not be required to provide professional design services unless such services are specifically required by the Contract Documents fox a portian of the Work or unless such servzces are required to carry out Contractor's responsibilities for constrUctian means, methods, techniqUes, sequences and procedures. B. Tf professionai design services or certifcations by a design prafessional related to systems, materials or equipment are specificatly required oi Contractor by the Contract Documents, City will specify all performance and design criteria Y,hat such services must satisfy. Contractor shall cause such servxces ar certifications to be provided by a pxopex�y Xice�sed pzo�essional, whose signature and seal shall appear on ail drawings, calculations, speciiica�ions, certifications, and Submittals prepared by such professional. SubmittaIs related to the Work designed or certified by suck� prrofessional, if preparred by othexs, shall bear such professional's wr�tten approvai when submitted to City. C. City shall be entitled t� rely upon the adeyUacy, accuracy and camp�eteness of the servic�s, certi£icatians ox approvals performed by such deszgn professionals, provzded City l�as speczfied io Contractar per�ormance and design criteria that such services must satisfy. D. Pursuant to this Paragraph 6.22, City's review and acceptance of design calculations and design drawxngs wi�l be only for the limited purpose of checking �or conformance with pez-foxrzaance and design criteria given and the design concept expressed in tl�e Contract Documents. City's review and acceptance af Submittais (except design calcula�ions and design dravvings) vvill be only �or ihe puxpose stated zn Paragraph 6.18.C. 6.23 Right to Audit A. The Contractor agrees that t1�e City shall, until the expiration of three (3) years after final payment under this Contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers, and records of th� Contractor invo�ving transactions relaiing to this Contract. Contractor agrees that the City shall have access du�ing Regula�r Working Hours to all necessary Co�tractoz �acilities and shall be provxded adequate and appxop� ate work space in order to conduct audits in c�mp�ianee with the �rovisions of this Paragraph. The City shall give Contractor reasonable advance notice of intended audits. B. Contxactox furtk�ex agrees to include in a11 its subcontracts hereunder a provisian to the e�'fect that the subcontractor agrees fihat the City shall, until th� �xpiration of thre� (3) y�ars after final payment under this Contract, have access to and the right to examine and photocopy any directly pertinent books, docuznents, papers, and records of such Subcontractor, involving transactions to ihe subcontract, and flzrther, that City shall have access during Regular Working Hours to alI C1TY OF FORT VV012TT� STANDARD CONSTRTICTIOIY SPECIFICAT[ON DOCUMENTS Revision: Ma�c;h9,202D 00 �z no - i C2ENERA4 COiV�ITIONS Page 35 of fi3 Subcontractor facilities, and shali be provided adequate and approgriate work space in order to conduct audits in. cozxzpliance wzth tbe pro�isions of this Pa�rag�raph. Tk�e City shall give Subcontractor reasonable advanc� notice of intended andits. C. Cnntractor and S ubcontractor agree to photocopy such documents as rnay be requested by the Crty. The City agrees ta reimburse Contractor for the cost of the copies as foliaws at the rate published in the Texas Adxr�inistrative Code in �ffact as of the time co�ying is ��rform�d. 6.24 Nandiscrimination A. The City is responsible for operating Public Tran�portation Programs and implementing transit- related projects, which are funded in part with Federal financial assistance awarded by the U.�. Department of Transpartation and the Federal Transit Administration (FTA}, without discriminating against any person in the Uniied States on the basis of race, color, or national ori�in. B. Title VI, Civil Rights Act of 1964 as amended: Contractor shall cornply with Yhe requirements of the Act and the Regulations as £urtk�er defir�ed in the Supp�e�mentary Ca�ditions for any project receiving Federal assisiance. ARTrCLE 7-- OTH�R W4RK AT THE SITE 7.01 Related Wark at Site A. City may �erform other work related to the Project at the Site with City's employees, ar other City contractors, or through other direct contracts therefor, or ha�e ofher work performed by utility owners. Yf such other work is not noted in the Cantract Documents, then written notice thereof will be gi�ven to Contractor prior to starting any such other work; and B. Cont�actor s�aJl affo�rd eack� othex contractor wl�o is a party to suc� a dixect contraci, each utility own�r, and City, if City is gerforming other work with City's employees or other City contractars, proper and safe access to the Site, pxo�ide a xeasonable opportunity for the introduction and siorage of materials and equipment and the execution oi such other work, and properly coordinate the Work vviYh theirs. Cantractor shall do all cutting, f�ting, and pa�ching of the Work that may be required to pxopexly connect ox othezwzse naake its several parts co�x�e togetk�ez and proper�y integrate with such oth�r work. Contractor shall not endanger any work of others by cutting, excavating, or otherwise altering such work; provided, howe�ver, that Contractor may cut or alter others' work with the written consent of City and the others whose work will be affected. C. If the proper execution or results of any part of Contractor's Work depends upon work perfor;ned by others under this Article 7, Contractor shall inspect such other vvark and prornptly report to City in writing any delays, defects, or deficiencies in such other work that render it unavailable or unsuitabl� for the proper execution and results of Contractor's Work. Contracior's failure to so report will constitute a� acceptance of such other woxJ� as �i and pxoper for integxation witk� Con�ractar's Work excepi for latent defects in the wark provided by others. CITY OF FORT WQRTFI STANDARDCQNSTRUCI'ION SPECIFTCATTON DOCiJMF.'NTS Re�ision: Maicl� 9, 2D20 oo�aao-i G�N�f�AL CONDfTION5 Page 36 of 63 7.02 Coardinatian A. If City intends to contract vvith others for tne perforrnance o� other work on the Project at the Sxte, the �ollawing will be set forth in Supplementary Condiiions: the individual or en�ty who wiil have authority and responsibility for coordination of the activiiies among the various contractors wiil be idenii�ed; 2. t.�ie specific matters to be covered by such aUihority and responsibility will be itemized; and 3. the extent of such autho�ty and zesponsibilities will be pravided. B. Unless otherwise provided in the SUpplexxzentazy Conditions, City shall have authority for such coordination. ARTICLE S — CITY'S RESPONSISILIT�ES 8.01 Communications to Cantractor Except as otl�erwise provided in the Supplementary Conditions, City shali issue alI comrnunicatrons to Contractor. 8.02 Furnish Data City shall �imeIy furnish the data rec�uired nnder the Contract Documents. 8.03 Pay When Due City shall make �ayments io Contractar in accordance with Article 14. 8.04 �ands and Easements; Reports and Tests Ciiy's duties witb respect to praviding lands and easements and providing engineering surveys to establish reference points are set forth in Paragraphs 4.O1 an�d 4.05. Paragraph 4.02 refers to City's identifying and making available to Contractor copies oi reports of explorat�ons and tests of subsur�ace eonditions and drawings of physieal eonditions relat�ng to existing surface or subsurfaee struetures at or coniiguous to the Site that have been utzlized by City in preparing the Contract Docr.�ments. 8.05 Change Orders City shall execute Change Ozdexs in accordance with Paragraph 10.03. $.06 Inspections, Tests, and Approvals City's responsibility vviYh respeci to certain inspections, tests, and approvals is sei forth in Paragraph 13.03. CTI'Y OF FORT WQKTH STANIJAR.DCONSTRiJCT10N $PECIFICATION DQCUMEI�}TS Revision: M�ch9, 2020 oa�zoo-i GE�lERAL CONDITIQNS Page 37 of 63 8.07 Limitations on City's Responsibilities A. The City shall not supervise, clirect, or have control or authority over, nor be responsible for, Contractor's means, methods, techniques, sequences, or procedures of construc�ion, ox ihe safety precautions and pxograms incident thereto, or for any failure af Contractar to comply with Laws and Regulat�ons a��licable to the performance of the Work. Crty will not be responsible fox Contractor's failure to perforna the Wor� i� accordance wzih the Contract Documents. B. City will notify the Cont�actor of ap�alicable safety plans pursuant to Paragraph 6.14. 8.08 Undisclosed Hazardous Environmental Conditian City's responsibilzty with res�ect io an undisclosed Hazardous En�ironmental Condition is s�t forth in Paragraph 4.06. $.09 CompTiance with Safety Program While at the Site, City's employees and repzesez�tatives s�a�l coznply with the specific applicable requirements of Contractor's safety programs af which City has been infarmed pursuant to Paragraph 6.14. ARTICLE 9— CTTY'� OB�ERVATION STATUS DURING CONSTRUCTION 9.01 City's Project Manager City will provide one orr zxzorre Pxoject Manager(s} during the construction period. The duties and responsibilit�es and the limitatiQns of authority of City's Project Manager during construction are set forth in the Contract Docurnents. The City's Pro�ect Manager for this Contract is ide�tified zn the Supplementary Conditions. 9.02 Visits to Site A. City's Project Manager will make visits to the Site ai intervals appropria�e to the various stages of construction as City deems necessary in arder to observe the progress that �as been rzaade and t�ie quality of t�e vaz�ous aspects of Contractor's executed Wark. Based on in%rmation obtained during such visits and observations, City's Project Manager will determine, in general, i� the Work is proceeding in accordance with the Contract Documents. City's Pxoject Managerr wi�l not be required to xx�ake e�k�austive or continuous inspections on the 5ite to check the qualifiy ar quantity of the Work. City's Projeci Manager's efforts will be directed toward �roviding City a greater degree of confidence that the completed Woxk wzll coz�,fozzn ge�erally ta the Cantract Docunaents. B. City's Project Manager's visits and observations are subject to alI Y.he limitations on authority and responsibility in the Contract Documents incl�ding those set forth in Paragrapl� g.o�. CI'I'Y OF FORT WORTH STANDARD CO�ISTRUCT{ON SPECEFICATI(7N QOCUMENTS Revision: Ma�ch 9, 2D2D OD7200-1 GENERAL COlVDfTiONS Page 38 of G3 9.03 Authorized Variations in Work City's Project Manager may authorize minor variations i� the Work from the requirements of ihe Contract Documents which do not i�volve an adjustmeni in the Cont�aci Price ox the Contract Tzme and are compatible with tl�e design concept of the comp�eted Project as a fi�ctioning whole as indicated by th� Contract Documents. These may b� accor�plished by a Field Order and wilI be binding on City and also on Contractor, who shal� perform the Work involved promptly. 9.Q4 Rejecting Defective Work City wi�l have authority to reject Wark w�ich City's Project Manager beiieves to be defective, or will not produce a completeci Project that conforms to the Contract Documents or that will prejudice t1�e integrity o� the design concept of the completed Projeci as a functioning whole as indicated by the Contract Documents. City will hav� authority to conduct special inspection or tEsting of the Work as provided in Article 13, whether orr not t�ie Woxk is fabr�cated, installed, ar completed. 9.OS Detenninations for Work Perfor�ned Contractor will determine the actual quarnities and classifications af Work perfarmed. City's Project Manager will re�riew vc�iYh Contractor the prelirninary detertninations on such matters before rendering a written recommendation. City's written decision will be fina� (except as modified to reflect changed factual conditions ar rr�ore accurate data). 9.06 Decisions an Requirements of Contract Documents and Acceptability of Work A. City will be the initial interpreter of the requirements of the Contract Documents and judge of the acceptability of the Work thereunder. B. City will rrender a w�tten decision on any issue re£ez-red. C. City's written decision on the issue referred will be final and binding on the Contractor, subject to the provisions of Paragra�h 10.06. ARTICLE 10 — CHANGES IN THE WORK; CLAIMS; EXTRA WORK 10.01 AuthoraZed Changes in the Work A. Without invalidating the Contract and without natice ta any surety, City rnay, at any time or from time to time, order Extra Work. Upon noYice of such Extra Work, Con�ractor shall prompYly pxoceed wiih the Woxk involved which wi11 be perFormed under the applicable conditions of the Contract DocumenEs (exc�pt as otherwise specifically �ravided}. Extra Work shall be memorialized by a Change Order which may or may not precede an order of Extra work. B. For rninor changes oi Work not requiring changes to Contract Time or Contract Price, a Field Order rr�ay be issu�d by the City. C1TY OF FORT WOR'I`H STAAIDARD CQ3�iSTRUCTION SPECIFICATIOl� DOCI.TMENTS Revision: Ma�ch 9, 2D20 00 72 00 - 1 GENERAL COND]TIONS Page 39 qf 63 14.a2 Unauthorized Changes in the Work Contractor shall not be entitled to an increase in the Contract Price or an ext�nsion of the Contract Ti�me witri zespect to any wor� pe�oz-�xzed that is not required by the Contract Documents as amended, modified, or supplemented as provided in Paragraph 3.04, except in the case of an emergency as provided in Paragraph b.17. 10.03 Execution af Change Orders A. Ciry and Cantractar snall execute appropriate Change Orders covering: 1. changes in the Work which are: (i) ardered by City pursuant to Paragraph 10.01.A, (ii) required because of acceptance of defecti�e Work under Paragraph 13.0$ or City's correction of defective Work under Paragra�h 13.09, or (iii) agreed to by the parti�s; 2. changes in the Contract Price or Contract Time which are agreed to by the parties, including any undisputed s�m ar amount af time for Work actually performed. 10.04 Extra Work A. Should a difference arise as to what does or does not constitute Extra Work, or as to the payment thereof, and T.he City insists upon its perFormance, tl�e Contractor shall proceed with the work after zxaaking written reque�t for written orrders and sha�l keep accurate account of the actual reasonable cost thereof. Contract Claims regarding Extra Work shall be made pursuant ta Paragraph lO.Qb. B. Tne Contractor shall furnish tiie City such installation records of all de�iaiions fram Yhe original Co�tract Docuzxae�ts as zx�ay be necessary to ez�able tk�e City to prepare for permanent record a corrected set of plans showing the actual installation. C. The compensation agreed upon for Extra Work whether or nat initiated by a Change Order shall be a full, complete and final payment for ali costs Contracior incurs as a result or relating ta the change or Extra Wark, whether said costs are known, unknown, foreseen or unforeseen at that tz�xae, includiz�g wxthout lirzaitation, any costs fox de�ay, exiernd�d overrhead, zipple ox zmpact cost, or any other effect on changed or unchanged work as a result oi the c�iange ar Extra Work. 10.05 Notificutian to Surety �£ tb.e provisions of any bond xequire �otace to be gzven to a surety of any change affecting the general scope of tY�e Work or the proeisions of th� Contract Documents (including, but not limited to, Contract Price ox Contract Tizzae), t�e giving af az�y such z�otice will be Cantractor's xesponsibility. The amount of each applicable bond wili be adjusted by the Contractar to reflect the effeci of any such change. C1TY UF RORT WORTH S'I'ANDARDCONSTRUCTION 5PHCIFTCATTON DOCUMEI�i7'S Re�ision: Ivl�ich 9, 2Q20 00 72 OG - 1 GENERAL COfVDITIQNS Page 40 of 63 10.06 Contract Claims Process A. City's Decision Required: All Contract Claims, except those waived pursuant ta Paragraph 14.09, shall be referr.red to the City £ox decision. A decision by City shall be requi_red as a cozzd'ztaon precedent to any exercise by Cantractor o� any �ghis oz xeznedies he zxaay otherwise have under ihe Contract Documents or by Laws and Regulations in respect oi such Contract Claims. B. Notice: 1. Written notice staiing the general naiuz�e o� each Contract C�aim shalX be deXivez-ed by the Contractor to City no later than 15 days after the start of tl�e event gieing rise thereto. The responsibility to substantiate a Contract Ciaim shall rest with �Yie party making the Contract Claana. 2. Notice oi the amount or extent of the Contract Claim, wiih supporting data shall be delivered to the City on or before 45 days from the start of Yhe event giving rise thereto (�tnless the City allows addiiional tinae for Cantractor to sub�x�.ii additional or naoxe accurate data zn support of such Contract Claim). 3. A Contract Clairr� for an adjustrnent in Contract Price shall be Qrepared in accordance with the provisions of Paragraph 12.01. 4. A Contract Claim for an adjustment in Contract Time shall be prepared in accordance wiih the pro�risions of Paragrapn 12.02. 5. Each Contract Claim shall be accompanied by Con:�ractor's wri�tten statement that the adjustment claimed is the �ntire adjusiment to which tl�e Contractor believes it is entitled as a result of said event. 6. The City sha1� submii any response to the Contractor within 30 days after receipi a� tlae claimant's last submittal (unless Contract allows addi�ional time). C. City's Action: City will review each Contract Claim and, vc+ithin 30 days after receipt of the last snbzx�uittal of tk�e Contractox, if any, take one o� the following actians in wziting: 1. deny ttie Contract Claim in whole or in part; 2. approve th� Contract Clairn; or 3. no�ify the Contractor that the City is unable to resolve the Contract Claim if, in the City's sole discretxon, it would be inappropriate far the City to da so. For purposes af further resolution oi ihe Contract Clairn, such notice shall b� deemed a denial. C1TY OF FOR'1' WORTH STANDARD CONSTRT.TCTI03`i SPECIFTCATION DOCUMENTS Revision: Ma�h 9, 2020 UU720D-1 GENERAL CONOITIONS Page 41 af b3 D. City's written action under Paragraph 1Q.06.0 will be finai and binding, unless City ar Contractor invoke the dispute resolution procedure set forth in Article 16 within 30 days of such actioz� ox deniai. E. No Contract Claim for an adjustment in Contract Price or Contract Time will be valid ii not subrnitted in accordance witY� tiiis Paragraph 10.06. ARTICLE 11— COST OF THE WORK; ALLOWANCES; i7NIT PRICE WORK; PLANS QC1ANTrTY MEASUREMENT 11.01 Cost of the Work A. Costs Included: The tex�xa Cost o£ the Work means the sum of all costs, except those excluded in Paragraph 11.Q1.B, necessarily incurred and paid by Contractor in the proper performance of �lie Work. When the value af any Work covered by a Change Order, the costs to be reimbursed to Cantractor will be anly those additional or incremental costs required because of the change in the Work. Such costs shall nat include any af the casts iternized in Paragraph 11.01.B, and shall include but not be limited to Yhe following items: 1. Payro�l costs for employees in the direct employ of Contractar in the performance of the Wark undcr sch�dules of job classifications agread u�on by City and Contractor. Such ernployees shall include, without iimitation, superintendents, foremen, and otlier pexsonnel emplayed full time on the Work. Payroll costs for employees not employed full time an the Work shall be apportioned on the basis of their time spent on the Worl�. Payroll costs shall znclude; a. salaries r�ith a 55°�o markup, or b. salaries ar�d wages plus the cos� o� fringe benefits, which shall include social security contributions, unemployment, excise, and payroll taYes, workers' compensat�on, health a.nd retirement benefits, bonuses, sick leave, vacation and holiday pay applicable thereto. Tk�e expenses of pe�rforming Work outside of Regular Working Hours, Weekend Warking Hours, or Iegal holidays, shall be includcd in the above to the extent authorized by City. 2. Cosi o£ all mater�als and equipment furnished and incarparated in the Work, including cosis o� transporiation and storage tl�ereof, and Suppliers' field services required in conn�ction therewith. 3. Rentals of all construction equipment and machinery, and the parts thereaf whether rented from Contractor or others in accordance with rental agreemenis a�proved by City, and the costs of transportataon, Ioading, unloading, assezxzbly, dzsmant�zng, and re�x�oval thereof. All such casts shail be in accordance with the terms of said rental agreements. The rental of any such equipment, machinery, ar parts shall cease when ihe use thereof is no longer nece5saxy for the Work. C1TY (]FFORT W(]RTH S"I'ANAARBCONSTRUCTTON SPECTF[CATTpN DOCLTMENTS Revision: Much 9, 2020 00 �z oo - � GENERAL COND]TIONS Page 42 of 63 4. Payments made by Contractor to Subcontractors for Work per%rmed by Subcontractors. If rec�uired by City, Contractor shali obtain competitive bids from subcontractors acceptable to City a�d Coz�txactor and sha11 delivex suc� bids to City, wha w�Xl then determine, whicl� bids, if any, will be acceptable. Tf any subcontract pravides that the Subcontractor is to be paid on ihe basis of Cost of the Work plus a fee, the Subcontractor's Cost of the Work and fee shall be deter�nined in the same zx�ann.ex as Contractox's Cost of t.�e Woz� and fee as pxovided in this Paragraph 11.01. 5. Costs of special consultants (inc�uding but not Iimited io engineers, architects, testing laboratories, surveyors, attorneys, and accountants) employed for services specif cally related to the Work. b. Suppl�men�ai costs inclucling ihe following: a. The proportion of necessary transporta�:ion, travel, and subsistence expenses of Contractor's employees incuzred in discharge of du�aes connected with the Wor�. b. Cost, including transportation and maintenance, of all materials, supplies, equipment, machinery, appliances, office, and t�mporary facilities at the Site, and �and taols not owned by the workers, which are consuzxaed in tkze pez�ozxnaz�ce of the Wox�, and cost, Xess �ar�et value, o� such items used bni not consumed which remain the property af Contractor. c. Sales, consumer, use, and other siznilar taxes related to the Wox�, a�d �or whicl� Con�tractor is liable not covered under Paragraph 6.11, as imposed by Laws and Regulations. d. Deposits lost for causes ot�aex tharr�. negligence of Contractor, any Subcontractor, ox anyone clirectly or indirectly employed by any of th�m or for whose acts any of thein may be iiable, and royalty payments and fees for permits and licenses. e. Losses a�d damages (and related expenses} caused by damage to the Wark, not compensated by insurance or olherwise, sustained by Contractar in connection with the performance of Yrie Work, provided such losses and damages have resulted from causes other than the negligence o� Contaractox, any Snbcont�actor, ar anyane directly or indirectly employed by any oi them or %r whose acts any of therri may be liable. Such losses shall include settlements made with the written consent and approval of City. No such Iosses, damages, and expenses shall be included in �e Cost of the Wox� �or the purpose of determining Contractor's fee. f. The cost of uiilities, fuel, and sanitary faciliYies at the Site. g. Minor expenses such as telegra�zs, lang dzstance telephane calls, telephone and comznunication services at the Site, express and courier services, and simi�ar petty cash items in connection with ihe Work. C1TY OF F4RT' WOKTH STANDARU CpNSTRUCTIQN SPECIEICATION DOCi7MENTS Re�isian: Mazch9, 2020 00 �z oo - i GENEFiAL CONDITIdNS Page 43 of 63 h. The costs oi premiums for all bands and insurance Ca�tractar is required by the Coniract Documents to p�trchase and maintain. B. Costs Excluded.• The term Cost of the Work shall nat include any of the %llowing items: 1. Payroll costs and other cornpensation of Contraciar's o�ficers, executives, principals (of partnerships and sole proprietorships), general rnanagers, safety rnanagers, engineers, architects, estimators, attorneys, auditors, accauntants, purchasing and contracting agents, expediters, timekeepers, clerks, and oYher �ersonnel employed by Contractor, whether at the Site ox in Cantractor's pz-incipal or branch o££'ice for ge�eraI adr�xvzazstraiion of the Work a�rzd not specifically included in the agreed upan schedule of job classificat�ons referred to in Paragraph 11.01.A.1 or specifically covered by Paragraph 11.01.A.4, all of which are to be considered adzxzinistxative costs covexed by the Cont�:�actox's fee. 2. Expenses of Contractor's principal and branch offices other tl�an Contractor's office at the Site. 3. Any part of Contractox's capital expe�ses, includzng interest on Contractor's capital employed for the Work and charges against Contractor for deIinquent payments. 4. Costs due to f,he negligence of Contractor, any Subcontractar, or anyone direct�y or indirectly ernployed by any of thezxa or for w�ose acts any of them �nay be liable, including but not limited to, the correction of defective Work, dis�osal of materials or aquipment wrongly snpplied, and nn:aking good any damage to property. S. Other overhead or general �xpens� costs of any kind. C. Contractor's Fee: When all the Work is performed on tY�e basis of cost-plus, Contractor's %e sha�1 be determined as set £orth in tl�e Agreenaeni. Wtaern ttae value of any Wark covered by a Change Order for an adjusTxnent in Contract Price is determined on the basis of Cost of the Work, Contractor's fee shall be determined as set �orth in Paragraph 12.01.C. D. Documentation: Whenever the Cast o� the Wark %� any purpose is to be determined pursuant to Paragra�ahs 11.01.A and 11.01.B, Contractor will establish and maintain records thereof in accordance with generally accepted accounting pzac�ces a�d subzx�ut in a fozxn acceptable to City an itemized cost breakdawn together with supparting data. 11.02 Allo�vances A. Specified Allowance: �t is undexstaod tlaat Coniz�actor has included in the Contract Price all allowances so named in th� Contract Documents and shall cause tt�e Work so covered to be performed �or such sums and by such persons or entities as may be acceptable to City. B. Pre-bidAllowances: 1. Cantrac�or agrees that: C13'Y OFRORT WORTH STANDARD C.OI�iSTRUCTION SPECIFICATION DOCUMEI+I'FS Rcvision: M�tt:h 9, 2020 00 �z oc� - i GENERAL CONDITIONS Page 44 of 63 a. the pre-bid allowances include the cost to Contractor of materials and equipment required by the aIlowances to be delivered at the Site, and all appIicabie taxes; and b. Coniractor's costs �ox unloading and handling orn the Site, labox, znsia�Xation, overhead, profit, and other expenses cantemplated for the pre-bid allawances have been inciuded in the allowances, and no demand for additianal payrnent an account of any o� the foregoing will be valid. C. Contingency Allowance.• Contractar agrees that a contingency allowance, if any, is far the sole use of City. D. Prior to finai payment, an appropriate Change Order will be issued to reflect actual amonnts due Contractar on acco�nt of Work covered by allowances, and t�ie Contract Price shall be correspondingly adjusted. 11.03 Unit Price Work A. Wbexe the Con�ract Docuxnents pxovid.e that a11 ox part of the Work is to be Unit Price Work, initially the Contract Price will be deemed to include %r al� Unit Price Work an amount equal to the snm of the unit price for each separately ideniified item of Unit Price Work times the esti�nated quantity of each ztern as indicated in the Ag�eement. B. The estimated quantities of items of Unit 1'rice Work are not guaranteed and are solely for the purpose of cornparison of Bids and detertnzning an initial Contract Price. Detertninations of the actual quanti�ies and classifications of Unit Price Wor� pe�or�ned by Contractox will be made by Ciiy subject to the provisions of Paragraph 9.05. C. Each unit price will be deemed to include an arnount considered by Contracior to be adequate to cover Coz�tractox's overhead and profit for each separately identified item. Work describec� in the Contract Documents, or reasonably inferred as required �or a funcYionally cornplete installation, but not identified in the lisi:ing of unit price items shall be considered incidental to unit pz7ice woxk listed and the cost of incidentai work included as part of fihe unit price. D. City may make an adjustmeni in the Contract Price in accordance with Paragraph 12.01 i�: 1. the quan�ity of any item of Unit Price Work performed by Contractox di££exs naate�ally and significan�ly from the esiixxaated quantzty of sucl� ite� indicated in the Agreement; and 2. there is no corresponding adjustment with respect to any other item of Work. E. 1'ncreased vr Decreased Quantities: The City reserves the right to order Extra Work in accordance with Paragiraph J O.OI . �f the changes in quantities or tl�e alterations do not signiiicantly change the character oi wark under the Contract Documents, the altered vvork will be paid far at the Contract unit �rice. CTI'Y OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCiIMFNTS Revision: Maich 9, 2020 00 �z oo - i GENERA� COND{TIONS Page 45 of 63 2. If th� changcs in quantities or alterations significantly change the character of work, the Contract will be amended by a Change Order. 3. If no unit prices exist, this will be considered Extra Work and the Contract will be amend�d by a Change Order in accordance with Article 12. 4. A significant change in the character of work occurs when: a. the charactcr of work for any Iiem as altered d'iffers mat�rially in kind or nature from that in t1�� Cont�aci or b. a Major Ytem oi work varies by more than 25% from the originai Contract quantity. 5. When ihe c�uantity of work to be done under at�y Ma�or Item of the Coniraet is mare than 125% of the original quantity stated in the Contract, �ien either party to the Contract may -- request an adjustment to the unit price on the partion of the work thai is abo�e 125°l0. h. When the quantity of wark to be done under any Major Item of the Contract is less than 75% of Yhe original quantity stated in tY�e Contract, then either party to the Contract may request an adjustment to the unit price. 11.04 Plans Quantity Measuretnent A. Plans quantities may or may not represent the exact quantity of work performed or material moved, handled, or placed during the execution of the Cantract. The estimated bid quantities are designated as fznal payrz3ent quantities, unless revised by the �ove�ing Sect�on ox thxs Artzcle. B. If the quantity measured as outlined under "Price and Paym�nt Procedures" varies by more than 25% (or as stipulated under "Price and Payment Procedures" for specific Items) froix�. the total estizxzated quantity £orr an zndividual Item originally shown in the Contract Docurr�ents, an adjustment may be made to the quantity of authorized work done for gayment purposes. The party to the Contract requesting the adjustrnent will provide field measurements and calculat�ons showing the final quantifiy for which payment will be made. Payment for revised quantity will be made at the unit price bid for that Item, except as provided for rn Article 10. C. When quaz�titzes are revised by a cha�zge �n design appxaved by the City, by Change Order, or to correct an error, or to correct an error on the �lans, the �lans quantity will be increased or decreased b.y the amount involved in the change, and the 25°Io variance will apply to the new plans quan�ity. D. If the total Contract quant�ty mult�plied by the unit price bid for an individual Item is Iess than $250 and the ItErn is not originally a�lans c�uantity Item, then the Item may be gaid as a plans quan�ity Itern if the City and Contractor agree in writang to fix the final quantity as a plans quantity. CI'I`Y OF FORT WOR'I`H STANDARD CONSTItUCTIaN SPF..CIFTCATION DOCUM�.NTS Revisian: M�ucti 9, 2020 00 72 00 - 1 GENERAL CONDITIONS Page A6 af 63 E. For callout work or non-site specific Contracts, the plans quantity measurement requirements a�t�e not applicable. ARTICLE 1� — CHANGE OF CONTRACT PRICE; CHANGE OF CONTRACT TiME I2.01 Change of Contract Price A. The Contract Price may only be changed by a Change Order. B. The value of any Work covered by a Change Order will b� deternlin�d as follows: where the Work involved is covered by unit prices contained in the Contract Documents, by application of such unit prices to the quantitzes o£ the items involved (subject to the provisions of Paragraph 11.03); or 2. where the Wor� involved is not covered by unit �rices contained in the Contract Documents, by a mutually agreed lump sum or unit pz�ce (which rnay include an allowance for overhead and pro%t not necessarily in accordance with Paragraph 12.O1.C.2), at�d shall znclude the cost of any secondary impacts that are �oreseeable at the tirne of pricing the cost of Extra Work; or 3. where the Work involved is not covered by unit prices contained in the Cantract Docuzxaents and agreement to a lr�mp sum or unit price is not reached Under Paragraph 12.O1.B.2, on ti�e basis o�il�e Cost o�the Woxl� (detenr�azned as pxovided in Paragraph 11.01) plus a Contractor's fee for overhead and profit (determined as provided in Paragraph 12.O1.C). C. Contractor',s Fee: The Contractor's additional fee for overhead and profit shall be determined as follows: 1. a rnuivally acce�table fixed fee; or 2. if a fixed fee is not agreed upon, then a fee based on the fallawing percentages af the various portzons o� the Cost a� the Wori�: a. far costs incurred under Paragraphs 11.Q1.A.1, 11.01.A.2. and ll.O1.A.3, the Contractor's additional fee shali be 15 percent except for: 1) rental fees for Contractor's own equiprr�ent using stax�dard xent� rates; 2) bonds and insurance; b. for costs incurred under Paragraph 11.O1.A.4 and 11.01.A.5, the ConCracfior's %e shall be five percent (5%); 1) where one or more t�ers of subcontracts are on the basis o� Cast of the Woxk plus a fe� and no �xed fee is agreed upon, ih� intent of Paragraphs 12.01.C.2.a and 12.O1.C.2.b is tk�ai the Subcontractor who actually perfor�ns the Work, at whaiever C1TY OF FORT WOR"I`H STAN➢ARI] COIYSTRUCTION SYECIFICATION D4CLIMLNTS Revision: Mazch9,2024 00 72 00 - 1 CENEFiAL GONDITIONS Page 47 of 63 taer, will be paid a fee o� 1S percent of the costs incurred by such Subcontractor under Paragraphs 11.OLA.1 and 11.OI.A.2 and that any higher tier Subcontractor and Contractor will each be paid a fee af £'ive percent (5%) of the amount paid to #he next lawer tier Subcontractar, however in no case shall the cumulative total of %es paid be in excess of 25%; c. no fee shall be payable on the basis of costs itemized under Paragraphs 11.OI.A.6, and 11.O1.B; d. the amount of credit to be allowed by Contractor to City for any change whzc� results in a net decrease in cast will be the amount of the actual net decrease in cost plus a deduction in Contractor's %e by an amount �qual to five percent (5%) of such net decrease. 12.02 Change of Contract Time A. The Cax�tract Time may only be changed by a Change Order. B. No extension of the Contract Time wilI b� a3lowed for Extra Work or for claimed delay unless the Extra Wark conternplated or clairr�ed delay is shown to be on the critical path of t�e �roject Schedul.e or Co�tractox can show by Critical Path Method anaiysis how the Extra Work or claimed delay adversely affects the critical patYi. 12.03 Delays A. Where Contractor is r�asonably deIayed in the performance or completion of any part of the Work wiY,hin the Contract Time due to d�lay beyond t�e control o£ Contractor, the Cantract Time may be extended in an amount eqtial to the t�me lost due to s�ach delay if a Contract Claim is made therefor. Delays beyond the control of Contractor shall include, but not be limited to, acts or neglect by City, acts or neglect of utiliiy owners oz other contractors performing other work as contemplated by Articl� 7, fires, floods, epidemics, abnormal weather conditions, or acts of God. Such an adjustment shall be Contractor's sole and exclusi�ve remedy for the delays described in t�nis Paragraph. B. If Contractor is delayed, City shall not be liable to Contractor far any claims, costs, losses, or damages (includrng but not liznited to ail fees and. charges of engineers, architects, attorneys, and other prafessionals and all court or arbitra�ion or other cl�spute reso�ution costs) sustaincd by Contractor on or in connection with any other project or anticipated praject. C. Contractor shall not be entrtled to a�r� adjustzx�ent in Co�tract �rzce ox Contract Time for delays within the cantrol of Contractar. Delays attributable to and within the control of a Subcontractor or Supplier shall be deerr�ed to be delays within the control of Contractor. D. The Contractor shall rece�ve no compensation for delays or hYndrances to the Work, except when direct and unavoidable extra cost to the Contractor is caused by the failure af the City to provide information or material, if any, which is to be furnished by the City. crrY oN r�ox�� �woz�xx STANDARDCONSTRUCl'iO1V SY�CTFTCAT'TON I]OCUMENTS Itevision: Ivla�eh 4, 2020 oo7aoo- i C,ENE}�A� CONDi710NS Page 48 of G3 ARTICLE 13 — TE�TS AND INSPECTION5; CORRECTION, REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK 13.01 Notice of Defects Notice of al� defeciive Work of which Ciiy has actual knowledge will be given to Contractor. Defective Work may be rejected, corrected, or accepted as provided in this Ar�icle i3. 13.02 Access ta Work City, independent testing laboratories, and governmental agencies with jurisdictionaI interests will have access to Yhe Site and Yhe Work at reasonable times for their observation, inspection, and testing. Contractor sha11 pravide them proper and safe conditions far such access and advise them of Contractor's safety procedures and programs so that they may comply therewiih as app�icable. 13.03 Tests and Inspections A. Contractor shall gzve Ciry ti�aely notice of readzness of tk�e Worrk for aLl requ_ired i�spections, tests, or approvals and shall coaperate with inspection and testing persannel to facilitat� re�uired inspections or tests. B. �£ Contract Docuzx�e�ts, Laws oz ReguXations af any pubiic body having jurisdiction xeq�ire any oi the Work (ar part thereo� to be inspected, tested, or approved, Contractor shall assume fiill responsibility for arranging and obtaining such independent inspec�ians, tests, retests or approvals, pay all costs in connection therewith, and furnish City the required certifcates of inspection or approval; excep�ing, however, ihose fees specifically identified in the Supplementary Conditions or any Texas Department of Licensure and Regulation (TDLR) inspections, which shall be paid as descz-ibed zn i�e S�pplementary CondiiiQz�s. C. Contractor shall be res�onsible for arranging and obtaining and shaIl �ay alI cosis in con�ection with any inspections, tests, re-tests, ox approvals xequired for City's acceptance of rnaterials or equipment to be incorporated in the Work; or acceptance of materials, mix designs, or equipment submitted for approval prior to Contractor's purchase thereof for incorporation in the Work. Such inspections, tests, re�tests, or approvals shall be perfonned by organizations acceptable to City. D. City rnay arrange iar the services of an independent testing laboratory ("Testing Lab") to perfortn any inspections or tests {"Testing") for az�y part of the Work, as deternlined solely by Czty. 1. City will coardinate such Testing io the extent possible, with Contractor; 2. Should any Testing under this Section 13.03 D result in a"fail", "did not pass" or other si�x�ula�r negatzve xesuit, the Contractar shall be responsible for paying for any and all retests. Contractor's cancellation without cause of City initiated Testing shall be deemed a negat�ve result and require a retest. crr�r o� �ox�r wox�z STANDAILD CONSTRTJCTiON SP�CTPICA'fION 170CUMENTS Revision: IViarc.� 9, 202U oo�2ao-i GENERAL CONdITiONS Page 49 af 63 3. Any azxaounts owed �ox any retest under this Sectian 13.03 D shall be paid directly to the Testing Lab by Contractor. City will forward all invoices for retests io Cantractor. 4. If Contractor fai�ls to pay the Testing Lab, City wilI not issue Final Payment until tlie Testing Lab is paid. E. I� any Work {or the r�vork af others} that is to be i�spected, tested, or appro�ed is covered by Cont�ractor without wz�tten concuzxence af City, Contractor shall, if requested by City, uncover such Work for observation. F. Uncovering Work as pro�vided in Paragraph 13.03.E shall be at Cantxactor's e�pense. G. Contractor sha11 ha�e the right to make a Contract Ciaim regarding any re�est or invoice issued under Section 13.03 D. 13.04 Uncavering Work A. If any Work is covered contrary to the Contract Documents ar specific instructions by the City, it must, if requesied by City, be uncovered for City's abservation and replaced at Contractor's expense. B. If City considers it necessary or ad�isable that covered Work be observed by City or inspected or tested by others, Contractor, at City's request, shall uncover, expose, or otherwise rnake a�ai�able for obse�tvation, inspectio�, ox testing as City may require, that portion of the Work in question, furnishing ail necessary labor, material, and ec�uipment. If it is found that Ylie uncovered Work is defective, Contractox shall pay all c]aims, cosis, losses, and damages {including but no� Iimited to all fees and charg�s of engineers, architects, attorneys, and othcr prof�ssionals and all caurt or other dispute resolution costs) arising o�t of or xelatiz�g to such uncovering, exposure, observation, inspection, and testing, and of satisfactory replacement or reconstruction (including but not limited to all costs of repair or replacement of vvork of o�hers); ar City shall be entitled to accept defectave Wor� in accordaaace with Paragraph 13.0$ in which case Contractor shall still be �esponsible for aIl costs associafied witYj exposing, observing, and testing the defective Work. 2. If the uncov�red Work is not found to be defective, Cantractar shall be allawed an increase in the Contract Price or an extensian of the Contract Time, or boti�, directly attributable to such uncovering, exposure, observatian, inspection, testing, replacement, and reconstruct�on. 13.05 City May Stop the Wvrk If the Work is defective, or Contractor �ails to supply suff'icient skiiled workers or suitable materials or equipment, or fails to perfnrm the Work in such a vvay Yhat the completed Work will conform ta th� Contract Documents, City may order Contractor to stop the Work, or any partion thereo% until the cause for such arder has been eliminated; however, this righi of City to stgp the Work shall not giv� rise ta any duty on the part of City to exercise tiiis right for the benefii of Coz�tractor, any C1TY Ol� POTt'I' WOR'CH STAIVDAILD CONST12C1C'1'TON SPEC]PICA'1'ION DOCUMENTS Revisian: Ma�r.li 9, 202(1 DO 72 00 - 1 CtiENERAL CON�1TfONS Page 50 of 63 Subcontractor, any Sup�lier, any other individual or entiiy, or any surety for, or employee or ag�nt of any of them. 13.06 Correction or Removal of Defective Work A. Promptly after recei�t of written notice, Contractor shall correct all defective Work pursuant to an acceptable schedule, whether ar not fabricated, installed, or completed, or, if the Work has been rejected by City, remove it from ihe Pxoject and replace it with Wox� that is not de�eciive. Contractor shall pay aIl claims, costs, addit�onal testing, losses, and damages (including but not limited to aIl fees and charges of engineers, architects, attorneys, and other professionals and aIl court or arbitrat�an or other dispute resolution casis) arising out of or relating to such carrect�on or removal (including but not limited to alI costs of repair or r�placement of work of oihers). Failure to require t�ie removal of any defective Work shall not constitute acceptance o� such Work. B. W�en coz-�-eciing de�ective Work Ur�der the tezms o£ this �aragzaph 13.06 or Parragraph I3.07, Contractar shall take no action fihat would void or otnerwise impair City's special warranty and guarantee, if any, on said Wark. 13.07 Correction Period A. Ii within two (2) years after the date oi Final Acceptance (or such longer period of time as may be prescribed by the terms of an� applicable special guarantee required by the Contract Documents), any Woz� is found ta be de�ectzve, ox if the repair a£ any da�ages io tk�e land oz areas naade available for Contractor's use by City or permitted by Laws and Reguiations as contemplated in Paragraph 6.10.A is found ta be defec�ive, Contractor shall promptly, vvithout cost to City and in accordance with City's written instructions: 1. repair such de�ective land or areas; or 2. cozxect such de,fective Woxk; or 3. if tkae defeciive Wor�C has bee� xejected by Czty, xemove it fro�a the Pxoject and replace it with Work that is not defective, and 4. satisfactoriiy correct or repair or remove and replace any damage to other Work, to the work of others or other land or areas resulting therefrom. B. Ii Contractor does not promptly comply with the terms of City's writien instructions, or in an emergency where delay �rould cause serious risk of loss or damage, City may l�ave the defective Work corrected oz xepazred or zxzay have the zejecied Wor� removed and replaced. A11 claims, costs, �osses, and da�nages (including but not limited io alI %es and charges of engineers, architects, attorneys, and other professianals and all court or other dispute resalution costs) arising out of or relating to such coz�rection or repaur orr such re�oval and replacement (including ]�ut not limited to all costs of repair or r�placem�nt of work of oth�rs} will b� paid by Contractor. C1TY OF FORT WORTI� STANDARD CONSTRLFC.'"['IOIY SPEC�ICATION DOC�JMENTS Revision: Nlacch 9, 2020 ao7aoa-i GENERAL GONDI�IONS Page 51 of 63 C. In special circumstances where a particular item of equi�ment is placed in continuous service be�ore Final Acceptance of all Y,he Work, the coirection period fox that itezxa zxaay start to run from an earlier date if sa provided in the Contract Documents. D. Wher� defective Work (and damage to ather Wark resulting therefrom) has been corrected or xezxaoved and rep�aced undex this Paragraph 13.07, the correction period hereunder witti respeci to such Work may be required to be exiended for an additional �eriod of one year after the end o� the initial correction period. City shall prov�ide 30 days w�tten �natice to Contractar should such additional warranty coverage be required. Contractor may dispute this requirement by filing a Contract Claim, pursuant to Paragra�i� 10.06. E. Contractor's obl.igati.ons n�der tk�is Paragraph 13.07 are in addition to any other obligation ar wat�ranty. The pro�isions of this Paragraph 13.47 shall not be construed as a substiiute for, or a waiver of, the �rovisions of any applicable stat�te of limita�ion or repose. 13.08 Acceptance of Defective Work �£, instead of requiring correction ar removal and replacement of de�ective Work, City pref�rs to accept it, City may do so. Contractor shall pay all claims, costs, losse�, and darnages (including but not limited to alJ fees and charges o£ engineers, architects, attorneys, and other professionals and all court or other dispute resalution costs) attributable to City's evaluation of and det�rn�ination to accept such defective Work and for �ie diminished val.ue of t.l�e Work to the ezctent nat otherwise paid by Contractor. If any such acceptance occurs prior to Final Acceptance, a Change Order will be issued incorporating �he necessary revisions in the Confract Documents �vith respect to the Work, and City shall be entitled to an appxopz�iate decxease in the Contract Price, reflecting the diminished value oi Work so accepted. 13.09 City May Correct Defective Work A. rf Contractor fails within a reasonabl� tirne after written notice frnm City to correct defective Wark, or to remo�e and replace rejected Work as requ�irred by City iz� accoz-cl.ance with Paragraph J.3.06.A, or if Contractor fails to perform the Work in accordance with the Contract Documcnts, or if Contractor fails to com�ly with any other provision of the Contract Documents, City may, after seven (7) days vvritten no�ice to Cantractor, correct, or remedy any sucka deficiency. B. In exercising the rights and remedies under this Paragraph 13.09, City shall proce�d expediiiously. In connection witl� such correcti�e or remedial actron, City rnay exclude Contractor from all or part oF the Site, take possession of all or part o£ t�e Work and suspend Contractor's services related thereto, and incarporat� in the Work ali materials and equipment incorparated in the Work, stared at th� Site or for which City has paid Cantractor b�tt �hich are stored elsevvhere. Contractar sk�all allow Czty, City's representatives, agents, consultants, employees, and City's other cantractors, aceess to the Site to enable City to exercise the rights and remedies under this Paragraph. C. All ciainas, costs, losses, and damages (including but not limited to all %es and charges o� engineers, architects, attorneys, and other �arofessionals and all court or other dispute resolution CITY OF FOR'1' WOR'I'H STANDARD CO�ISTRUCTION Sl'P,CIY�CATION DOCiJMt?NTS Revision: Ma�h 9, 2020 007200-1 GENERAL CONDITIONS Page 52 of 63 costs) incurred or sustained by City in exercising the rights and remedies under this Paragraph 13.09 wiIl be charged against Contractor, and a Change Order will be issued incorporaYing the necessary xev�sions in the Contract Docuzx�e�nts wzt� xespect to the Work; and Czty shall be entitled to an appropriate decrease in the Contract Price. D. Con�ractor shall not be alIowed an extension of the Contract Time because of any delay in the performance of the Work attributable to the exercise o� City's rights and remedies under this Paragraph 13.09. ARTZCLE 74 -- PAYMENTS TO CONTRACTOR AND COMPLETION 14.01 Schedule of Values The Schedule of Values fox lurnp suzxa contracts estab�ished. as pzovided in Paragraph 2.07 will serve as the basis for progress payments and will be incoiporated into a�orrn of Application for Payment acceptable to City. Progress payments on account of Unit Price Work will be based on the number of ��nits completed. 14.02 Prvgress Payments A. Applications for Payments: Contractor is responsible %r providing all in%rmation as required to become a vendor of tne City. 2. At least 20 days before the date established in the General Requirements fox each progress payxxzent, Contracior shail submit to City for re�iew an Application for Payment filled out and signed by Contractor covering the Worlc cornpleted as of the date of Yhe Application and accornpanied by such supporting documentation as is reqnired by the Contract Documents. If paymeni is requested on the basis of materials and equipment not incorporated in tl�e Work but delivered and suitably stored at th� Site or at another location agreed to in writing, the Application for Payrnent shall also be accoznpanied by a bi�l of sa�e, invaice, or other dacumentation warranting that City has received the materials and equipmeni free and clear oi a�i Liens and evidence that the materials and equipment are covered by apprapriate insr�rance or oth�r arrange�ments to protect City's znterest therein, all of which must be satisfactory to City. 4. Beginning with the second Application for Payment, each Application shall include an afFidavit of Cantractor sta�rng that previous progress paytnents received on account of the Work have been applied on account to discharge Contractor's legitimate obligations associafied with prior Applications %r Paymeni. 5. The amount of xetaz�age with rrespect to pragress payments will be as stipulated in the Contraci Documents. CFI'Y OF FORT WORTH STA�iDARD CONSTRUC110N SPECIFICATION DOCUNfEIVTS Revision: Ma�h 9, 2020 00 72 00 - I GENERAL CONDITIO�iS Yage 53 of 63 S. Review ofApplications: City wi�l, after receipt of each Application for Payment, either indicate in writ�ng a recommendat�on of paym�nt or retum the A�plication to Contracior indicating reasans far refusing payment. In t�e latter case, Contractor may make the n�cessary canrections and resubmit the Application. 2. City's processing of any payment requested in an ApplicaYion �or Payment will be based on City's obsexvataons o£ t�e executed Wark, and on City's review of the Application for Payment and the accompanying data and schedules, that to the hest of City's knowledge: a. the Work has progrressed to the poi�t ind'zcated; b. the quality of the Work is generally iza accordaz�:ce witk� the Co�tract Documents (subject to an evaluation of the Work as a functioning whole prior to or upan Final Acceptance, the results of any subsequent tests called for in Y.he Contract Documents, a final determination of quantities az�d classificatioz�s fox Woxl� pez�o�ned under Paragraph 9.05, and any other qualifications stated in the recommendation). 3. Processing any such pay�nent will not thereby be deemed to have represented that: a. inspectzons made to check the quality or the q�antity of the Work as it has been performed have b��n �xhaustive, extended to every aspect of the Wnrk in progress, or involved detailed inspections of the Woxk beyond t�e responsibzlities specifically assigned to City in the Contract Documents; or b. there may not be other matters or issues between Y.he parties triat might entitle Contractor to be paici additionaIly by Cziy or entzile City to withhoZd payment to Contractor, or c. Contractor has complied with Laws and Regulations applicable to Contractor's performance of the Work. 4. City may refuse to process the whole ar any part oi any payment becausc of subsequcntly discovered evidence or the results of subsequent inspec�ions or tests, and revise or revoke any suck� payznent previously made, to such extent as may be necessary to protect Ci�y from loss because: a. the Work is defective, or the completed Work has been damaged hy the Contractor or his subcontractors, requiring correction or replacement; b. discrepancies in quantities containeci in previous applications for payment; c. Yhe Contract Price has been rednced by Change Orders; d. City has been required to correct defective Work or complete Work in accordance with Paragraph 13.�9; or CTI'Y OF FORT WORTH STANDAR3� CONSTRUCT'iON SPSCIFTCATION DOCUMEI�TTS Re�ision: M�ch9, 2020 00 72 00 -1 GENERAL CONDITIONS Page 5�3 of 63 e. City has actual. knowledge of the occurrence of any of the events enuanerated in Paragrap� 1�.02.A. C. Retainage: l. For contracts less than $40d,oaa at the time of executian, retainagc shall be ien �ercent (10%). 