Loading...
HomeMy WebLinkAboutContract 57215��`� � 5������ � �'�"�`��� �` ��. .. �3�„ � � ,.� � �C�`� �� ����RT� � ������� . ���� �r��� ��r�������x�� ��F �������� ��� ��a��� ������� ���� ��� ��,���� .��. ���i-2��� l��at��� �'au•k�i• 1'�i��c�� �l�•i� �-Il��°d�r I��i�e�fi��, �����• 1D�p�r&rneu�� �'������ ��� '1��� ��� �� �'�ar� �Va�m��n '1�1��'�`�� �'1�����'i��1�'�`' ����� ����� �',iky I+��,�s����- �Q�� /� ` � � �;�t � 1_ ' �' � � ' � �p��: 1 �, a l }-,��, � � � ' .(� �1.� �� ' a „ ���s,�e���d��a� � - — , • �� � �a� � � � �t ,,, AiL�lA9�il��+a�a¢��ovma��+e ��+���l�� �I�"�l��fi��'i� � SPA�191l�l�P�98B��19lT�lgaoo ° °:�'��'�� �' � � ^����:IG'��1��'�'�iy���� � n bma_ �■ s l,4�7� � I q �a �'�•• M `i �+�� �� 9 p ''' {��"�� _ . � . 1��i�a�'� _ � �� �"L.d� �t� �,,-, � Y � '�! � � � �� dl �f � JL �� � Standard Construction Specification Documents Adopted 5aptember 2011 oa o0 00 STANDAR� CON57'RUCTION SP�G1F[GAT30N pOCL1M�NT5 Page I of 8 sECTNON oa o0 00 TABLE OF CONTENTS Division 00 - General Cnnditions L�st Revised 00 QS 10 Ma or and Counci3 Catnmunicaii�n 07/01/2011 00 05 1S Addenda 07/01/2011 00 11 13 In�itation ta Bidders p7/19/202I 00 21 13 TnstructEpns ip Biddet•s Q8/1312021 00 35 13 Conflict of Interest Statement 02/2A�/2020 �0 4I d0 Bid Foz�m �9/30/2021 00 42 43 Pra osal Forin Unit Price 0112Q/2Q12 00 43 13 Bid Bond 09/11/2017 00 A3 37 Vendor Com liatice #o State Law Nont•esident Bidder Ob/27/2011 00 45 1 I Sidders Pre ualifications 08/13/2011 00 45 12 Pre ualificatioil Stateinent 09/30/2021 00 4S 13 Pre ualification A Iication 08/13/2021 d0 45 26 Ca��tractar Cam lianee wiih Woz�kers' Co�x� ensation Law d7/01/2011 00 45 4d Business E ui Goal 07/19/202I p0 52 43 A. reement 09101/2�21 00 61 13 Fei-formance Bond 07/01/2011 00 61 14 Pa ment Bond 07/01/2011 00 61 I9 Maintenance Bond 07/01/2011 �0 6I 25 Certificate af Insurance 07/01/2011 00 72 00 Genet•al Conditions 08123/2p20 00 73 Oa Su leinent Condit�ons 03/0912�20 Division D1 - General Re uirements Last Revised 01110D Suai�unar o�Wot•k 12/20/2�12 O1 25 00 Substitution Procedur•es 07/0ll2011 a1 31 19 Preconstructian Mee�in 08/17/2012 01 31 20 P��o'ect Meetin s 07/�112011 O1 32 16 Construction Schedule 08/13/2011 Q1 32 33 Preconstructi�n Video Q'7101/2Q11 O1 33 Ll� Submittals 12/20/2012 O1 35 13 � ecial Pz'o'ect P�`ocedux�es �2/20/2012 O1 45 23 Testin and Ins ectian Services 03/�9/202fl O1 50 00 Tem ora� Facilities and Controls 07/0 1120 1 1 O1 55 26 Street Use Permit and Mndifications to Traffic CQntro.l 03/22I2021 �1 57 13 Storm Water Pollution Prevention Plan 07/01/2o11 01 58 13 Tem orat Pro'ect Si na e 07/01/20ll a1 60 QO Product Re uirements �3/0912020 01 66 00 Product Stara e and Handliti Re uire�nen#s 07/01/2011 O1 70 00 Mo6ilization and Remobilization 11/22/2016 O1 71 23 Construction Stakin and Surve 02I14/2Q 18 O 1 74 23 Cleanin 07/01/2011 O1 '1'7 19 Closeaut Re uire�nents a3/22J2021 O1 78 23 O eraiion and Maintenance Data 12/20/2012 a1 78 39 Pra'act Record Docurtzants 07/01/201I CITY OF FORT WOItTH UTII.iT'Y CUT REPAIit STANDATtD CONSTRUCTION SPECIPICA"I`ION DpCLIMENTS CONTRACT 2022 Revised September 3D, 2021 City Projecc No. UC-D 1 2422 no 0o ao STANDAIt]] C�NSTRUCTTON SP�.CTFICATIONDOCUMEI+TTS Page 2 of 8 Technical Speci�cations vs�hich have been modi�ed by the Engineer specifically for this PrajecE; hard copies are included in the Project's Contract Documents Date Divisian 02 - E�istin Conclihons Madified 02 41 14 Utili Removal/Abandanment Dxvision 03 - Concrete 03 3�4 16 Cqncrete Base Material far Trench Re air 03 $0 00 Modifications to Existin Cancrete St�uciures Divisian 32 - Exteriar Im rovements 32 11 29 Lime Treated Base Courses 32 I 1 33 Cexnent Ts�eated Base Cou�•ses 32 12 16 As halt Pavin 32 ].3 13 Concrete Pavin 32 91 19 Tops�il Placemant and Finishin� of Division 33 - Utilities 33 05 14 Adjusting Manholes, Inlets, Valve Bnxes,. and Otlier St.ructures to Grada Technical Speciiications listed below are included for this Project by re%rence and can be viewedldownioaded from the City's website at: http://fortworthtexas.govltuw/con tractorsl or httus:llanas.fortworthtexas.sovlProtectResourcesl Division 02 - Existin Conditions Last Revised 02 41 15 Pavin Removal 0210 2120 1 6 Division 03 - Concrete 03 3p 00 Cast-In-Pia�e Cancrete 12/2�I2012 03 3� 13 Controlled Low Stren th Material {CL5 12J2012�12 Division 31- Earthwork 31 37 0{� Ri ra I2120/2012 Divisian 32 - Egterior Im rovements 32 l 1 23 Flexible Base Cau�s�s 32 13 20 Concrete Sidewalks, Drivewa s and Barrier Free 32 13 73 Concrete Pavin Joint Sealants 32 14 16 Brick Unit Pavin 32 lb 13 Concrete Cui•b and Gutters ar�d V 32 17 23 Pavement Mar�in s 32 32 13 Cast-in-Flace Concrete Retainin� CITY OF FORT WORTH STANDARD CONSTRUCTION SPCCIFiCATION DOCIIMENTS Revised September 30, 2021 Guttecs Walls tz�za�aoi2 04/29/2021 12/20/2012 12/20/2012 1 010 5120 1 6 11I2212fl ! 3 Ob10512018 UTILITY CCIT REPAIR C�NTRACT 2022 Cily Project No. [3C-O 1 2022 00 00 00 ST'ANDARD CONSTRUCTION SPECIFICATTbN DOC[.IMEIVTS Page 3 Of $ Division 33 - Utilities 33 OS Ifl Utili Ti�ench Excavation, Embedrnent, and Backiill OA/02/2fl21 33 05 I3 Frame, Cover and Grade Rin s d7/02/2021 33 OS I6 Concrete Water Vaults 12/20/2012 33 OS I7 Concrete Collars 12/20/2012 33 49 IO Cast-in-Flace Manholes and Junction Boxes 12I2012o12 33 49 20 Cuz•b and Dra Inlets 12/20/2012 3.3 49 40 �toem Draina e Headwa[ls and W�n wa11s 07/01/20ll Division 34 - Trans ortation 34 71 I3 Traffic Control 03/22/2021 Appendix GC-6.06.➢ Minority and Woman Owned Business Enterprise Complia��ce GC-6.07 Wage Rates DETAILS Paving Details �ND OF S�CTION C]TY OF FaRT LVORTH STANDARD CONSTRUCTION SPECIFCCATTON DOCUML-�TTS Revised Sepfembe;-30, 2021 UTII,ITY CETT REPAIR CONTT2ACT 2�22 City Project No. UC-O 1 2622 �i� o� �`or� If�/or��, T�xas l��y�r a�d ������Q �o�n�u�r�i�a��o� DATE; Tuesday, February 8, 2022 L4G NAME: fiOUCRC2022-WESTHIL.I. RE��REPVC� NO,: **M&C 22-0100 su�.��c�. (ALL) Authorize Execution of a Contract with Westhill Cansiruction, lnc., in an Amaunt Up to $1,OOO,C}OO.OQ for the Utility Cut Street Repair Contract 2022 at Various Lacations Thraughflut the City R�COAAiVi�NDA710N: lt is recommended that the City Counci! authorize execution of a contract with Wesfhill Cons�ruction, Inc. in an amount up ta $1,000,000,00 for ihe Utility Cut Street R�pair Confract 2022 at uarious locations and authorize up ta thrse renewals. D[SCUSS101d: The work to be performed under fhis contract consists of uiility street street repairs which are necessary afker rriain replacemer�ts and repairs are made by the Water Depa�tment`s Fi�ld Operations crews. The Water Department �s neither stafFed nor equipped to perfiorm some of the larger repairs. This contract is necessary to maintain a r�asonable repair schedule, minimiz� disruption to the public and ensure street repairs do nat adversely impact the life af the remaining street, The projecf was ad�ertised far bid on No�ember 1'{, 2021 and November 18, 2021 in fhe Fort Warth Star- Telegram and on D�cember 9, 2021 the following bids w�r� received: Staff has reviewed the bid and proposed unit prices and can�iders them to be fair and reasonable. The bid documer�ts included stipufations that the total quantities listed may not r�flect actual quantities and that the amount budgeted for th� projects is $1,000,000.00. F'aym�nts wip be rnade based on actual measured quantities. The bid documents aiso included a stipulation giving the City the opt�on to renew (subject ia appropriated funding) this contract three times under the same terms, conditiflns and �nit prices. This is budgeted in tne Oth�r Cor�tractual 5etvices accflur�t, which has approximately $19,672,916,7'f a�ailable; afker this contract tha remaining balance wiil b� approximately $18,672,916.7� . AGREEMENT TERMS: The agreement may 6e renewed for three additional renewals at tha City's option. The renewal actian will not require City Gauncil ��aprovai provided that �f�e City Council has appropriated su�cient funds to satisfy the City's o�ligation during the renewal terms. This amendment wip not impact the agreement terms that 1�ave already b�en set in place. MIWBE OFFICE: Westhill Gonstructian, ]nc. is in compliance with the City's Business Equity Ordinance by cornmitting to 26 percent Business Equity pariicipation on this project. The City's Business Equity gaal on this project is 25 percent. ADMINISTRATIVE CHANGE ORDER: An administrative change order or increase may be made by the City Manager up to the amount allawed by rele�ant law and the F'or� Worth CEty Code and c{aes not require specific City Council appro�a! as long as sufficient funds ha�e been appropriafed. This project is located in ALL. COUNCIL DISTRICTS. F15CAL INFORMATION 1 C�RTIFICAT[ON; The Director of Finance certifies f�nds are aWailable in the current operating buc�get as appropriated, in the Fiscal y�ar 2022 flperatir�g budget af the Water and Sewer Fund. Prior to an expend9ture being made, the department has the responsibility to validate t�e availability of funds. Future year appropriations are subject to Mayor and Council approval. FUMD IUENYI�'I�RS (FIDs}: �urtdl ��par�men� l� undl 9epartment � iD CERTI�ICATIONS: un Projeci I�rogra f� �ject fD Submi#ted for City Manager's Office by,� Originating �epartment Head: Addit�onal lnformation Contact: �udge� Year Budge� Year �ana Burghdoff (8Q18) Chris Harder (5020) Refierence # Amoun Chartfield 2} Fteferenc� # �moun Char�field �) J. Chris lJnderwood {2629) ATTACFIMEINYS 1. 60UCRC2022-WESTHILL 1295,�df (CFW Internal) 2. 60UCRC2022-WESTHILL Com�liance Memo.� (C�W Internal) 3. 60UCRC2Q22-WESTHILL FID Tabl� (NN 01.05.22}.docx (CFW Internal) 4. UCRC2422-WESTHILL SAM.pdf (CFw lnternal) 5. Wes#hillFundsA�ai a ility,p� (CFW Internaf) � e .�.. �- i ,_ ,; � i �{ ���'- - _I. i �i r� i .� .. � � - I � � � � II'I i:.... � � ��'� � ��' � �$ � �$ � �_ �� �� I. � �. L:JI y}. ct �� � ��. J � ��.. � �� . �' ; � � �� , � I � ��: '�: , �. � .I ��`�.� ��-_. # i "� . .��_ �� ,� ,�_; � �;;e+s,� s� '� - I� � .�� � � , ,� ; � ��..�. 00 U5 10 - 1 IvIAY012 AND CQTJidCIL COlV1Mi.iNICATION (M&C} Page i of L 1 2 3 4 5 6 7 8 9 1Q 11 12 13 14 15 lG 17 18 19 20 21 22 23 SECTION 00 05 10 MAYOR AND COUNCIL COMMUNICATTON (M&C) END OT SECTION CITY OF F012T WQRTH STANDAI2D CDNSTRiICTION SPECIFICATTON ]aOCLfM$NT5 Revised 3uly l, 2a 11 UT[LITY Ci7T AEPAIR CO7VT12ACT 2022 Cily Praject No, UC-D I 2022 00 05 i5 - 1 �age 1 aF 1 CITY OF FORT WORTH �VATER DE�'.A.�TMEN I' ENGIN�ERZING SER'VICES DNiS�ON� : � � _ ► r ��� �►[��i l UT�LXTY CUT REPASR C�NTRACT 2022 C�TY PROJ�CT N�. UCMQ12d22 REI,�A�EDA'['B: Nor�ejnber 11, 202i BID RECEII'T DATE; December 9, 202I INFORMATION TO BTI3DERS: 'Ti he Speci�cations and Caniract J�ocuments for the above meniioned pz'oject are revised and aznended as fallows: 1. �n tlae INVITATION TO BIDD�RS; the third paragrapl� specif ies ihat "The orty reserves the right ta renevv the confiract for up to t[iree (3) additiona[ ane calendaz• yeax time perinds ar up to �l�ea {3) additional iunded e�p�i�ditures of $SO�O,OOD.�O uz�.dar f1�e same terms, conditians and unit p�•ices." The INVITAT��N TQ B�DD�RS sl�all be R�`V�S�D in that "The ci%y ��eserves t�ie rigYst ta ranew ��.e oonteact for up to tluee (3} additional at�e calendat yea� time pe�•iods ox up to three {3} acidi�i.anal fi�n.ded expenditures af �1,060,400,�0 under the same tecros, conditions and unit prices." 2. In the INVITATXaN TO LIDD�RS; �l�e pas•agcaph under the heading �R�BID CI]NFERCNCE shall be 1.tE`V�SED as follaws: A pz`ebid co�tfe�•ence will be held as disct�ssed in Seciion 00 21 13 —1NSTRUCTLONS TO B�DDERS at the �ollowing date, azzd time via a web cou£erencing a�plication: � DAT�: Monda�, Nov 29, 2021 T�:9:QO.AM � . Invitations wi#h iinks fo the web conferencing application will be distr'tbu�ed direc#ly to those vvho hav� subxni�fed ar� Exprassion of Interest. � P3�s9c $c��le�e rer. �ip� o f t.� Add�ndtt�tl. iil �_hb 1�td �o-ro�osal end � kh� ou�s4do oi'th� so¢�ae[� ol�vo�4p o, [�'�x'i�i'AC:ECT�OVk�l.r�D�: , — — . .� _.� •..iy:i:. — � w \� CHRIS HARDLR, P.E. DIRECTOR, WATLR DEPARTMLNT � By: �! � b Tony Sholala, P.S. Assistant Di�ector, Water Depa�-hrient Capital I?eli+�e�y CfTY OT FORT WORT� UTILITY CUT itEPAIK STAAID,AR17 COII�3TCZUCTiON SPECIFICA"fiON DOCUMENTS COi+]TRACT 2p22 Revised 7uiy 1, 2U l I City Project i�1a. UC-� 1 2022 aoos �s-i ADD&NDA Page 1 of 1 1 2 3 4 S b 7 S 9 10 11 12 13 I4 1S l6 17 1$ 19 2,0 21 zz 23 SECTION 00 05 15 ADDEN]DA �ND O�+ SECTION CITY OF FORT WOIiTH STANI)Al2I] CONSTRiiCT[ON SPECiPICATION DDCUMDYTS kZevised 7uly 1, 201 1 UTIL13'Y Ci7T KEPAT$ CONTRACT 2022 City Project No. {!C-O 1 2022 OO l l 13 iNVITATION TO BIDT7�,R5 Pa;c 1 of 3 �ECTION Op 11 13 LNVITATI(�N TO BIDDERS RECErPT OF BIDS Sealed bidslproposals for i7TILITY CUT REPAIR CONTRACT 2022, City Project No. �CTC-012022 ("Project") will be received iu�ti3 �:30 PM on the date listed belaw at the Purchasin� Office Iocated at 200 Te�as St., ro�•t WortY�, Texas 76102. All �ids MUST be in a SEALED ENVELOPE wiGh the BID NiJMBER LOCATED ON THE OUTSIDE OF ENVELOPE. Bids will be opened and read alaud publicly at 2:00 PM on th� date listed below in City Caunci! Chami�ers, located on f.kie 2�'d floor of City Hall at 200 Texas St., Fort Worth, Texas 7�i102. December 9, 2U21 In lieu af delivering completed Business Equity (M/W�E) farms for the proj�ct ta tl�e Purchasing Office, bidders shall e-maii the campl�ied Business Equity forms to the City Project Manager na laiar than 2:D0 PM on the second City business day after the bid opening; date, exclusive of the bid opening date. GEIYERAL DESCRIPTION OF WORK The major work will consist ofthe (appro�matej following: iTNIT I-- CUTS LESS THAN 200 SQUARE FEET UNIT II— CiJTS GREAT�R THAN 200 BIIT LES�5 THAN 1,000 SQUARE �'EET i1NFT III — CIIT.� GREATER THAN 1,000 SQUARC FEET TJNIT IV —.ALL CUTS ASPHALT WITHOC7T BAS� REGARDLESS OF SIZE UNIT V-- ADDXTIONAL ITEMS R�QUIRED 4THER THAN PAVING TIN1E PERXOD AND RENEWALS The time period of this Agreement will be far ane calendai year or the expiration of the funding, whichever occurs last. The city reserves the right to renew the contract for up to three (3} addi%onal one calendar year time periods or up to three (3} additional funded expendifures of $$p0,p00A0 undei the same terms, canditions a�td unit prices. The City shall pro�ide at least sixiy {60} days' natice to �he Contractar of the City's intent to renew. PREQUALIFTCATION The impi�ovements included in this praject mvst be per%rm.ed by a eonf�•actor who is pre- qualified by the City at the time of bid opening. The pcocedu�es for qualification and pre- qualificatian are outlined in t�ie Section 00 21 13 -- INSTRUCTIONS TO BIDDER�. DO�iT1WIENT EXAMM[NATI4N AND PROCUREMENTS The Bidding and Contract Docurr►ents may be exa�ni.n.ed or obtained on-line by �isiting the City ofFort Worth's Put'chasing Division website at htrj�:/!�: w�_fc•=�tvarthte�_ ���Ipurch�sin� and clicking on the linic to the advertised project folders on the City's electronic document management and collab.oration system site. The Confract Docume�ts may ba dawnloaded, viewed, and p�•inted by interested cont�'actors andlar suppliers. Bid Document Package httos:l,`docs. b�60. �uiadesk.comishares159774 i 5�-dd S 1-,4765-be�8-? fi36Q7e69�2 CITY QF FORT W012'I'H STANBARD COATSTRUCTTdI+! SPECIFICATIOIV DOCUlYfE1VT Revised March 9, 2020 v�r�r.1� cv�r x�rnz� CpC+TTR ACT 2022 City Praject 1Vo. UC-Q l 2022 00 11 13 INVITATIQN Td HTf7D�Ct5 Paoe 2 of 3 Addenda �"older ht# s:/Idocs.6360.a�tadesk.comishares/042c4caa-b582-�cE3-9b35-hc9e3c46511c Copies ofthe Bidding and Cont�act Doc.uir��nts may be obtained it�om: 7. Chris Underwood Watef• Depa�'tment, Design Seivices 927 Taylof• Street I'oi�t Wo�•th, Texas 7�IO2 The cast of Bidd'ang and Contract Docurnents is: No Cost PREBID CON�ERENCE A preb[d conference will not l�e held as discussed in Section 00 2l 13 — INSTRUCTIONS TO BIDDERS Since a prebid confer�nce is nqt being held, prospective bidders ean e-imail questions or comn��r�ts in accordance with Section 6 nf the Instructions to Bidders referenced above to the projecY inan.agei•(s) at tlie e-mail addcesses iist�d below. Emailed questions will su��c� as "questions in w�•iting" aiid the requirement to far�nally mail questions is s�,tspended, If ��ecessary, Addenda will be issu�d pursuant to the Instructions to Biddei�s CITY'S RIGHT TQ ACCEPT OR REJECT BIDS City reserves the t•ight to waive ir�-egularities and to accept or reject bids. AWARD City will awa.rd a cont�act to the Biddei• presez�ting the lo�est price, qua.tifications and eampe#encies conszdered. INQUIRIES All inquiries reiative to thrs procurement should be addressed to the foltawing: Attn: J. Chris Underwaod, City of Fart Worth Email: jahn.underwood@fortworthteacas.gov Phone: (817) 392-2629 AND/OR Attn: Lawrence Hamiltan, P.E., City of Fort Worth Email: lawrence.hamilton cr fpi�worthte�as.gov Phone: (817} 392-2626 EXPR�SSI�N OF 1NT�REST To ensure bidders are kept up to date of any new infonnation pei�tinent ta this project, hidders ai•e rec�uested ta email F,xpressions af Interest in this procuz��ment to the City Project Manager and the Design Engineer. The email shauld include the bidder's company name, cantact perso�, that individuals email address and phone number. AlI Adclenda wzll be dis�ributed direc�y to tl�ase w�ao have expressed an inte�est in the procurement and vvill also be posted in �ie City of Fort Worth's purehasing website at http://for�worti�texas.gnv/purchasing/ CITY OF FOR']' WORTH STANDAFtT] COATSTRUCTIOI�I SPECIFICATIONDOCUMFIVT Re�ised Marcli 9, 2020 CITTLITY CUT REPAIR CQNTRACT 2022 Giry Project A1n. UGb l 2022 QQ L l 13 LNVITATION TO BIDDERS Page 3 of 3 PLAN HOLDERS To ensure you are lcept up to data of any new information pertinent to this project such as w�ien an addenda is issued, download the Plan Holder Registration form to your connputer, compl�te aiid amail it tn the City �'�'oject Managea• or the design Engineer, The City Project Manager and design Engineer are responsibie to upload the Plans Holdei• Registt'afian form to the Plan Holders folder in BIM360. E-mail your campleted �lan I Iolder Registration form tt� thc�se listed in INQUIRIES abov�. ADV�R'I'ISEMENT DATES November 11, 2021 November 1$, 2021 END OF SECTION 1� �. CITY OF FaRT WORTI-I STANDARD COI+fSTRLICTlON SFECIFICA.T[ON I]OCUMENT Rcvised Marclz 4, 2020 U7TLITY CUT R�1'ATR CONTRACT 2622 City Project No. LIGfl L 2022 002k l3 INS'i'Ri]CTIONS TO BII3DER5 SECTION DO 21 1� INSTRUCTIONS TO BIDDERS 1. Defined Terms Page 1 of 10 1.1. Capitalized terms used in these IN.STRLTCTIONS TO BIDDERS are defined in Section 00 72 OD - GENERAL CONDITIONS. 1.2. Ce�'tain additionaI terms used in tnese INSTRiICTIONS TO BIDDERS have the m�anings indicat�d below whiGh are applicable ta bo�lz t�e singular and plural thereQf. 1.2.1. Bidder: Any pe�•son, frm, partnership, company, association, or corporafion acting directly through a duly autharized representative, submitting a bid for performing the work contemplated unde� the Conti-act DoEuiments. 1.2.2. Nonresident Biddet•: Any person, �rm, partnership, company, association, or• co�•paration acting directly through a duly autho�'ized representative, submitting a bid fo�� performing the worlc cont�mpIated under the Contract Documents whose principal place of business is noY in the State of Texas. 1.2.3. 5uccessfttl Bidder: The lowest responsible and responsive Bidder to whom City (on the basis of City's evaIuation as hereinaftei� provided} rnalces an award. 2. Copies of Bidding Documents 2.l.Neith�r City nor Engineer shall assume any responsibifity for errors or misinterpretations resultiz� �rorrz the Bidders use of incomplete sets of Bidding Documents. 2.2. City and Engineer in making copies of Bidding Doctunents available do sa only for the puf•pase of obtaining Bids far the Wo.ck and do not authorize or confer a license or grant for any other use. 3. Prequalificatipn of Bidders (Prime ConEractors aatd Subcantractors) 1. B idde�•s or their designated su�contract�rs are required to be prequalified for the work iypes reqtairing prequalification as par S�ctions 00 45 11 BIDDERS PREQUALIFICATIONS and 00 45 12 PREQUALIFICATION STATEMENT. Firms seeking pre-qualiiication, must submit t11e dacwnentatian identified in Section 00 45 i 1 on Sectian 00 45 13 PREQLJALIFXCATIdN APPLICATION at least seven (7) ca[endar days prior to Bid opening for review and, if qualifted, aceeptance. The subcon�actors lzst�d hy a Bidder on 00 45 12 must be prequalified for the appt-opriate work types. Subcontractors nnusf fo�lpw the sarrie timelines as Bidders for obtaining prequalification review. Bidders ar Subcontractors who are not p.requalii'ied at the time bids are openeci arid reviewed may cause the bid to be rejected. Prequalification requirement worlt types and documentation at•e available by accessing a�l �equired files through the City's website at: https:�r a�ps.fartwarthtexas. �o�/Proi ectResourcesl CTi"Y OF FORT WORTH UTILITY CUT �AIIt STANDARD COtQSTRUC'T'ION SYECTFICATIdN DOCiIMENT COIVTRACT 2022 RevisedlUpdaEed Npvemher 2, 2021 City ProjecE No. UC-01 2022 00 2l 13 INSTRUCTfdNS TO S[DD�.RS 3,1.1. Paving—RequireineA�ts document located at: Page 2 af L p htt s:Ila s.fortworthtexas, ov/Yro'ectResourceslResaurcesP/d2°/a20- %20Construction%20Documents/Gontractor%2�Pre ualificationlTPW%20Pavin %20Coni�•�ctor°/a2QPre ualification°/a20Pra ram/PRE UALIFICATION%20REQ �'1R�".1�E?V TS^'o20FOR°/a20PAV ING%2000NTRA CTORS .b��f 3.2. Each Bidder, unless currently prequali�ed, mt�st su6mit to City at Ieast se�en (7} calendar days priox Lo $id opening, tlie documentation identified in Section p0 4S 11, BIDDERS PR�',QUALIrICATTONS. 3.2.1.Submission af and/ar questions c•elafed to p�-equalifcation sfiou[d be adrlressed ta the City contact as pro�ided in Parag��aph 6. ]. 3.3. The C.ity rese��ves th� right to require any pre-qualified con�ractor wha is tl�e a}�parent low biddei• for a praject to suh�nat such additional infoitination as the City, in its sole discretion rr►ay require, includang but not limited to manpower atid equipmet�t a'ecords, information about lcey personnel to be assigned to the project, and construction sch�dul� to assist the City in evaluating and asses�ing the ability of the apparent low bidde�• i:o detiver a quality pi•oduct and suceessfully corrtplete �rojects fo�• the amount bid witE-iin tlle stipulated time fi�ame. Based upon the City's assessment of the subinit�ed information, a recommendation regarding the award of a eontract will be made ta the City Cauricil. �'ailua•e to submit the additiQnal information, if t'equested, may be g3•ounds for rejecting the apparent Iow bidder as non-respansive. Aff�ected cnntraetors will 6e notified in writing of a reco�znendation to the City Council, 3.4. In addition to prequalification, additional requirements for qualification may he required within various seciions of the Contcact Dacuments. 4. Examinatia� of Biddir�g and Cantract Dacuments, Ofher Related Data, and �ite �,1, Before submitting a Bid, each Bidder: 4. ]. l. Shall examine and caeefuJly sfudy the Cont�•act Documents and ather related data identified in the Bidding Doeurnents {inc[uding °technical data" refexred to in Paragraph 4.2. below). No information gi�en by City o.r any represei�tative of the City other than that contained in the Contract Docurr�ents and officially promulgated addenda thereto, shall be binding up4n the City, 4. I.2. 5hould visit the site to become familiar with and satisfy Bidda�' as io the general, local and site conditions that may affect cost, progress, perfaf•mance px fu�nishing of the Work. 4.1.3. Si�all consider federaI, state and local I,aws and Regulations that may affect cost, prpgress, performanee or furnishing qf the Wark. 4.1.�. Not ilsed CIT'Y OT FdRT VJdRTH U'ITLITY CUT REPAIR STANDhRD CONSTRUCTION SPEC[FIC�ATI4IV DOCLTMENT CONTRACT 2022 Revised/Updated November 2, 2021 City ProjectNa UC-Ol 2p22 Oa 21 13 INSTRI ff;TIONS TO QID]]EEiS Page 3 of 10 4.1.5. Sha11 study all: (i) repn��s af explorations and tests of subsurface cnnditions at ar contiguous to the Site and all drawings of physica] conditions relating ta existing surface oa- subsurface structLues at the Site (except Undergt�ound �'aciiities) that k�ave baen identified in the Cantract DocLunents as containi.ng reliable "technical data" and {ii) i�eports and drawings o.f Haza.rdous Envi�'onmental Conditions, if a»y, at the Sit� that have been identified in the Contract Docurnents as containing reliable "technical data." 4.1.b. Is advised that the Cantract Docu�ents an �'ile with the City shall constitute all of the information which the City will fux'nisl�. All adciitiona.l informatian and data which the City will supply aftar p romulgation of the formal Contract Docum�nts shall he issued in the fo��m af writtan addenda and shall became pai•t of the Contract Documents just as thougit such addenda were actua.11y wriiten into the original Contract Documents. No information given by the City ather than that contained in the Cantract Docun�ents and afficially promulgated addenda thereto, shall be binding upon the Ci .ty, 4.1.7. Shnuld perfax•m independent reseacch, in�estigations, tests, borings, and such othe�• mea.tas as may be necessary to gain a comp�ete knowledg� af ihe canditions wiuch will be encountered during the canstruction of the praject. Par prajects with restricted access, upon cequest, City may provide each Bidde�' access to the site to cpnduct such examinations, investigati�ns, explaratio�s, tests and studies as each Bidder deems necessaty for submission aia Bid. Bidder rnust fill all holes and clean up and restore the site to its former conditions upon compietion of such explorations, in�es#igatians, tests and studi�s. 4.1.8. �hall determine the dif�iculties afthe Work and aIl attending circumstances affecting the cost of doing the Work, tir►�e required for its �ompletion, and abtain all information required to make a propasal. Bidders shaii t•ely exclusively and salely upan their own es�imates, investigation, research, tests, exploratinns, and other data which are necessary far full and complete infoj•matian upon which the praposal is to be .based. It is understood that the submission of a proposal or bid is prima-facie evidence that ihe Biddar has made the investigatians, examinatinns and tests harein requzred. 4.1.9. Shall pronnptIy notify City of all conflicts, errors, ambiguities or discrepancies in oz• batween the CQntract Documents and such other reIated documents. The Contractor snall not take advantage of an� gross error ot• o�nissinn in the Contract Documents, and the Cifiy shall be petmitted to make such correctinns oz' interpxetations as may ba deem.ed necessary foj• fulfillenent of the intent of the Contract Documents. 4.2. Reference is made to Section 00 73 00 — Supplerr�entary Conditions for .identification of: 4.2.1. those reports of explorations and t�sts af subsurfaee conditions at or contiguous to the site which have been utilized by City in preparatian of the Contract Documents. The logs af Soil Borings, if any, an the plans are for generai infor�nation only. Neither the City nor the Engineer guarantee that the data shown is cepresentative af conditions which actually axist. C3TY OF' FORT WORTH iJTII,1TY CUT REPAIR STANDARD Cb1�STRUC�'ION SYECiFICATION DOCU1VfENT CONTRACT 2022 Iievised/[Ipdated November 2, 3p21 City Pro,�ect No. UC-UJ 2022 oaaG �3 INSTRUC770N8 TO BIDDERS Page� 4 oF 10 4.2.2, those drawings of physical conditions in or relating ta existing sui�face and subsut•face structures (except LJndet'p;raund Facilities} which are at or contiguous to the site that have been utilized by City ir� preparation oithe Cont��act Documents. 4.23, copies of such Aepo��Cs and drawings will be made available by City to any Biddei on request. Those �•epflr�s and drawings may not be part ofthe Cont��act Dacunlents, but tlae °technical dat�" contained therein upon wl7ieh Bidder is en�itled to rely as pravided in Paragrapi� 4,02. af tite General Conditians has been idea►tified aud established in Paragraph SC 4.02 of the Suppleinentaiy Conditions. Bidder is responsible for any interp�•etation or conclusion drawn fi•om any "teehnical data" ar• any otl�ei• data, interpretations, opinians ot' in.foz�mation. 4.2,4.Standard iiisurance requirements, covei•ages and liiniYs. 4.3. Tt�e submissian of a Bid will constitute an incontrovertible repr•esentation by Bidde�': (i) that Bidder has complied wifh e�ez'}� z-equirement of this Parag�•aph �, (ii) that without exception the Bid is premised upon perE'orming and furnishing t3�e Work raquired by the Conu•act Docuinenfs and applying the specific means, methods, technic�ues, sequences or pracedures of construction (if any} that inay he shown or indic�ted or expi•essly i•equired by tl�e Contract Docuinents, {iii) that Bidder has given City writt�n notice of a[1 canflicts, error,s, ambiguities and discrepancies in the Cp�tract Documents and the written resolutions thereoiby City are acceptable to Bidder, and when �aid conflicts, etc., have not been resolved tYu'ough the inYerp�•etations by City as described in Paragraph 6., and (ir�) that �e Contract Docume�ts are generally suffieient to i�adicate and canvey unde�•standing af all i�rms and conditions far performing atid fiirnishing the Worlc. 4.4. The pro�isions of this Paeagraph �, inclusive, da nat apply to Asbe,stos, Polychloi•inated biphenyls (PCBs}, Petroleum, Hazaedous Waste ar Radioactive Material covered 6y I'ac•agraph 4.Ob. o#"fhe General Conditians, unless speci�cally identiFied in the Cont�act Dacuments. 5. Availability of Lands for Work, Etc. S.I . Th� lands upon which the Work is ta be performed, rights-of-way antL easements for accass thereto and other lands designated for use by Co���actor in performing the Worlc are identifiec[ in th� Contract Do�umea�ts. All additianal lands and access th�reto required for tempqt•ary constructian faeilities, constt•uctian equipment or storag� of materials and equipzraaaat to be incorporated in the Work aee to be obtained and paid for by Contractor. Easements fot' permanent structures or pet•manent changes in existing facilities. are to be obtained acid paid fo�� by City unless otherwise provided in the Con�tact Documents. 5.2_ Outstanciing right-of way, easements, and/ot• permits ta be acquired by the City are listed in Paragra�h SG 4.01 ofthe Supplernentary Conditions, In the event the necessary right- qf way, easements, and/nr permits are not obtained, the City reser�ves the xight to cancel the award of eontract at any time before the Bidder begins any co.nstruction wark or� the pro,� ect. CITY OF FORT VJORTH UTTLITY CUT REPAIR STANDAF2D CaNSTRi1CTT�N SPECIFICA'1'I(]N DOCUMLNT CQIVTRACT 2022 Re�isedfCTpdated Navemper 2, 2021 Ciry PinjectNo. i1C-01 2022 ooz� i� iNSTxue��oNs �o BiaD�s Page 5 of ] 0 5.3. The Bidder shall be prepa�•ed to commence construction without all executed righ#-af- way, easemants, ancl/�r permits, and shall submit a schedule to ihe City of how const�uction will praceed in the other areas nf the project that do not require permits andlor eas�ments. 6. �nterpretations and Addenda 6.1. Al1 questions aY�au# ihe meaning or i��ztent of fhe Siddin� Documents are to be directed to City in wi•iting on oz� befox'e 2 p.rr�., the Monday prio�� to the Bid openin,g. Questions received after Lhis day xnay noi be responded to, Inter�retati�ns or clarifications considered necessary by City in response ta such questions �vii� be issued by Addenda delive�ed to all pat�ies recorded by City as having t•eceived the Bidding Documents. Only qu�stians ansvvered hy formal written Addenda wi116e binding;. 0a'al and other znterpretatians qr clarifications will be withaut legal eff�ect. Address questions fa: City of Fort Wort11 - ' 200 Texas Straet JFort Worth, TX 76102 Attn: d. Chris Underwood, Watei° Departrnent Emai1: john.underwood ci fortt�nt�thtexas.go�v Phone: (817) 392-2629 6.2. Addenda may also be issued ta zz�odifj+ the Bidding Documents as deemed advisabie by Ciiy. 6.3. Addenda or cla��i�icatians may be posted via the City's electronie docurnent management and collaba�ation system at t�tt ..:.',�,locs_'a36U.auiode�k.camishare��fO77475d-ud�l-�765-be38-1f3607c695G2 6.4. A prebid conference may be held at fhe tirne and place indicated in the Advertisement or INVITAT�ON TO BIDDERS. Representatives ofCity will be present to discuss the �'roject. Bidders are encauraged to attend and participate in the canference. City will transmit to all prospective Bidders of record such Addenda as City considers necessacy in respanse to questions arising at the conference. Oral statements may nqt be relied upan and wiil not lae bjnding or Iegally effecfi.ive. 7. Bid Security 7.1. E�eh Sid inust be accompanied by a Sid Bond made payable to City in an atnaunt of five (5} pe�•cent of Bicider's m�itr�um Bid p�•ice, an the fo�rn attached or equivalent, i�sued by a surety meeting the requirements of 1'at'agraph 5.01 of the General Conditions. C1T'�i OF FORT WORTH UTILITY CUT REPAIR STANDART] CONSTRUCTI�I� SFECIFICATION DOCUMENT CONTRACT 2p22 RevisedlUpdated l�ovember 2, 202 [ Cily Project7Vo. iIC-0! 2022 00 2l l3 TNSTRUCTIONS TO BIDT3�:R5 Page 6 af 10 7.2. The Bid B4nds pro�ided by a Bidder wilt be retained until the conditions of the Notice ni Award liave been satisfied. If the Successful Bidder fails to execute and return the Contt-act Documents within 14 days after the Notice of Awaed con�eying same, City may cansider Bidder to be in default, rescind the Natice of Award and act an the Bid Bond. Such aotian shall be City's exclusive reinedy in tE�e �vent Biddei� is deerrred to have deiaulted. 8. Contract Tiines The number of days t�ithin which, or the ciates by which, Milestones are to be achier�ad in accardance with the Creneral Requif•ements and ihe Work is to be eo�npleted and ready for Pinal Aecepiance is set fnrth in the Ag�•eement or inco�-porated iherein by reference to the attached Bici Porin. 9. Liquidated Damages Provisioils for liquidated darnages are set forth in #he Agi•eeinent, 10. Sul�stitute and "Or-Equaj" �fems The Cor►tract, if awarded, will ba on the basis of materials and en�ipment described in the Sidding Documents without consideration of poss3ble substitute or "or-equal" items. Whene�ver it is indicated or specified in the Bidding Dacum�nts that a"substitute" or "or- equal" ifem of zn.aterial or equipment may be fw�ni�hed nz� used by Contractor if accepta6le to City, application foe such acceptance will nat �e considered b� City until after the Effective Date of the Agt•eement. The p��oeedure for submission af any such app[ication by Contractor and considet•a#i.on by City is set farth in Paragraphs 6.OSA., 6,05B, and 6.aSC. nf the General Conditions and is supplementeti in Section O1 25 00 ofthe General Requit•ernents. 11. Sulacontractors, Suppliers and Others 11.1. In acco�-dance with the City's Business Equity Ordiz�ance No.25165-10-2021 the City has goals for the paz-ticipation of minority business a.ridlar v,�omen business enterprises in City contt'acts $100,000 or greater, See Sec1:ion Op 45 40 foz� the MIWBE Project Goa[s �nd additional requirements. Failure to cornply shall render the Bidder as i�on-respansive. Business Equity Ordinance No.25165-10-202I, as amended (replacing Ordinance Na. 24534-11-2020), codifed at: hi�ps:llcodelibral, .l� amlegal.com/code�iftwar�h/latestlflworth t�d-D-0-22593 1 I.2. No Caniractor shall be required to employ any Subcontractot', Supplier, other person or organization against whom Contractor or City has i•easonable abjection. l2. Bid Form 12.1. "Z'iae Bid Form is incIuded with the Bidding; DocumenCs; additional copies may be obt�inect from the City. CI7iC OF FORT WO�tTH iJTLL.I'I'1' CUT REPAIR STANDARI7 CONSTRiICTTQN SPECIFICATION DOCi1MEN'T COTFTR ACT 2022 Reviscd/[lpdated Navainber 2, 2021 City Project No. UC-01 2022 �0 21 13 INSTRiTC`PTOAIS TO BIDDERS Page 7 of ] 0 12.2. All blanks on the Bid Form rnust be completeef and the Bid Forin signed in irilc. Erasures or alte3•ations shall be initialed in ink by the person signing the Bid Form. A Bid price shall be indicateci for each Bid item, alternati�e, and unit price itern listed there.in. In th.e case of optional aIternatives, the words "Na Bid," "No Change," or "Not Applicable" may be entered. Bidde�� shall state the prices for which the Bidder proposes to da the work contempIated or furnish materials requir�d. A�I entries shall be legible. 12.3. Sids by co�•pot•ations shail be executed in th.e caz�parate name by the president or a vice-president or other eorporate officer accompanied by evidence of authority to sign. The corporate seal shaIl be a�ixed. The corporate address and state of inco��poration shall be shown below the signature. � 2.4. Bids by partuerships shall be executed in the partnership name and signed by a partner, whose tit�e tuust appear under the signature accompanied by evidence af auihority to sign. The off'icial address of the partnership shall be shown below the signature. 12.5. Bids by linnited liability companies shall be executed in the name of the �rm by a member and accornpanied by evidence of authority to sign. The stata of farmation of the firm az�d tkze afficial address of the firm sha11 be shown. 12.6. Bids by jndividuals shall show the Bidder's name and official address. I2.7. Bids hy joint ventuees sha11 be executed by eaeh joint venture in the manner ir�dicated on the Bid Form. The official address of the joint venture shall be s�own. 12.8, All names shall be i�+ped or printed in init below tha signature. 12.9. The Bid shall cantain an acknowl�dge�ant of receipt of al! Addenda, ihe numbers of which shall be iilled in on the Bid �'arrn, I2.10. Fostal and e-mail addresses at�d telephone nutnber for communications regarding the Bid shall be s�avvn. 12.11. Evidenc� of authority ta conduct business as a Nonresident Bidder in the state nf T�xas shall be provided in accordartce with Section 00 43 37 -- Vendor Compliance to State Law Non Residant Biddei•. 13. Submission af Bids Bids shall be submitted on the prescribed Bid Form, provided witll the Bidding Dacuments, at the time and place indicated in the Advertisement o�� INVITATION TO BIDDERS, addressed to Purchasing Manager of the City, and shall be enc.losed in an opaqt�e seale.d envalope, marked with the Ciiy Project Number, Project titla, the name and address of Sidder, and accompanieci by the Bid security and other required documents. If fhe Bid is sent #hraugh the mail ar ather delivery system, the sealed en�elope shall be enclosed in a separate er�velope with the natation °BID ENCLOSED" on the face of it. �I7'Y OF FOiZT 1�ORTH UTILITI' CUT REPAIlt STANDARD CpA[STRUCTTON SPECi�'TCAT'TON DdC[]MEDFT CONTRACT 2022 RevisedlLTpdaied November 2, 2021 City Project No. UC-01 2022 00 2i i3 INSTRUCTIONS TO BTDDBRS 14. Withdrawal of Bids Paae 8 of 10 14.1. Bids addressed to ihe Purchasing Manager and filed with the Purchasing Offce may be withdt•awn prior to the time set �ot� bid opening. A request for withdrawal must be made in wt•iting aad deiive��ed ta the Pu��cliasing Of�'ice to i•eeeive a time starnp prior to the opening of Bids. A timely wtthdravt+n bid will be �•eturned to the Bidde�• or, if the ��equest is within one hour af bid opening, will nqt be read aloud and will ther�af�er be returned unopened. 14.2. In the event any Bid f�r which a withdrawaE request has been timely f[ed has been inadvert�ntly opei�ed, said Bid and any record thereof will subsec�uently be marked "Withdrawn" and will be givezi no iva-�her consideration foe the award of contract. 15, Qpening of Bids T3ids will be opened and read aloud publicly. An abstract of the arnounts of the 6ase Bids and inajor ali:ernates (z�any) will be made available ta Bidders af�er the opening af Bids. I6. Bids to Remain S�bjecfi to Acceptance All Bids wi11 rc�nain subject Yo acce�tance for a minimuin of 40 days or the time period specified fae Notice of A�ard and e�ecution and delive�y of a complete Ageeeyner�t by Successful Bidder. City may, at City's sale discz-etion, release any Bid and nuI[ify the Bid security prior to that dafe. 17. Evaluakion of Bids and Award of C.ontract 7 7.1. City reserves the right to reject any or a!1 Bids, inclnding without Iimitatinn the rights to �•eject any or all nonconfarming, nonrespansive, unbalar�ced ot� conditional Bids and to rejeci the Bid of any Bidder if City believes that it would not be in the best interest of tlle Project to make an awa��d ta ihat Bidder. City reseeves the right to waive infai•maiities not invol�ing price, co�tract tin�e or clzanges in the Worlc and a.ward a contract to such Bidder. Discrepancies between the multiplication of units of Wa�•k and unit prices will be resolved in favor of the unit prices. Discrepancies between ti�►e indicated sum of any eolumn of f gures and fhe correct sum ihereQf will be �•esolved in favor of the correct sum. Discrepancies between words and f�t�.res will be resolved in favo:r of the words. 17.1.1. Any ar all bids will be rejected if City has reason to believe that c.olluaion exists among the Bidders, Bidder is an interestad pa�-ty to any litigation against City, City or Bidder may have a claim �gainst the othet• oz• be engaged in litigation, Biddei� is in arrears on any existing contract ot• has defaulted on a previous cantract, Bidder has perfortned a prior contract in an unsatisfactory inanner, or Bidc�er has Uncompleted work which in the judgment of the City will prevent or hinder the prompt completian of additional work if awarded. cizy oF �oxr wox�rx u�ru,��x cv�r �r�� STATIDARD CpNS'1'RUCTION SP�CIFICAT70N BOC[1IvIENT CONTRACT 2022 Revised/Updated Navember 2, 2L121 City Project?`Io. T1C-01 2d22 oo a� i3 INSTRUCTIONS 7'O BIDDERS Page 9 of lA 17.2. In acfdition to Bidder's relevant prequali�ication. requirements, City may consider the c�ualifications and experience of Subcontracto�'s, Suppliers, arid other persons ar�.d organizations proposed for those pat�ions af the Worlc whet•e tfie identity of such Subconteacfiors, Suppliet•s, and other persons and arganizatinns must be su6initted as provided in the Contract Documents or upon the request of the City. City also may eonsider the operating cas#s, znaintenance requ'tretnents, performanca data and guarantees of rnajor ite�s af inateria�s and equipment proposed for incorporation in the Work when such data is required to be submittad prior to tt�� Natice Qf Award. 17.3. City nnay conduct such investigations as City deems nacessary to sssist in the �valuatic�n oi any Bid and to establish tlie responsibility, qualifications, and financial ability of Bidders, proposed Subcont�actoi•s, Supplxers and other pej�sans and organizations to perfacm and fEu•nish the Wo�•lc in accardanee with the Conlrac� Documents to Cify's satisfaction within Che prescril�ed time. 17.4, Contractor shall perfo�•m witlt his ow�n o�•ganizatian, wark of a value not I�ss than 35% of ti�e ualue embraced on C�►e Cont�'act, unless otherwise approved by th� City. 1'7.5. If the Contract is to be awarded, it will be awarded to lowest responsible and responsive Bidder whose eva�uation by City indicates that the award will be in the hest interests of the City. 17.6. Pursuant to Texas Government Code Chapter 2252.001, the City will not awarci contract to alloruesid�;nt Bidder unfess the Nonresident Bidder's bid is lower ti�an the lowest bid subrnitted by a responsible Texas Bidder by the sarine amount that a Texas resident bidder would be t•equired to unc�erbid a Nonres�dent Bidder to o.btain a comparable can�'aci in the s#ate in which the nonresident's principal place af 6usiness is located. 17.7. A contract is nat awa�•ded until formal City Council authorization. If the Cantract is ta be awarded, City will award the Contract vwithin 90 days after the day of �he Bid opening unless extended in writing. No o�her act of City or others will constitute acceptance of a Bid. Upon the contraet award, a Notice of Award will be issued by the City. 17.7.1. The contractor is required to �"ill aut and sign the Certificate of Interested Parfies Form 1295 aud tl�e fo�•m must be submitted ta the Project Manager before the cantract will be presen�ted ta tl�e City Council. The forrn can be al�tained at https:llwww.ethics.�tate.ta�.us/data/forms/129511295.pdf 17.8. Failure oc refiisal to cnmply with the requirements may result in rejection �f Bid. 18. Signing of Agreement 18. I. When City issues a Notice of Award to the Successful Bidder, it will be accampanied by the r�quired number of unsigned countecparts of the Project Manual. Within 14 days thereafter, Contcactor shall sign and deliver ihe requit'ed number of counterpa.cts of Y,�.e Project Manual to Citiy with the required Bonds, Cartificates of Insurance, and all other required docu�nentation. CITY OF FORT WORTH UTILITY CLJT REPAIR 5TANDARD CONSTRUCTION 3PCCIFICATIpN DDCUMENT CONTLiACT 2fl22 Revised/Updated Novernber 2, 2021 City Project Na, CTC-Ol 2D22 OD 21 13 INSTRi3CTIONS TO BID?]ERS 18.2. City shall thereaftet� delive�• one fillly signed countei-part to Contt�actor. END OF S�CTION Page LO oF l0 CITY OF F�RT WORTH i1TILITY Ci7T REYATlt STANI3AR17 C011STRilCT10I�i SPECIFICAT'ION DOCUMENT CONTRACT 2622 Revisedlilpda#ed IYovernber 2, 2021 City Praject Na. UC-D 1 2022 4D 35 13 SED FDRM Page 'f of 1 s�c��o� an 3� �� CONFLICT OF INTER�ST STATEMENT �ach bidder, offieror or respondent (hereir�afiier referred io as "You") to a City of Fort Worth procurement may be required to complete a Conflict af lnterest Questionnaire (fhe attached CfQ Form} andlor a l.ocal Go�ernment Officer Conflicts Disclosure Statement (the atfiached CIS �orm) pursuant to state law. You are urged �o consuli with caunsel regarding the a�plicability of tt�ese forms to yaur company. The r�f�renced forms may be downloaded from fhe links }arovided below. h�k�:llwww, eth ics. sta#e.tx. uslformsl�! Q. pdf http:Nwww.ethi��,st�te.tx.uslformslClS.ndf ►_/ ■ ■ >o� ■ ■ �1�9�R.: C1Q Form does not apply CIQ Form Is on file w�fh Gity Secretary C1Q Form is being pravided ta t1�� City Secretary CIS Form does nof apply C1S Form is on �ife with City Seeretary CI5 Form is being provided fo the Ci#y Secretary Westhill Construction, 1ne. 402 N. Border Ck�burne, Texas 76031 END OF S�C'YfON By: ela Reynolds SEgnature: 0 Titfe: Presidenf CI7Y O� FOFtI" WOf2TH UTILITY CUT R�PAIR STA�IDARa COiVS7RUCTION SPECiFICATION dOCUM��l7S CON7FtACT 2018 Form Re�ised 2d171109 City Project IVa. LJC-41 2D18 oa 41 On BIQ FDRNi Page 1 aP3 SECTION 00 41 00 B!D FORM TO: 7he Purchasing Manager clo; The Purchasing Division 2D0 Texas Streek City of Fort WorEn, Texas 76'f 02 FOR City Proj�ct No,: llC-01 20�� 7. Enter Inta Ageeement UTILITY C.UT R�PAIR CDNTRACT �U�� The undersigned Bidder proposes and agrses, if ihis Bid is accepted, to enter into an Agreement with City in the form included in the Bidding Documents to perfarrn and fiurnish a11 Work as specified or indicated in the Contract Documents for the Bid Price and within ti�e Contrack 7ime indicated in this Bid and in accordance with #he other terms and cnnditions of the Cantract Documents. 2. BIDDER Acknowledgements a�d Certification 2.1. In subm�tting this Bid, Bidder accep�s all of the terms and conditions of the 1NVI7ATlON TO BItiDERS and IN�TRLiGTIONS 1"O BID[?�RS, including without limitation those dealing with the disposition af Bid Bond. 2.2. Bidder is aware nf all casts to pravide the required insurance, will do so pending contract award, and wip }�ro�ide a valid insurance cerfificate meeting a11 requirements wjthin 14 days af notification ofi award. 2.3. Bidder ceriifes tl�at this Bid is genuine and not made in the interest of or on behalf o�F any undisclosed individual or entity and is not submitfed in conformity with any caliusive agreement or rules of any group, association, organization, or aorporaiion. 2.4. Bidder has not directly or indirectly induc.ed ar solicited any ofher Bidder to suhmit a fialse Qr sham Bid. 2.5. Bid�er has nat solicited ar induaed any individual or ent9ty io refrain from biddfng. 2.6. Bidder has not engaged in corrupt, fraudulent, collusi�e, or coercive practices in competing far the Contract. For the purpases of this Paragraph: a. "carrupt practice" m�ans the affering, giving, receiving, or soliciting of any thing of �alue likely ta influence the ac#iar� of a p�blic officfa! in the bidding p�ocess. b. "fraudulent practice" means an intentional misrep.resentation ofi facts made {a} to in�luence the bidding process to the detriment of City (h) to establish Bid prices at artificial non-comp�titive le�els, ar (c) to deprive City of the benefits of fr.ee and open compatition. c. °collusive practice" means a sch�me or arrangement between fwo or more Bidders, with or without th� knawledge o# City, a purpose of which is to establish Bid prices af arEificial, non-competitive levefs. d. "coercive praeiice" means harming or threatening to harm, directly or indirectly, perso�s or their prope�ty ta influence their participafion in the bidding process or affect ffi�e execution of the Contracf. CITY aF FORT WQRTH UTILITY CUT REPAIR STAN[7ARD CONSTRUCTION SPEClF1CATION o�CUM�NTS CONTRACT 2022 Form Reviaed 9130f2U2'l City Projent No. UC-01 2022 ao a� oa BiD FORM Page 2 of 3 3. Prequalificafiion The Bidder acknowledges that the following wor[c types must be performed only by prequalified contractors and suhconkractors: � a. PAVING b. c. d. �#. Time of G�mpletion 4.9. The Work will b.e complete for Fin�l Acceptanc� within 36� days af�er the date when the the Cantra�t 7ime commences to run as provided in Paragra�h 2.�3 of the General Conditions. 4.2. Bidder accepts the provisions of the Agreement as to {iquic[ated damages in t�e event of fai{ure ta complete the Work {andlor achieverr3ent of Milestones} within the times specified in fhe Agreement. �. A�tached to thi§ Bid The following documents are attached to and made a part af this Bid; a. This Bid Form, Section QO 41 fl0 b. Required Bid Bond, Section 00 �43 13 issued by a surety meeting the requiremenfis of Paragraph 5.01 of the Generaf Canditions. c. Proposal Form, 5ection 00 �42 43 d. Vendor Compliance to State Law Non Resident Bidder, Section 00 43 37 e. MWBE Forms (optianal at time of bid} f. Preq.ualification Statament, Section 00 45 12 g. Conflicf of Interest Affida�it, Secfion DD 35 13 *If necessary. , CIQ or C[S forms are to be provided direc#ly to City Secretary h. Any additional documents that may be required by Section 92 af the Ins#ructions to Bidders 6. Totaf Bid Amount 6.1. Bidder will complete the Work in a�cordance with the Contract bocuments for fhe follawing bid amount. In the space provided below, please enter the total bid amount for this project. Only this figure will be read public{y by the City at the bid opening. i l ,! � C1TY OF FORT WOF�TH STAN�A�D CONSTRiJCTION SPECIFlCA710iV pOGIJM�NTS Form Revised 913fl12029 UTILITY CUT R�f'AIR CONiRACT2022 City Projecf No. UC-01 2022 06 41 00 810 FQRi4+f Pag�: 3 of 3 6,2. it is understoad and agreed by the Sidd�r in signing this proposal #hat the tatal bid amount entered 6elo�nr is subject to verification andlor madification by multiplying the unit bid �rices for each pay item by the respecti�e estimated quantities shown in ihis proposal and then totaling all af the extended amounts. State of lncorporation: Texas 6,3. 7otal Bid 7. Bid �ubmittal �'his Sid is submitted an ❑ecember 8, 2021 � ectfully submitte� B. ' `� (Signature) A_n�ela Reynolds (I�rinted Name) Title: President Company: Wesihill Construction, Inc. Address; 402 !V. Border Cleburne, Texas 76031 Email: w�sthdlcanst�ao ..r Phone: 817-558-2504 $1,759,875.00 by the entity named below. Corporate Seal: �P1D OF SECTIQiV � d CITY OF �ORT WORTH STANflARq CONSTRUCTION SPECIFICATfON D.00UMEN7S Forrn Revised 913D12021 UTILITY CUT R�PAIFt CONTRACT2022 Ci[y Project No. 11C-01 2422 00 4Z 43 DID PRDPOSAL Page 1 of B lJ�ili ��IC� �ID S�C71DN 00 42 43 PROP05AL �(]RM ��dder'� A�plic��ion Pruject Item infarmation BiddeC's Proposal Pay Item Bid L'tst Item Speeification gid Quantity Unit of ]a�scription Unit Priee Sid Value No. 5ection l�Io. lvleasurement UNIT I- CUTS LESS TIIAN 2.Oa S UARE FE�T TEMS 1-7 1 3212.0303 3212 18 4,000 SY 3-inch Asphalt Pa�ement Type � thi six Dollars ���p $36.00 $i44 ODO. z 3212 1 B 1,200 SY 3-Inch Asphalt Base Type B 3 � 3273.Oid4 � 32 i313 � 7UD a { 3213.QiQ6 � 321393 5 6 � �ollars CEf1t5 5Y 9-inch Concrete Pavem�nt 1 Uollars Cents SY 11-inch Goncrete Pavement Dallars Cents 03 34 16 3,200 SY Min. 8-inch Goncrete Base Nfaterial Dollars Cents 03 34 i8 8�0 SY Min. 5-inch Relnforoed Concreie Sase Dollars 7 � 3214,0200 � 321416 � 150 SY �Brick Favement Repair tiollars CTTY OF FORT W ORTH STAT'DARU CONSIRUCTiQN SPECII+ICAliOiV DOCUMI3NT5 Form liavised 9J36(2021 Lf1'p 3'1'Y Ci}T REPAI1i Cal+]'CRACT 2022 Ciry projxf No. UC-91 202z 00 4Z 43 H� PROPQSAL Pagn 2 of 6 SECTION 00 42 43 PRaP05ALFQRM 1JN1� �RIC� �I� �idder'� �.pplic�tion Project Itam Tnformation Bidder's Propusal Ray Item B�d �°st Item SpecificaEion g�d Q�ti� Unit of Description UnitPrice Bid Value i�To. Section Nn. Measurement UNIT II- CUTS GREATER THAN 20D �UT LESS TT3AN l 600 S UAR� FEET YTEMS 8-14 8 32� 2.a303 3212 16 4,U00 SY 3-inch Asphalt Favement Type D Dolfars Cents 38.00 144 000.00 g 32 12 16 i,200 SY 3-inch Asphalf Base Type B pollars Cents $10.00 $92 6U4.00 1U 3213.U104 3213 13 700 SY 9-inch Concrete Pavement Dollars � Cents $9�.04 �63,O�O.DO 11 3219.0105 3213 13 30U 5Y ��-inch Concrete Paveme.nt oo[lars Cen[s 99.00 $29 7Q0.00 q� p3 3416 3,200 SY Min. e-ineh Concre[e Bas�+ Material Dollars Cents $90.00 $288 460.dd 1 g 03 3416 s00 SY Min. 5-inch Reinforced Concrete Base Dnllars Cents 63.4d $50 kOp.00 14 321�}.0200 32 1416 950 SY Brick Pavement Repafr Dollars Cenis 54.�0 8 900.0� CiCY DP F6RT WORFH r��� C� ��� STAtVPARA CON51Rl7CTi0Af�5P£CIFlCATiOTf DOCUMENTS CONI"RACT2022 Fam RCrised 9i30YZ011 CiFy Pmjectllo. S7CU12022 90 42 A3 BID�YROPOSAL Page 3 of 8 SECTION OU 42 43 PROPOSALFORNf ll�fl� �RIC� �I� �idder's e4pplicat�on Project Ifem Information Bidde�s Proposal BidLisfTtem Specificatioe Unitaf pescri tion UnitPrice SidValue Pay Item Ho. Section iQo. B�� �u��� �!IfeaSuremeni � UNXT III - CUTS GREATER THAN 1000 S. UAIt� FEET MS 15-�1 15 3212.Q303 32 12 16 3,000 SY 3-inch Asphalt Pavement Type � Doflars Cents 36,04 �� $108,U00.00 16 32 12 96 90o SY 3-inch Asphalt 68ae Type B Dollars Cents 12.00 ��o soo.ao 17 32�3.0104 32 13 13 'l0U SY 8-tnch Cancrete Pavemenf Dollars Cents $90.00 63 pDO.DD 18 3213.010R 32 i3 13 300 SY 11-inch ConcsF;te Pavement , Dollars Cents 99,00 $29 700.00 �g 63 34 iB 2,40� 5Y �lin. 8-inCh Goncrete Ba5e Nfaterial poflars Cents 72,40 172 800.00 Zp 03 3416 BOD SY Min. 5-inoh Reinforced Conarele Base Dollars Cents $72.00 $43,200.UU 21 3214.0200 32 i4 16 150 SY 8rick Pavemenf Repair Dollars � Cents $45.00 $6 750.00 crry a� roer wonrx u�narx cu�r x�enm STANdARI] CONSTRUCI[�N SPEC�ICATIOiQ➢OC[IMENTS CODkTItAC"f 80"12 Poim Revised 9T30l2021 Cihf Pmject No. i]C-Oi 2022 oa aa a3 BTD PROPOSAl, PaSe 4 oF B SECTION 00 42 43 PR4POSALFaRM UNfi �RI�� BID �idd�r`� �ppfica�ion Praject Item InformaHan Ridde�'s Proposal Pa Item B�d Lis� Item 5pecif'tcafion $1� �i��� Unit of IIescriptiqn Unit Price Bid Value y Na. Seetion 1Vo. Measuremen[ UNrT iV' - ALL CUTS-AS�HALT WITHOU�' SAS�-REGARDLESS OF SIZE T�MS 22-26 22 3212.43U3 32 12 16 2,000 SY 3-inch Asphalt Pav�mentType D Dollars Cents $27.00 $54 000.00 23 3212.03D4 821218 �.flQ� SY 4-InchAsphaRPave�enlType❑ �ollars Cents $48.Od 48 OOO.UO 24 32 92 16 6U� 5Y 3-inch Asphalt Bas6 Type B �ollars � Cents 10.00 6 OOO,OQ 25 3212.0501 32 12 16 20D SY q-inch Asphalt 6ase Type B Dollars Cents 27.00 5 40D.d0 26 3292.0502 32 12 16 200 5Y 5-incil Aspflalt Base Type B Dollars $27.00 $5 400.00 27 3212.05p3 32'12 1 B 200 SY 6-inch Aspnalt Base Type 8 Dollars Cents $36.00 $7 200.D0 2S 1,0�4 CY Removall�isposal oF AspF�alt over F�cist. Base & Prepare for Asphalt Type 0 I]oliars Cents $50.00 $54 006.00 crrr aF Pa�7 woa�rx vrn.��rz cUr xsr� STANDARD C0133TRUCTIOi+f SPECIPICA�ON 40ClfM6N7'S CONTRACT 2022 porm Bevis�19f302021 C'sty Pmject No. UC-0 L 2022 0o az a3 BID PROP03AL Page 5 oFB SECTIaN OD 42 43 PRQPQSALFORM llN11' ��I�€ �I� �idde�'� �p�lica�ion P�nject liem Information Bidder's PcopoSal pa �� �id List Item Speci�icatian Bid Quantity ���t af Deseription UnitPrice Aid Value y No. Seciion No. Measurement UNIT V- ADDTTIUNAL ITEM� RE. UIli�D OTAER THAI� PAVING TEM5 �7-5'i 28 3218.0102 32 18 i3 AOD [.F 7-Inch Concrete Curtr and Gutter Dol{ars Cenis $35.00 14 Q00.00 39 321B.0��2 32 16 i3 40� LF 7-Inch Concrete Curb and Gutter . Attached to Concrete Pavament I�ollars Cents $20.00 $8 404.40 31 3213.U401 32 13 20 100 SF 8-inch Relnforced Concrete Qrivaway Qollars Cenls $12.OD 1200.OQ 32 3213.a301 32 13 20 950 S� 4-inch Reinforeed Concrete Sidewalk Dollars Cents $8.00 1,Z40.00 33 3213 20 5 �A 4-inch Reinforced Concre#e AOA Wheelchair Ramp ❑olkars CenCs 3 500.00 17 500.OQ 34 8291.01.00 32 91 19 50 CY Top 5011 bollars Cer�ts $50.OD $Z 500.U0 35 3292.OiUD 32 92 13 1q0 SY 81ack Sod Placement Dalkars C�nts $14.00 $� �400.00 36 3345.0107 33 OS 14 � EA iVlanhale Adjustment, 1111inor ❑ollars c�nt5 �� ooa.aa �1000.00 37 3305.0108 03 8U OD 1 EA Miscellaneous Structure Rdlustment 33 0514 Vafve Vault AdJustment pallars Cents $SflDAU 500.00 38 3305.020A 33 05 10 50 CY Impolted �mhedmenUBackfiA, Crushed Ftock �ollars Cents $50,00 2 500.Ud CfTY DN FORT WORTii ��� �� �P� STAN�ARD CONSTRCIC7'[DN 5PECQ°ICATIOIV DOC►IMiiNTS CONTRAC3'2022 Carm Revised 9l3012021 CIty Peojeet Na UC-ol 2622 ao az a3 BIA PRDPOSAL Page 6 oP8 sEcfior� o0 4z as PROPDSALFORM UNIT' ��I�� ��� �idde�"� �pplic�tion Project Tien1 jn%rmation Bidde�'s Proposal BidListItem SpaciScation Tlnitof ➢esCri lion UnitPrice BidVaiue Pay Item �o. 3eclian I1o. Bid Quaniity Measurameni p UNiT V- AIIDITIONAL ITEMS RE UIRED OTHER THAN PAVIlOIG ITEMS �7-57 39 3212.0302 32121 B 50 SY 2-inch Asphalt Pavemeni, Type ❑ Parking Lot Repair oollars Cents $6.3.�� $3150.Q4 d0 3211.d509 32 11 29 5tl SY 6-Inch l.lm0 Treatment Dollars Cents 27.Oa $135U.00 47 3212.0302 3212 96 50 SY 2-Inch Asphalt Paveme�rt, Type p Drlveway Repair Qollars Cents 72,00 $3 600.0.0 42 3211.U111 3211 23 75 SY 4-inch Flexible Base, Type A, Grade 1; Crushed Lim�stone Dollars CenGs 27.00 $2 025.04 43 323 T.0112 32 91 23 75 SY 6-inch Flexibie Base, Type A, Grade i - Crushed Llmestona pollers Cents 36,00 $2 740.00 44 03 3D 00 1 D CY C�ass "A" Concrete {3,�00#) Dollars Cents $200.d4 $2 9D0.00 45 q3 30 00 5 CY Repair 5torm Drain 5truetures os sa oa 33 49 10 33 49 20 Qollars Cents 300.OD $7 5�Q.00 46 3305.oi 12 33 05 17 1 EA Concrete Manhole Co]lar po9ars Cents 75D.00 $750.00 47 3213.0700 32 13 73 200 L� Joint 5ealing - Silicone �ollars Cents �2.ao �ana.on r}s 3312 90 1 �A Rekocale Water Meter and Box Dollars Cents $'{50.00 $150.04 Ci'fXDFP08T WORTH ��'� ���p� STA[a]]ARU COFfST1tUCT[bN SPECII'1CATION POCC�MEEN7'5 CONT1tACT 2022 Form Revised 9130f2021 CityProjectNo. UGfl1 2022 00 A2 A3 ]3FD PRpPtlSAL Page 7 oF 8 SECTEQN (i0 42 43 PROPQSALF�RM IJNIT PRI�� �l� �idde�"s �p�licatic�n Pioject Ttem In%rma8on f3idde�'s Proposal Bid List Ttcm Specification Unit of 1]escri tion [lnii Price Bid Value PayItera �a SectionNa. BidQusntity Measpcement p IJNIT V- ADDITIONAL ITEMS RE UIRED �OTH�R THA10' PAVING TEMS �'7-57 ag 33 1210 1 EA 1Nat�r Meter AdJustment ❑ollars Cents 'i00.00 $i00.00 50 424195 200 LF Saw-cutConcretePavement 32 09 29 Dollars Cents $3.00 $604.Od 51 3213.0207 32 93 13 150 SY 8-inch Goncrete Pavement High Early Strength Concrete (H�5) Dollars Cents $1d8.04 i6 200.00 5Z 33 65 12 1 l.3 Ukilify Adjustment p eThousand 4oUars Na Cents $1000.40 $1040,04 58 32i6:U3D1 3216 i3 70 5Y 7-inch Concrete Valley Gutter, Resident{al ❑ollars Cents 1�8.00 7560.00 �4 3217 23 2U EA Raised Tra�e Markers, All Tynes dollars - Cents $10.00 $200,00 sg 32'f7 23 10U LF Pavemerit Marking, All Types ooAars Cents $30.00 $3,400A0 5� 3137.U101 39 37 00 3U 5Y Concrete Riprap I]ollars Cents 5�4.00 1620.OU 57 3437.0104 31 37 00 60 SY Medium 5tene Riprap, Dry I7oilar5 Cents 54.qQ $3 240.00 58 3137.Ui02 37 37 00 BO 5Y Large Slone Rlprap, �rY DoHars Cents $53.00 $3 784.00 CITY OF PORT 1?JpRTFT UTIi.lTY CUT EtEPNA STAlVDAR➢ COTI5TRUC7'[ON SPLCL['ICATfON�OCUT7FSN'1'S CONTRACT 2022 Farrn Reviaed 9139fL621 City Projeet No, lIC-Ol 2022 tl0 92 43 BIIiP&�POSAL Pege 8 af B SECTION Ufl 42 43 PROP�SALFORM l�Nli �RI�� �I� �idd�r�'s r�ppl�cati�n Projact Item InFormatiazi Bidder's Propnsal �a Itam BidListItem Specification $�dQuantiiy Unitaf bescription UnitPrice BidValue Y No. Section lYo. ivteasurement UN�T V- ADDITIO1vAL ITEMS RE T]IRED OTHER THAN PAVING ITEMS 27-57 �g 03 3fl 4a 20 CY Cvncrete Retalning Wall 32 32 13 Dollars Cents 304.OU 8 004,40 6p pi S5 26 10 �A Street Use Permif 3471 93 One Nundred Dolfars No Gents 100.00 $1,000.04 67 3471.OD03 34 71 13 15 EA Tra(fic Canirol Plan Design and Install as Required Dollars Cenis 100.00 $1500.D0 Tatal Bid �h.���4 C1TY OF FORT WORFH U-i��'� �� �� STAi�ioARD CONES7RUCT1014 SPHCIPCCATfON 3)OCiJl1�N'CS C�N1"liACT 3022 Porm Ravised 9130T2�21 City Pmject Mo. [7G01 2D�2 ao 4a is Bla aONo Page 1 of 2 SEC710K b0 43 13 B!D BONIl7 KNOW ALL BY TH�SE� PRESENl'S: That we, Westhill Construction, Inc. , known as "Bidder" herein and ��a:kel Grts4iranca (:amRany, _�._�_,s;�.����:s�r_e_ry' duky authorized to do business in the Stake of iexas, known as "Surety" herein, are held and firmly hound unto the City of F'ort Worth, a municipa! corporation c�ated pursuantto the laws of Texas, }cnawn as "City° herein, in the penal sum of �ve percent (�S%] of �idder's maximum hid price, in lawful money nf the United 5tates, to pe paid in �'ort Worth, Tarrant County, �'exas for tf�e payment of which sum u�efl and fruly to be made, we bind o�rselves, our heirs, axecutors, administrators, successo�s and assigns, jointly and severally, firmly by thesa presants. WHER�AS, the Principal has submitte.d a bid or proposa! to parfo.rm Work for the fiol[owing project designated as UTILITY CUT RFPAER CONTFtACT 2022 0 MOW, THERE�ORE, the conditian of this obligation is such that if the City shall award the Cantract for the fnregoing project to the Principal, and the Principal shal] satisfy all requirements and conditions required for the execution ofi the Contract and shall enter into the Contracf in writing with the Ci#y in accordance vuith the terms of such same, then this oi�ligation shall be and become nup and void. If, howeuer, the Principal fails to execute such Contract in accordance with the terms of same or fails to satisfy all requirements and conditions required for the execution of the Contract, this bond shall become #he property of the City, without recourse of the F'rincipai andlar Surety, nof to axceed the penaliy hereof, and shal! be used to compensate City for the difference beiween PrincipaPs total bid amount and the nejct selected biddet's tatal b9d amount. PRaVi�Eti FLlRTHER, fhat if any legal action be filed on fhis Band, venu� shall lie in Tarrani County, Texas or the United States District Co.urt for the I�orthern District of Texas, Fork Worth Qivision. IN WIT�lESS WHEREOF, the Principal and the S.urety have SIGNEQ and SEALEb this instrument �y duly author�zed agents and officers on this the 22nd day of No�em.ber , 2021. ATTEST: . ' Witness as to Principal CITY OF FORT 1NORTH STAtVDARD CONSTRl1C1"fON SP�CIFICATION OOCUMENTS Form Revlsed 9130121121 PRINCIPAL: Westhill Construction. {nc. BY: Signatur Angela Reynolds, President Name and Title UTIl.1TY Cl]T REPAIR CONTRAC72022 Clty Aroject �la. lJG-01 2422 00 43 13 elo 9oNo page 2 af 2 Address: P•�• Box 2�16 Gleburne 7�( 76031 . itn�ss as t 5uret. � �� Aftach Power of Attorney (Surefy) for Attorney-in-Fact SUR�TY: Markel lnsurance Company . BY: gnature Teresa Gocisey, Aftnrney-ln-Fack Name and TEtle Address: �4521 Highwnods Pkwy Glen Allen VA 23fl60 Telephone Number: 866-732�4099 'Note: !f signed by an ofFicer of the Surety Company, there must be on file a ceftif'ted extract from the 6y laws showing that this person has aufhorify to sign such obligation. If Surety's physical address is difFerent from iis mailing address, both musf be provided. 7he date of the �ond sha�l not be prior ta tf�e date the Cantract is awarded, END OF SLCTION CITY OF FORT WOR7H UTILIiY GUT REPAIR STANOARd CO�fSTft[iCTI01V SPECIFICATIdN �OCUMENTS GONTRACT2022 Form Revised 913�T2627 Ciry Froject No, i1C-(F1 2022 poa #: Bid Bon�i. �l/�arkeE Insurance Company LIMfT�D POWER OF ATTORNEY Knaw All Nfen hy 7hese Presents, That MARKEL INS.UFtANCE COMPAtVY [the "Company"j, a carparatian duly organized and existing unde�- the laws af tha State of Illinois, an.d having iCs principal administretive affice in Glen AIIen, �1lrginia, daes t�y these presents make, constitute and appoint Yeresa Godsey its true and IawfulAttnrney-in-fact,withfull powerandauthority hereby conferred in its name, place and stead, ta exeeute, acknowledgeand deliuerany and all k�onds, reeognizances,undertakingsof otherinstruments orconttactsafsuretyshfp to Irtclude waivers to the mnditlons of conxracts and consents of suretyfar, praviding the hond penalty daes not exceed prtr��iPai: Westhill Construction, Inc. oe�i�EE: City of Fort Worth Amaunts: � $ 1,flD�,000.00 and to 6ind the Company thereby as Eully and to the same extant as if such 6ond were signed by the President, sealed with the corporate'sea� of the Company and duly attested by fts Secretary, herehyratifying and confirming ap that the safdAttorney-in-Fact may do In the premises. 5aid appolnfinent fs made under and hy authority of the followingresolution of the Bnard of nirectors of Markel lnsurance Company: RESOLVED, tftat the president, any Senior Vice President, Vice President, Assistant Viee Presideht, Secretary, Assista�t Secretary or Assistant Treasurer shall be and ls here6y vested with Eull power and autharity to appoint any ane or more suita6le persons as Attorney�sj-In•Fact to representand actfor on hehalf nf the Company,suh)ectta thefollowfngprovisions: Attarney-in-Fact may he given full power and authorlty for and in Yhe hame of and on 6eha1€ of the Company, to execute, acknawledg� and deliver, any and all 6dnds, recognEzances, cantracts, �greements or indemnity a�d qther conditiona[ or ob.ligatory undertakings and any and all notices and documents canceling or terml�ating the Campany's Ilability the�eunder, and any such instruments sa executed 6y anY such Attarney- iq-Fact sha�l he 6inding upop the Company as iE signed hy the President and sealed and efFected hy the Secretary. FURTHER RESo�V��,thatthesignatureofanyautharizedafficerand sealoftheCompanyheretoforeorhereaftera#fixedtoanypowerofattorney ur any ceotifi¢aYe relating thereto by facslmlle, and any pawer of attomey or certiflcate hearing facslmile signature or facsim�le seal shall be valid and bittding upon the Company with respect ta any 6ond or undertaking ta which it is at�aehed. In Wltness tihfhereof, �r1ARKEl lNSUftANCE COMPANY has caused these presents to be signed ksy its 5enlor Vice Pres9denY, and its carporate seal to �e hereto afFlxed this 9th day of Sep#emher, 2019. �1�i�w+ +r,,,� `� ��M�tiF�i (�[� MARKEI [N CE PANV �u7r����`ib °� J7/J =y.7 S� ''�" �~ // ��. x�/ 4` ff CqmmonWealth of Ulrglnia ;;y., � gY� �j '�i, �� �a` Rah' Russa, Senfor Vice Pres9dent Henrfw County hr�,���,�t. On this 9th day of Septemher, 2019 befare me persanally came ftahin Russ` y���tR�%wn, who being by ine duly swom, did depose and say thaY he resides In Henrlca County, Virginfa, the fie is Senlor Vice Pres[dent of MARKEL {I1��S �C�}�l��Y��[te company descrihed in and which executed the above instrument; that he knaws the seal af said Campany; that tE�e seal a�xed to said in� is �oC���e S ral; that it was sa affixed 6y order o# the 8oard of directvrs of said � SR Campany; and that he slgned his name fherstp hy lifce order. � Q:•'�(P�P��•• 2� � : � MY �n �: COIUiMISSION ' sy� '�� I�4UMB�f2 ;� � ❑nnna oanavant, Natary P�h1fc ��'� �' 7083968 '�: My mmmission expires 1/3i/2U23 : �yQ�' •�����: 1, Riehard R. Grinnan, Vire President and Secretary of MAKlCEL INSUR�lfyf�F�l�o �r�by certity Ehat the a6ove and foregoing ts true and carrect capy of a PoweT of Attorney, e�cec�ted 6y said Campany, which is stlll En full farce andbFiv9�i �ti�urthermore, the resolutions of the 8aard af I�irectors, set aut in the Power of Attorney are in fuA force and eE#ec#, Given undermy f�and and the seak af said Campany at Glen Allen, Virginia;his gth day o# fl�cember x0 2� . gy; � Richard R. Grinnan, Vice Presidant and Secretary Any irtsCrument issued in exeess o4 the penalty skated abave ls kotally void and without any validity. Far verificativn oE the autharTry of this Power yau may cal I(713] 812-0800 an any 6usiness day 6etween 5;30 AM and 5:00 PM [ST. r � �ii�r��l �n���a��e �ornpany iH1S �O�ID RID�� CON [�1�15 li�IlPO4�iAf�i C�l/�F�A►G� I�I�ORII�lIAif��l S�a�uta�y Complain� �doiicel��ling of Cfaims To obtain infarmation or make a cornplaint: You may ca{I the 5urety's toll free telephone number for infarmation or fio make a complaint or file a claim at: 1-866-732-4D99. You may also write to the 5ur�ty at: Markel Insuranc� Company 9737 Great Hills Trail, Suite 320 Austin, Tx 78755 You may contact the Texas Depar#ment of lnsurance tv obtain inforrnafion or� campanies, ca�erag�:, rights ar complaints a� 'f-S00-252- 3439. You may write the Texas Department of lnsurance at: PO Box 1491 DA� Austin, TX 787'{ 4-99 04 Fax#: 512-490-1007 Web: htfp:l/www.tdE.state.#�c.us EmaiL CansumerProtectian@tdi.texas.gov pREMILiM �R CLAIMS D1SPllT�S: Should yau have a dispute concerning your prerj'��um or abouf a claim, you should contact the Surety first. lf the djspute is not r�sol�ed, you may cantact the Texas Departmer�k of lnsu�ance. Texas Rider d6D42615 00 43 37 VE�VDI?R CQMPLIANCE TO STATE I.AW Page 9 of 1 SECYION d0 43 37 VEIVDOR COMPLIANC�TD S7ATE LAW NON R�SiDENT B1DD�R Texas Go�ernment Code Ch�pter 2252 was adopted for the award of contracts to nonresident bidders, 7his kaw pravides that, in order to be awarded a contract as low bidder, nanresident hidders (aut-of-state contractors whose corporafe affice� or principal place of 1�usiness are outside ihe State of Texas} bid projects for construction, impro�ements, supplies or ser►rices in Texas at an amount lower than the lowest Texas resident bidder by the same amount tl�at a�'exas resident �idder wauld be required to underbid a nonresident bidder in order to obtain a comparabie contract in the State which the nanresid�nt's principal pface of business is lacated. The appropriaie blanks in Secfian A must be �Iled out by all nonresident bidders in ord�r for your bid to me�t speeifieaiions. The failure of nonresident bidders to do so will autarrratically disqualify that bidder. Resident bidd�rs must check the box in Section B. A. Nonresideni �idders in the State of �!ate �la:e a� B!��k , our principal place af business, are req�ired to be 9�6 ki�r� � percent lower than resident bidders by State Law. A copy of the stafute is attached. Nonresident �idders in t�e State af t�t�� H�f� or Bf�nt�„ our principal pface of business, are nat required to underbid resident bidders. B. Ti�e principal place of business of aur company or aur parent company or majority owner is in the S�ate of Texas. f] IBID�ER: Westhill Construction, Inc. 402 N. Border Cleburne, T�xas 76031 0 By: Angela Rey�olds �� ` � ` :.�_� � �r,�, _ - � . _ -� Ti#ke: President �at�: 1�.1 � � � END OF S�CTION CiTY OF FORT WORTi�I UTILITY CU7 REPAIR STANDAitIJ CONSTRUCTION SPECIFICATION �OCUMENTS CONTRACT 2622 Form Revised 9I3o120211 City Pmject No. UC-01 2022 noasi�-� BIDDERS PREQUALIFICATjONS Page 1 of 3 1 SEC'I`ION 00 4511 2 BIDDERS PREQLTALTFTCATIONS 3 4 l.. Surnmary. ABidder or their designated subcontractors are required to be prequalif'ied or 5 have applied for prequaliticaiion by the City for the vuork types requiring prequalif'icatio�� 6 prior to submitting bids. To be considered for award afcontract the Bidde�• znust submit 7 S�ction OQ 4S 12, PREQUALIFICATTON STATEMENT for the worktype(s} listed with 8 their Bid. Any contt'actor or subconlractorwho is not prequalified for the work type(s) listed 9 must submit Seciian 00 4S 13, PREQUALIFTCATION APPLICATION in accardarace with l0 the requiremenis below. The information must bc subm�xited seven (7) days griar to the ] 1 date af the opening of bids. Subcontractors �nust fallow �h� same timelines as contractors 12 for abtauung prequaliiication revzew. Bidders or Subcontractors who are not prequai�ed at 13 th� fizz�e hids are opened and reviewed may cause ti�e bid io be rejected. 1�4 15 I6 Theprequalif'�cation process will establish a bid litnit based an a tec�nicaI evaluation and I7 financial analysis o�the cantractor. For example, a enntractoz•u�ishing to submit bids an 18 projects to be opened on the 7th of I�pril must fi�e the infarmaiion by the 31 st day oi March 19 in order ta eligible to work on these prajects. In orderto Facilitate the ap�rov,al of a Bidder's 20 Prequalification Application, the following must accompany the submissian. 21 a. A complete set af audited ar reviewed financial statemenfis. 22 (1) Classified Balar�ce Sheet 23 (2) Incame Statement 24 (3) Staiennent of Cash Flows 25 (4) Statezr�ent af Retained Earnings 26 (5) Notes to the k'inancial Statements, iiany 27 b. A certif'ied copy of the �`irxn's arganizational documents (Corporate Charter, Articles 28 of Iz�carporation, Articles oiOrgazzization, Certif'icate of Formation, LLC 29 Regulations, and Certiiicate of Li�nited Partnership Agreement). 3Q c. A completed Bidder Frequalif'rcation A�plication. 31 (1) The f�rm's Texas Taxpayer ldenti�cation Number as issued by the Texas 32 Comptrouer of Public Accounts. To abtaUn aTexas Tax�ayer ldent�icaiion 33 n�mber visi� th.e Texas Comptroller of Public Aecounts onl"uie at the 34 fo3lowing web address www.t�vindow.state.�.us/taxpermit/ and fill out �Iie 3S appfication to apply far your Texas tax TD. 36 (2} The firm's e-mail address and f� number. 37 (3) The firm's DUNS number as issued by Dun & Bradstreat. This number 38 is useci by the City for required reporting an Federal Aid projects. The DL]NS 39 number may be obtained at www.dnb.cam. 40 d. Resumes reflecting the construction experi�nce of tl�e prineiples of the firm far firms 41 suhrni�ting their initial preyualification. These resumes should include the size and 42 scope of the wark perfartrzed. �13 e. Other information as requested by the C�Ly. �4 45 2. Prequalification Requirernents 46 a. Financial Statemenfs. Financial statement submission m�ast be provided in 47 accordance with the follaw�ng: 48 (1} The City requires that the original �'inancial Statement ar a certified copy 49 be suhmitted far cansideration. CITY OF FQRT WpRTH UTILITY CUT A�PAIR STAN]7ARD CONSTRUCiIOIY SFHC}FICATIQN DOCUMENTS CONTRACT 2022 Revised August 13, 2021 City praject No. UC-0 E 2022 oaast�-z BIDDERS PIZEQUALII'ICATIONS Page 3 of 3 2 3 4 6 7 S 10 1I 12 13 14 15 �6 17 18 19 za 2I 22 23 24 25 2b 27 28 29 30 31 32 33 34 35 36 3'1 38 39 40 41 42 43 44 4S �! (2) To be satisfactoz•y, the �'inancial statement� mustbe audited or reviewed by an independent, certif�ied public accaunting f�rm z•egistered and in goad standing in any staie. Current Texas statues als o i'equire ��lat accaunting Fit•ms performit�g audits or reviews on business entities within the 5tafe of Texas be properly licensed or registered with the Texas State Board o�Public Aeco€antancy. (3) The accouzlting firm should state in the audit report or review wheth�r the contractor is an individual, corporatian, or limited liability company. {�) Financial Statements must be preset�ted in U. S. do]Iars at the current rate af exchange of the BaEance Sheet date. (S) The Cit� will nat recognize an� certif'iad public aeeauntant as independent wha is not, in fact, ind�pendent. (6) The accountant's opinion on �h� financial statements of the conteactitig carnpany should state tktat the audit o�• review has been conducted in accordance wi�h avditing s�andards generally accepted rn the CJnitad States ofAmerica. This must be stated in the accounting firm's opinion. Itshould: (1) express an unquaIified apinioil, or (2) express aqualified opinion on tl�e statements taken as a whale. (7) The City rese�•ves the right to require a new statement at �ny time. {8) The financial statement lnust be prepared as of tl�e last day of any month, nat mare than one year old and mvst be on �1� with the City 15 months thereafter, u1 aecordancewiih Paragraph I, (9) The City will determine a cont►•actor's biddic�g capaeity for the purpases af arn�aa•ding contracts. Bidding capacity is determined by multiplying tl�.e pas.ztive net working capital (working capital= current assets—current liabilit�es) by a factar of 10. Only those statements ref�ecting apositive net working capital position wil! be considered satisfactary for pr�qualifcation purposes. (10) In the case that abidding date falls within the tirrte a nevu �nancial statement is being prepat'ed, the pr�vious statement shall be updated with proper verification. BidderPrequalificationApplication. ABidder Prequalif`ication Application mustbe subznitted a�ong with audited or reviewed financial statements by firms wishing to be eligible to bid on all classes of constructian and maintenance projects. Zncomplete Applications will be rejected. (1) In those sc�edul�s where there is nothing to report, the notation of "None" or "NIA" should be inserted. (2) A minimum of �ive (S) references pf related work must be provided. (3} Submission of an equipment schedule which indicates equipment under the control nfthe Contracfor and which is r�lated fio the type of work for wt�ich the Contactor is seeking prequalif'ication. The schedule must include the manufaeturer, �node] a�tad generaI common description of each piece of equipment. Abbreviatians or means Qf describing equipment other than provided above will not be accepted. 46 3. Eligibility for Award of Contract 47 a. The Caty shall be the sole judge as to a contractor°s prequalif'icatian. �18 b. The City may reject, suspend, or modify any prequ�cation fox failur� by the �+9 contraetor to demonstrata acceptable financial ability or perfar�mance. 50 c, The City w�] issue a letter as ta th� status tiithe preq�aalification approval. CITY OF �OKT WORTH UTILITY CUT T�CPAIR STANDARD CONS`IRiJCTION SPECA'ICATION DOCUMENTS CONTRACT 2022 Revised August ]3; 2021 City project�Ta. UC-01 2022 oa as � i -3 I311�]]EIiS PREQIIAI.IFICATIONS Page 3 of 3 1. r 2 3 4 5 5 7 8 9 d. If a contraetor has a valid prequaliiication letter, the cantractor will be eligible to pet•form the prequalif'ied work types until the expiration date stated in tlae letter. IND OF SECTiON CITY OP FORT W�IiTH 5TANDt1RU CONSTRUCTIDN SP�CIFICt1TION DOCUNIENTS Revised August 13, 2021 T�T[t,�T� cuT �p�� Cq1V`f'EiACT 2Q22 City pra}eet No. UC-fl 1 2022 00 45 12 B{D FaF2M Page'i of 1 s�cTioti oa as 1a PREQUALIFICATION STATEMENT �ach Bidder for a City procurement is required to complete fihe infarma#�nn below by identifying the prequalified contractors andlar subcantractors whom they intend to utilize for t�e ma�or work fiype{s} listed. Major Work Type C�ntractorlSubcontractor Campany Name Prequalification Expira�ion Dat� PAVING Weskhill Constructian, lnc. '{fl1812022 � �vC�5�5��1 i �4���� : `-i,°r� ;1� ti�?''� ��'�k� �?�'� FJf $j5c�.�.l? p w.�: - '::°1', �tic�".c ,�v'. .�}- k�.�,:� ���{� ��L L .'.�� =����M p Ca��a� �� �i�rF;� Tar� �r �pac� �ate i�ere �c �pa�e The u�dersigned h�reby certifies that the cont�actars andlor subcon�raciars described in the table above are currently prequalified for the woric types listed. BI���R: Westhill Constructian, Inc. �402 N. Border Cl�burne, Texas 78031 a By: Ang�la Reynolds (Signatu Title: President Date: 1 � � � r �4� �N� O� SECTION CITY OF FORT WORTH UT1l.ITY CUT R�F'A{R 3TAN�AR� CONSTRUGTION SP�CIFICATIQI� DOCUMENTS CONTRAGT 2022 Form Revised 9/30/2027 Clty Project hla. UC-fl1 ZD22 ����r ���r�� Date of Balance 5heet SECTI�N OU 45 13 PREQUALIFICATIQN APPLXCATION Nar� underwhichyouwish to qualify Past �ffice Box Street Address (required) Telephone City City Fax Ma�rk only one: Individual Limited Partnership General Partnership Corporation Limited Liability Company Texas T�payer State State Erriail No. � Zip Code Zig Code DUNS Nfl. {� applicable) Email/mail this questiannazre along with financial statements to the appropriafie group below. A separate submittal is required for waterlsewer, paving, and lighting: ork Category -- Water Aept - Wat�rlsewer Work Category — TPW Paving Worlc Category — TPW PedlRdwy Fiscal Services L3i�ision 200 Texas St, Fort WorksDept, $851 Camp Bowte West Blvd. Fart Management Attn: Clint Hoaver, P.E. 5001 Worth, TX 761D2 Wortt+, Texas 7fi116 Attn: Alicia Garcia J�es Ave. Fart Worth, TX 76115 *Financial Statements must %e mailed. Mark the en�elope: "Bidder Prequalification Application" 00 95 13 - 2 BIDDER PREQ[iAL1FTCATIOIVAPPLICA,'i'IQN P age 2 of $ BUS�NESS CLASSIFICATION The following should be completed in order that we may praperly classiiy your firm: (Check fhe block(s) which are applicable - I31ack 3 is to be Ieit blank if Block 1 and/ar Block 2 is checked) � Has fevver than 1.0� employees andlor � Has less than $6,OpQ,000.00 iri annual gross receipts OR � Daes not meet the criteria for being designated a small business as provided in Section 20p6. QQl of the Texas Governrnent Code. The classification of your f�rm as a smaIl or large business is not a factior in determining eligibility to become pr�quatified. Select znajar work categories for which ypu would Like to 6e prequalified (City may deem yot� are not qualif�ed for selected categary or rnay app;ro�e yau at a lesser size/length andrnaxi�tntuaa size �nay not �e Iisted s�ecifica�ly vnder a major v�rork category) : MAJOR WORK CATECTORIES Wat�ar Department Augur Boring - 24-inch diameter casing and Iess Augur Boring - Greater than 24-inch diameter casing and greater Tunneling - 36-Inches -- 6Q -inches, and 350 LF or less Tunneling -�6-Inches - 60 -inches, and greater than 350 I F Tunneling - fi6" and greater, 350 LF and greater Tunne]ing - G6" and greater, 350 LF or Less Cathodic Protection Water Distribution, Development, 8-inch diameter and smaIler Water Distribution, Urb.an az�d Renewal, 8-mch diameter and small�r Water Disiribution, Deve�opment, 12-inch diamet.er and smaller Water Distrzk�ution, Urbari and Renewal, 12-inch diameter and smaller Water Transmission, Develapment, 24-inches and srnaJler Water Trar►smission, UrbanlRenewai, 24-inches and sznaller W�ter Transmission, Development, 42-inches and smaller Water Transmission, UrbanlRenewaI, 42-inches and small�r Water Transmission, De�elopment, All Sizes Water Transrnissinn, Urbari/Renewal, A11 Sizes Sewer Bypass �uznping, 1$-inches and smaller Sewer Bypass Pumping, 18-inches - 36-inches Sewer B�pass Pumping 42-9nches and larger CCTV, 8-inches and smaller CCTV, 12-i�-►ches and smaller CCTV, 18-inches and smaller CCTV, 24-inches and smaller CTI'Y OF EOR'T WORTH iITILI'CY CYJT R�PAIR STANDARD CONSTI2UCTION SPBCICZC.AT'ION DqCUMENTS CONTRACT 2022 IZevised August 13, 2021 City Praject Na. UC-Ol �022 0o a�� � � - � BIDD�R PREQUALff^ICA,TION APPLICATION I'age 3 of 8 MAJDR 11VORK CATEGORTES, CONTINUID CCTV, 42-inches and smaller CCTV, 48-inches and srnaller Sewer CIPP, l 2-inches and smaIler Sewer CIPP, Z4-9nches and smaller Sew�r CIPP, 42-inches and smaller Sewer CIPP, All Sizes Sewer Callection System, Development, 8-inches and smaller 5ewer Collection System, Urban/Renewal, 8-inches and smal�ez' Sewer Collectian SysCem, Development, 12-inches and smaller Sewer Collection System, UrbanlRenewal, 12-inches and smaller 5ewer Interceptors, Development, 24-inc�es and smaller Sewer Intercepto�rs, Ur�anlRenewal, 24-inches and smaller Sewer Interceptais, Develnpment, 42-inches and smaller 5�wer Intercepto�s, Uri�an/Renewal, 42-inches and smaller Sewer Interceptors, Development, 48-inches and smaller Sewer Interceptors, UrbanlRenewal, 48-ir�ches and smaller Seurer Pipe Enlarge�ent 12-inches and sma3lar SewEr Pipe Enlargement 24-inches a�d smaller Sewer Pipe Enlargement, All 5izes Sewer Cleaning , 2�-inches and srnaller Sewer Cleaniut�g , 42-inches and smaller Sewer Cleaning , All Sizes S�wer Cleaning, $-inches and szx�all,�r Sewer Cleaning, 12-inches and smaller Sewer Siphons 12-inches flr less Sewer Siphans 24-inches or iess S�wer Siphons 42�inches ar less Sewer Siphons All Sizes Tiransgnrtation Pc�blic Wnrks Asphalt Paving ConstructionlReconstructinn (LE�5 TITAN 15,Oaa square yards) Asphalt Paving ConstructionlReconstruction (15,OOQ square yards and GREATER} Asphalt Paving Heavy IVlaintenance (UNDER $1,0OO,ODO) Aspk�alt Paving Heavy Mairitenanee ($1,000,000 and OVER) Concrete Paving CanstructionlRecanstn�ction (LESS TI�AN 15,000 square yards}* Concrete Paviztg Canstruction/Reconstruction (15,000 squaz'e yards and GREATER) * Raad�vay and Pedestrian Li�hYing NOTE *Th�re is not a prequalification requirer►zent ior installation of concret� sidewalk, curb & gutter, dFiveways, and panel replacement, only concrete paving CTI'Y OF FORT' W ORTI-I UTILITY CL7T I2EPAIR STAIVDARb CpI�TSfRUCTiON SPEC]FICATI03�! DQCUNI�NT5 CONTRACT 2022 Revised August 13, 2D21 City Projeet No, UC-O 1 2022 oa �� is -4 �IDDF.R Pk2E�l1ALIFICATIONAPPLICATION Page4oi8 List equipment you do not own bu1: which is avai�able by renting DESCRIPTION OF EQCIIPMENT N AND DETAILED ADDRESS OF OWNER 2. How many years has your organization been in business as a general contractor under yaurpresent name? List previous business names: 3. How many years af experience in had: (a) As a General Con,tracto:r: construction work has your organiza#ion (b) As a Sub-Cantractor: 4. �What projects has your organization campleted in Texas and elsewhere? CONTRACT OF DATE CITY-COUNTY- AMOUNT WORK COM�'L�TED STATE *lf �•eq�alifyirzg only show wark p�rformed since last stateznent. 5.Have you ever failed to complete any work awarded to yau?_ If sa, where and why? ADDRESS OF OFFICIAL TD WHOM YOU REFER 6. Has any officer or owner of your organizafiion ever been an officer of another organization that fai�ed to camplete a contract? If so, state thenarne of the individual, other organization and reasan. 7.Has any officer or awr►er of your arganization ever failed to complete a contract execuied in his/her name? If so, state the name af the individuaI, name af owner and reasan. CTTX OP FORT W ORTH UT3LITY CUT REFAIR 5'I`ANDARD COIVSTRiICI'ION SPECIFIGATIDN DQCiIMEIVTS CONTRACT 2p22 Revised August 13, 2p21 Cify Prolect AIo. U.C-01 2022 Qfl 95 13 - 5 BIl]DER PREQiJALIFICATI01�i APPLICATION Page 5 nf 8 S. In what otfier lines of busi�ness are you financially interested? 9, Have yau ever performed any work forthe City? If sa, when and to whom do yau refer? 1.0. State names and detailed adciresses of all produc ers fram whom yo� have purciiased prizYeipal materials during the Iast three years. NAME OF FIRM OR GOMPANY DETAILED ADDRESS I 1. Give fhe nam.es af any affiliates or relatives currently debarz'ed by the City. Indicate your relationship ta this person ar firm. l 2. What is the construciion experience ni the priz�cipal individuals 9n your organizafii�n? PRESENT MAGNITUDE P�SITION �R YEARS OF AND TYPE 0�' IN WHAT NAME Ok`FZCE EXPERIENCE `NORK CAPACITY 13. If any own�r, aPfieer, directar, or stackholder of yflur firm is an employee af the City, or shares the same household with a Crty amployee, please list the name of the City emplayee and the relationship. in addition, list any City emp�oyee who is the spouse, child, or parent af an awner, officer, sfiockholder, or d�rector who does not live in the sarne househald but who receives care and assisiance fromthat person as a direct resu3t of a documented med'zcalcondition. This includes faster chiIdren ar Yhase reiatec3 by adoption or marriage. CITY OF FORT WORTH UTILITY CUT AEPATA STANDARD COI�STRUCTIt7N SPECIFICATION DOCU�vIE3QT5 CONTRACT 2022 Revlsed August 13, 2q21 City ProjeciNo. UC-01 2022 0045d3-6 BIDDER PREQUALIF'ICATIONAPPLICATiON Page 6 oF 8 C�RPORATION ELOCK PARTNIItSHIP BLOCK �f a cvrporaiiQn: If a partne�ship; Date of Incarporatian 5tate af Organization Char#erlFile No. Date af orgar�ization President Is partnership general, �imited, ar reg�stered Tirnited liability partnership? Vice Presidents File No. {if i,imited Partnership) General PartnerslOfficez's Secretary Li.mited Partners (if appIicable) Treasurer LYMITID LIABILITY COMPANY BLOCK Xf a carpo�ation: State of Incorporation Date af organization Fiie No, Individuals authorized to sign for Partnership Officers or Managers (wzth titles, if any) Fxcept for limited paz'tners, fhe individuals listed in the hlocks a�ave are presuined to have fv11 signature at�than7ityfor your �irm unless oiherwise advised. Should you wish to grant signature authority fox� add�itional individuals, please attach a cert�ifxed copy oi the corporate resolu�ion, car�rnrate minates, �rtnarship agreement, power of attorneyor other legal documentation which gra.�ts this authority. C1TY OF I'Oi2'7' WORTH IITItTTY CUT I�EPAIR STANDARD COIVSTI2UCI`XqN SP�C]FICATION DOCIIMENTS CONTRr�CT 2022 Revised August 13, 2021 City Project No. UC-Ol 2022 QO4513-7 SIDDER PREQUALIk'JGATION APPLICATION Page 7 of 8 14. Equipment � _ TOTAL Similar types of equipment rnay be lumped together. If your firm has more than 30 types af equipment, you may show these 3p types and show the rema�der as "variaus". The City, by allowing you to show flnly 3� typ�s of equipment, reserves the right to request a coznp�ete, detailed list of all your equipment. The eq�ipment list is a z�epr�sentation of equipment under the cantrol of the firm and which is reIated to the type of wark for which the firm is seeking qualificatian. Zn the description inclUde, the manufaciurer, model, and general common description of each. BALANCE SHEET ITEM QUANTITY ITEM DESCRiPTION VALUE 1 2 � 3 � 5 6 7 8 9 10 i1 12 13 14 I5 16 17 18 19 20 21 2,2 23 z� 25 26 27 28 29 30 Various- TOTAL C1TY pFFp12T WORTH UTILITY CUT REPATR STANDAI2D COAiSTRl1CTI�N SPECIFICATI4�i Dp.CL1MENT5 CONTRACT 2U22 Revised August 13, 2021 City ProjectNo. UC-�1 2022 aa 45 is - a BIDDER PREQUALIFICATIpNAPPLICATION Page B oP 8 BIDDER PREQUALIFiCA`i�ON AFFIDAVIT STATE 0�' COUNTY O�' The undersigned hereby declares that the foregoing 9s a true statement of the fi.rtancial condition of the entity herein first named, as of the date herein first given; that this staterneztt �s far the express purpas� of ind�cing the party to whonn it is submitted to award the submitter a confract; and that the accountant wha pr�pared the baIance sheet aceompanying this reporC as well as any depository, vendar or any other agency herein named is hereby authorized to supply each party with ar�y inForrnation, vdhile this statement is in t'orce, necessary to verify said statement. , being duly swnrn, deposes and says thafi hefshe is the of , the entity described in and which executed the foregaing statement that he/she is familiar with the boalcs oi the said entit� showing its financial condi#ion; that the %regoing fir►aneial statement taken from the books of the said entity as of the date thereof and that the arEswers #o the quesYions of the foregoing Bidder Prequalification Application ars cnrrect and true as af the date of ihis afffdavit. Fam Name: Signature: Sworn to b�fore me this day of ` Natary Publ�c Notary Public must not tre an o�fli cer, di�`ector, or stockholder or relative the;reof. CITY OF FORT V�lORTH UT'ILITY CUT REPAIR STANDARD CONS!'RUCTION SP�CIE'ICATION DOCUMENTS CONTItACT 2022 Reuised August 13, 2021 City Projcet?1a. UC-01 2022 - 00 45 26 - i CQNTRACTOIi COMPLIANC�'4�71TET t�I0RKE12'S CO1vIPENSATIbN LAW Pade 1 of 1 1 z 3 4 5 6 7 8 9 14 I1 12 13 14 15 16 17 18 19 20 21 22 23 24 25 2.6 27 28 29 30 31 32 33 34 35 36 37 38 39 �ECTION 40 45 26 CONTR.ACTOR COMPLIANC� WITH WDRKER'S COMPENSATI�N LAVV P�rsuant to Texas Labor Code 5eetion 4Q6.096(a), as aanend�d, Con�actor certifies �hat it provides woxker's coinpensation insuranae coverage for alI of its etnplayees �mplayed on City Frojeci No. UC-01 2018. Contractor further certifies tha#, pursuant to T�xas Labar Code, Sectian �06.096(b), as amended, it will provide to Gity its subcontractor's certificates of compliance with worker's compensafion caverage. CON'd'�CTOR: � � ����s'�r�.,\ -- _ s�'.�v.�� By� �s Company ` � lease Prin '��.ri. �: � ..� �1�� � � Address � �� • -....... �--��c �X ��'=�� Title; C ���- � CitylStatelZip (Please Print} THE STATE OF TEXAS C�UNTY OF T�RRANT � § BEF RE ME, the undersigned authority, on this day persanally ap�aeared � , known to rne to be the person whose name is subscribetl o the %re oing instrument, and acknowledged to me that nelshe exacuted the same as the act and deed ni tis,'�,-�vt� ��,r.•L��or. �'�.� for the purposes anc� con.sicieration therein expressed and in ihe capacity therein stated. VEN iJNDER MY HAND AND �EAL OF OFFTCE this � day af � ,, 2oa�. ' � _� ./ ' � � � �� Nota�-y Public in d for tiae State of Texas END OF SECTION �A5 t �uY��ip uq� ;'�R _ �m�' NiA�{E.YN K. NEWBi� ��„ Nntary k'�b1ie *+ � * STAi'�+ (}F TE}CAS ��� � r+� NQIF�Py ID d� 1181589� � Q9�+1�. 8xp. Ma t �, �0�� CI'I"Y OP FDR'T WOFLTH STA�*IDARD COI+ISTRUCTiON SPECTFICA'ITOI� bQCiJArI�NTS Revised Ju[y [, 2011 U'I7T.ITY CiTT REPAIR COIVTRACT 2Q22 City ProjectNa. UG-Ul 2022 aaa��n- � Eius�s�s l�y���ly s�ue] l4���� I o: 2 �rc�����c��v ���, �� a� .i 1 �J 5 �� 7 fi �� k il El �? l� I �I l5 � t� 17 I$ 19 �U ?I 22 �� ��G 2� � l, �7 .',1i 25� ;i i1 �� C 3? 33 34 35 3(F 37 3S 3� �EQ �41 i� � Y �� �� �� � �I ++ � �,� ¢�f l4i.is=�t�.�s Cqui��y (�irsri] Ak'k'C.l(=:�'I'I{jV �1��' I'{�[f[�'Y ]f+lu• ��,1zil {Jtrll#ie' V.LIIk� {sj II14 Cl?I��I�i�i%� 1ti �irt��%,�Jf�(� nr�ti+rrc�, llicaM;� F�u4in��s f�:c��GiRy ��3f�1 �sa�����r�:;iLrla�, ,t 13��sin�.;w ���uiEx� I�ir��sa :���fc�:� ��� c�rtif��cl �1i�4orf�3'-, s��irllrn• V4r,tinyca-, n�►�itfiri 13sa�i��e:ss C;ntcr��:•isc� {lll1�4'I�I�;s�, �'(ll.l('1� ti't�.�'I�I';14�f?I�'�' �� ir. s:�c ��c,lic}� t�� �li� �'i�y c3f ��ori Wor�e� [c} �n�tire li�e i��ill �r�d rqtai��hi4. �,�irlici�r�1i��n ilf }�lfSflC:ss I::c��ii�}, l�i���77� ��v�tt�at rsC��ali�::,laEc, Fn [li� �r�w�t,;n�cmc:r�� c�t`atl �,�,c�d� �ancl s�s�vic�es, �111 rcc��ii��ei��ci�t� :�nci re�u�ati��ts �t���d i�t tkie c'ity{S` ��ISFIl�}$$ E;f�LLI�� []r{�i�Mt�r�c� 1�c}.2�1�`GS-at]-�(I�I, fi.re4�1i1['1fFiy�1J'f.{fllfk9l(:� �4. ��iJ��-� �- �O�{�{�.ii�3FIE�IIl;17is:r�,;.,c�}_itilii��-:�«..�a=��c;i:u_cc�lrl�'�+SCi�;,'1111�t}r�[I1�I,+k��:t��«��;����f� ���'i?•[�•s)-t�'��ti3}{k�apl��a tftis L}id, i��Tsr�r:.�� �,r�xa�ry ���xc�.��r�c.�r c:c�:�t, '1-h4 ['�il}�'� �3�itiioi�,;� i�,±���i�y g�r�l s,i7 �17i� ��F�:�jet.t i�s 2S'�� c�!-�iu; �t�i�t I��rl V�Ik« €11�tI1� Csrriloiiti �l��1.kE' l�rrf crr>�.��ir; �r� f'r��`�5,� r.r��cf{'r.,ur�x��r��r`�;'.�`t�����r.�c�,s.;. �rLGT�I(11ryti'I�cl i'{lf�yl�'t.�' 1N1'!'H'I'I�i�' c;{1A1. c)i7 �_`i�}� cs:�i7te�c4.; �4�It:re � i�usir7�.ss f�,c�tiil�� ( �saxl is ,���a,Iitcf, «ft'er�rix ;�rc rcq�ii�si t�, ci.G�iaat�� wilh Ih� ['i1y's L�4Gssr�css �'q��it}� t}rd.i���ut�e !�v ��«.ctin�, t�r cxc��di�r�, tEti� ak�nvc st,f��rl �ual t:�r t:��lXcrw�+ise` cs?ifa�,��� witi� II�� r3rcf�tisin�;+,: Lhr+�t:4h c�i� uf R�;c ��+I�u����t��, rnctltcrsi5_ 1. (=n2s��ut�r�i:�ll�{ �sci'ul se���+icrs ��crii�t�nrc�i lxy s� [�usincss I:t��ii�v pri��f4 coutr:��.�ur, �. Bus�iif��s� 1�:��uit}� ��i�ca�tiirncii�r� �liii'�[Ci��:iEf�ili, 3. (_�Mmlairitiii+fai ��I" �iux�n4�ws E�,��E�i�}� prifii�c �c��r�icc.� :��j�l E3u�iru:�� ��,c��ii��� s�l�ca�orir:�c�i��;; Clkh�'Ii4'I�}ilEif111, �S, i�u�ir��;�+ l�'c�t�G!}� .#r����l �'�°iGiuref��ls�aM�ur-]'r�tili��c �xartici�>:�tiu�i, �. {T{��wd f;:ti�l� I�:�'!'t�i�E d��tt�r��c}nt�ti���:, ,ys� �i. I'rim{• i��,nirfMcl<�r 1�'�i��rr �ioc�imcnlfti�i��ti. �����rrr�i�ai. ���� ix��.(�i�ii����.i� ��f�['1i�9��.f�TAT[�li�� ����,I i�;�ikxl� t�rss���nrL���x r I;�r::r� I���rlc7��} nii.iwt 17t� rc:ccivcr� I�y #!�c 1'����chatitnt�. i�ivis�o��, i��Z �7�� ofFernr slr�l l E�'.i��lllt. �h� k3��wi�f��� l�_i�a;��y i�t)CLI[tl�fk�a[iun l,l 1,1i�� �ssi�ncd C.i�y c�l� 1=1�r1. Wc;���i� 1':�cr�cc.t MK��ta�,ci c�r �1�113J'liir�`11t C)C4I�lIL"i_ IJ{1C1jlI1L'11I5 :�r� ft� b� r��civcs�J uu la�l�r ����xn ?;fi0 �,rn., oix lhc tlsi��cl ��€y EMusi�ir�s c1:�v .���r iltt I�icl t,4xrnin� �1�41c, c���l��riv� al`cF�c I�i{I {�p�sni���; �lalu. `�hc [�ise���r rir�t�� s�ik�n��� ����� t�r ��ic���c ctr �I�� fitis{<s���i���: tic��i�iiicr�k�: I. �I�i�i�,:��ac,u 1�{n•��� s�n�i Lelirr•(,�) ��F' [���e�t�, i1� If7� ua,;�l i� nr��l c,r ��k;eec�e�l; ... iaut�tl f�'rxiih 1=J'li�i•� F���rm :��ti�l li�il��r.��i��z� H�ill�lll, FI1C'iLliElfl�y :��19Ci�Sa7��iflf� �Inckuneixta�inn. if� �artici��acion is 1�.sw rlt;�n s�t�red �oal, a:�� irtr �3i.«in��� I�:t��oity �s�rtG���,ati�?r� i� ;Ec�,�{���i�+frsl�ucl; 3. �'e�tue C'anir:���toi� W�iver I�or��r, inclutfitr� ���7F�sn��ii�rg clt7c�irrc�7EaCi{ao�. il'tlr� [:}.[i�3'r�r ���ill ���rfi:Fn7� iGl I 541�.]{;Ol1lC'�LCC1tl�',JSL14?E3I lCl' i��}�]{Jl'ILLCII�lCS; Clt' iF, Joiiii Vc��f�rc�!]4#ri�it�r�Pj•�x#L��C rarjii, Jf go�E is �ne[ c�r cxcc�.�lc�l tivi[I� r� loinl Vc�����,�c ta�' h+ira7�r�a'- I't'rs1��r ��:�r�ic;iw�tisi«�s, `l'hrxr 1'��r�in t�sn I��� I�{ro�nd ��s: fi�.�;;��r�s� }'[�IGf��' � �11I1'/.iilLd?71 i"4311St ;anrl I.,�i�re�' at� ]riten! � I �!. �'ti-;�:-,? � x�},5. �[} f111't'•I' � I] l4' �,;�L�. �i11'i S} �;�14w f�{ �; �CJI.I fCCS," �� C S�UiC�S��{�{��f�.�� �` ��s,;�7��� Vk'}.�I-,�?� f:1�'"�i�k�}��Ifti1fl45y�'n:3J�:.C��lf C�.��,o��lf)l"{�ilt�lRtiCfBLf�lazC55�!n?{IEt�tidITS�'�1o?{�� iCl�lTt�t!{!I}�rn�{�Fi1f1I1. ��{3� — ['�']"Y{]f' E"f?E#'1'Ll�Slftl�l �"f��f}�+RU i:C11�5'3�2k1['1�C�N �f�l=C'IE�[� A'ClCsh; U�l�;l1MFN'I'4 Rnu ms�i {�cl uher 3'1, 2U21 �; ffl_l'I'1` t.'1,�'�'1�f:.]},1k1# �I}N��2�k1"l' �5132 ['iL}� i'��s�i,,;k i��r 1}C;-01 :�12� pnas��C�-� ra��;���4}� r•�t��„� ���7i i�� �S �,r } 1 l.c�t��� of In��iiE 2 G,I�t�iS;II:I}]C34,1[rrjlYf+I�1�lI��.�:_�?�r��`E'r{,i�cElt��c�t���cr�'��cx;}�,�ec��i.��t(� � s_rr;litit«tcc,r[.��L�iC i�� YiS�4�G��,;�� 1,�}�L —_' _. - t '��b1���E:,'h�.Vs� �iii�inc;� f�_:�uit� i ��4kSlfit'�S I�Ctlllk�' �4�}�c# F's+i�i� l�:ffiyt's i'o�'�� fr ���I`�ti.��.l�}.1��17CE�V{}L-Cf1�C�:ih�F;41}�.r��F, {1]��i�.^CY{1j1Il�C'1.�I1ti1{!�i1CL'4�`����}°�o?U- 7 "ri���l�7i�+}��.�;1�`Ei�r`,;•�?{I�iticqlr�5��'i�?{}f.:��iEt4°}o�i���f{�3i1.ZCkC��EilI51!!c'S5°�;iI�,C�l1i[L�%n�{}€i�r�r�l�_�?{if�.�i;�i?;,�3t3l=t. 8 I�s+a�°��?i][-a�rn1 E)cS# — �} 10 fius��srss Ey�tity Printc C+�i�it�acl�,r �1f![V�'1' �'Q1'flt 1 ! Ir[[���i;J�`a���� t'ur��},{r�:�f�tc�aw,��ux'±�ti3'U1;�CjI�CS{?4l1'��'ti?I��i�fllCi�w�?�Fsf�'?�'?ij- 12 'r��.�t1h{S�Vl3�_�'N�F=W°�e'(�F3usii�css°��?iJE:c��Gii�°�fi�i1�.1rc11n;td�L'����ll�i��e:S3�;��'{�1�'�k�lS�.r��l1l����]t�'".-��v�rC'tal]kr.t�ltf! I.� ",;:,,�ir1�;:�i�t� �� iF --- - - - -- I rl ES t {1 �� �� � �} fi� r� ,,+, �:� = �l �;. 2�� �7 �x '� 4� � (1 31 32 33 I�usiness A=c�.�iry ,Ic�in� V�ni�n�e 1-r�rm �117'I]5;�f:3}�}ti.ii3�-��.4_k�f��1LL'�tGi t:ill� Fkll}�L4II'sL�\(il�l�4�1't4ti';ti'�:li4�ti}''?;i 1=.;�'�i= ��U ��7:�+� ��� �_' I� �: ��� �}'i i. �4�� kL}i I I Cjj,':o ��}�-{ll� E��i:'�1� {� ��1�� I ���.i Ll C ti� �� 5 Lw i!:C 4 i� �a ry{Il_411 J k k�' � �f, i.