Loading...
HomeMy WebLinkAboutContract 55381� � � � ��"�,' ��:�:�t��A�� [] �n...y.�..�; ,rv'� :�iA'� ����fF��-� s�lfa, .w.. ak., n_�_ -x_—.t—� PROJECT MAllTUAL FOR THE CONSTRUCT�Olii OF ��"� � � �,�K -�nC� 2021 CONCRETE REHASILITATION U�1IT PRICE CONSTRUCTION COI�TTRACT City Project Na.102884 Betsy Price Mayor David Cooke City Manager William Jahnson Txanspoxtation and Public Works Departrnent Prepared for The City o� Fo�ri Woxth TRAIiISPORTATION A1�D PUBL�C WORKS 2U20 ��r�����E� ������ ��`�rQ �I����G�R� � A a FSN�` ����P p 61l - � ��� ����[�� ��.t o��'��°��i���� � Standard Construction Specification Documents Adopted September 2fl11 QO 00 00 STA�IDARD CONSTRUCTION SP�,CIRICATION DQCiTIvIEN'I'S Yage 1 of 4 s�c�ioN oa o0 oa TABLE OF CONTENTS Division 00 - General Conditions Last Revised ao os la Ma or and Council Communicatian 07/01/2011 00 OS 15 Addenda 07/01/2011 00 11 13 Invitation to Bidders 03/09/2020 OQ 21 13 Instructions io Bidders 03/09/2020 nn�� n� r��a 04 32 1 S Construc�ion Fro�ect 5chedule 07/20/2018 fl0 35 13 Conflict of Interest Stateme�t 42/24/2020 00 41 00 Bid Form 03/09/2020 00 42 43 Pro osal k'orm Unit Price 01/20/2fl12 00 43 �3 Bid Bond 0911ll2017 00 43 37 Vendor Compliance to State Law Nonresident Bidder 06/27/20i 1 nn�= n� rnvr,-v-���,zcn'r'r 00 45 12 �zequalification Statement �7/01/2011 nn�� n� rn��n 00 45 26 Cantractor Com liance with Workers' Coz►� ensatian Law 07/01120ll 00 �5 40 Minorit Business Enterprise Goal 06/09/2015 89 �-5-¢� n� rno n�� 00 52 �3 Agreement 09/fl612019 00 61 13 Ferformance Bond 07/01/2011 00 b1 14 Payment Bond 0710 1/20 1 1 00 6J. 19 Maintenance Bond 07/0�/2011 00 61 25 Ceztificate oilnsurance 07/0112fl11 �0 72 00 General Conditions 03/09/2020 00 73 00 Su Ieznentary Conditions 03/09/202D Division Ol - General Re uireme�ts Last Revi�,sed OI 11 00 Summary of Work 12/20/2012 O1 25 00 Substitution Procedut�es 07/01/2011 O1 31 19 �z�construction Meetin 0811 7/20 1 2 O1 31 20 Pro'ect Mee�ings 07/01/2011 01 32 16 Construction Frogress Schedule 07/01/201 I 01 32 33 Preconstruction Videa 07/0i/2011 O1 33 00 Submittals 12/20/2012 01 35 13 Special project Praceduzes 12/20/2012 O1 45 23 Test�ng and Ins ectian Services 03/09/202Q Ol 50 00 Tenn orar Facilities and Controls 07/01/20i 1 O1 55 26 Street Use Permit and Modifications to Traffic Cantrol 07/01/2011 01 57 13 Stozm Water Pollutian Prevention Plan 07/01/2011 O1 58 i3 Tem arary Project Signage 07/01/2011 O1 60 00 Product Re uirements Q3/0912Q20 Q1 66 00 Product Storage and Handling Requirements 07/01/2411 0� 7� 00 Mobilization and Remobiliza�ion 1 i/22/2016 OZ 71 23 Constz-uctzon Stakin and Surve 02/I4/2018 C1TY 4F FpRT WOR`S'H STANI3ARD C4NSTRUCTIO�I SPECiRICA'�ION I�dCCIMENTS Revised March 9, 2420 2021 CONCRETE ItEHAI3ILT'1"AT10N UN1T PRICE CONSTRUCTION CONTIZACT City Project Na. 102884 0o ao oa STANDARD CONSTRUCTIOAS SPPCIFICATION DOCi7M��+I"I'S Page 2 of 4 Ol 74 23 Cleaning 07/01/2aI 1 01 '7'7 i9 Closeout Re uirements 07/0112011 O1 78 23 �pezation and Maintenance Data 12120/2fl12 O1 7$ 39 Pro'ect Record Documents 07/41/2011 Technical Specifications which have been z�r�odified by the Engineer speci�cally for this Project; hard copies are inclnded i� t�e Praject's Contract Documents Divisian 3� - Exterior Improvements Date Modified 32 13 13 Concrete Paving 32 13 20 Concrete Sidewalks, Driveways and Barrier k'z�ee Ram s 32 13 73 Concrete Pavin Joint Sealants Technical ,Specifications listed below are incIuded for this Project by reference and can be viewed/downloaded fram the City's website at: htip://fortworthtexas.�ov/tpw/co�atractors/ or htt s://a s.fortworthtexas. ov/Pro'ectResaurces/ Division 0� - E�ist��a Canditions 02 �1 13 Selective Site DemoIi�ion Q2 4J � S Pavin� Removal Di�vision 31- Earthwork 31 ].0 00 Site Clearing 31 23 1b Unclassified Excavation Division 3� - Exteriior Xm rovements 32 11 23 Flexible Base Couxse 32 16 13 Concrete Curb and Gutters and V 32 31 13 Chain Tence and Gates 32 32 I 3 Cast in Place Concrete Retainin 32 91 19 Topsoil PIacement and Finishing 32 92 13 Hvdro-Mulchix��, Seedin�, and Sc ilivicinn �3 - ITf.ilitieS Gutters Walis of Par Last Revised 12/20/2012 02/02/2016 12/20/2012 01/28/2013 10/05/2016 12/20/2012 O6/05/2018 12/20/20I 2 iarzazolz 33 05 14 Adj�sting Manholes, rnlets, Valve Boxes, and Other Siructures to 12/20/2012 Grade 33 12 10 Water Services 1-inch to 2-inch 02/14/2017 Division 34 - Transportation 34 71 13 Traffic Control 11/22/2013 T�OT �pecifications Applicab�e specifications listed beIow can be found on TxDOT's w�bszte address below: CITY OF FORT WORTH 2O21 CONCRETE REHABILi'['ATION UNIT P1tiCE CONSTRUCTIOA! CON'�`i2ACT STANDARD COIVSTRUCTION SPECIF[CAT10N llOCUMEN'I'S City Projecl No. 1028$4 Revised March 9, 2020 00 0o ao STANDARD CONSTRUCTIpI+I SPFCIkTCA'1'ION DOCUMENTS Page 3 of 4 http:/Iwww.dot.state.U�.uslbusiness/specifications.htm Appendix GC-6.06.D Minority and Women �wned Business �nte rise CompIiance GC-6.07 Wage Rates GN-1.OQ General Notes END OF SECTION CST"1' OP FdRT WORTFi 2021 CONCRETE REEIABILITATION UN1T PRICE CONSTRUCTIO�' CONTTZAC"f STAl+lDARD CpINS'�LUCTTOl� SPECIFICATIQN DOCiTMENTS City Project No. ] 02884 Revised Mareh 9, 2020 2/24/2021 ��Tl�' ���1�1G�� �GER���4, M&C Review DATE: 21161202� R���R�f�CE �'�M&C 21- LOG R�O.: 0116 iVAiVi€: COD�: C iYP�: CONSENT PUBLIC H��ARING: flffsci=i �9te of the City ot �or� W^rth, Texas ���� 242021 GONCRETE REHABIL.ITATION UNIT PRICE GONTRACT NO SUBJEGT: (ALL) Authorize Execution of a Unit Price Contracf with Makou, lnc., in an Amount Up to $1,QOq,000.00 for Task Order Cansfiruction Services for fhe Instaliation of Projects Relating to Concrete Street Rehabifitation R�COAlItlliEi�Dpo,TIOR�; [f is recommendec� that the City Council autharfze the execution af a unit price contract with Makau, Inc., in an amoUnt up to $i,000,000.00 for task order construction services for the installation of projects relatirtg to cancrete street rehabilitation with �p to twa renev�rafs. DNSCUSSEOP�: In the Fiscal Year 2021 Pay-Go Contract Street Maintenance Program, various types of street maintenance are grouped fnto specific contract packages.This cantract wil] pro�ide for construction services on an as-needed (task order) basis for fihe cor�struction of maintenance prajecis relating to curb & gutter, sidewalks, and cur� ramps. The contract amounf is capped at $1,D00,004.00 hut may be irrcreased or decreased due to the amount of work ordered ar�d transacted through change arcEers. The contract term may be renewed up fo two (2) additional terms upor� the expiratian of contract funds under the same terms, conditions, and un�t prices. The project was bid in a!ow bid formaf to determine unit prices to E�e paid when tasK ord�rs are issued {City Project No.102884). Not�ce of bids was puf�lished in the Fort Worfh Sfar-Telegram an Nov�mber 12, 202Q and November 19, 2D20. On December �0, 2020, three companies submifted fhe follow�ng bids: Contractar Bid Makou, Inc. $2,018,804.50 Westhill Construcf�an, [nc. $3,0�3,525.50 LJrban Infraconsfruction, LLC $3,'E24,�30_50 Ma�Cou, Inc. is the a}�parent low bidder and their unit price for concrefe is also the lowest. The unit prices provided �y Makou, lnc. were fu[ly vetted as fair, balancecl, and verified as appropriate for fhe contemplated wark. Task orders will be paid at the establish�d unit prices. No guarantee was made that a specific amount af ser�ices would be purchas�d. MIWBE OFFICE — Makou, Inc., is in campliance with the City's BDE Ordinance by cammitting to '151% MBE participation on this project. The City's MBE goal on this prajecfi is 151°/o. Additionally, Makou, Inc. is a certified MIWBE fErm. This unit price contract is located in ALL COUNCIL DISTRICTS. �ISCAl. INi�DRIIflAYIONICEF�iIFICATION: The Director of F�nance certifies that funds are a�ailabfe in the current capital budget, as previausly appropriated, in fhe Genera! Capital Projecfs Fund for fihe 2021 Concrete Rehabilitation U proj�ct to support the approval of i�e above recommendation and execution of the contract. Prior to any expenditure being incurred, the Transpor�ation & Publ�c Works De�artment has the responsibility to �aGdate the a�ailability of funds. TO _ apps.�iwnet.orglcouncil�acke�lmc review.asp?fD=28668&counciidate=2li612021 ��� 2I241202� iVl&C Review T Fund Department Account Project Program Activity Budget �p �p Year Fund Deparkment Accaunt Project Prograrn Activity B�d�et F Oiw [D ND Year Fund Department Account Project Program Activity �Budgefi �p �p Year Submitted for City fl�anager's Office by_ Originatirtg Depar��nent Head: �,dditionaf lnformation Contact; �►i'iACWiViE1VTS Dana Burghc�off (801 S) William Johnso� (7801 } Jeffrey Perrigo (8117) Reference # Chartfield 2) Reference # Chartfielc[ 2} Reference # 'Chartfield 2j Amount Amount Amount apps.cfwnet.orglcouncil_packetlmc_review.asp?ID=28668&councildate=2116l2021 21� OO li 13 �IVITA'iTOIV T� BIDDERS Page 1 of 3 1 SECTION 001113 2 INVITATION TO BIDDERS 3 RECEIPT OF BID� A Du� to the COVID19 Emergency declared by the City of Fort Worth and until the emergency 5 declaratian, as amended, is rescinded, sealed bids far the construction of 2Q21 CONCRETE 6 REI�ABILII'ATION UNIT PRICE CONSTRUCTION CONTRACT, City projecC No. J.02884 7 wili be received by the City of Fart Worth P�rchasing Office until 130 P.M. CST, Thursday, 8 December la, 2020 as iurther described below: 10 City of Fart Worth ] 1 Purchasing Division I2 200 Texas Street 13 Fart Worth, Texas 76102 1A 15 i6 17 18 T9 20 21 22 23 24 25 26 Bids will be accepted by: X. US Mail at the address above, 2_ By courier, FedEx or hand delivery from 8:3Q-1:30 on Thursdays only at the Souih End Lobby of City Hall located at 200 Texas SYreet, Fort Worth, Texas 76102. A Purchasing DepartmenC sCaff person �rill be available to accept tne bid and provide a time stamped receipC; or 3. If the bidder desires to submit the bid on a day or tiz�rae other than the designated Thursday, the bidder must contact the Purchasing Department during normal working houzs at $1'�-392-2�62 to make an appointz�r�ent to meet a Purchasing Department employee at the South End Lobby of City Hall lacated at 200 Texas Street, Fort Worth, Texas 76102, where the bid(s) will be received and tirne/date stamped as abQve. 27 Bids wi�l be opened publiciy and read aloud at 2:00 PM CST in the City Council Chambers and 28 broadcast through live stream and CFW public television which can be accessed at 29 httn://fortworrhtexas.�ov/fwtv/. The general pubiic will not be allowed in �he City Council 30 Chambers. 3l 32 Tn addition, in Iieu of delivering completed MBE forrns for the project to the Purchasing Office, 33 biddez�s shall e-mail the completed MBE forx�as to the City 1'roject Manager no later than 2:�fl 34 p.m. on the second City business day after the bid opening date, exclusive of the bid opening 35 da[e. 36 37 GENERAL DE�CRIPTION OF WORK 38 The major work will consist of the (approximate} %llowing: concrete road�s�vay improvements, 39 curb and gutter, tnediar�s, canerete sidewalk, and curb ramps. Tk�e purpose of this invitation to 40 bidders is to set u�uit prices and the City's contract budget z�ay less than the bid amounts, 41 therefore, ihe City is not obligated to award a coniz�act �or the full bid amount. 42 43 DOCUMENT EXAMINATION AND PROCUREMENT,S 44 The BidcEing and Contract Docuz�ents may be examined or obtained on-line by vzsiting tfie City 45 af Fart Worth's Purchasing Division website at htt�://www.fortworthtexas.gov/purchasi��/ and 46 clicking on the link to the advertised praject folders on the CiCy's eiect�ronic document 47 management and collaboz�ation system site. The Contract Documents may be dovc+nloaded, 48 viewed, and printed by interested contractors andlor supplzazs. 49 CTPY OF FORT V1+OTtT'T3 2D2] CQNCRETE 1tEHASII.I'I`ATION UN1T PRICE STANDARD CONSTRUCTION SP�,CTPICATIpN DOCUMENT CO�PTSTRUCTIOIV CONTRACT Temporarily 12evised Apri16, 2020 due to COVLDI9 Lmergency City Project 1Vo. l Q28S4 00 11 13 ll�lVITATION Tp BiDDERS Page 2 of 3 sa SI 52 53 54 Copies of the Bidding and Contract Documents may be puz�ck�ased from Nikki McLeroy, 817- 392-8363. City of Fort Worth, TPW, 200 Texas St., Port Worth, TX 76102. The cost of Bidding and Co�tzact Docurnents is: $30.00 55 PREBID CONFERENCE 55 A prebid conference may be Y�eld as discussed in Section 00 2l. 13 - INSTRUCTIONS TO S7 BIDDERS a� the following date, and time via a web con�erencing app�Zcation: 58 DATE: Weclnesday, November 25, 2020 59 TIlVIE: J 0.00 A.M. b0 bl 62 63 64 65 66 If a prebid conference vviII be heid online via a web conierencing appIication, invitations �ill be distributed directly to those who have submitEed Expressions of Interest in the project to the City Project Manager and/or the Design Engineez. Th� presentation given at the prebid conference and any questians and answers provided at the prebid coz�ference will be issued as an Addendum to the call for bids. 67 Tf a prebid cax�ference is not being held, prospective b'rdders can e-mail questions or comments in 68 accordance wzth Section 6 of the instructions to Bidders referenced dbave to th� project 69 manager{s} at the e-zxzail addresses listed below. Emailed questions will suffice as "questians in 70 writing" and the requirement to formaIly x�aail questions is suspended. If necessary, 71 Addenda will be issued pursuant to the I�structions to Bidders. 72 73 74 75 75 77 7S 79 80 81 82 83 84 85 86 87 88 89 90 9l 92 93 CITY'S RIGHT TU ACCEPT QR REJECT BIDS City reserves the right ta waive irregularities and to accept ar reject bids. AWARll City may award contracts to maze ihan one bidder, lowest to highest, but is not required to award to alI, or any bidders. FUNDING Any Coz�tract awarded under this INVITATION TO BIDD�RS is expected to be funded from revenues generated from bonds, grants etc. and reserved by the City for the Project. RENEWALS This Contract may be renewed up to two (2) additional tezzns at the earlier of the expiration of contact funds or contract time �ander the same terms, conditzons, and unit prices. INQUIRIES All znquiz�ies relative to this procurement should be addressed to the fallowing: Atm: Tariqul Islam, City of Fort Worth E�nail: tari ul.islam@fortworthtexas. ov 94 EXPRESSION �F XNTERSE�T CITY OF F'OIL'�' WOIZT�T 2021 CONCRF'�'k? R�HABTI,TPATTON UN1T PAICE STANDARD CONS'I`Ri3CTION SPSC�ICATION DOCUMEN'T CONS'�'RUCTIOIV CON'1'KACT Temporarily Revised �1pri] 6, 2020 due �o C�VTD 19 Emergency City Project No. I02884 00 ] 1 13 1NVITATIQN TO BIDDERS Page 3 of 3 95 To ensnre bidders are kept up to dat� of ar�y new information pertinent to this project or the 96 COVIDI9 emergency declaratian, as amended, as it rnay relate to this project, bidders are 97 requested to eznail Expressions of Interest in this procurement to the City Project Manager and 98 the Desig�a Engineer. The email should include the bidder's company name, contact person, thai 99 individuals email address and phone number. All Addenda will be disCributed direct�y to those 100 who have expressed an interest in the procurement and will also be posted in tt�e City of Fart l01 Worth's purchasing website at nttp:Ufortworthtexas.gov/purchasing/ 1p2 103 104 105 106 107 108 109 lID 111 112 113 114 115 116 ]17 PLAN HOLDERS To ensure you are kept up to daie of a�y new information pertinent to this project such as when an addenda is issued, dowz�load the Plan HoIder Registration form to your computer, complete and email it to the City Pzoject Manager. The City Project Manager and Design Engineer are responsible to upload the Flans Holder Registz�atxon farm to the Plan Holders folder in BIM360. Ma�i� your comp�eted Plan Holder Registration form to those listed in INQUIlZIES above. ADVEATXS�MENT DATES Navember 12, 2020 November�9, 2020 END OF SECTYON CITY OP FORT WORTH 2D21 CONCRETE AEHABILITATION UN1T PRICE STANZ7ARD CONSTRUCTION SPECIFICATION DOCUMENT CONSTRUCTIQN CONTRACT Temporarily Revised April 6, 2020 due to COVID19 Emergency City Project �To. 102584 00 21 13 INSTAUCTIONS TO BIDDERS Page 1 of 9 2 3 4 5 6 7 8 9 l0 11 12 13 14 15 ]6 37 18 l9 Za 21 22 23 24 25 2b 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 �4� 45 46 47 48 SECTION 40 21 l3 INSTRUCTIONS TO BIDDERS L De�ned Terms 1.1. Terms used in these INSTRUCTrONS TO BIDDERS, which are defined in Section 00 72 QO - GENERAL CONDITIONS. 1.2. Certain additional terrrts used in these INSTRUCTIONS TO BIDDERS have t�ae z�r�eanings indicated below which are appIicable to bot� the singular and plural thereof, 1.2.1. Bidder: Any person, firxn, partnership, company, association, or corporatron acting directly through a duIy autiaorzzed zepzesentative, submitting a bid for performing the worlc contempXated under the Contract Documents. 1.2.2. Nonresident Bidder: Any person, �Zzzaa, partnership, company, associa�ion, or corporation acting clirectly through a duly authozized zepresentative, submitting a bid for per#orming the work contempTated under tk►� Contract Documents whose principal place of business is not in the State of Texas. 1.2.3. Successful Bidder: The lowest responsible and responsive Bidder to wham City (on tbe basis of Czty's evaluation as hereinafter provided) makes an award. 2. Copies of Bidding Documents 2.1. Neither City nor Engineer shall assume any respansibility far errors or mzsiz�terprefiations resultzng from ifie Bidders use of incomplete sets of Bidding Documents. 2.2. City and Engineer in zna�ng copies of Bidding Documents available do so only for the purpose of obtaining Bids far the Wozk and do not auti�orize or confer a license or grant for any other use. 3. Prequalification of Bidders {Pritne Co�tractors and S�bconEractors) OMITTED 4. Examination of Bidding and Contract Docuz�nents, Other Related Data, and Site 4.l . Before submitting a Bid, each Bidder shall: 4, l.1. Ea�azx�ine and careFully study the Contract Documents and other related data identified in the Bidd'zng Doc�ments (including "technica] data" referred to rn Paragraph 4,2, below}. No information given by City or any representative of the City other than that cantained in the Cantract Documents and officially promulgated addenda thereto, shall be bind'zng upon ihe City. 4.1.2. Visit the site to become familiar with and satisfy Bidder as ta the general, lacal ax�d site conditions that may affect cost, progress, perforrnance or furnishing o� tk�� Work. C1TY OF FORT WOATH STANDAIZD CONSTRUCTION SPECIFICATipN I]OCLJIvI�IVT Temporarily Revised April 24, 2U20 due to CO VID19 �mergency 2021 C��TC�'1'E R�T711BTL1TATlOid UNiT P12ICE CONSTRUCTION CONTRACl' CTl'Y PROJECT NO. 102884 00 2T 13 INSTRUCTIONS TO I3IDDER5 Page 2 of 9 49 50 5I 52 53 54 55 56 57 58 54 60 61 4.1.3. Cansider federal, state and local Lavvs and Regulations that may af%ct cost, progress, pex�oz�mance or furnishing of the Work. 4.1.4. OMITTED 4.1.5. Study all: (i} reports of explorations and tests of subsur�ace conditions at or contiguous to the Site and aIl drawings of physical conditions relatsng to existing surface ar subsurface structures at the Site (except Underground Facilities} that have been identified in the Contract Documents as containing reliable "technical data" and (ii) reports and dzawings of Hazardous Environmental Conditions, if a�y, at the 5ite thaC have been identified in the Contract Documents as containing reliable "iechr�ical daia." 62 4.I.6. Be advised tIaaE the Cantract Documents on fi2e with the City shall constitute all of 63 the informatzox� which the City will furnish. Ail additional information and data 64 which ihe City wiI1 supply after promulg�.tion oi the formal Contzact Documents 65 sk�all be issued in the form of written addenda and shall become part of Ehe Contract 66 Docurnents just as though such addenda were acivaily written into the origir�al 67 Contract Documents. No information given by the City other than that contained in 68 the Contract Documents and officially proz�aulgated addenda thereto, shall be 69 binding upan the City. 70 71 4. I.7. Perform independent research, investigat�ons, tests, borings, and such other mea�as 72 as may be necessary to gain a complete knowledge of the canditions which will be 73 encountezed during the construction of the project. On request, Ciiy may provide 74 eac�a �idder access to the site to conduct such exarr�iz�ations, �nves�igations, 75 explazations, tests and studies as each Bidder deezns necessary far submission of a 7b Bid. Bidder m�ast fill all holes and clean up and restore the site to its former 77 conditions upon completion of suck� explorations, investigations, Eests and studies. 78 79 80 $l 82 83 84 85 86 87 88 89 90 91 42 93 94 95 96 97 4.1.8. Determine the difficulties of the Work and all attending circumstances af%cting the cost of daing the Woxk, time required for its completion, and obtain alI informaiion reyuired to make a propasal. Bidders shaIl rely exclusively and soleJy upon their own estiznates, investigation, research, tests, expiorataons, and other data which are necessary for full and complete information upon which the propasal is to be based. Ii is understood that the submission of a proposal is prima-facie evidence that the Bidder has made the investigation, examinations a�d tests herein required. Claims for additional compensation due to variatzox�s between eonditions actually encountered in construction and as indicated in the Contract Documents will not be allowed. 4.1.9. Promptly notify City of all conflicts, errors, ambiguities or discrepancies in oz between the Contract Dacuments and such other related documents. The Contractor shall not take advantage of any gross error or omission in the Contract Docuznents, and the City s�all be permitted to make such corrections or int�rpretations as may be deerr�ed necessary for fuliillment of the inCenC of the Contract Documents. 4.2. Refexence is macEe to Section 00 73 00 — Suppleznentary Conditions for identif cation of: CI'I'Y OF FORT'WOR`I� 2021 CONCI2ETE REHABILTi'ATION UNTP PR10E STANDARD CONSTRUCTIOIV SPECIFICATiON DOCUMENT CON57RUCT10N CONTRACT Tcmporarily Revised Ap�i124, 2020 due to COVIDI9 Emergency CTI'X PI20JECT NO. 102884 0o ai i3 IIVSTIZUCTIONS TO BIDDBRS Page 3 of 9 98 4.2.1, thase reports of explarations and tests of subsurface condit�ons at or contiguous to 99 the site �hich have been utalized by City in preparation of the Contract Documents. 100 The logs of Soil Borings, if any, on the plans are for general information only. 101 Neither the City nor the Engineer guarantee that the data shown is representative of 102 conditions which actually exist. 103 104 105 ]06 107 i08 109 iia 111 zx2 113 114 115 llb 1l7 118 119 ]20 121 122 ]23 124 125 126 J.27 128 129 130 131 132 133 4.2.2, those drawi�gs of physical conciitions in or relating to existing snrface and subsurface siz-uctures {except Underground Facilities} which are at or contiguous to t�e site that have been utilized by City in preparation of the Con�ract Documents. 4.2.3. copies of such reports and drawings will be rnade available by City to any Bidder on request. Those reports and dravvings may z�ot be part oi the Contract Documents, but the "technical data" contaiz�ed iherein upon which Bidder is entitled to rely as provided in Paragraph 4.02. of the General Conditions has been identified and estabIished in Paragraph SC 4.02 af the Supplezaaentary Conditians. Bidder is responsible far any interpretation or conclusion drawn fz�oz�r� any "iechnical data" or a�ay other cEata, interpretations, opinions or information. �.3. The subrnissian of a Sid will constitute an incontrovertible representation by Bidder (i) that Bidder has complied wzih every requirement of this Paragraph 4, (ii) that without exception the Bid is premised upon pez-foz�rning and furnishing the Work required by the Contraci Documents and applying the speczfic means, methods, techniques, sequences or pracedures of construction (if any} that may be shown o� indicated or expressly required by the Contract Documents, {iii) that Bidder has given City written no�ice ot� all conflicts, e�-rors, aznbiguities and discrepancies in t1�e Contract Documents and the written resolutions thereof by Czty are acceptable ta Bidder, and when said conflicts, etc., have not been resolved thzough the interpretations by City as described in Paragraph 6., and {iv) that the Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for perfoxrx�ing and furnishing the Work. 4.4. The pravzszox�s of this Paragraph 4, inclusive, do not apply to Asbestos, Polyck�ioxinated biphenyls (PCBs), Petxoi�u�m, Hazardous Waste or Radioactive Material co�vered by Paragraph 4.06. of the General Conditions, unless specifically identified in the Contract Documents. 134 5. Availabili�y of Lands fbr Woxk, Etc. 135 13� 137 138 139 140 ]4I 1�2 143 144 5.1. The lands upon which the Work is to be performed, rights-of�way and easements for access tk�ereto and other lands designated far use by Contractor in performzng the Work are identi�ed in tIae Contract Documents. All additional lands and access thereto required for tez�apoxazy constructian facilities, canstruction equipment or storage of materials and equipment to be zncorporated in the Work are to be obtained and paid far by Contractor. Easements for pezmar�ent structures or permanent changes in existing facilities are to be obtained and paid fax by Ciry unless otherwise provided in the Contract Documents. CITY QF FORT WOItTT� STANDAIZD CONSTAUCTION SPECIFICATION DOCUMENT Temporarily Re�ised Apri124, 2020 due co C4VID19 Emergcncy 2U21 CpNC�'I'E ItE�TAHTT,ITATION UIVIT P[tICE CONSTRUCTION CONTRACT C1TY PROJECT NQ. ] 02&84 0021 ]3 INSTKUCTIONS TO I3IDDER5 Page 4 of 9 145 5.2. Outstanding right-flf-vcray, easements, andlar permits to be acquired by t�ae City are listed 146 in Paragraph SC 4.01 of the Supplementary Canditions. In the evex�t the necessary right- 197 of-way, easements, and/or permiis aze not obtained, the City resezves the right to cancel 148 the award of contract at any tirx�e befare the Bidder begins any construction work on the 149 pro�ect. 150 iS1 5.3. The Bidder shall be prepaz��d to commence constr�ction without all executed right-af XS2 way, easements, andlor perznits, and shall submit a schadule to the City of how 153 construction will proceed in the other areas of the pzoject that do not require pez�mits 154 and/or easements. 155 156 6. In�er�retations and Addenda 157 158 6.1. All ques�ions about the meaning or ini�nt of the Bidding Documents are to be directed to 159 City in writing on or before 2 p.m., the Monday prior to the Bid opening. Questions 160 received after this day may not be respanded to. interpretations ar clarifications 161 considezed necessary by City in response to such questions will be issued by Addenda 162 delivezed to all parties recoxded by City as having received the Bidding Documents. l 63 Only questions answered by formal written Addenc�a will be binding. Oral an.d other 164 intezpzetations or clarificaiions �vill be without legal effect. 165 166 Address questions to: 167 168 City of rart Worth 169 200 Texas Street I70 Fart Worth, TX 76102 171 Attn: Tazzqul Tslam, Transportataan and Pubiic Works 172 Fax: 817�392-7969 1']3 Email: tariqul.isIam@fortworthtexas.gov , Fhone: 8I7�392-2�86 174 175 176 177 178 174 1$0 181 6.2. Addenda may also be issued to modify the Bidd�€ng Docurnents as deemed advisable by City. 6.3. Addenda or clarifications may be posied via the City's electxozaic dacument managexnent and collaboxation system at https://docs.b360.autodesk.cam/shares/b3286bdd-3904- 4b94-Sf66-2ba5c3075�401 I82 6.4. A prebid conference may be held at the tirne a�d place indicated in tkxe Advert�sement or 183 INVITATION TO BIDDERS. RepresentaYives of City will be present to discuss the 184 Project. Bidders are encouraged to attend and participaCe in the conference. City will 185 transmit to all prospective Bidders of record such Addenda as City considers necessary 186 in response to questions arising at the canference. Oral statements may not be relzed 187 upon and will not be binding oz Iegal�y effective. l88 i89 7. Bid 5ecurity 190 191 7.1. Each Bid must be accompanied by Bid Bond made payable to City in an amaunt of five 192 (5} percent of Bidder's maximum Bid price on form attached, issued by a surety meeting 193 the requiremenCs o� Paragraphs S.OI of tlae General Conditians. I9� C1TY OF POR'!' WOIZTI� 2021 CONCRETE RSHA�3II.ITA'['JON UN1T PRICE STANDARD CONSTRUCTION SPECIFiCATION DOCUMETi`I' CONSTKUCTiON CON`�2ACT Tempararily i2evised Apri124, 2424 due lo COVIDI9 Smergency C1TY PROJECT ]QO. 102884 00 21 13 INSTRUCTIp1VS 10 BiDDSRS 195 196 197 198 I99 200 201 202 Pagc 5 of 9 7.2. The Bid Bond af all Bidders will be r�tained until the conditions o� Che Nai�ce of Aw�rd have been satzsfied. If the SuccessfnI Bzdder fails to execute and delzver the complete Agreement �ovithin 10 days after the Notice of Award, City may considez Bidder to be in default, rescind the Notzce oi Award, and the Bid Bond of that Bidder vvill be foz-feited. Such forfeiture shall be Ciry's exclusive remedy if Bidder defaults. The Bid Bond oi all ather Bidders whom City believes to have a reasonable chance of receiving the award will ba zetained by City untrl final contract execution. 203 8. Contract Txxtte�s 204 The number of days within which, or the dates by which, Milestones are to be achieved in 205 accordance with the General Requirements and the Work is to be completed and ready for 206 Final Acceptance is set forth in the Agreement or incorparated therein by reference io the 207 attached Bid Farm. 208 209 9. Liquidated Damages 210 Provisions for liquidated damages aze set forth in the Agreeznent. 21I 2I2 10. ,Substitutc and "Or-Equal" Ytez�ns 2J 3 The Contract, if awarded, will be on the baszs of materials and equipment described in the 214 Bidding Docume�ts without consideration of possible substrtute ar"or�equal" items. 215 Whenever it is indicated or specified in the Bidding Documents that a"substitute" or "or- 216 equai" item of material or equiprnent may be furnzshed or used by Contractar if acceptable to 217 City, applicat�an for such acceptance will nat be considered by City until after the EffecCive 218 Date of the Agreement. The procedure For submission of any such application by Contractor 219 and consideration by City is set forth in Paz�agraphs 6.OSA., 6.Q5B, and b.OSC, of the General 220 Conditions and is suppiemented in Section 01 25 fl0 of the General Requir�ments. 221 222 223 224 225 226 227 228 229 230 231 232 233 234 235 z36 237 238 11. Subcontractors, ,Suppliers and Others 1 l.l. In accordance with tlae City's Business Diversity Enterprise Ordinance No. 2�020- I2-2011 (as amended), tt�e City has goals for the participation of minority b�siness ancVor small business enterprises in City contracts. A copy of the Ordinance can be obtained �`ram the OfC�ce of the City Secretary. The Bidder shall submit the MBE and SBE UTilization Form, SubcontractorlSupplier Utilization Form, Priz►ae Contractor Waiver Form andlor Good Faith Effort Fonm with documenta�ian and/or Toint Venture Porm as appzopriate. The Forms including documentation must bc recei�ed by the City no Iater than 2:00 P.M. CST, on tk�e second business day aftex the bid opening date. The Bidder shaII obtain a receipt frozn the City as evidence the documentatian was receiv�d. Failure to comply shall render the bid as non- resp onsive. I 1.2. No Contractor shall be required to �mplay any Subcontractoz, Supplier, other person or organization against whom Contractor has reasonable objection. 239 T�,. Bid Forrn 240 241 12, t. The Bid Form is included wiCh the Bidding Docur�aents; additional copies may be 242 obtained from the Cit�. 243 CI1'Y OF FQR'I' WORTH 2O21 CONCRETE RL;HABILITATIOIV LTN1T PRICE STA�II]P12D CONSTRUCT101+I SPECFFICA"fTON DOCUMENI' CO1VS'T'12T7CTION CONIRACT Temporarily Rcvised April 24, 202d due to COVIDI9 Emergency C1TY PAdJECI' NO. 102884 00 21 13 INSTRTJC"�ONS TQ BIDDEKS Page 6 of 9 244 245 246 247 248 244 250 251 252 253 12.2. All blazz�s on the Bid Form nr�ust be campleted by printing i� ink and the Bid Fornn signed in ink. Erasures or alterations shall be initialed in ink by the person signing ihe �id Form. A Bid pxice shall be indicated for each Bid itern, alternative, and unit pzice item listed thereiz�. � the case of optional alternatir�es, the words "No Bid," "No Change," or "Not Applicable" may be entered. Bidder shali state the pzices, written in ink in both words and numerals, far which the Bidder proposes io do the vvork contemplaied or fiirnish materials requized. All prices shall be wzitten legibly. In case of discrepancy between price in wri�tten wards and the price ix� written numerals, the price in written words shall gavern. 25� 12.3. Bids by carporations shall be e�ecuted in the corporate name by the president or a 255 vice-pzesident or other corporaie of�cer accompanied by evidence of authoriiy io 256 sign. The carporate seal shall be af�xed. The corporate address and state oF 257 incozporation shaIl be shown below the signature. 258 2S9 12.4. Bids by partnerships shall be executed in the partnershzp name and signed by a 260 par�ner, whose title must appear under the signature accompanied by evzdence of 261 anthority to sign. T�e of�cial address of th� partnership shaIl be shown below the 262 signature. 263 264 265 266 267 268 269 270 271 272 273 274 275 276 27'1 278 279 zsa 281 282 283 284 l 2.5. Bids by limited liabiIity companies slaall be executed in the na�ne of the firm by a member and accompanied by evidence of authority to sign. The state af formation of the firm and the official address of ihe firrn shall be shown. 12.6. Bids by individuals shall show the Bidder's name and official address. 12.7. Bids by joint ventures shall be executed by each joint venture in the manner indicated on the Bid Form. The of�cial address of the joint venture shall be shown. 12.8. All names sha�� be iyped or printed in iz�k below the signature. 12.9. The Bid shall contain an ac�owledgement of receipC of all Addenda, the numbers of which shall be filled in on the Bid Porm. 12.I0. Postal and e-mail addresses and telephone numbez �or communications regarding the Bid shall be shown. 12.1 l. Evidence of auihoriiy to conduct business as a Nonresident Bidder zn the state of Texas shaIl be pz�ovided in accordance wiih Section 00 43 37 — Vandor Compliance to State Law Non Resident Bidder. 285 13. Snbnaission of Bids 286 Bids shall be subz�itted on the prescrzbed Bid Form, provided with the Bidding Documex�ts, 287 at the time and pJ.ace indicated in the Advertisement or INVITATIDN TO BIDDERS, 288 addressed to Purchasing Manager of ihe City, and shall be encloser� in an opaque sealed 289 envelope, marked with the Ciry Project Number, Project tztle, Yhe name and add�ress of 290 Bidder, ax�d accompanied by the Bid security and otl�ez required documents. �� the Bid is sent 291 through the rnail or other delivery system, the sealed en�velope shall be enclosed in a separate 292 envelope with the notat�on "BID ENCLOSED" on t�ae face of it. 293 C1TY OF FORT WORTH 2O21 CONCRETE I2EHABILITATION UNPI` PRTCE STANllARD CONSTRIJCI'�ON SPECIF7CAT10N DOCUMENT CON3TRUCTION CONTRACT Tempararily Revised Apri124, 2020 d�e to COVIDI9 Emergency CPI'Y Y120JEC'1' NO. 102884 00 21 13 iNS"I'RtJCTIONS TO BIDDERS Page 7 of 9 294 14. Modi�cation and WiYhdxawal of Bids 295 296 297 248 299 300 301 302 303 304 305 306 14.1. Bids addressed to the Purchasing Manager and filed with the �urchasing Office cannot be withcl�awn prior to the �ime set for bid opening. A requesC for withdrawal must be made i� writing by an appropriate document duly executed in the manner that a Bid must be e�ecuted and delivered to the place where Bids are to be submitted aC any time prior to the opening of Bids. After al] Bids not requested for withdzawal are opened and publicly read aloud, the Bids for which a withdrawal request has been properly filed may, at the optzan of the City, be retumed unopened. 14.2. Bidders znay modify their Bid by eleckronic communica�ion at az�y time prior to the time set far the closing of Bid receipt. 307 15. Opening of Bids 308 Bids wiIl be opened and zeac! aloud publicly at the place where Bids are to b� submitted. An 309 absiract of the amounts of the base Bids and majar alternates {if any) will be made available 3l 0 to Bidders after the ppening of Bids. 311 3i2 16. Bids to Remain 5ubject to Acceptance 313 All Bids w�ll remain subject to accepta�ce for the time period specified for Notice o� Awazd 314 and execution and delivery of a complete Agreement by Successful Bidder. City may, at 31S City's sole discretaon, release any Bid and nullify the Bid security prior to that date. 31 fi 317 1'�, Eva�uatian of Bids and Award of Contract 318 1'7.1. CiCy reserves the right to reject any or all Bids, including w�thaut Iimitation the rights 319 to reject any or all nonconformi�ag, nonresponsi�+e, unbaiazzced or conditional Bids 32� and to reject the Brd of any Bidder iF City believes �at it would not be in the best 321 interest o� the Project to rrial�e an award to that Bidder, whether because the Bid is 322 not responsive or the Bidder is unqnalified or of doubtfizl �nancial abiLity or fails to 323 meet any othez gertinent standard or critexia established by City. Czry also reserves 324 the righi to waive informalities not involving price, contract tirne or chaz�ges in the 325 Work with the Successful �idder. Discrepancies between the mult'rplication oiunits 326 of Work and unit prices �raill be xesolved in favor of the unit prices. Discrepancies 327 betwee�a the indicated sum of any coJ.umn of figures and ihe carrect sum thereo� will 328 be resoived in favor of the eorrect su�m. Discrepancies between words and figures 329 will be resolved in favor of the words. 330 331 332 333 334 335 336 337 338 17.1.I. Any .or aTl bids wiii be rejected if City has reason to believe that collusion exists among the Bidders, Bidder is an interested party ta any Iitigation against City, City or Bidder may have a ciaim against the oiher or be engaged in lit�gaiion, Bidder is in arrears on any existing contract or has deiaulted on a previous contract, Bidder has pez�ormed a prior contract in an unsatisfactory mannez�, or Bidder has uncompleted wozk which in th� judgment of the City will prevent ox �aznder the prompt completion oi additional work if awarded. C1TY OF F'O12T Wd12TH 2O21 CONCRETE REF-IAI3T�,TTATION UNTF PKICE ST'AI�iDARD CONSTRUCTIO�T SY�CIFICATION DOCUMENT CONSTRUCI'ION CONTRAC7' Temporarily Revised Ap�al 24, 2020 due to COVIQI9 Emergency CITY YROlECT NO. 1U2884 00 21 13 1]+TSTRUCTIONS TO BIDD�TtS Pagc 8 of 9 339 340 34I 3�2 3A3 344 34S 346 17.2. City may consider the qualifications and experie�ce of Subcontractors, Suppliers, and other persons and organizations proposed for ihose partions of the Wor� as to which the identiry of Subcontractors, Suppli�rs, and other persons and organizations must be submitt�d as provided in the Contzact Documents or upon the zequest of the City. City also may consider the operating cosEs, maintenance requirements, performance data and guarantees of major iteznis of materials and equipment pzoposed for incorporation in the Work wk�en such data is required to be submitted prior to tiie Notice of Avc+ard. 347 348 17.3. City may conduct such investiga�ions as City deems necessary to assist in the 349 evaluation of any Bid and to establish the respox�sibility, qualifications, and financial 350 ability of Bidders, proposed Subcontractars, SuppIiers and ather persons and 35l organizations to pezform and furnish the Work in accordance with the Contract 352 Documents Eo City's satisfaction wiChin tk�e prescribed time. 353 354 355 35b 3S7 35 8 359 360 17.4. Contractor shal� perform with his own organization, work of a value not less than 35°10 oi the value embraced on the Contract, unless otherwise appzaved by the City. 17.5. If ihe Contract is to be awazded, it will be awarded to lowesi responsible and responsive �idder whose evaluation by City indicates that the avvard will be in Che b�st interests af the City. 361 17.6. �ursuant to Texas Government Code Chapter 2252.001, the City will not award 362 contract to a Nonresident Bidder unIess the Nonresident Bidder's bid is lower than 363 the lowest bid submitted by a responsible Texas Bidder by the same aznount that a 36�4 Texas resideni bidder would be requzred to underbid a Nonresidezat Bidder to obtain a 365 comparable contract in the state in which the nonresident's principal place of 366 business is located. 36'7 368 3b9 370 37] 372 373 17.7. A contract is not awarded until formal City Council authoriza�ion. If the Contract is to be avvarded, City will award the Contract within 90 days after the day of the Bid opening unless exiended in writing. No othex� act af Ciry or others will constitute acceptance oi a Bzd. Upon the contraciox award a Notice of Award wil] be issued by the City. 374 I7.7.1. The contractor is required to fll out and sign the Cert��cate af Znterested 375 Parties Form 1295 and the iorxm m�st be submitted to the Project Manager 376 before the contract will be presented ta the City CounciI. TI�e form can be 377 obtained at https://www.ethics.state.tx.us/data/forms/1.295/12,95.pdf 3'7 8 379 38Q 38l 382 17.8. �'ailnre or refusal to coznply with the requirements may result in rejection of Bid. 1S. Signing of Agreement 383 18. ]. When City issues a Notice of Award to tt�e Successfiil Bidder, iC wzll be accompanied 384 by the requir�d number af unsigned counterparts of the Agreement. Within 1� days 385 therea�ter Contractor shall sign and deliver the required number af counterparts of the 386 Agreen�ent to City with the r�quired Bonds, Certificaies of Insurance, and all oCher 387 required docurnentation. 388 389 18.2. Failure to execute a duiy awarded contact may subject the Contractor to penalties. CI'I'Y OF FORT WORTT� 2021 COIVCRETE REHABILITA'F103d 1(JNTI' PR�CE STAIVI7ARD COIVSTRUCTION SPECIFICATION DOCUNfENT CONSTRUCTION COI�TRACT Temporarily Revised Apri124, 2020 due to COViU19 Emeigency Cl'I'Y PROJECT NO. 102884 00 21 I3 1N5TRUC'I'I01�15 TO BIDDERS Page 9 of 9 390 391 392 393 394 395 396 397 39$ 18.3. Ciry shall thereafter deli�er one fully signed counterpart to Contractor. END O�' SECTION crrx o� x�oRT woR� STI�iYDARD CONSTKUCTION SPL4C1FiCATION DdCUMENT Temporarily Revised Apri] 24, 2020 due to COVID19 Emergency 2021 CONCAETE REHA.BILITA'I'ION TJN1T PAICF. CONSTRUC'I`ION CONTRACT C1TY PAOJECl' NO. 1p2884 003215-D CO1+15 fRUCTIQN PROGRESS SCHEI7UL� Page 1 of 1D 1 2 3 PART1- GENERAL SECTXON 00 3215 CONSTRUCTION PR07ECT SCHEDULE 4 1.1 SUMMARY 5 A. Section Includes: 6 7 8 9 General requirements for the preparat�on, submittal, updating, status reporting and management of tl�e Construction Project Schedule B. Deviations from tk�is City of Fort Warth Standard Specification l. None. 10 C. Related Specificaiion Sections include, but are not necessariiy liz�aited to: ] 1 1. Division 0— Bidding Reyuirements, Contract Forms and Conditions of the Contract 12 2. Divisxon I— General Requirements 13 14 15 16 T7 18 19 20 21 zz 23 24 25 26 27 28 29 D. Purpose The City of �'art Worth (City) is committed to delivezing quality, cost-effective infrastructure to its ci�izens in a timely manner. A key tool to achieve this purpose is a propezly structured schecEule with accurate updates. This supports ef%ctive monitoring of pragress and is input to critical decision making by the project manager throughout the life of the project. Data from the updated project schedule is uiilized in status reporting to various levels of the City organization and the citizenxy. This Dacument complements the City's Standard Agxeement to guide the consiructian contractor (Contractor) in pr�paring and submitting acceptable schedules %r use by the City iz� project delivery. The expectation is t1�e pezformance of the work follows the accepted schedule and adhere to the contractual timeline. The Contractor will designate a quaIif ed representative (Project Scheduler) responsible for develaping and updating the schedule and preparing status reporting as required by the City. 30 i.� PRICE AND PAYMENT PROCEDL]1LES 31 A. Measurenr�eni and Payment 32 1. Wozk associated with this Ttem is considered subsidiary to the various items bid. 33 No separate payment will be allowed for this Itezin. 34 2. Non-compliance with this specification is grounds for City to withhold payment of 35 the Contractor's invoices until Contractar achieves said complzar�ce. 36 1.3 REFERENCE,S 37 A. Project Schedules 38 Each project is xepresented by City's master project schedule that encompasses the 39 entire scope of activities envisioned by khe City to properly deliver the work. When the 40 City contracts with a Contractoz to perform construction o� the Work, the Contzactor C1T'Y OP PDRT WORTH 2O21 C�NCRETE REHABILITATION UNTT PR10E STANDARD SYEC�ICATION CONSTRiTCTIDN CONTAACT Revised NLY 20, 2D18 CTTY PR07ECT NO. 102884 oo3zls-o CONSTRUCTIDN PRpGS�S5 SCFIEDULE Page 2 of 10 1 will develop and maintain a scheduTe for their scope of work in alignment with the 2 City's standard sct�edule requirements as d�fined herein. The data and informa�ion of 3 each such schedule will be leveraged and becozne integraI in the master project 4 scheduIe as de�med appropriate by the City's Project Control Specialist and approved 5 by the City's Project Manager. 6 7 1. 10 11 12 13 14 15 I6 17 Master �zoject Schedule The master,project schedule is a holistic representation of the scheduIed actrvities and milestones for t�ae iotal project and be CziticaI Fath Method (CPM) based. The City's Project Maz�ager is accountable foz o�ersight of the de�relopziient and maintaining a master project schedule for each project. When the City contracts for the design and/or construcizon of the project, the nnaster project schedu�e will incorporate elements of the Design and Construction schedules as deemed appropriate by the City's Project Control Specialist. The assigned City Project Confirol Specialist creates and znaintains the master pzoject schedule in P� {Czry's scheduling software). 18 2. Constrizction Sck�edule 19 The Contractor is zesponsible for deveIapzng and maintaining a sclaeduie for the 20 scope of the Contractor's contractual requirements. The Contractox wili issue an 2I ixkitiai schedule for review and acceptance by the City's Project Cantrol Specialist 22 and the City's Project Mar�agex as a baseline scheduTe for Contractor's scope oi 23 vvork. Contractor will issue cuzxent, accurate updates of their schedule {Pragress 24 Schedule} to th� City at the end of each znonth througho�t the lzfe of their work. 25 26 27 28 29 30 31 32 33 B. Schedule Tiers The City has a portfolio of projects that vary widely in size, complexity and content requiring di�ferent scheduling to effectively deli�er eacta project. The City uses a "tiered" approach to align the pxoper schedule wi� the cz-iteria for each project. The City's 1'roject Manager determines the appropriate schedule tiez for each project, and includes that designation and the associated requirements in the Cont�racCor's scope of work. The follo ,ving is a summary of the "tiers". 34 1. Tier 1: Small Size and Short Dueation Project {design not required) 35 The Ciiy develops and maintains a Master Project Sckaedule for the project. No 3b sehedule submittal is required frozn Contractor. City's Pz�oject Controi Specialist 37 acq�aires any necessary scheduIe status data or information ihrough discussions wxtk► 38 the respectzve party on an as-needed basis. 39 40 4] 42 43 44 45 46 2. Tier 2: Small Size and Short to Medium Duration Project The City develops and xziaintains a Master P�roject Schedul� for the pzoject. The Contractor identi�es "start" and "finish" milesto�e dates on key elements oi their wark as agreed with the City's Project Manager at the kickoff of their ,vork �ffort. The Cantractor issues to the Cziy, updates to the "start" and "finis�i" dates fox such rrrilestones at the end of each mor�ih throughout the life of their work on the project. 47 3, Tier 3: Medium and Large Size and/or Corrzplex Projects Regardless of Duration 48 The City devela,ps and maintains a Master Firoject Schedule for the pxoject. The 49 Contractor develops a Baseline Scheduie and mainCains the schedule of their 50 respective scope of work on the project at a le�eT of detail (generally Level 3) and in CTTY OF FORT WORT� 2021 CONCRETf: REHABILITA,TIOIV UN1T PAiCE STANDARD SPECTI�TCATION CONSTRUCTION CON'TRACT Revised JUC,'Y 20, 20] 8 CiTY PROJECT NO. 102884 003215-0 CONS'rRUCT10N YROGAESS SCT�TaULE 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 tk�e City, updates oi thaiz zespective schedule (Progress 3 Schedule) at the end of each month throughout tiae life of their woz�C on the project. 4 C. Schedule Types 5 Project delivery for the Czty ut�lizes two typ�s of scheduies as not�d below. The Ciry 6 develo�s and maintains a Master Project Schedule as a"baselir�e" schedule and issue '1 nrionthly updates to the City Project Managez {end of each month) as a"progress" 8 schedule. The Contractor prepares and submits each schedule iype to fulfill their g cantractual requzzements. 10 11 12 13 1� i5 I6 I7 1$ 19 20 21 22 23 24 25 26 27 28 29 3Q 31 32 33 34 35 36 L4 37 38 39 40 41 42 A3 44 45 46 47 48 1. Baseline Schedule The Contxactor deve�ops and submits to the City, ax� initial schedule foz their scope of worS� in alignment witla this specification. Once reviewed and accepted by the City, it becomes the `Baseline" schedule and is ihe basis against which all progress is measured. The baseline schedule will be updated when there is a change or addition to ti�e scope of work impacting the duration of the work, and only after receipt of a duly authorized change ozder issued by the City. rn the event pragzess is signiiicantly behind schedule, tne City's Project Manager znay authorize an update to the baseline schedule to facilitate a more practical evaluation of progress. An example of a Baseline Schedule is provided in Specification 00 32 I5.1 Construction �roject Schedule BaseIine Example. 2. Frograss Schedule The Contractor updates their schedule at tbe end of each month to represent the pzogress achieved in the work which includes any impact frozn authorized changes in the work. The updated schedule znust accurately reflect the current status of the work at that point in time and is refenred to as the "Frogress Schedule". The Ci�y's Project Manager and Project Control Specialist reviews and accepts each pzogress schedule. �n the event a progzess schedule is deenr�ed not acceptable, the nnacceptable issues are identzfied by the City within 5 vvorking days and the Confiractor must provide an acceptable progress schedule witl�in 5 worlring days after receipt of non-acceptance notificatzon. An example of a�rogress Schedule is provided in Specification 00 32 15.2 Construction Project Schedule Progress Example. CITY STANDARD SCHEDULE REQUIREMENTS The �ollowing is an overview of the methodology for developin� and maintaining a schedule for delivery of a project. A. Schedule Framework The schedule will be based on rhe defined scope o� work and follow the (Critical Path Methodology) CPM method. The Contractor's schedule will align wit�a the requiremenfis of this speci�cation and will be cost loaded to re�lect their plan for execution. Overall schedule duration wili align with the conisactual require�nents foz the respective scope of work and be reflected ix� City's Master Project Schedule. The Pzoject Number and Name of the Project is requiz�ed an each scheduie and must match the City's project data. B. Schedule File Nazne CPfY OF F012'T' WORTH 2O21 CONCRETE REHABIi,TTA'I'[ON i31V11' PRICE STANDARD SPEClF1CA170N CONSTRUCTIOIV CONTRACT Revised JULY 20, 2018 C1TY PROJECT NO. 102884 D03215-0 CUNS"�`R[IiCTION PROGRSSS SC�TJiJLE Yage 4 of 10 1 2 3 4 5 6 7 S 9 10 11 ]2 13 14 15 16 17 18 19 20 21 22 23 2A 25 26 27 28 29 30 31 32 33 3A� 35 36 37 3& 39 4Q 41 42 43 44 45 46 47 48 49 All schedules submitted to the CiCy for a project wiil ha�e a file name tlaat begins with the City' s proj8ct number fallowed by the name nf the project followed by haseline (if a baseline schedule) or the year and month (if a progress schedule), as shown be7ow. � Baseline Schedule File Name Farmat: City Pzoject Number_Project Name_Baseline Example: 101376_North Montgamery Stre�t HMAC_Baseline a 1'rogress Schedule File Nam� Foxznat: City Project Number_Project Name YYYY-MM �xan�ple: IOI376_Nort� Montgomery Street HMAC_2fl18_01 � Project Schedule Progress Narrative File Name Forma.t: Ciry Froject Numbez Project Name_PN_YYYY-MM Example: 101376_North Montgonnery Street HMAC_PN_2Q18_O1 C. ScheduIe Templates The Contractor wiIl utilize the relevant sections frozxi the City's templates provided in the C'rty's docux�zent management system as the basis for creating their respective project schedule. SpecificaIly, the Contractor's schecEule will align with the Iayout of the Constructian section. The templates az�e identified by type of project as noted below. a Arterials • Aviation � Neighborhood Streets o Sidewalks (�ater) � Qviet Zones (later} � Street Lights (later) o Intersectzon Impravements (later) o Parks � S torm water 0 5treet Mainte�ance � Traffic � Water D. Scl�edule Calendar The Czty's standard calendar for schedule developznent purposes is based on a 5-day workweek and accounts far Y1�e Czty's eight standard holidays (New Years, Martin Luther King, Me�x�orial, Independence, L.abor, Thanksgi�ving, day after That�l�sgi�ng, Christmas). The Contractor vc�ill establish a sched�xle calendar as part of the schedule development pracess and provide to the Project Control Specialisi as part of the basis for their schedule. Variataons between the City's calendar and the Contractor's calendax must be resolved priar to the City's acceptanc� of their Base�ine project schedule. E. WBS & Milestone Standards %r Schedule Development The scope of wc�rk to be accomplished by the Contractor is represented in �he schedule in the form of a Work Breakdovan Stz�ucture (WBS). The WBS is the basis for t�ae development of ihe schedule acti�ities and shaI� be imbedded and depicted in tk�e schedule. C1TY OF FpR'I' WOIZTH STANDATtD SPECTFICATION Rcvised JULY 20, 2018 2021 CONCRFT'�, REHAS3LITATION UNTT' 1'1Z10E CONSTRUCTTOAi CONTRAC'P C77'}i PROJECT NO. I02884 � 003215-0 CONSTRTJCT[OI+i PROGRESS SCHEI7ULP, Page 5 of 10 1 The foliowing is a suminary oi t�� standards to be followed in preparing and rzaaintaining 2 a schedule faz project delivery. 3 � 1. Contxactar is required to utilize the City's WBS siz�ucture and respectave project type 5 template for "Constructaon" as shown in Section 1.4.H below. Additianal activities 6 may be added to Levels 1- 4 to accorrunodate the needs of the oxga�ization executing 7 tlae work. Specif cally the Contractor will add activities under WBS XXXXXX.80.83 S "Construct�an Execution" that delineates the activities associated with the various 9 components o� the work. 10 11 2. l2 13 14 15 16 1.7 l8 19 20 21 22 23 24 25 26 27 28 z� 30 3l 32 33 34 Contractar is required to adhere to the City's Standa�rd Milestones as shown in 5ection l.4.Y below. Contractor will include additional milestones representing intexnaediate deliverables as required to accurat�ly reflect their scope of work. F. Schedule Activities Activities are the discrete elements of wark Chat znake up the schedule. They will be organized under the umbrella of the WBS. Activity descriptions should adequately describe the activity, and in some cases tha extent of the activity. All activities are logically tied with a pzedecessor and a successor. The only exc�piian to this rule is foz "project start" and "praject �nish" milestones. The activity duraiion is based on the physical amount of wark to be performed for the stated activity, with a maximum duration of 20 working days. If the work faz any one activity exceeds 20 days, break that activity down incrementally to achieve this duration constraint. Any exception io this requires review and acceptance by the City's Project Contzal Specialist. G. Change Orders When a Change Ozder is rssued by the City, the impact is zncorporated into the pzeviously accepted baseline schedule as an update, to clearly show in�pact to the project tazneline. The Contractor submits this updated baseline schedule to the City for review and acceptance as described in Section 1.5 below. Updated baseline schedules adhere to the foliowing: 3S 1. Time extensions associated with approved contract modificaiions are limited to the 36 actual amount of tzme the project activities are anticipated io be delayed, unless 37 otherwise approved by the Prograrx� Manager. 38 39 40 41 42 43 44 45 46 47 48 49 50 2. The re-baselined schedule is submitted by the Contiractor within ten workdays after the daCe of receipt of the approved Change Ordez. 3. The chan�es in logic or durations approved by the City are used to analyze the impact oi the change and is incJnded in the Change �zder. The coding for a new activity(s) added to tize schedule far the Change Ozder includes the Change Order number in t�e Activity ID. Use as znany activities as needed to accurately skzow the work of the Change Order. Revisions to Che baseline schedule are nat effective until accepted by the City. H. City's Work Breakdown Structure C1TY OF FORT WOIiTH 2421 CONCRETE REHABILITATTON UNTI' PRICE 5Tt1NDARD SPECIFICA'1'ION CONSTRUCTiON COAITRACT Revised 7ULY 20, 2018 CITY PR07ECT NO. 102884 OD3215-0 CONSTRUCPION PROGItESS SCF�FI]TJI,E Page 6 of ]0 1 2 3 4 5 6 7 S 9 10 11 12 13 14 IS 15 17 18 19 Za 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 3$ 39 40 41 42 43 44 45 46 WBS Cade WBS Name XXXXXX Project Name XXXXXX.30 Design XXXXXX.30.1Q Des'rgn Cant�acCor Agreement XXXXXX.3D.20 Conceptual Design {30%) XXXXXX.30.30 Prelimznary Design (60°Io) XXXXXX.30.40 Final Design XXXXXX.30.50 Environmental XXXXXX.30.60 Permits XXXXXX.30.60.10 Pernuts - Identi�cation XXXXXX.30.G0.20 Permits - Re�iew/Approve XXXXXX.40 ROW & Easements XXXXXX.40.10 ROW Negoiiations XXXXXX.40.20 Condennna�ion XXXXXX.'�0 Utility Relocation XXXXXX.7�.1Q Utility Relocation Ca-ordination XXXXXX.SO Construction XXXXXX.SQ.8 i Bid and Awazd XXXXXX.$0.83 Construction Execution XXXXXX.80.85 Inspection XXXXXX.80.8G Landscaping XXXXXX.9Q Closeout XXXXXX.90.I0 Construciion Contract CIase-out XXXXXX.9Q.40 Design Cor�tract CIosure I. City's Standa�rd Milestones The following rr�ilestone activities (i.e,, important events o� a project that mark cxitical points in time) arc oi particular interesi ta the City and must be reflected in the proj ect sci�edule for all phases o� work. Activitv ID Design 3fl2� 3040 3100 �zza 3150 3160 317� 3220 325D 32b0 CITY OF FORT W�It'�'H STANDAAI� SPECIFICATTON Reviscd JCI�LY 2Q, 2018 Acii�iE Name Award Design Agreem�nt Issue Notice To Pzoceed - Design Engineer Design Kic�-o�f Meeting Submit Conceptual Plans to Utzlities, ROW, Traffic, Parks, Storm Water, Water & Sewer Peer Review Meeting/Design Review meeting (technical) Conduct Design �ublic Meeting #1 (required) Coneeptual Design Complete Submit Preliminary Plans an� Specifications to Utilities, ROW, Traffic, Parks, Storm Water, Water & Sewer Conduct Design Publzc Meeting #2 (requized) Freliminacy Design Complete 2021 CONCRE'I'� R$HAB 1LTI'AT10N UNIT PRTCE CONSTRiJC�'IOIV� CONTRACT CTI'X PRO]ECT NO. 102884 003215-0 CONSTRUCTION PROGRE53 SCHEDiJL�' Pagc 7 of 10 1 2 3 4 5 6 7 8 9 10 11 I2 I3 14 15 l6 17 18 19 20 21 22 23 3310 Subnnit Final Design to Utilities, ROW, Traffic, Parks, Storm Water, Water & Sewer 3330 Conduct Design Public Meeting #3 (if required) 3360 k'inal Design Complete ROW & Easements 4000 Right of Way Start 4230 Right of Way Complete Utility Relocation 7000 Utilzties Start 7120 Utilities Cleared/Campleie Constr�ction Bid and Award 8110 Start Advertisement 81 SO Conduct Bid Opening 8240 Award Coz�struction Contraci Canstruction Execution $330 Conduct Construciion Public Meeting #4 Pre-Construction 8350 Construciion Start 8370 SubsCantial Completian 85�40 Canstruction Completion 913Q Notice of Completion/Green Sheet 915Q Co�astruction Contract Closed 9420 Desigra Contract Clased 2A 1,5 SUSMITTALS 2S 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 �41 42 43 44 45 46 47 A. Sched�le Submittal & Review The City's Project Manager is responsible for reviews and acceptance ofi t�e Contractor's schedule. The City's Project Control Specialist is responsible for ensurzn� alignment af the Contractor's baseline and progress schedules with the Master Project Schedule as support to tk�e City's Project Manager. The City reviews and accepis or rejects the schedule within ten workd'ays of Contractor's submittal. 1. Schedule Format The Contractor will submit each schedule in two elecizonic forms, one in native file format {.xer, .xml, .mpx) and the secand in a�df formai, in the City's document management system in the locaiian dedicated for thzs purpose and identified by the Project Manager. In the evez�t tl�e Contractor does not use Primavera �b or MS Project far scheduiing purposes, the schedule in%zmation m�st be subznitted in .xls or .xlsx %zxinat in compliance with the sample layout (See Speciiication 00 32 115.1 Constrruction Project Schedule Baseline E�ample), incIuding activity predecessozs, successars and total �loai. 2. �ztial & Baseline Schedule The Contractor will develop their schedule for their scape of work and submzt their initial schedule in electronic %rrn (in the �le formats noted above), in the City's document management system in the Iocation dedicated for this purpose within ten workdays of the Notice of Award. CTT'X OF PORT WORTIi 2021 COI+ICRETE REHABILTI'AT10N LJN�'I' PRICE STANDAI2A SPECIFICATION COAISTRUCTION CONTRACT Revised ]UI,1' 20, 2018 CiTX PROJECP NO. 102884 003215-0 CONS'I`RUCTIQN P1tOGRESS SCHEDifLE Page 8 of ] 0 1 2 3 4 5 6 7 8 9 10 1l 12 13 14 I5 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 A�2 A3 44 45 46 47 The City's Project Manager and Praject ControI Specialist review this initial schedule to determine alignment with the Ciry's Master Project Schedule, including format & WBS structure. Follotiving the City's review, feedback is provided Eo the Contractor far thezr use in �inalizing thair initial schedule and issuing {within five workdays) their Baseline Schedule for �nal review and acceptance by the City. 3. Progress Schedule The Contractor will update and issue their pzoject schedule (Pzogress Schedule) by the last day of'each rnorath thzoughout the life of their work on the praject. The Progress Sclaedule is submitted in electronic form as not�d above, in the City's document management system in the location dedicated for this purpose. The City's �roject Coniral team x�views each Progress Schedule for data ancE information that support the assessment of the update to the schedule. In the event data or informataon is missing ar zncomplete, the Project Controls SpeciaTist communicates directly with the Contractor's scheduler for providing same. The Contractor re-submits the corrected Progz�ess Schedule within 5 workdays, folTowzng tk�� submittal process noted above. The City's Project Manager ancE Praject Control Specialist review the Contxactor's progress scla�dule for acceptanc� and to monitor perfoz�ma�ce and progress. The following Iist of items are required to ensure propez status information is contained in the Progress Schedule, � Baseline Start date • Baseline Finish Date � % Complete � Float � Activity Logic {depend�ncies} � Critical Path o Activitzes added or deleted � Expected Baseline Finish date � Variance to the Baseline Finish Date B, Monthly Construction Status Report The Contractor submits a wriEten status report (referred to as a progzess narrative} at the end of each month to accompany the Progress Scla�dule submittal, using the standard format �rovided in Specific�tion 00 32 15.3 Construction Froject Schedule Progress Narrative. T�e content of the Constxuc�ion Praject Schedule Frogress Narrative should be concise and complete to: o Reflect the current status of the work for the reporting period (includin� actual activities started and/or compTeted during the reparting period) � Explain variances from the baseline on cz-�tical path activities � Explain any patential schedule conflicts og delays • Describe recovery plans where appropriaie • Firovide a surnmary fozecast of the work to be achieved in the next reporting periad. C. Submittal Process C1TY OF FORT WORTH S"I'ANDARD SYECIF[CA'I'ION Revised JULY 2U, 2018 2021 CONCRE'1� REHABII.TI'ATiON UNIT PKICE CON3TILUCTION CONTl2A,CT' CPI`Y PRO]ECT NO. 1028&4 043215-0 CONSTRUCTION PI20GRESS SCHGAULE Page 9 vf 10 1 2 3 4 5 6 7 1.6 � Schedules and Monthly Construction Status Reports are submitted in Buzzsaw follo�cnring the steps outlined in S�ecification 00 32 i5.4 Construction Project Schedule Submittal Process. • Once the project has been completed and Finai Acceptance has been issued by ihe City, no further pro�ress schedules or construction status reports are requixed from the Contractax�. ACTXON SUBMITTALS/XNFORMATIONAL �UBM�TTAL,S [NOT U�ED] 8 L'� CLO�EQiTT SUSMITTALS [NOT USED] 9 1.8 MAINTENANCE MAT�RIAL SUSMITTALS [NOT USED] 10 1.9 QUALITY ASSURANCE 11 A. The person pz�eparing and revising the Contractor's Project ,5chedule shall be 12 experienced in the preparation of sched�les af similar complexity. 13 B. Schedule and supporting documents addressecE in this 5peciiication shall be prepared, 14 updated and revised to accurately reflect ti�e performance of the Contractor's scope of 15 wor�. 16 C. The Contractor is responsible for the quality of all subznitials in tY�is section meeiing the 17 standard of care far tk�e canstruct�on industry foz similar projects. 18 110 DELIVERY, STORAGE, AND HANDLING [NOT USED] 19 20 1.11 FIELD [�ITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT LTSED] 21 1.13 ATTACHMENTS 22 Spec 00 32 15.1 Construction Frojeci Schedule Baseline Example 23 Spec 00 32 15.2 Construction Froject Schedule Progress Example 24 Spec fl0 32 15.3 Construction �raject Schedule Progress Narrative 25 Sp�c 00 32 15.�4 Canstruction Project ScheduIe Submuttal Process 26 27 28 PART � - PRODUCTS [NOT USEDJ 29 30 31 32 33 34 PART 3 - EXECIITION [N�T USED] END OF SECTION CTI'7C OF FORT WORTf-I 2021 CONCRETE REHABILITATION UNFP P1ZTC8 STANDART7 SPECIFICATIO�I CON3'�2UCTION CONTRACT Revised JULY 20, 2018 C1TY PROJECT ND. 102884 00 32 15 - 0 CONS'FRUCTION PROG1tESS SCHEDUL� Pagc 10 af 10 Revision Lflg DATE NAME SUMMARY OF CHANG� Iuly 20, 20] 8 M. rarrell nitia� Issue CITX OF NORT WORTH 2O21 CONCRETE REHABILTTATIOIV UNT`1' PRICE STANDARD SY8CIFICATION CONS'T'RIJCTION CONTRACT Aevised 7ULY 20, 2018 C1TY PRdJF?CT NO. 102884 00 3a is.z - o COIVSIT2UCTTOIV PROGKE55 SCH�DULE — Bf1SELINE EXAMPLE Page 1 of 5 1 2 SECTION 00 32 15.1 CONSTRUCTION FROJECT SCHEDULE — BASELTNE EXAMPLE 3 PART1- GENERAL 4 5 6 7 S 9 l0 11 12 13 14 l5 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 43 42 43 44 45 46 The following is an example of a Contractor's project schedule that rIlustra�es the data and expectation for schedule content depicting the baseline for tfie project. This version of the schedule is referred to as a"baseline" schedule. Tl�is example is intended io provide guidance �or the ContracCor when developing and subznitting a baseline schedule. See CFW Specification DO 32 15 Construction Project Schedule far details and requizeznents regarding t�e Cantractar's project schedule. CTI'Y OF FOItT WORTH 2O21 COIVCRETE REHASILTI'AT[ON UN�f P12iCE STANDARD CONSTRUCTION SPECIFICATTON DOCUMENTS CONSTRUCTION CON`i'ItACI' Aevised JULY 20, 201 S CT'1'Y PI20JECT NO. 102584 OD 32 151 - D COT�TSTRUC'I'ION PROGRES3 SC�TEDULE - BASELINE EXAMPLE 1'age 2 of 5 1 oa r C9 �r] lsl � � � � S�H`^!j 15S a� � � .� 0- � CS � CL � � � � ��.! �} �� L � � i: i�a .�7 � � � � "�' n� L_!. � !4F�i 7r ?. + � {7 1 � � � � �� . _I_ .i . .� J -- ia �i. :t � .� � �a II :;, �7 �—""" "'..._ _� ...__ . ., .."_ .F._ . . .�"_"___"_'_{"_"'__"_"_f_""_"_' � a.,„.,„.,^ . . C �"�.� �, ,;'.. �:I ,.r, ;+; �' s : I l��i „ � al • i4 • �n � i� i� .. �� it �i n:t _ r� : � i n i} iii _. M ry i'i ��4 r u� 0 0.. y :��a a o o j�� Y��f ��.� .. �� � ra �o n w. ;�.kl 1� �;� o �,i �� �� .4, y in m '-'' =� . � w c° '� '' m � es ��� .� :', � � r� .r Y s• V� 'rfy ei h �� a�`' � �I'� ,; �: �' u{ e:y, -'� s� e�� n � i � � i 4�i i i ��� � EI y o4 1J ] W' �� i4 i iS �� i! �� L }� j�� iy q�! YI i o' s �� 1C �i 3 � � '-4 15 "r�. � : a y �r } � :° � `� `,�' ; ; �, y, c4 S � � �+ a �r � �� r.4 ,, �� �' h d a � +a � '= r. � �i - i� aa e. . . .{ �- �_ �, � o ., �n o �o �c ��i ., ff �.� r� i�� �i ,. .: .� .� _o- ��� �� ��. ��� ..� w �,. .� �Ci:� }��y ., ;� ,. .. ;.; ,.� 'f ;�':: �. � ,;� ;� •� n €: ��; :; :� ;F ; ;� ` }� f �; ��� ,� :; ;; w� � � A rl +] G {� d `� ��. :i ?', � � 'j `� � $ �r� � � � , �� . � �, � °�!' � �ryy � �t �6 ;� � � 'T *�I �f � ,�i Y � � i i � ii " ' �.l L] I:Y ci ri �{r fi rl •� �i u,a �'I � -i'} � ii �i O il �� �ti i�d n'} ., � - '- - i�l '; � � �+ _ '.'{i ., y� n �h M }� Y n ;i; _ � � ��. .. ;� �,� �c .i � �i '- � � , r - ' - 71 ; Y � �' �.Yi �� ;r r, °' :3 �1 � . � r' � = � , k . .. 'J •' � �I � i = :I ��J � Q � c� � � � � � � �1 � � � � � �,�. � � � C% � � � '� i� k}� � R-i p� I� � � �1 w � ' ' � � � � c L ' � �� � � � � � N �' � .5 "' i � o �; � k7.z � � e � �y � � tii o �� g � '�' `F? � ? �7 � E � � v a i, � � � � �, . �, ti � L � W � J �� � S � � �u � � .�� �• '� :s�i � ' •� � � � � F} ' � � µ �w � � � � " '� � : � � a � � �' t a; �� w �° R�.����+ , � �'� �ks�- r- �a ,C f' � � � ° �I. $ ` P A }�� `n - � �I I � i � � e q ' h Ky 'i� " c. _ iu F �i � � < ~ � � a � �J " v � � iR LL � ,3 t r. " r� � - � r '� ;� n '��', � � � @ � F ^. i � n ��' � '� � � �. k. �, F. � �: � �, �. � ,Y � � � � r.�Tirn � . �ii R' ��' u.n�n r ��{i �,F' fiC �.'L ii�`n �` ' �r s � � J'F .0. {l } — f•- .� L ^ � U r, � �' �! �� � � :^ S= r� : . � e " n n •• r.� _� iv � :g iG � r. i:i � - �i F n n m1 �� 3 N{ n, n� ���� � . �� w .- 5.� r i �� �� � i i � � C� i] h P � n. A �r :� . . � a <� �i +�M � �a � � � 'ry � � � � I� . CITY OP FO1ZT WORTH 2O21 CONCI28TE 1ZEHABILITA'I'ION UNIT PI2TCB 5T'ANDARD CONSTRUCTION SYECiFICATION DOCUMEI�I'1"S CONSTRLTC'I'IDN CONTRACT Revised J[JLY 20, 2018 CTTY PR07ECT NO. ]D28S4 00 32 15.1 - 0 CONSTI2UCT[QI�i PROGRESS SCT3EI�ULE - BASELINE EXAMPLE Page 3 of 5 1 2 � m � � � � � � � � � � .� � � � � � � � � t� � � '"'"'_"�_"_"_"'-'�'_"_"_"_""i"_"_"_..... ""'"��..b_._"___""1"__�"___�i"" � - � • . LF_.:.-""_"""_"t_"_"___""'"_____"_"' _-S' _-_ _ _ _"__"_"_ '__" _ � � � � r� .� �� iii ai w'�I.,� u �. r.i �v _. .�� .I,11 C! �3•u'4'J Sa � � � I 7� '^ =' �'=' Y,i 4F �'� �y � T^ � � � � � � � r� � � � � � � � � � � � � � � � � r:� � � � � � � � �� ti: � 6 r �li v tI ./ [s.�� .i �.+ G u i MS . +�:�+ u si ai r t �' 3 .. __ �' _ �.��„5 u} .S �ti �i ,�� ��� �� i� �'} r} i'i �9'J� Yi �� +'��� i1 S} �tr,[i .yii . m �n w� � u _ `� � ��i w . ]�L 4 L i r1 .G � ] O Ow;�.� :F ' : 4 � :' iJ '�� � � °G � iF � � �t � €�'r�ni��.. w, , � r.i _ W :� 4 �-� � it :s t �,.'i .5 'r%:�M':L r� ��o- a�« ' .w �i .� ;�� '? �_ ��� a u q; �' n , fi:r� i � �� � .. � n.n �'�'i � u { �"i :i - v: � '� o .� LI� i+i �'ry +�{ � � �� �n � ' � 'i[ 0 � :{ `� ' � •' n �: d �, i', � ,} „ ,�, �i _ '� '� .Y .� '�' � � N '� � � 7 c� u . � rk p 'ry+ � 'i : x u G ii :� [� . ' `�` '= ❑ �r � j � f . r� n a �r . �5 ,_ Jr i_.��I ��-� i i� i. :: '6 *. ,}; d' !: i� �, Ja ���� Y ���I '� i iF �a � i{ � � �.� �^� ��. .. .� a., e� � �� ^�.. W.�, tn �- �� -��..�'. �H �'� �� _�� �,. �.. ��� �,. ,^ �� �o ��� " _ .. r . �x � � � 4I 1' iz L � .. " i.l ii ii I i1 �.i �'fi�`.i + �,y n c+ r%:. "',v �;1 �'. :., -' �I ;� sf �i i+ i � ' � � � � .� y � '{ �.� � A ,: � � ; � � � �'' �' 4; ;; � „� y � � z ,� � w. � �� � . s rs !� -,� � ; `. �i � � 7 � T+, ; �k � ? J'. y � a �f a �� G�F :� : � : � � ��� �: � , �, _ . � , � w _ . .� , � f� � , �. Ni . F - �'� w �n ' ; , n _ w' `y{ r � r� � � �- � r� �_ ^ - � � ., u n :, _ . :� F � ��. . � .� „ . .. � , ,rJ Y4 � � � w .. ;i � • � � rl,�l �� .�r: ;�1 � ;� - s.k « ,,. s� a � I� �� 1{� � � � � � F � � � � � � � c � � �' � I � u ,� �O fl' u • � � 'y �i '��w `�' "y C7 I u� � � � C.7 U � � � w � � � r' �' '" �;k � n I M , � � I a� �ti• u � � t' m � !� n � � � � � .F Z w p �' ,I 'L u i� � 9 ,t� ;�: �n�; � � ° .� a � �^ � .3;;� ����T � � ��� ,. � � � � � . �" , � R �. ` f i � '� ` .�.' �h �� , � . :�.. t_�� c � TI6�. � .; 5� � e �! � '' �o �e �: ; ?� ��-- ; " ,,, u r fi �� w �� �' � � G� 5 :� ;� � �ro � � a �.�: 9'.y� .�7:�:� `i.n�i� �; �� � -7- �S C k � {. �.}j�( Iryt � li'� R m =:�t ';. � � � � �� � 7 � � 'n L � -1 L- 4 � � � � p L .��. � �. F�r e e� �i,� u.� .i ,{ „ � � � �r �i'I f.5' 7 :.i. n" � f, r� ,� �- 7 �'.0 ' �1 �' ur � ,� t; �+ , � i�' � r � �, � y� r� � � '� ^ i y c i ��� .F', a �a a � �� {" � � i='-1 n� - ' � � * � � 3 � ;P T� +� ���'�-I: `�� '���=i - ` � �u � � -a�' V �':�+� � .�.�n �, �m ....,,. .,m:a� � ..,,,i.•u � #� IL . u' - r •} „r 4* � w u. a� a. ��. n ca �' � C1TY OF FORT �iYORTH 2O21 CONCRETE REHABILTTATiON UNIT PRICE STANDARD CONSTRUCTTON SPECIFICATTON DOCUMENTS CO3�iSTRUCTTON CON1'RACT Revised JULY 2Q, 2018 C1TY PROJECT NO. 102884 00 32 15.1 - 0 C�1VSTiZUCTION PROGRESS SCHET�ULE — BASLaL11VE EXAMPT� Page 4 of 5 CITY OF F012T WC�R'E'H STANDARD CONS'TRUCTIpIV SPEC1FiCATION DOCUMEN"�'S Revised JEJL.Y 20, 2U18 2021 COI+ICRE'I'E 1t�.HAB1L]TATION UNI'T PRICE CONSTRUCTION CONTRACT C1TY PIt07LC � NO. 102884 00 32 15.1 - 0 COIVST1tLTC'I'ION PROGRESS SCT3EDULE — BASELINE E�AMPLE Page 5 of 5 X END OF SECTION CIT'Y OP PORT WOR7'f� 2021 CONGRETE REHABiLTTAT�ON UNl'T PRICE 3TAhIDARD CONSTRUCTION SPECIFICA'f'101� DOCUMEI�STS CONSTRi7CTION CONTRACT Revised 7ULX 20, 2018 CTI'Y PROJECT 1V0. 102884 OQ 32 15,2 - D CONSTRTJCTION PRdGRESS SC�iEDULE — PIZOGRESS E�AMPLE Page 1 of 4 I 2 sECTroN oa 3z, Zs.�, CONSTRUCTION PR07ECT SCHEDULE -- PRQGRESS EXAMPLE 3 PART1- GENERAL 4 Tk�e �ollowing is an exaz�r�ple of a Contractoz's project schedule that illustrates the data and 5 expectation for sct�edule content depicting the pzogress for the projecC. This version of the 6 schedule is referred ta as a"pxogress" schedule. Tkzis example is intended to provide 7 guidanc� for the Contractor when developing and submitting a progress sci�edule. See 8 CFW Speci£'ication Ofl 32 15 Coxzstruction Project Scheduie for details and requirements 9 regarding the Contractor's praject scheduIe. IO 11 12 13 14 15 16 17 18 19 2D 2I 22 23 2.4 25 26 27 CITY OF FORT WOItT�l 2021 COIVCI2�?'1'� 1tEHAI3II,ITATI4N U1VTT PRICE STANDARI7 CONSTAUCrION SPECA'TCATION DOCUMENTS CONST[�UCTTOiV CONTRACT Revised 7ULY 20, 201& CI'I'�Y YROJECT NO. 102$8A OU 32 15.2 - 0 CONSTRUCfION PROGRESS SC�IEDiTLE - PROGRESS E}it1�vIPLE Page 2 0l 4 1 � � � � � � � � � � � � � � t�" � � � ,� � � C3 #�7 � � � g5 •� � � � � � � � �� � � � �u [a;ia o o v I � ti __ � � si Fl !�i,•.`J � ;; � ' f � 7 � � � � � c . � a �i - 'I i� ii 'i ty ; �: 2' + i. 4 +p( 8 �+ -}I L. 'Ii ;j �r� � � �. 'F �%r � � � 4 ty �f �i.'� �' y '�' ' iF �.� zl �.I .I '� � i� `� � '� �` �R��" y;�=1 .� �"a :I� � a � � u� �p$ 47 a C �� ia � � � �, �� f� � � � }� � S3 � .. �'��— ' f, � � , 11 Y '� A � � � � n � �� �� �� �c n C vi � L ���= �6 pQ �°�� e ;r�-�lir J'" } �� " �� , r` ���� - .,, r ,., r, .- �- - P �r Cl`+ O [� - � u O 0+ J� �� ��� � �� ii ry ii r��r�`ii ii N sM';1 '�1 r� .i n.. �. �. �. �. n:Y.t• r: �v r� [Y (+l ri ri .i •�� m� �� or,r,.n'-� N�,� �•��`�'-�r�. fd"' '""� I lil'.4=7�1: �::.!,; � r,,�, ,�, �„ ., -� o� .� ., , , �A m 4 r ,Q �� ��. �. ., ., .� .� ��� .� �, ., .. �, ., , Y� t� �+ �; }� � Fl s'-',� ?�'�;���{ y 9:,'. F#?4 .�1, �`.�? n���. a � y a y 5� �}ti :1 ;� '-1 k" c' � �[��� ����l4±` � �qI :�� � � ��������������I+I �� I �I '�l 1J '� t�� �+� ,L _ _ � J� ,.2� :� � iF ':n'ri '.i �i ^i o , _ �i � �. �r � ' . ,��� .� mm mr�� ��� �.�n.ti� n, u.�.� i, � r_,.� �.,,�K�.� � y., ��. ^� ''i �� :� : ` ." v' iJ ^ { � { h ' � i � � �j 7 ��i i � � I � ui �� � ;��i r} � �" �', i x:�i � � I` � �y.�.� � a�# � � 7 �� i ��' � �' �'� ��3 `� � � i � � � � u o u � � - .. '�t I: fi i+::i fl �^i S'i "� .�i � .,. + LL YI� Y. w R� n fl-�� i �i�'LT 6�i�.t'�.{ �^ ip � fi f, ii i.i �� Fj ii {i i� i.l si i� YhI i� , �L'd � J. f '7 f 2 �-� Z 4w 1 �'{ T �� N � � � �? ' } �� y � � +'} � �� y� '° � ,�' y �I :!i � � � .Y � � � " o ez .I. . �: �_ t'� c4 � � .�� � - ;k � - . h •1i � �t ��. +ry .. �s r.� 4� �.'ii� .� .. fi�, ti �i� s� .�, ��� ua �aa ti r� _' S W �w xr ¢3 .- � � {: � �l� �L � � i] G'iy. iii .i ;' �rl , � � � +• A {� '� � r ti�i :i f � '� ¢ � � �r `l 53�Fj,� � �. 'a'� Q ����:�� ti l �Jl. �� � �'� ��,����,��,��7$ ��r}��� .a i+� 4 il t: ii �� �� i+'���i ��I i` ..� { �L u1 �. �h S} hi �' � � �� f:d d��R � u u�u �i n n �� �_ .'� �� u a �._ .� o 0 o.a r�, ^ � :�J ' �� � � ��'� :' � i � � r ��. ��a �� r; 4f n. ��r � � � ._ � r} .. -� f � ']. +a � � r r: G'. � . �, ..��." " �!� c+ r, ,i � .�,. ' ."F ' �� � ��s ��. "� Fy � ,_ � ^ �i m ; ; .� � � �y {{ �y � �_� L � 'y4� '� I .� 'y� �7 i t�S, W � � ii 7 i'. .0 .:�j = 8i Q � � .., � � r � C ' 1 4 u � C �� {} � V � t�.;C���, FIti .��`� �� � �' � ��'�' � R �L 1�JL F' {i 7 I '� ��°e�'�.e �4�.;;:� ,� �.�"�����.�a: ���w�l e� , �4 . � ��+ r. =i F� � � � �s � � � � �' � ' �� �1 �. � 1 '° ci " F N, �i � � � F-' �.' 7R 4 ;' n � `rd � �� �� .�, `���,.�.,,.. � ����� - � ��a.19'� �� K'�? 4'� !$ � � .7 :} +^. .i *.2 � � �: i � �t W � � � 0 � � � rQ� � k� � � � �+ � +� C1!t � � � � � � � � � r4'a'� �1 � � I � � � � I � � � � �]➢ � � � � � � Ca. � A � � � � � � � � � � � � �il � � � ,� � � � � � � ,� � W � r[ G� C # � � � CITY OP PORT WORTH 2O21 CO�ICRETE REHAB1T,iTA'I'ION UNIT PRICE STANDART3 CONSTRUCTION SPECTFICAT[OM DOCUMENTS CONSTRUCTIOIV CONTIiACT Revised NLY 2Q 2018 CTI'Y PROJECT NO. 10288A 00 32 152-0 CONSTRUC'I'ION PROGAFSS SCHEDULE - PROGRESS EXAMPLE Page 3 04' 4 1 2 � � o ,-� � � � � � �u � � � q' ra CS � ,� �. � O � � � �a � � � � � � � � � � � � x �..� .`.7 �� +'N� i4 il i{ ,{ i� i� ir i� t� L .� _-�.� _: � _ _.;�_I�:!"""'-----E-' '�l} �� �u �6 �u �I �� ��i � i C, . c ca b n e'� +"i r'i }�- .......___._. .. . � � LL ��• �I yl. N �^i W� 1����� r9 n' `V': i��5 #�1 i�.� � �. i? ^ � I y , _ ;� � # �= r.R� �l��7l� * �� �;'.;a +�i i � �'I ' '"�y F '� ... 4's,� '� � �.i °�i} `�� 4� � n �.i' ' $.' �' � ;l SJ .. � �, - �� � � i�''Y *f � � � � � � �F � � {` ,�, � 'Ff -ry � r '_I ���:' .,^,�r_ - :- � - ,�I� - � � L- �I ri :i l .�� �I' .r II {I ,I il �J � rl �I .I �� �I �f v-ry'ryl�l� � i. rs ' r� �I i� O _.} .. r ri n ' i'i i ii UI ... '� ill i : S' �� ' fl FI ��f �`/ FJl� F. ;{ `i :1 fi iM "' 1"I ?l j i }. F} S 3� i y%� n c, � �� * P, ,�; �.i; " r� .� 3 ` i _�, 7. ;�, ;^, 'k � �°n ��� .,� ro m.J {, m ��� r�� �� �. � � " : j " - ` t . ^ `f r ',� .`'1 �. ','� �`� .,1 �'a � ` � "��. � � � � � �, �r ��� �:ffr5��i ������� �. _. � `JJJi,,, Y'u yyyy�/ �;�I �� � 3dy5 �' � % $'[} f�j; :i :�y ;y �i r�l � k1 M 4: �.I _ r' �= �'I' �4 k' n ,^, � { ki y ��I '� �4 � �� O''I' 2�� � iY �� w 1} f� i IJ I� } i�' �� LL 4 'J Y , f L� � 1 � � i } �4 �i i . 'I f�1 .� .� �, 4'a 'h f � ��'i '�' ii �, � �.a �� � � .� � - � � I }� � . �a '� 4: � ��, i � �.f w_��.�.���� ....��..00.�.,o�„��.,,V� -��,.,,,���. -nm �.� � m p ��-� :r `�^]�I:int�k�1 [y�i;;•� ' �.�� �;��;i :l�I'.-7���" '� '� l �� 4���R � �j��R ��'3'9� � Y � �i7 � �� a � � �� � � F � `L J.'. I �' :7 [: � ; I � : i �' .. � .. '�' :i �R , '�' �� +} '4 - � �` ��x c c � ad ' 1� '�' u . ' .� � ;'`- `� p ',j� j �� � � O fl £� {� 4 u f ii i .7 4 �3 u uj u u i 7 � li�Y� IJ v u' L} � . � ` � '� y �3 v � � vi r i i i r � '�' i . i i r �� i� r r �i {. - I I � I !' ' � [ � _ _ . i i�.� � +i �ii . � . i " - .� 41 " :�i y� :• •{ � ,',! m ��f'r •, � -� �' �, :' =' �� � � . �i ia � L' �.0 v� a. . � � � - ^ - �i a� � � k; ��, �� � j H rt � f# : � i�, �Y � A ur s � F L Pii� � ir �� ��� �;�`„3��� �j! �µ� y� �T� � � - , � �' � �`f.�, � ii �k � �i� P " � :, i n ir i i } i":'.Y � ��'9 �"' � � �', �'� �,� � 7 n 'd t� ., , �,r.� K, �, ��iF��*T'�s;��� C�.:������ :��S�:i��:i��l i�' �� - �� � � '� �' t, , �� ��$�5� � `i fi � w �'o -. _I ' � , a � l�'� l� ; e� � � r} it' R � � �� �. i i �� rr � � � 1 � � � � � � � :, �a � T: � � r3 '�' � � � � a � � } � E L�� � �i � � ,1 � �` � R •��R � �i � � � :3 �.S : � : � ��{��{�1�.�, ��`•'. ,r,��.�. — � � � � � � � � � � � � i � # a � � � � �� t� �� � i'' � � �a V � fY? � � � � R- � 1 � I A . � F+p � � 1 �/ � � b � � � _ `t7 37 � � 1.; � � � V C��3 • � � � � � .AP � �I ,� � � � � � � � � � ., .� � � � � � � c.� � I I CITY OF FURT WOItTT� 2021 CQNCRETE REH,ABIC,ITATION UNTI' PRICE STANJ]ARD CONSTAUCTIDN SPECiFICATiON DOCUM�ITS CdNST`RUCTIOI�i CON'I"RACP Re�ised .i []LY 20, 2018 CTPP YR07ECT �TO. 102884 0032 ]5.2-D CONSTRUCTION PROGI2ESS SCHEDULE —PI20GRESS EXAMYLF_ P�ge 4 of 4 r END OF SECTION C1TY OF FORT UVORTH 51"APTDAR� CONSTRCJCTION SPECIFICA`I'ION DOCiTMENTS Revised NLY 20, 2078 2021 CONCR�'I'E REHABII.,ITATION UNIT PRICE CONSTRUCTIdN CONT1tACi' CTi'X PR0.IECT NO. i02884 003215.3-0 —17ROGAP,SS NARRA'I'iVE Page Z of 1 Reporting Reriod: Prqject Name: City Project No: C�ty praject Manager: ,4, List o# acti�ities a� 1. (insert text here) 2. (insert text herej 3. {insert text herej 4. (insert text here) 5. {insert text here} 6. �insert text here) SECTION 00 32 i5.3 CONSTRUCTION PROJECT SCHEDULE PROGRESS NARRATIVE Date Issued: Company Name: Engineer'S Project l�o: Engineer's Project Manager: ished in the re�or#inq period. B. List of acti�ifies #o be accomplished in fhe next reportina per�od 1. 2. 3. 4. 