2. Fox contracis greater than $400,000 at the tirne o� execution, retainage shall be five percent (5%). D. Liquidated Damages. For eaci� calendar day that any work shall r�rnain uncornpleted after the �ime specified in the Co�n�ract Dacuments, the sum pex day speci�ed in tI�e Agreement, wzll be deducted from the monies due the Contractor, nat as a penalty, but as liquidated damages suffered by th� City. E. �ayment: Conirractor will be paid pu.rsuant to tbe requixeznents of this Artzcle 14 and payxnent wzll becorne due in accvrdance with the Contraci Documents. F. Reduction in Payment: 1. City znay refuse to zna�e payrxaent of tk�e amount requested becanse: a. Liens have been fled in connection with the Work, except where Contractor has deiivered a s�ecific bond safiisfactory to City to secvre the satisfaction and discharge of such Liens; b. ihere are other items entitiing City to a set-ofF against the amount recommended; or c. City has actual knowledge of the occurrence of any o� the events enumerated in Paragraphs 14.02.B.4.a t.hrough 14.02.B.4.e or Paragraph 15.02.A. 2. If City re�uses io make payment af the amount requested, City will give Contractor written notice statir�g the reasons for such action and pay Contractor any amaUnt remaining aft�r deduction of t.�ie amouni so withheld. City shall pay Co�tractax t�e azxaount so witk�held, or any adjustznent thereto agreed to by City and Contractor, when Contractor remedies the reasons for such action. 14.03 Contractor's Warranty of Title Contractor wazrants and gUarantees that titXe to all Work, materials, and equipment covered by any Application for Payment, whether incorporated in the Project or not, will pass to City na later that� the time of payment free and clear of all Liens. c�x o� �oz��r woz�a�z STAAIDATLl7 COIVSTR1fJC'1'TON SYECIFTCATION I�OCUMEIV'I'S Revision: Ma�h 9,20"l0 007200-1 GENERAL CONDITIOf�S Page SS of 63 14.04 ParCial Utilizaiion A. Prior to Final Acceptance o� a1i the Work, City may use or occupy any substantially com�leted part of the Work which has specifically been identified in the Contrac� Documents, or which City, detezxxvnes coz�stitutes a separately functioning and usable part af the Work that can be used by City for its intended purpose without significant interfer�nc� with Contractor's performance of the remainder o� the Wark. City at any tinr�e may notrfy Contractor in wz�ting to pez7mit City to use ar occupy any s�ch part of the Work wl�ich City deternlines to be ready for its intended use, subject to the following conditions: 1. Cont�ractor at any time znay notify City in writing that Contractor considers any such part of the War� ready for its intended use. 2. Within a reasonable time after notification as enurnerated in Paragraph 14.OS.A.1, City and Contractar shall make an inspection of tl�at part o� the Wor� to deiernnine its status of completian. If City daes not consider that part of the Work ta be substantially complete, City will notify Contraetor in writing giving the reasans therefor. 3. Partial Utilizaiion wzll not cor�siitute Final Accepiance by City. 14.05 Finallnspection A. Upon written notice fro�a Co�tractor that the entire Work is complete in accordance with the Contract Documents: 1. within 10 days, City will schedule a Final Inspection with Contractox. 2. City will notify Contractoz� zz� writing of all particulars in which this inspection reveals that the Work is incomplete or defective. Contractor shall irnmediat�ly take such measures as are necessary to cornplete such Work or remedy such deficiencies. B. No tizxae cl�arge wi�l be made against the Contractor between said date of no�ification of the City and the date of Final Inspectian. ShouId the City deterrnine that the Wark is not ready for Final Inspection, City wil.l notz£y t�e Contractor in writing of the reasons and Cantract Time will resume. 14.Q6 Final Acceptance Upon cornple�ion by Contractar to City's satisfaction, of any addrtional Work identz�ed in the Fz�al I�spectio�, Ciiy wi�l issue to Contractor a letter of Final Acceptance. CITY OF F(]RT WORTH STANI)ARDCONSTRUCTTOi�T SPECTF�CATIOPT DOCUMENTS Revision: Macch9, 2020 00 �z oo - i C-,�NERALCOND1TfONS Page 56 of 63 14.Q7 Final Payment A. Application for Payment: L Upon Final Acceptance, and in ihe opinion o� City, Contractor may make an applicaiion %r final payment following the procedure for progress paymenis in accordanc� with the Contract Docu�xzents. 2. T`he final Applicalion for Payment sha11 be accompanied (except as previously delivered) by: a. all documentation called for in the Contract Documents, including but not lirruted to th� evidence of insurance required by Paragraph 5.03; b. consent of the surety, ii any, to final payment; c. a list of all pending or released Damage Claims aga�nst City that Cont�'actor believes are unsettled; and d. affidavits of payments and complete and legally effective releases or waivers (saiisfactory to Gity} of all Lien rights arising out of ar Liens filed in cannection with the Work. B. Payment Becomes Due: �. After City's acceptance of the Application for Payment and accompanying dacumentaiion, requested by Contractor, less previous paytnents made and any sum City is entitled, including but not Ixmzted to iiquidaied danrzages, will becozne due a�d payable. 2. Aft�r all Damage Claims have been resolved: a. directly by the Contractor or; b. Contractor provides evide�ce that the Darnage Claizxa has been reported to Contractorr's insurance provider for resolution. 3. The making of the final payment by the City shalI not relieve the Contractor of any guarantees or other requirements of the Cont�act Documents which specifically continue thereafter. 14.08 Final Completion Delayed and Partial Retainage Release A. If final completion of tb.e Wox�C is signzficant�y delayed, az�d if City so confirms, City may, upon receipt of Contractor's finai Applicalion for Payment, and without tet�ninating t1�e Cantract, make payment of the balance due far that portion of the Work fully completed and acce�ted. If the remainrtng balance to be held by Czty for Work not fuily corxzpleted or corrected is less than the xetainage stipulated in Paragraph 14.Q2.C, and if bonds have been furnished as required in Paragraph 5.02, the written consent of the surety to the payment of Yhe balance due for that C1TY OF FOi2T WOR'£H STt1NDARD CONSTRUCTIOiY SPECIFICATION DOCUMENTS I2evision: Ma�ch 9,2020 00 �z oo - i GENERAL GONQITIONS Page 57 of fi3 portion of the Work fully completed and accepted shall be submitted by Contractor to City vvith the Application for such payxnent. ,Such payznent shall be zxaade undex tkze tez-ims and conditians governing finai payment, �xc�pt that it 5hai1 not constitute a waiver of Contract Claims. B. Partial Retainage Release. For a Contract ihat pro�vides for a separate �egetati�ve establishrnent and maintenance, and test and perfarmance periods Foilowing the completion of all other construction in the Contract Documents for all Work locations, the City may release a portion of the amount retained provided that all other wark is completed as determined by the City. Before the release, all submittals and final quantiiies must bc completed and acc�pted for all other work. An amount sufficient to ensure Contract cornpliance vc�il� be retained. 14.09 Waiver of Claims The acceptance of final paym�nt will constitute a releas� of ihe City from alI clairns or liabilities under the Contract for anything done or fiarnished or relating to the work under the Contract Docu�ents ar any act ox neglect of City related ta or connected with the Contract. ARTICLE �� — SU�PENS��N �F WORK AND TERMINATION 15.[�1 City May Suspend Work A. At any time and without cause, City may suspend the Work or any portion thereo� by written notice to Contraetor and which may fix the date on which Work will be resu�ned. Contractor shall resurne �he Work on the date so fixed. During temporary suspension of the Work covered by these Contract Documents, for any reason, tl�e City will make no extra payment for stand-by time of construction equipment and/or construction crews. B. S�ould tk�e Contractor not be able to complete a portion of the Projec� due to causes beyond the control of and without the fault or neg�igence af the Contractor, a�d should it be determined by mutual consent of the Contractor and City that a solution ta allow construction to proceed is not available within a reasonable period o� time, Contractor may request an extension in Contract Time, directly attril�utable to any such suspension. C. If it should become necessary to suspend the Work for an indefinite period, the Contractor shall store all materiais in such a manner that they will not abstruct or impede the public unnecessarily nor become damaged in any way, and he shall Yake ever;y precaut�on to prevent damage o� deterioration of the wark performed; he shall provide suitable drainage about the work, and erect temporary structures where necessary. D. Cantractor may be reimbursed fo�• t�e cost of moving his equipment off the job and returning the necessary equipment to the job when it is deternuned by the City that construction may be resumed. Such reirnbursement shall be based an actual cost to the Cantractor of moving the equipzxaent a�d no profit wxll be allowed. Reimbursement may not be allowed if the equipment is mo�ed to another construction projecfi i�or the City. C1TY OF FORT WORTH S'FANDARD CONSTRITCTTON SPECCFICATION DOCUMENTS Revision: Ivlacch9, 20?A 007200-1 GENERAL CONDITIONS Page 58 of 63 15.02 City May Terminate far Cause A. The accurrence of any one ar more oi the �ollowing events by way o� example, but not of litniiation, may justify termination for cause: 7. Cont�actor's persistent failure to perform the Work in accordance with the Contract Documents (includzt�g, but not limited to, failure to supply sufficient skilied workers or suitable materials or equipment, failure to adhere to the Project Schedule established Under Paragraph 2.07 as adjusted from �ime to time pursuant to Paragraph 6.04, or failure to acihere to the C�iy's Business Divexsity Enterprise Qrdinance #2002a-12-2011established under Paragraph 6.06.D); 2. Contractor's disregard of Laws or Regulations of an.y public body having jurisd'zctian; 3. Contractox's repeated disxegard of the authority of City; ar 4. Contractor's violation in any substantial way of any provisions of the Contract Documents; or 5. Cantractar's failure to promptly make �ood any defect iz� naatez�a�s ox workmanship, ar defects of any naiuxe, the caz�'ection of which has been directed in writing by the City; or 6. Substantial indication that the C�ntractor has made an unauthorized assignment of the Contract or any funds due therefrorn for the benefit of any crediiox ax �a�r any other purpose; or 7. Substantial evid�nce ihat the Contractor has become insolvent or bankt�ipt, or otherwise financially unable to carry on the Woxk satisfac�o�ly; ar $. Contractor commences Iegal action in a court af com�eient jvrisdiction against the Ciiy. B. If one or more of th� ev�nts identi�'ied in Paragraph 15.02A. occur, City will provide vvritten no�ice to Contractor and Surety to arrange a confexence wzth Co�.tractor and Surety to address Coniractor's �failure to perfor�n the Work. Con%rence shall be held not later than I5 days, after receipt oi notice. 1. If Yhe City, the Contractor, and the Surety do zaot agree to allaw the Cantractor to praceed to pez-�o� the construction Contract, the City may, to the extent pern�itt�d by Laws and Regulations, declare a Contractor default and formally ternunate Yhe Contractor's right to complete the Contract. Contractor default shall noi be decla.red earlier than 20 days after the Contractox and Suxeiy have received notice of conference to address Contractor's failure to perform the Work. 2. If Cantractor's services are terminated, Surety shall be obligated to take ovex and pez�orrn the Work. �� Surety does not commence per%rmance thereoi within 15 cons�cutive calendar days after date of an additional written notice d�manding Sureiy's �erformance of its CrI"Y OF F012'I' WOI2'� STANDARD CONSTRIUCTTON 51°ECIPICAT'ION I]OCiJNiENTS Revision: Mam,� 9, 2p20 oo�aoo-� GEN�RAL CONDITIONS Page 59 of 63 oblzgataons, then City, without process or action ai law, z�aay take overr any portion of �e Work and camplete it as described below. a. If City completes the Wark, City may exclude Contractor and Surety from the site and take possession of ihe Wox�C, and al� zxaatez�als and equipment incoz-parated znto the Work stored at the Site or for which City has paid Cflntractor or Surety but which are stored elsewhere, and finish the Work as City may deem expedient. 3. Whether City or Surety completes the Work, Contractor shall not be entitled to receive any further payment until the Work is finished. If the unpaid balance of the Contract Price exceeds all claz�xzs, costs, losses az�d daznages sustained by C�ty arising aUi o� or resultiz�g frozxz campleting the Work, such excess will be paid to Contractor. Ii such claims, costs, losses and damages exceed such unpaid balance, Contractar shall pay the difFerence to City. Such claims, casts, losses and damages incurred by City will be incorparated in a Change �rder, pravided that when exercising any rights or remedies under this Paragraph, City shall not be required to obtain the lawest price for the Work perforrned. 4. Neither City, nor any of its respectrve consultants, agents, officers, directors or employees shall be in any way iiable or accountable to Con�-actor or Surety �or ihe rnethod by which the comp�etion of the said Work, or any partian thereof, rnay be accomplished or for the price paid thexefox. 5. City, natwithstanding the method used in completing the Contract, shall not forFeit the right to recover damages from Cont�actor or Swrety for Con.t�actorr's failwre to timely complete the entire Contract. Contractar shall not b� entitled to any clai�n on account of the method us�d by City in completing the Contract. f. Maintenance of the Wark shall cantinue to be Contractor's and Surety's responsibilities as provided %r in the bond requirements of the Contract Doc�xments or any special guarantees pro�ided for under the Contzact Documents or any o�er obligataons otYzerwise prescribed by law. C. Natwithstanding Paragraphs 15.02.B, Contractor's services will not be terminated if Contractor beg�z�s within seven days o£ �receipt of notice of iz�tent to terminate to coz-�ect zts faalure to pez�ozxn and proceeds diligenfiiy to cure such �ailure within no mare than 30 days o� receipt oi said notice. D. Where Contracior's services have been so terininated by City, the tennination will not af�ect any 7rights ox reznedi�s of City against Contractor then �xista�g or which may thereafter acczue. Any retention or payment of mon�ys due Contractar by City will not r�Iease Contractor from liability. E. If and to the extent that Contractor has provided a perfonnance bond under the provisions of Paragraph 5.42, the terminat�on procedures of that bond shall not supersec�e the pra�isions of this Article. crr� o� �o�x woz�x�z STANDARD CONSTRTJCi'ION SY�:CIE�ICA"1TOT�T T70CiTME1�IT'S Revisiou: Ma�h9, 202(} 00 �z oo - i GENERAL COiVDfT10NS Page 60 of b3 15.03 City iVlay Terminate For Canvenience A. City may, without cause and without prejudice to any other right or remedy of City, terminate the Cont�act. Any termination sha�l be effected by mailing a notice of the termination to the Contractor specifying the extent to which performance of Woxk undex the con�ract is terx�ninated, and the date upon which such termination becomes effective. Receipt of the notice shatl be deemed conclusively presumed and establish�d when the letter is placed in the United States Postal Service Mail by the City. Ftu�t�ier, it shall be deemed conclusively presumed and established fhat suc� termination is made with just cause as therein stated; and no prooi in any clairn, demand or suit shall be required of the City regarding such discretionary action. B. After receipt of a notice of tez-zxzinaiion, and excepi as othex-wise directed by the City, the Contracto�r shall: 1. Stop work �xnder �lie Contract on the date and to th� �xtant specifi�d in the natice af termination; 2. place no further orders or subcontracts for materials, services or facilities except as may be necessary far completion of such portio� o,f the Work undex t�e Contiract as is not ierminated; 3. ternunate all orders and subcontracts to ihe extent that th�y r�late to the �erfarmance of the Wark terminated by no�ice of termination; 4. transfer title to the Ciiy and deliver in the zxzannear, at the tizxaes, and to the extent, if any, directed by the City: a. the fabricated or unfabricated parts, Work in progress, completed Work, supplies and other zxzatezial pxoduced as a part of, ar acquired in connection with the performance af, the Work terminated by the notice of the termination; and b. the completed, or partially completed plans, drawings, information and otl�:er property which, if t�e Contxact had been completed, wauld have been req�ired to be fiirnished to the City. 5. complete performance of such Work as shall noi have been te�air�ated by the natice o� termination; and 6. take such action as may be necessary, or as the City may darect, for the protection and preservation of th� property related ta its contract which 15 in iYle p055eSSi012 of the Contractor and in which the ow�er has ox may acquire the rest. C. At a�zme not latex than 30 days after the termination date specified in the notice oi termination, the Contractor may submit to the City a list, certified as io quantity �nd qua�ity, of any ar all items of termination inventory not prevzously dzsposed o�, e�ccZuszve o� zterns the disposit�an of which has been directed or authorized by City. CI`iY OP FORT WOItTH STANDAIZD CONSTRIUCITON SPECIFTCA'1'�ON AOCUN(ENTS Revision; Ma�h9, 2020 00�2oo-i CENERAL CdND]TIONS P�gc 61 of 63 D. Not laier than IS days thereafter, the City shall accept title to such items provided, that the list submitted shall be sub�ect io verification by ti�e City upon removai of the items or, if ihe items are stozed, within 45 days fra�a the date o� submission af the list, and any necessary adjustments to correct ihe list as subrr�itted, shali be made prior to final seitlement. E. Not later than 60 da�s after the notice of tern�nation, the Cont�ractox shali subzzait his te�-r�ninatian claiz�n io t�e City zn the forrz� and wxth the certification prescribed by the City. Unless an extension is rnad� in writing within such 60 day period by the Cantractor, and granted by Y,he City, any and all such claims shall be conclusively deezxaed waived. F. Yn such case, Contractor shall be paid for (without duplicatian of any items): 1. compleied and acccptable Wark executed in accordance with the Contract Documents prior to the effective date of termination, including fair and reasonable suzx�s far averrhead and pro�it on such Wor�; 2. expenses sustained priar to the effective date of iernlination in performing services and ftrrnishing �abor, materials, or equipment as requirred by t�e Contract Docu�ents in connectian with uncozx�pl�ted Work, plus fair and xeasonable sums far overhead and profit an such expenses; and 3. reasonable expenses di�rectly attx�butab�e to termination. G. Tn the event oi the failure of the Contractor and City to agree upon t�e w�ole amaunt to be paid io the Contractor hy reason of the termination of the Worlc, the City shall deternune, on tiie basis o� infoz-mation available to it, the amaunt, if any, due ta the Contractor by reasan o� the ternunation and shall pay to th� Contractor the amounts determined. Contractor shall not be paid on acc,ount of loss of anticipated profits or revenue or other econozx�ic Ioss a�si�g oui o� or resulting from such tetmination. ARTICLE 7 6— DISPUTE RESOLUTrON 16.01 Methods and Procedures A. Either City or Contractor may request mediation of any Contract Cfaim submitted for a deciSion �znder Paragraph 1Q.06 before sucY� decision becomes final and bi�dxng. The �equest �ar mediation shall be submitted to the other party io the Contract. Timely submission af the request shall stay the ei�ect af Paragraph 10.06.E. B. City and Conteactor shal� parEicipate in the media�ion process in good faith. The process shall be commenced within 60 days of filing of the request. C. Ti the Contract Claim is not resolved by mediation, City's action under Paragraph 10.06.0 or a det�ial �ursuant to Paragraphs 10.06.C.3 or 10.06.D shall beco�me fina� and binding 30 days after termination of the mediation unless., within that time period, City or Contractor: Cl'I'Y Ok� FORT WORTH STANDARD CO1�iSTTt[1CITON SP�CIk�ICA,'I'IDIZ A4CUMENTS Re�+ision: Ma�h4,2020 D0 72 00 -1 CtiENERAL CONDITIONS Page 62 of 63 1. elecis in writing to invoke any other dispute resolution process provided for in the Supplementary Condi�ions; or 2. agrees wzt� tk�e othex party to submit the Contract Claim to another dispute �resolutio� process; or 3. gives written notice to the other party of ihe intent to submit the Contract Claim to a co� of competent jurisdiction. ARTICLE 1'� -- NIISCELLANEOUS 17.01 Giving Notice A. Whenever any provision of the Contract Documents requires the giving of written notice, it will be deemed to have been validly given if: 1. delivered in person to tl�e incl�vidual or to a member of the firm or to an officer of the corporation for whorn it is intended; or 2. delivered at or sent by registerea or certified zx�ail, postage prrepaid, to the �ast bnsiz�ess address known to the giver of the notice. B. Business address changes rnust be promptly made in �wvriting to the other party. C. Whenever the Contract Documents specifies giving notice by eiectroiarc zxzeans such elecironic notice shall be deemed sufficient upon confumation of receipt by tl�e receiving party. i7.02 Cofnputation of Times When any period o� tzme is xe�erred to in the Contract Documents by days, it will be computed to exclud� the first and include the last day of such period. If ihe last day of any such period falls on a Saturday or Sunday or on a day made a legal holiday the ne�t Working Day shall become the last day o� the period. 17.03 Cumulative Remedies The duties and obligations imposed by these General Conditions and the rignts and reznedies available hereunder to tk�e partzes hereio are in additian to, and are nat to be constr�ed in any way as a limitatian oi, any rights and r�medies available to any or all of them which are otherwise imposed or available by Laws or Reguiations, by speciai warranty ar guarantee, or by other provisions of the Contract Docunaenis. The provisions of this Paragraph will be as effective as if repeated speciiically in t11e Contract Documents in connection wit11 each particular duty, obligation, right, ar�d remedy to which they apply. CITY OF FQRT WORTH S'PANDARl7 CONSTRUCTION SPECIFTCATION DOCTIMENTS Revision: Much9, 2020 oo�zoo-� C,ENERAL CONDITIONS Page 63 of 53 17.04 Sur-vival of Obligations A.11 repres�ntataons, iz�deznni£ications, warrantxes, and guarantees made in, required by, or given in accordance with the Contract Documents, as well as all continuing obligat�ons indicated in the Contract Dacurnents, will survive fnal pa�ment, campletion, and acceptance of the Work ox termination or compleiion of the Contract ar terminat�on af the services of Contractor. 17.05 Headings Articie and paragraph headings are inserted for convenience only and do not constitute parts o� these General Condi�ons. CPTY OF FORT WORTH STANDARI] CONSTRUCTION SPL�CffICATION DOCLJML'NTS Revision: M�eh 9, 2020 00 73 DO S�]T'YT,EMENTARX COIVD�ONS Page 1 of 6 SECTION 00 i3 OQ SUPPLEMENTARY CONDITIONS TO GENERAL CONDITIONS Supplementary Cond3tions These Supplementary Conditions modify and supplement Section 00 72 00 - General Conditions, and other provisions of tk�e Contract Documents as indicated be�ow. All provisions of the General Conditions tk�at are modified ar supplemented remain in fu�l force and efFecE as so modii"ied or supplemented. All provisians of the General Ganditions which are nat so modified ar supplemented remain in full force and effect. Defined Terms The terms used in these Supplementary Cvnditions which are defined in the General Conditions have the meaning assigned to them in the General Conditions, unless sp�cifically noted herein. Modlfications and �upplements The following are instructions �Yiat modify or supplement specific paragraphs in the General Canditions and other Contract Documents. SC-3.038.2, "Resolving Discrepancies" Plans go�ern over Specifications. SC-4.01A Easement limits shown on the Drawing are approximate and were provided to establish a basis for bidding. Upon receiving the final easen�ents descriptions, Contractor shall compare them to the lines shown Qn the Contract Drawings. SC-4.O1 A1., "Avaiiability oi Lands" The following is a Iist of known outstanding right-of-way, andlor easements to be acquired, if any as of July 1, 2020: OuEstanding Right-Of-Way, anrllor Easements to Be Acquired PARCEL OWNER N UIVIBER �I►C�1►I�1 TARGET DATE O�' P�SSESSZON The Contractor understands aad a�;rees that the dates listed above are estiroates only, are nat guaranteed, and do noi bind the City. If Contractor considexs the £'inal easemenis provided to differ materially fro�xa ihe representations on the Coniract Drawings, Contractor shall within five (5} Business Days and before proceeding with tY�e Work, notify City in writing associated with the differing easement line locations. SC-4.O1A.2, "AvailabiliEy of Lands" C1TY OF FORT WOATFI STANDARD CONSTRUCTTON SPECIFICATION DOCUMEIVTS 202D CONCRETE RESTORATION CONTRAC'F 4 Revised March 9, 2Q20 CTI'1' Y120IEG"1' NO. 1Q2696 00 �� ao SL{PPLEMENTARY CONDiTiONS Page 2 of 6 Utilities or obstructions to bc removed, ac�justed, and/or relocated '�'he following is Iist of utilzties az�d/or obstructions that have not beeza ceznoved, adjusted, andlor relocated as of July I, 2020: EXPEC`I'ED U'I'�I.I`I'Y AND LOCA'I'ION OWNER NONE 'I'ARGE'I' DATE �F ADJUSTMEN`I' The Contractor understands and agrees that the dates ]istecE abave are estimates only, are not guaranteed, and do not bind the City. SC-4.02A., "Subsnrface and Physical Conditions" 1 he following are reparts of explorations and tests of subsurface conditians at the site af the Work: A"None" Report No. , dated , prepared by "None" a sub-consultant of "None", a consultant of the City, pro�iding additional inFormatian on "None" The following are drawings of physical conditions in or relating ta existing surface and subsurface structures (except Underground �'acilities) which are at or contiguous to the site of the Work: "None" SC-4.06A., "Hazardous Envirann�entaX Conditions at Site" The fo]lowing are reports and drawings of existing hazardous environmental conditions known to the City: "Nane" 5C-5.03A., "Cerfificates of Insarance" The enti�ies ]isted below are °additianaT insureds as their interest m respective ofFicers, directors, agents and empioyees. (1) City {2) Consulkant: "None" (3) Other: "None" SC-5.04A., "Contractor's Insurance" ay appear" including their The limits of liability for the insurance required by Paragraph GC-5.04 shall pro�+ide the following coverages for not less than the follo�r+ing amaunts ar greater vvhere required by laws and regulations: S.O�A. Workers' Coz�pezasation, under Paragraph GC-5.04A. Statutory Iimits Employer's liability $100,00a each accidentloccurrence $i00,000 Disease - each employee $SOO,OqO Disease - policy limii SC-S.04B., "Contractor's �nsurance" C1TY OR FQRT WOftTH STANDARD CONSTRUCTiON SPECTRTCATTpN DpCUMENTS 2020 CONCRETE RESTORATION CONTRACT 4 Revised Maxch 9, 2020 CTI'Y PR07ECT NO. 102b96 00 73 00 SCIPYT,�MEIVTAI2Y CONDTI'TdNS Page 3 of 6 5.045. Commercial General Liability, under Paragraph GC-5.04B. Contractor's Liability Ins�rance under Paragraph GG5.04B., which shall be on a ger project basis co�ering the Contractor with zninimum Iimits af: $1,0OO,OQO each occurrence $2,000,000 aggregate limit `I'he policy must have an endorsement (Aznendment — Ag�regate Limits of Xnsurance) making the General Aggregate Limits apply separately to each job site. The Commercial General Liability Insurance policies shall provide "X", "C", and "U" covera�e's. Verifica�ion of such coverage must be shown in the Remarks Article oi the Certificate oi Insurance. �C 5.04C., "Contractor's Insurancc" 5.04C. Automobile Lia6ility, under Paragraph GC-5.04C, Contractor's Liability Insurance unaer Paragraph GG5.04C., which shall be in an amount not Iess than the foliowing amouz�ts: {1) Aufomobile Liabili�y -- a commercial business policy shall provide coverage on "Any Auto", defined as autas owned, hired and nan-owned, $1,000,000 each accident on a combined single limit basis. SpIit limits are acceptable if Iimits are at least: $25a,000 Bodily Injury p�r person / $500,000 Bodity Injury per accident / $100,000 Property Damage SC-5.04D., "Contractor's Insurance" The Contractor's construction activities will require its �mployees, agents, subcontractors, equipment, and material deliveries to cross railroad properties and tracks "None". 'z"he Contractor sha11 conduct its operations on railroad properties in such a manaer as not to intexfere wiitk�, hinder, or obstruct the railroad company in any zxianner whatsoever rn the use or operation of its/tlieir trains or other property. Such operations on railroad properties rnay require that Contractor to execute a"Right oi Entry Agreement" with the particular railroad company or companies involved, and ta this end the Contractor should satisfy itself as to the requirements of each railroad company and be prepared to execute the right-of-ent�y {if any} required by a railroad company. The requirements specified herein likewise relate Eo the Contractor's use of pr�vate andlox construction access roads crossing said railxoad con�pany's properties. The Contractual Liabzlity coverage required by �aragz�aph 5.04D of the General Conditions shall provide coverage for not less than the foIlowing amounts, issued by companies satisfactory to the City and to the Railroad Company for a term that continues for sa long as the Contractor's operations and work cross, occupy, or touch railroad property: (l) General Aggregate: (2) Each Occurrence: Required for tlus �ontract N/A N/A X Not required for this Co�tract With respeet to the above ouYlined insurance requirements, the following shall go�vern: CTI'Y OF FORT WOR'f`H STANDARD CONSTRUCTION SPSCIP'ICATION DOCUMENTS 2420 CONCRETE RESTORATION CON'I'RACT 4 12evised March 9, 2020 CTTY PR07ECT NO. 102696 oa �3 00 SUPPLEMENTARY CpND1TIONS Pagc 4 of 6 1, Where a single railroad company is in�alvecf, the Contractor shall provide one insurat�ce palicy in the name af the railroad company. Hawever, i� more than ane grade separation or at-grade crassing is affected by the Project at �ntirely separate locations on the line or �ines of the same railroad company, separate co�erage may be required, each in the amount seaYed abo�re. 2. Where mare than one railraad company is operating on the same right-of way or whare s�veral railroad campanies are involved aa�d aperated on their owza separate rights-af-way, the Contractor may ba required to proaide separate insurance poIicies in the name of each railroad company. 3. If, in addition to a grade separation or an at-grade crossing, other work or activity is proposed on a railroad corr3pany's right-of-way at a Iocation entirely separate from the grade separation or at- gt'ade czossing, insurance coverage for this wark must be included in the policy covering the grade separation. 4. If no grade separation is invalved but other work is propos�d an a railroad company's right-of way, all such other work may be covered in a single policy for that raih•aad, e�en though fhe work may be at twa or more saparate lacations. Na work or activities on a railroad company's groperty to be perforrned �y the Contractor shall be cammenced until the Contractor has furnished tha City wiih an original policy or palicies of the insurance for each railroad company named, as required abo�e. All such insurance nr�ust be approved by the City and each aFfected Railroad Company prior io the Contractor's beginning work. 'I'he insurance speci�'ied above nnust be carried untiI all Work to be perfarmed on the railraad right-of-way has been completed and the grade crossing, if any, is no Ionger used by fhe Contraetor. In addition, insurance must be carried during all maintenance andlor regair work performed in the railroad right-af-way. Such insurance must name the railroad company as the insured, together with any tenant or lessee af the railroad company operating over tracks involved in the Praject. SC-G.Q4., "Project Schedule" Project schedule shall be tier 3 for the project. �G6.07., "Wage Rates" The fallowing is the prevailing wage rate table(s) app]icable to this groject and is provided in tF�e Appendixes: GC G.07 2013 Pra�ailing Wage Rates (Hea�y and Highway Construction Project) A copy of ti�e table is also available by accessing the City's website at: https:l/apps.#'o�rtworthtexas.�ov/ProjectResources/ You can access the file by following the directory path: 02-Construction Documents/Specifications/Div00 — General Conditions SC-6.U9., "Permits ant� Utilities" SC-5.09A., "Contractor a�t�ined pernnats and licen,ses" 'The following are ltnown perm'rts andlar Iicenses requixed by the Contract to be acquired by the Cantractor: "None" SC-6.09B. "City obtained permits and licenses" C1TY OF FORT W4RTH 2O20 CONCRETE RESTORATION CON'['RAC"I' 4 STANDARD CQNSTRUCTION SPECIFICATION DOCUMENTS Reviseci March 9, 2020 C1TY PR0IECT NO. 102596 00 �3 oa SUPPLENiENTARY COND1T10NS Page 5 of 6 The following are l�riown pernuts andlor licenses required by the Contract to be acquired by the City: "None" SC-6.09C. "Ontsiar�ding pennnits and licenses" The following is a list of known outstanding pernuts and/or Iicenses to be acquired, if any as of July 1, 2020: Outstanding �exmits and/or Licenses to Be Acquired OWNER ��RMZ'I' OR T�ZCENSE AND �.�CA`I'ION "None" SC-7.02., "Coordination" TA�GBT DAT� OF P�SSESSION 'i"he ind'zviduals or entities Iisted below ha�e contracts with the City for the performance of ot3ler wark at the Site: "None" Vendor Sco e of Work Coordination Authorit None None None SC-5.01, "Communications to Contractor" "None" 5C-9.01., "City's Project Manager" The City's Project Manager for this Contract is Tariqul Islam or hislher successor pursuant to written natificaEion from the Director of Transporiation and Public Works SC-1.3.03C., "�'ests and Inspections" "None" SC-16.01C1, "Methods and Procedures" "None" END OF SECTION Revision Log �ATE NAME SEJMMARY �F CHANGE CTTY O� NO12T'4UOli'1"H STANDARD CONSTRUCTION SPECIFTCATIOIV 370CUML��IT'S 202p CONCRETE RE$TQRATIpN CpNTRACT A Revised 1VIaz'ch 9, 2020 C�TY PR07ECT' NO. 102696 00 73 00 SUPPLL�M�I�iTARY CONDFI'IO�TS Page 6 of b 1/22/2016 F. Griffin Manage 3/9/2020 D.V. Magana �C-�'Q7 website. ,"City's Project Representative" warding changec€ to City's Praject , Updated the [ink such that files can be accessed via the City's CITY OF FORT WORTH STANDARTJ COIYSTRUCTION SPECIFICATION DOCUMEIVTS 2020 COI�ICTtETE RESTOAATTON CONTRAC'I' 4 h'e�ised March 9, 2020 C1TY PR07ECT NO. 1(YZ696 011100-1 SUMMARY OF WORK Page 1 of 3 1 2 3 PART l - GENERA.L !�il��: 1_Yi�ii��._ _� 5 6 7 8 9 10 1I 12 13 14 15 16 I7 18 1.� SECTION 01 1100 S.T�MMARY OF WORK A. Section Includes: I. Summary of Work to be performed in accordance with the Contract Documents B. Deviations from this City of Fort Worti� Standard Speci�cation �,� ��f3�31���E1'�+�'�'i�)�� 11':�i�� €.�Fh�t��il�_�Zr1Tl��! Sl-il��_L L�� 4U�f��lE�IA1�1''T'� ']-H�,� P��_kaf:=(�' 1'!1Y I-E'Fh��,4, �°C� 5l?�':�i2�1-i-� i'Ai-, �:C� f'�1Y�4fF'.f�-�' W�L�.. �L h�r1f�T�, }'��R h�lt_i}��].,�l,r1'I-fi.]�l :��;l:k L)3;���]R[�.:f�,1'ffc�:� i{1�Of1�1 ��I�Is I.C}�'�1'I'�[}?��'I'() r�ti{1�1'�iF;l� i�! �(.s;{�Irll, !'�i{_1(�.�T�,i=,SS l�l� 1'f�.€+F=(_}I�a'4i11��'i'fF{E 1�l)3�]�. i�i�_lv�+tf3i!_1�,��E��c�� ��A1' i'I'f:.h� ,�I�,�IJ Fsl:�. �r�lf.� ]�t]it til.��i'a�,:�'�f��f�l ��r� ��{�€��. s��c��r�rc��i _i._�r ���:�������r.� 1� �i�� f��_ c ��r�������:��_•-i ��c����an��Eru•r� ����,sr��c����i�r.�_��i�� i�i�r;��������- C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0- Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1- General Requirements PRICE AND PAYMENT PROCEDURES 19 A. Measurement and Payment 20 1. Work associated with this Item is considered subsidiary to the �arious items bid. 21 No separate payment will be allowed for this �tezn. 22 l.3 REFERENCES [NOT USED] 23 1�.4 ADMIN�STRAT�VE REQU�REMENTS 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 A. Work Covered by Contract Documents 1. Wark is to include furnishing all labor, materials, and equipment, and performing all Work �ecessary for this construction project as detailed in the Drawings and Specificatians. B. Subsidiary Work 1. Any and all Work specifically governed by documentary requirements for the project, such as conditions imposed by tk�e Drawings or Cox�izact Docuxx��nts zn �which no specific iiem for bid has been provided for in the Proposal and the item is not a typical unii bid item included on the sta�dard bid item list, ihe� the item shall be considered as a subsidiary itern of Wark, the cost of which shall be included in the price bid in the Proposal for various bid items. 2. MOBILIZATION AND DEMOBILIZATION SIIALL IVOT BE PAID DIRECTLY BUT SHALL BE CONSIDERED SUBSIDIARY TO THE MA70R ITEMS OF WORK. NO FAYMENT WII.L BE MADE FOR MOBII.IZATION AND DEMIBILIZATION FROM ONE LOCATION TO ANOTHElZ IIV NORNIE�L PROGR�SS O�' �ERFORM]NG THE WORK. CiTY OF FORT WORTH 2O20 CONCRETE RESTORATI�N CONTRACT 4 3TANDARD CONSTRUCTION SPECIPICATION DOCUMENTS City Project No. 1Q2696 Revised December 20, 2012 oi iioo-z SUMMARY pF WpRK Page 2 of 3 1 C. Use of Premises 2 l. Coordinate uses of premises under direction of the City. 3 2. Assume fUII responsibility %r protec�ion and safekeepzng of z�r�atexial.s and 4 eyuipment stored on the Site. 5 3. Use and occupy only portions of the publzc sfreets and alleys, or other public plaees 6 or other rights-of �ovay as provided for in the ordinances of the City, as shown in the 7 Contr�ct Docu€ments, or as may be specifically authorized in writing by the City. S a. A reasonable amount of tools, materials, and equiprrient far construction 9 purposes may be stored in such space, but no morc t�aax� is x�ecessary to a�oid 10 delay in the construction operations. 11 b. Excavated and wast� xaaatezials shall be stored in such a way as nat to interfere 12 wit� tiae use of spaces tE�at may be designated to be Ieft free and unobstr�xcted 13 and so as not to inconvenience occupants of adjacent property. 14 c. If the street is oceupied by railroad traelcs, the Work shall be carried on in such 15 manner as not to interfere with the operation of the railroad. 16 1) All Work shall be in accordance with railroad requirements set forth in 17 Division 0 as welI as the railroad permit. ]8 19 20 2J 22 23 24 25 26 D. Work within Easements I. Do not enter upon pxivate pzopexiy for a�y puzpose without having previously obtained pexrnzssion froxn the owner of sucia property. 2, Do not store equipment or material on private property unless and until the specified approval o# the property owner has been secured in writing by the Contractor and a copy furnished to the City. 3. i7nIess specifically pro�ided okherwise, clear all righCs-of-way or easernents of obst�ruuctions which must be removed to make possible praper prasecr�tion of the Work as a part of the projeci canstruction operations. 27 4, Preserve �nd use every precaution to prevent damage to, all trees, shrubbery, plants, 28 lawns, fences, culverts, curbing, and all other ty�es of structures or improvements, 29 to all water, sewer, and gas lines, to all conduits, averhead pole lines, or 30 appurtenances thereof, including the construction of temporary fences and to all 31 other public or private propez�ry adjacent to the Work. 32 5. Notiiy the proper representatives of the owners or occupants of the public or private 33 lands of interest in lands which �night be affected by the Wark. 34 a. Such notice shall be made at least 48 hours in advance of the beginning of the 35 Work. 36 b. Notices shall be applicable to both public and pri�ate utility companies and any 37 corporation, company, individual, or other, either as ownexs or occupants, 38 whose land or interest in land might be af%cted by the Work. 39 c. �e responsible for all damage oz injuzy to property of any character resulting 40 frox�a any act, omission, ne�lect, or misconduct in the manner or meYhod or 4X executi�n o� the Work, or at any time due to defective work, material, or 42 43 44 45 eqtupment. 6. Fence a. Res�ore all fences encountered and remo�ed during canstruction oF the Project to the original or a better than original condition. C1TY OF FORP WORTH 2O20 COIdCRk?'I'E RESTQR ATION CONTRACT A STANDARD CONS`I'RUCfI4N SPLaCIFICATION DOCiJNIF.NTS City Project l�o. 102696 Revised December 2U, 2012 1 2 3 4 5 6 7 8 01 i100-3 SUMMARX OF WORK L'age 3 of 3 b. Erect temporary fencing in place of the fencing removed whenever the Work is not En progress and when the site is vacated overnight, and/or at aIl times to provide site security. c. The cost for all fence work within easements, including removal, temporary closures and re�lacement, shall be subsidiary to the various items bid in the project praposal, ur�less a bid iiem is specificalZy provided in the propQsal. 1.5 SUBMITTALS [NOT US�D] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 9 l.i CLOSEOUT SUBMXTTALS [NOT USED] IO 1.$ MAINTENANCE MATER�AL SUBM�TTALS [NOT USED] 11 1..9 QUALXTY ASSURANCE [NOT US�D] X2 1.10 D�LPV�RY, STORAGE, AND HANDLING �NOT US�D] 13 1.11 FIELD [SITE] CONDITION�S [NOT USED� 14 L12 WARR.ANTY [N�T U,SED] 15 PART 2- PRQDUCTS [NOT iTSED] 16 PART 3- EXECUTION [NOT USED] 17 18 END OF SECTION �e�isioz� �.og DATE NAME SUMMARY OF CHANGE 19 C�'X OP FOI2'1' WORTl� 2D20 CONCRETE RESTOI2AT10N CONTRACT 4 STANDARD CONSTi2UCT10FY SPBC7FICATTON DOCUMENTS City Project Na. 102696 Revised December 2D, 2012 07250E1-1 51[IiBS`PPTU'i'lON PKOCEDiJRE,S Page 1 of 4 1 2 3 PARTI- GENERAL 4 1.1 SUMMARY s�c� roN ai �.s oa SUBS'I'ITUTION PROCEDURES S A. Section Tncludes: 6 1. The procedure for requesting the approval of substitutron of a product that is not 7 equivalent to a product which is specified by descriptive or performance criteria or 8 defined by reference to 1 or more of the follawing: 9 a. Name of manufacturer 10 b. Name of vendor 11 c. Trade name 12 d. Catalog nuzr�bez 13 2. Substitutians are noi "or�equals". 14 B. Deviaiions from this City of F'art Worth Standard Specification 15 1. None. I6 C. Related Specification Sections include, but are not necessarily limited to: 17 1. Division 0— Bidding Requirements, ConT�•act Forms and Conditions of the Contract I8 2. Di�ision 1— General RequiremenCs I9 1.� PRICE AND PAYMENT PROCEDURES 20 A. Measurement and Payment 21 L Work associated with this Item is considered subsidiary to the various items bid. 22 Na separate payrnent will be allowed for this Item. 23 1.3 REFERENCES [NOT USED] 24 1.4 ADMINISTRATIVE REQUIREMENT� 2S 25 27 28 29 30 31 32 33 34 35 36 37 38 39 40 A. Request far Substituiion � General 1. Within 3� days afier award af Cantract (unless noied otherwise), tl�e City wilI consider formal requests from Contractor for subst�tution of products in place of those specified. 2. Certain types of equipment and kinds of material are described in Speci�cations by means of references to names of manufacturers and vendors, trade n�nes, or catalog numbers. a. When this method of specifying is used, it is not intended to exclude from considera�ion other products bearing other manufacturer's or vendor's names, trade names, or catalag numbers, pra�ided said products are "azwequals," as determined by City. 3. Other types of equipment and kinds of rnaterial may be acceptable substitutions under the foIlowing conditions: a. Or-equals are unavailable due to strike, discontinued production of products meeting specified z�equixements, oz attaex factors beyond control of Contractor; or, CITY OF FORT WORTH 2O20 CONCftETE RESTORATION CONTRACT 4 STANDARD CONSTRUCTION SPECIPICATION DOCiJMENTS City Project Na 102696 Revised July 1, 20ll 012500-2 SUSSTITLITIUN PROCED[]KES Page 2 of a 1 b. Contractor propases a cost and/or time reduction incentive to the City. 2 1.5 SUBMITTALS 3 A. See Request for Substitution Form (attached) 4 5 6 7 8 9 10 11 i2 13 14 IS 16 17 l.$ 19 24 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 B. Procedure for Reques�ing Substitution 1. Substitution shall be considered only: a. Aiter award of Contxact 6. Under the conditions stated hez�ein 2. Submit 3 copies of each written request for substitution, including: a. Documentatio❑ , 1) Complete data substantiating cornpliance of proposed substitution with Contract Docnments 2) Data relating to changes in construction schedule, when a reduction is proposed 3) Data relating to changes in cost b. For products 1) Product identiiication a) Manufaciurer's name b} Telephone number and representative contact name c} Specification Section or Drawing reference of originally specified product, including discrete name or tag number assigned to originaI product in the Contract Documents 2) Manufacturer's literature clearly marked to show compliance of proposed product with Contract Documents 3) Itemized compazisan of oz�iginat and pzoposed product addressing product charactexistics including, but not �ecessarily limited to: a) Size �a) Carnposition or materials of construction c) Weight d) E�ectrical or mechanical requirements 4} Product experience a) Location of past projects utilizing product b} Name and teleplaoz�e nuz�r�b�z of p�rsox�s associated wiih zeferenced prajects lrnowledgeable concerning proposed product c) Available field data and reports associated with proposed product 5) Samples a) Provide at request of City. b) Sarnples become the property of the City. c. For construction methods: 1) Detailed description of proposed method 2) Illustration drawings C. Approval or Rejection 1. Wzitien app,roval or rejection of substituYion given by the City 43 2. City reserves the right to require praposed praduct to comply with color and pattern 44 of specified product if necessary to secure design intent. 45 3. Tn the event the substitution is approved, the resulting cost andlor time reduction 4b will be documented by Change Order in accordance with the General Conditions. CI'i'Y OF FOR'1' WORTH 2O20 CONCRETE RESTORATION CON'I'RACP 4 STANDARD CONSTi2UCTTON SPECTFICATION 1�OCUM�iVTS City Project No. ID2696 Revised July 1, 2011 012500-3 SUBS'I'ITUTION PROCEDUA�;S Page 3 of �} 1 2 3 4 5 6 7 S 9 1.6 4. No add'z�ional cox�tract tizx►e wiJl be given fox subsiitutaon. 5. Substitution wili be rejected if: a. Submittal is not through the Contractor with his stamp of appraval b. Request is not made in accordance with this SpecificaEion Section c. In the City's opinion, acceptance will require substantial re�ision of the original design d. In the City's opinion, substitution will not perForm adequately the function consistent vvith the design intent ACTYQN SUSM�TTALS/INFORMATYONAL SUSMTTTALS [NOT USED] 10 1.7 CLOSEOUT SUBMYTTALS [NOT USED] 11 1.8 MAINTENANCE MATERIAL ,SUBMITTALS [N�T USED] 12 19 QUALITY A,�SURANCE 13 14 15 lb 17 18 19 zo 21 22 23 A. In making reyuest for substitution or in using an appro�ed product, the Contractor represents that the Contractor: 1. Has investigated proposed producC, and has determined that it is adequate or superior in all respects to that speci�ied, and that it will pezforzn function for whick� it is intended 2. Will provide same guarantee for subs�itute itern as for product specified 3. Will coordinate installation of accepted substitution into Work, to include building modifications if necessary, making such changes as may be required for Work to be compJ.eie in all zesp�cts 4. Wai�es all clairris for aciditional costs reiated to s�bstitution which subsequently arise 24 110 DELYVERY, STORAGE, AND HANDLING [NOT USED] 25 1.11 FIELD [SITE] CONDITIONS [NOT USED] 26 112 WARRANTY [NOT USED] 27 PART � - PRODUCTS [NOT USED] 28 PART 3 � EXECUTION [NOT USED] 29 30 END OF SECTION Revision Log DA'I'E NAME SUMMARY OF CHANGE 31 C1TY OF PORT WORTH 2O20 CONCRLTL� RES I'ORAI'ION CONT1tAC'I' 4 STANDARD CpNSTRUCTION SPECIFICATIOAI DOCUMENTS Caty Pz�oject �To. 10269G I2eviscd 7uly l, 201 l 0�2500-4 SlIBS'T'LT'UTTON PROC�,llL1TZES Page 4 of 4 1 2 3 4 5 6 7 8 9 IO 11 12 13 14 15 16 i7 18 l9 26 21 22 23 2A 25 2b 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 A7 �8 49 L' XH�ll,lr.l A REQUEST FOR ,�UBSTITUT�ON FORM: FROJECT: DATE: We hereby submit for your considerat�on the following product instead of the specified item for ihe above projeci: SECTTON PARAGR.A_PH SPECIFIED ITEM 1'roposed Substitution: Reason for Substitution: Include complete information on changes to Drawings and/or Specifications which proposed substitution will require for its proper installation. Fill in Blanks Below: A. Will the undersigned contractor pay for changes to the building design, including engineering and detailing costs caused by the requested substiEution? B. What effect does substitution have on other trades? C. Differences between proposed substitution and specified item? D. DifFerences in product cost ar product delivery time? E. Manufacturer's gaarantees of the proposed and specified items are: Equal Better (explain on attachment) The undersigned states that the function, appearance and quality are equivalent or superior to the specified item. Submitted By: For Use by City Sig�aatuxe as noted Fixzra Address Date Telephone For Use by City: Approved City Recommended Recoznzzzended Not recommended Received late By Date Remarks Date C1TX OF FORT WOR'CF� STANDAILD CON3TRUCTiON SPECTFICATION DOCTJNTENTS Revised ]uly 1, 201I Rej�ct�d 2020 CpI�iCRETE RESTORATTON CONTRAC�' 4 City Project No. 102696 013119-] PRECONSTRUCTION IVIEETFNG P�ge 1 of 3 1 2 3 PARTI- GENERAL 4 1.1 SiTMMARY SECTION OI 3119 PRECONSTRUCTION MEETING 5 A. Sec�ion Includes: 6 1. Pz�ovisior�s fox the pzeconstz�uction meeting ta be held prioz to the start of Work to 7 claxify cons�ructia� co�atract admi�aist�ration procedures 8 B. Deviations fram this City of Fort Wor� Standard Specification 9 1. None. 10 11 ]2 13 1.2 C, Related SpecificaTion Sections include, but are not necessarily limited to: 1. Di�ision 0— Bidding Requirements, Contract Forms and Conditions of the Contract 2. Di�ision 1— General Requirements PRICE AND PAYMENT PROCEDURES 1A A. Measurement and Payment 15 1. Work assaciated with this Item is considered s�bsidiary io the various items bid. 16 No separate payment will be allowed for this Item. 17 �.3 REFERENCES [N4T USED] 18 1.4 ADMINISTRATIVE REQUIREMENTS 19 A. Coordination 20 1. Attend preconstruction mee�ing. 21 2. Representatives of Contractor, subcontractors and suppliers attending meetings 22 shall be qualified and autharized to act on behalf of the entity each represents. 23 3. Meeting administered by City may be tape recorded. 24 a. If recarded, tapes will be used to prepare minutes and retained by City for 25 future reference. 26 Z7 28 29 3Q 31 32 33 34 35 36 37 3$ B. Preconstruc�ion Meeting 1. A pzecons�ruction zneeting wzll be held within 14 days after the execution of the Agreement and before Work is started. a. The meeting will be scheduled and aciministered by the City. 2. The 1'roject Representative will preside at the meet�ng, prepare the notes of the meeting and distribute copies of same to all participants who so request by fully completing the attendance form to be circulated at the beginning of the meeting. 3. Attendance shall include: a. Project Representative h. Conizactar's pxoject manager c. Coniractor's superintendent d, Any subcontractor or supplier repi-esenta�ives whom the Contractor may desire to invite or the City may request CITY OF FORT WORTH 2O20 CONCRETE RESTQRA'I`IDN COIQTRACT 4 STtLNDARD CONSTRUC'TION SPECIFICATION DOCUMENTS City Project I�lo. 102b9b Aevised August l7, 2012 Ol 31 19 - 2 PRECONSTRUCTION MEET3NG Page 2 af 3 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 l6 I7 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 e. Other City representatives f. Others as appropriate 4. Construction ScheduZe a. Prepare baseline construction schedule in accordance with Section 01 32 1fi and provide at Preconstruction Meeting. b. City will notify Contractor of any schedule changes upon Notice of Freconstruction Meeting. 5. Preliminary Agenda may include: a. Tntroductzon of Project Personnel b. General Descz�ptzon of Praject c. Staius of right-of way, utiIity clearances, easements or oiher pertinent permits d. Contractor's work plan and schedule e. Contract Time f. Notice to Proceed g. Consfiruction Stal�ing h. Frogress Payments i. Extra Work and Change Order Procedures j. Field Orders k. Disposal Site Lettez for Wasie Material 1. Insurance Renewals m. Payroll Certification n. Matez�ial Certificaiions and Quality Co�txol `.i'esting o. Public Safety and Convenience p. Documentation of Pre-Construction Conditions q. Weekend Work Natification r. Legal Holidays s. Trench Safety Plans t. Coniined Space Entry Standards u. Coordir�atzox� witk� the City's zepresentative for operations of existing watez systezns v. Storm Water Pollution Prevention Plan w. Coordination wrth other Contractors x. Early Warning System y. Contractor Evaluation z. Special Conditions applicable to the project aa. llamages Claims bb. 5ubmittal Procedures cc. Substitution Procedures dd. Correspondence Routing ee. Record Drawings fF. Temporary construction facilities gg. M/WBE or MBE/SBE procedures hh. Final Acceptance ii. Final Payment jj. Questions or Comments CITY OF FORT WORTI� STANDARD CONSTRUCTION SPECIl�ICATION DOCUMENTS Revised August 17, 2012 202D COI�'C�'1'E �S`I'OI2ATION CONTI2AC 1' 4 Ciiy Project No. 102696 013119-3 PI2ECONS`I'IZ[JC'I'IO�T MP.PT7NG Page 3 of 3 1 ].5 SUBM�TTALS [NOT USED] 2 L6 ACTIQN SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 3 1.i CLOSEOUT SUBMITTALS [NOT USED] 4 1.8 MAINTENANCE MATERIAL �USMITTALS [NOT USED] 5 1.9 QUALITY ASSi]RANCE INOT USED] 6 �10 DEL�VERY, STORAGE, AND HANDLXNG [NOT US�D] 7 1.11. F�ELD [S�TE] CONDXTZONS [NOT USED] 8 1.12 WARRANTY [NOT US�D] 9 PART 2- PR4DUCTS [NOT U,SED] 10 PART 3- EX�CUTrON [NOT USED] 11 12 END OF SECTION Revzsion T�og DATE NAME SUMMARY OF CHANGE 13 C1TY (]F FORT WORTH 2O20 CONCTi�� RES"1'ORATIDIV CON'S�A,C1' 4 S'1'AI�iDARD CONSTRUCTION SPEC]FICATION DOCUMENTS City Project Na. ](YZ696 Revised August 17, 2012 01 3120 - L PROJECT MEETINGS Page 1 of 3 � 3 PART1- GENERAL 4 1.1 SUMMARY SECTION 0131 �0 PROJECT MEETINGS 5 A. Sectian Includes: 6 I. Provisions far project meetings throughout the construction period to enable orclerly 7 review of the progress of the Work and to provide for systematic discussian of 8 potential problems 9 B. Deviations this City of Fort Worth Standard Specification 10 1. None. i� 12 I3 14 1.2 C. Related Specification Sections include, buC are not necessariiy limited to: L Division 0— Bidding Requirements, Contract �'orms and Conditiox�s of the Contract 2. Division 1— General Requirements PRTCE AND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 1. Work associated with this Item is considered subsidiary to the varioas rtems bid. 17 No separate payment will be allowed for this Item. 18 1.3 REFERENCES [NOT USED) 19 1.4 ADMIIVISTRATIVE REQUIREMENTS 20 A. Coozci�z�aiion 21 i. Schedule, attend a�d adminisEer as specz�Zed, periodic pzogress mn�etings, and 22 specially called meetings throughout progress of the Work. 23 2. Representatives of Contractor, subcontractors and suppliers attending meet�ngs 24 shall be qualified and authorized to act on behalf of the entity each represents. 