Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
064860 - Construction-Related - Contract - R&A Legacy Construction LLC
FORTWORTH. CONTRACT FOR THE CONSTRUCTION OF CSC No. 64860 2026 CONCRETE RESTORATION CONTRACT 1 City Project No. 106177 Mattie Parker Jesus "Jay" Chapa Mayor City Manager Lauren Prieur, P.E. Director, Transportation and Public Works Department Prepared for The City of Fort Worth TRANSPORTATION AND PUBLIC WORKS 2025 OF le -`I go �ZELALEM•.A •AREGA ., w •. 124011 OFFICIAL RECORD 1� �s� 0 �ACENG W CITY SECRETARY FT. WORTH, TX 0°J, S 12-ozf FORT WORTH,-,.., City of Fort Worth Standard Construction Specification Documents Adopted September 2011 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page I of 6 SECTION 00 00 00 TABLE OF CONTENTS Division 00 - General Conditions Last Revised 0005 10 Mayor and Council Communication 07/01/2011 0005 15 Addenda 07/01/2011 0011 13 Invitation to Bidders 02/08/2024 0021 13 Instructions to Bidders 09/01/2025 0035 13 Conflict of Interest Statement 02/24/2020 00 41 00 Bid Form 09/30/2021 00 42 43 Proposal Form Unit Price 09/30/2021 0043 13 Bid Bond 09/30/2021 00 43 37 Vendor Compliance to State Law Nonresident Bidder 09/30/2021 o045 ar Bidders Pt:e"alifieations n4 i�2-� nnPr-equalifkatieff09, 30QO2T nno n�3 Pfequalifieation Applieati 064-5 00 45 26 Contractor Compliance with Workers' Compensation Law 07/01/2011 00 45 41 Small Business Goal 9/01/2025 00 52 43 Agreement 06/13/2025 0061 13 Performance Bond 12/08/2023 0061 14 Payment Bond 12/08/2023 0061 19 Maintenance Bond 12/08/2023 00 61 25 Certificate of Insurance 07/01/2011 00 72 00 General Conditions 09/01/2025 00 73 00 Supplementary Conditions 03/08/2024 Division 01- General Requirements Last Revised 01 1100 Summary of Work 12/20/2012 01 25 00 Substitution Procedures 07/01/2011 01 31 19 Preconstruction Meeting 09/01/2025 01 31 20 Project Meetings 07/01/2011 01 32 16 Construction Schedule 10/06/2023 01 32 33 Preconstruction Video 07/01/2011 01 33 00 Submittals 12/20/2012 01 35 13 Spec al Project Procedures 03/11/2022 01 45 23 Testing and Inspection Services 03/09/2020 01 50 00 Temporary Facilities and Controls 07/01/2011 01 55 26 Street Use Permit and Modifications to Traffic Control 03/22/2021 0157 13 Storm Water Pollution Prevention Plan 07/01/2011 01 58 13 Temporary Project Si na e 07/01/2011 01 60 00 Product Requirements 03/09/2020 01 66 00 Product Storage and Handling Requirements 07/01/2011 01 70 00 Mobilization and Remobilization 11/22/2016 01 71 23 Construction Staking and Survey 02/14/2018 01 74 23 Cleaning 07/01/2011 01 77 19 Closeout Requirements 03/22/2021 01 78 23 Operation and Maintenance Data 12/20/2012 01 78 39 Project Record Documents 07/01/2011 CITY OF FORT WORTH 2O26 CONCRETE RESTORATION CONTRACT 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106177 Revised 09/01/2025 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 2 of 6 Technical Specifications which have been modified by the Engineer specifically for this Project; hard copies are included in the Project's Contract Documents Division 32 - Exterior Improvements 32 1123 Flexible Base Courses 32 13 13 Concrete Paving 32 1320 Concrete Sidewalks, Driveways and Barrier Free Ramps 32 1373 Concrete Paving Joint Sealants Division 34 - Transportation 3471 13 1 Traffic Control 99 99 00 ADDITIONAL SPECIFICATIONS 250 TxDOT Specification — Geogrid Base Reinforcement Technical Specifications listed below are included for this Project by reference and can be viewed/downloaded from the City's website at: http://fortworthtexas.i!ov/tpw/contractors/ or https:Happs.fortworthtexas.gov/ProjectResources/ Division 02 - Existing Conditions Last Revised 02-44-3 8,ele tive Site Demelitieft mrrn-zvzz 024444 Q,QW201- r�-zvravzz 0241 15 Paving Removal 02/02/2016 Division 03 - Concrete 03 30 00 Cast -In -Place Concrete 06/13/2025 nTmE)W03 ino�5 v�v r2,90r20zz 43- 0 88 N40difieMiEffiS tO EXiStiflg , i� 2v/2v 12 Division 26 - Electrical Division 31 - Earthwork 31 00 00 Site Clearing 03/22/2021 3123 16 Unclassified Excavation 01/28/2013 2 1� r -23i3 Beff&w n, io 4�13 34-24-00 EmbaftkmefAs n, i =� 31 25 00 Erosion and Sediment Control 04/29/2021 3 —36-00 GabieiS , 21'fzzrz0/2012 2 ,Ripfap, 2 �7zz4040 -2 Division 32 - Exterior Improvements 7 12,120,12012 CITY OF FORT WORTH 2O26 CONCRETE RESTORATION CONTRACT 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106177 Revised 09/01 /2025 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 3 of 6 3241--" Tempefafy Asphalt Paviag4Wpaif 1 'f /7�-�m�iv iz 32 nl N Gefiefete Paying4Wpaif 06/1Xl2025 2'7� Flexible Base G, ufsess 17/wiz 2 1 1 N �rz� Lime e T -e, te,l uaw Cats yes- 1 � 120/20 � r�-avravzz 3244-33 re,...ert Re.,te.l B-Ase, r,.41,.s0s n6/10 0/2 324447 Liquid Tfeated Soil Stabilizff n4 /� 1�1-5 6 /n'7ory ,zozz 221 2 72 �� 1 �/20/20 2 r�-avraozz 2 noDfiveways1 /n�22 3244-7 1 /�44 32 14 16 Brick Unit Paving 12/20/2012 273 17/ni 32 1723 Pavement Markings 06/10/2022 32 1725 Curb Address Painting 11/04/2013 2 3 1 2 !`h.,i Fenees �tee 17120/201 7 32-34-26 gar.,-e Feftees and G Les- 12120/2012 32-34-29 Wood Feftees and Gates 1 2 /� 32-324- 06,/05/2019- 9 n3/1� 1 /20 3292 13 Sodding 05/13/2021 3 244 nc/1�2 1 n1 /n-3 2 93 n2 Trees and Shrubs 12/20/20t Division 33 - Utilities 3 nt �n nn/n7/20 0 �--v-r�v m7v�vz-v 1 /n 22 n9In-PumpifigypassQ/�!000Q 3 0 t o 1 � /20,120 2 �--v�-ry z L,-z'vrz-o ,z 3 � nn 1 1 re.- fesio Control Test Stations 1 2 12W201 2 �--vrrr �-�vr�vr� 3 0 1 � 1 � /20/2012 �J--v�rz r�-zvravzz 3 0 �n n77v/nt /20 �--vr�v m�vzz 2 2�noAeeeptanee02 /nvar06201 3 e Cleming afFipes n3/to 1�22 A n6/15 2 2� W tef T i e T owe.-ing 1 7 /7�n/vr vri .. ---=- =---= =_ .. =----a 33 05 13 Frame, Cover and Grade Rings 09/09/2022 3305 14 Adjusting Manholes, Inlets, Valve Boxes, and Other Structures to 03/11/2022 Grade 3305 17 Concrete Collars 03/11/2022 gAiiger-1 /� n /�z 3 nc 71 Tunnel Liner- e.- Plate 1 7 /20/201 2 �--v�-zT r�-avravzz 3 nc 2- 1790/2012 �--v�-zz r�,zvrty-rz 3449-2-3 14md Tufhoeliftg 42420 04-2 nc 3 � �--v�-zn T rcrv�r�t 3 nc 26 12,120,12012 �--v�-zv 33 nc 9n 12/20/2nt� CITY OF FORT WORTH 2O26 CONCRETE RESTORATION CONTRACT 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106177 Revised 09/01 /2025 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 4 of 6 1 ortation . WA0 0 . . . . . . .off . . . . .. CITY OF FORT WORTH 2O26 CONCRETE RESTORATION CONTRACT 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106177 Revised 09/01 /2025 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 5 of 6 Appendix EEC 4.01 Availability f a*d GC-4.02 Subsurface and Physical Conditions GC-6.06.D Small Business Utilization Form GC-6.07 Wage Rates vt 6.09 Pefmits-and rvcxncrcs GN-0.0 General Notes GP-0.0 Project Location and Exhibit GS-0.0 Standard Construction Details END OF SECTION CITY OF FORT WORTH 2O26 CONCRETE RESTORATION CONTRACT 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106177 Revised 09/01 /2025 1 /28/26, 10:15 AM M&C Review CITY COUNCIL AGENDA Create New From This M&C Official site of the City of Fort Worth, Texas FORT WORTII REFERENCE **M&C 26- 202026 CONCRETE DATE: 1/13/2026 NO.: 0040 LOG NAME: RESTORATION CONTRACT 1 CODE: C TYPE: CONSENT PUBLIC NO HEARING: SUBJECT. (CD 5, CD 6 and CD 8) Authorize Execution of a Contract with R&A Legacy Construction LLC in the Amount of $2,783,448.98 for the 2026 Concrete Restoration Contract 1 Project at Various Locations RECOMMENDATION: It is recommended that the City Council authorize execution of a contract with R&A Legacy Construction LLC, in the amount of $2,783,448.98 for the 2026 Concrete Restoration Contract 1 project at various locations (City Project No. 106177). DISCUSSION: In the Fiscal Year 2026 PayGo Contract Street Maintenance Program, various types of street maintenance projects are grouped into specific contract packages. The recommended construction contract outlined in this Mayor and Council Communication (M&C) will provide the reconstruction of failing concrete pavement on the street sections below, under the 2026 Concrete Restoration Contract 1 project (City Project No. 106177). Street From To Council District Hitson Lane Acapulco Road Meadowbrook Drive 5 Granbury Cut Off Road Granbury Road Hulen Bend 6 Boulevard Hulen Bend Boulevard Oakmont South Hulen Street 6 Eastbound Boulevard Hulen Bend Boulevard Oakmont South Hulen Street 6 Westbound Boulevard South Hulen Street Granbury Road Southwest Loop 820 6 Salt Road North Bridge Southeast Loop 820 8 Approach Campus Drive Northbound Oak Grove Road South Campus Court 8 Campus Drive Oak Grove Road Southeast Loop 820 8 Southbound This project was advertised for bid on September 17, 2025, and September 24, 2025, in the Fort Worth Star -Telegram. On October 16, 2025, the following bids were received: Bidders Amount Comment *HD Way Concrete Services, LLC $2,290,202.10 **Tejas Cutters, LLC $2,760,514.28 apps. cfwnet.org/council_packet/mc_review.asp?I D=34083&counci ddate=1 /13/2026 1 /3 1 /28/26, 10:15 AM M&C Review R&A Legacy Construction, LLC $2,783,448.98 210 Calendar Days FNH Construction, LLC $3,139,865.00 Alderink Enterprises dba Cl Pavement $3,180,693.00 Vernara, LLC $3,325,575.00 Capco Concrete Structures, LLC $3,365,008.00 GRod Construction, LLC $3,905,495.00 MW Panel Tech $4,246,549.00 *HD Way Concrete Services, LLC was disqualified for failing to meet the City's Small Business requirements. **Tejas Cutters, LLC was disqualified for submitting an unbalanced bid. In addition to the contract amount, $422,098.17 is required for project management, material testing, and inspection, and $139,172.45 is provided for project contingencies. Funding is budgeted in the General Capital Projects Fund for the TPW Dept Highway & Streets Department for the purpose of funding the 2026 Concrete Restoration Contract 1 project. Construction for this project is expected to start in February 2026 and be completed by September 2026. Upon completion of the project, there will be no anticipated impact on the General Fund operating budget. Small Business (SB) Goal - R&A Legacy Construction LLC has met the City's Small Business goal. R&A Legacy Construction LLC is a small business contractor and will self -perform the work. This project is located in COUNCIL DISTRICTS 5, 6, and 8. FISCAL INFORMATION/CERTIFICATION: The Director of Finance certifies that funds are available in the current capital budget, as previously appropriated, in the General Capital Projects Fund for the 2026 Concrete Rest Contract 1 project to support the approval of the above recommendation and award of the contract. Prior to any expenditure being incurred, the Transportation and Public Works Department has the responsibility to validate the availability of funds. TO Fund Department Account Project ID ID FROM Fund Department Account Project ID ID Submitted for City Manager's Office by_ Originating Department Head: Additional Information Contact: Program Activity Budget Year Program Activity Budget Year Reference # Amount (Chartfield 2) Reference # Amount (Chartfield 2) Jesica McEachern (5804) Lauren Prieur (6035) Monty Hall (8662) apps. cfwnet.org/council_packet/mc_review.asp?I D=34083&counci ddate=1 /13/2026 2/3 1 /28/26, 10:15 AM M&C Review ATTACHMENTS 2026 CONCRETE RESTORATION CONTRACT 1 FundsAvail.docx (CFW Internal) FID Table 2026 CONCRETE RESTORATION CONTRACT 1.xlsx (CFW Internal) Form 1295 Certificate R&A Legacypdf (CFW Internal) Maps CPN106177.pdf (Public) apps. cfwnet.org/council_packet/mc_review.asp?I D=34083&counci ddate=1 /13/2026 3/3 CITY OF FORT WORTH Transportation and Public Works Department 2026 Concrete Restoration Contract 1 City Project No. 106177 ADDENDUM NO. 1 Addendum No. 1: Issued Wednesday, October 8, 2025 Bid Open Date: Thursday, October 16, 2025 This Addendum forms part of the Specifications & Contract Documents for the above -referenced Project and modifies the original Specifications and Contract Documents. Bidder shall acknowledge receipt of this addendum in the space provided below, and in the proposal (SECTION 00 41 00). Failure to acknowledge receipt of this addendum could subject the bidder to disqualification. The specification and contract documents for 2026 Concrete Restoration Contract 1, City Project No. 106177, are hereby revised by Addendum No. 1 as follows: SPECIFICATIONS & CONTRACT DOCUMENTS: a. SECTION 00 00 00 — Replace the TABLE OF CONTENTS in its entirety with the attached TABLE OF CONTENTS. b. SECTION 00 11 13 — Replace the INVITATION TO BIDDERS in its entirety with the attached INVITATION TO BIDDERS. c. SECTION 00 4100 — Replace the BID FORM in its entirety with the attached BID FORM. d. SECTION 00 42 43 — Replace the PROPOSAL FORM in its entirety with the attached PROPOSAL FORM e. SECTION 00 52 43 — Replace the AGREEMENT in its entirety with the attached AGREEMENT. f. SECTION 00 61 19 - Replace the MAINTENANCE BOND in its entirety with the attached MAINTENANCE BOND. g. SECTION 00 73 00 - Replace the SUPPLEMENTARY CONDITIONS in its entirety with the attached SUPPLEMENTARY CONDITIONS. h. APPENDIX GC 4.02 — Add Salt Road core report to SUBSURFACE AND PHYSICAL CONDITIONS. i. APPENDIX GC 6.06D — Replace the SMALL BUSINESS UTILIZATION FORM in its entirety with the attached SMALL BUSINESS UTILIZATION FORM. j. APPENDIX GP 0.00 — Replace the PROJECT LOCATIONS AND EXHIBIT in its entirety with the attached PROJECT LOCATIONS AND EXHIBIT. k. SUBMISSION INSTRUCTIONS — 25-0256 — The submission instructions have been updated to include Addendum No. 1 under the Requested Information section. Page 1 of 2 CITY OF FORT WORTH 2O26 Concrete Restoration Contract 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No, 106177 Revised September 14, 2022 Addendum 1 This Addendum No. 1 forms part of the Specifications and Contract Documents for the above - referenced project and modifies the original Project Manual and Contract Documents of the same. Acknowledge your receipt of Addendum No. 1 by completing the requested information in the space provided in Section 00 4100, Bid Form, Page 3 of 3 A signed copy of Addendum No. 1 shall be included in the submitted sealed bid at the time of bid submittal. Failure to acknowledge the receipt of Addendum No. 1 could cause the subject bidder to be considered "NONRESPONSIVE," resulting in disqualification. Addendum No. 1 RECEIPT ACKNOWLEDGEMENT: Company:lC �%7'GG hArG Address: ���? �9a.S✓,� City: State: State: CITY OF FORT WOR'rH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 14, 2022 Lauren Prieur, P.E. Director, Transportation and Public Works By: 7- e%- (-e- "1 Ace 45o, Zelalem Arega, PhD, P.E. Engineering Manager Page 2 of 2 2026 Concrete Restoration Contract 1 City Project No. 106177 Addendum 1 FORT WORTH,:. City of Fort Worth Standard Construction Specification Documents Adopted September 2011 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 1 of 6 SECTION 00 00 00 TABLE OF CONTENTS Division 00 - General Conditions Last Revised 0005 10 Mayor and Council Communication 07/01/2011 0005 15 Addenda 07/01/2011 0011 13 Invitation to Bidders 02/08/2024 0021 13 Instructions to Bidders 09/01/2025 0035 13 Conflict of Interest Statement 02/24/2020 00 41 00 Bid Form 09/19/2025 00 42 43 Proposal Form Unit Price 09/30/2021 0043 13 Bid Bond 09/30/2021 00 43 37 Vendor Compliance to State Law Nonresident Bidder 09/30/2021 n4i1�2-� nn n c � o�1= 2rn 1 OW3W�T nnnc 13 WeElualifieation Appheatien n6/11/2 02 00 45 26 Contractor Compliance with Workers' Compensation Law 07/01/2011 00 45 41 Small Business Goal 9/01/2025 00 52 43 Agreement 9/19/2025 0061 13 Performance Bond 12/08/2023 0061 14 Payment Bond 12/08/2023 0061 19 Maintenance Bond 9/19/2025 00 61 25 Certificate of Insurance 07/01/2011 00 72 00 General Conditions 09/01/2025 00 73 00 Supplementary Conditions 9/19/2025 Division 01- General Requirements Last Revised 01 1100 Summary of Work 12/20/2012 012500 Substitution Procedures 07/01/2011 01 29 75 Materials On Hand 9/19/2025 01 31 19 Preconstruction Meeting 09/01/2025 01 3120 Project Meetings 07/01/2011 013216 Construction Schedule 10/06/2023 01 32 33 Preconstruction Video 07/01/2011 01 33 00 Submittals 12/20/2012 01 35 13 Special Project Procedures 03/11/2022 01 45 23 Testing and Inspection Services 03/09/2020 01 5000 Temporary Facilities and Controls 09/19/2025 01 5526 Street Use Permit and Modifications to Traffic Control 03/22/2021 0157 13 Storm Water Pollution Prevention Plan 07/01/2011 0158 13 Temporary Project Si na e 07/01/2011 01 60 00 Product Requirements 03/09/2020 01 66 00 Product Storage and Handling Requirements 07/01/2011 01 70 00 Mobilization and Remobilization 11/22/2016 01 71 23 Construction Stakin and Survey 02/14/2018 01 74 23 Cleaning 07/01/2011 01 77 19 Closeout Requirements 03/22/2021 01 78 23 Operation and Maintenance Data 12/20/2012 01 78 39 Project Record Documents 07/01/2011 CITY OF FORT WORTH 2O26 CONCRETE RESTORATION CONTRACT 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106177 Revised September 19, 2025 Addendum 1 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 2 of 6 Technical Specifications which have been modified by the Engineer specifically for this Project; hard copies are included in the Project's Contract Documents Division 32 - Exterior Improvements 32 1123 Flexible Base Course 32 13 13 Concrete Paving 32 1320 Concrete Sidewalks, Driveways and Barrier Free Ramps 32 1373 Concrete Paving Joint Sealants Division 34 - Transportation 3471 13 1 Traffic Control 99 99 00 ADDITIONAL SPECIFICATIONS 250 TxDOT Specification — Geogrid Base Reinforcement Technical Specifications listed below are included for this Project by reference and can be viewed/downloaded from the City's website at: http://fortworthtexas.gov/tpw/contractors/ or https:Happs.fortworthtexas.gov/ProjectResources/ Division 02 - Existing Conditions Last Revised 0 n t i 3 ee4 tiye Silo DeM0460-fl- n i /2022 rno n�4Ut4iVf4Zemeva44-bandefffnent, � i�44 0241 15 Paving Removal 02/02/2016 Division 03 - Concrete 03 30 00 Cast -In -Place Concrete 06/13/2025 n 2 nn t� v�3rry r�i-zvravzz 83-99-4()0 i 2 / 0/2 Division 26 - Electrical Division 31 - Earthwork 31 00 00 Site Clearing 03/22/2021 3123 16 Unclassified Excavation 01/28/2013 34-24-00 Embankments n i /�z13, 31 25 00 Erosion and Sediment Control 04/29/2021 � two Fabiene 12,/20/2012 �,� Riffaf Division 32 - Exterior CITY OF FORT WORTH 2O26 CONCRETE RESTORATION CONTRACT 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106177 Revised September 19, 2025 Addendum 1 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 3 of 6 32 n 1 1 7 �-z-vrrT 12,12W2012 2 "Temper-afy17/20/,�no1-2 2 n1 7[1 �z-vrz� 0643/202- �rra-svz� 2 t 1 2- �rz� F1 -xible Base Cats see r 12,L204012 324449 Lime Trea4ed Base Geti. 12/20/201 Z7�-3 Go,.,.,ent rr,-eatea Base r n6/10 n�i 084 1-5 22 t 4 1 �-i-rz--ry 6/07,1201n vrvTzvz� 324244 � /201 2 1 7 �120z 27Pfiveways12/n� n�2-2 32 1- 7� �� 1 �/20/20 � rcrcvrcvrc 32 1416 Brick Unit Paving 12/20/2012 2 7�-3Gutter-s1 � /n�� 32 1723 Pavement Markings 06/10/2022 32 1725 Curb Address Painting 11/04/2013 27� r't,.,;aL'efiees era Gates 17/zzi-20/2 i 32-34-26 W - F nees ,. 1 . � 1 /�ii 2'7� N1CT,.e Fle ff tes M..G a4ps 1'l /'lzzi-zv coin 2 7Plaee06,105/2 32 92 13 Sodding 05/13/2021 3294� n -z-T nc 3,12021 va-r�rtozT 2 92 1 cGfas,��Lildflower-10 /06 /202- 3^1 93 n3 T,-oos —Aa 14/40404- Division 33 - Utilities 3 n1 3nTes4figewefa-an9/n7/-01 Q 03 1 /20 z 2 12/nz/ 3 03 1 n 1 � /20"20 2 �--vTry r�-avraozz 22 nn 1n 1�QW2012 �J--vTTv r�-zvravzz 34444r r2l-20r201z 3 04 17 12/�0404- Ts-v�-zr r�-avravzz 22�oe. no/1� o�� 3304-4A rn /no w e Gleaning of Pipes 03 / t�z AExea-vation,06/1 M 33 nc 1� 1-2/2n/-Pn1� �--v�-Tz -rartv�zvrc 3 nc-z� 1 2 n9/�vno/2022 �--v�, m�z 3305 14 Adjusting Manholes, Inlets, Valve Boxes, and Other Structures to 03/11/2022 Grade 22�o Gefte,-e+e.1,47 to--V. Its i2/7zzr2mzoiz 3305 17 Concrete Collars 03/11/2022 33--�c-2n/204 2 n o 1 �z 3 nc �� 1'1/20/20i �--v�-zz rcrcarzviz 1 /�i 3 nc �n 1�/0911201� �--v�-zt rzro�nvzz 33 nc 76 12/20/2012 CITY OF FORT WORTH 2O26 CONCRETE RESTORATION CONTRACT 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106177 Revised September 19, 2025 Addendum 1 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 4 of 6 ■. . • ■ .• . • NORIt •r �• r ♦ . r S •� • • BRIM 1-1 WWI wwrrym r • r r _ r r � • ■. r. ■ I r r .. . • •.I Pill• • �• �• r•. -- r � � Ke • • • • • CIRIM&VITI r • MINIMUM i • . .WIN VIEW- 111M 1100 i • ■MINIMUM i • i ■ B-Im", 11 1 ♦ iEL ♦ i t ♦ i r CITY OF FORT WORTH 2O26 CONCRETE RESTORATION CONTRACT 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106177 Revised September 19, 2025 Addendum 1 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 5 of 6 Appendix GG 4.01 GC-4.02 Subsurfaceand Physical Conditions GG r. . r GC-6.06.D Small Business Utilization Form GC-6.07 Wage Rates General Notes Pr -,,duet n e"ir-omeats GN-0.0 GR 0160 00 GP-0.0 Project Location and Exhibit GS-0.0 Standard Construction Details END OF SECTION CITY OF FORT WORTH 2O26 CONCRETE RESTORATION CONTRACT 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106177 Revised September 19, 2025 Addendum 1 0011 13 INVITATION TO BIDDERS Page 1 of 2 SECTION 00 1113 INVITATION TO BIDDERS RECEIPT OF BIDS Electronic bids for the construction of 2026 CONCRETE RESTORATION CONTRACT 1, City project No. 106177 will be received by the City of Fort Worth via the Procurement Portal https:Hfortworthtexas.bonfirehub.com/portal/?tab=openOpportunities, under the respective Project until 2:00 P.M. CST, Thursday, October 16, 2025. Bids will then be opened publicly and read aloud beginning at 2:00 PM CST in the City Council Chambers. Your submissions must be uploaded, finalized and submitted prior to the Project's posted due date. The City strongly recommends allowing sufficient time to complete this process (ideally a week prior to the deadline) to begin the uploading process and to finalize your submission. Uploading large documents may take time, depending on the size of the file(s) and your Internet connection speed. The Bonfire portal can be accessed using Microsoft Edge, Google Chrome, or Mozilla Firefox. Javascript must be enabled. Browser cookies must be enabled. Electronic submission is subject to electronic interface latency, which can result in transmission delays. All bidders or proposers assume the risk of late transmission/ submission. The City shall not be held liable if an interested bidder or proposer is unable to submit a complete bid/response before the published deadline due to transmission delays or any other technical issues or obstructions. The City strongly recommends allowing sufficient time to complete the submission process (ideally a week before the deadline) to begin the uploading process and to finalize your submission to give adequate time in the event an issue arises. All submissions must be submitted electronically prior to the close date and time under the respective Project via the Procurement Portal: https://fortworthtexas.bonfirehub.com/portal/?tab=openOpportunities Failure to submit all completed required information listed in the respective Solicitation will be grounds for rejection of a bid as non -responsive. No late bids/proposals shall be accepted. Bids delivered in any other manner than using the Bonfire Platform (Procurement Portal) will not be accepted or considered. If, upon being opened, a submission is unreadable to the degree that material conformance to the requirements of the procurement specifications cannot be ascertained, such submission will be rejected without liability to the City, unless such bidder provides clear and convincing evidence (a) of the content of the submission as originally submitted and (b) that the unreadable condition of the Electronic Bid was caused solely by error or malfunction of the Bonfire Platform (Procurement Portal). Failure to scan a clear or readable copy of a bid into the system does not constitute and shall not be considered an error or malfunction of the Bonfire Platform (Procurement Portal). Bidders are encouraged to fully review each page of every document within their submission prior to submitting to ensure all documents are clear, legible, and complete. SUPPORT For technical questions, visit Bonfire's help forum at https://vendorsupport.gobonfire.com/hc/en- us Contact the Bonfire support team at Support@GoBonfire.com or by calling 1-800-354-8010. To get started with Bonfire, watch this five-minute training video: CITY OF FORT WORTH 2O26 CONCRETE RESTORATION CONTRACT 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 106177 Revised 2/08/24 Addendum 1 0011 13 INVITATION TO BIDDERS Page 2 of 2 Vendor Registration and Submission [VIDEO] — Bonfire Vendor Support (gobonfire.com) GENERAL DESCRIPTION OF WORK The major work will consist of the (approximate) following: 5,950 SY 9" Concrete Pavement 6,580 SY 7" Concrete Pavement 3,860 CY Flex Base 17,530 SY Geogrid DOCUMENT EXAMINATION AND PROCUREMENTS The Bidding and Contract Documents may be examined or obtained via the Procurement Portal https://fortworthtexas.bonfirehub.com/portal/?tab=openOpportunities, under the respective Project. Contract Documents may be downloaded, viewed, and printed by interested contractors and/or suppliers. EXPRESSION OF INTEREST To ensure potential bidders are kept up to date of any new information pertinent to this project, all interested parties should indicate their intent to bid in the Procurement Portal by selecting "yes" under the Intent to Bid section. All Addenda will be posted in the Procurement Portal https:Hfortworthtexas.bonfirehub.com/portaF?tab=openOpportunities, under the respective Project. PREBID CONFERENCE — Web Conference A prebid conference will be held as discussed in Section 00 21 13 - INSTRUCTIONS TO BIDDERS at the following date, and time via a web conferencing application: DATE: Tuesday, September 30, 2025 TIME: 9.00 A.M. Invitations with links to the web conferencing application will be distributed directly to those who have submitted an Expression of Interest. If a prebid conference is held, the presentation and any questions and answers provided at the prebid conference will be issued as an Addendum to the call for bids. If a prebid conference is not being held, prospective bidders should direct all questions about the meaning and intent of the Bidding Documents electronically through the Vendors discussions section under the respective Project via the Procurement Portal. If necessary, Addenda will be issued pursuant to the Instructions to Bidders. CITY'S RIGHT TO ACCEPT OR REJECT BIDS City reserves the right to waive irregularities and to accept or reject any or all bids. AWARD City will award a contract to the Bidder presenting the lowest price, qualifications and competencies considered. ADVERTISEMENT DATES September 17, 2025 September 24, 2025 END OF SECTION CITY OF FORT WORTH 2O26 CONCRETE RESTORATION CONTRACT 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 106177 Revised 2/08/24 Addendum 1 00 42 43 CONFLICT OF INTEREST STATEMENT Page 1 of 1 SECTION 00 42 43 PROPOSALFORM UNIT PRICE BID Bidder's Application Total Bid END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2026 CONCRETE RESTORATION CONTRACT 1, 106177 Revised February 24, 2020 Addendum 1 00 41 00 Bid Proposal Workbook 00 73 00 SUPPLEMENTARY CONDITIONS SECTION 00 73 00 SUPPLEMENTARY CONDITIONS TO GENERAL CONDITIONS Supplementary Conditions Page 1 of 6 These Supplementary Conditions modify and supplement Section 00 72 00 - General Conditions, and other provisions of the Contract Documents as indicated below. All provisions of the General Conditions that are modified or supplemented remain in full force and effect as so modified or supplemented. All provisions of the General Conditions which are not so modified or supplemented remain in full force and effect. Defined Terms The terms used in these Supplementary Conditions which are defined in the General Conditions have the meaning assigned to them in the General Conditions, unless specifically noted herein. Modifications and Supplements The following are instructions that modify or supplement specific paragraphs in the General Conditions and other Contract Documents. SC-3.03B.2, "Resolving Discrepancies" Plans govern over Specifications. SC-4.01A Easement limits shown on the Drawing are approximate and were provided to establish a basis for bidding. Upon receiving the final easements descriptions, Contractor shall compare them to the lines shown on the Contract Drawings. SC-4.01A.1., "Availability of Lands" The following is a list of known outstanding right-of-way, and/or easements to be acquired, if any as of September 1, 2025: Outstanding Right -Of -Way, and/or Easements to Be Acquired PARCEL OWNER NUMBER NONE TARGET DATE OF POSSESSION The Contractor understands and agrees that the dates listed above are estimates only, are not guaranteed, and do not bind the City. If Contractor considers the final easements provided to differ materially from the representations on the Contract Drawings, Contractor shall within five (5) Business Days and before proceeding with the Work, notify City in writing associated with the differing easement line locations. SC-4.01A.2, "Availability of Lands" Utilities or obstructions to be removed, adjusted, and/or relocated CITY OF FORT WORTH 2O26 CONCRETE RESTORATION CONTRACT 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 106177 Revised September 19, 2025 Addendum 1 00 73 00 SUPPLEMENTARY CONDITIONS Page 2 of 6 The following is list of utilities and/or obstructions that have not been removed, adjusted, and/or relocated as of September 1, 2025 EXPECTED UTILITY AND LOCATION OWNER NONE TARGET DATE OF ADJUSTMENT The Contractor understands and agrees that the dates listed above are estimates only, are not guaranteed, and do not bind the City. SC-4.02A., "Subsurface and Physical Conditions" The following are reports of explorations and tests of subsurface conditions at the site of the Work: Attached in Appendix The following are drawings of physical conditions in or relating to existing surface and subsurface structures (except Underground Facilities) which are at or contiguous to the site of the Work: "NONE" SC-4.06A., "Hazardous Environmental Conditions at Site" The following are reports and drawings of existing hazardous environmental conditions known to the City: "NONE" SC-5.03A., "Certificates of Insurance" The entities listed below are "additional insureds as their interest may appear" including their respective officers, directors, agents and employees. (1) City (2) Consultant: `None" (3) Other: "None" SC-5.04A., "Contractor's Insurance" The limits of liability for the insurance required by Paragraph GC-5.04 shall provide the following coverages for not less than the following amounts or greater where required by laws and regulations: 5.04A. Workers' Compensation, under Paragraph GC-5.04A. Statutory limits Employer's liability $100,000 each accident/occurrence $100,000 Disease - each employee $500,000 Disease - policy limit CITY OF FORT WORTH 2O26 CONCRETE RESTORATION CONTRACT 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 106177 Revised September 19, 2025 Addendum 1 00 73 00 SUPPLEMENTARY CONDITIONS Page 3 of 6 SC-5.04B., "Contractor's Insurance" 5.04B. Commercial General Liability, under Paragraph GC-5.04B. Contractor's Liability Insurance under Paragraph GC-5.04B., which shall be on a per project basis covering the Contractor with minimum limits of: $1,000,000 each occurrence $2,000,000 aggregate limit The policy must have an endorsement (Amendment — Aggregate Limits of Insurance) making the General Aggregate Limits apply separately to each job site. The Commercial General Liability Insurance policies shall provide "X", "C", and "U" coverage's. Verification of such coverage must be shown in the Remarks Article of the Certificate of Insurance. SC 5.04C., "Contractor's Insurance" 5.04C. Automobile Liability, under Paragraph GC-5.04C. Contractor's Liability Insurance under Paragraph GC-5.04C., which shall be in an amount not less than the following amounts: (1) Automobile Liability - a commercial business policy shall provide coverage on "Any Auto", defined as autos owned, hired and non -owned. $1,000,000 each accident on a combined single limit basis. Split limits are acceptable if limits are at least: $250,000 Bodily Injury per person / $500,000 Bodily Injury per accident / $100,000 Property Damage SC-5.04D., "Contractor's Insurance" The Contractor's construction activities will require its employees, agents, subcontractors, equipment, and material deliveries to cross railroad properties and tracks "None" The Contractor shall conduct its operations on railroad properties in such a manner as not to interfere with, hinder, or obstruct the railroad company in any manner whatsoever in the use or operation of its/their trains or other property. Such operations on railroad properties may require that Contractor to execute a "Right of Entry Agreement" with the particular railroad company or companies involved, and to this end the Contractor should satisfy itself as to the requirements of each railroad company and be prepared to execute the right -of -entry (if any) required by a railroad company. The requirements specified herein likewise relate to the Contractor's use of private and/or construction access roads crossing said railroad company's properties. The Contractual Liability coverage required by Paragraph 5.04D of the General Conditions shall provide coverage for not less than the following amounts, issued by companies satisfactory to the City and to the Railroad Company for a term that continues for so long as the Contractor's operations and work cross, occupy, or touch railroad property: (1) General Aggregate: (2) Each Occurrence: Required for this Contract CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 19, 2025 N/A N/A X Not required for this Contract 2026 CONCRETE RESTORATION CONTRACT 1 CITY PROJECT NO. 106177 Addendum 1 00 73 00 SUPPLEMENTARY CONDITIONS Page 4 of 6 With respect to the above outlined insurance requirements, the following shall govern: 1. Where a single railroad company is involved, the Contractor shall provide one insurance policy in the name of the railroad company. However, if more than one grade separation or at -grade crossing is affected by the Project at entirely separate locations on the line or lines of the same railroad company, separate coverage may be required, each in the amount stated above. 2. Where more than one railroad company is operating on the same right-of-way or where several railroad companies are involved and operated on their own separate rights -of -way, the Contractor may be required to provide separate insurance policies in the name of each railroad company. 3. If, in addition to a grade separation or an at -grade crossing, other work or activity is proposed on a railroad company's right-of-way at a location entirely separate from the grade separation or at - grade crossing, insurance coverage for this work must be included in the policy covering the grade separation. 4. If no grade separation is involved but other work is proposed on a railroad company's right-of- way, all such other work may be covered in a single policy for that railroad, even though the work may be at two or more separate locations. No work or activities on a railroad company's property to be performed by the Contractor shall be commenced until the Contractor has furnished the City with an original policy or policies of the insurance for each railroad company named, as required above. All such insurance must be approved by the City and each affected Railroad Company prior to the Contractor's beginning work. The insurance specified above must be carried until all Work to be performed on the railroad right-of-way has been completed and the grade crossing, if any, is no longer used by the Contractor. In addition, insurance must be carried during all maintenance and/or repair work performed in the railroad right-of-way. Such insurance must name the railroad company as the insured, together with any tenant or lessee of the railroad company operating over tracks involved in the Project. SC-6.04., "Project Schedule" Project schedule shall be tier 3 for the project. SC-6.07 A.., "Duty to pay Prevailing Wage Rates" The following is the prevailing wage rate table(s) applicable to this project and is provided in the Appendixes: 2013 Prevailing Wage Rates (Heavy and Highway Construction Projects) A copy of the table is also available by accessing the City's website at: htti)s:Hal)i)s.fortworthtexas.gov/ProjectResources/ You can access the file by following the directory path: 02-Construction Documents/Specifications/Div00 — General Conditions SC-6.09., "Permits and Utilities" SC-6.09A., "Contractor obtained permits and licenses" The following are known permits and/or licenses required by the Contract to be acquired by the Contractor: A Lane Closure CITY OF FORT WORTH 2O26 CONCRETE RESTORATION CONTRACT 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 106177 Revised September 19, 2025 Addendum 1 00 73 00 SUPPLEMENTARY CONDITIONS Page 5 of 6 SC-6.09B. "City obtained permits and licenses" The following are known permits and/or licenses required by the Contract to be acquired by the City: "None" SC-6.09C. "Outstanding permits and licenses" The following is a list of known outstanding permits and/or licenses to be acquired, if any as of September 1, 2025 Outstanding Permits and/or Licenses to Be Acquired OWNER PERMIT OR LICENSE AND LOCATION TARGET DATE OF POSSESSION "None" SC-7.02., "Coordination" The individuals or entities listed below have contracts with the City for the performance of other work at the Site: Vendor Scope of Work Coordination Authority None None None SC-8.01, "Communications to Contractor" • The Salt Rd panel replacement work should be the first activity to start for the project. SC-9.01., "City's Project Manager" The City's Project Manager for this Contract is Tariqul Islam or his/her successor pursuant to written notification from the Director of Transportation and Public Works. SC-13.03C., "Tests and Inspections" "None" SC-16.01C.1, "Methods and Procedures" "None" END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 1/22/2016 F. Griffin SC-9.01., "City's Project Representative" wording changed to City's Project Manager. CITY OF FORT WORTH 2O26 CONCRETE RESTORATION CONTRACT 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 106177 Revised September 19, 2025 Addendum 1 00 73 00 SUPPLEMENTARY CONDITIONS Page 6 of 6 3/9/2020 D.V. Magana SC-6.07, Updated the link such that files can be accessed via the City's website. 10/06/23 Michael Owen SC-6.07, Allow affidavit regarding paying prevailing wages to be submitted on completion of job, as opposed to with each progress report 3/08/24 Michael Owen Removed revisions related to affidavit, as those changes have been made in General Conditions SC-5.02 Added notes to reviewer to delete Maintenance Bond if using T specifications 9/19/25 Michael OwenxDOT SC 6.20 Revised Contractors General Warranty and Guarantee language if using TxDOT specifications CITY OF FORT WORTH 2O26 CONCRETE RESTORATION CONTRACT 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 106177 Revised September 19, 2025 Addendum 1 ECS Southwest, LLP 2621 White Settlement Rd Fort Worth, TX 76107 Phone: 682-350-2250 Coring Report Project: 106177 - 2026 Concrete Restoration Contract 1 CPN# 106177 Date Tested: 9/09/25 to 9/18/25 Requested by PM: Islam Tariqul This report presents the results of a street coring project for concrete street need repair for safety of people and traffic traveling the street. ECS Technicians performed the cores, and subgrade lab tests. Dylon Appell reviewed and approved the results. Salt Road (SE Loop 820 to 1800' South Salt Road) Core # 1 LOCATION: Southbound Salt Road Approximately 600 feet South from SE loop 820 8.00" Concrete (PSI 3420) 3.00" HMAC 5.00" Brown, Sandy Lean Clay with Gravel ATTERBURG LIMITS: LL: 24 PL: 15 PI: 9 Core # 2 LOCATION: Southbound Salt Road Approximately 1200 feet South from SE loop 820 7.75" Concrete (PSI 4080) 3.25" HMAC 5.25" Light Brown, Sandy Silt with Gravel ATTERBURG LIMITS: LL: 28 PL: 25 PI: 3 Core # 3 LOCATION: Northbound Salt Road Approximately 50 feet South from SE loop 820 8.50" Concrete (PSI 5080) 3.25" HMAC 4.50" Brown, Sandy Lean Clay with Gravel ATTERBURG LIMITS: LL: 27 PL: 15 PI: 12 Page 1 of 2 ECS Southwest, LLP 2621 White Settlement Rd Fort Worth, TX 76107 Phone: 682-350-2250 Core # 4 LOCATION: Northbound Salt Road Approximately 1600 feet South from SE loop 820 8.25" Concrete (PSI 5440) 3.25" HMAC 3.25" Light Brown, Sandy Lean Clay with Gravel ATTERBURG LIMITS: LL: 29 PL: 19 PI: 10 Page 2 of 2 GP-0.00 Project Locations and Exhibit THIS PAGE LEFT INTENTIONALLY BLANK 2026 CONCRETE RESTORATION CONTRACT 1 City Project No. 106177 Addendum 1 2026 Concrete Restoration Contract 1, CPN 106177 STREET NAME FROM STREET TO STREET QTY (SY) CD Campus Dr NB S Campus Ct Oak Grove Rd 700 8 Campus Dr SB S Campus Ct Oak Grove Rd 200 8 Campus Dr SB Southeast Loop 820 S Campus Ct 550 8 Granbury Cut Off Rd Hulen Bend Blvd Granbury Rd 2,880 6 Hitson Ln Meadowbrook Dr Acapulco Rd 2,500 5 Hulen Bend Blvd Hulen St Oakmont Trl 2,200 6 Hulen St SW Loo 820 Granbury Rd 5,500 6 Salt Rd SE Loop 820 SE Dead end 3,000 8 I Total I 17,530 Addendum 1 2026 Concrete Restoration Contract, CPN 106177 Campus Dr (SW Loop 820 - Oak Grove Rd) CPN 106177 C QC Raymond Barb Joe B Rushing Rd c D�Pa lac 44b StdOr `Prod/P BOO~ Shad D �aC air r \C r aj C O L J C � � J U Roma Ln \ N ct� p c m Glasgow Rd a o Cd�A Dublin Dr `otJ� a m UsCt, Goy o U Qi z O ao Engblad Dr C3'c ,C Y m Li eric Dr 0 111,oh1ta Ct Altamesa Blvd E Scope of Work - Select Concrete panel removal - Install Geogrid - Install Flexbase - Install 9 inch Concrete Panel Hitson Ln (Meadowbrook Dr - Acapulco Rd) CPN 106177 Acapulco Rd Bermejo Rd cope of Work Select Concrete panel removal Install Geogrid Install Flexbase Install 7 inch Concrete Panel Willowood Ct Hulen St (SW Loop 820 - Granbury Rd) CPN 106176 I W Shelby Dr 9ev/e / cn E Night Sage Ln p\arre Ra w Rd "' " `(ta S'Ory B°u/Oer nch VI c Huntly Dr V e1"Rd °1 u /J m 6. � �a iOhR n�,,-` '' Bellaire or Ar v D < ! a a rOYo Rd c OAP a u Winslow Dr u �° P a°h D°� 1 ado S o a ��tO aPL °ry �Q V Riv c / �a er d9e Dr p` Galt Ave am Altura R n Pla � an F vll South Dr R T estdae Westdale Dr Heywood Ave l � n o /adCdnarkgve Gd r 6 0 m v e Rd �Qc o v Cp` a F� c , hhr e Or tp i C° as o"q 5 o \ °c OIJ ntyrd ceQ` �a a� �e5'`P aoa Barwick Dr ¢' i� ¢ \aa Lassen Ct v p o u N N a Q� Q 13 6' m I Partridge Rd b DN y O n Ivanhoe Dr o G° m 0 Wonder dale p I Sou Dr W y Fiighgrove Dr o Cyan FullIN dQS Oc w �L 6Pr/L oon Or Fawn Dr Everest Or Darla Or 3 Carlyle Dr t w o /eY Or Albermarle Dr eyra�eo '1// // a a�E 8 Wryarto D Ledge stone Dr c Pia a 9De $ Wren Ave aye �Pi aF P a z Q OAKMONT BLVD --Oaf rnont Blvd �91 a by Q r r Glen rnont Dr Oo + a° o Wayland Dr Stockton Dr o �p� e 1 aye a� v Wilkie Way McCracken Ct w E �� sec �S Fenton Ave rj Andress Dr Day Dr Day Dr ci - edg Minot Ave 6 WMont Cir'ry o Mesa Dr �_ �e cffiea Waco Way o a e si w 3 Windwood Trl Wonder Dr Kelvin Ave o Briarwood Dr Wrigley Way Wedgworth Ct Wedgworth Rd S °o Canyon Springs Rd Cardiff Ave 3 4L P „ F2 ,O� P,a aP Wilton Dr o o Scope of Work ac v 3 h - Select Concrete panel removal °- 4ec�� Poi° cc 3 Y 3 - Install Geogrid �,° a 6 Altamesa A- Blvd Wheelock Dr o T. - - Install Flexbase I rDrLn ° 0s�y',OP�A Barcelona Dr Alicante Ave - Install 9 inch Concrete Panel ^ m a o Cadiz Dr Aragon Dr Cibolo Dr er Way v o S x 11 Hulen Bend Blvd and Granbury Cut Off Rd CPN 10677 Oakmont Blvj Stockl Andress Dr Day Dr Spring Valley Way J Mesa Dr O 3 v c � Windwood Trl Z; -'J C Briarwood Dr P l7 a F CreS11N �a Scope of Work - Select Concrete panel removal - Install Geogrid Ne° - Install Flexbase - Install 9 inch Concrete Panel tj Wrigley Way Salt Rd (SE Loop 820 - Bridge) CPN 106177 Pecos St Br okline Ave Arbor St v in Algerita St a' _ v z Oak Hill St -o 0 c � J C Kelroy St m U Oakview C Scope of Work - Select Concrete panel removal - Install Geogrid - Install Flexbase - Install 9 inch Concrete Panel - Install 11 inch Driveway Creek Rd David Strickland Rd Vesta Farley Rd Sun Valley Dr eKaltenbrun Rd 5 L - O 7 ' 51mosson Rd Freeman Dr Esco Dr Shore Point Trl Topwater Trl Willa Mette Dr David Strickland Rd Vesta Farley Rd Laster Rd Sun Valley Dr Kaltenbrun Rd Install Driveway ul a` u 0011 13 INVITATION TO BIDDERS Page 1 of 2 SECTION 00 1113 INVITATION TO BIDDERS RECEIPT OF BIDS Electronic bids for the construction of 2026 CONCRETE RESTORATION CONTRACT 1, City project No. 106177 will be received by the City of Fort Worth via the Procurement Portal https:Hfortworthtexas.bonfirehub.com/portal/?tab=openOpportunities, under the respective Project until 2:00 P.M. CST, Thursday, October 16, 2025. Bids will then be opened publicly and read aloud beginning at 2:00 PM CST in the City Council Chambers. Your submissions must be uploaded, finalized and submitted prior to the Project's posted due date. The City strongly recommends allowing sufficient time to complete this process (ideally a week prior to the deadline) to begin the uploading process and to finalize your submission. Uploading large documents may take time, depending on the size of the file(s) and your Internet connection speed. The Bonfire portal can be accessed using Microsoft Edge, Google Chrome, or Mozilla Firefox. Javascript must be enabled. Browser cookies must be enabled. Electronic submission is subject to electronic interface latency, which can result in transmission delays. All bidders or proposers assume the risk of late transmission/ submission. The City shall not be held liable if an interested bidder or proposer is unable to submit a complete bid/response before the published deadline due to transmission delays or any other technical issues or obstructions. The City strongly recommends allowing sufficient time to complete the submission process (ideally a week before the deadline) to begin the uploading process and to finalize your submission to give adequate time in the event an issue arises. All submissions must be submitted electronically prior to the close date and time under the respective Project via the Procurement Portal: https://fortworthtexas.bonfirehub.com/portal/?tab=openOpportunities Failure to submit all completed required 'information listed in the respective Solicitation will be grounds for rejection of a bid as non -responsive. No late bids/proposals shall be accepted. Bids delivered in any other manner than using the Bonfire Platform (Procurement Portal) will not be accepted or considered. If, upon being opened, a submission is unreadable to the degree that material conformance to the requirements of the procurement specifications cannot be ascertained, such submission will be rejected without liability to the City, unless such bidder provides clear and convincing evidence (a) of the content of the submission as originally submitted and (b) that the unreadable condition of the Electronic Bid was caused solely by error or malfunction of the Bonfire Platform (Procurement Portal). Failure to scan a clear or readable copy of a bid into the system does not constitute and shall not be considered an error or malfunction of the Bonfire Platform (Procurement Portal). Bidders are encouraged to fully review each page of every document within their submission prior to submitting to ensure all documents are clear, legible, and complete. SUPPORT For technical questions, visit Bonfire's help forum at https://vendorsupport.gobonfire.com/hc/en- us Contact the Bonfire support team at Support@GoBonfire.com or by calling 1-800-354-8010. To get started with Bonfire, watch this five-minute training video: CITY OF FORT WORTH 2O26 CONCRETE RESTORATION CONTRACT 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 106177 Revised 2/08/24 0011 13 INVITATION TO BIDDERS Page 2 of 2 Vendor Registration and Submission [VIDEO] — Bonfire Vendor Support (gobonfire.com) GENERAL DESCRIPTION OF WORK The major work will consist of the (approximate) following: 7,950 SY 9" Concrete Pavement 2,000 SY 7" Concrete Pavement 2,750 CY Flex Base 12,450 SY Geogrid DOCUMENT EXAMINATION AND PROCUREMENTS The Bidding and Contract Documents may be examined or obtained via the Procurement Portal https://fortworthtexas.bonfirehub.com/portal/?tab=openOpportunities, under the respective Project. Contract Documents may be downloaded, viewed, and printed by interested contractors and/or suppliers. EXPRESSION OF INTEREST To ensure potential bidders are kept up to date of any new information pertinent to this project, all interested parties should indicate their intent to bid in the Procurement Portal by selecting "yes" under the Intent to Bid section. All Addenda will be posted in the Procurement Portal https:Hfortworthtexas.bonfirehub.com/portaF?tab=openOpportunities, under the respective Project. PREBID CONFERENCE — Web Conference A prebid conference will be held as discussed in Section 00 21 13 - INSTRUCTIONS TO BIDDERS at the following date, and time via a web conferencing application: DATE: Tuesday, September 30, 2025 TIME: 9.00 A.M. Invitations with links to the web conferencing application will be distributed directly to those who have submitted an Expression of Interest. If a prebid conference is held, the presentation and any questions and answers provided at the prebid conference will be issued as an Addendum to the call for bids. If a prebid conference is not being held, prospective bidders should direct all questions about the meaning and intent of the Bidding Documents electronically through the Vendors discussions section under the respective Project via the Procurement Portal. If necessary, Addenda will be issued pursuant to the Instructions to Bidders. CITY'S RIGHT TO ACCEPT OR REJECT BIDS City reserves the right to waive irregularities and to accept or reject any or all bids. AWARD City will award a contract to the Bidder presenting the lowest price, qualifications and competencies considered. ADVERTISEMENT DATES September 17, 2025 September 24, 2025 END OF SECTION CITY OF FORT WORTH 2O26 CONCRETE RESTORATION CONTRACT 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 106177 Revised 2/08/24 0021 13 INSTRUCTIONS TO BIDDERS SECTION 00 2113 INSTRUCTIONS TO BIDDERS 1. Defined Terms Pagel of 8 1.1. Capitalized terms used in these INSTRUCTIONS TO BIDDERS are defined in Section 00 72 00 - GENERAL CONDITIONS. 1.2. Certain additional terms used in these INSTRUCTIONS TO BIDDERS have the meanings indicated below which are applicable to both the singular and plural thereof. 1.2.1. Bidder: Any person, firm, partnership, company, association, or corporation acting directly through a duly authorized representative, submitting a bid for performing the work contemplated under the Contract Documents. 1.2.2. Nonresident Bidder: Any person, firm, partnership, company, association, or corporation acting directly through a duly authorized representative, submitting a bid for performing the work contemplated under the Contract Documents whose principal place of business is not in the State of Texas. 1.2.3. Successful Bidder: The lowest responsible and responsive Bidder to whom City (on the basis of City's evaluation as hereinafter provided) makes an award. 2. Copies of Bidding Documents 2.1. Neither City nor Engineer shall assume any responsibility for errors or misinterpretations resulting from the Bidders use of incomplete sets of Bidding Documents. 2.2. City and Engineer in making electronic Bidding Documents available do so only for the purpose of obtaining Bids for the Work and do not authorize or confer a license or grant for any other use. 3. OMITTED 4. Examination of Bidding and Contract Documents, Other Related Data, and Site 4.1. Before submitting a Bid, each Bidder: 4.1.1. Shall examine and carefully study the Contract Documents and other related data identified in the Bidding Documents (including "technical data" referred to in Paragraph 4.2. below). No information given by City or any representative of the City other than that contained in the Contract Documents and officially promulgated addenda thereto, shall be binding upon the City. CITY OF FORT WORTH 2O26 CONCRETE RESTORATION CONTRACT 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CITY PROJECT NO. 106177 Revised/Updated September 1, 2025 0021 13 INSTRUCTIONS TO BIDDERS Page 2 of 8 4.1.2. Should visit the site to become familiar with and satisfy Bidder as to the general, local and site conditions that may affect cost, progress, performance or furnishing of the Work. 4.1.3. Shall consider federal, state and local Laws and Regulations that may affect cost, progress, performance or furnishing of the Work. 4.1.4. OMITTED 4.1.5. Shall study all: (i) reports of explorations and tests of subsurface conditions at or contiguous to the Site and all drawings of physical conditions relating to existing surface or subsurface structures at the Site (except Underground Facilities) that have been identified in the Contract Documents as containing reliable "technical data" and (ii) reports and drawings of Hazardous Environmental Conditions, if any, at the Site that have been identified in the Contract Documents as containing reliable "technical data." 4.1.6. Is advised that the Contract Documents on file with the City shall constitute all of the information which the City will furnish. All additional information and data which the City will supply after promulgation of the formal Contract Documents shall be issued in the form of written addenda and shall become part of the Contract Documents just as though such addenda were actually written into the original Contract Documents. No information given by the City other than that contained in the Contract Documents and officially promulgated addenda thereto, shall be binding upon the City. 4.1.7. Should perform independent research, investigations, tests, borings, and such other means as may be necessary to gain a complete knowledge of the conditions which will be encountered during the construction of the project. For projects with restricted access, upon request, City may provide each Bidder access to the site to conduct such examinations, investigations, explorations, tests and studies as each Bidder deems necessary for submission of a Bid. Bidder must fill all holes and clean up and restore the site to its former conditions upon completion of such explorations, investigations, tests and studies. 4.1.8. Shall determine the difficulties of the Work and all attending circumstances affecting the cost of doing the Work, time required for its completion, and obtain all information required to make a proposal. Bidders shall rely exclusively and solely upon their own estimates, investigation, research, tests, explorations, and other data which are necessary for full and complete information upon which the proposal is to be based. It is understood that the submission of a proposal or bid is prima -facie evidence that the Bidder has made the investigations, examinations and tests herein required. 4.1.9. Shall promptly notify City of all conflicts, errors, ambiguities or discrepancies in or between the Contract Documents and such other related documents. The Contractor shall not take advantage of any gross error or omission in the Contract Documents, and the City shall be permitted to make such corrections or interpretations as may be deemed necessary for fulfillment of the intent of the Contract Documents. CITY OF FORT WORTH 2O26 CONCRETE RESTORATION CONTRACT 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CITY PROJECT NO. 106177 Revised/Updated September 1, 2025 0021 13 INSTRUCTIONS TO BIDDERS Page 3 of 8 4.1.10. Indicate their intent to bid by selecting "yes" in the Procurement Portal under the Intent to Bid section. You must indicate your intent to bid to be able to submit a bid to the City. 4.2. Reference is made to Section 00 73 00 — Supplementary Conditions for identification o£ 4.2.1. those reports of explorations and tests of subsurface conditions at or contiguous to the site which have been utilized by City in preparation of the Contract Documents. The logs of Soil Borings, if any, on the plans are for general information only. Neither the City nor the Engineer guarantee that the data shown is representative of conditions which actually exist. 4.2.2. those drawings of physical conditions in or relating to existing surface and subsurface structures (except Underground Facilities) which are at or contiguous to the site that have been utilized by City in preparation of the Contract Documents. 4.2.3. copies of such reports and drawings will be made available by City to any Bidder on request. Those reports and drawings may not be part of the Contract Documents, but the "technical data" contained therein upon which Bidder is entitled to rely as provided in Paragraph 4.02. of the General Conditions has been identified and established in Paragraph SC 4.02 of the Supplementary Conditions. Bidder is responsible for any interpretation or conclusion drawn from any "technical data" or any other data, interpretations, opinions or information. 4.2.4. Standard insurance requirements, coverages and limits. 4.3. The submission of a Bid will constitute an incontrovertible representation by Bidder: (i) that Bidder has complied with every requirement of this Paragraph 4, (ii) that without exception the Bid is premised upon performing and furnishing the Work required by the Contract Documents and applying the specific means, methods, techniques, sequences or procedures of construction (if any) that may be shown or indicated or expressly required by the Contract Documents, (iii) that Bidder has given City written notice of all conflicts, errors, ambiguities and discrepancies in the Contract Documents and the written resolutions thereof by City are acceptable to Bidder, and when said conflicts, etc., have not been resolved through the interpretations by City as described in Paragraph 6., and (iv) that the Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performing and furnishing the Work. 4.4. The provisions of this Paragraph 4, inclusive, do not apply to Asbestos, Polychlorinated biphenyls (PCBs), Petroleum, Hazardous Waste or Radioactive Material covered by Paragraph 4.06. of the General Conditions, unless specifically identified in the Contract Documents. 5. Availability of Lands for Work, Etc. CITY OF FORT WORTH 2O26 CONCRETE RESTORATION CONTRACT 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CITY PROJECT NO. 106177 Revised/Updated September 1, 2025 0021 13 INSTRUCTIONS TO BIDDERS Page 4 of 8 5.1. The lands upon which the Work is to be performed, rights -of -way and easements for access thereto and other lands designated for use by Contractor in performing the Work are identified in the Contract Documents. All additional lands and access thereto required for temporary construction facilities, construction equipment or storage of materials and equipment to be incorporated in the Work are to be obtained and paid for by Contractor. Easements for permanent structures or permanent changes in existing facilities are to be obtained and paid for by City unless otherwise provided in the Contract Documents. 5.2. Outstanding right-of-way, easements, and/or permits to be acquired by the City are listed in Paragraph SC 4.01 of the Supplementary Conditions. In the event the necessary right-of-way, easements, and/or permits are not obtained, the City reserves the right to cancel the award of contract at any time before the Bidder begins any construction work on the project. 5.3. The Bidder shall be prepared to commence construction without all executed right- of-way, easements, and/or permits, and shall submit a schedule to the City of how construction will proceed in the other areas of the project that do not require permits and/or easements. 6. Interpretations and Addenda 6.1. All questions about the meaning or intent of the Bidding Documents are to be directed to City electrically through the Vendor Discussions section under the respective Project via the Procurement Portal https://fortworthtexas.bonfirehub.com/portal/?tab=openOpportunities on or before 2 p.m., the Monday 10 days prior to the Bid opening. Questions received after this day may not be responded to. Interpretations or clarifications considered necessary by City in response to such questions will be issued by Addenda. Only questions answered by formal written Addenda will be binding. Oral and other interpretations or clarifications will be without legal effect. 6.2. Addenda may also be issued to modify the Bidding Documents as deemed advisable by City. 6.3. Addenda or clarifications shall be posted under the respective Project via the Procurement Portal https:Hfortworthtexas.bonfirehub.com/portaU?tab=openOpportunities 6.4. A prebid conference may be held at the time and place indicated in the Advertisement or INVITATION TO BIDDERS. Representatives of City will be present to discuss the Project. Bidders are encouraged to attend and participate in the conference. City will transmit to all prospective Bidders of record such Addenda as City considers necessary in response to questions arising at the conference. Oral statements may not be relied upon and will not be binding or legally effective. 7. Bid Security CITY OF FORT WORTH 2O26 CONCRETE RESTORATION CONTRACT 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CITY PROJECT NO. 106177 Revised/Updated September 1, 2025 0021 13 INSTRUCTIONS TO BIDDERS Page 5 of 8 7.1. Each Bid must be accompanied by a Bid Bond made payable to City in an amount of five (5) percent of Bidder's maximum Bid price, on the form attached or equivalent, issued by a surety meeting the requirements of Paragraph 5.01 of the General Conditions. 7.2. The Bid Bonds provided by a Bidder will be retained until the conditions of the Notice of Award have been satisfied. If the Successful Bidder fails to execute and return the Contract Documents within 14 days after the Notice of Award conveying same, City may consider Bidder to be in default, rescind the Notice of Award and act on the Bid Bond. Such action shall be City's exclusive remedy in the event Bidder is deemed to have defaulted. 8. Contract Times The number of days within which, or the dates by which, Milestones are to be achieved in accordance with the General Requirements and the Work is to be completed and ready for Final Acceptance is set forth in the Agreement or incorporated therein by reference to the attached Bid Form. 9. Liquidated Damages Provisions for liquidated damages are set forth in the Agreement. 10. Substitute and "Or -Equal" Items The Contract, if awarded, will be on the basis of materials and equipment described in the Bidding Documents without consideration of possible substitute or "or -equal" items. Whenever it is indicated or specified in the Bidding Documents that a "substitute" or "or - equal" item of material or equipment may be furnished or used by Contractor if acceptable to City, application for such acceptance will not be considered by City until after the Effective Date of the Agreement. The procedure for submission of any such application by Contractor and consideration by City is set forth in Paragraphs 6.05A., 6.05B. and 6.05C. of the General Conditions and is supplemented in Section 0125 00 of the General Requirements. 11. Subcontractors, Suppliers and Others 11.1. In accordance with the City's Small Business Ordinance No. 27832-08-25, the City has established a goal for the participation of small businesses for City contracts $100,000 or greater. See Section 00 45 41 for the Project Goal and additional requirements. Failure to comply may render the Bidder non- responsive. 11.2. No Contractor shall be required to employ any Subcontractor, Supplier, other person or organization against whom Contractor or City has reasonable objection. 12. Bid Form 12.1. The Bid Form is included with the Bidding Documents. CITY OF FORT WORTH 2O26 CONCRETE RESTORATION CONTRACT 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CITY PROJECT NO. 106177 Revised/Updated September 1, 2025 0021 13 INSTRUCTIONS TO BIDDERS Page 6 of 8 12.2. All blanks on the Bid Form must be completed and the Bid Form signed electronically or signed in ink and scan. A Bid price shall be indicated for each Bid item, alternative, and unit price item listed therein. In the case of optional alternatives, the words "No Bid," "No Change," or "Not Applicable" may be entered. Bidder shall state the prices for which the Bidder proposes to do the work contemplated or furnish materials required. 12.3. Bids by corporations shall be executed in the corporate name by the president or a vice-president or other corporate officer accompanied by evidence of authority to sign. The corporate seal shall be affixed. The corporate address and state of incorporation shall be shown below the signature. 12.4. Bids by partnerships shall be executed in the partnership name and signed by a partner, whose title must appear under the signature accompanied by evidence of authority to sign. The official address of the partnership shall be shown below the signature. 12.5. Bids by limited liability companies shall be executed in the name of the firm by a member and accompanied by evidence of authority to sign. The state of formation of the firm and the official address of the firm shall be shown. 12.6. Bids by individuals shall show the Bidder's name and official address. 12.7. Bids by joint ventures shall be executed by each joint venture in the manner indicated on the Bid Form. The official address of the joint venture shall be shown. 12.8. All names shall be typed or printed in ink below the signature. 12.9. The Bid shall contain an acknowledgement of receipt of all Addenda, the numbers of which shall be filled in on the Bid Form. 12.10. Postal and e-mail addresses and telephone number for communications regarding the Bid shall be shown. 12.11. Evidence of authority to conduct business as a Nonresident Bidder in the state of Texas shall be provided in accordance with Section 00 43 37 — Vendor Compliance to State Law Non Resident Bidder. 13. Submission of Bids Bids shall be submitted electronically in the Procurement Portal on the prescribed Bid Form, provided with the Bidding Documents, prior to the time indicated in the Advertisement or INVITATION TO BIDDERS. 14. Withdrawal of Bids 14.1. Bids submitted electronically may be withdrawn prior to the time set for bid opening via the Procurement Portal https:Hfortworthtexas.bonfirehub.com/portal/?tab=openOpportunities. CITY OF FORT WORTH 2O26 CONCRETE RESTORATION CONTRACT 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CITY PROJECT NO. 106177 Revised/Updated September 1, 2025 0021 13 INSTRUCTIONS TO BIDDERS Page 7 of 8 15. Opening of Bids Bids will be opened and read aloud publicly. An abstract of the amounts of the base Bids and major alternates (if any) will be made available to Bidders after the opening of Bids. 16. Bids to Remain Subject to Acceptance All Bids will remain subject to acceptance for a minimum of 90 days or the time period specified for Notice of Award and execution and delivery of a complete Agreement by Successful Bidder. City may, at City's sole discretion, release any Bid and nullify the Bid security prior to that date. 17. Evaluation of Bids and Award of Contract 17.1. City reserves the right to reject any or all Bids, including without limitation the rights to reject any or all nonconforming, nonresponsive, unbalanced or conditional Bids and to reject the Bid of any Bidder if City believes that it would not be in the best interest of the Project to make an award to that Bidder. City reserves the right to waive informalities not involving price, contract time or changes in the Work and award a contract to such Bidder. Discrepancies between the multiplication of units of Work and unit prices will be resolved in favor of the unit prices. Discrepancies between the indicated sum of any column of figures and the correct sum thereof will be resolved in favor of the correct sum. Discrepancies between words and figures will be resolved in favor of the words. 17.1.1. Any or all bids will be rejected if City has reason to believe that collusion exists among the Bidders, Bidder is an interested party to any litigation against City, City or Bidder may have a claim against the other or be engaged in litigation, Bidder is in arrears on any existing contract or has defaulted on a previous contract, Bidder has performed a prior contract in an unsatisfactory manner, or Bidder has uncompleted work which in the judgment of the City will prevent or hinder the prompt completion of additional work if awarded. 17.2. In addition to Bidder's relevant prequalification requirements, City may consider the qualifications and experience of Subcontractors, Suppliers, and other persons and organizations proposed for those portions of the Work where the identity of such Subcontractors, Suppliers, and other persons and organizations must be submitted as provided in the Contract Documents or upon the request of the City. City also may consider the operating costs, maintenance requirements, performance data and guarantees of major items of materials and equipment proposed for incorporation in the Work when such data is required to be submitted prior to the Notice of Award. 17.3. City may conduct such investigations as City deems necessary to assist in the evaluation of any Bid and to establish the responsibility, qualifications, and financial ability of Bidders, proposed Subcontractors, Suppliers and other persons and organizations to perform and furnish the Work in accordance with the Contract Documents to City's satisfaction within the prescribed time. 17.4. Contractor shall perform with his own organization, work of a value not less than 35% of the value embraced on the Contract, unless otherwise approved by the City. CITY OF FORT WORTH 2O26 CONCRETE RESTORATION CONTRACT 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CITY PROJECT NO. 106177 Revised/Updated September 1, 2025 0021 13 INSTRUCTIONS TO BIDDERS Page 8 of 8 17.5. If the Contract is to be awarded, it will be awarded to lowest responsible and responsive Bidder whose evaluation by City indicates that the award will be in the best interests of the City. 17.6. Pursuant to Texas Government Code Chapter 2252.001, the City will not award contract to a Nonresident Bidder unless the Nonresident Bidder's bid is lower than the lowest bid submitted by a responsible Texas Bidder by the same amount that a Texas resident bidder would be required to underbid a Nonresident Bidder to obtain a comparable contract in the state in which the nonresident's principal place of business is located. 17.7. A contract is not awarded until formal City Council authorization. If the Contract is to be awarded, City will award the Contract within 90 days after the day of the Bid opening unless extended in writing. No other act of City or others will constitute acceptance of a Bid. Upon the contract award, a Notice of Award will be issued by the City. 17.7.1. The contractor is required to fill out and sign the Certificate of Interested Parties Form 1295 and the form must be submitted to the Project Manager before the contract will be presented to the City Council. The form can be obtained at https://www.ethics.state.tx.us/data/forms/1295/1295.pdf 17.8. Failure or refusal to comply with the requirements may result in rejection of Bid. 18. Signing of Agreement 18.1. When City issues a Notice of Award to the Successful Bidder, it will be accompanied by the required number of unsigned counterparts of the Project Manual. Within 14 days thereafter, Contractor shall sign and deliver the required number of counterparts of the Project Manual to City with the required Bonds, Certificates of Insurance, and all other required documentation. 18.2. City shall thereafter deliver one fully signed counterpart to Contractor. 10l12f1XIII yx61111111000 CITY OF FORT WORTH 2O26 CONCRETE RESTORATION CONTRACT 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CITY PROJECT NO. 106177 Revised/Updated September 1, 2025 00 35 13 BID FORM Page 1 of 1 SECTION 00 35 13 CONFLICT OF INTEREST STATEMENT Each bidder, offeror or respondent to a City of Fort Worth procurement is required to complete a Conflict of Interest Questionnaire or certify that one is current and on file with the City Secretary's Office pursuant to state law. If a member of the Fort Worth City Council, any one or more of the City Manager or Assistant City Managers, or an agent of the City who exercise discretion in the planning, recommending, selecting or contracting with a bidder, offeror or respondent is affiliated with your company, then a Local Government Officer Conflicts Disclosure Statement (CIS) may be required. You are urged to consult with counsel regarding the applicability of these forms and Local Government Code Chapter 176 to your company. The referenced forms may be downloaded from the links provided below. Form CIQ (Conflict of Interest Questionnaire) (state.tx.us) https://www.ethics.state.tx.us/data/forms/conflict/CIS.pdf )11 CIQ Form does not apply ❑ CIQ Form is on file with City Secretary ❑ CIQ Form is being provided to the City Secretary ❑ CIS Form does not apply ❑ CIS Form is on File with City Secretary ❑ CIS Form is being provided to the City Secretary BIDDER: j 24/4 yConsS t-tzf,�L�L6 By. � �G Signature: e'll Title: /%0A,7`; f I END OF SECTION CITY OF FORT WORTH 2O26 CONCRETE RESTORATION CONTRACT 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 106177 Revised 9/30/2021 00 41 00 Bid Proposal Workbook 0041 00 CONFLICT OF INTEREST STATEMENT Page 1 of 3 SECTION 00 41 00 BID FORM TO: The Purchasing Manager c/o: The Purchasing Division 200 Texas Street City of Fort Worth, Texas 76102 FOR: 2026 CONCRETE RESTORATION CONTRACT 1 City Project No Units/Sections: 106177 Concrete Paving 1. Enter Into Agreement The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with City in the form included in the Bidding Documents to perform and furnish all Work as specified or indicated in the Contract Documents for the Bid Price and within the Contract Time indicated in this Bid and in accordance with the other terms and conditions of the Contract Documents. 2. BIDDER Acknowledgements and Certification 2.1. In submitting this Bid, Bidder accepts all of the terms and conditions of the INVITATION TO BIDDERS and INSTRUCTIONS TO BIDDERS, including without limitation those dealing with the disposition of Bid Bond. 2.2. Bidder is aware of all costs to provide the required insurance, will do so pending contract award, and will provide a valid insurance certificate meeting all requirements within 14 days of notification of award. 2.3. Bidder certifies that this Bid is genuine and not made in the interest of or on behalf of any undisclosed individual or entity and is not submitted in conformity with any collusive agreement or rules of any group, association, organization, or corporation. 2.4. Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid. 2.5. Bidder has not solicited or induced any individual or entity to refrain from bidding. 2.6. Bidder has not engaged in corrupt, fraudulent, collusive, or coercive practices in competing for the Contract. For the purposes of this Paragraph: a. "corrupt practice" means the offering, giving, receiving, or soliciting of any thing of value likely to influence the action of a public official in the bidding process. b. "fraudulent practice" means an intentional misrepresentation of facts made (a) to influence the bidding process to the detriment of City (b) to establish Bid prices at artificial non-competitive levels, or (c) to deprive City of the benefits of free and open competition. c. "collusive practice" means a scheme or arrangement between two or more Bidders, with or without the knowledge of City, a purpose of which is to establish Bid prices at artificial, non- competitive levels. d. "coercive practice" means harming or threatening to harm, directly or indirectly, persons or their CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2026 CONCRETE RESTORATION CONTRACT 1, 106177 Revised February 24, 2020 Addendum 1 00 41 00 Bid Proposal Workbook 00 41 00 CONFLICT OF INTEREST STATEMENT Page 2 of 3 property to influence their participation in the bidding process or affect the execution of the Contract. 3. Prequalification The Bidder acknowledges that the following work types must be performed only by prequalified contractors and subcontractors: a. NOT APPLICABLE 4. Time of Completion 4.1. The Work will be complete for Final Acceptance within 210 days after the date when the the Contract Time commences to run as provided in Paragraph 2.03 of the General Conditions. 4.2. Bidder accepts the provisions of the Agreement as to liquidated damages in the event of failure to complete the Work {and/or achievement of Milestones} within the times specified in the Agreement. 5. Attached to this Bid The following documents are attached to and made a part of this Bid: a. This Bid Form, Section 00 41 00 b. Required Bid Bond, Section 00 43 13 issued by a surety meeting the requirements of Paragraph 5.01 of the General Conditions. c. Proposal Form, Section 00 42 43 d. Vendor Compliance to State Law Non Resident Bidder, Section 00 43 37 e. Small Business Forms (required at time of bid) f. Prequalification Statement, Section 00 45 12 g. Conflict of Interest Affidavit, Section 00 35 13 "If necessary, CIQ or CIS forms are to be provided directly to City Secretary h_ Any additional documents that may be required by Section 12 of the Instructions to Bidders 6. Total Bid Amount CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2026 CONCRETE RESTORATION CONTRACT 1, 106177 Revised February 24, 2020 Addendum 1 00 41 00 Bid Proposal Workbook 0041 00 CONFLICT OF INTEREST STATEMENT Page 3 of 3 6.1. Bidder will complete the Work in accordance with the Contract Documents for the following bid amount. In the space provided below, please enter the total bid amount for this project. Only this figure will be read publicly by the City at the bid opening. 6.2. It is understood and agreed by the Bidder in signing this proposal that the total bid amount entered below is subject to verification and/or modification by multiplying the unit bid prices for each pay item by the respective estimated quantities shown in this proposal and then totaling all of the extended amounts. 6.3. Total Bid 0 "r 0 % qq� � � � 7. Bid Submittal This Bid is submitted on 1n/1!;/ ' g Respectfully submitted, BY (Signature) (Printed Name) Title: /Kump%1 ! q X _ Company: Address: I3r��l��U� kP-Vo by the entity named below. g- feP1 'C05fy(Abtt'►7ALv' Receipt is acknowledged of the Initial following Addenda: Addendum No. 1: Addendum No. 2: Addendum No. 3: Addendum No. 4: Corporate Seal: State of Incorporation: Email: i`,-ak &y� �'►7/Il��i, f� l Phone: � 1 �4v� END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2026 CONCRETE RESTORATION CONTRACT 1, 106177 Revised February 24, 2020 Addendum 1 00 41 00 Bid Proposal Workbook SECTION 00 42 43 PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Item No. Description Specification Section No. Unit of Measure Bid Quantity Unit Price Bid Value 1 0135.0201 Remobilization 01 70 00 EA 1 $10,000.00 $10,000.00 2 3471.0001 Traffic Control 3471 13 MO 7 5000 $35,000.00 3 3471.0002 Portable Message Sign 3471 13 WK 30 2000 $60,000.00 4 0241.0401 Remove Concrete Drive 0241 13 SF 2000 3 $6,000.00 5 3213.0403 8" Concrete Driveway 0241 13 SF 1000 12 $12,000.00 6 9999.0001 11" Concrete Driveway 0241 13 SF 1000 14 $14,000.00 7 0241.0100 Remove Sidewalk 0241 13 SF 1,000 3 $3,000.00 8 3213.0301 4" Cone Sidewalk 32 1320 SF 1,000 8 $8,000.00 9 0241.1000 Remove Cone Pvmt 0241 15 SY 17,530 21 $368,130.00 10 3213.0104 9" Cone Pvmt 32 13 13 SY 5,950 90 $535,500.00 11 3213.0102 7" Cone Pvmt 32 13 13 SY 6,580 80 $526,400.00 12 3213.0204 9" Cone Pvmt HES 3213 13 SY 4,000 90 $360,000.00 13 3213.0202 7" Cone Pvmt HES 3213 13 SY 1,000 80 $80,000.00 14 3211.0122 Flex Base, Type A, GR- 32 1123 CY 3,860 65 $250,900.00 15 3292.0100 Block Sod Placement 3292 13 SY 500 10 $5,000.00 16 3291.0100 Topsoil 3291 19 CY 100 80 $8,000.00 17 3213.0700 Joint Sealant 32 13 73 LF 2,000 $3.00 $6,000.00 18 9999.1000 Irrigation Adjustment & Landscape Repair Allowance 99 99 00 LS 1 $50,000.00 $50,000.00 19 9999.0000 Geogrid TxDOT Spec250 SY 17,530 $5.00 $87,650.00 20 3217.2103 REFL Raised Marker TY II -A -A 32 1723 EA 400 $7.00 $2,800.00 21 3217.2104 REFL Raised Marker TY II-C-R 32 1723 EA 400 $7.00 S2,800.00 22 3217.1002 Lane Legend Arrow 32 1723 EA 10 $280.65 $2,806.50 23 3217.1004 Lane Legend Only 32 1723 EA 10 $374.21 $3,742.10 24 332117.��1 6" SLD Pvmt Marking 32 1723 LF 3,000 $3.98 $11,940.00 25 2 6" SLD Pvmt Marking 32 1723 LF 3,000 $3.98 $11,940.00 I322117.01 26 33211SA�3 6" BRK Pvmt Marking 32 17 23 LF 1,000 $0.95 $950.00 27 332117.�0201 8" SLD Pvmt Marking 32 1723 LF 1,000 $5.04 $5,040.00 HAS28 332117.002)02 8" SLD Pvmt Marking 32 1723 LF 1,500 $5.04 $7,560.00 HAS (Y 29 18" SLD Pvmt Marking 32 17 23 LF 1,000 $11.23 $11,230.00 HAE (W)1 30 3217.0501 24" SLD Pvmt Marking 32 1723 LF 2,000 $14.97 $29,940.00 3217.0502 Preformed 31 Thermoplastic Contrast Markings - 32 1723 LF 250 $18.70 $4,675.00 24" Crosswalk 32 3217.1001 Lane Legend RR 32 1723 EA 6 $374.23 $2,245.38 33 0241.0300 Remove ADA Ramp 32 1320 EA 7 $500.00 $3,500.00 34 3213.0506 Barrier Free Ramp, 32 13 20 EA 2 $2,000.00 $4,000.00 Type P-1 35 3213.0501 Barrier Free Ramp, 32 1320 EA 4 $2,000.00 $8,000.00 Type R-1 36 3213.0504 Barrier Free Ramp, 32 13 20 EA 1 $2,000.00 $2,000.00 Type M-2 37 3305.0108 Manhole Adjustment, 3305 14 EA 20 $200.00 $4,000.00 Minor 38 3217.5001 Curb Address Painting 32 1725 EA 6 $200.00 $1,200.00 39 3212.0401 HMAC Transition 3201 17 TN 20 $500.00 $10,000.00 40 3123.0101 Unclassified Excavation 3123 16 CY 550 $50.00 $27,500.00 41 9999.1003 Paving Construction 99 99 00 EA 1 $200,000.00 $200,000.00 Allowance Total Bid $2,783,448.98 END OF SECTION Bond No. HC000427 SECTION 00 43 13 BID BOND KNOW ALL BY THESE PRESENTS: 00 43 13 BID FORM Page 1 of 2 That we, R&A Legacy Construction LLC, 1309 Glasgow Rd, Fort Worth, TX 76134 , known as "Bidder" herein and NGM Insurance Company, 55 West Street, Keene, NH 03431 a corporate surety duly authorized to do business in the State of Texas, known as "Surety" herein, are held and firmly bound unto the City of Fort Worth, a municipal corporation created pursuant to the laws of Texas, known as "City" herein, in the penal sum of five percent (5%) of Bidder's maximum bid price, in lawful money of the United States, to be paid in Fort Worth, Tarrant County, Texas for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid or proposal to perform Work for the following project designated as 2026 CONCRETE RESTORATION CONTRACT 1 NOW, THEREFORE, the condition of this obligation is such that if the City shall award the Contract for the foregoing project to the Principal, and the Principal shall satisfy all requirements and conditions required for the execution of the Contract and shall enter into the Contract in writing with the City in accordance with the terms of such same, then this obligation shall be and become null and void. if, however, 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 the property of the City, without recourse of the Principal and/or Surety, not to exceed the penalty hereof, and shall be used to compensate City for the difference between Principal's total bid amount and the next selected bidder's total bid amount. PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort Worth Division. IN WITNESS WHEREOF, the Principal and the Surety have SIGNED and SEALED this instrument by duly authorized agents and officers on this the 13th day of October 2025. ATAATE T' fitness as to Principal CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised 9/30/2021 PRINCIPAL: R&A Legacy Construction LLC BY: (�&/ _ Signature Name and Title Address: 1309 Glasgow Rd Fort Worth, TA 7U 134 SURETY: NGM Insurance Company BY: 2026 CONCRETE RESTORATION CONTRACT 1 106177 00 41 00 Bid Proposal Workbook Witness as to Surety Attach Power of Attorney (Surety) for Attorney -in -Fact •:3 I r 1 % t -:1'a9e`2 of 2 Sig ature—� �• r Troy Staples, Attorney -in -Fact Name and Title f=_ Address: 55 West Street Keene, NH 03431 Telephone Number: (904)380-728 'Note: If signed by an officer of the Surety Company, there must be on file a certified extract from the by laws showing that this person has authority to sign such obligation. If Surety's physical address is different from its mailing address, both must be provided. The date of the bond shall not be prior to the date the Contract is awarded. END OF SECTION CITY OF FORT WORTH 2O26 CONCRETE RESTORATION CONTRACT 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 106177 Revised 9/30/2021 00 41 00 Bid Proposal Workbook ACKNOWLEDGMENT OF PRINCIPAL (Individual) State of _ ) ) County of ) On this _ day of I in the year I before me personally come(s) to me known and known to me to be the person(s) who (is) (are) described in and executed the foregoing instrument and acknowledge(s) to me that he/she executed the same. Notary Public ACKNOWLEDGMENT OF PRINCIPAL (Partnership) State of County of ) On this _ day of in the year before me personally come(s) a member of the co -partnership of _ to me known and known to me to be the person who is described in and executed the foregoing instrument and acknowledges to me that he/she executed the same as for the act and deed of the said co -partnership. Notary Public ACKNOWLEDGMENT OF PRINCIPAL (Corporation) State of2(n� ) County of -C&Lx raiy ) On this k LA day of in the year Z-6 76 before me personally come(s) E d UweJ6 ---VVG ^ Ai V kr& J O to me known, who, being duly sworn, deposes and says that he/she is the _ a,nu�M$w�Ro2�_ of the W,-} N Leaim cu Gc,AS-iruL the corporation described in and which executed the foregoing instrument; that he/she knows the seal of the said corporation; the seal affixed to the said instrument is such corporate seal; that it was so affixed by the order of the Board of Directors of said corporation, and that he/she signed his/her name thereto by like order. State of Minnesota ) ) County of Dakota ) ,�` �111•ID Notary NPublric=_ Z 0 �' yp . slgTE 00�+P ACKNOWLEDGMENT OF SURETY ..EXPiPE5rr0\; 08_Q i"? On this 10th day of October in the year 202S, before me personally come(s) Troy Staples, Attorney(s)-in-Fact of NGM Insurance Company with whom I am personally acquainted, and who, being by me duly swom, says that he/she is (are) the Attomey(s)-in-Fact of NGM Insurance Company company described in and which executed the within instrument; that he/she know(s) the corporate seal of such company, and that seal affixed to the within instrument is such corporate seal and that it was affixed by order of the Board of Directors of said company, and that he/she signed said instrument as Attorney(s)-in-Fact of the said company by like order TERESAFAYEBETTGER + : Notary Public Minnesota ' • . y � CpmmiMipn Ex�res Jan. 31, 2030 Notary Public MAIN 400 STREET AMERICA Cha a POWER OF ATTORNEY INSURANCE KNOW ALL PARTIES BY THESE PRESENTS: That NGM Insurance Company,.a Florida corporation having its principal office in the City of Jacksonville, State of Florida, pursuant to Article IV, Section 2 of the By -Laws of said Company, to wit: "Article IV, Section 2. The board of directors, the president, any vice president, secretary, or the treasurer shall have the power and authority to appoint attorneys -in -fact and to authorize them to execute on behalf of the company and affix the seal of the company thereto, bonds, recognizances, contracts of indemnity or writings obligatory in the nature of a bond, recognizance or conditional undertaking and to remove any such attorneys -in -fact at any time and revoke the power and authority given to them. " does hereby make, constitute and appoint Zachary Pate, Troy Staples, Jennifer Boyles, Nicholas Hochban --------------------- its true and lawful Attorneys -in -fact, to make, execute, seal and deliver for and on its behalf, and as its act and deed, bonds., undertakings, recognizances, contracts of indemnity, or other writings obligatory in nature of a bond subject to the following limitation: 1. No one bond to exceed Twenty Million Dollars ($20,000,000.00) and to bind NGM Insurance Company thereby as fully and to the same extent as if such instruments were signed by the duly authorized officers of NGM Insurance Company; the acts of said Attorney are hereby ratified and confirmed. This power of attorney is signed and sealed by facsimile under and by the authority of the following resolution adopted by the Directors of NGM Insurance Company at a meeting duly called and held on the 2nd day of December 1977. Voted: That the signature of any officer authorized by the By -Laws and the company seal may be affixed by facsimile to any power of attorney or special power of attorney or certification of either given .for the execution of any bond, undertaking, recognizance or other written obligation in the nature thereof; such signature and seal, when so used being hereby adopted by the company as the original signature of such office and the original seal of the company, to be valid and binding upon the company with the same force and effect as though manually affixed. IN WITNESS WHEREOF, NGM Insurance Company has caused these presents to be signed by its Secretary and its corporate seal to be hereto affixed this 9th day of October, 2024. 3•S CFNNY& NGM INSURANCE COMPANY By: �mu�+ao�`, a_= tsr� Lauren K. Powell Vice President, Corporate Secretary State of Wisconsin, County of Dane. ` On this 9th day of October, 2024, before the subscriber a Notary Public of State of Wisconsin in and for the County of Dane duly commissioned and qualified, came Lauren K. Powell of NGM Insurance Company, to me personally known to be the officer described herein, and who executed the preceding instrument, and she acknowledged the execution of same, and being by me fully sworn, deposed and said that she is an officer of said Company, aforesaid: that the seal affixed to the preceding instrument is the corporate seal of said Company, and the said corporate seal and her signature as officer were duly affixed and subscribed to the said instrument by the authority and direction of the said Company; that Article IV, Section 2 of the By -Laws of said Company is now in force. IN WITNESS WHEREOF, I have hereunto set my hand and affixed my official seal at Madison, Wisconsin this 9th day of October, 2024. J ............ t..... Rya My Commission Expires February 8, 2027•.."e"`.•fig I, Nathan Hoyt, Assistant Vice President of NGM Insurance Company, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney executed by said Company which is still in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the seal of said Company at Madison, Wiscorisr7i•tbrsr 13th day of October 2026•<'<<. ` Nathan Hoyt, Assistant Vice President WARNING: Any unauthorized reproduction or alteration of this document is prohibited. TO CONFIRM VALIDITY of the attached bond please call 1-603-354-5281. TO SUBMIT A CLAIM: Send all correspondence to 55 West Street, Keene, NH 03431 Attn: Bond Claim Dept. or call our Bond Claim Dept. at 1-603-358-1437. 00 43 37 BID FORM Page 1 of 2 SECTION 00 43 37 VENDOR COMPLIANCE TO STATE LAW NON RESIDENT BIDDER Texas Government Code Chapter 2252 was adopted for the award of contracts to nonresident bidders. This law provides that, in order to be awarded a contract as low bidder, nonresident bidders (out-of-state contractors whose corporate offices or principal place of business are outside the State of Texas) bid projects for construction, improvements, supplies or services in Texas at an amount lower than the lowest Texas resident bidder by the same amount that a Texas resident bidder would be required to underbid a nonresident bidder in order to obtain a comparable contract in the State which the nonresident's principal place of business is located. The appropriate blanks in Section A must be filled out by all nonresident bidders in order for your bid to meet specifications. The failure of nonresident bidders to do so will automatically disqualify that bidder. Resident bidders must check the box in Section B. A. Nonresident bidders in the State of , our principal place of business, are required to be percent lower than resident bidders by State Law. A copy of the statute is attached. Nonresident bidders in the State of our principal place of business, are not required to underbid resident bidders. B. The principal place of business of our company or our parent company or majority owner is in the State of Texas. BIDDER: END OF SECTION By: (Signature) Title: P4iZe� Date5'— CITY OF FORT WORTH 2O26 CONCRETE RESTORATION CONTRACT 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 106177 Revised 9/30/2021 00 41 00 Bid Proposal Workbook 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 004526-1 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Page 1 of 1 SECTION 00 45 26 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Pursuant to Texas Labor Code Section 406.096(a), as amended, Contractor certifies that it provides worker's compensation insurance coverage for all of its employees employed on City Project No.106177. Contractor fiJrther certifies that, pursuant to Texas Labor Code, Section 406.096(b), as amended, it will provide to City its subcontractor's certificates of compliance with worker's compensation coverage. CONTRACTOR: Company (3093, S ��✓ =d Address By:(,�Gr(iz��I�,Vtt�, Gyl14 (Please Print) Signature:�fJ���" d'` t�U (�' i t1ii j'�i�(,f� Title: (%4)1 E y � C{ of City/State/Zip ( ease Print) THE STATE OF TEXAS § COUNTY OF TARRANT § BEFORE ME, the undersigned authority, on this day personally appeared FLi,l 10 Twn ko-&+ Al -rao , known to me to be the person whose name is subscribed to the foregoing instrument, and acknowledged to me that he/she executed the same as the act and deed of � M , , CC>qrrut f i t� L for the purposes and consideration therein expresW and C the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this �O day of FE6' S� , 20Z�. Notary Public in and for the State of Texas END OF SECTION .