5. s. (insert text here} {insert text here} �insert text here) (insert text here) {insert text here) (insert text h�re) C. List any potential deiays and �. (insert text here) 2. (insert text herej 3. (insert text here) D. Lisf any act�aal de 1. (insert text here) 2. {insert text herej 3. (insert text herel and provide de mitigat�on actions actions City of Fort Warth, Texas Construction ProjecC Schedule Narrative Reportfor CFW Projects TPW Official Release Qate: 7.20.2018 Page 3. of ] OD3215.4-0 CONSTRLTCTION PROGRESS SC�1�ULE — SUBMITTAL PROCESS Page 1 of 7 � SECTXON 00 3215.4 C4NSTRUCTION PROrECT SCHEDULE -- SUBMITTAL PROCESS 3 PART1- GENERAL 4 5 6 7 8 9 10 1 l. ]2 13 14 XS 16 17 1g 19 20 21 22 23 24 25 The following infor�nation pzovides the process steps for the Contractor ta follow for subxnitiing a project baseline or progress schedule for a capital project Co the City of Fort Worth. See CFW Specification fl0 32 15 Constz-uction Project Schedule fior details and requirements regarding the Contractor's project schedule. Tf you are not a zegistered CFW Buzzsaw user, please email or cox�tact: Fred Griffin, Buzzsaw Adminisiraioz City of Fort Worth Fred.Griffin @ fortworthgov.org 817-392-$868 Using yaur registered usezx�arne and passward log into the City's Buzzsaw Site htt�s�//�rni ectnoint.buzzs aw.com/cIient/fortworth�o'v i� �„S:`�,.... I ' . . I�i_�i I Navigate to youz Project �'older. Ve��y that your Project ID and Yroject Name are consistent with Froject Folder Name. Navigate to tk�e Schedule Directory under your Project Folder. The 00701-Flaxseed Drainage �znprovements project is used for illustraiion. C1T Y OP FORT WORTH 2O21 CONCRETE REHABILITATIQN UNIT PRICE STANDARD COIYSTRUCPION SPECIFICA"I'ION DOCUMENTS CONSTRUCTTON COIVTRACT Revised Ji7LY 20, 2018 Cl'I'Y PROJECT NO. 102884 00 32 15.4 - 0 COI�iS i12U(:TION PROGRESS SCHEllULE — Si]T3M11TAL PROCESS Page 2 of 7 � Z 3 4 S 6 7 8 9 xa 11 12 13 14 15 16 l.7 ��- �: ;r�m -��a. �Ny� •�- �J J.Id - •J . � �i 7� �;� I� t-�n, �,i;e�.-. __ .I I ..—_. ,1� ' . � F. ��' . � �� � ���f � � M1 t ,�f�i,� � :1' �' ;y� b1�i �i I '�� '. � I.$ ' �1 ' , - _ - -uWniYn f aa�a� -na��_ �!M.r.,� Im��sc s h rh� � LtPdPM.r- :'x+rerk�esoWo = L}a,lio-=���n,ses t ;� I'�rishiacGon t J i.i.r.lpn�s .. � r.. iY�ti6x- J :� -��dence i .J,�.N�Il��4.r•n����.rr.U�.1'-- - '. � Fi �pe:t �l cn�y� + � Iwri: 4kSlk.zi •' �j Pxi.l.m..lv ��� F �iliur� +��0:�_ i_�1iri�r�tisr4�,'jP�C' .� �,.,r,i�����ra,va�nescr,�rr�ri�.s • � ��i.f�fi �aliwih/�yrsSE¢s1Q6euY i� OaNfi � cliliu�i Yily�a f 4vhi �+�-N • � w']J�'a�leeF-c.bl9av6�..1�w - � II�YS � 4rsrtalv r-+d �-�}J CIP •.-• :: �� name-an_x-aw ��,sni ntit, ��� �.. � � ik��r. �.�.YtFa,� f � x� �sea.r.iu.�kasrer.�+�--�. OC�r rfyd.�yfieuJ Amr.ti..a.r * �:�i�� i'.�—.i�o-roFr.a.,�.,.'� s �i �_�^xk��v�ir�d=��rr-Lsr��iSrai�=.ru�Jalc�rc+YayJ�# H3'll _ fnfihm _�,�....'. �' 1!utw � :n■ .I!'�—_ I FtiJ4��IR �,n hl.l uir.,�ihL.�-�-', ii�� E Two �les will be uploaded for each snbznittal. A native schedule iile format either Primavera .xer or MS �roject .mpp and a PDF v�rsion of the schedule will be uploaded Verify t�at the %le name contains the 5-digit Project ID, Project Name, and Submittal Date and follows the standard naming convention. Initial schedule submittal will be labeled as `Baseline' for example: 00701-FlaxseedDrainageImprovernents-B aseline Schedule submittal upclates will be iabeled with Schedule Submittal Date `YYYY MM' foz �xample: 00701-FlaxseedDrain�geir�aprovements-2009_01 Expand or select the Schedules folder and add both Y.he natave file and PDF �le to the directory. From the Toolbar SeIect ❑Add Document CTTY pP PORT WOItTH 2O21 CONCRETf? I2EITABILPI'ATIdN UNIT PRICE S"lANDARD CONSTRUCTION SYECIFICATION llOCUMEN'I'S CONSTRUCTIpN CONTRACT Revised .TULY 20, 2018 C1T1' FROJ�CT NO. 102884 DO 32 15.4 - U CONSTRUC7'TO1V PROGRESS SCHEDUL� - SUBMITTAL PROCESS Page 3 of 7 1 2 3 4 , Ffir �n- �...� +�r �- i.� ro:l - � I +� '�,1k � �. :�i ��i _ri kiJ �I,y� � �. �' . I �` �r� I� r� � - �y r.�� rt�_v� .rl rSsYe � ' •I ��r.�... . .�_{�.�i� . i� ��. � � i?' �i � ,� �p.'.�k I 'T " i I n��. i k;'�� � � � J UJAiI'����v{��Ura�vrrin�o-5i� R n' fi��l_r � [ o'n+ms -- � 'J @�Ne�pcmeF i IJ I�xr�uCtlor• ! J G:.�-a�J�nts � caw �: �.� ��I [rrc-f'��.1�5� i J 5cres:lti.�i�tL�:'.;+4u:Rr,iCsandS�a i �ai-;.�.�inro��. F J s'ttt= Hre�vc;; ' i � �.^::pro4Y'rlv " �_�� L'9 } ��die�h�.• tndzz.�ds ;J _aktl�s ,; �� pp7i]5-llrhanV�lagesCentralCluster�ixF .• � 097L75 - Urban V�aqes Cenhal CA�ster Sou1 « � 007�J6-IJrhanV&lagesSECWsherBerry-R'so +�.� 90T]fi -Urban Yu7ages SECluster Neaf Eas _i {?� 90730 - 5anitrxy Seu�er Reha6 Contra[t U ;�.".� 00755 -3�cquite Rd 2U04 CIP Year 1{�e!. � j� 00763 -Dirk.s Road -&yant [rvin im Granh� ,. {�j 00773 -ieba�x Chann� �a � OOT3fi -Summer GreFJc � $;mamore Sd3nal u , i •.1:1.rw,il, ,,�, FaWr.+, �. : Y.. -----.�_.._L h--._ .. .. _I�k��+r. I �rr�tu 'r ._ + •�!GiIF�� E6,389 N�m�a�r�o � Select Browse and go to the location of tbe �iles on your deskiap. SeXect Open _ _ _. �_ - �__ .. ..�_.�__ ._ _-____ . _ ---�- � � _ �;���;�? � - „ , �'- - -�- — � �_I ��` Sdeil�A�n�nanoc�3ddNCrRm?r��[nnk Yni1�.5�iLr,nA�liiin�cnni•Mk,.YF�Vr4-Y'�f :i5elexa J frucw�... � � . � 6xvmcrt[s -- — — ni�_.hr��nnru�r hkrlm�e�H�l.ac.e�.� ��+ladf.��".r. � 5 6 7 8 9 10 5m�1 ��� '4Mh-ekw+ �� --- -�-- - . �--' i i' ' I —� _:� Loahr. ' L*e�.iio � ' f.� �- 3 ' �s� n7uni;i�M � - -- - - -' - n,Jl`i51����rv�� ri7 J � �� 1�r Cam + ' } f 1'�R'I 4�stnolc.F_1zr ■ !� N��ia .*}:�1�IeMa;kF7xr-s �M:b.er.ojects r f•�rii.a�h � ,k�prn..4��4[},r�e«r�;na� �h�%:.aPassadf f '.�� l I 'i� �ii �Irn{�Ys ��SC�: I,�C��r'Fp"S�r.�q f � L� '� uuz:�,;...e ��jc4aa�mry�r:�i��a,�� C'�4�1���� ! ?tl1Fl�Lis�a �jJ{��s�..���IFFPFsam5im7.3 F� �FaoTG� rtw,r � :.r..Lai A�h''NN�g { �•�{rr,F�,.f-arm �f�ta�anifk��`ni:��rGei��.l�u'i 'ih�.ilruuuf:�ua'ss �L�.!.GC7sY+rr� i`fCnk,alw��i i�}FI'rt-6c:m�rrs,rs�r ,�? Fr��irv��niP.r-vrir :.I� ! Jt'+ Sd�i Vs � ['=n!:v� �FreeSwnd�2em� �+, t+� ,y�� f�,{�Iryt.i.�,��yu �Lapinp5ec�rttY . � �iTw�s �IoginJPG 141 CLIIXIEf �� nkt� an�r N:o V�c.,: xc: *rs��= w: �"•,^4 s�rleiFte6�x I �. � I �y�� He raoe. �----' � 'u^� , � FCXS! .._.. { Fd� J �tix I�l N. � r � � _ Ca"°r� _. I The �le will appear in the Buzzsaw Add to Project - Select Documents window Select Next. C1TY OF FOKT W012TEi 2021 CONCI2L'I'E REHABILTi'ATION 1I1V1T' P12iGE STl�TAARD CONSTRUCI'lON SPECIFICATION T�OCiJ1vIENTS CONS'IRi1CTIOM CONTIZAC`r Revised 7ULX 2U, 2018 Cl`£'Y PI207ECT NO. 102884 00 32 15,4 - 0 COI�STRUCTION YROGRESS SCHEI}ULE — SUBMITTAI. PTtOCE55 Page 4 of 7 I 2 Do not select Finish at this tizne. —_� �L'j �a�d7.i,ns�MrWaIMIWb1�un1a1wrLv�.Ylurrnnella�daaeLlcumc,cRag�Y�k�yoa�y� L: Si.i£ii � FrUt�:� r i� .� . �}rn.ur.P��its �5�t�nYi�nment FJy� ����"`— _ J�iel�nhuu I M1+nr'I�:: 5�c� �'�!xM�l 4.3eedkeFiag�lur,rovnni������.}}]'�_13�.xc fS�cuwrm�h�bYl��� Lf7;2��. ?i�27r.S SLYH� FiMr� H dlfl[��InP� 3 4 5 b 7 $ 9 i0 tl I2 13 14 � � Utri � You will be placed into the Attac� Comment window to enter a record into the Project ,Schedule Subrnzttal Log. En�er ti�e Project ID-�roject Name-Submittal in the Subject T.ine. Type Submittal and Company Name into the Comment window along wzth Contact Name and Cantact Phone Number. Select Next. � � r I �' j�.. �t Iri Ilit itii. � . ' h�.p aF.7,.i � J rrrrt� I Ca�ad I r+�n I : c� �?} �raw . F��rhmll! !hY Irm�rs Hs x=1-m Av,ar}1}ILr� �uvl fu=! �a=� ��„ �rni f{+ nr� liovry} +.ik'I _� �tisch7�r�ry�MM1il r+�.=ct Oonamenfs � �c��nrrrAMrrt��14'uL<F7fi ; ntro��tirn�,�.a.,i � ' � �� �I I{ I u I�a�l Ir v f�I =I +;��=J —��� ---� G � :.Kyf�j�,,� ��y; I �Y7f11-FI�uSeetlUfafnaget'4.��vanents�;•-�le — -- -- ' 1ii4143yqri F..�cdine Sri.:-61�t �,._c�mittnl fram'Comp�ny Nsme �ontad Name Cania[t Phone �r Lfpdatz Schedule Suhmiital fi-om `Gompam/ iVame' for work perfapmed up h3 7anuary 31, 2[769 Contact Nama �onre�t Fhone� � �- Z5 16 I •. f?d�tlf I Slr.ai r � f�.��i I i�d � F{Mk� .� �� C1TY pF PORT WORTH 2O21 Cp�TCRETE ItEHABILPI'ATiON UNl'1' PRICE S"1'ANDARD CONS'1'RUCTIp1V SYECIFICATION DOCTJMEN"I'S COI�iSTI2UC'1'TON CONTRACT Re�ised JULY 20, 2D1& CI'I"Y PR07ECT NO. 1028$4 00 32 15.4 - 0 CO1VS'�2UC'i'lON PROGRE55 SCHEDULE — SUBMI'I"I'AL YROCESS Page 5 of 7 l 2 3 4 5 6 7 S 9 10 11 12 13 14 15 You vvili be placed into the 5end Email Notification window. Select To and the Select Recipienis window will appear with a list of Project Contacts. Select the Froject Manager as the To Recipient and the Project Con�trals Group as the Copy Recipient. � �m� -. . i.'s I r� �.��� i. • I icb i �.� IiYbc�klon � � s AnA `.p�'1 � ��le. 9x I ��Sees ��I KNw� '. ronb'.• ,I" ca� xu�.. _ .____._ . . . .�� ��� I1-1' � .„ i_�iii� � i �� .�.�.�Iil.�.yM�n�liliaiiFhr�wa44�ili . i .,i�. _.v . � _ "..� I _ I r. �I: "I-. I� � I 1 I T� . __ . � .. . . .,.. _ ..._ .... .._ — _ 1��� �i!_ ,,......__-. .r ..---•« ..".—_ n�:. ...n �� ����� --- -- - �..____._ _._..._ ._,... ____..--„-- -_ ......... ......._. ___ ......- . __.... _ .._ ._..._._. �� .. iy t �:i �r- ,�. - .. � ,,, �. . I. I ..I_�, I`� - �.�� ,....� �� �'i ' �' . ; �.. Tr �'.:' Yi il; IJ.y :� li H... B� NC... li nnV�� 4 Cr . Sj2-.. ' v�c9Ai . T,�. R. AIS... �ro... �'icbni 4• M... cF �IS... v�esHe N... C �b)3... Kade... W... MiLi t�c... F.�- enG.. _. � -]/2... P�... YYiAQa l.� t C'W Nc.. Pro... I �nnmom �. �} P�n.._ Y'e�..._ �, _ Ii�Liinr�i{�n�1�.4T*.�. SNUe] l. I CF... i3.1� le... il YveUe • vs> >t!. 2nd� F f Na�... NC.. CH... �h� �, . I:.. — �ip �ble ... . Yi... CM..� 1lL... _,s � I — N Fr��l"r F �. Cc... �lY... Sit... i � 14 r���l'.- ...... . � � i�. _ - s-. . i/�... Inf... . i���,,.r.. �� o- I ..��.a� � Select the Paste Comment button to copy the Cornment into the body of the email Select Finish. C1m Y OF FpRT WORTT3 2027 CONCRETE 1ZEHABILI'fATION UNT7' PRICE STANDARD CONSTRUCTION SPECIFICATION DQCUMENTS CONSTRUCTION CONTRACT Revised NLY 20, 2018 C1TY P120JECT NO. 1028$4 00 32 15.4 - 0 CQNSTRUCT[ON PROGABSS SCHEDULE - SUBMiTTAL PROCESS Page 6 of 7 1 2 3 4 5 6 7 8 9 10 lI 12 13 14 "„'I �]srr�fe,epAlundtiNP���mrsta-�r*i��fwWU�l,harlFrnerocrupdaGudeLlh6ss�r,r.r.�,n�usJ �el�tt7owrnents �7in:h�.Gamment "} 5Sl�� SMiA wopr�;ara�.n 8 � L�-_' ��`'oci4ir+efid �� ..,, � ��—� � � .' �.+_� *.� lr . !fl'fi1{�fhi, — - - _ �C�__� IkWr.slC�Ndf�%:_7edni _ _ — — �_-' � 'A�II�s� 110�Ihrk.z�4sra!Ievpr�u�nEyx$�5efne .. 1ar6eir�rFx-,l�i4:`_uluu�dLel6aR'CanOanqr�ylic` � -- -- '.antac� Name :antaciPhone f)I' �Jpdate Schedule �Su6mltial� from'Crrmpany Name for �a.�ark performed up to ]anuary 31, 7A09 Contact Name ��rttact�Phone K$�7[ I . � Fruh J_ c��3 � ►kb The schedule �le is uploaded to the directory. An email is sent to the City's Project Manager and Project Control 5pecialist. c� a� r„ TM� �� � �. +,r . � 7 3 .;� �t,,..a �(� ��... , .� � ���_ ��� 3� I-' �T '� J F�., r.i �c p�' '� i?j . � tami-r��..nr.�.�y�i..rt+rJ,� � ._JNI%v4. ' J � � _�0/6E r�� � �,.., 1!'Y �.�. � �r� � �F�� �y� tn-�r..Ynn � �J u�..�la�ls .� ���u� � ��n�E - us�,�rr_.�,w�r�_„f��_,,�u=V � C3:��ksi�tic-y+ . unl:.ii�.s�p t � WlRv�i+ = fJ:fle,tJt � �u r,�l ��._ :. S. ��.�4-1..ru: o.� L] r a�A-.iM�. �i, �, � o+x i � amS a•r'M1`tiK[n��r�tini.•..� � � w�!;ti sFf.�o��[n�Fs+0.s�n'wu � �,j' �1k7C'4 U�oiv,f,r.�riro-fFni��lh • � �q�Na.�a4airNi�+SEO.ciwiartw r � ��FS�sFllnrc��+rRYs�;,i:a.�_. F � ��P,Si�N..o.rW �ir.7PMvIIT� I m�.7 MksAa�.4i,-rU.=��.�r{k i � fiITAI ISUOl�7N�a_I . � UpIoad the PDF file using the same guideline. �F.r�i.. �i..! �_-_ ,. ik+hp � *...1 i� _ Mnk4J IMr� Yf R�y�M, H, fl. IIYe}sYFY�.F!�5 .. J11lIn51ti' y. —�,� L'�nl�;n... ++,5 �{urr i���Yn] �.� I R.li END OF SECTXON CTTY OF FORT W�RT�I 2Q2I CONCRETE ItEHABIL TTATION UNIT PRiCE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CONS'TRUCTION CON'1'RACT Re�ised 7LTLX 20, 2018 CI'['Y 1'R07ECT 1�I0. 102884 00 32 15.4 - 0 COI�STI2UCTION PROGi2FSS SCHEDUI,E — SUBMITTAL P120CES5 Page 7 of 7 CTTY OF k�ORT WORTH 2O21 CONCRETB 12EkiABILTi'AT10N UNTI' PRICE S'i'AN17.412D CONSTRUCTION SPECT�CATION DOCUIVIENTS CONSTRUCTION CONTI2ACT Revised J[TI,X 20, 2018 C1TY PR03ECT NO. 102884 0o as �s CONFL[CT OF INTEREST Af�FIDAVTT Page 1 of 7 SECTION 00 3� 13 CONFLICT OF INT�REST STATEMENT Each bidder, offeror or respondent to a City of Fort Worth procurement is required to complete a Conflict of Interest Questionnaire or c�rtify that one is cnz�rent and on file with the City Secretary's Office pursuant to state law. If a mezxiber o� the Fort Worth Ciry Council, any one or more of the City Manager or Assistant City Maz�agers, or an a�ent af the City voho exercises discretion in the plannmg, recammending, selectin� or contracting with a bidder, offerar or respondent is affiliated with your company, then a Local Government Officer Conflicts Disclosure Statement {CIS) may be required. You are urged to consuit wiCh counsel zegazc�zng ihe applicabiizty af these fozms and Local Government Code Chapter 176 to your company. The referenced %rms may be downloaded from the links pzovided below. htt s://www.ethics.state.tx.us/data/forms/conflict/CI . df https://www. etY�ics.state. tx.us/data/forms/conflict/CIS. pdf 0 0 0 0 0 CIQ Form is on file with City Secretary CIQ Form is b�ing pravided to the Cit�r Secretary CTS Forrn does not apply CIS Form is on File with City Secretary CIS Form is being provided to the City Secretary BIDDER: �� i�0 �4 �iv G • B�: Company {Please Print} Signature:� ��� � e� ` 1 K �� Oo ( Tztle: P� r�c r P� t� City/State/Zip (1'lease Print} ��D� S• Cr�A��. St•_ � t� Address J�� ��p� ��r�i END OF SECTION C1TY OF POTZ'T' UV012TH 2O21 CONCRETE REHABILiTATION UN£I' PRICE STANDARD CONSTRUCTION SPECIFICAT10F�i DOCTJMENTS CONSTRUC'I'IO1�T CON�iA,C7' Revised February 24, 2D20 CTTY PT207ECT NO. 102884 DO 41 00 BID FORM Page 1 oF 3 S�C�'101� 00 4� 00 �p� FQRM TO: The Purchasing Manager c1a: The Purchasing Divisivn 200 Texas 8treet City of Fo� Worth, Texas 76'i 02 FOR: City Project No. Un9tsfSeciions: 2p21 C�NC���'� R�WA�ILI�A�ION UNE� P�tIC� C�NSTRUCTfON CON`CRACT 102884 1. �nter� Into agr��e►r�ent The undersigned �idder proposes and agrees, if this Bid is accepted, to erster into an Agre�mer�t with City in ti�e form incluc�ed in t�e Bidding Documents to perform and �urnish all 1Nork as specified or inciicated in the Contract Dncuments for the Bid Price ancf within the Cnntract Time irodicated in this Bid and in xcCor�ance wiih the other term� and conditions of the Cpntract I]ocumertts. 2. BIDD�R Acknowtedgements and Ce�i€fica#ian 2.1. Ir� �ubmitiing this �id, Bidder accepts all of the terms and condit�ons o# the iNVlTA7101V TO BIDR�RS and [NSTRfJC'FiON$ TO BIDDERS, inciuding without limitaiion thase c#ealing with the disposition of �id Bond. 2.2. 8idder is aware of ail costs io pro�ide the r�quired insurance, wiif do sn pending contraci avuard, and will pro�ide a valid Insurance ceriificate meefing ail requirem�nts within 1�4 days of r�otification of award. 2_3. �idder certifies that tFifs Bid is genuine and not made in the int�rest of or on behalfi of any undiselosed individual or entity and is not submitted in conform�ijr with any colEusive �greement or rules of any group, associa#inn, organization, or corporation. 2.4. Bidder has na# directly or indirect[y ind�tced or solicited any oiher Bidder to submit a false ar sh�m E�id. 2.5. Bidder has not solicited ar induced any indiv�dual ar entit�r ta refrain from bidding. 2.&. Bicicier h�s not engaged in corrupi, fraudulent, collusi�e, or coerciv� pr�ctices in cornpeting for th� Contract. For the purposes af this I�aragraph: a. "corrupt practice" m�ans the o#Fering, giving, receiving, or solicitfng af any ihing of �alue likely to influ�r�ce the �ction af � puf�fic afificial in the bidding pra�ess. b. "fraudulent practice" means an inteniional misrepresentation of facis rrtad� (a) to lnfluence the bidc�ing process to t�e defrimeni of City (b) to establish �id pric�s at artifla€al non-com�aeiiiive l��els, o� (a) to deprive Glty of the benefits of free and open compeiition. c. °co�fusive practice" means a scheme or arrangement befween two ar more Bldders, with or without the know[edge �f City, a purpose of which is #o establisFi Bid price� at artificial, r�on-campetikiv� leve[s. CITY OF FORT WORTH STANOARD CONSTRUCTION SP�CIFIGA71pN DQCUM�NTfi 2021 CONCR�TE REHABI[.ITATION UNIT PRICE COfVSTRVCTfpN CONTRACT Fnrm Revisedllllarch 8, 202U CIiY PROJ�CT NO 9a2884 00 41 4d pfD FORM Page 2 of 3 d. "caercive praCtice° means harmir�g Qr #hreatening to harm, directly or indirectly, persarts or their property to influence �heir participa#ion in the hidc[ing process or a�fect the execution of fhe Confrac#. 3. Preq�Al��ication Qmitted 4. Fime of Carnple4iot� 4.9. The Work will be camplete for Finaf Acceptance within the days specifi�d in each task order. 4.2. Bidder accepts the provisions of the Agreernent as ta fiquidated damages in the e�ent of failure ta comple#e the Work {andlor achievement of Milestones} wifhin the times spec�ed in #he Agreement. �. Attached to this Bid The foliowing documents are a#tach�d to and made a par� of this Bid: a. 7f�is Bid Farm, Section 04 �7 Aa b. Required Bid Bond, S�ction OQ 43 9 3 issued 6y a sureEy meeting the requirements af �'aragraph 5.p1 of fhe Ger�eral Conditions. c. Propasal Fnrrn, Section 00 42 43 d. VeRdor Compl�ance to State l.aw Non Resident Bidder, Sectian o0 43 37 e. MWBE Farms (optiona! ai time of bid} f. Prequalificatlon 5tatement, Section p0 �45 72 g. C.onflict of Interest Statem�nt, Section 00 35 �13 *If necessary, CIQ or G!S forms are to �e provided directly to City Secreta�ry h, Any additional documents that may be required by Seetian t2 8f the Instructians to Bidders 6. 7otal Bid Amount 6.7 . Bidder wiil eomplete the Work in aceordar�ce with #h� Cnntract �ocuments for the �ollowing bid amount. In the space pro�ided below, please enter ihe total bid amoun# for this project. Onfy this figure wlll be read publicly by the City at ti�� bid opening. 6.2. It is understoac[ and agreed hy the Bidder �n signing this proposal that the total bid amount eniered below is subject io verificaiion and/or modifa�tion by multiplying the unit bid prices for e�nh pay item by the respectfve estimated quantities shawn in fhis propvsal and than totaling all of the extencfed amaunts. Total Bid $2,09 B,SO4.50 7. ��d Submii�al This Bid is submit�ed on 92/10/2420 CIiY OF FORT WORTFi STAI3�ARD CflP13TRUCTION SPECIFICAT[O1V �OCUMENFS Form ReVised Nfarch 9, 2020 by the �ntify named 6elow. 2029 CQNCRETE R�HABiLITATION IfNIT PRICE CDNSTRUCTION CbidTf2AC7 CITY PROJ�CT NO 102884 00 41 OU BfD FORM Paga 3 of 3 Respectful[y submi#ed, 8y: (S€gnature) MAQS�OD KHAN (Prin#ed Name) Title: f'F2INCIPAL Gompar�y: MAKOU [NC. Address: 6204 PARKSEDE �R. ARI.IlVGTON,7X. 76001 State of incarporation: TEXAS Email: maicauin��,mail.00m �'�ane: 817-798-542s �h�l� O� S�GTt�}Y „ .. Corporate Seal:• �� �,�: � � � 1 � � � '� ,v_ R.� -�= _ _ �� CI7Y OF F'�RT WORTH STANDAF2D CONSTRUCTldN SPECIFIC,4T14N DOCEIM�NTS 2021 CONCR�TE f2EHABILITATION UNIT PRICE GONS7RlECTIpN COPITRACT Form Fievised March 9, 2D20 CITY PROJECT NO 102884 � �..1 hW N V D �t p o p o � � d � a a�a � � � � � � � � � k/ LI � � �.. � � � � �� � .� � � � � � � � � � � � � � '��. O O O � O cA P O C? C7 O p O 0!7 Q O b b O Q d O O O Q Ifl � p 4 O O{� o O o d C] CS O o O O O O O O C7 0 � O. C.? O Ir y rj ��� e�7 1�1 O H b O t7 O O O Q O OO 00 d Q O IA �fi ri n p p k1 � t� rn tn p o ni o 0 0 0 0 o v �n o�n i.+i n u� ao ¢ pp � � . ��s1 ff� ... �-Y CO 11 i\ D O O� q N� CO N. CY *-I ri ,-t C�) �t t/l Va1 G Q F� U! 7 �� •-i � ni d� e� ,-i ni ry •-i •-� '^ a on m.�,E � ,� �-, .y �a � � .- - �Y x� tn +n� �1. �; +n� vf +� vr �.rri Ls sn. � vi. +n. ut vr v� u� +n �n uF v� +n� vf �r +h +h � O t�� I F!f Vt tR v5 d Q� Q C O O O O 0 O C? O O O O S d O O� O C1 � i�, f� {� 1� 1� O � � � p ri a-[ rl a--F O b O O O 00 00 CO 00 N Ln � Y] t!f 117 I� 1S7 Ln LEl � � p, � � N N N i0 d g f� f� M C/} M f►S � � �.,E , .i c �° s o � �� �::, m C � ��:; � a � ? !° =�. � ;' .� � ' =� .,� �. � v� w. .n .h ,h �,. �., .� � � � � � � .�► .., �. � ,.�. .� �,,. u a, y� � ; � �-�i t9 i ; � p o � o � g o u' o � uoi � � � :� ra.t m c� � � '� � � � w 19 N rl th �� e-1 fV N ..t .-1 � � � � ' J`+ � 6 ' �'' � }ir � � � � � � cr �, };' � �r o+�n �ooc� +c�a���n+caca� + y�y � N ya ` :�gQ��No ��au�o�.�-�.�ry � ����� g � �_: ri H~� ri rt N � � ri H�� ea-i fY s"'E 'r'� Tt s-1 � � Q O rl �' � � �� � n � ''-r �o :� `n � � � - �i �. � �-��, ��: �a n n n u� � � udi �n c � � ' � � �� .� C:4� - � o d� �� � m m m m � � }� � '�, �i � m .-� � .-i .W � � ;�� � �. rr m' �3 v O o rr� � � r•r n� ^i ^� a ���', ; a - � I n ,,.� P p c� o v y�'j H i L'yl, d Q � � o � i � �I � '� '� + � _�� �i � �' Y � � � �'j ' �� �� e � � � � �� � �� � � ++ a [5 � � � E � o � � � u � � � ¢ � � � F +" .� 3n en 4 e� � S t�i �n �` �` � �' °i � �' �' �' � 4', '� � �� � � a a�i � � c� � ne ac x �c � °C '�' N � � $ $ � � Q 4 � .. � O a Q � � °'� ~ � c�t rt' d . J} � � N t�+t N N N ;� � �'� p 0 !? d O O O ��� � �..,� � N M d u1 tC l� 00 � '� � �� � � O � � � � VJ � 0 � � � ��r Q � a� p � � � � � ��w 9 � d c-0 o O � m o a� � o��:� o�000c�i,oaag0000goo�'ac o a Q o voo��n,�c� q �� C Ci �fi O O O O O O O.--i O p O ry C] � {I� d O O tfl � O d{� O Q e�-I � N M�: C� O O l[! O b O(� C7 O O 1� O p tl I'+ G O l� O LS g O!fT Ih Q O in � - � O O 1n f/1 N �y Q- 'h In O 0 O G O 4 a-1 aA Q d nf O�G O M � O b tD O O !� 1� V1 �+'1 1� �E11 O OO N I�! �'' `'�INl�f1E�[l� �OO�i;mnnrml�h�Mn� � lb lD fY]'1�T� *� ry =11� t►r t/L t�s vF ih .'�'..'. +/� � v► v� cr? �! tI? {h ur +n u? <n +n +/� tn v> v► �l vf� tr� vF ih va rIb v} � e/> vr vl in y� ��.. [� p p p �f � p C! ... - O O O O O O C7 O G] t7 Iff t!1 N 1!1 O O � O S q O O�'� CJGOOd400 C70 �] CS O OC70 O O O QOO QOC] S.:_� OS7POOOOOO Ob C?O tr1 ^i � 0 vy � � Ili VI lA u'f O P O C e-I rE ei .-1 tV (V N fV f+l 1+r! t+i tfl l0 tO lU I� 1� f� r�.-i �y in�En u� u1 E. n n n n r� n r� � n n n�': r� n h w �A ^, u� iR <!? i!F ��-� '+11� 1/F i/► al1 t/! Vi t/? i!? ih Vf� ih i/D +R VI� tR V! ifD VT t/!� i/F t/} vil U� UF V: t!T vF �IF '�/T +/F i O�OUt�O�C?OC>O O O Q b p�QO NOC? p1^� O C O� A P � O a � p �_� p O O C± Q'O O p O�� O ri V3 O� W ifl O O r-i fRl P d �"� ��� `-E t �1 C7 1S fl� � � —j 'i ��� O P t7 .-k vf Ci C1 O 3- [S �#� O O�h O O � C] p O i� G O O t CS + �� b O-1- O + ''I �-1 f? C] r1 6 t7 �-i O O O rf E,, o ,.� � � _ �+oaac�$g �g�� Q c�i�a � u� o cs �-,u►aca � ,,, o g � o � .-, u, o � g � � `�' '4 �3 0 'a u' .-, s� � � c, a � .-� cs � .'� .� � r+ -,,� �'� � � � a � � � .� � ,i .� � � � � ,y .1 w !a � r' � � � u4 !�' ',� ,..� '-� - � o `j � Q o � � � � � � n '� u�i r � - in �n � in cn �' ' � I N � � � � � y 4 V � � ��� f k� �j �-1Ot � � m `� rn m m � ry .� o � � � � `y `� Fy � � i � � m � M M m a m m - � , r a. r �`� � I� ��; a 9�i �`� � � � u � u � µ ' � � � C7 � a � � O Q � � n � r"A" `ui r`i� `�c� � �� � a � � � � � � v � � oa , "' `� ta � } E a �a 'a' s m � � '*'n u � � � .� � � u c U v� _ x C O C C (' e' �v�i m p Lp a cl � u c � � � � V � � � � � � � ,+ i `an h �,,,i .a . C� , cv3 N � � O Q � C O O `oY�'� O O d O � �- Q � (iT � ` � �i7 � � � ry � � m �*7 m .n � � �. � .-N-� .-1 rd'-� � .-�-� .�-t � � �� � � � O � � o � � N �a� a'�r��p � � o f�. ��� 9 � [�'� m g�a �1 n�� o o r o 0 0 0 0 0 0 0 o a$ o 0 0 o a o o c�i, o� o o g g o 0 0 0� a g o� o� o c3�n�uir�o, a o oc5ogri$agu�iov�iav�io�ou�io o���nc�o"`J'"r�000a�gc�v �C', a,-+ to n sn in u� v o 07�'� y� ry 1A sff d' DO t� i� 1� 1p!�1 Le!}i GiY� N i!1 f� � N {!1 I� lll 1� � N Vi �1'1 1n l0 fV O O �ff O e-f O I'� !� r1 � Oi Ol Oi r-I {A N OI 0�0, D1 �.O1 06 OD' � OO � 01 � bl �[17 OHO- e-t' [O �D tYi CO � e�-1 � e�-i f+l (V � d h N r•-k �tl3 [/T ih i/1� ih �!M �1? �F ��� ill al} i�} VF t!F in �1► +/► Vi '� � tI1� '� u1 � N V: '�!L tli� i/F iA �/b L} i/t tR ��� iJl� [fF � Q Q i� I��, n n O 4 Od OOC70p0 tl OOOOQQOO�� O ��M� C70Sp000�7� �i+, O H r�-1 ���� tQf1 N O O t�(1 VI If1 /A Vl ¢ I�If il'7 i�lY 1!1 �fT �� tlQ LO OQ m m � l� M M P E.1 O O f� N N RY 17f Q rn�+1 �n o0 oQ op oQ a0 aa i� t� i� 1� 06 ao ri e] rl ei � a-1 .-i .-i a-i' N N a-1' '-1 .-e s-1 r! �-i .-1' �-i ti.--I a^-t ri a-1' ri W e+' V7� th �. iR i!� :h [A i/1� V} ih VT UF Vt if1� �? tA �fli <1F i/F ih Vi VL �lF th ih 'iM1 fll� {A th VF �h t1F iA VT t/F i/4 tf} ih i!? O O ��7 O pp O �. �� � a�^i � e�-t N �-�i � r-1 � r�l � �-G-I lA b tff � � H �. � � $ � � � � L�r! � N N V1 O N � � �ft �iy ,-t efi p � t3 i� C� p G-t- �1 C k� Cl �1 a I�'� � lA O Ih � Ih � u[1 .�-� �r a-d�i �� O O G � O �1 O N Il! C3 G} e*�I tR G C� r}-[ � p rl ]f5 O C} �{ � rE tY c-I �„; r'F � e-i �;,� � „'� d rl � r7 � N I;f 8 O+-1 fV l.�f 'O �� n1 ,�'J ri T� � N ,�'�'�,'���o `fl io � u4 u5 cb cb � ,�„������� �� ,�� �n O � � �•{ � �p r-1 c-i N �. a � W � Il.! EJJ � l.l! � lli � J E/1 L/! lJ] ; �, u, m � ^� � u� � � � � � � � o a � o 0 0 o a � � `" !� � � ,� ry ni c� ry r� c� ri r� � iv ry � m ^i � .-�"�a .m-i N � � � ,M-� � � � � '"� `.� � � m � � cNr� m m M M m m m m m m � � � p O d m � � a � .� � � `m �. � � � � � C � a�B � � , ,� i � � � � � � � u �y � � � � � u � � N �? .w �► � cv m � G c�i i U o�'c � � � � � � v � � � e3 � �r m �i � � �t, 1� � ab Q 0. . � � C � � f? � I?' �' t=� H F F- h � N � � �c ,a Q, ¢ t%. si s. [i. a a t% • � Q- � �' � E E � E E � � v v � a ' � a � `° ''� `� � '� a a v '� a � a�e � c� m � °� eai � � � c � � � "O yII7 Qj !o 'C � /6 LL � � � � 16 LL � 11 � � Q7 d ; � 7 4/ l� L y_ I� L. F L V � � ��/-ya � �! Q � �' � O � .�` � � -C 'i � �i � � L: E � � �+ � � 3o n m m m m m � c� � `� o a � a� ia �p p� � N � � J b O O O �Q O O �tf� 4 O Q Q N p Q ,-�[ � a.Qi H1 �%% ` � t} O O � i'C]' O Q O Q O O O C3. O �'� �dl > La M M t� (Y�t'�ry� � M rl rl a-i �m-I .-m-t e-I e� r{ v�a H � �. t'�`7 N� r�n � c'`i/ ci i�ir r� m_ m m m m M m m m _ I� � N nt n`� � c��! `r� r`4v c►��f r00v r�+ m m m m �ri � � � � o � � � � � � ��� �� � `r � o ��p� o R' � a � Lq O b O � �aona060QO�Q04 F'"•, � �`�i',`c�"�i',$0000 �000a� � �_s� $ � ,:�''i� �' �u' o�s o a � c3 �n o ui ui o;ri t!`y o in o ci o o [3 `� � �'' ��rs � ii p O O O G 00 CJ O O lf1 O O�/7 0p0 � �p �� {n N N y� f� N h C] !ll :� tl O e� . 6 O i`! C� O N C? O � CV tf1 oQ � 3' � i� ��ff G� m 1� G�D ��N M t0 � e'� � i/1 i� ��� v7 o i13 �� �� O G U a0 a0 �n C vl ++7 � +-I' [A t+'1 �-! N M .-1 .-1 i^1 rl ri N C3 �1 N C�1 ��1% +. ti a-i rl ri N tD to .-? ni hl N �[f A 1' N n! � fV '- N N p� . � . _i_�. :JF tA +1? 1R il► +/F u? il1 L? t/F th Z/F 1!F ih iA� �,' � tlt. tR th i/F th i/} U? t/F ilF Vi tl7� VF ih VF tl! VL . � UF V?� 'L? i-�J ah �VT ih a/F �, p y � i. _� p pO�OVO Q OOf7OC.1 �� C� d� k'i D O� G,�. 00000004�o�',vQio4 �' "��a a ca a o 000 � o o�;ti.„, � �� p pp pp o O Q V1 tfi vl y� �A tfi t� L[� ith O G O••— �.:�' i� Q p p N N[V N N N N CV N N� VC GO d0 �.` �'�' t!1 l!] tf1 T� i� 1� [�F M c� tV N t� tA i.f1 Vl r -� � Q '. G d0 C_t? O E+1 +�r' M M t 7 [V TV N ri ci s-t e� N iV SV � I� ��� c� rY ri � g�-� � �i: � y�F t/} th th aJ}, �1F (lL ti> {�F {/F 1!t t!F �/? � Q�t;l �' tR Uf� i/F 4h 3!F i!) VF'[f} V} i!Y Vf iJ} VF V? � �I ��F �/} t,'-_ eJi- i? S!! ih 7D 4' p LJ ri O O r�l O O �r �-1 �7 �} p c-f •� ,_y� 1/7 O rl Vi Z7 rl 1n 4 rf llY O H ifl Cl .-1 �1 + O O 1�• � lt e'1 e-F rY rl C7�O�AQtlC?OPt]ulUL70 � �ry_ e�l rl ri�-t a-i+-� .�rl .�iri � '� . +n � y� � .i m .�.a.-r�mm �mm � � . � �3'' � � ;�� �', � , �, � � ;� _ :.w �n o� ue �+ u'r � a- vs o-t- �n o+ t ra o r'� �•-a •-� � O O� O C� d^ �7 O�-7 k�� � t� � ri r] ��-1 rl � ri �-1 r-1 � H�--1 Ri e-1 ' Q O c-i t�f c. .-i O c.a .-i � a � � � ,1 �„� ,i � � rr � w .a � � ,w � � } .-ien �r+a.� hnhM,,yr¢Mn0,1 � ,� r � p� N ��OC I�hO n � r e�! M N H �r� ey� ' P ..Y � ���I '� 7i}.� -'+�Y 5+� ' _ -Y4. 1� _ . � c� u_ �y � ,i � � u`�t u�i u�3 `.�` �� � u� u� u�t u47 � � � �I .�. � � � `� �� a � .�-i a � `� R-n'r rll. � �' � �G � � ;{,1 � a o � � � n n ��; a o � o m m � I'� m m M 1N M m m m M ��' M� � o o d o � � �_ '�4 � �. � r. A x � � � LfS X p S � O O � Q !�^1 a/T t0 � 4 U? � ^y � s.. � O � � B Y � � ��ca o d . o �° �� � � � � o � � � � � l �� � � '�"'n v' � � � '-�i G G e e m � � � � � � �', .� � i� � � �a„ U c � y ,� a � m r• r_s �n m � �:,I � � a u � � � Q u �d � � � a � � s�e �� p � �2 � a a�i io L � '� G � F � � ry � .�' .� -� - � � -�o e� a� a � ' v ��' •� �'� O O c� � m�i � y O � m .c � {,y C � '� u � C �E C� � 'C '� 0.' L .0 � � � 1G. �"' O U O�� � C3 I� fL �C" � � � � a M � � � �� 8 � d "` m g S� ���� � o � � � � � � � �, n 0 0 � o i o o c7 N � i �, ' ai o'� � �""., � � � � m `iY"i m_ � m 4 � oi � rn . • � M ' . R' � � m m m m �''} - -- � � � ��,-7F lij A � °n� m � � �v � � � :`�r `"� � t '"' fri rt' M � U � � �O �J � r" O � � � � � � � � O � � � � v � � � V a � � �y L� � � o ��� p�� ��� ��o �(]�n a � �' t�: � � � O � U O � � � O U � � � W �� H �� � � ma9u NPEwNO Ywo7qi SECiFt}N 00 �R114 BID BOMd KNOW RI.L SY Tl4HSE PFiE8EN7$: rr�ws, Makou, Inc. ,wwxmas •eladarnerefneiod , Ciiy of For� Worth �„" acorparalesurery dWy aNhaizM !a Qo pualnu�i In the S'ta�+s of faxae, kr�mnxti az'Swefy hwetr+, ara nuld mid f�mty bamd unta Iha Cify of Fort VYOAT, a manfc7pal carpor�aUan cresle3 p�rsuanl ta Oie laara MTeHas, Nnam ea'Ci�+' Aereln, tnths panel sum vF flve percent (69i} o� HEddar's m&xGrt�m bld pr[c�, dn lawfW money oE the llnHed Slaies, !n be {�aM in Fort Woftl� 7errantCauniy, Texas forU�e paymeM ot wh�h �um.we�:and Wry !o be made, we Wnd ouiselvBs, ourhairs, axecuEaB,: adminis4alvrs, seeccessors �and ssalpns, Ja3nlly and sauaraAp, fim�fy by Ihese presents. WFtERFRS, �he P�Incipel ha� su0mitted a tdd nr propnsal to partatm Nfotk iar ttie (oli�h9 proj9ct deaipnatad as 2721 CONC#iETE REHABII:lTA71aN UNfT PRiCE CQNS7RUCTiDN CON7RttCT 0 NOW, 7H8REFdRE, Uia candtlion a! l�fa otl3qal�n !s such iiiat il tRa City ehall aureM ths Con1r�G iar-the foregalnp pro]ed !o the PrLxYpaF, entl the ?Andpel�shsll sa7isryr 8m-roqulremants and condfllona �eq��ad for th0 aM6dAWn af�lhe CwtE�ecl arsd sha9 enler:�Mulhe ConVact In xrtHingwiEh Ure CMy m accordanoa viitrtha tepna of sUch seme, u�en ihrs oa�rpauon snen ee gna �aeoma ns� a�d vord. fr. haxaVBr. !he PrittWpal:[eids io eicewta such Cnrtt�t h acwruence wilnlho�te�me of.same M[a0s��fo nelisy e1! requlremenle an6 canCtllons requireU for Ihe execution ol iha CanVecl, thia-aond ehall become 11le�property of�the ClFy, wllhout necawee af the PAnclp&1 srtdla� su,ery, nol lo ezceed IAe peneiry hureaf, ar�d shail be uss0 W compensate Cky [ar thed�fer�nca between Pdncip�°� totel bid emouM end �he �d sofectetl aaders tolal b�l �emoan�. � PROV3REC1 FURTFiER, Ihat 3f eny legel gGlipn 6eflEed a1 ihia 8anq venue aheA-�e in Tamant Coun{y, � Te�s or Ihe Vniletl Slates �ietrSct Co�A far�fhn Nt�fthem Uisuki W Tefcas, Fort WoNr 03vision. � IN NIlYNE83 WHEREOF, tl� PrIrkSPaf �id th$ reYr hsve SIGt�3�U endS�A LEO fYda 1nsWmanl by ` tiv aulhorized a nls snd ofRcafp on thls UEe 1�t� de oJ L1eC8�lUeF i h sg v . zo2a, Arr�ST 1 L ..•�✓ v.-,..�-. Wilnesg ea lo Pdniipel PqIHCiPA : Makou. �nc. BY: ignatu �� s�"�� iz-i614J►1 T/t1 N rit� �+ Neme ard iNia ndaresa� 7104 S. Cooper #15 ton Uklanoma Surety Company 8Y: Signalute Brent M. Blonigan, Alforney-in-Facl NPr� 9PA TiE� � nadress: 1437 South BouEder, su�ce zaa Ti dc_„_ar_f]�7411 A es�o ure ngie s ran, ien anager ����,,,,e�,�„�,- 918-587-722i AE�ech Pawer pt pt[ortrey {3uraryt fo[AftamaY-�-facl •�Fofe; le signed 6y nn Wficer a� lhW Swery Campany, U�ere must be an fite a caN�ied e�l�aet Tmm the ky lsws showiiig ihaE thia person has aullioAty W aign such a�ligalfan. It &uretYn phyekal edtlress:fs GKfe�rft fm�n its mallhg atldnaas, both mu5! De ProviGetl. The dste af lha Oontl sha9 not ba prior.lo lha�dete IhQ Cont�act ia etiveidetle END OPSeC:ION CRY OF FORi WORIX BFhMOVY-0U WN8if1uCT](Ni'BPEG�IGAlqNqOGuc1lNT& Fwm Hw'aed 70k1110B W 410G atl Apm,l Wafbmh 70x CONCFE�E NENMP17A7NX1 U!M PR�CE CUNBTRIiCiEOX COMIA+�LT Cm'vRoIECFIN�&FJR S62e2� ��.�� a��. - �����"��i�l�l� ����� �����k�i� �437 �DU�'N �Oi�L�EFi, �UITE �D� • "CUi.SA, OI{LAFt�IVlA �4�18 • 91��BT-7�29 • F+4�L 9'E9-5�B-1�53 PC31Af�ft OF A'�fOF�{U�Y #{iJOi�V�LE �u1�N BY'TH�SE PRESEhf�S; TrtioR tlfe �KLAFI�MA SLP6'ETYCONI�ANY . aaa€RarakWn urganize��i an0 �xlstl�g llflif9i �� hy vlrtua oi Rhe :�ws o� kite 9laR� a� O�tla, daea heFeby n�mi�rata, ���skitt�te arsd �ppolnl the persan ar perswr�s nem�G �a�w, each L'sdlwiCE�ta�M if mur�il�eho�re i5 Fl3F7FB�. I15 if3t4 flfl{I I�'h'�11I ��10fRB�+�1(k•�I3Gi, far ir �;od In rt4 narne, place Qnd s;�sd#o exeaule nn hehas� ail�e ��Id Garrrpany� as sure:y. any end a€1 banr��, underleltiRgS ar�d ��ry�racla 0� su�29Y6M1:p, or othe� trr"��r; oui:goaaar�� m s��e n���;a �I�ereof. Bren� �Ui_ B�ani�a�, liaul F. �arr�pa, Rob D�eiling, E]eb�ie Palmer �R�d #�ara Pio:�:e, all oiRi�HAF#D�0�1, �?{ IN WITNC�S WF+E�'�O€, !he 91{L.AF��I�A &U�2ETY G�h�PA�}Y hes ca�se¢ #Ite�� prasents to b� �Ignod arxi akFested by lis tip�tn�tlp�e Uff�C2i5 6fk�I ���/�i�Of�'L4 �eaR h°�ey�nko afFxec� Ihi9 C�9 dsy oi �e�ternbef ,�0�� , ,,r�°�SiA£Fy�. �t��$��� OA� ��� µ ;�;"��AL ; �; :' .� .' y +%.� ffDi� M��� ��� �TT€Sf' '••��' _ � ����r.��� ' l��-� — ►u F�! i��C�-.. ��cretary QFCk.AHOlNA ��RE7Y ��I�IPAN1f � vic� w��s�nEr�r C�n Ihis ���ay c�� �epi�ma�� 2��� b��a�b me �rs�naHy r�p�aarad TO[7i) BJ�.7ATA Co me k:+aYrn, �a�g duly swnfn, �Rp05�8 HR� Se�5 Eh�f 37f1� FESIG4S 4fj �fOICBf1 AFfU'N� Okluhame. kl�at s+he �s a�+ice Pre�lde�t �al Uklahuma Surely Co :�pe�y_ the company des�n�ad �n arrr� wh�cMr er€acuted kh� �bowe Ineir�men'; �Mi�� s+?1� k��x� 1h#� s�al o� iMe aai� Cvrxlpany; �ia! kh� seal �,fFixed to the sald in�trumen[ is s�+cE� f.n��6f8fC 9Rdi� ih�i ll v.�r�ti so affixed Op aL1131�FII� 6� F14�'hi ai+IOE U^��r the BY-�nws ol �a?d [;om�eny� nnd khat ��h� �g^ud F�ls name Ih2r�e�o hy li�€e authpriiy STATE �F �1{LAI�iC}M �oUNTY Qf TUL�A � S� Ca�nml'Ps::�N ���2�3 My Ca „" n exryl ot,, �--U8--�3 11LJ� AL N Natery R�bltc Th�e �uwer of AtkorRrty I� geanted by au�t�nrlly o� lhe fnHsrwing r�snl�:o�s adap�ed by l�e Aoar� �i I]If�elor,� of Okl,:hw�� Su'+�ly CornF►anY by un�nl�a�,s wNEta� �araenl d6�led Septemb�r 7.5� 2�. RE�O�V�CI; 3'hal 1l,+� Presidenl, Ch2 E7SBCUikV� Ulce �le�Jd@f5f, th2 ��v�Fak SBfEIUf UlC� Pr�ard2hib SIS[� VICB PrEuIdBfY'� 6f BTIj� 4P@ 4i �1i91ri, n� a,�� r��reby �s au�horaae�, �rom lIFf1B l4 Ilftl4. lr ap�rolni ane ur rn6rt AHtr.neya•In-Fa:l !o exe:,vl� a� b�hv�l oi Rtre �am��ny, as s�:aty, e�y end ali I�oatid�, 4nd�=l�k4n�� �nd �ankracis �I s�ratysi�lp, o[ v1?�er Wrwlen o:a.figa�iarts Ih the neture the[�af; !a pre�cripe Ih�;r res}re�k�we dul�s sttd IM�e res�allu8 Wm�ls oi I#�eir aul�or�ay; OFSd 10 r�^fDke �n� asUCFi d�j14ff5jRtei�+ sk xriy l+rr�e. R�sbLI+�U FURTM�#2- Tha� lire CflmpaFly seal ar:d ilro si�malure o: ��►y oi Ih� sf�resald afF�.ess and any Secrc�ary �r n�sssCa�l Se�eai�ry of IFF6 �GOPr1F027y 4iBy #k2 A�11%�� I}}' f8�81^FII� �0 arr� �}Okr�f Oi RfCDf118y or ce•r;1"�at� o! el ;��i g;ra� !ar It�a aKecutlar� of es�{ bvnd, t�r�.'s�;�klr.g, wnlraG� a! surelyahl�,, or oahaa wriflan a�tlg�l�nir rn i#�e nakurp Ikrer�ai� SLSCM 91�i1S:u1� �[5d SB31 Ylh2�15� LI'8@� �8=+1� �l�r�i�y atio�ts� by Il�e Carnpany aa ih� o�lgins! s�gnature o� �ucY� o�fsar and rf,e a��glnel seaR �i ihe Cvmpany, iff �+railrl �n�i ��re�ti^r� upo�r lhe Cpm�a�y walf� �hp sarroe force arid rt�l�cE as InouQ1 vranusliy afGxE� ���TIFI�I�l7PON 1 ��IRft�� HA�iCL S2GfR;�YY o€ O�Naahnr::n Sure.y Car�:rz:^y, da freroby o�rtifk Rl�r�t Iha Faragc':sQ powar fi! ARlofrroV er�� �he R� ,okui�bkl6 U! 111Si ��3�fii 4� K71FE�oCOFS OF Se�lembef �5. 20Q9 haw� nal �een re�ak�� � n naw in �t�lr ini an� c�.� F �,,,F.,,�� Sl�+�e� a^tl �e31zG 11u9� a}�o[ s,� *���rr •. {}�t����w}�f"Lfi�#z � +i r' •�-�J�'� L.���-�� � =�= �� �FIAi� �e� r, `;' *; . . �, v { �� �+N +�+' F`y {14���� I� �V/X �� �7l1r I ! 11�TDmCO�TI�EIlI�T CASUA.LTY COtI�iP�Y OKI,AHOMA SURET�' CO�iPANY STATE OF TEXAS CL�I�T :�OTICE E\DOR5E�IE\T In accordance ��ith Seet�on 2?53.021 {� of the Texas Go�ernment Cod� and Section 53.202(6) of the Texas Propert}� Code, ar�y� natice of claim to the named surety� under this bond(s) should be sent to: 1laiiinQ; :�tID-CO\TI\"E\T C:�SC;.-�LT1' CO�tP.�.1�" OKL.-�HO'�1:1 St-REi1' CO�iP.-�ti�" P.O. BOX 1-�09 TL�LS.-�. OK 7� 101 TELEPHO:�E :�0. 1-804-i22-�99� F:�k: \O. 1-918-�8�i-U�-�� E-\i.aIL: CL„�I�ISC:IICG-I�S.CO�� Ph� sieal: 1-� �7 5. Bni; LDER St'ITE ?a0 TC'LS.�. OKL.�HO�1:� 7-�1 l9 �TTACH THIS �OTICE T4 �"�L�R BOtiD UPOIi� E�ECUT�O�i OF THE BO�TD TXclmendsmt47 00 q3 37 VE�IRQR CONiPLIF1NCE TO STATE I.AW Page 1 of 1 S�CYIOP! 00 �3 3i VENDOR COMP�IANCE TO STATE I..AW NON R�S�DENT �IDD�R Texas Government Code Ci�ap#er 2252 was adopted for the award of cvntracis ta nonresident bidders. This faw provides that, in order to be awarded a cor�tract as low bidder, nonresident bEdders (aut-of-state cantractors whase corporate offices or principal place of bu�iness are outside the State of Texas) bid proj�cts for construction, impro�ements, suppiies or services in Texas at ar� amount Is�wer than the lowest Tsxas resident bidd�r by the same ar�aunt tha# a Texas resident bidder would be required to underbid a nonresident bidder in order to obtain a comparable cantract in the State whieh the nonresident's principal piace of business is located. The appropriate blanks in 5ectian A�nust be filfed out by a11 nonr�sident bidders in order for your bid to meet specifica#ions. The fai�ure of nonresident bidders to do sa will at�tomaticalfy disqualify that bidder. Resident hidders must check the box in Section B. A. Nonresident bidders in the Staie of ��? ��� �� ���� ��������� ��� , our principal pface of business, are required to be �. I�� � pereent lower than resident bidders by State Law. A r�py af the stat�ate is attach�d. iVor�resid�nt bidders in the State of -..��� '. ��� �� ; our principal place of business, are nat required to underbid resident bidders. 8. TF�e principal place of business of our company or our parent company or majority owner is in the State o# Texas. � �[��GR: MAK�U IIVC. 6204 PARKSIDE DR. 0 ARLING7�N,TX. 7600'I END 4� SECTION By: MAQSOOD KHAIV (Signature) Title: PRINCIPAL Dat�: f �, r� �o con rest unit CITY OF FORT WORTH STAiVDARD CONSTF2UC710N SPECIFICATION DpCUMENTS 2021 CONCR�TE REHABILITATION UNI7 PRICITI( PRO ECT NIUMBER 9p 864 Form Revised 20910B2T 0045I2-1 PREQL7AI.IFiCATIQN STA1'EMENT Page 1 of 1 z 2 3 4 5 6 7 8 9 IO ll 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 s�cTroN oa 4s i� PREQUALI�ICATION STATEMENT Each Bidder for a City procureix�ent is required to corriplete the infaz'mation below by identi�ying �he prequalified contractors and/or subcontractors who�n they intend to utilize for t�e tnajor wor� type(s) listed. Major Wox'k Type Contractor/Subco�tractor Prequalification Com a�y Name Expiration Date NOT APPLICABLE NOT APPLICABLE The undersigned hereby certifies that the contractors and/or subcontractors descrihed in the table above are currently prequalified for the work types listed. BTDDER: Makou Inc. By: �' S vv .� ��� "� Company {Please Frint) 6204 Paxkside Dr. Signature: Address Arlin o:n Texas 76001 Title: ��� °3 L;� �� City/State/Zip (Please Print) Date: END OF SECTION C1TY OF PORT WORTH ST'AIZDt�R� CONSTRUCTiON SPECIFICATION DOCUMENTS Revised July 1, 2011 ai+�I�I 2021 CONCRETE 1ZEiIE1BILITAT'ION UNIT PI�TCE CONSTR(JCTION COt�lTI2ELCT C1TY PRO7EGT NO. 102884 op4525- I CONTRf#CTOEt COMPLTANCE WTTFI WORKER'S COMPEl*TSATION LA�' Page I of 1 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 Za 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 SECTION 00 4S 26 CONTRACTOR C4MPLIANCE WITH WORKER'S COMPENSATION LAW Pursuant to Texas Labor Code Section 4Qb.fl96{a), as amended, Contractor cei�tifies tlaat it provides worker's compensation insurance coverage for all of its employees emplayed on City Project No. 102540 Cantractor further certifies that, pursuant to Texas Laboi• Code, Section 4fl6.096(b), as amended, it will provide to City its subcontractor's certificates of compliance with worker's c�mpensation coverage. CONTRACTOR: � �-JLU �C "�nr � $y; %Vi��S�,�j �`dY'�+°°' Company (Flease Print) �]I od S' • C����� � �'T � �,�' Signature: Address /Q�G�a.rq,�B�r` �� 7(� O�l Title: ���ral 6�3� CitylStatelZip (Please Print) THE STATE OF TEXAS COUNTY OF TARRANT � § BEFORE ME, the undersigned authority, on this day pez'sonally appeared , known to me to be the person whose name is subscribed to the faregoing inst�•urnent, and acknowledged to me thai he/she executed the same as the act arid deed of '�� for the purposes and consideration tk�erein expressed and in the capacity kherein statad. GNEN iTNDER MY HAND ANI? SEAL OF OFFICE this D�r day of �.,� b�n,�l , 2p'7� �� --- --- - - — _ ! � rviF t—.,aiU. I�i .ary � of Texa; i � rmrr� �09-2022 � . G�' _. � No�ary Pubiic in and for e tate af Texas E1�TD OF SECTIUl�T C1TY ak' FORT WOR'I'H HiGHI.AND �i1LLS, IviON 1'iCELLO, AND JE55AMIlV� STANriARD G�1V5`I'RUCTION SPECIFICAT'TON DOCTTML�N'1'S CQNCRETE R�H� I��A�CO �p ���' �6 Revised Iuly 1, 2D11 OD 45 �40 - 1 Minor�fy Business Enterprise Speci�cations Page 1 of 2 1 SECTION 00 4� 4p 2 'F�MPORARY REVISION 41G/2,020 (COVID-z9i 3 Minozity Business Enterprise Specifications 4 5 Tf the total dollar value of the contract is greater than $50,000, then a MBE subcontracting goal is b applicable. 8 9 P Y A E 10 It is the policy of the City of Fort Worth to ensure ihe full and equitable parCicipation by Minority 11 Business Enterprises (MBE) in the procuzement of all goods and services. All requirements and 12 regulations stated in the Ciry's current Business Diversity Enterprise Ordinance apply to thisbid. 13 14 15 16 17 18 19 24 The City's MBE goal on this project is IS °10 of t�e total bid value of the contract (Base bid applies to Parks and Community Services}. Note: If both MSE and SBE snbcontracting goals are established for this project, then an Offeror mast submit both a MBE Utilization Form az�d a SB� Ut�lization Fornx to he dee�ned xesponsive. 2I ('OMPLIANCE TO BID SPECIFICATIONS 22 On City contracts $50,000 or znore where a MSE subcoxatracting goal is applied, Offerors are required to 23 comply with the intent of ihe City's Business Di�ersity Enterprise �rdinance by one of thefollowing: 24 1. Meet or e�ceed the above stated MSE goal through MBE subcontracting �articipation, or 25 �. Meet or exceed the abo�ve stated MBE goal through MBE Joint Venture participation, ar 26 3. Good Faith Effort documentation, or; 27 4. Prinne Waiver documentation. 28 29 SUSMITTAL OF RE UIRED DOCUMENTATION 30 Tlae applicable documents must be received by the assi�ned City of �'art Worth Project Manager or 31 Department Deszgnee, within ihe following times al�ocaied, in ordez for the entire bid to be conszdered 32 responsive to the specifcations. The Offeror shall EMAIL the MBE documentatian to the assigned City 33 of �ort Worth Praject Manager ar Department D�signee. A faxed co will not be acce ted. 34 35 1. Subeontrac�or Ut�lization Form, if received no later t.�an 2:00 p.rn., on the seco�d City business goal is met or exceeded: day after the bid opening date, exclusive of ihe bid opening date. 2. Good Faith Effort and received no later than 2:00 p.m., on the second City business Subcontractor IItilizatian Foren, if day aftcz the bid opening date, exclusive of the bzd opening artici ation is less than stated goal: date. 3. Goad Faith Effort and received no later than 2:00 p.z�n., on the second City buszness Subcontractor Ut[lization For�n, if no day after the bid opening date, exclusive of the bid opening MBE participation: date. 4. Prime Contractor Waiver Fo�rrn, rec�ived no later tk�an 2:00 p.m., on the second City business if you will perform all day after the bid apening date, exclusive of the bid openzng cantracting/sup lier work: date. CTI'Y OF FQRT WORTH STANDARD CONSTI2UCTION SPECIFICATION DOCUMENTS Temporaztily Revised April 6, 2020 due to COVID 19 Emergency 2p21 COI+SCR�`I'� REHABILITATIO iN UNIT PRICE CO3+IS'IRUCTION COIVIRACT C1TY PKO]ECT NO. 102884 00A540-2 Minoriry ]3usiness Enterprise Specifications Page 2 of 2 5. �oint Venture Form, if goal zs met or exeeeded. received no later than 2:Q0 p.m., on the second City business day after the bid opening date, exclr�sive of the bid opening date. 2 I FAIGURE TQ COMPLY WITH THE CITY'S BUSINESS DIVERSITY ENTERPRISE ORDINANCE 3 f WILL RESULT IN THE BID BEING CONSIDERED NON-RESQNSZVE TO SPECTFICATIQNS. 4 FAILURE TO ,SUBMIT THE REQUIRED MBE DOCUMENTATION WILL RESULT IN'�'HE BID SEING CONSIDERED NON-RESPONSNE. A SECOND FAILURE WrI,L RESULT IN THE OFF�ROR S BEING DISQUALII+�ED FOR A PERTOD OF ONE YEAR. THR�E FAILURES IN A FIVE YEAR P�RIOD WILL RE$ULT IN A DISQUALIE+�CAITON PER�OD OF THR�E YEARS. b 7 Any Questions, Please Cantact The BDE Of�ce at ($�'�) 392-2b74. � END OF SECTION l0 1l CTI'Y OF PQRT WORTH STANDARD CONSTIZUCI ION SPECIFiCA"PiON I�OCUMP,1�'PS Temporarily Re�ised April 6, 2Q20 due to CdVID19 Emergency 2021 CONCI{ETF, R.F.HAS17,1TATION UNTT P12TCE COIVSTI2UCTION CO�IT1tACT CTl'Y PA07ECTN�. 102$S4 00 52 43 - 1 Agrecment Page L of 5 SECT�ON 00 5� 43 AGREEMENT THIS AGREEMENT, authorized on Februa Ib 2021 is made by and between tl�e City of Forth Worth, a Texas home rule municipality, acting by and through its duly auihorized City Manager, {"City"}, and 1Vlakau, In� authorized to do business in Texas, acting by and through its duly aathorizeci representative, ("Contractor"). City and Coniracto:r, in consideration of the mutual covanants hereinafter se� forth, agree as %llo�vs: Article 1. WORK Contractor slaall complete a11 Work as specified or indicated in the Contract Documents for the Projeci identified herein. Artitle 2. PROJECT The project for which the Work under the Contract Documents may be the whole or only a part is generally described as follows: 2021 CONCRETE REI-IABILITATION UN�T PRiCE CONSTRUCTION CONTRACT CITY PROJECT NiTMBER 1028$4 Article 3. CONTRA.CT PRICE City agrees to pay Contractor for perfonnazxce of the Work in accordance with fihe Contract Documents an amount, in curr'ent fiinds, up to ONE MILLION AND OD/100 DOLLARS «l,000,00a.00�. Article 4. CONTRACT TIME 4.1 Final Acceptance. The Work will be complete for Final Accepta�ice wit�in the number of days specified in each task arder. Q.2 Liquidated Daitnages Contractor recognizes that time is of the essence for completion of Milestones, if any, and to achieve Final Acceptance of the Wox'k and City wiIl suffer financial loss if tlae Work is not completed within the time(s) specifed i� Paragraph 4.1 above. The Can#ractor also recognizes the delays, expense and difficulties invol�ed in provi�g in a legal proceeding, the actual Ioss suffered by the Czty if the Work is not completed on time. Accordingly, instead of requiring any such proof, Contractor agrees that as liquidated damages for delay (but not as a penalty), Contractor shall pay City Six Hundred Fifty Dollars ($650.00) for each day that expires after tl�e time spec�fied in Paragraph 4.1 for Final Acceptance until the City issues the Final Letter of Acceptance. 4.3 Renewals This contract tnay be renewed up to 2(two) additionaI terms, upan the expiration of contract funds, under the same terms, conditions, and unit prices. In no event shall the contract's total time exceed iive years from the initial Effective Date. CITY OF FORT WORTH 2O21 COTICR�TE REHABILITATIOIV Ui�IIT PRICE STANDAI2I7 CONSTRUCTION SPECIFICAT[ON DOCUMEN`I'S CONSTRUCTION CONTRACT 12evised 09/06/2019 C1TY PROJ�C'I' NO. 102884 005243-2 Agrecment Page 2 of 5 Article 5. CONTRACT DOCUMENTS 5. i CONTENTS: A. The Contract Documents which comprise the entire agreement between City and Contractor concerning the Work consist of the following: 1. This Agreement. 2. Attachments to this Agr-eement: a. Bid Form c. d. e. f. g• h. i. 1) Proposal Form 2) Vendor Compliance to Sfiat� Law Non-Resideni Bidder 3) Prequalification Statement 4) State and Federal documents (project specifac) Cun�eni Prevailing Wage Rate Table Insurance ACORD Form(s} Payment Bond Performance Bond Mai�tenance Bond Power o�Attorney for the Bonds Worker's Compensatian Aff'idavit MBE and/or SBE Utilization Form 3. General Conditions. 4. Supple�nentary Conditio�ns. Specifications specifically made a part of the Contract Doc�ifnents by attachment or, if not attached, as incorporatad by reference and described in the Table of Cantents of the Project's Contract Documet�ts. 6. Drawings. 7. Addenda. 8. Documentation submitted by Contractor prior ta Notice of Award. 9. The fallawing whic� nnay be delivered or issued after the Effective Da#e of the Agreement and, if issued, become an incorporated part of the Contract Docutz�ents: a. Notice to Proce�d. b. Field Orders. a Cha�nge Orders. d. Letter of �'inal Acceptance. Article 6. INDEMNIFICATION 6.1 Contractor covenants and agrees to i�demnify, holc� harmless and defend, at its ovvn e�cpense, the city, its of�icers, servants and employees, from and against any and aIl claims arising out of, or alleged to arise out of, the work and services to be perfornned b� the contractor, its officers, agents, employees, subcontractors, licenses or invitees under this contract. This indemni�cation rovision is s ecificall intended to o erate a�d be effective even if it is alle�ed or proven that all or some of the damages being sou�ht were caused, in whole or in art, b� �.ny act, orr�ission or ne�li�ence of the ciiy. This indemnity provision is intended to include, without limitation, inde�nnity for costs, expenses and legal fees incurred by the city in defending against such claims and causes of actions. CITY OF PORT WORTH STANDARD CONSTRUCTI07V SPECIFICATION DQCUNiENTS Revised 09/06/2019 2021 CONCRETE REH�BILITATTOI�i UNIT PRICE CON5T17i1CTION CONTRACT CITY PR07ECT NO. 102884 005243-3 Agrcement Page 3 of 5 6.2 Contractor covenants and agrees to indemnify and hold harmless, at its own expe�se, the city, its of�cers, servants and employees, from and against any and all loss, damage or destruction of property of t�e city, arising oat of, or al�eged to arise out of, the wark and services to be performed by the contractor, its officers, agents, emiployees, subconfractors, licensees or invitees under this contract. This indemni#ication provision is specifically intended to operate and be effective even if it is alle�ed or roven that all or some of ihe da�na es bein sou ht were caus�d in whole or in art bv any acf, omission or ne�li�ence of the ci . Article i. M��CELLANEOUS 7.1 Terrns. Terms used in fihis Agreement which are d�fined in Article 1 of the General Conditions will laave the meanings indicated in the General Conditions. 7.2 Assign�ent of Contract. This Agre�ment, includi�g all of i�e Contract Dociiments may not be assigned by the Contractor without the advanced e�cpress written consent of the City. '1.3 Successors and Assigns. City and Contractor each binds itself, its partners, successors, assigns and legal representatives to the other party hereto, in respect to all covenants, agreements and obligations contained in the Contract Documents. 7.4 Severability. Any provision or part unenfarceable by a cc remaining provisions CONTRACTOR. 7.5 of the Contract Documez�ts held to be unconstitutianal, void or .zrt of competent jurisdiction shal� be deeined stricken, and all s1�a11 continue to be vaiid and bii�ding upon CITY and Goverr�ing Law and Venue. This Agreement, including all of the Con�ract Documents is performable in the State of Texas. Venue shall be Tarrant County, Texas, or the United States District Court for the Northenl District of Texas, Fort Worth Division. I�:.' Authority to Sign. Contractor shall attach evidence of authority to sign Agreement if signed by someone other than the duly a�ithorized signatory of the Contractor. CITY OF rORT WORTH STAt�lDARD CONSTRliCTION SPECIFICATION �OCUMENTS Revised D9/06/2019 2021 CONCRETE REI�ABiLITATION UNTT PRICE CONSTRUCTION CONTRACT C1TY PROJ�CT NO. 102884 005243-4 Agreement Page 4 of 5 7.7 Prohibition On Contracts With Companies Boycotting Israel. Contractor acknot�vledges that in accordatace with Chapter 2271 of the Texas Government Code, the City is prohibited from enterir�g i�tQ a contract with a conc�pany for goods or services unless the contract contains a writt�n verification from fihe company that it: (1) does not baycott Israel; and {2) �+ill not boycott rsrael during the term of the contract. The terms "boycott Israe�" and "company" shall have the meanings ascribed to fihose terms in Section 808.001 of the Texas Gavernment Code. By signing this eontr�ct, Contrr�cto� certifies that Contr�actor's signature p�ovides written verification to the Caty that C011i:l1ClDY: (1) does not boycatt Is�r�el; a�cl (2) will not boycott 1`srael du�ing the ter�n of lI2B COitiPllCl. "1. $ 7.9 Immigration Nationality Act. Contractor shall verify the idenfiity and employment e�igibility of its employees who perforrn wark under this Agreement, incIuding campleting the Employment Eligibility Verification Form {I-9}. Upon request by City, Contractor shall provide City with copies of ali I-9 forms and su�porting eligibiIity documentation for each employee who perfortns work under this Agreerraent. Contractor shall adhere to all Federal and State laws as well as estabIish appropriate procedures and controls so that no services will be performed by any Contractor employee who is not legally eligible to perforn� such services. CONTRACTOR SHALL INDENINIFY CITY AND HOLD CITY II�RMLESS FROM ANY PENALTIES, LIABILITIES, OR LOSSE,� DUE TO VIOLATIONS OF THIS PARAGRAPH BY CONTRACT4R, CONTRACTOR'S EMPLOYEES, SiTI3CONTRACTORS, AGENTS, OR LICENSEES. City, upon written notice ta Contractar, shall have the right to iinmediafiely terminate this Agreement for vioIations of this provision by Contractor. No Thix'd-Party Beneficiaries. This Agreement gives no rights or benefits fio anyone other than the City and the Contractor and there are no third-party beneficiaries. 7.10 No Cause of Action Against Engineer. Con#ractor, its subcontractors and equipment and materials suppliers an the PROJECT or iheir sureties, shall maintain no c�irect action agai�st the Engineer, i�s offiicers, employees, and subcontractors, for any clairr� arising out of, in connection with, or resulting from the engineeriztg services per%nned. Only the City will be the beneiiciary of any undertaking by tk�e Engineer. The presence or duties of ihe Engineer's personn�I at a construction site, whether as on-site representatives ar otherwise, do not make the Engineer o�- its personnel in any way responsible for those duties that belong to tlie City ancflor the City's construction contractors ar ather entities, artd do not relieve the constructian contractors or any other entity of their obligations, duties, and responsibilities, including, but not limited to, all construction methods, means, techniques, seyuences, and procedures necessary for coordinating and completing all portions of the construc#ion work in accordance with the Contract Documents and any healih or safety precautior�s required by such construction work. The Engineer and its personnel have no authority to exercise any co�trol over any construction contractor or other entity or iheir employees in connection with their work or any health or safety precautions. CITY OF FORT WORTH STAIdDARD CO�ISTKUCTION SPLCIFICATION DOCUMENTS Revised 09/06/2019 2Q21 CONCRETE REHlIBILITATIQN LTNIT PRICE C�N$TRUCTION CONTRACI' CI'T'Y PROJECT NO. 102584 0052�13-5 Agreeroent Page 5 of 5 IN WITN�SS WHEREOF, City and Contractoc have each executed this Agreeaner�t to be ef%cfive as of the date subsc�•ibed by the City's designated Assistant City Manage�' ("Effective Date"}. Cont�-actor: Makou, �nc. City of �'ort 'Wo�-th By: By� -, _ , . �r� _ � Signaf.ure Dana B��rghdoff � Assistan# City Manag� � �6?� �� G�.�t �-�' (Pitinted Name} �(2 rw � r Pr� � Title 62U4 Parkside Dr. Address At•lington, Texas 76Q01 City/State/Zip Date - � _____ �"�LL �" ' . �;-� . �., �: � � � �. - �`�'� - Attest: � � ; � (Seal) � �I %'i M&C: . %� � � � _ Date Date: , � � 7 �`orm 1295 No. �2021- 702511 Contract Compliance Manager: By szgning, I acknowledge that I ann the person r.esponsible for the m.onitoring and administration of this contract, including ensuring alI pe�•formance and reporting requi�•ements. / �al�nan S hid Project Manager Appro�ved as ta Fo��rt and Legality: �1 �� Douglas '�N. Black Sr. Assistant City Attorney Cl'I'Y OF FORT WORTH S'i'ANDARD CONSTRUCTIfli�15PECIFLCATION DOCUMEAlTS Revised 69/06/2019 APPRPVAL CO. 1Vl D: I � � .� . �` `# illiam Johnson, i•ector � Transportatian & ��blic Works 13�pa��tment 202! COi�CRETE REH[�131jfJ1'��I(�.�1T n��r'� CO;�STPtIi[,,1'I1Dlv Ct��illta�'.1 `r1T}��{�'R ,�� "1Gr'r,�, B�r�d f�ia_ 1U��032 o�p � a � � • � N�itr�,�:�n��t�cr oor�� �N�: a Qr� I � 3 � 5 G 7 8 9 �� !C 12 13 i� I� l 1i S��'�'I(i�1 0{F �i f3 �Ff#_E{(7ftiv�.��i�L'• L3���iD i'�I� 5'�"}1`I�E (}�' `iF.�C.�A� � § IC1�fC�W ALL Bl�'' TFI���'� FR��,SR�1"�'�: �Q�ll�'['Y (3k"i'r�ii�RAN'!' � '!'h�� �ve,11'[�k�u, Znc. k�i�owe� �s "Pnnui�l" 1Mere�r� �rsd C3k!��o�na S�LY..�_��p��Y — _,� cnr��o��t� s+�rety(sui�:lt�s, if i�i��G Eitan orej du�y ���Etori�e�l to dv l�usiness ii� ihe StaR� af Z'rx;i�, itiILOkVll 8S "��i'�ty„ he��eir� (v��'i��#��r Em� or znt�re}, arc ]r�ld and �rm1y b��mcl uiyta �lie Ci�y ot' �'ori 1�Vorth. � IliU�11�I�E� C�7i�JQFB��tr�7 �IC�E�� pursun�!C to ilt�. i�ws c�f"T'ex�s. kno�++n �s "C,it}�„ hYr�3i�7, �e� the pe�r�l s�tu of, O1V� i� �LLI(�1V A,1�1 flUJlO�f ]��Y.Y.A.I�S i�fIQ 0{�f1.0{1 , I���,rf�il rn{;�e�+ O] tlll`+ ��fl]RC� SS$t?$r �rr be p��y� i�ti i•'nrt Worih, `I'nrr�nt C�M�nt}','fc�c�s f�riEie pa}Ft�ier�l ot`��tri�h ��n7 weEl ft��d �r�GGy 1a l� nl�,�e, kv� birid �rr���vFlvcs, our �eir :, ex�aui+��s, $��»in�straion, su+�����ots a��d �ss��n�;. jaintly t�e�� �versl ly�, i�Ern I�+ l�y t�i�se �rc;.s�nts. Vk+��L4"R�!;�5, r��e �r�ncipRl ��as e��t�red �nta s certnin wri�ten conl�acf wilii th� �ity I']� awvnr�eri �t�e 16th��y a�' Febru�sv.. _, 24i2 �, wltii�h �4xry[r�c� IS i�er�by r�aFerrecl E� �n�l rnade H ER ���ri lie�eof�i'r�r :!I pi�rpases [�s if fi�lly set ts�rtfi Itei'ei�r, [a �rnisF� �I] materits��, eq�ai��menl It�b�r 14 ���� +}t��cr acc�ssories def;�ed by Iaw, ��� the E,r�,sect�tic��i at`�I�� V'Js�rk, ittciu:li�t� onv �l���g� �,� �7rder�, �s pro+�icled E�r�r iti sr�ar� Canirr��t desFgnated ns 20� �('�i�1C;#�l:'f'� �N,���LBI E�I7`ATl(��l �I LF�fIT �f+iF�E {:��lS'I`RiJC'['I�A! CC_�h1Tf�AC;'�'. ��Ry �'enjee� i�lo.l��$�34. �� �� 24 �5 �b 27 NOVk�, Tf � f�ItC�:�'{}I�l:, fhe cn�Yciitins� of Ih�s nbli�a�iniy is �.i� l� t��al if ti�e s�id Prin�:ipai sli�il f�il]�f'ully �trf�arnz i� oblig:�tiar�s �ndef tlzc (:ont`�ct and sltiu] l i�y �II res�ae�fs daky :totiC� f��tk�fu€ly p�;rfarm 11i:. Vdork�, In�;l�ldi��g C11s�tge [3r�iers, uRtider ihe C;�,r�tra�i, it�cor�li��g t� li�W ptans, ���ecif�cations, 2�[kd co�llr��t dc�c�inei�iS t�erel� re�ereud toT anci �s wel M�kuring ��y periud �� �x#ensior� oF tl�Y �c�r�trffc[ iha� rr��y �e grst�tad �:r �fte �r� �f �h� C€ty, ri��r� titis ohiigal i�fl siiall b� �rM+� bec��n� i�oll ��a� a�aid. oihet�vi�p to r�i�ain ir, fi�l� F'u3`ru ar�d ���'ect. 28 �'l�Cl�f}�1} �'�R'1'i�El�, Ilt�t ii'uny leg��l uctirsn he f��:d on ��is 13����, v�:,ue s�?flli lr� in 29 -t':irr�n3 �ou»�y, '!`exa� i�r 113e l,fn ii�d �tatas 1�istrict �.'uurt fc�� �Jre Tw+��;l�e�n f�tstri�t ��f �'�x�s, f�ai�t 30 Worlh �3�vician. crrv�F ���a wc}��rrG 53'�lNf}AEtI] i:+]Ps5T1tUC�k'ICrN �!'ff f}Ir_;,�TIC}N L5t�C1�h,iEFi"TS Revi:r;i �uly t_ 2�1 k yq�M �{7q�t{;«FTE RLHARI�I'!'A'{-IC3N lli�1ET E'R1L'E C_C.tNS'I h! ICI'Ir�"d C'[�CV'1'RAf� Cl l Y F�tulGL"T C�, lQ?6� 00 61 13 - 2 PERFORiv[ANCfi BOND Page 2 of 2 1 This bond is made and executed i�a complaance with the provisions of Chapter 2253 of the 2 Texas Government Code, as amended, and all liabilities on t�is bond shall be determined in 3 accordance �with t�e provisions af said statue. 4 IN W�TNESS WHEREOF, the Principal anci the S�rety have SIGNED and S�ALED 5 this instruznent by duly authorized agents and ofF�icers on this the ��� day of 6 �� r , 20�. 7 8 9 10 lI 12 13 14 15 16 �7 18 19 20 21 22 23 24 ZS 26 2'1 28 29 30 31 32 33 34 35 36 37 38 39 40 �41 42 43 44 45 ATTEST: � ���� (P�in ' ai) Secretary Witness as to Principal , � / Witness as to Sur - PRINCIPAL: Malc� o�_ BY: �� — - � Si ature �I,�s� ��► Pa,xG,a�-� Name and Title Address: b204 Parkside Dr. Arlin�ton Texas 76001 SURETY: ����:.7�1�� ,u: ►r.�. : ,� � /� r� } � � ra�i _�1__r� 1n' "i�� Name and Title Address: _��� e]��1 u���� _ Sw� 2tic) S O Telephone Number: Q i g-� �� 7, 7��� �Nate: If signed by an officer of tl�e Surety Company, tbere must be on file a certified extract fro�n the by-laws showing that tihis person has au�hority to sign such obligation. If Surety's physical address is different from its mailing address, both must be provided. The date of the bond shall not be prior to the date the Contract is awarded. C1TY OF PORT WORTH STA?�]DARD COI�ISTKUCI'IOI�I SP�GjFTCATION DOGUMENI'S Kevised.Tuly 1,2D11 2021 COI�ICTtETE RCHAI3ILITATION L1NIT PI2ICE CONSTI2UCTI01� CONTRACT CrTY PRQ7ECT NO. 10288�4 �ar�;i h�o, �C�,���3� oor�� i���G �nvr..�.:r�� �c�r�� r�g� i �� � I � i � � s � � � � 10 ll l2 i3 Id �5 ���:.i ��'ii�� �../�` ���f'�� co�r�'�r �� �r�►i��?��v� SM�C'TIi�� �f� {ii �� �.��rr.��:�v-r r�o�r� J � ��r�row ��.i., r��f �ii�,�r: r�k:�r.r�-i :�: � T'1�a�t we, l4ialcnu Inc. �r��wn �s "i'rincig�!" li�.r�in, �n[i +�^ m anu Fl C��Uf��� Sll�fj' Q�,�3�1�R1� �UfC�4}�0���-.''_:,�-�--- -� — -- (surelitis), �i�1M�+ nukhoriz��! 40 �€� ��isinen� in CIX+; S�ke uf `3'ex�s, €�3a�v,+�t a� "���fy„ i�er�i�� {wi�eih�r ar�� ar rt�ore}. �;rc �ield si�Kl fii-r��1y ha�anr� �nir� IE�� Cily af �ar� Wort�3, � mun�c��t�l cnrpc�r:�tian c:�eated purs�a�ni f� t��p iflw� t�€' the Si��e c�i �'ext��, F���twG} �s °`�ity'` I�;.Ptil, iit ilYe }�ent i surn of �1 ��. IV1rLLl[��l rLi��] U�fIU� DOL,T,AI�S �� �(I{k���.i�[I , l�wi'<<E tr�one� o�'ik�a U�ited ���tes, ta be p��d in �nrt W�EfI�. '�'arr�a7l �au�E�. `I'ex�s, �'ar Il�e }v�y�neitt of vv3�ich sum we!] $�t� I�ul�+ be s,�sde, +��� b�nd t�urs�lv�s, ox�r Ik:aes, t'.�{�Cklti}f5, acEministr�tors, succcs�nrs r�rXd ���g�5, jotr�ljy er�d �everally. firn�ly �� thes�: p�esents; I� WF��I�G�5, I'ri�xcipal 1ar�s eniere� iift4, a�:ert�ai� wri#tc�� �o�1��c� wi�IM �i�y, aw�r�sd �he i7 i6ih d�y �f, February , 2�'i1, ��rk�ic3� �a�n�r��;� is her�6y re�err�d to u�td r�tiad^ +3 part IM::�a� �R 1'or al1 �r4�rpt��Vk ss 11� {'ully� se� fur�1� het�tn, !c� f�rrt��1� r�ll iTa�jtcr�Hli�, �quipn�c���, Eai�:SC RfIC� �}t}ter 19 accessarie:� ::s �i�F�ned b� law, �n th� �Sfn��ctition ot`�h� �Nork =�� �ravi€��� for in s�id C�>ritra�t &nd 2{� dcsag�ate�l s�4 7E�21 C�TkICf��'E'C �2�� IllBil.!'i'A'i'I�� UAJ�T �'�C�E CC��ST#�lJ�`TL�11�! � � COC�TRAC7', �ity I'r��ecl �o_ � ��88�1. �� 23 �� �5 2.b 1�'(lV�, `�'�I�RL:��k�C, '�Fli� COI�i�I`f10�*1 C?�' Tl�l� OBj_,I�A`��.�?�! is suc�i� tE���# iF k'��inct��c{I sEra11 p�y r�ll n���iies uwin�; tc� anv (si�{l �ll} pa�y��„�tft btkG�d i�eri�ftctary (as �ef ncd in CE�anter 2��3 of CI�� 7'�x�s �o�+;��nn�ertt Codc. as �rri�;n��} i�1 ti��e pr�sc�ul E[�n [�#' t}�e Wnrlt �ndee ihe Cor.:s�cl, t��e:� �his obC��atior� s���i� h� �o�d F►r:c�me r�Ull �::�d ��id; ���F�crwise to reanain ira fi�l1 �ot� r�r�� e�Fu:t. �� 'f E�is E�ancE is marie ;�n�k ���e��ac�:d i�t compl��r�c� wi�h Nhc �rovi�i���s of Cl��p�er ���3 n� the 2B Texaa �'iovc:�si��ent �ad�, �s �a�te:��c�l, nnd ;�IC €�abi�itkes an rlris 13�nd sl�sll b� d��eri���ncd i� �9 aecnrd�r��� ���ith 11�� �Srov�saoe�s oFs�i�l sta��ite, 30 CITY OP Ff]�k'I' �VC1R7']i STFi!`��ARC> [:Y}�53"Rl}C','�IOC*F $PECER{�A`I7�C*1 CMCJC11M�hi`�S k�v�sedJuly 1, 2spl I �0�1 C�MCE�G�E R�3�lAg�1.l'CA�3�N LJf�l7"�`Rz�'�L Ct?T,i;Thtk1C:'I �N �UN'i I�,A��i� t'll�Y PEtOJ�C'7' I+�� 1�88n DO 61 14 - 2 Y/1YMENT SONT7 Page 2 of 2 1 IN WITNESS WHEREOF, the Principal and Sux'ety have each SIGNED and S�ALED � 2 this instrument by duly authorized agents and off�icers on this the �� day of 3 � � f 20��. � AT"FEST: �j �'�a� (Princi 1} Secretary Witness as to Principal ATTEST: {Surety) Secretary . � Witn ss as to Surety PI�NCIPAL: MakJ� Inc. BY: Signatur • v I �Ci�.� �19 � �.L�s1- /� ,��aru P,4 � Name and Title Address: 6204 Parkside Dr. Arlin�ton, Texas 76001 SURETY: 1S 1a������� BY: Signature `�r�,,� h� i �n � � Name and Title Address: Sot.. 1������ 51t,ti �, 2c'�D 'fuasQ� at� '1 �j 1ti61 Telephone Number: � � �� � � m � Z � � 5 6 Note: If signed by an ofiicer of the Surety, tlzere must be on �la a certifed extract from the '7 bylaws showing that this person has authority #o sign such obiigation. If Surety's physical 8 address is different from its maili�g address, both must be provided. 9 10 The date o�the bor�d shall not be prior to �lze date the Contract is awa�'ded. II 12 END OF S�CTION C1TY Or FORT WORTII 2021 CO3�TCRC'I'E iZEHAI3ILiTATION UNIT PRICE STANI7ARD CONSTRUCTTON SPECIFICA'I'ION DOCUM��AITS CONSTRUCTIO�i CONTRACT CTTY PR07ECT NO. 102884 Revised July 1, 20i 1 Bo:�d �fo, 70�2U32 04+51 I�• I f�.s.1�1�T-.C��NCL i�ifNU Ps;e I of � f � 3 � $ � 7 R 9 30 11 �� 13 �4 IS I� 17 !8 I� 7{� 21 �2 7.3 2� �5 2Ci ?7 78 �9 30 �1 32 33 ��r s�r�.��� ��, �r��� �:�LFN'CY ��� '�'�L�i��11�1T �L;CT1�N0�(�l �`} �A�'�`Fi�1ANC:F Bt]I�T} � � i:]`+�OW ALL RY '�`�iI:�E YI�i�S�N'FS: � �I��i;i# v:� h�ak�,_,___ j�o���, knaw�t ��s "1'��irr�ip�l" 3�e�ein and t�ic��hwrr�� ����ty �o��7pan� -- — —_, a c�rfs€�r�[� s�r�ty �sti��ti�s, iF�rn�re llL��r o�te) c�u�y �uil��sri�ed t� drr �Susoiae�s in kllµ St�#e of Te:xt�s, knr,w� r:s "Surefy°' liefcin {w��el�ser or�e or u�vr�}, flre !�uld �nd f�nniy 1�a�n�i a��ltn [f�e Cily �CFort W��iix} a mUnici}�n� cnrpar�tion ck��tted pt�rsuae�t �u �he ��ws of tlye �E�tr �+f'�'�:x�s, kiotru�n �:: "C;i�}�" l�e�ein, kll ifl� 5�iRl �1� O�E �4�if �.�L1�N APF� �i4111}€I QO�11 S, Y iDliU 0€i[�,�0 , iawf��l n3a^�y of thrt: ilni�c:ci �t�l�s, to be �x�td �� f=�ri VJE����, 7�arrr��tit C'ou�t��. iex�s, Far ��sy��ten� ��w1:i�l� s�in� weil ai�cf irt+ly be ��{-��1e ���ti�cr the C i�y a�rid �t� ss�cce�sa��s, we bGii� �xur�e�ve�, c�ne Ixc�i,-s, 27C�'CIf�OCS, ui�i➢'YII1I��YH�{1f5, suc��ss�rs ar+� �s�i�,n�, jc�i��41�' ���Md �evcr�tlly} f�ri��ly by #l�es� �xresenis_ �'V���'N�AS, ti�� �riYic��a3 h�s et�teeet� �Mti#� � cer���in writien conls�c:� wi�h 1#�� �il� aw��dad t�o 1s�!, drty� af ���aua �0�_!., which C:nr�trac� is l�e�eby rei�cr�:d �c�.an� � m�de p�r� loe���ofi €'or ull �u�poses �s �F fr�lly s�;t loriln c�fct:s, ta furtlisft sll ���crixEs, �q�i}�mc�:f I�bvr �iitd t,Ehe: H��ess�rtie� as +�e��ned bv 1pxv, in ���� pros�c�tio� nf ll�4 V4'�rk, ln�lki�lii�g any W�rk resktt#�ng fram �� ���ly r�u��ic�rizcd �tr.a��ge �r�er (c:nllectivcl}� ]�ef�.x��ti, t�e. "`1�+o�rk"� a� pr4svide�l for in sa��i CC}Lltl'eiC� �ti�id cEea�gn.1;ec� �� 20�1 ��1��'ItF�'F', F�F}3r�13i[,1'1'A'i'iC�N iJT�I'1' �'1�JCC Cf��15T��k.JCi'IC]hl C��l�1TR.AC'.�1', �,�t� Pro}e�i 3Vt+,j[128�4; ;��3� WHI��i�A�, Prin4ip�! binc�s ktSLIF�O kGSC Si1C� Itl�J[�E��I� �li1� 4t] 4Ca CUnSlri}Ct lh; W���k ii� ��:t:�}rc��s��� wi#� �ls� p��t�Ms, s�awcificar�u��s �sG��! �an1 nici D�scr��nen�s [hat i l�e �N�rk ��: a�d wiEl rem�+in he:.� feoi�rt �I�efecls ii: r�taSea'Eals s�r wo�krnan;hi�� f�r aand �€�s�ira� �fie p�rio� of t3wo (�� �ca�� r�f��f tlfe da#c of �inal Acceptr��ce of I�xe 1Nark b}� #I�v �ify �"h�lsu�t€i,�i7�u Pe: iad"): �tt� 1�1'tYL�Rf.�►S, i'rti�ioip�l �ir�ds i�sel�`!c, rep�ir or re�ons�rr�o� th� V'��rrk ir� wholti +sr in par� Ll�]{FCl ['Cy$:ving n[�tic� frcr�n [i�e �:ity ��f #��� i:�cd ih��efor �t �ny tim� wi�hii� tlie I��in�e�x�i�t;�e Peri�s�_ c���� or ��t�� �vs�;�'rE� 2��1 �CO�!{=Ft��!'� [#��-1�4i�1�,ITA'110.�1 ;��rri i'i43�E ['SiF#Si3�1.dCT1f],`1 f'f1N�frt{!4L`T $ fAh;�JJ4Rl7 C{}N�"TRUC�I iClC-0SP�C[FICl1'ffC7#�1 �S�C�IM�iN'i5 C'i'�'Y 1'R{}JC��7td0. 14��RA itcr�iscd !isl� 1, �Ol 1 ao�i i9-z 1v1AINTENANCI's BOt�ID Yage 2 of 3 1 2 NOW THER�FORE, t�ae condition of this obligation is such i�at if Principai shall 3 remedy any defective Work, for which timely notice was provided by City, to a completion 4 satisfactory to the City, then tbis obliga�ion shall beconae null and void; otherwise to remain i� 5 fu11 force and effect. 6 7 PROVIDED, HOWEVER, iiPri�cipal shall fail so to repair or reconstruct any iimely 8 noticed defective Work, it is agreed that the City may cause any and all such defective Work to 9 be repaired and/or reconstructed with all associafied costs thereof being borne by the Principal aud 10 the 5urety under this Maintenance bond; and 11 12 13 14 15 16 l7 18 14 20 PROVIDED FURTHER, that if any legal action be filed on this Bond, �e�iie shall lie in Tarrant County, Texas ar the United States District Court for the Northern Disirict of Texas, Fort Wox� Division; and PROVIDED FURTHER, tlaat this obligatiion shall be continuous in nature and successive recoveries may be had hereon for successive breaches. CiTY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATTON DOCUNI�NTS Revised July 1, 20I1 2021 CONCRE'I'L REHABILITATIOl� ITI�TT PRIC� CONSTRUCTION CONTRACT CITX PROJECT NO. 102884 00 61 19 - 3 MAi�]TENANCE BONb Page 3 of 3 I IN WITNESS WIIERE�F, the Princi�al and the Surety have each SIGNED and SEALED this 2 insiu•ument by duly autho�•ized agents and off'�cers on this the �_ day of � r•a� , 2oZl�, �- 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 2S 29 30 31 32 33 34 35 36 37 38 39 aa ATTEST: (Principal) Secz'eYaty Wiiness as to Principal ATTEST: PRINCIPAL: Makou, Inc. BY: ..- �„� ��, . - Signature MAQSOO D KHAN Maqsood Khan Principal Na�ne and Title Address: 1204 Parkside D�-. Ariin�ton, Texas 7600 L SiJR�TY: � L�'f Q BY: �s�-_,_. _�,f�� Signature ���n :�. ���c��li ce � �i1��� Name and Titl � Address: i �� � Sb t+�C1r• ��.�_ (Sure ) Secraiaiy �$u i 2oD � '� s� 0�'. !i Witness �t�ureYy. Telephone Numher: Q t�'���' � a��� � *Note: If signed by an officer of the Surety Company, #here must be on �Ie a cei�ii�ed extt•act from il�e by�laws sItowing thai this person has authority ta sign such obligatiotz. Tf Surety's physical address is different from ifs mailing address, �oth must be provided. The date of the botzd shall not be prio� to the daie the C�niract zs awarded. CITY O� FORT WORTH STANDARD CONS"1'RUCTION SPECIFICI#TION DOCUMENTS Revised July 1, 2011 2021 CONCRE'I`E REI-IABILITATION UNIT PRICE CO3�13TRUCTIOI+1 COI�lTR4CT CITY PRO]ECTNQ. 102884 �����c�nn� ��i��r� ��nn��►r��r 743T u��U7Fi B�k1��E#t, Sllll ���Q • TULSA. D�(1�+41iOhl�A 74'119 • 8�8-�87-72�1 •�A?t �18-�88-'i�53 P�L�4EI� C}F fiE'I"1'ORl+i�Y 1{N�W A�L MEN BY �FfESE PR�$�fdiS; Tnal the OFi1.AHQMA SEIRETY C�f�4P11M1� � cospo�aklon orgenire� ar,� �Ki�klrsg �1dur ar,d 17y vl+tu�e nf 1he I�ws ai 1#te S9a3e of G1�I4, �ps yieraby narr�lrl��e, car.9klC�lle and ap�vinl �i1� �ersan n� persona nam�d belavr, e�sh If��IviduaAy I! more #han ona la �arned, its lns� anti lawiu6 altarn�y�ra•fect, iar I! ,��r� !rr Iks ne ma � pl�ice an� �l�d ko exec uE6 an bei�al� of 1 ha suid C�4r�pany, es aurely� a�y xnd ell �o�1ds, ur�on�klnQS �ind cmilracts ad suretyyhkP, ar ather wtiRsen oaoiQation$ �n th� nature rnereof. �r�ni fw1. �Eoa�lgan, FE�u! F, Oam�. Rab {}r�G�lrk�, �e�bi�z Palrne� ar,d k(ara Plc�rc�. all ai F�1�WA�1a3S�N. TJ{ I�1 V+�IT�C5� b11H�RLbf, the piik.AHOMA SilIt�TY Cb14�PAi�1V has c�u�od lh�se p#e�e:�ls la b� aignod a�d allb�ie� by Ike �ppro�ri�t� u1fi,�ersar�dj%�„�YP,oralesralheteur�toeii�xedlhl� 09de��i �e�t��rtber , �0�� ; �.�# ��4 ° "''',�°� c �� � ���� �� �ti �K�AH�MA SUR�TY ���PANY � .� ; F '� .' S5 1 A7'��5T+F��f.��+r��'`y � ,� ���C-��'� i ��"��� � �"� T TA VICL PR�SI�IENT On this ��day a� ��pfei'n�e� �U2�} belo�e me personal�y appeared �ODI} BAZFI�A . so rn� wnown� #e;n9 d�y� awo�n� dn#ases anrf aays ihai s�h� �B91�B3 I�5 �}rak�h AfF45Y� �k�alwma, iiiaR s�hr I� e l��a Piestd�nt a� �I+lhlrnrr�a Suraty Campany, Ihe c�mp�ny destrlhr� In ant7 whleh exaculetl 1h� abowa instrument; thal s�ha kirow6 klre seel af 1Fte sV!� Compar5y.lYsak ihe seal a�'fxsd ia 1i�p sal4 Instrumen4 Fs aucks c.�rpor�te� se�l. Ei� oE �I v�� s so �ifiK�d by sukhotdy oi he r+hls afticc under I Iti� �y'• � ev�s �f sald Comp�ny. sr�d ilsat �ih2 slg ;ed h:�. nam d! I}areta by Irka a�lharNY� ._�,..,. _ S'#A7E �F �ISL41��M CQI�NTY�� TUi.SA � SS �dmmkas�on # � � 008253 h,ty Ca n expi � —��`�� JULJ A W Notery PGwk�ilc Thl� �ower af AI1oTney �s �ra�ted t,y ��khar�ly a� ihe foh4awing r�sof�lions adap�ad i;y 11� B�ar� af Oire�Ru�� nf �4e��.•�urnA Surety �o:npas�y by una��mosl� wrl�lagr co�serst d�ipd 9t�pferr�ber 25_ 7{3C}3 RfS�LVE�7. Th�t !hQ Pra�id�ni� �h� �xec�klw� 1hc4 ��essdsnR� I#�e �pvreal �e�iar 1r�� Prasidehts �r�d Vl�e P+es:de�ts aC �ny �na o! kh�m, ba arad h�reby �4 a�7ltnri�ed, �rarn 1i���e ia hrlxe, Iv appvl: f UI3B 4f fflar� AIEOfRe'ys-In-FbCi l� �X4�Ul0 6fs b�ha1! 0� lhb �Q�T.partiy, srn su;ely� �11y �nd all ba�ds, undeN�klrr�s and cortlrac9s oi sureEysfalp. ar other wrllterG nhliaRlle�ns in fhe rraiu+e I�rereai� 1� proscri�� li�elr resFreG#Fve �utle�s undlhe r�sp�c#iw� IlmlRs ai �Rie4r au�hority; ar�d Ro reuukt �rFy �ucfi ap�olrilm��l al �fky IffTFe. R�S{��VED �URTHER; fiRr�t ih� Canrp�ny s�al and f�re s�ig�raCure �f any o� Ihe xiarexa�d ��flcers �nd any Sncre#ery oi Assl�a: t�ec.reiary of Cha �om�any rrFey he ai�lk�d by is�slmllo �o aRy pGwe; of att�rn�y or ce€C4il�ale a! �113�a; gMwel� i�r �ha exeCi,lRon as ar�y bcnd, unde�7aking� earrCraek a� suraky�Y�ip, ar a4l��r tvr�tleai ab�IgatEo-n i n Ilne nature lhereof, such �IgRbiue e and �eaa +41�� arr us�d b�ing hereby �dopked �Y lite ��r�pany as tho origi+lai �I�fS��LYf2 Oi 5�i;fk {]tGC�F af�d 1rh^ ar�lrral aEal ad E#�g Cam�aar,y, f� be uoli�f and #irr�ing upon ihe Cur�,pany wF h 1he same Force an4 effeck aslMa�h mae�uaHy �tiAcsd. CER�I�I�AI'ION � $�1A�O i� k�Al� �L �eCF�lafjr ni pklahoma Surn#y C�mp�r�y, dn �r�reby c�M�ty I�ral She �nregvinp Powaf ni Attarney �nu ihe Ftes�l�lf�na o# the �a�rd Qf DrteoRois a� 8epl6mE�e� 25, 200� h�un rra4 #eefi r�waked ar�d ar� now in �uH foroe and e�feU �rrr++r., S�ned and s��l�d �hls.� dap af �� �r. � ti'R`������`�F�� J� �'`�s���.'�� ; ;�: ; r� f f0 fi+�� M�}44kti {.��.�,�- �7�Y���° — ���� ,.� VOI�i �� f�OX 4S ��'ll}��` IViIDmCO�TINEl�T CA�UALfTY CONiP,�iI�TY OKLAH4i�A SURETY COIt�PAI�TY STATE OF TEXAS CL:��:�1 :�OTICE E:�DORSEiTE'�T In aecordance ��ith Section 2?�3.0? 1(� of t�e 1�exas Go`�ert�unent Codz� and Section 53.202(6) of the Texas Proper�}� Code, any notice of claim to the named surety� under this bond(s) should be sent to: �[ailing: �III]-CU\TI\EtiT C,��L`.aLTI' CO\IP�:�ti' OKI_.-�H011.a S�"RETY CC)�1P:1ti�' P,O. BOX E-�09 TL'LS.�. Ok 7�i�1 TELEPHO:�E �O. 1-800-7?2-499� F�X �O. 1-918-5$6-0�-�{} E-��_-�IL: CL.aIti1SL �iCG-I�S.CO�i Pt�►`sical: 1��7 S. �O��L.DER SGITE �00 TL'LS.-�. OKL_�H0�1.-� 7-� 1 l9 �TTACH THI5I�OTICE T4 �'OUR BOtiD UPO�i E�ECUTIOI�T OF THE B011ID TXr`fmanrfcrtt3[17 STAl�I�ARI) GE�TERAT, C011TI)ITIOI�T� OF THE COl�TSTRUCTI01lT ��1�T1�ACT CiTY OF FORT WORTFI STANDAIZD CONSTRUCTION SPECTFICATION DDCiIMEIVTS Revision: Ma�h 9, 2020 STANDAR.D GENERAL CONDITIONS OF THE CONSTRLTCTION C4NTRACT TABLE OF COli�TE1�TS Page Article 1— Definitions and Terminology ..........................................................................................................1 I.Ol De�ned Terms ...............................................................................................................................1 1.02 Te�rninalagy ..................................................................................................................................6 Articie 2— Preiirninary Matters ......................................................................................................................... 7 2.0� CopiesofDocuments ....................................................................................................................7 2.02 Conunencement of Ca�tract Time; Notice to Proceed ................................................................ 7 2.03 Starting the Work .......................................................................................................................... 8 2.04 Before Starting Construction ........................................................................................................ 8 2.05 Preconstruc�ion Conferrence .......................................................................................................... S 2.Ob Public Meetang ...................�--........................................................................................................ S 2.07 Initial Acceptance of Schedules .................................................................................................... $ Artzcle 3— Contraci Documents: Intent, Aznending, Reuse ............................................................................ S 3.OJ Intent ..............................................................................................................................................8 3.02 Reference Standards ......................................................................................................................9 3.a3 Reporting and Reso�ving Discrepancies ....................................................................................... 9 3.04 Amending and Supplementing Contract Documents .................................................................10 3.05 Reuse of Documents ...................................................................................................................10 3.06 Electronic Data ............................�...........................---�.........................................................-�---..1 J Article 4— Availability of Lands; Subsuz�ace and Physical Conditions; Hazardous Environmental Condit�ons; Reference Points ........................................................................................................... � 7� 4.01 Availability of Lands .................................................................................................................. I 1 4.02 Subsuz-�ace and Physical Cor�ditrons ..........................................................................................12 4.03 Dif��ring Subsurface or Physical Conditions .............................................................................12 4.04 Underground Facilities ...............................................................................................................13 4.05 Reference Points .........................................................................................................................14 �.06 Hazardous Environnrzental Condition at Szte ..............................................................................14 ArticleS— Bands and Insurance ...................................�-.............................---................................................16 5.�1 Licensed Sureties and Insurers ................................................................................................... I6 5.02 Performance, Payment, and Mainienance Bands .......................................................................16 5.03 Certificates af Insurance .....................................................................................•----...................16 5.04 Contractor's Insurance ................................................................................................................18 5.05 Acceptance of Bonds and Insurance; Option to Replace ...........................................................19 Article 6 — Contraciox's Responsibilities ........................................................................................................14 6.01 Supervision and Superintendence ............................................................................................... l 9 C1TX OF PORT WORTH S"TANDARDCONSTAUCC[OIJ SPECIF[CATIDN DQCi_Tiv�£1�IT5 Kevision: Maich 9, 2020 6.02 Labor; Worki�g Hours ................................................................................................................20 6.03 Services, Materials, ar�d Equipment ........................................................................................... 20 6.04 Project Schedule ......................................................................................................................... 2l 6.05 Substitutes and "Or-Equals" .......................................................................................................21 6.06 Concerning Subcontractors, Suppliers, and Ot�ers ....................................................................24 6.07 Wage Rates ..................................................................................................................................25 6.08 Patent Fees and Royal�ies ........................................................................................................... 26 6.09 Pern�its and Utilities ....................................................................................................................27 6.l 0 Lavc�s and Regulations .................................................................................................................27 6.11 Taxes .......................................................................................................................................... Z8 6.12 Use of Site and Other Areas .......................................................................................................28 6.13 Record Documents ......................................................................................................................24 b.14 Sa�ety and Pxotection ................................................................................................................ 29 b.15 Safety Representative .................................................................................................................. 30 6.l 6 Hazard Comrnunication Progirarns .............................................................................................30 6.17 Ezxiergencies and/or Rec��ication .............................................................................................. 6.18 Submittals ....................................................................................................................................31 6.19 Continuing the Work ................................................................................................................... 32 6.20 Contractor's General Warranty and Guarantee ..........................................................................32 6.21 Indemnification ......................................................................................................................... 33 6.22 Delegatzon of Professional Design Services .............................................................................. 34 6.23 Right to Audit .............................................................................................................................. 39- 6.24 Nondiscri�ination .......................................................................................................................35 Article 7- Other Work at the Site........ 7.01 Related Work at Site ........ 7.02 Coordination ..................... ................................................................................................... 35 ................................................................................................... 35 � .................................................................................................. 