�� I,C [}1!l'.'i��i. i I I� :'ii [ L I R'� .] 7{� � l+r�ll�lllii� 'i�(} r�( �JCIi�:�'I�:'f�31�=(�l?�3� �)l� (1'F-�lT1�1�`I�� C'{1;4��"[.�� 1i�l�l��l'I'llf�� {}ItII1NI�r�CL V4%�l�i� K��I�E:!- I� "I'lil�= l}1�11���;�t�[11{!�#�:�iilt lil�'I�[� ti.��;c"�.,►.f�l�_]l ��}�_It�;,�(3�l�I�'Ns.��l� �I'lll•�, !i#11 l�F;.l I�,�' I'i�;i�_ -- F�:111�E'-ltl�:'I�(1 tilll����li�i �C'.II.I�' LtE?[}l.�_I1��=�s I�l',�fftiL-,S� I�.�ILi'fl' Ilr}['t ���I� ��I',�'f�t[1� {ltt (1'I'Lil�:l�Wl�f C:():11f`I.�' ��'I���#I'I�IiE {}I#I11����€:I�: ��'IC �. ILl�:til�l.'L j:�' �I'lll� l3lk} }�i::liwl(i �11'�.{�1.�11t��:1} h`�11�- 1�I�:�1'(1M1tiC��i�„ �I'lli= ��1�� ��I�;,IE:{�-.fL:i1 Ai�l1 �3,11 ���f�.11�;[ ��1 'l-Fil�; li11111��,�t.1[}I�I�I�:I��llt.'��Ci.:�vtfti(:'i']O,�S .�� lfl�'�i ��lk3Cl) fN ���_c'_'�E���73 Cli� '1'll[? �ilt[]LN_4Nc_�1.:. l��re� f����.;��itwu x, 1'I�si��. C'�:itac[ `#'iMc �x,�;�T��:+,� [�,��a� i�}� L}iulxi���� uf �f�c Llc���i��as��c�s�t t�f I]iv�r�sily ;��}{l 7�tic�u�i���ti ��l {!i 17� 3'��-?{i7�. L�Y[] ()f� �f+.C'TL(11� crn` {�a� I-CtRT W�IR��FI S'! hNlr�E�i] {'[1�3 E'l�UC3�3a]3ti SPI�.('3FIC�,ATI��F�1 E7a�](;1;2v1PNT* IZtu��;cd (lcdplaar 27, 2{32 I 4rfff.�i'f1'{'l�l' j�1=PA9R i:CaN fltAc"2� Z�1�� {=oty fr�ujc[I �u. f.l� �0: �02). ao5za3-i Agreament Page 1 of 6 SECTION Oa 52 43 AGREEMENT 'TIiIS AGREEMENT, authorized on �'x� `�, is made by and between the City af Fort Worth, a Texas hame rule municipality, aeiing by and through iis duly aufhorized City Ma�iager, ("City"}, and Westhill Consiruction, 7nc. _, authorized to do business in Texas, acting by and through its duly authorized represe�tative, ("Contractor"). City and Contractor may jaintly be referre� to as Parties. City and Contractor, in cansidera.tion of tI�� mutuaI cowenants hereinafter set forth, agree as fo�llows: Article 1. WORK Conti•actor sha11 complete all Work as s�eci�ed or indicated in the Cantract Documents for the Proj eci identi#'ied herein. Article 2. PROJ�CT Th� project for which the Wark under the Cantract Docurr�ents may be the whole or only a part is generally ciescribed as follows: UTII��TY CUT R�PAIlt CONTRACT 2U22 Citv Proiect No. UG012022 Ar�icle 3. CONTRACT PRICE �ity agrees to pay Contractor far performanc.e of the Wark in accordance r�vith the Contract Doeuments an amount, in curren� iunds, of One Million & OQ/l.Ob I]oliars ($1,000,000.00). Cont:ract price may be adjustied by change orders duly authorized by the Par�ies. Article 4. CONTRACT TIN1E 4.1 Final Acceptance. The Work shall be complete fo:r Final Acceptance within 36S days aftet• the date when the Coz�tract Time com�ences to run, as provided in Parragrap�i 2.02 aitha General Conditions, plus any extensaon thereof allowed in accordance with Article 12 of the General Conciitions. 4.2 Liquidated Damages Contractor recognizes that time is of the essence For campletian of Mileston�s, if any, and to achieve �inal Acceptance of fhe Work and City and the public will suffer from joss of use if the �Vorlc is not completed within tl�e time(s} specified in Paragraph 4.1 ahove. The Contractar also recognizes the delays, expense and ciifficulties involv�d in proving in a legal proceeding, the actual loss suffcred by the City if the Work is not completed on time. Accordingly, instead of requiring any such proof, Contractor agrees that as liquidated damages fQr delay (but not as a panaliy), Contractor shall pay City Three Hundred — Fifteen & OOi100 DolIars ( 3$ 15.00) for eac� day that ex�ires after the tzme speci�ed zn Paragraph 4.1 for FinaS Acceptarsce untii the City zssues the Final Letter of Acceptance. CITY OF FORT WORTH UTII.ITY CUT REPAIR 5TAIIDARD CONSTRLiCTION SAECIFICFI�ION DOCUMENTS CON'I'RACT 2022 Revised 91U 112021 City Project No. L!C-Ol 2022 p0 52 43 - 2 Agreement Page 2 of 6 Article 5. CONTRACT DOCiJN�NTS 5.1 CONTENTS: A. The Contract Documents which comprise the entire agreement h�tween City and Contt actor concerning the Work consist of tlze following: 1. This Agreement. 2. Attachm�nts to this Agreement: a. Bid Form 1 } Proposal Form 2) Vendar Compliance to State Law Non-Resident Bidder 3) Prequalificaiio� Statement �) State and Federal documenfs (project specific) b. Current Prevailing Wage Rate Table c. Insurance ACORD Form(s) d. Payment Bond e. Performance Bond £ Maintenance Bond g. Povver of Attarney iar the Bo�ds h. Worker's Compensation Affidavit i. MBE and/ar SBE Utzlizatian Form 3. General Conditions. 4. Supplementary CQnditions. 5. Specificatia.ns specificalIy made a part of the C.ontract Documents by attachment ar, if not attached, as incorporated by reference and described in the Table of Cont�nts of the Project's Conixact Docui�ents. 6. Drawings. 7. Addenda. $. Documentation submittec� by Contractor priar to Notic.e of Arvard. 9. The follor�ving wi�ich may be deli�verad or issued after tha Effective Date of the Agreement and, if issued, become an incorporated part of the Contract Dacumeni's: a. Natice to Proceed. b. Fi�ld Orders. c. Change Orders. d, Letter of Final Acceptance. Articie b. INDEMNITICATIDN 6.1 Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expe�se, the eity, its ni�cers, servants and ettxplayees, from and against any and aIl claims arising out of, or alleged to arise out of, t�e work and se�rvices ta be performed by t�e cantracto.r, ifs of�cers, agents, employees, subcontractors, licenses or invitees utnder this contract. This inderr►nificatiou rovision is s ecifieall intended to o erate and be effective even if it is alle �ed or roven that all or same of the dama es bein sou hf rvere caused in whole or in art b an �ct omissian ar ne li ence of the ei . T6is indemnity provision is intended to include, without liznitation, indemnity for costs, expenses and legal fees in�curred by the city in defending against such claims and causes of aetions. CITY OF POAT WORTH UTILiTX CUT REPAIR $TANDARD CONSTRUCTION SP�C�FICATIOTI DOCLTMHNTS CONTRACT 2922 Revised 910U2021 City ProjectNo. UGOI 2022 U05243-3 Agreemei�t Page 3 of 6 6.2 Contractor covenants and agrees to indemnify and hnld. haarmles�, at i#s own expe�se, the city, its of�cers, ser�a�nts and employees, frotn and a�ainst any and all lass, damage or des�ruction of pra�erty of the ci�y, arising out of, or alleged to arise out of, the work and services to be perforuted by ti�e contractor, its officers, agenis, e�ployees, subcontractars, licensees or invitees under this contract. This indemnificatiou rovision is s ecificall intended to o erate and he effec�ive even if it is alle ed or roven that all or sozne of the dama es 6ein sou �t were caused in who�e or in art by anv act, omission or ne�li�ence of the e� Article'�. NIISCELLANEOUS 7.1 Terms. Terms used in this Agreement which are defined in. Article l of the General Conditions will have the meanings indicated in the General Conditions. �.z Assignment af Contract. This Agreement, including all of tha Cantract Documents may nat be assigned by the Contractor without the advanced e�press written consent af tha City, 7.3 Su�cessars and Assigns. Ciiy and Contractor each binds itself, its pa.rtners, successors, assigns and legal representatives to the othez' party hereto, in respect to all covenants, agreements and obligations cantained in the Contract Docuznants. 7.4 Severabiliry/Non-Waiver of Claims. ��� � 7.7 Any provision or part of the Cantract Documents held to be unconstitutional, void or unenforc�able by a co�rt of eompetent jurisdiction shalj be deemed stricken, and all remaining pro�isions shall cantinue fio be valid and binding upon City and Contractor. The fai�ure of Ciiy or Contractor to insist upon the perfvrmance of any term or provision oi this Agreem�nt o:r to exexcise any right granied herein shall not constitute a waiver of City's or Con�ractor's respective right ta insis# upon appropria�a performance or ta ass�rt any such right on any future necasian. Governing Law and Venue. This Agreement, including all of the Contract Docus�nents is }�erForma6le in the State of Texas. Venue shall be Tarrant County, Texas, or the United States District Court for the Northern District of Texas, Fort Worth Division. Autharity to �ign. Conteactor shall attach evidence of authority to sign Agreement if signed by someone other than the duly authorized sign.atory of the Contractor. Non-appropriation di �'unds. In �he event no funds ar insufficient funds axa appropriated by City in any fiscai period %r any payme�ts due hereunder, City will no#ify Vendor of such occurrence and this Agreement shall terminata on t�e last day of the f scaI period for which approp riations were received withaut penalty or expens� to City af ar�y kind whatsoever, except as to the portions of the payments herein agreed upon far which funds have been apprapriated. CITX OF FORT WORTH [1TiLITY GUT REPAIK STANDARD CONSTRI�CTION SPECIFICAT�ON AQGUMENTS CQNTI2ACT 2022 Revised 9101I2021 City Praject No. UC-01 2022 04 52 43 - 4 Agreement Page 4 of 6 7.8 Prohibition On Contracts Witl� Companies Boycottin� Israel. Cantractor, unless a soje propriefar, acknowledges that in accordance with Chapterr 2271 of the Texas Gove�•nt�nent Code, if Contractor has 10 or more iull time-emplayees and the contract value is $1 D0,00� or rMore, the Ciiy is prohihited frozn entering into a coniract with a company %r goods or se:rvices unless the eontract contains a writ�en verification �rom the company tl�►at it: {1) does not boycoit Israei, and (2) wiil noi boycatt Israel during the te�m of the contract. The terms "boycatt Israel" .and "c�mpany" sha13 i�ave t3ze rr►eanings ascribed to tnose tert�rxs in Sectian SO$.Ofl1 of the Texas Government Code. By aig�ing ti�is contract, Contractor certifies that Contractor's signature provides written veri�catian tn the City fihat if Chapter 2271, Te�s Governme�t Cade app�ies, Contractor: (1) does not baycatt IsraeI; and {�} vvill not boyeott �raei during the term of the contract. 7.9 Frohibition on Boycatting Energy Companias. Contractor acknowledges that in accordance with Chapter 2274 nf the TeXas Government Code-(as added by Acts 2621, 87th Leg., R.S., S.B. 13, § 2), tlte City is prohibited from entering into a conrract for goods or services that �as a value of $1d0,000 or mare, which will bE paid wholly or partly frorn pub3ic funds of the City, wit� a company (with 10 or more fizll-time ernployees) unless the contract contains a written veriiication from the company that it: {1) doas not boycott ener�y coznpanies; and (2) will not boycott energy companies during the term of t11e contract. The terms "boycatt energy company" and "company" have thz m.eaning ascribed to ihase terms by Chapter 2274 of th�: Texas Governm�nt Code (as added by Acts 2021, $7th Leg., R.S., S.B. 13, § 2}. To the exteut that Chapter ���4 of the Governme�at Cad� is applicable to this Agreement, by sig�ing this Agreement, Contrractar certiiies that Contractor's signature provides written verificatio� ta th� C9ty tha� Contractor; {1) does not boycott energy co�apa�ies; and (�) will not boycatt energy companies during the term of this Agreement. 7.1 a Prohibition on DiscrimTna�ion Against Firearm and Ammunition Indu�trjes. Contractor acknowled�es that exeept as otherwise provided by Chapter 2274 of the Texas Government Code {as added by Acts 2021., 87th Leg., R.S., S.B. 19, § 1}, the City is prohibited from entering into a cantract for goods or services that has a value oi $IQ0,000 or more whici� will be pazd wholly or partly from public funds of the City, with a campany {with 10 or tnare full-time employaes) unless the contract contains a written verification from the compa.rty that it: (1) daes not have a practice, palicy, guidance, or directive that discriminates against a firearm entity or firearm trade association; and (2} will not discriminate during the term of tha contraet against a ivearm entity or firearm trade c1S50C13flOri. T�]0 �eY1Ti5 "discriminate," "firearrn �11tI�" �d "�1T'B8:YT11 trade association" have the meaning ascribed to those terms by Chapter 2274 of the Texas Government Code (as added by Acts 2021, 87th Leg., R.S., S.B. 19, § 1). 'I'o the extent that Chapter 22i4 of the �overnment Code is applicable ta this Agreement, by ai�ning this Agreement, Cantractor certifies that Contractor's signature provides written verification to the City that Contractor: (1) does not have a practice, poficy, guidan�ce, or directive t5at discriminates agains� a frearm entity or firearm trade association; and (2) r�vi�l not discriminate agains# a#irearm entity or firearm trade association dnring the term of this Agr�eement, CITY OF FORT WpRTH l�T1LITY CIIT REPAIR STANbA1ZD CONSTI�UCTI0�15PECIFTCATTqN I70CUNiEtJTS CONTRACT 2022 Aevised 9101l2D21 City Projact3Vo. iTC-01 2022 0�5243-5 AgreemenE Page 5 of 6 7.11 Immigration Nationality Act. Contractor shall verify the identity and emplayment eligibility of its empIoyees who perfornn work under this Agreement, incIuding complei:ing ihe &nplo�ment Eligibility Verification Form (I-9}. 17pan request by City, Contractor shall provide City with copies of aIl I-9 %rms a�1d supporting eligibility docuinentation for each employee who pe:rforms work undar this Agreement. Contractor shall adhere to all Federal and State laws as well as establisl� approp.riate procedures and controls so that no services will be perfonned by any Contractor enaployee who is not legally eligible to perfarm such services. CONTRACTOR SHALL INDEMNI�'Y CTI'Y AND H�LD C�TY IiAR1VILESS FROM ANY PENALTIES, LIABILITIES, OR LOS�ES DiTE TO VIOLATYONS OF THIS PARAGRAPH BY COI�ITRACTOR, CONTRACTOR'S EMPLOYEES, SUBCONTRACTORS, AGENT5, OR LICENSEE5. City, upon written notice to Cantractor, shall have the rigl�t to immediately tertninate this Agreement for violations of this provision by Contractor. 7.12 No Third-Party Bene�iciaries. This Agreeinent gives no ri�hts or benefits tv anyone other than th� City and the Contractor and there are no third-parky beneficiaries, 7.13 No Cause o� Action Against �ngineer. Caniractor, its subcontractors and equipment and materials suppliers on th� PROJECT or theiu' sureties, shall maintain no direct action against the Engineer, its officers, employees, and subconttactors, %r any claim arisit�g out of, in connection with, or resulting from the engineeeing sarvices performed. Only the City vviIl be t1�e bene�ciaxy of a�ny unde�tal�ing by the Engi�eer. The presence or du�ies Qf the Engineer's persor�nel at a construction site, whether� as on-sifie representatives or otherwise, do not make the Engineer or its persannel in any way res�aoz�sible for thase duties that belang to the City and/or the City's canst�etion contractors or other entities, and do not relieve the construction coniractors or any ather enfity of their al�ligations, duties, and responsibilities, including, but nat Iim�ted to, all construction methads, means, techniques, sequences, and procedures necessary for coordinating and completing aIl portians oi the construction wark in aceordance with the Contract Documents az�d any health or safety precautions required by such canstructian vvork. The Engineer and its personnel have no authority to exercise any control over any construction contractor or other entity ar their employees in cannection with their work or any heaXth ar safety preeautions. �. C1TY OF FORT WORTH STAT3DA12D CONSTI2UCTION SPECiPTCATION I30CUMENI'S Revised 9/U 11202I U'I'ILITY CUT REPf1,]It CONTRACT 2022 CityProjectNa. UC-Ol 2022 00 52 43 - G Agreament Page G of G IN WITNESS WHEREOF, City nnd Co»t�•acto�• have each executed this Agceetnent to be efFective as of tlie dafie si�bscz•i6ed by the City's d�signated Assista�rt City Manager ("Effective Date"). Con#i•actor, �1 �i ���(•"��� I �V�.. By: , , �i _. = : �igt�.at�n•e - � , a -- .a._ �� - -_�. — (Printe�ame} - � Title { � � 1 rwy y - tt� Address ' �� - ' . , . i , _ �� CitylState/Zip v '�%f% � - d� ' r � _ _ �flt0 City of �'ort Worth By: �� �� Dana Burglidoff Assistant City Manager M a r 3, 2022 Da#e � � Attest: � Ja ett� GoodaSl, Csiy eci•etary (Seal} M&C; �..� - ', , " Date' �� . -_ —: �. � Farin 1295 No.: '�� �� - �. �,`� -� 1 �: Co�itract Compliance Managa��: By signing, I acknowledge that I am the person a•espot�sible fox• tlie inonitorin� and administ�•ation oitl�is coniract, itacluding ensuriug all pe�•far�nance and reporting rec�uu•emaiats. �, � � - . Law�'ence Hamilt , P.E. Senior Pro#essional �ngineer App�•ovad as to �orm and Legality: � Douglas W. S1acic S�•. Assistant City Attorney APPROVAL RECOMMENDED: ������ ��� {. . .�.. Chris H��•det•, P.E. Director � Water Depat�mant C1TY OF FORT WORTI-1 STANDARD CONSTRUCTION SPECIf1CATION �OCUME�ITS Revised 9/01/2021 �3'�' _._.. . � t -�77X:`.l6�i �.:G:7 �.�%�ir[R CON'1'ftAc:T 1U22 �?TififL't.'F'��ia� S�.v� 2U"2� � � � 1 2 3 4 5 6 7 BOND NUMBER �312550 THE STATE O�' T�XAS COUNTY OF TARRANT SECTION 00 6l. ]3 PERFdRMANCE BQND fl0 61 13 - 1 PER.FO�vIANCE BdND Page l oi2 § § KNOW ALL BY THESE �RESENTS: § 8 That we, Westhill Constructian, [nc. , known as 9 "P�•incipaI" �erein an.d. MarkeE Insurance Companv , a corporate 10 sure#y(sureties, if more than one) duly authorized to do business in the State of Texas, known as 11 "Surety" harein {whethe3- one ar more), are held and firmly bound unto the City of Poz•t Warth, a 12 municipal corporation ct•eated pursuant to the laws of Texas, �n.own as "City" herein, .in the penai 13 sum af, One Million and 00/1q0 Dallars ($ 1,OUQ,OU0.00 l, lawful money oftk�a United 14 States, ta be paid in Fort Warth, Tarrant County, Texas for tt�e paymenf nf which sum well and 15 tr[xly to be made, we bind ourse�ves, our heirs, executars, administrators, successars an.d assigns, 16 jaintly and sevej•a11y, firmly by these pz•esants. � �7 18 � 19 2U 21 22 � WHEREAS, the Principal has entered into a certain wvrit�en cantract with the City � awai-decf the � day of.��-5 �AA,? � , 2fl 1�'� which Contxact is herehy referred to and made a part hereof for all purposes as if fully set forth hez�ein, to fumish all rnaterials, equipment labor and nther aecessories defined by law, in the praseeution ofthe Woi•k, including a.r�y Change Orders, as provided far in sai.d Contract designated as Utility Cut Repair Contract 2022; Citv Pro]ectNo. UC-01 2022 23 NOW, THERE�'�RE, the cozidition oithis obligatiQn is such that if the said Principal 24 shai! faithfiilly perform it obligations under the Contraci and shai� in all respects duly and 25 faitl�ully pe�fa�� tb� Work, including Change Oj�de�•s, under the Contract, according ta the plans, 26 specifications, and con�ract documents theie�n refexred ta, and as well during any period af 27 extensian o�the Cantract that may be granted an the part of the Ciiy, then this obligation sha11 be 28 ancf becorne nuil ar►d void, otheiv,�ise �o remain in full forc.e az�d effect. 29 PROVIDED F�LTRTHER, that if any legal action be filed on this Band, venue shall �ie in 30 Tarrant County, Texas ar the United 5tates District Court for the Northern District of Texas, Fort 31 Wortk� Division. CITY OF xO1�T �7VORTH STANDARD CONSTRUC'ITON SP�CIFICATION AOCI.TMENTS Revised July 1, 2D11 UT[I1TY CC7T REPAIR COA€TAAC'I' 2022 City Praject Na. iJC-01 2022 � I U061 I3-2 PERFORMANCE HOND Page 2 of 2 1 'I'his hond is made and exeeuted in compiiance with the provisions of Chapter 2253 ofi the 2 "I'exas Goveriun.ent Code, as arinended, and alI liabilities on this band shall be d�term�ned in 3 accordance with the provisions of saFd statue. 4 IN WZTNESS WH�R�O�, the P�incipal atid the Surety have SXGNED and SEALED �� 5 this inst�•ument by du�y autharized agents and o�cers on ihis the 18th daq of 6 February , 20?2 . 7 8 9 1 U. 11 j2 13 i4 ]S 16 17 18 i9 20 21 22 23 2� 25 26 27 28 29 34 31 32 33 34 35 3fi 37 38 39 40 41 42 �}3 44 AT'�ST: .. �"� ��/ /� ..� ` {Principal) Secretary � y _ � �� � Witness as to Principal SLFAE'i'Y: Markel Insurance Com an � 45 Witnegs'as to 5urety - Gharkes Reynolds PRINCIPAL: Westhill Construction, Inc. j �. RY: • — ' - � Sign4�nie — — — ..: — Anqefa Revnolds, President Name and T'itle Address: P.Q, Box 2Q'i06 Cleburne, TX 7603'I BY{ _ � _ , " , ..-,-� 'Signatw� , Teresa Godse Attorne -In-Fact Name and Title Address: 4521 Hiqhruoods Pkwy Glen Allsn. VA 23060 TelephoneNumbei: ��,�,_732_�p99 *Note; If signed by an officer af the 5urety Company, there must ha nn file a eertified e�•act from the by-laws shawing that this p�rson has authority to sign such obiigation. If Surety's physzcal address is different frozxa its mailing address, both must be provided. The date of the bond shall nat be priar ta #he data the Contrae# is awarded. CiTY OF FORT WOIi'I�I STANDARD CONST[tUCTTON SPECIFTCATION DOCUMFNTS Revised 7uly 1, 2011 U"ITLlTY CUT REPAIIt CONTRACT 2022 City Projeet No. UC-012022 BOND NIJMBER 5312550 � � 3 � 5 b 7 S 9 14 11 l2 13 14 i5 16 17 18 19 2fl 21 22 THE STAT� OF' TEXAS COUNTY O� TARRANT sECTrorr ao �x za �A�rr�r sorm ao �z 1a - i PAYMENT BOND Page 1 of2 § § KNOW ALL BY THESE PRESENT�: § 'rY1at S+V�, WeStIIIII Cd strucfion, MC` ,�Cl1DWri 3S "p1'111C1p3�" 1]e2'Ell1� ariCl Marke� �h��,�anr.P Com�ank ,. a corporate surety (sureties), duly authorized to do business in the State v£ Texas, L�nown as "S�rety" here�n (whether one or rnore}, are held and firmly bound unto the City �f Trnrt Warth, a municipal corporation created pursuant to the laws of tk►e State of Texas, known as "City" herein, in the penal sum of One Miilian and OD/100 Dol[ars ($ 1,000,000.D0), lawfi�l maney of the United States, to be �azd in Fart Worth, Taz�rant County, Te�as, �ar t11e payment of whict� sum welf and truly be made, we bind au��selves, our heirs, executqrs, administrafioz's, successors and assigns, jointly and severally, iirmly by these presents: WHEREAS, Principal has entered into a certain written Contract wit11 City, awarded #he �� day of r al�'� Y 26 '�- , which �antract is het•eby referred to and made a part hereof for all prnposes as if fully set f'arth herein., ta furnish all materials, eq�.�ipment, Iabor and other accessories as defined by law, in the prosecution af th� Wark as provided �ar in said Contract an.d designa#ad as Utilitv Cut Reuair Coz�tract 2022; City Proiect No._T7C-01 2022 23 N�W, THEREFdRE, THE CONDITION OF THIS OBLIGATION is such t.Y►at i� 24 Principal shall pay a�i monies owing to any (and all) payment 6and beneficiary (as defined in 25 Chaptex 2253 of the Texas Government Code, as amended) in t4►e prosecution of the Work under 26 �e Contract, then t,�is abligation shall be atGd becorne n�11 and void; otherwise to rexnain i� fu�! 27 force and ef�ect, 28 This bond is made and executed iu complianca witt► the provisions of Chapter 2253 of the 29 Texas Government Gade., as amended, and all liabilities on tk�is bond shall be detez•xn.ined in 34 accordance with the provisions of said statute. 31 CTTY OF FORT WORTH 5TANI]ARI3 CONSTRUCTTON SPECIFFCA'1'ION DOCiJME?�iTS Revised.Tul}+ 1, 2013 v�ri�.r� cuT �P.� CO7VTRACT 2022 City. Prnject No. UC-Ol 2022 0061 14-2 PAYh�lENT BOND Page 2 af 2 I 1N WTTNE�S WHEREOF, #he Principal and Suret� k►ave each STGNED and SEALED 2 this ins�rnment by duly authorized agen.�s arid officers on this the ��th day of 3 February 2� 22 _ � 4 � ATTEST: � ' i— �� - - (Principal) Secretary ,, . � itness as to Principal ATTEST: (Surety) Secxetary � r . - Witness o Sureiy - Charles Reynolds FRINCZk'AL: Westhill Construction Inc. � 'Y• �� - — ,y— Signature ' ' Anq�fa R�vnolds, President Name ar�d Title Add�•sss: P.O. Box 2�16 Gleburne, TX 76631 Si.JRETY: Markel lnsurnace Com an BY: � � ' �— � :�-�.��rs� n _, c r SI�=U�illi'e � Teresa Gods� Attorn�y-In-Fact Name and Title Address: 45�7 s Pkwy �len Allen VR 23060 Telephone Number: 866-732-0099 � b Note: If' si�ed by an ofFice�� of the Surefy, there must be on �ile a cez�tiiisd exh•act fro�n the 7 bylaws showing that this persan has authority ta sign such obligation. I� 5urety's physical 8 address is different frona its mailit�g address, both must be provided. 9 10 The date of the bond shall not he pi•ior to th.e date lhhe Contract is awarded. 11 END OF SECTION 12 CITY OF FORT W012TH STAN➢AR➢ CO1VS'iRUC'I'lC1N SPECIFICAT[O1V DOCUMEATTS Revised 7uky 1,?.Q11 UTILITY CUT REPACTt CONTRACT 2�22 City PrajectNo. C1C-Ql 2�22 � 1' � 1 2 h J 4 S & 7 S 9 10 11 12 13 14 15 16 17 18 19 20 2I 22 23 24 BOND NUMBER 53'k2550 THE �TATE OF TEXA� COUNTY OF TARRANT SECTION 00 61 19 MAINTENf1NC� B �ND Q061 C9-1 NIAINTENANCE BOND Page 1 oi3 V § KNOW ALL BY THESfi� 1'RESENTS: � That We Westhil{ Gonstruction, Inc, , known as "Principal" herein and Mar[cel Insurance Comnany , a corporate surety (sureties, if mare than one) duky autlanrized ta do business in the State of Texas, known as "Surety" he��ein {whether one or more), are held and firmly bound unto the City oFFort Worth, a m�icipal corporation cz•eaied pursuant to the laws of the State af Te�as, known as "City" herein, in the sum af One Miliion and Oa110a Do!lars ($ 1,Oil0,OQ0.UU }, iawfu� mnney ofthe United States, to be paid in rort Wort[�, Tarrant County, Texas, for payment of which sum well ar�d t�•u[y be made unto the City ar►d its successors, we b.ind ourselves, our• heirs, exacutors, adminisirators, succ�ssors and assigns, jaintiy and severally, firrniy bq these presen#s. W�REAS, the Principal has entered into a certain written contract with the City awarded tli.e� day of �.� r„�:�lQ •. ; , 2D �Z :., which Contract is hea•eby referi ed to and a made pae�t hereof for all purposes as if fully set forth herein, to furnish all materials., equipment labar and otl�er accessaries as defined hy �as�v, in the prosecuiion o�'the '�ilork, including atty V�ork resulting from a du[y authorized Change Order (callectively herein, the "Wotk") as pravided fo:r ir� said contract and designated as Uiility Cut Repair Contr�ct 20�2, Citv Project No. UC-U1 z022; and 25 2b WAEREA5, Principal binds itself to use such materials and to so construct the Work in 27 accordance with the plans, speci�ications and Cantract Documents t�iat the Work is at�d will 28 reznain free from defects in materials ar workmanship for and during the periad of twa (2) years 29 afte.a• the date of Pinal Acceptance of the WorK by the City ("Mainter�anca Pexiad"); and 30 31 WH�REAS, Principa! binds itself to repair or recanstruct the �Vork in whd.le or in part 32 upon recei�ving notice from th� City of the need therefoa� at auy time within the Mai�atenanc� 33 Period. 34 CTTY OF FdRT WOTtTH 3TAIVDARD COPISTRUCTIOi� SPECIFICATIOI3 BOCTJMEi�IT5 Itevised 3u1y 1, 2011 UTII,ITX CUT REPAiK CONTItACT 2D22 City ProjectNo. UC-Ol 2022 OOb[ 19-3 ZUiAINTENA]vCE SOND Fage 3 of 3 1' 1 l; 1 IN V�ITNESS VVHER�O�, the Frincipal and tha Surety have each SIGNED and SEALED this 2 instrument by duly autl�orized agents and ofP'icers on this tl�e ��{h day of February 3 , 20 22 . 4 5 G 7 8 9 � 10 ' 11 ATTEST: . 13 '/�O, � 14 (Prir�cipal) Sec�etary 15 16 17 1$ 19 C� 20 � Witness as to Principal 21 22 23 24 25 26 27 28 29 ATTE,ST: 30 31 �_ 32 (Surety) Secretary 33 3� r-- 35 Witness � ro 5�ety - Chailes Reynolds 36 - PRiNCIPAL: Westhill Constructivn, Inc. ,_ B�_ � -,—�.�:— . SignaiuPe- � Angela Rey�alds, Pre ident Name and Ti itle Address: P.O. Box 20 Cleburne TX 76031 SURET`Y: Markel ]nsurance Cam an BY;,— , ox9' �,- iv, , � . zr — Signatnre T r sa Godse A orne -!n•�f ct Narne and Titie Address; . 4521 Highwoods pkw�� �. Glen A[len VA 23060 Y. Telephane Numbar: 866-732-0099 37 *Note: If signed by an officea• af the 5urety CQmpariy, there must be on file a cert�fied axtract 38 fi•orz� the by-laws showin� that i�ais �erson has autharity to sign such obligation. If 39 Surety's physical address is differant from its mailing address, both must be provided. �+0 The date of the 6ond sk�all not be prio�• to the date the Contract is awarded. 41 CITY OF TORT pJORTA 5'I'A�TDARD CONSTRUCTION SPECIFFCATION DOCLJNII:l�TS Revised 7uly 1, 2911 u�z.�� cUT x�P� CONTKACT 2022 City Projecf No. UC-O l 2022 i I 2 9 4 5 6 7 8 9 10 ].1 12 13 14 15 lb 17 18 19 aosi i9-z MAIN'FENANCE EdND Page 2 of 3 1V.OW TH�RE�'ORE, the condition of �his obligation is such that if Principal shall rernedy any defective Wo��k, far which ti�nely natice was provided by City, to a compietio� satisfactdty to the City, then this abligation shall become nuil arid void; oiherwise to remain in ful! force an.d effect. PROVIDED, HOWEVER, if Principal shall fail so to repair ar reconstruct any timely noticed defective Woi•k, it is agxeed Yhat the C.ity may cause any and ail such def�ctive 'DVark ta be repaired andfor reconstructed with all assaciated aosts thexeof being borne by the Principal and tkie Surety unde�� this Maintenance bond; and PROVIDED k'URTIIER, that if any legal action he fiied on thzs Band, venue shali lie in Tarrant Caunty, Texas or tY►e United Sfiates Dist�•�ct Court for the Northern District of Texas, �'ort Worth Division; and PROVIDED �'i7RTHER, that this abligat�on �hall be continuous iz� natur'e and successiva xecoveries rnay be had hereQn far successive breaches. CITY i7F FOLtT WQRTH STA1VDt1RD CQ3QSTRlICi'ION SP�CTFICATION I]QGZ.fMENTS Revised 7uly 1, 2011 ��.z�r5r cuT �njR Cpl*iTRACT 2�22 City ProjectNo. UGal 2022 �� POAa: 5312550._ IV�arkel fnsurance Company LIMIT�Q POWER OFATTOiiNEY Knaw All Men hy These Presents, 7hat MARKEL INSURANCE CDMPANY (the "Company"), a corporatian duly organized and existing under the laws af the State af lliinnis, and having its principal adminlstrative office in GEen Alien, Virginia, daes 6y these presents make, constitute and appoint Teresa Godsey its true and IawfulAttorney-in-fact, uviih full power and autharity here6yconferred in its name, place and stead, ta execute, acknow3edge and deliver any and a11 bonds, recagni�ances, undertakings of other i�struments or canEracts of suretyship to include waivers to the cooditians qf eontracts and tonsents af surety far, pravlding Che �and penafty does not exceed P��n�E�a�: Westhill Conskruction, Inc. ab�i��e: Ci#y af Fort Worth Amaunts: $ $ 1,000, 004.00 and to 6ind the Campany thereby as fu11y and to tha same extenk as if such band were signed hy the President, sealed with the corporate seaf aF the Company and duly attested hy tts Secretary, herehy ratifying and conf€oming all that the sald Attorney-In-fact may do i n the premises. Said appointment Is mada under and �y authority of the fopowing resolution of the 8oard of Directors of lVlarkel Insurance Company: RESOLVED, that the President, aoy Sen9or Vice President, Vice president, Aesisiant Vfce President, Secretary, qssistant 5ecretary or Auistant Treasurer shall he and is here6y vested with full power and authnrity to appoint any one or more suita6le persons as Attarney(s]-[n-Fact tn represent and a�t for on 6ehalf nf the Gompany, subject to the Fo[Iawing provisions: Attorney-in-Fact may he given full pouver and authority for and in the name of and on behalf af the Campany, ta execute, acknowledge and deliver, any and a11 bands, recngnizances, contracts, agreements ar indemnity and ather eandltlonal or o6ligatary underta&ings and any and all notices and documents canceling or terminating the Gampany's lia6[lity thereunder, and any s�ch instruments sa exetuted 6y any s.uch Attomey- in-Factshall be 6inding upon Yhe Company as ifsigned 6ythe President and seafed and efFected bythe Secretary. FURTHEFt RESO�VEd, that Yhe signature af a�y aufharized nffcer and seal ofthe Company heretofare ar hereafter affixed ta any power of attomey ar any certificate relating thereto hy facsimile, and any power of atrorney o� certificate 6earing facsimile signature or facsimife seal shall he vakid and 6lnding upon the Company with respect to any bond or undertaking tn which ft is attaehed. In Witness Whereaf, MARKEL INSURANCE COMF'Af�Y has caused these presents to be signed by its Senior Vice President, and 9ts corporate seal tu he hereto a�xed tMs 9th day of Septem6er, 2D19. �tisuu ir„ ����c �� : i� o F`4 MARKEL fN� [E C pANY � `�� ����' 't�'�,� _� SEAL,;�: Commonwealth of Uirginla � •.,���,. ;�, sY� Henrfca Cuunty 'a,����* �„t.�` Roh' Russa, Senior Vice President On this 9th day of September, ZO].9 hefore me persnnaliy came fto6in Rus;� �#Qy{i@�own, who 6eirtg by me duly sworn, did depose and say thak he res;ries iq Henrica Ca.unty, Virginia, the he Is Senior Vice President of MARKEL Il�i�t .�C�J��iY���e company described in and which execuied the above B3strument; that he knows the seal of said Company; that the seal affixed to sald in��i5�p�p���.�; that it was so affixed 6y nrder af the Board of'Ji�ecturs of said Company; and that he signed his name thereto hy like order. � Q,�� Q'•, h� : � �� '• ; � MY n � = �� CDMMISSION ' gY� ��,� Nl1MH�R �'? : Donna Danavant, Notary Public :�i • 7�839�8 :�� . h1ly commission expires 1/31/2023 :� ��0'•, , '\� :• ��� � I, Richard R. Grtnnan, Vice President and Sacretary af MAftKEL INSURA�I��P�[Y�-T!o �i�r�6y certify that the above and fnregoing is true and correct copy of a Power of Attorney, executed by said Gampany, which is still in full Eorte a�idkiFfeQa �rtd.iurthermore, the resalutions af the Board of Directors, set out In the Pawer of Attamey are ir� fu11 force and effect. Given under my hand and t]�e seal of said Campany at GPen Allen, Virginia this��t�aynf r ��x D�� . g y: �� RTchard R. Grinnan, Vice president and Secretary Any ins4rument issued in excess of the penalty stated above is tatally vaid and withaut anyvalidiry. For verificatian of the authority of this Power yau may call (713) 812-OSUO an any husiness day 6etween 8:3Q AMl artd 5:00 PM CST. �Il��k�l Insu���nc� �o�pany iHl� ��i�� �I��� �OF�Te4lNS Iri�iPO�TANi C��l�R�C�� 1N�O��ie�►TI�IV S�atutory Gompla[nt Rloticel�'iCing oi �laims 70 obtain infflrma�ion or make a complaint: You may call the Surety's toll #ree telephone number fior information ar ta make a complaint or file a claim at: 1-566-732-0099. You may also write ta the Surety at: Markel Insurance Campany 9737 Great Hills Trail, Suite 320 Austin, Tx 78759 You may contact the Texas Department of Insurance to obtain information on companies, ca�erage, rights or complaints at 1-8�0-252- 3439. You may write the Texas Department of Insurance at: PO Box 1 A�91 Q�4 Austin, TX 78714-9104 Fax#: 512-490-9 007 Web: ttttp:lfwww.tdi.staie.t7c.us Email: ConsumerProtection@tdi.kexas.gov PREMIUM OR CLAIMS D15FUTES: 5ho�ld you ha�e a d9spuie concerning your premium or about a claim, you should contact the Surety firsf. lf t�e dispute is nofi resolved, you may cantaet tF�e Texas Department of ]nsurance. Texas Rider U6442Q15 STANDARD GE1�ER.AL COl�DIT�01liS OF THE CONSTRUCT�ON CONTRACT �� �. CITYOFFORT WQRTH STANDARDCONSTRUCTION SPECIFICATION DdCUM�NTS Revision: 82�"d121 STANDARD GENERAL CONDITIONS OF THE C�NSTRUCT���T C�NTRACT TASLE OF CONTENTS Page ArticIe 1-- Definitions and Terminolog� ..................................................... 1.01 Defined Ternas .......................................................................... 1.Q2 Ter�nznalogy ............................................................................. ...................................................1 ...................................................1 .......................... ......................... 6 Arti�cle 2— Preluninary Matters ......................................................................................................................... 7 2.01 Copies of Documents ....................................................................................................................7 2.02 Cornrnencement of ContractTit�e; No.tice to �roceed ................................................................ 7 Z.03 Starting the Wark ..........................................................................................................................8 2.Q4 Before Startir�g CanStruction ........................................................................................................ 8 2.Q� Preconsfruction Conference ..........................................................................................................8 �.06 Public Meeting ....................................................•---......................................................... .............8 Z.Q7 Initial Acceptanee flf Schedules ....................................................................................................8 Article 3— CantractDocuments: Intent, Amending, Reuse ............................................................................8 3.01 Intent ........................................ .......................................... 3.OZ Reference Standards .......................................................... 3.03 Repazting and Resolving Discrepancies ........................... 3.04 Amending and Supplementing ContractDocuments....... 3.05 Reuse of Dacuments ......................................................... 3 OF EIectronic Data ............................................................ $ ............................................................ 9 ...............................................•--..........9 ..........................................................10 ..........................................................1D 11 . ............................................................................................................................ Article 4— Availabiiity af Lands; Subsurface and Physical Concliiians; Hazardous Environmental Candit�ion�; Reference Pomts ...........................................................................................................11 4.�1 Avazlability of Lands ..................................................................................................................11 4.02 Subsurface and Physi�al Condit�ns ..........................................................................................1Z 4.03 Differing Su�surface or Physical Conditians ....................................................................... ..12 .... 4.04 Underground Facilities .................................................................................,......,......................13 4.05 Refer�nce Poin#s .........................................................................................................................14 4, 06 Hazardous Eanvironmental Condition at Site ..............................................................................14 Article5— Bonds and Insurance ........................_,...,_..............,...........,...........................................................16 5.01 Licensed Sureties and Tnsur�rs ................................................................................................... lfi 5.02 Perfnrmance, Paym�nt, and Maintenance Bonds .......................................................................15 5.03 Cert�ificates af Insurance .............................................................................................................16 5.04 Contractar's Insurance ................................................................................................................18 5,05 Acceptance of Bonds and Insurance; Opti�n to Replace ...........................................................19 Articie 6 — Contractor's Responsibilities ........................................................................................................19 6.01 Supervision and Superintendence ...............................................................................................19 CITY OF P'ORT WORTH STANDARDCOP�STRUCT[�N SPECICICATION DOCi]IJ�ENTS Reuision; 8�i�`L�21 6.02 G.Q3 fi.Q4 6.05 6.06 6.07 6.08 6.09 6.10 6.11 6.12 6.13 6.i4 6.15 6.16 6.17 6.18 6.19 6.20 6.2I 6.22 6.23 6.24 Labor; Working Hours ................................................................................................................2Q 5ervices, Materials, and Equipment ...........................................................................................20 PrajectSchedule .......................................................................................................................... 21 Substitutesand "Qr-Equals" .......................................................................................................21 Concerning Subcontractors, Suppliers, and Others .................................................................... 24 WageRates .................................................................................................................................. 25 Patent Fees and Royal�iies ...........................................................................................................26 Perznitsand LTtilities .................................................................................................................... �7 Lawsand Re�ilations .......................................................................................................�-........27 Taxes. ...................................................................... .................................................................... 28 Use nf Srte and Other Areas .......................................................................................................25 RecordDoctunents ...................................................................................................................... 29 SafetyandProtection ..................................................................................................................29 SafetyRepresentative .................................................................................................................. 3[� Hazard Cammunieati�n Programs .............................................................................................3D Emergencies andlor Rectification ...................... ............. 30 ............................... ............................. Submi�ttals .................................� - -- �- -.....................................................................................,...... 31 Continu'rrig the �Iork ................................................................................................................... 32 Cantractar's General Warrantyand Guarantee ..........................................................................32 Indemnification.........................................................................................................................33 Delegation af ProfeSsional Design Services ..............................................................................34 Rightto Audi� .............................. .............. ...... .................... ........................................ . ............... 34 Nandiscrirrunation....... ........................................... ..................................................... ................ 35 Article 7- Other VL�ork at the Site ...................................................................................................................35 7.01 Related Wark at Site ................................._.................................................................................35 7.D2 Conrclination ................................................................................................................................36 Article 8 - City's Respons9bilities ...................................................................................................................36 $.01 Cornt�ttnicatzons to Contractor ...................................................................................................3fi 8.02 Fvrnisf� Data ................................................•---............................................................................36 8.03 Pay VL1hen Due ............................................................................................................................ 36 8.04 Lands and Easements; Reports and Tests ...................................................................................36 8.05 Change Orders .............•-•---...............................................................,..........................................36 8.06 Inspections, Tests, and Approval� ..............................................................................................36 8.07 Lrmitations on City's Responsibilities .......................................................................................37 8.�8 UndiscIpsed Hazardous Environmental Condition .................................................................... 37 8.09 Compliance withSafetyProgram ...............................................................................................37 Art'rcle 9--- City's Ob�ervatian Status During Construction ........................................................................... 37 9A1City's Project Manager ............................................................................................................37 9.02 Visxis to Site ................................................................................................................................ 37 9.03 Authorized Variations in Wark ...................................................................... ... 38 ......................... 9.04 Rejecting Defective Work .................................................•--.......................................,...,..........3$ 9.Q5 Determinati�ns �or Work Perfarmed ..........................................................................................38 9.Qfi Dec�sions onRequirements of Conts'actDocta�nents andAcceptabili.ty of Woz'k .....................38 CITY OF FORT WORTI9 ST.�DARDCONSTRIICT[QN SPECIFICATIOH DOGC.INIENTS Revisinn: 8?�]21 Article 10 - Changes in the Work; Claims; Exfra Work ................................................................................38 I0,01 Authorized Changes in the Work ...............................................................................................38 1D.02 Unauthorized Changes in tha Work ...........................................................................................39 1.0.03 Execution a� Change Orders .......................................................................................................39 10.04 Extra Work ..................................................................................................................................39 10.05 Notification to 5urety ..................................................................................................................39 10.Q6 Contract Claims Pracess .............................................................................................................40 Article 11 - Cost of the Wark; Allowances; Unit Price Work; Plans Quantity Measurement ......................41 ll.Ql Cost of the Woric ...............................................................•---�--................................................... 4J. 11.02 Allovcrances ..................................................................................................................................43 11.03 Unit Price Work ..........................................................................................................................44 11.0� Plans Quantity Measureznent ......................................................................................................45 Artiele I2 - Change of Co�tractPrice; Change of ConfractT;me ................................................................. �6 12.41 Change oiCflntractPrice ..........................................................�---�.............................................�6 1 Z.02 Change of Contr°act Time .......................................................................................................... .. 47 12.03 DeIays ..........................................................................................................................................47 Article 13 - Tests and It�spection5; Correction, Removal or Acceptance of Defective Work ...................... 48 �3.01 Natic� af Defects ....................................................................................................•---................48 13.02 Access to Work ...........................................................................................................................45 13.03 Tesls and Inspectinns ..................................................................................................................48 13.04 Uncovering Work ........................................................................................................................49 13.05 City May Stap the Work .............................................................................................................49 13.06 Correction orRemoval af Defective Work ................................................................................50 13.07 Correction Period ........................................................................................................................5Q I3.Q8 Acceptan.ce af Defective �'Vork ...................................................................................................51 13.09 City May Correct Defective Work .............................................................................................51 Article 14 - Payments to Contractor and Completion ....................................................................................52 14,01 Schedule oiVa.lues ......................................................................................................................52 14.OZ ProgressPayments ........................................................................ - .... ............ ..............................52 14.03 Contract�r's Warraratyof T�tle ...................................................................................................54 14.04 Partial Utilization ........................................................................................................................55 14.05 Final Inspection ....................................................�---�..-•---...........................................................55 14.QE Final Acceptanc� ......................................................................................................................... 55 14.07 Final 1'ayment ..............................................................................................................................56 14.0$ Final Comple.tion Delayed and Partaal Retainage Release ........................................................ 56 14.09 Waiver o� Clainns ........................................................................................................................ 57 Artiele J.5 - Suspension of VSlork and Termination ........................................................................................57 15.01 City May Suspend Wnrk .............................................................................................................57 15.02 City May Terminate for Cause ...................................................................... .. 5$ ..................... ...... 15.03 City May Terminate F�r Convenience ....................................................................................... 60 Article 16 - Dispute Resalution ........................................................................................................�---..........61 16.01 Methods and Procedures .............................................................................................................6I c�rrx o� �oRT wox�x STANDARDCpNSTRUCT[OK SPECIFICATION DOCiIlVFENTS Revision: $+�`1p21 Article 17 — Miscellaneous ..................................................................... ....62 17.01 Giving Notice .............................................................................................................................. 62 17.02 Cornputatian of Titr�es .... ............................................................................................................ 62 17_03 Cumulativ� R�medies .................................................................................................................6� 17.04 Stuvi.val of Obiiga�oras ...............................................................................................................63 17.05 Headings ......................................................................................................................................63 �� � CITY OF FORT W�RTH STA,AFAARDCONSTRIICT[6N SPEC]FICATIaN I]QCUMENTS Revlsinn: $`�2p21 n��zaa-i GENERALG�N�ITION S Page 1 of 83 ART�CLE l- DEF�N�TI�NS AND TERMIN�LOGY 1.01 Defined Terms A. �'Vhereverusedin these General Conciitions or � other Cantract Documents, the terms listed below have the meanings indicated which are apglicab�e to both the singular and plural th�reoi, and words denoting gender shall include the masculine, feininine and neuter. Saici terms are gensrally capitalized or written in. italics, but not always. When used 'zra a contex.t consistent with the definit�an af a]isted-defined term, the term shall have a rr►eaning as defined below whether capitalized ar italicized or ott�erwise. In addition to terrns specifically defined, terms with initial capi�al letters in the Contract Documents include references to identified ar�icles and paragraphs, and the titles of other documents or forms. 1. Addenda V4lritten or graphic inst�um.ents issued prior ta the opening of Bzds which clarxfy, carrect, or change the Bidding Requirements or the proposed Contract Documents. 2. Agreement The vvrrtten insfrument vvhich is evidence af the agreement hetv�reen City and Contractnr cavering the �IVork. 3. Applicatinn for Paym�nt The foxm accepl'able to City which is to be used by Contractar during the course of the Work in requesting progress or final �ayments and wl�ich is to be accompaniecE by such supporting docuzx�entati.on as �s required by the Contract Dacun:�.ents. 4. Asbestos Any material that contains more than one percent asbestos and is friable or is releasir�g asbestosfibers into the air al�ove current action levels established by the United States Occupat%nal Safety and Health Adrrvr�istcation. 5. A�ard — Authorization by the City Cauncil far the City ta enter anto an Agreem�nt, 6. Bid The offer or pxaposal of a Bi�ider submitted an the prescra�ied form seiting farth the prices �or the Warl� ta be perform.ed. 7. B.rdder The individual or entity who submits a Bid directly to City. 8, Brddrng Documents The Bidding Requirements and the propased Con�ract Doccunenrs (including all Addenda) . 9. BiddingRequirements The adverti�ement or Invitation to Sid, Instr�ctians to Badders, Bi.d security of acceptabl� farm, if any, and the Bzd Form witl� azay supplements. lfl. .r�usinessDay—A business day is defined as a day that the City canducts normal business, generally Monday thrnugh �'ric�ay, except for federal or state holidays ohserved by the City. 11. CalendarDay—A day cor�isting of 24 hours measured frnm mi�night to the ne� midrught. crrx oF �axT woRTx sr,arr��xDcoNSTRucT�oN sr�crn�cATio� DacuM�t�rs Revisinn: 8�`23rd)21 oa �a oo - � GENERAI� CON�IT��N 5 Page 2 a£ 63 l Z. Char�ge Drder—A document, which is prepared and appraved by the City,. which is signed by Contractor and City and authorizes an additinn, deletion, or revision in the Wark or an adjustment in the Cantract Price or the Contract Time, issued an or after the Effective Date of the Agreernent. 13. Clty— The City of Fort V4lorth, Texas, a hame-rule mwnicigal corporation, authorized and chartered under the T�xas StatE Statutes, acting by its governing b�dy through i�s City Manager, his designee, or agents authorized under�his behaIf, eachof which is r�quired by Charter ta perform speczFic duties with responsibility for final enforcement of the contrac�s involving the City of Fort �orth is by Charter vested in the City Manager and is the en#ity vtrith wharn Contractor has entereci inta the Agreeznent and for whom the Work is to be performed. 14. City Attorney- The officially appointed City Attarney af the Ciry of Fort Worth, Texas, or his duIy authoriz�d representafive. 15. CYty Council - The duly elected and quai�'ied governulg body of the City of Fart VV'orth, Texas. 16. Gify Manager- The o�Fic3ally appointed and authozized City Manager of the City of Fort VL�orth, Teacas, or his duly au�hor�zed representative. 17. Cantract Clarm A derr�and ac assertion by City ar Contractor seeking an adjustm�nt fl�' Contract Price ar Contract Time, ar both, or other reliei with respect to the terms a� the Contract. A demand %r money or services by a thit'd parly is nat a Contract Claim. 18. Caratract The entire and integrated writCen document �etween the City and Contr�ctor concerning the Work. The Contract contains the Agreerrient and all Cor�tract Docum.ents and supersedes gri,ar negatiatians, representatians, or a�reements, wh�ther written or oraL 19. Co�tr�ctDacuments Those items so desigr�ated in the Agreez�nent. AII iterns listed in the Agreement are C.ontraet Documents. Approved Subrnittals, other Contractor subznittals, and �he reports and drawir�gs of subsu�r£ace and physical canditions are not Contract Docunnents. 20. Cantract Price The moneys payable by City to Contractor for completion nf the Work in accordance with the Contract Dacuinents as stated in the Agreem.ent (subject to the prov�sigr� af Paragraph 11.03 in the case of Unit Pric� VVark}. 21. Contract Tirne The ntarr►ber of days or the dates stated in the Agreement to: {i} achieve Milestanes, if any and (ii) camp�ete the Wor4c so that it is ready far FinaZ Acceptance. 22. Gnntractor The individual or entity wx�h wham City has enteredinto the Agreezx�ent. 23. Cost of.the Work See Paragraph 1 J.Ol. of ihese General Co�ditions for definiti�n. CTI'Y OF FdKT WORTI� STANDARDCONSTRUCTION SPECIF[CATIQN DOC[1MENT5 Revislan: &`I3r'1A21 ao7zoo-i GEN�RALCON�ITIONS P age 3 of &3 24. Dar�ge Clairrrs - A demand for money or ser�ices ara�9ng fram the Project or Site from a thrrd party, City or Cont�actor exclusrve of a Contract C�airn. Z5. Day or day - A day, unless otherwise defined, shalI mean a Calendar Day. 26. Director of Av.iatton - The off�ially appointed Director of the Aviation Department of the City of �'ort Worth, Texas, ar l�s duly appointed repres�ntaii�e, assistant, ar agsnts. 27. Director ofParks and Cor�arnunity Services - The offic.ially appointed Director of the Parks and Com�nunity Services Department of the Gity of Fart Worth, Texas, or his duly appointed representative, assistant, or agents. Z8. Director ofPlan�.ingand Development- The officially appourted Dir�ctor of the PIanning and Developrr�ent Department of the City of Fart Worth, Texas, or his du7y appointed representative, assistant, or agents, 29. Drrecfor af Transportatior� Public Works - The offzcially appointed Director of the Transportation Public Warks Departznent af the City of Fort Worth, Te�as, nr his duIy appoint�d regresentative, assistant, or agents. 30. Dlrector of Wate.rDe�artmer�t - The officially appointed Director fli th� Water Degaz•trnent af the City of Fart Worth, Te�cas, or his duly appointed repr�sentative, assistank, ar agents. 3I. Drawxngs That part of the Contraet Docum�nts prepared ar approved by Engineer which graphica�ly shows the scope, e�ctent, and character af the Work to be performed by Contractor. Subrnitta]s are n�t Drawings as so defined, 32. EffEctrveDate af the Agreement The date indicated in the Agreerrient on wl�ich it b�cames effectitre, but if no such date is ind%ated, it means the date on which the AgrEement is signed and de�ivered by the ]ast af rhe two parties to sign and deliver. 33. Er�grr�eer The ]icensed professional engine�r or engineering firm registeared in the State of Texas performing professional services far the City. 34. Extra Wark - Additional wark made necessary by changes or aItera�ions of the Cnntract Dncuments or of quantit�ies or for other reasons for r�vh�ch no prices are provided in thE Cantract Documents. Extz�a work shall be part of the Work. 35. Fze.ld Order—A written order issued by City whieh r�quires changes in the Work bi.�t vvhich does not involve a change in the Contract Price, Contz�act T�e, ar the intent of the Engirieer. Fie1d Orders are paid from Field Order Allowances ir�corparated into the Contract by funded work type at the time a£ award. 36. Final Acceptar�ce - The wriiten no.tice given by fhe City to the Contractor that the Work speci#'9ed az� the Contract Dacuments has been campleted to th� satisfaction of ths City. C1TY OF FQR'i' WORTH STANI]AF2bCONSTRUCTION SYECIFICATION DOCUMEI�T`S Rcwision: 8�"13�71}21 00 7a oo- i GENERRL CONbITIaN S Page 4 of Fi3 37. Fir�al rnspectron — Inspectian earried out by the City ta verit'y that the Contractar Yzas campleted the Work, and each and every part ar appurtenance fihereaf, �vlly, en�irely, and in conforznance vvith the Contract Documents. 38. General Requir�mer�ts�eetiozxs of Div�ian 1 of th� Contract Doctunents. 39. Hazardous Envirnnmental Cor�drfion The presence at the Site nf Asbestos, PCBs, Petroleum, Hazardous �]Vaste, Radi�actit�e Materia3, or other materia�s in such quantities or circuxnstances that rriay gresent a substantial danger to persons or property exposed thereto. 40. Hazardous Waste Hazardous waste is deFined as any solid �nraste listed as hazardous or possesses one or more hazardous characteristics as defiried in the federal waste regtilatians, as am�nd�d from �ime to Yime. � 41. Laws and 1Regulatzaxzs Any and all applicable Iaws, rules, regulations, ordinances, codes, and orders of any and all governmental bodies, ag�ncies, authorities, and courts havu�g jurisdiction. 42. Lie�s--Charges, security interests, or encumbrances upon Project funds, real property, or personal property. 43. Majorlterrr -- An Item of work included in tkae Contraci Documents that has a total cost equal ta ar greater than 5% ai the original Contract Pri�e or $25,0�0 whichever is Iess. 44. Milestone A p�ncipal event spec�ied in the Cnntract Doctunents relating to an irrterm�diat� Contraet Time prior to Final Acceptanee qf the Work. 45. Natice af Ar-vard The written notice by City to the Successful Bidder stating that upnr� timeXy coznpliance by the Succassful Bidder vvrth rhe conclitions precedent Usted therein, City wi1l sign and deliver the Agreement. 46. Notice to Proceed A vvr�tten notice given by City ta Contractor i�ing the date on which the Contract Time wi� commence to run and on which Contractor shali start to perfarm the ilVork specified in Contract Dacuments. 47. PCBs--�olychlorinated bighenyls. 48. Petroleurn 1'etroleurn, incluc[irig crude oil or any fraction thereof which is liquid at standard condikions of temperature and pressure (64 degrees Fahrenheit and l�.7 pounds per square inch absolute), such as ail, petroleum, fuel oil, ail sludge, oil refuse, gasoline, kerosene, and oii mmi�cced �vith other non-Hazardous Waste and crude oils. 49. Plans — 5ee definition o� Drawings. Gl`TY O�' FORT VYC�RTF� STANDAI2DC[7N5TRl1CTI0N SPECIFICATION DOCLTNLENTS l�evisian: 8�"�2d21 D:D7200-1 GENERALCONoITI0N5 Fage 5 oi 63 5D. Praject Schedtrle A scheduIe, prepared and maintained by Contr•actor, in accardance with the General Requirements, deseribing the sequence and duration of 1he activitzes comprising the Cantractor's plan to accomplish the Work within the Cantract Tirz�.e. 5].. Pr-oject The Work to be performed under the Can�ract Documents. 52. Pra,jectManager The atitharized repz'esentative af the City vvho �trill be assigr�ed to the Site. 53. Public Meeting — An announced meeting ennducted by the City to faciIitate public participation and to assist fhe public in gaining an in%rmed view of the Project. 5�. Radroactrrre Materlal--Source, sp��ial nuclear, or byproduct material as defined hy the Atomic Energy Act of 195� {42 CJSC Section 2Q11 st seq.) as amended from time to time. 55. 12egular Workir�gHours —Hotus beginning at 7:00 a.m. and ending at 6:D0 p.m., Monday thru Friday (exclud9ng legal holiclays}. 56. Samples—�hysical examples af materials, equipm�nt, or workrnanship that are representative af sorne por�ion oi the Wark and which establish the standards by which such portian af the Work wili. be judged. 57. SchedUle of Submittals—A sched�.t�e, prepared and maintaumed by Cantractor, of required submittals and the time re.quirements ta support schedtzled performance of related canstrtiction activili�s. 58. Sch�dule of i/a.�ues—A schedule, prepared and maintained by Contractor, alIoeakin� portions of tk�e Contract Price to various portions of the Wark and used as t�e basis for r�viewing Contractor's Applications %r Payment. 59. Site Lands or areas indicated in the Contz�act Documents as being furnished by City upon which the Workis to be perfartned, including rights-of-way, permits, andeasements%raceess thereto, and such other lands furnished by City which are designated for tI3� use of Cantractor. 60. Specifzcatzo.ns That part of the Co�lract Documents consisting af written requireznents for materia�s, equiprrient, systems, standards and workmanship as applied to tY�e Work, and certain administrative requiremen�s and procedural matters applicable thereta. Spe�i�ications may be specifically mad� a part of the Cantract Documents by attachment or, if not attached, may be fnc�rporated by reference as indicated in the Table of Contents (Division 00 OD 00) of each Proj�ct, 61. Subcontractor--An individual or entity having a direet contract with Cantractor or with any ather Subcon�ractor for the performance of a part of the VSlork at the Site. C1TY OF FORT WORTH STANDARDCflIVSTRIICTION SPECIFICATION DdCi7ME�1'TS Aevision: �'13JZ�1 00 724� -1 GENERALCON�ITIONS P�ge 6 of 83 62. Submittals—A1I drawings, diagrams, illustratior�s, schedules, and other data or informa�ion which are speczfically prepared ar assembled hy or for Cnnlractor and subrnitted t�y Contractor tfl illus�rate sorne portian of the Work. 63. Substantzal Completion - The stage in the progress of the Prpject wh�n the VVork is sufficienfly complete in accordance wiCh the Contract Dacttments for Fina1 inspection. 84. Sucee.s,sfirl Bidder The B'rdder submitting the lowest and most responsive Bid to whom City makes an Award. 65. SUperint�ndent- The representative af the Contractor wha is available ai all Cirn�s and able to recezve irxskructians from the City and to act for the Contractor. 66. Supplerrlentary Candifions—That part of the Contract Documents which arnends ar supplements these General Conditions. 67. Suppl.rer A nnanufacturer, fabricator, suppiier, distributor, materialman, or vendar having a direct contract with Contractor or with any Subcantractor to furnish rnat�rials or eqnipment Ya be incarporated in the Work by Con.tractor or Sulacontraetor. 68. U�dergraund Facilities �1ll underground pipelines, conduits, ducts, cables, w�res, ma�holes, vauSts, tanks, tunnels, or other such faciliti�s or attachments, and any encaseme�ts containing such facilities, including but not limited to, tl�ose that cnnvey electricity, gas.es, steam, liquid petroleum products, telepY�one or other cammunications, cable television, water, wastewater, storm water, other liquid:s ar chernicals, or traffac or ofiher control systems. 69 UnrtPrrce [�oz-k---�ee Paragraph I 1.Q3 of these General Concliti�ns for definition. 70. Weekend WorkingHours--Hours be�inning at 9:D0 a.m. an�i ending at 5:00 p.m., 5aturday, Sunday or �gal holiday, as appraved in advance by the City. 71. Yf�ork The entire construction ar the various separately icientifiable parts thereof required ta be provided rander the Con[ract Documents. Work inc]udes and �s the result of performin� or providing all labar, services, and docurr�entation necessary to produce such cnnstruction including any Change Order or Field Order, and furnishing, installing, and ancorporating all materials and equipment anto such eonstruction, all as required by �he Contract Documents. 72. WorkingDay- A workrng day is defzned as a day, not includ�ng Saturdays, Sunda�rs, or legal ho�idays authorized by the C�ty for contract purposes, in which weather or other canditinns not under the control af the Cantractar will perrnit the performance of the principal unit of work underway �or a cantinuous periad o�' not less than 7 hours between 7 a.m. and 6 p.nn. 1.02 Terminol�gy A. The words and terms dise�ssed in Paragraph 1.02.B through E are n:ot defi�ed but, when us�d in the Bi�dding Requirements or Con�ractDocuments, have the indicated meaning. B. Intenf af Certa� Terms orAdjectives: C1TY dF P'ORT WORTH 5T'AND/�RDCaNSTRUCTION SPECIFTCATIOH DpCUIvTEN`I'S Revision: &�"1.3/'�C121 Q072Qp-] GENERRLCONnITIONS Page 7 of 63 1. The Contract Dacuments include the terrr� "as allovcred," "as apprnved,° "as ordered," "as directed" oz' tez'zns of like effect or import to authoriz� an exercise of judgment by City, In additi.an, tk�e adjectives "reasonable," "suitable," "acceptable," "proper," "satisfacto�ty," or adjectives of like ef�ect ar import are used to describe an action or determznation of Cify as to the Work. Tt is intended that such exerci�e of profess9onal jadgrt�ent, actian, or dstermination will be solely to evaluate, in �eneral, the V`�Toxk for cornpliance vvith the infarma�ion ir� the Contract Doc�rrisnts and with the desi�n concept of the 1'roject as a funetioning whole as shown or indicated in the Contract DocumenYs {unless thera is a specific stat�ment indicating otherwise) . C. Defectrve: l. The word "d�fective," wfien z�odifying the ward "Work," refers to Work that is unsatisfactory, t'aulty, or deficient in that a�: a. does not conform to the Contract Docurr�ents; ar b. doe� nat meet tY3e r�quirernents af any applicable insp�ctiQn, re%rence standard, test, oz approval referred to in the Contract Documents; or c. has been rlamaged griar to City's written acceptance. D. Firrnish, Install, Perf'orm, Prav�de: 1. The word "Furnish" or khe word "Install" or the word "Perform" or the vvord "Provide" or the word "Supply," ar any cornbination or sirnilar d'u�ective or usage thereof, shall msan fttrnishing and incorparating in the Work including aIl necessary laUar, materials, equ�ipz�z�.ez�t, and everythvlg necessary io perform the Work indicated, unless specifically lin:�ited 'zri the conte�ct used. E. Unless stated otherwise in the Contract Docuzz�.ents, wards ar phrases that have a well known technical or construction industry or trade mear�ing are used in the Contract Documents in accordance vciith such recognized meaning. ART�CLE � — PRELIMINARY MATTERS 2.QJ Co�ies ofDocuments Gity shall furnis� to Can�ractar one (1) original executed copy and ane {1) elecrronic capy nf the Contract Documents, and four (4) additional copies of the Drawings. Additi.onal capies will b� fvrnished upon request at the cost of repraduction. 2.02 Commeneer�e�tof Cor�tractTrme; Nntice ta Proceed The Cantract Time will commence tn run on th� day indicated in tl�e Notice to Proceed. A Notzce to Proceed may be given nq earlier than 14 days after the Effective Date af the Agreement, unless agreed to by �oth parties in writing. CITY OF FORT WORTH STANDARDCONSTR[1CTION SPBCIFICATION DOCUMENTS Re�islon: ��'1.021 ao �z oa i GENERALCDNQITIQNS Page B af 83 2.03 Startir�g the Work Con�ractor shall start to perform the Work on the date when the Cor�t�act Tazr►e cammences tfl run. No VL�ork shali be dane at the Site prior to the date on whicn the Cantract Time co:�xunences to run. 2.04 Before Startir�g Constr-uct�on Baseline Schedules: Submit 3n accordance with the Contract Documents, and prior to starti�g the V�Iork, 2.Q5 F.reco�structza� Co�aferer�ee Be%re any V�1ork at the Site is staxted, tlie C�ntractor shall attend a Precanstruction Conference as sp�ciiied in the Contract Dacuments. 2.06 Pub.lic Meet.r�zg Contractor may not snobilize any eqt�ipment, znaterials ar resaurces to the Site prior to Contractor attending the Public Meeting as scheduled by the City. 2.07 Ir�:itza.lAccepta�ce afSchedul�s No progress paymenf shall be rnade to Contractor until acc�ptable schedules are submi�ted to City in accordance vvith the ScheduIe 5pecif'�cation as provided in the Cantract Doeuments. ARTICLE 3— CONTRACT DOCUMENTS: INTENT, AMENDING, REUSE 3.�1 Ir�tent A. The Contract Documents are complementary; what is required by on� is as binrling as i� req�red by all, B. It is the izatent of the Contract Dacuments to describe a functionaIly complete pro�ject (or part thereof� to be constrUcted in accordance wikh the Contcact Documents. Any labdr, dnctunentation, SETVIC�S, ma�erials, or equiprnent that reasonably may be infez�z�ecl fram the Cantract Documents or fram prevaili�g custom or trade usage as b�eing requit'ed to produce the indicated result will he provided whefiher or nat �pecifically caJled %r, at no additional cost to City. C. Glarifications and interpr�tations of the Contract Documents shall be issued by Ciry. D. The Specifications may vary in form, format and style. Some Specifica�on sectians may be written in varying degrees of streamlined or declarative style and some sectians may be relatively narrative �y comparison. Omission of such wards and phrases as "the Contractor shall,° "in cor�f'ormiky with," "as shown," or "as specified" are intentional in streaml'u�ed sections. Qrnztted wards and phrases shall be supplied by inference. Siix�ilar types of provis%ns may appear in varzous parts of a section or articles within a part depending on the format of the C1TY pF �'ORT WOR'I'�i STANDART}CONSTRUCTION SPECIFECATION DOCUivIENTS Revision: 8r1,3"�}21 00 7z ao - a GENERALCAN�iTION 5 Page 9 of 63 section. The Contractor shall nat take advantage of any vari�tion of form, format or style in makuzg Contract Claims. E. The cross referencing af specificatzon sections under the subpara�aph headaa�g "Re�ated Sections incIude but are nat necessarily ]irri'rted to:" and elsewhere withjn each 5peciiication sec�ion is pro�ded as an aid and con�venie�ce to the Contractor. The Cantractor shall not rely an the cross referencing provided and shall be re�ponsible to conrdinate the entire Work under the Contract Documents and provide a comglete Proj�ct whethex or not the cross referencing is pravided in each sectzan or wh�ther or not the cross referencing is camplete. 3.02 Reference Standards r�. 5tandards, Specifications, Cades, Laws, and Regulations 1. Reference ta standards, specr�ications, manuals, or cades nf any teel�tucal soci�ty, organization, or associatian, or to Lavvs or Regula�ions, whether such refierence be speci�ic or by implication, shau mean the standard, specification, manual, code, or Laws ar Regulations in effeci at the tim� of op�ning of Bids (ar on the Effective Date of the Agreez�zaent zF there were rza Bids) , except as may he otherwase spec��cally stated in the Con�act Documents. Z. No provisian of ariy such standard, specificat�on, rnanual, or code, or any insCruction af a Supplier, shall b� effective to change fhe duties ar responsibilities o� City, Contractor, or any of their subcontractors, consultants, ager�ts, ar emplayees, irom those set Forth in th� �ontract Documents, No such provision or ir�struction shall be effectiv� ta assign to City, or any of iks oificers, dir�ctors, members, partners, emplayees, agents, cozasultants, ar �ubeontractars, any duty or authorzty ta supervise or direct the perfornnance af the Work ar any duty or authority to undertake responsibiliiy incor�istent vcrith rl�e pro�isions af rhe Canrract Docurnents. 3.03 Repor�rng and Resalvin�Disc�par�cies A. ReportingDiscrepancles: 1. Contractor's1��viewofCnntractDoeuments$efo�e5tart�ngVYark: Befare undertaking each part of thc Work, Contractor shall care�uliy study and connpare the Contract Docuznents and check and vexa£y pertinent f�ures there� a�a3nst all applicable field measurements and conditions. Cantractor shall promptly report in writing ta City any cor�Jict, errar, ambiguity, or discrepancy which Cantractor discovers, or has actual know�edge of, and shall obtain a written inierpretation or clarification from City before praceeding with any Work affected ther�by. 2. Contraetor's Review of CantractDocume.�ts Dur.�ngPerfornaa�ce of Work: If, during the performance of the Wark, Can�ractor discovers any eanflict, error, ambiguity, or discrepancy withu� the Con�ract Documents, ar between the Cantract Dncuments and (a) a�y applicable Lavv or Regu]ation ,(b) any standard, speciiication, manual, or cod�, or (c} any instruction of any SuppIier, th�n Contractor shall prompCly report it to City in writing. Contractor shaJl �ot proceed with the Work affected therehy (excepi �n an ezxi.ergerncy as requiz�ed by Paragraph crrY ar FaRT woxz� STANDARDCOMSTRUCTION SPECfPICA1'ION D�CLtMENTS Revisian: 8rL3�`�(72I oa �z ao - i GENERALCdN�ITIONS Page LD of fi3 6.17.A) un��. an azxzendment or supplernent to the Confract Dacumen�s has been issued by one of the methods indi.cated in Paragraph �.04. 3. Contractor shall not be liable to City for failure to report any conflict, error, ambiguity, or discrepancy in fihe Contract Doeuments unless Con�act�r had actual knowledge thereoi. B. Resolvrr�gDiscrepar�cies' 1. Except as may be otherwise specifically stated in the Contract Document5, the provisions of th� Contract Doct�ments shall take preeedence in r�solvirYg any conflict, error, ambiguity, or discrepancy between the pxovisions of the Contract Documents and the provisions of any sCandard, specification, manual, or the instruction of any Supplier (whether ar not speczfically� incarporated by reference �n the Contract Docurnen�.$). �. Tn case of cliscrepancies, figureci dimensi.cc�ns shall govern over scaled dimensians, Plans shall gavern over Specifications, Supplementary Condrt9ons shall govern over Ceneral Canditions and Specifications, and quantities shown on Yhe Plans shalI gavern over those shovvn arz the proposal. 3.04 Amending ar�d Supplemer�tir�g ContractDacuments A. The Cantract Doc��nents may be amended ta pravide far additions, deletians, and revlsion�s in the Work or to modify the terrns and conditions thereof by a Change Order. B. The requirements of the Cantract Docurnents may be supplemented, ar�d m�nor variations and deviations in the Work �ot invalving a change zn Cantract Price or Contract Tirne, may be autl�arized, by one or more of the fallowing ways: 1. A Field Order; 2. City's reuiew of a Submittal (subject to t�e provis9ons af Paragraph 6.18.C}; or 3. City's written znterpz'etation or clarification. 3.05 Reuse ofDocurnents A. Contractor and any Subcontractor or Sup�lier shall not; 1. have or acquire any title to or ownership rights in any af the Drawings, Spec�ications, ar other docvments (or eopies of any thereof) prepared by or bearing the seal of Engir,eer, includang electranic media ediiions; or 2. reuse any such Drawings, Specifications, other dacw�nents, or copies thereoi on exterisions af the Project or any other praject without written consent of City and speciiic written ver�ication or adaptation 6y Engineer. C1TY OF FORT W012TH STANDAR:DCONSTRIICTION SPECI�ICAT[OM I]OCIIMENTS Revisian: 8!2�'2021 007200-1 GENERALGONDITIONS Page 11 of fi3 B. The prohibi�ians of this Paragraph 3.D5 wi11 survive final payment, or terminatian flf tk�e Contract. Nothing herein. shall preclude Contractor from retaining copies af the Contract Dncuments for record purpos�s. � 3.06 Electranrc 17ata A. U�nless otherwr`se stafed in the Supplementary Conditzo�s, fihe data furr�shed by Cily or Engine�r ta Contractor, or by Contractor to Ci�y or Engineer, that rnay be relied upon are Iimited ta the printed copies included in the Can#ract Documents (also known as hard copies} and athez' Spec�ications referenced and located on the City's on--line el�ctronic document manageznent and collahoration system site. Files in electirnruc media format of text, data, gxaphics, or other types are furnished only for the convervence oi the receiving parfy. Any conclusion or information obtained or derived from such �lectronic files will b.e atthe user'ssole risk. Iftnere is a discr�panc� between the electroruc files and the hard copxes, the hard copies govern. B. When transferring documents ir� electronic media format, the transferri�g party makes no repr�senta�ions as to loz�g term compatibility, vsability, or readability af docurnents resulting from th� use of saftware appl�cation packages, op�rating systems, or computer hardware differing from those used by the data's creator. ARTICLE 4— AVATLABILITY OF LANDS; SUSSURFACE AND PHYSICAL CONDITIONS; HAZ�DOUS ENVIRONMENTAL CONDITIONS; REFERENCE POINTS 4.01 AvailabilityafLands A. City shall furni.5h tile Site. City shall notify Contraclor of any er�ctznr�brances or restrictions not of g�neral applicati.on but specifically related to use of the Site vuith which Contractar musf comply in perfarming the Work. Ci�y will obtain � a timely manner and pay for easernents far permanent structures or permanent changes in e�stizag facil'rties. The City has abtained or anticipates acq�sition of andlar access to right-of-way, and/or e.asements. Any �utstaz�ding right-of-way and/ar easements are antieipated to be acquired in accordance with the schedule set forth in the Supplementary Canditions. The Project Schedule subm�tted by the Contr�actor in accordance with the Contract D�cuments must consider any outstanding right-of-way, and/or easements. 2. The City has or anticipates removing ancUor relocating utilities, and obstructions to the �zGe. Any outstanding remaval or relacakion of utilities or abstructions is anticipated in accordance with the schedule setforth in the Supplementary Conditions, The Project Schedule submitted by the Cont�actor in accordance with the Cont�act Documents must consi�er any outstanding utilities or obstructians ta be r�moved, adjusted, andlor relacated by others. B. Upan reasanable written r�quest, City shaJl furnish Contractor vvith a current statement af recard 1egal titl� and Iegal descriptian of the lands upan which the Work is to be perfarmed. CITY OF FORT WORTH STANJ]ARDCOI�STRIlCT[ON SPECIFICAT[ON DOCiiMENTS Re�isian: fi�"L3�`L�21 OD7200-I GENERALCON�ITI6NS Page 12 of fi3 C. Contractor shall pravide for all additianal ]ands and access thereto that may be required for construcrion facilit�es or starage of materi�ls and equipment. 4.Q2 Subsurface arldPhysical Condt�ions A. Reports ana'Drawings: The 5up�lementary Candi�ions idenfiify: 1. those reparts knawn to City of e�ldrations ar�d tests of subsuz'face conditians at or cantiguous to the Sake; and 2. khose drawings known to Ciry of physical conditions relating to existing surface or suhsuriace s�ructures at the Site {except Undergratu�d Faciliti�s). B. Limrted Reliance by Cantractar o� Techn�cal Data Autlrarized: Contractar may re�r upon the aecuracy of the "technical data" conta9ned in such reports and drawirigs, but such reports and c3rawings are nnt Contract Documents. Such "technical data" is identifi�d in the Supplernentary Condi�ons. Contractor rnay not make any ContraGt Claim against City, ar any of their afficers, directors, me�nbers, partr�ers, emplayees, agents, consultants, or subcontractors vvith resgect to: 1. the cnmpleteness of sueh reports and drawings �or Cancractor's purposes, including, hut not Iimited to, any aspects o� the means, methoc�s, technzques, sequences, and procedures of construction to be emplgyed by Contractor, and safety precautlons and prograrr�s incident thereta; or 2. other data, iriYerpretations, opinions, and infoxma#ion contained in such reparts or shown or indicated jn such drawings; or 3. any Contractox interpretation of or concluszon drawn from any "technical data" or any such other data, interpretations, opi�.ions, or information. 4.Q3 Differi�gSr�bsurface orPhysical Canditior�s A. Notrce: If Cantractar believes that any subsurface or physical conctition that is uncovered or revealed either: 1. �s of such a nature as to establish that any "technatcal data" on which Canrract�r is entitled to cely as provided in Paragraph 4.Q2 is materially inaccurate; or 2. is of such a nature as to require a change in th� Contract Dacuments; or 3. diif�rs materially �rom that shawn or indicated in the Contract Documents; or 4. is of an unusual nah:ue, and di�%rs materially from conditions ordinarily encountered and generally recognizec� as inh�r�nt in work of the character provicled for in the Contract Documents; C1TY dF FQRT WOATH 3TANDARDC03VSTR[1CT14N SPECIFICAT[ON DQCLlb1EN'�S F2evis3on: 6r2�2Q21 0072fl0-1 GENERALCONpIT16N5 Page 13 of 63 then Contractor sha1I, prompt�y after bec�z�nirag aware thereof and befare further disturl�ing the subsurface or physical conditia:ns or �erforming any Wark in cannee�ion therewith (except in an emergency as requi.red by Paragraph 6.17.A), nntify City in writing a6�ut such condition. B. Posszble Price and Trme Adj ust�raents Contractor shall nnt be entitled to any adjustm�nt in the Contract Pric.e or Contract Time if; 1. Contractor knew oi ihe e�stence of such canditions at the tinne Contractor made a final corrunitment ta City wi�h respect to Contract Prace an.d Cantract Tinne by the sul�mission of a Bid or becaming bout�d under a ne�otiated cantract; or 2. the existence of such condition could reasonably have been discovered or revealed as a result of the examirtation of the Coritract Documents or the Site; or 3. Contractor failed to give the written notice as required by Paragraph �.Q3.A. 4.04 Ur�dergroundFacillties A. Shown orindicated.' The i.nformation and data shown or indicated in the Contract Dacuments with respectto e�sting Underground Facilities at or cantiguous tn the Site is based on in%rmation and data ftrrnished to City or Engineer by the owners of such Underground Facili�ies, ineluding City, ar by others. Unless it is otherwise e�pressly provided in the �upplementa ry Conditi�ns: 1, City and Engineer shall not be responsable for the accuracy or campleteness o� any such informatiDn or data provided by others; and 2. the cost of alI of the follovving r�viil be �ncluded in the Cantract Price, and Contractor shall have full responsibility fnr: a. reviewing and checking all such in%rmation and data; b. locating all Und�rground Facilities shawn oc ir�dicated in tk�e Contrac� Documents; c. caordinatsan and adjustment of the Work with the owners of sueh Undergrourid Facilit�es, iz�cluding City, during construct'ron; and d. the safety and protecti�n of all such Underground Facilities and repairing any da�nage thereto resulting irom the Work. B. NntShowr�nrlr�dicated.' I. Tf an ilr�derground Facility which confli.cts wzth the Wark is uncovered or revealed at or contiguous to the S�te which was not shown or indicated, ar not shown or indicated wiih reasonable acc�racy in the Contract Documents, Cantractor shall, promptly after becoming aware thereof and before further disturbing conditions afiac�ed thereby ar perfarming any C1TY OF �ORT WORTH STP.NI)ARDCONS'FR[1GTIbN SPECI�ICATION DDCiIMEIVTS Revf sian: 8''I3+'�(121 oo7zaa-i GENE�tA�Callo I71oN 5 ['age 14 of 63 Work in connection therewith (e�cept in an emergency as required by Paragraph 6.17.A}, identify the owner o� such Underground Facility and gi�ve notice to that owner and to City. City will revi�w the discovered Undergraund Facility anci determine the e�ent, � any, to whi.ch a change may be required in the Con�ract Dacuments to reflect az�d document the consequences of the e�istence or locafiian of the Underground Facility. Contractor shall be respons�le for the safety and protection of such discovered Underground Facility. 2. If City concludes that a change in khe Contraet Doctztn�nts is required, a Change Order rnay be issued ia reflect and document such consequences. 3. Verificatian of exastang ufiiiities, structures, and service lines shall incl�tde notification of all utility companies a minirnum of 48 hotus in advance of construction ir�eluding exploratory excavation if necessary. 4.05 Reference Points A. City shall provide engineerirlg surveys to establish ref�rence points for eonsfruction, which in City's judgment are necessary to enable Contractor to proceed with the V`]ark. City will provide construction stakes or other customary rr�thod of marking to estabiish line and grades for raadway and utility construction, centerlines and bench�narks for i�ridgework. Cantractor shall pratect and preserve the established reference points and groperty znonuments, and shall make no changes ar relocatians. Contractor shall report tn CiLy �srhenever any reference point or pcoperty monument is lo5t or destz'oyed or requires reloca�ion because of necessaty changes in �rades or locations. The City shall ioe responsible far the repJacerr�ent ar relocation of reference points or property monurr�ents not carelessly ar willftally destrayed by the Contractor. The Contraetor shaIl notify City in advance and with su�ficient time to avoid delays. B. Whenever, in the api�ian af the City, any reference point or monument has been carelessly or willfully destroyed, distu,rbed, or remaved by the Contract�r or any of his employees, the ftill cost for r�placing such points plus 25% will be c�arged against the Contractor, and the iu1l arr�ount wili be deducted frarn gayment due the Contractor. 4.06 HazarrlousEnvrronmerrta.lCanditionatS�te A. 12eportsandDrawings: The Supplementary Condi�ons zdentify those reparts and drawings knovvn to City relating to Hazardous Environmental Conditians that have been identified at the Site. B. Limrted Re.liance by Cantractor an Teehnrcal Data Authorized: Contractor may rel� upon the acc�acy af the "technical data" eontained in such reports and drawings, but such reports and drawvlgs are not Contract Dacuments. 5uch "technical data" is identified in the Supglementary Conclitions. Contractor may nat fnake any Contract Claim against City, oz' any of their officers, directors, members, partners, emplayees, agents, consultants, ar subcontractors �vith respect to: 1. the corr►pleteness af such reports and draw9ngs for Contractar's purposes, including, but nat lirnited to, any aspec�s of the means, methods, techniques, sequences and proeedures of C1TY OF �'p12T WORTH STA�IDAEZDCONSTR[1CTIdN SFECIFICAT[aN DOCUMENTS Revision: 8f23rZ021 oo�zoo-i GENERALCflN�ITlONS Page 15 oF 63 constructian ko be eznployed by Contractor and safety precautions and prograrns incident thereto; or 2. other data, mterpreta�ians, opinions and information contained in such reports or shown or indicated in surh drawings; or 3, any Cnntractor interpretation of or canclusian drawza fram any "tech�9ca1 data" or any such ather data, interpretations, opinzons or anforzraa�ion. C. Contractor shall nat be respon�i�le far any Hazardaus Enviranmenfai Condition unc�vered or revealed at #he Site which was not shovvn or indicaeed in Drawings nr Specifications or identifie d in the Contraet Documents to be wikhin the scope of the Work. Conlractor shall be responsik}Ie for a Hazardous Enviranmental Conditian created with any rnaterials brought to the Szte by ConCractor, Subcontractors, Suppliers, or anyone el�e for whom Contractor is responsible. D. It' Contractor eneaunters a Hazardous Environmental Condi�ion or i� Contractor or anyqne for wham Conttactar is responsible creates a Hazardous Enviror�mental Condition, Confractor shall irnrnedi�ately: (i) secure or otherwise isalate such condition; {ii} stop aI1 Work in connectian with such conditia� and in any area affected ther�by (except in an emergencyas required by Paragraph 6.17.A); and (vi} notify City (and promptly thereafier c.onfirm such �otice ia writi.rz�. City may consider the n�cessily to retain a qualified e�pert to evaluate such conclition or take corrective action, if any. E, Contractox shall not be required to resume Wark in connection with such condition or in any affectedarea until after City has abtained anyrequired permits related thereto and d�livered wri�ten notzce to Contractor: (i) specifying that sueh condi�ion and any affected area is or has been rendered suitable for the resumption af Work; oc (u} specifying any special canditions under which such Work may be r�sumed, F. If afCer receipt of such vvritten natice Contractor does not agree to resurne such Work based on a reasanable belief it is unsafc, or does not agree fa resume such Workunder such special conditions, then City may order the portian af the Work that is in the area affected by such condition to be deleted from the Work. City may have sueh deleted portinn af the Work Qerformed by C�ty's own fflrces nr others. G. To the full�st exter�tpermztted by L�vus a�d Regulatrons, Gonfractar shall inderr�rrify and hold harmless Czty, f'ro.rz� and againstall claims, costs, lasses, and damagas (rr�cludrng butnotlimited to all.fee.s and charges of engirleers, archrtects, attorneys, ar�d otherprofess.ionals and all court ar arbitratror� ar other dis�ute resolution casts) arlsing out af or relatrng ta a Hazardotrs Envrronrrlental Condition created byCor�t�actororbyanyo�eforvr��am Contractoris respanszb.le. Nothing ir� this Paragraph 4. Q6,G shall obligate Contracta:r to r�demn�.f� anyindividcral or enfily from ar�d agairtst the canseguences of that�ndividual's or� enfzty s awn ne,glrger�ce. H. The provisions af Paragraphs 4.02, 4.03, and 4.04 do not app�y to a Hazardous Environmental Condition uneovered or revealed at the Site. CITY OF FORT W�RTH STANDAiZDCONSTRUCTION SPECIFICAT[ON I]dCIIMENTS Revisio�: 8/�21 ao7zoo-� �E�vEr��co�oiTioN s Page 16 of 63 : � i /���►y`.11�� ���+�� �7'�,� 5.Q1 Lrcensed Srrl�tiesandlrlsurers All bonds and insurance reqtiired by the Cantract Dacutnents to be purchased and maintained by Contractor sha11 be obtained irorn surety or insurance companies that are ciuly lic�nsed or authorize d in the State of Te�cas to issue bonds or insurance policies for the ]irr�its and cavarages so required. Such surety and ir�surance eoznpar�ies shall a�sa meet such addi�ional requirements and qualifications as may t�e provided ir� the Supplementary Conditions. 5.Q2 Perfarmance, Pa�rnerat, and lllaintenance Bonds A. Contractor sha�l furnish perfarznance and paym�nt honds, in accardance with Texas Governinent Cocie Chapter 2253 ar successor statute, each in an amount equaj to Che Contract Frice as security �'or the faithful performance and payment of aIl of C�nt�actor's obligatic�ns under the Contract Dacuments, S. Contractor shall furnish mair�tenance hands in an amount equal to the Contract Frice as security to protect the City against any defects in any portion af the �147ork described in the Contract Documents. Maintenance bonds shall remain in effect for fwo (2) years after the date of Fina1 Aceeptance by tk�e City. C. All bonds shall be in the form prescr9bed by fihe Cantract Documents except as provicled othearwase by Laws or Regulations, and shall be executed by such suceties as are named in the list of "Companies Holding Cert�'icates of Authority as Accepta�le Sureties on �'ederal Bonris and as Acceptable Reir�suri�ng Companies" as published in Circular �70 (amended) by the Flnancial Management Serviee, Surety Bond Sranch, U.S. Department of the Treasury. All bonds si�ned hy an agent or attorney-in--fact must be accarr�parued by a sealed and dated power oi attorney vvhich shall shaw that it is efiective on the date the agent or attorney-in-fact signed each bond. D. If the surety or� any bond futni,shed la�r Contractor is declare.d banicrupt or becomes it�solvent or its rigY�t to do business � terminated in the State of Texas or it ceases to meet the requirernents of Paragraph 5.02.C, Con�ractor shall pramptly nat�y City and shall, within 30 days after fhe eveMt giving rise to such notification, provide another bond and surety, both of which shall eomply with the requirements of �aragraphs 5.01 and 5.Q2.C. 5.03 C�rt�icates oflnsurance Contractflr shall deliv�r to City, vvith copies to each additional inswced and loss payee id�nti�ied in th� Supplernentary Canciitions, cQrtificates af insurance {other e�idence of insurance requested by City or any other additivnal insured) in at least the zniraimum arriount as specified in the Supplementary Conditions which C�nYractor is required to purch.ase azad maintain. 1. The certifi�cate of ins�ance shall document the City, and all identi�i�ed en.tities named in the Supplementary Conditians as "Additior�al Tnsured" an all liabilit�r policies. C1TY OF FORT WOiZTH STAIWARDCOI+FSTRUCTI0�1 SFECIF[CATION I]OCU3vIENTS Revision; 8'23+'1�321 oo7zoo-� GENERAL CO�fDITIONS Page I7 vP 63 2. The Confractor's general ]iability insurance shall anc�ude a, "per project" or "p�r 1oca�ion" , endorsement, which shall be icientified in the certificate of insurance provided ta the City. 3. The certificate shall be si�ned by an agent authozized to bind caverage on behalf of Che ir�sur�d, ba eamplete in its entirety, and show complete ins�u�ance r,arrier names as listed in lhe current A.M. Best Property & Casualt�r Gu'tde 4. The insurers for al1 pol'tcies rnust be licensed and/ar approved to do lausiness in the State of Texas. Exc�pt for workers' comp�nsation, aIl ansurers must have a zx�ztairz�.uzn rating of A-: VII 9n the current A. M. Best Key Rating Guzde or have reasonably equivalent financial strength and solvency to ihe sati5factzon af Risk Management. If the rating is beIow that required, written approval of Ci.ty is required. 5. Al� app�.cab�e policies shall include a Waiver ot' Subrogati�n (Rights af Recavery) in favar af the City. In addition, the Contrac�or ag�'ees to waive alI rights af subrogat�on against the Engineer (� applicabl�), and each additzonal insured 'zdentified in the Supplementary Conditions fi. Failure of the City to deznand such certificates or other evidence of full compli�nce with the insuranca requireznents or failure of Yhe Cily to identify a deii,czency from evidenee tl�at is provicied shall not be construed as a waiver oi Contsactor's obligation to mairatain st�eh lines af insurance caverage. 7. If insurance pnlicies are not written for specified coverage ]arnzts, an Umbrella ar Excess Liability insurance for azay differences is required, Excess Liabiiify shaIl �ollow iarm af Ihe primary coverage. S. L7nless athez`w�se stated, all required insurance shall be written on the "accurrence basis". If coverage �S underwritten on a claim5--made basis, the retcaactive date shall be cQincident with or prior ta the date of th� ��fective dat� of ihe agreement and the certifi.cafe of insurance shall state that the coverag� is clairr�,s-made and the retroactiive date. The insurance co�erage shail be mamtairied far the duratzon of the Contract and for three (3} years follawing Final Acc�ptance pro�ided under the Cantract Document5 or for the warranty period, whichever is longer. An aninual certificate of insurance submitted to the City shall evidence such insurance coverage, 9. PoIicies shaIl have no exclusions by endorserr►ents, whzc�, neither nta�lify or amend, the required lines ot' coverage, nor deerease the ]imits of said coverage unless such endorsements are approv�d in writing by the City. In the event a Cantract nas been hid or executed and the excluszt�ns are determined to be unacceptable or the City desir�s additional insurance coverage, and the City desires the contractorlengineer to obtain such coverage, the contract pxice shall be adjusied by the cast of the prernium far such additional coverage plus 10%. 