Loading...
HomeMy WebLinkAboutContract 47994 s CITY 8E�3RfTARY r D.O.E. FILE CITY SECREETTANY 4 CONIRACTOR'8 gtaNplNG CO. FORT WORTH CONTREICT NO. ' (*NSTRUCTION'S COPY CUENT DEPARTMENT PROJECT MANUAL FOR THE CONSTRUCTION OF 2014 CIP YEAR 2 - CONTRACT 3 UNIT 1 —WATER UNIT 2 — SANITARY SEWER UNIT 3 —ASPHALT PAVEMENT City Project No. 02433 PW DOE No. 7493 Water Project Number: P253-606170243387 IN Sewer Project Number: P258-706170243387 Betsy Price David Cooke Mayor City Manager John Robert Carman Director, Water Department Douglas W. Wiersig, P.E. op Director, Transportation and Public Works Department Prepared for The City of Fort Worth Water Department 1 and �� ansportation and Public Works Department pt� E �' s ;• , July, 2015 g LAWRENCE HAMILTON 4F e�...�:.. '90528.. ..: So:�o ,CEcN • \�%i H H A M LTO N Cavil E��gare�eranc� '%%i ZONAL ENS F-10723 ` E ECORD TAM;y Tlt 40 tORT WORTH PROJECT MANUAL FOR THE CONSTRUCTION OF 2014 CIP YEAR 2 - CONTRACT 3 UNIT 1 — WATER UNIT 2 — SANITARY SEWER I City Project No. 02433 DOE No. 7493 Water Project Number: P253-606170243387 Sewer Project Number: P258-706170243387 Betsy Price David Cooke Mayor Cily Manager John Robert Carman Director, Water Department Prepared for The City of Fort Worth Water Department July, 2015 - i�\P -1"sA � civil Er�gineer'ir�y ; . � F-10723 LAW RE[!CE F1AP-A1!.iOR � �i0'1tc 'CENS�' ar e dn FORT WORTH PROJECT MANUAL FOR or- THE CONSTRUCTION OF 2014 CIP YEAR 2 - CONTRACT 3 ' UNIT 3— STREET CONSTRUCTION At Various Locations City Project No. 02433 Betsy Price David Cooke Mayor City Manager Douglas W. Wiersig, P.E. F' Director, Transportation and Public Works Department rw Prepared for r• The City of Fort Worth TRANSPORTATION AND PUBLIC WORKS In July, 2015 op ��..ls.....a...........,<o.:.. NAXB N. FARES .................... ti.. 68315 ..` f l' �4S•/ � ��Vim' ,r t, PI do OM 10 Kv%-rl*-" WO R T H a City of Fort Worth Standard Construction Specification OR Documents Ow An Ow Adopted September 2011 r 00 00 00- 1 STANDARDCONSTRUCTION SPECIFICA'1'10?�DOCUMENTS • Page 1 of 5 SECTION 00 00 00 f TABLE OF CONTENTS Division 00- General Conditions 0005 10 Mayor and Council Communication 0005 15 Addenda • 00 11 13 Invitation to Bidders 0021 13 Instructions to Bidders 0035 13 Conflict of Interest Affidavit 0041 00 Bid Form { 00 42 43 Proposal Form Unit Price 00 43 l3 Bid Bond 00 43 37 Vendor Compliance to State Law Nonresident Bidder • 0045 11 Bidders Prequalifications 0045 12 Prequalification Statement 0045 13 Bidder Prequalification Application 00 45 26 Contractor Compliance with Workers'Compensation Law 00 45 40 Minority Business Enterprise Goal 00 52 43 Agreement 0061 13 Performance Bond 0061 14 Payment Bond 0061 19 Maintenance Bond 00 61 25 Certificate of Insurance 00 72 00 General Conditions 00 73 00 Supplementary Conditions Division 01 - General Requirements 01 11 00 Summary of Work 01 3300 Submittals 01 35 13 Special Project Procedures 01 6000 Product Requirements 01 71 2 3 Construction Staking and Survey Division 02 - Existing 02 41 15 Paving Removal Division 31 - Earthwork 31 23 16 Unclassified Excavation • Division 32 - Exterior 32 1 13 3 Cement Treated Base Courses 32 12 16 Asphalt Paving 32 12 73 Asphalt Paving Crack Sealants 32 13 20 Concrete Sidewalks, Driveways and Barrier Free Ramps 32 16 13 Concrete Curb and Gutters and Valley Gutters 32 17 23 Pavement Markings 32 17 25 Curb Address Painting 32 32 13 Cast-in-Place Concrete Retaining Walls 3291 19 Topsoil Placement and Finishing of Parkways CITY OF 1,010 WORTH 2014('11'Year'-)-Contract 3,Unit 1,2.and STANDARD CONSI RUCTION SPECIFICATION DOC'UM1:NI:S CPN 02-1±3 Revised Novemher 22.2013 000000-2 STANDARD CONSTRUCTION SPECIFICATION DOCUMFNTS Page 2 of 5 3292 13 Hydro-Mulching, Seeding,and Sodding 33 05 13 Frame,Cover and Grade Rings 3305 14 Adjusting.Manholes, Inlets,Valve Boxes,and Other Structures to Grade 3305 17 Concrete Collars Division 34-Transportation 3471 13 Traffic Control Special Provisions Submittal Roadbond En 1 Portland Cement vl Paving Allowance f �► Technical Specifications listed below are included for this Project by reference and can be viewed/downloaded from the City's Bumaw site at: rbVs://p[oiecWgint.buzzsaw.com/client/fortworthgov/gesgmMs/02%% ifi�;ations r 01 25 00 Substitution Procedures 01 31 19 Preconstruction Meeting 01 3120 Project Meetings 01 32 16 Construction Progress Schedule 01 3233 Preconstruction Video 01 4523 Testing and Inspection Services 01 5000 Temporary Facilities and Controls 01 5526 Street Use Permit and Modifications to Traffic Control 01 57 13 Storm Water Pollution Prevention Plan 01 58 13 Temporary Project Signage 01 6600 Product Storage and Handling Requirements 01 70 00 Mobilization and Remobilization ® 01 7423 Cleaning 01 77 19 Closeout Requirements 01 7823 Operation and Maintenance Data ' 01 7839 Project Record Documents Division 02- Existing Conditions AM 0241 14 Utility Removal/Abandonment Division 03-Concrete 03 30 00 Cast-ln-Place Concrete 0334 13 Controlled Low Strength Material (CLSM) M 03 34 16 Concrete Base Material for Trench Repair 03 80 00 Modifications to Existing Concrete Structures i Division 31 -Earthwork 31 25 00 Erosion and Sediment Control Division 32- Exterior 3201 17 Permanent Asphalt Paving Repair 3201 18 Temporary Asphalt Paving Repair CITY OF FORT WORTH 2014 C IP Year 2—Contract 3,Unit 1,2,and 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 02433 Revised November 22.2013 000000-3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 3 of 5 3201 29 Concrete Paving Repair 32 11 23 Flexible Base Courses 32 11 29 Lime Treated Base Courses 32 13 13 Concrete Paving 32 1373 Concrete Paving Joint Sealants 3231 13 Chain Fences and Gates 32 31 26 Wire Fences and Gates 3231 29 Wood Fences and Gates 32 93 43 Trees and Shrubs Division 33- Utilities 33 01 30 Sewer and Manhole Testing 33 01 31 Closed Circuit Television(CCTV)Inspection 3303 10 Bypass Pumping of Existing Sewer Systems �. 3304 10 Joint Bonding and Electrical Isolation 3304 11 Corrosion Control Test Stations 3304 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance Testing of Water Mains 33 04 50 Cleaning of Sewer Mains 3305 10 Utility Trench Excavation, Embedment,and Backfill 3305 12 Water Line Lowering 3305 16 Concrete Water Vaults 33 05 20 Auger Boring 33 05 21 Tunnel Liner Plate 33 05 22 Steel Casing Pipe 33 05 23 Hand Tunneling 33 05 24 Installation of Carrier Pipe in Casing or Tunnel Liner Plate 33 05 26 Utility Markers/Locators 33 05 30 Location of Existing Utilities 33 11 05 Bolts,Nuts,and Gaskets 33 11 10 Ductile Iron Pipe 33 11 11 Ductile Iron Fittings 33 11 12 Polyvinyl Chloride(PVC)Pressure Pipe 33 11 13 Concrete Pressure Pipe, Bar-Wrapped, Steel Cylinder Type 33 11 14 Buried Steel Pipe and Fittings 33 12 10 Water Services 1-inch to 2-inch 33 12 11 Large Water Meters 33 1220 Resilient Seated Gate Valve 33 1221 AWWA Rubber-Seated Butterfly Valves 33 1225 Connection to Existing Water Mains 33 1230 Combination Air Valve Assemblies for Potable Water Systems 33 1240 Fire Hydrants 33 1250 Water Sample Stations 33 1260 Standard Blow-off Valve Assembly 3331 12 Cured in Place Pipe(CIPP) 33 31 13 Fiberglass Reinforced Pipe for Gravity Sanitary Sewers 33 31 15 High Density Polyethylene(HDPE)Pipe for Sanitary Sewer 3331 20 Polyvinyl Chloride(PVC)Gravity Sanitary Sewer Pipe 3331 21 Polyvinyl Chloride(PVC)Closed Profile Gravity Sanitary Sewer Pipe CITY OF FORT WORTH 2014 CIP Year 2—Contract 3,Unit 1,2,and 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 02433 Revised November 22,2013 000000-4 STANDARD CONSTRUCTION SPLCIFICA NON DOCUMENTS Pa_oc 4 of i r 33 31 22 Sanitary Sewer Slip Lining 33 31 23 Sanitary Sewer Pipe Enlargement 33 31 50 Sanitary Sewer Service Connections and Service Line 33 31 70 Combination Air Valve for Sanitary Sewer Force Mains 3339 10 Cast-in-Place Concrete Manholes 33 39 20 Precast Concrete Manholes 33 3930 Fiberglass Manholes 33 3940 Wastewater Access Chamber(WAC) 33 3960 Epoxy Liners for Sanitary Sewer Structures 3341 10 Reinforced Concrete Storm Sewer Pipe/Culverts _3341 11 High Density Polyethylene(HDPE) Pipe for Storm Drain 33 46 00 Subdrainage 33 4601 Slotted Storm Drains 33 46 02 Trench Drains r. 3349 10 Cast-in-Place Manholes and Junction Boxes 33 49 20 Curb and Drop Inlets 33 49 40 Storm Drainage Headwalls and Wingwalls Division 34-Transportation 3441 15 Rectangular Rapid Flashing Beacon 3441 30 Aluminum Signs Standard Details F Appendix GC-4.02 Subsurface and Physical Conditions GC-6.06.D Minority and Women Owned Business Enterprise Compliance GC-6.07 Wage Rates GR-01 60 00 Product Requirements END OF SECTION E CITY OF FORT WORTII 2014 CIP Year 2—Contract 3_Unit t,2,and; STANDARD CONSTRt1C'f[ON SPECIFICATION DOCUMENTS CPN 02433 Revised November 22.2013 M&C Review Official site of the City of Fort Worth,Texas CITY COUNCIL AGENDA FoRTWoRm COUNCIL ACTION: Approved on 5/1712016 -Ordinance No. 22225-05-2016 & 22226-05-2016 DATE: 5/17/2016 REFERENCE NO.: C-27722 LOG NAME: 20_2014 CIP YEAR 2 CONTRACT 3 " CODE: C TYPE: NOW PUBLIC NO CONSENT HEARING: SUBJECT: Authorize Execution of a Contract with Conatser Construction TX, LP., in the Amount of $1,936,536.00 for Hot Mix Asphaltic Concrete Street Rehabilitation and Water and Sanitary Sewer Main Replacement at Multiple Locations Throughout the City of Fort Worth, and Provide for Project Management Costs, Construction Inspection, Material Testing and Contingencies for a Total Project Budget of$2,323,843.20 for 2014 CIP Year 2, Contract 3 and Adopt Appropriations Ordinances (COUNCIL DISTRICT 6) RECOMMENDATION: It is recommended that the City Council: 1. Adopt the attached appropriation ordinances increasing estimated receipts and appropriations in the Water Capital Projects Fund in the amount of$619,645.00 and the Sewer Capital Projects Fund in the amount of$390,965.00 from available funds; and 2. Authorize the execution of a contract with Conatser Construction TX, LP., in the amount of $1,936,536.00 for Hot Mix Asphaltic Concrete Street Rehabilitation and Water and Sanitary Sewer Main Replacement at Multiple Locations, 2014 CIP Year 2, Contract 3 on approximately two lane miles as listed on the attachments provided, DISCUSSION: This project will provide for street, water and sanitary sewer improvements, as indicated on the attached project listing. The Transportation and Public Works and Water Departments will share with - the costs of these improvements. Transportation and Public Works' share on this contract will be $925,926.00 which is available in the Street Rehabilitation Fund and the Water Department's share on this contract will be $619,645.00, which is available in the Water Capital Projects Fund and $390,965.00 from the Sewer Capital Projects Fund. This project was advertised for bid on July 30, 2015 and August 6, 2015, in the Fort Worth Star- Telegram. On August 27, 2015, the following bids were received: Bidders Amount Conatser Construction TX, LP. $1,936,536.00 McClendon Construction Co., Inc. $2,007,152.20 Stabile &Winn, Inc. $2,279,108.00 Jackson Construction, Ltd. $2,284,941.00 Appropriations for the 2014 CIP Year 2, Contract 3 project will consist of the following: Description Existing Additional Future Project Total* Appropriations A ro riations Appropriations Engineering $449,312.00 $0.00 $0.00 $449,312.00 Construction $1,983,429.00 $1,010,610.00 $0.00 $2,994,039.00 Project Management, $1,115,567.00 $0.00 $0.00 $1,115,567.00 M&C Review Real Property, - Acquisitions, Inspection, Testing and Contingencies Total Project 1 $3,548,308.00 $1,010,610.00 $0.00 $4,558,918.00 Appropriations for the 2014 CIP Year 2, Contract 3 project will consist of the following by fund: Fund Appropriations* Water Capital Fund 59601 $1,333,468.00 2014 Bond Program Fund 34014 $2,298,307.00 Sewer Capital Fund 59607 $927,143.00 Project Total $4,558,918.00 Construction is anticipated to commence in June 2016, with a contract time of 80 calendar days, the construction is estimated to be complete by the end of August, 2016. Upon completion of this capital project, it is anticipated that there will be no impact on the Transportation and Public.Works annual operating budget as well as to the Water Department's operating budget. M/WBE OFFICE: Conatser Construction TX, LP, is in compliance with City's BDE Ordinance by committing to 13 percent MBE participation on this project. The City's MBE goal on this project is 12 percent. M These projects are located in COUNCIL DISTRICT 6, Mapsco 89U, 89V and 90S. FISCAL INFORMATION/CERTIFICATION: The Finance Director certifies that appropriations are available in the TPW Street Rehabilitation for the 2014 CIP Year 2, Contract 3 improvements, and upon approval of the above recommendations ® and adoption of the attached appropriation-ordinances, funds will be available in the current capital budget, as appropriated, of the Water Capital projects Fund and the Sewer Capital Projects Fund. The Fiscal Year 2016 Water operating budget includes appropriations of$26,068,353.00 for the purpose of providing pay-as-you-go funding for capital projects. After this transfer for the Fiscal Year 2016, the balance will be $14,293,969.67. The Fiscal Year 2016 Sewer operating budget includes appropriations of$26,300,046.00 for the purpose of providing pay-as-you-go funding for capital projects. After this transfer for Fiscal Year 2016, the balance will be $20,429,408.17. Fund Existing Additional Future Project Total* Appropriation Appropriations Appropriations Water Capital $713,823.00 $619,645.00 $0.00 $1,333,468.00 Fund 59601 2014 Bond $2,298,307.00 $0.00 $0.00 $2,298,307.00 Program Fund 34014 Sewer Capital $536,178.00 $390,965.00 $0.00 $927,143.00 Fund 59607 Project Total $3,548,308.00 $1,010,610.00 $0.00 $4,558,918.00 TO Fund Department Account Project Program Activity Budget Reference# Amount ID ID Year Chartfield 2 1 59601 0600430 5740010 CO2433 C01783 2016 $619,645.00 1 59607 0700430 5740010 CO2433 C01783 2016 $390,965.00 1), 59601 0600430 4956001 CO2433 C017ZZ 2016 $619,645.00 1)1596071 0700430 1 49560011 CO24331 I C017ZZI 2016 1 1 $390,965.00 FROM M&C Review Fund Department Account Project Program Activity Budget Reference# Amount ID ID I Year (Chartfield 2 59601 0600430 5740010 CO2433 C01783 2016 $619 645.00 59607 0700430 5740010 CO2433 C01783 2016 $390,645.0 34014 0200431 5740010 CO2433 CO2480 2016 $925,926.00 Submitted for City Manager's Office by: Jay Chapa (5804) Originating Department Head: Douglas Wiersig (7801) Additional Information Contact: Kristian Sugrim (8902) 'ATTACHMENTS 20 2014 CIP YEAR 2 CONTRACT 3 sewer AO(Rev5.11.16).docx 20 2014 CIP YEAR 2 CONTRACT 3 water AO(Rev5.11.16).docx 2014 CIP YEAR 2 CONTRACT 3 PROJECTS.pdf 2014 CIP YEAR 2 CONTRACT 3 MAP PAGE 1.pdf . Conaster Construction Form 1295.pdf City of Fort Worth,Texas Water Department Transportation & Public Works Department ADDENDUM No. 1 To the Specifications and Contract Documents For 2014 CIP Year 2-Contract 3 Units 1,2,and 3 City Project No. 02433 D.O.E. Project No. 7493 Addendum No. 1—Issue Date:August 26, 2015 Revised Bid Receipt Date:September 3, 2015 This Addendum No. 1 forms part of the contract documents referenced above and modifies the original Contract Documents and Plans. Acknowledge receipt of this addendum by signing in the space provided below, attaching it to the Contract Documents(inside)and note receipt of the Addendum on the outer envelope of your bid. Prospective Bidders are hereby notified of the following: The Plans and Specification Documents for the above referenced project are hereby revised and amended as follows: 1. Revised Bid Receipt Date: Was Bid receipt date:Thursday,August 27, 2015 Revision Bid receipt date: Thursday, September 3, 2015 2. Proposal Form Section 00 42 43: Replace in entirety with Proposal Form attached hereto. Note: • All Addendum No. 1 items are available on Buzzsaw. Replace original forms listed herein with Addendum No. 1 forms and insertions. All other provisions of the plans, specifications and contract documents for the project which are not expressly amended herein shall remain in full force and effect. ADDENDUM No. 1 August 26, 2015 The Contractor shall acknowledge receipt of this Addendum (1) in the space provided below, (2) in the proposal and (3) acknowledge receipt on the outer envelope of your bid in upper case letters "RECEIVED &ACKNOWLEDGED ADDENDUM NO. V. Failure to return a signed copy of the addendum with the Proposal shall be grounds for rendering the bid non-responsive. A signed copy of this addendum shall be placed into the Proposal at the time of submittal. M RECEIPT ACKNOW GED. TRANSPORTATION AND PUBLIC WORKS LL By: _ By: Title: {�'eraSCG�YIa- . Tony Sholola, P.E., Engineering Manager ADDENDUM No. 1 August 26,2015 City of Fort Worth,Texas — Water Department Transportation & Public Works Department ADDENDUM No.2 To the Specifications and Contract Documents For 2014 CIP Year 2-Contract 3 Units 1,2,and 3 City Project No.02433 D.O.E. Project No.7493 Addendum No.2—Issue Date:September 2,2015 Bid Receipt Date:September 3,2015 This Addendum No. 2 forms part of the contract documents referenced above and modifies the original Contract Documents and Plans. Acknowledge receipt of this addendum by signing in the space provided below,attaching it to the Contract Documents(inside)and note receipt of the Addendum on the outer envelope of your bid. Prospective Bidders are hereby notified of the following: The Plans and Specification Documents for the above referenced project are hereby revised and amended as follows: 1. Proposal Form Section 00 42 43: Replace Unit 3 in its entirety with Proposal Form attached hereto. Cement Modification,13lbs/sy(Hydrated Lime),Bid Item No. 16,text replaced with Cement Modification, 131bs/sy. 11" Pavement Pulverization, Bid Item No.17,quantity revised to 8,170 SY. Note: • All Addendum No. 2 items are available on Buzzsaw. Replace original forms listed herein with Addendum No. 2 forms and insertions. All other provisions of the plans, specifications and contract documents for the project which are not expressly amended herein shall remain in full force and effect. ADDENDUM No.2 September 2, 2015 The Contractor shall acknowledge receipt of this Addendum (1)in the space provided below, (2)in the proposal and (3)acknowledge receipt on the outer envelope of your bid in upper case letters"RECEIVED &ACKNOWLEDGED ADDENDUM No. 2". Failure to return a signed copy of the addendum with the Proposal shall be grounds for rendering the bid non-responsive.A signed copy of this addendum shall be placed into the Proposal at the time of submittal. RECEIPT ACKNOWLEDGED: TRANSPORTATION AND PUBLIC WORKS By: By; itle: �ECtY c�Nr4TSE,t —PatssnEw�Ti0/ Tony Sholola, P.E., Engineering Manager — w ADDENDUM No.2 September 2, 2015 P. 001113-I INVITATION TO BIDDERS � Page I of 1 SECTION 00 1113 2 INVITATION TO BIDDERS 3 4 RECEIPT OF BIDS 5 Sealed bids for the construction of 2014 CIP Year 2—Contract 3, UNIT I -WATER,UNIT 2 - 6 SANITARY SEWER, AND UNIT 3—ASPHALT PAVEMENT, City Project 02433,DOE 7493. 7 P253-606170243387 and P258-706170243387 will be received by the City of Fort Worth 8 Purchasing Office: 9 10 City of Fort Worth. a� 11 Purchasing Division 12 1.000 Throckmorton Street 13 Fort Worth,Texas 76102 14 until 1:30 P.M. CST,Thursday,August 27,2015,and bids will be opened publicly and read 15 aloud at 2:00 PM CST in the Council Chambers. 16 17 GENERAL DESCRIPTION OF WORK 18 The major work will consist of the(approximate)following: 19 UNIT l: 20 • 2,970 LF 8"Water Pipe By Open Cut 21 • 1,220 LF 24" Water Pipe By Open Cut 22 0 7,330 LF Asphalt Pavement Repair ,�. 23 UNIT 2: 24 0 2,800 LF 8"Sanitary Sewer Pipe By Open Cut 25 • 11 Manholes 26 UNIT 3: 27 • 6,182 LF-Remove and Replace Concrete Curb&Gutter 28 0 11,720 SF—Remove and Replace 6"Concrete Driveway 29 • 610 SF—Remove and Replace 4"Concrete Sidewalk 30 • 9,144 SY— I I" Pavement Pulverization 31 • 9,144 SY—3" Asphalt Pavement,Type D 32 33 PREQUALIFICATION 34 The improvements included in this project must be performed by a contractor who is pre- 35 qualified by the City at the time of bid opening. The procedures for qualification and pre- 36 qualification are outlined in the Section 00 21 13— INSTRUCTIONS TO BIDDERS. 37 38 DOCUMENT EXAMINATION AND PROCUREMENTS 39 The Bidding and Contract Documents may be examined or obtained on-line by visiting the City 40 of Fort Worth's Purchasing Division website at http://www.fortworthgov.or purchasing/and 41 clicking on the Buzzsaw link to the advertised project folders on the City's Buzzsaw site. The 42 Contract Documents may be downloaded, viewed, and printed by interested contractors and/or 43 suppliers. 44 45 Copies of the Bidding and Contract Documents may be purchased from the City of Fort Worth 46 Water Department(817-392-6055)at 311 W. 7' Street, Fort Worth, TX 76101 47 A 12% MBE goal has been assigned to this project. The following are amendments to the 48 Business Diversity Enterprise (BDE) Ordinance: CITY OF FORT WORT11 2014 CIP Year 2—Contract 3,Unit 1,2,and 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 02433 Revised July 1,2011 0011 13-2 INVITATION TO BIDDERS Page 2 of 3 1 Contractors to submit DBE documentation in 2 days 2 DBE Documentation must be received by the Purchasing Division by 2pm,on the second 3 City business day after bid opening,exclusive of bid opening day. 4 If the first Offeror/Contractor does not submit the documentation as required they will be 5 deemed non-responsive. 6 • Project Manager will notify the second offeror in writing that they have until the second 7 City business day by 2pm to have docs in Purchasing Division. 8 . If second offeror is non-responsive the Project Manager will notify the third offeror in 9 writing that they have until the second City business day by 2pm to have docs in 10 Purchasing Division. 11 . 2 day submittal requirement begins on Goals set on April 11 going forward .. 12 0 MBEs and SBEs with a Principle Place of Business outside of the 6 County Marketplace 13 must have a Significant Business Presence 14 Updated DBE (M/WBE) Forms with 2 day submittal requirement are available on ,r. 15 Buzzsaw and Public Folders M/WBE 16 17 The cost of Bidding and Contract.Documents is: 18 Set of Bidding and Contract Documents with full size drawings: $100 19 Set of Bidding and Contract Documents with half size(if available)drawings: $60 20 Checks only and make payable to City of Fort Worth Water Department ° 21 22 PREBID CONFERENCE 23 A prebid conference may be held as described in Section 00 21 1.3 -INSTRUCTIONS TO 24 BIDDERS at the following location, date,and time: 25 DATE: August 5,2015 26 TIME: 9:30 am 27 PLACE: City of Fort Worth Water Dept. Annex 28 311 W 10th Street 29 Fort Worth,Texas 76102 30 LOCATION: Conference Room 31 32 CLTY'S RIGHT TO ACCEPT OR REJECT BIDS Am 33 City reserves the right to waive irregularities and to accept or reject bids. 34 35 FUNDING 36 Any contract awarded under this INVITATION TO BIDDERS is expected to be funded from 37 revenues generated from user fees,bonds, and grants and dedicated by resolution of the City of 38 Fort Worth City Council to the work under this INVITATION TO BIDDERS. 39 - 40 INQUIRIES 41 All inquiries relative to this procurement Unit 1 - Water and Unit 2-Sanitary Sewer should be 42 addressed to the following: 43 Attn: Robert Sauceda, P.E.,City of Fort Worth 44 Email: Robert.sauceda @fortworthtexas.gov 45 Phone: 817-392-2387 46 AND/OR 47 Attn: Lawrence Hamilton, P.E., Hamilton Civil Engineering 48 Email: l awrence @hamiltoncivilengineering.com 49 Phone: 817-320-9679 CITY OF FORT WORTH 2014 CIP Year 2—Contract 3,Unit 1,2,and 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 02433 Revised July 1,2011 00 11 13-3 INVITATION TO BIDDERS Page 3 o!'3 1 2 All inquiries relative to this procurement Unit 3—Asphalt Pavement should be addressed to the 3 following: 4 Attn: Kristian Sugrim,City of Fort Worth 5 Email: Kristian.Sugrim @fortworthtexas.gov 6 Phone: 817.392.8902 7 8 ADVERTISEMENT DATES 4W 9 July 30, 2015 10 August 6, 2015 11 12 END OF SECTION r CITY OF FORT WORTH 2014 CIP Year 2—Contract 3.Unit 1,2,and 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 02433 Revised July 1,2011 0021 13-1 INSTRUCTIONS TO BIDDERS Page 1 of 9 I SECTION 00 21 1.3 2 INSTRUCTIONS TO BIDDERS 3 1. Defined Terms 4 5 l.l.Terms used in these INSTRUCTIONS TO BIDDERS, which are defined in Section 00 72 6 00-GENERAL CONDITIONS. 7 3 8 1.2.Certain additional terms used in these INSTRUCTIONS TO BIDDERS have the 9 meanings indicated below which are applicable to both the singular and plural thereof. 10 - 11 1.2.1. Bidder: Any person,firm,partnership,company,association,or corporation acting 12 directly through a duly authorized representative,submitting a bid for performing 13 the work contemplated under the Contract Documents. a� 14 15 1.2.2.Nonresident Bidder: Any person,firm,partnership,company,association,or 16 corporation acting directly through a duly authorized representative,submitting a 17 bid for performing the work contemplated under the Contract Documents whose 18 principal place of business is not in the State of Texas. 19 20 1.2.3. Successful Bidder: The lowest responsible and responsive Bidder to whom City PM 21 (on the basis of City's evaluation as hereinafter provided)makes an award. 22 23 2. Copies of Bidding Documents 24 25 2.LNeither City nor Engineer shall assume any responsibility for errors or misinterpretations 26 resulting from the Bidders use of incomplete sets of Bidding Documents. 27 28 2.2.City and Engineer in making copies of Bidding Documents available do so only for the 29 purpose of obtaining Bids for the Work and do not authorize or confer a license or grant 30 for any other use. 31 32 3. Prequalification of Bidders(Prime Contractors and Subcontractors) 33 34 3.1.All Bidders and their subcontractors are required to be prequalified for the work types 35 requiring prequalification at the time of bidding. Bids received from contractors who are 36 not prequalified(even if inadvertently opened)shall not be considered. 37 38 3.1.1. Paving-Requirements document located at; 39 https://projectpoint.buzzsaw.com/fortworthgov,'Resources/02°,/020- 40 %2OConstructioji%2ODocuments/Contractor%20Prequalifcation/TPW%24Paving 41 %20Contractor 4/620Prequaliticafion%'-I OProgram;'PREQUALIFICATION%20REQ 42 UIREM ENTS%20FOR%2OPAVINE%2000NTRACTORS,PDF?public 43 44 3.1.2. Water and Sanitary Sewer-Requirements document located at; 45 https://projectpoint.buzzsaw.com/fortworthgov/.Resources/02v620- �_ 46 %20Construction%2ODocuments/Contractoe/o20Prequalification/Water°/a20and%2 47 OSan itary°l%20Sewer%20Contractor%20Preq ual ifictition%20Program/WSS°fo2Opre 48 qual%20requirelnents.doc?public PE 49 CITY OF FORT WORTH 2014 C I P Year 2—Condtact 3,Unit 1,2,and 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 02433 Revised July 1,2011 0021 13-2 INSTRUCTIONS TO BIDDERS Page 2 of 9 1 12.Each Bidder unless currently prequalified,must be prepared to submit to City within 2 seven (7)calendar days prior to Bid opening,the documentation identified in Section 00 3 45 11,BIDDERS PREQUALIFICATIONS. MW 4 5 3.2.1. Submission of and/or questions related to prequalifieation should be addressed to 6 the City contact as provided in Paragraph 6.1. Mft 7 8 9 33.The City reserves the right to require any pre-qualified contractor who is the apparent low 10 bidder(s)for a project to submit such additional information as the City; in its sole 11 discretion may require,including but not limited to manpower and equipment records, 12 information about key personnel to be assigned to the project,and construction schedule, 13 to assist the.Gity in evaluating and assessing the ability of the apparent low bidder(s)to 14 deliver a quality product and successfully complete projects for the amount bid within 15 the stipulated time frame.Based upon the City's assessment of the submitted 16 information,a recommendation regarding the award of a contract will be made to the 17 City Council. Failure to submit the additional information, if requested,may be grounds 18 for rejecting the apparent low bidder as non-responsive.Affected contractors will be 19 notified in writing of a recommendation to the City Council. 20 21 3.4.in addition to prequalification,additional requirements for qualification may be required 22 within various sections of the Contract Documents. 23 24 4. Examination of Bidding and Contract.Documents,Other Related Data,and Site 25 26 4.1.Before submitting a Bid,each Bidder shall: 27 28 4.1.1. Examine and carefully study the Contract Documents and other related data 29 identified in the Bidding Documents(including"technical data"referred to in 30 Paragraph 4.2.below).No information given by City or any representative of the 31 City other than that contained in the Contract Documents and officially 32 promulgated addenda thereto,shall be binding upon the City. 33 34 4.1.2. Visit the site to become familiar with and satisfy Bidder as to the general,local and 35 site conditions that may affect cost,progress,performance or furnishing of the 36 Work. 37 38 4.1.3. Consider federal, state and local.Laws and Regulations that may affect cost, 39 progress,performance or furnishing of the Work. 40 41 4.1.4. Study all: (i)reports of explorations and tests of subsurface conditions at or MW 42 contiguous to the Site and all drawings of physical conditions relating to existing 43 surface or subsurface structures at the Site(except Underground Facilities)that 44 have been identified in the Contract Documents as containing reliable"technical 45 data"and(ii)reports and drawings of Hazardous Environmental Conditions,if any, ' 46 at the Site that have been identified in the Contract Documents as containing 47 reliable"technical data." 48 —► CITY OF FORT WORTH 2014 CIP Year 2—Contract 3,Unit 1,2,and 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 02433 Revised July 1,2011 002113-3 INSTRUCTIONS TO BIDDERS �^ Page 3 of 9 1 4.1.5. Be advised that the Contract Documents on file with the City shall constitute all of 2 the information which the City will furnish.All additional information and data 3 which the City will supply after promulgation of the.formal Contract Documents 4 shall be issued in the form of written addenda and shal l become part of the Contract 5 Documents just as though such addenda were actually written into the original 6 Contract Documents.No information given by the City other than that contained in 7 the Contract Documents and officially promulgated addenda thereto,shall be 8 binding upon the City. 9 10 4.1.6. Perform independent research,investigations,tests,borings,and such other means 11 as may be necessary to gain a complete knowledge of the conditions which wiI l be 12 encountered during the construction of the project.On request,.City may provide 13 each Bidder access to the site to conduct such examinations,investigations,. 14 explorations,tests and studies as each Bidder deems necessary for submission of a 15 Bid. Bidder must fill all holes and clean up and restore the site to its former 16 conditions upon completion of such explorations, investigations,tests and studies. 17 18 4.1.7. Determine the difficulties of the Work and all attending circumstances affecting the 19 cost of doing the Work,time required for its completion,and obtain all information 20 required to make a proposal.Bidders shall rely exclusively and solely upon their 21 own estimates, investigation,research,tests,explorations,and other data which are .� 22 necessary for full and complete information upon which the proposal is to be based. 23 It is understood that the submission of a proposal is prima-facie evidence that the 24 Bidder has made the investigation,examinations and tests herein required.Claims 25 for additional compensation due to variations between conditions actually 26 encountered in construction and as indicated in the Contract Documents will not be 27 allowed. 28 ' 29 4.1.8. Promptly notify City of all conflicts,errors,ambiguities or discrepancies in or 30 between the Contract Documents and such other related documents.The Contractor 31 shall not take advantage of any gross error or omission in the Contract Documents, MO 32 and the City shall be permitted to make such corrections or interpretations as may 33 be deemed necessary for fulfillment of the intent of the Contract Documents. 34 35 4.2. Reference is made to Section 00 73 00—Supplementary Conditions for identification of 36 37 4.2.1.those reports of explorations and tests of subsurface conditions at or contiguous to 38 the site which have been utilized by City in preparation of the Contract.Documents. 39 The logs of Soil Borings, if any, on the plans are for general information only. 40 Neither the City nor the Engineer guarantee that the data shown is representative of 41 conditions which actually exist. 42 43 4.2.2.those drawings of physical conditions in or relating to existing surface and 44 subsurface structures(except Underground Facilities)which are at or contiguous to 45 the site that have been utilized by City in preparation of the Contract Documents. 46 CITY OF FORT WORTI1 2014 CIP Year 2—Contract 3,Unit 1,2,and 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 02433 Ow Revised July 1,2011 0021 13-4 INSTRUCTIONS TO BIDDERS Page 4 of 9 1 4.2.3. copies of such reports and drawings will be made available by City to any Bidder 2 on request. Those reports and drawings may not be part of the Contract 3 Documents,but the "technical data"contained therein upon which Bidder is entitled 4 to rely as provided in Paragraph 4.02.of the General Conditions has been identified 5 and established in Paragraph SC 4.02 of the Supplementary Conditions. Bidder is 6 responsible for any interpretation or conclusion drawn from any"technical data"or 7 any other data,interpretations,opinions or information. 8 9 4.3.The submission of a Bid will constitute an incontrovertible representation by Bidder(i) 10 that Bidder has complied with every requirement of this Paragraph 4,(ii)that without 11 exception the Bid is premised upon performing and furnishing the Work-required by the 12 Contract Documents and applying the specific means,methods,techniques, sequences or 13 procedures of construction(if any)that may be shown or indicated or expmssly required 14 by the Contract Documents,(iii)that Bidder has given City written notice of all 15 conflicts,errors,ambiguities and discrepancies in the Contract Documents and the 16 written resolutions thereof by City are acceptable to.Bidder,and when said conflicts, 17 etc.,have not been resolved through the interpretations by City as described in 18 Paragraph 6.,and(iv)that the Contract Documents are generally sufficient to indicate 19 and convey understanding of all terms and conditions for performing and furnishing the 20 Work. 21 22 4.4.The provisions of this Paragraph 4, inclusive,do not apply to Asbestos,Polychlorinated 23 biphenyls(PCBs),Petroleum,Hazardous Waste or Radioactive Material covered by 24 Paragraph 4.06.of the General Conditions,unless specifically identified in the Contract 25 Documents. 26 27 5. Availability of Lands for Work,Etc. 28 29 5.1.The lands upon which the Work is to be performed,rights-of-way and easements for 30 access thereto and other lands designated for use by Contractor in performing the Work 31 are identified in the Contract Documents. All additional lands and access thereto 32 required for temporary construction facilities,construction equipment or storage of 33 materials and equipment to be incorporated in the Work are to be obtained and paid for 34 by Contractor. Easements for permanent structures or permanent changes in existing 35 facilities are to be obtained and paid for by City unless otherwise provided in the 36 Contract Documents. 37 38 5.2.Outstanding right-of-way,easements,and/or permits to be acquired by the City are listed 39 in Paragraph SC 4.01 of the Supplementary Conditions.In the event the necessary right- 40 of-way,easements,and/or permits are not obtained,the City reserves the right to cancel 41 the award of contract at any time before the Bidder begins any construction work on the 42 project. 43 44 5.3. The Bidder shall be prepared to commence construction without all executed right-of- 45 way,easements,and/or permits,and shall submit a schedule to the City of how 46 construction will proceed in the other areas of the project that do not require permits 47 and/or easements. 48 -. 49 6. Interpretations and Addenda 50 CITY OF FORT WORTH 2014 CIP Year 2—Contrail 3,Unit 1,2,and 3 STANDARD CONSTRUCTION SPECIFICATION D OCUMEXTS CPN 02433 Revised July 1,2011 , 0021 13-5 INSTRUCTIONS TO BIDDERS Page 5 of 9 l 6.1.All questions about the meaning or intent of the Bidding Documents are to be directed to 2 City in writing on or before 2 p.m.,the Monday prior to the Bid opening. Questions 3 received after this day may not be responded to. Interpretations or clarifications 4 considered necessary by City in response to such questions will be issued by Addenda 5 delivered to all parties recorded by City as having received the Bidding Documents. 6 Only questions answered by formal written Addenda will be binding. Oral and other 7 interpretations or clarifications will be without.legal effect. 8 9 Address questions to: 10 I I City of Fort Worth 12 1000 Th.rockmorton Street 13 Fort Worth,TX 76102 14 Attn: Robert Sauceda, Fort Worth Water Department 15 Fax: 817-392-8195 16 Email:Robert.sauceda @fortworthtexas.gov 17 Phone: 817-392-2387 18 19 20 6.2.Addenda may also be issued to modify the Bidding Documents as deemed advisable by 21 City. 22 23 6.3.Addenda or clarifications may be posted via Buzzsaw at<Insert Link to Documents>. 24 25 6.4.A prebid conference may be held at the time and place indicated in the Advertisement or 26 INVITATION TO BIDDERS. Representatives of City will be present to discuss the 27 Project. Bidders are encouraged to attend and participate in the conference. City will 28 transmit to all prospective Bidders of record such Addenda as City considers necessary 29 in response to questions arising at the conference. Oral statements may not be relied 30 upon and will not be binding or legally effective. 31 32 7. Bid Security 33 34 7.1.Each Bid must be accompanied by Bid Bond made payable to City in an amount of five 35 (5)percent of Bidder's maximum Bid price on form attached, issued by a surety meeting 36 the'requirements of Paragraphs 5.01 of the General Conditions. 37 38 7.2.The Bid Bond of all Bidders will be retained until the conditions of the Notice of Award 39 have been satisfied. if the Successful Bidder fails to execute and deliver the complete 40 Agreement within 10 days after the Notice of Award,City may consider Bidder to be in 41 default,rescind the Notice of Award,and the Bid Bond of that Bidder will be forfeited. 42 Such forfeiture shall be City's exclusive remedy if Bidder defaults. The Bid Bond of all 43 other Bidders whom City believes to have a reasonable chance of receiving the award 44 will be retained by City until final contract execution. 45 46 8. Contract Times 47 The number of days within which,or the dates by which, Milestones are to be achieved in 48 accordance with the General Requirements and the Work is to be completed and ready for 49 Final Acceptance is set forth in the Agreement or incorporated therein by reference to the 50 attached Bid Form. 51 CPPY OF FORT WORTH 2014 CIP Year 2—Contract 3.Unit 1,2,and 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CNN 02433 Revised July 1.2011 0021 13-6 INSTRUCTIONS TO BIDDERS Page 6 of 9 1 9. Liquidated Damages 2 Provisions for liquidated damages are set forth in the Agreement. 3 4 10. Substitute and "Or_Equal' Items 5 The Contract,if awarded,will be on the basis of materials and equipment described in the 6 Bidding Documents without consideration of possible substitute or"or-equal" items. .� 7 Whenever it is indicated or specified in the Bidding Documents that a"substitute"or"or- 8 equal"item of material or equipment may be furnished or used by Contractor if acceptable to 9 City,application for such acceptance will not be considered by City until after the Effective 10 Date of the Agreement. The procedure for submission of any such application by Contractor 11 and consideration by City is set forth in Paragraphs 6.05A.,6.05B. and 6.05C.of the General 12 Conditions and is supplemented in Section 0125 00 of the General.Requirements. 13 14 11. Subcontractors,Suppliers and Others 15 16 11.1. In accordance with City Ordinance No. 15530(as amended),the City-has goals for 17 the participation of minority business and women business enterprises in City 18 contracts.A copy of the Ordinance can be obtained from the Office of the City 19 Secretary.The Bidder shall submit the MBE/WBE Utilization Form, 20 Subcontractor/Supplier Utilization Form,Prime Contractor Waiver Form and/or 21 Good Faith Effort Form(with"documentation)and/or Joint Venture Form as 22 appropriate.The Forms including documentation must be received by the City no 23 later than 5:00 P.M. CST,five(5)City business days after the bid opening date.The 24 Bidder shall obtain a receipt from the City as evidence the documentation was 25 received.Failure to comply shall render the bid as non-responsive. 26 27 112, No Contractor shall be required to employ any Subcontractor, Supplier,other person 28 or organization against whom Contractor has reasonable objection. 29 30 12. Bid Form 31 32 12.1. The Bid Form is included with the Bidding Documents; additional copies maybe 33 obtained from the City. 34 35 12.2. All blanks on the Bid Form must be completed by printing in ink and the Bid Form 36 signed in ink. Erasures or alterations shall be initialed in ink by the person signing 37 the Bid Form. A.Bid price shall be indicated for each Bid item,alternative,and unit 38 price item listed therein. In the case of optional alternatives,the words"No Bid," 39 "No Change," or"Not Applicable"may be entered. Bidder shall state the prices, 40 written in ink in both words and numerals,for which the Bidder proposes to do the 41 work contemplated or furnish materials required. Ali prices shall be written legibly. 42 In case of discrepancy between price in written words and the price in written 43 numerals,the price in written words shall govern. 44 45 12.3. Bids by corporations shall be executed in the corporate name by the president or a 46 vice-president or other corporate officer accompanied by evidence of authority to 47 sign. The corporate sea] shall be affixed. The corporate address and state of 48 incorporation shall be shown below the signature. 49 CIT Y OF FORT WORTH 2014 CIP Year 2—Contradt3,Unit I,2,and 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 02433 Revised July 1;2011 0021 13-7 INSTRUCTIONS TO BIDDERS Page 7 of 9 1 12.4. Bids by partnerships shall be executed in the partnership name and signed by a 2 partner, whose title must appear under the signature accompanied by evidence of 3 authority to sign. The official address of the partnership shall be shown below the 4 signature. 5 6 12.5. Bids by limited liability companies shall be executed in the name of the firm by a 7 member and accompanied by evidence of authority to sign. The state of formation of 8 the firm and the official address of the firm shall be shown. 9 10 1.2.6. Bids by individuals shall show the Bidder's name and official address. 11 12 12.7. Bids by joint ventures shall be executed by each joint venturer in the manner T 13 indicated on the Bid Form. The official address of the joint venture shall be shown. 14 15 12.8. All names shall be typed or printed in ink below the signature. 16 17 12.9. The Bid shall contain an acknowledgement of receipt of all Addenda,the numbers of 18 which shall be filled in on the Bid Form. 19 20 12.10. Postal and e-mail addresses and telephone number for communications regarding the 21 Bid shall be shown. 22 23 12.11. Evidence of authority to conduct business as a Nonresident Bidder in the state of 24 Texas shall be provided in accordance with Section 00 43 37 Vendor Compliance 25 to State Law Non Resident Bidder. 26 27 13. Submission of Bids 28 Bids shall be submitted on the prescribed Bid Form,provided with the Bidding Documents, 29 at the time and place indicated in the Advertisement or INVITATION TO BIDDERS, 30 addressed to City Manager of the City,and shall be enclosed in an opaque sealed envelope, 31 marked with the City Project Number, Project title,the name and address of Bidder,and 32 accompanied by the Bid security and other required documents. If the Bid is sent through the 33 mail or other delivery system,the sealed envelope shall be enclosed in a separate envelope 34 with the notation "BID ENCLOSED" on the face of it. -t 35 36 14. Modification and Withdrawal of Rids 37 �. 38 14.1. Bids addressed to the City Manager and filed with the Purchasing Office cannot be 39 withdrawn prior to the time set for bid opening. A request for withdrawal must be 40 made in writing by an appropriate document duly executed in the manner that a Bid 41 must be executed and delivered to the place where Bids are to be submitted at any 42 time prior to the opening of Bids.After all Bids not requested for withdrawal are 43 opened and publicly read aloud,the Bids for which a withdrawal request has been 44 properly filed may, at the option of the City, be returned unopened. 45 46 14.2. Bidders may modify their Bid by electronic communication at any time prior to the 47 time set for the closing of Bid receipt. 48 PM CITY OF FORT WORTH 2014 CIP Year 2—Contracl 3,Unit 1,2,and 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 02433 om Revised July 1,2011 0021 13-8 INSTRUCTIONS TO BIDDERS Page 8 of 9 1 15. Opening of Bids 2 Bids will be opened and read aloud publicly at the place where Bids are to be submitted. An 3 abstract of the amounts of the base Bids and major alternates(if any)will be made available 4 to Bidders after the opening of Bids. 5 6 16. Bids to Remain Subject to Acceptance 7 All Bids will remain subject to acceptance for the time period specified for Notice of Award 8 and execution and delivery of a complete Agreement by Successful Bidder. City may,at 9 Citys sole discretion,release any Bid and nullify the Bid security prior to that date. t 10 11 17. Evaluation of Bids and Award of Contract 12 13 17.1. City reserves the right to reject any or all Bids,including without limitation the rights 14 to reject any or all nonconforming,nonresponsive,unbalanced or conditional Bids 15 and to reject the Bid of any Bidder if City believes that it would not be in the best 16 interest of the Project to make an award to that Bidder,whether because the Bid is 17 not responsive or the Bidder is unqualified or of doubtful financial ability or fails to 18 meet any other pertinent standard or criteria established by City. City also reserves 19 the right to waive informalities not involving price,contract time or changes in the 20 Work with the Successful Bidder. Discrepancies between the multiplication of units 21 of Work and unit prices will be resolved in favor of the unit prices. Discrepancies 22 between the indicated sum of any column of figures and the correct sum thereof will 23 be resolved in favor of the correct sum. Discrepancies between words and figures 24 will be resolved in favor of the words. 25 26 17.13. Any or all bids will be rejected if City has reason to believe that collusion exists 27 among the Bidders,Bidder is an interested party to any litigation against City, 28 City or Bidder may have a claim against the other or be engaged in litigation, 29 Bidder is in arrears on any existing contract or has defaulted on a previous ' 30 contract,Bidder has performed a prior contract in an unsatisfactory manner,or 31 Bidder has uncompleted work which in the judgment of the City will-prevent.or 32 hinder the prompt completion of additional work if awarded. 33 34 17.2. City may consider the qualifications and experience of Subcontractors,Suppliers,and 35 other persons and organizations proposed for those portions of the Work as to which 36 the identity of Subcontractors, Suppliers,and other persons and organizations,must 37 be submitted as provided in the Contract Documents or upon the request of the City. 38 City also may consider the operating costs,maintenance requirements,performance 39 data and guarantees of major items of materials and equipment proposed for 40 incorporation in the Work when such data is required to be submittal prior to the 41 Notice of Award. 42 43 173. City may conduct such investigations as City deems necessary to assist in the 44 evaluation of any Bid and to establish the responsibility,qualifications,and financial 45 ability of Bidders, proposed Subcontractors,Suppliers and other persons and 46 organizations to perform and furnish the Work in accordance with the Contract 47 Documents to City's satisfaction within the prescribed time. 48 49 17.4. Contractor shall perform with his own organization,work of a value not less than 50 35%of the value embraced on the Contract, unless otherwise approved by the City. 51 CITY OF FORT WORTH 2014 C1P Year 2—Contract 3,Unit 1,2,and 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 02433 Revised July 1,2011 0021 13-9 INSTRUCTIONS TO BIDDERS Page 9 of 9 1 17.5. If the Contract is to be awarded, it will be awarded to lowest responsible and 2 responsive Bidder whose evaluation by City indicates that the award will be in the 3 best interests of the City. 4 5 17.6. Pursuant to Texas Government Code Chapter 2252.001,the City will not award 6 contract to a Nonresident Bidder unless the Nonresident Bidder's bid is lower than 7 the lowest bid submitted by a responsible Texas Bidder by the same amount that a 8 Texas resident bidder would be required to underbid a Nonresident.Bidder to obtain a 9 comparable contract in the state in which the nonresident's principal place of 10 business is located. 11 12 17.7. A contract is not awarded until formal City Council.authorization.If the Contract is 13 to be awarded, City will award the Contract within 90 days after the day of the Bid 14 opening unless extended in writing. No other act of City or others will constitute 15 acceptance of a Bid.Upon the contractor award a Notice of Award will be issued by 16 the City. 17 18 17.8. Failure or refusal to comply with the requirements may result in rejection of Bid. w 19 20 18. Signing of Agreement 21 When City issues a Notice of Award to the Successful Bidder,it will be accompanied by the 22 required number of unsigned counterparts of the Agreement. Within 14 days thereafter 23 Contractor shall sign and deliver the required number of counterparts of the Agreement to 24 City with the required Bonds, Certificates of Insurance,and all other required documentation. 25 City shall thereafter deliver one fully signed counterpart to Contractor. 26 27 28 29 END OF SECTION CITY OF FORT WORTH 2014 CIP Year 2—Contract 3,Unit 1,2,and 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 02433 Revised July 1,2011 + D BID FORM FORM Page 1 of 1 SECTION 00 35 13 CONFLICT OF INTEREST AFFIDAVIT Each bidder, offeror, or respondent(hereinafter also referred to as"you")to a City of Fort Worth (also referred to as"City") procurement are required to complete Conflict of Interest Questionnaire (the attached CIQ Form)and Local Government Officer Conflicts Disclosure Statement(the attached CIS Form)below pursuant to state law. This affidavit will certify that the Bidder has on file with the City Secretary the required documentation and is eligible to bid on City Work. The referenced forms may also be downloaded from the website links provided below. http://www.ethics.state.tx.us/forms/CIQ.pd f L http://www.ethics.state.tx.us/forms/CIS.pd f ❑ CIQ Form is on file with City Secretary ❑ CIQ Form is being provided to the City Secretary ❑ CIS Form is on File with City Secretary ❑ CIS Form is being provided to the City Secretary BIDDER: Conatser Construction TX, LP By: Jerry Conat PO Box 15448 Signature: Fort Worth,Texas 76119 1061 President END OF SECTION 4. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20120327 Copy of CPN 02433 2014 CIP Year 2 Contract 3 Bid Proposal Workbook_Addenduml 00 41 00 BID FORM Page 1 of 3 SECTION 00 41 00 BID FORM TO: The City Manager c/o:The Purchasing Department 1000 Throckmorton Street City of Fort Worth,Texas 76102 FOR: 2014 CIP Year 2-Contract 3 City Project No.: 02433 Units/Sections: Unit I:Water Improvements Unit II:Sanitary Sewer Improvements Unit III:Asphalt Pavement 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 property to influence their participation in the bidding process or affect the execution of the Contract. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2014 CIP Year 2—Contract 3,Unit 1,2,and 3 Form Revised 20120327 CPN 02433 0041 00 BID FORM Page 2 of 3 3. Prequalification The Bidder acknowledges that the following work types must be performed only by prequalified contractors and subcontractors: a. Water Line Improvements b. Sanitary Sewer Improvements c. HMAC Street Rehabilitation Heavy Maintenance and all items directly associated with the paving. d. 4. Time of Completion 4.1, The Work will be complete for Final Acceptance within 260 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. MWBE Forms(optional 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 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. Evaluation of Bid Items: Total Base Bid Unit 1:Water Improvements $619,645.00 Total Base Bid Unit 2:Sanitary Sewer Improvements $390,965.00 Total Base Bid Unit 3:Asphalt Pavement $925,926.00 Unit I,Unit II&Unit III Project Total Amount Bid $1,936,536.00 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2014 CIP Year 2—Contract 3,Unit 1,2,and 3 Form Revised 20120327 CPN 02433 DO 41 00 BID FORM Page 3 of 3 7. Bid Submittal This Bid is submitted on 09/03/2015 by the entity named below. Respectfully submi Receipt is acknowledged of the following Addenda: Initial By: Addendum No. 1: (Signature) Addendum No.2: Addendum No.3: Jerry Conatser Addendum No.4: (Printed Name) Title: President Company: Conatser Construction TX, LP Corporate Seal: Address: PO Box 15448 Fort Worth,Texas 76119 State of Incorporation:Texas Email: ierry(cpconatser.com Phone: (817)534-1743 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2014 CIP Year 2—Contrail 3,Unit 1,2,and 3 CPN 02433 Form Revised 20120327 00 42 43 UNIT I BID PROPOSAL Pasc I of l SECTION 00 42 43 PROPOSALFORM UNIT 1-WATER IMPROVEMENTS: UNIT PRICE BID Bidder's Application ADDENDUM No.1 Project Item Information Bidder's Proposal Bid Item Bidlist Item Specification Unit of No. No. Description Section No. Measure Bid Quantity Unit Price Bid Value IA* 3111.0661 24"PVC C905 Water 33 11 12 LF 1,250 $118.00 $147,500.00 IBt 3311.0651 24"DIP Water 33 11 10 LF 1,250 Ic* 3311.0671 24"Conc AWWA C303 Water 33 11 14 LF 1,250 2 3304.0002 Cathodic Protection 24"Steel and DI Water 33 04 12 LS 1 3A* 3311.0001 Ductile Iron Water Fittings w/Restraint 24"DI 8 PVC Pipe 33 11 11 TON 2 $6,500.00 $13,000.00 3B" 3311.0021 C303 Fittings 24"RCCP Pipe 33 11 13 LS 1 4 3311.0261 8"PVC Water Pipe 33 11 12 LF 2,970 $44.00 $130,680.00 5 3311.0161 6"PVC Water Pipe 33 11 12 LF 10 $40.00 $400.00 6 3311.0151 6"DIP Water Pipe 33 11 13 LF 10 $55.00 $550.00 7 3311.0001 Ductile Iron Water Fittings w/Restraint 33 11 11 TON 2.1 $5,000.00 $10,500.00 8 0241.0100 Remove Sidewalk 02 41 13 SF 125 $3.00 $375.00 9 0241.0401 Remove Concrete Drive 02 41 13 SF 675 $4.00 $2,700.00 10 0241.1354 Remove 24"Water Valve 8 Salvage 02 41 14 EA 1 $800.00 $800.00 11 0241.1218 4"-12"Water Abandonment Plug 02 41 14 EA 2 $600.00 $1,200.00 12 0241.1403 Abandon 8"Water Valve 02 41 14 EA 1 $300.00 $300.00 13 0241.1001 Water Line Grouting 02 41 14 CY 20 $200.00 $4,000.00 14 0241.1510 Fire Hydrant,Remove 8 Salvage 02 41 14 EA 1 $400.00 $400.00 15 3312.0001 Fire Hydrant 33 12 40 EA 1 $3,600.00 $3,600.00 16 3201.0111 4'Wide Asphalt Pvmt Repair,Residential(Glenmont Dr.) 32 01 17 LF 1,250 $40.00 $50,000.00 17 3201.0400 Temp Asphalt Pvmt Repair,(2"HMAC/6"CTB) 32 01 18 LF 3,200 $16.50 $52,800.00 18 3213.0301 4"Conc Sidewalk 32 13 20 SF 150 $6.00 $900.00 19 3213.0401 6"Concrete Driveway 32 13 20 SF 700 $10.00 $7,000.00 20 3292.0101 Block Sod Placement 32 92 13 SY 70 $12.00 $840.00 21 3304.0101 Temporary Water Service 33 04 30 LS 1 $12,000.00 $12,000.00 22 3312.2003 1"Water Service 33 12 10 EA 63 $1,100.00 $69,300.00 23 3312.2001 1"Water Service,Meter Reconnection 33 12 10 EA 63 $400.00 $25,200.00 24 9999.9901 Temp Asphalt Curb 8 Gutter LF 250 $12.00 $3,000.00 25 0171.0001 Construction Staking 01 71 23 LS 1 $3,000.00 $3,000.00 26 0171.0002 Construction Survey 01 71 23 r LS 1 $4,000.00 $4,000.00 27 3471.0001 Traffic Control 34 71 13 MO 3 $1,000.00 $3,000.00 28 3312.0117 Connect to Existing 6"to 12"Water Main 33 12 25 EA 6 $1,500.00 $9,000.00 29 3312.0108 Connect to Existing 24"Water Main 33 12 25 EA 4 $6,500.00 $26,000.00 30 3312.3008 24"Gate Valve w/Vault 33 12 20 EA 1 $25,000.00 $25,000.00 31 3312.3003 8"Gate Valve 33 12 20 EA 5 $1,200.00 $6,000.00 32 3312.3002 6"Gate Valve 33 12 20 EA 1 $1,100.00 $1,100.00 33 3305.0003 8"Waterline Lowering 33 05 12 EA 1 $4,500.00 $4,500.00 34 3305.0109 Trench Safety 33 05 10 LF 1,0001 $1.00 $1,000.00 wr UNIT 1 SUBTOTAL AMOUNT BID: $619,645.00 as CITY OF FORT WORTH 2014 CIP Year 2-Contract 3,Unit 1,2,and 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 02433 Form Reviacd 20120120 Addendum No.1 � e ' 00 42 43 UNIT 2 BID PROPOSAL Page 1 of 1 SECTION 00 42 43 PROPOSAL FORM UNIT 2-SEWER IMPROVEMENTS: UNIT PRICE BID Bidder's Application ADDENDUM No.1 Project Item Information � Bidder's Proposal Bid Item Bidlist Item Specification Unit of No. No. Description Section No. Measure Bid Quantity Unit Price Bid Value 33 11 10 1 3331.4115 8"Sewer Pipe 33 11 12 LF 1,980 33 31 20 $48.00 $95,040.00 2 3331.4119 8"DIP Sewer Pipe 33 11 10 LF 820 $65.00 $53,300.00 33 11 10 3 3331.4108 6"Sewer Pipe 33 11 12 LF 40 33 31 20 $40.00 $1,600.00 4 0241.2201 Remove 4'Sewer Manhole 02 41 14 EA 10 $400.00 $4,000.00 5 0241.2301 Remove Sewer Junction Structure 02 41 14 EA 1 $1,000.00 $1,000.00 6 3201.0111 4'Wide Asphalt Pvmt Repair,Residential(Glenmont Dr.) 32 01 17 LF 1,200 $48.00 $57,600.00 7 3201.0400 Temp Asphalt Pvmt Repair,(2"HMAC!6"CTB) 32 01 18 LF 3,350 $16.50 $55,275.00 8 3201.0614 Conc Pvmt Repair,Residential 32 01 29 SY 350 $65.00 $22,750.00 9 3301.0002 Post-CCTV Inspection 33 01 31 LF 2,850 $3.00 $8,550.00 10 3301.0101 Manhole Vacuum Testing 33 01 30 LF 11 $200.00 $2,200.00 I I 3305.0109 Trench Safety 33 05 10 LF 1,400 $2.00 $2,800.00 12 3331.3101 4"Sewer Service 33 31 50 EA 65 $650.00 $42,250.00 13 3339.1001 4'Manhole 33 39 10 EA 11 33 39 20 $2,800.00 $30,800.00 14 9999.9901 Temp Asphalt Curb&Gutter LF 300 $12.00 $3,600.00 15 3471.0001 Traffic Control 34 71 13 MO 3 $1,000.00 $3,000.00 16 0171.0001 Construction Staking 01 71 23 LS 1 $2,000.00 $2,000.00 17 0171.0002 Construction Survey 01 71 23 LS 1 $4,000.00 $4,000.00 18 3292.0101 Block Sod Placement 1 32 92 13 SY 200 $6.00 $1,200.00 UNIT 2 SUBTOTAL AMOUNT BID: $390,965.00 a 2014 CIP Year 2-Contract 3,Unit 1,2,and 3 CITY OF FORT WORTH CPN 02433 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Addendum No.l .� Form Revised 20120120 1x142 43 UNIT 3 BID PROPOSAL Page I of 1 SECTION 00 42 43 PROPOSAL FORM UNIT 3-ASPHALT PAVEMENT: UNIT PRICE BID Bidder's Application ADDENDUM No.2 Project Item Information Bidders Proposal Bid Item Bidlist Item Specification Unit of Description Bid Quantity Unit Price Bid Value No. No. Section No. Measure 1 3305.0108 Miscellaneous Adjustments(Utilities) 00 05 08 LS 1 $6,000.00 $6,000.00 2 0717.0002 Construction Staking and Survey 01 71 23 LS 1 $3,000.00 $3,000.00 3 0241.1300 Remove Concrete Curb&Gutter 0241 15 LF 6,992 $10.00 $69,920.00 4 3216.0101 6"Concrete Curb&18"Gutter 32 16 13 LF 7,242 $23.00 $166,566.00 S 0241.0401 Remove Concrete Driveway 0241 13 SF 12,800 $6.00 $76,800.00 6 3213.0401 6"Concrete Driveway 32 13 20 SF 13,000 $9.50 $123,500.00 7 0241.0100 Remove Sidewalk 0241 13 SF 808 $3.00 $2,424.00 8 3213.0311 4"Concrete Sidewalk 32 13 20 SF 1,176 $4.00 $4,704.00 9 3213.0351 4"Concrete Sidewalk,Exposed Aggregate 32 13 20 SF 144 $8.00 $1,152.00 r 10 0241.4001 Remove 10'Curb Inlet 0241 14 EA 2 $1,000.00 $2,000.00 11 3349.5001 10'Curb Inlet 33 49 20 EA 2 $2,300.00 $4,600.00 12 0241.1400 Remove Concrete Valley Gutter 0241 15 SY 60 $10.00 $600.00 13 3216.0302 7"Concrete Valley Gutter 32 16 13 SY 180 $65.00 $11,700.00 14 3213.0102 7"Concrete Pavement 32 13 13 SY 3,163 $40.00 $126,520.00 IS 3213.0700 Concrete Joint Sealant(miscellaneous use) 32 13 73 LF 50 $3.00 $150.00 16 3211.0400 Cement Modification,13lbs/sy 3211 33 TN 51 $195.00 $9,945.00 17 0241.1700 11"Pavement Pulverization 0241 15 SY 8,170 $5.50 $44,935.00 18 3212.0302 2"Asphalt Pavement Type D(Glenmont Dr.) 32 12 16 SY 3,355 $18.00 $60,390.00 19 3212.0303 3"Asphalt Pavement Type D 32 12 16 SY 6,040 $19.00 $114,760.00 20 9999.0000 Roadbond EN1 GA 48 $10.00 $480.00 21 9999.0000 10'Curb Inlet Top,Remove and Replace EA 6 $1,800.00 $10,800.00 22 3124.0101 Asphalt Pavement Base Repair 31 2400 CY 40 $25.00 $1,000.00 23 3212.0600 Asphalt Pavement Level-up 32 12 16 TN 5 $200.00 $1,000.00 24 3124.0101 Crushed Limestone 31 2400 CY 35 $25.00 $875.00 25 0241.1502 Pavement Wedge Milling(2"to 0"Depth,5'Wide) 0241 15 SY 1,118 $9.00 $10,062.00 26 0241.1600 Butt Milling 0241 15 EA 2 $400.00 $800.00 .' 27 3212.0900 Crack Sealing of Existing Pavement 32 12 73 GA 10 $60.00 $600.00 28 3305.0112 Water Valve Box Adjustments(with Concrete Collar) 33 05 17 EA 3 $200.00 $600.00 29 3305.0111 Water Valve Box Adjustments(w/Steel Riser) 33 05 14 EA 2 $400.00 $800.00 30 3305.0112 Manhole Adjustments(w/Concrete Collar) 33 05 17 EA 9 $600.00 $5,400.00 31 3349.0101 Manhole Adjustments(w/Steel Riser) 33 49 10 EA 2 $1,000.00 $2,000.00 + 32 3305.0108 Miscellaneous Adjustments(Water Meter Box) 33 05 14 EA 41 $30.00 $1,230.00 33 3123.0101 Unclassified Street Excavation 31 23 16 CY 189 $18.00 $3,402.00 34 9999.0000 Curb Address Painting 32 1725 EA 160 $35.00 $5,600.00 35 3291.0100 Topsoil 32 32 13 CY 354 $20.00 $7,080.00 36 3292.0100 Block Sod Replacement 32 92 13 SY 1,744 $6.00 $10,464.00 37 0241.0300 Remove ADA Ramp 0241 13 EA 1 $600.00 $600.00 38 9999.0000 ADA Ramp EA 1 $2,000.00 $2,000.00 39 3217.0002 4"Solid yellow Thermoplastic(HAS)lane Lines 32 1723 LF 30 $10.00 $300.00 40 3217.0305 Stop Bars Pavement Markings 32 17 23 LF 1 $50.00 $50.00 41 0135.0201 Remobilization(miscellaneous only) 01 7000 LS 1 $1,800.00 $1,800.00 42 19999.0096 1 Paving Construction Allowance I EA 1 1 1 $29,317.00 $29,317.00 UNIT 3 SUBTOTAL AMOUNT BID: $925,926.00 CITY OF FORT WORTH 2014 CIP Year 2-Contract 3,Unit 1,2,and 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 02433 I-Reviscd 20120120 Addendum No.2 00 43 37 VENDOR COMPLIANCE TO STATE LAW Page 1 of 1 w 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 State Here or Blank ,our principal place of business, are required to be %Here percent lower than resident bidders by State Law. A copy of the statute is attached. Nonresident bidders in the State of State Here or Blank ,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. 21 BIDDER: Conatser Construction TX, LP By: Jerry Co er PO Box 15448 Fort Worth,Texas (Signature) 76119 Title: President Date: o0L Q3�O15 END OF SECTION OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2014 CIP Year 2—Contract 3,Unit 1,2,end 3 CPN 02433 Form Revised 20110627 004511 - 1 ri BIDDERS PREQUALIFICATIONS Page 1 of m 1 SECTION 00 4511 2 BIDDERS PREQUALIFICATIONS 3 4 1. Summary.All contractors are required to be prequalified by the City prior to submitting 5 bids. To be eligible to bid the contractor must submit Section 00 45 12, Prequalification 6 Statement for the work type(s)listed with their Bid. Any contractor or subcontractor who is ,., 7 not prequalified for the work type(s)listed must submit Section 00 45 13,Bidder 8 Prequalification Application in accordance with the requirements below. 9 10 The prequalification process will establish a bid limit based on a technical evaluation and 11 financial analysis of the contractor.The information must be submitted seven(7)days prior 12 to the date of the opening of bids.For example,a contractor wishing to submit bids on 13 projects to be opened on the 7th of April must file the information by the 31 st day of March 14 in order to bid on these projects.In order to expedite and facilitate the approval of a Bidder's 15 Prequalification Application,the following must accompany the submission. 16 a. A complete set of audited or reviewed financial statements. 17 (1) Classified Balance Sheet 18 (2) Income Statement 19 (3) Statement of Cash Flows ..� 20 (4) Statement of Retained Earnings 21 (5) Notes to the Financial Statements, if any 22 b. A certified copy of the firm's organizational documents(Corporate Charter, Articles Ah 23 of Incorporation,Articles of Organization,Certificate of Formation,LLC 24 Regulations,Certificate of Limited Partnership Agreement). 25 c. A completed Bidder Prequalification Application. 26 (1) The firm's Texas Taxpayer Identification Number as issued by the Texas 27 Comptroller of Public Accounts.To obtain a Texas Taxpayer Identification 28 number visit the Texas Comptroller of Public Accounts online at the 29 following web address www.window.state.tx.us/taxpermit/and fill out the 30 application to apply for your Texas tax ID. 31 (2) The firm's e-mail address and fax number. 32 (3) The firm's DUNS number as issued by Dun &Bradstreet.This number .c 33 is used by the City for required reporting on Federal Aid projects.The DUNS 34 number may be obtained at www.dnb.com. 35 d. Resumes reflecting the construction experience of the principles of the firm for firms IF 36 submitting their initial prequalification.These resumes should include the size and 37 scope of the work performed. 38 e. Other information as requested by the City. 39 ! 40 2. Prequalification requirements 41 a. Financial Statements.Financial statement submission must be provided in 42 accordance with the following: 43 (1) The City requires that the original Financial Statement or a certified copy 44 be submitted for consideration. CITY OF FORT WORTH 2014 CIP Year 2—Contract 3,Unit 1,2,and 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 02433 Revised July 1,2011 0045 11 -2 BIDDERS PREQUALIFICATIONS Page 2 of 3 M1 1 (2) To be satisfactory,the financial statements must be audited or reviewed 2 by an independent,certified public accounting firm registered and in 3 good standing in any state.Current Texas statues also require that 4 accounting firms performing audits or reviews on business entities within 5 the State of Texas be properly licensed or registered with the Texas State 6 Board of Public Accountancy. 7 (3) The accounting firm should state in the audit report or review whether g the contractor is an individual,corporation,or limited liability company. 9 (4) Financial Statements must be presented in U.S.dollars at the current rate 10 of exchange of the Balance Sheet date. 11 (5) The City will not recognize any certified public accountant as 12 independent who is not,in fact, independent. 13 (6) The accountant's opinion on the financial statements of the contracting 14 company should state that the audit or review has been conducted in 15 accordance with auditing standards generally accepted in the United MF 16 States of America.This must be stated in the accounting firm's opinion. 17 It should:(1)express an unqualified opinion,or(2)express a qualified 18 opinion on the statements taken as a whole. 19 (7) The City reserves the right to require a new statement at any time. 20 (8) The financial statement must be prepared as of the last day of any month, 21 not more than one year old and must be on file with the City 16 months 22 thereafter,in accordance with Paragraph 1. 23 (9) The City will determine a contractor's bidding capacity for the purposes 24 of awarding contracts. Bidding capacity is determined by multiplying the 25 positive net working capital (working capital=current assets—current 26 liabilities)by a factor of 10. Only those statements reflecting a positive 27 net working capital position will be considered satisfactory for 28 prequalifkation purposes. 29 (10) In the case that a bidding date falls within the time a new financial 30 statement is being prepared,the previous statement shall be updated with 31 proper verification. 32 b. Bidder Prequalification Application. A Bidder Prequalification Application must be 33 submitted along with audited or reviewed financial statements by firms wishing to be 34 eligible to bid on all classes of construction and maintenance projects. Incomplete 35 Applications will be rejected. 36 (l) In those schedules where there is nothing to report,the notation of 37 "None"or'N/A"should be inserted. 38 (2) A minimum of five(5)references of related work must be provided. 39 (3) Submission of an equipment schedule which indicates equipment under 40 the control of the Contractor and which is related to the type of work for 41 which the Contactor is seeking prequalification. The schedule must 42 include the manufacturer, model and general common description of 43 each piece of equipment.Abbreviations or means of describing 44 equipment other than provided above will not be accepted. 45 46 3. Eligibility to Bid 47 a. The City shall be the sole judge as to a contractor's prequalification. 48 b. The City may reject,suspend,or modify any prequalification for failure by the 49 contractor to demonstrate acceptable financial ability or performance. 50 c. The City will issue a letter as to the status of the prequalification approval. CITY OF FORT WORTH 2014 CIP Year 2—Contract 3,Unit 1,2,and 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 02433 Revised July 1,2011 0045 11 -3 BIDDERS PRGQuALIFICAT1ONs _>f Pale 3 of', 1 d. if a contractor has a valid prequalification letter, the contractor will be eligible to bid 2 the prequalified work types until the expiration date stated in the letter. 4 5 6 1 7 8 END OF SECTION 9 i i i r r CITY OF PORT WORTH '-014 CIP Ycar 2 Contract 3,Unit 1,2,and 3 STANDARD CONSTRUCTION SPECIFICATION DOCUM6N'PS CPN 02433 Revised July 1.2011 0045 12 a, BID FORM Page I of I SECTION 00 45 12 PREQUALIFICATION STATEMENT Each Bidder is required to complete the information below by identifying the prequalified contractors and/or subcontractors whom they intend to utilize for the major work type(s) listed. Major Work Type Contractor/Subcontractor Company Name Prequalification Expiration Date Water Line Improvements CONATSER CONSTRUCTION TX, L.P. 4/30/2017 Sanitary Sewer Improvements CONATSER CONSTRUCTION TX,L.P. 4/30/2017 HMAC Street Rehabilitation Heavy Maintenance and all items CONATSER CONSTRUCTION TX, L.P. directly associated with the 1/1/2017 paving. The undersigned hereby certifies that the contractors and/or subcontractors described in the table above are currently prequalified for the work types listed. BIDDER: CONATSER CONSTRUCTION TX, L.P. BY: Brock Huggins PO Box 15448 Fort Worth,TX (Signature) 76119 TITLE: Vice President DATE: END OF SECTION CITY OF FORT WORTH 2014 CIP Year 1—Contract 3,Unit I,2,and 3 STANDARD CONSTRUCTION PREQUALIFICATION STATEMENT CPN 02433 Form Version 20120120 00 45 12 BID FORM Page 1 of 1 SECTION 00 45 12 PREQUALIFICATION STATEMENT Each Bidder for a City procurement is required to complete the information below by identifying the prequalified contractors and/or subcontractors whom they intend to utilize for the major work type(s) listed. Major Work Type Contractor/Subcontractor Company Name Prequalification Expiration Date Water Line Improvements Conatser Construction TX, LP 4/30/2016 Sanitary Sewer Improvements Conatser Construction TX, LP 4/30/2016 HMAC Street Rehabilitation Heavy Maintenance and all Conatser Construction TX, LP 1/1/2017 items directly associated with the paving. 0 Company Name Here or space Date Here or space The undersigned hereby certifies that the contractors and/or subcontractors described in the table above are currently prequalified for the work types listed. BIDDER: Conatser Construction TX, LP By: Jerr onatser PO Box 15448 Fort Worth, Texas (Signatu e 76119 Title: President Date: END OF SECTION CITY OF FORT WORTH 2014 CIP Year 2—Contract 3,Unit 1,2,and 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20120120 CPN 02433 r FORT WORTH SECTION 00 45 13 BIDDER PREQUALIFICATION APPLICATION Date of Balance Sheet , Mark only one: r Q Individual QLimited Partnership Name under which you wish to qualify QGeneral Partnership r Q Corporation Q Limited Liability Company r rPost Office Box City State Zip Code r Street Address(required) City State Zip Code Telephone Fax E-mail Address Area Code Number Area Code Number r rTexas Taxpayer identification No. rFederal Employers Identification No. r DUNS No. if applicable) ( PP ) MAIL THIS QUESTIONNAIRE ALONG WITH FINANCIAL STATEMENTS TO: CITY OF FORT WORTH TEXAS 1000 THROCKMORTON STREET FORT WORTH,TEXAS 76102-6311 AND MARK THE ENVELOPE: `BIDDER PREQUALIFICATION APPLICATION" r 0045 13-2 BIDDER PREQUALIFICATION APPLICATION 2 of 8 BUSINESS CLASSIFICATION The following should be completed in order that we may properly classify your firm. (Check the block(s)which are applicable-Block 3 is to be left blank if Block I and/or Block 2 is checked) " has fewer than 100 employees and/or has less than $6,000,000.00 in annual gross receipts OR does not meet the criteria for being designated a small business as provided in Section 2006.001 of the Texas Government Code. The classification of your firm as a small or large business is not a factor in determining eligibility to become sr prequalified. MAJOR WORK CATEGORIES Water Department Augur Boring-24-inch diameter casing and less Augur Boring-Greater than 24-inch diameter casing and greater Tunneling—36-Inches—60—inches,and 350 LF or less Tunneling-36-Inches—60—inches,and greater than 350 LF Tunneling—66"and greater,350 LF and greater Tunneling—66"and greater, 350 LF or Less Cathodic Protection Water Distribution, Development, 8-inch diameter and smaller Water Distribution, Urban and Renewal, 8-inch diameter and smaller Water Distribution, Development, 12-inch diameter and smaller Water Distribution, Urban and Renewal, 12-inch diameter and smaller Water Transmission, Development,24-inches and smaller Water Transmission, Urban/Renewal, 24-inches and smaller Water Transmission, Development,42-inches and smaller Water Transmission, Urban/Renewal,42-inches and smaller Water Transmission, Development,All Sizes Water Transmission,Urban/Renewal, All Sizes Sewer Bypass Pumping, 18-inches and smaller Sewer Bypass Pumping, 18-inches—36-inches Sewer Bypass Pumping 42-inches and larger CCTV, 8-inches and smaller " CCTV, 12-inches and smaller CCTV, 18-inches and smaller CCTV, 24-inches and smaller CCTV,42-inches and smaller CCTV,48-inches and smaller Sewer Cl PP, l2-inches and smaller Sewer CIPP, 24-inches and smaller IrrrY OF FORT WORTH 2014 C1P Year 2—Contract 3,Unit 1,2,and 3 TANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 02433 r004513-3 BIDDER PREQUALIFICATION APPLICATION 3of8 rMAJOR WORK CATEGORIES,CONTINUED Sewer CIPP,42-inches and smaller Sewer CIPP,All Sizes Sewer Collection System, Development, 8-inches and smaller Sewer Collection System, Urban/Renewal, 8-inches and smaller r Sewer Collection System, Development, 12-inches and smaller Sewer Collection System, Urban/Renewal, 12-inches and smaller Sewer Interceptors, Development,24-inches and smaller rSewer Interceptors, Urban/Renewal,24-inches and smaller Sewer Interceptors, Development,42-inches and smaller Sewer Interceptors, Urban/Renewal,42-inches and smaller Sewer Interceptors, Development,48-inches and smaller Sewer Interceptors, Urban/Renewal, 48-inches and smaller /p Sewer Pipe Enlargement 12-inches and smaller Sewer Pipe Enlargement 24-inches and smaller Sewer Pipe Enlargement,All Sizes Sewer Cleaning,24-inches and smaller Sewer Cleaning,42-inches and smaller Sewer Cleaning, All Sizes Sewer Cleaning, 8-inches and smaller Sewer Cleaning, 12-inches and smaller Sewer Siphons 12-inches or less Sewer Siphons 24-inches or less Sewer Siphons 42-inches or less Sewer Siphons All Sizes Transportation Public Works Asphalt Paving Construction/Reconstruction(LESS THAN 10,000 square yards) Asphalt Paving Construction/Reconstruction.(10,000 square yards and GREATER) Asphalt Paving Heavy Maintenance(UNDER$1,000,000) Asphalt Paving Heavy Maintenance($1,000,000 and OVER) Concrete Paving Construction/Reconstruction(LESS THAN 10,000 square yards) Concrete Paving Construction/Reconstruction (10,000 square yards and GREATER) Roadway and Pedestrian Lighting k r 1TY OF FORT WORTH 2014 CIP Year 2—Contract 3,Unit 1.2,and 3 rANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 02433 0045 13-4 BIDDL;R PREQUALIFTCA-riON APPLICATION 4 of 8 1. List equipment which you do not own but which is available by renting DESCRIPTION OF EQUIPMENT NAME AND DETAILED ADDRESS OF OWNER 2. How many years has your organization been in business as a general contractor under your present business name? List previous business names 3.How many years experience in construction work has your organization had: (a)As a General Contractor: (b)As a Sub-Contractor? } 4. *What projects has your organization completed in Texas and elsewhere? LOCATION NAME AND DETAILED CONTRACT CLASS OF DATE CITY-COUNTY- ADDRESS OF OFFICIAL AMOUNT WORK COMPLETED STATE TO WHOM YOU REFER * if requalifying only show work performed since last statement. If so, where and why? rcomplete a contract? If so, state the name of individual,other organization and reason. r C1TY OF FORT WORTH STANDARD CONSTRUCTION SPECI.FICA310N 1XX`UMEN'fS 2014 CIP Year 2—Contract 3,Unit 1,2,and 3 .EVISED July 1,2011 CPN 02433 0045 13-5 BIDDER PREQUALIFICATION APPLICATION 5 of 8 J7.Has any officer or owner of your organization ever failed to complete a contract executed in his/her name? If so, state the name of individual, name of owner and reason. 8.In what other lines of business are you financially interested? 9.Have you ever performed any work for the City?If so,when and to whom do you refer? r k.Give names and detailed addresses of all producers from whom you have purchased principal materials during the last three ars? NAME OF FIRM OR COMPANY DETAILED ADDRESS 11.Give the names of any affiliates or relatives currently debarred by the City.Indicate your relationship to this person or firm. 12. What is the construction experience of the principal individuals in your organization? YEARS OF PRESENT POSITION CONSTRUCTION MAGNITUDE AND NAME OR OFFICE EXPERIENCE TYPE OF WORK IN WHAT CAPACITY CITY OF FORT WORTH TANRA.RD CONSTRUCTION SPECIFICATION MAIMF.NTS 2014 CIP Ycar 2—Contract 3,Unit 1,2,and 3 tEVISED duly 1,2011 CPN 02433 0045 13-6 BIDDER PREQUALIFICATION APPLICATION 6of8 i~ 13.If any owner,officer,director, or stockholder of your firm is an employee of the City,or shares the same household with a (City employee,please list the name of the City employee and the relationship. In addition, list any City employee who is the pispouse, child,or parent of an owner,officer, stockholder,or director who does not live in the same household but who receives care and assistance from that person as a direct result of a documented medical condition. This includes foster children or those related by adoption or marriage. CORPORATION BLOCK PARTNERSHIP BLOCK f a corporation: If a partnership: State of Incorporation State of organization IDate of Incorporation Date of organization Charter/File No. Is partnership general,limited,or registered limited liability partnership? President Vice Presidents File No. (if Limited Partnership) General Partners/Officers: Limited Partners(if applicable): l 'Secretary 'Treasurer LIMITED LIABILITY COMPANY BLOCK I i If an LLC: Individuals authorized to sign for partnership: State of Incorporation: ate of Organization: ++� File No. Officers or Managers(with titles, if any): 7Except for limited partners,the individuals listed in the blocks above are presumed to have full signature authority for your firm unless otherwise advised.Should you wish to grant signature authority for additional individuals, please attach a certified copy of the corporate resolution,corporate minutes,partnership agreement,power of attorney or other legal documentation which grants this authority. CITY OF FORT WORTH IfiTANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2014 CIP Ycar 2—Contract 3,Unit 1.2.and 3 1"SED July 1,2011 CPN 02433 r004513-7 BIDDER PREQUALIFICATION APPLICATION 7of8 14. Equipment $ rTOTAL On BALANCE SHEET ITEM QUANTITY ITEM DESCRIPTION VALUE I 2 3 4 5 6 7 8 9 10 7 li 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 Various- TOTAL Similar types of equipment may be lumped together.if your firm has more than 30 types of equipment,you may show these 30 types and show the remainder as"various". The City, by allowing you to show only 30 types of equipment, reserves the right to request a complete,detailed list of all your equipment. The equipment list is a representation of equipment under the control of the firm and which is related to the type of work for which the firm is seeking qualification. In the description include,the manufacturer, model,and general common description of each. CITY OF FORT WORTH TANDARD CONSTRUCTION SPECIFICATION DOCUMLWI'S 2014 CIP Year 2—Contract 3,Unit 1,2,and 3 tEVISED July 1,2011 CPN 02433 a 004513-8 BIDDER PREQUALIFICATION APPLICATION 8 of 8 t'+ BIDDER PREQUALIFICATION AFFIDAVIT AM STATE OF COUNTY OF i The undersigned hereby declares that the foregoing is a true statement of the financial condition of the entity herein first named,as of the date herein first given;that this statement is for the express purpose of inducing the party to whom it is rsubmitted to award the submitter a contract; and that the accountant who prepared the balance sheet accompanying this report as wall as any depository, vendor or any other agency herein named is hereby authorized to supply each party with any information,while this statement is in force, necessary to verify said statement. being duly sworn,deposes and says that he/she is the of I the entity described in and which executed the foregoing stateement that he/she is familiar with the books of the said entity showing its financial condition;that wathe foregoing financial statement taken from the books of the said entity as of the date thereof and that the answers to the questions of the foregoing Bidder Prequalification Application are correct and true as of the date of this affidavit. MW 1P Firm Name: Signature: Sworn to before me this day of Notary Public Notary Public must not be an officer,director,or stockholder or relative thereof. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2014 C1P Year 2—Contract 3,knit 1,2,and 3 EVISED July 1.2011 CPN 02433 004526-1 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Page 1 of 1 1 SECTION 00 45 26 2 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW 3 4 Pursuant to Texas Labor Code Section 406.096(a),as amended,Contractor certifies that it 5 provides worker's compensation insurance coverage for all of its employees employed on City 6 Project No.02433. Contractor further certifies that,pursuant to Texas Labor Code,Section 7 406.096(b),as amended,it will provide to City its subcontractor's certificates of compliance with 8 worker's compensation coverage. 9 10 CONTRACTOR: 11 12 WrIG�}SP>r xl.l t.'�ICTr� ' n LP By: 13 Company tpleaase ) 14 (� Q , O 15 1 •o• 1J l�'�11 L4 D Signature: 16 Address ,'1 a © ,,l 17 18 �'� W�� 8�1 I Title: 1– ices ; Q 19 City/State/Zip (Please Print) 20 21 22 THE STATE OF TEXAS § 23 24 COUNTY OF TARRANT § 25 26 BEFORE ME,the undersigned authority,on this day personally appeared 27 J a r(�4 Owt r ,known to me to be the person whose name is 28 subscrib&to the foregoing instrument,and acknowledged to me that he/she executed the same as 29 the act and deed of COrY,Y.-fir C INeA ,t(41 on , , Lt—for the purposes and 30 consideration therein expressed and in the capacity therein stated. 31 32 G EN UNDER MY HAND AND SEAL OF OFFICE this day of 33 .2015 34 35 VICKI L. OLSON , /. 36 �°t' 's Notary Public,State of Texas l 37 . 44'' :��� My Commission Expires Notary Public in and for the State of texas hi�;;+� November 12, 2017 38 39 END OF SECTION OFFICIAL RECORD CITY SECRETARY FT- WORTH, TX s CITY OF FORT WORTH 2014 CIP Year 2—Contract 3,Unit 1,2,and 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 02433 Revised July 1,2011 004540-1 MINORITY AND WOMEN BUSINESS ENTERPRISE GOAL Page 1 of 1 1 SECTION 00 45 40 2 MINORITY BUSINESS ENTERPRISE GOAL 3 APPLICATION OF POLICY 4 If the total dollar value of the contract is greater than $50,000, then the MBE subcontracting goal 5 may be applicable. If the total dollar value of the contract is $50,000 or less, the MBE 6 subcontracting goal is not applicable. 7 8 POLICY STATEMENT 9 It is the policy of the City of Fort Worth to ensure the full and equitable participation by Minority 10 Business Enterprises (MBE) in the procurement of all goods and services. All requirements and I 1 regulations stated in the City's current Business Diversity Enterprise Ordinance apply to this bid. 12 13 MBE PROJECT GOAL 14 The City's MBE goal on this project is 12% of the total bid (Base bid applies to Parks and 15 Community Services). Note: If both MBE and SBE subcontracting goals are established for this 16 project,then an Offeror must submit both a MBE Utilization Form and a SBE Utilization Form to be 17 deemed responsive. 18 19 COMPLIANCE TO BI.D SPECIFICATIONS 20 On City contracts greater than $50,000 where a MBE subcontracting goal is applied, bidders are 21 required to comply with the intent of the City's Business Diversity Ordinance by one of the 22 following: 23 1. Meet or exceed the above stated MBE goal through MBE subcontracting participation,or 24 2. Meet or exceed the above stated MBE goal through MBE Joint Venture participation,or 25 3. Good Faith Effort documentation,or; 26 4. Waiver documentation. 27 Failure to comply with the City's M/WBE Ordinance, shall result in the Bid being considered non- 28 responsive.Any questions,please contact the M/WBE Office at(817)212-2674. 29 30 SUBMITTAL OF REQUIRED DOCUMENTATION 31 The applicable documents must be received by the Managing Department, within the following 32 times allocated, in order for the entire bid to be considered responsive to the specifications. The 33 Offeror shall deliver the MBE documentation in person to the appropriate employee ofthe:Managing 34 Department and obtain a date/time receipt. Such receipt shall be evidence that the City received the 35 documentation in the time allocated. A faxed copy''wnll ►ot 1 :acre led; 1. Subcontractor Utilization Form, if goal is met received by 2:00 p.m.,two(2)City business days after the P or exceeded: bid opening date,exclusive of the bid o enin date. 2. Good Faith Effort and Subcontractor received by 2:00 p.m.,two(2)City business days after the Utilization Form, if participation is less than bid opening date,exclusive of the bid opening date. stated goal: �. 3. Good Faith Effort and Subcontractor received by 2:00 p.m.,two(2)City business days after the s Utilization Form, if no MBE participation: bid opening date,exclusive of the bid opening date. 4. Prime Contractor Waiver Form,if firm will received by 2:00 p.m.,two(2)City business days after the perform all subcontracting/supplier work: bid opening date,exclusive of the bid opening date. j 5. Joint Venture Form,if utilizing a joint venture received by 2:00 p.m.,two(2)City business days after the to meet or exceed gaal. I bid opening date,exclusive of die bid o eing date. 36 END OF SECTION CITY OF FORT WORTH 2014 CIP Year 2—Contract 3,Unit 1,2,and 3 �' STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 02433 005243-1 Agreement Page I of 4 1 SECTION 00 52 43 2 AGREEMENT 3 THIS AGREEMENT, authorized on May 17, 2016 is made by and between the City of Forth 4 Worth, a Texas home rule municipality, acting by and through its duly authorized City Manager, 5 ("City"), and Co_natser Construction, TX. LP, authorized to do business in Texas, acting by and 6 through its duly authorized representative, ("Contractor"). 7 City and Contractor, in consideration of the mutual covenants hereinafter set forth, agree as 8 follows: 9 Article 1.WORK 10 Contractor shall complete all Work as specified or indicated in the Contract Documents for the 11 Project identified herein. 12 Article 2.PROJECT 13 The project for which the Work under the Contract Documents may be the whole or only a part is '14 generally described as follows: 15 2014 CIP Year 2—Contract 3 16 City Project Number 02433 17 Article 3. CONTRACT TIME 18 3.1 Time is of the essence. 19 All time limits for Milestones, if any, and Final Acceptance as stated in the Contract 20 Documents are of the essence to this Contract. 21 3.2 Final Acceptance. 22 The Work will be complete for Final Acceptance within 260 days after the date when the 23 Contract Time commences to run as provided in Paragraph 2.03 of the General Conditions. 24 3.3 Liquidated damages 25 Contractor recognizes that time is of the essence of this Agreement and that City will 26 suffer financial loss if the Work is not completed within the times specified in Paragraph 27 3.2 above, plus any extension thereof allowed in accordance with Article 12 of the 28 General Conditions. The Contractor also recognizes the delays, expense and difficulties 29 involved in proving in a legal proceeding,the actual loss suffered by the City if the Work 30 is not completed on time. Accordingly, instead of requiring any such proof, Contractor 31 agrees that as liquidated damages for delay (but not as a penalty), Contractor shall pay 32 City Six Hundred Twenty Dollars ($620.00) for each day that expires after the time 33 specified in Paragraph 3.2 for Final Acceptance until the City issues the Final Letter of 34 Acceptance. w CITY OF FORT WORTH 2014 CIP Year 2—Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 02433 Revised August 17,2012 005243-2 Agreement Page 2 of 4 35 Article 4. CONTRACT PRICE 36 City agrees to pay Contractor for performance of the Work in accordance with the Contract 37 Documents an amount in current funds of One Million,Nine Hundred Thirty-Six Thousand, 38 Five Hundred Thirty-Six and 00/100 Dollars ($-1,936,536.00). 39 Article 5. CONTRACT DOCUMENTS 40 5.1 CONTENTS: 41 A. The Contract Documents which comprise the entire agreement between City and 42 Contractor concerning the Work consist of the following: 43 1. This Agreement. 44 2. Attachments to this Agreement: 45 a. Bid Form 46 1) Proposal Form 47 2) Vendor Compliance to State Law Non-Resident Bidder 48 3) Prequalification Statement 49 4) State and Federal documents(project specific) 50 b. Current Prevailing Wage Rate Table 51 c. Insurance ACORD Form(s) 52 d. Payment Bond 53 e. Performance Bond 54 f. Maintenance Bond 55 g. Power of Attorney for the Bonds 56 h. Worker's Compensation Affidavit 57 i. MBE and/or SBE Commitment Form 58 3. General Conditions. 59 4. Supplementary Conditions. 60 5. Specifications specifically made a part of the Contract Documents by attachment 61 or, if not attached, as incorporated by reference and described in the Table of 62 Contents of the Project's Contract Documents. 63 6. Drawings. 64 7. Addenda. 65 8. Documentation submitted by Contractor prior to Notice of Award. 66 9. The following which may be delivered or issued after the Effective Date of the 67 Agreement and, if issued,become an incorporated part of the Contract Documents: 68 a. Notice to Proceed. 69 b. Field Orders. 70 c. Change Orders. 71 d. Letter of Final Acceptance. 72 73 CITY OF FORT WORTH 2014 CIP Year 2—Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 02433 Revised August 17,2012 005243-3 Agreenarrit Page 3 of 4 74 Article 6.INDEMNIFICATION 75 6.1 Contractor covenants and agrees to indemnify, hold harmless and defend, at its own 76 expense, the city, its officers, servants and employees, from and against any and all 77 claims arising out of, or alleged to arise out of, the work and services to be performed 78 by the contractor, its officers, agents, employees, subcontractors, licenses or invitees 79 under this contract. This indemnification provision is specifically intended to operate 80 and be effective even if it is alleged or proven that all or some of the damages being 81 sought were caused, in whole or in part, by any act, omission or negligence of the city. 82 This indemnity provision is intended to include, without limitation, indemnity for 83 costs,expenses and legal fees incurred by the city in defending against such claims and 84 causes of actions. 85 86 6.2 Contractor covenants and agrees to indemnify and hold harmless, at its own expense, 87 the city,its officers,servants and employees,from and against any and all loss,damage 88 or destruction of property of the city,arising out of,or alleged to arise out of,the work 89 and services to be performed by the contractor, its officers, agents, employees, 90 subcontractors, licensees or invitees under this contract. This indemnification 91 provision is specifically intended to operate and be effective even if it is alleged or 92 proven that all or some of the damages being sought were caused, in whole or in part, 93 by any act,omission or negligence of the city. 94 95 Article 7.NUSCELLANEOUS 96 7.1 Terms. 97 Terms used in this Agreement which are defined in Article 1 of the General Conditions will 98 have the meanings indicated in the General Conditions. y 99 7.2 Assignment of Contract. 100 This Agreement, including all of the Contract Documents may not be assigned by the 101 Contractor without the advanced express written consent of the City. 102 7.3 Successors and Assigns. 103 City and Contractor each binds itself, its partners, successors, assigns and legal 104 representatives to the other party hereto, in respect to all covenants, agreements and 105 obligations contained in the Contract Documents. 106 7.4 Severability. 107 Any provision or part of the Contract Documents held to be unconstitutional, void or 108 unenforceable by a court of competent jurisdiction shall be deemed stricken, and all 109 remaining provisions shall continue to be valid and binding upon CITY and 110 CONTRACTOR. • 111 7.5 Governing Law and Venue. 112 This Agreement, including all of the Contract Documents is performable in the State of 113 Texas. Venue shall be Tarrant County, Texas, or the United States District Court for the 114 Northern District of Texas,Fort Worth Division. CITY OF FORT WORTH 2014 CIP Year 2—Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 02433 Revised August 17,2012 005243-4 Agreement Page 4 of 4 115 7.6 Other Provisions. y 116 The Contractor agrees to pay at least minimum wage per hour for all labor as the same is 117 classified, promulgated and set out by the City, a copy of which is attached hereto and 118 made a part hereof the same as if it were copied verbatim herein. - 119 7.7 Authority to Sign. 120 Contractor shall attach evidence of authority to sign Agreement, if other than duly 121 authorized signatory of the Contractor. 122 123 IN WITNESS WHEREOF, City and Contractor have executed this Agreement in multiple 124 counterparts. 125 126 This Agreement is effective as of the last date signed by the Parties (`Effective Date"). 127 ' Co tractor: City of Fort Worth _ IUArsf.+l: (�itr8��t�CT .L•f• �� �" B y: a Jay Chapa B : 5 Assistant City Mana 0� V o f (Si re) Date J � .� c Attest: 9 (Printed Name) j/, City Se etary Title: r (Seal) �oC Address: d &W14V.tfJ T. M&C C - Z L L FT. Le1aRsN. ' //� Date: 5-14-11 City/State/Zip: Approved as to Form and Legality: Date ouglas W. Black Assistant City Attorney 128 129 130 4Dougla RECOMMENDED: 131 l/A W 132 133 134 sig, P.E. 135 136 Transportation &Public Work Department 137 OFFICIAL RECORD CITY SECRETARY CITY OF FORT WORTH FT. WORTH, TX 2014 C!P Year 2—Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS "` City Project Number 02433 Revised August 17,2012 006113-1 PERFORMANCE BOND Page 1 oft Bond No. 0201467 1 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,Conatser Construction TX LP,known as"Principal"herein and 8 Berkley 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, ONE MILLION, 12 NINEHUIVDRED THATRTY-SIXTHOUSAND,FIVEHUNDRED THIRTY-SIXAND 00/100 13 Dollars($1,936,536.00),lawful money of the United States,to be paid in Fort Worth,Tarrant 14 County,Texas for the payment of which sum well and truly to be made,we bind ourselves,our 15 heirs,executors, administrators, successors and assigns,jointly and severally,firmly by these 16 presents. 17 WHEREAS,the Principal has entered into a certain written contract with the City 18 awarded the 17th day of May,2016,which Contract is hereby referred to and made a part hereof 19 for all purposes as if fully set'forth herein,to furnish all materials, equipment labor and other 20 accessories defined by law,in the prosecution of the Work,including any Change Orders,as 21 provided for in said Contract designated as 2014 CIP Year 2 Contract 3 22 City Proiect Number 02433 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, x. 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. 32 This bond is made and executed in compliance with the provisions of Chapter 2253 of the 33 Texas Government Code,as amended, and all liabilities on this bond shall be determined in 34 accordance with the provisions of said statue. 35 IN WITNESS WHEREOF,the Principal and the Surety have SIGNED and SEALED 36 this instrument by duly authorized agents and officers on this 17th day of May,2016. CITY OF FORT WORTH 2014 CIP Year 2 Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 02433 Revised July 1,2011 006113-2 PERFORMANCE BOND Page 2 of 2 1 PRINCIPAL: i 2 Conatser Construction TX, LP 3 4 5 BY: 6 Signature 7 ATTEST: 8 9 Brock Huggins, Vice President 10 (Principal)Secretary Name and Title 11 12 Address: 5327 Wichita St. 13 Fort Worth, TX 76119-6035 14 15 16 i al 17 SURETY: 18 Berkley Insurance Company 19 20 21 BY: �eA,&-. ?Y1 � 22 Signature 23 24 Robbi Morales, Attorney-in-fact 25 Name and Title 26 27 Address: 2711 N. Haskell Ave., Suite 800 28 Dallas, TX 75204 29 30 31 Witness as to Surety Telephone Number: 214/989-0000 32 33 34 35 *Note: If signed by an officer of the Surety Company,there must be on file a certified extract 36 from the by-laws showing that this person has authority to sign such obligation. If 37 Surety's physical address is different from its mailing address, both must be provided. 38 The date of the bond shall not be prior to the date the Contract is awarded. 39 OFFICIAL RECORD CITY SECRETARY F' '•W+ORTHy TX CITY OF FORT WORTH 2014 CIP Year 2 Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 02433 Revised July 1,2011 Bond No. 0201467 006114-1 PAYMENT BOND Page 1 of 2 1 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, Conatser Construction TX. LP, known as "Principal" herein, and 8 Berkley Insurance Company 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 ONE MILLION. NINE HUNDRED THIRTY--SIC THOUSAND, FIVE 13 HUNDRED THIRTY-SIX AND 00/100 Dollars ($1,936,536.00), lawful money of the United 14 States,to be paid in Fort Worth, Tarrant County,Texas,for the payment of which sum well and 15 truly be made, we bind ourselves, our heirs, executors, administrators, successors and assigns, 16 jointly and severally,firmly by these presents: 17 WHEREAS,Principal has entered into a certain written Contract with City,awarded the 18 17th day of May,2016,which Contract is hereby referred to and made a part hereof for all 19 purposes as if fully set forth herein,to furnish all materials,equipment, labor and other 20 accessories as defined by law, in the prosecution of the Work as provided for in said Contract and 21 designated as 2014 CIP Year 2 Contract 3, City Proiect No. 02433 22 23 NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that if 24 Principal shall pay all monies owing to any (and all) payment bond beneficiary (as defined in 25 Chapter 2253 of the Texas Government Code, as amended) in the prosecution of the Work under 26 the Contract, then this obligation shall be and become null and void; otherwise to remain in full 27 force and effect. 28 This bond is made and executed in compliance with the provisions of Chapter 2253 of the 29 Texas Government Code, as amended, and all liabilities on this bond shall be determined in 30 accordance with the provisions of said statute. 31 CITY OF FORT WORTH 2014 CIP Year 2 Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 02433 Revised July 1,2011 j �r- 0061 14-2 PAYMENT BOND Page 2 of 2 1 IN WITNESS WHEREOF,the Principal and Surety have each SIGNED and SEALED 2 this instrument by duly authorized agents and officers on this the 17th day of May,2016. 3 PRINCIPAL: Conatser Construction TX, LP ATTEST: BY: ..1 _ 4 — Signature go Brock Huggins, Vice President (Principal)Secretary Name and Title Address: 5327 Wichita St. Fort Worth, TX 76119-6035 WEVs a al SURETY: Berkley Insurance Company ATTEST: BY: QA,1'17 Signature Robbi Morales, Attorney-in-fact (Sure ) Secritary Name and Title (_ Address: 2711 N. Haskell Ave., Suite 800 Dallas, TX 75204 Witness as to Surety Telephone Number: 214/989-0000 4 5 Note: If signed by an officer of the Surety, there must be on file a certified extract from the 6 bylaws showing that this person has authority to sign such obligation. If Surety's physical 7 address is different from its mailing address,both must be provided. 8 9 The date of the bond shall not be prior to the date the Contract is awarded. 10 END OF SECTION = 11 OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX CITY OF FORT WORTH 2014 CIP Year 2 Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 02433 Revised July 1,2011 006119-1 MAINTENANCE BOND Page 1 of 3 Bond No. 0201467 ' 1 SECTION 00 61 19 2 MAINTENANCE BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 - 8 That we,Conatser Construction TX,LP,known as"Principal"herein and 9 Berkley Insurance Company , a corporate surety(sureties,if more than 10 one)duly authorized to do business in the State of Texas,known as"Surety"herein(whether one 11 or more),are held and firmly bound unto the City of Fort Worth, a municipal corporation created 12 pursuant to the laws of the State of Texas,known as"City"herein,in the sum of ONE 13 MIZLION,NINE HUNDRED THIRTY--SIX THOUSAND, RUE HUNDRED THIRTY--SIX 14 AND 00/100 Dollars($1,936,536.00),lawful money of the United States,to be paid hi Fort 15 Worth,Tarrant County,Texas,for payment of which sum well and truly be made unto the City 16 and its successors,we bind ourselves,our heirs,executors,administrators,successors and assigns, 17 jointly and severally,firmly by these presents. 18 19 WHEREAS,the Principal has entered into a certain written contract with the City awarded the 20 17th day of May,2016,which Contract is hereby referred to and a made part hereof for all 21 purposes as if fully set forth herein,to furnish all materials,equipment labor and other accessories 22 as defined by law,in the prosecution of the Work,including any Work resulting from a duly 23 authorized Change Order(collectively herein,the"Work")as provided for in said contract and 24 designated as 2014 CIP Year 2 Contract 3, City Proieci No. 02433; and 25 26 WHEREAS,Principal binds itself to use such materials and to so construct the Work in 27 accordance with the plans,specifications and Contract Documents that the Work is and will 28 remain free from defects in materials or workmanship for and during the period of two(2)years 29 after the date of Final Acceptance of the Work by the City("Maintenance Period");and 30 31 WHEREAS,Principal binds itself to repair or reconstruct the Work in whole or in part 32 upon receiving notice from the City of the need therefor at any time within the Maintenance 33 Period. 34 CITY OF FORT WORTH 2014 CIP Year 2 Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 01433 Revised July 1,2011 0061 19-2 MAINTENANCE BOND Page 2 of 3 1 NOW THEREFORE,the condition of this obligation is such that if Principal shall 2 remedy any defective Work,for which timely notice was provided,by City,to a completion 3 satisfactory to the City,then this obligation shall become null and void; otherwise to remain in 4 full force and effect. 5 Y 6 PROVIDED,HOWEVER, if Principal shall fail so to repair or reconstruct any timely 7 noticed defective Work,it is agreed that the City may cause any and all such defective Work to 8 be repaired and/or reconstructed with all associated costs thereof being borne by the Principal and 9 the Surety under this Maintenance bond; and 10 11 PROVIDED FURTHER,that if any legal action be tiled on this Bond,venue shall lie in 12 Tarrant County,Texas or the United States District Court for the Northern District of Texas,Fort 13 Worth Division; and 14 15 PROVIDED FURTHER,that this obligation shall be continuous in nature and 16 successive recoveries may be had hereon for successive breaches. 17 18 19 r. CITY OF FORT WORTH 2014 CIP Year 1 Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ctty Project Number 01433 Revised July 1,2011 006119-3 MAINTENANCE BOND Page 3 of 3 - 1 IN WITNESS WHEREOF,the Principal and the Surety have each SIGNED and SEALED this 2 instrument by duly authorized agents and officers on this the 17th day of May,2016. 3 4 PRINCIPAL: 5 Conatser Construction TX, LP r 6 8 BY: �� �.ie�.