36 Ariicle8 - City's Responsibilities ...................................................................................................................36 S.O1 Communications to Contractor ...................................................................................................36 8.02 Furnish Data ................................................................................................................................36 8.03 Pay When Due ........................................................................................................................... 36 8.04 Lands and Easements; Reports and Tests ..........................................................:........................36 8.05 Change Orders .............................................................................................................................36 8.06 Inspections, Tests, and Approvals .............................................................................................. 36 8.07 Limitations on City's Responsibilities .......................................................................................37 8.08 Undisclosed Hazarrdous Env�ronmental Conciition .................................................................... 37 $.09 Corx�pliance �vith Safety Prrogran ................................... ............................................................ ,Article 9- City's Obserrvation Status During Construction ......................................................................... 37 9.01 Ci%y's Project Manager ... .. ....................................................................................................... 37 9.02 Visits to Site ............................................................................................................................... 37 9.03 Authorized Varia�ions zn Wark ..................................................................................................38 9.04 Rejecting Defective Work ..........................................................................................................38 9.05 Determinations for Work Performed .......................................................................................... 38 9.06 Decisions on Requirenr�ents o� Contract Docuxnents and Acceptability of Work ..................... 38 C1TY OF FORT WORTH 3Tt1NAa1RD CONSTI2UCTION SPLC�Ti�'ICATION DOCiJ1V1EN"I`3 Revision: Much9,2020 Articie l0 - Changes in the Work; Clarms; Extra Work ................................................................................38 14.01 Authorized Changes in the Work ............................................................................................... 38 10.02 Unauthorized Changes in the Work ...........................................................................................39 10.03 Executio� of Change Orders ............................................................................................... ........ 39 10.44 Extra Work ..................................................................................................................................39 10.05 Notification to Surety ..................................................................................................................39 I0.06 Contract Claims Process .............................................................................................................40 Articie 11 - Cost of the Work; Allowances; Unit Price Woxk; Plans Quantity Measurement ......................41 11.01 Cost oi the Work ......................................................................................................................... 41 11.02 Allov�rances ..................................................................................................................................43 11.03 Unit Price Work ..........................................................................................................................44 11.�4 Plans Quaniity Measurement ......................................................................................................45 A�rticle 12 - Change of Con�ract Price; Change �f Coniract Time ................................................................. �6 12.01 Change of Contract Price ............................................................................................................46 12.42 Change of Contract Tinrze ............................................................................................................47 12.03 Deiays ..........................................................................................................................................47 Article 13 - Tests az�d Ins�ections; Correction, Rernoval or Acceptance af Defective Worlc ......................48 13.01 Notice of Defects ........................................................................................................................48 13.02 Access to Work ........................................................................................................................... 48 l3.�3 Tests and Inspections ......................................................................................................... .....48 ---• 13.04 Uncovering Woxk ........................................................................................................................�9 13.05 City May Stop the Work .............................................................................................................49 13.06 Correction or Rernoval of Defective Work ................................................................................5D 13.07 Cozrect�on Period ........................................................................................................................ 50 13.08 Acceptance of De�ective Work ...................................................................................................51 13.09 City May Correct Defect�ve Work ............................................................................................. 51 Article 14 -- Payments to Contractor and Completion .................................................................................... 52 14.OJ Schedule of Values ......................................................................................................................52 14.02 Progress Payments ...................................................................................................................... 52 14.03 Contractor's Warranty af Title ................................................................................................... 54 14.0�- Partial Utilization ........................................................................................................................ 5S J4.Q5 FinalIz�spection ...........................................................................................................................55 14.06 Final Acceptance .........................................................................................................................55 14.47 Final Paymeni ..............................................................................................................................56 J.4.08 Fina1 Coanpl�tion Delayed and Partial Retainage Release ........................................................ S6 14.09 Wai�er of C�airns ........................................................................................................................ 57 ArtacZe 1 S- Suspensian of Work and Termination ........................................................................................ 57 15.01 City May Suspend Work .............................................................................................................57 15.02 Czty May Terrr�inate for Cause ................................................................................................... 58 15.03 Ciiy May Terminate For Convenience ....................................................................................... 64 Article16 - Dispute ResoluY�on ...................................................................................................................... 61 16.01 Methods and Pxocedures ............................................................................................................. (1 crrY o� NORT wox�z STANDAEtD CONSTRUCTIOI�! SPECIFICATIOI�I DOCUMENTS Ravision: �h 9, Zp20 Articie 17 — Miscellaneous ................................... 17.01 Giving Notice ................................... 17.02 Camputation of Times ..................... 17.03 Cumulative Aemedies ...................... 17.04 Survi�al of Obligations .................... 17.05 Heaciings ........................................... ................... ................... ................... ......................................................... 62 ......................................................... 62 ......................................................... 62 ......................................................... 62 ......................................................... 63 ......................................................... 63 C1TY OF PORT WORTH STANDART7 CONSTRUC"E'I�3�I SPECLEICATION DOCUMENTS Revisian: Maich 9, 2020 00 72 00 - 1 GENERAL G0�lDITfOiJS Page 1 of 63 ART�CLE 1— DEFIlVITIONS AND TERMINOLOGY 1.01 Defined Terms A. Wherever used in these General Canditions or in other Contract Documents, tl�e tertns listed below ha�e the meanings indicated which are ap�licable ta �oth the singular and plurai thereof, and vvords denoting gender shall include tne masculine, feminine and neuter. Said terms are genez-ally capitalized or wtitien in italics, but not always. When used in a context consis�ent with the definition of a listed-defined t�rm, ihe tetm shall have a meaning as de�ned below whether capitalized ox italicized ar otherwise. In addit�on to terrns specifically defined, terms wifh ini�ial capital Ietters in the Contract Documents include references to identi�ied articles and paragraphs, and the ti�Ies af other docurnents or fozms. 1. Addenda—W�itten or graphic instrurxzents issued prioz to Yhe opening of Bids which clari�y, corr�ct, or change the Bidding RequirErnents or the proposed Contract Docutnents. 2. Agreerrcent—The written instru.ment which is evidence of the agreement between City and Contractor covering the Work. Application for Payment The form acceptable to City which is to be used by Contractor during the course of the Wark in requesting progxess ar final payments and which is to be accampanied by such snpporting docuzxientation as is xeq�ired by the Contract Documents. 4. Asbestas Any material that contains more than one percent asbestos and is friabl� or is reieasing asbestos fibers into the air above cUrrent action Ievels established by the United States Occupat�onal Safety and Health Administration. 5. Award — Authorizatzon by the City Council for the City to enter into an Agreement. 6. Bid The off�r ar proposal of a Bidder submitted o� the pr�scribed form setting foz-tY� the prices for the Work to be perfozxned. 7. Brdder—Th� individual or entity who subrnits a Bid directly to City. Bidding Documents—The Bidding Requirements and t�e proposed Contract Docume�ts (including ali Addenda}. 9. Bidding Requirements—The advertisement ar rnvita�ion to Bid, Iz�structions to Bxdders, Bid secuzity of acceptable for�n, if any, and the Bid Form with any supplezxients. 10. Business Day — A business day is d�fined as a day that the City conducts normal business, generally Manday throug�i Friday, exc�pt for federal �r state holidays observed by the City. 11. Calendar Day — A day consisting of 24 hours rr�easured from midnight to the next midnight. ci� o� NORT wox��x STANDAf2D CONSTRUCTION SPECIFICATION DOCIJMENTS Kevision: Mturh9, 2020 OD 72 00 - ] C,ENERAL CONDITIONS Page 2 of 63 12. Change Order A docunaent, which is pre�ared and approved by the City, which is signed 1�y Cantractor and City and autl�oxizes an addition, deletion, or revision in the Work ar an adjus�rraent in the Contract Price or the Contract Tzxne, issued on or aftez the Effecti�e Date of the Agreement. . 13. City— The City of Fort Worth, Texas, a home-rule municipal cozporation, authorized and chartered under the Texas Staie Statutes, acting by its governing body through its City Manager, his designee, or agents authorized under his behal�, each of which is required by Charter to pe�rform specific dut�es with respo�sibility fox final enforcement of the contracts involving the City of Fort Worth is by Charter vested in the City Manager and is Yhe entity with whom Contractor has entered into the Agreement and �or vvhom the Worrk is to be perfozmed. 14. City Attorney — The afFicially appointed City Attorney of ihe Czty of Fort Worth, Texas, ar his duly authorized representative. 15. City Council - The duly elected and qualified governing body of the Ciiy of Fort Wort1�, Texas. 16. City Mcanager — The ofFicially ap�ointed and autl�ariz�d City Managex of the City of Fort Worth, Texas, or his duly authorized representative. 17. Contruct Claim—A dezxiand or assertion by City ar Contractor seeking an adjustment of Contract Price or Contract Ti�ne, or both, or other relief vvith respect to the terms of the Contract. A demand for rnoney or ser�zces by a third party is not a Contsact Claim. 18. Contract The entire and integrated written document between the City and Cantracior cancerning the Work. The Contract contai�ns the Agreement and all Contract Docume�is and supersedes prior negotiations, representations, or agreements, whether written or oral. 19. Contract Documents Those items so designated in t1�e Agreement. AIl items listed in the Agreement are Coniract Documents. Approved SubmittaIs, other Cantractor submittals, and the reports and drawings o£ subsurface and �hysical conditions are not Contract Documents. 20. Cantract Price—The maneys payable by City to Contractar for co�npletion af the Wor�C in accordance with the Contract Documents as stated in the Agreennent (subject to the provisions af Paragiraph 11.03 in the case of Unit Price Work}. 21. Contract Time—The number of days or Y,he dates stated in the Agreement to: (i) achieve Milestones, ii any an.d (ii) conaplete the Work so �hat it is ready £or Final Acceptance. 22. Coniracto� The individual or en#ity with whom City has entered into the Agreement. 23. Cost of the Work--See Paragraph 11�.01 of Yhese General Condi�ions for de�inition. CITY OF FORT W ORTH ST�3DARDCOIVSTRUCTIQN SPEC�TCA'T'IflN DQCUMEIVTS Revision: M�ch 9, 2Q2D oa�zoo-z GE�fERAL CONpITiONS 1'age 3 of 63 2�4. Damage Claims — A de�nand %r �rzoney or sezvices arising from the Project or Site from a �ird party, City ox Contractor exclusive af a Contract Claim. 25. Dc�y or day — A day, uniess otherwise defined, shall mean a Calendar Day. 26. Director of Aviation — The officially appointed Director of the Aviation Department of the City of Fort Worth, Texas, or his duly appointed r�presentative, assistant, or agents. 27. DiYector of Parks and Community ,5ervices — The officially appointed Directox o� the Parks anc! Cornmunity Services Department of the City of Fort Worth, Texas, ox his duly appointed representative, assistant, ar agents. 28. Director of Planning and Development — The off'icially appointed Director of the Planntng and Development Depart�nent of the City o� Fort Worth, T�xas, or his duly appointed representative, assistant, ar agents. 29. Director vf Transportation Public Worlt�s — The officially appointed Director of the Transportation Public Worics DepartmenT of the City o� Fori Worth, Texas, or his duly appointed representati�ve, assistant, or age�ts. 30. Director of Water DepaYtment — The official�y appointed Director of the Water Department of the City oi Fort Worth, Texas, ar his duly appointed representati��, asszstant, or agents. 31. Drawings—That part of the Contract Documents prepared or approved by Engineer which graphically shows the scope, extent, and charactex of the Work ta be pez-�ormed by Contractor. Sub�xuttals are not Drawings as so defined. 32. Effective Date of the Agreement—The date indicated in the Agreenaent on whzch it becomes effec�ve, but zf no such date is indicated, ii rneans the date on which the Agr�ement is signed and delivered by the last oi the tvvo par�ies to sign and deliver. 33. Engineer—The licensed professionaI engineer ox engineering firm registered in the State of Texas perforn�ing professional services �or the City. 34. Extra Work — Additranal worl� made necessary by changes Qr alterations of th� Contract Documents or of quantities or for other reasons for which no prices are pro�ided in the Contract Dacuments. Extra work shall be part of the Work. 35. Field Qrder — A wz�tten order zssued by City which requires change� in the Work but which does not invol�ve a change in the Contract Price, Contract Time, or the intent of the Engineer, Field Orders are paid from Field Order Allowances incorporated into t11e Contract by funded work type at the time of award. 35. Final Acceptance — The vvritten notice given by the City to the Contracior that the Wor1� specrfied in the Contract Docurnents has been completed to the satisfaction of the City, CTTY OP FORT WORTH STANDARDCOiYSTRi1CTTO1V SPECIFTCATTOIV DOCLfMEIVTS Revision: Ma�h9, 2Q20 oa�zoo-i GENERAL CONDITIONS Page 4 of 63 37. Final Inspection —�nspection. carried out by the City to verify that the Contractor has cornpleted the Woxk, and each and evexy part or appurtenance thereo£, fully, entirely, and in conformance with the Confiract Documenis. 38. General Requirements--Sec�ions of Division 1 oF Yhe Contract Dacuments. 39. Hazardous Environmental Conc�ition The �resence at the Site o£ Ashestos, PCBs, PetroleUm, Haza�rdous Waste, Radioactive Mater�al, or o�er materiaXs in such quamities ar circumstances that may present a substantial danger to persons or property exposed thereto. 40. Hazardous Waste—Hazardous waste is defined as any solid waste Iisied as hazardous ar possesses one or more hazardous characteristics as defined in the federal waste regulations, as az�ended frorn time to time. 41. La►vs and Regulations—Any and all applzcable laws, rules, regulations, ordinances, codes, and ordexs of any and ali governmental bodies, agencies, autho�ties, and courts having jurisdiction. 42. Liens—Charges, security interests, or encumbrances upon Praject funds, real property, or personal pxoperty. 43. Major Iiem — An Ytem of work included in the Contraci Dacuments that has a total cost equai to ox greater than 5% of the original Contract Price or $25,000 whichever is less. 44. Milestone—A princi�al event specified in the Contract Documents relating ta an intermediate Contract Tirrie priar to Final Acceptance of the Work. A-5. IVotice of Award—The wriiten notice by City to tl�e Success�ul Biddex stating that up�n timely coznpliance by the Successful Bidder with tk�e conditions precedent listed therein, City will sign and deliver the Agreement. �-6. �Votice to �roceed—A written noiice given by City to Contractox fixing the date on which the Contract Time will commence to run and on which Contractor shaIl start to perfarxn the Work specified in Contract Docum�nts. 47. PCBs—Polychlorinated biphenyls. 48. Peiroleum Petroleum, including crude oil or any �raction thereof which is liquid at standard conditions of temperature and pressuze (60 degrees Fahrenheit and 14.7 pounds per square inch absolute), such as ail, petroleum, fuel oil, oil sludge, oil refuse, gasoline, kerosene, and oil znixed �vith other non-Hazardous Waste and crude oils. 49. Plans — See definition of Drawings. crrY o� FoxT wox�rz-z STANDt1l� CONSTIt[TCTION SPECIFTCATIDN DOCUMENTS Revisian: N1�th9,202() 0072OD-1 GENERAL COND]TIONS Yage 5 of 63 50. Project Schedule—A schedule, prepared and maintained by Contractar, in accordance with t�e General Requirements, describing the sequence and duration of the acti�ities corz�prising t:�ie Contractor's plan to accomplish the Wark wzthin ihe ConYract Tizxze. S 1. Project The Work to be perFormed under the Contract Docum�nts. 52. Project Manager The authorized represemtative of the City who wil� be assigned to ihe Site. S3. Public Meeting — An annaunced meeting conducted by the City to facilitaie public participation and to assist the pubZic in gainzng an infaz�med view of the 1'roject. 54. Radioactive Material—Souzce, special nuclear, or byproduct matez-ial as defined by tl�e Atomic Energy Act of 1954 (42 USC Sect�on 201 J. et seq.) as amended from time to iime. 5S. Regular Working Hours — Hotars beginning at 7:40 a.m. and ending at 6;00 �.m., Monday ihru Friday {excluding Iegal holidays). Sb. Samples—Physical examples oi materials, equipment, or warkmanship that are representative of sorne portian of the Work and which establish the standat�ds by which such portion o�the Work will be judged. 57. Schedule of Submittals—A sck�edule, prepared and maintained 3�y Cantractor, af z-equired suhmittals and the �ime xequirements to support scheduled performance of related construction activities. S8. Schedule of Values—A schedule, prepared and maintained by Contractor, allocating portions of t}ie Contract Price ta various portions of tkie Wark and used as the basis for reviewzng Contractor's Appiications far Payment. 54. Site—Lands or areas indicated in the Cantxact Docuzxzents as being furnished by City upon which the War� is to be pez-formed, including rights-of-way, permits, and easements for access th�reto, and such oiher lands fi�nished by City which are designated �or the nse of Contracior. 60. S�ecifications—That part of the Contract Documents consisting of written xequirements for materiais, equipment, sysieins, standards and workmanship as applied to the Work, and certain administrative requirements and procedural rnatters applicable triereto. Specifications may be specifically made a part of the Cantract Documents by attachment or, if not attached, may be incozparat�d by re�erence as indicated in the Table of Co�tents (Division 00 00 00} oi each Project. 61. Subcantractor�—An individual or entity having a direct contract wiin Contractar or witk� any othex Subcontractor for the performance of a part of th� Work at the Site. CTI'Y pF N�ORT WOR'I'�T STAN]7AILD CONST1tTICPION SPECTFiCATIOrI DOCUMENi'S Revision:lV�e¢ch 9, 2p20 DO 72 00 - 1 C,ENERAL COf�DITIONS Page 6 of 63 62. Submittals—All drawings, dxagrams, il.�ustrations, schedules, and othex data or informa�ion which are speci£'ically prepared or assembled by or %r Contractor and subrr�itted by Contractor to illustrate some portion of ihe Work. b3. Successful Bidder—The Bidder submit�ing the lowest and most responsive Bid to whom City makes an Award. 6�. Superintendent — The representative of the Contractor who is avaiXable at all times and able to receive instruc�ions iro�n tYze City and to aci far the Contractor. 65. Supplementary Conditions—That part of the Contract Documents which amends or su�plements tlaese Genexal Condi�.ons. 66. Supplier—A rr�anufacturer, fab�cator, supplier, distri.butor, materialman, or vendor having a direct contract wit� Contractor or with any Subcontractor to furnish rnaterials or equi�ment to be incorporated in the Work by Contractor or Subcontractor. 67. Zlnderground Facilities—All underground pipelines, conduits, ducts, cables, wires, manholes, vaults, tanks, tunzaeis, or other such faciXities or attachments, and any encasements containing such facilities, inciuding but not 3_itr�ited to, those that convey electricity, gases, steam, liquid petrolenm products, telephone or otlaer communications, cable television, water, wastewater, storm water, other liquids or chemicals, or traific ar other control systems. 68 Unit Przce Work--See Paragraph 1 l.a3 of these General Conditions for definition. 69. Weekend Working Hours — Hours beginning at 9:00 a.nn. and end'zng at 5:00 p.m., Saturday, Sunday or legal holiday, as approved in advance by the City. 70. Work—The entire construction or t1�e various separately identifiable parts thereof required to be pxovided under the Contract Documents. Work includes and zs the result of perforxning or providing alI labor, services, and documentation necessary to produce such constr�etion inciuding any Change Order or Field Order, arzd furnishing, installing, and incorporating all materials and equipment into such consYruction, all as required by the Contxact Docuzx�ents. 71. Working Day — A�vorking day is defined as a day, not includzng Saturdays, Sundays, or legal holidays authorized by the Crty for contr�act purposes, in which weather or other conditzans not under Y,he control of the Coniractor wiIl pernut the perFormance of the principal unit of work underway for a continuous period of noi less than 7 hourrs between 7 a.rn. and 6 p.m. 1.02 Terminology A. The words and terms discussed in Paragraph 1.02.B through E are nat defined but, when used in %he Bidding Requirements or Contzact Docunaents, have ihe indicated meaning. B. Intent of Certain Terms or Adjectives: Cl'I'X OF FOKT WOR'f'H STANAA.RD CONSTRiIC'1'ION ST'FCIFICATION DOCUMENTS Revisian: M�cki9, 2020 00 �2 00 - t G�iVERAL CONDITIONS Page 7 af 63 1. The Contract Docuzx�ents include the tezxns "as a1lov�red," "as approved," "as ordered," "as directed" or terms of like effect ox import to authorize an exercise af judgment by City. In addition, the adjectives "reasonable," "suitabie," "acceptable," "proper," "satisfactory," ox adjecii�es of lik� effect or impoxt are used to de.scribe an action or determination of Crty as to the Work. It is intended that such exercise oi professionai judgment, action, or detern�ination wi�l be solely io evaluate, in general, the Work for compliance witl� tl�e information in the Contract Documents and vvith the design concept of tlie Project as a iunctioning whole as shown or indicaied in ihe Contract Documenis (untess there is a specific staterrzent indicating of,herwise). C. Defective: 1. The word "defect�ve," when modifying the word "Work," refers to Work that is unsatisfactary, fauity, or deficient in that it: a. does not conform to the Contract Dncuments; or b. does not meet th� requirements of any applicable inspection, reference standard, test, or approval r��erred to in the Cantract Documents; or c, has been darnaged prior to City's written acceptance. D. Furnish, Install, Perform, Provide: l. The word "Furnish" or the word "Ynstail" or the word "Perform" or the word "Pravide" or the word "Supgly," ar any coz;nbination or similar directive or usage thereo% shall mean f�rr�ishing and incorporatang in the Wark including a11 necessary labor, materials, equipznent, and everything necessary to perform the Work indicatea, unless specifically Iirn�ztec� in the contexT used., E. Unless stated otherwise in the Contract Documents, r;vords or phrases that have a vc�ell-known technical or constructiQn industry or trade meaning are used in the Contract Documents in accordance with such recognzzed mear�ing. ARTZCLE � — PRELIMTNARY MATTERS 2.01 Copies ofDocuments City shall fi�nish to Contractar one (1} ariginal executed copy and one (1} electronic copy of the Coz�tract Dacuments, and four (4) ac�diiional copies of Yhe Drawings. Addrtional copies will i�e furnisk�ed u�on request at the cost af repraduction. 2.02 Commencement of Contt'act Time; Notice to Proceed The Contract Time will connrnence to run on ihe day indicaied in the Notice to Proceed. A Notice to Praceed zxiay be given no earizer than 14 days after the EfFective Date of the Agreement, unless agreed to by botn parties in writing. CTTY OP FOR�"VJpA'I`H STANllARI] CONSTRiJC�'IQN SPECIFICATI�N DOCUM�,NTS Revision: Mac�h 9, 2020 OD 72 00 - 1 GENERALCDNDITIDNS Page S of 63 2.03 Starting the Work Confiractox shall start to �erform the Work on the date when the Contract Tirne commences to run. No Wo�'k shall l�e done ai the Site p�ior to Y,he date on which the Contract Tizxie cornmences to z-un. 2.04 �efore Starting Construction Baseline Schedules: Submit in accordance with the Contract Documents, and prior to starting the Work. 2.OS Preconstruction Conference Be�ore any Wark at the Site is started, the Contractor shall attend a Preconstruction Conference as specified in the Contract Documents. 2.05 Public Meeting Contractor nnay not mobilize any equipment, fnaterials or resources to the Site prior to Contractor attending the Public Meeting as scheduled by t1�e City. 2.p7 Initial Acceptance of Schedule,s No progress payment shall be �nade to Con�ractor until acceptable schedules are submitted to City irn accordar�ce with the Schedu�e S�ecificai�on as provided 'zn th� Contract Documents. ARTICLE 3— CONTRACT DOCUMENTS: INTENT, AMENDING, REUSE 3.01 Intent A. The Contract Dvcuments are conr�plementary; what is required by one is as binding as if requzred by all. B. It is the znient of the Contract Documents to describe a iunctionally coir�plete project (or part thereo� to be constructed in accordance with the Contract Documents. Any labor, documentation, services, materials, oz equipment that reasonably may be inferred from the Contract Documents or from prevailing custom or trade usage as being reqnixed to produce the indicated result will be pravided whether or not specifically called for, at na additional cosi to Ciiy. C. Clarifications and interpretataons of the Contract Documenis shall be issued by City. D. The Specificat�ons nnay vary in �orm, format and style. Some Specifica�ion sections may be written in varying degrees of streamlined or declaraiive s�yle and some sections may be relatively nazx'ative by compari.son. Omission of such vc+ords and phrases as "the Contractor shal�," "in conformity W1fY1," ��aS S110W11,'� OT i��5 specified'� �Se llltelZt1011� I11 StTBaI11II11eC� SeCtI0115. Omitted words and phrases shall be suQplied by inference. Similar types of provisions may appear in various parts of a section ar articles within a part depending on the format of the crry oF FOR�r woR� STANAARD CDNSTRUCI'ION SPECFFICATION DOCiJN1ENTS Revision: Maici� 9, 2024 00 �z oo - z GENERAL CaNDITIONS Page 9 af 63 section, Th� Contractor shall not take advantage of any vaiiat�oz� of form, format ox style in znaking Contract Claims. E. The crass referencing of sp�cificatian sections under th� subparagrapk� heacling "Related. Sections include but are not necessarily Iimited to:" and elsewhexe within each Specz�cafiion sect�on is provided as an aic� and conv�nience to the Contractor, The Contractor shall not rely on ihe cross referencing provided and shaIl be responsible to coordinate the entire Wor� under the Contract Documents and pro�ide a cozxip�ete Project whether or nat the cross referencing is proaided in each sec�ion or whether or not the cross referencing is campleie. 3.02 Reference Standards A. Standards, Specifications, Codes, Laws, and Regulations J. Reference to stand.ards, specifications, zxzanuals, ox codes of any technzcal society, organization, ox association, or to Laws or Regulations, whether such ref�rence be speciftc ar by itnplication, shall mean the standard, specif cation, manual, eQde, or Laws or Regulations in eifect at the time of opening of Bids (or on the Effective Date of the Agre�ment if there were no Bias), except as may be otherwise specifically stated in the Contract Documents, 2. Na provision of any such standard, speciiication, manual, ar code, or any instruction of a Suppiier, shall be effective t� change the duties or responsibilities of City, Contracfor, or any of t�eir subcontractors, consultants, agents, or employees, from those set forth in the Contract Docurn�nts. No such provision or instruction shall be effective to assign to Czty, or any of its o,fficers, directors, mezxibers, partners, employees, agents, consultants, ox subcontractors, any duty or a�thority to supervise or direct the pez�ormance of ihe Woxk or any duty or authority to undertake r�spansibiiity inconsistent with the provisions of the Contract Docuznents. 3.03 Repar-ting and Resolving Discrepc�ncies A. Reporting Discrepancies: 1. Contractor's Review of Contract Documents Before Starting Work: Befoxe undertaking �ach �art of th� Wor�C, Contractor shall carefully study and compare the Contract Documents and check and verify pertinent figures therein against all appZicable field measurements and conditions. Contractox shall proznptly report in writ�ng to City any confliet, �rror, ambiguity, or discrepancy which Contractor discovers, or has actual knowledge o�, and shall obtain a written interpretation or clarification from City before proceeding with any Work a�fected thereby. 2. Contrctctor's Review of Contract Documents During Performance of Work. If, during tYie performaz�ce of the Wor�, Corntractor d.zscov�rs a�y conflict, error, ambiguity, or discrepancy witl�n the Coz�tract Documents, oz between the Contract Dacuments and {a} any applicable Law or Regulatian ,(b) any standard, sp�cificaiion, manual, or code, or (c) a�riy instrucf�on of any Snpplier, then Contractor shall promptly r�part rt to City in writing. Contractor shall not proceed with the Work affected thereby (except in an emergency as re4uired by Paragraph CITY OF FORT WOkTH STA1�iDARi3 CpiVSTRUC110IV SYECTFTCAT[dN DOCliMEN`1'S Revision: M�h 9, 2020 00 72 QO -1 C,ENERAL CONDITIONS Page 1D of 63 6.17.A) until an amendment or suppleme�t to the Contract Documents has been issued by one of the m.eihods indicated in 1'aragraph 3.04. 3. Contractor shall not be liable to City for failure to report any conflict, error, arrabiguity, or discrepancy in the Contract Docurnents unless Contractor had actual knowledge thereof. B. Resolving Discrepccncies: 1. Except as may be otherwise specifically stated in the Contract Documents, t11e provisions of the Contract Documents shall take precedence in resolving any conflict, error, aznbiguiiy, or C#iscrrepancy between the provisions of the Contzact Docu�ments and the provisions o£ any standard, specifica�ion, mazaual, or tbe instructian of any Suppliex (whethex or not specifically incorporated by xe%rence in the Contract Documents). 2. In case of discrepancies, figured dimensions shall govern over scaled dimensions, Plans shall govern ovex Specificat�ons, Supplementary Conditions sha11 goverrn over General Conditions and Specifications, and quantities shown on the Plans shall govern over those shown in the proposal. 3.04 Amending and Supplementing Contract Documents A. The Contract Docunaents may be amended to provide for additions, deletions, and revisic►ns in the Worl� or to modify the terms and conditions thereof by a Change Order. B. The requirernents of the Contract Docurxaents may be suppXemented, and rninor variat�ons and deviations in the Wor1� not znvolving a chan�e in Contrac% Price or Contract Time, may be authorized, by one ar more of the following ways: 1. A Field Order; 2. City's review of a Submittal (subject to the provisrons of Paragraph 6.18.C); or 3. City's written interpretaiion or clarification. 3.05 Reuse of Dacuments A. Contractor atad any Subcontractor or Supplier �ha11 not: l. have or acquire any title to or ownership rights in any of the Drawzngs, Specificaiions, ar ather documents (ar copies of any thexeoi} prepared by or bearing the seal of Engineer, including electronic media edifiions; ar 2, reuse any such Drawings, Specifications, other docurxzents, or copies thereof on extensions of the Pxoject or any other project without written consent of City and specific curitten verification or adapta�ion by Engineer. CPI'Y OF FORT WOR'I'H STANAARD CONSTRUCTION SPECTFICATION DOCLTMENTS Rcvision: ivlaich9,2020 007200-I GENERAL CdNDlTIONS Yage 11 of 63 B. The prohibitians of this Paragraph 3.�5 wi11 suzvive final payment, or tez-minatian of ihe Contraci. Nothing hereir� shall preclude Contractor frorn retaining copies of the Contract Documents for record purposes, 3.06 Electronic Data A. Un�ess otherwise stated in the Supplementary Conditions, trte data fiu-nished by Ciiy oz Engineex to Contractar, or by Cantractor to City ox Engineex, that may be relied u�on are limited to the prinfied copies included zn the Contract Docurn�nts (also known as hard copies) and other Specifications re%renced and located on Yhe City's vn-line electronic document management and collaboration system site. Files in electronic media �ormat of text, data, graphics, or other types are iurnished only for the convenience of the receiving party. ,Any conclusion or information obtained or derived from such electronic files will be at ihe user's sole risk. If there is a discrepancy between tl3e electronic files and the hard copies, the hard copies govern, B. Wlien trans�erring docuxz�ents in electronic media format, ttle transterring party makes no representations as to long term campatzbility, usability, or readabilziy of documents resulting fro�n the use oi software application packages, operaiing systems, or computer hardware aiifer�ng from those used by the data's creator. ARTICLE 4— AVAILABTLITY OF LANDS; SUBSURFACE AND PHYSICAL CONDITIONS; HA,ZARD4US ENVIRONMENTAL CONDITIONS; REFERENCE POINTS 4.01 Availability of Lands A. Czty sI�all furnish the Site. City shall notzfy Contractor of any encumbrances or restrictians not of general application but specifically related to use oi tiae Site with which Contractox must cozxiply in perforxxiing the Work. City will obtain in a tirxiely manner and pay for easements for permanent structtu�es or permanent changes in exis�ing facilities. 1. The City has obtained ar anticipates acquisi�ion of and/or access to right-of way, and/or easements. Any outstanding right-of-way and/or easerrzents are anticipated to be acquired in accordance with the sched�le set forth in the Supplementary Conditions. The Project Schedule subrraitted by the Cantractor in accordance �nrith the Contract Documents must consider any autstanding right-of-way, and/ar easements. 2. Tk�e City has or anticzpates retnoving and/or relocating u�ilziies, and. obstructions to the Site. Any outstanding remo�a� or relocation of utilities ox obstructzons is antrcipated in accordance with the schedule set forth zn the Suppiementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstandrng ut�lities or obstz-�zzctions to be removed, adjusted, and/or relocaied by others. B. Upon reasar�able written rec�uest, City shall furnish Cantractor with a current statement of recard l�gal title and 1ega1 description of t�ie lands upon which the Work is to be performed. Cl1'Y (]F POItT WORTH S1'ANDAR.Q CpNSTRUC'I'ION SPECLFICATiON DOCUMENTS Revision: Maich 9, 2020 OD72OD-1 GEiVERAL CONDITIONS Page 12 of 63 C. Contractor sk�all provide for all additional lands and access thereto that may be xequired for construction iacilities or storage of materials and equipment. 4.02 Subsurface and Physical Conditions A. Reports and Drawings: 'T`he Supplementary Conditions identify: I, those reports known to City oi explorations and tests of subsurface condi�ions at or contiguous to the Site; and 2. thase drawings known to City of physical conditions relating to existing surFace or subsurface structures at ihe Site (except Underground Facilities). B. Limited Reliance by Contractor on Technical Data Authorized: Contractor rnay rely upon the accuracy of the "technical data" contained in such reports and drawings, but such reports and drawings are not Contraci Documents. Such "technical data" is identified in the Supplementary Conditians. Contractor may not make any Contract Claim againsi City, or any af their officers, directoxs, rnemberrs, partners, employees, agents, consultants, or subcontractors with respect to: 1. the completeness of such reports and drawings %r Con�t'actor's purposes, incluciing, but not lirr�ted to, any aspects of the means, rxzethods, techniques, sequences, and procedures of construction to be employed by Contractor, and saEety precautions arzd programs incident thereto; or 2. other daia, interpxetations, opinions, and information contained in such reports or shown or indzcated in such drawings; or 3. any Contractor interpretation o£ or conclusion dravvn from any "technical data" or any such other data, interpretations, opinions, or information. 4.03 Differing Subsurface or Physical Conditions A. Notice: I� Contractor believes that any subsu�t£ace or pYzysical condition that is uncovered or revealed either: 1. is of such a nature as to establish that any "technical data" on which Contractor is entitled to rely as provided in Paragraph 4.02 is materially inaccurate; or 2, is of such a nature as to requzz'e a change in the Contract Documents; or 3. differs materiaily from that shown or indicated in the Contract Docurnents; or 4. is o� an unusual nature, and differrs materially frorn cond'ztions ordinarily encountered and generally rrecognized as inhexent in work of the character provided for in the Contract Documents; CI'I`X ON FORT @U012'i'H 3TANpARDCON3TRUCTiON SPECIF7CATION T?OCUMENTS Revision: Mazcti9, 2020 00 �z oo - i G�NERAL CONDITfONS Page 13 of 63 then Contractor shall, promptly after becoming aware thereof and be�ore fiuther c�sturbing ihe subsurFace or physical conditions or performing any Work in connection �Yierewith {�xcept in an emergency as required by Paragraph 6.17.A), notify City in wz�ting about such condition. B. Possible Price and Time Adjustments Contractar shaIl not be entitled to any adjustment z�n the Contract Price or Contract Tizxae i�: 1. Contractor knevv of the existence of such conditions at the time Contractor made a final comzxiitmeni ta City witn respect to Corztract Price and Contraci Time by the submission of a Bid or becorning bound under a negotiated contract; or 2, the existence o� such condition could reasonably have been discovered or revealed as a result o� the examination of the Contract Documents or tk�e ,Site; or 3. Contractor failed to give the wz�tten notice as ree�uired by Paragraph 4.03.A. 4,04 Underground Facilities A. Sho�vn or Indicated: The infarmation and data shown or indicated in the Contract Dociaments with respect to existing Underground Facili�ies at or contiguous to ihe Site is based on information and data furnished to City or Engineer by the owners of such Umderground Facilities, rncluding City, or by others. Unless it is otherwise expressly prov7ided in the Suppfementary Conditions: 1. City and Engineer shall not be responsihle for the accuracy or compieteness oi any sucl� infornaation or data provided by others; and 2. the cost af all of the following will be included in the Contract Price, and Contractor sha.11 have fi711 r�sponsibility iar: a. reviewing and checking al1 suck� information and data; b. Iocating aJl Underground Faciiities shown ar indicated in tlie Contract Documents; c. coordination and adjustrnent of the Wark with the owners of such Underground Facilities, including City, du�ing construction; and d. the safety and protec�ion o� ali such Undezground Facilitie� and repairing any damage thereto resu�tzng from the Work. B. Not Shown or Indicated: 1. If an Undexground Facility which conflicts wzth ihe Work is uncovered or revealed at or contiguous to the Site which was not shown ar indicatec�, or not shown or indicated wi� reasonable accuracy in the Contract Documents, Contractar shall, promptly after becom�ing aware ihereof and before firrther disturbing corzdrtions afFected thereby or perfort�ing any CiTY ON FORT WOR'I`H STAI�iDARD COIYSTRUC7TOIV SPECIFTCATIOI�T IJOCUMEN'I'S Re�ision: Ma�h 9, 2(?20 oo�zoo-a GENERAL CONDlTIQNS Page 14 of 63 Work in cannection therevvith (excepi in an emergency as required by Paragraph b.17.A), identify the o�er of suc� Underground Facility and give notice to that ownerr and to City. City will review the discovered Underground Faciiity and determine Y.he extent, if any, to which a c�iange may be required in the Contract Documents to reflect and docuznent the consequences of the existence or locaiion of the Underg�round Faciliiy. Contractor shall be respansible for �tie safety and proiection of such discovered Underground Facility. 2. I£ City concludes tbat a change in the Contract Documents is xequired, a Change O�rder may be iss�ed to refleci and document such canseq�tences. 3. Veri�'ication of existing utilities, structures, and service lines shall include notification of all Utility companies a zninimum of �8 hours in advance of construction including exploratory excava�ion ii necessary. 4.05 Reference Points A. City shall provide engineering surveys to establish reference points for construction, which in Crty's judgment are necessary to enable Contractor to proc�ed wzth the Work. Ciiy will provide construction stakes ox ot�er customary meihod of marking to esiablish line and grades for roadway and utxliiy construction, centerIines and benchnnarks for b�idgework. Contractor shall protect and presexve the established reference points and propert� ixaonuments, and shall �rnake no changes or relocations. Contractor sl�ali xeport to Czty whene�er any reference point or property monurnent is lost or destroyed or requixes relocation because of necessary changes in grades or locations. The City shall be respansible for the replacezxient or relocation of reference points or property znonurnents not carrelessly ox willfully destroyed by th� Contractor. 'The Contractor shall notify City in advance and wiY,h sufi'icient time �o avoid delays. B. Whenever, itn the opinion of tk�e City, any reference point or monument has been carelessly or willfiilly destroyed, disturbed, or removed by the Contractor or any of his employees, the fiall cost far replacing such points plus 25% will be charged again.st the Contxactor, and the full arxaount will be deducted from payrrzent due t1�e Contractox. 4.06 Hazardous Environmental Cvndition at Site A. Reports and Draivings: T1ne Su�plexnentary Camditions identsfy those reports az�d drawings known to CFty relating to Hazardous Environmentai Conditions that have been identified at the Site. S. Limited Reliance by Contractor on Technical �ata Authorized: Cantzactor may rely upon the accuracy of the "technical data" contained in such reparts and cUrawings, but such reports and drawings are not Contiract Documents. Such "technical data" is identified in tl3e Supplernentary Canditions. Contractar may not malce any Contract Claim against City, or a�� of their oificers, directors, membexs, partners, e�nployees, agents, cons�.tltants, or subcontractors with respect to: 1. the completeness of such reports and dxawings fox Contractor's purposes, includimg, but not limited to, any aspects of the means, methods, techniques, sequences and procedures of CiTY OF RORT WOI2TH STAN�ARD CONSTRUGTI03+S SPECIFICAT[ON DOCUMEIVTS Revision: Mazch9, 2020 0072OQ-1 GEEVERAL CONDITIONS Page IS oF63 constz-uc�ian to be employed by Contx�actor and sa�ety precautions and programs incident thereto; ox 2. other data, interpretations, opinions and informatzon contained in suck� reports or shown or indicated in such dxavvings; or 3. any Cantractor interpretatian of or conclusion clrawn frozn any "technical data" or any such other data, interpretations, opinions ox in�ormation. C. Contractor sha11 not be responsible far any Hazardous Environmental Condif�on uncovered or revealed at the Site which was not shown or indicated in Drawings ar Specificat�ons or identifted in the Contract Documents to be within the sco�e of the Work. Contractor shall be responsible for a Hazardous Environmental Condi�ion created wi�1i �ny matez-ials brought to the Siie by Contractor, Subcontcactars, Snppliers, or anyone else for whom Contractor is responsible. D. If Contractor �ncaunters a Hazardous En�ironmental Condition or if Contt�actor or anyone for wham Cantractor is responsible creat�s a Hazardous En�vironmental Condition, Contractor shali imrnediately: (i) secure ox otherwise isolate suc�Z condition; (ii} stop all Work in connection with such condition and in any area affected thereby (except in an emergency as required by Paragraph 6.i7.A); and (iii) notify City (and promp�ly thereafter confirm such notice in writing). City may consider the necessity to retain a qualifed expert to �valuate such condition or take corrective action, if any. E. Contractor shall not be xequir�d to resume Wark in connection with �ach condit�on or zn any affected area until after City has obtained any required pern�its relat�d thereto and delivered written notice to Contractor: (i} specifyzng that such condition and any affected area is ar has been rendered suitable for the res�unptian of WQrk; ar (ii) specifying any speciaZ conditions under which such Work may be resumed. F. If after receipt of such writien notice Contractor daes not agree to resurne such Work based on a reasonable belief it is unsafe, or does not agre� to resume sucI� Work under such spec�al conditio�s, then City znay order the portion of th� Work that is in the area affected by such conditaon to be deleted fram tkze Work. City may have such deleted portiorz of the Work per�ormed by City's own farces or others. G. To the fullest extent perrnitted by Lcaws and Regulations, Contractor shall indemnify and hold harrrtless City, from and agc�inst all claim.s, cast.s, losses, and damages (including but not limited to all fees ccnd cha�ges of engineers, architects, attorneys, and othe� professionals and all court or arbitration or other dispute resolutivn costs} arising out of or relating ta a Hazardous Er�vironmental Condition created by Contractor or hy anyone for whom Contractot- is responsible. Nothing in this Pa�ag�'aph 4.06.G shall obligate Contractor ta indemnify any individual vr entity from and agair�st the consequences of that individual's or entity's owr2 negligence. H. The �roviszons of Paragraphs 4.02, 4.03, arzd 4.04 do not apply to a Hazardous Environmental Co�dition nncovered or re�ealed at the Sit�. C1TY OF NORT WORTFI STANI7ARD CONST1tTJC."P[ON SPEC�ICATION DOCUMENI'S Revision: M�uch g, 2(n0 aa �z oo - i GENERAL CONDITIONS Page I6 of 63 ARTICLE � — BONDS AND INSURANCE 5.01 Licensed Sureiies and Insurers Ail bonds and insurance required by the Contract Docume�ts to be purchased and maintained by Contractor shall be obtained from surety ar insurance com.panies thai are duly licensed or autho�zed in the State of Texas to zssue bonds or insurance policies for the limits and coverages so required. Such surety and insurance companies shall also meet such addit�onal requirements and qualiiica�ions as znay be pzovided in the Supplementary Conditions. 5.02 Performance, Payment, and 1Vl�aintenance �onds A. Contractor shail furnish performance and paytnent bonds, in accozdance wiih Texas Governrraent Code Chapter 2253 or successor statute, each in an amount equal to the Contract Price as security for tY�e iaithful perforxnance and payment o� all o£ Contracior's obligations under the Contract Documents. B. Contractor shall furnisi� maint�nance bonds in an amount equal ta the Contract Price as security to �rotect the City against any defects in any portion of tb.e Work described in the Contract Documents. Maintenance bonds shall remain in effect for two (2} years after the date of FinaJ Acceptance by the City. C. All bonds shall be in the form prescribed by the Contract Docu�ents e�cept as provided otherwise by Laws or Regulations, and shall be executed by such sure�ies as are �amed in the list af "Companies Holding Ceriificates of Authority as Acceptable Suxeties on Federal Bonds and as Acceptabl� Reinsuring Companies" as published in CircuJ.ar 570 (aznended} by ihe Financial Management Service, Surety Bond Branch, U.S. Departiment of the Treasury. All bonds signed by an agent or attorney-in-faci must be accompanied by a sealed az�d dated power of attomey which shall show that it is ef£ective on the date the agent or attorney-in-fact signed each bond. D. If tl�e surety on any band fuirnished by Contractox is declared hankrupt or becomes insoivent or its right to do business is terminated in the State of Texas or it ceases to zneet ihe xequirements of Paragraph 5.02.C, Contractor sha11 prompt�y notify Cifiy and shall, within 30 days after t�e event giving rise to such notification, provide anothex bond and surety, both of which shall comply with the rec�uirements of Paragraphs S.Oi and 5.02.C. 5.03 Certificates of Insurance Contx'actor shall deliver to City, �vith copies to each additional insured and loss payee identzfied in the Supplementa7ry Conditians, certificates of insjr�'azice (othex evidence of insurance requested by City or any other additional insured) in at least the �ninimum amount as specified in the Supplernentary Conditions which Contractor is required to purchase and maintain. 1. The certificate of insurance s�all docurxaent the City, and all identified enti�ies named in the Supplementary Conditions as "Additional Insured" on all liability policies. C1PY OF FdRT WORTH STANDAItTJ C�3YSTRIJCTTdN SPECIFTCATI03�! DOCUMENTS Revision: Maich 9, 2.020 o�� �z oo - � C.7ENERAL GONDITIONS Page 17 of 63 2. The Contractor's general Iiability insurance shall include a, "per project" or "per locatzon", endorsement, which shall be identi��d in the certificate of insurance pro�ided to t1�e City. 3. The certificate shall be signed by an agent authorized to bind coverage on behalf of th� insurec�, be complete in its entirety, and sho�r compleCe insurance carrier names as listed in the current A.M. Best Property & Casnalty Guide 4. The insurexs for a.11 policies must be licensed and/or approved to da business in the State of Texas. Except for workers' compensation, all insurexs must ha�e a minimum ratzng of A-: VII in th� current A. M. Best Key Rating Guide or have reasonably equivalent financial strengtl� and solvency to trie satisfaction of Risk Managetxzent. 7f the rating is belaw that required, written approval of City is required, 5. All applicable policies shall inciude a Waiver of Subrogation (Rights of Recovery) in favar o� the City. In adclition, the Contractor agrees to waive alX rights of subrogation against the Engineer (if applicable), and each additional insured identified in the Supplementary Conditions 6. Failure o� t�ie City to demarzd such certificates or other evidence of full compliance with the insurance requi_z-ements or failure of the City to identify a de�ciency from evidence that is provided shall not be construed as a waiver of Contractor's obligation to maintain such lines of insurance coverage, 7. If insuzanc� policies are not writtern for speci�ied coverage lizxiits, an Umbrella or Excess Liability insurance �or any differences is required, Excess Liability shall follow farm of the primary coverage. $. Unless oYherwise stat�d, atl required insurance shall be written on t�� "occurrence basis". If coverage is unaerwritten an a clairt�s-made basis, the retroacta�e date shall be coincident with or priox to the date of ihe effeciive date of the agreement and the certificate of insuzance shail state that trie coverage is claizns-made and tne retroactive date. The insurance caverage shall be �naintained for the duration of the Contract and for three (3) years following Fznal Acceptance provided under Yhe Contract Documents or for the warranty periad, whichever is longer. An annuaZ certificate of insurance submitted to the City shall e�idence stach insurance coverage. 9. Palicies shail have no exclusions by endorsements, which, neither nullify or amend, t1�e required lines of co�erage, nar decrease the limits of said coverage unless such endorseznents are approved 'zn writing by tl�e City, In the e�ent a Contract has been bzd ar executed and the exclusions are det�rmined to be unacceptable or the City desires additianal izasurance co�verage, and the City desires t�e contractor/engineer to obtain such coverage, the contract price shall be adjusted by the cost af the prernium iar such additionai caverage plus 10%. 10. Any self�insured retentiorz (SIR), in excess of $25,000.04, affecting required insurance coverage shall be appro�ed by the City in r�gards to asset value and stockhalders' equity. In C1TY OP PORT WOR1'H STA�II]ARi}CC3NS'1'RLTCl'lON SYECIFTCATION DOCUMENTS Re�isian: �vlaich 9, 202p DO7200-1 GEN�RAL CONDITIONS Page 18 of 63 lieu of traditional insurance, altez�a�ive coverage maintained through insurance poals ar risk retentaon groups, rnust also be approved by City. f 1. Any deductible in excess of $5,000.00, far any policy that does not p�rovide coverage on a first-dollar basis, nnust be acceptable to and approved by the City. 12. City, at its sole discreiion, reserves the right to review the insu.rance requirements and to make reasonable adjustments ta insut'ance coverage's and their Iux�its when deemed necessary and prudent by the City based upon changes in statutory law, court decision or the claims history of the industry as well as of the contracting party to the City. The City sha11 be required to provide pr�tor n�tice of 90 days, and the insurance adjustments shall be incorporated into the Work by Change Order. 13. City shall be entz�led, upon written request and �vithout expense, to receive copies of policies and endorserx�ents thereto and may m.ake any xeasonable requests %r deletion or revisian or modifications of particular policy terms, con.ditsons, limitations, or exclusions nec�ssary,to conform fhe �olicy and endorsernents to the requireznents of the Contract. Deletions, revisions, or modificatrons shall not be required where policy pro�isions are established by law ox regulations binding upon either party or the u�derwritez' on any such policies. 14. City shall not be responsible for the direct payment of insurance preznium costs for Cont�actor's insurance. 5.Q�4 Contractor's 1'nsurance A. Workers Compensation and Employers' �,iability. Contractor shall purrchase and maintain such insurance coverage with Iimits cansistent with statutory be�efits outlined in the Texas Workexs' Compensation Act (Texas Labor Code, Ch. 406, as amended), and zninimunn limits for Employers' Liability as is a�propriate for the Work being performed and as will provide protection from claims set %rth below which may arise out of or xesult from Contractor's performance of f,he Work and Cont�ractor's other ol�ligations under the Contract Documents, whether it is to be perforrned by Contractor, any Subeontractor or Supplier, or by anyone directly or indirrectly employed by any of them to perform any o� the Work, or by anyone fox whose acts any of them nnay be liable: 1. clai�ns under workexs' compensatio�, disabiliiy bene£'xts, and other similar emp�oyee benefit acts; 2. claims for damages because of bodily injury, occupational sicicness or disease, or death of Contractor's employees. S. Comrnercial General Liability. Coverage shall include but not be lim�ited to covering liability (bodiiy injury or property damage) arising from: pxemises/operations, independent contraciors, products/compJeted o�erations, personal injury, and liability unde� an insured contract. Insurance shall be provided on an occuix'ence basis, and as comprehensive as the cuxrent Insurance Services Ofiice (ISO} �olicy. This insura�nce shali apply as primary insurance with respect to any aY,hex CPI'Y OF FORT WORTH S'fANDARD CONSTTZLJCTiON SPECIFICt1fION DOCCTMENTS Revision: Mm�h9,2020 00 �z oo - i GENERAL CON�ITIdNS Page 19 of b3 insurance ar self-insurance programs afforded ta the City. The Commerciai General Liability policy, shall have na exclusions by endorsements that would alter of nulIify premises/operations, products/corrzpleted aperations, contractual, pexsonal znjury, or advertising injuzy, which are normally contained wit�h th� poIicy, unless the City approves such exclusions in writang. For construcYion pxojects that present a substantial caxnpleied operaiion exposure, the City may require the contractor to maintain campleted operations coverage for a minimum of no less than three (3) years following the coznpleiion of ihe project (if identified in the Supplerneniary Conditians). C. Automobile Liability. A commercial business auto poIicy shall provzde coverage on "any auto", defined as autos owned, hz�ed and non-owned and proeide indemnity for claims far aamages because bodily injury or death of any person and or property damage arising out of the wark, maintenance or use of any motoz �ehicle by the Contractox, any Subcontractor ar Supplier, or by anyone directly or indirectly employed by ar�y of them to �erfoz7n any of the Work, or by anyone iar whose acts any of them may be liab�e. D. Railroad Protective Liability. If any of the work or any warranty work is wiihin tl�e Iimits of railroad r�ght-of-way, the Contractor shall comply with t�e requirements identiiied in the Supplementazy Conditions. E. Notification of Policy Cancellation: Contractor shall immediately noti�y City upon canicellation or ather loss of insurance co�erage. Contractox shall stap work until repiac�ment insurarzce has be�n procured. There shall iae no time credit for days not worked pursuant to this sect�on. 5.45 Acceptance of Bonds and Insurance; Option to I�eplace If City has any objection to the co�erage afforded by or other provisions of tl�e bonds or insurance required to be purchased and maintained by the Contractor in accordance with At-ticle 5 oz� th� basis af non-con%rrxiance with the CanYract Documents, the City shall so notiiy the Contractor in writing within 10 Business Days after r�ceipt of the certificates (or other evidence requested). Cantractor shalZ �rovxde to the City such additional infortnation in respect of insurance provided as the City may reasanably r�quest. If Co�tractor does not purchase or maintain alI of the bonds and insuxance required by the Co�tract Dacuments, the City shall notify the Contractor in writing of such failure priar to the start of the Wark, or of such fazlure to maintain prior to arzy change in the required co�verage. ARTICLE 6 — CONTRACTOR'S RESP4NSIBII,ITIES 6.01 Supervision and Superintendence A. Contractor shall supervise, inspect, and direct the Work cozxipet�ntly and ef£'zcient�y, devoting such attention thereto and applying such skills and expertrse as may be necessary to perform the Wor1c in accardance wzth the Contract Doctunents. Contractor shall be soleiy responsible %r the means, methods, techniques, sequences, and procedures of construction. c1� o� FaRT wox� STANDARI? COATSTRUCTTOI� SPECLFICATION DpCUMENTS Revision: M�ch 9, 2020 00 �2 00 - � CaENfcRAL CONDITIONS Page 20 of 63 S. At all times during the progress of the Work, Contractor shall assign a competent, English- speaking, Superintendent w�o shall not be replaced vvithout w�ritten notice to City. The Superintendent will be Contractox's represen.tative at �e Site and shall have authority to act on behalf of Contractor. All communication given to or received from ihe Superintendent shall be binding on Contractor. C. Contractor shall notify ti�e City 24 hours prior to moving areas during the sequence oi construction. b.02 �.ahor; Working Hours A. ConSractor shail provide coriapetem, suitably quaJ.ified personnel to perform construction as required by t�ie Contract Documents. Contractor shall at all t�mes rxzaintain good discipline and order at the Siie. B. Except as atherwise xequired far the safety or protection of persans or the Work or property at the Site ar adjacemt th�reto, and except as otherwise stated in the Contract Documents, all Work at the Site sha.11 be perfor�ned du�ing Regul.ar Working Hours. Contractor will not permit the pez'formance of Worl� beyand Regular Working Hours or for Weekend Working Hours wiY,hout City's wrritten consent (which wiIl not be unreasonably withheld). W�iten request (by letter or electxonic corraznunication) to perform Work: for beyond Regnlar Workirzg Hours request must be made by noon at leas% tvcro (2) Susiness Days prior 2. for Weekend Workir�g Hours request must be made by noon of the preceding Thursday 3. for legai holidays request must be zziade by noon %wa Business Days prior to the legal holiday. 6.03 Services, Materials, and Equipment A. Unless othez�wise specified in the Contract Documents, Contractor shall provide arzd assume fiill responsibility for a�l services, maierials, eqviprneni, labor, transportation, construction equiprr�ent and machinery, tools, appliances, fuel, power, light, heat, telephone, �+ater, sanitary facilities, temporary facilities, and all other facilities and incidentals necessaxy ior the performance, Contractor required testing, start-up, at�d completion of the Work. S. All materials ar�d equiprnent incorporated into the Work shall be as specified or, if not specified, sha11 be of good quality and new, except as otherwise provided in the Contract Documents. A.IX special tx�az-ranties and guarantees required by the Specifications shali expressly run to the benefit of City. If requ�Tred by City, Contractor shall furnish satzsfactory evidence {including reports o� required tests) as to Yhe source, kind, and quality of tnateriais and equipment. CTT'X pF FORT UVORTH STANDAR.D CONSTRUCTION SL'ECIFTCATTOIV DOCUM�NTS Rcvision: Much 9, 2(320 007200-1 GENERAL C0�1DITfO�1S Page 21 of 63 C. All maYerials and equipment ta be incorporated znto the Work shali be stor�d, applied, installed, cannected, erected, protected, used, cleaned, and conditioned zrn accordance with ir�structions of �e applicable Supplier, except as otherwise may be provided in ihe Contract Docurnents. D. All ftezxis of sta�dard equipment to be zncorporated into the Work shall be the latest rnvdel ai the tizne of bid, unless othex-wise specified. 6.Q4 Project,Schedule A. Contractor shall adhere to the Project Schedule estahlished in accordance with Paragraph 2.07 and th� General Reguzxements as zt may be adjusted frozx� t�me to tz�ne as provzded belaw, Contractor shail submit to City for acceptance {to the extent indicated in Paragraph 2.07 and the General Requirements} proposed adjustments in the Praject Sc�edule tY�at will not resu�t in changing the ConYract Titxie. Such adjustrr�ents will comply with ax�y provisions of the General Requirements appIicable thereto. Z. Cor�tractor shall submit to City a monthly Project Scl�eduZe with a monthly progress payment for the duration of the Contract in accordane� with the schedt�le speciiication 01 32 lb. 3. Proposed adjustments in the Project Schedule that will change the Contract Time shali be submitted in accordance with the requxrements af Article 12. Adjustments in Contract Time rnay only be made by a Change Order. 6.05 Substitutes and "Or-Equals" A. Whenever an item of znaterial or equipment is specified or described in tile Contract Documents by usrng the nazne of a proprietary item or the name oi a particular ,SuppIier, the specification or descriptzon is intended to establish the type, function, appearance, and qualzty required. Unless the specification or description contains or is iallowed by words reading that no �ike, equivalent, or "or-equal" item or no substitutian is pertnitted, other itenns of matez�al or equipment of other Suppliers naay be subzxiitfed to Czty �ar review under the circumstazices desczxbed below. "Or-Equal" Items: If in City's sole discretion an item of material or eqniprzaent proposed by Contractor is functionally equal to that named and sufficien�ly similar so that no change in related Work will be required, it may be considered by City as an "or-equal" iterrz, in wl�ich ca�e review and appraval of the proposed item may, in City's sole cliscretion, be accomplished withoui compliance with some or alI of the requirerr�ents for agproval of proposed substitute items. For the puzpos�s of tkzis Paragraph 6.OS.A.J, a proposed item of zxiaterial or equipment will be considered functionally eqnal to an item so named i�: a. the City determines that: 1) it is at least e�ual in materials of canstz-�zction, quality, durability, appearance, strength, and design characteristics; CTl'Y OF FORT WORTH STANI3ARD CONSTRtiCTCQN SPECIFICATIOI�f DdCUMENTS Re�+isian: M�h9, 2020 00 72 00 - 1 G�NERAL GONDITlONS Page 22 of 63 2) it will reliably perfozm at least equally well the fi�nction and achieve the results impased by the design concept of the co�npleted Project as a functionzng whole; and 3} it has a proven record of performazace and availability o� responsi.ve service; and b. Contractor certif es that, if approved and incorporated into the Wori�: 1) there will be no increase in cost to the City ox increase in Contract Time; and 2) it will conform substantially to the detailed requirements of the item named in the Contract Documents. 2. Substitute Itenzs: a. If in City's soie discretion an item o� material ar equip�nent proposed by Coz�tractor does nat qualify as an "or�equal" iterxz under Paragraph 6.O5.A.1, it may be submitted as a proposed substitute item. b. Contractor shall submit s�fficient infornnation as pxovided below io allow City to detern�ine if tbe ilem of material or equipment proposed is essezatially eqnivalent to that named and an acceptable substatute therefor. Requests for review of proposed substitute items of material or equip�ent will not be accepted by City from anyone otl�er than Contractor. c. Contractor shall make w�itten a�plication to City for review of a proposed substitute item of material ar equipment ihat Contractor seeks to furnish or use. 'Iiae application shall comply with Section 01 25 00 and: 1) shall certify that the proposed substitute item will: a) perform adequately the functions and acYueve the results called for by the general design; b) be sirniiar in substance to that specified; c} be suited to the satne use as tha� specified; and 2) will state: a) the extent, ii an�, to which the use of the proposed substitute item will prejudice Contractor's achievement of final compl�tion on t�me; b} whether use of the proposed substitute itezx� in the Work will requi�e a change in any of �ie Contract Documents (or in the provisions of any other direct contract with City for other work on the Project) to adapt the design to th� proposed substitute itenr�; C13'Y OR FORT WORTH STAIVDAAD CONSTRUCTION SPEC[FICATION DOCil1V�NTS Revision: Mat�h9,2020 00 �z oo - i GENERAL COiVDITlOi�S Pagc 23 of 63 c) �whether incorporataon or use of the pxoposed substitate itezn in connection with the Wark is subject to payment of any ?icense fee or royalty; ar�d 3} will identify: a) ali variations of the proposed substitute itezn from that spacified; b) available engineering, sales, maintenanc�, repair, and replacement ser�ices; and 4) sha11 contain an iteznized estiznate of alI casts or credits that will result directly or indzrectZy frozn use of such subsiitute item, including costs of xedesign and Damage C�aims of other contractors affected by any resul�ing change. B. Substitute �onstruction Method,s or Procedures: If a specific zneans, method, techzuque, sequence, or procedure of construction is expressly xec�uired by the Contract Docuznents, Contractor rzaay furnisk� ar utiiize a substztute means, method, techr�ique, sequence, or �rocedure of constr�aciion approved by City. Contractor sha�l subznit sufficient inforrrzation to allow City, fn City's soIe discretion, to deternune that the substitute proposed is ec�uivalent to that expressiy called for by the Contract Documents. Contractor shall make written application to City for re�view in the same manner as thos� provided in Paragra�h �.OS.A.2. C. City's Evaluation: City will be allowed a reasonable time within which to evaluate each proposal or submittal made pursuant to Paragraphs 6.OS.A and 6.OS.B. City may require Contractor to furnish additianal data about the proposed substitute. City will be the so�e judge o� acce�tability. No "or-equal" or substitute r;vili be ordered, instalIed or utilized until Ciiy's revFew is complete, which will be evidenced by a Change Order in the case o� a substitute and an accepted Subzxuttal �or an "or-equal." City will advise Contractar in wri�ing o� its detertnina�ian. D. Specic�l Guarantee: City rrzay require Contractor to iurnzsh at Cantractor's expense a special performance guarantee, watranty, or otner surety with respect ta any substitute. Contractor shall indemnify and hold harmless City and anyane directly or inclirectly employed by them from and against any and all claims, damages, Iosses and expenses (including attorneys fees) arising aut of the use of substituted mate�iqls or equipment. E. City's Cost Reimbursement: City wi�l record City's costs in evaluating a substitute proposed or submitted by Contracior ptarsuant to Paragraphs 6.45.A.2 and 6.OS.B. 'Wk�ether or z�ot City approves a substitute sa proposed or submitted by Cantractor, Contractor may be required to reimburse City far evaluaYing each such proposed substitute. Contractor txzay also be required to reimburse City fox the charges for anaking changes in ihe Contract Dacuments {or rn the provisions of any other direct contract wztli City} resuiting fram thc acceptance of each proposed substitute. F. Contractor's Expense: Contractor shall pro�ide all data in suppart af any praposed substiiute or "or-equal" at Contractar's expense. C1T`Y OP FOR'1' WORTH STANllAitp CONSTRUCTTQN SP�CIFTCATiOI�! DOCLlME1�IT5 Rc�ision: Ma�h 9, 2Q20 00 �2 00 - i GENERAL CONDITIONS Page 24 of 63 G. City Substitute Reimbursement: Costs (sa�ings or charges) attributable to acceptance of a substituie shaJ� be incoz'porated to the Co�ntract by Change Order. H. Time Extensions: No additional t�me will be granted forr subs�itutions. 6.06 Concerning Subcantractors, Suppliers, and Others A. Contractor shall perfoz�m wiY.h his own organizatian, work of a value not less than 35°Io of the value ernbraced on the Contract, unless otherwise approved by ihe City. B, Contractor shall not employ any Subcontractor, Supplier, or other individual or entity, r�hether iniYially ar as a replacement, against whon� Ciry rnay have reasonable objeciion:. Contractor shall not be required to ennploy any Subcontractor, Supplier, ox other individual or entity to fumish ox perfarm any of the Work against whom Contractor has reasonable objection (excluding those acceptable to City as indicated in �aragraph fi.06.C). C. The City rnay from time to t�me requzre the use of certain Subcantractors, Sup�liexs, or oYhex individuals or entities on the project, and will provide such req�irements in the Supplemeniary Conditians. D. 1Vlinority Business �'nterprise Compliance: It is City policy to en;sure the full and equitable participation by Minoriiy Business Enterprises (MBE) in ihe procurement af goods and services on a contractual basis. If the Contrc�act Docuznents provide for a MBE gaal, Contractor is required to comply �vith the intent of Y.he City's MBE Ordinance (as amended) by the following: 1. Contractar shall, upon request by City, pro�ide complete and accurate information regarding actual work perfortrzed by a MBE on the Contract and payment iherrefor. 2. Contractor will noi mal�e additions, deletions, or substiturions of accepted MBE without written consent of the City. Any unjustif'zed change or deletion shall be a matexial breach oi Contract and may result in debarment in accordance with the procedures outlined in the Ordinance. Contractor shall, upon request by City, allow an audit and/�r examination oi any baoks, recoxds, or files in the possession o� the Contractor that will substantiate the actual �vork perFornned by an MBE. Material misrepresentation of any nature will be grounds for termination of tl�e Contract in accoxdance with Paragraph 15.02.A. Any such misrepresentation may be grourads for disqualificarion of Contractor to bid on future contracts wzih the City far a pe�riod of noi less than three years. E. Contractor shall be fully responsible to City for all acts and ozxa�ssions of the Subcontractoxs, Suppliers, and otl�er individuals or entities performing or furnishi�g any of Yhe Work just as Contractor is responszble for Coniractor's own ac�s and omissions. Nothing in Y,he Contract Dacuments: C11'Y OF FORT WORTH STANDAitD COiVSTRUCI70N SPECIF7CAiTO1V DOCUMENTS Revision: Ma�ch 9, 2020 00 �z oo - � GENERAL COfVDITfO�lS Page 25 of 63 1. shall create for the benefit of azzy such Subcontractor, Supplier, or other individual or entity any contractual reIationsiiip between City and any such Subcontractar, Supplier or other individual or eniity; nor 2. shail creale any obligatzon on tlze part of City to pay or to see to the payment o� any moneys due any such Subcontractor, Sup�lier, or other indieiduaZ or entity except as �nay otherwise be xequired by Laws and Regulatzons. F. Cantractox shall be solely responsible fox sched��ing and coordinating Yhe Work of Subcontractors, Suppliers, and other individnals or entities performzng or �ur�ishing any of tne Work under a dir�ct or indirect contract with Contractor. G. AlI Subcontractors, Suppliers, and such other individuals ar entit�es performing or iurnishing any of the Work shail communicate vc�ith City throngh Contractor. H. All Work performed fox Contractor by a Subcar�tractor ar Supp�ier will be puirsuant to an appropr�ate agreement between CQntractor and the �ubcontractor or Supplier which specifically bznds ihe Subcontractor ar Supplier to the applicable terms and conditions of the Contract Documents for the benefit of City. 6.�7 Wage Rates A. Duty to pay Prevailing Wage Rates. The Contractor shal� camply vvith all requirements oi Chapter 2258, Te�as Govez-nment Code (as amend�d), including the payment of not Zess than the rates detezxnined by the City Co�ncil o£ the City of Fort Worth to be the prevailir�g wage rates in accordanc� with Chapter 2258. Such prevailing wage rates are included in the�e Cantract Documents. B. Penalty for Violation, A Contractor or ar�y Subcontractor who does not pay the prevailing wage shall, upon demazld made by the City, pay to the City $60 for each warker emp�oyed for each calendar day or part of the day that the worker is paid less than ihe prevailing wag� rates stipulated in these contract aocuments. This penalty shall be retained by the City to offset its adrr�inistra�ive costs, pursuant to Texas Government Code 2258.023. C. Complaints of Violations and City Deterrrcination of Gaotl Cause. On receipt af infozmation, including a complaint by a work�r, concerning an alleged violation of 2258.023, Texas Governznent Code, by a Contracior or Subcontractor, the City shall make an initzal detertnination, before the 31 st day after the date the City receives the information, as to vc�hether good cause exists to betieve that the violation occurred. The City sha11 notify in writi�g the Conteactar or Subcontractor and any affected worlcer of its initiai detei•mination. Upon the City's d�termination that there is good cause to believe ihe Contractor or Subcantractor l�as violafied Chapter 2258, trie Crty shall retain tne fuil amounts claimed by the claixnant or claimants as the difference b�tween wages paid and wages due und�r the prevailing wage rates, such arziounts being subtracted from successir�e progiress payments pending a final determinat�on of the vio�ation. CI'I'Y OP FOR'I' WORTH STANDARD CONSTRUCI'lON SPECIFICATTQN DOCUIvIENTS Revision: M��h 9, 2020 00 72 00 -1 CaENERAL COf�EDITIONS Page 26 of 63 1• D. Arbitration Required if Viola�ion Not Resalved. Ata issue relating to an alieged violation of Sectian 2258.023, Texas Goveinmezzt Code, including a p�nalty owed to the City or an affected worker, shall be submitted to binding arbitration in accordance with the Texas Genexal Arbztration Aci (Article 224 et seq., Revised Statutes} if the Contractor or Subcontractor and any affected worker does not resolve Y,he issne by agreement before the 15i1i day after the date the City �nakes its initial detemZtna�ion puxsuant to Paragraph C above. If the persons required to arbitrate under this section do not agree on an arbi�ratar before the 11th day after the date that azbitration is requized, a district court shall appoint an arbitrator on the petition of any of the persons. The City is not a party in t�e arbitrat.ion. The decision and award of t1�e arbitrator is final and binding on all parties and rnay be enforced in any coUrt of cornpetent jurisdict�on. E. Records to be Maintained. T}ae Contractor and each Subcontractor shall, for a period of three (3) years following the date of acceptance of the work, zxiaintain records that show (i) the name and occu�ation of each worker employed by the Cantractor in the construction of the Wor� provided for in this Contract; and (ii) tbe actual per diem wages paid to each worker. The records shall be open at aIl reasonabie hours for inspection by the City. The pzovisians of Paragxa�h 6.23, Right to Audit, shall pertain to this inspection. F. Progress Payments. Wiih each �rogress payment or payroll period, whicheve�' is iess, th� Contractor shall subnnit an affidavit stating that the Contractor has complied with the requirements af Chapter 2258, Texas Govert�rnent Code. G. Pos2ing of Wage Rates. Th� Contracior shall post prevailing wage rates in a conspicUous �lace at all times. H. Subcontractor Compliance. The Contractar shall include in its subcontracts and/or shall otherwise require all o� its Subconlractors to corx�ply witYa Paragraphs A through G above. Patent Fees and Royalties A. Contractor shall pay all license £ees and royalties and assume all costs incident to t�e use in the perFormance of the Work or the incorporation in the Work of any invention, design, process, product, or device which is the subject of patent rights or copyrights held by otlaers. If a particular invention, design, process, product, or device is specified in the Contract Documents for use in �e perfozmance of the Work and 'zf, to the actual kzaawledge oi City, its use is subject to patent �ights or copyrights calling for �e payment of any license �ee or royalty to others, the existence of such �eights shall be disclosed by City in the Contract Documents. Failure of the City to disclose such inforxnation does not xelieve tk�e Cantractar from its obligatinns to pay for the use of said fees or royalties to others. B. To the fullest extent permitted by Laws and Regulations, Contractar shall indemnify and hold har�nless City, from and against all claims, costs, losses, and damages {including but not limited to alZ fees and charges of engineers, at-chitects, attorneys, and other professionals and aIl court ar arbitrcttian or other dispute resolution costs) arising out of or relating to any infringement af patent rights or copyrights incident to the use in the performance of the Work or resulting fi'om C1TY OF FORT WORTkI STANDARY] CONS�RUCTIdI�S SPECIF'ICATIQN DOCUn�NTS Revision: Ma�h 9, 2D20 00 �z oo - i GENERAL CO�lDI710i�S Yage 27 of 63 the incorporation in the WoYk of any invention, design, process, product, or device not specified in the ContYact Documents. b.09 Permits and Utilities A. Contractor obtained permits and licenses. Contractor sha11 obtain and pay for all construciion pez-imits and lic�nses except those pro�ided fo:r in the Supplenaentary Conditions or Cantract Dacurzients. City shall assist Cor�tractor, when necessary, in obtaining such permits a�nd Iicenses. Contra.ctor shall pay all governmental charges and inspection fees necessary �or the prosecution of tile Work which are applicable at the tirne af opening of Bids, or, i� th�re are no Bids, an the Ef%ctive Date of the Agreement, except for �errza�ts provided by the City as spacified in 6.Q9.B. City shall pay ali charges of utility ovvners for connections for providing permanent service to the Woric. B. City obtained per�nits and licenses. City wz1l abtain and pay for all pertnits and licenses as provided for in the Supplementazy Condiiior�s ox Contract Docurz�ents. It will be the Contractor's responsibitity io caz-�ry a�t tlae provisions o� t�e pern�it. I� the Contractor initiates changes to the Contxact and. the City approves the changes, the Contractar is responsible far obtaining clearances and coordinating vvitn the appropriate reguiatory agency, Th� City wili not reimburse the ConYractor for any cost associated wzth these requirements af any City acquired permit, The followzng are pe�nits the City wiIl obtain i�required: 1. Texas Department of Transportation P�rmits 2. U.S. Army Cotps of Enginee�rs Permits 3. Texas Commzssion on Environmental Quality Pezxnits 4. Railroad Campany Pern�its C. Outstanding permits and licenses. The City ant�cipates acquisition of and/or access to perznits and licenses. Any outstanding permits and licenses are anticipated to be acquired in accordance with the schedul� set forth in the Supple�nentary Conditions. The Project Schedule submitted by the Contractor in accardance with the Ca�tract Docu�ments must consider any outsianding pertxzits and licenses. 