25 3. Meetings administered by City may be tape recorded. 26 a. If recorded, tapes will be used to prepare minutes and retained by City for 27 future reference. 28 4. Meatings, i� addition to thos� specified in this Seciion, may be held when requested 24 by the City, Engine�r or Ca�atxactor. 30 B. Pre�Construction Neighborhood Meeting 31 1. After the execution of the Agreement, but before construction is allo�ed to begin, 32 attend 1 Public Meeting with affected residents to: 33 a. Present projected schedule, including construction start date 34 b. Answer any construction related questions 35 2. Meeting Location 36 a. Location of ineeting Co be determined by the City. 37 3. Attendees 3$ a. Contractor CTI'X OP FOR�` WOI2T�I 202D CONCAETE 12ESTOTtAT10N CONTILACT 4 STANDARD CONS"IRUCTIDN SPECIFICATION DOCUMENTS C�ly Project No. 1D2696 Revised 7uly 1, 20I 1 oi s� zo-z PR07ECT MEETINGS Page 2 of 3 I b. Project Representative 2 c. Other City representatives 3 4. Meeting Schedule 4 a. Tn general, the neighbarhood meeting will occur within the 2 weeks following 5 the pre-construction conference. 6 b. In no case will construction be allowed ta begin untal tiazs m�eiing is held. 7 C. Frogress Meetings 8 1. Forz�rzal pzoject caaxdination meetin�s wiTT be held periodieally. Meetings will be 9 scheduled and administered by Project Representative. 1Q 11 i2 13 I4 i5 I6 z� 18 19 za 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 3 � 5 2. Additional progress meetings to discuss specific topics will be conducted on an as- needed basis. Such additional meetings shall include, but not be limited to: a. Coordinating shutdowns b. Installation of piping and equipment c. Coordination between other construction projects d. Resalution of constxuctzon issu�s e. Equupzne�t approval The Project Representati�e will preside at progress meetings, prepare the notes of the meeting and distribute copies of the same to all participants who so request by f�lly completrng the attendance form to be circulated at the beginning of each meeting. Attendance shall include: a. ContracCor's project manager b. Cont�'actor's superintendent c. Any subcontractor or supplier representatives whom the Contractor may desire to invite or the City may request d. Engineer's representatives e. City's representatives f. Others, as requested by the Pxoject Repzeseniatzve �xeliminary Agenda may incl�de; a. Re�ievv of Work progress since previous meeting b. �ield observations, problems, conf�icts c. Items which impede construction schedule d. Re�riew of off-site fabrication, delivery schedules e. Review of consta-uctzon interfacing and sequencing requirements v,�th other canstzuction contracts f. Cozz�ectzve measures and procedures to regain projected schedule g. Revisions to canstr�ction schedule h. Pro�ress, schedule, during succeeding Work period i. Coordinatron of schedules j. Review submittal schedules k. Maintenance af quaiity standards 1. Pending changes and substztutaon�s m. Review proposed chang�s fox: J) Effect on construction schedule and on campletion date 2) Effect on other contracts af the Prajeet n, Review Recotd Documents o. Review monthly pay request p. Review status of Requests far Infarmation CITY OF FOkT WdRTH 2O20 CONCRETE RESTORATION CONTRACT 4 S'T'EINDART� C�NSTRUCTTON SPECiFICATIQN DOCUMENTS City Project �Tu. 10269G Revised July 1, 2011 013120-3 PTtOJECT ]VIE�TTIVGS Page 3 of 3 1 6. Meeting Schedule 2 a. Progress meetings will be held periQdically as determined by the Praject 3 Repzesantative. 4 I) Addziiona� zneetangs may be held at the request of the: 5 a) City 6 b) Engineer 7 c} Ca�tractor 8 7. Meeting Location 9 a. The City will establish a meeting Iocation. 10 1} To the extent practicable, meetings will be held at the Site. 11 1.5 SUBMITTALS [NOT USED] l2 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTAL,� [NOT USED] 13 L I CLO�EOUT �USMITTALS [NOT USED] 14 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 15 1.9 QUALITY A55URANCE �NOT USED] 16 110 DELIVERY, STORAGE, AND HANDLING [NOT USED] 17 1.11 FIELD [SITE] CONDITIONS [NOT USED] l 8 1..12, WARRANTY [NOT USED] 19 PART 2- PRODUCT� [NOT USED) 24 PART 3- EXECUTYON [N4T USED] 21 22 END QF SECT�ON Revision I.og DATE NAME SUMMARY OF CIIANGE 23 CTPY OF FO1tT WORTH 2O2D CONCRETE KESTpRAi7pN CO1V'1'I2ACT 4 STA�TDARD CONSTI2UC'['ION SPECIFICATZON DpCUMENTS CiEy Project No. 102696 Itevised 7uly 1, 20f i 013233-1 PRECONS'1'RUC7'ION VID�d Page 1 of 2 1 2 3 PART1- GENERAL A 1.1 SUMMARY SECTION 0132 33 PRECONSTRUCTZ�N V�DED 5 A. Section Includes: 6 I. Administrative and procedurai requfrements for: 7 a. Preconstruction Videos 8 B. Deviations from this City of Fort Worth Standard Speci�ication 9 1. None. 10 C. Related Specification Sections include, but are not necessazily limzted to: 11 1. Division 0— Bidding Requiz�xnex�ts, Contract �'oxms and Condztions of the Contract l2 2. Division 1— General Req�irements 13 1.� PRICE AND PAYMENT PROCEDLFRES 14 A. Measurement and Payment 15 1. Work associated with this Item is considered subsidiary to the various items �id. 16 Na separate payment will be aJJ.owed for tbzs Itazn. 17 i.3 REFERENCES [NOT US�D] 18 1.4 ADMINISTRATIVE REQiTIREMENTS 19 A. Preconstruc�ion Video 20 1. 1'roduce a preconstruction video af the site/alignment, including all areas in the 21 vicinity of and to be affected by constructian. 22 a. Provide d'zgital copy of video upon request by the City. 23 2. Retain a copy of tha pz'econstruction video until the end of the maintenanee sureiy 24 period. 25 i.5 SUBM�TTALS [NOT USED] 26 �.6 ACTION SUBMXTTALSIYN�'4RMATIONAL SUBMITTALS [NOT USED] 27 l.� CLOS�OUT SUBMITTALS [NOT USED] 28 1.8 MAINTENANCE MATEItIAL SUBMITTALS [NOT USED] 29 1.9 QLTALITY ASSiTRANCE [NOT USED] 3U 1.10 DELNFRY, STORAGE, AND HANDLING [NOT IISED] 3l L11 FIELD [SITEI CONDITIONS [NOT USED] 32 1.1� WARRANTY [NOT U�ED] 33 PART � - PRODUCTS [N�T USED] CST'1' OP P012"�' WOR'I'I� 2020 CONCRETE RESTORAITON CONTRACT 4 STANDAAD CONSTRLiCTIO1V SPSC1FiCATiON DOCUM�N`1'S City Pro�cct Na. I02696 Revised Iuly i, 2011 013233-2 PRECONST121UCTTON VIIJEO Page 2 of 2 PAIiT 3 - EXECUT�ON [NOT US�D] END OF SECTX�N Revision Log DATE NAME SUMMARY OF CIIANGE C1TY QF FOiZT WO1Z1'�3 202U CONCRETE RESTORATTON CpNTRACT A STANDARD CDAiSTRUCTION SPECIFICATION DOCUMENTS City Project Na. 102696 Revised July 1, 20I 1 01330Q-1 SUBM3TTAL5 l�age 1 of 8 � 2 3 PARTI- GENERAL 4 1.1 SUMMARY sECTroN o� �3 oa SUBMITTALS S A. Sectian Includes: 6 1. General methods and requirements of submissions applicable to the following 7 Work-related submittais: 8 a. Shop Drawings 9 b. Product Data {including Stand�-d Froduct List submittals) 10 c. Samples 11 d. Mock Ups 12 B. Deviations frozr� this City of k'art Woxth Standard Speci�cation 13 1. None. 14 15 lb 17 1.2 C. ReXated Specification ,Sections include, but are not necessarily limited to: 1. Di�vision 0-- Bidding Requirements, Contract Forms and Conditions of the Contract 2. Di�ision 1— General Rec�uirements PRICE AND PAYlV�NT PROCEDURES 18 A. Measurement and Payxnent 19 1. Woxk associaEed with this Item is considered subsidiary to The vatious items bid. 20 No separate payment wili be al�owed for this item. 2� 1.3 REk'ERENCES [NOT USLDJ 22 1.4 ADMIIVISTRATIVE REQUIREMENTS 23 24 25 26 27 2$ 29 30 3] 32 33 34 35 3b 37 38 39 40 A. Coordination i. Notify the City in wziting, at i�e tizne af submittat, of any deviations in the submittals fram the requirements of the Contract Dacuments. Z, Coordinatian of Submittal Times a. Prepare, prioritize and transmit each submittal sufficientiy in advance of perforn�ing the related Work or ot�ier applicable activities, or within the time specified in the individual Work Sections, of the Specifications. b. Contractor is responsible such that the installation will not be delayed 6y processing �imes including, but not limited to: a) Disappxoval and zesubziniital (zf required) b) Cooz�dinataon with otk�er submittals c) Testing d} Purchasing e) Fabrication � Delivery g} Similar sequenced acti�ities c. No extension of time will be authorized because of the Contractox's failure to transmit submittals sufficiently in advance of ihe Work. C1TY OF FORT WORTH 2O20 CONCI2P'I'E RFSTORATION CON'I�2ACT 4 S'1'ANDAR.[� CONS I'RUCTION SPECIFICATION DOCiTMPNTS City Project No. 102696 Revised December 20, 2Q12 Dl 33 00 - 2 SilBM1TTALS P�ge 2 oi 8 1 z 3 4 5 6 7 8 9 10 li 12 13 14 �5 16 17 18 19 20 2l. 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 3S 39 �0 41 42 43 44 45 46 d. Make submittals pzon�ptly in accordance wiih approved sch�dule, and 'zn such sequex�ce as to cause no delay in the Work or in the work of any other contractar. B. Subz�r�uttal Numbering X. When submitt�ng shop drawings ar samples, utilize a 9-character submittal cross- reference iden�ification numbering system in the following �nanner: a. Use the first 6 digits of the applicable Speci�cation Sectian Number. b. For the next 2 digits number use numbers aI-99 to sequentially number each initial separate item o� cirawing submitted under each specific Sectian number. c. Last use a letter, A-Z, indicating the resubmission oF the same drawing (i.e. A=2nd submission, B=3rd submission, G-4t1� submission, etc.). A typical submitCal number would be as follows: 03 3a 00-08-B i) 03 3Q DO is the SpeciFcation Section%r Concrete 2) 08 zs the aig�th initial submiiial under this Specification See�ion 3) B is tkie tlaird submission (second resubmission) of that part�eular shap dzawzng C. Contxactor Cexti�cation X. Review shap dravvings, product data and samples, inclucEing those by subcontractors, prior to submission ta determine a�d verify the following: a. Field measurements b. Field construction criteria c. CaCalog numbers and siz�r�ular daia d. Con%rmance wit�a the Cox�izact Documents 2. Provide each si�op drawing, sampie and product data submitted by the Confiractor wiih a Certification Staiement affixed including: a. The Contractor's Company name b. Signature of submittai reviewer c. Certificatron Statement 1) "By this submittal, I hereby represent that I have determined and verified field measurements, iield construction critenia, maierials, clizirzensions, catalog numbers and six�nzlaz- data and Z have checked and coardinaied each item with other applicable approved shop drawings." D. Submittal Format 1. Fold shop dzawings larger than &�/z inches x 11 inches to 81/z inches x 1linches. 2. Bind sho� dz�awings and prnduct data sheets together. 3. Drdez a. Cover Sheei 1) Description of Packet 2) Contractor Certification b. List of items / Table of Cantents c. Product Data /Shop Drawings/Samples /Calculations E. SubmittaI Conient 1. The date of submission ax�d ihe daies af any previaus submissians CTl'Y OP FORT WORTH STA� ARD COIVSTRUGTIpN SPSCIFICATION DOCUMENTS Revised December 20, 2012 2020 CONCI2�;TE RESTOI2ATION CONTI2ACT 4 City ProjecE I+io. 102696 Oi 3300-3 S UBMl'PPA I S Page 3 of 8 1 2 3 � 5 6 7 8 9 10 2. The Project title and number 3. Contractor identifica�ion 4. The names of: a. Contractor b. Supplier c. 'Vlanufacturer 5. Tdentification of the product, with tk�e Specifzcaiaon S�ction number, page and paragraph(s} 6. Field dimensions, clearly iden�ified as such 7. Relation to adjacent or critical features of the Work or materials 11 8. Applicable standards, such as ASTM ar Federai Specification numbers 12 9. Identifcation by highlighting of deviations from Contract Documents 13 10. Identificat�on by highfighting of revisions on resubmittals 14 11. An 8-inch x 3-inch blank space far Contractor arid City stamps 1S 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 �a 41 42 43 44 45 46 �. Shop Dz-awings 1. As specz�Zed in individuai Work Sections includes, but is not necessarily limited to: a. Custorn-prepared data such as fabrication and erect�onlinstallatio� (wozking) drawings b. Scheduted informatian c. Setting diagrams d. Actual shopwork manufacturing instructions e. Custozn templai�s f. Special wiring diagrams g. Coordina�ion cir�wings h. Individuai system or equYpment inspection and test reports including: 1} Performance curves and certifications i. As applicable to the Work 2. Details a. Relation of tF�e vaaaous parts io the xnain nnembers and iines oi the structure b. Where correct fahrication of the Work depends upon fzeld t�easuraznents 1) 1'ro�vide sueh measurernenis and note on the drawings pxior to subznzitang for approval. G. Froduct Data l. For submiEtals of product data for producis incluc�ed on the City's Standard Product List, clearly id�ntify each item selecCed for use an the Project. 2. For subznzttals of produet data for products not included on the City's Standard Praduct List, submittaE data may include, but is not necessarily limited to: a. Standard prepared data for manufact�red products (sornetimes refenred to as catalog data) 1) Such as the manufacturer's product specification and installation insEructions 2) Availability of calors and patterns 3) Manufactuz�ez's prznted statements ai compliances and applicability 4) Roughing-an diagxazns and templaies �} Catalog cuts 6} Productphotagraphs CiTY OF FORT WORTH 2O20 CONCRETE RESTORATTON CONTRACT 4 STANDARll CONSTRUCTIOI�i SPECIHICATION DOCUMENTS City Projec[ Na. 102696 Revised December 20, 2012 01330p-4 3lIBMiTi'AT.S Page 4 of $ 1 z 3 4 5 6 7 8 9 10 I1 12 13 14 15 16 T7 7) Standard wzring diagrar�as S) Printed perfarmance curves and aperational-range diagrams 9) Production or quality control inspectian and t�st reports and certifications 1Q) Mill reports 11) Product operating and maintenance instructions and recornmended s�are-�arts listing and printed product warranties 12) As applicable to the Work H. Samples 1. As specified in individual Sections, include, but are not nec�ssarily lixnited to: a. Fhysical examples of the Work such as: 1) Sections of manufactured or fabricated Wor� 2} Small cuts or cor�tainers of zinatez�ials 3) Coz�rzpXete units of repetitivel� used products color/texture/pattern swatches and zax�ge sets 4) Specimens for coordination of vis�aal effect 5) Graphic symbols and units of Work to be used by the City for independent inspection and testing, as applicable to t�e Work 18 I. Do not start Work requiring a shop drawing, sample or producC data nor any material to 19 be fabricated or installed prior to the approval or qualif ed approval oi such item. 20 1. Fabrication performed, materials purchased or on-site constrruction accoz�rzplished 21 which does not conform to approved shop drawings and data zs at tlae Contractor`s 22 risk. 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 4b 47 2. The City will nat be liabie for ar�y expense or delay due to corrections or remedies required io accomplish conformiry. 3. Complete project Work, materials, fabrication, and installations in conformance with approved shop drawings, applicable samples, and praduct data. J. Submittal Distribution 1. Electronic Distribution a. Confirm deveIopment of Froject direcCory for electronic subz�ittals to be upIoaded to City's Buzzsaw sit�, or ax�otk�ez externa� FTP site approved by the City. b. Shop Drawings 1) Upload submittal to designated project directory and notify appropriate City representatives via email of submittal posting. 2) Hard Copies a) 3 copies for all submittals b) If Contractor requires more than i hard copy of Shop Drawings returned, Contractor shall submit mare than the number of copies lzsted above. c. Product Data 1) Upload submittal to designated �roject directory and notify appropriate City representatives via email of submittal posting. 2) Hard Copies a) 3 copies for afl submittals d. Samples 1) Distributed to the Project Representative 2. Hard Copy Distribution (if required in lieu of e�ectronic distribution) CTI'Y OF PQRT WORTEI 2020 CONCRETE RESTORATION CONTRAGT a STANDARD CONSTRUCTION SYECIFICATTON DOCiJMENTS City Project Na. I02596 T2wised Decembez' 20, 2012 013300-5 SUI3MITTALS Yage 5 of 8 1 2 3 4 5 s 7 8 9 10 11 12 l3 14 15 16 I7 I8 I9 za 21 22 23 24 25 26 27 2$ 29 30 31 32 33 34 35 36 37 3$ 39 40 41 42, 43 44 45 46 47 48 a. Shop Drawings 1) Distributed to the City 2) Copies a) $ copies for mechanical submittals b) 7 copies ior all other submittals c) If Contractoz zequires more tk�a� 3 copies of Shop Drawings reCurned, Contractor shall submit mare than the nuz�r�b�z� of copi�s lzsted above. b. Product Data 1) Distributed ta the City 2) Copies a) 4 copies c. Samples 1) Disfirzbuted to th� Pz�oject Representative 2) Cc�pies a} Submit the number s�ated ir� tlae respec�ave Specification Sections. 3. Disfribute reproductions of approved shop drawings and copies of approved product data and samples, where required, to the job site file and elsewhere as directed by the City. a. Provide number of copies as directed by the Ciry but not exceeding the number previously specified. K. Subzz�ittal Review 3 4. 1.. The zeview of shop drawings, daia and samples will be for general conformance �ith the design concept and Contract Documents. This is not to b� canstrued as: a. Permitting any departure from the Cantract requirements b. Relieving the Contractor af responsibility for any errors, including details, dixnensions, and materials c. Approving departures from details furnished by the City, except as otherwise pravided hez-ein 2. The review and appro�ral of shop drawings, samples or product data by the City does not relieve the Contractor from his/her responsibility with regard to th� fulfillment of the terms of the Contract. a. All risks of error and omission are assumed by the Contractor, and the Ciry will have no responsibility therefore. The Contractor remains responsible for details and accuracy, far coordinating the Work with all athez� associated wozk ax�d trades, for selecting fabrica�ion processes, for teehniques of assembly and for performing Work z� a safe zxkan�ex. � the shop dravvings, data or samples as submitted descziba vaziations and show a departure from the Contract req�irements which City finds to be in the interest af the City and to be so minor as not to involve a change in Contract Price or time for performance, the City may return the reviewed drawings without noting an exception. 5. Sub�xzittals will be returned to Che Contractor under I of the following codes: a. Code 1 1) "NO EXCEPT�ONS TAKEN" is assigned when there are no notltions or eommenYs on the submittal. a) WY�en returned under this code the Contractor may release the equipment and/or mat�rial for manufacture. b. Code 2 C1TY OF FORT WORTH STANBARD CONSTRUCTION SPSCII7ICA'fION llOCUMEN`1'S Revised December 20, 2012 2020 CONCRETE RESTORATION CONTRACT 4 City Project No. 1 p2596 013300-6 SUi3M1'I"I'ALS Page 6 vf 8 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 I7 18 19 20 2t 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 4a 41 42 43 44 45 46 47 A8 49 C cl. 1) "EXCEPTIONS N�TED". This code is assigned when a confirmation of the notatians and comments IS NOT required by the Contractor. a) The Contractor may release the equipment or material for manufacture; however, all notations and comments rriust be incorporated into the final producC. � Code 3 1) "EXCEPTIONS NOTED/RESLTBMIT". This combination of codes is assigned when notations and comments are extensive enough to rec�uire a resubmiEtal of the �ackage. x) The Contractor may release the equipment or material for manufacture; however, all notations and comrnents must be incorporated into the fina� product. b) This resubmittal is to address all comments, omissions and non-conforming items that were noted. c) Resubmittal is to be received by the City within IS Calendax Days of the daCe oi the City's transmittal requiring the resubmittal. Code 4 1) "NOT APPROVED" is assigned when the submittal does not meet ihe inte�t of tlae Contract Docuzaaents. a) The Cantractor musi resubmit the entire package revised to bring the submitial into confarmance. b) It rnay be necessary to resubmit using a different manufacturer/vendor to meet the Contract Documents. 6. Resubmittals a. Handled in the same manner as first submittals 1} Corrections other Chan reyuested by the Ciry 2) Marked with zevisian triangle ox ot1��r six�ilar �raaetk�od a} Ai Contractor's risk if not marked b. Submitials for each item will be reviewed na mare tha� twice at the C�ty's expense. 1) All subsequent reviews wiI� be performed at times convenient to the City and at the Contractor's expense, based on the City's or City Representative's then prevailing rates. 2) Frovide Contractor reimbursement to the City within 30 Calendar Days for all such fees iz�voiced by the City. c. The need for more than 1 resubmission or any otber delay in obtaizung City's �evi�w of submitials, wilI not entitle the Contractor to an e�tension of Conizact Ti me. 7. Partial Subrnittals a. City reserves the right to not review submittals deemed partiat, at the City's discretion. b. Submittals deemed by the City to be not complete will be returned ta the Contractor, and will be considered "Not Approved" until resubmitted. c. The City may at its option provide a Iist or mark the submittal directing the Contractor to the areas that are incomplete. S. Ii ihe Contractar cor�siders az�y corzect�an indxcated on t�e s�aop drawi�ags to constitute a change to the Contract Documents, then written no�ice must be pro�ided thereof ta the City at least 7 CaIendar Days prior ta release for manufacture. CTl'Y OP FOI2`1' WOR'�I STANDARD CONSTRUCTION 3PECIFiCA1'TON ]70CIIMLNT'S Revised December 20, 20I2 2020 CQNCRETE RESTQRATION CONTRACT Q City Project No. 102596 013300-7 SUI3M1'I"I'ALS Yage 7 of S 1 9. When the shop drawings have been completed to the satisfactian of the City, the 2 Contractor may carry out the construction in accordance therewith and no further 3 cha�ges tk�ezein except upon wz�tte� ix�structions from the City. 4 10. Each subrnittal, appropxiately coded, wzil be retuzn�d witbin 30 Cal.endaTr Days 5 following receipt o� submittai by the City. 6 L. Mock ups 7 1. Mock Up �nits as specified in individual Sections, include, but are not necessarily 8 limited to, complete units of the standard of acceptance for that type of Wark to be 9 used on the ProjecE. Remove at the completion o� the Work or when directed. 10 M. Qual'zfzcatzons 11 1, Tf specifically required in oiher Sections of these Specificat�o�►s, submii a P.E. 12 Certification for each item required. 13 14 15 16 17 18 19 20 N. Request for Tnformation (RFI} 1. Contractor Request for additianal information a. Clarification or interpretat�on of the contract documents b. When the Contractor believes there is a conflict between Contract Dacuments c. When the Contractor believes there is a conflict between the Drawings and Specifications 1) �de�ti�y tk�e conflict and zequest claz-ificatao� 2. Use the Request for Information (RFI) farm provzded by the City. 21 3. Numbering nf RFI 22 a. Pre�x with "RFI" followed by series number, "-xxx", beginning with "d1" and 23 increasing sequentialiy with each additional transmittal. 2A 4. Sufficient information shall be attached to permit a written response withaut further 25 information. 26 5. The City will log each request and will review the request. 27 a. If review of the project information request indicates that a change to the 28 Contract Documents is required, the City will issue a Field Order or CY�ange 29 Order, as appropriate. 30 1.5 SUBMITTALS [NOT USED] 31 1.6 ACTION SUBMITTALSIINFORMATIONAL SUBMITTALS [NOT US�D] 32 1.'� CLOSEOUT SUBMITTALS [NOT USED] 33 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 34 1.9 Qi7ALITY ASSURANCE [NOT USED] 35 110 DELIVERY, STORAGE, AND HANDLING [N�T USED] 3b 37 111 FIELD [SITE] CONDITIONS IN�T i�SED] 1.1� WARRANTY [NOT USED] CITX OF FORT WORTH 2O20 CO�TCRE1'� S2E5TORATIdiV CONTRACT 4 STANDARD CONSTRUCTION SPECiFICATION DaCUNIENTS Ci[y Projec[ No. 102696 Rc�iscd Dccembcr 20, 2012 013300-8 SUBMITTAiS Page 8 of & l PART �, - PRODUCT� [NOT US�D] 2 PART 3- EXECUTION �NOT U5ED] 3 END Or S�CTION � Revisian �.og DATE NAME SUMMARY OF CHANGE 12/20/2012 D. 7ol�nson 1.�F.K.8. Working T]ays modi�ed co Calendar Days CITY OF FORT WORTH 2O20 CONCRETE RESTORATION CONTRACF 4 STANDARD COiVSTRUCTION SPSCIFICATION DOCUMENTS City Project IJo. 102696 Revised Aecember 20, 2012 013513-T SPECIAL PROJECT P320CEDURES Page 1 of S 2 3 �'ART ]. - GENERAL 4 1.1 SUNIMARY 5 6 7 S 9 10 11 12 13 14 15 16 17 18 19 A. Section Includes: SECTION 0135 I3 SP�CIAT. PROJECT T'ROCEDURES 1. The procedures �or special pz�oject czz�cuznsta�aces ihat includes, but is not limited to: a. Coordination with the T'exas D�partxnent of Txansporiatiox� b. Work neax Hzg�a VoItage Lines c. Confined Space Entry Program d. Azz �ollutian Watch Days e. Use of Explosives, Drop Weight, Etc. f. Water Department Notification g. Public Notification Frior to Beginning Constniction h. Coordination with United States Army Corps of Engineers i. Coordination within RaiJxoad pez�xuts areas j. Dust Cox�tzal k. Exx�ployee �arking B. De�iations from this City of Fort Worth Standard Specification 1. None. 20 C. Related Specification Sec�ions inciude, but a�re not necessarily li�x�uted to: 21 1. Division fl— Bidding Requirements, Contract Forms and Conditions of ihe Contraet 22 2, Division 1— Generai Requirements 23 3. Section 33 12 25 — Connection to Existing Water Mains 24 1.2, PRICE AND PAYMENT PRQCEDURES 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 A. Measurement and Payment 1. Caordination within Railroad permit areas a. Measurement l) Measureznent for this Item will be by lump sum. b. Payment 1} The work performed and materials furnished in accordance with this Item will be paid for at the lump sum price bid for Railraad Coorciination. c. The price bid shall include: 1 } Mobilization 2} Inspectian 3} Sa%ty �raining 4) Additional Znsurance 5} Tnsurance Certificates 6} OtYzer requirements associated with general coordination with Railroad, including addrtional employees required to protect the right-of-way and property of the Railroad from damage arising out of andlor from the const�uction of the Project. 2. Railraad Flagmen CITY OF ROR'1' WORTH 2O20 CQNCRE'I'E RESTORATEON CONTI2ACT 4 ST'A3VIaARD COIVSTRUCTiON SPECIRICATIp1�I DOCUME,NTS City Pxoject Na. 102b96 Revised December 20, 2012 Ol 35 13 - 2 SPECIAL PROJECT PROCEDUI:ES Page 2 af S 1 2 3 4 5 6 7 8 9 10 ll 12 13 a. Measuxeznent 1) Measuzement for this �tem will b� per working day. b. Payment 1} The wark �erformed and matezials fux�ished ir� accordance with this Itezx� will be pard for each working day that Ra�lroad Flagmen are pzesent at the Site. c. The price bid shall inclucle: 1) Coordination for scheduling flagmen 2) Flagmen 3) Oiher requirements associated with Railroad 3. All oth�r it�z�r�s a. Work associated with tl�ese Items is considered subsidiary to the various Items bid. No separate payment wzll be allow�d for ihis Item. 14 1.3 REFERENCES 15 A. Reference Standards 16 1. Reference standards cited in this Speci�icatian refer to the current refezez�ce l7 standard published at the time of the latest revision date logged at the end of this l8 Specification, unIess a date is specificaliy cited. I9 2. Health and Safety Code, Title 9. Safety, Subtitle A. Public Safety, Chapter 752. 20 High Voltage Overhead Lines. 21 3. North Central Texas Council of Governments (NCTCOG) — Clean ConstructiQn 22 Specificatzon 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 1.4 ADMINISTRATIVE REQUIREMENTS A. Coordination with the Texas Department of Txansportation 1. When work in the right-of-way which is under the j�risdiction of the Texas Department of Transportation (TxDOT): a. Notify the Texas Department of Transportation prior to commencing any work therein in accordance with the provisions of the permit b. AIl work perfoxx�aed in the TxDOT xight-of-way shall be perFormed in cozn�pliance wiih and subject to approval from the Texas Department of Transpartation B. Wark near High Voltage Lines 1. Regulatory Requirernents a. AZl Work near High Voltage Lines (more than 6Q0 volts measured between conductors or between a conductor and the ground) shall be in accordance with Health and Safety Code, Title 9, Subtitle A, Chapter 752. 2. Warning sign a. Provide sign oi suificient size meeting all OSHA reyuirements. 3. Equipment operating within 10 feeC of high voltage lines will require the following safety f�atur�s a. Insulating cage�type of guard abaut the boom ar arm b. Insulator links on the lift hook connections for back hoes or dippers c. Equipment must meet the safety requirements as set forth by OSHA and the safety requirements of the awner of the high voltage lines �. Work within 6 feet of high voltage electric lines CTi'Y OF FORT WOKTH 2O20 CONCRETE RESTORATION CONTRACT 4 STANDARD CONSTRUCTION SPECIFICATION DOCUMENI'S City Projec[ No. 102696 Revised Decem6er 20, 2072 OI3513-3 SPECIAL PROJECT PROCEDURES Page 3 of 8 1 2 3 4 5 6 7 8 9 10 11 12 13 ]4 15 16 l7 1$ 19 20 27 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 4] 42 43 44 45 a. NotiFication shall be given to: 1) The pawez corripany (example: ONCOR) a) Maintain an accuraEe log of all such calls to power company and record action taken in each case. b. Coordinatian with pawer company 1) After notification coordinate with the power cor�pany to: a) Erect temporary mechanical baz-riers, de-enexgize the lines, or xai�s� or lower tl�e lines c. No personnel may wark within 6 feet of a l�igh voltage line before the above requirements have been met. C. Confined Space Entry Program I. Provide and follow approved Confined Space Entry Frogram in accordance with OSHA requirements. 2. Confined Spaces include: a. Manholes b. All other confined spaces iz� accordance with 4SHA's Permit Required for Confined Spaces D. Air Pallution Watch Days 1 2. General a. Observe the following gurtdelines relating to working an City canstruction sites on days designated as "AIR POLLUTION WATCH DAYS". b. Typical Ozon� Seaso� 1) May l tk�z'ough October 31. c. Critic�l Emission Time 1) 6:00 a.m. to 10:00 a.m. Watch Days a. The Texas Cominission on Environmental Quality {TCEQ}, zn cooxd'z�ation wi�h the National Weathez� Service, will 'zssue the Air Pollution Watch by 3:00 p.zn. on tk�e a�ternoon prior ta the WATCH day. b. Requirements 1) Begin wark after 10:00 a.m. whenever canstruction phasing requires the use of motorized equipment for periods in excess of 1 hour. 2) Howe�er, the ConCractor may begin work priox to 10:00 a.zaa. if: a) Use of zx�otozized equipment is less than 1 hour, or b) Zf equipz�ent as new and certified by EPA as "Low Emitting", or equipment burns Ultra Laver Sulfur Diesel (ULSD}, diesel emuisions, or alternati�ve fuels such as CNG. E. TCEQ Air Perrnit 1. Obtain TCEQ Air Permit for construction activities per requirements of TCEQ. F. Use of Explosives, Drap Weight, Etc. 1. When Contract Documents permit on the pxojeci the following will apply: a. Public Noiification 1) Submit notice to City and proof of adequate insurance coverage, 24 hours prior to cammencing. 2) Minimum 24 hour public notification in accordance with Section 01 31 13 4b G. Water Depar�ent Coordination CTiY OF FORT WORTH S'T'ANT�ARII CONS'1'I2UC�ON SPECTFIC A,'I'I�N DOCUMENTS Revised December 20, 2012 2020 CONCRP.TF RF.STORATION CONTRACT 4 City Project I�o. i U26)6 013513-4 SPECIAL PROJEC'i' PROCEDURES P�ge 4 of 8 I 1. During the construction of ilais project, ii wzxl be rzecessary to deactivate, foz a 2 peniod of time, existing lines. The Cantractor shall be required to cpardinate �ri+ith 3 the Water Departrnent to determine the best times for deactivating and activa�ing 4 those lines. 5 2. Coordinate any event that will require connecting to or t�ie operation of an existing 6 City water line system with the Caty's representative. 7 a. Coordination shall be in accordance with Section 33 12 25. 8 b. If needed, obtain a hydrant water meter from the Water Department for use 9 during the life of named project. 1� c. In the event that a water valve on an existing Iive system be turned off and on 11 to accoznzxzadate tk�e canstruction of ihe project is requixed, coord'znaie this 12 aciivity through the appropriate City representative. ]3 1) Do not operate water �ine valves of e�sting water system. I4 a) �'ailure to comply will render the Contractor rn violation of Texas Penal 15 Code Title 7, Chapter 28.03 (Criminal Mischief) and the Contractor 16 will be prosecuted to the full extent of the Iaw. 17 b) In addition, the Contractor wiIl assume all liabilities and 18 responsibilities as a result of Chese actions. 19 H. FubLic NaCi�cation Priar to Beginning Construciion 20 1. Frior to beginning construction an any block in the project, on a biock by bloc�C 21 basis, prepar� and deliver a natzce oz �yer of the pendin� construction to the frant 22 door of each residence or business that �vilI be impacted by construc�ion. The notice 23 slaall be prepared as follaws: 24 a. Post notice or flyer 7 days prior to beginning any construction activity on each 25 block in the project area. 26 1) Prepare flyer on the Contractor's letterhead and include the following 27 inFormation: 28 a) Nazne of Project 29 b} City �roject No (CPN} 30 c) Scope of Project (i.e, type of construction activity) 31 d) Actual canstruction duration within the block 32 e) Name of the contractor's foreman and phone number 33 fj Na�ne of the City's inspector and phane number 34 g} CiCy's afCer-hours phone number 35 2) A sample of Che `pre-construct�on notificatzon' flyer is attached as Exhibit 3b A. 37 3) Subz�r�it schedu7e showin� the construction start and finish time for eaeh 38 block of t�e project to the ir�spector. 39 4) DeIiver flyer to the City Tnspector for review priar to distribution. 4p b. No construction will be allowed to begin on any block until the flyer is 41 delivered to aIl residents of the block. 42 L Public Notification of Temporary Water Service Interruption during Construction 43 1. In the event it becomes necessary to tempararily shut down water service to 44 residents or businesses djaring construction, prepare and deliver a natice or flyer of 45 the pending interruption to the front doox of each affected z�esideni. 46 2. Prepared notic� as follows: A7 a. The natification or flyer shall be posted 24 hours prior to the temporary 48 interruption. CITY OF FORT WORTH 2D20 CONCRET'E i2ESTOTiA1"lON CONTI2AC"P 4 STANDARD Cp3�STRUCTION SPECII�ICA'fION DOCUMENTS City Project Na 102696 Revised Dec:emher 20, 2012 0135]3-5 SPECIAL PR07ECT PROCEDURES Page 5 af S I 2 3 4 5 6 7 8 9 10 I1 12 13 J.4 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 b. Prepare flyer on the cantractor's leiierhead anci include the follovaing information: 1) Name of the project Z) City Project Number 3) Date of the interruption of service 4) Pexiod ihe intaz�ruption wzll ta�� plac� 5) Nazr�e of tk�e coniractoz�'s foreman and phone number 6) Name of the City's inspector and phone number c. A sample of the temporary water service interruption notification is attached as E�hibit B. d. Deliver a copy of the temporary interruption notifica�ion ta the City inspector ior review priar to being distributed. a. Na iz�tezxuption of water service can occux until the £Iyer has been delivered to all affect�d residents a�ad buszness�s. f. Electranic versions of the sample flyers can be obtained from the Projeci Construction Inspector. J. Coordinat�on with United States Army Corps of Engineers (USACE) 1. At locations in the Project where construction activities occur in areas where USACE permits are required, meet all requirements set forth in each designated permit. K. Coordination within Railroad Perz�t Areas 1, At locations in the project where construction activities occur in areas where raikaad permiYs are required, meet aII reqr�irements seY farCh in each designated railroad permit. This includes, but is not lirr�ted to, provisions for: a. Flagmen b. Inspectars c. Saf�ty training d. Additional insurance e. Insurance certificates f. �ther employees required to protect the right-of-way and properry of ihe Railroad Company from damage arising out of and/or from the constraction of the project. Proper utiliry clearance procedures shall be used in accordance with the pezz�it gui�eliz�es. 2. Obtain any supplemental information needed to comply vvith ihe railroad's re�uirements. 3. Railroad Flagmen a. Submit receipts to City for verification af warking days that railroad flagmen were present on Site. L. Dust Con�•ol 1. Use acceptable measures to control dust aC the Site. a. Jf watex is used ta control dust, capture and pzoperly dispose of waste water, b. Tf wet saw cutiing is perForined, capture and properly dispose of slr�rry. M. Employee Parking L Provide parking for employees at locations approved by the City. CITY OP FORT WORTH STANDARD CpNSTRUCTION SPSCIFICATION DOCUMENTS I2evised Aecembex 20, 2012 2020 COIVCRETE RESTORATION CONTAACT 4 City Project No. 102696 0135i3-6 SPEC�AL PROTF,CT P120CEDURES Page 6 of 8 T L5 SLTBMITTALS [NOT USED] 2 1.6 ACTION SUBMITTALSIINFORMATIONAL SUBMITTALS INOT USED] 3 1.'7 CLOSEOiTT SUBMITTAL� [NOT USED] 4 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 5 1.9 QUALITY A�SURANCE [NOT USED] 6 1.10 D�LIV�RY, STORAGE, AND HANDLING [NOT USED] 7 1.11 FIELD [SIT�� CONDITIONS [NOT USED] 8 1.12 WARRANTY [NOT USED] 9 PART � - PRODUCTS [NOT USED] 10 PART 3- EXECUTION [NOT IISED] 11 12 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE l.4.B — Added requirement of compliance witl� Health and Safety Code, Title 9. 8/31/2012 1�. JoEu�son Safeiy, Subtitle A. Pub�ic Safety, Chapter 752. High �7oltage Overhead Lines. 1.4.E — Added Contractor responsibility foz obtaining a'i'CEQ Air Pezmit 13 C1TY pF FQRT WORT�1 2U20 CONCRETE RESTORATION CONTRACT 4 STANDA1tD CONS1'It1UC"1'ION SPEC�ICA�'IO�T DOCUN[FN'I'S Ciry Praject No. 10269G Revised December 20, 2012 013513-7 SPECIAL PRO]ECT PROCEDURES Pagc 7 uP 8 1 2 3 4 5 6 7 8 9 lo ll 12 13 14 15 16 17 ]S 19 24 2I 22 23 2A 25 26 27 28 29 3a 31 32 33 34 35 36 37 Date: CPN No.: !'roject Name: Map�co Locatian: Limits of Construction: EXH�B�T A {7p be prin�ed on Contractor's Letterhead) - - - - - - � 'I �i II I I I � i � I THIS IS TU INFORIV� YOU THAT UNDER A COiVTRACi W1TH TH� CITY Q� FORT WORTH, OUR C�flAPANY WILL WORK ON UTILITY L1N�S ON OR AROUND YOUR PROP�RTY. CONSTRUCiION WI�L BE�IiV APPROXIMATELY SEVEN DAYS FROfUI THE DATE OF YM[S IVOTICE. IF� YQU HAVE QUESTIOIVS AB4UT ACCESS, SECURITY, Sr4FETY OR AiVY OTMER 1SSUE, PLEASE CALL: lh�r. �CONTRACTOR'S SUPERiNTENDENT� AT �TELEPHON� IdO.� OR �flll`. cCi7Y IIVSPECTOR� AT � �'�����oN� 1vo.� AFT�R q�:30 PNY OR ON WEEKENDS, PL,EASE CALL (817) 392 8306 PLEASE KEEP TNlS FLYER HANDY WHEN YOU CALL ci•r� a� �ox�r wox�rx STANDARD CONSTRiJCTTON SPECiFICATION DOCUMENTS Revised Becem6ex 20, 20i2 2020 CONCRETE RESTORATION CQNTRACT 4 City Yroject Nv. 102696 Oi3513-5 SPECIAL PR07ECT PROCEDURES Page 8 of S 1 t� EXHIBIT B �'���r �o��rx �: ; : . , �� .. i ��'��F �F '��i��ARY �Ili'�1�� Si�1�P�iIC� ��`i �R�[����i� �UE T'O L3TSLITY INIYTtOV�14IENTS IN YOT71t 1riEIGHBORHOOD, 'YdiJIi 'I�VA,TER 3ERVICE V1'II.C. 8E INTERRUPTED d1Y SETWEEN TF�E �YOUli3 4F AND IF �'QU HAVE QUES'tiONS AB4UT THIS SHUT-QU'[', PLEASE CAY,T.: MR. AT (CO1HT'ItA,CTORS SiIPERINTEN�EN1� {'TELEPHOIV� NIiMB�Ii) OIi Mii. (CITY TNSPEC'iQR) AT (T`LLEPHQNE N[3MBER) THIS I�ICd1VV�1�IIENC� WILL BE AS SHOR�' AS POSSIBLE. TIiA1�iK YOTJ, CpNTRACI'OR 3 4 C1TY OF FORT WORTH STANDARD CONS`1'RUCTION SPECIPICATION DOCUMEIVTS Revised December 20, 20i2 2D20 CONCR�'� RESTORA'['ION COIVTRACT 4 City Project No. 102696 014523-1 T�5T1NG AND TNSI'�CTION SERVIC�S Page 1 of 2 z 2 3 PART1- GENERAL 4 1.1 SUMMARY 5 6 7 8 9 10 11 12 1.2 l.3 14 15 16 17 18 19 zo 21 22 23 24 25 1.3 sEc rroN oi as 2� TESTING AND INSP�CTION SERVICES A. Section Tncludes: 1. Testing and ir�spection services procedures and coordination B. Deviations from Yhis City of Port Worth Standard Specifica�ion 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements PRICE AND PAYMEN`l' PROCEDURtiS A. Measuzez�nez�t and Payment 1. Wozk associated with this Item is considered subsidi�ry Eo the �arious Ttems bid. No separate payment will be allowed for this Item. a. Contractor is responsible for performing, coordinating, and payment of all Quality Control testing. b. City is responsibie for perfozxning and payxr�ent for fizst s�t of Quality Assuz�ance testing. 1) If the �irst Quaiiiy Assurance test performed by the City fails, the Contractor is responsible for payment of subsequent Quality Assurance test�ng until a passing test occurs. a} Final acceptance will not be issuec� by City un�il alI required payments for testing 6y Contractor have been paid in full. REFER�NCES [NOT USED] 26 1.4 ADMINISTRATIVE REQUIREMENTS 27 28 29 30 31 32 33 34 3S 36 37 38 A. Testing 1. Complete testing in accordance with the Contract Documents. 2. Coardination a. When testing is required to be perFormed by the Ciry, notify City, sufficiently in advance, when testing zs needed. b. When testing is required to be coznipl�ted by thc Caniractox, nati�y City, suf£�iczently in advance, that testing will be performed. 3. Distribution of Testing Reports a. Eiectronic Distribution 1) Confirm development of Project directary for eiectronic submittals to be upioaded to City's Buzzsaw site, ar another external FTF site appro�ed by the City. C1TY OF FORT WORTH 2O20 CONCSik,''I'E ItESTORA'S'IO1V CON'I'I2AC'�` 4 S'1'ANDARD CONSTRLTCTION SPL;CIFFCATION DOCUMENTS City Project 1�To. 102696 Revised .Fuly ], 2Q11 014523-2 TESTINCx E#NA 1NSPECTIpN SERViCES Page 2 af 2 1 2 3 4 5 6 7 8 9 i0 ll 12 I3 14 2) Upload test reparts to designated project directoiy and notify appropriate City representatives via email of submittaI posting. 3) Haz�d Copies a) 1 copy for all submittals submitted to the Project Representative b. Haxd Copy Dzsiributzon (�f requzred zn Iieu of elecironic distribution) 1} Tests performed by City a) Distribute 1 hard capy to the Contractor 2) Tests performed by the Contractor a) Distribute 3 hard copies ta City's Project Representative A. Provide City's Project Representative with trip tickets for each delivered load of Concrete or Lime material including the following information: a. Name of piC b. Date of delivery c. Materzat delivered 15 B. Insgection 16 l. Inspection or lack of inspectian does not relzeve the Co�izactoz frorn obligation to 17 perforrn work in accordance with the Contract Documents. 18 l.� SUBM�TTALS [NOT USED] 19 1..5 ACTION SUBM�TTAL�I�NFORMATXONAL SUBM�TTALS [NOT USED] 20 1.7 CL4SEDUT �UBMITTALS [NOT �CTSED] 21 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 22 19 QUALITY ASSURANCE [NOT USED] 23 1.1U DELIVERY, STORAGE, AND HANDLING [NOT USED� 24 25 1.11 FIELD [SITE] CONDITION� �NOT USED] 1.1� WARRANTY [NOT US�D] 26 PART � - PRODUCTS [NOT USED] 27 PART 3- EXECIITION [NOT USED] 28 29 END OF SECTION Ravision Log DATE NAME SUMMARY OF CHANGE 30 C1TY pF FORT WpRTH 2D20 CONCRETE RESTORA'PION CONTRAC'd' 4 STA1V17ACz17 CONS"I'TtiJCTTON SPLC1kICATION I70CiJ]vIENTS Ciry Project No. 102696 Revised 7uly l, 2011 ois000-i TEMPQRARY FACILFCIES AND CONTftOLS Page 1 of 4 1 2 SECTION 0150 OU TEMPORARY FACILITIES AND CONTROLS 3 PART1- GENERAL � 1.1 SUMMARY 5 A. Sec�ion Includes: b l. Provide temparary faciIities and conh•ols needed for the Work including, but not 7 n�cessarily limited to: 8 a. Temporary utilities 9 b. Sanitary facilities 10 c. Storage Sheds and Buildings 11 d. Dust control 12 e. Temporary fencing of the construction site 13 B. De�riations from this City of Fort Worth Standard Specifica�ion 14 �. None. 15 C. Related Specification Sectians include, but are not necessarily limited to: 16 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 17 2. Division 1— General Requirernents 18 1.� PRICE ANll PAYMENT PROCEDURES 19 A. Me�suremenY and Payment 20 I. Work associated vvith this Item is considered subsidiary to the various Items bid. 21 No separate payment will be allowed for this Item. 22 1.3 REFERENCES [NOT USED� 23 1.4 ADMINiSTRATIVE REQUIR�M�NTS 24 25 26 27 28 29 30 3l 32 33 34 35 36 37 38 39 40 A. Tez�rzpozary Utilities 1. Obtaining Temporary Service a. Make arrangements with utility service companies for temporary services. b. Abide by rules and regulations of utility service companies or authorities having jurisdiction. c. Be responsible for utility service costs until Work is approved for Final Acceptance. 1) Included are fuel, power, light, heat and other utility services necessary far execution, campletian, testing and initial operation of Work. 2. Water a. Contractor to provide water required for and in connection with Work to be performed and for specified tests af piping, equipment, devices or other use as required for the completion of the Work. b. Frovide and maintain adequa�e supply oi potable water for domestic consumptaon by Contxaciaz pexsonnel and City's Pzoject Reprase�tatives. c. Coordination 1) Contact City ��week before water for construction is desired C1T'Y OF POIZ'�' WOR'SH 2O20 CONCRETE RESTpRA'I`IO�T C0�2ACT A STAi�TDARD CONSTAUCI'IQN SPECIFICATION DQCEJMENTS City Projec[ No. i02696 Revised July 1, 201 I oi s000-z TEIvIPORARX FACiLTT1ES AND CONTKOLS Page 2 of 4 1 2 3 4 5 6 7 8 9 ia 11 12 13 14 IS 16 17 18 l9 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 QA- d. Contractor Payment for Construction Water 1) Obtain construction water meter from City for payment as billed by City's established rates. 3. Eiectricity and Lighting a. F�ovide and pay for electric powered service as required for Work, including testing of Work. 1} Provide power for lighiing, opez�atzan of equzpz�rxeni, oz otk�er use. b. Electric pawer service includes temporary power service or generator ta maintain operations during scheduled shutdown. 4. Te�ephone a. Provide emergency telephone service at Site for use by Contractor personnel and others performing work ar furnishing services at Site. 5. Temporary Heat and Ventiiation a. Provide temporary heat as necessary for protection or completion oi Wark. b. Provide temporary heat and ventilation to assure saf'e woz�kin.g conditions. B. Sanitary Facilities l. Provide and ziaair�taix� sanitary faciIiiies for persons an Site. a. Comply with regulatians of State and local departtnents of health. 2. Enforce use of sanitary faciIities by construction personnel at job site. a. Enclase and anchor sanitary faciIities. b. Na discharge wi�l be allowed from these facilities. c. CoIlect and stare sewage and waste so as not to cause nuisance or health problem. d. Haul sewage and wasCe off-site at no less than wee�y intervals and properly dispose in accordance with applicable regulation. 3. i.ocate facilities near Work Site and keep clean and maintained throughout Project. 4. Remove facilities at completion of Project C. Storage Sheds and Buildings 1. Provide adequately ventilated, watertight, weatherproof storage facilities with floor above ground Ievel for materials and equipment susceptible to weaCher damage. 2. Storage of materials not susceptible to weatk��z dazx�age rnay be on blocks off ground. 3. Star� znatex�als in a neat and orderly manner. a. �lace materials and equipment to permit easy access for idenkification, inspectaon and inventory. 4. Equip building vvith lockab�e doors and lighting, and provide electrical service for equiprnent space heaters and heating or ventilation as necessary to provide storage environments acceptable to specified manufact�rers. 5. FiII and grade site for temporary structures to provide drainage away from temporary and existing buildings. 6. Remove building irom site prior io Fix�al Accepiance. D. Temporary Fencing 1. Provide and nnaintain for the duration or construction when required in contract documents 95 E. Dust Control C1TY OF FORT WOI2� STANDAKD CONSTRUCTION SPECIFICATION DOCIJIvIBN'I'S Revised 7ufy 1, 2D1I 2D20 CONCRETE RESTORATION CONTRACT 4 City Project No. 102696 1 2 3 4 5 6 7 S 9 O1S000-3 T'SMPORARY FACII.,IT�S AI�ID CONTROLS Page 3 of 4 1. Contractor is responsible �or maintaining dust controJ. tbxaugh the duration of t�e proj ect. a. Contractor remains on-call at all times b. Must respond in a�imely manner F. Temporary Protection of Construction 1. Contractor or subcontractors are responsible for protec�ing Work from damage due to weather. 1.5 SUBMITTALS INOT USED] 1.6 ACTION SUBMITTALSI�NFORMAT�ONAL SUBMXTTALS [NOT USED] 10 l.i CLOSEOUT SUBMITTALS rNOT U�ED] 11 1,8 MAINTENANCE MATEAXAL SUBMY t 1'ALS [NOT USED] 12 ],9 QUALXI`Y ASSURANC� [NOT USED] r 3 1.IQ DELIVERY, STORAGE, AND HANDLING [N�T USED] r4 1.11 FIELD [SITE] CONDITIONS [NOT USED] 15 112 WARRANTY [NOT USED] 16 PART � - PRODIICT5 [NOT U�ED] 17 PART 3- EXECUTION [NOT USED] 18 31 INSTALLERS [N4T US�D] 19 3.2 EXAMTNATYON [NOT USL+"D] 20 3.3 PREPARATIQN [NOT U,SED] 21 3.4 INSTALLATION 22 A. Temporary Facilities 23 l. Maintain aTl temporary facilities for duration of construction activi�ies as needed. 2� 3.5 [REPAIR] / [RESTORAT�ON� 25 3.6 RE-INSTALLATXON 26 3.7 TIELD [oR] SITE QUALITY CONTROL [NOT iF,SEDI 27 3.8 SYSTEM ,�TARTUP [N�T LTSED] 28 3.9 ADJUSTING [NOT USED] 29 310 CLEANING [NOT USED] 30 3.11 CL05EOUT ACTIVITILS 3I A. Temporary �'acilities C1TY OF FORi' WORTH 2O20 CONCRETE RSSTORATION CONTRACT 4 STAN7JAT2D CONS'I'I2UC'I'ION SPk?C�i CATTON DpCUMENTS City Project No. 1U2696 Revised July 1, 20l 1 p15000-4 'S'E1VI1'OAATZ'Y NACTI,1TiES AND COIVTROI.S Page 4 of 4 1 1. Remove all temparary facilities and restore area after completion of the Work, to a 2 condition equaI to or better than prior to start of Work. 3 3.12 PROTECTION [NOT USED] 4 3.13 MAINTENANCE [NOT USED] 5 3.14 ATTACHMENTS [NOT USED] 6 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH 2O20 CONCRETE RESTpRA'J'�OIN CO�T'I'RACT 4 STANDARD CONSTftUCTION SYEC�ICATION i�OCUMENTS City Project No. ID2696 Revised .luly 2, 2011 oiss26-i sr�z:�x as� ����r a�v�o z�onz�xc��oz�s �ro �rz�.��c cozv�rxoU Page 1 of 3 1 2 S�CTION 0155 2�r STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL 3 PART1- GENERAL 4 1.1 SUMMARY S A. Section includes: fi 1. Administrative procedures for: 7 a. SEreet Use Permit 8 b. Modification of approved traffic control 9 c. Removal of Street Signs 10 B. Deviations from this City of Fort Worth Standard 5pecification l l 1. None. 12 C. Relatad Specificatao� Sections include, but are nat necessarily limited to: 13 1. Division 4— Bidding Requirements, Contract Forms and Conditions of the Confiract 14 2. Divisian 1— General Requirements 15 3. Section 34 71 13 — Traf�c Control 16 1.� PRICE AND PAYMENT PROCEDi.TRES 17 A. Measurement and Fayment 18 1. Wark associaied with tlais Iiem is conszdez�d subsidiary to the various Ztems bid. l 9 No separate payment will be allowed far this Ttem. 20 1.3 REFERENCES 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 3fi 37 38 A. Reference SEandards 1. Reference standards cited in this specification refer Co fihe current reference standard published at the �ime of the latest revision date logged at the end of this specificataon, u�less a dat� is specificaliy cit�d. 2. Texas Manual on Uniform Traffic Cantrol Devices {TMUTCD). 1.4 ADMINISTRATIVE REQUIREMENTS A. Traffic Cantrol 1. General a. When traf�c control plans are included in the Drawings, provide Traffic Contral in accordance with Drawings and Sectic�n 34 71 I3. b. When traf£�c cont�rol plans aze not included �n ihe Dzawings, pz�epare traf�Zc controJ. p�ans in accordance wztk� Section 34 7J 13 and submit to City foz review. 1) Allow minimum IO working days for re�iew of proposed Traf�c Control. I3. Street Use Permit 1. Prior to installation of Traffic Controi, a City Street Use Permit is required. a. To obtain Street Use Permit, submit Traffic Control Flans to City Transportation and Fubiic Works Department. C1TY OF FORT WORTH 2O20 CONC12�� T2�S'�"d12A"1'TOIV CON'I'RA,CT 4 STANI}ARD COAISTRUCTION SPECIFICATiON DOCUMENTS City Project No. ] 02696 Revised ]uly 1, 2011 O15526-2 STREET' C1SL PE1ZM�f A3�iD MOYJll7TCATIONS 1"O T12APPIC CQN`I'ROL Page 2 af 3 1 2 3 1) Allow a rninimum of 5 working days for pernut review. 2) Contractor's responsibiiity to coordinate review of Traffic ControZ plans for Street Use Permit, such that construction is nat delayed. 4 C. Modifica�ion to Approved Traffic Control 5 1. Frior to installation traffic control: 6 a. Submit revised traific control plans to City Department Transportation and 7 Pub�ic Works Department. 8 1) Revise Traffic ContxoJ. plans in accordance wzth Sectzor� 34 7J 13. 9 2) Allow minimum 5 worl�ing days for revievv of revised Traffic Control. l4 3) It is the Contractor's responsibility to coordinate review of Traffic ControZ I1 plans for Street Use Permit, such that construction is not delayed. 12 D. Removal of Street Sign 13 I. If it is determined that a street sign must be removed far construction, then cantact 14 City Transportation and Public Works Department, Signs and Markings Division to l5 remove the sign. I6 17 18 19 24 21 22 23 24 25 E. Temporary 5ignage 1. Tn tk�e case of regulaiory signs, replace perrnanent sigz� wzth teznporary sign zneeting requirements of t�e latest edztion of the Texas Manual on Uniform Traffic Contral De�vices {MUTCD). 2. lnstaIl temporary sign before the removal of permanent sign. 3. When consEruction is complete, to the extent that the permanent sign can be reinstalled, contact the City Transportation and Public Works Department, Signs and Markings Division, to reinstall the permanent sign. F. Traffic Control Standards 1. Traffic Control Standards can be found on the City's Buzzsaw webszte. 26 1.5 SUSMITTALS [NOT U5ED] 27 1.6 ACTION SUBMITTALS/INFORMAT�ONAL SUBMITTAL� [NOT USED] 28 I.i CLOSEOUT SUBMTTTALS [NOT USED] 29 1.8 MA�NTENANCE MATERTAL SUBMYTTALS [NOT USED] 30 l.9 QUALZTY ASSURANCE [NOT U,SED] 31 1.10 D�LIVERY, STORAGE, AND HANDLIlVG [NOT USED] 32 1.1 � TT�LD tSIT�] CONDITIONS [NOT USED� 33 1.12 WARRANTY [N�T LTSED] 34 PART 2- PRODiTCTS [NOT USED] 35 PART 3- EXEC[TTION [NOT USED] 36 END OF SECTION CT"f"Y OP F'OT2T WOR'� 2D20 CONCRETS RESTpRATIpI+i CQNTRACT A STAiVDARD CONSTRUCTION SPECIFICATIQN DOCUMBNTS Ciky Project No. 102696 Revised luly 1, 2011 015526-3 STREET USE PERIvII'I' A,ND MOAIk'�CF�'I'IO�TS 'I'O'�ZAk�IC CON'I'IZOL Page 3 of 3 Revision Lag DA'�"E NAME SUMMARY OF CHANG� C�'1"Y OF FO1tT' W012"1"H 2O20 CONCI2�TE TLES 1"OTLA"I'IOl�i CO1V`fRACT 4 STANDARD CONSTRUCI'ION SPECIRICATION DOCUMEN'f'S City Projc;cC No. 10264G Revised July 1, 2011 D15713-1 STORM WATF.R POLLUTION PKEVENTION P�ge 1 of 3 1 2 SECTION 01 S'� 13 STORM WATER POLLUTT�N PREVENT14N 3 PART l. - GENERAL C�l��.Yi�► �_►T���'� S 6 7 8 9 10 11 12 13 A. Sectian Includes: i. Procedures for Storm Water PalIution Prevention Plans B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification 5ections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, ContracE Forms and Conditions of the Contract 2. Division 1— General Requiremenis 3. Section 31 25 a0 -- Erosion and Sediment Cantrol 14 1.