```way'', BENNIE CLAYTON CASTON, III. _$ :Notary Public, State of Texas Comm. Expires 12-12-2028 Notary ID 135202019 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 2026 CONCRETE RESTORATION CONTRACT 1 CITY PROJECT NO. 106177 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 00 45 41 - 1 SMALL BUSINESS ENTERPRISE GOAL Page 1 of 1 SECTION 00 45 41 64L IY ► MW19167.1" APPLICATION OF POLICY If the total dollar value of the contract is $100,000 or more, the Small Business goal is applicable. POLICY STATEMENT It is the policy of the City of Fort Worth to foster competition, expand the supplier base, and promote and encourage the participation of small business firms in the City's contracting opportunities. SMALL BUSINESS GOAL The City's Small Business goal is 30% of the amount bid (if bid alternates are requested, the goal shall be applied to the total bid amount inclusive of any selected alternates). COMPLIANCE Bidders shall comply with the Small Business Goal by meeting or exceeding the small business goal through self -performance and/or Small Business subcontracting participation. Small businesses are based on SBA definitions and must be located within the five Fort Worth counties: Tarrant, Denton, Wise, Parker and Johnson. Small businesses shall be certified via one of the following certifying agencies: • North Central Texas Regional Certifying Agency (NCTRCA) • Dallas/Fort Worth Minority Supplier Development Council (DFW MSDC) • Women's Business Council — Southwest (WBCS) • Texas Department of Transportation (TxDOT) SUBMITTAL OF REQUIRED DOCUMENTATION The following documents must be submitted with the bid documents at the time of bidding: • Completed Small Business Utilization form • Certificates identifying themselves or subcontractors as Small Businesses FAILURE TO COMPLY WITH THE CITY'S SMALL BUSINESS ORDINANCE WILL RESULT IN THE BID BEING CONSIDERED NON -RESPONSIVE. 38 END OF SECTION CITY OF FORT WORTH 2O26 CONCRETE RESTORATION CONTRACT 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106177 Revised September 1, 2025 00 52 43 - 1 Agreement Page 1 of 6 SECTION 00 52 43 AGREEMENT THIS AGREEMENT, authorized on January 13, 2026, is made by and between the City of Fort Worth, a Texas home rule municipality, acting by and through its duly authorized City Manager, ("City"), and R&A Legacy Construction LLC, authorized to do business in Texas, acting by and through its duly authorized representative, ("Contractor"). City and Contractor may jointly be referred to as Parties. City and Contractor, in consideration of the mutual covenants hereinafter set forth, agree as follows: Article 1. WORK Contractor shall complete all Work as specified or indicated in the Contract Documents for the Project identified herein. Article 2. PROJECT The project for which the Work under the Contract Documents may be the whole or only a part is generally described as follows: 2026 CONCRETE RESTORATION CONTRACT 1 CITY PROJECT NUMBER 106177 Article 3. CONTRACT PRICE City agrees to pay Contractor for performance of the Work in accordance with the Contract Documents an amount, in current funds, of TWO MILLION SEVEN HUNDRED EIGHTY- THREE THOUSAND, FOUR HUNDRED FORTY-EIGHT AND 98/100 DOLLARS ($2,783,448.98). Contract price may be adjusted by change orders duly authorized by the Parties. Article 4. CONTRACT TIME 4.1 Final Acceptance. The Work shall be complete for Final Acceptance within 210 days after the date when the Contract Time commences to run, as provided in Paragraph 2.02 of the General Conditions, plus any extension thereof allowed in accordance with Article 12 of the General Conditions. 4.2 Liquidated Damages Contractor recognizes that time is of the essence for completion of Milestones, if any, and to achieve Final Acceptance of the Work and City and the public will suffer from loss of use if the Work is not completed within the time(s) specified in Paragraph 4.1 above. The Contractor also recognizes the delays, expense and difficulties involved in proving in a legal proceeding, the actual loss suffered by the City if the Work is not completed on time. Accordingly, instead of requiring any such proof, Contractor agrees that as liquidated damages for delay (but not as a penalty), Contractor shall pay City Six Hundred Fifty AND 00/100 Dollars ($650.00) for each day that expires after the time specified in Paragraph 4.1 for Final Acceptance until the City issues the Final Letter of Acceptance. Article 5. CONTRACT DOCUMENTS 5.1 CONTENTS: A.The Contract Documents which comprise the entire agreement between City and Contractor concerning the Work consist of the following: CITY OF FORT WORTH 2O26 CONCRETE RESTORATION CONTRACT 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 106177 Revised September 19, 2025 (effective September 1, 2025) OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX 00 52 43 - 2 Agreement Page 2 of 6 1. This Agreement. 2. Attachments to this Agreement: a. Bid Form 1) Proposal Form 2) Vendor Compliance to State Law Non -Resident Bidder 3) Prequalification Statement 4) State and Federal documents (project specific) b. Current Prevailing Wage Rate Table c. Insurance Certification Form (ACORD or equivalent) d. Payment Bond e. Performance Bond f. Maintenance Bond g. Power of Attorney for the Bonds h. Worker's Compensation Affidavit i. Small Business Utilization Form 3. General Conditions. 4. Supplementary Conditions. 5. Specifications specifically made a part of the Contract Documents by attachment or, if not attached, as incorporated by reference and described in the Table of Contents of the Project's Contract Documents. 6. Drawings. 7. Addenda. 8. Documentation submitted by Contractor prior to Notice of Award. 9. The following which may be delivered or issued after the Effective Date of the Agreement and, if issued, become an incorporated part of the Contract Documents: a. Notice to Proceed. b. Field Orders. c. Change Orders. d. Letter of Final Acceptance. Article 6. INDEMNIFICATION 6.1 Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the city, its officers, servants and employees, from and against any and all claims arising out of, or alleged to arise out of, the work and services to be performed by the contractor, its officers, agents, employees, subcontractors, licenses or invitees under this contract. This indemnification provision is specifically intended to operate and be effective even if it is alleged or proven that all or some of the damages being sought were caused, in whole or in part, by any act, omission or negligence of the city. This indemnity provision is intended to include, without limitation, indemnity for costs, expenses and legal fees incurred by the city in defending against such claims and causes of actions. CITY OF FORT WORTH 2O26 CONCRETE RESTORATION CONTRACT 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 106177 Revised September 19, 2025 (effective September 1, 2025) 00 52 43 - 3 Agreement Page 3 of 6 6.2 Contractor covenants and agrees to indemnify and hold harmless, at its own expense, the city, its officers, servants and employees, from and against any and all loss, damage or destruction of property of the city, arising out of, or alleged to arise out of, the work and services to be performed by the contractor, its officers, agents, employees, subcontractors, licensees or invitees under this contract. This indemnification provision is specifically intended to operate and be effective even if it is alleged or proven that all or some of the damages being sought were caused, in whole or in part, by any act, omission or negligence of the city. Article 7. MISCELLANEOUS 7.1 Terms. Terms used in this Agreement which are defined in Article 1 of the General Conditions will have the meanings indicated in the General Conditions. 7.2 Assignment of Contract. This Agreement, including all of the Contract Documents may not be assigned by the Contractor without the advanced express written consent of the City. 7.3 Successors and Assigns. City and Contractor each binds itself, its partners, successors, assigns and legal representatives to the other party hereto, in respect to all covenants, agreements and obligations contained in the Contract Documents. 7.4 Severability/Non-Waiver of Claims. Any provision or part of the Contract Documents held to be unconstitutional, void or unenforceable by a court of competent jurisdiction shall be deemed stricken, and all remaining provisions shall continue to be valid and binding upon City and Contractor. The failure of City or Contractor to insist upon the performance of any term or provision of this Agreement or to exercise any right granted herein shall not constitute a waiver of City's or Contractor's respective right to insist upon appropriate performance or to assert any such right on any future occasion. 7.5 Governing Law and Venue. This Agreement, including all of the Contract Documents is performable 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. 7.6 Authority to Sign. Contractor shall attach evidence of authority to sign Agreement if signed by someone other than the duly authorized signatory of the Contractor. 7.7 Non -appropriation of Funds. In the event no funds or insufficient funds are appropriated by City in any fiscal period for any payments due hereunder, City will notify Vendor of such occurrence and this Agreement shall terminate on the last day of the fiscal period for which appropriations were received without penalty or expense to City of any kind whatsoever, except as to the portions of the payments herein agreed upon for which funds have been appropriated. CITY OF FORT WORTH 2O26 CONCRETE RESTORATION CONTRACT 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 106177 Revised September 19, 2025 (effective September 1, 2025) 00 52 43 - 4 Agreement Page 4 of 6 7.8 Prohibition On Contracts With Companies Boycotting Israel. Contractor, unless a sole proprietor, acknowledges that in accordance with Chapter 2271 of the Texas Government Code, if Contractor has 10 or more full time -employees and the contract value is $100,000 or more, the City is prohibited from entering into a contract with a company for goods or services unless the contract contains a written verification from the company that it: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the contract. The terms "boycott Israel" and "company" shall have the meanings ascribed to those terms in Section 808.001 of the Texas Government Code. By signing this contract, Contractor certifies that Contractor's signature provides written verification to the City that if Chapter 2271, Texas Government Code applies, Contractor: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the contract. 7.9 Prohibition on Boycotting Energy Companies. Contractor acknowledges that in accordance with Chapter 2276 of the Texas Government Code, the City is prohibited from entering into a contract for goods or services that has a value of $100,000 or more, which will be paid wholly or partly from public funds of the City, with a company (with 10 or more full-time employees) unless the contract contains a written verification from the company that it: (1) does not boycott energy companies; and (2) will not boycott energy companies during the term of the contract. The terms "boycott energy company" and "company" have the meaning ascribed to those terms by Chapter 2276 of the Texas Government Code. To the extent that Chapter 2276 of the Government Code is applicable to this Agreement, by signing this Agreement, Contractor certifies that Contractor's signature provides written verification to the City that Contractor: (1) does not boycott energy companies; and (2) will not boycott energy companies during the term of this Agreement. 7.10 Prohibition on Discrimination Against Firearm and Ammunition Industries. Contractor acknowledges that except as otherwise provided by Chapter 2274 of the Texas Government Code, the City is prohibited from entering into a contract for goods or services that has a value of $100,000 or more which will be paid wholly or partly from public funds of the City, with a company (with 10 or more full-time employees) unless the contract contains a written verification from the company that it: (1) does not have a practice, policy, guidance, or directive that discriminates against a firearm entity or firearm trade association; and (2) will not discriminate during the term of the contract against a firearm entity or firearm trade association. The terms "discriminate," "firearm entity" and "firearm trade association" have the meaning ascribed to those terms by Chapter 2274 of the Texas Government Code. To the extent that Chapter 2274 of the Government Code is applicable to this Agreement, by signing this Agreement, Contractor certifies that Contractor's signature provides written verification to the City that Contractor: (1) does not have a practice, policy, guidance, or directive that discriminates against a firearm entity or firearm trade association; and (2) will not discriminate against a firearm entity or firearm trade association during the term of this Agreement. CITY OF FORT WORTH 2O26 CONCRETE RESTORATION CONTRACT 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 106177 Revised September 19, 2025 (effective September 1, 2025) 00 52 43 - 5 Agreement Page 5 of 6 7.11 Immigration Nationality Act. Contractor shall verify the identity and employment eligibility of its employees who perform work under this Agreement, including completing the Employment Eligibility Verification Form (I-9). Upon request by City, Contractor shall provide City with copies of all I-9 forms and supporting eligibility documentation for each employee who performs work under this Agreement. Contractor shall adhere to all Federal and State laws as well as establish appropriate procedures and controls so that no services will be performed by any Contractor employee who is not legally eligible to perform such services. CONTRACTOR SHALL INDEMNIFY CITY AND HOLD CITY HARMLESS FROM ANY PENALTIES, LIABILITIES, OR LOSSES DUE TO VIOLATIONS OF THIS PARAGRAPH BY CONTRACTOR, CONTRACTOR'S EMPLOYEES, SUBCONTRACTORS, AGENTS, OR LICENSEES. City, upon written notice to Contractor, shall have the right to immediately terminate this Agreement for violations of this provision by Contractor. 7.12 No Third -Party Beneficiaries. This Agreement gives no rights or benefits to anyone other than the City and the Contractor and there are no third -party beneficiaries. 7.13 No Cause of Action Against Engineer. Contractor, its subcontractors and equipment and materials suppliers on the PROJECT or their sureties, shall maintain no direct action against the Engineer, its officers, employees, and subcontractors, for any claim arising out of, in connection with, or resulting from the engineering services performed. Only the City will be the beneficiary of any undertaking by the Engineer. The presence or duties of the Engineer's personnel at a construction site, whether as on -site representatives or otherwise, do not make the Engineer or its personnel in any way responsible for those duties that belong to the City and/or the City's construction contractors or other entities, and do not relieve the construction contractors or any other entity of their obligations, duties, and responsibilities, including, but not limited to, all construction methods, means, techniques, sequences, and procedures necessary for coordinating and completing all portions of the construction work in accordance with the Contract Documents and any health or safety precautions required by such construction work. The Engineer and its personnel have no authority to exercise any control over any construction contractor or other entity or their employees in connection with their work or any health or safety precautions. 7.14 Small Business Utilization. Contractor shall not make any unjustified changes to its small business utilization as presented on the Small Business Utilization Form. Contractor's failure to abide by the commitments presented on the form or intentional and/or knowing misrepresentation of material facts regarding small business utilization shall be disallowed from bidding on future City of Fort Worth public works contracts for a period of time of not less than one year. CITY OF FORT WORTH 2O26 CONCRETE RESTORATION CONTRACT 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 106177 Revised September 19, 2025 (effective September 1, 2025) 00 52 43 - 6 Agreement Page 6 of 6 IN WITNESS WHEREOF, City and Contractor have each executed this Agreement to be effective as of the date subscribed by the City's designated Assistant City Manager ("Effective Date"). Contractor: R&A Legacy Construction LLC By: _441dayk eduardo roman (Feb 5, 2026 16:01:50 CST) Signature Fduardn ivan rnman (Printed Name) Managing member Title 1309 Glasgow Rd Address Fort Worth, Texas 76134 City/State/Zip 09m_5/2026 Date City of Fort Worth By: CW, Jesica McEachern Assistant City Manager 03/12/2026 Date nn FORT IlQQ e'er° �9dd Attest: � �.ma- 3QQQ aEXP5o4' Jannette Goodall, City Secretary (Seal) M&C: 26-0040 Date: 1/13/2026 Contract Compliance Manager: By signing, I acknowledge that I am the person responsible for the monitoring and administration of this contract, including ensuring all performance and reporting requirements. Tariqul Islam (Feb 5, 2026 16:11:02 CST) (Tariqul Islam) (Project Manager) Approved as to Form and Legality: Douglas Black (Mar 4, 2026 18:13:59 CST) Douglas W. Black Sr. Assistant City Attorney APPROVAL RECOMMENDED: OFFICIAL RECORD Lauren Prieur (Mar 1, 2026 18:29:18 CST) CITY SECRETARY Lauren Prieur, Director, Transportation and Public Works Department FT. WORTH, TX CITY OF FORT WORTH 2O26 CONCRETE RESTORATION CONTRACT 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 106177 Revised September 19, 2025 (effective September 1, 2025) Bond No S-342270 00 61 14 -1 PAYMENTBOND Pagel oft I SECTION 00 6114 2 PAYMENT BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 That we, R&A Legacy Construction, LLC, known as "Principal" herein, and 8 NGM Insurance Company I a corporate surety 9 (sureties), duly authorized to do business in the State of Texas, known as "Surety" herein 10 (whether one or more), are held and firmly bound unto the City of Fort Worth, a municipal 11 corporation created pursuant to the laws of the State of Texas, known as "City" herein, in the 12 penal sum of TWO MILLION SEVEN HUNDRED EIGHTY-THREE THOUSAND, FOUR 13 HUNDRED FORTY-EIGHT AND 98/100 DOLLARS ($2,783,448.98), lawful money of the 14 United States, to be paid in Fort Worth, Tarrant County, Texas, for the payment of which sum 15 well and truly be made, we bind ourselves, our heirs, executors, administrators, successors and 16 assigns, jointly and severally, firmly by these presents: 17 WHEREAS, Principal has entered into a certain written Contract with City, awarded the 18 13t' day of JaM=, 2026, which Contract is hereby referred to and made a part hereof for all 19 purposes as if fully set forth herein, to fiunish all materials, equipment, labor and other 20 accessories as defimed by law, in the prosecution of the Work as provided for in said Contract and 21 designated as 2026 CONCRETE RESTORATION CONTRACT 1, City Project No. 106177. 22 NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that if 23 Principal shall pay all monies owing to any (and all) payment bond beneficiary (as defined in 24 Chapter 2253 of the Texas Government Code, as amended) in the prosecution of the Work under 25 the Contract, then this obligation shall be and become null and void; otherwise to remain in full 26 force and effect. 27 This bond is made and executed in compliance with the provisions of Chapter 2253 of the 28 Texas Government Code, as amended, and all liabilities on this bond shall be determined in 29 accordance with the provisions of said statute. 30 CITY OF FORT WORTH 2O26 CONCRETE RESTORATION CONTRACT 1 5TANDAKD CONSTftUCrION 5PEMCATION DOCUMENTS CITY rP.QMCr NO. 106177 Revised December g, 2023 0061 14 - 2 PAYMENTBOND Page 2 of 2 IN WITNESS WHEREOF, the Principal and Surety have each SIGNED and SEALED 2 this instrument by duly authorized agents and officers on this the 13th day of 3 February , 20 26 4 5 6 7 9 10 11 12 ATTEST: (Principal) Secretary AA fitness as to rincipal ATTEST. Ae--� (Surety) Secretary Witness as t i rety PRINCIPAL: R&A Legacy Construction, LLC BY: Signature Name and Title e-?GAtial,j6,yx Address: 1309 Glasgow Rd Fort Worth, Texas 76134 SURETY: NGM Insurance Company BY: Si ature Y Troy Staples, Attorney -in -fact Name and Title Address: 55 West Street Keene. NH 03431 Telephone Number: (904)380-7282 Email Address: N/A Note: If signed by an officer of the Surety, there must be on file a ccrtified extract from the bylaws showing that this person has authority to sign such obligation. If Surety's physical address s alrr-t £ om .ts ddress, both must be provided_ The date of the bond shall not be prior to the date the Contract is awarded. END OF SECTION CITY OF PORT WORTH 2O26 CONCRETE RESTORATION CONTRACT I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY rRQxgT No. 106177 Reviscd Dcccmbbr S, 2023 ACKNOWLEDGMENT OF PRINCIPAL (Individual) State of _ ) County of ) On this day of in the year _ before me personally come(s) __ _- „___`, to me known and known to me to be the person(s) who (is) (are) described in and executed the foregoing instrument and acknowledge(s) to me that he/she executed the same. Notary Public ACKNOWLEDGMENT OF PRINCIPAL (Partnership) State of ) County of _ ) On this day of in the year before me personally come(s) a member of the co -partnership of to me known and known to me to be the person who is described in and executed the foregoing instrument and acknowledges to me that he/she executed the same as for the act and deed of the said co -partnership. Notary Public ACKNOWLEDGMENT OF PRINCIPAL (Corporation) State of County of �' -1 On this / -b'f k day of ¢��l , in the year � before me personally come(s) Y"V2a1 ✓"l P, 011 //'1k ��,��VVIV-d , to me known, who, being duly sworn, deposes and says that he/she is the /�� G 7�� of the iL-�/12n L� the corporation described in an which executed the foregoing instrument; that he/she knows the seal of the said corporation; the seal affixed to the said instrument is such corporate seal; that it was so affixed by the order of the Board of Directors of said corporation, and that he/she signed his/her name thereto by like order. , /I /J Notary Public ACKNOWLEDGMENT OF SURETY (/ P0. MUHAMMADMUSTAFATARIG �? ���Notary Public, State of Texas State of Minnesota ) =�� =0= Comm- Cvolres M24-2e29 Notary ID 135533958 County of Dakota ) On this 13th day of February, in the year 2026, before me personally come(s) Troy Staples, Attomey(s)-in-Fact of NGM Insurance Company with whom Z am personally acquainted, and who, being by me duly swom, says that he/she is (are) the Attomey(s)-in-Fact of NGM Insurance Com an company described in and which executed the within instrument; that he/she know(s) the corporate seal of such company; and that seal affixed to the within instrument is such corporate seal and that it was affixed by order of the Board of Directors of said company, and that he/she signed said instrument as Attorey(s)-in-Fact of the said company by like order. 11 BRITTNEY ELIZABE TH I,IARTINE7 f= P4olan Public Notary Public MAIN °ti® p�ICA I ch POWER OF ATTORNEY INSUONCI: I KNOW ALL PARTIES BY THESE PRESENTS: That NGM Insurance Company, a Florida corporation having its principal office in the City of Jacksonville, State of Florida, pursuant to Article IV, Section 2 of the By -Laws of said Company, to wit: "Article IV, Section 2. The board of directors, the president, any vice president, secretary, or the treasurer shall have the power and authority to appoint attorneys -in -fact and to authorize them to execute on behalf of the company and affix the seal of the company thereto, bonds, recognizances, contracts of indemnity or writings obligatory in the nature of a bond, recognizance or conditional undertaking and to remove any such attorneys -in -fact at any time and revoke the power and authority given to them. " does hereby make, constitute and appoint Zachary Pate, Troy Staples, Jennifer Boyles, Nicholas Hochban its true and lawful Attorneys -in -fact, to make, execute, seal and deliver for and on its behalf, and as its act and deed, bonds, undertakings, recognizances, contracts of indemnity, or other writings obligatory in nature of a bond subject to the following limitation: 1. No one bond to exceed Twenty Milton Dollars ($20,000,000.00) and to bind NGM Insurance Company thereby as fully and to the same extent as if such instruments were signed by the duly authorized officers of NGM Insurance Company; the acts of said Attorney are hereby ratified and confirmed. This power of attorney is signed and sealed by facsimile under and by the authority of the following resolution adopted by the Directors of NGM Insurance Company at a meeting duly called and held on the 2nd day of December 1977. Voted: That the signature of any officer authorized by the By -Laws and the company seal may be affixed by facsimile to any power of attorney or special power of attorney or certification of either given for the execution of any bond, undertaking, recognizance or other written obligation in the nature thereof; such signature and seal, when so used being hereby adopted by the company as the original signature of such office and the original seal of the company, to be valid and binding upon the company with the same force and effect as though manually affixed. IN WITNESS WHEREOF, NGM Insurance Company has caused these presents to be signed by its Secretary and its corporate seal to be hereto affixed this 9th day of October, 2024. O%W.90, NGM INSURANCE COMPANY By:��� ion Lauren K. Powell Vice President, Corporate Secretary State of Wisconsin, County of Dane. On this 9th day of October, 2024, before the subscriber a Notary Public of State of Wisconsin in and for the County of Dane duly commissioned and qualified, came Lauren K. Powell of NGM Insurance Company, to me personally known to be the officer described herein, and who executed the preceding instrument, and she acknowledged the execution of same, and being by me fully sworn, deposed and said that she is an officer of said Company, aforesaid: that the seal affixed to the preceding instrument is the corporate seal of said Company, and the said corporate seal and her signature as officer were duly affixed and subscribed to the said instrument by the authority and direction of the said Company; that Article IV, Section 2 of the By -Laws of said Company is now in force. IN WITNESS WHEREOF, I have hereunto set my hand and affixed my official seal at Madison, Wisconsin this 9th day of October, 2024. ft!"T:Y • �•• RiA .� aoTA�p�•c w� A^ My Commission Expires February S, 2027 �c wo I, Nathan Hoyt, Assistant Vice President of NGM Insurance Company, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney executed by said Company which is still in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the seal of said Company at Madison, Wisconsin this 3th day of February 2026 Nathan Hoyt, Assistant Vice Presideot— _ WARNING: Any unauthorized reproduction or alteration of this document is prohibited. TO CONFIRM VALIDITY of the attached bond please call 1-603-354-5281. TO SUBMIT A CLAIM: Send all correspondence to 55 West Street, Keene, NH 03431 Attn: Bond Claim Dept. or call our Bond Claim Dept. at 1-603-358-1437. ,ti' IMPORTANT NOTICE To obtain information or make a complaint: You may contact your surety underwriter at 1-904-479-7121 You may also write to Main Street America Group and NGM Insurance Company at: 55 West St Keene NH 03431 Attn: Bond Claims You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at: 1-800-252-3439 You may write the Texas Department of Insurance: P.O. Box 149104 Austin, TX 78714-9104 Fax: (512) 475-1771 E-mail: ConsumerProtectionru.,.tdi.state.tx.us PREMIUM OR CLAIM DISPUTES Should you have a dispute concerning your premium or about a claim you should contact the agent or the company first. If the dispute is not resolved, you may contact the Texas Department of Insurance. This notice is for information only and does not become a part or condition of the attached document. AVISO IMPORTANTE Para obtener information o para someter una queja: Puede comunicarse con su surety underwriter al 1-904-479-7121 Usted tambien puede escribir a Main Street America Group and NGM insurance Company at: 55 West St Keene NH 03431 Attn: Bond Claims Puede comunicarse con el Departamento de Seguros de Texas para obtener information acerca de companies, coberturas, derechos o quejas al: 1-800-252-3439 Puede escribir al Departamento de Seguros de Texas: P.O. Box 149104 Austin, TX 78714-9104 Fax- (512) 475-1771 E-maa: Co eRmte�i:o„!�'.>.cd;seac�_tx_.,t DISPUTAS SOBRE PRIMAS O RECLAMOS: Si tiene una disputa concerniente a su prima o a un reclamo, debe comunicarse con el agente o la compania primero. Si no se resuelve la disputa, puede entonces comunicarse con el departamento (TDI) Este aviso es solo nara nonosito de informaeion v no se eonvierte en name o condition del documento adiunto. 68-TX-N001 Bond No S-342270 0061 19 -1 MAINTENANCE BOND Page 1 of 3 1 SECTION 00 6119 2 MAINTENANCE BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 That we R&A Legacy Construction, LLC, known as "Principal" herein and 8 NGM Insurance Company , a corporate surety (sureties, if more than 9 one) duly authorized to do business in the State of Texas, known as "Surety" herein (whether one 10 or more), are held and firmly bound unto the City of Fort Worth, a municipal corporation created I 1 pursuant to the laws of the State of Texas, known as "City" herein, in the sum of TWO MILLION 12 SEVEN HUNDRED EIGHTY-THREE THOUSAND, FOUR HUNDRED FORTY-EIGHT AND 13 98/100 DOLLARS ($2,783,448.98), lawful money of the United States, to be paid in Fort Worth, 14 Tarrant County, Texas, for payment of which sum well and truly be made unto the City and its 15 successors, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly 16 and severally, firmly by these presents. 17 18 WHEREAS, the Principal has entered into a certain written contract with the City awarded I9 the 13'� day of January. 2026, which Contract is hereby referred to and a made part hereof for all 20 purposes as if fully set forth herein, to furnish all materials, equipment labor and other accessories 21 as defined by law, in the prosecution of the Work, including any Work resulting from a duly 22 authorized Change Order (collectively herein, the "Work") as provided for in said contract and 23 designated as 2026 CONCRETE RESTORATION CONTRACT 1, City Project No. 106177; and 24 25 WHEREAS, Principal binds itself to use such materials and to so construct the Work in 26 accordance with the plans, specifications and Contract Documents that the Work is and will 27 remain free from defects in materials or workmanship for and during the period of two (2) years 28 after the date of Final Acceptance of the Work by the City ("Maintenance Period"); and P 30 WHEREAS, Principal binds itself to repair or reconstruct the Work in whole or in part 31 upon receiving notice from the City of the need therefor at any time within the Maintenance 32 Period. 33 CITY OF FORT WORTH 2O26 CONCRETE RESTORATION CONTRACT 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMLW]b clTy rROJECT NO. 106177 Rcviscd Septcmber 19, I025 9 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 0061 19-2 MAINTENANCE BOND Page 2 of 3 NOW THEREFORE, the condition of this obligation is such that if Principal shall remedy any defective Work, for which timely notice was provided by City, to a completion satisfactory to the City, then this obligation shall become null and void; otherwise to remain in full force and effect. PROVIDED, HOWEVER, if Principal shall fail so to repair or reconstruct any timely noticed defective Work, it is agreed that the City may cause any and all such defective Work to be repaired and/or reconstructed with all associated costs thereof being borne by the Principal and the Surety under this Maintenance bond; and PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort Worth Division; and PROVIDED FURTHER, that this obligation shall be continuous in nature and successive recoveries may be had hereon for successive breaches. CITY OF FORT WORTH 2O26 CONCRETE RESTORATION CONTRACT I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 106177 Revised September 19, 2025 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 0061 19-3 MAINTENANCE BOND Page 3 of 3 IN WITNESS WHEREOF, the Principal and the Surety have each SIGNED and SEALED this instrument by duly authorized agents and officers on this the 13th day of February ,2026 ATTEST: (Principal) Secretary Witness as to Pl ncipal ATTIiS,T: (Surety) Secretary Witness as t rety PRINCIPAL: R&A Legacy Construction, LLC BY: Signature Name and Title K6111C 11 _Vl Address: 1309 Glasgow Rd Fort Worth, Texas 76134 SURETY: NGM Insurance Company BY: 'g ature — Troy Staples, Attorney -in -fact _ Name and Tide Address: 55 West Street Keene. NH 03431 Telephone Number:(904)380-7282 Email Address: N/A *Note: If signed by an officer of the Surety Company, there must be on file a certified extract from the by-laws showing that this person has authority to sign such obligation. If Surety's physical address is different from its mailing address, both must be provided The date of the bond shall not be prior to the date the Contract is awarded. CITY OF FORT WORTH 2O26 CONCRETE RESTORATION CONTRACT 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 106177 Revised September 19, 2023 ACKNOWLEDGMENT OF PRINCIPAL (Individual) State of County of On this day of in the year before me personally come(s) to me known and known to me to be the person(s) who (is) (are) described in and executed the foregoing instrument and acknowledge(s) to me that he/she executed the same. Notary Public ACKNOWLEDGMENT OF PRINCIPAL (Partnership) State of ) County of ) On this day of in the year before me personally come(s) a member of the co -partnership of to me known and known to me to be the person who is described in and executed the foregoing instrument and acknowledges to me that he/she executed the same as for the act and deed of the said co -partnership. Notary Public ACKNOWLEDGMENT OF PRINCIPAL (Corporation) State of County of ___._1 ) On this G 6A day of �'� in the year, before me personally come(s) OLvgl 4 r nI Pi to me known, who, being duly swom, deposes and says that he/she is the /�(r✓%t0i� of the �? _U__ the corporation described In an which executed the foregoing instrument; that he/she knows the seal of the said corporation; the seal affixed to the said instrument is such corporate seal; that it was so affixed by the ord of the Board of Directors of said corporation, and that he/she signed his/her name thereto by like order. / Notary Public ACKNOWLEDGMENT OF SURETY "YAP''% MUHAMMADMUSTAFATARIQ LL" Notary Public, State of Texas nnesota State of Mi�,,,,,r� Notary ID 135533958 County of Dakota ) On this 13th day of February, in the year 2026, before me personally come(s) Troy Staples, Attomey(s)-in-Fact of NGM Insurance Company with whom I am personally acquainted, and who, being by me duly swom, says that he/she is (are) the Attorneys) -in -Fact of NGM Insurance Company company described in and which executed the within instrument; that he/she know(s) the corporate seal of such company; and that seal affixed to the within instrument is such corporate seal and that it was affixed by order of the Board of Directors of said company, and that he/she signed said instrument as Attorneys) -in -Fact of the said company by like order. BRIT'NEY EL17ABETH MARTIhIE-7bz"N--f I > Notary Public No Public t Minnesota My c;c—iss". Expires ow 2o29 V sAMERICA POWER OF ATTORNEY INSURANCE KNOW ALL PARTIES BY THESE PRESENTS: That NGM Insurance Company, a Florida corporation having its principal office in the City of Jacksonville, State of Florida, pursuant to Article IV, Section 2 of the By -Laws of said Company, to wit: "Article IV, Section 2. The board of directors, the president, any vice president, secretary, or the treasurer shall have the power and authority to appoint attorneys -in -fact and to authorize them to execute on behalf of the company and affix the seal of the company thereto, bonds, recognizances, contracts of indemnity or writings obligatory in the nature of a bond, recognizance or conditional undertaking and to remove any such attorneys -in -fact at any time and revoke the power and authority given to them. " does hereby make, constitute and appoint Zachary Pate, Troy Staples, Jennifer Boyles, Nicholas Hochban----__-_-----_ its true and lawful Attorneys -in -fact, to make, execute, seal and deliver for and on its behalf, and as its act and deed, bonds, undertakings, recognizances, contracts of indemnity, or other writings obligatory in nature of a bond subject to the following limitation: I. No one bond to exceed Twenty Million Dollars ($20,000,000.00) and to bind NGM Insurance Company thereby as fully and to the same extent as if such instruments were signed by the duly authorized officers of NGM Insurance Company; the acts of said Attorney are hereby ratified and confirmed. This power of attorney is signed and sealed by facsimile under and by the authority of the following resolution adopted by the Directors of NGM Insurance Company at a meeting duly called and held on the 2nd day of December 1977. Voted: That the signature of any officer authorized by the By -Laws and the company seal may be affixed by facsimile to any power of attorney or special power of attorney or certification of either given for the execution of any bond, undertaking, recognizance or other written obligation in the nature thereof; such signature and seal, when so used being hereby adopted by the company as the original signature of such office and the original seal of the company, to be valid and binding upon the company with the same force and effect as though manually affixed. IN WITNESS WHEREOF, NGM Insurance Company has caused these presents to be signed by its Secretary and its corporate seal to be hereto affixed this 9th day of October, 2024. NGM INSURANCE COMPANY By: Lauren K. Powell Vice President, Corporate Secretary " State of Wisconsin, County of Dane. On this 9th day of October, 2024, before the subscriber a Notary Public of State of Wisconsin in and for the County of Dane duly commissioned and qualified, came Lauren K. Powell of NGM Insurance Company, to me personally known to be the officer described herein, and who executed the preceding instrument, and she acknowledged the execution of same, and being by me fully sworn, deposed and said that she is an officer of said Company, aforesaid: that the seal affixed to the preceding instrument is the corporate seal of said Company, and the said corporate seal and her signature as officer were duly affixed and subscribed to the said instrument by the authority and direction of the said Company; that Article IV, Section 2 of the By -Laws of said Company is now in force. IN WITNESS WHEREOF, I have hereunto set my hand and affixed my official seal at Madison, Wisconsin this 9th day of October, 2024. My Commission Expl— F¢b--y 9, loll �'f%eUG sec W,gG� I, Nathan Hoyt, Assistant Vice President of NGM Insurance Company, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney executed by said Company which is still in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the seal of said Company at Madison, Wisconsin this 13th day of February 2026 , ,. A _ Nathan Hoyt, Assistant Vice Presirttie i - _` WARNING: Any unauthorized reproduction or alteration of this document is prohibited. TO CONFIRM VALIDITY of the attached bond please call 1-603-35&5781. - - TO SUBMIT A CLAIM: Send all correspondence to 55 West Street, Keene, NH 03431 - Ann: Bond Claim Dept. or call our Bond Claim Dept at 1-603-358-1437. GROT"W_a&ZOW M To obtain information or make a complaint: You may contact your surety underwriter at 1-904-479-7121 You may also write to Main Street America Group and NGM Insurance Company at: 55 West St Keene NH 03431 Attn: Bond Claims You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at: 1-800-252-3439 You may write the Texas Department of Insurance: P.O. Box 149104 Austin, TX 78714-9104 Fax: (512) 475-1771 E-mail: ConsumerProteetionrd:tdi.st�ite.tx.us PREMIUM OR CLAIM DISPUTES Should you have a dispute concerning your premium or about a claim you should contact the agent or the company first. If the dispute is not resolved, you may contact the Texas Department of Insurance. This notice is for information only and does not become a part or condition of the attached document. AVISO IMPORTANTE Para obtener informacion o para someter una queja: Puede comunicarse con su surety underwriter al 1-904-479-7121 Usted tambien puede escribir a Main Street America Group and NGM insurance Company at: 55 West St Keene NH 03431 Attn: Bond Claims Puede comunicarse con el Departamento de Seguros de Texas pare obtener informacion acerca de companies, coberturas, derechos o quejas al: 1-800-252-3439 Puede escribir al Departamento de Seguros de Texas: P.O. Box 149104 Austin, TX 78714-9104 Fax: (5 12) 475-1771 E-maiR G'onsumerProtection�?tdi statc.c.x.us DISPUTAS SOBRE PRIMAS O RECLAMOS: Si tiene una disputa concemiente a su prima o a un reclamo, debe comunicarse con el agente o la compania primero. Si no se resuelve la disputa, puede entonces comunicarse con el departamento (TDI) Este aviso es solo Dara 0000sito de informacion v no se cony erte en varte o condicion del doeumento adiunto. 68-TX-N001 Bond No S-342270 006113-1 PERFORMANCE BOND Page 1 of 2 I SECTION 00 6113 2 PERFORMANCE BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 That we, R&A Legacy Construction, LLC, known as "Principal" herein and 8 NGM Insurance Company , a corporate surety(sureties, if more than 9 one) duly authorized to do business in the State of Texas, known as "Surety" herein (whether one 10 or more), are held and firmly bound unto the City of Fort Worth, a municipal corporation created 11 pursuant to the laws of Texas, known as "City" herein, in the penal sum of, TWO MILLION 12 SEVEN HUNDRED EIGHTY-THREE THOUSAND, FOUR HUNDRED FORTY-EIGHT AND 13 98/100 DOLLARS ($2,783,448.98), lawful money of the United States, to be paid in Fort Worth, 14 Tarrant County, Texas for the payment of which sum well and truly to be made, we bind 15 ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, 16 firmly by these presents. 17 WHEREAS, the Principal has entered into a certain written contract with the City 18 awarded the 1301 day of JanuM,,2026 which Contract is hereby referred to and made a part 19 hereof for all purposes as if fully set forth herein, to furnish all materials, equipment labor and 20 other accessories defined by law, in the prosecution of the Work, including any Change Orders, 21 as provided for in said Contract designated as 2026 CONCRETE RESTORATION CONTRACT 22 1. City Project No. 106177. 23 NOW, THEREFORE, the condition of this obligation is such that if the said Principal 24 shall faithfully perform it obligations under the Contract and shall in all respects duly and 25 faithfully perform the Work, including Change Orders, under the Contract, according to the plans, 26 specifications, and contract documents therein referred to, and as well during any period of 27 extension of the Contract that may be granted on the part of the City, then this obligation shall be 28 and become null and void, otherwise to remain in full force and effect. 29 PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in 30 Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort 31 Worth Division. CITY OF FORT WORTH 2O26 CONCRETE RESTORATION CONTRACT I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 106177 Revised December 8, 2023 2 3 4 5 6 7 8 9 10 11 12 13 14 is 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 43 44 0061 13 - 2 PERFORMANCE BOND Page 2 of 2 This bond is made and executed in compliance with the provisions of Chapter 2253 of the Texas Government Code, as amended, and all liabilities on this bond shall be determined in accordance with the provisions of said statue. IN WITNESS WHEREOF, the Principal and the Surety have SIGNED and SEALED this instrument by duly authorized agents and officers on this the 13th day of February 2026 ATTEST: (Principal) Secretary ttness as to Principal PRINCIPAL: R&A Legacy Construction, LLC Signature eayVand Title Address: 1309 Glasgow R Fort Worth, Texas 76134 SURETY: NGM Insurance Compan rsi mature - Troy Staples, Attorney -in -fact Name and Title Address: 55 West Street Keene, NH 03431 Telephone Number: (904)380-7282 Email Address: N/A *Note: If signed by an officer of the Surety Company, there must be on file a certified extract from the by-laws showing that this person has authority to sign such obligation. If Surety's physical addres = s differ sst mom its maM. adds both must be provided_ The date of the bond shall not be prior to the date the Contract is awarded. CITY OF FORT WORTH 2O26 CONCRETE RESTORATION CONTRACT I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 106177 Revised December 8, 2023 State of County of On this _ day of __... I in the year I before me personally come(s) to me known and known to me to be the person(s) who (is) (are) described in and executed the foregoing instrument and acknowledge(s) to me that he/she executed the same. Notary Public ACKNOWLEDGMENT OF PRINCIPAL (Partnership) State of County of On this day of f in the year before me personally come(s) a member of the co -partnership of to me known and known to me to be the person who is described in and executed the foregoing instrument and acknowledges to me that he/she executed the same as for the act and deed of the said co -partnership. Notary Public ACKNOWLEDGMENT OF PRINCIPAL (Corporation) State of County of L ) On this 6 '7 t day of the of the in the year dW before me personally come(s) to me known, who, being duly sworn, deposes and says that he/she is the corporation described in and wKch executed the foregoing instrument; that he/she knows the seal of the said corporation; the seal affixed to the said instrument is such corporate seal; that it was so affixed by the order of the Board of Directors of said corporation, and that he/she signed his/her name thereto by like order. Notary Public ACKNOWLEDGMENT OF SURETY MUHAMMAD MUSTAFA TARIG Notary Public, State of Texas state of Minnesota >=??_�_�= Comm. Expires 09-29-2029 Notary ID 135533958 County of Dakota ) On this 13th day of February, in the year 2026, before me personally come(s) Troy Staples, Attorneys) -in -Fact of NGM Insurance Company with whom I am personally acquainted, and who, being by me duly sworn, says that hefshe is (are) the Attomey(s)-in-Fact of NGM Insurance Company company described in and which executed the within instrument; that he/she know(s) the corporate seal of such company; and that seal affixed to the within instrument is such corporate seal and that it was affixed by order of the Board of Directors of said company, and that he/she signed said instrument as Attorney(s)-in-Fact of the said company by like order. =ELIZABEIH MARTINEZlicNotary Public a ©1/3112Q29 MAIN STREET 'QppAMER I(A Q r POWER OF ATTORNEY 44SUPMCE ! KNOW ALL PARTIES BY THESE PRESENTS: That NGM Insurance Company, a Florida corporation having its principal office in the City of Jacksonville, State of Florida, pursuant to Article IV, Section 2 of the By -Laws of said Company, to wit: "Article IV, Section 2. The board of directors, the president, any vice president, secretary, or the treasurer shall have the power and authority to appoint attorneys -in -fact and to authorize them to execute on behalf of the company and affix the seal of the company thereto, bonds, recognizances, contracts of indemnity or writings obligatory in the nature of a bond, recognizance or conditional undertaking and to remove any such attorneys -in -fact at any time and revoke the power and authority given to them. " does hereby make, constitute and appoint Zachary Pate, Troy Staples, Jennifer Boyles, Nicholas Hochban its true and lawful Attorneys -in -fact, to make, execute, seal and deliver for and on its behalf, and as its act and deed, bonds, undertakings, recognizances, contracts of indemnity, or other writings obligatory in nature of a bond subject to the following limitation: I. No one bond to exceed Twenty Million Dollars ($20,000,000.00) and to bind NGM Insurance Company thereby as fully and to the same extent as if such instruments were signed by the duly authorized officers of NGM Insurance Company; the acts of said Attorney are hereby ratified and confirmed. This power of attorney is signed and sealed by facsimile under and by the authority of the following resolution adopted by the Directors of NGM Insurance Company at a meeting duly called and held on the 2nd day of December 1977. Voted: That the signature of any officer authorized by the By -Laws and the company seal may be affixed by facsimile to any power of attorney or special power of attorney or certification of either given for the execution of any bond, undertaking, recognizance or other written obligation in the nature thereof; such signature and seal, when so used being hereby adopted by the company as the original signature of such office and the original seal of the company, to be valid and binding upon the company with the same force and effect as though manually affixed. IN WITNESS WHEREOF, NGM Insurance Company has caused these presents to be signed by its Secretary and its corporate seal to be hereto affixed this 9th day of October, 2024. NGM INSURANCE COMPANY By: o ""`� Lauren K. Powell Vice President, Corporate Secretary m State of Wisconsin, County of Dane. On this 9th day of October, 2024, before the subscriber a Notary Public of State of Wisconsin in and for the County of Dane duly commissioned and qualified, came Lauren K. Powell of NGM Insurance Company, to me personally known to be the officer described herein, and who executed the preceding instrument, and she acknowledged the execution of same, and being by me fully sworn, deposed and said that she is an officer of said Company, aforesaid: that the seal affixed to the preceding instrument is the corporate seal of said Company, and the said corporate seal and her signature as officer were duly affixed and subscribed to the said instrument by the authority and direction of the said Company; that Article IV, Section 2 of the By -Laws of said Company is now in force. IN WITNESS WHEREOF, I have hereunto set my hand and affixed my official seal at Madison, Wisconsin this 9th day of October, 2024. M,y Com mission EaPir¢s Febraarey 8, 2027 �• A�"� _ I, Nathan Hoyt, Assistant Vice President of NGM Insurance Company, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney executed by said Company which is still in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the seal of said Company at Madison, Wisconsin thk- ISth day of February 2026 `` - • - _ Nathan Hoyt, Assistant Vice Presiders WARNING: An unauthorized reproduction or alteration of this document is prohibited. YP TO CONFIRM VALIDITY of the attached bond please call 1-603-354-5281, TO SUBMIT A CLAIM: Send all correspondence to 55 West Street, Keene, NH 03431 Attn: Bond Claim Dept. or call our Bond Claim Dept. at 1-603-358-1437 IMPORTANT NOTICE To obtain information or make a complaint: You may contact your surety underwriter at 1-904-479-7121 You may also write to Main Street America Group and NGM Insurance Company at: 55 West St Keene NH 03431 Attn: Bond Claims You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at: 1-800-252-3439 You may write the Texas Department of Insurance: P.O. Box 149104 Austin, TX 78714-9104 Fax: (5 12) 475-1771 E-mail: ConsumerProtection(..°tdi.state.tx.us PREMIUM OR CLAIM DISPUTES Should you have a dispute concerning your premium or about a claim you should contact the agent or the company first. If the dispute is not resolved, you may contact the Texas Department of Insurance. This notice is for information only and does not become a part or condition of the attached document. AVISO IMPORTANTE Para obtener informacion o para someter una queja: Puede comunicarse con su surety underwriter al 1-904-479-7121 Usted tambien puede escribir a Main Street America Group and NGM insurance Company at: 55 West St Keene NH 03431 Attn: Bond Claims Puede comunicarse con el Departamento de Seguros de Texas para obtener informacion acerca de companies, coberturas, derechos o quejas al: 1-800-252-3439 Puede escribir al Departamento de Seguros de Texas: P.O. Box 149104 Austin, TX 78714-9104 Fax. (512) 475-1771 E-mail. ConsumerProtection c tdi.state.tx.us DISPUTAS SOBRE PRIMAS O RECLAMOS: Si tiene una disputa concerniente a su prima o a un reclamo, debe comunicarse con el agente o la compania primero. Si no se resuelve la disputa, puede entonces comunicarse con el departamento (TDI) Este aviso es solo nara oonosito de informacion v no se convierte en narte o condicion del documento adiunto. 68-TX-N001 / �►�� Flores, Sophia From: Flores, Sophia Sent: Wednesday, February 18, 2026 IS8 PM To: Nick Denn Subject: RE: Verification of Bond# S-342270 Thank you Nick! Best regards, Sophia Flores Contract Compliance Specialist FORT WORTH. Transportation & Public Works Office 817-392-2026 100 Fort Worth Trail, Fort Worth, TX 76102 CONNECT WITH US. 0 0 0 0 From: Nick Denn <NDenn@patebonding.com> Sent: Wednesday, February 18, 2026 3:52 PM To: Flores, Sophia <Sophia.Flores2@fortworthtexas.gov> Subject: RE: Verification of Bond# S-342270 This email is from an unknown sender This is the first time you are receiving an email from this sender. Valid! Nick Denn Pate Bonding, Inc. 737-402-8298 (direct dial) ndenn patebonding.com Iwebsite: www.patebonding.com From: Flores, Sophia <Sophia.Flo res2@fortworthtexas.gov> Sent: Wednesday, February 18, 2026 3:49 PM To: Nick Denn <NDenn@patebonding.com> Subject: Verification of Bond# S-342270 Hello, Report Suspicious 1 The City of Fort Worth requires bond verification before a contract can be executed. We have received the following bonds from R&A Legacy Construction, LLC: Bond #S-342270, in the amount of $2,783,448.98, issued by NGM Insurance Company for City Project #106177, 2026 Concrete Restoration Contract 1. Please confirm that the bonds and corresponding amounts are valid so we can proceed with awarding the contract to R&A Legacy Construction, LLC. If this is not the right bond verification address, please provide for NGM Insurance Company. Thank you, FORT WORTH. Sophia Flores Contract Compliance Specialist Transportation & Public Works Office 817-392-2026 100 Fort Worth Trail, Fort Worth, TX 76102 CONNECT WITH US. 0 0 ( 0 STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: September 1,2025 2026 Concrete Restoration Contract 1 City Project No. 106177 STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT TABLE OF CONTENTS Page Article 1— Definitions and Terminology...................................................................................................... 1 1.01 Defined Terms.......................................................................................................................... 1 1.02 Terminology............................................................................................................................. 6 Article2 — Preliminary Matters..................................................................................................................... 7 2.01 Copies of Documents................................................................................................................ 7 2.02 Commencement of Contract Time; Notice to Proceed.............................................................. 7 2.03 Starting the Work...................................................................................................................... 8 2.04 Before Starting Construction..................................................................................................... 8 2.05 Preconstruction Conference...................................................................................................... 8 2.06 Public Meeting.......................................................................................................................... 8 2.07 Initial Acceptance of Schedules................................................................................................ 8 Article 3 — Contract Documents: Intent, Amending, Reuse.......................................................................... 8 3.01 Intent......................................................................................................................................... 8 3.02 Reference Standards................................................................................................................. 9 3.03 Reporting and Resolving Discrepancies.................................................................................... 9 3.04 Amending and Supplementing Contract Documents............................................................... 10 3.05 Reuse of Documents............................................................................................................... 10 3.06 Electronic Data....................................................................................................................... 11 Article 4 — Availability of Lands; Subsurface and Physical Conditions; Hazardous Environmental Conditions; Reference Points....................................................................................................... I I 4.01 Availability of Lands............................................................................................................... 11 4.02 Subsurface and Physical Conditions....................................................................................... 12 4.03 Differing Subsurface or Physical Conditions.......................................................................... 12 4.04 Underground Facilities............................................................................................................ 13 4.05 Reference Points..................................................................................................................... 14 4.06 Hazardous Environmental Condition at Site............................................................................ 14 Article 5 — Bonds and Insurance................................................................................................................. 16 5.01 Licensed Sureties and Insurers................................................................................................ 16 5.02 Performance, Payment, and Maintenance Bonds.....................................................................16 5.03 Certificates of Insurance......................................................................................................... 16 5.04 Contractor's Insurance............................................................................................................ 18 5.05 Acceptance of Bonds and Insurance; Option to Replace.........................................................19 Article 6 — Contractor's Responsibilities ............. 6.01 Supervision and Superintendence ... CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: September 1, 2025 .................................................................................. 19 ..................................................................................19 2026 Concrete Restoration Contract City Project No. 106177 6.02 Labor; Working Hours............................................................................................................ 20 6.03 Services, Materials, and Equipment........................................................................................ 20 6.04 Project Schedule..................................................................................................................... 21 6.05 Substitutes and "Or-Equals"................................................................................................... 21 6.06 Concerning Subcontractors, Suppliers, and Others................................................................. 24 6.07 Wage Rates............................................................................................................................. 25 6.08 Patent Fees and Royalties....................................................................................................... 26 6.09 Permits and Utilities................................................................................................................ 27 6.10 Laws and Regulations............................................................................................................. 27 6.11 Taxes...................................................................................................................................... 28 6.12 Use of Site and Other Areas.................................................................................................... 28 6.13 Record Documents.................................................................................................................. 29 6.14 Safety and Protection.............................................................................................................. 29 6.15 Safety Representative.............................................................................................................. 30 6.16 Hazard Communication Programs.......................................................................................... 30 6.17 Emergencies and/or Rectification........................................................................................... 30 6.18 Submittals............................................................................................................................... 31 6.19 Continuing the Work............................................................................................................... 32 6.20 Contractor's General Warranty and Guarantee........................................................................ 32 6.21 Indemnification..................................................................................................................... 33 6.22 Delegation of Professional Design Services............................................................................ 34 6.23 Right to Audit......................................................................................................................... 34 6.24 Nondiscrimination.................................................................................................................. 35 Article 7 - Other Work at the Site............................................................................................................... 35 7.01 Related Work at Site............................................................................................................... 35 7.02 Coordination........................................................................................................................... 36 Article 8 - City's Responsibilities............................................................................................................... 36 8.01 Communications to Contractor............................................................................................... 36 8.02 Furnish Data............................................................................................................................ 36 8.03 Pay When Due........................................................................................................................ 36 8.04 Lands and Easements; Reports and Tests................................................................................ 36 8.05 Change Orders........................................................................................................................ 36 8.06 Inspections, Tests, and Approvals........................................................................................... 36 8.07 Limitations on City's Responsibilities.................................................................................... 37 8.08 Undisclosed Hazardous Environmental Condition.................................................................. 37 8.09 Compliance with Safety Program............................................................................................ 37 Article 9 - City's Observation Status During Construction......................................................................... 37 9.01 City's Project Manager...........................................................................................................37 9.02 Visits to Site............................................................................................................................ 37 9.03 Authorized Variations in Work............................................................................................... 38 9.04 Rejecting Defective Work....................................................................................................... 38 9.05 Determinations for Work Performed....................................................................................... 38 9.06 Decisions on Requirements of Contract Documents and Acceptability of Work ..................... 38 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: September 1, 2025 2026 Concrete Restoration Contract City Project No. 106177 Article 10 - Changes in the Work; Claims; Extra Work.............................................................................. 38 10.01 Authorized Changes in the Work............................................................................................ 38 10.02 Unauthorized Changes in the Work........................................................................................ 39 10.03 Execution of Change Orders................................................................................................... 39 10.04 Extra Work............................................................................................................................. 39 10.05 Notification to Surety.............................................................................................................. 39 10.06 Contract Claims Process......................................................................................................... 40 Article 11- Cost of the Work; Allowances; Unit Price Work; Plans Quantity Measurement .....................41 11.01 Cost of the Work..................................................................................................................... 41 11.02 Allowances..............................................................................................................................43 11.03 Unit Price Work...................................................................................................................... 44 11.04 Plans Quantity Measurement.................................................................................................. 45 Article 12 - Change of Contract Price; Change of Contract Time............................................................... 46 12.01 Change of Contract Price........................................................................................................ 46 12.02 Change of Contract Time........................................................................................................ 47 12.03 Delays.....................................................................................................................................47 Article 13 - Tests and Inspections; Correction, Removal or Acceptance of Defective Work ......................48 13.01 Notice of Defects.................................................................................................................... 48 13.02 Access to Work....................................................................................................................... 48 13.03 Tests and Inspections.............................................................................................................. 48 13.04 Uncovering Work................................................................................................................... 49 13.05 City May Stop the Work......................................................................................................... 49 13.06 Correction or Removal of Defective Work.............................................................................. 50 13.07 Correction Period.................................................................................................................... 50 13.08 Acceptance of Defective Work............................................................................................... 51 13.09 City May Correct Defective Work.......................................................................................... 51 Article 14 - Payments to Contractor and Completion................................................................................. 52 14.01 Schedule of Values..................................................................................................................52 14.02 Progress Payments.................................................................................................................. 52 14.03 Contractor's Warranty of Title................................................................................................ 54 14.04 Partial Utilization.................................................................................................................... 55 14.05 Final Inspection...................................................................................................................... 55 14.06 Final Acceptance.................................................................................................................... 55 14.07 Final Payment......................................................................................................................... 56 14.08 Final Completion Delayed and Partial Retainage Release....................................................... 56 14.09 Waiver of Claims.................................................................................................................... 57 Article 15 - Suspension of Work and Termination..................................................................................... 57 15.01 City May Suspend Work......................................................................................................... 57 15.02 City May Terminate for Cause................................................................................................ 58 15.03 City May Terminate For Convenience.................................................................................... 60 Article 16 - Dispute Resolution.................................................................................................................. 61 16.01 Methods and Procedures......................................................................................................... 61 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: September 1, 2025 2026 Concrete Restoration Contract City Project No. 106177 Article17 — Miscellaneous......................................................................................................................... 62 17.01 Giving Notice......................................................................................................................... 62 17.02 Computation of Times............................................................................................................ 62 17.03 Cumulative Remedies............................................................................................................. 62 17.04 Survival of Obligations........................................................................................................... 63 17.05 Headings................................................................................................................................. 63 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: September 1,2025 2026 Concrete Restoration Contract 1 City Project No. 106177 00 72 00 -1 GENERAL CONDITIONS Pagel of 63 ARTICLE 1— DEFINITIONS AND TERMINOLOGY 1.01 Defined Terms A. Wherever used in these General Conditions or in other Contract Documents, the terms listed below have the meanings indicated which are applicable to both the singular and plural thereof, and words denoting gender shall include the masculine, feminine and neuter. Said terms are generally capitalized or written in italics, but not always. When used in a context consistent with the definition of a listed -defined term, the term shall have a meaning as defined below whether capitalized or italicized or otherwise. In addition to terms specifically defined, terms with initial capital letters in the Contract Documents include references to identified articles and paragraphs, and the titles of other documents or forms. 1. Addenda —Written or graphic instruments issued prior to the opening of Bids which clarify, correct, or change the Bidding Requirements or the proposed Contract Documents. 2. Agreement —The written instrument which is evidence of the agreement between City and Contractor covering the Work. 3. Application for Payment —The form acceptable to City which is to be used by Contractor during the course of the Work in requesting progress or final payments and which is to be accompanied by such supporting documentation as is required by the Contract Documents. 4. Asbestos —Any material that contains more than one percent asbestos and is friable or is releasing asbestos fibers into the air above current action levels established by the United States Occupational Safety and Health Administration. 5. Award — Authorization by the City Council for the City to enter into an Agreement. 6. Bid —The offer or proposal of a Bidder submitted on the prescribed form setting forth the prices for the Work to be performed. 7. Bidder —The individual or entity who submits a Bid directly to City. 8. Bidding Documents —The Bidding Requirements and the proposed Contract Documents (including all Addenda). 9. Bidding Requirements —The advertisement or Invitation to Bid, Instructions to Bidders, Bid security of acceptable form, if any, and the Bid Form with any supplements. 10. Business Day — A business day is defined as a day that the City conducts normal business, generally Monday through Friday, except for federal or state holidays observed by the City. 11. Calendar Day — A day consisting of 24 hours measured from midnight to the next midnight. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: September 1,2025 2026 Concrete Restoration Contract 1 City Podect No. 106177 00 72 00 -1 GENERAL CONDITIONS Page 2 of 63 12. Change Order A document, which is prepared and approved by the City, which is signed by Contractor and City and authorizes an addition, deletion, or revision in the Work or an adjustment in the Contract Price or the Contract Time, issued on or after the Effective Date of the Agreement. 13. City— The City of Fort Worth, Texas, a home -rule municipal corporation, authorized and chartered under the Texas State Statutes, acting by its governing body through its City Manager, his designee, or agents authorized under his behalf, each of which is required by Charter to perform specific duties with responsibility for final enforcement of the contracts involving the City of Fort Worth is by Charter vested in the City Manager and is the entity with whom Contractor has entered into the Agreement and for whom the Work is to be performed. 14. City Attorney — The officially appointed City Attorney of the City of Fort Worth, Texas, or his duly authorized representative. 15. City Council - The duly elected and qualified governing body of the City of Fort Worth, Texas. 16. City Manager — The officially appointed and authorized City Manager of the City of Fort Worth, Texas, or his duly authorized representative. 17. Contract Claim —A demand or assertion by City or Contractor seeking an adjustment of Contract Price or Contract Time, or both, or other relief with respect to the terms of the Contract. A demand for money or services by a third party is not a Contract Claim. 18. Contract —The entire and integrated written document between the City and Contractor concerning the Work. The Contract contains the Agreement and all Contract Documents and supersedes prior negotiations, representations, or agreements, whether written or oral. 19. Contract Documents —Those items so designated in the Agreement. All items listed in the Agreement are Contract Documents. Approved Submittals, other Contractor submittals, and the reports and drawings of subsurface and physical conditions are not Contract Documents. 20. Contract Price —The moneys payable by City to Contractor for completion of the Work in accordance with the Contract Documents as stated in the Agreement (subject to the provisions of Paragraph 11.03 in the case of Unit Price Work). 21. Contract Time —The number of days or the dates stated in the Agreement to: (i) achieve Milestones, if any and (ii) complete the Work so that it is ready for Final Acceptance. 22. Contractor —The individual or entity with whom City has entered into the Agreement. 23. Cost of the Work —See Paragraph 11.01 of these General Conditions for definition. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: September 1,2025 2026 Concrete Restoration Contract 1 City Podect No. 106177 00 72 00 -1 GENERAL CONDITIONS Page 3 of 63 24. Damage Claims — A demand for money or services arising from the Project or Site from a third party, City or Contractor exclusive of a Contract Claim. 25. Day or day — A day, unless otherwise defined, shall mean a Calendar Day. 26. Director of Aviation — The officially appointed Director of the Aviation Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 27. Director of Parks and Community Services — The officially appointed Director of the Parks and Community Services Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 28. Director of Planning and Development — The officially appointed Director of the Planning and Development Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 29. Director of Transportation Public Works — The officially appointed Director of the Transportation Public Works Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 30. Director of Water Department — The officially appointed Director of the Water Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 31. Drawings —That part of the Contract Documents prepared or approved by Engineer which graphically shows the scope, extent, and character of the Work to be performed by Contractor. Submittals are not Drawings as so defined. 32. Effective Date of the Agreement —The date indicated in the Agreement on which it becomes effective, but if no such date is indicated, it means the date on which the Agreement is signed and delivered by the last of the two parties to sign and deliver. 33. Engineer —The licensed professional engineer or engineering firm registered in the State of Texas performing professional services for the City. 34. Extra Work — Additional work made necessary by changes or alterations of the Contract Documents or of quantities or for other reasons for which no prices are provided in the Contract Documents. Extra work shall be part of the Work. 35. Field Order — A written order issued by City which requires changes in the Work but which does not involve a change in the Contract Price, Contract Time, or the intent of the Engineer. Field Orders are paid from Field Order Allowances incorporated into the Contract by funded work type at the time of award. 36. Final Acceptance — The written notice given by the City to the Contractor that the Work specified in the Contract Documents has been completed to the satisfaction of the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: September 1,2025 2026 Concrete Restoration Contract 1 City Podect No. 106177 00 72 00 -1 GENERAL CONDITIONS Page 4 of 63 37. Final Inspection — Inspection carried out by the City to verify that the Contractor has completed the Work, and each and every part or appurtenance thereof, fully, entirely, and in conformance with the Contract Documents. 38. General Requirements —Sections of Division 1 of the Contract Documents. 39. Hazardous Environmental Condition —The presence at the Site of Asbestos, PCBs, Petroleum, Hazardous Waste, Radioactive Material, or other materials in such quantities or circumstances that may present a substantial danger to persons or property exposed thereto. 40. Hazardous Waste —Hazardous waste is defined as any solid waste listed as hazardous or possesses one or more hazardous characteristics as defined in the federal waste regulations, as amended from time to time. 41. Laws and Regulations —Any and all applicable laws, rules, regulations, ordinances, codes, and orders of any and all governmental bodies, agencies, authorities, and courts having jurisdiction. 42. Liens —Charges, security interests, or encumbrances upon Project funds, real property, or personal property. 43. Major Item — An Item of work included in the Contract Documents that has a total cost equal to or greater than 5% of the original Contract Price or $25,000 whichever is less. 44. Milestone —A principal event specified in the Contract Documents relating to an intermediate Contract Time prior to Final Acceptance of the Work. 45. Notice of Award —The written notice by City to the Successful Bidder stating that upon timely compliance by the Successful Bidder with the conditions precedent listed therein, City will sign and deliver the Agreement. 46. Notice to Proceed —A written notice given by City to Contractor fixing the date on which the Contract Time will commence to run and on which Contractor shall start to perform the Work specified in Contract Documents. 47. PCBs —Polychlorinated biphenyls. 48. Petroleum —Petroleum, including crude oil or any fraction thereof which is liquid at standard conditions of temperature and pressure (60 degrees Fahrenheit and 14.7 pounds per square inch absolute), such as oil, petroleum, fuel oil, oil sludge, oil refuse, gasoline, kerosene, and oil mixed with other non -Hazardous Waste and crude oils. 49. Plans — See definition of Drawings. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: September 1,2025 2026 Concrete Restoration Contract 1 City Podect No. 106177 00 72 00 -1 GENERAL CONDITIONS Page 5 of 63 50. Project Schedule —A schedule, prepared and maintained by Contractor, in accordance with the General Requirements, describing the sequence and duration of the activities comprising the Contractor's plan to accomplish the Work within the Contract Time. 51. Project —The Work to be performed under the Contract Documents. 52. Project Manager —The authorized representative of the City who will be assigned to the Site. 53. Public Meeting — An announced meeting conducted by the City to facilitate public participation and to assist the public in gaining an informed view of the Project. 54. Radioactive Material —Source, special nuclear, or byproduct material as defined by the Atomic Energy Act of 1954 (42 USC Section 2011 et seq.) as amended from time to time. 55. Regular Working Hours — Hours beginning at 7:00 a.m. and ending at 6:00 p.m., Monday thru Friday (excluding legal holidays). 56. Samples —Physical examples of materials, equipment, or workmanship that are representative of some portion of the Work and which establish the standards by which such portion of the Work will be judged. 57. Schedule of Submittals —A schedule, prepared and maintained by Contractor, of required submittals and the time requirements to support scheduled performance of related construction activities. 58. Schedule of Values —A schedule, prepared and maintained by Contractor, allocating portions of the Contract Price to various portions of the Work and used as the basis for reviewing Contractor's Applications for Payment. 59. Site —Lands or areas indicated in the Contract Documents as being furnished by City upon which the Work is to be performed, including rights -of -way, permits, and easements for access thereto, and such other lands furnished by City which are designated for the use of Contractor. 60. Specifications —That part of the Contract Documents consisting of written requirements for materials, equipment, systems, standards and workmanship as applied to the Work, and certain administrative requirements and procedural matters applicable thereto. Specifications may be specifically made a part of the Contract Documents by attachment or, if not attached, may be incorporated by reference as indicated in the Table of Contents (Division 00 00 00) of each Project. 61. Subcontractor —An individual or entity having a direct contract with Contractor or with any other Subcontractor for the performance of a part of the Work at the Site. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: September 1,2025 2026 Concrete Restoration Contract 1 City Podect No. 106177 00 72 00 -1 GENERAL CONDITIONS Page 6 of 63 62. Submittals —All drawings, diagrams, illustrations, schedules, and other data or information which are specifically prepared or assembled by or for Contractor and submitted by Contractor to illustrate some portion of the Work. 63. Substantial Completion — The stage in the progress of the Project when the Work is sufficiently complete in accordance with the Contract Documents for Final Inspection. 64. Successful Bidder —The Bidder submitting the lowest and most responsive Bid to whom City makes an Award. 65. Superintendent — The representative of the Contractor who is available at all times and able to receive instructions from the City and to act for the Contractor. 66. Supplementary Conditions —That part of the Contract Documents which amends or supplements these General Conditions. 67. Supplier —A manufacturer, fabricator, supplier, distributor, materialman, or vendor having a direct contract with Contractor or with any Subcontractor to furnish materials or equipment to be incorporated in the Work by Contractor or Subcontractor. 68. Underground Facilities —All underground pipelines, conduits, ducts, cables, wires, manholes, vaults, tanks, tunnels, or other such facilities or attachments, and any encasements containing such facilities, including but not limited to, those that convey electricity, gases, steam, liquid petroleum products, telephone or other communications, cable television, water, wastewater, storm water, other liquids or chemicals, or traffic or other control systems. 69 Unit Price Work —See Paragraph 11.03 of these General Conditions for definition. 70. Weekend Working Hours — Hours beginning at 9:00 a.m. and ending at 5:00 p.m., Saturday, Sunday or legal holiday, as approved in advance by the City. 71. Work —The entire construction or the various separately identifiable parts thereof required to be provided under the Contract Documents. Work includes and is the result of performing or providing all labor, services, and documentation necessary to produce such construction including any Change Order or Field Order, and furnishing, installing, and incorporating all materials and equipment into such construction, all as required by the Contract Documents. 72. Working Day — A working day is defined as a day, not including Saturdays, Sundays, or legal holidays authorized by the City for contract purposes, in which weather or other conditions not under the control of the Contractor will permit the performance of the principal unit of work underway for a continuous period of not less than 7 hours between 7 a.m. and 6 p.m. 1.02 Terminology A. The words and terms discussed in Paragraph 1.02.B through E are not defined but, when used in the Bidding Requirements or Contract Documents, have the indicated meaning. B. Intent of Certain Terms or Adjectives: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: September 1,2025 2026 Concrete Restoration Contract 1 City Podect No. 106177 00 72 00 -1 GENERAL CONDITIONS Page 7 of 63 1. The Contract Documents include the terms "as allowed," "as approved," "as ordered," "as directed" or terms of like effect or import to authorize an exercise of judgment by City. In addition, the adjectives "reasonable," "suitable," "acceptable," "proper," "satisfactory," or adjectives of like effect or import are used to describe an action or determination of City as to the Work. It is intended that such exercise of professional judgment, action, or determination will be solely to evaluate, in general, the Work for compliance with the information in the Contract Documents and with the design concept of the Project as a functioning whole as shown or indicated in the Contract Documents (unless there is a specific statement indicating otherwise). C. Defective: 1. The word "defective," when modifying the word "Work," refers to Work that is unsatisfactory, faulty, or deficient in that it: a. does not conform to the Contract Documents; or b. does not meet the requirements of any applicable inspection, reference standard, test, or approval referred to in the Contract Documents; or c. has been damaged prior to City's written acceptance. D. Furnish, Install, Perform, Provide: 1. The word "Furnish" or the word "Install" or the word "Perform" or the word "Provide" or the word "Supply," or any combination or similar directive or usage thereof, shall mean furnishing and incorporating in the Work including all necessary labor, materials, equipment, and everything necessary to perform the Work indicated, unless specifically limited in the context used. E. Unless stated otherwise in the Contract Documents, words or phrases that have a well-known technical or construction industry or trade meaning are used in the Contract Documents in accordance with such recognized meaning. ARTICLE 2 — PRELIMINARY MATTERS 2.01 Copies of Documents City shall furnish to Contractor one (1) original executed copy and one (1) electronic copy of the Contract Documents, and four (4) additional copies of the Drawings. Additional copies will be furnished upon request at the cost of reproduction. 2.02 Commencement of Contract Time; Notice to Proceed The Contract Time will commence to run on the day indicated in the Notice to Proceed. A Notice to Proceed may be given no earlier than 14 days after the Effective Date of the Agreement, unless agreed to by both parties in writing. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: September 1,2025 2026 Concrete Restoration Contract 1 City Podect No. 106177 00 72 00 -1 GENERAL CONDITIONS Page 8 of 63 2.03 Starting the Work Contractor shall start to perform the Work on the date when the Contract Time commences to run. No Work shall be done at the Site prior to the date on which the Contract Time commences to run. 2.04 Before Starting Construction Baseline Schedules: Submit in accordance with the Contract Documents, and prior to starting the Work. 2.05 Preconstruction Conference Before any Work at the Site is started, the Contractor shall attend a Preconstruction Conference as specified in the Contract Documents. 2.06 Public Meeting Contractor may not mobilize any equipment, materials or resources to the Site prior to the Public Meeting if scheduled by the City. 2.07 Initial Acceptance of Schedules No progress payment shall be made to Contractor until acceptable schedules are submitted to City in accordance with the Schedule Specification as provided in the Contract Documents. ARTICLE 3 — CONTRACT DOCUMENTS: INTENT, AMENDING, REUSE 3.01 Intent A. The Contract Documents are complementary; what is required by one is as binding as if required by all. B. It is the intent of the Contract Documents to describe a functionally complete project (or part thereof) to be constructed in accordance with the Contract Documents. Any labor, documentation, services, materials, or equipment that reasonably may be inferred from the Contract Documents or from prevailing custom or trade usage as being required to produce the indicated result will be provided whether or not specifically called for, at no additional cost to City. C. Clarifications and interpretations of the Contract Documents shall be issued by City. D. The Specifications may vary in form, format and style. Some Specification sections may be written in varying degrees of streamlined or declarative style and some sections may be relatively narrative by comparison. Omission of such words and phrases as "the Contractor shall," "in conformity with," "as shown," or "as specified" are intentional in streamlined sections. Omitted words and phrases shall be supplied by inference. Similar types of provisions may appear in various parts of a section or articles within a part depending on the format of the CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: September 1,2025 2026 Concrete Restoration Contract 1 City Podect No. 106177 00 72 00 -1 GENERAL CONDITIONS Page 9 of 63 section. The Contractor shall not take advantage of any variation of form, format or style in making Contract Claims. E. The cross referencing of specification sections under the subparagraph heading "Related Sections include but are not necessarily limited to:" and elsewhere within each Specification section is provided as an aid and convenience to the Contractor. The Contractor shall not rely on the cross referencing provided and shall be responsible to coordinate the entire Work under the Contract Documents and provide a complete Project whether or not the cross referencing is provided in each section or whether or not the cross referencing is complete. 3.02 Reference Standards A. Standards, Specifications, Codes, Laws, and Regulations 1. Reference to standards, specifications, manuals, or codes of any technical society, organization, or association, or to Laws or Regulations, whether such reference be specific or by implication, shall mean the standard, specification, manual, code, or Laws or Regulations in effect at the time of opening of Bids (or on the Effective Date of the Agreement if there were no Bids), except as may be otherwise specifically stated in the Contract Documents. 2. No provision of any such standard, specification, manual, or code, or any instruction of a Supplier, shall be effective to change the duties or responsibilities of City, Contractor, or any of their subcontractors, consultants, agents, or employees, from those set forth in the Contract Documents. No such provision or instruction shall be effective to assign to City, or any of its officers, directors, members, partners, employees, agents, consultants, or subcontractors, any duty or authority to supervise or direct the performance of the Work or any duty or authority to undertake responsibility inconsistent with the provisions of the Contract Documents. 