�,�- \ 9 -'Signature Goo 10 ATTEST: 11 12 Brock Huggins, Vice President r 13 (Principal)Secretary Name and Title 14 15 Address: 5327 Wichita St. 16 Fort Worth, TX 76119-6035 17 18 19 � s 20 SURETY: 21 Berkley Insurance Company 22 23 24 BY:e'�;)A.,-`� 25 Signature 26 27 Robbi Morales,Attorney-in-fact 28 T• Name and Title 29 30 Address: 2711 N. Haskell Ave., Suite 800 31 (SureV7 Secre Gallas, TX 75204 32 33 it J ��� 34 Tiine—sslftlo Surety Telephone Number: 2141989-0000 t 35 36 *Note: If signed by an officer of the Surety Company,there must be on file a certified extract 37 from the by-laws showing that this person has authority to sign such obligation. If 38 Surety's physical address is different from its mailing address,both must be provided. _ 39 The date of the bond shall not be prior to the date the Contract is awarded. 40 (I) OFFICIAL RECORD CITY SECRETARY FT, WORTH, TX CITY OF FORT WORTH 2014 CIP Year 2 Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 02433 Revised July 1,2011 No. BI-7280f POWER OF ATTORNEY BERKLEY INSURANCE COMPANY WILMINGTON, DELAWARE rNOTICE: The warning found elsewhere in this Power of Attorney affects the validity thereof. Please review carefully. KNOW ALL MEN BY THESE PRESENTS, that BERKLEY INSURANCE COMPANY (the "Company"), a corporation duly organized and existing under the laws of the State of Delaware,having its principal office in Greenwich,CT,has made,constituted and appointed, and does by these presents make, constitute and appoint: Ricardo J. Reyna; Don E. Cornell, Vena DeLene ti Marshall,Sophinie Hunter,Robbi Morales, or Kelly A. Westbrook of Aon Risk Services Southwest, Inc. of Dallas, TX its true and lawful Attorney-in-Fact,to sign its name as surety only as delineated below and to execute, seal,acknowledge and deliver any and all bonds and undertakings, with the exception of Financial Guaranty Insurance, providing that no single obligation shall exceed Fifty Million and 00/100 U.S. Dollars (U.S.$50,000,000.00),to the same extent as if such bonds had been duly executed ; and acknowledged by the regularly elected officers of the Company at its principal office in their own proper persons. Z This Power of Attorney shall be construed and enforced in accordance with, and governed by, the laws of the State of Delaware, a .E without giving effect to the principles of conflicts of laws thereof. This Power of Attorney is granted pursuant to the following ° resolutions which were duly and validly adopted at a meeting of the Board of Directors of the Company held on January 25,2010: E RESOLVED, that, with respect to the Surety business written by Berkley Surety Group, the Chairman of the Board, Chief 4 Executive Officer, President or any Vice President of the Company, in conjunction with the Secretary or any Assistant Secretary are hereby authorized to execute powers of attorney authorizing and qualifying the attorney-in-fact named therein to execute bonds, undertakings, recognizances, or other suretyship obligations on behalf of the Company, and to affix the corporate seal of the Company to powers of attorney executed pursuant hereto; and said officers may remove any such 3 o attorney-in-fact and revoke any power of attorney previously granted;and further RESOLVED, that such power of attorney limits the acts of those named therein to the bonds, undertakings, recognizances, or other suretyship obligations specifically named therein, and they have no authority to bind the Company except in the manner and to the extent therein stated;and further RESOLVED, that such power of attorney revokes all previous powers issued on behalf of the attorney-in-fact named; and r. further o to RESOLVED, that the signature of any authorized officer and the seal of the Company may be affixed by facsimile to any a' power of attorney or certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligation of the Company; and such signature and seal when so used shall have the same force and effect as 3 though manually affixed. The Company may continue to use for the purposes herein stated the facsimile signature of any .� person or persons who shall have been such officer or officers of the Company, notwithstanding the fact that they may have B ceased to be such at the time when such instruments shall be issued. IN WITNESS WHEREOF, the Company has cau4 these presents to be signed and attested by its appropriate officers and its o 0 corporate seal hereunto affixed this" ay of tl/1� 5._._ Attest: Berkley Insurance Company (Seal) By f By Ira S. a erman Je after Senior Vice President& Secretary a Preside WARNING. THIS POWER INVALID IF NOT PRINTED ON BLUE"BERKLEY" SECURITY PAPER. STATE OF CONNECTICUT) o ) ss: N o COUNTY OF FAIRFIELD Sworn to before me, a Notary Public in the State of Connecticut, this`J(7 da of 't-{`e' , 2015, by Ira S. Lederman and Jeffrey M. Hafter who are sworn to me to be the Senior Vice President and Secre ryt an the Senior Vice Pre dent, respectively,of Berkley Insurance Company. MARIA C.RUNDBAKEN NOTARY PUBLIC l �'L' ' i�^� (� `"/ca- MY COMMISSION EXPIRES otary Public, State of Connecticut APRIL 30,2019 CERTIFICATE 1,the undersigned, Assistant Secretary of BERKLEY INSURANCE COMPANY, DO HEREBY CERTIFY that the foregoing is a true, correct and complete copy of the original Power of Attorney;that said Power of Attorney has not been revoked or rescinded !6 and that the authority of the Attorney-in-Fact set forth therein, who executed the bond or undertaking to which this Power of Attorney is attached, is in full force and effect as of this date. i Giver,under my hand and seal of the Company,this 17th day of May 2016 (Seal) OFFMAL RECORD A a CITE' .SECRETARY ti� TX Instructions for Inquiries and Notices Under the Bond Attached to This Power Berkley Surety Group is the affiliated underwriting manager for the surety business of: Acadia Insurance Company,Berkley Insurance Company, Berkley Regional Insurance Company,Carolina Casualty Insurance Company,Union Standard Insurance Company,Continental Western Insurance Company,and Union Insurance Company. To verify the authenticity of the bond,please call(866)768-3534 or email BSGInquiry @berkleysurety.com Any written notices,inquiries,claims or demands to the surety on the bond to which this Rider is attached should be directed to: Berkley Surety Group 412 Mount Kemble Avenue Suite 310N Morristown,NJ 07960 Attention: Surety Claims Department Or email BSGClaim @berkleysurety.com Please include with all notices the bond number and the name of the principal on the bond. Where a claim is being asserted,please set forth generally the basis of the claim. In the case of a payment or performance bond, please identify the project to which the bond pertains. IMPORTANT NOTICE To obtain information or make a complaint: You may call Berkley Surety Group, LLC and its affiliates by telephone for information or to make a complaint: BERKLEY SURETY GROUP, LLC Please send all notices of claim on this bond to: Berkley Surety Group, LLC (866) 768-3534 412 Mount Kemble Avenue, Suite 310N Morristown, NJ 07960 Attn: Surety Claims Department 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 Web: http://www.tdi.state.tx.us 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 your agent or Berkley Surety Group, LLC first. If the dispute is not resolved, you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR BOND: This notice is for information only and does not become a part or condition of the attached document and is given to comply with Texas legal and regulatory requirements. 006125-1 CERTIFICATE OF INSURANCE Paige 1 of 1 SECTION 00 6125 2 CERTIFICATE OF INSURANCE 3 4 5 6 7 S 9 10 11 12 13 14 15 _ 16 17 18 ,. 19 20 21 22 23 END OF SECTION CITY OF FORT WOR'T'H 2014 CIP Year 2—Contract 3,Unit 1,2,and 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENT'S CPN 02433 Revised July I,2011 i '4� CERTIFICATE OF LIABILITY INSURANCE P6/24/2016 ATE(MM/DD/YYYY) 1111111 — THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT NAME: The Sweeney Company PHONE (817)457-6700 L (817)6No.Ext) ac Nom — 1121 E. Loop 820 South E-MAIL - — ADDRESS: P O BOX 8720 INSURER(S)AFFORDING COVERAGE NAIC p _ Fort Worth TX 76124-0720 INSURERABitco National Insurance Co 20109 INSURED INSURERB$itCo General Insurance-Corp 20095 Conatser Construction TX, LP INSURERC_: P.O.Box 15448 INSURER INSURER E Fort Worth TX 7 6119 INSURER F COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE 'ADDL'SUBR POLICY EFF POLICY EXP LTR POLICY NUMBER MMIDD/YYYY I I(MMIDDNYYYI LIMITS WP X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 A CLAIMS-MADE ❑R OCCUR DAMAGE TO RENTED 100,000 PREMISES LEa occurrenceL— $ X CONTRACTUAL, XCU CLP 3 624 273 8/1/2015 8/1/2016 MED EXP(Any one person) $ 5,000 yr X INDEP CONT, BFPD PERSONAL&ADV INJURY $ 1,000,000 GENL AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 2,000,000 POLICY a PRO-- -1 LOC PRODUCTS-COMP/OP AGG $ 2,000,000 OTHER: $ AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $ 1,000,000 Ea accident _ A X ANY AUTO BODILY INJURY(Per person) $ ALL OWNED SCHEDULED CAP 3 624 272 8/1/2015 8/1/2016 BODILY INJURY(Per accident) $ AUTOS AUTOS NON-OWNED PROPERTY DAMAGE $ �. HIRED AUTOS AUTOS Per accident X UMBRELLA LIAB X OCCUR EACH OCCURRENCE $ 51000,000 B EXCESS LIAB CLAIMS-MADE AGGREGATE $ 5,000,000 DED X1 RETENTION$ 10,000 CUP 2 807 688 8/1/2015 8/1/2016 $ WORKERS COMPENSATION X PER OTH- AND EMPLOYERS'LIABILITY YIN STATUTE ER ANY PROPRIETOR/PARTNER/EXECUTIVE ❑ NIA E.L.EACH ACCIDENT $ 11000,000 B OFFICER/MEMBER EXCLUDED? (Mandatory In NH) WC 3 624 271 8/1/2015 8/1/2016 E.L.DISEASE-EA EMPLOYE $ 1,000,000 K describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT 1$ 1,000,000 DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES(ACORD 101,Additional Remarks Schedule,may be attached H more space is required) JOB 2014 CIP YEAR 2 - CONTRACT 3, CITY PROD 02433, DOE 7493, WATER, SANITARY SEWER, ASPHALT PAVEMENT. ALL POLICIES INCLUDE A BLANKET AUTOMATIC WAIVER OF SUBROGATION ENDORSEMENT & THE GL, AUTO & UMB POLICIES INCLUDE A BLANKET AUTOMATIC ADDITIONAL INSURED ENDORSEMENT PROVIDING ADDITIONAL INSURED & WAIVER OF SUBROGATION STATUS TO THE CERTIFICATE HOLDER ONLY WHEN THERE IS A WRITTEN CONTRACT BETWEEN THE NAMED INSURED & THE CERTIFICATE HOLDER THAT REQUIRES SUCH STATUS. THE GL ADDITIONAL INSURED ENDORSEMENT CONTAINS SPECIAL PRIMARY & NONCONTRIBUTORY WORDING. THE POLICIES INCLUDE AN ENDORSEMENT PROVIDING 30 ' DAYS NOTICE OF CANCELLATION (10 FOR NON-PAY OF PREMIUM) TO THE CERTIFICATE HOLDER. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE CITY OF FORT WORTH THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN 1000 THROCKMORTON ST ACCORDANCE WITH THE POLICY PROVISIONS. FT WORTH, TX 76102 ; (OFFICIAL RECORD CITY SIECR€GARY AUTHORIZED REPRESENTATIVE TX Charles Sweeney/JOYCE ©1988-2014 ACORD CORPORATION. All rights reserved. ACORD 25(2014101) The ACORD name and logo are registered marks of ACORD INS025 rgm4m 1 STANDARD GENERAL CONDITIONS r OF THE CONSTRUCTION CONTRACT CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMLNTS Revisitm:Deco 21,2012 PE STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT r* TABLE OF CONTENTS Page Article 1 —Definitions and Terminology......................................................... .. .... .1 1.01 Defined Tsrs.........: ..:.....: ...:................................................ ........... .......,....... ;............... 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...........................................................................................................11 4.01 Availability of Lands..................................................................................................................l 1 4.02 Subsurface and Physical Conditions..........................................................................................12 4.03 Differing Subsurface or Physical Conditions.............................................. 4.04 Underground Facilities ...............................................................................................................13 4.05 Reference Points .....................................................................................:...................................14 4.06 Hazardous Environmental Condition at Site..............................................................................14 Article5—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........................................................................................................19 6.01 Supervision and Superintendence...............................................................................................19 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:Deoember2l,2012 6.02 Labor;Working ........ .... ............... �:... .......... .............20 6.03 Services, Materials,and Equipment.............................................................. ...................20 6.04 Project Scl>peddle...........•.........:,»...:.......... ......... .......................»............._»............ .....: ....21 6.05 Substitutes and"Or-Equals"....,......» ............................................................ ....t.,•...w...�.«21 6.06 Concerning Subcontractors,Suppliers,and Odwm ...........:........... .., ,,. :...: :. .......... ►4 6.07 Wage Rtes................... .... . .»..............,........ ............�..... ...........:,a.w::ru:ri'aiiaa•w.�!«.�M.,Ni.,�.(+.r•...�i 6.08 Patent Fees and Royalties.......... ..... , ..... ...................... .............. ........._.•.,.,:. , ..�......:..26 6.09 Permits and ttiia.:.. ,..... ..........: ... ....... . , ...,., ....,.•,•;.. .. , .;:,.....a.._......27 6.10 Laws and'ItsgnWons......:..: ...:... ........I............... .:.,» •...,:... ,.a,.;,«:. 1. ,., , 6L Taxes .11 1 .�'i,t.. .._.�e..e,wt.+,.+.t.r...+.,.w . ♦ e ..+... 6.12 Use of Site and Other Areas ...,.�.... .................:......................,,,.... ,-t,....,. ..l.,.•.,(.MR•s•, {7 6.1.3 Record .......:...........».» ..... ..... .............. 9 6.14 Safety and Protection ,...,.,.-.......,.." .,,.» ..a........, .•.�.,,. a�r..l,y# ,««.,�i• 6.15 Safety I - ......: ........ ....,... ........................... . ,-,..;,. �.,...�.,,...�i.•....3 6.16 Hazard Communication Ps+o ,.,, .t. .,,...:.., s4: �, ��.. ..��»., �. •30 .. 6.17 Emergencies and/or Rwtifiratioa.. t ............. ..,.�.,,..,�.�,�.r4 6.18 Submittals..... . . .............•........,..................................................... ... .. .............31 6.19 Continuing the Work.............................................................................................•.....................32 6.20 Contractor's General Warranty and Guarantee. ... .......... «.� « .. . ;. ..:....sa:...32 6.21 JCndetnall± an„.. ... ................ . ..... ..t... .,, , .;,.t,, ..,,,a.•...33 6.22 Delegation of Professional Resign Services.................................. . . •. .......... . .... .34 6.23 Right to., i...obi......... ..,�:o.....:::aY •..r..±e y ..�$ :y- �- 6.24 NT., .. Article 7-Other Work at the S .,... �. #.,,... .y...g; . ,.�. ,.4.., �,,e•:, ......35 7.01 Related Work at Si .. ...:.. ....... . .. :. ...,,, .•:_«,, . .r.;.�:.•.:.l-....,;,•35 7.02 Coordination--..........................................................:................ .. . _ .»..,...,..36 Article 8-City's ROSPOWbillfi -' -­......- •,,..............._•............................. .....,., ...,,.»...........,..,....36 8.01 COm[ntItilCatlonS t0 SKA/tl� ......• ...•,.......w. ... 8.02 Furnish Data... ......... . :... .....:. ...36 8.03 Pay When Due...... ...... + ................................................. - �. a.,.f��,.,... ... ...36 8.04 Lands and Easements;Reports and Ttsb................ ...:... ,,:.,.,• .:, . »....,......._36 8.05 Change�•:................... .. . . . 8.06 Inspections,Tests,and Approvals. .,... .....: ..,.. F, .�.«,1 „�.,.. .., .1. . •...>•_36 8.07 Limitations on City's Responsibilities................................. .. . .........37 8.08 Undisclosed Hazardous Environmental Condition............... ...37 8.09 Compliance with Safety Prograim..<..•..............................................................................w».......37 Article 9 City's Observation Status During Construction , ».....37 9.01 City's Project Representative.. .................... t..........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 crn OFFORTwORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:De21,2012 M on 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...........................................................................r.,.. ... ... ...39 10.04 Extra Work.............. ........................................ .39 10.05 Notification to Surety..................................................................... ............. .......... .............39 10.06 Contract Claims Process........................................................................................ .............40 Article 1 I -Cost of the Work;Allowances; Unit Price Work; Plans Quantity Measurement......................41 11.01 Cost of the Work..........................................................................................................................41 11.02 Allowances....................................................................................4...4..4...4..............,... ......;43 11.03 Unit Price Work........................................................................................ . .. .44 11.04 Plans Quantity Measurement....................................................................................................45 Article 12-Change of Contract Price; Change of Contract Time............................ 12.01 Change of Contract Price............................................................ ......... .................... ...... ...46 12.02 Change of Contract Time....................................................................... ..................................47 12.03 Delays...... . ........................................................................... I................. ...................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... .........................................................................4,444............. ...................55 14.07 Final Payment...............................................................................................................................56 14.08 Final Completion Delayed and Partial Retainage Release........................................................56 14.09 Waiver of Claims 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 OL Article16-Dispute Resolution......................................................................................................................61 16.01 Methods and Procedures.............................................................................................................61 A� CITY OF FORT WORTH STANI)ARDCONSTRUCr1ON SPECIFCATION OC)CUMENTS Revision:D=Ww2l.2Q I2 Article 17—Miscellaneous ..................... ...... ...... .... .62 17.01 Giving Notice.............. ......................... ...........,............ ..... .. ...� 17.02 Computation of Times........................... .k....:..............................,.....�........ ..:y....:.�...::y.::....6�' 17.03 Cumulative Remedies, ... 17.04 Survival of Obligadonra......................................,............ ...... ...... ., ...,,..,n....y. _.x.,63 17.05 H .. ......ap)Y!!!...y..N......H....w ..+I..a f+........i..Y........ .l..ws...a.s..Ya.Yir.YH.....+nMM14M.�Mff YM.I$�YiYy'�.ikY's' r o CITY OF FORT WORTH STANDARD CONSTRUC rION SPECIFCATION DOCUMENTS Revision:Dex m*w21.2012 007-700-1 General Conditions Page I 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 OF 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. r� 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.Buzzsaw–City's on-line,electronic document management and collaboration system. 12. Calendar Day–A day consisting of 24 hours measured from midnight to the next midnight. P0 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:Dcominber2l,2012 007200-1 AK General Conditions Page 2 of 63 13. Change Orders—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. 14. 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. 15. City Attorney The officially appointed City Attorney of the City of Fort,Worth, Texas, or his duly authorized representative. 16. City Council - The duly elected and qualified governing body of the City of Fort Worth, Texas, 17. City Manager— The officially appointed and authorized City Manager of the City of Fort Worth,Texas,or his duly authorized representative. 18. 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 terns of the Contract.A demand for money or services by a third party is not a Contract Claim. 19. 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. 20. 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. 21. 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 1 L0 in the case of Unit Price Work). 22. 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. 23. Contractor—The individual or entity with whom City has entered into the Agreement. 24. Cost of the Work—See Paragraph 11.01. of these General Conditions for definition. CITY OF FORT WORTH STANDARD CONSTRUCTION SPF,C[FCATION DOCUMENTS Revision;D=nbr21,2012 No 007200-1 General Conditions Page 3 of 63 25. Damage Claims—A demand for money or services arising from the Project or Site from a i third party, City or Contractor exclusive of a Contract Claim. 26. Day or day—A day,unless otherwise defined,shall mean a Calendar Day. 27. 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. 28. 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. 29. 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. 30.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. 31. 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. 32. 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. 33. 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 VIM and delivered by the last of the two parties to sign and deliver. 34.Engineer—The licensed professional engineer or engineering firm registered in the State of Texas performing professional services for the City. 35. 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. 36.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. 37. 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 SPECtFCAT1ON CXX'UMENTS Revision:Dcum*a21,2012 007200-1 da General Conditions Page 4 of 63 38. 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. 39. General Requirements--Sections of Division 1 of the Contract Documents. 40. 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 propertyexpc>'sed thereto. 41. 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 front time to time: 42. 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. 43. Liens--Charges, security interests, or encumbrances upon Project funds, real property, or personal property. 44.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. 45..Mllestone—A principal event specified in the Contract Documents relating to.an intermediate Contract Time prior to Final Acceptance of the Work, 46. Notice of Award-4he 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. 47.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. 48. PCBs--Polychlorinated biphenyls. 49. Petroleum—Petroleum, including crude oil or any fraction thereof which is liquid at standard conditions of temperature and pressure (60 degrees Fahrenheit and 1:4.7 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. 54.Plans—See definition of Drawings. cny OF FORT WORTH STANDARD CONSTRUCTiONSPECIFCATION DOCUMENTS Revision:l)E ember 21.2012 ti r 007200-1 General Conditions Page 5 of 63 51. Project Schedule—A schedule prepared and maintained, re p p a tamed 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. 52.Project—The Work to be perfonmed under the Contract Documents. 53. Project Representative—The authorized representative of the City ho will be assigned to Y !� the Site. 54. 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. 55. Radioactive Material�ource, 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. 56. Regular Working Hours – Hours beginning at 7:00 a.m. and ending at 6:00 p.m., Monday thru Friday(excluding legal holidays). 57. 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. 58. 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. 59. 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. 60. 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. 61. 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. 62. 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 WORT11 S"fANDARI)CONSTRUC'nON SPF..CIFCATION DOCUMEWTS Revision:Dooanber21.2012 007200-1 General Conditions Page 6 of 63 63. 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. 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. r. 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 STANDARDCONSTRIJC TIONSPECIFCATION rX)CUME:NTS Re*ion:D=nber21.2012 007200-1 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). w� 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 (I) 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 at any time within 14 days after the Effective Date of the Agreement. OT Y OF FORT WORTH STANDARD CONSTRUC'nON SPECIFCA7loN Docum::N s Revision:Demnba2l.2012 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. R 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 Contractor attending the Public Meeting as scheduled by the City. 2.07 Initial Acceptance of SchedWes 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 sPECTFcA:noN DOCUMENT'S Revision:Dwmbcr2►,2012 00r-00-I a` 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 #r 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. OP 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. 1. 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 1L CnY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS) Revision:[Y=nber2l.201? 00-P200-1 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: 1. 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 -s 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: , L 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 WOR714 STANDARD CONSIRU"ON SPECiFCATION DOCUMITITS Revision:Da=nb r2t.2012 007-700-1 General Conditions Page I1 of 63 I 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 P' printed copies included in the Contract Documents (also known as hard copies) and other Specifications referenced and located on the City's Buzzsaw 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. I. 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 wOR711 STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:Do=nber21,2012 on 007200-1 �h 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 4W 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,Dpcuments. 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 I 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: I. 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 SPEC[FCA'f1ON DOCUMENTS Revision:Dw=ba21.2012 .r 007200-1 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 i£ 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 00 aware thereof and before further disturbing conditions affected thereby or performing any r� CITY OF FORT WORTH STANDARD CONSTRUC HON SPF.C1FCAT10N DOMMENlS Revision:Demnber21,2012 r 007200-1 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 y` 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 WORTI I STANDARD CONSTRUCTION SPECIFCATION DOCUMF..N-IS Revision:Demnbw2i,2012 00 72 00- I General Conditions Pap r 15 of 63 • construction to be employed by Contractor and safety precautions and programs incident thereto: or s 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 s 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 r. 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 r 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 ot'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 Latins and Regulations. Contractor shall indemnif}• 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 .fir whom Contractor is R responsible. Nothing in this Paragraph 4.06G 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 FoR'r WoK'rl i STANDARD CONSrRUC HON SPECIFCATION DOCUMENTS Revision.FX!cantxs21,2012 007-700-1 00-1 A% 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 MN 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 of Inswance Aft Contractor shall deliver to City, with copies to each additional insured and loss payee identified in the Supplementary Conditions, certificates of insurance (and other evidence of insurance requested MW by City or any other additional insured) 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 SPECIFCATION DOCUMENTS Revision:Lhmrnber2l,2012 e W 72 OQ-I General Condition; Paec 17 of03 2. The Contractor's general liability insurance shall include a, "per project" or "per location", s 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-: Vil 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 r 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 $2 ,000.00, affecting required insurance coverage shall be approved by the City in regards to asset value and stockholders' equity. In r CI-1-Y()f PORT WOR I l l STANDARD CONSIRUC LION SPHAWATION I.X)CUMLNTS Revision DLx-xn1her21 2012 in 007200-1 General Conditions Page 18of63 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 party 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' dw 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, rt' 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 SPGCTFCK110N DOCUMENTS Revision:Da wiw21.2012 no r-oo-I General,CoMitions 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. O 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 P5 Conditions). C. Automobile Liability. A commercial business auto policy shall provide coverage on "any auto", FE 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 on 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 Bondv 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 SPFCIFCAnON DOCUMINvTs Revision:December 21.2012 V 00'P2 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: 1. for beyond Regular Working Hours request must be made b noon at least two 2 Business Y l� g � Y ( ) 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 SPECIFCATION DOCUMENTS Revision:Dmenter 21,2012 PM alnoo-I General Conditions Page 21 of 63 as 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 0132 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 M 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. r1. "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 SPECIFCATION DOCUMENTS Revision:Dwm*er2l,2012 007200-1 MOW 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: l) 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 t%05.AJ, 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 01 25 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; M 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 cot 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; C r1Y OF FORT woRTH STANDARD CONSTRUC-110N SPEC.IFCATION DOCUMFNTS Revision:DWmi*21,2012 007200-1 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 r 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 PM Claims of other contractors affected by any resulting change. B. Substitute Construction Methods or .Procedures: If a specific means, method, technique, 116 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 6.05.13. 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 6.05.6. 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. CrrY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:Dcoanber21,2012 00-P-00-I 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 6.06.0). 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. Business Diversity Enterprise Ordinance Compliance: It is City policy to ensure the full and equitable participation by Minority and Small Business Enterprises (MBE)(SBE) in the procurement of goods and services on a contractual basis..If the Contract Documents provide for a MBE and/or SBE goal, Contractor is required to comply with the intent of the City's Business Diversity Ordinance(as amended)by the following: 1. Contractor shall, upon request by the City, provide complete and accurate information regarding actual work performed by a MBE and/or SBE on the Contract and payment therefor. 2. Contractor will not make additions, deletions, or substitutions of accepted MBE without written consent of the City. Any unjustified change or deletion shall be a material breach of Contract and may result in debarment in accordance with the procedures outlined in the Ordinance. 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 an MBE and/or SBE. 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 disqualification of Contractor to bid on future contracts with the City for a period of not less than three years. 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: CrIY OF FORT woKm STANDARD CONSTRUCTION SM:CIFCATTON DOCUMENTS Revision:Dwanba2l,2012 007200-1 Gem-ra1 Conditions Page 25 of 63 I. 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 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 Fork 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 food 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 SPLCIFCA"rioN DocumF.NTs Revision;Da m*a21.2012 e�4 00 7200-1 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 11th 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`Orovisions of Paragraph 6.23, Right to Audit,shall pertain to this inspection. F. Progress Payments. With each progress payment or payroll period, whichever is less, the Contractor shall submit an affidavit stating that the Contractor has complied with the requirements of Chapter 2258,Texas Government Code. 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 wowm STANDARD CONSTRUCTION SPF.CIFCATION DOCUMENTS Revision:Dwe nber2l,2012 s 007200-1 General Conditions Page 27 of 53 the incorporation in the Work of any invention, design,process,product, or device not specified rt 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.B. City shall pay all charges of utility owners for connections for providing permanent service to the Work. �r 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 ,rt limited to all fees and charges of engineers, architects, attorneys, and other professionals and all CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:Domn6er2l,2012 ow 0072-00-1 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 r" 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 A.. Texas Tax Code,Subchapter H. B. Texas Tax permits and information may be obtained from: 1. Comptroller of Public Accounts Sales Tax Division Capitol Station Austin, TX 78711; or 2. hgp:r'/www.window.state.tx:us/taxinfoltaxforms/93-form&html 6.12 Use of Site and Other Areas A. Limitation on Use of Site and Other Areas: 1. 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 SPTCIFCATION IX)CUMFTITS Revision:Demnber2l,2012 007200-1 Genenal Conditions Page 29 of 63 V 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,shal l 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. folk 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 r� 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 rr their work, nor for compliance with applicable safety Laws and Regulations. Contractor shall CITY OF FORT WORTH STANDARD CONSTRUCTION SPEC IFCATION DOCUMENTS Rmision_Decm*f21.2012 00 7200-1 +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: as 1. all persons on the Site or who may be affected by the Work; 2. all the Work and materials and equipment to be incorporated therein, whether in storage on do* 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 SPF..CIFCATION DOCUMFNTS Revision.D=nber2l,2012 0072W-I d� 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. r 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. I. 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 j 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 6.1S.C. CM OF FORT WORTH STANDARD CONSTRUCTION SPF.CIFC ATION DOCUMENTS Revision:Dewnber2l,2012 007200-i t 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 SPEC 1FCATION DOCUMENTS Revision:l2l,2012 r oonon-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 DEMNIFICATION PROVISION IS SPECIFIC A- LLY 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, l licensees or invitees under this Contract. THIS INDEMNIFICATION PROVISION IS ! CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCK ION DOCLJMLWIS Revision:Do mba2l,2012 007200-1 General Conditions Page 34 of 63 &P CIFICALLY INTENDED TO OPERATE AND BE EFFECTIVE EVEN JE IT IS ALLEGED OR PROVEN THAT ALL OR SOME OF THE D MACES 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 s 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 SPECIFCATION DOCUMENTS Revision:Dewnber2l,2012 PM a0nao-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. 624 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 x 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 WORTIT STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:December2l,2012 007200-1 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 Comnrunication s 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 shal I 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 ty with respect to certain inspections,tests, and approvals is set forth In Paragraph 13.03. CITY OF FOR"I'WOR11-1 STANDARD CONSTRUCTION sPECIFCATION IXX UMENTS Revision:Dece nber2l,2012 007200-1 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 Representative City will provide one or more Project Representative(s) during the construction period. The duties and responsibilities and the limitations of authority of City's representative during construction are set forth in the Contract Documents. The Project Representative(s) will be as provided in the Supplementary Conditions. 1M 9.02 Visits to Site A. City's Project Representative 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 Representative will determine, in general, if the Work is proceeding in accordance with the Contract Documents. City's Project Representative 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 Representative'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 Representative'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. Pd CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION IX)CUM6N'iS Revision:Dwen*r2l,2012 P* 007200-1 r General Conditions Page 38 of 63 'tl 9.03 Authorized Variations in Work City's Project Representative 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 Representative,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 Representative 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. "R 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. d ARTICLE 10—CHANGES fN 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. c1TY OF FORT woRTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:Deoembef2l,2012 007200-1 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 s A. City and Contractor shall execute appropriate Change Orders covering: A l: 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 1.108 or City's correction of defective Work under Paragraph 13.09,or(iii)agreed to by the parties; t 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. r 10.04 Extra Work A. Should a difference arise as to what does or does not constitute Extra Work, or as to the payment ■r 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 E 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 n effect of any such change. Mpr CrN OF FORT WORTH STANDARDCONSTRUCTION SPECIFCKnON 130CUMI NTS Revision:Deowdw2l,2012 0 007200-1 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: 1. Written notice staring 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 AW submittal of the,Contractor, if any,take one of the following actions in writing: 1. deny the Contract Claim in whole or in part; AM 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 SPECIFCATION DOCUMENTS Revision:DooernbQ21,2012 007200-1 General Conditions Page 41 of 63 rD. City's written action under Paragraph 10.06.0 will be final and binding, unless Ci ty or Contractor invoke the dispute resolution procedure set forth in Article 16 within 30 days of such raction or denial. E. No Contract Claim for an adjustment in Contract Price or Contract Time will be valid if not poll submitted in accordance with this Paragraph 10.06. ARTICLE 11—COST OF THE WORK; ALLOWANCES; UNIT PRICE WORK; PLANS rQUANTITY MEASUREMENT 11.01 Cost of the Work rA. Costs Included.- The term Cost of the Work means the sum of all casts,except those excluded in Paragraph 11.01.13, 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 rinclude 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 ob 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 rb. 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 rby 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. PW i CITY OF FORT WORTH STANDARD CONSTRUCTION SPFCIFCATION DOCUMENTS Revision:Damns xr2l,2012 r OOP-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 CONSTRLJC 10N SPECIFCATION DOCUMENTS Revisiow Dextnber21,2012 j 00 7200-1 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 11.0I.A.I or specifically covered by Paragraph 11.01.AA 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 eneral expense costs of an kind. g P y 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. Slvcified 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 SPECIFCATION DOCl1Ml M'S Revision:Demmber2l,2012 007200-1 General Conditions Page"ofb3 1 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 a Contractor on account of Work covered by allowances, and the Contract Price shall be correspondingly adjusted. 11.03 Unit Price 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 perfon-led 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. 1. 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 SPECIFCATION DOCUMENTS Revision:Dwatibm21,2012 007200-1 General Conditions Page 45 ot'63 r2. if the changes in quantities or alterations significantly change the character of work, the Contract will be amended by a Change Order. r3. 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. r4. 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 rb. 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 rmade 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 r quantity. r CITY OF FORT WORTIi STANDARD CONSTRUCTION SPFCIFCATION DOCUMENTS Revision:Dwanbm2l,2012 r 007200-1 Wft Genera}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 Coritmet Documents, d. 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.O 1.C.2),and shall include the cost Me 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 12.01.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 11.01.A.1, 11.01.A.2. and 11.0l.A.3, the Contractor's additional fee shall be 15 percent except for: l) rental fees for Contractor's own equipment using standard rental rates; 2) bonds and insurancc; b. for costs incurred under Paragraph 11.01.A.4 and 11.0 1-1.5, the Contractor's fee shall be five percent(59/6); 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 12.01.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 CONs'IRuenoN sPFoFCAT1oN DocumEms Revision:Ub=brr2J,2012 007200-1 General Conditions Page 47 of 63 tier,will be paid a fee of 15 percent of the costs incurred by such Subcontractor under Paragraphs 11.0I.A.I and 11.0I.A.2 and that any higher tier Subcontractor and Contractor will each be paid a fee of five percent (5 1/o) 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%; c. no fee shall be payable on the basis of costs itemized under Paragraphs 11.01.A.6, and 11.01.13; 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 PE deduction in Contractor's fee by an amount equal to five percent (S%) of such net decrease. PW 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 i 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 op 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. ps 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. CrrY OF FORT WORTH STANDARD CONSTRUC'nON SPECIFCATION DOCUMENTS Revision-Dwernhx 21,2012 r- 007200-I 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 SPECIFCATION DOCUMENTS Revision:Deomiber21,2012 am 007200-i General Conditions Page 49 of 63 am 3. Any amounts owed for any retest under this Section 13.03 D shall be paid directly to the PO 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. E. 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. 1. 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 SPECIFCATION DOCUMENTS Revision:De=rd er2l_2012 PP 007200-1 GenLrW 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 accept=ance 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: I. 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) -4 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 WORTIJ STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:De=nber2i,2012 007200-1 General Conditions Page S 1 of 63 ai 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 r, 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. oft 1 3.09 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 00 and remedies under this Paragraph. C. All claims, costs, losses, and damages (including but not limited to all fees and charges of in engineers,architects, attorneys, and other professionals and all court or other dispute resolution CITY OF FORT WORTH STANDARD CONSTRUCTION SPECrFCATION DOCUMFNTS Revision:D=nber21_2012 007200-1 AF4 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 44 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 14.011 ;Schedule of values The Schedule of Values for lump sum contracts established as provided in Paragraph X 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 x►umber of units completed. s. 14.02 Progress Payments A; Applications for Payments: Contractor is responsible,for providing all information as required to become a vendor of the city. 1 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 Payrrlerit filled out and signed by Contractor covering the Work completed as of the date of the Application and ML 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 toCity.L dM 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 stipulated in the Contract Documents. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:De wdxr2l,2012 00 007200-1 General Conditions Page 53 of 63 No B. Review ofApplications. 1. 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 PP resubmit the Application. 2. City's processing of any payment requested in an Application for Payment will be based on W 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 c. 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 the completed Work has been damaged by the Contractor or his subcontractors,requiring correction or replacement; b. discrepancies in quantities contained in previous applications for payment; lip 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 PM CITY OF FORT WORTH sTANDARD CONSTRUCTION SPECIFCATION DOCUMLNTS Revision:Docanba2l.2012 007200-1 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. i C. Retcainage: 1. For contracts less than $400,000 at the time of execution, retainage shall be ten percent (10%). 2. Tor contracts greater than $400,000 at the time of execution,retainage shall be five percent 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 deducted from the monies due the Contractor, not as a penalty, but as liquidated. damages suffered by the City: MR E.. Pcq ment. 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: MM 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 MM 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,Contactor 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 SPECIFCA'I1ON DOCUMENTS Revision:Doxmber2l,2012 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 substantially completed part of the Work which has specifically been identified in the Contract Documents, or which City, determines constitutes a separately funetioning and usable part of the Work that can be used by City 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 Final Inspection A. Upon written notice from Contractor that the entire Work is 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. 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 of the City and the date of Final Inspection. 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. 14.06 Final Acceptance Upon completion by Contractor to City's satisfaction, of any additional Work identified in the Final SW lnspection,City will issue to Contractor a letter of Final Acceptance. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMFNfS Revision:Dooattber21.2012 007200-1 ' General Conditions Page 56 of 63 14.07 Final Payment A. Application far 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; 6. a list of all pending or released Damage Claims against City that Contractor believes are unsettled;and d. affidavits of payments 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. ,M 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 Retainarge 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 wORTN STANDARD CONSTRUCTION SPECIFCAT ION DOCUMENTS Revision:Doarrjber21,2012 007200-1 General Conditions Page 57 of 63 rportion 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 rgoverning 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. f D. Contractor may be 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. j CnY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:D wnba2l,20]2 007200-1 Genera[Conditions Page 58 of 63 15.02 Ci ty 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 #20020-12-201.]established 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 MR 4. Contractor's violation in any substantial way of any provisions of the Contract Documents; or 0, 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 nk CrY OF FORT WORT11 STANDARD CONSTRucnoN SPECIFCATION DOCUMENTS Revision:Dwmbc2l,2012 1s 007200-1 Genera!Conditions Page 59 of 63 00 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. AP 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 15.02.13, 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. r CITY OF FORT WORTH STANDARDC:ONSTRUCTION SPEC1FCATION DOCUMENTS Rmisicm:Det m*a2l_2012 007200-1 Me 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 MR Work terminated by notice of termination; 4. transfer title to the City and deliver in the manner, at the tines, and to the extent, if any, directed by the City: oft 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 SPECIFCAITON I)OCUMENTS Revision:i wm*er2l,2012 007200-1 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; Z. 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 party to the Contract Timely submission of the request shat l 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. r 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 10.06.13 shall become final and binding 30 days after termination of the mediation unless, within that time period,City or Contractor: l� 1L C'rN OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:Dmanba2l,20]2 IF 0072 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 party 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 limes - 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. CfrY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:Dwe nba'2l,2012 007200-1 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 parks of these General Conditions. I~ ow ip CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENT'S Revision:Dwanber21,2012 1 007300-1 SUPPLEMENTARY CONDITIONS Page 1 of 5 I SECTION 00 73 00 2 SUPPLEMENTARY CONDITIONS 3 TO 4 GENERAL CONDITIONS 5 6 Supplementary Conditions 7 +� 8 These Supplementary Conditions modify and supplement Section 00 72 00-General Conditions,and other 9 provisions of the Contract Documents as indicated below. All provisions of the General Conditions that are 10 modified or supplemented remain in full force and effect as so modified or supplemented. All provisions 1P 1 i of the General.Conditions which are not so modified or supplemented remain in full force and effect. 12 13 Defined Terms 14 1.5 The terms used in these Supplementary Conditions which are defined in the General Conditions have the 16 meaning assigned to them in the General Conditions,unless specifically noted herein. 17 18 Modifications and Supplements 19 20 The following are instructions that modify or supplement specific paragraphs in the General Conditions and 21 other Contract Documents. 22 23 SC-3.03B.2,"Resolving Discrepancies" 24 25 Plans govern over Specifications and Specifications shall govern over standard details. 26 27 SC-4.01A 28 29 Easement limits shown on the Drawing are approximate and were provided to establish a basis for bidding. 30 Upon receiving the final easements descriptions,Contractor shall compare them to the lines shown on the 31 Contract Drawings. 