6.10 Laws �nd Regulations A. Cantractor shall give all notices required by and shall camply with all Laws and Regulations applicabie to the �erformance of the Work. Except where otherwise expressly required by applicable Laws and Regulations, the City shall not be responsible far monitoring Contractor's compliance with at�y Laws or Regulations. B. If Contracior performs any Work knowing or having reason to know thai it is contrary to Lavvs or Regulations, Contractor shall bear all claims, costs, losses, and daznages {including but not timited to all fees and charges a� engineexs, architects, attaz-tieys, and otner professionals and alI CTI Y OF FORT WORTH STANDARDCQNSI'RUC'fiOI+I SPECTPICATION T)OCL'MENTS Revision: Macch 9, 202U 0072DU-1 GENERAL CONDIiIONS Page 28 of 63 court or arrbitration or other dispute zesolution. costs) arising out oi or rela�ing to such Work. However, it shall not be Contractor's respoz�sibility to make certain Y.hat ihe Specifications and Drawings are in accordance with Laws and RegUlations, but this shall not relieve Contractor of Contractor's abiigatians under Paragraph 3.02. C. Changes in Laws or Regulations not knovvn at the tinne of opening of Bids having a� effect on the cast or time af perfor�mance of the Wark may be the subject af an adjustment in Contract Price or Contract Ti�ne. 6, l l Taxes A. On a contract awarded by the City, an organization which qualifies for exenaption pursuant to Texas Tax Cade, Subcha�ter H, SecYaons 151301-335 (as amended), ihe Contractor �nay purchase, rent or lease all materials, supp�ies and equipment used or consumed in the perforrmance of this contract by issuing to his supplier an exemption certificate in lieu of the tax, said exemption certificate to comply with State Comptroller's Ruling .007. Any such exemptaon cerY.ificate issued to the Con�'actor in lieu of the tax shaJl b� subject to and shall corx�ply wit1� the provzsion of State Comptroller's Ruling .Ol l, and az�;y other applicabie rulings pertaining io the Texas Tax Code, Subchapter H. B. Texas Tax pern7its and infaxmation rxaay be obtained frozn: 1. Connptroller of Pubiic Accounts Sales Tax Division Capitol Station Austin, TX 787ll; or 2. htt ://wr�w.window.state.t�.uslta�;ir�fo/taxforms/93-forms.html 6.IZ Use of Site and Other Areas A. Limitation on Use of Site and OtherAreas: l. Contractor shall confine construction equipment, the storage of nnater�als and equipment, and tk�e opera�ions of workers to the Site and otb.er areas permitted by Laws and Regulaiions, arzd shall not unreasonably encumbex th� Site arid other areas �vith construction equipment or other materials ox equi�ment. Contractor shall assume fiill responsibility for any damage to any such l.and or az'ea, or to ihe owner or occupant thereof, or of any adjac�nt Iand or areas resulting from the performance of the Work. 2. At any iime when, in �lie judgment of the City, the Contractor has abstructed or closed or is carrying on opexations in a portion of a street, right-of-way, or easement greater than is necessary for proper e�ecution of the Work, the City may require the Contractox to fmish the section on which operations are in progress before vvork is cor3c�menced on any additional area of Che Site. C1TY OF FORT'WORTH STANDARD CO1V5'1'RLICITOI� SPECFFICAITON DOCUME1�iTS Revision: Much9,202D 00 �z oo - i GEN�RAL CONDI71�N5 Page 29 af 63 3. Should any Damage Ciaim be zxzade by arzy such owner or occupant because of tY�e perfo�-tnance of the Wark, Contractor s�aIl promptly atteznpt to resolve the Damage Claim. 4. Pursuant to Paragraph 6.21, Contracto�- shall indemnify �tnd hald harmless City, f�om and against alI claims, costs, losses, and damages arising out o,�'or relating ta ctny claim vr action, legal or equitable, brought by any such owner or accupant against City. B. Removal of Debris During Perfarmance of the Work; During the pxogress of the Work Contractor shall keep the Site and ot;her areas �ree frozn accumutations of waste materials, ru3�bish, and other debris. Removal and disposal of such waste materials, rubbish, and o�,her debris shall conform to applicable Laws and Regulations. C. Site Maintenance Cleaning: 24 hours after written not�ce is given to the Contractor that t1�e ciean-up on the job site is proceeding in a manner unsatisfactory to the City, if the Contractoz fails to correct the unsatisfactory procediu-e, the City may take such direct action as the City deems appropxiate to correct th� clean�up deficiencies cited to the Contractor in the written notice (iay letter or electronic cornmunicatzan}, and the costs o� such direct ac�ion, plus 25 % of such costs, shall be declucted irorxz the monies due ox to becorrze due ta t,he Contractor. D. Final Site Cleuning: Prior to Fznal Acceptance of the Work Contractar sha11 ciean the Site and the Worlc and malre it ready for utiiization by City or adjacent property awner. At the completion of the Work Contractor shall remove from the Site aIl tools, appliances, construction equipment and rz�achinery, anci surplus mater�als and shall restare to original condiiion or betier aIl property disturbed by the Work. E. Loading .5'tructures: Coniractor shall not load nor pern�it any part of any structure to be loaded in any manner that wi11 endanger the structuz-e, nar shall Contractor subject any part of tl�e Work or adjacent property to str�sses or press�ures that will endanger it. 6.I3 Record Documents A. Contractor shall maintain in a safe place at the Szte or in a place designated by th� Contractar and approved by the City, one (1} recQrd copy o� a�l Drawings, Specifications, Addenda, Change Orders, Field Oxders, and written interpr�iations and clarifications in good order and annotated to show changes made during construction. These recard documents together with alZ approved Sarnples and a cauntezpart of all accepted Submittals ovill be a�ailable to City far refcrence. LTpon completion of the Wor1c, these record documents, any operation and maintenance manuals, and Submittals �;vill be delivered to City prior to Fina� Inspec�ion. Cantractor shall inciude acc�rate locatians for buri�d and imbedded it�ms. 6.14 Safety and Protection A. Contractar shall b� solely responsible for initrafiing, znaintaining and supervising alI safety precautions and programs in cot�nection with the Work. Such r�sponsibility does not relieve Subcontractors a£ their responsibility for the safety of persons or property in the performance of iheir work, nar �or compliance with applicable safety Laws and Regulations. Contractor shali CI'I'�' OF FOKT WORTE3 S'I'ANDARDCONSTRi3CTi0N' SPF.CLFICAT10I�i DOCT_TMENTS Revisi on: MaiLh 9, 2020 00 �z oo - i GEN�RAL C4NDITIONS Page 30 of 63 take all necessary precauiions for the safety of, and sl�all �rovide the necessary protection to prevent dannage, injury or loss to: 1. all persons on the Site or �vk�o may be affected by the Work; 2. ail the Wozk and rnaterials and equzpment to be incorporated therein, whether in storage on or off the Site; and 3. other property at the Site or adjacent thereto, inciuding trees, shrubs, lawns, walks, pavements, road�vays, structures, utilities, and Underground Facilities nat designated for re�noval, relocation, or replac�ment in the course of canstructzan. B. Cantractox shall comply with all applicable Lavvs and Regulations rela�ing to Y,he safety of persons ox property, or to the �rotec�ion of persons ar property from damage, injury, or loss; and shall erect and maintain all necessary safeguards %r such safety and protection. Contractor shall notafy owners of adjac�nt pxoperty and o� Underground Facilities and ather utility o�vners whe� p�ros�cution of t1�e Worl� may a£fect them, and shall cooperate with the�n in the protection, removal, relocation, and replacement of their pzoperty. C. Contractor shall coznply wit� the applicable requirerrzents o� City's safety prog�rams, if any. D. Contractar shall znform City of the specific requirements of Contractor's safety program, if any, with w�ich City's employees and representatives must coznply wh�le at the Sit�. E. AIl damage, injury, or loss to any pzoperty referred to in Paragraph b.14.A.2 ox 6.14.A.3 caused, directly or indirectly, in whole or in part, by Contractor, any Subcontractor, Supplier, or any other individuai or entity directly or indirectly employed by any of thexn to perforrn any of the Work, or anyane for whose acts any of them may be liable, shall be remeci�ed by Contractor. F. Contractor's dutaes and responsibiiities for safety and for protection of the Work shall conta�nue until such time as aIl the Work is completcd and City has accepted the Work. 6.15 Safety Representative Contractar shall info�n City in writing of Contractar'S designated safety r�presentative ai the Site. b.16 Hazard Communication Programs Contractar shall be responsible for coordinating ar�y exchange of material safety data sheets or othex hazard communication infottnation required to be made available to or exchanged between or among enaployers in accozdance with Laws or Regulations. {.17 Emergencies and/or �2ecti,fication A. In ernergencies affec�rng the safety ar protection of persons or the Work or property at ihe Siie or adjacent thereto, Contractor is obligated to act to prevent threatened damage, injury, ox loss. Contractor shall give City prompt written notice if Contractor believes that any szgnificant CITY OF FORT WOR'�-i STANDARll CONSTRUCTION SPECIFICATTOIV DOCUIV�ENTS Revision: Ma�ch9, 2020 00 72 00 - I CtiENERAL. CONDITIONS Page 31 of 63 changes in the Work or va�iat�flns from the Contract Doc�arnents have been caused thereby or are required as a result Yhereof, If City deternlines that a char�ge zn Yhe Coz�tract Documents is required because o� fhe actian talcen by Contractor in response to such an emergency, a Cl�ange Order may be issued. B. Should the Cantractor fail to respo�d to a xequest from ihe City to rectify azzy discrepancies, omissions, or correction necessary to canform with ihe requirements of the Cantract Documents, the City shall gi�e th� Contractor written nafice that such work or changes are to be performed. Tne vvritten notice sk�all direct attentzon to �e discrepant condition and rec�uest the Cont�t�actar to take xemedial action to correct the condit�on. In the event the Contractor daes not take positive steps to fulf-iZl this vvriiten request, or does not show just cause for not taking Yhe proper action, within 2�41�zours, the City may take such remedial action with City forces or by contract, The City shall deduct an amount equai to the entire costs for such remediai act�on, plus 25°l0, irom any funds due or become due the Contractor on the Project. 6.18 Submittals A. Contx�actor s[�all subr�it required Subzxiittals to City for review and acceptance in accordance with the accepted Sch�dule af Subzxiittals (as required by Paragraph 2,07). Each submzttal will be identified as City may require. J. Subrnit number af copzes specified in the Genera� Requirements. 2. Data shown on trie Submittals wz1l be carnplete with respect to quant�ties, d'zmensions, specified pez-formance and design criteria, zxiaterials, and siznitar data to shovv City the services, materials, and equiprxzent Contractor proposes to provide and to enable City to review the information �or �e limited purposes requzred by Paragraph 6.18.C. 3. Submittals submitted as herein provided by ConYractar and reviewed by City for confo�nance with the design concept shall be executed in can%rnlity witn the Contract Documents unless otherwise required by City. 4. Wk�en Subzx�ittals are submitted for the purpose of shovving the installatian in greater d�tail, th�ir review shall not excuse Contractor from requirements shown on the Drawings and Specifications. 5. For-Information-Only submittals upaz� vvI�ch the City is not expected to conduct review or take responsive aciion znay be so identzfied in the Contract Docuzzlents. 6. Submit reqnired nuzxlber of Samples specified in the Specificatzans. 7. Clearly id.entify each Sample as to rz�aterial, Supplier, pertinent data such as catalog nuzzlbers, the use for whicn intended and. other data as Czty may rec�uire to enable City to rerriew the submittal for the liznited puz-poses required by Paragraph 6. � 8.C. C1TY OF 1�ORT WpRTH STAN]]ARI] CaNS'1'RiTCTION SPECIFICA71C7I�T DOCUMENTS Re�ision: N�uch 9, 2020 0072OD-1 GEfVERAL CONDITIONS Page 32 of 63 B. Where a Submittal is required by the Contract Documents or the Schedule oi Subrnxttals, any related Work perform�d prior to City's z'e�iew and acceptance af the pertinent subnnittal will be at the sole expense and responsibility of Contractor. C. City's Review: 1. City will provide timely review of required Submittals in accordance with the Schedule o£ Submittals acceptable to City. Czty's review and acceptance will be only to determine if ihe items covered by the submittals will, after installation or incorporation in the Work, con%rm ta the ir�ormataon given in the Contraci Documenis and be corripatible with the design concept of the corrzpieted Project as a functioning whale as indzcated by tYze Contract Documents. 2. City's xeview and acceptance will not extend to means, rr�ethads, techniques, sec�uences, or �rocedures of construction (except where a particular tneans, method, technique, sequence, ox procedure of construction is specifically and expxessly called for by the Contzact Documents} or to sa�ety precauiions or programs incident thereio. The review and acceptance of a separate itezn as suc� will not indicate appz'oval of the assembly in whtch the ite�n functions. 3. City's review and acceptance shall not relieve Contractor from responsibility for any variation from Y,he requirements of the Contract Dacuments unless Contractor has complied with the requirements of S�ction Ol 33 00 and City has given written acceptance of each such variation by specific w�itten natation thereof incorporated in or accompanying the Submzttal. City's review and acceptance shall not relieve Contractor frorn responsibility for co�plying with the requirements of the Contract Documents. 6.19 Continuing the Wark Except as otherwise provided, Contractor shall carry on the Work and adhere to the Project Schedule during all disputes or disagreements with City. No Work shall be delayed or postponed pending resolution af any disputes ar disagreements, except as City and Contractor may otherwise agree in �iting. 6.20 Contractor's General Warranty and Guarantee A. Cantractor warrants and guarantees ta City tha� all Woxk will be in accordarzce with the Contract Documents and will not be defecY�ve. City and its officexs, directors, members, partners, employees, agents, consultants, and subcontractors shail be entit�ed to rely on representat�on of Contractor's warranty and guarantee. B. Contractox's warranty and guaraniee hereunder e�cJ.udes defecis or damage caused by: 1. abuse, modification, or improper rnaintenance ar operation by persons other �an Contractor, Subcontractors, Suppliers, or any other individual or entiiy for wk�om Contractor is responsible; or CTI'Y OF FO1ZT WORTH STANDARDCONSTRUC[TO1V SPEC�ICATION DOCUMENTS Revision: NT�uch 9, 2D20 ao�2oo-i GENERAL COfVDl7fpiVS Page 33 of 63 2. normal wear and t�ar under �ormal usage. C. Contractor's obligation to perform and compJete the Work in accoxdance with the Contract Docurxzents shall be absolute. None oi the fol�owing witl constitute an acceptance of Work that is zzot in accordance with the Contract Documents or a reiease of Contraclor's obiigation to perforrn the Wark in accardance with the Contract Documents: 1. observations by City; 2. recommendation or payment by City of any progress or final �ayment; 3. the issuance of a certificate df Final Acceptance by City or any pay�xzent related thereto by City; 4. use or occupancy o£ tne Work ar any part thereof by City; 5. any review and acceptance of a Submittal by City; b. any inspection, test, or approval by others; or 7. any correction of defective Work by City. D. The Contractor shall reznedy any defects or damages in the Work and gay fox any damage to other work or property resulting therefrozn which shall a�apeax within a period of twa (2) years from the date of Final Acceptance of the Work unless a longer period is specified and shail furnish a good and sufficient maintenance bond, compiying with the requirent�ents of Axticle S.OZ.B. The City will give notice of abserved def�cts with reasonable promptn�ss. 6.22 Indemni�cation A. Contractor cavena�ts and agrees to indemnify, holc� hart�ess and defend, at its own expense, the Ciiy, iis officers, servants and emplo�ees, from and against any and all clairins arising out of, or alleged fo arise oat of, �he work and �ervices to be perfor�n�d b� the Contractox, its oificers, agents, employees, subcontxactars, licenses or invitees under this Contract. THIS INDEMNIFICATION PR VISTON r5 SPE�ICALLY INTENDED TO OPERATE A1VO BE EFFE TNE EVEN IF IT ALLEGED OR PROVEN T T ALL 9R SOME�THE DAMA,GES BEING SO THT WFRF CAUSED IN WH�LE (lR TN PART. BY A1��CT nMT�SION OR NECrLI YENCE 2F THE CITY. This ir�demnity pro�vision xs intended to include, without linnitation, indemrriiy far costs, expenses and legal %es incurred by the City i� defending against such claims and cause� of actions. B, Con�ractor covenan� and agrees ta indemn�ify and hald harmless, at its own. expense, the City, its officers, sert�ants a�d ernplayees, from �nd against any and all loss, damage or destruction af properiy of the Ciiy, arising out o�, ar alleged io arise ont of, the work and services ta be performed by the Contractor, i�s officers, agents, ernployees, subcontractors, Iicensees ar invitees under this Contrac�. THIS INllEMNIFTCATInN PROV�N IS CITY OF FDRT WOR'I'I� STANllARD COI�S'�l2UCTIOI�I SPECTFICATION DpCLIME�TTS Re�ision; IVIt¢c}i 9, 2Q20 OD7200-1 GENERAL CONDfTIONS Page 3� of 63 SPECIFICALLY INTENDED TO OPERATE AND BE EFFECTIVE EV�N IF IT XS, ALLE ED OR PRO�EN T AT ALL OR 50ME OF THE D� E BE HT WERE A�ED IN OLE OR I PART BY ANY ACT, OMI5SION�R NEGLXGEN E F THE CITY. 6.22 Delegation of �rofessional Design Services A. Contractor will not be required to provide pro%ssional design services unless such services are specifically required by fhe Contract Documents for a portion oi the Work or unless such services are required to carry out Contractor's xesponsibilit�es for consiructzon �eans, methods, techni.ques, sequences and procedures. B. If professional design services or cert�ficatians by a deszgn professional zelated to sysiems, matez�als or equipment are speciiically required of Contractor by tl�e Contract Documents, City will speci�y all performance and design criteria that such services must satisfy. Contractox shall cause such services or certificatzons to be provided by a properly licensed professional, whose signature and seal shall appear on all drawings, calculations, specifications, cerYifications, and Submittals prepared by such professional. Subznittals related to the Work designed ar cerY.ified by such pro�essional, if prepared by others, shall bear such professionat's writte� ap�roval when submitted to City. C. City shall be entitled to rely upon the adequacy, accuracy and co�npleteness of the services, certifications ar approvals perfortned by such design professionals, provided City has specified to Contractor performance and design criteria that such sezvices must satisfy. D. Pursuant to this Paxagraph 6.22, City's review and acceptance of design calculations and design drawings wiil be only for the limited purpose of checking for conforrnance vvith perforrraance and design criteria given and the design cancept expxessed in the Contract Documents. City's review an,d acceptance of Submittals (except design calculations and design drawings} will be only for the purpose stated in Paragraph 6.18.C. 6.23 Right to Audit A. The Cantractor agrees that the City shall, until the expira�aon of three (3) years aftex iinal payment under this Contrac�, have access to and tb.e right to examine and photocopy any directly pertinent books, documents, papers, and records of the Contrac�or invoiving transactions relating to this Contract. Cantractor agrees that the City shall hav� access during Regular Working Hours ta all necessary Contractor �acilities and shall be provided adequate and a�propriate vvork space in oxder to conduct audits in compliance with the provisions of this Paragraph. The City shall give Contractor reasonable advance notice of intended audits. B. Contractor further agrees to include in all its subcontracts hereunder a�rovision to the e�fect that the subcontractor agrees that the City shall, until the e�piration of three (3) years after final payment under this Contract, have access to and the right to examine and phoiocopy any diz'ectly pertinent books, documents, papez's, and records of such Subcontractoz', involving transactions to the subcontract, and furth�r, that City shall have access during Regular Working Hours to all C1TY OF FORT WORTH STANDARD CONSTRUCI'ION SPEC�TCA'I'ION DOCUME3�!'i'S Revision: Macch9, 2020 oa �z oo - i GENERAL CqNDITIONS Yage 35 af 63 Subcontractor facilities, and shall be pxovided adeqnate and appropriate work space in order to conduct audits in compliance wifh the provisions of this Paragraph. The City shall give Snbcontractor reasonable advance notice of intended audits. C. Contractor and Subcontractor agree to photocopy such documents as may be requested by the City. The City agrees to reimburse Contractor for the cost a� the copies as �ollows at the rate pub�ished in �e Texas Administrative Code in effect as of the iime copying is perforrzaed. 6.24 Nondiscrimination A. The City is responsibl� for operating Public TransportaY�on Pragrams and implementing transit- related ,projects, which are funded in paz�t �vi�i Federal fit�ancial assistance awarded by the �T.S, Department of Transportation and the Federal Transzt Admirazstration (FTA), vvithout discriminatrng against any person in the United States on tne basis of race, color, or na�ional oz�igin. B. Title Vl, Civil Rights Act of 1964 as amended: Contractor shall comply wzth the rec�uirements of the Act and the Regu�ations as further defined in ihe Snppiert�entary Canditions for any project receiving Federal assistance. ARTICLE 7— OTHER WORK AT THE SITE 7.41 I2elated Work at Site A. Ciiy may perForm otYier worlc related to the Project at the Site with City's employees, or other City contractors, or through other direct contracts therefvr, or ha�e other work perfarmed by utility owners. If such other wark is not noted in the Contract Documents, then written notice thereof wiZl be given to Contractor prior to starting any such other work; and B. Cont�actar shall afford each other contractor who is a�arty to such a direct contract, each uiiiity owner, and City, if City is pe�rforming other work wi� City's employees or other Czty contractors, proper and safe access to the Site, provide a reasonable oppartunity for the introduction and storage of materials and eq�ipment and the executzon o� such other work, and properly coordinate the Work with theirs. Contractor shalZ do ail cutting, fitting, and patching of the Work that may be required to pxoperly connect or otherwise tnalce its several parts come together and properly int�grate vc+ith such other work. Contractor shaIl nat endanger any woric oi others by cutting, excavating, or othez-wise a.itering such work; provided, hovvever, that Contractor rraay cut or alter otl�ers' work with the w�ritten consent of City and tl�e others whose work wi11 be affectea. C. If the pxoper execution or results of any part of Con#ractor's Work depends upon work pez�ormed by others under this Article 7, Contractor shall inspect such other vvork and promptly report to City in writing any delays, defects, or defrciencies in such other work that render it unavailable or unsuitable for the proper executzon and results of Contractox's Wor1c. Contractor's fai��re to so report wi�l constitute an acceptance of such ather work as fit and proper for integration with Contractor's Work except for latent defects in the wark provzded by others. Ci'C}' OF FORT WORTH STANDA1tD CdNSTRUCTIOIY SPECCFICAT[ON DOCCJM8NT5 Revision: Ivfa�ch 9, 2p20 ao�zoo-z GENE.RAL COiVDITIONS Pagc 36 of G3 7.02 Coordination A. If City intends to contract with otl�ers %r the performance oi other work on tl�e 1'raject at th� Site, the following will be set forth in Supple�tnentary Conditions: the individual or entity who will have authority a�ad r�sponsibility for coordination of the ac�iviiies among the various contractors will be identified; 2. the specific matters to be covered by such authoriiy and responsibility will be itemized; and 3. the extent of such authority and responsibilities �rvill be provided. B. Unless otherwise provided in tk�e Su�plerxaentary Conditions, Czty shall have authority %r such coordination. ARTICLE S — CITY'S RESPONSIBILITIES 8.01 Communicatians to Contractor Except as othexwis� provided in tlae Supplementary Conditions, City shall issue all comnnunications to Contractor. 8.02 Furnish Data City shall timely furnish the data required under the Contract Documents. 8.03 Pay When Due City shall mal�e payments to Cont�actor in accardance with Article 14. 8.04 Lands and Easements; Reports and Tests City's duiies with respect to providing lands and easements and provzding engiz�eering sturveys to establzsh reference points are set forth in Paragraphs 4.O1 and 4.05. Paragraph 4.02 refexs to City's identifying and making available to Contractor co�ies of regorts o£ explorations and tests of subsurface canditions and drawings of pY�ysical conditions relating to existing surface or subsut�ace structures at or cont�guous to the Site that have been utilized by City in preparing the Contract Documents. 8.45 Change Orders City shalX execute Change Orders in accordance with Paragraph i0.03. 8.06 Inspections, Tests, and Approvals City's responsibility with respect to certain inspectaons, tests, and ap�rovals is set forth in Paragraph � 3.03. CPI'Y OF FORT WORTH STANAA[ZDCOIVSTRUCTIOIV SPECIPTCATION DOCUM�NTS 12evisian: Mazch 9, 2020 00 �z oo - i GENERAL COf�DITIONS Page 37 of G3 S.D7 Limitations on City's Responsibiiities A. T'he City shall not supervise, d'zrect, ar have control or autnority over, nor be responsible for, Contractor's means, methods, techniques, sequences, or procedures af construction, ar the safety precautions and pxograms incident tnereto, or for any failure of Contractar to comply with Laws ana Regulatians applzcable to the performance of the Work. City will not be responszble for Cantractor's faal�rre to perform the Work in accordance with the Contract Documents. B. City wilZ notify the Contractor of applicable safety plans pursuant to Paragraph 6.14. S.OS Undisclosed Hazardous Environmentccl Condition City's respansibility with respect to an unc�isclosed Hazardous Environmental Condition is set forth in Paragraph 4.4b. 8.09 Compliance with Safety Program While at the Site, City's employees and re�resentatrves shall comply with ihe specific applicable requirements of Contractor's safety �rograms of which City has been znformed pursuant io Paragraph 6.14. ARTICLE 9-� CITY'S OBSERVATION STATUS DiTRING CONSTRUCTION 9.01 City's Project Manager City will provide one ar more Project Manager(s) during tl�e constructzon �eriod, T'ne duties and responsibilziies and the limitaiions of author�ty of City's Project Manager duri�g construction are set foz-tri in t1�e Contract Documents. The City's P�roject Manager for thzs Contract is id�ntified in the Supplerr�entary Cor�ditions. 9.02 Visits to Site A. City's Project Manager wilI znak� visits to ihe Site at intervats apprapriate to the various stages of construction as City deems necessary in order to obser�e the progress that has been made and the quality of the va�ous aspects of Contractor's executec� Worlc. Based on inforrr�a�ian obtained during such visits and observations, City's Project Manager will deterirune, zn genera.l, if the Work is proceeding in accoxdance with the Contract Docume�ts. City's Project Manager will not be required to make exhaus�ive or continuous inspections on the Site to check the qualzty or quan�ity of the Work. City's Project Manager's efforts will �e directed. toward providing City a greater degree o� canfidence that the completed Wor� will conform generally to the Contract Documents. B. City's Project Manager's visits and obsezvations are subject to alI tr�� limita�ions on authority and responsibzlity in the Contract Documents inciuding those set forth in Paragiraph 8.�7. CiTY OP FURT WQATH STANDlARI� CQNSTRUCTION SPECIFICA'xION DOCUMEId"T'S Re�ision: March 9, 202p 00�2oo-i GENERAL CDNDITiONS Page 38 af 63 9.03 �uthorized Variations in Work City's Project Manager may authorize �ninor variations in Yhe Work frona th� requirements of the Contract Dacuments which do not involve an adjusfinent in the Contract Price or the Contract Time and are compatible with the design concept of the corxzpleted Project as a�unctioning whole as indicated by t�e Contract Docunaents. These may be accomplished by a Field Order and vvill b� binding on City and also on Contractor, wl�o shall pex-form the Work involved promptiy. 9.04 Rejecting Defeciive Work City will have authority to reject Work which City's Projeci Manager believes to be defective, or will not produce a completed Project that confiorms to the Contract Documents or that will prejudice the integrity of the design concept of the completed Project as a funetioning whale as indicated by the Contract Dacunnents. City will have authnrity to conduct special inspection ox testing o� the Work as provided in Article 13, whethex ar not the Work is fabricaied, installed, or completed. 4.05 Deterjninations for Work Performed Contractor vvill det�rnune the actual quantities and classiiicaiions af Work performed. City's Project Manager vvill review with Contractor the pxeliminary determinations on such matters before rendering a written recomrnendation. City's written decision wiil be £'inal (except as modi£'ied to reflect changed �actual condi�ions or more accurate data). 9.06 Decisions on Requi�'ements of Contract Documertts and Acce�tabiliiy of Work A. City will be the initial interpreter of the requirements of the Contract Documents and judge of the acceptability of the Work thereunder. B. City will render a wrrtten decision on any issue re%rred. C. Crty's written decision on the issue r�ferred will be £'inal and binding on the Contractor, subject I:o the provisions of Paragraph 10.06. ART�CLE 10 — CHANGES IN THE WORK; CLAIMS; EXTRA WORK �0.01 Authorized Changes in the Work A. Without invalidating the Contract and 'without notice to any suxety, City may, at aray time or fram time to tinae, order Extra Wor�. Upon notice of such Extrra Work, Cantractor shall promptly proceed with the Work involved which will be perfornaed under the app�icable conditzons of Yhe Contract Documents {except as otherwise specz£�ically pravided}. Extra Work shall be memorialized by a Change Order whtch may or naay not precede an order of Extra work. B. For xninor changes of Work nat requiring ehanges to Contract Time or Contract Price, a Field Order may be issued by the City. C1TY OF FORT WORTH STAIVDARD CONSTT2UGTI03+! SPLClFTCATION I70CUMEI�ITS Revision: M�ch9,2020 00 �z a7 - � GE�ERAL CONDlTIONS Page 39 of 63 14.02 Unauthnrized Changes in the Work Coniractor snaIl not be entitled to an increase in the Contract Px-ice or an extension of Yhe Cantract Tirne with resp�ct to any work perfoz7ned that is not required by the Contract Documents as arnended, mocl�fied, or suppiemented as provided in Paragraph 3.�4�, except in the case of an emergency as provided in Paragraph 6.17. 1D.03 Execution of Change O�ders A. City and Contractor shail execute appropriate Change Orders co�ering: 1. changes in the Work which are; (i) ordered by City pursuant to Paragraph 10.OI..A, (ii} requirec� because of acceptance oi defective Work under Paragraph 13.08 or City's correction of defective Work under Paragraph 13.09, or (zii) agreed to by the part�es; 2, changes in tt�e Contract Price or Contract Time which are agreed ta by the parties, including any undisputed sum or amo�nt of time for Work actually pez-iformed. �0.04 Extra Work A. Should a difference arise as to what does or does not const�tute Extra Wark, or as to Yhe ,payment thereof, and the City inszsts upon its performance, the Contractar shall proceed with the work after rnaking written request for written orders and snall keep accurate account of the actual reasonable cost thereof. Cantract Claims regarding Extra Work shall be made pursuant to Paragraph 10.06. B. The Contractor shall furnish the City snch installation records of all deviations from the original Contract Documents as may be necessary to enable th� City to prepare for perrrzanent record a carrected set of plans showing the actual installativn. C. The compensation agreed upon %r Extra Work whetI�er ar not initiated by a Change Ordex shail be a ful1, compiete az�d final payment for aIl costs Contractor incurs as a resuIt or relating to the change ar Extra Wark, whether said costs are known, uz�known, foreseen ar unforeseen at thal time, iz�cluding wzthout limitation, any costs for delay, extended overhead, ripple or impact cost, or any other effect on changed or unchanged vc+ark as a xesult of the change or Extra Work. 14.05 Notifieation to Surety If the provisions af a�y band require notice to be given to a surety of any change affecting the general scope of the Work or the provisions of the Conteact Docurnents {incl�ding, but not limited to, Contract Price or Contract Time), the giving of any such notice vc�ill be Contractor's responsibzlity. The amour�t af each applicable bond will be adjusted by the Contractar to reflect the effect of any such change. C1TY OF FORT WORTH STANDt112D CQNSTRUCIIQN SPECIFTCATION llQCUMEN'I'S Revision: Ma�c;h 9, 2020 007200-1 GENERAL GONDITIONS Page 40 of 63 10.06 Contract Claims Process A. City's Decision Required: All Cantract Claims, except those waived pursuant to Pat'agraph 14.09, shall be re%rred to the Ci.ty for decision. A decision by City shall be required as a condition precedent to any exercise by Con�-actor oi any �ghts or xemedies he may otherwise have uz�der Y,he Contract Documents or by Lavvs and Regulations in respect of such Contract Claims. B. Notice: 1. Written notice stating the general �ature of each Contract Claim shalJ be delivered by the Contractor to City no later than ] 5 days after the start of the event giving rise thereto. The responsibility to substantiate a Contract Claim shall rest witl� the party making the Coniract CJ aim. 2. Notice of the azr.iount or extent of the Contract Claim, wif,h supporting data shall be delzvered to the City on or before 9-5 days from the start of the event gi�ing z�se thereto (unless the City a11Qws add'ztional ti�me for Coni�ractor to submzt additional or �nore accurate data in sup�ort of such Contract Clairn}. 3. A Contract Claim for an adjustment in Contract Price shali be prepared in accordance with �ie provisions of Paragraph J.2.01. 4. A Contract Clairn for an adjustment in Contract Time shall be prepared in accordance with the provisions ai Paragraph 12.02. 5. Each Contzact Claim shall be accompanied by Contractor's written statemen.t that t1�e adjustment ciai�x�ed is the entire adjustment to which the Contractor believes it is en�itled as a result of said event. 6. 'I'b;e City shall submit any response to the Contractor within 30 days after receipt of the claimant's last submittal (unless Contract allows addi�ional tirne). C. City's Action: City wiil review each Contract Claim and, within 30 days after xecei�t of the last subn�ittal of the Contractor, if any, take one of the fallowing actions in wri�ing: 1. deny the Contract Clairrz in whole or in part; 2, approve the Contract Claim; or 3. notify the Contractor that the City is u�abie to resolve the Contract Claim if, in the City's sole discretion, it would be inappxopriate for the Czty to do so. Fox purposes of furtkzer resolution of the Contract Claim, such notace shall be deemed a denial. CPI`Y OF FORT WOR'�`H STANDAI2D CONSTRiJCT10N 5PECiFICATIOIV DOCiJMENTS Aevision: Maich9, 202{T 00 �z oa - � GENERAL CON�lTIONS Page 41 of 53 D. City's written action under Paragraph 10.0�.0 will be final and bir�ding, unIess City or Contractor invake the dispute resoluhon procedure set forth in Article 16 witkzin 30 days of suck� actron or d.eniaZ. E. No Contract Claim for an adjustment in Contract Price or Contract Time will be valid if �ot subrnitted in accordanc� witri this Paragraph 10.06. ARTICLE 11— COST OF THE WORK; ALLOWANCES; UNIT PRICE W�RK; PLANS QUANT�TY MEASiJREMENT J 1.01 Cost of the Work A. Costs Included: The term Cost of the Work means the sum of all costs, exc�pt those �xcluded in Paragraph 11.01.B, necessarily incurred and paid by Contractor in the proper perFozxnance af the Worl�. When tk�e value of any Work co�ered by a Ch�nge Order, the costs to be reitnbursed to Contractor will be only those additia�al or incremental costs required because of the change in the Work. Such costs s�all not include any of the casts itemized in Paragrap� 11.OI.B, and sha11 include but not be limited to the following items: J.. Payroll costs for employees in the direct em�loy of Contractor in the perFormance of the Wark under schedules of job classificat�ons agreed upon by City and Contractor. Such employees sE�all inciude, without limitation, superintendents, %remen, and other persannei emplayed fuIl tizne on the Work. Payroll costs for exnployees not employ�d full time on the Work shail be apportzoned a� the basis of their time spent on the Work. Payroll costs sha11 include; a. saiaries with a 55% markup, or b, salaries and wag�s plus the cost af fringe benefts, which shall include social security contributions, unemployment, e�cise, and payroll t�es, workers' compensation, health and retirement benef ts, bonuses, sick leave, vacation and holiday pay ap�licable thereto. The expenses of performzng Work outside of Regular Working Hours, Week�nd Woxking Hours, or legal holidays, shail be included in the above to the extent authorzzed by City, 2. Cost af all materials and equipznent iurnished and incorporated in the Work, including costs of tt-ansportation and storage thexeof, anc� Suppliers' field ser�ices required in connection therewith. 3. Rentals of ali construction equipment ana machinery, and the parts thereof whether rented from Contractor or others in accordance with rental agrcements approved by City, and the costs o� transportation, Ioading, unloading, assembiy, disrnantli�g, and removal tk�ereof. AIl such costs shall be in accordanc� with the terms o� said rental agreeme�ts. The rental of any such equipment, rxiachinery, or parts shall cease when the use thereof is no longer necessary for Yhe Waxk. crr�r oP �nrz�r wox� S1'ANDARD CONSTRUCTTOIY SP�,CIFICATTON DQCUMENTS Revision: Mtuch 9, 2020 DO72OD-1 GE�IERAL CONDITEQNS Page 42 of 63 4. Paynraents rnade by CQntractor to Subcontractors for Work perforrmed by Subcontractors. I� required by City, Contractor shall obtain corrzpetitive bids fronn subcon.traciors acceptable to City and Con�actor and shall deliver such bids to City, r�ho wi11 then detertx�ine, which bids, if any, will be acceptable. I� a7r�y subcontxact �ro�ides that the Subcon�ractox is to be paid on the basis of Cost of the Work plus a fee, the Subcontsactor's Cost of the Work and fee shall be determined i� the sarne manner as Contractor's Cost of ihe Work and fee as provided in this Paragrap� 11.01. 5. Costs of special consultan.ts (including but not limited to engineers, architects, testing l.abora�or�es, surveyors, attorneys, and accountants) employed for services specifically related to Yhe Worlc. 6. Supplemental costs including the foilowing: a. The proportion of necessary transportation, travel, and subsistence expenses of Contractor's employees incurxed in discharge of duties connec#ed with the Work. b. Cost, including transportation and maintenance, of all materiais, supplies, equipment, xnachinery, appliances, offic�, and temporrary faeilities a� the Site, and hand tools not owned by the workers, which are consumed in the perfoxmance of the Work, and cost, Iess ma�rket value, �f such itenas used but not consumed which: remain the property of Contractor. c. Sales, consumer, use, and other similar taxes related to Yhe Work, and far which Contractor is liable not covered under Paragraph 6.11, as imposed by Laws and Regulations. d. Deposits lost for causes otl�er than negiigence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or far whose acts any of them may be liable, and royalty payments and %es for permits and Iicenses. e. Losses and darr�ages (and related expenses) caused by damage to �he Woxk, not coznpensated by insurance or otherwise, sustained by Contractor in connection with the perfot�nraance of th� Work, provided such losses and darnages have resulted from causes otherr than the negligence of Contractor, any Subcontractor, or anyone di�'ectly or indirectly employed by any of them or for whose acts any of �em may be liable. Such losses shall include settlerrzents made wiYh the written consent and approval o£ City. No such losses, darnages, and expenses shall be included in the Cost of the Work far the purpase of determining Contractor's fee. f. The cost oiutilities, fuel, and sanitary facilities at t.k�e Site. g. Minox expenses such as telegrams, long distance telephone calls, ielephone and communicat�an servxces at the Site, express and courier services, and szmilar petty cash i�ems in connection with the Work. Ci'1'Y OF FORT WORTIi STANDARD CONSTRUCTION SPECIFTCATION DOCLTME3V'I'S Revision: NTaccli 9, 2020 oa �z oo - z GEN�RAL CONDITIONS Page 43 of 63 h. T'he costs of premz�ms %x all bonds and insuz-ance Contractor is required by the Contract Documents to purchase and maintain. B. Costs Excluded: The term Cost o� the Work shall not include any oi t�e following items: 1. Pay�roll costs and other compensation of Contractor's officers, execuiives, principals {of partnerships and sole pxoprietorships), general rraanagers, safety znanagers, engineers, architects, esY�mators, attorneys, auditars, accountants, purchaszng and contracting agents, expediters, timekeepers, clerks, ana otller personnel emplayed by Cantractor, whether at Yhe Site or in Contractor's principal or branch office for general administration oi the Wark atid not specifically inclnded in the agreed upon schec�ule of job classificatians re%rred to in Paragraph I1.01.A.1 or specifically covezed by Paragraph 11.O1.A,4, all of which are ta be cansidered adrninzstrative costs coveret� by the Contractor's fee. 2. Expenses of Contracior's principal and branch offices other than Contractor's office at the Site. 3. Any part af Contractor's capital ex�enses, inciuding interest on Contractor's capital empioyed for the Work and. charges against Contractor for delinc�uent payments. 4. Costs due to the negligence oi ConYractor, any Subcontractor, ar anyone directly or indirectly empioyed by any of them or for whose acts any of them may be liable, including but not limited to, the correction of defective Work, dxsposal of materials or equzpm�nt wrongly supplied, and making good any damag� to property. S. Other overhead or general expense costs of any kind. C. Contrc�ctar's Fee: Wherz alI the Work is performed on the basis of cost-plus, C�ntractor's fee shall be determined as set forth in the Agreement. Wl�en the value o� any Work co�rered by a Change Order for an adjustment in Contract Price is dete�-tnined on the basis of Cost of the Work, Contractor's fee shail be detez-min�d as set forth in Paragraph 12.O1.C. D. Docurnentation: Whenever the Cost of the Work tor any purpose is to be detern�ined pursuant to Paragraphs 11.O1.A and 11.O1.B, Contractor will establish and maintain records thereof in accordance s;vith generally accept�d accounting practices and subznit in a form acceptable to City an itemizec! cost breakdown together with supporting data. 1 Z.02 Allowances A. Specified Allowance: It is understood that Contractor has included in the Contract Price all aliowances so narned in the Contract Docu�nents and shall cause the Work so covered to be perforrzied for such sums and by snch persons or entities as may be acceptable to City. B. Pre-bid Allowances: 2. Contractor agrees that: crrY o� �oRT wox rx STANI]ARDCONSTRUCTION SYECTFICATION DOC[_JM�NTS Revision:ll�a�ch 9, 202Q 00 72 00 - 1 GEN�RAL CONDITiONS Puge 44 vf 63 a. th� pre-bid allowanc�s incl�de the cost to Contractor of rr�aterials and equip�nent required by �e aliowances to be delivered at the Site, and all applicable taxes; and b. Contractox's costs �or unloading and handling on the Siie, labor, installation, overhead, profit, and other expenses cantem�lated for the pre-bid allowances have been included in ihe allowances, and �o demand for additional pay�meni on account of any of the foregoing will be valid. C. Contingency Allowccnce: Contractor agrees Y,hat a contingency allowanc�, if any, is for the sole use of City. D. Prior to final payment, an appropriate Change Order will be issued to zeflect actual amounts due C�ntractor on account of Work covered by allowances, and the Contract Price shall be correspondingly adjusted. J 1.03 Unit Price Work A. Wl�ere the Cantract Docuznents provxde that all or part ofi the Woxk is to be Unit Pr�ce Work, initially t�e Contract Price will be deemed to include for aIl Unit Price Work ari amount equal to the sum of the unii pri�ce for each separately ideniified item of Unit Price Work iimes the esYimaied quantity af each item as it�dicated in the Agreement. B. The esiimated quantities of items af Unit Price Work are not guaranteed and are solely for the purpose of comparison of Bids and determining an initial Cantract Pr�tce. Deterxninations of the actual quantities and classifications of Unit Price Work performed by Contractox will be nnade by City subject to the provisions of Paragraph 9.05. C. Each unit price will be decmed to include an amoun.t considered by Contractor to be adequate to cover Contractor's overhead and profit for each separately identified item. Work described in the Contract Documents, or reasonably infer�red as required for a functionally complete installatian, but noi identified in the listing of unit price items shall be considered incidenta� to unit �rice work listed and the cost of incidental work included as part of the unit pz�ce. D. City may make an adjusiment in. the Contract Frice in accordance with Paragraph 12.01 if: 1. the qua7r�tity of any item of Unit Pri�ce Work per%rmed by Contractor differs materialiy arid significantly from the estimated quantity of such itern indicated in the Agreeznent; and 2. there is no corresponding adjustment with respect to any other item of Work. E. Increased or Decrect�sed Quantities: The City reserves Yhe right to order Extra Work in accordance with Paragra�h 10.01. If the changes in quantities or the alteratzons do not significantly change the character of work under the Contract Documents, the altered work �+i11 be paid �or at Yhe Contract unit price. C1TY OF FORT WO12'I'ki STANDAItD CONSTRC]CI'ION SPECI�7CATIOIV DOCiJMEN`I'S Revision: Nim�h9,202D ao7zao-� GENERAL CONDITIONS Page 45 of 63 2. If the changes in quantities or alterations significantly change the character of work, the Contract will be amended by a Change Qrder. 3. Tf no nnit prices exist, this will be considered Extra Work and the Coniract will be atxzendcd by a Change Order rn accordance with Article 12. 4. A signi�cant change in the charactex of work occurs when: a. the cI�aracter of wark for any Itezn as aitered differs znaterially in kand or nature fronn that in t1�e Contract or b. a Major Ite�n o� work varies by more than 2S% from the originai Ca�tract quantity. 5. When the qua�tity of woark to be done ander any Majar It�m of the Contraci is more than 125% of the oz�ginal quantiCy stated in the Contract, then either pat�ty to the Contract may zequest an adjustment to the unit price on the portion of the wark that is above 12S%. 6. When the quantity of work to be dane under any Major Item of the Contract is less than 75°Io of the original quantiiy stat�d in ihe Contract, then �ither party to the Contract may rec�uest an adjus�nex�t to tne unit price. 11.04 Plr�ns Quantity Measurement A. Plans quantities may or may not repzesent the exact quantrty of woxk perFormed or mate� al mo�ed., handled, or placed during the �xecution of the Contract. The es�imated bid quantities are designated as f nal payment quantiYies, unless revised by tne goverr�ing Sectian or this Article. B. If the quantity measured as outlined under "Price and Payment Procedures" varies by �nare than 25% (or as stipulated under "�'rice and �ayment Procedures" fnr specific Items) fram tl�e total e�timated quant�ty for an individual 7tern originaliy shown in the Contract Documcnts, an adjusttnent may b� maae to trie quantity of authorized wor� don� far payment purposes. The party to tne Con�tract rec�uesting the adjustrnent will provide feld measurements and calculations showing the final quantity �or which payment will be rrzade. Paynrzent for revised guantity will be made at the unit price bid �or thaf It�m, except as pxo�ided for in Article 10. C. When quantities are revised by a change in design approved by the City, by Change Order, or to correct an error, or to correct an errox on the plans, the plans �uan�ity will be increased or decreased by the amount in�oZved in the change, and the 25% variance wiil apply to the �ew plans c�uantity. D. lrf the total Contraci quantity multipZied by the unit price bid fox an individual Iiem is Iess t11an $250 and t11e Item is not originally a plans quantity Ytezn, then the Item may be paid as a�lans quantity Item iithe City and Contractor agree in writing to fix the final quantity as a plans quantity. crrY o� �oxT wox�z STANDA1tD CONSTRiTCTION SPECIF'ICATION DOCI]MENTS Re�ision: M�cki9, 2020 ao �2 00 - i CENERRL CONDiTIONS Page 46 uf 63 E. For callout vvork or no�-siie speciiic Contracts, the plans quantity measur�ment rec�uirements are not applicable. ARTICLE 12 — CHANGE OF CONTRACT PR�CE; CHANGE OF CONTRACT TIME l 2.01 Change of Contract Price A. Tl�e Contract Px-ice znay only be changed by a Change �rder. S. The value af any Work covered by a C1�ange Order will be determined as �allows: 1, where the Woxk involved is covered by unit prices contained in the Contract Documents, by application of such unit prices to the quaniities of the iterns involved (subject to the provisians of Paragraph 11.03); or 2, where the Wor�C involved is not covered by unit prices con�ained in the Contract Dacuznents, by a rr�utually agreed Iump sum or urazt price (which may include an allowance for overhead an.d profit nat necessariiy in accordance with Paragraph 12.01.C.2), and shall include the cost of any secondary impacts that are %reseeable at the time o£ pricing the cost of Extra Work; or 3. where the Work involved is not covered by unit prices contained �n the Contract Documents and agreerrient to a lump sum or unit price is no� reached under Paragraph 12.O1.B.2, on the basis of the Cost of the Work (determined as provided in Paragraph 11.01) plus a Contractor's fee for overhead and profit (detertxzined as provided in Paragraph 12.01.C). C. Contractor's Fee: The Con:tractor's additiona� fee for o�erhead and profi.t shall be determined as follows: 1. a mutually acceptable fixed %e; ar 2, if a fixed fee is not agreed upon, ihen a fee based on the following percentages of the various portions of ihe Cost of the Woxk: a. for costs incurred under Paragraphs 11.OJ .A.1, 1 l.01.A.2. and 11..O1.A3, the Contractor's additional fee shall be 15 percent except for: �) rental fees fox Contractor's own equiprr�ent using standard rental rates; 2) bonds and insurance; b. for costs incurred under Paragraph 11.O1.A.4 and 11.01.A.S, the Contractor's fee shall be five perceni (5%}; l) where one ox more tiers of subcontracts ar� on the basis of Cost of the Woxk plus a fee and no fixed fee is agreed upon, the intent of Paragraphs 12.OI.C.2.a and 12.41.C.2.b is that the ,Subcontrractor wYzo actuaIly perfortxzs the Work, at whatever ci�r o� �onT wor��z STA3�iDARD CONSTRUCTTON SPECIFICATIQN DOCUMENTS Revision: Ma�h9, 2020 QO 72 00 - 1 C.,ENERAL GC)NDlTIQNS Page 47 of 53 tier, wi�l be paid a fee of l 5 percent of the costs incurred by such Subcontractor under Paragrapi�s 11.OI.A.1 and 1I.01.A.2 and that any higher tier S�bcontractor and Contractor will each be pard a fee of fve percent (5°10) of the aznount pazd to the next Zower tier Subcontractor, however in no case shall the ciamulative total of fees paid be in excess of 25°10; c. no fee shall be payable on the basis of costs itezxuzed under Paragraphs � I.O1.A.6, and li.o�.B; d. the amount oi credit to be allowed by Contractor to City for any change which results in a net decrease in cost vcrill be the amount of the actual net decr�ase in cost pius a deduction in Contractor's fee by an amount equal to � ve percent (S%) of such net decrease. 12.02 Change of Contract Tiyne A. The Contract Time may only be changed by a Change Oraer. B. No extension of the Coniract Time will be a�lowed for Extra Work or for clairz�ed delay uniess the Extra Work contemplated or clai�ned deIay is shown to be on the critical path of ti�e Project Schedule or Cont�ractor carz show by Critical Path Methad analysis haw the Extra Work or claimed delay adversely a�fects the critzcal path. 12.03 Delays A. Where Ca�tractar is reasonably delayed in the performance or caxnpletion of any part of the Wox1� �rithin the Contract Time due to delay beyond the control of Contractor, the Contract Time may be extended zn ar� amount ec�ual to the time lost due to such delay if a Contract Claim is made therefor. Delays beyond the control of Contractor shall include, but not be limit�d ta, acts or neglect by City, acts or neglect o� uYility owners or other contractors perforn�ing other work as contemplated by Article 7, fires, floods, epidemics, abnortxzal weather conditions, or acts of God. Such an adjustment shall be Contracior's sole and exclusi�e remedy for the delays descz�hed in this Paragraph. B. If Conteactor is delayed, City shall not be liable to Contractor for any clairz�zs, costs, losses, or damages (including but not limited to all fees and charges af engineers, architects, attorneys, and other professionals and all court or arbitration ar other dispute resolutian costs) sustained by Contractor on or in connectioz� with any other project or arzticipated project. C. Contractor shall not be entitled to an adjustrnent in Contract Price or Contract Tirne for delays wiihin the control of Contx�actor. Delays attributable to and within the control o� a Subcontractor ox Suppiier shall be deemed ta be delays within the c�ntrol of Contractor. D. The Contractox shall recezve no coznpensataon for delays ar hindrances io the Work, except when direct and unavoidal�le extra cost ta the Contractor is caused by the failure of th� City to pravide information or material, if any, which is to be furnzahed by the City. C1TY OF FORT WORTH STANDA,ltDCONSTRTJCTION SPF,CTFICATIOIV DOCUMEN'I'S 1Zevision: Ma�cfi 9, 2020 0072OD-1 GENERAL CONDITIONS Page 48 of 63 ARTICLE 13 — TESTS AND INSPECTIONS; CORRECTION, REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK 13.01 Notice of Defects Notice of all defective Work of which City has actual knovcriedge vc�ili be given to Contractox. Defective Work may be rejected, conrected, ox accepted as provided in this Article 13. l 3.D2 Access to Work City, independent testang laboxatories, and govemmental agencies with jurisdictional interests will have access to the Site and Y,iie Work at reasonable times for their observation, inspection, and tes�ing. Contractor shall provide them prop�r and safe conditions for such access and advise them of Contractar's safety procedur�s and programs so tY�at t�iey �x�ay camply therewith as applicable. 13.03 Tests and Inspections A. Contractor shall give City timely notice of readiness of the Worrk for all required inspect�ons, tests, or appxovals and shall cooperate with inspectron and testing personnel to facilitate required inspections or tests. B. Tf Contract Documents, Laws or Regulations of any public body having jurisdicti.on require any of tbe Work (ar �art thereof} �o be inspected, tested, or approved, Contractor shall assume full respansibility for arranging and obtaining such independent inspections, tests, retests or approvals, pay al.l costs zn connection tl�erewith, and fur�nish City the required certificates of inspectian or ap�roval; excepting, however, those fees specifically identified in the Supplementary Conditions or any Texas Departrnent of Licensure and Regulation (TDLR) inspectians, which sk�all be paid as described in the Supple�nentary Conditions. C. Contractor shall be responsible for arranging and obiaining and shall pay all costs in connection with any inspec�aons, tests, re�tesis, or approvals required for City's acceptance o� materials or equiprxzent to be incorporated 'zn the Work; or acceptance of materials, mix desig�s, or equipment suhmitted £or appzoval pz-ior to Contraetor's �urehase Yliereof for incorporation i� the Work. Such inspections, tests, re-tests, or approvals shall be performed by organzzations acc��tab�e to City. D. City znay arx'ange far the services of an independent testing laboxatory (`"I'esting Lab") to perform any inspections or tests ("Testing") for any �art of the Wark, as detemuned solely by City. City will coordinate such Testing to the extent passible, with Con.tractor; 2. Should any Testing under this Section 13.03 D result in a"faal", "did not pass" or ot.�er similar negative result, the Contractor shall be responsible for paying for any and all xetests. Contractor's cancellarion without cause of City inztiated Testing sk�all be deemed a negative result and require a retest. ci�'� oF �or�m wox� S'i'AMA�RD COIVSTRUCTiON SPECIFTCATION DOCUMSI�TS Revision: Maccka 9, 2U20 00�2oo-i C�NERAL CONDITIOi�S Page 49 of 63 3. Any arxzounts owed for any retest under this Section 13.a3 D shall be paia directZy to the Testing Lab by Contractor. City will �orward ali invoices �or retests io Contractor. 4. If Cont�ractar fails to pay Yhe Testing Lab, City wzil not issue Final Payment until the Testing Lab is paid. E. if any Work (or tne work of others) thai is to be inspected, tested, or approved is covered by Contractor without written concurrence of Ci�y, Contractor shali, if requested by Czty, Uncover such Work fo� observatron. F. Uncovez�ng Work as provided in Paragraph 13.03.E shall be at Contractor's expense. G. Contractor shall have the z-ight to zx�ake a Cantract Clairri regarding any retest or invoice issued nnder Section 13.03 D. 13.04 Uncovering Work A. If any Work is covered contrary to the Contract Documents or specific instrucYions by f,he City, it must, if requested by City, be uncovered for City's observation and replaced at Contractor's expense. B. rf City considers it necessary or ad�isable that covered Wark be observea by City or inspected or tested by others, ContracYar, at City's request, shalZ uncover, expose, or oiherwise make available for observation, inspec�ion, or testzng as City may reqnire, that portion of the Work in question, iurrzrshing all necessary labor, material, and equipment, Tf it is �ound that the uncavered Work is defective, Contractar shall pay all elaims, costs, losses, and aamages (including but not Iizz�ited to aIl fees and charges of engineers, architects, attorneys, and other professionals and all court or other ciispute resolution casts) arising out of or relating to sucn uncovering, exposure, observation, inspection, and testing, and of satisiactory replacement or reconstruciion (including but not limited to all costs of repair ox replac�ment of work of others); or City shall be entiiled to accept defective Work in accordance witl� Paragraph 13.08 iz� wt�ich case Contractar s,hal� sti�l be responsible for all costs associated with exposing, observing, and testing the defective Work. 2. If t�e uncovered Work is not fa�xnd to be defective, Contractor shall be allowed an increase in the Contract Price or an extensinn af the Contzact Time, or batk�, directly attributable to such uncovering, exposure, observation, inspectzon, testing, replacem�nt, anct reconstruct�on. 13.05 City May Stop the Work Ii the Work is defecti�e, or Contractor fails to supply sufficient skilled workers or suitable materials or equipment, ox fails to perform the Work in such a way that the campleted Work vvill conform to the Contract Documents, City may order Contractor ta stop the Work, ox any portion thereof, untii the cause for such order has been elirr�inated; however, this right of City to stop the Wark shall not gx�e rise to an.y duty on the part oi City to exercise thrs right for the benefit of Cantractor, any crr� oR �aR�r woxTx S'1'ANDARDCONSTRUC.TTON SYEC�TCATION DOCIJIv1ENTS Revision: Maich 9, 202(} 00 7a oo - � GENERAL CONDITIONS Page 50 of G3 SubconUractor, any Supplier, any other individual or entity, or any surety for, or employee or agent of any o£ them. 13.06 Correction or Removal of Defective Work A. Pron�ptly after receipt of wri�tten notice, Contractor s�all correct all defective Wark purrsuani to an acceptable schedule, vvhether or not fabricated, installed, or completed, or, if the Work has been rejected by City, remo�e it from the Prroject and replace it r�vitki Work that is not defective. Contractor shall pay all claiix�s, costs, additional tes�ing, losses, and danr�ages (including but nat lirnited to a11 fees and charges of engineers, architects, atto�eys, and other professionals and all court or arbitratian or other dispute resolution costs) ariszng out of or relating to such correction or rernoval (xncluding but not limited to all costs of repair oz replace�nent of work of others}. Failure to require the removal of any defecti�e Work shall not constitute acceptance of such Work. B. When correc�ing d�fective Work under the tern�s of this Paragraph 13.Q� or Paragrapi� 13.07, Contractor shall take no action that vvould void or otherwise impair City's special warranty and guarantee, if any, an said Work. 13.07 Cor�ection Period A. If within two {2) years after the date of Final Acceptance (ar such longer period of time as may be prescribed by the terms of a�ny a�plicable special guarantee required by the Contract Documents), any Work is found t� be defective, or if the repair of arzy damages to the land ox areas made available far Contracior's use by City or permitted by Laws and Regulations as contemplated in Paragraph 6.10.A is found to be defective, Contractor shall pramptly, without cost to City and zn accordance with City's wrrtten instrUc�ions: 1. repair such defective land or areas; or 2, correct such defective Work; or 3. if the defective Work has been rejected by City, remove it from the Project and replace it wzih Worlc that is not defective, and 4. satisfactorily corirect or repair or xemove and replace an� damage to other Work, to the work of others or other land or areas resulti�g therefrom. B. Yf Contractor does not prompily comp]y with the tertns of Ciiy's written instructions, ox in an etnexgency where delay would cause serious �isk o� loss ar damage, City may have the defective Work correct�d ox repaired or rnay have the rejected Work removed and rreplaced. All claizns, cosis, losses, and darnages (including but not limited to aIl fees and charges of engzneers, architects, attorneys, and other prafessionals and all court ar a�er dispute resolution costs) arising ou� oi or rela�ing to such cotr�etion or repair or such removal and replacement (including but not limited io alI costs of repair or xeplacer�ent o� work of others) vvill be paid by Contractor. crr�r o� FoxT woz�Tx STANDARD CONSTTZUCTION SPECIFfCA�aN DOCUMEN`S'S Revision:lVl�h 9, 2020 00 �z oo - i GENERAL CONpITlONS Page 5 I of 63 C. In special circuzxistances where a particular item of ec�uipznent is placed in continuous s�rvice before Final Acceptance of aIl the Work, the correction period �ar that item may start to run from an earlier date if so �ravided in the Contract Docurnents. D. Where d�fective Work (and damage to other Work resulting Yherefrom} has been coz-rected or remaved and replaced under this Paragraph 13.07, the correct�on period hereunder �rith respect to such Work rzaay be required to be extended for an addit�onal period of one year aftez th� end o� the iniiiai correctiorz period. City sl�all provide 30 days vvritten notice to Contractor shouid such additional warranty coverage be required. Contractor may dispute ihis reqnirement by filing a Contract Claim, pursuant to Paragraph 10.06. E. Contractor's obligations under this Paragraph 13.07 are in addition to any other obligation or waz-ranty. The provisions of thrs Paragraph 13.07 sha11 not he constr�ed as a substitute fax, or a waiver of, the provisions oi any applicable statute of Iimitaizan or repose. 13.48 Acceptance of Defective Work If, instead o� requiring correct�ax� or remo�al and replacezxient of defeciive Work, City prefers to accept it, City rnay do so. Contractor shall pay alI claams, costs, losses, and darz�ages (including but not Iiznited to ail fees a�d clzarges of engineers, architects, attarneys, and ot�er professionals and all coUrt o� other dispute resolution costs) attributable to City's eaaluation of and determination to accept suck� defective Work and for the diminished vaZue oi the Work to the extent not otnerwise paid by Contractor. I� any such acceptance occurs priar to Frnal Acceptance, a Change Order will be issued incorporatxng the necessary re�visions in the Contract Documents wiih respect to the Work, and City shall be entitled to an appropriate decrease in tl�e Contract Price, refIeciing the dirninished value of Work so accepted. 13.09 City May Correct Defective Work A. Ii Contractor fails within a reasonable time after rr,rritten notice from City to correct de%ctive Work, or to remove and xeplace rejected Worlc as required by City in accardance with Paragraph 13.06.A, or if Contractor fails to perfarm the Work in accordance with tk�e Contract Doc�znents, or if Contractar fails to comply with any other pz�o�vision of the Cantract Documents, City rr�ay, after seven {7) days written notice to Contractor, correct, ar xemedy any such deficiency. B. Tn ex�rcising the righis and remedies under tl�is Paragraph 13.09, Ciiy shall proceed expeditiously. In conneciian with such carrective or remediat action, City may exclude Contractor from all or part of the Szte, take possessiorz o£ ali or part of the War� and suspend Cantractar's services related thereto, and it�coxporat� in the Work alI materials and equipment incorporated in trie Work, stored at the Site or for wluch City has paid Contracior but which are stored eisewhere. Contractor shall allow City, City's representatives, agents, consultants, employees, and City's other contractors, access ta the Site to enabie City to exercise the rights and remedies under this Paragraph. C. All claitxis, costs, losses, anc� damages (including but not lirnited to all fees and charg�s of engine�rs, architects, at�orneys, and other professionals and a11 court or other dispute resoluY�on CI'I'Y OF F'ORT WOR'�"H STANDARD CONSTI2UCTION SP$C]FTCAT[ON DOC[.TIv�NTS Revision: NI�uch9, 2(T20 oo�zoo-z GENERAL CONDITIONS Page 52 of 63 costs) incurred or sustained by City in exercising the rights and rem.edies under this Paragraph ].3.Q9 vc+ill be charged against Contractor, and a Change Order will be issued incorporating the necessary revisions in the Contract Documents wiYh rrespect to �he Work; and City shall be entitled to an: appropriaie decrease in the Contract Price. D. Contractox shall not b� allowed an e�tension of t11e Contract Tirxae because of any delay in the performance of the Work attributable to ihe exercise of City's rights ar�d remedies under this Paragraph 13.09. ARTICLE 14 — PAYMENTS TO CONTRACTOR AND COMPLETYON 14.01 Schedule of Values The Schedule of Values far Xump su�x� contracts established as pravided in Paragraph 2.07 vcrill serve as the basis for progress payments and will be incorporated into a farm of Applicat�on for Payment acceptable to City. Progress payments on account of Unit Prrice Work will be based on the number of units completed. 14.02 Progress Payments A. Appliccctions for Payments: 1. Contractox is responsible for pravidin g all infoxmation as required to beconne a vendor of the City. 2. At leasi 20 days before the date establis�ed in the Generai Requirenaents for each �rogress payment, Contractox shall submit to City %r review an Applica�ion £or Pay7nent filled aut and signed by Contractor covering the Work completed as o� the date of ihe Application and acconr�par�ied by such supporting doc�amentation as xs rec�uired by the Contract Documents. 3. If payment is requested on the basis of materia�s and equipment not incorporated in the Work but delivered and suitably stored ai the Site or at another locatian agreed to in writing, the Application �or Paynnent shall also be accompanied by a bill of sale, invoic�, or other dacumentation wazxanting tlaat City has received t:he materials and equiptnent free and clear of all Liens and evidence that the materials and equipment are covered by appro�riate insurance or other arrangements to �rotect City's interest ther�in, all of which rnust be satisfactory to City. 4. Beginnin.g with il�e second Appiication for Payment, each A�plicaiion shal� include an affidavit of Contractor stating t1�at previous progress payments received on accaunt of the Work have been a�plied on account io discharge Contractor's legitimate obligations associaied with prior Applications for Payment. 5. The amount of retainage with respect to progiress payrrfents will be as stipulated in ti;e Contract Documents. C1TY OF FORT WORTH STANDARD CONSTI2UCTION 5PECIFTCATION D4CUMENTS Revision: Match9,?A�0 ao�zoo-i GENERAL CONDlTIONS Yagc 53 of 63 B. Review ofApplications: 1. City wzll, after receipt of each Application for Payznent, either indicate in wrzting a recommendation of payment ox return the A�plication to Contractor zndicating reasans for re�usi�g payment. In the latter case, Contractor may make the nacessaz-y corrections and resubmit the Applicatron. 2. City's processing of any payment requested in an Application for Pay�nent will be based on City's observations of the executed Work, anc� on City's review of the Appiication for Payment and the accompanying data and schedules, that to the besi of City's knowledge: a. the Work has progressed to the point indicated; b. the quality o� the Worlc is generaIly in accordance vvith the Contract Documents (sub�ect to an evaluation of the Work as a func�ioning whole prior to or upon Final Acceptance, t�ie results of any subsequent tests called �ar in the Contract Documents, a final determination of quan�ities and classificaiions far Work perforn�ed under Paragraph 9.05, and any other qnalifications stated in t�e recomrnendatian). 3. Processing any such payment wiil not thereby be deemed to have represented that: a. inspections xnade to check the quality or the quantity of th� Work as it has been perfarzx�ed have been exhaustive, extended to every aspect af the Work in progress, or in�nlved delailed inspections of the Work beyond the responsibilities specifically assigned to Czty in tl�e Contract Documents; or b. there may not be other matters or issues between the parties that migI�t eniitle Contractor to be paid additionally by City or entitle City to w:tthhold payrnent to Contractoz-, or c. Contractor has coznplied with Laws and Regulations app�icable to Contractor's p�rforzx�ance af the Work. 4. City may refuse to process Y11e whole or any part of any payment b�cause of subsequently discovered evidence ar the results of subsequent inspections or tests, and revise or revok� any such payx�nent previously made, to such extent as may be nec�ssary to protect City from loss because: a. the Work is defective, or tne comp].eted Work has been damaged by the Contractor ar his subcontractors, requi�-ing correction or replacement; b. discrepancies in quantit�es contained in pre�ious applications for payme�t; c. the Contract Price has been reduced by Change Orders; d. City has been required to cor�rect defective Worl� or complete Wark in accordance with Paragraph 13.09; or CITY OF FORT WpRTH STAIdDARD CONSTRiTCTION SPEC�FICATIOIV DOCUM8IVTS Re�isiorr. M�ch 9, 2{YLO 00 72 00 - 1 GENERALCONd1710NS Page 54 of 63 e. City has actual knowJ.edge of the occurrence of any of the events enumerated in Paragraph ] S.D2.A. C. Retainage: 1. For contracts 1�55 �n� ��aa,D00 at the time o� execution, retainage shall be ten percent (10%). 2. Far contracts greater than $A�00,000 at the time oi executzon, retain.age shall be five percent Es%). D. Liquidated Damages. Fox each calendar day that any work shall rrerr�ain uncompleted after the time specified in the Contract Documents, the sum per day specified in the Agreement, vvill be deducted from Y.he monies due the Contt'actor, not as a penalty, but as liquidated damages suffered by the City. E. Payrnent: Contractorr will be paid pursuant to the rrequirements of this Articie 14 and �ayrzaent will beconr�e due in accordance with the Cantract Documents. F. Reduction in Payment: 1. City may refuse to make payment of the amount requested because: a. Liens have been fiied in connection wzth the Work, except where Coniractor has delivered a specific bond satisfactory ta City to secure Y,he satisfaction and discharge of such Liens; b. there are other items entitling City to a set-off against the amount recomznended; or c. City has actual knowledge of the occurrence o� any af the events enuz�nnerated in Parag�raphs 14.02.B.4.a through 14.02.B.4.e ox Paragraph 15.d2.A. 2. If City refiises to rnake payment of the amount requested, City vvill give Contractor written notzce stating the reasans for such action and �ay Cantractar any amount remaining after deductio�n of the amount so withheld. City shall pay Contractor the aanount so �vithheld, or any adjustrnent thereto agreed io by City and Contractor, when Contraciar remeciies t1�e reasons for such action. 14.03 Contractar's Warranty of Title C�ntractor warrants and gua�antees thai title to all Work, maYeri.al�, and equipment covered by any Applica�ion for Paytnent, whether incozporated in the Project or not, will pass to City no later than the time of payment free and clear of all Liens. CTI'X pF FOR'I' WORTH STANIlf1RD COlVSTRUCTIOiV SP�CIN�CATION DOCUMENTS Revision: M�ch 9, 2U20 oa �z oo - i G�NERAL CONDITIONS Page 55 of 63 i4.04 Partial Utilization A. Prior io Final Acceptance o� all the Work, City may use or occupy any substantially campleted part of the Work vvhich has specifically been idenYified in the Contract Documents, ar which City, deternunes constitutes a separaiely iunctioning and usable part of the Work that can be used by City �or its intended pufpose without significant interference with Contractor's performance of the reznainder o£ the Work, City at any time may notify Contractor irz writing to permit City to use or occupy any such part of the Work which City detex'rnines to be ready £or its intended use, subject to the following canditions: 1. Contractor at any time nnay notify City in w�iting that Contractor considexs any such part o� the Work r�ady �or its intended use. 2. Within a reasonable time after natification as enumeraied in Paragraph 14.OS.A.1, City and Contractar shall make an inspection of tk�at part of the Work to deterrmine its status of completion. Tf City does not considex that part af the Work to be substantialiy complete, City will notzfy Contractor in wr�ting gi�ing the reasons therefor, 3. Partial Utilization will z�ot cons�itute Finai Acceptance by City. J 4.OS Final Inspection A. Upon written notice from Contractor that the entire Work is camplete in accordance with the Coniract Documents: 1. within 10 days, City wi11 schedule a Final Inspection with Contractor. 2. City vvill noti�y Contz-actor in wx-iting of all particulars in which Yhis inspection rev�als that the Work is incomplete ox defecti�e, Cantractor shall immediately take such zneasures as are necessary to complete such Work or remedy such deftci�ncies. B. No tirx�e charge will be made against t,he Contractor between said date of notification of the City and the date of Final Inspection. Should the City determine thaf the Work is not �ready for Final Inspectran, City wiIl notify the Contractor in wz-i�ing af the reasons and Contract Tirne will resurne. 14.06 Final Acceptance Upon completion by Contractor to City's satisfaction, of any additional Work idenlified in the Final Inspection, City will issue to Contractor a Ietter of Final Acceptance. C�"Y OF FORT WOTZTH S'1'AIVDARD CpFVSTRUCTION SPECgYCATIQ�' DOCUMENI'S Reviszon: Ma�h 9, 2020 ao�zoa-i GENERAL. GONDITfONS Page 56 of 63 14.07 Final Payment A. Application for Payment: 1. Upon Final Acceptance, and in the opinion of City, Contracto� may �tnake an applicatian for final payment %llowing the procedure %r progress payments in accordance wxth the Contract Documents. 2. The finai Applicat�on for Paymen.t shall be accompanied (except as previously delivered) by: a, all documentation called far in the Contract Documents, including but not limited to the evidence of insuranc� required by Paragraph 5.03; b. consent of the surety, if any, to final payment; c, a list oi all pending or released Damage Claims against City that Contractor believes are unsettled; and - d. afiidavits of payments and complete and Iegally effective releases or waivers (satisfactary ia City) af all Lien rights arrising out of or Liens filed zn connection with the Work. B. Payment Becomes Due: 1. After City's acceptance of the Application. for Paynnent and accornpanying documentation, requested by Contractor, less previous payrnents made and any sum City is entitled, in.cluding but not liznited to liquidated damages, will become due and payable. 2. After ali Damage Claiixas have been resolved: a. directly by the Contractor or; b. Contractor �rovides evidence that the Damage Cl.aim has been reported to Cantractor's insu�rance provider foz resolution. 3. The nnaking of the final payiment by the City shall not �elieve the Contractor of any guarantees or other requirennenis of the Contract Documents which specifically continue �.aereafter. 14.08 �'inal Completion Delayed and Partial lZetainage Release A. Tf final com�let�on of tYze Work is significantly delayed, arzd if City so confitxns, City �tnay, upon receipt of Contractor's final Applica�ion for Payment, and without terminaiing the Contract, rtaake payment o� the balance due for that portion of the Work fuJ�y completed and accepted. If the remaini�g balance to be held by City �or Work not fiilly completed or corrected is less ihan tlie retainage stipulated in Paragraph 14.02.C, and if bonds have been furnished as required in Paragraph 5.02, tbe written consent of the surety ta the payment of the balance due far that CF�'Y OF FY7RT WORTS STANDARD CONSTRUCTTON SPECIFICATIOid DOCUMENTS ltevision: IvTacch 9, 2D20 ao �z oo - i GENERAL CONDIiIONS Page 57 of 63 portion of the Work fully completed and accepted shaIl be submitted by Contractor to City with the Application for such payment. Such payment shall be made under the terms and conditions governing fizaal payment, except that it shall not consYituie a waiver of Contract CZaims. B. ParticaZ Retainage Release. For a Contract that pro�zdes for a separate vegeta�ive establishment and maintenance, and test and performance periods following the completion of alI other construction in the Contract Documents for aIl Worl� locations, the City may release a portion of th� amount retained provided that aZl other work is connpleted as determined by the City. Befare the release, alZ subrnittals and �nal quax�tifies must he cornpleted atad accepted for all other worlc. An amount sufficient to ensure Contract compliance will be retained. 