3.03 Reporting and Resolving Discrepancies A. Reporting Discrepancies: Contractor's Review of Contract Documents Before Starting Work: Before undertaking each part of the Work, Contractor shall carefully study and compare the Contract Documents and check and verify pertinent figures therein against all applicable field measurements and conditions. Contractor shall promptly report in writing to City any conflict, error, ambiguity, or discrepancy which Contractor discovers, or has actual knowledge of, and shall obtain a written interpretation or clarification from City before proceeding with any Work affected thereby. 2. Contractor's Review of Contract Documents During Performance of Work: If, during the performance of the Work, Contractor discovers any conflict, error, ambiguity, or discrepancy within the Contract Documents, or between the Contract Documents and (a) any applicable Law or Regulation, (b) any standard, specification, manual, or code, or (c) any instruction of any Supplier, then Contractor shall promptly report it to City in writing. Contractor shall not proceed with the Work affected thereby (except in an emergency as required by Paragraph CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: September 1,2025 2026 Concrete Restoration Contract 1 City Podect No. 106177 00 72 00 -1 GENERAL CONDITIONS Page 10 of 63 6.17.A) until an amendment or supplement to the Contract Documents has been issued by one of the methods indicated in Paragraph 3.04. 3. Contractor shall not be liable to City for failure to report any conflict, error, ambiguity, or discrepancy in the Contract Documents unless Contractor had actual knowledge thereof. B. Resolving Discrepancies: Except as may be otherwise specifically stated in the Contract Documents, the provisions of the Contract Documents shall take precedence in resolving any conflict, error, ambiguity, or discrepancy between the provisions of the Contract Documents and the provisions of any standard, specification, manual, or the instruction of any Supplier (whether or not specifically incorporated by reference in the Contract Documents). 2. In case of discrepancies, figured dimensions shall govern over scaled dimensions, Plans shall govern over Specifications, Supplementary Conditions shall govern over General Conditions and Specifications, and quantities shown on the Plans shall govern over those shown in the proposal. 3.04 Amending and Supplementing Contract Documents A. The Contract Documents may be amended to provide for additions, deletions, and revisions in the Work or to modify the terms and conditions thereof by a Change Order. B. The requirements of the Contract Documents may be supplemented, and minor variations and deviations in the Work not involving a change in Contract Price or Contract Time, may be authorized, by one or more of the following ways: 1. A Field Order; 2. City's review of a Submittal (subject to the provisions of Paragraph 6.18.C); or 3. City's written interpretation or clarification. 3.05 Reuse of Documents A. Contractor and any Subcontractor or Supplier shall not: 1. have or acquire any title to or ownership rights in any of the Drawings, Specifications, or other documents (or copies of any thereof) prepared by or bearing the seal of Engineer, including electronic media editions; or 2. reuse any such Drawings, Specifications, other documents, or copies thereof on extensions of the Project or any other project without written consent of City and specific written verification or adaptation by Engineer. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: September 1,2025 2026 Concrete Restoration Contract 1 City Podect No. 106177 00 72 00 -1 GENERAL CONDITIONS Page 11 of 63 B. The prohibitions of this Paragraph 3.05 will survive final payment, or termination of the Contract. Nothing herein shall preclude Contractor from retaining copies of the Contract Documents for record purposes. 3.06 Electronic Data A. Unless otherwise stated in the Supplementary Conditions, the data furnished by City or Engineer to Contractor, or by Contractor to City or Engineer, that may be relied upon are limited to the printed copies included in the Contract Documents (also known as hard copies) and other Specifications referenced and located on the City's on-line electronic document management and collaboration system site. Files in electronic media format of text, data, graphics, or other types are furnished only for the convenience of the receiving party. Any conclusion or information obtained or derived from such electronic files will be at the user's sole risk. If there is a discrepancy between the electronic files and the hard copies, the hard copies govern. B. When transferring documents in electronic media format, the transferring party makes no representations as to long term compatibility, usability, or readability of documents resulting from the use of software application packages, operating systems, or computer hardware differing from those used by the data's creator. ARTICLE 4 — AVAILABILITY OF LANDS; SUBSURFACE AND PHYSICAL CONDITIONS; HAZARDOUS ENVIRONMENTAL CONDITIONS; REFERENCE POINTS 4.01 Availability of Lands A. City shall furnish the Site. City shall notify Contractor of any encumbrances or restrictions not of general application but specifically related to use of the Site with which Contractor must comply in performing the Work. City will obtain in a timely manner and pay for easements for permanent structures or permanent changes in existing facilities. The City has obtained or anticipates acquisition of and/or access to right-of-way, and/or easements. Any outstanding right-of-way and/or easements are anticipated to be acquired in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding right-of-way, and/or easements. 2. The City has or anticipates removing and/or relocating utilities, and obstructions to the Site. Any outstanding removal or relocation of utilities or obstructions is anticipated in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding utilities or obstructions to be removed, adjusted, and/or relocated by others. B. Upon reasonable written request, City shall furnish Contractor with a current statement of record legal title and legal description of the lands upon which the Work is to be performed. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: September 1,2025 2026 Concrete Restoration Contract 1 City Podect No. 106177 00 72 00 -1 GENERAL CONDITIONS Page 12 of 63 C. Contractor shall provide for all additional lands and access thereto that may be required for construction facilities or storage of materials and equipment. 4.02 Subsurface and Physical Conditions A. Reports and Drawings: The Supplementary Conditions identify: 1. those reports known to City of explorations and tests of subsurface conditions at or contiguous to the Site; and 2. those drawings known to City of physical conditions relating to existing surface or subsurface structures at the Site (except Underground Facilities). B. Limited Reliance by Contractor on Technical Data Authorized: Contractor may rely upon the accuracy of the "technical data" contained in such reports and drawings, but such reports and drawings are not Contract Documents. Such "technical data" is identified in the Supplementary Conditions. Contractor may not make any Contract Claim against City, or any of their officers, directors, members, partners, employees, agents, consultants, or subcontractors with respect to: 1. the completeness of such reports and drawings for Contractor's purposes, including, but not limited to, any aspects of the means, methods, techniques, sequences, and procedures of construction to be employed by Contractor, and safety precautions and programs incident thereto; or 2. other data, interpretations, opinions, and information contained in such reports or shown or indicated in such drawings; or 3. any Contractor interpretation of or conclusion drawn from any "technical data" or any such other data, interpretations, opinions, or information. 4.03 Differing Subsurface or Physical Conditions A. Notice: If Contractor believes that any subsurface or physical condition that is uncovered or revealed either: 1. is of such a nature as to establish that any "technical data" on which Contractor is entitled to rely as provided in Paragraph 4.02 is materially inaccurate; or 2. is of such a nature as to require a change in the Contract Documents; or 3. differs materially from that shown or indicated in the Contract Documents; or 4. is of an unusual nature, and differs materially from conditions ordinarily encountered and generally recognized as inherent in work of the character provided for in the Contract Documents; CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: September 1,2025 2026 Concrete Restoration Contract 1 City Podect No. 106177 00 72 00 -1 GENERAL CONDITIONS Page 13 of 63 then Contractor shall, promptly after becoming aware thereof and before further disturbing the subsurface or physical conditions or performing any Work in connection therewith (except in an emergency as required by Paragraph 6.17.A), notify City in writing about such condition. B. Possible Price and Time Adjustments Contractor shall not be entitled to any adjustment in the Contract Price or Contract Time if: 1. Contractor knew of the existence of such conditions at the time Contractor made a final commitment to City with respect to Contract Price and Contract Time by the submission of a Bid or becoming bound under a negotiated contract; or 2. the existence of such condition could reasonably have been discovered or revealed as a result of the examination of the Contract Documents or the Site; or 3. Contractor failed to give the written notice as required by Paragraph 4.03.A. 4.04 Underground Facilities A. Shown or Indicated: The information and data shown or indicated in the Contract Documents with respect to existing Underground Facilities at or contiguous to the Site is based on information and data furnished to City or Engineer by the owners of such Underground Facilities, including City, or by others. Unless it is otherwise expressly provided in the Supplementary Conditions: 1. City and Engineer shall not be responsible for the accuracy or completeness of any such information or data provided by others; and 2. the cost of all of the following will be included in the Contract Price, and Contractor shall have full responsibility for: a. reviewing and checking all such information and data; b. locating all Underground Facilities shown or indicated in the Contract Documents; c. coordination and adjustment of the Work with the owners of such Underground Facilities, including City, during construction; and d. the safety and protection of all such Underground Facilities and repairing any damage thereto resulting from the Work. B. Not Shown or Indicated: 1. If an Underground Facility which conflicts with the Work is uncovered or revealed at or contiguous to the Site which was not shown or indicated, or not shown or indicated with reasonable accuracy in the Contract Documents, Contractor shall, promptly after becoming aware thereof and before further disturbing conditions affected thereby or performing any CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: September 1,2025 2026 Concrete Restoration Contract 1 City Podect No. 106177 00 72 00 -1 GENERAL CONDITIONS Page 14 of 63 Work in connection therewith (except in an emergency as required by Paragraph 6.17.A), identify the owner of such Underground Facility and give notice to that owner and to City. City will review the discovered Underground Facility and determine the extent, if any, to which a change may be required in the Contract Documents to reflect and document the consequences of the existence or location of the Underground Facility. Contractor shall be responsible for the safety and protection of such discovered Underground Facility. 2. If City concludes that a change in the Contract Documents is required, a Change Order may be issued to reflect and document such consequences. 3. Verification of existing utilities, structures, and service lines shall include notification of all utility companies a minimum of 48 hours in advance of construction including exploratory excavation if necessary. 4.05 Reference Points A. City shall provide engineering surveys to establish reference points for construction, which in City's judgment are necessary to enable Contractor to proceed with the Work. City will provide construction stakes or other customary method of marking to establish line and grades for roadway and utility construction, centerlines and benchmarks for bridgework. Contractor shall protect and preserve the established reference points and property monuments, and shall make no changes or relocations. Contractor shall report to City whenever any reference point or property monument is lost or destroyed or requires relocation because of necessary changes in grades or locations. The City shall be responsible for the replacement or relocation of reference points or property monuments not carelessly or willfully destroyed by the Contractor. The Contractor shall notify City in advance and with sufficient time to avoid delays. B. Whenever, in the opinion of the City, any reference point or monument has been carelessly or willfully destroyed, disturbed, or removed by the Contractor or any of his employees, the full cost for replacing such points plus 25% will be charged against the Contractor, and the full amount will be deducted from payment due the Contractor. 4.06 Hazardous Environmental Condition at Site A. Reports and Drawings: The Supplementary Conditions identify those reports and drawings known to City relating to Hazardous Environmental Conditions that have been identified at the Site. B. Limited Reliance by Contractor on Technical Data Authorized: Contractor may rely upon the accuracy of the "technical data" contained in such reports and drawings, but such reports and drawings are not Contract Documents. Such "technical data" is identified in the Supplementary Conditions. Contractor may not make any Contract Claim against City, or any of their officers, directors, members, partners, employees, agents, consultants, or subcontractors with respect to: 1. the completeness of such reports and drawings for Contractor's purposes, including, but not limited to, any aspects of the means, methods, techniques, sequences and procedures of CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: September 1,2025 2026 Concrete Restoration Contract 1 City Podect No. 106177 00 72 00 -1 GENERAL CONDITIONS Page 15 of 63 construction to be employed by Contractor and safety precautions and programs incident thereto; or 2. other data, interpretations, opinions and information contained in such reports or shown or indicated in such drawings; or 3. any Contractor interpretation of or conclusion drawn from any "technical data" or any such other data, interpretations, opinions or information. C. Contractor shall not be responsible for any Hazardous Environmental Condition uncovered or revealed at the Site which was not shown or indicated in Drawings or Specifications or identified in the Contract Documents to be within the scope of the Work. Contractor shall be responsible for a Hazardous Environmental Condition created with any materials brought to the Site by Contractor, Subcontractors, Suppliers, or anyone else for whom Contractor is responsible. D. If Contractor encounters a Hazardous Environmental Condition or if Contractor or anyone for whom Contractor is responsible creates a Hazardous Environmental Condition, Contractor shall immediately: (i) secure or otherwise isolate such condition; (ii) stop all Work in connection with such condition and in any area affected thereby (except in an emergency as required by Paragraph 6.17.A); and (iii) notify City (and promptly thereafter confirm such notice in writing). City may consider the necessity to retain a qualified expert to evaluate such condition or take corrective action, if any. E. Contractor shall not be required to resume Work in connection with such condition or in any affected area until after City has obtained any required permits related thereto and delivered written notice to Contractor: (i) specifying that such condition and any affected area is or has been rendered suitable for the resumption of Work; or (ii) specifying any special conditions under which such Work may be resumed. F. If after receipt of such written notice Contractor does not agree to resume such Work based on a reasonable belief it is unsafe, or does not agree to resume such Work under such special conditions, then City may order the portion of the Work that is in the area affected by such condition to be deleted from the Work. City may have such deleted portion of the Work performed by City's own forces or others. G. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold harmless City, from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to a Hazardous Environmental Condition created by Contractor or by anyone for whom Contractor is responsible. Nothing in this Paragraph 4.06. G shall obligate Contractor to indemnify any individual or entity from and against the consequences of that individual's or entity's own negligence. H. The provisions of Paragraphs 4.02, 4.03, and 4.04 do not apply to a Hazardous Environmental Condition uncovered or revealed at the Site. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: September 1,2025 2026 Concrete Restoration Contract 1 City Podect No. 106177 00 72 00 -1 GENERAL CONDITIONS Page 16 of 63 ARTICLE 5 — BONDS AND INSURANCE 5.01 Licensed Sureties and Insurers All bonds and insurance required by the Contract Documents to be purchased and maintained by Contractor shall be obtained from surety or insurance companies that are duly licensed or authorized in the State of Texas to issue bonds or insurance policies for the limits and coverages so required. Such surety and insurance companies shall also meet such additional requirements and qualifications as may be provided in the Supplementary Conditions. 5.02 Performance, Payment, and Maintenance Bonds A. Contractor shall furnish performance and payment bonds, in accordance with Texas Government Code Chapter 2253 or successor statute, each in an amount equal to the Contract Price as security for the faithful performance and payment of all of Contractor's obligations under the Contract Documents. B. Contractor shall furnish maintenance bonds in an amount equal to the Contract Price as security to protect the City against any defects in any portion of the Work described in the Contract Documents. Maintenance bonds shall remain in effect for two (2) years after the date of Final Acceptance by the City. C. All bonds shall be in the form prescribed by the Contract Documents except as provided otherwise by Laws or Regulations, and shall be executed by such sureties as are named in the list of "Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Companies" as published in Circular 570 (amended) by the Financial Management Service, Surety Bond Branch, U.S. Department of the Treasury. All bonds signed by an agent or attorney -in -fact must be accompanied by a sealed and dated power of attorney which shall show that it is effective on the date the agent or attorney -in -fact signed each bond. D. If the surety on any bond furnished by Contractor is declared bankrupt or becomes insolvent or its right to do business is terminated in the State of Texas or it ceases to meet the requirements of Paragraph 5.02.C, Contractor shall promptly notify City and shall, within 30 days after the event giving rise to such notification, provide another bond and surety, both of which shall comply with the requirements of Paragraphs 5.01 and 5.02.C. 5.03 Certificates oflnsurance Contractor shall deliver to City, with copies to each additional insured and loss payee identified in the Supplementary Conditions, certificates of insurance (other evidence of insurance requested by City or any other additional insured) in at least the minimum amount as specified in the Supplementary Conditions which Contractor is required to purchase and maintain. 1. The certificate of insurance shall document the City, and all identified entities named in the Supplementary Conditions as "Additional Insured" on all liability policies. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: September 1,2025 2026 Concrete Restoration Contract 1 City Podect No. 106177 00 72 00 -1 GENERAL CONDITIONS Page 17 of 63 2. The Contractor's general liability insurance shall include a, "per project" or "per location", endorsement, which shall be identified in the certificate of insurance provided to the City. 3. The certificate shall be signed by an agent authorized to bind coverage on behalf of the insured, be complete in its entirety, and show complete insurance carrier names as listed in the current A.M. Best Property & Casualty Guide 4. The insurers for all policies must be licensed and/or approved to do business in the State of Texas. Except for workers' compensation, all insurers must have a minimum rating of A-: VII in the current A. M. Best Key Rating Guide or have reasonably equivalent financial strength and solvency to the satisfaction of Risk Management. If the rating is below that required, written approval of City is required. 5. All applicable policies shall include a Waiver of Subrogation (Rights of Recovery) in favor of the City. In addition, the Contractor agrees to waive all rights of subrogation against the Engineer (if applicable), and each additional insured identified in the Supplementary Conditions 6. Failure of the City to demand such certificates or other evidence of full compliance with the insurance requirements or failure of the City to identify a deficiency from evidence that is provided shall not be construed as a waiver of Contractor's obligation to maintain such lines of insurance coverage. 7. If insurance policies are not written for specified coverage limits, an Umbrella or Excess Liability insurance for any differences is required. Excess Liability shall follow form of the primary coverage. 8. Unless otherwise stated, all required insurance shall be written on the "occurrence basis". If coverage is underwritten on a claims -made basis, the retroactive date shall be coincident with or prior to the date of the effective date of the agreement and the certificate of insurance shall state that the coverage is claims -made and the retroactive date. The insurance coverage shall be maintained for the duration of the Contract and for three (3) years following Final Acceptance provided under the Contract Documents or for the warranty period, whichever is longer. An annual certificate of insurance submitted to the City shall evidence such insurance coverage. 9. Policies shall have no exclusions by endorsements, which, neither nullify or amend, the required lines of coverage, nor decrease the limits of said coverage unless such endorsements are approved in writing by the City. In the event a Contract has been bid or executed and the exclusions are determined to be unacceptable or the City desires additional insurance coverage, and the City desires the contractor/engineer to obtain such coverage, the contract price shall be adjusted by the cost of the premium for such additional coverage plus 10%. 10. Any self -insured retention (SIR), in excess of $25,000.00, affecting required insurance coverage shall be approved by the City in regards to asset value and stockholders' equity. In CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: September 1,2025 2026 Concrete Restoration Contract 1 City Podect No. 106177 00 72 00 -1 GENERAL CONDITIONS Page 18 of 63 lieu of traditional insurance, alternative coverage maintained through insurance pools or risk retention groups, must also be approved by City. 11. Any deductible in excess of $5,000.00, for any policy that does not provide coverage on a first -dollar basis, must be acceptable to and approved by the City. 12. City, at its sole discretion, reserves the right to review the insurance requirements and to make reasonable adjustments to insurance coverage's and their limits when deemed necessary and prudent by the City based upon changes in statutory law, court decision or the claims history of the industry as well as of the contracting party to the City. The City shall be required to provide prior notice of 90 days, and the insurance adjustments shall be incorporated into the Work by Change Order. 13. City shall be entitled, upon written request and without expense, to receive copies of policies and endorsements thereto and may make any reasonable requests for deletion or revision or modifications of particular policy terms, conditions, limitations, or exclusions necessary to conform the policy and endorsements to the requirements of the Contract. Deletions, revisions, or modifications shall not be required where policy provisions are established by law or regulations binding upon either parry or the underwriter on any such policies. 14. City shall not be responsible for the direct payment of insurance premium costs for Contractor's insurance. 5.04 Contractor's Insurance A. Workers Compensation and Employers' Liability. Contractor shall purchase and maintain such insurance coverage with limits consistent with statutory benefits outlined in the Texas Workers' Compensation Act (Texas Labor Code, Ch. 406, as amended), and minimum limits for Employers' Liability as is appropriate for the Work being performed and as will provide protection from claims set forth below which may arise out of or result from Contractor's performance of the Work and Contractor's other obligations under the Contract Documents, whether it is to be performed by Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts any of them may be liable: 1. claims under workers' compensation, disability benefits, and other similar employee benefit acts; 2. claims for damages because of bodily injury, occupational sickness or disease, or death of Contractor's employees. B. Commercial General Liability. Coverage shall include but not be limited to covering liability (bodily injury or property damage) arising from: premises/operations, independent contractors, products/completed operations, personal injury, and liability under an insured contract. Insurance shall be provided on an occurrence basis, and as comprehensive as the current Insurance Services Office (ISO) policy. This insurance shall apply as primary insurance with respect to any other CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: September 1,2025 2026 Concrete Restoration Contract 1 City Podect No. 106177 00 72 00 -1 GENERAL CONDITIONS Page 19 of 63 insurance or self-insurance programs afforded to the City. The Commercial General Liability policy, shall have no exclusions by endorsements that would alter of nullify premises/operations, products/completed operations, contractual, personal injury, or advertising injury, which are normally contained with the policy, unless the City approves such exclusions in writing. For construction projects that present a substantial completed operation exposure, the City may require the contractor to maintain completed operations coverage for a minimum of no less than three (3) years following the completion of the project (if identified in the Supplementary Conditions). C. Automobile Liability. A commercial business auto policy shall provide coverage on "any auto", defined as autos owned, hired and non -owned and provide indemnity for claims for damages because bodily injury or death of any person and or property damage arising out of the work, maintenance or use of any motor vehicle by the Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts any of them may be liable. D. Railroad Protective Liability. If any of the work or any warranty work is within the limits of railroad right-of-way, the Contractor shall comply with the requirements identified in the Supplementary Conditions. E. Notification of Policy Cancellation: Contractor shall immediately notify City upon cancellation or other loss of insurance coverage. Contractor shall stop work until replacement insurance has been procured. There shall be no time credit for days not worked pursuant to this section. 5.05 Acceptance of Bonds and Insurance; Option to Replace If City has any objection to the coverage afforded by or other provisions of the bonds or insurance required to be purchased and maintained by the Contractor in accordance with Article 5 on the basis of non-conformance with the Contract Documents, the City shall so notify the Contractor in writing within 10 Business Days after receipt of the certificates (or other evidence requested). Contractor shall provide to the City such additional information in respect of insurance provided as the City may reasonably request. If Contractor does not purchase or maintain all of the bonds and insurance required by the Contract Documents, the City shall notify the Contractor in writing of such failure prior to the start of the Work, or of such failure to maintain prior to any change in the required coverage. ARTICLE 6 — CONTRACTOR'S RESPONSIBILITIES 6.01 Supervision and Superintendence A. Contractor shall supervise, inspect, and direct the Work competently and efficiently, devoting such attention thereto and applying such skills and expertise as may be necessary to perform the Work in accordance with the Contract Documents. Contractor shall be solely responsible for the means, methods, techniques, sequences, and procedures of construction. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: September 1,2025 2026 Concrete Restoration Contract 1 City Podect No. 106177 00 72 00 -1 GENERAL CONDITIONS Page 20 of 63 B. At all times during the progress of the Work, Contractor shall assign a competent, English- speaking, Superintendent who shall not be replaced without written notice to City. The Superintendent will be Contractor's representative at the Site and shall have authority to act on behalf of Contractor. All communication given to or received from the Superintendent shall be binding on Contractor. C. Contractor shall notify the City 24 hours prior to moving areas during the sequence of construction. 6.02 Labor; Working Hours A. Contractor shall provide competent, suitably qualified personnel to perform construction as required by the Contract Documents. Contractor shall at all times maintain good discipline and order at the Site. B. Except as otherwise required for the safety or protection of persons or the Work or property at the Site or adjacent thereto, and except as otherwise stated in the Contract Documents, all Work at the Site shall be performed during Regular Working Hours. Contractor will not permit the performance of Work beyond Regular Working Hours or for Weekend Working Hours without City's written consent (which will not be unreasonably withheld). Written request (by letter or electronic communication) to perform Work: for beyond Regular Working Hours request must be made by noon at least two (2) Business Days prior 2. for Weekend Working Hours request must be made by noon of the preceding Thursday 3. for legal holidays request must be made by noon two Business Days prior to the legal holiday. 6.03 Services, Materials, and Equipment A. Unless otherwise specified in the Contract Documents, Contractor shall provide and assume full responsibility for all services, materials, equipment, labor, transportation, construction equipment and machinery, tools, appliances, fuel, power, light, heat, telephone, water, sanitary facilities, temporary facilities, and all other facilities and incidentals necessary for the performance, Contractor required testing, start-up, and completion of the Work. B. All materials and equipment incorporated into the Work shall be as specified or, if not specified, shall be of good quality and new, except as otherwise provided in the Contract Documents. All special warranties and guarantees required by the Specifications shall expressly run to the benefit of City. If required by City, Contractor shall furnish satisfactory evidence (including reports of required tests) as to the source, kind, and quality of materials and equipment. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: September 1,2025 2026 Concrete Restoration Contract 1 City Podect No. 106177 00 72 00 -1 GENERAL CONDITIONS Page 21 of 63 C. All materials and equipment to be incorporated into the Work shall be stored, applied, installed, connected, erected, protected, used, cleaned, and conditioned in accordance with instructions of the applicable Supplier, except as otherwise may be provided in the Contract Documents. D. All items of standard equipment to be incorporated into the Work shall be the latest model at the time of bid, unless otherwise specified. 6.04 Project Schedule A. Contractor shall adhere to the Project Schedule established in accordance with Paragraph 2.07 and the General Requirements as it may be adjusted from time to time as provided below. 1. Contractor shall submit to City for acceptance (to the extent indicated in Paragraph 2.07 and the General Requirements) proposed adjustments in the Project Schedule that will not result in changing the Contract Time. Such adjustments will comply with any provisions of the General Requirements applicable thereto. 2. Contractor shall submit to City a monthly Project Schedule with a monthly progress payment for the duration of the Contract in accordance with the schedule specification 01 32 16. 3. Proposed adjustments in the Project Schedule that will change the Contract Time shall be submitted in accordance with the requirements of Article 12. Adjustments in Contract Time may only be made by a Change Order. 6.05 Substitutes and "Or -Equals " A. Whenever an item of material or equipment is specified or described in the Contract Documents by using the name of a proprietary item or the name of a particular Supplier, the specification or description is intended to establish the type, function, appearance, and quality required. Unless the specification or description contains or is followed by words reading that no like, equivalent, or "or -equal" item or no substitution is permitted, other items of material or equipment of other Suppliers may be submitted to City for review under the circumstances described below. "Or -Equal " Items: If in City's sole discretion an item of material or equipment proposed by Contractor is functionally equal to that named and sufficiently similar so that no change in related Work will be required, it may be considered by City as an "or -equal" item, in which case review and approval of the proposed item may, in City's sole discretion, be accomplished without compliance with some or all of the requirements for approval of proposed substitute items. For the purposes of this Paragraph 6.05.A.1, a proposed item of material or equipment will be considered functionally equal to an item so named if: a. the City determines that: 1) it is at least equal in materials of construction, quality, durability, appearance, strength, and design characteristics; CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: September 1,2025 2026 Concrete Restoration Contract 1 City Podect No. 106177 00 72 00 -1 GENERAL CONDITIONS Page 22 of 63 2) it will reliably perform at least equally well the function and achieve the results imposed by the design concept of the completed Project as a functioning whole; and 3) it has a proven record of performance and availability of responsive service; and b. Contractor certifies that, if approved and incorporated into the Work: 1) there will be no increase in cost to the City or increase in Contract Time; and 2) it will conform substantially to the detailed requirements of the item named in the Contract Documents. 2. Substitute Items: a. If in City's sole discretion an item of material or equipment proposed by Contractor does not qualify as an "or -equal" item under Paragraph 6.05.A.1, it may be submitted as a proposed substitute item. b. Contractor shall submit sufficient information as provided below to allow City to determine if the item of material or equipment proposed is essentially equivalent to that named and an acceptable substitute therefor. Requests for review of proposed substitute items of material or equipment will not be accepted by City from anyone other than Contractor. c. Contractor shall make written application to City for review of a proposed substitute item of material or equipment that Contractor seeks to furnish or use. The application shall comply with Section 0125 00 and: 1) shall certify that the proposed substitute item will: a) perform adequately the functions and achieve the results called for by the general design; b) be similar in substance to that specified; c) be suited to the same use as that specified; and 2) will state: a) the extent, if any, to which the use of the proposed substitute item will prejudice Contractor's achievement of final completion on time; b) whether use of the proposed substitute item in the Work will require a change in any of the Contract Documents (or in the provisions of any other direct contract with City for other work on the Project) to adapt the design to the proposed substitute item; CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: September 1,2025 2026 Concrete Restoration Contract 1 City Podect No. 106177 00 72 00 -1 GENERAL CONDITIONS Page 23 of 63 c) whether incorporation or use of the proposed substitute item in connection with the Work is subject to payment of any license fee or royalty; and 3) will identify: a) all variations of the proposed substitute item from that specified; b) available engineering, sales, maintenance, repair, and replacement services; and 4) shall contain an itemized estimate of all costs or credits that will result directly or indirectly from use of such substitute item, including costs of redesign and Damage Claims of other contractors affected by any resulting change. B. Substitute Construction Methods or Procedures: If a specific means, method, technique, sequence, or procedure of construction is expressly required by the Contract Documents, Contractor may furnish or utilize a substitute means, method, technique, sequence, or procedure of construction approved by City. Contractor shall submit sufficient information to allow City, in City's sole discretion, to determine that the substitute proposed is equivalent to that expressly called for by the Contract Documents. Contractor shall make written application to City for review in the same manner as those provided in Paragraph 6.05.A.2. C. City's Evaluation: City will be allowed a reasonable time within which to evaluate each proposal or submittal made pursuant to Paragraphs 6.05.A and 6.05.B. City may require Contractor to furnish additional data about the proposed substitute. City will be the sole judge of acceptability. No "or -equal" or substitute will be ordered, installed or utilized until City's review is complete, which will be evidenced by a Change Order in the case of a substitute and an accepted Submittal for an "or -equal." City will advise Contractor in writing of its determination. D. Special Guarantee: City may require Contractor to furnish at Contractor's expense a special performance guarantee, warranty, or other surety with respect to any substitute. Contractor shall indemnify and hold harmless City and anyone directly or indirectly employed by them from and against any and all claims, damages, losses and expenses (including attorneys fees) arising out of the use of substituted materials or equipment. E. City's Cost Reimbursement: City will record City's costs in evaluating a substitute proposed or submitted by Contractor pursuant to Paragraphs 6.05.A.2 and 6.05.13. Whether or not City approves a substitute so proposed or submitted by Contractor, Contractor may be required to reimburse City for evaluating each such proposed substitute. Contractor may also be required to reimburse City for the charges for making changes in the Contract Documents (or in the provisions of any other direct contract with City) resulting from the acceptance of each proposed substitute. F. Contractor's Expense: Contractor shall provide all data in support of any proposed substitute or "or -equal" at Contractor's expense. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: September 1,2025 2026 Concrete Restoration Contract 1 City Podect No. 106177 00 72 00 -1 GENERAL CONDITIONS Page 24 of 63 G. City Substitute Reimbursement: Costs (savings or charges) attributable to acceptance of a substitute shall be incorporated to the Contract by Change Order. H. Time Extensions: No additional time will be granted for substitutions. 6.06 Concerning Subcontractors, Suppliers, and Others A. Contractor shall perform with his own organization, work of a value not less than 35% of the value embraced on the Contract, unless otherwise approved by the City. B. Contractor shall not employ any Subcontractor, Supplier, or other individual or entity, whether initially or as a replacement, against whom City may have reasonable objection. Contractor shall not be required to employ any Subcontractor, Supplier, or other individual or entity to furnish or perform any of the Work against whom Contractor has reasonable objection (excluding those acceptable to City as indicated in Paragraph 6.06.C). C. The City may from time to time require the use of certain Subcontractors, Suppliers, or other individuals or entities on the project, and will provide such requirements in the Supplementary Conditions. D. Small Business Goal Compliance: It is City policy to foster competition, expand the supplier base, and promote and encourage the participation of small business firms in the City's contracting opportunities. If the Contract Documents provide for a small business goal, Contractor shall comply with the City's Small Business Ordinance (as amended) by the following: 1. Contractor shall, upon request by City, provide complete and accurate information regarding actual work performed by a contracted small business and payment therefor. 2. Contractor will not make additions, deletions, or substitutions of accepted small businesses without written consent of the City. Any unjustified change or deletion shall be a material breach of Contract and may result in debarment. 3. Contractor shall, upon request by City, allow an audit and/or examination of any books, records, or files in the possession of the Contractor that will substantiate the actual work performed by the small business(es). Material misrepresentation of any nature may be grounds for termination of the Contract in accordance with Paragraph 15.02.A. Any such misrepresentation may be grounds for the disqualification of the Contractor to bid on future contracts with the City for a period of not less than one year. E. Contractor shall be fully responsible to City for all acts and omissions of the Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Work just as Contractor is responsible for Contractor's own acts and omissions. Nothing in the Contract Documents: shall create for the benefit of any such Subcontractor, Supplier, or other individual or entity any contractual relationship between City and any such Subcontractor, Supplier or other individual or entity; nor CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: September 1,2025 2026 Concrete Restoration Contract 1 City Podect No. 106177 00 72 00 -1 GENERAL CONDITIONS Page 25 of 63 2. shall create any obligation on the part of City to pay or to see to the payment of any moneys due any such Subcontractor, Supplier, or other individual or entity except as may otherwise be required by Laws and Regulations. F. Contractor shall be solely responsible for scheduling and coordinating the Work of Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Work under a direct or indirect contract with Contractor. G. All Subcontractors, Suppliers, and such other individuals or entities performing or furnishing any of the Work shall communicate with City through Contractor. H. All Work performed for Contractor by a Subcontractor or Supplier will be pursuant to an appropriate agreement between Contractor and the Subcontractor or Supplier which specifically binds the Subcontractor or Supplier to the applicable terms and conditions of the Contract Documents for the benefit of City. 6.07 Wage Rates A. Duty to pay Prevailing Wage Rates. The Contractor shall comply with all requirements of Chapter 2258, Texas Government Code (as amended), including the payment of not less than the rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258. Such prevailing wage rates are included in these Contract Documents. B. Penalty for Violation. A Contractor or any Subcontractor who does not pay the prevailing wage shall, upon demand made by the City, pay to the City $60 for each worker employed for each calendar day or part of the day that the worker is paid less than the prevailing wage rates stipulated in these contract documents. This penalty shall be retained by the City to offset its administrative costs, pursuant to Texas Government Code 2258.023. C. Complaints of Violations and City Determination of Good Cause. On receipt of information, including a complaint by a worker, concerning an alleged violation of 2258.023, Texas Government Code, by a Contractor or Subcontractor, the City shall make an initial determination, before the 31st day after the date the City receives the information, as to whether good cause exists to believe that the violation occurred. The City shall notify in writing the Contractor or Subcontractor and any affected worker of its initial determination. Upon the City's determination that there is good cause to believe the Contractor or Subcontractor has violated Chapter 2258, the City shall retain the full amounts claimed by the claimant or claimants as the difference between wages paid and wages due under the prevailing wage rates, such amounts being subtracted from successive progress payments pending a final determination of the violation. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: September 1,2025 2026 Concrete Restoration Contract 1 City Podect No. 106177 00 72 00 -1 GENERAL CONDITIONS Page 26 of 63 D. Arbitration Required if Violation Not Resolved. An issue relating to an alleged violation of Section 2258.023, Texas Government Code, including a penalty owed to the City or an affected worker, shall be submitted to binding arbitration in accordance with the Texas General Arbitration Act (Article 224 et seq., Revised Statutes) if the Contractor or Subcontractor and any affected worker does not resolve the issue by agreement before the 15th day after the date the City makes its initial determination pursuant to Paragraph C above. If the persons required to arbitrate under this section do not agree on an arbitrator before the 1 Ith day after the date that arbitration is required, a district court shall appoint an arbitrator on the petition of any of the persons. The City is not a party in the arbitration. The decision and award of the arbitrator is final and binding on all parties and may be enforced in any court of competent jurisdiction. E. Records to be Maintained. The Contractor and each Subcontractor shall, for a period of three (3) years following the date of acceptance of the work, maintain records that show (i) the name and occupation of each worker employed by the Contractor in the construction of the Work provided for in this Contract; and (ii) the actual per diem wages paid to each worker. The records shall be open at all reasonable hours for inspection by the City. The provisions of Paragraph 6.23, Right to Audit, shall pertain to this inspection. F. Affadavit. Contractor shall submit an affidavit stating that the Contractor has complied with the requirements of Chapter 2258, Texas Government Code related to paying prevailing wage rates on completion of the project. G. Posting of Wage Rates. The Contractor shall post prevailing wage rates in a conspicuous place at all times. H. Subcontractor Compliance. The Contractor shall include in its subcontracts and/or shall otherwise require all of its Subcontractors to comply with Paragraphs A through G above. 6.08 Patent Fees and Royalties A. Contractor shall pay all license fees and royalties and assume all costs incident to the use in the performance of the Work or the incorporation in the Work of any invention, design, process, product, or device which is the subject of patent rights or copyrights held by others. If a particular invention, design, process, product, or device is specified in the Contract Documents for use in the performance of the Work and if, to the actual knowledge of City, its use is subject to patent rights or copyrights calling for the payment of any license fee or royalty to others, the existence of such rights shall be disclosed by City in the Contract Documents. Failure of the City to disclose such information does not relieve the Contractor from its obligations to pay for the use of said fees or royalties to others. B. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold harmless City, from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to any infringement of patent rights or copyrights incident to the use in the performance of the Work or resulting from CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: September 1,2025 2026 Concrete Restoration Contract 1 City Podect No. 106177 00 72 00 -1 GENERAL CONDITIONS Page 27 of 63 the incorporation in the Work of any invention, design, process, product, or device not specified in the Contract Documents. 6.09 Permits and Utilities A. Contractor obtained permits and licenses. Contractor shall obtain and pay for all construction permits and licenses except those provided for in the Supplementary Conditions or Contract Documents. City shall assist Contractor, when necessary, in obtaining such permits and licenses. Contractor shall pay all governmental charges and inspection fees necessary for the prosecution of the Work which are applicable at the time of opening of Bids, or, if there are no Bids, on the Effective Date of the Agreement, except for permits provided by the City as specified in 6.09.13. City shall pay all charges of utility owners for connections for providing permanent service to the Work. B. City obtained permits and licenses. City will obtain and pay for all permits and licenses as provided for in the Supplementary Conditions or Contract Documents. It will be the Contractor's responsibility to carry out the provisions of the permit. If the Contractor initiates changes to the Contract and the City approves the changes, the Contractor is responsible for obtaining clearances and coordinating with the appropriate regulatory agency. The City will not reimburse the Contractor for any cost associated with these requirements of any City acquired permit. The following are permits the City will obtain if required: 1. Texas Department of Transportation Permits 2. U.S. Army Corps of Engineers Permits 3. Texas Commission on Environmental Quality Permits 4. Railroad Company Permits C. Outstanding permits and licenses. The City anticipates acquisition of and/or access to permits and licenses. Any outstanding permits and licenses are anticipated to be acquired in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding permits and licenses. 6.10 Laws and Regulations A. Contractor shall give all notices required by and shall comply with all Laws and Regulations applicable to the performance of the Work. Except where otherwise expressly required by applicable Laws and Regulations, the City shall not be responsible for monitoring Contractor's compliance with any Laws or Regulations. B. If Contractor performs any Work knowing or having reason to know that it is contrary to Laws or Regulations, Contractor shall bear all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: September 1,2025 2026 Concrete Restoration Contract 1 City Podect No. 106177 00 72 00 -1 GENERAL CONDITIONS Page 28 of 63 court or arbitration or other dispute resolution costs) arising out of or relating to such Work. However, it shall not be Contractor's responsibility to make certain that the Specifications and Drawings are in accordance with Laws and Regulations, but this shall not relieve Contractor of Contractor's obligations under Paragraph 3.02. C. Changes in Laws or Regulations not known at the time of opening of Bids having an effect on the cost or time of performance of the Work may be the subject of an adjustment in Contract Price or Contract Time. 6.11 Taxes A. On a contract awarded by the City, an organization which qualifies for exemption pursuant to Texas Tax Code, Subchapter H, Sections 151.301-335 (as amended), the Contractor may purchase, rent or lease all materials, supplies and equipment used or consumed in the performance of this contract by issuing to his supplier an exemption certificate in lieu of the tax, said exemption certificate to comply with State Comptroller's Ruling .007. Any such exemption certificate issued to the Contractor in lieu of the tax shall be subject to and shall comply with the provision of State Comptroller's Ruling .011, and any other applicable rulings pertaining to the Texas Tax Code, Subchapter H. B. Texas Tax permits and information may be obtained from: hlt 2s:Hcomptroller.texas.gov/taxes/permit/ 6.12 Use of Site and Other Areas A. Limitation on Use of Site and Other Areas: Contractor shall confine construction equipment, the storage of materials and equipment, and the operations of workers to the Site and other areas permitted by Laws and Regulations, and shall not unreasonably encumber the Site and other areas with construction equipment or other materials or equipment. Contractor shall assume full responsibility for any damage to any such land or area, or to the owner or occupant thereof, or of any adjacent land or areas resulting from the performance of the Work. 2. At any time when, in the judgment of the City, the Contractor has obstructed or closed or is carrying on operations in a portion of a street, right-of-way, or easement greater than is necessary for proper execution of the Work, the City may require the Contractor to finish the section on which operations are in progress before work is commenced on any additional area of the Site. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: September 1,2025 2026 Concrete Restoration Contract 1 City Podect No. 106177 00 72 00 -1 GENERAL CONDITIONS Page 29 of 63 3. Should any Damage Claim be made by any such owner or occupant because of the performance of the Work, Contractor shall promptly attempt to resolve the Damage Claim. 4. Pursuant to Paragraph 6.21, Contractor shall indemnify and hold harmless City, from and against all claims, costs, losses, and damages arising out of or relating to any claim or action, legal or equitable, brought by any such owner or occupant against City. B. Removal of Debris During Performance of the Work: During the progress of the Work Contractor shall keep the Site and other areas free from accumulations of waste materials, rubbish, and other debris. Removal and disposal of such waste materials, rubbish, and other debris shall conform to applicable Laws and Regulations. C. Site Maintenance Cleaning: 24 hours after written notice is given to the Contractor that the clean-up on the job site is proceeding in a manner unsatisfactory to the City, if the Contractor fails to correct the unsatisfactory procedure, the City may take such direct action as the City deems appropriate to correct the clean-up deficiencies cited to the Contractor in the written notice (by letter or electronic communication), and the costs of such direct action, plus 25 % of such costs, shall be deducted from the monies due or to become due to the Contractor. D. Final Site Cleaning: Prior to Final Acceptance of the Work Contractor shall clean the Site and the Work and make it ready for utilization by City or adjacent property owner. At the completion of the Work Contractor shall remove from the Site all tools, appliances, construction equipment and machinery, and surplus materials and shall restore to original condition or better all property disturbed by the Work. E. Loading Structures: Contractor shall not load nor permit any part of any structure to be loaded in any manner that will endanger the structure, nor shall Contractor subject any part of the Work or adjacent property to stresses or pressures that will endanger it. 6.13 Record Documents A. Contractor shall maintain in a safe place at the Site or in a place designated by the Contractor and approved by the City, one (1) record copy of all Drawings, Specifications, Addenda, Change Orders, Field Orders, and written interpretations and clarifications in good order and annotated to show changes made during construction. These record documents together with all approved Samples and a counterpart of all accepted Submittals will be available to City for reference. Upon completion of the Work, these record documents, any operation and maintenance manuals, and Submittals will be delivered to City prior to Final Inspection. Contractor shall include accurate locations for buried and imbedded items. 6.14 Safety and Protection A. Contractor shall be solely responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the Work. Such responsibility does not relieve Subcontractors of their responsibility for the safety of persons or property in the performance of their work, nor for compliance with applicable safety Laws and Regulations. Contractor shall CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: September 1,2025 2026 Concrete Restoration Contract 1 City Podect No. 106177 00 72 00 -1 GENERAL CONDITIONS Page 30 of 63 take all necessary precautions for the safety of, and shall provide the necessary protection to prevent damage, injury or loss to: 1. all persons on the Site or who maybe affected by the Work; 2. all the Work and materials and equipment to be incorporated therein, whether in storage on or off the Site; and 3. other property at the Site or adjacent thereto, including trees, shrubs, lawns, walks, pavements, roadways, structures, utilities, and Underground Facilities not designated for removal, relocation, or replacement in the course of construction. B. Contractor shall comply with all applicable Laws and Regulations relating to the safety of persons or property, or to the protection of persons or property from damage, injury, or loss; and shall erect and maintain all necessary safeguards for such safety and protection. Contractor shall notify owners of adjacent property and of Underground Facilities and other utility owners when prosecution of the Work may affect them, and shall cooperate with them in the protection, removal, relocation, and replacement of their property. C. Contractor shall comply with the applicable requirements of City's safety programs, if any. D. Contractor shall inform City of the specific requirements of Contractor's safety program, if any, with which City's employees and representatives must comply while at the Site. E. All damage, injury, or loss to any property referred to in Paragraph 6.14.A.2 or 6.14.A.3 caused, directly or indirectly, in whole or in part, by Contractor, any Subcontractor, Supplier, or any other individual or entity directly or indirectly employed by any of them to perform any of the Work, or anyone for whose acts any of them may be liable, shall be remedied by Contractor. F. Contractor's duties and responsibilities for safety and for protection of the Work shall continue until such time as all the Work is completed and City has accepted the Work. 6.15 Safety Representative Contractor shall inform City in writing of Contractor's designated safety representative at the Site. 6.16 Hazard Communication Programs Contractor shall be responsible for coordinating any exchange of material safety data sheets or other hazard communication information required to be made available to or exchanged between or among employers in accordance with Laws or Regulations. 6.17 Emergencies and/or Rectification A. In emergencies affecting the safety or protection of persons or the Work or property at the Site or adjacent thereto, Contractor is obligated to act to prevent threatened damage, injury, or loss. Contractor shall give City prompt written notice if Contractor believes that any significant CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: September 1,2025 2026 Concrete Restoration Contract 1 City Podect No. 106177 00 72 00 -1 GENERAL CONDITIONS Page 31 of 63 changes in the Work or variations from the Contract Documents have been caused thereby or are required as a result thereof. If City determines that a change in the Contract Documents is required because of the action taken by Contractor in response to such an emergency, a Change Order may be issued. B. Should the Contractor fail to respond to a request from the City to rectify any discrepancies, omissions, or correction necessary to conform with the requirements of the Contract Documents, the City shall give the Contractor written notice that such work or changes are to be performed. The written notice shall direct attention to the discrepant condition and request the Contractor to take remedial action to correct the condition. In the event the Contractor does not take positive steps to fulfill this written request, or does not show just cause for not taking the proper action, within 24 hours, the City may take such remedial action with City forces or by contract. The City shall deduct an amount equal to the entire costs for such remedial action, plus 25%, from any funds due or become due the Contractor on the Project. 6.18 Submittals A. Contractor shall submit required Submittals to City for review and acceptance in accordance with the accepted Schedule of Submittals (as required by Paragraph 2.07). Each submittal will be identified as City may require. 1. Submit number of copies specified in the General Requirements. 2. Data shown on the Submittals will be complete with respect to quantities, dimensions, specified performance and design criteria, materials, and similar data to show City the services, materials, and equipment Contractor proposes to provide and to enable City to review the information for the limited purposes required by Paragraph 6.18.C. 3. Submittals submitted as herein provided by Contractor and reviewed by City for conformance with the design concept shall be executed in conformity with the Contract Documents unless otherwise required by City. 4. When Submittals are submitted for the purpose of showing the installation in greater detail, their review shall not excuse Contractor from requirements shown on the Drawings and Specifications. 5. For -Information -Only submittals upon which the City is not expected to conduct review or take responsive action may be so identified in the Contract Documents. 6. Submit required number of Samples specified in the Specifications. 7. Clearly identify each Sample as to material, Supplier, pertinent data such as catalog numbers, the use for which intended and other data as City may require to enable City to review the submittal for the limited purposes required by Paragraph 6.18.C. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: September 1,2025 2026 Concrete Restoration Contract 1 City Podect No. 106177 00 72 00 -1 GENERAL CONDITIONS Page 32 of 63 B. Where a Submittal is required by the Contract Documents or the Schedule of Submittals, any related Work performed prior to City's review and acceptance of the pertinent submittal will be at the sole expense and responsibility of Contractor. C. City's Review: 1. City will provide timely review of required Submittals in accordance with the Schedule of Submittals acceptable to City. City's review and acceptance will be only to determine if the items covered by the submittals will, after installation or incorporation in the Work, conform to the information given in the Contract Documents and be compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. 2. City's review and acceptance will not extend to means, methods, techniques, sequences, or procedures of construction (except where a particular means, method, technique, sequence, or procedure of construction is specifically and expressly called for by the Contract Documents) or to safety precautions or programs incident thereto. The review and acceptance of a separate item as such will not indicate approval of the assembly in which the item functions. 3. City's review and acceptance shall not relieve Contractor from responsibility for any variation from the requirements of the Contract Documents unless Contractor has complied with the requirements of Section 01 33 00 and City has given written acceptance of each such variation by specific written notation thereof incorporated in or accompanying the Submittal. City's review and acceptance shall not relieve Contractor from responsibility for complying with the requirements of the Contract Documents. 6.19 Continuing the Work Except as otherwise provided, Contractor shall carry on the Work and adhere to the Project Schedule during all disputes or disagreements with City. No Work shall be delayed or postponed pending resolution of any disputes or disagreements, except as City and Contractor may otherwise agree in writing. 6.20 Contractor's General Warranty and Guarantee A. Contractor warrants and guarantees to City that all Work will be in accordance with the Contract Documents and will not be defective. City and its officers, directors, members, partners, employees, agents, consultants, and subcontractors shall be entitled to rely on representation of Contractor's warranty and guarantee. B. Contractor's warranty and guarantee hereunder excludes defects or damage caused by: 1. abuse, modification, or improper maintenance or operation by persons other than Contractor, Subcontractors, Suppliers, or any other individual or entity for whom Contractor is responsible; or CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: September 1,2025 2026 Concrete Restoration Contract 1 City Podect No. 106177 00 72 00 -1 GENERAL CONDITIONS Page 33 of 63 2. normal wear and tear under normal usage. C. Contractor's obligation to perform and complete the Work in accordance with the Contract Documents shall be absolute. None of the following will constitute an acceptance of Work that is not in accordance with the Contract Documents or a release of Contractor's obligation to perform the Work in accordance with the Contract Documents: 1. observations by City; 2. recommendation or payment by City of any progress or final payment; 3. the issuance of a certificate of Final Acceptance by City or any payment related thereto by City; 4. use or occupancy of the Work or any part thereof by City; 5. any review and acceptance of a Submittal by City; 6. any inspection, test, or approval by others; or 7. any correction of defective Work by City. D. The Contractor shall remedy any defects or damages in the Work and pay for any damage to other work or property resulting therefrom which shall appear within a period of two (2) years from the date of Final Acceptance of the Work unless a longer period is specified and shall furnish a good and sufficient maintenance bond, complying with the requirements of Article 5.02.13. The City will give notice of observed defects with reasonable promptness. 6.21 Indemnification A. Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the City, its officers, servants and employees, from and against any and all claims arising out of, or alleged to arise out of, the work and services to be performed by the Contractor, its officers, agents, employees, subcontractors, licenses or invitees under this Contract. THIS INDEMNIFICATION PROVISION IS SPECIFICALLY INTENDED TO OPERATE AND BE EFFECTIVE EVEN IF IT IS ALLEGED OR PROVEN THAT ALL OR SOME OF THE DAMAGES BEING SOUGHT WERE CAUSED, IN WHOLE OR IN PART, BY ANY ACT, OMISSION OR NEGLIGENCE OF THE CITY. This indemnity provision is intended to include, without limitation, indemnity for costs, expenses and legal fees incurred by the City in defending against such claims and causes of actions. B. Contractor covenants and agrees to indemnify and hold harmless, at its own expense, the City, its officers, servants and employees, from and against any and all loss, damage or destruction of property of the City, arising out of, or alleged to arise out of, the work and services to be performed by the Contractor, its officers, agents, employees, subcontractors, licensees or invitees under this Contract. THIS INDEMNIFICATION PROVISION IS CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: September 1,2025 2026 Concrete Restoration Contract 1 City Podect No. 106177 00 72 00 -1 GENERAL CONDITIONS Page 34 of 63 SPECIFICALLY INTENDED TO OPERATE AND BE EFFECTIVE EVEN IF IT IS ALLEGED OR PROVEN THAT ALL OR SOME OF THE DAMAGES BEING SOUGHT WERE CAUSED, IN WHOLE OR IN PART, BY ANY ACT, OMISSION OR NEGLIGENCE OF THE CITY. 6.22 Delegation of Professional Design Services A. Contractor will not be required to provide professional design services unless such services are specifically required by the Contract Documents for a portion of the Work or unless such services are required to carry out Contractor's responsibilities for construction means, methods, techniques, sequences and procedures. B. If professional design services or certifications by a design professional related to systems, materials or equipment are specifically required of Contractor by the Contract Documents, City will specify all performance and design criteria that such services must satisfy. Contractor shall cause such services or certifications to be provided by a properly licensed professional, whose signature and seal shall appear on all drawings, calculations, specifications, certifications, and Submittals prepared by such professional. Submittals related to the Work designed or certified by such professional, if prepared by others, shall bear such professional's written approval when submitted to City. C. City shall be entitled to rely upon the adequacy, accuracy and completeness of the services, certifications or approvals performed by such design professionals, provided City has specified to Contractor performance and design criteria that such services must satisfy. D. Pursuant to this Paragraph 6.22, City's review and acceptance of design calculations and design drawings will be only for the limited purpose of checking for conformance with performance and design criteria given and the design concept expressed in the Contract Documents. City's review and acceptance of Submittals (except design calculations and design drawings) will be only for the purpose stated in Paragraph 6.18.C. 6.23 Right to Audit A. The Contractor agrees that the City shall, until the expiration of three (3) years after final payment under this Contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers, and records of the Contractor involving transactions relating to this Contract. Contractor agrees that the City shall have access during Regular Working Hours to all necessary Contractor facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this Paragraph. The City shall give Contractor reasonable advance notice of intended audits. B. Contractor further agrees to include in all its subcontracts hereunder a provision to the effect that the subcontractor agrees that the City shall, until the expiration of three (3) years after final payment under this Contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers, and records of such Subcontractor, involving transactions to the subcontract, and further, that City shall have access during Regular Working Hours to all CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: September 1,2025 2026 Concrete Restoration Contract 1 City Podect No. 106177 00 72 00 -1 GENERAL CONDITIONS Page 35 of 63 Subcontractor facilities, and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this Paragraph. The City shall give Subcontractor reasonable advance notice of intended audits. C. Contractor and Subcontractor agree to photocopy such documents as may be requested by the City. The City agrees to reimburse Contractor for the cost of the copies as follows at the rate published in the Texas Administrative Code in effect as of the time copying is performed. 6.24 Nondiscrimination A. The City is responsible for operating Public Transportation Programs and implementing transit - related projects, which are funded in part with Federal financial assistance awarded by the U.S. Department of Transportation and the Federal Transit Administration (FTA), without discriminating against any person in the United States on the basis of race, color, or national origin. B. Title VI, Civil Rights Act of 1964 as amended: Contractor shall comply with the requirements of the Act and the Regulations as further defined in the Supplementary Conditions for any project receiving Federal assistance. ARTICLE 7 — OTHER WORK AT THE SITE 7.01 Related Work at Site A. City may perform other work related to the Project at the Site with City's employees, or other City contractors, or through other direct contracts therefor, or have other work performed by utility owners. If such other work is not noted in the Contract Documents, then written notice thereof will be given to Contractor prior to starting any such other work; and B. Contractor shall afford each other contractor who is a party to such a direct contract, each utility owner, and City, if City is performing other work with City's employees or other City contractors, proper and safe access to the Site, provide a reasonable opportunity for the introduction and storage of materials and equipment and the execution of such other work, and properly coordinate the Work with theirs. Contractor shall do all cutting, fitting, and patching of the Work that may be required to properly connect or otherwise make its several parts come together and properly integrate with such other work. Contractor shall not endanger any work of others by cutting, excavating, or otherwise altering such work; provided, however, that Contractor may cut or alter others' work with the written consent of City and the others whose work will be affected. C. If the proper execution or results of any part of Contractor's Work depends upon work performed by others under this Article 7, Contractor shall inspect such other work and promptly report to City in writing any delays, defects, or deficiencies in such other work that render it unavailable or unsuitable for the proper execution and results of Contractor's Work. Contractor's failure to so report will constitute an acceptance of such other work as fit and proper for integration with Contractor's Work except for latent defects in the work provided by others. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: September 1,2025 2026 Concrete Restoration Contract 1 City Podect No. 106177 00 72 00 -1 GENERAL CONDITIONS Page 36 of 63 7.02 Coordination A. If City intends to contract with others for the performance of other work on the Project at the Site, the following will be set forth in Supplementary Conditions: 1. the individual or entity who will have authority and responsibility for coordination of the activities among the various contractors will be identified; 2. the specific matters to be covered by such authority and responsibility will be itemized; and 3. the extent of such authority and responsibilities will be provided. B. Unless otherwise provided in the Supplementary Conditions, City shall have authority for such coordination. ARTICLE 8 — CITY'S RESPONSIBILITIES 8.01 Communications to Contractor Except as otherwise provided in the Supplementary Conditions, City shall issue all communications to Contractor. 8.02 Furnish Data City shall timely furnish the data required under the Contract Documents. 8.03 Pay When Due City shall make payments to Contractor in accordance with Article 14. 8.04 Lands and Easements; Reports and Tests City's duties with respect to providing lands and easements and providing engineering surveys to establish reference points are set forth in Paragraphs 4.01 and 4.05. Paragraph 4.02 refers to City's identifying and making available to Contractor copies of reports of explorations and tests of subsurface conditions and drawings of physical conditions relating to existing surface or subsurface structures at or contiguous to the Site that have been utilized by City in preparing the Contract Documents. 8.05 Change Orders City shall execute Change Orders in accordance with Paragraph 10.03. 8.06 Inspections, Tests, and Approvals City's responsibility with respect to certain inspections, tests, and approvals is set forth in Paragraph 13.03. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: September 1,2025 2026 Concrete Restoration Contract 1 City Podect No. 106177 00 72 00 -1 GENERAL CONDITIONS Page 37 of 63 8.07 Limitations on City's Responsibilities A. The City shall not supervise, direct, or have control or authority over, nor be responsible for, Contractor's means, methods, techniques, sequences, or procedures of construction, or the safety precautions and programs incident thereto, or for any failure of Contractor to comply with Laws and Regulations applicable to the performance of the Work. City will not be responsible for Contractor's failure to perform the Work in accordance with the Contract Documents. B. City will notify the Contractor of applicable safety plans pursuant to Paragraph 6.14. 8.08 Undisclosed Hazardous Environmental Condition City's responsibility with respect to an undisclosed Hazardous Environmental Condition is set forth in Paragraph 4.06. 8.09 Compliance with Safety Program While at the Site, City's employees and representatives shall comply with the specific applicable requirements of Contractor's safety programs of which City has been informed pursuant to Paragraph 6.14. ARTICLE 9 — CITY'S OBSERVATION STATUS DURING CONSTRUCTION 9.01 City's Project Manager City will provide one or more Project Manager(s) during the construction period. The duties and responsibilities and the limitations of authority of City's Project Manager during construction are set forth in the Contract Documents. The City's Project Manager for this Contract is identified in the Supplementary Conditions. 9.02 Visits to Site A. City's Project Manager will make visits to the Site at intervals appropriate to the various stages of construction as City deems necessary in order to observe the progress that has been made and the quality of the various aspects of Contractor's executed Work. Based on information obtained during such visits and observations, City's Project Manager will determine, in general, if the Work is proceeding in accordance with the Contract Documents. City's Project Manager will not be required to make exhaustive or continuous inspections on the Site to check the quality or quantity of the Work. City's Project Manager's efforts will be directed toward providing City a greater degree of confidence that the completed Work will conform generally to the Contract Documents. B. City's Project Manager's visits and observations are subject to all the limitations on authority and responsibility in the Contract Documents including those set forth in Paragraph 8.07. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: September 1,2025 2026 Concrete Restoration Contract 1 City Podect No. 106177 00 72 00 -1 GENERAL CONDITIONS Page 38 of 63 9.03 Authorized Variations in Work City's Project Manager may authorize minor variations in the Work from the requirements of the Contract Documents which do not involve an adjustment in the Contract Price or the Contract Time and are compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. These may be accomplished by a Field Order and will be binding on City and also on Contractor, who shall perform the Work involved promptly. 9.04 Rejecting Defective Work City will have authority to reject Work which City's Project Manager believes to be defective, or will not produce a completed Project that conforms to the Contract Documents or that will prejudice the integrity of the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. City will have authority to conduct special inspection or testing of the Work as provided in Article 13, whether or not the Work is fabricated, installed, or completed. 9.05 Determinations for Work Performed Contractor will determine the actual quantities and classifications of Work performed. City's Project Manager will review with Contractor the preliminary determinations on such matters before rendering a written recommendation. City's written decision will be final (except as modified to reflect changed factual conditions or more accurate data). 9.06 Decisions on Requirements of Contract Documents and Acceptability of Work A. City will be the initial interpreter of the requirements of the Contract Documents and judge of the acceptability of the Work thereunder. B. City will render a written decision on any issue referred. C. City's written decision on the issue referred will be final and binding on the Contractor, subject to the provisions of Paragraph 10.06. ARTICLE 10 — CHANGES IN THE WORK; CLAIMS; EXTRA WORK 10.01 Authorized Changes in the Work A. Without invalidating the Contract and without notice to any surety, City may, at any time or from time to time, order Extra Work. Upon notice of such Extra Work, Contractor shall promptly proceed with the Work involved which will be performed under the applicable conditions of the Contract Documents (except as otherwise specifically provided). Extra Work shall be memorialized by a Change Order which may or may not precede an order of Extra work. B. For minor changes of Work not requiring changes to Contract Time or Contract Price, a Field Order may be issued by the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: September 1,2025 2026 Concrete Restoration Contract 1 City Podect No. 106177 00 72 00 -1 GENERAL CONDITIONS Page 39 of 63 10.02 Unauthorized Changes in the Work Contractor shall not be entitled to an increase in the Contract Price or an extension of the Contract Time with respect to any work performed that is not required by the Contract Documents as amended, modified, or supplemented as provided in Paragraph 3.04, except in the case of an emergency as provided in Paragraph 6.17. 10.03 Execution of Change Orders A. City and Contractor shall execute appropriate Change Orders covering: changes in the Work which are: (i) ordered by City pursuant to Paragraph 10.01.A, (ii) required because of acceptance of defective Work under Paragraph 13.08 or City's correction of defective Work under Paragraph 13.09, or (iii) agreed to by the parties; 2. changes in the Contract Price or Contract Time which are agreed to by the parties, including any undisputed sum or amount of time for Work actually performed. 10.04 Extra Work A. Should a difference arise as to what does or does not constitute Extra Work, or as to the payment thereof, and the City insists upon its performance, the Contractor shall proceed with the work after making written request for written orders and shall keep accurate account of the actual reasonable cost thereof. Contract Claims regarding Extra Work shall be made pursuant to Paragraph 10.06. B. The Contractor shall furnish the City such installation records of all deviations from the original Contract Documents as may be necessary to enable the City to prepare for permanent record a corrected set of plans showing the actual installation. C. The compensation agreed upon for Extra Work whether or not initiated by a Change Order shall be a full, complete and final payment for all costs Contractor incurs as a result or relating to the change or Extra Work, whether said costs are known, unknown, foreseen or unforeseen at that time, including without limitation, any costs for delay, extended overhead, ripple or impact cost, or any other effect on changed or unchanged work as a result of the change or Extra Work. 10.05 Notification to Surety If the provisions of any bond require notice to be given to a surety of any change affecting the general scope of the Work or the provisions of the Contract Documents (including, but not limited to, Contract Price or Contract Time), the giving of any such notice will be Contractor's responsibility. The amount of each applicable bond will be adjusted by the Contractor to reflect the effect of any such change. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: September 1,2025 2026 Concrete Restoration Contract 1 City Podect No. 106177 00 72 00 -1 GENERAL CONDITIONS Page 40 of 63 10.06 Contract Claims Process A. City's Decision Required: All Contract Claims, except those waived pursuant to Paragraph 14.09, shall be referred to the City for decision. A decision by City shall be required as a condition precedent to any exercise by Contractor of any rights or remedies he may otherwise have under the Contract Documents or by Laws and Regulations in respect of such Contract Claims. B. Notice: Written notice stating the general nature of each Contract Claim shall be delivered by the Contractor to City no later than 15 days after the start of the event giving rise thereto. The responsibility to substantiate a Contract Claim shall rest with the party making the Contract Claim. 2. Notice of the amount or extent of the Contract Claim, with supporting data shall be delivered to the City on or before 45 days from the start of the event giving rise thereto (unless the City allows additional time for Contractor to submit additional or more accurate data in support of such Contract Claim). 3. A Contract Claim for an adjustment in Contract Price shall be prepared in accordance with the provisions of Paragraph 12.01. 4. A Contract Claim for an adjustment in Contract Time shall be prepared in accordance with the provisions of Paragraph 12.02. 5. Each Contract Claim shall be accompanied by Contractor's written statement that the adjustment claimed is the entire adjustment to which the Contractor believes it is entitled as a result of said event. 6. The City shall submit any response to the Contractor within 30 days after receipt of the claimant's last submittal (unless Contract allows additional time). C. City's Action: City will review each Contract Claim and, within 30 days after receipt of the last submittal of the Contractor, if any, take one of the following actions in writing: 1. deny the Contract Claim in whole or in part; 2. approve the Contract Claim; or 3. notify the Contractor that the City is unable to resolve the Contract Claim if, in the City's sole discretion, it would be inappropriate for the City to do so. For purposes of further resolution of the Contract Claim, such notice shall be deemed a denial. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: September 1,2025 2026 Concrete Restoration Contract 1 City Podect No. 106177 00 72 00 -1 GENERAL CONDITIONS Page 41 of 63 D. City's written action under Paragraph 10.06.0 will be final and binding, unless City or Contractor invoke the dispute resolution procedure set forth in Article 16 within 30 days of such action or denial. E. No Contract Claim for an adjustment in Contract Price or Contract Time will be valid if not submitted in accordance with this Paragraph 10.06. ARTICLE 11— COST OF THE WORK; ALLOWANCES; UNIT PRICE WORK; PLANS QUANTITY MEASUREMENT 11.01 Cost of the Work A. Costs Included: The term Cost of the Work means the sum of all costs, except those excluded in Paragraph 11.0 LB, necessarily incurred and paid by Contractor in the proper performance of the Work. When the value of any Work covered by a Change Order, the costs to be reimbursed to Contractor will be only those additional or incremental costs required because of the change in the Work. Such costs shall not include any of the costs itemized in Paragraph 11.01.13, and shall include but not be limited to the following items: 1. Payroll costs for employees in the direct employ of Contractor in the performance of the Work under schedules of job classifications agreed upon by City and Contractor. Such employees shall include, without limitation, superintendents, foremen, and other personnel employed full time on the Work. Payroll costs for employees not employed full time on the Work shall be apportioned on the basis of their time spent on the Work. Payroll costs shall include; a. salaries with a 55% markup, or b. salaries and wages plus the cost of fringe benefits, which shall include social security contributions, unemployment, excise, and payroll taxes, workers' compensation, health and retirement benefits, bonuses, sick leave, vacation and holiday pay applicable thereto. The expenses of performing Work outside of Regular Working Hours, Weekend Working Hours, or legal holidays, shall be included in the above to the extent authorized by City. 2. Cost of all materials and equipment furnished and incorporated in the Work, including costs of transportation and storage thereof, and Suppliers' field services required in connection therewith. 3. Rentals of all construction equipment and machinery, and the parts thereof whether rented from Contractor or others in accordance with rental agreements approved by City, and the costs of transportation, loading, unloading, assembly, dismantling, and removal thereof. All such costs shall be in accordance with the terms of said rental agreements. The rental of any such equipment, machinery, or parts shall cease when the use thereof is no longer necessary for the Work. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: September 1,2025 2026 Concrete Restoration Contract 1 City Podect No. 106177 00 72 00 -1 GENERAL CONDITIONS Page 42 of 63 4. Payments made by Contractor to Subcontractors for Work performed by Subcontractors. If required by City, Contractor shall obtain competitive bids from subcontractors acceptable to City and Contractor and shall deliver such bids to City, who will then determine, which bids, if any, will be acceptable. If any subcontract provides that the Subcontractor is to be paid on the basis of Cost of the Work plus a fee, the Subcontractor's Cost of the Work and fee shall be determined in the same manner as Contractor's Cost of the Work and fee as provided in this Paragraph 11.01. 5. Costs of special consultants (including but not limited to engineers, architects, testing laboratories, surveyors, attorneys, and accountants) employed for services specifically related to the Work. 6. Supplemental costs including the following: a. The proportion of necessary transportation, travel, and subsistence expenses of Contractor's employees incurred in discharge of duties connected with the Work. b. Cost, including transportation and maintenance, of all materials, supplies, equipment, machinery, appliances, office, and temporary facilities at the Site, and hand tools not owned by the workers, which are consumed in the performance of the Work, and cost, less market value, of such items used but not consumed which remain the property of Contractor. c. Sales, consumer, use, and other similar taxes related to the Work, and for which Contractor is liable not covered under Paragraph 6.11, as imposed by Laws and Regulations. d. Deposits lost for causes other than negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, and royalty payments and fees for permits and licenses. e. Losses and damages (and related expenses) caused by damage to the Work, not compensated by insurance or otherwise, sustained by Contractor in connection with the performance of the Work, provided such losses and damages have resulted from causes other than the negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable. Such losses shall include settlements made with the written consent and approval of City. No such losses, damages, and expenses shall be included in the Cost of the Work for the purpose of determining Contractor's fee. f. The cost of utilities, fuel, and sanitary facilities at the Site. g. Minor expenses such as telegrams, long distance telephone calls, telephone and communication services at the Site, express and courier services, and similar petty cash items in connection with the Work. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: September 1,2025 2026 Concrete Restoration Contract 1 City Podect No. 106177 00 72 00 -1 GENERAL CONDITIONS Page 43 of 63 h. The costs of premiums for all bonds and insurance Contractor is required by the Contract Documents to purchase and maintain. B. Costs Excluded: The term Cost of the Work shall not include any of the following items: 1. Payroll costs and other compensation of Contractor's officers, executives, principals (of partnerships and sole proprietorships), general managers, safety managers, engineers, architects, estimators, attorneys, auditors, accountants, purchasing and contracting agents, expediters, timekeepers, clerks, and other personnel employed by Contractor, whether at the Site or in Contractor's principal or branch office for general administration of the Work and not specifically included in the agreed upon schedule of job classifications referred to in Paragraph 11.0l.A.1 or specifically covered by Paragraph 11.0l.A.4, all of which are to be considered administrative costs covered by the Contractor's fee. 2. Expenses of Contractor's principal and branch offices other than Contractor's office at the Site. 3. Any part of Contractor's capital expenses, including interest on Contractor's capital employed for the Work and charges against Contractor for delinquent payments. 4. Costs due to the negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, including but not limited to, the correction of defective Work, disposal of materials or equipment wrongly supplied, and making good any damage to property. 