10. Any self-insured retention (STR), in excess of $25,00a.00, affecting required insurance coverage shall be approved by the Cary 'u� regards to asset valr�e and stioekholders' equ�ty. In C1TY OF FORT WpRTH STANDARDCON5Tl2[1CT1QN SPECIF[CATIDN DOCUMENTS Re�ision: S�i�'d021 00 �2 oQ - � GENERALCON�ITIONS Page 18 of 63 lieu of traclitianal insurance, alternaEive coverage maintained tY�rough insucance poals ar risk retenrion groups, must a�so be approved by Cxty. I1. Any deductible in excess o� $5,000.00, for any policy that does nat provide coverage on a first-daUar basis, must be acceptable to and approved by the City. �2. City, at its sole di�crei�o:n, xeserves the right to review the insurance requirernents and to make reasonable adjust:ments to insurance coverage's and their liu�its vvhen deemed necessazy and prt�d�nt by the Giry based upon changes in statutary law, court decision ar the clairns histary of the industry as w�ll as of the contracting party to the City. The City shall be required to provide prior notice of 90 days, and the inst�t-ance adjustrnents shall be incorporated inta the Work by Change Order. 13. City shall lae entitled, upon written request anc� without e�pense, to receive copies �f policies and endorsemenis thereto and may make any reasonable requests for deletion or revision or mndiFicatic�ns of particular poIicy terms, canditions, lirrdCations, ar exclusions necessary to canform the po�icy and endorsements ta the requirements of the Contract. Deletions, revisions, or madi£ications shall noC be required vvhere policy provisior�s are establis�ed by ]avv or regulations bmding upan either party or the vnderwriter on any such policies. 14. City shall not be respans�le for the clirect pay�nent of ir�surance premiurr� eosts far Contractor's iris�u-ance. 5.04 Contractor's Insrrx-azzce A. Workers Cornper�s�tion and Employers' Lrabrlity. Contractor shall purchase and maintain sucl� insvrance coverage with litnirs cons�stent with statutary benefits auilined in the Texas V�Iorlcers' Campensat�on Act (TexasLabor Code, Ch. 406, as amended), and i�in9murn limits for Emplo�ers' Liability as is appropriate for the �1Vork being p�r�'ormed and as vvill provide protectaan from claims set forth below which �may arise aut a£ or result from Contractor's performance of the VL�ork and Contractor's other obligations under the Contract Documents, whether rt is tn be performed by Contractor, any Subcontractor or S�pplier, or by anyone direetly or indirec�.y employed by any of Phem to perforrn any of the �Iork, as by anyone %r whose acts any of them rr�ay be liable: 1. claitris vnder vvorkers' compensation�, disability ben�fits, and ather sirivlar emplayee benefik �GtS; 2. claims for damages because of bodily injury, occupational sickness or disease, or death of Contractor's employees. B. Coxrlrnercial General Liability. Coverage shall inclucie but not be limited to covering liability (l�odily injtzry or praperty damage) arising frorn: premisesloperatioras, aradependent contractflrs, productslcampleted aperations, persanaI injury, and lia}�ility under an insured contract. Insurance shall he pravided on an occrarrence basis, and as comprehensi�+e as the current Insurance Services O£fice (ISO) policy. This �nsuranc� shall apply as primary insurance with respect to any other CI"�'Y flP FpRT WORTH STANI]A1217CpN5TRllCTION SPECIF{CATION DOCUMEIVTS Revisio�: B�L�(l'Ll oo7zao-� GENEf2ALCONaITION S Paga 19 af fi3 ins�'ance ox self-iurasurance programs a�for�ed to the City. The Commercial GeneraT Lia.bility policy, shall have no exclusions by endorsements that wouId alter of nu�lify premisesloperations, products/completed operations, con�ractuaI, personal inj�ry, ar advertisirzg u�jury, which are normally contained with the palicy, un�ess the Czty approves such exclusions in vvriting. Far construction projects that present a substantial completed operation exposure, fhe C�y may requir� the contractar ta znaintain completed aperations coverage for a minimum of no less than tY�ree (3) years follawing the completion �f the project (�' identified in the Supglemeniary Conditi�ns) . C. Autorrrabrle Liability. A comrn�rcial business auto policy sha11 pro�ide coverage on "any auto" , defirjed as autos awned, hired and �on-owned and provide indemnity fnr claitns %r damag�s beca�se bodily injury or death of any person and or property damage arising aut oi th� work, ma9ntenance or use of any rnotor ve.hicle by the Contrac�or, any Subcontraclar ar Supplier, or Y�y az�yone directly or indirec�ly employed by any of them ta perform any ai the Work, or by anyane for whose acts any of them may be Iiable. D. Railroad Protectiv� Liabrlrty. If any af the work or any vvarranty vvork is wikhin the limits of railroad righC-of-way, the Coniractor shaIl comply with the requirements identiiied in tt�e 5upplementary Cc�ndztions. E. Notificatzor� ofPolrcy Cancellation: Contractor sha�l irrunediately natify City upan cancellation oz' other loss af insurance ca�erage. Contractar shall stop work uniil replacement insurance has been procured. There shall be na tun� credit far days not worked pursuant ta this section. 5.05 Acceptance ofBondsandlr�suz�ar�ce; Optzon to Replace If Ci�y has any objecfiion ta �he coverage afforded by ar ather provisions af the bonds or insurance required to be purchased and zxaaintai�ned ioy the Contractor in accordance with Article 5 an the basis of non-conf'oxmance with the Contract Docum�nfis, the City shall sa natify the Contractflr in writing within 1� Business Days after receipt oi th� certificates (or other evidence requested). Cantractor shaIl pro�ride to the Gity such additional information in re�pect af �rasurance provided as the City may reasonably request. If Contractar daes not purchase or maintafn all of the bonds and insurance required by the Contract Documents, tl�e Caty shall notify the Contractor in writing af such failure prior to the start af the Work, oar of such failure to maintain prior to any change in the required coverage, ARTICLE 8 - CONTRACTOR'SRESPONSISILITIES 6.01 5crpervrsion andSuperintendence A. Contractor shalI superv�se, inspect, and direct the Work competently and efficiently, devoting such attention thereta and applying such skills and e�pertise as may be necessaryto perform the Work in accordance with the Cazatract Documents. Contractor shall be solely responsible far th� means, zz�.ethods, techniques, sequences, and pracedur�s af construction. CITY OF FDRT WDRTH ST1�.NDARDGONSTRUCTIQN SPECIPICA'CIbN T]OCC.INIENT5 Revision: &�1Z1 oo�zaa-i GENERAL�dN�ITIONS Page 20 of 63 B. At aIl times during the progress af the Work, Contractor shall assign a connpetent, English- speaking, Supermtendent wha sha11 not be replaced withaut written notiee ta City. The Superintendent will be Contractor's xepresentative at the Site a:nd sl�,all ha�e authority to aci on behalf of Cantractor. All cammunicatian gzven to or received frorn fihe Sup�rintendent shall be bit�ding an Contractar. C. Contractor shaIl notifiy the City 24 hours prior to moving areas during the sequence of canstruction. 6.02 Laboz;' Workir�gHours A. Contractor shall pr.ovide competent, stutably qualified personnel ta perfarm construction as requ�ed b�r the Cantract Do�umen�s. Con�racror shal� at all times rnaintain goad d�scipl�e a�d order at the 5ite. B. Except as otherwise required for the safety or protection af persons or the `lL�ork or property at the Site or adjacent thereto, and e�cept as otherwise stat�d ui the Contract Documents, all Work at th� Site shali be pexfoz�nned during Regu�ar Working Hours, Contractor will not permit the perfarmance of �1V�rk beyond Regcalar Workirig Hovrs or for Weekend �14Torkir�g Hours without City's written consent (which will nat be unreasonably v�irhheld). Written request (by letter or electron% commun�catian) ta perform Work: 1. for beyond Regulas' VVorking Hours requesY must be made by noon at least tvvo (2} Business Days �rior 2. far Weeicend Wozking Hours request must be znade by noon of the preceding Thvrsday 3. for ]egal ha3idays request must be made by noon two Business Days prior to the legal holiday. 6.'03 Servrces, Materials, and Equiprrl�nt A. Unless atherwise specified in the Cantract Dncurnents, Contractor shall provide and assume full responsihility far all services, materials, equipment, ]abor, tran5portatian, construction eqwipment and machinery, tools, appliances, fuel, pawer, ligY�t, heat, telephon�, water, sanitary faci�ities, temporary faciiities, ancl alI other facilirYies and inicidentals necessary for the perfarmance, Contractor required testing, start-up, and comple�ion af the �ork. B. AIl rnater�als and equipment iricarporated into the Wark shall be as specified or, i� not specifiec�, shall be of good quality and new, exceptas otherw�se provided in the Co�tract Docum�nts. AlI special warran�ies and guarantees required by the 5peczfications shall expressly run to th� benefit of City. If required by City, Contractar shall fiu�nish sak.isfactory evidence (including reports af required tests) as io the source, kirid, and quality of materials and equipment. crrYo� FaR� wo�z� STAnI�ARDC01�5TRL[CT[ON SI'ECICICATION I]OCU�vIE�CTS Revision: ��121 ao7zoo-� GENERALCONOITIQN 5 Page 23 of 63 c) whether incorparation or use of the proposed substitute item in connectioz� with the Work is subject ta paytxzent of any license fee or roya�ty; and 3) will identify: a) all variatians of the pcaposed substatute item from that specified; 1�) ava�lable engineerirzg, sales, ma.intenance, r�pair, and replacerrient services; and 4} shaSl contain an �temized estimate of all casts ox credits that wilI result directly or indirectly from use of such su}astitute item, including costs of redesign and Damage Clairns of other contractors affected by any resulting change, B. Subsiitute Constructio�Methods orProcedures: Tf a specific meaz�s, znethod, technique, sequence, or procedure ai construction is expressZy req�ired by the Con�ract Documents, ConCractor may furnish or utilize a substitute means, method, technique, sequence, or proe.edure af constructian approved by Czty. Contractor shall submit sufficient infoxnnation to a1Iow City, in City's soIe discretion, to determine that the substitute proposed is equivalent to that expressly called for by the Contract Documents, Coniractor shall make writtan application to City for review in t�ie sam� manner as those grovided in Paragraph 6.05.A.2. C. City's EvalUatron; City will be aIlowed a reasonable tirr�e withiri which to evaluate each pxaposal or submiftal rnade pursuant to �aragraphs 6,05.A and 6.05.B. City may require Contractar to furnish additional da�a about the propos�d Substitute. City will be the sole jt�dge of accegtability. No uor-equal" or substitute will be orderec�, ir�stalled or utilized unt�l Crty's review is campl�te, which will b� evidenced by a Change Qrder in the case of a substitute and an accepted Submittal for an 'br-equaI. " City wzll advise Contractor in writing of its determirxation. D. Specral Guarantee' CiCy may require Conlsactor to furnish at Contractor's e.xpense a special performance guarantee, warranty, or othar suretywith respectto any substitute. C�ntractnrshall 1n demniiy an d hold harrr�I�ss C.rty ar�d anyone directly or ir�d irectly employed by them �'ra rzz and agarnst�ar�yandall claims, damages, losses and expenses �nclrrdnagatto.rr�eys%es% arr,sir�goutof the vse ofstrbstituted materlals or equxpmer�t. E. City's CostReimbursemen�: City wzll. recor� City's costs in evalt�ating a substitute propnsed ar submitted by Contractar pursuaa�t to Paragraphs 6.05.A.2 and 6.Q5.B. Whether or not Czty approves a substitute so proposed or submitted by Contractor, Contractor znay be required ta reimburse City for evaluating each such proposed substitute. Cornractar may alsn b� requared to reunburse Gity for the charges for making changes in the Cantract Dacuznents (ar in the provisions of any other direct can#ract vtrith CiLy) resulting fram the acceptance of each proposed substitut�. F. Contractor's Exper�se: Contractor shall provide a1l data in suppart of ar�y proposed subst�tute or "or-equal" at Contractar's expense. crrY o� FORr wa��rx STANDARDCdf�STitUCT[ON SPECIFICATION D�CUMENT� Revision: $�2021 007200-1 GENERAL CONDI7I�N 5 Page 24 of 63 G. CitySubsiituteReimbursemen�: Costs (savings or charges) at�ributable to acceptance of a subs�.tute shall be incarporated to the Gontract by Change �]rder. H. Time Extensior�s No addikionai time t�ri11 be granted for substitutions. 6.06 Cor�cerning Subcantractors, Srrpplrers, and C�thers A. Contractor shall perform vcrith his own organuzation, work oi a vaiue not less than 35% of the value emlaraced on the Contract, unless otherwise approved by the City. B. Cantractor shall not employ any 5ubcontractor, Supplier, or ather indzvidual or entity, whether inytially or as a replacement, agai�nst wham City may have reasonable oiojecti.on. Contractor shall not be required to ernplay any Subcontractor, Supplier, ar oth�r individual or entity to furnish or perfarm any of the Work against whom Contractor has reasonable ohjection (excluding thase acceptabTe to City as indicated in Paragraph 6,06.C). C. The City may fram time to time require the u.se of certain Subcontractors, Suppliers, or ather individua�s or entities on the project, and will provide such requirement� in t�e Supplementary Conditions. D. NlinorityBusinessEr�terprrse Complza�ce: It iS City policy ta ensure the full and equitable participation by Minority Susiness Enterprises (�IZBE) in the procurement of goods and serviees on a cantractual basis. Tf the ContracY Dacuments provide far a MBE goa1, ContractQr is required to comply with the intent o� the City's MBE Ordinance (as amended) by the �ollawing: 1. Contractor shall, upon request by City, pravide complete and accurate information regarding actual work performed by a MBE on the Cantract and payment therefor. 2. Cantraetar w�.l not make additions, deletions, or substiiutions of accepted IVI�E without written consent of the City. Any unjustified change or deletian shall be a material breach af Gontract and may result in debarment i�n aecordance with the procedures rn�tlined in fihe Ordinance, 3. Contractor sha�l, upan requestby City, aIlow an audit an�ilor exarnrna�i�n of anybooks, records, ar files in the possessian of the Cor�tractor that will substantiate the actual work per£orzned by an MBE. Material misrepresentat'ron of any nature wiil be grour�ds iar termination of the Contract iri accordanc� with Paragraph 15.02.A. Any such rr�is�representatian may be grnunds far disqualifzcat.�on of Contractor to bid an future contracts with fihe City for a peri�d of not less than three years. E. Contractor shall be fu�ly responsibie to City far all acts and omissions a£ the Subcnntractnrs, Suppliers, and other individuals or entities performing or furnishing any of the Work just as Cnn�ractor is responsible for Contractor's own achs and nrrvssiflns, Nflthing in the Contract Dacuments: CITYDFFORT WQRTH 5TA]VI)ARDCONSTRUCI'IQN SPECI�ICATIdtV I]OCU1vIENTS Revlsion: 8�2�f'�1 00 7z ao - � G�NERaL coNoIrIQN s Page 25 nf 63 I. shall create for the benefit of any such Subcontractor, 5upplier, or othez indi�idual or entity any cantractual relationshfp between City and any such Subcontraetor, 5upplier or other nndividua � or entity, nar 2. shal� create any obligation on the gart o� C�ty to pay or ta see to the payment of any moneys due any such Subeantractor, Su�plier, or other inc(ividual or entity except as may otherwise be required by Lav�s and Regulations. �'. Contractor shall be soIely responsiJ�le for scheduling and coordinati�g the �]Vork af Subcontractors, Suppliers, and ather indi�iduals or en�ities performing or fiarnishing any of the Work under a direct or ind�rect contraet �vith Contractor. G. All Subcontractors, Suppliers, and such ather indz�a.duals or entities performing or furnishing any nf the Work shaIl communzcate with City throtigh Contractnr. H. AIl Work perfarzned for Cantractor by a Subcor�tractor or Supplier will be gursuant to an agpropriate agreement between Contractor and th� 5ubc.ontractar or Supplier which specifically binds the Subcontractor or Sapplier to the applicable terms an.d conditions of the Con�ract Documents for the benefit of City, 6. 07 Wage Ra tes A. Duty to pay Pr•evarling Wage Rates. The Canlsactor shall camply wi.th a11 req�irernents of Chapter 2Z58, Texas Goverrtment Code (as amended), including th� payment of nat less than the rates deterznined by the City Council of the Cify of Fort Worth to be the prevailing wage rates in accordance wirh Chapter 2258. Such prevailing wage rates are included in Yhese Contract Documents. B, Per�altyfor 1/iolation. A Cantractoz' or any Subcontractor who does not pay #h� pr�vailing wage shall, upan iiemand made by the City, pay to the City $60 for each worker employed for each calendar day or part of the day that the warker �s pai.d �.ess than the prevailing wage rates stipulated in thsse cantract documenYs. This penalry shall be retained by the City to offset its administrative costs, pursuant to Texas Go�ernment Code 225$.Q23, C. Complarnts of Violations ar�d G�ty Determr�za�ion af Good Cause. On receipt nf informatian, including a camplaint by a warker, eoncerning an alleged vialatian oi 22a8_023, Te�s Governm�nt Cc�de, by a Contractor ar Subcontractor, the C�y shall make an initial determination, before the 31st day after the date the City r�c�ives the infarrna#ion, as to whether good cause exists to believe that the violation occurred. The City sh.all notr`fy in wriYing the Cantaractar or Subcontracfior and any af%cted warker of �ts iniSial determination. Upon the City's determinatian that there is good cause to l�elieve the Contractor or Subcontractor has violated C�iapter 2258, the City shall retain the full amounts cfaimed by the claimant or cla�nants as the differenc� betv�reenwages pa:id and wages due tynder the prevailitZg �tvage rates, such amounts being subtraeted from successi�re progress payments pending a final deterrninatian of the vialation. CITY OF FORT WORTH STANllARllGONSTRGCTION SPECIFICATION DpCLIMENT`5 Reviston: W'I.3�OZ1 oo �a oa-� GEN�RALCON�ITIONS Page 2$ of fi3 D. Arbitration Requrred.if V.ro.latio� NotResarved. An issue relating to an alleged violafiian ai S�ction 225$.023, Texas Governrnent Code, zncluding a penalty owed ta the City or an affectedworker, shall be subrnitted to binding ar6itration in accordanee with th� Te�s General Arbitration Act (Artzcle 224 et s�q., Revised Statutes) if the Cantractor or Subcontcactor and any affected vclorker does nat resolve the 9ssue by a�eementbefore the 15Ch day afterthe date ihe City mak�s its initial determinatian pursuant ta Paragraph C above. If the persons required to arbitrate under this sectifln do not agree on an arbitrator before the 11th day aft�r the date that arbitration is required, a district e�urt shall appoint an arbiCrator on the petifi.ion of any oi the persons. The City is not a party in the arbitration. Th� d�cision and award of the arhitrator is �inal and binding on all parties and may be enforced 7ir� any caurt af competent jurisdicCion. E. Kecords to 6e Maintair�ed. The Cantractor a�d each Subcontractor shall, for a period of three (�j years following the date of aeceptance of the work, naaintain records that show (i� the name and occupation af eack� worker employed by the Contractor in fhe e4nstruction of the Work provide d for in ihis Contract; and (ii} the actual per diem wages pafd to eaehworker. The records shall b� open at all reasonable hoTars for inspec�on by the City. The pr�visions of Paragraph 6.23, Ri�ht to Audit, sI�all perEain to tl�is �spection. F. Progress Payments. VSlith each pragress payment nr payroll period, whichever is Iess, the Contractor shall su}�mit an af'fidavit stating that the Contractor has cbrnp�ied with the requiremtents af Chapter 2258, Texas Gc�verr�ment Code. G. Postrr�g of Wage Rates. The CQntractor shall post prevailing wage rates in a conspicuous place at all times, H. Subeor�tractor Co.rnpliance. The Contractar sha�. inelude 3n its suheont�acts andlor shall otherwise requir� aIl oi its Subcontractors to camply with Paragraphs A through G above. 6.0$ PatentFees and Royaltres A. Contractor shall pay aIl license fees and royalties and assume all costs mcident to the use in the �aerfarmance of the Work or the incorporation in the Work of any inventian, desi�m, process, product, or device which is the sub�ect of patent rights or copyrights held by akhers. If a particvlar inver�#ian, design, process, product, or device is specified in trie Contract Documents for use in the perfarmance of the �1Vork and if, to the a�tual kn4wledge of City, �s use is subject to patent rights ar copyrights calling �'or the payment of any license fee or royalty to others, th� ��stence of such rights shall be disclased by City in the Conlract Dacuments. Failure of the Czty to disclose such information does nat relieve the Cantractor irom its abligations to pay far the use of said fees ar royalties to others. B. To the fullesi extent permitted by Laws and Regulatrons, Cor�traetor s,ha.11 zndemrizfy ar�d hold harmless C.rty, fz-amand againstall clairrzs, costs, lasses, ar�d damages (rncludxngbutr�otlimited ta all fees and charges of er�gzneers, architects, attorneys, ar�d other pro%,ssiona.ls ar�d alI court or arbitration or ather dispute resolution costs� ariszng out af or relatirlg ta ar�y infringemet�t of pater�trights or copyrighis incident to the use in the performance afthe Work orresultirtgfram crrY or ro�� woRTx STANDARDCONSTR[]CTION SPECir[CATION DOGl1MEI�iTS Revision: �'dD21 007200-1 GEN�RALCON�ITIqNS Page 27 of 63 theincorpqrationrn the Work ofanyrnvention, design process, product, nrdevrcenotspecz�xed in the ContractDoct�rrzents. 6.09 Per.r�zits �nd Utrlrtr`es A. Contractor obtained permits and licenses. Contractor shall obtain and pay for aIl construction permifs and licenses except those provi�ded for in the 5uppl�mentary Conditions ar Contract Documents. City shall assist Contractor, when necessary, iri obtaitung such perrni�s and Iicenses. Contraciar sl�a3l pay a�[ governmental charge5 and inspectian fees n�cessary for the prasecutian of the Work whick� are applicable at the time ot' apening of Bids, or, if there az'e no Bids, on the Eifecti�ve Date of the Agreement, except far permits pravided by the City as specified in 6.09.8. City shall pay all charges of uti3ity owners for cannecfiaans for pra�iding permanent service ta the Work. B. Clty obtainedpermits and licenses. City �ill obtain and pay for aIl parrnits and licenses as provitie d for in the Supplernentary Conditions or Contract D�cuments. It wiil b� thQ Cantractor's respanszbiIity to carry �ut the provisions of the parmit. If the Contractoar i�ztiates changes to the Cantract and the City approves the ehanges, the Contractar is responsible for obta'rning clearances and coordinafing with th� appropriate regulatory agency. The City will not reimburse the Contractor %r any cc�st assnciated with these requireinents of any City acquired permit. The following ar� permits the Czty wxll obtain �required: 1, Te�aS Depart�rnent of Transportation Periruts 2. LJ.S. Army Corps of Engineers 1'ermits 3, Texas Corr�ti�.ssion on En�ironmental Quality Pern:uis 4. Railroad Company Permzts C. Outstar�ding permits a.�d licenses. The Ci�y anticipates acquisition oi andlor acc�ss to per�nits and Iicenses. Any outstanding permits and 1%enses are anticipated ta be acquired in accordance wi�h the schedule set forth in the Supplernentary Conditi�ns, The Project Schedule subrnitted by the Contractor in accardance with the Contract Docvments must consider any outstanding permits and I�censes. 6.10 La u(s an d Regulatror�s A. Contractor shall give all nonces required by and shall comply with aIl Laws and Regulatic�ns applicable to the performance of the Work. Except where otherwise e�ressly required by applica�le Laws and ReguIafions, the City shall not be responsiIale for monitorzrzg Cantractar's compliance vcrith any Laws or Reguiakions. B. If C.ontractor performs any Work knQ�ving or haVing reason to know that it i� contrary ta Laws or Regulatior�s, Contractar skzal� �ear all claims, costs, losses, and damages (including b�t not limmited to aIl fees and charges of engineers, architects, attorneys, and other pro%ssionals and all C1TY OP FQRT WOR'i'H STANDARDC�NSTRUCT[�I� SPECIF[CATIbN b(7CLlMENTS Revision; 8�21 ao �z oa - i GENERAL COND1710N 5 Page 28 of 63 court or arbitratian or other dispute resolution costs) arising out of or relating to such VL�ork. However, it shall not be Coniraetor's responszbility ta znake certain that the Speciffcations and Dr�wings are m aecordance with Laws and Regul�ations, but this sha�I not relieve Contractor of Contxactor's obliga#ions under Paragraph 3.02. C. Changes in Laws or Regu�ations not lcnown at the time oi openuig of Bids having an effect on the cast or t3me af performance of the Work rr�ay be the sula�ect o�' an adjus#ment in Contract Przce ar Cantract Time. 6.11 Taxes A. On a canlract a�nrarded by the City, an organization which qualifies for exemption pursuant ta Texas Tax Code, Subchapter H, Sectians 151.301-335 (as amended), the Contractor may pnrchase, rent or lease all materials, supplies and equi�ment used or consumed in the perfarmance of thi.s contract by i�suin� to his suppliar an exemption cert�icate in lieu of the tax, �aid exemption certificate to comply with State Comptroller's Rulmg .007. Any such e�emption certifzcate issued ta the Contractor in lieu oi the tax shall b� subject to and sha�l comply with the pravision of State Comptrolier's Ruling .Qll, and any other applicable rulings pertainang to the Texas Tax Code, Subchapter H. B. Texas Tax permits and information rnay be obtained from: �.. Comptroller of Public Accovnts Sales Tax Division Capitol Stat'ron Aust�n, TX 78711; or 2. httpfl•=Tw��v.win�ow.state.tx.us/ta�fo/ta��rms193-forms.html 6.12 Use ofSite andOther-Areas A. L.rrnita tioz� on Use of Site and Oth er Areas: Contractor shall c�nfine constructian equipmant, the storage of materials and ec�uipment, and the operations of workers to the Site and other areas permitted by Laws and Regulations, and sha�l not w�r�asonably encumber the Site and other areas with canstruction eguipment or ather mater9als or equipment. Contractor shaIl assume full responsibility for any darnage to any such land or area, or to the owner or occupant thereaf, or af any adjacent ]and ar areas resultang from the performance of the Work. 2. At any time when, in the judgment of the Ci�y, the Cantractor has obstructed or closed or is carrying an operatians in a p.artion af a street, right-of-way, or easemer�t gxeater than �s necessary for proper e�ecution of the Work, the Crty rriay require the Contractor to finish the sect%n an which operations are in progress before work is commenced on any additional area of the Site, C1TY OF FpRT WQRTH STANDARI7CONSTRUCTION SPECIFICATION DQCLTMENT3 Revision: 8'"Li�21 0� 72 40 -1 GENERALCON�IT10�15 Page 29 of fi3 3. Should any Da�nage Claim be rnade by any such owner or occupant because of the performance oi the �]Vork, Gontractor .shall promptly atternpt to re.solve the Dam�ge Claim. 4, Pursu�nt to Paragraph 6. Z1, Contractor shall indemnifyand hold harmless City, fr•�m ajzd against all elaims, cnsts, losses, and dam�ges arisingout ofor relat�ng to any claim or action, Iegal �r equitable, braught by an.y such avmer or accup�rzt agaznst C.rty. B. Remaval of De6ris Durrng Performa�ce of the Work: During the progress of the Work Contraetor sha�l ke�p th� 5ite and other areas free from accumtrlations af �craste materials, rubbis h, and other debris. Removal and disposal of such vvaste rnateria�s, rubb�sh, and other debris sl�all canfarm to applicable Laws anci Reg�ulations. C. S.rte .N�a.r�tenar�ee Clearlrng.• 24 hnurs after written r�otice is giv�n to the Contractar that fihe clean-up on the jab site is proceeding in a mann�r unsat�sfactory to the City, if the Contractor fails tn cnrrect the unsatisfactory pracedure, the City may take such direct acfion as fhe City deems appropriate to correct the clean-up de£iczencies cited to the Contractor in the written nn�ice (by letter or elec�onac coz�munication), and the costs of such diract action, plus �5 % af such costs, shall be deducted from the monies due ar to bacome due to the Contractor. D. Fzr�al Srte Cleaning: Prior to Final Acc�ptance of the Work Contractor st�aJl cJean the Site and the Work and make it ready for utilization by City or adjacent groperty owner. At the completion nf the Work Con�ractor sha11 rernove from the Site aIl tools, appliances, constr�c�ian eqt�iprnent and machinery, and surplus zz�ateri�als and shall restore to arigirial condition or better all property disturbed by the Work. E. Loading Structures: Contractor shall not laad nor perrru� any part o�' any s�ructure to be loaded in any manner that will endanger the structure, nor shall Contractor subjeet any part of the Work or adjacent property tn stresses or pressvres that will endanger it. 6.13 Recard Da cumen ts A. Contractor shali maintain in a safe place at the Site or in a place designated by the Contractor and appraved by the City, one (1) reeord copy nf all Drawings, Specificat%ons, Addenda, Change Orders, Field Orders, and vcrritten interpreta�.ons and clarifications in good order and annotated to show changes made during construction. These recard documents together with all appraved Samples and a counterpart of all accepted Subz�r�ittals will be available to City for reference. Upon cornpletion of the Wark, these record dacuments, any operatian and maintenance manuals, and Submittals will be delivered to City prior to Final Inspect�on. Contractor sha�l include accurate locations for buried and imbedded items. 6,14 Safety and Protection A. Contractor shaIl be solely responsible fior mitiating, maintaining and supez�vis�u�g a1l safety precautions and programs in connectian with the Work. Such responsibiiity does not relieve Subcontractors of their respon.sibility for tk�e safety of persons or property in the performance nf their wark, nor for compliance wiY]I applicable safety Laws and Regulations. Contractor shall crrYOF ro�T woxTx STANDAi2DCONSTRIICTION SPEC[�'ICATION DpCllMENTS Revision: 8!'�,i+7A21 oaTzoo-� GENERALCONDITIQh15 Page 3.0 of 63 take all necessary precautions for the safety of, and shall provide the necessary prot�ctinn to prevent damage, injury or loss �o; 1. alI persons on the Site or who �xiay }ae affected by th� �Vark; 2. all the Work and rna.ter9als and eq�r'rpment to be incorporated �herein, whether in s�.orage on or oif th� Sit�; and 3. other property at khe 5ite or adjacent thereta, including t�ees, shrulas, ]av�r�s, wall�, pavements, roadways, 5fi'UCtllT85, utilities, and Undergraund Facilities not desigzaated %r retnc�craI, relocation, or repl�cement in the course of constrt�ction. B. Contractor shaIl camply with all appiicable Laws and Regulations relating to th� saf�ty of persons or property, or to the prot�ctian of persons ar property fram damage, injury, ar Ioss; and shall erect and mamtain all necessary safe$uards far such sat'ety and protection. Contractor shali notiFy owners of adjacent property and of Underground Faciiities anci other utility owners when prosecution of the Work rr�ay aifect them, and shall coaperate with them in the grotection, remo�al, relocation, and replacement af their property. C. Confiractar sha]j comply vvith the appficable requ9rernents af City's sa%ty programs, i� any. D. Cantractar sha�l in�'orm City of the speci�ic requirements of Con�ractar's safety program, if any, with which Czty's employees and representatives must cornply vv�iile at the Site. E. All damage, injuty, or loss to any property referred to in Paragraph 6.14.A.2 ar 6.14.A.3 caused, directly or uidirectly, in whole or m part, by Contractor, any Subcantractor, Supplier, or any other individual or ent�ty direckly or indirectly employed hy any of fhem to perform any of the �IVork, or anyone for whase acts any of tk�em may be liable, shall be remedied by Coniractar. F. Contractor's dt�ties and responsibilities for safefy and far pratection of the Wnrk shaIl continue until such tirne as all the �1Vork is campleted and City has accepted the Work. 6.15 SafetyRepr-esentative Contcactor shall inform City 9n writing of Conlractar's designated safety representat�rre at the Site. 6.1 fi Hazard Communication Prograrr�s Contractor shall be responsible far coordinating any �xchange of material safety data sheets ar other hazard communicatian information req�.t3red to he made available to or exchangeci between or anaang employers in aecardance with Lavcrs or Reg�.�lations. 6. J.7 .�'mergenc.ies ax�d/arRecti�cation A. In emergencies affecting the safety or protec�ion of persons or the �ork or property at the 5i�e or adjacent thereto, C�ntractor i� obligated ta act to prevent threatened damage, injury, or loss. Contractar shall give City prampY written notice if Contractor believes that any sig�icant C1TY OF FORT WORTH STANDARDCONSTRUCTION SPECTFICATION DOCiIMENTS Revlslan: &�i�2021. 007200-1 GEN�RAL CON�ITION S Page 3I of 63 changes in the Work ar varia�ns fram the Contract Doct�rnents have been caused thereby or are required as a result tk�ereaf. If Ciiy determines thar a change in the Contract Documents is r�quired because of the action taken by Contractor in response ta suc.h an em�rg�ncy, a Change Order may be issued. I3. Should the Cantractor iail to respond to a request from the City to rectify any discrepancies, omissions, or correction necessary to conform with the re.qturements of the Contract Documents, the City shaIl give the Contractor written notice that such work ar changes are to be per%rmed. The written natice shall darect attention to the discrepant condition and request ihe Contractor to take remedial actzon to correct the cand'tTion. In the event the Contractor does not take positive steps to fttlf'i11 this wriiten request, or dpes nat shaw just cause far not taking the praper act�an, wiihin 24 hours, the City rt-�ay take such remedial aciion with City forces or by contract. The City shall deduct an amount equal to the ent�re ca5ts �or such remedial action, plus 25%, fram any funds due or became due the Contractor on th� Projact. 6.18 Submitta ls A. Cantractor sYzalI submit required Submittals to City %r review and acceptance in accordazace with ihe aecepted Sched�le of Subrnittals (as required by Paragraph 2.07) . Each submittal will be identified as City may require. 1. Submit number of copies specified in fhe General Requirements. 2. Datashown on the Submrttals will. be camplete with respactto quantities, dirnensions, specified per:forznance and design criteria, materials, and sirru3ar data to show City the servzces, nrtateri,als, and eqtupment Contractor proposes to prflvide and to enable Ci�y ta review the information fnr the Ii�ruted purposes required by Paragxaph G.l.$.C. 3. Submittals submitted as herein prav3ded by Contractor and revievved by City for cont'ormance with the design concept shall be exeeuted in conf'ormtty with the Contract Doeuments unless atherwise required by City. 4. Wk�en Submi.ttals are subrnitted for the purpose oi showing the installation in g,reater detail, the�r review shall not excuse Cnnfiractor irom requirements shown on the Draw�gs and Speci�ications. 5. �'ar�Information-Only submittals �pon whz.ch the Czty as not expected to conduct re�view ar take respansi�e action may 1�e so identified in the Contract Documents. 6. Submit required number of Samples specif�ed in the Spec�ications, 7. Clearly identify each Sample as tfl mat�rial, 5upplier, pertinent data such as cataJag nurz�bexs, the use for vvhich intended and other data as City may require to ez�able City to review tY�e suhmrttal for the limited purposEs required by Paragraph 6.1$.C. C1TY OF FORT WQRTH STANDARDCOh�STftIICT[03V SPECIFICATION DQCIIMENTS Revision: S�'1.3�2ffZ1 uo �a oo - i G�NERAL GON�ITION 5 Page 32 of 63 B. Where a 5ubmittal is reqtz�'ed by the Contract Dacuments or the Schedule of Sub�nittals, any related Work performed prior to City's review and acceptance of the pertinent submittal will be at the sale e�pense and responsib�ity of Contractflr, C. Cily'.s �evier,v: 1. Ciry will provide timely review of reguired Submittals in accordance with the Schedul� of Sul�mitials acceptable to City. City's review and acceptanc� will be only to determane i£ the itezns covered lay the subrrdttals will, after installation or irxcarporation in the VLlork, conforrn to the informa�ion gi�en in the ContractDocuments andbe compatible wirh th� design concept nf the cornpleted Pro�ject as a functioning whol� as indicated by the Contract Dacuzn�nts. Z. City's review and acceptance �vill not extend to means, m�thods, techniques, seque�cas, ar pracedures of const�uctian (exc�pt where a particular means, method, technique, sequence, c�r procedure of constr�ction is specifically and expressly ealled itar by the Co�tract Documents) or to safety precau�ions or pr�grams incident thereto. The revi�ew and acceptar�e of a separate i�em as such wi31 not indicate approval of the assembly in which the itean functians. 3. City's review and aceeptance s�all nat re�ieve Contractor from respans�bility for any variatian fram the requirements of the Confract Document� unless Contractor has co�rn.pl�ed with the requirements of Secti.on O1 33 00 and City has gi�ren written aeceptance af each such variation by spec9£ze written notation thereof incorporated an or accompanying the Submittal. City's review and acceptance shal� not relieve Contractor from respansibi�ity ior complyirig with the requirements of the Cantract Dacum�nts, 6.19 C�r�trnu�ngthe Wark Except as otherwise provideei, Contractor shall carry on the 'L]Vork and aclhere to the Pro1ect Schedvle during alI disgutes or d�sagreements with Ciky. No Wark shall be delayed or postponed pending resolntian of any disputes or cUsagreements, except as City and Contractor may othervs+ise agree in writing. 6.2Q Cantractor's General Warrantyand Guara.�tee A. Contractor warrants and guarantees to City that all Work will be in aecordance with the Contraet Documents and wilI not he d�%etive. City and its officers, directors, members, partners, emplayees, agents, consultants, and suhcantractors shall be entitled to rely on representation af Contractor's warrani.y and guarantee. B. Contractor's warranty and guarantee heretinder excl�tdes defects or damage caused by: 1. abuse, rnodificat�on, or i�mproper mait�tenance or operation by persons other than Contractnr, Svbcontractors, Suppl�ers, or any other individual or entity for whom Contractor is responsible; or CTI'Y OF I'�RT WDRTH STAI�TDARDCOiJSTRIICTIQN SPEC[FICATION DOCL3MENT5 Revisian: �+`l�PA21 � 007200-1 GENERAL C(]Ni] I710N S Page 33 of 63 2, narmaI wear and tear tulder normal usage. C. Contractar's obJzgation to p�rform and cnmplete the Work in accordanee wifih the Confi�act Documents shall be absolute. Nnne of the following will constitute an acceptance af Work that is not in accordance wfth the Contract Documents ar a release of Confractor's obligation to perform the Work in accordance with thc Contract Docurnents: 1, observations by City; 2, recomtnendation or payment by City of any progress or final payment; 3, the i�suance of a certifieate of F'rnal Acceptance by City or any payment related there#o by City; 4. use or occupancy af the Work or any part thereof by C�ty; 5. any review and acce�tance o� a Subz�nzttal by City; 6. any inspection, test, ar approval by others; or 7, ar�y earrectian of defectrve Work by City. D, The Contractor shall remedy any defects or damag�s in the Work and pay far any damage to ather work or property resttlting therefrom which sha�l appear within a period o� two (Z} years from the date nf �'inal Accepta�c� oi the Wark unless a langer periad is speciiied and shall furnish a good and sufficient maiz�tenance bond, complying �nrith the requirernents of Articl� 5.02.B. The City will give notice of observed de�ects with reasonabie prompmess. 6.2I Tndemni.ficatian A. Gnntxac#or covenants and agrees tn indemnify, hold harinless and de�end, at its own expense, the City, its o�ceis, servants and emplaye es, from and against any and all clairr� ari5ing out of, or alleged ta arise out of the �vork and ser�ices to be perforined by the Contraetor, its afficers, agents, employees, 5L1�]COI1tY"dC�0Y5, licenses nr invitees under th�s Contrac�. THIS INDEMNTFTGATInN PR[]Vi�i[]N TS �PF.['TFT['Ai.T.YTNTF.NT]F,l� TO OPERATE AND BE EFFECTIVF: F.VFN TF TT TS T.T.F,C�FD OR PRO .N THAT A.. OR SOME (]F THF. I]AMAi'TF.S RF.�NG SO H .R . A 1SFD. TN WHO ..OR �N . This inde rnnity provisinnis intended to include, wi.thout limitation, indemnity for casts, expenses and legal fecs incurred by the City in defending against such clairns and causes of acfiions. B. Contractaz�covenantsandagreestoindemiiifyandholdharmless,atitsownexpense,theCiiy, its offiicers, servants and employees, from and against any and al� loss, damage or destructian of property of the City, arising out o� or alleged to ar,ise out of, the work and services to hQ per%rtned by the Contractar, its office�rs, agents, emplaye�s, subcnntractnrs, Iicense�s nr invite�s under this Cont�ract. THTS iIVDEMNiFTGATYCIN PRCIVi�iCIN TS CITY OP FQRT WORTH STANDARDCONSTR[FETI01� SPECIFICAT[ON DOCUMENTS Revision: Ei±`�'�021 oo 7aoa- i �EN���callo�rior�s Page 34 of Fi3 � : ► �� � � r� ;� �►� : t � ► : � •; �:� � � .: : •o �►� � . �:►�. ; ► � .� �i ; : � � .►.� �; ► �:; : :► : �►� �► �; ► ► � .. fi.22 Delegati�n ofPrn%,ss.ronalDeszgr� Serv�cas A. Contractor vvill not be required to provide professionai design services nnless such services a� speciiicaIly required hy the Gontract Documents far a portion of the Work or unless such services are required to earry aut Contractor's responsit�ilikies far canstruction means, meihods, techniques, seqnences and prQcedures. B. If pcofessional design services ar cezti£ications by a desi�m professional related to systems, materials or equipmenC ar� specifically required of Contractoz' hy the Contract Dncuments, City will specify alI perform�nce and design criteria that such services must satisfy. Contractor shall cause such services or cert�zcati.o�ra.s to be provided by a groperly l%ensed professxonal, whose signature and seal shall appear on a11 c�rawings, calculations, specifications, certificati�ns, and Submittals prepared hy such professional. Submi#tals related to the Work designed or cert�'ied by such prafession.al, i£ prepared by others, shaIl bear such professional's wrxtken approval when subrnitted to Cily. C. City� shall be endtled to rely upon the adequacy, accuracy ancl completeness of the services, certif'ications orc approvals performed by such design �rafessionals, provzded Czty has specifi� d to Cantractar performance and design crite.ria that such services rnust satisfy. D. Pursuant to this Paragraph 6.22, City's review and acceptanee of design calculations and desi�n cl�awings will be only %r the }irnited purpose of cS�eekir�g for coa�farmance with performance and design criteria given and the design concept expressedin the ContractDocuments. City's review and acceptance of Submittals (except de�ign calculatiflr� and design drawings) wi11 be only for #he purpose stated in Paragraph 6.18.C. 6.23 Kight to Audit A. The Contractor a�rees thai the City shall, until the e�piration of three (3) years aft�r iinal payment unc3er this Cantract, have access to and the right to examine and photocopy any direct�y pertin�nt books, documents, papers, anci reeords of fihe Cantrac�ar involving transactions relating to this Contract. Contractor agrees that the City shall have access dtuing Regular �1Varking Hours to all necessazy Contractor facilities and shall be provided adequate and appropriate work spac� in order to canduct audits � compliance with the provisions af this Paragraph. The City sha11 gzve Contractor reasonable advance nflttce af intended audits. B. Contractor furkl�er agrses io include in all its subcontracts hereunder a praviszon to the effect that the subcontracfior agrees that the Czty sha�, until the expi�atian of three (3) years after final payment under this Contract, have access to and fhe right to examine and phntocapy any clirectly pertinent boo�s, documents, papers, and records of such Subcontractor, i�volving transac�ians to the subcontract, and further, that City shall have access duruig Regular Wor�g Hours to all crrx o� �o�zr woR�rx STANDARDCDNSTRUCTION SPEC?FiCATION DOCUMENT3 Revision: $�ir1�21 ao�aoa-i GENERALC�NDITIDNS Page 35 oi 63 Subcontractor facilities, and shall be provzded adequate and appropriate r�vark space in order to conduct audits in coznpliance with the provisions of this Paragrap4�. The City shaIl giv� Subcontractor xeasonable advance notice af intended audits. C. Contractar and Subcontractor agree to photocopy such documents as may be requested by the City. The City agrees to reirnburse Contractor %r the cast of tY�e copies .as follows at the xate publashed in the Texas Adr�vrusirati�re Cade in effect as of the time copying is perforzned. fi.24 Nondiscrrmlrlation A. The City is respansihle £or operating Public Transportation Progra�ns and 'ur�plemerrting transit- re�ated prajects, which are funded in par� �avi�h Federal financial ass�stance award�d by rhe U.S. Department of TransportaYian and the �'ederal Transit Adrr�ir�istration (FTA) , withaut discrimiriating against any p�rson in the United States on the basrs of race, color, or national origin. B. Title VI, Civil Rights A�t of 1964 as amer�ded.� Contractor shall comply with the requirements of the Aet and the Regulations as further defined m the Supplementary Canditions for any proJect receiving Federal assistance. ARTICLE 7— OTHER WORK AT THE SITE 7.01 Related Warlc at Sifc A. City may perform other work related ta the Project at the Sxte with Czty's employees, or ather City contractors, ar through other direct contracts therefor, or have other wark perfnrmed by utility ovvners. If se�ch other work is nat noted in the Contract Documents, then �vritten notice thereof will be given to Cantractor prior to starting any such other work; and B. Cantractor shaIl afford each �ther contractor who is a party to such a direct cantract, each utility owner, and City, if City is performing o.tl2er work w9th City's employees or ottaer City contractors, proper and safe access to the S�te, pcavide areasonable appQrtwnity for the introductian and starage of rriaterials and �quipment and fihe executian of such other work, and praperly coardi�ate the Work with theirs. Cantractor shall do all cutting, fitting, and patching of the Work that may b� required ta properly cannect or otherw�se make its several parts come tagether and groperly integrate with such oYher �nrork. �ontractor shall not endanger any work of others by cuttTng, �xcavating, �r atherwise altering such work; provided, howevez', that Contracior znay cut or alter nthers' work with the written consent of City and the others whose work wi11 be affected. C. Ifth� prap�r execution ar results of any part of Co�tractor's Work depends upon work performed by others under tliis ArticIe 7, Cantractor shall �ir�spect such other work and promplly repott to City in wz�zt�ing any delays, defects, or deficiencfes in such ather wark that render rt unavailabla ar unsuitable for the prapar execution and resu7ts of Contractor's Work, Contractor's failure to so report will consti�ute an acceptance of such other work as £it and proper far integratian with Cflntractor's Work except t'or ]atent defects in the work pravzded by others. C1TY OP FaRT WORTH STAN�ARDCOidSTRIICT[ON SPECIFICRTION DOCi1MENT5 Revision: 8r1�'.1.021 oo�zoo-i G�N�RAI. CONoITION 5 Page 36 of 63 7.{�� C(JOT(jI17a�Ip11 A. If City �intends to contract wirh others for the performance of ather wark on the Projact at the Site, the fallowing will be set forth ir� Supp�mentary Cnnditions: 1. the individual or entity who will have autharity and responsil7ility for caorclination of the activities among the variaus contractors will be identified; 2. the specific matCers to be eovered by such authority and respons9ta9lity will be itemized; and 3. the extent of such authorit�r and responsibilities will be provided. B. Unless otherwise provicled in the Supplementary Condi#.ions, City shall have authori�y for such coordination, ARTICLE 8 -- CITY'S RESPONS�SILTTIES 8. Q 1 Carrunr�nlca tior�s ta Gonfi-actor Except as atherwise provided in �he Supplementary Conclitions, City shall issue all cornmunications to Cantractor. 8. 02 Furnish Da ta City shall tim�ly furn�sh th� data required under the Confraet Documents. 8.03 Pay fNhen Due City shall make payments to Contractor in accordance with Article i4. 8.04 La,�ds and Easemer�ts,' Reports and Tests CYty's duties with respect to pra�iding �ands and easements and providing engineeacing surv�ys to establ�sh reference points are set forth iva Pairagraphs 4.Q1 and 4.05. Paragraph 4.02 refers to City'S identifying and making available to Contractor copies of reports of exploratians and tests of subsurface ' conditions and drawirtgs of physical �nnditions relating to exist�m.g surface ar sul�surface structures at , or cantiguous to the S�te that have been utilized by City in preparing the Contract Documents. 8.05 Change Orders City shall execute Change Orders in accardance �nrith Paragrapn 10.03. 8.06 Inspectrons, Tests, a.�d Approvals City's respons�biliiy with respect to certain i�.spectians, tests, and approvals is set forth in Paragraph 13.03. C1TY OF PORT WORTH 5'I'�11VDARDCONSTR[JCTION SPECIFIGATION ]]OCUMENTS Revlsion: 8�2�1`L021 oa 7z oo - � G�NERALCQNdITION 5 Page 37 of 63 8.07 Lrrrzrtatrons on Crty's Responsibilities A. The City sha�l nat supervis�, direct, or have control ar autharity aver, nor be responsible for, CanCractor's means, methads, techniques, sequences, or procedures of construction, or the safety precautions and programs incident thereto, or for any failUre of Conlractor to cornply with Laws and ReguJations appUcable to !he performance of the Work. Cit� will not b.e responsible for Contractor's faittrre to perfarm the Work in accordance with the Contract Documents. B. City wiIl notify the Contractor of applicable sa%ty plans pursuant to Pacagragh 6.14, 8. 08 Undrsclosed Hazarr�aus En vimrlmeniaT Condition City's responsibi�ity with respect to an t�ndisclosed Hazardous Environmental Condi�ion �s set forth in Paragraph 4.06. 8. �9 Gomplia �ce vr%zth Safety Program While at the Site, Cily's ertiployees and representativ�s shall comgly with the specific applicable requirements of Contractor's safety prograrns of which City has been inforzned pur�uant to Paragraph 6.14. ARTICLE 9— CITY'S OBSERVATIQN STATUS DUR.�NG CONSTRUCTION 9.01 Clty s ProjectMar�ager City wi11 pravide one or more Praject Manager(s) during the constructi�on geiiad. The duties and respansibilities and the litnitations oi authority of City's Project Manager during constructzon are set forth in the Contract Docum�nts, The City's Project Manager far this Contract is identifi�d 'm the Supplernentary Ganditions, 9.02 i/isits ta Site A. City's Pz'oject Manager wi11 make �visits t[� the Site at iniervals appropriat� to the various stages of canstruction as City deems necessary in ord�r to observe the progress that has l�een made and the quality oi the various aspects af Cantractar's executed Wark. Based on inforrnation obtained during such visits and abserva#%ons, Caty's Praject Manager will determine, in general, if the Work is proceedin� in accordance wifh the Contract Documents. City's Prajeet Manager wilI not be required to make exhaustive ar Continunus inspections on the Si�e to check the quality or quantity of the Work. City's Praject Manager's efforts will bs directed toward provid'zng City a greater degree oi caniidence that the completed VSlork will canforzxz generally to the Contract Documents. B. Cit�'s Project Manager's visits and observations are subjeet to all tY�e limitations on authority and responsibility in the Contract Documents including those set forth in Paragraph 8.07. C�TY OF k'QRT WOR"IH STAN7]ARbCONSTIt[1GT3QN SPECITICATION ]]OCUMENTS Revision: 8r23+`Z021 Qp7200-1 GENERALCQN�ITI�N S Page 38 oF 63 9.0� Autharized Variatiansirl Work City's Project Manager may authorize minor variatzons in the Work irorn the requirernents of the Cantract Documents whicn do not invnlve an adjustrnent in the Contract Price or the Contract Time and are campat�ble w�tth the desrg� concept af the completed Project as a functioning whole as indicated by the Contract Dacuments. These may he accomplished by a Field Order and will be binding an City and also on Cantractor, who s�a�l perfarr�n the Work involved promptly. 9.0� RejectingDef'ective Work City will have authority to reJect Work which City's Project Manager bel�eves ta be defectiv�, or wi11 not prod�ce a campleted Proaect that conforms lo the Contract Documents or that �vill prejud'zce the integrity af the design concept af the completed Project as a functioning whole as indicated by the Contract Documents. City will have autharity to conduct special inspection or test9ng n� the Wark as provided in Arkicle 13, whether or not tha VVork is fabricated, installed, or completed. 9.05 Deterrninations for Wark Performed Contractor will determin� the actual quantitie� and ciassifications af Wark per%rmed. City's Project Manager w�l review wi�tY� Contractor th� prelirr�nary determinatiar�s on such matters l�efore rendering a written recomrnendatian. City's written decision will be iinal (except as tnodified to ref�ect changed factual conditions ar tnnre accurate data). 9.0� Decisio�s onRequirements ofContractDocurnents and Acceptabilrty of Woxk A. City w311 be the initial intearpz�eter af the requir�ments of the Cantract Documents and judge of the acceptability of the Work thereunder. B. Czky will render a written decision on any issue referred. C. City's written decision on the issue referred will he final and binding on the Cozatcactor, subject to the provisions of Paragraph IQ.06. ART�CLE IQ - CHANGES TN THE WORK; CLAIMS; EXTRA W�RK 10.Q1 AuthorJzed Changes.in the Wark A. Without rnvalidating the Gontxact and withauk notice to any surety, City rnay, at any time or frazn tame ta time, order E�ra �V'�Iork. Upan notice of such Extra Work, Contractor shall promptly proceed wzth the Work i��olved whieh will be performed �ander the applicable conditions of the Contract Docunnents {except as atherwise speci�icalIy provided}, Extra �Vark shall be memor�alized by a Change Order which may or may not precede an arder of E�'a work. S. For minar changes of W�rk not requiring ehanges to Contract Time or Contract Price, a FiQld Order may be issued by the City. CPI'Y DF FORT WORTH STANbAf2T)COlVSTitIICTION SPECIFICATION DQCiTMENTS �2eVision: 8�21 D07200-1 GENERAL CON61T10 N S Page 39 af 63 10.02 Unauthoriz�d Char�gesir� the Work Contractor shall not 6e entitled to an increase ir� the Conlract Price or an �xtensian af the Contract Time with respect to any work perfarmed that i� not requir�d by the Cantract Dacuments as amended, zx�odified, ar supplemented as provided in Paragraph 3.Q4, except in the case of an ezner�ency as provid�d in Paragraph 6.17. 10.03 Execution ofChange Oz'ders A. City and Contractar sl�all execute appropriate Change Orders covering: changes in the Work whrch are: (i) ordered by City pursuant to Paragraph 1D.O�..A, (ii) require d because of acceptance af de%ctive Work under Paragraph 13.08 ar C�ity's correction of defective Work under Paragraph 13.09, or �iii) agreed ta by the parties; 2. changes in the Contract Price ar Contract Tame which are agreed ta by the parties, includrng any undisputed sum or az�aaunt of tune for Wark actually performed. 10. 04 E� 1ra Wa,rk A. Should a d�fference arise as to what does or does not constitute E�ra Work, or as to tkxe payzxxent thereof, and the City insists upon its periormance, the Contractar shall praceed with the wark after making vvritten request for writCen orders and shall keep accuraie accaunt o�'the actual reasonable cost thereai. Gontract Clairns regarc�ng Extira Work sha11 be made pursuant ta Paragraph 10.0�. B. The Contractor shall furnish the City such installation recards of aI1 devia�ions from the origin�l Gontract Documen#s as nnay be necessary to enabll� the City to prepare %r permanent record a carrscted set of plans shawing the actual installatian. C. The compensation agreed upan %r Extra Work whether or nat uvtiated by a Change Order shalI he a fulI, complete and final payrnent %r alI costs Cantractor ineurs as a restilt or relating to the change or Extra Wark, whether saui casts are known, tynknown, foreseen or unforeseen at that tirne, including withaut limitati.on, any costs for delay, e�cCended overhead, ripple or irnpact cost, ar any other effect an char�ged ar unchanged wnrk as a resvIt af the chang� or E�ra Work. 10.05 No�%frc�tior� to Surety If fihe pro�risions af any bond require notice to be given ta a surety o£any ckzange affect7ng the general sco,pe of the Work ar th� provisions of the Contract Dacuments (including, �ut not limited ta, Contract Pr�ce or Contract Time), fihe gzvi�ng of any such notice will be Contractor's responsibility. The amount of each applicable bond wi1l be adjusted by the Contractor to reflect the �ffect oi any such change, CITYOFFaRT WORTH STANDARDCONSTRIIGTION SPEGIFICATiON DOCUMENTS Rev€szon: 8Y�i�2I oa�aoo-i GENERALCONQITIONS Page 4� of 63 IQ.06 ContractClaimsProcess A. Cxty's Declsran Reguired: All Confract Clairns, except those waived pi.�rsuant to Paragraph 14.09, shall be referred iathe Czty for decis�nn, A d�c�sion by City shaIl be rec�urred as a condition precedent to any exercise by Contractor a£ any ri�hts or remerlies he may otherwise have under the Cantract Documents or by Laws and Regu3ations in xespect o� such Contract Claims. I: 1►�� 1. �Iri�ten notiee stating the general nature of each Cantraet Cl�im shall be delivered by the Contractor to City no l�ter than 15 days after the start of the event giving rise thereto. The responsibility to substantiate a Contract C1�im shall rest w9th the party making the Contract Claim. 2. Notice of the amount or e�tent of the Contract Claun, with supporting data shall be delivered to the City nn or before 45 days from the start of the eventgaving rise ther�to {unless the City allaws additional tirne iar Cantracror �o subrnik additianal or more accucate data in support of such Cantract Claizn). 3. A Contract Claim for an adjustment in Con�raet Price shall be prepared � accardance with the provisions of Paragraph 12.01. 4. A Contract Claim for an adjustment in Contract Time shaTl be prepared in accardance with the provisions af Paragraph 12.02. 5. Each Confract Claitn shall be accompanied by Gontractor's written statement that the adjustrnent clauned is the entire adjustment t� which the Contractor believes it is entitled as a result of said event. 6. The City shaIl submit any response to the Contracfor withiri 30 days aiter receipt of the clairr�ant's �ast submittal (unless Contract a1Io�ws addi�ional time}. C. City'sAct,ron: City vvill review each Contract Claim and, wit4vn 30 days after receipt of the Iast subrnittal af the Cont�actor, i£ any, take ane of the fallowing actions in writing: 1. deny the Cantract Claim in whole or in part; �. approve the Cantract Claim; or 3. notify the Con.tractor that the City is unable to resolve the Contract Claim i�, in the C3ty' s sole discretion, it would be inappropriate for the City to do so. Far purposes oi further resolutian of the Contract Claim, such nntice shall be deemed a denial. CITY QF FORT WQRTH STAI�i17ARDCONST€tUCTION SPECIC[CA7'lON ]]OCUMENTS Revisian; 8�J2{]21 Q072Q0-L GENERRL COND IT[flbl 5 Page 41 of fi3 D. C�ty's written acti�n under Paragraph 10.O�.0 will be final and bindi�g, unl�ss City or Contractor invoke the dispute resolation procedvre set farth in Artic1E 16 within 30 days Qf such action or dervaL E. Na Contract CJa�-n for an adjustment in Cant�ract Przce or Contract Time will be valid if' not submitted in accordance wzth this Paragraph 10.�6. ARTICLE Z 1- C��T �F THE WORK; ALLOWANCES, U1VIT PRICE WORK; PLANS QUANTITY MEASUREMENT 11.01 Costa�'the Work A. Costsrncluded: Th� term Cost af the Work means the sum of all casts, except those exciuded in Paragraph 11.01.B, necessarily �curred and paid by Contractor in the proper performance of the Work. VVhen the value of any Work covered by a Change Order, the casts to be reimbursed Co Contractar will be only those additional or incremental casts required becausa of the changa in th� Work. Such costs shall nat include any of the costs it�miz�d in Paragraph 11.O1,S, and shaI� include but not be litnited to the fallowing items: 1. Payro�I costs for employees in the direct ernploy af Contractor in the performance of the Wark under schedules o� job c�assi£icatians agreed upan hy City and Contractor. Such employees shall include, without ]imitation, superintendents, foremen, and nther persnnnel employed fu11 time on the Vtlarit, Payroll costs far employees nflt employad �ull time on the Work shall be apportioned on the basis of their time spent an th� Wark, Payroll casts shall include; a. salaries with a 55% markup, or b, sal�ries and wages p�us the cost of iringe benefits, which shall include social sect.u�ity contributzans, unemployment, excise, and payroIl taxes, workers' camper3satian, health and retirement benefits, bontases, sick leave, �acation and holiday pay applicable th�reta. The expenses of performing Work outsicle af Regular Warking Hours, Weekend Wor�ing Hours, or legal ho�idays, s�iall be iricluded in the above to the e�tent authorized �y c�cy. Z. Cost af all materials and equipment furnished and incorporated in the Work, including costs af transportati�on a:nd storage thereof, and 5uppliars' field services required in connection therewith. 3. Rentals of all construction �quipment and machinery, and tlae parts thereof whether xented from Contractor or oth�rs in accordance with rental agreements appz'oved by City, and the cos�s of transporta#ion, load�g, unloadrng, assembly, dismantling, and removal thereaf. AIl such costs shall be iu� accordance w'rth the terms of said rental agreernents. The rental oi any such equipment, machinery, or parts shall cease when the use thereof is no ]r�nger necessary for the Work. C1TY OF FORT WCIRTH STAPIDARDCONSTRUCTIptJ SPECIAICATIQN DOG[]Iv��:IVTS Rcavi sion: 8�i�d021 oa �z ao-� GENERALCOIV�ITIONS Page 42 of 63 4. Payments nnade by Contractor to Subcontractors far Wark performed by Sul�contractors. If required by City, Cantraetor shall obtain competi�� bids from subcanrractors acceptable to City and Contractor anc� shall deliver such bids to City, who will then determir�e, which bic�s, if any, wiil be acceptable. If any subcontract provldes that the Subcantractar is to be paid on the basis of Cost oi the Work pIus a fee, the Subcontractor's Cast of the Work and fee shall be detez'�ed in the same manner as Contractor's Cost of tr�e VVork and fee as pravided in tivs Paragraph 11.01. 5. Costs a� special consultants (including but not linnited to engine�rs, architects, testing laboratories, surveyors, attor�eys, and accountants) employed for sez�vices specificaJly related to the Work. 6. Supplemental costs including the following: a, Th� proporti�n of n�cessary t�'ansportation, travel, and subsistence e�enses oi Cantractar's employees iricutred in discharge of dut%s connected with the Wark. b. Cast, includ'mg transportation and zxzaiatenance, of a1I materials, svpplies, equipment, machinery, appIiances, office, and temporary facilities at the Site, and hand tools not awned by the work�rs, which are consumed in the performance of the Work, and cost, less market value, of such items used but not consumed w}ueh remain the property of Contractor. c. Sales, c�nsumer, use, and other similar taxes related to the Wark, and for which Contractor is liahle not covered under Paragraph 6.11, as imposed by Laws and Regulafiions. d. Deposits Iost for causes other than negligence oft Co�tractor, any 5ulacontractor, or anyone directly or indirectly employed by any of them or for whose acts a�zy of them may be Uable, and rayalty payrnents and fe�s %r permits and licenses. e. Losses and damages (anci re�ated expenses) caused by damage to the Wark, not compensated l�y insurance or otherwise, susta:ined by Contractar in connection with the performance ai the �1Lrork, provided such losses and damages have resulted from causes othex tk�az� the negligence of Contraetor, any Subconlractor, or anyane directly or indireetly err�ployed by any of them or £or whose acts any af them may be Iiable. Such losses shaIl include settlements made with the written consent and approval of Cily. No such losses, damag�s, and expenses shall be incIuded ir� the Cost of the Work for the purpose o� deterz�nin9ng Contractor's fee, f. The cost of utili.ties, fuel, and sanitary facilities at the Site. g. IVlinar expenses such as te�egratns, long distance telephone calls, telephona and cammunication services at the Site, express and caurier services, and sitnilar petty cash items in connection with the Work. CITY OF FDRT WOATH STAhiDP,RDCONS'fRUCTIQN SY�CIFICATI�N DOCYIM�N�S Revisian: AI'L�?D21 ao7zoo-i GENERALCON�ITION S E'age 43 of 63 h. The costs of premiums far all bonds and insurance Cnntractor is required by the Contract Dacuments to purchase and maintain. B. CostsExcluded: The term Cost of the Work shaIl not include any of the following items: 1. PayroIl costs and oth�r compensation ai Contractar's afficers, e�ecut:ives, prineipals (of partr�ez�ships and sale proprietorskups), ge�aeral managers, safety managers, engineers, architects, es.tima�ors, atforneys, auditars, accountants, purchas'rng and contracting agents, ex�edit�rs, timekeepers, clerks, and other personnel employed by Contractor, whether at tha S�ite or in Contractor's principal or branch affica %r general admir�i5tration oi the Work and nat specificaliy ir�cluded in the agreed upon sch�dule of job classificatians referred to in Paragraph 11.01,A.� or speciiically covered by Paragraph 11,pJ.A.�, aIl of which are to be considered adrriini.stratit�e costs cavered by tt�e Contractor's fee. Z. Expenses of Contractor's pr9ncipal and branch offices other than Contractor's office at the 5ite , 3. Any part of Cantractnr`s capital exgens�s, incIuding interest on Cant�a�tar's capztaJ employed for the Work and charges against Canteactor for delinquent payxn.ents. 4. Costs due ta the negligence af Contractor, any Subcontractor, or anyone clirectly ar indirectly employed by any of thez�rz or for whose acts any of them may be liable, including but not lim9ted to, the correctian of defective Wark, di�posal of materials or equipment wrongly supp�ed, and making goad any damage fn prnperty. 5. �ther overhead or general e�ense costs oi any kirtd, C, Gantractor's Fee: When all the Wark is perfarmed an the basis of cost-plus, Contractor's fee shall be d�tern�ined as set forth in the Agreement. When the value of any �1Vork co�vered by a Change �rder for an adjustrnent in Contract Price is determined on the basis of Cost of the Wark, Cantractar's fee shall be determined as set forth in Paragraph 12.01.C. D. Documentation: Whenever the Cost af the Work for any purpose is to be d�term��d pursuant ta Paragraphs i1.O1.A and 71.01.B, Contractor will �stablish and mair�tain records therea� i.r� accordance with generaIly accepted accpunting pracfices and submit in a�o� acceptable to City an itemized cast breakdown together with supporting data. 11.02 Allowances A. SpecifiedAllowance: �t �s understood that Con�ractor has ineluded in the Gontract Price aIl allowances so named in the Contract Docurrients and shall cause the Wark so covered to be perforrt�ed for such sums and by such persons ar entities as may be acceptable t� Ciky. B. Pre-bld A1lowances: 1. Cantractor agcees that: C1TY OF FORT WORTI-C STANDAFtDCOidSTRITCTION SPECIF3CAT[DN ]70CtIlVIF:NT5 Revision: 8!�2I Op720�-1 GENERALC03Jn[TI01� S Fage 44 of 63 a, t�e pre-bid allowances include the cost to Cc�ntractor of rnaterials and equipm.ent required by fihe allowances to b� delivered at tize Site, and all applicable ta�es; and b. Contractor's costs for uziJoading and handling on the Site, ]abor, installation, overhead, profit, and other expenses contemplated for the pre-bid allowances have be�n included in the allowances, and na demand for additiona3 payment on account of any of the foregaing will �e valid. C. Contz.�gencyAllowarzce: Contractar agrees that a contingeney allowance, if any, is for the sole use of City. D. Prior to frnal payment, an appropriate Change Order will be issued to reflect actual amaunts due Contractor on account of Work covered by allowances, and the Cont�act Price shaJl be correspandingly adjusted. 11.03 UnitPrice Work A. Where the Cantract Dacuments provide that all or part �f the �141ork is to be Unit Price Wor�, initi,ally the Contract Priee will be c�eemed to include for a�l Unit Price Worlc an amount equal to the sum 4f the t�ait price for eachseparately idenfified �tem of U�uit �rice�147ork times lhe estimate.d quantity oi each i�em as inciicated in the Agreement. S. The estir�nated quant9ties of items of Unit T'rice VLrork are not guaranteed and are solely %r the purpose af c�mparison of Bj.ds and deterzn.7ning an initial Gont�act Price. Determviations nf the actual quant�ies and classifications of Unit Price V�ork performed by Contraetor will be made by City subject to the prov�sic�ns of Paragraph 9.05. C. Each unit price wiU. be dee�nned to include an amount considered by Contractor to he adequate to cover Contraetor's overhead and profit for each separateiyidenti.fied item. VVork described in the Cantract Documents, or reasona}�ly 3nferred a� required for a fi.�ctiona]Iy cozriplete installatian, hut nai identified in the listing o�' unrt price items shall �e considered incidental to unit price work listed and the cost of in�zdental wark included as part of the unit pric�. D. City rnay rnake an adjustment in the Contract Price in accordan.ce wzth Paragraph 12.01 i�: 1. tl�e quantity of any itern of Unit Price Work performed by Contractor differs materialJy and sign9ficant�y from the estimated quantity of' such item indicated in the Agreement; and 2. there is no corresponding adjtistment with respect ta a�ny other iLem of 11Vork, E. Increased or Decreased Quantities: The Crty reserves the right to order Extra Work in accordance with Paragraph 1Q.01. 1. If the changes in quan.tities or the alteratiozas da not significantly change fih� character af work unrier the Contract Documents, the altered work will be pai.d for at the Cantract unit grice, CITY OF FORT WORTH STAIVDARDCDNSTR�CTipN SPECIF[CAT10N 170CUMENTS Revision: 8�[]21 OD720Q-1 GENERALCON�I7EflN5 Page 45 of 63 2. Tf the changes in quantities or alterations sigxuiican�ly cY�ange th� character of work, the Contracf wiil be amended by a Change Order, 3. If no unit prices e�si, this vw�l be canszdered Extra Work and tNae Contract wall be azn.ended by a Change Order in accordance with Article 12. 4. A significant c�iange in tY�e character of wark occurs vc�hen: a. the character af w�rk for any Ttem as altered diffe.rs materially in kind or nature from that in the Contract or b, a Major Item of work varies by more than 25% from the original Contract c�uantity. When the quantzty of work to be dane rander any Major Item af ihe Contract is more ihan 125°10 of the original quantity stated in the Cantract, then either party to the Cont�act may request an adjus�nent tn the unit price on the pnrtion af the wark that is above 125%. 6. When tha quantity� of work to be done und�r any Major TtEm oi the Cantract is l�ss than 75% oi the ariginal quantity stated in the Contract, then either party to the Contract may request an adjus�nent to the unYt price. 11.04 Pla�s QuantztyMeasu.re.rlaent A. Flans quantities may or may not represent the exact quantity of vvark performed or rnaterial rnoved, hanciled, or placed during the execution of the Contract. The estimated bid quanti�ies are designated as final paym�nt quantities, �nless revised by the goverrvng Section or ihis Article. B. Tf the quantity measured as outlined under "Price and Payment Procedures" varzes by mare than 25°10 {or as stipulated under "Price and Payment Pracedures" for specific Items} frarn the total estimated quantity for an individual Item originaIly shown iri the Contract Documents, an adjustm�nt �nay be made to the quantity af authorized �+vork done for payment purposes. The party to the Contract request�ng the adjustment will prn�ide fi�ld measurements and calculations showing the �inal quantity far wlucY� payment will b� made. Payment for revised quantity will be made at the unit price bid for that �tem, except as provaded for in Article 1p. C. When quantzties are revised by a change in desigca appraved �y the City, by Change Order, or to correGtan error, or to correctanerrar on the plans, the plans quantity will be increasedar decreased by the amount involved in the change, and the 25% variance wiIl apply to the new plans quanti�y. D. If the total Contract q�antity muItiplied by th� unit pric� bid for an individual Item is Iess than $�50 and the Item is not originaliy a plans quantity It�m, then Che It�m may b� paid as a plans quanfity Item if tt�e City and Contractor agree in vvrztin�g to fi� the final quantity as a plans quantity. CITY OF FOAT WORTH STANDARDCONSTRUCT[DN SPFiCfFICATION DOC[]MENTS Revision: &A�1.()'Ll oo�zao-t GENERALC�NQITIQN S Page 46 of 63 E. For eallaut work or nor�-site speci£ic Coz�tracts, the plans q�antity measurement reqvirements are not applicab�e. ARTICLE 12 — CHANGE OF CONTRACT PRTCE; CIIANGE OF CONTRACT TIME J2.a1 Charzge afContractPrzce A. The Confract Price may only be changed by a C�ange Order, B. The �a1ue of any Work covered by a Change Order will be determined as foll�ws: 1. where the VVorlt involved is cov�recl by vnit prices contained iti fhe Contract Docutnents, by application of such unit prices to the quantities of the iterns involved (subject to the pravisions of P aragraph ll.03) ; or 2. where the Work involved is not covered by unit prices eontained in the Contraet Documents, by a�ukually a.greed lump sum or unit price (which may include an allor�rance for overhead and profit not necessarily in accordance wixh Paragraph 12.Q1.C.Z), and shall include the cosC of any secondary impacts that are foreseeabl� at the tune af pricing the cast of E�ra Wark; or 3. where the Work iz�volved is not cavered by vnit prices contained in the Con�ract Documents and agreement to a Iump snm or Uni� price is not reached under Paragraph 1Z,O1.B.2, on the basis of the Cost of the VL7ork (determined as provided in Paragz�aph I1.01) p1t�s a Contractar`s fee for overhead and grafit (determined as provided in Paragraph 12.O1.C). C. Cor�traetor'sFee: The Contractar's additianal fee far av�rh�ad and pro% shall be determined as follows: 1. a mutually acceptable %ed fee; or �. if a fixed fee is not a�reed upon, then a fee based on the %llowing percentages af the various portions of the Cost of the Wark: for costs incurred under Paragraphs 11.O1.A. i, 11.O1.A.2, and I 1.O1.A.3, the Contractor's additional f�e shall �e 15 percent except fnr: I} rental fees for Contractor's own eqraipment uszng standard rental rates; 2) bonds and znsurance; b. far costs incurred under Paragraph 11.Q1,A.4 and I1.O1.A.5, the Contractor's fee shal� be five percent {5%}; 1} wl�ere ane or more tiers of subcontracts are on the ba�is of Cost of the Wark plus a f�� and no fi�zed fee is agreed upon, the intent o� Paragraphs 12.01.C.�.a and 12.OI.C.2.b is that th� 5ubcontractor who actually perforrns the Work, at whatever CITY OF FORT WORTH S'£ANBAI2DCONSTRUCTION SPECIFICATItiN DOCUIafENTS Revision: &23�2021 oo7aoa-i GENERAL.CANpITIONS Page 47 of G3 t�er, will be paid a fee of 15 percent of the cosfs iricUrred by such Subcontractor under Paragraphs ll.01.A.1 and 11.01.A.2 and that any higher tier Subcantractor and Contractor will each b� paid a fee oi five percent (5%} oi th� amount paid to th� ne�ct lawer tier Subcontractor, however in no case shall the cumulative tatal of fees paid be in excess af 25%; c., no fee sha11 be payable an the basis of costs 'rtezrvzed under Parag�raphs I1.01.A.6, and ll.O1.B; d. the amount af credit to be allowed l�y Contractar to City for any ch�nge which results in a net decrease in cost will be the amount of the actual net decrease m cost plus a deduction in Contractor's fee by an amaurit equal to iive p�rcent (5%) of such net decrease. 12. d2 Change of Contract Trme A. The Contraet Tirr►e may only be changed by a Change Order. B. No extension of the Contract Time will be aIlowed for E�ra Work or for claimed deIay unless the Extra Work contemplated or claimed delay is shown to be on the critical path of the Project 5chedul� or Contractor can show by Critical Paf:h Method analysi� how the E�ra Work ar claime d delay adversely affects the criticaJ path. 1 Z.03 Delays A. Where Contxactor as reasonably delayed in the performanc� or completion of any part of the �Vark within the Contract Time due to delay beyond the cantrol of Contractor, the Contract Time may be e�tended in an amount equal to the time Iost due ta such delay ii a Contraet Claim is made there�+�r. DeIays beyond the control oi Contractar shall include, but n�t b� lirnited to, acts or negleet by City, aets or negl�cC of ut�lity owners or other contr�ctars performing other wark as eontemplated by Article 7, fires, floods, epi.demics, abnormal weather conditions, or acts of God. Such an adjustznent sha�. be Canttactor's sole and exclusive remedy for the delays descr3l�ed in this Paragraph. B. �� Cflntractor is delayed, Gity shall not be liable to Contractor �or any claims, costs, losses, or damages (incIuding but not limited to all fees and charges of e.ngineers, architects, attorneys, �.nd oth�r professionals and all caurt or ari�itra�ian or other dispute resolc�tion costs} sustained by Cantractor on or � connection with any other project or anticipated praject. C. Contractor sha11 not be entitled to an adjcrstment in Cantract Price or Contract Time far delays vvifihin the conirol of Contractor. Delays attributabl� to and within the cantrol of a Subcontractor or Supplier shall be deemed to be delays wi�Frin the control of Contractor. D. The Contractor shall receive no campensation for delays or hindrances to the Wark, except when direct and unavoidab�e e�ra cost to the Contractor �s caused by the failu�-e oi the City to provide informatzon or material, if any, wh'rch is to be furnished by the City, crrx aF �aRT woRTx STANDARDCONSTR[1CTION SPECIPCCATION DQ�CJMENTS Revisian: Sr23"D]21 oo�zoo-� G�NERALCONQITIQNS Page 48 uf 63 ARTICLE 13 -- TESTS AND INSPECTIONS; CORRECTZ�N, REMOVAL OR ACCEPTANCE OF DEFECTYVE WORK 13.01 Nat�ee afDefects Notice af all defeeti.ve Work af which City has actual knawledge wiIl be given to Contractor. Defeetive VLlork may be rejected, carrected, or accepted as Qrovided 9n ihis Ar�icle 13. 13.02 Aceess ta Work Ci,ty, indegendent testing laboratories, and goverrunental agencies with juriscii.ct�onal interests will have access to the S�te and the Work at reasonable times %r their observation, inspectian, and testing. Contractor shall pro�vide fhem proper and safe conditzons for such access and advise them of Cantractor's safety pracedure� and programs so that they may eomply therewitl-i as applicabl�. 13.03 Tests ar�d.Irzspec�za.�s A. Con�ractor s�ia�I give `City timely notice of readiness of fhe �1Vork for all required inspections, tests, or approvals and shall cooperate vvith inspectron and testing persoau�el to facilitate reqwir�d 9nspectirans ar tests. B. If Contract Documenfs, Laws or Regulatlons of any public bady having jurisdiction require any of the Work (or part thereo� to be inspeeted, tested, or approved, Can#ractar shall assume full responsibility for arrangurg and obtaining such independent inspections, tests, retests ar approvals , pay all casts in cannection therewrth, and furnish City the required certificates of inspection or approval; exeepting, however, thase fees specifically i�l�ntifi�d in the Supplementary Conditions or any Texas Department of Licensure and Regt�lation (TDLR) inspeetions, which shall 1ae paid as d�scrit�ed in tY�e Supplementary Conditions. C. Contractor shall be responsible for arranging and obtaining and shalI �ay a1i costs in connect�an wifh any inspections, tests, re-tests, or approvals required far City's acceptance of materials or eqvipment ta be incorporated in the Work; or acceptance ofmaterials, r� designs, or equipment submitted for approval grior to Contractor's purchase thereof for incorporation i� the Work. Suck� inspections, tests, re-tests, ar a�provals shall be parformed by nrganizakions acceptable to City. D. City may arrange for the services of an independent testing ]aboratory ("Testing Lab") to pez�form any in�spections or tests ("Testing") for any part of the Work, as deierm�ned solely by Ciry. 1. Cily will coordinate such Testing to the extent possible, with Contt'aetor; 2. Shpuld any Testing under this Seetion 13.�3 D result in a"fail", °did not pass" or other sirxular negatzve result, the Contractor shall be responsible iar payir�g for any and all retests. Contractor's cancellation without cause af City initiated Testing shall be deerned a negative result and require a retest. crrY oF roxr wa�Tx STANDARDCOI�STRUCTION SPECIFIGAT[ON DOCUMENTS Revision: 8�2021 afl7200-1 G�NERALCON�ITION S Yage 49 of 63 3. Any amounts owed far any retest under this Section 13.03 D shaU. be paid directIy ta the Testing Lab by Contractar. City vvill forward all 'zr�voices for retests to Cont�actor. 4. If Contractor fails to pay the Testir3g Lab, City rnrill not issue FinaI Payment until the Testing Lab is paid. E. If any Work (or fhe worlc of others) that is to b� inspect�d, tested, or approv�d �s eovered by Contractor without written cancurrence of City, Contractoc shall, if requested by City, uncover such Work for ohservation, �. Uncov�ring Work as pravided iz� �ara�raph ] 3.Q3.E shall be at Gontractor's expense. G. Contractor shall have the right ta rnake a Cantract Claim regarding any retest ar invoice issued under Section 13.03 D. 13.04 Uncaverirrg Work A. Tf any Work is cov�red contrary to the Contract DocuYnents or specifzc irzstructio�ns by the City, it must, �' requested by Cify, be ua�covered for City's observatian and replaced at Contractor's expense. B. If City considers it necessary or advisable that covered Work be obser�ed by City or inspecfied or tested by athers, Coniractor, at City's request, sha]I uncov�r, expos�, or otherwise make available for observation, inspection, or testir�g as Gity may require, that gortiDn of the Work in questzan, furnishing alI necessary labor, rnaterial, and equipment. 1. If it is fotind that the uncovered Work is defective, Contractar shall pay aIl claims, eosts, lasses, and c�az�nages (incl�cling but not �nited to all fees and charges af engineers, architects, attorneys, and other prafe5sionals and aIl court or o�her dispute resolutian costs) arising out of or relating to such uncovering, axposure, obs�rvation, inspection, and testing, and of satisfactory replaeement ar recanstruction (incIuding but �at ]imited to all cos.ts o£ repair ox replacernent aiwork of others) ; ar City shall be entitIed to acceptdefecti�ve Worlc in accordance with Paragraph 13,08 iz� which case Cont�actor shall still be responsible for a1I costs associated with exposing, abser�g, and testing the defective Work. If the uneovered Work is not found to be defective, Contractor shalI be allowed an incr�ase in the Contract Price or an e�ctension af the Con�ractTime, ar bolh, directly atlribut�ble ta such uncovering, exposure, observa�ion, inspection, testing, replacement, arkd reconstruction. 13.05 CityMayStop the Work If the Wark is defective, or Contractor fails to supply sufficient slcilled workers or suitable materials or equipzx�ent, ar fails ta perform the Work in such a way that the completed Work will conform ta the Cantract Docurnents, City rna� order Contractor to stop the VCWark, or any portion thereaf, until the cause for such order Y�as been elirrvriated; how�ver, this right of City to stop the Wark shall not give rise tp any duty on the part of City ta exercise this right for the benefit of Contractor, any C1TY OF FORT W�RTH STAI�IDARDCONSTffUCT[ON SPEC[FICATION DOCUMENTS Rev3sian: £i�"I�7,021 OD 7200 - l GEIV�RALCONQiTIdN S Page 50 of f 3 Subcontractor, any Supplier, any other individual or enti�ty, ar any sur�ty for, or employee ar agent of any of them. 13.06 Correctio� orRemoval ofDefeetive Work A. Promptly after reeeipt of written no#ice, Cantractar shall correct all defective Wark pursuant to an acceptable schedule, whether or not fabz-i.caied, instaJ�ed, or campleted, or, � the �1Vork has been rejected by Cify, remove it from the Project and rep�ace ik with Work that is not defecrive. Cantractor shall pay all cla�rns, costs, additional test�ng, losses, and damages {9ncluding but not limited to all fees and charges of engineers, architects, attorneys, and ofiher professionaJs and a1l court or arbitratian or ofiher dispute resalution costs) arisirig out of or relating to sueh correction or removaI (including but not lunited to all costs of repair or replacement of worl� of others). Fa�ure to require the r�moval of any defective Work shall not constitute acceptaz�ce afsuch�Iork. B. Vjlhen eorrecting defective VL1ork under the terms oi this Paragraph 13A6 or Paragraph 13.07, Contractor shall take no action tkaat woukl void or otherwise unpair City's special warranty and guarant�e, if any, on said Wark. 13.07 Correctio.� Pez-�ad A. If vvithin two (2) years after the date of Final Acceptance (or such longer peri�d of time as may �e grescribed by the terms of any applical�le special guarantee requared by the Coniract D.ocuments}, any jlVork is found to be defective, ar if the repair of any damages to the ]and flr ar�as made availab�e for Contractor's use by City or permit��d by Laws and Regulations as contemplated in Paragraph 6.10.A is faund ta be defective, Contractor shall gromptly, without cost to City and in accQrdance with Ciiy's written instruction5: 1, repair suc� defectiv� ]and or areas; pr 2. correct suc� defective VL7ork; or 3. if tha defective Work has been rejected by City, remove it fronn the Pro�ect and replace it with Work that is nat defective, and 4. satisfactorily correct or repair ar remove and replaee any damage to ofiher Work, to the work of others or other land or areas resulfing thearefira�n, B. If Cantractor does not prnmptly comply with the terms of City's written instructions, ar in an ernergency where delay would cause serious ris� oi loss or damage, City may have the defective Work corrected ar repai�ed ar may have the rejected Wark removecl and replaced. All claims, casts, losses, and damages {including but not ]irnited ta all fees and charges of enginears, architects, attorneys, and oth�r professinnal� and all court or other dispute resol�tion costs) aris3ng out of or relating ta such correction or repair or such removal and replacement (including but not limi�ed to all costs of repair or replaceznent of work of others} will b� paid by Contractor. C1TX OF I� ORT W�RTH STANDARDCOM1FSTRUCTION SPECIFICATION DOCUIv[ENTS Revision: 8''�i�Z{l21 00 7z ao- � GENERALCANQITIONS Page 51 nF 63 C. �n speeia� circuznstances where a particular i�ern of e�uiprnent is placed in continuous S�rViC� before Final Acceptance af all the Wark, the carrec�ion period for that item may start �o �.rn from an earlier date i� sc� pro�ided ir� the Contract Dacuments, D. Where de�ective Work (and damage tfl other Wark resulting #herefrom) has been corcected or remoVed and replaced under this Paragrapi� 13.07, the eorrection period hereunder with respect �o such Work may be zeqt�red to be e�tended for an adclitianal period of one year after the end of the anitial correction period. C'rty shall provide � 3Q days writfen notice ka C�ntractor should such additional warraniy ca�verage bE required. ConCractor rnay dispute this requirement by filing a Contract Clarrn, pursttant to Paragraph 10.06. E. Contractor's �bligati.ons under this Paragraph 13.07 are in addiiion to any other obligation ar warranty. The pravi�ions af this Paxagraph 1.3.07 shall not be construed as a substitute for, ar a waiver of, the pravisions of any applzcable statute of limitation or repose. 13.0$ Acceptance ofDe}"ective Wark If, instead of requu'ing correctian or removal and replaeern�nt of defectiv� Work, City prefers to accept it, City may do so. Con�ractor shall pay all claims, costs, losses, and damages (inclttding but not limited to all %es and charges of en�ineers, architects, attorneys, and other professionals and all court or other dispute resalution costs) attribatable to City's evaluatian of and determination to accept such defective Work and for the d�rninished value of the Work to the extent not athervcrise paid by Caniractar. If any such acceptance occurs prior to Final Accaptance, a Change Order wiIl he issu�d incorporating the necessary revisions in the Contract Documents with respect to the Work, and City shall be entitled to an appropriate decreas� in thE Contract Price, reflecting the dimini.shed value of Work so accepted. 13,09 CrtyNlay CorrectDefeetiue Wa,rk A. If Con�ractor fails w'rthin a reasonab�e tima af'ter r+vritten notice frt�m City to correct defective Work, or to remove and replace rejected Wnrk as required by City in accordance with Paragraph 13.06.A, ar if Contracfnr faiLs to perform t13e Work ir� accordanc� wiCh th� Contract Dacuments, or if �ontractor fails to comply with any other provision af the Contract Documants, City may, after seven ('� days written notice to Contrackor, correct, or remedy a:�y such defic9ency. B. Tn exerc�sing the r�ghts and remedies under this Paragraph 13,Q9, City shall proceed expeditiously. In connecticm with such corractive or remedial action, City may exciude Con�ractar from all or part of the 5i�e, take possession of all or part of the Work and susp�nd Contractor's services related thereto, and incorporat� m th� Work all mat�ria�s and eqtupment incorparated in the Work, st�red at the Sit� ar for which City has paid Contractor but whieh are stared elsewhere. Contractor shalI aIlow City, City's representatives, agents, consultants, employees, and City's other conlractors, access to #he Szte ta enable City to exercise the rights and remedies under this Paragraph. C. A1� cla�rns, costs, losses, and damages (includ9ng bui not ]irnit�d to all fees and charges of engineers, architects, attorneys, and ather professianal� and aIl caurk ar o�her dispute resalution ciTY or ro�m wo�rx STANDARDCOIdSTRllCTION SPECICICAT[ON DqCTIMENTS Revision; $7�d0e1 ao7zao-� GENERAL CON�ITION 5 Page 52 of 63 costs} incurred ar systained by City in exercising the rights and rem.edaes under this Paragraph 13.09 will be charged against Canttactor, and a Change Order wiSl he issued incorpdrating the necessaryrevisions in the Contract Documents with respect to the 'VLlork; and City shall be entitled to an appropriate decrease in the Contract Price. D. Contractor shall nat be allowed an e�ension of the Contraet Time because af any delay in the perfarYnance af the Warl� attributabl� to the exerc�se of City's rights and rezn.edies under this Paragraph 13.09. ARTICLE 14 - PAYMEN'TS TO CONTRACTOR AND COMPLETIOIV 14.01 Schedule of Ualues The Schedule of Values for lump surri cantracts �stablished as provided in Para�aph 2.07 will serv� as the basis for pragress paytnents and will be in�corparated inta a form of Application for Paymerrt acceptable to City. Progress paymen�s on account af LTnit Frice Work wili be based on the number of t�its cample�ed. 14.. 02 Pragress Payments A. ApplicationsforPayrnents: 1. Cantractoc �s xesponsihle far providing all ir�ormation as required to become a vendor af th� City. 2. At least 20 ciays before the date estab]�shed in the General Requirements for each progress payinent, Contracfior shall submrt to Cily for review an Application far Payment fill�d out and signed by Contractor covering the VVork completed as af the date of the Application and accornpar�ied by such supporting documentatian as is reqvired by tY►e Contract Documents. 3. Ii paym�nt is requested an trie basis af materials and equipznent not incorporated in the Work but delrvered and suitably stored at the Sike or at another Iocation a�reed to an writing, the Application far Pay�xient shall alsa be accomparued by a bilj of sa1e, invaice, ar other dacumentation warranting that City has received the material� and equipment free and clear of a�I Liens and evidence that the material� and equipz�nent are covered by appropriate insurance oc other arrangerr�nts to protect City's interest therein, all of which must be satisfactory to City. 4. Beo nning with the second Application far Payment, each Application shall includ� an affidavit of Contractor stating that previous progress payments recei�ved on accaunt af the Work have heen applied on ac�ovnt to disc�arge Cnntractor's �egit�mate ol�iigations associated with priar Applications for Payment. 5. The amount of retainage w�th respect to progress payments wi]I be as described in sulasection C, unless otherwise stipu�ated in the Contract Docurnents. C1TY QE FORT WORTH STAiVDP.RDCONSTRl1CTI0N SPECIFICATIaN DpCi]MENTS Revislon: 8�7.021 00 �z ao-i GENERALGONpITION S Page 53 oi 83 B. ReviewafApplications: 1. Ciry will, aiter receipi of each Applicafi.i.an far Payment, either indicate in writing a recomm�ndation of pa�rt�ent ar retuz�n the Application to Contracfar indica�ing reasons for refusing payrnent. In the latter case, Goniractor rriay make the necessary corr�ctions and resubnnit the Application. 2. City's pracessing o� any payment requesied in an Appli.cation for Payment wil�, be based on City's observations af tha executed Woxk, and on City's review of the Application for Payment and the aecarnpanying data and schedules, that ko the best of City's knowledge: a. th� Work has progressed �o the poir�t indicated; b. the quality of the Work is generally in accardance with the Contract Dacuments (subject to an evaluation of the Work as a f'unctioning whole prior to or upon Final Acceptanee, the results of any subsequent tests called for in the Coniract Documents, a fir�al determtnation of quantities and classifi�atinns far Wark perforzned under Paragraph 9.05, and any other qualificatiDr�s stated in the recomm.endatian). 3. Pracessing any suc� payment will not thereby be deemed to have represented that: a. inspections made to check the quality or the quantity of the Work as it has been pe.rformed have been exhaustive, e�ended to every aspect of the Work in progress, ar invalved d�ta�led inspections of the Work beyond the respansibilities specifzca�ly ass'�ed to City in fihe Contract Documenfs; or b. ther� may nat Iae other �natters ar issues between the parties that mfght ent�fle Contractor to be paid additianally by City or entitle Crty ta withhold payment fo Contcactor; or c. Contractor has coYnpIied vt�ith Lavt�s and Regulations appficable to Contcactor's performance of the Work. 4. City may refuse to process th� whol� or any part af any payment because of subsequently discovered evidence or the res�lts of subsequent inspectzons or tests, and revise ar revo�Ce any such gayment previausly zx�ade, ta such extent as rr�ay be necessary to pr�tect City from loss because; a. the Work is defective or completed Wark has been damaged by the Contractar ar subcantractars requir�g correction or replacsment; b. discrepancies in quantities contained in greviaus appl�cations for payment; c. the ContractPrice has heen reduced by Change Orders; d. Ci�y ha� l�een requnred ta coz-�ect defective Wark or camplete Work in accordance with Para�raph 13.09; or GTI'X OP FORT WORTH STAIV1�Ai�DCONSTRiICTION SPECIA[CATION DOGUMEIVTS Revisian: 8+"L'YZ021 oo7zoo-► GENERALCON�ITION S Page 59 of 63 e. City has actual knovviedge of the occurrence of any of the events enumerated in Paragraph 15.OZ.A. C. Reta.rnage: 1. For contracts �ess than $4DO,Q00 at the time of execution, retainage shall be ten percent �10°/a�. 2. For conttacts greater than $400,Q00 at the time of e�ecutian, retainage shal! be five percent (5%) . D. Lrquidated Darr�ages. �'or each cal�ndar day that any work shall rernain uncompleted after �he tirne specified in the Contract Docutxzents, the sum per day speeified in the Agreement will. be assessed against the rnonies due the Contractor, not as a penalty, but as damages st�fered t�y the Cxry. E. Payment: Contractor w�ll be paid pwrsuant to the requirements of t�vs Article 14 and payznent will became due in accordance with the Confiract Documents. F. Rer�uct�o.� zr� Payment: 1. City may refuse to make payrnent of the amaunt r�quested because: a. Liens have been filed in connection with #he Work, except wher� Cflntractar has delivered a specific band satisfactary to City to sectare the satisfaction and discharge of such Lieris; b. there are other itezns entitling Ci�y ta a set�off against the arnount recamYnended; pr c. City has actual knQwledge of the occurrence af any of the events enurnerated in Parag-aphs 14.02.B.4.a through 14.�2,B.4.e or Pairagraph 15.Q2.A. 2. If City refiases ta rnake payment of the arnaunt requested, City will give Contractar written notice stating the reasons for such actian and pay Contractor any amount re�nnai.ning after deduction of the amount so withheld. City shall pay Gantcactar the amount sa withheld, or any adjustment ther�to agreed to by Cily and Contractor, when Contractar remedies the reasar�s for such action. 