�, PRICE AND PAYMENT PROCEDURES 15 16 17 I8 19 20 A. Measurement and Payment 1. Construction Activities resulting in less than 1 acre of disturbance a. Work assaciated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 2. Construction Activities resuliing in greater than 1 acre of disturbance a. MeasuremenC and Payment shall be in accordance with Section 31 25 00. 21 1.3 REFERENCE� 22 A. Abbreviations and Acronyms 23 1. Notice af Intent: NOI 24 2. Notice of Termination: NOT 25 3. Storm Water Pallution Frevention Flan: S WPPP 26 4. Texas Commission on Environmental QuaIity: TC�Q 27 5. Notice of Change: NOC 28 A. Re%rence Standards 29 1. Reference standards ciied in this Specificafiion reFer to the current reference 30 standard pubLished at the tizne of the J.atest revasion date logg�d at the end of this 31 Specificatian, unless a date is specifically cited. 32 2, rntegrated Storm Management (iSWM) Technica� Manual for Constructian 33 Controls 34 1.4 ADMINISTRATIVE REQUIREMENTS 35 A. General 36 1. Contractor is responsible for resolution and payment of any fines issued associated 37 with compliance to Stormwater Pollution Prevention Plan. CiTY' OF FORT WORTf� 2020 CONCI2ETE I2LS'T'012A'TTO1V CON'PRACT 4 S"I'ANDARD CONSTRUCI'ION SPECTFICATTON DOCLTMENTS City Project Nv. i 02696 Revised J�Iy 1, 2011 0157I3-2 S`1"ORM'WAT'E12 POLL�[JTxON YREV�NT[ON Page 2 of 3 1 2 3 4 5 b 7 8 9 10 11 12 13 14 15 16 17 1$ 19 20 2l 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 B. Construction Activities resulting in: 1. Less than 1 acre of disturbance a. Frovide erosion and sedimen� control in accordance with Sec�ion 31 25 00 and Drawings. 2. ]. to less than 5 aczes of disturbance a. Texas Po1luYant Discharge Elimination System {TPD�S) General Construction Permit is required b. Complete SWPPP in accordance with TCEQ requirements 1) TCEQ Small Construction Site Noiice Required under general permit TXR150000 a) Sig�a and post at job szte b) Priar ta Preconsiruction Meeting, send 1 capy to City Depariment af Transportat�on and Public Works, Environmental Division, (817) 392- b088. 2} Provide erosion and sediment contr�I in accardance with: a) Sec�ion 31 25 40 b) The Drawings c) TXR150000 General Permit d) SWPPP e) TCEQ requirements 3. S acres or more of Disturbance a. Texas Pollutant Discharge Elimina�ion System (TPDES} General Constructian Permii is required b. Complete SWP�P in accoxdance with TCEQ requirezxients l.} Prepare a TCEQ N�I form and submit to TCEQ along witE� reqaired fee a) Sign and post at job site b) Send copy to City Department of Transportat�on and Public Works, Environmental Div�sion, {817) 392-6088. 2) TCEQ Notice of Change required if making changes or updates to NDI 3) Provide erosion and sediment control in accordance with: a) Section 3 J. 25 00 b) The Drawings c) TXRI500Q0 General Permit d) SWPPP e) TCEQ requirements 4) Once the project has been completed and all the closeout requirements of TCEQ have been met a TCEQ Notice of Termination can be subrnFtted. a) Send copy to City Department of Transportation and Public Works, Environmental Dit�ision, {817) 392-6088. 40 1.5 SUBMITTALS 41 42 43 44 �5 46 47 A. SWPPP 1. Submit in accordance wit� Section 01 33 �0, except as stated herein. a. Prior ta the Freconstr�c�ion Meeting, submit a draft copy of SWPPP to the City as follows: 1) 1 copy to ihe City Praject Managex a) Ciiy �roject Managez- will forward to the City Department of Tr�nsportation and Public Works, Environmental Division for review CETY Of� FQRT WOR1'H 2p20 CONCRE'I'E RESTORA'I'I�1V CONTRACT 4 STANDARD CONSTRUCI'iON SPEC3FICATION DOCUMENTS City Project No. ] 02696 Revised 7uly 1, 2011 015713-3 STORM WA1`ER PQLLUTION PRF.VEn'T[ON Page 3 of 3 1 B. Modzfied SW��P 2 1. �f the SWPPP is revised during constr�ction, resubmit modz�ied SWPPP ta the C�ty 3 rn accardance with Section 01 33 00. 4 1.6 ACTION SUBMITTALS/�N�'ORMATIONAL SUBMITTALS [NOT USED] 5 I..i CLOSEOUT SUBMXTTALS [NOT USED] 6 1.$ MAINTENANCE MAT�RIAL ,SUBMITTALS [NOT USED] 7 1.9 QUALZTY ASSURANC� [NOT USED] S 11p DELIVERY, ST4RAGE, AND HANDLING [NOT USED� 9 1.11 FIELD �SITE] CQNDITIONS [NOT USED] 10 1.12 WARRANTY [N�T USED] 11 PART 2- PRODLTCTS [NOT USED] 12 PART 3- EXECUTION [NOT USED] 13 14 �ND OF S�CTION Re�ision Log DATE NAME SUMMARY OF CHANGE 15 CFI'Y OF FORT WORTH 2O20 CONCRETE 1ZESTORATION COI�TREICT 4 STANDAI2D CONS'1'RUCTION SPECIFICATION DOCUMENTS City Yraject No. 102696 Revised 7uly l, 2011 015813-1 TEMPORARY PROlECT SIGNAGE Pxgc ] of 3 1 2 3 PART1- GENERAL 4 �1 SUMMARY SECTION 015$13 '�ENFpORARY PR07ECT SIGNAGE 5 A. Section Includes: b 1. Tenr�porary Pz�oject Signage Requirements 7 B. Devzations froxn t�ais City o� Fort Worth Standard Specificaiion S � . None. 9 C. Related Specification Sections include, but are not necessarily limited to: 1p I. Divisian Q— Bidding Requirernents, Contract Porms and Conciitions of the Contract 11 2. Division 1— General Requirements 12 1.2 PRICE AND PAYlVIENT PROCEDiTRE� 13 A. Measurement and Payment 14 1. Work associated with tlus Item is considezed subszdiazy to the various Ztaz�r�s bid. ] 5 No separaie payment will be allowed for this �tem. 16 1.3 REFEAENCES [NOT USED] ] 7 1.4 ADMIN�STRATYVE REQUYREMENTS INOT U�SED] 18 1.5 SLTBMITTAL,S [NOT USED] 19 1.6 ACTION SUBMITTALS/INFORMATIONAL SUSMITTALS [NOT USED] 20 21 1.i CLOSEOUT SUBMITTALS [NOT USED] L8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] �,2 1.,9 QUALITY ASSURANCE [N�T USED] Z3 1,10 DEL�VERY, STOAAGE, AND HANDLTNG [NOT US�D] 24 1.11 FIELD [,SITE] CQNDITIONS [NOT USED] 25 1.I� WARRANTY [NOT USED] 26 PART 2 - PRODUCTS 27 �.1 OWNER-FURNISHED IoR] OWNER-�UPPLIEDPRODUCTS [NOT USED] 28 �.� EQUIPMENT, PRODUCT TYPE�, AND MATER�ALS 29 A. Design Criteria 3� I. Provide free standing Project Designa�ion Sign in accordance with City's Standard 31 Details for project signs. CTl'Y OR PdRT WORTH 2O20 CONCRETE ItESTORATIOIV COIVTItACT 4 STAI�IDARD CONSTRUC'I`ION SPECIFICATION DOCUMENTS City Yroject No. 102b9b Revised July 1, 2011 O15S13-2 TEMPORARY PROJECT SIGNAGE Page 2 of 3 1 2 3 4 S B. Matez�ais 1. Sign a. Constructed of 3/a-inch fir plywood, grade A�C {e�iez�or) oz bett�r �.3 ACCESSORIES [NOT USED� 2.4 SOURCE QUALITY CONTROL [NOT i7SED] 6 PART 3 - EXECIITION 7 s 9 10 11 ]2 13 1� 15 16 17 18 I9 20 21 22 23 24 25 26 27 28 29 30 31 3.l ZNSTALLERS [NOT USED] 3.2 �XAMINATION [NOT U�ED] 3.3 PREPARATXON [NOT USED] 3.4 INSTALLATION A. General 1. Provide vertical installation at extents of project. 2. Relocate sign as needed, upon request of t�e City. B. Mounting aptions a. Skids b. Posts c. Barricade 3.S AEPA�R / RESTORATION rNOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 rICLD [oR� SITE QUALXTY CONTROL �NOT U�ED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLO�EOI7T ACTIVI'i'IES �NOT USED] 3.12 PROT�CTION [NOT USED] 3.13 MAINTENANCE A. General 1. Maintenance wilJ. ixzclude pai�ntzng and r�pai�rs as needed or directed by the City. 3.14 ATTACHMENTS [NOT USED] END OF SECTION CTI'Y QF FOAT WORTH 2D20 CONCRETE AESTQRATION CQNTKACT 4 $TANDARD Cp�ISTRUCTION SPECIFICATION DQCUMENTS Ci[y Project Na. 1D269G Itevised July 1, 2011 015813-3 TEMPORARY PR07ECT SIGNAGE P�ge 3 of 3 lieVlSlDri LOg DATE NAME SUMMARY OF CHANGE CI'I'Y OF FORT WORTH 2O20 CONCRLaTE R�'STORATION CONTAACT 4 STANDARD CONS'1TtCJCT'TON 3PEC�CA,'I'ION DOCU�vIFIV`['S City Project I�Io. 102696 Revised 7uly 1, 2011 Oi6000-1 PRODUCT R�QlJIItEMENTS Page l of 2 i 2 3 PART1- GENERAL SECTION 0160 00 �RODUCT REQU]REMENTS � 1.T SUMMARY S A. Section Tncludes: 6 I. References for Product Requirements and City Standard Products List 7 B. DeviaEions from this City af Fort Worth Standard Specification 8 1. None. 9 C. Related �pecification Sectians incIude, but are not necessarily limited to: 10 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 1 I 2. Division 1— General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES [NOT USEDJ 13 1.3 REFERENC�S �NOT USED] 14 1.4 ADMIlVISTRATIVE �LCQUIR�MENTS IS 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 1.5 A. A list of City approved praducts for use is Iocated an Buzzsaw as follows: 1. ResourceslQ2 - Construction DocumentslStandard Products List B. Only products speci�cally included on City's Standard Product List in these Cont�act Documents shall be allowed for use on the Project. 1. Any subsequently approved products will only be allowed for use upon specif�c approval by the City. C. Any specific product requirements in the ConiracC Documents supersede similar products included on ihe City's Star�daz-d Product List. J. The City reserves the righi ta not alIow producis to be used for certain projects even thaugh the product is listed on the City's Standard Product List. D. Although a specific product is included on City's Standard Product List, not aII products from that manufacturer are approved for use, including but not limited to, that manufact�zrer's standard product. E. See �ection O1 33 OQ for submittal requirements of Product Data included on City's Standard Product List. SL]BMITTALS [NOT USED] 31 1.6 ACTION SUSMITTALS/INF'ORMATIONAL SLTBMITTALS [NOT USED] 32 1.7 CLOSEOUT SUSMITTALS [NOT USED] 33 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED7 34 1.9 QUALITY ASSURANCE [NOT USED] CITY OF FORT WOATH 2O20 CONCRETE ItESTORATTON CO�iTfLACT 4 STANDt1RD CONSTRUCTION SPECIF1CATiON DOCUMENTS City Project No. 102696 Revised l�ecer�ber 20, 2012 oi6aao-z PROBUCT REQUIREMENTS Yage 2 of 2 1 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 2 111 FIELD [SITE] C�ND�TIONS [NOT IISED] 3 L12 WARR.ANTY [NOT USED] � PART � - PRQDUCTS [NOT IISED] 5 PART 3- EXECUTION [NOT USED] 6 END OF SECTION 7 Revisian Log DATE NAME SUMMARY OF CHANGE 1�112112 ]�. 7okvnson Modi�ed i,ocation of City's Standazd 1'xnduci T.ist CTI'Y QF FORT WORTH 2O20 CONCAETE RESTORATION CONTRACT 4 STANDARD CONSTRUCTIdN SPECIFICATIdN DOCUMEI+ITS City Project No. 102696 Revased Accember 20, 2Q12 o��oon-i MdBILIZATION AND REMQBll,IZATION Page 1 of A � Z 3 �'ART l - GENERAL sECT�oN os �a ao MOBTLTZATION AND REMOBII.IZATION 4 l..l SUMMARY 5 A. Section Includes: 6 7 S 9 10 7r 12 13 14 15 76 17 18 19 20 21 22 23 24 25 26 27 28 29 3Q 31 32 33 34 35 36 37 38 39 40 41 42 43 44 �5 1. MobiIization and Demobilization a. Mobilizatian 1) Transportation of Contractor's personnel, equipment, and operating supplies to the Site 2) �stablishment of necessary general facilities for the Contractor's operation at the Site 3} Premzuz�s paid foz p�z�ormance and payment bonds 4) Transportaiio� of CantractQr's personnal, equipxnent, ancE operaiing supplies to another location withzn the desig�-�ated Site 5) Relocation af necessary general facilities for the Corztractoz's operation from 1 location to another location on the Site. b. Demobilrzation I) Transportation of Contractor's personnel, equipment, and operating supplies away fram the Site including disassembly 2) Site Clean-up �) Removal af all buildix�gs an�d/or other facilities assembled at the Site for tlus Contract c. Mobilizatian and DemobiIization do not include activitaes ,for speci£'ic ztezr�s of work that are for which payment is provided elsevc+here in the contract. 2. Remobiiization a. Remobilization for Suspension of Work specificaZly required in the Contract Documents or as required by City includes: X) Deznobilization a} Transportation o� Contractor's personnel, equipment, and operating supplies fram the Site including disassembly or ter�aporaz�ly sec�ring equipment, supplies, and other faciliYies as desig�ated by the Contract Documents necessary to suspend the Work. b) Site Clean-up as designated in the Cantract Documents 2) Remobilization a} Transportation of Contractor's personnel, equipment, and operating supplies to ihe Site necessary to resume the Work. b) Esiablishzr�e�t of necessary general �acilities For Che Contractor's operation at the Site necessary to resume Che Work. 3} No Payme�ts will be made foz�: a) Mobilization and Demobilizatian from one location ta another oz� ihe Site in the normal progress of performing the Wark. b) Stand-by or idle time c) Lost profits 3. Mabilizations and Der�obitization for Miscellaneous Projects a. Mabilizat�on and Demobilization CTTY OF FORT WORTH 2O2D CONCRETE RESTORATION CONTRACT 4 STANDARD CQNSTRUCTION SPECIPI�ATION DOCUNiL�NTS C1TY PROIECT NUMBSR: 1 p2696 Revised November 22, 2D16 ai �o 00 - z MOBILIZATION AND REMOBILIZAT103�' Page 2 of 4 1 2 3 4 5 6 7 8 9 10 ll 12 13 1� 15 15 17 18 19 20 ]) Mobilizatian shall cansist of the activities and cost on a Work Order basis necessary for: a) Transpartation of Contractor's persannel, equipment, and operating supplies to the Site for the issued Wark Order. b) Establishment of necessary general facilities for the Contractor's operation at the Site for the issued Woz�� �xdex 2) Dezaaobilization shall conszst of the activities and cost necessaiy for: a) Transportation of Contractor's personnel, equipment, and operating supplies from the Site including disassembly for each issued Wark Order b} Site Ciean-up for each issued Work Order c) Removal o� all buildings or other �acilities assembJ.ed at the Site foz �ack� Work Oder b. Mobilization and D�znobilization do �ot include activi�ties for specific items of wozk for which payment is provided elsewhere in the contract. 4. Emergency Mobilizations and Demobilization for Miscellaneous Projects a. A Mobilization for Miscellaneous Projects when directed by the City and the mobilization occurs within 2� haurs of the issuance of the Work Order. B. Deviations frorn this City of Fort Worth Standard Specification 1. None. 21 C. Related Speciiication Sections inc�ude, but are not necessaxily Iixxuited to: 22 1. Division 0— Bidding Aequirements, Contract Forms and Condi�ions af fhe Contract 23 2. Division 1-- General Requirements 24 1..2 PR�CE AND PAYM�NT YROC�D�C]RES 25 2fi 27 2$ 29 30 31 32 33 34 35 36 37 38 39 40 A1 42 43 44 45 A. Measurement and Payment [Consult City DepartmentlDi�ision for direction on if Mobilization pay item to be included ar the item should be subsidiary. Include the appropxiat� Section J.2 A. J.� (. Mobilizaiion �nd Demabilization a, Measure 1) This Item is considered subsidiary to the various Items bid. b. Payment 1) The work performed and materials furnished in accordance with this Item az�e subsidiary to ti�e various Items bzd and no ather compensation will be allowed. OMM�TTED 2) The work performed and materials furnished for demobilizatian in accordance with this Item are subsidiary to the �arious Items bid and no other compensation will be allowed. 2. Remobilizatio� foz suspe�sion of Woxk as specifically required in the Contract Documents a. Measurement 1) Measurement far this Item shall be per each remobilization performed. b. Payment CPI'Y OF FORT WORTH 2O20 CONCRETE RESTORATID�T CON'I`RACT 4 STAIVDARD CONSTRUCTION SPECIF�CATIbN DOCLTMENTS C1TY PKOIECT NUMf3ER: 102696 Kevised NovemSer 22, 2016 01 7000-3 MOBILIZATION AND REMOBILIZATION Page 3 of 4 1 2 3 4 S 6 7 8 9 10 I1 12 13 14 i5 16 I7 18 19 20 zz 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 c. d. 1) The wark pez-fozmed and maierials fuz�nished zn accozdance with this Ytem a�d measured as provided under "Measureme�t" will be paid for at the unit price per each "Speciired Rernobilization" in accordance wit� Contract Documents. The price shall include: 1) Demobilization as described in Section 1.1.A.2.a.1) 2) Remobilization as described in 5ection L 1.A.2.a.2) No payments will be made %r standby, idle time, or lost proiits associated t�azs Iterrz. 3. Remobilization for susp�nsion of Work as requixed by City a. Measuxeznent ar�d Payznent 1) This shall be submitted as a Cantract Claim in accordance with Article 10 of Section OQ 72 00. 2) No payments will be made for standby, idle time, or lost profits associated with this Item. 4. Mobilizations and Demobilizations for Miscellaneous Frojects a. Measurement 1) Measurement for this Item shall be ior each Mobilization and Demobilizaiion z�equized by the Contraci Docuznents b. Paymeni 1) The Work performed and materials furnished in accordance with this Iiem and measured as provided under "Measurement" will be pa�d for at the unit price per each "Wark Order MobiLization" in accordance with Contract Documents. Demobilization shall be considered subsidiary to mobilization and shall not be paid for separately. c. The price shall include: 1) Mobilization as described in Section 1.1.A.3.a.1) 2} Dezniobiiization as described in Section 1.1.A.3.a.2) d. No paynraez�ts wiTl be made for standby, idle time, or lost profits associated this Item. 5. Ernergency Mobilizations and Demobilizations for Misceiianeous Projects a. Measurement l) Measurement for this Item shall be for each Mobilization and Demobilization requzred by the Contract Documenis b. PaymenC 1) The Waz� pezfornned and materials �uz�nished in accordance with this Ttem and zneasured as provided under "Measurement" vviIl be paid for at the unit price per each "Work Order Emergency Mobilization" in accordat�ce wiih Con�ract Documents. Demobilization shall be considered subsidiary to mobilization and shall not be paid for separately. c. The price shaIl include 1) Mobilization as described in Section 1.1.A.4.a) 2) Demobilization as described in SecEion 1.i.A.3.a2) d. No payments will be made %r siandby, idle time, or lost prof�ts associated khis Item. . 46 1.3 REF�RENCES �NOT USED] �7 �.� ADMIl�ISTRATIVE REQUXREMENTS [NOT USED� C�I'Y OF FORT WORTH 2O2U CO�CRE1'� RESTORATTON CON'I'12ACT' 4 STAIVDARD COAiSTRUCTION SPECff+ICATION DOCUMENTS C1TY PROTECT NUMSEA: ] 02696 Itevised �Tovember 22, 2016 o� �000-a MOBILIZATION AND REMOBILIZATiOIV Pagc 4 of 4 1 1.5 SUBMITTALS [NOT USED] 2 1.6 INFORMATIONAL SIIBM�TTALS [N.OT USED] 3 ]..i CLOSEOUT SUBMITTALS [NOT U�SED] 4 1.8 MAINT�NANCE MATERIAL �UBMITTALS �NOT U,SED] 5 19 QUALITY ASSURANCE [NOT USED� 6 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED� 7 111 FIELD [SITE] CONDITION� [NOT U5ED] S 1.1�, WARRANTY [NOT USED] 9 PART � - PRODUCTS [NOT USED� 10 PART 3- EXECLTTION �NOT USED] 11 12 END OF SECTiON Revision I.og DATE NAME SUMMARY OF CHANGE [ 7/22/16 Michael Owen 1.2 Price and Payment Proceduees - Revised specification, including blue texT, to make specificaiion flexible for eiYher subsidiary or paid bid item for Mohilizarion. 13 CITY OF FOBT WOf2`I'H 2O20 CONCRETE RESTORATION CONTRACT 4 STA,NI�ARIa C��TSTRUC'C'ION SPECiFICATION DOCUMENTS Cl'PY PkO.1EC1' 1+IUIvIBER: 102696 Revised November 22, 2016 017123-1 CONSTRUCTIpN STAKING AI�ID 3URVEY Page 1 nf 8 I 2 3 PART1- GENERAL 4 1.1 SUMMARY 5 6 7 8 9 TO 11 12 1.2 13 I�- 15 16 J7 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 SECTION 017123 CONSTRUCTION STAKING ANID SURVEY A. Section Inciudes: l. Requirezrzents foz coz�stzuction staking and construction survey B. Deviations from ihis City of Fort Worth Stax�dard Speci�icataon 1. None. C. Related SpecificaYion Sections include, but are not necessarily limited ta: 1. Division 0— Bidding Requirements, ContracY Forms and Cpnditipns of ihe Contract 2. Division f-- General Requirements PRICE AND PAYlViENT PROCEDURES A. Measurement and Payment 1. Construc�ion 5taking a. MeaszaremenC 1} Measurement for ihis Item shall be by lump sum. b. Paynr�ent 1) The work perfarmed and the materials fnrnished in accordance with this Ttem shaIl be paid for at the l�mp sum price bid far "Construc�ian Stal�ing". 2) Payment for "Construction Staking" shail be made 'rn partial payments prorated by work completed compared to total work included in the lump sum item. c. The price bid shall include, but not be limited to the t�ollowing: 1} Veri�ication of control data provided by City. 2) PJ.acer�nent, maintenance and replacement of requized stakas and markings in the field. 3) Preparation and submittal of constr�ction staking docr�mentatian in ihe form of "cut sheets" using the City's standard tempIate. 2. Construction Survey a. Measurement 1) This Item is considered subsidiary Co the various Items bid. b. Payment i) The work perfornaed and the materials furnished in accordance with this Item are subsidiary to the various Ztez�r�s bid and no other coz�npensatioz� wilt be allowed. 3. As-BuiIt 5urvey a. Measurement 1) Measurement for this Item shail be by lump sum. b. Payment 1) The work performed and the materials furnished in accordance with this Item shall be paid for at the lump sum price bid for "As-Built �urvey". CITY OF FOR1' WORTH 2O20 CONCKETE RESTORATTON CONTRACT 4 S`I'AiV�JARI7 CO1VS'I'RUC7'ION SP�CTFICATION DOCUME[VT3 City Project Number 102696 itevised February 14, 2018 017123-2 CONS IRUC1'ION STAKII�IG AND SURVEY Page 2 of 8 1 2 3 4 5 6 7 $ 9 2) PaymenC for "Cons�rucCion Staking" shall be nnade in partzal paynnents pxorated by woz'k completed compared to total wark included in t�e lump sum item. c. The price bid shall include, but nat be limited to �ie following:: 1) Field measurements and survey shots to identify location af completed facilities. 2) Documentation and submittal of as-buil� survey data onto contractor redline plans and di�itaT survey fi�es. 10 L3 REFERENCES 11 12 13 14 15 16 17 A. Definitions 1. 2. Construction SutveY - T�e surv�y measurements made prior ta or while constn.iction is in progress to control elevation, horizantal position, dimensions and con�guration of struckures/improvements included in the Praject Drawings. As-built Survev —The measurements made after the construction of the improvement features are complete to provide position coordinates %r the features of a project. l$ 19 20 2I 22 23 24 25 26 27 28 29 30 31 32 33 1. City of Fort Worth — Construction Staking Standards (available on City's Buzzsaw website) — O1 71 23.15.01_ Attachment A_Sur�ey Staking Standards 2. City oi Fort Worth - Standard 5urvey Data Collecior Library {fxi) �les (availa6le on Caty's Buzzsaw website}. 3. Texas Department of Transpartation (TxDOT} Sarvey Manual, laiest revision 4. Texas Society of 1'rofessional Land Surveyors (TSPS), Manual of Practice for Land Surveying in the 5tate of Texas, Category 5 34 �.4 ADMINISTRATIVE REQUIREMENTS 35 A. The Contractar's selectian af a surveyor musE comply with Texas Government 36 Code ��54 (quaiifications based selecEion) for this project. 37 1.5 SUBMITTAL,S 38 A. Submittals, if required, shall be in accardance with Section 01 33 00. 39 B. AIl submittals shall 6e receivecE and reviewed by the City prior to delivery of work. 40 1,6 ACTYON �UBMITTAL,S/INFORMATI4NAL SUBMITTALS 4I A. Field Q�ality Control Submittals 3. Constnzction Stakin� — The placement of stakes and markings tn provide offsets and elevatians to cut and fill in order to lacate on the ground the designed structures/improvements included in the Project Drawings. Constructron staking shall include staking easements andlar rig�t of way if indicated on the plans. 4. Survey "Field Checks" — Measurexnents made after construction staking is completed and beFore construction work begins to enswr� t�at stxuctures marked o� the gz'ound are accurately located per Project Drawings. B. Technical References C1TY OF FORT WOKTH 2O20 CONCRETE R�S'CORATION CONTRACT 4 STANT)AItD CO�TS'�'I2UCTION SPEC7FiCATJQN DOCiJMENTS City Project Number 102696 Ae�ised Fe6ruary 14, 2418 017123-3 CONSTRUCTION STAKING A[�TD SURVEY Page 3 of 8 x 1. Docuxx��ntation verifying accuracy of field engineering work, including coordinate 2 conversions i� plans da not zz�dicatE grid ox ground coordinaCes. 3 2. Submit "Cut-Sheets" canformin� to ihe standa�rd template pz�ovided by ihe Ciry 4 (refer to 01 71 23.16.01 — Attachment A-- Suzvey Staking Standards). 5 1..� CLOSEOUT SUBMITTALS 6 B. As-built Redline Drawing Submittal 7 S 9 10 �z 12 13 14 15 1. Submit As-Built Survey Redline Drawings dacumenting the Iocations/elevatiox�s of consEructed improvements signed and sealed by Registered 1'rofessianal Land Surveyor {RPLS) responsible far the work (refer to O1 71 23.16.01 — Attachment A — Survey Staking Standards) . 2. Coniractor shall snbmiC Che proposed as-buiIt and completed redline drawing subz�ttal one (1) week p�or to scheduling the project final inspection for City revzew and comment. Revisions, if r�ecessary, s�all be made to the as-built redline drawin�s and zesubmitted to tlae City pz�oz io scheduling the construction final inspectian. 16 1,8 MAINTENANCE MATERIAL SUBMITTALS �NOT USED] 17 1.9 QUALITY ASSURANCE 18 A. Construction Staking 19 1. Construction staking will be perfarmed by the Contractor. 2fl zz 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 2. Coordination a. Contact Ciry. 's Project Representative at least one week in advance notifying the City of when Construction Staking is sch�duled. b. It is the Contractoz�'s responsibility to coorclinate staking such that construction activit�es are nat delayed ar negativeIy impacted. 3. General a. Contractor is responsible for preserving and maintaining stakes. If City surveyors are required to re-stake for any reason, the Contractor will be responsible for costs to perForm staking. If in the opinion of the City, a suf�icient number of stakes or markings have been lost, destroyed disturbed or omitted tk�at tlae cont�-acted Wazk ca�anot take place then the Contractor will be rec�uired Yo Stalce or re-stake the deficient areas. B. Construc�ion Survey 1. Construction Survey wilZ be performed by the Cantractor. 2. Coordrnation a. Contractor to verify that horizontal and vertical control data estab�ished in ti�e design survey and reyuired far construction survey is available and in place. 3. General a. Construction survey will be perFormed in order to construct the work shown on the ConstrucCion Drawings and specified in the Contract Documents. b. For consiruction z�rzetbods oEher than open cut, Che Contractor shail perfarm construciion survey and vezify contxoI data zncludir�g, but �ot lixxut�d to, the following: I) Verification that established benchmarks and control are accurate. C1TY OF FOKT WORTH 2O20 CONCRETE RESTORATION CONTRACT 4 STANDARD COI�3STRl1C`I'lOi�i SPECiFICATION DOCUMENTS City Projecl Number 10269G I7,evesed February 14, 2018 017123-4 CONSTAUCTION STAK]NG AND SURVEY Puge 4 of S 1 2) Use of Benchmarks to furnish and znai�ntazn all xaference lines and grades 2 �or tunne�Zng. 3 3) Use of line and grades to establish the location of the pipe. 4 4) Submit to the City copies of field notesused to estabfish all lines and S grades, if reqaested, and allow the City ta check guidance system setup prior 6 to beginning each tunneling drive. 7 5} Provide access for the City, if requested, to verify the guidance systezn and 8 the lzn� and grade of the carrier pipe. 9 6) The Cox��actoz zemains fully responsible for the accuracy of the wari� and 10 correction of it, as reqr�ired. 11 7} Monitor line and grade continuously during construction. 12 8} Record deviation with respect to design line and grade once at each pipe 13 joint and submit daily records to the City. 14 9} If the installatian does not meet the specified tolerances (as outlined in 15 Sections 33 fl5 23 and/or 33 OS 24), iminediately notify the City and correct 16 the instalIation in accordance with the Contxact Docuz�r�ents. 17 18 19 20 21 22 23 24 25 26 27 2$ 29 30 31 32 33 34 35 36 37 C. As-Built Survey 1. Required As-Built Survey will be perfoxx�aed by the Contractor. 2. Coordinataon a. Contractar is io coordinate with City to confirm whic�i features require as- built surveying, b. It is the Contractor's responsibility to caordinate the as-built survey and required measurements far items that are to 6e buried such ihat constz-uctzan activities are not delayed ox ncgatively impacted. c. Faz sewer mains and water mains 12" and under in diameter, it is acceptable to physically measure depth ancE mark the location during the �rogress of construction and take as-built survey after the facility has been buried. The Contractar is responsible for the quality control needed to ensure accuracy. 3. General a. The Contractor shall provide as-built suz-vey inciudiz�g the elevatzon and location (and p�ovide written documentation to the City) of construction featuxes during the progress of the construction including the following: 1} Water Lines a) Top of pipe eleva�ions and coordinates for waterIines at the following locations: (1) Minimum every 250 lineax fact, zncindir�g {2) Horizontal and ver�ical points of inflection, cuzvatuz�e, 38 etc. 39 (3) �'ize line tee �0 (4} Plugs, stub-outs, dead-end lines 41 (5) Casing pipe (each end) and alI buried fittings 42 2) Sanitary Sewer 43 a} Top of pipe elevations and coardinates for force mains and siphon 44 sanitary sewer lines {non-gravity facili�es) at the following locatians: 45 (1) Minimum every 250 linear feet and any buried fittings 46 (2} Horizontal and ver�cal points of inflec�ion, c�rvature, 47 48 etc. 3) Starmwater — Not Applicable CT'I"Y �F FOR'I` WflRTFI 2020 CdNCRF.TF. RESTORATION CONTRACT 4 STANDARD C(}I�STRUCTiON SPECI�ICATTO�T DOCUIvI�N'�'S City Project Number 102696 Revised Fcbruary lA, 2018 017123-5 COIVS'I'RiIC'I'ION S'I'AKAVG AND SUI2VEY Page 5 of 8 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 I7 18 19 20 2I 22 23 24 25 � b. The Contractor shall pravide as-built survey ancluding the elevation and locatzoxz (and provide wriCten documentation to the City) of construction features after the co�tstruction is completed including the folIowing: 1) Manholes a} Rim and flawli�e eleva�ions and coordinates For each manhoie 2) Water Lines a) Cathociic pratection test statior�s b) Sampling stations c) Meter boxes/vaults (All sizes) d) Fire hytlrants e) Valves (gate, butterfly, etc.) t) Air Release va�ves (Manhole rim and vent pipe) g) Blow off valves (Manhole �im and vaIve lid) h) Pressure plane valves i) Undergxound Vaults (l ) Rizn and flowline elevations and coordinates for each Undergzound Vau1t. 3) Sanitary Sewer a} Cleanouts {1) Rim and flowline elevations and coordinates far each b) Manholes and Junction Structures (i) Rim and flowline elevations and coorciinates for each manhole and junction structure. 4) Stormwaier — Not Applicable 110 DELIVERY, STORAGE, AND HANDLING [NOT USED] 111 FIELD [SITE] CONDITION5 INOT USED] 27 ].l2 WARRANTY 28 PART 2 - PRODUCTS 29 30 31 32 33 34 3S 36 37 38 39 40 41 42 43 44 A. A constructian survey wrll produce, but will not be limited to: 1. Recovery of relevant control points, points of curvature and points of intersection. 2. Establish temporary horizontal and vertical control elevations (benchmarks) sufiiciently permanent and located in a manner to be used throughout consfiruction. 3. The location of pianned facilities, easements and improvements. a. Establishing final line and gzads stak�s for piers, floors, grade 6eams, parking azeas, utilzties, streets, kughways, tunnels, and other construction. b. A record of'revisians or co�rections noted zn az� oz�d�rly xnanner for reference. c. A drawrng, when required by Yhe client, indicating the horizontal and vertical location of faciiities, easemenes and improvements, as built. �. Cut sheets shall be provided to the City inspector and Survey Superintende�t far all construction staking projects. These cut sheets shall be an the standard city template which can be obtained from the Survey Superintendent (817-392-7925). 5. Digita! survey files in the following �ormais sha�l be acceptable: a. AutoCAD (.dwg) b. ESRI Shap��le {.sk�p) C1TY OI� FORT WORTH 2O20 CONCItETE RESTORATIpN CONTRACT 4 STANDARD CONSTRUCT[ON SPECTFiCATIQN DpCTJZvTENTS City Project Namber I02596 Revised February 14, 2D18 O17123-6 CONSTRiTCTION STAKING AND SURVEY Page 6 of S 1 c. CSV file (.csv), formatted with X and Y coordinates in separate columns (use 2 standard templates, if available) 3 G. Suxvey files shall include vertical and horizontai data tied to original project 4 control and benchmarks, and sha11 include feature descriptians 5 PART 3 - EXECUTYON b 3.1 INSTALLERS 7 A. Tolerances: 8 1. The staked loca�ion ai any improvement ox facility shouXd be as accurate as 9 practical and necessary. The degree of pz�czsion xequired is dependent on many 10 factozs all of which must rernain judgmental. The Eoierances Iisted hereafter are 11 based an generalities and, under certain circumstances, shall yield to specific 12 requirements. The sur�eyor shall assess any situation by review of the overall plans 13 and through consultation with responsible parties as to the need for specific 14 talerances. 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 a. b. c. e. Earthwork: Grades for earthwork or rough cut should not exceed 0.1 ft. vertical tolerance. Horizontal align�nent for earthwork and rough cut should not exceed 1.0 ft. tolerance. Horizontal aiignzir�ent on a structure shaTl be within .O.lft toleranee. Paving or cor�crete for streets, curbs, gutters, parking areas, drives, alleys and walkways shall be Iocated within the c.an�nes of the site boundaries and, occasionally, along a boundary or any other restrictive line. Away from any restrictive line, these faciIities should be staked with an accuracy producing no mare than O.flSft. tolerance From their specified J.ocations. Underground and overhead utilities, such as sewcz�s, gas, watez�, telephone and electric Iines, shail be Iocated horizontally within their prescribed areas or easements. WitEiin assigned �reas, these ut�lities should be stal�ed wit�i an �ccuracy producing no more than 0.7 ft tolerance from a speci�ed Iacation. The accuracy required for the vertical Iocation of utilities varies widely. Many underground utilities require only a minimum cover and a tolerance of 0.1 ft. should be maintained. Underground and overhead utalitzes on pianned profile, but nat depending on gravity tlow for perforznance, should r�ot excee� 0.1 ft. tolerance. 33 34 3S 36 37 38 39 40 41 42 43 44 B. Surveying instruments shall be kept 'rn close adjustment according to manufacturer's speci�cations or in compliance to standards. The City reserves the right to request a calibration report at any time and recommends regular maintenance schedule be performed by a certified technician every 6 months. 1. Field measurements of angles and distances shall be done in such fashion as to satisfy the closures and tolerances expressed in Part 3.1.A. 2. Vertical loca�ions shall be established frozn a pre-estabizshed benchmark and checked by closing to a different bench mark on the same datum. 3. Const��ction survey field worlc shall correspond to the client's plans. Irregularities or conflicts found shall be reported promptly to the City. 4. Revisions, correct�ons and other pert�nent data shall be logged far future reference. C1TY 01� �012"1' WORTH 2O20 CONCK�`I'E; itrSTORATION COI+�TRAC"I' 4 STANDARD CONSTRUCTION SPECIFICA`i'IOI� 170CUM�NTS City Project Nmnber 102696 Revised February I4, 20IS 017123-7 CONS'�2UCTION S'I`AKING AND 3URVEX Page 7 of 8 i 3.2 EXAMINATION [NOT USED] 2 3.3 PREPARATION [NOT USED] 3 3.4 APPLICATION 4 3.5 REPAIR / R�STORATION S 6 7 S 9 ]0 11 I2 13 14 15 A. �f the Contractor's wozk daznages or destroys one or rnore of the control z�nonuzx�ents/poin�ts sei by the City, Che monuments shall be adequately referenced far expedient restoraiion. 1. Notify City if any contral data needs io be zesiozed ar replaced dne to daznagc caused during constrnction aperations. a. Contractor shall perform replacements and/or restorations. b. The City may require at any time a survey "Field Check" of any monument or benchrr�arks that are set be verified by the City surveyors before further associated work can move forward. 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD [ox] SiTE QUALITY CONTROL 16 A. Ii is the Contractor's responsibility to maintain all stakes and control data placed by the 17 City in accorcEance with tf�is Specification. This includes easements and right of way, if l 8 noted on the plans. 14 B. Do not change or relocate sEakes or contral data �ovithout approvaI from the City. 20 3.8 SYSTEM �TARTUP 2i 22 23 24 25 26 27 28 29 30 31 32 33 34 A. Survey Checks l. The City reserves the right to perform a Survey Check at any time deemed necessary. 2. Checks by City personnel or 3� party contracted surveyor are not intended ta relieve ihe contractor oi his/her responsibility for accuracy. 3.9 ADJUSTING [NOT USED] 310 CLEAN�NG [N�T USED] 3.11 CLOSEOi]T ACTIVITIES [NOT USED] 3,1.2, PROTECTXON [NOT USED] 313 MAINTENANCE [NOT US�D] 3.1.4 ATTACHM�NTS [NOT USED] END OF SECTION Revision Log CITY OF RORT WORTH 2O20 CONCRETE RESTORATIQN CONTRACT A STAN17ARla CONSTAUC'I'I03+i SP�CIFICA'I'IO1V DOCUMSAI'I'S City Project 1Vumber 1Q2646 Revised February 14, 2018 D77123-5 CO�IST`RUC'i'IpN STAKII+IG AND SURVEY Page 8 of & DATE NAME SUMMARY OF CHANGE 813II2012 Il.Johnson Added instruction and modified measurement & payment under I.2; added 8/3I12017 M. dwen �e�nitions and references under 1.3; moda6ed 1.6; added 1."1 closeout subznittal requirements; modified 1.9 Quality Assurance; added PART 2— PRODUC'TS ; Added 31 Installers; added 3.5 Repair/Restoration; and addec! 3.8 System Startup. Removed "blue text"; revised measurement and payment secCions for Cons[zuction Staldng and As-Built Survey; added reference to selection compliance with TGC 2/14/2018 M Owen 2254; re�ised action and Closeout suhmittal requirements; added acceptable depth measurement criteria; revised ]ist of items requiring as-built survey "during" and "after" construction; and re�ised acceptable digital survey file format CTI'1' OF FORT WORTH 2O20 CONCRETE RESTORATION C{7NTRACT 4 STANDARD CONSTRUCTION SPECIFICATlON DOCUfMP,N`1'S City Project Number 102596 Reviscd Fcbruary I4, 2018 OI7423-1 CLEANTNG Page 1 of 4 I 2 3 PART1- GENERAL 4 1.I SUMMARY S 6 7 8 9 10 11 12 13 14 SECTION 01 74 23 CLEANING A. Section Tncluaes: 1. Intermediate and finaI cleaning for Work not including special cleaning of closed systems specified elsewhere B. Deviations from thrs City of Pork Worth Standard Specification 1. None. C. Related Specification Sections include, but are noi necessazily 1'zz�ted to: 1. Division �— Bidding Requirements, Contract �'orms and Conditions of the Contract 2. Division 1— General Requirements 3. Sect�on 32 92 13 — Hydro-Mulching, Seeding and Sodding 1.2 PRICE AND PAYM�NT PROCEDURES 15 A. Measurement and Payznent 16 1. Work associated vvith this Ttem is consid�zed subsidiary to Che various Items bid. 17 No separa.te payment wilI be allowed ,for t�s Iiem. 18 1.3 REFER�NCES [NOT USED] 19 1.4 ADNIINISTRATIVE REQiTIREM�NTS 20 A. Scheduling 21 1. Schedule cleaning operations so that dust and okher contaminants disturbed by 22 cleaning process will naC fall on newly painted surfaces. 23 2. ScheduXe final c�ear�ing upon compleCion of Work and immediately prior to final 24 inspection. 25 1.5 SUBMZTTALS [NOT USED] 26 �,6 ACTXON SUBM�TTA�aS/�NFORMATIONAL SUBMITTALS [NOT USED] 27 1,7 CLOSEOUT SUBMXTTALS [NOT USED] 28 1.$ MAINTENANCE MAT�RTAL SUBMZTTALS [NOT USED] 29 1.9 QIIALITY ASSURANCE [NOT USED] 30 110 STORAGE, AND HANDLING 31 A. Storage and Hand�ing Requirements 32 1. Store cleaning products and cleaning wastes in containers specifically designed far 33 those mat�rials. CI'I'Y OF FORT WOKTH 2D20 CONRETE RSSTORATIOIV CO�T`�12AC1' 4 STANDtll2D CONSTRUC'I'IQN $PECIFICATION DOCUMENTS City Project No. 102696 Revised 7uly ] , 2011 017423-2 CLeANING Page 2 of 4 1 l.1.1 FIELD [�XTE] CONDITIONS [NOT USED] 2 1.12 WARRANTY [NOT USED] 3 PART 2, - PRODUCTS 4 2.1 OWNER-FURNISHED [ox] OWNER-SUPPL�ED�RODUCTS [NOT USED] 5 �.� MATERIALS 6 A. Cleaning Agents 7 1. Compatible with surface being cleaned 8 2. New and uncontaminated 9 3. For manufactured surfaces 10 a. Material recommended by manuiacturer 11 2.3 ACCESSORIES [NOT US�D] 12 2.4 SOURCE QUALITY CONTROL [NOT iTSED� 13 PART 3 - EXECUTION ] 4 3.1 INSTALLERS �NOT USED] 15 3.� EXAM�NATION [NOT USED] 16 3.3 PREPARATION [NOT USED] ] 7 3.4 APPLICATIQN [NOT USED� 18 3.5 REPAIR / RE�TORATION [NOT LTSED] 19 3.6 RE-IN�TALLATION [NOT USED] 20 3.7 I+IELD [ou] �ITE QUALITY CONTROL [NOT USED] 21 3.8 SYSTEM STARTUP [NOT II,SED] 22 3.9 ADJUST�NG [NOT USED) 23 310 CLEANYNG 24 25 26 27 28 29 30 31 32 A. General 1. Prevent accumulatic�n of wastes that create hazardous conditions. 2. Conduct cl�aning and disposal operatians ta comply with laws and safety orders of govezni�xg autho�ities. 3. Do not dispose of �volatile wastes such as mineral spirits, oil or paint thinner in storm or sanitary drains or sewers. 4. Dispose of degradable debris at an approved solid waste disposal site. 5. Dispose of nondegradable debris at an approved solid waste disposal sit� or ix� an alternate manner approved by City and regulatory agencies. CITY OP FORT WORTH 2O20 CONRETS RES'I'ORA1'iON CONTRACT 4 STAI�IDARD CdNSTRUC'I'ION SPECIFICATIbN DOCUMENTS City Project No, 102b46 Revised July 1, 2011 D7 7423-3 CL,�ANTNG Page 3 of 4 1 2 3 4 S 6 7 8 9 10 li i2 13 f4 15 16 17 18 19 20 21 22 23 24 25 26 27 2$ 29 30 3l 32 33 34 35 36 37 3$ 39 40 41 42 6. Handle materials in a controlle� manner with as few handlings as passible. 7. Thoroughly clean, sweep, wash anc� polish all Work and equipment associated with this project. 8. Remove all signs of temporary construct�on and activities incidental to construction of required pexmane�i Work. 9. If projeci is nai cleaned to i�ae satisfaction of the City, Che City reserves the right to have the cleanzng coznpieted at ihe expense of ihe Contractor. 10. Do not burn on-siYe. B. Interrnediate Cleaning during Construction 1. Keep Work areas clean so as not to hinder heaith, safety or canvenience of personnel in existing facility operations. 2. At maximum weekly intervals, dispose of waste materials, debris and rubbish. 3. Confine construction debris daily in strategically located container(s): a. Cover to prevent blowing by wind b. Store debris away from construction or operational activities c. Haui from site at a minimum o� once per week 4. Vacuuzia cleax� intez�ior arcas when ready to receive finish painting. a. Cantinue vacuum cleaning on an as-x�eeded basis, until Final Acceptance. 5. Prior to siorm events, thoroughly clean szte of all loose or unsecured items, which may becorne airborne or transported by �lowing water during the storm. C. Interior Final Cleaning 1. Remove grease, mastic, adhesives, dust, dirE, stains, fingerprints, labels and ather foreign materials from sight-exposed surfaces. 2. Wipe alI lighting fixture reflectars, lenses, lamps and trims clean. 3. Wash and shine glazing and mirrars. 4. Polish glossy surfaces to a cleaz shi�ae. 5. Veniilating systerris a. Clean perrnanent filters and replace ciisposable fiZters if units were operaied during const�-uction. b. Clean ducts, blowers and coils if units were operated without �lters during construction. 6. Replace alI burned out lamps. 7. Braom clean process area floors. 8. Mop office and cantxol roozx� floors. D. Exterior (Site or Right of Way} Final Cleaning 1. Remove irash and debzis contazners frozx� site. a. Re�seed areas disturbed by lacatian of trash and debris containers in accordance with ,Section 32 92 I3. 2. S�veep roadway to remove alI rocks, pieces of asphalt, concrete or any other object that may hinder or disrupt the flow af traffic along the roadvvay. 3. Clean any interior areas incZuding, but not ]imited to, vaults, tnanholes, strnctures, junc�ion boxes and inlets. C1TY OF FORT WORTH STANDARD CONST1t[JCTION SFECIl7ICATION DOCI[JMENT3 Revised Juty 1, 2011 2D20 CONRETE RESTORATIOIV CON`1'I2AC'1' 4 City Project No. 102696 1 2 3 4 5 6 7 8 9 �17423-4 CLEANING Page 4 of 4 4. If no longer required for maintenance of erosion facilities, and upon approval by City, remove erosion control from site. 5. Clean signs, lights, signals, �tc. 3.11 CLOSEOUT ACTIVITI�S [NOT USED] 3.1� PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 314 ATTACHMENTS [NOT USL+"D] END OF SECTION Re�ision Lag DATE NAME SUMMARY QF CHANGE i0 C3TY OF FORT WORTH STANDAI2D CONSTRUC"ITON SPECIFICATION DOCUIVIEI�IT5 Re�ised iuly 3, 2Q11 2(Y10 CONRETE FtESTORATION CONTRACf 4 City P�'ajcc[ �To. 702696 oi7�is-i CLOSEOU'I` REQUIl2EMEI�TTS Page ] of 3 1 2 3 PART1- GENERAL 4 1.1 SUMMARY SECTION OI 7719 CLOSEOUT REQUIREMENTS 5 A. Section rncludes: 6 1. The �rocedure far cIosing out a contzact 7 B. Deviations from this City of Fort Wort� Standard Speci�ication 8 1. None. 9 C. Related Specification Sections include, but are nat necessarily limited io: 10 1. Division D— Bidding Requirements, Contract Forms and Cond'ztions of the Contract 11 2. Division 1— General Requirements l2 1.� PRICE AND PAYMENT PROCEDURES I3 A. Measurement and PaymenC 14 1. Work associaCed with this Item is considered subsidiary to the variaus Items bid. 15 No sepazate payz�er�t will be allowed %r tlus Item. 16 1..3 REFER.ENCES [NOT USED] 17 1..4 ADMINISTRATIVE REQUIREMENTS 18 A. Guarantees, Bonds and Affidavits 19 1. No application for final payment will be accepted until aIl guarantees, bonds, 20 certificates, licenses and af�davits required for Work or equipment as specified are 21 sat�sfactorily fiied with the City. 22 B. Reiease o�Liens or Claims 23 l. No applicatio�a foz �nal payment will be accepted until satisfactory evidence of 2A� release of liens has been submitied to tk�e City. 25 1.5 SLTBMITTALS 26 A. Submit aIl req�aired documentation io City's Project Representative. C1TY OF FQRT WORTH 2O20 CONCRETE RESTORATION CONTRAC'[` 4 STAI�IDARD CONSTRUCTION SPSCIFICATIQN DQCUMEI+i'TS City Project No. 102595 Revised 7uly 1, 2011 oi��i9-a CLOSSOUT REQUIREMENTS Page 2 of 3 1 1.6 INTORMATIQNAL SLTBMITTALS [NOT USED] 2 1.7 CLOSEOUT SUBMITTALS [NOT USED] 3 PART � - PRODLTCTS [NOT USED] 4 PART 3 - EXECUTION 5 31 �NSTALLERS [NOT USED] 6 3.2 �XAMYNATION [NOT USED] 7 8 3.3 PREPARATTQN [NOT USED] 3,4 CLQSEOUT PROCEDURE 9 A. Prior to requesting Final Inspection, submit: l0 1. Project Record Documents in accordance with Section 01 78 39 11 2. Opera�ion and Maintenance Data, if required, in accardance with Sectio� Oi 7$ 23 12 B. Frior to requesting Final Inspection, perform final cleanix�g in accozdance watla Section 13 O1 74 23. 14 15 16 17 18 19 20 21 22 23 24 25 2b 27 2$ 29 30 31 32 33 34 35 35 37 38 39 C. Final inspection 1. After �tnal cleaning, provide notice to the City Project Representati�e that the Work is completed. a. The City will make an ini�iai Final Inspection wiih the Contracioz present. b. Upon coxnpletion o� this inspection, the City will notify the Contraetor, in writing within J fl business days, of any particulars in which this inspection reveals tEiat the Work is defecti�ve or incomplete. 2. Upon receiving wri[ten notice from the City, immediately undertake the Work required to remedy deficiencies and complete the Work to the sa�isfaction of the City. 3. Upon completion of Work associaied with the iterz�s last�d in the Czty's w�tten notzce, infoxm the City, that the required Wark has been completed. Upon reeeipt of tl�is notice, the City, in the presence of the Contractor, will make a subsequent I'inal Inspectian o� the projeet. 4. Provide all special accessories required to place each item of equipment in full operation. These special accessory items include, but are not limited to: a. Specified spare p�-ts b. Adequate oil and grease as required for the fiz�st lubzicatio� of t�ae equiprnent c. Initial fill up of all chemical tanks and fuel tanks d. Lighi bulbs e. Fuses f. Vauit keys g, Handwheels h. Other expendable items as required for initial start-up and opera�ion af alI equipment D. Notice of Project Completion cr�r�t o� �o��r wozz�z zozo caNc�T� xESTORATiorr corrT�cT a STA�TDARD CONSTI2IJCTiON SPEC1FiCAT10N I]OCCIM�N`i'S City Pxoject Na. 10269G Revised 7uly 1, 2DI1 017719-3 CL03EOUT REQUII2EMENTS Page 3 of 3 1 2 3 4 5 6 7 8 9 10 li 12 13 14 15 16 i7 18 19 20 21 22 23 24 25 26 27 28 1. Once the City Project Representative finds the Worlc subseq�ent to rinal Tnspection to be satisfactory, the City will issue a Notice of Project Completion {Green Sheef). E. Supportix�g Documentation 1. Coordinate with the City Project Representative to complete the following additionai forms: a. Final Payment Request b. 5tatement oi Contract Time c. Affidav�it of Payrxzent and Release oF Liens d. Consent of Suzeiy to Final �ayzir�ez�t e. Pipe Report (if required) f. Cantractor's Evaluation af City g. Performance Evaluation of Contractor F. Letter of Final Acceptance 1. Upon review and acceptance of Notice of Project Completion and Supparting Documentation, in accordance with General Conditions, City will issue Letter af Final Acceptance and release the Final Payment Request for payment. 3.5 REPAIR / RESTORATION [NOT U�ED] 3.6 RE-INSTALLATION [NOT USED] ' 3.7 FIELD [on� �I'�E QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 310 CLEAIVING rNOT USED] 311 CLOSEOUT ACTIVITIE� [NOT IISED] 3.12 PROTECTXON [NOT USED] 3.13 MAINTENANCE �NOT USED] 3.14 ATTACHMENTS [NOT U�SED] END OF SECTION Revision Log DA`I'E NAME SUMMARY OF CHANGE 29 c�x o� �oz��r wo��z STANDARD CONSTRUCTION 5PECIFICATION DOCUMENTS Revised July 1, 201f 2020 CO1VC�'C� IiESTORATTON CONTT2ACT 4 City Project 3�0. 102b96 017823-1 OYEI2A'�'IOIN ANA MAINTENANCE DATA Page 1 of 5 � 2 3 PART1- GENERAL 4 1.1 SUMMARY sEc rroN oi �s 23 OPERATION AND MAINTENANCE DATA 5 A. Sectzon� �ncludes: 6 1. Product data and related information appropriate for Ciry's maintenance and 7 operation of products furnished under Contract 8 2. StYch products may include, but are not limited to: 9 a. Traffic Controllers 1� b. Irrigation Controllers (to be operated by the City) ] 1 c. Butterfly Valves 12 B. Deviations irom this City of Fort Worth Sta�dard Specifzcation 13 1. None. 14 C. Relaied Speci�catzon Sections include, but are not necessarily limited to: 15 1. Division Q— Bidding Requirements, Cantract Forms and Conditions of the Contract l6 2. Division 1-- General Rec�uiremenis 17 1.2 PRTCE AND PAYMENT PROCEDURES l8 19 20 21 1.3 A. Measurement and Payment 1. Work associated with tlus Itezn is considered subszdiary to the various Items bid. No separate payment will be allowed for this Ttem. REFERENCES [NOT USED] 22 1.4 ADMINISTRATYVL R�QUIItEMENTS 23 A. Schedule 24 1. Submit manuals in final fozxn io tk�e City wztlain 30 calendar days af product 25 shipment to t�e project sii�. 26 1.5 SUBMITTAL� 27 A. Submittals shall be i� accordance witE� Sectian 01 33 00 . All submittals shall be 28 approved by the City prior to delivery. 29 L6 INFORMAT�ONAL SUBMXTTALS 30 31 32 33 3A 35 36 37 A. Submittal Form 1. Prepare data in form of an instructional manual for use by City personnel. 2. Format a. Size: 8'/s inches x 11 inches b. Paper 1} 40 pound minimum, white, for typed pages 2} Holes reinfarced with plastic, ctoth or metaI c. Text: Manufacturer's printed data, or neatly typewritten CTTY OF FORT WORTH 2O20 CflNCRETE RESTpRATIpN COI�iTRACT A STANDARD CONSTRUC'1'ION SPECIFICATION DOCUMENTS City Project No. 102696 Revised Decernher 20, 2p12 017823-2 OPERATiQN AND MAINTFNANCE AATA Page 2 of 5 1 2 3 4 5 6 7 8 9 10 ]1 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 3b 37 38 39 40 41 42 43 44 45 46 47 48 3 4. CX. D1aW1I1gS 1) Provide xeinforced punched binder tab, bind in with text 2) Reduce larger drawzngs and fold to size of texC pages. e. Provide fly-leaf for eac�a separate product, or each piece of operating equipment. 1) Provide typed description of product, and z�ajoz cor�aponent parts of equipment. 2) Provide indexed tabs. f. Cover �) �dentiFy each volume with typed or printed title "OPERATING AND MAINTENANCE INSTRUCTIONS". 2) List: a} Title of Project b) Ide�tity of sepazate struucture as applicable c) Tden�ity of general subject matter covered in the manual Binders a. Commerciai quaL�ty 3-ring binders with durable and cloanabl� plastac covers b. Whem m�ltiple binders are used, correlate the data into related consistent grQupings. If available, provide an electronic form of the O&M Manual. B. Manual Content 1. Neatly typewriiten table oi contents for each volume, arranged an systematic order a. Contractor, name oi responsible principal, address and telephone number b. A Iist of each product required to be incl�ded, indexed io content oi the volume c. List, with each product: 1} The name, address and telephone number af the subcontracioz� oz� installer 2) A list of each product required to be incIuded, indexed to conterzt of tlae volume 3) It�entify area of responsibiIity of eacl� 4) Local source of supply for parts and replacement d. Identify each product by product name and ather identifying symbols as set forth in Contzact Documents. 2. Product Data a. Include only those sheets which are pertinent Eo the speci�Zc product. b. AnnoEate each sheet to: 1) Clearly identify specific product or part installed 2} Clearly iden[ify data applicable to instaltation 3) Delete references to inapplicable information 3. Drawings a. Supplement product data with drawings as necessary to clearly iIlustrate: 1) Relations oi componeni parCs oi equipment and systems 2} Control and flow diagrams b. Coozdi�aie drawings witl� inforznatzon in Project Record Documents to assure correct ilIustration of campleted instailat�on. c. Do not use Project Record Drawings as maintenance d�rawings. 4. Written text, as requrred to supplement prod�ct data for the particulax installation: a. Organize in consistent format under separate headings for different procedures. b. Pravide logical sequence of instruct�ons of each procedure. C1TY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCiJMENTS Revased Dece�nber 20, 2012 2020 COAlCRETE RESTORATION CpI+iTRACT 4 City Project No. L02696 017823-3 OPERATFOdY AND MAII�TENAIVCE DATA Page 3 of 5 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 5. Copy of each wa�rranty, bo�d and service contract issued a, Pro�ide information sheet for City personnel giving: 1) Proper procedures in event of failure 2) Instances which mig�it affect validity of warranties or bonds C. Manual for Materials and Finishes 1. Submit 5 copies of complete manua� in final forin. 