5. Other overhead or general expense costs of any kind. C. Contractor's Fee: When all the Work is performed on the basis of cost-plus, Contractor's fee shall be determined as set forth in the Agreement. When the value of any Work covered by a Change Order for an adjustment in Contract Price is determined on the basis of Cost of the Work, Contractor's fee shall be determined as set forth in Paragraph 12.01.C. D. Documentation: Whenever the Cost of the Work for any purpose is to be determined pursuant to Paragraphs 11.01.A and 11.01.13, Contractor will establish and maintain records thereof in accordance with generally accepted accounting practices and submit in a form acceptable to City an itemized cost breakdown together with supporting data. 11.02 Allowances A. Specified Allowance: It is understood that Contractor has included in the Contract Price all allowances so named in the Contract Documents and shall cause the Work so covered to be performed for such sums and by such persons or entities as may be acceptable to City. B. Pre -bid Allowances: 1. Contractor agrees that: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: September 1,2025 2026 Concrete Restoration Contract 1 City Podect No. 106177 00 72 00 -1 GENERAL CONDITIONS Page 44 of 63 a. the pre -bid allowances include the cost to Contractor of materials and equipment required by the allowances to be delivered at the Site, and all applicable taxes; and b. Contractor's costs for unloading and handling on the Site, labor, installation, overhead, profit, and other expenses contemplated for the pre -bid allowances have been included in the allowances, and no demand for additional payment on account of any of the foregoing will be valid. C. Contingency Allowance: Contractor agrees that a contingency allowance, if any, is for the sole use of City. D. Prior to final payment, an appropriate Change Order will be issued to reflect actual amounts due Contractor on account of Work covered by allowances, and the Contract Price shall be correspondingly adjusted. 11.03 UnitPrice Work A. Where the Contract Documents provide that all or part of the Work is to be Unit Price Work, initially the Contract Price will be deemed to include for all Unit Price Work an amount equal to the sum of the unit price for each separately identified item of Unit Price Work times the estimated quantity of each item as indicated in the Agreement. B. The estimated quantities of items of Unit Price Work are not guaranteed and are solely for the purpose of comparison of Bids and determining an initial Contract Price. Determinations of the actual quantities and classifications of Unit Price Work performed by Contractor will be made by City subject to the provisions of Paragraph 9.05. C. Each unit price will be deemed to include an amount considered by Contractor to be adequate to cover Contractor's overhead and profit for each separately identified item. Work described in the Contract Documents, or reasonably inferred as required for a functionally complete installation, but not identified in the listing of unit price items shall be considered incidental to unit price work listed and the cost of incidental work included as part of the unit price. D. City may make an adjustment in the Contract Price in accordance with Paragraph 12.01 if: 1. the quantity of any item of Unit Price Work performed by Contractor differs materially and significantly from the estimated quantity of such item indicated in the Agreement; and 2. there is no corresponding adjustment with respect to any other item of Work. E. Increased or Decreased Quantities: The City reserves the right to order Extra Work in accordance with Paragraph 10.01. If the changes in quantities or the alterations do not significantly change the character of work under the Contract Documents, the altered work will be paid for at the Contract unit price. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: September 1,2025 2026 Concrete Restoration Contract 1 City Podect No. 106177 00 72 00 -1 GENERAL CONDITIONS Page 45 of 63 2. If the changes in quantities or alterations significantly change the character of work, the Contract will be amended by a Change Order. 3. If no unit prices exist, this will be considered Extra Work and the Contract will be amended by a Change Order in accordance with Article 12. 4. A significant change in the character of work occurs when: a. the character of work for any Item as altered differs materially in kind or nature from that in the Contract or b. a Major Item of work varies by more than 25% from the original Contract quantity. 5. When the quantity of work to be done under any Major Item of the Contract is more than 125% of the original quantity stated in the Contract, then either party to the Contract may request an adjustment to the unit price on the portion of the work that is above 125%. 6. When the quantity of work to be done under any Major Item of the Contract is less than 75% of the original quantity stated in the Contract, then either party to the Contract may request an adjustment to the unit price. 11.04 Plans Quantity Measurement A. Plans quantities may or may not represent the exact quantity of work performed or material moved, handled, or placed during the execution of the Contract. The estimated bid quantities are designated as final payment quantities, unless revised by the governing Section or this Article. B. If the quantity measured as outlined under "Price and Payment Procedures" varies by more than 25% (or as stipulated under "Price and Payment Procedures" for specific Items) from the total estimated quantity for an individual Item originally shown in the Contract Documents, an adjustment may be made to the quantity of authorized work done for payment purposes. The party to the Contract requesting the adjustment will provide field measurements and calculations showing the final quantity for which payment will be made. Payment for revised quantity will be made at the unit price bid for that Item, except as provided for in Article 10. C. When quantities are revised by a change in design approved by the City, by Change Order, or to correct an error, or to correct an error on the plans, the plans quantity will be increased or decreased by the amount involved in the change, and the 25% variance will apply to the new plans quantity. D. If the total Contract quantity multiplied by the unit price bid for an individual Item is less than $250 and the Item is not originally a plans quantity Item, then the Item may be paid as a plans quantity Item if the City and Contractor agree in writing to fix the final quantity as a plans quantity. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: September 1,2025 2026 Concrete Restoration Contract 1 City Podect No. 106177 00 72 00 -1 GENERAL CONDITIONS Page 46 of 63 E. For callout work or non -site specific Contracts, the plans quantity measurement requirements are not applicable. ARTICLE 12 — CHANGE OF CONTRACT PRICE; CHANGE OF CONTRACT TIME 12.01 Change of Contract Price A. The Contract Price may only be changed by a Change Order. B. The value of any Work covered by a Change Order will be determined as follows: 1. where the Work involved is covered by unit prices contained in the Contract Documents, by application of such unit prices to the quantities of the items involved (subject to the provisions of Paragraph 11.03); or 2. where the Work involved is not covered by unit prices contained in the Contract Documents, by a mutually agreed lump sum or unit price (which may include an allowance for overhead and profit not necessarily in accordance with Paragraph 12.01.C.2), and shall include the cost of any secondary impacts that are foreseeable at the time of pricing the cost of Extra Work; or 3. where the Work involved is not covered by unit prices contained in the Contract Documents and agreement to a lump sum or unit price is not reached under Paragraph 12.0I.B.2, on the basis of the Cost of the Work (determined as provided in Paragraph 11.01) plus a Contractor's fee for overhead and profit (determined as provided in Paragraph 12.01.C). C. Contractor's Fee: The Contractor's additional fee for overhead and profit shall be determined as follows: 1. a mutually acceptable fixed fee; or 2. if a fixed fee is not agreed upon, then a fee based on the following percentages of the various portions of the Cost of the Work: a. for costs incurred under Paragraphs 11.0l.A.1, 11.0l.A.2. and 11.0l.A.3, the Contractor's additional fee shall be 15 percent except for: 1) rental fees for Contractor's own equipment using standard rental rates; 2) bonds and insurance; b. for costs incurred under Paragraph 11.0l .A.4 and 11.01.A.5, the Contractor's fee shall be five percent (5%); 1) where one or more tiers of subcontracts are on the basis of Cost of the Work plus a fee and no fixed fee is agreed upon, the intent of Paragraphs 12.0l.C.2.a and 12.0l.C.2.b is that the Subcontractor who actually performs the Work, at whatever CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: September 1,2025 2026 Concrete Restoration Contract 1 City Podect No. 106177 00 72 00 -1 GENERAL CONDITIONS Page 47 of 63 tier, will be paid a fee of 15 percent of the costs incurred by such Subcontractor under Paragraphs 11.0l.A.1 and 11.0l.A.2 and that any higher tier Subcontractor and Contractor will each be paid a fee of five percent (5%) of the amount paid to the next lower tier Subcontractor, however in no case shall the cumulative total of fees paid be in excess of 25%; no fee shall be payable on the basis of costs itemized under Paragraphs 11.0l.A.6, and 11.01.B; d. the amount of credit to be allowed by Contractor to City for any change which results in a net decrease in cost will be the amount of the actual net decrease in cost plus a deduction in Contractor's fee by an amount equal to five percent (5%) of such net decrease. 12.02 Change of Contract Time A. The Contract Time may only be changed by a Change Order. B. No extension of the Contract Time will be allowed for Extra Work or for claimed delay unless the Extra Work contemplated or claimed delay is shown to be on the critical path of the Project Schedule or Contractor can show by Critical Path Method analysis how the Extra Work or claimed delay adversely affects the critical path. 12.03 Delays A. Where Contractor is reasonably delayed in the performance or completion of any part of the Work within the Contract Time due to delay beyond the control of Contractor, the Contract Time may be extended in an amount equal to the time lost due to such delay if a Contract Claim is made therefor. Delays beyond the control of Contractor shall include, but not be limited to, acts or neglect by City, acts or neglect of utility owners or other contractors performing other work as contemplated by Article 7, fires, floods, epidemics, abnormal weather conditions, or acts of God. Such an adjustment shall be Contractor's sole and exclusive remedy for the delays described in this Paragraph. B. If Contractor is delayed, City shall not be liable to Contractor for any claims, costs, losses, or damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) sustained by Contractor on or in connection with any other project or anticipated project. C. Contractor shall not be entitled to an adjustment in Contract Price or Contract Time for delays within the control of Contractor. Delays attributable to and within the control of a Subcontractor or Supplier shall be deemed to be delays within the control of Contractor. D. The Contractor shall receive no compensation for delays or hindrances to the Work, except when direct and unavoidable extra cost to the Contractor is caused by the failure of the City to provide information or material, if any, which is to be furnished by the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: September 1,2025 2026 Concrete Restoration Contract 1 City Podect No. 106177 00 72 00 -1 GENERAL CONDITIONS Page 48 of 63 ARTICLE 13 — TESTS AND INSPECTIONS; CORRECTION, REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK 13.01 Notice of Defects Notice of all defective Work of which City has actual knowledge will be given to Contractor. Defective Work may be rejected, corrected, or accepted as provided in this Article 13. 13.02 Access to Work City, independent testing laboratories, and governmental agencies with jurisdictional interests will have access to the Site and the Work at reasonable times for their observation, inspection, and testing. Contractor shall provide them proper and safe conditions for such access and advise them of Contractor's safety procedures and programs so that they may comply therewith as applicable. 13.03 Tests and Inspections A. Contractor shall give City timely notice of readiness of the Work for all required inspections, tests, or approvals and shall cooperate with inspection and testing personnel to facilitate required inspections or tests. B. If Contract Documents, Laws or Regulations of any public body having jurisdiction require any of the Work (or part thereof) to be inspected, tested, or approved, Contractor shall assume full responsibility for arranging and obtaining such independent inspections, tests, retests or approvals, pay all costs in connection therewith, and furnish City the required certificates of inspection or approval; excepting, however, those fees specifically identified in the Supplementary Conditions or any Texas Department of Licensure and Regulation (TDLR) inspections, which shall be paid as described in the Supplementary Conditions. C. Contractor shall be responsible for arranging and obtaining and shall pay all costs in connection with any inspections, tests, re -tests, or approvals required for City's acceptance of materials or equipment to be incorporated in the Work; or acceptance of materials, mix designs, or equipment submitted for approval prior to Contractor's purchase thereof for incorporation in the Work. Such inspections, tests, re -tests, or approvals shall be performed by organizations acceptable to City. D. City may arrange for the services of an independent testing laboratory ("Testing Lab") to perform any inspections or tests ("Testing") for any part of the Work, as determined solely by City. 1. City will coordinate such Testing to the extent possible, with Contractor; 2. Should any Testing under this Section 13.03 D result in a "fail", "did not pass" or other similar negative result, the Contractor shall be responsible for paying for any and all retests. Contractor's cancellation without cause of City initiated Testing shall be deemed a negative result and require a retest. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: September 1,2025 2026 Concrete Restoration Contract 1 City Podect No. 106177 00 72 00 -1 GENERAL CONDITIONS Page 49 of 63 3. Any amounts owed for any retest under this Section 13.03 D shall be paid directly to the Testing Lab by Contractor. City will forward all invoices for retests to Contractor. 4. If Contractor fails to pay the Testing Lab, City will not issue Final Payment until the Testing Lab is paid. E. If any Work (or the work of others) that is to be inspected, tested, or approved is covered by Contractor without written concurrence of City, Contractor shall, if requested by City, uncover such Work for observation. F. Uncovering Work as provided in Paragraph 13.03.E shall be at Contractor's expense. G. Contractor shall have the right to make a Contract Claim regarding any retest or invoice issued under Section 13.03 D. 13.04 Uncovering Work A. If any Work is covered contrary to the Contract Documents or specific instructions by the City, it must, if requested by City, be uncovered for City's observation and replaced at Contractor's expense. B. If City considers it necessary or advisable that covered Work be observed by City or inspected or tested by others, Contractor, at City's request, shall uncover, expose, or otherwise make available for observation, inspection, or testing as City may require, that portion of the Work in question, furnishing all necessary labor, material, and equipment. If it is found that the uncovered Work is defective, Contractor shall pay all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) arising out of or relating to such uncovering, exposure, observation, inspection, and testing, and of satisfactory replacement or reconstruction (including but not limited to all costs of repair or replacement of work of others); or City shall be entitled to accept defective Work in accordance with Paragraph 13.08 in which case Contractor shall still be responsible for all costs associated with exposing, observing, and testing the defective Work. 2. If the uncovered Work is not found to be defective, Contractor shall be allowed an increase in the Contract Price or an extension of the Contract Time, or both, directly attributable to such uncovering, exposure, observation, inspection, testing, replacement, and reconstruction. 13.05 City May Stop the Work If the Work is defective, or Contractor fails to supply sufficient skilled workers or suitable materials or equipment, or fails to perform the Work in such a way that the completed Work will conform to the Contract Documents, City may order Contractor to stop the Work, or any portion thereof, until the cause for such order has been eliminated; however, this right of City to stop the Work shall not give rise to any duty on the part of City to exercise this right for the benefit of Contractor, any CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: September 1,2025 2026 Concrete Restoration Contract 1 City Podect No. 106177 00 72 00 -1 GENERAL CONDITIONS Page 50 of 63 Subcontractor, any Supplier, any other individual or entity, or any surety for, or employee or agent of any of them. 13.06 Correction or Removal of Defective Work A. Promptly after receipt of written notice, Contractor shall correct all defective Work pursuant to an acceptable schedule, whether or not fabricated, installed, or completed, or, if the Work has been rejected by City, remove it from the Project and replace it with Work that is not defective. Contractor shall pay all claims, costs, additional testing, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to such correction or removal (including but not limited to all costs of repair or replacement of work of others). Failure to require the removal of any defective Work shall not constitute acceptance of such Work. B. When correcting defective Work under the terms of this Paragraph 13.06 or Paragraph 13.07, Contractor shall take no action that would void or otherwise impair City's special warranty and guarantee, if any, on said Work. 13.07 Correction Period A. If within two (2) years after the date of Final Acceptance (or such longer period of time as may be prescribed by the terms of any applicable special guarantee required by the Contract Documents), any Work is found to be defective, or if the repair of any damages to the land or areas made available for Contractor's use by City or permitted by Laws and Regulations as contemplated in Paragraph 6.10.A is found to be defective, Contractor shall promptly, without cost to City and in accordance with City's written instructions: 1. repair such defective land or areas; or 2. correct such defective Work; or 3. if the defective Work has been rejected by City, remove it from the Project and replace it with Work that is not defective, and 4. satisfactorily correct or repair or remove and replace any damage to other Work, to the work of others or other land or areas resulting therefrom. B. If Contractor does not promptly comply with the terms of City's written instructions, or in an emergency where delay would cause serious risk of loss or damage, City may have the defective Work corrected or repaired or may have the rejected Work removed and replaced. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) arising out of or relating to such correction or repair or such removal and replacement (including but not limited to all costs of repair or replacement of work of others) will be paid by Contractor. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: September 1,2025 2026 Concrete Restoration Contract 1 City Podect No. 106177 00 72 00 -1 GENERAL CONDITIONS Page 51 of 63 C. In special circumstances where a particular item of equipment is placed in continuous service before Final Acceptance of all the Work, the correction period for that item may start to run from an earlier date if so provided in the Contract Documents. D. Where defective Work (and damage to other Work resulting therefrom) has been corrected or removed and replaced under this Paragraph 13.07, the correction period hereunder with respect to such Work may be required to be extended for an additional period of one year after the end of the initial correction period. City shall provide 30 days written notice to Contractor should such additional warranty coverage be required. Contractor may dispute this requirement by filing a Contract Claim, pursuant to Paragraph 10.06. E. Contractor's obligations under this Paragraph 13.07 are in addition to any other obligation or warranty. The provisions of this Paragraph 13.07 shall not be construed as a substitute for, or a waiver of, the provisions of any applicable statute of limitation or repose. 13.08 Acceptance of Defective Work If, instead of requiring correction or removal and replacement of defective Work, City prefers to accept it, City may do so. Contractor shall pay all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) attributable to City's evaluation of and determination to accept such defective Work and for the diminished value of the Work to the extent not otherwise paid by Contractor. If any such acceptance occurs prior to Final Acceptance, a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work, and City shall be entitled to an appropriate decrease in the Contract Price, reflecting the diminished value of Work so accepted. 13.09 City May Correct Defective Work A. If Contractor fails within a reasonable time after written notice from City to correct defective Work, or to remove and replace rejected Work as required by City in accordance with Paragraph 13.06.A, or if Contractor fails to perform the Work in accordance with the Contract Documents, or if Contractor fails to comply with any other provision of the Contract Documents, City may, after seven (7) days written notice to Contractor, correct, or remedy any such deficiency. B. In exercising the rights and remedies under this Paragraph 13.09, City shall proceed expeditiously. In connection with such corrective or remedial action, City may exclude Contractor from all or part of the Site, take possession of all or part of the Work and suspend Contractor's services related thereto, and incorporate in the Work all materials and equipment incorporated in the Work, stored at the Site or for which City has paid Contractor but which are stored elsewhere. Contractor shall allow City, City's representatives, agents, consultants, employees, and City's other contractors, access to the Site to enable City to exercise the rights and remedies under this Paragraph. C. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: September 1,2025 2026 Concrete Restoration Contract 1 City Podect No. 106177 00 72 00 -1 GENERAL CONDITIONS Page 52 of 63 costs) incurred or sustained by City in exercising the rights and remedies under this Paragraph 13.09 will be charged against Contractor, and a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work; and City shall be entitled to an appropriate decrease in the Contract Price. D. Contractor shall not be allowed an extension of the Contract Time because of any delay in the performance of the Work attributable to the exercise of City's rights and remedies under this Paragraph 13.09. ARTICLE 14 — PAYMENTS TO CONTRACTOR AND COMPLETION 14.01 Schedule of Values The Schedule of Values for lump sum contracts established as provided in Paragraph 2.07 will serve as the basis for progress payments and will be incorporated into a form of Application for Payment acceptable to City. Progress payments on account of Unit Price Work will be based on the number of units completed. 14.02 Progress Payments A. Applications for Payments: Contractor is responsible for providing all information as required to become a vendor of the City. 2. At least 20 days before the date established in the General Requirements for each progress payment, Contractor shall submit to City for review an Application for Payment filled out and signed by Contractor covering the Work completed as of the date of the Application and accompanied by such supporting documentation as is required by the Contract Documents. 3. If payment is requested on the basis of materials and equipment not incorporated in the Work but delivered and suitably stored at the Site or at another location agreed to in writing, the Application for Payment shall also be accompanied by a bill of sale, invoice, or other documentation warranting that City has received the materials and equipment free and clear of all Liens and evidence that the materials and equipment are covered by appropriate insurance or other arrangements to protect City's interest therein, all of which must be satisfactory to City. 4. Beginning with the second Application for Payment, each Application shall include an affidavit of Contractor stating that previous progress payments received on account of the Work have been applied on account to discharge Contractor's legitimate obligations associated with prior Applications for Payment. 5. The amount of retainage with respect to progress payments will be as described in subsection C. unless otherwise stipulated in the Contract Documents. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: September 1,2025 2026 Concrete Restoration Contract 1 City Podect No. 106177 00 72 00 -1 GENERAL CONDITIONS Page 53 of 63 B. Review of Applications: City will, after receipt of each Application for Payment, either indicate in writing a recommendation of payment or return the Application to Contractor indicating reasons for refusing payment. In the latter case, Contractor may make the necessary corrections and resubmit the Application. 2. City's processing of any payment requested in an Application for Payment will be based on City's observations of the executed Work, and on City's review of the Application for Payment and the accompanying data and schedules, that to the best of City's knowledge: a. the Work has progressed to the point indicated; b. the quality of the Work is generally in accordance with the Contract Documents (subject to an evaluation of the Work as a functioning whole prior to or upon Final Acceptance, the results of any subsequent tests called for in the Contract Documents, a final determination of quantities and classifications for Work performed under Paragraph 9.05, and any other qualifications stated in the recommendation). 3. Processing any such payment will not thereby be deemed to have represented that: a. inspections made to check the quality or the quantity of the Work as it has been performed have been exhaustive, extended to every aspect of the Work in progress, or involved detailed inspections of the Work beyond the responsibilities specifically assigned to City in the Contract Documents; or b. there may not be other matters or issues between the parties that might entitle Contractor to be paid additionally by City or entitle City to withhold payment to Contractor; or Contractor has complied with Laws and Regulations applicable to Contractor's performance of the Work. 4. City may refuse to process the whole or any part of any payment because of subsequently discovered evidence or the results of subsequent inspections or tests, and revise or revoke any such payment previously made, to such extent as may be necessary to protect City from loss because: a. the Work is defective or completed Work has been damaged by the Contractor or subcontractors requiring correction or replacement; b. discrepancies in quantities contained in previous applications for payment; c. the Contract Price has been reduced by Change Orders; d. City has been required to correct defective Work or complete Work in accordance with Paragraph 13.09; or CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: September 1,2025 2026 Concrete Restoration Contract 1 City Podect No. 106177 00 72 00 -1 GENERAL CONDITIONS Page 54 of 63 e. City has actual knowledge of the occurrence of any of the events enumerated in Paragraph 15.02.A. C. Retainage: 1. For contracts less than $400,000 at the time of execution, retainage shall be ten percent (10%). 2. For contracts greater than $400,000 at the time of execution, retainage shall be five percent (5%). D. Liquidated Damages. For each calendar day that any work shall remain uncompleted after the time specified in the Contract Documents, the sum per day specified in the Agreement will be assessed against the monies due the Contractor, not as a penalty, but as damages suffered by the City. E. Payment: Contractor will be paid pursuant to the requirements of this Article 14 and payment will become due in accordance with the Contract Documents. F. Reduction in Payment: 1. City may refuse to make payment of the amount requested because: a. Liens have been filed in connection with the Work, except where Contractor has delivered a specific bond satisfactory to City to secure the satisfaction and discharge of such Liens; b. there are other items entitling City to a set-off against the amount recommended; or c. City has actual knowledge of the occurrence of any of the events enumerated in Paragraphs 14.02.B.4.a through 14.02.B.4.e or Paragraph 15.02.A. 2. If City refuses to make payment of the amount requested, City will give Contractor written notice stating the reasons for such action and pay Contractor any amount remaining after deduction of the amount so withheld. City shall pay Contractor the amount so withheld, or any adjustment thereto agreed to by City and Contractor, when Contractor remedies the reasons for such action. 14.03 Contractor's Warranty of Title Contractor warrants and guarantees that title to all Work, materials, and equipment covered by any Application for Payment, whether incorporated in the Project or not, will pass to City no later than the time of payment free and clear of all Liens. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: September 1,2025 2026 Concrete Restoration Contract 1 City Podect No. 106177 007200-1 GENERAL CONDITIONS Page 55 of 63 14.04 Partial Utilization A. Prior to Final Acceptance of all the Work, City may use or occupy any part of the Work which has specifically been identified in the Contract Documents, or which City determines constitutes a separately functioning and usable part of the Work that can be used for its intended purpose without significant interference with Contractor's performance of the remainder of the Work. City at any time may notify Contractor in writing to permit City to use or occupy any such part of the Work which City determines to be ready for its intended use, subject to the following conditions: 1. Contractor at any time may notify City in writing that Contractor considers any such part of the Work ready for its intended use. 2. Within a reasonable time after notification as enumerated in Paragraph 14.05.A.1, City and Contractor shall make an inspection of that part of the Work to determine its status of completion. If City does not consider that part of the Work to be substantially complete, City will notify Contractor in writing giving the reasons therefor. 3. Partial Utilization will not constitute Final Acceptance by City. 14.05 Finallnspection A. Upon written notice from Contractor that the entire Work is Substantially Complete in accordance with the Contract Documents: 1. Within 10 days, City will schedule a Final Inspection with Contractor. 2. City will notify Contractor in writing of all particulars in which this inspection reveals that the Work is incomplete or defective ("Punch List Items"). Contractor shall immediately take such measures as are necessary to complete such Work or remedy such deficiencies. B. No time charge will be made against the Contractor between said date of notification to the City of Substantial Completion and the date of Final Inspection. 1. Should the City determine that the Work is not ready for Final Inspection, City will notify the Contractor in writing of the reasons and Contract Time will resume. 2. Should the City concur that Substantial Completion has been achieved with the exception of any Punch List Items, Contract Time will resume for the duration it takes for Contractor to achieve Final Acceptance. 14.06 Final Acceptance Upon completion by Contractor to City's satisfaction, of any additional Work identified in the Final Inspection, City will issue to Contractor a letter of Final Acceptance. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: September 1,2025 2026 Concrete Restoration Contract 1 City Podect No. 106177 00 72 00 -1 GENERAL CONDITIONS Page 56 of 63 14.07 Final Payment A. Application for Payment: 1. Upon Final Acceptance, and in the opinion of City, Contractor may make an application for final payment following the procedure for progress payments in accordance with the Contract Documents. 2. The final Application for Payment shall be accompanied (except as previously delivered) by: a. all documentation called for in the Contract Documents, including but not limited to the evidence of insurance required by Paragraph 5.03; b. consent of the surety, if any, to final payment; c. a list of all pending or released Damage Claims against City that Contractor believes are unsettled; and d. affidavits of payments for employees, subcontractors, and suppliers; and complete and legally effective releases or waivers (satisfactory to City) of all Lien rights arising out of or Liens filed in connection with the Work. B. Payment Becomes Due: 1. After City's acceptance of the Application for Payment and accompanying documentation, requested by Contractor, less previous payments made and any sum City is entitled, including but not limited to liquidated damages, will become due and payable. 2. After all Damage Claims have been resolved: a. directly by the Contractor or; b. Contractor provides evidence that the Damage Claim has been reported to Contractor's insurance provider for resolution. 3. The making of the final payment by the City shall not relieve the Contractor of any guarantees or other requirements of the Contract Documents which specifically continue thereafter. 14.08 Final Completion Delayed and Partial Retainage Release A. If final completion of the Work is significantly delayed, and if City so confirms, City may, upon receipt of Contractor's final Application for Payment, and without terminating the Contract, make payment of the balance due for that portion of the Work fully completed and accepted. If the remaining balance to be held by City for Work not fully completed or corrected is less than the retainage stipulated in Paragraph 14.02.C, and if bonds have been furnished as required in Paragraph 5.02, the written consent of the surety to the payment of the balance due for that CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: September 1,2025 2026 Concrete Restoration Contract 1 City Podect No. 106177 00 72 00 -1 GENERAL CONDITIONS Page 57 of 63 portion of the Work fully completed and accepted shall be submitted by Contractor to City with the Application for such payment. Such payment shall be made under the terms and conditions governing final payment, except that it shall not constitute a waiver of Contract Claims. B. Partial Retainage Release. For a Contract that provides for a separate vegetative establishment and maintenance, and test and performance periods following the completion of all other construction in the Contract Documents for all Work locations, the City may release a portion of the amount retained provided that all other work is completed as determined by the City. Before the release, all submittals and final quantities must be completed and accepted for all other work. An amount sufficient to ensure Contract compliance will be retained. 14.09 Waiver of Claims The acceptance of final payment will constitute a release of the City from all claims or liabilities under the Contract for anything done or furnished or relating to the work under the Contract Documents or any act or neglect of City related to or connected with the Contract. ARTICLE 15 — SUSPENSION OF WORK AND TERMINATION 15.01 City May Suspend Work A. At any time and without cause, City may suspend the Work or any portion thereof by written notice to Contractor and which may fix the date on which Work will be resumed. Contractor shall resume the Work on the date so fixed. During temporary suspension of the Work covered by these Contract Documents, for any reason, the City will make no extra payment for stand-by time of construction equipment and/or construction crews. B. Should the Contractor not be able to complete a portion of the Project due to causes beyond the control of and without the fault or negligence of the Contractor, and should it be determined by mutual consent of the Contractor and City that a solution to allow construction to proceed is not available within a reasonable period of time, Contractor may request an extension in Contract Time, directly attributable to any such suspension. C. If it should become necessary to suspend the Work for an indefinite period, the Contractor shall store all materials in such a manner that they will not obstruct or impede the public unnecessarily nor become damaged in any way, and he shall take every precaution to prevent damage or deterioration of the work performed; he shall provide suitable drainage about the work, and erect temporary structures where necessary. D. Contractor maybe reimbursed for the cost of moving his equipment off the job and returning the necessary equipment to the job when it is determined by the City that construction may be resumed. Such reimbursement shall be based on actual cost to the Contractor of moving the equipment and no profit will be allowed. Reimbursement may not be allowed if the equipment is moved to another construction project for the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: September 1,2025 2026 Concrete Restoration Contract 1 City Podect No. 106177 00 72 00 -1 GENERAL CONDITIONS Page 58 of 63 15.02 City May Terminate for Cause A. The occurrence of any one or more of the following events by way of example, but not of limitation, may justify termination for cause: 1. Contractor's persistent failure to perform the Work in accordance with the Contract Documents (including, but not limited to, failure to supply sufficient skilled workers or suitable materials or equipment, failure to adhere to the Project Schedule established under Paragraph 2.07 as adjusted from time to time pursuant to Paragraph 6.04, or failure to adhere to the City's Business Diversity Enterprise Ordinance #20020-12-2011established under Paragraph 6.06.D); 2. Contractor's disregard of Laws or Regulations of any public body having jurisdiction; 3. Contractor's repeated disregard of the authority of City; or 4. Contractor's violation in any substantial way of any provisions of the Contract Documents; or 5. Contractor's failure to promptly make good any defect in materials or workmanship, or defects of any nature, the correction of which has been directed in writing by the City; or 6. Substantial indication that the Contractor has made an unauthorized assignment of the Contract or any funds due therefrom for the benefit of any creditor or for any other purpose; or 7. Substantial evidence that the Contractor has become insolvent or bankrupt, or otherwise financially unable to carry on the Work satisfactorily; or 8. Contractor commences legal action in a court of competent jurisdiction against the City. B. If one or more of the events identified in Paragraph 15.02A. occur, City will provide written notice to Contractor and Surety to arrange a conference with Contractor and Surety to address Contractor's failure to perform the Work. Conference shall be held not later than 15 days, after receipt of notice. 1. If the City, the Contractor, and the Surety do not agree to allow the Contractor to proceed to perform the construction Contract, the City may, to the extent permitted by Laws and Regulations, declare a Contractor default and formally terminate the Contractor's right to complete the Contract. Contractor default shall not be declared earlier than 20 days after the Contractor and Surety have received notice of conference to address Contractor's failure to perform the Work. 2. If Contractor's services are terminated, Surety shall be obligated to take over and perform the Work. If Surety does not commence performance thereof within 15 consecutive calendar days after date of an additional written notice demanding Surety's performance of its CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: September 1,2025 2026 Concrete Restoration Contract 1 City Podect No. 106177 00 72 00 -1 GENERAL CONDITIONS Page 59 of 63 obligations, then City, without process or action at law, may take over any portion of the Work and complete it as described below. a. If City completes the Work, City may exclude Contractor and Surety from the site and take possession of the Work, and all materials and equipment incorporated into the Work stored at the Site or for which City has paid Contractor or Surety but which are stored elsewhere, and finish the Work as City may deem expedient. 3. Whether City or Surety completes the Work, Contractor shall not be entitled to receive any further payment until the Work is finished. If the unpaid balance of the Contract Price exceeds all claims, costs, losses and damages sustained by City arising out of or resulting from completing the Work, such excess will be paid to Contractor. If such claims, costs, losses and damages exceed such unpaid balance, Contractor shall pay the difference to City. Such claims, costs, losses and damages incurred by City will be incorporated in a Change Order, provided that when exercising any rights or remedies under this Paragraph, City shall not be required to obtain the lowest price for the Work performed. 4. Neither City, nor any of its respective consultants, agents, officers, directors or employees shall be in any way liable or accountable to Contractor or Surety for the method by which the completion of the said Work, or any portion thereof, may be accomplished or for the price paid therefor. 5. City, notwithstanding the method used in completing the Contract, shall not forfeit the right to recover damages from Contractor or Surety for Contractor's failure to timely complete the entire Contract. Contractor shall not be entitled to any claim on account of the method used by City in completing the Contract. 6. Maintenance of the Work shall continue to be Contractor's and Surety's responsibilities as provided for in the bond requirements of the Contract Documents or any special guarantees provided for under the Contract Documents or any other obligations otherwise prescribed by law. C. Notwithstanding Paragraphs 15.02.B, Contractor's services will not be terminated if Contractor begins within seven days of receipt of notice of intent to terminate to correct its failure to perform and proceeds diligently to cure such failure within no more than 30 days of receipt of said notice. D. Where Contractor's services have been so terminated by City, the termination will not affect any rights or remedies of City against Contractor then existing or which may thereafter accrue. Any retention or payment of moneys due Contractor by City will not release Contractor from liability. E. If and to the extent that Contractor has provided a performance bond under the provisions of Paragraph 5.02, the termination procedures of that bond shall not supersede the provisions of this Article. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: September 1,2025 2026 Concrete Restoration Contract 1 City Podect No. 106177 00 72 00 -1 GENERAL CONDITIONS Page 60 of 63 15.03 City May Terminate For Convenience A. City may, without cause and without prejudice to any other right or remedy of City, terminate the Contract. Any termination shall be effected by mailing a notice of the termination to the Contractor specifying the extent to which performance of Work under the contract is terminated, and the date upon which such termination becomes effective. Receipt of the notice shall be deemed conclusively presumed and established when the letter is placed in the United States Postal Service Mail by the City. Further, it shall be deemed conclusively presumed and established that such termination is made with just cause as therein stated; and no proof in any claim, demand or suit shall be required of the City regarding such discretionary action. B. After receipt of a notice of termination, and except as otherwise directed by the City, the Contractor shall: 1. Stop work under the Contract on the date and to the extent specified in the notice of termination; 2. place no further orders or subcontracts for materials, services or facilities except as may be necessary for completion of such portion of the Work under the Contract as is not terminated; 3. terminate all orders and subcontracts to the extent that they relate to the performance of the Work terminated by notice of termination; 4. transfer title to the City and deliver in the manner, at the times, and to the extent, if any, directed by the City: a. the fabricated or unfabricated parts, Work in progress, completed Work, supplies and other material produced as a part of, or acquired in connection with the performance of, the Work terminated by the notice of the termination; and b. the completed, or partially completed plans, drawings, information and other property which, if the Contract had been completed, would have been required to be furnished to the City. 5. complete performance of such Work as shall not have been terminated by the notice of termination; and 6. take such action as may be necessary, or as the City may direct, for the protection and preservation of the property related to its contract which is in the possession of the Contractor and in which the owner has or may acquire the rest. C. At a time not later than 30 days after the termination date specified in the notice of termination, the Contractor may submit to the City a list, certified as to quantity and quality, of any or all items of termination inventory not previously disposed of, exclusive of items the disposition of which has been directed or authorized by City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: September 1,2025 2026 Concrete Restoration Contract 1 City Podect No. 106177 00 72 00 -1 GENERAL CONDITIONS Page 61 of 63 D. Not later than 15 days thereafter, the City shall accept title to such items provided, that the list submitted shall be subject to verification by the City upon removal of the items or, if the items are stored, within 45 days from the date of submission of the list, and any necessary adjustments to correct the list as submitted, shall be made prior to final settlement. E. Not later than 60 days after the notice of termination, the Contractor shall submit his termination claim to the City in the form and with the certification prescribed by the City. Unless an extension is made in writing within such 60 day period by the Contractor, and granted by the City, any and all such claims shall be conclusively deemed waived. F. In such case, Contractor shall be paid for (without duplication of any items): 1. completed and acceptable Work executed in accordance with the Contract Documents prior to the effective date of termination, including fair and reasonable sums for overhead and profit on such Work; 2. expenses sustained prior to the effective date of termination in performing services and furnishing labor, materials, or equipment as required by the Contract Documents in connection with uncompleted Work, plus fair and reasonable sums for overhead and profit on such expenses; and 3. reasonable expenses directly attributable to termination. G. In the event of the failure of the Contractor and City to agree upon the whole amount to be paid to the Contractor by reason of the termination of the Work, the City shall determine, on the basis of information available to it, the amount, if any, due to the Contractor by reason of the termination and shall pay to the Contractor the amounts determined. Contractor shall not be paid on account of loss of anticipated profits or revenue or other economic loss arising out of or resulting from such termination. ARTICLE 16 — DISPUTE RESOLUTION 16.01 Methods and Procedures A. Either City or Contractor may request mediation of any Contract Claim submitted for a decision under Paragraph 10.06 before such decision becomes final and binding. The request for mediation shall be submitted to the other parry to the Contract. Timely submission of the request shall stay the effect of Paragraph 10.06.E. B. City and Contractor shall participate in the mediation process in good faith. The process shall be commenced within 60 days of filing of the request. C. If the Contract Claim is not resolved by mediation, City's action under Paragraph 10.06.0 or a denial pursuant to Paragraphs 10.06.C.3 or 10.06.1) shall become final and binding 30 days after termination of the mediation unless, within that time period, City or Contractor: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: September 1,2025 2026 Concrete Restoration Contract 1 City Podect No. 106177 00 72 00 -1 GENERAL CONDITIONS Page 62 of 63 1. elects in writing to invoke any other dispute resolution process provided for in the Supplementary Conditions; or 2. agrees with the other parry to submit the Contract Claim to another dispute resolution process; or 3. gives written notice to the other party of the intent to submit the Contract Claim to a court of competent jurisdiction. ARTICLE 17 — MISCELLANEOUS 17.01 Giving Notice A. Whenever any provision of the Contract Documents requires the giving of written notice, it will be deemed to have been validly given if: 1. delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended; or 2. delivered at or sent by registered or certified mail, postage prepaid, to the last business address known to the giver of the notice. B. Business address changes must be promptly made in writing to the other party. C. Whenever the Contract Documents specifies giving notice by electronic means such electronic notice shall be deemed sufficient upon confirmation of receipt by the receiving party. 17.02 Computation of Times When any period of time is referred to in the Contract Documents by days, it will be computed to exclude the first and include the last day of such period. If the last day of any such period falls on a Saturday or Sunday or on a day made a legal holiday the next Working Day shall become the last day of the period. 17.03 Cumulative Remedies The duties and obligations imposed by these General Conditions and the rights and remedies available hereunder to the parties hereto are in addition to, and are not to be construed in any way as a limitation of, any rights and remedies available to any or all of them which are otherwise imposed or available by Laws or Regulations, by special warranty or guarantee, or by other provisions of the Contract Documents. The provisions of this Paragraph will be as effective as if repeated specifically in the Contract Documents in connection with each particular duty, obligation, right, and remedy to which they apply. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: September 1,2025 2026 Concrete Restoration Contract 1 City Podect No. 106177 00 72 00 -1 GENERAL CONDITIONS Page 63 of 63 17.04 Survival of Obligations All representations, indemnifications, warranties, and guarantees made in, required by, or given in accordance with the Contract Documents, as well as all continuing obligations indicated in the Contract Documents, will survive final payment, completion, and acceptance of the Work or termination or completion of the Contract or termination of the services of Contractor. 17.05 Headings Article and paragraph headings are inserted for convenience only and do not constitute parts of these General Conditions. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: September 1,2025 2026 Concrete Restoration Contract 1 City Podect No. 106177 00 73 00 SUPPLEMENTARY CONDITIONS SECTION 00 73 00 SUPPLEMENTARY CONDITIONS TO GENERAL CONDITIONS Supplementary Conditions Page 1 of 5 These Supplementary Conditions modify and supplement Section 00 72 00 - General Conditions, and other provisions of the Contract Documents as indicated below. All provisions of the General Conditions that are modified or supplemented remain in full force and effect as so modified or supplemented. All provisions of the General Conditions which are not so modified or supplemented remain in full force and effect. Defined Terms The terms used in these Supplementary Conditions which are defined in the General Conditions have the meaning assigned to them in the General Conditions, unless specifically noted herein. Modifications and Supplements The following are instructions that modify or supplement specific paragraphs in the General Conditions and other Contract Documents. SC-3.03B.2, "Resolving Discrepancies" Plans govern over Specifications. SC-4.01A Easement limits shown on the Drawing are approximate and were provided to establish a basis for bidding. Upon receiving the final easements descriptions, Contractor shall compare them to the lines shown on the Contract Drawings. SC-4.01A.1., "Availability of Lands" The following is a list of known outstanding right-of-way, and/or easements to be acquired, if any as of June 15, 2025: Outstanding Right -Of -Way, and/or Easements to Be Acquired PARCEL OWNER NUMBER NONE TARGET DATE OF POSSESSION The Contractor understands and agrees that the dates listed above are estimates only, are not guaranteed, and do not bind the City. If Contractor considers the final easements provided to differ materially from the representations on the Contract Drawings, Contractor shall within five (5) Business Days and before proceeding with the Work, notify City in writing associated with the differing easement line locations. SC-4.01A.2, "Availability of Lands" CITY OF FORT WORTH 2O26 CONCRETE RESTORATION CONTRACT 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 106177 Revised March 8, 2024 00 73 00 SUPPLEMENTARY CONDITIONS Page 2 of 5 Utilities or obstructions to be removed, adjusted, and/or relocated The following is list of utilities and/or obstructions that have not been removed, adjusted, and/or relocated as of June 15, 2025 EXPECTED UTILITY AND LOCATION TARGET DATE OF OWNER ADJUSTMENT NONE The Contractor understands and agrees that the dates listed above are estimates only, are not guaranteed, and do not bind the City. SC-4.02A., "Subsurface and Physical Conditions" The following are reports of explorations and tests of subsurface conditions at the site of the Work: A `None" The following are drawings of physical conditions in or relating to existing surface and subsurface structures (except Underground Facilities) which are at or contiguous to the site of the Work: "None" SC-4.06A., "Hazardous Environmental Conditions at Site" The following are reports and drawings of existing hazardous environmental conditions known to the City: "None" SC-5.03A., "Certificates of Insurance" The entities listed below are "additional insureds as their interest may appear" including their respective officers, directors, agents and employees. (1) City (2) Consultant: "None" (3) Other: "None" SC-5.04A., "Contractor's Insurance" The limits of liability for the insurance required by Paragraph GC-5.04 shall provide the following coverages for not less than the following amounts or greater where required by laws and regulations: 5.04A. Workers' Compensation, under Paragraph GC-5.04A. Statutory limits Employer's liability $100,000 each accident/occurrence $100,000 Disease - each employee $500,000 Disease - policy limit SC-5.04B., "Contractor's Insurance" 5.04B. Commercial General Liability, under Paragraph GC-5.0413. Contractor's Liability Insurance under Paragraph GC-5.04B., which shall be on a per project basis covering the Contractor with minimum limits of: CITY OF FORT WORTH 2O26 CONCRETE RESTORATION CONTRACT 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 106177 Revised March 8, 2024 00 73 00 SUPPLEMENTARY CONDITIONS Page 3 of 5 $1,000,000 each occurrence $2,000,000 aggregate limit The policy must have an endorsement (Amendment — Aggregate Limits of Insurance) making the General Aggregate Limits apply separately to each job site. The Commercial General Liability Insurance policies shall provide "X", "C", and "U" coverage's. Verification of such coverage must be shown in the Remarks Article of the Certificate of Insurance. SC 5.04C., "Contractor's Insurance" 5.04C. Automobile Liability, under Paragraph GC-5.04C. Contractor's Liability Insurance under Paragraph GC-5.04C., which shall be in an amount not less than the following amounts: (1) Automobile Liability - a commercial business policy shall provide coverage on "Any Auto", defined as autos owned, hired and non -owned. $1,000,000 each accident on a combined single limit basis. Split limits are acceptable if limits are at least: $250,000 Bodily Injury per person / $500,000 Bodily Injury per accident / $100,000 Property Damage SC-5.04D., "Contractor's Insurance" The Contractor's construction activities will require its employees, agents, subcontractors, equipment, and material deliveries to cross railroad properties and tracks "None" The Contractor shall conduct its operations on railroad properties in such a manner as not to interfere with, hinder, or obstruct the railroad company in any manner whatsoever in the use or operation of its/their trains or other property. Such operations on railroad properties may require that Contractor to execute a "Right of Entry Agreement" with the particular railroad company or companies involved, and to this end the Contractor should satisfy itself as to the requirements of each railroad company and be prepared to execute the right -of -entry (if any) required by a railroad company. The requirements specified herein likewise relate to the Contractor's use of private and/or construction access roads crossing said railroad company's properties. The Contractual Liability coverage required by Paragraph 5.04D of the General Conditions shall provide coverage for not less than the following amounts, issued by companies satisfactory to the City and to the Railroad Company for a term that continues for so long as the Contractor's operations and work cross, occupy, or touch railroad property: (1) General Aggregate: (2) Each Occurrence: Required for this Contract N/A N/A X Not required for this Contract With respect to the above outlined insurance requirements, the following shall govern: 1. Where a single railroad company is involved, the Contractor shall provide one insurance policy in the name of the railroad company. However, if more than one grade separation or at -grade CITY OF FORT WORTH 2O26 CONCRETE RESTORATION CONTRACT 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 106177 Revised March 8, 2024 00 73 00 SUPPLEMENTARY CONDITIONS Page 4 of 5 crossing is affected by the Project at entirely separate locations on the line or lines of the same railroad company, separate coverage may be required, each in the amount stated above. 2. Where more than one railroad company is operating on the same right-of-way or where several railroad companies are involved and operated on their own separate rights -of -way, the Contractor may be required to provide separate insurance policies in the name of each railroad company. 3. If, in addition to a grade separation or an at -grade crossing, other work or activity is proposed on a railroad company's right-of-way at a location entirely separate from the grade separation or at - grade crossing, insurance coverage for this work must be included in the policy covering the grade separation. 4. If no grade separation is involved but other work is proposed on a railroad company's right-of- way, all such other work may be covered in a single policy for that railroad, even though the work may be at two or more separate locations. No work or activities on a railroad company's property to be performed by the Contractor shall be commenced until the Contractor has furnished the City with an original policy or policies of the insurance for each railroad company named, as required above. All such insurance must be approved by the City and each affected Railroad Company prior to the Contractor's beginning work. The insurance specified above must be carried until all Work to be performed on the railroad right-of-way has been completed and the grade crossing, if any, is no longer used by the Contractor. In addition, insurance must be carried during all maintenance and/or repair work performed in the railroad right-of-way. Such insurance must name the railroad company as the insured, together with any tenant or lessee of the railroad company operating over tracks involved in the Project. SC-6.04., "Project Schedule" Project schedule shall be tier 3 for the project. SC-6.07 A.., "Duty to pay Prevailing Wage Rates" The following is the prevailing wage rate table(s) applicable to this project and is provided in the Appendixes: GC6.07 2013 Prevailing Wage Rates (Heavy and Highway Construction Projects) A copy of the table is also available by accessing the City's website at: https:Happs.fortworthtexas.gov/Pro*ectResources/ You can access the file by following the directory path: 02-Construction Documents/Specifications/Div00 — General Conditions SC-6.09., "Permits and Utilities" SC-6.09A., "Contractor obtained permits and licenses" 1. The following are known permits and/or licenses required by the Contract to be acquired by the Contractor: A Street Use permit issued by City. SC-6.0913. "City obtained permits and licenses" The following are known permits and/or licenses required by the Contract to be acquired by the City: "None" CITY OF FORT WORTH 2O26 CONCRETE RESTORATION CONTRACT 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 106177 Revised March 8, 2024 00 73 00 SUPPLEMENTARY CONDITIONS Page 5 of 5 SC-6.09C. "Outstanding permits and licenses" The following is a list of known outstanding permits and/or licenses to be acquired, if any as of June 15, 2025: Outstanding Permits and/or Licenses to Be Acquired OWNER PERMIT OR LICENSE AND LOCATION TARGET DATE OF POSSESSION "None" SC-7.02., "Coordination" The individuals or entities listed below have contracts with the City for the performance of other work at the Site: "None" Vendor Scope of Work Coordination Authority None None None SC-8.01, "Communications to Contractor" The Salt Rd panel replacement work should be the first activity to start for the project. SC-9.01., "City's Project Manager" The City's Project Manager for this Contract is Tariqul Islam or his/her successor pursuant to written notification from the Director of Transportation and Public Works SC-13.03C., "Tests and Inspections" "None" SC-16.01C.1, "Methods and Procedures" "None" END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 1/22/2016 F. Griffin SC-9.01., "City's Project Representative" wording changed to City's Project Manager. 3/9/2020 D.V. Magana SC-6.07, Updated the link such that files can be accessed via the City's website. 10/06/23 Michael Owen SC-6.07, Allow affidavit regarding paying prevailing wages to be submitted on completion of job, as opposed to with each progress report 3/08/24 Michael Owen Removed revisions related to affidavit, as those changes have been made in General Conditions CITY OF FORT WORTH 2O26 CONCRETE RESTORATION CONTRACT 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 106177 Revised March 8, 2024 011100-1 SUMMARY OF WORK SECTION 0111 00 PART1- GENERAL 1.1 SUMMARY A. Section Includes: Pagel of 3 1. Summary of Work to be performed in accordance with the Contract Documents B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 - General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Work Covered by Contract Documents Work is to include furnishing all labor, materials, and equipment, and performing all Work necessary for this construction project as detailed in the Drawings and Specifications. B. Subsidiary Work Any and all Work specifically governed by documentary requirements for the project, such as conditions imposed by the Drawings or Contract Documents in which no specific item for bid has been provided for in the Proposal and the item is not a typical unit bid item included on the standard bid item list, then the item shall be considered as a subsidiary item of Work, the cost of which shall be included in the price bid in the Proposal for various bid items. C. Use of Premises 1. Coordinate uses of premises under direction of the City. 2. Assume full responsibility for protection and safekeeping of materials and equipment stored on the Site. Use and occupy only portions of the public streets and alleys, or other public places or other rights -of -way as provided for in the ordinances of the City, as shown in the Contract Documents, or as may be specifically authorized in writing by the City. a. A reasonable amount of tools, materials, and equipment for construction purposes may be stored in such space, but no more than is necessary to avoid delay in the construction operations. CITY OF FORT WORTH 2O26 CONCRETE RESTORATION CONTRACT 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 106177 Revised December 20, 2012 01 11 00 - 2 SUMMARY OF WORK Page 2 of 3 b. Excavated and waste materials shall be stored in such a way as not to interfere with the use of spaces that may be designated to be left free and unobstructed and so as not to inconvenience occupants of adjacent property. c. If the street is occupied by railroad tracks, the Work shall be carried on in such manner as not to interfere with the operation of the railroad. 1) All Work shall be in accordance with railroad requirements set forth in Division 0 as well as the railroad permit. D. Work within Easements 1. Do not enter upon private property for any purpose without having previously obtained permission from the owner of such property. 2. Do not store equipment or material on private property unless and until the specified approval of the property owner has been secured in writing by the Contractor and a copy furnished to the City. 3. Unless specifically provided otherwise, clear all rights -of -way or easements of obstructions which must be removed to make possible proper prosecution of the Work as a part of the project construction operations. 4. Preserve and use every precaution to prevent damage to, all trees, shrubbery, plants, lawns, fences, culverts, curbing, and all other types of structures or improvements, to all water, sewer, and gas lines, to all conduits, overhead pole lines, or appurtenances thereof, including the construction of temporary fences and to all other public or private property adjacent to the Work. 5. Notify the proper representatives of the owners or occupants of the public or private lands of interest in lands which might be affected by the Work. a. Such notice shall be made at least 48 hours in advance of the beginning of the Work. b. Notices shall be applicable to both public and private utility companies and any corporation, company, individual, or other, either as owners or occupants, whose land or interest in land might be affected by the Work. c. Be responsible for all damage or injury to property of any character resulting from any act, omission, neglect, or misconduct in the manner or method or execution of the Work, or at any time due to defective work, material, or equipment. 6. Fence a. Restore all fences encountered and removed during construction of the Project to the original or a better than original condition. b. Erect temporary fencing in place of the fencing removed whenever the Work is not in progress and when the site is vacated overnight, and/or at all times to provide site security. c. The cost for all fence work within easements, including removal, temporary closures and replacement, shall be subsidiary to the various items bid in the project proposal, unless a bid item is specifically provided in the proposal. CITY OF FORT WORTH 2O26 CONCRETE RESTORATION CONTRACT 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 106177 Revised December 20, 2012 011100-3 SUMMARY OF WORK Page 3 of 3 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH 2O26 CONCRETE RESTORATION CONTRACT 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 106177 Revised December 20, 2012 012500-1 SUBSTITUTION PROCEDURES Pagel of 4 1 SECTION 0125 00 2 SUBSTITUTION PROCEDURES 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. The procedure for requesting the approval of substitution of a product that is not 7 equivalent to a product which is specified by descriptive or performance criteria or 8 defined by reference to 1 or more of the following: 9 a. Name of manufacturer 10 b. Name of vendor 11 c. Trade name 12 d. Catalog number 13 2. Substitutions are not "or -equals". 14 B. Deviations from this City of Fort Worth Standard Specification 15 1. None. 16 C. Related Specification Sections include, but are not necessarily limited to: 17 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 18 2. Division 1 — General Requirements 19 1.2 PRICE AND PAYMENT PROCEDURES 20 A. Measurement and Payment 21 1. Work associated with this Item is considered subsidiary to the various items bid. 22 No separate payment will be allowed for this Item. 23 1.3 REFERENCES [NOT USED] 24 1.4 ADMINISTRATIVE REQUIREMENTS 25 A. Request for Substitution - General 26 1. Within 30 days after award of Contract (unless noted otherwise), the City will 27 consider formal requests from Contractor for substitution of products in place of 28 those specified. 29 2. Certain types of equipment and kinds of material are described in Specifications by 30 means of references to names of manufacturers and vendors, trade names, or 31 catalog numbers. 32 a. When this method of specifying is used, it is not intended to exclude from 33 consideration other products bearing other manufacturer's or vendor's names, 34 trade names, or catalog numbers, provided said products are "or -equals," as 35 determined by City. 36 3. Other types of equipment and kinds of material may be acceptable substitutions 37 under the following conditions: 38 a. Or -equals are unavailable due to strike, discontinued production of products 39 meeting specified requirements, or other factors beyond control of Contractor; 40 or, CITY OF FORT WORTH 2O26 CONCRETE RESTORATION CONTRACT 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 106177 Revised July 1, 2011 01 25 00 - 2 SUBSTITUTION PROCEDURES Page 2 of 4 1 b. Contractor proposes a cost and/or time reduction incentive to the City. 2 1.5 SUBMITTALS 3 A. See Request for Substitution Form (attached) 4 B. Procedure for Requesting Substitution 5 1. Substitution shall be considered only: 6 a. After award of Contract 7 b. Under the conditions stated herein 8 2. Submit 3 copies of each written request for substitution, including: 9 a. Documentation 10 1) Complete data substantiating compliance of proposed substitution with 11 Contract Documents 12 2) Data relating to changes in construction schedule, when a reduction is 13 proposed 14 3) Data relating to changes in cost 15 b. For products 16 1) Product identification 17 a) Manufacturer's name 18 b) Telephone number and representative contact name 19 c) Specification Section or Drawing reference of originally specified 20 product, including discrete name or tag number assigned to original 21 product in the Contract Documents 22 2) Manufacturer's literature clearly marked to show compliance of proposed 23 product with Contract Documents 24 3) Itemized comparison of original and proposed product addressing product 25 characteristics including, but not necessarily limited to: 26 a) Size 27 b) Composition or materials of construction 28 c) Weight 29 d) Electrical or mechanical requirements 30 4) Product experience 31 a) Location of past projects utilizing product 32 b) Name and telephone number of persons associated with referenced 33 projects knowledgeable concerning proposed product 34 c) Available field data and reports associated with proposed product 35 5) Samples 36 a) Provide at request of City. 37 b) Samples become the property of the City. 38 c. For construction methods: 39 1) Detailed description of proposed method 40 2) Illustration drawings 41 C. Approval or Rejection 42 1. Written approval or rejection of substitution given by the City 43 2. City reserves the right to require proposed product to comply with color and pattern 44 of specified product if necessary to secure design intent. 45 3. In the event the substitution is approved, the resulting cost and/or time reduction 46 will be documented by Change Order in accordance with the General Conditions. CITY OF FORT WORTH 2O26 CONCRETE RESTORATION CONTRACT 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 106177 Revised July 1, 2011 012500-3 SUBSTITUTION PROCEDURES Page 3 of 4 1 4. No additional contract time will be given for substitution. 2 5. Substitution will be rejected if- 3 a. Submittal is not through the Contractor with his stamp of approval 4 b. Request is not made in accordance with this Specification Section 5 c. In the City's opinion, acceptance will require substantial revision of the original 6 design 7 d. In the City's opinion, substitution will not perform adequately the function 8 consistent with the design intent 9 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 10 1.7 CLOSEOUT SUBMITTALS [NOT USED] 11 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 12 1.9 QUALITY ASSURANCE 13 A. In making request for substitution or in using an approved product, the Contractor 14 represents that the Contractor: 15 1. Has investigated proposed product, and has determined that it is adequate or 16 superior in all respects to that specified, and that it will perform function for which 17 it is intended 18 2. Will provide same guarantee for substitute item as for product specified 19 3. Will coordinate installation of accepted substitution into Work, to include building 20 modifications if necessary, making such changes as may be required for Work to be 21 complete in all respects 22 4. Waives all claims for additional costs related to substitution which subsequently 23 arise 24 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 25 1.11 FIELD [SITE] CONDITIONS [NOT USED] 26 1.12 WARRANTY [NOT USED] 27 PART 2 - PRODUCTS [NOT USED] 28 PART 3 - EXECUTION [NOT USED] 29 30 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 31 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 2026 CONCRETE RESTORATION CONTRACT 1 CITY PROJECT NO. 106177 012500-4 SUBSTITUTION PROCEDURES Page 4 of 4 1 EXHIBIT A 2 REQUEST FOR SUBSTITUTION FORM: 3 4 TO: 5 PROJECT: DATE: 6 We hereby submit for your consideration the following product instead of the specified item for 7 the above project: 8 SECTION PARAGRAPH SPECIFIED ITEM 9 10 11 Proposed Substitution: 12 Reason for Substitution: 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 Include complete information on changes to Drawings and/or Specifications which proposed substitution will require for its proper installation. Fill in Blanks Below: A. Will the undersigned contractor pay for changes to the building design, including engineering and detailing costs caused by the requested substitution? B. What effect does substitution have on other trades? C. Differences between proposed substitution and specified item? D. Differences in product cost or product delivery time? E. Manufacturer's guarantees of the proposed and specified items are: Equal Better (explain on attachment) The undersigned states that the function, appearance and quality are equivalent or superior to the specified item. Submitted By: For Use by City Signature as noted Firm _ Address Date Telephone For Use by City: Approved City CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 Recommended Recommended Not recommended _Received late By Date Remarks Date Rejected 2026 CONCRETE RESTORATION CONTRACT 1 CITY PROJECT NO. 106177 013119-1 PRECONSTRUCTION MEETING Pagel of 3 1 SECTION 013119 2 PRECONSTRUCTION MEETING 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Provisions for the preconstruction meeting to be held prior to the start of Work to 7 clarify construction contract administration procedures 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. None. 10 C. Related Specification Sections include, but are not necessarily limited to: 11 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 12 2. Division 1 — General Requirements 13 1.2 PRICE AND PAYMENT PROCEDURES 14 A. Measurement and Payment 15 1. Work associated with this Item is considered subsidiary to the various items bid. 16 No separate payment will be allowed for this Item. 17 1.3 REFERENCES [NOT USED] 18 1.4 ADMINISTRATIVE REQUIREMENTS 19 A. Coordination 20 1. Attend preconstruction meeting. 21 2. Representatives of Contractor, subcontractors and suppliers attending meetings 22 shall be qualified and authorized to act on behalf of the entity each represents. 23 3. Meeting administered by City may be tape recorded. 24 a. If recorded, tapes will be used to prepare minutes and retained by City for 25 future reference. 26 B. Preconstruction Meeting 27 1. A preconstruction meeting will be held within 14 days after the execution of the 28 Agreement and before Work is started. 29 a. The meeting will be scheduled and administered by the City. 30 2. The Project Representative will preside at the meeting, prepare the notes of the 31 meeting and distribute copies of same to all participants who so request by fully 32 completing the attendance form to be circulated at the beginning of the meeting. 33 3. Attendance shall include: 34 a. Project Representative 35 b. Contractor's project manager 36 c. Contractor's superintendent 37 d. Any subcontractor or supplier representatives whom the Contractor may desire 38 to invite or the City may request CITY OF FORT WORTH 2O26 CONCRETE RESTORATION CONTRACT 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 106177 Revised August 17, 2012 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 0131 19 - 2 PRECONSTRUCTION MEETING Page 2 of 3 e. Other City representatives f. Others as appropriate 4. Construction Schedule a. Prepare baseline construction schedule in accordance with Section 0132 16 and provide at Preconstruction Meeting. b. City will notify Contractor of any schedule changes upon Notice of Preconstruction Meeting. 5. Preliminary Agenda may include: a. Introduction of Project Personnel b. General Description of Project c. Status of right-of-way, utility clearances, easements or other pertinent permits d. Contractor's work plan and schedule e. Contract Time f. Notice to Proceed g. Construction Staking h. Progress Payments i. Extra Work and Change Order Procedures j. Field Orders k. Disposal Site Letter for Waste Material 1. Insurance Renewals in. Payroll Certification n. Material Certifications and Quality Control Testing o. Public Safety and Convenience p. Documentation of Pre -Construction Conditions q. Weekend Work Notification r. Legal Holidays s. Trench Safety Plans t. Confined Space Entry Standards u. Coordination with the City's representative for operations of existing water systems v. Storm Water Pollution Prevention Plan w. Coordination with other Contractors x. Early Warning System y. Contractor Evaluation z. Special Conditions applicable to the project aa. Damages Claims bb. Submittal Procedures cc. Substitution Procedures dd. Correspondence Routing ee. Record Drawings ff. Temporary construction facilities gg. M/WBE or MBE/SBE procedures hh. Final Acceptance ii. Final Payment J. Questions or Comments CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised August 17, 2012 2026 CONCRETE RESTORATION CONTRACT 1 CITY PROJECT NO. 106177 013119-3 PRECONSTRUCTION MEETING Page 3 of 3 1 1.5 SUBMITTALS [NOT USED] 2 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 3 1.7 CLOSEOUT SUBMITTALS [NOT USED] 4 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 5 1.9 QUALITY ASSURANCE [NOT USED] 6 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 7 1.11 FIELD [SITE] CONDITIONS [NOT USED] 8 1.12 WARRANTY [NOT USED] 9 PART 2 - PRODUCTS [NOT USED] 10 PART 3 - EXECUTION [NOT USED] 11 12 13 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH 2O26 CONCRETE RESTORATION CONTRACT 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 106177 Revised August 17, 2012 1 2 3 PART1- GENERAL 4 1.1 SUMMARY SECTION 013120 PROJECT MEETINGS 013120-1 PROJECT MEETINGS Pagel of 3 5 A. Section Includes: 6 1. Provisions for project meetings throughout the construction period to enable orderly 7 review of the progress of the Work and to provide for systematic discussion of 8 potential problems 9 B. Deviations this City of Fort Worth Standard Specification 10 1. None. 11 C. Related Specification Sections include, but are not necessarily limited to: 12 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 13 2. Division 1 — General Requirements 14 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 1. Work associated with this Item is considered subsidiary to the various items bid. 17 No separate payment will be allowed for this Item. 18 1.3 REFERENCES [NOT USED] 19 1.4 ADMINISTRATIVE REQUIREMENTS 20 A. Coordination 21 1. Schedule, attend and administer as specified, periodic progress meetings, and 22 specially called meetings throughout progress of the Work. 23 2. Representatives of Contractor, subcontractors and suppliers attending meetings 24 shall be qualified and authorized to act on behalf of the entity each represents. 25 3. Meetings administered by City may be tape recorded. 26 a. If recorded, tapes will be used to prepare minutes and retained by City for 27 future reference. 28 4. Meetings, in addition to those specified in this Section, may be held when requested 29 by the City, Engineer or Contractor. 30 B. Pre -Construction Neighborhood Meeting 31 1. After the execution of the Agreement, but before construction is allowed to begin, 32 attend 1 Public Meeting with affected residents to: 33 a. Present projected schedule, including construction start date 34 b. Answer any construction related questions 35 2. Meeting Location 36 a. Location of meeting to be determined by the City. 37 3. Attendees 38 a. Contractor CITY OF FORT WORTH 2O26 CONCRETE RESTORATION CONTRACT 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 106177 Revised July 1, 2011 013120-2 PROJECT MEETINGS Page 2 of 3 l b. Project Representative 2 c. Other City representatives 3 4. Meeting Schedule 4 a. In general, the neighborhood meeting will occur within the 2 weeks following 5 the pre -construction conference. 6 b. In no case will construction be allowed to begin until this meeting is held. 7 C. Progress Meetings 8 1. Formal project coordination meetings will be held periodically. Meetings will be 9 scheduled and administered by Project Representative. 10 2. Additional progress meetings to discuss specific topics will be conducted on an as - II needed basis. Such additional meetings shall include, but not be limited to: 12 a. Coordinating shutdowns 13 b. Installation of piping and equipment 14 c. Coordination between other construction projects 15 d. Resolution of construction issues 16 e. Equipment approval 17 3. The Project Representative will preside at progress meetings, prepare the notes of 18 the meeting and distribute copies of the same to all participants who so request by 19 fully completing the attendance form to be circulated at the beginning of each 20 meeting. 21 4. Attendance shall include: 22 a. Contractor's project manager 23 b. Contractor's superintendent 24 c. Any subcontractor or supplier representatives whom the Contractor may desire 25 to invite or the City may request 26 d. Engineer's representatives 27 e. City's representatives 28 f. Others, as requested by the Project Representative 29 5. Preliminary Agenda may include: 30 a. Review of Work progress since previous meeting 31 b. Field observations, problems, conflicts 32 c. Items which impede construction schedule 33 d. Review of off -site fabrication, delivery schedules 34 e. Review of construction interfacing and sequencing requirements with other 35 construction contracts 36 f. Corrective measures and procedures to regain projected schedule 37 g. Revisions to construction schedule 38 h. Progress, schedule, during succeeding Work period 39 i. Coordination of schedules 40 j. Review submittal schedules 41 k. Maintenance of quality standards 42 1. Pending changes and substitutions 43 in. Review proposed changes for: 44 1) Effect on construction schedule and on completion date 45 2) Effect on other contracts of the Project 46 n. Review Record Documents 47 o. Review monthly pay request 48 p. Review status of Requests for Information CITY OF FORT WORTH 2O26 CONCRETE RESTORATION CONTRACT 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 106177 Revised July 1, 2011 013120-3 PROJECT MEETINGS Page 3 of 3 1 6. Meeting Schedule 2 a. Progress meetings will be held periodically as determined by the Project 3 Representative. 4 1) Additional meetings may be held at the request of the: 5 a) City 6 b) Engineer 7 c) Contractor 8 7. Meeting Location 9 a. The City will establish a meeting location. 10 1) To the extent practicable, meetings will be held at the Site. 11 1.5 SUBMITTALS [NOT USED] 12 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 13 1.7 CLOSEOUT SUBMITTALS [NOT USED] 14 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 15 1.9 QUALITY ASSURANCE [NOT USED] 16 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 17 1.11 FIELD [SITE] CONDITIONS [NOT USED] 18 1.12 WARRANTY [NOT USED] 19 PART 2 - PRODUCTS [NOT USED] 20 PART 3 - EXECUTION [NOT USED] 21 22 23 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH 2O26 CONCRETE RESTORATION CONTRACT 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 106177 Revised July 1, 2011 SECTION 013216 2 3 PART1- GENERAL 4 1.1 SUMMARY 013216-1 CONSTRUCTION PROGRESS SCHEDULE Page 1 of 10 5 A. Section Includes: 6 1. General requirements for the preparation, submittal, updating, status reporting and 7 management of the Construction Progress Schedule 8 2. Specific requirements are presented in the City of Fort Worth Schedule Guidance 9 Document 10 B. Deviations from this City of Fort Worth Standard Specification 11 1. None. 12 C. Related Specification Sections include, but are not necessarily limited to: 13 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 14 2. Division 1— General Requirements 15 D. Purpose 16 The City of Fort Worth (City) is committed to delivering quality, cost-effective 17 infrastructure to its citizens in a timely manner. A key tool to achieve this purpose is a 18 properly structured schedule with accurate updates. This supports effective monitoring 19 of progress and is input to critical decision making by the project manager throughout 20 the life of the project. Data from the updated project schedule is utilized in status 21 reporting to various levels of the City organization and the citizenry. 22 23 This Document complements the City's Standard Agreement to guide the construction 24 contractor (Contractor) in preparing and submitting acceptable schedules for use by the 25 City in project delivery. The expectation is the performance of the work follows the 26 accepted schedule and adhere to the contractual timeline. 27 28 The Contractor will designate a qualified representative (Project Scheduler) responsible 29 for developing and updating the schedule and preparing status reporting as required by 30 the City. 31 1.2 PRICE AND PAYMENT PROCEDURES 32 A. Measurement and Payment 33 1. Work associated with this Item is considered subsidiary to the various items bid. 34 No separate payment will be allowed for this Item. 35 2. Non-compliance with this specification is grounds for City to withhold payment of 36 the Contractor's invoices until Contractor achieves said compliance. 37 1.3 REFERENCES 38 A. Project Schedules CITY OF FORT WORTH 2O26 CONCRETE RESTORATION CONTRACT 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 106177 Revised October 6, 2023 01 32 16 - 2 CONSTRUCTION PROGRESS SCHEDULE Page 2 of 10 1 Each project is represented by City's master project schedule that encompasses the 2 entire scope of activities envisioned by the City to properly deliver the work. When the 3 City contracts with a Contractor to perform construction of the Work, the Contractor 4 will develop and maintain a schedule for their scope of work in alignment with the 5 City's standard schedule requirements as defined herein. The data and information of 6 each such schedule will be leveraged and become integral in the master project 7 schedule as deemed appropriate by the City's Project Control Specialist and approved 8 by the City's Project Manager. 9 10 1. Master Project Schedule 11 The master project schedule is a holistic representation of the scheduled activities 12 and milestones for the total project and be Critical Path Method (CPM) based. The 13 City's Project Manager is accountable for oversight of the development and 14 maintaining a master project schedule for each project. When the City contracts for 15 the design and/or construction of the project, the master project schedule will 16 incorporate elements of the Design and Construction schedules as deemed 17 appropriate by the City's Project Control Specialist. The assigned City Project 18 Control Specialist creates and maintains the master project schedule in P6 (City's 19 scheduling software). 20 21 2. Construction Schedule 22 The Contractor is responsible for developing and maintaining a schedule for the 23 scope of the Contractor's contractual requirements. The Contractor will issue an 24 initial schedule for review and acceptance by the City's Project Control Specialist 25 and the City's Project Manager as a baseline schedule for Contractor's scope of 26 work. Contractor will issue current, accurate updates of their schedule (Progress 27 Schedule) to the City at the end of each month throughout the life of their work. 28 B. Schedule Tiers 29 The City has a portfolio of projects that vary widely in size, complexity and content 30 requiring different scheduling to effectively deliver each project. The City uses a 31 "tiered" approach to align the proper schedule with the criteria for each project. The 32 City's Project Manager determines the appropriate schedule tier for each project, and 33 includes that designation and the associated requirements in the Contractor's scope of 34 work. The following is a summary of the "tiers". 35 36 1. Tier 1: Small Size and Short Duration Project (design not required) 37 The City develops and maintains a Master Project Schedule for the project. No 38 schedule submittal is required from Contractor. City's Project Control Specialist 39 acquires any necessary schedule status data or information through discussions with 40 the respective party on an as -needed basis. 41 42 2. Tier 2: Small Size and Short to Medium Duration Project 43 The City develops and maintains a Master Project Schedule for the project. The 44 Contractor identifies "start" and "finish" milestone dates on key elements of their 45 work as agreed with the City's Project Manager at the kickoff of their work effort. 46 The Contractor issues to the City, updates to the "start" and "finish" dates for such 47 milestones at the end of each month throughout the life of their work on the project. 48 49 3. Tier 3: Medium and Large Size and/or Complex Projects Regardless of Duration CITY OF FORT WORTH 2O26 CONCRETE RESTORATION CONTRACT 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 106177 Revised October 6, 2023 01 32 16 - 3 CONSTRUCTION PROGRESS SCHEDULE Page 3 of 10 1 The City develops and maintains a Master Project Schedule for the project. The 2 Contractor develops a Baseline Schedule and maintains the schedule of their 3 respective scope of work on the project at a level of detail (generally Level 3) and in 4 alignment with the WBS structure in Section I AH as agreed by the Project 5 Manager. The Contractor issues to the City, updates of their respective schedule 6 (Progress Schedule) at the end of each month throughout the life of their work on the 7 project. 8 C. Schedule Types 9 Project delivery for the City utilizes two types of schedules as noted below. The City 10 develops and maintains a Master Project Schedule as a "baseline" schedule and issue 11 monthly updates to the City Project Manager (end of each month) as a "progress" 12 schedule. The Contractor prepares and submits each schedule type to fulfill their 13 contractual requirements. 14 15 1. Baseline Schedule 16 The Contractor develops and submits to the City, an initial schedule for their scope 17 of work in alignment with this specification. Once reviewed and accepted by the 18 City, it becomes the "Baseline" schedule and is the basis against which all progress 19 is measured. The baseline schedule will be updated when there is a change or 20 addition to the scope of work impacting the duration of the work, and only after 21 receipt of a duly authorized change order issued by the City. In the event progress is 22 significantly behind schedule, the City's Project Manager may authorize an update 23 to the baseline schedule to facilitate a more practical evaluation of progress. An 24 example of a Baseline Schedule is provided in Specification 0132 16.1 25 Construction Project Schedule Baseline Example. 26 27 2. Progress Schedule 28 The Contractor updates their schedule at the end of each month to represent the 29 progress achieved in the work which includes any impact from authorized changes 30 in the work. The updated schedule must accurately reflect the current status of the 31 work at that point in time and is referred to as the "Progress Schedule". The City's 32 Project Manager and Project Control Specialist reviews and accepts each progress 33 schedule. In the event a progress schedule is deemed not acceptable, the 34 unacceptable issues are identified by the City within 5 working days and the 35 Contractor must provide an acceptable progress schedule within 5 working days 36 after receipt of non -acceptance notification. An example of a Progress Schedule is 37 provided in Specification 0132 16.2 Construction Project Schedule Progress 38 Example. 