32 33 SC4.01 A.1.,"Availability of Lands" 34 35 The following is a list of known outstanding right-of-way,and/or easements to be acquired,if any as of 36 37 Outstanding Right-Of-Way,and/or Easements to Be Acquired PARCEL OWNER TARGET DATE NUMBER OF POSSESSION None 38 The Contractor understands and agrees that the dates listed above are estimates only, are not guaranteed, 39 and do not bind the City. 40 ' 41 If Contractor considers the final easements provided to differ materially from the representations on the 42 Contract Drawings, Contractor shall within five (5) Business Days and before proceeding with the Work, 43 notify City in writing associated with the differing easement line locations. 44 45 SC-4.01A.2,"Availability of Lands" 46 47 Utilities or obstructions to be removed,adjusted,and/or relocated CITY OF FORT WORTH 2014 CIP Year 2—Contract 3,Unit 1,2,and 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 02433 Revised April 1,2013 007300-2 SUPPLEMENTARY CONDITIONS Page 2 of 5 1 2 The following is list of utilities and/or obstructions that have not been removed,adjusted,and/or relocated 3 as of 4 EXPECTED UTILITY AND LOCATION TARGET DATE OF OWNER ADJUSTMENT None 5 The Contractor understands and agrees that the dates listed above are estimates only,are not guaranteed, 6 and do not bind the City. 7 8 SC4.02A.,"Subsurface and Physical Conditions" 9 10 The following are reports of explorations and tests of subsurface conditions at the site of the Work: I 1 we 12 None 13 14 The following are drawings of physical conditions in or relating to existing surface and subsurface 15 structures(except Underground Facilities)which are at or contiguous to the site of the Work: on. 16 17 None 18 M, 19 SC-4.06A.,"Hazardous Environmental Conditions at Site" 20 21 The following are reports and drawings of existing hazardous environmental conditions known to the City: 22 23 None 24 25 SC-5.03A.,"Certificates of Insurance" 26 27 The entities listed below are"additional insureds as their interest may appear"including their respective 28 officers,directors,agents and employees. 29 30 (1) City 31 (2) Consultant: Hamilton Civil Engineering 32 (3) Other: None 33 34 SC-5.04A.,"Contractor's Insurance" 35 36 The limits of liability for the insurance required by Paragraph GC-5.04 shall provide the following 37 coverages for not less than the following amounts or greater where required by laws and regulations: 38 39 5.04A.Workers'Compensation,under Paragraph GC-5.04A. 40 41 Statutory limits 42 Employer's liability 43 $100,000 each accident/occurrence 44 $100,000 Disease-each employee 45 $500,000 Disease-policy limit 46 47 SC-5.0413.,"Contractor's Insurance" 48 CITY OF FORT WORTH 2014 CIP Year 2—Contract 3,Unit 1,2,and 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 02433 Revised April 1,2013 007300-3 SUPPLEMENTARY CONDITIONS Page 3 of 5 1 5.04B.Commercial General Liability,under Paragraph GC-5.04B.Contractor's Liability Insurance 2 under Paragraph GC-5.04B.,which shall be on a per project basis covering the Contractor with 3 minimum limits of 4 5 $1,000,000 each occurrence 6 $2,000,000 aggregate limit 7 8 The policy must have an endorsement(Amendment—Aggregate Limits of Insurance)making the 9 General Aggregate Limits apply separately to each job site. 10 11 The Commercial General Liability.Insurance policies shall provide"X",40'.and"U"coverage's. 12 Verification of such coverage must be shown in the Remarks Article of the Certificate of Insurance. + 13 14 SC 5.040.,"Contractor's Insurance" 15 5.040. Automobile Liability, under Paragraph GC-5.04C.Contractor's Liability Insurance under 16 Paragraph GC-5.040.,which shall be in an amount not less than the following amounts: 17 18 (1) Automobile Liability-a commercial business policy shall provide coverage on "Any Auto", 19 defined as autos owned,hired and non-owned. - 20 21 $1,000,000 each accident on a combined single limit basis.Split limits are acceptable if limits are at 22 least: 23 'w 24 $250,000 .Bodily Injury per person/ 25 $500,000 Bodily Injury per accident 1 26 $100,000 Property Damage ..� 27 28 SC-5,04D.,"Contractor's Insurance" 29 30 The Contractor's construction activities will require its employees,agents,subcontractors,equipment,and 31 material deliveries to cross railroad properties and tracks:None. 32 33 The Contractor shall conduct its operations on railroad properties in such a manner as not to interfere with, 34 hinder,or obstruct the railroad company in any manner whatsoever in the use or operation of its/their trains 35 or other property. Such operations on railroad properties may require that Contractor to execute a"Right of 36 Entry Agreement"with the particular railroad company or companies involved,and to this end the 37 Contractor should satisfy itself as to the requirements of each railroad company and be prepared to execute 38 the right-of-entry(if any)required by a railroad company.The requirements specified herein likewise relate 39 to the Contractor's use of private and/or construction access roads crossing said railroad company's 40 properties. 41 42 The Contractual Liability coverage required by Paragraph 5.04D of the General Conditions shall provide 43 coverage for not less than the following amounts,issued by companies satisfactory to the City and to the 44 Railroad Company for a term that continues for so long as the Contractor's operations and work cross, 45 occupy,or touch railroad property: 46 47 (1) General Aggregate: SConlirm Limits with Railroad .., 48 49 (2) Each Occurrence: $Confirm Limits with Railroad 50 51 X Required for this Contract _Not required for this Contract 52 53 With respect to the above outlined insurance requirements,the following shall govern: 54 CITY OF FORT WORTH 2014 CIP Year 2—Contract 3,Unit 1,2,and 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 02433 Revised April 1,2013 s 007300-4 SUPPLEMENTARY CONDITIONS Page 4 of 5 1 1. Where a single railroad company is involved,the Contractor shall provide one insurance policy in 2 the name of the railroad company. However, if more than one grade separation or at-grade 3 crossing is affected by the Project at entirely separate locations on the line or lines of the same 4 railroad company,separate coverage may be required,each in the amount stated above. 5 6 2. Where more than one railroad company is operating on the same right-of-way or where several 7 railroad companies are involved and operated on their own separate rights-of-way,the Contractor 8 may be required to provide separate insurance policies in the name of each railroad company. 9 10 J. If,in addition to a grade separation or an at-grade crossing,other work or activity is proposed on a I I railroad company's right-of-way at a Iocation entirely separate from the grade separation or at- 12 grade crossing,insurance coverage for this work must be included in the policy covering the grade 13 separation. .., 14 15 4. If no grade separation is involved but other work is proposed on a railroad company's right-of.- 16 way,all such other work may be covered in a single policy for that railroad,even though the work 17 may be at two or more separate locations. ' 18 19 No work or activities on a railroad company's property to be performed by the Contractor shall be 20 commenced until the Contractor has furnished the City with an original policy or policies of the insurance 21 for each railroad company named,as required above. All such insurance must be approved by the City and 22 each affected Railroad Company prior to the Contractor's beginning work. 23 24 The insurance specified above must be carried until all Work to be performed on the railroad right-of-way 25 has been completed and the grade crossing,if any,is no longer used by the Contractor. In addition, 26 insurance must be carried during all maintenance and/or repair work performed in the railroad right-of-way. 27 Such insurance must name the railroad company as the insured,together with any tenant or lessee of the 28 railroad company operating over tracks involved in the Project. 29 30 SC-6.07.,"Wage Rates" 31 •+ 32 The following is the prevailing wage rate table(s)applicable to this project and is provided in the 33 Appendixes: 34 35 2013 Prevailing Wage Rates 36 37 SC-6.09.,"Permits and Utilities" 38 39 SC-6.09A.,"Contractor obtained permits and licenses" 40 The following are known permits and/or licenses required by the Contract to be acquired by the Contractor: 41 42 None. 43 44 SC-6.098."City obtained permits and licenses" 45 The following are known permits and/or licenses required by the Contract to be acquired by the City: 46 47 None. 48 49 SC-6.09C."Outstanding permits and licenses" 50 51 None. 52 53 Outstanding Permits and/or Licenses to Be Acquired CITY OF FORT WORTH 2014 C1P Year 2—Contract 3,Unit 1,2,and 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 02433 Revised April 1,2013 007300-5 SUPPLEMENTARY CONDITIONS Page 5 of 5 OWNER PERMIT OR LICENSE AND LOCATION TARGET DATE OF POSSESSION None. M 1 2 SC-7.02.,"Coordination" 3 4 The individuals or entities listed below have contracts with the City for the performance of other work at 5 the Site: 6 7 None. 8 9 SC-8.01,"Communications to Contractor" 10 I None. 12 13 SC-9A1.,"City's Project Representative" 14 15 The following firm is a consultant to the City responsible for construction management of this Project: 16 17 None. 18 19 SC-13.03C.,"Tests and Inspections" 20 21 None. 22 23 SC-16.010.1,"Methods and Procedures" 24 25 None. 26 27 28 29 END OF SECTION r r CITY OF FORT WORTH 2014 CIP Year 2—Contract 3.Unit 1,2,and 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 02433 Revised April 1,2013 01 11 00-1 SUMMARY OF WORK Page I of 3 min 1 SECTION 01 1100 2 SUMMARY OF WORK 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Summary of Work to be performed in accordance with the Contract Documents 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 13 REFERENCES (NOT USED] 17 1.4 ADMINISTRATIVE REQUIREMENTS 18 A. Work Covered by Contract Documents 19 1. Work is to include furnishing all labor,materials, and equipment,and performing 20 all Work necessary for this construction project as detailed in the Drawings and 21 Specifications. 22 B. Subsidiary Work 23 1. Any and al I Work specifically governed by documentary requirements for the 24 project,such as conditions imposed by the Drawings or Contract Documents in 25 which no specific item for bid has been provided for in the Proposal and the item is 26 not a typical unit bid item included on the standard bid item list,then the item shall •� 27 be considered as a subsidiary item of Work,the cost of which shall be included in 28 the price bid in the Proposal.for various bid items. 29 C. Use of Premises 30 1. Coordinate uses of premises under direction of the City. 31 2. Assume full responsibility for protection and safekeeping of materials and 32 equipment stored on the Site. 33 3. Use and occupy only portions of the public streets and alleys,or other public places 34 or other rights-of-way as provided for in the ordinances of the City,as shown in the 35 Contract Documents, or as may be specifically authorized in writing by the City. 36 a. A reasonable amount of tools, materials, and equipment for construction 37 purposes may be stored in such space, but no more than is necessary to avoid 38 delay in the construction operations. CITY OF FOK'r WORTH 2014 C1P Year 2—Contract 3.Unit 1,2,and 3 STANDARD CONSTRUCTtON SPECIFICATION DOCUMENTS CPN 02433 Revised December 20,2012 am 01 a 00.2 SUMMARY OF WORK Page 2 of 3 on 1 b. Excavated and waste materials shall be stored in such a way as not to interfere 2 with the use of spaces that may be designated to be left free and unobstructed 3 and so as not to inconvenience occupants of adjacent property. 4 c. if the street is occupied by railroad tracks,the Work shall be carried on in such 5 manner as not to interfere with the operation of the railroad. 6 1) All Work shall be in accordance with railroad requirements set forth in 7 Division 0 as well as the railroad permit. 8 D. Work within Easements 9 1. Do not enter upon private property for any purpose without having previously 10 obtained permission from the owner of such property. 11 2. Do not store equipment or material on private property unless and until the 12 specified approval of the property owner has been secured in writing by the 13 Contractor and a copy furnished to the City. 14 3. Unless specifically provided otherwise,clear all rights-of.-way or easements of .s. 15 obstructions which must be removed to make possible proper prosecution of the 16 Work as a part of the project construction operations. 17 4. Preserve and use every precaution to prevent damage to,all trees,shrubbery,plants, 18 lawns,fences,culverts,curbing,and all other types of structures or improvements, 19 to all water,sewer,and gas lines,to all conduits,overhead pole lines, or 20 appurtenances thereof,including the construction of temporary fences and to al l Me 21 other public or private property adjacent to the Work. 22 S. Notify the proper representatives of the owners or occupants of the public or private 23 lands of interest in lands which might be affected by the Work. 24 a. Such notice shall be made at least 48 hours in advance of the beginning of the 25 Work. 26 b. Notices shall be applicable to both public and private utility companies and any 27 corporation,company, individual,or other,either as owners or occupants, 28 whose land or interest in land might be affected by the Work. 29 c. Be responsible for all damage or injury to property of any character resulting 30 from any act,omission,neglect,or misconduct in the manner or method or 31 execution of the Work,or at any time due to defective work,material,or 32 equipment. 33 6. Fence 34 a. Restore all fences encountered and removed during construction of the Project 35 to the original or a better than original condition. 36 b. Erect temporary fencing in place of the fencing removed whenever the Work is 37 not in progress and when the site is vacated overnight,and/or at all times to 38 provide site security. 39 c. The cost for all fence work within easements, including removal,temporary 40 closures and replacement,shall be subsidiary to the various items bid in the 41 project proposal, unless a bid item is specifically provided in the proposal. Olt CITY OF FORT WORTH 2014 CIP Year 2—Contract 3,Unit 1,2,and 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 02433 Revised December 20,2012 01 11 00-3 SUMMARY OF WORK Page 3 of 3 1 1.5 SUBMITTALS [NOT USED] 2 1.6 ACTION SUBMITTALSANFORMATIONAL 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] I 1 END OF SECTION 12 Revision Log DATE NAME SUMMARY OF CHANGE r 13 CITY OF FORT WORTH 2014 CIP Year 2—Contrazx 3,Unit 1.2,and 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 02433 Revised December 20,2012 w. �1 300- 1 S U t3M 1 I'TALS 1122e I of 8 1 SECTION 0133 00 2 SUBMITTALS • 3 PART1 - GENERAL 4 1.1 SUMMARY 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 �., l3 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 i 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 o) 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 2014 C:1P Year 2 -Contract 3,knit f.2,and 3 SI ANDARD CONSTRUCTION SPECIFICATION DO LAMENTS CPN 02333 Revised December 20.2012 t 0)3300-2 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 Amend 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 fallowing: 23 a. Field measurements 24 b. Field construction criteria r 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 .4 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'!s inches x 1.1 inches to 8 '/Z inches x 11 inches. 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 2014 C1P Year 2—Contract 3,Unit 1,2,and 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 02433 Revised December 20,2012 01 3300-3 SUBMITTALS " Pave 3 of 8 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 MM 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 ps 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) MW 40 1) Such as the manufacturer's product specification and installation 41 instructions 42 2) Availability of colors and patterns Ap 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 CrtY OF FORT WORTH 2014 CIP Year 2—Contract 3,Unit 1,2,and 3 STANDARD CONSTRUCTION SPL"-C]FICATiON DOCUMENTS CPN 02433 Revised December 20,2012 MA 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 1 1) 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: I 1 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 dft 36 a) 3 copies for all submittals 37 b) If Contractor requires more than I hard copy of Shop Drawings 38 returned,Contractor shall submit more than the number of copies listed ow 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. a' 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 2014 CIP Year 2—Contract 3,Unit 1,2,and 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 02433 Revised December 20,2012 11 rw p1 33 00.5 SUBMITTALS Page s of$ 1 . a. Shop Drawings 2 1) Distributed to the City 3 2) Copies 4 a) 8 copies for mechanical submittals 5 b) 7 copies for all other submittals 6 c) If Contractor requires more than 3 copies of Shop Drawings returned, 7 Contractor shall submit more than the number of copies listed above. 8 b. Product Data •� 9 1) Distributed to the City 10 2) Copies 1 1 a) 4 copies 12 c. Samples 13 1) Distributed to the Project Representative 14 2) Copies t5 a) Submit the number stated in the respective Specification Sections. 16 3. Distribute reproductions of approved shop drawings and copies of approved 17 product data and samples, where required,to the job site file and elsewhere as 18 directed by the City. 19 a. Provide number of copies as directed by the City but not exceeding the number 20 previously specified. r 21 K. Submittal Review 22 1. The review of shop drawings, data and samples will be for general conformance 23 with the design concept and Contract Documents. This is not to be construed as: �. 24 a. Permitting any departure from the Contract requirements 25 b. Relieving the Contractor of responsibility for any errors, including details, 26 dimensions,and materials 27 c. Approving departures from details furnished by the City, except as otherwise 28 provided herein 29 2. T'he review and approval of shop drawings, samples or product data by the City 30 does not relieve the Contractor from his/her responsibility with regard to the 31 fulfillment of the terms of the Contract. 32 a. All risks of error and omission are assumed by the Contractor, and the City will _ 33 have no responsibility therefore. 34 3. The Contractor remains responsible for details and accuracy, for coordinating the 35 Work with all other associated work and trades, for selecting fabrication processes, 36 for techniques of assembly and for performing Work in a safe manner. 37 4. If the shop drawings, data or samples as submitted describe variations and show a 38 departure from the Contract requirements which City Ends to be in the interest of 39 the City and to be so minor as not to involve a change in Contract Price or time for 40 performance, the City may return the reviewed drawings without noting an 41 exception. OM 42 5. Submittals will be returned to the Contractor under 1 of-the following codes: 43 a. Code 1 44 1) "NO EXCEPTIONS TAKEN" is assigned when there are no notations or 45 comments on the submittal- AM 46 a) When returned under this code the Contractor may release the 47 equipment and/or material for manufacture. 48 b. Code 2 .r CITY OF FORT WORTH 2014 CHI Year 2—Contract 3,Unit 1.2.and 3 STANDARD CONSTRUC.TiON SPF(IFICATION DOCUMENTS (TN 02433 �/ Revised December 20,2012 mm 013300-6 SUBMITTALS Page 6 of 8 MR 1 1) "EXCEPTIONS NOTED". This code is assigned when a confirmation of 2 the notations and comments IS NOT required by the Contractor. 3 a) The Contractor may release the equipment or material for manufacture; 4 however,all notations and comments must be incorporated into the 5 final product. 6 c. Code 3 ' 7 1) "EXCEPTIONS NOTED/RESUBMIT". This combination of codes is 8 assigned when notations and comments are extensive enough to require a 9 resubmittal of the package. 10 a) The Contractor may release the equipment or material for manufacture; 11 however,all notations and comments must be incorporated into the 12 final product. 13 b) This resubmittal is to address all comments,omissions and 14 non-conforming items that were noted. 15 c) Resubmittal is to be received by the City within 15 Calendar Days of 16 the date of the City's transmittal requiring the resubmittal. 17 d. Code 4 18 1) "NOT APPROVED"is assigned when the submittal does not meet the 19 intent of the Contract Documents. 20 a) The Contractor must resubmit the entire package revised to bring the 21 submittal into conformance. 22 b) It may be necessary to resubmit using a different manufacturer/vendor M 23 to meet the Contract Documents. 24 6. Resubmittals 25 a. Handled in the same manner as first submittals 'w� 26 1) Corrections other than requested by the City 27 2) Marked with revision triangle or other similar method 28 a) At Contractor's risk if not marked 29 b. Submittals for each item will be reviewed no more than twice at the City's 30 expense. 31 1) All subsequent reviews will be performed at times convenient to the City 32 and at the Contractor's expense,based on the City's or City 33 Representative's then prevailing rates. 34 2) Provide Contractor reimbursement to the City within 30 Calendar Days for 35 all such fees invoiced by the City. 36 c. The need for more than l resubmission or any other delay in obtaining City's 37 review of submittals,will not entitle the Contractor to an extension of Contract 38 Time. 39 7. Partial Submittals 40 a. City reserves the right to not review submittals deemed partial,at the City's 41 discretion. 42 b. Submittals deemed by the City to be not complete will be returned to the 43 Contractor,and will be considered"Not Approved" until resubmitted. 44 c. The City may at its option provide a list or mark the submittal directing the 45 Contractor to the areas that are incomplete. 46 8. If the Contractor considers any correction indicated on the shop drawings to 47 constitute a change to the Contract Documents,then written notice must be 48 provided thereof to the City at least 7 Calendar Days prior to release for 49 manufacture. CITY OF FORS'WORTH 2014 CIP Year 2—ContrW 3,Unit 1,2,and 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 02433 Revised December 20,2012 Ift 013300-7 SUBMIT"TALS PO Page 7 ol'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 4W 3 changes therein except upon written instructions from the City. 4 10. Each submittal,appropriately coded, will be returned within 30 Calendar Days r 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. 1.0 M. Qualifications I 1 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 PM 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 SUBMITTALSANFORMATIONAL 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 2014 CIP Year 2—Contract 3,Unit I,2,and 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 02433 Rev ised December 20,2012 Mt 013300-8 SUBMITTALS Page 8 of 8 84 1 PART 2- PRODUCTS [NOT USED] 2 PART 3- EXECUTION [NOT USED] 3 END OF SECTION 4 Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D.Johnson 1.4.K.8.Worldng Bays modified to Calendar Days 5 CITY OF FORT W ORTH 2014 CIP Year 2—Contract 3,Unit 1,2,and 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 02433 Revised December 20,2012 Oft M3i13- I SPECIAi.PROJECT PROCEDURFS on Page I o1 S sm 1 SECTION 0135 13 2 SPECIAL PROJECT PROCEDURES 00 3 PART 1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 l. 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. Air Pollution Watch Days I i e. Use of Explosives, Drop Weight, Etc. 12 f. Water Department Notification 13 Public Notification Prior to Beginning Construction 14 h. Coordination with United States Army Corps of Engineers 15 1. Coordination within Railroad permits areas 16 J. Dust Control 17 k. Employee Parking 18 B. Deviations from this City of Fort Worth Standard Specification 19 1. None. 20 C. Related Specification Sections include, but are not necessarily limited to: 21 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract • 22 2. Division 1 —General Requirements 23 3. Section 33 12 25 —Connection to Existing Water Mains 24 1.2 PRICE AND PAYMENT PROCEDURES 25 A. Measurement and Payment • 26 1. Coordination within Railroad permit areas 27 a. Measurement 28 1) Measurement for this Item will be by lump sum. 29 b. Payment 30 1) The work performed and materials furnished in accordance with this Item 31 will be paid for at the lump sum price bid for Railroad Coordination. 32 c. The price bid shall include: 33 1) Mobilization 34 2) Inspection 35 3) Safety training 36 4) Additional Insurance 37 5) Insurance Certificates 38 6) Other requirements associated with general coordination with Railroad. 39 including additional employees required to protect the right-of-way and 40 property of the Railroad from damage arising out of and/or from the 41 construction of the Project. 42 2. Railroad Flagmen CITY 01:FORT WORTH 2014 CIP Year 2—Contract 3.Unit 1.2.and 3 STANDARD CONSTRUCTION SPECIFICATION IX)CUM1::NTS CPN 02433 .r Revised December 20,2012 013513-2 SPECIAL PROJECT PROCEDURES Page 2 of 8 �u 1 a. Measurement 2 1) Measurement for this Item will be per working day. 3 b. Payment 4 1) The work performed and materials furnished in accordance with this Item 5 will be paid for each working day that Railroad Flagmen are present at the 6 Site. 7 c. The price bid shall include: 8 1) Coordination for scheduling flagmen 9 2) Flagmen 10 3) Other requirements associated with Railroad 11 3. All other items 12 a. Work associated with these Items is considered subsidiary to the various Items 13 bid. No separate payment will be allowed for this Item. 14 13 REFERENCES 15 A. Reference Standards 16 1. Reference standards cited in this Specification refer to the current reference 17 standard published at the time of the latest revision date logged at the end of this MM 18 Specification,unless a date is specifically cited. 19 2. Health and Safety Code,Title 9. Safety, Subtitle A.Public Safety,Chapter 752. 20 High Voltage Overhead Lines. 21 3. North Central Texas Council of Governments(NCTCOG)—Clean Construction 22 Specification 23 1.4 ADMINISTRATIVE REQUIREMENTS 24 A. Coordination with the Texas Department of Transportation 25 1. When work in the right-of-way which is under the jurisdiction of the Texas 26 Department of Transportation(TxDOT): 27 a. Notify the Texas Department of Transportation prior to commencing any work 28 therein in accordance with the provisions of the permit t 29 b. All work performed in the TxDOT right-of-way shall be performed in 30 compliance with and subject to approval from the Texas Department of 31 Transportation 32 B. Work near High Voltage Lines 33 1. Regulatory Requirements 34 a. All Work near High Voltage Lines(more than 600 volts measured between d% 35 conductors or between a conductor and the ground)shall be in accordance with 36 Health and Safety Code,Title 9, Subtitle A,Chapter 752. 37 2. Warning sign a` 38 a. Provide sign of sufficient size meeting all OSHA requirements. 39 3. Equipment operating within 10 feet of high voltage lines will require the following 40 safety features 41 a. Insulating cage-type of guard about the boom or arm 42 b. Insulator links on the lift hook connections for back hoes or dippers 43 c. Equipment must meet the safety requirements as set forth by OSHA and the 44 safety requirements of the owner of the high voltage lines 45 4. Work within 6 feet of high voltage electric lines CITY OF FORT WORTH 2014 CIP Year 2—Contract 3,Unit 1,2,and 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 02433 Revised December 20,2012 0135 I3-3 SPECIAL,PROJECT PROCEDURES Page 3 of 8 1 a. Notification shall be given to: 2 1) The power company(example: ONCOR) 3 a) Maintain an accurate log of all such calls to power company and record 4 action taken in each case. 5 b. Coordination with power company 6 1) After notification coordinate with the power company to: 7 a) Erect temporary mechanical barriers,de-energize the lines, or raise or 8 lower the lines 9 c. No personnel may work within 6 feet of a high voltage line before the above 10 requirements have been met. 1l C. Confined Space Entry Program 12 1. Provide and follow approved Confined Space Entry Program in accordance with 13 OSHA requirements. 14 2. Confined Spaces include: 15 a. Manholes 16 b. All other confined spaces in accordance with OSHA's Permit Required for 17 Confined Spaces 18 D. Air Pollution Watch Days 19 1. General 20 a. Observe the following guidelines relating to working on City construction sites 21 on days designated as"AIR POLLUTION WATCH DAYS". 22 b. Typical Ozone Season 23 1) May 1 through October 31. 24 c. Critical Emission Time 25 1) 6:00 a.m.to 10:00 a.m. 26 2. Watch Days 27 a. The Texas Commission on Environmental Quality(TCEQ), in coordination 28 with the National Weather Service,will issue the Air Pollution Watch by 3:00 29 p.m. on the afternoon prior to the WATCH day. 30 b. Requirements 31 1) Begin work after 10:00 a.m.whenever construction phasing requires the 32 use of motorized equipment for periods in excess of 1 hour. 33 2) However,the Contractor may begin work prior to 10:00 a.m. if: 34 a) Use of motorized equipment is less than I hour,or 35 b) If equipment is new and certified by EPA as "Low Emitting",or 36 equipment burns Ultra Low Sulfur Diesel(ULSD),diesel emulsions,or 37 alternative fuels such as CNG. 38 E. TCEQ Air Permit 39 1. Obtain TCEQ Air Permit for construction activities per requirements of TCEQ. 40 F. Use of Explosives,Drop Weight,Etc. 41 1. When Contract Documents permit on the project the following will apply: 42 a. Public Notification 43 1) Submit notice to City and proof of adequate insurance coverage,24 hours 44 prior to commencing. 45 2) Minimum 24 hour public notification in accordance with Section 0131 13 46 G. Water Department Coordination CITY OF FORT WORTH 2014 CIP Year 2—Contract 3,Unit 1,2,and 3 STANDARD CONSTRUCTION SPECIFICATION CX)CUMENTS CPN 02433 Revised December 20.2012 Of 35 13-4 SPECIAL PROJECT PROCEDURES Page 4 of 8 1 1. During the construction of this project, it will be necessary to deactivate,for a 2 period of time,existing lines. The Contractor shall be required to coordinate with 3 the Water Department to determine the best times for deactivating and activating 4 those lines. 5 2. Coordinate any event that will require connecting to or the operation of an existing 6 City water line system with the City's representative. 7 a. Coordination shall be in accordance with Section 33 12 25. 8 b. If needed,obtain a hydrant water meter from the Water Department for use 9 during the life of named project. 10 c. In the event that a water valve on an existing live system be turned off and on 11 to accommodate the construction of the project is required,coordinate this 12 activity through the appropriate City representative. 13 1) Do not operate waterline valves of existing water system. 14 a) Failure to comply will render the Contractor in violation of Texas Penal 15 Code Title 7,Chapter 28.03 (Criminal Mischief)and the Contractor 16 will be prosecuted to the full extent of the law. 17 b) In addition,the Contractor will assume all liabilities and 18 responsibilities as a result of these actions. 19 H. Public Notification Prior to Beginning Construction 20 1. Prior to beginning construction on any block in the project, on a block by block 21 basis, prepare and deliver a notice or flyer of the pending construction to the front -- 22 door of each residence or business that will be impacted by construction.The notice 23 shall be prepared as follows: 24 a. Post notice or flyer 7 days prior to beginning any construction activity on each 25 block in the project area. 26 1) Prepare flyer on the Contractor's letterhead and include the following 27 information: ` 28 a) Name of Project 29 b) City Project No(CPN) 30 c) Scope of Project(i.e.type of construction activity) 31 d) Actual construction duration within the block 32 e) Name of the contractor's foreman and phone number 33 f) Name of the City's inspector and phone number 34 g) City's after-hours phone number 35 2) A sample of the`pre-construction notification' flyer is attached as Exhibit 36 A. 37 3) Submit schedule showing the construction start and finish time for each 38 block of the project to the inspector. 39 4) Deliver flyer to the City Inspector for review prior to distribution. 40 b. No construction will be allowed to begin on any block until the flyer is do 41 delivered to all residents of the block. 42 .l. Public Notification of Temporary Water Service Interruption during Construction 43 1. In the event it becomes necessary to temporarily shut down water service to 44 residents or businesses during construction,prepare and deliver a notice or flyer of 45 the pending interruption to the front door of each affected resident. 46 2. Prepared notice as follows: 47 a. The notification or flyer shall be posted 24 hours prior to the temporary 48 interruption. CITY OF FORT WORTH 2014 CIP Year 2—Contract 3,Unit 1,2,and 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 02433 Revised December 20,2012 i 01 3> 1.,-> SPECIAL PROJECT PROCEDURES Pase i tit-i; 1 b. Prepare flyer on the contractor's letterhead and include the following 2 information: 3 1) Name of the project 4 2) City Project Number 5 3) Date of the interruption of service 6 4) Period the interruption will take place 7 5) Name of the contractor's foreman and phone number 8 6) Name of the City's inspector and phone number 9 c. A sample of the temporary water service interruption notification is attached as 10 Exhibit B. I 1 d. Deliver a copy of the temporary interruption notification to the City inspector 12 for review prior to being distributed. 13 e. No interruption of water service can occur until the flyer has been delivered to 14 all affected residents and businesses. 15 f. Electronic versions of the sample flyers can be obtained from the Project 16 Construction Inspector. 17 J. Coordination with United States Army Corps of Engineers(USAGE) 18 1. At locations in the Project where construction activities occur in areas where 19 USACE permits are required, meet all requirements set forth in each designated 20 permit. 21 K. Coordination within Railroad Permit Areas 22 1. At locations in the project where construction activities occur in areas where 23 railroad permits are required, meet all requirements set forth in each designated ' 24 railroad permit. This includes, but is not limited to, provisions for: 25 a. Flagmen 26 b. Inspectors • 27 c. Safety training 28 d. Additional insurance 29 e. Insurance certificates 30 f. Other employees required to protect the right-of-way and property of the 31 Railroad Company from damage arising out of and/or from the construction of 32 the project. Proper utility clearance procedures shall be used in accordance 33 with the permit guidelines. 34 2. Obtain any supplemental information needed to comply with the railroad's 35 requirements. 36 3. Railroad Flagmen 37 a. Submit receipts to City for verification of working days that railroad flagmen 38 were present on Site. 39 L_ Dust Control 40 1. Use acceptable measures to control dust at the Site. 41 a. If water is used to control dust, capture and properly dispose of waste water. 42 b. If wet saw cutting is performed, capture and properly dispose of slurry. 43 M. Employee Parking r 44 1_ Provide parking for employees at locations approved by the City. Cr1 Y DI'FORT WORTH 2014 CIP Year 2—Contract 3,Unit 1,2,and 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMF?N Ps ON 02133 Revised December 20.2012 013513-6 SPECIAL PROJECT PROCEDURES Page 6 of 8 r 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 END OF SECTION 12 Revision Log DATE NAME SUMMARY OF CHANGE I A.8--Added requirement of compliance with Health and Safety Code,Title 9. 8/3112012 D.Johnson Safety,Subtitle A.Public Safety,Chapter 752.High Voltage Overhead Lines. 1.4.E—Added Contractor respomability for obtaining a TCEQ Air Permit 13 dw MR CITY OF FORT WORTH 2014 CIP Year 2—Contract 3,Unit 1,2,and 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 02433 Revised Dccember 20,2012 pa W3513-7 SPE(IAL PROJECT PROCLDURFS r Pa`e 7 of 8 1 EXHIBIT A 2 (To be printed on Contractor's Letterhead) 3 4 5 6 Date: 7 8 CPN No.: 9 Project Name: to Mapsco Location- ] I Limits of Construction: 12 13 14 15 16 17 THIS IS TO INFORM YOU THAT UNDER A CONTRACT WITH THE CITY OF FORT 18 WORTH, OUR COMPANY WILL WORK ON UTILITY LINES ON OR AROUND YOUR 19 PROPERTY. 20 21 CONSTRUCTION WILL BEGIN APPROXIMATELY SEVEN DAYS FROM THE DATE 22 OF THIS NOTICE. v 23 �4 IF YOU HAVE QUESTIONS ABOUT ACCESS, SECURITY, SAFETY OR ANY OTHER 25 ISSUE, PLEASE CALL: • 26 27 28 Mr. <CONTRACTOR'S SUPERINTENDENT> AT <TELEPHONE NO.> 29 30 OR 31 32 Mr. <CITY INSPECTOR> AT < TELEPHONE NO.> r 33 34 AFTER 4:30 PM OR ON WEEKENDS, PLEASE CALL (817) 392 8306 35 M 36 PLEASE KEEP THIS FLYER HANDY WHEN YOU CALL 37 v CITY OF FORT\k ORTI 1 2014 CIP Year 2—Contract 3,Unit 1.2.and 3 STANDARD CONSTRUCTION SPECIFICATION DO(AIMENTS CPN 02433 r Revised December 20.2012 in 013513-R SPECIAL PROJECT PROCEDURES Page 8 of 8 ML 1 EXHIBIT B 2 FORT Wow x DOS NO.>,XXX pvobxs Room NOTICE OF TEMPORARY WATER SERVICE INTERRUPTION DUE TO UTILITY IMPROVEMENTS IN YOUR N$IGHBORHOOD, YOUR WATER SERVICE WILL BE INTERRUPTED ON d, 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, .CONTRACTOR +r. 4 dft. CII'Y OF FORT WORT)1 2014 CIA Year 2—Contract 3,Unit 1,2,and 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 02433 Revised December 20,2012 01 6000-1 PRODUCT REQUIREMENTS Page 1 of 2 1 SECTION 0160 00 2 PRODUCT REQUIREMENTS 3 PART l - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. References for Product Requirements and City Standard Products List 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 [NOT USED] 13 1.3 REFERENCES [NOT USED] 14 1.4 ADMINISTRATIVE REQUIREMENTS 15 A. A list of City approved products for use is located on Buzzsaw as follows: 16 1. Resources\02-Construction Documents\Standard Products List 17 B. Only products specifically included on City's Standard Product List in these Contract 18 Documents shall be allowed for use on the Project. 19 1. Any subsequently approved products will only be allowed for use upon specific 20 approval by the City. 21 C. Any specific product requirements in the Contract Documents supersede similar 22 products included on the City's Standard Product List. 23 1. The City reserves the right to not allow products to be used for certain projects even 24 though the product is listed on the City's Standard Product List. 25 D. Although a specific product is included on City's Standard Product List, not all 26 products from that manufacturer are approved for use,including but not limited to,that 27 manufacturer's standard product. 28 E. See Section 0l 33 00 for submittal requirements of Product Data included on City's 29 Standard Product List. 30 1.5 SUBMITTALS [NOT USED] 31 1.6 ACTION SUBMITTALSANFORMATIONAL 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] CITY OF FORT WORTH 2014 CIP Year 2—Contma 3,Unit 1,2,and 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 02433 Revised December 20.2012 dft 01 6000-2 PRODUCT REQUIREMENTS Page 2 of 2 1 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 2 1.11 FIELD [SITE] CONDITIONS [NOT USED] dw 3 1.12 WARRANTY [NOT USED] Eft 4 PART 2- PRODUCTS [NOT USED] MR 5 PART 3- EXECUTION [NOT USED] 6 END OF SECTION MM 7 Revision Log DATE NAME SUMMARY OF CHANGE 10/12/12 D.Johnson Modified Location of City's Standard Product List 8 .w CITY OF FORT WORTH 2014 CIP Year 2—Contract 3,Unit 1,2,and 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 02433 Revised December 20.2012 ILIZATIOtj ; CONSTRUCTION STAKING AND SURVEY Page 4 ON` Page I of 5 -z. F SECTION 01 7123 CONSTRUCTION STAKING AND SURVEY n> PART 1 - GENERAL, i.J SUMMARY r A. Section Includes: i_ Requirements for construction staking and constrtl�tiatt survey to be provided by the Contmetor B. Deviations from this City of Fort Worth Standard Specification 1. 1.i.A.1—Survey to be provided by the Contractor. 2. 1.2.A.1,a.I—Item veld by lump sum. 3. 1.2.A.Lb.1—Item paid by lum6,rain truce bid for"Goastruction Staldnn„ 4. 1.2.A 2.a,1-Item paid by lump sum. S. 1.2.A.2.b.1—Item maid by lumb sam once'bid for"Coustruc(r'on Survey". b. 1.9.A.1a—Contractor responsible for preserv'Igg.and maintsltining staking. 7. 1.9.8.1—Construction Survey performed by Contractor. ,x 8. 1.9.13_1d—Contractor responsible for replacing damaged control data. 9. 1.9.B.3.b—Contractor responsible for constructiowsurym 10. 1.9.B.3,d—Contractor shall be responsible for verifying control data. 11. 1.9.B.3.d,1-5—Clarified language for contractor to be responsible for verifying benchmark and control data. C. Related Specification Sections include,but are not necessarily limited to: [. Division 0—Bidding Requirements,Contract Forms and Conditions of the Contract 2. Division I—General Requirements 1.2 PRICE AND PAYMF,NT PROCEDURES A. Measurement and Payment I. Construction Staking a. Measurement 1) Measurement for this item will be by lump sure. b. Payment 1) The work performed and the materials furnished in accordance with this Item will be paid for at the lump sum price bid for"Construction Staking" 2. Construction Survey ; - a. Measurement - 1) Measurement for this item will be by lump sum. b. Payment ** I) The work performed and the materials furnished in accordance with this Item will be paid for at the lump sum price bid for"Construction Survey" x =`° CLAN OF FORT WORTI I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS L4 Revised December 20,2012 01 7123-2 CONSTRUCTION STAKING AND SURVEY PW Zors 1 1.3 REFERENCES[NOT USED] 2 1.4 ADMINISTRATIVE REQUIREMENTS[NOT USED] 3 1.5 SUBMITTALS a 4 A. Submittals,if required,shall be in accordance with Section 0133 00. 5 B. All submittals shalt be approved by the City prior to delivery. 6 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS s<= 7 A. Certificates 8 1. Provide certificate certifying that elevations andIocations of improvements are in 9 conformance or non-conformance with requirements of the Contract Documents. 10 a. Certificate must be sealed by a,registered professional land surveyor in the i l State of Texas. 12 B. Field Qttaltt�y.CotliltaIs, 13 L Doti 1i6 Y vn Y of l ti ring work 14 1.7 CLOSEOUT SUBMIITTALS[NOT USED] 15 1.8 MAINTENANCE MATKIIIAL SUBMITTALS [NOT USED[ 16 1.9 QUALITY ASSSURAN 17 A. Construction Staking 18 1. Construction staking will be performed by tbe_Conu=tor. ' 19 2, Coordination , .:: 20 a. It is the Contractor's responsibility to coordinate staling such that construction 21 activities are not delayed or negatively impacted, w 22 3. General 23 a. Contractor is responsible for preserving and maintainine staking. ;1 24 b. If in the opinion of the City,a sufficient number of stakes or markings have 25 been lost,destroyed or disturbed,byConizactoes neglect,such that the ,3 26 contracted Work cannot take place,then the Contractor will be requires to re- _- 27 stake the deficient areas. 28 B. Construction Survey 16 29 1. Constr nt ion Survey wilt be n+erfoMed blrftke Contractor. ,$ 30 2. Cocxrlination ;y 31 a. Contractor to verify that control data established in the design survey remains tl 32 intact tt '> 33 b. Coordinate with the City prior to field investigation to determine which +2 34 horizontal and vertical control data will be required for construction survey. 35 c. It is the Contractor's respo4ibilitq to coordinate Construction Survey such that ?1 36 construction activities arc not delayed or negatively impacted. to 37 d. Contractor stm restore orientate all necessary control data damatred 38 during construction operations. ,t 39 1) Contractor shall perform replacements and/or restorations. 3 40 3. General � CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS "i Revised December20.2012 t 23_Z'." 01X23-3 J Sii[cVy`ti CONSTRUCTION STAKING AND SURVEY Papa 2 of S. Page 3 or 5 a. Construction survey will be performed in order to maintain complete and accurate logs of control and survey work as it progresses for Project Records. j b. The Contractor shall perform construction survey to obtain construction features including,but not limited to,the following: i) All Utility Lines a) Rim and flowline elevations and coordinates for each manhole or junction structure 2) Water Lines a) Top of pipe elevations and coordinates for waterlines at the following locations: (1) Every 250 linear feet Mare in (2) Horizontal and vertical points of inflection,curvature,etc_(All cents. Fittings) the (3) Cathodic protection test stations (4) Sampling stations x (5) Meter boxestvaults(All sizes) (b) Fire lines (7) Fire hydrants (8) Crate valves (9) Plugs,stubouts,dead-end lines (10) Air Release valves(Manhole rile and vent pipe) (11) Blow off valves(Manhole rim and valve lid) (12) Pressure plane valves (13) Cleaning wyes (14) Casing pipe(each end) +- b)' Storm Sewer (1) Top of pipe elevations and coordinates at the following locations: .ruction`^ (a) Every 250 linear feet (b) Horizontal and vertical points of inflection,curvature,etc. - c) Sanitary Sewer >= (1) Top of pipe elevations and coordinates for sanitary sewer lines at have the following locations: ' (a) Every 250 linear feet i to re 4 (b) Horizontal and vertical points of inflection,curvature,etc. y (c) Cleanouts c. Construction survey will be performed in order to maintain complete and 7 accurate logs of control and survey work associated with meeting or exceeding $ the line and grade required by these Specifications. d_ The Contractor shall perform construction survey and verify control data pns"snsti including, but not limited to,the following: 41. t) verification that established benchmarks and control are accurate. 2) Use of Benchmarks to furnish and maintain all reference lines and irvey. grades for tunneling. r4kch that 4 3) Use of lines and ggrades to establish the►cjcation of the pipe. :15 4) Submit to the City copies of field notes,if requested,used to establish all aged x 'ib lines and grades and allow the City to check guidance system setup prior to beginning each tunneling drive. >l8 5) Provide access for the City,when requested,to verify the guidance system ' '49 and the sine and grade of the carrier pipe an a daily basis. 6) The Contractor remains fully responsible for the accuracy of the work and the correction of it,as required. CrTY OF FORT WOR?H STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20,2012 oltt23.4 CONSTRUCTION STAKING AND SURVEY PW 4 orS 1 7) Monitor line and grade continuously during construction. 2 8) Record deviation with respect to design Line and grade once at each{ripe 3 joint and submit daily records to City. 4 9) If the installation does not meet the specified tolerances,immediately notify 5 the City and correct the installation in accordance with the Contract 6 Documents. 7 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED[ 8 1.11 FIELD [SITE]CONDITIONS[NOT USEDI 9 1.12 WARRANTY INOT USED[ 10 PART 2- PRODUCTS{NOT USED[ 11 PART 3- EXECUTION 12 3.1 INSTALLERS[NOT USED] 13 3.2 EXAMINATION[NOT USED] 14 3.3 PREPARATION [NOT USEDI 15 3.4 APPLICATION 16 3.5 REPAIR I RESTORATION [NOT USED) 17 3.6 RE-INSTALLATION[NOT USED] 18 3.7 FIELD [oR]SITE QUALTi"Y'CONTROL 19 A. It is the Contractor's responsibility to maintain all stakes and control data placed:by the 20 City in accordance with this Specification. 21 13. Do not change or relocate iiikps or control data witluout approval from the City. 22 3.8 SYSTEM STARTUP [NOT USEDI 23 3.9 ADJUSTING[NOT USED[ 24 3.10 CLEANING [NOT USED[ 25 3.11 CLOSEOUT ACT[VTTIES [NOT USEDI 26 3.12 PROTECTION INOT USED) 27 3.13 MAINTENANCE INOT USEDI 28 3.14 ATTACHMENTS INOT USEDI � 29 CITY OF FORT WORTH STANDARD CONSrRUCMN SPECIFICATION DOCUMENTS Revised December 20,2012 r, 017123-4" 017123-5 St UVEY CONSTRUCTION STAKING AND SURVEY P 40fsi- Page 5of5 pipe END OF SECTION :ly Revision Log DATE NAME ! SUMMARY OF CHANGE Sr U2012 D.lolumn 0 by the:;., 'r CITY OF FORT WOBTkI SCANDAAI I CONSMUCTION SPECIFICATION DOCUMENTS Reviscxt December 20,20 t2 0241 15-1 Md PAVING REMOVAL Page I of 6 1 SECTION 02 4115 2 PAVING REMOVAL 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Removing concrete paving,asphalt paving and brick paving 7 2. Removing concrete curb and gutter 8 3. Removing concrete valley gutter 9 4. Milling roadway paving 10 5.. Pulverization of existing pavement 11 6. Disposal of removed materials 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 3. Section 32 11 33 -Cement Treated Base Courses 18 1.2 PRICE AND PAYMENT PROCEDURES 19 A. Measurement and Payment 20 1. Measurement 21 a. Remove Concrete Paving:measure by the square yard from back-to-back of 22 curbs. 23 b. Remove Asphalt Paving: measure by the square yard between the lips of 24 gutters. 25 c. Remove Brick Paving: measure by the square yard. 26 d. Remove Concrete Curb and Gutter: measure by the linear foot. 27 e. Remove Concrete Valley Gutter: measure by the square yard 28 f. Wedge Milling: measure by the square yard for varying thickness. 29 g. Surface Milling: measure by the square yard for varying thickness. ., 30 h. Butt Milling: measured by the linear foot. 31 i. Pavement Pulverization: measure by the square yard. 32 j. Remove Speed Cushion: measure by each. 33 2. Payment 34 a. Remove Concrete Paving: full compensation for saw cutting, removal,hauling, 35 disposal, tools,equipment, labor and incidentals needed to execute work. For 36 utility projects,this Item shall be considered subsidiary to the trench and no 37 other compensation will be allowed. 38 b. Remove Asphalt Paving: full compensation for saw cutting, removal,hauling, 39 disposal,tools,equipment, labor and incidentals needed to execute work. For 40 utility projects, this Item shall be considered subsidiary to the trench and no 41 other compensation will be allowed. For utility projects,this Item shall be �. 42 considered subsidiary to the trench and no other compensation will be allowed. CITY OF FORT WORTH 2014 CIP YEAR 2-CONTRACT 3,UNIT 3 S'T'ANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 02433 Revised December 20,2012 0241 15-2 PAVING REMOVAL Page 2 of 6 —. ( c. Remove Brick Paving: full compensation for saw cutting,removal,salvaging, 2 cleaning, hauling,disposal,tools,equipment, labor and incidentals needed to 3 execute work.For utility projects,this Item shall be considered subsidiary to 4 the trench and no other compensation will be allowed. 5 d. Remove Concrete Curb and Gutter: full compensation for saw cutting,removal, 6 hauling,disposal,tools,equipment, labor and incidentals needed to execute 7 work_For utility projects,this Item shall be considered subsidiary to the trench 8 and no other compensation will be allowed. 9 e. Remove Concrete Valley Gutter: full compensation for saw cutting,removal, 10 hauling,disposal,tools,equipment, labor and incidentals needed to execute I 1 work. 12 f. Wedge Milling: full compensation for all milling,hauling milled material to 13 salvage stockpile or disposal,tools, labor,equipment and incidentals necessary 14 to execute the work. 15 g. Surface Milling: full compensation for all milling,hauling milled material to 16 salvage stockpile or disposal,tools, labor,equipment and incidentals necessary 17 to execute the work. 18 h. Butt Milling: full compensation for all milling,hauling milled material to 19 salvage stockpile or disposal,tools, labor,equipment and incidentals necessary 20 to execute the work. 21 i. Pavement Pulverization: full compensation for all labor,material,equipment, 22 tools and incidentals necessary to pulverize,remove and store the pulverized 23 material, undercut the base,mixing,compaction, haul off,sweep,and dispose 24 of the undercut material. 25 j. Remove speed cushion: full compensation for removal,hauling,disposal, 26 tools,equipment, labor,and incidentals needed to execute the work. For utility 27 projects,this Item shall be considered subsidiary to the trench and no other 28 compensation will be allowed. 29 k. No payment for saw cutting of pavement or curbs and gutters will be made 30 under this section. include cost of such work in unit prices for items listed in 31 bid form requiring saw cutting. 32 1. No payment will be made for work outside maximum payment limits indicated ~ 33 on plans, or for pavements or structures removed for CONTRACTOR's 34 convenience. dft 35 1.3 REFERENCES 36 A. ASTM International(ASTM): 37 a. D698, Standard Test Methods for Laboratory Compaction Characteristics of 38 Soil Using Standard Effort(12 400 ft-lbf/ft3 (600 kN-m/m3)) 39 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 40 1.5 SUBMITTALS [NOT USED] 41 1.6 ACTION SUBIVIITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 42 1.7 CLOSEOUT SUBMITTALS [NOT USED] 43 1.$ MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 44 1.9 QUALITY ASSURANCE [NOT USED] 45 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] CITY OF FORT WORTH 2014 CIP YEAR 2-CONTRACT 3.UNIT 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 02433 Revised December 20,2012 0241 15-3 PAVING REMOVAL. Page 3 of 6 1 1.11 FIELD CONDITIONS [NOT USED] 2 1.12 WARRANTY [NOT USED] 3 PART 2- PRODUCTS 4 2.1 OWNER-FURNISHED PRODUCTS [NOT USED] 5 2.2 EQUIPMENT [NOT USED] 6 2.3 ACCESSORIES [NOT USED] 7 2.4 SOURCE QUALITY CONTROL [NOT USED] 8 PART 3- EXECUTION on 9 3.1 EXAMINATION [NOT USED] 10 3.2 INSTALLERS [NOT USED] 11 3.3 PREPARATION 12 A. General: 13 1. Mark paving removal limits for City approval prior to beginning removal. 14 2. Identify known utilities below grade-Stake and flag locations. 15 3.4 PAVEMENT REMOVAL 16 A. General. 12 1. Exercise caution to minimize damage to underground utilities, 18 2. Minimize amount of earth removed. 19 3. Remove paving to neatly sawed joints. 20 4. Use care to prevent fracturing adjacent,existing pavement. 21 B. Sawing 22 1. Sawing Equipment. 23 a. Power-driven. 24 b. Manufactured for the purpose of sawing pavement. 25 c. In good operating condition, 26 d. Shall not spall or fracture the pavement structure adjacent to the removal area. 27 2. Sawcut perpendicular to the surface to full pavement depth,parallel and 28 perpendicular to existing joint. 29 3. Sawcut parallel to the original sawcut in square or rectangular fashion. 30 4. If a sawcut falls within 5 feet of an en existing dummy joint,construction joint, saw 31 joint, cold joint,expansion joint,edge of paving or gutter lip,remove paving to that 32 joint, edge or lip. 33 5. If a pavement edge of a cut is damaged subsequent to saw cutting, saw to a new, 34 neat,straight line for the purpose of removing the damaged.area. 35 C. Remove Concrete Paving and Concrete Valley Gutter 36 1. Sawcut: See 3A.B. 37 2. Remove concrete to the nearest expansion joint or vertical saw cut. CITY OF FORT WORTH 2014 CIP YEAR 2-CONTRACT 3,UNIT 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 02433 Revised December 20,2012 0241 15-4 PAVING REMOVAL Page 4 of 6 1 D. Remove Concrete Curb and Gutter 2 L. Sawcut: See 3.4.13. 3 2. Minimum limits of removal:30 inches in length. 4 E. Remove Asphalt Paving 5 1. Sawcut: See 3.4.8. 6 2. Remove pavement without disturbing the base material- 7 3. When shown on the plans or as directed,stockpile materials designated as 8 salvageable at designated sites. 9 4. Prepare stockpile area by removing vegetation and trash and by providing for 10 proper drainage. , 11 F. Milling 12 1. General 13 a. Mill surfaces to the depth shown in the plans or as directed. MR 14 b. Do not damage or disfigure adjacent work or existing surface improvements. 15 c. If milling exposes smooth underlying pavement surfaces,mill the smooth 16 surface to make rough. 17 d. Provide safe temporary transition where vehicles or pedestrians must pass over 18 the'milled edges. 19 e. Remove excess material and clean milled surfaces. i 20 f. Stockpiling of planed material will not be permitted within the right of way 21 unless approved by the City. 22 g. If the existing base is brick and cannot be milled,remove a 5 foot width of the 23 existing brick base. See 3.3.G.for brick paving removal. 24 2. Milling Equipment 25 a. Power operated milling machine capable of removing,in one pass or two 26 passes,the necessary pavement thickness in a five-foot minimum width. 27 b. Self-propelled with sufficient power,traction and stability to maintain accurate 28 depth of cut and slope. 29 c. Equipped with an integral loading and reclaiming means to immediately 30 remove material cut from the surface of the roadway and discharge the cuttings 31 into a truck,all in one operation. 32 d. Equipped with means to control dust created by the cutting action. 33 e. Equipped with a manual system providing for uniformly varying the depth of 34 cut while the machine is in motion making it possible to cut flush to all inlets, 35 manholes,or other obstructions within the paved area. +• 36 f. Variable Speed in order to leave the specified grid pattern. 37 g. Equipped to minimize air pollution. 38 3. Wedge Milling and Surface Milling 39 a. Wedge Mill existing asphalt,concrete or brick pavement from the lip of gutter 40 at a depth of 2 inches and transitioning to match the existing pavement(0-inch 41 cut)at a minimum width of 5 feet. M, 42 b. Surface Mill existing asphalt pavement to the depth specified, 43 c. Provide a milled surface that provides a uniform surface free from gouges, 44 ridges,oil film,and other imperfections of workmanship with a uniform Aft 45 textured appearance. M CITY OF FORT wORTii 2014 CIP YEAR 2-CONTRACT 3,UNIT 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 02433 Revised December 20,2012 w• 0241 15-5 PAVING REMOVAL Page 5 of 6 1 d. In all situations where the existing H.M.A.C. surface contacts the curb face,the 2 wedge milling includes the removal of the existing.asphalt covering the gutter 3 up to and along the face of curb. 4 e. Perform wedge or surface milling operation in a continuous manner along both 5 sides of the street or as directed. 6 4. Butt Joint Milling 7 a. Mill butt joints into the existing surface, in association with the wedge milling 8 operation.. 9 b. Butt joint will provide a full width transition section and a constant depth at the 10 point where the new overlay is terminated. 11 c. Typical locations for butt joints are at all beginning and ending points of streets 12 where paving material is removed. Prior to the milling of the butt joints, 13 consult with the City for proper location and limits of these joints. 14 d. Butt Milled joints are required on both sides of all railroad tracks and concrete 15 valley gutters,bridge decks and culverts and all other items which transverse 16 the street and end the continuity of the asphalt surface. 17 e. Make each butt joint 20 feet long and milled out across the full width of the 18 street section to a tapered depth of 2 inch. 19 f. Taper the milled area within the 20-feet to a depth from 0-inch to 2-inch at a 20 line adjacent to the beginning and ending points or intermediate transverse 21 items. 22 g. Provide a temporary wedge of asphalt at all butt joints to provide a smooth ride - 23 over the bump. 24 G. Remove Brick Paving 25 1. Remove masonry paving units to the limits specified in the plans or as directed by 26 the City. 27 2. Salvage existing bricks for re-use,clean,palletize,and deliver to the City Stock pile 28 yard at 3300 Yuma Street or as directed. 29 H. Pavement Pulverization 30 1. Pulverization 31 a. Pulverize the existing pavement to depth of 11 inches. See Section 32 11 33. 32 b. Temporarily remove and store the 11-i.nch deep pulverized material then cut the 33 base 3 inches. 34 c. Start 3-inch base cut at a depth of l 1- inches from the existing pulverized 35 surface. 36 2. Cement Application 37 a. Use 3.5%Portland cement. 38 b. See Section 32 11 33. 39 3. Mixing: see Section 32 11 33. 40 4. Compaction: see Section 32 1133. 41 5. Finishing: see Section 32 11 33. 42 6. Curing: see Section 32 11 33. 43 7. If the existing pavement has a combination of 10 inches of H.M.A.C. and crushed 44 stone/gravel: 45 a. Undercut not required 46 b. Pulverize 10 inches deep. 47 c. Remove 2-inch the total pulverized amount. CITY OF FORT WORTH 2014 C1P YEAR 2-CONTRACT 3,UNIT 3 STANDARD CONSTRUCTION SPECIFICATION IX)CUMENTS CPN 02433 i Revised December 20.2012 mo 0241 15-6 PAVING REMOVAL Page 6 of 6 �, 1 1. Remove speed cushion. 2 1. Scrape or sawcut speed cushion from existing pavement without damaging existing 3 pavement. 4 3.5 REPAIR [NOT USED] 5 3.6 RE-INSTALLATION[NOT USED] 6 3.7 FIELD QUALITY CONTROL [NOT USED] 7 3.8 SYSTEM STARTUP [NOT USED] 8 3.9 ADJUSTING [NOT USED] 9 3.10 CLEANING [NOT USED] 10 3.11 CLOSEOUT ACTIVITIES [NOT USED] 11 3.12 PROTECTION [NOT USED] MR 12 3.13 MAINTENANCE [NOT USED] 13 3.14 ATTACHMENTS [NOT USED] 14 END OF SECTION 15 Revision Log DATE NAME SUMMARY OF CHANGE �. 12/2012012 D.Johnson 1.2.A—modified payment requirements on utility projects 16 i if CITY OF FORT WORTH 2014 C1P YEAR 2-CONTRACT 3,UNIT 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 02433 Revised December 20,2012 r T 312316-I UNCLASSIFIED EXCAVATION rPage I of 4 1 SECTION 3123 16 2 UNCLASSIFIED EXCAVATION 3 PART1 - GENERAL 4 1.1 SUMMARY r5 A. Section Includes: 6 1. Excavate areas as shown on the Drawings or as directed.Removal of materials 7 encountered to the lines,grades,and typical sections shown on the Drawings and 8 removal from site.Excavations may include construction of 9 a. Roadways 10 b. Drainage Channels 11 c. Site Excavation 12 d. Excavation for Structures 13 e. Or any other operation evolving the excavation of on-site materials. 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 as 19 3. Section 3124 00—Embankments 20 1.2 PRICE AND PAYMENT PROCEDURES r 21 A. Measurement and Payment 22 1. Measurement 23 a. Measurement for this Item shall be by the cubic yard in its final position using 24 the average end area method.Limits of measurement is shown on the Drawings 25 b. When measured by the cubic yard in its final position,this is a plans quantity 26 measurement Item.The quantity to be paid is the quantity shown in the 27 proposal, unless modified by Article 1 1.04 of the General Conditions. 28 Additional measurements or calculations will be made if adjustments of 29 quantities are required. 30 2. Payment 31 a. The work performed and materials furnished in accordance with this Item and 32 measured as provided under"Measurement'will be paid for at the unit price 33 bid per cubic yard of"Unclassified Excavation'. No additional compensation r 34 will be allowed for rock or shrinkage or swell factors as these are the 35 Contractor's responsibility. r' 36 3. The price bid shall include: 37 a. Excavation 38 b. Excavation Safety 39 c. Drying 40 d. Dust Control 41 e. Reworking or replacing the over excavated material in rock cuts r CITY OF FORT WORTH 2014 CIP YEAR 2-CONTRACT 3,t IN T 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02433 Revised July 1,2011 w Fft 3123 16-2 UNCLASSIFIED EXCAVATION Page 2 of 4 1 f. Hauling 2 g. Disposal of excess material not used elsewhere onsite MM 3 h. Scarification 4 i. Clean-up 5 13 REFERENCES [NOT USED] 6 A. Definitions 7 1. Unclassified Excavation—Without regard to materials,all excavations shall be 8 considered unclassified and shall include all materials excavated. Any reference to •, 9 Rock or other materials on the Drawings or in the specifications is solely for the 10 City and the Contractor's information and is not to be taken as a classification of 11 the excavation. 12 1.4 ADMINSTRATIVE REQUIREMENTS 13 A. The Contractor will provide the City with a Disposal Letter in accordance to Division MW 14 01. 15 1.5 SUBMITTALS [NOT USED] 16 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 17 1.7 CLOSEOUT SUBMITTALS [NOT USED] ., 18 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 19 1.9 QUALITY ASSURANCE •� 20 A. Excavation Safety 21 1. The Contractor shall be solely responsible for making all excavations in a safe 22 manner. 23 2. All excavation and related sheeting and bracing shall comply with the requirements 24 of OSHA excavation safety standards 29 CFR part 1926 and state requirements. 46 25 1.10 DELIVERY,STORAGE,AND HANDLING 26 A. Storage dft 27 1. Within Existing Rights-of-Way(ROW) 28 a. Soil may be stored within existing ROW,easements or temporary construction 29 easements, unless specifically disallowed in the Contract Documents. 30 b. Do not block drainage ways, inlets or driveways. 31 c. Provide erosion control in accordance with Section 3125 00. 32 d. When the Work is performed in active traffic areas,store materials only in 33 areas barricaded as provided in the traffic control plans. 34 e. In non-paved areas, do not store material on the root zone of any trees or in 35 landscaped areas. 36 2. Designated Storage Areas 37 a. if the Contract Documents do not allow the storage of spoils within the ROW, 38 easement or temporary construction easement,then secure and maintain an 39 adequate storage location. 40 b. Provide an affidavit that rights have been secured to store the materials on 41 private property. CITY OF FORT WORTH 2014 CIP YEAR 2-CONTRACT 3,UNIT 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMEWS 02433 Revised July 1,2011 31 23 16-3 UNCLASSIFIED EXCAVATION Page 3 of 4 1 c. Provide erosion control in accordance with Section 31 25 00. 2 d. Do not block drainage ways. 3 1.11 FIELD CONDITIONS 4 A. Existing Conditions 5 1. Any data which has been or may be provided on subsurface conditions is not 6 intended as a representation or warranty of accuracy or continuity between soils. It 7 is expressly understood that neither the City nor the Engineer will be responsible 8 for interpretations or conclusions drawn there from by the Contractor. 9 2. Data is made available for the convenience of the Contractor. 10 1.12 WARRANTY [NOT USED] 11 PART 2- PRODUCTS [NOT USED] 12 2.1 OWNER-FURNISHED [NOT USED] jp 13 2.2 PRODUCT TYPES AND MATERIALS 14 A. Materials 15 1. Unacceptable Fill Material 16 a. In-situ soils classified as ML, MH, PT,OL or OH in accordance with ASTM 17 D2487 18 PART 3- EXECUTION 19 3.1 INSTALLERS [NOT USED] 20 3.2 EXAMINATION [NOT USED] 21 3.3 PREPARATION [NOT USED) 22 3.4 CONSTRUCTION 23 A. Accept ownership of unsuitable or excess material and dispose of material off-site 24 accordance with local, state, and federal regulations at locations. 25 B. Excavations shall be performed in the dry, and kept free from water, snow and ice 26 during construction with eh exception of water that is applied for dust control. 27 C. Separate Unacceptable Fill Material from other materials, remove from the Site and 28 properly dispose according to disposal plan. 29 D. Maintain drainage in the excavated area to avoid damage to the roadway sections and 30 proposed or existing structures. 31 E. Correct any damage to the subgrade caused by weather, at no additional cost to the 32 City. 33 F. Shape slopes to avoid loosening material below or outside the proposed grades. 34 Remove and dispose of slides as directed. 35 G. Rock Cuts CITY OF FORT WORTH 2014 CIP YEAR 2-CONTRACT 3,UNIT 3 STANDARD CONSTRUCTION SPECIFICATION IXICUMFNTS 02433 Revised July 1,2011 r do 312316-4 UNCLASSIFIED EXCAVATION Page 4 of 4 1 1. Excavate to finish grades. 2 2. In the event of over excavation due to contractor error below the lines and grades 3 established in the Drawings, use approved embankment material compacted in 4 accordance with Section 3124 00 to replace the over excavated at no additional 5 cost to City. 6 H. Earth Cuts 7 1. Excavate to finish subgrade 8 2. In the event of over excavation due to contractor error below the lines and grades 9 established in the Drawings, use approved embankment material compacted in 10 accordance with Section 3124 00 to replace the over excavated at no additional 1 I cost to City. 12 3. Manipulate and compact subgrade in accordance with Section 3124 00. 13 3.5 REPAIR [NOT USED] ,W 14 3.6 RE-INSTALLATION [NOT USED] 15 3.7 FIELD QUALITY CONTROL 16 A. Subgrade Tolerances 17 1. Excavate to within 0.1 foot in all directions. 18 2. In areas of over excavation,Contractor provides fill material approved by the City 19 at no expense to the City. 20 3.8 SYSTEM STARTUP (NOT USED] �- 21 3.9 ADJUSTING [NOT USED] 22 3.10 CLEANING [NOT USED] 23 3.11 CLOSEOUT ACTIVITIES [NOT USED] 24 3.12 PROTECTION [NOT USED] 25 3.13 MAINTENANCE [NOT USED] 26 3.14 ATTACHMENTS [NOT USED] 27 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 28 CITY OF FORT WORTH 2014 CIP YEAR 2-CONTRACT 3,UNIT 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02433 Revised July 1,2011 321133-1 CEMENT TREATED BASE COURSES Page 1 of 12 1 2 SECTION 32 1133 3 CEMENT TREATED BASE COURSES 4 PART 1- GENERAL 5 1.1 SUMMARY 6 A. Section Includes 7 1. Treating subgrade,subbase and base courses by the pulverization,addition of 8 cement, mixing and compacting the mix material to the required density. 9 2. item applies to the natural ground, embankment, existing pavement, base or 10 subbase courses placed and shall conform to the typical section,lines and grades 11 shown on the plans. 12 B. Deviations from City of Fort Worth Standards 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 3. Section 32 1126- Flexible Base Courses 18 1.2 PRICE AND PAYMENT PROCEDURES 19 A. Measurement and Payment 20 1. Measurement 21 a. Cement: measure by the ton (dry weight). 22 b. Cement Treatment CITY OF FORT WORTH 2014 CIP YEAR 2-CONTRACT 3,UNIT 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 02433 Revised July 1,2011 321133-2 CEMENT TREATED BASE COURSES Page 2 of 12 1 1) Measure by the square yard of surface area. 2 2) The dimensions for determining the surface area is established by the 3 widths shown on the plans and the lengths measured at placement. 4 2. Payment 5 a. Cement: paid for at the unit price bid and full compensation for: 6 1) furnishing the material 7 2) all freight involved �+ 8 3) all unloading,storing,and handling 9 b. Cement Treatment: based on the work performed and placed and includes 10 full compensation for: 11 1) pulverizing or providing the soil material; 12 2) handling, hauling and spreading dry or slurry cement; 13 3) mixing the cement with the soil either in-place or in a mixing plant; 14 4) furnishing, hauling and mixing water with the soil-cement mixture; 15 5) spreading and shaping the mixture;compacting the mixture, including all 16 rolling required for compaction; a 17 6) surface finishing; 18 7) water and sprinkling; 19 8) curing; 20 9) and for all manipulation, labor,equipment,appliances,tools and 21 incidentals necessary to complete the work. 22 1.3 REFERENCES 23 A. Reference Standards CITY OF FORT WORTH 2014 CIP YEAR 2-CONTRACT 3,UNIT 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 02433 Revised July 1,2011 dft dA 321133-3 CEMENT TREATED BASE COURSES Page 3 of 12 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. ASTM International (ASTM): 5 a. C150,Standard Specification for Portland Cement 6 b. D698,Standard Test Methods for laboratory Compaction Characteristics of 7 Soil Using Standard Effort(12 400 ft-Ibf/ft3 (600 kN-m/m3)) 8 3. Texas Department of Transportation (TxDOT) 9 a. Tex-101-E, Preparing soil and flexible base materials for testing 10 b. Tex-140-E, Measuring thickness of paving layers 11 1.4 ADMINISTRATIVE REQUIREMENTS[NOT USED] 12 1.5 ACTION SUBMITTALS[NOT USED] 13 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS[NOT USED] 14 1.7 CLOSEOUT SUBMITTALS[NOT USED] 15 1.8 MAINTENANCE MATERIAL SUBMITTLAS[NOT USED] 16 1.9 QUALITY ASSURANCE [NOT USED] 17 1.10 DELIVERY,STORAGE,AND HANDLING 18 A. Truck Delivered Cement 19 1. Each truck ticket shall bear the weight of cement measured on certified scales. 20 2. Submit delivery tickets,certified by supplier,that include weight with each bulk 21 delivery of cement to the site. 22 1.11 FIELD[SITE]CONDITIONS 23 A. Start cement application only when the air temperature is at least 35 degrees F and 24 rising or is at least 40 degrees F. CITY OF FORT WORTH 2014 CIP YEAR 2-CONTRACT 3,UNIT 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 02433 Revised July 1,2011 .s 321133-4 CEMENT TREATED BASE COURSES ° Page 4 of 12 1 B. Measure temperature in the shade away from artificial heat. 2 C. Suspend application when the City determines that weather conditions are unsuitable. 3 1.12 WARRANTY[NOT USED] Ift 4 PART 2- PRODUCTS 5 2.1 OWNER-FURNISHED PRODUCTS[NOT USED] d" 6 2.2 MATERIALS 7 A. General MW 8 1. Furnish uncontaminated materials of uniform quality that meet the requirements 9 of the plans and specifications. 10 2. Notify the City of the proposed material sources and of changes to material 11 sources. 12 3. Obtain verification from the City that the specification requirements are met 13 before using the sources. 14 4. The City may sample and test project materials at any time before compaction. 15 B. Cement:ASTM C150 Type 1, 11 or 1P. 16 C. Flexible Base Courses: Furnish base material that meets the requirements of Section 17 321126 for the type and grade shown on the plans,before the addition of cement. 18 D. Water: Furnish water free of industrial wastes and other objectionable material. MR CITY OF FORT WORTH 2014 CIP YEAR 2-CONTRACT 3,UNIT 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 02433 Revised July 1,2011 321133-5 CEMENT TREATED BASE COURSES Page 5 of 12 1 2.3 ACCESSORIES[NOT USED] 2 2.4 SOURCE QUALITY CONTROL[NOT USED] 3 PART 3- EXECUTION 4 3.1 INSTALLERS[NOT USED] 5 3.2 EXAMINATION [NOT USED] 6 3.3 PREPARATION 7 A. Shape existing material in accordance with applicable bid items to conform to typical 8 sections shown on the plans and as directed. 9 3.4 INSTALLATION 10 A. General 11 1. Produce a completed course of treated material containing: 12 a. uniform Portland cement mixture,free from loose or segregated areas. 13 b. uniform density and moisture content. .. 14 c. well bound for full depth. 15 d. with smooth surface and suitable for placing subsequent courses. 16 2. Maximum layer depth of cement treatment in single layer:8 inches. 17 3. For treated subgrade exceeding 8 inches deep,pulverize, apply cement, mix, I 18 compact and finish in equal layers not exceeding 5 inches deep. 19 B. Equipment 20 1. Provide machinery,tools,and equipment necessary for proper execution of the 21 work. 22 2. Rollers. r CITY OF FORT WORTH 2014 CIP YEAR 2-CONTRACT 3,UNIT 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 02433 Revised July 1,2011 i Y 321133-6 CEMENT TREATED BASE COURSES Page 6 of 12 1 a. The CONTRACTOR may use any type of roller to meet the production rates and 2 quality requirements of the Contract unless otherwise shown on the plans or 3 directed. 4 b. When specific types of equipment are required, use equipment that meets the 5 specified requirements. 6 c. Alternate Equipment. 7 1) Instead of the specified equipment,the CONTRACTOR may,as approved, 8 operate other compaction equipment that produces equivalent results. 9 2) Discontinue the use of the alternate equipment and furnish the specified 10 equipment if the desired results are not achieved. , 11 Cl. City may require CONTRACTOR to substitute equipment if production rate and 12 quality requirements of the Contract are not met. 13 3. Slurry Equipment. 14 a. Use slurry tanks equipped with agitation devices for cement application. 15 b. The City may approve other slurrying methods. 16 c. Provide a pump for agitating the slurry when the distributor truck is not 17 equipped with an agitator. 18 4. Pulverization Equipment. 19 a. Provide pulverization equipment that: 20 1) cuts and pulverizes material uniformly to the proper depth with cutters 21 that plane to a uniform surface over the entire width of the cut, 22 2) provides a visible indication of the depth of cut at all times,and 23 3) uniformly mixes the materials. 24 C. Pulverization CITY OF FORT WORTH MW STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2014 CIP YEAR 2-CONTRACT 3,UNIT 3 CPN 07433 Revised July 1,2011 321133-7 CEMENT TREATED BASE COURSES Page 7 of 12 1 1. Pulverize or scarify existing material after shaping so that 100 percent by dry 2 weight passes a 1 inch sieve,and 80 percent by dry weight passes a No.4 sieve 3 exclusive of gravel or stone retained in sieves. 4 2. Pulverize recycled asphalt pavement so that 100 percent by dry weight passes a 2 5 inch sieve,and 60 percent by dry weight passes a No.4 sieve exclusive of gravel or 6 stone retained in sieves. 7 D. Cement Application Ark 8 1. Spread by an approved dry or slurry method uniformly on the soil at the rate 9 specified on the plans o 10 2. If a bulk cement spreader is used, position by string lines or other approved 11 method during spreading to insure a uniform distribution of cement. 12 3. Apply to an area that all the operations can be continuous and completed in 13 daylight within 6-hours of initial application. s 14 4. Do not exceed the quantity of cement that permits uniform and intimate mixture 15 of soil and cement during dry-mixing operations 16 5. Do not exceed the specified optimum moisture content for the soil and cement 17 mixture. -. 18 6. No equipment, except that used in the spreading and mixing,allowed to pass over 19 the freshly spread cement until it is mixed with the soil. 20 E. Mixing 21 1. Thoroughly mix the material and cement using approved equipment. 22 2. Mix until a homogeneous,friable mixture of material and cement is obtained,free 23 from all clods and lumps. w 24 3. Keep mixture within moisture tolerances throughout the operation. 25 4. Spread and shape the completed mixture in a uniform layer. s CITY OF FORT WORTH 2014 CIP YEAR 2-CONTRACT 3,UNIT 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 02433 Revised July 1,2011 321133-8 CEMENT TREATED BASE COURSES " Page 8 of 12 1 5. After mixing,the City samples the mixture at roadway moisture and test in 2 accordance with Tex 101 E, Part III,to determine compliance with the gradation 3 requirements in Table 1. 4 Table 1 5 Gradation Requirements Minimum%Passing Sieve Size Base 1-3/4 in. 100 3/4 in. 85 No.4 60 6 F. Compaction 7 1. Prior to the beginning of compaction,the mixture shall be in a loose condition for 8 its full depth. 9 2. Compact material to at least 95-percent of the maximum density as determined by 10 ASTM D698. 11 3. At the start of compaction,the percentage of moisture in the mixture and in un- 12 pulverized soil lumps shall be less than the quantity which shall cause the soil- 13 cement mixture to become unstable during compaction and finishing. 14 4. When the uncompacted soil-cement mixture is wetted by rain so that the average 15 moisture content exceeds the tolerance given at the time of final compaction,the 16 entire section shall be reconstructed in accordance with this specification at the 17 sole expense of the CONTRACTOR. .. 18 5. The specified optimum moisture content and density shall be determined in the 19 field on the representative samples of soil-cement mixture obtained from the area z. 20 being processed. 21 6. Final moisture content shall be within minus-2 to plus-4-of-optimum. CITY OF FORT WORTH 2014 CIP YEAR 2-CONTRACT 3,UNIT 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 02433 Revised July 1,2011 321133-9 CEMENT TREATED BASE COURSES Page 9 of 12 1 7. Begin compaction after mixing and after gradation and moisture requirements 2 have been met. 3 8. Begin compaction at the bottom and continue until the entire depth of the 4 mixture is uniformly compacted. 5 9. Uniformly compact the mixture to the specified density within 2-hours. ` 6 10. After the soil and cement mixture is compacted uniformly apply water as needed 7 and thoroughly mix in. ` 8 11. Reshape the surface to the required lines, grades and cross section and then lightly 9 scarify to loosen any imprint left by the compacting or shaping equipment. ` 10 G. Maintenance 11 1. Maintain the soil-cement treatment in good condition from the time it first starts i 12 work until all work shall is completed. 13 2. Maintenance includes immediate repairs of any defect that may occur after the 14 cement is applied. 15 3. Maintenance work shall be done by the CONTRACTOR at the CONTRACTOR'S 16 expense and repeated as often as necessary to keep the area continuously intact. 17 4. Repairs are to be made in such a manner as to insure restoration of a uniform 18 surface for the full depth of treatment. 19 5. Remedy any low area of treated subgrade by scarifying the surface to a depth of at 20 least 2 inches,filling the area with treated material and compacting. 21 6. Remedy any low area of subbase or base shall by replacing the material for the full r 22 depth of subbase or base treatment rather than adding a thin layer of stabilized 23 material to the completed work. 24 H. Finishing r CITY OF FORT WORTH 2014 CIP YEAR 2-CONTRACT 3,UNIT 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS C'PN 02433 Revised July 1,2011 32 11 33-10 CEMENT TREATED BASE COURSES E Page 30 of 12 1 1. After completing compaction of the final course,clip,skin,or tight-blade the 2 surface of the cement-treated material with a maintainer or subgrade trimmer to 3 a depth of approximately 1/4 inch. 4 2. Remove loosened material and dispose of at an approved location. 5 3. Roll the clipped surface immediately with a pneumatic tire roller adding small 6 increments of moisture as needed and until a smooth surface is attained. 7 4. Add small amounts of water as needed during rolling.Shape and maintain the 8 course and surface in conformity with the typical sections, lines,and grades shown 9 on the plans or as directed. 10 5. Surface compaction and finishing shall proceed in such a manner as to produce,in 11 not more than 2-hours,a smooth,closely knit surface,free of cracks, ridges or 12 loose material,conforming to the drawn grade and line shown on the plans. 13 6. After the final layer or course of the cement modified soil has been compacted, it 14 shall be brought to the required lines and grades in accordance with the typical 15 sections. 16 7. The completed section shall then be finished by rolling with a pneumatic tire or 17 other suitable roller sufficiently to create micro cracking. 18 I. Curing 19 1. General 20 a. Cure for at least 72 hours. 21 b. Maintain the moisture content during curing at no lower than 2 percentage 22 points below optimum. 23 2. Curing method depends on finished pavement type: 24 a. Concrete pavement: 25 1) Sprinkle with water CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2014 CIP YEAR 2-CONTRACT 3,UNIT 3 GPN 02433 Revised July 1,2011 32 11 33-11 CEMENT TREATED BASE COURSES Page 11 of 12 1 2) Maintain moisture during curing 2 3) Do not allow equipment on the finished course during curing except as 3 required for sprinkling, unless otherwise approved. 4 b. Asphalt Pavement: 5 1) Apply an asphalt material at a rate of 0.05 to 0.20 gallon per square yard. 6 2) Do not allow equipment on the finished course during curing 7 3. Continue curing until paving operations begin. 8 3.5 [REPAIR]/[RESTORATION] [NOT USED] 9 3.6 RE-INSTALLATION [NOT USED] 10 3.7 FIELD QUALITY CONTROL 11 A. Density Test 12 1. City Project Representative must be on site during density testing 13 2. City to measure density of cement treated base course in accordance with ASTM 14 D6938. 15 3. Spacing directed by City(1 per block minimum). 16 4. City Project Representative determines density testing locations. 17 B. Depth Test 18 1. Take minimum of one core per 500 linear feet per each direction of travel 19 staggering test location in each lane to determine in-place depth. r20 2. City Project Representative determines depth testing locations. CITY OF FORT WORTH 2014 CIP YEAR 2-CONTRACT 3,UNIT 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (11N 02433 Revised July 1,2011 32 11 33-12 CEMENT TREATED BASE COURSES Page 12 of 12 1 3.8 SYSTEM STARTUP[NOT USED] 2 3.9 ADJUSTING [NOT USED] 3 3.10 CLEANING [NOT USED] 4 3.11 CLOSEOUT ACTIVITIES[NOT USED] 5 3.12 PROTECTION [NOT USED] 6 3.13 MAINTENANCE[NOT USED] 7 3.14 ATTACHMENTS[NOT USED] 8 END OF SECTION 9 Revision Log DATE NAME SUMMARY OF CHANGE i 10 CITY OF FORT WORTH 2014 CIP YEAR 2-CONTRACT 3,UNIT 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPIN 02433 Revised July 1,2011 ph 321216-I In ASPHALT PAVING Page 1 of'23 1 SECTION 32 12 16 2 ASPHALT PAVING 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Construct a pavement layer composed of a compacted, dense-graded mixture of 6 aggregate and asphalt binder for surface or base courses. 7 B. Standard Detail 8 1. H.M.A.C. Pavement Construction Details 9 C. Deviations from City of Fort Worth Standards 10 1. None 11 D. 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 32 01 17 - Permanent Asphalt Paving Repair 15 1.2 PRICE AND PAYMENT PROCEDURES 16 A. Measurement and Payment 17 1. Measurement 18 a. Asphalt Pavement: measure by the square yard of completed and accepted 19 asphalt pavement in its final position for various thicknesses and types. P1 20 b. H.M.A.C. Transition: measure by the ton of composite hot mix. 21 c. Asphalt Base Course: measure by the square yard of completed and accepted in 22 its final position for various thicknesses. 23 d. H.M.A.C. Pavement Level Up: measure by the ton of completed and accepted 24 in its final position. 25 e. H.M.A.C. Speed Cushion: measure by each completed and accepted in its final +� 26 position. 27 2. Payment: Based on the work performed and all materials furnished and subsidiary 28 work and materials include: 29 a. shaping and fine grading the roadbed 30 b. furnishing, loading and unloading, storing, hauling and handling all materials 31 including all freight and royalty 32 c. traffic control for all testing 33 d. asphalt,aggregate, and additive 34 e. materials and work needed for corrective action. 35 f. equipment, labor, tools 36 g. trial batches. 37 li. tack coat, _ 38 i. removal and/or sweeping excess material. 39 1.3 REFERENCES 40 A. Abbreviations and Acronvms C11 OF FORT WORT1l 2014 CIP YEAR 2-CONTRACT 3,UNIT 3 STANDARD CONSTROCTION SPECIFICATION ION DOCI MEETS 02433 Revised Juh 12011 s MW 321216-2 ASPHALT PAVING Page 2 of 23 1 1. RAP(reclaimed asphalt pavement) 2 2. SAC (surface aggregate classification) 3 3. BRSQC(Bituminous Rated Source Quality Catalog) 4 4. AQMP(Aggregate Quality Monitoring Program) 5 5. H.M.A.C.(Hot Mix Asphalt Concrete) 6 6. WMA(Warm Mix Asphalt) 7 B. Reference Standards 8 1. Reference standards cited in this specification refer to the current reference standard 9 published at the time of the latest revision date logged at the end of this 10 specification,unless a date is specifically cited. 11 2. National Institute of Standards and Technology(KIST) 12 a. Handbook 44-2007 Edition: Specifications,Tolerances,and Other Technical 13 Requirements for Weighing and Measuring Devices MR 14 3. ASTM International(ASTM): 15 a. ASTM D6084-06 Standard Test Method for Elastic Recovery of Bituminous 16 Materials by Ductilometer 17 4. American Association of State Highway and Transportation Officials 18 a. MP2 Standard Specification for Superpave Volumetric Mix Design 19 b. PP28 Standard.Practice for Superpave Volumetric Design for Hot Mix Asphalt 20 (HMA) 21 c. T 201,Kinematic Viscosity of Asphalts(Bitumens) 22 d. T 202 Standard Method of Test for Viscosity of Asphalts by Vacuum Capillary 23 Viscometer 24 e. T 316 Standard Method of Test for Viscosity Determination of Asphalt Binder 25 Using Rotational Viscometer 26 f. TP 1-93 Test Method for Determining the Flexural Creep Stiffness of Asphalt da 27 Binder Using the Bending Beam Rheometer(BBR) 28 5. Texas Department of Transportation 29 a. Bituminous Rated Source Quality Catalog(BRSQC) 30 b. TEX 100-E,Surveying and Sampling Soils for Highways 31 c. Tex 106-E,Calculating the Plasticity Index of Soils 32 d. Tex 107-E,Determining the Bar Linear Shrinkage of Soils 33 e. Tex 200-F,Sieve Analysis of Fine and Coarse Aggregates 34 f Tex 203-F, Sand Equivalent Test 35 g. Tex-204-F,Design of Bituminous Mixtures 36 h. Tex-207-F,Determining Density of Compacted Bituminous Mixtures 37 i. Tex 217-F,Determining Deleterious Material and Decantation Test for Coarse 38 Aggregates 39 j. Tex-226-.F, Indirect Tensile Strength Test 40 k. Tex-227-F,Theoretical Maximum Specific Gravity of Bituminous Mixtures 41 1. Tex-243-F,Tack Coat Adhesion 42 m. Tex-244-F,Thermal profile of Hot Mix Asphalt 43 n. Tex 280-F,Determination of Flat and Elongated Particles 44 o. Tex 406-A,Material Finer Than 75 tun(No.200) Sieve in Mineral Aggregates 45 (Decantation Test for Concrete Aggregates) 46 p. Tex 408-A,Organic Impurities in Fine Aggregate for Concrete 47 q. Tex 410-A,Abrasion of Coarse Aggregate using the Los Angeles Machine CITY OF FORT WORTH 2014 CIP YEAR 2-CONTRACT 3,UNIT 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02433 Revised July 1,2011 32 12 16-3 ASPIIAI:F PAV1NCi Page:3 of 23 i r. Tex 411-A, Soundness of Aggregate by Using Sodium Sulfate or Magnesium 2 s. Tex 460-A, Determining Crushed Face Particle Count 3 t. Tex 461-A, Degradation of Coarse Aggregate by Micro-Deval Abrasion 4 u. Sulfate 5 v. Tex-530-C, Effect of Water on Bituminous Paving Mixtures 6 w. Tex-540-C, Measurement of Polymer Separation on Heating in Modified 7 Asphalt Systems 8 x. Tex-541-C, Rolling Thin Film Oven Test for Asphalt Binders 9 y. Tex-920-K, Verifying the Accuracy of Drum Mix Plant Belt Scales 10 z. Tex-921-K, Verifying the Accuracy of Hot Mix Plant Asphalt Meters 1 1 aa. Tex 923-K, Verifying the Accuracy of Liquid Additive Metering Systems 12 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED 13 1.5 ACTION SUBMITTALS [NOT USED] 14 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS 15 A. Asphalt Paving Mix Design: Submit for approval. See 2.2.13.1. a 16 1.7 CLOSEOUT SUBMITTALS [NOT USEDI 17 1.8 MAINTENANCE MATERIAL SUBMITTALS INOT USED] 18 1.9 QUALITY ASSURANCE [NOT USED) 19 L10 DELIVERY,STORAGE,AND HANDLING SNOT USED 20 1.11 FIELD CONDITIONS 21 A. Weather Conditions 22 1. Place mixture when the roadvvay surface temperature is equal to or higher than the 23 temperatures listed in Table 1. 24 Table 1 25 Minimum Pavement Surface Temperatures Minimum Pavement Surface Temperatures in �. Degrees Fahrenheit Originally Specified High Subsurface Layers or Surface Layers Placed in Temperature Binder Night Paving Operations Daylight Operations a Grade PG64 or lower 45 50 PG 70 55' 60' PG 76 or higher 60' 60' 26 ' Contractors may pave at temperatures 10°F lower than the values shown in Table 1 27 when utilizing a paving process including WMA or equipment that eliminates thermal 28 segregation. In such cases, the contractor must use either a hand held thermal camera 29 or a hand held infrared thermometer operated in accordance with Tex-244-F to _ 30 demonstrate to the satisfaction of the City that the uncompacted mat has no more than 31 10° F of thermal segregation. 32 CITY OF FORT FORTH 2014 CIP YEAR 2-CONTRACT 3,UNIT 3 SIANDARDCONSTRUC"fION SPECIFICATION DCCUNIGNTS 02433 Revised Juiv 1.201 1 a 3212 16-4 ASPHALT PAVING Page 4 of 23 2. Unless otherwise shown on the plans,place mixtures only when weather conditions a and moisture conditions of the roadway surface are suitable in the opinion of the City. 4 _. 1.12 WARRANTY [NOT USED] 6 PART2- PRODUCTS 7 2.1 OWNER-FURNISHED PRODUCTS [NOT USED] 8 2.2 MATERIALS 9 A. General: 10 1. Furnish uncontaminated materials of uniform quality that meet the requirements of 11 the plans and specifications. 12 2. Notify the City of all material sources. 13 3. Notify the City before changing any material source or formulation. 14 4. When the CONTRACTOR makes a source or formulation change,the City will 15 verify that the requirements of this specification are met and may require a new 16 laboratory mixture design,trial batch,or both. 17 5. The City may sample and test project materials at any time during the project to 18 verify compliance. 19 6. The depth of the compacted lift should be at least two times the nominal maximum 20 aggregate size. 21 B. Aggregate. 22 1. General: 23 a. Furnish aggregates from sources that conform to the requirements shown in 24 Table 1,and as specified in this Section,unless otherwise shown on the plans. 25 b. Provide aggregate stockpiles that meet the definition in this Section for either 26 coarse aggregate or fine aggregate. 27 c. When reclaimed asphalt pavement(RAP)is allowed by plan note,provide RAP 28 stockpiles in accordance with this Section. 29 d. Aggregate from RAP is not required to meet Table 2 requirements unless 30 otherwise shown on the plans. 31 e. Supply mechanically crushed gravel or stone aggregates that meet the 32 definitions in Tex 100 E. 33 f. Samples must be from materials produced for the project. 34 g. The City will establish the surface aggregate classification(SAC)and perform 35 Los Angeles abrasion,magnesium sulfate soundness,and Micro-Deval tests. 36 h. Perform all other aggregate quality tests listed in Table 2. 37 i. Document all test results on the mixture design report. MR 38 j. The City may perform tests on independent or split samples to verify 39 CONTRACTOR test results. 40 k. Stockpile aggregates for each source and type separately and designate for the 41 City. *� 42 1. Determine aggregate gradations for mixture design and production testing 43 based on the washed sieve analysis given in Tex 200 F, Part It. CITY OF FORT WORTH 2014 CIP YEAR 2-CONTRACT 3,UNIT 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02433 Rcvised July 1,2011 32 12 16-5 ASPHALT PAVING Page 5 of 23 1 Table 2 Aggregate uali Requirements Property Test Method Requirement Coarse Aggreg ate SAC AQMP As shown on plans Deleterious material, percen4 max Tex-217-F, Part 1 1.5 Decantation, percent, max Tex-217-F, Part II 1.5 Micro-Deval abrasion, percent,max Tex-461-A Note 1 Los Angeles abrasion percent, max Tex-41 0-A 40 ■ Magnesium sulfate soundness,5 cycles, rcent, max Tex-411-A 302 Coarse aggregate angularity, 2 crushed faces, Tex 460-A, Part 1 853 percent,min Flat and elongated particles @ 5:1, percent,max Tex-280-F 10 Fine Aggregate Linear shrinkage, percent,max I Tex-107-E 3 Combined A ate Sandequivalent, percent,min Tex-203-F 45 1.Not used for acceptance purposes.Used by the City as an indicator of the need for further investigation. 2.Unless otherwise shown on the plans. 3.Unless otherwise shown on the plans.Only applies to crushed gravel. 2 m. Coarse Aggregate. 3 1) Coarse aggregate stockpiles must have no more than 20 percent material 4 passing the No. 8 sieve. 5 2) Maximum aggregate size should not be over half of the proposed lift depth 6 to prevent particle on particle contact issues- 7 3) Provide aggregates from sources listed in the BRSQC. 8 4) Provide aggregate from nonlisted sources only when tested by the City 9 and/or approved before use. 10 5) Allow 30 calendar days for the City to sample, test,and report results for I l nonlisted sources. 12 6) Class B aggregate meeting all other requirements in Table 2 may be 13 blended with a Class A aggregate in order to meet requirements for Class A 14 materials. 15 7) When blending Class A and B aggregates to meet a Class A requirement, 16 ensure that at least 50 percent by weight of the material retained on the 17 No.4 sieve comes from the Class A aggregate source- 18 8) Blend by volume if the bulk specific gravities of the Class A and B 19 aggregates differ by more than 0.300. 20 9) When blending,do not use Class C or D aggregates. 21 10) For blending purposes,coarse aggregate from RAP will be considered as 22 Class B aggregate. 23 11) Provide coarse aggregate with at least the minimum SAC shown on the 24 plans. 25 12) SAC requirements apply only to aggregates used on the surface of travel 26 lanes,unless otherwise shown on the plans. 27 n. RAP is salvaged, milled,pulverized, broken, or crushed asphalt pavement. CITY OF FORT WORTH 2014 CIP YEAR 2-CONTRACT 3,UNIT 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02433 Revised July 1,2011 321216-6 ASPHALT PAVING Page 6 of 23 1 1) No RAP permitted for TYPE D H.M.A.C. 2 2) Use no more than 20 percent RAP on TYPE B H.M.A.C.unless otherwise 3 shown on the plans. 4 3) Crush or break RAP so that 100 percent of the particles pass the 2 inch 5 sieve. 6 4) RAP from either CONTRACTOR or City, including RAP generated during 7 the project,and is permitted only when shown on the plans. 8 5) City-owned RAP,if allowed for use,will be available at the location 9 shown on the plans. 10 6) When RAP is used,determine asphalt content and gradation for mixture 11 design purposes. 12 7) Perform other tests on RAP when shown on the plans. 13 8) When RAP is allowed by plan note,use no more than 30 percent RAP in 14 Type A or B mixtures unless otherwise shown on the plans. 15 9) Do not use RAP contaminated with dirt or other objectionable materials. ,# 16 1.0)Do not use the RAP if the decantation value exceeds 5 percent and the 17 plasticity index is greater than 8. 18 11) Test the stockpiled RAP for decantation in accordance with the laboratory 19 method given in Tex466-A,Part 1. 20 12) Determine the plasticity index using Tex-106-E if the decantation value 21 exceeds 5percent. 22 13)The decantation and plasticity index requirements do not apply to RAP 23 samples with asphalt removed by extraction. 24 14) Do not intermingle CONTRACTOR-owned RAP stockpiles with City- 25 owned RAP stockpiles. �+ 26 15) Remove unused CONTRACTOR-owned RAP material from the project 27 site upon completion of the project. 28 16) Return unused City-owned RAP to the designated stockpile location. 29 o. Fine Aggregate. 30 1) Fine aggregates consist of manufactured sands,screenings,and field sands. 31 2) Fine aggregate stockpiles must meet the gradation requirements in Table 3. 32 3) Supply fine aggregates that are free from organic impurities. 33 4) The City may test the fine aggregate in accordance with Tex-408-A to 34 verify the material is free from organic impurities. 35 5) At most 15 percent of the total aggregate may be field sand or other 36 uncrushed fine aggregate. 37 6) With the exception of field sand,use fine aggregate from coarse aggregate 38 sources that meet the requirements shown in Table 2,unless otherwise 4ft 39 approved. 40 7) If 10 percent or more of the stockpile is retained on the No. 4 sieve,test the 41 stockpile and verify that it meets the requirements in Table 1 for coarse 42 aggregate angularity(Tex-460-A)and flat and elongated particles 43 (Tex-280-F). CITY OF FORT WORTH 2014 C1P YEAR 2-CONTRACT 3,UNIT 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02433 Revised July 1,2011 32 12 16-7 ASPHALT PAVING w Page 7 of 23 Table 3 Gradation Requirements for Fine Aggre ate percent Passing by Weight or Sieve Size Volume ' ` 3/8" _ 100 70-100 #200 0-30 1 2 2. Mineral Filler.Mineral filler consists of finely divided mineral matter such as 3 agricultural lime,crusher fines,hydrated lime,cement,or fly ash. Mineral filler is 4 allowed unless otherwise shown on the plans.Do not use more than 2 percent 5 hydrated lime or cement, unless otherwise shown on the plans.The plans may 6 require or disallow specific mineral fillers. When used, provide mineral filler that: 7 a. is sufficiently dry,free-flowing,and free from clumps and foreign matter, 8 b. does not exceed 3 percent linear shrinkage when tested in accordance with 9 Tex-107-E; and meets the gradation requirements in Table 4. 10 Table 4 11 Gradation Requirements for Mineral Filler percent Passing by Weight or Sieve Size Volume #8 100 #200 55-100 12 13 3. Baghouse Fines.Fines collected by the baghouse or other dust-collecting equipment 14 may be reintroduced into the mixing drum. 15 4. Asphalt Binder. Furnish the type and grade of performance-graded(PG)asphalt 16 binder specified as follows: �. 17 a. Performance-Graded Binders. PG binders must be smooth and homogeneous, 18 show no separation when tested in accordance with Tex-540-C,and meet 19 Table 5 requirements. 1R CITY OF FORT WORTH 2014 CIP YEAR 2-CONTRACT 3,UNIT 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENI:S 02433 Revised July 1.2011 Fm N 00 . °° O > N /� N (r N d o0 00 A N °No °No 4 � � t A �O O °° /� O � N � N � N n N h y v U' °O °° O N o A N N N 0. V . +r L n7 A N M w L L 4i os w z qq w = ce F" V N oo ¢ O ~ '- +� M ca O a N h N Q z NO ' a a M A M M tn 00 00 co V N V n N CIA 0. ` N N A N ' U ° U cz C X ce a. ao °, y C7 F o o co 0 � y y U'rn ce rr qw 00 N GO 00 y y CV N °j o 00 N In C4 00 p C v O m� J •° m rOu 7 8 •� L" 7 -5 a Es0 4 s J,5< M N N .y I t 1 G � � G � Q O •^• r U Z •r � � " � G > 7 iLF N N o0 00 P ,Q, j c a n ' N 'M V lu N N d a 8 v 0. v^, .. N � a� v� N N I I ¢ C o ai O y N w `D N N `' � w `� `Y `�F ` ON d' C '0 O CrD b .0 p H rY r', N N y �f V N N N 00 00 8,m 0*0 .� c m o m� � C7 ° % 5c = � c M �, C14 r4 c Q CV =0, .0-0 0 z O 'n 6LJ t0 n a E a ° v dEF eo x N � g'o CL .Q •� u o r qT d O� Nr a m_ 10 O C ai to p„ N N ti C m b V s. oo 00 a 3 ab m N cn N ° a c tL OEM C C. N N N . $ C S m 01 E N (' N O, ILA 00 W eO v. y w v a v ra 00 a r t°C ° .C°. N CV e 1 ^ .tA. ei H M w iF W a2 + F o Q cc a 3 _ rs, a ad ca .81 cc cr a ,. a. C; - z.. + x vn. ° O. 3 4 o w mio s �]. M O }� ry v F S V, o c *a° $�' S .y O in—en CL CLI O N ti ' ed 5 = y cs cd C7 E— a E^ v w E- v y �' O g m.N C y LL< = � `' 4 > ^ ON vn...r t7� w7 iIr'� � i = y Jinn 3212 16-10 ASPHALT PAVING Page 10 of 23 1 ' 2 b_ Separation testing is not required if .� 3 1) a modifier is introduced separately at the mix plant either by injection in the 4 asphalt line or mixer, 5 2) the binder is blended on site in continuously agitated tanks, or binder 6 acceptance is based on field samples taken from an in-line sampling port at 7 the hot mix plant after the addition of modifiers. 8 5. Tack Coat: 9 a. Unless otherwise shown on the plans or approved,furnish CSS-1 H, SS-1H,or a 10 PG binder with a minimum high-temperature grade of PG 58 for tack coat 11 binder in accordance with Section 2.2,A.5. 12 6. Additives. 13 a. General: 14 1) When shown on the plans,use the type and rate of additive specified. 15 2) Other additives that facilitate mixing or improve the quality of the mixture 4" 16 may be allowed when approved. 17 b. Liquid Antistripping Agent. 18 1) Furnish and incorporate all required asphalt antistripping agents in asphalt WIN 19 concrete paving mixtures and asphalt-stabilized base mixtures to meet 20 moisture resistance testing requirements. 21 2) Provide a liquid antistripping agent that is uniform and shows no evidence 22 of crystallization,settling,or separation.. 23 3) Ensure that all liquid antistripping agents arrive in: 24 a) properly labeled and unopened containers,as shipped from the 25 manufacturer,or 26 b) sealed tank trucks with an invoice to show contents and quantities. 27 c) Provide product information to the City including: 28 (1) Material safety data sheet 29 (2) Specific gravity of the agent at the manufacturer's recommended 30 addition temperature, 31 (3) Manufacturer's recommended dosage range,and 32 (4) Handling and storage instructions. 33 4) Addition of lime or a liquid antistripping agent at the Mix Plant, 34 incorporate into the binder as follows: 35 a) Handle in accordance with the manufacturer's recommendations. 36 b) Add at the manufacturer's recommended addition temperature. 37 c) Add into the asphalt line by means of an in-line-metering device. 38 c. Liquid Asphalt Additive Meters. 39 1) Provide a means to check the accuracy of meter output for asphalt primer, 40 fluxing material,and liquid additives. 41 2) Furnish a meter that reads in increments of 0.1 gal.or less. 42 3) Verify accuracy of the meter in accordance with Tex-923-K. 43 4) Ensure the accuracy of the meter within 5.0 percent. low 44 7. Mixes 45 a. Design Requirements: 46 1) Unless otherwise shown on the plans, use the typical weight design 47 example given in Tex-204-F, Part 1,to design a mixture meeting the 48 requirements listed in Tables 2 through 8. CITY OF FORT WORT11 2014 CiP YEAR 2-CONTRACT 3,UNIT 3 STANDARD CONSTRUCTION SPECIFICATION DOCIJMF,NTS 02433 Revised July 1,2011 32 12 16-11 ASPHALT PAVING Page 1 I of 23 1 2) Furnish the City with representative samples of all-materials used in the 2 mixture design. 3 3) The City will verify the mixture design. 4 4) If the design cannot be verified by the City,furnish another mixture design. 5 Table 6 Master Gradation Bands(percent Passing by Weight or Volume) -- and Volumetric Properties Sieve B C D Size Fine Coarse Fine Base Surface Surface 1" 98.0-100.0 - - 3/4" 84.0-98.0 95.0-100.0 - 1/2" - - 98.0-100.0 3/8" 60.0-80.0 70.0-85.0 85.0-100.0 #4 40.0-60.0 43.0-63.0 50.0-70.0 #8 29.0-43.0 32.0-44.0 35.0-46.0 #30 13.0-28.0 14.0-28.0 15.0-29.0 #50 6.0-20.0 7.0-21.0 7.0-20.0 #200 2.0-7.0 2.0-7.0 2.0-7.0 Design VMA', rcent Minimum - 1.3.0 14.0 --F-15.0 Plant-Produced VMA, percent Minimum - 12.0 13.0 14.0 1.Voids in Mineral Aggregates. rt. 6 7 .. 8 Table 7 9 Laboratog Mixture Design Properties 10 Property Test Requirement 11 Method 12 Target laborato -molded density, percent Tex-207-F 96.0' 13 Tensile strength (dry),psi (molded to 93 Tex-226-.F 85-2002 14 percent t 1 percent density) " 15 Boil test- I Tex-530-C - 16 1.Unless otherwise shown on the plans. 17 2.May exceed 200 psi when approved and may be waived when approved. 18 3.Used to establish baseline for comparison to production results.May be waived when approved. 19 20 8. Warm Mix Asphalt(WMA.) "* 21 a. WMA is defined as additives or processes that allow a reduction in the 22 temperature at which asphalt mixtures are produced and placed. 23 b. WMA is allowed for use at the CONTRACTOR's option unless otherwise y- 24 shown on the plans. 