14.09 Waiver of Claims The acceptance of final payrrz�nt will constitute a release of the City from all claims or Iiabilities under the Contract for anything done or furnished or relating to the ovork uz�der the Contract Documents or any act or neglect of City related to or connected with the Contract. ARTICLE 15 — SUSPENSION OF WORK AND TERMINATION 15A1 City May Suspend Work A. At any tzxne and without cause, City rmay suspend the Work or any portion thereof by written notice to Contractor and which may fix the date on which Wark will be resurned. Contractor shall resume the Work on the date so fixed. During temporary suspension oi the Work covered by these Contract Documents, for any reason, tne City will mal�e no extt�a payment fnr stax�d-by time of construction equipment and/or construc�ion crews. B. Shoutd the Contractor not be able to complete a portion of the Project due to causes beyond the control of and withant the fault or neglzgence of the Contractor, and shou�d it be detertnined by mutuai consent of the Coz�tractor and City tt�at a solution to a�lovv constz-�zzction to proceed zs not available within a reasonable period of time, Contractor may requesi an e�tension in Contract Time, directly attributabie to any s�ch suspension. C. If it should become necessary to suspend the Work for an indefinite peziod, the Confiractor shall store all rnaterials in such a zxianner that tney will not obstz-��ct or inr�ped� the public unnecessarily norr become damaged in any way, and he sl�all take every precaution to prevent damage or deteriora�ion of the work performed; he sna11 pravide s�itable drainage about the wark, and erect temporary structures where t�ecessary, D. Contractor rnay be reiznbursed �or the cost of moving his equiprnent off the jab and retuzning tiie necessary �quipment to the job when rt is determz�ned by the City that construction rrzay be xesurned. Such reiznbarsement shall be based on actua� cast to the Contractor o� moving �,he equipment and no profzt vvi11 be al�owed. Reimbursexnent may nat be allowed if the �quipment is moved to another canstruction project for the City. cr,r� oF FoxT wox�r S"T'ANDARD Cd1VSTRUC'ITOI�T SPECll�ICA"I'iON DOCUMENTS Revision: M�th 9, 2.(}20 DO7200-1 GENERAL CQNDITIONS Yage 58 of 63 15.02 City May ?'erminate for Cause A. The occurrence of any one ar more of the following events by way of example, but not ofr limita�ioz�, may�ustify termination �or cause: 1. Contractor's persistent faalure to perform the Wnrk in accordance with the Contzact Documents (including, but not Iiznited to, failure to supply sufficient skilled workers or suitable materials or equiprnent, faiiure to adhere to the Project Schedule established under Paragraph 2.07 as adjusted frotn ti�ne to time pursuant to Paragraph 6.04, ox failure to adhere to the City's Business Diversity Enterprise Ordinance #2D020-12-2011established under Paragraph 6.06.D); 2, Contractor's disrregard of Laws orr Regulations af a�r�y public bady having jurisdiction; 3. Cont�ac�or's repeated disregard of the authority of City; oz 4. Co�tractar's vialation in any substantiat way of any pravisions of the Contract Documents; Ol' 5. Contractar's failure to promptly make good any defect in mater�ials or workmanship, or defects of any nature, the correction of which has been directed in writing by the City; or 6. Snbstantial indication that the Contractor has made an unauthorized assignznent of ihe Contract or any funds due therefrom for t�e benefit of any creditor or for any other purpose; or 7. Substantial evide�ce that the Contractor has become insolvent or banl�upi, or otherwise financially unable to cany on the Work satisfactorily; or S. Cozatractor commences legal action in a court of cornpetent jurisdiction agains� �ie City. B. �i one or mare of the events identified in Paragraph 15.02A. occur, City will provide written notice to Contractor and Surety to arrange a conference with Contractor and Surrety to address Contractor's failu�re to pe�rforn� the Work. Conference shall be h�ld not later than 15 days, after receipt of notice. 1. If the Cxty, the Contractor, and tJne Surety do not agree to a�low the Contractor to proceed to perform the canstruc�ion Contract, the City may, to the extent p�rmitted by Laws and Regulations, declare a Contractor default az�d formaJly terminate the Contractor's right to complete the Contract. Contractor default shall not be declarred earlier than 20 days after the Contractor and Surety have received noiice of conf�rence to address Contractor's faiiure to perform the Work. 2. If Contractor's sexvices are terminated, Surety shall be obligated to take over and perfornr� the Work. Ti Surety does nat comix�ence performance th�reof within 15 consecutive calendar days after date of an additional written notice demanding Surety's perForx�nar�ce of its ci��� o� FoxT �voR•� STAI�I�ARDCONS'I'RLiCI'ION SPECIFiCATION DQCUMEIV'i'S Revision: M�ch9, 2020 oa �a oo - � GEN�RAL CONDI710NS Yage 59 of 63 obligations, trien City, vviihout process or actio� at law, znay take over any portion of the Work and complete rt as described. below. a. If City completes the Work, City may exclude Contractar and Siu-ety from the site and taI�e,possession of the Work, and all txiaterials and equipznent incorporated into the Work stored at the Site or far vcrhich Ci�y has paid Contxactor or Surety but which are stored eIsewhere, and finish the Work as City may aeem expedient. 3. Whether City or Surety completes the Work, Contractor sha�l nat be enfitled io rec�ive any further payment until the Worlc is finished. If the unpaid balance of th� Contraci Price exceeds a.11 claims, costs, Iosses and damages sustained by City arising out of ox resuiiing from comp�eting the Work, such excess will be paid to Contractor. If sucn claims, costs, losses and damages exceed such unpaid balance, Contractor sha11 pay the differ�nce io City. Such clairzas, costs, losses and damages incurred by City will be incorparated in a Change Order, provid�d that when exercising any rights or remedies ander this Paragraph, City shall not be required to obtain the lowest price %r the Work perfarmec�. 4. Neither City, nor any of its respective consultants, agents, oificers, directors or eznployees shall be in any vc�ay liable or accountable to Contractor or Suz-ety for the m�fihod by which the cornpletion of the said Wark, or any portion th�reof, may be acconnp�ished or for tl�e price paid therefor. 5. City, notwithstanding the znethod used in comp�eting the Cont-�act, shal� not forFeit the right to recover damages from Contractor or Surety for Contractnr's failure to tiznely carnplete the enlire Contract. Contractor shail not be enti�led to any claim on account of the method usec� by City in compie�ing the Contract. b. Maintenance of the Work shall continue to be Contractor's and Surety's respansibilities as provided for zn Yh� bond requireznents af the Contract Documents or any special guarantees provided for under the Contract Docuznents or any othex obligatzons otherwise prescribed by law. C. Notwiihstanding Paragraphs J 5.02.B, Contractor's services will not be terzz�inated if Contractor begins within seven days of receipt of notzce af intent to terminat� to correct its failure to perform and proceeds diligently ta cure such failure within no �nor� tha� 30 days of receipt of said notice. D. Where Contractor's services have been so terminated by City, the tertnination will not affect anty rights or remedies af City against Contractor then e�isting or which may thexeafter accrue. Any retentioz� or payment of rnoneys due Contractox by City wilI not release Contractor frorn Iiabiiity. E. Yf and to the extent that Contractor has proeided a performance bond under the pro�risions of Paragraph 5.02, the tertx�ination procedures af that bond shall not supersede the provisions of this Article. cn�Y o� �oRT woRmH STANI]ARD CONSTRUCPION SYECIFTCATION DOCUMF?NTS Revision: M�ch 9, 2020 OU7200-1 GENERAL CONDITIONS Page 60 of 53 15.03 City May 2'erminate For Convenience A. City zxiay, withaut cause and without prejudice to any other right or remedy oi City, terminaie the Contract. Any termination shall be effected by znailing a notice of the texmination to the Contractor specifying the extent to which performance of Work under the contz'act is tertnznated, and ihe date upon which such termination becorrzes effective. Receipt af the noiice shall be deemed canclusively p�resumed and established when the �etter is placed in the United States Postal Service Mail by tl�e City. Further, it shall be deem.ed conclusively presumed and established that such ternvnation is rnade with just cause as therein stated; and no proaf in any claim, deznand or suit shall be requaz'ed of the City regarding such discretionary action. B. After receipt of a notice of temlina�ion, and except as otherwise directed by the City, the Cantractor shall: 1. Stop work nnder the Contract on t1�e date and to the extent specified in the notice o£ ternlination; 2. place no further orders or subcontracts foz' materials, services or facilities except as may be necessary fnr coznpletion of such portion oi the Wo�rk under the Contract as is not terrxainated; 3. terrr�inate all ord�rs and subcontracts to the extent that they relate to the perFor�mance of t1�e Work terminated by notice of termination; 4. transfer title to the Ciry and deliver in the mannerr, at the tirnes, and to the extent, if any, directed by tk�e City: a. the fabz�cated or ur�iabricated parts, Wark in progress, comp�eted Work, suppiies and other �naterial produced as a part of, or acqu7tz-ed in connection with the perFortxaance of, the Work terminated by the notice oi the ter�nnination; and b. the completed, or partialiy co�npleted plans, drawings, information an.d other property which, if the Contract had been completed, would have been required to be fur�raished to the City. 5. complete performance af such Work as shall not have been ternlinated by ttie notace of termination; and 6. ta�e such aciion as rxaay be necessary, or as the City may direct, far the protection and preserva�ion o� the property re�ated ta its contract which is in the possession of the Contractor and in which Y,he owner has or may acqUire the rest. C. At a iime not later than 30 days after the termina�ion date speci£'ied in the natice o� ter�ninatian, the Contractor znay submit to the City a list, certified as to quantity and quality, of any or all ite�tns of terminat�on inventory not previously dispased of, exciusive of items the dzsposition of which has been directed or authorized by City. CITY OF PORT WORTH STAIVDARD CONSTRUCTI03�i SPECIF7CATION DOCUME3�'F'S Revision: IYIanch9, 20Z0 oo�aoo-i G�N�RAL CONaITIONS Pagc 61 of 63 D. Not later than 15 days thereafter, th� City shal! accept title to s�ch items provided, that the 2ist submitted shall be subject to verificat�on by the City upon removal of the items or, if the items are stored, within 45 days from the date of submission of the Iist, and any necessary adjustznents to correct the list as subz�nitted, sha�1 be made pz�ar to �nal set�Iement. E. Not later than 60 days after ihe notice of termination, th� Contractar sha11 submit his tetmination claim to the City in the form and with the certification prescribed by the City. Unlass an extension is made in writing within st�ch 60 day period by the Contractor, and granted by the City, any and ail such claims shall be conclusively deemed wai�ed. F. In such case, Contractor shall be paid for (without duplication of any items): I. completed and accepfable Work executed in accoraance with the Contract Documents prior to the effective date of te�-mination, including fair and reasonable sums for ov�rhead and profit on such Work; 2. expenses sustain.ed prior to t�e �i%ctive date of terminatiax� in perfor�x�ing services and furnishing labor, materials, ar equiprnent as required by ihe Coniract Documents zn connection with uncompleted Work, plus fair and reasonahle sums for overhead and pxofit on such expenses; and 3. reasonable expens�s directly attributable to terrx�ination. G. In the e�ent af ihe failure of the Contractor and City to agre� upon the whole amount ta be paid to the Contractor by reason of the termination oi the Work, th� CiCy shal� determzne, on the basis a� in£ormation available io it, the amount, if any, due to the Contractar by reason of the tertnination and shaIl pay to the Contractor tl�e amounts determined, Contractor shall not be paid on account of loss oi anticipated profits ar re�enue or other economic loss arising out of or resulting frozn such tertxiinaiion. ART�CLE �6 — DISPUTE RESOLLITION 16.O1 Methods and Procedures A. Either City or Coniractor may request mediation of aziy Contract Claim submitted for a decision under Parag�aph 10.4b before sach decision becomes final and binding. The request for mec�ation shali be submitted to the other party to the Contxact. Timely submissiar� of ihe request shali stay Yhe effect of Paragraph 10.06.E. B. City and Contractor shall participate in ihe rrzediation pxocess in goad faith. The process shall be cam�menced within 60 days of filing of the request. G If the Contract Claim is not resolved by rzaediaiion, City's action unc�er Paragraph 10.06.0 or a denial pursuant to Paragraphs IO.Q6.C.3 or 14.Ob.D shall become fnal and binding 30 days after termination of the mediatian unless, within that time period, City or Contractor: C1TX OF FORT WOR"T'H STANDARD COIVSTRUCTION SPECiFICATION DOCUMSN'I'S Revision: M�ch9, 2020 00 �z oo - � CaEf�1E13AL CONDI�IONS Page 62 of 63 1. elects in wxiting to invoke any other dispute resolution process provided �or in the Sup�lementary Conditions; or 2. agrees with Y,he other party to submit the Contract Claim to anotYier dispute resolution process;or 3. gives writ�en notice to the otl�er party o� the intent to submit the Contract Clair�x� to a court oi competent jurisdic�ion. ARTICLE 1'� -- MISCELLANEOUS 17.D1 Giving Notice A. WYzenever 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 the indi�idual or to a member of the firm or to an officer of the corporation for whom it is intended; or 2. delivered at ar sent by registered or certified mail, postage prepaid, to the last business address known to the giver of the notice. B. Business address changes must be promptJ.y made in writing to the other party. C. Wbenever tlze Contract Documents specifies giving notice by electronic means such electronic notice shall be deezried sufficient upon confirmation of receipt by the receiving party. 17.02 Computation of Times When any period of iirne is refezred to in the Contract Docunnents by days, it will be co�nputed to exclude the first and include ihe last day of suck� period. If the last day of any such pez�od fa11s on a Saturday or Sunday or on a day made a legal holiday the mext Working Day shall become the last day of tY�e period. 17.03 Cumulative Remedies Ti1e duties and obJ.igations imposed by these General Conditions az�d the rig�ts and rennedies available hereunder to the parties hereto are in addition to, and are not to be construed in any way as a limitation of, any rights and remedies available to any or all of them which are ather�+ise imposed or available by Laws or Regulations, by sp�cial warranty or guarantee, or by other provisions of the Contract Docuz�nnents. The provisians of this Paragraph will be as effective as if rep�ated specificaily in the Contract Documents in conneciion wiih each particular duty, obligation, right, ar�d remedy to which they ap�iy. C1TY OP F'ORT WORTH STANDAItll CONSTRUCTION SPEC�'ICATIOiV IJQCi_JMENTS Revision: IVIa�h9, 2020 00�2oo-i GENERAL CONDITfONS T'age 63 of 63 17.�4 Sut-vival of Obligations All representations, indemnifications, warranties, and guarantees made in, rec�uired by, ar gi�en in accordance with the Contract DocUznents, as well as aIi continuzng obiigat�ons indzcated in the Contract Documents, vvill survive �na1 payment, cornpletion, and acceptance af ihe Work or termination or completian af the Contract or termination of the services of Contractor. 17.05 Heading,s Article and paragraph headings are znserted for convenience only and do not cons�itute parts of �ese General Conditions. Cl'TY OP H"ORT W ORTH STANDARD CONST1tUCTiO1�I SPECiFICA'1'1�N DOCL]IvI�;NTS Revision: Macch9, 2(T20 oa �3 oa SUPPLEMFi�'I'ARY COND1TI03+I5 Page 1 of 6 SECTION 00 73 00 SUPPLEMENTARY CONDITIONS TO GENERAL CONDI�IONS Supplementary Conditions These Supplementary Condztions modify and supplement Sectaon QO 72 00 - General Conciitinns, and other provisions of the Contract Documents as zndicated below. ALl pro�isions af ihe General Conditions that are modified or supplemenYed remain in full Force and efFect as so modified or supple�nented. All provisions of the General Conditions vvhich are not so modified ar supplenr►ented remain in full force and effect. De�ned Terms Tlae terms used in these Supplementary Conditions which are defined in the General Conditions have tk�e meaning assigned to them in tiie General Conditions, unless specifically no�ed herein. Mo[li�cations and Supplements `I'he following are instructions that modify or supplemeni specific paragraphs in the Cenexal Conditions and other Contract Documents. SC-3.038.2, "Resolving Discrepancies" Plans govarn overr Specifications. ,SC-4.OlA Easement linnits shown on the Drawing are approximate and were provided to establish a basis for bidding. Upon receiving the final easements descriptions, Contractor shall compare them to the lines shawn on tk�e ContracE Drawings. SC-4.O1A.1., "Availabslity oi Lands" The followin�; is a list of known outstanding �ight--of-way, and/or easements to be acquired, if any as of July 1, 2020: Outstanding Right-Of-Way, and/or Easements to Be Acquired PARCEL OWNER NUMB ER NONE TARGET DATE OF POSSESSIDN The Contractor underrstands and agrees that the dates listed above are estimates only, are not guaranteed, and do not bind the City. Tf Contractor considers the fmal easements provided to differ nnaterially from the representations on the Contract Drawings, Contractor shall within five (5) Business Days and before proceeding wiih the Work, notify City in writing associated with the diFfering easemenY line locations. SC-4.O1A.2, "Availabiiity of Lands" C1TX QF PORT �TVOR'1'H STMTDARD CO3VSTRUCTiOi�I SPECIFICA"I'ION DOCUMEIVTS 2021 CONCRETE R�HABILITA'I`ION UN1T PRICE CONSTRUCTIQN CONTI2A,CT Revised March 9, 2020 CITY P120]ECT [VO. 102884 00 �s c�a SUPi'LEMEIVT.4,�2Y CONDTTIONS Page 2 of 6 Utilities or obstructions to be removed, adjusted, and/or relocated 'I'he follawing is list of utilities and/ox obstructions that have not been removed, adjusted, and/or relocated as of J'uTy ] , 2020: EXPEC7'�D UTTT,ITY �ND I,OCATION OWNER NON� TARGET DA`I'E OF ADJUSTMENT The Contractor understands and agrees that the dates iisted above are estimates only, are not guaranteed, and do nvt bincf the City. SC-�t.02A., "Subsurface and Physical Conditions" The Following are rEpo�ts of exploratians and tests oi subsurface conditions at the site of the Work: A"None" Report Na. dated , prepared by "None" a sub-cansultant of "Nane", a cons�ltant of the City, providing additional inforrrzation on "None" T'he follawing are drawings of physical conditians an or ralating to existing surt'aca and sul�surface structures (except Underground Paciiities) whic�h are at or contiguous to the site of the Work: "None" SC-4.46A., "Hazardous En�ironmental Conditions at Site" The following are reports and drawings of existing hazardous en�ironmental conditions known to the Ciry: "None" SC-5.03A., ��Certificafes of Insurance" The entities listed belovv are "additiona� insureds as their interest m respective officers, directors, agents and employees, (1} �xry (2) Consultant: "None" (3) Other; "None" SC-5.04A., `�Contractor's Insurance" ay appear" including their The limits af liability far the insuraziee required by Paragraph CC�5.04 sha]I provzde the follovving co�erages far not less than the following aznaunts or �reater where required by laws and regUlatians: 5.04A. Workers' Comp�nsation, under,�aragraph GG5.04A. Statutory limits EmpZoyer's liability $100,000 each accident/occurrence $100,OQ0 Disease - each empToyee $SQ0,000 Disease - policy limit SC-5.44B., "Contractor's Insura�ce" C:PPY OF FORT WORTH STANDAItD COI�iSTRUCTION SPECI�TCATION DOCUMENTS 2021 CONCRETE REHABIE,ITATION UN1T PRTCE CDNSTRUCTiON CON'I'1�ACT Tievised March 9, 2020 C1TY PRO,IECT NO. 1Q2884 00 73 DO SUPPLEMENJ'ARY CONDITIONS Pagc 3 of 6 5.04B. Commercial General Liability, under Paz�agraph GC-5.04B. Contractor's Liability Tnsurance under Paragraph GC-S.Q4B., which shall be on a per project basis covering the Contractor with munimum limits of: $1,000,000 each occurrence $2,000,000 aggregate limit The policy mus# have an endorsement (Arnendment — Aggregate Limits of Insurance) making ihe General Aggre�;ate Limits apply separately to each job site. `I'he Comnnercial General Liability Insuranc� policies shall provide "X", "C", and "U" coverage's. Verifxcation of such coverage must be shown in the Remarks Article of the Certificate of Znsurance. SC 5.04C., "Contractor's Insnrance" 5.04C. Automobile Liability, under Paragrapla GG5.0�4C. Contractor's Liai�ility Insurance under Paragraph GC-5.04C., which shall be in an amount not less than the following arnounts: (1) Antomobife Liability - a cornmarcial business pnlicy shall provide caverage on "Any Auto", de�ined as autas owned, hired and non-owned. $1,000,000 least: $250,000 $500,OOQ $100,000 each accident on a combined single limit basis. Spiit limits are acceptable if Iinnits are at Bodily Xnjury per parson / �adily Injury per accident / Property Damage SC-5.04D., "Contractor's Insnrance" The Contractor's construction activities will require its employees, agents, subcontractors, equipnraent, and material deliveries ta cross railroad properties and tracks "None". The Contractor shall conduct its operations on raikoad properties in such a manner as not to interfere with, hinder, or obstruct the railraad company in any manner whatsoever in the use or operation of its/their trains or other property. Such aperations on rail�road properties may require that Contractor to execute a"Right of Entry Agreemez�t" with tr�e parfiicular railroad company or companies involved, and to ihis end the Contractor should satisfy itself as to the requirements oF each railroad company and be prepared to execute the r�ght--of-entry (if any) required by a railroad company. The requirements specified herein likewise relate to the Contractar's use of private ancilor construction access roads crossing said railroad company's properties. The Coniractual Liability coverage required by Paragraph 5.04D of the General Conditions shall provide coverage for not less than the foJlowing an►ounts, issued by coznpanies satisfactory to the City and to the Railroad Campany for a term that continues for so �ong as the Contractor's operations and work cross, occupy, or touch railroad property: (1) General Aggregate: (2) Each Occurrence: Required for tlus Contract N/A N/A X Not required for this Contract With respect to the above autlined insurance requirements, the foliowing shall govern: CT'I'X OF FOlt'�' WORTH STANDARD CONSTRZ7CT'ION SPECIFJCATjON AOCUMEN'I'S 2021 CONCRETS REC�ABILTCAT'IQN UNiT 1'ILICE CONSTRUCTION COIV'I'RACT 12evised March 9, 2D20 CITY PR07ECT NO. 102884 00 73 00 SUPPLEMENTAlZY CONDTI'lONS Page 4 of 6 1, Where a single railroad company is involaed, the Contractor sktall provide one insurance policy in the name of the railroad company, Howe�er, if more than one grade separation or at-grade crossing is affected by the Project at entirely separate locations on the Iine ar lines of the same railroad company, separate coverage may be required, each in the amount stated above. 2. Where more than an� rai�•oad corr�pany is operating on the same right-of-way or where several railroad companies are inaolved and operated on their own separate rights-of-way, the Contractor may be req�iired to pro�ide separate insuranc� policies in the nama af each railroad company. 3. If, in addition to a grade separation or an at-grade crossing, other work or activity is proposed on a raiZraad cornpany's right-of-way at a location entirely separate from the grade separation or at- �rade crossing, insivance covarage far this work must be included in the polzcy ca�ering the grade separatian. 4. If no grade separation is involved but other wQrk is praposed on a railroad company's right-of- way, all such other work may be co�ered in a singTe policy for that raiIroad, even though the work may 3�e at two ar mare separate locations. No work or ac#avities on a railroad coinpany's property to be perfom�ed by the Contractar sha12 b� cammenced untii ihe Contractor has fumished the City with an original poiicy or policies oi tY�e insurance for eact� railroad company named, as required above. All such insurance must be approved by the City and aach affectad Railroad Coznpany priar to tha Contractor's beginning work. The insurance speci�ec! above must ba carried unt�! aTl Work to be gerFormed on the railroad right-of-way has been campleted and the grade crassing, if any, is no longer used by the Contractor. In addition, insurance must be carried during all rnaintanance and/or repair work perfarmed in the raziroad right-of-way. Such insurance must name the railroad campany as the insured, together with any tenant or lessee of the railroad company operating over tracks involved in the Project. SC-G.O�., "Project Sthedule" Froject schedule sha11 be tier 3 for the project. SC-6.07., "Wage Rates" T"he following is the prevailing wage rate table(s} applicable to this project and is providec! in the Appandixes: GC 6.07 2073 Prevailing Wage Rates (Heavy and Highway Construction Project) A copy of the table is aiso a�ailable by accessing the City's website at: htt s://a s.fortworthtexas. ov/Pro'ectResources/ You can access the file by following the directory path: 02-Canstt�uctaon Documents/Specifications/Di�00 — Generat Conditions SC-6.09., ��Permits and Utilities" �C-b.09A., "Contractor a�tained permits and licenses" The following are known permits and/or licenses required by the Con#ract to be acquired by the Contractor: "None" SGfi.09B. ��City oi�tained permits and licenses" CTTY OF FOItT WORTH STAND�1R17 CQNSTRUCTION SP8CIFICATION 170CUME�TTS 2021 CO�fCRETE RLHA13T1,ITATION T1NIT PRICE CQ�TS'IRUCTIOI�T CONTRACT Revised March 9, 202d CITiC PROIECI' NO. ] 02884 OD 73 00 SUPPLEMENTARY CONDIITOAFS Page S of 6 'The following are known permrts and/ox licenses required by the Contract ta be acquired by ttie City: "None" SC-6.09C. "Ontstanding perxnits and Iicenses" The fallowing is a list of kmown outstanding perrruts and/or licenses to be acquired, if any as af October 1, 2020: Outstanding Permits and/or Licenses to Be Acquired OWNER PERMI`T OR LXCENSE AND LOCATION "None" SC-7.02., "Coordination" TARGET DATE OF POSSESSION The individuals ar entities listed below have contracts wiiii the City for the perfnrmance of other work at the Site: "Nane" Vendo� Scope of'Work Coordination Authorit None None None SC-8.01, "Communications to Contractor" "None" 5C-9.01., "City's Project Manager" The City's Project Manager for this Contract is Tat7igul Islazn or hislher successor pursuant to written noti�ication from the Director of Transportatian and 1'ublic Works SC-13A3C., "Tests ana InspecEions" "Nane" SC-16.Q1C.1, "Methods and Procedures" "None" END OF SECTXON Revis�an i.og DATE � NAM� SUMMARY OF CHANG� C1Ty OF FOKT WORTH s'I'ANDAI�D CONS'T'1tUC"I'IO1V SPEC�'iCAT10N DOC[7MENTS Revised March 9, 202D 202i CONGRL7`E 12�%EIABILT3`ATION UNIT PRICE CONSTRlICTION CONTRAC 1' CPi'Y PROJECT IVO. 10288�F oa �3 00 SLTPPLE.MEN'PARY CONDPITONS Page 6 of 6 1/22/2Q16 F. Griffin 3/9/2020 D.V. Magana 1., "City's Project Representative° word�ng changed fo City's Project �r 07, Updated the link such that fiies can be accessed via the Gity's ro CTI'Y OF FORT WOATH STANDARD CONSTRUCTION SPECIFICATION I>OCUMENT3 Re�ised IvIarch 9, 202� 262i CONCT�F.TE RE�IABILITP,TIOI�3 U�I1T PRICP. CONSTRiJCTIOIV CONTRAC'1' CTTY PROJECI' NO. 1d2884 oi�iao-i SUMMAR'Y OF WORT{ Page 1 of 3 1 2 3 4 5ECTION Ol 1100 SUMMARY OF WORK raxTx- GEN�RAL 11 SUMMARY � A. Section Includes: 6 J.. Summary of Work to be perfonmed in accordance with the Contract Docume�ats '7 B. Deviations from ilais City of �ort Worth Standard Specification S 9 10 1] 1.2 C. Related Specificaiion Sections include, but axe not necessarily limited to: 1. Division 0- Bidding Requirements, Contract Fozms, and Conditions of the Contract 2. Division 1- General Requirenraents PRIC� AND PAYMENT PROCEDURES 12 A. Measuzement and Payirient 13 1. Woric associated with this Item is considered subsidiary to the various items bid. lq No separate paynaent will be alIowed for tY�is Ttem. 15 1.3 REFERENCE� [NOT LTSED] lb 1.4 ADMINXSTRATIVE REQUIREMENTS 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 3b 37 A. : C. Work Covered by Contract Documents 1, Work is to inciude furnishing all Iabor, znateriais, and eguipment, and perfozming ail Work necessary for this canstruction project as detailed in the Drawings and Specifications. Su�sidiary Wozk T. Any and all Work specifically govezned by documentary requizernents far the project, such as canditions imposed by the Drawings or Cantract Documents in which no specific item for bid has been pzovided for in the Proposal and the item is not a typical unit bid item included on the standa�rd bid iCezn list, then the itezn shaI3 be considered as a subsidiary iiem of Work, the cost of wlaich shali be included in the price bid in the Proposal for various bid items. Use of Premises 1. Coordinate uses of premises under direc�ion of the City. 2. Assume fuJ.l responszbility for protection and safekeeping af materials and equipmex�t stored on the Site. 3. Use and occupy only portians of iiae public streets and alleys, or other public places ar other zig�ts-of way as provided for in tlae ordina�nces of the City, as shown in the Contract Docuzrients, az as may be specificaily authorized in writing by the Czty. a. A reasonable amouz�t of tools, materials, and equipment for construction purposes may be stored in such space, but no more than is necessary to avoid delay in the consiruction operations. CTTY OF PORT WORTH 2O21 CONCItL'TE REHABTLTTATiON UNTT PRIC� STANDARD CONSTRUCTION SPECIFICATTON DOCUM�IVTS COIYSTRiJCT10N CON`I'RACT Revised December 20, 2012 City Project No. 101884 o� iioo-2 SUMMARY OF WORK Page Z of 3 X b. Excavated and waste materials shall be stored in suck� a way as not to interfere 2 with the use of spaces that may be designated Co be left free and unobstructed 3 and so as not to inconvenience occu,pants of adjacent property. 4 c. Ti the street is occupied by railroad �-acks, the Work shall be cazried on in such 5 manner as not to intez�ere with Che operation of ttze railroad. 6 1) All Work shatl be in accordance with railroad requirem�nts set foxth in � Division 0 as wel] as the railroad perznit. 8 D. Wozk within Easements g 1. Do not entez upon private properCy for any purpose without having prev2ous�y Z� obtained pexmissian from the owner of such prop�xty. ll 2. Do not store equipment or matezial on private prop�rty unless and unt�l the 12 speci�ied approval of Yhe property owner has becn secured in writing by the � 3 Contractor and a copy fuzx�ished to the City. 14 3. Unless specifically pravided othezwise, cIear all rights-of-way or easements of 15 obstructions which must be remo�ed to make possible praper prosecution of the Z6 Work as a part of the project construcCion opexations. 17 18 19 20 2Z 22 23 24 25 2b 27 28 29 30 31 32 33 34 35 36 37 38 39 �.a 41 �. Preseree and use every precaut�on to pxevent daanage to, alI trees, shrubbery, plants, lawns, fences, culverts, curbing, and all other types of structures or impro�enr�ents, to all water, sewer, and gas lines, to alZ conduits, overhead pole Zines, or appurtenances thereof, including the consiz�.iction of Eemporazy fences and to a11 other public ar private pzoperty adjacent to the Work, 5. Notify the proper zepresentatives af the owners or occupants of the public or private iands of interest in Iands �,vhich might be affeciec� by the Work. a. Such �zotice shall be made at least 48 hours in advance of the beginning of the Work. h. Notices s�Zall be applicable to both public and pxivate utility companies and any corporation, company, indi�rlduaI, or atkzer, eit�er as owners or occupants, whose land or interest in land rrught be affected by ihe Work. c. Be zesponsible for all damage ox injury to property of any character resulting from any act, aznission, negIect, oz misconduct in the manner or method or execution of the Work, or at any tir�ae due to defecti�re work, material, ar equipment. 6. Fence a. Restore all fences encountered and re�naved during construction of the Froject to the original or a better than oziginal condition. b. Erect temporazy fencing in place of the fencing rerz�oved whenever th� Work is not in progress and when the site zs vacated overnight, and/or ai all times to provide site security. c. The cost for all �ence wark within easements, including rerr�oval, teinporary closures and replacement, shall be subszdiary to the various items bid in the project propasal, unless a bid item is specifically provided in the proposal. C1TY OF FORT WOR7`H 202] CONCRE7'81tEHABILI'I'ATION UNIT PRICE STANDARD CONSTRUCI'TON SPECIFTCATION DOCUMEIVTS CONS"PRUCTI4N CON1'RAC1' ltevised December 20, 2012 City Pxoject No. 101884 oz iioo-3 sun�r�,a�Y op woxx Page 3 of 3 1 1.5 SUBMITTALS LNOT USED] 2 1.G ACTION SUBMITTALS/�NFORMATIONAL SUBMITTALS [NOT U�ED] 3 4 5 6 7 8 9 L7 CLOSEOUT SiTBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT iTSED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 �'IELD jSITE] C4NDITXONS �NOT USED] 1.1� WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] 10 PAAT 3- EXECUTXON [NOT U5ED] 1 J. J2 DATE NAM� 13 END OF SECTION Revision Log SUMMARY OF CHANGE CTi'Y OF FOR'I' WOR'TT� 202] C�NCRETE 1ZEI3ABIL.ITATION UNIT PR10E STANDARD CONSTRUC I'ION SPECIFICATION AOCUMEN'I'S CONSTRUCTION CONTItACT Revised Decemher 20, 20I2 City Projec[ 1Vo. 101884 01 25 00 - 1 SUI3STIT[T"1'IQN PItOCEDTJI2P,5 Page 1 of 5 1 2 3 PART1- G�NERAL 4 1.1 SiTMMARY 5 5 7 $ 9 l0 11 l2 ]3 I4 15 16 17 18 19 1.2 20 21 22 23 1.3 sEc rroN oi �s oa SUBSTITUTION PROCEDURES A. Section Tncludes: 1. The procedare foz� requesting the approval of substitution of a product that zs not equreaient to a product vcrhich is specified by descriptive or performance criteria or defined. by reference to 1 or mare of the following: a. Name of manufacturer b. Name of vendox c. Trade name d. Catalog number 2. Substitutions are not "or-equais", B. Deviat�ons from this City of �'ort Worth Standard Specificat�on 1. None. C. Related Specification S�ctions include, but are not necessari7y limited to: 1. Division 0— Bidding Requrrements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements PRICE AND PAYMENT PROCEDURES A. Measureznent and. Payment 1. Work associated with ihis Item is coz�sidered subsidiary to the various items bid. Na separate payment will be allowed for this Ttezn. RETEI2ENCES [NOT USED] 24 1.4 ADMTNISTRATIVE REQUIREMENTS 25 2b 27 28 29 30 31 32 33 34 35 36 37 A, Request for Substiiution - General 1. Within 30 days after award of Contract (nnless noted otherwise}, the Ciry will cansider formal xequests from Cantractor faz� substitution of prod�cts in place of those specified, 2. Certain types of equipment and kinds of matexial are described in SpecificaCions by means of references to names of manufacturers and vendors, trade names, oz catalog numbers. a. When tiais method of specifying is used, it is not intended to exclude from consideration afiher products bearing other manuiacturer's or vendor's names, trade nanries, or catalog ne�mbers, provided saic� products are "or-equals," as determined by City. 3. Other types of equipment and kinds of material may be accepYable substitut�ons under the �ollovvi�g conditions: CITY OF �ORT WOR'i"1�1 2021 CONCRETE REIiABIL1TATiON UNI'T Pi2ICE STANDARD CQNSTRUCTIpN SPECINICqT10N DOCUMENTS CONS'PRUCTIQN CpN'I'RACT Re�ised July 1, 201 l CP["1' PA07ECT NO, 102884 012500-2 SUBST'TI'CTTION PAOCEDURE3 Page 2 of 5 1 a. Or-equals are unavailable due to sCrike, discontinued production of products 2 meeting specified requirements, oz ather factors beyond control of Contractox; 3 oz, 4 b. Contractor proposes a cost and/or time reduction incentive to the City. 5 1.S SUBMITTALS 6 A. See Request for Substitution �'orm (attached) 7 B. 1'rocedure for Requesting Substitution g 1. Subs�itution shall be considered only: g a. After award af Cantract 10 b. Under the condatians stated herein I1 12 13 14 15 16 17 18 19 20 2i 22 23 24 25 26 z7 zs 29 30 31 32 33 3A 35 3b 37 38 39 40 4l 42 43 4A �5 2. Submit 3 copies of each written request for substitution, including: a. Documentation 1) Complete data substantiating compliance of propos�d substitutzon witti Contract Documents 2} Data relating to changes in constructiox� schedule, when a reduction is proposed 3) Data relating ta changes in cost b. For products 1) Product identification a) Manufacturer's naz�e b) Te�ep�aone number and repzesentative contact nazne c} Specification Section or Drawing reference of originally specified product, including discrete name ar tag numbez assigned io original product in tlae Contract Documents 2} Manufacturer's literature clearly marked to show compliance of proposed produci with Contract Documents 3) Itemized coznparison of original and proposed produci addressing product characteristics including, but not necessariiy limited to: a) Size b) Compasition oz materials of construction c) Weight d) Electrical or znechanical requirements 4) Product experience a) Locatian of past projects utilizing product b) Name and telephone number of persons associated with referenced �rojects knowledgeable cancerning propased prociuct c) Available �eld data and reports associated with proposed product 5) Samples a) Provide at request of City. b) Sa�mples become the pzoperty oi the City. c. For construction methods: 1) Detailed description of proposed method 2) IIlustration dra�ings C. Approval or Re3ec�ion 1. Written approval or zejection of substitution given by the City C11'X OF FORT WOI�TH 2O21 CONCREiE RE�IABILPl'A"P10N UNIT PRICE STA3VDARD CONSTRUCTIDN SPSCIFICA'T'ION llOCUMBiVTS CONS'1TiUCTSON CONTRAC'i' ltevised Iuly 1, 2D11 �iTY Pft07EC1' NO. 102&84 o�zsao-s SiJBSTI'I'UTIOIV� PROCEDUR�S Pagc 3 of 5 1 2 3 4 5 6 7 8 9 10 17 Z2 2. City reserv�s the rrght to rec�uire proposed praduct to comply witk� color and pattern of specified pxoduct if necessary ta secure design intent. 3. In �ae event the substrtution is approved, the resulting cost and/or time reductior� wiIl be documenied by Change Ordez in accordance with the GeneraI Conditions. 4. No addztional contxact time will be given for substitution. 5, Substitution will be rejected if: a. Subrnzttal is not through the Contractor with his siamp of approval b. Request is not made in accozdance with tlus Specificatian Sectian c. In the City's opinion, acceptance will requzre substantzal revision of the ariginal design d. In the City's opin'ron, substitution wiIl not perform adequately the function consistent with the des�gn intent 13 1.6 ACTION SUBMITTALS/INFQIZMATIONAL SUBMITTALS [NOT USED] l4 1.7 CLOSEOUT �UBMITTALS [NOT USED] 15 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 16 1.9 QUALITY AS,SURANCE 17 18 19 20 21 22 23 24 25 26 27 28 29 30 A. Tn z�riaking request for substitution or in using an appro�ed product, the Contractor represents that thE Contractor: I. Has iz�vestigated proposed pxoduct, and has deterznined that it is adequate or superior in all respects to that specified, and that it wiIl perform funetion for which it is intenclec� 2. Wi]] provide same guarantee for substitate item as for product specified 3. WiII coordinate installa�ion of accepted substitation into Work, to inciude builc�ing nr�odifications if necessary, making such changes as may be requir�d for Work to be conrzplete in a�� respects 4. Waives all c�aims %r additiona] costs zeIated to substitution which subsequently arise 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDIT�ONS [NOT USED) ] 1� WARIZANTY [NOT USED] 3] PART 2- PRODLTCTS [NOT USED] 32 PART 3- EXECLTTION �N�T US�D] 33 34 END OF SECTION Re�isian Log CPI'Y pF PORT WURT�T 2021 CONCRETE RE�TABiLTi'ATIOAI UNIT PRZC�; STAI�IDARD COIVSTRUCTION ST'SCIFICATiDN DOCUMEI�ITS CONSTRUCTION CO]�T'I'TtACT Revised July 1, 2011 CI'T'Y PRO]ECT 1�0. 102884 012500-4 SUBS'ITI'L3170N PROCEDURES Yage 4 of 5 DA'I'� I NAIVIE Cl'FY OF FOTt'I' WORi'H 51'ANi]ARD CO1VS'I'RUCTION 3PECIFICATION DOCUMEN`� S Revised 7uly 1, 2011 SUMMARY OF CHANGE 2021 CONCRETE RET�ABILITATIOl� LTNTI' PRICE CONSTRUCTION CONTRACT CTI'Y P1207ECT NO. ] 02884 oi2soa-s SUBS"S�T"PUTTON PRQCEDURES 1'age 5 of 5 I 2 3 4 5 6 7 8 9 IO 11 ]2 13 14 15 l6 17 18 19 20 2I 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 �a 41 42 43 4� 45 46 47 48 49 Exx�IT a REQUEST FOR SUBSTITUTION FQRM: TO: PR07ECT: DATE; We hereby submit for your consideration the followir�g product instead of the specifred iterr� �or the above project: SECTION PAR.AGRAPH SPECIFTED} iTEM Propos�d Substitution: R�ason for Substitution: Include coznplete infarmatian on changes to Drawings and/or Specifications which pxoposed substitu�ion wiII reqaire for its proper instalIation. rill in Blanks Below: A. Wil� the undersigned contractor pay for changes to the bnilding design, including engineering and detailir�g costs cawsed by the requested substit�t�on? B. What effect does substitutian have on otlaer trades C. Dit�ferences b�tween proposed substitwtion and specifi�d item? D. Differences in product cost or product d�livery time E, Manufacturer's guarantees of the propasad and specified items are: EquaI Better (explain on atEachment) The undersigned states that tt�e function, appearance and quality are equivalent or superior to the specified item. Submitted By: For Use by City S ignature as noted Firm Addzess Daie Telephone For Use by City: Appzo�ed City _ Reco�nrnended Recommended _ Not recommended Received �ate $� — Date Remarl�s Date CITY OF FORT WOKTH STANT7AAD CONS1'I2LiCTION SYECIFICATION llOCLTIvIE1VT5 Revised Ju[y 1, 2011 Rejected 2021 CONC�,TE REI�4A.BIL1'i'ATION UNIT PItTCE CONSTItUCTION CONTRACT CTTY FROJECP NO. I02884 D131]9-1 P1tECONSTRL7C"�'ION MEETLIVG Page 1 of 3 � 2 3 PARTI- GENERAL 4 1.1 SUMMARY sECT�oN a� �i �9 PRECONSTRUCTION MEETING 5 A. Section Includes: 6 1. 1'rovisions for the preconstruction meeting to be held prior to the start oF Work to � clarify construction contract admix�istra�ion procedures 8 B. Deviations from this Ciiy af Fort Worth Standard Speci�cation 9 1. None. 10 C. Related Specification Sections include, but are not necessarily liznited to: 1 Z 1. Division 0— Bidd'zng Requirenr�ents, Contract Forms and Conditions of the Contract 12 2. Division I— Generai Requazements i3 1.�, PRICE AND PAYMENT PROCEDYTRES 14 A. Measuzernent and Payment 15 1. Work associated with thzs rtem is considered subsidiary to the various items bid. 16 No separate payment will be allowed for this Itenn. 17 1.3 REF�RENCES [NOT USED] 18 1.4 ADMINXSTRATIV� REQUTACMENTS 19 A. Coordinataon Zp 1. Attend preconstruction meeting. 2� 2. Representatives af Contractor, subcontraciors and suppliers attending meetings 22 shall be qualified and autl�orized to act on be�alf of t�e entity each zepresents. 23 3. Meeting administered by Ciry inay be tape recorded. 24 a. If recozded, tapes wiIl be used to prepare minuies and retained by City for 25 future reference. 26 27 28 29 30 31 32 33 34 35 36 37 38 B. Preconstruction Meeting 1. A precor�struction meeting will be held within 14 days �ter the executiox� of the Agreement and before Wark is started. a. The meeting will be scheduled and administered by tha City. 2. The Pzo�ect Repr�sentative will preside at the meeting, pzepare the notes of the meetzng and disizibute copi�s of same to all participants who so request by fully corxapleting th� attendance £orm to be cizculated at the beg'rnning of the meeting. 3. Attendance shall include: a. project Representaiive b. Contractar's project rnanager c. Contractor's sup�zintendent d. Any subcontractor or supplier zepresentatives whom the Contractor may desire to invite or the City may request C1TY OF F012T WORTH 2O21 CQNCKETE RE�IABILTfATION UTTI"�' PRICE S'I'ANDARD CONSTIZUCTION SPECII+ICATTOIV DOCUMENTS CONSTT2UCTION CONTIiACT Revised August 17, 2012 CTI'Y 1'R07ECT [�TO. 102884 O13] 19-2 PRHCONST[ZUCTION MEET]NG Page 2 of 3 l 2 3 4 5 6 7 S 9 10 11 12 13 14 i5 I6 17 18 19 20 21 22 23 2.4 25 25 27 28 29 30 3] 32 33 34 35 36 37 38 39 40 41 42 43 44 45 e. Other City repzesentatives f. Ott�ers as appropniate 4. Construction Sched�aie a. Prepare baseline constxuctian schedule in accordance with Sectzon OI 32 16 and provide at Preconstruction Meeting. b. City will notify Contractor of any schedule changes r�pon Notice of Preconstr�ction Meeting. S. Preli�nary Agenda may incluc�e: a. Introduc�ion af ProjecC Personnel b. General Descriptian oiFroject c. Status of right-of-vvay, �ztility cleara�aces, easements or other pertinent permits d. Contractor's work plan and scheduie e. Contract Time f. Notice to �roceed g. Construction Staking h, Progress Payments i. Extra Work and Change Order Fracedures j. Fzeld Orders k. Disposal Site Letier %r Waste Material I. Insurance Renewals m. Payroll Certificatian n. Material Certifications and Quality Contro] Testing o. Fublic Safety and Conve�ience p. Documentation of Pre-Construction Conditions q. Weekend Work Notification r. Le�al Holidays s. Trench Safety Plans t. Confined Space Entry StandarcEs u. Coordination with the Cziy's representative for operataons of e�sting water systems v. Storm Water Pallution Prevention �lan w. Coarc�ination with other Cantractars x. Early Warning System y. Contractor Evaluation z. Special Conditions applicahle to the project aa. Damages Claims bb. Submitial Procedures cc. Substitution Procedures dd. Correspondence Routing ee. Record Drawiz�gs ff. Temporary construction facilities gg. MIWBE or MBE/SBE procedures hh. Final Acceptance iY. Final Payment j j. Questions or Camments C1TY OF F'ORT W4R'�I 2021 CONC�TE AEHABILI'I`ATION UIY1T PRIC� STANDARD CONSTRUCTION SP�CTFICATION DQCLIMElVTS Cp�TS'PRUCTION CpN'I'RACT Re�ised Augusk 17, 2012 C1TY PRdJECT NO. 1(Y�884 Q13119-3 P12ECONSTKUC'['iON IvIEETING Page 3 of 3 1 1.5 SUBMITTALS [N4T LTSED] 2 1.6 ACTION SLTBMXTTALS/INFORMATIONAL SUBMITTALS [NOT USED] 3 1.7 CLOSEOUT SUBMITTALS [NOT USED] 4 1.8 MAINTENANCE MAT�RIAL SUBMITTALS [NOT U5ED� 5 1.9 QUALITY ASSURANCE [NOT USED] 6 �.10 DELIV�RY, STORAGE, AND HANDLING ENOT IISED] 7 1.11 �'IELD [SITE] CONDITIONS [NOT USED] 8 1.12 WARRANTY [NOT USED] 9 PART 2- PRODUCT� [NOT USED] 10 PART 3- EXECUTION [NOT U�ED] 11 12 13 ENll OF SECTION CTiY OF FORT WORTH 2O21 C031CRETE REHABIT_,1"I'ATIQN UNiT PRTC� 3TANDARD CONSTKCJCI'ION SPECIFICATION DOCUMLNTS CONSTRUCTTON COIVTRACT Revised August 17, 2012 CTl'Y PROJECT IVO. ] 02884 oz312a-i PROJ�CT MEETINGS Page 1 of 3 1 2 3 PART1- GENERAL 4 1.1 SUMMARY sECTiorr ai �z zo PR07ECT MEETINGS 5 A. Section Includes: 6 1. Pro�visions for project meetings throughaut the construction period to enabTe orderly 7 review of the progress of the Work and ta pxovide for systez�r�atic discussion of 8 potential problems 9 B. Deviations this City of Fort Wortk� Standard Specification 10 l. None. 1] 12 13 14 1.� C. Related Specification Sections include, but are not �z�cessarily Iimited to: 1. Division Q— Bidding Requirements, Contract Forrns and Conditions of ihe Contract 2. Division i— General Requirements PRICE AND PAYMENT PROCEDURES ] 5 A. Measurement and Payment I6 1. Work associated with this Tte�x� is considered subsidiary to the vazious items bid, 17 No separate payment will be allowed for this Itern. 18 1.3 REFERENCES [NOT UBED] 19 1.4 ADMINISTRATIVE REQUIREMENTS 2{} A. Coordination 21 1. Scfiedule, attend and adxninister as specified, periacl�c progress meetings, and 22 specially called meetings throughout progress of the Work. 23 2. Representatives of Contractor, subcontractors a�ad suppliers atter�ding meetings 24 shall be qualifi�d and authorized to act on behalf af ihe entity each represents. 25 3. Meetings administered by City may be Cape recorded. 2b a. If recorded, tapes will be used to prepare minutes and retained by City for 27 future reference, 28 4. Meetings, in addition to those specified in tlus Sectian, r�-�ay be held when zequested 29 by the City, Engineer or Contractor. 30 B. Pre-Construction Neighborhood Meeting 31 J. After the execution of the Agre�ment, but before construction is allowed ta begin, 32 attend 1 Public Meeting with affected residents to: 33 a. Present projected schedule, including construction start date 3�- b. Answer any construction related ques�ions 35 2. Meeting Location 36 a. I.ocation of ineeting Co be deter�nined by the City. 37 3. Attendees 38 a. Co�txactor CITY OF 1xORT WORTH 2O21 CONCR�'PE REHABILITATIOIV iIN1T PRICE S"T'ANDARD CONSTRiJC1'TON SPECIFICATION' IJOCUMENTS CONS'I'RL7CTION CO1VTItACT Revised July 1, 201 l C�"I"Y PR07ECT ND, 102884 013120-2 PROIEC`i" MEETfNGS Page 2 of 3 1 2 3 4 S 6 7 8 9 i0 ]1 12 13 1 �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 �4 �5 46 47 48 b. Project Representative c. Other City repzesentatives 4. Meetzng Schedule a. In general, the neighborhood meeting will occur within the 2 weel�s folIowzng the pre-constraction conference. b. Tn no case will construction be allowed to begin un�il this meeting is held. C. Pragress Meetings I. Formal project coordinatian meetings will be held periodically. Meetings wzll be scheduled and adrninisiered by Project Representa�ive. 2. Additional progress meetings to discuss specific topics wiil 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. Coardination bet�veen oihez construction projects d. Resolution of construciion issues e. Equipment approval 3. T�ae 1'roject Representative vvill preside at progress meetings, prepare the notes of tI�e meeting and distribute copies of the same to all participants who so request by fully completing the attendance form ta be circulated at the beginning of each meeting. 4. Attendance shall inciude: a. Contractor's project manager b. Cantractor's superintendent c. Any subcontiractor or suppiier representatives whom the Contiraetor may desire to invite or the City may request d. Engineer's representatives e. City's representatives f. Others, as requested by the Froject Represeniative 5. Preliminary Agenda may include: a. Review of Wozk progress since previous meeting b. Field observations, problems, conflicts c. Items which impede construction schedule d. Review oi off-site fabrication, delivery schedules e. Review of construc�ion interfacing and sequencing requirements with other construction contracts F. Corrective rneasures and proceduzes to regain projected schedule g. Revisions to construction schedule h. Progress, schedule, during s�cceeding Work period i. Coordina�ion of schedules j. Revieva submittai schedules k. Maintenance of quality standards 1. Pending chan�es and subsiitutions m. Review proposed changes far: J} Effect on constructian schedule and on completion daCe 2) Effect on other contracts of tY�e Project n. Review Record Docuznents o. Review monthly pay request p. Review status of Requesis for Infarmation C1TY OF FORT WO12"I'H 2O21 CONCRETE REHABTL.I'['ATION UNT'f PRICE STANDARIJ COIYSTRUCTION SPBC1FrTCATION DOCUMENTS CONS'i'RUC'I�ON CONTRACT �2evised 7uly 1, 20i1 C1TY PRO.TECT NO. 102884 01312U-3 PR07ECT MEETINGS Puge 3 of 3 1 6. Meeting Schedule 2 a. Progress me�tings will be held p�riodicalIy as deterznined by the �roject 3 Representative. 4 I} Additional rxieetings may be held at the request of the: s a) City � b} Engineer � c} Cantractor S 7. Meeting Location 9 a. The City will estabIish a meeting location. 1 Q 1) To the extent practicable, meetings will be held at the Site. ll 1.5 SUBMITTALS [NOT USED] 12 1.G ACTI�N Si7SMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] I3 1.7 CLOSEOUT SUBMITTALS [NOT USED] 14 1.8 MAINTENANCE MATERIAL ,STJl3MITTALS [NOT USED] 15 1.9 QUALITY ASSURANCE [NOT iTSLD� 16 1.10 DELIVERY, STORAGE, AND HANDLING �NOT USED] ] 7 1.11 FTELD [SITE] CONDITI4NS [NOT USED] 18 1.12 WARRANTY [NOT USED) ]4 20 21 22 23 PART �, - PRODUCTS [N�T USEDJ PART 3 - EXECUTION [NOT USED] Elvn o� s�cTioN CTT'Y OF FORT WORTE� 2D21 CONCRE'I'E REHAI3ILiTATION UNIT YRICE STANDARD CONSTRUCTIpIV SPSCIFICATIpI�T DOCUNfENTS CONSTI2i1CTION C�NTR�CT Revised 7nly 1, 20ll CI'1"Y PR03�CT NO. 1U2884 Ol 32 33 - 1 PRECONSTRUCTIOI�T VID�O Page 1 of 2 1 2 3 PARTI- G�NERAL SECTION dl 32 33 FRECONSTRUCTION VIDEO 4 11 5UMMARY s A. Sectzon Includes: 6 1. Administrative and procedurai xequirernents for: '7 a. Preconstruction Videos 8 B. Deviations from this City of Fart Wor�h Standard Specification 9 1. None. 10 C. Related Specification Sections incJude, buC are not necessarily limited to: 11 1. D�vision 0— Bidding Requizements, Contract Forzns and Conditions o€ the Contract 12 2. Division 1— General RequiremenCs 13 �.2 PRICE AND �AYMENT PROCEDUR�S 1�4 A. Measurement and Payment 1� 1. Work assaciated with this Item is cansidered subsidiazy to the vazaous items bid. Xf, Na separate payment wili be allowed for this Item. 17 1.3 REFERENCES LNOT US�D� 18 1.4 ADMINISTRATIV� REQUXREMENTS 19 A. Pz�econstruction Video 20 1. Produce a preconstruction video of the site/alignrxaent, inciuding all areas in the Z� vicinity of and to be affected by construction. 22 a. Provide digital copy of video upon request by the City. 23 2. R�tain a copy of the pzeconstructaon video until the end of the maintenance surety 24 period. 25 1.5 SUBMITTALS [NOT U�ED] 26 1.6 ACTION SUBMITTALS/INFORMATXONAL SUBMITTALS [NOT USEDZ 27 1.7 CLOS�OUT SUSMITTALS [NOT USED] 28 1.8 MAINTENANCE MATEILIAL SUSMITTALS [NOT USED] 29 30 31 32 1.9 QiTALITY AS�URANC� �NOT USED� 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED� 1.11 FIELD [SIT�] CONDITIONS INOT USED] 1.12 WARRANTY [NOT U5ED] 33 PART 2- PRODUCT� [NOT USED] CTI'Y OP FOR1' WORTH 2O29 CONCREI� RET�ASILITATION UI�I1T PRICE STt�NDARD CONS'i'RUCTION SPECIFiCATTON DOCllMENTS CONSTRUC'F10N CONTRAC'I' Revised 7uiy 1, 2D1i C1TY L'ROJECT NO. 102884 013233-2 YRECONSTRUCTION V1DE0 Page 2 of 2 PART 3 � EXECUTION [NOT USED] END OF SECTYON CiTY OF RQRT WORTH STANDATtD CdNSTRUCPION SPECiFTCATIOI�I DOCC]MENTS Revised July 1, 20ll 2621 CONCRE'PE ItEHA$ILITATION LTNIT PRICE CONS'�'RUCTION CQIVTRACT Cl'TY PROJECTI�IO. 1�2884 O13300-1 SUBMITTAL.S Page 1 of S i 2 3 PART1- GENERAL 4 1,1 SLIMMARY SECTION Ol 33 00 SUBMITTALS 5 A. Section �nciudes: (, 1. General xnethods and requizements of submissions applicable to tl�e following � Work-related submittals: g a. Shop Drawings g b. Product Data (including Standard Product List subznittals) 10 c. Sanaples 11 d. Mock Ups 12 B. Deviations from this City flf Fort Worth Standard Specification 13 1. None. 14 C. Related Specification Sections include, but aze not necessarily liznited to: 15 L Division 0— Bidding Requireznents, Contract �orms and Conditions of the Contract 16 2. Division 1— General Reqnixerrients 17 1,2 PRXCE AND PAYM�NT PAOCEDURES lg A. Measurement and Payment 19 1. Work associated with this rtem is considered subsidiazy to the various items bid. �p No separate payznent will be allowed for this Item. 21 1.3 REFERENCES [NOT USED] 22 1.4 ADMIlVISTRATIVE REQUIREMENTS 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 A. Coordix�a�ion 1. Natify the City in wziting, at the time of subrnittal, of any deviations in the submittals from tbe requir�ments oi the Contract Dacuments. 2. Coardination of Submittal Times a. Prepare, priozi�ize and transmit each subx�ittal suf�iciently in advance of performing tbe related Work or other applicable activities, or within tlae time specified in the individual Wark Sections, of the Specifications. b. Contractor is responsible such that Che installataon will not be delayed by processing times ir�cluding, but not liixaited to: a) Disapproval and resubmittal {if required) b) Coordina�ion with other subznittals c) Testing d) Purchasing e} �'abrication � Delivezy g} Similar sequenced act�viiies c. No extension af time .vill be authorized because of the Cox�tractor's failure to transmit subznittals suf�ciently in advance of the Work. C1T1' OF FORT WORTH 2O21 CONCIZETE REHABTLITATION UNPl' PR10E STA�IDARD CONSTRUCTIOI� SPECTFICATION DOCUMEN`i'S CONSTRUCTIO�T CONTRACT 12evised Decembes 20, 20i2 CTI'Y PROJECT NO. 102884 O1 3300-2 S U}3MI'ITALS Page 2 of 8 1 2 3 4 5 6 7 8 9 10 11 12 13 ]4 15 16 17 18 I9 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 d. Make submittals pxomptly in accordance witfi approved schedule, and in suck� sequence as to canse no delay in the Work or in the work of any other contractor. B. Submittal Numbering I. When submitting shop drawings or saxnples, r�tiJize a 9-ck�aracter submittal crass- reference identi�'ication numbering system in tbe folZov�ring manner: a. Use the first 6 digits of the applicab�e Specification Seciion Nurz�ber. b. For the next 2 digits number use numbers 01-99 ta sequ�ntially nuxnber each initial separate item or drawing submitted undez each specific Section numbez-. c. Last use a leCter, A-Z, indicati�ag the resubmission of the sazne dravving {i.e. A=2nd submission, �=3rd subznission, G-4th subxnissian, �tc.). A typical submittal nuznber vvould be as follows: 03 30 00-08-B 1) Q3 30 �0 is the Specification Section For Cancrete 2} 08 is the eighth init�al submittal under this Specification S�ction 3) B is the third submission {second resubmission) oi that pa�-ticular shop drawing C. Cantractor Certificatian 1. R�view shop clrawings, product data and samples, including those b� subcontractors, priar to submission to detezznine and verify the %IIowing: a. k'ield measurements b. Field construction criteria c. Catalog numbers and similar data d. Canformance with the Contract Documents 2. Provide each shop drawing, sazniple and product data subrnitted by the Contractor with a Certification Statement atfixed including: a. The Cant�-actor's Company name b. Signature of submittal review�r c. Cer�ification Statement I} "By this submittal, I hereby r�present that I have deternun�d and veriiied fieid measurements, field construction cz�teria, materials, diz�nensions, catalog numbers and siznilar data and I have checked and coordinated each itezn with oti�er applicable approved shop drawrngs." D. 5ubmitial Format 1. FoId shop drawings larger than $%a inches x 11 inches to 8'/� znches x 1linches. 2. Bind shop drawings and product data sheets together. 3. Ordez a. Cover Sheet 1} Description of Packet 2) Contractor Cert��cation b. List af items / Table of Contents c. Frod�xct Data /Shop Drawings/Samples /Calculations E. Submittal Content 1. The date of submissian and the dates of any previous submissions CTI'Y QF FORT WpRTH 2O21 CONCf2ETE 12EHp,};i[,1TATION UN1T PRICE STANDARD COIdSTRUC'I'iON SPECIFiCATION DOCi]MENT'S CONS IRUC'T'iON CON'�'12ACT Re�ised December 20, 2012 C1TY P1207ECT ND. 102884 013300-3 SiTBMl'ITALS Page 3 of 8 2 3 4 5 6 7 8 9 IO 2. The Pzoject title and number 3. Contzactor idex�tification 4. The names of: a. Contractor b. Supplier c. Manufacturer 5. Identification of the pzoduct, with the Specification Section number, page and paragraph(s) 6. Field dirnensians, clearly identified as such 7. Relation to adjacent or critical features of the Work or materials 11 8. Applicable standa�rds, such as ASTM or Federal Specification numbers 12 9. Identification by highlightin� of deviations frorn Contract Documents 13 10. Identification by highlighting of re�iszons on res�bmittals 14 11. An S-inch x 3-inch blank space for Contractor and City staixaps ]5 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 3$ 39 40 41 42 43 44 45 46 F. Shop Drawings 1. As specified in individual Work Sections includes, but is not necessarily Iimited to: a. Custom-prepared data such as fabricatio� and erectaonlinstallation (working) drawings b. Scheduled information c. Setting diagrams d. Actual shapwork manufacturing instructions e. Custom templates f. Special wiring diagrams g. Coordination drawings h. Individual system or equipment inspection and test zeports including: J) Perfarmance curves and certifica�ions i. As applicable to the Work 2. Details a. RelaCion of the various parts to the main members and lines of the structure b. Where correct fabrication of the Work depends upon field rneasurements 1) Pz�ovide such measurements and note on the drawings prior to submitting far approval. G. Product Data J. Far submittals of product data for products included on the City's Standard Froduct List, clearly identify each item selected for use on the Pzoject. 2. For subrnittals of product data for products not included an the CiCy's Standard Product List, submittal data may include, but is not necessarily Iimited to: a. Standard prepared data for ix�anufactured prQducts (sometimes referred to as catalog data} 1) Such as the znanufactuxer's product specificaiion and installation instructions 2) Availabilary of colors and patterns 3} Manufacturer`s printed statenzents of coznpliances and applicability 4} Roughing-in diagzams and ieznplates 5) Cataiog cuts 6) Product photographs C1T7' OF FOAT WORTH 2O21 CONCI2�;TE REHABTI.,I'I'ATION UNI'I' PKICE STA3�IDATt]] CONSTRiJCT10AI 5P�CiFICAT103�i DOCUMENTS CONSTRTJCTIpN CONTKt1CT Revised December 20, 20L2 C1TY PRO.T�CT NO. 102884 U1330U-4 SUT3MITFALS Page 4 of 8 � 2 3 4 5 6 7 8 9 10 11 I2 13 14 l5 I6 17 7} Standard wiring diagrams 8) Printed performancc curves and operational-range diagrams 9) Production or quality control inspection and test reports and certifica�ions 10) Mill reports 11} Prodact operating and maintenance instructions and recornmended spare-parts lisiing and pr�nted product warranties 12) As applicable to the Work H. Samples 1. As specified in individual Sections, include, but are not necessarily Zir�uited to: a. Physicai examples of the Work sr�ck� as: 1) Sec�ions of manufactured or fabricated Work 2) Small cuis or containers of materials 3) Complete uzuts of repetitively used products color/texture/pattern swatches and range sets �} Specimens for coordination of visual effect 5) Graphic symbols and units of Work to be used by the City for independent inspectian and testing, as appiicable to the Work l 8 �. Do not start Work requiring a shop drawing, sample or product data nor any material to 79 be fabr�cated or installed priar ta the approval or quali�ed appzoval of such item. 20 1. Fabrication performed, matez�ials purchased or an-site construction accaznplished 21 w�ich does not conform to approved shop drawings and data is at the Contractor's 22 risk. 23 24 25 25 27 2s 29 30 31 32 33 34 35 36 37 38 39 40 4] 42 43 44 45 46 47 2. The City will not be liable for any expense ox delay dne ta corrections or remedies required to accomplish conformity. 3. Cornplete project Work, materials, fabrication, and installations in canformance witla approved shop dravvings, applicable samples, and product data. r. submitral D�S�-ib�ac�on I. Electronic Distribufion a. Canfirm development of Project directory for e7ectronYc suhznittaIs to be uploaded to City's Buzzsaw site, or another external FTP srte approved by the City. b. Shop Drawings 1) UpZoad submittal ta designated project directary and notify appropriate City repzesentatives via email of submittal posting. 2} Hard Copies a} 3 cap�ies �or all sr�bznittals b) If Contzactor rec�uiz�es more than 1 hard copy of Shop Drawings returned, Contractar shall submit more than the number of copies listed above. c. Product Data 1) Upload submitta] to clesignated praj�ct dzrectory and notify appxopriate City repxesentatives via emai] ai submitial posting. 2) Hard Copies a) 3 copies for all subznittals d. Samples 1) D'zstributed to the Project Representative 2. Hard Copy Distribution (if required in iieu of electronic distributior�) CPI'Y OP P{]RT WDIZT�T 2021 CONCRETE RE�IABILI'I'ATIOIV UN1T YRICE STANDARD COIVSTRUCTIpN SPEC7FICATION DOCUMEIdTS CONSTRUC'1'lON CONTIZACT Ite�ised llecem6er 20, 2012 CITY P�07ECT NO. 102884 013300-5 SUBMITTALS Page 5 of 8 1 2 3 4 S 6 7 8 9 ia 11 12 13 14 15 lb 17 18 19 20 21 22 23 24 25 26 27 28 29 30 3I 32 33 34 35 36 37 38 39 40 41 42 A3 �4 45 46 47 48 a. Shop Drawings 1) Distributed ta the City 2) Copies a) S copies for mechanical submitfials b) 7 copies for alI otlaer submittals c) If Contractor r�quires more than 3 copies of Shap Drawings returned, Contr�ctor shall submit more than the numbex of copies listed above. b. Product Data 1) Distributed to the Ciry 2) Copies a) 4 copies c. 5amples 1) Disttibuted to the Project Representative 2) Copies a) Submit ihe number siated in the respective Specification Sections. 3. Distribute reproductions of approved shop drawings and copies af approved product data and samples, w�ere required, to the joh site file and elsewhere as dizected by the City. a. Provide nuznber of copies as directed by the City but not exceeding the number previously specified. K. Submittal Review 1. The review of shop drawings, data and samples will be for general conformance with the design concept and Contract Dacuments. This is not io be construed as: a. Permitting any departure fram the Contract requiremenis b. Relieving the Contractar of zesponsibility for any errors, including details, dimensions, and material s c. Appro�ing departures from details furn�ished by the Czty, except as otherwise provided herein 2. The review and approval of shop drawings, samples or product data by the City daes not relieve the Contractar fram his/her responszbility with regard to tI�e fulfillment of the terms of the Contract. a. All risks of error and omission are assumed by the Contractar, and the City vviil have no responsibiliry therefore. 3. The Contractor remains responszble for details and accuracy, for coordinating the Wor� with all oil�er associated work and trades, for selecting fabrication processes, for techniques of assembly a�d for perfornning Work in a safe manner. 4. If the shop drawings, data or samples as subznitted describe variations and show a departure froxn the Contract requirements which City finds to be in tbe interest oF tk�e City and to be so minoz as not to involve a change in Contract Pzice or time for performance, the City may return the reviewed drawings without x�oting an exception. 5. Submittals will be reiurned to the Contractor undez I of the following codes: a. Code 1 1) "NO EXCEPTIONS TAKEN" is assign.ed when there are no notations or commenCs on tY�e submittal. a) When returned under this code t�ae Contractar may release the equipment andloz material for manufacture. b. Code 2 Cl`T"Y OF RORT WOA'�`H 2O21 CONCRETE REkTAB1LITATION UNIT PKICE STA]�DARI} CONSTRUC'ITON SPECIFICATION DOCUMENTS CONS'I'�UCTION COIVTRACT Reviscd December 20, 2012 CITY PROJEC'i' NO. 1428&4 oi s�aa-� SLIBMiTTAiS Page G vf 8 1 1) "EXCEFTIONS NOTED". This code is assigned when a con�irmation of � the notaiions and cornments IS NOT reqnired by the Contractor. 3 a) The Contractor may release the equipment or material for mar�uiacture; 4 however, aII notatians and comments must be incorporated into t11e 5 final product. 5 7 9 10 11 12 �3 14 15 16 77 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 34 �a 41 42 43 44 45 45 47 48 49 c. Code 3 1) "EXCEPTIONS NOTED/RESUBMIT". This combinatio�a of codes is assigned when notatzons and comments are extensive enough to requir� a resubz�ttal of the package. a} The Contractor may reIease the equipment or r►aaterial for manufacture; how�ver, all nota[zons and comrx�ents must be zncorporated into the frnal pzoduct. b) This resubmittal is to address all cozx�ments, omissions and non-con%rming items that were noted. c} Resubmittal is to be received by the Ciry within 15 Ca�endar Days of the date of the City's transmittal requiz�ng the resubmittal. d. Code 4 1) "NOT APPROVED" is assigned when the submittal does not meet the inte�at of the Contract Documents. a) The Contractor znust resubmit the entire package revised to bring the subzx�tta] into co�formance. b) It may be necessary to resubmit usixzg a different znanufacturer/vendor to meet tlae Contract Documents. G. Resubmittals a. Handled in the same maxfner as frrst submittals I} Corrections other than requestea by the City 2) Marked with revision triangle or ot�ez similar metk�od a} At Contractor's ris� if not marked b. Submittals for �ach item will be revi�wed no more ti�an twice at the City's expense. 1} All subsequent reviews will be performed at tirnes convenient to the Ciry and at the Contractor's expense, based on the Ciry's ar City Representative's th�n prevailing raCes. 2} Provide Contractor reimbursement to the City within 30 Calendar Days for aIl such fees invoiced by the City. c, The need for z�r�ore than 1 resubmission or any oth�r delay in obtaining City's review of submittals, w'ril not entitle the Contractor to an extension of Contract Tirne. 7. Partial Submittals a. City reserves the right to not review subrnittals deemed partial, at the City's discretion. b. Submittals deemed b� the City to be not complete will be returned to the Contractor, and wiil be considered "Not Approved" until resubmitted. c. The Crty may at its option pro�ide a list or mark the subinitta� directing the Contractor to the areas that are incomplete. 8. If the Contractor considers any correction indicated on the shop drawings to canstitute a change to the Contract Documents, then written notice must be provided thereof to the City at least 7 Calendar Days prior to release for manufactuxe. CITY OF FpR'I"WORTH 2O21 CONCRET`E AE�TABILTl'ATION L1N1T PRICS STANDA1tD CONS`PRUC'I'ION SPECIRICA iTIOIV DOCUMEI�['S CONSTRUCI'TON COI�iTRAC'I' Revised Decem6er 20, 2Q12 CTTY P12pdECT N0. 1 p2884 O13300-7 SUBMITTALS Page 7 of $ 1 9. When the shop drawings have been completed to the satisfaction oi the City, �he Z Contractor may ca�zy out the construction zn accordance therewith and na further 3 changes therein �xcept upon written instzuctions from the City. � � a. Each snbmittal, appropriately cdded, will be returned within 30 Calendar Days 5 following receipt of submittal by the City. 6 L. Mock ups � 1. Moc� Up units as specified i� individual Sections, include, but are not necessarily g limited to, complete units of the standard of acceptance for that t}rpe of Work to be g used on the Project. Reznove at the cvmpletion of t�ie Work or when dizected. 10 M. Qualifications 11 l. Tf specifically reguired in other Sections of these Specifications, submit a P.E. 12 Certificaiion for each ztem required. 13 14 15 16 17 1$ 1.9 20 N. Request for Information {RFI} 1. Contractoz Request for additional information a. Clarification or interpretatzon af the contract docux�ents b. When the Contractor believes there is a conflict between Contract Docuix�ents c. When the Contractor believes there is a conflict between tha Drawings and Specifications 1) Identafy the conflict and request clarificatian 2. Use the Request for Infoz�rnation (RFI) form provided by the City. 21 3. Numbering of R�'I 22 a. Prefix vwith "RFI" followed by series nuznber, "-x�c", beginning with "O1" and 23 increasing sequentially with each adciitional transmittal. 24 4. Suffieient information shall be atrached to permit a written response without further 2� in%xznation. Z(, 5. The City will log each request and will review the request. 27 a. If review of the project informai�an request indicates that a change io the 2$ Contraci Documents is required, the City will issue a Fieid Order ox Change 29 Order, as approp�iate. 30 1.5 SUBMITTALS [NOT USED� 31 1.6 ACTION SUBMITTALS/INk'ORMATIONAL SUBMITTALS [NOT USED] 32 1.'� CLOSEOUT SUBMITTALS [NOT USED] 33 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 34 1.9 QUALITY ASSURANC� [NOT U5ED] 35 110 DEL�VERY, STORAGE, AND HANDLING [N4T USED] 36 ]..1i FIELD [SII'E] CONDITIONS [N�T USED] 37 112 WARRANTY [NOT II�ED] CTi'Y OP FORT WORTkI 2021 CONGRET� RETTA.T3IL1TATiON UNTI' PRIC6 STANDAItT7 C�NSTRUCI'ION SPECiPIGATION DOCUNIErITS CO3Y3'I7iUCT10N COIVTRACT lievised Decembe�' 20, 2012 CTPY PROJECT NO. 1�28Sa 013300-8 SiIBMITTALS PageSofB I PART � - PRODUCTS [NOT USED] 2 PART 3- EXECUTION [NOT USED] 3 END QF SECTION 4 DATE NAME i2/20/2012 A 7ohnson Revision L.og SUMMARY OF CHANGE 1.4.K8. Working Days nnodi�ed to Caiendar Days CITY OF FOT2T WORTH 2O21 CONCRETE REHABILI`I'A'TION ��NIT YRICE STANDARD CONSTRi]CTION SPECT�TCATION DOCC]MENTS CONSTRUCTION CONTI2ACT Re�zsed Deceinber 20, 20I2 CI'I'7' YROTECT NO. 102884 013513-1 SPECIAL PROJECT PR4CEDURES Page 1 af $ 2 3 PAAT1- GENERAL 4 1.1 SUMMARY 5 6 7 $ 9 10 11 12 13 14 15 16 17 1$ 19 A. Section Includes: SECTION 0135 13 SPECIAL PR4JECT PROCEDURES 1. The procedures for special prnject circurnstances that includes, but is not limited to: a. Caordix�ation vv��h Che Texas Department of Transportation b. Work near High VoJtage Lines c. Confined Space Ex�try Program d. Air Pollution Watch Days e. Use of Explosives, Drop Weight, Etc. f. Water Department Notification g. Public Noti�cation Priar to Beginning Construction h. Coardination with United States Army Cozps of Engineers i. Coardination within Railzoad permits az-eas j. Dust Control k. Employee Parking B. Deviations frozn this City of �art Worth Standard Specification 1. None. 20 C. Related Specification Sections include, but are not necessarily limited to: 2I 1. Divzsion 0— Biddang Requirements, Contract Forms and Conditians of the Contract 22 2. Division 1— General Requirexrzents 23 3. Seciion 33 12 2S — Connection to Existing Water Mains 24 1.� PRICE AND PAYMENT PR�CEDURES 25 26 27 28 29 30 3I 32 33 34 35 36 37 38 39 40 4I 42 A. Measurement and �'aymeni 1. Coordination vvithin Raalzoad permit areas a. Measurement 1} Measurement for this Item will be by Iump sum. b. Payment 1} The work performed and materials iur�ished in accordance with this �tem will be paid for at the Iump sum price bid for Railroad Coordinatioz�. c. The price bid shall include: 1) Mobilization 2) Inspection 3) Safeiy training �4} AddiYionalInsuz-ance 5) Insurance Certificates 6) Other requizements assoczated with general coordination with Railroad, including additional employees required to pratect the rigk�t-of-way and property of the Railroad from damage arising out of and/or from the construction af the Pro�eci. 2. Railxoad Flagmen C1TY OF FOI2T WORTH 2O21 CONCRETE R�?HABII.TI'ATION UNTI' PR10E S'I`ANDAitD CONSTRUCTION Sl'ECIFICATION T70CUME�I+ITS CONS'i12UCTION CONTRACT Revised December 20, 2012 C1TY PROJECT NO. 102884 013513-2 SPECIAL YROJEC'I' �'ROCEDURES Page Z nf 8 � 2 3 4 5 6 7 8 9 10 11 12 13 a. Measurement I) Measurez�r�ent for this Ttenr� will be per wor�ng day. b. Payment J) The work pez-formed and matexials fu�-nished iz� accordance with this Item will be paid for each working day that Railroad Flagmen are present at the Site. c. The grice bid shall incTude: 1) Coordinaiion for scheduling flagmen 2) Flagmen 3) Other rec�uizements associated with Railroad 3. All ot�er items a, Work associated with these Items is considered subsid�ary to the various Items bad. No separate payment will be allowed for this �iem. 14 1..3 REFERENCES ] 5 A. Reference Standards Z6 1. Reference standards cited in this Specificatio� refer to the current reference 17 standard publzshed at the time of the latest revision date logged at the end o� thzs 18 Specification, unless a date is specifically cited. 19 2. Health and 5afety Code, Title 9. Safety, Subtitle A. Public Safety, Chapter 752. 20 High Voltage Overhead Lines. 21 3. North Central Texas Council of Gavexnznents (NCTCOG) — Clean Canstruction 22 Specificataon 23 1.4 ADMIIVI,STRATIVE REQUYREMENTS 24- A. Coordinat�on with the Texas Depaz�tment of'I'ransportation 25 26 27 28 29 30 31 32 33 34 35 35 37 38 39 40 41 42 43 �4 45 1. When wark in t�e right-of-vcJay which is under tk�e jurisdiction of t�e Texas Depaztment of Transpoxtation (TxD4T): a. Notify the Texas Department of Transportation pzior to coinmencing any work therezn in accordance with the provisions af the permzi b. AlI work performed in the TxDOT right-oF-way shaIl be performed in complia�ace with and subj�ct ta approval from the Texas Dep�-t�nent af Transpartatzan B. Worl� near High VaItage Lines 1. Reguiatory Requirements a. AlI Work near Higla VoItage Lines (more tl�an 600 valts measured between conductors or between a conductor and the ground) sl�all be in accordance with Health and Safety Code, Title 9, S�btitle A, Chapter 752. 2. Warning sign a. Pro�ide sign of sufficient szze meeting all OSHA requiremenCs. 3. Equipment operating within 10 Feet of �gh voltage ]ines will zequire the following safery features a. Insulating cage-type of guard about the boom or arm b. insulator links on the lift hook cannections for back hoes or dippers c. Equipment must meet the safety requirements as set forth by OSHA and the safety requirements of the owner o� the high voZtage lines 4. Work within 6 feet of high voltage electric Iines CITY OF FQI2'I' WORTH 2O21 CQNC�TE REHAI3ILTTATTON L7N1T PR10E STANI)ARD CONSTRUC'I'ION SPECIFICATIOIN DOCUMEN'1'S CONS'I'KUCTION CONTR f1,C"1' Revised December 20, 2012 C1TY PROJECT N0. I02884 p13513-3 SYECIAL �120JECI' PROC�DURES Page 3 of & 1 2 3 4 5 6 7 8 9 10 a. b. c. Notii"ication shall be given to: l) The power campany (axample: ONC4R) a) Maintain an accurate log of all such calls ta power compar�y and record action taken in each case. Coordination with powez company 1) Aftez notification coordinate wiih the power cornpany ta: a) Erect temporary mechanical barriers, de-energize the Iines, or raise or lower the lines No personnel may work within 6 feet of a high voltage Iine before the above requirements have been met. 1 J. 12 13 t4 15 i6 17 18 19 20 21 zz 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 �0 41 42 43 44 45 45 C. Confined Space Entry Pzogram 1. Provide and follow approved Confined Space Entry Prograzn in accorda�ce with OSHA requirements. 2. Confined Spaces include: a. Manholes b. All other confined spaces in accordance with OSHA's Permit Required for Confined Spaces D. Ai�r Pollution Watch Days 1. General a. Observe the following guidelines relating to warking on City construction sites an days designaied as "AIR POLLUTION WATCH DAYS". b. Typical Ozone Season 1) May 1 through October 31. c. Critical Emission Ti�ne 1) 6:00 a.m. to 1fl:00 a.rn. 2. Watch Days a. The Texas Co�nission on Envzzonmental Quality (TCEQ}, in coordination witla the National Weather Sezvice, will issue the Air Pollution Watch by 3:00 p.m, on the aftenaoon priar to tI�e WATCH day. b. Requirements 1) Begin wozk after 1D:00 a.m. when�ver constructzon phasing requires the use of znotorized equipment for periods in excess of 1 hour. 2) Hawever, t3�e Contractor may begin work prior to 10:00 a.zn. if: a) Use of motorized equipix�ent is less than 1 hour, or b} If equipmen�t is new and certified by E�A as "Low Eznitting", or equipment burns Ultra Lo� Sulfur Diesel (ULSD), diesel emulsions, or alternaiive fuels such as CNG. E. TCEQ Air Pazmit J. Obtain TCEQ Air Permit for construction activities per reqnirements of TCEQ. F. Use of Explosives, Drop Weight, Etc. 1. When Contract Documents permit on the project the following will apply: a. Public Notification 1) Submit notice to City and proo� af adequate insurance coverage, 24 hours priar to commencing. 2) Minimum 24 hour public noiification in accardance with Sect�on Q1 31 13 G. Water Department Coordina�ion CTI'Y pF PORT GUQI2TH 2O21 CONCRETE REHABIL.ITATION UNIT PRIC� STAIVI7,4RD CO3+ISTRCJCTION SPECTI�ICATION DOCUMENTS COIVSTR[TCT[ON CONTRACT Revised ]7ecember 20, 2012 CTI'Y PRO.THCT NO. 1D2884 D13513-4 SPECIAL, PROTECT PROC�I]UAES Page 4 c�f 8 Y J. During the construction of tt�is project, it will be necessary to deactivaie, for a 2 period of time, existing lines. The Contractor shall be required to coardinate with 3 the Water Departz�rzent to deterrriine the best tizxzes for deactivaCing and activaCing 4 those lines. 5 2. Coord��ate any event that will require connecting to or the operation of an existing 6 City water line system wiCh the City's representative. 7 a. Coozc�znation shalI be in accordancE with Sect�on 33 12 25. g b. If needed, obtain a hydrant water met�r from the Water Departrnent for use 9 during the lif� of named project. 10 c. In the eveRt that a water vaive on an existing 2ive systenn be turned off and on I 1 to accomrnodate the construction of the project is required, coorc�inate this 12 activity through the appropriaie City represe�tative. 13 1} Da not operate water line valves af existing water systenn. 1¢ a) Failure to comply wil� render the Contxactor in �vialation of Texas Penal �5 Code TitTe 7, Chapter 28.03 (CriminaI Mischie� and the Contractor 16 will be prosecuted ta the full extent of the law. 1'� i�) �n addition, the Contractor will assume all laabilities and 1S responsibiiities as a result of these actions. 19 H. Public Notification Pz�or to Beginnzng Constructioz� 20 I. Prior to beginning constructian on any block in the project, on a block by block 21 basis, prepare and delzver a notice oz� flyer of the gending constn�ction to the front 22 door of aach residence oz business that wilI be impacted by construction. The not�ce 23 shall be prepared as follows: Z4 a. Fost notice or flyer 7 days prior to begi�az�ing any constr�iction activity on each 25 black in the pzoject area. 26 1) Prepare flyer on tY�e Contzactar's Iettexhead and include the following 27 information: 28 a) Name of Project 29 b) City Project No (CPN) 30 c} Scope of Prajact (i.e. type of construction acti�ity) 31 d) Actual construction dUration wzthin the block 3Z e) Nam� of the contractor's foreman and phone nunnber 33 � Name of Che City's inspector and p�one number 3� g) City's aftex-hours phone number 35 2) A sample of the `pre-construction notification' flyer is aitached as Exhibit 36 A,, 37 3) Subznit sched�ale slaowing tY�e consiruction start and finish tinrze for each 38 block of the project to the inspectar. 