39 D. City Standard Schedule requirements 40 The following is an overview of the methodology for developing and maintaining a 41 schedule for delivery of a project. CITY OF FORT WORTH 2O26 CONCRETE RESTORATION CONTRACT 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 106177 Revised October 6, 2023 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 0132 16 - 4 CONSTRUCTION PROGRESS SCHEDULE Page 4 of 10 1. Schedule Framework - The schedule will be based on the defined scope of work and follow the (Critical Path Methodology) CPM method. The Contractor's schedule will align with the requirements of this specification and will be cost loaded to reflect their plan for execution. Compliance with cost loading can be provided with traditional cost loading of line items OR a projected cost per month for the project when the initial schedule is submitted, updated on a quarterly basis is significant change is anticipated. Overall schedule duration will align with the contractual requirements for the respective scope of work and be reflected in City's Master Project Schedule. The Project Number and Name of the Project is required on each schedule and must match the City's project data. E. Schedule File Name All schedules submitted to the City for a project will have a file name that begins with the City's project number followed by the name of the project followed by baseline (if a baseline schedule) or the year and month (if a progress schedule), as shown below. • Baseline Schedule File Name Format: City Project Number _Project Name —Baseline Example: 101376 North Montgomery Street HMAC Baseline • Progress Schedule File Name Format: City Project Number _Project Name_YYYY-MM Example: 101376 North Montgomery Street HMAC 2018_01 • Project Schedule Progress Narrative File Name Format: City Project Number —Project Name PN_YYYY-MM Example: 101376 North Montgomery Street HMAC PN 2018_01 F. Schedule Templates The Contractor will utilize the relevant sections from the City's templates provided in the City's document management system as the basis for creating their respective project schedule. Specifically, the Contractor's schedule will align with the layout of the Construction section. The templates are identified by type of project as noted below. • Arterials • Aviation • Neighborhood Streets • Sidewalks (later) • Quiet Zones (later) • Street Lights (later) • Intersection Improvements (later) • Parks • Storm water • Street Maintenance • Traffic • Water 48 G. Schedule Calendar CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised October 6, 2023 2026 CONCRETE RESTORATION CONTRACT 1 CITY PROJECT NO. 106177 0132 16 - 5 CONSTRUCTION PROGRESS SCHEDULE Page 5 of 10 1 The City's standard calendar for schedule development purposes is based on a 5-day 2 workweek and accounts for the City's nine standard holidays (New Years, Martin 3 Luther King, Memorial, Juneteenth, Independence, Labor, Thanksgiving, day after 4 Thanksgiving, and Christmas). The Contractor will establish a schedule calendar as 5 part of the schedule development process and provide to the Project Control Specialist 6 as part of the basis for their schedule. Variations between the City's calendar and the 7 Contractor's calendar must be resolved prior to the City's acceptance of their Baseline 8 project schedule. 9 10 H. WBS & Milestone Standards for Schedule Development 11 The scope of work to be accomplished by the Contractor is represented in the schedule 12 in the form of a Work Breakdown Structure (WBS). The WBS is the basis for the 13 development of the schedule activities and shall be imbedded and depicted in the 14 schedule. 15 16 The following is a summary of the standards to be followed in preparing and 17 maintaining a schedule for project delivery. 18 19 1. Contractor is required to utilize the City's WBS structure and respective 20 project type template for "Construction" as shown in Section 1.4.1-1 below. 21 Additional activities may be added to Levels 1 - 4 to accommodate the needs 22 of the organization executing the work. Specifically, the Contractor will add 23 activities under WBS XXXXXX.80.83 "Construction Execution" that 24 delineates the activities associated with the various components of the work. 25 26 2. Contractor is required to adhere to the City's Standard Milestones as shown 27 in Section 1.4.I below. Contractor will include additional milestones 28 representing intermediate deliverables as required to accurately reflect their 29 scope of work. 30 31 I. Schedule Activities 32 Activities are the discrete elements of work that make up the schedule. They will be 33 organized under the umbrella of the WBS. Activity descriptions should adequately 34 describe the activity, and in some cases the extent of the activity. All activities are 35 logically tied with a predecessor and a successor. The only exception to this rule is for 36 "project start" and "project finish" milestones. 37 38 The activity duration is based on the physical amount of work to be performed for the 39 stated activity, with a maximum duration of 20 working days OR a continuous activity 40 in one location. If the work for any one activity exceeds 20 days, break that activity 41 down incrementally to achieve this duration constraint. Any exception to this requires 42 review and acceptance by the City's Project Control Specialist. 43 44 J. Change Orders 45 When a Change Order is issued by the City, the impact is incorporated into the 46 previously accepted baseline schedule as an update, to clearly show impact to the 47 project timeline. The Contractor submits this updated baseline schedule to the City for CITY OF FORT WORTH 2O26 CONCRETE RESTORATION CONTRACT 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 106177 Revised October 6, 2023 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 013216-6 CONSTRUCTION PROGRESS SCHEDULE Page 6 of 10 review and acceptance as described in Section 1.5 below. Updated baseline schedules adhere to the following: 1. Time extensions associated with approved contract modifications are limited to the actual amount of time the project activities are anticipated to be delayed, unless otherwise approved by the Program Manager. 2. The re-baselined schedule is submitted by the Contractor within ten workdays after the date of receipt of the approved Change Order. 3. The changes in logic or durations approved by the City are used to analyze the impact of the change and is included in the Change Order. The coding for a new activity(s) added to the schedule for the Change Order includes the Change Order number in the Activity ID. Use as many activities as needed to accurately show the work of the Change Order. Revisions to the baseline schedule are not effective until accepted by the City. K. City's Work Breakdown Structure WBS Code WBS Name XXXXXX Project Name XXXXXX.30 Design XXXXXX.30.10 Design Contractor Agreement XXXXXX.30.20 Conceptual Design (30%) XXXXXX.30.30 Preliminary Design (60%) XXXXXX.30.40 Final Design XXXXXX.30.50 Environmental XXXXXX.30.60 Permits XXXXXX.30.60.10 Permits - Identification XXXXXX.30.60.20 Permits - Review/Approve XXXXXX.40 ROW & Easements XXXXXX.40.10 ROW Negotiations XXXXXX.40.20 Condemnation XXXXXX.70 Utility Relocation XXXXXX.70.10 Utility Relocation Co-ordination XXXXXX.80 Construction XXXXXX.80.81 Bid and Award XXXXXX.80.83 Construction Execution XXXXXX. 80. 85 Inspection XXXXXX.80.86 Landscaping XXXXXX.90 Closeout XXXXXX.90.10 Construction Contract Close-out XXXXXX.90.40 Design Contract Closure L. City's Standard Milestones The following milestone activities (i.e., important events on a project that mark critical points in time) are of particular interest to the City and must be reflected in the project schedule for all phases of work. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised October 6, 2023 2026 CONCRETE RESTORATION CONTRACT 1 CITY PROJECT NO. 106177 01 32 16 - 7 CONSTRUCTION PROGRESS SCHEDULE Page 7 of 10 l Activity ID Activity Name 2 Design 3 3020 Award Design Agreement 4 3040 Issue Notice to Proceed - Design Engineer 5 3100 Design Kick-off Meeting 6 3120 Submit Conceptual Plans to Utilities, ROW, Traffic, Parks, Storm Water, 7 Water & Sewer 8 3150 Peer Review Meeting/Design Review meeting (technical) 9 3160 Conduct Design Public Meeting #1 (required) 10 3170 Conceptual Design Complete 11 3220 Submit Preliminary Plans and Specifications to Utilities, ROW, Traffic, 12 Parks, Storm Water, Water & Sewer 13 3250 Conduct Design Public Meeting #2 (required) 14 3260 Preliminary Design Complete 15 3310 Submit Final Design to Utilities, ROW, Traffic, Parks, Storm Water, 16 Water & Sewer 17 3330 Conduct Design Public Meeting #3 (if required) 18 3360 Final Design Complete 19 ROW & Easements 20 4000 Right of Way Start 21 4230 Right of Way Complete 22 Utility Relocation 23 7000 Utilities Start 24 7120 Utilities Cleared/Complete 25 Construction 26 Bid and Award 27 8110 Start Advertisement 28 8150 Conduct Bid Opening 29 8240 Award Construction Contract 30 Construction Execution 31 8330 Conduct Construction Public Meeting #4 Pre -Construction 32 8350 Construction Start 33 8370 Substantial Completion 34 8540 Construction Completion 35 9130 Notice of Completion/Green Sheet 36 9150 Construction Contract Closed 37 9420 Design Contract Closed 38 39 1.4 SUBMITTALS 40 A. Schedule Submittal & Review 41 The City's Project Manager is responsible for reviews and acceptance of the Contractor's 42 schedule. The City's Project Control Specialist is responsible for ensuring alignment of 43 the Contractor's baseline and progress schedules with the Master Project Schedule as 44 support to the City's Project Manager. The City reviews and accepts or rejects the 45 schedule within ten workdays of Contractor's submittal. 46 CITY OF FORT WORTH 2O26 CONCRETE RESTORATION CONTRACT 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 106177 Revised October 6, 2023 013216-8 CONSTRUCTION PROGRESS SCHEDULE Page 8 of 10 1 1. Schedule Format 2 The Contractor will submit each schedule in two electronic forms, one in native file 3 format (.xer, .xml, .mpx) and the second in a pdf format, in the City's document 4 management system in the location dedicated for this purpose and identified by the 5 Project Manager. In the event the Contractor does not use Primavera P6 or MS 6 Project for scheduling purposes, the schedule information must be submitted in .xls or 7 .xlsx format in compliance with the sample layout (See Specification 0132 16.1 8 Construction Project Schedule Baseline Example), including activity predecessors, 9 successors and total float. 10 11 2. Initial & Baseline Schedule 12 The Contractor will develop their schedule for their scope of work and submit their 13 initial schedule in electronic form (in the file formats noted above), in the City's 14 document management system in the location dedicated for this purpose at least 5 15 working days prior to Pre Construction Meeting. 16 17 The City's Project Manager and Project Control Specialist review this initial schedule 18 to determine alignment with the City's Master Project Schedule, including format & 19 WBS structure. Following the City's review, feedback is provided to the Contractor 20 for their use in finalizing their initial schedule and issuing (within five workdays) their 21 Baseline Schedule for final review and acceptance by the City. 22 23 3. Progress Schedule 24 The Contractor will update and issue their project schedule (Progress Schedule) by the 25 last day of each month throughout the life of their work on the project. The Progress 26 Schedule is submitted in electronic form as noted above, in the City's document 27 management system in the location dedicated for this purpose. 28 29 The City's Project Control team reviews each Progress Schedule for data and 30 information that support the assessment of the update to the schedule. In the event 31 data or information is missing or incomplete, the Project Controls Specialist 32 communicates directly with the Contractor's scheduler for providing same. The 33 Contractor re -submits the corrected Progress Schedule within 5 workdays, following 34 the submittal process noted above. The City's Project Manager and Project Control 35 Specialist review the Contractor's progress schedule for acceptance and to monitor 36 performance and progress. 37 38 The following list of items are required to ensure proper status information is 39 contained in the Progress Schedule. 40 • Baseline Start date 41 • Baseline Finish Date 42 • % Complete 43 • Float 44 • Activity Logic (dependencies) 45 • Critical Path 46 • Activities added or deleted 47 • Expected Baseline Finish date 48 • Variance to the Baseline Finish Date 49 CITY OF FORT WORTH 2O26 CONCRETE RESTORATION CONTRACT 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 106177 Revised October 6, 2023 013216-9 CONSTRUCTION PROGRESS SCHEDULE Page 9 of 10 1 B. Monthly Construction Status Report 2 The Contractor submits a written status report (referred to as a progress narrative) at the 3 monthly progress meeting (if monthly meetings are held) or at the end of each month to 4 accompany the Progress Schedule submittal, using the standard format provided in 5 Specification 01 32 16.3 Construction Project Schedule Progress Narrative. The content 6 of the Construction Project Schedule Progress Narrative should be concise and complete 7 to include only changes, delays, and anticipated problems. 8 9 C. Submittal Process 10 • Schedules and Monthly Construction Status Reports are submitted in in the City's 11 document management system in the location dedicated for this purpose. 12 • Once the project has been completed and Final Acceptance has been issued by the 13 City, no further progress schedules or construction status reports are required from 14 the Contractor. 15 1. 16 1.5 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 17 1.6 CLOSEOUT SUBMITTALS [NOT USED] 18 1.7 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 19 1.8 QUALITY ASSURANCE 20 A. The person preparing and revising the construction Progress Schedule shall be 21 experienced in the preparation of schedules of similar complexity. 22 B. Schedule and supporting documents addressed in this Specification shall be prepared, 23 updated and revised to accurately reflect the performance of the construction. 24 C. Contractor is responsible for the quality of all submittals in this section meeting the 25 standard of care for the construction industry for similar projects. 26 1.9 DELIVERY, STORAGE, AND HANDLING [NOT USED] 27 1.10 FIELD [SITE] CONDITIONS [NOT USED] 28 1.11 WARRANTY [NOT USED] 29 1.12 ATTACHMENTS 30 Spec 01 32 16.1 Construction Project Schedule Baseline Example 31 Spec 0132 16.2 Construction Project Schedule Progress Example 32 Spec 01 32 16.3 Construction Project Schedule Progress Narrative 33 CITY OF FORT WORTH 2O26 CONCRETE RESTORATION CONTRACT 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 106177 Revised October 6, 2023 01 32 16 - 10 CONSTRUCTION PROGRESS SCHEDULE Page 10 of 10 2 PART 2 - PRODUCTS [NOT USED] 3 PART 3 - EXECUTION [NOT USED] 4 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 8/13/2021 Michael Owen Revised to update specification requirements and eliminate duplicate schedule specifications. 10/06/2023 Michael Owen Added "Juneteenth" to list of City Holidays under 1.3 G. "Schedule Calendar" CITY OF FORT WORTH 2O26 CONCRETE RESTORATION CONTRACT 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 106177 Revised October 6, 2023 01 32 16.1 CONSTRUCTION PROGRESS SCHEDULE — BASELINE EXAMPLE Pagel of 5 1 SECTION 0132 16.1 2 CONSTRUCTION SCHEDULE — BASELINE EXAMPLE 3 PART1- GENERAL 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 The following is an example of a Contractor's project schedule that illustrates the data and expectation for schedule content depicting the baseline for the project. This version of the schedule is referred to as a "baseline" schedule. This example is intended to provide guidance for the Contractor when developing and submitting a baseline schedule. See CFW Specification 0132 16 Construction Schedule for details and requirements regarding the Contractor's project schedule. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised August 13, 2021 2026 CONCRETE RESTORATION CONTRACT 1 CITY PROJECT NO. 106177 013216.1 CONSTRUCTION PROGRESS SCHEDULE - BASELINE EXAMPLE Page 2 of 5 — ------------ --------- ---------- I -------- — ---- I --------- ------- — - 1-7 -------- j ---------- ---------- 4 ----------- t --------- i ---------- i--- co ----------- 4- --- ------------ --------- ------------------------ --------------------- ---------- --------------------------------------------- ------------------- (N - - L ---------- L ------ �..j ------------ 1 ------------------ ------------------- ---------- ---------- ---------- ---------- ------------------- - ------------ ---------- ---------- ---------- --------- ---------- ---------- --------- ---------- ---------- i ----------- I ---------- I ----------- T --------- T.- . IL ------------ --------- ------------------- ---- ------ ------ mo� c3- f---------- i ---------- f ---------- --------- I ---------- I --- T ------- L 04, V ------------ ------ - - I -------- -1 ----------- ----- ---------- - ---- ---------- I- lr: I- rl- iai LL 6d 8�2 ;7 ;7 vA 1, 1- w fQ !�2 `2 �2 �2 �n do —4 e2al ua W w m m r2 a2 w �2 m a2 a2 2 5! �3 00 3 0 po �u 0 2 Z 9 ? T 2 '0 T2 tS 2 2 2 10 '0 cl :F -7 1 A 7 o cl m r IL '1, 6 6 4 cs -b fti t, �,7 c� 4o 7 7 7 7 7 (D 0 6. I Lci L�jj Lj (L ui Ld 43 rL 1? y '4 43 > c -ji -a CIL Ir P Rr pR cl E o t o Q a r Q)N E 3z TE; 'c El N u o nL v 2 p Uj u 4j Lj _j CITY OF FORT WORTH 2026 CONCRETE RESTORATION CONTRACT 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 106177 Revised August 13, 2021 1 2 01 32 16.1 CONSTRUCTION PROGRESS SCHEDULE — BASELINE EXAMPLE Page 3 of 5 4 ---- _--------- --------- a ---------- }---------- t--------- 1,__..__.__1--------- 4 ----------- 4 ____.___.._{_.___.____F---------- ---------- ....... cp T 3 C 1 1 1 h 1 1 1 1 1 I 1 1 y tY_ ___;___._____.-_______________________________-___.____.-__..___.__�_.___..__;.___.___ ___.___. _ ___._ _ ------- __._____._�_._ - i----------- i---------- t..__..___.¢___. ------ '____ ._'----- h----------- {----------- .�....... 'IS ir�ry I 7 =-------------------------------------- ----1----------"------------------ '-' � ip rite u9 i3 �S �i1 iV rY Lon rg� iV •.. $i �Y, r+� g �r'1 I 2 R M #+ a w vas a m m m m o. K CJ M y. 4�p I-- W A� .} {y M i n r- ti6 4� G G N N M d G y QU f4 CI N . fii N -N N n fJ M M M M M_M.M M M M �Y rh M T1 M W d6 tl0 tl6 tlry6 �, Lb '. 02 sd2 d2 d0 d6 u] w tl0 tl0 tlry6 rri �91 4T ❑� r}� - a, �y, d� �5� O� G tGj� G m P i� rY 2 1QI O N S� N a GI N f3 O SI M G i9 dr Po i4 A S GI 41 S' r u,c�ski❑ 99=00❑ In�aQ a❑❑ s -7 g#-7 ❑a r❑ o& Ih 1= ao in ,b I'- -i -r r= ,h r rn ao dl r= r 4 Ih vs Ii5 rh m . H a r= N N Y fy n N IL oo m w w m a ra, na is m ® w oa w as p, rsl a rn rn rn a ro . n, �sr fi �� sw p, nl pa �I 2 e.. 4fTryc5i r�Y �� r 94 T 7t'1 7�J1. 7� 7�I 4 7N 7 a O tl6 {+I N 4� Cr Y8 Q� T rn r- rl} 4 rn 6 M1r - N lf5 ib di in n rP 4@ �D lrp �O Ita F�V c9 a 24 0 N r r� a o o o O S] 13 ' 2 In a In y��I f4 w. S in u',N';N J2 u n F F F. a s � • � o v o E �8 �A ' r•A J G Cj } a `n ry al a 5 u. ji C rl c r, rZ' n in n yc„ . E ! ii SI ry ;q `o n i` L3 0 g',. Jy y ,,,. rr ? ar .a. m sa.. oo n !!qq a' w E I�fJ 4 �11 r[J €}r, o n r, o ^ r, o r, °r`hJ r•, d �a C'�'. � � � Uv - Ua U� ° � eyi r.J � r L C 9 _9A. r is 0 w; c E I7 Y ® ' 4. R. in rq ci so In inOL C3 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised August 13, 2021 2026 CONCRETE RESTORATION CONTRACT 1 CITY PROJECT NO. 106177 I 013216.1 CONSTRUCTION PROGRESS SCHEDULE — BASELINE EXAMPLE Page 4 of 5 ---------- CQ LL ;3 m ------------ Ir CL ------------ ---------- 3 - ------------- - 47 — ------------- rn rn. gin GJ 0 pm Z T 1� 2rya �.o 9 COL. flJ Lj E 73 QL F W 2 9 d, 43 p Q1 TL C 1E p Li m w Z fz Q OL F— CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised August 13, 2021 2026 CONCRETE RESTORATION CONTRACT 1 CITY PROJECT NO. 106177 01 32 16.1 CONSTRUCTION PROGRESS SCHEDULE — BASELINE EXAMPLE Page 5 of 5 1 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE July 20, 2018 M. Jarrell Initial Issue May 7, 2021 M Owen Revised name due to revising the schedule specification CITY OF FORT WORTH 2O26 CONCRETE RESTORATION CONTRACT 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 106177 Revised August 13, 2021 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 01 32 16.2 CONSTRUCTION PROGRESS SCHEDULE — PROGRESS EXAMPLE Pagel of 4 SECTION 0132 16.2 CONSTRUCTION SCHEDULE — PROGRESS EXAMPLE PART1- GENERAL The following is an example of a Contractor's project schedule that illustrates the data and expectation for schedule content depicting the progress for the project. This version of the schedule is referred to as a "progress" schedule. This example is intended to provide guidance for the Contractor when developing and submitting a progress schedule. See CFW Specification 0132 16 Construction Schedule for details and requirements regarding the Contractor's project schedule. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised August 13, 2021 2026 CONCRETE RESTORATION CONTRACT 1 CITY PROJECT NO. 106177 O1 32 16.2 CONSTRUCTION PROGRESS SCHEDULE - PROGRESS EXAMPLE Page 2 of 4 av— ----i--------- ---- ---------------------------- =------ ---------- ------------- r--------- = ---------- r----------- ---------------------i--- FFF--------- ____________F_—_______{___—_____F___________j__________ __________------ —4--------- ----------- ---------- ---------- ---------- ___________ 4 �! �- --------- ------------- -— ----------- ---- -------- -i--------- --- — ----- L---- - ------ ------ - - ----- ----- --- 1---------- J---------- 1------ --1--------- ------- - ----- ------- -------- ----- -------- - ----------- L---------- ---------- L----------- L--------- J------------�--- ,- �; ❑ r ---------- -------------- i -- ----------' ----'- CL {J eb'a Ll L-I 'CI �i �il {Y {J'N iY C!'N {J N'N CY N'{J N N'N N.{Y {J {J {J'{J ?J O rb r [z rz� r a r r rrrr aS mwraj � r r r J. - ab ` 2 7a -a r� %r. rr c7 ,h � .'•d �� oo a. s {e •u N O � N�^ C N N r� n� rrr� -�crda c} b r}rb,8 y arc , oS � _ � d r- u4 u5 '++ � ��d N r �_ N ry N 0� `• � ry r, 4: N� +"} � d co d{; d ti m T m m t, w rti u_ ui m v, ao- m w r� m w w n ' w qq r ro w w u', m m m �+ ip m {o as ?2 T ER m� � .. p p p I,/} b w Q ! �! 2 2 N cw �7 t t2 t2 t2cs 2. 4 j{ N m C9 �e 5I. j ci is ca A u 1- rd - :{' M w !F9J V ua m as ao �� ro oo ago r .�nS ro .pc, i rpq. rp9 np S.d Q cr rr.. yy eat p AStl rq {;i tJ � acw Sj5 1 rn 1� i u �L M � n� p pp.. tl+ - 4} �} �"P r�} � N iT� N A �i i � Q% YY4 oe d, 7.Y hs K iS .7". hr r ` ds S: 1R ]a kn S°.. h!e I Yq /` i p c r-i -1 . . . . . . . . . . . . . V 7 0 Q� U U Q Yy r FT �s x ma 2iS cl $ a G! dam' lG F�3 �G i43C •- EL SO ri Ov c7 a 3 rA iri N n �.[i a 9 9 i F �r��»j iif a i;y. 9 r4N� .3 c3 _� i•p `, �, F Ka �� Kz N, N;. fj� U _ d a a a a a a N ,n r, 7 � W ro ro ro m m w � 47 4R eri C !U I CITY OF FORT WORTH 2O26 CONCRETE RESTORATION CONTRACT 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 106177 Revised August 13, 2021 01 32 16.2 CONSTRUCTION PROGRESS SCHEDULE — PROGRESS EXAMPLE Page 3 of 4 ----------------------T----------=---------------------=-------- -- — i ------------------------------ r ---------------------- =-------------- -_-__-__-__CNN S y m'V y F5S __________ _________ ___________________{___-_-__-}_-__-_-__-{_-__-_____F-__-__-_-__y i i i i i i ---------- _-__---_�-__ C N m 'p ___1-J_________1__________1__:______J__________1________J___-_____ _____-____ _______ ______ _L__ __L------- _J____ .� m __-__-_-_ _________ __________ _________ __________ _________ ___-_-__- _- _ - _ __-___ _-__-_-_ _ -__-__ __-__-_ _ __-__ _- - - - __ -_ _ _ -_ _- _ - -_ f4 (J'C{ N N'CJ N N'CJ N CJ'CJ [4 N'{y N F{ 'N . N'N N . {4 0 rry- rr p r� I� rn �h iJ G m W 0.• W � � .A � tl5 W T W LGS y IO.4, it M� �i� i9� 31u� u o a o 0 o a o u ra o u o p rJ r3 r] NFNy�} N N r;J N N N9� N CJ ry N N� SY CV �I � LY C4 C4 f4 Gl � i1i rh rn J 4 r] cs u CY C4 N � EJ T cfi �i rn .r �� 02o +'S � �r }N.+ry��' ^4N�� � � 4w N ry N N N N N N N N m N CJ N N a tY i'7j o o rr r' t-1 rn rn rn s rn [a_,, 4 �7 +w W us �2 r as ro a "' d, {n �* m u� �� a. y N hN [v N N 2 tJ pmp s a, t: rn m - r °, o' �,T' °' n 'm In i U. U. ' } EL �p CI -! N A4 � � r "d '�' ro a "-^ rn m rn o cn f71 f w ai onrn rn m r rn rn rn a, U 1s� u ! _ C fY f ss :;yyN v El C N u� `l N a J� N o � o}r 2 t2 21 77 � u - Cs - r� r ... 0....aaaaoro...o.. . . . .�.' . .p a r� .p .a a o a � 42 uJ r T' N N d . 1y M:r.. r1 r3 ih u] y� ' 0:. Nf C -:O � I V C Pq CL E Ld 7J CC yU pyy U 'O Sj 'r5 w SI }4 _4 N c C ,may • > +y�. I r7 m �an u? 't� 9 a `ups u 9 ,{g., - a 1 44 rA a[. ¢�' a R: �J ` LLG4» chi �h i rf iL' tl T w a s` C 'C LJ y yI �6 fig, �jyy1s 3. r r� p� O S} le rtN. 'Er n d W i} . J yY��'j W 5C m _ q rri rp q. � pyw ` �}=jam G �`i — 7 � '� U f�{ V w r uS uS P- S 5R N ,` 3_'' 2 2 E P M rPi 2 22 112 :7 2 ;� A 3 y tJ � S E w U CITY OF FORT WORTH 2O26 CONCRETE RESTORATION CONTRACT 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 106177 Revised August 13, 2021 01 32 16.2 CONSTRUCTION PROGRESS SCHEDULE — PROGRESS EXAMPLE Page 4 of 4 1 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE July 20, 2018 M. Jarrell Initial Issue May 7, 2021 M Owen Revised name due to revising the schedule specification CITY OF FORT WORTH 2O26 CONCRETE RESTORATION CONTRACT 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 106177 Revised August 13, 2021 0132 16.3 — PROGRESS NARRATIVE Page 1 of 1 SECTION 01 3216.3 CONSTRUCTION PROJECT SCHEDULE PROGRESS NARRATIVE Reporting Period: Date Issued: Project Name: Contractor Company Name: City Project No: Contractor Schedule Contact: City Project Manager: A. List oT activities cnangea In the reporting perioa. 1. (insert text here) 2. (insert text here) 3. (insert text here) 4. (insert text here) 5. (insert text here) 6. (insert text here) 3. List any potential delays and provide mitigation actions 1. (insert text here) 2. (insert text here) 3. (insert text here) List any actual delays and provide recovery actions 1. (insert text here) 2. (insert text here) 3. (insert text here) City of Fort Worth, Texas Construction Project Schedule Narrative Report for CFW Projects Revised August 13, 2021 Page 1 of 1 1 2 3 PART1- GENERAL 4 1.1 SUMMARY SECTION 0132 33 PRECONSTRUCTION VIDEO 013233-1 PRECONSTRUCTION VIDEO Pagel of 2 5 A. Section Includes: 6 1. Administrative and procedural requirements for: 7 a. Preconstruction Videos 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. None. 10 C. Related Specification Sections include, but are not necessarily limited to: 11 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 12 2. Division 1 — General Requirements 13 1.2 PRICE AND PAYMENT PROCEDURES 14 A. Measurement and Payment 15 1. Work associated with this Item is considered subsidiary to the various items bid. 16 No separate payment will be allowed for this Item. 17 1.3 REFERENCES [NOT USED] 18 1.4 ADMINISTRATIVE REQUIREMENTS 19 A. Preconstruction Video 20 1. Produce a preconstruction video of the site/alignment, including all areas in the 21 vicinity of and to be affected by construction. 22 a. Provide digital copy of video upon request by the City. 23 2. Retain a copy of the preconstruction video until the end of the maintenance surety 24 period. 25 1.5 SUBMITTALS [NOT USED] 26 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 27 1.7 CLOSEOUT SUBMITTALS [NOT USED] 28 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 29 1.9 QUALITY ASSURANCE [NOT USED] 30 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 31 1.11 FIELD [SITE] CONDITIONS [NOT USED] 32 1.12 WARRANTY [NOT USED] 33 PART 2 - PRODUCTS [NOT USED] CITY OF FORT WORTH 2O26 CONCRETE RESTORATION CONTRACT 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 106177 Revised July 1, 2011 01 32 33 - 2 PRECONSTRUCTION VIDEO Page 2 of 2 PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH 2O26 CONCRETE RESTORATION CONTRACT 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 106177 Revised July 1, 2011 1 2 3 PART1- GENERAL 4 1.1 SUMMARY SECTION 0133 00 SUBMITTALS 013300-1 SUBMITTALS Page I of 8 5 A. Section Includes: 6 1. General methods and requirements of submissions applicable to the following 7 Work -related submittals: 8 a. Shop Drawings 9 b. Product Data (including Standard Product List submittals) 10 c. Samples 11 d. Mock Ups 12 B. Deviations from this City of Fort Worth Standard Specification 13 1. None. 14 C. Related Specification Sections include, but are not necessarily limited to: 15 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 16 2. Division 1 — General Requirements 17 1.2 PRICE AND PAYMENT PROCEDURES 18 A. Measurement and Payment 19 1. Work associated with this Item is considered subsidiary to the various items bid. 20 No separate payment will be allowed for this Item. 21 1.3 REFERENCES [NOT USED] 22 1.4 ADMINISTRATIVE REQUIREMENTS 23 A. Coordination 24 1. Notify the City in writing, at the time of submittal, of any deviations in the 25 submittals from the requirements of the Contract Documents. 26 2. Coordination of Submittal Times 27 a. Prepare, prioritize and transmit each submittal sufficiently in advance of 28 performing the related Work or other applicable activities, or within the time 29 specified in the individual Work Sections, of the Specifications. 30 b. Contractor is responsible such that the installation will not be delayed by 31 processing times including, but not limited to: 32 a) Disapproval and resubmittal (if required) 33 b) Coordination with other submittals 34 c) Testing 35 d) Purchasing 36 e) Fabrication 37 f) Delivery 38 g) Similar sequenced activities 39 c. No extension of time will be authorized because of the Contractor's failure to 40 transmit submittals sufficiently in advance of the Work. CITY OF FORT WORTH 2O26 CONCRETE RESTORATION CONTRACT 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 106177 Revised December 20, 2012 013300-2 SUBMITTALS Page 2 of 8 1 d. Make submittals promptly in accordance with approved schedule, and in such 2 sequence as to cause no delay in the Work or in the work of any other 3 contractor. 4 B. Submittal Numbering 5 1. When submitting shop drawings or samples, utilize a 9-character submittal cross- 6 reference identification numbering system in the following manner: 7 a. Use the first 6 digits of the applicable Specification Section Number. 8 b. For the next 2 digits number use numbers 01-99 to sequentially number each 9 initial separate item or drawing submitted under each specific Section number. 10 c. Last use a letter, A-Z, indicating the resubmission of the same drawing (i.e. 11 A=2nd submission, B=3rd submission, C=4th submission, etc.). A typical 12 submittal number would be as follows: 13 14 03 30 00-08-B 15 16 1) 03 30 00 is the Specification Section for Concrete 17 2) 08 is the eighth initial submittal under this Specification Section 18 3) B is the third submission (second resubmission) of that particular shop 19 drawing 20 C. Contractor Certification 21 1. Review shop drawings, product data and samples, including those by 22 subcontractors, prior to submission to determine and verify the following: 23 a. Field measurements 24 b. Field construction criteria 25 c. Catalog numbers and similar data 26 d. Conformance with the Contract Documents 27 2. Provide each shop drawing, sample and product data submitted by the Contractor 28 with a Certification Statement affixed including: 29 a. The Contractor's Company name 30 b. Signature of submittal reviewer 31 c. Certification Statement 32 1) `By this submittal, I hereby represent that I have determined and verified 33 field measurements, field construction criteria, materials, dimensions, 34 catalog numbers and similar data and I have checked and coordinated each 35 item with other applicable approved shop drawings." 36 D. Submittal Format 37 1. Fold shop drawings larger than 8 '/2 inches x 11 inches to 8 '/2 inches x 1 linches. 38 2. Bind shop drawings and product data sheets together. 39 3. Order 40 a. Cover Sheet 41 1) Description of Packet 42 2) Contractor Certification 43 b. List of items / Table of Contents 44 c. Product Data /Shop Drawings/Samples /Calculations 45 E. Submittal Content 46 1. The date of submission and the dates of any previous submissions CITY OF FORT WORTH 2O26 CONCRETE RESTORATION CONTRACT 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 106177 Revised December 20, 2012 013300-3 SUBMITTALS Page 3 of 8 1 2. The Project title and number 2 3. Contractor identification 3 4. The names of- 4 a. Contractor 5 b. Supplier 6 c. Manufacturer 7 5. Identification of the product, with the Specification Section number, page and 8 paragraph(s) 9 6. Field dimensions, clearly identified as such 10 7. Relation to adjacent or critical features of the Work or materials 11 8. Applicable standards, such as ASTM or Federal Specification numbers 12 9. Identification by highlighting of deviations from Contract Documents 13 10. Identification by highlighting of revisions on resubmittals 14 11. An 8-inch x 3-inch blank space for Contractor and City stamps 15 F. Shop Drawings 16 1. As specified in individual Work Sections includes, but is not necessarily limited to: 17 a. Custom -prepared data such as fabrication and erection/installation (working) 18 drawings 19 b. Scheduled information 20 c. Setting diagrams 21 d. Actual shopwork manufacturing instructions 22 e. Custom templates 23 f. Special wiring diagrams 24 g. Coordination drawings 25 h. Individual system or equipment inspection and test reports including: 26 1) Performance curves and certifications 27 i. As applicable to the Work 28 2. Details 29 a. Relation of the various parts to the main members and lines of the structure 30 b. Where correct fabrication of the Work depends upon field measurements 31 1) Provide such measurements and note on the drawings prior to submitting 32 for approval. 33 G. Product Data 34 1. For submittals of product data for products included on the City's Standard Product 35 List, clearly identify each item selected for use on the Project. 36 2. For submittals of product data for products not included on the City's Standard 37 Product List, submittal data may include, but is not necessarily limited to: 38 a. Standard prepared data for manufactured products (sometimes referred to as 39 catalog data) 40 1) Such as the manufacturer's product specification and installation 41 instructions 42 2) Availability of colors and patterns 43 3) Manufacturer's printed statements of compliances and applicability 44 4) Roughing -in diagrams and templates 45 5) Catalog cuts 46 6) Product photographs CITY OF FORT WORTH 2O26 CONCRETE RESTORATION CONTRACT 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 106177 Revised December 20, 2012 013300-4 SUBMITTALS Page 4 of 8 1 7) Standard wiring diagrams 2 8) Printed performance curves and operational -range diagrams 3 9) Production or quality control inspection and test reports and certifications 4 10) Mill reports 5 11) Product operating and maintenance instructions and recommended 6 spare -parts listing and printed product warranties 7 12) As applicable to the Work 8 H. Samples 9 1. As specified in individual Sections, include, but are not necessarily limited to: 10 a. Physical examples of the Work such as: 11 1) Sections of manufactured or fabricated Work 12 2) Small cuts or containers of materials 13 3) Complete units of repetitively used products color/texture/pattern swatches 14 and range sets 15 4) Specimens for coordination of visual effect 16 5) Graphic symbols and units of Work to be used by the City for independent 17 inspection and testing, as applicable to the Work 18 I. Do not start Work requiring a shop drawing, sample or product data nor any material to 19 be fabricated or installed prior to the approval or qualified approval of such item. 20 1. Fabrication performed, materials purchased or on -site construction accomplished 21 which does not conform to approved shop drawings and data is at the Contractor's 22 risk. 23 2. The City will not be liable for any expense or delay due to corrections or remedies 24 required to accomplish conformity. 25 3. Complete project Work, materials, fabrication, and installations in conformance 26 with approved shop drawings, applicable samples, and product data. 27 J. Submittal Distribution 28 1. Electronic Distribution 29 a. Confirm development of Project directory for electronic submittals to be 30 uploaded to City's Buzzsaw site, or another external FTP site approved by the 31 City. 32 b. Shop Drawings 33 1) Upload submittal to designated project directory and notify appropriate 34 City representatives via email of submittal posting. 35 2) Hard Copies 36 a) 3 copies for all submittals 37 b) If Contractor requires more than 1 hard copy of Shop Drawings 38 returned, Contractor shall submit more than the number of copies listed 39 above. 40 c. Product Data 41 1) Upload submittal to designated project directory and notify appropriate 42 City representatives via email of submittal posting. 43 2) Hard Copies 44 a) 3 copies for all submittals 45 d. Samples 46 1) Distributed to the Project Representative 47 2. Hard Copy Distribution (if required in lieu of electronic distribution) CITY OF FORT WORTH 2O26 CONCRETE RESTORATION CONTRACT 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 106177 Revised December 20, 2012 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 013300-5 SUBMITTALS Page 5 of 8 a. Shop Drawings 1) Distributed to the City 2) Copies a) 8 copies for mechanical submittals b) 7 copies for all other submittals c) If Contractor requires more than 3 copies of Shop Drawings returned, Contractor shall submit more than the number of copies listed above. b. Product Data 1) Distributed to the City 2) Copies a) 4 copies c. Samples 1) Distributed to the Project Representative 2) Copies a) Submit the number stated in the respective Specification Sections. 3. Distribute reproductions of approved shop drawings and copies of approved product data and samples, where required, to the job site file and elsewhere as directed by the City. a. Provide number of copies as directed by the City but not exceeding the number previously specified. K. Submittal Review 1. The review of shop drawings, data and samples will be for general conformance with the design concept and Contract Documents. This is not to be construed as: a. Permitting any departure from the Contract requirements b. Relieving the Contractor of responsibility for any errors, including details, dimensions, and materials c. Approving departures from details furnished by the City, except as otherwise provided herein 2. The review and approval of shop drawings, samples or product data by the City does not relieve the Contractor from his/her responsibility with regard to the fulfillment of the terms of the Contract. a. All risks of error and omission are assumed by the Contractor, and the City will have no responsibility therefore. 3. The Contractor remains responsible for details and accuracy, for coordinating the Work with all other associated work and trades, for selecting fabrication processes, for techniques of assembly and for performing Work in a safe manner. 4. If the shop drawings, data or samples as submitted describe variations and show a departure from the Contract requirements which City finds to be in the interest of the City and to be so minor as not to involve a change in Contract Price or time for performance, the City may return the reviewed drawings without noting an exception. 5. Submittals will be returned to the Contractor under 1 of the following codes: a. Code 1 1) "NO EXCEPTIONS TAKEN" is assigned when there are no notations or comments on the submittal. a) When returned under this code the Contractor may release the equipment and/or material for manufacture. b. Code 2 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 2026 CONCRETE RESTORATION CONTRACT 1 CITY PROJECT NO. 106177 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 013300-6 SUBMITTALS Page 6 of 8 1) "EXCEPTIONS NOTED". This code is assigned when a confirmation of the notations and comments IS NOT required by the Contractor. a) The Contractor may release the equipment or material for manufacture; however, all notations and comments must be incorporated into the final product. c. Code 3 1) "EXCEPTIONS NOTED/RESUBMIT". This combination of codes is assigned when notations and comments are extensive enough to require a resubmittal of the package. a) The Contractor may release the equipment or material for manufacture; however, all notations and comments must be incorporated into the final product. b) This resubmittal is to address all comments, omissions and non -conforming items that were noted. c) Resubmittal is to be received by the City within 15 Calendar Days of the date of the City's transmittal requiring the resubmittal. d. Code 4 1) "NOT APPROVED" is assigned when the submittal does not meet the intent of the Contract Documents. a) The Contractor must resubmit the entire package revised to bring the submittal into conformance. b) It may be necessary to resubmit using a different manufacturer/vendor to meet the Contract Documents. 6. Resubmittals a. Handled in the same manner as first submittals 1) Corrections other than requested by the City 2) Marked with revision triangle or other similar method a) At Contractor's risk if not marked b. Submittals for each item will be reviewed no more than twice at the City's expense. 1) All subsequent reviews will be performed at times convenient to the City and at the Contractor's expense, based on the City's or City Representative's then prevailing rates. 2) Provide Contractor reimbursement to the City within 30 Calendar Days for all such fees invoiced by the City. c. The need for more than 1 resubmission or any other delay in obtaining City's review of submittals, will not entitle the Contractor to an extension of Contract Time. 7. Partial Submittals a. City reserves the right to not review submittals deemed partial, at the City's discretion. b. Submittals deemed by the City to be not complete will be returned to the Contractor, and will be considered "Not Approved" until resubmitted. c. The City may at its option provide a list or mark the submittal directing the Contractor to the areas that are incomplete. 8. If the Contractor considers any correction indicated on the shop drawings to constitute a change to the Contract Documents, then written notice must be provided thereof to the City at least 7 Calendar Days prior to release for manufacture. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 2026 CONCRETE RESTORATION CONTRACT 1 CITY PROJECT NO. 106177 013300-7 SUBMITTALS Page 7 of 8 1 9. When the shop drawings have been completed to the satisfaction of the City, the 2 Contractor may carry out the construction in accordance therewith and no further 3 changes therein except upon written instructions from the City. 4 10. Each submittal, appropriately coded, will be returned within 30 Calendar Days 5 following receipt of submittal by the City. 6 L. Mock ups 7 1. Mock Up units as specified in individual Sections, include, but are not necessarily 8 limited to, complete units of the standard of acceptance for that type of Work to be 9 used on the Project. Remove at the completion of the Work or when directed. 10 M. Qualifications 11 1. If specifically required in other Sections of these Specifications, submit a P.E. 12 Certification for each item required. 13 N. Request for Information (RFI) 14 1. Contractor Request for additional information 15 a. Clarification or interpretation of the contract documents 16 b. When the Contractor believes there is a conflict between Contract Documents 17 c. When the Contractor believes there is a conflict between the Drawings and 18 Specifications 19 1) Identify the conflict and request clarification 20 2. Use the Request for Information (RFI) form provided by the City. 21 3. Numbering of RFI 22 a. Prefix with "RFI" followed by series number, "-xxx", beginning with "01" and 23 increasing sequentially with each additional transmittal. 24 4. Sufficient information shall be attached to permit a written response without further 25 information. 26 5. The City will log each request and will review the request. 27 a. If review of the project information request indicates that a change to the 28 Contract Documents is required, the City will issue a Field Order or Change 29 Order, as appropriate. 30 1.5 SUBMITTALS [NOT USED] 31 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 32 1.7 CLOSEOUT SUBMITTALS [NOT USED] 33 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 34 1.9 QUALITY ASSURANCE [NOT USED] 35 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 36 1.11 FIELD [SITE] CONDITIONS [NOT USED] 37 1.12 WARRANTY [NOT USED] CITY OF FORT WORTH 2O26 CONCRETE RESTORATION CONTRACT 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 106177 Revised December 20, 2012 013300-8 SUBMITTALS Page 8 of 8 1 PART 2 - PRODUCTS [NOT USED] 2 PART 3 - EXECUTION [NOT USED] 3 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 1.4.K.8. Working Days modified to Calendar Days CITY OF FORT WORTH 2O26 CONCRETE RESTORATION CONTRACT 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 106177 Revised December 20, 2012 0135 13- 1 SPECIAL PROJECT PROCEDURES Pagel of 8 1 SECTION 0135 13 2 SPECIAL PROJECT PROCEDURES 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. The procedures for special project circumstances that includes, but is not limited to: 7 a. Coordination with the Texas Department of Transportation 8 b. Work near High Voltage Lines 9 c. Confined Space Entry Program 10 d. Use of Explosives, Drop Weight, Etc. 11 e. Water Department Notification 12 f. Public Notification Prior to Beginning Construction 13 g. Coordination with United States Army Corps of Engineers 14 h. Coordination within Railroad permits areas 15 i. Dust Control 16 j. Employee Parking 17 B. Deviations from this City of Fort Worth Standard Specification 18 1. None. 19 C. Related Specification Sections include, but are not necessarily limited to: 20 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 21 2. Division 1 — General Requirements 22 3. Section 33 12 25 — Connection to Existing Water Mains 23 1.2 PRICE AND PAYMENT PROCEDURES 24 A. Measurement and Payment 25 1. Coordination within Railroad permit areas 26 a. Measurement 27 1) Measurement for this Item will be by lump sum. 28 b. Payment 29 1) The work performed and materials furnished in accordance with this Item 30 will be paid for at the lump sum price bid for Railroad Coordination. 31 c. The price bid shall include: 32 1) Mobilization 33 2) Inspection 34 3) Safety training 35 4) Additional Insurance 36 5) Insurance Certificates 37 6) Other requirements associated with general coordination with Railroad, 38 including additional employees required to protect the right-of-way and 39 property of the Railroad from damage arising out of and/or from the 40 construction of the Project. 41 2. Railroad Flagmen 42 a. Measurement CITY OF FORT WORTH 2O26 CONCRETE RESTORATION CONTRACT 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 106177 Revised March 11, 2022 013513-2 SPECIAL PROJECT PROCEDURES Page 2 of 8 1 1) Measurement for this Item will be per working day. 2 b. Payment 3 1) The work performed and materials furnished in accordance with this Item 4 will be paid for each working day that Railroad Flagmen are present at the 5 Site. 6 c. The price bid shall include: 7 1) Coordination for scheduling flagmen 8 2) Flagmen 9 3) Other requirements associated with Railroad 10 3. All other items 11 a. Work associated with these Items is considered subsidiary to the various Items 12 bid. No separate payment will be allowed for this Item. 13 1.3 REFERENCES 14 A. Reference Standards 15 1. Reference standards cited in this Specification refer to the current reference 16 standard published at the time of the latest revision date logged at the end of this 17 Specification, unless a date is specifically cited. 18 2. Health and Safety Code, Title 9. Safety, Subtitle A. Public Safety, Chapter 752. 19 High Voltage Overhead Lines. 20 1.4 ADMINISTRATIVE REQUIREMENTS 21 A. Coordination with the Texas Department of Transportation 22 1. When work in the right-of-way which is under the jurisdiction of the Texas 23 Department of Transportation (TxDOT): 24 a. Notify the Texas Department of Transportation prior to commencing any work 25 therein in accordance with the provisions of the permit 26 b. All work performed in the TxDOT right-of-way shall be performed in 27 compliance with and subject to approval from the Texas Department of 28 Transportation 29 B. Work near High Voltage Lines 30 1. Regulatory Requirements 31 a. All Work near High Voltage Lines (more than 600 volts measured between 32 conductors or between a conductor and the ground) shall be in accordance with 33 Health and Safety Code, Title 9, Subtitle A, Chapter 752. 34 2. Warning sign 35 a. Provide sign of sufficient size meeting all OSHA requirements. 36 3. Equipment operating within 10 feet of high voltage lines will require the following 37 safety features 38 a. Insulating cage -type of guard about the boom or arm 39 b. Insulator links on the lift hook connections for back hoes or dippers 40 c. Equipment must meet the safety requirements as set forth by OSHA and the 41 safety requirements of the owner of the high voltage lines 42 4. Work within 6 feet of high voltage electric lines 43 a. Notification shall be given to: 44 1) The power company (example: ONCOR) CITY OF FORT WORTH 2O26 CONCRETE RESTORATION CONTRACT 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 106177 Revised March 11, 2022 013513-3 SPECIAL PROJECT PROCEDURES Page 3 of 8 1 a) Maintain an accurate log of all such calls to power company and record 2 action taken in each case. 3 b. Coordination with power company 4 1) After notification coordinate with the power company to: 5 a) Erect temporary mechanical barriers, de -energize the lines, or raise or 6 lower the lines 7 c. No personnel may work within 6 feet of a high voltage line before the above 8 requirements have been met. 9 C. Confined Space Entry Program 10 1. Provide and follow approved Confined Space Entry Program in accordance with 11 OSHA requirements. 12 2. Confined Spaces include: 13 a. Manholes 14 b. All other confined spaces in accordance with OSHA's Permit Required for 15 Confined Spaces 16 faetsheet.- If 17 D. TCEQ Air- Pefmi 19 E. Use of Explosives, Drop Weight, Etc. 20 1. When Contract Documents permit on the project the following will apply: 21 a. Public Notification 22 1) Submit notice to City and proof of adequate insurance coverage, 24 hours 23 prior to commencing. 24 2) Minimum 24 hour public notification in accordance with Section 0131 13 25 F. Water Department Coordination 26 1. During the construction of this project, it will be necessary to deactivate, for a 27 period of time, existing lines. The Contractor shall be required to coordinate with 28 the Water Department to determine the best times for deactivating and activating 29 those lines. 30 2. Coordinate any event that will require connecting to or the operation of an existing 31 City water line system with the City's representative. 32 a. Coordination shall be in accordance with Section 33 12 25. 33 b. If needed, obtain a hydrant water meter from the Water Department for use 34 during the life of named project. 35 c. In the event that a water valve on an existing live system be turned off and on 36 to accommodate the construction of the project is required, coordinate this 37 activity through the appropriate City representative. 38 1) Do not operate water line valves of existing water system. 39 a) Failure to comply will render the Contractor in violation of Texas Penal 40 Code Title 7, Chapter 28.03 (Criminal Mischief) and the Contractor 41 will be prosecuted to the full extent of the law. 42 b) In addition, the Contractor will assume all liabilities and 43 responsibilities as a result of these actions. 44 G. Public Notification Prior to Beginning Construction CITY OF FORT WORTH 2O26 CONCRETE RESTORATION CONTRACT 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 106177 Revised March 11, 2022 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 CE:1 013513-4 SPECIAL PROJECT PROCEDURES Page 4 of 8 1. Prior to beginning construction on any block in the project, on a block by block basis, prepare and deliver a notice or flyer of the pending construction to the front door of each residence or business that will be impacted by construction. The notice shall be prepared as follows: a. Post notice or flyer and City of Fort Worth Door Hangers, 7 days prior to beginning any construction activity on each block in the project area. 1) Prepare flyer on the Contractor's letterhead and include the following information: a) Name of Project b) City Project No (CPN) c) Scope of Project (i.e. type of construction activity) d) Actual construction duration within the block e) Name of the contractor's foreman and phone number f) Name of the City's inspector and phone number g) City's after-hours phone number 2) A sample of the `pre -construction notification' flyer is attached as Exhibit A. 3) City of Fort Worth Door Hangers will be provided to the Contractor for distribution with their notice. 4) Submit schedule showing the construction start and finish time for each block of the project to the inspector. 5) Deliver flyer to the City Inspector for review prior to distribution. b. No construction will be allowed to begin on any block until the flyer and door hangers are delivered to all residents of the block. H. Public Notification of Temporary Water Service Interruption during Construction 1. In the event it becomes necessary to temporarily shut down water service to residents or businesses during construction, prepare and deliver a notice or flyer of the pending interruption to the front door of each affected resident. 2. Prepared notice as follows: a. The notification or flyer shall be posted 24 hours prior to the temporary interruption. b. Prepare flyer on the contractor's letterhead and include the following information: 1) Name of the project 2) City Project Number 3) Date of the interruption of service 4) Period the interruption will take place 5) Name of the contractor's foreman and phone number 6) Name of the City's inspector and phone number c. A sample of the temporary water service interruption notification is attached as Exhibit B. d. Deliver a copy of the temporary interruption notification to the City inspector for review prior to being distributed. e. No interruption of water service can occur until the flyer has been delivered to all affected residents and businesses. f. Electronic versions of the sample flyers can be obtained from the Project Construction Inspector. I. Coordination with United States Army Corps of Engineers (USACE) CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 11, 2022 2026 CONCRETE RESTORATION CONTRACT 1 CITY PROJECT NO. 106177 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 013513-5 SPECIAL PROJECT PROCEDURES Page 5 of 8 1. At locations in the Project where construction activities occur in areas where USACE permits are required, meet all requirements set forth in each designated permit. J. Coordination within Railroad Permit Areas 1. At locations in the project where construction activities occur in areas where railroad permits are required, meet all requirements set forth in each designated railroad permit. This includes, but is not limited to, provisions for: a. Flagmen b. Inspectors c. Safety training d. Additional insurance e. Insurance certificates f. Other employees required to protect the right-of-way and property of the Railroad Company from damage arising out of and/or from the construction of the project. Proper utility clearance procedures shall be used in accordance with the permit guidelines. 2. Obtain any supplemental information needed to comply with the railroad's requirements. 3. Railroad Flagmen a. Submit receipts to City for verification of working days that railroad flagmen were present on Site. K. Dust Control 1. Use acceptable measures to control dust at the Site. a. If water is used to control dust, capture and properly dispose of waste water. b. If wet saw cutting is performed, capture and properly dispose of slurry. L. Employee Parking 1. Provide parking for employees at locations approved by the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 11, 2022 2026 CONCRETE RESTORATION CONTRACT 1 CITY PROJECT NO. 106177 013513-6 SPECIAL PROJECT PROCEDURES Page 6 of 8 1 1.5 SUBMITTALS [NOT USED] 2 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 3 1.7 CLOSEOUT SUBMITTALS [NOT USED] 4 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 5 1.9 QUALITY ASSURANCE [NOT USED] 6 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 7 1.11 FIELD [SITE] CONDITIONS [NOT USED] 8 1.12 WARRANTY [NOT USED] 9 PART 2 - PRODUCTS [NOT USED] 10 PART 3 - EXECUTION [NOT USED] 11 12 13 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 1.4.13— Added requirement of compliance with Health and Safety Code, Title 9. 8/31/2012 D. Johnson Safety, Subtitle A. Public Safety, Chapter 752. High Voltage Overhead Lines. 1.4.E — Added Contractor responsibility for obtaining a TCEQ Air Permit Remove references to Air Pollution watch Days and NCTCOG Clean construction 3/11/2022 M Owen Specification requirements. Clarify need for Door Hangers under in addition to contractor notification of public. CITY OF FORT WORTH 2O26 CONCRETE RESTORATION CONTRACT 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 106177 Revised March 11, 2022 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 01 35 13 -7 SPECIAL PROJECT PROCEDURES Page 7 of 8 EXHIBIT A (To be printed on Contractor's Letterhead) Date: CPN No.: Project Name: Mapsco Location: Limits of Construction: THIS IS TO INFORM YOU THAT UNDER A CONTRACT WITH THE CITY OF FORT WORTH, OUR COMPANY WILL WORK ON UTILITY LINES ON OR AROUND YOUR PROPERTY. CONSTRUCTION WILL BEGIN APPROXIMATELY SEVEN DAYS FROM THE DATE OF THIS NOTICE. IF YOU HAVE QUESTIONS ABOUT ACCESS, SECURITY, SAFETY OR ANY OTHER ISSUE, PLEASE CALL: Mr. <CONTRACTOR'S SUPERINTENDENT> AT <TELEPHONE NO.> X0 Mr. <CITY INSPECTOR> AT < TELEPHONE NO.> AFTER 4:30 PM OR ON WEEKENDS, PLEASE CALL (817) 392 8306 PLEASE KEEP THIS FLYER HANDY WHEN YOU CALL CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 11, 2022 2026 CONCRETE RESTORATION CONTRACT I CITY PROJECT NO. 106177 2 3 4 Date: EXHIBIT B FoRTWORTIL, Doh NO. Xl= Project Hama: 013513-8 SPECIAL PROJECT PROCEDURES Page 8 of 8 NOTICE OF TEMPORARY WATER SERVICE INTERRUPTION DUE TO UTILITY IMPROVEMENTS IN YOUR NEIGHBORHOOD, YOUR WATER SERVICE WILL BE INTERRUPTED ON BETWEEN THE HOURS OF AND IF YOU HAVE QUESTIONS ABOUT THIS SHUT -OUT, PLEASE CALL: MR. AT (CONTRACTORS SUPERINTENDENT) (TELEPHONE NUMBER) OR MR. AT (CITY INSPECTOR) (TELEPHONE NUMBER) THIS INCONVENIENCE WILL BE AS SHORT AS POSSIBLE. THANK YOU, CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 11, 2022 CONTRACTOR 2026 CONCRETE RESTORATION CONTRACT 1 CITY PROJECT NO. 106177 01 45 23 TESTING AND INSPECTION SERVICES Pagel of 2 SECTION 0145 23 TESTING AND INSPECTION SERVICES PART1- GENERAL `nm1inu 101 M:14•i A. Section Includes: 1. Testing and inspection services procedures and coordination B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. a. Contractor is responsible for performing, coordinating, and payment of all Quality Control testing. b. City is responsible for performing and payment for first set of Quality Assurance testing. 1) If the first Quality Assurance test performed by the City fails, the Contractor is responsible for payment of subsequent Quality Assurance testing until a passing test occurs. a) Final acceptance will not be issued by City until all required payments for testing by Contractor have been paid in full. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Testing 1. Complete testing in accordance with the Contract Documents. 2. Coordination a. When testing is required to be performed by the City, notify City, sufficiently in advance, when testing is needed. b. When testing is required to be completed by the Contractor, notify City, sufficiently in advance, that testing will be performed. 3. Distribution of Testing Reports a. Electronic Distribution 1) Confirm development of Project directory for electronic submittals to be uploaded to the City's document management system, or another external FTP site approved by the City. CITY OF FORT WORTH 2O26 CONCRETE RESTORATION CONTRACT 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 106177 Revised March 9, 2020 01 45 23 TESTING AND INSPECTION SERVICES Page 2 of 2 2) Upload test reports to designated project directory and notify appropriate City representatives via email of submittal posting. 3) Hard Copies a) 1 copy for all submittals submitted to the Project Representative b. Hard Copy Distribution (if required in lieu of electronic distribution) 1) Tests performed by City a) Distribute 1 hard copy to the Contractor 2) Tests performed by the Contractor a) Distribute 3 hard copies to City's Project Representative 4. Provide City's Project Representative with trip tickets for each delivered load of Concrete or Lime material including the following information: a. Name of pit b. Date of delivery c. Material delivered B. Inspection 1. Inspection or lack of inspection does not relieve the Contractor from obligation to perform work in accordance with the Contract Documents. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 3/9/2020 D.V. Magana Removed reference to Buzzsaw and noted that electronic submittals be uploaded through the City's document management system. CITY OF FORT WORTH 2O26 CONCRETE RESTORATION CONTRACT 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 106177 Revised March 9, 2020 015000-1 TEMPORARY FACILITIES AND CONTROLS Pagel of 4 SECTION 0150 00 2 TEMPORARY FACILITIES AND CONTROLS 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Provide temporary facilities and controls needed for the Work including, but not 7 necessarily limited to: 8 a. Temporary utilities 9 b. Sanitary facilities 10 c. Storage Sheds and Buildings 11 d. Dust control 12 e. Temporary fencing of the construction site 13 B. Deviations from this City of Fort Worth Standard Specification 14 1. None. 15 C. Related Specification Sections include, but are not necessarily limited to: 16 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 17 2. Division 1 — General Requirements 18 1.2 PRICE AND PAYMENT PROCEDURES 19 A. Measurement and Payment 20 1. Work associated with this Item is considered subsidiary to the various Items bid. 21 No separate payment will be allowed for this Item. 22 1.3 REFERENCES [NOT USED] 23 1.4 ADMINISTRATIVE REQUIREMENTS 24 A. Temporary Utilities 25 1. Obtaining Temporary Service 26 a. Make arrangements with utility service companies for temporary services. 27 b. Abide by rules and regulations of utility service companies or authorities 28 having jurisdiction. 29 c. Be responsible for utility service costs until Work is approved for Final 30 Acceptance. 31 1) Included are fuel, power, light, heat and other utility services necessary for 32 execution, completion, testing and initial operation of Work. 33 2. Water 34 a. Contractor to provide water required for and in connection with Work to be 35 performed and for specified tests of piping, equipment, devices or other use as 36 required for the completion of the Work. 37 b. Provide and maintain adequate supply of potable water for domestic 38 consumption by Contractor personnel and City's Project Representatives. 39 c. Coordination 40 1) Contact City 1 week before water for construction is desired CITY OF FORT WORTH 2O26 CONCRETE RESTORATION CONTRACT 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 106177 Revised July 1, 2011 015000-2 TEMPORARY FACILITIES AND CONTROLS Page 2 of 4 1 d. Contractor Payment for Construction Water 2 1) Obtain construction water meter from City for payment as billed by City's 3 established rates. 4 3. Electricity and Lighting 5 a. Provide and pay for electric powered service as required for Work, including 6 testing of Work. 7 1) Provide power for lighting, operation of equipment, or other use. 8 b. Electric power service includes temporary power service or generator to 9 maintain operations during scheduled shutdown. 10 4. Telephone 11 a. Provide emergency telephone service at Site for use by Contractor personnel 12 and others performing work or furnishing services at Site. 13 5. Temporary Heat and Ventilation 14 a. Provide temporary heat as necessary for protection or completion of Work. 15 b. Provide temporary heat and ventilation to assure safe working conditions. 16 B. Sanitary Facilities 17 1. Provide and maintain sanitary facilities for persons on Site. 18 a. Comply with regulations of State and local departments of health. 19 2. Enforce use of sanitary facilities by construction personnel at job site. 20 a. Enclose and anchor sanitary facilities. 21 b. No discharge will be allowed from these facilities. 22 c. Collect and store sewage and waste so as not to cause nuisance or health 23 problem. 24 d. Haul sewage and waste off -site at no less than weekly intervals and properly 25 dispose in accordance with applicable regulation. 26 3. Locate facilities near Work Site and keep clean and maintained throughout Project. 27 4. Remove facilities at completion of Project 28 C. Storage Sheds and Buildings 29 1. Provide adequately ventilated, watertight, weatherproof storage facilities with floor 30 above ground level for materials and equipment susceptible to weather damage. 31 2. Storage of materials not susceptible to weather damage may be on blocks off 32 ground. 33 3. Store materials in a neat and orderly manner. 34 a. Place materials and equipment to permit easy access for identification, 35 inspection and inventory. 36 4. Equip building with lockable doors and lighting, and provide electrical service for 37 equipment space heaters and heating or ventilation as necessary to provide storage 38 environments acceptable to specified manufacturers. 39 5. Fill and grade site for temporary structures to provide drainage away from 40 temporary and existing buildings. 41 6. Remove building from site prior to Final Acceptance. 42 D. Temporary Fencing 43 1. Provide and maintain for the duration or construction when required in contract 44 documents 45 E. Dust Control CITY OF FORT WORTH 2O26 CONCRETE RESTORATION CONTRACT 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 106177 Revised July 1, 2011 015000-3 TEMPORARY FACILITIES AND CONTROLS Page 3 of 4 1 1. Contractor is responsible for maintaining dust control through the duration of the 2 project. 3 a. Contractor remains on -call at all times 4 b. Must respond in a timely manner 5 F. Temporary Protection of Construction 6 1. Contractor or subcontractors are responsible for protecting Work from damage due 7 to weather. 8 1.5 SUBMITTALS [NOT USED] 9 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 10 1.7 CLOSEOUT SUBMITTALS [NOT USED] 11 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 12 1.9 QUALITY ASSURANCE [NOT USED] 13 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 14 1.11 FIELD [SITE] CONDITIONS [NOT USED] 15 1.12 WARRANTY [NOT USED] 16 PART 2 - PRODUCTS [NOT USED] 17 PART 3 - EXECUTION [NOT USED] 18 3.1 INSTALLERS [NOT USED] 19 3.2 EXAMINATION [NOT USED] 20 3.3 PREPARATION [NOT USED] 21 3.4 INSTALLATION 22 A. Temporary Facilities 23 1. Maintain all temporary facilities for duration of construction activities as needed. 24 3.5 [REPAIR] / [RESTORATION] 25 3.6 RE -INSTALLATION 26 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 27 3.8 SYSTEM STARTUP [NOT USED] 28 3.9 ADJUSTING [NOT USED] 29 3.10 CLEANING [NOT USED] 30 3.11 CLOSEOUT ACTIVITIES 31 A. Temporary Facilities CITY OF FORT WORTH 2O26 CONCRETE RESTORATION CONTRACT 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 106177 Revised July 1, 2011 015000-4 TEMPORARY FACILITIES AND CONTROLS Page 4 of 4 1 1. Remove all temporary facilities and restore area after completion of the Work, to a 2 condition equal to or better than prior to start of Work. 3 3.12 PROTECTION [NOT USED] 4 3.13 MAINTENANCE [NOT USED] 5 3.14 ATTACHMENTS [NOT USED] 0 7 E:3 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH 2O26 CONCRETE RESTORATION CONTRACT 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 106177 Revised July 1, 2011 01 55 26 - 1 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Pagel of 3 1 SECTION 0155 26 2 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Administrative procedures for: 7 a. Street Use Permit 8 b. Modification of approved traffic control 9 c. Removal of Street Signs 10 B. Deviations from this City of Fort Worth Standard Specification 11 1. None. 12 C. Related Specification Sections include, but are not necessarily limited to: 13 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 14 2. Division 1 — General Requirements 15 3. Section 34 71 13 — Traffic Control 16 1.2 PRICE AND PAYMENT PROCEDURES 17 A. Measurement and Payment 18 1. Work associated with this Item is considered subsidiary to the various Items bid. 19 No separate payment will be allowed for this Item. 20 1.3 REFERENCES 21 A.Reference Standards 22 1. Reference standards cited in this specification refer to the current reference standard 23 published at the time of the latest revision date logged at the end of this 24 specification, unless a date is specifically cited. 25 2. Texas Manual on Uniform Traffic Control Devices (TMUTCD). 26 1.4 ADMINISTRATIVE REQUIREMENTS 27 A. Traffic Control 28 1. General 29 a. Contractor shall minimize lane closures and impact to vehicular/pedestrian 30 traffic. 31 b. When traffic control plans are included in the Drawings, provide Traffic 32 Control in accordance with Drawings and Section 34 71 13. 33 c. When traffic control plans are not included in the Drawings, prepare traffic 34 control plans in accordance with Section 34 71 13 and submit to City for 35 review. 36 1) Allow minimum 10 working days for review of proposed Traffic Control. CITY OF FORT WORTH 2O26 CONCRETE RESTORATION CONTRACT 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 106177 Revised March 22, 2021 01 55 26 - 2 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 2 of 3 1 2) A traffic control "Typical" published by City of Fort Worth, the Texas 2 Manual Unified Traffic Control Devices (TMUTCD) or Texas Department 3 of Transportation (TxDOT) can be used as an alternative to preparing 4 project/site specific traffic control plan if the typical is applicable to the 5 specific project/site. 6 B. Street Use Permit 7 1. Prior to installation of Traffic Control, a City Street Use Permit is required. 8 a. To obtain Street Use Permit, submit Traffic Control Plans to City 9 Transportation and Public Works Department. 10 1) Allow a minimum of 5 working days for permit review. 11 2) It is the Contractor's responsibility to coordinate review of Traffic Control 12 plans for Street Use Permit, such that construction is not delayed. 13 C. Modification to Approved Traffic Control 14 1. Prior to installation traffic control: 15 a. Submit revised traffic control plans to City Department Transportation and 16 Public Works Department. 17 1) Revise Traffic Control plans in accordance with Section 34 71 13. 18 2) Allow minimum 5 working days for review of revised Traffic Control. 19 3) It is the Contractor's responsibility to coordinate review of Traffic Control 20 plans for Street Use Permit, such that construction is not delayed. 21 D. Removal of Street Sign 22 1. If it is determined that a street sign must be removed for construction, then contact 23 City Transportation and Public Works Department, Signs and Markings Division to 24 remove the sign. 25 E. Temporary Signage 26 1. In the case of regulatory signs, replace permanent sign with temporary sign meeting 27 requirements of the latest edition of the Texas Manual on Uniform Traffic Control 28 Devices (MUTCD). 29 2. Install temporary sign before the removal of permanent sign. 30 3. When construction is complete, to the extent that the permanent sign can be 31 reinstalled, contact the City Transportation and Public Works Department, Signs 32 and Markings Division, to reinstall the permanent sign. 33 F. Traffic Control Standards 34 1. Traffic Control Standards can be found on the City's website. 35 1.5 SUBMITTALS [NOT USED] 36 A. Submit all required documentation to City's Project Representative. CITY OF FORT WORTH 2O26 CONCRETE RESTORATION CONTRACT 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 106177 Revised March 22, 2021 015526-3 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 3 of 3 1 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 2 1.7 CLOSEOUT SUBMITTALS [NOT USED] 3 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 4 1.9 QUALITY ASSURANCE [NOT USED] 5 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 6 1.11 FIELD [SITE] CONDITIONS [NOT USED] 7 1.12 WARRANTY [NOT USED] 8 PART 2 - PRODUCTS [NOT USED] 9 PART 3 - EXECUTION [NOT USED] 10 11 12 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 1.4 A. Added language to emphasize minimizing of lane closures and impact to traffic. 1.4 A. 1. c. Added language to allow for use of published traffic control "Typicals" i 3/22/2021 M Owen applicable to specific project/site. 1.4 F. 1) Removed reference to Buzzsaw 1.5 Added language re: submittal of permit CITY OF FORT WORTH 2O26 CONCRETE RESTORATION CONTRACT 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 106177 Revised March 22, 2021 0157 13- 1 STORM WATER POLLUTION PREVENTION Pagel of 3 1 SECTION 01 5713 2 STORM WATER POLLUTION PREVENTION 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Procedures for Storm Water Pollution Prevention Plans 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the 11 Contract 12 2. Division 1 — General Requirements 13 3. Section 3125 00 — Erosion and Sediment Control 14 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 1. Construction Activities resulting in less than 1 acre of disturbance 17 a. Work associated with this Item is considered subsidiary to the various Items 18 bid. No separate payment will be allowed for this Item. 19 2. Construction Activities resulting in greater than 1 acre of disturbance 20 a. Measurement and Payment shall be in accordance with Section 3125 00. 21 1.3 REFERENCES 22 A. Abbreviations and Acronyms 23 1. Notice of Intent: NOI 24 2. Notice of Termination: NOT 25 3. Storm Water Pollution Prevention Plan: SWPPP 26 4. Texas Commission on Environmental Quality: TCEQ 27 5. Notice of Change: NOC 28 A. Reference Standards 29 1. Reference standards cited in this Specification refer to the current reference 30 standard published at the time of the latest revision date logged at the end of this 31 Specification, unless a date is specifically cited. 32 2. Integrated Storm Management (iSWM) Technical Manual for Construction 33 Controls 34 1.4 ADMINISTRATIVE REQUIREMENTS 35 A. General 36 1. Contractor is responsible for resolution and payment of any fines issued associated 37 with compliance to Stormwater Pollution Prevention Plan. CITY OF FORT WORTH 2O26 CONCRETE RESTORATION CONTRACT 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 106177 Revised July 1, 2011 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 015713-2 STORM WATER POLLUTION PREVENTION Page 2 of 3 B. Construction Activities resulting in: 1. Less than 1 acre of disturbance a. Provide erosion and sediment control in accordance with Section 3125 00 and Drawings. 2. 1 to less than 5 acres of disturbance a. Texas Pollutant Discharge Elimination System (TPDES) General Construction Permit is required- b. Complete SWPPP in accordance with TCEQ requirements 1) TCEQ Small Construction Site Notice Required under general permit TXR150000 a) Sign and post at job site b) Prior to Preconstruction Meeting, send 1 copy to City Department of Transportation and Public Works, Environmental Division, (817) 392- 6088. 2) Provide erosion and sediment control in accordance with: a) Section 3125 00 b) The Drawings c) TXR150000 General Permit d) SWPPP e) TCEQ requirements 3. 5 acres or more of Disturbance a. Texas Pollutant Discharge Elimination System (TPDES) General Construction Permit is required b. Complete SWPPP in accordance with TCEQ requirements 1) Prepare a TCEQ NOI form and submit to TCEQ along with required fee a) Sign and post at job site b) Send copy to City Department of Transportation and Public Works, Environmental Division, (817) 392-6088. 2) TCEQ Notice of Change required if making changes or updates to NOI 3) Provide erosion and sediment control in accordance with: a) Section 3125 00 b) The Drawings c) TXR150000 General Permit d) SWPPP e) TCEQ requirements 4) Once the project has been completed and all the closeout requirements of TCEQ have been met a TCEQ Notice of Termination can be submitted. a) Send copy to City Department of Transportation and Public Works, Environmental Division, (817) 392-6088. 40 1.5 SUBMITTALS 41 42 43 44 45 46 47 A. SWPPP 1. Submit in accordance with Section 0133 00, except as stated herein. a. Prior to the Preconstruction Meeting, submit a draft copy of SWPPP to the City as follows: 1) 1 copy to the City Project Manager a) City Project Manager will forward to the City Department of Transportation and Public Works, Environmental Division for review CITY OF FORT WORTH 2O26 CONCRETE RESTORATION CONTRACT 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 106177 Revised July 1, 2011 015713-3 STORM WATER POLLUTION PREVENTION Page 3 of 3 l B. Modified SWPPP 2 1. If the SWPPP is revised during construction, resubmit modified SWPPP to the City 3 in accordance with Section 0133 00. 4 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 5 1.7 CLOSEOUT SUBMITTALS [NOT USED] 6 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 7 1.9 QUALITY ASSURANCE [NOT USED] 8 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 9 1.11 FIELD [SITE] CONDITIONS [NOT USED] 10 1.12 WARRANTY [NOT USED] 11 PART 2 - PRODUCTS [NOT USED] 12 PART 3 - EXECUTION [NOT USED] 13 14 15 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH 2O26 CONCRETE RESTORATION CONTRACT 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 106177 Revised July 1, 2011 0158 13- 1 TEMPORARY PROJECT SIGNAGE Pagel of 3 1 SECTION 0158 13 2 TEMPORARY PROJECT SIGNAGE 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Temporary Project Signage Requirements 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 11 2. Division 1 — General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Work associated with this Item is considered subsidiary to the various Items bid. 15 No separate payment will be allowed for this Item. 16 1.3 REFERENCES [NOT USED] 17 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 18 1.5 SUBMITTALS [NOT USED] 19 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 20 1.7 CLOSEOUT SUBMITTALS [NOT USED] 21 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 22 1.9 QUALITY ASSURANCE [NOT USED] 23 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 24 1.11 FIELD [SITE] CONDITIONS [NOT USED] 25 1.12 WARRANTY [NOT USED] 26 PART 2 - PRODUCTS 27 2.1 OWNER -FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 28 2.2 EQUIPMENT, PRODUCT TYPES, AND MATERIALS 29 A. Design Criteria 30 1. Provide free standing Project Designation Sign in accordance with City's Standard 31 Details for project signs. CITY OF FORT WORTH 2O26 CONCRETE RESTORATION CONTRACT 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 106177 Revised July 1, 2011 015813-2 TEMPORARY PROJECT SIGNAGE Page 2 of 3 l B. Materials 2 1. Sign 3 a. Constructed of 3/4-inch fir plywood, grade A-C (exterior) or better 4 2.3 ACCESSORIES [NOT USED] 5 2.4 SOURCE QUALITY CONTROL [NOT USED] 6 PART 3 - EXECUTION 7 3.1 INSTALLERS [NOT USED] 8 3.2 EXAMINATION [NOT USED] 9 3.3 PREPARATION [NOT USED] 10 3.4 INSTALLATION 11 A. General 12 1. Provide vertical installation at extents of project. 13 2. Relocate sign as needed, upon request of the City. 14 B. Mounting options 15 a. Skids 16 b. Posts 17 c. Barricade 18 3.5 REPAIR / RESTORATION [NOT USED] 19 3.6 RE -INSTALLATION [NOT USED] 20 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 21 3.8 SYSTEM STARTUP [NOT USED] 22 3.9 ADJUSTING [NOT USED] 23 3.10 CLEANING [NOT USED] 24 3.11 CLOSEOUT ACTIVITIES [NOT USED] 25 3.12 PROTECTION [NOT USED] 26 3.13 MAINTENANCE 27 A. General 28 1. Maintenance will include painting and repairs as needed or directed by the City. 29 3.14 ATTACHMENTS [NOT USED] 30 END OF SECTION 31 CITY OF FORT WORTH 2O26 CONCRETE RESTORATION CONTRACT 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 106177 Revised July 1, 2011 015813-3 TEMPORARY PROJECT SIGNAGE Page 3 of 3 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH 2O26 CONCRETE RESTORATION CONTRACT 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 106177 Revised July 1, 2011 SECTION 0160 00 PRODUCT REQUIREMENTS PART1- GENERAL 1.1 SUMMARY A. Section Includes: 01 60 00 PRODUCT REQUIREMENTS Page 1 of 2 1. References for Product Requirements and City Standard Products List B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements 1.2 PRICE AND PAYMENT PROCEDURES [NOT USED] 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. A list of City approved products for use is available through the City's website at: https:Happs.fortworthtexas.gov/ProjectResources/ and following the directory path; 02 - Construction Documents/Standard Products List B. Only products specifically included on City's Standard Product List in these Contract Documents shall be allowed for use on the Project. 1. Any subsequently approved products will only be allowed for use upon specific approval by the City. C. Any specific product requirements in the Contract Documents supersede similar products included on the City's Standard Product List. 1. The City reserves the right to not allow products to be used for certain projects even though the product is listed on the City's Standard Product List. D. Although a specific product is included on City's Standard Product List, not all products from that manufacturer are approved for use, including but not limited to, that manufacturer's standard product. E. See Section 0133 00 for submittal requirements of Product Data included on City's Standard Product List. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] CITY OF FORT WORTH 2O26 CONCRETE RESTORATION CONTRACT 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 106177 Revised March 9, 2020 01 60 00 PRODUCT REQUIREMENTS Page 2 of 2 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 10/12/12 D. Johnson Modified Location of City's Standard Product List 3/9/2020 D.V. Magana Removed reference to Buzzsaw and noted that the City approved products list is accessible through the City's website. CITY OF FORT WORTH 2O26 CONCRETE RESTORATION CONTRACT 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 106177 Revised March 9, 2020 01 66 00 - 1 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page] of 4 SECTION 0166 00 PRODUCT STORAGE AND HANDLING REQUIREMENTS PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Scheduling of product delivery 2. Packaging of products for delivery 3. Protection of products against damage from: a. Handling b. Exposure to elements or harsh environments B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY AND HANDLING A. Delivery Requirements 1. Schedule delivery of products or equipment as required to allow timely installation and to avoid prolonged storage. 2. Provide appropriate personnel and equipment to receive deliveries. 3. Delivery trucks will not be permitted to wait extended periods of time on the Site for personnel or equipment to receive the delivery. CITY OF FORT WORTH 2O26 CONCRETE RESTORATION CONTRACT 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 106177 Revised July 1, 2011 016600-2 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 2 of 4 4. Deliver products or equipment in manufacturer's original unbroken cartons or other containers designed and constructed to protect the contents from physical or environmental damage. 5. Clearly and fully mark and identify as to manufacturer, item and installation location. 6. Provide manufacturer's instructions for storage and handling. B. Handling Requirements 1. Handle products or equipment in accordance with these Contract Documents and manufacturer's recommendations and instructions. C. Storage Requirements 1. Store materials in accordance with manufacturer's recommendations and requirements of these Specifications. 2. Make necessary provisions for safe storage of materials and equipment. a. Place loose soil materials and materials to be incorporated into Work to prevent damage to any part of Work or existing facilities and to maintain free access at all times to all parts of Work and to utility service company installations in vicinity of Work. 3. Keep materials and equipment neatly and compactly stored in locations that will cause minimum inconvenience to other contractors, public travel, adjoining owners, tenants and occupants. a. Arrange storage to provide easy access for inspection. 4. Restrict storage to areas available on construction site for storage of material and equipment as shown on Drawings, or approved by City's Project Representative. 5. Provide off -site storage and protection when on -site storage is not adequate. a. Provide addresses of and access to off -site storage locations for inspection by City's Project Representative. 6. Do not use lawns, grass plots or other private property for storage purposes without written permission of owner or other person in possession or control of premises. 7. Store in manufacturers' unopened containers. 8. Neatly, safely and compactly stack materials delivered and stored along line of Work to avoid inconvenience and damage to property owners and general public and maintain at least 3 feet from fire hydrant. 9. Keep public and private driveways and street crossings open. 10. Repair or replace damaged lawns, sidewalks, streets or other improvements to satisfaction of City's Project Representative. a. Total length which materials may be distributed along route of construction at one time is 1,000 linear feet, unless otherwise approved in writing by City's Project Representative. CITY OF FORT WORTH 2O26 CONCRETE RESTORATION CONTRACT 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 106177 Revised July 1, 2011 016600-3 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 3 of 4 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 ERECTION [NOT USED] 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL A. Tests and Inspections 1. Inspect all products or equipment delivered to the site prior to unloading. B. Non -Conforming Work 1. Reject all products or equipment that are damaged, used or in any other way unsatisfactory for use on the project. 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION A. Protect all products or equipment in accordance with manufacturer's written directions. B. Store products or equipment in location to avoid physical damage to items while in storage. C. Protect equipment from exposure to elements and keep thoroughly dry if required by the manufacturer. 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION CITY OF FORT WORTH 2O26 CONCRETE RESTORATION CONTRACT 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 106177 Revised July 1, 2011 016600-4 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 4 of 4 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH 2O26 CONCRETE RESTORATION CONTRACT 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 106177 Revised July 1, 2011 017000-1 MOBILIZATION AND REMOBILIZATION Pagel of 4 SECTION 0170 00 2 MOBILIZATION AND REMOBILIZATION 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section 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 39 40 41 42 43 44 45 1. Mobilization and Demobilization a. Mobilization 1) Transportation of Contractor's personnel, equipment, and operating supplies to the Site 2) Establishment of necessary general facilities for the Contractor's operation at the Site 3) Premiums paid for performance and payment bonds 4) Transportation of Contractor's personnel, equipment, and operating supplies to another location within the designated Site 5) Relocation of necessary general facilities for the Contractor's operation from 1 location to another location on the Site. b. Demobilization 1) Transportation of Contractor's personnel, equipment, and operating supplies away from the Site including disassembly 2) Site Clean-up 3) Removal of all buildings and/or other facilities assembled at the Site for this Contract c. Mobilization and Demobilization do not include activities for specific items of work that are for which payment is provided elsewhere in the contract. 2. Remobilization a. Remobilization for Suspension of Work specifically required in the Contract Documents or as required by City includes: 1) Demobilization a) Transportation of Contractor's personnel, equipment, and operating supplies from the Site including disassembly or temporarily securing equipment, supplies, and other facilities as designated by the Contract Documents necessary to suspend the Work. b) Site Clean-up as designated in the Contract Documents 2) Remobilization a) Transportation of Contractor's personnel, equipment, and operating supplies to the Site necessary to resume the Work. b) Establishment of necessary general facilities for the Contractor's operation at the Site necessary to resume the Work. 3) No Payments will be made for: a) Mobilization and Demobilization from one location to another on the Site in the normal progress of performing the Work. b) Stand-by or idle time c) Lost profits 3. Mobilizations and Demobilization for Miscellaneous Projects a. Mobilization and Demobilization CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 22, 2016 2026 CONCRETE RESTORATION CONTRACT 1 CITY PROJECT NO. 106177 017000-2 MOBILIZATION AND REMOBILIZATION Page 2 of 4 1 1) Mobilization shall consist of the activities and cost on a Work Order basis 2 necessary for: 3 a) Transportation of Contractor's personnel, equipment, and operating 4 supplies to the Site for the issued Work Order. 5 b) Establishment of necessary general facilities for the Contractor's 6 operation at the Site for the issued Work Order 7 2) Demobilization shall consist of the activities and cost necessary for: 8 a) Transportation of Contractor's personnel, equipment, and operating 9 supplies from the Site including disassembly for each issued Work 10 Order 11 b) Site Clean-up for each issued Work Order 12 c) Removal of all buildings or other facilities assembled at the Site for 13 each Work Oder 14 b. Mobilization and Demobilization do not include activities for specific items of 15 work for which payment is provided elsewhere in the contract. 16 4. Emergency Mobilizations and Demobilization for Miscellaneous Projects 17 a. A Mobilization for Miscellaneous Projects when directed by the City and the 18 mobilization occurs within 24 hours of the issuance of the Work Order. 19 B. Deviations from this City of Fort Worth Standard Specification 20 C. Related Specification Sections include, but are not necessarily limited to: 21 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the 22 Contract 23 2. Division 1 — General Requirements 24 1.2 PRICE AND PAYMENT PROCEDURES 25 A. Measurement and Payment [Consult City Department/Division for direction on if 26 Mobilization pay item to be included or the item should be subsidiary. Include the 27 appropriate Section 1.2 A. 1.] 28 1. Mobilization and Demobilization 29 a. Measure 30 1) This Item is considered subsidiary to the various Items bid. 31 b. Payment 32 1) The work performed and materials furnished in accordance with this Item 33 are subsidiary to the various Items bid and no other compensation will be 34 allowed. 35 OMITTED 36 a) The work performed and materials furnished for demobilization in 37 accordance with this Item are subsidiary to the various Items bid and no 38 other compensation will be allowed. 39 2. Remobilization for suspension of Work as specifically required in the Contract 40 Documents 41 a. Measurement 42 1) Measurement for this Item shall be per each remobilization performed. 43 b. Payment 44 1) The work performed and materials furnished in accordance with this Item 45 and measured as provided under "Measurement" will be paid for at the unit 46 price per each "Specified Remobilization" in accordance with Contract 47 Documents. CITY OF FORT WORTH 2O26 CONCRETE RESTORATION CONTRACT 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 106177 Revised November 22, 2016 017000-3 MOBILIZATION AND REMOBILIZATION Page 3 of 4 1 c. The price shall include: 2 1) Demobilization as described in Section 1.1.A.2.a.1) 3 2) Remobilization as described in Section 1.1.A.2.a.2) 4 d. No payments will be made for standby, idle time, or lost profits associated this 5 Item. 6 3. Remobilization for suspension of Work as required by City 7 a. Measurement and Payment 8 1) This shall be submitted as a Contract Claim in accordance with Article 10 9 of Section 00 72 00. 10 2) No payments will be made for standby, idle time, or lost profits associated 11 with this Item. 12 4. Mobilizations and Demobilizations for Miscellaneous Projects 13 a. Measurement 14 1) Measurement for this Item shall be for each Mobilization and 15 Demobilization required by the Contract Documents 16 b. Payment 17 1) The Work performed and materials furnished in accordance with this Item 18 and measured as provided under "Measurement" will be paid for at the unit 19 price per each "Work Order Mobilization" in accordance with Contract 20 Documents. Demobilization shall be considered subsidiary to mobilization 21 and shall not be paid for separately. 22 c. The price shall include: 23 1) Mobilization as described in Section 1.1.A.3.a.1) 24 2) Demobilization as described in Section 1.1.A.3.a.2) 25 d. No payments will be made for standby, idle time, or lost profits associated this 26 Item. 27 5. Emergency Mobilizations and Demobilizations for Miscellaneous Projects 28 a. Measurement 29 1) Measurement for this Item shall be for each Mobilization and 30 Demobilization required by the Contract Documents 31 b. Payment 32 1) The Work performed and materials furnished in accordance with this Item 33 and measured as provided under "Measurement" will be paid for at the unit 34 price per each "Work Order Emergency Mobilization" in accordance with 35 Contract Documents. Demobilization shall be considered subsidiary to 36 mobilization and shall not be paid for separately. 