25 c. Produce an asphalt mixture within the temperature range of 215 degrees F and 26 275 degrees F. CITY OF FORT WORTH 2014 CIP YEAR 2-CONTRACT 3,UNIT 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02433 Revised July 1,2011 32 12 16-12 ASPHALT PAVING Page 12 of 23 d. When WMA is not required as shown on plans,produce an asphalt mixture within the temperature range of 215 degrees F and 275 degrees 4 2.3 ACCESSORIES [NOT USED] w# 2.4 SOURCE QUALITY CONTROL [NOT USED] 6 PART 3- EXECUTION 17 3.1 INSTALLERS [NOT USED] 8 3.2 EXAMINATION [NOT USED] 9 33 PREPARATION 10 A. Hauling Operations I 1 1. Before use,clean all truck beds to ensure mixture is not contaminated. 12 2. When a release agent is necessary to coat truck beds,use a release agent approved 13 by the City. 14 3. Petroleum based products,such as diesel fuel,should not be used. 15 4. If wind,rain,temperature or haul distance impacts cooling,insulate truck beds or 16 cover the truck bed with tarpaulin. 17 5. if haul time in project is to be greater than 30 minutes, insulate truck beds or cover 18 the truck bed with tarpaulin. 19 3.4 INSTALLATION 20 A. Equipment. 21 1. General: 22 a. Provide required or necessary equipment to produce,haul, place,compact,and 23 core asphalt concrete pavement. 24 b. Ensure weighing and measuring equipment complies with specification. 25 c. Synchronize equipment to produce a mixture meeting the required proportions. 26 2. Production Equipment: 27 a. Provide: 28 1) drum-mix type,weigh-batch,or modified weigh-batch mixing plants that 29 ensure a uniform,continuous production; 30 2) automatic proportioning and measuring devices with interlock cut-off 31 circuits that stop operations if the control system malfunctions; 32 3) visible readouts indicating the weight or volume of asphalt and aggregate 33 proportions; 34 4) safe and accurate means to take required samples by inspection forces; 35 5) permanent means to check the output of metering devices and to perform 36 calibration and weight checks; �- 37 6) additive-feed systems to ensure a uniform,continuous material flow in the 38 desired proportion. 39 3. Weighing and Measuring Equipment. 40 a. General. CITY OF FORT WORTH 2014 CIP YEAR 2-CONTRACT 3,UNIT 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02433 Revised July 1,2011 op 32 12 16-13 ASPHALT PAVING an Page 13 of 23 1 1) Provide weighing and measuring equipment for materials measured or 2 proportioned by weight or volume. 3 2) Provide certified scales, scale installations,and measuring equipment 4 meeting the requirements ofN1ST Handbook 44, except that the required 5 accuracy must be 0.4 percent of the material being weighed or measured. 6 3) Furnish leak-free weighing containers large enough to hold a complete 7 batch of the material being measured. 8 b. Truck Scales. 9 1) Furnish platform truck scales capable of weighing the entire truck or truck- 10 trailer combination in a single draft. 11 c. Aggregate Batching Scales. 12 1) Equip scales used for weighing aggregate with a quick adjustment at zero 13 that provides for any change in tare. 14 2) Provide a visual means that indicates the required weight for each 15 aggregate. 16 d. Suspended Hopper. 17 1) Provide a means for the addition or the removal of small amounts of 18 material to adjust the quantity to the exact weight per batch. 19 2) Ensure the scale equipment is level. 20 e. Belt Scales. 21 1) Use belt scales for proportioning aggregate that are accurate to within 1.0 22 percent based on the average of 3 test runs,where no individual test run 23 exceeds 2.0 percent when checked in accordance with Tex-920-K. 24 f. Asphalt Material Meter. 25 1) Provide an asphalt material meter with an automatic digital display of the 26 volume or weight of asphalt material. 27 2) Verify the accuracy of the meter in accordance with Tex-921-K. 28 3) When using the asphalt meter for payment purposes,ensure the accuracy of 29 the meter is within 0.4 percent. 30 4) When used to measure component materials only and not for payment, 31 ensure the accuracy of the meter is within 1.0 percent. 32 g. Liquid Asphalt Additive Meters. 33 1) Provide a means to check the accuracy of meter output for asphalt primer, 34 Fluxing material, and liquid additives. 35 2) Furnish a meter that reads in increments of 0.1 gallon or less. 36 3) Verify accuracy of the meter in accordance with Tex-923-K. 37 4) Ensure the accuracy of the meter within 5.0 percent. 38 4. Drum-Mix Plants. Provide a mixing plant that complies with the requirements 39 below. 40 a. Aggregate Feed System. 41 1) Provide: 42 a) a minimum of 1 cold aggregate bin for each stockpile of individual 43 materials used to produce the mix; 44 b) bins designed to prevent overflow of material; 45 c) scalping screens or other approved methods to remove any oversized 46 material,roots, or other objectionable materials; 47 d) a feed system to ensure a uniform,continuous material flow in the 48 desired proportion to the dryer; 49 e) an integrated means for moisture compensation; CITY OF FORT WORTH 2014 CIP YEAR 2-CONTRACT 3.UNIT 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02433 Revised July 1,2011 ift 321216-14 ASPHALT PAVING Page 14 of 23 "` 1 f) belt scales,weigh box,or other approved devices to.measure the weight 2 of the combined aggregate;and 3 g) cold aggregate bin flow indicators that automatically signal interrupted 4 material flow. 5 b. Reclaimed Asphalt Pavement(RAP)Feed System. 6 1) Provide a separate system to weigh and feed RAP into the hot mix plant. 7 c. Mineral Filler Feed System. 8 1) Provide a closed system for mineral filler that maintains a constant supply 9 with minimal loss of material through the exhaust system. 10 2) Interlock the measuring device into the automatic plant controls to I 1 automatically adjust the supply of mineral filler to plant production and 12 provide a consistent percentage to the mixture. -� 13 d. Heating,Drying,and Mixing Systems. 14 1) Provide: 15 a) a dryer or mixing system to agitate the aggregate during heating; 16 b) a heating system that controls the temperature during production to 17 prevent aggregate and asphalt binder damage; 18 c) a heatingsystem that completely burns fuel and leaves no residue;and 19 d) a recording thermometer that continuously measures and records the 20 mixture discharge temperature. 21 e) Dust collection system to collect excess dust escaping from the drum. 22 e. Asphalt Binder Equipment. 23 1) Supply equipment to heat binder to the required temperature. 24 2) Equip the heating apparatus with a continuously recording thermometer 25 located at the highest temperature point. 26 3) Produce a 24 hour chart of the recorded temperature. 27 4) Place a device with automatic temperature compensation that accurately 28 meters the binder in the line leading to the mixer. 29 5) Furnish a sampling port on the line between the storage tank and mixer. 30 Supply an additional sampling port between any additive blending device 31 and mixer. 32 f. Mixture Storage and Discharge. •4 33 1) Provide a surge-storage system to minimize interruptions during operations 34 unless otherwise approved. 35 2) Furnish a gob hopper or other device to minimize segregation in the bin. M' 36 3) Provide an automated system that weighs the mixture upon discharge and 37 produces a ticket showing: 38 a) date, 'MR 39 b) project identification number, 40 c) plant identification, 41 d) mix identification, 42 e) vehicle identification, 43 f) total weight of the load, 44 g) tare weight of the vehicle, _ 45 h) weight of mixture in each load,and 46 i) load number or sequential ticket number for the day. 47 g. Truck Scales. 48 1) Provide standard platform scales at an approved location. CITY OF FORT WORTH 2014 C1P YEAR 2-CONTRACT 3,UNIT 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02433 Revised July 1,2011 32 12 16-15 ASPHALT PAVING Page 15 of 23 1 5. Weigh-Batch Plants.Provide a mixing plant that complies with Section 2.2.B.4 2 "Drum-Mix Plants,"except as required below. 3 a. Screening and Proportioning. 4 1) Provide enough hot bins to separate the aggregate and to control 5 proportioning of the mixture type specified. 6 a) Supply bins that discard excessive and oversized material through 7 overflow chutes. 8 b) Provide safe access for inspectors to obtain samples from the hot bins. 9 b. Aggregate Weigh Box and Batching Scales. 10 1) Provide a weigh box and batching scales to hold and weigh a complete 11 batch of aggregate. 12 2) Provide an automatic proportioning system with low bin indicators that 13 automatically stop when material level in any bin is not sufficient to 14 complete the batch. 15 c. Asphalt Binder Measuring System. 16 1) Provide bucket and scales of sufficient capacity to hold and weigh binder 17 for 1 batch. 18 d. Mixer. 19 1) Equipment mixers with an adjustable automatic timer that controls the dry 20 and wet mixing period and locks the discharge doors for the required 21 mixing period. 22 2) Furnish a pug mill with a mixing chamber large enough to prevent spillage. 23 6. Modified Weigh-Batch Plants.Provide a mixing plant that complies with Section 24 2.2.13.5."Weigh-Batch Plants,"except as specifically described below. 25 a. Aggregate Feeds. 26 1) Aggregate control is required at the cold feeds. Hot bin screens are not 27 required. 28 b. Surge Bins. 29 1) Provide 1 or more bins large enough to produce l complete batch of 30 mixture. 31 c. Hauling Equipment. 32 1) Provide trucks with enclosed sides to prevent asphalt mixture loss. 33 2) Cover each load of mixture with waterproof tarpaulins. 34 3) Before use,clean all truck beds to ensure the mixture is not contaminated. i 35 4) When necessary,coat the inside truck beds with an approved release agent 36 from the City. 37 d. Placement and Compaction Equipment. 38 1) Provide equipment that does not damage underlying pavement. 39 2) Comply with laws and regulations concerning overweight vehicles. 40 3) When permitted, other equipment that will consistently produce satisfactory 41 results may be used. 42 7. Asphalt Paver. 43 a. General: 44 1) Furnish a paver that will produce a finished surface that meets longitudinal 45 and transverse profile,typical section,and placement requirements. 46 2) Ensure the paver does not support the weight of any portion of hauling 47 equipment other than the connection. 48 3) Provide loading equipment that does not transmit vibrations or other 49 motions to the paver that adversely affect the finished pavement quality. CITY OF TORT WORTH 2014 CIP YEAR 2-CONTRACT 3,LNIT 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02433 Revised July 1,2011 04 321216-16 ASPHALT PAVING Page 16 of 23 1 4) Equip the paver with an automatic,dual, longitudinal-grade control system 2 and an automatic,transverse-grade control system. 3 b. Tractor Unit. 4 1) Supply a tractor unit that can push or propel vehicles,dumping directly into 5 the finishing machine to obtain the desired lines and grades to eliminate any 6 hand finishing. 7 2) Equip the unit with a hitch sufficient to maintain contact between the 8 hauling equipment's rear wheels and the finishing machine's pusher rollers 9 while mixture is unloaded. 10 c. Screed. 11 1) Provide a heated compacting screed that will produce a finished surface 12 that meets longitudinal.and.transverse profile,typical section, and 13 placement requirements. 14 2) Screed extensions must provide the same compacting action and heating as 15 the main unit unless otherwise approved. 16 d. Grade.Reference. 17 1) Provide a grade reference with enough support that the maximum 18 deflection does not exceed 1/16 inch between supports. 19 2) Ensure that the longitudinal controls can operate from any longitudinal 20 grade reference including d string line,ski, mobile string line, or matching 21 shoes. 22 3) Furnish paver skis or mobile string line at least 40 feet long unless 23 otherwise approved. 24 8. Material Transfer Devices. 25 a. Provide the specified type of device when shown on the plans. 26 b. Ensure the devices provides a continuous, uniform mixture flow to the asphalt 27 paver. 28 c. When used,provide windrow pick-up equipment constructed to pick up �► 29 substantially all roadway mixture placed in the windrow. 30 9. Remixing Equipment. 31 a. When required, provide equipment that includes a pug mill,variable pitch 32 augers,or variable diameter augers operating under a storage unit with a 33 minimum capacity of 8 tons. 34 10. Motor Grader. 35 a. When allowed,provide a self-propelled grader with a blade length of at least 12 36 feet and a wheelbase of at least 1.6 feet. 37 11. Handheld Infrared Thermometer. -M 38 a. Provide a handheld infrared thermometer meeting the requirements of 39 Tex-244-F. 40 12. Rollers. 41 a. The CONTRACTOR may use any type of roller to meet the production rates 42 and quality requirements of the Contract unless otherwise shown on the plans 43 or directed. 44 b. When specific types of equipment are required, use equipment that meets the 45 specified requirements. 46 c. Alternate Equipment. 47 1) Instead of the specified equipment, the CONTRACTOR may,as approved, 48 operate other compaction equipment that produces equivalent results. CITY OF FORT WORTH 2014 CIP YEAR 2-CONTRACT 3,UNIT 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02433 Revised July 1,2011 32 12 16-17 ASPHALT PAVING Page 17 of 23 1 2) Discontinue the use of the alternate equipment and furnish the specified 2 equipment if the desired results are not achieved. 3 d. City may require CONTRACTOR to substitute equipment if production rate 4 and quality requirements of the Contract are not met. 5 13. Straightedges and Templates.Furnish 10 foot straightedges and other templates as 6 required or approved. 7 14. Distributor vehicles. 8 a. Furnish vehicle that can achieve a uniform tack coat placement. 9 b. The nozzle patterns,spray bar height and distribution pressure must work 10 together to produce uniform application. I 1 c. The vehicle should be set to provide a"double lap"or"triple lap"coverage. 12 d. Nozzle spray patterns should be identical to one another along the distributor 13 spray bar. 14 e. Spray bar height should remain constant. 15 f. Pressure within the distributor must be capable of forcing the tack coat material 16 out of spray nozzles at a constant rate. 17 15. Coring Equipment. 18 a. When coring is required,provide equipment suitable to obtain a pavement 19 specimen meeting the dimensions for testing. 20 B. Construction. 21 1. Design, produce, store,transport, place,and compact the specified paving mixture 22 in accordance with the requirements of this Section. 23 2. Unless otherwise shown on the plans,provide the mix design. 24 3. The City will perform quality assurance(QA)testing. 25 4. Provide quality control (QC)testing as needed to meet the requirements of this 26 Section. 27 C. Production Operations. 28 1. General. 29 a. The City may suspend production for noncompliance with this Section. 30 b. Take corrective action and obtain approval to proceed after any production 31 suspension for noncompliance. 32 2. Operational Tolerances. 33 a. Stop production if testing indicates tolerances are exceeded on: 34 1) 3 consecutive tests on any individual sieve, PL 35 2) 4 consecutive tests on any of the sieves,or 36 3) 2 consecutive tests on asphalt content. 37 b. Begin production only when test results or other information indicate,to the 38 satisfaction of the City,that the next mixture produced will be within Table 9 39 tolerances. 40 3. Storage and Heating of Materials. 41 a. Do not heat the asphalt binder above the temperatures specified in Section 42 2.2.A. or outside the manufacturer's recommended values. 43 b. On a daily basis, provide the City with the records of asphalt binder and hot- 11 44 mix asphalt discharge temperatures in accordance with Table 10. 45 c. Unless otherwise approved,do not store mixtures for a period long enough to 46 affect the quality of the mixture,nor in any case longer than 12 hours. w CITY OF FORT WORTH 2014 CIP YEAR 2-CONTRACT 3,UNIT 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02433 Revised July 1,2011 l� 32 12 16-18 ASPHALT PAVING Page 18 of 23 1 4. Mixing and Discharge of Materials. 2 a. Notify the City of the target discharge temperature and produce the mixture 3 within 25 degrees F of the target. 4 b. Monitor the temperature of the material in the truck before shipping to ensure 5 that it does not exceed 350 degrees F.The,City will not pay for or allow 6 placement of any mixture produced at more than 350 degrees F. - 7 c. Control the mixing time and temperature so that substantially all moisture is 8 removed from the mixture before discharging from the plant. Mo 9 D. Placement Operations. 10 1. Place the mixture to meet the typical section requirements and produce a smooth, 11 finished surface or base course with a uniform.appearance and texture. 12 2. Offset longitudinal joints of successive courses of hot mix by at least 6 inches. 13 3. Place mixture so longitudinal joints on the surface course coincide with lane Lines, 14 or as directed.Ensure that all finished surfaces will drain properly. 15 4. When End Dump Trucks are used,,ensure the bed does not contact the paver when 16 raised. 17 5. Placement can be performed by hand in situations where the paver cannot place it 18 adequately due to space restrictions.. 19 6. Hand-placing should be minimized to prevent aggregate segregation and surface 20 texture issues. 21 7. All hand placement shall be checked with a straightedge or template before roiling 22 to ensure uniformity. 23 8. Place mixture within the compacted lift thickness shown in Table 9, unless 24 otherwise shown on the plans or allowed. 25 Table 9 26 Com acted Lift Thickness and Required Core Height Compacted Lift Thickness Mixture Type Minimum Maximum in. in. B 2.00 3.00 C 2.00 2.50 D 1 1.50 2.00 27 28 9. Tack Coat. 29 a. Clean the surface before placing the tack coat.Unless otherwise approved, 30 apply tack coat uniformly at the rate directed by the City. 31 b. The City will set the rate between 0.04 and 0.10 gallons of residual asphalt per 32 square yard of surface area. 33 c. Apply a thin, uniform tack coat to all contact surfaces of curbs,structures,and 34 all joints. 35 d. Prevent splattering of tack coat when placed adjacent to curb,gutter,metal 36 beam guard fence and structures. 37 e. Roll the tack coat with a pneumatic-tire roller when directed. 38 f. The City may use Tex-243-F to verify that the tack coat has adequate adhesive 39 properties. 40 g. The City may suspend paving operations until there is adequate adhesion. vim CITY OF FORT WORTH 2014 CIP YEAR 2-CONTRACT 3.UNIT 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02433 Revised July 1;2011 3212 16-19 ASPHALT PAVING Page 19 of 23 1 h. The tack coat should be placed with enough time to break or set before 2 applying hot mix asphalt layers. 3 i. Traffic should not be allowed on tack coats. 4 j. When a tacked road surface must be opened to traffic,they should be covered 5 with sand to provide friction and prevent pick-up. 6 k. A typical rate for applying a sand cover is 4 to 8 lbs/square yard. 7 10. General placement requirements. 8 a. Material should be delivered to maintain a relatively constant head of material 9 in front of the screed. 10 b. The hopper should never be allowed to empty during paving. 11 c. Dumping wings between trucks not allowed.Dispose of at end of day's 12 production. 13 E. Lay-Down Operations. 14 1. Minimum Mixture Placement Temperatures.Use Table 10 for minimum mixture 15 placement temperatures. 16 2. Windrow Operations. When hot mix is placed in windrows,operate windrow 17 pickup equipment so that substantially all the mixture deposited on the roadbed is 18 picked up and loaded into the paver. 19 Table 10 20 Suggested Minimum Mixture Placement Temperature High-Temperature Minimum Placement Binder Grade Temperature fore Entering Paver PG 64 or lower 260°F PG 70 2707 PG 76 280°F PG 82 or higher 290°F 21 F. Compaction. 22 1. Use air void control unless ordinary compaction control is specified on the plans. 23 2. Avoid displacement of the mixture.If displacement occurs,correct to the 24 satisfaction of the City. 25 3. Ensure pavement is fully compacted before allowing rollers to stand on the 26 pavement. 27 4. Unless otherwise directed, use only water or an approved release agent on rollers, 28 tamps, and other compaction equipment, 29 5. Keep diesel, gasoline, oil,grease,and other foreign matter off the mixture, 30 6. Unless otherwise directed,operate vibratory rollers in static mode when not 31 compacting,when changing directions,or when the plan depth of the pavement mat 32 is less than 1-1/2 inches. 33 7. Use tamps to thoroughly compact the edges of the pavement along curbs, headers, 34 and similar structures and in locations that will not allow thorough compaction with 35 the rollers. ins 36 8. The City may require rolling with a trench roller on widened areas, in trenches, and 37 in other limited areas. CrrY OF FORT WORTH 2014 CIP YEAR 2-CONTRACT 3,UNIT 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02433 Revised July 1,2011 3212 16-20 ASPHALT PAVING Pave 20 of 23 1 9. Allow the compacted pavement to cool to 160 degrees F or lower before opening to 2 traffic unless otherwise directed- 3 10. When directed,sprinkle the finished mat with water or limewater to expedite 4 opening the roadway to traffic. 5 11. Air Void Control. 6 a. General. 7 1) Compact dense-graded hot-mix asphalt to contain from 5 percent to 9 8 percent in:place air voids. 9 2) Do not increase the asphalt content of the mixture to reduce pavement air 10 voids. 11 b. Rollers. 12 1) Furnish the type,size,and number of rollers required for compaction,as 13 approved. 14 2) Use a pneumatic-tire roller to seal the surface,unless otherwise shown on 15 the plans. 16 3) Use additional rollers as required to remove any roller marks. 17 c. Air Void Determination. 1.8 l) Unless otherwise shown on the plans,obtain 2 roadway specimens at each 19 location selected by the City for in-place air void determination. 20 2) The City will measure air voids in accordance with Tex-207-F and 21 Tex-227-F. 22 3) Before drying to a constant weight,cores may be predried using a Corelok 23 or similar vacuum device to remove,excess moisture. 24 4) The City will use the average air void content,of the 2 cores to calculate the 25 in-place air voids at the selected location. 26 d. Air Voids Out of Range. 27 1) If the in-place air void content in the compacted mixture is below 5 percent 28 or greater than 9 percent,change the production and placement operations 29 to bring the in-place air void content within requirements. 30 e. Test Section. 31 1) Construct a test section of I lane-width and at most 0.2 mi. in length to 32 demonstrate that compaction to between 5 percent and 9 percent in-place 33 air voids can be obtained. 34 2) Continue this procedure until a test section with 5 percent to 9 percent in- 35 place air voids can be produced. 36 3) The City will allow only 2 test sections per day. 37 4) When a test section producing satisfactory in-place air void content is 38 placed, resume full production. 39 12. Ordinary Compaction Control. 40 a. Furnish the type, size,and number of rollers required for compaction,as 41 approved. Furnish at least I medium pneumatic-tire roller(minimum 12-ton 42 weight). 43 b. Use the control strip method given in Tex-207-F, Part IV,to establish rolling 44 patterns that achieve maximum compaction. 45 c. Follow the selected rolling pattern unless changes that affect compaction occur 46 in the mixture or placement conditions. 47 d. When such changes occur,establish a new rolling pattern. 48 e. Compact the pavement to meet the requirements of the plans and specifications. CITY OF FORT WORTH 2014 C1P YEAR 2-CONTRACT 3,UNIT 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02433 Revised July 1,2011 32 12 16-21 ASPHALT PAVING Page 21 of 23 1 f. When rolling with the 3-wheel,tandem or vibratory rollers, start by first rolling 2 the joint with the adjacent pavement and then continue by rolling longitudinally 3 at the sides. 4 g. Proceed toward the center of the pavement,overlapping on successive trips by 5 at least 1 f1:., unless otherwise directed. 6 h. Make alternate trips of the roller slightly different in length. 7 i. On super elevated curves, begin rolling at the low side and progress toward the 8 high side unless otherwise directed. 9 G. Irregularities. 10 1. Identify and correct irregularities including but not limited to segregation,rutting, I 1 raveling, flushing,fat spots,mat slippage, irregular color, irregular texture, roller 12 marks, tears, gouges, streaks, uncoated aggregate particles,or broken aggregate 13 particles. 14 2. The City may also identify irregularities,and in such cases,the City shall promptly 15 notify the CONTRACTOR. 16 3. If the City determines that the irregularity will adversely affect pavement 17 performance,the City may require the CONTRACTOR to remove and replace(at 18 the CONTRACTOR'S expense)areas of the pavement that contain the 19 irregularities and areas where the mixture does not bond to the existing pavement. 20 4. If irregularities are detected,the City may require the CONTRACTOR to 21 immediately suspend operations or may allow the CONTRACTOR to continue 22 operations for no more than 1 day while the CONTRACTOR is taking appropriate 23 corrective action. 24 5. The City may suspend production or placement operations until the problem is 25 corrected. 26 6. At the expense of the CONTRACTOR and to the satisfaction of the City.remove 27 and replace any mixture that does not bond to the existing pavement or that has 28 other surface irregularities identified above. 29 3.5 REPAIR 30 A. See Section 32 01 17. 31 3.6 QUALITY CONTROL 32 A. Production Testing 33 1. Perform production tests to verify asphalt paving meets the performance standard 34 required in the plans and specifications. 35 2. City to measure density of asphalt paving with nuclear gauge. 36 3. City to core asphalt paving from the normal thickness of section once acceptable 37 density achieved. City identifies location of cores. 38 a. Minimum core diameter: 4 inches 39 b. Minimum spacing:200 feet 40 c. Minimum of one core every block 41 d. Alternate lanes between core 42 4. City to use cores to determine pavement thickness and calculate theoretical density. 43 a. City to perform theoretical density test a minimum of one per day per street. 44 B. Density Test CITY OF FORT WORTH 2014 CIP YEAR 2-CONTRACT 3,UNIT 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02433 Revised July 1,2011 321216-22 ASPHALT PAVING Page 22 of 23 1 1. The average measured density of asphalt paving must meet specified density. 2 2. Average of measurements per street not meeting the minimum specified strength 3 shall be subject to the money penalties or removal and replacement at the 4 CONTRACTOR'S expense as show in Table 11. 5 6 �r 7 8 Table 11 9 Density Payment Schedule Percent Rice Percent of Contract Price Allowed 89 and lower remove and replace at the entire cost and expense of CONTRACTOR as directed by OWNER. i4 90 75-percent 91-93 100-percent 94 90-percent 95 75-percent Over 95 remove and replace at the entire cost and expense of CONTRACTOR as directed by OWNER. 10 ._ 11 3. The amount of penalty shall be deducted from payment due to CONTRACTOR. 12 4. These requirements are in addition to the requirements of Section 1.2 Measurement 13 and Payment. 14 C. Pavement Thickness Test. 15 1. City measure each core thickness by averaging at least three measurements. 16 2. The number of tests and location shall be at the discretion of the City,unless 17 otherwise specified in the special provisions or on the plans. 18 3. In the event a deficiency in the thickness of pavement is revealed during production 19 testing,subsequent tests necessary to isolate the deficiency shall be at the 20 CONTRACTOR'S expense. 21 4. The cost for additional coring test shall be at the same rate charged by commercial 22 laboratories. 23 5. Where the average thickness of pavement in the area found to be deficient, payment 24 shall be made at an adjusted price as specified in Table 12. 25 26 Table 12 27 Thickness Deficieney Penalties Deficiency in Thickness Proportional Part Determined b y Cores Of Contract Price Greater Than 0 percent-Not More than 10 percent 90 percent Greater Than 10 percent-Not More than 15 percent 80 percent remove and replace at the entire cost and .., Greater Than 15 percent expense of CONTRACTOR as directed by OWNER. j 28 CITY OF FORT WORTH 2014 CIP YEAR 2-CONTRACT 3,UNIT 3 STANDARD CONSTRUCTION SPECIFICATION tX)C(JMTdNTS 02433 Revised July 1,2011 mm to 32 12 16-23 ASPHALT PAVING i` Page 23 of 23 1 6. 1f, in the judgment of the City,the area of such deficiency warrants removal;the 2 area shall be removed and replaced,at the CONTRACTOR'S entire expense,with 3 asphalt paving of the thickness shown on the plans. 4 7. No additional payment over the contract unit price shall be made for any pavement 5 of a thickness exceeding that required by the plans. 6 3.7 FIELD QUALITY CONTROL [NOT USED] 7 3.8 SYSTEM STARTUP [NOT USED] 8 3.9 ADJUSTING [NOT USED] 9 3.10 CLEANING [NOT USED] 10 311 CLOSEOUT ACTIVITIES [NOT USED] .r 11 3.12 PROTECTION [NOT USED] 12 3.13 MAINTENANCE [NOT USED] 13 3.14 ATTACHMENTS [NOT USED] 14 END OF SECTION 15 Revision Log DATE NAME SUMMARY OF CHANGE 16 Ipm on am ow FM CITY OF FORT WORTH 2014 CIP YEAR 2-CONTRACT 3,UNff 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02433 Revised July 1,2011 321273-1 ASPHALT'PAVING CRACK SEALANTS Page I of 5 1 SECTION 3212 73 2 ASPHALT PAVING CRACK SEALANTS 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes 6 1. Sealing transverse and longitudinal cracks no larger than.1-1/2 inches in asphalt 7 paving. 8 B. Standard Detail 9 1. Typical Street Construction Details 10 C. Deviations from City of Fort Worth Standards 11 1. None 12 D. 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 32 12 16-Asphalt Paving 16 1.2 PRICE AND PAYMENT PROCEDURES 17 A. Measurement and Payment 18 1. Measurement: measure by the gallon placed. 19 2. Payment: contract unit price bid for the work performed and all materials 20 furnished. 21 1.3 REFERENCES 22 A. Reference Standards 23 1. American Society for Testing and Materials(AST.M): 24 a. D6690-07, Standard Specification for Joint and Crack Sealants, Hot Applied, 25 for Concrete and Asphalt Pavements. 26 b. D5329-09, Standard Test.Methods for Sealants and Fillers,Hot-Applied, for 27 Joints and Cracks in Asphaltic and.Portland Cement Concrete Pavements. 28 c. D2196-05, Method A, Standard Test Methods for Rheological Properties of 29 Non-Newtonian Materials by Rotational(Brookfield type)Viscometer. 30 d. D217-02, Standard Test Methods for Cone Penetration of Lubricating Grease. 31 2. American.Association of State highway and Transportation Officials 32 a. T 48,Flash and Fire Points by Cleveland Open Cup. 33 b. T 49,Standard Method of Test for Penetration of Bituminous Materials. 34 c. T 51,Ductility of Bituminous Materials. 35 d. T 53, Point of Bitumen (Ring-and-Ball Apparatus). 36 e. T 59, Standard Method of Test for Emulsified Asphalt. 37 3. Texas Department of Transportation 38 a. Item 300: "Asphalt, Oils and Emulsions". CITY OF FORT WORTH 2014 CIP YEAR 2—CONTRACT 3.UNIT 3 STANDARD CONSTRUCTION CPN 02433 SPF,CTFICATTON DOCUMENTS Revised July 1,2011 321273-2 ASPHALT PAVING CRACK SEALANTS Page 2 of 5 "r I b. Tex-543-C,Evaporative Recovery of Residue for Emulsified Crack Sealant. 2 c. Tex-544-C,Rubber Content for Rubber-Asphalt Crack Sealant. 3 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 4 1.5 ACTION SUBMITTALS [NOT USED] 5 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 6 A. Test and Evaluation Reports 7 I. Prior to installation,CONTRACTOR shall furnish the City certification by an 8 independent testing laboratory that the crack sealant from each lot of sealant to be 9 used,meets the requirements of this Section. 10 2. The manufacturer of the crack sealant shall have a minimum two-year 11 demonstrated, documented successful field performance with asphalt and concrete 12 pavement crack sealant systems. Verifiable documentation shall be submitted to 13 the City. 14 1.7 CLOSEOUT SUBMITTALS(NOT USED] 15 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 16 1.9 QUALITY ASSURANCE [NOT USED) 17 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 18 1.11 FIELD CONDITIONS 19 A. Weather Conditions 20 1. Place mixture according to manufacturer specifications. 21 2. Unless otherwise shown on the plans, place mixtures only when weather conditions 22 and moisture conditions of the roadway surface are suitable in the opinion of the 23 City. 24 1.12 WARRANTY [NOT USED] 25 PART 2- PRODUCTS dn 26 2.1 OWNER-FURNISHED PRODUCTS [NOT USED] 27 2.2 MATERIALS & EQUIPMENT MW 28 A. Materials 29 1. Use materials approved by the City. 30 2. Furnish materials unless otherwise shown on the plans in accordance with ASTM D 31 6690-07 and ASTM D 5329-09 and Tables 1 and 2. 32 a. Polymer modified asphalt-emulsion crack sealer must meet the requirements of 33 Table 1. CITY OF FORT WORTH 2014 CIP YEAR 2—CONTRACT 3,UNIT 3 STANDARD CONSTRUCTION CPN 02433 SPECIFICATION DOCUMENTS Revised July 1,2011 No 321273-3 ASPHALT PAVING CRACK SEALANTS Page 3 of 5 1 Table 1 2 Polymer-Modified Asphalt Emulsion Crack Sealer Property Test Min Max Procedure Rotational viscosity, 77 degrees F,cP D 2196' 10,000 25,000 Method A Sieve test, percent T 59 — 0.1 Storage stability, 1 day, percent T 59 — 1 Evaporation Tex-543-C Residue by evaporation,percent 65 — by wt. Tests on residue from evaporation: Penetration, 77 degrees F, 100 g, T 49 35 75 5 sec. Softening point, degrees F T 53 140 — Ductility,39.2 degrees F, T 51 100 — 5 cm/min.,cm 3 4 b. Rubber-asphalt crack sealer must meet the requirements of Table 2. 5 Table 2 6 Rubber-As halt Crack Sealer Property Test Class A Class B Procedure Min Max Min Max CRM content, Grade A or B,percent Tex-544-C 22 26 — — by wt. CRM content, Grade B, percent by Tex-544-C — — 13 17 wt. Virgin rubber content', percent by — 2 2 — E ,,. Flash Point ,COC,degrees F T48 400 — 400 — Penetration3, 77 degrees F, 150 g, 5 sec. T 49 30 50 30 50 O, Penetration', 32 degrees F,200 g, 60 sec. T 49 12 — 12 — Softening point,°F T 53 — — 170 on Bonds D5329 — Pass 1.Provide certification that the min.percent virgin rubber was added. 2.Before passing the test flame over the cup,agitate the sealing compound with a 3/8-to 1/2-inch(9.5-to 12.7-mm)wide,square-end metal spatula in a manner so as to bring the material on the bottom of the cup to dw� the surface,i.e.,turn the material over.Start at one side of the thermometer,move around to the other,and then return to the starting point using 8 to 10 rapid circular strokes.Accomplish agitation in 3 to 4 sec.Pass the test flame over the cup immediately after stirring is completed. 3. Exception to T 49:Substitute the cone specified in ASTM D 217 for the penetration needle. 00 4.No crack in the crack sealing materials or break in the bond between the sealer and the mortar blocks over 1/4 in.deep for any specimen after completion of the test. 7 B. Equipment FF 8 1. Provide all necessary equipment and keep equipment in a satisfactory working 9 condition. CITY OF TORT WORTH 2014 CIP YEAR 2—CONTRACT 3,UNIT 3 STANDA RD CONSTRUCTION CPN 02433 SPECIFICATION DOCUMENTS Revised July 1,201 t 321273-4 ASPHALT PAVING CRACK SEALANTS Page 4 of 5 1 2. The minimum requirements for construction equipment shall be as follows: 2 a. Double-boiler/agitator-type kettle.Used to heat and install the hot-applied crack 3 sealant. 4 b. Hose. Transfer the sealant from the kettle to the crack by means of a direct- 5 connected pressure-type extruding device(hose)with a nozzle that will insert in 6 the crack. 7 1) The equipment should allow recirculation into the inner kettle when sealing 8 is not performed. 9 c. Thermometers.Thermometers should be positioned on the equipment to ensure 10 application temperatures are being met. 11 d. Handtools. Due to the nature of cracks,handtools are required to insert the 12 sealant material in cracks that are deeper than 3/4 inch. 13 1) These tools should not twist,cut,or damage the sealant material. 14 e. Air compressor. Consists of an air oompressor,hoses,and a venturi-type 15 nozzle with an opening not exceed 1/4 inch. 16 1) The air compressor should be equipped with traps that will keep the 17 compressed air free of oil and moisture. 18 23 ACCESSORIES [NOT USED] 19 2.4 SOURCE QUALITY CONTROL[NOT USED] 20 PART 3- EXECUTION 21 3.1 INSTALLERS [NOT USED] 22 3.2 EXAMINATION [NOT USED] 23 33 PREPARATION 24 A. Surface Preparation 25 1. Singular cracks will be thoroughly cleaned of all debris and foreign material with 26 an industrial air compressor. 27 2. The pavement shall be free of moisture. 28 3.4 INSTALLATION 29 A. Exercise caution to prevent additional damage to the pavement surface. 30 B. Crack Sealant do 31 1. The crack should be sealed from the bottom to the top to minimize bubbling due to 32 entrapped air. 33 2. The sealant should be recessed approximately 1/8 to 1/4 inch below the pavement 34 surface to prevent tracking. 35 3. A squeegee may be used to remove excess sealant from the pavement surface when 36 a crack is overfilled. CITY OF FORT WORTH 2014 CIP YEAR 2—CONTRACT 3,UNIT 3 STANDARD CONSTRUCTION CPN 02433 SPECIFICATION DOCUMENTS Revised Juiv 1.2011 321273-5 ASPHALT PAVING CRACK SEALANTS Page 5 of 5 I 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] 1 I END OF SECTION 12 Revision Log DATE NAME SUMMARY OF CHANGE 13 O 1p CITY OF FORT WORTI-I 2014 CIP YEAR 2—CONTRACT 3,UNIT 3 STANDARD CONSTRUCTION CPN 02433 SPECIFICATION D(X;UMENTS Revised July I,2011 1� 321320-1 CONCRETE SIDEWALKS,DRIVEWAYS AND FARRIER FREE RAMPS Page I of 5 n. 1 SECTION 32 13 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 L 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 I -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 2. Concrete Driveway 33 a. Measurement 34 1) Measurement for this Item shall be by the square foot of completed and 35 accepted Concrete Driveway in its final position for various: 36 a) Thicknesses 37 b) Types 38 2) Dimensions will be taken from the back of the projected curb, including the .f 39 area of the curb radii and will extend to the limits specified in the 40 Drawings. 41 3) Sidewalk portion of drive will be included in driveway measurement. 42 4) Curb on drive will be included in the driveway measurement. CITY OF FORT WOR'T'H 2014 CIP YEAR 2—CONTRACT 3,UNIT 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02433 �" Revised April 30,2013 321320-2 CONCRETE SIDEWALKS,DRIVEWAYS AND BARRIER FREE RAMPS Page 2 of 5 " 1 b. Payment 2 1) The work performed and materials furnished in accordance with this Item 3 and measured as provided under"Measurement"will be paid for at the unit 4 price bid per square foot of Concrete Driveway. 5 c. The price bid shal l include: 6 1) Excavating and preparing the subgrade 7 2) Furnishing and placing all materials 8 3. Barrier Free Ramps 9 a. Measurement 10 1) Measurement for this Item shall be per each Barrier Free Ramp completed 1 I and accepted for various: 12 a) Types 13 b. Payment 14 1) The work performed and materials furnished in accordance with this Item 15 and measured as provided under"Measurernenf'will be paid for at the unit 16 price bid per each"Barrier Free Ramp"installed. 17 c. The price bid shall include: 18 1.) Excavating and preparing the subgrade 19 2) Furnishing and placing all materials 20 3) Curb Ramp 21 4) Landing and detectable warning surface as shown on the Drawings # 22 5) Adjacent flares or side curb 23 1.3 REFERENCES 24 A. Abbreviations and Acronyms 25 1. TAS—Texas Accessibility Standards 26 2. TDLR—Texas Department of Licensing and Regulation 27 B. Reference Standards 28 1. Reference standards cited in this Specification refer to the current reference 29 standard published at the time of the latest revision date logged at the end of this 30 Specification,unless a date is specifically cited. 31 2. American Society for Testing and Materials(ASTM) 32 a. D545,Test Methods for Preformed Expansion Joint Fillers for Concrete 33 Construction(Non-extruding and Resilient Types) 34 b. D698,Test Methods for Laboratory Compaction Characteristics of Soil Using 35 Standard Effort(12,400 ft-lbf/ft3) 36 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 37 1.5 SUBMITTALS [NOT USED] MR 38 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 39 A. Mix Design: submit for approval. Section 32 13 13. M4 40 B. Product Data: submit product data and sample for pre-cast detectable warning for 41 barrier free ramp. 42 1.7 CLOSEOUT SUBMITTALS [NOT USED] 43 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] CITY OF FORT WORTI I 2011 CIP YEAR 2—CONTRACT-3,UNIT 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02433 Revised April 30,2013 No 321320-3 CONCRETE SIDEWALKS,DRIVEWAYS AND BARRIER FREE RAMPS 00 Page 3 of 5 1 1.9 QUALITY ASSURANCE [NOT USED] 2 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 3 1.11 FIELD CONDITIONS - 4 A. Weather Conditions: Placement of concrete shall be as specified in Section 32 13 13. 5 1.12 WARRANTY [NOT USED] 6 PART 2- PRODUCTS 7 2.1 OWNER-FURNISHED PRODUCTS [NOT USED] 8 2.2 EQUIPMENT AND MATERIALS 9 A. Forms: wood or metal straight,free from warp and of a depth.equal to the thickness of 10 the finished work. 11 B. Concrete: see Section 32 13 13. 12 1. Unless otherwise shown on the Drawings or detailed specifications,the standard 13 class for concrete sidewalks,driveways and barrier free ramps is shown in the 14 following table: 1.5 Standard Classes of Pavement Concrete Class of Minimum 28 Day Min. Maximum Course Concrete] Cementitious, Compressive Water/ Aggregate Lb./CY Strengths Cementitious Maximum psi Ratio Size, inch A 470 3000 0.58 1-1/2 16 C. Reinforcement: see Section 32 13 13, 17 1. Sidewalk,driveway and barrier free ramp reinforcing steel shall be#3 deformed 18 bars at 18 inches on-center-bath-ways at the center plane of all slabs, unless 19 otherwise shown on the Drawings or detailed specifications. 20 D. Joint Filler 21 1. Wood Filler: see Section 32 13 13. 22 2. Pre-Molded Asphalt Board Filler 23 a. Use only in areas where not practical for wood boards. 24 b. Pre-molded asphalt board filler: ASTM D545. 25 c. Install the required size and uniform thickness and as specified in.Drawings. 26 d. Include 2 liners of 0.016 asphalt impregnated kraft paper filled with a mastic 27 mixture of asphalt and vegetable fiber and/or mineral filler. 28 E. Expansion Joint Sealant: see Section 32 13 73 where shown on the Drawings. 29 2.3 ACCESSORIES [NOT USED] 30 2.4 SOURCE QUALITY CONTROL [NOT USED] 31 PART 3- EXECUTION 32 3.1 INSTALLERS [NOT USED] 33 3.2 EXAMINATION [NOT USED] CITY OF FORT WORTH 2014 C1P YEAR 2 CONTRAC 1'3,UNIT 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02433 Revised April 30,2013 321320-4 CONCRETE SIDEWALKS,DRIVEWAYS AND BARRIER FREE RAMPS Page 4 of5 t 33 PREPARATION 2 A. Surface Preparation 3 1. Excavation: Excavation required for the construction of sidewalks,driveways and 4 barrier free ramps shall be to the lines and grades as shown on the Drawings or as 5 established by the City. 6 2. Fine Grading 7 a. The Contractor shall do all necessary filling, leveling and fine grading required 8 to bring the subgrade to the exact grades specified and compacted to at least 90 -R 9 percent of maximum density as determined by ASTM D698. 10 b. Moisture content shall be within minus 2 to plus 4 of optimum. 11 c. Any over-excavation shall be repaired to the satisfaction of the City. 12 B. Demolition/Removal 13 1. Sidewalk,Driveway and/or Barrier Free Ramp Removal: see Section 02 41 13. 14 3.4 INSTALLATION 15 A. General 16 1. Concrete sidewalks shall have a minimum thickness of 4 inches. 17 2. Sidewalks constructed in driveway approach sections shall have a minimum 18 thickness equal to that of driveway approach or as called for by Drawings and 19 specifications within the limits of the driveway approach. 20 3. Driveways shall have a minimum thickness of 6 inches. Standard cross-slopes for 21 walks shall be 2 percent max in accordance with current TASfI'DLR guidelines. 22 The construction of the driveway approach shall include the variable height radius lot 23 curb in accordance with the Drawings. 24 4. All pedestrian facilities shall comply with provisions of TAS including location, 25 slope,width,shapes,texture and coloring. Pedestrian facilities installed by the 26 Contractor and not meeting TAS must be removed and replaced to meet TAS(no 27 separate pay). 28 B. Forms: Forms shall be securely staked to line and grade and maintained in a true 29 position during the depositing of concrete. 30 C. Reinforcement: see Section 32 13 13. 31 D. Concrete Placement: see Section 32 13 13. 32 E. Finishing Mo 33 1. Concrete sidewalks,driveways and barrier free ramps shall be finished to a true, 34 even surface. 35 2. Trowel and then brush transversely to obtain a smooth uniform brush finish. 36 3. Provide exposed aggregate finish if specified. 37 4. Edge joints and sides shall with suitable tools. 38 F. Joints 39 1. Expansion joints for sidewalks,driveways and barrier free ramps shall be formed 40 using redwood. 41 2. Expansion joints shall be placed at 40 foot intervals for 4 foot wide sidewalk and 50 42 foot intervals for 5 foot wide and greater sidewalk. CITY OF FORT WORTH 2014 CIP YEAR 2—CONTRACT 3,UNIT 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02433 Reviscd April 30,2013 • 321320-5 po CONCRETE SIDEWALKS,DRIVEWAYS AND BARRIER FREE RAMPS Page 5 of 5 1 3. Expansion joints shall also be placed at all intersections, sidewalks with concrete in 2 driveways,curbs, formations, other sidewalks and other adjacent old concrete work. 3 Similar material shall be placed around all obstructions protruding into or through 4 sidewalks or driveways. ps 5 4. All expansion joints shall be 112 inch in thickness. 6 5. Edges of all construction and expansion joints and outer edges of all sidewalks shall 7 be finished to approximately a 1.12 inch radius with a suitable finishing tool. 00 8 6. Sidewalks shall be marked at intervals equal to the width of the walk with a 9 marking tool. 10 7. When sidewalk is against the curb,expansion joints shall match those in the curb. 00 11 G. Barrier Free Ramp 12 1. Furnish and install brick red color pre-cast detectable warning Dome-Tile, RM 13 manufactured by StrongGo Industries or approved equal by the City. 14 2. Detectable warning surface shall be a minimum of 24-inch in depth in the direction 15 of pedestrian travel,and extend to a minimum of 48-inch along the curb ramp or MW 16 landing where the pedestrian access route enters the street. 17 3. Locate detectable warning surface so that the edge nearest the curb line is a 18 minimum of 6-inch and maximum of 8-inch from the extension of the face of the AM 19 curb. 20 4. Detectable warning Dome-Tile surface may be curved along the corner radius. 21 5. Install detectable warning surface according to manufacturer's instructions. on 22 3.5 REPAIRIRESTORATION [NOT USED] 23 3.6 RE-INSTALLATION [NOT USED] op 24 3.7 FIELD QUALITY CONTROL [NOT USED] 25 3.8 SYSTEM STARTUP [NOT USED] 26 3.9 ADJUSTING [NOT USED] 27 3.10 CLEANING [NOT USED] 28 3.11 CLOSEOUT ACTIVITIES [NOT USED] 29 3.12 PROTECTION [NOT USED] 30 3.13 MAINTENANCE [NOT USED] 31 3.14 ATTACHMENTS INOT USED] 32 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 1220/2012 D.Johnson 1.2.A.3—Measurement and Payment for Barrier Free Ramps modified to match updated City Details 4/302013 F.Griffin Corrected Pan 1, 1.21 A,3,b, 1 to read;from...square foot of Concrete Sidewalk. to...each"Barrier Free Ramp"installed. 33 CITY OF FORT WORTH 2014 C1P YEAR.2—CONTRACT 3,UNIT 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02433 P Revised April 30,2013 321613-1 CONCRETE CURB AND GUTTERS AND VALLEY GUTTERS Page 1 of 5 1 SECTION 32 1613 2 CONCRETE CURB AND GUTTERS AND VALLEY GUTTERS 4 PART 1 - GENERAL 5 1.1 SUMMARY 6 A. Section Includes: 7 1. Concrete Curbs and Gutters 8 2- Concrete Valley Gutters 9 B. Deviations from 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 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 Pavment 19 1. Concrete Curb and Gutter 20 a. Measurement 21 1) Measurement for this Item shall be by the linear foot of Concrete Curb and 22 Gutter. 23 b. Payment 24 1) The work performed and materials furnished in accordance with this Item 25 and measured as provided under"Measurement'will be paid for at the unit 26 price bid per linear foot of Concrete Curb and Gutter complete and in place 27 by curb height. 28 c. The price bid shall include: 29 1) Preparing the subgrade 30 2) Furnishing and placing all materials,including foundation course, 31 reinforcing steel, and expansion material 32 2. Concrete Valley Gutter 33 a. Measurement 34 1) Measurement for this Item shall be by the square yard of Concrete Valley "' 35 Gutter. 36 b. Payment 37 l) The work performed and materials furnished in accordance with this Item -• 38 and measured as provided under"Measurement"will be paid for at the unit 39 price bid per square yard of Concrete Valley Gutter complete and in place 40 for: 41 a) Various street types CITY OF FORT WORTH 2014 C1P YEAR 2—CONTRACT 3,UNIT 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02433 Revised December 20,2012 fffil 321613-2 CONCRETE CURB AND GUTTERS AND VALLEY GUTTERS Page 2 of 5 go 1 c. The price bid shall include: 2 1) Preparing the subgrade 3 2) Furnishing and placing all materials, including foundation course, 4 reinforcing steel,and expansion material 5 1.3 REFERENCES [NOT USED] , 6 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 7 1.5 ACTION SUBMITTALS [NOT USED] 8 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS[NOT USED] 9 1.7 CLOSEOUT SUBMITTALS [NOT USED] 10 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 11 1.9 QUALITY ASSURANCE [NOT USED] 12 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 13 1.11 FIELD CONDITIONS 14 A. Weather Conditions: See Section 32 13 13. 15 1.12 WARRANTY [NOT USED] 16 PART 2- PRODUCTS 17 2.1 OWNER FURNISHED PRODUCTS [NOT USED] 18 2.2 EQUIPMENT AND MATERIALS 19 A. Forms: See Section 32 13 13. 20 B. Concrete: See Section 32 13 13. 21 C. Reinforcement: See Section 32 13 13. 22 D. Joint Filler -� 23 1. Wood Filler. see Section 32 13 13, 24 2. Pre-Molded Asphalt Board Filler 25 a. Use only in areas where not practical for wood boards 26 b. Pre-molded asphalt board filler: ASTM D545 27 c. Install the required size and uniform thickness and as specified in the Drawings. 28 d. Include two liners of 0.016 asphalt impregnated kraft paper filled with a mastic mot 29 mixture of asphalt and vegetable fiber and/or mineral filler. 30 E. Expansion Joint Sealant: See Section 32 13 73. CITY OF FORT WORTH 2014 CIP YEAR 2—CONTRACT 3,UNIT 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02433 Rcvised Dmember 20,2012 32 16 13-3 CONCRETE CURB AND GUTTERS AND VALLEY GUTTERS Page 3 of 5 1 2.3 ACCESSORIES [NOT USED] 2 2.4 SOURCE QUALITY CONTROL [NOT USED] 3 PART 3- EXECUTION 4 3.1 INSTALLERS [NOT USED] "' 5 3.2 EXAMINATION [NOT USED] 6 3.3 PREPARATION 7 A. Demolition/Removal: See Section 02 41 13, 8 3.4 INSTALLATION 9 A. Forms 10 1. Extend forms the full depth of concrete. U. 2. Wood forms: minimum of 1-1/2 inches in thickness 12 3. Metal Forms: a gauge that shall provide equivalent rigidity and strength 13 4. Use acceptable wood or metal forms for curves with a radius of less than 250 feet. "S 14 5. All forms showing a deviation of 1/8 inch in 10 feet from a straight line shall be 15 rejected. 16 B. Reinforcing Steel 17 l. Place all necessary reinforcement for City approval prior to depositing concrete. 18 2. All steel must be free from paint and oil and all loose scale,rust,dirt and other 19 foreign substances. 20 3. Remove foreign substances from steel before placing. 21 4. Wire all bars at their intersections and at all laps or splices. 22 5. Lap all bar splices a minimum of 20 diameters of the bar or 12 inches,whichever is 23 greater. 24 C. Concrete Placement 25 1. Deposit concrete to maintain a horizontal surface. 26 2. Work concrete into all spaces and around any reinforcement to form a dense mass 27 free from voids. 28 3. Work coarse aggregate away from contact with the forms 29 4. Hand-Laid Concrete—Curb and gutter 30 a. Shape and compact subgrade to the lines,grades and cross section shown on the 31 Drawings. 32 b. Lightly sprinkle subgrade material immediately before concrete placement. 33 c. Deposit concrete into forms. 234 d. Strike off with a template 1/4 to 3/8 inch less than the dimensions of the 35 finished curb, unless otherwise approved. 36 5. Machine-Laid Concrete—Curb and Gutter 37 a. Hand-tamp and sprinkle subgrade material before concrete placement. 38 b. Provide clean surfaces for concrete placement. 