2. Content, �or architectural pxoducts, applied rx�atez�als and finishes: a. Manufacturez's data, giving full information on products 1) CataIog number, size, composition 2) Color and texture designations 3) Informa�ion required for reordering special manufactured products b. Instructions far care and maintenance I) Manufacturer's recommendation for types of cleaning agents and methods 2) Cautians against cleaning agents and methods which are detrimental to praduct 3) Recommended schedul� for cleaniz�g and zrza�ntenance 17 3. Content, for rnoisture pzotection and weather expasure products: 18 a. Manufactuzez''s data, givzng full information on products 19 I ) Applicable stand�rds 20 2) Chemical composition 21 3} Details of installation 22 b. Instructions for inspection, maintenance and repair 23 D. ManuaI for Equipment and Systems 24 1. Subz�ait 5 copies af complete manual in final form. 25 2. Content, for each unit of equip�nent and system, as apprapriate: 26 a. Description of unit and component parts 27 I) Function, normal operating characteristics and limiting conditions 28 2) Performance cur�res, engineering data and tests 29 3) Complete nomenclature and commercial numbex of replac�able paxts 30 b. Operaiing procedwr�s 31 I) Start-up, bzeal�-in, routine and norrnal operating instructions 32 2} Regulation, control, stopping, sl�ut-down and emergency instructions 33 3} Summer and winter operating instructions 34 �) Special operating instructions 35 c. Maintenance procedures 36 1) Routine operations 37 2) Guide to "trouble shooting" 38 3) Disassembly, repa3r and reassexx�bly 39 4} Alignment, adjusting and checking 40 d. Servicing and lubrication scheduie 4] 1) List of lubricants required 42 e. Manufacturer's printed operating and maintenance instructions 43 f. Description of sequence of operation by contral manufacturer 44 l) Predicted life of parts subject to wear 45 Z) Items recommended ta be stocked as spare parts 46 g. As installed control diagrams by contz�ols manufacturer 47 h. Each contractor's caordination drawings �S 1) As installed color coded piping diagrams CI'TY OR RORT WORTH 2O20 CONCRETE RESTORATION CONTRACT 4 STAIVDPI2D CONSTI2UC'I'ION SPFCTFICATIOFV DpCiJMBNTS City Project No. 102696 Aevised December 20, 2012 017823-a OPERATION AND MAINTEIYANCE DATA Page 4 of 5 1 2 3 4 S 6 7 $ 9 za ll 12 13 14 IS 16 17 18 19 20 21 22 23 24 25 26 27 28 29 1. J- k. 3. Content, for each electric and electronic system, as appropriate: a. Descrip#ion of system and component parts I) Function, normal operating characteristics, and limiting conditions 2) Perfarxnance cuxv�s, engineering data and tests 3) Complete nomez�claiure and commercial number ot� replaceable parts b. Circurt directoz�es of panelboaxds 1) Electrical servzce 2) Contro�s 3) Communications c. As installed color coded wiring diagrarns d. Operating procedures 1) Routzne and narmal operating instructions 2) 5equences required 3) Special operating instructions e. Maintenance procedures 1} Rouiine operations 2) Guide to "trouble shooting" 3) Disasseznbly, repair and reassembly 4) Adjustmeni and cheeking f. Manufacturer's printed operating and maintenance instructions g. List of original manufacturer's spare parts, manufacturer's current prices, and recommended quantities to be maintained in storage h. Other data as required under pertinent Sections of Specifications 4. Prepare and include additional data when the need for such data becomes apparent during insiruction oi City's personnel. Charts of vaIve tag numbers, with lacation and function of each valve List of ariginal manufacturer's spare parts, manufacturer's current prices, and recommended quantities to be maintained in storage Other data as req�tired under pertinent 5ections of Speci�cations 30 1.7 CLO�EOUT SUBMITTAL� [NOT USED� 31 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 32 1.9 QUAL�TY ASSURANCE 33 A. Provide operation and maintenance data by personnel with the following criteria: 34 1. Trained and experienced in maintenance anc� operation of described products 35 2. Skilled as technical writer to the extent required to communicate essential data 36 3. Skilled as draftsman competent ta prepare required drawings CITY OF FORT WORTf� 202D COIVCRE'� Ii�STORA,TION CON1'12ACT' 4 STAIYDARD CQNSTRUCTION SPECIFICATION DOCUMENTS City Project Na. 102696 Revised December 20, 2D12 01 78 23 - 5 OPERATION AND MAII�ITENANCE DATA Pagc 5 of 5 1 110 DELIVERY, STORAGE, AND HANDLING [N�T USED] 2 1.11 FIELD [SITE] CONDITIONS [NOT USED] 3 1.12 WARRANTY [NOT USED] A PART 2- PRODUCTS INOT USED] 5 PART 3- EXECUTXON [NOT USED] 6 END QF ,SECTION 7 Revision Log DATE NAME SUMMARY OF CHANG�, 8/31/2D12 D. Johnson I.S.A.1 -- title of section removad CI'TX OF FORT WORTH 2O20 CONCRETE RESTORATION CpNTTtACT �4 STANDARD CONSTRL'CTiON SPEC1FiCATiON DOCUME1�tT5 City l�roject 1Vo. i0269fi Revised Deccmber 20, 2012 O17839-1 PROdECT RECQRD DOCUMENT3 Pagc 1 of 4 1 z 3 PART1- GENERAL 4 1.1 SUMMARY SECT�ON Ol. i8 39 PR07ECT RECORD DOCUMENTS 5 A. Section Includes: 6 1. Work associated wiih ihe documenting the project and recording changes to project 7 docurnents, including: 8 a. Record Drawings 9 b. Water Meier Service Reports 1D c. Sanitary Sewer Se�rvice Repoxis i l d. Large Water Meter Reports 12 B. Deviations from this City of Fort Worth Standard Speciiication 13 1. None. 14 C. Related Specification Sectians include, but are not necessarily limited to: 15 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 16 2. Division 1— General Requirements 17 1.� PRiC� AND PAYMENT PROCEDURES 18 A. Measurement and �ayment 19 1. Work associated �ovith this Item is considered subsidiary to the vazious Items bid. 20 No separate �ayment will be allowed for this Item. 21 1.3 REFERENCES [N�T USED] 22 23 1.4 ADMIIVISTRATIVE REQi7IREMENTS [NOT USED] 1.5 SUBMITTALS 24 A. Priar to submiiting a request %r Final Inspection, deIiver Froject Record Documents to 25 City's Projeci Repz�esentative. 26 Lfi ACTION �UEMITTALS/INFORMATIONAL SUBMITTALS [NOT USED� 27 28 1.i CLOSEOUT SUBMITTALS [NOT U5ED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 29 1.9 QUALITY ASSUltANCE 30 31 32 33 34 35 36 A. Accuracy of Recorr�s 1. Thoroughly coordinate changes within the Record Docurnents, rnal�ing adequate and proper entries on each page of Specifications and each sheet of Drawings and other pocuments where such entry is required to show the change properly. 2. Accuracy of records shaIl be such that future search for items showr� in the Contract Documents may rely reasonably on information obtatned from the approved Project Record Docuzx�enis. C1TY OF FOKT WORTH 2D20 CpNC12ETE RES'�'ORA`I'IOIY CONTRACT 4 STANDAI2D CONS1'RUCTTON SPECIFICA'TIOA! DOCUMENTS City Project No. 102696 Revised lu�y 1, 2011 017839-2 PROJECT RECORD DOCUMEIVT5 Puge 2 of 4 l 3. To facilitate accuracy of records, make entzies witlain 24 hours after receipt of 2 in�ormation that the c�aa�ge has occurred. 3 4. Fxovzde �actual information regarding a�l aspects of the Work, both concealed and 4 visible, to enable future modi�cation of the Work to proceed without lengthy and 5 expensive site measurement, investigation and examination. 6 1..10 STORAGE AND HANDLING 7 A. Storage and Handling Requirements S 1. Maintain the job set of Recazd Docuz�ents completely protected from deteriarat�on 9 and froxx� loss and damage until campletion af the Work and transfer of all recorded 10 daia to the final Project Record Documents. 1] 2. rn the er�ent of loss of recorded data, use means necessary to again secure the data 12 to the Ciry's approval. 13 a. rri such case, provide replacements to the standards originally required by tl�e 14 Contract Dacuments. 15 11l �'XELD [SYTE] CONDITIONS [NOT USED] 16 1.12 WARRANTY [N�T USED] 1'7 PART 2 - PRODUCTS 18 2.1 OWNER-FURNISHED [oR] OWNER-SUPPLIED PRODUCTS [NOT USED] 19 20 21 22 23 2�4 25 2fi 27 �.� RECORD DOCUMENTS A. 7ob set 1. Promptly following receipt of the Notice io Proceed, secuze frox�rz the Ciiy, at no charge to the Contractar, 1 complete set oi all Documents coxnpz�si�g the Contract. B. Final Record Dacuments l. At a time nearing the coxx�pletion of the Work and prior to Final Inspection, provide t�ae City 1 complete set of aIl Final Record Drawings in the Contract. 2.3 ACCESSORIES [NOT USED] 2.� SOURCE QUAL�TY CONTROL [NOT U�SED] 28 PART 3 - EXECUTY4N 29 3.� YNSTALLERS [N�T USED] �a 31 32 33 3A 35 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 MAINTENANC� DOCUMENTS A. Mazntenance of Job Set 1. Immediately upon receipt of the job set, identify each of t�e Documents with the title, "RECORD DOCiTMENTS - JOB SET". CT"I"Y OF 1�OAT WORTFI 2020 CONCRETE ItESTORATTON CONTRACT 4 STANDARD CONSTRUCTiON SYECT�%TCA'1'TON IJOCi7Sv�EN'�'S City Project I�lo. 1D269b Re�ised July 1, 2011 017839-3 PROJECT RECORD DOCUMENTS Page 3 of 4 1 2. Preservation 2 a. Considering the Contract completion time, the probable number of occasions 3 upon which the job set must be taken out for new entries and far examination, 4 and the conditions under which these act�vities wiIl be performed, devise a 5 suitable method for protecting the job set. 6 b. Da not use the job set for any purpose except entry of new data and for review 7 by the City, until start of transfer of data to final Froject Record Documents. 8 c. Maintain the job set at the site of war�. 9 3. Coordination vvith Construction Survey IO a. At a rninirnurn, in accordance with the intervals set forth in Section OI 7l 23, ll elearly mark any deviations from Contraci Documents associaied wzih 12 installation of the infrastructure. l3 14 I5 16 17 18 14 24 4. Making entries on Drawings a. Record any deviations from Contract Dacuments. b. Use an erasable colored pencil (r�ot ink or indelible pencil), clearly describe the change by graphic Iine and note as required. c. Date all ent�ies. d. Call attention to the entry by a"cloud" drawn around the area or areas affected. e. �n the event of overlapp�ng changes, use difFerent colors for the overiapping chan�es. 21 5. Conversion of schematic layouts 22 a. In some eases on the Drawings, arrangements of condurts, cixcuits, pipzng, 23 d�acts, and similar items, are shown schematicaIly and are not intended to 24 portray precise physical layout. 25 1) Final physical arrangernent is determined by the Contractor, subject to the 26 City's approval. 27 2) However, design oi` future modiiications of the facility may require 28 accurate information as Co the final physical layout of items which are 29 shown onXy schematzca�ly o� the Drawings. 30 b. Show on the job set of Record Drawi�gs, by dirr�ension accurate ta within 1 31 inch, the centerline of each run of items. 32 1) Final physical arrangement is determined by the Contractor, subject ta the 33 City's approvaI. 34 2) Show, by symbol or note, the vertical location of the Item ("under slab", "in 35 ceiling plenum", "exposed", and the like). 36 3) Make ai! identificatian suff ciently descriptive that it may be related 37 reliably to the Specifications. 38 c. The City may waive the requireznents foz conversion of schematic layouts 39 where, in the City's ju�gment, conversipn serves no useful purpose. However, 40 do not rely upon waivers being issued except as specificaliy issued in writing 4T by the City. 42 B. Final Project Record Docurnents 43 L Transfer of data to Drawings 44 a. Carefully transfer change data shown on the job set of Record Drawings to the 45 corresponding final documents, coordinating the changes as required. 46 b. Clearly indicate at each af%cted detail and oCher Drawing a full description of 47 charzges made during construct�on, and Eh� actual location of items. C�'Y OF FQi2T WORTk� 202D CO1VC�'� IiBSTORATIOIV COIV"T'TtACT 4 STAI�IDARD CONSTRUCTION SPECIFICATION DOCUFVIENT5 City Projecl No. 10269G KeviserE 7uly 1, 20ll 017839-4 T'ROJEC'1' RFCORT] DOCUMENTS Yage 4 of 4 1 2 3 4 5 6 7 8 9 10 11 12 13 l4 15 16 17 ]8 19 20 27 22 23 24 25 c. Call attentian ta each entry by dravving a"cloud" around the area or areas affected. d. Make changes neatly, consistently and wi�h the proper media to assuze longevity and clear reproduction. 2. Transfer of data to other pocuments a. If the Dacuments, other than Dxawi�gs, k�ave bee� kept clean during progress of the Woz'k, and if entries thereon ha�e been orderly to the approval of the City, the job set of those Documents, other than Drawings, will be accepted as final Record Documents. b. If any such Document is not so approved by the City, secure a new copy of that Document from the City at the City's usual charge for reproduction az�d handling, and carefully transfer the change data to t�ae new copy to the approeai af the City. 3.5 REPAIR I RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD [o�] SITE QUALITY CONTROL [NOT USED] 3.8 �YSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 310 CLEAN�NG [NOT USED] 3.11 CLOSEOUT ACTNITiES [NOT USED� 3.12 PROTECTION [NOT USED� 313 MAINTENANCE [NOT USED] 314 ATTACHMENTS [NOT USED] END O�' SECTrON Re�ision Log DATE NAME SUMMARY ��' CHANGE � CITY �F FORT WOR'fH STANl�AI2D CONS'I'RUCTIDN SPECIFICAT10I�i DOCUMEN'FS Revised July 1, 2011 2020 CONCI2N,T� TtE3TOI2A'I'ION C0�'TRACT A City Praject No. 102696 3I2316-1 UNCLASSIFIED EXCAVATION Page i af 5 i1 3 PART1- GENERAL 4 5 6 7 8 9 IO 11 12 13 1.1 SUMMARY A. Section Includes: SECTION 312316 UNCLASSIFIED EXCAVATION 1. Excavate areas as shown on the Dra�snlings or as directed. Remaval af materials encountered to the lines, grades, and typical sectia�s shown on the Drawings anc� removaI from site. Excavations may include construction of a. Roadways b. Drainage ChanneIs c. Site Excavation d. Excavation for Structures e. Or any other operation invoZving the excavation of on-site materials 14 B. Deviations from tk�is City o,f �'ort Worth Standard Specification zs i. r�c��: �i ri�� N��i�.rr:c��i� � ��rc�t�..r���rrark�,r� �a,xc�r��t�����rc ��1 � I i l� i� ,�F-�ni,l_� t�f�. 16 �'A1'.�fil,l� l'C� [{€sl�9t }V�y l��C'��;; tiL�BC�RAE�F•; h�1!1'1'1_�l�lAl.. 1�4+f CI.:C��: 17 [�C:F'��C'�C� COhl� f�LT�: PA V�M G�'C' �f'[ IiCC{�+f CSS f5 tv�3�1�E:'f�1 i.�l�2 -� IiV[�I-I_ 18 �.. L�I,���S�I�D CYC�i�l:�TIUN TC} i'L.�i.C' F�LI:?CLLiI.Ts F3ASL:� � ilLli��l3 Sl�IA��L 19 .. 13F C'�il�,�LE�1;1���� ���liiSll)]r11��`. N{] 5GJ'A1211'i'E P.�Y. 20 C. Related Specification Sections include, but are not necessari�y limited to: 21 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 22 2. Divzszo�a 1-- G�z�ezal Requiz�zx�.ents 23 3. Seciia� 3I 23 23 -- Bozzow 24 4�, Sectio� 31 24 00 — Embankments 25 1..2 PRXCE AND PAYMENT PROCEDURES 26 27 28 29 30 31 32 33 34 35 36 37 38 A. Meas�zrement and Payment: ITNCLASSlF]ED EXCAVATTON SHALL BE PAYABL� TO REMOVE EXCESS SUBGRADE MATERIAL WHERE REPLACED CONCRETE PAVEMENT THICKNESS I5 MORE THAN 7 1NCH. a. Excavation by Plan Quantity Measurement 1) Measuremeni for this Item shall be by the cubic yard in its final position using ik�e average end az�ea method. Limits of ineasurement are shawn on ihe Drawings. 2) When measured by the cubzc yazd i� its final positiox�, tkuis is a plans quantity measurement Ttem. The quantity to be paid is the quantity shown in tfie propasal, unless modtfied by Ariicle I 1.04 of the General Conditions. Additional measurements or caiculations will be made if adjustments of quan�ities are required. b. Payment CTI'Y QF FORT WOR'FH 2O20 CONCRE'�'E RESTORATION CON'FRACT 4 STANDARD CONSTRUCTION SPECiFICATION DOCUMFIVTS City Project Np. 102696 Revised 7anuary 2&, 2013 312316-2 TJNCT.,ASS�k'TEl] E�CAVATTpI+I Yage 2 of 5 1 2 3 4 5 6 7 8 9 10 i1 i2 ]3 l4 15 16 17 l8 l9 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 A3 J) The work periarmed and materials furnisf�ed in accordance with this Item and measured as provided under "Measurement" will be paid far at the unit price bid per cubic yard of "Unclassified Exca�ation by P1an". No adcl�tio�al compensation will be allowed far rock or shrinkagelswefl factors, as th�se are the Contractor's responsibility. c. The price bid shall include: 1) Exca�atian 2) Excavatian Safety 3) Drying A) Dust Control 5) Reworking or replacing the o�er excavated material in rock cuis 6) Hauling 7) llisposal of exc�ss rxiaterial nat used elsewhere ansite 8) Scarificatian 9) Clean-up 1�} UNLASSI�IED EXCAVATION TO 1'LACE FLEXIBLE BASE COURSE 2. Excavation by Surveyed Quantity d. Measurement 1) Measurement for t�is Item shall be by the cubic yard in its final position calculated using the average end area or compasite method. a) The City will perForm a reference survcy o�ce the Szte has been cleared to obtain e�sting ground conditzox�s. b} The City �ill perform a final post-construction survey. c) The Contractor will be paid for the cubic yardage of Excaeated materzal catculated as the difference between the two surveys. d} Partial payments will be based on estixnated plan quantity measureznents calculated by the Engineer. b. Payment 1) T�ae work performed and materials furnished in accordance with this Item and measured as providec! under "Measurement" will be paid for at the unit price bid per cubic yard of "Unciassified Exca�ation by Survey". c. The price bid shall include: 1) Excavation 2) Excavation Saf�ry 3) Dzyzng 4) Dust Cantrol 5) Rewarking or replacing the o�er excavated material in rock cuts 6) Hauling 7) DisposaI af excess material not used elsewhere onsite 8) Scarificat�on 9) Clean-up 10) UNLASS�IED EXCAVATZON TQ PLACE FLEXIBL� BASE COURSE 44 1.3 REFERENCES [NOT USED] 45 A. Defini�ians C1TY OP PORT WORTH 2O20 CONCAE'[7? RESTORAT[ON C�IVTRACT �4 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102696 Tte�ised Janu�ry 28, 2013 312316-3 TJPCCLASSTFTED EXCAVATION Page 3 of S 1 1. Unclassified Excavation — Without regard to materials, all excavations shalI be 2 considered unclassif ed and shall inc2ude all materiais excavated. Any reference to 3 Rock or other materiais on the Drawings ar in the specifications is so�eIy for fhe 4 Ciry and the Contracior's information and is not to be taken as a classif2cation of 5 �e sxcavaizox�. 5 �.4 ADMINSTRATIVE R�QUIREMENTS 7 A. The Contractor will provide ti�e City with a Disposal Letter in accordance to Division S 01. 4 l..S SUBM[TTALS [NOT USED] 10 1.6 ACT�ON SUBMXTTALSl�NF�RMATXONAL SUBMITTALS [NOT USED] 11 1.'7 CLOSEOUT ,SUBMITTALS [NOT USEll] 12 1.8 MAINT�NANCE MATERIAL SUBMXTTALS [NOT USED] I3 1.9 QUALITY ASSiTR.ANCE 14 15 16 17 18 l.9 20 21 22 23 24 25 26 27 28 29 30 3I 32 33 3A 35 36 37 A. Excavation Safety 1. The Cont�actor shall be solely responsible for making all excavations in a safe manner. 2. All excavation and related sheeting and bracing shall comply with the requirements of �SHA excavation safety standards 29 CFR part 1926 and state requirernents. l�.1.0 DELIVERY, STORAGE, AND HANDLiNG A. Storage 1. Within Exrsting Rights-of-Way (ROW) a. Soil may be stored within existing ROW, easements or temporary construction easements, unless speciFically disallowed in the Contract Documents. b. Do not block drainage ways, inlets or driveways. c. Provide erosion control in accordance with Section 31 25 00. d. When the Work is performed in active traffic areas, stoz�e materials onZy in areas ban-icaded as pxovided zn i�ae izaffic conirol plans. e. In non-paved areas, do not store material an the root zone of any trees or in landscaped areas. 2. Designated Storage Areas a. If the Contract Documents do not allow the storage of spoils within the ROW, easement or temporary construction easement, then secure and maintain an adequate storage location. b. Provide an affidavit that rights have been secured to store the materials on pz-zvat� pzoperty. c. Pravide erasion control in accordance with Sectzon 3l 25 00. d. Do not block drainage ways. 38 111 �'LCLD CONDYTIONS 39 A. Existing Conditions CTTY OF FORT WORTii 2D20 CONCRETS RESTpRATTpN C�1V"I'RACI' 4 S"1'ANDAI2D CONS'T'i2UCTTON SPECIT�ICATION DOCUMENTS City Project No. 102696 Revised 7anuary 28, 2013 372316-4 UNCLASSIFIED EXCAVATIdN Page �4 of 5 1 1. Any data which has been or may be provided on subsurface conditions is not 2 intended as a representation or warran�y of accuracy or continurty between soils. It 3 is expressly undersiood thai neitlaer the City r�or the Engineer wi1T be respansible 4 for interpreta�ions or conclusions drawn t�aeze from by the Cantractar. 5 2. Data is znade available for the con�venience of the Contractor. 6 1.1� WAlt.IZANTY [NOT USED] 7 PART 2- PAODUCTS [NOT USED] 8 2.1 OWNER-FXIRNISHED [NOT USED] 9 2.2 PRQDUCT TYPES AND MATERIALS 10 A. Mater�als 11 1. Unacceptable Fill Mat�xial 12 a. In-situ soils classified as M�., MH, PT, OL or OH in accordance with ASTM 13 D2487 14 PART 3 - EXECiTTION 15 3.1 INSTALLERS [NOT i7SED] 16 3.2 EXAMTNAT�ON [NOT USED] 17 3.3 PREPARATION [NOT USED� 18 3.4 19 20 CONSTRUCTION A. Accept ov�exs�aip of us�surtable or excess material and dispose of material off-site accorda�ce with local, state, and federal regula�ions at locations. 21 B. Exca�ations shall be performed in the dry, and kept free fram water, snow and ice 22 during construction with eh exception of water that is applied for dust control. 23 C. Separate Unacceptable Fill Material From other materials, remove fro�a tk�c Site and 24 properly dispose according to disposal plan. 25 D. Maintain drainage in the excavated area to avoid damage to the roadway sections and 26 proposed ox existix�g stzuctures. 27 E. Correct any damage to the subgrade caused by weather, at no additional cost to the 28 Czty. 29 F. Shape slopes to a�oid loosening inaterial belaw or outside the proposed grades. 30 Remove and dispose of slides as directed. 31 32 33 34 35 36 G. Rock Cuts 1. Excavate to finish grades. 2. In the event oi aver excavation due to contxactor error below the lines and grades establish�d �� the Dzawings, use approved embanlctnent material compacted in accardanc� with Section 31 24 Oa to replace the over exeavated at na additional cost to City. CITY OF FORT WORTH 2O20 CONCRE'I'E 1ZESTORATION CONTRACI' 4 STANDARll CONSTRUCI'IOI� SPECIFICATION DOCUMEIVTS City Project No. 102G96 Revised January 28, 2013 312316-5 TJNCLASS1FiNJ7 E7�CAVA1'ION Page 5 of 5 1 H. Earth Cuts 2 1. Excavate to finish subgrade 3 2. In the event of over excavation due to contractor error below the lines and grades 4 esCablished in Che Drawings, use approved embankment material compacted in S accordance witi� Sectaon 31 24 00 io replace the over excavated at no additional 5 cost to Ciry. 7 3. Manipulate and compact subgrade iz� accordance with Section 31 24 00. 8 3.5 REPAXR [NOT USED] 4 3.6 RE-1NSTALLATION [N�T USED] 1a 3.7' FrELD QUAL�TY CONTROL 11 A. Subgrade Tolerances 12 1. Excavate to within 0.1 foot in all d'rrections. 13 2. In areas of over excavation, Contractor provides fill material approved by [he City I4 at no expense to the City. 15 3.8 SYSTEM STARTUP [NOT LTSED] 16 3.9 ADJ[TSTING [NOT USED] 17 3.10 CLEANING [NOT USED] 18 3.11 CLOSEOUT ACTNITIES [NOT USED] 19 3.12 PROTECTION �NOT USED] 20 313 MAINTENANCE [NOT USED] 21 314 ATTACHMENTS [NOT IISED7 22 END OF SECTXON Revision Log DATE NAME SUMMAAY OF CHANGE 12/20/20i2 D. Jvhnson 1.2 - Measurement and Payment 5ection modified; Blue Text added for c]arificat�on 1/28/I3 D. Iohnson 1.2 — Modified Bid Item names in payment sectipn ta differentiate between Payment Methods on bid list. 23 C1TY OR FpRT WORTH 2O20 CONCRETE RESTpRATTpN CON"�2ACT 4 STAN'DA1217 CO1+rSTRUCTION Sl'ECT�ICA'T'ION DOCUMEN'T'S City Project No. ] 02696 Revised Jaouary 28, 2013 32 11 23 - 1 FLEXIQLE IIASE COURSES Yage I of 7 1 2 3 PART 1 - GEIV�RAL �4 1.1 SUMMARY SECTION 32 112�3 FLEXIBLE BASE COURSES 5 A. Section Includes: 6 1. �'oundation course far surface course or for other base course composed of flexible 7 base constructed in one or more courses in conformity with the typical sectron. S B. Deviations from this City of Fort Warth Standard Specification 9 I_ FC}R `I-�-113 T'f�l}d�C.�' F'1.F��.E��,,�', �!1'ti�, �'.{]�![��E'.� �,�?,�r�'f{.}iV 3? I I:.:� 5i-I111��1 10 R�_� f�1�=.+�tii.i�2h.lx ��' 'I'�l.F=��'i.�F�l(.' 1'��it[� [}F= (.`s ��1J'f.lr'1'��1:) �L�I..Ill.�l�i'!'i'�_ 11 �, l I�1['I.rOti�1f-11�f � f�,�C:11b'A'I'�f.)�l .h�l€� I-�11�;] ,l�{ � I�f:E�l �lltl�? �I�(} 1'I.A{'I; 12 1=1,E•,�C.EI�I,�{li.�til�.I'{?l;�tti�:�: ti��l,�11_l_ F3i�•;i;'c��ti![31:�.�t1�_l3.titli�,ti1!]L�1tY, N� 13 � f :f�rik�1'��'� : I'h Y', 14 C. Related Specification Sections include, but are not necessarily limited to: 15 1, Di�vision 0-- Bidding Requirements, Contract Forms, and Conditians of the 1 b ConT�-acY 17 2. Division 1— General Requirements 18 1.2 PRICE AND PAYlVIENT PROCEDi.TRES 19 Za 21 22 23 24 25 26 z� 28 29 30 31 32 33 3� 35 36 37 38 A. Measurement and Payment 1. Measurement a. Measu�relnent for this Ttem will be by tl�e �e CUBIC yard of Flexible Base Course for varrous: 1) Depths 2) Types 3) Gradations 2. Yayment a. Tk�e work performed and materiaTs furnished in accardance with tI�is Item and measured as pro�ided under "Measurement" will be paid for at the unit price bid per �e CUBIC yard of Flexible Base Course. 3. The price bid shall include: a. Preparation an� carrection of subgrade b. Furnishing of material c. Hauling d. Blading e. Spzinkling f. Compacting g. UNCLASSIFIED EXCAVATION AND HAULING REQUIRE TO PLACE FLEXIBLE BASE COURSE 39 1.3 REFERENCES 40 A. Definitions 4] 1. RAP — Recycled Asphalt Fa�ement. crrY o� Noxi� wox�x zozo co�rcx�� z�Es�ro���orr coz�x��cx 4 STANDARD CONSTRUCI'ION SPECIFICATION DOCUMENTS City Project No. 102696 Kevised December 20, 2012 32I123-2 FLEXIBLE BASE CpURSES Page 2 0� 7 1 2 3 4 5 6 7 8 9 10 11 12 13 1� 15 16 17 18 I9 1.4 B. Reference Standards l. Reference standards ciCed in tlus specification refer to the current reference standard published at tlae �izzze of ihe latesi reviszon date logged at ihe end of this specif�catian, unless a date is sp�cifically cited. 2. ASTM �ntezx�atzonal (ASTM): a. D698, Standard Test Methods foz Laboz�atory Con zpaciion Characteristics of Soil Using Standard Efforr (12 40Q ft-lbf/ft3 (600 kN-m/m3)) 3. Texas Department of Transportation (TXDOT): a. Tex-1Q4-E, Determining Lrquid Limits of Soils b. Tex-1Q5-E, Calculating ihe Plasticity Index of Soils c. Tex-I07-E, Determining the Bar Linear Shrinkage of Soils d. Tex-110-E, Particle �ize Analysis of Soils e. Tex-116-E, Ball Mill Method for Determining the Disintegration of F7exible Base Material f. Tex-117-E, Tri�ial Compression for Disturbed Soils and Base Materials g. Tex-411-A, Sour�dness of Aggxegaie Using Sodi�zz�r� Sulfate or Magn�szuxx� Sulfate t�. Tex-413-A, Determining Deleterious Maierial in Mineral Ag�regate ADMINISTRATIVE REQUIREMENTS [NOT USED] 20 ].S ACT�ON SUBMXTTAL� [NOT U�ED] 21 1..6 ACTZON SUBMZTTALS/INFORMATYONAL SURMYTTALS [NOT USED] 22 1.'7 CLOSEOUT SUBMITTALS [NOT IISEDI 23 1.$ MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 2A 25 26 27 1.9 QUALITY ASSiTRANCE [NOT USEDj 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.1� WAItiZANTY [NOT USED] 28 PART 2- PRODUCTS [NOT USED] 24 �.1 OWNER-FURN�SHED PRODUCTS [NOT USED] 3a 2.2 MATERrALS 31 A. General 32 1. Furnish �ncontaminated materials of uniform quality that meet the requirements of 33 the Drawings and specifications. 34 2. Obtain materials from approved sources. 35 3. Notify City of changes to material sources. 36 4. The City may sample and test pzoject znatezials at any tzzne be�ox�e coz�apaction 37 thzougk�oui ihe duratian of the project to assure specification compliance. 38 B. Aggxegate 39 l. k'uznzsh aggregate of the type and grade shovvn on the Drawings and conforming ta 40 the requirements af Table 1. C1TY OF FORT WORTH 2O20 CONCRETE RESTORATION CONTRACT 4 STANDARD CONSTRUC'�'ION SPEC1FiCAi'ION DpCUMENT$ City Project No. ] 02696 Revised Decemher 20, 2012 321123-3 RLEXIBLE l3AS� COURSES Page 3 of 7 3 4 5 6 7 9 10 17 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 2. Each saurce must meet Table 1 requiremenis for liquid limit, plastiCity index, az�d wet ball mill foz tlae gxade specified. 3. Do not use additives such as but not limited ta lime, cement, or fly ash ta modify aggregates to rneet the requirements af Table 1, unless shown on the Drawings. Tablc 1 4. Material Tolerances a. The City may accept rriaterial 'rf no more than ] of the 5 most recent gradation tests has an indi�ridual sieve outside the specified limits af the gradation. b. When target grading is required by the Drawings, no single failing test znay exceed the master grading by more than 5 pezcentage points on sieves No. 4 and laxger ox 3 percentage points on sieves smaller than No. 4, c. The City may accept material if no more than 1 of the 5 most recent piasticity index tests is outside the specified limit. No single failing Eest may exceed the allowable limit 6y more than 2 points. 5. Material Types a. Do not use fillers or binc�ers unless approved. b. Furnish tiie type specified on the Drawings in accordance with the following: 1} Type A a) Crushed stone produced and gzaded frozxi oversize qua�xzed aggzegate that originates from a single, naturally occurring source. b) Do not use gravel or multipl� sources. 2) Type B a) Dnly for use as base materia] for temporary pavement repairs. b) Do not exceed 20 percent RAP by weight unIess shown on Drawings. 3} Type D CTI"Y OF FOR'�' W{3RTH STANDATtll COAIS'fRiJC'T'ION SI'ECIl'ICA'I'ION I�OCiJIvZENTS Revised Decemher 2�, 2012 2020 CONCI2E'IE RBS'fORA'1'IdN CON11tACT 4 City Proj cct No. 7 p2G96 1. Determine plastic index in �cco�ance with Tex-107-E (linear shrinkage) when liquid liuut is unattainable as defined in Tex-104-E. 2. When a soundness value is required hy the Drawings, test materiaS in xccurdancc wiih Tex-411-A. 3. Meet both the classificatian and the minimum campxessive strength, unless otherwise shown on the Arawings. 321123-4 H'LEXISLE SASE COUKSES Page �4 of 7 1 2 3 4 5 6 7 8 9 10 11 C. Water a) Type A material or crushed conczet�. b) Crushed concrete containing gravel will be coz�sidezed Typ� D material. c) The City may require separate dedicated stockpiles in order ta verify compliance. d) Crushed cQncrete must meet the following requirements: (1} Table 1 for the grade specified. (2) Recycled materials must be free from reinforcing steel and other objectionable material and have at most 1.5 percent deieterious matezial wk��n t�st�d in accordance with TEX-413-A. 12 1. Furnish water free of industrzal wastes and oti�er objectionable maiter. 13 �.3 ACCESSORIES [NOT USEDJ 14 2.4 SOURCE QUALITY CONTROL [NOT USED] 15 PART 3 - EXECUTXON 16 31 INSTALLERS [NOT USED] 17 3.2 EXAMINATION [N�T USED] I S 3.3 PREPARATION 19 20 21 A. General 1. Shape the subgrade or e�sting base to conform to the typicaI sections shown on the Drawings or as directed. 22 2. When new base is required to be znixed with e�sting base: 23 a. Delzver, place, and spzead ttze new flexible base in the required amount. 24 b. Manipulate and thoroughly mix the new base with existing nr�aterial to provide 25 a�aniform mixture to the speci�ed depth before shaping. 26 B. Subgrade Compaction 27 1. Proof roll the roadbed before pulverizing or scarifying in accordance with the 28 following: 29 a. Prooi Rolling 30 l} City Project Rep�resentative must be on-site during proof rolIing operations. 31 2) Use equipment that will apply suff cient Ioad to identify soft spots that rut 32 oz� pump. 33 a) Acceptable equipzn�nt includes fully loaded single-�le water truci� 34 with a 1500 gallon capacity. 35 3} Make at least 2 passes with the proof roller (down and back = 1 pass). 36 4) Offset each trip by at most 1 tire width. 37 5) If an unstable or non-uniform area is found, correct the area. 38 b. Correct 39 1) Soft spots that rut or pump greater than 3/4 inch 90 2) Areas that are unstable or non-uniform 41 2. Installation o� base maCerial cannoC proceed until compacted subgrade approved by 42 the Cit�. CTI'I' OF P0171' WOTZTH 2D20 COF�lCILETE RESTORATION CONTRACT 4 STANDARD CONSTRUC"I'ION SPECIFICATION DOCLTMENTS City Praject No. 102696 Revised December 20, 2012 321123-5 FLEXIBLS BASE C�URSES P�ge 5 of 7 1 3.4 INSTALLATION 2 3 4 5 6 7 A. General 1. Construct each layer unifarmly, free of loose or segregated areas, and with the required density and rnoisture content. 2. Provide a smooth surface that confarms to the typical sections, lines, and grades shown on the Drawings or as directed. 3. Haul approved flexible base zn cJ.ean, covered trucks. 8 B . Eq�ipz�r�ent 9 1. General 70 a. Provide machinery, tools, and equipment necessary for proper execution of the 11 work. 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 3a 2. Rollers a. The Contractor may use any type of roller to meet the praduction rates and quality requirements of the Contract unless otherwise shown on the Drawings or directed. b. When specific types of equipment are required, use equipment that meets the specified z�equixeznents. c. Altez�n ate �quipz�r�ent. 1) Instead of the speeified equiprnent, the Contractor may, as approved, operate other compaction equipment that produces equivalent results. 2) Discontinue tl�e use of the alternate equipment and furnish the specified equipment if the desired results are not achieeed. d. City may require Contractor to substituCe equipment if produc�aon rate and quality requirements of the Contraet are noi met. C. Placing 1. Spread and shape flexible base into a uniform layer by approved means the same day as delivered unless otherwise approved. 2. Place material such that it is mixed to minimize segregation. 3. Construct layers to the thiclrness shown on the Drawings, while xx�aintaiz�ing the shape of the couzse. 31 4. Where subbase ox base course exceeds 6 inches in thickness, construct in 2 or more 32 courses of eqaal thiekness. 33 5. Minimum lift depth: 3 inches 34 5. Control dust by sprinkling. 35 7. Correct ar replace segregated areas as directed. 36 37 38 39 40 41 42 43 44 45 8. Place successive base courses and finash courses using the same canstruction methods required for the �irst course. D. Cornpaction l. General a. Cozx�pact uszng d�nsity control unless otherwise shown on the Drawings. b. Multiple lifts are permitted when shown on the Drawings or approved. c. Bring each layer to the moisture content directed. When necessary, sprinkle the material to the extent necessary to provide not less than the required density. d. Compact the full depth of the subba,se or base to the extent necessary to xemai�n firm and stable under construction equipment. CFI'Y OF FQRT WORTIi 2020 CONCRSTE AESTOAATION CONTRACP 4 51'P1�llAl2� CONS'TRUCTIOIV SPECiFICATTpN DpCUME�iTS City Project No. 102646 Re�ised December 20, 2012 321123-6 FLEXTBLE I3A,SE COURSES Page 6 of 7 1 2 3 4 5 6 7 8 9 l0 I1 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 2$ 29 30 3l 32 33 34 35 36 37 38 39 40 41 42 ?�3 2. Rolling a. Begin rolIing longitudinally at the sides and proceed towards the center, ovezlapping on successive trips by at Ieast 1/2 the width of the roller unit. b. On superel�vated curves, begin roliing at the low side and progress toward the high side. c. Offset alterz�ate izips of the roller. d. Operate rollers ai a speed beiween 2 and 6 ziaph as dizected. e. Rework, recompact, and refinish material that faiis to meet or that loses required moisture, dens'rty, stabili[y, or finish before the next course is placed or the project is accepted. f. Continue work until specification requirements are met. g. Froof roll the compacted flexible base in accordance with the following: I} Proof RolIing a) C�ty Froject Representative must be on-site during proof rolling operations. b) Use equipznent thai will apply sufficient load io idenE�fy soft spots Chat rut or pump. (1) Acceptable eguipz�rzeni inclndes fully loaded six�gle-axle wai�r truck with a 15pQ galla� capacity. c) Mal�e at least 2 passes with the proof roller (dovcm and back W 1 pass). d) Offset each trip by at most 1 tire width. e) If an unstable or non-uniform area is found, correct the area. 2) Correct a) Soft spots that rut or pump greater than 3/4 inch. b) Areas i�aai are ur�stable or non-uniform. 3. Tolerances a. Maintain the shape of Y11e course by blading. b. Completed surface shaIl be srnooth and in conformity with the typical sections shown on the Drawings to the established lines and grades. c. For subgrade beneath paving surfaces, correct any deviation in excess of 1/4 inch in cross section in length greater than 16 feet measured longitudinally by Ioosening, adding or removing material. Reshape and recompact by sprinkling and rolling. d. Co�r�rect all fzactures, seitlexnent or segregaiion immediately by scarifying Che az�eas affected, adding suitable nr�at�rial as required. Reshape and recompacC by sprinkling and ralling. e. Should the subbase or base eourse, due to any reason, lose the required stabi�ity, density and iinish before the surfacing is complete, it shall be recoinpacted at the soIe expense of the Contractor. �. Density Control a. Minimum Density: 95 percent compaction as determined by ASTM D698. b. Moisture content: minus 2 to plus 4 of opti�num. E. Finishing �4 1. AFter completing compaciion, clip, skin, ar tighC-blade the surface with a �+5 maintainer or subgrade tximmer to a depth oF appro�maCely 1/4 inch. 46 2. Remave loosened material and dispose pf it at an approved location. 47 3. Seal the clipped surface immediately by rolling with an appropriate size pne�matic 48 tire roller until a smoath surface is attained. CITY OF FORT WORTH 2O2D CONCRETE RESTORATION COF�TRACT 4 STANDARA CONSTRUC'1'ION SPEC�[CATIOl\T AOCUMENTS City Projeck No. 102696 Revised December 20, 2D12 321123-7 PLCXTBL6 BASE COURSES Paga 7 of 7 � 4. Add small increments of water as needed during rolling. 2 5. Shape and x�r�azntain the course and surface in canformity with the typical secCions, 3 Tines, and grades as shown on the Drawings or as directed. 4 6. In areas w�ere surfacing is to be placed, correct grade deviations greater than ll�} 5 inch in 16 feet measured longitudinally or greater than i/4 inch over the entire 6 width of the crass-section. 7 7. Correct by loosening, adding, or removing material. S 8. Reshape and reconr�pact in accozdance wzth 3.4,C. 9 3.5 REPAIR/RESTORATION [NOT USED] 10 3.6 RE-INSTALLATION [NOT LTSED] 11 3.i QIIALITY CONTROL l2 A. Density Test l3 I. City to measure density of flexible base course. 14 a. Notify Ciry Praject Representative when flexible base ready for density testing. 15 b. Spacing directed by City (1 per block minimum}. i6 c. City Project Representative determines location of density testing. 17 3.8 SYSTEM STARTUP �NOT USED] 18 3.9 ADJUSTING [NOT USED] l9 3.1� CLEANING [NOT iTSED] 2� 311. CLOSEOUT ACTXVITTES [NOT USED] zl 3.12 PR4TECTYON [N�T LTSED] 22 3.13 MAINTENANCE [NOT USED] 23 3.�4 ATTACHMENTS INOT USEDI 24 25 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 26 C�'X pF FORT WORTFi 2020 CONCRE'IB 1tESTORATION COI�TTRACT 4 STANDARD CONSTRUCTION SPECTt'ICATTON I]OCUMEN'1'S City Project No. 102696 Re�ised December 20, 2012 321313-1 CONCI2ETE PAVING Page 1 of 22 1 2 3 PART1- GENERAL 4 11 SUMMARY 5 6 7 S 9 10 11 12 13 14 I5 16 17 i8 19 20 21 22 23 24 2S 26 SECTION 3213 l3 CONCR�TE PAVING A. Section includes: 1. Fixzished pavezn�nt const�ructed oi porEland cement concrete including monoLithically poured curb on the prepared subgrade or other base course. B. Deviatior�s frozn this City of Fort Worth Standard Specification 1_ ��f�t'€'IIE� 1']2t�J��{C"�i'C�?wCl{i�_�]7=1'riVE��t; 5��-�'.�I'�{}i� :i"� I_� I;� JfVi'[.�!I?I�',� F���llSE�LL�>{v�-�C��'l�i�.'l'�, ��r 3�1E�€VI�.)11�1�_ E'�fV�•,C_ [�1ti���VE] }'��ti��.1_ 1�1'I��-� A�]C1�C)1_[']-1�3{'�11_].7' P[)�.ii�Eil�C�.�l��3_ •,� lvlii`:�)R �h'i �1 �li� M� .F i� ��I� �' l�-f EFC �r�L��� Bf�� �1D,FL75�IVTE[�fT 5I-L4�.L D� r��_�r,�in.r,i��G�� �� ���l�:�a+�r�� v�����. �� �������r�, r����, �� R��[_!c�'�1 �l .E.1��c� ��°1� ���Nr�l-El.�#_F ��i�_�113�' i3����lVI��'L�[tQ i�JCL��DII�Ci f�r{.1q;�E�H ��J[_� ��I�11.1 Pl.,rl('!_�{_� "f�Ck�' Sf�.i.l. S��.r11,�1 FC�, [_'�_)i�4i.f�E��FD �llli��f 1[.112Y 1�U4.1]{K, N{ 1 �F.{I':1Ri,�1"I'1: �'r��, �a, �}l�h'[V{;, C:I_l:J�fVlf�Ci rINU lif'E'I.��I�[i J[}!V'I",4FS�1i_I��l�l-4 W��I'I-I f�Lai2�ll�rlfl��.�,�f) 1AlS'I'r�.f..i,11�1�lvIA�E'f=Etl�11.� SEf1�1.1. 1�1� �`�-x:�SZ�f��?�Rf� 5��33SIi�)U��f�l' W�?f�l[, �Js } ��F'AI�A'1'Fy .F'AY. �, tl7'��LA55���[GE� ���C�V�1Tf.{]i�i ([T� [�iEEL}L-D} rC)Ii �.[�h�C:i�F'TF PAViNG i!P T�] 7 L�lC�FI SH��I.I _ F3�� C'(?���ia�E�,R�,C� ,S�TRS�i�Tl1RY, 1�i� S�F�1ICr1TE PAY-, �, h�li�If�1l.:Nl ('c�i�il'12�'.��IVF, ti'E'�+.F�,i4(.�'�'H lkl�� I-I�[.�H L:�l€�I..Y' ti'i'I�E;fV(�T�f �HF�� ��a.,��� ��f�n�c:i�1:�_rF. ������,i.. a��. .+.�x�ca.�sa ,��r �;} ��c���r��. �7`"•� „� �(�1 (�'E E� =( ' K�I'I IF: �'� ]�l I'�� I.i��J 1f }: ti�E7� 1��,��{;'�'�� I C}l�� � f'�C l� C'{ 1�1(_'F�� �; k'E��; R�f[�J�� w� i�� _,4{�'11x c��l�? C 5� �.�:�f��F_Fi !{} li�_- ! E�,�`�`l'�i� r��t' �s 1��;� ��,ti !3Y c'I'�'Y t�J ,iLi)L�1'I��10:�'�'��� �'�t4'1"r1�1"{ k��t�'ti��L�?$ E)A��4, 27 C. Related Specification Sections incIude, but are not necessarily l�mited to: 28 T. Division 0- Bidding Requirements, Contract Forms, and Conclitions of the Contract 29 2. Division 1- General Requirements 30 3. Section 32 O1 29 - Concrete Paving Repair 31 4. �ection 32 13 73 - Cancrete Paving 3oint Sealants 32 1.2 PRICE AND PAYMENT PROCEDURES 33 34 35 36 37 38 39 40 A. Measurement 1. Measurem�nt a. Measu�rezir�en�t foz thas Itezn shaJl be by tk�e squaz�e yard of completed and accepied Concrete Pa'vement in its �nal position as measured fron�a back of curb for various: 1) Classes 2) Thicknesses 2. Payment C1TY OR FORT WORTfi 2020 CONCRETE RE$TQRATION CONTRACT A STANDARD CONSTRUCTI03V SPEC�CATION T�OCUM�N�'S City Project No. 102646 Revised December 20, 2012 321313-2 CpNCRETE PAVING Page 2 of 22 1 2 3 A 5 6 7 8 9 10 11 12 13 14 15 ]6 17 18 19 20 2r 22 23 24 a. The work performed and materials furnished in accordance with this Item will be paid for at the unit price bid per square yard of Concrete Pavement. 3. The price bid shall include: a. Shaping and fine gz�ading �ae placazne�t axea b. �'urnishiz�g and applying all water required c. �'urnishing, loading and unloading, storing, hauling and handling all concrete ingredients rncluding all fi•eight and royalty in�olved d. Mixing, placing, finishing and curing all concrete e. Furnishing and instaJ.ling all xeinfozcing steel f. Furnishing all materiais axzd placing lor�gitudiz�al, warping, expansion, and contractio� joints, incTuding aIl steel doweis, do�el ea�s and load transmission units required, �ire and devices for placing, holding and supporting the steel har, load transmission units, and jaint filler material in the proper positian; for coating steel bars where required hy the Drawings g. Sealing joints h. Monolithically poured cUrb i. Cleanup j. MAKING MINOR ADJUST'MENT �F EXISTING MANHOLE AND WATER VALVE BOX AD.TUST'VIENT k. PACKk'ILLING AND FINISHING GR_ADE BEHIND CURB lNCLUD]NG FURNrSHING AND PLACING OF TOP SOIL PER SECTION 32 91 19 1. UNCLASSIFIED EXCAVATION (IF NEEDED) FOR CONCRETE PAVING UP TO 7 INCH 25 1.3 REFERENCES 26 A. Re�erence Standards 27 28 24 30 3f 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 �47 48 1 2. Reference standards cited in this specificatron refer to the current reference standard published at the time of the latest revision date logged at the end of this specification, unless a date is specifically cited. ASTM International (ASTM): a. A615/A6I5M, De�armed and Plain Billet-Stee1 Bars for Concrete Reinforcement b. C31, Standard Practice for Making and Curing Cancrete Test Specimens in the Field c. C33, Concrete Aggregates d. C39, Standard Test Meti�od ior Compressive Strength of Cylindrical Co�cz��te Specimens e. C42, Standard Test Method fox Obtazning and Testing Drilled Cores and Sawed Beams oi Concrete f. C94/C94M, Standard Specifications for Ready-Mixed Concrete g. C150, Portland Cement h. C156, Water Retention by Concrete Curing Materials i. C172, Standard Practice for Sampling Freshly Mixed Concrete j. C260, Air Entraining Admixtures �or ConcreCe k. C304, Liquid Membrane-Fornung Compounds for Curing Concreie, `I'ype 2 1. C494, Cheirucal Adzx�ixtures for Concrete, Types "A", "D", "F" and "G" zaa. C61.8, Coal F'ly Ash and Raw ar Calcined Natural Pozzolan for use as a Mineral Admixture in Concrete C1TY OF FOR'P IrilOI2`�T 2020 CpNCRETE RESTORATIQN COI�ITRACT 4 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City C'roject No. I02696 Re�ised December 20, 2D12 321313-3 CONCRETE PAVING Page 3 af 22 1 2 3 4 5 6 7 8 9 10 11 12 n. C8$1, Standard Specification for Epaxy�Reszz��Base Bo�ding Systezns �or Concrete o. C1064, Standard Test Method for Temperature of Freshly Mixed Hydraulic- Cernent Concrete p. C1602, Standard Specification for Mi�ng Water Used in the Production of Hydraulic Cement Concrete. q. D698, Laboratory Compaction C�aracteristics of Soil Using Standard Effort {12,400 ft-lbf/ft3) 3. American Concrete Insiitute (ACI): a. ACI 305.1-06 Specifzcation foz Hot Weat�er Concret�ng b. ACI 306.1�90, Standard Specification for Cold Weather Conczeting c. ACI 318 13 1.�4 ADMII�TISTRATIVE REQUIREMENT� [NOT USEDj 14 1.5 SUBMITTALS [NOT U�ED] 1S 1.6 ACTZON SUBMXTTALS/YNTQRMATYONAL SUBMXTTALS 16 A. Mix Design: submit for approval. See Item 2.4.A. 17 1.7 CLOSEOUT SUBMITTALS [NOT USED] 18 I.S MAINTENANCE MATERIAL Si7BMITTALS [NOT USED] 19 19 QUALITY ASSiTRANCE [NOT USED] 20 1.10 DELIVERY, S1'ORAGE, AND HANDLING [NOT USED] 21 22 23 24 25 26 27 28 29 30 3I 32 33 34 35 36 37 38 39 1.11 FIELD CONDITIONS A. Weather Conditions 1. Place concrete vc�hen concrete temperature is between 40 and 100 degrees when measured in accordance wiEh ASTM C10b�} at point of placement. 2. Hot Weather Concreting a. Take immediate corrective ac�ion or cease paving when the ambient temperature exceeds 95 degrees. b. Concrete paving opez�ations shall be approved by t�e City w�aen ihe concreie teznpezature exceeds 100 degrees. See Standard Specification for Hot Weather Concreting (ACI 305.1-06). 3. Cold Weather Concreiing a. Do nat place when ambient temp in shade is below 40 degrees and falling. Concrete may be placed when ambient temp is above 35 degrees and rising or above 40 degrees. b. Concrete paving operations shall be approved by the City when ambient temperature is below 40 degrees. See Standard Specification for Cold Weather Concreting (ACI 306.1-9Q). B. Time: Place concrete after sunrisa ar�d no later than shall perznit the finis�ing o� t�e paveznent in natural light, or as directed by �e City. C1TY OF FORT WORTH 2O20 CONCRETE RBSTORATIOIV CONTAACi' 4 STAI�iDARII CONSTRIIC'I'ION SPECIPICATION DOCITMSNTS City Projecc No. 102696 Revised December 2Q, 2012 321313-4 CONCRE'C'E. PAVIfYG P�ge 4 of 22 1 I.I� WAIZILANTY [1VOT USED] 2 PART 2 - PRQDUCTS 3 2.1 OWNER-FURNISHED PRODUCTS [NOT USED] 4 2.2 MATERIALS 5 b 7 8 9 10 11 ]2 13 1A 15 16 17 ]8 ]9 20 21 22 23 24 25 26 27 2$ 29 A. Cez�r��n�aiious Mat�rial: ASTM C J.50. B. Aggregates: AST�VI C33. C, Water: ASTM C1602. D. Admixtu[res: When admixt�res are used, conform Yo the appropriate speci�cation; 1. Air-Entraining Admixtures for Concrete: ASTM C26.0. 2. Chemical Admixtures for Concrete: ASTM C494, Types "A", "D", "�"' and "G." 3. Fly Ash a. Coal Fly Ash and Raw or Calcined Natural Pozzolan for Use in Concrete: ASTM C6I$. b. Fly ash �nay be substituted at one pound per pound of cement up to 25% of the sp�ci�ed cex�nent content when suc� batch dcsign zs approved by the Engineer. E. Steel R�znforcez►aent: ASTM A6I5. �'. Steel Wire Reinforcement: Not used for concrete pavement. G. Dowels and Tie Bars 1. Dowel and tie bars: ASTM A61 S. 2. Dowel Caps a. Provide dowel caps witka enough range of nnovexazent to allaw complete closure of the expansion joint. b. Caps for dowel bars shall be of the length shown on tt�e Drawings and shall have an intemal diameter sufficient to permit the cap to freely slip over the bar. c. In no case shall the internal diameter exceed the bar diameter by more 1/8 inch, and one end of the cap shall be rightly closed. 3. Epoxy for powel and Tie Bars: ASTM C881. a. See foilowing table for approved praducers of epoxies and adhesives Pre-Q�ali�ed Producers of �poxies and Adhesives Product Name Producer Cancresive 1420 BASF HTE-50 Hilt� T 308 + Powars Fasteners P E] 000+ Powers I�'asteners C-6 Ramset-Redhead Epcan G-5 Rams�t-Redhead Pro-Poxy-300 Fast Tube Unitex CITY OF FORT WDRTH 2O20 COIVCRETE RESTORATCOIV CONTRACI' 4 STANDARD CONSTRUCI'ION SPECIF<ICATION DOCUMENI'S City Pxoject No. 102696 Revised December 20, 2Q12 321313-5 CONCRETE PAVING P�ge 5 oF 22 i 2 3 4 5 6 7 8 4 10 T1 12 13 14 15 16 17 18 19 2p 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 Shep-Poxy TxTII CMC Construction Services Ultrabond 1300 Tubes Adhesives TechnoIogy Ultrabone 2300 N.S. A-22-230� Adhesives'I"echzzology Slaw S�t Dynapoxy EP-430 Pecara Corp. EDOT Simpson Strong Tie ET22 Simpson Strong Tie S�`I' 22 Simpson Strong Tze SpecPoxy 3000FS SpecChem b. Epoxy Use, Storage and Handling 1) Package components in airtight containers and protect from light and moisture. 2) Include detailed instructions for the applacation of the material and all safety infarmation and warnings regarding contact with the components. 3) Epoxy Zabel requirements a) R�szn oz haa�dener coz�r�ponents b) Brand �ame c) Name af manufacturer d) Lot or batch number e) Temperature range for starage � Date of manufaciure g) Expiration date h) Quantity contained 4) Stare epoxy az�d adhesive components at t�xnperatu�-es recozx�zx�ended by the manufacturer. 5} Do not use damaged or previously opened containers and any material ihat s�ows evidence of crystallizatian, lumps skinning, extreme thickening, or settling of pigments tt�at cannat be readily dispersed with normal agitation. 6) Fo11ow sound environmental practices when disposing of epoxy and adhesive wastes. 7) Dispose of all empty containers separately. 8} Dispose of epoxy by completely emptying and mixing the epoxy before disposal H. Reinforcement Bar Chaizs 1 2. 3. Reinforcement bar c�airs or supports shal l be of ad�quate sizength to support ihe reinforceznent bars and shall nat bend or break under ihe weight of the reinforceznent bars or Contaractoz's person�el walk�ng on the reinforcin� bazs. Bar chairs may be made of ineEal (free of rust), precast mortar or concrete blocks or plastic. For approval of plastic chairs, representative samples of the pIasric shall show no visible indications of deterioration after immersion in a 5-percent solution of sodium hydroxide for 120-hours. 4. Bar chairs may be rejected for failure to meet any of the requirements oF this specif cation. C1TY OF FQRT WORTH STANDARD CONSTRUCTION SPECIPICATION DOCUMENTS Revised Decernber 20, 2012 zozo cor�cxE� �sro�zAmror� co�r�rancr a City Project Na. 1D269G 321373-b CONCRETE PAV]NG Page 6 of 22 � 2 3 4 5 6 7 8 9 ia 11 12 13 14 15 16 17 18 19 20 21 2Z 23 24 25 26 27 28 29 30 3� 32 33 34 35 36 37 3S 39 40 41 42 43 �. �011lt �1��EI 1. .Toint filler is the material piaced in concrete pavement and canczete stxuctures to allow for the expansion and contraction of the concrete. 2. Wood Boards: Used as joint frller for concrete paving. a. Boards for expansion joint fiiler shall be of the required size, shape and type indicated an the Drawings or required in the specificatians. 1) Boards shall be of selected stock of redwood or cypress. The boards shall be sound �eartwood and shali be freE frozxa sapwood, knots, clustered birdseyes, checks and splits. 2) .Foint filler, boards, shall be smooth, flat and stratght throughout, anc� shall be suf�ciently rigid to permit ease of installation. 3) Boards shall be furnished in lengths equal to tl�e width between longitudinal joints, and may be furnished ir� strips or scored sheet of the required shape. 3. Dimensions. The thickness of the expansion joint filler shaIl be shown on the Drawings; the widCh shall be not less than that shown on the Drawings, providing fax tk�e top seal space. 4. Rejection. E�paz�sion joint filJ.�z� rnay be rejected for failure to meet any of the requirements of this specification. J. .To'rnt Sealants. Provide Joint Sealants in accordance with Section 32 13 73. K. Curing Materials 1. Membrane-Forming Compounds. a. Canform to the requirements of ASTM C304, Type 2, white pigmented com�ound and be af such naiure that zt shall not pzoduce pezznanent discoloration of concrete surfaces nor react deleterio�sly with the concrete. b. The compound shall produce a firm, continuaus r�nifarm moistare-impermeable film free fram pin�oles and shall adhere sat�sfactorily to the surfaces of damp concrete. c. It shall, when applied to the damp concrete surface at the specified rate of coverage, dry to touch in 1 hour and dry through in not more than 4 hours under norrnal conditions suiiable for concrete operations. d. It shall adhere in a tenacious film vvithout ranning off nr appreciably sagging. e_ It shall not disintegrate, check, peel or cracic during the required curing period. f. The compound shall not peel or pick up under traffic and shall disappear from the surface of the concrete by gradual disintegration. g. The compound shall be delivered to the job site in the manufacturer's original containers only, wluch shall be ciearly labeled with the manufacturer's name, the trade name ai the material and a batch namber or symbal with which test sampTes may be correTated. h. When tested in accordance with ASTM C156 Water Retention by Concrete Curing Materials, ti�e liquid membrane-forming compound shall restrict the loss of water present in the test specimen at the time of application of the curing compound to not more than 0.01-oz.-per-2 inches of surface. 44 2.3 ACCESSORIES [NOT USED] 45 2.4 SOURCE QUALITY CONTROL 46 A. Mix Design CIl'Y OF FQRT WORTH 2O20 CONCFtETE REST4RATIOTI CONTRACT A S'1'A.NI�ARD CONS'�tUCI'ION SPECTFICA,TIOIV DOCiJ]1�E�T'1'S City Yrojecf I�o. 102596 Revised December 20, 2012 321313-7 CONCR�TE PAVING Page 7 of 22 1 1, Co�crete Mi� Design and Control Z a. At least 1Q calendar days prior to the start of conczete paving operations, the 3 Contractor shail subrnit a design of the concrete mix it proposes to use and a 4 full description of the source of supply of each material component. 5 b. The design of the concrete mix shall produce a qua�iry concrete complying with 6 these specif�cations and shall include the following infarmation: 7 l) Design Requirements and Design Summary 8 2} Material source 9 3) Dry weight of cement/cubic yard and type 1D 4) Dry weight of £�y ash/cubic yaz�d and type, if nsed 11 5) Saturated surface dry weighi of fine and coarse aggregaCes/cubic yard 12 6) Design water/cubic yaxd 13 '7} Quantities, type, and name af admixtures with manufacturez's data sheeis 14 8) Current strength tests ar strength tests in accozdance with AC� 3� 8 15 9) Current Sieve Analysis and -20Q Decantation of fine and coarse aggregates l6 and date of tests I7 18 19 20 2I 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 c. cl. 10) Fineness modulus of fine aggregate 11) Specific Gravity and Absorption Values of fine and coarse aggregates 12) L.A. Abrasion of coarse aggregates Once mix design approved by CiEy, maintain intent of mix design and maacimum water to cement ratio. No cox�crete z�rzay be placed on the job site until the mix design has been approved b�r the City. 2. Quali[y of Concrete a. Consistancy 1) In general, the consistency of concrete mixtures shall be such that: a) Mortar shaIl cling to the coarse aggregate b) Aggregate shall not segregate in concrete when it is transported to the place of deposit c) Concr�te, wk�e�a dz�opped direci�y from the discharge chute oi the mixer, shall flatten out at the center of tt�e pile, but the edges of the pile shall 2) 3) 4) stand and not flow d) Conerete and mortar shall shovc� no free water when remo�red from the mixer e) Concrete shall slide and not �Iow into place when transported in metal chutes at an angle of 30 degrees with the horizontal f) Surface oi the finished concrete shalI be free frorrt a surface film or laitance Whex� £'zeld conditaons aze such that adci�tional moisture is needed far the final co�creie surface finishin� operation, the zequired water shall be appTied to the surface by hand spzayer only and be �aeld to a zx�uiniz�nuzn amount. The concrete shaIl be vvorlcable, cohesive, passess satisfactory finishing qualities and be of the stiffest consistency Ehat can be placed and vibrated into a homogeneous mass. Excessive bleeding shall be avoided. C1TY OF FOi2T WQRTH 2O2D COIVCI2ETE REST012ATION CONTRACT 4 STANDARD CONSTRUCTION SPECIFiCAT'[ON DOCUMENTS City Project No. 102696 Revised December 20, 2012 321313-8 COIICTLIEI'E PAVINC� Page 8 of 22 1 5) Tf the strength or consistency required for the class of concrete being 2 produced is not secured with the minimum cement specified or without 3 exceeding the maximum wa�er/cement ratio, the Contractor may use, or the 4 City may require, an approved cement dispersing agent (waier reducer); ox 5 Che ContracCor shall furnish adcl�tional aggxcgates, oz� aggregates with 6 diffexeni chaz�actexis�ics, or tlae Contractor may us� additional cement in 7 order to produce the required res�Its. 8 6) The additional cement may be permitted as a temporary measure, until 9 aggregates are changed and designs checked with the different aggregates 10 or cement dispersing agent. 