37 c. The price shall include 38 1) Mobilization as described in Section 1.1.A.4.a) 39 2) Demobilization as described in Section 1.1.A.3.a.2) 40 d. No payments will be made for standby, idle time, or lost profits associated this 41 Item. 42 1.3 REFERENCES [NOT USED] 43 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 44 1.5 SUBMITTALS [NOT USED] 45 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 46 1.7 CLOSEOUT SUBMITTALS [NOT USED] CITY OF FORT WORTH 2O26 CONCRETE RESTORATION CONTRACT 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 106177 Revised November 22, 2016 017000-4 MOBILIZATION AND REMOBILIZATION Page 4 of 4 1 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 2 1.9 QUALITY ASSURANCE [NOT USED] 3 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 4 1.11 FIELD [SITE] CONDITIONS [NOT USED] 5 1.12 WARRANTY [NOT USED] 6 PART 2 - PRODUCTS [NOT USED] 7 PART 3 - EXECUTION [NOT USED] 8 9 ff END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 11/22/16 Michael Owen 1.2 Price and Payment Procedures - Revised specification, including blue text, to make specification flexible for either subsidiary or paid bid item for Mobilization. CITY OF FORT WORTH 2O26 CONCRETE RESTORATION CONTRACT 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 106177 Revised November 22, 2016 017123-1 CONSTRUCTION STAKING AND SURVEY Page 1 of 8 1 SECTION 01 71 23 2 CONSTRUCTION STAKING AND SURVEY 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Requirements for construction staking and construction survey 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 11 2. Division 1 — General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 A. Measurement and Payment 1. Construction Staking a. Measurement 1) Measurement for this Item shall be by lump sum. b. Payment 1) The work performed and the materials furnished in accordance with this Item shall be paid for at the lump sum price bid for "Construction Staking". 2) Payment for "Construction Staking" shall be made in partial payments prorated by work completed compared to total work included in the lump sum item. c. The price bid shall include, but not be limited to the following: 1) Verification of control data provided by City. 2) Placement, maintenance and replacement of required stakes and markings in the field. 3) Preparation and submittal of construction staking documentation in the form of "cut sheets" using the City's standard template. 2. Construction Survey a. Measurement 1) This Item is considered subsidiary to the various Items bid. b. Payment 1) The work performed and the materials furnished in accordance with this Item are subsidiary to the various Items bid and no other compensation will be allowed. 3. As -Built Survey a. Measurement 1) Measurement for this Item shall be by lump sum. b. Payment 1) The work performed and the materials furnished in accordance with this Item shall be paid for at the lump sum price bid for "As -Built Survey". CITY OF FORT WORTH 2O26 CONCRETE RESTORATION CONTRACT 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 106177 Revised February 14, 2018 01 71 23 - 2 CONSTRUCTION STAKING AND SURVEY Page 2 of 8 1 2) Payment for "Construction Staking" shall be made in partial payments 2 prorated by work completed compared to total work included in the lump sum 3 item. 4 c. The price bid shall include, but not be limited to the following:: 5 1) Field measurements and survey shots to identify location of completed 6 facilities. 7 2) Documentation and submittal of as -built survey data onto contractor redline 8 plans and digital survey files. 9 10 1.3 REFERENCES 11 A. Definitions 12 1. Construction Survey - The survey measurements made prior to or while 13 construction is in progress to control elevation, horizontal position, dimensions and 14 configuration of structures/improvements included in the Project Drawings. 15 2. As -built Survey —The measurements made after the construction of the 16 improvement features are complete to provide position coordinates for the features 17 of a project. 18 3. Construction Staking — The placement of stakes and markings to provide offsets 19 and elevations to cut and fill in order to locate on the ground the designed 20 structures/improvements included in the Project Drawings. Construction staking 21 shall include staking easements and/or right of way if indicated on the plans. 22 4. Survey "Field Checks" — Measurements made after construction staking is 23 completed and before construction work begins to ensure that structures marked on 24 the ground are accurately located per Project Drawings. 25 B. Technical References 26 1. City of Fort Worth — Construction Staking Standards (available on City's Buzzsaw 27 website) — 01 71 23.16.01— Attachment A Survey Staking Standards 28 2. City of Fort Worth - Standard Survey Data Collector Library (fxl) files (available 29 on City's Buzzsaw website). 30 3. Texas Department of Transportation (TxDOT) Survey Manual, latest revision 31 4. Texas Society of Professional Land Surveyors (TSPS), Manual of Practice for Land 32 Surveying in the State of Texas, Category 5 33 34 1.4 ADMINISTRATIVE REQUIREMENTS 35 A. The Contractor's selection of a surveyor must comply with Texas Government 36 Code 2254 (qualifications based selection) for this project. 37 1.5 SUBMITTALS 38 A. Submittals, if required, shall be in accordance with Section 01 33 00. 39 B. All submittals shall be received and reviewed by the City prior to delivery of work. 40 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 41 A. Field Quality Control Submittals CITY OF FORT WORTH 2O26 CONCRETE RESTORATION CONTRACT 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 106177 Revised February 14, 2018 017123-3 CONSTRUCTION STAKING AND SURVEY Page 3 of 8 1 1. Documentation verifying accuracy of field engineering work, 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 (refer to 01 71 23.16.01 — Attachment A — Survey Staking Standards). 5 1.7 CLOSEOUT SUBMITTALS 6 B. As -built Redline Drawing Submittal 7 1. Submit As -Built Survey Redline Drawings documenting the locations/elevations of 8 constructed improvements signed and sealed by Registered Professional Land 9 Surveyor (RPLS) responsible for the work (refer to 01 71 23.16.01 — Attachment A 10 — Survey Staking Standards) . 11 2. Contractor shall submit the proposed as -built and completed redline drawing 12 submittal one (1) week prior to scheduling the project final inspection for City 13 review and comment. Revisions, if necessary, shall be made to the as -built redline 14 drawings and resubmitted to the City prior to scheduling the construction final 15 inspection. 16 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 17 1.9 QUALITY ASSURANCE 18 A. Construction Staking 19 1. Construction staking will be performed by the Contractor. 20 2. Coordination 21 a. Contact City's Project Representative at least one week in advance notifying 22 the City of when Construction Staking is scheduled. 23 b. It is the Contractor's responsibility to coordinate staking such that 24 construction activities are not delayed or negatively impacted. 25 3. General 26 a. Contractor is responsible for preserving and maintaining stakes. If City 27 surveyors are required to re -stake for any reason, the Contractor will be 28 responsible for costs to perform staking. If in the opinion of the City, a 29 sufficient number of stakes or markings have been lost, destroyed disturbed or 30 omitted that the contracted Work cannot take place then the Contractor will be 31 required to stake or re -stake the deficient areas. 32 B. Construction Survey 33 1. Construction Survey will be performed by the Contractor. 34 2. Coordination 35 a. Contractor to verify that horizontal and vertical control data established in the 36 design survey and required for construction survey is available and in place. 37 3. General 38 a. Construction survey will be performed in order to construct the work shown 39 on the Construction Drawings and specified in the Contract Documents. 40 b. For construction methods other than open cut, the Contractor shall perform 41 construction survey and verify control data including, but not limited to, the 42 following: 43 1) Verification that established benchmarks and control are accurate. CITY OF FORT WORTH 2O26 CONCRETE RESTORATION CONTRACT 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 106177 Revised February 14, 2018 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 01 71 23 - 4 CONSTRUCTION STAKING AND SURVEY Page 4 of 8 2) Use of Benchmarks to furnish and maintain all reference lines and grades for tunneling. 3) Use of line and grades to establish the location of the pipe. 4) Submit to the City copies of field notesused to establish all lines and grades, if requested, and allow the City to check guidance system setup prior to beginning each tunneling drive. 5) Provide access for the City, if requested, to verify the guidance system and the line and grade of the carrier pipe. 6) The Contractor remains fully responsible for the accuracy of the work and correction of it, as required. 7) Monitor line and grade continuously during construction. 8) Record deviation with respect to design line and grade once at each pipe joint and submit daily records to the City. 9) If the installation does not meet the specified tolerances (as outlined in Sections 33 05 23 and/or 33 05 24), immediately notify the City and correct the installation in accordance with the Contract Documents. C. As -Built Survey 1. Required As -Built Survey will be performed by the Contractor. 2. Coordination a. Contractor is to coordinate with City to confirm which features require as - built surveying. b. It is the Contractor's responsibility to coordinate the as -built survey and required measurements for items that are to be buried such that construction activities are not delayed or negatively impacted. c. For sewer mains and water mains 12" and under in diameter, it is acceptable to physically measure depth and mark the location during the progress of construction and take as -built survey after the facility has been buried. The Contractor is responsible for the quality control needed to ensure accuracy. 3. General a. The Contractor shall provide as -built survey including the elevation and location (and provide written documentation to the City) of construction features during the progress of the construction including the following: 1) Water Lines a) Top of pipe elevations and coordinates for waterlines at the following locations: (1) Minimum every 250 linear feet, including (2) Horizontal and vertical points of inflection, curvature, etc. (3) Fire line tee (4) Plugs, stub -outs, dead-end lines (5) Casing pipe (each end) and all buried fittings 2) Sanitary Sewer a) Top of pipe elevations and coordinates for force mains and siphon sanitary sewer lines (non -gravity facilities) at the following locations: (1) Minimum every 250 linear feet and any buried fittings (2) Horizontal and vertical points of inflection, curvature, etc. 3) Stormwater — Not Applicable CITY OF FORT WORTH 2O26 CONCRETE RESTORATION CONTRACT 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 106177 Revised February 14, 2018 017123-5 CONSTRUCTION STAKING AND SURVEY Page 5 of 8 1 b. The Contractor shall provide as -built survey including the elevation and 2 location (and provide written documentation to the City) of construction 3 features after the construction is completed including the following: 4 1) Manholes 5 a) Rim and flowline elevations and coordinates for each manhole 6 2) Water Lines 7 a) Cathodic protection test stations 8 b) Sampling stations 9 c) Meter boxes/vaults (All sizes) 10 d) Fire hydrants 11 e) Valves (gate, butterfly, etc.) 12 f) Air Release valves (Manhole rim and vent pipe) 13 g) Blow off valves (Manhole rim and valve lid) 14 h) Pressure plane valves 15 i) Underground Vaults 16 (1) Rim and flowline elevations and coordinates for each 17 Underground Vault. 18 3) Sanitary Sewer 19 a) Cleanouts 20 (1) Rim and flowline elevations and coordinates for each 21 b) Manholes and Junction Structures 22 (1) Rim and flowline elevations and coordinates for each 23 manhole and junction structure. 24 4) Stormwater — Not Applicable 25 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 26 1.11 FIELD [SITE] CONDITIONS [NOT USED] 27 1.12 WARRANTY 28 PART 2 - PRODUCTS 29 A. A construction survey will produce, but will not be limited to: 30 1. Recovery of relevant control points, points of curvature and points of intersection. 31 2. Establish temporary horizontal and vertical control elevations (benchmarks) 32 sufficiently permanent and located in a manner to be used throughout construction. 33 3. The location of planned facilities, easements and improvements. 34 a. Establishing final line and grade stakes for piers, floors, grade beams, parking 35 areas, utilities, streets, highways, tunnels, and other construction. 36 b. A record of revisions or corrections noted in an orderly manner for reference. 37 c. A drawing, when required by the client, indicating the horizontal and vertical 38 location of facilities, easements and improvements, as built. 39 4. Cut sheets shall be provided to the City inspector and Survey Superintendent for all 40 construction staking projects. These cut sheets shall be on the standard city template 41 which can be obtained from the Survey Superintendent (817-392-7925). 42 5. Digital survey files in the following formats shall be acceptable: 43 a. AutoCAD (.dwg) 44 b. ESRI Shapefile (.shp) CITY OF FORT WORTH 2O26 CONCRETE RESTORATION CONTRACT 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 106177 Revised February 14, 2018 017123-6 CONSTRUCTION STAKING AND SURVEY Page 6 of 8 1 c. CSV file (.csv), formatted with X and Y coordinates in separate columns (use 2 standard templates, if available) 3 6. Survey files shall include vertical and horizontal data tied to original project 4 control and benchmarks, and shall include feature descriptions 5 PART 3 - EXECUTION 6 3.1 INSTALLERS 7 A. Tolerances: 8 1. The staked location of any improvement or facility should be as accurate as 9 practical and necessary. The degree of precision required is dependent on many 10 factors all of which must remain judgmental. The tolerances listed hereafter are 11 based on generalities and, under certain circumstances, shall yield to specific 12 requirements. The surveyor shall assess any situation by review of the overall plans 13 and through consultation with responsible parties as to the need for specific 14 tolerances. 15 a. Earthwork: Grades for earthwork or rough cut should not exceed 0.1 ft. vertical 16 tolerance. Horizontal alignment for earthwork and rough cut should not exceed 17 1.0 ft. tolerance. 18 b. Horizontal alignment on a structure shall be within .0.1ft tolerance. 19 c. Paving or concrete for streets, curbs, gutters, parking areas, drives, alleys and 20 walkways shall be located within the confines of the site boundaries and, 21 occasionally, along a boundary or any other restrictive line. Away from any 22 restrictive line, these facilities should be staked with an accuracy producing no 23 more than 0.05ft. tolerance from their specified locations. 24 d. Underground and overhead utilities, such as sewers, gas, water, telephone and 25 electric lines, shall be located horizontally within their prescribed areas or 26 easements. Within assigned areas, these utilities should be staked with an 27 accuracy producing no more than 0.1 ft tolerance from a specified location. 28 e. The accuracy required for the vertical location of utilities varies widely. Many 29 underground utilities require only a minimum cover and a tolerance of 0.1 ft. 30 should be maintained. Underground and overhead utilities on planned profile, 31 but not depending on gravity flow for performance, should not exceed 0.1 ft. 32 tolerance. 33 B. Surveying instruments shall be kept in close adjustment according to manufacturer's 34 specifications or in compliance to standards. The City reserves the right to request a 35 calibration report at any time and recommends regular maintenance schedule be 36 performed by a certified technician every 6 months. 37 1. Field measurements of angles and distances shall be done in such fashion as to 38 satisfy the closures and tolerances expressed in Part 3. LA. 39 2. Vertical locations shall be established from a pre -established benchmark and 40 checked by closing to a different bench mark on the same datum. 41 3. Construction survey field work shall correspond to the client's plans. Irregularities 42 or conflicts found shall be reported promptly to the City. 43 4. Revisions, corrections and other pertinent data shall be logged for future reference. 44 CITY OF FORT WORTH 2O26 CONCRETE RESTORATION CONTRACT 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 106177 Revised February 14, 2018 017123-7 CONSTRUCTION STAKING AND SURVEY Page 7 of 8 1 3.2 EXAMINATION [NOT USED] 2 3.3 PREPARATION [NOT USED] 3 3.4 APPLICATION 4 3.5 REPAIR / RESTORATION 5 A. If the Contractor's work damages or destroys one or more of the control 6 monuments/points set by the City, the monuments shall be adequately referenced for 7 expedient restoration. 8 1. Notify City if any control data needs to be restored or replaced due to damage 9 caused during construction operations. 10 a. Contractor shall perform replacements and/or restorations. 11 b. The City may require at any time a survey "Field Check" of any monument 12 or benchmarks that are set be verified by the City surveyors before further 13 associated work can move forward. 14 3.6 RE -INSTALLATION [NOT USED] 15 3.7 FIELD [OR] SITE QUALITY CONTROL 16 A. It is the Contractor's responsibility to maintain all stakes and control data placed by the 17 City in accordance with this Specification. This includes easements and right of way, if 18 noted on the plans. 19 B. Do not change or relocate stakes or control data without approval from the City. 20 3.8 SYSTEM STARTUP 21 22 23 24 25 26 27 28 29 30 31 32 33 34 A. Survey Checks 1. The City reserves the right to perform a Survey Check at any time deemed necessary. 2. Checks by City personnel or 3' party contracted surveyor are not intended to relieve the contractor of his/her responsibility for accuracy. 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log CITY OF FORT WORTH 2O26 CONCRETE RESTORATION CONTRACT 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 106177 Revised February 14, 2018 017123-8 CONSTRUCTION STAKING AND SURVEY Page 8 of 8 DATE NAME SUMMARY OF CHANGE 8/31/2012 D. Johnson Added instruction and modified measurement & payment under 1.2; added 8/31/2017 M. Owen definitions and references under 1.3; modified 1.6; added 1.7 closeout submittal requirements; modified 1.9 Quality Assurance; added PART 2 — PRODUCTS ; Added 3.1 Installers; added 3.5 Repair/Restoration; and added 3.8 System Startup. Removed "blue text'; revised measurement and payment sections for Construction Staking and As -Built Survey; added reference to selection compliance with TGC 2/14/2018 M Owen 2254; revised action and Closeout submittal requirements; added acceptable depth measurement criteria; revised list of items requiring as -built survey "during" and "after" construction; and revised acceptable digital survey file format CITY OF FORT WORTH 2O26 CONCRETE RESTORATION CONTRACT 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 106177 Revised February 14, 2018 FORTWORTH. Section 01 71 23.01 - Attachment A Survey Staking Standards February 2017 C:\Users\lslamT\AppData\Local\Temp\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 1 of 22 These procedures are intended to provide a standard method for construction staking services associated with the City of Fort Worth projects. These are not to be considered all inclusive, but only as a general guideline. For projects on TXDOT right-of-way or through joint TXDOT participation, adherence to the TXDOT Survey Manual shall be followed and if a discrepancy arises, the TXDOT manual shall prevail. (http://onlinemanuals.txdot.gov/txdotmanuals/ess/ess.pdf) If you have a unique circumstance, please consult with the project manager, inspector, or survey department at 817-392-7925. Table of Contents I. City of Fort Worth Contact Information II. Construction Colors III. Standard Staking Supplies IV. Survey Equipment, Control, and Datum Standards V. Water Staking VI. Sanitary Sewer Staking VII. Storm Staking VIII. Curb and Gutter Staking IX. Cut Sheets X. As -built Survey C:\Users\lslamT\AppData\Local\Temp\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 2 of 22 I. Survey Department Contact Information Physical and mailing address: 8851 Camp Bowie West Boulevard Suite 300 Fort Worth, Texas 76116 Office: (817) 392-7925 Survey Superintendent, direct line: (817) 392-8971 II. Construction Colors The following colors shall be used for staking or identifying features in the field. This includes flagging, paint of laths/stakes, paint of hubs, and any identification such as pin flags if necessary. Utility Color PROPOSED EXCAVATION WHITE ALL ELECTRIC AND CONDUITS POTABLE WATER GAS OR OIL YELLOW TELEPHONE/FIBER OPTIC ORANGE SURVEY CONTROL POINTS, BENCHMARKS, PROPERTY CORNERS, RIGHT-OF-WAYS, AND ALL PAVING INCLUDING CURB, SIDEWALK, BUILDING CORNERS PINK SANITARY SEWER IRRIGATION AND RECLAIMED WATER III. Standard Staking Supplies Item Minimum size Lath/Stake 36" tall Wooden Hub (2"x2" min. square preferred) 6" tall Pin Flags (2.5" x 3.5" preferred) 21" long Guard Stakes Not required PK or Mag nails 1" long Iron Rods (1/2" or greater diameter) 18" long Survey Marking Paint Water -based Flagging 1" wide Marking Whiskers (feathers) 6" long Tacks (for marking hubs) 3/4" long C:\Users\lslamT\AppData\Local\Temp\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 3 of 22 IV. Survey Equipment, Control, and Datum Standards A. City Benchmarks All city benchmarks can be found here: http://fortworthtexas.gov/itsolutions/GIS/ Look for 'Zoning Maps'. Under 'Layers' , expand 'Basemap Layers', and check on 'Benchmarks'. B. Conventional or Robotic Total Station Equipment I. A minimum of a 10 arc -second instrument is required. II. A copy of the latest calibration report may be requested by the City at any time. It is recommended that an instrument be calibrated by certified technician at least 1 occurrence every 6 months. C. Network/V.R.S. and static GPS Equipment I. It is critical that the surveyor verify the correct horizontal and vertical datum prior commencing work. A site calibration may be required and shall consist of at least 4 control points spaced evenly apart and in varying quadrants. Additional field checks of the horizontal and vertical accuracies shall be completed and the City may ask for a copy of the calibration report at any time. II. Network GPS such as the Western Data Systems or SmartNet systems may be used for staking of property/R.O.W, forced -main water lines, and rough -grade only. No GPS staking for concrete, sanitary sewer, storm drain, final grade, or anything that needs vertical grading with a tolerance of 0.25' or less is allowed. D. Control Points Set All control points set shall be accompanied by a lath with the appropriate Northing, Easting, and Elevation (if applicable) of the point set. Control points can be set rebar, 'X' in concrete, or any other appropriate item with a stable base and of a semi -permanent nature. A rebar cap is optional, but preferred if the cap is marked 'control point' or similar wording. Datasheets are required for all control points set. Datasheet should include: A. Horizontal and Vertical Datum used, Example: N.A.D.83, North Central Zone 4202, NAVD 88 Elevations B. Grid or ground distance. — If ground, provide scale factor used and base point coordinate, Example: C.S.F.=0.999125, Base point=North: 0, East=O C. Geoid model used, Example: GEOID12A C:\Users\lslamT\AppData\Local\Temp\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 4 of 22 E. Preferred Grid Datum Although many plan sets can be in surface coordinates, the City's preferred grid datum is listed below. Careful consideration must be taken to verify what datum each project is in prior to beginning work. It is essential the surveyor be familiar with coordinate transformations and how a grid/surface/assumed coordinate system affect a project. Projected Coordinate System: NAD_1983_StatePlane_Texas_North_Central_FIPS_4202_Feet Projection: Lambert_ Conformal_ Conic Fa Ise_Easti ng: 1968500.00000000 False —Northing: 6561666.66666667 Central Meridian:-98.50000000 Standard Parallel 1: 32.13333333 Standard Parallel 2: 33.96666667 Latitude —Of —Origin: 31.66666667 Linear Unit: Foot US Geographic Coordinate System: GCS_North_American_1983 Datum: D North American 1983 Prime Meridian: Greenwich Angular Unit: Degree Note: Regardless of what datum each particular project is in, deliverables to the City must be converted/translated into this preferred grid datum. 1 copy of the deliverable should be in the project datum (whatever it may be) and 1 copy should be in the NAD83, TX North Central 4202 zone. See Preferred File Namina Convention below F. Preferred Deliverable Format txt csv dwg .job G. Preferred Data Format P,N,E,Z,D,N Point Number, Northing, Easting, Elevation, Description, Notes (if applicable) H. Preferred File Naming Convention This is the preferred format: City Project Number_Description_Datum.csv Example for a project that has surface coordinates which must be translated: File 1: C1234 As -built of Water on Main Street Grid NAD83 TXSP 4202.csv File 2: C1234_As-built of Water on Main Street —Project Specific Datum.csv C:\Users\lslamT\AppData\Local\Temp\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 5 of 22 Q m Example Control Stakes Y ry Q W Q m � n z z w CD i- z J m Q > n 0 W W 1016 I I EL. = 100.00' 0-1 w m Y 0-1 z 7 O Q a_ J cn W ~ UJ Q O w z � J Q m z D O O o O CP #1 N=5000.00 E=5000.00 o w z� =w O� � U O z O = O 2 0 CQ w_ D L. J F- � w C:\Users\lslamT\AppData\Local\Temp\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 6 of 22 V. Water Staking Standards A. Centerline Staking —Straight Line Tangents I. Offset lath/stakes every 200' on even stations II. Painted blue lath/stake only, no hub is required III. Grade is to top of pipe (T/P) for 12" diameter pipes or smaller IV. Grade to flow line (F/L) for 16" and larger diameter pipes V. Grade should be 3.50' below the proposed top of curb line for 10" and smaller diameter pipes VI. Grade should be 4.00' below the proposed top of curb line for 12" and larger diameter pipes VII. Cut Sheets are required on all staking and a copy can be received from the survey superintendent Optional: Actual stakes shall consist of a 60D nail or hub set with a whisker B. Centerline Staking - Curves I. If arc length is greater than 100', POC (Point of Curvature) offset stakes should be set at a 25' interval II. Same grading guidelines as above III. Staking of radius points of greater than 100' may be omitted C. Water Meter Boxes I. 7.0' perpendicular offset is preferred to the center of the box II. Center of the meter should be 3.0' behind the proposed face of curb III. Meter should be staked a minimum of 4.5' away from the edge of a driveway IV. Grade is to top of box and should be +0.06' higher than the proposed top of curb unless shown otherwise on the plans D. Fire Hydrants I. Center of Hydrant should be 3.0' behind proposed face of curb II. Survey offset stake should be 7.0' from the center and perpendicular to the curb line or water main III. Grade of hydrants should be +0.30 higher than the adjacent top of curb E. Water Valves & Vaults I. Offsets should be perpendicular to the proposed water main II. RIM grades should only be provided if on plans C:\Users\lslamT\AppData\Local\Temp\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 7 of 22 z z Q < Q W a n W W ci C7 Q J tL O Z Example Water Stakes 7' 0/S �_ WA 7' 0/S � W/L C=31J zz o" Q LLJ CY W raj zW>w W to r =o U '�O 1 } 41Er1 j m W tt O w O I ' m 6 ~ Q z O D lil F W o m z r � w z- ' a g (w� ¢ � z = o 0/S W/L sra=o+aa F c-3.7s fn z cc U Z Q tote — 10G.0 OOW7 F= W m 4 CL Oz— o z a dW$ p w J = m z :n C:\Users\lslamT\AppData\Local\Temp\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 8 of 22 VI. Sanitary Sewer Staking A. Centerline Staking — Straight Line Tangents I. Inverts shall be field verified and compared against the plans before staking II. Painted green lath/stake WITH hub and tack or marker dot, no flagging required III. 1 offset stake between manholes if manholes are 400' or less apart IV. Offset stakes should be located at even distances and perpendicular to the centerline V. Grades will be per plan and the date of the plans used should be noted VI. If multiple lines are at one manhole, each line shall have a cut/fill and direction noted VII. Stakes at every grade break Vill. Cut sheets are required on all staking Optional: Actual stakes shall consist of a 60D nail or hub set with a whisker B. Centerline Staking —Curves I. If arc length is greater than 100', POC (Point of Curvature) offset stakes should be set at a 25' interval II. Staking of radius points of greater than 100' may be omitted C. Sanitary Sewer Manholes I. 2 offset stakes per manhole for the purpose of providing alignment to the contractor II. Flowline grade should be on the lath/stake for each flowline and direction noted III. RIM grade should only be on the stake when provided in the plans C:\Users\lslamT\AppData\Local\Temp\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 9 of 22 Example Sanitary Sewer Stakes W a a C y z z �.13EL r /s SS STA=3+rm <0 C-ate �Z C-au 11 C-0°a I L Y a N w 1"sN Wei U � U)I .� F W v ae I-ae � ` fA p 0 zrha3 12) O/S SS i SFA--3+71� O Z Z W Y I— QN U�` ui m N2 -f Vs L m7r- o W J W C) oc_� N � I1-1 W 23 LC w O Z 5r W wa Oz Er Q L� G d W O 7 u LJLI Gp ZQ NJ - W u. Z2Z l W IL- W d F N F C to Pi-r Oz LJ g W a ' IL a 1 I Z O W 7$ F- :D I N w Qp O F H �p O U CW U� w+rl Wd W W W = Z N Cp MZ oV) Op L7j^ WpZ J S N C-S F+0 Ww Q N ui 0 o W Y m 2 O = 2 S F 4/ dWi mJJ 1 � �m3 = z C:\Users\lslamT\AppData\Local\Temp\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 10 of 22 VII. Storm Sewer & Inlet Staking A. Centerline Staking — Straight Line Tangents I. 1 offset stake every 200' on even stations II. Grades are to flowline of pipe unless otherwise shown on plans III. Stakes at every grade break IV. Cut sheets are required on all staking Optional: Actual stakes shall consist of a 60D nail or hub set with a whisker B. Centerline Staking — Curves I. If arc length is greater than 100', POC (Point of Curvature) offset stakes should be set at a 25' interval II. Staking of radius points of greater than 100' may be omitted C. Storm Drain Inlets I. Staking distances should be measured from end of wing II. Standard 10' Inlet = 16.00' total length III. Recessed 10' Inlet = 20.00' total length IV. Standard double 10' inlet = 26.67' total length V. Recessed double 10' inlet = 30.67' total length D. Storm Drain Manholes I. 2 offset stakes per manhole for the purpose of providing alignment to the contractor II. Flowline grade should be on the lath/stake for each flowline and direction noted III. RIM grade should only be on the stake when provided in the plans C:\Users\lslamT\AppData\Local\Temp\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 11 of 22 Example Storm Inlet Stakes FRONT (SIDE FACING BACK C30E FAahr- R.ELW.) POINT # l6ll i HIA ELEVATION HUB %MTH TACK BACK OF CURB FLOYLINE — — — —EDGE OF PAVEMENT NQ FLAGGING REQUIRED IN LIEU OF RINK. PAINTED LATH n m m 0 m m 1 IDENTIFIES M-1101-1 END OF THE WING BEING STAKED II INLET STATION + [IF NOTED ON PLANS] IDENTIFIES GRADE TfO TO TOP OF CURB W IDENTIFIES GRADE TO FLO4NNE c7 I BACK �SME FA13NG R.QW_) POINT 0 Q HUB ELEVATON c FRONT (SIDE FACING FL c7 I Y� DISTANCES FOR INLETS �_L1 STANDARD 10' - 16' RECESSED W - 20' STANDARD DUJBL.E 10' — 2&67 RECESSED DUJBLE 10_ —30-67 �a — — — — — — — — — — I I 9kC}K OF INLET H I Y. Cti b I IAARH�OLE o I .ter VNNG"..'c FACE OF INLET EDGE OF PAVEMENT k .-.: m m FACE OF INLET EDGE OF PAVEMENT C:\Users\lslamT\AppData\Local\Temp\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 12 of 22 IDENTIFIES V,HICH END OF THE YdNG BEING STAKED BACK OF CURB FLDl4UNE — — — EDGE OF PAVEMENT VIII. Curb and Gutter Staking A. Centerline Staking — Straight Line Tangents V. 1 offset stake every 50' on even stations VI. Grades are to top of curb unless otherwise shown on plans VI I. Stakes at every grade break VIII. Cut sheets are required on all staking Optional: Actual stakes shall consist of a 60D nail or hub set with a whisker B. Centerline Staking — Curves III. If arc length is greater than 100', POC (Point of Curvature) offset stakes should be set at a 25' interval IV. Staking of radius points of greater than 100' may be omitted Example Curb & Gutter Stakes FRONT (SIDE FACING CQ 4 a FRONT IDmnREs END F f N T {SUE FACING �} POINT OF } alp FRONT d r car (SIDE FACING IGENTIFlES START PC (ODE FACING POW OF CURVATURE O Y O I -BC A`�{ }! BACK IGQJnFlE4 OFFSET 13 TO � :, I 4 T. BACK OF Cl1RB OR FfC I -0 CL � (SIDE FACING R.O.W.) FCR FhCE OF CUPH TI° a a {� + i III POINT N P. III III TIC. mNE TOPOF�ADE Is GUREI N NO GRADE ON I I HUB ELEVATION o + RAPIU5 PGINT5 I NO FLAGGING REQUIRED IN LIEU OF PINK PAINTED LATH r f I ti t ! � TOP OF CURB BACK OF CURB x { r x FACE OF CURB L ---�— SO FLO WLI N E EDGE OF PAVEMENT C:\Users\lslamT\AppData\Local\Temp\O1 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 13 of 22 Example Curb & Gutter Stakes at Intersection � a`K !§\, . w&tea z Q ƒ & o& $ _n|f �o w a ( 0L j§ \§ }( OF L y ° 2 \ Oz > } \ ) Q-6 \ \ � yz % ) Z »� >G , ƒ Z s.w IZW , / \ , »n a\ _o� _e !&2® ) §�/� ) 0(02 , ` gym« \ ■4 £ e 51 eNVI m »n a I3 e= a w[ ( §z 52� , & \\\ i a \ \§ Q§ 2 \k� O L ~\\ /m x f c%Uer gamT AppDk#y2KTemGo1712&1 $1 «Game« A Suwp Stakin;aanda@sdox g 14 of 22 IX. Cut Sheets A. Date of field work B. Staking Method (GPS, total station) C. Project Name D. City Project Number (Example: C01234) E. Location (Address, cross streets, GPS coordinate) F. Survey company name G. Crew chief name H. A blank template can be obtained from the survey superintendent (see item I above) Standard City Cut Sheet Date: ❑ TOTAL Staking Method: ❑ GPS STATION LOCATION: CONSULTANT/CONTRACTOR SURVEY CREW INITIALS City Project Number: Project Name: ❑ OTHER ALL GRADES ARE TO FLOWLINE OR TOP OF CURB UNLESS OTHERWISE NOTED. PT # STATION OFFSET -LT/+RT DESCRIPTION PROP. GRADE STAKED ELEV. -CUT + FILL C:\Users\lslamT\AppData\Local\Temp\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 15 of 22 X. As -built Survey A. Definition and Purpose The purpose of an as -built survey is to verify the asset was installed in the proper location and grade. Furthermore, the information gathered will be used to supplement the City's GIS data and must be in the proper format when submitted. See section IV. As -built survey should include the following (additional items may be requested): Manholes Top of pipe elevations every 250 feet Horizontal and vertical points of inflection, curvature, etc. (All Fittings) Cathodic protection test stations Sampling stations Meter boxes/vaults (All sizes) Fire lines Fire hydrants Gate valves (rim and top of nut) Plugs, stub -outs, dead-end lines Air Release valves (Manhole rim and vent pipe) Blow off valves (Manhole rim and valve lid) Pressure plane valves Cleaning wyes Clean outs Casing pipe (each end) Inverts of pipes Turbo Meters C:\Users\lslamT\AppData\Local\Temp\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 16 of 22 B. Example Deliverable A hand written red line by the field surveyor is acceptable in most cases. This should be a copy of the plans with the point number noted by each asset. If the asset is missing, then the surveyor should write "NOT FOUND" to notify the City. C:\Users\lslamT\AppData\Local\Temp\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 17 of 22 D,OpOp - OWL (W.CL&7CW RDI STAO'r7DO - 0WL !FLUID DPJ STA OWL YD AW W ' tP VALVE & RE=ERIN Ny LXWNEC•T TO EXIST.ffWATER pIf4EhCWZam I-WXX &RREDUCER SLEEVE STA -l2WL hIr PNI !-OrBQE VALVE _�� MISWO95BM � J I-045YERKBEAD *,SW N25 STA06675 - 9WL N�y{I/p661/ E•22903T//94 NlSTALL, r E.ppg6J�JI9P E•229WSI70 HrX RAK*JM TEE !-LTVALVE !- FIRE M' LOT AS NLF 9lAGRANT LEAD hWGATE VALVE atl,usersw. Av ';r. Ter re n d 0' � �' Q N%9003=99 so. vw r $ E-22524923M /Or / i1 CP ICY AwaY.a Ru rfwiare 4}QN ,R' rCUT -W.— R OW OW A miewavww BLK 6 ° ELEV.E� [L7 2 ,. VJ �a REMOVE EX/S/:'pr ♦E sroc l2WATER � fi 4• syr �� wr A�g1VI66-F130 4,} TON -2 r a. CLEV O < `-, 12 WATER �Od� ---- - - SV'� tl• r� `tt,��� PROPoSED J a RErwE SALVAGE `� SANITARY S 4` . SEE SHE 'max EXIST. GATE VALVE • STA 0.3287 - 10 W INSTALL, LOT A hlP4Bww.BF.ND Ou &"e.d..arrom \ �. Ni+9/J[A7.4f994 vwt Muc 4�, E-2?SGi/i3OJ2 "J1�'• STA OMM - /ZWL MUM M STA 057M - I2 STA O SOM - !Q•W J NSTAU. /N5TALj ASTAW h 0 AU SOLD SLEEVE h!2 45'VERT. BEND h e 4SVERT. B ND 57 LF OF /P•WATER PPE NISWO55-11W Nti9MSL9653 CONNECT TO EXIST. IrWATER E-22%3032B13 £•2298."AX70 N59RIlIi9279 E-22563099I36 P C:\Users\lslamT\AppData\Local\Temp\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 18 of 22 C:\Users\lslamT\AppData\Local\Temp\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 19 of 22 UNNry EwY � i BLK 29 RR Wr �a 05 ClWm .d W.Fw Warp 3 TiPJ Clonar Rc WFa'/Waf� I . * SMITARI SEWER W ' �nana f : Z sERvx a wi CLEAWMT g I J a =1 � 2AYTON RD. W. © _ CO 1 dAe O N CO 2-wM f<12Wr#eF 1ZWATER O °ae.a rfn UNE A L-3554 �'o —8- r �. O �' YE Coa Uy 4vu LY—M1v a V) cos \_ pfdd 40uk j x Ly REMOVE IXbT. p W I J SAN. SEWER —.r sM }; p, i 60 // STAFQA - 855 LINE A • Lor 2 ;v EXl57: STA0,00.L-3/!/- Vd Jc/c Po J09 gJ RE"E EX/ST.SSYH CONSTRGCf 5 IF OF d SS UNE CONST.,f D(ASSMH INf.IUOE 1' CUVaCOLLAR & YH INSERT � i W/ OCIR50SION PROTECDON I CONNECT PROP.8 SS (W) CONNECT PROP. d SS ME&SW) TO P" SSMH. Nb.9468/55252 CPTY MAP NO. 2018-380, 2018-3, MAPSCO PAGE NO.74N, S, T, W C:\Users\lslamT\AppData\Local\Temp\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 20 of 22 Obviously the .csv or .txt file cannot be signed/sealed by a surveyor in the format requested. This is just an example and all this information should be noted when delivered to the City so it is clear to what coordinate system the data is in. POINT NO. NORTHING EASTING ELEV. DESCRIPTION 1 6946257.189 2296079.165 726.09 SSMH RIM ���M1+ 2 6946260.893 2296062.141 725.668 GV RIM 3 6946307.399 2296038.306 726.85 GV RIM Cc,L-Dlt--> ES 4 6946220.582 2296011.025 723.358 SSMH RIM 5 6946195.23 2296015.116 722.123 GV RIM tj 6 6946190.528 2296022.721 722.325 FH 7 6946136.012 2295992.115 719.448 WM RIM 8 6946002.267 2295919.133 713.331 WM RIM TX, Q,CE:f- ,�l L 9 6946003.056 2295933.418 713.652 CO RIM �N(�ZT 10 6945984.677 2295880.52 711.662 SSMH RIM 11 6945986.473 2295869.892 710.046 WM RIM 12 6945895.077 2295860.962 707.72 WM RIM 13 6945896.591 2295862.188 708.205 WM RIM p V C 14 6945934.286 2295841.925 709.467 WM RIM 15 6945936.727 2295830.441 710.084 CO RIM CCG(-b n S 16 6945835.678 2295799.707 707.774 SSMH RIM 17 6945817.488 2295827.011 708.392 SSMH RIM 18 6945759.776 2295758.643 711.218 SSMH RIM 19 6945768.563 2295778.424 710.086 GV RIM 20 6945743.318 2295788.392 710.631 GV RIM 21 6945723.219 2295754.394 712.849 GV RIM 22 6945682.21 2295744.22 716.686 WM RIM 23 6945621.902 2295669.471 723.76 WM RIM 24 6945643.407 2295736.03 719.737 CO RIM�j,vrr7�i� 25 6945571.059 2295655.195 727.514 SSMH RIM r 26 6945539.498 2295667.803 729.123 WM RIM 27 6945519.834 2295619.49 732.689 WM RIM 28 6945417.879 2295580.27 740.521 WM RIM L t Slip 29 6945456.557 2295643.145 736.451 CO RIM i 30 6945387.356 2295597.101 740.756 GV RIM -r�- 31 6945370.688 2295606.793 740.976 GV RIM 32 6945383.53 2295610.559 740.408 FH 33 6945321.228 2295551.105 746.34 WM RIM 34 6945319.365 2295539.728 746.777 CO RIM 35 6945242.289 2295570.715 748.454 WM RIM 36 37 6945233.624 6945206.483 2295544.626 2295529.305 749.59 SSMH RIM 751.058 WM RIM �P 38 6945142.015 2295557.666 750,853 WM RIM �''omP 39 6945113.445 2295520.335 751.871 WM RIM 40 6945049.02 2295527.345 752.257 SSMH RIM 41 6945041.024 2295552.675 751.79 WM RIM T 42 43 6945038.878 6945006.397 2295552.147 2295518.135 751.88 WM RIM 752.615 WM RIM SAY t 44 6944944.782 2295520.635 752.801 WM RIM 45 6944943.432 2295556.479 752.156 WM RIM 46 6944860.416 2295534.397 752.986 SSMH RIM � 1 C:\Users\lslamT\AppData\Local\Temp\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 21 of 22 C. Other preferred as -built deliverable Some vendors have indicated that it is easier to deliver this information in a different format. Below is an example spreadsheet that is also acceptable and can be obtained by request from the survey superintendent. --- N___ ___ .�_ _ E E _ E_ n Z 3 E z�w � a a E z�4 �u : E _ e 2 v$_ 3 z 3 f d IIh pop IIII MpM� _ IIII hhh 75 •I n n n n n r e r Y{ i Y E sz Y i c V z g W W zzrZ Z g W 2 _ n 8 81 C:\Users\lslamT\AppData\Local\Temp\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 22 of 22 017423-1 CLEANING Pagel of 4 1 SECTION 0174 23 2 CLEANING 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Intermediate and final cleaning for Work not including special cleaning of closed 7 systems specified elsewhere 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. None. 10 C. Related Specification Sections include, but are not necessarily limited to: 11 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 12 2. Division 1 — General Requirements 13 3. Section 32 92 13 — Hydro -Mulching, Seeding and Sodding 14 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 1. Work associated with this Item is considered subsidiary to the various Items bid. 17 No separate payment will be allowed for this Item. 18 1.3 REFERENCES [NOT USED] 19 1.4 ADMINISTRATIVE REQUIREMENTS 20 A. Scheduling 21 1. Schedule cleaning operations so that dust and other contaminants disturbed by 22 cleaning process will not fall on newly painted surfaces. 23 2. Schedule final cleaning upon completion of Work and immediately prior to final 24 inspection. 25 1.5 SUBMITTALS [NOT USED] 26 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 27 1.7 CLOSEOUT SUBMITTALS [NOT USED] 28 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 29 1.9 QUALITY ASSURANCE [NOT USED] 30 1.10 STORAGE, AND HANDLING 31 A. Storage and Handling Requirements 32 1. Store cleaning products and cleaning wastes in containers specifically designed for 33 those materials. CITY OF FORT WORTH 2O26 CONCRETE RESTORATION CONTRACT 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 106177 Revised July 1, 2011 01 74 23 - 2 CLEANING Page 2 of 4 1 1.11 FIELD [SITE] CONDITIONS [NOT USED] 2 1.12 WARRANTY [NOT USED] 3 PART 2 - PRODUCTS 4 2.1 OWNER -FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] �*MuvI:1 IN 11ElW 6 A. Cleaning Agents 7 1. Compatible with surface being cleaned 8 2. New and uncontaminated 9 3. For manufactured surfaces 10 a. Material recommended by manufacturer 11 2.3 ACCESSORIES [NOT USED] 12 2.4 SOURCE QUALITY CONTROL [NOT USED] 13 PART 3 - EXECUTION 14 3.1 INSTALLERS [NOT USED] 15 3.2 EXAMINATION [NOT USED] 16 3.3 PREPARATION [NOT USED] 17 3.4 APPLICATION [NOT USED] 18 3.5 REPAIR / RESTORATION [NOT USED] 19 3.6 RE -INSTALLATION [NOT USED] 20 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 21 3.8 SYSTEM STARTUP [NOT USED] 22 3.9 ADJUSTING [NOT USED] 23 3.10 CLEANING 24 A. General 25 1. Prevent accumulation of wastes that create hazardous conditions. 26 2. Conduct cleaning and disposal operations to comply with laws and safety orders of 27 governing authorities. 28 3. Do not dispose of volatile wastes such as mineral spirits, oil or paint thinner in 29 storm or sanitary drains or sewers. 30 4. Dispose of degradable debris at an approved solid waste disposal site. 31 5. Dispose of nondegradable debris at an approved solid waste disposal site or in an 32 alternate manner approved by City and regulatory agencies. CITY OF FORT WORTH 2O26 CONCRETE RESTORATION CONTRACT 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 106177 Revised July 1, 2011 01 74 23 - 3 CLEANING Page 3 of 4 1 6. Handle materials in a controlled manner with as few handlings as possible. 2 7. Thoroughly clean, sweep, wash and polish all Work and equipment associated with 3 this project. 4 8. Remove all signs of temporary construction and activities incidental to construction 5 of required permanent Work. 6 9. If project is not cleaned to the satisfaction of the City, the City reserves the right to 7 have the cleaning completed at the expense of the Contractor. 8 10. Do not burn on -site. 9 B. Intermediate Cleaning during Construction 10 1. Keep Work areas clean so as not to hinder health, safety or convenience of 11 personnel in existing facility operations. 12 2. At maximum weekly intervals, dispose of waste materials, debris and rubbish. 13 3. Confine construction debris daily in strategically located container(s): 14 a. Cover to prevent blowing by wind 15 b. Store debris away from construction or operational activities 16 c. Haul from site at a minimum of once per week 17 4. Vacuum clean interior areas when ready to receive finish painting. 18 a. Continue vacuum cleaning on an as -needed basis, until Final Acceptance. 19 5. Prior to storm events, thoroughly clean site of all loose or unsecured items, which 20 may become airborne or transported by flowing water during the storm. 21 C. Interior Final Cleaning 22 1. Remove grease, mastic, adhesives, dust, dirt, stains, fingerprints, labels and other 23 foreign materials from sight -exposed surfaces. 24 2. Wipe all lighting fixture reflectors, lenses, lamps and trims clean. 25 3. Wash and shine glazing and mirrors. 26 4. Polish glossy surfaces to a clear shine. 27 5. Ventilating systems 28 a. Clean permanent filters and replace disposable filters if units were operated 29 during construction. 30 b. Clean ducts, blowers and coils if units were operated without filters during 31 construction. 32 6. Replace all burned out lamps. 33 7. Broom clean process area floors. 34 8. Mop office and control room floors. 35 D. Exterior (Site or Right of Way) Final Cleaning 36 1. Remove trash and debris containers from site. 37 a. Re -seed areas disturbed by location of trash and debris containers in accordance 38 with Section 32 92 13. 39 2. Sweep roadway to remove all rocks, pieces of asphalt, concrete or any other object 40 that may hinder or disrupt the flow of traffic along the roadway. 41 3. Clean any interior areas including, but not limited to, vaults, manholes, structures, 42 junction boxes and inlets. CITY OF FORT WORTH 2O26 CONCRETE RESTORATION CONTRACT 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 106177 Revised July 1, 2011 1 2 3 4 5 6 7 10 01 74 23 - 4 CLEANING Page 4 of 4 4. If no longer required for maintenance of erosion facilities, and upon approval by City, remove erosion control from site. 5. Clean signs, lights, signals, etc. 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 2026 CONCRETE RESTORATION CONTRACT 1 CITY PROJECT NO. 106177 1 2 3 PART1- GENERAL 4 1.1 SUMMARY SECTION 01 7719 CLOSEOUT REQUIREMENTS 017719-1 CLOSEOUT REQUIREMENTS Pagel of 3 5 A. Section Includes: 6 1. The procedure for closing out a contract 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 11 2. Division 1 — General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Work associated with this Item is considered subsidiary to the various Items bid. 15 No separate payment will be allowed for this Item. 16 1.3 REFERENCES [NOT USED] 17 1.4 ADMINISTRATIVE REQUIREMENTS 18 A. Guarantees, Bonds and Affidavits 19 1. No application for final payment will be accepted until all guarantees, bonds, 20 certificates, licenses and affidavits required for Work or equipment as specified are 21 satisfactorily filed with the City. 22 B. Release of Liens or Claims 23 1. No application for final payment will be accepted until satisfactory evidence of 24 release of liens has been submitted to the City. 25 1.5 SUBMITTALS 26 A. Submit all required documentation to City's Project Representative. 27 28 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 29 30 1.7 CLOSEOUT SUBMITTALS [NOT USED] 31 PART 2 - PRODUCTS [NOT USED] 32 CITY OF FORT WORTH 2O26 CONCRETE RESTORATION CONTRACT 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 106177 Revised March 22, 2021 017719-2 CLOSEOUT REQUIREMENTS Page 2 of 3 PART 3 - EXECUTION 2 3.1 INSTALLERS [NOT USED] 3 3.2 EXAMINATION [NOT USED] 4 3.3 PREPARATION [NOT USED] 5 3.4 CLOSEOUT PROCEDURE 6 A. Prior to requesting Final Inspection, submit: 7 1. Project Record Documents in accordance with Section 0178 39 8 2. Operation and Maintenance Data, if required, in accordance with Section 0178 23 9 B. Prior to requesting Final Inspection, perform final cleaning in accordance with Section 10 01 74 23. 11 C. Final Inspection 12 1. After final cleaning, provide notice to the City Project Representative that the Work 13 is completed. 14 a. The City will make an initial Final Inspection with the Contractor present. 15 b. Upon completion of this inspection, the City will notify the Contractor, in 16 writing within 10 business days, of any particulars in which this inspection 17 reveals that the Work is defective or incomplete. 18 2. Upon receiving written notice from the City, immediately undertake the Work 19 required to remedy deficiencies and complete the Work to the satisfaction of the 20 City. 21 3. The Right-of-way shall be cleared of all construction materials, barricades, and 22 temporary signage. 23 4. Upon completion of Work associated with the items listed in the City's written 24 notice, inform the City that the required Work has been completed. Upon receipt of 25 this notice, the City, in the presence of the Contractor, will make a subsequent Final 26 Inspection of the project. 27 5. Provide all special accessories required to place each item of equipment in full 28 operation. These special accessory items include, but are not limited to: 29 a. Specified spare parts 30 b. Adequate oil and grease as required for the first lubrication of the equipment 31 c. Initial fill up of all chemical tanks and fuel tanks 32 d. Light bulbs 33 e. Fuses 34 f. Vault keys 35 g. Handwheels 36 h. Other expendable items as required for initial start-up and operation of all 37 equipment 38 D. Notice of Project Completion 39 1. Once the City Project Representative finds the Work subsequent to Final Inspection 40 to be satisfactory, the City will issue a Notice of Project Completion (Green Sheet). 41 E. Supporting Documentation CITY OF FORT WORTH 2O26 CONCRETE RESTORATION CONTRACT 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 106177 Revised March 22, 2021 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 017719-3 CLOSEOUT REQUIREMENTS Page 3 of 3 1. Coordinate with the City Project Representative to complete the following additional forms: a. Final Payment Request b. Statement of Contract Time c. Affidavit of Payment and Release of Liens d. Consent of Surety to Final Payment e. Pipe Report (if required) f. Contractor's Evaluation of City g. Performance Evaluation of Contractor F. Letter of Final Acceptance 1. Upon review and acceptance of Notice of Project Completion and Supporting Documentation, in accordance with General Conditions, City will issue Letter of Final Acceptance and release the Final Payment Request for payment. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 3/22/2021 M Owen 3.4 C. Added language to clarify and emphasize requirement to "Clearing ROW" CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 22, 2021 2026 CONCRETE RESTORATION CONTRACT 1 CITY PROJECT NO. 106177 017823-1 OPERATION AND MAINTENANCE DATA Pagel of 5 1 SECTION 0178 23 2 OPERATION AND MAINTENANCE DATA 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Product data and related information appropriate for City's maintenance and 7 operation of products furnished under Contract 8 2. Such products may include, but are not limited to: 9 a. Traffic Controllers 10 b. Irrigation Controllers (to be operated by the City) 11 c. Butterfly Valves 12 B. Deviations from this City of Fort Worth Standard Specification 13 1. None. 14 C. Related Specification Sections include, but are not necessarily limited to: 15 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 16 2. Division 1 — General Requirements 17 1.2 PRICE AND PAYMENT PROCEDURES 18 A. Measurement and Payment 19 1. Work associated with this Item is considered subsidiary to the various Items bid. 20 No separate payment will be allowed for this Item. 21 1.3 REFERENCES [NOT USED] 22 1.4 ADMINISTRATIVE REQUIREMENTS 23 A. Schedule 24 1. Submit manuals in final form to the City within 30 calendar days of product 25 shipment to the project site. 26 1.5 SUBMITTALS 27 A. Submittals shall be in accordance with Section 0133 00. All submittals shall be 28 approved by the City prior to delivery. 29 1.6 INFORMATIONAL SUBMITTALS 30 A. Submittal Form 31 1. Prepare data in form of an instructional manual for use by City personnel. 32 2. Format 33 a. Size: 8 '/z inches x 11 inches 34 b. Paper 35 1) 40 pound minimum, white, for typed pages 36 2) Holes reinforced with plastic, cloth or metal 37 c. Text: Manufacturer's printed data, or neatly typewritten CITY OF FORT WORTH 2O26 CONCRETE RESTORATION CONTRACT 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 106177 Revised December 20, 2012 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 01 78 23 - 2 OPERATION AND MAINTENANCE DATA Page 2 of 5 d. Drawings 1) Provide reinforced punched binder tab, bind in with text 2) Reduce larger drawings and fold to size of text pages. e. Provide fly -leaf for each separate product, or each piece of operating equipment. 1) Provide typed description of product, and major component parts of equipment. 2) Provide indexed tabs. f. Cover 1) Identify each volume with typed or printed title "OPERATING AND MAINTENANCE INSTRUCTIONS". 2) List: a) Title of Project b) Identity of separate structure as applicable c) Identity of general subject matter covered in the manual 3. Binders a. Commercial quality 3-ring binders with durable and cleanable plastic covers b. When multiple binders are used, correlate the data into related consistent groupings. 4. If available, provide an electronic form of the O&M Manual. B. Manual Content 1. Neatly typewritten table of contents for each volume, arranged in systematic order a. Contractor, name of responsible principal, address and telephone number b. A list of each product required to be included, indexed to content of the volume c. List, with each product: 1) The name, address and telephone number of the subcontractor or installer 2) A list of each product required to be included, indexed to content of the volume 3) Identify area of responsibility of each 4) Local source of supply for parts and replacement d. Identify each product by product name and other identifying symbols as set forth in Contract Documents. 2. Product Data a. Include only those sheets which are pertinent to the specific product. b. Annotate each sheet to: 1) Clearly identify specific product or part installed 2) Clearly identify data applicable to installation 3) Delete references to inapplicable information 3. Drawings a. Supplement product data with drawings as necessary to clearly illustrate: 1) Relations of component parts of equipment and systems 2) Control and flow diagrams b. Coordinate drawings with information in Project Record Documents to assure correct illustration of completed installation. c. Do not use Project Record Drawings as maintenance drawings. 4. Written text, as required to supplement product data for the particular installation: a. Organize in consistent format under separate headings for different procedures. b. Provide logical sequence of instructions of each procedure. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 2026 CONCRETE RESTORATION CONTRACT 1 CITY PROJECT NO. 106177 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 01 78 23 - 3 OPERATION AND MAINTENANCE DATA Page 3 of 5 5. Copy of each warranty, bond and service contract issued a. Provide information sheet for City personnel giving: 1) Proper procedures in event of failure 2) Instances which might affect validity of warranties or bonds C. Manual for Materials and Finishes 1. Submit 5 copies of complete manual in final form. 2. Content, for architectural products, applied materials and finishes: a. Manufacturer's data, giving full information on products 1) Catalog number, size, composition 2) Color and texture designations 3) Information required for reordering special manufactured products b. Instructions for care and maintenance 1) Manufacturer's recommendation for types of cleaning agents and methods 2) Cautions against cleaning agents and methods which are detrimental to product 3) Recommended schedule for cleaning and maintenance 3. Content, for moisture protection and weather exposure products: a. Manufacturer's data, giving full information on products 1) Applicable standards 2) Chemical composition 3) Details of installation b. Instructions for inspection, maintenance and repair D. Manual for Equipment and Systems 1. Submit 5 copies of complete manual in final form. 2. Content, for each unit of equipment and system, as appropriate: a. Description of unit and component parts 1) Function, normal operating characteristics and limiting conditions 2) Performance curves, engineering data and tests 3) Complete nomenclature and commercial number of replaceable parts b. Operating procedures 1) Start-up, break-in, routine and normal operating instructions 2) Regulation, control, stopping, shut -down and emergency instructions 3) Summer and winter operating instructions 4) Special operating instructions c. Maintenance procedures 1) Routine operations 2) Guide to "trouble shooting" 3) Disassembly, repair and reassembly 4) Alignment, adjusting and checking d. Servicing and lubrication schedule 1) List of lubricants required e. Manufacturer's printed operating and maintenance instructions f. Description of sequence of operation by control manufacturer 1) Predicted life of parts subject to wear 2) Items recommended to be stocked as spare parts g. As installed control diagrams by controls manufacturer h. Each contractor's coordination drawings 1) As installed color coded piping diagrams CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 2026 CONCRETE RESTORATION CONTRACT 1 CITY PROJECT NO. 106177 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 01 78 23 - 4 OPERATION AND MAINTENANCE DATA Page 4 of 5 i. Charts of valve tag numbers, with location and function of each valve j. List of original manufacturer's spare parts, manufacturer's current prices, and recommended quantities to be maintained in storage k. Other data as required under pertinent Sections of Specifications 3. Content, for each electric and electronic system, as appropriate: a. Description of system and component parts 1) Function, normal operating characteristics, and limiting conditions 2) Performance curves, engineering data and tests 3) Complete nomenclature and commercial number of replaceable parts b. Circuit directories of panelboards 1) Electrical service 2) Controls 3) Communications c. As installed color coded wiring diagrams d. Operating procedures 1) Routine and normal operating instructions 2) Sequences required 3) Special operating instructions e. Maintenance procedures 1) Routine operations 2) Guide to "trouble shooting" 3) Disassembly, repair and reassembly 4) Adjustment and checking f. Manufacturer's printed operating and maintenance instructions g. List of original manufacturer's spare parts, manufacturer's current prices, and recommended quantities to be maintained in storage h. Other data as required under pertinent Sections of Specifications 4. Prepare and include additional data when the need for such data becomes apparent during instruction of City's personnel. 30 1.7 CLOSEOUT SUBMITTALS [NOT USED] 31 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 32 1.9 QUALITY ASSURANCE 33 A. Provide operation and maintenance data by personnel with the following criteria: 34 1. Trained and experienced in maintenance and operation of described products 35 2. Skilled as technical writer to the extent required to communicate essential data 36 3. Skilled as draftsman competent to prepare required drawings CITY OF FORT WORTH 2O26 CONCRETE RESTORATION CONTRACT 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 106177 Revised December 20, 2012 01 78 23 - 5 OPERATION AND MAINTENANCE DATA Page 5 of 5 1 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 2 1.11 FIELD [SITE] CONDITIONS [NOT USED] 3 1.12 WARRANTY [NOT USED] 4 PART 2 - PRODUCTS [NOT USED] 5 PART 3 - EXECUTION [NOT USED] 6 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 8/31/2012 D. Johnson 1.5.A.1 — title of section removed CITY OF FORT WORTH 2O26 CONCRETE RESTORATION CONTRACT 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 106177 Revised December 20, 2012 017839-1 PROJECT RECORD DOCUMENTS Pagel of 4 1 SECTION 0178 39 2 PROJECT RECORD DOCUMENTS 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Work associated with the documenting the project and recording changes to project 7 documents, including: 8 a. Record Drawings 9 b. Water Meter Service Reports 10 c. Sanitary Sewer Service Reports 11 d. Large Water Meter Reports 12 B. Deviations from this City of Fort Worth Standard Specification 13 1. None. 14 C. Related Specification Sections include, but are not necessarily limited to: 15 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 16 2. Division 1 — General Requirements 17 1.2 PRICE AND PAYMENT PROCEDURES 18 A. Measurement and Payment 19 1. Work associated with this Item is considered subsidiary to the various Items bid. 20 No separate payment will be allowed for this Item. 21 1.3 REFERENCES [NOT USED] 22 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 23 1.5 SUBMITTALS 24 A. Prior to submitting a request for Final Inspection, deliver Project Record Documents to 25 City's Project Representative. 26 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 27 1.7 CLOSEOUT SUBMITTALS [NOT USED] 28 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 29 1.9 QUALITY ASSURANCE 30 A. Accuracy of Records 31 1. Thoroughly coordinate changes within the Record Documents, making adequate 32 and proper entries on each page of Specifications and each sheet of Drawings and 33 other Documents where such entry is required to show the change properly. 34 2. Accuracy of records shall be such that future search for items shown in the Contract 35 Documents may rely reasonably on information obtained from the approved Project 36 Record Documents. CITY OF FORT WORTH 2O26 CONCRETE RESTORATION CONTRACT 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 106177 Revised July 1, 2011 017839-2 PROJECT RECORD DOCUMENTS Page 2 of 4 1 3. To facilitate accuracy of records, make entries within 24 hours after receipt of 2 information that the change has occurred. 3 4. Provide factual information regarding all aspects of the Work, both concealed and 4 visible, to enable future modification of the Work to proceed without lengthy and 5 expensive site measurement, investigation and examination. 6 1.10 STORAGE AND HANDLING 7 A. Storage and Handling Requirements 8 1. Maintain the job set of Record Documents completely protected from deterioration 9 and from loss and damage until completion of the Work and transfer of all recorded 10 data to the final Project Record Documents. 11 2. In the event of loss of recorded data, use means necessary to again secure the data 12 to the City's approval. 13 a. In such case, provide replacements to the standards originally required by the 14 Contract Documents. 15 1.11 FIELD [SITE] CONDITIONS [NOT USED] 16 1.12 WARRANTY [NOT USED] 17 PART 2 - PRODUCTS 18 2.1 OWNER -FURNISHED [oii] OWNER -SUPPLIED PRODUCTS [NOT USED] Eli � 9 x0jil011116i"Ov I Dieu V 20 A. Job set 21 1. Promptly following receipt of the Notice to Proceed, secure from the City, at no 22 charge to the Contractor, 1 complete set of all Documents comprising the Contract. 23 B. Final Record Documents 24 1. At a time nearing the completion of the Work and prior to Final Inspection, provide 25 the City 1 complete set of all Final Record Drawings in the Contract. 26 2.3 ACCESSORIES [NOT USED] 27 2.4 SOURCE QUALITY CONTROL [NOT USED] 28 PART 3 - EXECUTION 29 3.1 INSTALLERS [NOT USED] 30 3.2 EXAMINATION [NOT USED] 31 3.3 PREPARATION [NOT USED] 32 3.4 MAINTENANCE DOCUMENTS 33 A. Maintenance of Job Set 34 1. Immediately upon receipt of the job set, identify each of the Documents with the 35 title, "RECORD DOCUMENTS - JOB SET". CITY OF FORT WORTH 2O26 CONCRETE RESTORATION CONTRACT 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 106177 Revised July 1, 2011 017839-3 PROJECT RECORD DOCUMENTS Page 3 of 4 1 2. Preservation 2 a. Considering the Contract completion time, the probable number of occasions 3 upon which the job set must be taken out for new entries and for examination, 4 and the conditions under which these activities will be performed, devise a 5 suitable method for protecting the job set. 6 b. Do not use the job set for any purpose except entry of new data and for review 7 by the City, until start of transfer of data to final Project Record Documents. 8 c. Maintain the job set at the site of work. 9 3. Coordination with Construction Survey 10 a. At a minimum, in accordance with the intervals set forth in Section 01 71 23, 11 clearly mark any deviations from Contract Documents associated with 12 installation of the infrastructure. 13 4. Making entries on Drawings 14 a. Record any deviations from Contract Documents. 15 b. Use an erasable colored pencil (not ink or indelible pencil), clearly describe the 16 change by graphic line and note as required. 17 c. Date all entries. 18 d. Call attention to the entry by a "cloud" drawn around the area or areas affected. 19 e. In the event of overlapping changes, use different colors for the overlapping 20 changes. 21 5. Conversion of schematic layouts 22 a. In some cases on the Drawings, arrangements of conduits, circuits, piping, 23 ducts, and similar items, are shown schematically and are not intended to 24 portray precise physical layout. 25 1) Final physical arrangement is determined by the Contractor, subject to the 26 City's approval. 27 2) However, design of future modifications of the facility may require 28 accurate information as to the final physical layout of items which are 29 shown only schematically on the Drawings. 30 b. Show on the job set of Record Drawings, by dimension accurate to within 1 31 inch, the centerline of each run of items. 32 1) Final physical arrangement is determined by the Contractor, subject to the 33 City's approval. 34 2) Show, by symbol or note, the vertical location of the Item ("under slab", "in 35 ceiling plenum", "exposed", and the like). 36 3) Make all identification sufficiently descriptive that it may be related 37 reliably to the Specifications. 38 c. The City may waive the requirements for conversion of schematic layouts 39 where, in the City's judgment, conversion serves no useful purpose. However, 40 do not rely upon waivers being issued except as specifically issued in writing 41 by the City. 42 B. Final Project Record Documents 43 1. Transfer of data to Drawings 44 a. Carefully transfer change data shown on the job set of Record Drawings to the 45 corresponding final documents, coordinating the changes as required. 46 b. Clearly indicate at each affected detail and other Drawing a full description of 47 changes made during construction, and the actual location of items. CITY OF FORT WORTH 2O26 CONCRETE RESTORATION CONTRACT 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 106177 Revised July 1, 2011 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 017839-4 PROJECT RECORD DOCUMENTS Page 4 of 4 c. Call attention to each entry by drawing a "cloud" around the area or areas affected. d. Make changes neatly, consistently and with the proper media to assure longevity and clear reproduction. 2. Transfer of data to other Documents a. If the Documents, other than Drawings, have been kept clean during progress of the Work, and if entries thereon have been orderly to the approval of the City, the job set of those Documents, other than Drawings, will be accepted as final Record Documents. b. If any such Document is not so approved by the City, secure a new copy of that Document from the City at the City's usual charge for reproduction and handling, and carefully transfer the change data to the new copy to the approval of the City. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 2026 CONCRETE RESTORATION CONTRACT 1 CITY PROJECT NO. 106177 1 2 3 PART1- GENERAL 4 1.1 SUMMARY SECTION 32 1123 FLEXIBLE BASE COURSES 321123-1 FLEXIBLE BASE COURSES Page I of 7 5 A. Section Includes: 6 1. Foundation course for surface course or for other base course composed of flexible 7 base constructed in one or more courses in conformity with the typical section. 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. FOR THIS PROJECT, FLEXIBLE BASE COURSES SECTION 32 1123 SHALL 10 BE MEASURED BY THE CUBIC YARD OF COMPLETED QUANTITY. 11 2. UNCLASSIFIED EXCAVATION AND HAULING REQUIREMENT TO PLACE 12 FLEXIBLE BASE COURSE SHALL BE CONSIDERED SUBSIDIARY, NO 13 SEPARATE PAY. 14 C. Related Specification Sections include, but are not necessarily limited to: 15 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the 16 Contract 17 2. Division 1 — General Requirements 18 1.2 PRICE AND PAYMENT PROCEDURES 19 A. Measurement and Payment 20 1. Measurement 21 a. Measurement for this Item will be by the e CUBIC yard of Flexible Base 22 Course for various: 23 1) Depths 24 2) Types 25 3) Gradations 26 2. Payment 27 a. The work performed and materials furnished in accordance with this Item and 28 measured as provided under "Measurement" will be paid for at the unit price 29 bid per s"ar-e CUBIC yard of Flexible Base Course. 30 3. The price bid shall include: 31 a. Preparation and correction of subgrade 32 b. Furnishing of material 33 c. Hauling 34 d. Blading 35 e. Sprinkling 36 f. Compacting 37 g. UNCLASSIFIED EXCAVATION AND HAULING REQUIRE TO PLACE 38 FLEXIBLE BASE COURSE 39 1.3 REFERENCES 40 A. Definitions 41 1. RAP — Recycled Asphalt Pavement. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 2026 CONCRETE RESTORATION CONTRACT 1 CITY PROJECT NO. 106177 321123-2 FLEXIBLE BASE COURSES Page 2 of 7 l B. Reference Standards 2 1. Reference standards cited in this specification refer to the current reference standard 3 published at the time of the latest revision date logged at the end of this 4 specification, unless a date is specifically cited. 5 2. ASTM International (ASTM): 6 a. D698, Standard Test Methods for Laboratory Compaction Characteristics of 7 Soil Using Standard Effort (12 400 ft-lbFft3 (600 kN-m/m3)) 8 3. Texas Department of Transportation (TXDOT): 9 a. Tex-104-E, Determining Liquid Limits of Soils 10 b. Tex-106-E, Calculating the Plasticity Index of Soils 11 c. Tex-107-E, Determining the Bar Linear Shrinkage of Soils 12 d. Tex- 110-E, Particle Size Analysis of Soils 13 e. Tex- 116-E, Ball Mill Method for Determining the Disintegration of Flexible 14 Base Material 15 f. Tex-117-E, Triaxial Compression for Disturbed Soils and Base Materials 16 g. Tex-411-A, Soundness of Aggregate Using Sodium Sulfate or Magnesium 17 Sulfate 18 h. Tex-413-A, Determining Deleterious Material in Mineral Aggregate 19 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 20 1.5 ACTION SUBMITTALS [NOT USED] 21 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 22 1.7 CLOSEOUT SUBMITTALS [NOT USED] 23 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 24 1.9 QUALITY ASSURANCE [NOT USED] 25 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 26 1.11 FIELD [SITE] CONDITIONS [NOT USED] 27 1.12 WARRANTY [NOT USED] 28 PART 2 - PRODUCTS [NOT USED] 29 2.1 OWNER -FURNISHED PRODUCTS [NOT USED] 30 2.2 MATERIALS 31 A. General 32 1. Furnish uncontaminated materials of uniform quality that meet the requirements of 33 the Drawings and specifications. 34 2. Obtain materials from approved sources. 35 3. Notify City of changes to material sources. 36 4. The City may sample and test project materials at any time before compaction 37 throughout the duration of the project to assure specification compliance. 38 B. Aggregate 39 1. Furnish aggregate of the type and grade shown on the Drawings and conforming to 40 the requirements of Table 1. CITY OF FORT WORTH 2O26 CONCRETE RESTORATION CONTRACT 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 CITY PROJECT NO. 106177 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 321123-3 FLEXIBLE BASE COURSES Page 3 of 7 2. Each source must meet Table 1 requirements for liquid limit, plastiCity index, and wet ball mill for the grade specified. 3. Do not use additives such as but not limited to lime, cement, or fly ash to modify aggregates to meet the requirements of Table 1, unless shown on the Drawings. Table 1 Material Reauirements Property Test Method Grade 1 Grade 2 Master gradation sieve size % retained Tex-110-E 2-1/2 in. — 0 1-3/4 in. 0 0-10 7/8in. 10-35 — 3/8 in. 30-50 — No. 4 45-65 45-75 No. 40 70-85 60-85 Liquid limit, % max.' Tex-104-E 35 40 PlastiCity index, max.l Tex-106-E 10 12 Wet ball mill, % max' Tex-116-E 40 45 Wet ball mill, % max. increase passing the No. 40 sieve 20 20 Classification' Tex-117-E 1.0 1.1-2.3 Min. compressive strength', psi lateral pressure 0 psi lateral pressure 15 psi 45 175 35 175 1. Determine plastic index in accordance with Tex-107-E (linear shrinkage) when liquid limit is unattainable as defined in Tex-104-E. 2. When a soundness value is required by the Drawings, test material in accordance with Tex-411-A. 3. Meet both the classification and the minimum compressive strength, unless otherwise shown on the Drawings. 4. Material Tolerances a. The City may accept material if no more than 1 of the 5 most recent gradation tests has an individual sieve outside the specified limits of the gradation. b. When target grading is required by the Drawings, no single failing test may exceed the master grading by more than 5 percentage points on sieves No. 4 and larger or 3 percentage points on sieves smaller than No. 4. c. The City may accept material if no more than 1 of the 5 most recent plasticity index tests is outside the specified limit. No single failing test may exceed the allowable limit by more than 2 points. 5. Material Types a. Do not use fillers or binders unless approved. b. Furnish the type specified on the Drawings in accordance with the following: 1) Type A a) Crushed stone produced and graded from oversize quarried aggregate that originates from a single, naturally occurring source. b) Do not use gravel or multiple sources. 2) Type B a) Only for use as base material for temporary pavement repairs. b) Do not exceed 20 percent RAP by weight unless shown on Drawings. 3) Type D CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 2026 CONCRETE RESTORATION CONTRACT 1 CITY PROJECT NO. 106177 1 2 3 4 5 6 7 8 9 10 11 C. Water 321123-4 FLEXIBLE BASE COURSES Page 4 of 7 a) Type A material or crushed concrete. b) Crushed concrete containing gravel will be considered Type D material. c) The City may require separate dedicated stockpiles in order to verify compliance. d) Crushed concrete must meet the following requirements: (1) Table 1 for the grade specified. (2) Recycled materials must be free from reinforcing steel and other objectionable material and have at most 1.5 percent deleterious material when tested in accordance with TEX-413-A. 12 1. Furnish water free of industrial wastes and other objectionable matter. 13 2.3 ACCESSORIES [NOT USED] 14 2.4 SOURCE QUALITY CONTROL [NOT USED] 15 PART 3 - EXECUTION 16 3.1 INSTALLERS [NOT USED] 17 3.2 EXAMINATION [NOT USED] 18 3.3 PREPARATION 19 A. General 20 1. Shape the subgrade or existing base to conform to the typical sections shown on the 21 Drawings or as directed. 22 2. When new base is required to be mixed with existing base: 23 a. Deliver, place, and spread the new flexible base in the required amount. 24 b. Manipulate and thoroughly mix the new base with existing material to provide 25 a uniform mixture to the specified depth before shaping. 26 B. Subgrade Compaction 27 1. Proof roll the roadbed before pulverizing or scarifying in accordance with the 28 following: 29 a. Proof Rolling 30 1) City Project Representative must be on -site during proof rolling operations. 31 2) Use equipment that will apply sufficient load to identify soft spots that rut 32 or pump. 33 a) Acceptable equipment includes fully loaded single -axle water truck 34 with a 1500 gallon capacity. 35 3) Make at least 2 passes with the proof roller (down and back = 1 pass). 36 4) Offset each trip by at most 1 tire width. 37 5) If an unstable or non -uniform area is found, correct the area. 38 b. Correct 39 1) Soft spots that rut or pump greater than 3/4 inch 40 2) Areas that are unstable or non -uniform 41 2. Installation of base material cannot proceed until compacted subgrade approved by 42 the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 2026 CONCRETE RESTORATION CONTRACT 1 CITY PROJECT NO. 106177 321123-5 FLEXIBLE BASE COURSES Page 5 of 7 1 3.4 INSTALLATION 2 A. General 3 1. Construct each layer uniformly, free of loose or segregated areas, and with the 4 required density and moisture content. 5 2. Provide a smooth surface that conforms to the typical sections, lines, and grades 6 shown on the Drawings or as directed. 7 3. Haul approved flexible base in clean, covered trucks. 8 B. Equipment 9 1. General 10 a. Provide machinery, tools, and equipment necessary for proper execution of the 11 work. 12 2. Rollers 13 a. The Contractor may use any type of roller to meet the production rates and 14 quality requirements of the Contract unless otherwise shown on the Drawings 15 or directed. 16 b. When specific types of equipment are required, use equipment that meets the 17 specified requirements. 18 c. Alternate Equipment. 19 1) Instead of the specified equipment, the Contractor may, as approved, 20 operate other compaction equipment that produces equivalent results. 21 2) Discontinue the use of the alternate equipment and furnish the specified 22 equipment if the desired results are not achieved. 23 d. City may require Contractor to substitute equipment if production rate and 24 quality requirements of the Contract are not met. 25 C. Placing 26 1. Spread and shape flexible base into a uniform layer by approved means the same 27 day as delivered unless otherwise approved. 28 2. Place material such that it is mixed to minimize segregation. 29 3. Construct layers to the thickness shown on the Drawings, while maintaining the 30 shape of the course. 31 4. Where subbase or base course exceeds 6 inches in thickness, construct in 2 or more 32 courses of equal thickness. 33 5. Minimum lift depth: 3 inches 34 6. Control dust by sprinkling. 35 7. Correct or replace segregated areas as directed. 36 8. Place successive base courses and finish courses using the same construction 37 methods required for the first course. 38 D. Compaction 39 1. General 40 a. Compact using density control unless otherwise shown on the Drawings. 41 b. Multiple lifts are permitted when shown on the Drawings or approved. 42 c. Bring each layer to the moisture content directed. When necessary, sprinkle the 43 material to the extent necessary to provide not less than the required density. 44 d. Compact the full depth of the subbase or base to the extent necessary to remain 45 firm and stable under construction equipment. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 2026 CONCRETE RESTORATION CONTRACT 1 CITY PROJECT NO. 106177 321123-6 FLEXIBLE BASE COURSES Page 6 of 7 1 2. Rolling 2 a. Begin rolling longitudinally at the sides and proceed towards the center, 3 overlapping on successive trips by at least 1/2 the width of the roller unit. 4 b. On superelevated curves, begin rolling at the low side and progress toward the 5 high side. 6 c. Offset alternate trips of the roller. 7 d. Operate rollers at a speed between 2 and 6 mph as directed. 8 e. Rework, recompact, and refinish material that fails to meet or that loses 9 required moisture, density, stability, or finish before the next course is placed or 10 the project is accepted. 11 f. Continue work until specification requirements are met. 12 g. Proof roll the compacted flexible base in accordance with the following: 13 1) Proof Rolling 14 a) City Project Representative must be on -site during proof rolling 15 operations. 16 b) Use equipment that will apply sufficient load to identify soft spots that 17 rut or pump. 18 (1) Acceptable equipment includes fully loaded single -axle water truck 19 with a 1500 gallon capacity. 20 c) Make at least 2 passes with the proof roller (down and back = 1 pass). 21 d) Offset each trip by at most 1 tire width. 22 e) If an unstable or non -uniform area is found, correct the area. 23 2) Correct 24 a) Soft spots that rut or pump greater than 3/4 inch. 25 b) Areas that are unstable or non -uniform. 26 3. Tolerances 27 a. Maintain the shape of the course by blading. 28 b. Completed surface shall be smooth and in conformity with the typical sections 29 shown on the Drawings to the established lines and grades. 30 c. For subgrade beneath paving surfaces, correct any deviation in excess of 1/4 31 inch in cross section in length greater than 16 feet measured longitudinally by 32 loosening, adding or removing material. Reshape and recompact by sprinkling 33 and rolling. 34 d. Correct all fractures, settlement or segregation immediately by scarifying the 35 areas affected, adding suitable material as required. Reshape and recompact by 36 sprinkling and rolling. 37 e. Should the subbase or base course, due to any reason, lose the required 38 stability, density and finish before the surfacing is complete, it shall be 39 recompacted at the sole expense of the Contractor. 40 4. Density Control 41 a. Minimum Density: 95 percent compaction as determined by ASTM D698. 42 b. Moisture content: minus 2 to plus 4 of optimum. 43 E. Finishing 44 1. After completing compaction, clip, skin, or tight -blade the surface with a 45 maintainer or subgrade trimmer to a depth of approximately 1/4 inch. 46 2. Remove loosened material and dispose of it at an approved location. 47 3. Seal the clipped surface immediately by rolling with an appropriate size pneumatic 48 tire roller until a smooth surface is attained. CITY OF FORT WORTH 2O26 CONCRETE RESTORATION CONTRACT 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 CITY PROJECT NO. 106177 l 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 321123-7 FLEXIBLE BASE COURSES Page 7 of 7 4. Add small increments of water as needed during rolling. 5. Shape and maintain the course and surface in conformity with the typical sections, lines, and grades as shown on the Drawings or as directed. 6. In areas where surfacing is to be placed, correct grade deviations greater than 1/4 inch in 16 feet measured longitudinally or greater than 1/4 inch over the entire width of the cross-section. 7. Correct by loosening, adding, or removing material. 8. Reshape and recompact in accordance with 3A.C. 3.5 REPAIR/RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 QUALITY CONTROL A. Density Test 1. City to measure density of flexible base course. a. Notify City Project Representative when flexible base ready for density testing. b. Spacing directed by City (1 per block minimum). c. City Project Representative determines location of density testing. 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 2026 CONCRETE RESTORATION CONTRACT 1 CITY PROJECT NO. 106177 32 13 13- 1 CONCRETE PAVING Pagel of 22 1 SECTION 32 13 13 2 CONCRETE PAVING 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section includes: 6 1. Finished pavement constructed of Portland cement concrete including 7 monolithically poured curb on the prepared subgrade or other base course. 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. FOR THIS PROJECT, CONCRETE PAVING SECTION 32 13 13 INCLUDES 10 FINISHED CONCRETE OF INDIVIDUAL PANEL OR/AND PANEL WITH 11 MONOLITHICALLY POURED CURB. 12 2. BACKFILLING AND FINISHING GRADE BEHIND THE CURB, INCLUDING 13 FURNISHING AND PLACING TOP SOIL, SHALL BE CONSIDERED 14 SUBSIDIARY WORK, NO SEPARATE PAY. 15 3. SAWING, CLEANING, AND APPLYING JOINT SEALANTS WITH 16 FURNISHING AND INSTALLING MATERIALS SHALL BE CONSIDERED 17 SUBSIDIARY WORK, NO SEPARATE PAY. 18 4. MINIMUM COMPRESSIVE STRENGTH OF HIGH EARLY STRENGTH (HES) 19 CLASS CONCRETE SHALL BE 3,000 PSI AT 72 HOURS. 20 C.Related Specification Sections include, but are not necessarily limited to: 21 1. Division 0 - Procurement and Contracting Requirements 22 2. Division 1 - General Requirements 23 3. Section 32 0129 - Concrete Paving Repair 24 4. Section 32 13 73 - Concrete Paving Joint Sealants 25 1.2 PRICE AND PAYMENT PROCEDURES 26 A.Measurement 27 1. Measurement 28 a. Measurement for this Item shall be by the square yard of completed and 29 accepted Concrete Pavement in its final position as measured from back of curb 30 for various: 31 1) Classes 32 2) Thicknesses 33 2. Payment 34 a. The work performed and materials furnished in accordance with this Item will 35 be paid for at the unit price bid per square yard of Concrete Pavement. 36 3. The price bid shall include: 37 a. Shaping and fine grading the placement area 38 b. Furnishing and applying all water required 39 c. Furnishing, loading and unloading, storing, hauling and handling all concrete 40 ingredients including all freight and royalty involved CITY OF FORT WORTH 2O26 CONCRETE RESTORATION CONTRACT 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106177 Revised June 10, 2022 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 32 13 13-2 CONCRETE PAVING Page 2 of 22 d. Mixing, placing, finishing and curing all concrete e. Furnishing and installing all reinforcing steel f. Furnishing all materials and placing longitudinal, warping, expansion, and contraction joints, including all steel dowels, dowel caps and load transmission units required, wire and devices for placing, holding and supporting the steel bar, load transmission units, and joint filler material in the proper position; for coating steel bars where required by the Drawings g. Sealing joints h. Monolithically poured curb i. Cleanup j. BACKFILLING AND FINISHING GRADE BEHIND CURB INCLUDING FURNISHING AND PLACING OF TOP SOIL PER SECTION 32 9119 k. SAWING, CLEANING, AND APPLYING JOINT SEALANTS 16 1.3 REFERENCES 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 A.Reference Standards 1. Reference standards cited in this specification refer to the current reference standard published at the time of the latest revision date logged at the end of this specification, unless a date is specifically cited. 2. ASTM International (ASTM): a. A615/A615M, Deformed and Plain Billet -Steel Bars for Concrete Reinforcement b. C31, Standard Practice for Making and Curing Concrete Test Specimens in the Field c. C33, Concrete Aggregates d. C39, Standard Test Method for Compressive Strength of Cylindrical Concrete Specimens e. C42, Standard Test Method for Obtaining and Testing Drilled Cores and Sawed Beams of Concrete f. C94/C94M, Standard Specifications for Ready -Mixed Concrete g. C 150, Portland Cement h. C595, Portland -Limestone Cement i. C156, Standard Test Method for Water Loss (from a mortar specimen) Through Liquid Membrane -Forming Curing Compounds for Concrete j. C172, Standard Practice for Sampling Freshly Mixed Concrete k. C260, Air Entraining Admixtures for Concrete 1. C309, Liquid Membrane -Forming Compounds for Curing Concrete, Type 2 in. C494, Chemical Admixtures for Concrete, Types "A", "D", "F" and "G" n. C618, Coal Fly Ash and Raw or Calcined Natural Pozzolan for use as a Mineral Admixture in Concrete o. C881, Standard Specification for Epoxy -Resin -Base Bonding Systems for Concrete p. C 1064, Standard Test Method for Temperature of Freshly Mixed Hydraulic - Cement Concrete q. C 1602, Standard Specification for Mixing Water Used in the Production of Hydraulic Cement Concrete. CITY OF FORT WORTH 2O26 CONCRETE RESTORATION CONTRACT 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106177 Revised June 10, 2022 32 13 13-3 CONCRETE PAVING Page 3 of 22 1 r. D698, Laboratory Compaction Characteristics of Soil Using Standard Effort 2 (12,400 ft-lbf/ft3) 3 3. American Concrete Institute (ACI): 4 a. ACI 305.1-14 Specification for Hot Weather Concreting 5 b. ACI 306.1-90, Standard Specification for Cold Weather Concreting 6 c. ACI 318, Building Code Requirements for Structural Concrete and Commentary 7 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 8 1.5 SUBMITTALS [NOT USED] 9 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS 10 A. Mix Design: submit for approval. See Item 2A.A. 11 1.7 CLOSEOUT SUBMITTALS [NOT USED] 12 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 13 1.9 QUALITY ASSURANCE [NOT USED] 14 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 15 1.11 FIELD CONDITIONS 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 A.Weather Conditions 1. Place concrete when concrete temperature is between 40°F and 95°F when measured in accordance with ASTM C 1064 at point of placement. 2. Hot Weather Concreting a. Concrete paving operations shall be approved by the City project manager or designee when the concrete temperature exceeds 95°F. b. Concrete shall not be placed when concrete temperature is above 100°F under any circumstances. 3. Cold Weather Concreting a. No concrete shall be placed when ambient temp in shade and away from artificial heat is below 40°F and falling. Concrete may be placed when ambient temp is above 35°F and rising. Unless the City project manager or designee approves paving to continue, suspend concreting operations if a descending air temperature in the shade and away from artificial heat falls below 40°F. Do not resume concreting operations until an ascending air temperature in the shade and away from artificial heat reaches 35°F and rising. Contractor should take all the precautions necessary to prevent freezing of concrete. Frozen concrete must be removed and replaced. 4. It is to be distinctly understood that the contractor is responsible for the quality and strength of the concrete placed under any weather conditions. B. Time: Place concrete after sunrise and no later than shall permit the finishing of the pavement in natural light, or as directed by the City. CITY OF FORT WORTH 2O26 CONCRETE RESTORATION CONTRACT 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106177 Revised June 10, 2022 32 13 13-4 CONCRETE PAVING Page 4 of 22 1 1.12 WARRANTY [NOT USED] 2 PART 2 - PRODUCTS 3 2.1 OWNER -FURNISHED PRODUCTS [NOT USED] 4 2.2 MATERIALS 5 A.Cementitious Material: ASTM C150, ASTM C595 Type IL Cement. 6 B.Aggregates: ASTM C33. 7 C.Water: ASTM C1602. 8 D.Admixtures: When admixtures are used, conform to the appropriate specification: 9 1. Air -Entraining Admixtures for Concrete: ASTM C260. 10 2. Chemical Admixtures for Concrete: ASTM C494, Types "A", "D", "F" and "G." 11 3. Fly Ash 12 a. Coal Fly Ash and Raw or Calcined Natural Pozzolan for Use in Concrete: 13 ASTM C618. 14 b. Fly ash may be substituted at one pound per pound of cement up to 25% of the 15 specified cement content when such batch design is approved by the Engineer. 16 E. Steel Reinforcement: ASTM A615. 17 F. Steel Wire Reinforcement: Not used for concrete pavement. 18 19 20 21 22 23 24 25 26 27 28 29 G.Dowels and Tie Bars 1. Dowel and tie bars: ASTM A615. 2. Dowel Caps a. Provide and install dowel caps with enough range of movement to allow complete closure of the expansion joint. b. Caps for dowel bars shall be of the length shown on the Drawings and shall have an internal diameter sufficient to permit the cap to freely slip over the bar. c. In no case shall the internal diameter exceed the bar diameter by more 1/8 inch, and one end of the cap shall be tightly closed. 3. Epoxy for Dowel and Tie Bars: ASTM C881. a. See following table for approved producers of epoxies and adhesives Pre -Qualified Producers of Epoxies and Adhesives Product Name Producer Concresive 1420 BASF HTE-50 Hilti T 308 + Powers Fasteners P E 1000+ Powers Fasteners C-6 Ramset-Redhead Epcon G-5 Ramset-Redhead Pro-Poxy-300 Fast Tube Unitex CITY OF FORT WORTH 2O26 CONCRETE RESTORATION CONTRACT 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106177 Revised June 10, 2022 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 32 13 13-5 CONCRETE PAVING Page 5 of 22 Shep-Poxy TxIII CMC Construction Services Ultrabond 1300 Tubes Adhesives Technology Ultrabone 2300 N.S. A-22-2300 Slow Set Adhesives Technology Dynapoxy EP-430 Pecora Corp. EDOT Simpson Strong Tie ET22 Simpson Strong Tie SET 22 Simpson Strong Tie SpecPoxy 3000FS SpecChem b. Epoxy Use, Storage and Handling 1) Package components in airtight containers and protect from light and moisture. 2) Include detailed instructions for the application of the material and all safety information and warnings regarding contact with the components. 3) Epoxy label requirements a) Resin or hardener components b) Brand name c) Name of manufacturer d) Lot or batch number e) Temperature range for storage f) Date of manufacture g) Expiration date h) Quantity contained 4) Store epoxy and adhesive components at temperatures recommended by the manufacturer. 5) Do not use damaged or previously opened containers and any material that shows evidence of crystallization, lumps skinning, extreme thickening, or settling of pigments that cannot be readily dispersed with normal agitation. 6) Follow sound environmental practices when disposing of epoxy and adhesive wastes. 7) Dispose of all empty containers separately. 8) Dispose of epoxy by completely emptying and mixing the epoxy before disposal H.Reinforcement Bar Chairs 1. Reinforcement bar chairs or supports shall be of adequate strength to support the reinforcement bars and shall not bend or break under the weight of the reinforcement bars or Contractor's personnel walking on the reinforcing bars. 2. Bar chairs may be made of metal (free of rust), precast mortar or concrete blocks or plastic. 3. For approval of plastic chairs, representative samples of the plastic shall show no visible indications of deterioration after immersion in a 5-percent solution of sodium hydroxide for 120-hours. 4. Bar chairs may be rejected for failure to meet any of the requirements of this specification. CITY OF FORT WORTH 2O26 CONCRETE RESTORATION CONTRACT 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106177 Revised June 10, 2022 32 13 13-6 CONCRETE PAVING Page 6 of 22 1 I. Joint Filler 2 1. Joint filler is the material placed in concrete pavement and concrete structures to 3 allow for the expansion and contraction of the concrete. 4 2. Wood Boards: Used as joint filler for concrete paving. 5 a. Boards for expansion joint filler shall be of the required size, shape and type 6 indicated on the Drawings or required in the specifications. 7 1) Boards shall be of selected stock of redwood or cypress. The boards shall 8 be sound heartwood and shall be free from sapwood, knots, clustered 9 birdseyes, checks and splits. 10 2) Joint filler, boards, shall be smooth, flat and straight throughout, and shall 11 be sufficiently rigid to permit ease of installation. 12 3) Boards shall be furnished in lengths equal to the width between 13 longitudinal joints, and may be furnished in strips or scored sheet of the 14 required shape. 