39 c. Place the concrete with approved self-propelled equipment. CITY OF FORT WORTH 2014 CIP YEAR 2—CONTRACT 3,UNIT 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02433 +'" Revised December 20.2012 321613-4 CONCRETE CURB AND GUTTERS AND VALLEY GUTTERS Page 4 of 5 1 l) The forming tube of the extrusion machine or the form of the slipform 2 machine must easily be adjustable vertically during the forward motion of 3 the machine to provide variable heights necessary to conform to the 4 established guadeline. 5 d. Attach a pointer or gauge to the machine so that a continual comparison can be 6 made between the extruded or slipform work and the grade guideline. 7 e. Brush finish surfaces immediately after extrusion.or slipforming. 8 6. Hand-Laid Concrete—Concrete Valley Gutter: See Section 32 13 13. 9 7. Expansion joints 10 a Place expansion joints in the curb and gutter at 200-foot intervals and at 1 t intersection returns and other rigid structures. 12 b. Place tooled joints at 15-foot intervals or matching abutting sidewalk joints and 13 pavement joints to a depth of 1-I/2 inches. 14 c. Place expansion joints at all intersections with concrete drivewaA curbs, 15 buildings and other curb and gutters. 16 d. Make expansion joints no less than 1/2 inch in thickness,extending the full 17 depth of the concrete. is e. Make expansion joints perpendicular and at right angles'to the face of the curb. 19 f, Neatly trim any expansion material extending above the finished to the surface 20 of the finished work. 21 g. Make expansion joints in the curb and gutter coincide with the concrete 22 expansion joints. 23 h. Longitudinal dowels across the expansion joints in the curb and gutter are 24 required. 25 i. Install 3 No.4 round,smooth bars,24 inches in length, for dowels at each 26 expansion joint. 27 j. Coat 1/2 of the dowel with a bond breaker and terminate with a dowel cap that 28 provides a minimum of 1. inch free expansion. 29 k. Support dowels by an approved method. 30 D. Curing: see Section 32 13 13. 31 3.5 REPAIR/RESTORATION [NOT USED] 32 3.6 RE-INSTALLATION [NOT USED] 33 3.7 FIELD QUALITY CONTROL [NOT USED] 34 3.8 SYSTEM STARTUP [NOT USED] 35 3.9 ADJUSTING [NOT USED] 36 3.10 CLEANING [NOT USED] 37 3.11 CLOSEOUT ACTIVITIES [NOT USED] 38 3.12 PROTECTION [NOT USED] 39 3.13 MAINTENANCE [NOT USED] 40 3.14 ATTACHMENTS [NOT USED] 41 END OF SECTION MY OF FORT WORTH 2014 CIP YEAR 2—CONTRACT 3,UNIT 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02433 Revised December 20,2012 32 16 13-5 CONCRETE CURB AND GUTTERS AND VALLEY GUTTERS Page 5 of 5 1 Revision Log DATE NAME SUMMARY OF CHANGE 12/20"2012 D.Johnson 1.2.A.2.Modified payment item to vary by street type. �. 2 CITY OF FORT WORTH 2014 CIP YEAR 2—COWRACT 3,UNIT 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02433 +� Revised December 20,2012 R 321723-1 PAVEMENT MARKINGS P.2e I of 11 sak 1 SECTION 32 17 23 2 PAVEMENT MARKINGS 3 PART1- GENERAL 4 1.1 SUMMARY M& 5 A. Section Includes: 6 1. Pavement.Markings M0 7 a. Thermoplastic, hot-applied,spray(HAS)pavement markings 8 b. Thermoplastic, hot-applied,extruded(HAE) pavement markings 9 c. Preformed polymer tape 10 d. Preformed heat-activated thermoplastic tape I I e. Painted markings 12 2. Raised markers 13 3. Work zone markings 14 4. Removal of pavement markings and markers 15 B. Deviations from this City of Fort Worth Standard Specification Ak 16 1. None. 17 C. Related Specification Sections include, but are not necessarily limited to: is 18 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 19 2. Division 1 —General Requirements 20 1.2 PRICE AND PAYMENT PROCEDURES 21 A. Measurement and Payment 22 1. Pavement Markings • 23 a. Measurement 24 1) Measurement for this Item shall be per linear foot of material placed. 25 b. Payment 26 1) The work performed and materials furnished in accordance with this Item 27 and measured as,provided under"Measurement'shall be paid for at the 28 unit price bid per linear foot of"Pvmt Marking"installed for: 29 a) Various Widths 30 b) Various Types 31 c) Various Materials 32 d) Various Colors 33 c. The price bid shall include: 34 I) Installation of Pavement Marking 35 2) Glass beads, when required 36 3) Surface preparation 37 4) Clean-up 38 5) Testing(when required) 39 2. Legends 40 a. Measurement 41 1) Measurement for this Item shall be per each Legend installed. CITY OF FORT WORTH 2014 CIP YEAR 2—CONTRACT 3,UNIT 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02433 �* Revised December 20,2012 M4 321723-2 PAVEMENT MARKINGS Page 2 of I 1 1 b. Payment 2 1) The work performed and materials furnished in accordance with this Item 3 shall be paid for at the unit price bid per each"Legend"installed for: 4 a) Various types 5 b) Various applications 6 c. The price bid shall include: 7 1) Installation of Pavement Marking 8 2) Glass beads,when required 9 3) Surface preparation 10 4) Clean-up 11 5) Testing 12 3. Raised Markers , 13 a. Measurement 14 1) Measurement for this Item shall be per each Raised Marker installed. 15 b. Payment 16 1) The work performed and materials furnished in accordance with this Item 17 shall be paid for at the unit price bid per each"Raised Marker"installed 18 for: 19 a) Various types 20 c. The price bid shall include: 21 1) Installation of Raised Markers 22 2) Surface preparation 23 3) Clean-up 24 4) Testing 25 4. Work Zone Tab Markers ~" 26 a. Measurement 27 1) Measurement for this Item shall be per each Tab Marker installed. 28 b. Payment 29 1) The work performed and materials furnished in accordance with this Item 30 shall be paid for at the unit price bid per each"Tab Marker" installed for: 31 a) Various types -- 32 c. The price bid shall include: 33 1) installation of Tab Work Zone Markers 34 5. Fire Lane Markings 35 a. Measurement 36 1) Measurement for this Item shall be per the linear foot. 37 b. Payment f 38 1) The work performed and materials furnished in accordance with this Item 39 and measured as provided under"Measurement='shall be paid for at the 40 unit price bid per linear foot of"Fire Lane Marking" installed. 41 c. The price bid shall include: 42 1) Surface preparation 43 2) Clean-up 44 3) Testing 45 6. .Pavement Marking Removal 46 a. Measurement 47 1) Measure for this Item shall be per linear foot. 48 b. Payment CITY OF FORT WORTH 2014 CIP YEAR 2—CONTRACT 3,UNIT 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02433 Revised December 20,2012 +� 321723-3 PAVEMENT MARKINGS Page 3 of 11 1 1) The work performed and materials furnished in accordance with this Item 2 and measured as provided under"Measurement"shall be paid for at the 3 unit price bid per linear foot of"Remove Pvmt Marking"performed for: 4 a) Various widths N 5 c. The price bid shall include: 6 l) Removal of Pavement Markings 7 2) Clean-up 8 7. Raised Marker Removal 9 a. Measurement 10 .1) Measurement for this Item shall be per each Pavement Marker removed. 11 b. Payment 12 1) The work performed and materials furnished in accordance with this Item 13 shall be paid for at the unit price bid per each"Remove Raised Marker" 14 performed. 15 c. The price bid shall include: 16 l) Removal of each Marker 17 2) Disposal of removed materials 18 3) Clean-up 19 8. Legend Removal 20 a. Measurement 21 1) Measure for this Item shall be per each Legend removed. 22 b. Payment 23 1) The work performed and materials furnished in accordance with this Item 24 and measured as provided under"Measurement"shall be paid for at the 25 unit price bid per linear foot of"Remove Legend"performed for: 26 a) Various types 27 b) Various applications 28 c. The price bid shall include: 29 l) Removal of Pavement Markings 30 2) Clean-up 31 13 REFERENCES 32 A. Reference Standards 33 1. Reference standards cited in this Specification refer to the current reference 34 standard published at the time of the latest revision date logged at the end of this 35 Specification, unless a date is specifically cited. 36 2. Manual on Uniform Traffic Control Devices(MUTCD),2009 Edition 37 a. Part 3,Markings 38 3. American Association of State Hi way and Transportation Officials(AASHTO� 39 a. Standard Specification for Glass Beads Used in Pavement Markings, M 247-09 40 4. Federal Hi hwgy Administration(FHWA) 41 a. 23 CFR Part 655, FHWA Docket No. FHWA-2009-0139 42 5. Texas Ekpggnent of Transportation(TxDOT) 43 a. DMS4200, Pavement Markers(Reflectorized) 44 b. DMS-4300,Traffic Buttons 45 c. DMS-8220, Hot Applied Thermoplastic 46 d. DMS-8240, Permanent Prefabricated Pavement Markings 47 e. DMS-8241, Removable Prefabricated Pavement Markings CITY OF FORT WORTI1 2014 CIP YEAR 2—CONTRACT 3,UNIT 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02433 "+ Revised December 20.2012 321723-4 PAVEMENT MARKINGS Page 4 of 11 1 f. DMS-8242,Temporary Flexible-Reflective Road Marker Tabs 2 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 3 1.5 SUBMITTALS 4 A. Submittals shall be in accordance with Section 0133 00. 5 B. All submittals shall be approved by the City prior to delivery and/or fabrication for 6 specials. 7 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 8 1.7 CLOSEOUT SUBMITTALS [NOT USED] 9 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 10 19 QUALITY ASSURANCE [NOT USED] 11 1.10 DELIVERY,STORAGE,AND HANDLING 12 A. Storage and Handling Requirements 13 1. The Contractor shall secure and maintain a location to store the material in 14 accordance with Section 01 50 00. 15 1.11 FIELD [SITE] CONDITIONS [NOT USED] 16 1.12 WARRANTY [NOT USED] 17 PART 2- PRODUCTS 18 2.1 OWNER-SUPPLIED PRODUCTS 19 A. New Products 20 1. Refer to Drawings to determine if there are owner-supplied products for the Project. 21 2.2 MATERIALS 22 A. Manufacturers 23 I. Only the manufacturers as listed in the City's Standard Products List will be 24 considered as shown in Section 01 60 00. 25 a. The manufacturer must comply with this Specification and related Sections. 26 2. Any product that is not listed on the Standard Products List is considered a 27 substitution and shall be submitted in accordance with Section 0125 00. 28 B. Materials 29 1. Pavement Markings 30 a. Thermoplastic,hot applied,spray 31 1) Refer to Drawings and City Standard Detail Drawings for width of �. 32 longitudinal lines. 33 2) Product shall be especially compounded for traffic markings. 34 3) When placed on the roadway,the markings shall not be slippery when wet, 35 lift from pavement under normal weather conditions nor exhibit a tacky 36 exposed surface. CrrY OF FORT WORTI I 2014 CIP YEAR 2-CONTRACT 3,UNrr 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02433 Revised December 20.2012 i 321723-5 PAVEMENT MARKINGS Page 5 of I i 1 4) Cold ductility of the material shall permit normal road surface expansion 2 and contraction without chipping or cracking. 3 5) The markings shall retain their original color,dimensions and placement 4 under normal traffic conditions at road surface temperatures of 158 degrees 5 Fahrenheit and below. 6 6) .Markings shall have uniform cross-section,clean edges,square ends and no 7 evidence of tracking. 8 7) The density and duality of the material shall be uniform throughout the +� 9 markings. 10 8) The thickness shall be uniform throughout the length and width of the 11 markings. 4M 12 9) The markings shall be 95 percent free of holes and voids,and free of 13 blisters for a minimum of 60 days after application. 14 10) The material shall not deteriorate by contact with sodium chloride,calcium 15 chloride or other chemicals used to prevent roadway ice or because of the 16 oil content of pavement markings or from oil droppings or other effects of 17 traffic. 18 11)The material shall not prohibit adhesion of other thermoplastic markings if, 19 at some future time, new markings are placed over existing material. 20 a) New material shall bond itself to the old line in such a manner that no 21 splitting or separation takes place. 22 12) The markings placed on the roadway shall be completely retrorefiective 23 both internally and externally with tragic beads and shall exhibit uniform 24 retro-directive reflectance. 25 13)Traffic beads 26 a) Manufactured from glass 27 b) Spherical in shape 28 c) Essentially free of sharp angular particles 29 d) Essentially free of particles showing cloudiness,surface scoring or 30 surface scratching Ok. 31 e) Water white in color 32 f) Applied at a uniform rate 33 g) Meet or exceed Specifications shown in AASHTO Standard oil 34 Specification for Glass Beads Used in Pavement Markings, AASHTO 35 Designation: M 247-09. 36 b. Thermoplastic,hot applied,extruded 37 1) Product shall be especially compounded for traffic markings 38 2) When placed on the roadway, the markings shall not be slippery when wet, 39 lift from pavement under normal weather conditions nor exhibit a tacky 40 exposed surface. a+ 41 3) Cold ductility of the material shall permit normal road surface expansion 42 and contraction without chipping or cracking. 43 4) The markings shall retain their original color,dimensions and placement 44 under normal traffic conditions at road surface temperatures of 158 degrees 45 Fahrenheit and below. 46 5) Markings shall have uniform cross-section,clean edges,square ends and no ,Y 47 evidence of tracking. 48 6) The density and quality of the material shall be uniform throughout the 49 markings. CITY OF FORT WORTH 2014 CIP YEAR 2—CONTRACT 3,UNIT 3 STANDARD CONSTRUCTION SPECIFICATION DOCumFwrs 02433 Revised December 20.2012 �r 321723-6 PAVEMENT MARKINGS PW6of11 1 7) The thickness shall be uniform throughout the length and width of the 2 markings. 3 8) The markings shall be 95 percent free of holes and voids,and free of 4 blisters for a minimum of 60 days after application. 5 9) The minimum thickness of the marking,as measured above the plane 6 formed by the pavement surface,shall not be less than 1/8 inch in the center 7 of the marking and 3/32 inch at a distance of/2 inch from the edge. 8 .10)Maximum thickness shall be 3/16 inch. 9 11) The material shall not deteriorate by contact with sodium chloride,calcium 10 chloride or other chemicals used to prevent roadway ice or because of the 11 oil content of pavement markings or from oil droppings or other effects of 12 traffic. 13 12)The material shall not prohibit adhesion of other thermoplastic markings if, 1.4 at some future time,new markings are placed over existing material. New 15 material shall bond itself to the old line in such a manner that no splitting or ,R 16 separation takes place. 17 13) The markings placed on the roadway shall be completely retroreflective 18 both internally and externally with traffic beads and shall exhibit uniform 19 retro-directive reflectance. 20 14) Traffic beads 21 a) Manufactured from glass 22 b) Spherical in shape 23 c) Essentially free of sharp angular particles 24 d) Essentially free of particles showing cloudiness,surface scoring or 25 surface scratching 26 e) Water white in color 27 f) Applied at a uniform rate 28 g) Meet or exceed Specifications shown in AASHTO Standard 61� 29 Specification for Glass Beads Used in Pavement Markings,AASHTO 30 Designation: M 247-09. 31 c. Preformed Polymer Tape 32 1) Material shall meet or exceed the Specifications for SWARCO Director 35, 33 3M High Performance Tape Series 3801 ES,or approved equal. 34 d. Preformed Heat-Activated Thermoplastic Tape 35 1) Material shall meet or exceed the Specifications for HOT Tape Brand 0.125 36 mil preformed thermoplastic or approved equal. 37 e. Traffic Paint 38 1.) Materials shall meet or exceed the TxDOT Specification DMS-8200. 39 2. Raised Markers 40 a. Markers shall meet the requirements of the Texas Manual on Uniform Traffic 41 Control Devices. 42 b. Non-reflective markers shall be Type Y(yellow body)and Type W(white 43 body)round ceramic markers and shal I meet or exceed the TxDOT 44 Specification DMS-4300. •. 45 c. The reflective markers shall be plastic,meet or exceed the TxDOT 46 Specification DMS-4200 for high-volume retroreflective raised markers and be 47 available in the following types: s, 48 1) Type 1-C,white body, 1 face reflects white 49 2) Type 11-A-A,yellow body,2 faces reflect amber 50 3) Type 11-C-R, white body, 1 face reflects white,the other red CITY OF FORT WORTH 2014 CIP YEAR 2—CONTRACT 3,UNIT 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02433 Revised December 20,2012 321723-7 PAVEMENT MARKINGS Page 7 of 11 1 3. Work Zone Markings 2 a. Tabs 3 1) Temporary flexible-reflective roadway marker tabs shall meet requirements 4 of TxDOT DMS-8242,"Temporary Flexible-Reflective Road Marker 5 Tabs." 6 2) Removable markings shall not be used to simulate edge lines. 7 3) No segment of roadway open to traffic shall remain without permanent 8 pavement markings for a period greater than 14 calendar days. 9 b. Raised Markers 10 l) All raised pavement markers shall meet the requirements of DMS4200. 11 c. Striping 12 1) Work Zone striping shall meet or exceed the TxDOT Specification DMS- 13 8200. 14 2.3 ACCESSORIES [NOT USED] 15 2.4 SOURCE QUALITY CONTROL 16 A. Performance 17 1. Minimum maintained retroreflectivity levels for longitudinal markings shall meet 18 the requirements detailed in the table below for a minimum of 30 calendar days. Posted S m h 530 35-50 ?55 2-lane roads with centerline n/a 100 250 markings only(l) —t— All other roads(2) n/a 50 100 +� 19 (1)Measured at standard 30-m geometry in units of mcd/m=flux. 20 (2)Exceptions: 21 A.When raised reflective pavement markings(RRPMs)supplement or substitute for a 22 longitudinal line,minimum pavement marking retroreflectivity levels are not applicable as *" 23 long as the RRPMs are maintained so that at least 3 are visible from any position along that 24 line during nighttime conditions. 25 B.When continuous roadway lighting assures that the markings are visible,minimum 26 pavement marking retroreflectivity levels are not applicable. 27 PART 3- EXECUTION 28 3.1 EXAMINATION [NOT USED] 29 3.2 PREPARATION 30 A. Pavement Conditions 31 1. Roadway surfaces shall be free of dirt, grease, loose and/or flaking existing 32 markings and other forms of contamination. 33 2. New Portland cement concrete surfaces shall be cleaned sufficiently to remove the 34 curing membrane. 35 3. Pavement to which material is to be applied shall be.completely dry. CITY OF FORT WORTH 2014 C1P YEAR 2–CONTRACT 3,UNIT 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02433 '" Revised December 20,2012 321723-8 PAVEMENT MARKINGS Page 8 of I 1 1 4. Pavement shall be considered dry,if,on a sunny day after observation for 15 2 minutes,no condensation develops on the underside of a 1 square foot piece of 3 clear plastic that has been placed on the pavement and weighted on the edges. 4 5. Equipment and methods used for surface preparation shall not damage the 5 pavement or present a hazard to motorists or pedestrians. 6 33 INSTALLATION 7 A. General 8 1. The.materials shall be applied according to the manufacturer's recommendations. 9 2. Markings and markers shall be applied within temperature limits recommended by 10 the material manufacturer,and shall be applied on clean,dry pavement having a 11 surface temperature above 50 degrees Fahrenheit. 12 3. Markings that are not properly applied due to faulty application methods or being 13 placed in the wrong position or alignment shall be removed and replaced by the .. 14 Contractor at the Contractor's expense. if the mistake is such that+it would be I5 confusing or hazardous to motorists, it shall be remedied the same day of 16 notification. Notification will be made by phone and confirmed by fax. Other r 17 mistakes shall be remedied within 5 days of written notification. 18 4. When markings are applied on roadways open to traffic,care will be taken to 19 ensure that proper safety precautions are followed, including the use of signs, 20 cones,barricades,flaggers,etc. 21 5. Freshly applied markings shall be protected from traffic damage and disfigurement. 22 6. Temperature of the material must be equal to the temperature of the road surface �+ 23 before allowing traffic to travel on it. 24 B. Pavement Markings 25 1, Thermoplastic, hot applied,spray 26 a. This method shall be used to install and replace long lines—centerlines, lane 27 lines,edge lines,turn lanes,and dots. 28 b. Markings shall be applied at a 110 mil thickness. 29 c. Markings shall be applied at a 90 mil thickness when placed over existing 30 markings. 31 d. Typical setting time shall be between 4 minutes and 10 minutes depending 32 upon the roadway surface temperature and the humidity factor. 33 e. Retroreflective raised markers shall be used to supplement the centerlines,lane 34 lines,and turn lanes. Refer to City Standard Detail Drawings for placement. 35 f. Minimum retroreflectivity of markings shall meet or exceed values shown in 36 subparagraph 2.4.A.1 of this Specification. 37 2. Thermoplastic, hot applied,extruded 38 a. This method shall be used to install and replace crosswalks and stop-lines. 39 b. Markings shall be applied at a 125 mil thickness. 40 c. Minimum retroreflectivity of markings shall meet or exceed values shown in 41 this Specification. 42 3. Preformed Polymer Tape 43 a. This method shall be used to install and replace crosswalks,stop-lines,and 44 legends. 45 b. The applied marking shall adhere to the pavement surface with no slippage or 46 lifting and have square ends,straight lines and clean edges. CITY OF FORT WORTFI 2014 C1P YEAR 2—CONTRACT 3,UNIT 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02433 Revised December 20,2012 321723-9 PAVEMENT MARKINGS Page 9 of 11 1 c. Minimum retroreflectivity of markings shall meet or exceed values shown in 2 this Specification. 3 4. Preformed Heat-Activated Thermoplastic Tape 4 a. This method shall be used to install and replace crosswalks,stop-lines,and 5 legends. 6 b. The applied marking shall adhere to the pavement surface with no slippage or 7 lifting and have square ends,straight lines and clean edges. 8 c. Minimum retroreflectivity of markings shall meet or exceed values shown in 9 this Specification. 10 5. Traffic Paint 1 l a. This method shall be used to install Work Zone Markings,Parking Lot �. 12 Markings and any other temporary marking application. 13 b. The applied marking shall adhere to the pavement surface with no slippage or 14 lifting and have square ends,straight lines and clean edges. 15 c. Minimum retroreflectivity of markings shall meet or exceed values shown in 16 this Specification. 1.7 C. Raised Markers 19 1. All permanent raised pavement markers on Portland Cement roadways shall be 19 installed with epoxy adhesive. Bituminous adhesive is not acceptable. 20 2. All permanent raised pavement markers on new asphalt roadways may be installed 21 with epoxy or bituminous adhesive. 22 3. A chalk line,chain or equivalent shall be used during layout to ensure that 23 individual markers are properly aligned. All markers shall be placed uniformly 24 along the line to achieve a smooth continuous appearance. 25 D. Work Zone Markings 26 1:. Work shall be performed with as little disruption to traffic as possible. 27 2. Install longitudinal markings on pavement surfaces before opening to traffic. 28 3. Maintain lane alignment traffic control devices and operations until markings are 29 installed. 30 4. Install markings in proper alignment in accordance with the Texas MUTCD and as 31 shown on the Drawings. 32 5. Place standard longitudinal lines no sooner than 3 calendar days after the placement 33 of a surface treatment, unless otherwise shown on the Drawings. ,. 34 6. Place markings in proper alignment with the location of the final pavement 35 markings. 36 7. Do not use raised pavement markers for words,symbols, shapes,or diagonal or 37 transverse lines. 38 8. All markings shall be visible from a distance of 300 feet in daylight conditions and 39 from a distance of at least 160 feet in nighttime conditions, illuminated by low- 40 beam automobile headlight. 41 9. The daytime and nighttime reflected color of the markings must be distinctly white 42 or yellow. 43 10_ The markings must exhibit uniform retroreflective characteristics. 44 11. Epoxy adhesives shall not be used to work zone markings_ CITY OF FORT WORTH 2014 CIP YEAR 2—CONTRACT 3,UNIT 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02433 Revised December 20,2012 32 17 23-10 PAVEMENT MARKINGS Page 10 of I I I 3.4 REMOVALS 2 1. Pavement Marking and Marker Removal 3 a. The industry's best practice shall be used to remove existing pavement 4 markings and markers. 5 b. If the roadway is being damaged during the marker removal,Work shall be 6 halted until consultation with the City. 7 c. Removals shall be done in such a matter that color and texture contrast of the 8 pavement surface will be held to a minimum. ML 9 d. Repair damage to asphaltic surfaces,such as spalling,shelling,etc.,greater than 10 %. inch in depth resulting from the removal of pavement markings and markers. 11 Driveway patch asphalt emulsion may be broom applied to reseal damage to ffift 12 asphaltic surfaces. 13 e. Dispose of markers in accordance with federal,state,and Iocal regulations. 14 £ Use any of the following methods unless otherwise shown on the Drawings. 15 1) Surface Treatment Method "r 16 a) Apply surface treatment at rates shown on the Drawings or as directed. 17 Place a surface treatment a minimum of 2 feet wide to covet the 18 existing marking. -� 19 b) Place a surface treatment,thin overlay,or microsurfacing a minimum 20 of l lane in width in areas where directional changes of traffic are 21 involved or in other areas as directed by the City. 22 2) Burn Method 23 a) Use an approved burning method. 24 b) For thermoplastic pavement markings or prefabricated pavement 25 markings,heat may be applied to remove the bulk of the marking 26 material prior to blast cleaning. 27 c) When using heat,avoid spalling pavement surfaces. 28 d) Sweeping or light blast cleaning may be used to remove minor residue. 29 3) Blasting Method 30 a) Use a blasting method such as water blasting,abrasive.blasting,water 31 abrasive blasting,shot blasting,slurry blasting,water-injected abrasive 32 blasting,or brush blasting as approved. 33 b) Remove pavement markings on concrete surfaces by a blasting method 34 only. 35 4) Mechanical Method 36 a) Use any mechanical method except grinding. 37 b) Flail milling is acceptable in the removal of markings on asphalt and 38 concrete surfaces. 39 2: If a location is to be paved over,no additional compensation will be allowed for 40 marking or marker removal. 41 3.5 REPAIR/RESTORATION [NOT USED] 42 3.6 RE-INSTALLATION [NOT USED] 43 3.7 FIELD QUALITY CONTROL 44 A. All lines must have clean edges,square ends,and be uniform cross-section. 45 B. The density and quality of markings shall be uniform throughout their thickness. CITY OF FORT WORTH 2014 GIP YEAR 2—CONTRACT 3,UNIT 3 STANDARD CONSTRt1(°PION SPECIFICATION DOCUMENTS 02433 Revised December 20.2012 +� r 321723-.11 PAVEMENT MARKINGS Page 1.1 of 11 I C. The applied markings shall have no more than 5 percent,by area, of holes or voids and 2 shall be free of blisters. 3 3.8 SYSTEM STARTUP [NOT USED] 4 3.9 ADJUSTING [NOT USED] 5 3.10 CLEANING 6 A. Contractor shall clean up and remove all loose material resulting from construction. 7 operations. 8 3.11 CLOSEOUT ACTIVITIES [NOT USED 9 3.12 PROTECTION [NOT USED] 10 3.13 MAINTENANCE [NOT USED] 11 3.14 ATTACHMENTS [NOT USED] �r 12 END OF SECTION 11 1.3 f Revision Log DATE NAME SUMMARY OF CHANGE 14 r� i CITY OF FORT WORTH 2014 CIP YEAR 2—CONTRACT 3,UNIT 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02433 Revised December 20.2012 ow 321725-I CURB ADDRESS PAINTING • Page I of 3 P• 1 SECTION 32 17 25 2 CURB ADDRESS PAINTING 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Painting of house addresses on curb of driveway radiuses that are removed and a„ 7 replaced as shown on the Drawings 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: I 1 1. Division 0-Bidding Requirements, Contract Forms, and Conditions of the 12 Contract. 13 2. Division 1 -General Requirements. 14 1.2 PRICE AND PAYMENT PROCEDURES r 15 A. Measurement and Payment 16 1. Measurement r• 17 a. Measurement for this Item shall include two curb faces. Both curb faces shall 18 be paid for as a single bid item. 19 2. Payment 20 a. The work performed and the materials furnished in accordance with this Item 21 shall be paid for at the unit price bid per each "Curb Address Painting" 2? completed per address. . 23 3. The price bid shall include: 24 a. Furnishing all labor,materials and equipment 25 b. Any incidentals necessary to complete Curb /Address Painting 26 1.3 REFERENCES 27 A. Reference Standards 28 1. Reference standards cited in this Specification refer to the latest revision date 29 logged at the end of this Specification, unless a date is specifically cited. 30 1.4 —1.12 [NOT USED 31 PART 2 - PRODUCTS OW 32 2.1 OWNER-FURNISHED [NOT USED] 33 2.2 EQUIPMENT,PRODUCT TYPES, MATERIALS 34 A. Materials 3a 1. All materials shall be of recent product and suitable for its intended purpose. r+ CITY OF FORT WORTH 2014 CIP YEAR 2 -CONTRACT 3,UNIT 3 STANDARD CONSTRUCTION SPECIFICATION IWVNIENTS 02433 �+ Version November 4,2013 AR 321725-2 CURB ADDRESS PAINTING Page 2 of 3 1 2. Background paint shall be 7100 Series 100%Acrylic Satin White paint 2 manufactured by Kwal Paint,or approved equal. 3 3. Lettering paint shall be 7 1.00 Series 100%Acrylic Satin Black paint manufactured 4 by Kwal Paint,or approved equal. 5 B. Size Requirements 6 1. The minimum size for the background shall be 6-inches wide by 16-inches long,or 7 as directed in the Drawings. 8 2. The minimum size for letters shall be 4-inches high, or as directed in the Drawings. 9 23 ACCESSORIES [NOT USED] 10 2.4 SOURCE QUALITY CONTROL [NOT USED[ 11 PART 3- EXECUTION 12 3.1 INSTALLERS [NOT USED] 13 3.2 EXAMINATION [NOT USED] "" 14 3.3 PREPARATION 15 A. Surface Preparation 16 1. Provide surface preparation in accordance with manufacturer's recommendations. 17 B. Surface Conditions .� 18 1. Unless approved otherwise by the City,surface conditions must meet the following 19 minimum requirements: 20 a. Concrete has cured for a minimum of 28-days 21 b. Surface temperature greater than 507 and less than 957 22 2. No work shall occur if weather conditions may harm or damage the final finished 23 surface. 24 3.4 APPLICATION 25 A. Apply in accordance with the manufacturer's recommendations. ,o 26 B. Background Application 27 1. Apply the background with 3-or 4-inch roller with Ya-inch nap,unless otherwise 28 approved by the City. 29 C. Letter Application 30 1. Apply the lettering with 1-or 16-inch artificial nylon or polyester or combination ., 31 brush and stencils, unless otherwise approved by the City. CITY OF FORT WORTH 2014 CIP YEAR 2—CONTRACT 3,UNIT 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMEN7:S 02433 Version November 4.2013 , 32 1725-3 CURB ADDRESS PAINTING Page 3 of 3 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] Y 11 END OF SECTION 12 Revision Log DATE NAME SUMMARY OF CHANGE 11/4/2013 Fred Griffin Clarified 1.2.A.l.a—to show bid item includes two curb faces. And 1.2.A.2.a- includes per address. r■ 13 ow .• am on s. CITY OF FORT WORTH 2014 CIP YEAR 2—CONTRACT I UNIT 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02433 Version November 4.2013 323213-1 CAST4N-PLACE CONCRE'T'E RETAINING WALLS Page 1 of 6 1 SECTION 32 32 13 2 CAST-IN-PLACE CONCRETE RETAINING WALLS 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes 6 1. Construction of cast-in-place concrete retaining wall (4 foot maximum height)of 7 the size and shape detailed on the Drawings and at the location shown on the �. 8 Drawings. 9 2. Construction of TxDOT standard cast-in-place,spread foot concrete retaining wall 10 of the size and shape detailed on the Drawings and at the location shown on the 1.1 Drawings. 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 I, Division 0-Bidding Requirements, Contract Forms,and Conditions of the Contract •- 16 2. Division 1 -General Requirements 17 3. Section 03 30 00-Cast-in-Place Concrete 18 4. Section 3123 16—Unclassified Excavation 19 5. Section 3123 23 -Borrow 20 6. Section 3124 00-Embankments 21 7. Section 32 13 20-Concrete Sidewalks,Driveways and Barrier Free Ramps 22 8. Section 33 46 00 - Subdrainage 23 1.2 PRICE AND PAYMENT PROCEDURES 24 A. Measurement and Payment 25 1. Concrete Retaining Wall with Sidewalk, Face pot 26 a. Measurement 27 1) Measurement for this Item shall be by the square foot of the front surface of 28 the wall. 29 b. Payment R 30 1) The work performed and materials furnished in accordance with this Item 31 and measured as provided under"Measurement"will be paid for at the unit 32 price bid per square foot of Retaining Wali Face constructed. 33 c. The price bid shall include: 34 1) Excavation in back of Retaining Walls 35 2) Furnishing and placing footings *' 36 3) Leveling pads and copings 37 4) Furnishing, placing,and compacting backfill (except in embankment areas) 38 5) Furnishing and placing concrete, reinforcing steel,waterproofing material, •� 39 filter material and drain pipe,joint material, water stop, and filter fabric 40 when required 41 6) Fabricating, curing,and finishing wall including special coatings when 42 specified CITY OF FORT WORTH 2014 CIP YEAR 2—CONTRACT 3,UNIT 3 STANDARD CONSTRUCTION SPECIFICATION 13OCUMENTS 02433 Revised December 20,2012 323213-2 CAST-IN-PLACE CONCRETE RETAINING WALLS Page 2 of 6 1 7) Sidewalk adjacent to Retaining Wall per Section 32 13 20 2 2. Concrete Retaining Wall with Sidewalk, Sidewalk 3 a. Measurement 4 1) Measurement for this Item shall be by the square foot of completed and 5 accepted Concrete Sidewalk in its final position. Measurement shall be 6 taken from face of wall to edge of concrete sidewalk. 7 b. Payment 8 1) The work performed and materials furnished in accordance with this.Item 9 and measured as provided under"Measurement"will be paid for at the unit 10 price bid per square foot of Concrete Retaining Wall with Sidewalk, I I Sidewalk installed. 12 c. The price bid shall include: 13 1) Excavating and preparing the subgrade 14 2) Furnishing and placing all materials ' 15 3. TxDOT Standard—Spread Footing Walls 16 a. Measurement 17 1) Measurement for this Item shall.be by the square foot of the front surface of 18 the wall.Unless otherwise shown on the Drawings,measure area from 1.9 finished ground line on the face of the exterior wall to the top of the wall 20 including any coping required(not including railing). 21 b. Payment 22 1) The work performed and materials furnished in accordance with this Item 23 and measured as provided under"Measurement"will be paid for at the unit 24 price bid per square foot of Spread Footing Wall constructed. 25 c. The price bid shall include: 26 1) Excavation in back of Retaining Walls 27 2) Furnishing and placing footings 28 3) Leveling pads and copings 29 4) Furnishing,placing,and compacting backfill(except in embankment areas) 30 5) Furnishing and placing concrete, reinforcing steel,waterproofing material, 31 filter material and drain pipe,joint material,water stop,and filter fabric 32 when required 33 6) Fabricating,curing,and finishing wall including special coatings when 34 specified 35 1.3 REFERENCES 36 A. Definitions 37 1, Permanent Wall-Retaining wall with a design service life of 75 years.All walls 38 are presumed to be permanent walls unless otherwise specified in the Drawings. 39 B. Reference standards cited in this specification refer to the current reference standard 40 published at the time of the latest revision date logged at the end of this specification, 41 unless a date is specifically cited. 42 1. ASTM International (ASTM): -� 43 a. D4491,Standard Test Methods for Water Permeability of Geotextiles by 44 Permittivity 45 b. D4533, Standard Test Method for Trapezoid Tearing Strength of Geotextiles .. 46 c. D4632,Standard Test Method for Grab Breaking Load and.Elongation of 47 Geotextiles i CITY OF FORT WORTH 2014 CIP YEAR 2—CONTRACT 3,UNIT 3 STANDARD CONSTRUCTION SPECIFICATION DOCLIMENTS 02433 Revised December 20,2012 �3Zli-3 CAS1-IN-PLACE CONCRETF RETAINING WALLS Page 3 of'6 1 d. D4751, Standard Test Method for Determining Apparent Opening Size of a 2 Geotextile 3 2. Texas Department of Transportation (TXDOT), Standard Specifications for 4 Construction and Maintenance of Highways and Bridges: 5 a. 1 10, Excavation 6 b. 132, Embankment 7 c. 400, Excavation and Backfill for Structures _ 8 d. 420, Concrete Structures 9 e. 421, Hydraulic Cement Concrete 10 f. 423, Retaining Walls 11 g. 440, Reinforcing Steel " 12 h. 445, Galvanizing 13 i. 458, Waterproofing Membranes for Structures 14 j. 556, Pipe Underdrains 15 3. TxDOT Standard—Spread Footing Walls 16 a. RW 1 (L) A—Low Footing Pressure, Design A Retaining Walls 17 b. RW I (L) B—Low Footing Pressure, Design B Retaining Walls '• 18 c. RW 1 (L)C—Low Footing Pressure, Design C Retaining Walls 19 d. RW 1 (H) A—High Footing Pressure, Design A Retaining Walls 20 e. RW I (H)B— High Footing Pressure, Design B Retaining Walls pe 21 f. RW 1 (H) C— Iligh Footing Pressure, Design C Retaining Walls 22 g. RW 2—Retaining Wall Miscellaneous Details 23 4. Texas Department of Transportation (TXDOT), Manual of Testing Procedures: .. 24 a. Tex-616-J, Construction Fabrics 25 1.4 ADMINISTRATIVE REQUIREMENTS (NOT USED) 26 1.5 SUBMITTALS 27 A. See Section 03 30 00. 28 1.6 ACTION SUBMITTALS (NOT USED) 29 1.7 CLOSEOUT SUBMITTALS (NOT USED) 30 1.8 MAINTENANCE MATERIAL SUBMITTALS SNOT USEDI W 31 1.9 QUALITY ASSURANCE 32 A. See Section 03 30 00, R 33 1.10 DELIVERY,STORAGE,AND HANDLING 34 A. See Section 03 30 00. ow 35 1.11 SITE CONDITIONS 36 A. Ambient Conditions: See Section 03 30 00. CITY OF FORT WORTH 2014 CIP YEAR 2—CONTRACT 3.UN1T 3 S'lANDARDCONSTRUC'I'ION SPEC'11:1 ' 'PION DOCUMF,NTS 02433 Revised December 20.2012 4. 3232 13-4 CAST-IN-PLACE CONCRETE RETAINING WALLS Page 4 of 6 1 1.12 WARRANTY [NOT USED] 2 PART 2- PRODUCTS 3 2.1 OWNER-FURNISHED PRODUCTS [NOT USED] 4 2.2 MATERIALS 5 A. Concrete and Reinforcing Steel 6 1. Concrete Retaining Wall with Sidewalk 7 a. Section 03 30 00. 8 2. TxDOT Standard Spread Footing Walls 9 a. 420,Concrete Structures 10 b. 421,.Hydraulic Cement Concrete I 1 c; 4440,Reinforcing Steel 12 d. 445,Galvanizing 13 e. 458,Waterproofing Membranes for Structures 14 B. Backfill 15 1. Concrete Reetaning Wall with Sidewalk 16 a. Section'31 23 23 17 2. TxDOT Standard—Spread Footing Walls 18 a. 132,Embankments 19 C. Underdrains 20 1. Concrete Retaining Wall with Sidewalk 21 a. Section 33 46 00 22 2. TxDOT Standard—Spread Footing Walls 23 a. 556,Pipe Underdrains 24 D. Filter Fabric 25 1. General On 26 a. Provide standard weight fabric for retaining walls and soil separation. 27 b. Provide filter fabric rated as UV-resistant when used as part of the exposed 28 facing for a temporary wall. 29 c. The fabric consists exclusively of manmade thermoplastic fibers,is a non- _ 30 woven geotextile fabric,and.forms a mat of uniform quality. 31 d. Fabric fibers are continuous and random throughout the fabric. 32 e. The fabric is mildew resistant and rot proof,and it is satisfactory for use in a 33 wet soil and aggregate environment. 34 2. Physical Requirements:The fabric must conform to the requirements listed in Table 35 1. when tested in accordance with the test methods specified. 36 37 Table 1 38 Filter Fabric Requirements - 39 Physical Properties Test Method Value Fabric Weight,on an ambient Tex-6164 4 ozlyard temperature air-dried, tension free sample Permittivity, 1/sec ASTM D4491 1.0,min CITY OF FORT WORTH 2014 CIP YEAR 2—CONTRACT 3,UNIT 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02433 Revised December 2b.2012 — 323213-5 CAST-IN-PLACE CONCRETE RETAINING WALLS Page 5 of 6 Tensile Strength, lbs ASTM D4632 100 lbs F, Apparent Opening Size ASTM D4751 70-100 Elongation at yield, percent ASTM D4632 20-100 Trapezoidal Tear,lbs ASTM D4533 35 lbs 1 23 ACCESSORIES [NOT USED] 2 2.4 SOURCE QUALITY CONTROL[NOT USED] 3 PART 3- EXECUTION 4 3.1 INSTALLERS [NOT USED] 5 3.2 EXAMINATION [NOT USED] 6 3.3 PREPARATION [NOT USED] 7 3.4 INSTALLATION 8 A. Construct retaining walls in accordance with the Drawings and to the pertinent 9 requirements of the following Sections: 10 1. Concrete Retaining Wall with Sidewalk 11 a. Section 03 30 00 12 b. Section 31 23 16 13 c. Section 3123 23 14 d. Section 3124 00 15 e. Section 33 46 00 r 16 2, TxDOT Standard—Spread Footing Walls 17 a, 110,Excavation 18 b. 132,Embankment 19 c. 400,Excavation and Backfill for Structures 20 d. 423,Retaining Walls 21 e. 420,Concrete Structures 22 f. 458, Water proofing Membranes for Structures 23 g. 556,Pipe Underdrains 24 3.5 REPAIR 25 A. See Section 03 30 00. 26 3.6 RE-INSTALLATION [NOT USED] 27 3.7 FIELD QUALM CONTROL 28 A. See Section 03 30 00. f CITY OF FORT WORTH 2014 CIP YEAR 2—CONTRACT 3,UNIT 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMFNTS 02433 Revised December 20,2012 323213-6 CAST-IN-PLACE CONCRETE RETAINING WALLS Page 6 of 6 1 3.8 SYSTEM STARTUP [NOT USED] 2 3.9 ADJUSTING [NOT USED] •R 3 3.10 CLEANING [NOT USED] 4 3.11 CLOSEOUT ACTIVITIES [NOT USED] 5 3.12 PROTECTION [NOT USED] 6 3.13 MAINTENANCE [NOT USED) 7 3.14 ATTACHMENTS [NOT USED] 8 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D.Johnson 1.2.A—Payment Item for concrete retaining wall with sidewalk was broken into two Items:one for the face of wall and one for the sidewalk. 9 CITY OF FORT WORTH 2014 CIP YEAR 2—CONTRACT 3,UNIT 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02433 Revised December 20,2012 po 32 91 19-I TOPSOIL PLACIiMFNT AND FINISITING OF PARKWAYS Page I of 3 1 SECTION 32 91 19 2 TOPSOIL PLACEMENT AND FINISHING OF PARKWAYS 3 PART 1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes 6 1. Furnish and place topsoil to the depths and on the areas shown on the plans. 7 B. Deviations from City of Fort Worth Standards 8 1. None 9 C. Related Specification Sections include but are not necessarily limited to •r 10 1. Division 0-Bidding Requirements, Contract Forms, and Conditions of the 1 1 Contract. 12 2. Division l -General Requirements. Pb 13 1.2 PRICE AND PAYMENT PROCEDURES 14 A. Measurement and Payment r• 15 1. Measurement: 16 a. Topsoil: measure by the cubic yard in place. 17 2. Payment: is a. Contract unit price and total compensation for loading. hauling, placing and 19 furnishing all labor equipment,tools, supplies, and incidentals as necessary to 20 complete work. W 21 b. All excavation required by this item in cut sections shall be measured in 22 accordance with provisions for the various excavation items involved with the 23 provision that excavation will be measured and paid for once, regardless of the 24 manipulations involved. p r 2014 C!F YE.AB 2-CONTkA(-I UNH 3 CITY OF FOR I'WORTH p2-0.7 STANDARD CONSTRUCTION SPECIFICATION DOCUN1EN FS Revised July 1,2011 3291 19-2 TOPSOII.PLACEMENT AND FINISHING OF PARKWAYS Page 2 of 3 ' 1 1.3 REFERENCES [NOT USED] 2 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 3 1.5 ACTION SUBMITTALS 4 1.6 ACTION SUBMITTALSANFORMATIONAL 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 12 2.1 OWNER-FURNISHED [ox] OWNER-SUPPLIEDPRODUCTS [NOT USED] 13 21 MATERIALS 14 A. Topsoil 15 1. Use easily cultivated,fertile topsoil that: 16 a. is free from objectionable material including subsoil,weeds,clay lumps,non- 17 soil materials,roots, stumps or stones larger than 1.5 inches 18 b. has a high resistance to erosion,and 19 c. is able to support plant growth. 20 2. Secure topsoil from approved sources. 21 3. Topsoil is subject to testing by the City. 22 4. pH: 5.5 to 8.5. 23 5. Liquid Limit: 50 or less. ., 24 6. Plasticity Index:20 or less. 25 7. Gradation: maximum of 10 percent passing No.200 sieve. 26 B. Water: Clean and free of industrial wastes and other substances harmful to the growth 27 of vegetation. 28 2.3 ACCESSORIES [NOT USED] 29 2.4 SOURCE QUALITY CONTROL [NOT USED] 30 PART 3- EXECUTION 31 3.1 INSTALLERS [NOT USED] 32 31 EXAMINATION [NOT USED] 33 33 PREPARATION [NOT USED] 1 3.4 INSTALLATION 35 A. Finishing of Parkways. CITY OF FORT WORTH 2014 CIP YLAK 2-C.ONT"C7r 3,UNrr 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02433 Revised July 1,2011 3291 19-3 TOPSOIL-PLACfiti9L`•NT AND FINISHING OF PARKWAYS r Pace 3 of 3 1 1. Smoothly shape parkways, shoulders, slopes, and ditches. .. 2 1 Cut parkways to finish grade prior to the placing of any improvements in or 3 adjacent to the roadway. 4 3. In the event that unsuitable material for parkways is encountered, extend the depth 5 of excavation in the parkways six inches and backfill with top soil. 6 4. Make standard parkway grade perpendicular to and draining to the curb line. 7 a. Minimum: 1/4 inch per foot. r 8 b. Maximum: 4:1. 9 c. City may approve variations from these requirements in special cases. 10 5. Whenever the adjacent property is lower than the design curb grade and runoff drains away from the street, the parkway grade must be set level with the top of the 12 curb. 13 6. The design grade from the parkway extends to the back of the walk line. 14 7. From that point(behind the walk),the grade may slope up or down at maximum 15 slope of 4:1. 16 B. Placing of Topsoil r 17 1. Spread the topsoil to a uniform loose cover at the thickness specified. 18 2. Place and shape the topsoil as directed. .. 19 3. Hand rake finish a minimum of 5 feet from all tlatwork 20 4. Tamp the topsoil with a light roller or other suitable equipment. 21 3.5 [REPAIR]/[RESTORATION] [NOT USED] 22 3.6 RE-INSTALLATION [NOT USED] 23 3.7 FIELD QUALITY CONTROL [NOT USED] r 24 3.8 SYSTEM STARTUP [NOT USED] 25 3.9 ADJUSTING [NOT USED] 26 3.10 CLEANING [NOT USED] 27 3.11 CLOSEOUT ACTNITIES [NOT USED] 28 3.12 PROTECTION [NOT USED 1 29 3.13 MAINTENANCE [NOT USED] 30 3.14 ATTACHMENTS [NOT USED] 31 END OF SECTION 32 Revision Log DATE NAME SUMMARY OF CHANGE R 33 i 1_014(W YEAR'-(ON I KA(`1"3.t`N I"t 3 CITY OF FORT WORTH 02433 STANDARD CONSTRUCTION SPECIFICATION IXXJ IMIXI'S Revised juk 1.2011 r X24213 -I HYDROMULCHING.SEEDING AND SODDING Pa„e 1 of 7 I SECTION 32 92 13 2 HYDROMULCHING, SEEDING AND SODDING 3 PART 1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes 6 1. Furnishing and installing grass sod and permanent seeding as shown on plans,or as 7 directed. 8 B. Deviations from City of Fort Worth Standards 9 1. None 10 C. Related Specification Sections include but are not necessarily Iimited to I l 1. Division 0- Bidding Requirements, Contract Forms, and Conditions of the 12 Contract. 13 2. Division 1 -General Requirements. 14 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 1. Measurement 17 a. Block Sod Placement: measure by the square yard. 18 b. Seeding: measure by the square yard by the installation method. 19 c. Mowing: measure by each. 20 1 Payment 21 a. Block Sod Placement: contract unit price and total compensation for furnishing 22 and placing all sod, rolling and tamping, watering(until established),disposal 23 of all surplus materials, and material, labor, equipment, tools and incidentals 14 necessary to complete the work. 25 b. Seeding: contract unit price and total compensation for furnishing all materials 26 including water for seed-fertilizer, slurry and hydraulic mulching, water and 27 mowing (until established), fertilizer, and material, labor, equipment.. tools and 28 incidentals necessary to complete the work. 29 c. Mowing: contract writ price and total compensation for material. labor, 30 equipment, tools and incidentals necessary to complete the work. 1 1.3 REFERENCES INOT USED] 32 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED1 ” ,3 1.5 ACTION SUBMITTALS [NOT USED] 34 1.6 INFORMATIONAL SUBMITTALS ■ 35 A. Seed 36 1. Vendors' certification that seeds meet Texas State seed law including: 37 a. Testing and labeling for pure live seed (PLS). 38 b. Name and type of seed. 39 2. All seed shall be tested in a laboratory with certified results presented to the City in 40 writing, prior to planting. H 2011(IP)EAR,-Cow rK,ur z.UNIT 3 CITY OF FORT WORT o2a; STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS h Revised Joh, L 2011 0 329213-2 HYDROMULCHING,SEEDING AND SODDING Page 2 of 7 1 3. All seed to be of the previous season's crop and the date on the container shall be 2 within twelve months of the seeding date. 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 7 A. Block Sod 8 1. Protect from exposure to wind,sun and freezing. 9 2. Keep stacked sod moist. 10 B. Seed 11 1. If using native grass or wildflower seed,.seed must have been harvested within one 12 hundred(100)miles of the construction site. dq 13 2. Each species of seed shall be supplied in a separate, labeled container for 14 acceptance by the City. 15 C. Fertilizer •. 16 1. Provide fertilizer labeled with the analysis. 17 2. Conform to Texas fertilizer law. 18 1.11 FIELD [SITE] CONDITIONS [NOT USED] 19 1.12 WARRANTY [NOT USED] 20 PART 2- PRODUCTS [NOT USED) 21 2.1 OWNER-FURNISHED PRODUCTS [NOT USED] "W 2? 2.2 MATERIALS AND EQUIPMENT 23 A. Materials 24 1. Block Sod 25 a. Sod Varieties(match existing if applicable) 26 1) "Stenotaphrum secundatum"(St.Augustine grass), 27 2) "Cynodon dactylon"(Common Bermudagrass), 28 3) "Buchloe dactyloides"(Buffalograss), 29 4) an approved hybrid of Common Bermudagrass, 30 5) or an approved Zoysiagrass. 31 b. Sod must contain stolons, leaf blades,rhizomes and roots. 32 c. Sod shall be alive,healthy and free of insects, disease,stones, undesirable 33 foreign materials and weeds and grasses deleterious to its growth or which 34 might affect its subsistence or hardiness when transplanted. 35 d. Minimum sod thickness:3/4 inch 36 e. Maximum grass height:2 inches 37 f. Acceptable growing beds: 38 1) St.Augustine grass sod: clay or clay loam topsoil. 39 2) Bermuda grasses and zoysia grasses: sand or sandy loam soils. 40 g. Dimensions. 41 1) Machine cut to uniform soil thickness. CITY OF FORT WORTH 2014 Cw YEAR 2-CONTRAU I UNrr 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02433 Revised July 1,2011 329213-3 HYDROMULCHING,SEEDING AND SODDING Page 3 of 7 1 2) Sod shall be of equal width and of a size that permits the sod to be lifted, 2 handled and rolled without breaking. 3 h. Broken or torn sod or sod with uneven ends shall be rejected. 4 2. Seed 5 a. General 6 1) Plant all seed at rates based on pure live seed(PLS) 7 a) Pure Live Seed(PLS)determined using the formula: 8 (1) Percent Pure Live Seed=Percent Purity x[(Percent Germination+ 9 Percent Firm or Hard Seed)+ 1.00] 10 2) Availability of Seed 11 a) Substitution of individual seed types due to lack of availability may be 12 permitted by the City at the time of planting. 13 b) Notify the City prior to bidding of difficulties locating certain species. 14 3) Weed seed 15 a) not exceed ten percent by weight of the total of pure live seed(PLS) 16 and other material in the mixture. 17 b) Seed not allowed: 18 (1) Johnsongrass 19 (2) nutgrass seed 20 4) Harvest seed within 1-year prior to planting 21 b. Non-native Grass Seed 22 1) Plant between April 15 and September 10 23 Lbs. Common Name Botanical Name Purity Germination PLS/Acre (percent) _percent) 25 Bermuda(unhulled) cynodon dactvlon 85 90 75 Bermuda(hulled) cynodon daelylon 95 90 24 25 2) Plant between September 10 and April 15 26 Lbs. Common Name Botanical.Name Purity Germination PLS/Acre (percent) (parent) 220 Rye Grass lolium multorum 85 90 75 Bermuda(unhulled) cynodon dactylon 95 90 27 28 c. Native Grass Seed 29 1) Plant between February 1 and October 1. 30 Lbs.PLS/Acre Common Name Botanical Name L6 Green Spra4etop Leptacnloa Abia 5.5 S'Ideoats Grama* Bouteloua curtipendula 3.7 Little Bluestem* Schi_achyrium scoparium 17.0 Buffalograss Buchloe dactyloidev 1.8 Indian Grass* .Sorghastrum nutans �* 0.5 Sand Lovegrass* Eragrostis trichodes 6.0 Big Bluestem Andropogon gerardii 8.0 Eastern Grama Tripscacum dacVoides 1.2 Blue Grama Bouteloua gracilis 1.8 Switchgrass Panicum virgatum 10.0 Prairie Wildrye* Elymus canadensis 31 CITY OF FORT WORTH zoia cue�rt ve a-coHrxacr:3,3,V NIT a 02431 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1,2011 329213-4 HYDROMULCHING,SEEDING AND SODDING Page 4 of 7 .. I d. Wildflower Seed 2 1) Plant between the following: 3 a) March 5 and May 31 4 b) September 1 and December 1 5 Lbs..PLSJAcro Ccunmon Nome Botanical Name 3.0 Bush Sunflower Sinsia calva 5.0 Butterfly Weed Asclepias tuberosa 2.0 Clasping Coneflower* Rudbeckia amplexicaulis 3.0 Golden-Wave Coreopsis basalis A 13.4 Illinois Bundleflower Desmanthus illinoensis 13.6 Partridge Pea Cassia fasciculata 2,0 Prairie Verbena Verbena bipinnatfda 9.0 Texas Yellow Star Undheimeri texana 8.0 Winecup Callirhoe involcraia 2.0 Black-eyed Susan Rudbeckia hirta 18.0 Cutleaf Daisy Engelmannia pirmatiftda "I 2.0 Obedient Plant Physostegia intermedia 3.0 Pitcher Sage Sabia azurea 2.0 Plains Coreopsis Coreopsis tinctoria 8.0 Scarlet Sage Salvia coccinea 6 'not to be planted within ten feet of a road or parking lot or within three feet of a 7 walkway 8 9 e. Temporary Erosion Control Seed 10 1) Consist of the sowing of cool season plant seeds. 