1] 7) The Contractor is solely responsible far the qualiCy oi the concrete 12 produced. 13 8) The City r�s�z-ves tlae zig�t to independently verify the quality of the 1� concxete tkn�ough insp�ctaoxa of the batch plant, testing of the variaus 15 z�aaterials used in the concrete and by casting and testing concrete cylinders 1b or beams on the concrete actually incorporated in the pavement. 17 b. Standard Class 18 1) Unless otherwise shown on the Drawings or detailed specifications, the 19 standard class for concrete paving for streets and alleys is shown in the 20 follawing table: 21 CITY OF FORT WORTH 2O20 CO1VCTt�T� Ti�S'�"OHA"r'lOI1 CON'i72AC1' 4 STANDAFCD CONSTRUC'1'ION Sl'ECIFICATION DOCLTMENTS City Project No. ] 02696 Revised December 20, 2072 321313-9 CONCRETS PAVllVG Page 9 of 22 Standard Classes of Favement Concrete Class of Minimum 28 Day Min. M�imum Course Concretel Cementitious, Compressive, Waier/ Aggregate LbJCY StrengtY�2 Cementitions, M�imum psi Ratio Size inch P 51'7 3600 0.49 J-ll2 H 564 �500 0.45 1-1/2 2 3 4 5 6 7 S 9 10 11 12 13 14 15 16 l. All exposed horizontal concrete shall have entrained-air. 2. Minimum Compressive StrengtE� Required. 2) Machine-Laid concret�: Class P 3) Hand-Laid concrete: Class H c. High Early Strength Concrete (HES) 1} When shown on ti�e Drawings or allowed, provide Class HES concrete for very early opening of pavements area or leaveouts to traffic. 2) Deszgn class HES to meei ihe requirements of c�ass specified far concrete pavement and a minimum compressive strength of �A8 3,OOOpsi in �4 72 �Zer�, unless othez early strength and time requirements are shown on the Dz�awings allowed. 3) No strength overdesign is requixed. Standard Classes of Pavement Concrete Class of Mixzimum 28 Day Min. M�imum Course Concrete! Cenr�exztatious Compressive Water/ Aggregate Lb./CY Strength2 C�xx�entitaous Maxzmum psz Ratao Szze, inch HES 564 4500 0.45 1- ll2 17 18 19 20 21 22 d. Slump 1) Slump requirements for pavement and related concrete shall be as specified in the following table: Concrete Pavement Concrete Use Recorr�mended Design and P�acement Slump, inch �-z�z 4 4 Maximum Acceptable Plaeernent Slump, inch 3 5 5 Hand Formed Paving Sid�walk, Cuz-b and Guttez, Conczete Valley Gutter and Other Miscellan�ous Cancrete 23 24 2) No concrete shall be permitted with siump in excess of the maximums 25 shown. C1TY OF FO1tT WdRTH STANDARD COAiSTRUCTION SPEC1FfCAT10N DOCUMENTS Revrsed December 20, 2012 2Q20 CONCRETE RESTOKATION CONTRACT 4 City Project No. ] 02696 32 13 13 - 20 CONCRETS YAVIi`G Page 10 of 22 1 Z 3 4 3) Any concrete mix failing to meet the abo�e consistency requirements, although meeting the slun�p z�eq�uiz�Eznents, shall be consid�zed unsatisfactory, and the mix sha1T be changed to correct such unsatisfacYory conditions. 5 PART 3 - EXECUTION 6 3.1 YNSTALLERS [N4T USED] 7 3.2 EXAMINATION INOT USED] S 3.3 PREPARATION [NOT USEDj 4 3.4 INSTALLATION 10 11 12 13 14 15 i6 ]7 18 l4 20 2I 22 23 2.4 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 9�0 4I 42 A. Equipment 1. All equipment necessazy for tk�e constz�uction of t�is item shall be on the project. 2. Tk�e equipment shall include spreading devices {augers), internal vibration, tamping, and surface floa�ing necessary to finish the freshly placed concrete in such a manner as to pravide a dense and homogeneous pavement. 3. Machine-Laid Concrete Pavement a. F'rxed-Form Paver. Fixed-form paving equipment shall be provided with forms that are unifarmly supported an a very firm subbase to prevent sagging under the weight ofr rnachi�ze. b. Slip-Form Paver 1} Slip-form paving equipment shall be provided with traveling side forms of sufficient dimensions, shape and strength so as to support the concrete laterally for a sufficient length af time during placement. 2} City may reject use of Slip-Form Paver if paver requires over-digging and impacts trees, mailbaxes or other improvemen�s. 4. Hand-L,ai�d Conczete �avezir�ent a. Mack�in�s tk�at do not incozporate these features, such as xoller screeds or vibra�ing screeds, shall be considered tools to be used in hand-laid concrete construction, as slumps, spreading methods, vibration, and other procedures are more common ta hand methods than to machine methods. 5. City may reject equipment and stop operaiion ii equipment does no� meei requirements. B. Concrete Mixing and Delivery 1. Transit Baiching: shali not be used -- onsite z�xing noi p�zxnitt�d 2,. Ready Mi�ed Concrete a. The concrete shall be prod�xced in an approved method conforining ta the requirements of this specification and ASTM C44/C9�M. City shall have access ready mix to get samples of materials. b. City shall have access to ready rriix plant to obtain materia� sarnples. c. When ready-rnix concrete is used, sample concreCe per ASTM C94 Alternate Procedure 2: 1) As the mixer is being empiied, individual sazx�ples shall be tal�en aftex the discharge of appraximaiely 15 percent and 85 percent of the load. C�'�' OF FORT WORTH 2O20 CUNCRETE RESi'ORATIQN CONTRACT 4 STANDARD CONSTRUCTi�N SPEC1FiCATiO1V DOCUMEN`TS City Project No. 102696 Re�ised Dccember 20, 2012 32 13 13 - i 1 CONCRETE PAVING Yage 11 of 22 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 3a 31 32 33 34 35 3b 37 38 39 40 41 �2 �3 44 45 46 3 4. 2) Tk�e znethod of sampXi�g shaZl pz�ovid� that tize samples are repzesez�iative o� wideIy separated portions, but not from the very ends of the batch. d. The mixing of each batch, after all rnaterials are in the drnm, shall cont�nue until it �roduces a thoroughly mixed concrete of uniform mass as determined by established rnixer performance ra�ings and inspection, or appropriate uniformity tests as described in ASTM C94. e. The entire contents of the drum shall be c2ischarged before any materials are placed therein for the succeeding batch. f. Retempering or remixing shall not be permitted. Delivery a. DeLiver concrete at an inCerval not exceeding 30 minutes or as deCermined by City io prevent cold joint. Delzvery Tickets a. For all opezations, ihe manufacturez of the concrete shall, before un�oadin�, furnish to the purchaser with each batch of concrete at the siee a delivery ticket on which is printed, stamped, or written, the foliowing information to determine that the concrete was proportioned in accordance wiEh the approved mix design: 1) Name of concrete supplier 2) Ser�al number of �icket 3) Date 4) Truck number S} Name of purchaser 6) Sp�cific designation of job (name and locatioz�) 7) Specific class, design iaentifieaiion and designaiion of the eoncrete in conformance with that employed in job speci�cations S) Amount of concrete in cubic yards 9) Time loaded or of first mixing of cement and aggregaEes 10) Water added by receiver of concrete 11) Type and amount of admixtures C. Subgrade 1. W�aen rx�anipulatio�a or treatment of subgrade zs zequzred on the Drawings, the work shatl be perfarmed in proper sequenee with the preparation of the subgrade for pavement. 2. The roadbed shall be excavated and shaped in conformity with the typical sections and to the lines and grades shown on the Drawings or established by the City. 3. AIl holes, ruts and depressions shall be filled and compacted with suitable material and, if required, the subgrade shall be thoroughly wetted and reshaped. 4. Irregularities of more than 1/2 inch., as shown by straightedge or tempIate, shall be carrected. 5. The subgrade shall be unifoz�zxily coznpact�d to at least 95 pezcent of ih� �axiz�uzn density as deCermined by ASTM D698. 6. Moisture contez�t sha11 be wzthin minus 2 percent to plus 4 percent af optimum. 7. The prepared subgxade shall be wetted down sufficiently in advance of placin� the pavement to ensure its being in a firm and moist eondition. $. Sufficient subgrade shall be prepared in advance to ensure satisfactory prosecu�ion af the warlc. C1TY OF FORT WOKTH STFINDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 2020 COAiCl�,TE RESTORATION CONTRACT 4 City Praject No. 102696 32 13 73 -12 COIVCI2ETE PA'V7NG Page 12 of 22 1 9. The Contractor shall notify the City at least 24 hours in advance of its intention to 2 place concrete pavement. 3 10. After the specified moisture and density are achieved, the Contractor shall maintain 4 the sUbgrade moisture and density in accordance with this Sectian. � 7 8 9 10 ]7 12 13 14 15 l6 17 18 14 20 2i 22 23 24 25 26 27 28 24 3D 31 32 33 34 35 36 37 38 39 40 4I 42 43 �� 45 46 47 11. In Che event that rain oz other conditio�s z�aay have advers�ly aff�ct�d the con�d'ztion of t�Ze subgxade az� base, additional tests may be requixed as directed by the City. D. Placing and Removing Forms 1. Placing Forms a. Forms for machine-laid concrete 1} The side forms si�all be metal, of approved cross sectian and bracing, of a height no less than the prescribed edge thickness of the cancrete section, and a minimum of 10 feet in length for each individual form. 2} Forms shall b� of azx�pJ.e stz�ength a�d staked witla adequate nuxrzb�x of pzr�s capable of resisting the pressure of co�cz�ete plac�d against thezn and the tiaz'ust at�d the vibration of the construction equipment operating upon them withaut appreciable springing, settling or deflection. 3} The forms shall be free from warps, bends or kinks and shall show no variatron from the true plane for face or top. �} Forms shall be jointed neatly and tightly and set with exactness to the established grade and alignment. 5) Farms shall be set to line and grade at Ieast 200 feet, where practicable, in advance of tk�e paving operations. 6} In no case shall the base width be less than 8 inches for a form 8 inches or more in height. 7) Forms must be in firm contact with the subgrade throughaat their Iength and base width. $) If the subgrade becomes unstable, forms shall be reset, using heavy siakes or other additional supports �nay be necessary to provide the required stabzlity. b. Forms for hand-laid concrete 1) Forms s�iall extend the full depth of concrete and be a minimum of 1-ll2 inches in thickness or equivalent when waoden forms are used, ar be of a gauge that shall provide equivalent rigidity and strength when metal fc�rms are used. 2) �'or cuzves witta a radius of less than 250 fee�, acceptable flexible rr�etal or wood forx�rzs slaall be used. 3) All forms showing a deviation of 1/$ ineh in 10 feet from a sttaight line shall be �ejected. 2. Settling. When forms settle over 118 inch under finishing operations, paving operations shall be stopped the forms reset to line and grade and the pavement then brought to the required section and thickness. 3. Cleaning. Forms shall be thoroughly cleaned after each use. 4. Remo�al. a. �'orxns sk�all z�eznain zn place until the concrete has taken its final set. b. Avoid damage to the edge of tk�e pavement when removing forms. c. Repair damage resulting from form rernaval and honeycambed areas rxrith a mortar mix within 2� hours after form removal unless otherwise approved. CITY OF FOAT WORTE3 2020 CONCRETE RESTORATION CONT1tACT 4 STANDP RD CONSTRUC'T10N SPECIPICA3'ION DOCUMENTS City ProjecY F+Ia. 102G96 Revised December 20, 2p12 32 13 13 - 13 CONCRETP. PAVINC's Page 13 of 22 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 l6 I7 1$ 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 4p 41 42 43 44 45 46 �7 �48 d. e. Clean joint face and repair hpneycambed or darxaaged azeas within 24 hours after a bulkhead for a transverse construction joint has been removed unless otherwise approved. When forms are removed before 72 i�ours after concrete placement, promptly appIy membrane curing compound to the edge of the concrete pavement. E. Placing Reinforcing Steel, Tie, and Dowel Bars 1 2. 3. General a. When reinforcing steel tie bars, doweis, etc., are required they shall be placed as showx� oz� tla� Drawings. b. All rei�forcing steel shall be clean, free froz�rz zust in the form oi loose or objectionable scale, and af the type, size and dimensions shown on the Drawings. c. Reinforcing bars shall be securely wired together at the alternate intersections and aIl splices and shall be securely wired at each interseciion dowed and laad- transmission unit intersected. d. All bars shaIl be installed in their required position as shown on the Drawings. e. The storing of reinforcing or structural steel on cornpleted roadway slabs generally shall be avoided anc�, where permitted, such storage shall be limited to quantities and distr�bution that shall not induce excessive stresses. Spiices a. Pzov�ide standard reinforcement splices by lapping and tying ends. b. Comply wi�h AC� 318 for minimum lap of spliced bars where not speci�ied on the Drawings. Installation of Reinforcing Steel a. All reinforcing bars and bar mats shall be installed in the slab at the required depth beIow the finished surface and supported by and secure�y attached to bar chairs installed on prescribed IongitudinaI and transverse centers as shown by sectional ar�d detailed drawings on the Drawings. b. Chairs Assez��bly. The chair assembly shall be similar and equal to that shown on the Drawings and sha71 be approved by the Ciiy pnior to extensive fabrication. c. After the reinforcing steel is securely installed above the subgrade as specified in Drawings and as herein prescribed, no ioading shall be irnpased �pon the bar mats or individual bars before or during the ptacing or finishing of the concrete. 4. Installation of Dawel Bars a. Install through the predrilled joint filler and rigidly support in true horizontal and vertical positions by an assembly of bar chairs and dowel baskets. b. Dowe� Baskets 1) The daweIs shall be held in position exactly pazallel io surface a�d centerline of the slab, by a dawel basket that is left in iha paveznent. 2) The dowel basket shall hold each doweI in exactly the correct position so firtnly that the dowel's posrtion cannot be altered by concreting operations. c. Dowel Caps 1) InstalI cap to allow the bar ta move not less than 1-ll4 inch in either direction. 5. Tie Bar and Dowel Placement a. Place at mid-depth of the pavement slab, parallel to the surface. CTl'X QF PORT WOIi'1'I� STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 2020 CONCI�TE 1�STOlZATION CONTRACT 4 CiEy Praject No. 102696 32 13 13-14 CO�CCTtE"1"E PAV�TCr Page 14 of 22 1 � 3 4 5 6 7 8 9 10 11 12 13 14 15 1b 17 18 19 20 21 22 23 2A 25 25 27 28 29 30 31 32 33 34 35 36 37 38 39 4a 41 42 43 44 45 46 A7 A8 b. Place as show�a o� the Drawings. 6. Epoxy for Tie and Do�nrel Bar Installa�ion 1} Epoxy bars as shown on the Drawings. 2} Use only drilling operations that do nat damage the surrounding operations. 3} Blow out drilled holes with compressed air. 4} Completely fill the drilled hale with appxov�d epoxy before inserting the tie bar into the hole. 5) Tnstall epoxy grout and bar at least 6 inches embedded into concrete. �'. Joints 1. 7aints shall be placed where shown on the Drawings or where directed by tl�e City. 2. The plane of atl joints shall make a right angIe with the surface of the pavement. 3. No joints shall have an error in alignment of more than 1/2 inch at any poa�at. A. Joint Dimensions a. The width of the joint shall be shown on the Drawings, cr�atang the joint sealant reservoir. b. The depth of the joint shall be shown on the Dz�awings. c. D'zznez�sions of the sealant reser�oir s�all be in accordance with manufacturer's xecoznzaaendations. d. After curing, the joint sealant shall be �18 inch to 1/4 inch below the pavement surface at the center of ihe joint. 5. Transverse Expansion Joints a. Expansion joints shall be instailed pezp�z�dicularly to the surface and to the centerline of the pavement ai the locations shown on the Drawings, or as approved by the City. b. 7oints shall be of t�e design width, and spacing shawn on the Drawings, or as approved by the Ciry. c. Dawel bars, shalI be of the size and type shown on the Dxawi�gs, or as approved by the City, and shall be installed at the specifzed spacing. d. Suppart dowel bars wiih dow�l baskets. e. Dowels shall z�estzict tt�e free opening and clasing of the expansion join and shall not z�rza�e planes o� weaknesses in the paeement. f. Greased Dowels for Expansion 7oints. I} Coat dowels with a thin film af grease or other approved de-bonding material. 2} Pro�ide dowel caps on the lubricated end of each dowel bar. g. Proximity to Existing Struetures. When tk�e paveznient is adjacent to ar atound existing structures, expax�sioz�s joints shail be constructed in accordance with the details shown on the Drawings. 6. Tzansverse Contr�ctian roints a. Contraction ar dummy joints shall be installed at the locations and at the inter�als shown on the Drawings. b. .Taints shall be of the design width, and spacing show� on the Dzawin�s, or as approved by the City. c. Dowel bar,s, shall be oi the size and type shown on the Drawings, or as approved by fihe City, and shali be installed at the specified spacing. d. Joints shail be sawed into tt�e completed pavement surfaee as soon after 'rnitial cancrete set as possible so that some ra�eling of the concrete is observed in order for the sawing process to prevent uncontrolled shrinkage cracking. CiTY pF RORT WORTH STA1VllA1�ll CDI�TS"TRiTCTTON SPECIFICATIpI+I DOCUMENTS Aevised December 20, 2012 2020 CON'C12N,TE TiEST'OAATIDN CON�2ACI' 4 City Project No. 102696 321313-i5 CONCRETE PAVllVG Page 15 of 22 1 e. The joints shall be constructed by sawing ta a 1/A inch width and to a depth of 2 113 inch {ll4 inch permitted if limestone aggregate usedj of the actual 3 pavement thicl�ess, or deeper iF sa indicated on Che Drawings. 4� f. Complete sawing as soon as possible in hot weather conditions and wit�n a 5 maacixnum of 24 hours after saw cutting begins und�r coal weather conditions. 6 g. If sharp edge joints are being obtained, the sawing process shall be sp�d up ta 7 the paint wh�ere sozzze ravelix�g is obsezved. 8 h. Damage by blade action to the slab surface and to the concrete immediately 9 adjacent to the joint shall be minimized. 10 i. Any portion of the curing membrane which has been disturbed by sawing 11 operations shall be restored by spraying the areas with additional curing 12 compound. 13 7. Transverse Construction 7oints 14 a. Construction joints formed at the close of each day's wark or when the placing 15 of concrete has been stopped for 30-minutes or longer shall be constructed by 16 use of inetal or wooden bulkheads cui true to th� scciion of the finashed 17 pavezn�x�i and cleaned. i 8 b. Wood�n bullcheads sha11 hav� a t�ckz� ess o� not less than 2-znch stock material. 19 c. Longitudinal bars shall be held secvrely in place in a. plane perpendicular to the 20 s�rface and at right angles to the centerline of the pavement. 21 d.. Edges shall be rounded to 1/4 inch radius. 22 e. Any surplus concrete on the subgrade shalI be removed �pon the resumption of 23 the work. 24 $. Longitudinal Canstruction 7oints 25 a. Longitudinal construciion joints shall be of the type showx� oz� tk�e Dzawangs. 26 9. Joint FilZer 27 a. Joint fillez shall be as specified in 2,2.I af the size and shape shawn on the 28 Dzawzz�gs. 29 b. Redwoad Board joints shall be used for all pavernent joints except far 30 expansion joints that are coincident with a butt joint against e�s�ing 31 pavements. 32 c. Boards with less than 25-percent Qf moisture at ihe time oi installation shalI be 33 thoraughly wetted on the job. 34 d. Green Iumber of much higher moisture contcnt is deszrable and acceptable. 35 e. The joint �ller shall be appropriately drilled to admzt the dawel bars when 36 required. 37 £ The bottom edge of the �iller shall extend to or sIightly below Ehe bottom of the 38 slab. The top edge shall be held approximately 1/2 inch beZow the finished 39 surface of the pavement in order to allow the finishing operations to be 40 continuous. 41 g. The joint filler may be composed of more than one length of board in the 42 length of joint, but no board of a length less than 6 foot may be used unless 43 otherwise shown on the Drawings. 44 h. After the removal oi the side forms, Che ends of the joints at the edges of the 45 siab shall be careiully opened far the entire depth of the slab. 46 10. 7oini Scaling. Routzne pavement joints shalI be filled eonsistent �x+ith paving details 47 and as specified 'm Sectian 32 13 73. Materials shaIl generally be handled and �8 applied according to the manufacturer's recornmendafiions as specified in Section 49 32 13 73. C�'X OP FORT WORTH 2O20 CONCRETE RESTORATION CON`I'RACT 4 STAI�IDARD CONSTRTJCi'101V SPBCIFTCATION T�OCiJMENTS City Project No. 102696 Revised December 20, 2D12 32 13 13-16 CONCRETS PAVIiVG Page 16 of 22 1 G. Placing Concrete 2 1. Unless othezwase specz�Zed 'zn tk�e Drawings, the �nisk�ed paveznent sk�all be 3 cansiructed monoliYhically and constructed by machined laid method unless 4 i�nprac�ical. 5 2. The concrete shall be rapidly deposited on the subgrade in successive batches and 6 shall be distributed to the required depth and for the entire width of the pavement 7 by sho�eling or other approved methods. 8 3. Any concreie not placed as herein prescribed withzn the time limits in the following 9 table will be rejected. Time begins when the water is added to the mixer. 1p ]1 12 13 14 15 16 17 18 19 2� 21 22 23 24 25 26 27 28 29 30 31 32 33 Temperature -- Time Requirements Concrete Temperature M� Time — min�tes Max Time — minutes (at oint of placement) (no retarding agent) {with retarding agent)� Non-A itated Concr�te All temperatures 45 45 Agiiated Concrete Abave 9Q°�' Time may be redueed by 75 Cit Above 75°F thxu 9fl�F 60 90 75°F and Below 60 I20 ] Narmal dosage of retarder. 4. Ral�es shall not be used in �andlzng canczete. 5. At the end of the day, or in case o� r�na�roidable interr�pt�on ar delay of more than 3Q minutes or longer to pre�ent cold joints, a t�•ansv�rse construction joint shall be pIaced in accordance with 3.4.F.7 of this 5ection. 6. Honeycombing a. Special care shall be taken in placing and spading the concrete against the fornns and at aXl joints and assemblies so as to prevent honeycombing. b. Bxcessi�e voids and honeycombing in the edge of the pavement, revealed by the remaval of the side farm5, may be cause far rejection af the section of slab in which the defect occurs. H. Finishing 1. Machine a. Tolerance Limits 1) While the concrete is still workable, it shall be tested for irregularities wiCh a 10 foot straightedge placed parallel to ihe centerizne of the pavenrzent sa as to bridge depzesszons and to touch all high spots. 2) Ordinates measured from the face of the straightedge to the surface of the pa�vement shall at no place exceed 1/16 inch-per-foot from the nearest point of contact. 3) In no case shall the m�imum ordinate to a 10 foot straightedge be greater than 1/8 inch. C�'I'Y OF FORT WORTH 2O20 CONCRETS AESTORATION CONTRACT 4 S'1'AN�A1217 COTVS"T12T7C1"ION SPECTFICATION DOCUM�NTS City PToject No. 102695 Revised December 20, 2012 32 i3 13 - 17 CONCRETE PAVING Page !7 of22 1 2 3 4 5 6 7 8 9 10 lr 12 13 14 15 l6 17 4) Any surface not within the tolerance limits shal� be zeworked and refinished. b. Edging 1} The edges of slabs and ali joints requiring edging shaIl be carefully tooled with an edger of the radius required by the Drawings at the time the concrete begins to take its "set" and becomes non-workabie. 2) All such work shall be left smooth and true to lines. 2. Hand a. Ha�d fiz�isk�ing pezznzited only in interseciions and areas inaccessible ta a finishing machine. b. When the hand methad of strilci�rzg off and consolidating is permitted, ihe concrete, as soon as pIaced, shall be appzoximately leveled and then struck off with screed bar to such elevation above grade that, �hen consolidated and finished, the surface of fihe pavement shall be at the grade elevation shown on the Drawings. c. A slight excess of material shall be kept in front of the cutting edge at all times. d. The straightedge and joint finishing shall be as prescribed herein. l8 I. Curing 19 1. The curing of concrete pavement shall be thorough and continuous throughout the 20 entire curing period. 21 Zz 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 4S 2. Failure to provide proper curing as herein prescribed shail be considered as sufficient cause �oz immediate suspensioz� of t�� paving operations. 3. The curing method as �ezein speci�ed does not preclude the use of any of the other commonly used methods of curing, and the City may approve anather method of curing if so requested by the Contractor. 4. If any selected method of curing does not afford the desired results, the City shall have the right to order that another methad of curing be instituted. 5. After removal of the side forms, the sides of the slab shali receive a Iike coating before earth is banked against Chem. 6. The solution slaalX ba applied, under pressuxe witk� a sp�ray nozzle, in such a manaer as to covez ihe eniire surfaces thorougk�ly and coxx�pleiely with a uniform film. 7. The rate of application shall be such as to ensure complete coverage and shall not exceed 2a-square-yards-per-gallon of c�ring compound. S. When thorougl�ly dry, it shall provide a continuous and flexible membrane, free from cracks or pinholes, and shall not d�sintegrate, check, peel or crack during the curing period. 9. If for any reason the seal is brQken during the curing period, it shail be immediately repaired with additional sealing solution. 10. When tested in accordance with ASTM C156 Water Reten�ion by Concrete Curing Mate�ials, the curing corr�pound shall provide a film whach shall have xetained wathzn t�e test specimen a percentage o� t�e moisture pzesent in tlae speciz�r�en when the curing compound was applied accorcling to the following. I 1. ConY.ractor shalI maintain and properly re�air damage to curing materials an exposed surfaces of concrete pavement continuously for a least 72 hours. J". Monolithic Cnrbs C1I'Y OF FORT '4�/ORTH 2O20 CONCTiETE TtLS'T'O1tAT101V CONTI2ACT 4 STANDARD CONSTRUC'I'ION SPECIFICATION DOCUMSNTS City Project No. 1D2696 Revised December 2D, 2D12 32 13 13 - 18 CONCRETE PAVl[�TG Page 1$ of 22 l 2 3 4 5 6 7 8 9 10 11 ]2 13 14 15 16 l7 l8 19 20 2I 22 23 J. Concrete far monolithic curb shall be the same as for The pavement and, if carried back from the paving mixer, shall be placed within 20-minutes after being mixed. 2. After the concrete has been struck off and sufficiently set, the exposed s�rfaces shalI be tharoughIy worked with a wooden flat. 3. The exposed edges shall be rounded by the use of an edging tool to the radzus indicated on the Drawings. 4. All exposed surfaces of curb shall be brushed. to a smoath and uniform surface. K. Alley Pa�ing 1. Alley paving shall be constructed in accordance with the specifications for concrete paving hereinbefore described, in accordance with the details shc�wn an the Drawings, and with the following additional provisions: a. AlIey paving shall be constructed to the typical cross sections shown on the Drawings. b. Trans�erse expansian joints of the type shown on the Drawings shall be constructed at the property line on �ach end af th� alley wztla a maximum spacing of f00 �eet. c. Transverse contraction and dummy joints sha11 be placed at the spacing shown on the Drawings, d. Cantrac�ion and dummy joints shall be formed in such a manner that the required joints shall be produced to the satisfaction of the City. e. All joints shall be constructed in accordance with this specification and filled in accordance with the requiremeni of Seciion 32 13 73. L. Pavement Leaveauts 24 I. Pavement leaveouts as necessary to maintain and provide for local traffic shall be 25 provided at location indicated on the Drawings or as directed by the City. 26 2. The extent and location of each leaveout required and a suitable crossover 27 connection to provide for traff c mavements shall be deternuned in the field by the 28 City. 29 3.5 REPAIR 30 A. Repazr of concrete pavement concrete shall be consistenY vvith Yhe Dra�ings and as 3I speci�ed in Section 32 01 29. 32 3.6 RE-INSTALLAT��N [NOT USED] 33 3.'� SYTE QUALITY CONTRQL 34 35 36 37 38 39 4p 41 A. Concrete Placement I. Flace concrete using a fully autoxnated paving machine. Hand paving only permitted in areas such as intersections where use of paving machine is not practical a. All conczete paverzaent not placed by hand shall be placed using a fully automated paving machine as approved by the City. b. Screeds will not be allowed except if approved by the City. B. Testing of Materials 42 1. Samples of all materials fnr test shall be made at the expense of the City, uniess 43 atherwise specified in the special provisions or in the Drawings. CITY DF FORT WORT�I 2020 CONCRETE RESTOCtATIOIV CONTRACT 4 STANDARD CpNSTRUC'I'IQN SPECIFICATION DOCliMEI�TS City Project No. 102b96 h' e�ised December 20, 2012 , 32 13 13 - l9 GONCRETE PAVING Pagc 19 of 22 1 2. In the event the initial sampling and testing does not comply with the specifications, 2 ali subsequent testing of the xnaterial in order to determine if the material is 3 acceptable shall be at ihe Contractor's expense ai the same raCe charged by the 4 coznzx�ezcial laboz�atories. 5 3. All testing shall be in accordance with appizcable ASTM Standards ax�d cox�cxete 6 testing technician musi be AC� ceztified or �quivalent. 7 8 9 10 lI 12 13 1A 15 16 I7 1$ 19 20 2I C. PavemenY Thicl�riess Test 1. Upon completion of the work and before final a.cceptance and finai payment shalI be made, pavement thickness test shall be made by the City. 2. The number of tests and location shall be at the discretion of the City, unless otherwise specified in the special provisions or on the Drawings. 3. The cost far the initial pavement thickness test shall be the expense of the City. 4. In the event a deficiency in the tluckness of pavement is revealed during normal testing operations, subsequent tests necessary to isolate the deficiency sha�l be at the Contractor's expense. 5. The cost %r additional coring test shall be at ihe same rate charged by commercial iaboratories. 6. Where the average thiclrness of pavement in the axea �our�d to be deficient ir� thickness by rnore than 0.20 inch, bue not more than p.50 inch, payment shall be made at an adjusted price as speci�ed in the foilowing table. Deficiency in Thickness Proportional Part Determ=ined by Cores Of Contract Price Inches AlIowed 0.00 — 0.20 1 DO percent Q.21 — p.30 80 percez�t 031— 0.40 70 percent 0.41 — 0.50 6D percent 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 7. Any area af pavement found de�cient in thickness by mare than 0.50 inch but not more tha� 0.75 inch or i/10 of the thicl�ness specified on the Drawings, whichever is greater, shall be evaluated by the City. 8. If, in the judgment of the City the area of such deficiency should not be removed and replaced, there shalI be no payment for the area retained. 9. If, in the judgment of the City, the area of such deficiency warrants removal, the area shall be removed and replaced, at the Contractar's entire expense, with concrete of Che Ehicl�ess shown on the Drawings. 10. Any area of pavement Found deficient in tluckness by more ihan 0.75 inch or more than 1110 af the pla� thicictless, wfiichever is greater, shalI be remaved and replaced, at the Contractor's entire expense, with concrete of the thickness shown on the Dravvings. 11. No additional payment over the contract unit price shall be made for any pavement of a thickness exceeding that requrred by the Drawings. D. Pavernent Strength Test C1I'Y OF FORT WORTH 2O2D CONCRETE RSSTORATION CONTRACl 4 STANDARIa CONS'I'RUCTION SPECiFICATIQN DOCUMENTS City Project No. 10269fi Revised December 2D, 2012 32 13 13-20 CONCRETE PAVII+IG Pagc 20 of 22 1 1. During the progress of the work the City shall provide trained technicians to cast 2 test cylinders for confozrrung to ASTM C3I, to mainiain a check on ihe 3 campxessi�e strengths of the concrete being placed. 4 2. After the cylinders have been cast, they shall remain on the job site and then 5 transported, rnoist curecE, and tested by the City in accordance with ASTM C31 and 6 ASTM C39. 7 3. In each set, 1 of the cylinders shail be tested at 2 DAYS/3 DAYS, TWO 8 CYLINDERS SHEILL BE TESTED AT 7 days; two cylinders shall be tested at 28 9 days. ,.,a ,,,.,r;n,ra.- ��,,,rr �,o r�a7,� ,,..+o��o,a .,+ �� a„�.� ;�,-.o,.o��.,,-�, � 10 4. IF 2 DAYS/3 DAYS TEST RESULT INDICATE DEFICIENT STRENGTH, THE 11 OPENING C}F PAVEMENT TO TR.A�'FIC SHALL N4T BE PERMITTED AND 12 PROJECT lNSPEC7'OR MAY ASK THE CON'T'RACTOR TO RESUBMIT THE 13 CONCRETE MIX DESIGN TO MEET THE MINIMUM SPECIFIED 14 STRENGTH. If the 28 day test results indicate deficient strength, the Contractor l5 may, at its option and expense, core the pavement in question and have the cores 16 tested by an approved laboratary, in accordance with ASTM C42 and ACI 318 17 protocol, except the average of alI cores must meet 1fl0 percent of the minimum 18 specified strength, with no individual care resulting in �ess than 90 percent of 19 design s�rength, to ovenrid� the results of t�a� cylinder tests. 20 21 22 23 24 2S 26 5. Cylinders and/ar cores must meet minimum specified sirength. If cylinders do not meet minimum specified strength, additional cores shall be iaken io identify the iimits of deficient concrete pavement at the expense of the Contractor. 6. Cylinders and/or cores must meet minimum specified strength. Pavement not meeting the minimum specified st��engtfi shall be subject to the money penalties or removal and placement at the Contractor's expense as show in the following table. Percent Deficient Percent of Con�ract Price Allowed Greater'I'han 0 ercent - I�Tot More 'I'ban 10 ercent 90- ercent Greater Than 10 ercent - Not More Than 15 ercent 80- ercent Greater Than 15 perccnt 0-percent or removed and replaced at t[7e entire cost and expense of Cantractor as directed by City 27 28 7. 29 30 8. 31 32 9. 33 34 35 36 37 1. If cracks exist in concrete pavemer�t upon compietion of the project, the Project Inspector shall make a determination as to the need for action to address the cracking as to its cause and recommended remedial wark. 38 2. If the recommended remedial work is routing and sealing o� the cracks to protect 39 the subgradc, the �sp�ctax shall rnake tt�� detez�rx�inaiion as io wheth�r to rout and 40 seaT the cracks at the iime of fin�l inspection �nd acceptance or at any time prior to 41 the end of the project maintenance period, The Contractor shall perfarm the routing 42 and sea�ing work as directed by the Project Inspector, at no cost to the City, 43 regardless of the cause of the cracking. The amount of penalty shall be deducted from payment due to Contractor; such as penalty deducted is to defray the cost of extra maintenance. The stzength r�quizeznents fox stzuctures a�d othez coz�cze�e work are not al.ter�d by the special provision, No additionaT payment o�er the contraet unit price shall be made for any pavement of strength e�ceeding that required by the Drawings and/or specifica�ions. E. Cracked Concrete Acceptance Policy CFTY OF FQRT WORTH 2O20 CONCRETE RESTQRATION CpNTRt1CT A S� ANDARD COI�STRUC'TiO1V S�ECIFTCATIDI�T ]70CiJMEN'T'S City Yroject No. 102545 Revised December 2U, 2012 32 13 f 3- 21 COIVCRETE PAVING Page 21 of 22 1 3. If remedial work beyond routing and sealing is determined to be necessary, the 2 Inspector and the Contractor wiII attempt to agree fln the cause of the cracking. If 3 agreement is reached Chat the cracking is due to deficient materials or workmanship, �+ the Contractor shall per%rm the remedial work at no cost to the City. Remedial 5 work in this case sha11 be limited to removing and replacing the deiicienC work wiih 6 new material and workmanship that meets the requirements of the contract. 10 11 12 13 14 15 16 17 18 X9 20 21 22 23 24 25 4. If reznedial woz�k b�yond routzng and sealing is determined to be necessary, and the Inspector and the Contractor agree that the cause of the cracking is nat deficient materiats or workmanship, the Crty may request the Cantractor to provide an estimate of the cost of the necessaty remedial work and/or additional work to address the cause of the cracking, atid the Contractor wiI� perform that work at the agreed-upon price if the City elects to do so. 5. If remedial work is necessary, and the Inspector and the Contractar cannot agree on the cause of the cracking, the City may hire an independent geotechnical engineer to perfarm testing and analysis to determine the cause of the cracking. The contractor witl escrow SO percent of the proposed costs of the geotechnical contract with the Ciiy. The Cantractoz� a�ad the Czty shall use the servzces of a geoteck�nical i'�m acceptable to both parties. 6. �f Elae geotechnical ez�gineer determines that the primary cause af ihe cxacking is the Contractor's deficient material or vvorkmanship, the remedial �orlc will be performed at the Contractor's entite expense ant� the Contractor will also teimburse the City for the balance of the cost of the geotechnical investigation over and above the amount that has previous�y been escrowed. Remedial wark in this case shall be Zimited to removing and replacing the deficient work with new material and workmanship thaC meets the requirements oF the contracC. 26 7. If ihe geotechnical engineer determines that the primary cause oi the cracking is noi 27 tk�� Contxacioz's deficient material or wozkmansl�ip, the City will return the 28 escrowed funds to t�o Contractor. The Contractor, on request, will pzovzde tk�e City 29 an esiimate of the eosts of the necessary remedial worlc a�d/or additionaI �vorlc and 30 will perform [he work at the agreed-upon price as c[irected by the City. 31 3.8 SYST�M STARTUP [NOT USED] 32 39 ADJUSTING [NOT USED] 33 3.10 CLEANING [NOT USED] 34 3.i1 CLOSEOUT ACTNITIE� [NOT USED] 35 3.12 PROTECTION [NOT USED] 36 3.13 MAINTENANC� [NOT USED] 37 3.14 ATTACHMENTS ENOT US�D] 38 Cl'I'X OF F012T WORTH 2O20 CONCRETE 1tESTORATION CONTRACT �i STANDARD CONSTRUCTION SPECTI�ICA'1'TON DOCUMENTS Ciry Project No. 1D2696 Revised December 20, 2012 32 13 13-22 CONCRETE PAVING Page 22 of 22 END OF SECTION Re�ision Log DA�'� NAME SUMMARY OF CHANGE 12/20/2012 1.2.A — Modiiied items to be included in price bid 05/2I/2014 Doug Rademaicer 2.2.D — Modified to clariPy acceptable t3y ash sul�stitution in concretc paving C1TY OF FORT WORTH 2Q20 C�I�ICRETE RESTQRATIUN CQAITRACT 4 STANDAR.D CONSTRiJCTION SPECIFICATION DOCUMENTS Ciiy Project No. 102696 Revised December 20, 2012 3a13ao-r CONCRETE SIDEWALKS, DRIVEWAYS AND BARR.�R FREE RAMPS Page 1 of 6 1 2 SECTION 3�.13 �0 CONCRETE SIDEWALKS, DRIVEWAYS AND BARRIER FREE RAM,PS 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Concrete sidewaiks 7 2. Driveways 8 3. Barrier free ramps 9 B. Deviations from this City of Fort Worth Standard Specification 10 ;�, FC�d� '�'Hi5 PROJL�-��"I- [4�111[�]T_�F'_+l�T[JR.L�`''R C7� L]ET�C'I'r�E��.[i W11R1�ING 11 D[.��tF�"i"lI_.F Fr�it �����r.lt3R F�tf:J= R�1�ir Ffr�S �EEi� RL�LS�D A� rLD�1 12 4{�il.l.r�'I[.)s�l� Ilv��'_ ()1� rll'J'1�(�)�F.?I] r(�{1r11. f3?' -I-a�F' C_l'f'Y. 13 14 l5 16 T7 18 19 1.2 20 21 22 23 24 2S 26 27 28 29 30 31 32 33 3� 35 36 37 38 39 40 41 42 C. Related Specification Sec�ions include, but are not necessarily limited to: 1. Division D- Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Diviszon l- Genezal Requireznents 3. Seciion 02 41 13 - Selective Sita Dexx�olition 4. Sectio� 32 13 13 � Concrete �aving 5. Sec�ion 32 13 73 - Concrete Paving Joint Sealants PRICE AND PAYMENT PROCEDURES A. Measurernent and Payment 1. Concrete 5idewalk a. Measurement 1) Measurement %r this Item shall be by the square foot of campleted and accepted Concrete Sidewalk ir� its final position for various: a) Thicknesses b} Types b. Payment 1) The work performed and materiats furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per square foot of Concrete Sidewalk. c. The price bid shail inclut�e: 1) ExcavaGing and preparing the subgrade 2) Furnishing and placing aIl materials 2. Concrete Driveway a. Measuz�ement 1} Measurement for this Item shaii be by the square faot of completed and accepted Concrete Driveway in its final position for various: a} Thicknesses b) Types 2) Dimensions w�ll be taken from the back of the projected curb, inclucling the area of the curb radii and wilI extend to the limits specified in the Drawings. CPPY OF FORT WORTH 2O20 CONCRETE RESTORATIOI+I CONTRACT 4 STANDARD CONSTRUCI'lON SYECIFICAfION DOCUMENTS City Project IVo. 102696 Revised April 3D, 2013 321320-2 COI�ICKE'1'� Sll7�1�VALKS, IJI2I'V�WAXS ANI] I3ARRIER FREE RAMPS Yage 2 of 6 ] 2 3 4 5 6 7 8 9 10 11 12 ]3 14 15 16 l'7 l8 19 ZO 21 22 23 24 3) Side�cxralk por�ion of drive wiil be included in driveway measurement. �) Curb on drive will be included in the driveway measurement. b. Payment 1) The work performed and materials furnished in accoz�dance wit�a this It�zaa and measured as provided under "Measurement" will be paid far at the unit pzice bid pez square foot of Concxete Driveway. c. The price bid shall inelude: 1) Excavating and preparing the subgrade 2) Furnishing and ptacing all materials 3. Barrier Free Ramps a. Measurement 1) Measurement for this Item shall b� p�z� each Banrier Fz�ee Ramp completed and accepted for various: a) Types b. Payzxaen.t 1) The work �erformed and materials furnished in accordance with this Item and measured as pro�ided under "Measurement" will be paid for at the unit price bid per each "Barrier Free Ramp" installed. c. The price bid shall include: 1) Excavating and preparing the subgrade 2) Furnishing and placing all materials 3) Curb Ramp 4) Landing and detectabie warning surfaee as shown on the Drawings 5) Adjacent flares ar side curb zs 1.3 xE�'�xENCEs 26 A. Abbreviations and Acronyms 27 � 1. TAS — Texas Accessibility Standards 28 29 30 31 32 33 34 35 36 37 2. TDLR — Texas Department of Licensing and R�guiation B. Reference Sta�dards I. Reference standards cited in this Specification refer to the cun•ent reference standard pubiished at the time af the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. American Society for Testing and Materials (ASTM) a. D545, Test Methods %r Preforxxaed Expansio�a Joznt Fillers for Concrete Construction (Non-extruding and Resilient "I'ypes) b. D69$, Test M�tk�ods foz Labozatory Compaction Characteristics of Soil Using Standard Effort (12,400 ft-lbf/ft3) 38 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 39 1.5 �USMITTALS [NOT USED] �40 1.6 ACT�ON SUBMYTTALS/INFQRMATIONAL S�TBMITTAL� 41 42 43 A. Mix Design: submit for approval. Sec;tion 32 13 13. B. Product Data: submiE product data and sample foz pxe-cast detectable warning for barrier free ramp. 44 1.7 CLOSEOUT �UBMITTAL� [NOT USED] CTI'Y OF FORT WOATH 2D2� CONCTi�� R�STORATIdN COIJ'�2A,CT 4 STANDARD CQNSTRUCTIdN SPECIFICA'I'ION DOCiiMENTS City Project No. ]�2696 l�evised F�pril 30, 2013 321320-3 CONCRETE SIDEWALKS, DRNEWAYS AND BARRIER FREE RAMPS Page 3 of 6 1 1.8 MAINTENANCE MATERIAL SUSMITTALS [NOT US�D] 2 1.9 QUAL�TY ASSURANCE [NOT USED] 3 l..]0 DELXVERY, STORAGE, AND HANDLING [NOT USED] 4 Lll FZELD COND�T�ONS 5 A. Weather Conditions: Placement of concrete shall be as speci�'ied in SecYion 32 13 13. 6 1.�.2 WARRANTY [NOT USED� 7 PART 2 - PRODUCTS S 2.1 OWNER-FLTRNISHED PRODUCT� [NOT LFSED] 9 2.2 EQUIPMENT AND MATERIALS IQ A. Forms: wood or metal straight, free from warp and of a depth equal to the thickness of 11 the finished work. 12 13 14 IS lb Class of Minimum 28 Day Min. MaYimum Course Concrete� Cementit�ous, Compressive Water/ Aggregate Lb./CY StrengCh2 Cement�tious Maxim�un psi RaCio Size, izzck� A 47Q 3000 058 1-1/2 17 l8 29 20 21 22 23 24 25 26 27 28 29 30 �.3 31 �.4 32 33 B. Concrete: see Section 32 13 13. 1. Unless otherwise shown on the Drawings or detailed specifications, the standard class foz concrete sidewalks, dziveways and barrier free ramps is shown in the following iable: Standazd Classes of �averrzent Concr�t� C. Reinfazcement: see Section 32 13 13. 1. Sidewalk, driveway and barrier free zamp reiz�forcing steel si�all be #3 defoxzned bars at 18 mches on-center-both-ways at the center pla�e af all sTabs, u�Iess otherwise shown on the Drawings or detailed speciiications. D. .Toint Filler 1. Wood Filler: see Section 32 13 13. 2. Pre-Molded Asphalt Board Filler a. Use only in areas where not practical for wood boards. b. Pre-molded asphalt board filler: ASTM D545. c. Install the required size and uniform thicIrness and as specified in Drawings. d. �nclude 2lzners af 0.015 aspIaalt iznp�reg�ated �rafi paper filled wath a naastic znixtuze af aspk�aIt and vegetable �ber and/oz� zrun�ral fzller. E. Expansion Jaini Sealant: see Section 32 I3 73 where shown on the Drawings. ACCESSORIES [NOT USED] SOURCE QUAL�TY CONTROL [NOT USED] �'ART 3 - EXECUTXON 3.1 INSTALLEAS [NOT USED] CITY OF FORT WORTH 2O20 CONCRETE REST01tATION CONTRACT 4 SIANDARD CONST1tUC3'ION SPECIFICATION DOCiJMENTS City Project No. 10269fi Revised Apri130, 2013 321320-4 CONCRE'I'E SIDEWALKS, DRIVEWAYS ANl] I3AARlER i'REE RAMPS Page 4 of 6 1 3.� �XAMINATION [NOT USED] 2 3.3 PREPARAT30N 3 4 5 6 7 8 9 10 11 12 13 i4 A. Surface Preparation 1. Excavation: Excavation required for t�e construction of sidewalks, driveways and barrier free ramps shall be to the lines and grades as shown on the Drawings or as established by the City. Z. Fine Grading a. The Contractor shall do all necessary fiilin�, Teveling and fine grading required to bring the subgrade ta the exact grades specified anc� compacted to at Ieast 90 percent of m�imum density as determined by ASTM D698. b. Moisture content shall 6e within minus 2 to plus 4 af optimum. c. Any over-excavation shall be repaired to the satisfaction of the City. B. Demolitsan / Remaval 1. Sidewalk, Driveway and/ ar Barrier Free Ramp Removal: see Section 02 41 13. 15 3.4 INSTALLATION i6 i7 18 19 20 2I 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 A. General 1. Concrete sidewalks shall ha�e a minimum tfiicl�ess of 4 inches. 2. Szdewalks const�cted in driveway approach sections sha1T have a minimum thicl�tiess equal to that of driveway approach or as cailed for by Drawings and specifications within the limits of the driveway approach. 3. Driveways shall have a minimum thickness of 6 inches. Standard cross-slopes for walks shall be 2 percent ma�c in accordance wiCh current TAS/TDLR guidelines. The construction of the driveway approach shail include the variable height radius curb in accordance with tlae Drawings. 4. All pedestrian facilities shail comply with pro�risions o� TAS including location, slope, width, shapes, texture and color'rng. Pedestrian facilities instalied by the Contractor and not meeting TA5 must be removed and replaced to meet TA5 (no separate pay). B. Forms: Forms shafl be securely staked to line and grade and maintained in a true positzon du�ng the depositing of concrete. C. R�info�rcement: see Section 32 13 13. D. Concrete Placement: see Section 32 13 �3. �, Finishing L Concrete sidewalks, dri�reways and barrier free ramps shall be finished to a true, even surface. 2. Trowel and then brush transverseiy to obtain a smooth uniform brush finisY�. 3. Provide exposed aggregate finish if specified. 4. Edge joints and sides shall with suitable tools. F. Jaints J.. Expanszon joints far sidewalks, driveways and barrier free ramps shall be fozmed using redwood. CiTY OF FO1tT WORTH 2O20 CONCRETE R�STORATIOI�I CONTRACT 4 S'I'ANDARn CONSTRUCTTON SPECIFiC�TIpN DpCUMEN'TS City Project No. ] 02696 Revised Apri130, 2013 321320-5 CONCTi�TE STD�,WAT,KS, DRTV�WAI'S ANll BARRl�R PR�'� RAN[P5 Page 5 of 6 1 2 3 4 5 6 7 S 9 10 lX 12 l3 14 15 16 17 18 I9 20 21 22 23 24 25 3.5 2. Expansion jaints shall be placed at 40 foot intervals for 4 foot wicEe sidewalk and SQ foot intervals for 5 foot wide and greater sic�ewa�k. 3. Expansion joints shall aIso he placed at all intersections, sidewalks with concrete driveways, c�rbs, formations, other sidewalks and other adjacent old concrete work. Similar material shall be placed around all obstructions protruding into or through sidewalks ar driveways. 4. Ail expansion joints shall be 1/2 inch in thickness. 5. Edges of alJ. construction and �xpansion joints and outer edg�s of aJt sidewal�s sk�all be �Znished to appzoximately a 1/2 incla radius with a suitable finishing toal. 6. Sidewalks shalI be marked at interv�lls ec�uaI to the �idth of the walk wrth a marking tool, '1. When sidevvalk is against ti�e curb, expansion joints shaZl match those in the curb. G. Barrier Free Ramp L Furnish and install brick red color �e cast in place detectable warning Dome-Tile, manufactured by ADA SOLUTION, INC. or approved equal by the City. 2. Detectable warning surface shalI be a minimum of 24-inch in depth in Che direction of pedestrian travel, and extend ta a minimum of 4$-inch along the curb ramp or landing where Che pedestrian access route enters the street. 3. Locate detectable warnazng suxface so that the edge nearest the cuzb line is a xr�nixnuz� of 6-inch and ma�zznuzn o� 8-inch frorr� the exterzsion of the face of the curb. 4. Detectable warning Dome-Tile surface may be curved along the corner radius. 5. Install detectable warning surface accorcEing to manufacturer's instructions. REPAIR/RESTORATION [NOT USED] 26 3.6 RE-INSTALLATION [NOT USED� 27 3.7 FIELD QUALITY CONTROL [NOT USED� 28 3.8 SYSTEM STARTiTP [NOT USED] 29 3.9 ADJUSTING [NOT USED] 30 3.10 CLEAIVING �1VOT USED] 31 3.11 CLOSEOUT ACTIVITIES [NOT iTSED] 32 3.1� PROTECTION [NOT USED] 33 3.13 MAINTENANCE [NOT USED] 34 3.14 ATTACHMENTS [NOT USED] 35 �ND OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. 7ohnson 1.2.A.3 — Measurement and PaymenE fox• Barrier Free 12amps modified to match updated CiEy Delails CTTY OT� PO12T WORTH 2O20 CpNCRETE RE$TORATIpIV CpNTRACT 4 ST.4NDARD CONSTRUCI'ION SPECIFICATION DOClIMENTS City Project No. 102696 Revised Apri130, 2013 321320-6 CONCRE,TE SIDEWALKS, DRIVEWAYS AND BARRISR FREE RAMPS Pagc 6 of 6 4130/2Q 13 F. Cmffin Cozzected Part 1, l.2, A,, 3, b, I to xead; from ... square foof o f Concrete Sidewa[k. to . . .each "Barrier Free Ramp" installed. C17'Y OF FORT WORTH 2O2Q CONCRETE REST4RATIpN CONTRACT �4 5Tl�NDARD CONSTRUCTION SPECiF1CAT10N DOCIIMENTS City Projecf No. 102596 Rceiscd Apri] 30, 20i3 32f373-1 CONGRETE PAViN('x JO1NT SEALAI�ITS Page 1 of 5 1 2 3 PART1- GENERAL 4 1.1 SLTMMARY S 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 1.2 21 22 23 24 25 2b 27 28 29 30 31 32 33 34 35 36 37 38 39 SECTION 3213 73 C�NCRET� PAVIIVG JOINT SEALANTS A. Section Tncludes: 1. Specificatian for silicone joi�t sealzng for conczete pavexnent and curbs. B. Deviations fram this City of Fart Worih Standard Specification .1_ f0�'I'1�1�5 F'kC�1FCT!' Ct�lJC�L��['f� 3'�VI1�1C; ,�(llf�,"�' S��A�._+1N'R'ti S�{."1'E�fl�l ��_' E3 7� Si�I�LL F�l� F'�1`�"f3? ]= i��!{ SCALE?�� C.�[=[�'�'�'�1r' ���I'�"I� C)IV 1�:�l�S�f'1,��-� Pl1Vi:;4rtL�T {���.�� , � �,�'�1I,I�C .i( ��l�-I�' t��l ���'1.A[,[�,€ � �[�fJ(-1i.Li�C'�, �'� V f V�� 4��i���_.�_ ���('�).1�Sf.t�F��:r�t� ��T�,�I.���r�;�� �roc:c�rvc-�r�r� ����:�rc.� �FCTIC}�J 3? T.3 1.�. �_ ti�1Vi:�{�.r� �'I.lif�hllN(; r�l�ll �l'�'l,Y��({�R ,R�Ra�'I- 4Fi��I.,r1.N-�'4 �?�'C}f� P�:�[v]fVi:� (�Pa ��(.kiJT� ��r'x141�:�{ Et[}�) I1h��) kil�F.s��I�I:�,R T11.E'E.SFl�13.1.., 13���LtBSifl�rlRY'f'{) Ji.�l,�-J' �}:1tiI.A N'!'�, C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0� Bidding Requiremenis, Contzact Forzz�s, and Conditions of the Contract 2. Division 1- General Requrrements 3. Section 32 13 13 - Concrete Paving PRICE AND PAYMENT PROCEDT.JRES A. Measurement and Payment J . MeasLu-�xnent a. Measwrement for this Item shaIl be by the Iinear %ot of Joint Sealant completed and accepied oniy I'OR COUR`I'ESY JO1N`I' ON EXISTING PAVEMENT 2. 1'ayment 3. The work performed and materials furnished in accordance vvith this Item WILL BE PAID FOR AT THE UNFT PRICE BID PER LTIVEAR FOOT OF "70INT SEALANT" COMPLETED ^ � „'�^;�';^M. +� t'�� � ;��,Y,�'�;a �r' � �•'��r , .. SUBSIDIARY WORK AND MATERIALS INCLUDE: a. SAWING JOINTS b. CLEANING JOINTS c. APPLYING .TOINT SEALANT,S UPON PLACING Ok' BOND BREAKER ROD AND BREAKER TAPE d. FURNISHING AND INSTALLING ALL MATERTALS e. ALL MANIPULATIONS, LABOR, �QUIPMENT, APPLIANCES, TOOLS, AND INCIDENTALS N�CESSARY TO COMPLETE THE WORK. CTPY OF FORT WORTH 2D20 CONCRETE RESTORATION CONTRACT 4 STANDARD CONSTRUCTiON SPECIFICATIpN DpCUMSNT3 City Project No. 102696 Aevised December 20, 2012 321373-2 CONCRETE PAVING 7QINT SEALAIVTS P�ge 2 of 5 1 1.3 REFERENCES 2 A. Rafezez�ce Standards 3 1. Reference standards cited in th'rs Specification refer to the current reference 4 standard published at the [ime of the latest revision date logged at the end of this S Specification, unless a date is specifically cited. 6 2. ASTM International (ASTM}: 7 a. D5893, Standard Specificatian for Cold Applied, Single Conrzponen�t, 8 Che�x�ically Cuxiz�g Silicone Joint Sealant for PortIand Cement Conerete 9 Pavements l0 1.4 ADMINISTRA.TIVE REQIIXREMENTS [NOT USED] 11 l.S ACTX.ON SUBMXTTALS [NOT USED] 12 i.6 ACTTON SUBMITTALS/INFORMATIONAL ,SUBMITTALS 13 A. Test and Evaluation Reparts 14 1. Prior to installation, furnish certification by an independent testing laboratory that 15 the silicone joint sealant meets the requirements of tk�is Sectzon. 16 2. Submit verifiable documentation that the znanufacturer of the si�Zco�e joi�t sealant 17 has a minizx�unn 2-yeaz deznonstrated, documented successful field performance 18 with concrete pa�ement silicone joint sealant systems. 19 �.'� CL4SEOUT SUBMYTTAL,S [NOT USED] 2Q 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 21 1.9 QUALITY ASSURANCE [NOT USED] 22 110 DELIVERY, STORAG�, AND HANDLING INOT USED� 23 1.11 FIELD CONDITIONS 24 A. Do not apply joint sealant when the air and pavement temperature is tess than 35 25 degrees P 26 B. Concrete surface must be clean, dry and frost free. 27 C. Do not place sealant in an expansion-type joint if suzface tez�r�peratuz�e zs below 35 28 degrees F or above 90 degrees F. 29 �.1� WARRANTY INOT USED] 30 PART � - PRODUCTS 31 32 33 34 35 2.1 OWNER FURNISHED PRODUCTS [NOT USED] 2.2 MATERXALS & EQUII'MENT A. Ma[erials 1. 7oint Sealant: ASTM DS$43. 2. Joint Filler, Backer Rod and Breaker Tape C1TY OF FORT WORTH 2d20 CONCRF.TE RESTORAT[ON CONTRAC"I' 4 STAATDARD COI�ST121[7CTION SPEC�ICA'I'ION AOCU[vIENTS City Project No. ]02696 Revised Decemher 2D, 2012 32 13 73 3 CO[dCRETE PAVING IOINT SEALANTS Page 3 of 5 1 2 3 4 5 6 a. The joint filler sop shalI be of a closed cell expanded poIyethylene foaz�rx bac�er rod and polyethylene bond breaker tape af sufficient size ro provide a Light seal. b. The back rod and breaker tape shall be installed in the saw-cut joint ta prevent the joint sealant frorn flowing to the bottom of the joint. c. The backer rod and breaker tape shall be compatible with the silicone joint sealant and no bond or reaction shall occur between them. 7 2.3 ACCESSORIES [NOT USED] 8 �.