15 3. Dimensions. The thickness of the expansion joint filler shall be shown on the 16 Drawings; the width shall be not less than that shown on the Drawings, providing 17 for the top seal space. 18 4. Rejection. Expansion joint filler may be rejected for failure to meet any of the 19 requirements of this specification. 20 J. Joint Sealants. Provide Joint Sealants in accordance with Section 32 13 73. 21 K.Curing Materials 22 1. Membrane -Forming Compounds. 23 a. Conform to the requirements of ASTM C309, Type 2, white pigmented 24 compound and be of such nature that it shall not produce permanent 25 discoloration of concrete surfaces nor react deleteriously with the concrete. 26 b. The compound shall produce a firm, continuous uniform moisture -impermeable 27 film free from pinholes and shall adhere satisfactorily to the surfaces of damp 28 concrete. 29 c. It shall, when applied to the damp concrete surface at the specified rate of 30 coverage, dry to touch in 1 hour and dry through in not more than 4 hours under 31 normal conditions suitable for concrete operations. 32 d. It shall adhere in a tenacious film without running off or appreciably sagging. 33 e. It shall not disintegrate, check, peel or crack during the required curing period. 34 f. The compound shall not peel or pick up under traffic and shall disappear from 35 the surface of the concrete by gradual disintegration. 36 g. The compound shall be delivered to the job site in the manufacturer's original 37 containers only, which shall be clearly labeled with the manufacturer's name, the 38 trade name of the material and a batch number or symbol with which test 39 samples may be correlated. 40 h. When tested in accordance with ASTM C156 Standard Test Method for Water 41 Loss (from a mortar specimen) Through Liquid Membrane -Forming Curing 42 Compounds for Concrete, the liquid membrane -forming compound shall restrict 43 the loss of water present in the test specimen at the time of application of the 44 curing compound to not more than 0.01-oz.-per-2 inches of surface. CITY OF FORT WORTH 2O26 CONCRETE RESTORATION CONTRACT 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106177 Revised June 10, 2022 32 13 13-7 CONCRETE PAVING Page 7 of 22 1 2.3 ACCESSORIES [NOT USED] 2 2.4 SOURCE QUALITY CONTROL 3 A.Mix Design 4 1. Concrete Mix Design and Control 5 a. The City has a pre -approved list of concrete mix designs. The pre -approved list 6 can be found on the City website under Project Resources Folder. These mix 7 designs meet the requirements of applicable City specifications and the 8 Contractor may use mix designs from the list without the need for review and 9 approval. The contractor shall notify the City in writing which mix in the pre- 10 approved list the contractor uses for a project. 11 b. For a mix design not included in the pre -approved list, the Contractor shall 12 submit a design of the concrete mix it proposes to use and a full description of 13 the source of supply of each material component at least 10 calendar days prior 14 to the start of concrete paving operations. 15 c. The design of the concrete mix shall produce a quality concrete complying with 16 these specifications and shall include the following information: 17 1) Design Requirements and Design Summary 18 2) Material source 19 3) Dry weight of cement/cubic yard and type 20 4) Dry weight of fly ash/cubic yard and type, if used 21 5) Saturated surface dry weight of fine and coarse aggregates/cubic yard 22 6) Design water/cubic yard 23 7) Quantities, type, and name of admixtures with manufacturer's data sheets 24 8) Current strength tests or strength tests in accordance with ACI 318 25 9) Current Sieve Analysis and -200 Decantation of fine and coarse aggregates 26 and date of tests 27 10) Fineness modulus of fine aggregate 28 11) Specific Gravity and Absorption Values of fine and coarse aggregates 29 12) L.A. Abrasion of coarse aggregates 30 d. Once mix design approved by City, maintain intent of mix design and 31 maximum water to cement ratio. 32 e. No concrete may be placed on the job site until the mix design has been 33 approved by the City. 34 2. Quality of Concrete 35 a. Consistency 36 1) In general, the consistency of concrete mixtures shall be such that: 37 a) Mortar shall cling to the coarse aggregate 38 b) Aggregate shall not segregate in concrete when it is transported to the 39 place of deposit 40 c) Concrete, when dropped directly from the discharge chute of the mixer, 41 shall flatten out at the center of the pile, but the edges of the pile shall 42 stand and not flow 43 d) Concrete and mortar shall show no free water when removed from the 44 mixer 45 e) Concrete shall slide and not flow into place when transported in metal 46 chutes at an angle of 30 degrees with the horizontal 47 f) Surface of the finished concrete shall be free from a surface film or 48 laitance CITY OF FORT WORTH 2O26 CONCRETE RESTORATION CONTRACT 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106177 Revised June 10, 2022 32 13 13-8 CONCRETE PAVING Page 8 of 22 1 2) When field conditions are such that additional moisture is needed for the 2 final concrete surface finishing operation, the required water shall be applied 3 to the surface by hand sprayer only and be held to a minimum amount. 4 3) The concrete shall be workable, cohesive, possess satisfactory finishing 5 qualities and be of the stiffest consistency that can be placed and vibrated into 6 a homogeneous mass. 7 4) Excessive bleeding shall be avoided. 8 5) If the strength or consistency required for the class of concrete being 9 produced is not secured with the minimum cement specified or without 10 exceeding the maximum water/cement ratio, the Contractor may use, or the 11 City may require, an approved cement dispersing agent (water reducer); or 12 the Contractor shall furnish additional aggregates, or aggregates with 13 different characteristics, or the Contractor may use additional cement in 14 order to produce the required results. 15 6) The additional cement may be permitted as a temporary measure, until 16 aggregates are changed and designs checked with the different aggregates 17 or cement dispersing agent. 18 7) The Contractor is solely responsible for the quality of the concrete 19 produced. 20 8) The City reserves the right to independently verify the quality of the 21 concrete through inspection of the batch plant, testing of the various 22 materials used in the concrete and by casting and testing concrete cylinders 23 or beams on the concrete actually incorporated in the pavement. 24 b. Standard Class 25 1) Unless otherwise shown on the Drawings or detailed specifications, the 26 standard class for pavement and related concrete for streets and alleys is 27 shown in the following table: 28 CITY OF FORT WORTH 2O26 CONCRETE RESTORATION CONTRACT 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106177 Revised June 10, 2022 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 32 13 13-9 CONCRETE PAVING Page 9 of 22 Standard Classes of Pavement and Related Concrete 28 Day Course Minimum Min. Aggregat Class ofMax.ax Cementitiou Compressi e General Usage Concrete s ve w/cm Maximu Only) 1 (Lb. /CY) Strength Ratio in(Informational (Psi) Size Inch Sidewalks and ADA A 470 3,000 0.58 1-1/2 ramps, driveways, curb & gutter, median pavement Inlets, manholes, junction boxes, CIP 470 3.000 0.50 1-1/2 encasement, blocking, collars, light pole foundations C 517 3,600 0.45 1-1/2 Headwalls, wingwalls,culverts, drilled shafts P 517 3,600 0.45 1-1/2 Machine placed Paving H 564 4,500 0.45 1-1/2 Hand Placed Paving HES 564 4,500 0.45 1-1/2 HES Paving Bridge slabs, top slabs of S 564 4,000 0.45 1-1/2 direct traffic culverts, approach slabs 1. All exposed horizontal concrete shall have a minimum of 3% entrained -air. 2. Minimum Compressive Strength Required. a) Concrete Sidewalks and Curb & Gutter: Class A b) Cast -In -Place Concrete Structures: Class CIP and Class C c) Machine -Laid concrete: Class P d) Hand -Laid concrete: Class H e) Structural Concrete: Class S f) High Early Strength Concrete: Class HES (1) When shown on the Drawings or allowed, provide Class HES concrete for very early opening of pavements area or leave outs to traffic. (2) Design class HES to meet the requirements of class specified for concrete pavement and a minimum compressive strength of 2-,600 3,000 psi in -4 72 hours, unless other early strength and time requirements are shown on the Drawings allowed. C. Slump 1) Slump requirements for pavement and related concrete shall be as specified in the following table: Concrete Pavement and Related Concrete Slump Requirements Add classes of concrete Recommended Acceptable Concrete Use Design and Placement Placement Slump, Slump, (Inch) CITY OF FORT WORTH 2O26 CONCRETE RESTORATION CONTRACT 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106177 Revised June 10, 2022 l 2 3 4 5 6 321313 -10 CONCRETE PAVING Page 10 of 22 Inch Slip-Form/Form-Riding Paving 1-1/2 1-3 Hand Formed Paving 4 3-5 Headwalls, wingwalls, culverts, inlets, manholes, junction boxes, encasement, blocking, collars, light pole foundations, slabs, sidewalk, curb and gutter, concrete 4 3-5 valley gutter and other miscellaneous concrete Drilled shafts 61i2 51i2 — 7'/2 2) No concrete shall be permitted with slump in excess of the maximums shown. 3) Any concrete mix failing to meet the above consistency requirements, although meeting the slump requirements, shall be considered unsatisfactory, and the mix shall be changed to correct such unsatisfactory conditions. K."t IBM *114 01" 1_1130 8 3.1 INSTALLERS [NOT USED] 9 3.2 EXAMINATION [NOT USED] 10 3.3 PREPARATION [NOT USED] 11 3.4 INSTALLATION 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 A.Equipment 1. All equipment necessary for the construction of this item shall be on the project. 2. The equipment shall include spreading devices (augers), internal vibration, tamping, and surface floating necessary to finish the freshly placed concrete in such a manner as to provide a dense and homogeneous pavement. 3. Machine -Laid Concrete Pavement a. Fixed -Form Paver. Fixed -form paving equipment shall be provided with forms that are uniformly supported on a sufficiently firm subbase to prevent sagging under the weight of machine. b. Slip -Form Paver 1) Slip -form paving equipment shall be provided with traveling side forms of sufficient dimensions, shape and strength so as to support the concrete laterally for a sufficient length of time during placement. 2) City may reject use of Slip -Form Paver if paver requires over -digging and impacts trees, mailboxes or other improvements. 4. Hand -Laid Concrete Pavement a. Machines that do not incorporate these features, such as roller screeds or vibrating screeds, shall be considered tools to be used in hand -laid concrete construction, as slumps, spreading methods, vibration, and other procedures are more common to hand methods than to machine methods. 5. City may reject equipment and stop operation if equipment does not meet requirements. B.Concrete Mixing and Delivery CITY OF FORT WORTH 2O26 CONCRETE RESTORATION CONTRACT 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106177 Revised June 10, 2022 321313 -11 CONCRETE PAVING Page 11 of 22 l 1. Transit Batching: shall not be used — onsite mixing not permitted 2 2. Ready Mixed Concrete 3 a. The concrete shall be produced in an approved method conforming to the 4 requirements of this specification and ASTM C94/C94M. 5 b. City shall have access to ready mix plant to obtain material samples. 6 c. When ready -mix concrete is used, sample concrete per ASTM C172 Alternate 7 Procedure 2: 8 1) As the mixer is being emptied, individual samples shall be taken after the 9 discharge of approximately 10 percent and 90 percent of the load. 10 2) The method of sampling shall provide that the samples are representative of 11 widely separated portions, but not from the very ends of the batch. 12 d. The mixing of each batch, after all materials are in the drum, shall continue until 13 it produces a thoroughly mixed concrete of uniform mass as determined by 14 established mixer performance ratings and inspection, or appropriate uniformity 15 tests as described in ASTM C94. 16 e. The entire contents of the drum shall be discharged before any materials are 17 placed therein for the succeeding batch. 18 f. Retempering or remixing shall not be permitted. 19 3. Delivery 20 a. Deliver concrete at an interval not exceeding 30 minutes or as determined by 21 City to prevent cold joint. 22 4. Delivery Tickets 23 a. For all operations, the manufacturer of the concrete shall, before unloading, 24 furnish to the purchaser with each batch of concrete at the site a delivery ticket 25 on which is printed, stamped, or written, the following information to determine 26 that the concrete was proportioned in accordance with the approved mix design: 27 1) Name of concrete supplier 28 2) Serial number of ticket 29 3) Date 30 4) Truck number 31 5) Name of purchaser 32 6) Specific designation of job (name and location) 33 7) Specific class, design identification and designation of the concrete in 34 conformance with that employed in job specifications 35 8) Amount of concrete in cubic yards 36 9) Time loaded or of first mixing of cement and aggregates 37 10) Water added by receiver of concrete 38 11) Type and amount of admixtures 39 C.Subgrade 40 1. When manipulation or treatment of subgrade is required on the Drawings, the work 41 shall be performed in proper sequence with the preparation of the subgrade for 42 pavement. 43 2. The roadbed shall be excavated and shaped in conformity with the typical sections 44 and to the lines and grades shown on the Drawings or established by the City. 45 3. All holes, ruts and depressions shall be filled and compacted with suitable material 46 and, if required, the subgrade shall be thoroughly wetted and reshaped. 47 4. Irregularities of more than 1/2 inch., as shown by straightedge or template, shall be 48 corrected. CITY OF FORT WORTH 2O26 CONCRETE RESTORATION CONTRACT 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106177 Revised June 10, 2022 32 13 13-12 CONCRETE PAVING Page 12 of 22 1 5. The subgrade shall be uniformly compacted to at least 95 percent of the maximum 2 density as determined by ASTM D698. 3 6. Moisture content shall be within minus 2 percent to plus 4 percent of optimum. 4 7. The prepared subgrade shall be wetted down sufficiently in advance of placing the 5 pavement to ensure its being in a firm and moist condition. 6 8. Sufficient subgrade shall be prepared in advance to ensure satisfactory prosecution 7 of the work. 8 9. The Contractor shall notify the City at least 24 hours in advance of its intention to 9 place concrete pavement. 10 10. After the specified moisture and density are achieved, the Contractor shall maintain 11 the subgrade moisture and density in accordance with this Section. 12 11. In the event that rain or other conditions may have adversely affected the condition 13 of the subgrade or base, additional tests may be required as directed by the City. 14 D.Placing and Removing Forms 15 1. Placing Forms 16 a. Forms for machine -laid concrete 17 1) The side forms shall be metal, of approved cross section and bracing, of a 18 height no less than the prescribed edge thickness of the concrete section, and a 19 minimum of 10 feet in length for each individual form. 20 2) Forms shall be of ample strength and staked with adequate number of pins 21 capable of resisting the pressure of concrete placed against them and the 22 thrust and the vibration of the construction equipment operating upon them 23 without appreciable springing, settling or deflection. 24 3) The forms shall be free from warps, bends or kinks and shall show no 25 variation from the true plane for face or top. 26 4) Forms shall be jointed neatly and tightly and set with exactness to the 27 established grade and alignment. 28 5) Forms shall be set to line and grade at least 200 feet, where practicable, in 29 advance of the paving operations. 30 6) In no case shall the base width be less than 8 inches for a form 8 inches or 31 more in height. 32 7) Forms must be in firm contact with the subgrade throughout their length 33 and base width. 34 8) If the subgrade becomes unstable, forms shall be reset, using heavy stakes 35 or other additional supports may be necessary to provide the required 36 stability. 37 b. Forms for hand -laid concrete 38 1) Forms shall extend the full depth of concrete and be a minimum of 1-1/2 39 inches in thickness or equivalent when wooden forms are used, or be of a 40 gauge that shall provide equivalent rigidity and strength when metal forms are 41 used. 42 2) For curves with a radius of less than 250 feet, acceptable flexible metal or 43 wood forms shall be used. 44 3) All forms showing a deviation of 1/8 inch in 10 feet from a straight line 45 shall be rejected. 46 2. Settling. When forms settle over 1/8 inch under finishing operations, paving 47 operations shall be stopped the forms reset to line and grade and the pavement then 48 brought to the required section and thickness. CITY OF FORT WORTH 2O26 CONCRETE RESTORATION CONTRACT 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106177 Revised June 10, 2022 321313- 13 CONCRETE PAVING Page 13 of 22 l 3. Cleaning. Forms shall be thoroughly cleaned after each use. 2 4. Removal. 3 a. Forms shall remain in place until the concrete has taken its final set. 4 b. Avoid damage to the edge of the pavement when removing forms. 5 c. Repair damage resulting from form removal and honeycombed areas with a 6 mortar mix within 24 hours after form removal unless otherwise approved. 7 d. Clean joint face and repair honeycombed or damaged areas within 24 hours 8 after a bulkhead for a transverse construction joint has been removed unless 9 otherwise approved. 10 e. When forms are removed before 72 hours after concrete placement, promptly 1 l apply membrane curing compound to the edge of the concrete pavement. 12 E. Placing Reinforcing Steel, Tie, and Dowel Bars 13 1. General 14 a. When reinforcing steel tie bars, dowels, etc., are required they shall be placed as 15 shown on the Drawings. 16 b. All reinforcing steel shall be clean, free from rust in the form of loose or 17 objectionable scale, and of the type, size and dimensions shown on the 18 Drawings. 19 c. Reinforcing bars shall be securely wired together at the alternate intersections 20 and all splices and shall be securely wired at each intersection dowel and load- 21 transmission unit intersected. 22 d. All bars shall be installed in their required position as shown on the Drawings. 23 e. The storing of reinforcing or structural steel on completed roadway slabs 24 generally shall be avoided and, where permitted, such storage shall be limited to 25 quantities and distribution that shall not induce excessive stresses. 26 2. Splices 27 a. Provide standard reinforcement splices by lapping and tying ends. 28 b. Comply with ACI 318 for minimum lap of spliced bars where not specified on 29 the Drawings. 30 3. Installation of Reinforcing Steel 31 a. All reinforcing bars and bar mats shall be installed in the slab at the required 32 depth below the finished surface and supported by and securely attached to bar 33 chairs installed on prescribed longitudinal and transverse centers as shown by 34 sectional and detailed drawings on the Drawings. 35 b. Chairs Assembly. The chair assembly shall be similar and equal to that shown 36 on the Drawings and shall be approved by the City prior to extensive fabrication. 37 c. After the reinforcing steel is securely installed above the subgrade as specified 38 in Drawings and as herein prescribed, no loading shall be imposed upon the bar 39 mats or individual bars before or during the placing or finishing of the concrete. 40 4. Installation of Dowel Bars 41 a. Install through the predrilled joint filler and rigidly support in true horizontal 42 and vertical positions by an assembly of bar chairs and dowel baskets. 43 b. Dowel Baskets 44 1) The dowels shall be held in position exactly parallel to surface and 45 centerline of the slab, by a dowel basket that is left in the pavement. 46 2) The dowel basket shall hold each dowel in exactly the correct position so 47 firmly that the dowel's position cannot be altered by concreting operations. 48 c. Dowel Caps CITY OF FORT WORTH 2O26 CONCRETE RESTORATION CONTRACT 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106177 Revised June 10, 2022 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 32 13 13-14 CONCRETE PAVING Page 14 of 22 1) Install cap to allow the bar to move not less than 1-1/4 inch in either direction. Grease bar before adding cap to prevent bonding with the concrete. 5. Tie Bar and Dowel Placement a. Place at mid -depth of the pavement slab, parallel to the surface. b. Place as shown on the Drawings. 6. Epoxy for Tie and Dowel Bar Installation 1) Epoxy bars as shown on the Drawings. 2) Use only drilling operations that do not damage the surrounding structures. 3) Blow out drilled holes with compressed air. 4) Completely fill the drilled hole with approved epoxy before inserting the tie bar into the hole. 5) Install epoxy grout and bar at least 6 inches embedded into concrete. F. Joints l . Joints shall be placed where shown on the Drawings or where directed by the City. 2. The plane of all joints shall make a right angle with the surface of the pavement. 3. No joints shall have an error in alignment of more than 1/2 inch at any point. 4. Joint Dimensions a. The width of the joint shall be shown on the Drawings, creating the joint sealant reservoir. b. The depth of the joint shall be shown on the Drawings. c. Dimensions of the sealant reservoir shall be in accordance with manufacturer's recommendations. d. After curing, the joint sealant shall be 1/8 inch to 1/4 inch below the pavement surface at the center of the joint. 5. Transverse Expansion Joints a. Expansion joints shall be installed perpendicularly to the surface and to the centerline of the pavement at the locations shown on the Drawings, or as approved by the City. Expansion joints shall continue to the farthest outside edge of paving and adjacent slabs, and should extend through monolithic or attached curbs so that there is no restriction to the movement of the joint at any point. b. Joints shall be of the design width, and spacing shown on the Drawings, or as approved by the City. c. Dowel bars, shall be of the size and type shown on the Drawings, or as approved by the City, and shall be installed at the specified spacing. d. Support dowel bars with dowel baskets. e. Dowels shall not restrict the free opening and closing of the expansion join and shall not make planes of weaknesses in the pavement. f. Greased Dowels for Expansion Joints. 1) Coat dowels with a thin film of grease or other approved de -bonding material. 2) Provide dowel caps on the lubricated end of each dowel bar. g. Proximity to Existing Structures. When the pavement is adjacent to or around existing structures, expansions joints shall be constructed in accordance with the details shown on the Drawings. 6. Transverse Contraction Joints a. Contraction or dummy joints shall be installed at the locations and at the intervals shown on the Drawings. CITY OF FORT WORTH 2O26 CONCRETE RESTORATION CONTRACT 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106177 Revised June 10, 2022 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 32 13 13- 15 CONCRETE PAVING Page 15 of 22 b. Joints shall be of the design width, and spacing shown on the Drawings, or as approved by the City. c. Dowel bars, shall be of the size and type shown on the Drawings, or as approved by the City, and shall be installed at the specified spacing. d. Saw joints in a single cut to the width and depth the plans show. Begin sawing as soon as the concrete hardens sufficiently to prevent excessive raveling along the saw cut and finish before conditions induce uncontrolled cracking. e. The joints shall be constructed by sawing to a 1/4 - inch width and to a depth of 1/4 of the actual pavement thickness, or deeper if so indicated on the Drawings. f. Complete sawing as soon as possible in hot weather conditions and within a maximum of 24 hours after saw cutting begins under cool weather conditions. g. If sharp edge joints are being obtained, the sawing process shall be sped up to the point where some raveling is observed. h. Damage by blade action to the slab surface and to the concrete immediately adjacent to the joint shall be minimized. i. Any portion of the curing membrane which has been disturbed by sawing operations shall be restored by spraying the areas with additional curing compound. 7. Transverse Construction Joints a. Construction joints formed at the close of each day's work or when the placing of concrete has been interrupted for 30-minutes or longer shall be constructed by use of metal or wooden bulkheads cut true to the section of the finished pavement and cleaned. b. Wooden bulkheads shall be constructed using material of a thickness not less than nominal 2" lumber. c. Longitudinal bars shall be held securely in place in a plane perpendicular to the surface and at right angles to the centerline of the pavement. d. Edges shall be rounded to 1/4-inch radius. e. Any surplus concrete on the subgrade shall be removed upon the resumption of the work. 8. Longitudinal Construction Joints a. Longitudinal construction joints shall be of the type shown on the Drawings. 9. Joint Filler a. Joint filler shall be as specified in 2.2.I of the size and shape shown on the Drawings. b. Redwood Board joints shall be used for all pavement joints except for expansion joints that are coincident with a butt joint against existing pavements. c. Boards with less than 25-percent of moisture at the time of installation shall be thoroughly wetted on the job. d. Green lumber of much higher moisture content is desirable and acceptable. e. The joint filler shall be appropriately drilled to admit the dowel bars when required. f. The bottom edge of the filler shall extend to or slightly below the bottom of the slab. The top edge shall be held not less than 1/2 inch below the finished surface of the pavement in order to allow the finishing operations to be continuous. CITY OF FORT WORTH 2O26 CONCRETE RESTORATION CONTRACT 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106177 Revised June 10, 2022 321313- 16 CONCRETE PAVING Page 16 of 22 1 g. The joint filler may be composed of more than one length of board in the 2 length of joint, but no board of a length less than 6 foot may be used unless 3 otherwise shown on the Drawings. 4 h. After the removal of the side forms, the ends of the joints at the edges of the 5 slab shall be carefully opened for the entire depth of the slab. 6 10. Joint Sealing. Routine pavement joints shall be filled consistent with paving details 7 and as specified in Section 32 13 73. Materials shall generally be handled and 8 applied according to the manufacturer's recommendations as specified in Section 9 32 1373. 10 G.Placing Concrete 11 1. Unless otherwise specified in the Drawings, the finished pavement shall be 12 constructed monolithically and constructed by machined laid method unless 13 impractical. The City will make determination of what is practical. The maximum 14 length of concrete lane that can be placed by hand pouring is 50 linear feet. 15 2. The concrete shall be rapidly deposited on the subgrade in successive batches and 16 shall be distributed to the required depth and for the entire width of the pavement 17 by approved methods. 18 3. Any concrete not placed as herein prescribed within the time limits in the following 19 table will be rejected. Time begins when the water is added to the mixer. 20 Temperature — Time Reauirements 21 22 23 24 25 26 27 28 29 30 31 32 33 34 Concrete Temperature at point of placement Max Time — minutes no retarding age Max Time — minutes with retarding agent)' Non -Agitated Concrete All temperatures 45 45 Agitated Concrete Above 90°F 45 75 Above 75°F thru 90°F 60 90 75°F and Below 60 120 1 Normal dosage of retarder. 4. Rakes shall not be used in handling concrete. 5. At the end of the day, or in case of unavoidable interruption or delay of more than 30 minutes or longer to prevent cold joints, a transverse construction joint shall be placed in accordance with 3.4.F.7 of this Section. 6. Honeycombing a. Special care shall be taken in placing and vibrating the concrete against the forms and at all joints and assemblies so as to prevent honeycombing Concrete shall be uniformly consolidated throughout its width and depth, free from honey combed areas, and has a consistent void -free closed surface. b. Excessive voids and honeycombing in the edge of the pavement, revealed by the removal of the side forms, may be cause for rejection of the section of slab in which the defect occurs. CITY OF FORT WORTH 2O26 CONCRETE RESTORATION CONTRACT 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106177 Revised June 10, 2022 321313 -17 CONCRETE PAVING Page 17 of 22 l H.Finishing 2 1. Machine 3 a. Tolerance Limits 4 1) While the concrete is still workable, it shall be tested for irregularities with 5 a 10-foot straightedge placed parallel to the centerline of the pavement so as 6 to bridge depressions and to touch all high spots. 7 2) Ordinates measured from the face of the straightedge to the surface of the 8 pavement shall at no place exceed 1/16 inch -per -foot from the nearest point of 9 contact. 10 3) In no case shall the maximum ordinate to a 10-foot straightedge be greater 11 than 1/8 inch. 12 4) Any surface not within the tolerance limits shall be reworked and 13 refinished. 14 b. Edging 15 1) The edges of slabs and all joints requiring edging shall be carefully tooled 16 with an edger of the radius required by the Drawings at the time the concrete 17 begins to take its "set" and becomes non -workable. 18 2) All such work shall be left smooth and true to lines. 19 2. Hand 20 a. Hand finishing permitted only in intersections and areas inaccessible to a 21 finishing machine. 22 b. When the hand method of striking off and consolidating is permitted, the 23 concrete, as soon as placed, shall be approximately leveled and then struck off 24 with screed bar to such elevation above grade that, when consolidated and 25 finished, the surface of the pavement shall be at the grade elevation shown on 26 the Drawings. 27 28 c. The straightedge and joint finishing shall be as prescribed herein. 29 1. Curing 30 1. The curing of concrete pavement shall be thorough and continuous throughout the 31 entire curing period. 32 2. Failure to provide proper curing as herein prescribed shall be considered as 33 sufficient cause for immediate suspension of the paving operations. 34 3. The curing method as herein specified does not preclude the use of any of the other 35 commonly used methods of curing, and the City may approve another method of 36 curing if so requested by the Contractor. 37 4. If any selected method of curing does not afford the desired results, the City shall 38 have the right to order that another method of curing be instituted. 39 5. After removal of the side forms, the sides of the slab shall receive a like coating 40 before earth is banked against them. 41 6. The solution shall be applied, under pressure with a spray nozzle, in such a manner 42 as to cover the entire surfaces thoroughly and completely with a uniform film. 43 7. The rate of application shall be such as to ensure complete coverage and shall not 44 exceed 20-square-yards-per-gallon of curing compound. 45 8. When thoroughly dry, it shall provide a continuous and flexible membrane, free 46 from cracks or pinholes, and shall not disintegrate, check, peel or crack during the 47 curing period. CITY OF FORT WORTH 2O26 CONCRETE RESTORATION CONTRACT 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106177 Revised June 10, 2022 321313 -18 CONCRETE PAVING Page 18 of 22 1 9. If for any reason the seal is broken during the curing period, it shall be immediately 2 repaired with additional sealing solution. 3 10. When tested in accordance with ASTM C156 Standard Test Method for Water Loss 4 (from a mortar specimen) Through Liquid Membrane -Forming Curing Compounds 5 for Concrete, the curing compound shall provide a film which shall have retained 6 within the test specimen a percentage of the moisture present in the specimen when 7 the curing compound was applied according to the following. 8 11. Contractor shall maintain and properly repair damage to curing materials on 9 exposed surfaces of concrete pavement continuously for a least 72 hours. 10 J. Monolithic Curbs 11 1. Concrete for monolithic curb shall be the same as for the pavement and shall be 12 placed within 20 minutes of the placement of the slab concrete. 13 2. After the concrete has been struck off and sufficiently set, the exposed surfaces 14 shall be thoroughly worked to achieve an acceptable surface finish. 15 3. The exposed edges shall be rounded by the use of an edging tool to the radius 16 indicated on the Drawings. 17 4. All exposed surfaces of curb shall be brushed to a smooth and uniform surface. 18 K.Pavement Leaveouts 19 1. Pavement leaveouts as necessary to maintain and provide for local traffic shall be 20 provided at location indicated on the Drawings or as directed by the City. 21 2. The extent and location of each leaveout required and a suitable crossover 22 connection to provide for traffic movements shall be determined in the field by the 23 City. 24 3.5 REPAIR 25 A.Repair of concrete pavement concrete shall be consistent with the Drawings and as 26 specified in Section 32 0129. 27 3.6 RE -INSTALLATION [NOT USED] 28 3.7 SITE QUALITY CONTROL 29 A.Concrete Placement 30 1. Place concrete using a fully automated paving machine. Hand paving is only 31 permitted in areas such as intersections where use of paving machine is not 32 practical. 33 a. All concrete pavement not placed by hand shall be placed using a fully 34 automated paving machine as approved by the City. 35 b. Screeds are considered hand placement paving method. 36 B.Testing of Materials 37 1. Samples of all materials for testing shall be provided by the contractor at no 38 expense to the City, unless otherwise specified in the special provisions or in the 39 Drawings. 40 2. In the event the initial sampling and testing does not comply with the specifications, 41 all subsequent testing of the material in order to determine if the material is 42 acceptable shall be at the Contractor's expense at the same rate charged by the 43 commercial laboratories. CITY OF FORT WORTH 2O26 CONCRETE RESTORATION CONTRACT 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106177 Revised June 10, 2022 321313 -19 CONCRETE PAVING Page 19 of 22 1 3. All testing shall be in accordance with applicable ASTM Standards and concrete 2 testing technician must be ACI certified or equivalent. 3 C. Pavement Thickness Test 4 1. Pavement thickness test shall be performed by a commercial testing laboratory 5 approved by the City every 100 feet or fraction thereof in accordance with TxDOT 6 Designation: Tex-423-A, unless otherwise shown on the plans. Test locations shall 7 be at the discretion of the City. 8 2. In the event a deficiency in the thickness of pavement is revealed during normal 9 testing operations, core samples shall be taken at the contractor's expense to verify 10 deficiency of more than 0.2 in. from plan thickness and to isolate the deficient area. 11 3. Where the average thickness of pavement in the area found to be deficient in 12 thickness by more than 0.20 inch, but not more than 0.50-inch, payment shall be 13 made at an adjusted price as specified in the following table. 14 Deficiency in Thickness Determined by Cores Proportional Part Of Contract Price Inches Allowed 0.00 — 0.20 100 percent 0.21 — 0.30 80 percent 0.31 — 0.40 70 percent 0.41 — 0.50 60 percent 15 16 4. Any area of pavement found deficient in thickness by more than 0.50 inch but not 17 more than 0.75 inch or 1/10 of the thickness specified on the Drawings, whichever 18 is greater, shall be evaluated by the City. 19 5. If, in the judgment of the City the area of such deficiency should not be removed 20 and replaced, there shall be no payment for the area retained. 21 6. If, in the judgment of the City, the area of such deficiency warrants removal, the 22 area shall be removed and replaced, at the Contractor's entire expense, with 23 concrete of the thickness shown on the Drawings. 24 7. Any area of pavement found deficient in thickness by more than 0.75 inch or more 25 than 1/10 of the plan thickness, whichever is greater, shall be removed and replaced 26 with concrete of the thickness shown on the Drawings at the Contractor's sole 27 expense. 28 8. No additional payment over the contract unit price shall be made for any pavement 29 of a thickness exceeding that required by the Drawings. 30 D.Pavement Strength Test 31 1. During the progress of the work the commercial testing laboratory casts test 32 cylinders for conforming to ASTM C31, to maintain a check on the compressive 33 strengths of the concrete being placed. CITY OF FORT WORTH 2O26 CONCRETE RESTORATION CONTRACT 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106177 Revised June 10, 2022 32 13 13-20 CONCRETE PAVING Page 20 of 22 1 2. Test cylinders shall be taken from a representative portion of concrete being placed 2 for every 150-cubic yards of concrete pavement placed, but in no case shall fewer 3 than 1 set of cylinders be taken per day of placement. After the cylinders have been 4 cast, they shall remain on the job site and then transported, moist cured, and tested 5 in accordance with ASTM C31 and ASTM C39. 6 3. In each set, one of the cylinders shall be tested at 7 days (3 days for HES concrete), 7 two cylinders shall be tested at 28 days (three cylinders for 4" by 8" cylinders), and 8 the remaining cylinder shall be retained for testing at 56 days, if necessary. 9 Concrete must attain its design strength within 56 days. The 4" by 8" cylinders are 10 acceptable only when the nominal maximum aggregate size of the mix is less than 11 1-1/4 inch. 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 4. If the average 28-day test results indicate deficient strength, the Contractor may, at its option and expense, core the pavement in question and have the cores tested by an approved laboratory in accordance with ASTM C42 and ACI 318 protocol. The average of all cores must meet 100 percent of the minimum specified strength, with no individual core resulting in less than 90 percent of design strength, in order to override the results of the cylinder tests. 5. In the event cylinders and/or cores do not meet minimum specified strength, additional cores may be taken to identify the limits of deficient concrete pavement at the expense of the Contractor. 6. Cylinders and/or cores must meet minimum specified strength. Pavement not meeting the minimum specified strength shall be subject to the money penalties or removal and placement at the Contractor's expense as shown in the following table. Percent Deficient Percent of Contract Price Allowed Greater Than 0 percent - Not More Than 10 percent 90- ercent Greater Than 10 percent - Not More Than 15 percent 80- ercent Greater Than 15 percent 0-percent or removed and replaced at the entire cost and expense of Contractor as directed by City 7. Deficiency shall be determined on a panel by panel basis. 8. The amount of penalty shall be deducted from payment due to Contractor 9. No additional payment over the contract unit price shall be made for any pavement with a strength exceeding that required by the Drawings and/or specifications. E. Cracked Concrete Acceptance Policy 1. If cracks exist in concrete pavement upon completion of the project, the Project Inspector shall decide as to the need for action to address the cracking as to its cause and recommended remedial work. 2. If the recommended remedial work is routing and sealing of the cracks to protect the subgrade, the Inspector shall make the determination as to whether to rout and seal the cracks at the time of final inspection and acceptance or at any time prior to the end of the project maintenance period. The Contractor shall perform the routing and sealing work as directed by the Project Inspector, at no cost to the City, regardless of the cause of the cracking. 3. If remedial work beyond routing and sealing is determined to be necessary, the Inspector and the Contractor shall meet to determine the cause of the cracking. CITY OF FORT WORTH 2O26 CONCRETE RESTORATION CONTRACT 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106177 Revised June 10, 2022 32 13 13-21 CONCRETE PAVING Page 21 of 22 l a. If agreement is reached that the cracking is due to deficient materials or 2 workmanship, the Contractor shall perform the remedial work at no cost to the 3 City. Remedial work in this case shall be limited to removing and replacing the 4 deficient work with new material and workmanship that meets the requirements 5 of the contract. 6 b. If the Inspector and the Contractor agree that the cause of the cracking is not 7 deficient materials or workmanship, the City may request the Contractor to 8 provide an estimate of the cost of the necessary remedial work and/or additional 9 work to address the cause of the cracking, and the Contractor will perform that 10 work at the agreed -upon price if the City elects to do so. 11 4. If the Inspector and the Contractor cannot agree on the cause of the cracking, the 12 City may hire an independent geotechnical engineer, acceptable to the Contractor, 13 to perform testing and analysis to determine the cause of the cracking. The 14 contractor shall pay 50 percent of the costs of the independent testing. Contractor 15 shall provide one half of the estimated costs of the independent testing to be held by 16 the City. 17 5. If the independent geotechnical engineer determines that the primary cause of the 18 cracking is the Contractor's deficient material or workmanship, the remedial work 19 will be performed at the Contractor's entire expense and the Contractor will also 20 reimburse the City for the City's portion of cost of the geotechnical investigation. 21 Remedial work in this case shall be limited to removing and replacing the deficient 22 work with new material and workmanship that meets the requirements of the 23 contract. 24 6. If the geotechnical engineer determines that the primary cause of the cracking is not 25 the Contractor's deficient material or workmanship, the City will return the held 26 funds to the Contractor. The Contractor, on request, will provide the City an 27 estimate of the costs of the necessary remedial work and/or additional work and 28 will perform the work at the agreed -upon price as directed by the City. 29 3.8 SYSTEM STARTUP [NOT USED] 30 3.9 ADJUSTING [NOT USED] 31 3.10 CLEANING [NOT USED] 32 A.No concrete washout, mix, slurry, cuts, mud or solids etc., may enter the storm water 33 system including curb lines. Equipment washout allowed only in areas shown on 34 drawings and test materials or slag must be removed from site prior to final acceptance. 35 3.11 CLOSEOUT ACTIVITIES [NOT USED] 36 3.12 PROTECTION [NOT USED] 37 3.13 MAINTENANCE [NOT USED] 38 3.14 ATTACHMENTS [NOT USED] 39 CITY OF FORT WORTH 2O26 CONCRETE RESTORATION CONTRACT 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106177 Revised June 10, 2022 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 32 13 13-22 CONCRETE PAVING Page 22 of 22 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 1.2.A — Modified items to be included in price bid 05/21/2014 Doug Rademaker 2.2.1) — Modified to clarify acceptable fly ash substitution in concrete paving 03/19/2021 Zelalem Arega/Doug Black 1.1 LA — modified to clarify concrete placement temperature restrictions 2.4.A, B, D — to clarify concrete quality control process and requirements 3.7. C & D - to modify and clarify the pavement strength test and change in pavement thickness measurement methodology 3.7.E — Modified to clarify cracked concrete acceptance policy 3/11/2022 Zelalem Arega 1.3.A.h, 2.2 — Added ASTM C595, Type IL cement 6/10/2022 M Owen 3.4 G. 1. — Clarified language re: machine laid vs. hand poured CITY OF FORT WORTH 2O26 CONCRETE RESTORATION CONTRACT 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106177 Revised June 10, 2022 -1 CONCRETE SIDEWALKS, DRIVEWAYS AND BARRIER FREE RAMPS Page 1 of 6 1 SECTION 3213 20 2 CONCRETE SIDEWALKS, DRIVEWAYS AND BARRIER FREE RAMPS 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Concrete sidewalks 7 2. Driveways 8 3. Barrier free ramps 9 B. Deviations from this City of Fort Worth Standard Specification 10 1. FOR THIS PROJECT, CAST IN PLACE DETECTABLE WARNING DOME -TILE FOR BARRIER -FREE RAMP TO BE USED. 11 C. Related Specification Sections include, but are not necessarily limited to: 12 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract 13 2. Division 1 - General Requirements 14 3. Section 02 41 13 - Selective Site Demolition 15 4. Section 32 13 13 - Concrete Paving 16 5. Section 32 13 73 - Concrete Paving Joint Sealants 17 1.2 PRICE AND PAYMENT PROCEDURES 18 A.Measurement and Payment 19 1. Concrete Sidewalk 20 a. Measurement 21 1) Measurement for this Item shall be by the square foot of completed and 22 accepted Concrete Sidewalk in its final position for various: 23 a) Thicknesses 24 b) Types 25 b. Payment 26 1) The work performed and materials furnished in accordance with this Item 27 and measured as provided under "Measurement" will be paid for at the unit 28 price bid per square foot of Concrete Sidewalk. 29 c. The price bid shall include: 30 1) Excavating and preparing the subgrade 31 2) Furnishing and placing all materials 32 3) Thickened edge under sidewalk limits, if adjacent to curb or retaining wall 33 34 2. Concrete Curb at Back of Sidewalk (6 to 12-inch max) 35 a. Measurement 36 1) Measurement for this Item shall be by the linear foot of completed and 37 accepted Concrete Curb at the Back of Sidewalk within the 6 to 12-inch curb 38 height at back of walk in its final position. 39 b. Payment 40 1) The work performed and materials furnished in accordance with this Item 41 and measured as provided under "Measurement" will be paid for at the unit 42 price bid per linear foot of Concrete Curb at the Back of Sidewalk. CITY OF FORT WORTH 2O26 CONCRETE RESTORATION CONTRACT 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 106177 Revised December 9, 2022 -2 CONCRETE SIDEWALKS, DRIVEWAYS AND BARRIER FREE RAMPS Page 2 of 6 1 c. The price bid shall include: 2 1) Excavating and preparing the subgrade 3 2) Furnishing and placing all materials, including concrete and reinforcing 4 steel 5 3) Excavation in back of "retaining" curb 6 4) Furnishing, placing, and compacting backfill 7 3. Concrete Driveway 8 a. Measurement 9 1) Measurement for this Item shall be by the square foot of completed and 10 accepted Concrete Driveway in its final position for various: 11 a) Thicknesses 12 b) Types 13 2) Dimensions will be taken from the back of the projected curb, including the 14 area of the curb radii and will extend to the limits specified in the Drawings. 15 3) Sidewalk portion of drive will be included in driveway measurement. 16 4) Curb on drive will be included in the driveway measurement. 17 b. Payment 18 1) The work performed and materials furnished in accordance with this Item 19 and measured as provided under "Measurement" will be paid for at the unit 20 price bid per square foot of Concrete Driveway. 21 c. The price bid shall include: 22 1) Excavating and preparing the subgrade 23 2) Furnishing and placing all materials 24 3) Temporary asphalt transition at width shown on plans (typically 9 inches) 25 when the pavement adjacent to the driveway will be improved 26 27 4. Barrier Free Ramps 28 a. Measurement 29 1) Measurement for this Item shall be per each Barrier Free Ramp completed 30 and accepted for various: 31 a) Types 32 b. Payment 33 1) The work performed and materials furnished in accordance with this Item 34 and measured as provided under "Measurement" will be paid for at the unit 35 price bid per each "Barrier Free Ramp" installed. 36 c. The price bid shall include: 37 1) Excavating and preparing the subgrade 38 2) Furnishing and placing all materials 39 3) Curb Ramp 40 4) Landing and detectable warning surface as shown on the Drawings 41 5) Adjacent flares or side curb 42 6) Concrete gutter width along ramp opening 43 7) Doweling into adjacent concrete pavement, if applicable 44 1.3 REFERENCES 45 A.Abbreviations and Acronyms 46 1. TAS — Texas Accessibility Standards 47 2. TDLR — Texas Department of Licensing and Regulation 48 B. Reference Standards CITY OF FORT WORTH 2O26 CONCRETE RESTORATION CONTRACT 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 106177 Revised December 9, 2022 -3 CONCRETE SIDEWALKS, DRIVEWAYS AND BARRIER FREE RAMPS Page 3 of 6 1 1. Reference standards cited in this Specification refer to the current reference 2 standard published at the time of the latest revision date logged at the end of this 3 Specification, unless a date is specifically cited. 4 2. American Society for Testing and Materials (ASTM) 5 a. D545, Test Methods for Preformed Expansion Joint Fillers for Concrete 6 Construction (Non -extruding and Resilient Types) 7 b. D698, Test Methods for Laboratory Compaction Characteristics of Soil Using 8 Standard Effort (12,400 ft-lbf/ft3) 9 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 10 1.5 SUBMITTALS [NOT USED] 11 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS 12 A.Mix Design: submit for approval. Section 32 13 13. 13 B. Product Data: submit product data and sample for pre -cast detectable warning for barrier 14 free ramp. 15 1.7 CLOSEOUT SUBMITTALS [NOT USED] 16 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 17 1.9 QUALITY ASSURANCE [NOT USED] 18 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 19 1.11 FIELD CONDITIONS 20 A.Weather Conditions: Placement of concrete shall be as specified in Section 32 13 13. 21 1.12 WARRANTY [NOT USED] 22 PART 2 - PRODUCTS 23 2.1 OWNER -FURNISHED PRODUCTS [NOT USED] 24 2.2 EQUIPMENT AND MATERIALS 25 A.Forms: wood or metal straight, free from warp and of a depth equal to the thickness of the 26 finished work. 27 B.Concrete: see Section 32 13 13. 28 1. Unless otherwise shown on the Drawings or detailed specifications, the standard 29 class for concrete sidewalks, driveways and barrier free ramps is shown in the 30 following table: 31 Standard Classes of Pavement Concrete Class of Minimum 28 Day Min. Maximum Course Concrete' Cementitious, Compressive Water/ Aggregate Lb./CY Strength2 Cementitious Maximum psi Ratio Size, inch A 470 3000 0.58 1-1/2 32 C. Reinforcement: see Section 32 13 13. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 9, 2022 2026 CONCRETE RESTORATION CONTRACT 1 CITY PROJECT NO. 106177 -4 CONCRETE SIDEWALKS, DRIVEWAYS AND BARRIER FREE RAMPS Page 4 of 6 1 1. Sidewalk, driveway and barrier free ramp reinforcing steel shall be #3 deformed 2 bars at 18 inches on -center -both -ways at the center plane of all slabs, unless 3 otherwise shown on the Drawings or detailed specifications. 4 D.Joint Filler 5 1. Wood Filler: see Section 32 13 13. 6 2. Pre -Molded Asphalt Board Filler 7 a. Use only in areas where not practical for wood boards. 8 b. Pre -molded asphalt board filler: ASTM D545. 9 c. Install the required size and uniform thickness and as specified in Drawings. 10 d. Include 2 liners of 0.016 asphalt impregnated kraft paper filled with a mastic 11 mixture of asphalt and vegetable fiber and/or mineral filler. 12 E. Expansion Joint Sealant: see Section 32 13 73 where shown on the Drawings. 13 2.3 ACCESSORIES [NOT USED] 14 2.4 SOURCE QUALITY CONTROL [NOT USED] 15 PART 3 - EXECUTION 16 3.1 INSTALLERS [NOT USED] 17 3.2 EXAMINATION [NOT USED] 18 3.3 PREPARATION 19 A. Surface Preparation 20 1. Excavation: Excavation required for the construction of sidewalks, driveways and 21 barrier free ramps shall be to the lines and grades as shown on the Drawings or as 22 established by the City. 23 2. Fine Grading 24 a. The Contractor shall do all necessary filling, leveling and fine grading required 25 to bring the subgrade to the exact grades specified and compacted to at least 90 26 percent of maximum density as determined by ASTM D698. 27 b. Moisture content shall be within minus 2 to plus 4 of optimum. 28 c. Any over -excavation shall be repaired to the satisfaction of the City. 29 B. Demolition / Removal 30 1. Sidewalk, Driveway and/ or Barrier Free Ramp Removal: see Section 02 41 13. 31 3.4 INSTALLATION 32 A.General 33 1. Concrete sidewalks shall have a minimum thickness of 4 inches. 34 2. Sidewalks constructed in driveway approach sections shall have a minimum 35 thickness equal to that of driveway approach or as called for by Drawings and 36 specifications within the limits of the driveway approach. 37 3. Driveways shall have a minimum thickness of 6 inches. Standard cross -slopes for 38 walks shall be 2 percent max in accordance with current TAS/TDLR guidelines. 39 The construction of the driveway approach shall include the variable height radius 40 curb or a pan driveway approach in accordance with the Drawings. CITY OF FORT WORTH 2O26 CONCRETE RESTORATION CONTRACT 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 106177 Revised December 9, 2022 -5 CONCRETE SIDEWALKS, DRIVEWAYS AND BARRIER FREE RAMPS Page 5 of 6 1 4. All pedestrian facilities shall comply with provisions of TAS including location, 2 slope, width, shapes, texture and coloring. Pedestrian facilities installed by the 3 Contractor and not meeting TAS must be removed and replaced to meet TAS (no 4 separate pay). 5 B.Forms: Forms shall be securely staked to line and grade and maintained in a true position 6 during the depositing of concrete. 7 C. Reinforcement: see Section 32 13 13. 8 D.Concrete Placement: see Section 32 13 13. 9 E. Finishing 10 1. Concrete sidewalks, driveways and barrier free ramps shall be finished to a true, 11 even surface. 12 2. Trowel and then brush transversely to obtain a smooth uniform brush finish. 13 3. Provide exposed aggregate finish for driveways and sidewalks if specified. 14 4. Edge joints and sides shall with suitable tools. 15 F. Joints 16 1. Expansion joints for sidewalks, driveways and barrier free ramps shall be formed 17 using redwood. 18 2. Expansion joints shall be placed at intervals ten times the width of the sidewalk. 19 3. Expansion joints shall also be placed at all intersections, sidewalks with concrete 20 driveways, curbs, formations, other sidewalks and other adjacent old concrete work. 21 Similar material shall be placed around all obstructions protruding into or through 22 sidewalks or driveways. 23 4. All expansion joints shall be 1/2 inch in thickness. 24 5. Edges of all construction and expansion joints and outer edges of all sidewalks shall 25 be finished to approximately a 1/2 inch radius with a suitable finishing tool. 26 6. Sidewalks shall be marked at intervals equal to the width of the walk with a 27 marking tool. Saw cutting of joints to the required depth may be desirable on wider 28 sidewalks and is acceptable if approved by the City 29 7. When sidewalk is against the curb, expansion joints shall be spaced to match those 30 in the curb, possibly in addition to the required spacing above. 31 G.Barrier Free Ramp 32 1. Furnish and install red color CAST IN PLACE detectable warning surface included in Standard Product List, or approved equal. 33 2. Detectable warning surface shall be a minimum of 24-inch in depth in the direction 34 of pedestrian travel, and extend to the limit of the width of the curb ramp (exclusive 35 of flares), the landing or the blended transition. 36 3. Locate detectable warning surface so that the edge nearest the curb line is at the 37 extension of the back of the curb. 38 4. Detectable warning surface may be curved along the corner radius. 39 5. Install detectable warning surface according to manufacturer's instructions. CITY OF FORT WORTH 2O26 CONCRETE RESTORATION CONTRACT 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 106177 Revised December 9, 2022 1 2 3 4 5 6 7 8 9 10 11 12 -6 CONCRETE SIDEWALKS, DRIVEWAYS AND BARRIER FREE RAMPS Page 6 of 6 3.5 REPAIR/RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 1.2.A.3 — Measurement and Payment for Barrier Free Ramps modified to match updated City Details 4/30/2013 F. Griffin Corrected Part 1, 1.2, A, 3, b, 1 to read; from ... square foot of Concrete Sidewalk. to ...each "Barrier Free Ramp" installed. June 5, 2018 M Owen Revised Measurement and Payment. section. April 29, 2021 M Owen 1.2 A. 4. c. Revise Barrier Free Ramp — Payment Section December 91 M Owen 1.2 A. l.c. and 1.2 A. 3. c. Clarified what is included in bid items for sidewalk and 2021 driveway, respectively December 91 M Owen 3.4 G. Remove reference to specific DWS and referred to SPL, revised to clarify 2022 limit of DWS, and revised reference to back of curb for placement of DWS. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 9, 2022 2026 CONCRETE RESTORATION CONTRACT 1 CITY PROJECT NO. 106177 321373-1 CONCRETE PAVING JOINT SEALANTS Pagel of 5 1 SECTION 32 13 73 2 CONCRETE PAVING JOINT SEALANTS 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Specification for silicone joint sealing for concrete pavement and curbs. 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. FOR THIS PROJECT CONCRETE PAVING JOINT SEALANTS SECTION 32 9 13 73 SHALL BE PAYBLE FOR SEALING COURTESY JOINT ON EXISTING 10 PAVEMENT ONLY. SEALING JOINT ON REPLACED CONCRETE PAVING 11 SHALL BE CONSIDERED SUBSIDIARY TO CONCRETE PAVING SECTION 12 32 13 13. 13 2. SAWING, CLEANING AND APPLYING JOINT SEALANTS UPON PLACING 14 OF BOND BAKER ROD AND BREAKER TAPE SHALL BE SUBSIDIARY TO 15 JOINT SEALANTS. 16 C. Related Specification Sections include, but are not necessarily limited to: 17 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract 18 2. Division 1 - General Requirements 19 3. Section 32 13 13 - Concrete Paving 20 1.2 PRICE AND PAYMENT PROCEDURES 21 A. Measurement and Payment 22 1. Measurement 23 a. Measurement for this Item shall be by the linear foot of Joint Sealant completed 24 and accepted only FOR COURTESY JOINT ON EXISTING PAVEMENT 25 when speeified in the Dr-awings to be a pay item. 26 2. Payment 27 3. The work performed and materials furnished in accordance with this Item WILL 28 BE PAID FOR AT THE UNIT PRICE BID PER LINEAR FOOT OF "JOINT 29 SEALANT" COMPLETED 30 eempensatien will be a4lowea unless s ee f;eali . specified of r,,-,,.. inns. . 31 SUBSIDIARY WORK AND MATERIALS INCLUDE: 32 a. SAWING JOINTS 33 b. CLEANING JOINTS 34 c. APPLYING JOINT SEALANTS UPON PLACING OF BOND BREAKER 35 ROD AND BREAKER TAPE 36 d. FURNISHING AND INSTALLING ALL MATERIALS 37 e. ALL MANIPULATIONS, LABOR, EQUIPMENT, APPLIANCES, TOOLS, 38 AND INCIDENTALS NECESSARY TO COMPLETE THE WORK. 39 CITY OF FORT WORTH 2O26 CONCRETE RESTORATION CONTRACT 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106177 Revised December 20, 2012 321373-2 CONCRETE PAVING JOINT SEALANTS Page 2 of 5 1 1.3 REFERENCES 2 A. Reference Standards 3 1. Reference standards cited in this Specification refer to the current reference 4 standard published at the time of the latest revision date logged at the end of this 5 Specification, unless a date is specifically cited. 6 2. ASTM International (ASTM): 7 a. D5893, Standard Specification for Cold Applied, Single Component, 8 Chemically Curing Silicone Joint Sealant for Portland Cement Concrete 9 Pavements 10 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 11 1.5 ACTION SUBMITTALS [NOT USED] 12 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 13 A. Test and Evaluation Reports 14 1. Prior to installation, furnish certification by an independent testing laboratory that 15 the silicone joint sealant meets the requirements of this Section. 16 2. Submit verifiable documentation that the manufacturer of the silicone joint sealant 17 has a minimum 2-year demonstrated, documented successful field performance 18 with concrete pavement silicone joint sealant systems. 19 1.7 CLOSEOUT SUBMITTALS [NOT USED] 20 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 21 1.9 QUALITY ASSURANCE [NOT USED] 22 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 23 1.11 FIELD CONDITIONS 24 A. Do not apply joint sealant when the air and pavement temperature is less than 35 25 degrees F 26 B. Concrete surface must be clean, dry and frost free. 27 C. Do not place sealant in an expansion -type joint if surface temperature is below 35 28 degrees F or above 90 degrees F. 29 1.12 WARRANTY [NOT USED] 30 PART 2 - PRODUCTS 31 2.1 OWNER FURNISHED PRODUCTS [NOT USED] 32 2.2 MATERIALS & EQUIPMENT 33 A. Materials 34 1. Joint Sealant: ASTM D5893. 35 2. Joint Filler, Backer Rod and Breaker Tape CITY OF FORT WORTH 2O26 CONCRETE RESTORATION CONTRACT 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106177 Revised December 20, 2012 321373-3 CONCRETE PAVING JOINT SEALANTS Page 3 of 5 1 a. The joint filler sop shall be of a closed cell expanded polyethylene foam backer 2 rod and polyethylene bond breaker tape of sufficient size to provide a tight seal. 3 b. The back rod and breaker tape shall be installed in the saw -cut joint to prevent 4 the joint sealant from flowing to the bottom of the joint. 5 c. The backer rod and breaker tape shall be compatible with the silicone joint 6 sealant and no bond or reaction shall occur between them. 7 2.3 ACCESSORIES [NOT USED] 8 2.4 SOURCE QUALITY CONTROL [NOT USED] 9 PART 3 - EXECUTION 10 3.1 INSTALLERS [NOT USED] 11 3.2 EXAMINATION [NOT USED] 12 3.3 PREPARATION [NOT USED] 13 3.4 INSTALLATION 14 A. General 15 1. The silicone sealant shall be cold applied. 16 2. Allow concrete to cure for a minimum of 7 days to ensure it has sufficient strength 17 prior to sealing joints. 18 3. Perform joint reservoir saw cutting, cleaning, bond breaker installation, and joint 19 sealant placement in a continuous sequence of operations. 20 4. See Drawings for the various joint details with their respective dimensions. 21 B. Equipment 22 1. Provide all necessary equipment and keep equipment in a satisfactory working 23 condition. 24 2. Equipment shall be inspected by the City prior to the beginning of the work. 25 3. The minimum requirements for construction equipment shall be as follows: 26 a. Concrete Saw. The sawing equipment shall be adequate in size and power to 27 complete the joint sawing to the required dimensions. 28 b. Air Compressors. The delivered compressed air shall have a pressure in excess 29 of 90 psi and shall be suitable for the removal of all free water and oil from the 30 compressed air. 31 c. Extrusion Pump. The output shall be capable of supplying a sufficient volume 32 of sealant to the joint. 33 d. Injection Tool. This mechanical device shall apply the sealant uniformly into 34 the joint. 35 e. Sandblaster. The design shall be for commercial use with air compressors as 36 specified in this Section. 37 f. Backer Rod Roller and Tooling Instrument. These devices shall be clean and 38 free of contamination. They shall be compatible with the joint depth and width 39 requirements. 40 C. Sawing Joints: see Section 32 13 13. CITY OF FORT WORTH 2O26 CONCRETE RESTORATION CONTRACT 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106177 Revised December 20, 2012 321373-4 CONCRETE PAVING JOINT SEALANTS Page 4 of 5 1 D. Cleaning joints 2 1. Dry saw in 1 direction with reverse cutting blade then sand blast. 3 2. Use compressed air to remove the resulting dust from the joint. 4 3. Sandblast joints after complete drying. 5 a. Attach nozzle to a mechanical aiming device so that the sand blast will be 6 directed at an angle of 45 degrees and at a distance of 1 to 2 inches from the 7 face of the joint. 8 b. Sandblast both joint faces sandblasted in separate, 1 directional passes. 9 c. When sandblasting is complete, blow-out using compressed air. 10 d. The blow tube shall fit into the joints. 11 4. Check the blown joint for residual dust or other contamination. 12 a. If any dust or contamination is found, repeat sandblasting and blowing until the 13 joint is cleaned. 14 b. Do not use solvents to remove stains and contamination. 15 5. Place the bond breaker and sealant in the joint immediately upon cleaning. 16 6. Bond Breaker Rod and Tape: install in the cleaned joint prior to the application of 17 the joint sealant. 18 7. Do not leave open, cleaned joints unsealed overnight. 19 E. Joint Sealant 20 1. Apply the joint sealant upon placement of the bond breaker rod and tape, using the 21 mechanical injection tool. 22 2. Do not seal joints unless they are clean and dry. 23 3. Remove and discard excess sealant left on the pavement surface. 24 a. Do not excess use to seal the joints. 25 4. The pavement surface shall present a clean final condition as determined by City. 26 5. Do not allow traffic on the fresh sealant until it becomes tack -free. 27 F. Approval of Joints 28 1. The City may request a representative of the sealant manufacturer to be present at 29 the job site at the beginning of the final cleaning and sealing of joints. 30 a. The representative shall demonstrate to the Contractor and the City the 31 acceptable method for sealant installation. 32 b. The representative shall approve the clean, dry joints before the sealing 33 operation commences. CITY OF FORT WORTH 2O26 CONCRETE RESTORATION CONTRACT 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106177 Revised December 20, 2012 321373-5 CONCRETE PAVING JOINT SEALANTS Page 5 of 5 1 3.5 REPAIR/RESTORATION [NOT USED] 2 3.6 RE -INSTALLATION [NOT USED] 3 3.7 FIELD QUALITY CONTROL [NOT USED] 4 3.8 SYSTEM STARTUP [NOT USED] 5 3.9 ADJUSTING [NOT USED] 6 3.10 CLEANING [NOT USED] 7 3.11 CLOSEOUT ACTIVITIES [NOT USED] 8 3.12 PROTECTION [NOT USED] 9 3.13 MAINTENANCE [NOT USED] 10 3.14 ATTACHMENTS [NOT USED] 11 12 13 104101XII 0&1 X411 Y 113,21 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH 2O26 CONCRETE RESTORATION CONTRACT 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106177 Revised December 20, 2012 1 2 3 PART1 - GENERAL 4 1.1 SUMMARY SECTION 34 7113 TRAFFIC CONTROL 3471 13 -1 TRAFFIC CONTROL Page 1 of 6 5 A. Section Includes: 6 1. Installation of Traffic Control Devices and preparation of Traffic Control Plans 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. PREPARATION OF TRAFFIC CONTROL PLAN DETAILS ADHERENCE TO TEXAS MANUAL ON UNIFORM TRAFFIC CONTROL DEVICES (TMUTCD), OBTAINING SIGNATURE AND SEAL OF A LICENSED TEXAS PROFESSIONAL ENGINEER IN TCP SHALL BE CONSIDERED SUBSIDIARY WORK, NO SEPARATE PAY. 2. SUPPLY AND INSTALLATION OF TEMPORARY TABS AND TEMPORARY LANE MARKINGS SHALL BE CONSIDERED SUBSIDIARY TO TRAFFIC COTROL SECTION 34 7113, NO SEPARATE PAY. 3. ROAD AND LANE CLOSURES SHALL BE COMMUNICATED WITH PROPERTY OWNERS / TENANTS AND SHALL BE CONSIDERED SUBSIDIARY WORK. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 11 2. Division 1— General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 A. Measurement and Payment 1. Installation of Traffic Control Devices a. Measurement 1) Measurement for Traffic Control Devices shall be per month for the Project duration. a) A month is defined as 30 calendar days. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement' shall be paid for at the unit price bid for "Traffic Control". c. The price bid shall include: 1) Traffic Control implementation INCLUDING TEMPORARY LANE MARKING 2) Installation 3) Maintenance 4) Adjustments 5) Replacements 6) Removal CITY OF FORT WORTH 2O26 CONCRETE RESTORATION CONTRACT 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 106177 Revised March 22, 2021 3471 13 -2 TRAFFIC CONTROL Page 2 of 6 30 7) Police assistance during peak hours 31 8) PREPARATION OF TRAFFIC CONTROL PLAN DETAILS 32 9) OBTAINING SIGNATURE AND SEAL OF A LICENSED TEXAS PROFESSIONAL ENGINEER IN TCP 33 2. Portable Message Signs 34 a. Measurement 35 1) Measurement for this Item shall be per week for the duration of use. 36 b. Payment 37 1) The work performed and materials furnished in accordance to this Item and 38 measured as provided under "Measurement" shall be paid for at the unit 39 price bid per week for "Portable Message Sign" rental. 40 c. The price bid shall include: 41 1) Delivery of Portable Message Sign to Site 42 2) Message updating 43 3) Sign movement throughout construction 44 4) Return of the Portable Message Sign post -construction 1 3. Preparation of Traffic Control Plan Details: SUBSIDIARY WORK, NO SEPARATE PAY 2 a. Measufeme 3 1) r pro., sufe, en4 for- this T.o,.., be per- o e T- fa e , 4 b. Pelt 5 1) 6 shall be paid for- at the unit p e bid per- o 1, cc 7 prepare . 8 c. The pr4ee bid shall : elude. 9 1) 10 leflgff 11 2) A dhe fenee to City and Texas Mafrdal n Unif 12 !TT Rom) 13 3) Obtaining the sttffe and sea f a liee sed r 14 4) I*e .....efutio of City eeffffneat 15 1.3 REFERENCES 16 A. Reference Standards 17 1. Reference standards cited in this Specification refer to the current reference 18 standard published at the time of the latest revision date logged at the end of this 19 Specification, unless a date is specifically cited. 20 2. Texas Manual on Uniform Traffic Control Devices (TMUTCD). 21 3. Item 502, Barricades, Signs, and Traffic Handling of the Texas Department of 22 Transportation, Standard Specifications for Construction and Maintenance of 23 Highways, Streets, and Bridges. 24 1.4 ADMINISTRATIVE REQUIREMENTS 25 A. General 26 1. Contractor shall minimize lane closures and impact to vehicular/pedestrian traffic. 27 B. Coordination 28 1. Contact Traffic Services Division (817-392-7738) a minimum of 48 hours prior to 29 implementing Traffic Control within 500 feet of a traffic signal. CITY OF FORT WORTH 2O26 CONCRETE RESTORATION CONTRACT 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 106177 Revised March 22, 2021 3471 13 -3 TRAFFIC CONTROL Page 3 of 6 30 C. Sequencing 31 1. Any deviations to the Traffic Control Plan included in the Drawings must be first 32 approved by the City and design Engineer before implementation. 33 1.5 SUBMITTALS 34 A. Provide the City with a current list of qualified flaggers before beginning flagging 35 activities. Use only flaggers on the qualified list. 36 B. Obtain a Street Use Permit from the TPW Department's Transportation Division/TxDOT. 37 The Traffic Control Plan (TCP) for the Project shall be as detailed on the Traffic Control 38 Plan Detail sheets of the Drawing set. A copy of this Traffic Control Plan shall be 39 submitted with the Street Use Permit. 40 C. Traffic Control Plans shall be signed and sealed by a licensed Texas Professional 41 Engineer. 1 D. Contractor shall prepare Traffic Control Plans if required by the Drawings or 2 Specifications. The Contractor will be responsible for having a licensed Texas 3 Professional Engineer sign and seal the Traffic Control Plan sheets.A traffic control 4 "Typical" published by City of Fort Worth, the Texas Manual Unified Traffic Control 5 Devices (TMUTCD) or Texas Department of Transportation (TxDOT) can be used as 6 an alternative to preparing proj ect/site specific traffic control plan if the typical is 7 applicable to the specific project/site. 8 E. Lane closures 24 hours or longer shall require a site -specific traffic control plan. 9 F. Contractor responsible for having a licensed Texas Professional Engineer sign and seal 10 changes to the Traffic Control Plan(s) developed by the Design Engineer. 11 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 12 1.7 CLOSEOUT SUBMITTALS [NOT USED] 13 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 14 1.9 QUALITY ASSURANCE [NOT USED] 15 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 16 1.11 FIELD [SITE] CONDITIONS [NOT USED] 17 1.12 WARRANTY [NOT USED] 18 PART 2 - PRODUCTS 19 2.1 OWNER -FURNISHED [oR] OWNER -SUPPLIED PRODUCTS [NOT USED] 20 2.2 ASSEMBLIES AND MATERIALS 21 A. Description 22 1. Regulatory Requirements 23 a. Provide Traffic Control Devices that conform to details shown on the 24 Drawings, the TMUTCD, and TxDOT's Compliant Work Zone Traffic Control 25 Device List (CWZTCDL). 26 2. Materials 27 a. Traffic Control Devices must meet all reflectivity requirements included in the CITY OF FORT WORTH 2O26 CONCRETE RESTORATION CONTRACT 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 106177 Revised March 22, 2021 3471 13 -4 TRAFFIC CONTROL Page 4 of 6 28 TMUTCD and TxDOT Specifications — Item 502 at all times during 29 construction. 30 b. Electronic message boards shall be provided in accordance with the TMUTCD. 1 2.3 ACCESSORIES [NOT USED] 2 2.4 SOURCE QUALITY CONTROL [NOT USED] 3 PART 3 - EXECUTION 4 3.1 EXAMINATION [NOT USED] 5 3.2 PREPARATION 6 A. Protection of In -Place Conditions 7 1. Protect existing traffic signal equipment. 8 3.3 INSTALLATION 9 A. Follow the Traffic Control Plan (TCP) and install Traffic Control Devices as shown on 10 the Drawings and as directed. 11 B. Install Traffic Control Devices straight and plumb. 12 C. Do not make changes to the location of any device or implement any other changes to 13 the Traffic Control Plan without the approval of the Engineer. 14 1. Minor adjustments to meet field constructability and visibility are allowed. 15 D. Maintain Traffic Control Devices by taking corrective action as soon as possible. 16 1. Corrective action includes but is not limited to cleaning, replacing, straightening, 17 covering, or removing Devices. 18 2. Maintain the Devices such that they are properly positioned, spaced, and legible, 19 and that retroreflective characteristics meet requirements during darkness and rain. 20 E. If the Inspector discovers that the Contractor has failed to comply with applicable federal 21 and state laws (by failing to furnish the necessary flagmen, warning devices, barricades, 22 lights, signs, or other precautionary measures for the protection of persons or property), the 23 Inspector may order such additional precautionary measures be taken to protect persons 24 and property. 25 F. Subject to the approval of the Inspector, portions of this Project, which are not affected by 26 or in conflict with the proposed method of handling traffic or utility adjustments, can be 27 constructed during any phase. 28 G. Barricades and signs shall be placed in such a manner as to not interfere with the sight 29 distance of drivers entering the highway from driveways or side streets. 30 H. To facilitate shifting, barricades and signs used in lane closures or traffic staging may 31 be erected and mounted on portable supports. 32 1. The support design is subject to the approval of the Engineer. 33 I. Lane closures shall be in accordance with the approved Traffic Control Plans. 34 J. If at any time the existing traffic signals become inoperable as a result of construction 35 operations, the Contractor shall provide portable stop signs with 2 orange flags, as 36 approved by the Engineer, to be used for Traffic Control. CITY OF FORT WORTH 2O26 CONCRETE RESTORATION CONTRACT 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 106177 Revised March 22, 2021 3471 13 -5 TRAFFIC CONTROL Page 5 of 6 1 K. Contractor shall make arrangements for police assistance to direct traffic if traffic signal 2 turn-ons, street light pole installation, or other construction will be done during peak traffic 3 times (AM: 7 am — 9 am, PM: 4 pm - 6 pm). 4 L. Flaggers 5 1. Provide a Contractor representative who has been certified as a flagging instructor 6 through courses offered by the Texas Engineering Extension Service, the American 7 Traffic Safety Services Association, the National Safety Council, or other approved 8 organizations. 9 a. Provide the certificate indicating course completion when requested. 10 b. This representative is responsible for training and assuring that all flaggers are 11 qualified to perform flagging duties. 12 2. A qualified flagger must be independently certified by 1 of the organizations listed 13 above or trained by the Contractor's certified flagging instructor. 14 3. Flaggers must be courteous and able to effectively communicate with the public. 15 4. When directing traffic, flaggers must use standard attire, flags, signs, and signals 16 and follow the flagging procedures set forth in the TMUTCD. 17 5. Provide and maintain flaggers at such points and for such periods of time as may be 18 required to provide for the safety and convenience of public travel and Contractor's 19 personnel, and as shown on the Drawings or as directed by the Engineer. 20 a. These flaggers shall be located at each end of the lane closure. 21 M. Removal 22 1. Upon completion of Work, remove from the Site all barricades, signs, cones, lights 23 and other Traffic Control Devices used for work -zone traffic handling as soon as 24 practical in a timely manner, unless otherwise shown on the Drawings. 25 3.4 REPAIR / RESTORATION [NOT USED] 26 3.5 RE -INSTALLATION [NOT USED] 27 3.6 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 28 3.7 SYSTEM STARTUP [NOT USED] 29 3.8 ADJUSTING [NOT USED] 30 3.9 CLEANING [NOT USED] 31 3.10 CLOSEOUT ACTIVITIES [NOT USED] 32 3.11 PROTECTION [NOT USED] 33 3.12 MAINTENANCE [NOT USED] 34 3.13 ATTACHMENTS [NOT USED] 35 END OF SECTION W 37 CITY OF FORT WORTH 2O26 CONCRETE RESTORATION CONTRACT 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 106177 Revised March 22, 2021 3471 13 -6 TRAFFIC CONTROL Page 6 of 6 Revision Log DATE NAME SUMMARY OF CHANGE 11/22/13 S. Arnold Added police assistance, requirement for when a site specific TCP is required 1.4 A. Added language to emphasize minimizing of lane closures and impact to traffic. 3/22/2021 M Owen 1.5 Clarified submittal requirements 3.3 M. Clarified removal requirements CITY OF FORT WORTH 2O26 CONCRETE RESTORATION CONTRACT 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 106177 Revised March 22, 2021 99 99 00 ADDITIONAL SPECIFICATIONS Page 1 of 1 1 SECTION 99 99 00 2 ADDITIONAL SPECIFICATIONS 4 9999.1000 Irrigation Adjustment & Landscape Repair Allowance 5 This item establishes a contract allowance comparable to the final cost of making necessary 6 irrigation adjustment and landscape repairs required due to the project. An arbitrary allowance 7 amount has been placed in the proposal: however, this does not guarantee any payment for 8 irrigation adjustments or landscaping repair, nor does it confine irrigation adjustments or 9 landscape repairs to the amount shown in the proposal. It shall be the Contractor's responsibility 10 to provide the services of a licensed irrigator to make the irrigation adjustments determined 11 necessary by the City. No payment will be made for irrigation or landscape repairs except those 12 adjustments determined by the City. Should the Contractor damage irrigation line or landscape 13 due to his negligence, where such lines or landscapes would not have required adjustment or 14 repair otherwise, the damage shall be repaired and adjusted by the Contractor at the Contractor's 15 expense. The payment to the Contractor for irrigation adjustments and/or landscape repair shall 16 be the actual cost of the adjustments/repairs plus ten percent (10%) to cover the cost of bond and 17 overhead incurred by the Contractor in handling the adjustments/repairs. 18 19 9999.1003 Construction Allowance 20 21 1. Summary 22 The Construction Allowances shall be available to the City to direct the 23 Contractor to perform additional work items relevant to the successful 24 completion of the project, but which are not identified on the plans or covered in 25 the specifications due to unforeseen circumstances. Arbitrary allowance amounts 26 have been placed in the Proposal, this item will not be paid to the contractor 27 unless a field order is issued. Unanticipated project changes are not limited to 28 the value of this item. Contract changes above this amount described by this 29 allowance may be processed through a change order 30 2. Price and Payment Procedures 31 a. Measurement and Payment 32 i. Measurement for additional work covered by the respective Construction 33 Allowances shall be negotiated between the City and the Contractor per 34 each item, or group of items if multiple related items are encountered. 35 b. Payment 36 i. The work performed and material furnished in accordance with this Item 37 shall be paid for as a measured per negotiated item or group of items, at 38 unit price(s) negotiated between the City and the Contractor. 39 ii. The price shall include: 40 1. All necessary Materials and work to accomplish the additional 41 work item's objective 42 2. Clean-up 43 3. Restoration 44 45 46 47 END OF SECTION CITY OF FORT WORTH 2O26 Concrete Restoration Contract 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106177 2024 Specifications 250 Item 250 Geogrid Base Reinforcement 1. DESCRIPTION o Texas Department o/ Transportation Use geogrid to reinforce flexible base placed on embankment material. Geogrid consists of a synthetic planar structure formed by a regular network of integrally connected polymeric tensile elements with apertures designed to interlock with the base and the underlying material. 2. MATERIALS Furnish geogrid of the type shown on the plans meeting the requirements of DMS-6240, "Geogrid for Base/Embankment Reinforcement." When directed, randomly select a roll from those delivered to the project and sample a piece of geogrid from the roll in accordance with Tex-735-I. Do not sample from an area of the roll that is damaged or distorted. The Engineer must witness the sampling. The Materials and Tests Division (MTD) will test the geogrid sample to determine whether it meets the material requirements of DMS-6240. When test results fail to meet any of the minimum requirements, the Engineer may reject the roll and may randomly select an additional roll to sample and test. If the additional sample fails to meet any of the material requirements, the Engineer may reject the entire quantity of rolls represented by the samples tested. 2.1. Packaging. Package geogrid in rolls of the length and width shown on the plans or as approved. Package each roll in one continuous piece in a suitable sheath, wrapper, or container to protect the geogrid from damage due to ultraviolet light, moisture, storage, and handling. 2.2. Identification. Identify each roll with a tag or label securely affixed to the outside of one end of the roll. List the following information on the label: ■ manufacturer's roll number, ■ manufacturer's lot or control number, ■ name of manufacturer and supplier, ■ style or catalog description of product, and ■ roll width and length. 3. CONSTRUCTION Install geogrid in accordance with the lines and grades as shown on the plans. Do not operate tracked construction equipment on the geogrid until a minimum cover of 6 in. of flexible base backfill material is placed on the geogrid. Install the geogrid to avoid any deformation or damage to the underlying, compacted material below the geogrid. When the underlying, compacted material below the geogrid is damaged during installation, correct all areas to the satisfaction of the Engineer. 3.1. Geogrid Placement. Orient the geogrid length as unrolled parallel to the direction of roadway. Overlap geogrid sections as shown on the plans or as directed. Use plastic zip -ties at overlap joints or as directed. When placing geogrid around corners, cutting and diagonal lapping may be required. Pin geogrid at the beginning of the backfill section as directed. Keep the geogrid taut and flat throughout backfilling, but not restrained from stretching or flattening. Use a track loader to place the flexible base material by cascading it onto the geogrid to a minimum depth of 6 in. Spread, shape, and use ordinary compaction to compact the flexible base material into a uniform layer. Avoid direct contact by equipment with the geogrid. When approved, rubber -tired equipment may be operated directly on the geogrid. When approved, operate the rubber -tired equipment at a maximum of or, 2024 Specifications 250 5 mph, do not turn tires on the geogrid, do not make sudden stops and starts on the geogrid, and do not distort the geogrid to create excessive deformation waves. Correct areas with distorted and excessive deformation waves to the satisfaction of the Engineer. When directed by the Engineer, adjust the geogrid installation and construction methods to minimize any distortion and deformation waves. 3.1.1. Longitudinal Joints. Overlap longitudinal joints by a minimum of 1 ft. Space longitudinal zip -ties 10-20 ft. or as directed. 3.1.2. Transverse Joints. Overlap transverse joints by a minimum of 1 ft. Space transverse zip -ties 4-5 ft. or as directed. 3.2. Damage Repair. Remove and replace Contractor -damaged or excessively deformed areas as directed at no additional cost to the Department. Lap repair areas a minimum of 3 ft. in all directions. Tie each side of repair grid in at least three locations, but do not exceed normal construction spacing. The tie spacing for odd shapes will be as directed. Repair excessively deformed materials underlying the grid as directed. 4. MEASUREMENT Geogrid base reinforcement will be measured by the square yard of roadway placement as shown on the plans with no allowance for overlapping at transverse and longitudinal joints. 5. PAYMENT The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit bid price for "Geogrid Base Reinforcement' of the type specified. This price is full compensation for furnishing, preparing, hauling, and placing materials, including labor, materials, freight, tools, equipment, and incidentals. 2-2 APPENDIX GG 4.01 Availability of Lands GC-4.02 Subsurface and Physical Conditions GC-6.06.D Small Business Compliance GC-6.07 Wage Rates GN-0.0 General Notes GP-0.0 Project Location and Exhibit GS-0.0 Standard Construction Details CITY OF FORT WORTH 2O26 CONCRETE RESTORATION CONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1 CITY PROJECT NO. 106177 Revised September 1, 2025 GC-4.02 Subsurface and Physical Conditions THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH 2O26 CONCRETE RESTORATION CONTRACT 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 106177 Revised September 1, 2025 C ECS SOUTHWEST, LLP Geotechnical - Construction 1Vlaterials • Environmental . Facilities Laboratory Test Results for Concrete Restoration 2026 Project: CPN# 106177 Date Tested: 05/22/2025 to 05/27/2025 Requested by PM: Stephen Overton "One Firm. One Mission-" This report presents the results of Concrete Restoration project for the City of Fort Worth. Benjamin Bills and Karson Landcaster performed these tests, and subgrade lab tests. Chris Alexander reviewed and approved the results. Riverbend Dr. (ST Hwy 183 to Riverpark Dr.) HOLE # 1 LOCATION: 3100 Riverbend Dr. 7.75" Concrete 9.5" Brown, Sandy Lean Clay Total Depth — 16.25" ATTERBERG LIMITS: LL: 47 PL: 21 PI: 26 LIME STABILIZED HOLE # 2 LOCATION: 3323 Riverbend Dr. 7.125" Concrete 8.375" Dark Brown, Fat Clay with Sand Total Depth — 15.50" ATTERBERG LIMITS: LL: 61 PL: 27 PI: 34 HOLE # 3 LOCATION: 3500 Riverbend Dr. 16.75" Concrete 2.00" Reddish Clayey Sand Total Depth — 18.75" ATTERBERG LIMITS: LL: 34 PL: 16 PI: 18 2621 White Settlement Road, Fort Worth, TX 76107 • T 682-350-2250 www.ecslimited.com ECS Florida, LLC • ECS Mid -Atlantic, LLC • ECS Midwest, LLC - ECS Southeast, LLP • ECS Southwest, LLP TX Registered Eng,neenng Firm F-6451 Page 1 of 4 C ECS SOUTHWEST, LLP Geotechnical - Construction Materials • Environmental ■ Facilities Hitson Lane Ek (Acapulco Rd. to Meadowbrook Dr.) HOLE # 4 LOCATION: 2400 Hitson Ln. 6.00" Concrete 11.25" Brown, Lean Clay with Sand and Gravel Total Depth — 17.25" ATTERBERG LIMITS: LL: 34 PL: 20 PI: 14 LIME STABILIZED HOLE # 5 LOCATION: 2316 Hitson Ln. 6.25" Concrete 8.75" Reddish, Clayey Sand Total Depth — 15.00" ATTERBERG LIMITS: LL: 39 PL: 19 PI: 20 LIME STABILIZED HOLE # 6 LOCATION: 300' N of 2316 Hitson Ln. 6.25" Concrete 10" Brown, Lean Clay with Sand and Gravel Total Depth — 16.25" ATTERBERG LIMITS: LL: 46 PL: 26 PI: 20 LIME STABILIZED Campus Dr. (Oak Grove Rd. to SE. Loop 820) HOLE # 7 LOCATION: In front of SamsClub.com Facility 7.75" Concrete 12.25" Brown, Lean Clay with Sand and Gravel Total Depth—19.00" ATTERBERG LIMITS: LL: 58 PL: 30 PI: 28 HOLE # 8 LOCATION: 50' S of Eastbound SE Loop 820 7.25" Concrete 8.75" Tan/Brown, Fat Clay with Sand and Gravel Total Depth — 16.00" ATTERBURG LIMITS: LL: 68 PL: 29 PI: 39 "One Firm. One Mission-" 2621 White Settlement Road, Fort Worth, TX 76107 • T 682-350-2250 www.ecslimited.com ECS Florida, LLC • ECS Mid -Atlantic, LLC • ECS Midwest, LLC * ECS Southeast, LLP • ECS Southwest, LLP TX Registered Eng,neenng Firm F-6451 Page 2 of 4 E ECS SOUTHWEST, LLP Geotechnical • Construction Materials • Environmental ■ Facilities "One Firm. One Mission-" HOLE # 9 LOCATION: 5501 Campus Dr. 7" Concrete 8.5" Tan/Light Brown, Fat Clay with Sand and Gravel Total Depth—15.50" ATTERBERG LIMITS: LL: 61 PL: 26 PI: 35 LIME STABILIZED HOLE # 10 LOCATION: 300' S of 5501 Campus Dr. 7.00" Concrete 8.50" Brown, Fat Clay with Sand and Gravel Total Depth—15.50" ATTERBERG LIMITS: LL: 66 PL: 26 PI: 40 LIME STABILIZED HOLE # 11 LOCATION: 5901 Campus Dr 8.00" Concrete 9.00" Brown, Fat Clay with Sand Total Depth — 17.00" ATTERBERG LIMITS: LL: 55 PL: 23 PI: 32 LIME STABILIZED HOLE # 12 LOCATION: 6037 Campus Dr 6.75" Concrete 5.25" HMAC 16.00" Brown, Fat Clay with Sand Total Depth — 28.00" ATTERBERG LIMITS: LL: 65 PL: 27 PI: 38 LIME STABILIZED HOLE # 13 LOCATION: Oak Grove Rd. and Campus Dr. 7.50" Concrete 5.00" HMAC 9.25" Brown, Fat Clay with Sand Total Depth — 21.75" ATTERBERG LIMITS: LL: 57 PL: 23 PI: 34 LIME STABILIZED 2621 White Settlement Road, Fort Worth, TX 76107 • T 682-350-2250 www.ecslimited.com ECS Florida, LLC • ECS Mid -Atlantic, LLC • ECS Midwest, LLC - ECS Southeast, LLP • ECS Southwest, LLP TX Registered Eng,neenng Firm F-6451 Page 3 of 4 C ECS SOUTHWEST, LLP Geotechnical • Construction Materials ► Environmental ■ Facilities HOLE # 14 LOCATION: 50' S of RR on Campus Dr. 7.00" Concrete 3.75" HMAC 5.00" Brown, Fat Clay with Sand and Gravel Total Depth—15.75" ATTERBERG LIMITS: LL: 71 PL: 25 PI: 46 LIME STABILIZED HOLE # 15 LOCATION: 50' N of RR on Campus Dr. 6.00" Concrete 4.75" HMAC 5.50" Dark Brown, Fat Clay with Sand Total Depth—16.25" ATTERBERG LIMITS: LL: 74 PL: 29 PI: 45 LIME STABILIZED "One Firm. One Mission-" 2621 White Settlement Road, Fort Worth, TX 76107 • T 682-350-2250 www.ecslimited.com ECS Florida, LLC • ECS Mid -Atlantic, LLC • ECS Midwest, LLC - ECS Southeast, LLP • ECS Southwest, LLP TX Registered Eng,neenng Firm F-6451 Page 4 of 4 TX Registered Firm # F-8461 ECS Southwest, LLP 2621 White Settlement Road EC Fort Worth, TX 76107 T 682.350.2250 F 817.847.8616 May 29, 2025 City of Fort Worth Fort Worth, TX 76102 ATTN: Stephen Overton, PMP, RSO CC ENCL: Field Report # 1 5/22/2025 Coring 7Dy IAA2__ Timothy Tarbutton Subsidiary Regional Manager LETTER OF TRANSMITTAL RE: CPN 106177 Concrete Restoration 2026 (Fort Worth, TX) ECS Job # 63:2220 Permits: Location: 395 Purcey St. Fort Worth, TX 76102 Christopher T. Alexander CMT Staff Professional Disclaimer 1. This report (and any attachments) shall not be reproduced except in full without prior written approval of ECS. 2. The information in this report relates only to the activities performed on the report date. 3. Where appropriate, this report includes statements as to compliance with applicable project drawings, and specifications for the activities, performed on this report date. 4. Incomplete or non -conforming work will be reported for future resolution. 5. The results of samples and/or specimens obtained or prepared for subsequent laboratory testing will be presented in separate reports/documents. Transmittal Page 1/10 1000.1 TX Registered Engineering Firm # F-8461 ECS Southwest, LLP 2621 White Settlement Road EC Fort Worth, TX 76107 T 682.350.2250 F 817.847.8616 Project CPN 106177 Concrete Restoration 2026 (Fort Location Fort Worth, TX Client City of Fort Worth Contractor None Listed Remarks Coring Trip Charges* 45.00 Tolls/Parking Mileage* Chargeable Items FIELD REPORT Project No. 63:2220 Report No. 1 Day & Date Thursday 5/22/2025 Weather 87 */ Sunny On -Site Time 0.00 Lab Time 0.00 Travel Time* 0.00 Total 0.00 Re Obs Time 0.00 Time of Arrival Departure 7:OOA 7:OOA * Travel time and mileage will be billed in accordance with the contract. Summary of Services Performed (field test data, locations, elevations & depths are estimates) & Individuals Contacted. Arrived at location for the tasks of coring, soil classification, and depth recording of each material found. 1.) 33 39 47 N 97 17 45 W Core: 7.75" Soil 1: 6.25" (+) Soil 2: 6" (+) T.D.: 2 0 " 2.) 32 42 10 N 97 25 13 W Core: 7.75" Soil 1: 9.5" (+) T.D.: 17" 3.) 32 42 10 N 97 25 28 W Core: 7.125" Soil 1: 8.375" (+) By Benjamin W Bills :. We Transmittal Page 2/10 T.D.: 15.5" 4.) 32 42 04 N 97 25 42 W Core: 16.75" Soil 1: 2" (+) T.D.: 18.75" 5.) 32 44 37 N 97 11 39 W Core: 6" Soil 1: 6.25" (+) Soil 2: 5" (-) T.D.: 17.25" 6.) 32 44 39 N 97 11 39 W Core: 6.25" Soil 1: 8.75" (+) T.D.: 15" 7.) 32 44 40 N 97 11 39 W Core: 6.25" Soil 1: 10" (+) T.D.: 16.25" By Benjamin W Bills Transmittal Page 3/10 5/27/25, 2:17 PM 32°39'47.0"N 97°17'45.0"W - Google Maps BENJAMIN BILLS 2220 5/22/25 CORING/SOIL CLASSIFICATION Go gle Maps 3209'47.0"N 97017'45.0"W Flawless Auto Detailing"- c o 0 a Roma Ln Escapade 2001' w Q Fort Worth _ Glasgow Rd Glasgow Rd Glasgow Rd� o a Highland Hills Park Rolling Hills Water 7reatmunt Dublin or a N a {(y a` Blue Hou,1�1� se mGat�� ya�el Letghz Ln v _ ° od Engblad Dr Oak GrvRdN Limerick or L_J Lowe Rental In 32039'47.0"N 97017'45.0"W 32.663056, -97.295833 0 O O Directions Save Nearby Send to Share phone • MP73+6MF Fort Worth, Texas Live traffic Fast lllll M S/ow Go gle Med Map data ©2025 500 ft , 1 Transmittal Page 4/10 https://www.goog le.com/maps/place/32o39'47.0"N+97o 17'45.0"W/@32.6603666,-97.3025612,16z/data=!4m4!3m3!8m2! 3d 32.6630556!4d-97.2958333! ... 1 /2 5/27/25, 2:17 PM 32°39'47.0"N 97°17'45.0"W - Google Maps Transmittal Page 5/10 https://www.goog le.com/maps/place/32o39'47.0"N+97o 17'45.0"W/@32.6603666,-97.3025612,16z/data=!4m4!3m3!8m2! 3d 32.6630556!4d-97.2958333! ... 2/2 5/27/25, 2:20 PM 32°42'10.0"N 97°25'13.0"W - Google Maps Go gle Maps 3204210.0"N 9705'13.0"W .A Ridglea Hills ' cumtevland Rd Jti�� 0.` �� °gig — Apar - Elementary school F, a o� a Ridglea Hills Park A 0 Ridglea Hills Park Tennis Court a ¢`�A@�a +L ¢Qs��c Q River Bend Villas y7 P ¢ Texas Bug Slayers 0 F�aa Waime Price Youar e ! - enGne- ecnATM 44 ca�c o Riverhend8lvd jpr Wild Azalea Ave �c C r �. Q Murphy USA ��a c $ 4 gcd Riverwe6d9r Rinerv:oadflr .