14.d3 Contractar's Warranty of �'itle Cantractor warrants and guarantees that title to a1l Work, znaterials, and equipment covered by any Applicati�n �or Payment, whethez incorparated in the Project or not, will pass to Cit�r no later than th� time of payment free and cleaz� of all Lzens. CITY OF FORT WORTH STANpARI7CON5TR�CT[�N SPEGInICAT10N DOCIIMSNTS ReVisian; S�d0�7 00 �z oa-i GENERALCOfVDITIONS Page 55 of 63 14.04 Partial Utilization A. Prior tp Final Acceptance of all the Wark, City may use or occupy any part of the Work wlvch has specifically been ident�ified in the Contrac� Documents, or which City determines cons�itutes a separately ftmct�aning and usable part of the Work that can be �sed for its intended purpose without significanf it�terference with Con�ractor's performance af the reznainder of the Work. City at any time may notiiy Contractor in writing to perrnit City to use or occupy any such part of the Work which City determines ta be ready for �ts intended use, subject to the fo]Iavving conditions: T. Contsactor at any tirz�e znay notify City in wrifing that Contr'actor considers any such part of the Work ready far its intended use. Z. Within a reasonable time after notificatian as enumerated in Paragcaph 14.a5.A.1, City and Cantractor shall mak� an inspectian of that part af the Work to determine its status of cnmpletion. Ii Ci�y daes not conszder that part of the Work to be substan��ally complete, City will notify Cor�tractor in writing gi�nir�g Ehe reasons therefor. 3. Partia� Utilizati.on will not cons�itute Final Acceptance by City. 14.p5 Finallr�spect.rora A. Upon written notice fronz Contractor that the entire Wark is Substantially CoYnplete 'iti accordance with the Con#ract Documents; 1. Wi�hin 10 days, City will schedule a Final Inspection vvith Contractor. 2. City w�Tl notify Contractor in writing of all particulars in whic.h this inspection reveals that the Wark is incomplete or defec�ive {"Pt�nch List Items"). Cantractor shall 9mmediately take such measures as are necessary to complet� such Work or remedy such deficienczes. B. No time charge will b� mad� against the Cantractor �etween said date of notification to the City of Substantial Completion and the date af F3na1 Inspectian. 1, Shauld the City determine thaY the Work is not ready for Final Inspection, City will notify the Contractor in writing of the reasons and Contract Tim� �ill resume, 2. Shotald the Cit�r cnncur that Substantial Completion has been achieved with the exception of any Pt2nch List Ttems, Contract Tune will restuine for the duration it takes for Contractar to aehiev� Final Accepkance. 14.�6 FinalAcceptance Upan campletion by Contractor to City's satisfactinn, af any addi�ional VVork identiiied fn the Fina1 Inspection, City will issue ta Contractor a letter of Final Acce�tance. CITY OF I'ORT Vv'ORTH 5TAIVL}ARDCONSTRi1C7'ION SPECIF'ICAT[ON DDCUMEIV`f5 Revision: Yi�'L�'°1f}21 on7zoa-i GENERALCOND{TI�N 5 Page 56 nf 63 14.07 Frr�alPayment A. Applicat�onfarPa,y�zze�t 1. Upon Final Acceptance, and in the opinion of City, Conira�tor may make an application for firial payment follovving the proeedttre for pragress payznents in accordance with the Contract Documents. 2. The final Application foc Paymentshall be accomQariied (except as previotasly delivered) by: a. all doctunentation called for in the Contract Dacvments, including but not lirnited to the evidence o� insurance required by Paragraph 5.03; b. consent of the surety, if any, to final payment; c. a list of all pencling or released Dann�age Claims aga�st City that ConYractor believes are unsettled; and d. affidavits of payments and complete and Iegally effe�tive releases or �raivers (satisfactory to City) of all Lien rights arising out oi or Liens filed in connaction with fihe Work. B. PaymentBecom�s Due. 1. After City's acceptance of the Applicatian for Payment and accompanying docuxnentatzon, requested by Contractor, less previaus pay�nents made and any sum City i� entitle d, mcXud�g but not lirr�ited to iiquidated darnages, wiil beeame due and payable. Z. After all Damage Claims have 5een resolved: a. directly by the Contractor or; b. Contractor provides evidence that the Darnage Claiu�n has been repQrted to Contractor's inst�'anc� grovider %r resoiution. 3. The making of the fiinal payment by the City shall nat relieve the Contractor of any gtxarantees or other requirements of the Contract Documents vuhich sgeciiicaIly continue thereafter. 14.08 Final Completran Delayedand Par�ialRetainageRel�ase A. T�' final completion of the VL�ork �s sigrvficantly deJayed, and if City sa confirrns, City may, upon receipt of Contractar's final Application far Payment, and witkiout terz�nanating fihe Contraet, make payznent of the balance due for thafi portinn of fhe VL1ork fully campleted and accepted. If the remaining baJance ta be hekl by City for Work nat �ully completed or corrected is less than the retainage stipvlated in Paragraph 14.OZ.G and if bands t�ave b�en furnished as required in Paragraph 5.02, the writ�en consent of the surety to the payrr�ent o� the balance due %r that C1TY OF FORT WORT'H STANDARDCONSTRUCT{ON SPECIFICAT[pN DOCI]NIELVTS Revlslon: ft+`�'�021 �072Qp-1 GE�lERALCON�ITION 5 Page 57 oi 63 por�ion of the Wark iully completed and acceptedshall bs submitted by Contractor to City with the Application %r such payment. Such payment shall be made ur�der the terms and conditions govErning finaI payment, except t�at it shall not constih�te a waiver a£ Cantract Claazns. B. Par�ra.l Reta.rnageRelease. Far a Contract that provides for a separate vegetative establishment and maintenance, and test and perforrr�ance periods following Che cornpletion of all other construction in fhe Contract Documents for all Work locations, Phe Ciiy may reZease a portior� oi the amount retained provided that aIl ather work is co�nplet�d as determin�d by the Ci�y. Before the release, all sul�mittals and final quan�s must be cqmpleted and accepted for a1l other work. An amaun� sufFicient to ensure Contract complian.ce wiIl he reta�aed. 14.09 fWazver of Clar_ms Tl�e acceptance offinal payment vviil const�tute a release of the City irnrn a]I c�ims ar liabilities under the Cantract for anyttung done or furnished or re3ating to the work under the Contract I}ocuments pr any act or neglect of City related to or conn�cted wirh the Contract. ARTICLE 15 — SUSPENSION �F W�RK AND TERMIlVATION 15,Q1 CityMaySuspet�d Wo.rk A. At any time and without cause, City may s�:spend the Work or any portion thereof by vt�ritten notice to Cantractor and which may fix Yhe date nn which Work will be resurned. Ca�n�raetor shall resume the Wark on the date so iixed. D�ing t�mporary suspension of the Work cov�z'ed by th�se Contract Documants, for any reason, the City will malce no extra gayment for stand=by time of canstruction equipm�nt and/or eans�ructian crews. B. Shauld the Contractor not be able to cornplete a portion of the Pro�ect due to causes beyand the control of and without the fauIt or negligence of the Contractnr, and should it be determined by� mutual eonsent of the Cantractor and City that a solutic3n to allow construction to proceed is not available within a reasonable pe.riod of time, Contractor may r�quest an ��ensian in Contract Time, d,'u��ctly attrrbutable ta any such suspension. �. If it should become necessary to suspend the Worlc far an indefinite period, the Gonfractor shall stare all �xaateri,als in such a manner tYiat they wili not ohs�ruct or unpede the public unnecessarily nor become damaged in any �c�vay, and he shall take e�ery precaution to prevent damage or deterioration of fhe work performed; he shall provide suitable drainage about the work, and ereet ternporary structures where necessary. D. Cantractor may be rei�r�.bursed for the cost of moving h�s equipz�nen.t off the job and xeturning the necessary equipment to the job when �t �s deterr�nnned by the Czty that canst�uctzon nnay be reswned. Such reimbearsement shall be based on actual cast to the Cantractor of mc�ving the equipment and no profit �vill be allowed. Reimbursernent rnay not be allovcred if the equipment is moved to another construction project for the City. crrY or raRT woR�x STANDARDCONSTRUCTION SPECll�[CAT]4N DOCUMEN'?'S Revisi.on: �"�'�J2I D07200-1 G�NERAL C4N�I710N 5 Page 58 of 6� 15.02 CityMayTe,r.r.�i,�atefor�ause A. The occurrence of any one ar more of th� following events by way of exannple, but not of limitation, may justify ternZination for caUse: Cantcactor's persistent failure to perfarm the Work ix� accardance with the Contract Docuznents (including, but nat limtted to, failure ta supply sufficient skilled warkers or suitable materials or equipment, fai�tue ta adh�z�e to the ProJect Schedul� established under Paragraph 2.07 as adjusted from tirne to taxr�.e pursuani ta Paragraph 6.04, or failure tQ adhere to th� City's Business D�rersity Enterprise Ordinance #2002Q-12-2011estabiished under Paragra� 6.06.D) ; 2. Contractor's d�sregard of Laws or Regulations of any public body havirig jurisdiction.; 3. Contractor's repeated drsregard af the authority af City; or 4. Contractor's violaiion in any substantial way of any grovisians af fihe Contract Doc�unents; or Contractor's fai�ure to promptly make good any defect in materials or warkmanship, or defects of any nature, the correction of which �as been direct�d iri writing by the City; or 6, Substantial indicatian that the Contractnr has made an unautl�or�zed assignment af the Contract or any funds due therefrom far the benefit of any creditor or for any ather purpose; ar 7. Substantial evidence that the Contractar has beeozne itasolvent or bankr�pt, or otherwise fir�ancially unable to carzy on the VVork satisfaet�rily; or $. Contractor commences legal actian in a court of comp�tent jur�sc�iction against the C9ly. B. If ane or more of the events identified in Paragraph 15.02A. accur, City will pravide written natice to Contractar azad 5ut�ely ta arrange a canference with Contaractor and Surety to address Contractor's failure to perfarm the Wark. Gonferenee shall be held not later than 15 days, after receipt of notice. If fhe City, the Contractor, and fhe Surety do not agicee to allow the C�ntractor to proceed to perform fihe construciion Contract, the Cily may, to the extent permitted hy Laws and Regvlations, decl�re a Contractor default and formally terrrdnate the Contractor's right to complete the Contract. Conlractor default sha� not be declared �arlier than 20 days after the Cantractor and Surety have received no�ice of confarence to addr�ss Contractor`s failure to perform the VL�ork. 2. I�' Contractor's serviees are terminated, Surety shall be obligated to take over and per�orrn the Work. If Surety does not commence performance thereof within 15 cansecutive calendar days after date of an additional written natice demandin.g Surety's performance of its C1TY OF FORT VJORTH ST`�1N�EiRDCONSTRUCTI�N SPECIFICAT[6N DOCC.IMENTS Revision: S��il'dD21 no�2ao-r GENERALCONQITION S Page 59 of 63 abligati�ons, then City, without process or actian at ]aw, may take over any portion oi the Work and complete it as described below. If City completes the Work, City may exclude Contractflr and Surety fram the site and take possession of the Work, and all maferials and equipment incorporatad into fihe Work stored at the Site or for vvnich City has paid Cantractar or Surety but which are stored elsewhere, and finish the W�rk as Crty rr�ay deem e�pedient. 3. Whefiher Cit� ar Surety completes the Work, Cantracfar sha11 not be entiLled to receive any further payment Until the Work is finished. �£ the unpaid balance of the Contract Price �xce� all claims, costs, losses and damages sustained by C.ity arising out of or rest�ting frozn campletir�g the Wark, such excess will be paid ta Contractor. Tisuch clairns, casts, losses and damages exceedsuch unpaid 6alance, Cantractorshall pay the differenee to Cify. Such cIaims, casts, losses and damages incurred by City will be incorparated an a Change �rd�r, provided that when exercising any rights or remedies ttnder this Paragraph, Cit� shaIl not be required ta obta3n the �owest price for the Work perfoz'zned. 4. Neither City, nor any of its respective consultants, agents, o�ficers, directors or eznployees shall be in any way ]iahle ar accountable to Contractor or Surety fox the method by which the completian af the said Work, or any portion thereof, may be aecaCZZplished or for the price paid therefor. 5. City, notwithstanding the m�thod used in cannpleting the Contract, shall nnt forfeit the right to recave.r damages from Cantractar or Surety for Contractor's failtare to tim�ly compl�te the en�ire Contract. Cant�actor shall not be entitied to any cl�im on accaunt af the methad used by Ci�y in connpleting tY�e Contract. 6. Maintenance of the Work shall -con�intie to be Cantractor's azad Surety's responsif��lities as pravided for m the t�ond requirem�nts of the Contract Documents or any special guarant��s provrded for under th� Contract Documents ar any other obiiga�ions otherwise prescribed by ]avtr. C. Notwithstanding �aragraphs 15.02.B, Contractor's services will nat be terminated if Contractor begins within seven days of reeeipt of notice of �tent to t�rmmate to correct its failure to perform and proceeds diligently to cure such failure within no znare than 30 days of receipt of said no�ce. D. Where Contra�tar's services have been sa terminated by City, the termination �vill not affect any ri�hts or remedies of City against Contractor then existmg or vt+hich may thereafter accrue. Any retentinn or payment of moneys due Contractor by Gity will nat release Contractor from liabili�y. E. Ii and to the extent that Contractor has pravided a performance band under tl�e provisions o� Paragraph 5,D2, the terrnination prncedures of that bond shall not supersede tne prov�sions of this Article. crrY ar eo�zr woxTx STANDARDCONSTR[1CTlt}IV 9�ECIFICATIOIV I7DCUMEIVTS Revisian: S�]Zl 0072OD-1 GENERALCQNQITION.S Page 60 of 63 15.03 CityMay Termrrzate For Cor�vez�.ience A. City may, without cause and without prejudiee to any other ri�t ar remedy of City, terminate the Contract. Any termination shall be effectedby rnailino a notice of the terminatian ta the Contractor specifying the extent to whieh p�r�ormance o� Work unde.r the canfract is termir�ated, and the date upon whzch such ter�inafi.�on becames effective. R�ceipt af the notice shall be deemed conc�nsively presumed and established when fihe letter is placed in the Unit�d States Pastal S.ervice MaiI by the City. Further, it shall �e deemed conclusively presurned and e�tablished that such termma�ion is made w�th just cause as therein stated; and no proof in any claim, demand or suit sha11 be reqtured of the City regarding such discretionary actinn. B. After receipt af a notice of termina�on, and except as otherwise directed by the City, the Cnntractor shall: 1. Stap work under the Conira�t an the date and to the e�ent specified in fhe notice of terminati.on; 2. place r�o fnrther orders or subcontracts for tnaterials, servic�s ar iacilities axcept as rnay ba necessary for completian of such partion o�' the Work under the Con�ract as as nok terminated; 3. terminate all orders and s�bcontract� to the e�ent that they relate ta the perforrnance of the Work terminated by notzce of terxnination; 4. transfer ti�le to the Cily and deli�er in the manr�er, at the times, and ta the ext�nt, � any, directed 6y the City: a. the fabricated ar unfabricated parts, VL�ark in pro�ess, completed Work, supplies and other rriaterial prt�duced as a part af, or acquired � co�ec[ion with the p�rformance af, the Work terrninated by the notice af the terr�ination; and b. the completed, or partially campl�ted plans, drawings, infarmation and other property whach, if the Co�txact had been compl�ted, would have been required ta be furnished to the City. 5. camplete perfarmance of such Work as shall not have been terminated by the notice of terziainatian; anc] 6. take such action as may be necessary, ar as the City may direct, far Che protection and preservation of the property related to its contract which is in the passession of the Cantractor and in which the owner has or may acquire the rest. C. At a time not later than 30 days after the tertnination dat� specified in the notice af termination, the Contractar may submir to the Cily a 1�t, certii'ied as to quantity and qualiry, of any or all items oi terrrunation inventory nat previoUsly disposed of, exclus'rve of items the ciisposi�ion of vvkuch has been directed or authorized by City. CITY OF FDRT WORTH STA3�DAL2DCONSTRi�CTION 5PEC[NICA7'[ON DOCUMENTS Revisian: S+Z�Zfa�1 00 7z oo - � GENERA.LCON�ITIONS Page 61 of 63 D. Not Iater than 15 da�rs thereafter, the City shall accept ti�le to such items provided, that the list submitted shall be subject to ver�icatian by the City upqn removal of th� it�ms or, if the items are stared, withm 45 days from th� date of subrrussion of the Jtst, and any necessary adjustments to corr�ct tY�e list as subrnitted, shall be made prior to final sett�eznent. E. Nat Iater than 60 days after the notice of termination, the Contractor snall submi.t his termination claitx�. ta the City in the form and with the eertif'icat%n prescribed by the City. Unless an e�ension is made in vvriting vvithin such 60 day period by the Contractor, and granted by the City, any and all such claims shall be canclusively deemed waived, F. Tn such case, Contractor sha�l b� paid �or (without duplication of any iterr�s): 1. campleted and acceptable Work executed in accordance with the Cantract Docr_u�n.ez�ts prior to the effective date of termination, including fair and r�asonable stuns far overhead and profit on such Wark; 2, expenses sustained prior to the eifective date ai termination in performing services and furnishing labor, mat�rials, or equipm�nt as required by the Cdntract Documen#s in cannection with ur�co�p7eted Work, p�us faic and reasoraable sunn.s for over�ead and pro�zt on such e�per�ses; and 3. reasonahle expenses directly attributable ta termination. G. In the event of the failtira of the Contractor and C�y to agree upon the whole amount to be paid to the Conlractor by reason of the Cermination of the Work, the City shali determine, on the basis of information available to it, the amount, if any, due to the Contractar by reasonof the termination and shall .pay to the CanEractor fhe arnounts determined. Cantractar sha31 nat be paid on accot�t af Ioss of ant�cipated profits or revenue or other economic loss arising aut of or resulting fram such termination. ARTICLE 16 — DISPUTE RESOLUTYON 16.01 Methods and Procedr�res A. Either City or Contractar may request mediati�n af any Contract Claim submitkad far a decisian under Paragraph 10.Q6 before such decision beco�es final and b�ndzng. The request for meclia�ian shall be subzxutted to the other party to the Cantract. TimeIy submission of the request shall stay the efFect of Paragraph IO.Ofi.E. B. City and Contractor shall participate in the mediation pracess in good faith. The procass shall be commencad within 64 days of £iling of tne request, C. Tf the Contract Clair,r� as not resolved by mediation, Ciry's actian undex Paragraph 1.0.fl6.0 or a denial pursuant to �aragraphs ].0.06.C.3 or 1Q.06.D shall become final and binding 30 days after termunation of the mediation unless, wii�hin that time peri�d, City or Contractor: GTI'Y OF FORT WORTH STAN➢ARDCONSTRUCT[ON SPEGIFICAT[ON DOCUMENTS Revlsian: 8�21 007200-t G�NERA�.CANQITI�f�S Page 62 of &3 1, erects in writing tn invoke any other dispute resoluti.on pracess provicled for in the Supplernentary Canditions; or 2. agrees with the other party to submit the Cantract C�aim to another dispute resolution process; or 3. gives written natice to fhe other party of the intent to sul�znit the Contract Claim to a court of campetent jurisdietion. ARTICLE 17 — MISCELLANEOUS 17.01 Giving-Notice A. Whenever any provision flf the Contract Documents requires the giving of written notice, it wiIl be deemeci ta ha�+e been validly given if: 1, delivered in person to the individuaI or to a member of the firm or ta an oificer of the �orporatic�n for whom it is intended; or Z. del�vered at ar s�nt by registered or certified mail, postage prepaid, to the ]asi laysir��ss address lcnown ta the giver of the no�ice. B. B�sin�ss address changes must be promptly made an wri#�ng ta the other party. C. Whenever the Contraci Documents spec�ies giving notice by elecfironic rneans �uch �lectranic notice shall be dee�ed su�£xcient upan canfirmation of receiptby the receiving party. 17.Q2 Computatior� ofTirrtes jlVhen an� peri�d af time is r�t'erred to in the Contract Documents by days, it will be computed to exclude the first and �clude the ]ast day of such period. If the last day of any such peri.od falls an a Saturday or Sunday or an a day made a legal holiday the ne� Working Day shall became the last day of the period. 17.03 Cumu.lat,rve Remedies The duties and obligations �posed by these General Conditions and the rights and remedies available hereunder to the parties hereto are in addiki�n to, and are not to be canstrued in any way as a limita tion of, any rights and remedies avai]able to any or all of them which are atherwise imposed or available by Laws or Regulatiozis, hy special warranty or guarantee, ar by othe� provisions of fihe Contraci Docvments. The provisions of this Paragraph will be as effective as � repaated specifically in the Cantract Document� in connec�ion with each particular duty, obligation, right, and remedy to which they apply. CtTY OF FORT WDRTH 5TAIVDARDC�NSTRUCTIDiJ SPECIPiCATION DOCUMENTS Reuision; 8r�"Z(�Ll oo7zao-i GENERALCON.{71710NS Page 63 af 63 l 7. 0� Survl val of Obliga trnns All represEntalians, indemn�ications, warranties, and guaraniees made in, z'equired by, ar gz�en in accordance with the Coniract Dacurnents, as well- as all conti�uu�g obligatioz�s indicated in the Contract Documents, will survive �inal payrr►enf, completion, and acceptance of the Work or termination or completzon of the Contract or termit}ation of'the services of Cantractor. 17.Q5 Head��gs Article and paragraph headings are inserted for canvenienca only and do not canstiiute parts of these General Canditions. crrx a� FaRT waR�r� 57'ANDARbCONSTR[1CTIQN SPHCIFICAT[ON DQCiJMENT'S ��F�io�: S�raort aa 7� aa 5iIPPLEMENTARY COIVAITIONS Paoe 1 oi5 sECTzoN o0 7� o0 SUPPLEMEN`�'ARY CONDITIONS TO GENERAL CONDITIONS Supplementary Conditians These Supplementary Conditions r►iodify and suppl�ment Section 00 72 00 - General Canditious, and other provisions Qf the Coniract Doc�aments as indicated below. All pa•ovisions of th� Genera� Conditions tl►at are modified ar supplemented �•emain in f�ll force and ef%ct as so modified or supplementad. All provisions of the General Canditions which are not so modi�ed or suppl�mented remain in iull force and effect. Defined Terms The tez•rns used in tl�ese Suppleme�tary Conditions wliicli are de�'ined in the General Canditions l�ave the meaning assigned to them in tl�e General Co��ditions,. unless specifically noted herein. Modi�catiaus and Snpplements The following �re instructians that modify or supplement specifie pa�-agraphs in ihe General Cailditions and other Contract Documents. SC-3.03B.2, "Resol�ing Discrepancies" Plans govern over Speci�cations. SC�4.O1A �asement limits shown Qn the Drawing are aQproximate and were provided fo establish a basis for bidding. Upon receiving !he �nal easements descriptions, Cantractor shall compare them to ttie lines shown oi� the Contract Drawings. SC-4.OiA.1., "AvaiIability of L,ands" The following is a list af knawn outstanding right-ot�way, andPnr easements to be acquired, if any as af November 5, 2021: Dutstanding Itight-Of-Way, and/or Easements to Be Acqnired PARCEL OWNER TARGET DATE NUMBER OF POSSESSI�N None The Cantractor understands and agrees that the dates listed abave are estimates only, are not guaranteed, and do not bind the City. If Cont�•actor canside�•s the final easements p��ovided ta diffe�• materially from the representa�iflns on tfie Cont�•act Drawings, Contractor shall within five {5) T3usiness Days and he%r� proceeding witl� the Work, nofiify City in wri#ing associated with the differing easement l.ine locations. CITY OF FOR'P WORT�1 STANBAR� CONSTRUC'ITdN SPECIFICATION DOCUMENTS Revised March 9, 202D UTILITY CLIT REPAIR COTiTRACT 2D22 City ProjectNo. UC-01 2022 I 1 = 00 �3 on SUPPL�MENTARY CdNDITIpNs Page 2 af 5 SG4.01A.2, "Availability of Lands" Utilities oa• obstructiuns to be remaved, adjusted, andlor reIocated The following is list of utilities andlor obst�uctions ihat ha�e nat been removed, adjusted, a��dlor relocated as of November 5, 2021 EXPECTED U'I'ILITY AN]D LOCATIL3N O�VN�R Nqne TARGET DATE OF ADJUSTM�N`I' The Contractoa• undex�stands and agrees that the dates 1[sted above are estimates only, aee not gu�•anteed, a�3d do not bii�d t[�e City. SC-4.02A., "�ubsurface and Physical Conditions" The following are reports of explorafians and tests of subsurface c�nditions at the site of the Work: None The following a��e drawings of physical conditions in or relating to existing surface and subsurface structures {except Underground Fac'tliiiesj which a.re at or contiguous to the sita of the �Voilc None SC-�I.aGA., "Hazax•dous Environmental Conditions at Site" The following are �-eparts and drawinns of existing hazat•dous envu•omnental cotlditions known to the City: None SG5.03A., "Certi�icates of Insm•ance" Tlte entities 1[sted Uelow are "additional insureds as their interest may appea�•" including their respective afficers, directors, agents and einployees. (J) Cit}' (2) Consultant: None (3} Othe�•: Nane 5C-5.04A., "Contractor's Insurance" The limits of liabiEit� for the i�suranca r�quired by Parageaph GC-5.04 shall pra�ide the fol]owing coverages for not less than the fallowing azx�ounts or greater wl�ere required t�y laws and regulations: 5.04A. Workers' Compensation, und�r Paragraph GC-5.04A. S#atutory limits Employer's liability $100,000 �acl� accidentloccut•rence $100,p00 Disease - each employee $500,000 Disease- palicy limit CITY C}F FORT WORTH UTILITY CUT PrEPA[IZ STANDARU CONSTRUC7'ION SPECIPICATIbIV DOCLIMEI�iT3 CONTRACT 2022 �evisad March 9, 2024 City Prajecf No. iIC-01 2022 00 73 OD SUPFLEMLN'TARY CONDITIpNS Page 3 of 5 SC-S.d4B., S°Contractoe•'s Insuranee" 5.04B. Commercial General Liability, iinder Paragraph GC-5.d4B. Contractor's Liability Insurance �nder Paragraph GC-5.04B., �vhich sh�ll be an a per pi•ojeet basis covering fhe Contractor with ininimum limits af $1,0OO,OaO each aceurrence $2,000,000 aggrega#e limit '['he policy mUst have an endorsement (Amendment — Aggt'egate Limits of Insurance) making the General Aggregate Limits appiy separately to eaa� job site. Tl�e Cornmercial General Liability Insurance policies shall provide "X", "C", and "U" coverage's. Veri�'icatian of s�ch coverage must he s3�own in tl�e Remarks Article of the C�rtificate of Insurance. SC S.Q4C., "Cont�•actor's Insurance" S.U4C. Automobile Liability, under Paragraph GGSA4C. Coniraotor's Liabilit3r It�surance under Paragt•aph GC-5.04C,, whzch shall be in an amount not less than tY►e fallowing xtnounts: (1} Antonnobike Liabzlity - a ca�nmercial �usiness policy shall provide coverage on "Any Auta", defined as autos owned, liired and non-owned. $1,0a0,00� each accident an a combit�ed single limit basis. Bplit limits are acceptable if limits are at least; $25U,000 Bodsly Injury per person 1 $Sa0,000 Bodily Injury per accident 1 $100,fl00 Property Damage SC-S.D4D., "Contractor's Insurance" The Contractor's construction aativities will requira its empfoyees, agents, subcontractors, equipm�nt, and material deliveries to cross rai�oad properties and tracks: None Tlre Contractor shall conduct its operations on railroad properties in such a mar�ner as not to interfere with, hinder, ar ohstruct tlte �'ailroad campany in any �nanner whatsoever in the use ar operation of its/their trains or other property. Such o�erations on railroad properties may require that Contractor to exeeute a"Right of Enriy Agreement" with the pai�ticular railroad company ar companies involved, and to this end tlie Conta-actor should sat�sfy itself as to the requiz•einents o� eacii railraad campany and be prepac•ed #a execute ihe right-of entry (if any} required by a railroad company. The requirements specified Itereira lilcewise relate to the Contr�ctor's use of private andlor construction access roads crossing said raiiroad co;npany's properties. 'I'he Contracttial Lia6iliry coves•age required by Paragraph 5.04D oithe General Conditions sl�all provide co�erage %r not less than the following amonnts, issned by compani�s satisfaciory to the City and to the Railroad Company fot• a term that cnntinues %r so long as tl�e Contt•actor's operations and work ci•oss, oecupy, or touch railraad p�operty: (i) Genera! Aggregata: (2) Each Occurrence: Required for this Cont�•act CITY OF FpRT WORTI-I STAATDARD CDNSTRUCTIaN 3PEGIFIGATIQN DOCUMENTS Kevised March 9, 2020 $Confirm Litnits with Railroad $Coafirm Limits with Railroad X Not required �or this Contract vTri.iTr cvr �P.ar� CONTI2ACT 2C122 City Project3rTn. UC-OE 2U22 00 73 00 SUPPLENI�NTARY CONDITIONS Page 4 of 5 With respect to the above outlined insurance requirements, the fol[ow[ng shall govez•n: 1. Where a single i�ailroad eampany is invo}ved, tlie Conh•actor sl�all pi-ovide one insurance policy in the name of the railroad campany. HoweveA�, if �nore than one grade separatifln or at-grade crossing is a�£eated by tl�e Project at entirely separate [ocations on the line or lines oithe same railroxd company, separate coverage may b� required, each in the ainount stated above. 2. Where z�aore tl�an one railroad campany is nperating on tfie same ri�ht-oFvvay ot� where se�era[ railrnad eo�npanies are involved and operated an theu• own separaEe rigl�ts-of-way, the Contractor may be required to provide separate insuca��ce palicies iii tl�e na�ne of eacli raiiroad eqn�pany. 3. If, in additian to a grade separation or an at-grade crossing, otlaer tvork oi• acti�ity is proposed on a raili•oad company's right-of-way at a location entu•ely separate from the gc�ade sepu•ation or at- grade crossing, insurance coverage far this work must Ue inclt�ded in tl�e policy eovering the gracEe sepai-ation. 4. If no grade separation is involved hut other work is proposed an a railroad co�npany's rigl�t-of- way, all such other wark may be couered in a single poficy foa• that railroad, e�en tk�au�h Cl�e worlc may Ue at two at• mare separate locations. Nn work or activities on a railroad company's pi•operfy to k�e perfoz•med by ihe Contractoz• shall be coin�nenced uiftil the Contractot• has fucnished the City with an ariginal pnlicy nr polieies afthe insuranee for each railraad cotn�ar3y named, as required above. All such insurauce mtlst be approved by the City and each affected Railroad Company prioe to tha Contractor's baginning wark. TEae �ns�a•ance.specifed above musi be carried until all Work to Ue perForm�d an tlte railroad right�af-way kias heen con�pleted and tlie grade crossing, if an�+, is no longer used lay tlie Canta•actar. In additian, insurance must be carried during all maintenance andlo�• re�air work perFarnied in the railroad right-of-way. Such insura�fce must na�ne the railroad cornpany as tl�e insured, togethec• with any tenant ar l�ssee af the railroad company operating over tracks invol�+ed in the Project. SC-G.0�1., "Project Sc�iedale" Proj�ct sehedule shall he tier ] fox the praject. SC-6.47., "Wage Rates" The fallawing is the prevailiiig wage rate table(s) applicable to this project and is provided in the Appendixes: GC-6.0'7 24.13 �re�ailing Wage Rates (Heavy & Highway Construction Projects) A copy af the fable is also availa6le by accessing the City's website at: h�t�as :ll apps.%rtwn rthtexas.�ov/Pra i ectResau rces/ You can aecess the �le by following the directoty path: 02-Constx�uciion Documents/Specificatians/D1v00 — G�n�ral Conditions S�-6.09., "Permits and Util.ities" SC-6.09A., "Contractor obtained permits and licenses" T'lte following are known perrr►it� and/or licenses required by the Cantract to be acquired by the Contractor: None SC-6.095. `°City ohta.ined permits and licenses" C1TY OP F012T WORTH ifTILITY CiIT REPAIR STAAfDARD COh157'[2C1CTi0N 3PECIPCCATION DOCiTMF.NTS CONTRACT 2022 Revised March 9, 2020 City Project No. lJC-01 2022 QO 73 00 SUPPLEMLNTARY GONDIi'IQNS Page 5 oF5 Tlie following are tcnown permi#s and/or i[censes required by the Contract to be acq�it•ed by the City: Nane SGG.09C. "iDutsEanding permits and licenses" The following is a list of known autstanding permits andlor Iicel3ses to be acquired, if any as af November 5, 2U21: Outstanding Permits and/or Licenses ta Be Acquired OWNER PERMIT OR LICENSE AND LOCA'I'ION TARC`iET DATE OF �OSSESSIQN None SC-7.U2., "Cnordination" The individuals or entities listed below ha�e cont�•acts with the City far the perfarmance a�' other work at the Site: Vendox• Sco e of Work Coordination Authori None SC-$.U1, "Communicatians ta Contractor" Nane J SC-9,Q1., L°City's Project Manager" �� The City's Prajact Manager for this Contract is r. Chris Underwood, or hislher successor pursuant to w�•iften notit5cation �ram the �irector of Wate�• Depaa•tment SC-1�.63C., "Tests and Inspect'rons" None SG1b.O1C.I, "Niethods and P�•oceduR•es" d Nane 1 END OF SECTION Re�ision Log DATE NAME SUMMARY OF CHANGE 1 12212 0 1 6 F. Gri�n SC-9.a1., "City's Praject Ftepreser�tative" wording changed to City's Project Manager. 3/9/2020 Q,V. Magaria SC-6.07, Updated fhe [ink such that files can be accessed via the City's website, CITY QF PQRT WORTH STANDARD CONSTRUCTION SPEGiFIGATIQN DOCUMENTS Revised �vtarch 9, 2020 L]TiL1T`Y CUT R�,PA1R CONTRACT 2D22 City PrajectTio. UC-OI 2Q22 oi iiao-i Si1M��IARY �P WORK Page 1 of 3 1 2 SECTION O1 i1 00 SUMMARY OF WORI� 3 PART1- GENERAL 4 ]..1 SUMMA.I2Y 5 A. Section Ineludes; G 1. Summary of Work to be performed in accordance with the Contract Docurnents 7 B. Deviations from this City of Fort Worth 5tandard Speoif�cation 8 l . Nane. 9 C, Relafed 5pecification Sections include, but are not necessarily limited to: 10 i. Division 0- Bidding Requirements, Contract Farms, and Canditions of the Contract ll 2. Division 1- General Requirements 12 1.2 PRICE AND PAYM�NT PROCEDTIRE� 13 A. Measurement and Payment 14 1. Work associated with this Item is considered subsidiaey ta the �ario�s items bid. 15 No separate payment will be allowed fo�' this Item. lb 1,3 REP�ERENCES [NOT IISED] 17 1.4 ADMINiSTRATIVE REQUIR�MENTS 18 19 20 21 22 23 24 25 2b 27 28 29 30 3I 32 33 34 35 3{ 37 38 A. Work Covered by Contra�t Documet�ts 1. Work is to include furnishing aIl labox', materials, and equipment, and performing all Work necessary for tbis consYruction project as detailed in the Drawings and Specifications. B. 5ubsidiaty Wa��k 1. Any and all Wn�•k specificaIly gaverned by documentaty requu•ements for the praject, such as conditions imposed by the Drawings or Cantxact Dacurr�ents in wk�ich na specific item for bid has been provided for in the Propasal and the itezn is not a typical unit bid item included on the standard bid item lisfi, t1�en �e itexra shalI be cansidered as a subsidiary ltem of Work, the cost of which shal� be includ�d in the price bid in the Proposal for various bid items. C. Use af Premises 1. Coordinate uses of premises uiider direction of the City. 2. Assume fu11 responsibility for protecti.on and safekeeping of materials and equipment stored an the 5ite. 3. i7se at�d occupy only portions oithe public �treets and alleys, ar ati�er public places or other rights-of-way as pravided for in khe ordiz�ances af the City, as shown in the Contract Dacuments, nr as may be speeifically aui:horizad in wri�ing by the City. a. A reasonable amount nf tools, mate�ials, and equipment fot• construction pur•poses may b� stored in such space, but no mare than is r�ecessary to avoid delay in the co�astruction opera�ions. CITY OF FORT WORTH STANDARD COlVSTRl1CTION SPECIFICATTOIY DOCUMEIVTS Revised Aecember 20, 2012 UTILITY CUT REPAIR CO]VTRACT 2022 City PcpjectNo. UC-01 2022 pl ll 00-2 SUMMARY OP WORK Page 2 oF3 b. Excavat�d and waste materials shall be stoi ed in such a way as not to interfere �vith tl�e use of spaces that ma� be designated to be left free and unobstructed and so as not to inconveniei�ce accupants �iatEjacant property. c. If the street is occupied by rail�•aad ti•acks, the Worlc shall be carried on in such manner as not to interfere with the ope�•ation of 1:he railroad. 1) All Wai�lc shall be in aecordance with t�ailroad �'equu•emanis set fo�-th in Divisinn 0 as well as the railroad permit. D. Work Gvithin Easements 10 11 12 13 14 15 IG 17 18 19 2Q 21 22 23 24 25 2G �.7 28 29 3D 31 32 I. Do not enter upan private prop�z�ty for any purpose without having p�•eviously obtained permission fi•am th� ownea- af such property. 2. Do nat store equipment or material an private p�'opez�ty unle.ss and until the specified approva] ofthe properry awner 11as been secured 'tn writing by the Caniractor and a copy fw•nished to the City. 3. Un[ess specz�cally pro�ided otherwise, clear all rights-of-way o�� easements af obsfi��uctioi�.s which tnust be i•e�noved ta inake possible proper pt•asecutian of the Work as a pat`t of the pi-ojec� constt�uction operations. 4. Preserve and Use every precaution to prevent damage to, all trees, s!u•ubbery, plants, Iawns, fences, culverts, curbing, and alf oth�r types of st�•uctures or iinproveinents, io all watei•, sewer, and gas lines, to ali conduits, averhead pole lines, a�• a�purtenances thereof, includi�g the const�•uction of ternpprat�y fe�aces and to a!1 o.the�- public or private property adjacent to the Work, 5. Notify the pi-apei• re�resentatives of the owners or occupants of the public or private lands of inYerest in lan.ds which might be affected by the Work. a. Such notice shall be mad� at least 4$ hours in ad�ance of the begiru�ing of the Work. b. Notices shal] be applicable to bath public and private utility co�panies and any corporatian, cotnpany., individual, or other, either as own�rs or occupants, whose Iand fli• interest in [and might be affected by the Work. c. Be responsib[e foi� all damage or injuiy to property of any eharaet�r resultiilg from any act, omission, neglect, or misconduct in the manrier or method or execution af tlle Wor[�, o�- at any time due to defective worlc, material, o�� equipment. 33 6. Pence 34 a. Restoi-e all fences encountered and reYno�ed during constructia�n of the Ptoject 35 to the original or a better than original conditian. 36 b. Erect tempoi-a�y fencing in place af the fencing remaved whenever the Work is 37 nof in progress and when the sste is vacated overnight, and/or at all times to 38 pr.ovide site security. 39 c. The cost for all fence vvork within easements, including removal, temporary 40 elasui�es and replacement, sha11 be subsidiar�r ta the various items bid in the 41 project praposal, unless a bid item is spacifica�ly provided in the proposal. CITY OF FORT WOTZTH U'f[Ll'C"Y Ci1T R�PAIR STANDARD COI�i3TRLTGTIpN SPECIPICATION DOCUMENTS CQNTRACI' 2p22 Revised December 20, 2fl12 Ciry Project No. iTC-� l 2D22 0! IlOfl-3 srrnrrnrAxv or woxtc Page 3 of 3 � 1 2 3 4 5 6 7 8 9 1.5 SUBMITTALS jNOT USED] l.G ACTTON SC7BMITTALSIIlVFORMATIONAL SUSMITTALS [NOT USE➢] ].7 CLOS�OUT SUBMITTALS 11�TOT USED] 1.8 MAINTENANCE MATERIAL SUSNIITTALS [NOT X7SED] 1.9 QUALITY ASSiTRANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLTNG [NOT USED] 1.11 FIELD [�ITE] CONDITIONS [NOT U�ED] 112 WARRANTY [NOT IISED] PART 2 - PRODUCTS [NOT USED� 10 PART 3- EXECUTIQN [NOT USED] 11 12. 13 END DF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 1 CITY OF FORT WORTH UTILITY CUT RCPAIA STANDACi�7 CONSTRUCTIOl� SPECIPICATION DQC[JMENTS CONTKACT 2022 Revised Decemher 20, 2a 12 City Project 1�Io. UC-O l 2022 012500-I SUBSTI"I'U'["!ON PI20CET7TIRE5 Page l of 4 1 2 3 PART�- GEN�RAL Ci��`lllu 1►� /:�.�•1 SECTION D125 00 SUBSTITUTION PR�CEDURES 5 A, Section Includes: G I_ The procedure for requesting the approval af substitutian of a product that is .not 7 equivalent to a product whic� is specified by descriptive or perfarmance c�'iteria or 8 detined by reference to 1 0�� more of the following: 9 a. Name of manufactuz'er 10 b. Name af �endor 11 a Trade name 12 d. Catalog number 13 2. Suhstitutions are nat "or-ec�uals". 14 B, Deviatior►s fi'nm this City of Fort Worth 5tandard Specification 1.5 1. None. 1G C. Relat�d Specificatian Sections ir�clude, but are not necessarily limited to: 17 1. Division 4— Bidding Requirements, CQnt�•act Forms and Canditions of the Contract I 8 2. Di�isinrt 1— General Requirements 19 1.2 PRICE AND PAYMENT PROCEDT]R�+ S 20 A. Measurement and Payment 21 I. Wark associated with this Item is considered subsrdiary to the various items bid. 22 No separate payment will he allowed for tk�is Itern. 23 1.3 RE�ERENCES [NOT USED] 24 1.4 ADMINXSTRATNE REQiTIREMENT� 25 26 27 28 29 30 3 ]. 32 33 34 35 36 37 38 39 4fl A. Request for Substitutian - General 1. Within 30 days after award of Con�iract (unless noted otherwise}, the City will considez� formal requests from Cont��actor for substitution of products in place of those specif ed. 2. Cet�tain types ofeqtupment and Icinds af material are described in Specit'ications hy means of references to names of manufaciurers and vendors, tt•ade naines, or catalog numbers. a. When this methad of specifying is used, it is not intended to exclude from consideration athez• products beat•ing other manufacturer's or vendor's names, trade narn.�s, o�' cataiog numbers, pravided said products are "ar-�quals," as determined by City. 3. Other types o� equipment and kinds of material ffiay be acceptable substitutions under the following conditions: a. Ot'-equals are unavailable due to strike, discantinued production of products meeting specified requirements, o�� ot.�er facto��s beyond control af Contractor; pl', CFTY OP FORT WaRTH iJ'f'ILTTY CUT REPAIR � STANDARD CONSTRUCTIOIV SPECIPICATIQN DQCI.JMENTS CON'I'RACT 2022 Revised 3uly 1, 2011 City Froject No. UC-O 1 2022 a�zsao-z 5UL3S'FITUT1dN PROCEDURSS Page 2 of4 6. Contractor proposes a cost andlot• time reduction incenti�e to the City, 2 1.5 SIIBM�TTALS 3 A. See Request far Substitutinn �'n�'m (attached) 4 B. Frocedure for Requesting Substiiution S 1. Substitution sha11 be cansidered only; 6 a. After award of Contract 7 b. Under the conditions stated her•ein 8 4 10 11 12 13 14 IS IG I.7 1$ 19 20 21 22 23 2A 25 2G 27 28 29 30 31 32 33 34 3S 3b 37 38 39 40 41 42 43 44 45 �f 2. Submit 3 copies of each written request for substitution, incl4tding; a. Dacumentation 1) Comple#e data substarltiating camptiance of proposed substitution with Conteact Documents 2) Data relating to changes in construction schedule, when a reduction is praposed 3) Data relating to changes in cost b. For pi�oducts 1) I'�-oduct identiiication a) Manufactuz�er's name b) Telephone nuznb�r and representative contact name c) Speciiication Section or Drawing reference of originally specifieci product, including discret� name o�� tag number assigned to oiiginal product in the Contract Dacuments 2) Manufacturer's [iteraiure clearly marked to show cainpliance pf pcoposed product with Contt•act Documents 3} Iteinized compai-ison of original and proposed pr.oduct addressing product characteristics including, but not necessarily limited to: a) Size b) Corriposition or materials of construction c) Weight d) Electrical at• mechanical requirernents 4} P�-oduct expei�ience a} �ocation of past projects utilizing produci b} Name and telephone numher of persons associated vvith raferenced pt•ojects knawledgeabla eonce��ning proposed product c} Available field data and reports associated with pi•oposed product 5) 5amples a} Pravide at request of City. b) Sarnples become the property Qf the City. c. �'ar canstruction methods; 1) Detailed description of p�•oposed method 2) Illustratio� drawin.gs C. ApprovaC or Rejeciion 1. Written approval or rejection af substitution given by the City 2. City rese�ves the right fo require proposed produet to camply with color and pattei�n of speci�ed product if necessary to secure design in#ent. 3, Tn fhe event the substit�ztion is approved, the resulting cost arid/or time redu�tian will be dacumented by Change Ot•der in accardance with the General CanditiQns. C1T1' OF FORT WOR'I'�I CITILITY CLTT REPt1IR STANDARD CpNSTRUCTTOIV SPECIFICATION DOCi1ME1�'7'S CONTRACT 2022 Re�ised 7uly 1, 20l ] City Froject Na. UC-Ol 2022 U12500-3 SUBSTIT'[ITION PRpCEDURES Page 3 of 4 1 2 3 � 5 6 7 $ 9 x.6 1.11 FIELD [SITE] COND�TIQN.S [NOT USED] 1 Q 1.7 CLO�EOUT SUSMITTALS [NOT USED] l 1 �..$ MAINTENANCE MATERIAL SUBNIITTALS [NOT USED� 12 1.9 QUALITY ASSiJR�NCE l3 14 15 16 17 18 19 20 21 22 23 1.12 WARRANTY �N07` i[TSED] 24 1.10 DELIVERY, STORAGE, AND HANDLING [NOT i7SED] 25 26 27 PART 2- PRODUCTS [NOT USED] 28 PART 3 - �XECUTION [NOT USED] 29 30 3] 4. No additional contz'act tizne will be �iven for substitution. S. SubsEitution will be rejectad if: a. Sub:mittal is not through the Cantractoi• with his st�mp of approval b. Request is not �nade in acco.rdance with this Specz�cation Section c. In tn� City's opinion, acceptance will require substantial revision of t�e original design d. In the City's opinion, substitution wzll nat pe�artn adequately the function cansistent with the design intent ACTION �UBNIITTALS/INFORMATIONAL SUBMITTALS [NOT USED] �i. In malcing cequest for substitution or in using an appraved product, the Contractor represents that the Contractoz': I. Has investigated proposed praduct, and has determined that it is adequate oz' superior in all respects to ihat specifierl, and that it will perform function for which it is intended 2. Will provide same guarantee for substitute item as for product speci�ed 3. Will coordinate installatian of accepted substituiion into Work, to include building modiiicatians if necessary, making such changes as ffia�+ be required for Work to be compl�te in all respects 4. Waives a�l claims for additional costs related to substitution wl�ich subsequently arise END OF SECTION Ra�ision Log DATE NAME SUMMAItY O�' CHANGE CjTY OF PORT WORTFT STANDARD GONSTRUCTION SPECIFICATipN DOCUMENTS C�evised 7tily 1, 2Q11 UTILITY CUT REPAIR CONTRACT 2022 Gity Project No. UC-O l 2022 oizsao-a SLIBSTIT[JT[DN PROCEdLFRE$ Page 4 af4 1 2 3 4 5 G 7 8 9 10 m 12 13 14 15 16 I7 18 19 20 21 22 23 24 25 2� 27 28 29 34 31 32 33 34 35 3G 37 38 39 4D 41 42 43 44 45 46 47 48 49 EXHIBIT A R�QUEST FOR SU�STITUTION FORM: TO: 1'RQJ'�CT: DATE: We hereby submit fot' your cansideration the following product instead of the sp.eci�ed itenn for the above praject: S�CTION PARAGRAFH SPECIFIED IT'EM Proposed �ubstitution: Reason for Substitution: Include cample�e in%rmation on changes to Drawings and/or Specifications which proposed substihrtion will requit'e far its pz•oper installation. I'ill in Blanks Below: A. Will the undersigned cai�tR'actox pay for changes to the building design, including engineei•i��g and detailing costs caused by the requested subst�tution? B. What ef�ect does substit�tion ha�e on other tracies? C. Differences between proposed substitutian and specified item? D. IJiffeiences in product cost ar product delivery time? �. Manuiacturer's guarantees Qfthe proposed and speci�ed it�ms are: Equal Better (explain on attachment} The undet•signed states that the functian, appearance and quality are equivalent or superior to the speci�ied itern. Submitted By: For Us� by City Signatuz�� as noted Firrn. Ad.dress Daie Telephone Far Use by City: Appro�ed City �, Recommended _ Recommended Not recommended Received laie By ~ Date R�marks D�te GI'I`Y OP FORT WORTH 5TAN17�IltD CONSTRUCTION SPECIFICATION DQCUNfENTS Revised 3uly 1, 2Q 11 Rejected iITILITY CUT RE4�ATR CbNTRACT 2022 Gity Projec[ 1Vo. UGO I 2022 O13119-1 PRECQt�ISTRUCTION IvfEET1NG Yage 1 of 3 � 1 2 3 PART 1. - GENERAL 4 ].1 SUMMARY SECTION D131 19 PRECONSTRLTCTION MEETING S A. Section IncIudes: G I. �rovisions for the preconst�•uction me�ting to be held prior to the start af Work to 7 cIarify canst�•uction contract admin[stratian procedures 8 B. Deviatians frQm this Ciry oiFoz�t'North Standa�d Specification 9 1. None. IO I1 12 13 1.2 C. Related Specification Sections include, hut are 11ot neeessarily limited to: 1. Divisian 0— Bidding Aequirements, Contract Forms and Condi�ions of the Cantract 2. Division 1— Genez�al Requirement� PRICE AND PAYMENT PROCEDIIRE,S 14 A. Measurement and Payment 15 1. Work associated with this Ttem is considered subsidiary to the various items hid. 16 No sepa�ate paymei7t vvill be allo�,ved for this ltem. 17 1.3 REFERENCFS [NOT i7SEDj 1 S 1.4 ADMINISTRATIVE REQUIItEMENTS 19 20 2i 22 23 24 25 2G 2'7 28 29 �a 31 32 33 34 35 36 37 3$ A. Coordination 1. Attend pt�ecanstruction mee�ing. 2. Representatives of Contractor, subcontractors and suppliers aiiending meetings shall be qualiiied and .authorized to act on beha�f of the entity each rep�•esents. 3. Meeting administej•ed by City may be tape recorded. a. If recorded, tapes will be used to prepar•e minutes and retained by City far future reference. B. Preconstruction Meeting 1. A preconstruc#ion meeting will be held within I4 days after the executian of the Agreernent and before Work is started. a. The meeting wil.l be scheduled and adna inistez'ed by the City. 2. The Project Representative will p�'eside at the meeting, prepat•e the notes of the meeting and distribute copies of same to aI{ participants who so request by fully completing the attendance form to be circulated at the heginning of the meeting. 3. .Attendance shall include: a. Praject Representative b. Cant�actar's praj�ct m�anager c. Contractor's superintandent d. Any subcantractar or supplier repa•esentatives whom the Contt-actar may desire to invite oz• the C�ty m.ay request CITY OF FdI2T WORTH STANDAILB CONSTRUCTION SFECIPICATION DOGUMENTS Revised August 17, 2012 i3TII1TY CUT REPAIR GONTRACT 2D22 City Project na. UC-01 2022 � 013! 19-2 PRECONS7'Ri7C7'[ON MT�ETING Page 2 qf 3 1 2 3 4 5 G 7 8 9 !0 11 I2 13 14 15 I6 17 18 1.9 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 35 37 38 39 40 41 42 4� 44 45 e. Other City representatives f. Others as appropriate 4. Construction Schadule a. Pt•apare 6aselin� const��uction sched�ale in accordance wifh Section 01 32 16 and provide at Preconstruction Meeting. b. City will nottfy Conft•actqr of any schedule changes upan Notice of Freconstr�ction Meeting. S. Preliminary Agenda may include: a. Int�'aduction ofProject Personnel b. General Description of Project c. Status of right-of vtFay, utility clearances, easements oi� othe�• pertinent permits cf. Conttactor's worlc plan and schedule e. Contract I'ime f. Notice to Proceed g. Construction Stak�ng h. Progi•ess Payments i. Extra Work and Change Orde�• Procedures ,j. Field Ordet�s k. Dispasal Site Letter for Waste Materia[ 1. Insurance Renewal� m. Payroll Cei�tification n. Material Certif cation� and Quality Control Testing o. Public Safety and Conveniance p. Documentat[qn ofPre-Const�•uctian Condit[ans q. Weelcend Work Natification r, I,egal Halidays s. Trench Safety Pians t. Confined Space �ntry Standards u. Coordination wit11 the City's z-epresentative %r opet�ations of existing water syste:ms v. Storm Water Pollution Pre�ention 1'lan w. Coordinatian with other Contractors x. Early Warning Systern y. Contractor Evaluation z. Special Conditions applicable to the project aa. Damages Claizt�.s bb. Submittal Procedures cc. Substitutian Pj•ocedurtes cEd. Correspondence Routing ee. Record Drawings ff. T'emporary construction facilities gg. MIWBE or MBE/SBE procedures hh. �'inal Acceptance ii. Finall'ayment jj. Questions af Coinments CITY DF FORT WORTH STANDA[ZD COf�15TRUCTION SPECIFiCATiON DOCiIMEIVTS Revised August 17, 2012 UTILITY CU7' REPAIR CONTRACT 2022 City Projeet no. UC-Q l 2022 O1 31 19-3 PRECONSTRUCT[O?�I MEETINCY Paga 3 of 3 �� 1 1.5 SUBMITTALS jNOT USED] 2 1.6 ACTIDN SUBMTi'TALS/INFORMA.1'IONAL SUBMXTTALS [NOT USED] 3 1.7 CLOSEOUT SiIBMITTAL�S [NOT USED] 4 1.8 MAINTENANCE MATERLA.L SUSMXTTALS [NOT USED] 5 1.9 QUALITY ASSURANCE [NOT USED] 6 1.10 DELIVERY, STORAGE, AND HANDLING [NOT LT�ED] 7 1.11 FI�LD [STTE] CONDXT�4NS [NOT i7SEDJ 8 1.12 WARRANTY [NOT U�ED] 9 PART 2- PRODUCTS �PIOT USED] 10 P.ART 3- EXECUTION [NOT USED] 11 12 J 1 13 � END OF SECTION Reviszon Log DATE NAME. SUMMARY OF CHANGE � CI'i'Y OF FORT WOATH UTILTTY CUT I2EPAIR STANL3ARD CONSTI2t7CTIQiV SPECIFICATION IIOCUME[JTS CO7�TRACT 2022 Revised August 17, 2012 City Prnject no. l!C-01 2022 013120-1 PRQTECT dv1EETINGS Page 1 of 3 3 2 S�CTION fl131 20 PROJECT 1VIEETINGS 3 PART1- GENERAL 4 1.1 SUMMARY 5 6 7 8 9 14 I1 I2 I3 14 A. Section Includes; 1. Provisions for praject meetings throughout the construction periad to enable orderly review of the progress of the Work and ta provide for systematic discussion of potential p�•oblems �. Deviations this City of Fort Woi�th Standard Speci�catio� 1, This specification is for use on projects design.ated as Tier 3 or Tier 4. This contract is a Tier 1 contract, thus nat applicable, C. Related Specification Sections include, but are not necessarily limiied to: l. Division D— Bidding Requirements, Corttcact Forms and Conditians ofthe Contract 2. Divisian 1— General Requiremattts 15 1.2 PRICE AND PAYMENT PROCEDIJRES 16 A. Measurement and payment 17 I. Work associated with this Item is conside�•ed subsidiary to the va��ious ztems bid. 18 No separate payment will be allawed for this Item. 19 1.3 RE�'ERENCES [NOT USCD� 20 1.4 ADMINISTRATIVE REQUIREMENTS 2I 22 23 24 25 2s 27 28 29 3Q 31 32 33 34 35 3b 37 38 A. Coai•dinaiion 1. Schedule, attend and administer as spacified, periodic progt•ess meetings, and specially called �►eetings throughout progress of the Woi�k. 2. Representatives of Contractor, subcontractoi•s ar�d suppliers aftending meetings slaall be qualified and authorized to act on hehalf of the entity each represents. 3. Meetiitgs administered by Cii� may be tape t�ecard�d. a. Xf recorded, t�pes will be used to prepare minutes and retained by City for future reference. 4. Meetings, in addition to those specified in ihis Sectian, tnay 6e held when reqUested by the City, Engineer or Cantractar. B. Pre-Construction Neighborhood Meetuzg 1. After the execution of the Agreement, but befot'e construction is allowed to begin, attend 1 Fublic Meeting with af%cted residents to: a. Present projected schedule, including constructian start date b. Answef• any construction related questions 2. Meeting Location a. Location of ineeting to be deterrtlined by the City. CTTY OF FORT WaRTI-I STA1�iDARI7 CONSTRUCTTON SPECIFICATION DOCUME�ITS Revised 7uly 1, 2p 11 UTILITY CUT REPATR CONTRAGT 2022 CiLy Projecf No. UC-012Q22 � 013120-2 P1�0]ECT MEE7'TNGS Page 2 af 3 1 2 3 � 5 6 7 8 9 10 11 I2 13 14 15 1G 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 3B 37 38 39 40 41 42 43 44 4S 4G 47 48 3. Attendees a. Contracto� h. P�'oject Rept�esentati�e c. Othet• City i'epz'esentatives 4. Meeting Schedule a. In general, the neighborhood meeting will accur within the 2 weeks followir�g the pre-canstruction conference. b. In no case wiL[ construction be a[lowed to beg�n until this rneeting is held. C. Progress Meetin�s l. Formal project coordination meetings w.ilI be held periodically. Mee�ngs will be schedu[ed and administered by Project Representative. 2. Additional pragr�ss zneetjngs to disc«ss specific Copics wi11 be conducted on an as- needed basis. Such additional 1a�eetings shall include, but not be Itmited to: a. Coordinating shutdowns b. InstaTlatioii of piping and equipment c. Caordination between other construction p�•qjects d. Resolution ofconsti•uction issues e. �quipment approval 3. The Project Represantative will preside at pi°ogress meetings, prepare the notes of tile meetin� and distribute copies of the same to all par�icipaiits who so request by fully completing the atfendatac� fox'r� to be cireulated at the 6eginning of each meeting. 4. Attendance shall include: a. Contractor's project ir�anagei• b. Contractor's superintendent c, Any suheont�'actor ar suppliei representatives wham ihe Contractor may desire to invite or the City may r�quest d. Engineer's ��e�res�ntatives e. City's representatives f. Othet•s, as r•equested by the Project Representative S. Preliminary Agenda may include: a. Revi�w of Worlc prdgress since previous meetrng b. Field observations, problems, conflicts c. Itefns which i�npede canst��uction schedule d. Review of off-site fabricatian, deli��ry schedules e. Review of construction interfacin�; and sequencing �•equirements with other constructian contract5 f. Corrective measures and procedures to regain projected sch�;dule g. Revisions to constt�uction schedule h. S'��agz-ess, schedule, dur�ing succeeding Work period i, Coordinaiion of schet[ules j. Review subtnitEal schedufes k. M�ntenance of quality standards 1. Pending char�ges and substitutians m. Reuiew proposed changes for; 1) Effecf an construction schedule and on completion date 2) Effect an other contracts of the Project n. Review Record Documents CITY dF FpRT WORTH STANDARD CONSTRUCTION SPECTFCCATION DOCLTMl:N7'S Revised luly 1,2011 UTILITY CUT REPAIR CONTRACT 2D22 Ciiy Project No. UC-Ol 2022 0[3120-3 PROJ�CT M�6'I'INGS Page 3 of 3 1 2 3 4 5 6 7 8 9 �a 11 12 13 14 15 ' 16 I7 I8 19 20 J 1 � 21 o. Review monthly' pay requ�st p. Revievu status of Requests for Tnfarmation 6. Meeting Schedula a. �'��ogt�ess meetings will be held periodicaily as determined by the P�'oject R�p��ese�tative. 1) Additianal meetings may b.e held at tl�e request of the: a) City b) E�zgineer c) Contractor 7. Meeting Location a. The City wi11 establish a meeting location. 1) To the extent practicable, meetings wilI be held at the Site. 1.5 SUBIVIITTALS [NOT USED] 1.6 ACTION �UBMITTALS/INFORMATIONAL SUBMITTALS jNOT USED] 1,7 CL05EOIIT SIISMi'TTALS �NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [N�T USED] 1.9 QiTALITY ASSURANCE [NOT IISED] 1.10 DELNERY, �TORAGE, AND IiANDLING [NOT USED] L11 PIELD [SITE] CONDITIDNS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT IISED] 22 PART 3- EXECUTION [NOT USED] 23 24 25 END OF SECTION Re�ision Log DATE NAME SYTN�vIARY OF CHANGE CITY OF FORT WOR'T'Fi STADI]JA,RD CONSTRUCTION S�'ECTFICATIpN DOCUMENTS lZevised 7u[y 1, 2Q1 l LITILii"Y CUT REPAIR co�v�c-r zozz City Project No, ilC-O l 2022 DI3216-1 CO%15TRUCTIONPFtOGRESS SCHEDUI.E Page 1 of 10 i 2 3 PART 1 - GIIVIItAL sECTroN a1 32 1s CONSTRUCTIQN SCHEDULE 4 1.1 SUMII�RY 5 A. Sectian Includes: B l, General requirements for the preparation, submittal, updating, status reparting and 7 management af the Canstructian PrQgress Schedule 8 2. Specific requiremen�s are presented i.rz the City of Fort Worth Schedule Guidance 9 Docum�nt 10 B. Deviations from this City oi Fort Warth Standard Specification ll 1. Nane. L2 C. Related Specification 5ections iri�lude, hut a�re nat;necessarily limited to: 13 1. Divisian Q— Bidding Requirements, Contract Forms and Canditians of tha Cantract 14 2. Divisian 1— General Requirements 15 16 17 18 19 2Q 21 22 23 24 25 26 27 28 29 30 D. Purpose The City of Fart Warth (Ciiy) is comrnitted to delivering quaIity, cost--efiective �frastructure to zts cit:izens izi a tiznely manner. Akey toal ta achieve th�s purpose is a prflperly structured schedule wrth accurate updates. This supports effective rnonitoring of progress and is input to critical decision mak�g by the project manager thrflughout the Iife of th� project. Data from the updated project schedule is utilized in status reparting to various levEls of the City arganization ar�d the citizenry. This Dacument complements the City's StandardAgreement ta guide the construction eontractor {Contractaz') u� preparing and submitting acceptable schedules far use by the City in project delivery. The expectaYaan is the performance of the work follows the accepted schedule and adhere to the contractualti�me�ne. The Cantractor will deslgnaYe a qualified representative (Praject Scheduler) responsihle for developing and updating the schedule and preparirig siatus reporting as required by the City. 31 1. 2 PRI CE AND PAYMENT PRO CIDURES 32 A. Measurefnent and Payrnent 33 1. Work associated with this Item is considered subsidiary ta the various items bid. 34 No separate payment will b� allowed far fihis Item. 35 2. Non-campliance withthis specificati�n is grounds for City to withhold payment oi 36 the Contractor's invoices until Cantractor achieves said compliance. 37 1..3 RF..�`ERENCES 38 A. Project Schedules CITY OF FORT WORTH iJ'III.ITYCUTREPAIR STA3YDARD CONSTRUCi'ION SP�.C7FICATIQN DOCUM�NTS CON1'RACi'2U22 Revised August 13, 2021 CiryProjectNo.UG012022 a� �zis-z CONSTRUCTION PROGRESS SCI�EDULE Page 2 of 1� 7 8 9 ia ii 12 13 14 Z5 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 �!D 41 42 43 44 45 46 47 48 49 Each project is represented by City's master praject schedule that encampasses the entire scoge of acti�ities envisioned by the City to praper�y delivez' the work. Whera the City eontracts wi#h a Contractor to perfarm construction of the War�C, the Confz'actar will develop and maintain a schedule for the�r scope of work in alignment with tl�e City's standard sch�dule requirements as r�efined herein. The data and in%rmation of each scrch schedule will be Ieveraged and becorr�e integral in the master project schedule as deemed appzopr�iate by the City's Project Cnntrol Specialist and approved by the City's Project Manager. Master Prnject Schedule The master project sc.hedule is a holistic representation of the scheduled activities arad �nn�lestones for the total project and be Critical Path Method (CP11/� based. The City's Praject Manager is accountable for ov�rsight of th� developm�nt and maintaining a master praject schedul,e for eachproject, When the City coni�racts far the design and/or construction of the project, the master project schedule will 4ncorporate elements of the Design anci Constructian schedules as deemed appropriat� by the City's Project Control Specialist. The assigned City Project Control Specialist creates and maintains the master groject schedule in P6 {Ciry's scheduling saftware) , 2. Canstrue�ian Schedule The Contractar is responsible for developing and maintair�ing a schedule for the scape nf the Cantractor's contractualrequirements. The Contractor will issue an initial schedule for review and acceptance by the City's Project ControlSpecialist and the City's Pzoject Manager as a baseline schedule for Contractor's scope of work. Contractor will issue current, accurate updates o� th�ir schedule {Progress Schedule) to the City at the end of each monfh throughaut the life of their work. B. Schedule Tiers The Ciry has a portfolio of projects that vaey wid�ly in size, complexity ar►d cantent requirmg diiferent scheduling to eifecti�ely deliver each projeet. The City uses a °tiered" approach to align the proper schedule �ith the criteria for each praject. The City's Project Manager d�termines the appropriate schedule tier for �ach project, and includes that desigr�ation and the associated requ.irements in the Contractar's.scape of work. The following is a summary of the "tiers", 1.. Tier I: SmaiT 5ize and 5hort Duratiop Project {design not required) The City develops and maintains � Master Project Schedule for the project. No schedule submittal is required from Contractor. City's Praject Control Speciali5t acquires any necessaz'y scheduJ.e status data or information thraugh discussions with the respeetive party on an as-needed basi�. Tier 2: Sma11 Size and Short to MediUm D�zrati�n Projact The City develops and maintains a Master Project Schedule for the praject. The Cantractor identifies "start" and "finish" mil�stone dat�s on key eIements of their wark as agreed with f�e City's Projeet Manager at the kickoff of their work effort. The Contractor issues ta the City, updates to the "`start" and "finish" dates for such rr�ilestones at the end of each month throughot�t the li�e of their wor� on the project. 3, Tier 3: M�dium ancf Large S3ze and/or Complex Projeets Regardless pf Duz'ation c�x o� �o�zr wa�zrt� STANDARD CbIVSTRUGTION SPECiFICATION DOCUMENTS Revised August 13, 2021 LITILI'I"i' CUT R�PAI12 CON'I'RACT 2Q22 City Praject Na. UC-01 2422 01 32 16 - 3 COI�TSTRUCTTON PI2DGF2E55 SCIiE�ULE Page 3 of 10 1 The City develops and maintains a Master Praject Schedule for the project. The 2 Contractor develops a Baseline Schedule ancl maintains the sehedule of their 3 respecti�e scape of work on the project at a level of detail (generally Leve13) and in 4 alzgnzzkent with the WB.S structure in Section 1.4.Has agreed by fhe Project 5 Mataa�er. The Coniracior issues to the City, updates of their respecflve schedule 6 (Progress ScheduIe) at the end af each month throughout the life of thei.r traork on the 7 project. io 11 I2 13 14 15 16 17 18 19 20 21 zz 23 24 25 2fi 27 C. Schedule Types Project delivery for the City utilizes two types Qf schedules as noted belaw. The City develops and mainfiains a Master Project Schedule as a"baseline" schedule azzd isstte monthly updates to the City Prnject Manager (end pf each manth} as a"progress" schedule. The Cantractor prepares and sulamits each schedule type ta fulfill tl�e�' contractual r�quirem.ents. Baseline 5chedule The Contractor develops and submits to the City, an initial scfiedule for their scape of work in alignment with th�s spec�fication. Once reviewed and accepted by the City, it becomes the "Baselirie" sel�edule a�d �s Yhe basis against which all progress is measured. The baseline schedule willbe updated when there is a change or addit9on to the scope of work imgacting the duration of the wark, and only after receipt of a duly authorized change order �ssued by the City. In �e event pragress is signiiicantly behi.rid schedule, the City's Project Manager may authorize an update to the baseline schedule to fracilitate a mare practical evaluation of progress. An example of a Beseline 5chedule is provided in Specification O1 3216.1 Cnnstruction Project Schedule F�aseline Example. 2. Progress Schedule 28 The Contractor updates their schedule at the end of each �tnonYh to represent the 29 pragress aehieved in the work which includes any impact fram authorized changes 30 in the waa'k. The updated schedule must aEcurately reflect the current status af the 31 work at that point in time and is referred to as t�e "Pragress Schedule". The Ci�y's 32 Project Managex at�td Project ControI Specialist reviews and accepts each pragress 33 schedule. In the event a pragcess scheduIe is deemed not acceptable, the 34 unacceptable issues are identiiie.d by the City within 5 working days and the 35 Contractor must pr.ovide an acceptable progress schedule �+vithir� 5 warking days 36 aiter receipt of non-acceptance notificatian, An exarnple nf a Progress Schedule is 37 pro�ided in Spec�xcatio� Qi 32 1fi.2 Cflnstruction Project Schedule Pragress 38 F�ample. 39 D. City 5tandard Schedule requirements 40 The following is ar� overview of the methodolQ�y far developing and znaintaz�ing a 41 schedule for delivery of a praject. C1TY OF FO�I' WORI'Ii UTD_.ITY C[JT REPAIR STANDAR.D CONSTRUCTI03V SPECIFICATION DOCUMENTS CONT�tAGT 2022 Kevised August 13, 2021 City ProjectNa. UC-01 2022 O1 32 1G -4 CQNSTRUCTION YROGRLS S S CHEDIILE Paga 4 of 10 1 2 3 4 5 6 7 8 9 za 11 12 13 14 15 16 17 ].8 19 20 21 22 23 2� 25 2fi 27 28 29 30 31 32 33 3� 35 36 37 38 39 40 41 42 43 44 45 4fi 47 I. Schedule Framework - The schedule will be based an the defined scope of work and follaw the (Critieal Path Methodolagy) CPM methad. The Contractor's schedule wiIl align with the requirements of th�s specification and will be cosi lo�xded to reflect their plan far �xecution. Compliance with cast l.aadiz�g can }� provided v�+ith traditional cost Iaading of lin� it�tus OR a projected cvst per month for the project when the inihal schedule is submiited, updated nn a quarterly basis is signiflcant change �s antieipated. Overall schedule duratian will align with the contractual requirements for the respecti�e scope of work and be reflected in City's Master Praject Schedule. The Project Number and Name of the Project is required an each schedule and must match the City's project data. E. Schedule Fiie Name All schedules submitted to the City far a prpject wi11 have a fi�e name that begins with the City's pp�ject numberfaIIowed by the name of the projectiollowed by l�raseline (if a baseline schedule} or the ye�rr r�nd month {if a progress sclaedule) , as shownbelow. � P�seIine Schedule File Narne Format: City Project Num}�er Project Name_Bas eline Example; J.01376�Narth Montgamery Stree# Hi�iIAC_LSaseline • Progress Schedule File Name Fnrznai: City ProjectNumber_Praject Name_YYYY-MM E�azrzple: 1Q1376_North Montgomery Street HMAC_20X8_Ol. s Project Schedtale Progress Narrative File Name Format: City Project Number_Project Nazrie PN YYYY MM Example: 10137fi_North Montgarnery 5treet � IM.E1.0 PN_2018_01 F. Schedule Templates The Contractor willutilize the relevant sections from the City's ter►�plates provided in the City� s dacument management system as the basis for creating their z'espective pz�oject schedule. Specifically, the Contractor's schedule willalign with the layout of the Construction sectian. The templates are identified by type af project as noted below, � Arfierials a Aviation a Neighborhoad S�reets � Szdewalks {later) � Quiet Zones (lat�r) 0 5fxeet L�ghts (later) e Intersection Improv�menis (later} s Parks • Storm water • Street Maintenance • Traffic • Water 48 G. Schedule Calendar crrY oF �o�r wa�rx 3TANDARD CaNSTRLlCTION SPECICICATTON DOCUMENT'S Revised August 13, 2021 UTILITY CLTT REP.4IR CON'TitACT 2022 City Project Na. UC-nl 2022 01 3216-5 CONSTRUCTIOI�lPROGRESS SCHEDIILH Page 5 af lQ The City's standard calendar Tor schedule developzne�i purpases is based on a 5-day workweek ar►d accounts for the City's eight standard holi�lays (New Years, Martin Luther King, Memorial, Independence, Labor, Thanksgiving, day after Thanksgiving, Ck�ristmas} , The Contractor will establish a schedule calendar as part a� the schedule develapzxxent pracess and provide to the Project Contral Specialist as part af the basis ior their schedule. Variatians between the City's calendar and the Cantractor's calendar must be resalved prior to the City's acceptance of their Baselirie graject schedule. 10 H. `1VBS & Milestone Stat�dards for Schedule Developm�nt 11 The scape of work �o be accomplished by the Contractor is represented in the schedttle 12 in the form of a VVork Breakdawn Structure (�3S) . The WL'S is the bas�s ior the 13 development flf the schedule activities and shall be innbedded and depicted in the 14 schedule. I5 I6 17 18 19 2p 2J. 22 23 24 25 26 2'7 28 �9 30 31 32 33 34 35 36 37 38 39 4Q 41 42 43 44 45 46 47 The follawing is a summary af th� standards to be iollawed in preparing ar►d znaintaining a schedule for project delivery. Contractor is required to utilize the City's WP� structure and respective project type template for "Constructinn" as sha�,vnin 5ection 1.4.Hbelow. Additional activities may be added to Levels l. - 4 to accommodat� the needs of the organizaiion executing the wark. Specifically the Cantractor will add activities under WPaS XX��XXX.80.$3 "ConstructionExecution" that delineates the activities associated with tlte various components nf the work. 2. Contracfior is required to adhere to the C'rty's Standard Milestones as shown in Seckian 1.4.I below. Cont�actor wi]Iinclude additional milestQnes repr�s�nting intermediate deliverables as required ta accurately reflect their scope of work. Schedule Activities Activities are the discrete eltiments of t�vork that make up the schedule. They wili be organized under the umbrella of the VI�BS. Activity descriptions should adequately deseribe ihe activity, and in some cases the extent of the activity. All act�vities are lagzcally tied with a predecessor and a suceessc�r. The anly exception t4 this rule is for "project start" and "project finish" milestones, The activity duration is ioased an the physical arnount of work to l�e performed for the s�ated activity, with a maximum duration af 20 waz'king days OR a continuous activity in one locatian. If the work far any o.ne act%ity exceeds 20 days, break that activity dovvn inerementally to achieve th3s duration constraint. Any exceptian to this requirss review and acceptance by ihe City's Project Control Specialist. J. Change Orders When a Change Order �s issued by the City, the impact is incorparated irtto the previous�y accepted baseline scheduie as an t�pdate, to clearIy shnw irnpact to the groject timelirie. The Cantractor subrruts this updated baseline schedule ta the City for CTI'�C dF FOl�i' WDRTH STANDATtD CONSI'RUCTION 5FECIFICATION DOCUMEN'I'S Revised August 13, 2021 UTILITY CUT REPAI[2 CONTRACT 2022 Gity Project No. LIC-Ol 2022 Ol 32 16 - 6 CONSTRUCTIOid PKOGRESS SCHiDULE Rage 6 of 10 1 2 3 4 5 6 7 8 9 IQ ii 12 13 14 15 16 17 18 19 20 21 zz 23 24 25 26 27 �8 29 30 31 32 33 34 35 3fi 37 38 39 4D �f 42 43 44 45 46 A7 re�iew and acceptance as dascribed 'm Section 1.5 below. Updated basel3ne sehedules adhere to the foliowing: 1. Time exter►sions associated with approved contraet modi�icat�ons are limited to the actual amount of time the project acfivities are anticipated ta be delayed, unless otherwise appraved by the Pragram Manager. 2. The re-baselined schedule is submitted by #he Conteactar within ten workrlrays after the date of receipt af the appraved Change Order, 3, The changes in logic or durations approved lay the City are used to analyz� the impact of the char�ge and i� i�t�cluded in the Change Order. The coding for a new activity{s} added tq the schedule :For the Change Order includes the Change Ord�r number in ihe Activzty ID. Use as many activities as need�d ta accurately show the wark of the Change Order. Rev3sions to the baseline schedule are not eff�ctive until accepted by the City. K Ci�y's Work Breakdown Structure WSS Code WBS Name XXXXXX Project Name ���XXXX.3Q Design X��XXXX.30.1Q Design Coniractar Agreement XXXXXX.3�.2Q ConceptualDesigra (30%) XXXX���.30.30 Prelim�inary Design (.60%) XX��XXX.30.40 Final Design ��XXXXX.30.50 Envirorunental X��XXX.30.60 Permits XXXX��X.30.60.10 Permits - Identif'rcatian XXXX��X.30.60.20 Permits - Revrew/Approve �S:XXXXX.40 ROW & Fase�nents XX?�hX?�.4Q 10 ROW Negatiations XX��XX��. �0.2p Conde:tnnation �:XXXXX.70 Utyliiy Relocatinn X��XXXX.70.10 Utiiity Relacation Co-ordination �;XKXXX.80 Construction XXXX)�X.80.$1 Bid and Award XXX��XX.80.S3 ConstructionExecution XXXXXX. $�. 85 Inspecfian XXXX��X.8Q.86 Landscaping �:XXXXX.90 Gloseaut XXXX��X.90. IO Constructian Contract Clase-out XXXXXX.90.4Q Design Contract Closure L. City's Standard Milestones The following milestane acfivities (i.e., iznportant events on a praject that mark critical po�nts in iime) are af particula�' interest to the City and must be reflected in the project schedule far all phases o�'work. cixx o� ro�zr wo�rx STANDARD CONSTRUCtTON SPECIFICATTON DOCUMENTS Revised August 13, 2021 UTILTTY CUT REPAIR CONTIL4CT 20i2 CSty ProjectNo. UC-41 2022 O1 32 I6 - 7 COiVSTRUCTIOI�TPRQGRESS SCHE�IULE Page7of10 1 2 3 4 5 6 7 8 9 IO ll 12 13 14 15 16 17 18 19 20 �X 22 23 24 25 26 27 28 29 30 31 32 33 34 35 3fi 37 38 39 hQ 41 42 43 44 45 �6 Activifiy ID Acti�tv Name Design 3020 Award Design Agreement 304Q Issue Notice fo Proceed - Design Engi�eer 3100 Design Kick-�ff Meetmg 3120 5ubmit Conceptual 1']ans to Utilities, ROW, Tra�fic, Par�Cs, Storm Water, Water & Sewer 31aQ Pear Review MeefiinglDesigr► Review me�tirtg (technica� 3160 Conduct Design Public Meetin� #7 {required) 3I70 CanceptualDesign Camplete 3220 5ubtinit Preliminary Plans and Specifications to Utit�ities, ROW, Traffic, Parks, Storm WaYer, Water & 5ewer 3250 Conduct Design Public Meeting #2 (required) 3260 Preliminary Design Complete 3310 Subrnit Final Design to Utilities, ROW, Traffic, Parks, Starm �Iater, �Vater & 5ewer 333Q Conduct Design Publ�c Meeting #3 {if required) 336Q �'inal Des�gn Camplete ROW & Ease�cnents 4000 Right of �Nay 5tart 4230 Right of Way Complete Utility Relocation 7000 Utilities Start 7120 Utilities Cleared/Complete Construction Bid and Award 811D Start Advertisement $150 ConductBid Qpening $240 Award Construc�inn Cantract Cons#rnction Fxecutiar� 8334 Conduct Construction Public Meeti�g #4 �'re-Constructian 8350 Canstt'uction Start 8370 Substantial Compietian 8540 Construction Completio:n 913a Natice af Completior�IGreen Sheet 9150 Construction Contract Clased 9420 Design Contract Closed 1.4 SITSNIITTALS A. Schedule 5ubmittal & Review Th� City's Project Manager is z'esponsible for reviews and acceptance o� the Contractor's schedule. The Cnty's Pro�ject CnntrolSpeeialist is responsible for ensuring alignrrzent of the Contracior's baseline and progress schedules with the Master Project 5chedule as support to the City's Project Manager. The Ci�ty reviews and accepts or rejects the schedule within ten workdays of Contractar's submittal. Cii'Y OF FOR'i' WORTH 5TA1VDAIZD CO[V5TRi1C'I'IOI�i SP�CIF'ICATION DOCIIMENTS Revised �lugust 13, 2D21 L7TLLITY CUT REPAIR CONTRACT 2022 City Project �lo, iIG01 2D22 D1 32I6 -8 CONSTRUCTI�N PROGi2ESS SCi-IEDiILE Page 8 af I O 1 1. Schedule Format � The Contractor will submit each seheduie m two electronic farms, nzte in native file 3 format (.xer, .xmd, .mpx) and ihe secand in a prlf format, in the City's docuzrzent 4 rrtanagement system in the locatian dedicated for th�s purpose and ident�ied by the 5 Praj�ct Manager. In the ev�nt the Cnntractor does not use Primavera P6 or MS 6 Project for scheduling purpases, fhe schedule infarmation must be submitted in .xls or 7 .xlsx format in compliance with th�e sample Iayaut (See �pecification �1 32 16,1 8 Constructian Project Schedule BaseJ.i.ne F�ample), mcluding activity predeeessors, 9 successars and katal �7.oat. 1D 11 2. Initial & Baseline Schedule 12 The Caratractor wilI de�elop thea schedule far their scope af work and submit their 13 init9al schedule in eIeetronic form (in the file formats nated above), in the City's 14 dacuznent management system in the location dedicat�d for this purpose at least 5 15 working rlr�ys prior to Pre Construction Meefing. 16 J.7 I$ T9 20 21 22 23 24 25 26 27 28 29 3p 3J. 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 4$ 49 The City's Project Manager and Projeci Control Spscialist review this inzkial schedule ta determine alignment wikYi the City's Master Project Schedulc, including format & WBS structure. FoIlowing the City's review, feedback is provided to fhe Contractor far th�ir use in finalizing their init�al schedule and issuing (withxn five tNarkrlays) their Saseline Schedule far fiz�al review aztd acceptance ]�y the City. 3. Progress ScheduIe The Contractor willupdate and issue their project schedule (Progress 5chediile} yy the last drry af e�teh mont/i throughout the life of their work on the project. The Progress Schedule is submitted in electronic farm as noted abav�, in the City's document managernent systern in the location dedicated for this purpose. The City's Project Control team reviews each Progress Schedule for data and irafozznation that support the assessment of the update to the schedule, In #he event data ar infarmation is rnissing or incompl�te, the Project Cantro�s Specialist communi�ates directly with the Contracior's scheduler for provid'mg same. The Contractor re-submits the cort�cted Progress Schedule witlxi� 5 workrlr�ys, faIlowin�g the submittal prac�.ss nated above. The City's Praject Manager and Project Control 5pecialist review the Contractar's progress sc�Zedu]e fox acceptartce azzd to monitor performance and progress. The following list af rte�rzzs are required to ensure proper status information is contair3ed in the Progress 5chedule. • Baseline Start date s Baseline Finish Date � % Camplete � Flaat � Activity Lagic (dependencies} � CriticaI Path + Activities added ar deleted • Expected Baselane Fir�ish date � Variance to the Basel'n�e Finish Data CTTY OP FQRT V1/DRTH U'TILiTY CUT REFAIFt STANbAE2T7 CON5TRLICTIQN SP�CiFICATION DDCiJMENTS CQN'I'RAGT 2D22 Revised August 13, 2021 City Project Nn. IIC-01 2022 Ol 32 i6 - 9 CQIVSTRilCTIONFROGRESS 5CHEI}TJL� Page �J oP 10 1 2 3 4 5 6 7 8 S 1a X1 I2 13 14 15 B. Monthly Construction Status Report The Contractor submits a writ�en status repart (referred to as a progress narrative) at ttze manthly progress meeting (i� mronthly meetings are held) or at the end of each mnnfh ta accompany the Progress Schedule submittal, using the standard farmat provided � Specification 01 32 16.3 Canstruction Project 5chedule Progress Narrative. The content oithe Constructian Project 5chedule ProgressNarrative shnuld he concise and complete ta include only changes, delays, and anticipatedproblems. G Suhmrttal Process � 5chedules and Manthly Construction Status Reports are suhmitted in in the City's document management syste�n in the location dedicated for this purpase. � Once the prnject has been completed and Firial Acceptance has been �ssued by the City, no iurther pragress schedules or construction status reports are required from the Contractor. 1. 16 1.5 ACTION SUBMITTALSIIIVFORMATIONAL SUBNQTTALS [NOT USID] 17 1.6 CLOSEOUT SiJBMITTALS [N�T USED] 18 1.7 MAIN'I�IVANCE MATII2IAL SUBM[TTALS [NOT USID] 19 1.8 QUALITY ASSUR.ANCE 20 21 22 23 24 25 A. The person preparing and revising the construction Progress Schedul� shallbe experienced in fihe preparat%n oi schedules of s.imilar cample�ty. B. Schedule and supporti�ng documents addressed in this Specification shalI be prepared, updated and revised to accurately reflecl ihe petformance of the construction. C. Contractor is respans9l�le far the quality af all submittals in ttvs section rneeting the standard of care for the constructian industry for similar projects. z6 J..9 DELIVERY, S'P�RAGE, AND HANDLING [NOT USED] 27 �. I .10 FYELD [SITE] CONDI'TIOIVS [NDT U5ID] 1.11 WARRANTY [NOT USID] 29 1.1 � ATTAC�-IlVIENTS 30 5pec 0132 16.1 Construction Praject Schedule Baseline F�ample 31 Spec 0132 16.Z Constz'uct�on Proje�tSehedule Progr�ss Example 32 Spec 01 3216.3 Construction ProjectScheduie Progress Narrative 33 C1TY OF FORT WORTH STANDARD CONSTRIJCTIO[�T SPECIFICATIDN DOGUIIASN'�S Revised August 13, 2021 UTIF.ITY CUT REPAIR CO7VTRACT 2022 City P:ojectNo. UC-Ol 2022 Ol 32 16 -10 COl�IS1'RUCTTON PROGRESS 3CHEDUL� Page 10 of l0 2 PART 2- PRODUCTS [NOT USID� 3 PART 3- EXECUTION [NOT USID] 4 END OR SECTION Revision Log DATE NAME SIJMMARYOF CHANGE 8/13120Z I Michael �w�en �evised to update specification req�irements and eliminate duplicate schedule specifications. CTTY OF FORT WORTH UT[LITY CUT REPAIR STANDARD CONSTRUCTION SPECIEICATID[� DOCUMENTS CONTRACT 2022 Revised August 13, 2021 City Project No. UC-01 2022 oi3z33-i P1�ECONSTRUCTIQN VID�O Page 1 of 2 1 2 3 PA.RT 1 - GENERAL S�CTIDN 0132 33 PRECONSTRUCTION VIDEO 4 1,1 SUMMARY 5 A. Seetian lncludes: 5 1. Administrative and pt•ocedural requirements for: 7 a. Preconstruction Videos 8 B. Deviations from this City af Fort Worth Standard Speci�catian 9 1. Given the brief nature of the Work Orciers i�i ibis contraef, Preeanstruction l0 Videos will anly be required as requested 6y the inspector nr directed by tl�e ll engineer. i2 C. Related Specificatian Sections inciude, but arc not necessarily limited to: 13 1. Division 0— Sidding Requirements, Contt�act Fo��ms and Conditions of the Contract 1�4 2. Division 3— General Requir�ements l5 L2 PRICE AND PAYM�NT PROCEDURES 1G A. Measurement and Payment I7 1. Work associatecl with this It�m is considered subsidiary to the variQus iterns bid. I8 No separate payrnent will be alIow�d for this Ite�n. � 14 1.3 REFERENCES [NOT USED] '� 20 1.4 ADMIIVISTRATIVE REQUIREMENTS 21 A. P�•econsiruction Video 22 1. Produce a p��eco�astruction videa of the site/alignment, including all areas in the 23 vicinity. of anti to be affected by const� uction, 2� a. Prov[de digiYal copy af video upon request by the City. 25 2. Retain a copy af the preconst�'uction video until the end of the rnaintenance surety I 2b period. 27 1.5 SUBNIITTALS [NOT USED] � 28 1.6 ACTION SUBMITTALSIINFDRMATIONAL SUBNIITTALS [NOT USEDj 29 1.7 CLOSEOUT ,SUBMITTALS [NOT CISED] 30 1.$ MAINTENANCE MA.TERTA�L SUBMITTALS [NOT LiSED] 31 1.9 QUALITY ASSi7RANCE [NOT USED] 32 1.10 DELTVERY, STORAG�, AND IIANDLING [NOT USED� 33 1.11 FIELD [STT'E] CONDITIONS [NOT USED] 34 1.12 WARRANTY �NUT US�D] CT'�Y OF FORT WORTH STANDARD CONSTRUCTIOM SYECIFICATIQN DOCiIMEIQTS Revised7uly ], 2011 UTILITY CUT REPAIR CO7VTAACT 2D22 City Prnject No, UC-01 2p22 OL3233-2 PRECONSTRi1CT[��i VIDED 1'age 2 of 2 1 PART 2- PRODUCTS [NOT USED] 2 PART 3 - �X�CUT�ON [NOT i7SED] 3 END O�' SECTION � Revision Log DATB NfLME SUMMt1RY OF CHANGE CITY OP FORT WORTH U"1'TLTTY C.UT R�PAIR STANDAI2D CQNSTRUCTION SP�CIFICATIONDOCUMENTS CQNTR/�CT2022 Revised duly l, 201 l City Project Na. UC-612022 O1 33 00 - 1 SU[3lWIITTAL$ Page ] of 8 1 2 3 PART1- GENERAL 4 1.1 �UMMARY SECTION 0133 00 SUBMITTALS 5 A. Section Includes: b 1. General methods and requit�ements af submissions applical�le to the following 7 Work-r�:laied subznitiais: 8 a. Shop Drawings 9 b. Prociuct Data (including Standard Product List submittals) 10 c. �amples i z �. Mo�k ups l2 B. De�iations fram this City of k'ort Worth Standard Specification 13 I . None. l4 15 16 z� �.z C. R�lated Specification Sections include, but are nat necessarily iimited to: l. Division 0—Bidding Requu•ements, Contract Foi�ms and Conditions of the Can.tt�act 2. Division 1— General Requirements PRICE AND PAYMENT PR�CEDURES I 8 A. Measurement and Payment I9 1, Work assQciated with this Item is considered subsidiary to the variaus items bid. 20 No s�paz•ate payment will be allowed for this Item. 21 1.3 REFERENCES [NOT USED] 22 1.4 ADMINISTRATIVE REQUIREMENTS 23 24 25 2b 27 28 29 30 31 32 33 3�4 35 3G 37 38 39 40 A. Coo�•dination 1. Notify the City i� writing, at the time of submittal, of any de�riations in the submittals from the requicements of the Contract Docume�ats. 2. Coordinatian of Submittal Times a. Prepare, prioritize and transrnit each submittal suf�ciently in advance of perForming the related Wark ot- other applicab�e activities, or within the time specified in the individual Waxk Se�tian's, af the Speci�catians. b. Contractor is responsible such Y�iat the installation will nat be delayed by processing tim�s including, but not limited to: a) Disappr'aval and resubmittal (if requif•ed) b) Coordinatian with other submittals c) Testing d) Purchasing e} Fahrication fl Delivety g) Similar sequenced activities c. No extension of time wjll he authorized bacause of the Contz�actor's failure to transmit submitkals suf�ciently in ad�ance of the Work. CITX OF FORT WORTH UTILITY CUTRLPAIR STANDARA CONS'�2[JCTION SPECIFICATION DOCUM�NTS COZYTAACT 2022 Revised Decemher 20, 2012 City Project No. UC-01 2�22 ai33ao-z SUSMII"FALS Page 2 af 8 1 2 3 4 5 G 7 8 9 10 11 12 13 14 is 16 17 18 19 2.D 21 22 23 24 zs 26 27 28 29 30 31 32 33 34 35 36 37 38 39 �0 41 42 43 44 45 4G d. Malce submittals promptly in acco�•dance with approved schedule, and in such seque�ace as to cause no delay in the Wot•k oi• in the wfl�•k of any other contractar. B. SuE�mittal Numbering When submitting shop drawings or samples, utilize a 9�cha�'actez' subm.ittal c�-oss- reference identification numbet�ing system in the fallowi�g manner: a. Use the first 6 dig�ts of the applicable Specification.5ection Number. b. Fo� the next 2 digits number use numbers 01-99 to sequential[y number each initial separate item or drawing submit�ied under each specific Section numhe�•. c. Last usa a l�tt�:r, A-Z, indicating the resubmissian of the same drawiiig (i.e. A=2nd sub��ission, B=3rd sub�nission, C=4th submission, etc.). � typical submittal number wquld be as fallows: �rx�c�l 11 i : : I) 03 30 00 is the Specification Section for Conct•ete 2) 08 is the eighth initial subinittal under this Specification Section 3) B is the third sub.mission (second j•esubmission} of that particular shop drawing C. Conti-actor Certifcation 1. Review shop drawings, product data a.ud samples, including those by subcantt•actoz's, p��io�' to submission to determine and varify the following; a. Field ineasu�•ements b. Field construetion cf•iteria c. Cata.log numb�rs and similar data d. Confai•mance with the Coiitract Documents 2. Provide each sf�op dt•awing, sample and product data submitted by the Contractor 'with a Ce�'tificat�on 5tatement aitixed including: a. The Contractor`s Company name b. Signature of subrrRittal �•eviewer c, Certiiication Statem�nt 3) "Sy this submittal, I het•eby repx•esent that I have detarmined and verified field measurements, fieid construction criierie., materials; di�nensions, catalog numbeis and similar data and I have checked and caordinated each item v�ith othei• applicable appraved shap drawings." D. SubmiCta] Format 1. Fold sk�ap drawings larger than S%z inches x 11 inch�s ta 8 E/ inches x l linches. 2. Bind shap drawings and pz-oduct data sh�ets togethez. 3, Order a. Cover Sheet 1} Description of Packet 2} Contractor Certification b. List af iterns 1 Ta6Ie of Contents c. Pt'oduet Data /Shop Drawings/Samples /Calculations E. �ubmitta.[ Cantent 1. The date of submission and the dates of any previous submissions cf� ox ro�T woRTx STANDA[tD CONSTRUCTION SPECIPICAT'ION DOCUMEI�ITS Revised December 20, 2012 UTILITY CiJT REPAIR COrSTRACT 2022 City Pmject No. UC-OI 2022 013300-3 SUI3IVITTTALS Pa;e3OfR 1 2 3 � 5 6 2. The Aroject title and number 3. Contractor identifiication 4. Tlie names of: a. Contractor b. Supplier c. Manufactut'er 7 S. Identi�ication ofthe product, with the Specification Section nttmber, page and 8 �aragraph (s) 9 6. �'ield dimensians, clearly identi�ed as such LO 7. Relation to adjacent or critical features of the Work or materials 11 8. Applica6le siandards, such as ASTM or Federal Specification numb�rs l2 9. Identificatian by highlighting of deviations from Contract Docur�ents !3 1Q. Identification by highlighting of revisions on resubmittals 14 1 l. An 8-inch x 3-inch blank space for Contractor and City stamps 15 1G I7 18 19 2fl 21 22 23 24 25 2G 27 �'. Shap Dra�ings I. As specified in indi�idual Work Sections includes, but is not necessa�'ily limited to: a. Custom-prepared data such as Fabrication and erectionlinstail�,�ian (worlcing) drawings b. 5cheduIed information c. Setting diagrams d. Actuai shopwork rnanufacturing instxuctions e. Custam ternplates f. Special vairing dia�ams g. Caordination dt�awings h. Individual syster� or equipment inspection and test reports including: 1) Pet�'ormance cui�cs �d cei�ifications i. As appIicable to the Wark 28 2. Details 29 a. Relatian af the various parts to the main members and lines of the structure 30 b. Where cart�ect fabrication of the Work depends upon field measurement,s 31 1) Provide such measurements and note on tl�e dralvings prior to submitting 32 for approval. 33 G. Product Data 34 I. �'ot' submittals af product data for products included on the City's Standard �'roduct 35 List, clearly identify each item selected for use on the Project. 36 2. For suhmittais af producf dat� fai products not included on the Ciry's Standar'd 37 Praduct List, submittal dafa rr�ay include, but is not necessarily lim.ited t�: 38 a. Standard prepared data for manufactured products (sometirnas referred to as 39 catalog data} 4b 1) �uch as the manuiacturer's pr•oduci speci�cation and installation 4I instructions 42 2} Availability of colars and patterns 43 �} Manufacturer's printed statements of compliances and applicability 44 4) Roughing-ir► diagrams and templates 45 5) Catalog cuts 4G 6) Product photo�raphs CITY OF FpRT WORTH UTILITY CUT REPAIR STANDARD CONSTRiJCTIOI�T SPECIFICATIQN DOC[.TMEI�lTS CONTRAGT 2022 Revised December 20, 2012 City Project No. UC-O 1 2�2Z 013300-4 SUBMITTAS,S Page 4 af S I 7) Standard wiring d'[agrams 2 8) Printed perforina�ce curves and operational-range diagt�ams 3 9) Produetion or quality eon�•al inspzction and test reports and certifications 4 10} MiII reports S 11} Product operating and maintenance ins�•uciions and recom.mended 6 spare-parts listing and printed praduct waerant[es 7 12) As applicable to the Woelc 8 H. Saenples 9 1. As specified in indi�vidual Sections, include, but are not necessarily limited to: 10 a. Physical exampfes ofthe Warl<such as: 11 1) Sections of inanufacturecl ar �Fabricated Wox��C 12 Z) 5ina11 cuts or containers of materials 13 3) Coinplete units of repetitively used pt•oducts color/texture/paftern swatch�s 14 and ran�e sets 15 4) Specimens for coordination of visual efFect 16 5) Graphic syxnhols and units of `JVork to be used by fhe City for independent 17 inspect�on and testing, as applicab[e to the Work 18 I. Do not sta.t�t Woek requiring a sk�ap drawing, sample or product data nor any material to 19 be fabricated or installed prior to the approval o�- quali��d appro�al of s�ch item. 20 1. Fabrication performed, materials puechased or on-site construction aceo�nplished 21 whieh does not confarm to appi•oved shop drawings and data is at the CqntractpY's 22 risk. 23 2. The City will not be Iiable for any expense or delay d�e to corrections o�• renledies 24 requieed to accomplish conformity. ZS 3. Complete pf•oject Wo.rfc, materials, fabrieation, and installations in cflnformance 2G with appraved shop drawings, applicabl� samples, and product data. 27 J. Submit�al Distribution 28 1. Elect�•onic Distribution 29 a. Canfi��n� development of Froject directoty for electronic subnlittals to be 30 uplaaded �o City's Buzzsaw site, or anothet• externa[ FTP site approved by the 31 City. 32 h. Shop Drawings 33 1) Upload submittal to designated project directoiy and no�ify appropriate 34 City representatives vEa email of subza�ittal posting. 3S 2) Hard Copies 36 a) 3 copies far all submittals 37 b) If Coniractor requires mflE•e than I 11�rd copy of Shop D1•awings 38 returned, Contractor shal] submit more than the number of copies listed 39 above. A o c. Product Data 41 1) Upload submittal ta designated proj�ct dii-ectory and notify appropriate 42 City represeniatives �via email pf subznittal posting. 43 2) Ha��d Copies 44 a) 3 copies for all submittals 45 d. Samples 46 1) Distributed �o the Project Representative 47 2. Hard Copy Distribution {if �°equit•ed in lie� of electronic disteibution) C1TY OF FORT WORTH UTILITY CUT REPAIR STANI]ARD CONSTRUCTION SPECII�7CA'T10N DOCUA��NTS CONTIL4CT 2022 Revised Decembex 20, 2012 City Praject No, UG-Dl 2022 ai�3aa-s SCTBMITTALS Page 5 of 8 1 2 3 4 S G 7 8 9 10 11 [2 �3 I4 L5 16 17 18 19 20 a. � c. Shop Drawings 1} Distrihuted tp the City 2) Copies a} S copies for mechanical subinittals b) 7 copies for all other submittals c) If Contractor requires more than 3 copies of Shop Drawings retuf•ned, Contractor shall submit mare than the number af copies listed above. Produet Data 1) Distributedto the City 2) Copies a) 4 copies Sampl�s !) Dist�-ibuted to t�►e �rnjeet Rept•esentative 2) Copies a) Submit the number stated in the �•espective Specification Sect�ons. 21 3. Distribute f•eproductions of approved shop dt•awings and copies of approved pz'oduct data and samples, where required, to the job site file and elsewhe�e as directed by the City, a. 1'rovide number of copies as dij•ected by the City but not exceeding the numbe�• p�eviously specifed. K. Submiftal Review 22 1. The revi�w of shop drawirigs, data and samples will be for general con%rz�tance 23 with the design concept and Contract Documents. This is nat to be construed as: 24 a. Permitting at�y departure from the Contract rec�uuements 25 b. Relieving the Contractar of i•esponsibiliiy for any errors, including details, 26 dimensians, and materials 27 c. Approving departures fi•om details fut`nished by the City, except as ot�ie��vise 28 peovided herein 29 2. The review and approval aishop drawings, sannples o�' product data by the City 30 does not relieve the Cantracto� itam his/her t�espansibiIity with regard to tEie 31 fuliillment nf the terms of the Cantraet. 32 a. AlI risks oierrar and omission ara assumed by the Contractor, and the City wi11 33 have no zesponsibility therefore. 3� 3. Tne Contractor remains r�spotasible foa• details and accuracy, for coordi�iating the 35 Work wiih all aih�r associated work and tracfes, for selecting fabrieation processes, 36 far iechnic�ues of assetnbly and for perfortning Work in a safe manner. 37 4. If the shap drawings, data or samples as submitted describe variatians ar►d show a 38 departut-e iz'om. tlae Cantract requiremen#s which City iinds t� be in the interest af 39 the City and to be so minor as not to involve a change in Cantract P�•ice or titne for 40 perfarmance, the City may rehu•n the reviewed drawings without noting an 41 exception. 42 5. Submittals will be returned to the Cantractor under 1 of tlte following codes: 43 a. Code 1 44 1) "NO EXCEFTIONS TAI�EN" is assigned when there are no notations ar 45 comments on tne submiital. 46 a) When returned under this code the Cantractor may release tk�e 47 equipment and/or material for manufacture. 48 b, Code 2 CTT'Y OF PORT WOIiTH U'i`IL,I'I'Y CU'F ItEPAIR STANDARD CONSTRUCTiON SPECIF[CATION I]OCUMENTS CQNi'RACT 2022 Revised December 20, ZD 12 Ciry Projeci No. UC-O 1 2022 o�33ao-� SUBMITTALS Page 6 af 8 1 I) "EXCEPTIE7N5 NOTED". This code is assigned when a confirmation of 2 fhe natations and comznents IS NO'I' requiz'ed by the Cant��actor. 3 a) The Contra�tor may t�elease tha equip��nent or rr�atet-aal for �na�lu�acture; 4 however, al[ notatians and cozrrments must be incorpo�•ated into the S final product. G c. 7 IO I1 12 13 l4 IS 16 17 18 19 2Q 21 22 23 24 25 2G 27 28 29 3Q 3I 32 33 34 35 36 37 38 39 40 41 �12 43 44 45 4b 47 48 49 Code 3 1) °EXCEPTIONS NOTED/RESUBMIT". This cambination of codes is assigned when notations and eomments are extensive enough to require a resubrnittal af the pac�Cage. a) Tl1e Contfacto�• may t•elease ihe ec�uipznent or znate��ial for manufacture; however, all notations ae�d comments must be incarpot•ated it�to tkte �nal product. b) This resubmiftal is to address all coinments, omissions and non-confor�ning items that were noted. c) R�submittal is to be i•eceived by the City within 15 Cale3�dai� Days of tlae date of the City's transmittal rec{ui�•ing the resubmittal. d. Code 4 1) °NOT APPROVED" is assigned when tE�e �uhmittal does not meet the intent of tl�e Coi7tract Dacuments, a) The Cont��ac#ar must resubmii the entire package revised to hring; tha submittal into confo►•mance. b) It may be necessaty to rasubmit using a difFerent manufacturer/vendof• to meet the Contract Documents. Resubmittals a. Handled in the sarrie manner as tiest submittals 1) Coi•rections othei• than �•equ�sted by th� City 2) Marlced with revision irlangle or other siinilar in�Yllod a) At Contractor's risk if not marked b. Submittals for each item will be reviewed no more than #wice at the City's expense. 1) Al[ subs�quent revie�as will be performed at times canvenient to the City and at tha Contractor's expense, based on the City's or City Representative's tkzen pre�ai[ing rates. 2) P��ovlde Contractar ieimbursement ta the Ciiy within 30 Calendar Days for all such fees in�oiced by the City. c. The need for mare than 1 resubmission or an� other delay in al�taining City's review of submittaEs, will not entitie the Cantractat• to an extension of Cnntract Time. 7. Par�ial Submittals a. City resei`ves the right to not review submittals deemed partial, at fhe City's discretion. b. Submittafs deemed by fhe City to be not eoznplet� wi[1 be r�turned to the Contractor, and will be considered "Not Approved° �zntil resubmitted. c. The City may at its optian provide a list or marlc the submittal directing the Cont�•actor to the areas that are incamplete. 