�1 SOURCE QUALITY CONTROL [NOT US�D] 9 PART 3 - EXECUTION 10 3.1 INSTALLERS [NOT USED] 11 3.� EXAMINATION �NOT USED] 12 3.3 PREPARATION [NOT IISED] 13 3.4 INSTALLATION 14 A. General 15 1. The silicone sealant shall be cold applied. 16 2. Allow concrete to cure for a minimum of 7 days ta ensure it has sufficient strength 17 prior to s�aling joints. 18 3. Perform joint reservoir saw cutting, cleaning, bond breaker installation, artd joint 19 sealant placement in a continuous sequence of operations. 20 4. See Drawings for the various joint details with t�eir respective dimensions. 21 B. Equipment 22 1. Provide all necessary equipment and keep equipz�rxent iz� a satisfactory woz�ing 23 condition. 24 2. Equi�ment shall be inspected by the City prior to the beginning of the work. 25 3. The minimum requirements for construction equipment shaLl be as follows: 26 a. Concrete Saw. The sawing equipment shatl be adequate in size and power to 27 complete the joint sawing to the required dimensions. 28 b. Air Campressors. The delivered compressed air shaIl have a pressure in excess 29 oi 90 psi and shall be suitable %r the removal of all free water and oil from the 30 compzessed air. 31 c. Extrusion Pump. The output shall be capable of supplying a suiiicient volume 32 of sealant io the joiz�t. 33 d. Ix�ject�on Tool. `.i'�is znechaxaical c�evice s�aall apply tk�c sealant unzformly inCo 34 the joi�t. 35 e. Sandblaster. The design shall be for comrnercial use with air compressars as 36 specified in this Section. 37 f. Backer Rod Roller and Tooling Instrument. These devices shaIl be clean and 38 free of contamination. They shall be compatible with the joint depth and width 39 requirements. �0 C. 5awing 7oints: see Secfiion 32 13 13. CITI' OF PORT WO12TH 2O20 CONCR�?TE REST012ATTON CONTRACT 4 STANDARD COIVSTKUCTION SPECIFICATIDN DOCLTMENTS City Project No. 102696 Revised December 20, 2012 321373-4 CO�TCRE'I'F PA,V�'G J07IVT SEALANTS Page 4 of 5 1 2 3 � 5 G 7 8 9 10 11 12 13 14 1S 16 17 18 D. Cleaning joints 1. Dry saw in T direction with reverse cut�ing blade then sand blast. 2. L1se compressed air to remove the resulfing dnst from the joint. 3. Sanc�blast joints after complete drying. a. Attach nozzle to a znechanzcal aiming device so that the sand blast will be directed at an angle of 4S degrees and at a dist�nce af 1 ta 2 inches from the face of the joint. b. Sandblast both joint faces sandbIasted in separate, 1 directional passes. c. When sandblasting is complete, blow-out using compressed air. d. The blow tube shall fit into tfie joints. 4. Check the blown joint for residual dusC or other contamination. a. If any dust or conta�riinataon is found, repeat sandblasting and blowing until the joint is cleaz�ed. b. Da not us� solvents to reznove stains and contaminatian. 5. Place the bond breaker and se�lant in the joini immediately upon cleaning. 6. Bond Breaker Rod and Tape: install in the cleaned joint prior to the application of the joint sealant. 7. Do not leave open, cleaned joints unsealed overnight. 19 E. Joint Sealant 20 1. Apply the joint sealant upon placement of th� bond breaker rad ax�d tape, using the 21 mechanical injectaon tool. 22 2. Do not seal joints unless they are elean and dty. 23 3. Remove and discard excess sealant left on the pa�ement surface. 24 a. Do not excess use to seal the joints. 25 4. The pavement surface shall present a clean final condition as determined by City. 26 5. Do nat allow traffic on the fresh sealant until ii becomes tack-free. 27 28 29 30 3i 32 33 F. Approval of 7oinis i. T'he City znay request a repzesentative of the sealant manufacturer to be present at the job site at the beginning of the �nal cleaning and sealing of joints. a. The re�resentative shall demonstrate ta the Contractor and the City the acceptable method for sealant installation. b. The representat�ve shall approve the clean, dry joints before fhe seaIing operation commences. C1TY OF FORT WORTH 2O20 CONCRE'I'E R8S'I'OR F�'I'IO�T CO�'TRAC'I' 4 S'fANDARll CONSTRUCTION SPECIFICATION DOCUMEN'FS City Project No. 102696 Revised December 20, 2012 32 13 73 - 5 CONCRETB PAVING JOIIYT SEALANTS Page 5 of 5 1 2 3 4 5 6 7 8 9 10 11 12 3.5 REPAIR/RESTORATION [NOT US�D] 3.6 RE-INSTALLATION [NOT USED] 3.'� FIELD QUALITY C�NTROL rNOT USED] 3.8 5YSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANXNG [NOT USED] 3.11 CLOSEOUT ACTIVXTIES [NOT USED] 312 PROTECTZON [N4T USED] 3.13 MAINTENANCE [NOT U,SED] 3.1.4 ATTACHMENTS [NOT U�ED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 13 CTPY OF PORT WORTH S"�'ANDARD CONSTRUCTIQN SPECIFICATION DOCUMENTS Revised December 20, 2012 2D20 COAiCRET'E 12ESTOTWTiON CONTRACT 4 City Projecc No. 102696 32 91 19 - 1 TOPSOIL PLACEMEIVT AND FINISF�IING OF PARKWAYS P�ge 1 of 3 1 2 SECTION 3� 91 19 TOPSOIL PLACEMENT AND PINISHING OF PARKWAYS 3 PART1- GENERAL 4 i.l SUMMARY 5 A. Sectaon T�ri.cludes: 6 i. Furnish and place topsoil to the depths and on the areas shown on the Drawings. 7 B. Deviations from this Czty of Fort Wazth Standaxd Speci�Zcation 8 1. T+i�I� T'!°II� P1���1[:[:T f�l��1�S1 lli�l�, f IAUi.iN�. 1.C}AUING .�NU I'l.AClR1G 9 T{]P S�fL #3L�.� iI1V U'i'lik�'s Ck �2�3 � F IAI_.L 1�1�. C'()N��ff��:f2.��L} 4[J13S�13kAlt Y� �I'(7� 1D C'�I�lCRETL F'AVII�Cr�StC"iI��1Y 3� 13 13. 11 C. Related Specification Sections include but are not necessarily limited to ] 2 1. Division 0- Bidding Requirements, Contract Forms, and Conditions of the Contract ] 3 2. Division 1- General Requirements 14 1.2 PRICE AND PAYMENT PR�CEDURES l.5 A. Measu.rement and Payment SUBSIDIARY TO CONCRETE PAVING 16 i aRa��„rvr,-,v,-,ti 17 . . 18 � 19 . 20 21 . 22 . 23 24 , . 25 . 26 �. Th,, ,-. „ i-.. a �►,,,ii ;„T„an: 27 . . 28 � 29 .�.� 3 a ��� 31 1.3 REFERENCES [NOT USED� 32 l.4 ADM�NiSTRATXVE REQU[REMENTS [NOT USED] 33 L5 ACT�ON SUBMXTTALS [NOT U�ED] 34 1.6 ACTrON SUBNIITTALS/INFORMATIQNAL SUBMITTALS [N�T USLD� 35 1.7 CLQSEOUT SUBMITTALS [NOT USED] 36 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 37 1.9 QUALITY ASSLIRANCE �NOT USED] 38 1.10 DELIV�RY, STORAGE, AND HANDLING [NOT USED] 39 1.11 FIELD [SITE] CONDITIONS [NOT USED] CTTY QF FORT WORTH 2O20 CONCRETE RF.STORATIOIV CON3'RACT 4 STANDARD CONSTRL'CTION SPECIFICATION DOCUMENTS Ci[y Project No. ] 02696 Revised Dcecmber 20, 2012 32 41 19 - 2 TOPSOIL PLACEMENT AND FINI5HING OF PARKWAYS Page 2 of 3 1 1.12 WARRANTY �NOT USED] 2 PART 2 - PRQDUCTS 3 21 OWNER-FURNISHED [aR] OWNER-SUPPLI�DPRODUCTS �NOT USED] 4 2.2 MATERIALS 5 6 7 8 9 10 1I T2 13 14 15 Z6 17 ]8 19 Z.3 A. Topsoil 1. Use easily cultivated, fertile topsoil that: a. Is free from objectionable material incIuding subsoil, weeds, cIay Iumps, non- soil materials, roots, stumps ar stones larger than 1.5 inches b. Has a high resistance to erosion c. Ts �ble to support plant growtla 2. Secure topsoil from approved sources. 3. Topsoil is subject to resting by rhe City. 4. pH: 5.5 ta 8.5, 5_ Liquid Limit: 5fl or less 6. Plasticiry Index: 2D or less 7. Gradation: m�imum of 10 percent passing No. 200 sieve B. Water: Ctean and free of industrial wastes and other substances harmfui to the growth of vegetation ACCESSORIE� [NOT USED� 20 2.4 SOIIRCE QUALITY CONTROL [NOT US�D] 21 PART 3 - EXECUTION 22 3.1 INSTALLERS [NOT USED] 23 3.� EXAMINATION �NOT USED] 24 3.3 PREPARATZON [NOT USED] 2S 3.4 INSTALLATION 26 27 28 29 30 31 32 33 34 3S 36 37 38 39 A. Finishing of Parkways l. 5maothly shape parkways, shoulders, slopes, and ditches. 2. Cut parkways to finish grade prior to the placing of any improvements in or adjacenC to Che roadway. 3. In the event t�at unsuitable matariai fog parkways is encountered, exiend the depth of excavation zn ikze paxkways 6 inclaes and backiill with top soil. 4. Make siandard parkway grade pezpendiculaz to a�d draining ta the curb line. a. Mix�uz�num: 1/4 inch per foot b. Maximum: 4: i c. City may apprave variations from these requiremer�ts in special cases. 5. Whenever the adjacent property is lower than the design curb grade and runoff drains away fiom the street, the parkway grade must be set levei with the top of the curb. 6. The design grade from the parkway extends to the back of the walk Iine. CT�'X OP FOI2T WQI2TH 2O20 COIVCR�.'I'E R�ST012ATION CON'rIiACT 4 STANDARD CONSTRUCTIOI�I SPECIFICATiON DOCUMEI�IT5 City Project No. 102696 Revised December 20, 2012 329119-3 'TOPSOiL PLACEMENT AND FINISHING OF PARI{WAYS Page 3 of 3 1 7. From that poin[ (behind the walk), the grade may slope up or down at m�imum 2 slope of 4:1. 3 B. �lacing of Topsoil � 1. Spread the tapsoil to a uniform loose cover at the thickness specified. 5 2. PJace and shape the topsoil as d'zrected. b 3. Hand rake �nish a mini�num af 5 feet fzom all flaiwork. 7 4. Tamp the topsnil vvith a light roller or other suitable equipment. 8 3.S REPAXR/RESTORATYON] [NOT USED� 9 3.6 RE-IN�TALLATION [N�T USED] 10 3.7 FIELD QiTALTI'Y CONTROL [NOT USED] 11 3.8 SY,STEM STARTiTP [NOT USED] 12 3.9 ADJUSTING [NOT USED] 13 3.10 CLEAlvING [N�T USED] 14 3.11 CLOSEOUT ACTIVITIES [NOT USED] 15 3.1� PROTECTION [NOT USED] 16 3.13 MAINTENANCE [NOT USED� 17 3.14 ATTACHMENTS [NOT USED] 18 19 �ND O�' SECTY�N Revisian Lag DA`I'E NAME SUMMARY OP CHANGE �a CITY OF FORT WORTH 2O20 CONCRETE RESTORATION CONTRACT 4 STANDARD CONSTRUCTION SPECIPICA'fION DOCUMENTS City Project No. 102b9b Revised December 2U, 2012 330514-1 ADJ USTTNG MANHOLES, INLETS, VALVE BOXES, AND OTHER STRUCTURES TO GRADE Page 1 0€ 8 1 2 3 SECTION 33 0� 1�4 ADJETSTING MANHOLES, IlVLETS, VALVE BOXES, AND OTHER STRUCTURES TO GR.ADE 4 PART l. - GENERAL 5 11 SUMMARY 6 A. Section Includes: 7 1. Vertical adjustments to manholes, drop inlets, valve boxes, cathodic protection test 8 stations and other miscellaneous structures to a new grade 9 B. Deviations from this City of Fort Worth Standard Specification 10 ;l. �(���'i-�11�� !'1�C).�E�{(_�.3. Mlf�(}R r11),I�1�-f'N�E�V'!' C]�'' �r��F-i(.)�,�. W�1-f'�';f� 11 �1�l�i'f���;E� l�f M� �1��.� 1��1l,VI�, F�tl\ !11��,lIl�"i'�'1�F��1'f� fik�r11 �I� I#�i �'[:1l�I,�1�1��1�1���31�F 12 �LiiiSll:�11�1�1�"i'�� {'�]1tiC1�1-�-�'F± F'�Vi.�JC� SFsC'l'LU�I �:' � � 1_�, 13 �, .�D]iJ_4'i-�i�IL�'f-IRL�A�'�Ft (�r E.3:I�'I'F�l�� IIti�I��:4Tt7h] LIM�' AI�lL� 14 APPUT�TFI� �I�1�.I:5 Eil' r� LIC�SLD 'T��tTS ['�.[lR�i13C�t S�lAL�. B� I:�LU 15 PETt AC'�'U�IL �{l�`�- {]� 1�I}.I USTiVLEI�]`�' P�.U� T��J P�R�F?�T DVI�RII��D_ 16 17 18 19 20 21 22 23 24 25 26 27 28 29 C. Related Specification Sections incIude, but are not necessarily limited to: 1. Division 0- Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1- General Requirements 3. Sectian 32 Ol l 7- Permaner�t Asphalt pavi�g Repair 4. Section 32 Q1 29 -- Cancrete �aving Repair 5. Section 33 OS 10 - Utility Trench Excavation, Embedment and Backfill 6. Section 33 OS 13 - Frame, Cover and Grade Rings 7. Section 33 39 10 - Cast-in-Place Concrete Manholes $. Section 33 39 2a - Precast Concrete Manhoies 9. Section 33 12 20 - Resilient Seated (Wedge) Gate Valve 10. ,�ection 33 12 21 - AW WA Rubber-Seated BuCterily Valve 11. Section 33 fl4 11 - Corrasion Control Test SCation I 2. Sectzon 33 04 12 - Magnesium Anode Caihodic Protection System 30 1.� PRICE AND PAYMENT PROCEDURES 31 32 33 34 35 36 37 A. Measurement and Payment 1. Manhole - Minor Adjustment: SUBSIDIARY TO CONCRETE PAVING a. r,r„ �,+ .-,,,ra „ ,.:�°a ,.r fke r�,-�,�,;�,.., R � ��e o---- = =� = =---= - --- ---= - --- ---o-: � C1TY OF PORT WORTT� 2020 CONCRE'1'E Ii�S'TOI2ATION CON tRACT 4 STANDARD CONSTRUCTION SPECIF"ICATION DOCUMENTS City Praject No. 102696 Revised Decemher 20, 2012 33Q5 7a-2 ADJiISTING MANHOLES, INLEFS, VALVE B�XES, AN� OTHER STRLICTURE5 TO GRADE Page 2 of S 1 2 3 � 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 2l 22 23 24 25 26 27 28 29 30 3� 32 33 34 35 36 37 38 39 40 4l 42 43 44 45 Ab 47 48 49 2. 3. T+..,.,� , .;11 1-.� ,-..,;.7 F.,w .,++L.o , ,�,.r ,-. � i.;�l ,. ..4, ��i�rf.,,�4..,1� A �7,,,..r„-,..,,,t s i�/T� � �.Y.nie4o.a ------- -----r-=---., 11 D.,. o ,-,f ,- .,1 Lji�cE$�`Fl�ivix �� ^��;.�o�� ���e�ss-�t�� � , � yn�� Manhole - Major Adjustment a. Measurement 1) Measurement far this Item shall be per each adjustment requiring structural modifications to raise or Iower a manhole to a grade as specified on the Drawings. b. Payment �) The work performed and the materials furnished in accoxdance with this Ttem will be paid for at che unit price bid per each "Manhole Adjustment, Major" completed. c. The price bid shall include: ].) Pavezn�nt r�nao�al 2} Excavatio� 3) Hauling 4} Disposal o� e�ccess material 5) Structural mocfrfications, grade rings or other adj�zstment device 6) Reuse of the existing manhole frame and cover 7) Furnishing, placing and campaction of embedment and backfill 8) Concr�te base naatexial 9} Permanent asphalt patch or concrete paving repair, as required IO) Clean-up Manhole - Major Adjustment with Frame and Cover a. Measurement I} Measurement for this Item shall be per each adjustment requiring structural rriodifications to raise or lower a manhole to a grade specified on the Drawings or siructural modifications for a man3�ole requiring a new frame and cover, aften for changes to co�ver diameter. b. Payment I} The work performed and the materials furnishec! in accordance with this Item will be paid far at the unit price bid per each "Manhole Adjustment, Major wl Cover" completed. c. The price bid shall include: 1} Pavement zemo�al 2} Excavation 3} Hauling 4} Disposal of excess material CI'I'Y QF FORT WORTH STAI�llAKll COI�ISTRUCTION SPL�CIPICATION DOCUN3EIVTS Revised December 20, 2012 2020 CO3�ICRETE RESTORATION COI�7TRACT 4 City Project No. I02696 330514-3 ADNSTING MANHOLE3, INLETS, VALVE BOXES, AIdD OTHER S`1'1tUC'1'URES TO GKADE Page 3 of S i 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 I7 18 19 20 2] 22 23 2A� 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 4� 41 42 43 44 45 46 A7 48 49 5) Structural modificatio�s, grade rings or ather adjusiment device 6) Fzazx►e ar�d cover 7) Furnishing, placing and campaction of embedme�t and backfill 8) Co�crete base material 9) Permanent asphalt patch or concrete pavi�g repair, as requ�red i0) Clean-up 4_ Inlet a. Measurement 1} Measurement for this Item shail be per each adjustment requiring structural modifications to inlet to a grade specified on the Drawings. b. Payment 1) The woxk pe�rForzned and tk�a z►aatex�i�als fuzx�ash�d in accordance with tk�is Item will be paid far at ihe unit pr�ce bid per each "Inlet Adjustment" coznpleted. c. The price bid shall include: 1) Pavement removal 2) Excavation 3) Hauling 4) Disposal of excess mate�ial 5} StructuraI modif cations 6) Furnishing, placing and campaciion of embedrnent and bacicfiil 7) Concrete base matezzal, as requized 8) S�'ace restoration, pernnanent asplaalt patck� or cor�czete pav�ing zepazr, as required 9) Clean-up 5. Valve Box: SUBSIDIARY TO CONCRETE PAVING n,ro „+ �•�--Da�xxA�x� �Fe��o,. ...,,•�n�� ���t�nc-e��e� e�c� "V-��.,,,��J��xe�*� �� E Tho ,�, o h;,a �h.,ll ;..1,,.7a: '�F�te�e��a� Z�e�� �� K1 _ _ A .a;�,�rs,a.�t�io..:,,,. 4 ��c,,•.arrcF`ts e�c��ei ix�ie "r�e�fHiriiccrczrJpnuicpo^r�^cir^vrBe7�e�e�e-po^r`r'iirg^-i@�'cdi� �� � 6. Cathodic Protection Tesi Station a. Measurement 1) Measu�renrzent for thzs item si�all be per each adjusiment to a grade speci�ed on the Drawings. b. Paymer�t CTfY OP FORT WORTH S'['ANDARD CONSTRUCTIpN SPECIFICATION DOCiJME�ITS Ttevised December 20, 2012 2020 CONCRETE RESTdRATION CON"!'KACT 4 City PrajecE ]�io. 10269fi 330514-4 AD7LISTII+IG MAN€30LFS, INLF.TS, VALVE I30XE5, AND OTHER STKUCTURES TO GRADE Yage 4 of 8 1 2 3 4 5 6 7 S 9 10 11 ]2 ]3 1� 15 16 17 18 14 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 �9 1) The wox� perfoz�med and the materials furnished in accoz�dance with this Item will be paid for at the unit �rice bid per each "Cathodic Protection Test Statron Adjustrnent" complcted. c. The price bid shal� include: 1) Pavement removal 2) Excavation 3) Hauling 4) Disposal of excess material 5) Adjustment device 6) Furnishing, placing and compactian of embedment and backfill 7) ConcreEe base material, as required 8) Surface restoration, permanent asphalt patch or concrete pa�ing repair, as requirec� 9} Clean-up 7. Fire Hydrant a. Measurement 1} Measr�rement �or This Item shall be per each adjus�nent requiring stem extensions to meet a grade specified by the Drawings. b. Payment I) The work performed and the materials furnished in accordance with this Item will be paid for at the unit price bid per each "Fire Hydran� Stem Extension" cox�rzplet�d. c. T�ae pxice bid s�all i�clude: 1 } Pavement removal 2} Excavation 3} Hauling 4} Disposal of excess material 5} Adjustznent matez�als 6) k'urnishing, placing and compaction of embedment and backfill 7) Cnnerete base material, as required 8) Surface restoration, permanent asphait patch or concrete paving repair, as required 9) Clean-up 8. Miscallaneous c� UTILITY ADJUSTMENT a. Measurement �} Measurement for this Ttem shall be per each adjustment requiring structural modi�cations to LTI'ILITY/IKRIGATON LINE AND APPURTENANCES WIIERE SUCH UTILITY/IRRIGATION LINE ARE THE PROPERTY OWNER'S RESPONSLBILITY TO MAINTAIN ��_�' �+�„�«„�� *� � o���� �re ,.;�oa ,.,, .i-,o n.-��.,;r..� � � = =---= - --- ---= - -- --a-• b. Fayment J.) T�a� worl� pez�ozxx�ed and the materials furnished in accordance with this Ttem �rill be paid PER ACTUAL, COST OF THE ADSUSTMENTS PLUS TEN PERCENT TO COVER THE COST OP BOND AND OVERHEAD INCiJRRED BY THE CONTRACTOR IN HANDLING THE UTILTTY ADJUSTMNETS . . c. The price bid shall include: 1) Pavemen� r�znoval C1TY OF FORT WOKTH STANZ]AIiI] COI�IS'I'RLTCTiO�T SPSCFFICATION DQCUMENTS Re�ised December 20, 2012 2020 COI�iCRETE RESTORATION CONTRACT 4 City Prvject No. 1 Q269fi 330514-5 AD]USTTNG MANHOLES, INLETS, VALVE BOXES, A[�TD OTHFA STRLTC'I'URES TO GI2ADE Page 5 af S 1 2 3 4 5 6 7 8 9 T.3 10 11 12 13 I4 15 16 17 18 19 20 21 22 23 24 25 1.4 2) Excava�ion 3) Hauling 4) Dispasal of excess material 5) � UTILTTY modifications 6) Furnishing, placing and compaction of embedment and bacl�rll 7) Concrete base material 8} Permanent asphalt patch or concrete paving repair, as required 9) Clean-up REFERENCE� A. De�ir�itior�s 1. Minor Adjustrnent a. Refers to a small elevation change perfarmed on an existing manhole wheze the existing frame and cover are reused. 2. Major Adjustment a. Refers to a significant elevation change performed on an existing manhole which requires structuraI modification or when a 24-inch ring is changed to a 30-inch ring. B. Reference Standards l. Refezence standards cited in this Sp�cificataon �r�fer to the current re%rence siandazd publisk�ed at tlae tir�ae of the latest reviszon date logged at the end of this Specification, unIess a date is specifica7ly cited. 2. Texas Cornmission on Environmental Quality (TCEQ): a. Trtle 30, Part I, Chapter 217, Subchapter C, Rule 217.55 �- Manholes and Related Structures. ADMINISTRATIVE REQUIREMENTS [NOT USED] 26 1.5 SUSMITTALS [NOT USED] 27 1.6 ACTION SiTSMITTALS/INFORMATIONAL �UBMITTALS [NOT U�ED] 28 L'� CLOSEOUT 5UBMITTALS [NOT USED] 29 1.8 MAINTENANCE MATERIAL SUSMITTALS [NOT IISED] 30 1.9 QUALITY ASSURA.NCE [NOT USED] 31 1..10 DELZVEAY, STORAGE, AND HANDLING �NOT USED] 32 1.11 FIELD [SITE] COND�T�ONS [NOT USED� 33 1.1.2 WARRANTY [NOT USED] 34 PART 2 - PRODUCTS 35 21 OW1V�R-F�TRNISHED [oRJ OWNER-SUPPLIED PRQDUCTS [NOT USED] 36 37 2.2, MATERIALS A. Castan-Place Concrete CITY OF FORT WORTH 2D20 CONCT2ET� 12�STOlZAT10N CO�'TRACT 4 STANDARD CONSTRUCTTON SPECIFICA7'ION DOCUMENTS City Praject No. 102696 Revised Decemher 20, 2012 � 3305I4-6 AD7USTIlVG Iv]ANHOLES, INLETS, VALVE BOXES, ANB OTHER STRUCTURES TO GRADE Page 6 uf 8 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 1. See Section a3 30 4�. B. Modifications to Existing Concrete Structures 1. See Section 03 80 00. C. Grade Rings 1. See Section 33 OS 13. D. Frame and Covez l. See Section 33 05 13. E. Backfill material 1. See Section 33 05 14. F. Water valve box extension 1. See Section 33 12 2Q. G. Corrosion Protection Test 5tatian 1. See 5ection 33 04 11. H. Cast-in-Flace Concrete Manholes 1. See Section 33 39 10. I. Precast Concrete Manhales 1. See Section 33 39 20. �.3 ACCESSORIES jNOT USED] 2.4 SOURCE QUALITY CONTRQL [NOT USED� PART 3 - EXECUTION 21 3.1 INSTALLERS �NOT USED] 22 3.� EXAMINATION 23 A. Verification of Conditrons 24 1. Examine existing structure to be adjusted, for damage or defects that may affect 25 grade adjustment. 26 a. Repart issue to City for consideration before beginning adjustment. 27 3.3 PREPARATION 28 A. Grade Verificatian 29 1. On major adjus�nents confirm any grade change noCed on Drawings is consistent 30 with �Zeld z�rzeasuxe�ents. 3l a. If not, coordinate with City to verify final grade before beginning adjustment. 32 3.4 ADJUSTMENT 33 A. Manholes, Inlets, and Miscellaneous �UTILITY ADJUSTMENT 34 1. �n any sanitary sewer adjustment replace 24-inch frame and cover assembly with 35 30-inch fra�ne and co�er assembly per TCEQ requirement. CITY OF FORT WORTH 2O20 CONCRETE RSSTORATION CONTRACT 4 STANDARD CpNSTRUCTION SPSCLFICATION DOCUMENTS City Project No. 102696 Re�ised I�ecembcx� 20, 2012 330514-7 ADJU3TING MANHOLES, INLETS, VALVE. BOXE$, AND OTHER S"IRUC'I'URES TO GRADE Page 7 of 8 1 2 3 4 5 6 7 8 9 10 zz 12 13 14 15 Tb 17 18 19 20 21 3.5 2. On ma�ha�e major adjustments, inxets and mzscellaneous structures protect the bottom using wood forms shaped to fit so that no debris blocks the invert or the inlet ar outlet piping in during adjustments. a. Do noE use any more than a 2-piece battom. 3. Do not extend chimney portion of the manhole beyond 24 inches. 9. Use the least number of grade rings necessary to meet required grade. a. For example, if a 1-foot adjustment is required, use 2 6anch rings, not 6 2-inch rings. 5. A LICENSED TEXUS PLUMBER SHAI.L BE RESPONSIBLE FOR REPA]R/AD7USTMENT Ok' UTII.ITYIIRRIGATI�N LINE AND APPUR`I'ENANCES B. Valve Baxes I. U�ilize typical 3 piece adjt�stable valve box f�r adjusting to �nal grade as shown on the Dr�vVings, C. Backfill and Grading i. Bacicfill area of e�cavation surrounding each adjustment in accordance to Section 33 OS lfl. D. Pavement Repair 1. If required pavement repair is to be perfarmed in accort�ance with Section 32 O1 17 or Section 32 O1 29. REPAIR 1 RESTORATION [NOT USED] 22 3.6 R�-INSTALLATION [NOT USED] 23 3.'7 FI�LD [on] SITE QUALITY CONTROL [NOT USED] 24 3.8 SYSTEM STARTUP [NOT USED] 25 3.9 ADJUST�NG [NOT USED] 26 27 28 29 3Q 31 3.10 CLEANING [NOT USED] 3.11 CLOSEQUT ACTIVITIES [NOT USED] 3.12 PROTECTION �NOT USED] 3.13 MAINTENANCE [N�T USED] 3.14 ATTACIIMENTS [NOT USED] END OF SECTION Revision Log DATE NAIVIE SUMMARY OF CHANGE 1.2.A — Pay item added for a major manhole adjustment which reuses the existing frame and cover and a major adjustment requiring a new fratne and cover; Added 12120/Z012 D. Johnson items to be includcd in price bids; Blue text added far clariiication for miscellaneous shucture adjustments 3.A —Pavemenf repaix xequirements were added C1TY OF FOItT WORTH 2O2D CONCI2�:`I'E RES1'ORATION CON1'12ACP 4 STANDARD CONSTRUCTION SPECIFTCATION DOCiTMENTS City Project No. 102696 Revised December 20, 2012 330514-8 ADJUSTING MANHOLES,INLE`PS, �/AL,'VE 130�5, AND O`1'H�It STRUC'�'URES TO CRADE Yage 8 vf 8 I � C1TY OF FORT WORTH 2O20 COIdCTiLTE 12ESTOI2A'TIO�T COI�I'I�2ACT 4 STANDARD CONSTRUC'iION SP�C�ICATION DOCiJIv�F.NTS City Project 1Vo. 102696 Revised December 2Q, 2U12 347113-1 '�2AFPIC CONTROL Page 1 of 6 2 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Tncludes: 3 7 S 9 10 ri 12 13 14 lS 16 17 18 SECTION 34 71 13 TRAFFIC CONTROL 1. Installation of Traffic Control Devices and preparaiion of Traffic Control Plans B. Deviatio�s from this City of Fort Worth Standard Specif�caiion �, �'QT# Tl-fIS �1�(�J�ECT Ti���'f��Cv Ci��'�'L���L. � F{,�"C'1�-��} =sf1 7 I i�3 ���A l,I , E�t���, C'��'SIDLf�ELI SLIBSIDIA�� ��'r.-1T�K�. �Cl �F�F'ARA'�!'�� F'r�`!. �' 3;`>, T'Rh]'F��C� C��[�f'FtC�L IMPE.�I�Ir,��l-,�'I'3C}�_ !�l��l'Al.[.A'!'[�]N, M1IINTE�T�A#C.E. l�L�JLTST�I�iTS, I213F�t:I?ML-.��TS :�NF� RT[vIOV AL i7�' -['f�f�I��I�I(= (�'[}'V'TR()I_ f]�:i�lC'1�;� SF��I..I_, k�k t'{��1�[1�[�;i�E',l� SI_�RSl1-�fi1l�Y Ws.alt3�, �lik �l��,l'}11�I1`�'�: i'i�Y, I'���::I'x11�,1��1'i�.}�i (�}' �f'l2+�f=E.rJ(.' (_'(?N'i'RC}i., !'1..��'+ T}.�'1'l�.1]_,S. �€17.��':1�F'!VGE T� ('.I'�'�' r�f�1.) �I"�=?C�S ,1��Af�ll��C_ (.}�f C)�l1F�)1��7 �!�[�f;E�J[.' C'C?,�'TIt{]!. f)�VIC'E� (�Tl�'IUTCI�I. �1�'tl�l�1�ltilG fil�;f�117'l,'T{li AYU �Ei,�11, €�I� +1 l_1('lif��l:f]']'k;}tillti Y�tC}���1:��1�,�A1,ls1�1(:,l�fi-'1_l� �11A!_,I., f.����,��'(:��4tir1�!?RF�,t.) �a�li��l��}�,�f21' �VOf���, �!l } S�P}�f�A'i'� PAY. 19 C. Related Specification Sections include, but are not necessariIy limited to: 20 I. DivisiQn 0— Bidding Requirements, Contract Forms and Conditions of the Contract 21 2. Division 1— General Requirements 22 1.2 PRTCE AND PAYMENT PROCEDURES 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 A. Measurerrient and Payment 1. Installation af Traffic Controi Devices: SITBSIDIARY NO SEPARE�TE PAY a. r,r., �f �et�: �� n ,,.. „+t, ;� ,aa�,rna .,� �n ,,.,i,,.,a.,.. ,�,.�,� b.� 1 \ TL,e . ...-L .,e,-F .-.Y,ed .,...7 .�,�ro,-;.,1� F,.r.,;..ho,�l ; .-,r.i.,,,,.a t..;tl�, +h;� Tto,Y. �����e brd �oz"=F-a��^�� �������ie� �}���e�a�e� � � n a;,, �+,Y.e„+� �� n v.,i.,,,a..,e„+., ��e� �� n..r;,.o „ ;�*„r„o a,,,-;,,,. „e.,� �.,.,,.-� 2. Portable Message Signs CTPY OF FORT WORT�3 2D20 CONCRETE RESTORATION CpNTRACT A STANAARD COlVS�2UC�'ION SPECiFICATiON DpCiJIvxEN'i`5 CTT'Y Y1207EC`I' 3V0. 102696 Aevised Navember 22, 2013 347113-2 TRAFFIC CONTROL Pagc 2 of 6 1 2 3 4 5 6 7 S 9 10 11 12 13 14 15 16 1% 18 19 20 21 22 23 24 25 a. MeasuremenE I) Measure�ent for this Item shall be per week for the duratian of use. b. Payment 1) The rnrorlc performed and materials furnished in accordance to this Item and measured as provided under "Measurement" shall be paid for at ti�e unit price bid per week for "Portable Message Sign" rental. c. The price bid shall include: I) Delivezy of Portable Message Sign to Site 2} Message r�pdating 3} Sign movement throughout constructron 4} Return of the Portable Message Sign post-construction 3. Preparation of Traffic Contral Plan Details: SUBSIDiARY NO SEPAItATE PAY �.ro ,.+ � S#"�cczro@-�"'m.��ivi�-ac+cn�'n'iizi—��2E��C.i GeiC�i ��"1"«.,f�:., !'t..,,Fr.,l Tl.,+.,.1�� �� e. mti,. �, „ �,,,a ..H„ii : �a,,,a,,. t� n,.,,w.,�.,,., f►,,, rr...,�F;� r�r.,.,,i n�.,�, r�of.,;1� �,,,. ,.i„r,,,.oR ,.� �.t H,,,,,-�. � � � im� �rr��1 n1 r.,,.�,,,,,,,,,,,,;,,,, ,,� r�,+„ „ „f� 26 1.3 REFERENCES 27 A. Reference Standards 28 29 30 31 32 33 34 1. Reference standards cited in this Specificatian �efer to the current reference standard published at the tzxz�e o� the latest revision date logged at the end of this Sp�czfication, unless a date is specifically cited. 2. Texas Manual on Uniform Traffic Control Devices {TMUTCD). 3. Item 502, Barricades, Signs, and Traffic Handling of the Texas Department of Transportatian, Standard Speciiications for Constr�iction and Mai�ntenance of Highways, Streeis, and Bxidges. 35 1.4 ADMIIVISTRATIVE REQUIRCM�NT� 36 37 38 A. Coordination 1. Contact Traffic Services Divisian {817-392-7738) a minimum of �8 hours prior to izxapieznenting Traffic Control within 500 feet of a traffic signal. 39 B. Sequeneing 40 1. Any deviations to the Traffic Control Plan included in the Drawings must be first 41 approved by the City and design Engineer befare implementation. 42 1.5 SUBMITTALS 43 A. Frovide the City wit�a a cuzxent list of qualified flaggers before beginning flagging 44 activiCies. Use only flaggers on the qualified list. CTI'X OF FOItT WORTH 2O20 CONCRETE AESTORATTON CONTRACT 4 STAriIDARD C(]NSTRUCTION SPECTNTCA"1'TON DOCiJNIEN'I'S C1TY PRO.IECT NO. 10264b Re�isec� Navem6er 22, 2013 34 71 13 - 3 TRAFFIC CONTROL Page 3 of 6 7 8 9 10 Obtain a Stxeet Use Per�t from ihe Street Management Section of the Traffic Engineez�ng Division, 31 l W. J 0"' Stxeet. The Trafiic Control Plan (TCP) far the Project shaIl be as detailed on the Traffic Cor�trol Plan Detail sheets of tha Dz�awi�ng set. A copy of Lhis Traffic Control Plan shall be subz�aitted with the S�reet Use Perzxz�t. Traffic Control l'lans shall be signed and sealed by a�zcensed Texas Pro�essional Engineer. D. Contractor shall prepare Traf�c Controi Plans iFreq�ired by tfie Drawings or Specificakions. The Contractor will be responsibie for having a licensed Texas Professional Engineer sign and seal the Traffic Control Plan sheets. E. Lane closures 24 hours or longer shall require a site-specific traffic control plan. 1 i F. Contractor responsible For having a licensed Texas Frofessional Engineer sign and seal J2 changes to the Tra££ic Control Plan(s) developed by the Design Engineer. 13 G: Design Engineer wi11 furnish standard deta�iZs for Traffic Contz�al. 14 1.6 ACTION SUBMITTALS/INFORMATIONAL SUSMITTALS [NOT USED� 15 1.'� CLOSEOUT SUSMITTALS [NOT USED] 16 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 17 1.9 QUALITY ASSURA.NCE [NOT USED] 18 l..].0 DELZVERY, STORAGE, AND HANDLING [NOT USED] 19 1.11 FIELD [SITEJ C�NDITIONS [NOT USED] 20 112 WARRANTY [NOT U�ED] 21 PART 2 � PRODUCTS 22 �.1 OWNER-FIIRNISHED (ax] OWNER�SUPPLIED PRODUCT� [NOT U�ED] 23 24 25 26 27 28 24 3Q 31 32 33 1 B. 2 3 4 5 C. 6 �.2 ASSEMBLIES AND MATERIAL� A. Description 1. Regulatary Requirements a. Provide Traffrc Confirol Devices that conform ta details sho�n on tfie Drawings, the TMUTCD, and TxDOT's Compliant Work Zone Traf�c ControI Device List (CWZTCDL}. 2. Materia�s a. Traffic Control Devices must meet alI refleckivity requirements included in the TMUTCD and TxDOT Specif cations — Item 502 at all times during construction. b. Electronic message boaz-ds shaIl be provided in accordance with the TMUTCD. C1PY OF FORT WORTH STANAAI2D CONSTRUCT[pN SPECEFICATION DOCIJMENT$ Aevised November 22, 2013 2020 CONCRETE RESTORATION CO�ITRACT 4 C1TY PR07ECT NO. 102696 34 71 13 - 4 TRAFPIC CONTROL Page 4 of 6 1 2.3 ACCESSORIES [NOT U�ED] 2 �,.4 SOURC� QUALITY CONTROL [NOT USEDI 3 PART 3 - EXECUT�ON 4 31 EXAMINATXON [N�T US�D] 5 3.2 PREPARATIQN b A. Pratection of In-Place Conditions 7 I. Protect existing traffic signal equipment. 8 3.3 INSTALLATION 9 10 11 12. 13 14 15 16 17 18 l9 20 21 22 23 24 25 26 27 28 29 30 3] 32 33 34 35 3b A. Follow the Traffic Control Plan (TCP} and install Traf�ic Contral De�ices as shown on the Drawings and as directed. B. Install Trafiic Control Devices stxaight and plumb. C. Do nat z�aake changes to the location of any device ar implement any other changes to the T'raffic Control Plan without the approval of the Engineer. I. Minor adjustments to meet field constiuctability and visibility are atlowed. D. Maintain Traffic Control Devices by taking correcti�e action as soon as possible. I. Correcti�e action includes but is not Iimited to cleaning, replacing, straightening, covering, ar rezr�ovzng Devices. 2. Maintain the Devices such that they are properly positioned, spaced, and legible, and that retroreflective ch�racteristics meeC req�iirements during darkness and rain. �. Tf ihe Inspector discavers that the Cantractor has failed to comply with applicable federal and state laws (by failing to furnish the necessary flagmen, warning devices, barricades, lights, signs, or other precau�ionary rneasures for the protection of persons ox property}, tb� Inspector may ozder such additaonal precautionary zneasures be taken to protect persons and property. F. Subject ta the appro�al of the rnspector, portions of this Project, which are not affected by ar in conflict with the propased method of handling traffic or utility adjustments, can be constructed during any phase. G. Barricades and signs shall be placed in such a manner as to nat interfere with the sight distance of drivers entering the highway from driveways or side streets. H. To facilitate shifting, barricades and signs used in lane ciosures or txaffic staging zzaay be erected and mounted on portable supports. I. The suppoz-t design is subject to the appraval of the Engineer. I. Lane closu�res shall be in accordance with tt�e appraved Traffic Contral Plans. ,T, If at any time the existing traffic signals become inoperable as a result of constriiction operations, the Contractor shall provide partable stop signs with 2 orange flags, as approved by the Engineer, ta be used for Traffic Control. CI7'Y OF PQRT WOR'FH 2d20 CONCIiBTE RESTORATION COIYTRACT 4 STANDARD CONSTRC�Cl'TO1V� SYEC�TCA`fTON DOCLTMEI�TS CI'1'Y P120JECT N0. 10264b Revised Nuvember 22, 2013 347113-5 712APk�dC CONTROL Page 5 of 6 1 2 3 4 5 6 7 8 9 1� 11 T2 13 14 i5 l6 17 18 19 20 21 22 23 2A K. Contractor shall make arrangements for polic� assistance to direct traffic if traffic signal turn-ons, street light pole instalIation, or other construction wiI1 be done during peak traffic times (AM: 7 am — 9 arn, PM: 4 pm - 6 pm). L. Flaggers I. Provide a ContracCor representative who has been certified as a flagging insiructor through courses offered by the Texas Engineering Extension Service, the American Traffic Sa%ty Services Association, the National Safety Council, or other approved organizations. a. Provide the certificate indicating course comple�ion vvhen requested. b. This representative is responsible for training and assuring that aIl flaggers are qualified ta perform flagging duties. 2. A qualified flagger m�st be independently certified by 1 of the organizations listed above or trained by the Contractor's certifed flagging ins�ctor. 3. Flaggers must be courteous and able to effectively communicate with the public. A. When directing trafFic, flaggers must use standard attire, flags, signs, and signals and follow the flagging procedures set farth in the TMUTCD. 5. FrQvide and mainiain flaggers at such points and far such periods of tizn�e as znay be required ta provide �ar the safety and convenience of public travel and Coniractor's personnel, and as shown on the D�rawi�gs or as directed by the Engineer. a. These fla�gers shall be lacated at eacfi end of the lane closu�c�e. M. Rezxaoval 1. Upon completion of Work, remove from the Site all barricades, signs, cones, lights and other Traf�c ConErol Devices used for work-zone traffic handling in a timely manner, unless otherwise shown on the Drawings. 25 3.4 REPAIR / RESTORATION �NOT USED] 26 3.5 RE-INSTALLATION [NOT USED� 27 3.6 FIELD [ou] SITE QUALITY CONTROL [NOT U5ED� 28 3.7 SY�TEM STARTUP [NOT U5ED] 29 3.8 ADJUSTING [NOT USED] 30 3.9 CLEANING [NOT USED] 3l 3.10 CLO5EOUT ACTIVITIES [NOT USED] 32 33 3.11 PROTECTION [NOT USED] 3.12 MAINTENANCE [NOT IISED] 34 3.13 ATTACHMENTS [NOT USED] 35 END OF ,SECTIQN � Revision Log CTTY OF FOAT WOR'� 2D20 CONCRETE RESTORATION CON1'RACT 4 STANDARD CO�'STRUCTION 3PEC7FICATION T)OCIUMENTS C�'ii'X PROJECI' NO. 102696 Revised Nvvemher 22, 2013 3a�� t3-s 'PRAFFIC CONTROL Page b of 6 DATE NAME 11/22/I3 S. Arnold SUMMARY OF CHANGE Added police assistance, requirement far when a site speciiic TCP is required CITY OF FdRT WORTH 2d20 CONCAETE RESTORATION CON'I'KAC1' 4 STt1NDARD CONS'I'RUCTION SPFCIFICA'I'IO�T I]OCUNJFN'I`S CITY PRQJECT NO. ] 02696 Revised Navember 22, 2013 SECTZON 99 99 00 SPECIAL SPECII`ICATION Geogrid, Tensar TriAX140-4'�5 X. Descxiption: �'uzxaish and place geogrid in accordance with tl�e lines and grades shown on the pIans or as directed. 2. Matexxals: Geog�7d, a syzzthetac planar structure formed by a regular netwark of integrally connected polymeric tensile eIements with triangular apertures designed to interlock with the surrounding fiIl material. Geogrid is used for the reinforcerr�ent of roadway base or embankn:�ent materials. Furnish geogrid that meets the requirements vf Table 1. Use roll widths and lengths shown on the plans or as approved. Deliver 0ach roll af geogrid in suitable packaging to protect it from environmental degradataon; eac� roIl will be one cantinuous piece without discontinuities in the ribs. The Engineer will obtain at least one (1) samg�e of the geogrid per project %r testing, as needed, to verify coinpliance with Table 1. Table 1 Geogrid Requirements TX140 Index Properties Longitudinal Diagonal Transverse General Rib pitch, mm (in) 40 (i.60) 40 (1.60} - Mid-rib depth, mm (in) - 1.2 (0.05) l.2 (Q.OS) Mid-rib wid[h, mm (in) - 11 (0.04) 1.1 (0.04) Nodal thickness, mm (in) 31 (0.12) Rib shape rectangular Aperture shape triangular Rib Aspect Ratio (depEh; width) > 1.0 SEructural Integrity Junction efficiency, % 93 Apertt�re stability,�z� kg-cm/deg @ S.Okg-cm 3.0 Radial stiffness at low strain,�3� kN/m� @ 0.5% strain 225 Radial stiffness at low strain,�3� (Ib/ft @ 0.5% strain) 15,430 Durxbil3ty Resistance to chemical degradation l00% Resistance ta ultra-violet light and 1 pp% weatk�ering�5� Notes: 1. Load transfer capability determined in accordance with GRI-GG2-87 and GRI-GGl-87 and expressed as a percentage of ultiznate tenszle strength. 2. In-plane torsional rigidity m�asured by applying a moment to the central junction of a 225mm x 225rnm specimen restrained at its perinieter in accordance wiih U.S. Army Corps of �ngineers Methodology for Measurement of Torsional Rigidity, (Kinney, T.C. Aperture stability Modulus ref 3, 3-1-2000). 3. Radial stiffness is deterrnined from tensile stiffness measurad in any in�plane axis from testing in accordance with the scope of ISO 10319:199b. 4. Resistance to loss of ioad capacity when subjected to chemically aggressive environments in accardance with testzng to IS�12960 as part of a durability assessn�ent in accordance with I5013434:1999 7.3 5. Resistance to loss of load capacity when subjected to ultra-violet light and weathering in accordance with tes�ing to EN12224 as part of a durability assessment in accordance with ZSO13434:I 999 7.2 6. All dimansions and values are typical unless otherwise stated. 3. Identification: Identify each roll with a tag ar Iabel secureIy affixed ta the outside of the roll on one end. L.ist the following information on the label; � unique rol] number, serially designated; • lot numbar or control number; • nazne of pxoducer; o style or catalog designation of proc[uct; anc[ e roll width and length. 4. Construction: Prepare the subgrade as indicated on t1�e plans or as directed. Set stz�ng lines for alignment, if directed. Insta]I geogrid in accordance with �ines and grades as shown on the plana or as directad. Place base material in lift ihicknesses and compact as shown on fhe plans or as directed. Do not operate tracked construction equipment on the geogrid without a minimum fill cover of six (6} inches. Rubber tire construction equipment may operate directly on ihe geogrid at speads �ess than five (5} mph if the ux�derlying ma#erial supports the loads. Where excessive substruciure deformatian is apparent, carrect the grid placement operatians as recammended by the manufacturers or as directed. A. Placement: Orient the geogrid Iength as unrolled parallel to the direction of roadway. O�erlap geogrid sections a,s shown on the plans or as clirected. Use plasTic ties at a�verlap joints or as directed. Placement af geogrid around corners may require cutting and diaganal lapping. Pin geogrid at the beginning of the back�ll sec�ion as directed. Keep geogrid taut at the beginning of the backfilling section but not reatrained froin stretching or flattening. 1. Longitudinal Joints: Overlap Iangitudinal joints by a minimum of 1 ft. Space longitudinaI ties 10 ft. to 15 ft. or as directed. 2. Trans�erse Joints: Ov�rlap transver,se joints by a minimum of 1 ft. Space trans�verse ties 4 ft. to 5 ft. ox as directed. B. Damage Regair: As directed, remove and replace contractor damaged or excessi�ely deformed areal without additional cannpensation. Lap repair areas a minimum of 3 ft. in al] directions. Tie each side of repair grid in at least three (3) locations but do not exeeed normal construction spacing; tie spacing for odd shapes will be as clirected. Repair e�cessively deFormed materials underlyin� the grid as directed. 5. Measurement: Geogrid will be measured by tha square yard of roadway placement as shown in the plans r�ith no allowance for o�erlapping at transverse and laz�gztudana] joints, 2 6. PaymenE: The work performed and materials furnished in accordance with this item, as measurad, will be paid for at the unit price bid for "Geogtxd, `I'ensar `I'riAXl.40-475". 'I'his price is fuTl compensation for furnishing, preparing, hauling and placing materials including labor, materials, freight, tools, equipment and incic�entals. ����0�6@� l�[����-��y amd W���n �wr�ed ���i��ss E��e�p���e �����ia��e T�]][�S ]P�i.GE ]L]EF7� ][l�7['�E�TT][Ol�TAIL]L� I�ILA�TI� 20z0 ��NCR�TE RESTORATION CONTRACT 4 City Project Na. 1p2696 ATTACHMENT 'i A Page 1 of 4 F�OIiT �ORTH Ci�� ��' ��r� l��rr�h IP�ir�vr�i�� �u�in��s Ln�er�p�i�e M�E Su�conir�actorsl�uppl��rs Utiliza�ion �orrn OFFERQR GOMFANY NAME: ChecFt a�piicable 61ock to clescrihe � � � � ��t-� �+�: �Fi ����L�w,' -�-�h� . MMlIDBE pfferoNON-MIWIDBE PROJECT NAME: �O�O COfVC���� ��S�O�AT'I�f� CO�TF�Ci 4� $IoflA7� ���I�� City's MBE Project Goal: Dfferor's MBE Project Commitment: PFtOJECT NUMB�R � o �io �iv �io � 02696 [d�ntif� al! s�bcontractor�lsuppliers �o� �vill use on ih�� pro��ct ��ii�re t� ��mpl�te thf� fof�r�, In i�s �n��rety with r`e��es�ed dac�mer�tat���, and r�c�iveci �y th� P�r�l�a�i�+� DJvisian no f�t�r tf�an �:0�} �.m. ar� t�c s��ond �iky busin�s�s d�y ��#er �i�i �pening. �xcEusiv� o# bRd o��nFng dete, v�+lE res��l� ir� th� �Ed be�r�g can�idere� �br�-re�pons�v� ta bid s�ec�flcat�or�s. The undersignad DFfero� a�gre�s to eflter ir�t� a#�rrna! a��ec�n�ent with �F�� hABE frr���s} listed 3n #Yti� utlli�stian sc�edul�, con�iti�r��d u�on �x�c�#�on of � coniract with� th� �i#�r ofi Fort 1N��th. Th� Ir�t�r�ti�n�l and�or knowing mi�r�����er�t�tion �� f��#s i� gra�rtd� �or c�rrsi�fera#�o� o� ci�sq�a�ifi�ation �n� w�fl res�l# ir� ��t� bid k��ar�g considef�� r�on-r�spprr��ve t� �€d s���ifi����ons, M��s iisted #oward meeiing the project goal must be located in the six (6} county marF�etplace at the time of bid or the business has a Significanfi Business Presence ➢n the liAarkefplace. Marketplace is the geographic area of �'ar�rant, �a[las, �enton, Johnson, �ar�er, and FlVise counfiies. F'rime ca�rtrac#��s m�st ider�tify b�r #ic�r 1�vel of �II s��contracto�sls�r�pliers. Tier. means tY�e leve� of su�car�tr��kir�g be��w [he prime cartira�to��c���ui#�r�t i_�_ � dire�# payrr��nt fror� #�e p�ime corttr�ct�r ta � s�b�a�tra�#or is �or�sfdere� 1gr #i�r, a�aa�rrtonQ �� a subc�ntf��tar t� its su�plier t� consi�er�d �T�� tier. �I�e �rime c�nt���t�T is r�sp�ns�#�e trx pro��de �r��f �f ��yme�� of akl tie��� sub��r�#r�,�t�rs �de��i�ie� a� a N��E an�f c��,r��ing #I�os� �ol�a�� taw�rd� m��#ing th� coe�t�,c# cornmitte� goal. A�� M➢B�s IV�l1�� �� C�R�I�I�� B��OR� CON f RAC f AWAI��. Certification means thos� firms, located within the Marketplace, that have been deterrnined to be a bondafide minarity business enterprise by the North Central Texas Regional C�r�ification Agency (NCTRCA) or other certifying agencies that the City may deem apprapriate and accepted by the City of Fort Worth. ff Fraulir�g servic�s a�e uti�ized, tE�e O�f�rar wiCl �e �aven credit �s l�ng �s the P1+16E li�#�t� owns 2�rtti �per�tes at le�st on� ����I� Ilc�nsed a�d ap���#iar��! #ruck to be used �n #fie �:or�kr��t. T�e ��E m�y l���� tr�ck� f��r� an��h�r �11qB� firrr�, includin� N1B� �um�r�o��r�t�d, and r�cc�€v� f�ll P�iBE credit. The flhB� rr�ay I�ase tr€�c�Cs fror� no�r-A+1BEs, In�l�d��r� awner-a�eeat�d, b�E wIN on3y rec�ave ���dit F�r the f��s 2�nd �ommE�s€c�ns �a�n�c� �y i�� MB� �s ��i�ir��d ir� #�� I�ase a�r��m�nt. .`.»_ `.._.�_ �. �.�..^ Rev. 2H0115 FOR� _, T WORTH ATTACHM�NT 1 A —��— Page 2 of 4 Offerors are cequired to identify ALL subcontrac#orslsuppliers, regardfess of status; i.e., Min�rity and r�ar���B�x, MBE firms are to be IistetE first, use additional sheets if necessary. Please note that only certified MBEs will be counted to meet an MBE goal. NCTRCA � SiJSCONTRAC�'ORISUPP�IER ° Company Name T R Detail Detail p.ddress i Su3�contracting Supplies M W C�ollar Amount TelephanelFax ` 8 B � Work Purchased �mail E E Contact Person E ��c� � tia����� _ . 1 � "� ��� 'n _ ���c�, � � � U4 � �.���x, ��t 1 } � '�� t �c'1 t� � � ��`�-�� o��� � o��� � ��,�,�',�,x �`�1 ��.�l�.@�� _ �� ��� ���� � ❑ �]] �� ����.� ����-���4�►��� ��� �"�- ��� � �1� � �� �1,�.�_y �a c�•,��, c1�� t3 � ❑ ❑ ������ °�n� �c� ❑ ❑ ❑ � ❑ ❑ Rev. 219 01'E 5 FdR� ATTACHMENT1A Page 3 of A Oiferars ar�equired to identify ALL subcontractorslsuppliers, regardless of status; i.e., Mlr�orily sn4 non,lUl�Es.. MBE firms are to be listed first, use�dditional sheefs if necessary. Please note that only certified MBEs will be counted to meet an MBE goal. NCTRCA �' SUEiCONTRACTORT�IiPPLI�R ° Cornpany Nam� T '� Detai! petail Acldress i Subcontracting SuppEies M W Dollar Amouni TelephonelFax . e � B � Wori� Purchased �mail E E Contact Person � : � , � ` � � ` . � � . . � I� . � � � � . ,` i�ev. 2110115 �'OR� ATTACHMENT 1A Page 4 of 4 Tota! Dollar Amount of N➢B� SubconfractorslSuppGers � t � � ��.i� :�_ ` � Total Dallar Amount of f�on�R�B� Subca�#raetars/Suppliers � ���i� �, :�, �B��oL �Of�LA� �.II�ANQUAl� O� �,LL �U�COIVT�C`�°ORSISUPPL[FcRS � ��� i�� •�, Th� Off�ror �r�ll not ma�C� ��d�ilons. d�l�iions. �r sub�t�kutEor�s #� lhls ��rl�f���E �ks! w�tl��u� #he prior ��prov�l �f the i1�ir��rK#y artd Wome� S�si��ss �nt��p��se �f€i�� #�rra�gh t#�e suL�rr�E�ta1 of a R�q�est for �ippr�ual of �hangelAdditrorr far-rrr. Ar�y ur�jr�sti�i�d �han�� or �I�i��ion st�all b� a rr�a��ri�l br�a�h af conlfi��l ��d rna� r��ult in dek�arment G�r ac�ord wEth the �rocedEires out�inad ie� the �rdFi���rca. Th� ��€orar sY�afl sub�it a detailod e�c�l��a�ion of ��o+�r �#�� r�q��sted cliarrg�la��ition or d�letinn will aif��� ll�e �omr�itt�d �+18� r��al. If kl�e de#�i� exp�an����n E� not �ubrr�itted, i� will aff�ct t�e fir�al corr����anc� d�t�rminatian. By affixing a signature to this form, the Offeror further agrees to provide, direcfly to fhe City upan request, complete and accurate information regarding actual work performed by all subcontractors, including MBE(s} and any special arran�ements with MBEs. The Offeror also agrees to allow an audit andlor examination of any books, records and files held by their company. The OfFerar agrees to a[low the transmission of interviews w�th owners, principals, officers, employees and applEcable subcontractorslsuppliers participating on the contract thaf will substan#iate the actual work performed by the MBE{s) on this contract, by an authorized officer ar employee of the City. Any intentional andlor knowi�g misrepresentation of facts wil! be graunds far terminating the contracf or debarment from City work for a period of not less than three (3) years and for fnitiating action under Federal, State or Local laws concerning fafse statements. Any failure ta corr�ply with this ardinance creates a material breach of the cantract and may resuft in a defermination �f an irresponsible Offerar and debarment from participating in City work for a period af time not less #han one (1 } year. � -.� y �C� \ ,� Authorized Si ure Printed Sig ure �L����1� TiEle � � `� � 11.�i0wy `�� Company Name Contaci NamelTitle (if �i'C� ��� ���, ��Z•���b -k.�� 7elephone andlor Fax ��iC`\ �'�C��" Address � `�-�,�-�-� . \� `��o ��R CitylStatelZip ���1������ -- E-mail Address ���.-� L�:�. Date Rev. 2110195 F� l��r' �%l�`�' �-i I�rim� ��r��ra���r �!l�aiver �'�rrr� ATTACHMENT 1 B Page 1 of 1 OFFEROR COMPANY NAME: Check applicable block to describe prime ����` �����. ��.G Ni1WIDBE NON-MIWID6E PROJECT NAME: 20�0 ����T'���� ���?��f`/'i�I�� ��IV��A�� � BIDDATE City's MBE Project Goal: Offeror's MBE Project Cor►�mitment: PROJECT NUMBER � o a,o �q o,0 102696 If both answers to fhis farm are Y�S, do not compfete ATTACHMENT 1C (Good Faith EfiFort Form). All questions on this form musf be camp[eted and a deta�Eed explanation provided, if applicable. ff ihe answer to either question is NO, then you rr�ust camplete ATTACHMENT '[C. This farm is oniy applicable if �.�ti1 answers are yes. Failure �o �am�ple�p tl�is #orrn ir� its ent�rety and he recai�red by the �ur�hassnq DEvisinr� nn lata� t�an 2_00 �.rr�., On tNe secon� City �usin�ss day after bid openin�. �xcl��iue of t�e bid apen's�� d�te, will resul! in the bid b�ing con��d�f$d n�ri-r���nnsiv� to bid specific�tior�s. 11Vill you perrorm fihis �nfire confrac� wifhou� subconfiracfiors? Y�� If yes, please pro�ide a detaiied exp�anation that proves based on the size and scope oF this �0 project, fhis is your normal business practice and provide an operational profi[e of your business. F�ill you perform this entire contracfi wii:houfi suppliers? Y�S If yes, please provide a detailed explanaiion that proves based on the size and scope of this project, ihis is your normal business practice and provide aR inventory profile of your business. t�0 The Offeror furth�r agrees to pro�ide, directly to the City �pon rec{uest, complete and accurate information regarding actual work performed by all subcontractors, includir�g MBE(s) on this contract, the payment thereaf and any proposed chang�s to the original MBE{s) arrangements submitted with this bid. The Offeror afso agrees to allow an audit andlor examination of any books, records and files held by their campany thaf will substantiate tf�e actual work perFormecE by the MBEs on this contract, by an authorized officer or employee of fhe City. Any intentional and/or knowing misrepresentation of facts will be grou�ds far terminating the cantract ar debarment from City work for a period of not less than three {3) years and for initiating action under �ederal, State or Loca� laws concerning false statements. Any failure to comply with this ord'[nance creates a material breach of contract and may result in a determination of an irresponsible Offeror and barred from participatEng in City work for a period of time not iess than one (1) year. ���e�,�1e�t Printed 5ign e t�c'��r Title , , 11 ��i ���� � Campany Naine ���,`� . ��r-�� _.. Address �� � �`���� t.��'�� ����� CitylSfatelZip �+I$}f �'� �6C'$ ��i"�h I�inor�ii� �u�iness �nte�pri�e Specific�fiions Cantaci Name (if different) ��ii-� �,� �`.la�� �.��� � Phone Number Fax Number �.��.�;�Il�e�,�s,.��-��� . �� Ernail Address ���i ��� Date Rev. 211 aI15 G��6o0i ���� ]�a��� 7��[][S PAG� ]L]E]�7C �1�T]El�1T�O�TAI�I�� ]�]C,A�T� 202fl CONCRETE RESTORATION CONTRACT 4 City Project No. 102696 z0].3 PR�VAiLING WAGE RATES (Hea�y and Highway Construction Proj�cts) CLASSIFlCATION DESCRIPTI01� Asphalt Distribuior Operator Asphalt Paving Machine Operator Aspha[t Raker Broom or 5weeper Operator Concrete Finisher, Paving and 5tructures Concrete Pa�emeni Finishing Machine Operator Concrete Saw Operator Crane Operator, Hydraulic 80 tons or less Crane Operat4r, Lattice Boam $p Tans or Less Crane Operator, Lattice Baam Q�er 80 Tans Crawler Tractor Operator Electrician Excavator Operator, S�,OQO pounds or less �xca�ator Operator, Over 50,OQ0 pounds �lagger Form Builder/Setter, Structures Form Setter, Pa�ing & Curb Foundation �rill pp�rator, Crawler Mounted Foundation �rill Operator, Truck Maunted Front End l.oader Operator, 3 CY or Less Front End Loader Operator, Over 3 CY Laborer, Common Laborer, Utility Laader/Backhae Operator Mechanic Milling Machine Dperator Motor Grader Operator, Fine Grade Motor Grader dperator, Rough Off Road Hauler Pavement Marking Machine Operator Pipelayer Reclaimer/Pul�erizer Operator Reinforcing Steel Worker Roller Qperator, Asphalt Roller Operator, Other Scraper Operator 5ervicer 5mall 5lipform Machine Operator Spreader Box Operator Truck Driver Lowboy-Float Truck �riverTransit-Mix Truck Dri�er, Single AxEe Truck Driver, Single or Tandem Axle Dump Truck Truck Driver, Tandem Ax�e Tractar with Semi Trailer Welder Work Zone 8arricade 5er�icer Wage Rate $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ � $ � � $ $ $ $ $ � � � 15.32 13.99 12.69 11.74 14.12 16.05 14.4$ 1$.12 17.�7 2d.52 14.D7 19.80 17.19 16.99 10.06 13.84 13.16 17.99 21.07 �.3.69 14.72 10.72 12.32 1.5.18 17.68 14.32 17.19 16.02 12.25 13.63 13.24 11.01 15.18 13.08 � �..51. �.2.96 14.58 15.96 14.73 16.24 14.14 1231 sz.sz 12.86 14.84 11.b8 The Da�is-8acon Act pre�ailing wage rates shown for Heavy and Highway construction prajects were determined by the United States Department of Labor and current as of September z0� 3. The titles and descriptions far the c[assifications listed are detai[ed in t�e AGC of Texas' $tandard Job Classifications and Descriptions for Highway, Heavy, Uti[ities, and Industrial Construction in 7exas. Page 1 af 1 G�Ta�.� G�ne�a� I�Totes �`�I�S �A�� L]CF� �l\T�']Ell�TT'I`��1\TA�L� �LA��. ���yz�i.r.l►ry:��r�,���r.�:�_r��.�►�K•�►�r:�_r.��c! City Project No. S02b9b General Notes Division Oi — General Requirements General: 1. The Contractar shal� be responsible �or Iocating aTi utilities, whether pubIic or private, pr�or to excava�ion. The information and data s�own with respect to e�sting underground facilities at or contiguous to the site is approximate and based on informatron furnished by the owners of such underground facilities or on physical appurtenances observed in the field. The City and Engineer shall not be z�sponsibl� foz tk�E accuracy or completeness of any such iniarmation or data. The Contractox shali have fuIi responsibiIity fox xeviewing and checking all such iniormation ar data, for Iocating a�l underground faciiit�es, �ar coardinatzon of the work with the owners of such under�round facilities during constz-uctza� and for tla� safety and pxoteciion thereof and repairing any damage thereto resulting from the Work. This Work shall be considered as a subszdiary item of Work, the cost of which shall be included in the price bid in the Proposal for various bid items. The Contractor shall nofify any affected owners (utility companies} or agencies in writing at least 48 hours prior to construction. a. Natify TEXAS 8ll (1-8a0-DIG-TESS or www.texas811.org) to locate exist�ng utilities prior to construction. b. Caution! Buz-ied electric lines may exist along this project. Contact electrical pro�iders 48 houxs prior to excavatzon : � ONCOR Will Riegler 817-215-6�07 • Tri County Kevan Mooney 817-752-8160 c. Caution! Buried gas lines may exist along tY�is project. Contact A�nos Energy 48 har�rs prior to excavation, and within two (2) hours of encountering a gas line {John Crane: 817-207-2845) d. Caution! Buried communication cables may e�st aiong this project. Contact communication companies 4$ k�ours pzior to e�cava�aon: � Spectrum/Charter Communicc�tion Sherri Trahan 817-271-8148 • AT&T �ary T�zoYy 817- 338-6z0z � One Source Communications Jeremy Hegwood &17-745-22�43 e. Caution! When doing work witY�in 200 feet of any signalized intersection, the Contractor shall notify Traffic Management Divisian of City of Fort Worth T/PW, 72 hours prior to excaaation {Kassem Eikhalil: 8I7-392-8742). The Contractor shall protect existing signai hardware, ground boxes, detection loops, and underground conduit at signalized intersectaons. Any damages at signalized intersections shall be replaced at the expense of the Contractor. The Cantractor sh�ll cantact the City at $17�392�8100 to per�oxm co�aduit line locates at signalized intersections 72 hours prior ta commencing work at t�e intersection. f. The Contractor shall no�ify the City of Fort Worth Projeet Manager 48 hours prior to the start of any excavation (Tariqul Islam: 817-392-2�86} 2. Cantractor's personnel shall have idenEifying clothing, hats or badges at all times which identify the Contractor's name, logo or company. 