39 4) Deliver flyer to the City InspecYor for review prior to distribution. 40 b. No construction w�ll be allawed to begin on any block until the flyer is 4� delivered to ali residents of the block. 42 43 44 45 46 47 48 I. Public Notification of Texnporary Watez� Service Inter,ruption during Canstruc�ion 1. In the event it becomes necessary to temporarily shut down water ser�ice to residents or businesses during construct�on, prepare and �eliver a notice or flyez aF the pending inierruption to the front doar o� each affected resident. 2. Prepared notzce as follo�vs: a. The notification or flyer sk�all be posted 24 hours prioz to the tempozary interruptian. CI'I'Y O�' POI2T WORTH 2O2I COIVCRETE RET�ABILITATIQN UN1T PRICE STANDARD CONSTRUCTTON SPECIFICA,'I'TON DOCUMENT'S CONSTRLTC'STON CON`fRACT Revised December 2D, 20I2 Cf'TY P1t07ECT NO. 1 p2884 013513-5 SPECIAL PROIEC'I' PROCEDLFRF.S Page 5 of $ 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 b. Prepaze flyer on the contractor's Jetierhead and 'znclude the iollo�n+ing in%zmation: 1) Name of the project 2) City Project Number 3) Date of the interruption o� service 4) Period the interruption will take place 5) Name of the contractox's foreman and phone numbez 6) Name af the City's inspectar and phone numbez c. A sample af the temporary water service interruption notification is attached as Exhibit B. d. Deliver a copy of ihe temporary znterruption noizfication to the City inspector for review priar to being distributed. e. No interruption of vvater service can occ�ar until the flyer laas been delivezed to all a�fected residents and businesses. f. Electronic versions of the sazinple flyers caz� be obtained from the Froject Construction Tnspector. J. Coordix�ation with United States Army Corps of Engineers {USACE) 1. At locations in the Project where construction acrivities occur in areas where USACE pernr►its are requi�red, meet all requirements set forth in each designated permit. K. Coordination within Railroad Permit Areas 1. At locations in the project where construction actzvities occur in areas where railroad permits are required, meet all requirements set forth in each designated railroad permit. This includes, but is not Iimited to, provisions for: a. Flagmen b. Inspectors c. Safety trazning d. Additional insurance e. Insurance certificates f. Other employees reqr�red to protect the right-of-way and property of the RaiJzoad Company from damage arising out of andlar frozn the construct�on of the project. Pz�oper utility clearance procedures shall be used in accordance with the perz�nit guidelines. 2. Obtain any supplemental information needed to comply with the railxoad's requirements. 3. Railroad FTagmen a. Submit xeceipts to City for �eriFication of warking days that railroad flagmen were �resent on 5ite. L. Dust Controi I. Use acceptable measures to control dust at the Site. a. If water is used io control dust, capture and properly dispose of waste water. b. If wet saw cutting 'rs per%nmed, capture and properly dispose of slunry. M. Employee Parking 1. Provide parking for empIoyees at locations approved by the Ciry. CFI'Y OP FQRT WOR1'I� 2021 CONCI2ETE REHABILITATTOId 1LTN1'I' PRICE $TANDARD CQNSTRLTC'T'TON SPL7CIFICA'I'ION DOCUMENTS CONSTT2UCT10N CONTI2ACT Itevised Decemher 20, 2D12 Cl'i'Y PRO7ECT NO. 102884 013513-6 SP�CiAL PROIEC'C" YR�CPDURES Page 6 of 8 1 1.S SUBMITTALS [NOT USED� 2 1.6 ACTION SUBMII TALS/YNFORMATYONAL �UBM�TTALS [NOT USED] 3 1.7 CLOSEOUT SUBMITTALS [NOT USED] 4 1.8 MAINTENANCE MATERIAL SUSMITTAL� [NOT L1SED] 5 1.9 QUAL�TY ASSURANCE [NOT USED] 6 110 DELIVERY, STORAGE, AND HANDLING [NOT USED] 7 1.11 FIELD [SITE] CONDITIONS [NOT USED] 8 1.1� WARRANTY [NOT USED] 9 PAIZT �, - PRODUCTS [NOT USED] IO PART 3- EXECUTION [NOT USEDJ 1] z2 �3 END OF SECTION CI'TY OP FORT WdRTH 202] CONCRS'I� 1ZEHABILITATIOl�i UNTT PRICE S'I'ANDARD CONS'�27JCTION SYECIFICATION I}OCUIV[ENTS C4NSTItLICTION CONTRACT 12e�ised Decemher 20, 2072 C1T'Y PR07LCT I+IO. 102884 0135]3-7 SPECIAL PROdEC'I' PROCEDUR�:S Page 7 of $ 1 2 3 4 5 s � S 9 ia �1 12 13 14 rs 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 EXHIBIT A {To b� pr3nted on Contractor's Letterheadj D�t�: CPN No.: Project Name: Mapsco Location: Limits of Construction: ' - - - - - �. � - , , � I 1 ' I � i I' � �HIS IS TO INF�ORN➢ YOU iFiAT UfVD�R � COiVTF�ACi Wli'Fi iH� CI�'Y OF �ORT WORThi, OUR CONi�p►NY WI�L WORK ON UTIL.ITY �,lNES ON O� AFtOUN� YOUR pROPEFi`iY. CONSiRUCTION WiLL ��GI(d APPROXIMATELY SEV�N DAYS �'ROi�I iH� DAT� OF TH�S NOTECE. I� YOU F�AV� QU�STIONS p►BOUT ACCESS, S�CURITY, SA��TY O� ANY OTHER ISSUE, PLEASE CALL: i1Nr. ¢CONTRACTOR�S SUP�RIMTENDENT� A7 ¢TELEP�iON� NO.� � IiAI`. cCITY WSPECTOR� A7 � TELEFHON� NO.� AFi�R 4.30 �fV� OR OfV W��KENDS, F'LEASE CALI� (817} 392 8306 PLEASE KEEP THIS FLYER HAIVDY WHEN YOU CALL CITY OF FORT WOR'�`H 2O21 COMCRETE T2EHABILITATION UNl'I' PRICE STANDAI2T� CONSTRUC"I'�ON SPECIFICA'�'IpN DOCUM�NTS CONSTRUCTION CONTI2ACT Revised December 20, 2012 C1TY FI20]ECr NO. 102884 OI3513-8 SI'SCIAL YR07EC'I' PROCEI]URES Yage S of 8 0 2 EXHIl3�T S ��R'T �ORTI� �: �g �o. � �� �: ��'II`��� o� ��i������ r�w°r�� ���c� �������x�� �C7E TO UTILITY IMPROVEMENTS 1N iCOY7R NEIGHBDI2FIOOD, YOiTR WA'TEIt SEIt'VXCE VYiLL BE iNTERRi7PTED ON BETWEEN THE HOURS Ol�' . ANI} . IF YOU HAVE QLTESTTON,S ASOUT TIfIS SHUT-pUT, PLEASE CAT.L: MR. ,�7' (COPiTRAC'I'ORS SUPEltIN'FEN3?ENT) ('xk.�.EPHQNE 1lYIIMBER) i3R 1VIR. AT (CITY 7N,SPEC?'OR) ('I'EI��I'HQNE I�U1I�BER) TfIIS IiVCONVENIENCE 'VVILL B� A,S ST�OR'I' AS POSSI�LE. T�IA.IVK YdU, . CONTRAC'�'OH 3 4 CTl'Y OF FORT WORTH 2O21 CONCRL;1'E REHA13iL1TATION UNI'I' PRICE. STAIJI7ARD COI�ISTRUCTION SPECIFICATIOAI QOC[TMEN't'S CO�'STRUCT[O1V CQNTRACT Revised Dccember 20, 2012 C1TY PR07ECP FVO. 102884 01�523-1 TESTING AND ]NSPECTION SERVICES Page L of 2 I 2 3 PART 1 - GENERA.L SECTION 0145 23 TESTJNG AND INSPECTION SERVICES q 1.1 SUMMARY 5 A. Section Includes: 6 1. Testing and inspection services �rocedures and coordinaiion 7 B. Deviations from this City of Fort Worth Standard Specification S 1. None. 9 C. Relaied Specificatian Sections include, but are not necessarily limited ta: 10 1. Dzvision 0— Bidding Requirements, Coniract Forms a�nd Conditions of the Contract 11 2. Division 1— General Requirements 12 1.2 PRICE AND PAYM�NT PROCEDIJRES 13 1�4 15 16 17 18 19 ZO 21 22 23 24 25 1.3 A. Measurement and Payment 1. Wark associated with this Item is considered subsidiary to tlae various Items bid. No separate payment �vill be allowed for tlus �tem. a. Contractor is zesponsible for performing, coordinatin�, and payment of all Quality Contral testing. b. City is responsible for performing and payment %r first set of Quality Assurance testing. 1) �f the first Quality Assurance test performed by the Ciiy fails, the Contractor is responsible fror payment of subsequent Qualiry Assu�rance testing until a passing test accurs. a) Final acceptance will not be issued by City uniil all required payments for t�sting by Contraetor have been paid in fuII. RE�+ERENCES [NOT USED] 26 1.4 ADMINISTR.A.TIVE REQUIREMENTS 27 28 24 30 31 32 33 34 35 36 37 38 A. Testitag 1. Cornplete Cesting in accardance with tlae Contract Documents. 2. Coordination a. When iesting is required to be performed by the City, notify City, suff'�czently in advance, when testing is needed. b. Whex� testing is required to b� completed by the Contractor, notify City, suf£icientIy in advance, that testing will be performed. 3. Distxibution af Tes�ing Reports a. Electronic Distribution 1) Confirnra developmeni of Projeci directory for electronic submittals to be uploaded to City's Euzzsaw sit�, or another �xternal FTP site approved by the City. C1TX OF FORT WOI2TH 2D21 CONC[�E'TE REHABILITATIOIV LiNIT PRICE ST.AI�DARD CONSTRTJCTIQN SPECINICATION DOCUMENTS CONSTRUCTION CO�+iT'RAC"I' Revised .Culy i, 2D1 [ CT['Y PROJECi' NO. ](Y1884 014523-2 TESTING AND ]3VSPECTIOIV SERVTCES Page 2 of 2 1 2 3 � 5 b 7 8 9 10 11 12 13 1.4 2) Upload iest reports to designated project directory and notify appropriate City representatives via emaiI of subrzutCai posting. 3) Hard Copies a) 1 copy for all subrnittals submitted to the Project Representative b. Hard Copy Distributzon {if required in Iieu of el�ctronic distrihution) 1) Tests performed by City a) Distribute 1 haxd copy to the Contractor 2) Tests performed by the Contractor a} Distribuie 3 hard copies to C'rty's Project Representati�e 4. Provide City's Project Representative with trip tzckets for each �Eelivered load of Concrete or Lime material incluciing the following infarmatian: a. Name of pit b. Date ai deIiver}r c. Mate�al deIivered 1S B. Inspection 16 1. Inspection ar lack of inspection does not xelieve the Contractor from obligation to 17 p�rForm work in accordance wzih the Contrac€ Documents. 18 1.5 SUBMITTALS [NOT USED] 19 1.6 ACTrON SUBMITTALS/INFORMATIONAL SUSMITTALS [NOT USED] 20 Li CLOSEOUT ,�UBMITTALS [NOT USED] 21 1.S MAINTENANCE MATERIAL SUBMXTTALS [NOT USED] 22 I.9 QIIALITY ASSURANCE [NOT U�ED] 23 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 24 25 2b 27 28 29 30 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.I� WARRANTY [NOT IISED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Cl"i'Y QF FORT WORTH 2Q21 CONCRETE REH,q�i[,iTATION UN1'1' pRiCE STANDAI2D CONSTRUCTIpIJ SPECIPICATIpN I70CUMENTS CONSTRU CTIOI�T CONTRACT Revised 7uly 1, 20I 1 C1TY PR07ECT NO. 102884 pl 5000- 1 TEMPORARY FACll..ITIES AND CON'�'ROLS Page 1 af 4 2 3 sECTioN a� so oa TEMPOR.ARY FACZL.rTIES ANIa CONTR�LS PART 1 - GEN�RA.L 4 L1 SUMMARY 5 6 7 S 9 10 11 12 13 14 A. Section Tncludes: 1. Provide ternporary facilities and controls x�eeded far th� Work including, but not necessarily limited to: a. Temporary utili�ies b. Sanitary facilities c. Storage Sk�eds and Buildings d. Dust control e. Tenr�parary fencing of the cox�struction site B. Deviations from this City of Fort Worth Standard Specification 1. None. 15 C. Related Specification Sections include, but are noi necessarily limited to: Zf, 1. Division D— Bidding Requixements, Contxact Forms and Canditions of the Contract X'7 2. Divzsion 1— General Requirements I8 1.� PRICE AND �AYMENT PROCEDilRES 19 A. Measurement and Payment 20 1. Work associated with this Ttem is considered subsidiary to the various Items bid. 21 No sepa�rate payment will be allowed for this Item. 22 ],3 REFERENCE5 [NOT USED] 23 l.4 ADMINISTRATIVE REQUXREMENTS 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 A. Temporazy Utilities 1. Obtaining Temporary Service a. Make arrangements with utility service companies for temporary services. b. Abide by z�ules and regulations of utiIity service companies or authorities having jurisdiction. c. Be responsible for utzlity service casts until Wozk is approved For Final Acceptattce. 1) Included are fuel, powez, light, heat and other utiiity ser�ices necessary for execution, completion, tesiing and iniiial aperation of Work. 2. Water a. Contractar to provide water required for and in connection wiih Work to be pez-formed a�d for specified tests of pipzng, equipment, devices or other use as required foz the completian of the Work. b. provide and maintain adequate s�zppIy of potable water far damestic consumption by Contractor personnel and City's 1'roject Representatives. c. Coordination I) Contact City 1�veek before water for construction is desired CTl'X QF FORT WOILTH 2O21 CONCl�"I'E Kr.HAB1LTTAT[ON UNTP PRTCE STANDARA CO3dSTRUC'I'IQN SPECIf�IGf1TIDN DOCUNISNTS CONSTRUCTION CQI�TRACT Revised July 1, 2011 CTI'Y PRO]ECT' NO. 1 U2884 0] 5000-2 TEMPORARY FACiLITIES AND CONTROLS Page 2 af 4 1 2 3 4 5 6 7 8 9 3 d. Contractox Fayment foz Constrizctioz� Water 1) Obtain construction water meter from Ciry far payment as billed by City's established rates. Eleciricity and Ligh,ting a. Provide and pay for electric powered service as requirec� foz� Work, including testing of Work. 1) Provide power foz lighting, operation of equipment, or other use. b. Electric power service incIudes temporary power service or generator to maintain operations during scheduled shutdown. Telephone a. Pro�ide emergency teIephane service at Site for use by Contractor �ersonnel and others perfonxung worl� oz� furnishing sexvices at Site. Tempozary Heat and Ventilation a. Provide temporary heat as necessary for proteciion or completion of Work. b. Provide temporary heat and ventilation to assur� safe working conditions. 10 4. 11 12 13 5. 14 l5 16 17 18 19 20 21 22 23 24 25 26 �.7 28 29 30 31 32 33 34 35 36 37 38 39 40 �1 B. Sanitary Facilities � 3. Provide and znaintain sa.nita�ry facilities for persons on Site. a. Comply with regutations oF State and lacal departments of health. Enforce use of sanitary facilities by constructzon personnel at jab site. a. Enciose and anchor sanitary faciIities. b. No discharge will be allawec� from these facilzties. c. Coileci and store sewage and wast� so as not to cause nuisance or health problem. d. Haul sewage and waste oif site at no less than weekJy intervals az�d properly dispase in accordance with applicable regulation. Locate faciIities n�ar Work Site and keep clean and maintained thraughout Project. 4. Remave iacilities at completion of Project C, Storage Sheds and Buildings I. Provide adequateiy ventzlated, watertighC, weatherpxoof storage faciiikies with floor above ground leveZ for materials and equipment susceptibie to weather damage. 2. Siorage af materzals not susceptible to weather damage may be on bloc�s aff ground. 3. Store x�aaterials in a neat and orderly manner. a. Place materiais and equipment to permit easy access for ide�iification, inspection and inventory. 4. Equip buzlding with lockable doors ar�d Lighting, and provide elecizical service for equipment space heaters and heating oz ventiIation as necessary to provide storage environments acceptabie to specified man�facturers. 5. Fill and grade siCe for tempozary structures to provide drainage away fxom temporary and exisCing buildings. 6. Remove buitding from site pr�or to Final Acceptance. 42 D. Temporary Fencing 43 1. Frovide and maintain for the duration or construction when required in contract 44 documents 45 E. Dust Control C1TY OF FQRT W�RTH 2O21 CONC1tETE I2EHABILITATIpN C]N1T PRICE S1'ANDARD CONSTRUCTT�N SPECIFICATION DOCUMENTS CONSTRUCTidN CONTRAC`T' Revised July 1, 20ll CITI' PR07ECT NO. 102884 1 2 3 4 5 6 7 S 9 oisoao-3 TEMPOIiARY FACILITlE5 AND CONTROLS Qage 3 oP 4 1. Contractor is responsible foz maintaining dust control through the duration of the project. a. Contractor remains on-call at aIl �imes b. Must respond in a tiznely manner F. Temporary �rotection of Construction 1. Contractor or subco�tractors are respox�sible for protecti�g Work from dazr;iage due to w�ather. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 10 1.'� CLOS�OUT SUBMITTALS [NOT U5ED] 11 1.8 MAINTENANCE MATERIAL SUSMITTALS [NOT IISED] 12 1..9 QUALITY ASSURANCE [NOT USED] 13 1.10 DELIVERY, STORAGE, AND HANDLING [NOT L�SED] 14 l 11 FIELD [SXTE] CONDIT�ONS jNOT USED� 15 1.�2 WARR.ANTY [NOT US�D1 16 PART 2- PRQDUCTS [NOT US�D] 17 PART 3- EXECU 1 ION [NOT USED7 18 3.1 INSTALLERS [NOT USEDI 19 3.2, EXAMINATION [NOT U�ED] 20 3.3 PREPARATION [NOT USED] 21 3.� XNSTALLATION 22 A. Tempozary Facilities 23 1. Maintain all temporary facilities for duration of construction activziies as needed. 24 3.5 �REPAIR] / [RESTORAT�ON� 25 3.6 RE-INSTALLATION 26 3.7' FIELD Io�] SITE QIIALITY CONTAOL [NOT USED] 27 3.$ SYSTEM STARTUP [NOT USED] 28 39 AD�USTYNG [NOT US�D] 29 3.10 CLEANXNG [NOT USEDI 30 311 CLOSEOUT ACTIV�TIES 31 A. Temparary Facilities C1TY OF RORT WORT�I 2021 CONCRETE REHABll.l'FATION UN1T PI2iCE STANDAtZD CONSTRUCTION SPECllTICATION DOCUML�NTS COI�IS IRITCTIpN CONTI2ACT Revised July 1, 201 I C1TY P1207ECT NO. 102884 015000-4 TEMP4RA,ItY FACIi.I'I'I�S AND CONTROLS Page 4 of 4 1 l. Remove aTi temporary facilities and restore area after completion of the Work, ta a 2 condition equal to or better than pzior ta start of Wark. 3 3.12 PROTECTION [NOT USED� 4 3.13 MATNTENANCE [N4T USLD] 5 3.14 ATTACHMENT� [NOT USED] � END OF SECTION 7 CTTY OF FORT WORTH 2O21 CONCRE,'I'E T2EHABILTI'ATIUN UNI`P PRICE STANDARI} CONS'PRUCTiON SPECIF+1CATTpN llOCUMErITS CONSTRUC'CTON CONTRACT Reviscd 7uly 1, 201 I CITX P120JSCP Nd. 10285� oissw-� STREET US� PERMIT Ai�TD MODIFICATION3 TO TRAFI�IC CONI'ROL Page 1 of 3 i 2 3 sECTioN oz $s �6 STREET USE PERM�T AND MODIF'ICATIONS TO TR�'F[C C�NTROL PART1- GENERAL 4 11 SUMMARY 5 A. Section Includes: 6 1. Administrative procedures for: � a. Street L1se Permit g b. Modificataon of approved traffic contral g c. Removal of Street Signs 10 B. Deviations from ilais City oi Fort Worth Standard Specification 11 1. Nane. 12 C. Related Specification Sectians include, but are not �ecessarily lirx�uted to: 13 L Divisiox� D-- Bidding Requirements, Contract Farms and Co�ditions of it�e Contract lq 2. Division 1---- GeneraJ lZequiremex�ts 15 3. Section 34 7I I3 -- Traffic Con.trol 16 1.2 PRXCE AND PAYNI�NT PROCEDURES 1'7 A. Measurement and Payment 18 1. Work associated witI� tlus Tterrl is considered subsidiary to the various Items bid. 19 No separate payment will be allowed for this Item. 20 1.3 REFERENCES 21 A. Reference Standards Z� 1. Reference standards cited in tl�is specification refer to tY�e current referex�ce standard 23 published at the tinae af the lates� revision date logged at t�ae end of tlus 24 speci�cation, unless a date is speei�cally czted. 25 2. Texas Manual on Uniform Traf�c Control Devices {TMUTCD). 26 I.4 ADMIIVISTRATIVE REQTFIREMENTS 27 28 29 30 31 32 33 34 35 36 37 38 A. Traffic Control 1. General a. When traffic control plans are included in the Drawings, provide Traffic Control in accordance wit� Drawings and Section 34 71 13. b. Whex� traffic cantrol plans are not incIuded in t�ie Drawings, prepare traffic control pians in accordance with Section 34 71 13 and submit to Ciry far revzew. 1) Allow munimum 10 working days for review of proposed Traffic Control. B. Street Use Permit 1. Prior to installataon of Traffic Control, a City Street Use Perrnit is required. a. To obtain Street Use Permit, subirizt Traffic Control 1'lans to City Transportaiaon and Public Works DeparEment. C1TX OF FOR"P WOItTH 2O21 CONCRE'I'E REHABILPT'A'�'ION UNPI' PRIC� STANDAI2D CONSTRiJC'�'iQN SPECIPICf1TION DOCUNIENTS COAiS1RUC"F10N C�NTItAC"I' Revised .Culy l, 201 l CITY PROTECT NO. 102884 015526-2 STREE'1' TJSE PERMfT AND MODIFICATIONS TO TKAFFIC CONTROL Pagc 2 of 3 1 2 3 I} AIlow a minimr�m oF 5 workin� days for permit review. 2) Contractor's responszbility to coordznate review of Traffic Coz�trol plans for Street Use Permit, such that constraction is not deIayed. 4 C. Modification to Approved Traffic Control 5 1. Prior to installation traf�ic control: 6 a. Submit revised traffic contral plans to City Department Transportation and 7 Public Works Department. $ 1) Revise Traf�c Conirol plans in accordance with Section 34 71 13. 9 2} Aliovc� minimum S�r,Jorking days for review of revised Traffic Control. 1� 3) It is the Contractor's responsibiliry to coordinate raview of Traffic Cantrol I1 plans for Street Use �'erzxait, such that constructron is not delayed. 12 D. Remo�val of Street Sign 13 1. If it is determined that a street sign zxFust be remaved for constzuction, then contact I4 City Transportation and Fublic Wozks Department, Signs and Markings Division to 15 remo�re the sign. 16 17 I8 19 20 2� 22 23 24 25 E. "I'emporary Signage 1. In the case af regulator� sigz�s, replace permanent sign with temporary sign meeting xequirements af ihe latest edztion af the Texas Manual on Uniform Traffic ControI Devzces {MUTCD). 2. Install temporary sign before the removal of perznanent sign. 3. When construction is complete, to tt�e extent that the permanent sign can be reinstalled, contact the City Transportatzon and PubTic Works Depart�nent, Signs and Marki�gs Division, to reinstalI the permanent sign. F. Traffic Control Standards L Traific Control Standards can be found on tt�e City's Buzzsaw website. 26 1�.� SUBMITTALS �NOT USED� 27 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 28 1.7 CL05E�UT SUBMITTALS [NOT USED] 29 1.8 MAINTENANCE MATER�AL SUBMYTTALS [NOT USED] 30 19 QUALITY ASSURANCE [NOT USED] 31 T.10 DELIVERY, STORAGE, AND HANDLING [NOT U,SED] 32 33 1.11 FrELD �SITE] CONDITIONS [NOT USED] 1.1� WARRANTY [NOT U�ED] 34 PART 2- PRODUCTS [NOT USED] 35 PART 3- EXECUTIQN [NOT USED] 36 END OF �ECTION C1TY OR FOR'1"VVOftTH 2O21 CONCI2ETE �HABILTI'ATIpN L1NIT PRICE S'I'ANDATtp CONSTRUC'I'ION SPECIFICATIOI�I QOC[TMENI'S CONSTT2UC1'iON CONTRACC Revised July 1, 2Dll CITX 1'R07ECT NO. ]02884 oissz�-a STRE�';F USE PSRMTI' AND NIOI7JFlCATIONS TO TRAFFTC CON'I'I20L Page 3 of 3 CTTX OF FORT WORTH 202] CONCRETE Tt�:HASILITAiTON UN�'P PRICE STAI�iDARI3 CUNSTRUCTION SPECIPICATTOIV DOCUMEIVTS COI�fS'1'RUCTION COdVTRACT Revised .Tuly 1, 2011 C1TY PROJECT ASO. 102$84 D15713-7 STORM WATER POT,LUTCON PREVEN"I�O1V Pagc I of 3 1 2 SECT�ON 01 5713 STORM WATER POL�.LTT�TON PREVENTT4N 3 PART1- GENERAL 4 1.1 SUMMARY 5 6 7 8 9 10 I1 12 13 A. Section Tncludes: 1. Procedures for Storm Water Pollu�ion Freventian Plans B. Deviations frona this Ciry af Fort Worth Standard Specification l. None. C, Related Specificat�on Sections includ�, but are not necessazily Iimited ta: 1. Division 0— Bidding Requirements, Cantract Forms and Conditions of the Contract 2. Dzvision 1— General Requirements 3. Section 31 25 00 — Erosion and Sedi�nent Control 14 1.� PRICE AND PAYMENT PROC�DITRES 15 16 17 l8 19 20 A. Measurement and Payment l. Construction Activities resulting in less than 1 acre of disCurbance a. Work associated with this Item zs considered subsidiary to the various Iiems bid. No separate payment will be allowed for this Ttezn�. 2. Construction Activities resulting in greater than I acre of disturbance �. Measurement and Payment shall be in accardance with Seciion 31 25 00. 21 1.3 REFERENCES 22 A. Abbre�riations and Acronyms 23 1. Notice of Intent: NOI 24 2. Not�ce of Term�nation: NOT 25 3. Stoz�zx� Water Pollution Prevention Plan: SWPPP 25 4. Texas Commission on Environmental Qua�Zty: TCEQ 27 S. Notice of Change: NOC 28 A. Reference Standards 24 1. Reference standards cited in ihis Specificat�on zefer to the current reFerence 30 standard published at the time of Che latest re�vision date logged at the end of this 31 Specification, un7ess a date is specifically cited. 32 2. Integrated Storm Management (iSWM) Technical Manual �or Constr�ction 33 Controls 34 1.4 ADMXiVISTRATIVE REQUIREMENT,S 35 A. General 36 1. Contractor is responsible for resolution and pay�ment of any fines issued associated 37 with complaance to Stormwater Pallutaon Pre�+ention Plan. Cl'I'Y pF F012T WOATH 2O21 CONCRE'I'E RE�I,AI3TI,ITATION UNiT PRTCE S"I'AI�TDARD COIVSTRUCTION SPECFFTCAI'ION DpCL1MElVTS CONS'I`RUCTION COI�ITKACT TZe�ised Iu[y 1, 201 I C1I'Y PRQ,TEC'1' 1V0. 102884 0157i3-2 STOTZM WATER POLLLlTIOJV PREVENTION Page 2 of 3 1 2 3 4 5 6 7 S 9 IO 11 12 I3 �� 15 16 17 18 19 Za 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 B. Construction Activiiies resulting in: 1. Less t�an 1 acze of disturbance a. Pro�ide erosion and sediment cantrol in accordance vv�th Section 31 25 00 and Drawings. 2. 1 ta less than 5 acres of disturbance a. Texas Pollutant Discharge Eliminataon System (TPDES) General Construction Permzt is required b. Complete SWFPP in accardance with TCEQ requzzements 1) TCEQ Sznall Construction Site Notice Required under general permit TXR150000 a) Sigx� and post at job site b} Pzior to Preconstzuctian Meeting, send 1 copy to City Department of Transportation and Public Wor�s, Environmental Division, ($17) 392- sass. 2) Provide erosion and seciiment contz-ol in accordax�ce with: a) Section 3� 25 00 b) The Drawings c) TXR150000 General Pezznit d} S WPPP e) TCEQ requirements 3. 5 acres or more of Disturbance a. Texas Folluiant Discharge EIimination System {TPDES) General Construction Permit is required b. Complete SWPPP in accordance with TCEQ requizements 1) Prepare a TCEQ NOI farrn and submit to TCEQ along with zequired %e a) Sign and post at�ob site b) Send copy to City Department of Transportation and Public Works, Envizonmental Division, (817) 392-6088. 2) TCEQ Notice of Change xequired if rr�a.king changes or updates to NOI 3) Provid� erosion and sediment control in accordance with: a) Section 31 25 00 b) The Drawings c) TXRI50000 General Pern�.it d) SWPPP e) TCEQ req�irements 4) Once the pzoject has been completed and all the cIoseout requirements of TCEQ have been meC a TCEQ Notice of Terminatian can be submitted. a) Send capy to City Department of Txansportation ar�d Public Wori�s, Ex�vironmental Division, (S 17) 392-6088. 40 1.5 SLTBMITTALS 41 �2 43 44 45 46 47 A. SWPPI' 1. 5ubmit in accordance with Section O1 33 00, except as stated herein. a. Frior to the Preconstruction Meeting, submit a draft copy of SWP�P to the City as iollows: 1} 1 copy to the City Project Manager a) City Projeet Manager wiIl forward to the City Department of Transportation and Public Works, Environmental Division for review CTPY OF F012T WORTH 2D21 CONCRETE 12�HABiLITATION C1NI'I` PRICE STAIVDARD CONSTRUCTION SPECIFICATION DOCUMENTS CONS'TRUCTION CO1�3TRACT l�evised 7uly 1, 2011 CiTY PROJEC`I' NO. ] 02884 015713-3 STORM WA'['ER POLLU'�'IDId PREVEI�ITIdN Page 3 of 3 1 B, Mociified SWPPP 2 1. If the SWPPP is revised during construction, resubmit modified SWPFP to the City 3 zn accordance wzth Section 01 33 00. 4 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [N�T USED� 5 1.'7 CL4SE�UT SUBMITTALS �NOT USED] 6 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 7 19 Qi7ALITY ASSURANCE [NOT U�ED] S ].10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 9 1.11 FIELD [SITE] CONDITIQNS [NOT USED] 10 �.1� WARRANTY [NOT USED] ll PART �, - PRODUCTS [NOT USED] ] 2 PART 3 � EXECUTION [NOT U�ED] 13 14 15 ENll OF SECTION C1TY OF FORT WORTH 2O21 CONCRF,TS REHABLLITA'TTON UNIT PRICE S'I'ANDAAD CON3'I'[ZUCPION SPEC1FiCATiON DDCUMEl+lTS CONS'�12UC'I`ION CONTRA,CT Revised Ju�y 1, 2Q7 ] C1TY PAOJECT` Np. I02884 O158f3-i 'I'EMYORAR'Y PROIECT 5iGNAGE Page 1 of 3 I 2 3 PART1- GENERAL 4 l.1 SUMMARY SECTION 01 SS 13 TEMPORARY PROJECT SIGNAGE 5 A. Section Includes: (, 1. Temporary Project Signage Requirements 7 B. Deviations from this City of Fort Warth Siandard Specification g 1. None. 9 C. Related SpecificaYion Sectians include, but are not necessarily limited to: 10 1. Divisian a— Bidding Requirements, Contraci Forms and Canditians of the Contzact 11 2. Division 1— General Requirements 12 1.2 PRICE AND PAYMENT PR�CEDLFRES 13 A. Measuremient and Payment �4 1. Work associated with this Item is considez�ed subsidiary to the various Items bid. 1� No separate payment will be allowed for this Item. 16 1.3 REFERENCES [NOT USED] 17 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] IS 1.5 SUBMITTALS ENOT USED] 19 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMrTTALS [NOT USED] 20 i.7 CLOSEOUT SUBM�TTAL5 [NOT USED] 2] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT iTS�D� 22 1.9 QUALITY ASSURANCE [NOT USED] 23 1.10 DELIVERY, STORAGE, AND HANDLYNG [NOT iTSED] 24 1.11 FIELD �SITE] CONDITIONS [NOT LiSED� 25 l,l� WAARANTY [NOT USED] 26 PART ti - PRODUCTS 27 2.1 OWNER-FiJ1ZNISH�D [oR] OWNER-SUPPLXEDPRODUCTS [NOT USED] 28 2.2 EQUIPMENT, PRODUCT TYPES, AND MATERIALS 29 A. Design Criteria CTPY OP FORT WORTH 2O21 CO�TCRETE REHABILITATIOl� UNIT PR[CE; STANfJARD CO1VS'I'RUCTIOIV SPEC�ICA'fIQN DOCUM�,NTS COIVS'I'Z2UCTION CONTRACT Revised ]ufy 1, 2011 CiCY P1Z07ECT ND. 102884 O158I3-2 T�112PORARY PfZ07ECT SiGNAGE Page 2 of 3 I l. Frovide free standing Project llesignation Sign in accardance with Czty's Standard 2 Details for project signs. 3 B. Materials � 1. Sign � a. Constructed of 3/n-inch fir plywood, grade A-C (exterior) or better 6 2.3 ACCESSORI�S [NOT USED] 7 2.4 SOURCE QUALITY CONTRQL [NOT USED] S PART 3 - EXECUTION 9 31 INSTALLERS [NOT USED� 7 0 3.2 EXAMINATXON [NOT USED) 11 3.3 PREPARATYON [NOT USED] 12 3.4 INSTALLATI4N 13 A. General 14 1. Provide ver�ical installation at extents of project. 1S 2. Relocate sign as needed, apon request of t�e City. 1b B. Mountin� options 17 a. Skids � g b. Posts f 9 c. Barricade 2� 3•5 REPAIR / RE,�TORATION [NOT USED] 21 3.6 RE-INSTALLAT�ON [N�T USED] 22 3.'i FIELD [oxj SITE QUALITY CONTROL [NOT USED] 23 3.8 SYSTEM STARTUP [NOT USED] 24 3.9 AD,lUSTING [NOT USED] 25 3.10 CLEANING [NOT USED] 26 3.11 CLOS�OUT ACTIVITZES [NOT USED] 27 3.1� PROTECTIQN [NOT IISFD] 28 3.13 MA�NTENANCE 29 A. General 30 i. Maintenance wz11 include painting and zepairs as needed or dix�cted by the City. 31 3,�4 ATTACHMENTS [NOT U,�ED] 32 33 E�vn oF ,sECTioN CTI'X OF FORT WORTH 2O21 COfl'CR�TE RET�ABII,ITATION UN1T PRICE STANDARD COIdSTRUCTIOI�i SPECTFICATIO1rI DOCUMENTS CONSTRiJCTIOI�i CONTRACT Re�ised 7uly 1, 201I CSTY PROJSCT �TO. ]02884 O] 58 13 - 3 '1'EMYORARI' PROJECT SIG3�AGS Page 3 of 3 Revision Log DATE I NAME C1TY OF FORT W012TH STANDARD CONSTRUCTION SY�CIFICATION DOCi3MEN`i'S Ttevised .Tuly 1, 2071 SUMMARY OF CHANGE 2021 CQNCI2ETE 12EHASILITATIO�T UN1T P12ICE CONSTRUCTIOId CONTRACT CITY PR03ECT 1V0. 102884 016000-1 PRODUGT �2EQUIREME�ITS Pagc 1 of 2 1 2 3 PART1- GENERAL 4 1.1 SUMMARY S 6 7 S 9 10 11 12 1.2 SECTION 0160 00 PRODUCT REQUIREMENTS A. Section Lncludes: l. References for Praduct Requirements and City Standard Products List B. Deviations fxom thrs City of Fort Worth Standard Specificatron 1. None. C. Related Speci�cation Sections include, but are not necessariiy limiEed to; 1. Division 0— Bidding Requiremants, Contract Forms and Conditions of the Contract 2. Division 1-- General Requirements PRICE AND PAYMENT PROCEDLTRES �NOT USED] l3 1.3 REFERENCES [NOT USED� 14 L4 ADMINISTRATIVE REQUIREM�NTS 15 16 17 l8 19 20 21 22 23 24 25 26 27 28 29 3a 1.5 A. A list of City approved pxoducEs foz use is located on Buzzsaw as follows: 1. Resources102 - Construction DocumentslStandard Products List B. Only products speci�icalIy zncluded on City's Standard Product List in these Contract Documents shall be allowed for use on the Project. 1. Any subsequently approv�d proclucts will only be allowed for use upon specrfic appro�al by the City. C. Any specific product xequirements in the Contract Documents supersede sirzzzlar products included on the City's Standard Product List. 1. The City reserves the z�ight to not allow products to be used for cez-tain projects even though the proauct is listed on the CiEy's Standard Product List. D, Aithoug�a a specific product is included on City's Standard Praduct List, not all products irom that znanufactuzer are approved for use, including but not liznited ta, t�at manufacturer's standard produci. E. See Sectian O1 33 OQ for submittal requirements of Product Data zncluded on City's Standard Product List. SUBMITTALS [NOT USED] 31 l.b ACTXON SLTBMITTALS/INFORMATIONAL �IIBMITTALS [NOT USED] 32 1.i CLOSEOUT SUBMITTALS [NQT USED] 33 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 34 19 QUAL�TY ASSURANCE [NOT USED] CIT'Y OF FORT WORTH 2O21 COIVCRE'�'F, REHABILl'I'ATION UNi'I' YRICE STANDARD CQNSTRUCTTON SP�CIFICATION DOCUTNENTS CONSTRLTCTIDN CONTRACT Revised Decem6er 2Q, ZOI2 C1TY pROJEC`"d' NO. 102884 OiGD00-2 PRO�UCT 12EQUIREMF,I�lTS 1'age 2 of 2 1 1.I0 DELIVERY, �TORAGE, AND HANDLING [NOT USED] 2 1.11 FIELD [SXTE] CONDXTIONS [NOT USED] 3 112 WARRA.NTY [NOT USED� 4 PART 2- PR�DUCTS [NOT USED] 5 PART 3- EXECUTION [NOT USED] 6 7 DA'TE 10/12/12 8 _ �f►1�►�1� D.Johnson END �F �ECTXON Revision Log SUMMARY OF CHANG� Modified L.ocation of City's Standard Product List CTI'Y Ol� PORT WORTH 2O21 CONCRETE REHABII,�'i'AT10N U1V1T P12JCE STANDARD CD�'STRUCTION SPECIF�ICATTOIV DOCUMENTS CONSTRUC�'ION CONTRAC"f Revised December 2D, 2012 CTPY PROIECT NO. 1028$4 oi�000-i MOi3�,IZATION AND REMOF3ILIZATION Page 1 of 4 2 3 PART l. - GENERAL SECTION Ol 70 04 MOBILIZATION AND REMOBILTZATION 4 1.1 SUMMARY S A. Sectzan Includes: 6 7 8 9 10 I1 12 13 14 15 lb 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 1. 2. 3 Mobilization and Demobilization a. MobiIizaYion 1) Transportation of Contractor's personnel, equipment, and operati�g supplies to the Site 2) Establishment of necessary general faczlities for the Contractor's operation at the Site 3) 1'rerniums paid for performance and payment bonds 4) Transportation of Contractor's personnei, eqnipznent, and opexating supplies to another IocaEian within the designated Site 5} Relocation of n�cessazy general facilities for the Contractor's operation from 1 lacation to anothez locat�on on the Site. b. Demobilization i) Transportation of Contractor's personne7, �quipment, and operat�ng sugplies away from the Site zncluding disassembIy 2) Site Clean-up 3) Removal of all buildings and/or othex iacilities assembled at the Site for this Contract c. Mobilizatian azid Demobilization do nat i�clude ac�ivities for specific items of work that are for which paymen�t is provided elsewhere in the contract. Remobilization a. Remobilization for Suspension of Work specificaliy required in the Contract Documents ar as required by City incTudes: 1) Demobi7ization a) Transportation of Contractor's personnel, equiprnent, and operating supplies from the Site znciuding disassembly or t�rnporarily securing equipment, supplies, and other facili�ies as designated by the Contxact Documents necessary to suspend the Work. b) Site Clean-up as designated in the Contract Documents 2) Remobilization a) Transportation of Contractor's personnel, equipment, and operating supplies to the Site necessary to resume the Work. b} Establishment of necessary general faciIYties for t�e Contractor's operatzon at the Site necessary to r�sume the Work. 3) No Payments will be made for: a) Mobilization and Demobilization fram one lacatian to another on the Site in the normal progress of performing the Work. b} Stand-by or idle time c) Lost profits Mobilizations and Demobrlizataon for Miscellaneous Projects a. Mobilization and Demobilizaiion CITY OP FOAT W�RTFI 2021 CONCIi ETE REHASIL�'l ATION UNTT PI2TCE STANDARD CQNS'1'RUCT'ION SPECT�'ICATION DOCLIMENTS CONSTRUCTION CONTRACT Re�ised November 22, 20I6 CPI'Y PR07ECT NO. 102884 D17000-2 MOSILTLATT03v AND REMOBII.JZA`ITON Yage 2 of 4 1 2 3 4 5 6 7 S 9 �a 11 12 13 14 15 16 17 18 39 20 1) Mobilization shall consist of the activities and cost on a Work Order basis necessary for: a) Transportation of Contractoz's personnel, equipment, and operating supplies to the Site for the issued Work Order. b) Establishment of necessary �eneral faczlities for the Contractor's operation at tI�e Site for ttxe issued Wozk Order 2) Demobilization shall consist of the activities and cost necessary for: a) Transportation of Cantractor's personnel, equipz�rient, and operating supplies from the Siie including disassembly for each issued Work Order b} Site Clean-up for each issued Work Order c) Removal of all buildings ar other faciIities assembled at the Site for each Work Odez b. Mobiliza�ion and Demobilization do not incIude activities for specific items of work for which payment is provided elsewhere in the contract. 4. Ernergency Mobilizat�ox�s and Demobilization foz Miscellaneous Projects a. A Mobilizat�on for Miscellaneous Projects when directed by the City and the mobilization occuzs within 24 hours of the issuance o� the Work Order. B. Deviations from this City of Fort Worth Standard Specification 1. None. 21 C. Related Speczfication Sections include, but are not necessarily limited to: 22 1. Division 0— Bidding Requirezinents, Conizact Forms and Conditions of the Conizact 23 2. Division 1— Gen�ral Requirements 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 1.� PRICE AND PAYMENT PROCEDURES A. Measurement and �ayment [Consult City DepartmentlDivision for direction on if Mobilization pay item to be ix�cluded or tt�e item should be subsidiary. 7nclude the dppx�opriate Section 1.2 A. 1.] 1. Mobilization and Demabilization a. Measure 1) This Item is considered subsidiary to the variaus Items �id. b. Payment 1) The wozk performed and materials furnished zn accordance with this Item are subsidiary to the various Itezns bid and no ather compensation wiJl be allowed. OMMITTED 2) Tk�e work performed and materials fu�rnished for derr�obilization in accardance witl� this Item are subsidiary to tY►e various Items bid and no other compensation will be all.owed. 2. Remahilization for suspension of Work as specificaily required in the CQntract Doc�ments a. Measurement 1) Measurement for this Itern shalI be per each remobilization perforrned. b. Payment C1TX OF FORT W012T�i 2021 CONCRETE KEHABILI'I'ATION UNl'1' PRICE STANDARD CONSTRLJCTION SPECIFICATiON DOCUMEIVTS CONSTRUCTION CON'I`RAC`I' Revised November 22, 2016 C1TY PROJECT NO. 1Q2884 0170pp-3 NIOBILI7,AT10N AND REMOBILIZATION Page 3 of 4 l 2 3 4 5 6 7 S 9 10 �l 12 13 14 15 lfi 17 18 i4 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 4X 42 43 44 45 c. d. 1) The vc�or� performed and materials fuznished in accordance �ovith this Item and measured as provided under "Measurement" will be paicE far at the unit price per each "Spec�fied Remobilizat�o�" in accordance with Cont�-act Documents. The price shall inclndc: 1) Demobzlization as d�scribed in Section 1.1.A.2.a.1) 2) Remobilization as d�scribed in Sectaon I.1.A.2,a.2) No payments wzll be made �oz standby, idle time, or lost profits associated this Item. 3. Remobilization for suspension of Work as requir�d by City a. Measurement and Payment 1) This shal] be subznitted as a ConCract Claim in accordance with Article lfl of Section 00 72 0�. 2) No payments vvili be made for standby, idle tzme, or lost profits associated with tk�is Item. 4. Mobilzzations and Derriohilizations for Miscellaneous Prajects a. Measurement 1) Measure�nent for thrs Ttezra shall be far �ach Mobilization and Demobilization required by the Contract Documents b. Payment ]) Th� Work perforrned and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid For at the unzt price per each "Work Order Mobilization" in accordance ,vith Contract Documents. Demobilization shall be considered subsidiary to mobilization and shall not be paid for separately. c. The przce shall include: I} Mobilization as d�scribed in Seciion 1.1.A.3.a.1) 2) DemabiLization as described in Section 1.1.A.3.a.2) d. No payments wiIi be made for standby, idle time, oz lost pro�ts associated this Item. 5. Emergency Mobilizations and Dex�riobilizations far Miseel�aneous Projects a. Measurement 1) Measurement for ihis Item sha11 be for each Mobil'rza�ian a�d Demobilization required by the Contract Documents b. Fayment 1) The Work performed and materials furnished in accordance with this Item and measured as pro�ided under "Measurement" will be paid for at the unit price per �ach "Work Order Emergency Mobilizatzon" in accordance with Contract Documents. Dernobilization shalI be considered subsidiazy to mobilization and shall not be paid for sepaz-ately. c. The pr�ce shali incTude 1) Mobilization as described in Section 1.1.A.4.a) 2) Derr�obilization as described in Section 1.1.A.3.a.2) d. No payments will 6e made for standby, idle time, or Iost profits associated this Ztem. 46 1.3 REFERENCE� [NOT USED] �+7 1.4 ADMINISTRATIVE R�QUIREMENTS [NOT USED] CI'I'Y OF FORT WOR"I'H 2O21 CONCRP'TE REHAB1LiTATION UNTT PRIC� STANDARD COIVSTRUCTION SPECiFICATION DOCUMEN'1'S COI�TSTKUC'I�ON CONTRACT Revised I+Fovember 22, 20I6 CITY PRO.TECT I�iO. 102884 017000-4 MOBILTZATiON A�TD REMOBTL�ZATION Page 4 of A 1 1.5 SUBMITTALS [NOT USED] 2 1.6 INFORMATIONAL �SUBMITTALS [NOT USED] 3 1.i CLOSEOUT SUBMITTALS [NOT USED] 4 1.8 MAINTENANCE MATERIAL SUBMYTTALS [NOT US�D] 5 1.9 QIIALITY ASSU�t.ANCE [NOT USED] 6 110 DELIV�RY, STORAGE, AND HANDLING �NOT USED] 7 1.11 FIELD [SITE] C�NDITIONS [NOT USED] 8 1.12 WARRANTY [NOT USED] 9 PART � - PRODUCTS [NOT USED] 10 PART 3- EXECUTX�N [NOT USED] ij1 12 13 END �F SECTION C1TY OF FORT WOI2TH 2O21 CONCRE'I`E REHtLBIC.I'I'ATION i3N1T PRICE STANDARD CONSTRT7CTION SP�CIF[CATIOIV DOCUMENTS COMSTRUCTTON CONTRACT Revised November 22, 2015 CITY PR07ECT 3V0. 102884 017123-1 CONSTRUC'T'ION STAKING AND SLIItVEY Page 1 of 8 2 3 PART1- GENERAL sECTiorr ox �� �3 CONSTRUCTrON STAKING AND SURVEY 4 Z.1 SUMMARY 5 A, Seciion Includes: 6 1, Requirements for co�struction staking and construction survey 7 B. Deviations from this City of Fort Worth Standard Speci�cation 8 1. None. 9 C. Relaied Specification Sections include, but are not necessarily 1'rmited to: 10 1. Division 0— Bidding Requirements, ConYraci Forms and Conditians oi the Cantract 11 2. Divisian 1— General Requi�z�ements 12 1.�, PRICE AND PAYMENT PROCEDL7RES 13 14 IS 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 3l 32 33 34 35 36 37 38 39 40 4I A. Measurement a�d Payrrient I. Construction Staking a. Measurement 1) Measurement for this Item shall be by lump sum. b. Payment i) "I'he wark performed and ihe materials furnished in accardance with this �i�xn shal] be paid for at the lump sum price bid for "Construction Staking". 2} Payment far "Construction Staking" shall be madc in partiai payments prorated by work completed compared to total work included in the lump sum item. c. The price bid shall incJ.ude, but not be limzted to the follonving: J.) Veri�cation of control data provided by City. 2) Placement, maintenance and replacement of required stakes and naarkings in the field. 3} Freparation and submittal of construction staking documentation in th� form of "cut sheets" using the City's standard template. 2. Construction Survey a. Measurement 1) This Item is cons�dered subsidiary to the various Items bid. b. Payment I} The work performed and the materials furnished in accordance with this Ttem are subsidiary ta the various Items bid and no other compensation will be allowed. 3. As-Built St�rvey a. Measurement 1) Measurement f�or this Item shaZl be by lump sum. b. Payment I} The work performed and the materials furnished in accordance with this Item shall be paid for ai the lump sum prica bid for "As-Built Suz�vey". C1TY OF FOR'I` WdI2TT� 202I CONCRE,TE ���TABILPI'ATION UNIT Pi2ICL4' STANDA,IZD CONSTRUCTION SPECI�CA`i'ION DOCUMENTS CONS'PkUCTIp1V CONTRACT Re�ised Febre�ary 14, 2018 CITY PROJECT NQ.102884 D17123-2 CONSTRUCTTOIV STAKIN[`i AND SURVEI' Pagc 2 of $ 1 2 3 � 5 6 7 8 9 2) Payment for "Construciion Staking" shall be znade in partial payments prarated by work coz�npleted compared to toial work included in the lump sum item. c. The price bid shall include, but not be limited to the following:: 1) Field measurez�nents and survey shots to identify location of completed facilities. 2) Documentation and submittal of as-built survey data onto contractor redIine plans and digital survey files. l0 1.3 REFERENCES 11 12 13 14 15 16 17 A. Definitions 1. 2. 3. 4. Constn�ctaon Su�t'vey - The survey zneasurements made pzior to or while constructzon is in progress to control elevation, horizontal position, dimensions and configuration of structureslimpzovernents included in i�e Project Drawings. As-buzli Survey —The measuzements made after the construction of the improvernent features are complete to provide positian coordinates for ihe features of a project. Construction Staking — The placement of stakes and markings io provide offsets and eievatians to cut and fill in order to locate on the ground the designed structures/improveznents included in the �'roject Drawings. Construction staking shail include staking easements andloz zight of way if indicated on the plans. Surve "Field Checks" — Measurements made after construction staking is completed and before constructaon work begins to ensuze that structures mar�ed on the ground are accurately located per Project Drawings. zs 19 20 21 22 23 24 25 26 27 28 29 30 3I 32 l. City of Fort Worth — Construction Staking Standards (availabJ.e on City's Buzzsaw website) — O1 71 23.16.Q1_ Attachment A�.Survey Staking Standards 2. City of Fort Worth - Standard Survey Data Collector Library (fxl) files (available on City's Buzzsavv website). 3. Texas Department of Transportaiion (T�DOT) Survey Manual, iatest revision 4. Texas Sociery of Professional Land Surveyors {TSPS), Manual of Fractice for Land 5urveyin� in the State of Texas, Category 5 33 34 1.4 ADMINISTRATXVE REQUIREMENTS 35 A. The Contractor's sefection o� a surveyor must coaaa�ly with Texas Govexnment 36 Code ��5� (quaiifications based selection) for this p�roject. 37 1.S SUBMITTALS 38 A. Submittals, if required, shaIl be in accordance with Sectian O1 33 00. 39 B. All subrnittals shall be received and reviewed by the City prioz- to delivery of work. 40 1.6 ACTION SLFBMITTALS/XNFORMATIONAL SUSMITTALS 41 A. r'ield Quality Control Submittals B. TecI�nacal References C1TY OI� FORT GVOI2TH 2O21 COIVCRETE REHABILITATIOIV UNl'I' PRICE STANAARD CONSTRUC I'IOIV SPECIFICATION T]OCUMENTS CONSTRIlCTION COIVTRACT Revised D'ebruary 1�, 2U18 CPCX PRO]ECT NQ.102884 017123-3 COI�ISTRUCTION S"1AKING AND Si7RVEY Fage 3 of 8 1 1. Documentation verifying accuracy of �ield engineezing work, including coordinate 2 convexsions if p3ans do not indicate grici ar ground coarcl�nates. 3 2. Submit "Cut-Sheets" conforming ta the standard template pz�ovided by the CiEy 4 (refer to OX 7J. 23.1C.� 1— Attachment A— Survey Staking Staz�dards). 5 l.i CLO�EOUT SUBMITTAL� 6 B. As-built Redline Dravving Submittal 7 8 9 l0 I1 12 13 14 15 1. Submit As-Built Survey Redline Drawings documenting the locations/el�vations of canstructed improvements signed and sealed by Registered ProfessionaI La�ad Surveyoz (RPLS} responsible for th� work {refer to 01 71 23.16.01 — Attachment A — Survey Staking Standards) . 2. Contractor shall submit the proposed as-built and cornpleted redline drawing submittal ane {1) week prior to schedul�ng the project �nal inspection for City review and coxrunent. Revisions, if necassary, shall be made to the as-built redline drawings and zesubmitted to the City prioz to scheduling the constz�uction final inspecnon. 16 �.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 17 1.9 QUALITY ASSTTRANCE 18 A. Construction Staking 19 1. Construction staking will be performed by the Contractor. 20 21 22 23 24 25 2b 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 2. Coordina�ion a. Cantact City's Project Representative at least one week rn advaz�ce notifying the City of vahen Construc�ion Staking is scheduled. b. It is the Contractar's xesponsibility ta coardznate staking such that construction activities are not delayed or negatively impacted. 3. General a. Cantractor is responsible for presezving and maintaining stakes. If City surveyors are required to re-stake for any reasan, the Contractor will be responsible for casts io perform stal�ing. If in the apinYon of che City, a sufficient number of stakes or markings have 6een lost, destroyed disturbed or omitted that the contractad Work cannot take p�ace Chen the Contractor will be required to stake or re-stake the deficient areas. B. Constructiox�. Sur�ey 1. Consiruction Survey will be perfarmed by the Contractar. 2. Coordination a. Cantractor to verify that horizontal and vertica] control data established in the design survey and required for consYruction survey is available and in place. 3. General a. Construction sr�rvey will be performed in ozder to construct the work shown on the Constcuctian Dzawings and specified in the Contract Documents. b. For construction methods other than open eut, the Contractor shall perfoz�x� const�ruction survey and verify control data inclirrling, but not limited to, Yhe followzng: 1) Verification that established benchmarks and control are accurate. CTTY OF FQRT WOTt'1H 2O27 CONCRLTE REHABILTI'ATiON UNFI' PRICE STANDARI7 CONSTRUC'fIOIV SPECIPICATION DOCUM�NTS COIVSTRUCTION CONTRACT �e�+[scd x'ehruary �4, 2015 CITY P�20JSCT NO. ] 02884 017123-a CQNS IT2UCTTON ST'AKING ANll SURVEY Page 4 of S 1 2) Use of Benchmarks to furnish and rnaintain all reference lines and grades 2 far tunneling. 3 3) Use of line and grades io establish the locatiox� of the pipe. 4 4) Submit to the City copies of field notesused to establish all lines and 5 grades, if requested, and allovs+ the City to check guidance system setup prior 6 to beginning each tunneiix�g drive. 7 5) Provide access %r the City, if requested, to verify the guidance system and g the line and grade of the carrier pipe. 9 6) The Contraciox remains fully responsible for the accuracy of the work and 10 correction of it, as required. 11 7) Monitor line and grade continuously during construction. 12 8) Record devia�ion with respect to design line and grade once at each pipe 13 joint and submit daily records Co tYze City. 14 9) If the installation does not meet the specified tolerances (as outlined 'zn 15 Sections 33 05 23 andlor 33 OS 24), immediately notify the City and correct 16 the installation in accordax�ce with the Contract Dacuments. 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 G As-Built Su�rvey 1. Required As-Built Survey will be perfarrned by the Contractor. 2. Coordination a. Contractor is to coordinate with City to con�rm which featuzes require as- built surveying. b. Tt is the Contractor's responsibility to coordinate the as-built survey and required measurements for items that are to be buried such that constr�zction activities az-e not delayed or negatively impacted. c. For sewer mains and watez mains 12" and und�z in diameter, it is accepiable to physically measure dapth and mark the location during the progzess of construction and take as-built survey after tl�e facility has been buried. The Contractor is respansible for the quality control needed to ensuxe accuracy. 3. Genezal a. The Contractor shaIl provide as-built survey including the elevation and location {and provide written documentation to the Czty) of construction features during the progress o� the construction incXuding the following: 1) Water Lines a) Top af pipe elevations and caordinates for waterlines at the following locations: {1} Minimum every 2501inear feet, including {2} Ho�r�zontal and vertical points af inflecEion, curvature, 3 8 etc. 39 (3} �'ire line tee 40 (4} Plugs, stub-outs, dead-end lines r�l {5} Casing pipe (each end) and all bu�ried fittings �Z 2) Sanitary Sewer 43 a) Top of pipe elevations and coordinates for force mains and siphon 44 sanitary sewer lines (non-g�avity facilities) at the �ollowing locations: 45 (1) Minimum every 25[} linear feet and any buried fiitings 46 (2) Horizontal and vert�cal points of inflectiox�, curvature, 47 48 ECG. 3) Starmwater — Not Applicable Cl'I'I' OF FQRT WORTH STANDART] CONSTREJCTION SPECJ�'ICATION DOCUMEN'i'S Revised Tebruary 14, 2018 2021 CONCRETE REHABll.1TATIOI�I UNi'i' PRiCE CO1V51'RUCTION CONTRACT C1TY PROJECT ]�I0.102884 01 71 23 - 5 CONSTRUCI'ION STAKIN('x F#N]] SZJRVEY Page 5 of S 1 2 3 4 5 b 7 8 9 10 I1 12 13 l4 15 16 17 18 19 20 21 22 23 24 25 b. The Contractor shall provide as-built survey including tlae ele�ation and location (and pro�ide written documentation to the City} of construction features after the construction is completed including the follawi�zg: 1) Manholes a) Rim and flowline etevations and coordinates for each manhole 2) Water Lines a) Caihodic protection test stations b} Sarr►pling stations c} Meter boxes/vaults (All sizes) d) Fire hycirants e) Valves {gate, butterfly, etc.) t� Air Release valv�s {Manhole rim and vent pipe} g} Blow off valves (Manhole rim and valve Zid) h) Fressure plane valves i) Underground Va�Its (1) Rirn and ilowline elevations and coordinates for each Undergraund Vault. 3) Sanitary Sewer a) Cleanouts (1) Rim and flowline elevations and coordinates for each b} Manholes and Junction Structures (1) Rim and flowline elevations and coordinates �or each manhoJ.e and junction structuz�e. 4) Staz-n�awater — Not Applicabl� 1.1.fl DELIVERY, STORAGE, AND HANDL�NG [NOT USED� 26 1.l �. FIELD [SITE] C4NDITIONS [NOT USED] 27 1.12 WARRANTY 28 FART 2 - PRODUCTS 29 A. A construction survey will produce, but wiIl not be limited to: 30 31 32 33 34 35 35 37 3$ 34 40 41 42 43 44 i. Recovexy of rele�ant cantrol points, points of curvature and points of intersection. 2. Esiablish temporary horizontal and vertical control ele�+ations (benchmarks} sufficientiy pez�xnanent and located i� a manner to be used tl�roughout constr�ction. 3. The location of pla�ned facilities, easements and improvements. a. Establishing final line and grade stakes foz piers, floors, grade beams, parking areas, utilities, streets, highways, tunneTs, and other construction. b. A record of revisions or corrections nated in an orderly manner for rEference. c. A drawing, when required by the client, indicating the horizontal and vertical location of facilities, e�sements and improeements, as built. 4. Cut sheets shall be pravided ta the City inspector and Survey Superintendent for all construction staking projects. These cut sheets shall be on the standard city template which can be obtained from the Survey Superintendent {817�392-7925). 5. Di�ital sur�ey files in tk�e t�ollowing formats shall be acceptable: a. AutoCAD (.d�rg} b. ESRI Shapefile (.shp) C1TY QF FORT WORTH 2O21 CpNCILETS REHABII.Pl'ATIpN UNT"1' PRICE STAI�DARD CONSTRUCTIOIV SPECIFICATION DQCUMEN`PS CONSTRUCT'TO1V CONTRACT 12e�ised I'ebruary 14, 2018 Cl'1"Y YR07ECT N0.102854 017123-6 CONS`f'T2UC'I70N STAKINGAIVD SURVEY Page 6 of S 1 c. CSV file (.csv), forxnatied with X anci Y coordinates in separate columns (use 2 standard templates, if available) 3 6. Survey files shall include vertical and hozizontal data tied to original project q contzol and benchmarks, and shall include feature descriptions 5 PART 3 - EXECIITXON 6 31 INSTALLERS 7 A. Toierances: 8 9 10 11 T2 I3 14 15 16 17 18 19 20 21 22 23 24 25 26 27 2$ 29 30 3I 32 33 34 35 3G 37 38 39 �0 4l 42 43 44 1. The staked location of any improvemenE or facility should be as accurate as pzactical and necessary. The degree of precision required is dependent on many factors all of which must remain judgmental. The tolerances listed hereafter are based on generalities and, under certain circumstax�ces, shall yield to specific requiremen.ts. The surveyor shall assess any situataon by review of Che overall plans and through consultation with responsible parties as ta the need for specific tolerances. a. Earthwark: Grades for earthwork or rough cut should not exceed 0.1 ft. vertical tolerance. Horizontal al�gnment for earthwoxk and rough cut should not exceed 1.0 ft. tolerance. b. Horizontal alignment on a structure shaIl be within .O. l�t tolerance. c. Paving ar concrete for streets, cwrbs, gutters, parking areas, drives, alleys and walkways shall be located withzn ihe confines of the site boundaries a�d, occasionally, along a boundary oz any ather restrictave line. Away froFn any restrictiv� line, these facilitics should be stalced with an accuracy producing no more than d.QSft. tolerance from their specified lacations. d. Underground and overhead utiliEies, such as sewers, gas, water, telephone and electric lines, shall be located harizontally vvithin their presc�ibed areas or easements. Within assigned areas, these uiilities should be staked with an accuracy producix�g no more than O. l ft tolerance fram a specified location. e. The accuracy zequired for the vertical location of utilities varies widely. Many underground utilities require only a minimum cover and a tolerance of 0. J ft. should be nzaintained. Llnderground and overhead uiilities an planned pro�Ie, but not depending on gravity flow for perfarmance, should not exceed 0.1 ft. tolerance. B. Surveying instruments shall be �Cept in close adjus�ment according to manufacturer's specifications oz in compliance to standards. The City reserves the rigk�i to request a calibration report at any time and recommends regular maintenance schedule be perfarmed by a certified technician every b months. 1. Field zneasurements of angles and distances shall be done in such fashion as to satasfy the closures and tolerances expzessed in Part 3.1.A. 2. Veztical locations shall be established from a pre-established benchmark and checked by closing to a different ber�ch mark on the sanae datum. 3. Canstruction suzvey field work shaIT correspond Co tlae client's plans. �ixegularities or conflicts found shall be reported promptiy to ihe City. 4. Revisions, co�ections and other pertinent data shall be logged for iutuze reference. C1TY OF FORT WOI2TH S'T'l�TDARD CONSTRUC'I�O1+I SPECTFICATION I]OCUMENTS Revised I'ebruary lA, 20I8 2021 CONCRETE REHA�3TC.TI'ATIQN UNIT PRICE CONSTRUCTTOIZ CONTRACT C1TY PRO]ECT NO.102884 0[7123-7 CONSTRUC`I'TON STAKING AND SU�2VEY Page 7 of S 1 3.� EXAMINATION [NOT USED] 2 3.3 PREPARATiON [NOT USED] 3 3.4 APPLICATYON 4 3.5 REPAIR / RCSTORATION 5 6 7 S 9 10 ]1 12 ]3 14 3.6 3.�D CLEANING [NOT USED] 3.11 CLOSEOLTT ACTIVITIES [NOT USFD] 312 PIZOTECTIQN [NOT USED] 313 MAINT�NANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] 15 3.� FIELD [oR] SITE QUALITY CQNTROL 16 A. It is the Contractor's responsibility to maintain all stakes and control data placed by the 17 City zn accordance with this Specification. This includes easements a�d right of way, if 18 noted on tk�e plans. 19 B. Do not change or relocate stakes or control data without approval from ti�e City. 20 3.8 �YSTEM STARTUP 21 A. Survey Checks 22 l. The City reserves tk�e right to perform a Survey Check at any time deemed 23 necessary. 24 2, Checks by City persann�l or 3� parry contracted surr�eyar are not intended to 25 reTieve the contractor of his/her responsibility foz� accuracy. 26 27 3.9 ADJUSTING [NOT USED] 28 29 30 3] 32 33 34 A. If the Contractor's wark damages or destroys one or more of the control monuznents/points set by the City, the monuments shaII be adequately re%renced for expedient restoration. 1. Notzfy City if any cantral data needs to be restozed or replaced dr�e to damage caus�d during constructioz� operations. a. Contrac�or shall perform replacements and/or restorations. b. The Ciry may require at any tizne a survey "Field Check" of any monuz�nent or benck�unarks that are set be verified by the City surveyors before f�rther associated work can move forwaxd. RE-INSTALLATION [NOT USED] END OF SECT�ON Revision Log C1TY QF FORT WpR`I'H 2O21 COI�ICRETE REHABiL1TATION UIViT PIZICE STANDARD CONSTRUCTION SPECIFICATTON DOCUMEI�fTS CONSTRUCTIpN CONTRACT Revised i�`ebr�ary 14, 2018 C1TY PR07ECT N0.102884 417123-8 CpAiS'IRUCTION 51'AKING AIYD SURVEY Page 8 of S DATE NAME SiJMMARY OF CHANGE 8/31/2012 D. dahnson Added instruction and modified measurement & payment under 1.2; added 8/31/2017 Nf. Owen definitions and references under 1.3; modi�red l.b; acEded 1.7 closeout subznittal requirements; modified I.9 Qualiiy Assurance; added PART 2— P120I7ITCTS ; Added 31 Installers; added 3.5 Repair/Restoration; and added 3.8 Sysfem Startup. Removed "bl�e texP'; revised ►neasurement and payment sections for Const�uction Statcang and As-Built 5urvey; added reference to selection compliance wit� TGC 2/I4/2018 M Owen 2254; revised aciion and C�oseout submittal requazements; added acceptable depth measurement criteria; revised list of items requiring as-built survey "during" and "after" construct�on; and revised acceptabEe digital survey �ile forxnat CITY OF POR'1' WORTH STANDARD COIVSTRUCT10Ai SPECIPICATION DOCUMEN'T'S Revised February 14, 2D78 202I CONCR E'1'E REHABILITATION TJNI'I' PRICE CONS'I'RL3CTION CONTRACT CTI"Y PRpJECT N0.102$84 � Se�ti�r� O1 �� 23.01 � Atta�hr�ent � SurVey Staking �tandards February 2017 C:�Users�1s�amT�AppData�Loca1�Temp�O! 71 23.16A1_Attachment A_Survey Staking Standards.docx Page 1 of 22 These proced�ares are intended to pro�ide a standard method for construction staking services associated with the City af Fart War�h projects. These are not ta be considered a!I inclusive, but only as a general guideline. For projects an TXDOT right-of-way or through joint TICDOT participatian, adherence to the TXDOT Survey Monua! shall be followed and if a disrrepancy arises, the TXDOT manual shall prevail. �htt : onlinemanuals.txdot. ov txdotmanuals ess ess. df) If you have a unique circumstance, �lease consult with the project manager, inspector, or sur�ey department at 817-392-7925. Table o� Conterofis I. City of Fort Worth Contact Information ll. Construct�on Calors ]I[. Standard Staking Supplies iV. 5urvey EquEpment, Control, and Datum Standards V. Water Staking VI. Sanitary Sewer Staking VI1. Storm Staking VI11. Curb and Gutter Staking IX. Cut Sheets X. As-built Survey C:�Users\IslamT�AppData�Loca1�Temp�0171 �3.16.01_Attachment A_5urvey Staking Standards.docx Page 2 of 22 � � Sur�e1� Department Contact Information Physical and mailing address: 885i Camp Bowie West Bouie�ard Suite 300 Fort Worth, Texas 76116 Office: (817] 392-7925 Sur�ey Superintendent, d�rect line: �817) 392-897� COF1Stl'GC�IUII CO�OI"5 The following colors shalf be used for staking or iclentifying features in the F�eld. This includes flagging, paint of laths/stakes, paint of huf�s, and any iclentification such as pin flags if necessary. U�ility PR�P05ED EXCAVATIDN ALL ELECTRIC AND CONDUITS POTABLE WAi'�R GAS OR OIL TEI�EPHON�/FfBER OPTIC SURVEY CONTROL POINTS, BENCHMARKS, PROPERTY CORNERS, RIGHT-OF-WAYS, AND ALL PAVI[VG INCLU�ING CURB, SIDEWALK, BUILDING CQRNERS . SANITARY SEWER IRRIGATION AND R�CLAiMED WA-f'�R � Standard Stakin� Supplies Color WHITE � YEI.l,UW ORAN�� r�i f� K .4'-i 5 � =1 °�' �} " C:�Users�1slamT�AppData�Loca1�Temp�017123.16.01_Attachment A_Survey Staking Standards.docx Page 3 of 22 Item Niinimum size IV. Suruey �quipmenf, Con�rol, and �a�um Standards A. City Benchmarks All city benchmarks can be found here: htt : fortworthtexas. ov itsolutians GIS Look for `Zoning Maps'. Under'Layers' , expand 'Basemap Layers', and check on 'Benchmarks'. B. Conventional or Rabotic 7otal Station Equipment l. A minimum of a 10 arc-second insfrument is required. 11. A copy of the latest calibration report may be requested by the City at any time. It is recommended that an instrument be cali6rated by certified technician at least �. occurrence e�ery 6 months. C. I�etwork/V.R.S. and static GPS �quipment I. It is critical that the surveyor verify the correct harizantal and vertical datum prEor cammencing work. A site calibration may be required and shalE consist af at least 4 control points spaced evenly apart and in varying quadrants. Additional field checks of the horizontal and vertical accuracies shafi be completed and the City may ask for a copy of the calibration report at any time. IL f�etwork GPS such as the Western Data Systems or SmartNet systems may be used for sta[cing of property/R.O.W, forced-main water lines, and rough-grade only. No GPS stakin far concrete sanita sewer storm drain final rade ar an thin that needs �erticai radin with a tolerance of 0.25' or less is a I lowed. p. Control Points Set I. All control points set shall be accompanied by a iath with the appropriate Northing, Easting, and EleWatEon (if applicable} of the point set. Controi poirmts can be set rebar, `X' in concrete, or any qther appropriate item with a stable base and of a semi-permanent nature. A rebar cap is optianal, but preferred if the cap is marked `control poinY or similar wording. I]atasheets ars required far all contral paints set. Datasheet shou[d include: A. Horizontal and Vertical Datum used, Example: N.A.D.83, kVort� Central Zone 4202, I�AVD 8S Ele�ations B. Grid or graund distance. — If ground, �rovide scale factor used and base point coordinate, Example: C.S.F.=0.9991Z5, Base point=l�orth: 0, East=O C. Ceoid model used, Example: GEO]D12A C:\Users�1slamT�Ap�Data�Loca1�Temp\01 71 23.I5.01 Attachment A_Survey Stafcing Stanciards.docx Page A of 22 E. preferred Grid Datum Although many plan sets can be in surface coordinates, �he City's preferred grid datum is listed below. Careful consideration must be taken to �erify what datum eaeh project is in prior to beginning work. ft is essential the sur�eyar be familiar with coordinate transformations and how a grid/surface/assumed coordir�ate system affect a project. Prolected Caordinate System: NAI]_198�_StatePlane_7'exas_North_Central_FIPS_4202_Fee# Projection: Lambert Conformal Conic Fa Ise_Easti ng: 1968500 A0000000 Fa f se��[a rt h i ng: 6� 6�.665, 66666667 Central Meridian: -98.50000000 Standard Paraliel 1: 32.13333333 Standard Paralfel 2: 33.96666657 Latitude_Of Origin: 3�.,66666667 Linear Unit: Foot US 6eographic Coordinate Sys�ern; GCS Narth_Ame�ican_1983 Datum: D North American 1983 Prime Meridian: Greenwich Angular Unit: �egree �Vote: Regardless ofi what dat�am each particular projeci is in, deli�erable� ta th� City rnust be converted]translated into this preferred grid dat�rn. 1 copy of the deliverable should be in t1�e project datum (whatever ft rr�ay be} and Z copy shqufd be in the NAD83, �x Narth Central 4202 zone. See Pre erred File Namin Convention belflw F. Preferred Deli�erable Forr�at .txt .cs� .dwg .job G, Prefetred Data FormaY R, N, E,Z,A,N Point Number, Northing, Easting, Ele�ation, Description, Notes {if applicable) H. Preferred File Naming Con�ention This is the preferred format: City Project Number Descript�on_Datum.cs� Exam le for a ro'ect that has surface coordinates which must be translated: File 1� C1234_As-built of Water on Main Street Grid NA�83 TXSP 4202.csv File 2: C1234_As-buiit of Water on Main 5treet_Praject Specific Datum.cs� C;�Users�lslamT�AppData�Local�Temp�01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 5 af 22 Exam le Con�rol Stakes � � � � � � � � � `- � � � r� _ w � m `� � � � � � � �' � �=- � � E— m � � �� � � � w � �� � EL.— 1Dfl.�Q' �:��_ �r: ��� w �` � � ` � � � � <� - �— � � � _... � r.i� � _ �� � .� c� i � .� � � � .. � w � � J � k-- CT] i� � � � U C7 �,,� ; ,�.� _ . __�....____._W,. . ._.. _._. . _ � '� CP �l �=���o.00 If �� __ _. � „ � _-^�Ja � �� �, f_ � w � � t� � � :z � r- � � — a � �� � � � � �- w €� » � p� W (� C� � � C:�Us�rs�1slamT�AppData�Loca1�Temp\017123.i6.0�._Attachment AWSurvey Staking Standards.docx Page 6 of 22 1l. �la�er S�akin� Siandards A. Centerline Staking — Straight Line Tangents I. Offset lath/stakes e�ery 200' on e�en stations II. Painted blue lath/stake only, no hub is required IIL Grade is to tap of pipe (T/Pj for 12" diameter pipes or smalEer IV. Grade to flow line �F/Lj for 16" and larger diameter pipes V. Grade should be 3.50' below the proposed top of curb line fnr 10" and smaller diameter pipes VI. Grade shauld be 4.00' belaw the proposed to� of curb line for 12" and larger diamete� pipes VII. Cut Sheets are required on all staking and a copy can f�e recei�ed from the sur�ey superintendent Optional: Acival stakes shall consist of a 6aD nai! ar hub set wrth a whisker B. Center�ine Stalting - Cur�es I. If arc iength is greater than 100', POC (Point of Cur�ature) offset stakes should be set at a 25' inter�al II. Same grading guidelines as abo�e III. Stakir�g of radiu5 paints of greater than 100' may be omitted C. Water Meter Boxes I. 7.0' perpendicular offset is preferred to the center o� the box 1L Center of the meter should be 3.0' behind the proposed face of curb III. Meter should be staked a minimum of 4.5' away from ti�e edge of a dri�eway EV. Grade is to tap of box and should be +D.�6' f�igher than the proposed top of curb unless shown otherwise on the plans D. Fire Hydrants I. Center of Hydrant should be 3.0' behind propqsed fac� of curb II. 5ur�ey offset stake should I�e 7.o' from the center and perpendicular to the curb line or water main ifl. Grade of hydrants shoulc! f�e +0.30 higher than the adjacent top of curb E. Water Values & Vaults L Offsets should be perpendicular to the proposed water main II. RIM grades should anfy be pro�ided if on plans C:�Users�IslamT�AppData�Loca1�7emp�0171 23.16.Oi_Attachment ArnSurvey Staking Standards.docx Page 7 of 22 Example Waier Sta[ces .--. � � � � � � � � � � w �,... a � ._. �' a/s � av�� .�-. � � � � � � � � � � L� � � v, � � c� � �o � ��,, � � �� �. � �� ca --� C3 � d � L"�',.. � O � � � �' a/s � wf� � �: �� �� � F� � �� � �, � c-�.�� �•���� -���`'�il ���� ��ra ���� � �� � � �o,� a.— yn�.is' m �- � � � � � � � ��y � '� f �.. � � � � � �J � 4 � � p i��i Ci O � �, � ,. �� �� �� � �� � � � #�� � sr�a= a+a�.s� � �-�.s� � 0 �� J J � �� U � � � U ��-. � � � � 0 O r- � � 0 � �.c� �� _ � � � � 1 �� ' �1 � � * � �� z'"� �£I' � � � � � � faia �,-_I�9.0 W.�.. � � �A � A Z 2 � � � w m � T _� �. � �� �; � �, �� � �� �� z� � Sl. �j �� �� z� � 1 � � :� � 1 � T� �'"' C�5 l�i! � �t7 .�s' « �O� {'-�� �{y � w �O� � ���� ���� ��� i1} � � � � c; Z C:\Users�lslamT�Ap�aData\Loca1�Temp�01 71 23.16.D1_Attachmer�t A_Survey 5taking Standards.docx Page 8 of 22 VI. Sanitar Sewer 5�akin A. Centerline Staking — Straight �ine Tangents I. In�erts shall be field �erified and compared against the plans before staking IL Painted green lath/stake WITI� hub and tack or mar�er dat, no flagging required EII. 1 offset stake between manholes if manholes are 400' or less apar� IV. Offset stakes should be located at e�en distances and perpendicular to the v. VI Vlf. VIII centerline Grades will be per plan and the date af the plans used should be noted If multiple f ines are at ane manhale, each line shall ha�e a cut/fill and direction noted Stakes at e�ery grade break Cut sheets are required ar� all staking Optional: Ac�up1 stakes sha11 consist of a 60D nail or hub set with cr whisker B. Centerline Staking — Curves I. If arc iength is greater than 104', POC (Point of Cur�aturej offset stakes should be set at a 25' inter�al II. 5taking of radius points of greater than �.00' may be ornitted C. Sanitary Sewer Manholes I. Z offset stakes per manhole for the purpose af pro�iding alignment to the contractor II. F[owline grade should be on the lath/stake for eaC� flowf ine and direction noted fll. RIM grade should only be on the stake when pra�ided in the plans C:\iJsers�lslaml"�AppData�Loca1�Temp�017123.16.01_Attachment A_Survey Staking 5tandards.docx Page 9 of 22 Example Sanitary Sewer S�akes � � �� � �� c� �G � � �µ�� � ��� � � ��� — c.� r: __ � W -- _--j� _ _V: � � �;� f 5 � SS _� �sra=�f�+m �w.m c ��_.II ��_�-����.!� £. Q� � � w��- �- � a �, r�i � C� � � � � � �.1.� � "�...A � � (� 1� � � � �`�.. � � � � .�. � LIF � �K� � � � �� M�� � `� � �y F � a `�i �� � r N � Vi -7� ��� Z��+�� �� '� �,. � . ..... , z � 1, ,� - . ._mm� _ ..-.�.._. . �.. . _......m�-,.,.�.. _- - r i2 Li 5 SS � STA 3*71 � _______ __ _ _ ., _ �- �T^ C� � � � _ - � � �m G-3°¢ � � � C 3'� � C-.ts;� � �}- � � � � /�t � f II— II L � ..._ ,�..._.. ___.. ......._.. VjUI" � S t f W �/'""h N W '� � � 1�r+ �.y�(��y�. � }�� ]G � �1 L7 � p} ta1 � Uf 'X Ftl S13 T �1" � � r�"i � �� � ir_ �� :��; : X <� � f11 Z w.,�.. IXI Aa � f- ... �� � � ..—�..�.�--�-���:-: -.,-m-�_ ° ,-_ ��. . ��� [� Q � 7' OfS � SS Il ��^.-f+e.._s '� ��� c-a'� ..� �8 t.�. >_.... �_____.._....__� ..... ..... ......-� ._ - • ��� � w ty o � f,� a � [ l 1 w�j �' Fi �� � �u �-- �' � �" � � ��� � �` �...."'..+'_'.�_.__ �.k.. '� � � � � *�.,r/ b.� � � a � Ve � � � w � w � ti F � a 0. +�'_5 �i �� I� �� �� k¢. y JQ. �di � �� �� ��� �Q � � �"' � �� � �� � �> �'� � F�y��;s � � a �� ��" � w � � � 4 � �' A,, � �� I��}^ C) (�ry� � Cj �� �� ,�i 'n��'. w �' � �� �� �� �� �� G� C�� � � � � � � F � �tl��E++..�� ws'�a*� �� �.�� ��� � _ ��� 4 �$� �i^r 1� � �� --��c:W'�.,-.-'� _�"�'=-'<. ,,,..�.._.._..._�. _........�_..,.__.. _ . _.-�..' �: � riz�o/s � ss �� srn o+oo � c--�� �� �.s� � c, n� � �z� � „_�� ..._._...���... ��.�.__ ��..�.����.~_ _... • � `^�-.. ; � �E.-� ��, ,�� ��� �� �� ~�� �f� �, ��"- �� �,x ��' "� z� � � �� , �� v�� m� �a xa � � � f �� �` �� �� �ow � m,� w ��0� :...' (•1 pr Isl F��� �� � 0�.�� � � ��� C:\Users�1slamT�AppRata\Local\Ternp\017]. z3.16.01TAttachment A_Survey Staking Standards.docx Page 3.0 of 22 VII. Storm Ser�er & Infet Stakin� A. Centerline 5iaking-Straight Line Tangents I. 1 offset stake every Z00' on e�en stations II. Grades are to fiowiine of pipe unless otherwise showr� on plans I�L Stakes at e�ery grade break IV. Cut sheets are required on all staking Optional; Acival stakes sha11 consist of a 60D nail or hub set with d whisker B. Centerline Staking - Curves L If arc fength is greater than 100', PQC {Point of Cur�aturej offset stakes sho�ld f�e set at a 25' inter�al II. 5taking of radius poinfis af greater than 100' may be amitted C. 5torm Drain Inlets I. 5taking distances should be measured from end of wing IL 5tandard 10' fnlet = 16.00' total iength III. Recessed 10' Inlet - 20.Q0' total ]er�gth fV. Standard dauble 1a' inlet = 26.67' totaf length V. Recessed double 10' inlet = 30.67' total length p. Storm �rain Manhofes I. 2 offset stakes per manhole for the purpose of pro�iding alignment to the contractar lf. F�owline grade should be on the lath/stake �or each flowline and direct�an noted III. RIM grade should only be on the stake when pro�ided in the plans C:�Users�[slamT�AppRata�Loca1�Temp�01 71 23.16,p1_Attachrrient A_Survey 5taking Standards.docx Page 11 of 22 ��ample 5torm In[e� Stakes ���� {50E FhdHG Ci.�.W.j �n�rr # � r I wua tz�anrn ➢, � � � —�L .,..,. F�I� � �l T (�IDE FAGIN� �� �.. . , ��:_ -j: _ ., . . . � _. ._ ._.-�. _.� --- - ,m _ .. ._�._._.�f--�-1.m��.:..._ ..._��'r ...t._.�W.�__..,`.�-�`......�-m�!_ � :N�er sr,�n�ir� � � (IF N4TEp ON PLkNS] .�-^� ECf7Jl7Fl�' GCiADE T}C . Tyy � � �RB �+ � O�; i�' �IGENi�FkES CRApE ' TU F�4NNE I� �� � � ���ii {3LE FAL7NG FI.{}.W-� ��r u � wue �ta�on � o� � �W_¢:� � - ip : c�n ��[i i rn � !I � � ! � � � � I � rn 16ENllFlE51l1iiCH �era� aF m� �rr�c 9Efh1G STAF�Ea � ! ` � : �_�f �� P c�l � ��° � I11S'TANCES FOR INLETS E � �� �_ ..�.____ t sr�r�o�.ea in' d is' RECE5SEq id�' - 2{]' STRNOARG 1}4UBL.E 50� � �fi�67 a.�__ , '�"�.�� RECES�D dOUBLE 1Q` � :.6_67 ' FElE6 5'r]fH TPx;�€ ' — — — "" — — — — — — --'.,"' — — — — — —.. _.... .Y — — — — — � .....,. �..� ��� � � 6�k�ft QF INLE'f F,� � -1,. :s: . . . � " � � ' • I}J .�••'. � f� -3:- �ri H ° �� n� � y�� : �� ❑ �� - AIANNOLE �� �,I R�►a +' � rl a '` I � �'' " .. � BACK GF 1�JF� __.. ..� — FI.SXl�L3�lE_ _... ...._ �EQGE OF FP+iE}+1ENT FR �N T {�ID� FACING �� �� � i� � ', �� C7 �m i � � �m i � � � I � � IdEMT]�fES 517�ICH QJD OF TFIE 413NG � � ' BEING S7pJ{Ed � . "- WiNG"-.':�i�'t ==: � � ::� 4: ..�, Ff��'E OF IfaLEi EqC� �JF PA44.1QdT . _'^ - i PACE Cf'VINLET ' Epi� 47F Pr14Ek1ENT _ f�RCK OF CURB�-- � � FLi1lWNE � Ei3GE 4F" a#VEME3IF C:�Users�1slamT�AppData�Laca1�Temp\Ol 7�. 23.16.01_Attachment A_Survey Staking Standards.docx Page 12 of 22 1/�1l. Curb and Gutter S�akin A. Centerfine Staking — Straight Line 7angents V. i offset stake e�ery SO' on e�en stations Vl. Grades ar� to top of cur� unless otherwise shown on plans VII. Stakes at e�ery grade break Vfll. Cut sheets are required pn all staking aptional: Actual stakes shall cpnsist of a 60D nail or hub set with a whisker B. Centerline Staking — Curves W� IV. If arc fength is greater than 100', POC (Point of Cur�aturej offsei s#akes should �e set at a 25' inter�al S�aking of radius points af greater than 100' may be omitted ��cample Curb 8� Gutter S�akes FR�NT FR�NT (51DE F,4CING %] �c:� .r (SIDE FACING �) � 0 i�= FR ON T IOENi1Fl6� S3kRT PC �SIC1E �A{.`ING �} PON7 F7F OJRVA77lftE �. . � ('-�='.Q ����T ioavn�€s sxo {soF F.ae�Nc � Qai��r ow� , ;� .. r c�r :o 4i �� C5 . it+�4 � (yJ��,,f i�: ! j � {iP� ] � filff \ " ui � EOEhiTIF1ES OFF3£T I-3 T4 !`� i�' �� � {s�q� FAc�NG R.o,41.) � a,aa: e�- auaa c�e �tc E�r%c; ;� Q� � fCft F�hCF 9F C�JR� � �1 �arar �u ��s ' � ; o � � :x,� � i i � '�' � � IIIE � � IE£HTIFlES Si?A6E IS � u. �F/��J -rt� s�P o� aur� ` __...;.m.__ 0 1 I I 1 �' �ill HUB EL�VAl19hi 1 i�, t�a cftsce or� �` �' o ' f i+A�9U5 P81NF5: � —=` �"..� � � � � � � � ,�rm � � ` �"�� � : �_ ���.� 1 d � �� : E . . �,, . t :e:, t d � - __.._.�. �__ �__ __ ___. �._m... 3 � _ �..�... :�_..�_, �,,f� � � i , �i�;s J 1 1 f i -- �� � f � f � j �_F=""�--,� '��' `,f / i' f t � ....._�- k`' {o _ � l' ` { � �q" l f I ! f _`�-y- - . . _�- � � l � � � �„ �� f � � . �r' �%�/ �{ —��-._ � T��P �+F CIJRB \ �i— '`��,r��r �1 _--�'=� �—�� �� A � _ ,,,� " �'�- r� '"1" y � "F � � J f. ��r - ��� � ��{lx , �'��� �� ����FZ'� �� ��""" � - .�f" �- - J.:..' `"" ,,� --' � �� �� � _,�= "`..` � f *� �� --�" �-� _y--'"� � ti� �-�c� e�� cu�� � �.�__i_..� —������'�����-. FLO s��Ll N � � EO�E C3� p.A1�Et�Ef�1T C:�Users\IslamT�AppData�Local�Temp��1 71 23.16.01_/-Ittachment A_Survey Staking Standards.docx Page 13 of 22 Exam Ie Curb �S Gu�ter Sta�Ces af In�ersecfiion � � �"`- 0 � � ���s � � � _�m� u y-� U - - � - - � k...,� lj.. ��I(3 i?�8 � 51'R-2�h50� F F+O� ._.. . . � � p � � �w-Fe �OG ffl � N o=. s —. .. Ou� . w "r�:� a � >i a � ��... � � � a � � 4,a_. _� .-.. �- U � � � .e 5 � j uz o-;. �._. _,. _ � � � �. � v 8,Y e � _ , � � � 2 u . � � � d a_ � a� � � �� .. � � P.,. .... . a} 4 � ....... �Q � t3 ijj � � � � m F- � d .[1L _ '�;5.�''a� -- �. w - .a�n�z � � �z � � u � � :,� �2� � �v � ��� n � _ ..w 'p ��� ; tiW�� � f � oYn ��.� �j\� 1 ta 2f o��N t3/ av� �r... � w � W �w �� p� ��:��.. �f ' 3 tl �� c>i ��iavks+3a aau .�xs i c� J �' � ��„ �.��� ��r� � `.���c, c7�0t�� Q�O � �a-� �� ean� �o Nave �, I �ar�visiu x�v� .as € e> ���;� I f � O��'�[d E. ,, ��s � . .. : z �Q � �i�ma \ n��� ��,j, , � ; � �. ,� �F � �.� ��" `a'n� `i��'. �'i` cY�w �c 1 oU�j � � ��I-�' '1 ,l� � } 1 - �-- — _ � w w �w� ¢ � �o� � � �� O � � ^.s. C1 � � m � � �� -�„� w 9t -.a �a�w .t�� : o�`� �- ul C:\Users�1slamT�AppData�Local�'femp�01 71 23.16.01_Attachment A_Survey Stalcing Standards.docx Page 14 of 22 IX. Cu� Sheets A. bate of field work B. Staking Method (GPS, totaf station) C. Project Name D. City Project Number (�xample: CQ1234j E. Lo�atian {Address, cross streets, GPS coordinate} F. Survey cornpany name G. Crew chief name H. A blank tempiate car� be obtained �rorn the survey supe�intendent �see iie�n I abave) Standard Cit Cut Shee� Date: ❑ TOTAL StaEtiRg Method; ❑ GF'S STATION L.00ATION: City Project Number: Project Name: ❑ OTHER C ONS�1 I.TANT/CO NTRACTO R SURVEY CREW INITIALS ALL GRADES ARE 70 FL(]WI INF (1R TC}R C)� CI IRR I Inll ece nYuro►an�r ��nYcn . ��,� �.... � ��... PT # STATiON ���SET p�SCRIPTlON �'ROP. STAKED -LT/+Fii GRADE EL,EV. - CUT �- �ILL C:�Users�1sfamT\AppData�Local\Temp�Q�, 7123.16.01_Attachment A_Sur�ey Staking Stanr�ards.dncx Page 15 of 22 X. As�buil� Surr�ev A, Definition and Purpose The p�rpose af an as-built sur�ey is to verify the asset was installed in the proper location and grade. Furthermore, the infarmation gathered will be used to supplement the City's GIS data and must be in the proper format when submitted. See section IV. As-built survey should "mclude the following (additional items may f�e requested): Manholes Top of pipe elevations every 250 feet Horizontal and vertical points of inflection, curvature, etc. (All Fittings) Ca�thodic pratectlon teststatians Sampling statians Meter boxes/vaults (AA sizesJ Fire lines Fire hydrants Gafe va�ves (rim and top of nutJ Plugs, stub-out's, dead-end lines Air Release valves (Manhole rim and vent pipej elow off valves (Manhole rim and valve lid) Pressure plane va�ves Cleaning wyes Clean outs Casing pipe (each endJ lnverts of pipes Turbo Meters C:\Users�lslamT�AppData�Loca1�Temp�O�. 71. 23.16.01_Attachment A_Survey Staking Standards.clocx �age 16 of 22 B. Example Defir►erable A hand written red �ine bythe field surveynr is acceptable in most cases. This should be a copy of the plans w�th the point number nated by each asset. If the asset is missing, Yhen the surveyar should write "NOT FOUND" to notify the City. � � I,II+��\ 1+.1�F`Y i I ` �' .{�. -���k:s' - � _ a, ,,-� ,'S�r _ .� � �'�-�1 I-�;;� �,1 � _� :,,�t_. .1�� .:1_ #.+ �. �� . ��z'_b: .����R��'� �.�:!��.t P �. � !�7 �5; �I � �iE � � �� �: �E�F� � i ��" v „#'a � _ r 'J_ .�'� � I � � _'. II"� 4.�,�..I; � ,� _� � � D� 5�� i ' Q UI � I h �i + � •�;� � , ��1`i � _ • I ''�i ¢._ �:�� , -> ti '. _,� -- � _ 5 L���`f+' ' � � f'4"r ' -, _ -`--- f� . y \~ ��f� ��I �, I��� ���I�' � �{���� �:- . �f �s��E r�7 �?�__ 'es� .��I '�-,:EPya�� �' l .��' ��f-� � �'. . •I:�',7�s ..I�II � ���_. p .. _ -'r� � ���- ''r'M1 _��' ' r��� '� � r' 'k� ��1#k��5} !�� �isl;lE��+ il4f;;;fi� ,. �� °��,k���l �� e� •!''s �i �� �� � r �`�� �� �� `�� aa � � � F� :�; � 3 �, �.�;i, ��;�� ':_a �.;+;=,?� l.:i.+ �fF``� �� -- lll� i� - �,�� � �� �?' i �;C;��.. �.1 ���a r� , , ��� �i�sl' .�,� .i� i . !;t,� _ S� +� : • m ��' I .,� a,� .� �; ; L�, �� �����:��� #: �i � ��::����l�'I�,��V .����..��• r.,,��� .�. .�: • .�..'I ii + 5F I', ,�"i� �5 i'I 'i�e+� :�j ��i� ' � `;� ';;i�;�� �.�= ='-- -- '�1� .�� �j ; \:. , �\_ .I' i �� � 5 '�' �,�7,i � ; �: ��.li�I I��`�y?� / — e� , .'f � � ��� ; � � j ��,�' +IIII�I f'+4���y� j�3s� I �,'I J' ��l ii`iS> .II 1' 'I 0 � @ �I� ;� � jy ,,I:I 4'��i � -ili�L _�� � � a rt��;�� --�'��a!�� �� }5 �y' ,:R��i��l ��?���� -.��� ��_i t.�i � . +r: �1� � � <{/ !1 � Y�i�� � � �i � � � �i x I �� � Fi -r F.��� —; , � _ � `i-'-----.�-...--�" — _? _ ' - "+- h'ti '-4 �N� I 1.717rJ ! _"'yi.,�LL�.. " "_T_... . , � �rai ""' �i � I�'1 ._:'.: -� � +��`T�� � . ;�*�M1 T _"'R; - �a �� .. __' I � . '���-. _ �.�_rl ��� " - �--- � �_ �—r���= �-::--- - =�,� -.F _ � I__� 1'f-" ' " ' - . �.: """'' ._ - i �' ' "'_' "'_ �..__ � �-=;.-- '+ .—._�..�1 �.,.�.--_.--� : �n� � :�*i;.:=-._i y�------ � �r- ��� - ��- .r_. =�-- _- . _.._ �i . � �If� � ' . { '—ri � , � . �- �I ���� - ��-KI" .�.. �"_if_—"__ __ _I-��yy���i _ ..+. .r'r�y�/yw/7 :—__:��= _�!�_.. .._ "' ' 1 f.�: - . L _ " "- . _ .t ----..i:i''i��; -�- �- r� � r �--:-...! F-==- �--=���; , �} �Y' _.� . ...__--- � , ..'_.- -����- � 3 ;� �j.... --_ . ��: - -'-F..'4' . : .�7--_-" .:-"',—' ___..�__ �f�� L .-- �-_�-: � _ --- . . __.� . ���� : - .- _ _ _.._... .�._ .__ � .._= I; ---:r.— _ _ �. ". � .-���- .,.. � � = I —�- �: :�_� _I -�'Y�_ � r�.�Uw�"a" _-��_-��,�� �' ��� --_-r.:�tr'�+=.- .�..+:� �� �T�,I - -�r�• ..Y�- �=----,�=-,- _ --1=��-nl _ I ---�rr�i5�;------�' .: " ,',� :: y.�.z •- - -"�w�:�.*r.�,�[7T, � � � . � �_r - ' �' �a���+1'+��'' .- 'J "� } F�'�' -!- ���Fi . 'l i— ti—" " _ r�+!'-- ' ,�+! � -L--�H;i��4i'C1_'_�� ._....3 �-- I. . . -. ,I - ' ���1��=- r -�1,, .. --� �--=- -- =i� --_-- -- � _-�_' _�— ''�''__��'' �=��_=r—� -JI _..L "�—J l'',� �-f C:�Users�1slamT\AppData�Loca1�Temp�01 71 23.1f,01_Attacf�rnent A_Survey Staking Standards.docx Page 17 nf 22 - Iz"{il.11r.G7�t1'FLYJ R!]J 57",t 03liC1 -12'WL tPlAlO IxW �-!2'WL tF11A'O A41 REiKA�£ t� SILV.V4� fXAT. li�`W.PER QATE VfdY£ d REl�C�R GYkXECi i0 f.i'157:8"I"dAffJ4 UG771Lr t-!2"SUVO 51EtYE STAtl�-/2'WL z er�rn a,zx a��x , � ��vsrras, ; PX3 ��I�� PLE'G�PE V:ifYE � *f�1 f1��5'Y:EF7]:B�JfU . N�Sfi'095B9f0 ��.! J' 1,t69�f/481.5l25 �., r.a�rrrnaa � o�ax�rvsnn cur rc �, �v rc:nrb �c -} � fv�MwM . 