8. If fhe Contractor considers any correction indicated on the shop drawings to epnstitute a change to the Can��act Documents, then written notice must be pf•ovided ther�of to the City at least 7 Cal�ndar Days prior to release for manufacture. CITY OF FORT W012TH LITILITX CL1T R�PAIR STAN.DARD CONSTRUCTION SPECIFICATION DOGLIMENTS CONTRACT 2022 Revisad December 20, 2012 City Projeot No. UC-D 1 2022 O13300-7 SITBMITTALS Pagc 7 of 8 J� 1 9. When the shop drawings have been cnmpl�t�d to the satisfa�tion of tlie City, the 2 C�ntractor may carry out the canstruction in accordance therewith and no fui�her 3 el�anges th�rein except upon ��•itten instructions fi�om ihe City. 4 10. Each submittai, appropi•iately coded, will be retw•ned within 30 Calendar Days S following receipt of suha�ittal by the City. G L, Mock ups 7 I. Mack Up units as speci�ed in individual Sections, include, but are not necessarily 8 limited to, complete units of the standa�•d of acceptance %r that type of Wock to be 9 used on the Proj ect. Rem.o�e at the comp.letion of the `TV ork ox' when directed. 10 M. Qualifications 11 1. If specifically requi�•ed in other Sections of �hese Specii'ications, suhmit a P.E. 12 Certiiication for each item zequi�•ed. 13 14 15 Ib l7 18 19 20 21 22 23 24 25 26 27 28 29 30 1.5 N. Request inr Informatian (RFI) 1. Contractor Request for additional information a. Clarification ar interpretation of the contraat docuznents b. When tk�a Contractor believes tliere is a conflict between Contract Documents c. Wlien the Cont�aetor belie�es there is a con�lict betwean the Drawings and Specificatiqns 1} Identify the conflict and request clariftcation 2. Use the Request for Inforination (RFI) form pravided by the C.ity. 3. Numbering of RFI a, Prefix with "RFI" followad by series nurnt�er, "-�", beginning with "O 1" and increasing sequentially wjth each additional transmittal. 4. Sufficient information shall be at�ached to permit a written response witkzout further i�formation. 5. The City will log each request and will review the rec�tzest. a. If review of the proj�ct infot•matinn request indicates that a cha�ge ta the Contract Documenta is required, the City will issue a Field Order or Change Oi•der, as apprapriate. SiTBMITTALS [NOT i7SED] 31 1.G ACTION Si7BMITTALS/INFORMt�TIONAL SIISMITTA.LS �NOT USED] 32 1.7 CLOSEOUT SIIBNIITTAL� [NOT �CTSED] 33 1.8 MAINTENANCE MATERZAL SUSNII'I'TALS [NOT i7S�D] 34 19 QiFALITY ASSUIZANCE [NOT US�D] 35 1.10 DELIVERY, STORAGE, AND I�ANDLING [NOT USED] 36 37 1.11 FIELD [SITE] CONDITIONS [N4T iISED] 112 WARRANTY [NOT USED] CTTY OF FOI2T WQRTf3 STANDARD COIdSTRYICTION SPECIFICAT10i�I ]aOCUME1+iTS Revised December 20, 2012 []TCL;ITY CUT REPAIR CbNTRACT 2022 Ciry Project Nu. UC-Q 1 2022 013300-8 SUBIvITTTAI.S P�ge S of 8 1 PART 2- PRODUCTS [NOT iTSED] 2 PART 3 - �XECUT�ON [NOT USED] 3 END OF SECTION Revisian Lag DATE NATVIE SUMMARY OF CHANGE 12/20/2012 I�. Joluison 1.4.K.8. Working Days tnodified to Calendar Days CITY OP FORT WORTT-I LIT7LIT"Y CCJT 12EPAiR STANDAI2D CQNST'RUCTION SP�CIPICATION DOCUMENTS CONTRAC7' 2022 Revised Decem�er 2�, 2fl12 City ProjecYNa UC-01 2022 Ql 35 13- l 5P�C1AL PRQ3ECT P1tOCEDURE5 Page 1 of 12 2 SECTION 0135 i3 SPECIAL PR07ECT PROCEDURES 3 PART 1- GEll�RAL 4 11 SUMMARY 5 A. 5ection Includes: 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 1. The pt•ocedures for special project circumstances that zncIudes, but is not limited to: a. Coor.dination with the Texas Depa�-tment nf Transpo��tation b. V1�a�•k near High Voltage T�ines c. Ganfined Space Entiy Prflgram d. Air Pollutiora Watch Days e. Use oiExplosives, Drap Weight, Etc. f. Water Department Notification g. Public Notif catian Px'ior ta Beginning Construction h. Coordiilation with CTnited States A�•my Corps of Engineers i. Coox'dinafion within Railroad permits areas j. Dust Control k. Employee Parking B. I7e�iations from this City ofFort Worth Standud 5pecif'ica�ion 1. N�N-EXCLUSIVE CONTRACT� This contract is non-exclusive. During the terxn oi this contract or any renewal hereof, the Ciiy reserves the right to advertise and award another contract for like or similar work. Ii a seeond contract is awa�rded, the City further reserves the right to issue work orders under either ca�tracf as it deems in its best interest, wiihout reconrse. The City also reserves the rig�t to e�ecute addi#ional contracts for e�nergeney worl�, foregaing the �dveriising and awarding �rocess, as it deems in its best interest, without recourse. 2. PAYMENT- Because ai the uneque nature a� this coniract, Generai Conditions (04-'12-00} Article 14 shall not apply attd shall be superseded by the following: Whenever �he impravem�nte prescribed by an individual Work Order have been completed, the cantractor shall notify the engineer. The engineer or ot�er appropriate o�"�eial af the owner wi11, within a reasanable tirne, perform the [nspec�ians. rf such inspection reveals that the improvements are in an acceptable conditinn and have been completed in accordance wiEh the terms of the Contracf Docaments and all approved modifications thereof, fhe e�►gineer will recommend acceptance of the work under that particular Wo�k Orcier and recommend payment therefore. CITY OP FORT WORTH STAAfI7ARI? CONSTIiUCTIDN SPECIFICATIOI�' DOCUMEI�TTS &evisad December 20, 20l2 UTILPFY CUT REPAIR COIV'i'Rt1,GT 2422 city praject No. I!C-O 1 2Q22 013513-2 SPECIAL, PROdECT FROCEDUR�S Paoe 2 of l2 1 � the engineer %ds that fhe work has not been com�leted as required, he 2 shall so advise the contractor in writing, furnishing him an itemized IisY of aII 3 known ite�ns which have not been completed ar wl�ieh are not in acce�tahle 4 condition. W�en the �ontractor has carrected all such items, he shall again 5 notify the e�gineer �l�at the iznprovements are ready for inspection, and the 6 engi�ieer shall proceed as outliped abave. 7 Whenever the improvernents �arescribed by the in.di�idnal Work Order have 8 been compleEed and all the requirements of the Contract Documents have 9 been ful�lled an the parE of the contractor, an estimate shovving Yhe value of 14 the work wiIl k�e prepared hy the engineer as the necessary measurements, 1 L contputatious and checks can be made. 12 The amount of the estimaie will be pazd to the cantractor afEer acceptance hy 13 the Water Department DirecYor, prov�ded the contractor has furnished to the 14 owner satisfactory evidence of payment as follows: Prior ta submissian of the 1S estimate for paymant, the cantraetor shall execute an affidavit, a,s �urnished by 1 G the City, eertifyin.g that all pe�•sons, fir�s, assocrations, eorppraHons or ather 1'7 n�•ganizations furnishing Iabor andlor materials under that Worl� Order have 1$ been paid in fuIl, tlia� the wage scale established by the City Council in the 19 City of Fo��t Worfi�t �as been paid, and #hat there are no claims pending for 20 personal 'vnjury andfor property damages. 21 The acceptance by the contractor af the indiryidual payme�it as aforesaid sf�all 22 operate as and shall release the awuer frarn all claims or liabilities under the 23 Cantract for anything done or furnisiied or r�lating to tue r�vork u�►der that 24 Wark Order or any act or neglect af said Ci#y relating to or connecfed vvifh 25 the Cont�-act. 2G 27 28 29 30 31 32 Th� making af the pa�ment by �he owner s1�a11 not relie�e the contractor of any guarantces or ot�er reqniremen�s oi the Contract Documents which specificaIly con#inue thereafter. 3. SID OUANTITIES- Bid quantities of the various items in the proposal are for camparison pnly aud may not reflect the actual quantities. There is no limit to whict� a.bid item can be increased ar decreased. 33 Contractor shalI �ot be entitled to renegatiation of unit prices regardless of the 34 fi:nal measu�red quan[�ties. To t�e exten# that Geazeral Conditions (00-72-40) 35 Article 11 conflicts vvith this �rovisian, t�is provision controls. No cIaim r�vill be 36 considered for lost or anticipated profits .b.ased upon dif%renees in estirnated 37 quantiEies versus aetual quantities. 38 In particular, the Contractor shall be aware that iY is the City'S I11tCritIQI1 t]1Af 39 tkte ynantities ia IInit Y be used an an L°emergency" basis only. 40 Total quant��ies given in the bid proposal may not reflecf actual quantities; 41 howe�er, they are given far t�e purpose of bidding and awarding the contracE. 42 A contract in the amaunt of $1,Qb0,Q00.00, (See Options to Renew) shall be 43 awarded with fina! payment based on aetuaI measured quantities and the unit 4� price in this proposal. Mareover, there is to be no limit an the varia�ion 45 between the estimaEed quantities shawn and the actual quantities performed. 4b 47 48 �t is uuderstood and agreed that the scope of work contemplated in this contraet is that wlaich is designaied by the City but wili in no case excead $1,00O,OOQAO (see O�tiatts to Ren.erv) CTTY OF FORT WQRTH CITILITY CUT REPAIR STANDARD CdNSTRUCTION SPECIFICATION 170CUMC.NTS C�NTRAC'I' 2022 Revised Decem6er 2Q, 2012 eity project No. UC-al 2022 013513-3 5PECIAL PR0IECT PROCEDURES Pagc 3 af 12 1 4. CQNTRACT TIME- 2 It is understood and agreed that the scope of worlc contemplated in this 3 contract is that which is des�gnated by the City as the need arises. It is fnrther 4 agreed that the term of this contract is fhree hundred sixty-five (355) calendar 5 days from the date t�f executiau a�contract wark ard�r and na orde�•s will be 6 accepted by the co�traefior after th� contract has expired. 7 At the end of the contract, Y1�e conFractor will have twen[y-one (2I) additions�l 8 ealendar days ta complete the vuork already ordered and fiiteen (].S) additional 9 eaiet�dar days tn bill said work for a total of thirty�six {36) days after cantract l0 terniination #o camplete and bill worlc authorized pursuant to t�is contracf. l 1 5. OPTION TO RENEW- l2 Tke time period of this Agreement will be for oue ealendar year or the l3 expiration of the fundi.ng, whichever occurs last. The City b�as the right to i4 renew this con#ract far three (3} one year ternc►slexpendi#ures of $1,UOD,OOOAO 15 undar the same terxns, conditions and unit prices. The City shall give at least 16 sixty {60) days' notice prior ta t�e �xpitr�ation af ane year fi�om the date of 17 execution of ihis contract or of an optio.n period or a like notice at such time as 18 there is less than $20,000.00 left unea�peuded. 19 b. SCOPE OF WORK 20 The wark covered by these Sp�ti�eafions consisfs of the paving repair flver 21 utility cuts which ha�e been back�Iled previously by the Ciiy Water 22 Departme�t, as i�tdieated by the de�ails and possible adjacent areas damaged 23 by blo�vout, etc. Ineladed in this work will he the remaval of the existing 24 materiai in order ta insure a paving scction in confarmity with existin.g 25 paveme�t or �he appropr�iat� d�tail shawn in this docuanent as direcfed by �he 26 engineer and all other miscellaneous items of constructian ta be performed as 27 outli�ed in the specifications, whech .are necessary tn satisfactarily complete tl�e 28 work, 29 There will not be a direct payment for saw cutting ti►e �xist�ng asphalt or 3U conerete, compaefing the eausting sula grade or removal of the e�cisting 31 material. These items will be considered subsidia�ry to tbe contract. The 32 contractor will be required to maintain a capping course of hot-mix cald lay 33 asphalt in areas where tra�c has whipged ouf washed rock, until the paving 34 repair can be accomplished. These items will be considered subsid.iary to the 35 cnntraet. 36 The inspector will pick up the repair tickets by 5:00 a.m. Monday through 37 Thursday. The repair tiei�ets �vill be issu�d to tke contractor early the next 38 day. Each re�air ticket that is issued shall be completed vvithin twenty-one (21) 39 calendar days. The fwe�aty-ane (21) calendar days for completion of the Job 40 begin th.e day aiter the contractor receives the ticket. (See Time Alloweci for 41 Utilily Cuts) 42 The cantractor shall identify to the engineer possible locations for settlement 43 0� repaired �avement due to backiill of ditch by others. As directed by the 44 engineer, the contractor shall remove and replace e�isting backfill wit�t 45 washed rock. CITY OF FpRT WORTH UT'ILITY CUT KEPAIB STAI�DARD CONSTRlTCTION SP�CIFICATION DQCLTIvSEATTS CQNTRACT 2022 Revised Decembcr 2D, 2012 city project Na. UC-01 2022 O1 35 13 - 4 SPECIAL PA�IECT PROG'�Di1R�S Page 4 of 12 1 The Water Depa�•tment will estimate the necessa�-y size of the pa�ement repair 2 on each ficket. Upon receipt of each ticl�ef th� e�gineer shall detearxnine, by 3 measurement, the requir�d size of eacl� �•epair. All repair sizes shalI be 4 approved by the engineer prior ta any repair work. S 7. CONTRACTOR'S RESPONSIBILITY- G Contractor covenants and agrees to fully perform or cause to be performed, 7 with �oad faitl� and due diligence, and in aceordance with standards common 8 to the industry and herein se� forth in Ehese Contract Documents vvhich is 9 hereby incorporated and made a part afth�s eontract, pavement repair to be ] 0 ordered by the City at various tirnes and to be performed at various places by 11 separate repair tickets. The City may designate pa�vement to be re�aired by 12 furnisk�ing fio the contractor a marlced drawing, or street addresses contained 13 in a written order ar by marking in the field by paint or ather mreans, or by 14 any or all connbin�ations of said methods of designation. The contractor agrees IS that no work r�vi11 be perfarmed without written authorization from the 16 individual designated in wrrtiung by t�ae Directar of the Water lle�sartmeixt. ] 7 8. REOUIRED CREW, P�RSONN�L & EQU7PMENT- 18 Although there are no guarantees of warl�, fhe contractor shall be required to 19 furnish sufficient personnel and equipment capable of campletely f"rnishing an 20 average of iifty {50) utility cui tickets wifh an aggregate average of se�en 21 hundred-�fty� {750) square yards of permanent pavement repair eacli week. 22 9. TIME ALLOWED FOR UTILTT'Y CUTS- 23 24 25 26 27 28 The coptractor shaII assist the engin�er in measuring each pavem�ent repair before any work is starfed. A repair ticket will be issued far each ufzliiy cut after measure�rtent aqd twenty-ane (21) calendar days beginning the day after the ticket is issued vvill be allowed %r final eompletion of each utilify cnt. {See Scope of Worl�} 10. LTQUIDATED DAMAGES- 29 FaiIure to complete worl� on� tznne: The nwner and the contractor agree that it 30 will be rnost diffi�ult or impossible to ascertain the amouat af damages that 31 will be sustained Y�y the owner if th� confractor faiXs to complete the worlt in 32 tlie allotted time, but thcy both agree that the awner would sustain substantial 33 damages in such event. AccordingIy, if the contractor fails to complete the 34 contract in the calendar days specified, a time charge shall be made for each 35 vvarking da� �hereafter, not as a penalty but as liquidated damages. 3G The confractar shall pay liqu�dated damages of twenty-�i�e doIIars ($25.00) 37 per day per ticket for each repair cut not coragleted within twenty-one (2�) 38 calendar days and Liquidated daznages s�all end on day that repairs are 39 completed 4D 41 42 43 ��t 45 46 �hould the �mount otherwise due the contractor be less �han the amount af such ascertained and liquidated damages, the contractor and his surety shall be Iiable fo the City of such delivery. CITY OF PORT WORTH UTILITY CUT RCPAIR STANDARD CONSTRUCTIpN SPECIFICATSpN ppCUMENTS CONTRACT 2022 Revised December 2Q, 2Q L2 ciLy project No. UC-01 2Q22 O135l3-5 SPECIAL PROJECT PROCEDURES Page S of 12 1 I1. �UBMISS�ON OF BIDS- 2 T3te proposal sections of this special contract document is arranged tp allow 3 the owner to make �ay�nent based on size of regair. The contractor is required 4 �a submit a bid on aII proposals Unit I, Unit II, Unit XII, Uni� IV and Unit V. 5 Unit X will generally consist of smal[ patch, less tb�an nr equal #0 200 square G feet. Unit II wiI[ generally consist of rnedium patch, greater than Zb0 square 7 feet and less than 1,000 square feet. Uait � w�il �enerally consist of large 8 patch, greater than 1,OOD square feet. Unit IV will genei•ally consist of paEck�es 9 where ap�licable base has already been installed. Unit V will general�y eonsist l0 of items necessary ior each size utiliiy cui repair. The total low bidder, Unxts I, 11 II, III, IV and V is the apparent successful bidder. If contractor does naf bid 12 all fve units of the propnsal, the bid wi116e considered as "non-responsive" I3 and wi�i be rejeeted by the Water Department. 14 12. MA.INTENANCE BOND- 15 A nraaitttenance bond in the amoe�nt of one hundred percent (100°/n) af the 16 contract amount s�all be furrtished %r a period of two (2) years from the date 17 0� final acceptance of the work w�Il bc required an t�tis project. 18 C. Related Speciircation Sections inelude, bui are not nec�ssa��ily limited to: 19 1. Divisian 0— Bidding Requirements, Contt-act Forms and Conditions of the Contract 20 2, Division 1— General Requirernents 21 3. Section 33 12 25 — Cannection ta Existing Water 1Vlains 22 23 24 25 26 z� 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 �43 44 45 4b 1.2 PRICE ANII PAYMENT PRUCEDITRES A. Measut•ement and Payment 1. Cooz'dination within Railroad pei�rnit areas a. �+ieasurement I} Measurement far this Iter� will be by lump sum. b. Fayment 1) The work performed and irt�aterials iurnished in accordance with this Item will b� paid for at the lump suin priee bid for Raiiroad Coordination. c. The price bid shall iz�clude.: 1) Mobiiization 2) Inspectian 3) Safety training 4) Additionai Insurance S} Insurance Certificates b) Other reqLurements associated with general coordination with Railroad, including additional employees required to protect th.e right-of way and property of the Railroad from damage arising out of andlor from the constructiox� of the Prolect. 2. Railroad Fiagmen a Measu�•ement 1) Measurement for this Item will be per working day. b. Fayment 1) The wot•k perfoi�m�d and materials furnished in accordance with this It�m will be paid for each working day that Raiiroad Flagmen are present at the Site. CiTY OF FORT WQRTH STANAARD CONSTRUCTLON 8PECIFTCATION DOCIJDr�NTS Revised December 20, 2012 UTILITX CLTT REPAIR CONTRACT 2022 city prpject No. LTC-Ol 2U22 013513-b SPECIAL PRO.fECT PROCEII[1R�5 Page 6 of 12 1 2 3 4 5 6 7 a The price bid shall include_ 1} Coo�•dination far scheduling flagmen 2} Flagmen 3) DEh�r r�quirements associated with Raileoad 3. All qfhe�' ite�ns a. Work assaciated with these Items is considered suhsidiary to the various Items bid. No separate payment will be allowed for tliis Ttem. 8 1.3 REFERENCES 9 A. Reference �tandards 10 1. Reference standards cited in this Specification refer to the current reference 11 standa�-d puUlished at the tim� of the latest revisEan date logged a# the �nd of this 12 Specif cation, unless a date is specifically cited. 13 2. Health and Safety Code, Title 9. Safety, Subtitle A. Public Safety, Chapter 752. 14 High Valiage Ov�rhead Lines. 15 3. North Central Texas Council of Go�ernirz�ents (NCTCOG) — Clean Construction 16 Spe�iftcation 17 I..q ADMINI,STRATIVE REQUIREM�NTS 18 19 20 21 22 23 24 25 2fi 27 28 29 30 31 32 33 34 35 36 37 38 39 4D 41 �2 43 44 45 A. Coardination with fhe Texas Department of Transportation Wh.en work in the right-of way �vhich is �nder the jurisdiction of the Texas Depart�n�nt aiTi•ansparCation (T�sDOT): a. Notify ille Texas Departt�ent of Transp.ortaCion prior to eomnienc.ing any worEc therein in aceordance with the pra�visians of the p�rmit b. All uvork performed in the TxDOT right of way sh.all be pei•formed in compliance with and subject ta appt•oval fi�om the Texas Department o� Transportation B. Warf� near High VoIta�e Line� 1. Regulator� Requtremants a. All Work near High Volta�e Lines (more than 600 volts measured between conductors or between a conductor and th� ground) shall be in accordance with Health and Safery Code, Title 9, Subtitle A, Chaptex• 752. 2. Warning sign a, Pro�ide sign of suf�cient size meeting alI OSHA requirements. 3. Equipment operating within 1� feet of high �oltage Iines wiIl require the following safety feature,s a. Insulating cage-type of guard about the boom or at�m b. Insulator linlcs on the lif$ haok conn�ctians foi- back hoes or dippers c. Equipment must meet the sa�aty require�nnents as set%rth by OSHA and the safety requirements of the awner of the high valtage lines 4. Work within b feet of high voitage electrlc lines a. Noti�cation shall he given to: 1) The pawer cflmpainy (example: ONCOR) a) Maintain an accurate log of all such ca[ls to power company and record action ta[cen in each casa. b. Coordination with power compatay 1) After notification coordinate with the power company to: CITY pF FORT 1FlORTFI UTILITY CUT REPAIR STANDARU CONSTR[ICTTOIV SPECIPICA'ITbIY DOCiIIv3ENT8 COIZTRftCT 2622 Revised becember 20, 2012 city project No. UC-D l 2Q22 O l 35 l3 - 7 SPECIAL YRD7ECT PItOCEDURFS Page 7 of 12 1 2 3 4 5 6 7 8 9 10 11 12 13 I4 i5 16 17 18 19 2p 21 22 23 24 25 2b 27 28 29 30 31 32 33 34 3S 3b 37 38 39 40 a) Erect temporary inechanical barriers, de-energize the lines, or raise oa- lower the Iines c. Na personnel may work within 6 feet af a high voltage line before the alaove requirements have been met. C. Confined 5pace Entry P�•ogram l. Provide and follow approved Cbniined Space Ent�y Prog�'am in aecordance with OSHA requirements. 2. Canfined Spaces include: a. Manholes b. All ather conimed spac�s in acct�rdance with OSHA's Permit Required for Canfined Spaces D. Air I'ollution Waich Days 1 � Genea��:l a. �bserve the following guidelines ielating to worlcing on Gity construction siY�s on days designated as "AIR POLLUTION WATCH DAYS". b. Typical Ozone Season 1) May 1 t�'ough October 31. c. Critical Emission Time l) 6:00 a.m. to 10:Q0 a.m. Watch Days a. The Texas Commissi�n on Environmental Quality (TCEQ), in cao�•dina�ion with the Nationa� Weather Service, will issue the Ai�' Po1luYion Watch t�y 3:D0 p.m. on the afternoon priar to the WATCH day. b. Requirements 1) Begin work after 10:00 a.zn. whenevex construction phasing requires the use of motar�zed equipment for pe�'iods in excess of 1 hour. 2) Howevei•, the Contt'actoe �nay begin work prior fo I0:00 a.m. i£ a) LJse of txaotorized equipment is less than 1 hour, or b) If equipment is new and certified by EPA as "Low Emitting", or equipza�e;�t butns Uitt•a Low Sulfiu Diesel {ITLSD), diesel emulsions, or alternative fuels such as CNG. E. TCEQ Ai�• Permit 1. Obtain TCEQ Air Permit for construction activities per requirements of TCEQ. F. Use of Explosives, Drop Weight, Etc. 1. When Contract Documents permit on the project the following wiIl apply: a. Pubiic Notificatian 1) Submit notice to City and proof of adequate insurance caverage, 24 hnurs p��ior to eommencing. 2) Mir�imum 24 hour puhlic notification in acco�•dance with Sectian O 1 31 i 3 G, Water Depa��tment Coordinafiion 41 1. During the construction of this project, it will be necessary Yo deactivate, for a �42 period oitime, exi,sting lines. The Contractar sha11 be required to coordinate with �3 the Water Departrnent to deter�ine the best times for deactivating and activating 4�4 thase lines. 45 2. Coo:rdxnate any event that will require connecting to or the operation of an existing 46 City water line systerr► with the City's representative. CISY OF FORT WORTH UTTLITY CUT REPAIR STANDARD CONSTRUCTIDN SPECIFICATION DOCUMENTS CONTRACT 2D22 Revised Becember 2D, 2012 cify projeet No. UC-O 1 2022 a� �s i3-s SPECIAL PROIECT PROCEbCIREB Panc 8 of l2 1 a. Coo�•dination shall he in aceordance with Section 33 12 25, 2 b. If needed, ab#ain a hydrar�t wate�� meter from the Water Department fof� use 3 during the life of named proj.ect. 4 c. 1n the event that a wateY• valve an an existing Iive systein be turned off a�1d an S to accommodate the construction oithe project is requit•ed, coordinate this 6 acti�ity through the app��opriate City representati�e. 7 I) Do noi operate water line valves of existing water system. 8 a} Failure to comply will render the Contractor in violation af Texas Aenal 9 Code Titl� 7, Chapter 28.Q3 (Cz^iminal 1Vlischie fl and the Contractor will 10 be prasecuted to the full ea�tent af the law. 11 b) In addition, the Coiltractor will ass�rrne all liabilities and 12 respartsibilitles as a result of these actions, 13 H. Public Natification Prior to Beginn[ng Construction 14 I, P�•io�� to beginning const�•uction on any blocle in the project, on a block by block 15 basis, pr�pare and deliver a notice or flyer af the pending construction tfl the fi•ont 16 door af eacka res[dence ox' business that will be impacted by construction. The notice 17 shall be prepared as fallaws; 1 S a. Post notice or flyer 7 days priar t.o beginning any construction activity on �ach 19 block iii the project area. 20 1} Prepare flyer on the Contractar's letterhead and include the follawing 21 infot�mation: 22 a) Name ofProject 23 b) CitX �'rofect No (CPN) 24 c) Scope of Project (i.e. type of construetian activity) 25 d) Actual const��uctian duration within the blQck 26 e) Name of the contractor's foreman and phone number 27 � Name of the City's inspector and phone number 28 g) City's after�hours phone r�umber 29 2) A san�ple o�the `pre-const�•uction natificaiion' flyer is attached as Exhibit 30 A. 31 3) 5ubmit schedule showing the cpt�stt•ucttan stat� and f�nish t�me for eaeh 32 black of the project to the inspectar. 33 4) Deliver flyer ta the City Inspector foc review �rior to ciistributian. 34 b. No const�•uction will be allo�ved to begin on any block until the flyer is 3S deliv�rec� to all residents of the bloeIc. 36 I. Public Notification of Tempnraty Water Service Interruption during Construction 37 1. Tn the event it becomes necessaty to lemporarily shut down water set•vice to 38 residenis or businesses during construction, prepare and deliver a notice or flyer of 39 the pending interruption to the frtant door of each. affected t�esident. 40 2. Frepared notice as follows: 41 a. The notification or flyer shall be posted 24 ho�xrs prior to the tempot•ary 42 43 44 45 4G 47 48 interruption. b. P�-epare �lyer on the contractor's lette�•head and ii3clude the following u�farz�ation: 1) Narne of the project 2) CityProjectNumber 3) Date of the interruption of set�vice 4) Period the inten•uption will take place CI1"'Y OF FORT WORTH UTILITY CUT REPAIR 3TANDAI2D CONST'RUCTIQN 3PECIPICATION D�CUMENTS CONT1tACT 2022 Revised Decemher 20, 2012 ciry project No. IIC-O 1 2022 Ol 35 13 - 9 BPECIAL PRE3IECT PROCBDURES Page 9 af 12 � 1 2 3 4 S 6 '] 8 9 10 1! iz I3 IA- 15 16 17 18 19 za 21 22 23 24 25 26 27 28 29 30 3I 32 33 34 35 3b 37 38 c. d. e. f. 5) Name of the cont�•actor's foreman and phone number b} Nam e of the City's inspector and phone number A sample of the temporary water seivice interi��ption natification is attached as Exhibit B. Deli�+er a copy of the temporary interruption notification to the City iz�spector fqr �•eview prior to being distri�uted. No intel•ruption of water service can occt.0 until ihe flye�� ltas been delivered to all affected r•esidents and husinesses. Electronic versions of the sampl� �yers can be obtained from the Project Canstruction Inspector, J. Coordination with United States Army Corps of Engineers (USACE} At Iocations in the Project where constz'uction activities occur in areas where LISACE permits are r�quired, :t�teet a11 eequirenients set forth in each designated permit. K. Coordination within AaiL�oad P�rzxiit A�•eas l. At locatians in the praject wllere construction acti�ities occur in at•eas where �-aiiroad p�r:nnits are �equit'ed, meet all requirements set foi�th in each designated railroad permit. This includes, but is not limited to, provisions for: a. �'Iagmen b. Inspectors c. Safety training d. Additional insurance e. Insurance certificates f. Other employees i•equired to protect Che i•ight-af-way and propez'ty af the Railroad CQmpany from damage arising aut of and/ar frqm the consS��uction of the project. Proper �tility clearance procedures shall be used in accordance with the permit guidelines. 2. Obtain any supplemental informatian needed ta camply with the railroad's requirements. 3. Railroad Flagmen a. Submit receipts to City fnr verificatian af working days that railroad flagmen were pres�nt on Sike. L. Dust Control 1. Use acceptable measures to cont�ol dust at the Site. a. If water is used to cpntral dust, captut•e arid pi•op.erly dispose of r�raste water. b. Xf wet saw cu�ting is performed, capture and properly dispose of slurry. M. �znplayee E'arking 1. 1'rovide parking far employees at locations appro�ed by the City. CITY OF FOI2T WOR"iH STANDARI) CONSTRUCTIOI�T SPECIF[CATEON DOCUMENTS Revised December 2D, 2D 12 UTILIT`Y CUT REPAIR CaNTRACT 2022 city project Tio. UC-0 [ 202� ai �s �s- �o SPECIAL PR018CT PRdCLDLTii�S Page LQ of 12 1 2 3 � S G 7 8 � 1.5 SUBM�TTALS [NOT IISEDj 1.6 ACTIDN SUBM�TTALSIINFORMATICINAL SUBMITTALS [NOT LTS�D] 1.7 CLO�E4UT SUBM�'TALS [NOT USED] 1.8 MAINT�NANCE MATERrAL SUBMITTALS [NOT US�D] 1.9 QUALITY A�SiTRANC� [NOT T�SED] 1.10 D�LIVERY, �TORAGE, AND HANDLING [NOT U�ED] 1.7.1 FI�LD [SIT�] CONDITIONS [NO'� USED] 1.]2 WARRANTY [1VOT USED] PA1�T 2 - PRUDUCTS [NOT US�D] 1D PART 3- EXECUTION [NaT US�D] m 12 END OF SECTION Revisian Log bA'I'E, I�1AlV� SUMMARY OF CHANGE 1.4.� — Added requirement of coinp]iance wit� Health and Safety Co.de, Title 9. R/'� �/2p12 T�_ .Tohnson Safety, Subtit3e A, Public Safety, Chapter 752. High Voltage Overhead Lines. 1.4.� --Added Contractar respansibility for abiaiG�ing a TCEQ t1.ir Permit f3 CIT1' Or I'ORT WORTI-I U'1'IE.I'I'Y CiJT REPAiR STANDARD CONSTRiJCT]ON SPECIFIC?:TIO1V DOCCJMENTS CdNTRACT 2p22 Revised December 20, 2012 city project Na UC-01 2022 � O13513-�1 SPECIAL PR07ECT PROC�DURES Page l 1 of 12 �l � � �' 1 2 3 4 5 6 7 S 9 10 11 12 13 I4 1S 16 17 zg 19 aa 21 az 23 24 25 26 27 28 29 30 31 32 33 34 35 3G 37 Date: CPN No.: Project Name: Mapsco Location: Limits of Construction: EXH�BIT A {To be printed on Contractar's Lefterhead} - - - �_- - �' I I I I � II I � '� I � � �� ' 7HIS IS TO INFQRiVI YOU TWAT LJND�F� A CONTRACT WITH TH� CITY OF FORT V�IORTH, OIJR CO➢VIPANY W[L� WORK ON UiILIiY LWES ON OR AROUNQ YOUR �ROP�RTY, CONST�tUCTION WI��, ��G[N APPROXIMAT��Y Si�V�EN DAYS FROII�I THE DAT� o� �r�is NoricE. IF YOU HAVE QU�STIONS ABOUi ACCESS, S�CLJR[�Y, SA��TY OR ANY OTH�R 1SS11�, PL�ASE CALL: Ml'. <CONTRACTOR'S SUPERIIVTEI�D�NT� A I CSEL�PHOi�E i�0.� O� �lir. �ClTY INSPECTDR� AT � T�L.EPHONE NO.� AFTEF� 4;30 Pi�►i OR ON WEEKEMDS, P��AS� CALL (877) 39� $306 PLEASE KEEP THIS FLYER HANDY WHEN YOU CALL { C1TY OF FORT WORT`I-I UTILITY CllT REPAIR STAN�ARLJ CONSTRUCTIOIV ST'ECIFICAT'ION DOCUMBNTS CONTRACT 2022 Revised December 26, 2012 city project No. UC-fl.l 20?•7 013513-l2 SPECIAI, PRO.iECT PRQCED[.JFtF,S Page l2 nf I2 r ra ��;�:+�i: - ��� o�� �o�T �� �� ��. � � �: ��r�c� c�� ����o��� �°�►°r�� ������ ��a��������x flUE TD IJT1i.I'1`Y TMPTtOVEMElYTS I11� YOUR NEIGHSORHOpD, YOU�t '1WATER S�AVICE; I�VjLL BE I�T'1'ERRUP'iED QN BET'W�EN THE ��YJRS OF' AND IFYQU �IAVE QY7�STIONS A,BOUT THTS SHUT-OUT, PLEAS� CA.I,.I.: MR, AT (CONTI2ACTOR3 5i1P�+ItINTENDENI� ('1'ELEPHO1r1E I�Ii7�vIHER) Oli. �, AT _ �„ (CITii TTHSPECTQR) {'I'�I.EPHOlVE NiJ1V�SER) TAI� INCONVEI�IIEI�IC�'UVILL BE A5 SHORT AS POSSI6iE. THANK Y'OTJ, . �conr�ac�ro� 3 4 CITY OF FdRT WORTH STANDARD CONSTRiICTION SPTCIPICAT[OIv DOCUMEN'I'S Revised December 20, 2Q12 uTTLi� cuT xEp�R CONTRACT 2422 ciky prpject Nq. LiC-01 2q22 01 �4S 23 TEST1tYG AN� INSPBCTI03>I SERVICES Page l of 2 S�CTION DI 45 23 T�STING AND INSPECTION SERVICES PARTI- GENERAL L1 SiTMMARY A. Section Includes: 1. Tesiing and inspection ser�ices proceduras and caordination B. Deviations from this City of ForC Worth Standard Sp�cificatian 1. None. C. Related Specification Sectians include, but are not necessarily limited to: 1. Division D— Biciding Requiremenis, Cantract Farms and Canditions qf tha Contract 2. Division 1-- General Requirements 1.2 PRICE AND PAYMENT PROC�DUR�S A. Measurement and Payment Work associated with this Item is considered subsidiary to tha various Items bid. No s�parate paynnant will be allowed fo r this Item. a. Contraetor is responsible for performing, coordinating, and payment of all Quality Control testing. b. �ity is responsible for perf�rming and payment for first set of Qua.lity Assurance testing. 1) If the frst Quality Assurance test performed by the City fails, the Contraciar is responsible for payment of subsequent Quality Assurance testing until a passing test occurs. a) Final acceptance will not be issued by Ciiy until all required payments for testing i�y Contractor have been paid in full. 1.3 REFERENCES [NOT USED] 1.4 ADNIINISTRATIVE REQUIREMENTS A. Testing 1. Complete testing in accordance with the Coniract Dacurnents. 2. Coardination a. When testing is required to be performed by ihe City, notify City, sufficiently in advance, when testing is needed. h. When testing. is required to be completed by the Contractor, notify City, suificiently in advanc�, tl�►at testing will be performed. 3. Distribution of Testing Reparks a. E1ac�ronic Distributaon 1) Confirm development of Project directory for electronic submittais to be uploaded ta the City's document management sysiem, or another external FTP site approved by the Ciiy. CTTY OF FDRT WO1ZTki UTILITY CUT R�PAIR STA.N➢AR3] COAISTRUCTION SPECIFICATION DOCiTMENTS CONTRACT 2022 Revised March 9, 202D City Froject No. UGO E 2022 D 1 �}5 23 TESTING AND 1N5PECTTON SERVICES Page 2 of 2 2) LTpload test repo��ts to designated project directai•y and notify appropriate City representatives via e3nail of submittat posting. 3) Hard Copzes a) 1 copy for all submittals submittad to the Proj ect Aepresentative b. Hard Copy Distribution (if rec�uir�d in li�u of el�ctroi�ic distribution) 1) Tests perforined by City a) Distribute 1 hard copy ta the Contractar 2) Tests perfarmed hy the Contractor a) Distribute 3 ha.�•d copies to City's Pr•oject Representative 4. Provide City's P�•oject Repi•esentative with trip tickets for each delivered load of Coaacrete or Lime material including the %llowing in%rmatian: a. Name af pit b. Date afdelivery c. Material delivei�ed B. Inspection ]. Inspec#ion or lack of inspection does not relie�e the CQntractor from obligation ta perfarm woi•k in accordance with ttie Ca�ltract Documents. 1.5 SUI3MITTALS [NOT U�ED] 1.5 ACTION SUSMITTAL�IINFORMATIONAL SUBNIITTA�S �NOT USED] l.7 CLOSEOUT SUSMITTALS [NOT iTSED] 1.8 MAINTENANCE MATER.IAL SUS1VIITxALS [NOT USED] 1.9 QUALITY ASSURANC� [NOT USED] 1.10 DELTV�RY, STORAG�, AND HANDLTNG [NOT USED] 1.11 FIELD [SITE] CONDITIONS jNOT LIS�D] 1.12 WARRANTY [NOT USED] PART 2- PRODUCTS jNOT USED] PA.RT 3 - EXECUTION [NOT 17S�D] �ND OF S�CTION Revision Log DATE NAME 5i7M1VIARY OF CHANGE 3/9/2020 ll.V. Magana emo�ed i�eference to T3nzzsaw and not�d that �lectronic submittals be uploaded through fhe City's document management system. Cl'1'Y OP E�ORT' WORTH UTILITI' CUT REPAIR STANDARD CpNSTRUCT1pN SPECIE[CATION AOCUM�NTS COI�I'AA.CT 2622 Revised Ivlazch 9, 2020 Gity Project No. UC-O 1 2022 O15dd0-1 TF�vIPORARY PAC�LITI�.S AND CONTRQLS Page 1 of 4 1 2 SECTION (1150 00 T�MFORARY FACILITIES AND CONTRO�,S 3 PART1- GENERAL 4 I.1 SUMMARY 5 A. Section Includes: G 1. Provide temporary facilities and controls needed for ti�e Work including, but not 7 necessarily limited to: 8 a. Tempoi-aiy utilities 9 b. Sanitary facilitie� I� c. Storag� Sheds aind Buildings I 1 d. Dust control 1� e. Temparary fencing af the constt�uction site 13 B. Deviations frotn this Cify of Fort Warkh Standarci Specification 14 I. None. 15 iG 17 18 1.2 C. Relate.d Specificatian Sections include, but a�•e not necessariIy limited to: 1. Division 0— Sidding Requiretnents, Contract Forms and Conditions of the Contract 2, Division 1— General Requirements PR.�CE AND PAYIVIENT PROCEDURES 19 A. Measurement atid Payment 20 1. Work associated with this Item is considered subsidiary ta the various Items 6id. 21 No separate payment will be allowed for tlus Item. 22 1.3 REFER�NCE� [NOT USED] 23 ].4 ADIVIINISTRA'I'�VE REQUIREMENTS 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 A. Tempora.ty Utilities 1, Obtaining Temporary S�ervice a. Make arrangements with utility seiwice campanies for teix►parary servicas, b. Abide by rules and regulations of utijity service campanie� or- authorities having jurisdiction. c. Be responsible for utility service costs until Work is appa'oved foe Final Acceptance. 1} Included a�-e fuel, powex, liglat, haat and a�her utility services necessary for e�ecution, campl�tion, testing and initial ope:ration af Work, 2. Water a. Contractor to pz'ovide water required for and in connection with Work to be pex•foz•med and for specified tests of pi�ing, equipment, devices or other use as r�quired for the campletion of the Vl�ark. b, Provide and maintain adequate supply of potable water for dornestic consumption by Contractar personnel and City's Pt•aject Representatives. c. Coordination 1) Contact Ci.ty 1 week before water for consfixuctian is desi�•ed CI'iY OF PORT WORTH STANDARD CO1v5TRUCTION 3P�CIPICATION AOCUMEIZTS Revised 7uly l, 20l 1 ❑��.1� coT xEr��x. CONTC2AC'f 2022 City Project No. UC-01 2022 J o� saoo-z TEIvIFpItAItY FACILITIES AA1D CpNTRQLS Page 2 of 4 1 2 3 4 5 6 7 S 9 I� I1 12 13 14 15 16 17 1$ 19 20 21 22 23 24 25 2b 27 28 29 30 31 32 33 34 35 3b 37 38 39 40 4i 42 �43 44 4 5. d. Cont�•aetar Fayment for Construetion Water 1) Obtain constructian water meter fi•om City for payment �s billed by City's �stablished rates. 3. Elect�•icity and Lig}ati��g a. Pi•ovide and pay far electric pqwet•ed set'vice as t�equired faz• Wor[�, including testing of Work, I} Pt•ovide power far Iighting, operation of eq�ipment, or other us�. b. Electric pawer service inciudes t�mp�rary powe�• sei�vice or generator to maintain opei•ations during scheduled shutdown. T'elephon�; a. Provide eme��gency telephone service at Site for usa by Contractor personnel and others pec•forming wax�lc ok• fi�rnishing ser�ices at Site. Temporaty Heat and Ventilatifln a. Pr�vide temporary heat as necessary foi• pt•otection at• completion of Worlc. b. Arovide #empot•ary heat and ventilation to assure safe �uorlung cor�ditions, B, Sanitaiy Facilities 1. Provide and maintain sanitary facilities for persons on Site. a. Comply with r�gulations of State and local c€e.pat�tments of health. 2. Enforce use af sanitary faciliti�s by construetian personnel at�ob site. a. Er�nlose and anchot• sanitacy facilitEes. b, No �ischarge will be allowed fronl these facilities. c. Co!]ect and store sewage and waste so as not to cause nuisance or health problem. d. Haul sewage and waste off-siCe at no Iess than weekly intervals and properly dispose in accordance with applicable i•egulation. 3. Lacate facilities near Wot�Ic Site and Iteep clean and maintained tht•oughout Project. 4. Remo�e facilities at compleiion of Px�oject C. Storage Sheds and Buildings 1. Provide adequately venti[ated, watertight, weatherproof storage facilities with flooi• a6ove ground Ievel for materia[s and equipment suscepti6le ta weather damage. 2. Storage of materials not susceptible to weathar datnage may be an blocks off ground. 3. Store materials in a neat and o�•dez•ly zxi.a�ane��. a. Place materials and equipment ta permit easy ac.cess for identiiication, inspection and inventory. �}. Equip bui�ding with lockable doors and lighting, and provide elect�•ical sez•vice far equip�neni space heaters and heating ar �entilation as necessary to provide storage environments accepta�le to specif ed manufacturet•s. S. FiI! and grade site far ternpoi-ary structures to pr�ovide drainage away from temparaiq arid existing buildings. b. Remove bui�ding from sita prior to �'inal Aeceptance. D. Temporary Fencing 1. Pt•ovide and maintain for the duratian or construction when required in cant�•act documents 45 E. Dust Cantro! CI'I'Y pF FaRT WORTH STANDARD CON5TRTICTION SPECTFICATIOIV DOCUMENTS Revised7uly 1,2011 IITILiTY CLTT REPAIR CONTRACT 2022 City. ProjeciNo. UGDI 2022 1 2 3 4 5 b 7 8 9 ]0 11 12 13 14 15 � 1{ ]7 18 19 20 21 22 23 24 25 26 27 28 29 3� 3.1 OlSROQ-3 THiv1POItNtY FACTLITLES AND CON7'ROI.S Page 3 of 4 l. ContractQr is respoiv�ible for main#aining dust control through the duration of the praj ect. a. Contractor remains an-ca�l at all times b. Must respond in a timely manner F. Temporary Protection of Cons�uction 1. Cflntractor or subcontractors are responsible for pratecting Work from datnage due ta weaCher. 1.5 SUSMITTALS [NOT USED] 1.6 ACTiON SUBMITTAL�fINFORMATIONAL SUBMYTTALS [NOT USED] 1.7 CLOSEOiTT SUBMITTALS [NOT USED� 1.8 MAINTENANCE NIAT�RIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, ST�RAGE, AND HANDLING [N�T IISED] 1.11 F�ELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PAR'I' 3 - �XECUTION [NOT II�EDj 3.1 INSTALLER� [.NOT LTSED] 3.2 EXAMINATION [NOT USEDj 3.3 PREPAR�iTION [NOT USED] 3.4 IN�TALLATION A. Temporary Facilities 1. Maintain all te�np.orary facilities for duration of constxuction activities as needed. 3.5 [REPAIR] 1 [RE.STORATION] 3.6 RE�INSTALLATION 3.7 FIELD [oR] SITE QUALITY CONTROL [N�T USED] 3.8 SYST�M STARTUP [NOT USED] 3.9 ADNSTING [NOT iTSED] 310 CLEANING [NOT USED] 311 CLOSEOUT ACTIVITIE� A. Temporary Facilities CITY OF FORT WOItTH STANDARI3 CONS'I'Rl7C'fIQN SPECIFICATION DOCUNIENTS [tevised ]uly 1, 201 L UTILITY CUT REFAIR CONTRACT 2022 City ProjectNa. UC-pl 2D22 . � QL 5004-4 TBMPQP..4RY FACILiT[ES AND CONTR01,5 Page 4 af4 1 1. Remove a![ temporary facilities and restore area after cornpletian oft.�e Work, to a 2 condition equa[ to or betEer• than prior to start of Worlc. 3 3.12 PROTECTION [NOT IISED] 4 3.13 MAi1VTENANCE [NOT USED] 3.14 ATTACHII�I�NTS [NOT USED] END OF SECTION Re�isian Log DATE NA11� SUMMARY OF CHANGE C1TY OP F�RT WOATII UTILITY CLf"I' 12EPALE2 STAN➢ARD CONSTR[]CTION SPECIFiCAT[Otd DOCUM�NTS CflNTRACT 2a22 Revised 7uly 1, 2d L 1 City Project No. UC-0 ] 2022 015526-1 STREET USE PERMIT AND MpDIFICATIONS TO TRAFF[C CON'T'T20L Page 1 of 3 � 2 sECTroN fli s� 26 S`CREET USE P�RMIT AND MODIFICATIONS TO TRAFFIC CONTROL 3 PART �. - GENERAL 4 1.]. �UMMARY 5 A. Section IncIudes: G 1. Administrative procedures for: 7 a. Sh•eet Use Permit 8 b. Modification of approved traffic control 9 c. Removai of Street Signs 10 B. Deviations fi•om this City of Fort Worth Standard .Speciiication 11 1. 1.2 PRICE AND PAYMENT PROCEDURES- 12 Given the nature of this contract �treet iTse Permits wil[ be paid fox at tl�e pre- 13 bid price of $100.00 each and Traffic Contral Plans will be paid for on an as 14 needed �asis. 15 C. Related Specificatian Sections include, but a;-e not necessarily liinited ta: 15 1. Divisian �— Bidding Requirements, Contract Forms and C�nditions af the Con�ra.ct I7 2. Division 1— General Requirements 18 3. Section 34 71 13 -- Trafiic Contrfll lg 1.2 PRICE AND PAYM�NT PROCEDUI�S 24 A. Mea�t�rement and Payment 21 3. Wdrk associated with this Item is cansidered subsidiary to the various Items bid. 22 No separate payment will be allowed far this Item. 23 1.3 REFERENCES 24 A. R�ference Standards 25 ]. Refe�'ence standards cited in this specification refer to the current j•eference staridard 26 published at the time of the latest revzsion date lagged at the end of this 27 speci�icatian, unless a.date is specifically cited, 2$ 2. Texas Manual on Unifo��m Traffic Cont�ol Devices (TMUTCD). 29 1..4 ADM�NISTRATNE REQUIItEMENTS 3Q 31 32 33 34 35 35 37 38 39 A. Ti'affic Control 1. General a, Cantractar shall minimize lane closure at�d impact to vehicularlpedestrian traffic. b. When traffic con�rol plans are included in the Drawings, provide Tr�c Control in accardance with Drawings and 5ectlon 34 71 13. c. When tt�affic control plans are not included in the Drawings, prepare tra�fic cnntrol plans in accordance wit.h Section 34 71 13 and subz�r►it to City fat' review. 1) A11ow minimum 10 wark'rng days for ��eview of praposed Traffic Control. CITY i']F FORT WOI2TH STANDARB CONSTROCTION SPECIFICA'ilON DOCU1�fENTS Revised Ma��ch 22, 2021 UTILITY CiIT REPAIR CONTI2ACT 2022 City i'rojectNo. UC-01 2Q22 ai ss26-2 STREET USE P�RNiiT AND NiODIP'ICATIONS TO TRAFFIC CONTRdL Page2 pf3 1 2 3 4 5 b 7 8 9 14 11 12 13 14 1S 16 17 18 1.9 20 2) A ttafiic cnntrol "Typical" publishe.d by City ofFort Worth, the Texas Manual Unified Tra�Ic Cantt�ol Devices (TMUTCD) or `I'e�as De.pat�tinent of Tt•ansportation (TxDOT) can be used as a�� alternative ta preparing p�•oject/site s�ecific traffic cont�•al �alan if the t�ypical is appIicable to the speeifie projectJsite. B. 8treet Use Permit Prior to installation of Traffic Control, a City �treet Use Permit is required. a. `I'o obiain Sireet Use Permit, submit Traffic Conti•al Plans to Ciry Transpartatian and Public Woz�ks D�partment. 1) Allow a zr�iz�irnuzjx of S woz•�Can.g days fo�� p�rmit �evi�w. 2) Con'tractor's responsibility ta coardinate �•eview ofTx•affic Cantrol plans far Street Use Permit, such that canstruction is not delayed. C. Modification to Approved Traffic Cont�•ol 1. Prior to installation traffic control: a. �ubrnit revised i�•afiic cantrol plans to City Depai�tment Transpof•tation and PubIic Warks Depai��nent. 1) Re�ise Traffic Confrol pIans in accordance �vith Section 34 7] 13. 2) Allow minimuin S vva�•lcing days far reviaw pf z•evised Tra�fc ConLt�ol, 3) It is the Contractor's respansibility to coordinate re�view of Traff e Contri�l plans for Street Use Permit, such that construciian is not rlela�ed. 2I D. Removal of Street 5ign 22 1. If it is determined t.�at a street sign must be re3noved for construction, then contact 23 City `�'�-anspoz-tation and Public Works Depar�nent, Signs and Mat�kings Division to 24 reino�ve the sigrs. 25 2G 27 2.8 29 3D 31 32 33 34 E. Tempara.iy Signage i. In the case of regulatory signs, replace permanent sign with temparacy sign meeting requirements of the latest edition of the Texas Manual on Llniform Traffic Cont�•ol Devices (MUTCD). 2. Install tempora�y sign before the rerrioval of permanent sign. 3. Wh�n constructinn is complete, to the extent that the permanent sign can be reinsfalled, cantact tk�a City T�•anspoz-tatian and Public Works Department, Signs and Markings Di�ision, to reinstall the permanent sign. F. Traffic Control Standa.rds 1. Traffic Control Standards can be found on ihe City's website. 35 1.5 SUBMITTALS 36 A. Submit all required docurnentation to City's Prflject Representative. CTTY aF FORT WORTH UTILITY CUT REPAIR STANDARI] CONSTRUCTION SPECIFICATIdN DOCUME%TTS CONTRACT 2022 Revised IViarch 22, 2023 City Project No. UC-01 2022 01 5525-3 STREET USE PER�vIIT ANI] MO]JIFICF.1'1QiY5 TO TRAFI"IC CdNTROL Page 3 of 3 i 1.6 ACTION SUBMITTALSIINFORMA.TIONAL SUBMXTTALS [NOT il5ED] 2 1.7 CLOSEOiTT �UBMITTALS INOT US�D] 3 1.8 MAINTENANC� MATERIAL SUBMTT'TALS [NOT �C7SED] 4 19 QUALITY ASSURANCE [NOT USED] 5 1.10 DELNERY, STORAG�, AND HANDL�TG [NOT USED] 6 1.11 FIELD [SITEJ COND�TXQNS [NOT USED] 7 1.12 WARRANTY �1Y0'T USED] $ PART 2 - PRODi7CTS [NOT USED] 9 PART 3- EXECL7TION �1VOT TTSED] 10 il 12 END OF S�CTION Revisian Log DATE NAME Si.JMMARY OF CHANGE 1.4 A, Added language to emphasize minimizing of lane closures and impact to L•affic. 1.4 A. 1. C. Added Iang�iage io allow for use of published traffic control "Typicals" 3/22/2021 M. Owen if applica6le to specific projectl site 1.4 P. 1) Itemoved z•e%rence ta Buzzsaw 1.5 Added lan�uage re; suhmittal of permit CITY pF FpRT WqRTH UTILITY CUT R�PAiR STANDARD CONST{tUCTION SPECIFICATIpN BOC�IMENTS COiJTAACT 2022 Revised Zviarch 22, 2021 City Project No. UC-OI 2022 � 015713-1 STORM WAT�R POLLUTIQN PiiEVENTTON Page 1 oE3 1 2 SECTION 0157 13 STORM WATER POLLUTION PREVENTYON 3 PART1- GENERAL 4 l.l. SUMMARY S A. Section Incl�des: G l. Procedures for 5torm Water Pollutian Prevention Fians 7 B. Deviations fi•om this City of Fort Wo�•th Standard Specification 8 1. Nane. 9 1Q 11 12 13 z 4 1.2 15 lb I7 18 19 20 A. Abbre�iations and Act'anyms 1. Notice of Intent: NOI 2. Notice of Termination: NOT 3. Star�n Water Pallutian Prevention Plan: SWPPP 4. "I'exas Cammission on Environmental Quality: TCEQ S. Notice of Cha��ge: NOC A. Refe�•ence Staadards 1. Refarence standards cited in this Specification refer to the current reference standard publisl�ed at the time af the latest revision date logged at the end of this Specification, ur�Iess a date is speci�eally cited. 2. Integrated Storm Managernent (iSV�M} Technical Manual for Construction Contrpls �,4 ADNIINISTRATNE REQUIREMENTS 21 i.3 REF�RENC�S 22 23 24 25 2b 27 28 29 30 31 32 33 34 35 36 37 C. Related Specification Sections include, but are not necessarily limited in: 1. Division 0— Bidding Reguirements, Cont�act Forms and Gonditions of the Contract 2. Division l— Genera! Requirements 3. Section 31 25 00 — Erosion and 5ediment Cont�•al PRICE ANll PAYMENT PROCEDUR�S A. Measurement and Payment 1. Construction Activifies resulting in less than 1 aci•e oi disturbance a. Work associated with this Item is considered subsidiary to the variaus Items bid. 3�10 separate payment will be allawed for fhia ltezn. 2. Construciian Activities r�suIting in greatez' than l acre af distucbance a. Measuz�ement and Payment shail be in accordance with Section 3l 25 00. A. General 1. Contractor is responsible for resolution and payment af any i'ines issued associated with compliance to Stormwater Pollution Preventian Plan. CI'fY OF FORT WQRTfI STANpARD CONSTRUCTION SPECI�"TCATION DOCUMENTS fZevisad July l, 2011 LTTiLI`PY CUT F2EPAIR COIY'I"RACT 2022 City Project No. UC-Ol 2022 O15713-2 ST�RM WATBR POLLLTTIOI�i PREVENTIQN Fage 2 oF3 2 3 4 5 b 7 8 9 10 11 12 13 14 15 i6 l7 l8 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 B. Cons�•uction Acti�ities resulting in: 1. Less than 1 acre of disturbance a. Provide erosion and sediment cont�•oI in accordance with Section 31 25 �0 and Drawings. 2. 1 to Iess than 5 acres af disturbance a, Texas Poll�tant Discharge Elimination System (TPD�S) Genet'al Constructian Permit is required b. Cornplete SWPPP in accorcfance with TCEQ requirements 1) TCEQ Sniall Construction Site Notice Required under general per�r►it TXR150Q�0 a) Sign and post at job site b) Pria�• to Pt��construction M�eting, s�nci 1 copy to City Depart[nen� of Transportation and Public Works, Envii'anmental Di�isian, ($17) 392- 6d8$. 2) Provide erosion and sediment control in accordance with; aj Section 31 25 00 b) The Drawings cj TXR150000 General Pe�•mit d) S�IPPP e) TC�Q t•equirements 3. 5 acres or more of Disturbance a. Texas Poflutant Discharge Elimination System {TPDES) G�nej•al Constz•uction Permit is rec�uif•ed b. Coinplete SWPPP in accordarice with TCEQ requic•ements 1) Prepaz•e a TCEQ NOI for�n and submit to TCEQ along with requit�ed fee a) Sign and post at job site b) Send copy to City Department af `I'�-ainspoz�tation and Public Works, Envi�ontnental Division, (817) 392-b0$S. 2) TCEQ Notiee of Change required if making changes ar updates to NOI 3) Provide erosion and sediment control in accordance witl�: a) Section 31 25 00 b) The Drawings c) `I'XRI50000 General Pertnit d) SWPPP e) TCEQ requir•ements 4) Once Lhe project has been coir►pleted and all the closeout requirements of TCEQ have been met a'�'CEQ Natice of Terminatian can be submitted. a) Send copy to City Department of Transpoetatian and Public Works, Environmental Division, (817) 392-bQ88. 40 1.5 SUSNIITTALS 41 42 43 44 �5 45 47 A. SWPk'� 1. Submit iz� accardance with Section � 1 33 00, except as stated herain. a, Prior to the Preconsh�uction Meeting, submit a draft copy of SWPYl' to t:he City as follaws: 1) 1 copy to the City Project Manager a) City Project Manager will forward to the City Depa��tment of Transportaiion and Public Works, Environmental Division for review CiTY OP FdRT �dRTH IITILITY Ci1T REPAIR STAIVI3ATtD COhTSTRUCTIOIV SPECIFICATION DOCUMEiVTS CONTRACT 2022 Revised luly 1, 201 I City Project Na. UC-01 2022 O15713-3 STORM WATER PpLLUTI03�i PREVEI+ITIOI�[ Page 3 af 3 L 2 3 4 S b 7 8 9 1 {7 1 11 B. Madified SWPPP 1. If the S WPl'P is revised during const�'uction, resubmit madified �WPPP to the City in accardance witl� Section O1 33 00. 1,6 ACTZON �UBMYTTALSIYNFORMATIONAL SIIBMITTALS [NOT U�ED] 1.7 CLOSEOIIT SUBMYTTALS [NOT USED� 1.8 MAiNTENANCE MATERIAL SUEMITTALS [NOT iTSED] 1.9 QuALITY ASSiTRANCE [NOT USED] 110 D�LIVER�', STaRAG�, AND HANDLING [NOT iTSED] �.11 FIELD [SITE] CONDIT�ON� [NOT USED� 112 WAllRANTY [NOT iT�ED] PART 2 - �'RODUCTS �NOT USED] 12 PART 3- EXECUTZON [NOT USED] 13 14 J i 15 � f � � END OF SECT�ON Revision Lag DATE NAME SiTMMARY OF CHANGE CiTY OF RORT WORTH STANDARD COA}5T`RUCTION SPECIf'[CATION DdCUNfENTS Reviscd July 1, 20l 1 U7'ILITX CUT REPAIR CONT[if�CT 2�22 City Project No. LlGOI 2022 oi ss i3 - i T�MPOItARY PltO]ECT SIGNAGE Page 1 of 3 � o� I 1 �, � I 2 3 PART1- GENERAL 4 5 G 7 8 9 10 11 12 I3 14 15 16 17 ]S 19 20 21 22 23 24 25 2G 27 28 29 3fl 31 S�CTIUN Ol 5813 TEMPORARY PROJECT SIGNAGE 11 SUNINIARY A. �ectian Includes: I. Temporary Project Signage Requrrements B. Deviatians fi•om this City of F�t�t Worth Standard Specification 1. None. C. Related Specification SectiQns include, but are not necessarily limited ta: I. Division 0— Bidding Req�ireinents, Contract �orms and Canditions af tkie Canteact 2. Di�ision 1— General Requirerrients 1.2 PRICE AND PAYMENT PROCEDURES A. Measurernent and Payment 1. Work associafed with this Item is cansidered subsidiary to the �aric�us Itern.s bid. No separate payment will he allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SiTBMITTALS [NOT USEDj 1.6 ACTION SUBMITTALSIINFORMATIONAL SUBMITTALS [NOT IISED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [N�T USED] 1.9 QUALITY ASSIIRANCE [NOT USED] 1.10 DELNERY, STORAGE, AND HANDLING �NOT i1SED� 1.11 FIELD [SITE] CONDITIONS [N�T U�ED] 1.12 WARRANTY [NOT USED] PART2- PRODUCTS 2.I (IWNER-FT_TRNISHI'.D [ox] aWN�R-SUPPLI�DPRODUCTS [NOT USED] 2.2 EQUIPMENT, PRODUCT TYPCS, AND 11'IA.TERiALS A. Design Criteria 1. Provide free standing Project Designation �ign i.n accordance with City's Standard Details iar p�•oject signs. CITY OF PORT WORTH STANL7ARD CONSTRUC'PiON SPECIFICATION DOCIJMENTS Revised luly 1, 20l 1 UTILTTY CIIT REPAIR GQNTRACT 2�22 City Project No. UC-O l 2.022 � O1 58 13-2 '1'EMi'ORA12Y PRfl]ECT 5IGlVAGE Page 2 of 3 I B, 1Vlaterials 2 1. Sign 3 a. Constructed of 3/4�inc1� �r plywood, grade A-C {exte�•ior} o� better 4 2.3 ACCESSORIES [NOT USED] 5 2.� SDURCE QUALITY CONTROL [NOT USED] 6 PART 3 - �XECUTION 7 3.1 INSTALLERS [NOT USED] S 3.2 EXAN.a1VATION [NOT �7SED] 9 3.3 PREPARATION [NOT USED] 10 3.4 1N5TALLATIQN 11 A. General 12 1. Prouide verfical inskallation at extents .of project. 13 2. Relocat� sign as needed, upon request of the City. 14 S. Mounting options 15 a. Skids 1 G b. Posts 17 c. gaa-��icade 18 3.5 REPAXR 1 REST�RATTON [NOT IISED] 19 3.6 RE-INSTALLATIQN [NDT II�ED] 20 3.'7 FIELD [ox] SiTE QiTALITY CONTROL �NOT USED] 21 3.8 SYSTEM STARTUP [NOT USED] 22 3.9 ADJUSTING [NOT USED] 23 3.10 CLEA1rTING [NOT IISED] 24 3.11 CLOSEOUT ACTTVIT�S [NOT USED] 2S 3.12 PROTECTION [NOT i75ED] 26 313 MAYN'TENANCE �7 A. General 28 1. Maintenance will include painting and repairs as needed or directed by the City. 29 3.14 ATTACHMENTS [NOT i75EDj 30 3I FND OF SECTION CTTY OF FORT WORTtI [TTILITI' CLIT REPALi2 STANBAItD C�NSTRCTCTION SPECIk'ICATIOI� 7�OCUMENTS CfJNTRACT 2.022 Re�ised 7uly 1, 20l 1 Ciry I'roject Nn_ YJC-Ol 2022 Ol 58 13-3 TEMPORARY PR07ECT SIGNAGE Paga 3 of 3 �' �. 1 D.ATE NAME 2 Revision T;og CITY OF POI2T WORTH 5TAN17AlZD CONSTRUCT101d SPECTFICATION DOCUIv[E[�ITS Revised 7uly 1, 20 i 1 SUMMARY OF CHANGE UTILITY CUT REPAIR CONTRACT 2U22 City Pcoject No. UC-01 2422 a 16o na PRODi7CT RGQUIR�MENTS Page 1 of 2 SECTION 0160 00 PRODLTCT REQUIREMENTS I�!-�1_I[�e�►�7�i 11 SUMMARY A. Section Includes: I. References for Product Requirernents and City Standard Products List B. Deviations froin this City of Fort Worth 5tandard 5pecifieation I. None. C. Related Specification Sections include., but are not necessariiy Iimited to: 1. Division 0— B.idding Requirements, Contract Farrns and Conditions of the Contract 2. Division 1— General Requirements 1.2 PitiCE AND PAYMENT PROCEDURES [NOT USED] 1.3 REFERENCES [NOT iTSED� 1,4 ADMiNISTRATNE REQUIItEMENTS A. A list of City approved products for use is availabie through the City's website at: https://apps.forfworthtegas.gov/ProjectResourcesl and following the directory path; 0� - Construction Documents/Standard Products List B. Only praducts speci�ically included nn City's 5tandard Product List in these Con��act Documents shall he allowed for use on the Projecfi. 1. Any subsequently approved products will only be allowed for use upon speciiic approval by the City. C. Any speci�c pxoduct requirements in the Co�ntract Docurn.e�lts supersede similar products included on the City's Standard Product List. 1. Tha Ciiy :reserves tha rigbt to not allow prnducts to be �.�sed for certain p:rojeets even thaugh the praduct is listed an the City's Standard �'��o.duet List. D. Although a specific product is included on City's Statzdard Product List, not all products from that manufacturer are approved for use, including but not limited to, that manufacturer's standard product. E. See Sectior� O1 33 bD fo�• submittal requirerr�ents of Product Data included an City's Standard Product List. 1.S SUBM�TTALS [NOT USED] l.6 ACT�ON SUBMXTTALS/�NFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMZTTALS [NOT USED] ].8 MAINTENANCE MATERXAL SUBMYTTALS [NOT USED] ]..9 QUAL�TY ASSURANCE �NOT USED� CITY OF PORT WORTH UT'ILITY CUT REPAIR STAIVDARD CONSTRUCTION SPECIFICATTON DOCUMEI�TS CONTRACT 2022 Revised lV[arch 9, 2�20 City Project No. UGO1 2022 01 60 00 C'RODUCT REQLFIltEME3VT5 Page 2 of 2 1.10 DEL�VERY, STORAGE, AND HANDLING [NOT USED] l.11 T'YELD [SYTE] CONDITIONS [NOT U�ED] 112 V��RRANTY [NOT US�D] r�T 2 - PRonucTs [NOT us�cn� PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Lag DATE NAME Si.JMMAR� OF CHANGE 10/12/12 D, Jol�nson Madified Lncation of City's Standa�•d Product List 3I9/2020 D.V. Magana Removed reference to Bi�zzsaw and noted that the City appi�ved produets list is ac.cessi6le tlu�ougk� the City's vuebsite. CITY OF FORT WORTH UTILITY CUT REPAIR STANI?ARD C�1+t5TRUCTIdN SPECIFICATION T70CUMENTS CONTRACT 2.022 ftevised Mazch 9, 2020 City ProjecC No. UC-Q l 2Q22 ; �1 f� �� d1650D-1 PR017[]CT STORAGE A1VD fIAI�TI7LIIVG REQUIREMENTS Paae 1 nf 4 1 2 SECTION Ol GG 00 PRODUCT STORAGE AND HANDLING REQUIR�MENTS 3 PART1- GENERAL 4 1.1 SiTM1VIARY 5 6 7 8 9 10 ll 12 13 14 IS 16 17 18 19 20 21 22 23 24 25 A. 5ection Includes: 1. Scheduling aipra.duct delivery 2. Packaging af pr�oducts far delivezy 3. Prat�ction of products against damage froin: a. Handling b. Exposure to eienaents ar harsh enviz•onments B. Deviations firom this City of Fort Woz�tY� �tanda�d Specification l. None. C. R�Iated Speci�cation Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms and Conditians of the Contxact 2. Di�isian 1— General Requirements a..z P�cE alvn PAYm�NT rRoc�cnu�s A. Measurement and Payment 1. Wark associated with this Item is considered subsidiat•y to the various Items bid. Na separate payment will be allowed fot• this Item. 1.3 REFERENCES [NOT IISED] 1.4 ADMINISTRATIVE REQiTII2EMENTS [NOT USED] 1.5 SiTBNIITTALS jN�T' I]SED] 1.6 ACTION SUBMITTALSlINFORMATIONAL SIIBMITTALS [NOT iT�ED] 1.7 CLOSEOUT �UBNIITTALS [NOT iTSED] 1.8 MAINTENANCE MATERIAL �UBMTi'TALS [NOT USED] 26 1.9 QUALTTY ASSURANCE [NOT USED] 27 1.1fl DELIVERY AND HANDLING 28 A. Delivery Requirements 29 1. Schedule delivery of products or equipment as required to allavv �imely installaf�on 30 and to avoid pi•aionged stot•a.ge. 31 2. Pro�ide appropriate personnel and equipment to receive deIive�'ies. 32 3. Deliveiy trucks will not be permitted to wait extended periods af time on the Site 33 for personnel or equipment to receive the delivery. CITY OF FORT WORTT� STANIJARD CONSTItLJCI'ION SPECIFICATION DOCL3MENTS Revised 7uly I, 201 l UTILITY CUT REP�IR COIVTRACS 2022 City Project No, UG01 2022 0166�0-2 PRObUCT STORAGE AND HANDLING REQUIREMENTS Page 2 of 4 1 �. Deliver products or equipinent in manufacturer's original unbroken cac-tons ar other 2 cor►tainers designed and constructed to protect tlle cantents fi•om physical or 3 enviz-onmentai damage. 4 S. Clea�•ly and fully mac-lc az�d iden�ify as to manufactu�•e�•, it�rrz and installatian S location. 6 6. Provide manufaettu-er's instructions for stnrage and handling. 7 8 9 IO 11 12 13 I4 i5 16 17 18 I9 20 21 22 23 2�4 25 26 27 28 29 30 3I 32 33 34 3S 36 37 38 B. Handling Requirernents 1. Handle products or equipnient in accordance with tliese Cont�•act Documents and manuiacturer's recommendations and instructions. C. Storage Requiremenls ]. Store �x�aterials in aacordanc� with manu�acturer's recommendations and rec�uit•eineilts of these Specificatior►s. 2. Make nec�ssaty provisions for safe sto.rage of materials and equipment. a. Plaee loose soil matet•ials and materials to be incorpoi�ated into Vi7orlc to pre�rent damage to any paet of Work or existing facilities and to maintain fi�ee access at all tirnes to all parts of Work and to utility service company installatioi7s in vicinity of Work. 3 �. 5 7. $. 9. ]0 Keep rriate��ials and equipment neatly and campactly stored in lacations t�at will cause minirnurn inconvenieiice to ather conteactors, public traveI, adjoining owners, tenants anci occupanfs. a. Arrang�; staf•age to pro�ide easy access fof• ins}section. Restriet storage to areas a�ailable on construction site fo�• storage of material and equipment as shown an Drawings, or approved by City's Project Representative. Provide off-site storage and pratection vuhen on-site starage is not adequate. a, Provide addresses of and access to off site storage lacations for inspection by Caty's Project Representative. 6. D� not use lawns, grass plots or othea• prir�ate px�op.erty foc- stox�age purpos�s without wr•itten permissian of awner or• other• person in possession or coi�trol of pi•emises. Stare in manufacturers' unopened containers, Neatly, safely and campactly stack materials delivered and stored along line of Worlc to avoid inconvertienee and damage to prflperty owners and genera[ public and maintain at least 3 feet fi•om fi•e hydrant. Keep public and private driveways and street crossings open. R�pair or repIace damaged lawns, sidewalics, st��eets or other improvements ta satisfaction af City's �i�oject Representative. a. Tatal length �hieh naaterials �ay be distributad along rou#e of co�nstruction at one time is 1,OOp linear feet, unless otherwise appt•oved in writing by City's Project Representative. CITY �P FORT WORTH U'I'ILITY CUT I2EPAiR STANDARI} CONSTRUCTIdN SPECIF[CATION I70ClIMENTS CONTI2ACT 2022 Revised July 1, 2011 Gity ProjectNo, UC-01 2022 0166bD-3 PRODiICT STQRAGE ANIJ fIANDI,ING RE.QiJIREdvIE1�TS Page 3 of4 1 1.11 FI�LD [SITE] CONDTTTOI�TS [NOT T7SED] 2 1.12 WARRANT"Y [NOT IIS�Dj 3 PART 2- PRODUCTS [NOT US�D] 4 PART 3 - EXECIITION 5 6 7 8 9 �n 11 12 13 1 �4 IS 16 17 18 i9 20 2i ' 2z 7 23 24 25 2G - • 27 28 29 30 3.1 IN�TALLERS [NOT IISED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED� 3.4 ERECTION [NOT USED] 3.5 REPAIR 1 RESTORATION [NOT i7SEDj 3.6 RE-IN�TALLATION [NOT USED] 3.7 FIELD [ax] �ITE QUALITI' CONTROL A. Tests and Inspections 1. Inspect all products or equipment delivered to the site prior to unlaaeiing. B. Non-Conforming Work 1. Reject all products or equipment that are damaged, used or in a.ny oiher way unsatisfactory for use on the projec#. 3.8 SYSTEM STARTUP [N�T USED] 3.9 ADJiTSTING [NOT USED] 3.IU CL�ANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [N�T USE➢] 3.12 PROTECTION A. Protect a�l products nr �quip:ment in accordance with t�anufacture�•'s written directions. B. Store products or equipment in location to avoid physical damage to iteitns vvhile in storage. C. Protect equipment fram expos�xe to elezn«nts and �Ceep thoraughly dry if required hy the manufacture:r. 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT LTSED� END OF SECTYON C1TY OF FOR'� WORT}� STANI�AItD CONSTRllCTIO�T SPECIFICATION DOCiJME1VT5 Revised 7uly 1, 2D l 1 UTILITY CUT R�PAIR CONTR.ACT 2022 City PrajectNo, tiC-OL 2D22 � oi sboa-a PitODUCT STORAGH AND H.ANDLING REQYJ[REM�NTS Page 4 of 4 Revision Lag DATB NAIV� SUNiMARY OF CHANGE CIT'Y OF FQRT WpRTH iJTTL�TY CUT REPAIR STANDARI7 CON3TRUCTION SPECIFICAT10Id DOC[IMENTS CONTRACT 2022 Re�ised .iuly 1, 20 I I City Praject No. i1C-0 l 2022 O17D00-1 MOBILiZATION ANT] REivfOHTLTZATTON Pa� 1 of 3 1 2 3 PART1- GEN�RAL 4 1.1 Si1MM1iRY 5 G 7 8 9 1(} 11 i2 13 14 1S iG 17 18 19 2fl 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 SECTION 0170 Od MOBILIZATION AND REM�JBILIZATION A. Section Fncludes: I 2 3. Mobilizafion and Demobilization a. Mobilization 1) Transportation of Coniractor's pei�sonnel, equipment, and operatzng supplies to the Site 2) Estal�lishment of necessary general facili�ies far the Contractor's opez�ation at the Site 3) Premiums paid fat perfot-rnance and pa�ment bonds 4) Transportation of Contractor's personnel, equipznent, and ape:rating supplies to anothez- location within th� d�signated Site S) Relocation af necessary general faciIities far the Contractar's operation from I iocation to another location on the Site. h. Demobilization lj Tt•anspartatian of Contractar's personnel, equipment, and operating supplies away fiam the 5ite including disassembly 2} �ite Clean-up 3) RemovaI of ai1 buildings andlor other facilities assembled at the Site for this Contrac# c. Mobilization and Demobilization do nat include activziies for specifc items of woi•k that are for which payment is pi•ovided elsewhare in the contract. Remobilization a. Remo6iliza�ion for Suspension oi Work specificaily required in ihe Coniract Docusnents or as requu�ed 6y City includes: I ) Demobilization a) Transportation of Cont��actor's personnel, equipment, and operaiing supplies from the Szt� including disasse:mbly or temporarily securing equipmen�, supplies, and otE��r facilities as designated by the Cantract Docume�ts necessary to suspend the Work. b) Site Clean-up as designated in the Contract Dacuments 2) Remobilization a) Transportation af Contractor's personnel, equipment, and ope3•aiing supplies to the 5ite necessary ta resume the Work. b) Establishment of necessary general facilities for the Contractor's operation at the Site necessary to t•esume the Work, 3} No Payments will be made for: a} Mobilization and Demobilization froa� one locatian to another on the Site in the normal progress of per�forming the Wo�•k. b) Stand-by or idle time c) Lost profits 11Flflbilizations and Demo6iliza#ian fot Miscellaneous Projects a. Mabilization arid Demobilization CITY OF FORT WDRTH UTILITY CLT� REPA�R STANDARD CONSTRUCTION SPECIFICATION DOCUMEAITS CONTRACT 2022 Revised November 22, 201 b City Project i�fa. UC-O l 2022 01 70 00 - 2 ?vIOBItIZATIOI�I AAID R�.MOBILIZATION Page 2 of 3 1 2 3 4 S 6 7 S 9 xa I1 12 13 14 15 I6 I7 IS 1) Mobilization shall consist of the activities and cost on a`Tilork Order basis necessary fnr: a) "Cransportation of Cantractat�'a persannel, ec�uipment, and opef•ating supplies to the Site for the issued Wo1•k Order. b) Establishment of necessaiy general facil�ties fot• the Corrtractoe's opei�ation at the Site for the issued Work Order 2) Demobilization sha[I consist of the activities a�d cost necessary for: a) Transp.ortation af Contractar's personnel, equipment, and operating suppli�s fronn the Site including disassernbly fo�• each issued Wax•1� o,�a�x b) Site Clean�up f.or aach issued Work Order e} Removal of ali buildin�s or othet• facilities assembled at the Site for each Work Oder b. Mobilization and Demabilization do not include acti�ities for specific ite3ns of work for which payment is provided elsewhere in the cant�-act. 4. Emergency Mobilizations and Demobilization for Miscellaneaus Prajects a. A Mobilization for Miscellaneous P�-ojects when directed by ihe City and the mobilization aecurs within 24 houi•s af the issua�ce of ihe Work Order. I9 B. De�+iations fi�om this City af Fart WoY�h Standard Specification 20 1, Although this cantract is considered a m�scellaneous type contract, all 21 mobiIizations and demobilizations will be considered subsidiary to the work to 22 be gerformed. 23 C. Retated Sp�ci�cation Seeiions include, but are not necessarily limited to: 24 1. Divisian 0— Bidding Requirements, Cont�•act Fnrms and Caz�ditians af the Conr��.ci 25 2. Division 1— General Requir•ements 26 1.2 PRICE AND PAYMENT PROC�Di1RE5 27 28 29 30 31 32 33 34 A. Measuremen# and Payment 1. Mobilization and Demob.ilizatian a. Measure 1) This Item is considered subsidiaiy to the various Items bid. b. Pay�nant 1) The work performed and materiais furnished an accordance with this Item are subsidiary to the various Itetns bid and na other compensation will be alIowed. 35 1.3 REFERENCES [NUT �.TSED] 36 1.4 ADMINISTRATIVE REQUIREM��NTS [NOT USED] 37 1.5 SUSMITTALS [NOT i1SED] 38 l.6 INFORMATIONAL SUSNIITTALS [NOT USED] 39 L7 CLOSE0Y7T SUBMiTTALS [NOT IISED] 40 1.8 MAINT�NANC� MATERIAL SUBNIITTALS [NOT USED] 41 1.9 QUALTTY ASSiJ]2ANCE [NOT IISED] GITY OF FORT WORTH LITILITY CUT REPAIR STANI1AR13 CQNSTRUCTION SPECIFICATIdl� DOCUMENTS CONTRACT 2022 Revised November 22, 201h City Project No. []C-01 2022 1� 017000-3 NEOBILIZATION AlVD AE[v1OBILIZA7'ION Page 3 of 3 � � 1 1.1D DELIV�RY, �T'DRAG�, AND HANDLING INOT USED] 2 1.11 FIELD jSITE] CONDITIDNS [NOT USED] 3 1.12 WARRANTY jNOT USED] �4 PART 2 - PRODUCTS [NOT iTSED] 3 PART 3- EXECIITION [NOT LTSED] 6 7 � 7 8 END OF SECTIDN Reuision Log DATE NAME SUIVIMAIZY OF CHANGE 11/2211 b Michael dwen �•2 Pl•ice and Payinenf Proeeduz•es - Itevised speaification, ineluding �lue text, to make specification flexibke for eithex• subsidiaiy or paid bid item fpr Mo6ilizatian, CITY OF FORT WQRTH STANDARI] C�NSTRUCTION SPECIFICATION DOC[JM�NTS Revised No�ember 22, 201fi UTILITY CUT REPAIR CONTRACT 2022 Cify Prnject No. UC-012022 0171 23 - 1 CONSTRUCTION STA,KING AND S[1RVEY Page 1 of S i 2 3 PART 1- GEI�TERAL sECTzorr a� �x �3 CQ1�1S'I'RC_]CTXON STAKING AND SURVEY 4 �..�. SUMMARY S A. Sectton Incluci�s: G 1, Requirements far constructian staking and constructioM survey 7 B. Deviations fi•om this City of Fort Wot•th Sfandard �pecification 8 1. None. 9 10 11 I2 1.2 l3 14 15 1G 17 18 19 24 21 22 23 24 25 26 27 28 29 3q 31 32 33 34 35 3G 37 38 39 40 41 C. Related Specification Secti4ns include, but at•e not necessarily limited to: 1, Divisian 0— Bidding Requirements, Cont�act Farms and Conditions of the Contract 2. Division I— General Requi�•ements PRICE ANI} PAYMENT PROC�DURES A. Measurement and Payment 1. Canstruction 5taking a. Measurement I) Measu��eme��t for this Item shall be by lump sum. b. Fayrr�ent 1) The work performed and the rnaterials furnished in accardance with this Item shall be paid for at the lump sum price bid for "Construction Staking". 2) Payment for "Construction Staking" sha[1 he made in partial payr�tents prorated by wai•k completed compared to total work ineluded in the lump sum item. c. Th� price bid shall include, but not be limiied to the fallowing: 1) Verzfication of contrnl data pravided by City. . 2) Placement, maintenance and replac�ment oi required stakes and m�'lcings in the �eld. 3) Px•eparation and submittai af constructinn staking docum�ntation in the form of "cut sheets" using the City's standard template. 2, Canstructian Survey a. Meas��•ement I) This Item is considered subsidiary to the variaus Items bid. b. Payment 1) The work performed and the materials furnished in accordance with this Item are subsidiary ta the various Items laid and no other compensation will be allowed. 3. As-Built Survey a. Measurement 1) Measurernent for this Item shall be by lump sum. b. Payrrient 1} Th� woz•k perform�d and the mate��a�s iu�-nished in accordance with this Itann sha11 ba paid far atthe lump sum price bid for "As-Built Suz�vey". C1TY OF FORT WORTH UTILITY CUT REPAIR STANDARD CONSTRUCTION SPECIFICATiON DOCUMEI�iT5 CONT'RACT 2022 Revised I+ebz•ua�•y 14, 2018 Giry Projeet No. UC-Ol 2�22 QI7123-2 COI�ISTRUCTION STAKING AND SURV�Y Page 2 of 8 1 2 3 4 S 6 7 8 9 A. De�nitians 10 1.3 R�T�RENC�S I1 12 13 14 15 16 17 i8 i9 2Q 21 22 23 24 25 26 27 28 29 30 31 32 33 1. Ci#y of �'ort Wo�-th — Constt•uc.tian S#aking Standards (available on City's Buzzsaw vvebsite} — 61 '71 23,16,01_ Attachment A_Survey Staking Standards 2. City of Fort Warth - Standard 5ut•vey Data Collector Libraty (fxl) files (availabie on City's Buzzsaw website). 3. Texas Deparf:ment of Transportation (T�OT) Survey Manual, latest revision 4. Texas Society oi'Professional Land Survayors (TSPS), Mazaual of Prac#ice fox• Land 8utveying in the St�te of T�xas, Category S 34 1.4 ADMIN]STRAT�VE REQUXREMENTS 35 A. The Contrac�or's selectian of a sur�eyor mu,st comply with Texas Government 36 Code 2254 (qualifications based selectian) fc�r this project. 37 1.5 SUBMITTAL� 38 A. 5ubmittals, if raquired, shall he in accordance with Sectian O1 33 OQ. 39 B. All su6mi�tals shall b� r�ceived and reviewed by the City prior to delivery of wark. 40 1.6 ACTION SiTBMITTALS/INFORMATZUNAL S�UBMYTTALS 41 A. Field Quality Cont►•ol Submittals 2. 3. �. 2) Payment for "Construction S�aking" shall be made in partial payments proz•ated by wor�C coznplet�d carz�paz-ed to tatal worlc included in the lump sum itezn. c. The pt-ice bid shal[ include, but nat be limited to the following:: l) Field measuremenis and survey shots to identify location of completed facilitie�. 2) Documen#ation and submittal of as-huilt survey data anto contz-actaz- z'edline plans and digital survey files. Conskruction Sut'vey -'I'l�e survey measurements made prior to or while con�truction is in progf•ess to control ele�ation, horizantal position, dimensions and configut•ation of structures/irnprovements included in tlie Project Drawings. As-btiilt Suivev —The measurernents inade after the construction of the impi•ovement featlzres ai•e compt�te to pro�ide position caordinates far the features of a project. Cnnstruction Stal�in�—'I'he placem�nt o�stakea and markings to pro�ide offsets and elevatians ta cut and fill in order to Iacate on the ground the designed stE•uct�ireslimpr.ovements included in the Project Drawings. Const�•uctian stalcing. shall include staking easements andlor right of way if indicated on the plans. Sutvey "Fietd Checks" — Measureinents made after const��uction sta[�ing is completed and before construction work begins to ensu�-e that structures tnarked an the ground are accurately located per Proj�ct Draw�ng;s. B. Technica] R�fez-ences CITY OP FORT VJORTFI UTTLIT'Y CU'[' R�PAIR S'I'ANDARD CONSTRUCTIOI�i SPECIFICATIO�T DO.CEJMENTS CpNTRACT 2022 Re�iscd I'ehraary 14, 2418 City Project No. UC-Ol 2022 017l23-3 CONSTRUC'170N STAKING ANI] SLIAV�Y Page 3 of 8 1 1. Documentation verifying accuracy of field e�.gineering worlc, including coordinate 2 conversions if plans do not indicate grid or ground coordinates. 3 2. Submit "Cut�Sheets" conforming to the standard template provided by the City 4 (refei� to O 1 71 23.16.D 1— Attachment A— Suivey Stalcing Standards). 5 1.7 CLOSEOUT STJBNIITTALS 6 7 S 9 1Q lI 12 13 14 15 B. As-built Redline Dravving Submittal 1. Subinit As-Built Suivey Redline Drawings documenting the locations/ele�ations of consiructed impravements signed and sealed hy Registered Frofessional Land Surveyor (R�'LS) responsible far the work (refer to O1 '11 23.15A1 —Attachment A — Suivey Staking Standards) . 2. Contractor shall submit the proposed as-built and completed redline drawing submiital a�e {1) we�k prior to scheduling the project final inspection for City review arzd comment. Revisions, if necessazy, shall be made to the as-built redline drawings .and resubmitted ta the Ciiy prior tn scheduliz�g tl�e cons�ruction �r�al inspection. 1G 1.8 MA�NTENANCE MATERIAL SIIBIVITI`TALS [NOT USED] 17 1.9 Q�(iALXTY ASSURANCE 18 A. Construction Stalcing 19 I. Construction staking will be perf�rmed b� the Contractar. 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 3S 36 37 38 39 4Q 41 42 43 2, Caordinatian a. Contact City's Praject Representative at leasf one weel� ir� advance natifying the City of vrhen Construction Stalcing is schedu�ed. b. It is the Contxactar's responsibility to coordinate stal�ing such that can.structian activities are not delayed or negatively impacted. 3. General a. Contracior is responsible for preserving and rnaintaining stakes. If City s�rveyors are required to re-stake for any reason, the Contracior will be responsible for costs to perforffi stalcing. If in the apinion of the City, a sufficient number af stakes or markings have been lost, destroyed disturbed or amitted that ti�e cantracted Wark cannot take place then the Coiitractor will be requircd io stake or re-stake the deiicient axeas. B. Constructio:n Surv�y 1. Construction Survey wiil be performed by the Contractor. 2. Coardination a, ConYractar to verify tk�at horizontal and vertical control data esta6lished in the design survey and required far constructian surv�y is avaiIabl� and in plac�. 3. General a, Construction survey will be pez'fartx�ed in order to construct ihe work shown on the Construet�on Drawings and specified in the Contract Docun� ents. b, For constructian methods ather thara opea cut, the Contx•actoa• shall p��-�orra cat�struction survey and verify cantral data including, but npY limited to, the following: 1) Verificatian that established henchmarks and control are accurate. CITY OF FORT W�RTFI U`I'ILITY CUT REPA]R STANDARD CONSTRUCTION SPECiFICATIQN DOCUMEN']'S CONTRACT 2022 Revised Fehruaiy 14, 2018 City Project No. UG-01 2022 01 71 23 - 4 CdI�iSTRtiCT[OI�! STAC{TNG AND SLlRVE'Y Page �4 af 8 1 2} Use of Benchmarks to furnish and maintain all reference lines and gradas 2 foi• tunneling, 3 3} Use of line and gcades to establish the location af tb.� pipe. 4 4) Submit �o the City copies of field notesused to establish a.11 lines and 5 grades, if reques#ed, and a[Io�v the City to check guidance system setup pi°ior G to heginning each tunneling drive. 7 S� Provide access far #l�e City, if t�equested, to vet•ify the guidance system and 8 the line and g��ade of the earriet� pipe. 9 6} The Contractor remains fully responsible for the accuracy of th� wo�-1c and I 0 correction of it, as rec�uired, 11 7} Monitor line and grade continuous�y duz'ing canstructian. 12 8} Record deviation with �-espect to desig;n line and grade o��ce at each pipe i3 jair►t and su�mit daily x•acot•ds ta the City. i 4 9} If the insta�latian does nat nleet the speciiiecl tolerances (as outlined in 15 Secfions 33 05 23 aridlor 33 OS 24), initnediately notify the City and correct 16 the installation in accordance with the Contract Documents. 17 18 19 20 21 22 23 24 25 26 27 28 29 3� 3I 32 33 34 35 3b 37 C. As-Buil# Survey 1, Required As-Builf Survey will be perfoimed by t�ie Contractor�. 2. Coordinati�n a. C.ontracta�- is to caordinate wzth City to canfrtn which featuz•es require as� built suz`�eyin�, b. It is the ContR'aetor's z'espar�sibilii:y to coordinate the as-built survey and required rneasurements for items that a�re to be buried such that construction activities are nat delayed or negatively impacted. c. Foa• sewer mains and water inains I2" and uncier in diametez�, it is acceptable fo physically measure depth and mark th.e location dux-ing t1a� progress of construction and take as-built survey a$er the facility has been buried. The Conttactot' is responsiUle far the quality control naeded to ensure accuracy. 3. GeneraL a. The Contracta�• shall provide as-built suivey including the elevation and location (and provide written documentation to the City) of const��uction features during the progress of the construction including tkie following: 1) Water Lines a} Top of pipe elevations and coordinates for wate�-lines at tt�e fol[owing locations: (1) Minirzaur� every 250 linea.�• feet, including (2) Harizontal and vertical points af inflection, curvature, 3 S etc. 39 (3) Fire line tee 40 (�) PIugs, stub-outs, dead-end lines 41 (5) C�sing pipe {each end} and all buried fittings 42 43 44 45 46 47 48 2) 3) 5anitaiy Sewer a) Top af pipe elevations and cao��dinates fa�' fot'ce tnains and siphon sat�itary sewer lines (nan-gra�ity facilities) at the folIowiag Iocations: (1) Minimum every 25fl Iinear feet and any buried fittings {2) Horizontal and vertical paints of inflection, curvature, etc. �tormwater — Not Applicable CITY OF FORT WORTH UTILITY CUT REPAIR 5TANDARD CONSTRUCTION SPECTF[Cr1Ti0I� DOCIlMENTS CONTRACT 2022 Revised Fehruary 14, 2U18 City Project No. UGO1 2Q22 01 7 ] 23 - 5 CONS'fRUCTIflN STA,K.ING AND SiTRVBY 1'a$e 5 oF 8 l 2 3 4 5 G 7 8 9 10 ll 12 I3 14 15 16 17 18 19 20 2I 22 23 24 25 b. The Contractor shall provide as-huilt suivey including the elevation and location (ar�d provide written documentatian to th� City) of construction features after tfie cons#�•uctian is completed including the following: I) Manholes a} Rim and £�owIine elevatians anci coordinates for each manhole 2) Water Lines a) Cathodic protection test stations b) Sampling stations c) Meter boxes/vaults {AlI sizes) d) Fire hydrat�ts e) Valves (gate, but�e�•fly, etc.) f) Air Release valves (Manhole rim and vent pipe) g) Blow offvalves (Manhole rim and valv� lid) h} Pressure plane valves i) Underg�•ound Vaults (1) Rim and flowline elevations and coordinates for each Undargrotuid Vault. 3} Sanitary Sewer a) Cleanouts (l) Rirt� and flowline elevatians and coordit�ates for each 6) Manholes and .Tunction Structures {1) Rim and �IQwline eleVations and coordinates fot� each manhole and junetion strvctur�. 4) Stnrmwater—Nnt Applicable ]..10 DELIVERY, STORAGE, AND HANDLr1V'G [NOT USED] 26 1.11 FIELD [S1TE] CONDITIONS [NOT USED] 27 i.12 WARRANTY 28 PART 2 - PRODUCTS 29 3Q 31 32 33 34 35 36 37 38 39 40 41 42 43 44 A. A cansteuction su�vey will pt•oduce, but will not b� Limited ta: I. Reco�eiy of releuant control points, paints of cur�ature and poinis of inters�ction. 2. Establish. temporary horizontal and vertical confixol elevaiions (benchmarks} sufficiently pe�•manent azzd located in a manner to be used thraughout canstruction. 3. The locatian of planned faciIities, easements and irr�p�•ovemer�ts. a. Establishing final line and grade stakes for piers, floors, grade beams, pat•lcing areas, utilitie5, streats, highways, tunnels, and other const�•uc�ion. b. A record of revisions pr corrections noted in an orderly manner for reference. c. A drawing, when requieed by the client, indicating the ho�•izontal and vertical location pf faciiities, easements and improvements, as buiIt. 4. Cut sheets slaall 6e provided to the City i�specta�' and Suivey Superintendent for aIl cor�struction stalcing projects. Tlaese cut sheets shall be on the standa�•d city template which can be obtained fi•om ihe Sut�trey Superintenrient (817-3g2-'7�25). 5. Digital sutvey files in the following formats shall he acceptable: a. AutoCAD (.d�,vg) b. ESRI Shapefil� (.shp) CTTY OF FORT WOitTH UTILITY CUT REPAIR S'FAI+FDARD CONSTRCTC7'ION SPECT�ICATION DOCUIvIENT5 Ca1VTRt�CT 2032 Revised Fedruary 14, 20I8 City Frnject No. UC-01 2022 01 71 23 - 6 OOIVSTRUCTION STATCINC� A]�D SURV�Y Paee 6 of S c. CSV file (.csv), formatted witY� X and Y e.nordinates in separate columns (use �tandard templates, if availahleti 6. Suivey files shall include vertical and horizontal data tied to original project control and benchmarlcs, and shall include %atLiYe descriptions 5 PART 3 - EXECiTTION 6 3.1 INSTALLERS 7 A. Tolerances: S 1, The stal�ed loeation of any impro�em�nt or faciiity should be as accurate as q practica{ and nee�ssary. The degree of precisian required is depend�nt an many ]0 factors ali of which must remain judgmental. The talerances listed hereafter are 11 based on generalities an�, under cet�tain circumstances, shall yield ta specific 12 requirements. The surveyor sl�.all assess any situation by review a�f the overall plans 13 and tYu�ough cansultation with responsible parties as to the need for speciiic l 4 tolet ances. 15 a. Earthwaf:k: Grades for ea�hwork or raugh cut should not e�ceed 0.1 £�. ver{ical 16 tnlerance. Horizontal aLignment for earthwork and rough cut should �of exceed 17 1.0 ft. tolerance. � g h. Horizontal alignment on a stt'ucture sliall be within .0.1 fi tolerance. �9 c. Paving ar concreta far streets, eurbs, gu�ters, pat'king areas, d�•i�ves, alleys and 2p wallcways shall be located withXn the confines af the site boundaries and, 2� oe.casionally, ajon� a baundary or any other restrictive line. Away fi•orn any 22 restrictive line, these �'acilities should Ue stalced with an accuracy producing no 23 mare than OASft, tolerance froin their specified locations. 24 d. Underground arad ovet'head utili�ies, such as sewers, gas, water, telephane and 25 electric lines, shall be located horizantally wiEhin their prescribed areas or �{, easements. Within assigned areas, these utilities should be stalced v�+ith an 2� accuracy pt'odueing no mo�'� Y�san 0.1 ft tole�anee from a specifed location. 28 e. The ancuracy required for the �ertical location af utiliti�s varies widely. Many 29 undez'.ground utilities require only a minimum co�er ai�d a tolerance of 0.1 fi:. 30 should be maintained. Underground and overhead utilities on planned proifle, 31 but not depending on gra�ity flow for perforinance, should not exceed O.I ft. 3�, iolerance. 33 34 35 36 37 38 39 40 41 42 43 44 B. Sur�eying instruments sha�l be kept in close adjust�nent accarding to manufacturer's sp�ci�cations or in compLiance to standards. The City reser�es the right to request a calibration report at any time and recammends regular inaintenance schedule be perfot•med by a certiiied techniciaza e�veiy 6 months. 1. Field measuremenfs of angles and distances shall be done in such fashion as to satis�y the clostu'es and talerances expressad in Part 3.1.A. 2. Vertieal lacations shall be es�ablished from a pre-estabiished benchrnark and checked by closin� ta a different b�nch mat�k on th� same datum. 3. Construction siuvey field work sha1I coi�respond to fhe client's plans. Irregularities or conflicts found shal! be reported prornptly to the City. 4. Revisions, cox��ections and other pertinent data shall be logged for futnxe reference. CITY OF FORT WORTH UTILITY CUT REPAIR STANDARD CONSTRUCTTON SPECIFiCATiON D.00ifMENT�a CONTR:ACT 2Q22 Revised February 14, 2018 City Project Na. UC-d3 2022 Ol 71 23 -7 CONSTRUCT'ION STAKINCr ANB SURVEY Paee 7 of 8 � � � 1 3,2 EXANIINATION [NOT USED] 2 3.3 PREPARATION jNC1T i7SED] 3 3.4 APPLICATTON 4 3.5 REPATR J RESTORATION 5 1�. Tf f.h.e Contractor's wor•k dan�ages ar destroys one ot• more of the control G monuments/poznts set by the City, tl�e monuments shall be adequately referenced for 7 expedient restoz�atian. S 1. Nofify City if a�ny control data needs to be restored or replaced due to clamage 9 caused during constx-uctian operations. 10 a. Contractor shall perfarm �'eplacernents and/or restoratians. I 1 b. The City may requi�'e at any time a survey "Field Check" of any monument 12 or benchmarks that are s�t be verifed by the City surveyars before fitrther 13 associated zvork can move forwa�•d. 14 3.6 RE-INSTALLATZON [NOT USED] 15 3.7 FIELD [ox] SITE QUALTTY CONTROL lb A. It is the Contt•actor's responsibility to znai�Cain all stakes and control data placed by the 17 City in accardance with this Specification. This includes easements and right of way, if 18 noted on the plans. 19 B. Do not change or relocate stakas or contral data withnut approval from tlte City. 20 3.$ SYSTEM STARTiIP 21 22 23 24 25 2G 27 28 29 3� 31 32 33 34 A. Survey Checks 1. The City reserves the rigbt ta perform a Surv�y Check at any time deemed necessae�r. 2. Chec�Cs by City personnel or 3rd party cantracted surveyor are not intended to ceiieve the contl•actor of hislher respansibil�ty foz' accuracy. 3.9 AD3USTING [NOT iTSED] 3.10 CLEANING jNOT USED] 3.11 CL�SEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT U�D] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENl'S [NOT USED] END QF SECTTON Revisian �,og CITY OF FORT W012TFT STANDARD CONSTRUCTTq7� SPECIPICATION DOCiTIvIENTS Rer+�sed Te6ruaz'y 14, z418 UTfL1TY CUT R�PAIR CpNTRACT 202� CiEy Project Nn. UC-Q 1 2U22 o��ia�-$ CbNSTRUCT[ON STAKItdG AA1D SURVEY Page S nf 8 DAT� NAME 8/31/201.2 D, 7ahnsan 8/3 1120 1 7 �/1412018 �[7MMARY ��' CHANGE Addeci instruciion and modified measuremenf & paymen# under 1.2; added �bl. Owen definitions and references under �.3; inodi�ied 1,G; added 1.7 closeaut suhmittal requiremer�ts; modified 1.4 Quality Asstiu•ance; added PART 2— PRODUC"T'S ; Addad 3.1 Installers; added 3,5 Repair/ftestoration; and added 3.8 Systein Sta��lup. Removed "blue texP'; ��vised rrieasm•ement and pay�2�ent sections for Construction Staking and As-Built Su�vey; added reference to select'son compliance with'TGC 1VI Owen 2254, re�ised action aad CloseQut subnlittal requirements; added aeeegtahle depth �neasurement ci•iteria; �•evised lise of items requiring as-built survay "during" and "aftei" cans�uct'ron; and revised acceptable dig's€a[ survey �le forniai CITY OF FORT WORTH UTILITY CCJT REPAIR STANI7ARD COIZSTRUCTjON SPECIPICATION �OCUMENTS GaNTRACT 2422 Revised Febr¢ary 14, 20I$ City Project No. UC-D 1 2022 oi �a a� - i CLEANIfV.G Pagc l qf 4 �� d � � 1 2 3 PART1� GENERAL 4 1.1 SITMMARY 5 6 7 S 9 IO li 12 13 14 SECTION 0174 23 CLEANING A. Section Incl�.des: 1. Intermediate and fi�al cleaning for Work not including special cleaning of closed systems specified elsewhere B. Deviations fi•om this City of Fort Worth Standat•d Sp.eci�cation 1. None. C. Related Specification SecCians include, but are not necessarily lunited to: 1. Division 0— Sidding Requirements, Contract Forms and Gonditions a.f the Gontraci 2, Di�ision 1— General Requir�ments 3. Sectian 32 92 13 — Hydro-Mulching, Seeciing and Sodding 1.2 PRICE AND PAI'MENT PROCEDURES 15 A. Measurement and Payment lb 1. Work associated w�th this Item is considered subsidia.�y to the various Items bid. 17 No separate payment will be allow�d for this Item. 1 S 1.3 REFERENCES [NOT iTSED] 19 �..4 ADMINI�TRATIVE REQUTREMENTS 20 A. Scheduling 21 1. Schedule cleaning operations sa that dust and other contami�nants disturbed by 22 cleaning pt-ocess will not fall on newly painted surfaces. 23 2. Schedule final cleaning upon cainpletion of Work and immecfiately prior #o final 24 inspectian. 25 1.5 SUBMITTALS [NOT USED] 2G 1.6 ACTI4N SUBNIITTALSIINFORMATIONAL SUS11uTTALS [NOT i7SED] 27 1.'� CLdSEOUT SUENIITTAL� j1VOT iTSED] 28 1.8 MAXNTENANCE MATERIAL �UBMITTALS [NOT IISED] 29 30 3l 32 33 1.9 QUALXTY ASSXIRANCE [NOT US�D] 1.10 STORAGE, AND HANDLING A. Starage and Hartdling Requirements 1. Store cleaiaing products and cIeaning wastes in containers specitically designed for those materials. ci� a� FoxT woxTiz STANDARD CONSTRiICTTON SPECIF�Cr1T1pN AOCUMENTS Revised July l, 2011 U'I`ILITY CUT REPAIR CONTRACT 2022 Ciry Project No. UC-01 2422 oi �az�-2 CLEAN1NCr Page 2 of 4 1 1.11 FIELD [SITE] CONDITIONS [NOT iTSED] 2 1.12 WAItRANTY [NOT USED] 3 PART 2 � PRODUCTS 4 2.1 OWN�R-F+IIRNYS$�D [o�] OWNER-SUPPLIEDPRODUCTS [NOT US�D] S 2.2 MfiTERIALS G A. Cleaning Agez�ts 7 1. Compatible with surFace being cleaned 8 2. New and uricoizt.�minated 9 3. P'or manufactured surfaces 10 a, Material recominended by zna�nufacfu�•er 11 2.3 A�CESSORIES [NOT USED] J.2 2.4 SOURCE QUALITY CONTROL [NOT USEDj 13 PART 3 - EXECUTION 14 15 1G 17 18 19 20 21 22 23 2.4 25 2b 27 28 29 30 31 32 3.1 IN�TALL�RS [N�T US�D] 3.2 EXAIVIINATION �N4T USED] 3.3 PR.EPARATION [NOT iTSEDI 3.4 Al'PLICATYON [NOT i7SED] 3.5 RE�A�R ! RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD [o�] SiTE QUALITY CONTROL [NOT USED] 3.8 SI'STEM STARTUP [NOT USED] 3.9 ADJU,5TING INOT USED] 3.10 CLEANING A. G�neral 1. 1're�ent accumulation of wastes ihat cz'eate hazardous conditions. 2, Conduct cleaning and disposal operations to comply with Saws and safety n�'ders of go�erning authorities. 3. Do not dispose af volatile wastes such as mineral spirits, oil or paint thinner in storm or sanitary drains or sewers. 4. Dispose af degradabje debris at an approved solicf waste disposal site. 5. Dispose of nondegradable debris at an approved solid waste disposal site or in an alternate inanner approved by City and regulatory agencies. CITX OF FORT WOTiTH STANDARD CONSTRUCT60N SPEGIFICATION DOCUM�.NTS kte�ised 7uly 1, 20l 1 UTILITY CUT KEPAIIh CONTRACT 202� City Project Na. UG4l 2022 017423-3 CLHANING Page 3 of 4 1 2 3 � 5 G 7 8 6, Handle matet•ials in a controlled manner with as few handlings as possible. 7. Thoroughly cIean, sweep, wash and polish all Wark and equipment associated with this project. $. Remove a11 signs of temporary constrEictian and activities incidental to construction of required permanent Work. 9. If proj ect is not cleaned to the satisfaction af tlta City, the City reserves the rigS�t to have the cleaning completed at t�ie expense of the Contractor. 10. Do not h�.u�n on-site. 9 B. Intermadiate Cleaning during Construction 10 1. Keep Work areas clean so as not to hinder healtl�, safety or canvenienca of 11 persanriel in e�sting facllity operations. 12 Z. At maximum weekly inter�als, dispose of waste materials, debris and ru6bish. 13 3. Con�ne construction debris daily in strategically lacated container(s): 14 a. Cove3' ta prevent blawing by wind 1S b. Stare debris away fi•om construction or operational activities 1b c. Haul fi�om site at a minimum af ance pet� week 17 4. Vacuunn elean interior areas when ready io j�eceive finish painting. 18 a. Cantinue vacuum cleaning on an as-needed basis, until Final Acceptance. 19 5. Pt•ior ta starr�-i events, thoroughly clean site of all loose or ansecured items, which 20 may became airborne or transported by flowing water during the storm. 2l C. Interior Final Cleanii�g 22 1. Remove grease, mastic, adh�siv�s, dust, dirt, stains, fingerprints, labels and other 23 farei�n materials frpm sight-exposed surfaces. 24 2. Wipe aIl lighting fi�cture re�lectors, lenses, lamps and trims clean. 25 3. Wash and shine glazing and mit•ro�•s. 26 4. Polish glossy su�•faces to a clear shine, 27 5. Ventilatir�g systems 28 a. CIean permanenf fiiters and replace dispasable �lters if units were operated 29 during construction. 30 b. Clean ducts, blowers and aails if units were operated witha�t filters during 31 const�uction. 32 6. Replace all burned out lasnps. 33 7. Broom clean process area floors. 34 8. Mop office and control room floors. 35 36 37 38 39 40 41 42 D. �xterior {Site or Right of Way} Final Cleaning 1. Remove t��ash and de6ris containers from site. a. R.e-seed ai•eas disturbed by location af trash and debris containe�•s in accordance w. ith Saction 32 92 13. 2. Swe�p rnadway to remove all rocks, pieces af asphalt, concrete ar any other object that may hinder ar dis��upt the flow of traffic along the roadway. 3. Clean any i�nt�rior areas including, but nat Iimited ta, vaults, manholes, structures, junctian bo�es and inlet,s. CITY OP FORT WDItTEI STANDARD CO1d5TRUCTION SPECIFICATION D4CUMEIriTS Revised luly 1, 20ll UTILITY CUT REPAIIt CONTRACT 2022 Ciiy Praject No. UC-Ol 2022 I 1 � 3 � 5 G 7 8 4 14 p17423-4 CLEANING Page 4 of 4 4. If no longer required for mainLenance o� erosion faeilities, and upon appro�al by City, remo�ue erosion cantro:I fi�am site. 5, Clean signs, lights, signals, etc. 3.11 CLOS�OUT ACTIVITIES [NOT IISED] 3.1z �RaTECTXI'�N [NOT USED] 3.13 MA�NTENANCE INOT USED] 3.14 ATTACHM�NTS [NOT USED] END OF SECTION DATE I NAM�, Revision Lag SiJIvIlVfARY OF CHANGE CTTY OF FORT WORTH STANDARD COt�TSTR(JCT10N SI'ECIFICATION I30CUMENTS Revised July 1, 2p I 1 L3TILITY CLTT REPAIIZ CONTRACT 2022 City Proiect Nn. UGpI 2p22 01 77 19 -1 CLOSP;OUT REQUIR�lt�(EN`fS Page 1 oi 3 � 1 8 fl � 2 r ' a : ['f �!►I 3�: . 4 1.1 5iJ1VIMARY 5 b 7 8 9 10 11 12 13 14 15 16 � 17 I8 �9 20 21 22 23 24 25 26 27 28 29 3Q 31 32 sEcx�roN a� 7� x9 CLOSEOUT REQL]IREMENTS A. Section Includes: 1. The pracedure far closing out a contract B. Deviatians from this City of Fort Worfil� Standard Specification 1. None. C. Related Specification Sectio�►s include, but are not necessarily limited to: i. Div�sion 0— Bidding Requirements, Cantract Forms ax�d Conditions af the Contracz 2. Division I— General Requirements 1..2 P�iCE A1�ID PAYMENT PR�CEDUI2ES A. Measure�ent and Payment 1. Work associated wiih this Item i� considered subsidiary to the �arious Items bid. No separate payment will be allowad for t1�is Item. 1.3 REI`EIZEI�TCES TNOT iJ�ID] 1.4 ADMCNT�TRATIVE REQUIREMEI�TTS A. Guarante�s, Bonds and AFiidavits 1. No application for final payment will E�e accepted until all guarantees, honds, certiffcates, licenses and affidavits required for Vltork �r equipment as specif'ied are satisfactarily filec� with the City. B. Release af Liens or Cla.ims 1. No application for final payment vvill be accepted until sati�factary evidence of release of Liens has been submitted to �he City. l.� SiTBMITTAL� A. Submit all required documentatian ta Ci�y's Project Representativa. 1.6 TNFORMA'I`IONAL SUBNIITTALS [NOT USID] I.i CLOSEOi]T �UBNIITTALS �NOT USID] PART 2 - PRODUCTS [NOT iT�ID] CITY OF FaR'F WORTH STA]�IDARD CONSTRilCTIOIV 5PECIFICATION DOCLIFVIE1�iT5 Revised Meroh 22, 2021 i1TILI'iY CUT REPAIR CONTRAC'i' 2022 City Project No. UG01 2022 01 77 i9 -2 CL�SEOUT REQiJIREMENTS Page 2 of 3 PART 3 - EX�'�:CUI�ON 2 3.1 INSTALL.TRS [NOT USEll] 3 3.2 EXANIINATION [NOT USID] 4 3.3 PR.EP.A.12.A.TION [NOT IISID] 5 3.4 CLOSF.OLIT PR�CIDiIR� 6 A. Prior to requesting Final I.nspection, submit: 7 1. Prnject Recnrd Documents in acco�ance with Seetinn Ol 78 39 S 2. Operation and Maintenance Data, if requieed, in accordance with Section 01 78 23 9 IO 1.1 12 13 I4 IS 16 17 18 19 20 zx 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 B. Prior ta r�questing �'ir�al Insp�ction, perforin final cleaning i� accord��ce with Seetion O1 7423. C. FinalInspection J. After �'ir�al cleaning, provide �otice to the City Project Representative that the Wo��k is completed. a. The City �iIl make an initial �'inal Inspection with the Contractor present b. iJpnn cam�letinn af this inspectian, th� City will notif� the Coniracto�•, in writing within 10 business days, of any particulars in which this inspection reveals that the Work is de�ective tir incamplete. 2. Upon receiving wrrtten notice from the City, unmediately undertake tlle Work required to remedy deficiencies and complete the Wark ta the satisfaction of the City. 3. The Right-of vvay sl�all be cleared of all construction nrzateria�s, barricades, and temporary sigr�age. 4. Upon campletion of Wark associated with the items listed in the City's written notice, infarm the City that the required Work has been completed. Upon receipt of this notice, the City, in the presence of the Contractor, will make a subsequent I'inal Iuspection afthe project. 