3. �rotect concz�ete cuz�b and guttez, d�veways, and szdewalks ihat are not designated for removal. Removal and replacement of these itez�ns s�all be as designated in the drawings. CITY QF FORT WORTH S'1'AI�iDA1tD COAiS'IRUC'1'1dN GENERALNQTFS Version Release Decemher ] S, 2pI7 Di�ision 32 — Exterior Irnprovernents General: 1. At locations wlaer� the curb and gutter are to be replaced, Che Contractor shall assume all responsibility for the re-establishme�t of existing street and gutCer grades. Establishment af gxades shaIl be cansidered as a subsid'zary it�m of Work, the cost of which shall be included in the pzice bid in the Propasal for various bid items. 2. AlI driveways, which are open cut, shalI have at leasi a teznpozazy dziving sur�ace at the end of each day. The ternporary surface shall be considered as a subsidiary item of Wark. The cose of whrch shall be included in the price bid in the Proposal for various bid items. Bike Lanes and Shared Favement Markings: 1. Proposed bike lanes should maintain a minimum effective width of 4 feet (measured from ec�ge of gutter to center of stripe). 2. BicycIe pavement markings shouid be located 20 feet from the curb return, stop b�r, or cross walk (whichever is applicable) unless denoted otherwise in the drawings. 3. Combin�d width of bik� l�e az�d on-stxeei pazking should not b� less than 13 feet. 4. If traveI Iane is greater than 14 feet wide, sl�ared pavement markings shall be placed 4 feei from face af curb or edge of on-street parking (whichever is applicable}. 5. T� travel lane is less ihan or equal to 14 feet vvide, shared pavement marl�ings shall be placed in the middle of the travel lane. 3. Bike lane symbol, arrow, and shared pavement markings should be repeated at the beginning of each intersection. 4. On uninterrupted sectians of roadway, bike lane symbol and arrow shauld not be spaced more than 330 feet apart and shared pavement markings should not be spaced more than 250 feet apart. 5. Bike lane symboJ, azxow, and shared pavez�r��nt x�axl�ings s�aould not b� placed at pxivai� driveways or pub�ic i�tersectio�s. 6. Bii�e lane striping should be 4 inehes salid whiie, hot�applied iherrr�opl�stic unless specified othervvise in the drawings. All other bike Iane pavernent markings shaIl also be white, hot applied thermaplastic unless otherwise specified in the drawings. 7. AlI dimensions are from face of curb and are to center of the pavement marking. 8. Shared pavement markings should not be used on faciIities with a postea speed greater fhan 35 mph. Sidewalks and Curb Ramps: l. T�ae cuzb zamp standard details are intended to shaw typical layouts for the constructxon of t�e curb zaznps. Tk�e in�ormation shown on t�e standazd deiails meet ihe requixements sl�owr� in the "2012 Texas AccessibiIiry Standards" {TAS) and the "2010 ADA Standards for Accessible Design" by the Department of Justice. 2. City of Fort Worth Standard Details are only intended ta indicate pay limits for each type af ramp, the Engineer is responsible for the development and design of the sidewalk and curb ramp layout, including actual dimensions and sIope percentages. 3. The Contractor may not make changes to the sidewalk and curb ramp layout without approval of the City. The Contractor rnay propose changes ta the sidewalk and curb ramp layout due to field conditions, but any proposed changes must be approved by the City. 4. Cnrb ramp ruxazung slopes slaall not be steeper ihan $.3°Io (t2:1). Adjust curb raz�r�p length or grade of approacI� sidewalks as ciireeted by the City. 5. Curb ramp flare slopes sha�l not be stee�er than 10% (1D:1) as measured along back of curb. 6. Maximum allawable cross slope on sidewalk and curb ramp surfaces is 2%. �'. T'he minimum width of sidewalks and curb ramps shall be 4 feet. CITY OP FORT WORTH S�'A1�Al2D CO�TS'I'RUCTIOIV GEIVERAL NpTES Version ReTease December 18, 2017 8. Landings shall be provided at the top of curb ramps. The Ianding clear length shall be 5 feet minimum from the end of ramp. The landing clear width shall be at least as wide as t�ie curb ramp, excluding flares. The J.anding shall have a�axiz�r�uz�a slope of 2% in any diz�ectior�. 9. In alterations where there is no landing at the top of the cnrb ramp, curb ramp flares shall be provided and shdl� not be steeper thaa 83°Io (12:1}_ I0. Where turning is required, maneuvering space at the top and bottam of curb ramps shall be 5 feet by 5 feet minimum. The space at the bottom shall be wholIy contained within the crosswalk marl�ngs and shall not project into �ehicular traffic lanes. 11. Curb ramps with returned curbs may be used only where pedestrians would normally walk across the ramp, either because th� adjacent suz-face is plan�ting or otk�ex �on-wal�ng surface or because the side approach �s s�bstantiaTly obstructed. 12. Where curb ramps are provided, crosswalk markings shall be required and ramps shall be aligned with the crossvvalk. 13. Counter slopes of adjoining gutters and road surfaces immediately adjacent to the curb ramp shall not be steeper than 5% (2D:I} in any direction. c�rx o� �a�zT wozz� STt1NDARD CaNSTR1ICTION GENERALNOTES Vexsion ReleaSe December 18, 2017 Division 33 - Utilities General: 1. Far utility work within utiliry easernents, once pipe ar appurtenances have been installed or rehabilitated, immediately cornmence temparary surface restoration. Camplete surface restoration to the owner's satisfact�on within seven {7) days of work �nishing on-site. Failure to maintain surface restoration, as noted above, may result in suspension of work until restoration is complete. 2. Existing vertical deflectians and pipe sIopes shown on the drawings are approximate and have not been field verified, unless otherwise noted. Rim elevations, flow lines, and horizontal Iocations of existing manholes were deteimined from field survey. If field conditions vary irom Chose shown on dravv�ngs Cax�txactor shail notify City. 3. Maintai�n all existix�g wataz a�d sewer cozznections to cusiozners in worlci�ng order at all tiznes, exce�i for bzief interruptions in service for water and sewer services to be reznsiated. In no case shall sezvices be aIlowed to remain oui of service overnight. 4. Establish and maintain a trench safety system in accardance with the excavation safety plan and Federal, State or local safety requirements. 5. Provide and follow approved Confined Space Entry Program in accordance with OSHA requirements. Confined Spaces shall include manholes and alI other confined spaces in accordance with OSHA's Permit requirec� for Confned Spaces. 6. Only City prequalified Contractors, by appropriate Water Department wark categary, shaII be allowed to adjust valve boxes, manholes, ring & covers, etc. Water: 1. Pravide thrusi restraint by means of restraining joints at iittings and eoncrete bIoclr�ng. When specifically indicatecf on the Drawings, provide thrust restraint at designated joints beyond the fittings. Each method sha11 be capable of thrust restraint independent of [he other system. The Contractor shall refer to City Standard Details for area required to install concrete blocking. 2. All dnct�le iron mechanical joint fittings shall be restrained to pipe using retainer glands. 3. Proposed water mains shall have a minimum cover of 48-inches cover above the top of pipe, unless shown otherwise on the drawings or details. 4. All water sez�vices shall be installed above storm sewers, except where shown oik�erwzse in the drawings. 5. Elevation adjustment at connections may be made w'rth bends, offsets, or joint deflections. Joint deflections shall not exceed fifty percent {SO°lo) of manufacturer's recomrnendations. 6. Temporary pressure plugs i�equired for sequencing of canstruction and testing of proposed water lines shall be considered subsidiary to the work and shal� be included in the price bid in the Proposal for various bid items. Sanitary Sewer: l. Verify that all conneciions Eo tk�e sanitary sewer systezn are �ox sanitazy sewer ox�Iy. Notify City of any discovered il�icit connections. 2. The Contz�actor shall be Tiable for all damages ta praperties, fiomes, and basernents from backup, which naay r�sult during the insiallation of new pipe a�d/ar abandanment of existing pipe. The Contractor will be allavved to open clean outs where available. The Contractor will be responsible for alI clean up associated with opening clean outs. 3. For atl sanitary sewer service connections at manhoIes, provide a hydraulic slide in accordance with the details. C1TY OF FORT WOTLTH S i'ANDARD CONSTRUCTION GENERAL NOTES Version Release December ]8, 2p17 Stoxnrz Dxain: 1. Maintain the e�sting storm drainage system un�il the proposed system is in sexvice. In no case should the Contractor leave the existing storm drain out of sezvice w�eereby runoff would cause damage to adjacent properry. 2. Construct all drainage ixnprovezx��nts from the downstream end to the upstream end to a�low continued sioz-zn drain service. If the Contractor propases to cons�ruct the system otherwise, the Contractor shall submit a sequencing plan to the City far approval. 3. Take appropriate measures to preserve wildlife in accordance with applicable federal, state and local guidelines. CTI'Y OF FORT WORTH STAIVDARD CONSTRUCTION GENERAL IYOTES VeTsion Relcase December 1S, 2017 Division 3� - Transporiation General: 1. Prior to activating traffic signals wifh new or revised signai timing, the contractor should e-mail Aziz Rahman, Sr. Professional Engineer, at .Aziz.Rahmar�@fortworthtexas. ov (and copy Kassem �IkhaliI, Professional Engineer, at Iiassem.ElKhalil@fortworthtexas.�ov) at least three (3) weeks in advance to schedu�e Chat. 2. If new cabinets and controIl�rs a�re being insialled and the controllers need to 6e progranuned and iested by City k'orces; the contractor should delzver therza to ihe City of Fort Worth, Sigz�al Shop at 5001 ,�ames Ave., at least thtee {3) vveeks in advance ta schedule ihat. 3. Unless there is a compelling reason, a new traffic signaI will be przt on �Iash an Thursdays and working colors the following Tuesday. A�. Switching from old traff�c signal to a new one, this should be done on Tuesdays only. 5. Notify Traffic Management Division (817-392-7738) Project Representative at least 24-hours in advar�ce oi all concrete pours. Irispector must be present when concrete is placed on the projeci site. 6. Zf applicable, equzpzneni supplaed by the City will be avazlable �o�r pick up frorx� the Tx�ansportation/Public Works (T/PW) Wazehouse at 5001 7aznes Avex�ue and/or the Villag� Cre�k Pole Yard (5000 MLK Freeway). The Projeei Representative musi authorize all equipment pic2�ups. i. Design consultant shalI submit electronic file in CAD format as well as PDF (11" X 17") of final signed and seaIed plans to the C�ty. 8. Contractor shall pzovide a 5-year znanufactuzer warz�ax�ty o� A�S systez�rzs. The wazxanty doctunentation shall znclude the start date (when znatez�al zs deizver�d to job site) and tk�e end date of the warx'anty and the seri�I number af the eq�ipmeni. Traf�c Sagnals: i. The City will not provide traffic signal cabinet or traffic signal controller to ti�e Contractor. The cost for these items must be included in the City project budget, or for all privately funded projects, the cost must be included in the bid package for purchase from Ehe vendor. 2. The Contractoz� shall pzovide all z�rxate�zals needed to construct a fu11y opezatio�al t�raffic signal as called out fox in the pla�s and specifications. 3. All existing sig�al equipment shall rernain in place and operating untii new equipment is in place and ready to operate. 4. The Contractor is responsible for hauling and praperly disposing of salvaged material from the job site to a disposal site of their choosing. The Contractor wiIl not be allowed to drop off salvagec� materials at the City yards. Foundations: C�'I'X OF FOIiT WORTJ-I STANDARD CONSTRUCTION GENERAT, ACOTES Version Release December 18, 2017 1. Dimensions shown on plans for lacations of sign� foundations, conduit, and other items may vary in order to meet local conditions. All locations of �ounda�ions, conduit, and ground boxes shall be approved by the Traffic Signal Inspector ar t�re City Engineer. 2. Contractor shall contact the City traffic signal inspector prior to pouring cabinet foundation to be sure that template and bolt patte�s are cozrect foz type o� cabinet b�ing supplied. Foundaiion shall be installed per City Specification and City Detail. 3. Pier Founda�ions shall be poured together in one piece. 4. No signal poles shall be placed on foundations prior �o five (5) calendar days %llowing pouring of concrete. 5. Contractor shall clean up and remove a.11 loose rzaaterial resulting fronn const�uction operations each day prior to the work is being suspended. 6. Controiler cabinet concrete apron shall be sr�bsidiary to the bid item for the controller cabinet founda�ion. Cabinet foundation and apron shall be poured together in one p'rece. Controller and Cab3net: 1. Contractor shaII install controlIer cabinet and connect all associated f eld wiring. 2. City will ins�all signal timing and prograxx� conCroll�x. Canduit: 1. A continuous grounded system shall be provided in PVC conduit by running 1-#8 bare copper wire in conduit between foundations and grounding at each foundation ground rod. 2. All conduits shall be Schedule 80 PVC. 3. Electrical service shall be installed per City Speei%eations and City Detail in separate 2" condait from the meter to the signal cabinet. Signal Heads: 1. All signal heads shall be McCainTM, EconoliteTM, or approved equivalent styJ.e and dixz�ensions. 2. All signal h�ads shall be covered wzth burlap or other approved material from t�e time of i�stalIatzon until t�e signal is placed in operatian. 3. All signal head attachments shaIl be des'rgned such that the wiring to each signal head shail pass from the mast arm through a rain tight connector to the signal head bracing or attachment hardware to the signai head. A small amount of exposed signal cable shall form a cirip Foop. 4. All LED signal indications shall be General Electric (GE} GelcoreTM ox equivale�t and sk�all z�r��et the latest ITE standards. �. Signal heads (all displays} and pedesttian Walk and Don't Walk heads with countdown displays sha1� have LED inserts. 6. Clam-Shell �nounting assemblies sl�all be used for pedestrian indications. C1TY OF FORT WORTH STANDARD CONSTRUCTION GENERAL NQ'TES Vcrsian Rcicasc Dcccmber 18, 2017 7. All LED signals shali be of the incandesce�t appearance. 8. All signal heads shaIl have black aluminum, louvered, single piece back plates compatibie with McCainTM, EconoliteTM, or approved equivalent signal �ead housings. Traffic Signs and Pavement Markings: l. All traffic signs and mouni�ng hardware shown on the plans will be furnished and installed by the contractor including [he rnetro street name signs. The contr�.ctor shall pravide a detail shee� for the z�r�etro stz-eet �azne szgns with block numbers to the City for approval priar to fabrication and installation. 2. Existing stop signs and posts will be removed by the contractor upon, or before, the signal turn-on. Detection System: 1. The Contractor shall furnish and install the IterisTM Vantage Vector Hybrid Detection System and cable. 2. The Contractor sha1I insiall, airri and pzogzam all deiectoxs as per City Sianda�rd Sp�cifications and City Details. 3. The Contractor shall refer to and City Stanc�ard Details and project plans for detection zones placement. Emergency Vehicle Preem�tion Equipment (EVP): l. The ContracCor shaIl iurnish and insCall the OpticomT�''' EVP (detectors, cable, and discriminator u�its). 2. The Contractor shall instaIl the EVP detectors on the mast arrri as shown oz� t�e plan€s and appropriate City Detail, and run one continuous EVY cable from the detector to the cabinet. Installation of the EVP system wrll be paid for per bid itern. Accessible Pedestrian Signal (APS}: l. APS units with audible message shall be installed on ali TxDOT loca�ons or at the direction of the Ciry Engineer. 2. APS units shall comply with the latest versioz� of the Texas Manuai o� Uxuifoxzn Traffic Control Devices (TMUTCD). 3. APS units shall be installed per City Standard Specification and City Detail. Battery Backup: 1. If called out for in the plans, battery backup units suppiied shalI comply with the City Standard Specifications. Installation shall be compleEed per City Standard Specifications and City DetaiI. Traffic Control: l. T�ae Contractor shaIl submit a Wark Schedule, Txaffic Contral Plan, and acquzze a Developznent Permit frorn Develo�ment Department, at 200 Texas Street. Contact Chuck McLure ($17-392- 7219). CiTX OF FOi2T WQRTH STAT#DARD CONSTRUCTION GEN�TtAT.1�IOT�S Version Release Decemher 18, 20U 2. The Contractor shall be respansible for the safety of pedestrians and motorists in #he area af the traffic signal construction site. 3, Aoads and streets shall be kept open to traff�c at all times. Cantractor shall arrange construc�ion so as to close only one Iane of a roadway at a time. 4. All construc�ion operatians shaI1 be conducted to provide minimal interference to traffic. All traff�c signal equipment installations shall be arranged so as to permit continuous movement o� traffic in all directions at all tzmes. 5. Cont�-actor shail be responsible for any signage necessary during construction. 6. Unless otherwise noted, it is the contractor's responsibility to ensure that signal indications and timing are adjusted and maintained to ensure safety in work zone at all times. 7. Any traffic signal modifications during construction are subsidiary to traffic cantroI plan (TCP) pay item. 8. Any trafFic signal modifications should be in compliance with the latest version of the Texas Ma�uai on Unifoz�m Txa�fzc Control Devices (TMUTCD) and the City of Fort Worth Standards. 9. The contractor shall submit any proposed traf�c signal modi�cations to the Traffrc Signal Section for their approval ten (10) days prior to any changes. Electric Service: I. Tnstall ihe requixed �lectz-ic sczvices and obtain an elecinical service pez�ait in each instance, cost of which will be paid b� the Contractor. 2. The electrical service shall be 10Q amps with 12012�0 voltage branch circuit and shall compiy with City Standard Specifications and City Details as applicable per plans. Luminaire�: 1. The City wiTT not furnish Iuminaire material to the contractar. The Contraetor shall furnish and install L�D luminaires for traffic signals in accordance with the IatesY City Standard Sgecificatians, City Details, and plans. 2. A�1 new str�etlight pole types shall match those of the surrounding area of Fort Worth far which they are being installed in. Contact the City Traffic Management, Street Light Section at (817) 392- 7738 for directian on light pole types allowed areas. The same poles shaFl be consistently used throughout subdiviszons. c�r�rx o� �o��r wo��r STAIVDARD CONSTRUCTION GENERAL NOTES Version Reiexse December 18, 2017 S���o�0 St�r�c�ar� Co�st�uc�i�r� I�e��i�s �`�IS IPAG� I.LF�' �l\T7�El��'��l�T��LL� �][�A�NI� 2020 CONCRETE RESTORATlON CONTRACT 4 City Project No. 7.0�696 CQLlAR COiVFIGURA7iON COW4R CO�EFIGURATl�N FOR PAVED AREA F�R U�fPAVED AR�R I S��Q,� . , h�AI�H�LE �RAME AHD - 32" DfA. QUC7ILE IR�N CQVER. (RE�ER TO STO. PRQOUCT LIST) A 4aao �s� ca�v���rE 8--�4 RE�ARS TYP. �. w• . f ••'v � J ; �1. .1 ` . _ •� Y: 2" x 8" x 30" I.D.— CONCRETE PRECAS� GRAD� RfNGS PER ASTM C478. � . - •,:: vr.:• �" : •..• �=.�': �'• 'r r: �;�► - " '„t.;. , �• '�' . � 'df �•s' s.n?wn' *y • • ; .� � �. ��� •� "• �: J� �� w • �1{ �'y��' � y ,� ,f. , ,� �..k •'�•. ;i+• .�L � `; , {.'�� . � � . �#�v; l. � � .�� . +r�- �'r •' ~� '� ,���,,�;,. �„•f •��: , SY�)�f!rr�. /r � , r,��.�'.;1 ,�; �•A�IS`•i:�'� � � J�.y'•\irr.� : :��:��' � .:�::���.:; �;, �: ~ `.•N.�,' �, � •'e.'�� T� '� � �Y � f • •� �•: f'.7�,� � 7 }t•�t� � .:« � ..... � �Y�;� r'• � � " �'�++.: � ,. „ ,�: � ` �� � � �:�.: `. ; -�.. , � � •a.� :,�r. � �.= - - .-� :�"��,.'Y � -- � . . ;�: - '` ��:. . ..•' �f�u� `r' -I "v y� r• `f }' 1 .•• • � ._•: ,%, Y• .y%i• l � +� :J . S.�' �.�•5���.J.^ •��.�1 v-�'J .ti' �•y�• '.N : �.�M� � �i.i: �� • •�5 �� ,:-�ti � ti�:; i i. �d . Y'+r Fk ��;R.a!" �s,;r.�; ..�;��t�;; , r• ,��_{`, '`�-- `�'' �� _3'.a': ''1_ . : i s: ls' . — h�4 N. 3z�� �t�ilA1. � � � .� r•'�;. : ��.c s.�s;p.: : �-l��%'t 'Vi�iti � � '�;Y I�• � �. � � � � � �i •ri•�Yrt� : t,f~ �3V�� Ci�G,AR_ .++`•� ��.,;;' OP�I�ING � I �''�' ;;�� 2 i�OVifS OF RAM—NEK SEA� .:1�.. ••: •�•: ,�'•-.. w/STAGG�RED JOINTS OR .�::�. ,u�.;= RPPROVEO EQEIAL. '.�: a lO REBAf2 SHAL�. BE PLACE� 3" MiN. FROM TQP ANO BOTTOA� 0� CDNCRET� COLLAR, •.iL,.V EIVIV 1'1�/"� O 4YHERE MANHOLES ARE IN 77-lE STREEF, INSTALE. 2 OR MQR� GRADE RINGS, AS NEEDED, B�TWE�N CAST�NG A1�D TOP OF PAVEMENT. '�- 3" TYP. A � Q � �('} '�+�' CHAMFER (TYP.) �� � � a GRQUNQ � CONCREI'E COLE.A}� H�IGHT VAR�ES � HINGED ��DS ARE REQUIRED fIEV A�L �LEVA7EEl �AANHOLES, JllNC710N BOXES AND WHERE SP�CIFiE{3 ON P�qNS. (REFER i0 S'iD. PRODU,CT'S LIST) ¢� HWG�D E.IQS INSTALLED 1N ""' A�LL MA�IHOLE f�IDSABELOW � E1-14, ES-20. E1-23 Iw{AT�RIAL S7RE�T5 SHRLL OPEN T�IE 100--YEAR FE.00a E��V. E2--14, E2-2(3. E2-21 CONS7RUCTION AGAINST THE FLdW pF AN� WHERE SPECIFIED ON '- __ _ _- TRRFFIC. � PLANS. ��I � CIiY OF FORT WORiH. TEXA5 .___ DAT�: OCT. 2Dfl9 iVIi4RfiHOL� ����, �pV��, ���� _ Rl��S A�I� ��f��l���� C���i4R �,�R[-4�9 ����r . �a���� l��se� .��m�s ������ ���� �� 12 g�ge G90 gNvanized st�el � F nes� �sp��lt averl�y 311�" �4.O.M. 7'u� 1ter� 1t��n ��e�baP Des�ri I'1�mt�rial D�s�pip�iofl ia��� a.i.s.�. �aiosi�� T�nsi�� � T�'ief�� 33,000 p.S T�nsil� P.S.l. T�+�e � `�„ Di�. Hale . t}g 342 Stain��ss �1 Ral! pin C�oss ���tian wi��t► -#� � t1 or �Z $aga osa gm�v�,zed stee� L J�'�51 � � � I�� Height new asph�lt overf�y !� � � `� 314" tf�ick riser ��r �X�ii11�i�� �,1t1�C8�� *� _ 2 �/�" 17164" Dia�s�t�r holes . � . n.�.,.�i . o . � . €� o . � . d � �.,.� --- 'l•iY$ � � . � � �n . � . � �'GFY�I 0 '� SfS" � 3/4" �.D. .q__�1 ,� „ �i�� Ite�nr I�i�b�r� I�� � i 31Y�" Rodi Z Stsel S�ii ) Wsfd 4 3:4" wic� 3 Rod F.x� fi Fumfv�. li�:�t�eri�l Ik�rfpiiaao 302 St�ed� Stcxl (l4,040I.B Doubie 5hoa ��' �zart4g� ;q.�.s.r. �o2asr�e� �A-a6y G-9� Gsvanizrd �3%70'.b si� ver�ld� }ioQlbolEadStc�] ,�1.5.1. t020 [A-36) ' Far�n�Ai.S.!_ C-f0305�1 N�aUTr�tr� Hl�11A0 Zi� Pta�ed wi[� Dithr,n�ue �'irti� 4.L5.1. i02Q 8Wd 149 � �ir� PVeto�d ��d ir� [.irt�krx r�s�t inlubula� 3/� I. D. 318" .� 1 b TF�ea� 'I`e��roii�e '���il� Yi�ld U�ti�atc 33,004_ �.S.D. 68.00� P.S. 73 OQD P.S.I. 85 QQq P. S., 3 J.O�ti P.S.I. 60 OQiy p. S. I rQ0+D0 P.S.i. 92.00'� P 5.1 ►�.0� P 5,1 8�.U�DQ F S i ��nhole Ri��r� 4' 4' 6�" l� �2' ���� i - I ��� ����� 1„ f --,_=� t 4 1 i �� 2 2��� 2 1 �,� i 2�� 12„ 1 r �- 3" 3` P����ct T���� � �„ � $,,, ��r���� 2 � i � 3„ R1" TYP. Gantractor: -�a�tr�ct��°"s I�a��- - Ques#ions on �his Project Call: — (817) 39� � XXXX After Hours Call; (81 �) 392 � XXXX FOIVTS: FdR'i WORTH LOGO W CHELTINGFfAM BOLD ALL OTFfER LETTERING IN ARIAL 80LU COLORS: FORT WORTH - PMS 288 - BLUE LONGHORI� LOGQ - PMS 725 - BROWN I.�TT�RING - PMS 2$8 - BLl1E BAGKGROUNO - WHITE BORRER-BLUE i " TYP. 1„ 2 i 2�� 1" 1" ��, 2 NOTES: IF APPL�CABLE TQ THE PRpJECT, CONTRAGTQR SHALL QBTAIN VINYL STICKEI2 "CITY GAS LEAS�. R�.VENU� IN ACTIQN" 1 LOGO AT GDR 51GN A�[D ENGRAVING, 6311 �AST LANCASTER AVE (817-451-4684), P��L AND PLACE IN FUNAING SEC'fiON. P�QJ�C� DES1GNAiIQN SIGN � �� � � � �������� � � �� � ���€��9�� i � �� � � ��'� ��, I � I �' R a �I� � �� ���� ���� ���� ���� ���ti � � ��� �� �� K r n �c _ �x��� �� � s � e � � ��� Q �� � §�F @ ���i4b R �� �� ��1 a• y' i � $� ��a 6 � Y ���_ � ��,� �R�g �a��b �i� ,is�i �.:-,�: b ;�f. �= r �.. � ��� ; k.s �� �: �. � ��� � . . � y �„ M � u R � ���� �'Z-�� E�{ ;t •_>. � r,�Tk-. ,�,t£- Z � �;�-�. ��,. � �_.,. � � w�e ` I2�Yl��'!i 5,.�-,e 1�£ � ��� l +"•`;"' z k�'e^!i - O � � °��� —� � � �'--rt--� . , � � ,s ''s A�� }_ 1 • _ = -�" � !�� "��r � ` "�' �� �e � qs � a . �� ' � C« � '� q ; N I, � ;r ��ir �. + � ���I ��a ff .`- �� O ��� �` J 6 O �$� R� �i � ��n� - ` � : i m� L �}� •'_�� .; � @ i + a� 7 �l :3,�;' CJ ����.��; o _ J � p��l � aw ��� y �R �� L aq�Y� "� � a �#��i � �Y � �_ ��� �� � �� � ;� � u � ';, . � �� �^ ; ��, as f d � � ��� � ��� N ��'� �� f�,:.�a'?:� 1. Z � ` � 3:`''� 4 r�n�� ;���;,.;;�; �� �.�� ..e �i.., -'a. z�'�.}::•r O� �iLi'``d'.r+�y.d,}a';;a'' t— aG� Y�y� O � � "��-1 � #a ` Cy ;� ' � .� �� � !�� . L , � . ti x� a �'4� a . `��'. -' � ?n� � � � 'Y; g � I �° � � �;� ak � : �� � � �� ��S5 �� � o �_ � M Q } J � � � R�Q 6 � �� ��;o � ��� U��g ���� �� ; �� �� �� � z U � O� � Z � � � � kS d � � O 0f� Z � a �� w �i z � a � � �� .: -. .. k :" :,' � �F4� r Q i � a � �5 `-` I Z� 0 ��p �g } .� � �� . � ;' � w Z¢ � � c�; o� U� � �� '�\ �� ��� �� � ��� �� �� a: �..: x=� � --t � � � ��� ��!"'� s. .�� � c,� ��0 ��0 �--�----�.�..... ��=5 �: 5� af �� � ^�, `� i� i � a�. � � oRn�y�rnv aPaaoacH ,.. x� �� Rr S � �� �� „�.,J} }�� `m.. MONOLfTH1CCFIRB �:�r�; �� _ ' °� i ' :" ' •F �� `A ��' �` � . . .-� � ' �; � ` i ` ""-�F' � �.. . �, �� ` � f.-. � , n _ F ;. su�Ri �ro�eo cuae � an ' N. ��. �� x�a 3? i� El0�AN810N JOIHf BEfWEEiV CURS 6 S[�EWAEK - .� _ ����.��� /l�:n�;�nHq . _.. . ��� . ., " _ . ���.._ .._ SPACING dNGRAM FUR JOINf� 8 BLE7CKOVfS --- ���_ � !ero[u N.tus � ,�� .R.� � m�sv.d�sbr�, � � �W�aa� �Y .�.� �� 't:�'� �.z,.��,.�.,���: �� � ,:� �� �o . ��oo�l ��0 ��ooA oQ� ���0 AA� L2;'s70AO �..'�.- _'�000 CiTYOPPORT P/OR7H. THJCAS IRANSPORiATiON hI� PiIBLIC WORXS rrr��ansrauc�unB Mnr�na�srrr nrv�s�anr REINFORCEO CONCREfE PAVEMENT CON5TR{1CTION �ETAILS � xnc �e N/A wNAlfilk X[-AN OF�78BL LAYOUT 0 e�a� � eo�� � ¢WZnI � N�� � O�� 'M �0%4� z .I vowaq� � I c � n +i ���Bg � �- � s �} �� m� �o ��� ��U Nrim ��m � °�a m � I�Ua I • �% W � � ��� � �'� M k 1:,\� gn I \ azo I em�, al O� U 1 I '� 0 t I� "� �S � z � Z 0 � ¢ a w a w 7 � O � � � I���� � � 0 �m a� #�` �`� f"'� �z t- d _i �i oo�, f ��� �� � i <� � � . � �u � ' w�oa � - I ��L` -.._ -- _ m ,I� � _ � � � I mg �W� �`N 1'1 o B-w I � �' � � O � �0�� �� �AN�1 _ $a I� ag� I 8,� � � _ �_ ,' � � � rcoo , e. se � 'o�°d �n ��� or� ��a � �. Q� �^ � � g#m �ma m -- �� � dl----- a� (m�nl zaz (NIIY) 1C�'0 � / �� �� �. a �� = I � -----' ---- -- ��� � ��m � e � Ab �30; I oa�i 3 O .� y{ ~� sgn, md I �pm Gii \ � i N��> ��o �� I ' �� � �.,. � �� �� � �� �m w �� �� � z� :: a SS aa � b � a b'`� nK �M � �_���` � �� 1 � � �� �� ���IT — � =M �a� � �� � � � � ����� � � � �' � > H��� ���z��t � $ � � � 'S 11 y � c bi � a 3 z a a .t .F d ��� ��� s �s� H Z O O U a- � 0 a� �� zr 0 U �z °z � z ,� a� X W W 4 m W � a ❑ ��� �� �=� `�n ��g �� � �� �I V ��O , �. �a€ � 4 ��� o� , "yss o •'P � NV� �O m � 9�� � �a x�ve $ � � , �a Nove � � ��m ��t.:��. o� o� a�l�l � �'�" w a a: �� 1��-1 N � a� 4mm ���+�' � ¢ � � �w ��o i , i.� �., a � € I ��I ��' a a � � � {ya ���'i� ��� � � y � s �� 'I � � ~ o � ���{F � � �5��� o ��� � d �,� � � :., � .��W �� t m �— s �.o.� _ � � � � � ^ �� e�� <� � .��� eQ� � � � �w_ � ���5.�' ���'��°_� �Sa gaa ��v,�� �� � �a e� J��s��� F� ��� ��� = g � a 4-" ��'iz� $��+ �dq o�x� �z a ox ��� ��r� �� �nzz � '� rc�,�Og � a Q� � q�r�z��r� ry� r�� OqFSa � z._ �az z ' � � a3 m=� ���izy�€ �� a��e Fa�� w� U�_ �"0 �wVA�Ggo �2 �4f.15 2��T " �� m q0 � _u� ��=S y}SPiI �F�Iq^ Gril ��R� �Z�2���Z< �}Y Oo�a JOp�N WD � ��p WN �p �3y x=y�F��Z m' y ry au€ 4���7fO�Fd Z�Z �iN6 0.1p � LL< `ocuc �.5�� a'S� ��� 'S.i�ii� md�BW ��� �+ " a�" `WDf[�Sa<� �- � <z azgrcy ��`� � �,jeT � -� ��€ "' '� � �� gF� a ��: n��o ?€�mmaM flo8 a€om dw��� �8� �N a� � �] Ni v �i �o n ed NOTES TO DESIGNER: 1. bFTA3L DEFWE5 PAY �II�[ITS OF H�EAC �iANS1TI0N 5UBSIDIARY 70 iHE CONGRE7E VALLEY GU7TER CONSTRUCT[ON. JOINTS PER 32 13 13-D573 � / — A �--I / / � 2h" }iMAC TRANSiT]ON /PER SECT]ON 32 12 '16 y �� — — I / � A � '/ � 9" FiMAC / Ti2Ahf51110iJ / PER SECTION 32 12 16 / — — -- PLAN VIEW _ � �y EICPAN510W � { JUINTS � PER V�4i \ 32 73 13—�513 o= U — — \ � ` SEE N4TE 4 VALLEY 9.� g.. SEE �14 BARS � �" �AX OR AS DIRECTED BY SEE N07E 4 18' O.C.6.W. TNE EI+EGIiJEER N�7E 4 .{. - - ' - ��- I!=1 i l-�..I ; i�.=; �i�=�,i_.�:=i. _- =1 I f-.-=1�11= COMPACTED I 8'-0" MIN. Sl1BGRA�E (12ESIOENTIAL SiREETS) {SEE NOTE 2) SECTION A-A N OTES: t. THE 7" REINF�RCEU COblCRETE VALLEY SMALL REPLACE THE 70P 7" OF TME PAVEMENT WITH 77EE REMAINiNG PORTION OF PAVEMENT TO BE CONSTRUC7ED INCLU�ING SUSGRA�E TREATMENT, IN ACC�RDANCE WITH 7H� TYAfCqL PAVING SEC170N. 2. 6" FLEX BASE, TYPE A, GR-1 QR MATC}I THE PR�PAREti SUBGRA�E REQUIREMENTS FOR TNE PAV�MEN7 S�C710N. TYPE � OR TYPE 6 ASPHALT OR PREPAREU SUBGRADE MAY BE USE�. 3_ YAY LIMITS FROM EXPANSION JOlN7 i0 EXPANSIOT! JOINT. 4. 9" AND 24" HMAC TRANSI110N SVBSI�lARY TO CONGRE7E VALLEY GUTTER. CITY MAY APPROVE ADDI110NAL HMAC TRANSITION 6EYOND THESE LIMTS UNDER SEPARATE PAY IiEM FOR HMAC TRANSITION PER SEC710N 32 12 16. 5. GUTTER TQ BE SHAPED TO CONFORM WiTF! CONCRETE VALLEY (OR PAVEMENT}_ �Q�.� ����� CI�'Y OF FORT WORTH, TEXAS R�VISED: 48-31-2012 �ON�R��� VA���Y �U f���i 32 `i6 13-��30 W � a � a � N [A Z Y a 3 I Z O Z � � � � ?< NlNM301S N � H Z O � z 0 Z `-. aa 0. W � m � � U O w ¢ � d W � UU C3 �� U � [u a -� -� i \ -� I �X 'NIiN I�OZ � N � �xvw � �z � � dwda 1 W K � �a � � U � ID ..a_. �000 H �z w W � a '� a 0. ? a ut � o� z� �� �x �o �� J l� r z 0 z 0 � z .�. ¢a � w� � � ¢ � � � � n 0 N � m Z Q r'% � � �w a m w a U U � F � W � � � �.*4;. �. �ftr4gi�4�r�P;\ `� F�'�*A�+y<+ ,� \ �� ¢'*°�$}'*' \ i }�¢*•�«�*� � R + �b t b � ` ,.�� , � 9 ^ i i- P ` ..�q�.��t¢p� ` 4 b 4 d 6 R P .A i ' \ ♦ JA Y 9 \\ �T�4$f �ID \ 1 � '���# ♦ / + a r m ♦ / r a a \` / ,1 ♦ � ' � !\ � � � Xz ( I ��� I � ¢�� � � o N N I I � � 'xew d I � �Z � I� �������� ;, 'xrw o- �6Z � ¢ � 0 � 1 � � � � � 1� t i � � � �� � � � 7 � .� � � ¢ � � W K tLl Q � W � � U � [O v � Z Y J � 3 U I� z� o� z rn m � a U � O W U a � � z Y �� ¢ V � 4 I� O � z u� a � Q K � � � U [a Z 0 a J Z � � m � � t� � O W U ¢ � � �� 3 � � � � � �� � � 3 � �' � � , , �d�%i�d�s N � � � / ua U a t� w �a �o � � m = � O � �� N � O X U 0 a O ¢f � U \ Q � W O J d � � X a� � �' � U N 8� ¢ � � � / / � Z ! � ` � � Z Z d O � F z.. � � � 0.a ¢ x � �� Y � „ w o- 6 >' �� w U � Q a Q �` a I � 0'` Q � m L� Q-' D U � d O O p F- �� �"' Z � w � �a � �� �o oa � NQ/ �d�, &�n�b� �^`�w� ��� .s —� ,.x� ��. . a`N`y . * Y �•, , � � .••, •,• � '�1 ;.•• �',,-:• � �.�.�+*�. ♦ . � x +. w•,= .� � �e ��� r� d 1 ry �Y - z [a g z z "� a x J � r a � CS � 0. � 6 a z a d 2 6 � 2 [9 � O � D � � � Q � w � � $ r J . a w � Z o � � � 0 ~ O �+1 F- "L � ['lf0 +L1 NO � � N Z r Z �� z a ;� J x 1 v � , 'i Z , � w d' � >- ¢ a � °_ O ¢ � �� o z �� � o a � -� �'- z z 0 � � r- z .-, Y ¢ d J a N a �"„ � � � W �L p � u� ._. � Z Z � \ �� `� J � �` � � \ w� `\ o u�i -� \ o�� `\ / � �K. ' \ j t A � , } `t 4 � 3 � i�♦ ' , +i` ; # t R , 1k=ii�i 1 P�`P � '� k � a �t M X. 1 + *. �2�� M1N• 'i: �' * 1 2°�1 { � � � ��i � o � 1 �� � � ��� I �� � � � `� 7 � � � � � 'XVIN � %Z � � � Y '% "� W � � � � � Y Q � Li.l R � F Z � O F O � z z o � � r za� � J X � � � w ._, w d l � } � fn �-- � z 0 � z 0 � z� aa a� x w .� u W U � O � o w o � � � � z � 'XVW °izi Z �� Z s �, aX J � 'X�--..-V w..-�-. �Z Y J a 3 w d � �O � � 0 3 0 N C.`J Z � Z � d' N Q � � � �a mW ¢ U H K O t=/1 H Z W � } Q a �a o� ¢ N � H � � J � m � � U LL O W U a L.� % � � � / � � z [� /f o � i � d I � }l�+�+i I 4 + } i i # i I �Niw ��az ;•;*;++ I 'xvw t�zt �,�„�,�, � ;� z dwva ` , • * � � .{.+,+. ..,.. � 4 i T i + i i I i ++i+t I h�♦ Y ♦ I I I Z �`\\` 4 � � � o �` � i v � �w Z U yQ J � Q � �� F- Z W � a a � a O � Q �� H � d J [i � z H N W G 0 F N W F 0 a z Q � a w � a �` � � 0 oc � � � W F- h Q g EJ x � S ►F'. 3 � J d p O L.> N A � F a £ W � 2 F � r'-'ii o W FI A Q � � 0 t- � z ¢ � � Y J �� W � �� In v � z D � z O � Z .--. d � W u Z 0 � zn a�LL W .�J Y J a � �,� PO � � U � 0 w U ¢ L� � W � � m p � W U � � io � � ( L.1 � � � � Z � � � U I� za o� z cn Z � o � F �-- � � z �,, z O � � � � r z 0 4 � � .. � 'xvw tr ¢ �Z W d X } �� w� vY .� , ��� rl � Y a s a w � 0 a z Q J A � a � z � � � D � � W � � a � � r � � � � T � 6 W U Z � o � �." A � o � � N V1 W W F1 � .� U' � z � I � � N � J � 1 W U a M I H�� � w�w � o�a � � z � z 'n ox a in J � X � aa� I � I a ' m � � � � �N � U � � � � � � c� � ~ o W w � U } a a � � �d o� �� H � � p �� 'iJIW ,S � � * � .. + ' 3++++++ I � a w e I + f tr + + + + M;3�+�tr! � Z �/y�/�� T T 4 ' IfJ �AYlE _ +}}�+¢+ ' � �Z *+�+h+* i + + � +�i++++ I +.++ � I � I X Z � ��� � � ¢r.- ( � �N� I U � I � F �xdw a �Z z a Y � J z r. a � � 3 w 0 w .. U) I I � � � � � � �� I �� U � 1D v (9 Z Y -3 W Q V 3� z u�i � � � � � � � � � Z � X 1 � )fI+/M3QI5 nt a � � �I � }- Z W i � � � � O '� � a U a� �a �Nrw �° ti � � � r- � �5 � J O � � � � / � � � � � Z O F Q U L� � z J z¢ aZ ¢ � F .-. '� o � � �Uo Q Uw l¢i Z �-' I- �-' LWiI W 7 � � OUl�+ ♦ r a ♦ :.�....�.._ _` � a � � i a s r • • • , Z �s�s +i • Z g 'NIW 6 �DZ °.".' •''w�• o � 'XtlW LZ4 #+� �. � Z '+ . '. . JX dW'db •�' � � .;. ` in '+ �' , v s • + + � ♦ a ♦�a _ _ _ r--T-r-s--r--' K a � 3 L7 � 0 EY d 2 � � w � � Q � W 2 F- 2 H , 30 } N �� 0. Q d o� Z U Q � O� cn r a w �o Q �a � z r �a cn a Vl L.! J W �1 d H Ll Z .-�i � .� O JF- a [ll .-. ��i- ��.� � N Z O Z D � Z%+ a� w .. a K m p K laJ � � U � �� W U Q L� � � � C'.1 � Z y. z �n �o N � m� h N w� ww oa � z a� � � �o � \` � � 3 � , \ `\ � � L 910N 33S O � S.z.l= W V• �U��O] =r "-zo �mz�� FO��� 'O p�d�Q�Q��oNpQ �,ga �S �Z[7J I-�.¢U�JfnZ¢QZV]Z(fi d' 00 O � �Z � � U' (7 O z wZ F a�Da`��c�.�o��z�� � c�w��¢z Fw W in�a�w��a�z��� DOttfU' dV}p_.�OwONo lsl � lil �- F- O Z � m � U O � a � Z O F 4 U �O � z� ¢ z ¢ �o^ d waT J � W a � w � � U � Z � �� W �� nv=iU 'NIW NOIlIS�fd21Z ,5 8af1� � �j Z 1 [_7 � Z � z X � NItlM�QIS N a� i ¢ X � J � � v � ������� r Z Q � O � ¢ � a� w " ;+;• _ 9 A�@m 9 s Y # 'Ny1WL1� I�OZ ' ° ° • _ XYII �•Z� �4*4$i9 ~'\ dYVd21 ","," a �c e¢eir4 ,��� �� W o � w a � � � 7 m �J � � w � c�i a z � � Z �'} i6 ..a.� Q-' � 30 N m � HN U � �� 0 d 6 3LON 3�5 � � w z��w���E� W �UO� � W��l¢iJU�� x�,ry�w�Zm a T w ~mZ(nF-��OUS W Z �4'�HZ�Q�dU 0��� Z�� cw.���¢C�=w[n� zaa�a�W o 4 � J � J ha�Jar�ZJ rn�c�mWa Z4 ow�F°°Z�Qz Z�OOUJp�O F- �'�QZ�LJX I-�.�W2QZ=a �il�''O U�UI JQH i O Z � z n_ � � �o ;n � � m � ' U L� O W U Q � [a ,�, z � z u� � o �ao } N J `—'M7 ID�� � � M W � W o vi a NlVN4SSQa� H Z W � r a a � n- oQ �� H� � O J E� \ \O � �� � \ 1 <.�.a�.�� !'.'.`. + o- } ! i } �I y�� /� •��{��• IV�l� �'QZ � Z •r•,•.� �xvr� ��a� Z� �". .'� d�una � '� L ♦ 4 Q x • i + J N F}iy9tr# `-� r s � � —.�" .NIN! i `� " % S a � '� / � X � '/ O � /, a • a e � s a ! 4 3 f � i i -Nrva � :oz } t ; -0 t.. •xvw i�z� ;+;+�;�; dw�vr � �,' 4�4+ FY 1� i i 1 t + i .�a a+� ! hiN i } � * # s + 4 ,�♦ � �x � oa � '- � m � � U � O W U 4 � � Z � � � a ~ i V Q � � F I � z I � i � � I I � o � m � � � I �z a I � 00 � � c� � `` z '� � z u�i W U a -`�i � � � O � N �J �17 m � � H UN U a M ��a ��W ��a ��eMssoa� w U �� � a � � N � 4 C7 p z W H Y a Z m �a w � � � � U I � a �, , z � ° o a ' oa � �� � i� J O 7 `� � i 1 '� > 7 � � a � -� � � -� � � � � � �� � � � � � � -� � � -� � � ' o000000000000 00000000000000 � I q,} I I ;`°`'�* I .9 � ,��"�a, 'NIV'1 4�4Z Z "NIYV 6�Oz +°a',A, I '*���+ 'XtrSN l�Zl Z � 'XtlW L�ZL §�tr+�«¢> � i"+'"�r°a° dwda z� dWtlN r�'�++t i N � � , ,+ ax �,.++ I + 4 � r s � �{��r�a . y t • � # < � , V .�¢°.'� I I F 4 4 ' 4 ! i Y I 4 s t 4 ' L o0 0 0 0 � � � � � � � � � � �Niw � : � i =i `� � � i �3 �' 7 '! J i i 1' � z J ~ `� Q �i X "� Q � �� � J f!] U a O c ¢ � to d U m � � U " ,,, � Z � o z �n R O �yJ a ^ � U � �i n ¢ �� � J �N] ` m � r a r v c� U�� r�� W � W ON� 'NIW ,9 m � � U � a � U Q L� , ♦+!'}! � ;r i i � ..,, .,, +*4� ♦ R Y;r >nvMssoa� � p = > ( `.'r I �.`+ . t r r r � � a�M'm • W J J Q � Q a� � z� c� � Q U1 v � m� � U � U T �— [O � 1-- Z Le] � Q a � Q' O � a �� � �o J [L 'NIYV �Z s ♦ It e �;. 4 R q I i # T .,.,. � �+ b i •-� r Z .,, +., � ;n � ,` 't" � t�r > ' +;t; � �� y i . Y � w � � a � a � f.� z 0 z � ooaaa a�oaoo a000 ooaoo 09000 13A U`11 OQO00 riv��� ooaao NVR�L5303d °��� oaooa 0 NQIl�3i11 000ao l000ao a � a � ��� �tiZ Y Q � W C� � m LC � c> O U � U � a �� �z U Z K a3 U a � � J (// m H Z U Z � � p3 z q Z a J e000a avaao a0000 � pooao 13A1�211 aoaoo Oa0000 NVI�iL5343d dINtl21 ooao �0 NOLL3�2114 000ao a000a a0000 'NIW „tiZ w � Q �� W �a in �. Q � � � m p J � a Z H � W O U a d J Q t� a P4 � � U � O W U ¢ � a � . i, ¢ a J Y a Z � � O a u ¢ a � � � � �.x�JU � ��.W2' l.� = U J p O. u;�3a� a z��w u- F��� � � � ��¢ Z� } I!}� O Li fUUJ �J O Vl aZ~ � a 1� Z U � In �N¢Z�.IZQ Z r��c7� Z¢ 0��� W r � � d� F-w��aa� F-- w���v Wo c�'�'�a m a z a� H=--��=�wz ~ zow�o �w �c�°-w � � z r�n �� v�¢Z��z a �.�z�m��� z?=� w � U � WU ¢o��zza � ��Wa�orza ozr� o w � � =z �7�Z�Z � U �J��U� Q" Uq�,U W Z m }�� c�r�op��=� W ��a�oWaa ZW�� � w a � o� ��cr�[r��� W �irn���z� �aw� a r u� *�l� a� � ��J�'AW F_-HVIi- OI- � Z L9 �v���m�� c�.w� waaUwW ��ww I Z a�� a oU CO WY �U 2 p_ W� Q-(��- �W{Jjy m� ¢F¢�L`'����] doW � U f!] 07 Q gz �� w� � �xzw�ZrF c� oF o -� z mL��U,�_...W F-�Wm�Qm pZ., H- L� a{jy U UI� H}��[]�� WF�Z��O¢== �U�w O�U � � Z� W Q=�� Vl U% � 0 Q Q W Q Z �� p fl d W II5 W Q �-' � EiJ �,�~UYrn� oQcnJ��v>�'Q� 3Zpw,'�p"i�w a v 3m� 6OV1zQJ�y�j �wZw�a�'-'-'�ar O�¢�Q�Cii- Q � W�I- ¢w����a a�a��aW�zm �JJ�JO�O c-'i a ¢�o ¢pNaa a Z� aZW�w°OZ�� ��Q HFn�.za o a. Fw U p z���zwc�n �au=i¢Wv7i�r3a �ao�za�w � Z �w� 00 �3� ��� a ��� � � W:z¢ U� �� 2`UZ JIL� Z US�Z Q�J= W H O� W W Q W HZ Vy � ��Z ���?m����Yswz��cW�aa�^�W�o��?j�� 3 oar ?L U] cn�r¢¢w�c�.>O'`'��z�a�ri''-co>-�w�o�Z¢F-�a °�z�vyw a �3p�.w¢��Wo�w��wr�m�dO�p3 �w ¢p �� ��J���mOWw a�0� O�oCo��� ��(l� L`� JO¢� U�j7wz �QmUOZ�fY~X(~JOqU(=j=�UW�ra �¢�0.���U WO¢�— mL� W Q�� W Z Q W V a W ZZ�U U7� W� Q� H 2 �T J� � c�-�a. �k-"c�w�����.,���W�aZjz,,,�" wao �jj��l-�.Up�p43QJ�W�QWY Q�US��WtnQQ Q z22 �UOQQQHO�Q�OO�OF�iS.�QOJJ�d��� ' [+1 r7 rU1U1 o ao ao od z � cv ri a �ri � � o0 oi � Lj W � O � � fl U' ' a � 4 z �a � �� � 3 � z tn 4 � ¢ � ¢ O � Z �� �� ��a �p 0 m W� W �J �_ p�q� w^ � ��a =�c¢.� HQ �Q � � �� `"'pl... j C7 U W2 �� _�#-'-I3 ��Z wOW �= �lii �U� ��fn �� '=1-I� �v3 z�p Ll.i. � o cFi ¢3 - a�� �w cnw� m Z U7 U7 N Q W� v00 a I � � � Q � w e N � � �� ¢w °- o �o e z o �� Z W V Q 2 � UY 3 U } z ma J � � H � Q~ LQrJ Ll W a Hx m o c� � k3 ¢ a aa-, �� � U � m .-� w Q Q C.� W � � � m � a � U � �.�.. �_ �g � �� � �F �� � �� � �� n�A � �e o �8 � � � �� � �� � — �� 3 � ;.,,a� { W � m � 8 � � �� �� 0q F� �S� � V� � �� R� FU � L �o �. �� 0 � U J O a o m� � N � � z � OZ U � � .��i < Z e W �� � �� �o� � Y YS�3 F UaL1 �F� �"O �4� yi'n�a � �NZ �. __ O q U U � � B d � a a .z � � N � g�� " o e n ��d ¢�o r M � m %� �� � &� �� � � < e � �'��:� / � M �� — a t ��� � � �� U�� s� 0 �� z U � . S� � � m tv � o � i o�'� o � � �� � m a 1O �� II m0° � � �o � � II I 8 � � � � ��� � —IyF- 1 �a � � �• io s� �, m � � U O w �- 5z w O Q �� U � W ¢ � Y ¢ w 0 � � �U 2 O 9� �+ o Eil r.4 ��� G� � a�o n � ��� a .Z � � � � o �� � K� ¢ i " mm Z � �� � F A � � � � tn � ¢ 3 7 � Z � F � U � N � � � � U Z U � 0 F� ��� U�C1 m h u Zj 6 � w ¢ �� o ¢ F ? � � F � a N � � I� — /l � I ` 4I� m 'Nf A �ti � 9RIYA s c� U p� �O �� � 1 e� ]Pr�,� e�t ��an����es �I���.� �P�ro�e�� �]Cap T]E�][S �PA�E I.IE�F']� �I�T�]EN'Z'I��A►ILl[..Y ]�]LA�T� �z��z�r.r.P r.� :� � � � :� ��z.� �_r � �.� ► �.r.l � � � :�_�.� c ! City Project No. 102696 2020 Concrete Restoration Contract 4 Sl F+�, _� z 3 9 5 B 7 S 9 10 i1 12 13 14 15 ]6 97 18 19 20 21 zz 23 29 25 2& 27 28 i'.�e Wh, 9 9 10 7 s 6 6 10 5 3 2 7 6 10 8 6 6 4 3 S 3 s 9 fi 6 S 2 11 ifi�e7 nnlie ncnoeiur B�w [Na� ALEME�A ST 9AOOKMEADOW W eu��sHoq�soq cnruru�w c7 couR7Ri�ti7 oR cawwFORo FnaMs ou CREEK MEA�OW �R cRowN oaKs ort oiaMoruoancK w ELK LAI(E 7RL Fassiz RUN e�vo H.qyyL�Y oR N cRawr Er c�euRNE Ro n�w zerri sr PauK eENo oR PRRK �OWNS �R PRICKLYBRANCH �R �aEo Riv�z w SPMUELSAVE SENbEF7A RANCH BLVD SF'ANISH RNER 712L sroN�v eraibc� Ro SUMMERFIELbs eLVo suMM�RFie�os e��o wesrPowr e�vo v�n7�orHORST wnv W REN AVE krteL I IrnILe NRiITE SEfTLEMEi�I� RQ- P W NFIELO OR SANTA MOMCA �R -SRNTA PAULA �R AT CREEK MEA�OW OR SILVER HILL oR - BLANCNARo oR S CUL oE SAC - CRAWF�Ro FARMS flR GENEft4L WaRTH PR - HE.RITAG� TRACE PK44Y PRAIRE S7Aft �R- WAVERLy W BROOK MEaooW W -COWMBUSTftl CASTLEWOOo oR - FOX HII.L PR SAN CHRiSTaVAL pass - S3LKWOap pR yVIN�7HORST WAY - F�Ro oAKSI,N BWNCARORo-ol,o pENTON Rp SHIVER R� -TR4C� RIP�E PKNF1' PDYMER ST- PVHT� CI-IANGE LOVfiJG AVE- PRRRIE AVE SILVER SAGE �R - BEAVER HEAfl R� PREYYETT R� - GfiANT PARKAVE PANGOLIN �R - KELLER HASLEf R� STONEHiLL �R -SHAWNEE TRL E BELHNAP 5T - PVMY CHANGE AVONOALE HASLE7 ka- SAooLEWooD oR SLI�EROCKFiO- SAL7RNERR� Fw�c�scn na - ncao��sv a�vo WA7EI251�E 7RL - BERKSHIAE oR N aw�Rsib� oR- c7wNaarrv000 oR AT ACA�EMY BLV� srwst'a wEvv oa - oi.aanouo vdcE Ta� AT WE�GMONT CIRCLE NOR7H �lotN i oa - zza 3200 - 3239 5999 2650 - 2799 i0200-i0299 9500 - 9599 1 �T �`Z -'� �'t99 7600 - 7899 400 - 599 500 - 539 1800 - �[ 899 2800 - 2899 8900 - 3199 3100 - 3299 i5Q0 - 1599 4700 - 4799 77�J0 - %�� 12800 - 12999 16268-16299 200-6425 13309 -13fi99 4900 - 5099 9800 - 9899 Q3t2 - A437 3600 - 3799 9900 16fi00-16799 3399 TOTAL: cy 900 9 Ofl zo 265 q0 300 4� 50 125 250 160 900 760 300 320 785 1,195 800 30 2,06D 800 1,000 250 670 435 40 245 90 12,270 #Aap�oo 58Y 72R �o� q9B 22S 21Z 29 R 9Q2M 34A 6J fi42F 49B 3fiB 104W 62E 36P 36P SZ 642L 635 5U 36L SBZ 36J 35L 72� 692F 89U ibunol 3 3 6 2 4 4 4 6 7 7 7 2 4 6 2 4 4 7 7 9 7 a 3 4 4 3 7 6 �I�lf C�� �C�F�`� �1f�?��F� - - - ���� �o�����r� ��s��r���,��o� a ���v����� � � % � ELI4FQRD CASTLEGQIR AMAZQN w Q � QI � � ' �� Bp7Ci�R SPRINGS NRIALTp vj I � � �! } � CAROLINGI RI�GE N� � �� � --i------.� SIERRA MEADOVI' C � TFIORNE'�REE � } � TREGO � � p1AMORfQ LA�1E FO)CFIELD J. CN�SHIER � 141iTREDGE 8 @ � � ELGt� LAKF � a _ � °I °� � SHpST'A VIEW A1�guc�`E � LARIAT � d � � � RANfADd � � RIVERCf�IASE � 7 � ���� � COPPER MOUNTAIN g" �� ��w r 9RY Crt��►c c�oss�w� ' -�� � {� SiONEFfILL r �,� �� � t� I�� � �C CADDO SPRIidGS � 1 � t � �ry�[ GR�E�~�� � WILD HORS� HQ�� � ��� `_ h►I Gy�`�r `r� S�AWp1EE MA1/AflA � � � � � �'Yj� ,� � J \Sp�� � _g � � � �#�1�lTI�►�Y �TR��T� �'�Z"lf' ST�EE�S �tTlt' Pi�R�►� r �F � � �I'�"Y 1. @ I� � �' ��l.I � ��L R'.�" �. �� � o.�� �.� �.2 0.� �.4 �il�s F�RT ��RT}� �f�� �� ��D�7° �di1��TF� ���� ��}���i�T� F��SRi�Rl�T'EOh - C�I�TF��I��' � � �.��' a F N 7 Y a a WESTPORT R[O6EP01 FiTE w � n z � i � � �� r = �. l @i0_ / e� �O � O� Fy eF �'O � i � � x aoow � T 'J.' �LL�NBORO � PETERSBVRG MARTINSBURG CLAYMDRE �' kS N �I G r � Z cai I �I BEDINGTON BICKMORR LAIIDISSUiiG � �` TIM6ERLAN� SUNSET GOl4iSTOCK F10LLY HOCIC �. W � � a Z N �" n �� g pLD GR6VE. a a� f � o � �i w I �woanc�sT� RU5TI��R3 ASHBURN WATRRSTONE E1IGEBROOK J � W WINIlSTQNE 4 S . � � �� W[NTERBERRY „ 1��LOW B1RC � � �� �� �ONT�dI�`� �T����i PONpER SMOKETHORN � ��` ' � V� 1 �9 ������� � GORNERWOAII v �'��y ����� ��� V� �s a�� 4�,,.- - � �IT'Y L�MI1� $�iiNDARI( � � g� }. �� �c� �.- 0 �{JO 'i,�OA 2,�00 �,000 /' Feet � _. . _-- ---- ---- ----g`v----- `- ' --------- -- -------- ------ -- -------- -____ i . I� GRASSY GLEN � ,� 9 i �A ys�n a � � SN 1 LARKS VIEW MOiiNiNG SONlG � ` '� REO ROBIN / � V FERN VALLEY w 7 LACE6ARK # J J � x � � � A W �] `._.._._._.__l 0.' ZI Z LL' � � � � � _'-�—` ? � O / �JI y� ? � � tlAiC HAVEFE F����o��r�� �' `�� O � 14ENDRIG}C PEAK+ f � a o ���I 3 O � m a � O � a � ¢ d KELLER HASLET � ��� � �� � H W Q —a {7 / --,.—,� p�AlRl� G� Qs81HG w a �� � � � r i� �I I �l�� �� �\.dll! M*V� i � �{3�� ���l�Ft�T� R��T�F�ATlf3�l -� ��NTRI��T � l F J VOL!( ' � � W ��� j �_ --� C �, CRAWFORo FARM� W � } > z �—,�._ �' � ti y ALOEttSYDE � �� ( n �., r ? BAAR6T � r . � DREI(MORE_ ' � �nnoeN r � � � � 4 a � W AMADOB`� r j�—x � ¢ l @r ! � 1 � ` rT� z ----�` '�T'�� � � ��Z'o I ���, �f r�yfi . ., o m G� '-' hERiFAGE Tqq� � ' 7�,� ' . -' " � '_ _ E 7� . ' � 'n 4'I���� � � �� � II. 011VE�- '_ � � N �TI R1� q + �'I f F1R 4� � � �— � � z n �F w IMONNIG � ��� ' M n' � . � �'5 � � I �" �_�.._...._�AS' � .1U971N � - � j l ���aSA .H�` p� 3 I pps10. - �' s` 1 Q � S,�P,yFVY Nq � �� �y� � H�pITAGE 6LEN y'� �I' ? GLA6NEY � m �' p�` � _� � � � I � I F' W 4 � �wn . l ���� a a� F�PNCEH SEV.�,R-._OD STA7�RM8N � � � a ? D a— � o! �IAMONO REOGE �F � � 1 i I. � q q � � k X' 1 � �. a w �i �,� s�VEN�s ;r`�� al ! � l�z - - .BL,y � ! �, J �fM�sas �r�ns . M�Rhi�L i+ �,� �f I ) 01 ��I qRC � l aO9 � 1 yi -� t � z �'°.� `— c � g, - � �.;� � r W, �_ y� . � I TI1PE1�1 � � f ._ � � ! �, CAVE�OVE '"\ r' ' F U a' U � MAN1'tNITA � TEHaN --J N � W '� p' �i eno� �'�%�p � — a w � � t7! W. 7 = d � 6 THOMPSON w� {�)T`1� pPPLEYARO � y� ��Lay.nfp�iallsUN - r � 0�� � � W SY pj� j J �. Q 0��... F� ? ` EAF J I I �� q � � a I I 1 �ARK � � F�H fF q II � ,I FEI�N���� YJ�w I� �C�. �. l 5��� H�IVER �� ! �� j a ( � �n _ 9UMM6RFIELos ._ _ �"' ]' t' r r� Q.�a} Q 4� �� �AINS^`! _. 7+� pk- t P4-oy� u �Y� ' l � � � ' n� � m � n � .�._.._�..�� � �?� �� �' �m�_o� �PT=� � � GRAIHGE[i � �o �� � ANGEL1HA F � GLEN gpRING3 Tl1LIP TREE . � � � � �_�~~ w pAl2KMOUN7 f pE�iW4NK�E p�......_�.�'. i'_�� :.g' G4Efl RIVER B7ACH . � G� j ",`.f- � N i-;—�--��, _'�- s' �m, _7. �7��_ � µUCKLrt.B�RRY �-�-----""" � '.. MIMOSA = fl � � PEPPERBUS!!_' _ � 3 ^ gc � P� � r.— � !�--'� ' � Q6 PARK BENU 1 ! m � x • �R o P � �-----�—,f��. � - �I � � � .. �1 � �� r : � x �� G o m4 3 a m o �, �� --J p n BASSWOOD °�� = rt � % �� ` x� m � � � �. � � OgBj� A e.�.�� �--_4R� � 1� I 0. pRSWETT - "�_ .__�.__ ._.._......I. ""____-_ • 2 � Q ' ['` � y °' � o i O� O. � -_ X. i.� � �_ � a� MIIRioN O' ! k BRYCE CANYON d; W � '�1 aucKErEI co�.oaocK � ` ' M[9TYR � iJLJ��L�D'�L� ������� --�, �r�� sr���T� N �� �is s- a' 9 ¢ � �' �I �'S�' �1'�RF[� ��� � - fEATH! � � �IT'if LlMIY BOUNDI4#�lr [ WINT@qNA� � � ���� . : � 'l,1S0 2,300 4,6A0 I . \S `WAT�RBIRa I �'.. 'Mo53 Ras '""`9�"'t"'�"T""'" . _ . m� � � � � � � m � � a m ° � a= F oa�w000 � N } '7�Cau r$L_^��Wk T � � � KEI7H V ISTA J 6EAR FReeK a� � z�a I� �; F—� }., GAMROS� I m_ �� � � � �—�; 4 � W a . � �_ �_m 3 WYN ;ROOK � �� 2' ��PINEL�,p$ � C!lATSWORiH� u � ��� 1 H LpFT$MOOR. F4usGHE � sM�«S'Rqy ppusAnlEs �� T—� pJ �I LFERAY pN r ' � � W .�°�� I � � a w w � � m, EXPOSITION � _N,._ c Y 7 @ �`{G � m O��' ' PO C � ar,�ce ��� ��\�CA� w�Q �RGN�R � �� � �R i � �O� � G� � f �G� � N I El�ISpN r— � �l �� MIitAGE y ° f —�-I X I SIOUX CRE Fo�T �or���� PRICEI(ELLER � � R4NCHD PIN TAIL KItOGER PARK V�sTA � NNaVA'YION .j �2, . � ; — y , orr�ca� �� 'I � � EMN��RYYILLE q Q¢ �S',p` "' � � cosin MeSP � � ���� ��\� �} ' YQ Q� . / OUNRIIVEN GERACO �g � a � q � i'� I Z W� A .� �i 10 m�._.._.__ C � gl 4�'J � Z � � g � = O o. Q�CLIBUNN : _ �1 q ��, � �'� a € r � J S a �sHlVEA Z � � �� �3 � 4 JO�I ` �._� OAKVILI.E ' �< j N H �—li W',_._--�-� �yf• � 7 f �� a �9TIRRVP � SENATDfi � 4�9 ���GE LAKE 6 ALTA LOMA Qy� . Va HAP��O'D,p SC�H�C� ��}� . � H6VENLAKE —�� � I Y. """_-" � q��N P��Na MisT • ; E � , \f , a ' �...� .. ,� W q _� O — ' I , � S I 5�k�s�x ~� � W x �r N ,p�4 ' 'I� �.�l� r ��� 7ARAANT �� - Il�-.. �__ __ '_ �� f{�'' = _ �AGLE TRAC� / ` � I O V� ���'- .r��� ` �a, T�-� ...._ �1V �i�g�o �I F�B� c�a�Y o� �a�-� �e��r� II ���� �������� ����������� m �������� � � �5 � ,� �t � -� � V � � � `_____ y� � � �G \ y' Y, 3�+ �` � x ��` \��` � 3 O Q L! � � � a � �� � r, � MELAN IE � FARRIIH a °° � �N � W Q Q � N R�SpITE CLAIRE g � Q � � FfAMMOCK � ° � � a � a r $ PSEW l.AISOfNG Q y � � Q � ��.N SWE�TWOdO � / ao �vO� � NAVASOTA CHApW ICK e— MCAp00 dANCY CHAS�bG�, fi � 9� � �1 � i ��~� F k �3��� g��fi� saoi� �� �� BRIXTON � $ � r �� e � � � W PALAO11s � � FAIR \ C � � \ y �� � m � � � m y I �7 STONE CREE14 au���ra�aa, �� � +.� S�sQr�� ct��r� O �---� � � , �,OG� � � 5��•�0 70� �p �II � . I �i � PQINTEp CANYON SILVEit H1iL � a � , � LL ` g � 1y st�p4� Y a � F.v�c�{NG � �� � � � G�g� O � CANTRElL SANSOM — � ALPENq � � � �� CALICO ROCK � � � � O � � �LINT ROCI4 0 � � A ��y� � WNITE ROC4Y � GRAY ROC14 \�� �_ � � .` � { �� � � �pRty�as,l' C4(1�► a20 g _ � � Wg NOEtTHEA5T � , � O NORTH�/I5T LOOP 820 o� 82p e axa s� �8 � I �j����l� _.r, � N�AS� 4�p4 O���O v � F� � �--�f j � tlf' q � � O` � � ~ � � � SANTAFE � � �v � � � �4' � � v FOSSIL CREEK � � H A N Q � y f � � �' �����i��v� ��nC�� Y � �r��� ������a� 41�� �i=u��� � ���� 6wr�w� �����,���r 0 550 1,100 ?,2,00 �' � 3, 30� � �e�t TERN CENT�R ���3 � ���� �"' • L� ����r �� ���.� u���,�H � � �"D�"1''��1��'H�I ��iL� L.���i���� �%IV^����a��A�� m �1����iF#id� +"!' 3fiTH � '.� g r�� :„'� ..�sp..� __—� - , 9 �Ov,�S �o� r o � ��� Mp4R� ��, _y�'<fi � 35TF1 - —�� � �GGP � � a�v� ' � �� I � c°� Q �. / �_ _:�-� 347H 34T}I � � �. � � O �,�g � � �'�'yq w �': �� � � Q �OG r-'-- � �iy � �LONG�;-_�-ONG V g0� ��j. . ' } 3 ��y � ' '' �� � Q Y�d ���? { 9 � ,`� � � a,�o � i � � �. � az�o ` � � 32ND �_ , 32ND �.y � �, � � ; � ',: . c � � � y � �. � . � � � �G� e''8�y � dg � � 315T � U� _',.; ,yO � O 37STt � a o ° I � � , � �' � � �y � � �° � G � o 30TH� � O 7d � `-LO�� I � � � ' � � � � N NO r 29TH � � � ... .1 � �� � Q ' � _— ,� � � 2871i . 29TF1 � � �F g � I I. �r� ` y � s�`� �_� LORAINE � � LORAINE LORAII+1� 5. LORAINE .��C'P ' ?S, c�,t ' � —� '� �`. � in 1 r ? a � �. � ?�� 9 �yo � 0 •� � h � � a ��� � \ � a � � � } ? S+ � G C� a � -`—.. - Gi ul �'[� �.. �' �Yo ��� srr� �r�, y �i� z��+ 4 � ` a � y � ��' y � I � �' , ` � I 9�''S� 4�f�' �� �, �y � 26TIi � � — ��� 3� � a O�� Y mm � �� � g -- � QO ?o ° � � � 1 � � � � .z��H s � � -�—� . � '?�� ' �� r �`¢�� � � � LS � y p � � � O � EXC�-IANG� I �� `�3 y I y � -� � u�[ � 2471-1 � �y a F � y 2, ,�� �° � � � � � a � � � + ?� " � � \ S'� � � 23RD i I �I � � � � d � } � J � � 2x1�iD � m i � y ¢�:--.. 4 � y � ��� �4c�s$oRo a� ��v�'�� �94*,4 I � I 27ST � � ,� a k yE'�, a � — --- y �o �r � i 9 dHlO GAI2DEP1 ��`,� 20TH � �� I 20TH G► �.. _ _ � _ , �9�i Q F�++,q i � � � .y'"y '�.� � � �' NCI,y � �'!� . � � I / � ��� 19T H � \ �"� \M1 +ry C�i�C+ \ '���� \� � a � ' '��` t�i-�- ' \ �t�' � o � +�°j �} � Q�'� �09 o � � \ y�., � � � �; \ �� �?�:�___ � � ;� \ .� �� ��l�[�'1���' ��'#�E��'� �� � .r �� QA�'� -- � _`'�� _— -____ ��T'i" �TR��"�� � �aoo � -, � ��" o�,�s� � u,` � �a �I'i"Y PI��Mi'i� � .� INEZ � � m�. �� . �a � �r�r�r ��r�r� ���r����� ± �. \ � Co o�io I ` � I . �� o� �'�� 1,��0 3,A00 4,�00 � ���� ' . __ �e�t �. ���"'�f ��` �'�i��' 1��36�'iH �0�� ���CII��T� �"i��i�l�+d�1���N R ��f�T�A�.T 4 � � � , WHITE SETTLEMENT .�� I 1 �-,� _� ��� ►,,,f 4�A� � : ° � 1 1 �� 0 � � � � � S701V�Y 6RIDGE Oa I � ��.�...�.� � I � ��—�a � PARKMERE J � H A�aA���_ PANnV WAY ` �� ' --� i R � WILLOWfC14 4"�,yy�' �v� ��IP�� , �� - ♦ � u� I �Q� je' � �' or � � , �or �_ _-,�� ( A .¢� A�I� ` v _�� .� �: NTOPE Q Q�'� i j;r � � 9 g i � � Q � � ' 2 ? ��� i � �C� CONSTEL{.AT10� ! i �-- � aQ �Fiy��Q T 8r�/ Q, / � � � � � ��5�'P Q � � w � \ Oi. - - � � �� / ���' � � AMBER 12lQGE � � ' � u w a a�r�x � � � � � O y � d � � � �1 � � A oA M11+17 NII.L w � ' / 1:3 � � $ � n O � � �i � �5 � � � �AN � � O � � � N� m � i �Or� � r� � i� 7 ��+ � �,' +I � �__�_ + ? � m�'��� �r � � y} � 5 i" �� —o i - � - N 'I � � i � C I i 'i I � 1 � �� � 5 % �I I i �.'-'_'_ � � � � 1, 1 NORMANDALE � so�.oMa\ � ��pH d ��N� SANTA CI.ARA � SANTA MONICA SANiTA PAULA 1 PALO PIN7Q � � � � \ �` �� � g�i- ��� OQ $i ,� �O E��E� � .,_�— �_ o= 1 � A B�artc�woa�a, �Y� $ �' iqp � � r-ppr.�A � � � �•1.F! � mG �� � r � \� � � � � _� . � , . .��TA _ . \ � I ������� 4 cr.�-�°�� i � � y} a �y` 0 \G ��L � po� �'a,p�o ��rtF� �'4ty S �i �� � �������� $����� I� ��T� ������� I S �.. ��1 �'i '� � �'L"� F'�1 ��►� I II� � �0�� ����� �������� �I g� 0 ►�sD 1,�00 3,0�$ ���� ���� ��, ''� WEST FWY SR WS . -- WEST = WEST--�-�"�--...... � -,�-_ _ "--- WESY FWY SR �B— • O l�o�p�� � y � LL � 9 �, V r� �_�,� � a,�aai � �e c�-��r o� ���-� �a�r� Q<� ���� c������� ���������r� a ������� � �� � �fP" �~ W1l.LOW WAY � _I `_. � � \ P~ � �OXFIRE. \ � � � �- � � � � r FULLER yyl�O � � �50 � � Chr� , QQ _ � KINGSW00[1 T MF ��1�� j RRA {R DGE� t--1 � � 1 POSTRI�G� w� � �� � �� � �- � �� z 'a � �� � �� C O � �, � . -- �O� �` 3 �� �N � y FRENCH lAF�� p `� � � _ ` ''` J � � ��� � ��'- ��' - �e-`°G o `� �� � �y, $FyFro tuie►nXs�� �.f - - - . ���'e . y�R�i;. � ffi IpL� ORCNAR� �� ' TRORTIIWr' � � C � w'L����w�_' � ��~��y � i � � � APPL� G1tpVE � � SUNSCAPE �I �L.� !— � WH�s p�� � V �,gpPEVINE 3 J�� � �—� i kifSINGER -.`�o ,Q � ' u � � � � � q w �3�N {IACPHERSON Q � � b h � � a _ a a 0 �� � � � � Mq�R� � D � - n ' - 0 1 i ❑ / W� c� A C uRC� pA�� � � ��- � i �O�.T sourH�aRK AM6ER N r�H�� N r� ��pGE � 1 11� a v SYCAMORE SCHOOL EMERALD ^.__�___.___, tj � G,a��F� � W ����Rl� � � � �� k LONGMEAD4W GA�E��,ADOW ��sTC�� c EK ! B���� ��E�w��bT � � COLUMBUS � Q MARSH �� O � a $ �--� g� � sRoor Av MARGUER[TE � � OG�AN q SIERRA SPR�NCyS — � � � � �O q � � �r� � � � � � �pRr � � a �" � y riNCriAAHAN 0 � �._...........�� � � N � � � RANCHO VERQE FQGATA � � Ca � — O C �r OI 0 ..--, .�-� swE�T�uM I I I_ I �'aa�ON SF����S � LAKE STON� �~ � O � � 1 4 COgA� �ve � e SA►ilJ4t,S t� x � � V� �� � !1\ I I t y 1 k 1 3 MEA�OWiCNOL1 `� FOX RUN � // � � F C��� � � ��� �" � y CAUIZTRY � �,Ja,'�' z � _, � ~ � GERNfAN POlA17ER ���H �R $Rp�k LEEDS �. � �_-. =CYPRE$S I.AF'CE � � �� �� �! a � � s c� MIS7Y VAI,L�Y. . ftA4�IGH � � G�NT1LiY � l ���� 'J � w � � � � � � ' w � SWIFT CREEK � �� ('' �4 �.. - q�GQ,q �� � � '� C� .f �v;k— / ��, cqy�gk Uo � �� �, � CROWLEY CLEBIiRNE ! 14 �; ������� ������� �'�� s������� �` �s0�� ����� SWEETCLD � C��� ���YI� ����I����ii � 1,�00 2,400 4,80U ,� � ��2,D� -- ..�. - -- - ._ �i��� c�� ����r v����� ��c--� ���RT ���7'�C�� Bo� 20�� �Ol�i�::�T� f���i�F�i7��i� � ��l�TRI��`� �4 � . � . ...�,,.. �� y� _� � �v�, � . WHl O g� O ry / FULLHR � � / � ��� � �'-• ;i' BiNYON N H C y2p / �� 1 .`� Q� I M � ��� v � I MEDINA O !u � �= yjr W � � c,° ��� c�Ne� y�r,���<Q o � ��� e���r.ane RY �� �Y '� \ � CRESTON w�H � �< .� �" � eF��Fti ��� yQJ���'o+A t���c�, 4� o'r G��.-�1 ( MARTIN LYDONI BARWICFL Q� �' � ~ � / � `� � sti � o��v� � coenaN � co�aos�� , � � � �' � Q.�� w� � � �� � �N� CROMART � , LASSEN r Lf � i 3 G �,O _y?p Q �4 F C� � � � � afI 11� `�� Fej.- � sp � o CRo �ie cOVERT lCENWAY y U I I w � a<�k �r� w�sTCppp8 y '��T t�,�,1 4 1 F �o t�fr �o J�'� woNner� N R _ 'N 20 ��r�l��a �h v�?� � woa's�N L�ti4q;� � �. / -� ��°� �W��GHILL v � _ __ � FAWN ���Cd� KIMBERLY � � � �T� ��4�0 � WOOTEN �eG � �} ��4 WE�GWAY �S`�,9 � � .� �2 WOSLEY � �� � � ---. � �Q11 �Q / � . �� /�! ��� WHAR70N v � / � I �/ y � N WREN � O ���� v - 0 � � � `�*� �a� 3¢ �, � `�� � � w,u�.roN � - �Y' p y1� GLENMOHT � �4�`� y� y1�� �� � WAYLANO s� / u� � / � d DENBURY o wi�r�i� � ���H � � �ir�or � FENTON M1NOT '�''�� w�'�{�*MOly7 � �W�QpL�=- � � ASHFQRD � � � � Gp W!l14�LETp� � � VdP E � � � � L11w1�iDALE �eG'A ��.�.�M�'N WONpE� � � � � I a � � � FLELV11d � � � � i. W � weoawo�-rN o � � � � CAR�I�'� 3 � �� _ LUCY WILLOWER0014 ` ----- ------------ • � E � ��������s # ������c� '� � . j - � � C�iEbLEA � +' -- ���Y �Y�EE'�°c� � .acraM�sa � ����' P1�l�i�� � � �L a �' �li#f�f� ��JI.i�ID��i1� � O� gr4RCELONA � p�,lCANTE d� f�s,. �A.p� o ��� �,��o a,�ao 3,��0 � 9 "9� CADIz 4RpGOk� �EI+]f .. - __ �-a -- ----- —