81.X 6 `� $ wr z �� ' �n Ke�:»ta> �er'ar�rn ,, � �"�xrmai � REN'H�' �Xri7. I�'1P�EJ1 � $` 'f¢ �� ~��\ � ��`; `��' / ^,� -- r . � 't�Q.#' • - ��� ' ' ��� � � � _. � � � �� ,, �����C ' � ���,��. �s / 4 � �' � � .,� �.� � � ' 3TA� � TBkr -� � s�:� EX15f. GAiE Ysls��' 107 A c:u or�o CKv.7 f.�&�o*Y�� Ch+'�Y+.hi [AC �U.' AmJffB.� SiI�.a1°i�i � 12'W'�, ii�li7%i� i7Pfl J/AVal.�p ^� ixsPiCl, ihsr%c�] r-rr�c�a st�i� �r�xw� o�n � � a� �w�a-�rr t��r� C0.WNEC7" TU txf5i:lY. iYfi1"ER �'22�3�bAJ #�74f11fi9�9 �225Ui0ls�.iS � ; ,���,�� �X4 � y �� �. �� �-.�x s� r� �� � f�Bi'wRTE Y.iCY�'�s' FflRE !fl'QR�JI`-�k-,. u� �wrl�riwr' t�+n l�IE'GA"E' V1.Ii+E h'�M)O.i01T7�I E� Id1' ! ' SFGC¢MR6i�fMkM! ii��. ii Y$W.�Yi'H R fS�1 PBAA �'�%��� »R• A2LVl�9 E� E7flG 7pd3'0 � � / ���,n � � �� ������ sfw�i/v�i : s�� st��� \\ C:�Users�1slamT�AppData\Loca1�Temp�D1 71 23.16.D1_Attachment A_Survey 5taking Standards.docx Page 18 of 22 ��.�155i���lll���� 7�{ g�� �`� �' ' ` , -_:' � � ���` � �� 4� ' _..'s;.�� .. 'i�:'1 -� � . �� � � + �s$ z`s � � i_'..1� }I � `�t � � �= y� < � _ I.. '1 a � . � { 4 � LL'Y �L -iIi'- �(����' � P J � a��f y3 I.�1F�+ I#��`' �� h�� i 4 i� ai I��{�;� I �'I �r �� q� ;�t3� ;I�I I I�i _i�. 4+ �� yF�+ I�41 es � -=;���- ' �li . �. Pr 4;�-;� � � � . .- �' 4_ . .•��i �! :35 !� ���K2_�13�.�':a � °;���� �,f ��1L�Lh uf8 � � �i j �, ;;;��� �� � , �.`.,� ��i _ � ���.' `'r � �� ;F�� F ��ti y I� �P�• `��! _a, � �Sa7� � r � E:Ci a ��i�+�r',41��� a _��;�;t���.l�:, :',��� � _ F '��Y]F��-r x5 �Ir ,+�_}�5#= �; ��* � r �� ;; � � �1� Ri " E� �� � 2 � `i � _ 3; -- ���� . .: ..'-- __— ..:..... -.,..:::,_:' ..._.-.: Y 3NR SS "dOHd fJ5�Q �'15 3N77 N�,(N1Y F�� {�R�' Y'Y � ..� .-- _ _ - -S ., .... ; ;� y;y1! �'11Y1�' '� C� _ . _ - - I�� ,`—�'r-,�j" �i "_"""I�_':; .. :I:'_"',y.__��,�r _�y.�:_.��,....._�T � , � - � s ! •` -- - L_I. ! � ' ' "- _-�.i .i,l�. -L�- � :Y �I�� ����a'� .I_I I' ` �._�� .�,TTa'� � t' ' 4. � � . �i"' _ i}�-. .-��� n �i ��' i,.��� � ��� t. �; :�i� ��,T���--:.' . �.;.���t .:-�� ,.' :.� ti _� � .�—L�� '�f ��I � 41� - �;� -�±�`'r� {.. ��`:. '�I : �-"'.�i: i_':�.1"�._.l�l,".�F' .. I T--�_—... �.- .�_��--�4 -,-«.� � -�.I ' ''I �1{ ,� ��• '4 _�:_-__'—_+ �.� l • _-. _ i .� 'I. I I�I J.._ _I'�I' . .: '_r.l_'� .I.:� -ii�_.'='I. i �� } �� I �F �, I "11..: ��__'-i. �� ''I I - �i I i �_) ���'' _ �'�1� f. � y� .._ {�'� ... _�-.. -I �� � � � . ~ 1 � � � � � =�� & .:I i.� i � .. ..�r�� L" -� � '!i; �--�I �� � � g . .� '� � . .::� ..: . .: :.� — I i5 � I { ` a �ES'$ ti �.}._ . . . " { �_ 5�Y m� - ' �..a h4 , � y i 8� { � l ' � �'�L� _ 'in-�m; .� ' � I'�, �� ?ss�-n'�€f�' �� T�° +a �7 ��.-� -��:r-. �� , � , � +, J � :_ , . �� :F �Tmi�'�bFxi_�-�. - .._��.'._ i i. s ���� I" ;G�. r I.�-:�� i .�-i ..S-�F.I}.ri- : i L�rF � .6 "' �"i":^ -.: ; ; .1' f'��{iS,�l�7'� . ,.I.'.' ' f•-- 4. � �� ����r�� . . - � � �IIIII I _... . =� �.f ' �{ i � �.I_ :� _.�..� �� �} � YY� �`4-_�� - ..lu_-� .".. .. I r �i ����I��J.; . I_I . $ I�� � �"-� ';, �.�-':.:�?�.=� '' _ ':� _1� .R,,f_}� _ �+'f' \;•.,� - _j.l�` �{'�� ��J.��i` .i��Vj.;;..a�.__ :- _'F�,Yf. �. u � I : I I . �` - '- - �• .� I I ~'.1Y �A .. . � I _ . . -� . .. . _ _ _ ' � ` _ _ _ Y. � ' .. °� f �s� � , I _ ; � .. r :� � ; .. 'i ..."', '''��,� . ;:, ''_" "' '� , , . : �'. I, � . � �r " � �j � i . �- i .+�iFI. .. ..�... �._ ' ;I. � � i 7f � � �.�.'" Ftii :I...: _ ��i . ._..... �s �� � � ..�� . .�-' '--�� �.ri � � .. pL':!.�-- �� �� , [t:t �, '� .:t� '� y��I_'.�-- � � . ' :�. ,] � ���.-'�/ �2 °�S � .i_..,.• , ' i' -' _..._ I;"� '���" ���� � { . "��I �� �� 14� I � L 6� �"J��. ___IH'' I"�I,. �.I. "�''._..�__...��'�_._rn ". �. �� �� I � �' 1 ' �� ��' --�;-�:�, ;:'; -i_: - -f ..- �� � � � , , . _ _ ,;I. . , y ._.._._._...._.,�._-_-___.,_. iL i, Y Yi _��.,y I I. __ "I�� 'I I I � Y� i I'� ��.�i� �: ii �a �a� �� 1 �' �I C)o � ;� .� � ' -ir-�:���:� .�'_ -�� .'i�' -.i.,:- :- ^ � o��, . i�'' j � � } � ��r'� �C � .,7�_ F .. 4r � �rrr� .� :'� � i - �,:: .�� ;'i; �s� _�� ) k ''� � L� .�: ' _.. _,.il. �_ -�"- .I ..:'i �IS �-� . .j � ��; F � f ��.i.'g� ..._��` � 'r�� �_:� _ �x` ��`�:�:���.i � . �., �E. � ; r,-�, y3 - �I ;I F--� '' ,:; ; ? ' ?�r . ... ;.� . i i " � � !"f ' �.`, '- ' - �- -'�'� I " I � ��L � I'.'I..'. ' --.... .� ... y�� ..... � " ti I '� -� 'r ' L �-� .aY f°.r�� �'� ° �� �I� 1�4k._m"'1,_""!T �'."':_'I�J'+e : i� .. .hf I ' Yy`� ' � 'ii: �. F""_' � '.-1� �ro � ' , � �' I d { .I1.. .I II .T.. _II _ I,` ��' _ _�I'' �' "°+� I � . ���'. i ' I ..' E � Y ° � ���� � - � -- �'li I �!'�V f _ ,�;�';;� ' ,-,�- ----�� ,� r�,.l- -.'-.'_ �-- -,R':' �.__..:. �� ` g%' �1�L_'_ +I. -'--� �;;� ._1,��_ -��'T'r�� r ��I f _� --- "I : :�:...; � i i +-....}. ' �� � , �3��� � G_...'ll .�' Ei ''_p u� _i����...1.'... � �II.� - � � 5I ? . I �� � � r�� ' �'� ._ _.�.- . � . I: ' ��� ��� ; I � I �f ' ' -'� i �f;�. � :i';' ,�'I . � � pr . ��1 . �'. , ...',' �}' �, � �� �k .�;�i� 1 . . � : ..:..p� „'' -�-�_— � `f� �''.... , �1�{~ r � I.�-- i'r-�9�S�Y,F �-- .-�1�-:t�:_r. _ -� �-��,i��_ ., _ '^ - . z � �� � ' .' '-- a � � .�a � .a ��$+ :������ � � :�,,r.�.�.:�__:_�r:. ` i - � .. �", � � JI i i: `� � .- .. �i.r�;r:� '..y �..--- ,� _.. :.._.'�_;. � . _. I I� I "�_ ,�� ;�� I �--- ' I M1 }' . °� ,�? ,�1 '11 � �+i"'j� �� .__ ' '__' ^� }f', '�'yl i �_: �J.__�._ a � � ��, �:: � � � ��.���,.,',=;!� .!�: ��j:.��;::: ��--�- �.:..._�1:�_-_ h �, � , �.�, ,.. � _� � �h ,���f � �'; : � �- , '. . s , . ��'--- ���:. _ � �� _�.x_°.:..�,; ��i��_�4�;�� r..�, .�i�5 ��i �'�\N'+. �, „ t� �',j' �,Ir .�F-�71.•1d ��[..:� ii _ _��� ����i _ � " '��w ,1�4_A'�� �rI ' �.�'IA r �} .� �� 1.�^�Y �i�M �_.. _,."i�' �'''f'�� ' .��� `� � � �` � '�� � � i �'-��—� `i_ i �.; F . i . k .. r.� r , '_� . '_ � � - �� i4k''�`d4�a f� +� � � '. .` ..�. ._.._....:._..i:l:ry -�i--;--:.-I�' --- . ��. J.h .�.-� F _.-�.:. �I��y��ti4!�y�-��� � �,x r�a��j�e 3��j} ' � � ` _,I1-__i_�..ii�� _ i—y`:..:�l�l��'._'�� �1�� --�� , L::'. -. ,5� f r l�r����� ,p.h`,,,+ir��+�;Y'';i `;� ,y' '� �� , ' `. � �-- - ...�. .---� - 'r�_,:�:_...k--�. Yi„_� 1: I �� � . . . . I.�F�_5� --�` . .;[1�� � ~ �� �� �, � _ r I. ��Y` �. � �'���' � ����N°� . �i.� �i - � �� r� - � ":� '`✓ %..'r- � C:�Users\IslamT'�AppData\Local�iemp�01 71 23.16.01_Attachment A_Sur�ey Staking Standards.docx Page 19 of 22 Ob�iously the .cs� or .txt file cannot be signed/sealed by a surveyor in the format requested.7his is just an exarriple and all this information should be noted when deli�ered to the City so it is clear ta what coordinate system the data is in. POINT N0. i 2 3 4 5 6 7 8 9 10 1� 12 33 14 15 16 17 18 19 zn 21 '12 23 24 zs z� 27 zs 29 30 31 32 �a 3A 35 36 37 38 39 AO A1 42 �3 A4 45 4b NOkTH€NG �aa�zs�.�.as 65A6260.893 6945307,339 6946220.582 6946195.23 69�s6190.528 694613&.01Z 69460fs2.167 6946003A56 6945984.677 S9h5986.473 b94S895.077 53AS896.593. 6945934.286 6945936.7�7 6945835.678 69458 ] 7.988 69�5759.775 6945i6&.563 C945743.318 5945723.219 5BA56$2.21 b3A5621.902 69A56*i3.407 69455i1A59 63A5S3'3.498 69�551.9.83h 6945417.879 694545&.557 69k53$7.356 6945330.688 69453$3.53 69A53�1.Z28 5945319.365 b945�42.789 5945233.624 5945206.A83 6345i42.0iS �945�13.4AS 69R5049.a2 6345041A24 6945038.878 69�}50(]639i 69A4944.782 69A99�43A32 694A8b0.41S EASTING �LEV. 2296079.165 2296052.1�11 729GU38.305 22�35033.025 2296015.116 2296022.i21 2295992.115 i295919.133 T295933.418 2295880.52 2295869.892 2295860.962 2295862.i88 az�ssa7.szs 2295830.44£ �Z95799.707 2295$27.t�J 7 2295358.G43 2295778.424 2295788392 229575A.394 2295744.22 2295669.471 2295736.D3 2295655.195 2295667.8D3 2255619.49 32355$0.27 2295543.145 2295597.1�1 22956QS.793 zzssdaa.ss9 2295551.1U5 �Z95539.728 2295570.715 2295544.626 2295529.305 i295553.666 2295520.335 22955Z7.345 2295552.675 2295552.147 3295528.135 229552�.635 229555&.479 2295534.397 DFSCRIPTfON 725.09 SSfYsH RIi�+1 r2s.6ss �v �i�r 726.85 GV RIM 723.358 SSMN RIM 7i2.12� GV R€M 722.325 �W 719.4R8 WiN iiltth 713.331 WiV RI� 713.652 CO RINI 711.662 55MH €iIM 710.4��i WM RiPvl 7Q7.92 WM RtM 708.205 WM RIM i09.�167 WM RIM i10.Q84 CO Ii3M � 707.774 SSMH R3M 708.392 SSMH R9M 711.21& SSMFi REM 710.085 GV RIM 71D.631 G� Rlivl 712.849 GV RIlVI 716.68G WM R1M 723.76 WM RIM 719.737 i0 RIM 727.514 SSMH RIM 329.123 WM RIM 'i32.S89 WM RIM 740.521 WM 3il[vl i36 a51 CO RIM 7A0.755 GV ItIM 740.576 GV HIM �ao.aas �H 745.34 WM R1M 746.777 GO RIM 798.454 WM RIM 749,59 SSfNH }ilNs 751.D58 WM RIM 7i0.$53 WM RIM 751.$71 WM RIM 752.257 55MH RIM ?51.75 WM RIM 757.&8 Whfl RIIVI 7S2.b1S WM RIM 752.803. WM RIM 752.156 WM itl3Vl 752.9&6 SSMH RtM � �rs% ✓�'"��%f��� t%��3��� "�Z��tt L �C� � 1�; f�' � � ��� %s:.�-�:�.� � � ; ! {' . � �`-% f; . 1.�. , # �� `�; � : iC_ 1.1 .<..�-��•'1�-#� :.�. �:�.�� �"€ � y�� �, y�t.��-� �` �� (._ f��Gti� �ratf�...�=, � � � i• ..1 �.l F1- �I.'t>, t�;�r� fPs,, F'_ •� „„;`„'„ (i��f..'t��{f..E�r� �-i; �� t_. tet�-^�. �#-�?' s_..- 1°�(a, e..✓F�� � i � , . ��„ r n.J �_t� (� . r' (. ,� a s r7.Y:._ � �.(i-�-�: � �� r �.�.� � { _. .�r �'� ��}.r7/i � � ��;�.�i� ��'i� b' �'.J'� �1��-;�'��:}i �r��� � ! ,n <;,�Ya, ,h� C:�Users�1slamT�Appdata�Loca1�Temp�01 7! 23.1b.01_Attachment A_5urvey Staking Standards.docx Page 21 of 22 C, Other preferred as-built deliverable Some vendors have indicated that it is easier to deliver this information in a different forma�. Befow is an example spreadsheet that is also acceptable and can be obtained by request fram the survey superintendent. C:\Users�1slamT�AppData��.ocal\Temp\017123.16.01_Attachment A Survey 5taking 5tandards.docx Page 22 af 22 U17A23-1 Ci,EANING Page l of 4 X 2 3 PART1- GENERAL 4 1.1 SUMMARY 5 6 7 8 9 10 11 12 13 ]4 S�CTION 0174 23 CLEANING A. Section Includ.es: 1. Intermediate and £inal cleaning far Work not including special cleaning of closed systems specified �lsewhere B. Deviations from this Czry of Fort Worth Standard Speci£ication 1. None. C. Related Spec'rfication Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms and Conclitions of the Contract 2. Division 1— Generai Requirements 3. Sectian 32 92 13 — Hydro-Mulching, Seed�ing and Sodding 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Measurernent anci Payznent I6 i. Work associated with this Item is cansidered subsidiary to ihe various Items bid. 17 No separate payment will be allowed for this Item. 18 1.3 REFERENCES [NOT USED] 19 1.4 ADMINISTRATIVE REQUIREMENTS Z� A. Scheduling 2I 1. Schedule cleaxAing operations so that dust and oCher contarr�inants disturbed by 22 c�eaning process wilJ. noC fall on newly painted suz-�aces. 23 2. ScheduIe final cleaning upon completion of Work and iznmediateIy prior to �nal 24 in spec�ion. 25 1.5 �UBMITTALS [NOT USED) 26 1.6 ACTION SUBMITTALS/INFORMATIONAL SiTBMITTALS �NOT USED] 27 1.7 CLOSEOUT SUBMITTALS [N�T USED] 28 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USEDJ 29 1.9 QLTALYTY ASSURANCE [NOT US�D] 30 1.10 STQRAGE, AND HANllLING 31 A. Storage and Handling Requirements 32 1. Store cleaning products and cleaning wastes in containers specifically designed for 33 those materials. CF�'X OF N'ORT WORTH 2O21 CONCRETE REHABILITATiON UNTl' YRICE STANDARD CONSTRUCTTpI�T SYN;CiE1CATIQN DdCiJMENT5 CONST12L7CTiON CQNTRAC'I' Rcvised July 1, 2011 CiTY PROTECT NO. 102884 017423-2 GLEANING Pagc 2 of 4 1 I.11 �'IELD [SITEI CONDITIONS [NOT II5ED] 2 112 WARRANTY [NOT USED] 3 PART 2 - PRODUCTS 9 �1 OWNER-FUltNXSHED [ox] OWNER-SUPPLY�DPRODUCTS [NOT US�D] 5 2.2 MATERIALS 6 A. CJ.eaning Agents 7 1. Compatible with surface being cleaned 8 2. New and uncontannz�ated 9 3. ror manufactured surfaces 10 a. Material recozinrriended by manufacturer I1 2.3 ACCESSORIES [NOT US�DJ 12 2.4 SOURCE QiTALITY CONTROL [NOT USED] 13 PART 3 - �XECUTION 14 3.1 INSTALLERS [NOT IISED] 15 3.� EXAMINATION [NOT LFSED] 16 3.3 PREPARATION [NOT USED] 17 3.4 APPLICATION [NOT USED] 18 3.5 REPAIR / RESTORATION [NOT USED] 19 3.6 RE-INSTALLAT�ON INOT IISED] 20 3.7 FIELD [ox] S�TE QUALITY CONTROL [NOT US�D] 21 3.8 SY�TEM STARTUP [NOT USED] 22 39 ADJIISTING [NOT USED] 23 24 25 26 27 28 29 30 31 32 31Q CLEANING A. General X. Prevent accumulation of wastes that creaie hazardous conditions. 2. Conduci cleaning and disposal opezations to comply wiCh laws and safety orders of governing authorities. 3. Do not dispose of volatile wastes such as mineral spirits, ozl or paint thinner in stozm vr sanitary drains or sewers. 4. Dispose af degradable debr�s at an approved solid waste disposal site. 5. Dispose of nondegradable debris at an approved solic� waste disposal site or in an alternate manner approved by City and regulatory agencies. CI'I'Y OF FORT WORTH 2O21 CONCRETE R�T�Al31I.TI'AT103Y UNTI' PRICE STANDARD C01�35T12iJCTION SYECIPiCATTON DOCUMENTS CONSTRiL7C"1'ION CONTRACT 12evised .f�ly 1, 2011 CiTY PROJECT NO. 1028$4 O7 74 23 - 3 CLEAI�iING Page 3 of 4 1 2 3 4 s 6 7 8 9 10 11 12 13 14 15 l6 I7 I8 19 20 2l. 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 4i 42 b. Handle materials in a controTled manner wi�h as few handlings as possibie. 7. Thoroughiy clean, sweep, wash and polisk� all Work and equipmenY associated with tl�is project. S. Remove all signs of temporary construction and activities incidental to construction of required permanent Work. 9. If project is not cleaned to tk�e satisfaction of the City, the City xeserves the rigl�t to have the clean'rng completed at the expense of the Contractox. l 0. Da not burn on-site. B. Intermediate Cleaning during Construction 1. Keep Work areas cIean so as not to hinder health, safety or convenience of persannel in existing facility operations. 2. At maxir�aum weekly intervals, dispose of waste materials, debris and rubbish. 3. Confine const�ruction debris daily in strategtcally located container(s): a. Cover to prevent blowing by wind b. Store debris away from construction or operatzonal activities c. Haul from site at a zx�inimum of once per week 4. Vacuum clean interiar areas when ready to receive finish painting. a. Continue vacuum cleaning on an as-needed basis, un�il PinaT Acceptance. S. Firior to starm events, thoroughly clean site of al] loose or unsecured iterns, which may becoz�ne airborne or transported by flowiz�g water during the storm. C. Interior Pinal Cleanzng l. Remove grease, mastic, adhesives, dust, dirt, stains, fingerprints, labels and other foreign materials from szgk�t-expo,sed surfaces. 2. Wipe all lighting fixture reflectors, Ienses, lamps and trims clean. 3. Wash and shine glazing and mizxors. 4. PaIish glossy surfaces to a clear shine. 5. Ventilatiz�g systems a. Clean permaneni filters and replace disposable filters if units were operated during cansi�-uction. b. Clean ducts, bIowers and coils if units were operated without f lters during canstruction. 6. R�place aIi burned o�xt lamps. 7. Broom clean process area floors. 8. Mop offic� and controI room floors. D. Exterior (Site or Right of Way) Final Cle�ning l. Remove trask� and debris containers from site. a. Re-seed areas disturbed by location of trash and debzis containers in accordance with Section 32 92 13. 2. Sweep roadway to remov� all rocks, pieces of asphalt, concrete or any other abject that may hinder ar disrupt the flow of traffic along the roadway. 3. Clean any interiar areas incTuding, but not limited to, vaults, manboles, structures, junction boxes and inlets. C1TY OF FORT WORTH 2O21 CONCRF,'I`E RE�iAB1LITATION UNTl' PRICE STANDARD CONSTRUCI'IOI�i SPECJFICA'I`TO1V DOCUMENTS CONSTRUCTION C�1VTI2AC"1 Revised 7uly 1, 20i 1 CITY PRpTf3C'I' 1V0. 1a2884 017423-A CLEANING Page 4 of 4 1 4. If no longer required for maintenance of erosion facilities, and upon approval by 2 Ciiy, remove erosion contzol from site. 3 5. Clean srgns, lights, sigx�als, etc. 4 31� CLQSEOUT ACTNITIES [NOT LTSED] 5 6 7 8 9 3.12 PROTECTION [NOT USED] 3.1.3 MAINTENANCE [NOT US�D] 3.1� ATTACHMENTS [NOT U�ED] END OF SECTION Revision Log DATE NAME SUMMARY OI' CI-IANGE 10 C1TY OF FORT WORTH 2O21 CONCT2ETE REHABILPPATION UNiT PTtICE STANDARD CONSTRUC'I'IQN SPECIFICATfON DOCUMENTS CONS"I'RUCTION CONTRACT Revised July l, 201 ] C1TY 1'ItOJECT NO. 102884 OI 77 19 - 1 CL05SOUT REQUIREMEN'I'S Pagc: I of 3 l 2 3 PART l. - GENERAL 4 11 SUMMARY 5 6 7 8 9 10 11 12 1.2 SECTION Ol. '�� 19 CLOSEOUT REQUIREMENTS A. Sec�ion Includes: l. The proceduze �or closing out a contract B. Deviatians from this City of Fort Worth Staz�dard Speci�catian 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Di�ision Q— Bidding Requirements, Cont�-act Forms and Conditions of the Contract 2. Division i-- General Requirements PRICE AND PAYMENT PROCEDURES 13 A. Measurez�r�enE and Payment 14 1. Wark associated with t�is Item is considered subsidiary to tk�c vario�s Items bid. I5 No separate payment wi]] be alla�ed fa�r this Item. 1 b 1.3 REFERENCES [NOT USED� 17 1..4 ADMINISTRATIVE REQUIREMENTS ]8 19 20 21 22 23 24 25 I.S 26 A. Guarantees, Bonds and Affidavits 1. Na application for final payment will be accepted until all gf.iarantees, bonds, ceziificates, licenses and affidavits required for Work or equipment as specified aze satisfactorily filed with the City. B. Release o� Liens or Claims 1. No applieat�on far final payment will be accepted until satisfactory evidence of release of liens has been submitted to the City. SUSMITTALS A. S�bmit all required documentation Co City's Project Repxesentative. CFI'Y OP FORT WORTH 2O21 CONCRETE REIIA131L1TATION UA11T PRICE STA]VDARI] CONSTIZUCTTON SPECIFICATION DDCUMEIVTS CONSTRUCTION CON'T'T2ACT Revised July 1, 2pl l C1TY PR07EC'I" NO. 102884 017719-2 CLOSEOUT REQUIREMENTS Page 2 of 3 1 1.6 INFORMATXONAL SUBMITTALS [NOT USED] 2 1.7 CLOSEOUT SUBMITTALS [NOT USED] 3 PART � - PRODIICTS [NOT USED] 4 PART 3 - EXECUTION S 3.1 IN�TALLERS INOT II5ED] 6 3.� EXAMXNATION [NOT USED] 7 8 3.3 PREPARATION [NOT USED] 3.4 CLO�EOITT PROCEDI7RE 9 A. Prior to requesting Fznal Tnspection, submiC: 10 1. Project Record Documents in accordance with Section Ol 78 39 11 2. Operation and Maintenance Data, if required, in accordance with Section 01 7$ 23 12 B. Prior to requesting Final Inspection, perfozm final cleaning in accordaxzce with Section 13 O1 74 23. ]4 C. Finallnspection 15 1. After imal cleaning, provide notice to the City Projcct 1Zepresentative that the Wozk 16 is completed. 17 a. The City will znake an initial Final Inspect�on with ihe Contractor present. i S b. Upon completion of this inspec�ion, the City will notify the Contracior, in 19 writing within 10 business days, of any particulars in which this inspection 20 reveals ihat the Work is defectiv� or incomplete. 21 2. Upon receiving written notice frozn the City, immediately und�rtake the Wor1c 22 requ�ized to remedy deficiencies and complete the Work to the satisfaction of the 23 City. 24 3. Upon completion of Work associated with the items lzsted in the City's writCen 25 notice, inform the Ciry, that the required Wo�k �as been completed. Upon receipt 26 of this notice, the City, in the presence of tt�e Contractor, will make a subsequent 27 �inal Inspec�ion of the project. 28 4. Provide all special accessories reyuired to place each item of equipment in full 29 operation. Thesa special accessory items include, but are not limited to: 30 a. Specified spare parts 31 b. Adequate oil and grease as xequired for the first lubricatzon of the eqnipment 32 c. Initaal fill up of all chemical tanks and fuel tanks 33 d. Light bulbs 34 e. Fuses 3S f. Va�lt keys 3� g. Handwheels 37 h. Other expendable items as required ior initial start-up and operation of all 38 equipment 39 D. Natice of Project Completion C1T'X OF FORT WORTH 2O21 CONCRF?"I'E REHABILTI'ATION UNIT P1tTCE STANDARD CONSTRUCTION SPECIPICATION DOCUMENTS CONSTRUCTION CONTRACP Rer+ised duly 1, 2011 CT7"Y PIZOJECT NO. 102884 1 2 3 4 S 6 7 8 9 10 11 12 13 l4 15 i6 17 18 19 20 2I 22 23 � 25 26 27 28 017719-3 CLOSEDUT REQi1IREMENTS Pagc 3 af 3 1. Qnce the City Project Representative finds the Work subsequent to rznal Inspection to be satisfac�ory, the Cify will issue a Notice oi Project Completion (Gree� Sheet). E. Supporting Docunr�entaiion 1. Coordinate with thE City Project Representative to coxxiplete the following additional forms: a. Final Payment Request b. Statement of Contract Time c. Affida�it of Payment and Release of Liens d. ConsenC of Surety to Final Payment e. 1'ipe Report (if required) f. Contractor's EvaIuation of City g. Performance Evaluatian of Contractor F. Letter of Final Acceptance 1. Upon review and acceptance of Notice of Project Cox�r�ple�ion and Supporting Documentation, in accaxdance with General Conditions, Cziy will issue Letter of Final Acceptance and release the Final Payment Request for payment. 3.5 REPAIR / RESTORATYON [NOT USED] 3.6 RE-INS tALLATION [N4T i7SED] 3.7 FIELD [ox] SI'I'E QUALITY C�NTROL [NOT USED] 3.8 SYSTEM �TARTUP [NOT USED] 3.9 ADIUSTYNG (NOT USED] 3.10 CLEANING �NOT U�ED] 3.11 CLOSEOUT ACT�VITIES [NOT USED] �.��. rxoTECT�oN [NOT usEn7 3,13 MAINTENANCE [N4T USED] 3.14 ATTACHM�NTS [N�T USED] END O�' SECTION Revisian Log DATE NAlV� SUMMARY O�' CHANGE 29 C1TY OF FpRT W012`i'H 2O21 CONCRE'I`E RE�TA13TLiTATION iTN1T PRICE 5'I'AN]]ARD CONSTRUCTION SPSCIFICATIOI�T DOCUMENTS CONSTRUCTION CON7RACT' Re�ised Iuly 1, 2D11 CITY PR07ECT �TO. 102884 017823-1 OPERATION AND MAINTENAIVCE DATA Page 1 of 5 1 2 3 PART1- GENERAL 4 1.1 SUMMARY SECTION Ol '�8 23 OPERATION AND MAINTENANCE DATA 5 A. Section Includes: 6 1. Product data and related infarmation appropriate for City's maintenance and 7 operation of products furnished under Contract 8 2. Such products may include, but are not limited Co: 9 a. Traffic Controllers 10 b. IrrigaCion Controllers (to be operated by the Czty) 11 c. Butterfly Valves 12 B. Deviations fro�n Ehis City of Fort Worth Siandard Specification l 3 1. None. 14 15 16 17 1.2 18 79 20 21 1�.3 C. Related Speci�cation Sections include, but are not necessarily limiCed to: 1. Division Q— Bidding Requizeznents, Contract Forms and Conditions of the Contract 2. Divisian 1— GeneraI Requiz�eznents PRICE AND PAYMENT PROCEDURES A. Measurement and Payzxzent I. Work associated wath this Item is considered subsidiary to the variaus Items bid. No separate payznent vs+ill be alIowed for this Ztem. REFERENCES [NOT U�ED� 22 1.4 ADMINISTRATIVE REQUIREMENTS 23 A. Schedule 24 1. Submit manuxIs in final fo�rrr► to the Ciry within 30 calendaz days of product 25 shipment to t�e project sita. 26 1.5 SUSMITTALS 27 A. Submittals shall be in accardance with Section O1 33 00 . All subrnittals shaIl be 28 approved by the City prior to delivery. 29 1.5 INFORMATIQNAL SUBMITTALS 30 31 32 33 34 35 36 37 A. Submittal Form 1. Prepare data in form of an instructional manual �or use by City personnel. 2. Format a. Size: 81/z inches x 11 inches b. Paper 1) 40 pound minimuna, white, for typed pages 2) Holes reinforced with plastic, cloth or metal c. Text: Manufacturer's printed data, or neatly typewriiten CIT'I' OF FORT WORTH 2O21 CONCRETE AEHABTT,1"fATION UN1T PRICE STANDARD COIdS`I'RUCTION SPECIFICATTON AOCUMENTS COIdSTRUCTION CONTRACT Revised December 20, 2012 CITY PROIECT' NO. 102884 017823-2 OYERATIUN AND �F#INTBNANCE DA'FA Page 2 of 5 1 2 3 4 5 6 7 8 9 10 11 12 13 14 IS 16 17 18 19 20 21 22 23 24 25 26 Z7 28 29 3� 31 32 33 34 35 36 37 38 39 40 �41 �2 43 44 45 46 47 4-8 d. Drawings 1) Provide r�ixiforced punched binder tab, bind in with text 2) Reduce �arger dzawings and foId to size of text pages. e. Provide fly-leaf for each separate product, or each piece af op�rating eguipment. 1) Provide typed description of produci, and major component parts of equipment. 2) Pravide indexed tabs. f. Cover 1) Iden�ify each volume with typed or printed �itle "Q�ERATING AND MAINTENANCE INSTRi7CTiONS". 2) List: a) Tit1e of 1'roject b) Identity of separate structure as applicable c) Identity of generaT subject matter covered in the manual 3. Binders a. Coznmercial quality 3-ring binders with durable and cleanable plastic covexs b. When znuliiple binders are used, correlate tk�e data into related consistent groupings. 4. If available, pro�d� an electronic form of the O&M Manual. B. ManuaI Cantent 1. Neatly typewritten table af contents for each volume, arranged in systemaiac order a. Contractor, na�ne of responsible pxincipal, address and telephane nuz�ber b. A list of each product required to be included, indexed to content of the �valume c. List, with each product: 1) The name, address and telephone number of the subconCractor or installer 2) A lisi af eack� product required ta be rncluded, indexed to content of the volume 3) Identify area af responsibility o� each 4} Local source of sr�p�ly for parts and replacement d. Identiiy each prodnct by product nam� and other identifying symbols as sei forth zn Contract Documents. 2. Product Data a. Include only those sk�eets which are pertinent to the speci�c pzodnct. b. Annotate each sheet to: 1) Clearly rdentify specific product or part installed 2) Clearly identify data applicable to instaliation 3) Delete references to inappiicable infarmation 3. Drawings a. SuppJ.ement product data with drawings as necessary to clearly illustrate: 1) Relations oi component parts of equipment and systems 2) Control and tlaw diagrams b. Coordinate dzawings with information in Project Recoxd Documents to assure carrect illustration of coxnpleted instalIation. c. Da not use Pro�ect Record Drawings as maintenance drawings. 4. Written text, as required to suppienaent product data for the particulaz znstallation: a. Organize in consistent format undez separate headings for different p�oced�res. b. �rovide lagical sequenc� of insteuc�ions of each procedure. CTTY OF FORT WpR`C� 2022 CONCRETE RLHASILITATIOId UNT'I' PRiCE STANDARL� CONSTRUCTION SPECIFICATIOI+I DpCUMEN'I'S CONSTRi,'CTION C4NTRACT Revised Decem6er 20, 2012 CiTY PROTF?CT I�IO. 102884 017823-3 OPERATION AND MA[1�TEIVANCE DATA Page 3 of 5 1 2 3 4 5 6 7 $ 4 10 11 12 I3 I4 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 4�1- 45 46 47 48 5. Copy of each wanranty, bond and service contract issued a. Provide anformation sheet for City persannel giving: I) Proper procedures in event of failure 2} Irzstances which rr�ght aff�ct validiry of warranties or bands C. Manual ior Materials and Finishes 1. 5ubmit 5 copies of complete manual ir� final form. 2. Conte�t, for architectural products, applied materials and �inishes: a. Manufacturer's data, giving full information on products 1) Catalog numbez, size, camposition 2) Color and te�ture designatior�s 3) Informatian required for reordering special manufactured products b. Instructions for care and maintenance 1) Manufacturer's recommendation �or types of cleaning agents and �nethods 2) Cautions a�ainst cleaning agents and methods which are detrimental to product 3) Recommended scI�edule for cleaning and maintenamce 3. Content, �or moisture protectio� and weather exposure products: a. Manufacturer's data, giving fuTl information on products 1) Applicable standards 2) Chemical composition 3) Details of installation b. Tnstructions for inspec�ion, maintenance and repair D. Maz�ual for Equipment and Systems 1. Submit 5 copies of complete manual zz� final form. 2. ContenC, for each unit of equipment and system, as appropriate: a. Description af unit and component parts 1) Function, normal operating characteristics and lazniting conditions 2) Perfarmance curves, e�gineering data and tests 3) Camplete nomenclature and commercial nuznber of replaceable pa�rts b. Operating procedu�res 1) Start-up, break-in, routine and normal opera�ing instructions 2) Regulation, control, stopping, sk�ut�do�vn and emergency instructions 3) 5ummer and winter operating instnictions 4) Special operating instructions c. Maintenance procedures I) Routine operations 2} Guide to "trouble shooting" 3} Disassembly, repair and reassembly 4) Alignment, adjusting and checking d. Servicing and lubrication schedule 1) List of lubrica�is requued e. Manufacturer's printed operating and maintenance instructions f. Description of sequence of operation by control manufacturer 1) Predicted life of parts subject io wear 2) Items recoznrnended to be stocked as spare parts g. As installed control diagrams by controls manufacturer h. Each coatractor`s coordinat�o� drawings 1) As installed color coded piping diagrams Cl7'Y OF FORT WORT�T 2021 CONCRETE REIiABILITATipN UNIT PRICE STANT7AAA CONSTRUCTION SPECiFICATION DOCUM�I�ITS CONSTRUCTiON CONTRACT Re�ised Decemher 20, 2012 CITY PROTEG'I' NO. 102884 oi�sz3-a pPERA'T'TON AND MAINT�NANCE AA`I'A Puge 4 of 5 1 2 3 4 5 6 7 8 9 10 11 ]2 13 ]4 i5 16 z� 18 19 20 21 22 23 24 25 26 27 2$ 29 3 4. i. Charts of vaJ_ve tag numbers, rxrith locaiion and fnnction of each valve j. List of originai z�r�anufacturer's spare parts, manufacturer's current prices, and recommended c�uantitzes to be maintained in storage k. Other data as required under pertinenE Sections of Specifications Content, for each electric and eiactronic system, as approprzate: a. Descriptian of system and component parts 1) Function, normal operating characteristics, and limiting conditions 2) Performance curves, engineering data and tests 3) Complete nomenclature and commezczal number of replaceable pa�rts b. Circuit directories af panelboards 1) Electrical service 2) Controls 3) Communications c. As installed color coded wiring diagrams d. Operating proced�res 1} Routine and normal operating instructions 2) Sequences required 3) Special operating instriYctions e. Maintenance procedures 1) Routine operations 2) Guide to "trauble shooting" 3) Disassembly, repaix and reassembly 4) Adjustrnent and checking f. Manufacturer's printed operating and maintenance instructions g. List of origznal manufacturer's spare parts, manufacturer's er�rrent prices, and recommended quantities to be maintained in storage h. Other data as requixed under pertinent Sections of Specifications Frepare and include addi�ional data when the need ior such data becomes apparent during instruc�ion of City's personnel. 30 1.7 CL�SEOUT SUSMITTALS [NOT USED] 31 1.8 MAYNTENANC� MATERIAL SUSMITTAL� [NOT USED� 32 1.9 QUALITY ASSURANCE 33 A. Provide operation and maintenance data by personnel witEi the following critenia: 34 1. Trained and experienced in maintenance and op�ration of described producis 35 2. SkiIled as technical wnitez to the extent required to coxnmunicate essential data 36 3. SkilIed as draftsman coz�ripetent to prepare requized drawings CTTY OF F4RT WORTH 2O21 CONCRETE R,ETTABiLITATION iTNIT PRICE STAAiDARD CONS'I'RC7CTIOId SPECIFICA'1'lON �DCiJNaL�IV'1'S CONSTRUCTION CONTRACT Revised Decucnher 20, 2072 CITY FROJECT NO. 102584 017823-5 QPERATION AND MAII�TEIVANC� DATA Page 5 of 5 1 1.1Q DELNERY, STORA.GE, AND HANDLING [NOT US�D] 2 11l FIELD [5ITE] CONDITIONS [NOT USED] 3 1..12 WARRANTY [NOT USED] 4 PART 2- FRODUCTS [NOT USED] 5 PART 3- EXECUTION [NOT USED] 6 �ND OF SECTION 7 Revision Lag DA'�'� NAME SUIVIIVIARY OF CHANGE 8/31/2012 D. Johnson 1.5.A1 — title of section removed C1TY OF FORT WORTH 2O21 CONCRETE REIU�i3TLTI'ATipN U3V1T YRICE STANDARD COI+iSTRLJC'I'iON SPECI[�ICATIOIV 170CUMENTS CONSTRUCTiO1V CON'1'I2ACT Revised Decem6er 20, 2012 CITY PR07ECi' NO. 1D2884 017839-1 1'ROJSCT RECORll DOCUMENTS Page 1 of 4 1 2 3 PART1- GENERAL 4 11 SUMMARY SECTXON OI '�8 39 PROJECT RECORD DOCUMENTS 5 A. Section Includes: 6 1. Woxk associated with the documenting the project and recording changes to project 7 documents, including: 8 a. Record Drawings 9 b. Water Meter Service Reports 10 c. San�tazy Sewer Service Reports 11 d. Large Water M�ter Reports 12 B. Deviations from this City of Fort Worth Standard Specificat�on 13 1. None. 14 C. Related Speci�cation Sections include, but are not necessarily limited to: 15 1. Division 0— Bidding Requirem��ts, Contract Farms and Condiiions of the Contract I6 2. Divisian 1— General Requirements 17 1.2 PR�CE AND PAYMENT PROCEDURE� 18 A. Measurement and Payxxaent 19 1. Work associated with tlais Item is considered subsidzary to the various Items bid. 20 No separate payment will be aliowed for this �tem. 21 1,3 REFERENCES [N�T USED] 22 23 2.4 ADMINISTRATIVE REQLTIREMENTS [NOT USED] 1.5 SUI3MITTALS 24 A. Prior to submit�ing a request for i'inal Inspection, deliver Froject R�cord Dacuxx�ents to 25 City's Project Representative. 26 1.6 ACTION SUBMITTALS/INFORMATIQNAL SUSMITTALS [NOT USED] 27 28 29 30 31 32 33 34 35 36 1.'� CLOSEOLTT SUBM�TTALS [NOT USED] l.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Accuracy o� Records 1. Thoroughly coordinaie changes withzz� E.he Record Documents, makzng adequate and proper entxies on each page of Specificataons and each sheet of Drawings and other pocuments where such entry is required to show the change properTy. 2. Accuracy af recozds shall be such that future search t�or items shown in the Contract Documents may rely xcasonably on information obtazned from the appror�ed Project Record Documents. CITY OF FORT WORTH 2O21 �d1+ICRETE RLT7ILBILITA'['iON UNTI' PRICS STANDARD COI�TSTRUCTIDN SP�CIFICATION DOCUMENT3 CO�TSTRUCTION CON"I'ItACT Re�vised July 1, 2011 C1TY PROTECT' NO. 102$84 017$39-2 YTt07EC'I' RECORll DOCUMENTS Page 2 of 4 1 3. To facilitate accuracy af records, make en�ries within 24 hours after receipt of 2 information t�aat the change has occurred. 3 4. Provide factual infarmat�on regarding all aspects of the Work, both concealed and � visible, to enable future modification of t�ae Work to proceed without l�ngthy and 5 expensive site measurement, investagation and examination. 6 1.I0 STORAGE AND HANDLr1VG 7 8 9 10 11 12 13 14 15 16 A. Storage and Handling Requirements 1. Mazntain the job set of Record Documents completely protected from deterioration and from loss and damag� until completion af the Work and transfer of al� recorded data to the final Project Record Documents. 2, rn the event oi loss o� recarded data, use means necessary to again secure the data ro the City`s approval. a. In such case, pzovide replacements to the standards originally required by the Contract Docunraents. 1.11 FIELD [SITE] CONDITIONS [N4T LTSED] 1.1� WARRANTY [NOT USED] 17 PART �, - PRODUCTS 18 2.1 OWNER-FURNISHED [oR� OWNER-SUPPLIED PAODUCTS [NOT USED] [L�� 20 21 22 �.2 RECORD DOCUMENTS A. Job set 1. Prom�tly following receipt of the Notice to Proceed, secure from the City, at no charge to the Contractor, 1 camplete set of all Documents comprising the Contract. 23 B. Final Record Documents 24 J. At a time nearing the completion of the Wark and prior to Final Inspection, provide 25 the City 1 compl�te set of aIl Final Record Dzawings in the Contract. 26 �.3 ACCE,SSORIES [NOT USED] 27 28 29 30 31 32 33 34 3S �.4 SOURCE QUALiTY CONTROL [NOT USEDJ PART 3 - EXECUTION 3.1 INSTALLERS INOT USEDJ 3.� EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 MAINTENANCE DOCLTM�NTS A. Maintenance of Job Set 1. I�nrr�edxateIy upon receipi of the�ob set, identify each of tl�e Documents with the title, "RECORD DOCiTMENTS - JOB ��T". C1TY OP FORT WORTH 2O21 CONCRETE REHABILITATIOIV UIY1T PTZTC� STANDARD CONSTRUCTION Sl'ECIF�CATIdN DOCUMENTS CONSTRUCTION COI+iTRACT Revised 7uly l, 2011 CTT'3C PROJECT NO. 102884 017839-3 P1t07ECT RF.CORD DOCI.TMEIV�'S Puge 3 of 4 I 2. �reservation 2 a. Considering the Contract cornpletion tinne, the probable number of occasions 3 upon which �e job set must be taken oui foz new entries and for examination, 4 and the conditions under which these activiti�s will be performed, de�ise a 5 suitable method foz protecting the job set. fi b. Do not use the job s�t for any purpose except entry of new data and for re�iew 7 by the Ciry, until start af traz�s%r of data to final Project Record Documents. S c. Mai�n.tain the job set at the site of woxk. 9 3. Coozdanation with Construction Survey 10 a. At a mizazznum, in accordance with the iz�texvals set forth in Section O1 71 23, I1 cleariy mark any deviations from Cont�-act Documents associated wit� 12 insYaIlation of the inirastructure. 13 14 15 16 17 18 19 za 4. Making eniries on Drawings a. Record any deviations from Cantract Documents. b. Use an erasable colored pencil {not ink or indelible pencil), clearly describe the change by graphic line and note as required. c. Date all entries. d. CaII attention to the entry by a"cloud" drawn around the area or areas affected. e. In the event of overlapping cha�ages, �se different colors for the overlapping changes. 21 5. Conversion of schematic Iayauts 22 a. In some cases on ihe Drawings, arrangements of conduits, circurts, pipin�, 23 ducts, and similar itazaas, are shown schematically and are not intended to 24 portray precise physical layout. 25 1) Final phy�ical ai�angement is determined by the Contractor, subject to the 26 City's a�proval. 27 2} However, design of future mod.ificaizons of the faciIiry may require 28 accurate infarmatian as to the final physical layout of items which are 29 shown only schematicalIy on the Drawings. 30 b. Show on the job set of Record Drawings, by dimer�szon accurate to within 1 31 inch, the centerline of each run of items. 32 1) Final physical arrangement is determined by the Contractax, subject to the 33 City's approval. 34 2) Show, by symboI or note, the vertical location of the Item ("under slab", "in 35 ceiTing plenum", "exposed", and the like). 36 3} Make all identification suf�ciently descriptive that it may be related 37 reIiably to the Specifications. 38 c. The Ciry may waive the requirements for conrrersioz� of schematic layouts 39 where, in the City's judgzr�ent, con�ersion serves n� usefu� purpose. However, 40 do not rely upon waivers bez�g issued except as specifically issued in writing 41 by the City. 42 B. �'inal Pzoj�ct Record Documents 43 1. Transfer of data ta Drawings 44 a. Carefully transfer change data shown on the job set of Record Drawings to the 45 carresponding final documents, coordinatzng the changes as required. 46 h. Clearly indicate at each affected detaii and other Dz�awing a full descrip�ion of 47 changes made during constr�ction, and the actual location oF items. CITY OR FORT W012TH 2O21 CONCRE'I`E Tt�T]ABILITATION UNIT PRICE S"I'ANIJATtD CONS1`RUCTION SPECIRICATIQIV TIOCLIMENTS C4NSTRiJCTION C�NTRACT Itevised 7uly l, 2011 C1TY PRpJEC'I' 1V0. 1a2S84 017839-4 PROJECT RSCORD llOCUMENTS Page 4 of 4 1 2 3 � 5 6 7 S 9 10 1� 12 l3 14 15 16 17 18 19 20 21 22 23 24 2S c. Call attention to each entry by drawing a"cloud" around the area or areas affected. d. Make changes neatly, consistently and with the pzoper media to assure longevity and clear reproduction. 2. Transfer of data ta o�her pocuments a. If the Docuz�ents, other than Drawings, have beer� kept clean during progress of the Wozk, and if entries thereon have been ozderly ta the approvaI of the Ciry, tfie job set of those Documents, other than Drawings, wili be accepted as final Record Documents. b. Tf any such Document is not so approved by the City, secure a new copy of that Dacument from the City at the City's usual charge for reproduction and handling, and carefuliy izansfer the change data to the new copy to the approval of the City. 3.5 REPAIR / R�STORATION [NOT LTSED] 3.6 RE-IN�TALLATION [NOT USED] 3.'� FIELD [ox] �SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED� 3.9 AD,�USTING [NOT USED] 3.10 CLEAIVING [NOT USED] 311 CLOSEOUT ACTIVITXES [NOT USED] 3.12 PROTECTION [NOT US�D] 3.13 MAINTENANCE [N�T USED] 3,14 ATTACHMENTS [NOT USED] END OF SECTXON Revision Log DATE NAME SUNfMARY O�' CHANGE 26 C1TY QR FORT WORTH 2O21 CONCKETE REHABTI,ITA'�'IOIV UN1T PRICE STANTJARD CONSTRUCTION SPECIFICA'xION DOCUMENTS CONSTRUCTION COIVTIZACT Revised luly 1, 2011 CITY PROJECT NO. 102884 321313-1 CDNCRE'I'� pA'V1NG Page 1 of 22 1 2 3 PART1- GEN�RAL 4 L1 Si]N1IVIARY 5 6 7 8 9 l0 ll 12 l3 14 I5 16 x� 18 19 20 z� 22 23 24 25 26 27 28 29 30 31 32 1.� 33 34 35 36 37 38 39 40 SECTION 32 13 13 CONCRETE FAVING A. Section includes: 1. Finished pavexaaent constructed of portland cement concrete including monolithically poured curb on th� prepared subgzad� or other base course. B. Devia�ions from this Ciiy oi Fort Worth Standard Specification I, I�OR TI f.ES �I���.I I��:"I' C'�.);�!(: �2.h:i'F� i'AVING .�`,Fi:'f JC}f� :i'x 1�.3 1 3 ff�lC'LLJL��� I�IN��II�:Cii:{7fVC:123.�:'I'[. (]F� ifV�)1VII�U�1.Li'l�:VFiI..C}��1f�Vt3 I'{11��F,]_ Wj']'II N1�]�lC}LI'TIIIC.�L1.Y f'(�KfI2I{I) ('L�I�H, �. �l � I� C�?i� f�1 _+� f� f-[C]LL• A.3�`U W.�' I'1='�!t V�1 I.1� E ki �)}C r1.��k,E US-f'[�11��i'�' ti k ��� I�.l. F� E? c:C��vtill �k.�.F�,l) �[�.i3�.L��1t�C�Y �Nc��rc_ �v�_� ti��,�'��E��1Tr� �AY. _�. ki{�('f�l��ll.l.lf�[; ��hli�� I�1N�_�iIIMCa C��tAk]��: ��4:1-I€�i�� �'L'��L� if�lCLUL�IN(� r•u��a�i���c� ��va� �}�_�c'IfVC_i i��' S��f�._�Il,�13,1., l�k= ['���'��_T��=R�L� �T_�B�If.)L,1k2`� 1�V(1kK. M1l� � ��',f'�1.€tr1TE �'AY', �_ ����r��, c�.r�,,��i�c7 ���� ��a���:�ir�c a�_x��r-r ��:�,�i_�r��i�� �tr� F'1_PT{NISEi.i,�`� �'�'V�i:� f�JS'1'r�J J:IhlC.� h�1 �1�-F�2i�L5 '��LAJ�I_ li�:s C'(.��lSff7f;REf.1 4���i��l�}IF��Y V4'I�RI�. 14�C1 �I:I'r'4}{��'�'F= i'�1Y, 5_ lJ1�c'1.����11�if{.f� r=�C�r�v1�TIOlv [11• r�i�:i.i��si�� 3�[�R [�C}��'R.ET� F�A1'l�M11c-z � rf� T(1 "7 l_�C_I�I �k{,�I_I. E3F, C'C��4����r�L�� s�.����iL��r��e�f, �vc a�r,��r���T� f���, (a, 1��iV[t1��1[�t� �:t.lf���i'1tl{��IVF S-�-RL=���TFi��t{ �•1li;E�� I�,:�€tl..Y,�T.RL=[�G'TFi 1���'S} C-I���SS �.C1�IC'C�f_; l'k', SEC.r�l.,11 k��'. 3,t1(�[� j'�I x��' "!� l�l{�[;���_ 7, f'��C'i-CF�C��'11T_i3O�F�Ftf.s��l1�1�,�'f-fk�.�CiTf�i��'!-k�.[1��,{=[�lfV[-'€:l:'I-I:B�:[!V� ]'I.AC'1=�f� {�i`�7i C'YLI���E�7� �I�() Eif•. I'f=„4'I'f'.:I� �1'i' � C1r1�-5 [iY (�1'�'Y I�° �11)R?[`I'IC7f�-['C}`�'�STAT'71)r1Y� �1�1}�2S fk+1Y�, C. Related Specification Sections 'rnclrzde, but a�r� not necessarily Iimited to: 1. Division 0- Bidding Requirements, Contract Fozxns, and Conditions af the Contract 2. Di�ision 1- General Requirements 3. Section 32 QI 29 - Concreie Paving Repair 4. Section 32 13 73 - Concrete Paving 7oint Sealants PRICE AND PAYMENT PROCEDURES A. Measurement 1. Measurement a. Measurement for this Item shall be by the sq�are yard of completed and accepted Concrete Pavement in its �inal position as measured from back of curb for va�ous: 1) Classes 2) Thiclrnesses 2. Payrnent CiTY DF FORT WORTH 2O21 CONCRETE REHABILTl'ATION UNiT PRICE STANDARD CONS"I'1tUCI'TO1V SPECIFICATION DOCUMENTS CONSTRUCTION CONTItAC'I` Revised Dccember 20, 2012 CI1"Y T'KOJECT NO. ]02884 32I313-2 CONCRETE PAVTNG Page 2 of 22 1 a. The work performed and materials fuzx�isk�ed in accordance wiCh this Item will 2 be paid foz at the unit price bid pez� square yard of Concrete Pavement. 3 3. The price bid shall include: 4 a. Shapir�g and fine grading the placement area 5 b. Fuzz�ishing and appIying all water rec�uired 6 c. �'urnishing, loading and unloading, storing, haufing and handling all concrete 7 ingredients including all freight and royalty involved 8 d. Mi�ng, pIacing, finishing and curing aIl concreie 9 e. Furnishing and installing all reinforcing st�ol 10 f. Furnishing all znaterials and placing longitudinal, warping, expansion, ax�d 1 l contraction joints, including all steel dowels, dowel caps and load transmission 12 units required, wire and devices fox placing, holding and supportin� the steel 13 bar, load transmission units, and joint �'iiler material in the proper position; for 1� coating steel bars where required by the Drawings 15 g. Sealzng jaints Tb h. Monoiithically poured curb 17 i. Cleatiup 18 j. MAKING MINOR ADrUSTMENT OF EXISTING MANHOLE AND 19 WATER VALVE BOX AD7USTMENT 20 lc. BACKFII.LING AND FINISHING GR11DE BEHTND CURB INCLUD]NG 21 FURNISHING AND PLACING OF TOP SOIL PER SECTION 32 91 I9 22 1. UNCLASSIFIED EXCAVATION (�F' NEEDED) FOR CONCRETE PAVING 23 UF TO 7 INCH 24 25 1.3 REFERENCES 26 A. Refezence Standards 27 28 29 30 31 32 33 34 3S 36 37 38 39 40 4i 42 43 44 45 46 47 48 l. Reference standards cited in this specification refez to the current reference standard published at the tizne af the latest revision date logged at the end of this specification, unless a date is specif cally cited. 2. ASTM Intemational {ASTM}: a. A615/A615M, Defar�ned and Plain Billet-Steel Bars for Conczete Reinforcement b. C31, Standard Practice for Making and Curing Conczete Test Specimens in the �'i eld c. C33, Concrete Agg�regates d. C39, Standard Test Method far Compressive Stzength of Cylindricai Conczete Specimens e. C42, Standard Test Method for Obtaining and Testing Drilled Cores azad Sawed Beams of Concreie f. C94/C94M, Standard 5pecifications �or Ready-Mixed Concrete g. C150, Portland Cement h. Ci56, Water Retention by Concz�ete Curing Materials i. C172, Standard Practice for Sampling Freshly M�xed Concrete j. C260, Air Entraining Admixtures for Concrete k. C309, Liquid Membrane-Forming Compounds %r Curing Concrete, Type 2 I. C494, Chemical Adznixtures for Concrete, Types "A", "D", "F" and "G" zn. C518, Coal Fly Ash and Raw or Calcined Natuzal Pozzolan for use as a Mineral Admixture in Concrete CITY OP FORT WOR'TI� 2D21 CONCRETE REHABILITATION TJNI'I' PRJCE S I'ANDARD CONS'CRUCTTON SPECIFICAl'I03+I DOCUMENTS CONSTKUCTTON COIV'1`IZAC'I' Revised December 20, 2012 CITY PROJECT NO. 1028$4 32f313-3 CONCRETE PAViNG Yage 3 of 22 1 2 3 4 5 6 7 8 9 10 11 12 n. C$81, Stazidard Specification for Epoxy-Resin-Base Bonding Systems for Concrete o. C1d64, Standard Test Method for Temperatr�re of Fz�es�ly Mixed Hydraulic- Cement Concrete p. C I602, Standard Specificataon %r Mixing Water Used in the Production af Hydraulic Cement Concrete. q. D69$, Laboratory Compaction C�aaracteris�ics of Soil Using Standarci Effort {12,400 ft-lbf/ft3) 3. AFnerican Concrete Ins�itute (ACI): a. ACI 305.1-�6 Specification for Hot Weat�er Concretang b. ACI 306.1-90, Standazd Specification for Cold Weather Concreting c. ACI318 ] 3 1.4 ADMINISTRATIV� REQLIIREMENTS [NOT US�D] 14 ] .S SUSMITTAL� [N�T USED] IS 1.6 ACTION SUBMITTALSIYN�'ORMATIONAL SUBMITTALS 16 A. Mix Design: submit for appraval. Sec Item 2.4.A. 17 l.i CLQSEOUT SUBMITTALS [NOT USED] 18 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT US�D] 14 I.9 QUALITY ASSURANCE [NOT LTSED� 2Q 1..10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 21 1.11 FIELD CONDITIONS 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 A. Weather Candi�ions 1. Pl�ce concrete when concrete temperature is between 40 and 100 degrees when measured in accordance with ASTM C1064 at poznt o�placement. 2. Hot Weather Concreting a. Take irnmediate cozz�ective action or cease paving wi�en t1�e ambient temperature exceeds 95 degrees. b. Concrete paving operations shall be approved by the City when the concrete teznperature exceeds lOQ degrees. See Standard 5pecification for Hot Weather Conczeting (ACI 305. ] -0b}. 3. Cold Weatlaer Concreting a. Do not place when ambient ternp in shade is below 40 degrees and faIIing. Concrete may be placed when ambient temp is above 35 degrees and rising or abo�e 4Q degrees. b. Concrete paving operations shall be approved by the Czty when ambient iemperature is below 40 degrees. See Standard Specification for Cold Weather Concreting (ACI 306.1-90). B. Time: Place concrete after sunrise and no latex ihan shall permit the finishing of the pavement in natuz�al light, or as directed by the City. CI'I'Y OF 120RT WpR'I'E� 2(YL1 C4NCI2ETS KEHAF3IL,ITATION UN1T PRICE STANDARI] CONSTRUCTION SPECIFICATION DOCUIvIEN'1"S CONSTRUCTION COI�iTRAC'I` Revised I7ecember 20, 2012 CTI'Y PROJECT NO. ] 02884 321313-4 CONCAETE PAVING Ya�e 4 of 22 I 1.1� WARR.ANTY [NOT USED] 2 PART 2 - PRODUCTS 3 2.1 OWNER-FURNISHED PRODUCTS [NOT USED] 4 2.2 MATERIALS 5 6 7 8 9 10 11 12 13 14 15 i6 17 T8 19 20 21 22 23 24 2S 26 27 28 29 A. Cemen�itious Matezial: ASTM C15Q. B. Aggregaies: ASTM C33. C. Water: ASTM C 1602. D. Admixtuzes: When admixtures are used, conform to the appropriate speci�cation: 1. Air-Ex�trazning AdrnixEures for Concrete: ASTM C26�. 2. Chemical Admixtures for Concrete: ASTM C494, Types "A", "D", "F" and "G." 3. Fly Ash a. Coal Fiy Ash and Raw or Calcined Natural Pozzolan for Use in Concrete: ASTM C6I8. b_ Fly ash may be substituted at one pound per paund of cement up to 25% of the specified cement content when such batch design is approved by the Engzn�ex. E. Steel Reinforcement: ASTM A61 S. F. Steel Wire Reiniorcexnent: Not used for concrete pavement. G. Dowels and Tie Baxs 1. Dawel and tie bars: ASTM A615. 2. Dowel Caps a. Provide dowel caps with enough range of xiriovement to allow complete closure of the expansion joinC. b. Caps for dowel bars shall be of the length shown on the Drawings and shall have an interna� diameiez sufficient to perrnit the cap to freely slip over the baz. c. In no case shall the internal diameter exceed t�e bar diameter by m.ore l/8 inch, and one end of tk�e cap shalI be rightly closed. 3. Epoxy for powel and Tie Bars: ASTM C881. a. See following table for approved producers of epoxzes and adhesi�es �re-Qualiffed Producers of Epoxies and Adhesives Product Name Producer Coneresive 1420 BASF HTE-50 Hi�ti T 308 -� Powers Fasteners P E TODOf Powers �'asteners C-6 Ramset-Redhead Epcon G- S Ramset-Redhead Pro-Poxy-300 Fast Tube Unitex CPTY OF FORT UVORTI� ZD2i CONCRETE REHABILTI'ATION UNIT PRICE STANllAR.D CONS'IRUCTION SPECIFICATION DOCUMENTS CONSTRUCTION CON'1'RACT Revised December 20, 2012 C�'X PROJSCT NO. ] 02884 32 13 13 - 5 CONCRFTP. PAVING Page 5 af 22 1 2 3 4 S 6 7 S 9 10 ll rt2 I3 I4 15 16 17 l8 19 20 21 22 23 2� 25 26 27 28 29 30 31 32 33 34 35 36 Shep-Poxy TxIII CMC Canstruct�an Services UItrabond 1300 Tubes Adhesives Technology Ultra�one 2300 N.S. A-22--2300 Adhesives Technolagy Slow Set Dynapoxy EP-430 Pecora Corp. �DOT Simpson Strong Tie �T22 Simpson Strong Tie SET 22 Simpsan Strong Tie SpecPoxy 3000F5 SpecChem b. Epoxy Use, Storag� and Handling i) Package components in airtight containers and protect frox�z light and moisture. 2) �nclude detailed instructions for the application of the material and all sa�ety inFormation and warnings regarding contact with the companents. 3} Epo�y Iabel z�quirements a) Resin ar hardenex components b) Brand name c) Name of manufacturer d} Lot or batch number e) Temperature range for storage �) Date o� manufacture g) Expiration date h) Quantity contained 4) Store epoxy and adE�esive camponents at tez�r�peratures recommended by the manufacturer. 5) Do nat use damaged or previously opened containers and any material that shows evidence of crystallization, lumps sktnnin�, exizez�ae thicker�ing, or settling of piginents that cannot be readily dispersed with narmal agitataon. 6) Follow sound environmental practices when disposing of epoxy and adhesive wastes. 7) Dispose of alI empty containers sepaxately. 8) Dispose of epoxy by completely emptyz�g and mixing the epoxy before disposaI H. Reinforcement Bar Chairs 1 � 3 Reinforcement bar chaYrs or supports sfiall be of adequate strengtl� to suppart the reinforcement bars and shall not bend or break under the weight of the rein%rcement bars or Contractor's personnel walking on the reinfarcir�g bars. Bar chairs may be made af m�tal (free of rust), precast mortar or concrete blocks or plastic. For appro�val of plastic chairs, representatzve sampfes of the plastic shaIl show no visible indications of deterioraTion after immersian in a 5-percent soiution of sodium hydraxide for 120-hours. 4. Bar chairs may be rejected for failure to meet �ny of the zequixements of this specification. Cl'I'iC QP POTt�"VIORTH 2O21 CONCRETE REHABII,II'ATTOI�T T]Nl`P PR10E STANDARD CQNSTRUCTION SPECIPICAl'101+! DOCUMENTS CONST`RUC7'ION CONTRACT Reeised Deceinbex 20, 2012 CTPY PR07ECI' NO. 102884 321313-6 CONCRETE PAVING Page 6 of 22 1 2 3 4 5 6 7 S 9 10 ll I2 13 14 15 16 17 18 19 20 21 22 23 2� 25 z6 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 T, roint Filler 1. JQint filler is the material pIaced in cancrete pavement and concrete structures to allow for the expansion and contraction of the concrete. 2. Wood Boards: Us�d as joint �ller for concrete paving. a. Boards for expansion jornt filler shaIl be of the required size, shape and type indicated on the Drawings or required in the specifications. 1) Boards shall be of selected stock of redwood or cypress. The boards shall be sound heartwaod and shaIl be free from sapwood, knots, cIustered birdseyes, checks and splits. 2} Joint filler, boards, shall be sznoot�a, flat and straight throughout, and shall be sufficientIy rigid to pernut ease o� installation. 3) Boards shall be furriished in lengths equal to the width between Iongitudinal joints, and may be furnished in strips or scored sheet of tk�e req�ired shape. 3. Dimensions. The thic�ness of the expansion joint filler shail be shown on the Drawings; the width shall be not less than that shown on the Drawi�ngs, praviding for the top seaJ. space. 4. Rejection. Expax�sion joint filler may be rejected far failure to z�r�.�ei any of the requirements of this specificat�on. J. 7oint Sealants. Provide Joint Sealants in accordance wztla Section 32 13 73. K. Curing Matez�ials 1. Maznbrane-Forming Compounds. a. Confarm ta the requirements oi ASTM C309, Type 2, white pigmented compound and be of sucla nature that it shall not produce permanent discoloration of cancrete surfaces nor react deleterionsly with the concrete. b. The compound shall produce a firm, continuo�s uniform moisture-impermeable film iree from pinhales and shall adhere satisfactorily to the surfaces of damp concreCe. c. It shall, whe� applied to the damp concrete surface at the specified rate of coverage, dry to touch in 1 hour and dry thxough in nat more than 4 hours under nozmal conditions suitable for concreie operations. d. It shall adhere in a tenacious film without running off or appreciably sagg�z�g. e. Tt shall not disintegrate, check, peel or crack during the required curing peziod. f. The compound shall not peel or pick up under traffic and shall disappear from the surface of tk�e concrete by gradual disintegration. g. The compound sha11 be delivered to the job site in the manufacturer's ariginal containers only, which shall be clearly labeled with the manufacturer's name, the trade name o� ihe maierial and a batch number or symbol with whic� test samples may be correlated. h. When tested in accordance with ASTM Cl 56 Water Retention by Concrete Curing Materials, the liquid membrane-fozming compound shall restrict the loss af vvater present in the test speciznen at the tirne of application of the curing cornpound to not more Chan QO1-oz.�per-2 inches of surface. 44 �.3 ACCESSORiES [NOT USEDJ 45 2.4 SOURCE Qi7ALXTY CONTROL 46 A. Mix Design C1TY OP FORT WORTH 2O21 CONCIZETE REHABILTI'ATION UNIT PRICE S`I'A�TDARD CONSTRUCTION SPECIFICAT'IO�i DpCUMENTS CONSTRUCTION CpNTRACT Revised Decembez' 20, 2U12 CTI'Y PROJEC'I' NO. ]02884 32 13 13 - 7 CQNCRF.'�'E PAVII�TG Yage 7 of 22 I 1. Concrete Mix Design and Control 2 a. At least 10 calendar days prior ta the start of concrete pavzng apera�ions, the 3 Contractar s�all submit a design of the concrete mix it proposes to use and a 4 full description nf ihe source of supply of each rnaterial camponent. 5 b. The design of the concrete zni� shali produce a quality concrete compiying with b these specifications and sk�all ixaclude the following inforn�ation: 7 1) Design Requirements and Design Su�x�inary 8 2) Material source 9 3) Dry weight of cement/cubic yard and ty�e 10 4) Dry wezght of tIy ashlcubic yard and type, if used ] l 5) Saturat�d surFace dry weight of fine and coarse aggregates/cubic yard 12 6) Design watex/cubic yard 13 7) QuantiYies, type, and name of acinuxtures with manufacturer's data sheets i� 8} Current strengtk� Eests or strength tests in accordance with ACI 31$ 15 9} Current Sieve Analysis and -200 Decantation of fine and coarse aggregates 1.6 and date of tests 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 10) Fineness modulus of fine aggregaie 11) Specific Gravity and Absorption Values of fine and coarse aggegates 12) L.A. Abrasion of coarse aggregates c. Once �nix design apprc�ve� by City, maintain intent of mzx design and maxi�x�um water ta cement ratio. d. Na concrete may be placed on the jab site until the mix design has been approved by the Ciiy. 2. Quality of Concrete a. Consistency 1} In general, the consistency of concrete mixtures sk�all be sucI� that: a) Moxtar shall cling to the coarse aggregate b) Aggregate shall not segregate in concrete �when it is tz�ansporCed to the place of deposit c) Concrete, when dropped directly from the discharge chute of the mixer, shall flatten out at the centex of tk�e pile, but the edges of the pile shall stand and not flow d) Concrete and mortar shall show no free wat�x when removed from the rr�xer e) Conczete shall slide and not flow into place when transported in metal chutes at an angle of 30 degrees with the horizontal � Surfdce of the finished cancrete shall be free from a sr�rface film or laitance 2) When field condit�or�s are such that additional moisture is needed for the final concrete surface finishing aperaiion, the required water shail be applied to the surface by hand sprayer oniy and be held to a minimum amount. 43 3) The concrete sha31 be workable, cohesive, possess satisfactory finishing 44 qualitaes and be of the stiffest consistency that can be placed and vibrated 45 in�to a hamogeneous mass. 46 �} Excessi�ve bleeding shall be avoided. C�'S' OP Pd1ZT WORTH 2O21 CO�fCRE'I'E REHABILI'I'ATION U1V1T PRICE STANDARD CONSTRUCTION SPECIFICATIQN DOCiJNaEN'T'S CONS'I`RUCTIp�T CON'�']2AC1' Reviseci December 20, 2032 CITX PItO.TECT 1V0. 102884 321313-8 CONCRETE PAVllVG Page 8 of 22 6 7 9 10 11 12 13 14 15 xb 17 1$ 19 20 21 � 5} If the strength or consistency z�equzzed for the class of concrete being produced is not secuzed wath ihe minimum cement specified or without exceeding the znaximum water/cement ratro, the Contractor may use, or the City may require, an approved cement dispersing agent (water reducer); or the Contz-actar sh�.11 furnish additionai aggregates, or aggregates with differeni chazacieristics, ar the Contractor may use ac�ditional cement in order to pzoduce the required results. 6) The additional cement may be permitted as a t�zx�porazy measure, until aggregates are changed and designs checked with ihe different aggregates or cement dispersing agent. 7) The Contractor is solely responsible for the quality of ehe cancrete produced. 8) The City reserves the rzgk�t to independently verify the quality of the concrete through inspection o� tt�e batch plant, testing of the various materials used in E�ae concrete and by casting and testing concrete cyLinders or bearns on the cancrete actually incorporated in the pavement. Standard Class 1) Unless otherwise shovvn on the Drawings or detailed speciiications, ihe standard class for conerete paving for streets and alleys is sk�own in the fo�lowi�g table: C1I'Y OF FORT WORTH 2O21 CONCRE'1'E REHABILITATION IINFP PRICE STANAARD CONSTRUCTIDN SPECiFICATION I70CUMENTS COIVST1tC1CTION COIVTRACT Ke�ised Decem6er 20, 2012 CFPY P120JEG"[' NO. 102884 321313-9 CpNCRF.'I'E PAVTt`TG Yage 9 of 22 1 Standard Classes of Pavement Concrete 2 3 4 5 6 7 $ 9 10 11 ]2 ]3 14 15 16 CIass of Minimum 28 Day Min. Maximum Course Concretei Ceznentitious, Compressive, Water/ Aggre�ate Lb.ICY Stzength2 Cementitious, MaYimum psi Ra�io Size inch P 5l7 3600 0.49 1-112 H 564 45Q0 0.45 1-1/2 1. [�11 exposed nonzontai cancrete shall have entrained-au. 2. Minim�tm Cornpressive Strength Required. 2) Machine-I�aid concrete: Ciass P 3) Hand-Laid concrete: Class H c. High Early Strength Concrete (HES) 1) When shown on the Drawings or allo�red, provide Class HES concrete for very early opening of pavements area or leaveouts to txaffic. 2) D�sign class HES to meet the requirements of class specified faz� concrete pavex��ent and a minimum compressive strength of �99 3,OOOpsi in �4 72 ��, unless ather early strength and time requirements are shown on the Drawings allawed. 3} No strength overdesign zs xequired. Standard Classes of Pavement Co�acxete Class of Miniz�rzuzn 28 Day Min. Maximum Cowrse Conerete` Cementitious Compressi�e Water/ Aggregate Lb./CY 5trength2 Cementitious M�imum psz Ratio Size, inch HES 564 4500 0.�45 1-1/2 17 1$ 19 20 21 22 23 24 25 d. Slump �} Slunnp requirements for pavement and related concrete shail be as speciiied in the following table: Conerete Pavement Concrete Use Slip-Farm/Form-Riding Paving Hand Forr�aed Paving Sidewalk, Curb and Gutter, Concrete Valley Gutter and �ther Miscellaneous Concrete Reeomme3�ded Design and Plaeement Slurnp, inch 1.-112 4 4 M�imum Acceptable PJ.acement Sl.ump, inch 3 5 5 2) No concrete shall be pez�xnitted with slump in exeess of the maYimums shown. C1TY �F FORT WORTFI 2D21 CONCRSTE AEHABiLTPATION UNi'1 PR10E STANDAI2D Cdl+lSTRUCTIqN SPECIFICA"I�ON DOCC7MENT8 CONSTRUCTIQN CON'�'RAC"1' Revised December 2p, 2Q72 CTI'SC PIZOJ�CT NO. 102$84 32 13 13 - 10 CONCRETE PAVING Page 10 of 22 1 2 3 � 3) Any concrete mix failing to meei the above consistency requirements, although meeting Che slump requiremenrs, shall be considered unsatisfactory, and the zzaix shall be changed to correct such unsat�sfactory conditions. 5 PART 3 - EXECUTION 6 3.1 IN�TALLER� [NOT LTSED] 7 3.� EXAM�NATIQN [NOT USED] 8 3.3 PREPARATION [NOT U�ED] 9 3.4 IN�TALLATION 10 11 12 13 14 15 T6 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 4i �2 A. Equipment 1. AIl equipment necessary for the constt�ction of this item sI�all be on the project. 2. The equipm��t shall include spreading devices {augers), znteznal vibrat�on, tamping, and surface floating necessary to finish the freshly placed concrete in such a manner as to provide a dense and homogeneaus pavement. 3. Macla�ine-Laid Concrete Pavement a. Fixed�Form 1'aver. Fixed-form paving equipment shaii be provided with forms that are uniformly supported on a very firm subbase to prevent sagging under the weight of machine. b. Slip-Form Paver 1) Slip-form paving equipment shall be provided with Craveling side forms of sufficient dimensions, shape and strength so as ro support ihe concrete lateralIy for a sufficient length af time during placement. 2) City may reject use of SIip-Form Paver if paver requires over-digging and iz�rzpacts trees, mailboxes ar other impraveznents. 4. Hand-Laid Concrete Pavement a. Machines thaE do not incorporate these features, such as roller screeds or vibrating screeds, shall be considered tools to be used in hand-laid concrete consttuction, as slumps, spreading methods, vibrat�on, and oCher proceduzes are mare common to �aand methods than to machine methods. 5. City may reject equipment and stop operation if equipmex�t does not meet requirements. B. Concrete Mi�ng and DeIivery 1. Transit Batching: shaIl not be used — onsite mixing not permitted 2. Ready Mixed Concrete a. The concrete shall be produced in an approved meEhod conforming to the requirements of this specification a�r�d ASTM C94/C94M. City shall have access ready mix to get samples of xxzatezials. b. City shall have access to ready z�uix plant to obtain material samples. c. When ready-mix conczete zs used, sample concrete per ASTM C94 Alternate Procedure 2: 1} As the mixer is being emptied, inalfvidual samples shall be taken after the discharge of approximately 15 percent and 85 percent o� the load. Cl'I'X OF �'pRT WORTH 2O21 CONC�'I'E REHABILITATION UN1T PRICE STAND.AlZ17 CONSTRUCTIpN SPECIFICATIOIV DOCUIvIENTS COPTSTI2UCTdON CON'i`RACT Revised December 2D, 2�12 C1TY PRO.TBG"I' NO. 1D28&4 32 13 13 - 11 CONCRETE PAVING Page 11 of 22 1 2 3 4 5 6 7 8 9 10 11 12 ]3 14 15 16 17 18 l4 2d 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 3fi 37 38 39 40 41 42 43 44 45 46 2) The method of sampling shall provide that the samgles are representative of widely separated portions, but noi from the very ends of the batch. d. The rr�ixing of each batch, after alI materials are zn the drum, shall continue un�il it pzoduces a thoroug�ly mixed concrete of unifoz-m mass as determined by established znixer performance ratings and inspec�ion, oz appropriate uniformity tests as described in ASTM C94. e. The entire contents of ihe drum shall be discharg�d before any mat�xials are placed therein for the succeeding batc�a. �. Retempering or remixing shatl not be pexnnitted. 3. D�Livery a. Deliver concrete at an inter�val not exceeding 30 minutes or as determined by Czty to prevent cold joint. 4. Delivezy `I'ickets a. Foz all operations, the manufacturer of the concrete slaall, befare unloading, furnish to the purchaser with each batch of conerete at the site a deli�ery ticket on which is pz�nted, stamped, or written, the following infarnaation to determine that the concrete was pxapartioned in accordance with the approved znix design: 1) Narne of concxete suppLier 2) Serial number of ticket 3) Date 4) Truck number 5) Name oi purchaser 6} Specific designation of job (name and location) 7) Specific class, d�sign identification and des'rgnation of the coz�crete in conformance rxrith that employed in job specifications 8) Amount af concrete in cu�ic yards 9} Time loaded or of first mixing of cez�r��nt and aggregates ZO) Water added by receiver of cancrete I J) Type and amount of admixtures C. Subgrade i. When manipulation or t�reatment of subgrade is required on the Drawix�gs, the wori� shall be gerformed in praper seqnence with the preparation of the subgrade faz� pavement. 2. The roadbed shall be excavated and s�►aped iz� conformity with the typical sections and to the lines and grades shown on the Drawings or established by the City. 3. A11 holes, r�ts and depressions shall be filled and compacted with suitabie material and, if requzred, the subgrade shalI be thoroughIy wettec� and reshaped. 4. Irregulaz�ities of more than 1/2 inch., as sho�wn by straightedge or template, shall be corrected. 5. The subgrade shall be unifozmly compacted to at least 95 percent of the maxiz�num density as determined by ASTM D698. 6. Moisture content shall be within z�ninus 2 percent to plus 4 percent of optimum. 7. The prepared subgrade shall be wetted down sufficiently in advance of placing the pavement to ensure its being in a firm and mozst condition. 8. Suiiicient subgrade shall be prepared in adva�xce to ensure satisfactory prosecution of the work. CiTY OF FOAT WORTH 2O21 C�NCRETE REHARI[.�"I'A'T'TON T3N1T PRICE. STANDARD CONSTRiJCTiON SPECIl'TCATiON DOCUMENTS CONSTALTCT[ON COI�lTRACT Ltevised December 20, 2012 CTI'Y PRO.TEC'T I�fO. 102884 32 13 13 - 12 CONCRE'1'E PAVITIG Page 12 of 22 1 9. The Contractoz shall no�ify the City at least 24 hours in advance of its intention to 2 place conczeie pavement. 3 10. Aftez ihe specified moisture and densiCy are ackzieved, the Cont�actor shall maintain 4 tI�e subgrade rnoisture and density in accordance with this Section. 5 I 1. Ix� the event that rain or other conditions may have adversely affected the condition 6 of tk�e subgrade or base, additional tests may be zequired as directed by the City. 7 D. Placing and Removing Forms 8 1. Placing Forms 9 a. Forms far machine-laid concrete IO 1) The side fo�s shall be metal, of approved cross section aad bracing, of a 11 height no less than the prescribed edge thickness oi the concrete section, 12 and a nni�nimum of 10 feet in length far each individual �orrn. 13 2) For�s shall be of ample strength and staked with ad.equate number of pins 14 capable of resisting the pressure of concreCe placed against them and the 15 tbu-ust and the vibration of the constructian equipment operating upon them 16 without appreciable springing, settLing oz deflection. 17 3) The forms shall be free from wazps, bends or kinks and shall show no 18 variat�on from the trUe plane for face or top. 19 4) Forms shail be joinCed neatly and tightly and set with exactness to the 20 established grade and alignment. 21 5) Forms shall be set to line and grade at least 2fl0 feet, where practicable, in 22 advance of tl�e paving aperations. 23 6) In no case shall the base vvidth be less than 8 inches for a foxzz� 8 inches or 24 mor� in height. 25 7) k'orms must be in firm contact with the subgrar�e throughout their length 25 and base width. 27 8) T� the subgrade becomes unstable, forms shall be reset, using heavy stakes 28 or other additional supports may be necessary to provide the required 29 stabil�ty. 30 b. Forms for hand-Iaid concrete 31 1) Forms shall exiend the full depth of concrete and b� a nriinimum of 1-1/Z 32 inches in thicIrness or equivalent when wooden �orms are used, or be of a 33 gauge tk�at shall provide equivaient rigidity ax�d sirength when metat forms 34 are nsed. 35 36 37 38 39 40 4I �2 2) rar curves with a radius oi less tha� 250 feet, acceptable flexi]�le metai or wood forms shall be used. 3) All forrns showing a deviataon o� l/$ inch in 10 feet from a straight line shall be rejected. 2. Settling. When forrris settle over 1/$ inch under finishing operations, pavzng operations shall be stopped the forms reset to line and grade and the pavement then brought to the required sectian and thickness. 3. Cleaning. Forms shail be thorougl�ly cleaned after each use. 43 4. Removal. 44 a. Forms shall remain m place until the concrete Iaas taken its �nal set. �5 b. Avoid da�aage ta the edge of the pavement when renrzoving forms. 46 c. Repaix dazr�age resulring from form removal a�ad honeycombed areas with a 47 znortar mix within 24 hours aft�r fozm removal unless otherwise approved. CPI`Y OF FOIZ'T"W012"I`�3 2021 CONCRETE REiIABIL„I'I'A.TiON LINIT PRICE STANDARD CONSTRUC"PTON SPECIFICATION DOCUNEENTS CONSTRUCTION CONT1tAC'I' Revised December 20, 2012 CITY PR03ECT NO. 202884 32 73 13 - 13 CO1VC1tETE PAVING Page ] 3 aP 22 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 14 2Q 21 22 23 24 25 26 27 28 29 30 3I 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 d. e, Clean joint face and repair honeycoznbed or damaged areas within 24 hours after a b�zIkhead for a transverse constructior� joint has been removed unless otk�erwise approved. When� forms are removed before 72 hours after concret� placement, promptly apply mernbzane c�ring compound to the edge of the eoncrete paveznent. E. Placing Reinforcing Steel, Tie, and Dowel Bars 2 3. 1. General a. When reinforcing steel tie bars, dawels, etc., are required they shall be placed as shown on the Drawings. b. All rein%rcing stee] shall be clean, free from z-ust in the �orm of loase or objeciionable scale, and of the type, size and dim��sions shown on the Drawings. c. Reinforci�g bars shall be securely wired together at the altezx�ate intersectians and all splices and shall be securely wrred at each intersection dowel and load- transmission ux�zt intersected. d. AlI bars shall be znstalled in their required position as shown on the Drawings. e. The storing of reinforcing oz stz�uctural steel on completed roadvvay slabs gen�rally shall be avozded azzd, where permitted, such storage shall be limited to quantities and distribution that shall not induce excessive stresses. Splices a. Provide standard reinforcement splices by lappi�g and tying ends. b. Comply with ACI 31$ for minimum lap of spliced bars wh�z�e naC specified on �he Drawings. Installation af Reinforcing Steel a. AI] reinforcing b�rs and bar mats shail be installed in the slab at the required depth below the fmished surface and supported by and securely attached to bar chairs installed on prescribed longi�r�dinal and iransverse centers as shown by sec�ional and detailed drawings on the Drawings. b. Chazzs Assembly. The chair assembly shall be similar and equal to that shown on the Drawin�gs and shall be approved by the City prior ta extensiv� fabrica�ion. c. After the r�inforcing steel is securely installed above the subgrade as specified in Drawings and as herein prescribed, no loading shall be imposed upon the bar mats or individual bars before or during tk�e placing or finishing of tl�e conczeie. 4. Insta.11ation of Dowel Bars a. Install tbrough �he predrilled joint filler and rig�dly support in true horfzontal and vextical positions by an assembly of bar chairs and dowel baske#s. b. Dowel Baskets 1) The dowels sfiall be held in position exactly parallel to surface and centerline of the slab, by a dowel basket that is left in the pavement. 2) The dawel basket shall hold each dowel in exactly the correct position so firmly that the dowel's pasition cannot be altered by concreting operations. c. Dowel Caps 1) Install cap to allow the bar to move not less than 1-1/4 inch in either direction. S. Tie Bar and Dowet �lacemenC a. Place �t mid-depih af ihe pavement slab, parallel to the surface. CiTY OF FORT WORTH 2O2I CONCI2F,TE REHABILI'TATTON IJI�TI'I' T'12IC� STAI�IDARD CON$TRUCTipN SPEC�ICA'fTQN DdCUMENTS COI�TSTRUCTION CONTRACT Revised DecembCr 20, 20I2 C1TY PROJECT NO. 102884 32 13 13-14 CONCRETE PAVI3�iG Page 14 of 22 2 3 �4 5 6 7 8 9 10 11 12 13 14 15 16 I7 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 4I 42 43 44 45 46 47 48 b. Place as shown on the Drawix�gs. 6. Epoxy for Tie and Dowel Bar TnstaIIation I) Epoxy baz-s as shovc+n on the Drawings. 2} Use only drilling operations that do not damage the surrounding operations. 3) Blow out drilled holes with compressed air. 4) Completely fill the drilled hole with approved epoxy befare inser�ing the tie bar into the hale. 5) Tnstall epoxy grout and bar at least 6 inches embedded into concrete. F. 7oints 1. 7oints shall be placed where shown on the Dravvings or where directed by the City. 2. Tlae plane of all joints shali make a righi angle with the surface of the pavemen.t. 3. No joints s�iall �ave an error in alignz�nent of more than 1/2 inch at any point. 4. Joint Dimensions a. The width of the joint shaJ.l be shown on the Drawings, creating the joint seaiant reservoir. b. The depth of the joint s�aall be shovvn on the Drawings. c. Dimensions of tfie sealant reservoir shall be in accozdance vvith manufacturer's recommendations. d. After cuzzng, the joint sealant shall be 1/8 inch to l/4 inch below the pavement surface at rhe cenEer of the joint. 5. Transverse Expansian Joints a. Expansion joints shall be installecE pezpendicularly to the surface and io t�� cenierline of the pavement at the locations shown on the Drawings, or as approved by the Ciry. b. Jaints shall be of the design width, and spacing shown on the Drawings, or as approved by the City. c. Dowel bazs, shall be of the size and type shown o� the Drawings, or as approved by the City, and shall be installed at the specified spac'rng. d. Support dowel bars with dowel baskets. e. Dowels shall restrict the free apening arzd closing of the expansion join and shall not make planes of weaknesses in the pavement. �. Greased Dowels far Expanszon .Toints. 1) Coat dowels with a thin film of grease or other approved de-bonding material. 2) Provide dowel caps on the lubricated end oi each doweI bar. g. Proximity to Existzng Structures. When the pavemeni zs adjacent to or around existing siructures, expansions joints shall be constructed in accordance with the details shown on the Drawings. 6. Transvers� Contraction Joints a. Cox�tractton or dummy joints shall be insialIed at the locations and at the intezvals shown on the Drawings. b. Joints shaIl be of the design widih, and spacing shown on the Drawi�ags, or as appror�ed by the City. c. Dawel bars, shaIl be of the size and type shown on the Drawings, or as approved by the Ciry, a�d shall be installed at the specified spacix�g. d. 7oints shall be sawed into the completed pavement surfac� as soon after initial concrete set as possible so that some raveling of ihe cancrete 'rs observed in order for the sawing process to prevent uncontrolled shrinicage cracking. GTI'Y QF FORT WORTI�I 202] CONCI2ETE REHABILITATION UNTI' PI2ICE STAIVDART� CONSTRUCTION SPECIFICATTON DpCTJMFIVTS CONSTRUCITON CONTRACT Revised Decemher 20, 2012 CITY PROJECT NO. 102884 sz z313 - is CONCRETE PAVING Paga 15 of 22 1 e. TIae joints shaII be constructed by sawing to a 1/4 inc� width anc! to a depth of 2 1/3 inch ( l/4 znch permitted if limestone aggregate used) of the actual 3 pa�ement thickness, or deeper if so indicated an the Drawings. 4 f. Complete sawing as soon as possible in hot weather conditions and within a S maximum of 24 hours after saw cut�ing begins under cool weathez conditions. 6 g. If sharp edge joints are being obtained, the sawing process shall be sped up to 7 the paint where some raveling is observed. 8 h. Damage by blade actian to the siab surface and to the concrete immediately 9 adjacent to the jaint shall be minimized. I0 i. Any portian of ttac curing membrane which has been disturbed by sawing 11 operations shall be restored by spraying the areas wiih additiona] curing 12 compound. 13 7. Transverse Construction 7oints 14 a. Construction jaints forzxied a� tlie clase of each day's wozk or wi�en the placing 15 of concrete has been stopped for 30-minutes or longer shall be constructed by 16 use af inetai or wooden bulkheads cut true to the section of the finished l7 18 19 za 21 22 23 24 25 26 27 2$ 29 30 31 32 33 34 35 36 37 38 34 40 41 �2 �3 44 45 4b 47 4$ 49 pavement and cIeaned. b. Wooden bulkheads shall ha�e a thzckness of not ]ess than 2-inch stack mat�rial. c. Long�itudinal bars shail be held securely in place in a plane perpendicular to the surface a�d at right angles to the centerline of the pavement. d. Edges shaXl be rounded to i/4 inch radiu�s. e. Any surpius conczeie on the subgrade shall be removed upon the resumption of the work. S. Longitudinal Construction Joints a. Longitudinal construction joints shall be of the iype shown on the Drawings. 9. roint Filler a. Joint fillez� shall be as specified in 2.2.I of the size and shape shawn on the Drawings. b. Redwood Board3oints shall be used for all pavement joints except for expansion joints Yhat are coincident with a butt joint against existing pavements. c. Soaz�ds with less than 25-percent of moisiure aC the time of insta�lation sha]] be thoroughly wetted on the job. d. Green luz�nber of much higher moisture cantent is desirable and acceptable. e. The joint filler sk�all be appropriately drilled to admit the dowel bars when required. f. The bottom edge of the filler shail extend to or slightly below the bottom of the slab. The top edge shall be hcld approximately 1/2 inch below the finished surface of tt�e pavement i� order to allow the finishing operations to be cont�nuous. g. The joint filler may be composed of moze than one length of boatd in the Iength of joint, but no board of a length less than 6 foot may be used unless othexwise shown on the Drawings. h. After the rexnoval of the side forms, the ends af the joints at the edges of the slab shall be carefully opened for the entire depth af ihe slab. 10. 7oint Sealing. Routine paver�aent joints shall be filled consistent with paeing details and as specified in Section 32 13 73. Materials shall generally be handled and applied accorciing ta the manufactuz�r's recommendations as specified 'zn Section 32 I3 73. C1I'Y OF FORT WORTH 2O27 CONCRr:TE REHABiLPCA,TION T�NiT PRICE ST�NDAI2D CONSTRUCTION SPSCiFICAT[ON DOCUIVXEI�ITS COI�TSTRLICTION CON'PRACT Ttevised Decemher 20, 20I2 CI'I'Y PRO.TEC1' NO. ?02R84 32 13 13-15 CONCREI'E Pt1V1NG Page 16 of 22 I G. Placing Concrete 2 1. Unless othcnvise specified in the Drawings, the finished pavement shall be 3 constructed monolithically and constructed by mack�ined laid rneEhod unless 4 impraciical. 5 2. The cflx�crete shall be rapidly deposited on the subgz�ade in successive batches and 6 shall b� distributed to t�e required depth and for the en�ire vvidth of the pavement 7 by s�oveling or other approved meChods. 8 3. Any concrete not placed as herein prescribed vvith�n the time limits in the %Ilowing 9 table will be rejected. Tirr�e begi�s when rhe water is added to the mixer. 10 11 12 13 J4 15 16 I7 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 Tez�r�pexaiure — Time Requirements Concrete Terx�perature Mu� Time — minutes M� Time — minutes (at goint of lacement) (no retarding agent) (�c�rith retardin a ent)� Non-A itated Cancrete All temperatures 45 45 Agitated Conczete Above 90°F Tixx�e z�nay be reduced by 75 Cit Above 75�F thru 90°F 60 90 75°F and BeIow 6a 120 1 �Tormal dosage of retarder. 4. Rakes shall not be used in handling concrete. 5. At the end of the day, or in case of unavoidable intezruption ar delay of more than 30 minuies or longer to prevent cold joints, a tzansverse constr�ction joint shall be placed in accordance with 3.4.F.7 of tk�uis Section. 6. Honeycombing a. Special care shaIl be taken in placing and spading the concrete against the forms and at alI joi�ts and assemblies so as to prevenC honeycoznbzng. b. Excessive voids and honeycombing in the edge of the pavement, revealed by the removal of t�ae side forms, may be cause for rejeciion of the section of slab in which th� defect occurs. H. Finishing 1. Machine a. Tolerance Limits i) While the concrete is still workable, it sh�1I be tested for irregul�ities with a 10 foot straightedge placed pazalIeI to the centerI�ne of the pavement so as to bridge depressions and to touch a11 high spots. 2) Ordinates measured frozn the face of the straightedge to the surface of the pavement shall at no �lace exceed 1/16 inch-per-foot from Che nearest point of contact. 3) In no case shaIl the maximum ordinate to a 3.0 foot straightedge b� greater than 1/8 inch. CTI'Y OF FORT WOTtTH 2D2i CONCRETE REHABTLTT'ATION UN�'I' PRICE STANDARD CONSTRUCTiON ST'EC]F'iCATION I)OCiIMBNTS COAlSTRUCTION COI�TRAC'T' Revised Decemher 20, 2012 CITY PROJECI' NO. ] 02884 32 13 13 - 17 CONCRE"I`E PAVING Yage 17 of 22 1 2 3 4 5 6 7 8 9 l0 �z 12 13 14 15 16 17 4) Any surface not within the tolerance limits shall be reworked and re�nished. b. Edging I) The edges of slabs and all joints requixing edging shall be carefully tooled with an edger of the radius required by the Dzawz�.gs at the time the cancrete begins to take its "set" and becomes non-workable. 2} All such wark shall be left smoot�► and true to lines. 2. Hand a. Hand iinishing permitted o�ly in intersections and areas inaccessible to a finishing rnachine. b. When the hand method of striking off and consoiidating is permitted, the concrete, as soon as placed, shall be appzoxixnately leveled and then struck off with screed bar to such elevatron abo�ve grade that, when cansoIidated and finished, the surface of the pavement shall be at the grade ele�ation shown on the Drawings. c. A slzght excess of material shal] be kept in front of the cutting edge at all �imes. d. The straightedge and joint finishing shall be as prescribed I�exein. 18 I. Curing 19 �. The curing of concrete pav�ment shall be thorough and contin�aus throughout the 20 entire curing period. zx 22 23 24- 25 26 27 28 29 30 31 32 33 34 35 36 2. Failure to provide proper curing as hezein presc�ibed shall be cansidered as sufficient cause for immediate suspension of the paving operations. 