5. Provide all special accessaries required tp place each item of equipment in £u]I operaiion. Thesa spacial accessory itams inciude, but are not limited to: a, Speei�ed spare paxts b. Adequate ozl and grease as requu•ed for the frsst lubrication of the equipment c. Initial fill up of all chemieal tanks arid fu�l tanks d. Light bulhs e. Fuses f. Vault keys g. Handwheels h. Oiher expendable items as required fnr initial start-up and aperation of aYl equipment 38 D. Notice afProj�ct Completion 39 1. Once the Ci�y Project Representative finds the Work subsequent to Fina� Inspection 40 to be satisfactory, the City will issue a Notiee of Project Campleiion (Green Sheet). 41 E. Supporting Dncumentatian C1TY DF FORT WORTH U'T[LITY CUT 12EPAI12 STANDARD COidSTRUCTIQN 5P�CIFICATION I]OCUMENTS CONTRACT 2�22 Revised March 22, 202[ Gity Project 1+Io. UC-O 1 2022 I O1 7719 -3 CLOSEOUT REQUIItEMEN'1'S Pagc 3 af 3 � � 11 � ,( 1 2 3 4 S 6 7 8 9 10 11 12 13 14 I5 l6 17 18 19 20 21 22 23 24 25 26 1. Coordinate with the Cifiy Project Representative ta complete the fallowing additional forms: a. Final Payment Request b. Statement of Contract Time c. Affida�it af Pay�nent and Releas e of Liens d. Consent of Sureiy to FinaI 1'ayment e. Pipe Repart {if requu•ed) £ Contractor's Evaluation of City g. Ferformance E�aluation of Contractor F. Letter of Final Acceptance 1. Upon re�iew and acceptance ofNotice ofProjeet Completion and Supporting Documentation, in accardance with General Cortditions, City will issue Letter af Final Acceptance and release the Final Pa�znent Request for payment. 3.5 REPAIR 1 RF�TORATIQN [NOT iTSID] 3.6 R�INSTALLATION [NOT IISID] 3.7 FIELD �oR] SITE QUALITY CONTROL [1vOT iTSED] 3.8 �Y�TL�IYI �TARTUP [N�T USEII] 3.9 ADJUSTING [NOT USID] 3.10 CLEAIVING jNOT [T5ID] 3.11 CLOS�OUT ACTiVITIFS [NQT USID] 3.12 PROTECTION [NOT U5ID] 3.13 MATN'I'EIVANCE [NOT U�ID] 3.1.4 ATTAC�IM�NTS [NOT �ED] IND OF SECTION Revision Lr�g DAT� NAME SUMMARYOF CHANGE 3/22/2021 M Or�n 3.4 C. Added language to clarify and emphasize requirement to "Clearing ROW" cz�rY or Forc-r war�Tx STANI7ARD COIV5TRUCI'IpN SPECIFICATION DpCUMENTS Revised March 22, 2021 UTILII'Y CUT REPAIR CONTI�ICT 2922 City Praject �iYa. UG�U l 2U22 1 017823-f dPERATION AND MAINTENANCE DATA Page 1 of 5 1 z 3 PART1- GENERAL 4 1. � SUMMARY 5 6 7 8 9 10 11 12 13 14 15 1G 17 1.2 18 19 20 21 1.3 SECTYON �17823 O�'ERATION AND MAINTENANCE DATA A. Sectipn Includes: l. Product data and reiated information appropriate for City's maintenance and operation of products furnished under Contract 2. Such products may include, but are not limited to: a. Traffic Controllers b. Irrigation Controllers (to be operated by the City) c. Butter�ly Valves B. Deviafions from this City of Foi�i Worth 5tandard Specification l. Nane. C. Related Specifcatian Sections include, 6ut are not necessarily limited to: I. Division 0— Bidding Requirements, Contract Farrns and Can.ditions of the Contract 2. Division 1— General Requirements PRICE AND PAYM�NT PROC�DURES A. Measurement and Payment 1. Work associaied with this Itam is cansidered subsidiary ta the va�'ious Items bid. No separate payment will be allowed for this Ttem. REFERENCES [NOT USED] 22 1.4 AI?MINISTRATNE R�QUIREMENTS 23 A. Schedule 2� 1. 5ubmit manuals in �nal form to the City within 30 calenciar days af product 25 shipment to the project site. 26 I.5 SUBNIITTALS 27 A. Submittals shall be in accarda�ce with Sectxon Q1 33 00 . All submittals shali be 28 approved by the City pt'ior to delivery, 29 1.6 INFORMATIONAL �IIBMiTTALS 3� 31 32 33 34 3S 36 37 A. �ubmit�al Forrzi 1. Pre.pa:re data in form oi ar� instructional manual far use by City personnel. 2. Format a. Size: 8'/a inches x 11 inches b. Paper 1) 40 pound rninimum, white, fot• typed pages 2) Holes reinfarced with plastic, cloth or metal c. Text: Manufacturer's printed data, or neatly typewritten CTTY dF FORT WORTH STANDARD CONSIRUCTION SP�CIFTCATTON DOCUMENTS Revised December 20, 2012 UTII,ITY CUT R�PAIR CONTItACT ?022 City Yraject No. UGO1 2022 Q 1 78 23 - 2 OPERATTOI�i ttND IvIAITV'I'ENANCE DA'TA Page 2 of 5 1 2 3 4 S 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 3� 33 3�4 35 3G 37 38 39 40 41 �2 43 44 45 46 47 �}8 d, Drawings I} Provide reinfprced punched binde�• tab, bind in with text 2} Reduce larget• drawings and fold to size of text pages. e. Pi•ovide fly-Ieaf for each sepa�•ate p�•oduct, or each pieee o�op.��ating equipment. 1) Provide typed description of product, and majo�� component parts af equiprnent. 2) Provids ind�x�d tabs. f. Co�er 1) Identify each t�olume with typed nr printed title "OPERATING AND MAINTENANCE INSTRUCTTQNS". 2) List: a} Title of Projeet b) Identity of separ•ate struc�.�re as applicable c} Ident[ty oigenei•al subject matter covered in the manual 3. Binders a. Commercial quality 3-ring binders wiih d�.u�able and cleanable plastic covers b. When inultiple binders aa�e used, co�'relate the data into related cansistent gt•aupings. 4. If available, provide an eiecf�•onic form of the O&M Man�al. B. Manual Content 1. Neatly typewritten table of contents for each �olume, arranged in systeinatic order a. Cantz-actox, narne oit•esponsible prineipal, address and telephone numbe�� b. A list af each product required to be included, indexed to content of the vofume c. List, with each product: 1) Tl�e name, address and telephane nu�nb�r of tI�e subconts•actor or installer 2) A list of each product requu•ed to be included, indexed to content of the volume 3) Identify area of responsibiIity of each 4) Loca[ source of supply for parts and replacement d, Identify each pz�oduct by product name and othei• ident�fying symbols as set fortt� in Contract Document,s. 2. Product Data a. Include only those sheets which a�-e pertinent to �lie specific product. b. Annotat� each sheet to: I) Clearly identify specific product or part installed 2} Clearly identify data applicable io installation 3) Delete re%�•ences to inapplicable ln�ormation 3. Drawings a:. Supplem�ent p�-oduct data with drawings as necessary to clearly illustrate: 1} Relations af campo�eni parts of equip�ent and systems 2) Confrol and flaw e{iag�•anns b. Coordinate drawings with inforrnatian in Project Record Documents to assure correet iIlustration of completed installafion. c. Do not use Pi•oject Record Drawings as rr�aintenance drawir�gs. 4. Written text, as requit�ed to supplement product data for the particular installatian: a. Organize in cansistent forffiat under separate headings for different procedures. b. Pro�ida logica] sequence of instructions of each procedure. CITY OF FORT WORTEI STANDARD CONSTRiJCTIpN SPECIFICATION 1JOCUNIEN'F5 Revised December�0, 2Q12 U'I`ILITY CUTREFAIR CONT[L4CT 2022 Ciry Project hIp, UC-0 L 2p22 oi�sz3-a OPERAT[ON A�ID MAINTENANCE DATA Page 3 of 5 J, I 2 3 4 5 G 7 8 9 l0 lI 12 13 14 15 16 1'7 18 19 20 21 22 23 24 25 26 27 2& 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 4B 47 48 S. Copy of each wa�•ranty, bond and sexvice contract issued a. Provide infoimation sheet for City personnel giving: 1} Proper procedures in e�ent of failure 2) Instances which might affect validity of warra:nti�s oz' bonds C. Manual for Materials and Fin.ishes I. Submit 5 copies of complete manual in fnal fo�•m. 2. Con#ent, for architeetw•al prod�cts,. �pplied mate�-ials a��d finishes: a. ManufactEu�er's data, giving full information on praducts 1) Catalog number, size, composition 2) Colot- and texture designations 3) Infarmation requit-ed for rea�'de.ring special mat�ufactured products 6. Instructions for caz•e and :maintenance 1) Maaufacturer's recam�rtendation for t}Tpes of cleaning agents and methads 2j Cautions against cleaning agents and mefhods which are detrimental to praducf 3) Recommended schedule for cleaning and maintenance 3. Conteni, far mQist�re pt°atection and weather exposure praducts: a. Manu�acturer's dafa, gi�ing full information Qn products I} Applicable stand�•ds 2} Chetnical composition 3} Details of installation b. Insir•uctions for inspection, main#enance and repair D. Manua[ for Equipment and Systems i. Submit 5 copies af complete manual in final form. 2, Content, for each unit of equipment and systern, as appropriate: a. Description of unit and comganent parts !) Functian, normal operating characCeristics and limiting conditions 2) Ferformance curves, engineering data and tests 3) Complete nornenclature and eommercial nurnber af replaceablz pat�ts b. Operating procedures 1} 5tart-up, breaic-in, routix�e and normal operating instruetions 2) Regulation, contx'al, stopping, shut-dawn and et�e�•gency inst�uctions 3) Summer and win.ter opaxating instz•uctions 4) Special operating instruction� c, Maint�naiace procedures 1) Routine operations 2) Guide to "t�•ouble shoating" 3) Disassernbly, repair and reassembly 4) Alignment, adjusting and checking d. SeAvicing and lubrication schedule l) List of lubricants required e. M�nufaciurer's printed operating and maintenance instructions £ Description of sequence of operation by control manufacturer 1} .Predicted life of parts subject to wear 2) Items reeo�nmended to be stocked as spare parts g. As installed cont�•ol diag�•ams hy controls manuiacturer h. Each contractor's coordination drawings 1) As instajled color eoded piping diagrams CITY OF FORT WORTfi STA3�DARD CONSTRUCTIO[�f 3PECIFICATION DOCUMENTS Revised Aecember 20, 2012 UTILITY ClIT R�PATR CONTRACT 2D22 City Project No. UC-01 2022 ai �s a3 - a OPERATION AND �vIAINTENA?�TCE T7ATA Page 4 qf 5 1 2 3 4 5 G 7 S 9 1Q 11 12 13 14 15 16 17 18 19 20 21 22 2.3 24 2S 26 z� 28 29 J• k. 3. Content, fa�• eaeh electric and electronic system, as appt•apriate: a. Desci•iption of system and component parts 1) Function, normal operating charactet�istics, and limiting conditions 2j Pel�formance curves, engineeTing data and tests 3) Com�lete nomartclatu��e and commaz-cial nuznbex of replaceable parts h. Circuit di�•ectories of panelbaards 1) Electrical ser�ice 2) Controls 3) Communications c. As installed co[or coded wiring diagrams d. �pet'ating p�•ocedur�s 1) Routin� and normal operating instructions 2) Sequences requi�'ed 3) S�ecial aperating inst�'uct�ans e. Maintenan�e proced�res 1) Routine aperations 2) Guide to "#�•ouble shooting" 3) Disassembly, repair and reassembly 4) Adjustinent and checicing f. Ma�ufactu�'er's printed operating and inaintenance instructions g. List nf oz'iginal manufactu�-er's spare parts, manufactura��'s current prices, and racommended quantilies to be �naintai�ed in stox�age h. Other data as requif•ed under perti�ent Sections of S.�eciiications 4. Prepare and include additionaI data whei�► the need for such data b�comes apparent di.u•ing instruction af City's persannel. Chat�ts of �val�ve tag nurr�bers, with location and function of each valve List of ori�inal manufacturer's spare parts, manufacture�•'s current prices, and t�ecomrnended quantities to be maintained in storaga Othe3• data as required under pertinent Sections of 5pecificatioils 30 1..7 CLOSEOUT SUSNIITTALS [NOT USED] 31 1.8 MAINTENANCE MATERIA.L SUBIVIITTALB [NOT USED] 32 1.9 QUALITY ASSt1RANCE 33 A. Provide opera�ion and mainteilance data by personneJ with the followin� c�•iteria: 34 1, Trained aad experienced in maintenance and apet'ation af dasct'ibed products 35 2. Skilled as technical writer to the extent required to cammunicat� essential data 36 3. Slcilled as draitsman competeilt to prepare required drawings Cl'I'Y OF FORT WflRTFT UTILITY CLIT REPAIR STANDAI2D COTFSTRUC'I'IQN SPECIFICrITION AOCUMENTS CONTRACT 2022. Revised December 20, 2012 City Projeet No. UC-01 2D22 017823-5 OPERATIOPF AN]] MAINTENAAICE DATA Aage 5 of 5 �, 7 8 �� L� � i 1 1.1.0 DELiVERY, STORAG�, AND HANDLING jNOT USED] 2 1.11 F�ELD [SITE� CONbI'TIONS [NOT USED] 3 1.12 WARR.ANTY [NOT USED] 4 PART 2- PRODUCTS jNOT U�ED] 5 PART 3- EXECUT70N [NOT USED] END OF SECTION Revision Log DATE N�,ME SLTMIVIARY OF CHANGE 8 /3 112 0 1 2 D. Johnsan LS.A.I — title of sectian removed CITY OF FORT WORTH UTILITY CU'C ItEPAIR I STANDARD CONSTRi)CTION SPECIFICATION DOCU3+dENTS GONTRACT 2022 � Aevised December 2U, ZU12 City ProjectNo. iSC-Ul 2022 O 1 78 39 - 1 PRO.TECT R13COR� ]]OCYTMEi1TS Page 1 of 4 l� 1 2 3 PART1- GENERAL 4 5 G 7 8 9 14 I1 i� 13 14 15 16 17 11 Si]MMARY SECTION U178 39 PRO]ECT RECORD DOCC7MENT� A. Section lncludes: 1. Work associated with the documenting the proje.ct and reeoeding changes to project documents, including: a. Recnxd Dt'awings b. Watar Met�z• �ervice Re�aot�s c. Sanitat'y Sewer Servic� Raports ci. Laa'ge Water Meter Reports B. Deviatiozas from this City af Fort Worih Star�dard Specification 1. Nane. C. Related Specification Sectians include, but at•e not necessarily Iimited ta: 1. Division 0— B'rdding Requirements, Contract Forms and Condiiions of the Contract 2. Divisipn 1— General Requi;•ements 1.2 PRICE AND PAYMENT PROCEDT]RES 18 A. Measuretnant and Payment 19 I. Work associated with this Iiem is considered subsidiary to the variaus Items bid. 20 No separate payment wijl he allowed for this Item. 21 1.3 REFERENCES [NOT USED] 22 23 ]..4 ADMXN'I�TRATIVE REQUIREMENTS [NOT USED� ].S SUBMITTALS 24 A. Priar to submitting a request for Pinal Inspection, d�li��� Project Record Documents to 2S City's Project Representative. 2b L6 ACTION SUBMTTTALSIINFORMATTONAL SUBMI'i`TALS [N4T iTSED] 27 28 29 3Q 31 32 33 34 35 36 1.7 CLOSEOUT SiTBMTTTALS [NOT i7S�DJ 1.$ MA.TNTENANCE MATERIAL SURMITTALS [NOT USED] 1..9 QUALITY ASSLTRANCE A. Accuracy of Records 1. Thoroughly coordinate changes within the Recoxd DocumenYs, making adequate and proper entries on each page o� Specificatians and each sheet oiDt•awings and other Dacuments vuhere s�tch enfry is required to show the ahange properly. 2. Aecuraey of records shali be such tYzat future search far items shown in the Contract Documents may rely reasonably an infot•mation obtained from the approved Project Recnrd Doc�nents. Ci'I'Y OE FORT WQRTH STANDARD COPISTRUCTION SPECIFICA,T'IQN DqCU11�ENT5 Rev�sed 3uly 1, 2011 U1`ILdTI' CClT R.E,PA1R CO[�fTAACT 2fl22 City Projeet UC-0 � 2022 017&39-2 PRp7ECT RECQRD DOCUMENTS Fage 2 of 4 1 3, `I'o facilitate accuracy ofrecoi•ds, mal�e entries within 24 hout•s after receipt of 2 information tl�.at the char�e has oecu�•red. 3 4. Provide factual informaCion regaeding all aspects of the Work, b�th concealed and 4 visible, to enadle future modification of the 11VorJc to proc�ed withaut lengthy and 5 expensive site measurernent, investigation and exa�n�nation. G 1.10 STORAGE AND HAND.LING 7 A. Storage and Handling Requirements 8 l. Maintain the job set of Record Documents completely protected from deterioration 9 and f��am loss and damage until completion of the Worlc and transfer o.f all reco.rded 10 data ta #he �na1 �'raject Reco.rd Docunients. 11 2. In the errent of loss o.f recorded data, use means necessaiy to again secuee the data 12 to the City's appra�al. 13 a. In such case, pra�ide raplacerneilts to the startdat'ds origina[Iy �'�quir�d by the 14 Cantract Docunients. 15 1.11 FI�LD [SITE] CONDITIONS [NOT US�D] 1G 1.12 WARRANTY [NOT iTSED] 17 PART 2 - PRODUCTS 18 21 4WNER-FURNISH�D [ox] OWN�R-SUPPLIED PRODUCTS [NOT iTSED] 19 20 21 22 23 24 25 26 27 2.2 RECORD DOCUMENTS A. Job set 1. Fromptly following receipt of the Notice to Prpceed, secure fram the City, at no charge to the Cantractor, 1 complete set of aIl Documents camprising the Con�t'act. B. Final Record Docunlents 1. At a time nearing the campletion af the Work and priar to Fina] Inspectiozl, proVide th� Cify I eomplete set of all Final Recorr� Drawings in the Contract. 2.3 ACCE�SORIE� [NOT USED] 2.4 SOURCE QIIAL�TY CONTROL [NOT USED] 28 PART 3 - E7�CUTION 29 30 31 32 33 34 35 3.1 INSTALL�RS �NOT IISED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED� 3.4 MAINTENANCE DOCUMENT� A. Maintenance o.f Job Set 1. Izj�mediately uptin rece.ipt afthe job set, identify each ofthe Documents with the title, "RECORD DOCL]IVIENT,S - .TOB SET". C[TY Or FORT WORTH LITILITY CU7' REPATR STANDARD COAISTRUCTIdN SPECIFICATION DOCUMEh'TS CON'I'RACT 2022 Revised 7uIy 1, 2a11 City Praject iTC-O l 2022 01 7839-3 1'R03ECT RECORI7 DOCUMENTS Page 3 oi4 10 11 12 I3 I4 IS lb 17 18 19 20 2. Pres�rvation a. Considering the Contt•act completion time, the prnbabie r�utr�ber of occasians upon which t1Ye j ab set m�asfi be taken out %r new entries and fo�� �:xainipation, an:d t�-►e conditions undez� w�.ich these activitie,� wi11 be performed, devise a suitable method for protecting th� job set. b. Do not use tl�e job set %r any purpose excepY en�y of new data and for review by tha City, until stac�t af t�•az�sfaA of data to f nal P�•aject Reco�•d Documents. c. Maintain the job set at the site af work. 3.. Coordination with Construction Survey a. At a minimum, in accordance with the intervals set forth in Section O I 71 23, cle�•ly mark any deviations from Contract Docurrients associated with installation nf #he infrastructure. 4. Making entries on Dra�vings a. Record any deviations from Contract Documents. b. Use an erasable colfl�•ed pencil (nat ink or indelible penci�), cleaxly describe the change by graphic line and nate as required. c. Date all entri.es. d. Cali attention to the entry by a°cloud" drawn around the area or areas af%cted. e. In the e�ent of ovet•lapping changes, use different colors for the overlapping changes. 2I 5. Conversion af schematic layouts 22 a. In some cases on the Drawiags, ac•rangements of conduits, circuits, piping, 23 ducts, and similar items, are shown schematically and are not intended ta 24 portray grecise physical 1a�+oui. 25 1) Final p4�ysical arrangement is determined by the Contractor, subjee# to tk�e 26 City's approval. 27 2) Howe�ar, design of future modifications of the facility may require 28 accurate information as to the final physicat layout of itei�ns which are 29 s�ow� only schemafically onthe Drawings.. 30 b. Show on the job set of Record Drawings, by dimension accurate to vvithin 1 31 inch, the centerline of each run o� items. 32 1) Final physical at�•angement is determined by the Contractor, subject to the 33 City's approval. 34 2} Show, by symbol oj• note, the vertical lacation ofthe Item ("under slab", "in 35 ceiling plenum", "exposed", and fhe like). 3G 3) Make all identification sufficiently descriptive that it may be related 37 reliably to the Specifications. 38 c. The City i�nay waive the requirements for conversion ofschematic layouts 39 whe�•e, in the City's judgxnent, conversion serves no useful purpose. However, �Q do not rely upon waivei•s being issued except as specifically issued in writing 41 by the City. 42 B. Final Project Record Documents 43 1. Ti•ansfer af data to Drawings 44 a. Carefully transfer change data shawn on the job set ofRecord Drawings to t�e 45 corresponding �nal dacun�en.ts, coordinating the changes as required. 46 b. Clearly indicate at each affected detail atld other D:rawing a�izll desc�•iption of 47 changes made du�'ing canstruetion, ar�ci the actual location of items. CITY OF FORT WORTH UT[L1TY CUT REPAITL STANDARA CONSTRUCTIOTi SPECIPICATtO�f AOCUMENTS CflNT'RACT 2422 Revised 7uly i, 20l 1 City Project UC-QJ 2022 017839-4 PRO]BCT RECQRD DOCC1MEIdTS Page 4 af 4 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 1'� 18 19 20 2] 22 23 24 25 c. Call attention to eaeh entry by drawing a"cloud" arour�d the area o�� areas af�ected. d. Malce changes �neatIy, cansistently and with the proper media to ass�re longevity and clear t•epraduction. 2. Transfer of data to other pocuments a. If the Documenis, othe�� than Drawings, have been kept clean. du�•ing p�•agR•ess of the Work, and if entries tliet'eon have be�zz ord�rly to the app�'oval of �e City, the j ob set of thase Documents, othet� than Drawings, vwill be accepted as f nal Record Documents. b. If any such Document is not so approved by the City, secure a new copy of ihat Document fi•om the City at the City's usual charge f.at� reproduction and hand[ing, and carefully transfer the �hauge data to the new copy to the approval of the City. 3.5 R.EPAIIt / R��T�RA.TION [NOT USE�] 3.6 RE-INSTALLATION [NOT US�D] 3,'1 I+IELD [aR] SXTE QUALTTY CONTROL �NOT USED] 3.8 SYSTEM STARTUP [NOT i]SED] 3.9 AD�TJSTING [NOT USED] 3.10 CLEANING [NOT CT��D] 3.11 CLOSEOUT ACTIVITIES [NOT [TSED] 3.I2 PROT�CTION [NOT USED] 3.13 MAINTENANC�+ [NOT IISED] 3.14 .A,TTACHMENTS [NOT USED� 13_M`►�1�T►���� ���►1 Revision Log DATE NA11�E S[IMMARY OF CHANGE 26 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATIOI+! DOCUMENTS Rcvised duly l, 20] 1 UTILITY CIIT REPAiR COfVTRACT 2022 City Project UGQ I 2022 Q2 41 14 - L UTILITY� IiEMOVALIABANDOIVM�NT Page l af 17 2 OSECTTON 02 �41 I4 UTTLITY REMOVAL/ABANDONM�NT 3 PART1- GENERAL �4 1.1 Si1MMARY 5 A, Section Ineludes: 6 7 8 9 IO 11 �2 13 14 15 1G 17 18 19 Za 21 22 23 24 25 26 27 28 29 30 3I 32 33 34 35 3G 37 38 39 4� 41 42 43 44 1. Direction for the r�maval, abandanment or salvaging af the fallowing utilities: a. Cathodic P�-otection Tesf Stations h. Water �.ines c. Gate Valves d. Water Valvas e. Fixe Hydt'ants f. Water Meters and Meter Box g. Water Sampling Station h. Concrate Water Vaults i. Sanita�y Sewer Lines j. Sanita�y Sewer Manholes lc. 5anitary Sewer Junction Boxes I. Storm Sewer Lines m. Stotln Sewer Manhole Risers n. 5torm 5ewer Junction Boxes a. Storm Sewer Inlets p. Box Culvarts q. Headwails and �afety End T��eaf�nents r. Tren.ch Dz-ains B. Deviations f:raz�► this City a�'�'ort Worth Standard Specification L UTZLYTY ADJUSTMENT- This item is ir�cluded �or the basic �urpose of establ'rshing a contract price which will be eaxnparable to the �inal cost of mak�ng necessary adjnstments required due to utility cut repairs io water, sanitary aewer, natural gas ser�ice lines and appurtenances including irrigation Iines (sprinlcler systems}, etc. w6�ere such lines and appurtenances are the property owner's respousibility to maintain. An arhitrary figure has been placed in the Proposal, however, this does not guarantee any payment for utility adjusiments, neither does it confine utiliiy adjustments to the amount shown in the PropQsal. Tt shall be the contrac#or's responsibility to provide the serviees oF a Iicensed plutnber to make the utility adjustments determined necessary by the engineer. No payment will be made for utility adjustments except those adjustments datermined necessary by the engioneer. Should the contraCtor damage se�t�vice lines due �o his negligence, vvhere such ii�aes would no� have required adjustment ar repa[r ofherwise, �he [ines shall be repaired or adjusted by the contractor at Ehe contractor's expense. The payment to the contractor For ukilily adjusl7menfs shall be the actual cost of the adjustments plus ten percent (1.0%) to cover the cost of band and ovcrhead incurred by the contractar in handling the utility adjustments. CITX OF FORT WORT�-I STA�DARD CONSTRUCTION SPECIFlCAT[ON BOC[1MENT5 Revised Decem6er 20, 2012 iTTILITY CUT REPAFR CONTRAC'f 2022 City ProjectiVo. UC-Ql 2022 0241 14-2 U'FILIT� 13EMOVALIABANDONMENT Page 2.of 17 1 2 3 4 5 G 7 8 9 10 C. Related Speci�cation Sections i�.clude, but are nnt n�eessax'ily limited to: 1. Division Q— Bidding Rec�uiremenfs, Contract Fo�•ms and Canditions of the Cantract 2. Division I —General Requirements 3. Section 03 3A� 13 — Controlled Low St�•engtl� Matei�ial (CLSM) 4. Sect��n 33 OS 10 — UtiIity Trench Excavation, Embedenent and Bac]c�il 5. Section 33 OS 24 — Installation of Carrier Pipe in Casing or Tunnel Liner P1ate 6. Section 33 11 11 —Ductile Iron Fit�ings 7. Section 33 11 13 -- Co�ncrete Pr�ssure Pip�, Ba�•-w►•apped, Steel Cylinder Type 8. Section 33 11 14 — Buried Steel Pipe and �'ith.�ngs 9. �eetion 33 12 25 — Connection to E�cisting Water Mains 11 1.2 PRICE AND PAYMENT PROC�DUR�S 12 f3 I4 IS I6 I7 i8 19 20 21 22 23 24 25 26 27 28 29 �o 31 32 33 34 35 36 37 38 39 40 �41 42 43 44 45 46 A. Utility i,ines 1. A6andanment of Utility Line by Grouting a. Measurement 1) Measurement for this Item shall be pet• cuhic yard of existing utility line to be grauted. Measuz'e by ticicets showing cubic yards nf grout applied. b. Payment 1) The work �aerformed and materials fiu•nished in accordance with this Itam and rrieasured as provided under "Measurament" shall be paid for at the unit price per cubic yard of "Line Grnuting" far: a) Various typas of utility Iine c. The price bid shail include: 1) Low density cellulaz• gz�out or CLSM 2) Water 3) Pavement r•emoval 4) Excavatian 5) Hauling b) Disposal Qf excess materials 7) �ut'�ishing, plac�ment and compaction of backfill 8) Clean-up 2. i]tility Line Remaval, Saparate Tr�nch a. Measurement 1) Measurement fo�• this Item shall be pej• linear faot of e�zisting utitity line to be t•emo�ed. b. Payment 1) The work pei�formed and materials furnis�ed in accordance with this Item and m�asured as pro�ided under "Measurement" shall be paid far at the uni# priee bid per linear faat af"Rema�e �.ine" fo��: a) Various types of existing utility line b) Various sizes a The price bid shall include: 1) Remo�al and disposal of existing utility pipe 2) �'av�ment rernoval 3) Exca�ation 4) Haulin� 5) Disposa[ of excess maferials cr� o� �oRT woxT�i u�rn.i� cuT xEPn� STANDARD CONSTRUCTIQN $PEGIFICA,TIOI�i I]O�ilMENTS CONTRACT 2022 Re�isad December 20, 2012 City Project No. UC-01 2022 a2a> >a-3 UTILITY 12EMOVAL/ABANI]QN11�NT Paoe 3 of 17 1 2 3 4 5 G 7 8 9 I0 I1 12 13 14 15 16 17 18 19 20 2i 22 23 24 25 26 27 28 29 30 31 3� 33 34 35 36 37 38 39 4a 41 42 43 44 45 46 47 48 49 4 6` b} k'u��nishing, placernent and compactian of backfill 7} Clean-up 3. Utility Line Removal, Satne Trench a. Measurement 1} This Item is considered subsidiary the pr-oposad utilify line being installed. b. Payment 1) The work pecformed and materials fusnished ii� accordance wifh this Item are subsidiary to the instalIaiion of proposed utility pipe and shall be subsidiary to the unit price bid pet• linear foot of pipe cornplete in place, and na other compensation will be allowed. Manhale Abandonment a. Measurement 1) Measurement for this Item will be per each manhole to he abancianed. b. Payment 1) The woik performed and materials furnished in accordance with this Item and measured as pravided under "Measure�nent" shall be paid fo�' at tfxe unit price bid per each "AbandQn Manhole" for: a) Vari�us diametez•s b) Various types c. The price bid shall include: 1) Rernoval and disposal ofmanhole cone 2) Rema�al, salvage and delivery of frame and cov�r to City, if applicable 3) Gutting and plugging of existing s�v�a�• lines 4) Concrete 5) Acceptable material for bacic�Uing manhale void 6) Pavement rernoval 7} Excavation 8} Hauling 9} Disposal af excess materials 10) �`utnishing, placement and compaction of backfill l 1) Ssu'face restoration 12) Clean-up Cathodic Test Station Abandanment a. Measurement 1) Measurement for this Iiem will be per each cathodic test statian ta be abandoned. b. Payrnent 1} The work pe�•formed and materials funaishecl in accordance with this Item and measured as provided under "Measwement" shall be paid for at the unit price bid per each "Abandan Cathodic Test Station". c. The price bid shall include: 1) Abandon cathodic test station 2) CLSM 3) �'avement removal 4) �xcavatian 5) Hauling 5} Dispasal af excess materials 7) Ft,un�shing, placement and campaction of backfill &) Clean-up CITY (lF PORT WORTH STANDARD CONS'IRUCTiON SP�CIF'TCATTOIV I�OCUMEIVTS Revised December 20, 2012 UTILITY CUT REPAIR CONTRACT 2D22 City ProjectNo. L3C-Q1 2022 aaai i�-4 LITILIT'Y REMOVAI.IABANDONMENT Pa�e 4 of 17 1 2 3 4 5 G 7 8 9 10 lI 12 13 1 �l 15 16 17 l8 19 20 21 22 z3 24 25 26 27 28 29 3n 31 32 33 34 35 35 37 38 39 40 41 �2 43 44 45 46 47 48 49 B. Water Lines and Appurtenances 1. Installation af a Water Line Pressur�e Plug a. Measurement ]) Measut•ement %r this I1:em shall be pe�� each pressure plug to he installed_ b. 1'ayment 1) The wo:r� pex'foz-med an.d materials furnished in accordance with this Item and measured as pro�vided under "M�asurement" shall be paid for at the unit price bid for eaeh "Pressure Plug°' �nstalIed fo�': a) Vai•io�s sizes c. The price bid shall include: 1} Furnishing and installing pressure plug 2} Pavement removal 3} Excavation 4} Hauling 5} Disposal of excess ma#erial 6} Gaske#s 7} Bolts and Nuts 8} Furnishing, placement and compaction of em6edment 9} Fui-nisl�ing, placeinent and compaction of backfill 1Q) Disir�fection 11) Test�ng I2) Clean-up 2. Abandonment of Water Line by Cut and installation af Abandonrnent Plug a. Measurement l) Measurement for this Item shall he per each cut and abandanment plug installed. b. Payme�t 1) The work pe�•farmed an.d materials fiunished in accardance with this Item and measured as provided under "Measure�aent" shall be paid %r at the unit price bid for each "Water Abandonment Plug" installed for: a) Various sizes c. �'he price bid sha[I include: 1) Furnishing and installing aharsdoninent piug 2) Pavexnent renrzaval 3) Excavatlan 4) Hauling S) CLSM 6) Disposal of excess rnatez•ial 7) I'urnishing, pl.acement and compaction of backfill 8) Clean-up 3. Water Va[ve Removal a. Measurement 1) Measurement for tllis Item will he per each water valve to be removed. b. Payment 1) The worlt performed and materials furnishad in accordance �aith th[s Item and measured as provjded under "Measurement" shall be paid fot� at th� unit pi•ice bid per each "Remove Water Valve" for: a) Va.rious sizes c. The pt'�ce bid shall include: CITY OP FORT WORTH STlaNDARD CONSTI2UCTION SPECIFICATION DOCUMEI�TTS Re�ised Decemher 20, 2012 UT`ILITY CUT f2EPAIR CONTRACT 2022 City Project No. UC-Ql 2022 0241 14-5 LTTiLITY RF..MOVALIASANDONIv�PTT Page 5 of l7 1 � 3 4 5 � 7 8 9 10 11 12 13 14 15 1b 17 18 19 20 21 22 23 24 25 26 2'� 28 29 30 31 32 33 34 35 3G 37 38 39 40 41 42 43 44 45 4b 47 48 �. G'� 1) Remo�al and disposa[ of valv� 2) CL5M 3} Pavement r��naval 4} Excavatio� 5} Ha�aling 6) Disposal of excess materials 7) �'uz'nishing, placement and compaction of backfill $) Clean-up 4. Water Valve Removal and Salvage a. Measurement 1) Measurement for this Item will be per each water vaIve to 6e removed and salvaged. b. Payment 1) The work performed and materials furnished in accordance with this Iterzt and measured as provided undaz' "Measw'emenf" shall be paid for at the unit pi•ice bid per �acl� "Salvage Water Valve" for: a) Various sizes c. The pt•ice bid shall include: I) Removal and Saivage ofvaIve 2) CLSM 3) De.liv�zy to City 4) Paveiment rem�val 5) Excavatiion 6) Hauling 7) Disposal of excess materials 8) Furnishing, placement and compaction of backf lI 9} Clean-up Water Valve Abandonrnent a. Measu�•ement 1) Measurerr►ent for this Item will be per each water valve to be abandoned. b. Fayment ]) The work performed and �rra�erials furnished in accardance with this It�m and measured as providaci under "Measu�•ement" shall be paid fnr at the unit price bid pez' each "Abandon Water Valve" for: a) Va�-ious Sizes c. The price bid shall include: 1} Abandonment of valve 2) CLSM 3) Pavement remaval 4) Excavation S) Hauling 6) Disposal of e�cess materials 7) Furnishing, placement and compaction of backfill 8} C1ean-up Fire Hydraryt Removal and Salvage a. Measureinant l) Measuremer�t for this 3tem w�ll be per each fit•e hydrant to be removed. b. Payment C1TY OF PQRT WpRTH STANDAIiD COPISTRUCTION SPECIFICA7'ION DOCUA�NTS Revised Daeember 20, 2012 CTTILTI'Y CiJT REPAIR CON'I'RACT 2022 City Prnject No. UGD l 2022 0241 l4-b LTTILITY REMOVALIABANDp1VMENT Page 6 of 17 I 2 3 4 S 6 7 8 9 10 ii 12 13 14 15 1G 17 18 19 20 21 �2 23 2� 25 2b 27 28 24 30 31 32 33 34 3S 36 37 38 39 40 41 42 43 44 �15 46 47 48 49 7 8. 1} The work performed and inaterials furnished in accordance with this Item and measut•ed as pz'ovided under "Measurement" shall l�e paid for at the unit price bid per each "Salvage k`it•e H�drant". c, The price bid shall include: 1) Removal and salvage of fu�e hyc[��ant 2) De[i�ery ta City 3) Pave3nent remov�l 4) Exca�atian �) Hauling b) Disposal af excess rnat���ials 7j Fuenishing, placement ar�d cptnpaetioza nf bacl�fll 8) Clean-up Water Meter Removal and Salvage a. Measurement 1) Measureinent fai• this Item will be pet� each w.ater metex� to be remo�ed and sal�aged. b. 1'ayment ]) The worlc pei•formed and materials furnished in accordance with this Iterr► atld meastu•ed as provided under "Measurement" shall b� pa�d for at the unit price bid per each "Salvage Water Mete�•" for: a) Various sizes 2) If a"Water Metet� Service Relocate" is pet%rmed in accordance wlth Section 33 12 10, reznoval and salvage or disposal of the existing {2-inch or sinalle�•} watez' rmeter shall be subsidiary to the cost of the "Water Meter S�reiee Relocate", no other campen�atian will be allowed. c. The price hid shall include: 1) Removal and salvage of �vater meter 2) Delivery to City 3) Pavement remaval 4} Exca�ation S) Hauling 6} Disposal of excess mat�rials 7} Furnishing, placement and compaction of bacicfill 8} Clean-up Wate�� Sampling 5tation Removal and Salvage a. Measurement 1) Measurement %r this Item will �e per each water sarnpling station to be remo�ed. b. Payment l) The wark performed and m�tet•ials furnished in accordance with this Item and measueed as provided under "Measure:ment" shall be paid for at the unit price bid per each "Salvage ViTater Satnpliilg Station", c. The price 6id shall ine[ude: 1) Reznoval and salvage flf water sa�pling station 2) Deli�rery to City 3) Pavement removal �) Exca�ation 5) Hauling 6) Disposal of excess materials CT7'Y OF �'ORT WORTH STA�TDAliD CpN$TR[1CTION SPPCIPICATION DOCUMENTS Revised Deeember 20, 2012 UTILITY CUT RBl'AIR CQN'I'RACT 2022 City Prnject No. UC-01 202,2 0241 14-7 UTILITY REMpVAL1ABAI�I[]ONMENT Page 7 of 17 I 2 3 4 5 6 7 8 9 ia 11 12 13 14 15 15 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 3b 37 38 39 40 41 42 43 44 45 46 47 48 49 7) Furnishing, placement and compaction of backfill S) Clean-up 9. Concrete Water Vault Removal a. Measurement 1) Measurement for this Item wiIl be per each concrete water vault ta b� remo�ed. b. Payment 1) The warlc perfarmed and inateriais furnished in accardanca with this Ttem and measured as provided undez' "Measurernept" �hal1 be paid for at the unit piice bid per each "Remov� Concrete Water Vault". c. The price bid shall include: 1) Remaval and disposal o.�canerete water �ault 2) Remo�va�, salvage atld delivezy of frame and cover to City, if applicable 3) Removal, salvage and delivety of any valves io City, if applicable 4} Ramoval, sal�age and delivef•y of any water meters to City, if applicable 5} Pavement removal 6} Excavation 7} Hauling 8) Disposal of excess materials 9) Furnishing, placement and compaction of back�f'ilI 10) Clean-up C. 5anitaty Sewer Lines and Appurtenances 1. Abandonment of Sanitary Sewer Line by Cut and installatifln oiAbandonment Plug a. Measurement 1) Measurement for this Iiem shall b� p�r �ach cut and abandonznent plug installed. b. Payment 1) The work pea-�orn:ied and rrzateeials furnished in accardance with tI1is Item and zneasured as provided under "Measurement" shall be paid for at the unit pric� bid fnr aach "Sewer Abandanment Plug" for: a) Various sizes c. The price bid sha11 include: 1) Furnishing and installing aha.ndonment plug 2) Pa�ement removal 3) Excavation 4) Hauling 5) CLSM fi) Disposal of excess material 7) Furnishing, placement ar�d compaction of backfill 8) Clean�up 2. Sanitary 5ewer Manhole Rernaval a. Measureinent 1} Measurement for this Item wilI ba per each sanitary sewer n�an�aale to be remo�ed. b. Payment 1) The craor� pe�•faz'rned arid materials furnished in accordance with this Item and measured as provided under "Measut•ement" shall be paid for at tha unit price bid per each "Remove Sewer Mar�hote" for: a) Variaus diamete�•s CITY OF FORT WQRTH STANDARD CODiSTRUCTION SPECIFIC:4TION DOCUMENTS Revised pecem6er 20, 2012 UTILITY CUT REPAIR CONTRACT 2022 City Praject 3�l0. UC-0I 2Q22 024I 14-5 UTILITY REMOV.AL/ABANDpNMENT Page S of 17 1 2 3 4 5 G 7 S 9 10 li 12 13 14 1S lb 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 35 3'� 38 39 �0 41 42 43 44 4S 46 47 �}8 3 c. `I'he price bid shall inclucEe: I) Raanoval and dispasal of manhole 2) Removal, salvage and deIiv�ry of fi-ame and cover to City, ii applicable 3} Cutting and plugging af existing sewe�` lines 4} Pavemen# rernoval 5} E�cavatian 6} Hauling 7} Disposal oi excess materiats 8) Pu�nishing, placemen.t and compaction of bacicfii] 9) Clean-up San[ta�•y Sewer ��.nction Structure Reznoval a. Measurement 1) Measurement for tliis Item will be per each sanitary sewer,junctioi� st�•ucture being rernoved. b. I'ayment 1) The work pe�•formed and matei•ials furnished in accordance t�ith #his Item and measur�d as pro�ided under "Ivleasi.uement" shall be paid for at the Iump sum bid per each "Retnove Sewer Junction Box" location. c. The price bid shall i.nclude: 1) Remova] and disposa! of junction box 2) Remo�al, salvage and delivery of frame and cover ta City. 3) Pavement remoual 4) �xcavation 5) Haulin.g 6) DisposaI of excess mate�•ials 7) ru�•nishing, �alacement and cn:mpaction of bacicfll �) Clean-up D. Storm Sewer Lines and Apput�tenances l. Abandor��nent of Storin Sewer Line by Cut and installation of Abandonment Plug a. Measurement 1) Measurement foz' this It�m shall be per each cut and aba.udonment plug to be installed. b. Payment 1) Tha wor�C per%rmed and materials furnished in accordance witla this Iiern and measured as provided under "Measurement" shall be paid for at th� unit price bid for each "Storm Ahandanment Plug" installed fof•: a) Various sizes c. T[�e p�-icc bid shall include: 1) Furnishing and installing abandonment plug Z) Pavement ren�aval 3) Excavation 4) Hauling 5) CLSM 6) Disposal of excess material 7) Purnishing, placement and compaction of bacicffl S) Clearz-up 2. Storm Sewer Manhole Removal a. Measurement CITY OP FORT VWORTH STA�ID�RD CO]�STRUCTION SPECIFICATION DOCCTPrIENTS Revised Decem6er 20, 2D 12 [ITILITY CUT k2EPATR CON"I'RACT 2622 Ciiy Projcct Na. UG� [ 2022 0241 14-9 UTILITY REMOVALIAHA]VDONMENT Page 9 of 17 I 2 3 4 S G 7 8 9 10 11 I2 13 14 [5 IG 17 18 19 20 21 22 23 24 2S 2b 27 28 29 30 31 32 33 3�4 3S 3G 37 38 39 40 41 42 43 44 �5 4b 47 48 �49 1) Measurement foz' this Item �ill be per ea�ch sto�m sewer rrianho.le to 6e remaved. h. Payment 1) The work pe�•formed and materials furnished in aceardance with this Item and measuj•ed as provided under "Measut�ement" shall be paid for at the unit price bid per each "Remove Manhole Riser" far: a} Various sizes c. The price bid shall include: 1) Removaj and disposal af rnanhole 2) Remo�al, salvage and deliv�ry �f frat�ne and caver to City, if applicable 3) Pavement removal 4) Excavation 5) Hauling 6) Disposal of exeess materials 7) �'urnishing, placernent and compaction of backfill S) Clean-up 3. Starm Sewer �unction Box Removal a. Measurement 1) Measurement frar this Item will be per each storm sewer junction structure to be re�naved. b. Payment I) The worlc p.et•formed and materials furnished in accnrdan.ca with this Item and measured as provided under "Measiu•ement" shaIl be paid for at the unit price bid per each "Remove Storm lunctzon S.ax" fo�•: a) Various sizes c. The pi•ice bid shall include: 1) Remova! and disposal o�ju�ction bax 2) Remo�al, salvage and d�lir�ery of frarrie and cover to City, if applicable 3) Pavement z'emoval 4) Excavation 5) Hauling 6} Disposal af excess materials 7} Furnishing, placement and compaction of back�ill 8} Cl�ean-up 4. Storm S.ewer Junction Structure Removal a. Measurerne�t 1) Measurement for this Item will be per each storm sewe�� junction. structure being removed. b. Payment lj The work perFormed and materials furnished iq accor•d,ance with this Item and measure� as provided under "Measux�emen.t" shall be paid far at the lump sum hid per each "Remov� Stox•zn lunction �tructure" lflcation. c. The price bid shall include: 1} Remova� and dispasal of junction st�'ucture 2) Removal, salvage and delivery of frame and cover to City, if applicable 3) Paveme�t removal 4) Exca�vatian 5) Hauling 6) Disposal of excess materials C1TY �F FO1ZT WOTtTH �TAN37ARD GQ�TSTRUCTION SPECIFICATiON DOCUMENTS Revised Decemher 20, 2U 12 U�TI.IT`Y C�Ji RF.PAl12 CpN'lI2AC"i 2022 City Project Nn. UC-O l 2022 024J 14- 10 UTTLT'CY REMOVALIABANDQNN[ENT Page ]Q of 17 1 2 3 4 5 6 7 8 9 IO ii 12 I3 14 15 16 17 18 19 20 21 22 23 24 25 2G 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 �5 46 47 48 49 7) Fuf•nishing, placernent aad compaction oibackiill 8) Clean-up 5. Storrri Sewer Inlet Retno�al a. Measure�ent 1) Measi.u•ement for this Item will be per each storin sewej• inlet to be removed, b. Payment 1) The warlc pet•formed and materials furnished in accorc€ance with tllis Itein and measured as provided under "Measurement" shall be paid for ai the unit price bid per each "Ramo�e Sto�•m Inlet" for: a) Various types b) Various sizes e. The price bid shall include: 1) Remova� and disposal of inIet 2) Paveinezat ��em.o�al 3) Excavation �) Hauling 5) Disposal of excess materials 6j rurnishing, placebnent and compaction of bac�Cfill 7) Cle.an-up 6. Stoz`zza Sewer Junction Box Removal a. Measut'ement I) Meast.u•emant for this Itet�. shall be per linear foot ai existing storm sewer box to be removed. b. Payment 1) The worlc performed and materials furnished in aceordance with this Item and measured as pro�ided under "Measurement" shall be paid f�r at the tuait priee bid per linear foot of "Reinove Storm .Tunction Box" for all sizes. c. The price bid shall include: 1} Reznoval and dispasal of Storm Sewer Bax 2} Favement t•emoval 3} Excavation 4} Hauling 5) Disposa[ af excess rnatei•ials b) Furnishing, placement and compaction af hackfill 7) Cl�an-up 7. HeadwalllSET Ramo�al a. Measurament 1) Measurement �or this Item will be per ea�h headwall or safety end treatment (SET) to be removed, b. Payment 1) The work perforrned and materials furnished in accorda�ce with this Item aad nneasu�-ed as pro�ided under "Measuremer�t" shall be paid for at the unit price bid per eac� "R�move Heaciwa11/SET". c. The price bid shall include; 1) Removal and disposal of Headwall/SET 2) Pavernent r�moval 3) Excavation 4) Haulin� CITY OF FORT WORTH STANDARI] CONSTRUCTTON SPECIFICATION DOCUM�NTS Revised Dec��nber 20, 2012 UTILITY CUT REPAIR CONTRACT 2022 Ciiy Projeet No. UGO1 2p22 U2 4l l4 - 11 UTTLITI' R£�vfOV.EiLJASANDONNiiNT Paga 1 l of 17 il �, � I1� 1, 1 2 � 4 5 6 7 8 9 ia 11 12 l3 f4 l5 16 17 l$ 19 20 21 22 5) Disposal of excess rnaterials b) Furnishing, placeinent and compaction of backfiil 7) Clean-up 8. Trench Dt�ain Removal a. Measurement 1} Measurement for this It�rn s�all be per linear foat of storm sewer trench dcain ta be r�;�nav�d. b. Payment 1) The wark perfarmed and materials furnished in accordance with this Item and zneaswed as provided under "Measurement" shall be pai� far at the unit price bid per linear faot of "Remove Trench Drain" far: a) Various sizes c. The price bid shall include: i) Removal and disposal af stoi•m sewer iin� 2) Pauement removal 3) Excavation �) Hauling 5) Disposaf of excess materials 6} �urnishing, placement ar�d compactian of backfill 7) Clean�up I.3 REFERF,NCES [NOT USED] 1.4 ADMINISTRATNE REQUIREMENTS 23 A. Coordination 24 1. Contact Tnspector and the Water Depa��rrzent Field Operation Storage Yard for 25 coordination of salvage z�atarial return. 26 1.5 SUBMITTALS �NOT USED] 27 1.6 ACTION SUBMITTALS/INFORMATI4NAL SUBM�TTALS [NOT USED] 28 29 3fl 31 32 33 34 1.7 CLOSEOIIT SUBNIITTAL.� [NOT USED] 1.8 MAINTENANCE 1VIATER�AL SUBM�TTALS [NOT USED] 1.9 QIIALITY ASSURA.I�TCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDL�NG A. Storage and Handling Requu•ements 1. Protect and salvage all tr�aYe�•zals such that na damage qecurs during deliveiy Co the City. � CI'�Y OF FORT WORTH UTILITY CllT REPAIR STANDARD CONS'TRUCTION SPECIFICATIO�T DOCUM�NTS COIVTRACT 2022 Revised i3ecemher 20, 20 i2 City Project Na. UC-U 1 2022 02 41 l4 - 12 UTILITI' REMOVALIABAIVDONMEriT Page 12 of ] 7 I � 1.11 FIELD [�ITEI CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USEDI 3 PART 2 - PRODUC`TS 4 2.1 OWNER-FURNL�HED [on] OWNER-SUPPLIED PRODUCT� [NOT USED] 5 2.2 MATERIALS 6 2.3 ACC��SORIE� [NOT US�D] 7 2.4 SOURCE Qi7ALZTY CONTROL [NOT USED] 8 PART 3 - EXECUTION 9 3.1 INSTALLERS [NOT USED] 1Q 3.2 �XAMINATION [N�T iTSED] 11 3.3 PREPARATION [NaT U�ELII 12 3.4 REMOVAL, SALVAGE, AND ABANDONM�NT 13 14 ]5 i6 17 l8 i9 2Q 21 22 23 24 25 26 27 2$ 29 3d 31 32 33 34 3S 3b 37 38 A. General 1. Manhole Abandonment a. All manholes that at-e to be taken out of serviee aee io be removed unless specifically requested andlor app�-oved 6y City, b. Excavate and backf"ill in �cco�'dance with Section 33 OS 10. c. Remove and salvage manhole frame and cover as coa��dinated with City. d. Deliver salvaged material to the City. e. Cut and plug sewei• lines to be abandoned. f. Back�ll manhole void in accordance with City Standard Details. B. Water Lines and Appua�ten.ances 1. Water Line Pressure Plugs a. Ductile It�on'Water I,ines 1) Excavate, embed, and backfill in aceardanca with Sec�ion 33 OS 10. 2} Plug with an MJ Plug with rnechanical restra�tat and blocIcing in aeca�•dance with Section 33 11 1 l. 3) Perform Cut and Fiug in accordance with Section 33 12 25, b. PVC C400 and CJOS Water Lines I) Exca�ate, �mbed, and back�ill in accoi•dance with Section 33 OS 10. 2) Plug with an MJ Plug with mecharucal restraint and blocking in accot•dance with Section 33 11 11. 3} Perfarm Cut and Plug in accordanca v�ith Section 33 12 25. c. Canerete Fressure Pipe, Bar Wrapped, S1:ee1 Cylinder Type Wat�r L,ines 1} Excavate, embed, and backfill in accordance with Sectian. 33 OS 10 2} Plu� using: a) A fabricated plug restrained by welding or by a Si7ap Ring in accordance with Section 33 11 13; or CI7'Y OF FORT WdRTf3 UT[I,ITY CUT REPAIi2 STANDARD CONS1'RCICTION SPECIrICATION DOCUA�NTS CONTRACT 2022 Revised becember 20, 2012 City ProjectNp. UC-01 2d22 02 41 14 - 13 U7TLITY REMOVALIAHAIriC]ONivfBIV'f Page 13 of 17 1 2 3 4 5 G 7 8 9 10 11 12 13 14 13 1G 17 3.8 19 aa 21 22 23 24 25 2b 27 28 23 30 31 32 33 34 35 3G 37 3S 39 40 41 42 43 44 45 46 47 48 2. 3 4. 5 7 � b) A blind flange in accordance with Section 33 11 13 3) Pef•form Cut and Plug in acc.orciance with Section 33 12 25. d. But•ied Steel Water Lines 1) Excavate, embed, and bacicf'iIl in accordance with Sectian 33 OS 10. 2) Plug using: a) A fabricated plug resta�ained by welding in accor-danc� w�th Sectian 33 11 14; ar b) A blind flange in accordance wiih Section 33 11 14 3) Perform Cut and Piug in aecoz-dance witi� Section 33 12 25. Water Line Abandanment Plug a. Excavate and backfill in accardanc� wiih Section 33 05 1a. b. Plug with CLS11�I in aecordan.ce with Section 03 34 13. Watez• �.ine Ahandonment by Grauting a. Exca�ate and back�ll in acco�•dance with Sectian 33 d5 10, b. Dewater from existing lina to be grouted. c. Fill line with Low Density Ceilular Grout in accordance with Section 33 OS 2� or CLSM in accoxdance with D3 34 13. d. Dispase of.any excess rnaterial. Water Line Rernoval a. Excavate and backfill in accordance with Section 33 OS 10. b. Cut existir�g line fram the utiliry system pi•ior to �•emovaI. c. Cut any services prior to removal. d. Remove existing pipe line and properly dispose as approved by City. Water Vaive Removal a. Excavate and backfill in accoi•dance with Section 33 OS 10. b. Remove and dispose of valve bonnet, we.dge and stem. c. Fill valve body with CLSM in accordance with Section 03 34 13. fi. Water Valve Removal and 5alvage a. Excavate and bacicfill in accordance with Section 33 DS 14. b. Remave valve bonnet, wedge and stem. c. Deliver salvaged material to th� Wat�r Depat'tmant �'ield Op.eration �torage Yar'd. d. Prot�:ct salvaged mat�rials fi-om damage. e. 1FiIl valve body with GLSM in accordance vrith Section 03 34 13. Wate�• Valve Abandonment a. Excavate �nd bac�cfill in accordance with Section 33 05 10. b. Remove the top 2 feet .of Yhe valve stack and any valve extensions. c. Fill the remaining �alve stack with CLSM in accordance with Section 03 34 13. Fire Hydrant Removal and Saivage a. Excavate and bac�cfifj in accordanca with Section 33 OS 10. b. Remove Fire Hydrant. c. Place abandanment plug on f re hydrant lead line. d. Deliver salvaged fre �ydrant to the Water Departrr�ent Field Operation Starage Yard. e. Protect salvaged materials from damage. 9. Water Meter Removal and Salvage a. Remove and salvage water rneter. b. Return salvaged meter to Project Representative. C3T]� OF FQRT WORTFI STANDARD CONST'TZ[]CTION SPECLFICATION DOCiTMENTS Revised �eeemder 20, 2fl12 UTII.1T'Y CUT R�PA1R CONTRACT 2022 City PrajectNa. UGQI 2022 Q2 ql 1�}- l�} UTIGITY REIVIOVAI.IASANDONMENT Page 14 of 17 1 2 3 4 5 6 7 c. City will provide replacemen# meter for installation. d. Metei-Box and Lid 1) Remove and salvage cast iron meter box Iid. 2) Remove and dispose of any non-cast iron metei• box lid. 3) Return salvaged material to the Water DeparCment �ield Operatian Storage Yai•d. A�) Remo�e and dispose of inetet• bax. S 10. VL{ater Sample Station Remoual and Salvage 9 a. Remave and salvage existing water sample station. 1.0 b. Deliver salvaged material to tk�e Water Departrnent Field Operation Storage 11 �'ard. 12 11, Concrete Watet' Vault Removal 13 a. Excavate and bacicfill in acco�'dance with Section 33 DS 10. i4 b. IRemove and sa[vage vault 1.[d. 15 c. Remave ar�d saivage valves. 16 d. Remave and salvage ineters, 17 e. Deliver salvaged material to the Wate�� Department Field Operation Storage t 8 Yard. 19 f. Remove and dispose of any piping ar other appurtenances. 20 g. Dea�olish and remove entire concrete vault. 21 il. Dispase of all excess rr►aterials. 22 12. Cathodic Tesf Statian Abandona�nent 23 a. Excavate and baekfill in accardance with Section 33 OS 1p 24 6, Remove the top 2 feet of the eathodic test station stack and contents. 25 c. T'ill any remaining �oids with CLSM in accardance with Section 03 34 13, 26 C. Sanitaiy Sewei� Lines and Apput�enances 27 I. Sanitazy Sevver Line A.bandonment Plug 28 a, Ea�cay.ate and back�ll in acco�-dance with Section 33 OS 10. 29 b. Remave and d�spose of any sewage. 30 c. Plug with CLSM in accordance wlth Saction 03 34 13. 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 �47 48 2 3. 4. Sanitary Sewer Line Abandonment by Grouting a. Excavate and backfill in accardance with Section 33 OS 10. b. Dewater and dispose of any sewage fi•om the existing line to be grouted. c. Fill lina with Low Density Cell«lae Grout in accardance vvith Section 33 OS 24 o�' CI�SM in accordance with 03 34 I3, d. Dispase af any excass txiateriai. Sanitaty Sewer Line Renrxo�al a. Excavate and backfill in acco�•dance with S�ction 33 �S 10. b. Cut existing line from the utility system prior to rema�val. c, Cut any services prior to removal. d. Remove existing pipe line and praperly dispose as approved by City. Saniiaty Sew�r Manholes Removal a. All sanitary s�w�z- manholes that are to be taken out of service are to �e remo�red unless specifically x'equested andlor approved l�y City. b. Excavate and backfill in accot•dance with Section 33 QS 10. c. Remo�e and salvage manhole frame and cover. d. Deliver salvaged material to the Water Departznent �'ield �peratian Sto�'age. e. Demolish and remove entire cancrete manhole. C1TY pF FORT WORTH U'I`TLT7'Y C[IT R�PAIR STANDARD CONSTRUCTION SPECIPTCATION DOCUNIGNTS CONTRACT 2022 Re�ised December 20, 2012 City Project Na. UC-QI 2022,. D2�}E 14- l5 U'TILITY REMOVALIABANDONNIF.NT Page 15 of l7 2 3 � 5 G 7 8 9 I� 11 12 13 14 15 15 i7 18 19 20 2i 22 23 24 25 26 27 2.8 29 30 31 32 33 34 3S 36 37 38 39 4a 41 42 43 44 45 46 47 f. Cut and plug sewer lines to be abandoned. 5. Sanitary Sewer ]unction St�•ucture Removal a. Excavate and backiill in accardance with S�ction 33 OS l fl. b. Remove and salvage �xianhola frame akld cave�•. c. Deliver salvaged material to the Water Department Field Operatian Storage. d. Demolish and remove enti�•e concrete ma�hole. e. Cut and plug sewea� lines to be abandoned. D. Storm Sewer Lines and Appurtenances 1. Storm Sewer Abandonment Plug a. Excavate and backfill in accordance with Section 33 OS 70. b. Dewater line. c. Plug with �LSM in accardance with Section 03 34 13. 2. Storm Sewet• Line Abandanment by Cn•outing a. Exca�ate and bacicfill in accordance with 5ection 33 OS 10. b. Dewater tlie existing line to be gxauted. c. k'i111ine with Low Density Cellular Grout in accardance with .Section 33 05 2�4 or CLSM in acco.rdance with 03' 34 13. d. Dispose of any excess material. 3. 5torm Sewe�• Line Removal a. Exca�ate and backiill in accordance with Sectian 33 OS 10. b. Reinove existing pipe line and pi�opez•ly dispose as ap[�roved by City. 4. Storm Sewer Maahole Removal a. Ail storm sewec manholes that are to be talcen out of service are to be rernaved unless specifcally requested andlar approved by City, b. Excavate ar�d hack�ll in accordance with Section 33 OS 10. c. Demolish and remove entire conerete manhale. d. Cut and plug sto�•icn sewer lines ta be abandoned. 5. Storm S�we�' Junctian Box and/ar Junction Structure Removal a. Excavate and baekftll in accordance witla Section 33 OS ]0. b. Demolish and remove entire concrete st�•ucture. c. Cut and pIug stor7n sewer linas to be abandoned. b. Starm Sewer Inlet Removal a. Excavate and backfill in accordance with Sect�on 33 OS I0. b. Demolish and remove entire concrete inlei. c. Cut and plug storm sewer lines to be abandoned. 7. Storm Sewe�� Box Removal a. Excavate ar�.d backfiil in accordance with 5ection 33 05 i0. b. Cut existing line from the utility system prior t� removal. c. Cut any services prior io removal. d. Remave existing pipe line and properly dispose as approved b� City. 8. Headwa11/5ET Remo�al a. Exeavate and backfill in aceordanee with Section 33 OS Ip. b. Demolish and remove enti�•e cnncrete inIet. c. Cut and plug storm sewer iin�s to he abandoned. 9. 8torm .Sewer Trench Drain R�mo�al a. Excavate and baelcfil zn accordance witk� Section 33 05 10. b. Remou� existing pipe line and dis�ose as approved by City. CITX OF FORT WORTH STAhIDARI? GONSTRUCTIDN SPECIFICATION DOCUMENTS Revised Decemher 20, 20 Y2 UTII,lTY CUT REPAIR CONTRACT 2622 City Pfoject I+Io. UC-01 2022 024i i4- L6 [TTIL[TY REN1pVAL1AHANDO�fN1�NT Page 16 of 17 1 2 3 4 5 6 7 8 9 1D 11 3.5 RE�A�R./ RESTORATI�N [N�T USED] 3,6 RE-IN�TALLATION [NOT USED] 3.7 T'IELD [oR] �ITE QUALITX CONTROL 3.8 SYSTEM STARTT_TP [NOT U�SED] 3.9 ADJU�TING �NOT i1SED] 3.10 CLEANING [NOT USED] 3.11 CLOSEDi1T ACTIVITIES jNOT U�ED] 3.12 PROTECTION [NOT USED] 3.1.3 MA.INTENANCE [NOT USED] 3.14 ATTACHM�NTS [NOT USED] CITY OF FORT WORTH STANI)A.EZD COI�i8TRi1CT10N SPECIFICATION DQCUMENTS Revised December 2d, 2012 LTTILITY CUT RE['ATR CON'I'RACT 2022 City Project No, UC�O1 2a22 02 4l 14 - l7 UTILITY I�F.iuIdVAL/ABANDONM�NT Elvn o� sECTroN Pagc 17 of l7 Revision Log DATE NAME Si7MMARY Or CHANGE 1.2.C.3.c. — Include Frame and Co�er in Payment desc�•iption 12120/12 D. ,Tohnson Tlu•oughout — added abaadonnient of storm and sewer maiil�oles wken requested and/oz• app�•o�ed by City CTTY OF PORT WOitTFT UTI�.ITY CUT REPATR STANI�ARD CONSTRUCT[ON SPECIFiCA`1TbN DDCUMENTS COIVTRACS 2022 Revised Decem6er 20, 2d 12 City Project No. UC-O 1 2022 Q3 34 16 - 1 CONCRETE EASE MATE[�IAL FOR TR�NCH REPAIR Page I of 4 I 2 SECTiON 03 3416 CONCRETE BASE MATERIAL FOR TRENCH RE�'AIR 3 PART1- GENERAL 4 11 SUMMARY 5 6 7 8 9 IO I1 12 13 14 15 l6 17 18 19 20 21 22 23 24 A. Sectian includes: I. Cancrete base material for trench repair B. Deviations fi•om this City of Fort Wot�th 5tandard Specification t. STANDARD BA,SE REPAIR FOR UNiT I- Regardless of the e�sting pavement type, �ase repair �or Uniti I shall be either min. 8" concrete base material or min. 5" reinforced eanerete base as directed by engineer. Any deviation fram standard repair sltall be approved by the V�ater Departmen� 2. CONCRET� BA�E REPAIR FOR UNIT II& UN�T IIY- When concrete base is required for �repairs � 200 square feeE in area, the base repair si�all be either min. 8" concrete 6ase material or min 5" �-einforced concrete base as directe�l by the engineer. Any de�viatian from standard repair shall be approved by the Water Department. 3. PAYMENT {1.2-A-2.) - 8-inch Canerete Base Material and �-inch Reinforc�d Conerete Sase shall he paid for in Units I, II&� at �he bid price per square yard. C. Related Specificatian Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— Gener•al Requirements 3. Section 03 30 00 — Cast�in-Place Conct•ete 25 1.2 PRiCE AND PAYMENT PROCEDiTR�S 2.6 z7 28 29 aa 31 32 A. Measurement and Payment 1. Measurement a. This Item is considered subsidiary to the structure or Items being placed. 2. Payment a. T�e work performed and the materials fut•nished in accordance with this Item are subsidiary to the structure ar Items being placed and no oth�r comp�nsatian will b.e ailowed. 33 �.3 REFERENCES 34 35 36 37 38 39 A. Reference Standards 1. Reference siandards cited in this Speciiication refar to the curreni referet�ce standard published at the time of the late�t revision date logged at tk�e end of this Specificatian, unl�ss a data is specifically cited. CITY OF FORT WORTH 5T'AN17A1iD CON3TRUCTIODT SPECIFICATION DOCUMBIVTS Revised Decerr�her 20, 2U 12 l.fTILITY CUT REPAIR CONTRACT 2022 Ciry Project Na. UGO1 2Q22 033416-2 COIVCRETE HASE MATETtIAT., rOR TRENCE3 REPAIR Page 2 of4 1 2 3 4 5 G 7 8 9 IO I1 12 13 14 15 B. ASTM International (ASTM): 1. C31, .Standard Practice for Ma[<ing and Curing Concrete Test Specimens in the Field. 2. C33, Siandard Speci�cation fQa� Coiicret� Aggre�ates. 3. C39, Sta.ndard Test M�tl�.od for Compressive Steengih of �lind�•ical Concrete 5pecimens. 4. C143, Standard Test Method for Slump afHydz•aulic-Cement Cot�c�'eta. S, C172, Standard Practice for Sampling �'reshly Mi�ad Concc:ete. 6. C231, Standard Test Method for Air Content ofFreshly h�lixed Concrete by the Pressure Method. 7. C26Q, Stantlai-d Specification %r Au�-Ent��aining Adinixtur•es for Concrete. $, Cb 1$, Stan.dacd Speci�'ication for Coal Fly Ash and Raw �r Calcined Natural Pozzolan for Use in Cancrete. 9. C 1064, Standa�'d Tes.t Metlaod fox� Temperature of Freshly Mixed Hydraulic� Cement Conct•ete. 16 1.q ADMiNISTRATIVE REQUIREMENTS [NOT USED] 17 f.5 SUBMITTALS 18 A. Provide submittals in aeeordance with Section O1 33 00. 19 B. All submittals shall be appro�ed by the Ci#y prior to delivery and/or fabrica#ion for 2fl speci�ls. 21 I.6 ACTYON SUBMITTALS/INFORMATIONAL �i1BMITTAL� 22 A. Submit proposed mix design far Engin�er's re�iew a miniinum af 2 weeks pi•ior to start 23 of low density cancrete backfill wo�•lc, 2� 1.7 CLUSEOUT SLTBMITTALS [NOT USED] 25 1.8 MAINTENANCE MATERIAL SUBNIITTALS jNOT US�D] 2G 1.9 QUALITY ASSURANCE [NOT iTSED] 27 1.10 DEL�VERY, STORAG�, AND HANDLING [NOT USED] 28 29 1.11 FIELD CQND�T��NS [NOT US�D] L1� WARRANTY [NOT iTSED] 30 PART 2 - PRODCICTS 3.I 2.1 OWNER-�'�7RNTSHED QR, OWNER-SUPPLIED PRODUCTS [NOT USED] 32 33 34 35 36 37 38 2.2 PRODUCT TYPES AND MATERTA C.� A. Mix Design 1. Pe�formance requirements a. Concrete Base Material for Trench Repair lj 28-day campressi�e strength ofnot less than 750 psi ar►d not more than i,2oo p�z. CITY (JF FpRT WQRTH UT[LITY CUT REPAIR STANDARD CON5TRi1CTION SPECCFICATION DOCi3MENT5 CpNTRACT 2022 12euised Deccmber 20, 2012 City ProjectNo. UGO1 2022 03341b-3 CONCRETE BASE NiATERIAL POR T#tENCIi REPAIR Page 3 of 4 1 2 3 4 5 G 7 8 9 10 11 [2. 13 I4 15 16 2.3 B. Materials 1. Portland cerrtent a. Type II low allcali poi�tland cement as specified in Section 03 30 00. 2. Fly ash a. Class F fly ash in accordance with ASTM C618. 3. Water a. As specified in Section 03 3Q �0. 4. Admixture a. Air entraitting admixture in accordance wiih ASTM C260. S. Fine ag�regate a. Conc�'ete sand (daes not need to be in accardance with ASTM C33). b. No mare fhan 12 percent offne aggregate shall pass a No. 2�0 sieve, and no plastic fines shall be present. 6. Coarse aggragate a. Yea gravel no larger than 318 inch. ACCESSORIES [NOT USED] 17 2.A SOURCE QUALXTY CONTROL [NOT LTSED] 18 P�iRT 3 � EXECUT�ON 19 3.1 INSTALLERS 1NOT CTSEII� 20 3.2 EXAMINATI�N [NOT USED] 21 3.3 PREPARA.TION [NOT USED] 22 3.4 INSTALLATI�N 23 24 25 26 27 28 29 30 31 A. Place concrete base nnaterial by any method which preserves the quality of the nnatarial in terms of compressive strength and densiiy. 1. The basic requi�'eme�t for placement equip.ment a.nd placement metk�ods is the maintenance of its fluid propei�ties. 2. Transpo��t and place materiai so that it f�ows easily around, b�neath, or #1�•ough �valls, pipes, conduits, or other structures. 3. LIse a slump, consistency, workability, flow characteristics, and pumpability. {where f•equired) such that when placed, the material 'ts self compacting, self densifying, and has suff cient plas�icity that compaction oz' �nechanical vibration is not required. 32 3.S REPAIR jNOT USED] 33 3.G RE-XNSTALLATION [NOT iTSED] 34 3.7 F�ELD QIIALTl`Y CONTROL 35 A. General 3fi 1. Malce provisions far and futnish al! material fot' the test specimens, and provide 37 manual assistance to assist the Engizaeer in pz•eparing said specimens. 38 2. Be responsible for the care of and providing cw•ing conditiion for the test specimens. CITY OF PORT WORTH UTILITY C[lT REPAIR STANDAT2D CONSTI2UCTiON SPECiFICATION DOCUMENTS COIV'i'RACT 2022 Re�ised Decemher 20, 2012 City Project I�To. UC-O 1 2D22 03341b-4 CdNC3tETfl BASE MATERIAL FOR TREIVCH REPAIR Pade 4 of 4 1 2 3 4 5 G 7 S 9 10 I1 12 13 �� I5 l6 I7 18 19 20 B, Cancr�te T�sts: Perform te�ting of composite samples af fresh concrete obtained according to ASTM C 172 according to the fallowing requirements: 1, Testing Frequency: Obtain 1 compaszte sample for each day's poui• of each concrete mixtut•e up to 25 cubic yards, plus 1 set for �ach addatioi�al 50 cubic yards oj• fraction thet•eof. 2. Slump: ASTM C143; 1 test at point of placernent far each composite �arnple, buf not less than 1 test fai• each day's pour of each concrete mixture. Perform additional tests when concrete consistency appears to change. 3. Air Co��tent: ASTM C231, pressure method, far norEiial-weight conci•ete; 1 test for each campasite sample, but not less than 1 test for each day's pour of each concrete ini�ture. A. Concrete Temperature; ASTM C 1 Q64; 1 test hourly when ai �' tempe�-ature is 40 degrees Fah�•enheit and below and wi�en $p degrees Falarenhait and abave, and ] test for eaeh compnsite sample, 5. Compression Test Specimens: ASTM C3 ]. a. Cast and labnratory cuee 4 cylinders for each composite sample, 1) Do not transport �ield cast cylinders until they have cured for a minimum of 24 hou��s. 6. Compiessive-St��ength Tests: ASTM C39 a. Test 1 cylindel• at 7 days. 21 3.8 SYSTEl�I STARTUF [NOT USED] �z 23 3.9 ADJUSTING [I�TOT USED] 3.10 CL�ANING jNaT IISED] 24 3.11 CLOSEOUT ACTNITIES [NOT USED] 2S 2G 27 28 29 3.12 PROxECTZON [NOT USED] 313 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USEDJ END QF SECT�ON Revision Lo.g 30 DATE I NAME SUMMARY OF CH.ANGE CITY OI' FORT WORTH UTILITY CUT REPA[R STAND�+,R.d CQNSTItiICT[ON SPECIP'ICATIQN DOCiTMENTS CONTRACT 2p22 Ra�ised Decem6er 20, 2012 City Project No. UC-01 2422 03 84 00 - 1 MflDIFICATiONS TO EXIST1NCr CONCRETE E'age 1 of 7 1 2 SECTION 03 80 DO M�DIFICATIONS TO EXISTING CONCRETE STRUCTURES 3 PART1- GENERAL 4 1.1 SUMMARY 5 6 7 S 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 A. Section includes; 1. Modifications to existing concrete structures, including: a. Manholes b. Junction boxes c. Vaults d, Retaining walls e. Wi�g and head walls f. Culv�rts 2. This section does not include tzzodiftcatians ta Reinforced Concrete Pipe. B. Deviations fi•om this City of Fox� Woz�h Standard Specification 1. REPAIR. OF STORM D�2AiN STRUCTi1RES- This pay item shall apply to all starm drain strnctures such as inlets, manhales, headw�lls or other facilities �rrhich, in the opinion af the engineer require repair. The contractor s�all remove and replace the tops of egi�ting drainage structures and a portion af the walls of the structure as direeted by the engiuneetr. The v�rtical reinforcing stee� bars in the walls shall be cleaned of any cancrete or dirt and exposed a minimum of twelve inches (12"). New steel shall be vsed in tha reconstruction of the walls and tog. No payment shall be made for manhole frames, lids, steps aud other miscellaneo.us items of canstruction, as they shall be considered subsidia�'y to the unit price bid for Repair of Storm Drain Structures. U�aless directed otherwise by the engineer, th� existing manhole frann�es, lids and other miscellaneous items may be reased. Storm Drain Stracture Repair sb�all be per�'armed in confarmancc with speciiications "Cast in Place Mank�ole and Janction Boxes" (33 49 10), "Cur6 and Drap Iulets" (33 49 20), "Storm Drainage Hcadwalls and Wingwalls" (33 49 �40) and Details D-40S through D-413 and shall fnrther appiy to all storm drainage faeilities a� a similar design and construction. Payment �or Repair of Starm Drain Structures sha�l be made by the cubic yard of cancrete required ta reconstrucf the struciura as well as all steel, etc. in coafaxmance with the appropriate drawings. C. Related Specification Sections include, but are not necessa.rily li�nited to: 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division l— General Requiraments CITY OF PO�tT WORTH STANDART7 COiVSTRUCTION SPECIFICA7'fON ]]OClT1V(E1VTS Revised December 26, 2b12 UiTLITY CUT IZEPAIR CONTRACT 2022 City PrajectNo. UC-41 2Q22 a3 so 00 - z MODIPICATIONS TO EXISTING C�N.CRETE Pagc 2 of 7 ] I.Z PRICE AND PAYIVI�NT PROCEDURES 2 3 4 S b 7 8 A. Measurement and Payment 1. Measurement a. This Ite�n is considered subsidiaiy to the st�•uctuE•e or Itcros being placed. 2. �aym�nt a. The worlr periaz�med and the materials furnished in accordance with this Item are suhsidiary to the structu�•e oz' Ite�ms b�ing placed and no other campensation will be allowed. 9 1.3 REFERENCES 14 11 12 13 14 15 1G 17 l8 l9 20 �, I 22 23 2A 25 2b 27 28 1.4 A. Reference Standaeds 1. Refet�enee standaz�ds cited in this 5pecification refer to the current reference standard publis�ed at the time of the jatest re�ision date logged at the end of this Speci�cation, u�less a date is specifically cited. 2. ASTM Interna�ional (ASTM): a. A615, Defor�ned at�d �'lain Billet-Ste�l Bars fo�� Cnnc��ete R.einforcement. b. CSS1, Standard Specification fof• Epo�y-Resin-Base Banding �ystems for Conci•e#e. c. C882,. Standard Test Method for Bond Strength of Epoxy-Resin �ysteir►s Used with Concrete by �Iant 8heet•. d. DS70, S�andard Test Method foi• Water Absorptioii af Plastics. e. D638, Standat-d Test Metl�od foi� Tensile Properties oi Flastics. f. D695, Standard Test Methad fqr Compt•essive Propert3es of Rigid Plastics. g. D732, Standard Test Method for S11ear Strength ofPlastics by Punch Taal. h. D790, Standard 'I'est Methods for Flexura[ 1'ropet-ties of Unreinforced and Reinfor•ced Plastics and Electeical Ir�sulating Materials. B. Where refe3•ence is made tfl I ofthe abo�e stancfards, the revisian in effect at the time of bid opening appli�s. ADMINISTRATNE REQUIREl!'�ENT� [NOT USED] 29 1.5 SUBMITTALS 30 A. Provide submittals in accordance with 5ection O1 33 Qp. 31 B. All submittals shall he approved by the City prior to delivery ancflor fabrication for 32 specials. 33 1.6 ACTION SUBMITTALS/INRORMATIONAL SIIBIVIITTALS 34 A. Product Data 3.5 I. Submit manufacturer's Product Data on all product brands proposed for use to the 36 Engineer for re�view. 37 2. Include tt�e rnanufachu•er's insta[iation andlor applicakion insT�•uctions. CITY OF FOI2T WORTH l7':I'II.I7'Y CLTT REPAIR STANDARD CQNS"I`RUCTION SPECIFICATION DOCi.IMENT5 CdNTRACT 2022 Rev�sed I3eceinbar 20, 2012 City Praject No. UG012022 a3saoo-3 MOAIFICATIO�lS TO E�ISTING CONCI2ETE Fage 3 of 7 1 1.� CLQSEOUT SUSMITTALS [NOT USED] 2 1.8 MAINTENANCE MATERIAL SIIBNIITTALS [NOT US�D] 3 1.9 QUALITY ASSURANC� 4 A. 1lVhen t•emoving materials or po�tions of existing structures and when rrt�cing openings 5 in existing siructures, take pt'ecautions and all erect alI necessaiy ba�i•iers, shoring and b bracing, and ather p��otactive devices to pre�ent damage to the s#ructures beyond the 7 Iin�its �tiecessa�y for the new work, protect perso�nel, C411tY0I �U5C, a�d to pre�ent & damage to the st�uctutes or contents by falli.ng or flying debris. 9 B. Core sanitaty sewer manhole penetrations. LO 1.10 DELXVERY, STORAGE, AND HANDLING 11 12 13 14 15 A. Deliver the specif'ted products in original, unopened contair�ers wiih the znanufacturer's name, labels, product identification, and batch numbers. B. Sioa'e and conditian the specified product as recommended by the manufacturet'. 1.11� �IELD CONDITIONS [NOT IISED] 1.12 WAitRAN�TY [NOT USED] 15 PART 2 - PRODUCTS 17 2.1 OWNER-FURNZSHED OR OWNER-SUPPLIED PRODUCTS [N�T USED] 1 S 2.2 PRODUCT TYPES AND MATERIALS I9 A. Mat�u�acturers 2� 1. In othez• Part 2 a�tieles where titles below introduce Lists, the foIlowing requirements 21 apply to product selection; 22 a. AvaiIable Products 23 I) Subject to compliance with requirements, products that may be 24 incorporated into the Work includ�, but �re not limitec3 to, products 25 specified. 26 b. Available Manufactiu'ers 27 1) Subject to compliance with requirements, marzufacttu•ers ofFering praducts 28 that may be incorpoz�ated into the Woil� include, but are nat limited to, 29 manufacturers speci�ed. 30 B. Materials 31 1. General 32 a. Camply with this Section and any state or local regulations. 33 C. Steel Reinforcement 34 1. Reinforcing Sars 35 a. ASTM A6,15, Grade 60, deformed. 36 D, Epoxy Bonding Agent �ITY pF FQRT WORTH UTiLIT`Y CUT REPAIIi STANDARD CONSTRUCTION SPECIFICAT[QIV DDCUM�NTS CaNTRACT 2022 ReYised 17ecem6er 20, 2012 Cily Project No. UC-Oi 2022 �3 80 00 - 4 MpD[FICATIONS TO EXISTING CONCRETE Page 4 of 7 1 1. A 2-coinponent, solvent-fiee, asbestas-free, moistuee-insensitive epoxy t•esin 2 matex•ial used to bond plastic canerete to hardened canct•ete complying witl� the 3 requirements of ASTM C881, Type V, and the additional requit•errtents specified 4 herein. 5 2. Properties of the cured material 6 a. Compressive Str•ength (ASTM D695) 7 I) �,500 psi minimutn at 28 days 8 b. T�nsile Strength (ASTM D63$) 9 1) 4,OD0 psi rninimum at I4 days 1D c. �'lexu�al Str�ngth {ASTM D790 - Modulus of Rupture) 11 1) b,300 psi mininr�uzzz at 14 days 12 d. 5hear Stre�gth (ASTM D732) 13 1) 5,000 psi minimmn at 14 days 14 e. Water Absorption (ASTM D570 - 2 hour boil) 15 1) 1 percent ma.ximuin at 1A days I6 f Bond Strength (ASTIVI C882} Hardened to P�astic i7 I) 1,500 psi minimum at 14 days moist cure I8 g. Color 19 1) Gr�,y 20 h. Available Manufactut�ers: 21 1) Sika Corporation, Lyndhurst, New .�ersey - Siltadu�- 32, Hi-Mod 22 2) BASF, C1e�eland, Ohio - Concresi�e 1438 23 E, Epoxy Paste 24 1. A 2-cornpone�at, solvent-ii�ee, asbestos free, moisture insensitive epoxy resin 25 material used ta band dissita�ilar nlaterials to concrete sueh as setting raiTing posts, 2G dowels, anchor balts, and all-threads into hardened concrete and complying with 27 the requirements ofASTM CS$1, T�pe T, G��ade 3, and the additional requirements 28 specified herein. 29 34 31 32 33 34 3S 36 37 38 39 40 41 42 43 44 45 !f4 2. �roperties of the cured material a. Co�npressive Propei�ties (ASTM D695}: 10,000 psi minimum at 28 days b. Te��,sile Strength (ASTM Db38}: 3,000 psi minimum at 14 days. Elongation at Break - Q.3 percent minimum c. Flexural �trength (ASTM D790 - Modul��s ofRuptui•e}; 3,700 psi niinimum at 14 days d. Shear St�•ength (ASTM D732): 2,800 psi rninimum at 14 days e. Wa1:er A6sorpt[on (ASTM D570): 1.0 percent maximum at 7 days f. Bond Strength {ASTM C882): 2,DOfl psi at 14 days moist cure g. Color: Cancrete grey h. Availabl� Manufactu�ers 1) Ov�rhead Applicatipns a) Sika Corporatian., Lyndhurst, New Jersey - Sikadur 32, Hi-Ivlod LV b) BASF - Cancresive 143$ 2) All Ott�er Applications a) Silca Corpo;•atian, Lyndhursi, New 7ersey - Sikadur Hi-mad �V 31 b) SASP - Cancresive 1�}O1 F. Repair Mortars CTTY OP' FbRT WORTH UTII.ITY CUT REPAIR 5TANDARD CONSTR[JCTION SPECIFICATION 170Ci1MLt`TT5 COIV.TI2A.CT 2d22 Revised Decemher 20, 2012 City Project No. UC-012022 038dUD-5 MODII'ICAT[Ot�C5 TO EXISTING CONCRET� Page 5 of 7 1 2 3 4 5 6 7 Pzavide an asbestas free, moistu►'e insensi�ive, polymer-modified, Portland cement- based cementitious trowel grade rr�ortar for repairs on horizontal or ve��ical surfaces. a. Availahle Manufacturers 1) Sika Corporatian, Lyndhurst Ne�v Jersey - SikaTop 122 2) BASF — Emaco Nanocrete R3 G. Pipe Penetration Sealants S 1. 1 eomponent polyLuethane, ext��udable sw�lliztg bentonite-free waterstop tha# is 9 chemically resistant, not saluble tn vvater and capabie of withstanding we�/diy 10 cyclit�g. I 1 a. Available Manufacturers 1�. 1) Sika Carparatian, LyndhurstNew 3ersey —�ikaSweli S-2 13 2) Approved equal 14 2.3 ACCESSORIES [NOT USED] is 2.4 SOURCE QUALITY CONTROL jNOT US�D] 16 PART 3 - EXECi1TION 17 3.1 INSTALLERS [NOT USED� 18 3.2 EXAMINATION [NOT IISED] 19 3.3 PREPARATION 20 21 22 23 24 25 2G 2'7 28 29 30 31 32 33 34 35 36 37 38 39 40 A. General I 2 3 Cut, repair, reuse, den�olish, excavate or othel�vise modify parts of the exisiing structur�s oe appui�enances, as indicated on the Drawings, specif'ied he�•ein, or nec�ssary to p�rrait eompletion of the Woric. Finishes, joints, reinforcements, sealants, etc., a�•e specified in respec#ive Seciions. Comply with other requiremants of this af Section and as shown on ihe Drawings. Store, mix, and apply all commercial products specified in this Section in strict campliance w.ith ti�e manufact�u�er's recom�nendations. Make i•epairs in all cases where conc��ete is repaired in the vicinity af an expansion joint or confiral joint #o preserve the isalation 6etwe�n compnnents on either side of the j oint. �. Wh�n drillir�g holes for dowelslbolts at new or existing concrete, stap drilling if reba�• is encountered and relocate the hale ta a�oid reba�• as approved by the Engineer. Tlo n�t cut rebar without prior approval by the Engineez'. B. Concrete Removal 1. Remove eoncrete designated to be removed to specific limits as shown on the Drawings or directed by the �ngineer, by chipping, jack-hammering, or saw-cutiing as appropriaYe in areas where concrete is to be taken oUt. Do not jacichammer sanitary sewer manhole penetrations. Remove concrete in such a rnanner that surrounding conerete ar ea�isting reinfarcing to be left in place and existing in place equipmant is nof damaged. CTT'Y OF FORT WORTH STANDARD CONSTRUCTjOi�T SPECIPICATION T70CUME1�FT5 Revised l�ecember 2�, 2012 UT[LI3'Y CL[T REPAIR CONTRACT 2022 City Pro}ect No. t}C-01 2022 Q3 80 00 - 6 M�DIPICATIONS T� EXISTING CONCRETE Page S oi7 l 2. Where existing reinforeing is exposed due to saw cutting/core drilling and no z�ew 2 material is to be placed on the sawcut surface, appIy a coating or surfaae treattnent 3 ofepoxy pasi� to the entire cut surface to a thickness of 114 inch. 4 3. Ii1 all cases vahez•e the joint between ne�v concrei:e or grout and exist[ng concrefe 5 will be expased in the finished wo��lc, axcept as oiherwise shawn ar specified, 6 p��ovide a 1-inc� deep saw cut an eacka expos�d surface of the existing concrete at 7 the edge of concrete removal. 8 4. Repair concrete specified to be left in place that is darnaged using appro�ved means 4 io the satisfaction of the �ngineer. 1Q S. The Engineer may from tiine to time diree# additional repairs to existing concrete. I1 Make these zepairs as sp�ciiied or by such other methods as may be appropriate. I2 C. Connection Surface Prepa�'ation I3 1. Pt•epare connection surfaces as spacified below for cancrete areas i�ec�uiring 14 patching, repairs Qr modifications as shown on the Drawings, speci�ed l�ea��in, or as 15 directed by the Engineer. 16 2. Remove all deteriorated materials, dirt, oil, �rease, and alI other bond inhibiting 17 matet-ials from the surface by dry mechanical means, i.e., sandbiastin�, grin�ling, 18 ete,, as approved by the Engineer. Be suj•e the areas are not ]ess than 1/2-inch in 19 depth. It•regular voids o�- sut•faee stanes need not be i�emoved if they are sound, free 20 af laitance., and firmly embedded ir►tn paz'ent conet�ete, su6ject to the Engineer's 21 final inspection, 22 3, If reinforcing stee] is exposed, it must be cleaned by wiee b�ush oz' othe�• sita�ilaa� 23 means to remove all contaminants, rust, etc., as appx•oeed by the Enginees•. If 1/2 of 24 the diameter af the reinfo�•cing steel is exposed, chip out behind tkze steel. Chip a 25 minimum of 1 inch behind the steel. Do not Damage reinforcing to be saved during 26 t�e demolitian op�t'ation. 27 4. Clean reinfarcing from existing demolish�d cancrete that is shown Lo be 28 incorporated in new concrete 6y wire bt•ush qr other similar zneans ta reinove all 29 loose material and products of corrosion before praceeding with the repair. Cut, 30 bend, or lap to new reinfoi•cing as shown on the Dra�uings and pravided with 1-inch 31 minimum co�er all around. 32 5. The fo�Iowing are speciiic concrete surface preparation "methods" to be used w�aere 33 ca.11ed fot• on the Dt�awings, specified herein, or as directed by the Engineer. 34 a. Methad A 35 I) After the existing eane�•ate surface at conn�ction has been roughened and 36 cleaned, thoroughly moisten the existing surFace with wate��. 37 2} Brush on a 1/16-inch layer af cement and water mixed ta the cpnsistency of 38 a heavy paste. 39 3} Imm�diaiely after application of cement paste, place new eone�•ete or grout 40 mixtut•e as d�tailed on the Drawings. 41 b. Meth�d S 42 43 44 45 4b 47 48 1} After the existing cane�'ete �urface ha� b�en rou�hened and clean�d, apply epoxy bandzng agent at connec#ion sLu'face. 2} Camply strictly with the manufact�rer's recommendations for the field preparat�on and application of the epoxy bonding agent. 3) Place new cflncrete or graut ml�ture ta limits shown on the Drawings wi�hin time constraints recommended by the manufacturet• to ensure }�ond. e. Ivlethod C CITY OF FORT WOR7'H IITIT.I'I`Y CUT REPAIR STANDARB CQNSTRUCTION SPECIFICATTON DOCiT[vILNTS CONTRACT 2022 Revised December 2Q, 20I2 City Froject No. UGD1 2022 03.8QpD-7 ivIQD1FICATIONS TO EXISTIIYG GONCRETB Page 7 af 7 � � � 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 i� IS 19 20 21 22 23 24 1) Drill a hole I/4 inch larger than the cfiameter of the dowel. 2) Blow the hoie cjeae of loase particles and dust just pz'iar ta installing epo�ry. First fill the drilled ho�e with e�oxy paste, then butter Yhe dowels/balts with paste tlxen insert 6y tapping. 3) Unless otherwise shown on the Drawings, d�•ill and set deforttied bars ta a depth af 10 bar diameters and smooth bars to a depth of 1 S bat� diameters. 4) If nnt noted on the Dr.a�vings, the Engineer will pt�ovide details regarding th� size and spacing of dowels. d. Method D 1) Cornbinatian of Method B and C, 3.� 1NSTALLATION [NOT USED] 3.5 REPAIR [NOT USED] 3.6 RE-INSTALLATION rN4T �C1SED] 3.7 FIELD QUAL�TY CONTROL [NOT USED] 3.8 SYSTEM STARTUP �NOT USED] 3.9 ADJUSTING [NOT i1SEDj 3.10 CLEANIN� �NOT iFSED] 3.11 CLOSEOTJT ACTNITXE� [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [N�T -CTSED] 3.1A ATTACHMENTS [NOT YiSED� END OF SECTION Rev�sion Log DAT� NA3� SUMMARY OF CHANGE CITY OF FORT WOATH STAN�ART] CONSTRLJCTION SPECIFICATIOlv DOCUMENTS Revised De�em6er 20, 2012 UTILITY CUT R�PAIR cor��-R.ac�r ao2a City Projeat No. UGp 1 2022 321129-1 LIME TR�AT'�J3 HASE COLIRBES Page 1 uf 10 �a SECTION 321129 LIME TREATED BASE COURSES 3 PART1- G�NERAL !�ilf �YIJi� lii /.•� :7'/ 5 G 7 8 9 lfl II 12 13 14 15 1G 17 18 19 20 21 22 A. Section Includes: 1, Tt•eating subgrade, subbase and base couz�ses by the pulvex•ization, addition of lime, mixing and cornpactir�g the mix mat�rial to tl�e required density. 2. Item applies to the natural ground, embaiilcment, e�isting pavement; base or subbase courses plaeed and shall coniorm to the typical sectian, lines and grades s�ovvn on the Drawings. B. Deviations fi•om this City of Fort Woirth Standaa'd Specification I. LIME STABILiZED Si]BGRADE- Upon the directian of the engineer, �e coata-aetor shall provide a lime stabilized Subgrade or base in confoe�mance witi� speci�ications "Lime Treated Base Courses" (3� 1129). Unless otherwise directed by tE�e engineer, lime shall bc applied at the minimunn rate of four pou�tds (4#) per square yard per inch of depth. Payment sharl be xnade by' the square yat•d at tLe unit priee bid for the qnantiiy measured in plaee and shall include all labor, equipment, material and inc�dentals neeessary to satisfactorily compfete the project. No payment shall be made �ar fhe hydr.ated lime as i# shall be cansidered subsidiary to the bid price for Eime stabilization. 23 C. Ralated Specification Sections include, hut aee not necessaeiiy �imited to: 24 1. Division 0- Sidding Requu•ements, Contract Farms, and Conditions of the Cont3-act 2S 2. Division 1- Genet•al Requirements 25 3. Section 31 23 23 - Bot�row 27 4. Section 32 11 23 - Flexible Base Courses 28 1.2 PRICE AND PAYN�NT PROCEDUR�S 29 30 3i 32 33 34 35 36 37 38 39 40 41 42 A. Measurement and Payment 1. Hydrated Lime a. Measurement i) Measurement for this Item shall be by the ton (dry weight) of Hydrated Lime used to prepare slurry at the job sit�. b. Paymeni 1} The wark performed and mateeials iut`nish.ed itt accordance with this Item and measured as provided undaz' "Measurement" will be paid for at the unit price 6id per ton af Hydrated Lime. c. The price bid shall include: 1) Furnishiag th.� nnaterial 2) All freight involved 3) All unloading, stoAing, and handling 2. Cornmez•cial Lime Slu�ry CITY OF FO12T WORTH STr1NDARi7 CONSTRUCTION SFECLFICIITION DOCUMEIVTS Revised S3ecember 24, 2012 U'I7LITY CUT R�PAIR CONTCZAC`P 202� City Pro�ect No. UC-Q I 2022 3z�iz9-z LIME TREATET] BASE COURSEB Page 2 of 10 1 2 3 4 5 G 7 8 9 la 11 12 13 14 IS 1G 17 18 19 2� 21 22 23 24 25 2G 27 28 29 �o 31 32 33 34 35 36 37 3$ 39 40 41 i �4. a. Measurement 1) Measureinent far this Item shall be by the ton (d��y weight) as calculated from the miniinum percent dry solids content of the slurt'y multipli�d by the weight of the slurly in tans delivered. b. Payment 1) TE�e worlc pe��%rmed and inaterials furnished in acco�•dance witli this Item and measuz'ed as pro�ided under "Measurerr�ent" will be paid fai• at the unit price bid per tnn of Coanm�i-cial Lime Slui��y, c. The price hid shall include; 1) Fui�nishirag the materiai 2) A11 fi•eight involved 3) All unloading, storing, and handling Quicklime a. Measurement 1) Measuz-em�nt for this Item shall be by the tan (dry wei.ght) of Quicklime. Measuretne�t fo�� Quic.�C1i�� iz� sluc•t•y form shall be measur�:d by the ton (dry weight) af the Quicklime usad ta pz•epare the sluriy. b. Payment I) The work pe�•fflrmed at�d inaterials furnished in accorda�ce with this Ite�11 and nieasured as pravided undez' "Measurement" will be paid for at the unit pt�ice bid per ton of Quicklime. c. The pt�ice bid shall include: i ) F'uxnishing the material 2) AIl freight invplved 3) All unloading, stoz•ing, a�d k�andling Lime 'i'reatment a. Measurement I} Measurement for this Iteir� shall be by the square yard of surface area as es�abiished by the widths shown on the Drawings and the Iengths measured at placeznent. b. 1'ayment I} Th� worL� perfprmed and materials furnished in accordance with this Itern and measured as pravided under "Measuz'e�rrzent" will be paid for at th� unit price bid per square yard af Lime Treatment applied far: a) Various depths c, The price bid shall include: 1) Preparing the roadbed 2} Loosening, pulverizing application of lime, watei• content in the slurr�+ mixtu�re and the mixing vwater 3} Mixing, shaping, spririkling, compacti❑g, fnishing, curing and maintaining 4} Performing ail manipulatians requir�d 42 1.3 REFERENCES 43 44 4S 4G 47 48 A. Definitions 1. Hydrated Lime: dry powdered material consisting of calcium hydroxide. 2. Commercial Lime Slurry: liquid mixture ofhydrated lime salids and water dalivered to a project in sluizy fofm. 3. Quicklime: d�-y material consisting of calcium o�ide furnished in either of iwo grades: CITY OF FORT V470RTH UTILITY CLTT REPAIR STANIIARD CONSTRUCTION SPECIPICATION DOCUMENT$ CQNTR�tCT 2.022 Revised December 20, 2012 City Project No. UC-012022 323129-3 LIME TREAT�A SASE COURSES Fage 3 of l Q 1 2 3 4 5 6 7 8 9 lD 11 l2 l3 14 IS lb 17 18 19 1.4 a. Gr�de DS — grade of "pebble" quicklime sui#able foi• use in the preparatian of slurry foi• wet placing. b. Grad.e S—�nely graded quiciciime for use only in the pz'eparat[an of sluriy for wet placing. B. Reference Sta�dards 1. Reference standa��ds cited in this specificatian refer ta the current reference stand�at�d published a# the time of the latest revisian date logged at the end af this specifi�ation, unless a date is specifically Gited. 2. ASTM International (ASTM): a. D698, Standard Test Methods %r Laboratory Compaction Characteristics of Soil Using Standard Effort {12 400 ft-lbflft3 (6{l0 kN-m/m3)) b. D6938, S�andard Test Method far In-Place Density and Water Content of Soil and Sail-Aggregate by Nuclear Methods (Shallo�?v Depth) 3. Texas Department af Tz'ansportation (T�L70T): a. Tex-1�1-�, Preparing Soil and.Fle�ble Base Materials for Testzng b. Tex-]40-E, Measuring Thickness ofPavement Layer c. Tex-64Q-J, Sampling and Tesiing of Hydrated Lime, Quicklime aza_d Connrnercial Lime Slui•iy ADMINISTRATIVE REQUXREM�N'�'S [NOT iTSED] 20 1.5 ACTION �UBMITTALS [NOT USED] 21 1.6 ACTION SUBM['�'T.AL�I�N�'ORMATIONAL SUBM�TTALS [NOT USED] 22 1.7 CLOSEOUT SUBMXTTALS [NOT USED] 23 1.8 MAINTENANCE MATERiAI. SUBNIITTLAS [NOT USED] 2�4 1.9 QUALXTY ASSURANCE [NOT USED] 25 1.1D DELNERY AND STORAGE 2b A. Trucl� Delivered Lime 27 1. Each truc� ticket shall bear the weight of lime measuz'ed on cerCified scales, 28 2, Subzn�t delivety tickets, certified by supplie�, that include w�ig�t witki each bulk 29 delivery of lime to the site. 30 1.11 S�TE CONDTI'IONS 31 A. Start lime application only when the air temperature is at least 35�F atad risi►ag or is at 32 least 40°F. Measure temperature in the shade and away from artificial �.eat. 33 B. 5uspend application when the City determines that weather condiYi:ons are unsuitable. 34 1..12 WARRANTY [NOT USED� 35 PART � - PRODUCTS 3G 2.1 OWiVER-�+'CJRIVISHED PRODUCTS [NOT i1SED] 37 2.2 MATERI�LS 38 A. General CITY OF FORT WOItTH 3TANDARD C�I+ISTTtiICTIO�f SPECIFTCATION DOCUMEIVTS Reviscd ]]ecember 2p, 2D 12 UTILITT' CUT REPAIR CONTIiACT 2022 City ProjectNn. UC-Ol 2022 1 32 11 29 - 4 I,IMG TREA.'TL'll RA,S� CDURSES Page 4 of 10 1 2 3 4 5 G 7 S 9 10 11 12 ]3 14 15 lb 17 18 19 2a 2I 22 23 24 �S 26 1. Furnish uncontaminated materia[s of unifo��m quality that meet the requit•ements of the Drawings and specifica#ions. 2. No�ify the City of the propased material sources and of changes t� material sources. 3. Obtain verification fi•om the City that the specifcation requirements a�•e met before Ltsing tha sources. 4. The City inay sample and test pa'oject znaterials at aa7y ti�ne before compaction. B, Lime 1. Hydrated Lime a. puinpable suspension of solids in water b. solids porlion of the mixture when considered as a basis of "solids content," shall consist of principally hydrated f�me of a quality and fineness sufficient ta meei the chemical and physical requirements. 2. Diy Lime; Da not use unless approved by City. 3. Quicklime a. Use quicklime oniy when spec��ed by th� City. b. d��y material consisting of essentially calci�m axide. c. Furnished in either of two grades: 1) Grade DS 2) Grade S 4. Fux�ish lim� that meets the following requirements a. Chemical Raq�tirements Tota] "active" ]itne cantant, percent by weight URl�ydrated lime cantent, peR�ceA�t by weight Ca0 "Free VJater" eontent, perceA�t by weieht water Tak�le 2 Lime Chemical Re uirements Hydrated Com�nercial Lime Limc Slarr 90.0 Min 87.fl Min 5A Max Max b. Physical Raquiz-ements '�'able 3 Quicklirne 87.0 Min Lime Ph sical Re uirements Hydrated Cammercial Lime puiciclime Lixne Slurx Wet Sieve Requireiuent, As �crcentagc by Weight Residue: Retained on No. 6 siave 0.2 Max fl.2 IvIax &.0 Max' Retained on No. 3D siave �.0 Max 4.� IvFax Dty Sieve Requirement, As percentage by Weight Residne; Retained on a 1-in sie�e 0.0 CITY OF FORT WORTH 5TA3�IDARI7 CONSTRUCTION SP�CIF[C.�ITIOIV DOC[JMEN'I'S Revised December 20, 2012 U7'TLTTY CUT R�PAIR CQN.TItr�C'I' 2Q22 City Praject No. UGO1 2Q22 321129-5 LIME TREATED BASE COURSES Page S af 10 Retained on a 3/4—in sieve 10.d Max Retained on a No. 100 Grade Ds � SO Mi❑ sleve Gt�ade S� na limits Retained on a No. 6 sieve 0.2 Max D.2 Max 8.0 Max' ! The a�nount total "acti�e" lime cpntenf, as CaO, in the material retained on the No. 6 sieve must noY exeeed 2.Q% 6 wei ht ofthe ori inal uieklime. � 1 2 3 4 S 6 7 8 4 c. S�urry Grad�s Table 4 Linae Slur Gt•ades Minimum Dry Salids Conteqts b Pcrcenta e of the Siur Grade L 31 �Srade 2 35 Grade 3 46 C. Flexible Base Courses: Furnish base material that rr►eets the t�equirements af Section 32 11 23, fae the type and grade shown on the Drawings, before the addition of lime. D. Water: Furnish water free of industrial wastes and othcr objectiotaable �aterial. E, Barrow: 5ee Section 31 23 23. 10 2.3 ACCESSORIES [NOT iTSED] ll 2.4 SOURCE QiJALTi'Y CONTROL [NOT i7SED] 12 13 I4 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 PART 3 - EXECT7TI01V 3.1 INSTALLERS [NOT USEDj 3.2 EXANIINATI�N [NOT USED] 3.3 PREPARATION A, 5hape the subgrade or existing base to confarm to the typical sectians skaawn an the Drawings or as directed. 3.4 INSTALLATION A. General 1, Produce a completed course of treated material containing: a. unifarm lime m�tuxe, iree fram Ioose or segregateci areas. b. uniform density and moisture cor�ten�. c. well bound foz fiall depth. d. with smooih stiuface and suitable far placing subsequent courses. 2. Maximum layer d�pth of lime treatment in sing�e layer: S inches, 3. For treated subgt�ade exceeding 8 inches deep, pulverize, apply lime, mix, compact and finish in equal layers not exceeding 5 inches deep. B. Equipment 1. General: P►'avide tnachinery, tools, and equipment necessary for proper execution of'the wark. 2. Ralle�s CTTY OF FORT WbRTH STANDARD COIYSTRUCT1pN SPECIFICATION DOCUMENTS Revised TJecemher 20, 2012 UTjr�i� cum �p.vx CONTRACT 2022 City Project ]�o. UC-41 2U22 i 321124-6 LIME TREATEi� EASE COIIRSES Page 6 of }0 1 2 3 4 5 G 7 8 9 10 11 12 13 14 15 1G 17 18 19 20 2l 22 23 24 25 2G 27 28 29 30 31 32 33 34 35 36 37 38 39 40 4] 42 43 44 45 4G 3 4. 5. a. The Contractor rriay use any type of ro1[er to meet the prodtzction rates and quality x�quirennents of the Contract unless otherwise shown on the Drawings oa' dit'ected. b. When specific typ�s a�F equipmant are r�quired, use equipment that mee�s the speci��;d requirements. c. Alternate Equipm�nt 1) lnstead of the speci�ed equipment, the Coiltractoi may, as appj�oved, operate other compaction equipment that produces equiva[ent results. 2) Disconiinue the use of the a�ternate equiptnent and furnish the specified equiprnent ii the desired results are not achieved. d. City may requiz•e Cnntt'actnz� to substitute equipinent ifpzoduction rate and c�uality requirements af the Contract are not tnet. Storage Facility a. Store qtucklime and dry hydrated liine in closed, weatherproa.�contai�ie�'s. S[urry Equiptnent a. Use sluriy tanks eqt�ipped vuith agita#ion devices to slurry hydra#ed Iime or qui�klime an the project or other approved ]ocation. b. The City may approve other slurrying rnethods. c. P�'o�id� a piunp faz- agitating the slarry when the dist��ibutor truck is not equipped vvitla ara agitator. Pulverization Equipment a. Provide pulverization equipment that; ]) Cuts and pulve�izes material uniform[y to the prapef• depth with cutters that plane to a unifot•m surface over the entire width of the cut 2) Pro�ides a visible indication ofthe depth of cut at all times, and uniformly mixes the materials C. 1'ulverization 1. Pulverize or scarify e�cisting material after shaping so that 100 p�rcez�t passes a 2 112 inch sieve. 2. If the matertal cannot be uniformly processed to the required depth in a single pass, excavate and windrow the material to expose a secondary grade to achieve processin� to depth as shown in the Drawings. D. Application of Liine l. Unifo:rmly appIy lime as shawn on the Drawings or as directed. 2. Add lime at the percentage specified in Drawings. 3. Apply Iime anIy an an area where mi�ing can be completed during the same warking day. 4. Minimize dust and scattering of lime by wind. Da nat apply lime when wind conditions, in the opinion afthe City, cause blativing lime to beeome danget•ous to traffic or objectionable to adjacent property owners. 5. Sluriy Placement a. Hydrated Lime I) IvLix Lirne wi#h vvater and ap.ply slur�y 2) Apply Type B, cammercial liine slur:ry, with a lime percentage noi less applicable far grade used 3) Distribute lime at the rate shawn an the Drawings CITY OF FdRT WpRTH STANI]AR.D CONSTRUCTION 5PECIFICATION DdCCTMEIVTS Revised Deeember 20, 2012 UTILITY CUT REPAiR COATTRACT 2022 City Proj ect I�a. UG-� I 2Q22 32ll 29-7 LIME TRE,ATGI� I3A5E COURSES Page 7 of 10 1 2 3 � 5 6 7 8 9 l� II I2 t3 14 15 1& 17 I8 I9 20 21 22 23 24 25 26 27 28 29 34 31 32 33 34 35 3b 37 38 39 4d 41 �) Make successive passes over a.measured surface c�f roadwaq uiltil the praper moistuce and Iime content have been acl�ieved. b. Quicklime 1) Spread ihe residue for the Quicklime sIut��ying pracedure unif4rmly over the length of the z•oadway. 2} Residue is primarily inert material with little stabilizing value; however, may contain a small amount of Quicklime pacticles that slalce slowly. A coracent�'ation of these particl�s �eould cause the compacted stabilized znaterial to swe11 during slaking. E. Mixing 5. 6. 7. 8. 9. 10 11 1. Begin tni�ing withi� 6 hou�'s of application of lime. 2. Hydi•ated li3ne exposed to the open air for 6 hours or rnore between application and mixing, or that experiences excessive loss due to washing or b�owing, will not be accepted for payment. 3. Thoroughly mix the material and lirne using apprnved equipment. 4. Mix until a homogenec�us, fi•iable mixture of material and lime is a�taineci, fre�: from all clods and lurnps. Do not mix greater than 1 inch deeper than the sta6ilization depth specified. Materials containing plastic clay or other materials that are not readily txiixed wi� 3ime shall be mixed as thoroughly as possible at the time of lime application, brought to ihe proper moistuze content and sealed with a pneumatic roller. Al1ow the mixture to cure for 72 how•s or as directed by City. When pel�ble grade quicklime is used, allow the mixture to cure for 2 to 4 days. Sprinkle the ireated materials during tlie mi�ing anci curing aperatic�n to achieve adeyuate hydratian and proper moisture content. After curing, resume mixing until a homogeneous, fiiable mixture is obtained, After mixing, City will sample the �i�ture at roadway moisture and test in accordance with `I'�x-101-E, Pai� III, ta deterrnine compliance with the gradation reqUirements in Table 5. Table 5 Gradatian Re uirements inimu�n % Passin� Sieve Size Base 1-3/4 in. 100 3/4 in. 85 Na. 4 60 F. Compac�ion l. General a. Begin compaction immediately after final zri.ixing. b. Aerate and sprinlcle as necessary to provide aptimum moisture content. a Multiple lifts are perrr►itted when shawn on the Drawings or �ppra�ed. d. Bring each layer to the moisture contant directed. Z. Rolling a. B�gin roliin.g langitudinaliy at the sides and proceed toward the center, overlapping on successive irips by at Ieast one-half the �idth of the roller unit. CITY OF FORT WORTH STANDARI7 CONSTRUCTION SPECI!'ICATIO� f70CUMENTS Revised December 20, 2012 UTILITY Ci7T R�PAIR CON7'fZACT 2022 City Prajcct No. LIC-Q 1 2022 321129-$ LLME `I'1�EATEl7 SA3E COUR5E5 Page 8 af 1p I 2 3 4 S 6 7 8 9 10 I1 iz I3 I4 IS 1G 17 18 19 20 21 22 23 2� 25 2G 27 28 29 �a 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 b. On superelevated curv�s, begin rolling at the law side and progress toward the l�igh �ide. c. Offset alternate trips of the ro.11er, d. Operate rollers at a speed between 2 and 6 MPH or as directed, e. Rework, recompact, and refinish material that fails ta meet or that loses a�equired moisture, density, stabil�ty, at� finish before the next course is placed or the proj�ct is accepted. 1) Continue wnz�k until speci%cation requirements are met. 2) Rewarlc in aceordanca with Mainte�ance item af this S�c�ion. f. Proof roll the lime t�•eated base course in accordance with the following: 1) Proof Rolling a) City Froject Representati�e must be on-site dur�ng praof rolling � operatians. b) Use equipment that will apply sufficient iQad to identify saft spots that rut ar pump. (1) Acceptable equipment includes fully loaded sing�e-�le water truck with a 150a ga[Ion capacity. c} Make at least 2 passes with th.e proof �•ollar (down and back = 1 pass). d} Offset each trip by at inost 1 tif•e width. e) If an unstable qr non-uniform area is found, co��rect the a�•ea. 2} Correct a} Snft spots that rut or pump gi�eater than 3/� inch, b) Areas that aee unstable or non-uniform. 3. Density Control a. Compact until tF�e entire depth of the mixture ha� achieved a uniform density of r�.ot less thatl �S per•cent of the maxitr�um de.nsity as d�t�rmin�d by ASTM D698. b. Moisture content: minus 2 ta plus 4 aptimum. G. Maintenance 1. Maintain the completed soil Iime base in good condition, satisfaetory �� #he City as to grade, crown and cross sectian until the o�erlaying oi• next course is constructed. 2. I�eep surface of the compactetl course moist uniil covered by other base ar pavement. 3. Re�orking a �ection a. When a section is rewarked within 721�ours after completion of �ampaction, rewoi�k tne section to provide the required density, h. When a section is reworked more than 72 houx•s after completion of compaction, add additional time at 25 percent of the percentage specified. c. Reworkin� incIudes loosening, adding material or rem.oving unacceptable rnaterial if n�ce,ssary, mixing as directed, compacting, and finishing, H. Finishing 1. After completing compactian of the final cnurse, clip, slcin, or tight-blade t�re sLuface of the lime-treated material with a maintainer or subgrade Lrimmer to a depth of approxirr�ately 11� inch. 2. Remove loosened material and dispose of at an approved Iocation. 3. Roll the clipped surface immediately �vith a pneumatic tire roller until a smooth su��£ace is attained. CITY OF FORT WORTH STANDAR[} CbNS"I"RUCTIdN ST'ECIFICATIpAT DOCUMENTS Revised December 20, 2012 i1TILITY CUT REPAIR CONTRACT 2022 City Project No. i7C-01 2Q22 321129-9 LIME TRL:AT�D I3ASE COURSHS Page 9 af l Q �� 1 �#. Add smal l amounts af vvater as needed du�•ing rolling. 2 5. Shape and maintain the caui�se and surface in confo�'mity with tk�e typical sectians, 3 lines, and grades shown on the Drawings or as directed. 