� Sa9 e�� b � S �Y�11� P 61. San Rocendo St F -Q Lurkyi35alon tone GlrN A 3 R{veroad Ct ` Q The Lodge at River Park in .. �,... de �.. Q A Kinetic Chain , Rlvettat+` m c WestmounC at River Park Q �_ aa° R,�� Coo die 4° rSeT¢t'S A,/� m Ava na River Park 4�ia�o �ykf e+rdr \tiP� . y a Map data ©2025 Google 200 ft BE�JJ CAI AMIN BILLS 2220 5/22/25 NG/SOIL CLASSIFICATION 32042'10.0"N 97025'13.0"W 32.702778,-97.420278 0 O O Directions Save Nearby Send to Share phone • PH3H+4V9 Fort Worth, Texas Transmittal Page 6/10 https://www.google.com/maps/place/32o42'1 0.0"N+97'25'13.0"W/@32.7029034,-97.4224477,17z/data=!4m4!3m3!8m2! 3d 32.7027778!4d-97.4202778... 1 /2 5/27/25, 2:20 PM 32°42'10.0"N 97°25'13.0"W - Google Maps Transmittal Page 7/10 https://www.google.com/maps/place/32°42'10.0"N+97°25'13.0"W/@32.7029034,-97.4224477,17z/data=!4m4!3m3!8m2!3d32.7027778!4d-97.4202778... 2/2 5/27/25, 2:40 PM Google Maps o gle Flaps -..._.._... soy w,:. Walmar[3419 yp. Rni eYvur D-ice Online - exA7M �r ¢yd¢ Treehaven Rd Treeha �fi ro ry r a moo' Pincn 51 a •% o Murphy USA Pryterian ch esb Presbyterian �%*A a �; L �. Q• oyyF wycliffst wyerffst r m G 0. Lucky 13 Salon LirN aati�tane Q.. � � w a a- ��+d Rive3Ce�gB`�a 1 0 Supreme Duct Ceasing Sid �1�Kec1 ys V6"' r"tcng Avana AA m River Park 0 GverhiilRd y a. t 1 e-ia El Camino Real gaWe Creek Rd4 {iiverPark H Vickery Blvd w Vickery Blvd w Vic,., d, O R v � 1 i�a U-Stor Self Storage P� r1°., s ista{elless fab -. 4 8enbrook,TX Cep ¢� PI F �j Q {� I o ea 4rl9c F�attS �o rz ?P Map data 9)2025 Google 200 ft r r BENJAMIN BILLS 2220 5/22/25 CORING/SOIL CLASSIFICATION Transmittal Page 8/10 https://www.google.com/maps/@32.7011156,-97.4309082,17z?entry=ttu&g_ep=EgoyMDIl MDUyMS4wlKXMDSoASAFQAw%3D%3D 1/1 5/27/25, 2:19 PM o gle Maps y Q°6"'41oed In y Meadowhrook or Hightower St St. Paislos O. Mission Outreach Norma St N W C (J C 9 V u, Greater New Hope 0 Church ob God In Christ N Sandy Lane tri Baptist Church V_ I v Meadowerest Or Google Maps a rot°" $ Meadowbrock Or Meadoibroek Or � Mead°� Meadowhmok Or Meadowdroak DF 7 .� 6 C ST. ME.- UNIT ® WMDTractori AcaPpleand UNITED... Trailer Repairs � _At4pulco Rd f/.a� Pick JUNK _ V Piek up Services Services Bermejo Rd Bermejo Rd Bermejo Rd Berme a Rd Castillo Rd Castillo Rd c Castillo Rd Castillo Rd Porb Ave Perlman Ave Go g a Portman Ave Portman Meadowerest Or BENJAMIN BILLS 2220 5/22/25 CORING/SOIL CLASSIFICATION Transmittal Page 9/10 https://www.google.com/maps/@32.7433113,-97.1944167,17z?entry=ttu&g_ep=EgoyMDIl MDUyMS4wlKXMDSoASAFQAw%3D%3D 1/1 Attachments 0 Depth Measurement Figure 1 we Soil Figure 2 Transmittal Page 10/10 TX Registered Firm # F-8461 ECS Southwest, LLP 2621 White Settlement Road EC Fort Worth, TX 76107 T 682.350.2250 F 817.847.8616 May 29, 2025 City of Fort Worth Fort Worth, TX 76102 ATTN: Stephen Overton, PMP, RSO CC ENCL: Field Report # 4 5/23/2025 Coring Timothy Tarbutton Subsidiary Regional Manager LETTER OF TRANSMITTAL RE: CPN 106177 Concrete Restoration 2026 (Fort Worth, TX) ECS Job # 63:2220 Permits: Location: 395 Purcey St. Fort Worth, TX 76102 Christopher T. Alexander CMT Staff Professional Disclaimer 1. This report (and any attachments) shall not be reproduced except in full without prior written approval of ECS. 2. The information in this report relates only to the activities performed on the report date. 3. Where appropriate, this report includes statements as to compliance with applicable project drawings, and specifications for the activities, performed on this report date. 4. Incomplete or non -conforming work will be reported for future resolution. 5. The results of samples and/or specimens obtained or prepared for subsequent laboratory testing will be presented in separate reports/documents. Transmittal Page 1/6 1000.1 TX Registered Engineering Firm # F-8461 ECS Southwest, LLP 2621 White Settlement Road FIELD REPORT EC Fort Worth, TX 76107 T 682.350.2250 F 817.847.8616 Project No. 63:2220 Report No. 4 Day & Date Friday 5/23/2025 Project CPN 106177 Concrete Restoration 2026 (Fort Weather 81 */ Sunny Location Fort Worth, TX On -Site Time 0.00 Client City of Fort Worth Lab Time 0.00Travel Time* 0.00 Contractor None Listed Total 0.00 Re Obs Time 0.00 Remarks Coring Trip Charges* 45.00 Tolls/Parking Mileage* Time of Arrival Departure Chargeable Items 7:OOA 7:OOA * Travel time and mileage will be billed in accordance with the contract. Summary of Services Performed (field test data, locations, elevations & depths are estimates) & Individuals Contacted. Continuation of coring, soil classification, and material depth checking. Below are the locations completed for today, with provided addresses and depths. All locations backfilled with grout and black top repair correctly. The + and - identifying test result after phenolphthalein drops. 8.) 32 44 42 N 97 11 39 W Core: 6.75" Soil 1: 10" (+) Soil 2: 6.25" (-) IIM9>11MIS3Y 9.) 32 44 43 N 97 11 39 W Core: 6.5" Soil 1: 9.5" (+) Soil 2: 5.5" (-) T.D.: 21.5" 10.) 32 39 43 N 97 17 46 W By Benjamin W Bills :. We Transmittal Page 216 Core: 7.25" Soil 1: 8.75" (+) T.D.: 16" 11.) 32 39 38 N 97 17 50 W Core: 7" Soil 1: 8.5" (+) T. D.: 15.5" 12.) 32 39 33 N 97 17 51 W Core: 8" Soil 1: 9" (+) T.D.: 17" By Benjamin W Bills fI1 Transmittal Page 3/6 5/27/25, 2:19 PM Google Maps o gle Maps — 13' y Meadowbrook or Meadowbrock or Meadowhroek or Me'���rotoV Meadowhreok Dr Meadowbrcok DT a, xy Qo6"'hoed In y � 8 Hightower St C ST. MATTHEW © UNITED... WMDTractoU AoeRGPeo:Rtl Trailer Repairs _Atapulca-Rd .� / `DFW JUNK .and Trash St. Paislos O: _ V Pick up Services Mission Outreach /\ Normaa SSt ■``_/A/■ N v c u Bermeja Rd Bermejo Rd Berrnejo Rd Berme c Rd i c N r Castillo Rd Castillo Rd Castillo Rd Castillo Rd Greater New Hope 0 I 4 .- Church at God In Christ . in Sandy Lane tri Portr in Ave Perlman Ave �I a Portman Ave Portman Baptist Church V_ I Meadowerestor Meadowerestor v BENJAMIN BILLS 2220 5/23/25 CORING/SOIL CLASSIFICATION Transmittal Page 4/6 https://www.google.com/maps/@32.7433113,-97.1944167,17z?entry=ttu&g_ep=EgoyMDIl MDUyMS4wIKXMDSoASAFQAw%3D%3D 1/1 5/28/25, 8:32 AM Google Maps o gle Maps X oublln-Dr gd o d n` �'� Blue.House oeG9c4HaBel Leigh Ln 1 � I x e o S Engb4a1r u° �a�" Oa k 6ry Rd N Fa L irnerick or 4 ATM Q 3oratorles 0 Insight 0 * Lowe Rental Inc -o 12 46 Park 0 k E Altamesa Blvd A.• —esa Blvd Altamesa Blvd 66-gle m Core -Mark Q o �10 E Altama sa Blvd Map data ©2025 500 ft BENJAMIN BILLS 2220 5/23/25 CORING/SOIL CLASSIFICATION Transmittal Page 5/6 https://www.google.com/maps/@32.657368,-97.3041189,16z?entry=ttu&g_ep=EgoyMD11 MDUyMS4wlKXMDSoASAFQAw%3D%3D 1/1 Attachments Coring Figure 1 Soil Classification Figure 2 C Transmittal Page 6/6 TX Registered Firm # F-8461 ECS Southwest, LLP 2621 White Settlement Road EC Fort Worth, TX 76107 T 682.350.2250 F 817.847.8616 May 29, 2025 City of Fort Worth Fort Worth, TX 76102 ATTN: Stephen Overton, PMP, RSO CC ENCL: Field Report # 5 5/27/2025 Coring Timothy Tarbutton Subsidiary Regional Manager LETTER OF TRANSMITTAL RE: CPN 106177 Concrete Restoration 2026 (Fort Worth, TX) ECS Job # 63:2220 Permits: Location: 395 Purcey St. Fort Worth, TX 76102 Christopher T. Alexander CMT Staff Professional Disclaimer 1. This report (and any attachments) shall not be reproduced except in full without prior written approval of ECS. 2. The information in this report relates only to the activities performed on the report date. 3. Where appropriate, this report includes statements as to compliance with applicable project drawings, and specifications for the activities, performed on this report date. 4. Incomplete or non -conforming work will be reported for future resolution. 5. The results of samples and/or specimens obtained or prepared for subsequent laboratory testing will be presented in separate reports/documents. Transmittal Page 117 1000.1 TX Registered Engineering Firm # F-8461 ECS Southwest, LLP 2621 White Settlement Road EC Fort Worth, TX 76107 T 682.350.2250 F 817.847.8616 Project CPN 106177 Concrete Restoration 2026 (Fort Location Fort Worth, TX Client City of Fort Worth Contractor None Listed Remarks Coring Trip Charges* 45.00 Chargeable Items Tolls/Parking* Mileage* FIELD REPORT Project No. 63:2220 Report No. 5 Day & Date Tuesday 5/27/2025 Weather 88 */ Sunny On -Site Time 4.00 Lab Time 0.77 Travel Time* 0.70 Total 5.47 Re Obs Time 0.00 Time of Arrival Departure 9:15A 1:15P * Travel time and mileage will be billed in accordance with the contract. Summary of Services Performed (field test data, locations, elevations & depths are estimates) & Individuals Contacted. Arrived on location for the continuation of coring/ soil classification/ material depth measurement, the + and - refer to phenylethylene positive or negative. 13.) 32 39 30 N 97 17 56 W Con.: 6.75" Asph.: 5.25" Soil 1: 16" (+) T.D.: 28" 14.)323926N971801 W Con.: 7.5" Asph.: 5" Soil 1: 9.25" (+) T.D.: 21.75" 15.) 32 39 22 N 97 18 07 W Con.: 7" By Benjamin W Bills eeI Transmittal Page 217 Asph.: 3.75" T.D.: 22.25" 16.)323951 N971740W Asph.: 19.5" T. D.: 19.5" (On this location went full bit depth with no soil reached/not near drain or overpass) By Benjamin W Bills Transmittal Page 317 5/28/25, 8:32 AM o gle Maps Google Maps Dublin -Dr % 4-d o a 9 ra � do- : n` Blue.House 0 oeG9c4�' Hy 1 Lelgh Ln w 0 c c OS Engb Dr e = u Oar Oak Gry RdN I, irnerick Dr ATM°l 1 5 3oratarles •./ Lowe Rental Inc o EAltam saBlvd .• —esa Blvd A 66-gle m Core -Mark Q o Insight 4\\ /� 14 46 Park 0 Altamesa Blvd EAltanresa Blvd BENJAMIN BILLS 2220 5/27/25 CORING/SOIL CLASSIFICATION Transmittal Page 4/7 https://www.google.com/maps/@32.657368,-97.3041189,16z?entry=ttu&g_ep=EgoyMD11 MDUyMS4wlKXMDSoASAFQAw%3D%3D 1/1 5/27/25, 2:17 PM 32°39'47.0"N 97°17'45.0"W - Google Maps Go gle Maps 32039'47.0"N 97017'45.0"W -P Flawless ALAG Detailing Ro �l�cti a � dYa� o E aRoma Ln Escapade 2001 A Fort Worth Glasgow Rd Glasgow Rd Glasgow Rd� o a Highland Hills Park DUbfiR or F J - �e N a a` Blue Hou,11v se mGaAsa ya�Pl Letgzh Ln v _ o a hook Enghlad Dr x Oak Gry Rd L imerick or Rolling Hills Q r Treatment \16 a �n ignt 4 Lowe Rental 1.10 Go gle JI/s Map data ©2025 500 ft OL-14%.Y-MVIIIN DILLO 2220 5/27/25 CdRING/SOIL CLASSIFICATION ji, 32039'47.0"N 97017'45.0"W 32.663056,-97.295833 O O Directions Save Nearby Send to phone • MP73+6MF Fort Worth, Texas Live traffic O Share Fast MMS/ow Transmittal Page 5/7 https://www.goog le.com/maps/place/32o39'47.0"N+97o 17'45.0"W/@32.6603666,-97.3025612,16z/data=!4m4!3m3!8m2! 3d 32.6630556!4d-97.2958333! ... 1 /2 5/27/25, 2:17 PM 32°39'47.0"N 97°17'45.0"W - Google Maps Transmittal Page 6/7 https://www.goog le.com/maps/place/32o39'47.0"N+97o 17'45.0"W/@32.6603666,-97.3025612,16z/data=!4m4!3m3!8m2! 3d 32.6630556!4d-97.2958333! ... 2/2 Attachments Depth Measurement Figure 1 Phenylthaleine Positive Figure 2 GC; Transmittal Page 7/7 GC-6.06 D — Small Business Utilization Form THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH 2O26 CONCRETE RESTORATION CONTRACT 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 106177 Revised September 1, 2025 t�G C E E O H O V i O � p m � G m ❑ 0 W y y m � = 0 W = o IJi � E W V W m y C) U co c L cn j.41 -i c — c ❑ ti E : u 4-() co W Z H J Y a)Al v ® w w o v OC W m V ffi 41 C W Q W Z Q V O C Q U) i L. O 49 UD 0>.Z Z cam cr- m to Z CC a I-- V H V w �— 0 0 0 y 0 0 U ;F c W W d W W a �C y cc °�acooUU am0a V ai � o a) L LO U m o 0 0 �Z, tw Co fn N •- M U o O C C O Q Y co c a) E v) v) () to C C •3 m O o c F= o c a) o t as +J L m Y Y a'' c � O � E a) o a) � Y cu i O U co ,, 0 C 4- O a) o C C 0 O Q U a) a) N ha N CS C O ° Q. a) ° O O o � L i m ° LL QC) ° C � U i Y O •a r+ a) 0 ° o 0 0 o '+= 0 0 � 0 a) C N O Y co a) E t a3 a) U a7 a N NZ m U a) C U) Y E ch a) m c ° m co -Y E m cn a as 0 () C U) 0 � >m u7 j O +, 0 a) c 3 � m U) O o p X a) 0 'O O o o (n Y 0 0 cYo � o a) a, o m O m C ID C E O E O 0 0 a) E Q c U cm a) p[ Q N Z C) s aa)) s Y Q co N C U 0 C) ', U) Co p Q U a) 4_ �> Co � E U " a) � 4• U � O c 0 ca cn U U Co C 0 N N O ~ E E 0 i Y U) a)N co U p 0 a ° Z a m � CO co .o E U N C a) Q = O M C (n 1 0 co i ° a5 a) o E U r ci a) o a) 0 ca U � p W O a) a) C O 0 c 0 0 U U Y a3 Y Q) U N O C 7 m .0 cu E to a) N Q (D Q U O >, O O 0 � U N C) N OD rn U r 4- 0 N b�0 N 0- o 0 v M � m 3 d O o "- U C a 2 .c O N p m N U N N C w w o N � E am w U -a -a m t °� 3 O o m U O O C O `- O E O `O � U v 6 = E +J (D >, 0 a Q twCL aO+ O C CD O +' U 1U6 N O U U U C i i N O O f0 U N bA 4+ C +�+ C O O U o un `O V a) N Q Y -2 Y. L cn 3 0 o 41 m V U N �>' .0 E 'a E a` O 0 co E ° C U E m U 4- a) Z 0 N a) � c ti :E C a U cai :.: Q U 0 u0io Q ¢ 0 U U) ~O o s U m p p U m ccc m Z F- cRi � Z 3: 0 !x- (� U Q ❑ ❑ ❑ V V ❑ ❑ ❑ ❑ W L Q d M 1PLU CL d p p LU o ui CP > a c-b a W S W IL Z a N 0. CL CO) W a N W 2 > .� y V O O O ~ Z fA O oC O d p ~ Z 0 O fn LL O N y O V V1 'O a� } z a a i7 V Q f Q aU } z a) CL _U Q g Q Z 44 c� 14 J U. t� ' w W ,� c W J uyaa� � U) a W c at cc 0 E o H ¢G 0 E o i a V N a Z V Z a d W y tl W L y G r W M ~ = (D i i y +O+ z U m Q a w V z V m -4 a t a E W o 0 LO N O N 00 rn N N Small Business Enterprise (SBE) NTRR R&A Legacy Construction LLC R&A Legacy Construction LLC has filed with the Agency an Affidavit as defined by NCTRCA Small Business Enterprise (SBE) Policies & Procedures and is hereby certified to provide service(s) in the following areas: NAICS 237310: CONCRETE PAVING (I.E., HIGHWAY, ROAD, STREET, PUBLIC SIDEWALK) NAICS 238110: POURED CONCRETE FOUNDATION AND STRUCTURE CONTRACTORS This Certification commences March 24, 2025 and supersedes any registration or listing previously issued. This certification must be updated every two years by submission of an Annual Update Affidavit. At any time there is a change in ownership, control of the firm or operation, notification must be made immediately to the North Central Texas Regional Certification Agency for eligibility evaluation. Certification Expiration: March 31, 2027 Issued Date: March 24, 2025 CERTIFICATION NO. HMSB75027N0327 (� ;4� "IX "k--j Certification Administrator GC-6.07 Wage Rates THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH 2O26 CONCRETE RESTORATION CONTRACT 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 106177 Revised September 1, 2025 2013 PREVAILING WAGE RATES (Heavy and Highway Construction Projects) CLASSIFICATION DESCRIPTION Wage Rate Asphalt Distributor Operator $ 15.32 Asphalt Paving Machine Operator $ 13.99 Asphalt Raker $ 12.69 Broom or Sweeper Operator $ 11.74 Concrete Finisher, Paving and Structures $ 14.12 Concrete Pavement Finishing Machine Operator $ 16.05 Concrete Saw Operator $ 14.48 Crane Operator, Hydraulic 80 tons or less $ 18.12 Crane Operator, Lattice Boom 80 Tons or Less $ 17.27 Crane Operator, Lattice Boom Over 80 Tons $ 20.52 Crawler Tractor Operator $ 14.07 Electrician $ 19.80 Excavator Operator, 50,000 pounds or less $ 17.19 Excavator Operator, Over 50,000 pounds $ 16.99 Flagger $ 10.06 Form Builder/Setter, Structures $ 13.84 Form Setter, Paving & Curb $ 13.16 Foundation Drill Operator, Crawler Mounted $ 17.99 Foundation Drill Operator, Truck Mounted $ 21.07 Front End Loader Operator, 3 CY or Less $ 13.69 Front End Loader Operator, Over 3 CY $ 14.72 Laborer, Common $ 10.72 Laborer, Utility $ 12.32 Loader/Backhoe Operator $ 15.18 Mechanic $ 17.68 Milling Machine Operator $ 14.32 Motor Grader Operator, Fine Grade $ 17.19 Motor Grader Operator, Rough $ 16.02 Off Road Hauler $ 12.25 Pavement Marking Machine Operator $ 13.63 Pipelayer $ 13.24 Reclaimer/Pulverizer Operator $ 11.01 Reinforcing Steel Worker $ 16.18 Roller Operator, Asphalt $ 13.08 Roller Operator, Other $ 11.51 Scraper Operator $ 12.96 Servicer $ 14.58 Small Slipform Machine Operator $ 15.96 Spreader Box Operator $ 14.73 Truck Driver Lowboy -Float $ 16.24 Truck Driver Transit -Mix $ 14.14 Truck Driver, Single Axle $ 12.31 Truck Driver, Single or Tandem Axle Dump Truck $ 12.62 Truck Driver, Tandem Axle Tractor with Semi Trailer $ 12.86 Welder $ 14.84 Work Zone Barricade Servicer $ 11.68 The Davis -Bacon Act prevailing wage rates shown for Heavy and Highway construction projects were determined by the United States Department of Labor and current as of September 2013. The titles and descriptions for the classifications listed are detailed in the AGC of Texas' Standard Job Classifications and Descriptions for Highway, Heavy, Utilities, and Industrial Construction in Texas. Page 1 of 1 2026 Concrete Restoration Contract 1 City Project Number 106177 GN-0.0 General Notes THIS PAGE LEFT INTENTIONALLY BLANK 2026 CONCRETE RESTORATION CONTRACT 1 CITY PROJECT NO. 106177 General Notes Division 01 — General Requirements General: 1. The Contractor shall be responsible for locating all utilities, whether public or private, prior to excavation. The information and data shown with respect to existing underground facilities at or contiguous to the site is approximate and based on information furnished by the owners of such underground facilities or on physical appurtenances observed in the field. The City and Engineer shall not be responsible for the accuracy or completeness of any such information or data. The Contractor shall have full responsibility for reviewing and checking all such information or data, for locating all underground facilities, for coordination of the work with the owners of such underground facilities during construction and for the safety and protection thereof and repairing any damage thereto resulting from the Work. This Work shall be considered as a subsidiary item of Work, the cost of which shall be included in the price bid in the Proposal for various bid items. The Contractor shall notify any affected owners (utility companies) or agencies in writing at least 48 hours prior to construction. a. Notify TEXAS 811 (1-800-DIG-TESS or www. texas811. org) to locate existing utilities prior to construction. b. Caution! Buried electric lines may exist along this project. Contact electrical providers 48 hours prior to excavation: • ONCOR Will Riegler 817-215-6707 • Tri County Kevon Mooney 817-752-8160 c. Caution! Buried gas lines may exist along this project. Contact Atmos Energy 48 hours prior to excavation, and within two (2) hours of encountering a gas line (John Crane: 817-207-2845) d. Caution! Buried communication cables may exist along this project. Contact communication companies 48 hours prior to excavation: i. Spectrum/Charter Communication Sherri Trahan 817-271-8108 ii. AT&T Gary Tilory 817-338-6202 iii. One Source Communications Jeremy Hegwood 817-745-2243 e. Caution! When doing work within 200 feet of any signalized intersection, the Contractor shall notify Traffic Management Division of City of Fort Worth T/PW, 72 hours prior to excavation (Phone: 817-392-8742). The Contractor shall protect existing signal hardware, ground boxes, detection loops, and underground conduit at signalized intersections. Any damages at signalized intersections shall be replaced at the expense of the Contractor. The Contractor shall contact the City at 817-392-8100 to perform conduit line locates at signalized intersections 72 hours prior to commencing work at the intersection. f. The Contractor shall notify the City of Fort Worth Project Manager 48 hours prior to the start of any excavation (Tariqul Islam: 817-392-2486) 2. The location of all driveways, retaining walls, structures, etc. which may be shown on these plans are approximate. The Contractor shall verify the exact size, location, elevation, and configuration of all structures prior to construction. 3. Protect concrete curb and gutter, driveways, and sidewalks that are not designated for removal. Removal and replacement of these items shall be as designated in the drawings. 4. Contractor shall be responsible for maintaining the general safety at and adjacent to the project area, including the personal safety of public and private property. Contractor shall provide temporary sanitary sewer facilities to affected property owners, if necessary per Section 01 50 00 Temporary Facilities and Controls. Not a separate pay item. CITY OF FORT WORTH 2O26 CONCRETE RESTORATION CONTRACT 1 STANDARD CONSTRUCTION GENERAL NOTES CITY PROJECT NO. 106177 Revised September 6, 2024 5. Contractor's personnel shall have identifying clothing, hats or badges at all times which identify the Contractor's name, logo or company. 6. The contractor shall distribute notices (Door Hanger) to all affected property owners prior to beginning work on each property per Section 01 35 13. 7. The Contractor shall video all potentially impacted private property areas prior to work. Videos shall include date, notation, and audio identification of property address and main/lateral name and station number. This pre -construction video of impacted properties shall be considered subsidiary work per Section 0132 33 Preconstruction Video. 8. Contractor's personnel shall have identifying clothing or hats at all times. The contractor shall also have identification on all vehicles. 9. Construction activities shall be limited to the hours of 7:00 AM to 6:00 PM Monday thru Friday unless approved or directed by the City. At the pre -construction meeting, the Contractor shall provide a construction schedule in accordance with Section 0132 16, and provide monthly updates along with the progress payment per General Conditions, Section 00 72 00, Article 6.04. Any proposed work beyond regular working hours will require written request by the Contractor per General Conditions, Section 00 72 00, Article 6.02. 10. Shop drawings shall be submitted to the City Inspector, City Project Manager at the pre - construction meeting for review. Any construction activity, materials, etc. that are identified by the City as non -compliant with the standard details and specifications shall be removed and replaced with materials that conform with the standard details and specifications at the contractor's expense. Reference Section 0133 00 Submittals and Section 0160 00 Product Requirements, and the General Conditions. 11. The Contractor is responsible for keeping streets and sidewalks adjacent to project free of mud and debris from the construction per Section 01 74 23. Work associated with this item is considered subsidiary to various items bid. 12. The Contractor shall clean up and restore the area of operations to a condition as good as or better than that which existed prior to work, per Section 0174 23. 13. Prior to scheduling the Project Final, the Contractor shall provide redlines, cut sheets, final approved pipe shop drawings, CCTV video/reports, liner results, etc., Pipe Report and Service Report per Sections 0177 19, 0178 39, and 33 0131 to the City for review, revisions, and final acceptance. 14. When it is required that a Contractor work or enter private property, the Contractor shall contact the property owner 48 hours prior to construction per Section 01 1100. Do not store equipment or material on private property unless and until the specified approval of the property owner has been secured in writing by the Contractor and a copy furnished to the City. 15. The contractor shall remove from the project area all surplus material. This shall be incidental and not a separate pay item. Surplus materials from excavation including dirt, trash, etc. shall be properly disposed of at a site acceptable to the City's Flood Plain Administrator if within the City limits. If the location is not within the City limits, the Contractor shall provide a letter stating so. Surplus material may not be placed in natural drainage way without written permission from the affected property owner and the City's Flood Plain Administrator. If the Contractor places excess material in the areas without written permission, Contractor shall responsible for all damage resulting from such fill and shall remove the material at their own cost. 16. Costs associated with proposed connections to existing facilities shall be included in each respective bid item, if no specific bid item is included. No separate pay, except as specifically indicated within these plans or the contract documents. 17. Contractor shall contact local schools prior to beginning construction to inform Principals and Administrators of construction in the area. A note on the school marquee is suggested to inform parents and students of construction, construction duration, and possible alternative routes around CITY OF FORT WORTH 2O26 CONCRETE RESTORATION CONTRACT 1 STANDARD CONSTRUCTION GENERAL NOTES CITY PROJECT NO. 106177 Revised September 6, 2024 construction sites. One lane shall remain open at all times, and all lanes of traffic shall be open up at the end of each work day. 18. Street Use permit shall be submitted per Section 0155 26 to the City Inspector and TPW for work in City ROW. 19. The Contractor shall remove all fences, located within easements, interfering with construction operation and provide temporary fencing during construction. Removed fences, wooden or chain link, shall be replaced with a new fence or undamaged original fencing. All affected property owners shall be notified prior to construction. Removal and replacement of existing and temporary fences per Section 01 1100 Summary of Work, shall be considered subsidiary to the project cost and reflected in the unit bid prices for various items listed in the proposal. Division 02 — Existing Conditions 1. No separate pay item will be made for the removal and disposal of existing public facilities (pipes, valves, etc.) within a proposed utility trench unless otherwise indicated within the project specifications. Items to be removed or abandoned outside of a proposed utility trench shall be paid as a separate pay item per Section 02 41 14. 2. Contractor shall protect concrete curb and gutter, driveways, and sidewalks that are not designated for removal. Removal and replacement of these items shall be as designated. 3. The Contractor shall preserve and protect or remove and replace when shown on the plans (with prior approval of City Parks and Community Services and/or affected property owners) all trees, shrubs, hedges, retaining walls, landscaping, buildings, walks, etc. in or near proposed construction area. If specific bid item(s) are not included, this work shall be considered incidental and not a separate pay item. 4. Where applicable, two (2) permanent painted drive addresses must be installed at the base of the curb on each side of every driveway. Address signs shall be posted in a position to be plainly visible and legible. Numbers shall be at least 3-inches in height and contrast. 5. Contractor shall not crack, break, mar, or otherwise damage tile street name markers. In the event a tile street name marker is located in an area of construction and cannot be protected, contractor should remove the section of curb and gutter containing the full tile street name marker. Contractor shall replace the full section of the curb and street marker. Division 03 — Concrete Horizontal blocking for water lines has been omitted for clarity. However, blocking shall be constructed and shop drawings submitted to the City Inspector for review, in accordance with Section 03 30 00. Division 31— Earthwork 1. The contractor must review and maintain a copy of the storm water pollution prevention plan with all conditions, attachments, exhibits, and permit modifications in good condition at the construction site. The complete permit must be available for review upon request. CITY OF FORT WORTH 2O26 CONCRETE RESTORATION CONTRACT 1 STANDARD CONSTRUCTION GENERAL NOTES CITY PROJECT NO. 106177 Revised September 6, 2024 2. Erosion control measures may only be placed in front of inlets, or in channels, drainage ways, or borrow ditches at risk of contractor. Contractor shall remain liable for any damage caused by the measures, including flooding damage, which may occur due to blocked drainage. At the conclusion of any project, all channels, drainage ways, and borrow ditches in the work zone shall be dredged of any sediment generated by the project or deposited as a result of erosion control measures. 3. The contractor shall comply with all federal, state, and local erosion, conservation, and siltation ordinances. The contractor shall use sediment filters or other measures approved by the engineer and construction manager to prevent silt and construction debris from clogging storm sewer pipes or proposed or existing inlets, or from being transported to adjacent properties and street right-of- ways. All erosion control devices shall be installed prior to site disturbance and shall remain in place until final grading and paving is complete and permanent soil stabilization is achieved. 4. Construction operations shall be managed so that as much of the site as possible is left covered with existing topsoil and vegetation. 5. All slopes and areas disturbed by construction shall be graded smooth. Sodding or seeding shall be per Sections 32 92 13 "Sodding" or 32 92 14 "Non -Native Seeding", respectively. 6. Contractor shall construct a stabilized construction entrance at all primary points of access. Contractor is responsible for ensuring that all construction traffic utilizes the stabilized entrance at all times for ingress and egress to the site. 7. Site entry and exit locations shall be maintained in a condition which shall prevent tracking or flowing of sediment onto public roadways. All sediment spilled, dropped, washed, or tracked on a public roadway shall be removed immediately. When washing is required to remove sediment prior to entrance to a public roadway, it shall be done on an area stabilized with crushed stone which drains into an approved sediment basin. All fines imposed for tracking onto public roads shall be paid by the contractor. 8. Contractor is responsible for proper maintenance of the required erosion control devices throughout the entire construction process. Erosion controls shall be repaired or replaced as inspection deems necessary, or as directed by the owner's representative. Accumulated silt in any erosion control device shall be removed and shall be distributed on site in a manner not contributing to additional siltation. The contractor is responsible for re-establishing any erosion control device which is disturbed. 9. Before any earthwork is done, the contractor shall stake out and mark the limits of construction and other items established by the plans. The contractor shall protect and preserve control points at all times during the course of the project. The grading contractor shall provide all necessary engineering and surveying for line and grade control points related to earthwork. 10. Contractor staging area to be agreed upon by owner prior to beginning construction. 11. Take appropriate measures to preserve wildlife in accordance with applicable federal, state and local guidelines. Division 32 — Exterior improvements General: 1. At locations where the curb and gutter are to be replaced, the Contractor shall assume all responsibility for the re-establishment of existing street and gutter grades. If bid item from CITY OF FORT WORTH 2O26 CONCRETE RESTORATION CONTRACT 1 STANDARD CONSTRUCTION GENERAL NOTES CITY PROJECT NO. 106177 Revised September 6, 2024 Construction Staking is not included, establishment of grades shall be considered as a subsidiary item of Work, the cost of which shall be included in the price bid in the Proposal for various bid items. 2. All driveways, which are open cut, shall have at least a temporary driving surface at the end of each day. The temporary surface shall be considered as a subsidiary item of Work. The cost of which shall be included in the price bid in the Proposal for various bid items. 3. Contractor shall verify with City Project Manager the location of all City owned parkland associated with and adjacent to the project and City owned land that is maintained by PARD. Additionally, the Contractor may need a separate agreement in order to access City parkland for staging and/or construction. Contact Park Planner at 817-392-5764 to verify need for separate agreement. Sidewalks and Curb Ramps: 1. The curb ramp standard details are intended to show typical layouts for the construction of the curb ramps. The information shown on the standard details meet the requirements shown in the "2012 Texas Accessibility Standards" (TAS) and the "2010 ADA Standards for Accessible Design" by the Department of Justice. 2. The Contractor may not make changes to the sidewalk and curb ramp layout without approval of the City. The Contractor may propose changes to the sidewalk and curb ramp layout due to field conditions, but any proposed changes must be approved by the City. 3. Landings shall be provided at the top or bottom of curb ramps, as shown on drawings. The landing clear length shall be 5 feet minimum from the end of ramp. The landing clear width shall be at least as wide as the curb ramp, excluding flares. The landing shall have a maximum slope of 2% in any direction. 4. Counter slopes of adjoining gutters and road surfaces immediately adjacent to the curb ramp shall not be steeper than 5% (20:1) in any direction. 5. Contractor shall protect concrete curb and gutter, driveways, and sidewalks that are not designated for removal. Removal and replacement of these items shall be as designated. At locations where the curb and gutter are to be replaced, the contractor shall assume all responsibility for the re-establishment of existing street and gutter grades. Establishment of grade shall be performed prior to construction and is not a separate pay item, but shall be considered incidental to the project price. 6. All driveways, shall have at least a temporary riding surface at the end of each day. The temporary surface will be considered a non -pay item. 7. Contractor shall saw cut existing curb and gutter, pavement, driveways, sidewalks at areas where pavement or concrete is to be removed. Saw cutting shall be considered subsidiary to the item being installed. 8. Contractor shall provide compacted subgrade as needed to repair damaged drives, streets, walks, and patios. Park & Recreation Department (PARR) Notes: Pertains to all work in and through City parkland, land managed and maintained by PARD including right-of-way, medians, roundabouts, corner cuts, parkways, and may pertain to work adjacent to City parkland City Parks (Contact Park Planner 817-392-5764): 1. All proposed utility improvements outside of a recorded easement(s) and located in and/or through a park shall require parkland conversion in accordance to State of Texas, Parks and Wildlife Code Chapter 26. CITY OF FORT WORTH 2O26 CONCRETE RESTORATION CONTRACT 1 STANDARD CONSTRUCTION GENERAL NOTES CITY PROJECT NO. 106177 Revised September 6, 2024 2. Construction equipment and/or staging, materials storage, and materials testing may not occur on City parkland without prior written approval from PARD. 3. Prior to beginning work on parkland, contact PARD at 817/392-5764, to schedule an on -site meeting to locate PARD utilities, tree protection, and parkland fencing. Provide 72-hours minimum notice. 4. Install fencing at park property line to protect parkland. Fencing to remain until construction completed. 5. All disturbance to existing soil, vegetation, irrigation, or equipment on must be repaired or replaced to existing pre -construction conditions or better at no additional cost to PARD. 6. Soil shall be free of construction debris and rocks greater than 1-inch. Backfill with clean soil prior to seeding or sodding. (Refer to 32 91 19, 32 92 13 and 32 92 14) 7. Turf installation must comply with CFW Standard Construction Specification Documents 32 92 13- Sodding and/or 32 92 14-Non-Native Seeding. 8. Upon request, the contractor shall provide to PARD a copy of certifications on soil, sod, seeding, and hydromulching prior to installation; along with the delivery ticket. (Refer to 32 92 13 and 32 92 14 9. All erosion control materials and fencing to be removed, including silt fence and tree protection, at completion of project. City Trees (Contact City Forester 817-392-5729, 817-392-5739): 10. Per Chapter 33, Park & Recreation -Forestry Section (PARD-Forestry) has jurisdiction over trees on city -owned property including right-of-way. Approval of plans does not constitute approval to proceed with work until corresponding permit has been issued. Permits for removal, planting or pruning of city -owned trees shall be obtained from PARD-Forestry. Pruning required for preconstruction purposes requires the utilization of an ISA-Certified Arborist, as stated in the permit, at no expense to PARD. Contact PARD-Forestry: www.fortworthtexas. og v/departments/parks/services/forestry or CityTreePermitskfortworthtexas.gov or 817/392-5729 or 817/392-5739. a. Tree protection shall be put in place before grading/construction begins, be inspected by City Forester and remain until completion of the project. i. 4-foot tall, chain link fencing installed at the tree dripline with bilingual sign on protective fencing in English and Spanish that reads, "Keep Out, Tree Protection Area" ("No Entre, Area de Protecci6n de Arboles"). ii. No entry, grading, excavation, parking or storing of equipment or supplies inside the protective tree fencing without City Forester approval. iii. All work inside protective tree fencing to be done by hand, unless prior approval given by City Forester. iv. Roots 2-inch or larger shall not be cut without City Forester approval. Roots shall be clean cut with a saw. CITY OF FORT WORTH 2O26 CONCRETE RESTORATION CONTRACT 1 STANDARD CONSTRUCTION GENERAL NOTES CITY PROJECT NO. 106177 Revised September 6, 2024 v. All cuts on oak trees, including roots, shall be painted with general purpose spray paint within 30 minutes of exposure to prevent oak wilt spread. b. Assessment of Damages to Trees i. The Contractor will check trees in the contract area before contract work begins, any damage will be noted and reported to the Contract Administrator. ii. The Contract Administrator will conduct random checks of the trees during the contract period. iii. A check of all trees may be made at the end of the contract period. City Forester, Contract Administrator, and Contractor will attend the inspection. iv. Damages shall be documented by memo to the City Forester with copy to contract file and the Contractor. v. Contractor may have the option of replacement or payment for severely damaged trees at a location to be designated by PARD. Replacement shall be made on a caliper inch per caliper inch basis with a minimum size of replacement tree of 2-inch in caliper for trees damaged or removed which are less than 30-inch DBH and 2-inch per inch for trees which are 30-inch DBH or greater. The Contractor shall be responsible for the planting, watering, mulching and maintenance of replacement trees for a period of not less than 2- years. Any tree that does not survive the 2-year establishment period shall be compensated for by the Contractor to Tree Fund at a rate of $200 per caliper inch. vi. Slight damage shall be defined, in the opinion of the City Forester, as damage that may compartmentalize. Examples include but are not limited to: scarring of the trunk into the cambial layer Y ' to 2-inch in width, but less than 1 /3 trunk circumference; or breaking of limbs less than 2-inch in diameter or limbs less than 1 /3 trunk caliper, whichever is less. Slight damage shall also include: removal or laying down of protective tree fencing prior to end of construction; storing equipment or supplies within the critical root zone (CRZ); or disposing of paint or concrete within the CRZ, but not closer to the trunk than 50% radius of the CRZ. Slight damage to trees shall be assessed at a rate of $100.00 for each instance. Each day tree fencing is not properly placed, equipment or supplies are stored within CRZ, or fill is stored within the CRZ shall be considered one instance. vii. Moderate damage shall be defined, in the opinion of the City Forester, as damage that contributes to the poor health and reduced longevity of the tree. Examples include, but are not limited to: scarring of the trunk into the cambial layer greater than 2-inch, but less than 1 /3 the trunk circumference; or breaking of limbs more than 2-inch in diameter, but less than 1/3 trunk caliper. Moderate damage shall also include: compaction of soil; grading or filling in 20% of the CRZ on 1 of 4 sides, but outside the 50% radius of the CRZ; or disposing of paint or concrete within 50% radius of the CRZ. Moderate damages shall be calculated at a rate of % the assessed value of the tree per each instance of damage. viii. Severe damage or removal of trees is subject to penalty of $200 per diameter inch of trees removed or damaged for trees less than 30-inch DBH or $400 per diameter inch for trees 30-inch DBH or greater. Severe damage or removal shall include, but is not limited to: scarring of the trunk to the cambial layer greater than 1/3 the trunk circumference; CITY OF FORT WORTH 2O26 CONCRETE RESTORATION CONTRACT 1 STANDARD CONSTRUCTION GENERAL NOTES CITY PROJECT NO. 106177 Revised September 6, 2024 uprooting or causing a tree to lean; or damage to a scaffolding branch or any branch greater than 1/3 of trunk caliper. Severe damage shall also include: compaction of soil, grading or filling more than 20% of the CRZ, or within 50% radius of the CRZ, or on more than one of 4 sides. Cutting 1 /3 of the buttress roots within 3 times the distance of the DBH of the trunk, or cutting 4 roots 4-inch or greater in diameter within 4-feet of the trunk shall also be considered severe damage. ix. Branches shall be measured at the point of attachment or at the lateral to which the branch would be pruned back to according to ANSI standards. Trees caliper shall be measured according to accepted industry standards. Trees greater than 6-inch in caliper shall be measured using diameter at breast height (DBH). Trees that must be removed due to damage caused by the Contractor shall be removed by the Forestry Section's tree removal contractor at the Contractor's expense. x. All damages shall be paid to the City Tree Fund. Failure to replace or pay for damaged trees shall result in a breach of contract and the Contractor will be automatically assessed damages. Damages as described herein shall be deduced from payments otherwise due the Contractor. Landscaping and Irrigation (Contact Park Planner 817-392-5479): 11. All planting material shall be warrantied for a period of two years. A Maintenance bond shall be posted for all landscaping materials (hardscapes, irrigation, plantings). 12. All plant identification tags must remain on plant materials for PARD inspection. Contact PARD 72- hours in advance for inspection of tree and landscape plantings. 13. Irrigation systems must comply with Texas Commission on Environmental Quality (TCEQ) Title 30, Texas Administrative Code JAC) Chapter 344, Rules for Landscape Irrigation and City of Fort Worth Texas Ordinance number 18444-01-2009. Any irrigation system that is connected to a public or private potable water supply must be connected through an approved backflow prevention assembly, and must be tested upon installation, or repair by a licensed Backflow Prevention Assembly Tester (BPAT) who is registered with the City of Fort Worth Water Department. For additional information regarding permitting, contact Development Services Customer Services 817- 392-2222. a. Once irrigation lines have been inspected, approved and `green tag' has been supplied, trees and planting materials can be installed. b. If existing median is altered, contact PARD 72 hours in advance for inspection of all irrigation lines, depth, and pressure PRIOR to backfilling. Contact 817-392-5479. Right -of -Way including parkways, medians, corner clips, roundabouts maintained by PARD (Contact Park Planner 817-392-5479): 14. Sod shall be replaced in all areas disturbed by construction. Sod shall match existing grasses, per Section 32 92 13. 15. Soil shall be free of construction debris and rocks greater than 1-inch. Backfill with clean soil prior to seeding or sodding. (Refer to 32 91 19, 32 92 13 and 32 92 14) CITY OF FORT WORTH 2O26 CONCRETE RESTORATION CONTRACT 1 STANDARD CONSTRUCTION GENERAL NOTES CITY PROJECT NO. 106177 Revised September 6, 2024 16. Turf installation must comply with CFW Standard Construction Specification Documents 32 92 13- Sodding and/or 32 92 14-Non-Native Seeding. 17. Upon request, the contractor shall provide to PARD a copy of certifications on soil, sod, seeding, and hydromulching prior to installation; along with the delivery ticket. (Refer to 32 92 13 and 32 92 14) 18. All disturbance to existing soil, vegetation, or irrigation must be repaired or replaced to existing pre - construction conditions or better at no additional cost to PARD. 19. Construction equipment and/or staging, materials storage, and materials testing may not occur on existing medians maintained by PARD without prior written approval from PARD. 20. Pre-existing medians/ROWS within construction confines shall be maintained by Contractor for high grass and weeds every 14 days until construction complete and City acceptance after Final. 21. New Medians/ROWs shall be watered, mowed, and maintained by Contractor until grass coverage is established per CFW Seed/Sod specifications prior to City acceptance. Division 33 - Utilities General: 1. When it is required that a Contractor work on private property within utility easements, the Contractor shall contact the property owner 48 hours prior to construction. Once the pipe has been installed or rehabilitated, the Contractor shall immediately commence surface restoration. Surface restoration must be completed to the owner's satisfaction within ten (10) working days. Failure to maintain and/or complete site restoration, as noted above, may result in deferment of further pipe installation activities. 2. Existing vertical deflections and pipe slopes shown on the plans were obtained from record drawings and have not been field verified. Some pipeline slopes were adjusted to match surveyed manhole flow lines. Rim elevations, flow lines, and horizontal locations of existing manholes were determined from field survey. However, if conflicts with paving, additional fill, storm sewer, drainage headwalls, inlets, bridge piers, embankments, MSE walls, retaining walls, above ground structures, franchise utilities, etc. have been identified, the utilities in conflict shall be located and potholed using vacuum excavation method per Section 33 05 30 prior to construction of the main. Contractor shall provide all pothole data and other documentation of these conflicts (plans, shop drawings, survey data, etc.) to the City Inspector, Water Engineering, Water Field Operations, as plans shall be revised and submitted for review by the City in order to avoid a conflict. 3. Maintain all existing water and sewer connections to customers in working order at all times, except for brief interruptions in service for water and sewer services to be reinstated. In no case shall services be allowed to remain out of service overnight. 4. Provide and follow approved Confined Space Entry Program in accordance with OSHA requirements. Confined Spaces shall include manholes and all other confined spaces in accordance with OSHA's Permit required for Confined Spaces. 5. Only City prequalified Contractors, by appropriate Water Department work category, shall be allowed to adjust valve boxes, manholes, ring & covers, etc. 6. Contractor is responsible for all trench safety. The contractor shall construct the proposed work utilizing a trench safety plan prepared by a Licensed Professional Engineer in the State of Texas, for this project, in accordance with OSHA excavation safety standards, Federal and State requirements, per Section 33 05 10. A trench safety plan shall be submitted at the pre - CITY OF FORT WORTH 2O26 CONCRETE RESTORATION CONTRACT 1 STANDARD CONSTRUCTION GENERAL NOTES CITY PROJECT NO. 106177 Revised September 6, 2024 construction meeting. This would also include a Ground Water Control Plan if conditions meeting criteria outlined in Section 33 05 10 exist. 7. All embedment and backfill shall be in accordance with specification 33 05 10. Contractor shall provide the embedment/backfill density test plan which outlines testing notification, frequency, testing lab, test methods, test result format, contact information etc. Contractor shall notify the City Inspector in writing to obtain samples and perform standard proctor test in accordance with ASTM D698. Upon commencing of backfill placement, Contractor shall schedule a demonstration of means and methods to obtain the required densities. Depth of lifts for backfill shall not exceed 12-inches. Test reports shall be posted within 48 hours. Includes the installation of the trench geotextile fabric and utility marker tape in accordance with Section 33 05 26. All pavement repair shall be per Sections 32 01 17, 32 01 18, and 32 0129. All non -conforming work shall be removed and replaced. 8. Existing utility information is provided for information only. Although this data is shown as accurately as possible, the Contractor is cautioned that the City and the Engineer neither assumes nor implies any responsibility for the accuracy of the data. 9. Existing utility crossings shown on the profile are from reference plans, and from information obtained from the utility companies. It shall be the Contractor's responsibility to field verify the horizontal and vertical locations of the existing utilities. Water: 1. Provide thrust restraint by means of restraining joints at fittings and concrete blocking. When specifically indicated on the Drawings, provide thrust restraint at designated joints beyond the fittings. Each method shall be capable of thrust restraint independent of the other system. The Contractor shall refer to City Standard Details for area required to install concrete blocking. 2. All ductile iron mechanical joint fittings shall be restrained to pipe using retainer glands. 3. Proposed water mains shall have a minimum cover of 48-inches cover above the top of pipe, unless shown otherwise on the drawings or details. 4. All water services shall be installed above storm sewers, except where shown otherwise in the drawings. 5. Elevation adjustment at connections may be made with bends, offsets, or joint deflections. Joint deflections shall not exceed fifty percent (50%) of manufacturer's recommendations. 6. Temporary pressure plugs required for sequencing of construction and testing of proposed water lines shall be considered subsidiary to the work and shall be included in the price bid in the Proposal for various bid items. 7. 12-inch diameter and smaller water mains shall be installed with a minimum cover of 48-inches and 16-inch and larger water mains shall be installed a minimum cover of 60-inches, measured from top of surface (existing and proposed) except where shown otherwise in these plans. 8. Valves shall be installed where designated on these plans in accordance and shop drawings provided to the City Inspector for review per Section 33 12 20. Vaults shall be installed on all mains 16-inch diameter and larger per Sections 33 12 20, 33 05 16, and 03 30 00. 9. Fire hydrants shall be a minimum of 3 ft. behind the back of curb (maximum 9 ft.) and in line with the property/lot lines except where shown otherwise in these plans. Construction and shop drawing submittals to the City Inspector per Section 33 12 40. 10. Contractor shall provide a cleaning plan and disinfection plan for 24-inch and larger water mains, prior to construction in accordance with Section 33 04 40, Part 1.5, Submittals. Insert cleaning pig in water main where directed. Cleaning pig shall be provided by Contractor in accordance with Section 33 04 40. Flushing is only permitted when specially designated in the Drawings, and the Contractor shall provide the plan submittals to the City Inspector, City Project Manager, Water Field Operations and Water Engineering for review at least 1 week prior to start of construction. CITY OF FORT WORTH 2O26 CONCRETE RESTORATION CONTRACT 1 STANDARD CONSTRUCTION GENERAL NOTES CITY PROJECT NO. 106177 Revised September 6, 2024 11. Install chlorination and sampling points at designated locations per Section 33 04 40. 12. Corporation stops shall be tested for full flow when the system is pressure tested. Construction and shop drawing submittals per Section 33 12 10. 13. All water mains crossing below storm sewer lines shall be ductile iron pipe per Section 33 11 10 and backfilled with CLSM per Section 03 34 13, unless noted otherwise. 14. Contractor shall provide pipe shop drawings in accordance with the Specifications. Detailed pipe shop drawings/lay schedule water mains 16-inch diameter and larger, signed and sealed by a Licensed Professional Engineer in Texas for Ductile Iron Pipe, Concrete, and Steel Pipe are required submittals before start of construction. Elevation adjustment at connections may be made with bends, offsets, or joint deflections (for example, PVC joint deflections not to exceed 50% of the manufacturer's recommendations per Section 33 11 12). Reference Ductile Iron, Concrete, and Steel Pipe per Sections 33 11 10, 33 11 13, 33 11 14, for the deflection requirements. Prior to scheduling the Project Final, the Contractor shall provide redlines, cut sheets, final approved pipe shop drawings, etc., Pipe Report and Service Report per Sections 0177 19, 0178 39, and 33 0131 to the City for review, revisions, and final acceptance. 15. All non-standard bends shall be made by using the closest standard MJ fittings or fittings with the required joint deflections. Joint deflections and associated shop drawing submittals, shall be in accordance with Sections 33 11 10, 33 11 11, 33 11 13, and 33 11 14. 16. All existing 3/4-inch water service lines shall be replaced with 1-inch type K copper service lines (per ASTM B88), with 1-inch corporation stops and if required 1-inch tapping saddle and 1-inch x 3/4-inch reducer at the 3/4-inch curb stop as directed by the Engineer. Shop drawings shall indicate flared copper tubing with thread dimensions per AWWA C800 and service saddles shall be double strap per Section 33 12 10. 17. All existing water meters shall be relocated 3 ft. behind the curb or as directed by the Engineer (Section 33 12 10). 18. The Contractor shall install a 2-inch temporary water service main per Section 33 04 30. Large domestic services (3-inch and larger) and fire lines shall require a larger main for temporary water service during construction. 19. All PVC water mains 12-inch diameter and smaller shall be DR-14 per Section 33 11 12. All ductile iron water mains shall be poly wrapped per Section 33 11 10, 33 11 11. Cathodic protection study is required on all pipes other than PVC. In accordance with the recommendations from the cathodic protection study, the drawings and specifications for cathodic protection shall apply. 20. All water mains shall have temporary plugs per Sections 33 04 40, 33 12 25 and detail at the end of each work day. Deflect water mains at joints to clear curb inlets. Minimum horizontal separation from outer wall of main to outer wall of inlet shall be 5 feet. Minimum horizontal separation from outer wall of main to outer diameter drilled shafts, and outer wall of headwalls shall be 10 ft. 21. Unless otherwise noted on the plans, the gate valves shall be installed to line up with the property/ROW line. 22. Contractor and City Inspector shall contact Water Field Operations prior to all items being removed or salvaged. Contractor shall provide the documents to the City Inspector for all items removed and salvaged to Water Field Operations Warehouse. Contact Warehouse Supervisor and deliver all salvaged materials to the Warehouse located at 1608 11`' Ave. Fort Worth TX 76102. Sanitary Sewer: CITY OF FORT WORTH 2O26 CONCRETE RESTORATION CONTRACT 1 STANDARD CONSTRUCTION GENERAL NOTES CITY PROJECT NO. 106177 Revised September 6, 2024 1. Verify that all connections to the sanitary sewer system are for sanitary sewer only. Notify City of any discovered illicit connections. 2. The Contractor shall be liable for all damages to properties, homes, and basements from backup, which may result during the installation of new pipe and/or abandonment of existing pipe. The Contractor will be allowed to open clean outs where available. The Contractor will be responsible for all clean up associated with opening clean outs. 3. For all sanitary sewer service connections at manholes, provide a hydraulic slide in accordance with the details. 4. The proposed sanitary sewer lines at times will be laid close to other existing utilities and structures both above and below ground. The Contractor shall make necessary provisions for the support and protection of all utility poles, gas mains, telephone cables, sanitary sewer mains, water mains, drainage pipes, utility services, and all other utilities and structures both above and below ground during construction. Contractor shall submit shop drawings at the pre -construction meeting per Section 01 33 00 for support/protection of large diameter water mains (I6-inchand larger) and sanitary sewer mains (15-inch and larger) for review by City Inspector, Water Engineering, and Water Field Operations prior to construction in these areas. In addition, the Contractor shall submit a Contingency Plan and Emergency Plan to the same personnel which includes acceptable pipe materials on -site for repairs. The Contractor is liable for all damages to existing water and sanitary sewer mains as a result of the Contractor's operations. 5. Contractor shall conduct a Pre -Construction Television Inspection (CCTV) of all existing sanitary sewer lines, which are to be abandoned or rehabilitated via trenchless methods, to verify locations of all sanitary sewer service connections prior to construction of the entire project. Format of the CCTV video, plan exhibits, and report shall be in accordance with Section 33 01 31. Report shall clearly identify existing sanitary sewer main/lateral number, manholes, station number (from and to), street address, pipe size, pipe material, service locations, pipe material changes, etc. Copies of the CCTV video, layout, marked up plans showing limits, and report shall be provided to the City Inspector, City Project Manager, Water Engineering, and Water Field Operations, as the schedule shall allow for a review time of 2 weeks. 6. Contractor shall ensure that all active services can be reconnected and/or rerouted to the new sanitary sewer main/lateral per Section 33 31 50. Contactor shall notify the City Inspector, City Project Manager, Water Engineering, and Water Field Operations of any potential conflicts prior to construction, so modifications to the plans can be made if necessary. Not a separate pay item, as this work shall be subsidiary to the Pre -Construction Television Inspection of sanitary sewer lines. 7. Contractor shall bypass pump sewage around section of pipe prior to being replaced or rehabilitated per Section 33 03 10. Not a separate pay item for lines 15-inch diameter and smaller. Payment shall be incidental to the replacement of sewer. 8. New manholes shall be constructed such that the manhole cover is at finished surface grade, or as noted on the plans. Concrete collars per specification 33 05 13 and detail shall be installed with all new manholes (including manholes outside of pavement and/or on easements), as required for this project. Concrete collars identified in the field that are not in compliance with the specifications and details (i.e. incorrect collar thickness, no steel reinforcement) shall be removed and replaced at the Contractor's expense. 9. Sanitary Sewer Services larger than 6-inch diameter shall connect to a manhole. For all sanitary sewer service connections at the manhole, Contractor shall provide a hydraulic slide in accordance with Section 33 39 20 and standard detail. 10. Sanitary sewer manholes called out for interior corrosion protection shall conform to Section 33 39 60 Liner System for Sanitary Sewer Structures. This shall include manholes on mains with 3% or greater grade, all drop manholes, siphons, junction structures on large collector mains 15- inch diameter and larger, and other manholes where turbulence is an issue. CITY OF FORT WORTH 2O26 CONCRETE RESTORATION CONTRACT 1 STANDARD CONSTRUCTION GENERAL NOTES CITY PROJECT NO. 106177 Revised September 6, 2024 11. Odor control is required for all sanitary sewer manholes in City Park areas, public spaces, near residences, or other areas as determined by the City on mains 15-inch diameter and larger. Storm Drain: 1. Maintain the existing storm drainage system until the proposed system is in service. In no case should the Contractor leave the existing storm drain out of service whereby runoff would cause damage to adjacent property. 2. Construct all drainage improvements from the downstream end to the upstream end to allow continued storm drain service. If the Contractor proposes to construct the system otherwise, the Contractor shall submit a sequencing plan to the City for approval. Division 34 - Transportation Traffic Signals: l . Prior to activating traffic signals with new or revised signal timing, the contractor shall e-mail Aziz Rahman, Engineering Manager, at aziz.rahman@fortworthtexas.gov at least three (3) weeks in advance to schedule that. 2. If new cabinets and controllers are being installed and the controllers need to be programmed and tested by City Forces; the contractor shall deliver them to the City of Fort Worth, Signal Shop at 5001 James Ave., at least three (3) weeks in advance to schedule that. If a cellular modem is being installed, the contractor shall also deliver the modem with the cabinet to the City of Fort Worth Signal Shop so the modem can be activated prior to installation. 3. Unless there is a compelling reason with approval by the Traffic Signal Engineering Group, a new traffic signal will be put on flash on Thursdays and working colors the following Tuesday. 4. Switching from old traffic signal to a new one, this shall be done between Tuesday and Thursdays only. 5. Notify Traffic Management Division (817-392-7738) Project Representative at least 24-hours in advance of all concrete pours. Inspector must be present when concrete is placed on the project site. 6. If applicable, equipment supplied by the City will be available for pick up from the Transportation/Public Works (T/PW) Warehouse at 5001 James Avenue. The Project Representative must authorize all equipment pickups. 7. Contractor shall provide a 5-year manufacturer warranty on APS systems. The warranty documentation shall include the start date (when material is delivered to job site) and the end date of the warranty and the serial number of the equipment. 8. The City will not provide traffic signal cabinet or traffic signal controller to the Contractor. The cost for these items must be included in the City project budget, or for all privately funded projects, the cost must be included in the bid package for purchase from the vendor. 9. The Contractor shall provide all materials needed to construct a fully operational traffic signal as called out for in the plans and specifications. 10. All existing signal equipment shall remain in place and operating until new equipment is in place and ready to operate. 11. The Contractor shall contact Anthony Vasquez, TPW Superintendent, at 817-392-8773 or Anthony.Vasquezkfortworthtexas.gov at least one (1) week in advance of any disposal of material to coordinate any material that the city may need salvaged. The Contractor is responsible for hauling and properly disposing of salvaged material from the job site to a disposal site of their choosing. The Contractor will not be allowed to drop off salvaged materials at the City yards unless otherwise directed by TPW Superintendent for the specified material only. CITY OF FORT WORTH 2O26 CONCRETE RESTORATION CONTRACT 1 STANDARD CONSTRUCTION GENERAL NOTES CITY PROJECT NO. 106177 Revised September 6, 2024 Foundations: 1. Dimensions shown on plans for locations of signal foundations, conduit, and other items may vary in order to meet local conditions. All locations of foundations, conduit, and ground boxes shall be approved by City Traffic Signal Engineer. 2. Contractor shall contact the City traffic signal inspector prior to pouring cabinet foundation to be sure that template and bolt patterns are correct for type of cabinet being supplied. Foundation shall be installed per City Specification and City Detail. 3. Pier Foundations shall be poured together in one piece. 4. No signal poles shall be placed on foundations prior to five (5) calendar days following pouring of concrete. 5. Contractor shall clean up and remove all loose material resulting from construction operations each day prior to the work is being suspended. 6. Controller cabinet concrete apron shall be subsidiary to the bid item for the controller cabinet foundation. Cabinet foundation and apron shall be poured together in one piece. Controller and Cabinet: 1. Contractor shall install controller cabinet and connect all associated field wiring. 2. Ethernet cable shall be provided to connect controller to communication device. Material and installation shall be subsidiary to install of controller or controller cabinet bid item. 3. City will install signal timing and program controller. Conduit: 1. A continuous grounded system shall be provided in PVC conduit by running 1 No. 8 bare copper stranded ground wire in conduit between foundations and grounding at each foundation ground rod. 2. Grounding shall not exceed 25 ohms at each ground rod. 3. All conduits shall be Schedule 80 PVC. Signal Heads: 1. All signal heads shall be either McCainTM, Econolite TM, or approved equivalent style and dimensions. 2. All signal heads shall be covered with burlap or other approved material from the time of installation until the signal is placed in operation. 3. All signal head attachments shall be designed such that the wiring to each signal head shall pass from the mast arm through a rain tight connector to the signal head bracing or attachment hardware to the signal head. A small amount of exposed signal cable shall form a drip loop. 4. All LED signal indications shall be General Electric (GE) GelcoreTM or equivalent and shall meet the latest ITE standards. 5. Signal heads (all displays) and pedestrian Walk and Don't Walk heads with countdown displays shall have LED inserts. 6. Clam -Shell mounting assemblies shall be used for pedestrian indications. 7. All LED signals shall be of the incandescent appearance. 8. All signal heads shall have black aluminum, louvered, single piece back plates compatible with McCainTM, EconoliteTM, or approved equivalent signal head housings. Traffic Signs and Pavement Markings: 1. All traffic signs and mounting hardware shown on the plans will be furnished and installed by the contractor including the metro street name signs. The contractor shall provide a detail sheet for CITY OF FORT WORTH 2O26 CONCRETE RESTORATION CONTRACT 1 STANDARD CONSTRUCTION GENERAL NOTES CITY PROJECT NO. 106177 Revised September 6, 2024 the metro street name signs with block numbers to the City for approval prior to fabrication and installation. 2. Existing stop signs and posts will be removed by the contractor upon, or before, the signal turn - on. Detection System: 1. The Contractor shall furnish and install the detection system and cable unless otherwise called out in the plans. 2. Ethernet cable shall be provided connecting the detection central control unit to the communication device. Material and installation shall be subsidiary to the installation detection system bid item. 3. The Contractor shall install, aim and program all detectors as per City Standard Specifications and City Details. 4. The Contractor shall refer to City Standard Details and project plans for detection zones placement. Emergency Vehicle Preemption Equipment (EVP): 1. The Contractor shall furnish and install the Opticomrm EVP (detectors, cable, and discriminator units) unless otherwise called out in the plans. 2. The Contractor shall install the EVP detectors on the mast arm as shown on the plans and appropriate City Detail, and run one continuous EVP cable from the detector to the cabinet. Installation of the EVP system will be paid for per bid item. Accessible Pedestrian Signal (APS): 1. APS units with audible message shall be installed on all TxDOT locations or as called out in the plans. 2. Ethernet cable shall be connected from APS central control unit to communication device. Material and installation shall be subsidiary to installation of APS bid item. 3. APS units shall comply with the latest version of the Texas Manual on Uniform Traffic Control Devices (TMUTCD). 4. APS units shall be installed per City Standard Specification and City Detail. 5. APS units shall be programmed by the Contractor. Powder Coating and Paint: 1. All new signal poles, pedestrian poles, and mast arms shall be powder coated black (RAL 9017). If called outs in the plans, all existing signal poles, pedestrian poles, and mast arms shall be painted black (RAL 9017). Battery Backup: 1. If called out for in the plans, battery backup units supplied shall be Alpha or approved equivalent. Installation shall be completed per City Standard Specifications and City Detail. 2. Ethernet cable shall be provided for BBUs connecting BBU to the communication device. When mounting an external BBU, ensure cable is routed into the cabinet. Ethernet cable shall be subsidiary to the installation of BBU bid item. PTZ Camera: 1. If called out for in the plans, PTZ Camera units shall comply with the City Standard Specifications. CITY OF FORT WORTH 2O26 CONCRETE RESTORATION CONTRACT 1 STANDARD CONSTRUCTION GENERAL NOTES CITY PROJECT NO. 106177 Revised September 6, 2024 2. Power supply and ethernet cable material and installation shall be subsidiary to installation of PTZ camera bid item. Cellular Modem: 1. Antenna, ethernet cable, power supply, and unmanaged network switch material and installation shall be subsidiary to installation of Cellular Modem bid item. Traffic Control: 1. The Contractor shall submit a Work Schedule, Traffic Control Plan, and acquire a Street -use Permit from TPW Department, at 200 Texas Street. Contact Charles Roberson (817-392-7752) or by email at Charles.roberson@fortworthtexas.gov. 2. The Contractor shall be responsible for the safety of pedestrians and motorists in the area of the traffic signal construction site. 3. Roads and streets shall be kept open to traffic at all times. Contractor shall arrange construction so as to close only one lane of a roadway at a time. 4. All construction operations shall be conducted to provide minimal interference to traffic. All traffic signal equipment installations shall be arranged so as to permit continuous movement of traffic in all directions at all times. 5. Contractor shall be responsible for any signage necessary during construction. 6. Unless otherwise noted, it is the contractor's responsibility to ensure that signal indications and timing are adjusted and maintained to ensure safety in work zone at all times. 7. Any traffic signal modifications during construction are subsidiary to traffic control plan (TCP) pay item. 8. Any traffic signal modifications shall be in compliance with the latest version of the Texas Manual on Uniform Traffic Control Devices (TMUTCD) and the City of Fort Worth Standards. 9. The contractor shall submit any proposed traffic signal modifications to the Traffic Signal Engineering Section for their approval ten (10) days prior to any changes. 10. Two-way traffic must be maintained at all times. One lane of traffic around construction operations in progress with adequate safeguards will be acceptable on minor streets only, unless otherwise directed by the Engineer. Electric Service: 1. Install the required electric services and obtain an electrical service permit in each instance, cost of which will be paid by the Contractor. 2. The electrical service shall comply with City Lighting Standards, Specifications and Details as applicable per plans. Luminaires: 1. The pre -qualified lighting contractor shall submit a contractor material package along with a copy of applicable plan sheets of the project to the Transportation Public Works, Street Light Department for review and approval before purchasing any lighting material for said project. All materials located within the City lighting system shall be an approved product. 2. The City will not furnish lighting system material to the contractor. The pre -qualified lighting contractor shall furnish and install lighting system in accordance with the latest City Standard Specifications, City Details, and plans. 3. The lighting system must follow the current City Lighting Standards, Specifications, and Details. Contact the City Street Light Section for direction on light pole types allowed and design requirements. CITY OF FORT WORTH 2O26 CONCRETE RESTORATION CONTRACT 1 STANDARD CONSTRUCTION GENERAL NOTES CITY PROJECT NO. 106177 Revised September 6, 2024 GP-0.00 Project Locations and Exhibit THIS PAGE LEFT INTENTIONALLY BLANK 2026 CONCRETE RESTORATION CONTRACT 1 City Project No. 106177 2026 Concrete Restoration Contract 1, CPN 106177 STREET NAME FROM STREET TO STREET QTY (SY) CD Campus Dr NB S Campus Ct Oak Grove Rd 700 8 Campus Dr SB S Campus Ct Oak Grove Rd 200 8 Campus Dr SB Southeast Loop 820 S Campus Ct 550 8 Hitson Ln Meadowbrook Dr Acapulco Rd 2,500 5 Hulen St SW Loo 820 Granbury Rd 5,500 6 Salt Rd SE Loop 820 SE Dead end 3,000 8 I Total I 12,450 I Campus Dr (SW Loop 820 - Oak Grove Rd) CPN 106177 aP,��.. tS.ac SFaOr P~Od/POr %r mac air �c � amity `� v E o Roma,. Ln ro O. Glasgow Rd a Dublin Dr Of `de s v v o LD Lacy o Limerick Dr O Altamesa Blvd, E o � ia v o > fo jx o U Engblad Dr Scope of Work - Select Concrete panel removal - Install Geogrid - Install Flexbase - Install 9 inch Concrete Panel Joe B Rushing Rd Dub Sh a �.wOr w ch1ra cr Hulen St (SW Loop 820 - Granbury Rd) CPN 106176 _® V �` = Shelby Dr 9e v, Night Sage Ln SeO \ 1 vewRo, 3 v a J w Huntly Dr Sp o ter ch view /- v �/ � N h- �a a`0 0 -• �� Bellair r, Mire 3, O P y 3 Pao 3 0 o Yo Rtl v `P� Winslow Dr A o� - C oQ/ d o ty cO OP 'y ,�� "j'p• V � Riieritl 3 _ �D %9j� Dr p` Galt Ave I rn Altura Rd II 4�' UGC, O a ro d Ov on Plaza a \\\t 3 South Dr o 3 Westdale Dr R Heywood Ave ° estdale o cc _ ta �� g (atlark 6 3 m a _ikirkn_. O g �tacb c tea'- 3 �°c- Svc ire/yq y� 3a� ,ra 6 yti, v° n O D c0 Cc W a�,e ha�� Barwick Dr Q,;' Fe a ve e i r Q Q Lassen Ct iv o L �:.. X � k c• N U � Cat° �, O ; Partridge Rd NN �;y Ivanhoe Dr Go �s Wonder ynn 1 / Sou Dr W I S, Highgrove Dr f Ln 9Ga ciao 0 o dale Pl 9 D� 0 �Oj M 1 FUII � d�S � berg / Noon Or Fawn Dr �tetl Everest Dr re � z Darla Dr Carlyle Dr o Wosley pr a� Albermarle Dr bra / �d�o0 E $ Wharton D Dr / Wren Ave estone C1 �� q�e 3 Led9 o Q � o Wren Ave c% raF Q z OAKMONT BLVD — Oakmont Blvd �a0Sva �9�P �v ay a o r GlenmontD y1°aA 9�otl Wayland Dr Stockton Dr o �O� / ��/� t�� ✓/ �y� x E McCracken Ct w 9, sec �✓ ��o S. �' d 3 Wilkie Way ec a �- ! �y Fenton Ave o Andress Dr o O �J� lac 5 ° j"(�._ �Oe Day Dr Day Dr Wed9mont Cir N � Minot Ave y� a Mesa Dr ST Oe \�ffi� Waco Wa y o o o Windwood Trl ty - av° Wonder Dr 3 3 m Kelvin Ave o Briarwood Dr CG Psl Pst�i7 PaP/ ��\� d� Wrigley Way Wedgworth Ct w Wedgworth Rd S 3 Canyon Springs Rd Pq� � 0 Cardiff Ave 3 e Wilton Dr o$ a o4t�h Scope of Work Select Concrete panel removal �6,c4, PoCoQ - Install Geogrid AltarnesaB,vd Wheelock Dr & - Install Flexbase I rDr w O es��^,�P Barcelona Dr Alicante Ave - Install 9 inch Concrete Panel m y o Cadiz p Ara9on Cibolo Dr er Way a� Co to Dr x e Pecos St Br oklin Arbor St v Algerita St m Oak Hill St Of ai Kelroy St m u= i Salt Rd (SE Loop 820 - Bridge) CPN 106177 Creek Rd Shore Point Trl Topwater Trl Willa Mette Dr David Strickland Rd David Strickland Rd A Vesta Farley Rd Vesta Farley Rd J c Laster Rd -` (U Sun Valley Dr Sun Valley Dr c Kaltenbrun Rd 4Kalnbrun Rd J e St t N o EMosson Rd y m r x o x Y \j ��'"'"�� O` I f_ I I I Freeman Dr Esco Dr This street should be started first for the project Scope of Work - Select Concrete panel removal - Install Geogrid - Install Flexbase - Install 9 inch Concrete Panel Hitson Ln (Meadowbrook Dr - Acapulco Rd) CPN 106177 Willowood Ct Meadowbrook Dr Acapulco Rd Bermejo Rd Scope of Work - Select Concrete panel removal - Install Geogrid - Install Flexbase - Install 7 inch Concrete Panel Castillo Rd GS-0.00 Standard Construction Details THIS PAGE LEFT INTENTIONALLY BLANK 2026 CONCRETE RESTORATION CONTRACT 1 City Project No. 106177 4' 4' I 12„ 44 _--FORTWORTH. 4 61" 2 Your Tax Dollars at Work I 3" 3„ —Project Title 82 Funding 11„ 2 22„ 12„ 12„ 12„ 1 R1" TYP. 3" Contractor: Contractor's Name Questions on this Project Call: (817) 392 - XXXX After Hours Call: (817) 392 FONTS: FORT WORTH LOGO IN CHELTINGHAM BOLD ALL OTHER LETTERING IN ARIAL BOLD COLORS: FORT WORTH - PMS 288 - BLUE LONGHORN LOGO - PMS 725 - BROWN LETTERING - PMS 288 - BLUE BACKGROUND -WHITE BORDER - BLUE - XXXX 22" 1„ TVo NOTES: IF APPLICABLE TO THE PROJECT, CONTRACTOR SHALL OBTAIN VINYL STICKER "CITY GAS LEASE REVENUE IN ACTION" / LOGO AT CDR SIGN AND ENGRAVING, 6311 EAST LANCASTER AVE (817-451-4684), PEEL AND PLACE IN FUNDING SECTION. PROJECT DESIGNATION SIGN " as o M'o'a — (4 Lf) N Q 1 o 12't 8 aaU 0 M 0� U Boa" > NLUoVq aM Ro" co jR Q o >'• Fay Q W S. ffi Q LLI fit' pW� , N d <o = Q } a W Q Nam„ ::r., '�- a a:Oi t2 p Q p r2 M > f pop 0QHa m� iW W o I N� d O uI a Y b w` •� ^.i'Y O IL m �G O w ua J wq 3 Nq � w 3 voiq � g s ~ x � 1+1 'two F wF UamcFi qo J wF �amU NaN as a ryas aFyJg Q 3VF K O 22 IL o w o n v"i s�f i •�a 3 w O sn0 Iz zcoiav g a N 6I g I y '.:. y ..I➢ cFi,m 0 0 oi� �c)� N Din y rc \uN �n �•j mo mm 2W^ ma �r.o s�M o oa OFq i� Y OUqol Wo ow IZl �amFo T ww_ tZl aamFo T -I Qdn q" dw>., I. Qwq �� R�Mw ¢V 3 an OUa3 aY O(wVJ aw" oazan >. oazan - o }; ;xw o3rwilM :> owuwi" of y�� •M•5 - a $$q Fq ¢an Qan Lj w N 00 d a� o O Z w � O Q u)af F- ow r ¢ U om ��® W CV) m x W 3 N z� M x� r 0 �o n �m W N L, D� M O Y U m cn Z of U U 0 O LL Y Q p m Z O ,) L Z OfQ Z W J UU Q U Q of Z O Cl) uj oLLj a U H Z p Z 'LL' nI F W V U LLI z� >o� o Q a o� oM aw H Z U Q u x O 1� rail 0 Ld Q �'O z r o0 Ld mo r� 3a I � �z ¢o = U W N aLn zof 0 o� 0 O n u) O m N� N Q M O uj z U O N O U M m CO m °r x Ouj o no FIRST POUR I SECOND POUR 18" #4 BARS (D 18" O.C.B.W. TYPE 1 CONSTRUCTION JOINT WITH SILICONE JOINT SEALANT PER 32 13 13-D518 #4 x 36" DEFORMED PROPOSED SUBGRADE BARS ® 18" O.C. PER TYPICAL ROADWAY SECTION FIRST POUR SECOND POUR CONSTRUCTION JOINT WITH SILICONE JOINT SEALANT PER 32 13 13-D518 T/2 T #4 BARS 0 18" I� LAP BARS �I � PROPOSED SUBGRADE 0.C.B.W. FROM FIRST POUR PER TYPICAL ROADWAY A MINIMUM OF SECTION 40 BAR DIAMETERS TYPE 2 FORT WORTH CITY OF FORT WORTH, TEXAS REVISED: 08-31-2012 --**ftv I CONSTRUCTION JOINT 32 13 13-D511 #5 x 18" DEFORMED BARS DOWELED AND EPDXYED INTO EXISTING PAVEMENT CAP 18" O.C. EXISTING CONCRETE PAVEMENT EXISTING - SUBGRADE 6" MIN CONSTRUCTION JOINT WITH SILICONE JOINT SEALANT PER 32 13 13-D518 PROPOSED - PAVEMENT PER SECTION 32 13 13 #4 BARS @ 18" O.C.B.W. T/2 T PROPOSED SUBGRADE PER TYPICAL ROADWAY SECTION FORT WORTH CITY OF FORT WORTH, TEXAS REVISED: 08-31-2012 CONSTRUCTION JOINT (BETWEEN EXISTING AND PROPOSED PAVEMENT) 32 13 13-D512 EXPANSION JOINT, FORMED GROOVE #4 BARS ® 18" ROUNDED TO Y4" RADIUS WITH 0.C.B.W. SILICONE JOINT SEALER AND 6" 6" REDWOOD EXP. JOINT FILLER 2' PER 32 13 13-D517 2" 5 x 24" SMOOTH DOWEL ® 12" O.C. DOWEL SUPPORT OR BASKET 16" DOWEL COATING W/GREASE DOWEL SLEEVE OR CAP TO FIT DOWEL AND BE SECURED BAR STOP PROPOSED SUBGRADE PER TYPICAL ROADWAY SECTION FORT WORTH CITY OF FORT WORTH, TEXAS REVISED: 08-31-2012 EXPANSION JOINT 32 13 13-D513 #5 x 20" SMOOTH EXPANSION JOINT WITHOUT DOWEL @ 18" O.C. DOWEL SUPPORT BASKET BARS ® 18" INTO EXISTING PER 32 13 13—D517 O.C.B.W. PAVEMENT \ r T PROPOSED PAVEMENT PER SECTION 32 13 13 1Ya" MIN. CLEARANCE EXISTING CONCRETE PAVEMENT 2" MIN. .. .. .. .: .......: ........ .... ... • T/2 T • PROPOSED — — — — — i—i--i—i—i — — — — — i i—i i i—i—i—� — — — i— — — — — — i i—i i—i i i—i i—i—i — i— SUBGRADE PER TYPICAL g^ ROADWAY EXISTING MIN DOWEL SLEEVE OR CAP SECTION SUBGRADE TO FIT DOWEL AND BE SECURED BAR STOP FORT WORTH CITY OF FORT WORTH, TEXAS REVISED: 08-31-2012 EXPANSION CONSTRUCTION JOINT (BETWEEN EXIST AND PROP PAVEMENT) 32 13 13-D514 #4 BARS ® 18" 0.C.B.W. DOWEL SUPPORT OR BASKET loll SAWED DUMMY JOINT WITH SILICONE JOINT SEALANT PER 32 13 13—D518 #4 x 20" SMOOTH DOWEL BARS @ 18" O.C. PROPOSED SUBGRADE PER TYPICAL ROADWAY SECTION FORT WORTH CITY OF FORT WORTH, TEXAS REVISED: 08-31-2012 CONTRACTION JOINT 32 13 13-D515 #4 BARS ® 18" 0.C.B.W. SAWED DUMMY JOINT WITH SILICONE JOINT SEALANT PER 32 13 13-D518 PROPOSED SUBGRADE PER TYPICAL ROADWAY SECTION FORT WORTH CITY OF FORT WORTH, TEXAS REVISED: 08-31-2012 SAWED DUMMY JOINT 32 13 13-D516 FORMED GROOVE ROUNDED TO Y4' RADIUS SILICONE JOINT SEALANT x REDWOOD EXPANSIONFILLER POLYETHYLENE BOND BREAKER TAPE p T DOWEL SUPPORT BASKET ' #5 SMOOTH DOWEL FORT WORTH CITY OF FORT WORTH, TEXAS REVISED: 08-31-2012 REDWOOD EXPANSION JOINT DETAIL 32 13 13-D517 T FORMED GROOVE ROUNDED TO Ya" RADIUS SILICONE JOINT SEALANT SAWED JOINT FACE V" DIA. CLOSED CELL EXPANDED POLYETHYLENE FOAM BACKER ROD FORT WORTH CITY OF FORT WORTH, TEXAS REVISED: 08-31-2012 SAWED JOINT DETAIL 32 13 13-D518 0 � U o N r LA Ill`I I? = 00 o M w °IIII ° o IIII N > N M �w w� an,.Il_I Z wan III O w� U w X W Q ..'. T III 3 w 0oZN �M oa I_ I � a O J Q w Z_ O � x U — '� Z O N � o V 8°0. Illli 1� m ' IIIII o � B,IIIIIII ° ° illll IIII: � a• III1 m ° Q:q,IIII IIII� 4' c,.11ll� - I —I N L(� o N N 0 ('7 CD b T- w M w N 1Y M w z Ow m H > J W d CL 0 U Q Z O UJO UXO x dZ OF <L. Q N w1c.> � F p U w zZ� /My� W p W •- HmM �F-Z A/ LL a(q ,- w VwZ d> O ZZ)p m O U ~ d M O Q W U H IIIII I J p oo I I I- � 0 =1 o ill N 1I— aN 0 IIIII � o III o .. WQZ o3WQom Rao Q � ° • —II maw � N011O3S 1 oc)pw L'i In lVoldl.l 213d - III- V) r z 92100 „L , �0 —I d o Q O()�Ua- ir WWW aarn(if w r 0 III Z x ° II- H x WO W ww oL _ _ af p III= IIIII C4 •o=1 w� o ` 0 III- o ? 0� J a<o D �w ZQ Op Od0 z o a� � �a� Jw zvQ ry '. o IIow w Q Z a- O w O > uj W cn Z OQQ �j O a-U_ a-Od f~ w w �c) Q cn z QO 0 N j W w O z Ckf ww a w- cn cn Qo = r= UE� O Z � N T � I- r /ro ~§ - �� \!/ Ilp r §� »�\ \ ) � § )» p \ :w o \ e \ {»i $ »^ HE § . & «# 7 § §!N !§■§2§ \- �(\ \) /k a! pw\� /° » 9 ; §$\ | "mq_\J g� y� l t : _ - -r E@®� - 2 (-\ & a #9#■ G} � w ® , m5 !� _ {§§ /2§§a22 {2| §�k� N` �E ! [§\ l;,�a§■ |!� k'S H; |` »!|§ :a Nz; . :K� _:—■=B| AH §K■■ §R !(w : LO N o i `M M Cl i O � N o w M L LO M U Q w m O D Z U N Z OZ LLI Of NwO Z YJzz Z W K O p z Q Z)w N CL m N Q a} o�O � Q V O w wL, a W of wD Ld o U7 O z � Q I.f� � w W Z r — — — — — — — +++ = +++++ + + o a ++++++�; + + \ +++ ..+. o 5 .4 +++++++++ • Z NlVM301S N I N XVW L:ay '+'+ +++ + \ LL LLI d W V a +++ +++++ \ LL 0 I+++++++•+ \ LL 0 ++`'+ \ + ++++++ \ o } W + + + i ... F- wi ++ Or Of Ld mo U Of Z I I v o LLJ O Q I I W a. d N a Q I O Z N '- •- � rr Q K z X I O N N I JO N I Cl) Z O O Y Qw 3w rp } < Q z z� ad w 3Z' H Omp O ZU O Uw m -i z W Z m Z� p Z f0pU o N O W O Z W Q Q Y w l W O m m X>- J � w ~ J N Q m w 3 \ W m D 7 0 U U H jZ>NWO U Z Q Z O O Z W m~ mQ w Z a � W U w d U�J .0 af cr � OZ �Qp O WUQ I- w O J Om ~ ~ p ui ry Q WZ Q> V1V U m Q aw H UJ X- m O p0QNQ~Om z _ W J W J H 3 m U Wo> Q LL,Z W w O W W= W 2 m Z �UCVU H UH rMQ N o `M i M Cl i , O N o w M w N M Y Q W LU F Z U cki Q LL Z W w O n ,^ XV, t n a aCL w ¢ z �� W a Y O Q Ocli� w W ''nn ~ V Ld O N n Z �2 Z K J O Y 0 0 04 Y J _ v� z U UJ W J a Q � U) aW U O _ LLI / II ° o�� Q w Z mH o°m / DN t- _ < z ga I I we z WIN l:OZ I a Q z «� XVW l:ZL m z ax dWVH I o~_ J (N Q Z F W -_- �3m o mJ E z af x w oa o O w� m W U> \ I m� = a z a-�'XVW U a J z �� \ 3 Z 3O � W a o z O Z O U �Ofw Q O O \ O WU� U U W Q w W J Z^ d d — 2 LLI O d ~ F W v � � W nW Z C) J W Z U Q O 3 w � W W H J 1 S m O_ U W Z Q Z dW~=)O Z -iw � . U d �O�wW j 3<n � W � < U W H Zw� Zm O .J UO2) ae Z Z W O Q W LLI J �zw� 0=CL \ az<�0 w 0 OOm oo<IL z N d Z N< W Q J Q Q �- J U7 i W Z m O = Q Z �HNQ m U7 r6 o M N Lo M Cl i � O N o w M w N M m Z o Y J a D V Z m in z z o w 0 o w m ¢ a/ a a V a C = z w� O G U Z IL ITF-X QUO x L'i� w� � w Z -- o O U � o a I aaZ ° 3 o' I ��� a- m� I p L-Q N I m�0 Ln Z I = M V awe U ¢ Q WwM I I W a w D w I NIW .9 I U 0. Xvvq.; ILo %Z Z O J a z I I = W Q= Iz Z I p m� C^ a 3 C0 w ¢ imp W in x Z � N W Upf 5 ;�Q F =U p Q a w O m W ~ _ t w I F, � Z U z ? O Z Q- W 0 = OU �Ww m O 0of w w W Q J IL�J U N = H�L, o� ~ 0 U ~. W H Z X► LodW L, tm o O °GZ 0 M m - N J > J Z W U Q J p 0 O Y46 J z as z d W N Z W u z d a a W W F O m Q K� J Q > W v 0 (n OZ m N¢ H Z of OJ�00 W w Ow UpvN O N Z m Z Z Q N W m W Q W U Z W J m N a Z U 0 J W a W Q Z 2 J x 0 OQ¢��m z O LLI Z J W [if W H W a 1 _ <0 Z- N H d 0 M o � N LO M 0 O N o w c+M L w N ¢ W CO) 0 � z D V) Z Li 1' JW } (? Z� 3 Q w w U 0_ w 0 N w 0 U U� w� OQ 30 li C G Z V) 'NIW QO w 0 V) W N M E0 Q S �O J p �N w < U r7 Z M H� p 0_ Ld W w U I ' zI z *+*F+++ ° AbM01S ¢ z 'NIW l:OZ \ \F��. z 0 \\ > z n XVW l Z l_ I + 4 Q o Q ¢x J dWd2J++ �'++++++ ' \ W oa 1-V a ]tZ ^ a F r z o ca z 310N 33S d 3—� WZ p �w z0_ p¢ N _ 0 0 � � �a Z� o Q 3o W a a J ¢Z F- 0 w .~. UH Ha W �W U Q W D J U) W Z a z z = mW Z W< J p W W O<LLJ U�J O]O�U ZwQ pmJ CL- z z 2W~(n2� 0_ ¢W�WX m V)UZ~~ W W w a- w g 3 0 2 0 = V J HH ~� ZN H H J w , Z 0. W H W 0� W ZwOw U O O m Z_ WCl. Esw U� Z 0N0W Z0 D_~¢¢ SO O_ WZQQH H I 'fou ,w V) F~ p0 mQpQQtn�j fmUu O U m 0 �w W H�O'O ZOQ wQOz w3 ~ w} W wmvzi w UQ� U mO ZZw C<L u< -U5w �NQww Zs 00¢Q�zOcnmQp0D0-L, i w=U� JQFm0000 �0] 0_ J J J Q Z_ H U1 - Ed w J 3 p Z H 3_ ¢ U W U ZZ OU=i p.i V) r'�0_�0]=iJJ Z. Np o (V L O M 0 O N o W w M a W wN4 N N Of () Z� Z� Ld � o m w M Z LLj J M W m U W W Q U1 F N U M LLI A Li �� M O W Ld d 1.6 U 'NIW m Q NOWSNVU s odno U V _ \ LU ? H I Z U Z I IIr++r+r+r+r+r+r r +� L +Vr+r+r+r+r+r+r + +.♦++++++++++++ Z >IIVM301S N< I z NIW L OZ "XVW l Z l I a\ I v i+++r+r r+r+a� Z a 2 \ Q O W U JX \+++ +++++ + I v �+ 0 Q LL >- N Q V RON 33S U a z o Z zz W W o of zcj� Q OfLd ¢0 co z .-. U cn w Q Cl) a a co m < 0 XF UH w Fa w� ow U N (? W Z Z W Z: a U JmO�U zw¢ Q a�wwz 2w~(=qk m d QW�W X FO~HHFOm �ujLLjFg w aoS 0 m��JFFFF �mwz� Wz of U¢wWF 0 0 o�00W m Z w W Z� 0 m ow FZ Z mm wQO a F W z i W m W <W, J W F Q w Z 0 m F Q¢ d' W � p U o o w 0 a U O OQQ,-- OQ(F mOOmowO uj 0 U W= zmHO�FZWQJO z2 W�FUW]'JmON2mUWz U �ZLLj° ¢=�ocn nwpa d F Q- F N X 0 m Q= W W z p 0- Z O p0¢wK 0� m¢W0(n Ei�- F H F LL(n U �JwO�CmJH W =LLJ QoO(D= �Of Q O Z ZJ�J>CL ' W O F ZF3"QmOmZZWF 0 SON§i m�.U1 rM�m3Q-jm m Q) U U W Z � O z L W U Q N J vM m w r C~j L M H m W D W 0 (n W \ I NIVMSSodo Ln w 0 z w V) U Z aw -J Z Qm -Lu 0mJm 0ofU Z W Q p Q =w~� =[if a �UW Vl Z~~wWm w 0- LLI (D O Q W J�- F F F J Q> Z w o w F Z='LZ aFWZ> W(n W �QQSO� < LLJ ~ 0 Q W 6300 w(n J ZZZ�2F 0-'QOQQ UlH D 0 U O 00zZOQ Z p~ E U w} J wZw UQ� dFo<x< 0�w pOQ�Z Om mQ (nw ZZ)— Ow W W HF WUp zp7 JQ (nM0Ci_ -W 0 J Q W�Sw J >(L H p NZ�p.i(n Mw w U � Q � W (n Q (� p Z W z m J Q w m Q U O I z Q W za o CL zZJ 0Q U �< a W --m O J W +++ NIW l :OZ ? 'NIW l :OZ +++++ Xb'W l:ZL Z � XHW l:Zl +++++ z dWHLI z n dW� +++ I n ++r+r+ ++++ ++++++ ++++ N Z (n ¢3� r J Q O m w 3 Z of J N Li W Ucp (n c Q (O d U � A N Iq LO Q < z wx F W O N 1 Y U J H w =JU 0 ~� W lY Ln�3Q� a z�mw w L� H�0 O N 3 O z� rcnm O O —Ornz� O n az� x W M 0 W U OON JZ_Q(n J W SSW W m Q U Q wzQ d�=UpH Z� L= yzj p Omm 88 U (n > l W x >< a o p W p LLI N = H o N w H Z �� N O H d J a M �W F=OWZ zxw�0 - a N H I- pz amoZZ zz�� 3 w W ��=pma d Lai W ?Z OUW�mQ p ODSOO�a> �O H3o p ¢ wZ) W LLJ viW� w m- -Lo,w a ZwW xmWa mCif� <Z m� F- ~ zUx¢w3� LnpYrz3 zcwn �JmNm d~ z~w~¢Dww � m�tY d W C) W Z W I <= W W H w d w W m p U V m U W N p w== a p W< W ¢ 3F aOwpJ m0 QW QOJWa a 3 (n H =oUlm F,C)~ LJ OLL Jp Q Z p3 p W w<n�WU7 m m W O W' LL J 00000 m O D pLL, lY O� O Z Q Z (n Z p w m O } O Q' m W O 00000 00000 Z Q J } p H W J H J a a w m� m o pZ z U, W U) Q _ 00000 W ~ Z = 0 S s> 3 L,� U Y m O Q m J w Ln U) >¢ H f- m Z H 3 z LL,m O N X ''�^^ V/ 13nda1 Daoao w W o p o ? W c� m w p z n d z r a o J Q J F w L NVIN1S343d 00000 Q W J WO ¢ U7 Q (n p Z U H= U a W U~ U U m O J V% Q J -w) d0 N01103bI000000 0000o U a Q w �w O¢ Q� ¢�xaw Z Z vU W U W~~ w m 0?�, wpJ W'JU w a = Z J w < ofN d Z Q O Q O L,j W z g d Z W K W l H w¢ p ~ H H H p NIW Ovx zp�03�m�v=i¢a=v=ikx-a3a���0�za Z tiZ F-Z v�pN�zz�Wwzv~3Za�Jzw�03ww ~ Z ,-<zOofZ, P zoozobm>-Zzzm mmow Q a mz)y�oQU3wQaaQw���WWUwOa0 ?i !n� �Qap w�3Q�W 3w Q3 zXH 6,t! J W3 Od•z u) p J3p00 W W W JO J J N p� mw m W O W oN LL W <N j�QO Fm QO 0¢ Ll' 0 I pJN¢ J3 O M�M mm WQx WwZQ wOawOzz UL`F- U wSd W (n L� U�dO W <Jm W W Q W=<� (~/7Of Q W N Q Q W F U O Q a a H p 3 Q m 0 p of p H 3 L� Q p J J p 0-M N O Y Z N M 4 «7 cD r a0 V W Q 3 W O W U) Q (3 in W ¢ o } J Mo m � Z U Z 00 ¢ F U H 3 Of Ld O2Z W Qm Qlx- F- W ¢ p U U 3 0 p 0- F J F O IL�y < W W < m Jp mLLI ^ W W W J DOH a0Q FI�1 E ic) > `✓o LL a F _Z W Z �k.�.. F- S p Z P p W WL-N �z —III �JZ W< �� II— L Zoo p3 III 000 � z o z x a� UJ a�Z a Z W � � W V) o J m a m ¢Z ¢ ¢ z a W W U O O U Of H 0d W Z 00000 0 a 3 00000 W W 00000 - 00000 Q O J i 13AV81 - 000000000 J z z z NdIb1S303d dVlVd 00000 00000 A� w o F 30 N01103NI4 00000 D w W w 00000 Q Q N 00000 J W l � ( 0n NIW J d w C) z a LL o > z Up 3 p U ItiZ W H O Q } W 3 U 00 J 3 W J W m H p ax �~ H2 �3 m w0 �o om mm ¢ a O W w o m Mm �Q C) co N Nt N o 0 b N xvvl.£ of LO M p J W t £ m� w3 �< z JU N o O wpoF ,wsz LLIa I xwLZi WW=~ z K J W V� Z IOIJJWOo 4OW pm6Q QUO 3 < J a z J 3 a3c�o x ri i ._...._..._...._ _._._._..... _........._. Q W 3 Z > W _ _jOZF a o O wd m �- ® WHEW 000Of oa o rc W .Z' 3 � W W 0Z 3o ¢��y4 m w W > CD(D Of w Q J < oa F Q O U Z D O U J OQ0a3 Q VI xow J w d 0 a N a i> gwti U wOWZ w p v Y O Na.0 Qw y' ` m 3 0 U a n rc K m m•oo — Z w �aa.J S r N us �� a v� O W. N I m c�.>wi ado < �OZW L.L 0 wy a W z III ° O �QOp W a 0 W ip Q3 U. Kp 00 Nm Q d J W OQ�O >� o� zw m vNiz cmi �o J �' J W y i c°5 i 0 f/1 a cmi Y n a 3 W d 0 K C.) W Q W Q S ;nmz U rl ; ow S31LItl� x m, 0 N Y JZZO 3 Q Y (n O C)W=D LL O W QW0 (/l�HV H 3Uo 0 Z�NM ~ Cl)o�Q VI NQp U 3mz "Z O ti m z ¢ U U a vm art . Q O N � Z ZOZ O O H pOW W 8 to �f�'ll M. U Z y m 8g� I� m p pOo lu 1 am p<9 a = y r `E/ 'o owm k'mz O a o ow iovi mp thaw J Q T} I �oz 0] aK WO T} o=o pV�rn � cpi c°5 O z � �� W 0 .Z M.0 O Utn Oi •Z� w OF .i.o o f 0 Z O J~ L.J I— °o in 3 W ti O o �` w N ® Z O< y Y > J e N N a .0 Z O x z OQ m Z U ® O Q U m m Y,N U "aid Z O w N �m to cmi aN rn mm Q a o H 0 w cn ¢ w U "o N N X w o n Q L 0 1 3 1 in tri V o .Z O a m M� p Z O z O. N .b • co Nt Lc) 6 � p J 6 04 \ M > r ƒ N M »\r \ _j \ # ® - w, a GO z @ �® 3 / III/_ \ Lu \ =II 1I= !� _ 2 D —q� 3 / �d� < 4 m / ® a 4 / ¢ \$/��ƒ z / /\ e w �ƒ7 g 9— Its e ~ ® 3 \ Q ƒ /j � , u o\ ± Luo \ \I-- \\ ,Rj( z 3 £§ \ /§j / / ; / > e\am / ODO ° \! / f \ 0 \ j ƒ / \I \/ _ ; °0 0 \- \\ § \` k \ 2 LLJs <E§m 4 c 0 ,j / =ua< \o- <~n }. !~ F- z< <z g < , e z _ ° z e ©0= /2 u =z oz F < i/ ® j : < /f§ P= a a_ \ «/ 0« \/ U\< �\\/} �E a\ Ld III � z& w m J� fC5 ° , FORTWORTH. City Secretary's Office Contract Routing & Transmittal Slip Contractor's Name: R&A Legacy Construction LLC Subject of the Agreement: Authorize execution of a contract with R&A Legacy Construction LLC in the amount of $2,783,448.98 for the 2026 Concrete Restoration Contract 1 project at various locations. M&C Approved by the Council? * Yes ® No ❑ If so, the M&C must be attached to the contract. Is this an Amendment to an Existing contract? Yes ❑ No 8 If so, provide the original contract number and the amendment number. Is the Contract "Permanent"? *Yes 8 No ❑ If unsure, see back page for permanent contract listing. Is this entire contract Confidential? *Yes ❑ No 8 If only specific information is Confidential, please list what information is Confidential and the page it is located. Effective Date: 01 /13/26 Expiration Date: 01 /12/2031 If different from the approval date. If applicable. Is a 1295 Form required? * Yes 0 No ❑ *If so, please ensure it is attached to the approving M&C or attached to the contract. Project Number: If applicable 106177 *Did you include a Text field on the contract to add the City Secretary Contract (CSC) number? Yes 8 No ❑ Contracts need to be routed for CSO processing in the following order: 1. Katherine Cenicola (Approver) 2. Jannette S. Goodall (Signer) 3. Allison Tidwell (Form Filler) *Indicates the information is required and if the information is not provided, the contract will be returned to the department. Permanent Contracts Advanced Funding Agreements Architect Service Community Facilities Completion Agreement Construction Agreement Credit Agreement/ Impact Fees Crossing Agreement Design Procurement Development Agreement Drainage Improvements Economic Development Engineering Services Escrow Agreement Interlocal Agreements Lake Worth Sale Maintenance Agreement/Storm Water Parks/Improvement Parks/Other Amenities Parks/Play Equipment Project Development Property/Purchase (Property owned by the City) Property/Sales (Property owned by the City) Property/Transfers (Property owned by the City) Public Art Sanitary Sewer Main Replacements Sanitary Sewer Rehabilitations Settlements (Employees Only) Streets/Maintenance Streets/Redevelopment Streets/Repairs Streets/Traffic Signals Structural Demolition (City owned properties) Utility Relocation Water Reclamation Facility Water/Emergency Repair Water/Interceptor Water/Main Repairs Water/Main Replacement Water/Sanitary Sewer Rehabilitation Water/Sewer Service Water/Storage Tank FORT WORTH. Routing and Transmittal Slip Transportation & Public Works Department DOCUMENT TITLE: 106177_2026 Concrete Restoration Contract 1 M&C: 26-0040 CPN: 106177 CSO: DOC#: Date: 02/19/2026 To: Name Department Initials Date Out 1. Sophia Flores TPW - Review ls-v� 02/20/2026 2. Tariqul Islam TPW-Approver TI " 02/20/2026 3. Donnette Murphy Risk -Approver IN IJM 02/20/2026 4. Patricia Wadsack TPW-Approver p[�/�/ 02/26/2026 5. Lauren Prieur TPW — Signer Lauren Pneur 03/01 /2026 6. Lorita Lyles Legal - Approver 03/02/2026 7. Douglas Black Legal -Signer Douglas Black 03/04/2026 8. Jesica McEachern ACM -Signer CM 03/12/2026 9. Katherine Cenicola CSCO-Approver �� 03/12/2026 10. Jannette Goodall CSCO-Signer" 03/12/2026 11. Allison Tidwell CSCO-Form Filler .% 03/13/2026 12. TPW Contracts TPW DOCUMENTS FOR CITY MANAGER'S SIGNATURE: All documents received from any and all City Departments requesting City Manager's signature for approval MUST BE ROUTED TO THE APPROPRIATE ACM for approval first. Once the ACM has signed the routing slip, David will review and take the next steps. NEEDS TO BE NOTARIZED: ❑YES ®No RUSH: ❑YES ®No SAME DAY: []YES []No NEXT DAY: ❑YES ❑No ROUTING TO CSO: ®YES ❑No Action Required: ❑ As Requested ❑ For Your Information ® Signature/Routing and or Recording ❑ Comment ❑ File ❑ Attach Signature, Initial and Notary Tabs Return to: Please notify TPWContractkfortworthtexas.gov. Thank you!