11 3. Mulch 12 a. For use with conventional mechanical or hydraulic planting of seed. 13 b. Wood cellulose fiber produced from virgin wood or recycled paper-by-products 14 (waste products from paper mills or recycled newspaper). 15 c. No growth or germination inhibiting factors. 16 d. No more than ten percent moisture,air dry weight basis. 17 e. Additives: binder in powder form. 18 f. Form a strong moisture retaining mat. 19 4. Fertilizer 20 a. acceptable condition for distribution •� 21 b. applied uniformly over the planted area. 22 c. Analysis 23 1) 16-20-0 24 2) 16-8-8 25 d. Fertilizer rate: 26 1) Not required for wildflower seeding. 27 2) Newly established seeding areas- 100 pounds of nitrogen per acre. 28 3) Established seeding areas- 150 pounds of nitrogen per acre. 29 5. Topsoil: See Section 32 91 19. 30 6. Water: clean and free of industrial wastes or other substances harmful to the 31 germination of the seed or to the growth of the vegetation. 32 7. Soil Retention Blanket 33 a. "Curlex V from American Excelsior,900 Ave.H East,Post Office Box 5624, 34 Arlington,Texas 76001, 1-800-777-SOIL or approved equal. CITY OF FORT WORTH 2014 CEP YEAR 2-CON-rnACr 3.UNIT 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02433 Rcvised July 1,2011 329213-5 HYDROMULCHING,SEEDING AND SODDING Page 5 of 7 1 2 2.3 ACCESSORIES [NOT USED] 3 2.4 SOURCE QUALITY CONTROL [NOT USED] 4 PART 3 - EXECUTION [NOT USED] 5 3.1 INSTALLERS [NOT USED] 6 3.2 EXAMIINATION [NOT USED] 7 33 PREPARATION 8 A. Surface Preparation: clear surface of all material including: 9 1. Stumps, stones,and other objects larger than one inch. 10 2. Roots, brush,wire,stakes,etc. 11 3. Any objects that may interfere with seeding or maintenance. 12 B. Tilling 13 1. Compacted areas:till one inch deep. 14 2. Areas sloped greater than 3:1: run a tractor parallel to slope to provide less 15 seed/water run-off. 16 3. Areas near trees: Do not till deeper than one half inch inside"drip line" of trees. 17 3.4 INSTALLATION 18 A. Block Sodding 19 1. General: 20 a. Place sod between curb and walk and on terraces that is the same type grass as 1P 21 adjacent grass or existing lawn. 22 b. Plant between the average last freeze date in the spring and 6 weeks prior to the 23 average first freeze in the fall. 24 2. Installation 25 a. Plant sod specified after the area has been completed to the lines and grades 26 shown on the plans with 6 inches of topsoil. 27 b. Use care to retain native soil on the roots of the sod during the process of 28 excavating,hauling and planting. 29 c. Keep sod material moist from the time it is dug until planted. 30 d. Place sod so that the entire area designated for sodding is covered. 31 e. Fill voids left in the solid sodding with additional sod and tamp. 32 f. Roll and tamp sod so that sod is in complete contact with topsoil at a uniform 33 slope. 34 g. Peg sod with wooden pegs(or wire staple)driven through the sod block to the 35 firm earth in areas that may slide due to the height or slope of the surface or 36 nature of the soil. 37 3. Watering and Finishing 38 a. Furnish water as an ancillary cost to CONTRACTOR by means of temporary 39 metering/irrigation, water truck or by any other method necessary to achieve 40 an acceptable stand of turf as defined in 3.13.B. 41 b. Thoroughly water sod immediately after planted. 42 c. Water until established. CITY OF FORT WORTH 2014 CIP YEAR 2-C.0ITRACT],UNIT s STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 07.43) Revised July I,2011 r 329213-6 HYDROMULCHING,SEEDING AND SODDING Page 6 of 7 1 d. Generally,an amount of water that is equal to the average amount of rainfall 2 plus one half inch per week should be applied until accepted. If applicable, 3 plant large areas by irrigation zones to ensure areas are watered as soon as they 4 are planted. 5 B. Seeding 6 1. General 7 a. Seed only those areas indicated on the plans and areas disturbed by 8 construction. 9 b. Mark each area to be seeded in the field prior to seeding for City approval. 10 2. Broadcast Seeding 11 a. Broadcast seed in two directions at right angles to each other. Mft 12 b. Harrow or rake lightly to cover seed. 13 c. Never cover seed with more soil than twice its diameter. 14 d. For wildflower plantings: No 15 1) scalp existing grasses-to one inch. 16 2) remove grass clippings, so seed can make contact with the soil. 17 3. Mechanically Seeding(Drilling): 18 a. Uniformly distribute seed over the areas shown on the plans or as directed. 19 b. All varieties of seed and fertilizer may be distributed at the same time provided 20 that each component is uniformly applied at the specified rate. 21 c. Drill seed at a depth of 1/4 inch to 3/8 inch utilizing a pasture or rangeland type 22 drill. 23 d. Drill on the contour of slopes 24 e. After planting roll with a roller integral to the seed drill,or a corrugated roller 25 of the "Cultipacker"type. 26 £ Roll slope areas on the contour. 27 4. Hydromulching 28 a. Mixing: Seed, mulch,fertilizer and water may be mixed provided that: 29 1) Mixture is uniformly suspended to form a homogenous slurry. 30 2) Mixture forms a blotter-like ground cover impregnated uniformly with 31 grass seed. 32 3) Mixture is applied within thirty(30)minutes after placed in the equipment. 33 b. Placing 34 1) Uniforrnly distribute in the quantity specified over the areas shown on the 35 plans or as directed. 36 5. Fertilizing: uniformly apply fertilizer over seeded area. 37 6. Watering 38 a. Furnish water by means of temporary metering/irrigation,water truck or by 39 any other method necessary to achieve an acceptable stand of turf as defined in 40 3.13.B. 41 b. Water soil to a minimum depth of 4 inches within forty eight hours of seeding. 42 c. Water as direct by the City at least twice daily for 14 days after seeding in such 43 a manner as to prevent washing of the slopes or dislodgement of the seed. 44 d. Water until final acceptance. 45 e. Generally,an amount of water that is equal to the average amount of rainfall 46 plus one half inch per week should be applied until accepted. CITY OF FORT WORTH 2014 CIP YEAR 2-CONTRACT 3,UNIT J DO STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Z33 Revised July 1,2011 329213-7 HYDROMULCHING,SEEDING AND SODDING Page 7 of 7 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 8 3.12 PROTECTION [NOT USED] 9 3.13 MAINTENANCE 10 A. Block Sodding 11 1. Water and mow sod until completion and final acceptance of the Project or as 12 directed by the City. 13 2. Sod shall not be considered finally accepted until the sod has started to peg down 14 (roots growing into the soil)and is free from dead blocks of sod. 15 B. Seeding 16 1. Water and mow sod until completion and final acceptance of the Project or as 17 directed by the City. 18 2. Maintain the seeded area until each of the following is achieved: 19 a. Vegetation is evenly distributed. 20 b. Vegetation is free from bare areas. 21 3. Turf will be accepters once fully established. 22 a. Seeded area must have 100 percent growth to a height of three inches with one 23 mow cycle performed by the CONTRACTOR prior to consideration of 24 acceptance by the City. 25 C. Rejection 26 1. City may reject block sod or seeded area on the basis of weed populations. 27 3.14 ATTACHMENTS [NOT USED] 28 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 29 r CITY OF FORT wORTtI 2014 CIP YEAR 2-CON'TR.ACT),L 1SIT 3 0243) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1,2011 3305 13-1 FRAME,COYER,AND GRADE RINGS Page I of 5 1 SECTION 33 05 13 2 FRAME,COVER,AND GRADE RINGS 3 PART 1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Frame,cover and grade rings used as access ports into water,sanitary sewer and 7 storm drain structures such manholes or vaults 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. None. i 10 C. Related Specification Sections include,but are not necessarily limited to: 11 1. Division 0—Bidding Requirements, Contract Forms,and Conditions of the 12 Contract 13 2. Division I —General Requirements 14 1.2 PRICE AND PAYMENT PROCEDURES �. 15 A. Measurement and Payment 16 1. Measurement 17 a. This Item is considered subsidiary to the structure containing the frame,cover 18 and grade rings; 19 2. Payment 20 a. The work performed and the materials furnished in accordance with this.Item 21 are subsidiary to the unit price bid per each structure complete in place, and no 22 other compensation will be allowed. 23 1.3 REFERENCES 24 A. Reference Standards 25 1. Reference standards cited in this Specification refer to the current reference 26 standard published at the time of the latest revision date logged at the end of this 27 Specification,unless a date is specifically cited. 28 2. ASTM International (ASTM) 29 a. ASTM A48—Standard Specification for Gray Iron Castings 30 b. ASTM A536-Standard Specification for Ductile Iron Castings 31 c. ASTM C478-Specification for.Precast Reinforced Concrete Manhole Sections 32 3. American Association of State Highways and Transportation Officials(AASHTO) 33 a. AASHTO M306—Standard Specification for Drainage, Sewer,Utility and 34 Related Castings 35 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 36 1.5 SUBMITTALS 37 A. Submittals shall be in accordance with Section 01 33 00. rE CITY OF FORT WORTH 20145 CIP YEAR 2—CONTRACT 3,UNIT 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02433 Rcvised July 1,2011 a, 330513-2 FRAME,COVER,AND GRADE RINGS Page 2 of 5 I B. All submittals shall be approved by the Engineer or the City prior to delivery and/or 2 fabrication for specials. 3 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 4 A. Product Data 5 1. All castings shall be cast with: 6 a. Approved foundry's name 7 b. Part number 8 c. Country of origin 9 2: Provide manufacturer's: 10 a. Specifications 1 l b. Load tables 12 c. Dimension diagrams 13 d. Anchor details 14 e, Installation instructions 15 B. Certificates 16 1. Manufacturer shall certify that all castings conform to the ASTM and AASHTO 1`d designations. 18 1.7 CLOSEOUT SUBMITTALS [NOT USED] 19 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 20 1.9 QUALITY ASSURANCE [NOT USED] 21 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 22 1.11 FIELD [SITE] CONDITIONS [NOT USED] 23 1.12 WARRANTY [NOT USED] 24 PART 2 - PRODUCTS 25 2.1 OWNER-FURNISHED loa] OWNER-SUPPLIED PRODUCTS [NOT USED] 26 2.2 EQUIPMENT,.PRODUCT TYPES,MATERIALS 27 A. Manufacturers 28 1. Only the manufacturers as listed on the City's Standard Products List will be 29 considered as shown in Section 0160 00. 30 a. The manufacturer must comply with this Specification and related Sections. 31 2. Any product that is not listed on the Standard Products List is considered a 32 substitution and shall be submitted in accordance with Section 0125 00. 33 B. Castings 34 1. Use castings for frames that conform to ASTM A48,Class 35B or better. 35 2. Use castings for covers that conform to ASTM A536,Grade 65-45-12 or better. 36 3. Use clean casting capable of withstanding application of AASHTO.HS-20 vehicle 37 loading with permanent deformation. 38 4. Covers CITY OF FORT WORTH 20145 CIP YEAR 2—CONTRACT 3,UNIT 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02433 Revised July 1,2011 d.. 3305 13-3 FRAME,COVER,AND GRADE RINGS Page 3 of 5 1 a. Size to set flush with the frame with no larger than a 1/8 inch gap between the 2 frame and cover 3 b. Provide with 2 inch wide pick slots in lieu of pick holes. 4 c. Provide gasket in frame and cover. 5 d. Standard Dimensions 6 1) Sanitary Sewer 7 a) Provide a clear opening of 30 inches for all sanitary sewer frames and 8 cover assemblies unless otherwise specified in the Contract Documents. 9 2) Storm Drain 10 a) Provide a clear opening of 22 %z inches for all storm drain frames, inlets I l and cover assemblies unless otherwise specified in the Contract 12 Documents. 13 b) Provide a minimum clear opening of 24 inches for all storm sewer 14 manholes and junction structures. 15 e. Standard Labels 16 1) Water 17 a) Cast lid with the word"WATER"in 2-inch letters across the lid. 18 2) Sanitary Sewer 19 a) Cast lid with the word"SANITARY SEWER"in 2-inch Ietters across 20 the lid. 21 3) Storm Drain 22 a) Cast lid with the word"STORM DRAIN" in 2-inch letters across the 23 lid. 24 f. Hinge Covers 25 1) Provide watertight gasket on all hinged covers. 26 2) Water 27 a) Provide hinged covers for all water structures. 28 3) Sanitary Sewer 29 a) Provide hinged covers for all manholes or structures constructed over 30 24-inch sewer lines and larger and for manholes where rim elevations 31 are greater than 12 inches above the surface. 32 C. Grade Rings 33 1. Provide grade rings in sizes from 2-inch up to 8-inch. 34 2. Use concrete in traffic loading areas. 35 3. In non-traffic areas concrete or HDPE can be used. 36 D. Joint Sealant 37 1. Provide a pre-formed or trowelable bitumastic sealant in an extrudable or flat tape 38 form. 39 2. Provide sealant that is not dependant on a chemical action for its adhesive 40 properties or cohesive strength. CITY OF FORT WORTH 20145 CIP YEAR 2—CONTRACT 3,UNIT 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02433 Revised July 1,2011 330513-4 FRAME,COVER,AND GRADE RINGS Page 4 of 5 MR 1 23 ACCESSORIES [NOT USED] 2 2.4 SOURCE QUALITY CONTROL [NOT USED] 3 PART 3- EXECUTION 4 3.1 INSTALLERS [NOT USED] 5 3.2 EXAMINATION [NOT USED] Ism 6 33 PREPARATION [NOT USED] 7 3.4 INSTALLATION '9 8 A. Grade Rings 9 1. Place as shown in the water and sanitary sewer City Standard Details. 04 10 2. Clean surfaces of dirt,sand,mud or other foreign matter before placing sealant. 11 3. Seal each grade ring with sealant specified in this Specification and as shown on the 12 City Standard Details. .' 13 B. Frame and Cover 14 1. Water 15 a. For water structures install frame,cover and grade rings in accordance with 16 applicable City Standard Detail. 17 2. Sanitary Sewer 18 a. For sanitary sewer structures install frame, cover and grade rings in accordance 19 with applicable City Standard Detail. 20 3. Storm Drain 21 a. For storm drain structures install frame,cover and grade rings in accordance 22 with applicable City Standard Detail. 23 4. Hinge Cover F 24 a. Provide hinge cover on elevated manholes,junction boxes,in the flood plain 25 and where specified on the Drawings. 26 C. Joint Sealing — 27 1. Seal frame,grade rings and structure with specified sealant: 28 D. Concrete Collar 29 1. Provide concrete collar around all frame and cover assemblies. CITY OF FORT WORTH 20145 CIP YEAR 2—CONTRACT 3,UNIT 3 STANDARD CONSTRUCUON SPFCIFICATION DOCUMENTS 02433 Revised July 1,2011 d% 330513-5 FRAME,COVER,AND GRADE RINGS Page 5 of 5 1 3.5 REPAIR/RESTORATION [NOT USED] 2 3.6 RE-INSTALLATION ]NOT USED] 3 3.7 FIELD 10R] SITE 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] dW 11 END OF SECTION 12 Revision Log DATE NAME SUMMARY OF CHANGE 6/25/2014 F.Griffin Corrected error in Part 2-2.2-B-4-d-2-a. Cover size should be 22 V inches rather than 19%inches. r 13 CTTY OF FORT WORTH 20145 C1P YEAR 2—CONTRAC-1"3,UNIT 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02433 Revised July 1,2011 r330514-1 ADJUSTING MANHOLES,INLETS,VALVE BOXES,AND OTHER STRUCTURES TO GRADE, rPage I of 6 1 SECTION 33 05 14 r2 ADJUSTING MANHOLES, INLETS,VALVE BOXES, AND OTHER STRUCTURES TO 3 GRADE 4 PART1 - GENERAL 5 1.1 SUMMARY 6 A. Section Includes: 7 1. Vertical adjustments to manholes,drop inlets,valve boxes,cathodic protection test F 8 stations and other miscellaneous structures to a new grade 9 B. Deviations from 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 f' 13 Contract 14 2. Division 1 —General Requirements r 15 3. Section 33 05 10—Utility Trench Excavation, Embedment and Backfill I6 4. Section 33 05 13 —Frame,Cover and Grade Rings 17 5. Section 33 39 10—Cast-in-Place Concrete Manholes 18 6. Section 33 39 20—Precast Concrete Manholes 19 7. Section 33 12 20—Resilient Seated Gate Valve 20 8. Section 33 12 21 —AWWA Rubber-Seated Butterfly Valve r21 9. Section 33 04 11 —Corrosion Control Test Station 22 10. Section 33 04 12—Magnesium Anode Cathodic Protection IP 23 1.2 PRICE AND PAYMENT PROCEDURES 24 A. Measurement and Payment 25 1. Manhole—Minor Adjustment 26 a. Measurement 27 1) Measurement for this item shall be per each adjustment using only grade 28 rings or other minor adjustment devices to a grade specified on the 29 Drawings. 30 b. Payment 31 1) The work performed and the materials furnished in accordance with this 32 Item will be paid for at the unit price bid per each"Manhole Adjustment, 33 Minor"completed. 34 c. The price bid shall include: 35 1) Pavement removal 36 2) Excavation 37 3) Hauling 38 4) Disposal of excess material 39 5) Grade rings or other adjustment device 40 6) Furnishing, placing and compaction of embedment and backfill CITY OF FORT WORTH 2014 CIP YEAR 2-CONTRACT 3,UNIT 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02433 Revised July 1.2011 3305 14-2 ADJUSTING MANHOLES,INLETS,VALVE BOXES,AND OTHER STRUCTURES TO GRADE Page 2 of 6 .� 1 7) Clean-up 2 2. Manhole-Major Adjustment nip 3 a. Measurement 4 1) Measurement for this Item shall be per each adjustment requiring structural 5 modifications to manhole to a grade specified on the Drawings. 6 b. Payment 7 1) The work performed and the materials furnished in accordance with this 8 Item will be paid for at the unit price bid per each"Manhole Adjustment, 9 Major"completed. 10 c. The price bid shall include: I 1 1) Pavement removal 12 2) Excavation 13 3) Hauling 14 4) Disposal of excess material 15 5) Structural modifications,grade rings or other adjustment device 16 6) Furnishing,placing and compaction of embedment and backfill 17 7) Clean-up 18 3. Inlet 19 a. Measurement 20 1) Measurement for this Item shall be per each adjustment requiring structural 21 modifications to inlet to a grade specified on the Drawings. 22 b. Payment 23 1) The work performed and the materials furnished in accordance with this 24 Item will be paid for at the unit price bid per each"Inlet Adjustment" 25 completed. 26 c. The price bid shall include: 27 1) Pavement removal 28 2) Excavation �. 29 3) Hauling 30 4) Disposal of excess material 31 5) Structural modifications 32 6) Furnishing,placing and compaction of embedment and backfill 33 7) Clean-up 34 4. Valve Box 35 a. Measurement 36 1) Measurement for this Item shall be per each adjustment to a grade specified 37 on the Drawings. 38 b. Payment 39 1) The work performed and the materials furnished in accordance with this 40 Item will be paid for at the unit price bid per each"Valve Box Adjustment" 41 completed. 42 c. The price bid shall include: 43 1) Pavement removal 44 2) Excavation -. 45 3) Hauling 46 4) Disposal of excess material 47 5) Adjustment device .4 48 6) Furnishing, placing and compaction of embedment and backfill 49 7) Clean-up CITY OF FORT WORTH 2014 CIP YEAR 2-CONTRACT 3,UNIT 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02433 Revised July 1,2011 r33 05 14-3 ADJUSTING MANHOLES,INLETS,VALVE BOXES,AND OTHER STRUCTURES TO GRADE Page 3 of 6 Cathodic Protection Test Station 2 a. Measurement 3 1) Measurement for this Item shall be per each adjustment to a grade specified 4 4 on the Drawings. 5 b. Payment 6 1) The work performed and the materials furnished in accordance with this 7 Item will be paid for at the unit price bid per each"Cathodic Protection 8 Test Station Adjustment"completed. �* 9 c. The price bid shall include: 10 1) Pavement removal 11 2) Excavation 12 3) Hauling 13 4) Disposal of excess material 14 5) Adjustment device 15 6) Furnishing,placing and compaction of embedment and backfill 16 7) Clean-up 1 17 6. Fire Hydrant 18 a. Measurement 19 1) Measurement for this Item shall be per each adjustment requiring stem 20 extensions to meet a grade specified by the Drawings. 21 b. Payment 22 1) The work performed and the materials furnished in accordance with this 23 Item will be paid for at the unit price bid per each"Fire Hydrant Stem 24 Extension" completed. 25 c. The price bid shall include: 26 1) Pavement removal 27 2) Excavation 28 3) Hauling 29 4) Disposal of excess material 30 5) Adjustment materials 31 6) Furnishing,placing and compaction of embedment and backfill 32 7) Clean-up 33 7. Miscellaneous Structure 34 a. Measurement 35 1) Measurement for this Item shall be per each adjustment requiring structural 36 modifications to said structure to a grade specified on the Drawings. 37 b- Payment 38 1) The work performed and the materials furnished in accordance with this 39 Item will be paid for at the unit price bid per each"Miscellaneous Structure 40 Adjustment"completed. 41 c. The price bid shall include: 42 1) Pavement removal 43 2) Excavation 44 3) Hauling 45 4) Disposal of excess material 46 5) Structural modifications 47 6) Furnishing, placing and compaction of embedment and backfill 48 d. Clean-up PFM CITY OF FORT WORTH 2014 CIP YEAR 2-CONTRACT 3,UNIT 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENT'S 02433 Revised July 1,2011 330514-4 ADJUSTING MANHOLES,INLETS,VALVE BOXES,AND OTHER STRUCTURES TO GRADE Page 4 of 6 1 13 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. Texas Commission on Environmental Quality(TCEQ): 7 a. Title 30, Part I,Chapter 217, Subchapter C,Rule 217.55—Manholes and 8 Related Structures. F 9 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 10 1.5 SUBMITTALS [NOT USED] 11 1.6 ACTION SUBMITTALSIINFORMATIONAL 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 IoR] OWNER-SUPPLIED PRODUCTS[NOT USED] 20 21 MATERIALS 21 A. Cast-in-Place Concrete 22 1. See Section 03 30 00. 23 B. Modifications to Existing Concrete Structures 24 1. See Section 03 80 00. 25 C. Grade Rings MR 26 1. See Section 33 05 13. 27 D_ Frame and Cover 28 1. See Section 33 05 13. 29 E. Backtill material 30 1. See Section 33 05 10. 31 F. Water valve box extension 32 1. See Section 33 12 20. MR 33 G. Corrosion Protection Test Station 34 1. See Section 33 04 11. CITY OF FORT WORTH 2014 CIP YEAR 2-CONTRACT 3,UNIT 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02433 Revised July 1,2011 O 3305 14-5 ADJUSTING MANHOLES,INLETS,VALVE BOXES,AND OTHER STRUCTURES TO GRADE Page 5 of 6 1 H. Cast-in-Place Concrete Manholes 2 1. See Section 33 39 10. 3 1. Precast Concrete Manholes 4 1. See Section 33 39 20. 5 2.3 ACCESSORIES [NOT USED[ 6 2.4 SOURCE QUALITY CONTROL [NOT USED] 7 PART 3- EXECUTION 8 3.1 INSTALLERS (NOT USED] 9 3.2 EXAMINATION 10 A. Verification of Conditions 11 1. Examine existing structure to be adjusted,for damage or defects that may affect 1.2 grade adjustment. 13 a. Report issue to City for consideration before beginning adjustment. 14 3.3 PREPARATION r15 A. Grade Verification 16 1. On major adjustments confirm any grade change noted on Drawings is consistent 17 with field measurements. r1.8 a. If not, coordinate with City to verify final grade before beginning adjustment. 19 3.4 ADJUSTMENT r20 A. Manholes,Inlets,and Miscellaneous Structures 21 1. On any sanitary sewer adjustment replace 24-inch frame and cover assembly with 22 30-inch frame and cover assembly per TCEQ requirement. 23 2. On manhole major adjustments,inlets and miscellaneous structures protect the 24 bottom using wood forms shaped to fit so that no debris blocks the invert or the 25 inlet or outlet piping in during adjustments. 26 a. Do not use any more than a 2-piece bottom. 27 3. Do not extend chimney portion of the manhole beyond 24 inches. 28 4. Use the least number of grade rings necessary to meet required grade. 29 a. For example, if a l-foot adjustment is required, use 2 6-inch rings, not 6 2-inch 30 rings- r31 B. Valve Boxes r 32 1. Utilize typical 3 piece adjustable valve box for adjusting to final grade as shown on 33 the Drawings. r34 C. Backfill and Grading 35 1. Backfill area of excavation surrounding each adjustment in accordance to Section 36 3305 10. CITY OF FORT WORT11 2014 CIP YEAR 2-CONTRACT 3,11NIT 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02433 Revised July 1,2011 MA 3305 14-6 ADJUSTING MANHOLES,INLETS,VALVE BOXES,AND OTHER STRUCTURES TO GRADE Page 6 of 6 .. 1 3.5 REPAIR/RESTORATION [NOT USED] 2 3.6 RE-INSTALLATION [NOT USED] ■• 3 3.7 FIELD 10141 SITE 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] am 10 3.14 ATTACHMENTS [NOT USED) 11 END OF SECTION m 12 Revision Log DATE NAME SUMMARY OF CHANGE 13 CITY OF FORT WORTH 2014 CIP YEAR 2-CONTRACT 3,UNIT 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02433 Revised July 1.2011 330517-1 CONCRETE COLLARS Page 1 of 3 1 SECTION 33 05 17 2 CONCRETE COLLARS 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Concrete Collars for Manholes 7 2. This Item is intended for use in asphalt streets and unimproved areas—not for use 8 in concrete streets. 9 B. Deviations from 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 13 Contract 14 2. Division i —General Requirements 15 3. Section 03 30 00—Cast-In-Place Concrete 16 4. Section 03 80 00—Modifications to Existing Concrete Structures 17 5. Section 33 05 13—Frame,Cover,and Grade Rings 18 1.2 PRICE AND PAYMENT PROCEDURES 19 A. Measurement and Payment .. 20 1. Manhole 21 a. Measurement 22 1) Measurement for this Item shall be per each. 23 b. Payment 24 1) The work performed and the materials furnished in accordance with this 25 Item shall be paid for at the unit price bid per each"Concrete Collar" 26 installed. 27 c. The price bid will include: 28 1) Concrete Collar 29 2) Excavation 30 3) Forms 31 4) Reinforcing steel (if required) 32 5) Concrete 33 6) Backfill 34 7) Pavement removal 35 8) Hauling 36 9) Disposal of excess material 37 10) Placement and compaction of backfill 38 11) Clean-up 39 12) Additional pavement around perimeter of concrete collar as required for 40 rim adjustment on existing manhole. 41 a CITY OF FORT WORTH 2014 CIP YEAR 2—CONTRACT 3,UNIT 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02433 �, Revised December 20,2012 3305 )7-2 CONCRETE COLLARS Page 2 of 3 w 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. D4258, Standard Practice for Surface Cleaning Concrete for Coating. 8 b. D4259, Standard Practice for Abrading Concrete. 9 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 10 1.5 SUBMITTALS [NOT USED] 11 1.6 ACTION SUBMITTALSANFORMATIONAL 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 IoR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 20 2.2 EQUIPMENT,PRODUCT TYPES,MATERIALS 21 A. Materials 22 1. Concrete—Conform to Section 03 30 00. 23 2. Reinforcing Steel—Conform to Section 03 2100. 24 3. Frame and Cover—Conform to Section 33 05 13. 25 4. Grade Ring—Conform to Section 33 05 13. Mo 26 2.3 ACCESSORIES [NOT USED] 27 2.4 SOURCE QUALITY CONTROL [NOT USED] ME 28 PART 3- EXECUTION MR 29 3.1 INSTALLERS [NOT USED] 30 3.2 EXAMINATION 31 A. Evaluation and Assessment 32 1. Verify lines and grades are in accordance to the Drawings. CITY OF FORT WORTH 2014 CiP YEAR 2—CONTRACT 3,UNIT 3 STANDARD CONSTRUCTION SPECIFICATION 1X.X'UMF,NTS 02433 Revised December 20,2012 Aft 330517-3 CONCRETE COLLARS Page 3 of 3 1 3.3 PREPARATION [NOT USED] 2 3.4 INSTALLATION 3 A. Final Rim Elevation 4 1. Install concrete grade rings for height adjustment. 5 a. Construct grade ring on load bearing shoulder of manhole. 6 b. Use sealant between rings as shown on Drawings. 7 2. Set frame on top of manhole or grade rings using continuous water sealant. 8 3. Remove debris, stones and dirt to ensure a watertight seal. 9 4. Do not use steel shims,wood,stones or other unspecified material to obtain the 10 final surface elevation of the manhole frame. 11 3.5 REPAIR/RESTORATION [NOT USED] 12 3.6 RE-INSTALLATION [NOT USED] 13 3.7 FIELD QUALITY CONTROL [NOT USED] 14 3.8 SYSTEM STARTUP [NOT USED] 15 3.9 ADJUSTING [NOT USED] 16 3.10 CLEANING [NOT USED] 17 3.11 CLOSEOUT ACTIVITIES [NOT USED] 18 3.12 PROTECTION [NOT USED] 19 3.13 MAINTENANCE [NOT USED) 20 3.14 ATTACHMENTS [NOT USED] 21 END OF SECTION 22 Revision Log DATE NAME SUMMARY OF CHANGE 12/202012 D.Johnson I.1.A2—Blue text added to clarify where concrete collars are to be installed. 23 CITY OF PORT woven 1 2014 CiP YEAR 2—CONTRACT 3,UNIT 3 STANDARD CONSTRUCTION SPECIFICATION DCxLJMF.,NTS 02433 Revised December 20,2012 3471 13- I FRAFF1C CON"FROL OM Page l of 5 _ 1 SECTION 34 7113 2 TRAFFIC CONTROL on 3 PART1 - GENERAL 4 1.1 SUMMARY ' 5 A. Section Includes: 6 1. Installation of Traffic Control Devices and preparation of Traffic Control Plans Im 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. on 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 I —General Requirements • 12 1.2 PRICE AND PAYMENT PROCEDURES I3 A. Measurement and Payment as 14 1. Installation of Traffic Control Devices 15 a. Measurement 16 l) Measurement for Traffic Control Devices shall be per month for the Project OR 17 duration. 18 a) A month is defined as 30 calendar days. 19 b. Payment 20 1) The work performed and materials furnished in accordance with this Item 21 and measured as provided under"Measurement" shall be paid for at the 22 unit price bid for"Traffic Control" 23 c. The price bid shall include: 24 1) Traffic Control implementation 25 2) Installation 26 3) Maintenance 27 4) Adjustments 28 5) Replacements 29 6) Removal 30 2. Portable Message Signs 31 a. Measurement 32 I) Measurement for this Item shall be per week for the duration of use. 33 b. Payment 34 1) The work performed and materials furnished in accordance to this Item and 35 measured as provided under"Measurement"shall he paid for at the unit 36 price bid per week for"Portable Message Sign" rental. 37 c. The price bid shall include: 38 1) Delivery of Portable Message Sign to Site 39 2) Message updating ' 40 3) Sign movement throughout construction 41 4) Return of the Portable Message Sign post-construction CITY OF FORT WORT[1 2014 CIP YEAR 2-CONTRACT 3,UNIT 3 _ STANDARD CONSTRUCTION SPECIE IC'A]10N DOC NWI'S 02433 Revised July T,2011 on 3471 13-2 TRAFFIC CONTROL Page 2 of 5 ON 1 3. Preparation of Traffic Control Plan Details 2 a. Measurement 3 1) Measurement for this Item is per each Traffic Control Detail prepared. 4 b. Payment 5 1) The work performed and materials furnished in accordance with this Item 6 shall be paid for at the unit price bid per each"Traffic Control Detail" -- 7 prepared. 8 c. The price bid shall include: 9 1) Preparing the Traffic Control.Plan Details Mo 10 2) Adherence to City and Texas Manual on Uniform Traffic Control Devices 11 (TMUTCD) 12 3) Obtaining the signature and seal of a licensed Texas Professional Engineer 13 4) Incorporation of City comments 14 1.3 REFERENCES 15 A. Reference Standards 16 1. Reference standards cited in this Specification refer to the current reference 17 standard published at the time of the latest revision date logged at the end of this 18 Specification, unless a date is specifically cited. 19 2. Texas Manual on Uniform Traffic Control Devices(TMUTCD). 20 3. Item 502,Barricades, Signs, and Traffic Handling of the Texas Department of 21 Transportation, Standard Specifications for Construction and Maintenance of 22 Highways, Streets, and Bridges. 23 1.4 ADMINISTRATIVE REQUIREMENTS 24 A. Coordination 25 1. Contact Traffic Services Division (817-392-7738)a minimum of 48 hours prior to 26 implementing Traffic Control within 500 feet of a traffic signal. 27 B. Sequencing 28 1. Any deviations to the Traffic Control Plan included in the Drawings must be first 29 approved by the City and design Engineer before implementation. 30 1.5 SUBMITTALS 31 A. Provide the City with a current list of qualified flaggers before beginning flagging 32 activities. Use only flaggers on the qualified list. 33 B. Obtain a Street Use Pen-nit from the Street Management Section of the Traffic •, 34 Engineering Division,311 W. 10'Street. The Traffic Control Plan (TCP)for the 35 Project shall be as detailed on the Traffic Control Plan Detail sheets of the Drawing set. 36 A copy of this Traffic Control Plan shall be submitted with the Street Use Permit. 37 C. Traffic Control Plans shall be signed and sealed by a licensed Texas Professional 38 Engineer. 39 D. Contractor shall prepare Traffic Control Plans if required by the Drawings or 40 Specifications. The Contractor will be responsible for having a licensed Texas 41 Professional Engineer sign and seal the Traffic Control Plan sheets. CITY OF FORT WORTH 2014 C1P YEAR 2-CONTRACT 3;UNIT 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02433 Revised July 1,2011 3471 13-3 TRAFFIC CONTROL, PaQe 3 of 5 1 E. Contractor responsible for having a licensed Texas Professional Engineer sign and seal 2 changes to the Traffic Control Plan(s)developed by the Design Engineer. 3 F. Design Engineer will furnish standard details for Traffic Control. 4 1.6 ACTION SUBMITTALSANFORMATIONAL 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 12 2.1 OWNER-FURNISHED lox] OWNER-SUPPLIED PRODUCTS [NOT USED] 13 2.2 ASSEMBLIES AND MATERIALS 14 A. Description 15 1. Regulatory Requirements I' 16 a. Provide Traffic Control Devices that conform to details shown on the 17 Drawings, the TMUTCD, and TxDOT's Compliant Work Zone Traffic Control t8 Device List(CWZTCDL). 19 2. Materials 20 a. Traffic Control Devices must meet all reflectivity requirements included in the 21 TMUTCD and TxDOT Specifications—Item 502 at all times during ma 22 construction. 23 b. Electronic message boards shall be provided in accordance with the TMUTCD. 24 2.3 ACCESSORIES [NOT USED] 25 2.4 SOURCE QUALITY CONTROL [NOT USED] 26 PART 3- EXECUTION 27 3.1 EXAMINATION [NOT USED] 28 3.2 PREPARATION 29 A. Protection of In-Place Conditions 30 1. Protect existing traffic signal equipment. 31 33 INSTALLATION 32 A. Follow the Traffic Control Plan(TCP)and install Traffic Control Devices as shown on 33 the Drawings and as directed. CITY OF FORT WORTH 2014 CIP YEAR 2-CONTRACT 3,UNIT 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENT'S 02433 Revised July 1,2011 dw 3471 13-4 TRAFFIC CONTROL Page 4 of 5 1 B. Install Traffic Control Devices straight and plumb. 2 C. Do not make changes to the location of any device or implement any other changes to 3 the Traffic Control Plan without the approval of the Engineer. �` 4 1. Minor adjustments to meet field constructability and visibility are allowed. 5 D. Maintain Traffic Control Devices by taking corrective action as soon as possible. 6 1. Corrective action includes but is not limited to cleaning,replacing, straightening, 7 covering,or removing Devices. 8 2. Maintain the Devices such that they are properly positioned,spaced,and legible, 9 and that retroreflective characteristics meet requirements during darkness and rain. 10 E. If the Inspector discovers that the Contractor has failed to comply with applicable federal 11 and state laws(by failing to furnish the necessary flagmen,warning devices,barricades, 12 lights,signs,or other precautionary measures for the protection of persons or property),the 13 Inspector may order such additional precautionary measures be taken to protect persons 14 and property. 15 F. Subject to the approval of the Inspector, portions of this Project,which are not affected by 16 or in conflict with the proposed method of handling traffic or utility adjustments,can be 17 constructed during any phase. 18 G. Barricades and signs shall be placed in such a manner as to not interfere with the sight 19 distance of drivers entering the highway from driveways or side streets. 20 H. To facilitate shifting, barricades and signs used in lane closures or traffic staging may 21 be erected and mounted on portable supports. 22 1. The support design is subject to the approval of the Engineer. 23 I. Lane closures shall be in accordance with the approved Traffic Control Plans. 24 J. If at any time the existing traffic signals become inoperable as a result of construction ■+ 25 operations,the Contractor shall provide portable stop signs with 2 orange flags,as 26 approved by the Engineer,to be used for Traffic Control. 27 K. Flaggers 28 1. Provide a Contractor representative who has been certified as a flagging instructor 29 through courses offered by the Texas Engineering Extension Service,the American 30 Traffic Safety Services Association,the National Safety Council,or other approved 31 organizations. 32 a. Provide the certificate indicating course completion when requested. 33 b. This representative is responsible for training and assuring that all flaggers are d' 34 qualified to perform flagging duties. 35 2. A qualified flagger must be independently certified by I of the organizations listed 36 above or trained by the Contractor's certified flagging instructor. 37 3. Flaggers must be courteous and able to effectively communicate with the public. 38 4. When directing traffic, flaggers must use standard attire, flags,signs,and signals 39 and follow the flagging procedures set forth in the TMUTCD. 40 5. Provide and maintain flaggers at such points and for such periods of time as may be 41 required to provide for the safety and convenience of public travel and Contractor's 42 personnel,and as shown on the Drawings or as directed by the Engineer. 43 a. These flaggers shall be located at each end of the lane closure. CITY OF FORT WORTH 2014 C1P YEAR 2-CONTRACT 3,UNIT 3 d% STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02433 Revised July 1.2011 d" 3471 13-5 TRAFFIC CONTROL Page 5 of 5 1 L. Removal 2 1. Upon completion of Work, remove from the Site all barricades, signs,cones, lights 3 and other Traffic Control Devices used for work-zone traffic handling in a timely 4 manner, unless otherwise shown on the Drawings. 5 3.4 REPAIR/RESTORATION [NOT USED] 6 3.5 RE-INSTALLATION [NOT USED] 7 3.6 FIELD [oR] SITE QUALITY CONTROL [NOT USED] 8 3.7 SYSTEM STARTUP [NOT USED[ 9 3.8 ADJUSTING [NOT USED] 10 3.9 CLEANING [NOT USED] 11 3.10 CLOSEOUT ACTIVITIES [NOT USED] 12 3.11 PROTECTION [NOT USED] 13 3.12 MAINTENANCE [NOT USED] 14 3.13 ATTACHMENTS [NOT USED[ 15 END OF SECTION 16 Revision Lag DATE NAME SUMMARY OF CHANCE 17 fi CITY OF FORT WORTH 2014 CIP YEAR 2-CONTRACT 3,UNIT 3 STANDARD CONSTRUCTION SPECIFICATION DCK'IJMF.NTS 02433 Revised July 1,2011 r rPage ] of 2 SPECIAL PROVISIONS 32 13 20 — Concrete Driveways: Contractor shall backfill" around the driveway within five (5) rworking days from pouring the driveway; if the contractor fails to complete the backfill within five (5)working days,a $100 dollars liquidated damage will be assessed per block per day. Backfilling is considered subsidiary to this bid list item,just as excavating and preparing the subgrade. 32 13 20—Sidewalks: Contractor shall backfill around the sidewalk within five(5)working days rfrom pouring the sidewalk; if the contractor fails to complete the backfill within five (5) working days, a$100 dollars liquidated damage will be assessed per block per day. Backfilling is considered subsidiary to this bid list item,just as excavating and preparing the subgrade. 1 32 13 20 — Ramps: Contractor shall backfill the wheelchair ramp within five (5) working days from pouring the ramp; if the contractor fails to complete the backfill within five(5)working days,a $100 dollars liquidated damage will be assessed per block per day. Backfilling is considered subsidiary to this bid list item,per each ramp removed and/or installed. 32 16 13 — T' Concrete Curb and 18" Gutters, D534: Contractor shall backfill behind the curb within five (5)working days from the day of completing the curb and gutter, if the contractor fails rto complete the backfill within five (5) working days, a $100 dollars liquidated damage will be assessed per block per day. Included and figured subsidiary to this bid list item will be the required r saw-cut excavation, into the street to aid in the construction of the curb and gutter,of a limit of nine inches(9")out from the gutter lip and backfill behind the curb. The contractor shall saw-cut the curb and gutter and/or pavement prior to removal;with same day hau I off of the removed material. F0 32 16 13 - Concrete Valley Gutters: Work shall be completed on each half within five (5)working days; if the contractor fails to complete the work on each half within five (5) working days, a $100 r dollars liquidated damage will be assessed per each half of the valley gutter per day. Saw cutting, removal, hauling or disposal, tools, labor and incidentals necessary to execute the work are r subsidiary, since they are covered under Division 2, Section 02 41-15, Pavement Removal. Also, asphalt transition is considered subsidiary to the concrete valley gutter. ow 32 17 23 —Pavement Markings: Pavement surface preparation for the pavement markings shall be considered.subsidiary to the respective bid item;refer to subsection 1,2,AIc. Ob 02 41 15 - Pulverization: Please refer to page 5, subsection H, line 39 and Section 32 1133,page 6, for process description. This procedure shall be completed within 10 working days from the day of r 2014 UP YEAR 2-CONTRACT 3,UNIT 3 CPN 02433 on Page 2 of 2 completing"flat-work" on any street; if the contractor fails to complete the pulverization within the 10 days,a$100 dollars liquidated damage will be assessed per block per day. 02 41 15 - Wedge Milling/ Surface Milling: Shall be completed within 10 working days from the day of completing"flat-work" on any street; if the contractor fails to complete the Wedge Milling! Surface Milling within the 10 days, a$100 dollars liquidated damage will be assessed per block per day. 02444S SpeedGeshiensi. Shot!beeemplOWdwi" the aspheA evw4ey on a" sbv*4 if the aeo0astef fails to WSWI the speed eashieffs vA in the 10 33 05 14 -- Adjusting Manholes, Inlets, Valve Boxes, and Other Structures: Contractor shall complete the adjustments within five (5) working days from the day of completing the asphalt overlay on any street and the street shall be open to traffic within 10 working days; if the contractor M, fails to install the speed cushions within the 10 days, a $100 dollars liquidated damage will be assessed per each appurtenance per day. 32 17 25—Painting Curb Addresses: : Painting shall be completed within 10 working days from the day of completing the asphalt overlay on any street; if the contractor fails to complete the work within the 10 days,a$100 dollars liquidated damage will be assessed per block per day. 32 92 13—Block Sod: Contractor shall complete the replacement within 10 working days from the M" day of completing the asphalt overlay on any street; if the contractor fails to complete the sodding within the 10 days,a$100 dollars liquidated damage will be assessed per block per day. 32 12 16 -Asphalt Paving: Within five(5)working days from the day of completing the pavement pulverization process, Portland Cement shall be applied to the pulverized material. The contractor shall complete micro-cracking, priming and overlaying of the modified street within five(5)working days from modification. Failure to complete this work within the specified time, $100 liquidated damage will be assesses per day per block. ** Native soil can be used if it will sustain vegetation growth; otherwise, top soil must be used, if needed, and shall be compacted and leveled to grade_ Also, all removed flatwork items shall be replaced as soon as possible. Under no circumstances, except for situations and / or conditions beyond your control,shall excavated areas remain open far more than three(3)working days. 2014 CIP YEAR 2—CONTRACT 3,UNIT 3 ..e CPN 02433 Page 1 of 3 t ROADBOND EN 1 SOIL STABILIZER Description. Mix and compact Roadbond EN 1 add-mixture (or approved equal), cement, water, and subgrade or base (with or without asphalt concrete pavement) in the roadway. Roadbond EN 1 or approved equal is applied to subgrade or base (with or without asphalt concrete pavement) soils in the roadway for reduction of permeability, moisture susceptibility to improve strength and stiffness. When applied as an add-mixture with cement, it will enhance the effectiveness +� of the cement in order to reduce the amount of cement required to achieve a target strength and to significantly reduce the amount of reflective and block cracking that is commonly associated with cement treated material. Hydraulic Cement. Type 1, IP, or II cement that meets the requirements of DMS-4600, "Hydraulic Cement,"at an application rate of 1.5%. Water. Furnish water free of industrial waste and other objectionable material. Mix Design. The Engineer will designate a cement/add-mixture (Roadbond EN 1 or approved equal) content that will produce a stabilized mixture that meets the strength requirement shown on the plans. The Engineer will determine the compressive strength of the proposed materials in accordance with Tex-120-E, Part 1. The mix will not include more than 50% asphalt concrete. For bidding purposes, an 8" Depth Cement Treated Base requires 0.0075 GA/SY or 128SY/GA For additional information contact: Steve Merritt, Roadbond Service Company, 817-223-0354 or 254-835-4507, info(7aroadbondsoil.com. Roadbond EN I or approved equal shall be delivered, stored and handled in closed, weatherproof containers until immediate distribution on the road. Materials must be stored in covered storage that is well ventilated with adequate protection from theft, flooding or damage. If storage bins are used, they are to be completely enclosed. Insure that the manufacturer's safe handling and mixing instructions are followed without exception. pop Application of Roadbond EN I/Cement. Uniformly place cement dry or as a slurry. Uniformly distribute Roadbond EN 1 diluted with water at the rate of 200 gallons of water to I gallon of concentrated product with the water truck. Apply Roadbond EN I/cement only on an area where the mixing, compacting, and finishing operations can be completed during the same working day. Do not start the Roadbond EN 1 add-mixture/cement treatment operation unless the air temperature is at least 35°F and rising, or is at least 40°F. The temperature will be taken in the shade and away from artificial heat. Do not apply Roadbond EN 1/cement when, in the opinion of the Engineer, weather conditions are unsuitable. Dry Placing. Before applying cement, sprinkle the prepared roadway with diluted add-mixture (Roadbond EN I or approved equal) until the desired quantity of diluted add-mixture (Roadbond EN r I or approved equal) is evenly distributed over the area to be treated. If necessary, continue to sprinkle the treated area with water until optimum moisture content is attained. Distribute the 2014 CIP YEAR 2-CONTRACT 3,UNIT 3 CPN 02433 Page 2 of 3 required quantity of dry cement with approved equipment, at a uniform rate. Minimize scattering of cement by wind. Do not apply cement when wind conditions, in the opinion of the Engineer, cause blowing cement to become dangerous to traffic or objectionable to adjacent property owners. �+ Slurry Placing. Sprinkle the prepared roadway with diluted add-mixture (Roadbond EN 1 or approved equal) uniformly by making successive passes over a measured section of the roadway until the desired quantity of diluted add-mixture (Roadbond EN 1 or approved equal) is evenly distributed over the area to be treated. Mix the required quantity of cement with water, adjusting the amount of water in order to account for the moisture placed on the roadway with the add-mixture Roadbond EN I or approved equal) as it relates to optimum moisture, as approved. Produce slurry free of objectionable materials and with a consistency that can be easily applied. Agitate the slung continuously. Apply slurry within 2 hours of adding water and not longer than 30 minutes after placement of the add-mixture (Roadbond EN I or approved equal), and when the roadway is at a moisture content drier than optimum. Dispense and spread slurry uniformly by making successive passes over a measured section of the roadway at the rate directed until the required cement content is attained. Mixing. Thoroughly mix the material, add-mixture (Roadbond EN I or approved equal) and cement using approved equipment. Mix until a homogeneous mixture is obtained. Sprinkle the treated materials during the mixing operation, as directed,to maintain optimum mixing moisture. Spread and shape the completed mixture in a uniform layer. The Engineer will obtain a sample of the material at roadway moisture and remove all non-slaking aggregates retained on a 3/4-in. sieve. The remainder of the mixture-must meet the pulverization requirements of Table 1 when tested in accordance with Tex-]01-E, Part•111. When shown on the plains or approved by the engineer, the pulverization requirement may be waived when the material contains a substantial amount of aggregate. Compaction. Compact the mixture in one lift using ordinary compaction or density control, as shown on the plans. Complete compaction within 2 hours after the application of the add-mixture Roadbond EN 1 or approved equal/cement. Sprinkle the treated material in accordance with Item 204, "Sprinkling." Adjust the moisture content of the mixture during compaction so that it is within 2.0 percentage points of optimum as determined by Test Method Tex-120-E, Part 11. Determine the moisture content of the mixture at the beginning and during compaction in accordance with Tex-I03-E. Adjust operations if required. Begin rolling longitudinally at the sides and proceed towards the center, overlapping on successive trips by at least one-half the width of the roller unit. On super-elevated curves, begin rolling at the low side and progress toward the high side. Offset alternate trips of the roller. Operate rollers at a speed between 2 and 6 miles per hour, as directed. Ordinary Compaction. Roll with approved compaction equipment, as directed. Correct irregularities, depressions, and weak spots immediately by scarifying the areas affected, adding or removing treated material as required, reshaping, and re-compacting. 2014 C1P YEAR 2-CONTRACT 3.UNIT 3 CPN 02433 Page 3 of 3 Density Control. Compact to meet at least 95% of optimum density as determined in accordance with Tex-120-E, Part II. The Engineer will determine roadway density in accordance with Test s Method Tex-]15-E and will verify strength in accordance with Tex-120-E, Part 11. Remove and replace material that does not meet density requirements. Compact and test replacement material in ccordance with density control methods. l� r The Engineer may accept the section if no more than I of the 5 most recent density tests is below the specified density and the failing test is no more than 3 lb.per cubic foot below the specified density. Finishing. Immediately after completing compaction,clip, skin, or tight-blade the surface of the add- mixture (Roadbond EN 1 or approved equal)/cement treated material with a maintainer or subgrade trimmer to a depth of approximately 1/4 in. Remove loosened material and dispose of at an approved location. Roll the clipped surface immediately with a pneumatic fire roller until a smooth surface is attained.Add small increments of water as needed during rolling.Shape and maintain the course and ,. surface in conformity with the typical sections, lines and grades shown on the plans or as directed. In areas where surfacing is to be placed, trim grade deviations greater than 1/4 in. in cross section and 1/4 in. in 16 ft. measured longitudinally for the entire width of the cross-section. Remove excess material,reshape, and roll with a pneumatic tire roller. If material is more than 1/4 in. low,correct as directed.Do not surface patch. Curing. Maintain the moisture content of the finished section at no lower than 2 percentage points below optimum by sprinkling or by applying an asphalt material at the rate of 0.05 to 0.20 gallons per square yard as directed, until a subsequent course or pavement is placed or as otherwise directed. Do not allow equipment on the finished course except as required to complete curing, unless otherwise approved. At least 3 days of curing are required before opening the finished section to traffic,unless otherwise shown on the plans or directed ` Payment and Measurment. Roadbond EN I or approved equal will be paid for at the unit price bid per gallon.. This pricing shall be full compensation for furnishing all the liquid stabilizer products, finishing, mixing, equipment, curing,hauling, disposal, and all incidentals to this item. r r 20I4 CIP YEAR 2-CONTRACT 3.UNIT 3 CPN 02433 MIL Ip 9999 00 1 I SPECIAL TECHNICAL SPECIFICATIONS Paeeloft 9999.0096 PASTING CONSTRUCTION ALLOWANCE The paving construction allowance shall consist of miscellaneous construction and other non-subsidiary items requested for construction by the City of Fort Worth and at the direction of the Project Engineer. The payment to the contractor for miscellaneous construction shall be the actual cost of the work plus 10%to cover the cost of overhead incurred by the Contractor in handling the construction. I� • SPECIAL TECHNICAL.SPECIFICATIONS 2014 CIP YEAR 2—CONTRACT 3,UNIT 3 REHABILITA'110N CPN 02433 March 10,2014