4 I. Curing 5 1. Cure for the minimum number af days shown �n Table 6 and by finished pavement 6 type: 7 a. Concrete pavement 8 1) Sprinlcls with water 9 2) Maintain moist-�ue during c�uing lb 3) Do not allow equipment on the finished course du��ing curi�g except as I 1 required for sprinkling, 12 b. Asphalt Pavement I3 1} Apply an asphalt material at a rate of O.QS to 0.20 gallon per square yard. 14 2} Do not allow equipment on the finished course during curing. IS I6 17 18 19 3.5 2d 3.6 Tahle 6 Minimu�v C�rin Re u'rrements Before �'lacin Sul�se uent Coui•sesl Untreated Material Carin Da s PI_<35 2 PI> 35 S l. Subjact to the appraval oftJ�e City, Proof rplling may be required as an indicatpr of adequate curing. 2. Begin paving operations or add courses within 14 calendar days of �inal compaction. REPAIRIRE�TORATI�N [NOT U�ED] RE-INSTALLATION [NOT T7SED] 2I 3.7 QiTALITY CONTROL 22 23 24 25 26 27 28 29 30 31 32 A. : Density Test l. City Project Representative must be on site during density testing 2, City to ffieasure density of litne treated base cours� in accorda.nce wifh ASTM D693 8. 3. Spacing directed by City (1 per block miniinurn). 4. City Frojeet Representative d�;termines dezasity testing lacations. Depih Test 1. In-place depth wii� be evaluated for each 500-foot �'oadway sectipn 2. Determine in accordance with Tex-140-� i�► hat�d exeavated hales. 3. For e�ch Sa0-foot section, 3 p�a�n.olphthalein tests will be pei�fot�rned. 4. City Prnj�ct Repres�ntative determir�es depth tes�ing locations, c��r�r oF Fa�T woxTx STANDARD CONSTRUCTfON SPECIPICATIQIV 170CUMENTS Revised December 2a, 2012 LiTLLITY CUT REPAIA CONTRACT 2022 City Project Na. UGO1 2022 32 l 1 29 -] 0 LIME TREATED BASE COlfRSES Pagc l0 of 1Q 1 3.$ SYSTEM STARTUP �1VOT USED] 2 3.9 ADTCTSTING [NOT USED] 3 31Q CLEANING [NOT US�D] 4 311 CLOS�OUT ACTIV�'I'�ES �1VOT USED] 5 3.12 PROTECTION [NOT USED] 6 3.13 MAINTENANCE [NOT i7S�D] 7 3.1�1 ATTACHMENT,S [NOT USED] S E1VD OF SECTION Revisian Log DATE NAME SUNIMARY OP CHANGE 9 CITY OF FORT WORTH UTTLITY CUT REPAIR STAN]7A�D CDNSTRUCTIDN SPECIFFCATION D�CUMENTS CONTI�ACT 2022 Ravised Deceni6er 20, 2012 City Pro�ect Na. LTC-0 L 2Q22 321133-1 CEMENT TREATFD $ASE COiIRSE5 Page 1 of 7 1 2 3 PARTI- GEN�RAL 4 11 SUMMAItY 5 b 7 8 9 IO I1 12 13 14 15 1G 17 SECTION 32 1133 CE11rIENT TREATED BASE COURS�S A. Sectior� Includes 1. Treating subgrade, subbase and base courses hy the pulverization, addition of cement, mixir�g and campacting the mix matei•ial to the required density. 2. Item applies to the natural graund, emhanlcnient, existing pavement, has� or subbase courses plac.ed and shall confarm to the typical section, lines and grades shown on ti�e Drawings. B. Deviations from Gity of I'oi�t Worth Standards 1. CEMENT STABILIZED SUBGRADE- At the direction of the engineer, the contractor shall subsidize the subgrad.e or base materiaj with Portland Cement in conformance witL speci%cation "Cement Treated Base Caurses" (32 1133). Unless directed otherwise by the engineer, Cement shall be applied at a minimum rate af five pounds (S#) per square yard per inch af depth. 18 C. Related Specification Sections incl�de but are not neeessarily li�rzited to 19 1. Divisinn 0- Bidding Aequirements, Contract Farms, and Conditions af tha Contract 20 2. Division 1- General Requirements 21 3. Section 32 11 23 - Flexible Base Caurses 22 1.2 PRICE AND PAI�MENT PROCEDi]RES 23 z4 2S 2b 27 28 29 30 31 32 33 34 35 36 37 38 39 �� A. Measureraent and Paymanf I. Cenr�ent a. Measuxement 1) Measurement for tt�is Item shail be by the ton {dry �veight). b. Paymant I) The worf� performed and materials furnished in accordance with this Item and measured as pro�ided under "Measurement" wiIl he paid fo�� at the unit price bid per ton (dry weight) of Cement, c, T�ie price bid shall include: 1) Furnishing Cement material 2) All freig�tt involved 3) All unloading, storing and handlin,g 2. Cerr�ent Treatment a. Measurement 1) IVleasurement for this Item shall be by the square yard �f surface a��ea. 2} The dimensions for determining the sut-Face area az�e established b� the widths shown on the Drawings and the Iengths measured at placement. b. Paymant crrY or Fo�T woRTx u�.i� cuT �,a� STANT�ARD CONSTRUCTION SPECIFICATION DOCUMENTS CONTf2.ACT 2022 Revised Decemher 20, 2012 City Projeot No. UC-D l 2022 321I33-2 CEMENT TREATED BASE COURSES Page 2 of 7 1 2 3 4 5 G 7 8 9 10 11 12 13 14 1) The work performed and materials furnished in accardance wi#h this Item and measut•ed as provided under "Measurement" will be paid for at the unit price bid per square yard of Ce�ent Treatment placed for: a) Various depths a The pj•ice bid s�all include: 1) Pulvez'izing or p.roviding the soil material 2) Handling, hauling and sgreading dt�y ot• slurry cement 3) Mixing the cement with the soil either in-place or in a mixing p.Iant 4) Furnishing, hauling and mixing water with the soil-cement mixture S) Spreading and shap.ing tlie inixture; compacting the mixt�re, including all �olling r�quired for compaction 6) Sui`faca �nishing 7} 'c�Jater and sprrnkling S) Curing ] 5 1.3 RE�EREl�TCES 16 1'1 18 19 20 21 22 23 2� 25 26 A_ Refeeence 5tandards I, Reference standards cited in this specifcation refet• to the current ref�rence standard published at the time of the latest revision date logged at the end of this specification, unless a date is specifically cited. 2. ASTM �ntexnational (ASTM}: a. C15Q, Standard Speci�cation �or Po�tland Cem�nt b. D698, Standard Test Methods for Labarato�•y Compaction Characteristics of Soil Using Standard Effort (12 400 ft�lbflft3 (6D0 kN-in/m3)) 3. Texas Departrneni of Transpoi�tation (TxDOT) a. Tex-101-�, Preparing soil and flexible base materials for testing b. Tex-140-E, Measuring thickness of pa�ing layers 27 1.4 ADMINISTRATIVE REQUIREMENT� [NOT USED] 28 ].S ACTXON SUBMiTTALS [NOT USED� 29 LG ACTION SUBMITTALSIINFORMAT�ONA.L SIISM�xTALS [NOT TJSED] 30 1.7 CLOSEOUT SUBM�TTALS [NOT USED] 31 1.8 MA.INTENANCE MATERIAL SUBMITTLAS [NOT USED] 32 1.9 QUALITY ASSiIRANCE [NOT US�D] 33 1.I0 DELIVERY, ST�RAGE, AND HANDLING 34 35 3G 37 38 39 40 41 42 A. Truck Delivered Cement 1. Each truck ticket shall 6ear the vveight of cement ffieasured on certified scales. 2. Submit delive�y tickets, certiiied by supplier, that include wei�ht with each 6u1[c deli�very ofcement tq t.he site. �.rl FrEr,n �srTE� coNnrT�oNs A. 5tart cement application only when the air temperature is at least 35 degrees F and rising or is at least 4Q degrees F. B. Measure ternperature in the shade away from artificial heat. C. Suspend application when the City determines that weather conditions are unsuitable. G1TY OF FORT WOI2TH UTILITY CUT REPAIR STANDARD CONSTRUCTION SPECIPICAT10A7 I70Ci1MENT5 CONTRACT 2D22 Revised December 20, 2012 City Project No, UC-q 1 2Q22 321133-3 CElbi�l�'T TEt�A'I'�]] $ASE COURSES Page 3 oi7 1 1.12 W�RRANTY [NOT U�ED] 2 PART2- PRODUCTS 3 2.1 4 2.2 S G 7 8 9 10 11 12 13 1 �4 15 1 G 2.3 17 2.4 OWN�R-FURIVI�HED PRODUCTS [NOT iTSED] 11�AT�RiALS A. General 1. Furnish uncontaminated rnaterials of unifarm c�uality that meet the requi�'ements of the Drawings and specifications. 2. Notify the City of the propQsed material sources and of changes to xtrkatet'ial saurces. 3. Obtain verification fi�om the City that the specification requu•ements are met b�fore using the sources. 4. The City may sa�nple and test project materials at any tiznie b�fa�e campacfian_ B. Cement: ASTM C 150 Type I, II or IP. C. Flex'tble Base Courses: Furnish base material that meets the requia�ements of Section 32 11 23 for the type and grade shown on t1�e Drawings, before the additian of cement. D. Water: Furnish water free of indusirial wastes and other obj�ctianable z�naterial. ACCESSORIES [NOT IISED] SOiTRCE QUALITY CONTROL �NOT U�ED] 18 PART 3 - EXECLTTION 19 3.1 IN�TALLERS [NOT USED] 2fl 3.2 EXAMINATION [NOT USED] 21 3.3 22 23 24 3.4 25 26 27 28 29 30 31 32 33 34 35 36 37 PREPARATION A. 5hape e�sting mat�rial in aceordance with applical�la bid items ta confarm ta typical sections shown Qn the Drawin�s and as directed. INSTALLATION A. General i. Produce a campleted course af tt�eated rnaterial cantaining: a. Uniforrn Poitiand cennent mixtur�, free f:rotn loose a�� segregated areas b. Unzfornn de�sity and moisture con.Yent c. Well baund for full depth d. With s�nooth surface and suitabla for placing subsequent couz�ses 2. Maxitnum layer depth of cement treatment in single layer: 8 inches, 3. �'o�• treated subgrade exceeding 8 inches deep, pulverize, apply cement, mix, compact and finish in equal layers not exceeding 5 inehes deep. B. Equipment 1. Provide machinery, tools, and equipment necessa�y for proper execution of the work. 2. Rollers CITY OF P�RT VJORTFI UTILITY CUT REPAIR S'I'ANI3ARD CON3TRiTCTION SPECIFICATION DOCUME�TTS CONTRACT 2Q22 Revised December 24, 2D 12 City Project No. UC-O 1 2022 3211 33-4 CEMENT TR�ATED BASE COUI2SE5 Page 4 of 7 1 2 3 4 S 6 7 S 9 �n 11 12 13 14 15 16 17 18 14 20 21 22 23 24 25 2G 27 28 29 30 31 32 33 3�4 35 36 37 38 39 4Q 41 42 43 44 45 3 4. a. The Cont��actor may t�se any type of rolle�• to meet the pt•oduction rates and quality requirements of t�ie Cant��act unless othetvaise shown on the Drawings or directed. b. When specifc types af equipnlent are required, use equipmenf that meets the speciiied requirements. c. AIter�ate Equipznent 1} Inst�ad �f ikze specifed equipznent, the Cont�actor may, as approved, operate other campaction equipment that produces equivalent results. 2} Discantinue the �se .of the alternate equipment and furnish the specified equiprnent if the desired resnits are not achieved. d. City may require Contracioi• to substitute equipment if production rate and quality requirements of the Contract are not met. Sluriy Equipinent a. Us� slurry tanlcs equipped with agitation de�iees for cement applicafi�on. b. The C3ty rr�ay app��ove othez• slurrying methods. c. Provide a purnp faz• agitating the slux�ry when the distributor truck is not equipp�d with an agitator. Pulverization Equipment a. Frovide pulverization equipment that: 1) Cuts and pulve��izes material uniformly to the proper depth with cutters that plane to a uniform surface over the entire width of the cut 2) I'rovides a visible indica�ion of the depth of cut at all times 3) Unifarirz�ly zzi.ixes the materials C. Pulverization 1. Pulverize or scarify existing material ai�er shaping sn that 100 percent by dry weight passes a 1 lnch sieve, and 80 per•cent by diy weight passas a No. 4 sieve exclusive af gravel or stone retained in sieves. 2. Pul�etize recycled asphalt pa�ement so that 100 pe�•cent by dry weight passes a 2 inch sieve, and 60 pe�cent by dry weight passes a No. 4 sieve exclusive of gra�e] or stone retaincd in sieves. D. Cemant Applicatian 1. Spread by an approved dry or slurry me�l�od unifar.mly on the snil at the rate specif ed on the Drawir�gs 2. If a bullc cement spreade�• is used, position by string lines ar other approved method during spreading to insure a uniform distribution qf cement. 3. Apply to an area that all the operations can be continuous a.nd completed in daylight within C-hours af initial application. 4. Da not exce�d the quantity of cement that permits uniform a�zd iatimate mixture of soif and cement du�'ing dty-mixing operations 5. Da not eXceed the speci�ed aptiznum moistu�•e content iar t�e soil and cement mixture. 6. No equipment, except that used in the apreading and mixing, allowed to pass o�er the ireshly spread cement until it is mixed with the soil. E. M�ing 1. ihoroughly mix the material and cement using �pproved equipment. CITY OF FO�LT WORTH STANDARD CONSTRUCTION SPECIFICA'ITON DOCiI1VIENTS Revised Depemper 20, 2012 U'T7LITY CLPT REPAIR CONTRACT 2D22 ei�y rro�e�crro. trc-ai anza 321133-5 CEMENT TREATEI7 BASE GOURSES Page 5 of 7 i 2 3 4 5 G 7 2. Mix until a homogeneous, fi•iable mixture of material and c�meni is abtained, free from al! clods and lumps. 3. Keep mixture within �noisture tolerances thraugiiaut th.� opezratia��. 4. Spf•ead and shape the completed mi�iure in a uni�arrn Iayer. 5. After mi�ing, the City shall sample th� �r� ixture at roadway moisiure and test in accordance with Tex l 0I E, Pat'� III, to determine compjiance with the gradation requirements in Table I. 8 Table 1 9 Graciation Re uirements Minimum % Passing s5'iCV@ �'I'CE BASC 1-3/4 in. 1p� 314 in. 85 No. 4 60 ia 11 12 13 14 15 16 17 18 19 20 2I 22 23 24 25 2G 27 28 29 30 3I 32 33 34 35 36 37 38 39 40 41 �42 43 F. Compaction [. Prior to the beginning of compaction, the mixture shall be in a loose condition fot' its full depth. 2. Compact materiai to at ieast 95-percent of ihe maximutn dens�ty as determined by AST�VI D698. 3. At the start of compaction, the percentage of moistut'e in tk�e znixtuxe and in tu�- pulverized sail lumps shall be less than the quantity which shall eause the soil- cemeni mixture to become unstal�le duz'ing cornpaction and finishing. �. When the uncompacted soil-ceznent mixture is wetted by rain so that the average moisture content exceeds th� toleranee given at �he time of final compaction, the entire section shall be reconstructed in accardance Wvith this specification at the sole expens� of khe Contractar. 5. The specified optiznuzn nr�oisture content and density shall be determined in the fieId on fhe �'ep�'esentati�e sauaples of soil-cement mixture obtained from the axea b�ing processed. 6. Final moistut�e content shall be within minus-2 to plus-4-of-optimum. 7. Begin campaction after mixing and after gradation and moisture requirements have been met. 8. Begin epmpaction at the bot�om and continue until the entire depth of the mixture is uniformly compacted. 9. Uniformly campact the rnixture to the specified density within 2-hours. 1D. After the soil and cernent mixture is compacted unifioz-mly apply wat�r as needed and thoroughly mix in. 11. Reshape the surface fio the rec�uired lines, grades anci eross section and then lightly scarify to loosen any imprint Ieit by the cotnpacting or shaping equipment. G. Maintenance 1. Maintain the soil-cement treatrr�ent in good conditzon from the time it first staxts work until all work shall is completed. 2. Maintenance inclucies irnm�diata r�pairs of any defect that rr;ay oceur after the cement is applied. 3. Mainienance work shall be done by the Contractor at the Contractar's expense and repeated as often as necessary to keep the area continuously intact. 4. Repairs are to be mada in such a manner as to insure restoration of a uniform surface far tha full depth of treatment. CITY OF PORT WORTI� STAI+i17Al2D CONSTR[1CTIDN SPECIFICA.'I'ION RE)CUME�TTS Revised December 20, 2012 UTILTI'Y CUT l2EPAIlt COiJTRACT 2022 Ciiy Pcpject No, UC-01 2D22 321133-6 CEMENT Ti2EATED BA5E COURSES Page 6 of 7 1 2 3 4 5 G 7 8 9 �a 11 12 5. Remedy any lo�v area of treated subgrade by scarifying the sut'fac�; to a depth of at least 2 inches, �illing the area vvith treated material and catnpacting, 6. Remedy any 1ow area of su6base or base shall hy replaeing ihe material �pr th� full dap� af subbase or base tc•eatment rather than adding a thin layer of stabilized material ta the c.ompleted work. H. Finishing 1. After completing compact[o�� of the ftnal course, clip, skin, oi• tigE�t-blade tkie surface of the cement-treated material with a maintainer ai� sub�rade triinmer ta a depth of app��oxiilaately 1/4 inch. 2. Remove loosened mate�•ial and dispose of at an approved location. 3. Roll the elipped surface immediately with a pneumatic tire roller adding sma1l incr�m�nts of moisture as needed and unfil a smooth surface is attained, 13 4. Add smal] a�a�ounis of water as needed duj•ing rollin.g. Shape and rnaint.�in the 14 course and surfac� in conformity with the typical sections, lines; and grades shown 15 on the D�•awings or as directed. 16 5. Suriaee compaetion and finishing shall proceed in such a manner as to prflduce, in l7 not more fhan Z-hours, a smooth, closeIy knit surface, free of c��acics, ridges o� laose 18 matef•ial, conforming to the drawn grade and line shown an th� D�•awings. 19 6. Af�er the final layer or course of the eement n�odified soil flas been campacted, it 20 shall be braught to the reqi�ired lines and grades in accordance with the typical 21 sections, 22 23 24 25 26 27 28 29 30 31 32 33 34 3S 3b 37 38 7. The completed section shall then 6e iinished by rolling with a pneumatic tire or other suitable roller sufiiciently to c�•eate micz-o ci�acking, I. Curing 1. General a. Cure for at least �8 hours. b. Maintain Cfje moisture content during curing at no lower than 2 per�centage points below optimum. 2. Curing ��efhod d�pends on finished pa�ement type: a. Concrete pavement: I) Sprinkle with water 2) Maintain moisture during curing 3) Do not allow equipment on the finished coursa dt�'ing curing except as required for sprinlcling, unless athet�wise approved. b. Asphalt Pavemant; 1) Apply an asphalt material at a rate of d.05 to 0.20 gallon per square yar•d. 2} Do not allaw equipment on the finished course during curing 3. Continue cu�'ing until paving operatians begin. 39 3.5 REPAIR / RESTORATZON [NOT USED] 40 3.6 R�-INSTALLATION [NOT USED] 41 3.7 FIELD QUALITY CONTROL 42 A. Density Test 43 1. City Project Representative �nust be on site during density testing CITY pF FORT WORTf3 UTILITY CUT REP�tIR STANDARD CONSTRUCTION SPECIFICATION DOCi7MENTS CONTRACT 2022 f2evised December 20, 2bI2 City PrajectlYo. UC-O I 2022 321133-7 CE1�EEIVT TREATED BASE COURSE3 Yage 7 of 7 p 1 2. City to zneasura density pf cement tr•eated base course in accordance with ASTM 2 D�938. 3 3. Spacing directed by City (1 per blocic �ninimum}. 4 4. City Pt•oject Representative determines density testing locations. 5 S. Dapth Test 6 1. Tal�e mini�um of one core peF 500 linear feet per �ach direction of travel 7 staggering test location in each lane to determine in-place depth. 8 2. C1ty Project Rept•esentative determines depth test�ng locations. 9 3.8 SY�TEM �TARTUP [NOT USED] 10 3.9 ADJ�75TING [NOT LT�ED] 11 310 CLEANING [NOT USED] L2 3.11 CLDSEOUT ACTIVITIES [NOT iTS�D] 13 3.12 PROTECTION [NOT USED] 14 3.13 MAINTENANCE [NOT USED] 15 3.�4 ATTACHMENTS [NOT USED] � 17 18 END OF SECTION Revision Log DATE NAME SUMl�1RY OF CHANGE CITY OF �O�T �',f7012TH STANDAItD Cp1�STRUCTI01�i SPECTFICA'CION TJOCUMENTS Revised D.ecember 2Q 2fl l2 UTILITY CUT.REPAIR CONTRACT 2022 Ciry Projeat Na. UC-0k 2022 d aziz��-i ASP�aLT Pavrnrc Page I aF26 1 2 3 PAR'I' 1- GENERAL 4 1.1 SUMMARY 5 6 7 S 9 ia 11 �z 13 14 15 lb 17 18 19 2fl 21 22 23 24 25 A. Section Includes: SECTION 32 12 1G ASPHALT PAVING 1. Consi�•ucting a pavement layer corriposed of a canlpacted, dens�-graded mixture of aggregate and asphalt binder far sut�face or base courses B. Deviations fi•om this City c�f Fort Worih Standaz'd Specificatzon �, H.M.A.C. MORE THAN 9-INCHES DEEP- When H,M.A.C. greater fihan 9-inches iu de�th is encountered, it shall be replaced wiEh a coznlaination of H.M.A.C, and 2:�7 concrete base, as determined by' t�e en�gi�eer, ta achieve the requixed thickness of pavement. 2. AS�HALT DRNEWAY REPAIIt- At location� where H.M.A.C. d�rive�vays are encountered, such driveways shall k�e completely wepiaced for tl�e full extent of the util'sty cut wi�h H.M.A.C, equal to or better than the e�cisYing driveway. 3. 2-INCH TO 9-INCH H.M.A.C. PAVEMENT- These items will include the furnishing and placing of H.M.A.C. surface course as directed by the engineer. Subsidiary to the H.M.A.C. pavement shall be sawing, removal of asphaltic matcrial, gravel and excavation ass shown on the detai[s or as directed by the engin aer. The removed surfacing shall be loaded into trucks upon removal and haaled away from the job site as directed by the engiueer. Xn no case sLall the removed surface be stockpiled on Ehe job site. 2G The following wark methad will be gerfornr�ed an eae� utili� cut: 27 a. Place safety signs, barricades andlor other warning devices where 28 necessary and as required. 29 k�. The ea�stiaag aspltalf pavement shall be saw cut into a square or 30 rectangnlar shape aud cut side faces verfically. The sawed asphalt 31 pavemen� s�tall be a minimum of ane foot (1') outs�de the utili[y cut 32 area. 33 34 35 36 37 c.. cl. Apply liquid as.phalt tack to vertical faces and bottom o€ excavated area in a unifarm manner. Do not pnddle tack coat on bottom of ntility cut area. Do not apply tack coat to wa�hed rock. Place H.M.A.C. �urface mig in lifts nat to exceed three inch�s (3"). Last or top lifi shal� not be less than two inches (2") in thickness. CITY OF FpRT WpR'iH STANDARD COIVSTRUCTIdN SPECIFICATiON DOCUMSNTS Revised Uecem6er 20, 2(112 UT7LITY CUT REPAIR CONTItACT 2022 CiEy Project No. UC-O 1 Z022 32 L2 I6 - 2 t1SPHALT PAVINCi Page 2 0£26 1 z 3 4 5 6 7 8 9 �a i1 12 13 14 15 1� 17 18 19 20 2] 22 23 e. Each Iift shall be thoraughly compacted with a platc compacfor ax portable vibratory roller. Rifteen to twenty passes will he necessary wit� a vibratory roller and mix temperature above 250° F(121° C) to ensure a good coxnpaction. Top lift when cotnpacted shall be a�proximateiy 7./8 inch above surronnaing pavement. f. Applp liquid asphal# arau�d edges o�patch alang eold jaiztts. g. Clean up snrronnding area. Do not leave excess �ill or excavated material on the pavement. h. Remove safeEy signs, barricade and/or warning devices after job is complete. Payment s1�a11 be made at the unit price ger Square Yard as shown on the proposal and sl�a�l be full ca�pensaL�on for furnzs�ing all labor, materials, equipmenf, tools and incident�ls necessarp to complete the work. 4. ASPHALT ONLY REPAIItS-UNIT N- At jocations where the Water Depar#ment's cre�uvs have already sar�v cut #he paving repair edges and installed the applicahle base repair (2:27 concrete, reinforced cancrete, etc.) the contractor will only be required fQ instaII �he appropriate thickness of the H.M.A.C. All applicable grovisions governing the plaeing of H.1VI.A..C. as stated in Deviation 3 of this specification "2�inch to 9- inch H.M.A.C. �.a�em�euf" sball be fnllowed. Payment shall he made at the unit price per �quare Yard as showzt on Ehe proposal and shall be fuIl campensation for furnishing all labor, ma�erials, equipment, tools and incidentals necessary Yo complete the �vark. 24 C. Related Specification 5ections include, but are nat necessat•ify limited to: 2S 1. Division 0- Bzdding Requiz-ements, Contract Forrns, and Conditions af the Cont�•act 2b 2. Division 1- Genet'al Requirements 27 3. Secti�n 32 O1 17 - Permanent Asphalt Paving Repair 28 1.2 PRICE AND PAYMENT PROCEDCIRES z� 34 31 32 33 34 35 3G 37 38 39 40 4I 42 43 A� �5 46 A. Measurement and Pa�ment 1. Asphalt Pavement a, Measureinent I) Measucement for this Itern shall be by the square yard of completed and accepted asphalt pavem�nt in its �inal position %r vaeious: a) Thie�tra�sses b) Tyges b. Payment • 1} The work p�rformed and materials furntshed in accordance with this Item and measured as provided under "Measurement" will be paid far at the unit price bid per c. The price bid shall include: 1} Shaping and iine grading the placement area 2� Furnishing, laading, unlaading, storing, hauIing and handling all materials includrng freight and rayalty 3) T�•aff"ic control for all testing �-) Asphalt, aggregata, and additive 5} Materials and worl� needed fQr corrective action CITY pF FQRT WOItT1-I UTTLITY CC1T R�I'A7A STANDARD CONSTRUCTION SPECI�'TCATION DOCUMENTS CQN'I'KACT 2022 Ravised December 20, 2012 City ProjectNo. UC-�[ 2022 321216-3 ASPHALT PAVING Page 3 af 26 I 2 3 4 5 6 7 8 9 10 11 12 13 14 1S 1G 17 18 19 �a 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 4l 42 43 44 45 46 47 48 49 3_ 4. 6) Trial batches 7) i'ack coat 8) Removal andlor sweeping excess materia[ 2. H.M.A.C. Tt�ansition a. Measurement 1) Measui�ement foz� this Itern shall be by the ton of composite Hot Mix Asphalt required for H.M.A.G Trar�sition. b. Payment 1) The wot'k perfarmed and materials furnished in accoi•dance witl� this Itarrz and measureci as provided under "Measurement" will b� paid far at the unit price bid per ton of Hot Mix Asphalt. c. The pz°ice bid shall include: 1} Shaping and fine grading the roadbed 2) Furnishing, laading, unloading, stot�ing, hauling and handling all maierials ir�cluding ft�eight and royalty 3) Traffic cor�trol for all testing 4) Asphalt, aggregate, and additive 5) Materials and work needed for cori•ective aetion 6j Trial batcnes 7) Tac1t coat 8) Removal andlor sweeping excess mate:ria! Aspha�t Base Course a. Measurement 1} Measurement for this Item shall be by the square yard of Aspnalt Base Course co�npleted arid accepted in its �nal positian for: a) Various thiclazesses b) Various typ�s b. Payment 1) The worlc pe:rformed azid materials furnished in accardance with this Item and m�asux'ed as provided under "Measurement" will be paid for at th� unit price bid per square yard of Asphalt Base Cout•se. c. The price bid shall include: I} Sh.aping and fine grading �e roadhed 2) �'urnishing, loading, unloading, storing, hauling and handling all �naterials including freight and royalty 3) Traffic control far aIl testing 4) Asphalt, aggregate., and additive 5) Materials and work needed for corcective actian 6) Trial batches 7) Tacic coat S) Removal andlor sweeping excess material H.M.A.C. Pavernent Level Up a. Measurement 1) Measurement for this Item shall be by the ton of H.M.A.C, completed and accepted in its iinal pasition. b. Payment 1) The work perforrxted and materials furnished in accordance with this Ite:m. and measured as provided under "Measuramenf" wiil be paid for at the unit price bid per ton of H.M.A.C. CITY dF FORT WORTH STANDARD COI�fST12UCT10N SPECIFICATIOl�f DOCi7MENTS Revised Decemher 30, 2012 UTILITY CLFT REPAIR CQNTRACT 2022 City Project No. UC O 1 2022 32121G-4 ASPHALT �'AVINC: Page 4 of 2G 1 2 3 4 5 G 7 8 9 10 11 12 13 14 IS 16 17 18 19 20 21 zz 23 24 25 26 27 28 29 c. The pric� bid shall include: 1) Shaping and fine grading th� roadbed 2) Furnishing, 1padang, unlaadin.g, sto�•ing, l�auling and handling all materia[s including freight and royalty 3) Traffic control for alI testing 4) Asphalt, aggregate, and additive 5) Mate�ia[s and work needed fot� carreciive action 6) Trial batches 7) Tacic coat 8) Rema�a[ and/ar swaeping exc�ss material 5. H.M.A.C. Speed Cuslaion a. Measurement 1} Measurement for this Itein sha[I be per each H.M.A.C. Speed Gushian instalIed. b. Payment 1) The wark performed and inaterials furnished in accardance with this Item and rn�asu�-ed as provided under "Measurement" will be paid for at the unit price bid pez' each H.M.A.C. Speed Cu�hion installed and accepted in its final pasition, c. The price bid shall include: 1} Shaping and fine grading the roadbed 2} Furnishing, loading, unloading, staring, hauling and handling all matez�ia[s including freight and royalty 3) Traf%c cont�•ol for all �esting 4) Asphalt, aggregate, and additive 5) Matex'ials and v�ark needed for corrective action b) Trial6atches 7) Tack coat 8) Removal andlor sweeping e�cess material 30 1.3 R.EFERENCES 31 A. Abbreviations and Acronyms 32 33 34 3.5 36 37 38 39 40 41 42 �3 44 45 1. RAP (reclaimed asphalt pavement} 2. SAC (surface aggre�ate classiiic�tion) 3. BRSQC (Bitum�no.us Rated Sou�•ce Quality Catalo�) 4. AQMP (Aggregate Quality Monit�ring P�•ogram) 5. H.M,A.C. {Hot Mix Aspha[t Concrete} 6. WMA (Warm Mix Asphalt) B. Reference Standards 1. R�ference standards cited in this specification refer to t�ie current reference �tandard published at the f�me of the latest revision date logged at the end of this sp�cification, unless a date is speciiically cited, 2. National Institute of Standards aad Technology (NIST) a. Handbook 44 - 2007 Edition: Specifications, Talerances, and Other "I'echnical Requij•ements for Weighing and Measuring Devices 3. ASTM International (ASTM): C[T'Y O�' �"ORT �JORTH UTILIT'Y CUT REPAIR STANDAi2D CQNSTRUCTION SP£CIP[CATTON DOCUMENTS C�NTRACT 2022 Revised Decem6er 20, 2012 City Ptoject No. UC-012p22 321216-5 A$PHALT PAVING Pada 5 of 26 a. ASTM D6084 - 06 Standard Test Method for EIastic Recovery ofBituminous Materials by Duatilotxaeter 10 11 I2 I3 4. American Assaciatian af State Higllway and Transpoftation Officials a. MP2 Standard Speci�ication for Superpave Volumetric Mix Design 6. �'P28 Standard Practice for Supetpave Volumet�ic Design fot� Hot Mix Asphalt iH�) c. T 20 l, Kinematic 'Viscosity of Asphalts (Bitumens} d. T 202 �tandard Method of Test for Viscasity flf.Asphalts by Vacuum Capillary Viscometer e. T 316 Standard Method of Test for Viscosity Determination of Asphalt Binder Using Ratational Viscorneter f. TP 1-93 Test Method for Determining the Fiexural Cre�;p Stiffness ofAsphalt Binder Using the Benc�ing Beam Rheometer (�3BR) 14 S. Texas Depactnient of Transportation 15 a. Biturninous Rated Soiu'ce Quality Catalog {BRSQC} 16 b. TEX 100-E, Surveying and Sampling 5oils fa�� Highways 17 c. Tex 106-E, Calcuiating the Plasticzty Indsx of Soils 18 d. Tex 107-E, Determining th� Bar Lin�ac• Shrinlcage af,Soils 19 e. T�x 200-F, Si�ve Analysis of Fine and Caarse Aggregates ZO f, Tex 203-F, Saz�d Equivalent Test 21 g. T�x-204-�', Desig;n of Biturzfinous Mixtures 22 h. Tex-207-F, Determining Density of Compacted Bituminous Mixtures 23 i. Tex 217-F, Determining Deleterious Material anri Decantation Test for Coarse 24 Aggr�gates 25 j. �"ex 226-F, Indirect Tensile Strength Test 26 k. Tex-227-�, Theoretical Maximum �pecific Gravity of Bituminous Mixt�r�s 27 l. Tex�243-F, Tack Coat Adhesion 28 m. Tex-244-F, Thermal profile of Hot Mix Asphalt 29 n. Tex 28Q-F, Determination of Flat and Elongated Particles 30 a Tex 40&-A, Material Finer Than 75 µm {No. 20a) Sieve in Minetal Aggz'�gates 31 (Decantation Test for Concrete Aggregates} 32 p. Tex 408-A, Ot•ganic Impurities irj Fine Aggregate fat• Concrete 33 q. Tex 410-A, Abrasion of Coarse Aggregate �sing the Los Ang�les Machine 34 r. Tex 411-A, Soundness of Agg�-egate by Using Sodium S�alfate ox• Magnesiucn 35 s. Tex 450-A, Deter�iniilg Gi�ushed Fac� Particl� C.ount 36 t. Tex 461�A, Degradation of Coaz�se Aggregate hy Micro-Deval Abrasian 37 u. Sulfate 38 v. `I'ex-530-C, Effect of Wat��• on Bituminous Paving Mixtuz•es 39 w. Tex-SA��-C, Measux�rr�ent of �'olymer Sepa�•ation on Heating in Madified 40 Asphalt Systems 41 x. Tex-54I-C, Ralling Thin Fil�xz Oven Test for Asphalt Bindeis 42 y. Tex-920-K, Verz�ying the Aceuracy of Drum Mix Plant Belt Scaies 43 z. Tex-921-K, Verifying the Accuracy of Hot Mix Plant Asphalt Meters 44 aa. Tex 923-K, Verifying the Accuraey of Liquid Additive Metering Systems CITY OF PORT WORTH UTILITY CU'E' REPAIR STAN]JARD CONSTRUCTIpN SPECIPICATION DOCUME3+fTS CONTRACT 2022 Revised December 20, 2012 City Project Na. UC-01 2�022 3z iz i� - � ASPHALT PAV[NG Page 6 of 26 1 1.4 ADMINI5TRATNE REQUIREMENT� [NOT USED] 2 1.5 ACTION SUBMITTALS [NOT U�ED] 3 1.6 ACTION SUBMITTALS/INFORM�TIQNAL SUBMITTALS 4 A. Asphalt Paving Mix Design; Submit for appi•oval. See 2.2.B.1. 5 1.% CLO�EOUT SUSMITT.A.LS �NOT US�D] b 1.8 MAYNT�NANCE MAT�RIAL SIIBMIT�'ALS [NOT iTSED] 7 1.9 QUALITY ASSURANCE [NOT US�D] 8 1.1Q DELIVERY, STORAG�, AND I-I�ANDLING [NOT T]�SED] 9 1.11 FIELD CONDITION� 10 11 12 13 14 15 16 17 18 19 2.0 21 22 23 24 25 A, Weathei Conditions 1. Place inixture wl�en ihe roadway surface temperature is equal to or higher than the temperatut�es listed in Tabfe 1. Table 1 Minimuzx� Pavement �urface Temn eratures Minimum Pavement �urface Ternperatures in De rees Fahrenheit Orig'rnally Specified High Subsur#'ace Layers or Surface Layers Placed in Temperature Binder Night Paving Operations Dayiight Operations Grade PGb4 or lowe�• 45 50 FG 70 55 � 60' �'G '76 ae hi he�• 60' 60' ��Cantractors may pave at temperatures 10°F lower than the values shown in Table 1 when utilizing a paving process i.ncluding WMA or equipment that eliminates thermal segregation. In such cases, the contractor must use either a hand held thet�mal camera or a hand held infi�ared thermometet• operated in accoi•dancc; with Tex-244-F io darraonstrate to �he satisiaction of the City that the uncompacted ma� has no more than 1 Q° F' of ther�nal segregation. 2. Uniess otherwise shown on the Drawings, place mixtures only when weather conditions and moistuxe conditions of the raadway surface are suitable in the opinion of the City. CITY OF FORT W�RTH UTILITY CUT REFAII2 STANDARD CONS`IRUCTIbN SPECIFICATTbN DOCUI�iEI�iT5 CON'1'RACT 2D22 Re�ised December 2p, 2012 Ciry PrajeatNo. UC-012022 3212IG-7 ASPHALT PAVING Fage 7 of 26 1.12 W�iRRANTY [NOT USED] 2 PART2- PRQDUCTS 3 21 4WNER-FITR1vISHED PRODUCTS jNOT U�ED] 4 2.� IMATERIALS 5 G 7 8 9 10 [1 l2 13 l4 15 1G 17 18 19 20 21 22 23 24 25 26 27 28 29 3b 31 32 33 34 35 36 37 38 39 40 41 A. General 1. 2. 3. 4. Furnish uncantaminated materials of uniform quality that meet the requirements of the Drawings and specifications. Notify the City of ail material sources. Notify the City before changing any material saurce or forinulation. When the Contractor makes a sout�ce or farm.ulation changa, the City uvi1I verify that the i°equirements af fihis specification are met and may require a new laboratory rnixture design, trial batch, ar both. S. The City may sample and test projact materials at any time dui�g the project �o vecify compliance. 6. The depth of the coinpacted lift should be aY least 2 times the nominal maxirnum aggregate size. B. Aggregate 1. Generai a. Fuinish aggr�gates from snurces that conform to #he requirements shown in Table 1, arad as specified in this Section, unless atherwise shown on the Drawings. b. Pro�+ide aggt�egate stockpiies that meet the definition in this Sectian for either caarse aggregate ar fine aggregafe. c. When reclainled asphaIt pavement (RAP} is allowed 6y Drawing note, pravide RAP stockpiles in accordance with this Seetion. d. A�;gregate fram RAP is not required to meet Table 2 requirements unless othe�•wise shown on the D�•awings. e. Supply snechanically crttshed grave! �r stone aggregates that m�et the defnitions in Tex 100 E. �. Samples must be from materials produced for the projeet, g. The City will establish the surface aggrega#e classificatian (SAC) and p�rform Los Angeles abrasion, magnesium sulfate soundness, and Micra-Deval tests. h. Fez•form all other aggregate quality tesfs listed in Table 2. i. Document all test results on the mixture design z'epot-k. j, The Gity may perfarm tests on independent or split samples to verify Contractor test results. k. Stockpile aggregates foz' each souree and type separately and designate for tha City. 1. Determine aggregata gradations for mixture design and production testing basad on the washed sieve analysis given in Tex 200 F, Fart II. CITY OF FORT WORTFI ST.�NDARI7 CONSTRUCTiON SPECIFICATION BOCUMEN'I'S Reyised Decemher 2U, 2012 UTILITY CUT R�CP,4[12 CONTRACT 2022 City PrpjectNo. UC-Ql 2022 3z tz �6-s ASPHALT PAVIN� Page 8 of 2� Table 2 ] m. 2 3 4 5 6 7 S 9 10 11 12 13 14 1S 16 17 18 19 24 21 22 23 24 25 2b 27 n. Caacse Aggregate 1) Coarse aggregate stockpiles must have no more than 20 percent material passing the No. 8 sieve. 2) Maximum aggregate size should nat he o�ver haLf oithe prppased lift d�pth to pt�ev�nt particle on pai�ticle con�act issues. 3) Pt•ovicie aggi•egates fram sources listed in the BRSQC. 4) Provide a�geegate from unlisted sources only when tested by the City a�nd/ot' appi-aved before use. 5) Allow 30 calendar days far the City to sample, test, and repart results for unlisied saueces. b) Class B aggs•egate meeting all other requiremenY.s in Table Z rna.y be h�ended with a Class A aggregate in order to meet requirements for Class A materials. 7) When blending Class A and B aggregates to meet a Class A requirement, ensure that at least 50 percent by weight of the material retained on the No. 4 sieve eamas from the Class A aggregate source. 8) Blend by volume ii the bullc specitic gravities of the Class A and B aggregates dif�'er by more than a.30a. 9) When blending, do not use Class C or D aggregates. 10) Far blendirig purposes, coarse aggregate fram RA�' �+iIf bc con.sidered as Class S aggregate. 11) Provide coarse aggregate with at least the mi�imum .SAC shown an the Drawings. 12) SAC requirements apply nnly to aggregates used on the surface of travel lanes, unl�ss otherwise shown on the Dr.awings. RAP is salvaged, milied, pulvaz'ized, broken, or crushed asphalt pavernent. 1) No RAP perinitted for TYPE D H.M.A.C, CITY dP POAT WORTH U'T'ILITY CUT REPAIR STANDARD CONSTRUCTION SPECIFICATION DOCUMF.NTS CONTRACT 2022 Revised D�ceru6er 2fl, 2012 Ciry Project IVo. UC-0! 2022 1. Not used for acceptance �urposes. Used by the City as an indicator ofdiz need for fiirther investigation. 2. Unless otherwise sl�own pn the Drawings. 3, Unless athe��rvise sJiorvn on the Di•awings. Only applies to crushed gravel, 321216-9 ASPHALT PAVING Page 9 af 26 1 2) Use no more than 20 percent RAP on TYPE B H.1V�.A.C. unless otherwise 2 shown on the Drawings. 3 3) Crush or breal� RAP so thai lOD percent of the particles pass the 2 inch 4 sieve. 5 4) R1�P from either Contt�actoz' o�' City, includin.g R.AP generaied during the 6 7 8 10 11 l2 l3 14 15 1G L� 18 19 2D 21 22 23 24 25 26 27 28 Z9 36 3l 32 33 34 35 3b 37 38 39 40 41 42 prolect, is p�rmitt�d anly when shawn on the Drazviilgs. 5) City-awned RA.P, if allowed fot' use, will be a�ailable at the jacatioii shown on the Drar�ings. 6) When RAP is used, detei�nine asphaIt content and gradation for mixture design p�uposes. 7) Perform othe�• tests on RAP when shown on tL�e D�:awings. 8) When RAP is allowed by plan nate, use no more than 30 percent RAP in Type A or B mixtures unless otherwise shown on the Di�awings. 9) Do not use RAP contaminated witl� dirt or other objectionable rnate�•ials. 10) Do not use the RAl' if the decantation value exc�eds 5 percent and the plasticity index is greater than S. 11) Test the stockpiled ItAP fof• decantation zn accordance with the laboratary method given in Tex-40b-A, Part I. ' I2) Determine the plasticity index using Tex-106-E if tk�e decat�tation value exceeds S percent. 13) The decantation and plasticity inde� requirements do nat apply to RAP samples with asphalt removed by extraction. 14) Do not intermingle Contractor-awned RAl' stackpiles with City-owned RAP stac�Cpiles. 15) Remove unused Contracior-owned RAl' matarial fi•om the proj ect site upan cornpletion of t�e project. lfi) Return unused eity-owned RAP to the designated stockpile location. o. Fine Aggregate 1} Fine aggregates consist of manufactured sands., screenings, and field sands. 2) Fine aggtegate stoekpiles must rneet fhe gradation requu•ements in Table 3. 3) Supply fine aggregates that are free from organic impurities. 4) The City may test the fine aggeegate in accordance with Tex-4Q8-A to verify the material is f'ree from organic impurities. 5) At most I S percent of the totai aggregate may be field sar►d oi� other uncrushed fine aggregate. 6) With the exception of field sand, use iLne ag�regate from coarse aggz�egate sources that rnee# the requirernents shown in Table 2, unless otha��ise appra�ed. 7) If 10 percent or rnore of the stockpile is retained on the No, 4 sieve, test the stockpile and verify that it meets the requir�meni;s in Table 1 for coarse aggregate angularity (Tex-460-A) and flat and elongated particies (Tex-280-F). CITY OF FORT WORTH STANDARD COIVSTAUCTIOIV SPECII'ICATION DOCUIYIEI�TTS Revised December 20, 2012 UTILiTY CUT REPAIR CONTRACT 2022 City Frojeet l+io. UC-Ol 2022 32 l2 i6- L0 ASPHALT PAV1NCs Page 1.0 of26 Ta1�Ie 3 Gradation� Re uir�rnents for Fine A re ate percent Passing by Weight or Sieve Size Volume 318" 140 #8 70-100 #200 0-30 2 2. Minet•al Filler 3 a. Mineral fiiler consists of finely di�vided mineral mattec such as agricultural 4 lime, crusl7er fines, hydt•ated li�ne, cement, or fly ash. 5 E�. Mineral filler is a[Iowed unless otherwise shown on the Dfawings, G c. Do nat use more than 2 percent hydrated iime or cement, unless otherwise 7 shown on the D�•awings. The Df•awings may require or disallow specific S mineral �ill��'s. When used, pravide mineral filler tl�at: 9 I) Is suf�'iciently dry., free-flowing, and fz•ee from cluznps and foreign matter; 10 2) Does not exceed 3 percent linear s�rir�lcage when tested in accoi'dance with 11 Tex-147-E; and meets ihe gradatiai� requi�•em,ents in Table 4. 12 Table 4 ]3 Gradafion Re uirements far Minert�] Filler percent Passing hy R'eight or Sieve Size Volume �#8 1 QO �zao ss—roo 14 15 I6 l7 18 19 20 21 22 23 24 3. Bagho�se Fines a. Fines collected by the baghouse or athe�• dust-collecting equipment may be reintroduced inta the mixing dr�m 4. Asphalt Binder a. Furnish tlae type ant( grade oiperformance-graded (PG) aspha[t hinder specified as follows; I) Pe�•forinanee-Graded Bindez's (PG Binders) a) 11�Iust be smooth and hoznogeneous b) Show no separation when tested in accordaz�ee with Tex-540-C c) Meet Tahle 5 requirements CITY OP FORT'i7VORTH UTILITY CUT REPAIR 5TANDARD CONSTR(1�TION SPECIPiCATION DOCilMENTS CbNTRACT 2022 Revissd December 20, 2012 City Praject No. UGOI 2022 � � 4, 0 � � w N � � A N � � h1 °O /� N o�o m o�0 � ' V P� b � � n lO O � d' � M /1 C�1 � i � N � A N �O (� n n n A � V ^ N o i � , � � �O O � �' � � M A M � l�r G1 O N /� N � � �` O p� � O {� d Ctl � m m � � '~ � �N V � � '-" � p" r; A rntt o v�i � w �{ y R. a� � � � � � � h .� p,�, Z PQ � � � m � nM � � °' � � � � � � � � � u � N d' n N -�y„�- � 5� � � � � � � � � � � �� � � � � � � � �� , � , n .� � � ^ M � � � � co � � � � � � � � �" N V � �''� `�' � �'�' � N /� � � o � ° �, q ° U +' 4#l. '� .� N � � �Q.� G7 � � � � � � � � � �C"i E.1 p+ ��1' � O � � y � �-7 p Vl � n'�' O � � �a Y Q ��--l� ,�^ � d ��--l' � �'��'' r�iF � � V p N V � p, +°�+ ,_`�'„ r" w �o C; � (� � � N � `� X H "� � A � %-� � � �, � zi �' � pi � �" � �' � r�" � w a� `� 6 � � �� � °� 'a � � H °7 'ti � o � '' � .� � `" � � °+�' `�' � � 5 +� ..U. � � � � •U.� � � �, � � � � o � � 'U F '� � � � U' Ey � � � w � A W � � � � � �N t�V W F, r+ W U � ��•`-7- �+ � � � O nr � 'o a. �' V � � � C� O Q z 0 ¢ U � P, � O U � � ,.�j N Or�j�N H�O�, °C U a�i O�� 0 � .� � � .ce N 0 � � � �d ai ^� � � 0 � � � � H �� � � � � � � � � U 0�0 N � N � � � '� � N � � �. � � � � .� i N �O �o 0 � w a t� � N � � � a0 N otl ao °� � � �n N N i i � � � F� N � N N Q .�-� w � � N � � .a � � � � � .� � � o N � � �i ri °� � A � � �� � 00 N o0 c0 � N N N ' �' ' �' � 4 I� �y p `° � � N � Q y� [V N � � � N N � w � O � � � � � � � � 6� �O ' N �b �D o -a � .� � � � d� <h M ,� [V N � � � � N � N o0 00 �O ' � � � �' � �y C�i � Vl �'`� CV � N � N .�-s � .�' 1 � 1 1 � �D � 00 \b �O � H � � � � �. c) �' � p� a' �j' � ri � ,� N N � � an @ �% oa � �y o0 00 � � � �' N ' j "''` C � � N � N N � `� N � ' �' � m � a s � ,� �� o � o � � d � � � '� � � w a��i v � R, o t'c � � o Q o E � U O /��\ � � o � V � � ~ /�\ � �"r � Q � e G U w �� y� Q.1 �vj Cd K; 0] �! Gl � � � M G8 � M � O F� •�-a •G � N � � � N [y � •� � H '� � � � � ,� ;a � Q A .� �a+ u., v � Y ,� 8 �"' � � v .a � � � �. C c� � � •,G � � y y =� v�"'i � � � `� � � � �"i U {�I � � � � N {�.+ � a Q U Q � '� m b � C� ay :i � � � E. � b � �' .. ,� � <,° � i�. .?' � 'a� �� �- � .� c w o � �'� 'n ' � �a � � m �� �� .�M w o �� �� �� v� � a�i 'a C7 � � ,n p, � o n � � � � � � �� qo ��� �p �� � s� u U � d P.' ro w r4 � N '� 'a � o CJ � o ,.d, �' aa � � � a`�i ^ ��' °°� �N c4i p 0. '-' E,y 'n �5 .�o �o �d o '�h':• .n o x n� a' �° � ��� �a '� g u v � � �� [.o a�, � � Oq V g P b T � `«y9 � . � c'�n bll ,, a� a�i -x a� .� .� a �� � � �.0 a� p � '�' � �. � � � � � � p � ti a � � � � b� � �, � � � � � � � �a ��; �� � � � � �� � � N A a a� � � N � U ws �+� �� y C �y' `'S ' �'' � 'G ,�.�' o �q � � �' � � �tl 11 C] � U ... cd � �p � � � � � U � � O w .c � � '� `� r�ii .a � � � �� W y �' � � N `�y � E 4 � �� o� ::� �°'� a . , � o �, � � , � 0 � .� � � � � b� �� � �� ^� � �� �, R�N .� .a� � �'� C�� a ccn an,A ��p � � �.1 " �-'s� � � � '� � ���'�� � ��� w � r� ��� Q op a ��� �-' y �' cn °� � A A _� � .� � � .� � .� �'� � � v � � � � � b � � � � � o � � � � � Q.� �� o�,n o �� v�j O in O Q f"�3.'. a�"i /] � C v O .� �'' � � O N � �tE T �i � N .a F �.'' � � � p� � a�i a "p � . C � =� o E] m J V � U �� cd N y�'�O w �� (� . �h� �� O N' vi C..+M �N ttl d..�+ Vl � ti � ti U � � .� � � � �? C � � � w 'a � � o� .N �� � u .� � � � � � d� � � � .� m � 3 °_' a � .a � �� � �� ,`�� F a. v y .^� t] � � au� N N p�U� H �.�J j"1-�.� z a O � .Q � 0. � U F � U A 0 � � W � � � U o H '`, N 3z� � Q � w� � � Q N .� Ur�n� 32 12 16 - 13 ASPHALT PAVIIUG Page 13 of 25 1 2 b. Separation testing is not required if: 3 I) A modi�er is introduced separately at the mix plant eitiser by injectian in 4 the asphalt line or mixer, S 2} The binder is blended an site in continuously agitated tanits, o�• binder 6 acceptance is based on iield samples taken fram an in-line sarnpling port at 7 the hot rnix plant after the addition nf fnodi�iers. 8 5. Tack Coat 9 a. Unless otherwise shown nn the J]rawings ot' app�'oved, furnish CSS-1H, SS-1H, 1Q or a PG binder with a minin�urn high-temperature grade of PG 58 fo�• taclt coat 11 binder in aecordance with Section 2.2.A.S. 12 13 I4 15 16 17 18 19 2fl 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 3G 37 38 39 40 41 42 43 6. Additives a. � c. Genez'al 1) Wh.an shawn on the Drawings, use the type and rata of additive speciiied. 2) Othex' additives that facilitate mixing o�r irriprove the quality ofthe mixture may be allawed when ap�roved. Liquid Antis#rippiilg Agent 1) �'u�'nish and incarporate aIl t•equue.d asphalt antistripping agents in asphalt concrete paving mixtures and asphalt-stabilized laase mixtures to meet moisture resistance testing requirements. 2) Provide a liquid antistripping agent that is uniform and shows n� evidence of crystallization, settling, or sepat•atiors. 3} Ensure that all liquid antis�a•ipping agents arrive in: a) Properly labeled and unapened containers, as shipped fro:tn the manufacturer, or b) Sealed tank trucks with an invoice to show cot�tents and qua.t�tities c) Provide product information to the City includin�: (1} Material safety data sheet (2) Specifc g�,avity of tha agent at the manufaeturer's recommended addition tempe��atur�, (3) Manufacturet•'s recomznended dosage �•ange, and (4) Handlin� and starage instructions 4j Addsiion of lime or a liquic4 antisf�•ipping agent at the Mix Plant, incarpo�ate inta the binder as follows: a} Handle i.n accord�nce with the manufacturer's recorr�mendatians. b} Add at the manufacturer's recorr►mended addition temperature. c) Add into the asphalt line by means of ae� �n-line-metering device. Liquid Asphalt Additive Maters 1) Provide a means to check the accuracy of ineter output %r asphalt prime�`, fl�axing material, and liquid additives. 2) Furnish a meter that reads in increanents of D.1 gal. or Less. 3) Verify accuracy of the meter in accordance with Tex�923-K. 4) Ensure the accuracy ofthe rneter within S.0 percent. 44 7. Mixes 45 a. Design Requirements 46 1} Unless otherwise shor�n on the Drawings, use ihe typical weight design 47 example given in Tex-204-F, Part T, #o design a mixture meeting tf�e 48 reguirements listed in Tables 2 thraugh $. CITI' OF FORT WORTi3 UTILITY CUT REPAII2 5TAN17ARI? CONSTRUCTION SP�CIFICATION 130CUIvIENTS CQNTRACT 2022 Re�isad December 20, 2012 City Project No. UGO1 2022 32 12 l6 - 14 ASPHALT PAVING Fagc 14 of 2b 1 2 3 4 5 2) Furnish the City with representative satnples of all materials used in th� mixtuce design. 3) The City will verify the mixture design. 4) Tf th� design canno� be veriiied by the City, furnish another mixture design. Table 6 Master Gradation Bands ( percent Passing by Weight or Volum�) and Volumetric Pro er�ies Sieve B C D Size Fine Coarse Fine Base Surface Surface 1-1/2" — -- -- 1" 98A-100.0 — — 3/4" $4.0-98A 95.0--100,0 — 1/2" — — 98.0-1QQ.Q 318" 60,0-80.0 70.Q--SSA 55.0--100,0 �'4 40.(�-60.0 43.0�3A 50.0-70.0 �8 29.0-�3.0 32.0�4.0 35.0--46.0 #30 13.0-28.0 14.0-2�.0 15.0-29.0 #SO 6.0 2D.0 7.0-2I.0 7.Q--20.0 ��o0 2.o--�.a 2.0—�.o z.o—�.o Desi n VM.A� ercent Mznimam — 13.0 14.0 15.0 Planf-Produced VMA ercent Minimum -- i2.0 I3.0 14.0 1, voins zn M�neral Aggregates. 6 7 8 9 io 11 12 13 14 1S 16 17 18 19 20 21 22 23 24 25 2b Ta�le 7 Mixture Di Property Target laboratory-molded density, percf Tensile strength (dry), psi (moldad to 93 percent �1 percen# densitv) Test Method Tex-207-F Tex-226-F Requirement 96.Q' 85 200a Boil test' I Tex-S3Q-C I — 1. Unless othe�wise shown on the Draw'sngs. 2. May exceed 200 p�i when approved and may 6e waived when approved. 3. Used to establish baseline for campaa•ison to producfinn results. May be waived when approved. 8, Warm Mix Asphalt (WMA} a. WMA is defined as additives or processes that allow a reduciion in fhe tempei•atui°e at which asphalt mixttues are produced and placed. b. WMlI is allowed for use at the Cantractor's option unless otherwis� shown on tha Drawings. c. Produce an asphalt mixture within the temperature range of 215 degrees F and 27S deg;rees F. C]TY QP FORT V1aATFI STANDARD CdI�FSTRUCTION SPECIFTCATION DOCIIMENT'S Ete�ised Decam�ar 20, 2012 LITILIT`Y CUT REPAIR GONTRACT 2022 City Proj eat No. []C-0 l 2Q22 32 12 lb - 15 ASPHAi,T PAVING Fage 15 of 26 1 3 d. When WMA is not required by Drawings, produce an �sphalt mixt�u•a withir� the teinperature t•ange of 2 i 5 degrees F and 275 degr�es F. 4 2.3 ACCESSORiES [NOT USED] 5 2.4 SOURCE QU�iLiTY CONTROL jNOT IISED] 6 PART 3 - EXECUTZON 7 3.1. INSTALLERS [NOT USED] 8 3.2 EXAMTNATxON [NOT iTSED] 9 3.3 PREPAltATION 10 11 �2 13 14 1S 16 17 18 A. Hauiing Opera�ions l. Befot•e use, clean all tr•uck beds #o ensut•e mixture is no.t contarn.inated. 2. When a ra�ease agent is necessaiy to coat truck beds, use a release agent approved by the City. 3. Petcoleum based products., such as diesel fuel, should not be t�sed. 4. If wind, rain, ternperature or haul distance impacts cooling, insulate tivc�C beds or cover the truck bed with tarpaulin. 5. If haui time in project is tfl be greater than 30 minutes, insulate truck 6eds or cavei• the trucl� bed with tarpaulin. 19 3.4 �NSTALLATION za 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 A. Equipment i. Gene�•al a. Provide required or nece.ssaiy equipment to produce, haul, place, compact, and core asphalt concreie pavement. b. Ensure weighing ar�d measl.u'ing e�uipment complies with specification. c. Synclu�onize equipment to praduce a mixtur� meeting the required proportions. 2. Production Equipment a. Provide: 1) Drum-�nix type, weigh-batch, or modified weig4i-batch mixing plants that ensura a unifarm, cantinuous production 2) Autornatic pz'oportioning and measuring devices with interlock cut�off circ�its #hat stop aperations if the cantrol system malfunctions 3} Visible readouts indicating the weigh# or volume of asphali and aggre�ate prqpoi�ions 4} S�fe and accurate means to take required samples by inspection forces S) Permanent meat�s to c�eck the output af inetering devices and to perfo��m calibration and weight checks 6) Additi�e-faed systems to ensiue a uniform, cnntinaous matet'ial flow in the desired proportian 3. Weighing and Measuring Equip�ent a. Genei•a1 1j Provide weighing and meas�uring equipment �ar materials meastu•ed or proportioned by weight or volurtze. �T"I"Y OP FORT WORTH 5TAI�DARD CONSTRUCTION SPECIFICA'I�ON DOCUMENTS Revised December 2D, 2p12 UTII.ITX GLIT REPAIR CQ]VTRACT 2D22 City Project No, UC-01 2022 321216-J5 ASPFIAI.T PAVINCr Page 1 G af 2b 1 2) Provide cettified scales, scale installations, and measuring equipmet�t 2 3 4 5 6 b. 7 8 4 c. 10 11 12 zne�ting the r�quirements ofNIST Hai7db�ok ��, except that the required accuracy must be 0,4 percent of the material being weighed or measured. 3) Furilish lealc-fi•ee weighing contain�z-s large enough to hold a complete batch of the material b�ing nneasui-ed. Truck Scales 1) Furnish platform trucic scales capable of weighing tlxe �nti�'� t�uck or truck trailer combination in a single draft. Aggregate Batching Scales 1) �quip seales used for weighing aggeegate with a quick adjustment at zero t11at provides fo�• any change in ta�•e. 2) 1'ravide a visual nraeans that indieates the required weight for each 13 aggregate. 14 d. Suspended Hoppet• IS 1) Provide a means fo�� the addition or the i•ernoval of srriall amounts of I6 material to adjust the t��arrtity to the exact weight per b.atch. I7 2) Ensure the scale equipment is level. 18 e. Belt Scales 19 l) Uae h�lt scalas foi� proportioning aggregate that are accurate to wathin 1.0 20 �ercen# based on the a�erage oi 3 test runs, where no individual test run 21 exceeds 2.0 percent r�vhen checked in accordance with Tex�920-K. �2 f. Asphalt Material Metef• 23 I) P��ovide ati asphalt material �neter with an autamatic digitaI display of the 24 volume o�• weight of asphalt material. 2S 2) Verify the accuracy flf the meter in aceardance with Te�-921-K, 2b 3) When using the asphalt meter for payrnent purposes, ensure the accuracy of 27 tha metc�� is uvithin 0.4 percent. 28 4) When used ta ineasure camgonent materials anly and not for payinent, 29 ensure the accuracy of tlae rneter is within 1.0 pereent. 3� g. Liquid Asphalt Additive Meters 3] 1} Ptavide a means to check the accuracy of rneter output far asphalt p:rirr�er, 32 fluxing material, and liquid additives. 33 2} Furnish a meter that reads in increments of 0.1 gaflon or less_ 34 3) Verify aecuracy of the meter in accordance t�vith Tex-923-1�. 35 4) Ensure the accuracy of the rneter within 5.� percent. 36 4. Drum-Mix �'lants. Pro�ide a miXing plant that complies with the requirements 37 below. 38 a, Aggregate Feed 5ystem 39 1) Frovide: 40 a) A minimzun of 1 cofd aggregata bin for each stockpile of individual 41 materials used to produce the rr�ix 42 h) �ins desi:gned to prevent overflow of material 43 c) Scalpin� scz-eens or other approved metho.ds to remove any oversized 44 material, roots, or other objectionable materials 45 d) A feed systent to ensw�e a unifornn, carttinuous material flow in the 46 desired propa��tion to the dryer 47 e) An integrated means for moisture coYnpensa#ion 48 � Belt scales, weigh box, ot• other approved devices to measure ti�e 49 weight of the combined aggregate CITY OF I'ORT WORTH UTILT'I'Y CUT T�PAIR STANDAAI} CONSTRUCTION SPECIFiC�T10N DOC[1MENT5 CQNTRACT 2p22 RevisedDecember2Q, 2012 CityProjectNo. UC-01 2022 32 12 16 - l7 ASPHALT PFIVING Page 17 nf 26 2 3 4 10 11 12 13 14 I5 1G 17 18 14 za 21 22 23 24 25 2b 27 28 29 30 3I 32 33 34 35 36 37 38 39 40 41 42 43 44 4S 46 47 48 49 b. c. f. g• g) Cold aggrega#e bin flow indicaiors that automatically signai interrupted material flow Reclaimed Asplzalt Aavement (RAP) Feed System 1) Pt•ovide a sepa�•ate system to wEigh and feed RAP into the hot mix plant. Mineral Filler Feed Systern 1) Provide a closed systEm for minecal �ller tnat maintains a constant supply with mirumal loss of material through the exhaust system. 2) Intei•lack the measuz'ing device inta the automatic plant controls to automatically adjust the supply of mineral fiIler to plant praduction and pro�vide a cansistent percentage to the rnixture. Heafing, Drying, and Mixing Systems 1) �'rovide: a) A dryer ar trii�cing system to agitate the aggreg�te during heating b) A heating system that controls the temperatiue during praductian to pt�event aggi•egate and asphalt bindei• damage c} A neating system that completely burns fiiel and leaves no residue d) A reeording thermomeier 1:hat cantinuously measuz'es and records the mixture discharge temperatttre e} Dust collection system to collect excess dust escaping �t'om the drum, Asphalt Binder Equipment 1) 5upply equipment io heat hinder to the required temperatu�'e. 2) Equip the heating apparatus with a continuously �•ecording thermameter located at the hignest temperature paint. 3) Froduce a 24 hour chart of the recorded femperat�'e. �) Plaee a de�ice with automatic temp�rature compensation that acciu•ately meters the bindei� in the line leading to the tnixer. 5) Fui•nish a samp�ing port on the line betuveen the storage tank and mixe�. Supply an additional sampliqg part between any additive blending device and mixer. Mixture Starage ar�d Discharge I) �'rovide a surge-storage system to minimize interruptions during operatians unless atherwise approved. 2) Pu�•nish a gob hopper or qther device to rninimize segregation in the bin. 3) 1'ra�ide an automated system that weighs the mixture upon discharge and produces a ticket sho�ving: a) Date b) Praject identification numbe�• c} Plant identification d) Mix identif cation e} Vehicle identification fl Total weight of the load g) Tace weigh# of the vehicle h) Weight of �nixture in each laad i} Load number or sequential ticket number for the day Truck Scaies 1) Pra�ide standard platifarna scales at an approved location. 5. Wei�h-Bateh Plants. Prar�ide a mixing pla�t that camplies with Sec#ian 2.2.B.4 "Dru�m-Mix Plan1�," except as required below: a. �Sci�eening and ��opo�tioning CIT'Y OF FORT WORTH STANDARD COIVSTRUCTION SPECIFICATION BOCUMEI�i"t5 Revised Deceniber 2Q, 2d12 UTILITY CLIT REPAIR COAITI?ACT 2022 eiry rrojeotNo, uc-al zoz2 32 12 Ib - 18 ASPHALT PAVING Page 18 of 26 1 1j P�-or�id� �naugh hot bins to separate the aggregate and to eontrol 2 prapot�kioning; of the mixtui•e type specified. 3 a) Supply bi�7s that discard excessi�e and oversized material tfu•ough 4 overflow chutes. 5 b) Pro�ide safe access for ii�spectars ta abiain sainpl�s frozr� the hot bins. G b. Aggregate Weigh Box and Batching Sca[es 7 1) Provide a weigh box and batchi�ig scales to hold and weigh a cainplete 8 batch oi ag�regate. 9 2) Pro�+ide an autoinatic proportioning system with low hin ir�dicators that 10 automatically stop wh�n material le�el iii any bin is not sufficient ta 11 Eo�nplete the batch. 12 c. Asphalt Binder Measuring Syste�n f 3 ]) Frovide bucket and scales of sufficient capacity to hald and weigh bindel' i4 IS I6 I7 18 19 for 1 batch. d. Mixe�• 1) Equigment mixers with an adjustab]e automatic timer that controls the diy and w�t mixing period and loclfs the discharge doai•s for the required mi�ing pe�-iod 2) rurnish a pug mil] with a mixing charnber l.arge enough to prevent spillage. 20 6. Modified Weigh-Batch Plants. Pt'ovide a rnixing plant that coinplies with Sec.tion 21 2.2.B.5. "Weigh-Batch Plants," except as specifieally described below. 22 a. Aggeegate Feeds 23 1} Aggregate contE•ol is required at the cold feeds, Hot bin screens aa•e not 24 required. 25 b. Su�•gc Bins 2b 1) Pt•avide 1 pz• ma�-e bins large enough to produce 1 complete batch of 27 mixture. 28 29 30 31 32 33 34 35 36 37 38 39 4Q 41 42 43 44 45 46 47 48 49 c. Hauling Equipment 1) Pt•avide trucics with enclased sides to pt•ev�nt asphalt :trzixture Ioss. 2) Co�er each Ioad of mixture with waterproof tarpaulins, 3) Before use, clean all t�•uck beds to ensui•e the mixt�re is not contaminated. 4j When necessaiy, coat the inside truck beds with an approved release agent frorn the City. d. Plaeement and Co��paction Equipment 1) Provide equipment that da�s not darnage underlying pavement. 2) Comply with laws and regulations concerning ovarweight vehicles. 3) When permitted, other equipment that will consistently produca satisfactory results may be used. 7. Asphalt Paver a. General 1) Furnish a paver that will produce a f nished surface that meets longituclinal ar�d trans�erse pro�le, typieal section, and placement requirerr�ents. 2) Ensure the paver does not support the w�ighi nf at�y po�tion �of haLiling eq�ipment other than the cann�ction. 3) Frovide laading equipment that does not transmit �ibratio�s o�� other motions to the paver that adve�•sely affect t�e finished pavement qualify, 4) Equip the paver with an automatic, dual,langitudinal-grade contt•ol systern and an auto.matic, transverse-grade control system. b. Tractor Unit CITY OP F012T VVORTI-T IITILITY CL1T REPAII2 STANDARD CONSTRLJCTIQN SPECIPICATIO�T I]OCLIIvIE�TTS CONTRACT 2Q22 Revised ]]eeember 20, 2012 City Praject No. UC-0] 2022 32 12 kb - 19 A. SPHALT PAViIVG Page 19 af2.6 1 i) Supply a teactar unit that can push or propel vehicles, dlunping directly into 2 the finishing macivne to obtain the desired lines and grades ta eliininata any � hand finishing. 4 2) Equip the unit with a hitch sufficient fio maintain cantact between the 5 hauling equipment's rear wheels and the i'mishing machine's pusher rollers G while mixture is unloaded. 7 c. Screed 8 1) Provide a he.ated campacting sc���ed flaat will p�•aduce a finished surface 9 that meets longitudinaI and transverse profile, typical section, and 10 placement requirements. I 1 2) Screed extensions �nust provide the same compacting action and heating as 12 the main unit unless otherwise approved. 13 d. Grade R�feret�ce 14 l} Pt-ovide a grade reference with enough support that the m�imum 15 deflection does ��ot exceed 1116 inch between suppot�ts. 16 2) Ensure that the longitudina.l controls can opei�ate from any Longitudinal 17 grade reference including a string line, ski, mohile string iine, or matching 18 shoes. 19 3) �'urnish paver skis or mobiie string line at least 40 %et long urnless 20 athe�'�ise approved. 2i 8. Material Transfe� Devices 22 a. Provide the specified type af device when shown on the Drawings. 23 b, Ensure the devices provide a continuous, uni%rm mixture �Iaw to the asphalt 24 paver. 25 c. When used, provide windrow pick up equipment constz'ueted ta piek up 26 substantially all raadway mixt�are placed in the windrow. 27 9. Remixin.g Equipment 28 a. When required, pt•ovide equipment that includes a pug mill, variable pitch 29 attgers, or variable diametet- augets ap�z'ating under a storage unit with a 30 minimum capacity of S tons. 31 32 33 34 35 36 10. Motar Gradea• a. When allowed, grovide a self propeiled grader with a blade length of at �east 12 feet and a wheelbase of at least 16 feet. 11. Handheld Infrar�d Thex•mazneter a. Provida a han.dheld infi•ared thermometet• meeting the reyuirements of Tex-244-F. 37 12. Rallez•s 38 a. The Contractor may use any type of i•oiler to rneet the production rates a�d 39 quality requirements of the Contract unless otherwise shown an the Drawings h0 0�• diz•ected, 41 b. When specific types of eyuipment are requii•ed, use equipment that mee�s the 42 specified requirernents. 43 c. Alternate Equipment 44 1) I.nstead af the specified equipment, the Contractor may, as s.ppraved, 4S operate other compaction equipment that praduces equivalent results. 46 2) Discontinue the use of the alte�•nate equipnnent and furnish the specified 47 equipment if the desiced resuIts are n.ot achieved. 48 d. City may require Contractor Co substltute equiptz'►ant if production rate and 49 guality requirements of the Contract aze not met. CITY 0� FOFtT W�RTH UTILTTY CUT REPAIR S'fANDt�RD CONSTRUCTION SPECIF'ICATIOIV DOCi7MENTS CONTRACT 2D22 Revised Decerober 20, 2012 City Project No. iJC-01 2022 32121b-20 ASP�3ALT P.AVING Pa�e 20 of 2b 1 13. Straightedges and Templates. �urnish 10 foot straighfedges aad otYaer templates as 2 required oi� appi•oved. 3 14. Dist�•ibutor vehicles 4 a. Furnish vehicle that can achieve a unifoj•rn tacic coat placement. S b. The nazzle patte�-ns, spray 6ar height and distribution pressure must work 6 tnge#her to praduce urti�o.rm applieatio.n. 7 c. The �ehiele s1lo�ild be set tn pz'ovide a"do�ible Iap" or "iriple lap" coverage. S d. Nazzle spray pattern5 should be ident[cal to one another aIong the distri6utor 9 spray bar. 10 �. Spray 6ar h�ight should remain constant. 11 f Pressure within the distributor must be capable of foreing the tack coat matez•ial 12 out of spray nozzles at a constant rate. I3 15. Coring Equipinent 14 a. When coring is required, p�-ovide equipment suitable to obtai.n a pavement 15 specimen meeting the dimensi�r�s far testin�;. � 17 18 19 20 21 22 23 24 25 2b 27 2$ 29 30 3I 32 33 34 35 36 37 38 39 40 41 42 43 4� 45 4�i S. Construciion 1. Design, produee, store, transport, place, and compaat Yhe specifed paving mixture in accordance with the requirements of tt�is Section. 2. Un[ess othervaise shown on the I]rawings, provide the mix desigrz. 3. The City will per%rm quality assuranee (QA) testing. 4. Pf•ovide quality cpntrol (QC} testing as needed to meet the requirements of this S ec�ion, C. Froduction Opej•ations 1 2. 3 4, General a. The City may suspend production for nancotnpliance with this Section. h. TaKe correc#ive action and obtain appt•oval to prqceed �.ier any p��pduction suspension for noncompliance. Operatianal Tolez-ances a. �top pxoductian if testing indicates talerances are exeeeded �n any of the fallo�ving: 1) 3 consecutive tests on at�y individual siave 2) 4 consecutive tests on any of the sie�ves 3) 2 consecuti�e tests on asphalt content b. Begin production only when test results oj• othe�• information indicate, to the satisfaciion ofthe City, that the next mixt�u•e produced will be within Table 9 talerances. Storage and Heaiing of IvIatei•ials a. Do not i�eat the asp�alt binder above the temperatures specified in Section 2.2.A. or outside the manufactut•er's r�commended values. b, On a daiiy basis, provide tl�e City with the records o�asphalt binder and hot- mix asphalt discharge temperatures in accordance with `I'abl� 10. e. Unless oCherwise approved, do not store mixture for a period long enaugl�. to affect the quality of the mixture, nor in any case longer than 12 haurs. Mixing and Discharge oiMaterials a. Nafify the City of the target dischat•ge temperature and produce the inixture within 25 degrees F oithe target. CITY QF FdRT WORTH UTILITY CUT REPAIR STANDARD CONSTRUCTION SPBCTFTCATION D�CiJN{F.NTS CONTRACT 2022 Revised ]�ecem�er 20, 2012 Cit�r Project Na. UC-01 2Q22 32 12 E6 - 21 ASPHALT PAVING Page21 oi2& 1 2 3 4 5 6 7 S 9 14 11 iz 13 14 15 16 17 rs 19 2� 21 b, Monitor the temperati.�re of the material in the truck before shipping to ensure that it does not exceed 350 degrees F. The City will not pay for or allow placement of ac�y mixizii•e produced at more than 35� degrees F. c. Cont��o1 the mixing time and temperatuce so that su6stant'tally all maEsture is removed from the mixture before discharging fi•om the plant. D. Placement Operations 1. Place the mixture to meet the typical section requirements and p��oduce a smooth, finished surface or base course wi�h a unifarm appearanc� and Yexture. 2. Offset Iangitudinal joints of successive couz'ses of hot mix by at least 5 inches. 3. Place mixture sa longitudinal joints on the surface course coincide vvith lane lines, or as directed. Ensure that all finished su��fac�s will drain properly. 4. When End Dump Trucks are usad, ensure the bed daes not contact the pa�er when raised. 5. Placement can b.e perfarmed by hand in siittations where the paver eannat place it adequately due to space restx�ictions. 6. Hand-placing shauld be minimized to prevent aggf•egate segregation and surface te�tu��e issues. 7. All har�d placenr�ent shall be checked with a straightedge or template before rolling to ensure u�niformity. $. �lace mixture within the compacted lift thicicness shown in Table 9, unless otherwise shown on the Drawings or otherwise clirected. 22 Table 9 23 Com acted Lift Thickness and Re �ired Care H� Com aet�d Lift Thickness Mixfure Type Minimum Maximum B 2.00 3.00 e 2.a0 2.50 D I.SO 2.OQ 24 2S 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 9. Tack Coat a. Clean the surface before placing the taclz coat. Unless otherwise appi•oved, apply tack coat uniformly at the rate directed by the City. b. The City will set the i•ate bettiueen 0.04 and 0. l 0 gallons of residual asphait per square yard of sui�ace area. c. Apply a thin, uniform tack coat to alj contact surfaces of curbs, struetures, arid all jaints. d, Prevent splattering of tack coat when placed adjacent to curb, gutter, metal beam guard fence and structures. e. Roll the tack coat with a pneurnatic-tire roller when directed. f. The City rnay use Tex-243-F to verify il�.at the tac� coat has adec�uate aclhesive propez-ties. g. The City may suspend paving ope��ations until there is adequate adilesion. h. The tack caat should 6e placed with enaugh ti�ne ta break or set before applyi�.g hat mix asphalt laye�•s. i. Traffic shauld nat be allowed on tack coats, CITY OF FORT WORTH STA,NDARD CONSTRUCTION SPBCIFICATION DOCUMENTS Revised December 2p, 2p 12 UTILIT'Y CC1T REPAIR CpNTRACT 2422 Ciry Project No. UC-Ol 2022 32 12 lG -22 ASPFIALT PAVING Page 22 aT 2G 1 2 3 4 5 G 7 S 9 10 j. Whei1 a tacked road surface must be opened to ti•�c, they should be cavet�ed with sand to pro�ide frictinn at�d prevent pick�up. k. A typical rate far applying a sand cover is 4 to $ lbslsquare yard. 10. General p]acement requirements a. Material shou[d be delivered to maintain a relatively constant head of mate�•ial in fi�ont of the s�reed. b. The hoppet� sho«ld never be allowed ta empty dt�ring paving, c. Dumping wings hetween trucics not allowed. Dispose of at end of days productian. E. Lay-Down Operation 1 i 1. Minimum Mixti.u•e Ylace�nent Ternpet'atures. LJse Tabl� 10 for minimum mixture 12 p6acement temperaturt�es. 13 2. Windraw Operatians. When hot mzx is placed in windrows, operate windrow 14 picicup equipment so that subs#antiaLly all tha mixiure deposited an the rqadbed is 15 pic�Ced up and loaded into the paver. 1G Tablc 10 17 �u ested Minimum Migture PIacement TeYn era High-Te�nperature Minimum Placement Binder Grade Ternperature lBefore Enterin� Pave� PG 64 or lowe�• 260°F PG 70 270°F PG 7G 280°F PG 82 ar hi�her 290°F I8 19 20 21 22 23 24 2S 26 27 28 29 30 31 32 33 34 35 3b 37 P. Corrtpaction I. iJse air void control unless ordinary compaction contral is specified an the Drawings. 2. Avaid displace:mcz�t of tkie mixture. If displacement occurs, correct to the satisfactiqn of the City, 3. Ensure pavement is fully campacted before a.[lowing ��ollers to stand on the pavemea�t. 4, Unless otherwise directed, use only water or an app�•oved reiease agent on z'nllexs, tamps, and other compac#ion equipment. 5. Keep diesel, gasoline, oil, grease, and other foreign matter affthe xnixture. 5. Llniess otherv�ise dir�cted, operate vi6ratoiy rollers in static mode when not compacting, when changing directions, or when the plan depth ofthe pavement mat is less than 1-1/2 inches, 7. Use #amps to thoi�oughly compact the edges a�the pavement alang cuz'bs, headers, and similar structures and in locatians that will not allow fhorough compac�ion with the roiiers. 8. The City may require rolling with a t�•eneh roller on wide�ed areas, in trenches, and in o#her Iiznited as-eas. 9. Allow the compacted pavement to cool to 160 degrees F or iower before opening ta traffic unless othet-w�se directed. CITY OF FOR`I' I�VORTFI UTILITY CUT REPAIR 5TANDARD COIYSTRLTCTIQN SPECIFICATION 1]OCUM�NTS CON"1'ItACT 2022 Revised Decem�er 20, 2012 City Project 1+Fo, [1GQ L 2022 32 12 16 - 23 ASPI-IAL't PAVING Page 23 of 26 2 3 � 7 8 9 1� [1 �2 13 l4 15 16 17 l8 19 20 21 22 23 24 25 2G 27 28 29 30 31 32 33 34 3S 3b 37 38 39 40 41 42 43 44 45 �4b 47 10. When directed, sprinkle the finished inat with water or limewatei� to ��pedite opening the roadway to �c•affic. 11. Air Void Caniirol a. Gene�•al 1) Compact dense-graded ho#-mix asphalt to cc3ntain irozn. 5 percent to 9 percent in-place air voids. 2) Da not increase the asphalt cantent of the mixture fo �'educe pavement air voids. b. Rollers I) Furnish the type, size, and number of rallers required for compaction, as c. � e. approved. 2) Use a pneumatic-tire roller to seal the surface, unless otY�erwise shown ora the Drawings. 3) Use additianal rollez•s as z•equir$d ta remove any roIler marks. Air Void Determinatian 1) Unless otherwise shown on the Drawings, obtain 2 roadway speciz�nens at each location selected by the Gity for in-place air void det�rnninatian. 2) The City will measu�'e ai�' voids in accordance with Tex-207-F and Tex-Z27-F. 3) Before drying to a constant weight, cores may 6e predried usi�g a Corelok ar simila�' vacuu�n device to remove excess moisture. 4) The City will use �11e average air void content of the 2 eores to calculate the in-place air �aids at the selected location. Air Voids Out of Range 1) If the in-place air vaid content in the eompacted mixture is helaw 5 pe�•cent ot• greater than 9 percent, change the productiion and placement opei•ations to bring the in-place air �oid content wiChin requirements, Test �ection 1} Canstruct a test sectian of 1 lane-width ai�d at most 0.2 miles in length to demonstrate that compactian to 6etw�etz S perc�nt and 9 percent in-place air voids can be obtained. 2) Continue ti�is procedui-e until a test section with 5 percent io 9 percent in- place air �oids can be produced. 3) The City will allaw only 2 test sectians per day. 4) When a test seciion producing satisfactory in-place air vosd content is placed, resurne full producti4t�. 12. Ordinary Compaction Control a. FLunish the type, size, a�ad num�er of rollers required far compaction, as approved. Furnish at least 1 m�dium pneumatic-tire rolle�• (minimum 12-tan weight). b. Use the contral str'rp method given in Tex-207-F, Faa�t IV, to establish roliing pat�erns tkrat achieve �naximvm compaction. c. Follow the selected rolling pattern unless changes that affect coz�pacti�n occur in th.� m.ixture or placement conditions. d. When such changes accur, establish a new rolling pattern. e. Corripact the pa�ement ta rneet ihe requirements of the Drawings and specifica�ions. CITY OF FORT WORTH 5T'ANDARD CON,STRUCTION SPECIFiCATI�N BOCiJME[�TTS Revised December 20, 20.12 UTILITY CUT RFPAIR CO3�!'I12ACT 2022 City ProjectNo. UC-01 2022 32 12 16-24 ASPHALT PAVING Page 24 nf26 1 2 3 4 5 G 7 8 f. g� h. i. When rolling with the 3-wheel, tandem nr vibratory t•allers, s#ar-t by frs# rolling the joint �vith the adjacent paveznent and then continue by rolling longitudinally at the sides. Proceed towat•d the center of the pavemeilt, overlap.ping on successive tz•ips by at least i ft., unless otherwise directed. Make alternate t��ips of the roller slig�tIy different in length. �n superele�ated cuives, begin rolling at the low side and progress to�+ard th� high side unl�ss otherwise dii•ected. 9 ia il i2 I3 14 15 1G 17 18 19 2Q 21 22 23 24 25 26 27 Cr. Irregularities 1. Identify and carrect irreguia�'ities including, but not limited to segregatian, rutting, raveling, flushing, fat spots, mat slzppag�, irregutar color, irregular teXt�Ere, roller marles, tears, gauges, strea�s, uncoated aggregate partiicl�s, ox• b�'oken aggre�ate paet�cles. 2. The City may also identify irregularities, and in such cases, the City shall p��omptly notify the Cantractor. 3. If the C�ty detez'znines that the irregularity will adversely affect pavement performance, the City may require the Contractor to remove and replace (at the Cont�•actor's axpens�} area� oi the pavement that contain the irregularities and at•eas where the mixture does not band to the existing pavement. 4. If irregularities are detected, the Ciiy may �'equi�•e the Contzactor to immediately suspend opei•ations ar may allow the Contractor to continue apei•ations foz' no rnore than 1 day while the Contractor fs takin� appropriafe correcti�e action. 5. The City may suspend production or placement operations until the pxoblem is corrected. 6. At the e�pe�se af the �ontractor and to the satisfaction of the City, remove and repIace any mixtut•e that daes not bond to the existing pavement or that has o#her surface irregula�•ities identified abave. 28 3.5 R�PAIR 29 A. See Sectian 32 D 1 I7. 30 3.b QUALITY CONTROL 31 32 33 34 35 36 37 3S 39 40 4] 42 43 44 A. Yraductian Testing l. PeYfa�•m pzoductioii tests td verify asphalt paving meets the pei�'ormance standard required in fhe Drawi:ngs ac�d specifiica�ions. 2. City to measure density of aspk�alt paving with nuclear gauge. 3. Cify to core asphalt paving fironn the normal thickness of section once acceptable density achieved.. City identifies ]acatian of cor�s. a. Minimum core diamete�•: 4 inches b. Minimu�n spacing: 2{�0 feet c. Minimum of 1 core every block d. Alt�rnate lanes between core �l. City ta use cores ta datermine pavement thickness and calcu[ate thearetical density. a. City to perform theoretical density test a minirnum of 1 per day per st�•eet. 8, Density Test 1. The average measLu�ed density af asplaalt paving must meet speci�ied density. CITY OF FORT WOR'Cf r []TILITY CUT REPAll2 STANDARD CONSTRi7CTION SPECIFICATI�YV DOCUI+rIENTS CONTRACT 2022 Revised peccmbar 20, 2012 City Project No. UC-01 2022 32121G-25 ASPHALT I'AV1NG Page 2i of 26 � � � 1 2 3 4 5 G 7 8 9 IO 11 12 13 i �4 1S 16 17 18 19 2fl 21 2. Average of ineasurements per street not meeting the minimum specified strength shalI be subj ect to the money penal�ies or removal and repiaceiiient at the Con#ractor's expense as show in Table 1 l. Percent Aice 89 and lower 90 91-93 94 95 Over 95 Table 11 Densi[y Pa,yxnent Schedule Percent of Contract 1'�•ice Allowed remove and replaae at the entire cost and expe��se of Contractor as directed b Ci . 75-percent � aa-13CYG0rik reino�ve and replace at tk►e entire cost and e�pense of Contractor as directed b� Citv. 3. The amnunt of petaal�'y shall be deducted fram payment due to Contractor. 4. These requirements a�'e in addition to the require�nents of Ai�ticle 1.2. C. Pavernent Thickness Test 1. City measur� each care thickness by averaging at least 3 measurements. 2. The nurnber af tests and location shall be at the discretion of the Gity, unless otherwis� specified in the special provisions or on the Di°awings. 3. In the event a deficiency in the thickness of pav�ment is revealed during praductian testing, subsequ�ni tests neeessa�•y fo isolate the defieiency sha11 be at tha Coz�tracYar's e��ense. 4. The cast far additional coring test shall be at the sarne rate charged by conrmt�aeecial lalaoratories_ 5. Where the a�erage thickness of pavement in tEie area found to be deficient, payment shall be made at an adjusted price as specified in Table 12. CITY OF FORT WQATH STANI]A72D CDNSTiLUCTION SPECIFICA'TION }�OCUMEIVTS Revised December 20, 2012 UTILITY CUT REPAIR CONTRAC'i' 2022 City Project No. UC-D l 2022 32 12 15-25 ASPHALT PA�I1�G Page 26 of 2b 1 Table 12 2 Thickness Deficienc Penalties Defieiency in Thickness Propottional Pu�t Dete�•inined b Cores Of Contract Price Crreater Than 0 percent -NatMo�•e tltan 10 pea•cent 90 perceilt Gr�eater Thare 10 pereent � Not More than I 5 percent 80 peecent remove and eeplace at tl�e entire cost and Greaier Than 15 percent expense of Cont��actor as directed bv Citv. 3 4 5 G 7 8 9 10 il 12 13 14 15 16 17 18 6. If, in the judgment of the City, the area of such deficiency warrants removal, the area shall be a•e�-ioved and replaced, at the Contractor's entire expense, with asphalt paving of the thicicne.ss shown on �he Drawings, 7. No additional payment over the cor►tract un.it price shall be made for any pavement of a thickness exceediilg that required [ay the Drawings. 3.7 FI�LD QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 A.DJUSTING [NOT US�D] 3,Zp CLEANING [NOT IISED] 311 CLOSEQUT ACTNXTIES [NOT USED] 3.I2 PROT�CTION [NOT USED] 3.I3 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DAZ'E NAME SUMMARY OF CHANGE 12l2p12b12 D. 7ohnsan 1.2.A—Ma.difiad items fo he ineladed in price bid 19 CITY OF POR�' 4VORTEI U'T'ILI1`Y CUT REPAIR STANDARD CONSTRUCTION 5I'ECIF'ICATION DOCUMEl+f7'S CONTRACT 2022 Revised December 20, 2012 Ciiy Project No. UC-Ol 2022 321313-1 CONCRETE P�i'VING Page 1 of 22 � 3 PAR'I` 7 - GENERAL 4 1.1 SIIMMARY 5 6 7 8 9 10 I1 l2 l3 I4 IS �i. Section includes: SECTION 32 13 13 CONCRETE PAVING 1. Finished pa�ement constructed of portland ce�nent concrete including monolithically poured cu�•b an the p��epared suhgrade or other base cout�se. B. Deviations fi�om this City of Faxt Warth Standard Specification 1. Quick-�et Concrete- In high trafiic areas w$ere �he u�ilify tut rep.air must be returned to service sooner than a normaX cuxe time r°vill allow, the contractor as dire�ted by the engineer shall use concrete admixtures as outlined in this specificatian Part 2- Products; 2.2 Maierials; D. Admi�rtnres or ready made mixes such as " Rapid Set" concrete mix or appraved equal. Any anci all materials used shall conform ta the above tnentioned speci�cat�on. 16 Payment for quick set cancrete sha11 be made at the unit grice per bid Cubic 17 Yards as shown on the proposal and shall be full compensaiio�t for furnishing 18 all labor, materials, equipment, tools and incidentals necessary tn com�lete the ! 9 work. 24 2. Limits �i Cancrete Pa�ement Repair- 21 22 23 24 25 26 27 28 29 30 31 32 33 3�L 35 36 37 38 39 4fl �l 42 The following criteria will be used to determine the li�mirts of concret� pavement repair for this contract: a. The minimum size nf repair for cancrete shall be S' �c �'. b. 'OWhenever the limits af the repair ar.e eight �eet {8') or less from an adjacent joint of any type, the replaeement shall be �xtended to t�tat joini. c. Dummy joints shall be sawed across a�y panel vvhere t�e construction Soint intersects #he panel and a joinE does not exisf, All new joints (construction or dummy) shall be parallel wikh exisYing joints. d. Depending on the ea�istiug 1o�ngitt�dinal joint spacing and the limits of the damaged pavemen�, the eontractor may he rec�uired to extend the replacemeni ta the halfway point of the�panel. The determinatian shail be made by the insgector on a case by case h�sis in order to as5ure unifor�tt joint spacin�. Paytnent fax alI concrete pavement regairs shall be made at tkte unit price bid per Square Yard as shawn in the p�•oposal and shall be fnll campensatian far furnishing all labnr, materials, equigment, tools and incrdentals nacessary to camplete the wark. However, paynaent #'or saweutting dummy joints in adjacent panels shall be made under the apprapr'rate bid item. C. Related Specification Sections include, but at•e not necessarily 1'vnited to: 1. Division 0- Bidding Requirements, Contract Farms, and Conditions of the Contract 2. Division l- General Requirements 3. Section 32 O 1 29 - Concrete Paving Repair Ci'T`Y OF FORT WOEtTI-I UTILTTY CU'T RGPAI l� STANflARD CONSTRUCTION SpECIFICATIO�I ]]OCUMENTS CONTRACT 2022 Revised March 19, �021 City ProjectNa. UC-Of 2022 32 13 13 - 2 CqNCRETE PAVA�IG Page 2 of 22 2 1.2 PRIC� AND �AYMENT PROC�DURE� 3 4 5 G 7 8 4 10 11 12 13 14 i5 I6 17 18 l9 20 21 22 23 24 25 26 27 A. IWleasurement 4. Sectiot� 32 13 73 - Conciete Paving Joint Sealants 1. Measuremant a. Me�surement for this Item shaii be by the squart•e yaf•d of coinpleted and accepted Concrete Pavement in its final position as rneasured from back af cu�•b for variaus: 1) Class�s 2) Thiclrnesses 2. Payrnent a. Tl�e work performed and matez'ials furnished in accardance with this Item will be paid for at the unit price bid per square yard af �oncrete Pa��ment. 3. The price bid shall incIude: a. Shaping and iine grading the placement area U. Fuxnishing and applying all water required c, �'urnishi�ag;, Ioading and unloading, storing, hauling and hand3ing a[1 cancrete ingredients including a11 fr�ight ancf royalty involued d. Mixing, placing, f nishing and curing all concrete e. Furnishing anci installing all reinforcing steel f. Furnishing all materials and placiilg longitudinal, �at•ping, expansion, and contraction joints, including all steel dovvels, dowel caps and laad transmission units required, wire and devices for placing, holding and suppotting the steel bar, load transmission units, and joint filler inaterial in the proper posit[on; for coating steel bars where �-aquired by the Drawings g. �ealing joints h. Monalithically poured curb i. Cleanup 28 1..3 REFER�NC�S 29 A. Reference Sta�dards 3Q 31 32 33 34 3S 36 37 38 39 40 41 42 43 44 45 46 1 2. Reference stan.daz�ds cited in this specification refer to the cu��rent reference standard published at the tirrie of th� Iatest re�ision date log�ed at the end of this speciftcation, unless a date is speci�cally cited. ASTM International (ASTM): a, A6151A615M, Deformed and Plain Billet-Steel Bars for Concrete Reinforcement b. C31, S�andard Practice for Making and Curing Concrete Test Specimens in tlte Pield c. C33, Concrete Aggregates d. C39, Stat�.dat'd "I'�st Method %r Compressive Strengfih of Cylindrical Concrete Specimens e. C42, Standard Test Method �or Obtaining and Testing Drilled Cores and Sawed Beams of Concrete f. C94/C}4M, Standat•d Specifications for Ready-Mixed Concrete g. CISO, Partland Cement h. C 156, Wat�r Retention by Concrete Curing Materials i. C172, 5tandard I'ractice for Sampling Freshly Mixed Concrete CIT'Y OF FQRT'W61tTH UTILI`I"Y CUT 12E1'ATR 3TANDARD GQNS'i'RUCTION SPECIPICATIQN DOCU[vIENTS CONT'RACT 2p22 Revised March l9, 2021 City ProjecC No. UC-Of 2022 321313-3 CONCRETE PAVIiYG Page 3 of 22 l 2 3 4 5 b 7 8 9 10 11 12 l3 l4 1S lb 17 j. C260, Air Entraining Admixtures for Conct-ete k. C309, Liquid Membrane-Foi•ming Compaunds for Curing Concrete, Type 2 1. C494, Chemical Admixt��res for Concrete, Types "A", "D", "F" and "G" m. C61$, Coal Fly Ash ar�d Raw ot� Calcined Natuz•al Pozzolan fo�• use as a Minaz-al Admixture in Concr-ete n. C88I, Standard Speci�cation far Epoxy-Resin-Base Bonding Sqst�ms foz• Concrete o.. C1064, Sta.t�dat'd Test Met�od for Temperature of Freshly Mixed Hyd�•aulia Cem�nt Concrete � p. C1602, Standard ,Specification for Mixing Water Used in tite Production of Hydraulic Cement Concrete. q. Db98, Lat�aratory Compactian Characteristics of Soil Using Standard Effo�•t {12,40D ft-lbf/ft3) 3. American Cancrete Institute {ACI): a. ACI 305.1-06 Specification for Hot Weather Concreting b. ACI 306.3-90, Standard Specification fa�� Cold Weather Concreting c. ACT 318 18 1.4 ADA�INISTRA.TIVE REQUIREN�NTS (NOT U�ED] 19 1.5 SUBM�TTALS [NOT USED] 20 l..b ACTXON SUBMITTALS/INFO.RMATIONAL SUBMITTALS 2I A. Mix Design: submit for app�•o�al. See Item 2.4.A. 22 L7 CLOSEOi7T SUBMTrTALS [NOT USED] 23 7..8 MAiNTENANCE 1ViATERIAL SUBMITTALS [N�T USED] 24 ]..9 QUALIT'Y AS�URANCE [NOT USED] 25 1.10 DELIVERY, STORAGE, AND HANDLING �NOT �I,SED] 26 L11 �'XELD CONDITIONS 27 A. Weather Conditions 28 29 3d 31 32 33 34 35 36 37 38 39 40 41 42 1. Place concrete when conc�•ete temperatw'e is between 40°F and 95°F when 8 measut•ed in accordance witk� ASTM C 1064 at point of placement. 2. Hot Weather Concreting a. Concrete paving oper�.tions shali be appro�ed by the City project manager or designee wh�n ihe cancrete temperature exceeds Take immediate corrective action or- cease paving when the atnbient ternperature exceeds 95°F. b. Concrete shall nat be plaeed when concrete temperature is ab.ove 10�°F undej- any circumstances. CITY OF FORT WORTH STANDAF2D CO1V5TitUCTION SPECIF[CATION DOCUIVIENTS Revisad March 19, 2021 UTII.ITY CUT REPAIR CONTTLACT 2022 City Project No. UC-Ol 2022 32 13 l3 - 4 CONCRE.TE PAVING Page 4 of 22 1 2 3 4 5 G 7 8 9 10 11 12 13 I4 15 3. Cald Weathet• Concz•eting a. No concrete shall be placed when atnbient telnp in shade and avvay fro�n artiiicial heat is belaw 4Q°F and falIing. Conat•eta may be placed when am6ient tamp is abo�e 35°r and rising. Unless the City project tnanager or desigi2ee approves paving to cantinue, suspend concreting operations if a deseending a[r teinperafure in tha shade and away frorn at�iifieial heat falls belaw 4�°F. Do not restime conci•etittg operations until an ascending air temperature in the shade and away fi�om a3•tificial heat reaches 3S°F anfl rising. Contractor should take all the precautions necessaiy to pre�vent ff•eezing af conerete. Frozen concz�et� must be removed and t•eplaced. 4. It is to be distinctly tmderstood that the contracior is x•espansible for the quality and st�-ength oithe concrete placed unde�� any weather candit�ons. B. Time; Place concrete after suru�ise and no later than shall permit the fnishing of the paveinent in natut•al ligttt, or as directed by the City. I.IZ WARRAIVTY [NO'I' C]SEDj 16 PART 2 - PRODUCTS 17 2.I OWNER FURNISHED PRODUCTS [NOT USED] 18 2.2 MATERIALS 19 A. Cementitious Material: ASTM C150. 20 21 S. Agga•eg;ates: ASTM C33. C. Watet : ASTM C 1602. 22 D. Admi�tures; Wh�n adznixtures are used, conform to the �.ppropriate specificatian: 23 1. Air-Entraining Admixtures faz• Concrete: ASTM C26�. 24 2. Chemica] Admixtures for Concrete: ASTM C494, `I'ypes "A", "D", "F" and "G." 25 2G 27 28 29 30 31 32 33 34 35 36 37 38 39 40 3. Fly Ash a. Coal Fly Ash and Raw ar Calcined Natural Pozzolan for Use in Conc��ete: ASTM C61S. b. �`]y ash rnay be substituted at one pound per pound of cement up ta 25% of the speci�ed c�znent conient when such bateh design is appraved l�y the Engineet�. E. Steel Reinfarcement; ASTM A615. F. Steej Wire Reinforcement: Not used for cancrete pavement. G. Dowels and Tie Bars 1. Dowel and tie bars: ASTM A615. 2. DoweI Caps a. Pra�ide dowel caps with enough range of mavement to allow compl�te clnsur� af the expansion joint, b. Caps for dowel bars shall be of ihe length shown on the Drawings and shall have an internal diametei' suff'�cient to pei•mit t�e cap to freely slip over the bar. e. In np case sk�all the internal diameter exceed the bar diameter hy more 118 inch, and one end of tl�e cap shall be rightly closed. CITY OF PQAT WORTif IITILITY CL1'I' RE.PAIR 5TANBARD CON51R(1CTION SP�CIFICATIQI�i DOCLfMENTS CONTRIiCT 2022. Revised Iviarch 19, 2021 City Praject 1Vo. UC-0 L 2022 32.1313-5 Ci�NCRETE PAVING Page 5 of 22 1 2 3 3. �poxy far powel and Tie Bars: ASTM C$$1. a. See Following table for appraved producers of epoxies and adhesives Pre-Quali�ed Pz•odncers ofEpoxies and Acihesives Px•oduct Name Prodt�cer Concresive 1420 BASF H�'E-50 Hilti T 308 f Powers Fasteners P E 1000 � Powers Fasteners C-b Ramset-Redhead Epcon G-5 Ramset-Redhead Pro-Poxy-300 Fast Tube Unitex Shep-Poxy T�Li CMC Construction Serviees Ult�•abond 1300 Tuhes Adhesives Technalogy Ultrabone 2300 N.S. A-22-2300 Adhasives Tecf�nology Slow Set Dynapaxy EP-430 Pecora Corp. EDQT Simpson Strang Tie ET22 �impson Sirong Tie �ET 22 Simpson 5trong Tie SpecPoxy 3000F5 5pecChem 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 zs 2b b. �poxy Use, Storage and Handling 1) 1'ackage compnnents in airtight containers and protect fi'om light and moisture. 2) Inciude defailed instructions for tfie application of the material and all safety inforrriation and warnings regarding contact with the components. 3) Epaxy label requirements a) Resin or hardener companents b) Brand name c) Name of manufacturer d) Lot or hatch number e) Temperature range foA stot'age fl Date oi manufacture g) Expiration date h) Quantity c.oniained 4} Store epoxy and adhesive components at temperatures recomme�ded by the manufacturer. 5) Do �1ot use damaged or previously opened cogtainers atzd any material that shows evidence of crystallization, lurnps skinning, extreme thickening, ar settling, af pigments tha� cannot be readily dispersed with nprmal agitation, 6) Follow sour�d environmental practices when disposing af epoxy an.d adhesive wastes. 7) Dispose of all empty containers separately. CI'FY OF FOF�T WQRTH STANDARD CONSTRUCTIOIV SP�CIFICATION DOCUMENTS Revised lt�arch 19, 2021 UTELITY CUT REPAIR CONTRACT 2022 CityPcojectNo. i�C-41 2022 32 13 13-6 CDNCRETE PAVING Page 6 af 22 1 2 3 4 5 G 7 & 9 10 11 12 13 14 15 16 17 18 19 2D 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 3G 37 38 39 �Q 41 42 43 44 45 4b 8) Dispose of epoxy by completely emptying and mixing the epoxy 6efore disposal H. Reinforcement Ba.e Chairs l, 2. 3. 4. Rainfnrcement bar chairs or supports shall be of adequate stt•engt�l ta suppai� the reinfoz�cement l�ars and shall not bend ar t�reak under the weight of the reinforce�a�e:nt bar,s or Contractor's personnel wa[king on the reinforcing bars. Bar chairs tttay 6e made of rnetal (free of rust), precast mortar or concrete 6locks or p�astic. For approval �f plastic chairs, representati�e samplc:s of the plastic shall show no visibf� indicafions of deteriqratio.n after im�nersian in a S-p�rcent snlution of sodiLim hydroxide for 120-hoiu�s, Bar chairs inay be rejected fpr failure to meet any of the x•equiraments of #�is speci�cation. I. Joint Piller 1. Jaint fillet• is the :�x�.aterial placed in concrete pavement and concrete structui°es to allow for the expansion and contraction nitl�e concrete, 2. Wood Boards: Used as jaint fille�� for cazzcrcte paving. a. Baards for expansipn joint f ller s1aa11 b� of th� ���quired size, shape and type indicated on the Drawings ox required in the specifications. 1) Boards sha[1 be of selected stock of redwoad or cypress. Th� baat•ds s]�aIl be sound heartwood and shall be free from sapwood, knots, clustered birdseyes, checl�s and splits. 2) .Toint fill��; boards, shall be smooth, flat and stt•aight throughout, and shall be sufficien#ly rigid to permit �ase of installation. 3) Soards shall be furnisk�ed 'tn Iengths equal to the width between longitudinal joints, and may be furnis}aed in strips or scored sheet of t�e rec�uired shape. 3. Dim�nsions. The thickness af the expansion joznt filler shall be shown on tl�e Dt'awings; the widfi.� sha11 l�e not less than tl•►at showr� on the Drawings, pravidir�g far the top seal spaee. �. Rejection. Expansion j aint filler inay be rejected for failure to meet any of the requirements af this specificatian. .T, loint Sealants. Provide .Toint Sealants in acco�'cfa�.ca u�ith Section 32 13 73. K. Curing Materials 1. Membrane-Forming Campounds. a. Conform to the requirements of ASTM C309, Type Z, white pigrnented compound and be af such nature that it shall not produce permanent discalarataon of conci•ete surfaces nor react deleteriously with the concrete, b, The cort�.pound shall produce a firm, conYinuaus uniform moisture-impermeable film fi•ae from pinholes and shall adhere satiisfactorily to the surfaces of damp concrete. c. It shall, when applied to the damp concrefe st�rface at the sp�cified rate of coverage, dry to touch in 1 hour and dry thraugl� in not more thati 4 houra under nortnal conditions suitable for cancrete operations. d. It shall ad�ere in a tenacious flm without running off or appreciahly sagging. e. Xt shall not disintegrate, checic, peel or erack ducing the required curing pariod. CITY pF PORT VJORTH STt1N17ARD CONSTRUCTTOfV 5PECIFICATION DOCUMENTS Revised Mareh 19, 202 L U'TILITY CITT REPAIR CONTRAC"i 2022 City ProjeciNp. UC-01 2f122 32 l3 13 - 7 CQNCRETE PAVQiG Page 7 oP22 1 f. The compound shall not p�el or pick up under traffic and shall disappear ftbm 2 the surface of the concrete by gradual disintegration. 3 g, The com.pound shall be delivered to tl�e job site in the inanu�acturer's original 4 containe�•s only, which shall be clea.rly labele.d with the �anufactui•er's name, the 5 trade name of the material and a batch number or syznbal with which test 6 samples may be correlated. 7 h. When tested in accordance with ASTM G156 Water Retention by Cancrete 8 Cw•ing Materials, the 1ic�uid membrane-fo�'ming aompound shall rest��ict the loss 9 of water present i n the test specimen at the time of application of the curing 1Q compound to not more than Q.OI-az,-per-2 inches af surface. l I 2.3 ACCESSORIES [NOT USED] 12 2.4 SOURCE QUALITY CONTROL l3 A. Mix Design �4 1. Concrete Mix Design and Control 15 a. The City has a pre-appro�Ed list of concrete mix designs. The pr•e-apprnved l�st Ib car� he found on the City website under Project Resources Falder. `I'he,se mix 17 designs mest the requirernentis of applicable City specificatians and the 1$ Contractor may use mix designs fram the list without the need for review and 19 approvaL The contractor shali natify the Ciry in writing which mix in ti�e 2D preapproved list the cantractor uses fo�• a project. 21 b. For a mix design not included in the pre-approved list, the Contraetor sha1142 22 submit a design of Y.�e concrete m� it proposes ta use and a full desc�iption of 23 43 t13e source af supply of each material component at least 10 calenda�• days 24 priar 44 ta the s#art of concrete pa�ing aperations. 25 c. The design ofthe concrete mix shall produce a quality concz'ete complymg with 2b these specifications and sha11 include fhe following infort�ation: 27 l) llesi:gn Requirements and Design Sununaiq 28 2) Material source 29 3) Dry weight of cement/cubic yard and type 3q 4} Dry weigh# of f3y ashlcubic yard and type, if used 31 5} Saturated surface dry weight of �ne and coarse aggregateslcubic yard 32 6) Design water/cubic yard 33 7) Quantities, type, and narne of adzaaixtures with manufacturer's data sheets 34 8) Currenf str•ength tests oz' s�'ength tests in accordance with ACI 318 3S 9) Current Sieve Analysis and -20Q Decantation of fine and coarse a�gregates 36 and date of tests 37 10) Fineness modulus nf fine aggregate 38 1 i) Specifiic Gravity and Absorption Values offine and coarse aggregates 39 12} L.A. Abrasion of coarse aggt•egates 40 d. Once mix design approved by City, maintain intent of mix design and 41 m�imum water to cement ratio. 42 e. Na concr�te may be placed on the job site until the mix design has been 43 approved by the City, 44 2. Quality af Conc��efe �S a. Consistepcy 4b 1} In general, the consistency of concret� mixtu�'es shall be such that: 47 a) Mortat' shal] cling to the cnarse aggt'egate CITY �F FORT WORTT-C UTILITY CU'1' REPAIR STANDARI7 CONSTI�UCTIpN 5PECIFICATION DOCUMENT5 CONTRACT 2022 Keviaed March 19, 2021 Ciry Projeck No, UC-01 2022 32 l3 13 - 8 CONCR�TE PAVING Page S of 22 1 b) Aggregate shall not segregate in conc�'ete when it is t��ansported to the 2 place of deposit 3 c� Concrete, when dropped directly from the discharge chute af the mixer, 9 sl�all flat�en out at the center of the pile, but the ed.ges of the pile shall S stand and not flow 6 d} Conct�ete an.d m,octa�• shall shov� no ii•ee waf:er when removed fram the i FriIX81' S e} Concrete shall slide and r�oi �(ow into place when transported in metal 9 chutes at ati angle of 30 degraes vvith fhe k�orizontal 10 fi) Surface of the finished concr�te sha[l he f1�ee fi•or�a a surfac� �lz� ar ll laitance I2 �) When �'ield conditions are such that additional moisture is needed far the I3 final cancrete surface finishing o�ef•ation, the required water slzall be applied 1� to the surface by hand sp�-ayer only and be held to a minimum amount. 15 3) The cancrete shall be warlcable, cahesiv�, passess satis�actoiy iinishing 16 quaIities and be of the stiffest cansistency that can be placed and vibr.ated into 17 a homogeneous mass. 18 4) E�cessive bleeding shall be avaided_ 19 S) If the strengili or consistency r•equired foi• the class of canerete being 20 produced is not secured wif,h the minimum cement speeified or without 21 exceeding the inaximum water/ceinent ratio, t�ie Contractor may usa, or the 22 Cit�+ may requ'ire, an approved cement c�spersing agent (watej� reducer); o�• 23 the Contractor shall furnish additianal aggregates, or aggregates with 24 different chac•acteristics, or the Can�z-aGtor znay use additiona[ cement in 25 order to produce the required results. 26 6) The additiona] ceenent may be permitted as a temparary measure, L7nti1 27 ag :gregates are changed and designs checked with the dif�'erant aggt�egates 28 oz- cement dispersing agent. 29 7) The Contt'actor is solely respansible for the quality of the cor�crete 3 a pr•oduced. 3I 8} The City reseives the right to indep�ndently verify the quality of the 32 concrete through inspectian af the batch plarat, t�sting of the various 33 materials used in the concre#e atzd by casting and iesting concrete eylinders 34 or beams on the concrete actua[ly ineorpotated in the pavement. 