3. The curing method as herein specified does not preclude the use of any af the ot�er commonly used z�r�ethods oicuring, and the City may appro�e anather z�r��thod oF curing if so rec�uested by ttae Contractar. 4. If any selected method af cuzi�g does not affard the desired results, Y.he City shall have the right to order th�t another method of curing be instituted. 5. After removal of the side forms, the sides of ihe slab sha13 receive a like coaiing hefore earth is banked against them. 6. Th� solution sY�all be applied, under pressure with a spray nozzie, in such a manner as to cover the entire surfaces thoroughly and campleteIy witk� a uni�orm film. 7. The rate of applicatior� slaall be such as to ensure complete coverage and shall �ot exceed 20-square-yards-pez-gallon oi curing compound. 8. When thoroughly dry, it shaTl grovide a continuous and flexible membrane, free from cracks or pinholes, and sha11 not disintegrate, check, peel ar crack during the curing period. 37 9. Ii for any reason the seal is broken during the curing period, it shall be immediately 38 repaired with additional sealing solu�ion. 34 10. When tested in accordance with ASTM C15b Water Ret�ntion by Concrete Curing 40 Materials, the curi�g compound shall provide a film which shall have retai�ed 41 within the test specimen a percentage of the moisture present in the speciz�aen when �-2 ttie curing compaund was applied according to the foIlowing. 43 11. Contractor shall maintain a�d properly repair damage ta curing materials an 44 exposed surfaces af conerete pavement continuously for a]east 72 hours. 45 J. Monolithic Curbs C1T'Y OP FORT WORTH 2O21 COIVCRETE RET�AJ3TL.T1'A'1'TON UN1T PRICE STANDARD CONST12C1CTTON SPECIF[CATION DOCUMF.I�I'£5 CUNSTRUCTION CO�!'PRACT I2e�ised ]�ecember 20, 2072 CITY PROJECT N�. 102R&4 32 13 13-18 CONCRETE PA'V1NG Page 1 S of 22 1 2 3 4 5 6 7 S 9 10 11 l2 13 14 15 16 17 l.8 l9 20 21 22 23 1. Concrete for �nonolithic curb shall be the same as %r the pavezz�ent and, if carried back from th� paving mixer, shaIl be placed wiihin 20-nnuinutes after being rnixed. 2. After the concrete has been struck off and sufficiently set, the expased surfaces shall be thoroughly worked witY� a wooden flat. 3. The exposed edges sha11 be rounded by the use af an edging tool to the radius indicated on the Drawings. 4. All exposed surFaces of cuxb sk�all be brushed to a smooth and uniform surface. K. Alley Paving 1. Alley paving shall be constructed in accordance with fhe specifications for concrcte paving hez�einbefare described, in accordance with the details shown on t�� Drawings, and with the following additional provisions: a. Ailey paving shall be constructed to the typical cross sections shown on the Drawings. b. Transverse expansion joints of the type shown on the Drawi�ags sk�aI� be constructed at the property line on each end of the aliey with a maximum spacing of 600 feet. c. Transverse contraction and duxxzzaay joints shall be placed at the spacing shown on the Drawings. d. Cantraction anci dumzny joints shall be formed in such a manner that the required joints sS�all be prad�ced to the satisfaction of the City. e. AlI joints shall be constructed in accordance with this specification and filied in accordance with the requirement of �ection 32 13 73. L. Pavement Leaveouts 24 I. Pavement leaveouts as necessary to maintain and provide for local traffic shall be 25 provided at location indicated on the Drawzngs or as directed by the City. 26 2. The extent and locanon of each �eaveout z�equired and a suitable crossover 27 connection to provide %r traf�c znoveznents shall be determined in the field by the 28 Ciry. 29 3.� REPAYR 30 A. Repair of concrete pavement conerete shall be consistent with the Drawings and as 31 - specified in Section 32 01 29. 32 3.fi RE-INSTALLATION [NOT USED] 33 3.7 SITE QUALITY CONTROL 34 35 36 37 38 39 40 41 42 43 A. Concrete �lacement 1. Place concrete using a fully automated paving machine. Hand paving only perzz�itted 'm areas such as intersec�ions where use of paving macfiine is not practical a. All concrete pavement not placed by hand shall be placed using a fully automated paving machine as appzoved by the City. b. Screeds wili not be allowed except if approved by the City. B. Testing of Materials 1. Samples of ail zinaterials for tesE shali be made at the expense of the City, unless otherwise specified in the specia� provisions or in the Drawings. C1TY pF FORT WORTH 2O21 CO3+ICRETE AEI�ABILITATION Ui�1T PIZICE STAN]7Al2D COIVS`['RUCTION SPECIPICATION DOCUMENTS CONS'FRUCTION COI+iTRACT Revised December 20, 2012 CITY PROJEC'I' NO. 102884 321313-1y CO�TC�tk.'TE I'AV11VG Page 19 of 22 I 2. In the e�ent the initial sampling and tesiing does not comply with the specifications, 2 all subsequent test�ng of the material in ordex to d�termine i� �he material is 3 acceptable shall be at the Contractor's expense at the same rate chaz�ged by Che 4 commercial labaratories. 5 3. AIl tesiing shall be in accordance with applicable ASTM Standards and concrete 6 i�stzng technician must be ACI certified or equivalent. 7 8 9 10 11 12 13 14 l5 l6 17 18 l9 2a ai C. Pavement Thickness Test 1. Upon completion af the wor� and before final acceptance and finaI payment shall be made, pavement thickness test shall be zr�ade by the City. 2. The number of tests and location shall be at the discretion of the City, unless otherwise specified in the special pro�visians or oz� tlae Drawings. 3. The cost for the initial pavement tEiiclrness test shall be the e�pense of the City. 4. In the event a deficiency in the thickness of pavernent is revealed duriz�g normal testing operations, subsequent tests necessary to isolate the de�iciez�cy shall be at ihe Contractor's expense. 5. The cost for additional coring test shall be at the same rate charged by comznaxcial laboratories. 6. Where the avexagc thickness of pavement in the area found to be deficient in thickness by mare than 0.20 inch, bui not znore than 0.50 inch, payment shall be made at an adjusted price as specified in the following table. D�ficiency in Thickness ProportionaI Part Detexnnined by Cores OF Contract Price Inches Allowed 0.00 — 0.20 I00 parcent Q.21 — a.30 80 percent 0.31 — 0.40 70 percent 0.41 — O,5p 60 percent 22 23 24 25 26 27 28 24 30 31 32 33 34 35 36 37 7. Any area of pavement found deticient rn thickness by more than� 0.50 inch but not more than 0.75 inch or 1/10 of the [hickness specified on t�e Drawings, wf�ichever is gr�atex, shall be evaluated by the City. 8. �f, in the judgment of the City the area of such deficiency should not be removed and replaced, there shall be no payment far the area retained. 9. If, in the judgment of the City, the area oi such deficiency warrants removal, the area sha1I be removed and zeplaced, at �he Contractor's entire expense, with concrete of the thickness shown on the Drawings. 10. Any area of pavement found deficient in tk�ackness by more than 0.75 inch or more than 1/la of the plan thickness, whichever is greater, shall be rexnov�d and z�eplaced, at the Contractor's entire expense, with conerete of the thickness show�a on the Drawings. 11. No additional payment over the contract unit price shall be macEe far any par�ement of a thac�r�ess exceeding that required by the Drawings. D. Pavement Strength Test Cll'Y OF FORT WORTH 2O21 CONCR�TE REHABILPl'AT10N UN1T PRICE STA�17JA121a COI�IST'12L7C1'TON SPECiFICATION DOCUMENTS CQNSTRUC�OIV CON`IRACT Revised December 20, 2012 CT"1' i' PROJECT NO. 102884 32 13 13 - 20 CONCRETE YAVING Page 20 of 22 1 1. During the progress of tlae work the Ciry shall provide trained technicians to casE 2 test cylinders for conforming ta ASTM C31, to maintain a check on the 3 compressive strengths of the cancrete being placed. 4 2. AiCer the cylznders have been cast, they shall remain on the job site and then 5 transported, rnoist cured, and t�sted by the City in accordance with ASTM C31 and 6 ASTM C39. 7 8 9 l0 11 12 13 T4 15 16 77 18 19 2D 21 zz 23 24 zs z6 3. � � In aaci� set, 1 of the cylinders shall be tested at 2 DAYS/3 DAYS, TWO CYLINDERS SHALL BE TESTED AT 7 days; two cylinders shall be tested at 28 days. .,,a ti,,..,,,,,ae,. ..t..,,1 a,e a.er,a ,..- to�.o,� �r �� .a�t��_;F IF 2 DAYS/3 DAYS TEST RESULT INDICATE DEFICIENT STRENGTH, THE OPENING OF PAVEMENT TO TRAFk'IC SHALL NOT BE PERMTTTED AND PROJECT INSPECTOR MAY ASK THE CONTRACTOR TO RESUBMIT THE CONCRETE MIX DESIGN TO MEET THE MINIMUM SPECIFIED STRENGTH. If the 28 day test results indreate deficient strength, the Contractor may, at its optaan and expense, care the pavement in question and have the cozes tested by an approved labaratory, in accordance with ASTM C42 and ACZ 3 X 8 protocol, except the average of all cores must meet lOQ perceni of the minimum specificd strength, vvith no individuaI core resulting in less than 90 p�zcent of design strength, to override the results of the cy�inder tests. Cylinders and/or cores must meet minimum specified strength. Tf cylinders do not meet minirnum specified strength, additional cores sk�all be taken to identify the Iimits of deficient concrete pavement at tlae expense of the Contractor. CyIinders and/or cores must meet minixx�um specified strength. Pavement not meeting the minim�zra specified strength shall be subject to the money penalties oz removal and placement at the Contractor's expense as show in Che Following table. Percent De£'zcient Percent of Contract Price Allawed Greater Than 0 ercent - Not More T[�an 10 ercent 9d- ercenf Greatez Than 10 ercent - Not More Than 15 ercent 80- excent Greater'I'han 15 percent 0-percent ar removed and replaced at the entire cost and expense of Contxactoz as darected by City 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 �2 43 7. The amaunt of penalty shall be deducted irom payznez�t due to Canttactor; such as pex�alty deducted is to defray the cost of extra maiz�tex�ar�ce. $, The strength requirements for stzuctures and other concrete work are not aItered by the special provision. 9. No additionaI payment ove�r tlae contract unit price shall be made for any pavemeni of strength exceeding that required by the Drawings and/or specifications. E. Cracked Concrete Acceptance Policy T. If eracks e�rist in concrete pavement upon cornpletion of the project, the Project Inspector shall make a determination as to the need for acCion to address the cracking as to its cause and recommended remedial work. 2. If the recommended rernedial work is rou�ing and sealing of the cracks to pratect ihe subgrade, the Inspector shali make the deternnznation as to whether to rout and seal the cracks at the time oi final inspection and acceptance or at any time prior to the end of the project maintenance period. The Contractor shall perform the routing and sealing work as directed by th� Project Inspector, at no cost to the City, regardless of the cause of tk�e cz�acking. C1TY OF FORT WORTH 2O21 CONCRETE iZEHABILITATION i}NIT PRICS S'I'AI�IDARD CDIVS"IRUCTION SPECIFICATIpN DOCUMEIVTS CONS'�2UCTIQN CONTRACT Revised December 20, 2Q12 CT'T'Y PROJ�CT NO. 102&84 32 13 13 - 21 CONCREI'E YAVING Page 2I of 22 � 3. If zexnedial work beyond routing and sealing is determined to be necessary, the 2 Tnspector and tk�� Caniractor will attempt to agree on the cause o� the cracking. �f 3 agreement is reached that the czacking is due to deficient materials ar workananship, 4 the Contractor shall perforrrx th� remedial work at no cost to the City. Remedial 5 work in this case shall be limited to remo�z�g and replacing the deficient work with 6 new material and workmanship that meets the xequirements of the contract. 7 4. If remedial work beyond routing and sealing is determzned to be necessary, and the 8 Inspector a�d the ContracCor agree that the cause of the cracking is not de�icient 9 materials or worl�nanship, the City may request the Contractor to provide an 10 estimate of the cost of t�ac necessary remedial wark and/or additional work to ]] address ihe cause of tla� cracking, and the Contractor will perform that work at the 12 agreed-upon priee if the City el�cts to do so. 13 5. If remedial work is necessary, and tha Inspector and the Contractor cannot agree on 14 the cause of the cracking, the City znay hire an independent geotechnical engineer 15 to perform testing and analysis to determi�e thc cause of the cracking. The l6 contractor will escrow 50 percent of the proposed cosis af the geotechnical contract l7 with the City. The Contractor and the City shaII use the sexvices of a geotechnical 18 firm acceptable to both parties. I9 6. If tk�e geotechnical engineer determines that the primary cause of the czacking is the 20 Contractor's defzcient material or workmanship, the remedial worlc will be 21 performed at the Contractor's entire expense and the Contraetar vaill also reimbuzse 22 the CiEy for the balance of the cost of the geotechnical investigation over and abo�ve 23 the amount that has pre�iousiy been escrowed. Remedial work in this case shall be 24 limiied to removing and replacing the de�cient work with new znateria� and 25 wozkxnazzship ti�a� meets �he requirements of the contract. 26 7, If the geotechnical engineer determines t�at t�e primary cause af the crac�ing is noC 27 the Contractor's deficient material or workmanship, ihe City will return the 28 escrowed funds to th�e ContracCor. The Contractor, on request, will provide the City 29 an estimate af �e costs of the necessary remedial work and/or additional work and 30 will perform the work at the agreed-upon pzice as directed by the City. 3� 3.8 SYSTEM STARTi7P [NOT U�ED] 32 3.9 ADJ[TSTING [NOT USED] 33 3.10 CLEANING [NOT USED] 34 3.l l CLOSEOI7T ACTIVITIES [NOT USED] 35 3.12 PROTECTION [NOT USED] 36 3.13 MAINTENANCE [NOT USED] 37 314 ATTACHMENTS [NOT USED] 38 Cl'I'iC O� PORT' �10121'H 2O21 CONCRF'I"E 12ETTA131LiTATION [JNPC PAICE STANDARD CONSTRUC"I'ION SYEClF^ICATION DOCUMENTS CONSTRUCTION CONTRACT Rcvised December 20, 2012 C1TY PROSECT NO. ] 02884 32 13 13 - 22 COI�'CRETE PAVING Pagc 22 of 22 END OF SECTION Revision LQg DATE NAME SUMMARY OF CHANGE I2/20/2012 1.2.A — Modified items to be included in price bid 05/21/2014 Doug Rademaker 2.2.D — Modified to clar�Cy acceptable fly ash substitu�ion in concrete pavrng C1TY OR FORT WORTH 2D2I CONCRETE REFIABILTTATTOIV U1+1T"T' L�12TCE STANDA1217 CONS"[RUCT10I�i SYECIF;ICATION DOCUMENTS CONSTRiTCTION CONTRACT Revised December 20, 2012 C1TY PKO.iECT NO. 1D2884 3z i� za - � CONCRETE SIDEWALKS, I�I2IVEWAYS AND BAILRIER FREE RAFvIPS Page 1 of b 7 2 SECTION 3213 2,0 CONCRETE SIl7EWALKS, DRNEWAYS AND BARRIER rREE RAMPS 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Sectzor� Includes: b I. Concrete sidewalks 7 2. Dzaveways 8 3. Barrier free ramps 9 B. Deviatio�s froz�ri this City of Fort Worth 5tandard Spec�fication 10 t_ E��CI� I�f [1� F�i�t�.�f{c ���' n+t��rxll lf{r�c."rR_a�xf�,ft �1N D�"C�CTABL� Vk�:�i�Nlf�#ix ] l L10Mr-"�'ll.r f�C�lt lir�lt€�Il±l� 1�[�E:I? Etr11VlF' E-f��S 13�'s�� f��:V'�5��1 AS Al.JA 12 S{}LLITIC)��lS LN�', ��F[ ��'!'���1Vf�L} f��ll,�l. 13Y "�'H�, (_ f"f'Y, 13 14 15 l6 i7 18 I9 1.2 20 21 22 23 24 25 26 27 28 29 3p 31 32 33 34 35 36 37 38 39 40 41 42 C. Related Specificatian Sections inciude, but are not necessariIy ]imited to: 1. Division 0- Bidding Requirements, Contz�act Forms, and Conditions of the Cont�act 2. Division I- General Requirements 3. Section 02 41 13 - Selective Site Demalition 4. Sectio� 32 13 13 - Concrete Faving 5. Sectio� 32 13 73 - Concrete Faving Joint Sealants PRICE AND PAYMENT PROCEDURE� A. Measurement and Payment 1. Concrete Sidewalk a. Measurement 1) Measurement for this Item shall be by the square �oot of compleCed and accepted Cor�crete Sidewalk in its final posit�on for various: a) Thicl�nesses b) Types b. Payment 1) The work performed and materials fuzx�ashed in accordance with this Item and measured as provided under "Measuxezne�t" will be paid for at the unit price bid per square foot of Concrete Sidewalk. c. The price bid shall include: I) Excavating and preparing t�re subgrade 2} Furnisl�ing and placing all materiais 2. Concrete Drzveway a. Measurement 1) Measurement for this Item sIaall be by the square foot of completed and accepted Conerete Dri�veway in its �nal posiEion for �arious: a) Thicknesses b} Types 2) Dimensions will be taken from the back of the projected curb, including Ehe area of the curb radii and will extend to the Iimits specifi�d in the Dzawings. C1TY OF FpRT WORTH 2O21 CONCRETE REHABTLI'I`A'I'IOI�T TJN1T PRiCE S'�'AN3�A1ZT3 CONSTRUCTIDN SPECIFICATION DOCUMBN i'S CONSTRUCTION COI+ITRACT Revised /1pri1 30, 2013 CITY PROJECP NO. 102884 32132D-2 CONCILE'�'E SLI7EWAT T£S, AIt�WAXS /�N17 I3ARRTER FREE RAMPS L'age 2 of 6 1 2 3 4 5 6 7 8 9 IO 11 12 13 14 15 16 17 18 19 20 21 22 23 24 3) Sidewaik portion of drive will be included in driv�way measurement. 4} Curb on drive will be included in the driveway measurement. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid %r ai the unit price bid per square foot of Concrete Driveway. c. The price bid shall include: 1) Excavati�g and preparing the subgrade 2} Fu�rz�is�aing and placiz�g a11 materials 3. Barrier Free Ramps a. Measuzement 1) Measnrement for this Item shalI be per each Barrier Free Ramp completed and accepted for vario�s: a) Types b. Payment 1) The work performed and materials furnished in accordance wiCh this Item and measured as provided under "MeasuremenC" will be paid for at tl�e uz�it price bid per each "Barrier Free Ramp" installed. c. The price bid shall include: 1) Excavating and pr�paring the subgrade 2} Furnishing and placing ail mate�nials 3) Cuxb Ramp 4) Lan�ing and detectabie warning surface as shown on the Drawings 5) Adjacent flares or sicle curb 25 1.3 REFERENC�S 26 A. Abbrevrations and Acronyms 27 1. TAS — Texas Accessibility Standards 2$ 29 30 31 32 33 34 35 36 37 2. TDLR — Texas Department of Licensing and Regulation B. Reference Standards 1. Reference siandards cited i� this Specification refer io the current reference standard published at the tinr�e of the latest revision date lo�ged at the end of this Specification, unless a date is specifically cited. 2. American Society for Testing and Materials (ASTM) a. D545, Test Methods for Preformed Expansion 7oint Fillers for Concrete Construction (Non-extruding and Resilient Types) b. D698, Test Methods for Laboratory Compaction Characteristics of SoiI Using Standard Effort (12,400 ft-lbf/ft3) 38 1.4 ADMIN�STRATIVE REQUIREMENTS [NOT USED] 39 I.S SUBMXTTALS [NOT USED] 40 1,6 ACTION SUBMITTALS/INFORMATIONAL SUSMITTALS 4I 42 43 A. Mix Design: submit for approval. Seciion 32 13 13. B. Product Data: subz�nit product data and sample for pre-cast detectable warning for barrier iree ramp. 44 1.7 CLOSEOUT SUBMITTALS [NOT USED] C1TY OF FORT WORTH 2O21 CONCRE'i'E RE�iAIIILTI'ATiQN UNTT PRICE S"I'ANAARD CONSTRUCTION SPECIFICA`I'ION DOCUMEI�iTS CdNSTRIICTiON CONTRACT lZevised April 30, 2013 CTI'P PR07ECT NO. ] 02884 321320-3 CONC12r:TE SIDEWALKS, DRIVEWAYS AND BARRIER FREE RAMPS Page 3 of 6 1 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 2 1.9 QIIALITY A55URANCE [NOT USED] 3 1.1Q DEL�VERY, ST�RAGE, AND HANDLING [NOT USEDj 4 Ll l FiELD COND�T�ONS 5 A. Weather Canditions: Placement of concrete shall be as speci�ed in Section 32 13 13. b 112 WARRANTY �NOT USED] 7 PART � - PRODUCTS 8 2.1 OWNER-FURNISHED PRODUCTS [NOT USED] 9 2.2 EQUIPMENT AND MATERIALS 10 A. Forms: wood or metal straight, free �rom warp and of a depth equal to the thFckness af 11 the finished woxk. 12 13 14 15 16 B. Concrete: see Section 32 13 13, l. Unless otherwise shown an the Drawings or detaaled specifications, the standard class for concrete sidewalks, dri�eways and barrier free ramps is shawn in the following table: Standard Classes of Pavement Concrete Class af Minirx�ur�a 28 Day Man. Maxzzn.uzxi Cou�rse Concrete� Cementitious, Compressive Water/ Aggregate LbJCY StrengthZ Cementitious M�imum psi Ratio Size, inch A 470 3000 0.58 1-1/2 17 ]8 19 2Q 2 J. 22 23 24 25 26 27 28 24 30 31 32 33 C. Reinforcement: see Section 32 13 13. I. Sidewalk, driveway and barrier free ramp reinforcing steel shall be #3 deformed bars at 18 inches on-center-both-ways at the center plane of all slabs, unless aik�exwise show� on tlae Drawings or detailed sp�cifications. D. Joint k'iller 1. Wood Filler: see Sectian 32 13 13. 2. Pre-Molded Asphalt Board �'iller a. Use only in areas where not practical for wood boards. h. Fre-molded asphalt board �iller: ASTM D5A5. c. Install the required size and unifarm thickness and as specified in Drawings. d. Include 2 liners of 0.016 asphalt impregnated kraft paper filled with a mastic mixture af aspi�alt and vegetable fiber and/or mineral filler. E. Expansion Joint Sealant: sec Seciion 32 J.3 73 where shown on the Drawings. �.3 ACCESSORIES �NOT U5ED] �.4 SOI7RCE QUALITY CONTROL [N4T USED� PART 3 - EXECUTION 3.1 IN�TALLERS [NOT U,SED� C1TY OF FOItT WORTH 2O21 CO�ICRETE REHABILPPATION UNPC PItICE STANDAKll CONSIRUCTIdN SY8CIFICA'PIdN lldCiIMENTS CONS'TRUCTION CONTKACT Revised April 30, 2U13 CTCI' PROJECT NO, ]028&4 � 32 13 20 4 CONC1tETE SIDEWALKS, DRN�WAYS AND BARRIER FRBE RAMPS Puge 4 af G 1 3.2 EXAMINATION [NOT USED] 2 3.3 PREPARATION 3 4 5 6 7 8 9 10 11 12 13 14 A. Surface Pr�paratiox� 1. Excavation: Excavaiioz� zequired for the cor�structzon o� sidewalks, driveways and bazxiez frea ramps shall be to the lines and grades as shown on the Drawings or as established by the Cziy. 2. Fine Grading a. The Contractor shall do alf necessary filling, leveIing and fine grading required to bring the subgrade to the exact grades specified and compacted to at least 9� percent of maximum density as determined by ASTM D69$. b. Moisture content shaIl be within minus 2 to pl�s 4 of optimum. c. Any over-excavation shaII be repaired to the satisfaction oi the City. B. Demolition 1 Removal 1. SidewaIk, Driveway and/ or Barrier Free IZamp Removal: see Section 02 4J J 3. 15 3.4 INSTALLATION 16 I7 1$ 19 20 21 22 23 24 25 26 27 2S 29 30 31 32 A. General 1. Concrete sidewalks shall have a mi�aimur�n thic�rzess of 4 inches. 2. Sid�watks co�structed in driveway approach sections shall have a minimum ttaickness equal ta that of driveway approaeh or as called for by Drawings and specifications wiEhin the limits of the driveway approach. 3. Drivevcrays shalI have a rninimum thickness of 6 inches. Standard cross-slopes for walks shall be 2 percent max in accordance with current TAS/TDLR guidelines. The construction of the driveway approach shall inc2ude the variable height radius curb in accordance with the Drawings. 4. All pedestrian facili�es shall comply witlz pz�avzsiaz�s of TAS includ'zng location, slope, width, shapes, texture and coloring. Pedestrian facilities installed by the Contractoz and not meeting TAS must be removed and reptaced to meet TAS {no separate pay). B. Forms: Forms shall be securely staked to line and grade and maintained in a true position during the depositing of concrete. C. Reinforcement: see Section 32 13 13. D. Conerete Placement: see Section 32 13 13. 33 E. Finishing 34 I. Concrete sidewalks, driveways and barrier free ramps sk�all be finzshed ta a true, 35 even surface. 36 2. TroweI and then brush transversely to obtai� a sznooth unifoz�m brush finish. 37 3. Provide exposed aggregate �ir�ish if specified. 38 4. Edge joints and sides sk�all witla suitable taols. 39 F. 7oints 40 1. Expansiox� joints foz szdewalks, driveways and barrier free ramps shall be formed �1 using redwood. Cl'iY OP FORT WOR'[7-i 2021 CONCRETE RBHABILI'I'ATION UNl'I' PRICS STAiYDARD CONSTRUCTION SYECIFTCA'T'I03V DOCUN[ENTS CQNS'IRUCT[ON CONTRACT Revised April 30, 2013 C�'Y PAOJECT �TQ. 1028&A 321320-5 CONCRE'I'E SIDEWALKS, DRNEWAYS AND I3ARRI�R FREE RAMI'S Page 5 of 6 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 zo 21 22 23 24 25 3.5 2, Expansion joints shaTl be placed at 40 faot interva�s foz 4 foot wide szdewalk and 50 foot inter�als for 5 foot wide and greater sidewalk. 3. Expansion joints shall also be placed at all intersections, sidewalks with concrete driveways, curbs, forrr3ations, other sidewalks and other adjacent old concrete work. Similar material shall be placed around all obstructions protruding into or through sic�ewaIks or driveways. 4. AIl expansion joints shaJl be �12 inck� in tluckness. 5. Edges o�F all construction and expansion joints and out�r edges af all sidewalks sha11 be finished to approximately a ll2 inch radius with a suitable finishing toal. 6. Sidewalks shail be marked at intervals equal to the width of the vvalk rxrith a marking tool. 7. Wnen sidewalk is against the curb, expansion joints shall match those in tl�e curb. G. Barrier Free Ramp ]. F�rnish 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 shall bc a minimum of 24-inch in depth in the direction of pedestrian travel, and extend to a rxuxzimum of 48-inch along Che curb ramp or landing where the pedestrian access route enters the street. 3. Locate detectable warning surface so that the edge nearest the curb line is a minimum of 6-inch and maximum of 8-inch from the extension of ti�e face af the curb. 4. Detectable warning Dome-Tile surface may be curved aIong the corner radius. 5. Install detectable warning suriace according to manufacEurer's instructions. REPAIR/ItESTORATION [NOT USED] 26 3.6 RE-INSTALLATION [NOT iTSEDj 27 3.� �'YELD QUALYTY CONTRQL [N�T USED] 28 3,$ SYSTEM STARTUP [N4T USED] 24 3.9 ADJUSTING [NOT U,SED] 30 3.i0 CLEANING [NOT U�ED] 3I 3.11 CLOSEOUT ACTNITIES [NOT USED� 32 33 34 35 3.1�, PROTECTION LNOT USED] 3.13 MAINTENANCE [NOT USED� 3.14 ATTACHMENTS [NOT USED] END OF SECTION Re�ision Log DATE NAME SUMMARY OF CHANGE I2/20/2012 D. 7ohnson �•2•A.3 -- Measurement and Payment for Barrier Free Ramps modifed to match updated City Details C�'X OF FOR'�' WDI2'� 2021 CONC32�1'E RETlA13ILITATI�N UN1T PR10E 5'E'ANDARD CONSTRUCTIOI�I SPECIFICATION DOCUMEIVTS CONS1`RUCTION CONTRACT Revised Apri130, 2013 CiTY PROJSCT NO. 102884 3a�3zo-6 CONCRETE STDEWf#I..I{S, llRTVEWAYS AND BARRISR �'REE RAMI'S Page 6 of 6 4l3012013 � F. GrifFn ICorrecied Part L, 1.2, A, 3, b, 1 to read; from ... square foot of Concreie Sidewalk. to . . .each "Barrier Free Ramp" instal�ed. CPF'Y OF FORT WORTH STANDARD CONSTRUCTIpN SPECIFICATI01� T]OCUMENTS Revised Apri130, 2013 2D21 CONCRETE REHABIL.TCATION UN11' PRICE CONSTRUCTIpN CONI'I2ACT' C17'Y PR07EC1' 1V0. 102884 �C�6o�60� l�C����ity a��L VV�r�ne� O�ne�i �3�si�es� Em��r�r�s� C��npl�a��� '�'�[IS PA.GIE LEF� �1��'lEi�'I'I�i�A�IC�Y ]��A�T][� 2021 C�NCRETE REHABILITATIDN UMT PRiCE CONSTRUCTION CONTRACT City Praject No. 102884 �FURT ��FtTH �..�.���.___-_. TENIPO:�AR�' 12EVIS�O�i 4/6/2020 (C�V�I��19} Ci#� of �or� ItVo�r�h II�`inori�y �usiness �nfie�pr�ise Specificafions S���Ir4L IiVST�IJCiION� ��R ����RO�iS APPLICATIOR� O�' POLICY If ine t�*.�I �o:!ar va:�� of �ha �a::*ract is ���J,�t30,o rt�� ���re. �IIEI'1 3:�IBE 5LYI]�OC1tCw',:#!S!g goal is ����:va!�r�. POLiCY S�ATEiw�N i It is the policy of the City of Fort Worth to ensure the ful] and equitable participatian by Minority Business �nferprises (MBE) in the procurerrler�t of aii goocls and services. All requirements and regufations stafed in #he City's current Business �i�ersity Enterprise Ordinance applies to this bid. AIIB� PROJFC�' GOALS The City's MBE goal on this project is � 5 % of the base bid �alu� of the contract. Note: If both MBE and 56E subcontracting goals are established for t�is project, then an Offeror must suhrnit both a IUIBE Utilization Form and a SBE iJti�ization Form to be deemed responsive. CQI9il�'�.IAIVC� TO B1D SPECIFICATfOf�S On City corttracts $50,OOO.a1 or more wf�ere a MBE supcontracting goal is app�ied, Offerors are required fo camp]y witF� t�� intent of the City's Busir�ess Diversity Enterprise Qrdinanc� by one af the following: 9. Meet or exceed the abar►e stated MBE goal through MB� subeontracting participation, or 2. Meet or exceed the above stated MBE goal fhrough MB� Joint Venfure participation, or; 3. Good �aith �fFa� documentaiion, or; 4_ Prime Waiver documentafiion. SU�N€fiTAL OF REQUIRED DOCU�i1�NTAYION ihe applicable documents must be recei�ed by the by the assiqned Cityo uf Fort Worth Prolect Manaqer or Department Desiqnee, within the foilowinq iimes allocated, in ord�:r i,�r t�;�, a�fiire l�id tn be r.�,nsr�ereil r�st�ur�s{ve ;t� il3� s���a��;��l�ns, 7'fi� pifemr shali �MAI� ti�e E1+�H� �ncurn�n�{:ti�n !a �hr� assir�neil w,ily ai totl WnrHr f rnjec� M�nagar nF l'}e�arErnenl Des�gnee A faxed �npy� wil� �iat be ac�:epfe�i 1. Subcontractor Utilizatian Form, if goal is received na lafer than 2:0� p.m., on fhe secancE City business day met or exceecEed: after the bid opening date, exclusf�e of the bid opening date. 2. Good Faiti� Effort and Subcontractor received no later than 2:D0 p.m., on the second City business day UEiGzation Form, if participatian is less #han after the bid opening date, exclusi�e of the bid o}�ening date. stated goal: 3. Good Faith Effort and Subcontractor received no lafer than 2:OQ p.m., on the second City business day Utifization Form, if no MBE participation: after the bid opening dafe, exclusi�e of the b�d opening date. 4. Prime Contractor Waiver Form, if you will received no later fhan 2:D0 p.m., on the second City business day perform aEf subcon#racting/supplier work: after the bid opening date, exclusi�e of the bid opening date. 5. Joint Venture Form, if gaal is met or received no later than 2:00 p.m., on the secand City business day exceeded: after fhe bid opening date, exclusi�e of the bid opening date. FAILU�� �� COldIIPLY �L�:TH TFl� �ITY', �l}�INk'SS D!►1��S�ilf �;kT�RPR!S� GuanrN4P;��, 1f�!�L P��lJ�7 I�; TH� �:�J BGlN� �O�N�r��F�ED NOI�.F��'cpr,���i►rG -�O aP��I��iCATID!�S. FAlLkll�� �O �UBMfT �'�iE R�CJIJlR�D �+3BE DO��tJ�VP�I�'�A'��OI� WI�I�� F�C��JLT I�°a Th� �3D BF!!�r CO�:`�c!�7�r��D 1�la�-RE�P�h���€V�. A�E�t]ND F�:!�lJF2E WI�.L R�SU'�.� IP! TFd� ��F�:?�R �W:�;� DI��[l.#�I�l�� �GtiR A �-'�li���? �� O' ;"� "f��kR. TF'!��E frJkl�U��� �h! 14 k�i1��� Y�I�i� ��i41�y] YIi�LI� }?��1]�Z� �!� �����'I.�A�t�G��l7��!� PER1037 Of THP�E YL��4�?5. Any questions, please contact the Office of Busin�ss Diversity at ($'17) 392-2674. Office of Business Di�ersify Email: mwbeo�ce@fortwor�htexas.go� Temporarily Revised April 6, 2020 due to COVID 19 Emergency Phone: (897) 392-2674 FURT �ORTH r�,�Ka� �r�c, r et�ry -ni 202'i CONCR�7E REHABILfTAl7'ON UNiT PR1C� CONSTRUCTiON CONTRACi ,����/20�� 'I 5 �ity �� �'�� l�Vor�F� �fFic� ef �u�in��� �iv�rsit� I�Y�� Su���r�firac�or�/�up�lier�� �Jt�i��a�ier� ��rrrr� �IO � • � f l A7TACHM��lT 1A Page 1 of 4 fo �ll,� � ---,�.JFSC: Id���ify �If s��c��tr��ctaf�ls�ppli�r�� �+�� v�+ill u�� �n �hi� �r�oj��t Fai(ure to compfete this form, in its entirety wlfi� request�d docurr�er��a±:un, anr+ rr�r.r�i�rpri h:� th� purchasin� �ivisian na laier than 2:00 p.m. ur� the sauond �Ity b:.�s��e�s c�� ��$T E��� S,'�?r►in�: �xr11,-'...c:yY crt ��d ��s�ninn da#�, W[�E #'�SU�� lil �il� �:l�C� �l�ltlq CL'^Yir�YF'EC� fIJ['t-fE,'��.'PJ^Si+r9 t(7 i},� g�sprrfir,�#innc_ 'The undersigned �fferor ��r�s to ��:er br�:� a f�r^:�I ac�re�m�ni w*���: lhV d:�13E �irt►�!;s} Y[s+p� �� l!:�s e��ili�.,,�l�i�!� scheclt�i�, canefitioned upor� exec�,tio!� o# a oa�t��wt �^,�th 4h4 Cfty o# Fa� W��h, The i►:t�s:�l��;�E ���lY� kr:s�wJng misrepresentation of facts is g�r��ri�s F�r a�r�sfdera±�un �� d�±V�uaEification �n� ��i(1 resul# i�? f!�e bl� �aln� considered nan-responsive to bi� ���cificatians_ iV�f�Fs lisied taward me�ting fihe prr�jec4 �oal must be located in t�te sfx (6) county markeipta�e a� �he iime of bid or the business has a Signpfican� €Susiness Pr���ence in �he t�l�rke��Iae�, M�rketplace is #he geographic area of �`atr�n�. Dall�� Den#�r� Johnson �ar�zer an� U4lis� ��unfiies Pr�me contraators �ii:.'�t :�E'flfl � hJf fiigr �E','�� p$ 8�� �r�,ihn�,nn#��V}�e5r5Ll tzlik±re, i �� n. a- �r �� v f�l" f:"�t... fs t+�� �.. Jt..l C� subcontracting below i;hs Rr�me oa�:�:�;:twr�ewn��ttarzt �.a. � d����.� p�y�na^t I'r�!�*� tl:� �Orime C�:'!t'F���r �� a subcontractQr is consider�d 7�� tie�, ��a�rnen� b� a�€��c�!;+„��to�� �� Jts s�p���ar ES �o:�sidc;►�� �'� t#�r The p�!!�,� contrac�ar is respansible t� ���;iide p�-w�� r�# payrnent �f �il ti�:��l s�r��^^�1`�C�OTS aC�t�'nfiifad �s � f�lB� :�;;� CA[IiI�IC1f� �i105B C�Q��afS �O'W�fI�S f'fM��'tlll$� fi�1w C�ii�C�CC C�!'{7i�7i��BC� c2o�l. ��� n'u��� �u��° �� ���r����� ���aa� �entr��a��r �►u4►���. �ertificaglon means those firms, located within t�e Marketpface, that have been d�termined ta be a bonafid� mi�arity b�siness �nterprise by the Nor�h Central Texas i�egiana! Ce►�ification Agency {NCTRC,4) and the �a�las/Fort Worfh Minarity Supplier Develaptttent Counci► (�IFW MSDC)_ i� li�:lr.;:� S@�1�;@S ��k.' Ii�1�1�C�� �P��' ��F�1'Of tN!{f [�a �n;ti;,r�n C�#3C�!t �S ��^.P.� $� �r'T� ��� �]SiE.'� G'::'^S �f�� ' op�rales a�t IeLsi �r�� fully �fu�;�sed ar�d o,��rati�,��! tr�rck !o be Ei�e� o� thc� co��ra�#. 1`h� A�!�� rr�s�y €o��a truckS from ��nt!��� ��E fi�, thcl�EdJng P�9B� �;rrner-�r�ted, ar�� r��e;+re �ul� N18� cr��+it. T�� Ni�� rr�a}� lease ±!-!,�;;i�s fr�m �t�rr-i1+4���, i^ul�,�in� �wr��-c��e�a#ed, but w��l o�n!y reuaive c�red:: �,�� ii:� f�eS and comrnissiar�s �arr,�cf by �he h+l�� �s c�ut�ined in t#�p J�a�e a���e::�:e�k, Rev. 2/13I'tg _ � - - — — - ___ ,�_ - ���� ATTRCHM�Ni" 9A Paae 2 of 4 Of€erors are required to identify ALL subcontractors/suppliers, regardfess oi statu5; i.e., Mir�p�ft.�+ ar�cf �1on-M��:�. MBE �irms are to be listecf first, use addifional sheets if necessary. Please nate thai onfy certi�ed MB�s will 6e aounted fo n-teat an MBE goai. � - SU�CON�'RACiQRISU�PLf�R o Company Natne r M y� n Detail �€tail Address i 8 � Suhcont��ac#ing Supplies �'efephonel�ax e � � N! WorFt Purcf�ased nollar Amount €+naif r g Goniact Person E -- - -- - — SILVAS TRUCKtNG r�Au�. oF�, ��o,oao.00 2509.lANICE f�N MR7EF�fAL FORi WORTH,Tx 7s�01 SiJPPLY 817-4�1-939 7 benito.sil�a@sFfvastruckingllc.c � � orn BENNY SiRVAS J&F� CONCR�T€ CONCR�7E 'i5�,000.0� 1311 CL�A�UAL� DR WORK DALLAS , TX i5232 2'I46751661 � � jandhconcret�@att.net HARVEY SOLO�tON � � ❑ � � � 0 � Ray. 5115179 �'o��� Ai-TAGHMEI�T 'fA o�..e o ..s �r . ...y.. ., ... -. OfFerors are required to ident�fy QLL subcantraciorslsuppliers, regardless of status; i.e., 14�I��r�ty �r�d nan•M�#E�e. MBE frrms are to 6e iisted frst, use additional sheeis if necessary. Please noEe that only certifi�d MBEs will be oountacf tp �eet ar� MBE goaf. �_ � _ �_ �_ _ __ _ SLJBCdf1#TRAC"PORlS�d�'p���R o Company I�ame 7 M1,� W n DeE�ll i3�tai1 �.ddress i g g Suhcpntracting Supplies `�elephonelFax e � � M Work Aurchased dollar Amounf �maif r g Contact Persun E � � � � � � � � � � � � Rev. 5/15I7$ Fo�� Tafia! Dollar Amount af i�ld➢�� SubcontractorslSuppiiers iotal Doilar Amaunt of i�on�i�A�I� Subcontractors/5uppliars � 305,OD0.00 � T'8�'A� ���i.�,eoR AiV�QUN f �F� ��,f� su�cC�RI�F�ACiQRS/SUP��1��S � �305,�OOAO arrac�nn�n�� 1A Page 4 of 4 The Off�ror will nat make addi�iar�s, de���IOClS, Of SUbS�itE�tlaffS t0 t�FIS CLF#I�#Lti 1�St Wlt�lo[�t tha nrinr an Offrce of Business wi�er�;+�y through the subrrmi�#aI nf a r�zp���s� ��r .�6pprc�►r�� �f Gha� e/Aa�di�1�„ rarm. An� �,:�siustified ��;�nge �r c�ele+i�� �h��� bV a i:^aie��a� �FR�Yh ef co��ra� �^�i i�!ay re��t�!# Fn d��armenl ir� accvrd v°ry+� the ��rc�r_.�r��r�$ �t�tlir;a�+ I�^ #t�L n.�dinanca. 7�:� �fferar sr��Ii �u#�,•r,�i � rleta�#�� ��pian�fivn �f haw �he r�q�esteri �ti�ngeladcsition �r de!a+�Y^ wilr $fFc�e! thp �o:�::::±!e� PJtR� c�oal. �f �he �et��! �xnla���tion is nat submltted, i�t wvi[i a#fect ahe �na! ��mpilanc� �etP�;;��a.+f�►�. I By affixing a signattare to thi5 form, the Offeror further agrees ta provlde, directly #a the Ci#y upon request, complete and accurate ir�formatian rEgarding actual woric perFarmed by a!I subcontractars, lncluding ti/IB�{s} and any specRal arrangements with MQ�s. The Offerar also agre�s to a!!ow an audit and/or exam�natian of any boaics, recards and ffles held by their company. The Of�eror agrees #o al#ow the transmission of infierviews with awners, princ(paEs, �fficers, employees and applicable suk�confractorslst�ppli�rs partic�pating on t�� cot�tract t�at will substar�tiate t�e actual woric perforrr�ed by ti�e MBE(s) on this eanfract, by ar� authorized officer or employee of the City. Any intentional and/ar knowing misr�presentaiion oi #acts wiil be grounds for termirtating the contract oT debarmenf frorn City work for a perlod ofi not less than three {3) years ar�d far initia#ing action under Federal, State or Lacal laws concerning false siatements. Any #ailure to comply with tFtis ordir�ance creates � material breach of the contract and may resuit in � de#ermi�ation o# an irresponsii�fe Offeror and debarment from participating in City work for a period af�ime no# less than one (9) year. ���I�a���!'1� IV1���� '��. 62�4 ��F���IC�� ��. ����ian�,�rX 7�00� O�ce of �usiness Divers(ty �mail: m beoffce(a�forhvoi Ahana: (�17) 392 267a Rev. 5/15119 Printed Signature ������� ��^� Contact Nam�li'iile jif dif�prmnt) Teta�hone �na�lor F�x � � . r�n���uinc�grr�ail. �o�n ��nsi� /4dar+�sa � �i� � r���o �et� �C�6m�'� ���e ��tes �'�[�S �AG� ���F� �I���EI�TT���TA.LI1� ��LAI�� 2021 CONCRETE REWABILITATIOlV UNIT PRiCE CONSTRUCTION CONTRACT City Project No. 102884 2013 PREVAIL.IIVG WAG� RAT�S (Hea�y and Highway Construction Projectsj CLASSIFICATION DESCRIPTION Asphalt Distributor Operator Asphalt Pa�ing Machine Operator Asphalt Raker Broom or Swee�er Operator Concrete Finisher, Pa�ing and Structures Concrete Pa��ment Finishing Machine Operator Concrete Saw �perator Crane Operator, Hydraulic 80 tans or i�ss Crane O�erator, Lattice Boom 80 Tons or l.ess Crane Operator, Lattice Boom O�er 80 Tons Crawler 7racror dpera�or Efectrician Exca�ator Operator, 50,000 pounds or less Exca�ator Operator, O�er 50,000 pounds Flagger Form Bu'sider/Setter, Structures Form Setter, Pa�ing & Curb Foundation Drill Operator, Crawler Mounted Foundation Drill Operator, Truck N�ounted Front �nd Laader Operator, 3 CY or Less Front End Loader Operator, O�er 3 CY Laborer, Common Laborer, Utility Loader/Backhoe Operator Mechanic Milling Machin� Operatar Motar Grader Op�ratar, Fine Grade Motor Grader Operator, Rough Off Road Hauler Pa�ement Marking Machine Operator Pipelayer �teclairner/Pulverizer Operator Reinforcing Steel Worker Roller Operator, Asphalt Roller Operator, Other Scraper Operator Ser�icer Small Slipform Machine Operator Spreader Box Operator Truc[c Dri�er Lowbay-Float Truc[c Dri�er Transit-Mix Truck Driver, Single Axle Truck Dri�er, Single or 7andem Axle Dump 7ruck Truck Driver, Tandem Axle Tractor with Semi Trailer Welder Work Zone Barricade Servicer Wage Rate $ $ $ � $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ � � $ $ � $ � $ $ 15.32 13.99 12.69 11.74 14.12 16.05 14.48 1$.12 J7.Z7 20.52 14.07 19.50 17.19 15.99 10.06 �.3.$4 �.3. �.6 17.99 21.07 13.fi9 14J2 sa.�2 12.32 15.18 17.68 14.32 17.19 �.6.D2 12.25 13.63 13.24 11.01 16.18 13.08 11.51 12.96 14.58 15.96 14.73 16.24 14.14 12.31 12.62 12.86 14.84 �.�..65 The Davis-Bacon Act pre�ailing wage rates shpwn fpr HeaW and Highway canstruction pepjec�s v,�ere de�errrsined by the United States Departrnent of Labor and current as of SepYember 2013. 7t�e tiC[es and descripYions for Yhe classifications listed ar� detailed in the AGC of 7exas' Standard Job Classifications and Descr€ptions for Highway, Heavy, Utilities, and Industrial Construction in Texas. Pagelofl 2013 PREVAILING WAGE RATES (HeaWy and Highway Constructian Projects) CLASSfFiCATION DESCRIPT�ON Asphalt Distributor Operator Asphalt Paving Machine Operator Asphalt Raker Broom or 5weeper Operator Concrete Finis�er, Paving and Structures Concrete Pa�ement �inishing Machine Operator Concrete Saw Operator Crane Operator, Hydraulic 80 tons or less Crane Operator, Lattice Boom 80 Tons ar Less Crane Operator, [.attice Boom Over 80 Tons CrawlerTractor Operator Electrician �xca�ator Operator, 50,000 pounds or less Excavator Operator, Over 50,000 pounds Flagger Form Builder/5etter, Structures Form Setter, Paving & Curb Foundation Drill OperaYor, Crawler Mounted Foundation Drill O�erator, Truck Mounted Front �nd LoacEer Operator, 3 CY or Less Front End Loader Operator, O�er 3 CY Laborer, Common Laborer, Utility Loader/Backhoe Operator Mechanic Milling Machine Operator Motor Grader Operator, Fine Grade Motor Grader Operator, Rough Off Road Hauler Pavement Marking Machine Operator Pipelayer Reclaimer/P�Iverizer Operator Reinforcing 5teel Worker Roller Operaior, Asphaft Ro[ler OperaYor, Other 5craper Operator 5ervicer 5mall Slipform Machine Operator 5preader Box Operator Truck Driver Lowboy-Float Truck DriverTransit-Mix Truck Dri�er, 5ingle Axle Truck Dri�er, 5ingfe or Tandem Axle Dump Truck Truck Driver, Tandem Axle Tractor with 5emi Traifer Welder Work Zone 8arricad� 5ervicer Wage Rate $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ � $ $ $ $ $ $ $ $ $ 15.32 �.3.99 �.2.69 11.74 14.12 16.05 14.4$ 18.1Z 17.27 20.52 14.07 19.80 17.19 1fi.99 10.06 13.$4 13.16 17.99 21.07 13.69 14.72 10.72 12.3Z 15.18 17.68 14.32 �.7.19 16.02 12.25 13.63 13.24 11.01 16.18 13.08 11.51 �.2.96 14.58 15.96 14.73 16.24 14.14 12.31 12.62 12.86 14.84 11.68 The Davis-Bacon Act prevailing wage rates shown for Heavy and Highway consYruction projects were deYermined by the United States Department of �abor and current as of September 201�. The titles and descriptions fo�-the classifications listed are detailed in the AGC of Texas' Standard Jab Classifications and Descriptions for Highway, Fleavy, Utilities, and lndustria] Construction in Texas. Page � af �. �l�T� 1 �� Ge����i l�Ta��e� 7�]E��S ]PAG�E �L��"I' I��'�I�'�'��I�TAIIIIY ��.Ai�T� 2Q21 C�NCRETE REHABILlTATION UNIT PRICE COI�STRUCTION CONTRACT City Project No. 10Z8$4 General l�otes Division 41— Ge�era� Requirements General: 1. The Contractor shall be responsible for locating aII utilities, whether public or private, prior to excavation. The infarmation and data shown with respect to existing underground facilities at or contiguous to the site is approximate and based on information furnished by the owners of such underground facilzta�s oz on physical appurt�nances obs�zved i�a tk�e field. The City and Engineex slaall �►ot be responsible far the accuracy or completeness af any such informatipn ar data. The Contractor s�aall have full responsibility for zeviewing and checking aIl such information or data, far locating all underground facilities, for coordination of the �vork �vith the avvners of such underground faci�ities d�ring constracYion and for the safety and protection ihereof and repairing any damage thereto resu�ting from the Work. TYus Work shall be considered as a subsidiary item of Work, the cost of which shall be included in the price bid in the Proposal for various bid items. The Contractor shall notify any affected owners (utility companies) or agencies in writing at least 48 hours prior to constructian. a. Notify TEXAS 811 (1-800-DIG-TESS or www.texas8ll.org) to locate existing utiIities prior to construction. b. Caution� Buried electric Lines may exist along this pzojecE. Coxztact el�ctrzcal providers 48 hours priar to excavat�on : • 4NC4R Will Riegler $17-215--6707 • Tri County Kevan Mooney $17-752--8160 c. Caution! Buried gas lines may exist alang ihis project. Contact Attnos Energy 4$ hours przox to excavation, and �rithin tvvo (2) haurs of encountering a gas line (John Crane: 517-207-28�5) d. Caution! Buried communication cables may exist alang this project. Contact communication companies 48 hours prior to excavation: o Spectrum/Churter Communication Sherri Trahun 817-271-8I08 � AT&T Gary Tiiory 817-335-6202 � One Source Commuraications Jeremy Hegwood 8I7-745-2243 e. Caution! When doing wazk within 200 feet of any sagna�ized intersection, tk�� Contractoz shall notify Traf�c Maz�agarneni Division of Ciiy of k'ort Worth T/PW, 72 hours prior to axcavataon (Kassem �lkhalil: 817-392-8742). The Caniractar shall protect existing signal haz'dware, gxound boxes, deteciion loops, and undergraund conduii at signalized intersections. An�+ damages at signalized intersections shaIl be replaced at the expense of the Contractor. The Contractor shaIl contact the CiEy at 8 i 7-392-810a to perform conduit line locates at signalized intersections 72 hours prior to commencing work at the intersection. f. T�ie Contractor shall notify the City of rart Worth Project Manager 4$ hours prior to the start of any excavation (7'ariqul Isla�rc: 817-392-2486) 2. Contractor's personnel shall i�ave identiiying clothing, hats or badges at all tiznes wl�ich identify the Contractor's name, logo or company. 3. Protect concr�t� curb and gutter, driveways, and sidewalks that ate not r�esignated for remor�al. IZemoval and �eplacaxnent of tl�ese iterr�s shali be as designated in the drawings. CITY OF PORT WORTH 3�'ANTJA�iT] CONS'1'RUCTION GENERAL NOTES Version Release December 18, 2017 Dxvxsion 32 �- E�teriox �zn�rovez�c�ez�ts General: 1. At locaCions where the curb and gutter are to be replaced, the Contractor shall assume all responsibiliry for the re-establishment of existing street and guiter grades. Establishment of grades s�aall be considered as a subsidiary item of Work, the cost of which shall be included in the price bid in the Proposal for various bid items. 2. All driver�vays, which are open cut, shall have at least a ternporacy drieing surface at the end of each day. The temporary surface shall be considered as a subsidiary item of Work. The cost of which shali be included in the price bid in the Proposal for various bid items. Sike Lanes and SharecE Pavemeni Markings: 1. Proposed bike lanes should maintain a minimum effective width af 4 feet (measured from edge of gutter to center of stripe). 2. Bicycle pavement max�ings should be located 20 feet froxn the curb returr�, siop bar, ax cross walk (wk�ick�ever is applicable) unless denoted otherwise in the drawings. 3, Cornbined width of bike lane and on-street parI�ng should noY be less than 13 feet. 4. If travel iane is greater than 14 feet wide, shared pavement markings shall be placed 4 feet from face of curb or edge of on-street parking (whichever is applicable}. 5. If i�av�l lane is less than or equal to 1�F feet wide, shared pavement rrjarkings shall be placed in the middle of the travel lane. 3. Bike lane symbol, arrow, and shared pa�ement markings should be repeated at the beginning of each intersection. 4. Qn uninterr�pted sections of roadway, bike lane symboi and arrow should nat be spaced more than 33Q feet apart and shared pavement markings should not be spaced more than 250 feet apart. 5. Bike lane symbol, arrow, and shared pavement markings should not be placed at private driveways or public intersections. 6. Bike lane striping should be 4 inches solid white, hot-applied thermoplastic unless specified otherwise in the drawzngs. All otFier bike lane pavemeni markings shall also be white, hot applied thermoplastic unless otherwise specified in ihe dzawings. 7. Ail dTmensions are from face of curb and are to center of the pavement marking. 8. Shared pavement markings should not be used an facilities with a posYed speed greater fihan 35 rr�ph. Sidewalks and Curb Ramps: 1. The curb ramp standard details are intended to show typical layou�s �or the construc�ion oi the curb ramps. The inFormaiion shown on the standard details meet Che requirements shawn in the "2Di2 Texas Accesszbality Standards" {�'AS) and ihe "2010 ADA Standa�rds for Accessible Design" by the Department of Jusiice. 2. City of Fort Worth Standard Details are only intended to indicate pay limits for each type of ramp, the Engineer is responsible for the development and des'rgn of the sidewalk and curb ramp layaut, including actual dimensions and slope percentages. 3. The Contractor may not make changes to the sidewalk and curb ramp Iayout without approval of tl�e City. The Cantractor may propose changes to the sidewalk and curb ramp layout due to field conditians, but any praposed changes rnust be appro�ed by the City. 4. Curb ramp running slopes shall not be steeper than 8.3% (12:1). Adjust curb ramp ler�gth or grade of approacia sadewalks as dixected by the City. 5. Curb ramp ffare slopes shall nat be stee�er than �0% {10:1) as measured along back of eurb. 6. Maxirnum allowable cross slope an sidewalk and eurb ramp surfaces is 2%, 7. The minimum width of sidewalks and curb ramps shall be 4 feet. CTI'Y OF FORT WORTH STANDARD CONSTRLTCTIpN GENERAL I+IOTES Veision Release December 18, 2017 S. Landings shall be provided at the tap of curb ramps. The landing cl�az- lengih shall be 5 fe�t z�i�inrzuzn from the end of ramp. The landing cleaz� width s�aall be at least as wide as the curb ramp, excluding flares. The landing shall ha�e a m�trr�um slape of 2% in any direc�ian. 9. In alterations where there is no landing at the top of the curb ramp, curb ramp flares shall be provided and shall not be steeper tl�an 8.3% (12:1). 10. Where turning is required, maneuvering space at the top and bottom af curb ramps shall be 5 feet by 5 feet minimum. The space at the bottom si�all be whoIly contained within the crosswalk markings and shalI not project into vehicuIar traff�c lanes. 11. Curb ramps with returned curbs may be used only where pedestrians would normally walk across the ramp, ei�er because the adjacent suriace is planting ar other non-walking suriace or because Che side approach is substax�tially obsiz�ucted. 12. Wheze curb zaznps are provided, crosswalk z�ar�ci�gs shall be zequzred a�d raznips shall be aligned with the crosswal�. � 3. Cou�ter slapes of adjaining gutters and road surfaces immediately adjacent ta the curb ramp shall not be steeper than 5% (20:1) in any direction. CI'I'Y OF FOBT WORTH STANDARD CONSTRUCTIOAI GENF.R.AL NOTES Version 1Zelease llecember 18, 2D17 nyv�s�on 33 - ut3rities General: 1. For utility work within utiliry easexne�ts, once pipe or appurtenances k�ave been i�stailed oz rehabilita�ed, immediately comix�e�ce texnpozazy suzface resiozatzon. Coz�r�plete suz�ace restoration io tk�e ow�a�z's satisfaction witl�in seven (7) days of wor� finishing on-site, Failure io maintain surface restora�ion, as noted above, may result in suspension of work until restoratian is com�lete. 2. Existing vertical deflect�ons and pipe slopes shown on the drawings are approximate and have not been field verified, uniess otherwise noted. Rim elevatians, flow lines, and horizontal FocaCions oi existing manholes were determined from field survey. If �eld conditions vary fxom those showzi on drawings Cont�actor shall notify Czty. 3. Maintain all e�usting water and sewer conn�ctzox�s to custoz�aers in woz�ing order at all tzmes, except for brief intezxEzgtio�s zn sexvice for water and sewer services to be reinstated. In no case shall services be allowed to rez�aain out of service overnight. 4. Establish and maintain a irench safety system in accordance with the excav�tion SafeYy plan and Federal, State or lac� safety requirements. 5. 1'rovide and follow approved Confined Space Entry Program in accordance with OSHA requirements. Confined Spaces sl�all include manholes and all other conf�ned spaces in accordance with OSHA's Perrr�it required for Confined Spaces. 6. Only City prequalified Contractors, by appropriate Water Departrr�ent work category, shall be allowed to adjust valve boxes, manholes, ring & co�ers, etc. Water: 1. Provide thrr�st restraint by means of restraining joints at fittings and concrete blocking. Wl�en specifically indicated on the Drawings, provide thrusE restraint at designated joints beyond the fittings. Each method shalI be capable of thrust restraint independent of tY�e other system. The Contractor shall refer to City Standard Details for area required to install concrete blocking. 2. Ail ductile iron rnechanical joint �itiings shall be xest�rainad ta pipe using xetaznez glands. 3. Praposed water mains shall have a x�zniz�r�.uzn covex of 48-inches covez� ahove the top of pipe, unless shown otherwise an the drawings or details. 4. All water services shall be installed above storm sewers, except where shown otherwise in the drawings. 5. Elevation adjustment at connections may be made with bends, offsets, or joint deflections. Joint deflections shall not exceed fifty percent (50%} of manufacturer's recommendations. G. Temporary pressure plugs required for sequencing of construction and testang of pxoposed water lines shall be considered subsidiary to the work and shall be incJ.ud�d in tl�e pz�ice bid in the Proposal For various bzd itcxx�s. Sanitary Sewer: 1. Verify that all connectrons to the sanitary sewer system are far sanitary sewer only. Notify City af any discovered illicit connections. 2. The Contractor shall be iiable for all damages to properties, homes, and basements from backup, which may result during the installation of new pipe anci/or ab�danment of existing pipe. The Contractor wiIl be allowed to open clean outs where available. The Contractor will be responsible for all ciean up associated with opening cleax� outs. 3. For all sanitary sewaz sezvice connections at rr�anhales, provide a hydraulic slide in accardance with the details. C1TY OF FOKT WORTf3 STANDARD CO�TST[tUCTI4N GENERAL N4TE5 Vexsion Release Decembex 1$, 2017 Storm Drazn: 1. Maintain the existing storm drainage system untiI the praposed system is in serr�ice. Tn no case should the Contractor leave the existing storm drarn aut of service whereby runoff would cause damage to adjacent properLy. 2. Construct all drainage improverrtents from t�e downstream end to the upstream end to allow continued storm drain service. If tl�e Contractor proposes to construct the system otherwise, the Contractor shall submit a sequencing plan to the City far approval. 3. Take appropriate meast�res to preserve wildIife in accordance with appIicable federal, state and Iocal guideIines. ciz�� ox �o�z�r woxTrr STANDARD CON3TRUCTION GENERAL NOTES Versipn Reiease December 18, 2p17 D�visian 34 - Transportation General: 1. �zior to activaiing traffic signals with new ar revised signal timing, the contractor should e-mail Aziz Rahznan, Sr. Professional Engineer, at A�iz.Rahman@fortworthtexas.� (and copy Kasserr� Elkhal�l, Professional Engineer, at Kassem.ElKnalil@fortworthtexas.�ov) at least three (3} weeks in advauce to schedule that. 2. If new cabinets and controllers are being installed and the controllers need ta b� progxarz�zzzed and tested by City Forces; the contractoz should deliver them to tk�e City of Fort Worth, Signal Shop at SODI James A�c., at least three (3) weeks in advance to schedule that. 3. Unless t�aexe is a coznpelTing reason, a ne�w lraffic signal will be put on flash on Thursdays and warking colors the following T'uesday. 4. Svvitching from old traf�c signal to a new one, t�iis should be dor�e on Tuesdays only. 5. Notify Trafiic Management Division {817-392-7738) Froject Representati�e at least 24-hours in advance of alI concrete pours. Inspector must be present when concrete zs placed ox� the pxoject site. 6. � auplicable, equipxnent supplied by the Czty will be available for pick up from the Transportaiion/Public Works (TIPW) Warehouse at SD41 James Avenue and/or the Village Creek Pole Yard {5000 MLK Freeway). The Project Representative must authorize all equiprnent pickups. '�. Design consultant shall submit electrorfic file in CA.D forxxiai as well as PDF { 1]" X l T') o� �inal signed and sealed plans to the Ciry. S. Cor�tractoz shall provide a 5�year m�nufacturer vc7arranty on APS systems. The warranry dacuznentation shall include the st�rt date (vvhen material is delivered to job site} and Ehe end date of the warranry and the serial number of the equipment. Trafiic ,Signals: 1. The City will not provide traf�'ic sigr�al cabinet or traffic signal cantroller to the Contractor. The cost %r these items must be included in t�ae City project budget, or for all privately funded projects, ihe cost must be included in tF�e bid package for purehase from the �vendor. 2. The Contractor shall provide all matcrials needed to construct a fully operationa] traffic signal as caIled out for in the plans and specifications. 3. All existing signal equipment shall remain in piace and operating until new equipment is in place and ready to operate. 4. The Contractor is rEsponsible for hauling and properly disposing of salvaged material from the jab site to a disposal site of their choosing. The Contractor will not be allowed to drop off sal�aged materials at the City yards. Fo�ndations: Ci'['Y OF FQRT WORTH STANDARD COAISTI2UCI'lON G�N�RAL N01`BS 'Uersion Release Decembcr I &, 2017 1. Dimensions shown on plans for locations of signal faundations, conduit, and other xtems may vary in order to m�et local conditions. AIl locations of foundations, conduit, and ground boxes shall be approved by the Traffic Signal InspectQr or the City Engineer. 2. Contractar shall contact the City traffic signal inspector prior to pouring cabinet foundahan to be sure that tempZate and bolt patterns are correct for type of cabinet being suppiied. Foundation shall be insialled per City Specification and City Detail. 3. Piez Foux�daiiox�s shall be poured togethez in o�e piece. 4. No signal poles shall be placed on foundations prior to five (5) calendar days follawing pourin$ of concrete. 5. Contractar shail clean up and remove all loose materiat resulting from construction operations each day prior to the work is being suspended. 6. Controller cabinet concrete apron shall be subsidiary to the bid item for the controller cabinet foundation. Cabinet %undation and apron shall be poured together in one piece. Cantroller and Cabinet: J. Con�tzactaz sk�all i�stali controllez cabinet and co�nect a11 assoczat�d fieid wiring. 2. City will install signaI timing and program coniroller, Conduit: 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 Sc�acdule 80 �VC. 3. Electrical service shall be installed per City ,Specifications and City Detail in separate 2° conduit from the meter to the signal cabinet. Signal Heads: 1. All signai heads shall be McCainiM, EcQnoliteTM, or approved equivalent style and dimensions. 2. All signal heads shaIl be covered with burlap or other approved material from the time of installation until the sig�al is placed in operation. 3. All signal head attachz�ents slaall be designed such ihat the waring to each sigx�al head shall pass from the mast arm thraugh a rain tight connector to the signal head bracing ar attachment hardwaxe to the signal head. A smaII amount of exposed signal cable sha1I farm a drip loop. 4. All LED signal indica�ions shall be General Electric (GE) GelcoreT'" or equi�alent and shalI meet the �atest ITE standards. 5. Signal heads (all displays) and pedestrian Walk and Don't Walk heads with countdown displays shall have LED inserts. � 6. Clam-Shell mounting assemblies shall be used for pedestrian indications. cz�rx o� �oz��r woz��rx STANDARD CONSTRUCTIOIV GENERt1L 1VOTES Version Release December 1S, 20i7 7. All LED signals shall be of �he incan�escent appearance. $. All si�nal heads shall have black aluxzvnuzn, louverad, single piece back plates coznpatible with McCain�TM, EconoliteTM, or appraved equi�alent signal head housings. Tra�'�c Signs and Pavext�e�zt Maxki�gs: 1. All traffic signs and mo�nting hardware shown on the plans wiIl be furnished and installed by the contzactoz including tl�e metzo street name signs. The contr�ctor shall provide a detail sheet far the metro street name signs with block numbers to the City for approval priar to fabricataon and installation. 2. E�isting stop signs and posts wiil be removed by the contractor upon, or before, the signal turn-on. Detect'ron ,Systern; 1. The Contractor shall furnish and instalI the IterisrM Vantage Vectar Hybrid Detection System and cable. 2. The Contractar shall instali, aim and pxograna all detectozs as per City Standard Specificatians and Czty Detai�is. 3. The Contractor shall re�er to and City Standard De[ails and project plans for detection zones placement. Emergency Vehicle Preemption Eq�ipment (EVP): 1. The Contractor shail funaish and insiall the OpticomTM EVP {detectors, cable, and discriminatar units). 2. The Contractor shall install the EVP detectors on the mast arm as shown on the plans and appropriate C'rty Detail, and run one continuous EVP cable from the detectar to the cabinet. Installatian of the EVP system wilI be paid far per bid item. Accessible Pedestrian Signal {AP5): l. APS units with audible messa�e shall be installed on all TxDOT Iocatians or at the direction of the City �ngineer. 2. APS units shall comply with the latest version of the Texas Manual on Uniform Traffic ControI Devices (TMUTCD). 3. AFS units shall be instailed per Ciiy Standard Specification and City D�tail. Baitery Backup: ]. Tf called out for in the plans, battery b�ckup ur�its supplied shall eomply with the City Standard Specafications. Installatian shaTI be completed per Cit� St�dard Specifications and City Detaii. Traffic Control: 1. The Contractor shall submit a Work Schedule, Traffic Control Flan, and acquire a Development Permit from Development Department, at 200 Texas Street. Contact Chuck McLure (8J.7-392- 7219). C1TY OF FORT WORTH STANDARD CONSTkUCT10N GEN�,R.AI, NOTES Version Release Decembcr 18, 2017 2. Tl�e Contractor shall be responsible for the safery of pedestrians and motorrsts in the area of the traffic signal construction site. 3. Roads and streets shall be kept open to traffic aE all times. Contractor shalI arrange construction sa as to close only one lane of a roadway at a time. 4. AlI construction operations shall be conducted to provide minimal interference to traif c. AlI traific sigz�al equipznex�t i�zstallations sk�all be arraz�ged so as to peznnii continuous znov�nrzent of traffic in all direciions at all times. 5. Contractor shall be responsible for any srgnage necessary during construction. 6. Unless otherwise noted, it is the contractor's responsibility to ensure that signal indications and tirning are adjust�d and maintained to ensure safety in work zone at all times. 7. Any traffic signal modifications during constructian are subsidiary to traffic control plan (TCP) pay item. 8. Any iraffic signal modifications should be in compliaz�ce with the latest version of the Texas Ma��al o� Uxaifoz�m Traffic Contzol Davices (TMUTCD) and the City of k'azt Worth Star�dazds. 9. The contraciar shall submit any proposed traffie signal modifiea�ions ta the Traffic Signal SecYion for their approval ten (10) days prior to any changes. Electric ,Service: 1. Install the required e�ecti-ic services and obtain an electrical service permit in each instance, cost of which wiIl be paid by Che Contractor. 2. The electrzcal service shall b� 100 anrzps witk� ] 20/24a voltage bzancla cizcuit and sk�all comply with Cziy Standard Specifications and City Detai7s as applicable per plans. L�minaires: T. The Ciry will not furnish luminaire material to the contractor. The Contractor shall furnish and instalI LED �uminaires for traffic signals in accardance with the latest City 5tandard Specifications, City DetaiIs, and plans. 2. All new streetIight pale types shall match ihose of the suzxaunding area of Fart Warth for which Chey are being installed in. Co�tact the Ciiy Txaffic Manageme�i, Street Light Section ai ($ l7) 392- 7738 for dircction on light pole types alIowed areas. The same pnles shalI be consistently used thzoughout subdivisions. crr� o� �oxx woxrx STANDARD CONSTAUCTION GENERALNOTES Version Release December 18, 2017 SI���la�0 S�.and�a�d �o�si����i�� I�e��fl�s �]]E�IS PAGIE ]LE��` �l\T�']El\TTIO1\TA]L]LY �]LA.�� 2Q21 CQNCR�TE REHABILITATION UNIT PRICE CONSTRUCTIQN CONTRACT City Project Na. 10Z884 4' 4�11 1 L I � ��� ����� 1�� . _..._-__�- _�� f 4 _ �__. .� .__ _._ _ ✓._ _ ,. _.._ _._ : _ � ...____.. 4 _ � _ ._. � ..._ W 6�„ - ..z_. _,-4 r• _ .- � 1i 3" 3 ������� ����� J f�� f 4� 82.. �� r� d � � � i I- 3" 12,� 22�� i2" � 2�� .� 1 �� 2 F=i1" 1YP. Confiracfior: G��tra�t��°�� �a�ne C�uestions on this �roject Gafl:_ (817) 39� -� X�:XX Af�er Hours Cafl: (81 i) 392 � XXXX i " TYP. i„ 2 12 1" 1" 22 FONTS: NOTES: FORT WORTH LOGO 1N CHELTINCHAM BOLD IF APPLICABLE TO THE PROJECT, ALL �THER LETTERIf�G IN ARIAL BOLD CONTRACTOR SHALL OBTAIN VINYL STIC�CER "CI�I( GA5 LEASE REVENUE COLORS: IN ACTIQf�" 1 LOGO AT CDR SIGN AND FORT WORTH - PM5 2S8 - BLUE ENGRAVING, 6311 EAST LANCASTER LONGHORN LQGO - PMS 725 - BROWN AVE {817-EI.51-A68A), PEEL AND PLACE LETTERING - PMS 288 - BLUE IN FUNDING $EGTION_ BACKGRDUND -1NHiTE BORDER - BLEJE F'ROJECT DESIGNATIQN SiGN � �� � � 2 R ����� '� � � �� � �a z3s � y �������� i � �� � v �p.�., �. � � `� . r�,. ..�� "�;� �$ 4 � � � O� Ue Q� O � 2 � 6 U a � 4 � � d tl �� �� 3� �� �3 �� � �� �� � �S � 7� �� n �� � �7 � �a � �� � � �a � ��� � ��� �������� r� �� � �� � �.�:�.� a � � ��:� _� a �� ������� ; � � �� ���-� � - o � � °�`"�$� a �a �. � s. �e U ��_ � �� ��� � ���:�w .k ���� o ��� ' z _ ;� o � 'I�� x � `[Y � y +r • Q ��� � ' � k'� � � s��.._I�� � � � � e s �� .�_, ->;� " t:: o > ie -�'yn�� :.4' Z � �=�; �.�� 4 � f�" .a:c �z o s ;.? z;_ ;: F = `�� :��; = o 6'� � '� �" � „ �� �� � ���-� :� � ��� ,� s� ��� v' � �#� � �44 i�,�.: d ��� l r , � =s�, �� Y:fi' �e . ,: � � � ❑: � :' ❑ �� � � � � FR i;:� (/J . �- j3� p"b : �, �� �} � ���I ;r. Z ��" (s� �6 � x • -' � � ii e a ��� � A� a .,,���4 �� yF, � � ix' Q �� �: f��" 1 (} �C l ` " � _ Y lf e y � �- x . m�` : �,:� �: � � �,x� z !i O � � ���-1 ��� } � �� � . �� � ��� ' r �'� z . :Yr Q � N� ` U o s «���e H r?' �� Q .� �= U •" f�- 5 �� ' yy x� � � �� � � e -� �� � �� � �� o �' ii. � � � �� �o � a � �`� �� �� no�� �_ � � b� �N � z � � o° � z � � �� �� � ,� �a� � :���� o �Y}Z �� Ii:."1��'y�-�};�+"`J� J � k .�;;i.�'� r: h;i✓r.: s- � x T �r:, :£::;a:;_.� � � :������;.��;�'{'yt- o ` ���..,...,, . , _ � � ��� ; � ' �' �� o 6 ��� � � � x« o a�e : g ��� ' 4� v �a� �' : :, � '. T i'�� � � !� Z Q . ; �� O � � — e �J� ' k��" � � � *r : �� "=�� �� ' < _ �; �f H � z o` z Q � �X� W � � 7 � � I-- � p�� „ _ � :� a':` z ��axa 6 �5 �� r0. ����� �f � �.� � � '� �� � � i �l o ��b�+ � � e> U= z ��g � �� c8� 8� �sp� �m � � � F— � g N � S k 8 R ����� �P6 � � �� � �gbb� �� � & € � A�������� � � i�� o I I I I I I � � I�l�� g Yy � 38 r°W ,� 8�� � . �, �i j ��,�x::4' - C..) '�:��k�.. � � �:;�' eo U M F _ �, � f�., e a � .} �� ��� � � k � Y � a�. �3 �� a� � � _..� � 8� �� g� i 3,�.K.'.� �a sa ��_� ���g�� �� �� $�g� �� � � g g ������ 4 a� �' � � ���$ �� �?a ����� ���88i 3B ��°.�8 ����� � �� s� � s��� � ���� �3� ��� a� R"� `i ��£x�� �� ���� # a � ��E � 3� ��:�"�a �`����� s ��ea�C ffi„fi��a� = 3 ? d � e � o � og,� • a F F � F � q �,� '��? R�R - � 9 g � i•�,'�k�.-" y� � � &� � � � r� : 1- b % E � � � .x YR � 55 £ x �� e�� : ,. ,. �.'. J ¢ fl �� �� �{, �a �O v�i � �� �` '` �°n � O q '``g S��i - °° as �r, ��s �` "'s"'�,�:.'f� zQaU� � Y�'�``�' ^' �ya IiJ 4WI � f N -�Y ey�,A � fA �, f-' .a5� � � m p r T U 6 P a i a� °d� �� w 7 K O � _l � � �� � o �^ � � � � � � � wm a� s � � �� �Jp � a cu Z � � o��� a } � Z� a R` �mg�.§ ��r,� O` T p � y� Ilftli � u 4� oa F� o r � z . � � �� R• R� � � � O O m � W Z O�� a� �n U' a ❑ Z n 4 a � � O � � �% FP �s � 4 � a e �<� ��g� � "pw�" � _ N�hI ox� '�'f x�oLi� _ W�� � zzIU�a � ��- � \ m I \a � � �� � � �o o�� �a� N�� o� � 04q m oU ' {4� � e1V � (9 ���3 H � ��n �a�o � o�� € � U�n vi � O O �� �g — �o � e � I ~ �� �m o �u � � � O� t'F \ -I NO � �m` \. e - �r �o Z zF� I { � Spn ' I�,I o �' � � �� i� . :� Z -N� �� Q y� � a3R' Tlu�t N � � � N 4 �— ', -'� � a �------ � . � u� i_� �r � � .� a oo �� �!'L ❑ `^mFz � � I ° o oO�� 03 I !'*� �i� �.o=a z� � `i �o'° �01: �m� ,, s�� �� — � � �¢ I � j N � �o� I o z �� � � .�.'m � � —� 3 o � � 3c s m d � � � $ � F 4 � 3 � � o q U - � � � � � � � q w N < � � � vi � � z � �i o G � N H � � � o� 4 W m � a o a � � � = � �w�� ������ z����� �� —� .g a� �o �� � ���o � YCIqZ �i 4��{= �o �� s z� .. g �� �� �i�oa d i i i �� MN � �� o� �)4N �g f- Z a � z a �a � � z r O U X zW �z ¢ `aa a� � � Q m W � � 0 �� o�� z�fl � o ��� �''� ��� ��� �M� o�< o�� a�� , � �NO I �� 4 I ti .�9'� �� . > `v �� r m N «7.. - �o Noes - �.--.�- - � � . z„ �� �21 ; ��� o� a�l� � �� � �� �� �� o� :� I j �+ � o� m} � �� i }4 � _�� �r i " �w ��o �� > � - ya `���i � ��o � I a� �---�-�`' 1�. IIt � o�� a I I .' � O � X % � iii � V��� f �N 1 � o "I �- N � �#� f m �-- -�— — — 'M'0'71 Q a Z P U � � � � m� �is� � i�� � �B a�r✓. � �� z� `� a< m �C � � z��5 B� � zg as o �a �� ������ �s F�a � �O a�� mx� q�' Q�4LL qF�o F �i C 0- 6 = []6 Vf � } ����ni I��.1�<Q.� FoW wi`�Jx � i6 � o� ��C 4���� g U �60 ���r7Fi 2W �a �v� o�n��g�y dN'� ��� ���a �m � �� Wo� ���s�oN �zz �i � z�� �� �''� bo �5 U m�Q FU p�p� Y'SN o<NB E� �o z �g� ar �yw � i� �Q F�� $o�"��� �'�+o�. ��Y� �n�'mn < �s 3 jU [��iTF'ad�N TF �p�P� q �qH � yy1 �� 4�� ���� �� rLOz �iq �Q1��� ��F Gi z�v Ur��c� Q �N rm'6 wg �� q�zf'� ��afoaa•ri g+ag �i<� ozceG 3��i � '��n ���� ���Sm��� ��� ���� aS�sg �a« 4� ��g .- N n d m n rb NOTES TO DESlGNER: 1. DETAIL �EFfNES PAY LIMITS OF H1�1AC TftA3J51Ti0N SUBSIOIARY TO THE CONCRETE VALLEY GUTTER CONSTRUCTION. —�EX?ANSION JOINTS PER 32 13 S3—D513 / � A� / ! / �24" HMAC TRANSIIiQN� /PER S€CTiON 32 12 16 1 � EXPANSION dUIiJTS � PER V��" \ 3213 13---D513 O V — — \ ` 9" HMAC J TRAN51710N PER SECTION 32 12 i6 9" SEE NOTE 4 `:.�. •, .�, COA�PACTED - SUBGRAi}� (SEE NOTE 2} -y � � — — I / °� A � '/ � / / � � � � PLAiV VIEW � SEE NOTE 4 VALLEY 9" j�4 BARS � SEE 1" MAX OR AS DIRECTEU BY NOTE 4 18" O.C.B.W. � 7}�E ENGIhfEER < � ' - - - -1�=-I I -�--I fy---� �.�- =1'���= � � IK � ��ly - � I-F I- � (- 8'-0' MIN. � (RESIp�NTfAL S7R�ETS) S�CTION A-A NOTES: 1. TN� 7" REfNFDRCED CONCRETE VALLEY SiiALL REPLACE THE TOP 7" OF THE PAVEMENT WITH THE RENIAIiJING PORTION OF PAVEMENT 70 BE CONS7RUC7�D INCLU�ING SUSGRA�E 7REATMENT, IiJ ACCORDANCE WITH THE TYPICAL PAVING SEC11dN. 2. $" FLEX BASE, TYPE A, GR--1 OR MATCH THE PREPARE� SLIBGRA�E REQl11REMENTS FOR THE PAVEMIEiJT SECTION. 7YPE ❑ aR TYPE 8 ASPHAIT OR PREPARED SUBGRAUE MAY BE L1SE�. 3. PAY LlMITS FRQM EXPANSI�N �OENT TO EXPANSION JOIi�lT 4. 3' ANfJ 2h" HMAC 7RANSITION SUBSIDIARY T� CONCRETE VALLEY GUTTER. CITY MAY APPROVE A�DIll01+lAL HMAC 7RANSITION BEYON� THESE LIMTS UNDER SEPARATE PAY ITEM FOR HMAC iRAN51T10N PER SECTION 32 32 ]6. 5. GUTTER TO BE SHAPED TO COi�fFORM WI7H CONCR�7E VALLEY (OR PAVEI�AEi�fi�. F��� �V���� CITY OF FORT WORTH, T�XAS REVISED: 08-39-2012 �OI�CR�i� V����Y �UT'T�F� 32 16 '� 3�D,�i34 N � i� �� gF 3Q �� � ss � u] H ! a a � � 0 a � U d r � W 4 W y. 3 ui 3 0 J o a ¢ � ? a � i # ¢ G � x - a � � � � g Q - O Y � � w °�dy! 8i \ � " g Y u � tl .. 4 � �- � � � - a o �' � o � p 3 w � W � z .� � r{ 0 o� µU� �rc� 0 o�� 4a� �p,� �� o�� n6N 4 a �� soa %wV ��N s�� � aa ow '"-'�a $aiz �m i w� � aw� �_� ��� ��i z�' �'o� a� �� 8x Ni �m�d N � Z � � X W ���3� � omrca� aa� I �:�' U� � n � a�� -�� �� u�z ��a�- -i a � � �8�� �n o r� F`�a �o� a}:itF I� _ _ 000 - -'�� o "' � � , � zno� �� I..- �a�v; �� �I • �i � 4 ��. ��i � L---�.-:. . _ . ri ..' �' I I; lil S �" f p � � b � ,� � � k �, � s' �o � o I " "(II o��#� ��i �U ' i�+ P.�R�Iw/� I_ . . r�l Z 0 � V � � � � Z � U � Z a �� mo a� $� � s� �� �o � n4 Z O Z O � Q a x w � � c.77 0 z a m � � U W � � � � � C� Z Y Q 3 I Z O z H Z O Z O � z.. aa W � � 7 � � -� 3 � �r X �ilb'M3QIS N � z�a � � � W � � QU� zoa r ��m �pC]� �` m � N 7 � � � � f_)Z�=� � O~ZU Q iL Z � LiJ � � � Z � ~ � d Z¢�O ��Uh- � ¢zxa �� o =�O� t�. ELI dU0 Q � � — � 1 � � H � 2 � Z Z a� ¢ �Q�� m � � U L� O U l¢� O � m Q iC W U � � �� � 4"?�.��.� �� j�, X 'Niw � �oz � ni � 'XVW l �Z! � dwda � � W � � �� �� U � lD v � r �z � w r ¢'' a �? a vo � O � Z � �� �ZX �a M� J ls H Z 0 z 0 � z� ¢ p_ � W � � � a � � � d 0 N � � Z K N Q M � � �W Q- �w � U c� a �� w� om , }ti+! � -0*0�4�+ �f�! \\ `� A 9 ` +9}i A i +}4 ` i� �°�"'+3sf+++t ♦ � 's -� ++ e �� 3 � a < a a m � + � * \ 4 4 + + � + • i + i 't`a°�e .},s 2 M i A ♦ 4 P w� i \ + �F 'r + \ /T4L*a;4 /� . . � 4 T i} C � / i R # 4 . . '4'� X aa� �� �f.- N d r N _ 'xVW _ �' ;�z �xdw _ �Z Y � W 0 � � � I ,� 1 � � a � � � I � � / � � f � � a � � � m� �W �� U � �D v c� z J aw � U I � o� z in p0 � � U � O W U � C.? Z Y J W ¢ U � ¢ I� z� o� z rn m � � U E� 4 U ¢ � Q ---_���_ � .� d � a � m � � U c� z 0 z Q z � in � . ` , �` � �i � kb ;'r`• " .' � ��� �v . �.• �,A �\ �'o � • `.:, •", � �tl,; x.%+. � � � qx' �� � �` ` f y � * 1 `+�' *s � \ Q � _' �� ;y.��y � Q'� � `4 1 :0� 1 ry'V � � 3� � � � � � � � yf1HM3aIS N � �., U ¢ �w �a �� �o �� � m Z� o � ?� N U � x � Q O ¢ � w � Q li d O d � � X K a � m �T � U � � X N ¢ � � � � � �� z � z `n � ax z �� y o �� � �� Z o �. � � Q � `�\ a °- q �� �� z w� � � Z � � �1 z iO � x w o- ' o � �� \ , �• r � W b � � � Q a � °- � �� z z �o � o �� � Q a � � �r z ,--. ¢ r J x F- � � � W v � W �- � } Q � k- � W � U d a a� �a � �a Q � �� O � U z W ao 0 � J � � �z w � wa � z� �o D� U 2 J � 't, e Z z 4 F��D s cn ¢ F= � Q � 2 Z p �F--�� � � C� O I— a ��c��¢ � �z�� ¢ p��=co � ����� = b���M � H��Q� r �a�w0 � Q � � m U r � Q m � W a �_��� w � Q���� Z � �QU�a v—i o =�7p�z o ~ �?}ZD � u1r��r o � a`n¢-� �n �`°����a � �o �07�¢ z � c.iZwFa ('� Z Z � Q ^ $� wv mW a U w� H� w� � rn D�`L •`� � � r K `` :; � ;,`� � ,,f� ' '+: \ ;* ",' � 1 :�` ► "•. ���M��' }' •8 � ` � 1 12�� � �1+�N '� �'„ • 1 2a• + � { � ��i � o � l �� � � ``��� � � I `\ � a � � 'X1�W � � �Z � � "� � � / � Q � W N � � � m a � N U W �+- � � r � ¢ V u7 a a Y � d � 3 N O � W U' � Z M � � r � H � � N � O z Z Q M O p 3� � � w � z �� o � � z.� �a ! � ¢ a 'XtlFV "' � /� � ¢ w� ��6Z � ov�i � � z / � o � � � ' � � � U z ,f Q ¢ � � g I H 0 0 00000 od I 1 � �n _~jZ� � =oQ � F � U � Q � O O � � � k �za � �;o� ¢ u�a.a z p � � Q S Z�� � ��� a ��¢ � � U � � QQ� � ��a o ��� � U p m w � � dm� � Z � � F� z m Op � a�� r ��� J W F � O ¢ W U = Q O � � 0 ��FN o � Q � � z � Q � � � O � � � � � a j a U o ,¢�w z � c.�dzcn I i I i r I I � � z 0 z 0 � z� a � w �. Z �� Z O � Z J x � �'xvw o- GZ � 3 w 0 � r+*+'s� � + + a a ♦ : + I •Niw � �aa +•,;;•; I �xvw �=a� + • � I �n dWV2� +,*s'+' i + ! 4 + I i ♦ + r t + I .,., ;,�,R i I ! I \,\` o � I � �� � F � c� � z Y lai �� Q �� H z w � Q � L� � O � ¢ � � � � J O � W Z r�-� N W L] n r � w H z z a � �. w � a � � 0 � 0 x r � � � y � !�I S F � F 3 } J �fl {,� N D � Y Q S � Q l`A W z� � wa A � � J � ¢ W Q-OZ QFO U Z � W � F � cncAp u�OQ � U ��O w�� FppZ d � ¢ C� � F- �pU ao � � ��x U Q m � � Z �pp0 Z � } � � � F Z � � � W zF� ��� ��d W � =¢O<° � � F N W T � � Q F ¢ M oW�z O aj¢� Nd=(1) Z O H � Z ¢ � � � a �� w 0 in .� Z O � z 0 � z,-. a� w ... 0 � Z.. a � a r w u Y J Q � ��i @ � � U � O w � a � � W K � m� C� w U � � c0 v � �L�.I o � � z J ¢ W }r U � � z� o� � Y O a F H � cn z w z o Q � � � r o � N 'xew a a " %Z w� �>°"-- o x � w � (/� v � ' � I � d' � z �n � ¢ � I � o ' � M I w� v a r`�-, I w�� � '���' I o�na _ � N I � i � � � Z F � � I L7 [7' ' a Z � Z � x � Q Z- � Q J v � w t�ZUZ � � �oao E � ��=ri � � � Qz z � I A K Q Z� � W � p m ��F �(C CJ a' U Q � ¢ � v � F � � �""' _ a � ~ Z = w ��u�a'`n Y Ow C]c.� F- ���ZY- N �Ll. Q OM } � � � � O J � J � � U � � � � � � y � ����� � z Q z o��a� � ,��i, o�¢~u�i ��� F � aOmZ❑ � o � z .-, niZu)Fa � m � � U l� ~ a W w � U a � a � �� o� ¢ �� �� � J O X Z 1 ��� I o ��o � � � N � U Z I � I � I •Nrw ,s � � +#.}+�. � + r + ♦ � t + r ♦¢r++ta ' + + f a ♦ ♦ s ' Z �/ +ii}+iT I � �AdW +}+i*4¢ ' � ��i q.���+*} I ,t.*�++ � �,., , X a Q � ��� Q � � � O N N I ! f � � � � . U � o���.o�, �- � ~ Xbw O �Z O J z.. � � a- w r o w � in C7 Z Y J � �a Z � O � Z (/1 � � � � � � � � I � N-IVM3015 c�.1 � � d- i I 'NIW ,5 � � � a � � a•.�:-a ��, �. �. . . Z " a• � � � � 'NIW l�aZ ;'+#+" •�'a . �� \ a� 'Xb'FN l�Zl s n� wk, �\ � � x dWtl2! ',',+i" � \�� \\ in �� � \ �. ;� • ; � � °#�+� \ I k! i i ��•�• . . � Z i�.l � m � } � O a = i,.i m (� U Q� �Q i0 �.0 �� r- � � J � � � � a Z O F Q U � O z J Z¢ �Z a O �Fr. Wa� JD � � m � a U � Q U I¢L Z � ��� � O f�ll .�.. z Y � J 'r-- � � r W{ay� � 1— .__. � � W ZC}Z a �-dQ� � � � � � a Z � Z � � � � � � a�t—a� U � i�j��Q � � � � � d � Z _ � � � � � � O� � W [Q � � 07 3� Q � m Z o � O �� � ~ m � U d o� Q � V � � Z UG7 =� C�� � d� _ ¢Owa in ~d �'(�~�Z w �o W � R �a ❑H��� � �z ��QF� Vi WJ C2: �1��L1. � q0� aom¢o � ���¢ z �, c�i?cnFd z a� � �o � �� z D � Z O � Z .--. Q 0. d w� w � � � W � � U � � v W U Q K � N c� � Z Z � �d � N w m� �� ww � d -T l JiON 33S n W w= W� �v�?m wr- i, Zw�amz�F �o��n� �o � � � Z � J � _ � = d J �� a �o �-o¢ � �av�WNza¢zvrz � ro o � a r� c� zwo�"��sl¢w?��'za Q�UW F-�QZU�IsZJi NIi4d'WaJQIi��S� DOQ]U'�fndJOWON W � H� zr m � U O U a � z � xlVM3�iS N � in �' � Q � Cl. � � F �L i� _ � Q Z Z � � Z ¢ �' � Q � U¢ � U � Q � � 2 OE.._Z ZwOm� O� ❑N ���zr za¢�rN`' � �°°O ~.~1�dU �2=�cJ) � a U � � � Q � � d � Z � � � O a ��Q`d' F ���za �oc�n�a u �� 'NIW NOI1fSNtl2[� ,� ea�� Z � � � � z �x � N z 0 � z 0 � z .. ¢� X W v oo�oo�oo0000�44�00 t O 4 ' � a g y tii;tr��i y } ; ♦ ; } i 'VNVI4IV�I lI �4Z ' " • - � I1Yf1 4•Z� i'=�n't"� dWHN w',`,", +,. 0 w � � m �r �w � � c� � �V � z w � Q a �� O � a �� � �� �O 1 310N 3�S .,, � � z,'�d zo�w3��L� w W�.7o�ycv aa L�fY�`IQiJU�W a I 2V it1KW L�Zm �N ~mzV/���0U1 rZ -�r`1 O�'"i=U�UW O a`' �FF-�n¢�aF F-- nf Z CO F- Q U UM LJOW(YW W Z�W UF-�QUSW VI� na a���JFW�� F¢� J d H� Z J f/1�C7mw4 Za plsl�F�Z�LLZ 2�00�"�Jp�� ~��w=az�a O�OU�f/YJQF� z� Z 0.� � �3 � Z O H ¢ U � O z� �a ¢ p �F.� W a ,.- J O � m F U O ��z �aw w � vy ov�.1 m a 7 U L� O W U Q � c� v, Z � Z 4'7 K 0 � [L o r N � v� ¢ W � H U N van ��� � �w Q N Q. x�vn�ssaa� \ o � ``� \ A O F # >kP'+ >;r�-,* �Niw ��oa '' 'X'dW 1�Z4 .4 ;¢.a'm' awr� >;;tra; +`: , � � , fl� i � � z w � r a a �0. O � Q � � � � � O J L� Z �� z Z `� ¢x in 'NIW . ,S � r X // o � /� > t $4; A 4 3 -0 a�� 'Niw �:az * • i .t 'xvw ��z� ;.;,,� dwt+a �.,� '>', , ,+¢ « , a 'ti 4 4P r 4�•F + 4 i '`� `�. � � �o � 7 U t� O i�l U 4 i� ' Z � � � � � N I U ¢ � I I I I z i � � � o � ~ � � I Ua I � ['ll � � U (9 [` � � O d- Z � U 3ao � � N �J `--' M m � � � C7 N (J Q M ��� W � W �cna �I`]VMSS02f� W U l¢i " �a �w �� a �a zw � � J Q W � Q U � � � V� } U � O Q LL Zz a p Q Zv Qa U � � � F-� � O J L� � �f � � i '� � 7 i � � � �T % �f �! � "� 'i 7 ) '? 1 "� 'i i � ���� � ��L �� � � ����� � � � � � i , .-� •. . > � � 'o'o`ay � sir'a�r� � E ,°�tM*� 'NIW I�OZ z 'NfYQ G�OZ +°��.'+ I +wt�=�'^ 'XtlW l �7.1 � � .XtlW L �Z L +y+t ��+ y ; *+'.ts; dWb'ii � % dNiliZl �+�A§rY ' � � ' � r r = + I r 3 r . I '�t'r'+� .a e I �c + ♦ + .�_. e r +'�+ F A i I r r r� ' I a r r` I l o00 0o�oo�do,a�; oo� o��r�oa. 1 � � ` 'NfW � ` � 7 ! � 3 -� '� � �i � � -� ? � � � � 3 � �z�Z �-aao a��M- � � T � �� C¢Y � ~ O ~ �QUV V � � ¢ O��= u_F'z_ z��iaQ°'�o Q� oN N.�az� cne�Q�-r�i ���m0 �Qj�W � � U � � _ � � � �¢��a � � o��ao ���-� � O�p—tr� °'pm¢� r?u�i�Q Z ��� V � J ¢ m W � � J {/] U ¢ � � O Q � W 0. U m a U �NIYV � � � z � � 9 3do ¢ � N � W -1 �T7 a w r 'N!W HUN v � � .Z ��� w�� � o00 00 Q v� � . N1tlMSS021� � > � T v�t�4 Itrq,�q� Yf F #4 I�r � � �4Tt '4 F ! 4 a i s m [� � U � 0 � c_� a .'� I i Y i +�i §� I ? 4 i I P P � # i e�,¢,�' i , i0 � « : I im}Fk+ I $ 4 � I � � Q � d H � H �cn=cn QZ � � � Z � ~ O ~ �VUU U��� �' = H � �(� _ rz_ oW�aco � �ja,zr Om �a��0 U � � � U ¢2��(w11 �n-U�d` �¢��n, � Z o��ao ��'¢-� o x —p � w Q�inz°- r�c4�a J W 6 � a a� Z J [.� 4 v � m p � U C�.) io 3 F z w � � Q a � °- o� a �� h- � � J D � U a � � � ¢ w� � mN �z ¢ U Z �� r 03 000aa � L� aooao ,. ooaao " � a0000 Z ooaao Q �3AVN1 o°a°aoo° w NVIaJS303d o0000 � ¢ 10 N0�1.�3NI aoaoo 00000 'NIN! a c� „bZ a d � U ¢ u.. � J fl] la- Z U Z d' � � l3AVS'1 NNIa15�03d .�o r�ou�3a�a aoaoa aoaoo ooaa0 Oa000 00000 ��yaa000 � aoaoo oa000 ooaoo 00000 oa000 \ 'NIW „tZ W � Q LJi. � W � Ul ._� � Uw 1-� � � Q R � � U Q ¢ � a az = �w � - w Q �W�JU W Fm1JQ' Z(J J � H �J a Q Z� W W � Fhd � Z Z � q �U1 inN�,a�p � OC -U�ZW p QZF--V Q � X p¢ Z� JU%Q oo�z �o c� =,,,Wwm �a ��W o 3 � o �'''� Fy��aUaa � a��o� W� pww� � [n V� °0 �a ¢ VIZ�JH �� �W �� ��U4 m � Z Z ad' ���=�wZ 4 zxw�wo �� tFn�a� � °' � a am ¢,�,az�c��a � �r��a°°�'''a oz=� io`i w � � i''� �o zz N ��o�� c�a~� � m rz �nz�Z-r c�.� �-a"� ��� a�v w z r a p a. I�J Z J J W Ul a U -1 m a' �O V Ul� W la- W ��d[np W aQ Z�O � � Z Q �U ZW�awww W�xv��v�?� �0°wa � T W W¢� z�n�Wm � a�z�-wr-ao�wW ���� z c° z ¢�� 3�[�'.����°- ww�zUo�a�� ai�xwy � a � �vr F- � } CJ` w��u�-i�-`a�� mc�i�ar¢--���cnm �oi,�jo v ul m a�Z �ZcnZ�wm vit-J�aJO��z r�O� �..� � � ZQ H} ocia� L+J JZ�J Q � mU�r W r�� 11J � z�r �aS���� OZ2aWSp�WO L�.�F--a� f/1W q � a41 W��c� ur� raa[n���in>¢� 3ZW�z��w a.�. 3m� Q���a�� ozWjaW��n_}, ��¢�ao�� r w W~N ._1 W V >- Q ¢ U1 Q[n � Z U �� U a W V :i �7 m O J VI Q J� a"'� J 7 Q(i U Is] Zwvw �<c a�¢��aw Z �.���04o v a a'�'� ¢o�ao � ���Z���mz�� E-�a��aza o � c~io �o��z�> >��aw� a3a a¢o�?a�w � z rws 0�07 ��acn�."� vr� v�F- aW� � � w=a UI--���UZ�li�z(]�ZQ�JZL'il-��WWQleJ�zu � �hZ �U��maR'�Q�nrO�'WZ4��(�a}��Z�FT-O�H.7_.�L�j � �Qr �����aa�3W�¢ao¢w�c~i--�ww��qac�o��¢ ''-'�r~n�� �� ��0� �4 �5 w0 J W""A� W i7m�dO Q��4 F� � aZ��� ��JF-OOJCOOWWfOZ C�00�04/ I d �Q�pC�� ��� �NmZ��QF"FZ..mQO�Q�(�2 � ��N4 J-�4QQF= �(n�mZ �QV1U�Z~�' YFr�I-�Z�U�� �QO-��V ��0] m�WQ�7U{�1 �QWU�-L3�ZZ�U�Uf������lJQ�FZaSaJ� � U-�d �r�W HW�FW��HW}az 7Z Wr WQO (jj�[iUDaOWQJ�LLl�QWT Q�uIaQLJViQQ Q TT �c�oaaa�c�3amoo�oF�iliQO���d��� ' N M �f/]V] O Gp m �p Z r [4 M d' � [n i� 00 O� � U W � O � m � 0 Z Z m Q U �� z tn r� �� z in Qg ¢ w� U�� W Q m� W� W J� O .._ �pr ¢oa ¢¢ �a �'�' inj��a� [7 � U wz �� ��— ��z �o� �� —� ��z `'"�� �� IIm ZXa U�'] 4� �v� ozF U O U ¢ r � �W (nW � m z cn cn � a¢ ¢ z W� vOO a I � W 7 — — — — Q F W � w �� ¢� a� 0 �o - z z � U � � U � o �- � m Q �� � m � p F- T QZ Lr.l Ow ¢!- �+1� a U� �m Q Li.l a ¢ � � � o � �W �a � �� �� w� �g �`� .� g� �� ? ` m� � � �� b �� o '�^� OW � � xh �� � �� � � � � 8 � �. �� �� lU FN � S� � a� � � o � � N� arn � � � � �4 � � �i O O N �! 4 _�I �� � 1 �F �e� L d Y � � a o �°, � N - �, W Z � U Z � O U O W U � �� Z e �� a e� =e � � 'r a� ��a o � �Q ��F o�a _ #sg �_ _� _� u xvY1 � � 'Ni�y d .o� J�� � �� s�'z ���� �� �I�UO — I+uf li^- -�-ii��'ll�-�il_ II "�'1:1 �� � i r= i r-•; �-=i! �=��-�::; i-_l � �. �F-. �� - �, � ;, t �+-�: i �i��'���x� ��44�}��, i _ 4.__.��_ 5�" ` ' '�:_�� � — � �m � m � � � � g�4 .� � � � � u ° � `� ��a .r .s ro m m iv�� Bo F�� � � [ o ��� � � # �m� �� �m Ud � �� � � n A T i� � � �� � i �� � W O� p 'Z o �i � ~ Z � U O q o � ca � m � Z • � a o � � � � � VY �# � am ��v � mm X � �a � � � I _ -1 m � � U W � � w a� F LUi.t ¢ � Y � W � � � �U °zd 3� �o '� I � Z Z � W �' � m � � U F W � 0 ¢ � � �U �y N �o � b � � W Y �¢ z O w ra W � � � � � � U Z O U m a N# m� ".�a h� ��� c�i D�i�b H Z W 7 W ¢ 5 a � za 0 F ? �u' � d � Q LL' r — — �� �� � � p ^� U r �N� � I �U �� S3RMn 9 d n� �0