35 b. Standard Class 36 1} Unless atherwise shown on the Drawings or detailed specifications, fhe 37 standa�'d class ior concrete paving for streets and alleys is shown in the 38 follo�ing table: 39 CITY pF FpRT WpRTH UTILITY CUT REPAIR STAI�IDARD CONSTRUCTION SPECIFTCATIdN DOCiJM�NTS CONTRt1CT 2022 Revised Ivlarch l9, 2021 Cit}+ Project No. UC-O 1 2022 321313-9 CONCRE"I`E PAVING Page 9 of 22 �tanciaer� ('.las�eG niPavement C:c�ncrete 2 a 4 S 6 7 8 9 SO 11 12 13 14 15 lb 17 1S 19 20 2I 22 23 24 25 2b 27 Class of Minimum 2S Day Min. M�imum Course General Usage Conerete� Cementitiaus, Cornpressive, Wate�•/ Agg�•egate (InformatianalOnly) Lb./CY Strengthz Cementitious, Maxirnum psi Ratio Siz� inch Sidewallcs and ADA A 47� 3,OQp 0.5$ 1-1.l2 ramps, driveways, cuz�b & gutter, median avement Inlets, manhales, junction baxes, CI�' 470 3,000 0.50 3-1/2 encasement, blocking, collars, light pole foundations C 517 3,60fl 0.45 1-1/2 Headwajls, wingwalls, culverts, drilled shafts P 517 3.,60o 0.49 1-1/2 Machine piac�d Paving H 564 4,50� 0.45 1-112 Hand laced Pav�n HES 564 4,500 0.45 1-112 HE.S Pavin Bridge slabs, top slabs S 564 4,000 0.45 1-1/2 of d'u�ect traff c culuerts, a roach slabs I. A I l exnnsed h�riznntal conerete shall have entrained-air. 2. Minimwn Campressive Sh•engtl� Required. 1) Concrete Sid�walks and Curb & Gutter: Class A 2} CasY-In-Place Concrete Structures: Clas CIP and Class C 3) Machine-Laid Concrete: Class P 4) Hand-Laid concrete: Class H 5) Structura! Concrete: Class S 6) High Early Strength Conc�-ete: Class HE.S (1) When shown on the Drawings ar allawed, provide Class HE5 concrete for very early opening of pavements area or leaveauts to trafiic. (2} Design class H�S to meet tfie requirements of class speciiied far concrete pavement and a minimum compressive strength of 2,b00 psi in 24 hours, unless other early strength and time requirements are showr� on t1�e D�•awings allowed. c. Slump 1) Slump require�ents for pavement and related concrete shall be as specified in t1�e following table: CTTY OF FOR'1' W012TH STAiYDARD CONSTRUCTIdN SP�CTFICATIOAT DOCUMENTS Revised March l4, 2021 UTILITY CU'i' REPAI l� CONTIL�ICT 2U22 City Project Na. UC-01 2D22 32 13 l3 - !0 CONCRL^,TE PAVING Page ]0 of22 I 2 Conc�•ete Pa�ement and Related Concrete Slu3x�p Requirements Add elasses of concrete Concra�e Use Recommended Acceptable Design Placement and Placement Slump, Slurnp, (inch) inah Sli -�'orznl�'or�n-Ridin Pavin 1-112 1— 3 Hand Forcned Pa�in 4 3— 5 Headwalls, v�ingwalls, culverts, inlets, manholes, junction bo�es, encasement, blocking, collars, light pole faundations, 4 3— 5 slabs, sidewalk, curb and gt�t�er, concrete valley gutter and othar miscellaneous concrete Dril[ed shafts 6-1/2 5-112 —7-112 � 4 5 6 7 8 2) No concf•ete sha11 be permitted with sluz�p i�. exccss of the maximums shown. 3) Any concrete mix failing to rneet the aba�e consistency requirements, althaugh m�eting the slump requiremenfs, shall be considared unsatisfactory, and flae ��ix shall be changed to correct such unsatisfactory conditians. 9 PART 3 - EXECUTION lb 3.1 INSTALLERS [NOT USED] 11 3.2 EXAML�NATION [NOT TTSED] 12 3.3 �REPARA.TION [NOT USED] 13 3.4 INSTALLATION 14 15 16 17 18 19 2� 21 22 23 2�4 25 26 27 28 29 1�. Equipm�nt 1. All ec�uipm,ent necessary for the construction af this item shall be on the pi•oject. 2. The equipment shall include spreading devices (augers), internal vibratian, tamping, and surface floating nacessary to f'rnish the freshly placed concrete in such a manner as to provide a dense and homageneous pavement. 3. Machine-Laid Canet•ete Pavement a. Fixed-Form Paver. Fixed-form paving equipment shall be provided with forms that are uniformty supported on a very frm subbase to pre�ent sagging under the w�ight of machine. b. Slip-�oz•m Paver 1) Slip-forrrs paving eq�ipment shall be pi•ovided vvith travelir�g side forms of sufFicient dirnensioras, shape and strangth so as fifl support the concrete laterally for a sufficient length of time during placerr�ent. 2} City may reject use of Slip-Farm Pa�et- if paver requires over-digging and impacts trees, mailboxes at• other improvernents, 4. Hand-Laid Concrete Pavement CITY OF FORT WORTEI uTTI.ITy CUT REpAIR STANDARD COI+iSTRUCTION SPECIrICA'I`ION DOCUM�;NTS CON'T'RACT 2022 Ravised March 19, 2021 City ProjecENo. i�TC-01 2022 32 13 13-11 CpNCRETE PAVII�SG Page 11 of 22 a. Machines that do not incorporate fihese featur�s, such as raller screeds or vibrating screeds, shaIl be considered tools to be used in hand-laid concrete consti•ucti.on, as slumps, spreading methods, vib�'atian, and ather procedures are more cotnmon ta hand methads than to machine methods. 5 5. City may reject equipment and stop oparation if equipment do.es nat meet G requirements. 7 B. Concrete Mixing and Delivery 8 1. Transit Batching: shall r�ot be used — onsite mixing not permitted 9 2. Ready Mixeci Coqcrete ld a. The concrate shall be produced in an approved method con%iming to the I1 requirennenfs af this specification and ASTM C941C94M. City sha11 have access 12 ready mix to get samples of materials. 13 b. City shall ha�e access to ready mix plant to abtain material satx�.ples. 14 c. '1�hen ready-mix concrete is used, sample concrete per ASTM C94 Alternate IS Procedure 2: 16 1) As the mixer is being e�nptied, individual samples shal! be taEeen after the 17 discharge of approximately 15 percent and 85 p�rcent af tlfie load. 18 2) The method of sampjing shall provide that the sarraples are representati�e of 19 widely separated partians, but not from the very ends of the batch. 20 d. The rnixing of each batch, afier all materials ar� in the drum, shall continue until 21 it produces a thoroughly mixed concrete of uni�orm rrzass as determined by 2�, established mixer performance ratings and lnspection, ar appropriate uniformity 23 tests as described in ASTM C94. 24 e. The eniire contents of the drum shall be discharged before any materials a��e 25 placed therein for the succee.ding batch. 26 f. Retempering or rernixing sha11 not be permitted. 27 28 29 30 3I 32 33 34 35 36 37 38 39 4D 41 42 43 44 45 �l6 3. Delivery a. Deliver concrete at an interval not exceeding 3� minutes or as determined by City to prev�nt cold jaint. 4. Delivery Tickets a. For aq operations, the manufacturer of the concrete shali, before unloading, furn�si� to #he purchaser with eaci� batch af concrete at the site a d�li�ery ticket on whicl� is printed, stafnped, oi• written, the fnllowing information ta deterrrzi�e that the cancrete was proportioned in accordance with the approved znix design: l) Name of concrete suppliei• 2) Serial number of tic�Cet 3) Date 4) Truck number 5) Name of purchaser 6) Specific designation of job (name and Iocatian) 7} Specific class, design identification and designation af the concrete in confo.rmance with that employed in job specification� 8) Amount oiconcrete in cubic yards 9) Time loaded or of �rst mixing af cement and aggregates 10) Water added by �-eceiver of concrete 11) Type and amnu�zt o�admixtures 47 C. Subgrade CITY OI' PORT WORTH S'fAN�?ARD COM5IRUCTION SFECIFICA'IZON DOCUMSNTS Revised March 19, 2021 UTIT.IT�+ CUT REPAIR CO�+TTRACT 202� CiEy Project No. UC-01 2D22 32 13 13 - i2 CONCRETE PAVINC� Page 12 of 22 1 1. When manipulation or treat�nent of subgrade is required oz� the Dra�vings, the wo3�k 2 sYcall be performed in pi•oper sequence tivitli the prepaeatian of the subgrade foF 3 pave�neni. 4 2. The roadbed sha[I be exca�ated and shaped in conformity with the typical sections 5 and to the lines and grades shown an the Drawings or established by tl�e City. G 3. A1I holes, ruts and depressia:nS shall be iilled and cornpacted with suitable materiaE 7 and, if required, �lle subgrada shall be thox•oughly weited and reshaped. 8 4. I�'regularities of more than 1/2 inch., as shown by straightedge or tempfate, shall be 9 corrected. 10 11 12 13 14 1S Ib I7 18 5. The subgz�ade shall be uniformly compacted to at least 95 percent of kh� :tx�aximum density as deterrriined by ASTM Db98. b. Moisture content shall be within tninus 2 percent to plus 4 percent of aptimum. 7. The pz•epared subgrada shai] be wetted down sufficiently in advance of plac�ng the pavement to ensure ifs being in a�irm and rnoist condition. 8. Sufficient subgrade shall be ��'epat'eci in advance to ensure satisfactory prosecution of the work. 9. `I'he Contracl:or shall notify the City at least 24 hours in advance of its intention to place concrete pavement. 19 10, After the speciiied moisti.u•e and density a►•e achie�ed, the Contracto�' sk�all maintain 20 the subgrade zt�oistu�e and density in accordance vvith this Section, 21 I I. In the event that rain ar ather conditions inay have adversely affected the ccandition 22 of the subgrade or base, additional tests may be required as directed l�y ihe City. 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 �3 �14 45 46 D, Placing and Re�naving Forins 1. Placing I'orms a. Forms for machine-laid concrete I} The side forms shall be metal, of approved cross section and bracing, af a height no less than the prescribed edge thickness of the concrete section, and a minimum af 10 fe�t in length fo�• each individual fo�m. 2} Forms shall b� of ample st��ength and staked with adequate number of pirzs capable of resisting the pressura of concrete p�aced against them and the thrust and the vibration of the construc�ion equipment operating upon them wlthout appr�ciable spriflging, settling or deflaction. 3) The foi•�ns shall be fi�ee from warps, bencis o�' kinlcs and shall show no variation from the true plane far face ar top. 4) Forms sliall be jainted neatly and tlghtly and set with exactness to ihe establis�►ed grade and alignment. 5) Forms shall be s�t to line and grade at [east 20.0 feet, where praeticable, in advance of the paving opez•ations. 5) ln no case shall the base width he l�ss than 8 inches foi a foi•m 8 inches oY• more in height. 7) Forms inust be in firm contact wifh the subgrade throughout thei�� length and base width. 8) If the subgz•ade beco.mes unstable, forms shall be i�set, using heavy stalces or oiher additional sup.ports rnay be necessary to provide the requirecf stability. b. Forms for hanc!-Iaid cancrete CITY OP FORT WORTH UTILITY CUT REFAIR STANDARD CONSTRUCTIdN SPECLFICATION DOCiIMENTS CONTRACT 2022 Revised March 19, 2021 City Prolect No. UC-Ql 2p22 32 13 13 - l3 CONCRETE PAVING Page 13 of22 1 1) Forms shall extend the full depth of concrete and be a mininrzum af 1�112 2 inches in ttvcicness or equivalent when wooden farr�ts are used, ar be of a 3 gauge that sha11 provide equivalent rigidity and sirengtk� whet� metal forms are 4 used. 5 2} For curves with a t•adius of less than 250 feet, aceeptable flexible meial or 6 wood fa�•ms sha11 be used. 7 3) All farms showing a deviaiion of l l$ inci� in 1Q feet fi•om a straight Iine 8 shall be �-ejected. 9 2. Settling. When fot'ms settle over ll8 inch under finishing operations, paving t0 aperations shall be stappeci the farms reset to line and grade and the pavement then 11 brought to the requi�'ed secfioz� and thicfcrtess. iz 13 I4 I5 16 17 18 19 2U 21 22 3. Clea�aing. �'orms shall be tharoughIy clearted after each use, 4. Ret�oval. �.. b. c. d. e. Fornns shalI remain in pIace until the cancrete has taken ita iinal set. Avaid damage to fhe edge �f the pavement when removing forms. Rep.air damage resulting ii•om form removal and honeycambed aa-eas with a martar mix within 2A hours after fot•ni removal unless otherwis� app�'aved. Clean joint face and repair honeycombed or ciama�ed areas withi� 24 hours after a bullchead for a transverse construction joint has been retnoved unless otherwise approved. When forms are removed before 72 haurs af�er eoncz•ete pIacement, promptly apply membrane euring compound to the edge of th� concrete pa�+ement. 23 E. Placing Reinforcing Steel, Tie, and Dowel Bars 24 1. General 25 a. When reinforcing steel tie bars, dowels, etc., arre requixed they shall be p.laced 2b as shown an the Dra�vings. 27 b. Al] reinforcing steel shall be clean, free f►�oitn rust in the form af joose or 28 ohj eetianable scale, and af the typ�, size and dimensions shown Qn the 23 Drawings. 30 e. Reinforcing '�ars s�all b� secut'ely wired togethet• at the alternate intersections 31 and all splices and shall ba secueely wired at each interseetion dowe! and load- 32 transmission uniY intersected. 33 d. AII bars shall be installed in their reguired position as shown on the Drawings. 3�4 e. The storing of �'einforc�ng or structural steej on completed roadway slabs 35 �enerally shall ba avoided and, where permitted, such storage shall be limit�d to 36 q�antities and distribution Yhat shail not induce excessi�e st�•esses. 37 2. Splices 38 a. Pf•ovide standard reinforcement splices by lapping and tying ends. 39 b. Comply with ACI 318 for minimum lap of spiiced bars wher� not specified on 40 the Drawings. 41 42 43 44 45 4b 47 3. Installation of Reinforcing Steel a, All reinforcing bars and bar mats shall be installed in th� slab at the requi:red depth below the fitusl�ed sueface and supported by and securely attached ta bar chairs installed on prescribed lor�gitudinal and transve�se eenters as shawn by sectional and detailed drawings on the Drawings. b. Chairs Assembly. The chaii� assembly shall be similar and equal to that shown on the Drawings and shall be appraved by tihe Ci#.y prior to extensive fabrication. GiTY dF FORT WORTI� 5TA3YDARD CONSTR[JCTION SPECIFICATiON DOCiIMENTS Revised March l9, 2021 U'iILITY CUT R�PAIR CONTRACT 2022 Gity Praject No. UC-01 2022 d. 32 I3 13 - 14 CONCRETE PA'ViNG Page 14 of 22 1 c. Aftei• the reinforcing steel is securely installed abnve the subgrade as sp�ci�ed 2 in Drawings and as herein presc�•ibed, no loading sha116e imposed upan the ba�' 3 mats or individt�al bars befat•e ar during tEie pla�ing or finishing af the concrate. 4 4. lnstallatio� oiDowel Bars 5 a. Xnstal] through the precf�•illed joint fller and t•igidly support in true horizontal 6 aud vertical positions l�y an assembly of bar chairs and cEowel baslcets. 7 b, Do�vel Baslcets 8 1) The dowels 5na11 b� held in pasition e�actly parallel to surface and 9 centerline of the slab, by a dowel basket that is left in the pavement. 10 2) T13e dowel basket shal! hold each dowel in exactly the correct position so 11 iif•mly that the dowel's pasition cannot be altered by conct�eting aperations. 12 c. Dowel Caps 13 ]) InsialI cap to allow the ba�� to move not Iess than I-114 inch in eitl�er 14 direction. 15 15 17 Tie Bar and Dowel Placernent a. Place at mid-depth of the pavexnent slab, parallel to the surface. b. Place as shown on the Drawings. 18 6. Epoxy for Tie and Dowel Bar Installatian 19 1) Epoxy baxs as shown on the Drawings. 20 2) Use only dt�illing operations that do not damage the surraunding operations. 21 3) Blow out drilled holes with campressed air. 22 4} Canripletely fll the cErilted hole with approved epoxy before insarting the tie 23 ba�• inta the hole. 24 5} Install epaxy grout and bar at least 6 inches �tnbedded into concrete. 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 F. Jaints 1. loints shall be placed where shor�rn on the Drawings or where directed by #ha City. 2. The plane of all joints sl�all malce a right angIe with the surface of the pavement. 3. No j oints shall ha�e an error in alignment of more than ] 12 inch at any paint. 4. Joint Dimensions a. The w[dth ofth� joint sha[1 be shown on the Drawings, creating the joint sealant reservoir, b. The deptli of the �oint shall be shown on Y.he Drawings. c. Dimensions of the sealant rese�•vaix• shall be tn accn�•dance witka xxi.anufacturer's recommendations. d. After curing, the joint sealant sha11 be I18 inch to 114 inch below the pa�ement surface at ihe center of the joint. �. Tz'ansverse Expansion Joints a. Expansioz� jaints shail be installed perpendicularly to tke surface and to the centerline af the pavei�n�nt at the loca�ions shown nn the Drawings, or as approved by the City. b. Jaints shall be of the design width, and spacin.g shown on the Drawin�s, or as approved by the City. c. Dowel bars, shall bs of the size and type shown on the Drawings, or as approved by the City, and shal] be installed at the specified spacing. d. Suppoz�t dowel bars with dowel baskets. e. Dowels shall t'est�ict tl�e f�-ee opening and clQsing af the expansion join and shall not malce p.lanes af �eaknesses in th� pa�ement. f. Greased Dowels for Expansion Jnirzts. CITY OP PORT WORTfI CI'I'II.,ITY C[1T REPAIR STANDARD CONSTRLICTTON SPECIF[C,,ATION DOCiJMENTS CONTRACT 2022 Revised March 19, 2021 Ciry Project No. UC-Q l 2Q22 aa �3 �3 - is CONCRF.T� PAV]]VG T'age t5 of 22 3 � za 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 33 36 37 38 39 4D 4l 42 43 44 45 4b 47 �!S 49 1) Coat do�vels with a thin �Im of grease ar other approved de-bonding material. 2) Provide dowel caps on the lubricated end of each dowel bar. g. Proxiini�+ to Existing Sfi�uctur�s. �hen the paVement is adjacent to or around existing structures, expansions j oints sha�l b� constiructed in accorriar�ce with the details shown on the Drawings. 6. Trausverse Contraction Joints a. Contt-action o:r dummy jnints shall be installed at the locations and at the int�rvals shown on the Drawings. b. Toints shall be of the design width, and spacing shown an the Drawings, or as d, e. f. g- h. appz•oved by Yhe Cit�+. Dowel bars, shall be af the size and type shown on the Drawings, or as appro�ed by the City, and shall be installed at the specified spacing. Joints s�all be sawed into the completed pavement surface as soon after uu�ial concrete set as possi�le so that some raveling of the conc��ete is obse��ved in arder for fl-ie sawing process to prevent uncontrfllled sluiriltage cracking. The joints shall be constructed by sawing to a 1/4 inch width and to a depth af 1/3 inch (1/4 inch permitfed if iimestone aggregate used} ofthe actuai pavement tivckness, or deeper if so indicated on the Drawings. Complete sawin. g as soQn as possible in hot weathei- condi�ions and within a maximuEn of 24 hours after saw cutting begins under cool weathet• canditians. If sharp edge joints are being obtained, the sawing process shalI be sped up ta the paint where some raveling is observed. Damage by 61ade action to the slab surface an.d to tise cancrete immediately adjacent to ti�e joint shall be minimized. Any portion of the curin� mernbrane vvhich has been disturbed by sawing operations sha31 be resto��ed by spraying the areas with additional curing compound. 7. Ttansverse Construction �oitats a. Const�`uction j aints far�med at the close of each day's work or when the piacing af concrete has been stopped for 30-minutes or longer shal! be const�ucted by use of inetal ot• wooden bulkheads cut true to the section of the fini.shed pavement and elearied. b. Waoden buli�heads shall have a thickness of not tess thari 2-inch stoc.k material. c, Longitudinal bars shall be held securely in place in a plane perpendicular to t1�e surface and at right angies to the centerline of fihe paveinent. d. Edges shall be rounded to 1/4 inch radius. e. Any su�plus cancrete on the subgrade shall be cemoved upon the resu�npfiinn af the work. $. Lflngitudinal Construction .Toints a. Longitudinal construction joints shall be of the type shown an the Drawings. 9. Joint Fiiler a. Joint filler shall he as specif"ied in 2.Z.I of the size and s�ape shavrn on the Drawings. b. Redwood Board joints shall be used far all pavement joints except for expansion joints that are coincident witla a butt joint against e�sting pa�r�men.fs. c. Baards with less than 25-percent of maistwe at the time of'installation shall be thoroughly wetted on the job. CITY OP FORT WORTH STANDAI2D CONSTRiTCTION.SPECIFICATION ]70CUMEN'TS Revised March 19, 2021 uTrr�i� cuT �Pnui CONIRACT 2022 City Project No. UC-01 2022 321313-I6 CaNCRETE PAVING Page lb of 22 1 d. Green lumber ofmuch higher maisture conter�t is desia•ab[e at�d.acceptable. 2 e. The joint fillet� shall be appropriately drilled to admit the dawel bars when 3 required. 4 f The bottom edge of the filler shall extend to or slightly belaw the bottonl of the 5 slab. The top edge shall be held appi•oximately 1/2 inch belaw the finished 6 su�'face of th� pa�ement in order to allow the f nishing oparations to be 7 cant�nuous. S g. The�aint filler tnay be compos�d ofnnore than one length of board in the 9 length of jaint, but no hoa.�•d of a{ength ]ess thail G foat tnay be used unless 10 otherwise shown on the Drawings. 11 h. After the rerr�o�al of the side farrns, the ends pf the joints at the edges of the 12 slab shal] be carefully opened for the entit�e depth of the slab. 13 10. Joint Sealing. Routine pavement joints sha[1 he filled consistent with paving details l4 and as speeiiied in Sectian 32 13 73. Materials shall generally be liand[ed and 15 applied accoz�ding to the inanufactut•ec's xecomznendations as speci��d in S�ction 1b 32 13 73. 17 G. Placin� Concrete 18 1. Uz�Iess otherwise specified in Yha Dravaings, the finished pavemenf shall be 19 eonsttucted rnonolithically and consi��ucted by machirled laid method unless 20 impractical. 21 2. The concrete shall be rapidly deposifed an the subgrade in successive batches and 22 shall be dist�•ibutecf to the i•equired depth and for the entire width of the pavement 23 by shoveling; or ot}�er approved inethods. 24 3. Any corlcrete nat p[aced as hex'ein prescrlbed within the tim.� Iiznits in fh.e following 25 table will be rejected. Time begins when the water is addad to the mixar. 26 27 2$ 29 A�. Ralces shaIl not 6e used in h�nd[ing conctete. 30 5. At the end of the day, or in case of unavoidable interruption or delay of more than 31 30 minutes or longer to prevent cold joints, a#ransvez•se construction joint shall be 32 placed in accordance with 3.4.F.7 ofthis Section. 33 6. Haneycombing CITY OF FORT WORTH U'ITLITY CUT REPAIR STANDARD CONSTRUCTION SPECIF'ICATIQN DOCUMENTS COIVTRA�T 2022 Revised March 19, 2021 City Project No. UC-0120�2 1 Normxl dosaga of retarder. �2 �a �� - i� cnr�cxET� �avzrrG Page 17 of22 1 2 3 4 5 G 7 8 9 10 11 12 13 14 15 16 17 18 19 20 2I 22 23 24 25 26 27 2$ 29 30 31 32 33 a. Special care sk�all be taken in pIacing and spading tite concrete againsf th� forms and at all joints �and asse�nhlies so as to p�•event honeyconrzbing. b. E�cassive voids and honeycombii�g in the edge of the pavement, � evealed by the removal of the side forms, may be cause foi• rejection of the section of slab in which the defect occues. H. Finishing 1, Machine a, Tolerance Limits 1) 1�hile the concrete is still workable, it shall be tested fpr ir�regularities with a 10 foot straightedge placed parallel Yo the centerline af the pa�ement so as to bridge depressians �nd to touch all high spats. 2} Ocdinates measured fi'om tl�e face af the sta�aightedge to the surface of the pavement shalI at na pIace exceed 111b inch-p.er-foot from the nearest point of contact. 3) In no case shall the rna�imum ordinate to a 10 foot straightedge be greater than 1/8inch. 4) Any surface not within the tolerance limits sha11 be reworked and rei'inished. b. Edging 1) The edges af slabs and al1 joints z�equiring edging shall be careiully toaled vv�th an ecige�• of the radius required by the Drawings at the time tY�e concrete begins to take its "set" and becomes non-worlcabie. 2) All such work shall be left smooth and �ue to lines. 2. Harid a. Hand finishing permitted only in in#ersectians and areas inaecessible ta a finishing machine. 6. �7hen the hand tr►ethod of striking aff and cansalidatin.g is peemitted, the concz•ete, as saon as placed, shall be approxirnately leveled and then struck off with sc�•eed bar to such elevation above grad� tkiat, when consolidated and finished, the surface of the pavement shall be at the grade elevation shown an the Drawings. c. A slight excess of material shaIl be kept in front nf the cutting edge at all times. d. The straightedge and joi�t finishing shall be as pz•escrit�ed herein. 34 I. Curing d: 35 1. The curing of concrete pavemant shall be thorough and continuous throughout the 36 entire curing period. 37 38 39 40 41 42 �43 44 45 46 47 2. Failure to pt-a�ide proper cu��ing as herein prescribed shall be considered as sufficient cause for imrnadiate suspension af the paving operations. 3. The curing mathod as he�•ein spaci�ed does not pi�eclude the use of any of the othe�' commonly used methods of curing, and the City may approve another method of curing if so requested by the Contt•ae#or. 4. Tf any selected rnethod of curing does not afford the desired results, the City shall have tha right to order that another method of euring be instituted. 5. Aftex removal of the side forms, the sides of the sla� shall receive a Iike cnating before eai�th is banked against t�em. 6. The salution shall b.e applied, under pressure with a spray nozzle, in sucM a zz�.anner as to cove�• the entire surfaces thoroughly an8 complately with a uniform film. CI�'Y Oi' FORT' WORTH STANDARD CQIYSTRUCTION SPECIFICATTON DOCUM�I�TS Revised March 19, 2021 UTiL1TY CVT REl'AIR CONTKACT 2U22 City Project Nn. UC-� l 2022 32 13 13 - 18 CONCREI'E PAV[NCi Page 1$ of 22 1 2 3 4 S G 7 8 9 1.0 11 12 13 14 IS I6 17 i8 19 20 21 22 23 24 25 26 27 28 29 3Q 31 32 33 3�4 3.5 35 37 7. �'he f•ate of application shal] be such as to er�suz•e complete coverage and shall not exceed 20-square-ya�•ds-per-gallon af cut•ing compourad. 8. When thoroughly dry, it shall provida a continuous and flexible �neznbrane, free from cracks or pinholes, and shall not disintegrate, eheck, peel o�� crack duriqg t[�e curing period. 9. If foz- any i�eason the seal is broken during the curing period, it shall be imn�ediately �'epai�'�d with additional sealing solution. 10. When tested it� accordance wi�h ASTM C156 Water Retention by Concrete Curing Materials, i:he euring campoun.d ahall peovide a�lm which shall have retained within the test specimen a per•centage of the moisiure pt•esent izt t�e specitz��n wl�en the curing compound was applied accordiiag ta tlle following. I 1. Contractor shall maintain and properly repair damage to curing inaterials on exposed surfaces of cancrete pavement continuously far a least 72 hours. J. Monolithic Curbs 1. Conc�^ete %r manofithic curb shall be the same as foi• the pa�ement anci, if carrfed back fram tha paving mixe�-, shall be placed within 20-minutes after being mixed. 2. A$er the conereta has been stt'ucl� off and suf�cientl� set, the exposed surfaces sha11 be thoroughly wa�'lcad with a woaden �iat. 3. The exposed edges shail be rounded by the Use of an edging taol to the �•adius indicated on the Drawings. 4. AlI exposed surfaces af curb shall be bt�ushed to a smooth and unifo�•m sui�face. K. Alley Paving 1. Alley paving shall be constructed in accordance with the speeifications for concrete paving he�•einbefo�-e ciescz�ibed, in aeco�-dance wi�li the details shown oi� the Drawings, anci with tkze fo]lowSe�g additional provisians: a. Alley paving shall be constructed to the typical cross sectinns shown an the Drawings. b. Transverse expans�on joints of the type shovvn on #he D�•awings shall be canstructed at the property Iine on each er�d of the alley with a maYilnum spacing of 600 feet. c. Transvers� contraction and dummy joints shall be placed at the spacing. shown on the Dravvings. d. Contractian aiad dumtny joints sk�all b� foz'me.d in sueh a manner �hat the required joints shall be produced ta the satisfaction of t}a� City. e. All joints shall ba constructed in accordance with this spaci�cation and filled in accordance with the requiremenE of Sectian 32 1� 73. L, Pavement Lea�eouts 38 ]. Pavement leaveouts as ne.cessa�y to maintain and provide for local tr�c shail be 39 provided at location indicated on the Drawings or as directed by the City. 40 2. The extent and Iocation oi each leaveout required and a suitable crassover 41 connection ta provide for traf�c moveznents shall be determined in the �eld by the �+2 City. �43 3.5 REPAIR 44 A. Repair of concrete pa�ement concrete shall be consistent wiih the Drawings and as 45 speci�'ied in Section 32 Ol 29. CITY OF FORT WORTH i]TjLITY �UT REPAIR STANDARD CONSTRUCTION SPECIFICATIp1V DOCUMEIVTS CONTRACT 2022 Revisedt�arch 19, 2021 City ProjectNo. UC-dl 2022 32 13 13-19 CONCRETE PAVI�fG Page l9 of 22 3.6 RE-INSTALLAT�ON [N�T LTSEDj 2 3.7 SITE QUALITY CONTROL 3 4 5 G 7 8 9 1� I1 12 [3 14 IS I6 17 18 19 20 21 22 23 24 25 2b 27 28 29 30 A. Concrete Plac.ement 1. Place concrete using a fully automated paving machine. Hand pauing anly pe�•initted in areas such as intersections whe��e use of paving machina is not practical a. All conerete pavement not placed by hand shall be placed using a fully automated paving machine as approved by the City. b. Screeds will not be allowed except if appraved by the City. B. Testing af Materials l. Samples af aIl materials for test shall be provided by t,�e c.ontractor at no expense to the City, unless otherwise speciiied in the special provisions or in the Drawings. 2. In the event the initial sampling and testin� does nat camply with the specificatians, all subsequent testing of Yl�e material in ordez' ta determine if the material is acceptable sha11 be at the Contractor's expense at the sarne rate charged by the coin mercial laboratories. 3. All �esting shall be in accordance with applicab�e ASTM Standards and conctete testing technician must he ACI certifed or equivalant. C. Pavement Thickness Test 2. � Fa�ement thickness test shall he pe:rformed by a commercial testing Iaboratoiy approved lay the City every 100 feet or fraction thereof in accordance with T�DOT Designation: Tex-423-A, unlass ofherwise shown on the pjans. Test locations shall 6e at the discret�on of the City. In the event a de�'iciency in the tkxiektaess af pavement is revealed during normal testing nperations, core samples shall be talsen at the contractor's expense to verify det7ciency of mot'e than 0.2 in. from plan ihic�ness and t:o isalate the deficient area. Whe�•e the average thickness af pavement in the area found to he defcient in thic�ness by mare than 0.20 inch, but not more than 0.50 inch, payment shail be made at an adjusted price as speeified in the following table. T7eficiency ia Thiclmess Praportional Part Datermined b Cores Of Cont�•act Price Inches Allowed 0,00 — b.2� 100 percent 0.21— 0.30 80 pere�nt 0.31— 0.40 7fl percent �.41 — 0.50 GO percent 31 3� 33 34 4. Any area of pavement found deficient in thickness by more than 0.50 inch but nat more thae� 0.75 inch or 1110 of the thickness specified on the Drawings, whichever is greater, shall t�e evaivated by the City. C�TY OF FbRT V�ORTH STAN17r1RD CONSTRUCTIOl�i SPECTFICATIOlv DOCUMENT� itevised March 19, 2021 U�'1L1TY CUT REPAIR CON"{'RACT 2D22 Cicy Project No. UC-0 f 2022 32 l3 13 - 20 CO�IC1i�,TE PAVING Page 20 qf22 1 5. If, in the judgment of the Ciiy the ai�ea of s.ucla de�ciency should not be remaved 2 and replaced, there shaIl be no payinent for the area �•etained. 3 6. If, in !he judgment of the City, the area of such de�ciency warrants remova[, the 4 a.rea shall be �'emoved and i•eplaced, at the Cont�•actoj•'s eiltit�e expense, with 5 concrete o�t�e thickness shown on the Drawings. G 7. �,ny ai�ea qf pa�eme:nt �found deficient in thickness hy mo�•e than 0.75 inch or more 7 than 1110 of the platt thicknass, whicl�aver is greater, sliall be removed and replaced 8 with conerete of the thicicness shown on tha Drawings at �e Contractor's sole 9 expense. 10 $. No additiona[ payment ove�• the contract unit price sha[1 be made �oi• any pavez�ent I 1 of a thickness exceeding that required by the Drawings. 12 D. Pavernent Strength Test ] 3 1. D�ring �e progxess of the work ihe can3merciaj testing laboratory casts test 14 eylindei�s foz� confoz�nriing to ASTM C31, to maintain a checic on the compressive 15 strengths of the conc�'ete bei�ag placed. 16 2_ Test cyIinders shall be taken fi•am a�•ep�'es�ntatave partion of co.nci•ete being placed 17 for e�ery 15D-cubic yards of concrete pa�vement placed, but in no case shall fewer 18 than 1 set of cylinders be ta[�en per day of placen�ent. Aft�x the cylind�i•s have been 19 cast, they shall remain on the job site and tl�en transpot�ed, tnoist cured, and tested 20 in accordance with ASTM C31 and ASTM C39. 21 3. In eaeh set, ona of the cylinders shall he tested at 7 days {3 days for HES conerete), 22 tvaa cylind�rs shall be tested at 28 days (three cylinde�•s for 4" by 8" cylinders}, and 23 the rernaining c�linder shall b� retained %�- testing at 56 days, if necessaiy. 24 Concrete must attain its design streng;th. vvithin 56 days. The 4" by 8" cylindeis are 25 acceptable anly when the nominal ma.xit�nuzn aggregate size of the mix is less than 2G 1-1/4 inch 27 4. If the 28 day test results indicate deficient strength, the Con�actor may, at its aption 28 and expense, core the pavement in question and have the cares tested by an 29 apprpved laboi-atoiy, in accordance with ASTM CA 2 and ACI 318 pratocol, exeept 30 the average of all cores must ineet 100 percent oifhe minimum specified strength, 31 with no individual care resulting in Iess than 90 percent of design strength, to 32 override the t•esults of the cylinder tes�,s. 33 5, Tn the even# cylinders andlor cores da not meet zninirz�u�nn. sp�cified stz�en�h, 34 additiona[ cores shali be taken to identify the limits of def cient cancrete pa�ement 3� at th� e�pense of the Contractor. 36 6. Cylinders andlor cares rnust meet minimum specified strengtl�. Pavement nat 37 meeiing th.e nninimum speciiied sti•ength shall be subject to the money penalties or 38 removal and placem.ent at the Contractor's expense as show in the following tabfe. 39 40 4l. 7. Deiiciency shalI be determined on a parlel b� panel basis, 42 8. The amount of penalty sha1� be deducted from payment du.e to Contractar., 43 9. Na additional payment ov�r the contract unit price shall be made for any pa�ement 44 of s#t•ength exe�eding that required hy the Drawings andlor specifications. CITY QF FORT WORTH iI'I'II,ITY CUT REPAIR STANDARD CONSTRL7CTCQN SPECIPICATIbN DOCUMENTS CONTRACT 2022 Revised March 1J, 2021 City ProjectNo. UC-OL 2022 32 13 l3 - 21 CO3�iCRETE PAV1NCr Page 2l af 22 E. Cracked Concrete Acceptance Policy 1. If ct•acks exist i� concrete pavefnent upon cotnpletion of the project, the Pz'a,�ect Inspector shall mal�e a deter�ni��atian as ta the need fot• action to address the cracicing as to its cause and reeommended remediai work. 5 2. If the rscoznmended remedial vvqrk is roufing and sealing oithe cracks to protect 6 the subgrade, the Inspector shall ma�Ce the determination as ta whether to rout and 7 seal the cracks at the ti�ne of �naI inspection and acc�ptance or at any time prior to 8 the end of the project maintenance period. The Contractor shall perform the routing 9 and sealing work as dii•ected by the Project Inspectoa•, ati no cast to the City, 1 p regardless of the cause of the cracking. 11 3. If remedial work beyand routing and sealing is dete�'�nined ta be necessary, the 12 Ins.pector and the Contractor vvill attempt �a agree an the cause af the cracicing. 13 a. If agreement is reached that the cz-acking is due ta deficient materials or 14 workmanship, the Contiactor shall perform the remedial worlc at no cast to the IS Ciiy. Remedial work in this case shal.l be limited to removing and replacing the 16 deficient work with new rriaterial anci wark�nanship that meets the r•equirements 17 of t�se contract. 18 19 20 2l 22 23 2�4 25 26 27 2$ 29 30 3l 32 33 34 35 b. If the Inspector and the Contractor agree that the cause of the cracking is not deficient materials or workmanship, Y�ie City may request the Cantractor to pro�ide an estimate af #he cost af the necessary remedial wo�k andlor additianal work to addi�ess the cause af cracking, and the C.ontracta�� v�ill pei•farm that work at the agreed-upan price if the City elects ta do so. 4. If the Inspecior and the Contractor cannot agree on the cause of the cracking, the City may hire an independent geotechnical engineer, acceptable to t.�e Cantractar, to perform testing and analysis to determine the cause af the cracking. The contractor shall pay 5Q pereent of the costs of the independent testing. Contractor shall prar�ide ane half of the estimated eosts of the independent testing to be held by the City. 5. If ihe independent geotechnical engineer deterrriines that the prim�ait'y cause af the cracking is the Contz•actor's deficient material or woricmanship, the remedial work will be performed at the Contractor's entire expense and the Contractor will also reimburse the City for the City's poition oi cost of the geoteclu'►ical investigation. Remedial work in this case shall be limited to i-etnovi�g and t'eplacing the deficient work with new material and workmat�ship that meets the requirements of the contract. 36 6, If the geotechnical engineer determines that the pritnary cause of the cracking is not 37 the Contractat's deiicient material ar vroritznanship, the City will return the held 38 funds to the Gont�•actor. The Contractar, on eequest, will provide the City an 39 estirnate of the costs of the necessary remeciial work andlor additional work and 4p will perfat•m the work at the agreed-upon price as di.rected by tt�e Czty. 41 3.8 SYSTEM STARTi1P [NOT USED] 42 3,9 ADJUSTING jNOT USED] 43 31Q CLEANiNG [NOT iTSED] 44 CITY OF FqRT WORTH STANUAI2D CONSTRU.CTIQN SPECIPICATIQl�i DOCUIviENTS Revised March 19, 2021 UTILITY CC3T REPAIR CQNTRACT 2Q22 City Project No. UC-fl 1 2022 32 L313-Z2 GONCRETE PAVINCr Page 22 of 22 1 3.11 CLO�SEDIIT ACTIVITIES [NOT USED] 2 312 PROTECTION �NOT USED] 3 3.13 NiATNTENANGE [NOT USED] 4 319 ATTACHMCNTS [NOT USED] 6 END OF SECTZON � Revision Log DATE NAIV� SUMMARY OI' CHANGE i212012012 1.2 A-- Iviadified items to be ineluded in price bid 5/21/2014 Dau� Rademaker 2.2.D —Modi�ed to cl�rify acceptable fly ash subsiituti.on in concrete paving 1.11.A — modified ta alarify concrete placenient temperatm�e restrictaans 2.4.A, B, D-- to clarify concrefe quality cpntrol proaess and requiren�ents 3/19/2021 Zelalem 1lrega / Daug Black 3.7. C& D- to �nodify and cla�•ify the paveme3lt strength test and change i� paveraecaC thzckness measurement methodo[ogy 3,7,E — Modificd to clarify Eracked conerete acceptance poliey CITY Or FORT WORTH Cl7`CL1TY CUT REPAIR ST.ANDARD CONSTRi1CT'ION SPECIFTCATION DOCUMENTS CONTRACT 2022 Revised March 19, 2021 City ProjectI*fa. UC-01 2022 3241 19-1 TOPSOIL PLACEM�NT AND P1N[SH[I�IG OF PARKWAY5 Paga l of 3 1 2 SECTION 32 91 19 TOP.SOIL FLACEMENT AND FINISHING O�' PARK'L�7AYS 3 PART1- GEN�RAL 4 11 SUMMARY 5 G 7 8 9 10 11 12 13 I4 15 1G 1.2 17 18 19 20 2i 22 23 24 25 2G 27 28 29 30 3l 32 33 1.3 A. 5ection Includes: i. Furnish and place to�soil to the depths and an the areas shown on the Drawings. B. DeviatiQns from this City of Fort Worth Standat'd 5peciiication 1. TOP SOIL- Where directed by the engineer, top sail shall be applied in accardance with "Top Soil Placement and Parkway Fin�shing" {32 91 19) escept as fallows: All labQr, equipment, taols and ineidentals shall be included in the Squarc Yard bid price for top soil. C. Related Specification Sections include but are not nec.essarily limited to 1. Division 0- Bidding Req�irements, Cont�'act Farms, and Conditions of the Conteact 2. Division i- General Require:rr�er�ts PRICE AND P�IYMENT PROCEDLjRES A. Measurement and Payment l. Measure.m�nt a. Measu��ezn.ent for this Item shall �e by cubic yat�d of Tapsoil in place. 2. Payment a. The work perforrr�ed ac�d Ynaterials furnished in accordance with this ltem and nneasured as provided under "Measurement" will be paid for at the unit price bid per cubic ya.ed of Topsoil. b. All excavafion required by this Itam in cut sections shall be measured in accordance with provisions far the various excavation items inval�ed with tihe provision that excavation will �� measured and paid for once, regardless of the manipulations involved. 3. The price bid sha31 include: a. Ftu•nishing Topsoil b. Loading c. Hauling d, Placing REFERENCES [NOT USED] 34 1.4 ADMI1vISTRATIVE REQUIREM�NTS [NOT USED] 35 1.S ACTION SUBMITTALS [NOT USED] 36 ].6 ACTION SUBMITTALSIINFORMATIONAL SUEM�TTALS �NOT USED] 37 1.'� CLOSEOUT 5iTBMITTALS [NOT USED] 38 1.8 MAINTENANCE MATERIAL S17BNiITTALS [NOT USED] 39 1.9 QUALITY AS�URANCE [NOT U�ED] CITY OP FORT WORT`H STANDAI2D CONSTRUCTION SFECIPICATION DOCUNiENTS Revised Decem6er 20, 2012 v�r[�,�� cUT �rArx COATTRACT 2022 City Project �io. UC-O l 2022 32 9l l9 - 2 TOPSOLL PLACEI�JE�iT ANIJ FiNISHINCa OF PA�ICWAYS Page 2 of 3 1 �,10 D�LIVERY, STORAGE, AND HANDLING [NOT USED] 2 I,T1 �'IELD [,SITE] CONDI'TIONS [NOT' USED] 3 ]..12 WARR�NTY [NOT iTSEDI 4 PART 2 � �RODUCTS 5 2.1 OWNER-FiTRNISH�D [o�] OWNER-SLTPPLIED�RODUCTS jNOT USED] 6 2..2 MATERIAL,S 7 8 9 10 11 12 13 14 15 16 17 18 19 ao 21 2.3 22 2.4 A. Tflpsoil 1. ilse easily cultivated, fertile topso.iI that: a. Is free fi•om objectionable inatet•ial incl�ading subsoil, weeds, clay lumps, non- soil �aate�'ials, z�oots, stumps or stones largei• than 1.5 inches b. Has a high resistance to erosion c. Is able to s�ppart plant �a'owth 2. �ecure lopsoil fi•om approved sources. 3. Tapsoil is subfect to testing by the City. 4. pH: 5.5 to 5.5. 5. Liquid Limii: �0 or less 6. Plasticity Index: 20 or less 7. Gradation: maximum of 10 percent passing No. 200 sieve B. Water: Ciean and firee of ixzflustz�ial wasies and oiher substances hat•mful to �he growth of vegetatian ACCESSORI�S [NOT USEDJ SOURCE QUALITY CONTROL [N{)T USED] 23 PART 3 - EXECUTION 24 3.� �NSTALLERS [NOT USED] 25 3.2 �XAIVIINATION [NOT USED] 26 3,3 PREPARATI�N [NOT USED] 27 3.9 INSTALLATYUN 28 29 30 31 32 33 34 35 3G 37 A. Finlshing of Parkways 1. Smoothly shape paFkways, shoulders, slapes, and ditches. 2. Cut parkways to finish grade prior to the placing of any improvements in or adjacent to the roadway. 3. In the event that unsuitable material for parkways is encountered, e�ctend the depth of ��cavation in the parkways 6 inches and backfill with top soil. 4. Make standard parl�way grade perpendicular to and draining to the curb line. a, Miniinum: 114� inch pet• foot b, Maztirnurn:4:1 c. City �ay approve uariations fi'ona t�ese requz�'e�nents in specia� cases. CITY bF FORT WORTH UTTLTTY CUT REPAIR STANDARD G�NSTRUCTION SFECIF'ICATION DDCUME.I�TS CqNTRACT 2p22 Revised Dacemaer 20, 2012 City Praject No. UC-D] 2622 3291 19-3 TOP501L PLACEMEAiT A�D FII�TISHI[JG OF PARKWk1Y5 Pagc 3 of 3 � � L Z 3 4 5 G 7 8 9 1D !1 12 13 l4 15 I6 l7 l8 19 20 21 22 23 24 S. Whenever the ad�acent property is lower than the design curb grade and runoff drains away from the street, the parkway grade must be set 1e�eI with the top of the cu�b. 6. The design grade f�°om the parkway extends to the back of the wal�C line. 7. From that point (behind the v,�alk)., the grade may slape up or down at maxirnum slope of 4: I . B. Placing of Tapsoil 1. Spread the topsoil to a uniform loase co�er at the thickness specified. 2. Place and shape tlie topsoil as du'�ct�d. 3. Hand rake finish a minimwn oi S feet from all flatworlc. 4. Tamp the topsoil with a light ro�ler oz' ather suitable equipment. 3.S REPAIRIR�STdRATTON] [NOT ilSED] 3,6 RE�IN�TALLATION [NOT IISED] 3,'1 FI�LD QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJU�TING [NOT USED] 3.�.0 CLEANING [NOT USED] 3.11 CLOSEDUT ACTIVITIES [NOT IISED] 3.�� PROTECTION [NOT US�Dj 3,i3 1VIAINTENANCE [NDT USED] 3.1.4 ATTACHMENTS [NOT USED] END O�+ SECT�ON Revisian Lag DATE NAME Si.TMMARY OF CHANGE ci� oF FnxT wo�rx STANI�ARA COi�[STRUCTIO�T SP�C1T'TCATION DOCUMENTS Revised 17ecem6er 20, 2012 v-r[L�TY Cu'r �eaix COl*�TRACT 2022 City ProjecE No. LTC-O 1 2022 � a3osi4-i Al]JUSTING MANHQLES, INLETS, VALVE BOXES, AND OTHER 5TRi3CT[IR�S TO GRADE !'age 1 of 8 1 2 3 S�CTION 33 05 14 ADJUSTING MANHOLES, IIVr.ETS, VALVE BOXES, AND OTHER STRUCTURES TO GRADE 4 PART1- GENERAL 5 i.l SIIMMA.RY 6 7 S 9 10 11 12 13 I4 IS 16 17 18 19 Za 21 22 23 24 25 26 27 28 29 36 31 32 33 34 A. Section Includes: 1. Vertical adjustments to manholes, drop inlets, valve boxes, cathodic protection test stations and atner miscellaneous structure� to a new grade B. Deviations from this City of Fort VJorth Standard Specification 7. WATER M�TER AND METER BOX RELOCATION AND ADJ�iTSTMENT- This item shal� inelude raising or fowering an existing meter box to the parl�way grade specified. No payment will be made fotr ad,�usting existing boxes which are within O.00I feet of specified parltrvay grade. The unit priee bid shall be full and sufficient payxnent for all labar, eqnipYnent and materials used in the adjustment of ihe meter box. 2. ADJUST WATER VALVE B�XES MA.NHOLES AND VAULTS- Contractor will be responsible far adjusting water val�e boxes, manholes and vaults to match new pavement grade. The unit price bid will be full payment for matcrials including all labor, equipment, tools and incidentals necessary ta eomplete t�e wor�. C. Related Speci�catian Sections include, but are not necessarily limited to: I. Division 0-- Bidding Requirements, Cont�•act Forms, and Conditions of the Contract 2. Divisinn 1— General Requirements 3. Section 32 Q1 l7 — Permanent Asphalt pa�ing Repair 4. SectiQn 32 0129 — Cancrete Pa�ing Repair 5. �ecYion 33 05 10 — Utility Trench Excavation, Embedment and Backiill 6. Sect�on 33 OS ] 3— Frame, Cover and Grade Rings 7. Section 33 39 10 — Cast-in-Place Cancreie Manholes 8. Sectian 33 39 20 — Precast Concrete Manhoies 9. Secti.an 33 12 2D — Resilient Seated (Wedge) Ga�e Valve l4. Section 33 12 21 — AWWA Rubber-Seated Butterfly Valve 11, Section 33 b�G 31 — Corrosion Controi Test Statian 12. Section 33 �4 12 — Magnesium Anode Cathodic Prot�ction System 35 ].2 PRICE AND PAYM�NT PROCEDURES 36 A. Measurement and Fay .ment 37 L Man�►ole — Minor Adjustment 38 a, Measurement CITY OF �'OR'I' WOI2TH STANDARD CO�TSTRi3CTidN SPEC�FICATTON DOCCIMENTS Revised September 20, 2017 L1TILITY CU�' REFAIA CONTRACT 2fl 18 Ciry Project Na. LTC-Q l 2Ui 8 , 1 330514-2 AI]J[JSTING MANHOLES,INLETS, VALVE BOX�S, ANd OTH�R STRUCTURES TO CsRAD$ Pagc 2 oF S 1 2 � 4 5 G 7 8 9 14 11 12 13 14 IS 16 17 18 19 20 21 22 23 24 25 2G 27 28 29 30 31 32 33 34 35 3.6 37 38 39 40 41 42 43 � �45 4b 47 48 49 2 3. 1) Measuretr�ent for this Item shall be per each adjustment using anly grade rings or other minat' adjustment de�ices to x�aise or lower a manhole to a grade as specified on the Drawings. b. Payment f) The work performed anri the materials furnished in accordance wif:h this Item will be paid for at the unit price bid per each "Manhola AdjusYment, Minor" completed. c. The price hid sk�all include: 1 } Paveme�t;•einoval 2} Excavation 3) Hauling 4) Disposal of excess material 5) Grade rings or other adJustment device 6) Reuse of the existing manliole frame and eover 7) Furnishing, placiz�g az�d coznpaction of embedmeizt and bacicfil3 8) Concrete base material 9) Permanent asphalt patch ar concrete pa�ing repair, as required 10} Clean-up Manhale - Majat• Adjustment a. Measur�ement 1) Measurement for this Item sha[I be per each adjustment requiring struetural �nodi�'ications to raise or lower a manhole to a grade as specified on the Drawings. b. Payment 1) The �vork performed and the materia[s fuz'nished in accordance �ith this Item will ba paid far at the unit price bid pe�• each "Manhale Adjustment, Major" completed. e, The p�-ice bid shall include: 1) Pavemer�t �'emaval 2) Excavation 3) Hauling 4) Disposal of excass material 5) Structural modi�cations, grade �ings or othe�• adjustment device 6} Reuse of the existing manhole frame and cover 7) �`�arnishing, placing and coinpaction of embedment and backfil[ $) Conerete base material 9} Permanez�t asphalt patch or concrete paving repair, as required 10) Clean-up Manhole - Major Adjusttnent with Frame and Cover a. Measurement 1} Measurement for this Item shall be per each adjustmenf requiring structural modifications to raise ar lower a manhole fo a grade specif ed on the DratWings o�• st��uctural modifications for a manhole requiring a new frame and cavei•, often for changes to c�ver diameter. b, Payment 1) The work pe��formed and the materials furiushed in accat-dance with this Item �vil] t�e paid for at the unit price bid per each "Manhnle Adjust:tnent, Major wl Caver" completed. c. �'he price bid shall include; CITY OF FORT WORTH STANDARD CONSTRUCTIQN SPECFFICATIOIV ]]OCUA�NTS Revised September 20, 2017 [3TTLIT'Y CiTT REPAIR CONTRACT 2018 City Pro,j ect Np. UC-O 1 2p 1 S 33 05 14 - 3 AD;IYISTING MANHOLL5, INLETS, VALVE BQXES, A1VD OTIIER STRIJC'CWRES TP GR.ADE Fage 3 of S 1 2 3 4 5 G 7 8 9 1p i1 12 13 l4 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 3I 32 33 34 35 36 37 38 3� �4D 41 42 43 44 45 46 47 48 49 L) Pavement re�oval 2) �xcavation 3) Hauling 4) Dispasal of e�cess �xiateria.l 5) StructuraI modi�caiiazas, grade rings or other adjustment device 6) Frano.e and cnvex 7) �'uE'nishing, plaeing and compaction of embedment and backfill 8) C�ncrete base material 9) Permanen# asphalt patch or concrete paving repair, as required 10} Clean-up 4. Inlet a. Measurement l} Measurement for this Item shall he per each adjustment requiring structur•al modif'ications to inlet to a grade speci�ed dn. the Dt'awings, b. Payment I) The work perfoi�rned and the materials furnished in accardance with th'ts Item will be p:aid for at the unit price bid pe� each "Inlet Adjustment" completed. c. Th� pric� bid shall include: 1) Pavement z•emo�al 2) Exca�atian 3) Haulir�g 4) Disposal of excess material S) Structural modifications 6) Fiunishing, placing and com}�action of embe.dment and baekfili 7) Conct•ete base material, as required 8} Surface i•estoratiqn, permanent asphalt patch or conerete paving repair, as required 9} Clean-up 5. Valve Box a. Measurement 1) Measurement for this Item shalI be per each adjt�stm.ent to a grade specified on the Drawings. b. Pay�nent 1) The woz•k performad and the materials fur•nished in accordance with this Item will be paid for at the unit price bid per each "Valve Box Adjustment" c.omplefed. c. The price bid shall include: 1} Pavement �'emoval 2) Exca.�a#ion 3) Hauling 4) Disposal of exeess material 5) Ad3ustment device 6) Furnishing, placing and compaction of embedment and back�ll 7) Concrete base material, as required 8) Surface restoraiion, pez�manent asphalt paYch or c�nc rete paving ��epair, as required 9) Clean-up G. Cathodic Proteciion Test Station CITY QF FORT Wp1tTH STANDARI7 COIdSTRUC'I`IO1V SPECItICAT10N DOCUMBNTS Revised Septembe.r 20, 2017 UTILI'TY CUT REPAIR CONTTtACT 2018 City Fraject No, UC-d L 20.18 33 os �a-a ADNSTING NfAI�il�pi,BS,1NI.RTS, VALV� I30X�'S, AN.R OTI-TL�12 STRUCTURPS T� CrRADE Page 4 of $ 1 2 3 4 5 G 7 S 9 ia 11 l� 13 14 15 1G 17 18 19 20 2I 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 4'2 43 44 45 4b 47 48 49 a. Measurement 1) Measurei�ent for this Item shall be per each adjus#ment ta a g��ade speciiied on the Drawing�. b. Paynnent 1) Tlte wprlc perforrned and the materials fuz-nished in accordance with this Item wiil be paid fo�' at the unit price bid pez� each "Cathociic Protection Test Station Adjustment" campleted. c. The pt•ice bid shall include: 1) Pavement removal 2} Excavation 3) Hauling 4} Disposal of excess material 5} Adjustfnent de�ice 6) Fui•nishing, placing and cotnpactian of enlbedment and bacic�ll 7} Concrete base material, as req��ir�d 8} S�rface restoration, permanent asphalt pateh or conc�ete paving repair, as i•equired 9} Cle�n-up '7. Fire Hyd��ant a. Measureme�t 1} Measurement far this Item shall be per each adj ustment requiring stem extensions to meet a grade specified by the Drawin�s, b. Fayrnent 1} The work perfat•med and the materials furnished in accordance wi#h this Item will be paid for at #he unit price �id per each "Fire Hydrant Stem Exiension" completed. c. The price bid sk�all include: 1) Pavement remaval 2) Excavation 3) Hauling 4) Dis�osal of axcess material 5) Adjustment materials G) Fu��nishing, placing and campaction of embedment and bacicfill 7) Concrete base �material, as required $) Surface restoration, permanent asphalt patch or cancrete pavin� r�pair, as required 9) Clean-up 8. Miscellaneous Struct�tre �,r�. Ic,,,,, a. rnr �.r�.�� fU, 4_ �v«�l�« �tr�.,:e�� �. Bi_: s�r,rr �.«.u' , �, -'� �i�nt� the speci�c str-uettrre (i.e. Miscellarteaus Structan�e , . �i _ `�� : +(' a, M�asurement 1) Measurement far this Item slaail be pe� each adjustrnent requiring structui•al modifications ta said structure to a gt•ade speci��d an ti�a Drawings. b. Payment 1) The worlc performed and the materials furnisf��d in accordance with this Item will be paid for at the unit price bid per each "TVliseellaneous Sti�ucture Adjustment" completed. c. 'd'he p�•ice bid sha11 include: 1) Pavement remo�al CITY Or FORT WaRTH STANI7ARD CONS'I']2UCTTON SPECITICATI�N I70CiIMENTS Revised 5epiembar 20, 2417 UT'IT.S'T`Y Ci3T REPAIR CON7'RACZ' 2418 City Project Nn. i3C-O 1 201 S 330514-5 AI�NSTING NtANHOL�5, INLETS, VALVE BO:�F3S, A'�fD OTHER STRUCTURES TO GRADE Page 5 of 8 ,I i � 1 2) Excava#ion 2 3) HauIing 3 4) Disposal of excess material 4 5) Structural modiiicatiaris 5 6) Furnishing, pjacing and compaction of embedment and back�li 6 7) Cone�ete base material 7 $) Permanent asphalt patch or concrete paving repair, as requir�d 8 9} Cleax�.-up 9 1.3 REFERENCES 10 A. De%aitions 1 L 1. Minor Adjustment 12 a. Refers to a small elevation ehange performed on an existing manhole where the 13 axisting frame and cover are reused. 14 2. Majar Adjustment IS a. Refers to a significant ei�vation change perfornn�d on an existing manllole 16 which requires structural modi�cation oz� wltien a 24-inch ring is cnanged to a 17 30-inch ring. 18 B. Raference Standards 19 1. Reference standards cited in this Speci�cation refer to the cut•rent refei•ence 20 standat•d published at the time of the latest �'evision date iogged at the end of t.�is 21 Speci�cation, unless a date is specifically cited. 22 2. Texas Commissian on Environmental Quality (TCEQ): 23 a. TitIe 30, Part I, Chapter 217, Svbchapte� C, Rule 217.55 — Manholes and 24 Related Structures. 25 1.4 ADMINISTRATIV� REQiTIREMENTS [NOT USED] 26 1.5 ST7BMITTALS [NOT IISED] 27 1.6 ACTION SUBMITTALS/iNFORMATZ4NAL SiTBMTi'TAL,S [NOT USEDJ 28 1.7 CLOSEOUT SUBMITTALS [NOT USED] 29 1.8 MAINTENANCE MA,TERIAL SUBNIITTALS [NOT USED] 3a 1.9 QUALITY ASSURANCE [NOT USED] 31 L10 DELIVERY, STORAGE, AND HANDLIl�TG [NOT USED] 32 1.I1 FIELD [SITE] CONDITIONS �N�T US�D] 33 11� WARRANTY (NOT USED] 34 35 3G 37 PART 2 - PRODUCTS �,1 OWN�R-FURNISHED [aa] OWNER-SUPPLIED PRODUCTS [NOT USED] 2,2 MATERIALS A. Cast-in-Place Concrete CITY OF FORT WOR'I'H STANDARD CONSTRUCTION SPECIFICATION DOCU1vIEIVTB Revised September 20, 2Q 17 ��rr�rry cum �p.aui CONTRACT 2018 CiEy Praject No. UC-� 1 20l 8 1 33DS l4-G AD.TUSTING MANHpLES,1NLCTS, VALVE BOXES, AND OTHER S'tRC1CTUREB TO GRADE Pane 6 of 8 1 2 3 4 5 6 7 8 9 10 31 12 I3 I4 15 16 17 I8 I9 20 21 22 1. See Sectian 03 30 00. B. 11�Iodifications to Existing Concrete St��ucture� 1, See Section 03 80 00. C. Grade Rings I. See Section 33 p5 13. D. Fraine and Caver 1. See Section 33 OS 13, E. Baekfill material 1. 5ee Section 33 QS I0. F. Water vaIve box extension 1. See Section 33 12 20. G. Cot•t•osion Pratection Test Station 1. See Sectian 33 04 11. H. Cast-in-Place Concrete Manlioles 1. See Section 33 39 14. I. Precast Concr�ete Manholes 1. See Section 33 39 20, 2.3 ACCES�ORIES [NOT USED] 2.4 SOUR.CE QUALITY CONTROL [NOT USED] PART 3 - �X�CUT�ON 3.1 INSTALLERS [NOT USED] 3.2 EXANIINATION 23 A. Verification af Conditions 24 1. Examine existing structure ta be adjusted, for darnage or defects that may afFect 25 g1•ade adjustment. 26 a. Report issue td City fot• consideration before beginning adjustment. 27 3.3 PREP�4,RATION 28 A. Grade Verification 29 1. On rrzajot• adjustments confirm any grade change noted on Drawings is consistent 30 with �eld measurements. 31 a. If not, coordinate vwith City to verify fiinal grade before beginning adjustment. 32 3.� ADJiTSTMENT 33 A, Manh�les, Inlets, and Miscellaneous Structuras 34 1. On any sanitary sewer adjus�nent replace 24-inch frame and cover assembly with 35 30-inch frame and cover assembly per TCEQ requirernent. CITY OF FORT WQRTH UT[I..ITY CUT REPAIR STANDARI] CONSTRLTCTI�N SPHCTFICATTON I]OCiJMENTS CONT1tACT 2018 Reuised 5eptembex 2Q, 2017 City Project No. UC-pl 2018 33 OS l4 - 7 ADNSTING ivtANHOLES, IPILETS, VALVE $OXES, AND OTHER STRUCTURES TO GR,ADE Page 7 of 8 a. �� !� 1 2 3 4 5 6 7 8 9 1U 11 12 13 I4 15 lb 17 1$ 19 20 21 22 23 24 25 2G 27 28 29 2. On manhole majar adjustments, iniets and miscellaneou� structu�'es pratect the battor3r� using waod forms shaped to ft so that no debi�s blocl�s the invet•t or the inIet az' outlet piping in during adjustments. a. Do not use any more than a 2-pie.ce bottom. 3. Use the least number of grade t•ings necessary to meet t•equired gt•ade. a. FQr example, if a 1-foot adjustment is requi�•ed, use 2 6-inch rings, not 6 2-inctt i•ings. b. The tnaximum height af adjustrr�ent s�all be na more than 1� inches for any combination of gcade rings. If 12 inches is required, use 3— 4 inch rings. B. Valve Boxes 1. Utilize typical 3 piec.e adjustable valve box for adjusting to ftnal grade as show� on the Drawings. C. Bacltfill and Grading 1. Backfill ai•ea of excavation surrau.t�ding each adjustment in accordance to Section 33 OS 10. D. Pavement Repair 1. If reqtured pavement repair is to be performed in acco.rdance with Sectian 32 O 1 17 or Section 32 O1 29. 3.5 R�PAIR 1 RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT IISED] 3.7 I'IELD [ox] STTE QIIAI,ITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [N�T USED] 3.9 ADJUSTI�TG [NOT USED] 3.10 CLEAIVING [NOT iTSED] 3.11 CL05EOiTT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT U5�D] 3.13 MAINTENANCE [NOT USED] 314 ATTACHMENTS [NOT i7SED] END OF SECTZON Revision Log DATE NAME 5UiV13VIARY OF CHANGE 1.2.A — Pay item added for a major manl�ole adjustment which reuses the existing Fi•ame and cover and a maja• adjustment requiring a new frame and cover; Addad 1212012Q12 D. Iohnson items to be included in price hids; Blue text added for elarification for miscellaneous strncCure adjushnents 3.4 — Pavement repau• requii�ments were added 912pI2017 W. Norwuod 3.h.3 Eliminxte 24 ineh z'equu•ernent for ma�cimum chrmney height adjustment. 3,4,4.b Add requn�ement for inaximum height of grade rings to 6e 12 inches CITY OF FORT WORTH STANDARD COI�[STRUCT[pN SPECIFICATiON DOCUMEh#T5 Revised Septemher 20, 2017 UTILiTY CUi' REPAIR CONTRACT 2018 City Praject No. UC-01 2018 d 330514-5 AD7UST1NCr MANHOLES, INLETS, VALVE BO7fES, AND OTI-IER STRUCT[]RES Tp GRAI]E Pabe 8 oF S ar 3-4 inch rings CITY OP FORT WDRTH UTILITY CUT 12EPAIR STANDAI2D CONS"I`RiICT[ON SPECIF'ICA'tIpI�i DQCUNfEN"I'S CONTRACT202$ Revised Septembei Z0, 2017 City Project No. LTC-01 20I8 : " ' . ►1.1 ►,_ GC-4.01 Availability of Lands - Nnne GC-4.�2 Subsurfac� and Physical Canditions - None j GC-4.�4 iJndergraund Facilities � None � GG4.06 Hazardous Envit•onmental Condition at Site - None GC�6.06,D Minority Business Enterprise Compliance MBE Specifications — 5pecial Instructions for Biddars MBE — Subcant�•actor/Suppiiers Utilization Farm MBE — Priine Contractor Waiv�r Form MBE — Good Faith Eff�ri Form MBE — Joint Venture Eligibility Farm GC-6.07 Wage Rates 2Di3 P��evailing Wage Rates (Heavy & Highway Constructian Projects) GC-6.09 Per�its at�d Utilities —None GC-fi.24 Nondiscrimination — None GR-01 60 00 Product Requirements —None Paving Details D520 — Typical Section Trench Aepair HMAC Pavement D52I — Typical Section Trench Repair Rein%�rced Concrete Pavement �. � D522 — Typical Sectian Trench Repair Brick Svrface & Reinforced Concrete Base 1' D525 -- Standard Monolithic Cu��b D530 -- Concrete Valley Gutter _. D534 — Standa.t•d Ct�rb and Guttet• D54b — Sidewalk Details � i CITY OF FORT WORTH STAI�'DATiD CONSTRUC'ITON SPECIPICATION I]OCUMENT3 Revised Iuly 1, 201 l UITLITY CLfT REPAIR CO1Vi'RACT 2022 City Project Na. UC-01 2022 �-Cd4a�� A�a��.abi.�i.i� of �a�d� T]H[�S ]���]� 1LJEF'I' I�7�'lEI�T�I(�I�TA�L]L� 7�]L�� CITY OF FOAT WORTH STANDARD CQNSTAi7CTION SP�CIPiCA'I'fON DpCUIvIENT5 Revised July 1, 20l 1 UTILITY CUT REYATR CONTRACT 2622 City Praject No. UC-0 i 2D22 � G�-4aQ2 S�ul�s�.rface �nd 1�h�si��l �o�diiio�s '�'I�1�S PA�E I�E�'�' �l�T'�`]El�T�'I�l�T��L]L� �I��]� r.�r.�.�c�r:r�r�� STANDARD C0IVSTRUCTION SPECIFICAT[OiY BOCiJivl$�f'I'S Revised 7uly 1, 2011 UTILITY CUT R�PAY12 CONTRACT 2p22 City Project No. UC-01 2022 �C-4.�4 �J�.dex�rou�nd 1���ilitIle� �'I�IS PAGl� I�E�"T' �I�T`�'EI�T7CI�I�T�]GL� 13��1� 1� �. CITY dF FORT WbRTH S"1'ANDARD CONSTRUCTION SPECiFICATION DOCUl4�NT5 Revised July 1, 2U1 l UTILITY CUT REPAIR CONTRACT 2022 Ciry Peaject Ido. UC-012022 �C-�.OG l�a��.�-dous �C��i�mnrnnentall C�r�dgtio� �t S��e �'I�IS PA�E ]L��'T �Il�'1C1EI�T'�'I�I�T��L]L�' 1�I�AI�T1� �. �� CITY OF FORT WORTH STANDARI] CONSTRLTCTION SPHCiFICATIp1� bOCUIvfF.AlT5 Revised 7uly 1, 20 L� iJTILTTY CUT REPAIi2 C�1�lTRACT 2022 City Project No. UC-fl 1 2022 � ���6a�6.� I�inori� ]�u�iness E�te�p�i�e Co��lia��e �1E Spe��if�cata�ons � Speci�.� �nst�uctim�s for �id�e�s 0 1�1�1� � Sub�on���,c�tors/Su�plie�s �T�ili�a�iom �'or�n 0 ,� 1 �: 1� 1���E — ]Pr��e Co�tractor Wa�ver Fo�mn l�]�E � �ood ]E� ��i��. Effox-t l�o�na ��� - ��111� ���1��1I'� �il�g�Dl11� �O]C'�1 CITY pF FORT WORTH STANDARD CONSTRUCT�ON SPEGIFIGATIqN DQC[]MENTS Revised 3.uly 1, 2011 UTILiTY CUT REPAIR COTV'I-AACT 2022 City Project Na. UC-p 1 2022 ]F��� ����� Ci�y of Fort UVor��� IlAinorit� Business Ent�rprfse ����i�ica#Eor�� �PE��A� I��TI�U�T���l� �'�C� ��'��I��F�� A��LI�ATIDIV �� POE.I�Y i�f t��e kuia� daifar �;a��e flf the. cont�act is� �Su",u��,�'! :,r ���:,��, t�pa�� 2t nrit3E suiicvriiPaciii3 godi is n-pii�au,L_ PQI�ICY ��'ATE14�ElVT li la 113�� pnllcy oF �h�: C;3ty �rf F,rl Wu�t�t Ea �ns��r� ihe [uEf t�niJ �{�Llli��?I2 �31'NC�j]S1�F71] �1�+ �4�1l317fli}' «115i3365"a �-�l�flC�lJSt}4 (P�1«E} rr� �he pru�sir«m�iri� nf a�l c�ocr�ls �nr� srtrvli:�s, l�111 �ey��Kenle�ris a�Gd �e��PeE�ans sia�ed ir, lhe Ully's cr��re�nl I��BfR�SS �rY�fSsEy ���Il[�fpflS� C)r��ilAflG[! cryj]j7ifB4 I� �Ill ; t,irl, The Cdy's h�8� ga�l t�t� �his �+roje�t �s � of th� b�se ��a�# valtie of Ih� c�ntrti r,t �O�t7� If �4�I7 I��� �il� �B� SLI�C�fItfD��lf1� #]09I9 7f4 Ekg��II5F1�� FQf S�IMB �iFOJ�Ct. i+��r7 7n Otfer�r ar,usl �e:�nxiR �rsrtlti a F�16L- kJlif�zatian Farrn :rnck �t SB� Uti9rzal�nn �orrn to i�e �ceme€i res p�rnsive �QfVf��,IAN�� TO �ID �P��IFI�A�ION� Di� Ci�y conaractis �SQ,O�Q,01 ar r��ore wt�e�a a�NE su�ao�aractin� �;oa� is appli�d, {,]ii�r�rs ;�re r�qe�ired !o conypiy witF� Rli+� fr�;+�nk oP lhe C:ity's L�4rsir��ss 1)iv�7rsGky F.,�1r�r�ariss� C7�dinal'�ce t�y ori+; �! ll7e #oiiowa�yc�; 1. Mee# or �xceed t#�e abave staked M�� goal lhr�ugF� M�E suhcon#ractan� pa�tic3pation, or �. Mee# or exceed the ahove siated �!I �� gaal thro��gh M�� ,�oir,t Venxure �artici�at�or�, or; 3. Gaoci Faatli Effort docuinen#�taon. or; �. Rr��ne Waive� doc�Mi��e��tation. �U611111TTA� OF REQI.�kF2�Q D��UM��f7A►7i�N ThE� ���:pll�at�ie si��4���urrts r„ust �e recei�red try tl�� Pur�:l7as�ng Divisia�, vrR�hin Ehe taliawirag Rsrries al�aca��d, in ord�� iar IhC �ntir� hi� la lr� Co��asri��4� res�,ai�ai�+e ta !he speeif�cati��s, T?��� t�rfNr��� sha;l nnli�.�� �he rw1E+l �icf�'.���=��ntal:ar; �r� 7�=r=c�; Iv� k?�8 arprcF.na�t� �r�r���;y�sz� c,f :I��� i�;ia::�ra��nu �:liwi�ior� a:'�i{ O�'.I131�1 � QB��JIlIS18 fcC�l�i. SLIc�E rece�p4 shall be f:�4���e'tCe ih�� tF�c1 ��ky r���ivr_�� �r�� �iocurnen�ali��-� ��� t�7� i�rr�w alloc�ted. A faxed andfar �ma€I�t# c���r w�ll nak b� accept$d 'I_ �uh��r��facio� Uti�izakian F�rm, kf goa� Is ii7�t €ar c�xt;r��tJc��' �..---�---..... ._ . 2_ Good F�ikh �ffarl a��cJ ��btoi�irackor U#alTza�ipn �4rrt1. If p3ril�:tEr��t�u�i le l�ss lk��an . 51�1�;d c�oi� �. �ot�d FaiF� Ef#�r# a��d ��b�ntMtractor Utiafz�lion FOre�t, �f rss) �SHE �r'�l��kat�l}��lioiy. 4. �rime �or�tractor V4��iver For�n, IE yau wil� __p±�rt�rrnallss�ncar:sra�lii� 1�uppli�ewaf�, �, ,�ol��t V�nteire Form, if gaal Is nr�Z ar exCe�J��f: received no late� t�an �;C�O �,Fn„ an k�ac� s�c�n�i (�iEy �a��srrr��s ci�y siEer lYte k�id o�errr�� date, exclusiv� of l��a t�id c���a�3+a�y [f�Ec, ra�aEvad e�o latee than 2'f70 �',,rn , c�� !f�e ��cor�d �Fa� �usiness day aflar iktie bi� a�se�3�� _g r3ak�, excl4l��ve �F kl,l#� hld Qp+3oi�rfy c�;�l�. f�s�oiv��l r�� I�E�r if7�rr k'00 p,rr7_,��rf �f7� seG�i�d Ci�y �tusi���s: �2�j� afloF the bir� appfiin�. ci.ti'f3, �xcl�s"s��_�r[ ;fre bFd ����r�li7� cia�e r�i�Grir_ T� Gwi+n�E.Y VHI��K 7i�� �l�Y'� BUSiNF�� Gev�.t��1TY �i�TE�rt�iS� �Rai�[ANC�, WtILL RES�LT Ild i ri� 8i� tstini�s �ONSIDERci,� iv�7i�-RES��IdSeV� 'C� S#i�C{F9%,�1'CDi�tS_ FAILI.IRF �t7 Siitsi+nil`� �`i•i� ��t�lli��b MB� CfOCUME�1TATlOI� biii�L� FCESi1LT }[�.I Tl�it Bli�i FxtiN�G C�lvtilDEkiCD i+ic��f-KCS�Gni�ivE. i� a�i�i��l� �,4��.kirirm V1�i�L Kr5i1��' IN YFi� OFfER��C BE1N�S �ii�c;�uA�itic� ��7R A YtIKIUI� Vr �lVt Y�ARs. TI'IRtI_ �L►�7,.11F�CS I�I !�. �IV� YkAK �k�iC`�u iAIILI �ctSUL� il[� �1 Gi�t;IiiALirICATlO�I PEI�IOD OF'ChiREE 1fEE+riS, A�iy questl�n�. please acntact iha O�f�ce of ��Fsiness �iver�aty a# {B'IT} 392-�67+4, lh�BE PF��.IEC� G�AL� Cre�.eave�J na �a;er ihar� �:00 p,�rr,, an the sdc�nd [�lty b�sln��s d�y �3�iB� Ef7� �SiLC Up�lllll d8t�, �}{CSU511"� �JT lh� ��d o aenint� cl�ke, rec�ived n� Ister t�ar� ��0{} p,rn,. �n �h�� s�a;�nrl C.ily l�ti�ln�ss ��a}. aiter Ih� �,id �penin� date, ex4l4asiv� of lhe hid �pon:nr� stnte. ��fice �f Bu�ar�ess �iv�rsily Lm;ttl: mwk�r�o#fG�+�fcrrkwartEUsxas,��v ftev, SJISfl9 Ph�na- (��7j 392-2�r7.� {�kTTAC3-IMF�1T 1P. I}3rae � af � FoRT �%xTr� O�rEROR COMPA�#Y FkA�A�= I��OJ�CT NAME� Gily's MB� �r�Je�t Gobl; �o �it�r o� Fo�t iNor�h ��fic� o# Busii�e�s Diversat� IV€B� �ubcon#r��#ors}��� lie�rs kJti�M�ation Farrn --�Oiferor'a �7�E P�a�oa! Caanml[ma�l: °�� GhP�� a�}F�1�c�Eile F�ox In deSCrlho pNerpl's CeMiiiCailorl I�r'.�b"dil:�i.� I^I P'._ .'n..,�r�r. I��iO,lECT �JU�IB�R Iderrtif� al! subcon�ractorsl���ppR��r� �o� ►1tir�ll use on this praje�t FaiI�;F�� tr� curn�,i�t� #�t� fur�n, �� �t� enti�ety wilh r�u�u�sfed duc;ume�►tat��n, a����l recei���tl by t�� �urcF�as�s�c� Di�iiaiull i1� ��t�r t1�8f1 L:[�L� �i.i�7}, �n ��4fr', ScUGii� �i1j� �iu5iii��5 G'�� aTi��r �iJ Gf.i�iiii]+�. �X�i�fS�vc^ Q� �lGt GN�i�i;i� Ciciic'� ��w�;l r�suii in ti�� �id ��ir�� �onsid�r�� r�c�-r�spons�v=� tc� kyic� sNeci�fi�c�tior�s, FYk.F�. F1r�UCISI�T��� �I�EIV� �f�C�B� #.� ente� intn a�arrr�ai agre�menf. wiit� ti�� �vir� f+rrn(sy fisteu i-� ti��� u6iizai;c�7 �scl���ule. cofiditi�n�d uNar� �xec,uiivn vn � c�ntra:.t with th� �ir�+ rt�f �o� 1�lv�h, Th� i�t#enii�rei a��cffc�r lcna�vii7� �I�..:.._..w�.,.... � , srus�aN�GS�r�z�ti�� {11` fac�fi C5 �fOlffli��� fv^f C�f�SiC{E?fr�ti��1 G� �ii�i{iic`lIITlrcxilQfl dfl� W4ip F�S�I�t In ti'f+� �71r_� �,ciii� consiciered non�7espansiue �a l�±d specir�caii�� �s. M�E� 1is�s� towa�cf ineefin� ##�� �ro�ect �aal mtast i�� la�ated irt �Foe slx ��} �o�niy rrkarket�lac� at t�e #iz'n+� of birl or tk�e bk�srr�c�ss has :� �kc�n�fi��nt �usaness F'r�s�nc� #n t�e �lkark�ft�l��e. Mar�c�t��lace as #he ge�g�aphGc ar�a af T�rran�, f�a�las, acr�to�, �#o.hr�son.L.�a�k���r�� 1fVis� c�unties. �FliTtc^ C�[�tfc��iu[5 CriuS# ICIEf1iIT� b�r tl^cf �cvc� C]{ 81� �u�cU��i�Lt�Tsr'auNNiier�. ��e��; rnea�� #�1� �G��i n+ sut�,contraclir�� ��IcuY k��� ��ir��e cU���ractoelconsuii��t �,�. � d�r�cf p�yeneeit f�.;�7 tf�e urrr�e cUr-��fact�; #r� � sil�]COniidi:iu� iS C�rl�iuc!'E� �'� kicf, r� �o��+�'i"�cf3t �iy ��li��,nnkr�ctC� €�o ft., 5ii���fcd� iS CuE1�iuEic� �"tl 1i�f. T�k� j3fl�� caniidC;iGr "s� ��5oarisi�7i�E t� �a«iiiue proor o�i �,�ymenC af ai� �i���� su�cantr�ctc�� id�nimc� as � rvit�� :�r►� Cour�ti�ty irlos+� doil�r5 fuwaiu5 ii���i�ii�� 1;7� GUfllfcli.;l [:UIE]fEfllt@G{ L,]t]$�, �AL� 141BE� Ih�U�T B� �ER�I�I�D B�FORE �DN7F��1�T AW,4RD, Certi�i[:�t�oo� n��aa�s �I�ose iirms, I��a[a�! ���it�in �h�s t�Jl�rke:t�E��c;, �fr�t hiave k���r� detar:;ii��� ta he a hnn�tld€� r�unoriky husinass er�Perprls� by Iht� f�ortl� �e�tr�l Tex�s i�egl�nal L:ertifacskiai� Ag�ncy {�l��R�A} �n�i ��e �t�llss�f-orl VJar#� Minor��� ����pirar l�evelop���er�� �o�,����� �Dl�ifV f�S{��j. � I�f haulia�� S�BPVIUC�� .�re utiiizeai, th� Offerc;r witl f�� gt��r� crea�� �� Iong as kh� MB� ]i,t��.� �wns as7�# O�t�ire�ic� a� ��dst �lFG fUli�� �iUGl�;,e:[l �fid C}�7��ailuCle3j tii.iLi{ �O �ic LiS�C� G�1 �G'1� ��1FGif^a�'# ��l2 N{gF_ ��c'1y l�asc #ru��� fiv^t?� d[lUi�i�f �VI�� fi;m� Ifl�il�,{Cll��} NI�� ClYVE�}G�-LJl,1C�dLG{�, �rnd r�ece�v� fuil 1�I�t� credii. Th� fv��s� r��ay ��c��P [flA"�C:ii:r �€Ot7T 11Qf1-IVil31C.3, li'1CiuuiFlt,j. �vY����-6peraie[�, i'iJt V5�f1� Gi}i�� f�G�i�i� CiPi��f fvi �ic^ �ccS et�iy� CC)CT1f731SSf0!lu �[�ffl�� �'iyr `l�}c'3 �IJ41�� a�� UCJt�If1�L� !i`s tl l� �E�SE` u����CT�i�I''± � F2�v, ,�J13fa9 F�e�r, 5l1�l�9 FOA'FWO�i��i r����r�ctir�eraF 1� '`�+�`— P:�g� � nf 4 � �(3��1'�F {1TTIokGIiPfENT 1F� �'�Irt? nid O�ferurs �r� fec�uired i�7 i��nt�F�+ A�L �sto-L�no€�kr��lorslsr�ppllaes, rogbr[�less of sk�lu�; E.e.. i4linn�i;y �ntl na�-f�1E3Es. M�E flrtns �lre ki b4 fia,te-� Arsl. uKe s�tltliE�on�l sYu��t:� if �7bcess�ry. Ple�e� noke #h�k �nly corlih�d M��s Y�il� be c;cur7ted to meet en hAC�� gn�l. u �LJ�CC?�l'fRACT�Rf�UPPLEEFi " Cor�ta�arMy hlaMri� T � ,� �4 Detall Dalafi Ak<���1'�ss 1 � g �u��ontrac#in�# Stapp3l�s Dok�ar Arr�otiitt TeI��Sfrorrv+F�x � L" � �+I UVork P��rchas�d ��r�akl r 6 Contael f�arson � �� i___� � I ti Q � � �i � 0 � � ���.��.����� FQRT ��tORTH � A�rTf��lihF�r�rT iA �age �J �F� T�t�f DolEai A��nc,ur�t o# �VI�� �r�bcor�teac#�r�1Su�plrers $ To�71 bo4lar Arrro4iE7� af Non-MBE �ubcon����tor�J���plic���s �i TDTA�. [}DI�I�AR Al�IO�1�1T O� A�.�. �UB��iViR1A�7�R�lSI�P��IER� � T fi� �F�6fOr WI�� f]U� �T7ctiCE.' 8CIC71Lit7f3�, LFciEilueia, Caf SU�7�iiiUi�u�;5 ��� tiliti• CPI�I�i�il �iSl WI'��30U1� �f1E,' �3CI�lf ��;5�,}�Cv2� OT ���c" Of��c� €�� E3usrR�Gss E�iv�rsi�y #h�v��h tf�e su�miiia9 caf ��?�y�:►Gs� for �N��rov�� of Ch�nge/Addi�+��3 fOr�. A!7y U��uStifleCD Giaili�e or deieiiarl Sh�il �;G a matec��] ��e���7 �t{ contract a��� r��y resuit i�� debarrn�:��# in ��CO�[� iit�liN� t�k? �f�i�CeUi.if��F [�UtillleU In lFi� OfG�l�iatlGE. �'ilE �iT��fu� S�i�ll SUbiYllf ��cidi�c{� �xplar�akfvr7 0'h I��►�+ i�ae F�uue�i�c� changefaaditi,�r7 �r oeiei�u�� wilf aff�ct #►`�e cc�mrnitted IIiIL� goal. l� i�7e de#ar[ expfar��t�ori is i5u� SU[]P�11i�ir�$, I� INI:E �lrtert th2 fsi��,E C:iS�ilNiicirli:c: �Y�ec�rrF�n�fion. By afFrxin� a s��na�ure #� khis �oa�t;, tl�e �ff�f�� furt�er ac���s !� prav�+�e, ck�rec#Ey t� the ��#y �ip�n req�,�sl, c�rnplete and accur,�#� ir�f�rr��atioG� reg�rc�an� act�ak ��+ork �ser�o��a��ed t�y all subcontractars, ii��ludir�g N9E3E{s} �r7rl ae�y sE�e�ia� a�r�n�eat����ls vuitk7 fV���s_ 'rhe ��fQ�or also a+��ees !� ali�w �r� a�di� anci�o� �x��nanal�o�� c+i at�y t�ooics, r�ct�rds and f�lcs h�lc� ��y thekr company, The Off��ar agr�es to all�w l��e �ran��nisaion �� irrt�rvic�vs wi#�ti vwner�, principal�, offic:�rs, ��n��o�a�s anc� appl�e�ble ��rl��t�r�Er�ctorslsup�liers partic;�a#inc� �sn tl�� �on�ra�l l#�at wiCi ����s.tanti�te th� ac#�aal work p�rf�rmed k�y the ME3E(sj pr� �F7ts c���track, i�y ��r a�rthnriz�d a�fic�r �r e���{�loye� of €he �it�. An�+ ir�t�ntionaf andlor kr�n�in� �niar�p��ssnia�ion of �acts r�.�ifl b� r�ra4ands for #efrr�i�aking tfre cor�[rac� vr d�barrrrerii i��on� �ity worEc far a��rio� o# na� lesa ti�sn ihr�� {3} ye�rrs and fnr iniii�ting actian �nd�af ����ral, �#�k� or Lo�al I��s c�nc�rr7ir�g fals� staf��ne�t�, Any f�il��re �o con�ipiy with this ordina�c� �re�kes a n7aterlal �r��c� of ��� cor�Cract ar�� rnay ��sul� in a c+��er�r�it��iion �� an �r�esp�ns��l$ �#fer�r tknd d�barr���r1x #�oar� �a�#€cl�atirtic� ln �ity wo��C �or a�eriod c�F kir��� n�t C�ss l�an �ne (1 j year, Autl�orFxod SEgnaltFse grinl�d S��nAiure Compsny Nam� �untacl #�Annr�JTlllo {EI difi�+reo,tk To]a�l�o�,e andxar Fax #ddrbs� E•mall Ad¢+rss C��y��StalafElp �}�If=P �7t F.�4J91f7f'4ii C�IVE:rS1k�+ Frnall; mwY:��raffas;ti;3�firi�w�irtl.t�x.es_{�a�+ �}�ac�n�x� {k��713f��-zs7a Date Reu_ 5l15fi$ �o� o��� QR0.1�CT�NAME: Cfly's id6� Proj�c! Goal: oI fo MBE ProJac# Cammk�rttant: 6f +4 PR0,3EC� NUNIB�R 1F bat�� ar�swsrs XO Ih��s F�i�7 �re YEB, do rinl conlplel� ATTACF-;N9�NT 'fG {G�4d �aiti� �fforf F��rri}. All �uestior�s an this �arm m4FsE he comgCoied and a de�lled �xpianai�on pe�vid�d, e# aQp�icaial�. €f ��Se answ�e� �d c��t�a�' ques#i�pn �s �VO, thon you m�st corrapCalo �"1'"fA�k-fM�iJi 1�_ 7'i�is form �� orr�y ap�li�abie if hg3h ars4vaEs ��e y�s Fail���a te� coimplete #n�� fcr� in �ts er��reky ai��i he receiaeci hy tne e-urcnasinq Diy���u;� iiO I�i4'f L�iE11i 1;U'� t;.sil.. .717 Tfl@ SeC017C1 (;Ifii ui,isiii'r,ss CIaV STLi3i DI[i OpEl7li�a"b. , E.�fC�U���1C O� �f1� �:6[I 4�1@f11i:a� 4�ai2, 1�:1�� ��siiii� 1�1 t�� k�ir,l laein,� conside�e�1 r�ia-��s�a���si�� t� b�ti� SpeCif�4aiic;�;:�. V�ill yau p�rform #C��s entire �ontr�ct wi����k subcqntrac#�rs'� YES I! yes. r:k���S� �?.a�ridc� a d�;��rs�+d �xp�:�nas�c}n if��s �rt,�v�s ta�s�d or� th� ssf �:�nc� sk��� �f �r.is �0 projcct, this ,s your n�rmal bus�ness prac"-.icp ar:�J �rovide an a�eralion�i prafRfo of ya��r b4isinass. Wfll y�u perFnrrn tl�i� en#ire cvr�t�'a�# wil#�os�t �uppliers? YES If yes, p�eas� �ravi�Je a Jetal�eJ explanaifon thai p��v�s 3�ased on i��e size ar�d scape �f taiis �rojeck, khis is ya�r norrrral busi;�ress �xra��ice as�d ���o�+i�e an �n�+en!�ry prof�la ot �ra�,r b�s�€��ss_ NO �he O�€eFar fu�h$� agroes to provod$, tlrrectiy t� tho City �ip�n req�est, com�l�ke and accurat� informai�nn re�ardir�� ackual w�rk �erfarm�d by all �i�lxco�tarackc�rs, ot���ud�n� �+3�3��s) 0�3 �f�is cariSr��#, ��lt� �}�}+173��1k �Il�!tUF 811� ���y prb��sad cn�nr��s to tFra nrlgir�al «9BE�{s) ��r�n�ements subrxr��ked with ��is �id. TJ7� Off���r �kst� �gr�es In s�law an audlt andJ�r exa€��ii��[ia:r oi ai�y bo�ks, ���ar�� ��,�i i�i�� r,el� by Ch�ir co�paliy la��i wi11 s�hst�ni3a#e tl�e �esuaf }�ark p�rfCrFnlr:O by 1k�{� ia7F�E� on kl7is �o�3lr�ck, by an a�,��l��arxed vff:cer or en7�]�yee o� khe �ity. r�ttiy Inker�ti�,rral and�or kn�tiaing misre�rasenr�kior� of Facis tivill �e �raunds far lerrnF�s�atl��g laie u�n[racl �r cEelSarment �ra��� C�iky wprk far a persnd �xF nak less ihar� kli��e (3} years and �or i�;il�aiing actio�� uncf�r �ecieral, �l��e or .Local fdws can�ern:ng i�r�s� stat��na�ts. Any f�.11u�e #o ca�,ply �wiili �ksis orr�ina:,cc �rea#�s a ��3�+Eerl�l br���N� of �qre�rac� �nrJ �����y r�sult ��r a r1e#err��ina�i�r�3 of ��n itres��r�s:bl� Dffe��r and L•s-red Proi�� paa�ticopatirrg in Ci�y +raarCt Par a paridd of i'sma noi I�ss �h,a�: one ��� �e2�r, Auir�o;���d ��y�raum} Tille �OfIT��ll�j i+�7F1'14 Ildd�e ss. CiiylSka[ai�rp �.l�tlre nt Hus}n�a�a [�Ivryr5lay �rix�il6; mwl,enfflr��e�gfur�w��rl�iRcx9�-68V Y?tone�. (a17� �R�-2b�4 �IE�r af For# 1No��h f�iinor�ty Bus�r�e�s Enterpr��e �pe��ficattons Prime ��r�#ra�t�� Wa�v�� Fori� Pr.�lyd S��naUfr9 Conlacr N3me (i; diife�enl} f�honc Nu+nbc+r Fax Numb�r Em ail 1'ucidress �ale A'TFACi�MEh�T Si� Psge �i of � Cltack appllcnblo bux to doserEho Oiiarar's IIDBS�� R2w, 5�16�xs ,qTT,4�HM��7T 1� �a�� 7 of 4 �`�DI�'Ii.' �OR'�']� f�I��J�CT NAME; ��eck „���1�r.�hlo #crx In descrl�e OHornr's Carllfi��t�oit r4�;4��„ �� i'i 'h; , � .'��v f:ll3w7s�14 CfCy's 4��� ProJnet �aan1; o�w �it� a� �ort �orth I�ii��ar���r E���ir�es� E����r�u�is� MBE �ood Fai#h �#f�rt Forr�n �r'a �u1B� PrnJae� Gomrniimar�k; �'�n ��f �1� �`lif�n'Cf [ilCl rut meei_ or �xc:£BC� i�iB lVlkik subcontrac#ir� gca'! ft'iF �iu:� �iJfV�G4t� �ii2 {�/TfBi'OT f[iiiS# Cv�Ti�,iic^tE tniia f0�137. 1f tE�� Off�ror's �rre�tl��d oF com�liance with t�e I�11�� �#oal i� based u��� d�mo�st�ation �f a "gooci faith �iiort", th� Offeror will I�a�r� tl7e #��irdan of �orrecE�� and �ccurat�3p pr�parin� a��� s�i�s���lti��y #h� [loc��r�e�3��tt��� ret�uired t�y t�e �ity. �ntl�pla����� wE�E� ea�:h ite��, 'I ���ru '19 be�ow, s�a.11 satisfy th� ��ocl Faitt� EFt��'t requir�rti��nt ahzei�t provf of #taud, int�r�tiostial anc#�or k�awing r��s�r��a��s�ntation o� th� fa�t� or in#entio��al �fs�ri�nination by ti�e �ffer�r. �aii:��� t�o ca�nplete this� fc.r�, ih its enti�ct��+ with suppo�ing �focumeriiati�n, a�F� receivedl �y tit� Fur�l�as�n�q Di�+€s�a� r.� Idier t�an 2:Dt� p,�n_ o�� t��� �econd Cii�r �iu�ii��sa da.y aff�r hid o�e��ir.�, exclusiwe of bid OpBf1111g ciai�. v+ri�ll result �,~� tite hia fae���g c�iv}sici���ci non-respo��t�e to bid speciiicaii�ns. 'I.� Pl�ase ki�3t �a�h ar�d every subcant�acti�i� and�ar �4rpplier opporEur�ity for t��e cornplet3�n �# tl3is ��oje�#, rec�ardiess o# w��ti��r It ts to �� provided hy a MB� oe n4n�i4iR�_ (D� �107 L.I��' h1.A�41E5 OF Fi, I�M51 Orti alf ��rojects, t�� ��ferar �nust list ���h subcoi�lrac�ii�g ancl ar stip�iier ��por�unity ro�.��ciless vf tipr. �Use addr�ror��# sh��rls. �€ r,ec�ssarY} st of 9��bcor�tr��t��g O��ortu��ities L�st of Suppli�r Oppnrlur��ties R�w, SfiSJ�9 ATTACWMEP�i �� Pa�� 2 �� 4 2.� Dbtain a e�{r�3�t {i�ot �'r��r� #��r� two (2a Rnont�s old frs�rn th� laitl open dakc+) ii�t of l�IB� s�b�antr��tors �r��lfnr s�ippliers �rom t�re �ily's Offtce af �usiness Divarsity, ❑ Ye� D�te of Listar�g � f�o 3.� [7�d yo� solicit k�i�s from MB� firrn�, wi��in #�e subcantracti�rg ��idfor s��ppli�rr �rte�s pC�vio4�sly I�sted, �t least t�� calei3dar d�y5 �ri�r to bi€� openir�g �y ma�l, �x�fzjs3�re of ti�e �i�y th� I�i�ls a�e ape�e�l7 QYe9 {f� Yos. eS#��h M�� rr�b�R IEsCdaxg fo Gnc�udo �amu aF firm aad addr�ss and m dlated oapy of lnlRnr mailad,� � �O 4.� Did yati salic�k bids from fU1BE firTns. wixhin tl3e s�rb�orttractin� a�titl��r suppl€er areas pr�v�o�sly �is#ed, at I�as� ter� �al�ndar days �rfor #n hid o��nir�g hy ielephane, exclusl,re of t��e day t��� hir�s �re o�aei�ed? l�� lfe5 �II yrs� aitach 11att� Ine1�Aa ream� oi MsE flrm, �� rson contflctad, Phnr,e �tumuer and tiaie anrt Ifm� uf conla�t,j � I�o 5,} Did y�4� s�lEcit birls ftam MSE firm�, wikf�i�� the subcontra�kMng �n�#�or su�p4ier ar��� prev�ousiy Iwsted, at le�st tet� calendae €fays prip� to �Gc� o�enin� hy f�Cs�rrrile (fax�. exclusive of tl�e r�ay tl�e k�ids are o p er� eci? f.� ��� �o �If yas, e!#sifh Ils# Co incltcdU fl�nl0 0! MBE firm, �,x nt�rnkser ,�tid dsia� and tim� c�l roruaor lar atl{Il�lan, iF �hr, t�x �5 d7lUFfFflA A1i Ufs{1allU9r�ihl�1, lk�on I]raR "trndellal�r�laf� cortl�Cdl�HOp1"rccalvod +n€ist be grirrted dires�ly fram !h� �acsin�llo fur p�ope� c�oc;u�„e�rtatloai, Fa9aur4 Ra ss�frnai# �flrtllrmatEqn andtar "undoliverdhle cpaxilrmall�n'. �acuniff�letRan rtr�y render 4fEe GfC. na�i�rosp�r��lwe,} �.} Di€! yak� s�l��it f�ids frorh I�IBE �irms. Viflflll�l L�SE 5U�3C�l3�F2C�If1� s�R{fi0� 5LJ#}�fII�C 8�8e�� �}r�'Y��kISIj� IISf��, at leas# ter� �alendar ��ys prior to hRd op�rtii�g I�y eir�ai3, excl�j5��o o� tl�e day th� hids �r� np���erJ7 �� Yes �� NO {If yos. 8!l�7cM eifF�l�l r,C�ntlrrn�iloi'k to Int1u�1T n,7�Rn o� M�E llff�a. d��� find tdlne- la� F�ddi��oo, �i alr �rtsaa! 3s rolur�etl as u�ad�xllV�rab�v, khen tha! "u�rtlei�varslalo �r�ass8�ga" rc�r.el4�� rorus� ha prinRod dlroatly f;am fl�e �makl �ystam for pfop�� iloCtlmal7#�Ilon, F,IIILii� #4 Slt!]Y1�IC COI1difffF3k1��1 sndrnr "uFrtlollvt�rz�bio m�ssaga" da��tor�rra�xtlan nutiy re��tf�rlho �SFE no�f-ra4pa�4sl++p-J �i� � F: T�e f�u; meinoci� identifie� abVw� a�� ac4�Miab�e €�.r �oii�it�.�� �iid�, anc� each seie�ie� method i�u�t ki� d{��tir".{� t�d ��12 u�7��IC8ii�2 c��ira�k. TF�s ��fciisi �iu$i CI�8�UR1Lf1� �Vid� �ILl�icr ��i �$ntii t111t0 d�e[[�[�`L� W�1"B tt18a� USlei� iw� C►f i�t� TGu� ���ri ��us or t��aR a� �e�si vne successfe:l cui�iact wat� IIla�6` �iSidlt� 4ii@ 4� [he 1��:�: rri�$i�i�,�� il� �lyd��� lo �i��men1 rGsN��ii4v� t� ki�� Guu� F�it�C �iiOrt t'k:c�uirt��ne��. �y�pT�: TI;�� �ii��u� must cQnta�l ihe �ntire 61t�s� �ist specili�. t�+ eac� sub�ontra�ti�;c� ar� su�P opporiunity tt� t�e i� complia„�c with t�uestioris 3 Fa��ru n, 7.} Did yoti �irovi�#e �Eans ar�d sp��ifi��k�ons to pok�nki�l kV96�s'� �] Y�rs C �� �.� Did you provide lh� �nFprmation re�ar�ii��g the l�c�tEo�� af ��larrs �nd s��clf�caiio�s in order t� �ssEst t4�e MB�s7 � Yes � Na Rev, 6t�5t19 ATTA�HhlI�NT 1� ��ge 3 of � 9,} Diri �ou p�e�are a quo�ati�rl for tloe fUZ��s to I��d on ���CI5I�8rYices s��eciflC x� �I�efr Skill se#? � YeS {If yeb, vtlacli nkR copl�eo oi q�anletiar��,� � NQ 70.� Was il�e cantack in�orrr��#s�n an a�y of #he I�stings n�t vaaid'� �If yes, atiacl� iho InformWtion InAI was rtat v�itd In ord�r �ar 1h� �Pfica �! �{Gsknas� aiv4rsi#y fo �ddr�ss uYes IY�a corra�tEons nea�ed,j � No �'E_�Suh���ik ciae�nve�t�ti�n if M�� ����tes w�re re�c�cted, ih� doe�mer�tation su��,itt�c� sh�u3cl he in th� Forms of �n �fFida�vit, inc�ud� a�lakailt�rl cxpldnai�a�� of wl�y the ililg£ was rejected an� ��iy ��}��artang do�umentati�n tF�a Of�eror wisl3es lo be cor�si�l��ed �y #he �ity. In i�re ev�n# of � bona ficle dis�ute can�ernEr�g q�iotes, #h� Dfferrsr will prcr+r�d� for confidentlaG ���-c�rrrera access to �n ir�spe�ti�n af �r�y reEevant t1�cu�ri��tit�ti�� by �ity personnttl. P�eas� �s� ��it��t�o���� si�e3ots, rl r�ocess�r . t�rP� ���h,� �om ar� Narr�e T�Ip hone Con#act Per�ort Sca �e o# +Nork Re�son f�r Ra'a�tion ADDITI�iVA� IN�Ok�MA710�1: Ple�se �r�vide �ddition2�a i�form�lipn yau feel v�ril �uri#�er ex��airi your yooci and itonrt��# eSForls ka ohtaGn �VIBE ��rt�Ci�)�tfor� On tl3is proje�k, T�e �fferor ��,rther ag�e�� �o provide, direc�#�r to the �it�r ��pon request, �orrtpl�te artcl a�c�,rate inforr�a�ior� r�g�rding actual waric p�rforrrr�d ori tk�is co��tract, the p��rn�n# t��r�of a�d ai�y pro�osed cI�aM7g�� to ��e oric�ir��l ar�anc�e�ar�ts su�am�kted w�t� this �id, Tl�e �ffet't�r a�so agre�s to a�low 2�n ��idit aficilor ���miM��tior� �f any �poks, r��ords and files h��lci �y tlieir cor��ai�y tttiat will sula��antiate t1�� act�al worit p�rform��i on thi� cantractr �y an a�t�or'rze� o#fic�r �r e�r+ployre� of �he �ity. A�i�}r int�ntional ar�dl�r knovwinr� misropre�s�ntatian o# fac�s will be graunds for t�rmir�ati:�� t�e �o�7tra�t or debarr��r�� from �i�y wo�k fo� a�a�riod of n�t I�s� tl�an three �3� Ye�rs and far initiatf��g action under Fec#era�l, �tate or L.o�af laws �oncerninc� false staterner�ts. �An}r f�ilure #o comp�y wi#�t tliis or�inance sha41 cre2�te � t��t�ri�l breach o� con�r�ct ��td r�ry�y r�s�,it in � d�t��rrr�ination o� ��x irrespo�}sibte �ff��or �nd del�arment fr�m �artici�ating in ��ty work for a perfod of #�me ���t I�ss tha��n �ne {�I }�r��r. Rov, 5d15�1S ATT►��H4VI�N� 1� Pa�o A of � Th� u��td�r�igr��d �ertifir�� tt�at the in#orrr�atior� pr�v�ded anr� 1t�e IViBE{s} 1ist�t� vwasl+nrere corsta�t�d i:i goo[� f2��k�. I� is ur�de�stood tF�at 2���]F IVIC�E�s� I�st�d ir� Atk�c�yme�t 1� w�ll b� cont��te€I and thc rea�oi�� for ��ot �si�ig them wiil b� ►r�r�fi�d b�r the �ity's �ffic� of Busin�ss Divers�t�r. AUtF#OIIZ�� SIfJf1.7�41FB Pri��#ecl Si�rsa#��e Tf�le �ontact N��n� and Title (ff c��ffero��t} — Corrk��ny Na�7a Pl��nr� Nwnher F�x Num�er A�dress �inail Addres� Giiyl�tatei�ap �3�fice af Busin�ss Div�arsl�y �ins���. rnti+arie�ffir.,��fariw�+rkh#ex�5,gov Phar��; {8�7} 39�-��7� �ak� RoV, Cx+16l7fl ,lal�S Ver�k��re Page 1 af 3 �'� Y�T �� R'I" 1 i N:�j�sr of Cil�' ��rojcct: �-��r�f ili� r�1�T WCI�{'�'EI l�'����; ,J��ini� �c�r�urc l+:li��l�iiil f+��rm ri�! r�rrrsfruus �o�a�a�+ �r{� r+rl54'a're�r{� rrx.� "��','�� �� rj �„�r rr���tlra•rrbla; 1� �oins wentrue t�wm rnr.sl },t Cnni{�IrtSed [� ench nrn�ec; I�I�P�4�isflF'r��j�cE �Cu��r1��c; 1..�oinl vcn#ure ifli�lreiti:7�ii111: Jc1111k �l:[1kYk9'� �,�Ill�.: .Irri�y� l�eniur�: �dd�e,ss: f I� n�af�i rrr�hlt•� +I�4�ti �3�1[111C: �21i;5111iiI�:; t �i���11G�7�„ 1'-f11ii l�ei�si�;+r 11xc: f����n; �ktet co�n��r��t� tl�c, j���i�� v�t�ixirc� �'ea se a ffach Extra s���ls �f a����?;qr��f �paeo is roqr�lrad �o �xrovf� d^tr3fir?� � F}.i�litif? Tt�'JJ1.Fi 91 4JU�Ii 14 �r2 {��flrNrrrr. rt !F}+ �aCJI !�rm �mpns,r�p 1ht Qlfl� #��J7!�Jf1'' 1�113F. fa�'u� �nn-��C16� firm nnme: _ � n.��r��; _, � �ll7JFIi4'� 1LLIi�f[S� 13ii,lrle:.k hd�lirs; �"rt}�. SI�He. Li�' C ilx�, Sid[r. I i p. '1'¢9Cpnnne ��t�l��il � C�fLliil: F14?klii7G4' L_ei'i�I1Lk�i011 �lHl!!t; " � Ndnac uf ('rrkFfi}-ing Agcnc}�: Ptivrsrli n����'f���r�����i�t11-��7[�.In11fF��'ik�l�l'C: ���l�epittYilr r � I:L�I IY ��{��'II�IF — — FWCS�illl�� ReY, 5I15f19 ��;�,r vR�r�� � F':Jg� 2 �]i 3 3. 'U4'I��tl is ilr� N,cr��.ruia�i ��f 11�Z1�1�: ��ierliti4�:sii��i� iin ilki� jd�iiil ►•t��i#t��'c iltia# 5'{�u ►vixli t�� I�t ���ilitle�! ia���':ii`�l �i�cctii�� tl�c �rr�o,Fc��i �;on3' � � I � � � � � � �3. Alir�c�i i4 4�n�ay ��1' ili�� joi�Mi venl���•c o�M1r{�emen�. '� The �Ity's �ffa�e af Bia��nes� fJive�sity wG41 rev�ew ���� �oin€ vent��r� subrr�iss�on and uvrN1 have flna[ � a��raval of �he iv1 �3� �r�rcan#ag� a��iie�i taward t�e goal fa� the project listed a� t�is for�rr. � �1C�-rr;: I� rom an� af#a{ the date of �rojecG awsrd. If as7� of tise per�ici�a�ts. ll�a in�ivl�f�akGy tl�fir��d sco�es of 4vpr[� �r �f�e tfofl�r arr�ou���lp�rc�n��ges cl7art�� Fr�m �F�e �r��iri�fly a�proved int�rm�tsdn. 1i18n ihe particl{��r�ts mlksl �nform �he �Ety's O�fico of E3usiness Giv�esiEy i�rime�diately for ap�ea�+a1. ,4ny ur�j�s�iFiet� cF�ange �� dele��on sl7ali be a material br�a��� aP cc�nt�ack and +11�y i�25ulk IIl tteb��n�e�'It t!1 2C�C�1't� w1t11 CYt� �[oCe[����5 � auwlined in t�e �Fly's ��E Or�ii�ance, Rc�v_ 511a119 �. [�isC carn pancnts of owncrslsip ol',joiut vc�ii��rc: �'[�, �r�oi t,u����ft��t �����,;,ti�;,,�i,rr,aor���� ts �1rsr,������r�rr�t,iffi r�•„t�rr�t ����rrr���t��,�� fr. Icfe�tifv �r}• n;�R4f.t r:�rr, scs ���cF €irut rlt�r�c iu�li��itlt�:�l:� (�vi�E� �ita�s) r3�i�o �� rc rcw�sc�nsii�l�• Inr ti�� c3���-to,��i,y m�nngemen� a�ntl ti�ci�it�n m��liing �sf 11�e���nt ��ent�ire: Jnl{i; V�n1ii��� Paac � af 3 �r,�i� y�r��� ��� �1 fGe ��r��ca�s3�;r�ecE af�i����t; th�t tk�� �'���cgoi��� st���en7�nts �ie�. �r��e uitd correc�R #�3�ti in�lut�c �fi rnatcria] �a�tcrru�a�it�n r�cc�:ssary En i�l�i7��f� ��icC ��x��C�iir� tlie 1.�:r�ns �nil operatiuif 4�i� 11rc.�s:Fi�ot vent4�re, f� �.ir�IX���Rr�r�r�, rE�e �irrtt��s€�,itcd s��a3i zt�rce lis ��ro+�i�t��. �u ilrc ,joink �-����,r�. s�3e statc� ���spa ,.Ff" �vt���k, if�:ci�it,i,-��u��;ins;, r�s�a�r:�w�ibi�iti�w as�� ��7}�mc�R�as her..in, -F7�c {'sk}� tol�c3 re��;r�•c� s�i:.:�i�,�sl Irs re;4Exi�st ��aMy ;�c�clik;41i1�kI i�kt�c,rnr��li�}�s �l�ti;r«:�1 �Ee�.iss.3l}�' �ll �j��C]'3ill�lC l� iaiL' �Cljlkl Y�C:�III"� :�t'�I�I�F�k`„ �'��119kk. 1L1�'f5{i�l[^I".i�k'.'s1�1�:�{FE �7[�}Y��i� �'E���lE;tij�-�� 1[kE'fll'111K�1i1CL 44'11.Ilill I�1C 11J7i4` ti�}�1:1�1�4� Iri �,1'i1�iI1L�; finr �wrn�ii:{«ic,n ��1`ihe eli�,shilil�' ��roc;ess, TI1C 1af14�C:141�,"112{� aiL,'fC.� ip Pcl'flll� :J[L(C11�, RItLC:I"�'1[;�`� 1�+113i 1145'r1L'1'� klll�� �K,7C1111S��1{11111t 1I14 �lR���(�, I'�C�?ff�S .3rlt� �I��'ti o�' �he jofn[ ven��ir�: �iy ;�n� ,�urlic�rirc:ri r�pr�;��:nt;tt,ix�cs nf rhe (:'�t�� o#' 3�rrr� 1�4'nrrl7 Failn�� ��} �a7m��ly ll'EC�k �I�s; }�rnvision sfiafl res���R i� ���e �crn�i��;t��t,E� s�l'any c��Esir�c�, ��lr;cl7 i�rav l,e �ura.i�i�d u�ictcr tl7c a}r�}visionw �f �his,j4�i��t V��1�k13'�'� �;li�,ibil3ky �sncl nx�y li�[LI#il�: 3Cl1UCI �Endcr E��dct�kl. til�i�c ����s�lur Locitl la�slt�r�kin<kiic�s c'c�itwua'�iii7k; k�k�� s��ikt;m{�a[�{a�-�ri]]Eul �G�i�t� �ru�css�;��ic��i tFlFacls_ -- --�-------�---��------...-----�----.,,_. ,.. „ ...............— -------,_.._...._,.,,,,.,, ;li�n�c•s';��Eif firni i I:;su-�rufnuh-h7FSEfirin Prindrd Naavr r,E r3�,�-,�c: .SiGli�}liiic �s', i }�,52;c= E�I1F4�!'w �+�I11T14 {�1 S]tvfYk`I s��u.�:l��'�.fi� i51 { I1111CI �TIII�: I'IIIIIVV �i�_I'*.I'ti��555'llt'I ti��;r!dl�iir.,.-i tu:�_. 9'rii�tr� I�:,irne fII f 14k'!^! {:�fi,rril�.rc nl'{lsx�nr.r IILIL �O� SI1'I'I..i �'I OII O ��i][� U�'' [�r� Il�is (�outtiy uf d�y �F__ . 20 , bufcre� m� ��r��ua�.r�;�! aa�d �.c� r���� ��t.r�oi�:�l C� knr��witi a�rrd �+�1�<}, bcii,g duly swari�, dici c�c�t�te t�tc Corc�oi�i�; al�iciaivil S�Ti[C 4tic� 5S�[�` 111rt1 1�13ey wer� �rc�p�.rly ���ll7i�i�iac:d �� e:ts,�:�Ei� i113s afii��vil ��d �3�cE sv 1ts lfieir lr�e uck �.�SJ cfe�c�_ �+io#��y Pul�l�c P�tn� Namc , �t���f'� 'i� ll ��1 � L' Slgrluul�r d. C.c,€�imissfon L�.�i�es __ _ _ y Dl�ic� oF'BrMsines� C)ivcr�i[y �n7ai�; ir���k�cnt'tic:�{�+),#'ar�wortE�tex�,gtry � F'I�ur�e: (SC71392��G7+i {s�tx�} u��. sr��r�� �-���e�� �age l��tes 2013 �P�e��i�ing W�.�e 7�3�tes {I�ea� �i �i�h��.y Const�ruc�io�a ]�rojects} ,�: CITY OF FQRT WDRTX{ ' STANDARD CONSTfZUCTION SPECIFICATiO3Y DOG[TMENTS Revised 7uly 1, 201 l UT1LiTY CL1T AEPAIR CaNTRACT 2D22 City Project Na. LTC-01 2022 2Q�3 P�iEVAILIf�C� WAGE RAT�S (Heavy and Highway Construction Projectsj CI.ASSIFIGATION D�SCRiPTiON Asphalt Distributor Operatar Asphalt Paving Machine �perator Asphalt Raker Braom or 5weeper Operator Concrete Finisher, Paving and Structures Concrete Pavement Finishing Machine qperator Concrete 5aw Operator Crane Operator, Hydraulic 8D tons or less Crane Qperator, Lattice Boom 80 Tons or Less Crane Operator, Lattice Boom Over 80 Tons Crawler Tractar �perator Flec�rician Exca�ator Operator, 50,000 pourtds or less Exca�ator O�erator, Over 5fl,000 pounds Flagger Form Builder/Setter, Structures Forrrm 5etter, Paving & Curb F'oundation Drill Operator, Crawler Mounted Foundation Drill Operator, Truck Mounted Front End Loader Operator, 3 CY or Less Froni �nd Laader Operator, O�er 3 CY Laborer, Corrmmon Laborer, Utility Loader/Backhoe Operator Mechanic Milling Machine Operator Motor Grader Qperator, Fine Grade Motor Grader Operator, Raugh Off Road Hauler Pavemenfi Marking Machine �perator Pipelayer Reclaimer/Pulveeizer Operafior Reinfiorcing 5teel Worker Roller �perator, Asphalt Roller Operator, Other S.craper Operator 5ervicer Smaf! Slipform Machine Operator 5preader Box �perator Truck Dri�er Low�oy-Float 7ruck Driver�ransit-Mix Truck Driver, 5ingle Axle Truck Dri�er, Single ar Tandem Axle Dump Truck Truck Driver, Tandem laxle Tractor with Semi Traifer We.lder Work zone Barricade 5ervicer Wage Rate $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ �.5.32 13.99 12.&9 11.74 14.�2 16.05 14.48 1.8.12 17.27 ZD.52 14.07 19.8D 17,19 1b.99 10.Q6 13.84 13.16 17.99 21.07 13.59 14.72 10.72 12.32 15.18 �.7.68 14.32 1�.1s 16.02 12.25 13.63 7.3,24 11.01 16.18 13.08 11.51 12.95 14.58 15.96 14.73 16.24 i4.14 1Z.31 12.6Z 12.86 14.84 7.1.58 ihe Davis-Bacon Act prevailing wage rates shown for Heavy and Highway construction projects were determined by the United States Department of Labor and current as af Septerrmber 2013. The titles and descriptlons far khe c{assifications listed are detailed In the AGC vfTexas' Standard Jab Classifications and pescriptions for Highway, Hea�y, Utilities, and Industrial Construction in Texas. Page 1 of 1 GC�6.49 Pe��ni�s a�� �CJ�ili��es '�'I�IS �A�-E ]L]EF'�' Il�T'�'E�T7�I�l��J�Y ]��L�11�TT]E� 1, C1TY OF FORT WORTf-T STANDARD CQNSTRUCTIbN SPiCTPTCATION DOCUMENTS Revised 7uly 1, 201 l UTILITY CUT REPAI� CQNTI2ACT 2022 City Project No. UC-01 2U22 ��A6,�� l�Tondiscrimina�xom �CI�[�� ]�1��]E �]E�`7C II�T']['E�TTI��AI�1�I� ]��L�II�TT]C� CITY OP FORT WORTH UTILIi'Y CUT REPAIR STANDARD COI�l5TRilCT101�' SPECIFICATION DOCUMENTS CONTRACT 2022 Reuised 7u1y 1, 20 i 1 City Project No. UC-O 1 2022 G����. fi� 0� P�od�c� ]L��q��remen$s � TI-�S P.A�lE 1�1E�'�' Il�T'�'El�TTI���i�1LY ]��AlOT� CITY OF FdRT WORTH STANDARD CONSTRi3CTION SPECIFICATIpt�T DOC[IMENTS T2evised July 1, 2011 UTILITY CUT REPAIR CO1VTIiACT 2022 City �roject3�To. iTG�12022 ��v�ng �e��i�� ]���� — 'I'��ical S�c�ion '�'rea�ch �e���r � ]EIlVI�C ��.ve�ea�� ��21 � 'I`�r�pical Secti�� `Tre�cla l�epair — �eYnf��ced Concre�e Pav�mea�t 1 I���� � �['�pic�� Se��gon ']C�rench Rep�i� � ��ick S��face � Y�einfo�ced Concrete ��se ]���� � St�n���d IVlono�i�%i� Cur�b �53� — Cmmc���e V�I�ey �utter I��3� � Stand�rd C�rlb �nd �uite� �546 � Si�e��.11� IDet�A�s CITY O�' F012T WORTH STANDARD CO]�STI2UCTlQN SPECIFICATTON BOCU[v�NTS Revised July 1, 2011 UTILITY CUT REPt1IR CO�TT[tACT 2U22 City Project No. UC-01 2022 � � � � � �� ��t� �� Ci � � a �� �� �� �� O� �� �� i�.S � m � ? t.? � lG! F� �� �� r � 4�r � �� � . � � � � r �; � d W '' cV x � ii�� x �+�- � � �' zu � �_ ���J �_ L1. } � � F � � � �� °I � .� W Q � � � _. � fFS � � v [� 7.. f�l�3 C7 lll `^� IJ � U � � �Y � � � � � � r � � 1 G � � � ca �:; a w � `-'�c' �n !n c� � ��� � � � ��� � � � � � a. .�6 z i +'o� � � � �-� � � '�' � � :��a Q '� � �� c* � �� � � r � _ � .• � � i'rirr � .r ¢ �p i�ir�� �a � � �4 ��n ��-� ��� r�Lr� !il� � � � 4 � � !'l '� � ti�� w %_a � � � �� � � � � ��hq Y� � � � I�' � � �� � h � � I, i ,L, � q vj� --- �1� r3 + �fi IF {�- � � t i.. } u � v� �i. �7 � � � [h � C+. 2 �; iT 7,' � 1f) iU W � � F � ' �m lal � d [' Ifl � Ia.F � � IaJ f- � f� �: � �I � � .f :I ,�: �� � � � t;i z � 11.. 1' � � u.' � , � �r� � rr .�. � � -� � � '� � � _.- . —.._ W �� z a'� � r °�j- rn a i� ��.. .� ,y � _ � � rn � , � � ��� �F�- ,�{i � [� I`Y ri V Qii � � �'� J t� cv �' � [� � � . .� �i � �=�o� �� pR, � a . � ut r� t���.` ;� � � �4� 17L3 � � �4� �c�.+ ,� k��y� cr. s �: uw e�.+�� '�o � � ''� a � Waa� �w �� �Ir�� !jj � A. r S? 1!} � � Ll.' 4 4i � Y €V r'] �i' . . � � � � � � � v � � � .� � i �i : �I � � � � � ti. d � � � W �� � �� t�i ta � S �� w� m �� � � � � U � � U � � �� � +� �il � li � L7 � W �� � — .__ � � .� — � � _... _'� � 't� � i t�rW �-' �, r� a ir {�h �f � ty '.;. � � � 4 j;'-� i M N R' �L: � �` sp_ a� 4-'���'�1 � �!! � ��i��4�c � �r fi � � . ` �' �.. � n�_ _ � Iw irr u • ��� �� � � U4�t�i'S Q — — — � .�. �.._. � ���°�' � � � �' � m � � y Ul • - I—� L o"1 � ��� vswF �aU [a U � J (} �a � � � � � � U�_k � L�I � r C*� m � � 1 � N � � � � � � �� �� � � �a � �4 � � � �W ��� �' 1+1 � �? � W � � IIl � � � � � � � �� hl "' (�' � � � l�f ;nd� ��F� �, � � ��� ��[J � � � � � � � � � � � �4� �' a � � iv C] F- �= [i ��� �`� � � � �� = � � � � � � � � �" ` �" � Ifl f� � � t � �� O � � � �..� GF 7., ��aW Ll, � �� �. , � � Y C7 �} � i � � ' s r'� � ��}% f5 � ����(� � �� 1.�� � f` (3 --1 �y �� W � �� � � �� 4 �;. � ry� Fa ilt �'�' � � t'� �.`. _ • � � �r Ey [} r5 F. F3 �/ fY. ¢ lM '4� �� � ^F Cl �f' � ; G3 � � Q �� � 6 d � C.S � 4� �� � �� �� � � � 1 � �; � :,�� � �- � � �,t O W�L� � � El' t� Z ��µl� C,14�1 0= t.i ty � 4 `[ �j ��• t, i � i�- t_. � �j^ W � U� m 3'�Ja`�C °�1C3� �a iVzl � .�a �� Yi K. ' F �, -. �'I: Er}�� � r •. n � , �r� � tij J *" (/j � �," � �� �����, �}� � �o�p e,t j ��� ��� ���o�� �o_ � .� N � ua � � � � l[7 d� � � � � � S L � � 9 � �O �� �� �a �� � �� m� �� �� �� �� � 4 pZ U � � � � � •ik � ci � � �� � �� I......._.�_� �7 '�` ���� �Gv ��� O � ��r N ��� ��� �� ��� �� �� � � � � � (? � � � �� 0 � I I � � �� � _� � � � 4 � .- �,, � a c3 a ' �n z � 0 � � s� �� ��' �a o � �' � � �� %i oQ �'� � � ^ �� -� u �� �� � F� � �d� �m� � �� �� � ��� � ro��� � �`� � s�w � 0 z ��� � � � �s: � � �� � ��, � �a�¢ I�Sl � � � � ( ��f � � � �� ��c.i � � .� � ��m � ��� � �+i �e 11 � � � � � �� x � 9 � � � u7 � � � U.f Cti � �� � ��� U i" I' 2 �� �� � ��� W � p� D u�� � ��� a �� ��� �� � ��� � � ��� �� Q � � a�� �� w �4� ��� °° � �� U� ��� � ��� � `� 4i ^�� �� ��� t�L'�� l�.1� ��� � .-, e'V N? � � � � � � � � � � e� � m � � � � � � �� � �o � �� � >�� ��� � ��� aa� � �m� LL ��� Q �� � J U V � � � I� L- � � � � � , �_ �, � � � • ���' di1 � � `� � � � � � a 0 O � r�a, ow'" ��rn �� F¢-dM en � i�l� � Y � 0 � W w � J m L � � a r � a \ O z d w � � g� G � F z 1•- � O z , t+! � o� � aa� ¢Nz � X�� 4�� Iai�U �jV � 3 � � raM ��z c�mz z�o aNy'� �o� F �1 (-t( UZ(�!Y i �,� �=`�� � ��_��������`: --I1 �II`�II ����`��= -III II_.II I I��`ti`�~l�_ o �fl�'� 1—� i I l�l~�l`�~ �0:.':-'o..� I� I � _ �. _ �. �. � d" : `�" . ': � _ , - _ _ 'y,y�''•' ���.�-e.����'�' � � � - -''c��� - �— a• ^'YY�-. - .y:• ._ .' "`� � _ �� 0.� ���� �"'�,` - -'.".- �.1II�I �� ' �4 ' . �y�II^ . - O �_ �l/LLJ�� " _ �. .. . roo��u ��d 1- �` �- �� � .: `- ITI� aan� �c aa - .: � : �:�a �. , - �;=: _ ".. —�� ; 'll j ��i� . :a � �. I I_ �,�. . I l; : "Q '_ I � �� °,�� •' _',-� Ixl a . '. �_' I — O Iw/f ' f, _ �. �� �.��_ ca = R ' O �� � .-�_ ' _ � - ; •� -: _''_ :�_ '' �� � •'' p- �I _L•.. �' '. ; 1 �, .; . ,: _ � LI1 �4� ' �� =��' � ��° I� � -' � ll 0.�p „° • ..a� �f ' - : u • � : ~ � a , .a: .�' : ,-Q� _ I I� �r0.. .�ti � _ 4� � Q L� � ao� rc� 0.�f �'�s' � ' rr fl�� aCS ��� J • V O � ���� a Fa OOCL}L 0.0.VIK �r �� �� a 0 � aU� �-W a�m z w a � � m � �� U 4 � H � O p � �� � '� O � L` � �r M � z w j O �� �� o w � �� � ao � � �n w � W � a� � 0. -- ao x � �� a� � U3 �U z r- cv !-- T4 BE-.IGR: �-- �. � Tai� FFWtS Pev i �uF c�r �avn; itnN,ciT:�IJ s���gsinrro., �r� Tuc- - �f'wc� Ve� �. .:i�7TFR C:�.";.�.IRl:�?::,`":. / J / � 24" HMAC � TRAN51710N —�XPANSIOAf / PER SEC710N y EXPANSION � JPERS A� 32 12 16 �, ` JPER� 32 13 13—D513 v�" \ 32 13 13—�513 o= G / — — — � — — — — I \ � ` � _ A� � , 9" HMAC SEE NDTE 4 TFtAN5llidN PER SECT]DN 32 12 1fi INTERSECIING VALLE''f 9„ SEE No"I'E 4 ��..yR. - COA3PACTE� - SLIBGRA�E (SEE N�TE 2] / � _ — — — — — — - PI..AN VIEW g�, . /�4 BARS � SEE 1" MAX OR AS UIRECTE� BY NOTE 4 18" O C.B.W. 7HE ENGINEER - _ - � . - -_ - - - ..4 � � � � - - _ _ -I ' I-I I'_ 8�-0" MIN, (RESI�ENTIAL S1F2EETS) SECTIqN A-A �4��; 1. 'llif 7" REINFORCE� CDNCiiETE VAI.I.�`f SHALL REPLACE THE TOP 7" dF THE YAVEMENT WITH 1HE R�MAINING PORTION OF PAVEMEN7 TO SE CaNSTRUC'f�U INCiUdING SUBGRAQE TREATF�ENT, IN ACCaRDANCE WYTFI 1HE TfPiCAL PAVING SECTION. 2. B" FLEX BASE, TYPE A, GR--1 OR �[ATCH THE PREPAREQ Sl1BGRA0E REQllIREMENTS F6R THE PAVEI�ENT SECTION. TYPE ➢ 012 TYPE B ASPHALT 4R PREPARED SLIBGRADE MAY BE USEo. 3. PAY LI�IITS FROM EXPANSION J41NT TO EXPANSION JOINT. 4. .9" AN� 24" NMAC TRANS1110N SUBSIUTARY TO GQNCRETE VALI.EY GUTT�R, CI1Y MAY APPROV� ADI?I710NAL HMAC TAANS[TI�IV BEYOND Tl-[ESE L1MTS UNOER SEPARATE PRY ITEM FOR }{MAC TRAN51710N PER SECTION 32 12 16. 5. GLJTTER TQ BE SHRPED TR CONFORM WI7H CONCRETE VALLEY (OR PAVEMEN'1�. ����r �iV���x CITY OF F'ORT WORTN, i'EXAS REVIS�b: 0$-31-2012 CO�IC���� VA���Y GU� I�R 32 `Ifi 13-�530 � �� �� �� � � � �� S — !1 ;'� 6 �„ ,�, i � � � � �}e � i � � � E �, �C � 41 �i i � �. � � ��� ;�� ��z ��� �_� ��� �o� � ti�g �� ��'n L�S�� 4�� �W� a 8a��W, ��a �' — r� � � '• I.Ir=j��`l�i � t I..i 'Ifb � � ? A�� —I I 1 1� � ���� _.:�.� ::.`:t' n � ��, �y� <(j� a4� ��. iL����l`�```�'�'�->`'��� I�i �: � � '.d �T. I � � I � ����`� � -' . _ : � l - �� � �� `\l\��ti . _�' .::'Q, " ..s.;�.:� :. '�_::I � �.M1.t.�- > >'.f.` - . =;;t:`_i? .o,�`� �_ �' `��?`: -.�'-e"1 I� � eam - - �,:;�... � � ' :�.� fy�a �;`�.-" _ ..4_. _.y� _� _ '��' �d —I r ,� '-,�'� ����n-ll� ." -."4e�,�. .6'• :4�'I � :�,-;;�:. � .� � W � � Z � X W S�� ��� ��� ���� �sA zo�� �Y � �� 8 � �� g � O�nFh S � � � n x� o r � z 0 U � � Z 0 U � � � � ��n �4 w z� s� �� �a � �� �m s� �� � �o� z 0 �.�� � J � � � � cL � W � � � d z n � U ���� ���� a I ' � 1 "a �� �� �� �� ��m �� � � �� �� � �� � m �� � g� o� �� m � S°f �U �y' � x,� �� L � � o ml � � m � � Z U �o U � �� z '" �� w � a g�� ��w ��� � ��� �� � �� ,4 �0� �� ��'o# ��_� ��� ���� � r � N � � o � y � � � � _ m — � .� U ti � �o � � �a z _ � � ° g � � a a tv 3x � .4 � M � � �� � ��� � a � � �� ��� � m� � �`.o �� . � ` o iarn � � � � � � r J � � �z ���M �. � O U�$ �� z W � S� �' � �, � �W' ,' �� � z� o O Q. Zv �,O N � � �� � Q � m � '° '�'� m % W 6 � � � �� � m 0 W e � � I ; I ---^1 f-� � � � m �U �O 9n �a � � � � � m � � � � � � � � ~ Q � � � � � � � Q � � ,� O � � � W � O � ❑ � � vi U �� � �e � � � � � � � � n ��� I� ��� i�� a avF� ��� �� � �� � �� �a � �¢ 5 °" . t O a a Fo �Z � � W W NF a f � � r — �� .4 � U m y1 'N A �4 ,r�� S3IWA �O w � �a � F �, `I ��